Loading...
5-18-2021 AGENDA ITEM NO.13 - CONSIDERATION OF FIRE STATION PRE-ALERTING SYSTEMAGENDA ITEM NO. 13 AGENDA STAFF REPORT City of West Covina I Office of the City Manager DATE: May 18, 2021 TO: Mayor and City Council FROM: David Carmany City Manager SUBJECT: CONSIDERATION OF FIRE STATION PRE -ALERTING SYSTEM RECOMMENDATION: It is recommended that the City Council take the following actions: 1. Approve a purchase order to US Digital Designs, Inc. and Bergelectric, Inc. totaling $167,442 (including sales tax, delivery, installation, and warranty) for the purchase of a fire station pre -alerting system (based upon the pricing set forth in Attachment No. 1); and 2. Appropriate $167,442 from the Fire Facilities Development Impact Fund 165 and the General Fund Balance to Account No. 160.80.7003.7900: and 3. Approve the following resolution: RESOLUTION NO.2021-51 -A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF WEST COVINA, CALIFORNIA, ADOPTING A BUDGET AMENDMENT FOR THE FISCAL YEAR COMMENCING JULY 1, 2020 AND ENDING JUNE 30, 2021 (US DIGITAL DESIGNS, INC.) BACKGROUND: On March 5, 2019, the City Council approved a purchase order in the amount of $420,637.80 for the purchase of pre -alerting equipment and installation at dispatch and all five (5) fire stations. The staff report from the March 5, 2019 meeting is included as Attachment No. 2. The equipment was purchased, however, prior to installation it was determined that an extensive evaluation was required for asbestos, lead and mold at all five (5) fire stations. Staff was about to commence the evaluations of the fire stations when the COVID-19 pandemic took precedence, and the project was halted. In August 2020, the City was able to conduct the required evaluations of the fire stations, and is currently ready to proceed with installation of the pre -alerting equipment that has been purchased. DISCUSSION: Staff is in need of completing the project, so fire stations can be alerted. Bergelectric and USDD prepared all equipment for installation and operation. The equipment and its installation and operation are proprietary, so USDD and Bergelectric are needed to finish the project. The original purchase order was closed due to inactivity of the project. The original purchase order expended $255,195.00. A total of $167,442.00 is needed to complete the project. As outlined in the March 5, 2019 staff report, the City obtained pricing for the purchase through a cooperative purchasing agreement between National Purchasing Partners, Government Division ("NPPGov") and USDD. NPPGov utilized an RFP process that is more stringent than the requirements of the West Covina Municipal Code, meeting the requirements of Section 2-333(i)(2), which allows for the waiver of formal contract procedures when a successful bidder for a contract with another local agency makes the same written bid to the City, and the Purchasing Officer finds that the other local agency originally obtained the bid pursuant to formal contract procedures at least as rigorous as those of the City. The procurement documents relating to the NPPGov cooperative purchasing agreement with USDD are included as attachments to Attachment No. 2. Staff is requesting that the City Council approve a purchase order in the amount of $167,400, which is the amount necessary to complete the project that was initially approved by the City Council on March 5, 2019. LEGAL REVIEW: The City Attorney's Office has reviewed the resolution and approved it as to form. OPTIONS: The City Council has the following options 1. Adopt Staff's recommendation; 2. Provide alternative direction. Prepared by: Vincent Capelle, Fire Chief Additional Approval: Robbeyn Bird, Finance Director Fiscal Impact FISCAL IMPACT: The total cost for the USDD fire station pre -alerting system is $420,637.80 (including sales tax, delivery, installation, and warranty). The project has already expended $255,195.00 and needs $167,442.00 to complete the project. Staff is requesting that the City Council appropriate $167,442.00 from available Fire Facilities Development Impact Fund 165 Balance and General Fund Balance as follows: Available Fund Balance Project Account No. Amount Fire Facilities Development Impact Fund 165 160.80.7003.7900 $101.712.80 General Fund 160.80.7003.7900 $65,729.20 Total Amount $167,442.00 Attachments Attachment No. 1 - US Digital Design Quote No CA WCV001 Attachment No. 2 - March 5, 2019 Staff Report Attachment No. 3 - Resolution No. 2021-51 (Budget Amendment) CITY COUNCIL GOALS & OBJECTIVES: Enhance City Facilities and Infrastructure Protect Public Safety ATTACHMENT NO. 1 US DIGITAL DESIGnS Tempe, Arizona USA Phoenix G2 - Automated Fire Station Alerting Quotation to: West Covina, CA West Covina Fire Department Project G2 Fire Station Alerting System 1 Dispatch Systems / 5 Station Systems Proposal number: CA_WCOV001 Revision # 2 [Pricing Protected per Public Procurement Authority (PPA), Master Price Agreement (MPA) and available to members of National Purchase Partners, LLC dba FlreRescueGPO, dba Public Safety GPO, dba Law Enforcement GPO and dba NPPGov - more information available at https://nppgov.com/contract/us-digital-designs] M-5705138 Quote Date: 15-Jan-2019 Quote Expires: 15-Apr-2019 FOR FINAL INSTALLATION CONTACT: Bergelectric Corp. Felix Martin: fmartin@bergelectric.com By: Luke Eddington Project Manager US Digital Designs, Inc. 1835 E Sixth St #27 Tempe, AZ 85281 602-687-1748 direct 480-290-7892fax leddineton@usdd.com [This Proposal is subject to corrections due to Errors or Omissions] PROPRIETARY and CONFIDENTIAL TITLE Page 1 of 25 US DIGITAL DESIGns 1835 E. Sixth St. Suite #27 Tempe, Arizona 85281 877-551-8733 tel 480-290-7892 fax Quote SUBMITTED TO: West Covina, CA West Covina Fire Department NIIMZEME. CA WCOV001 v2 I DISPATCH -LEVEL DATE: QUOTE PRIMARY DISPATCH G2 FSA SYSTEM 1/15/19 Dispatch center costs typically only need to be assumed once per dispatching agency, no matter how many stations are dispatched (unless redundant centers or further modifications are needed). DISPATCH SYSTEM INTERFACES Item Unit MIT cry Description Part No. US List Unit QUOTE UNIT QUOTE E%T Radio System Interface (Full Console DI1 LOT USDD 0 Interface - Requires (owner -furbished) RSI $ 13,650.00 $ 12,285.00 $ - dedicated console, specifically and solely tasked for Station Alerting) DI2 LOT USDD 0 Additional Radio Channel ARC $ 4,225.00 $ 3,802.50 $ - CAD Interface - TBD (USDD-side Only DI3 LOT CAD 1 - Customer responsibility to discuss PCAD-I $ 11,950.00 $ 10,755.00 $ 10,755.00 CAD -side costs (if any) with their vendor) DISPATCH SYSTEM COMPONENTS Item Unit Mir Oty Description Part No. US List Unit QUOTE UNIT QUOTE E%T G2 Communications Gateway Pair DC1a PR USDD 1 (Hardware for CAD interface) 2@2RU G2-GW $ 9,250.00 $ 8,325.00 $ 8,325.00 each G2 Communications Gateway Pair DC1b PR USDD 0 (Hardware for CAD interface) 2@1 RU G2-GW $ 7,220.00 $ 6,498.00 $ - each Multi -Port Ethernet Interface Pair (8 DC2 Kit USDD 1 Ports Total) to support additional MPE-8 $ 1,175.00 $ 1,057.50 $ 1,057.50 networks DC3a Kit USDD 0 G2 Gateway Audio Radio Interface GaRi-RM $ 2,075.00 $ 1,867.50 $ - (GaRi) - Rack Mount DC31b Kit USDD 1 G2 Gateway Audio Radio Interface GaRi-FM $ 2,075.00 $ 1,867.50 $ 1,867.50 (GaRi) - Flange Mount DC4 Kit USDD 0 G2 Gateway Audio Serial Interface GaSi $ 1,440.00 $ 1,296.00 $ - (Gast) DC5 Kit USDD 0 G2 HDTV REMOTE Module (TV & TVR $ 975.00 $ 877.50 $ - Electrical Outlet by Others) DC6 Kit USDD 0 G2 Light Tower Interface LTI $ 575.00 $ 517.50 $ - PROPRIETARY and CONFIDENTIAL PRIMARY DISPATCH CENTER Page 2 of 25 DISPATCH SYSTEM SERVICES Item Unit Mfr oty Description Part No. US List Unit QUOTE UNIT QUOTE E%T DS1 HR USDD 50 Gateway Configuration & GW-CM $ 310.00 $ 279.00 $ 13,950.00 Modifications DS2 LOT USDD 0 Radio System Interface Modification RSI-CM $ 4,225.00 $ 3,802.50 $ - DS3 LOT USDD 1 Gateway Installation and Start-up GW-ISU $ 6,425.00 $ 5,782.50 $ 5,782.50 DS4 LOT USDD 1 Gateway Project Management GW-PM $ 337.50 $ 303.75 $ 303.75 Training - System Administrator / DS5a LOT USDD 1 Dispatch Supervisor - On -Site (4 TRA-DIS-O $ 4,025.00 $ 3,622.50 $ 3,622.50 Hours / Train -The -Trainer Training - System Administrator / DS5b LOT USDD 0 Dispatch Supervisor - Remote TRA-DIS-R $ 1,200.00 $ 1,080.00 $ - Refresh 4 Hours / Train -The -Trainer Training - Station -Level DS6a LOT USDD 1 Configuration and Equipment Usage TRA-STA-0 $ 4,025.00 $ 3,622.50 $ 3,622.50 - On -Site 4 Hours / Train -The -Trainer Training - Station -Level DS61b LOT USDD 0 Configuration and Equipment Usage TRA-STA-R $ 1,200.00 $ 1,080.00 $ - - Remote Refresh (4 Hours / Train -The Trainer) Training - Installation Contractor - On -Site / USDD G2 Certification / (8 DS7a LOT USDD 1 Hours / Train -The -Trainer (TBD - only TRA4C-O $ 5,325.00 $ 4,792.50 $ 4,792.50 needed if required to use non -certified contractor) Training - Installation Contractor - At Arizona Training Center / USDD G2 DS7b LOT USDD 0 Certification / 8 Hours / Train -The- TRA-IC-AZ $ 2,725.00 $ 2,452.50 $ - Trainer (TBD - only needed if required to use non -certified contractor) Management Meeting with Customer / DS8a HR USDD 0 at USDD Tempe, AZ location (per Hour MTG-MGT-U $ 244.00 $ 219.60 $ - / Per Person) Management Meeting with Customer / DS8b LOT USDD 0 at Customer Site (above per hour/per MTG-MGT-C $ - $ - $ - person cost + required travel and accomodation) DS9 LOT USDD 0 Misc Option 1 $ - $ - Is - DS7o LOT USDD 0 Misc Option 2 $ - $ - Is - pping Total: $ 126.00 tem Subtotal $ 54,204.75 PROPRIETARY and CONFIDENTIAL PRIMARY DISPATCH CENTER Page 3 of 25 PRIMARY DISPATCH WARRANTY & SUPPORT Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support. Mobile Smart Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected recurring annual support. Support Agreements subject to change if system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement DISPATCH -LEVEL WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT Item Unit Mfr Oty Description Part No. US List Unit QUOTE UNIT QUOTE EXT [STANDARD] tat YEAR WARRANTY & SUPPORT FOR THIS DISPATCH SYSTEM (or Component): Telephone / Remote Access Support (8:00 AM - 2970.675 but No 5:00 PM MST) PLEASE NOTE: An Charge For Initial 17 HR USDD 1.5 additional 6 months (for total of 18 RS-IYR-STD $ 2,200.50 $1,980.45 Warranty Period I months/1.5 years) of initial warranty Not Included in has been offered by USDD for no Subtotals additional cost so all stations can be installed and enjoy same warranty/support start/stop dates) [STANDARD] EACH ADDITIONAL YEAR (12-Months) WARRANTY & SUPPORT FOR THIS DISPATCH SYSTEM (or Component): Telephone / 18 LOT USDD 0.0 Remote Access Support (8,00 AM - RS-AYR-STD $ 2,200.50 $ 1,980.45 $ - 5:00 PM MST) IF QUANTITY'O' THEN NO ADDITIONAL SUPPORT IS ASSUMED OR AUTHORIZED BEYOND INITIAL WARRANTY PERIOD INDIVIDUAL DISPATCH SYSTEMS TOTALS PRIMARY DISPATCH G2 FSA SYSTEM TOTAL: $ 54,204.75 ENTIRE DISPATCH -LEVEL SUBTOTALS (NOW INCLUDING WARRANTY & OPTIONAL SUPPORT AS WELL) ALL DISPATCH -LEVEL SYSTEMS SUBTOTAL: $ 54,078.75 ALL DISPATCH -LEVEL SHIPPING SUBTOTAL: $ 126.00 ALL DISPATCH -LEVEL WARRANTY & SUPPORT: $ PRIMARY DISPATCH -LEVEL GRAND TOTAL: $ 54,204.75 (SEE'SECTION TOTALS' PAGE FOR EVEN MORE DETAIL) PROPRIETARY and CONFIDENTIAL PRIMARY DISPATCH CENTER Page 4 „r 25 US DIGITAL DESIGns 1835 E. Sixth St. Suite #27 Tempe, Arizona 85281 877-551-8733 tel 480-290-7892 fax Quote SUBMITTED TO: West Covina, CA West Covina Fire Department CA WCOV001 v2 STATION -LEVEL QUOTE DATE: 1/15/19 Expires: 4(15/19 STATION 01 Based from USDD G2 Fire Station Alerting System Design Drawing #USDD.CA WCOV.ALL STATIONS. FSA.2018.01.27. pdf STATION SYSTEM LICENSES Item Unit Mfr Qty Description Part No. US List Unit QUOTE UNIT QUOTE EXT G2 VOICEALERT - Single Station License. SL1 Ea USDD 1 One-Time/Perpetual (unless furthur USDD modification is VA $ 1,030.00 $ 927.00 $ 927.00 needed) G2 MOBILE FSAS APP - Single Device License. Up to 24 Licenses-Per-ATX are offered at $0.00 cost each SL2 Ea/Yr USDD 24 as long as system is currently under warranty or elected G2-APP-DLI $ 108.00 $ 97.20 N/A - Included recurring annual support coverage. See'Mobile' Section for more detail. STATION SYSTEM CONTROLLER Item Unit Mfr City Description Part No. US List Unit QUOTE UNIT QUOTE EXT SC1 Kit USDD 1 G2 ATX STATION CONTROLLER - Power/Signal/Control up to 8 peripheral Remote O tions. 4 Unique Am stones available. ATX $ 21,750.00 $ 19,575.00 $ 19,575.00 SC2 Kit USDD 0 G2 EXPANSION KIT - Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP. EXP $ 7,325.00 $ 6,592.50 $ - Si Kit USDD 0 Rack Mount Ears for ATX or EXP ATX-E $ 54.00 $ 48.60 $ - SC4 Kit USDD 0 Base Plate for ATX or EXP ATX-P $ 54.00 $ 48.60 $ - SC5 Ea TBD 1 ATX UPS, Standard UPS -STD $ 923.00 $ 830.70 $ 830.70 SC6 I Ea I TBD 1 1 Shelf/Bracket, Wall-Mountfor UPS UPS-WMB 1 $ 57.001 $ 51.30 $ 51.30 STATION SYSTEM PERIPHERAL COMPONENTS Nem Unit Mfr CRY Description Part No. US List Unit QUOTE UNIT QUOTE EXT SP1a Ea Atlas 1 Audio Amplifier, External, Standard AMP $ 987.00 $ 888.30 $ 888.30 SP1b Ea Atlas 1 Shelf, Under Table or Wall Mount, for 1 U 1/2 Rack AMP-S $ 66.00 $ 59.40 $ 59.40 SP2 Ea USDD 5 G2 COLOR INDICATOR REMOTE Module - Up to CIR $ 725.00 $ 652.50 $ 3,262.50 8 unique colors SP3a Ea USDD 0 G2 HDTV REMOTE Module (TV & Electrical Outlet 7VR $ 975.00 $ 877.50 $ - by Others; C.E.C. control subject to TV ability) Flat Panel Monitor / Smart HDTV 40-43" (Electrical SP3b Ea USDD 0 Outlet/Provision By Others; C.E.C. control subject FP-43 $ 1,377.57 $ 1,239.81 $ to TV ability) SP3c Ea USDD 0 Flat Panel / TV Mount- Universal 23"-46" Tih FPM-U $ 107.86 $ 97.07 $ - SP4 Ea USDD 0 G21/0 REMOTE Module w/8In&8Out IOR $ 1,275.00 $ 1,147.50 $ - SP5 Ea USDD 1 Push Button, Standard (Black) PB-B $ 110.00 $ 99.00 $ 99.00 SP6 Ea USDD 1 Push Button, Emergency (Red) PB-R $ 110.00 $ 99.00 $ 99.00 SP7 Ea USDD 0 MESSAGE REMOTE 2 Module (2017 Version MR2 $ 1,275.00 $ 1,147.50 $ - 22 G2 MESSAGE SIGN (Digital LED) MINI SP9a Ea USDD 0 GammaSign / 12" Active Screen Width / Turn Out MS-G-M $ 915.00 $ 823.50 $ - Timing ONLY SP9b Ea USDD 8 G2 MESSAGE SIGN (Digital LED) STANDARD MS-G-S $ 1,050.00 $ 945.00 $ 7,560.00 GammaSign / 24" Active Screen Width PROPRIETARY and CONFIDENTIAL STATION 01 SYSTEM Page 5 of 25 SP9c Ea USDD 0 G2 MESSAGE SIGN (Digital LED) EXTENDED MS-G-E $ 1,575.00 $ 1,417.50 $ GammaSign / 36" Active Screen Width - MS-G Adapter Plate, SINGLE. VESA too oins 1 Ml SP9d Ea USDD 0 Sfor -E) to any standard mount with VESA 100 hole patlems MS-AP-S $ 38.00 $ 34.20 $ - (mount not included) MS-G Adapter Plate, DOUBLE, VESA too, one (2) M& SP9e Ea USDD 2 G -S or-E to any standard mount with VESA 100 hole patterns MS-AP-D $ 49.00 $ 44.10 $ 88.20 (mount not includes) MS-G Hanger Kit. Hangs single or double (back-to-back) SP9f Ea USDD 0 Message Signs (Comma Version) from Ceiling. Includes both MS.HK $ 73.00 $ 65.70 $ - suspended ceiling T-Bar Scissor Clips and Hard -Pan Flange Mounts. Spit Ea USDD 2 MS Mount - Articulating, Long reach MS-MNT-ART-L $ 287.00 $ 258.30 $ 516.60 SP12a Ea USDD 3 G2 ROOM REMOTE 2 Module / 2017 version 2 RR2 $ 2,025.00 $ 1,822.50 $ 5,467.50 SP12c Ea USDD 0 RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity RR2-AP $ 46.00 $ 41.40 $ - RR2 Surface Mount Back Box, for SURFACE SP72d Ea USDD 0 MOUNT (hard wall) installation. Three (3) 3/4" RR2-BB $ 175.00 $ 157.50 $ conduit knock -outs. SP15 Ea USDD 15 G2 SPEAKER - LED Illuminated - FLUSH Mount, SPK-LED-FM $ 325.00 $ 292.50 $ 4,387.50 0 SP76 Ea USDD 0 G2 SPEAKER - LED Illuminated - SURFACE SPK-LED-SM $ 325.00 $ 292.50 $ - Mount (Metal Box), 70v G2 SPEAKER - OmniStrobe- Omnidirectional Alerting Speaker, optimized for high Vocal SP17a Ea USDD 0 Intelligibility in large open indoor areas and with SPK-OMS $ 815.00 $ 733.50 $ - High -Intensity LED Strobe Light Arrays - includes Cable Hanging Kit (typically requires MR2 for power/signaUcontrol) SPK-OMS/OmniStrobe Mounting Bracket / BEAM SP17b Ea USDD 0 FLANGE CLIP- for mounting directly onto an SPK-OMS-BFC $ 13.00 $ 11.70 $ - exposed (1/8-14") I -Beam SPK-OMS/OmniStrobe Mounting Bracket /DROP SP17c Ea USDD 0 CEILING BRACKET- for mounting directly to T-Bar SPK-OMS-DCB $ 48.00 $ 43.20 $ in Suspended Ceiling SPK-OMS/OmniStrobe Mounting Bracket / SP77d Ea USDD 0 SURFACE MOUNT- for mounting directly to hard SPK-OMS-SMB $ 42.00 $ 37.80 $ - ceiling SP18a Ea Bogn 9 SPEAKER - STANDARD, FLUSH Mount, 70v SPK-STD-FM $ 85.00 $ 76.50 $ 688.50 SP16b Ea Bogn 0 SPEAKER - STANDARD, SURFACE Mount (Metal SPK-STD-SM $ 85.00 $ 76.50 $ - Box), 70v SP19 Ea Bogn 6 SPEAKER - APP BAY/OUTDOOR - Weatherized, SPK-W-SM $ 310.00 $ 279.00 $ 1,674.00 Surface Mount, 70v SP20 Ea TIC 0 jTransformer, Bohm to 70V, External XFMR $ 53.00 $ 47.70 $ - USDD 1 G2 Strobe Light / Red LED STR $ 550.00 $ 495.00 $ 495.00 FEa Ea I USDD 1 Q IMiscellaneous MISC $ - Is Is - STATION SYSTEM SERVICES Item Unit Mfr city Description Part No. US List Unit QUOTE UNIT QUOTE EXT SS1 Ea USDD 1 Station Installation Bergelectric Corp ST-INST $ 25,719.63 $ 23,147.66 $ 23,147.66 SS2 Ea USDD 0 Station Remediation (Removal and Disposal of Legacy Equipment Not currently Assumed or Included, nor is any related Remediation to Paint, Drywall, etc.) ST-INST $ - $ $ - SS3 Ea USDD 1 Station Configuration & Start -Up ST-SU $ 2,281.62 $ 2,053.46 $ 2,053.46 SS4 Ea USDD 1 Station Project Management ST-PM $ 1,037.10 $ 933.39 $ 933.39 SS5 Ea USDD 1 Station Engineering / Design Services ST-ES $ 518.55 $ 466.70 $ 466.70 S56 Ea USDD 1 Station Documentation ST-DM $ 77.78 $ 70.00 $ 70.00 SS7a Ea USDD 0 Station Training - Configuration and Equipment. On -Site @ Station. 4 Hours, 1 Visit. (for Technical Services Staff) TRA-UT-O $ 4,025.00 $ 3,622.50 $ - PROPRIETARY and CONFIDENTIAL STATION 01 SYSTEM Page 6 of 25 SS7b Ea USDD p Station Training - User/Technician / Remote TRA-UT-R $ 600.00 $ 540.00 $ - Refresh (2 Hours / Training - Installation Contractor- On -Site / SS8a Ea USDD 0 USDD G2 Certification / 8 Hours / (TBD - only TRA-IC-O $ 5,325.00 $ 4,792.50 $ - needed if requied to use non -certified contractor) Training - Installation Contractor- At Arizona SSBb Ea USDD Q Training Center / USDD G2 Certification / 4 Hours / TRA-IC-AZ $ 2,725.00 $ 2,452.50 $ - (TBD -only needed if required to use non -certified contractor) SS9 1 Ea I USDD 1 p Miscellaneous/TBD MISC 1 $ - is is STATION SYSTEM WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT Item Unit Mfr cry Descri tion Part No. US List Unit QUOTE UNfr QUOTE En [STANDARD] 1st YEAR WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or component): 6300.3825 but No Telephone / Remote Access Support (8:00 AM - Charge For Initial SW 1 YR USDD 1.5 5:00 PM MST) PLEASE NOTE: An additional 6 RS-I YR-STD $ 4,666.95 $ 4,200.26 Warranty Period / months (far total of 18 months/1.5 years) of initial Not Included in warranty has been offered by USDD for no Subtotals additional cost so all stations can be installed and enjoy same warranty/support start/stop dates) [STANDARD] EACH ADDITIONAL YEAR (12- Months) WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or Component): Telephone / SW2 YR USDD 0.0 Remote Access Support (8:00 AM - 5:00 PM MST) RSAYRSTD $ 4,666.95 $ 4,200.26 $ IF QUANTITY'0' THEN NO ADDITIONAL SUPPORT IS ASSUMED OR AUTHORIZED BEYOND INITIAL WARRANTY PERIOD rrranty & Support: $ ATION SUBTOTAL: $ 74,656.71 Warranty & Support Notes: Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support. Mobile Smart Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected recurring annual support. Support Agreements subject to change if system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement PROPRIETARY and CONFIDENTIAL STATION 01 SYSTEM Page 7 of 25 Station S stem Installation Notes: 01 - Unless specifically detailed in this proposal, no installation by USDD or it's subcontractors is assumed or provided. 02 - Because these are mission -critical systems, USDD can only warrant and support systems installed by G2 Trained and Certified Contractors. 03 - USDD can source, qualify, train and certify Local Licensed Regional Subcontrators where needed. 04 - Installation warranted by installation contractor - G2 FSAS warranted, serviced and supported by USDD. O5 - Unless specifically detailed in this proposal, installation to be performed during normal working hours. O6 - Unless specifically detailed in this proposal, no permit fees or material charges have been included. 07 - Unless specifically detailed in this proposal, no removal or remediation has been assumed or included. O8 - Unless specifically detailed in this proposal, no bonds of any type (performance, bid) have been assumed,incl Wed or budgeted for in this proposal. 09 - USDD FSAS Equipment to be made available by owner to Installation Contractor prior to on -site arrival. 10 - Structural backing for system devices and other millwork (not specifically detailed) by others. 11 - If applicable, Gas Control Shutoff Valve Addendum (to USDD and installation contractor) must be signed prior to installation. 12 - All electrical power, including (but not limited to) raceway,conduit, backboxes, service panels, high -voltage wiring and fixtures by others. 13 - All communications pathway infrastructure (network, radio, etc.) by others unless specifically detailed in this proposal. 14 - USDD cannot warrant nor support any owner -furbished (3rd-Parry) system or component we are required to integrate with. USDD cannot warrant nor support any system or component it has not proofed engineering for and has not specifically authorized for use within public safety environments. 15 - Any misuse, unauthorized modification, improper installation, excessive shock, attempted repair, accident, or improper or negligent use, storage, transportation, or handling by any party other than USDD shall render this limited warranty null, void and of no further effect PROPRIETARY and CONFIDENTIAL STATION 01 SYSTEM Page 8 of 25 US DIGITAL DESIGns 1835 E. Sixth St. Suite #27 Tempe, Arizona 85281 877-551-8733 tel 480-290-7892 fax Quote SUBMITTED TO: West Covina, CA West Covina Fire Department CA WCOV001 v2 STATION -LEVEL QUOTE DATE: 1/15/19 Expires: 4(15/19 STATION 02 Based from USDD G2 Fire Station Alerting System Design Drawing #USDD.CA WCOV.ALL STATIONS. FSA.2018.01.27. pdf STATION SYSTEM LICENSES Item Unit Mfr Qty Description Part No. US List Unit QUOTE UNIT QUOTE EXT G2 VOICEALERT - Single Station License. SL1 Ea USDD 1 One-Time/Perpetual (unless furthur USDD modification is VA $ 1,030.00 $ 927.00 $ 927.00 needed) G2 MOBILE FSAS APP - Single Device License. Up to 24 Licenses-Per-ATX are offered at $0.00 cost each SL2 Ea/Yr USDD 24 as long as system is currently under warranty or elected G2-APP-DLI $ 108.00 $ 97.20 N/A - Included recurring annual support coverage. See'Mobile' Section for more detail. STATION SYSTEM CONTROLLER Item Unit Mfr City Description Part No. US List Unit QUOTE UNIT QUOTE EXT SC1 Kit USDD 1 G2 ATX STATION CONTROLLER - Power/Signal/Control up to 8 peripheral Remote O tions. 4 Unique Am stones available. ATX $ 21,750.00 $ 19,575.00 $ 19,575.00 SC2 Kit USDD 0 G2 EXPANSION KIT - Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP. EXP $ 7,325.00 $ 6,592.50 $ - Si Kit USDD 0 Rack Mount Ears for ATX or EXP ATX-E $ 54.00 $ 48.60 $ - SC4 Kit USDD 0 Base Plate for ATX or EXP ATX-P $ 54.00 $ 48.60 $ - SC5 Ea TBD 1 ATX UPS, Standard UPS -STD $ 923.00 $ 830.70 $ 830.70 SC6 I Ea I TBD 1 1 Shelf/Bracket, Wall-Mountfor UPS UPS-WMB 1 $ 57.001 $ 51.30 $ 51.30 STATION SYSTEM PERIPHERAL COMPONENTS Nem Unit Mfr CRY Description Part No. US List Unit QUOTE UNIT QUOTE EXT SP1a Ea Atlas 1 Audio Amplifier, External, Standard AMP $ 987.00 $ 888.30 $ 888.30 SP1b Ea Atlas 1 Shelf, Under Table or Wall Mount, for 1 U 1/2 Rack AMP-S $ 66.00 $ 59.40 $ 59.40 SP2 Ea USDD 4 G2 COLOR INDICATOR REMOTE Module - Up to CIR $ 725.00 $ 652.50 $ 2,610.00 8 unique colors SP3a Ea USDD 0 G2 HDTV REMOTE Module (TV & Electrical Outlet 7VR $ 975.00 $ 877.50 $ - by Others; C.E.C. control subject to TV ability) Flat Panel Monitor / Smart HDTV 40-43" (Electrical SP3b Ea USDD 0 Outlet/Provision By Others; C.E.C. control subject FP-43 $ 1,377.57 $ 1,239.81 $ to TV ability) SP3c Ea USDD 0 Flat Panel / TV Mount- Universal 23"-46" Tih FPM-U $ 107.86 $ 97.07 $ - SP4 Ea USDD 0 G21/0 REMOTE Module w/8In&8Out IOR $ 1,275.00 $ 1,147.50 $ - SP5 Ea USDD 1 Push Button, Standard (Black) PB-B $ 110.00 $ 99.00 $ 99.00 SP6 Ea USDD 1 Push Button, Emergency (Red) PB-R $ 110.00 $ 99.00 $ 99.00 SP7 Ea USDD 1 MESSAGE REMOTE 2 Module (2017 Version MR2 $ 1,275.00 $ 1,147.50 $ 1,147.50 22 G2 MESSAGE SIGN (Digital LED) MINI SP9a Ea USDD 0 GammaSign / 12" Active Screen Width / Turn Out MS-G-M $ 915.00 $ 823.50 $ - Timing ONLY SP9b Ea USDD 8 G2 MESSAGE SIGN (Digital LED) STANDARD MS-G-S $ 1,050.00 $ 945.00 $ 7,560.00 GammaSign / 24" Active Screen Width PROPRIETARY and CONFIDENTIAL STATION 02 SYSTEM Page 9 of 25 SP9c Ea USDD 0 G2 MESSAGE SIGN (Digital LED) EXTENDED MS-G-E $ 1,575.00 $ 1,417.50 $ GammaSign / 36" Active Screen Width - MS-G Adapter Plate, SINGLE. VESA too oins 1 Ml SP9d Ea USDD 2 Sfor -E) to any standard mount with VESA 100 hole partems MS-AP-S $ 38.00 $ 34.20 $ 68.40 (mount not included) MS-G Adapter Plate, DOUBLE, VESA too, one (2) M& SP9e Ea USDD 0 G -S or-E to any standard mount with VESA 100 hole patterns MS-AP-D $ 49.00 $ 44.10 $ - (mount not included) MS-G Hanger Kit. Hangs single or double (back-to-back) SP9f Ea USDD 0 Message Signs (Comma Version) from Ceiling. Includes both MS.HK $ 73.00 $ 65.70 $ - suspended ceiling T-Bar Scissor Clips and Hard -Pan Flange Mounts. Spit Ea USDD 2 MS Mount - Articulating, Long reach MS-MNT-ART-L $ 287.00 $ 258.30 $ 516.60 SP12a Ea USDD 2 G2 ROOM REMOTE 2 Module / 2017 version 2 RR2 $ 2,025.00 $ 1,822.50 $ 3,645.00 SP12c Ea USDD 0 RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity RR2-AP $ 46.00 $ 41.40 $ - RR2 Surface Mount Back Box, for SURFACE SP72d Ea USDD 0 MOUNT (hard wall) installation. Three (3) 3/4" RR2-BB $ 175.00 $ 157.50 $ conduit knock -outs. SP15 Ea USDD 24 G2 SPEAKER - LED Illuminated - FLUSH Mount, SPK-LED-FM $ 325.00 $ 292.50 $ 7,020.00 0 SP76 Ea USDD 0 G2 SPEAKER - LED Illuminated - SURFACE SPK-LED-SM $ 325.00 $ 292.50 $ - Mount (Metal Box), 70v G2 SPEAKER - OmniStrobe- Omnidirectional Alerting Speaker, optimized for high Vocal SP17a Ea USDD 0 Intelligibility in large open indoor areas and with SPK-OMS $ 815.00 $ 733.50 $ - High -Intensity LED Strobe Light Arrays - includes Cable Hanging Kit (typically requires MR2 for power/signaUcontrol) SPK-OMS/OmniStrobe Mounting Bracket / BEAM SP17b Ea USDD 0 FLANGE CLIP- for mounting directly onto an SPK-OMS-BFC $ 13.00 $ 11.70 $ - exposed (1/8-14") I -Beam SPK-OMS/OmniStrobe Mounting Bracket /DROP SP17c Ea USDD 0 CEILING BRACKET- for mounting directly to T-Bar SPK-OMS-DCB $ 48.00 $ 43.20 $ in Suspended Ceiling SPK-OMS/OmniStrobe Mounting Bracket / SP77d Ea USDD 0 SURFACE MOUNT- for mounting directly to hard SPK-OMS-SMB $ 42.00 $ 37.80 $ - ceiling SP18a Ea Bogn 5 SPEAKER - STANDARD, FLUSH Mount, 70v SPK-STD-FM $ 85.00 $ 76.50 $ 382.50 SP16b Ea Bogn 0 SPEAKER - STANDARD, SURFACE Mount (Metal SPK-STD-SM $ 85.00 $ 76.50 $ - Box), 70v SP19 Ea Bogn 7 SPEAKER - APP BAY/OUTDOOR - Weatherized, SPK-W-SM $ 310.00 $ 279.00 $ 1,953.00 Surface Mount, 70v SP20 Ea TIC 0 jTransformer, Bohm to 70V, External XFMR $ 53.00 $ 47.70 $ - SP21 Ea USDD G2 Strobe Light/ Red LED STR $ 550.00 $ 495.00 $ 495.00 SP22 Ea USDD Q Miscellaneous MISC $ - $ $ - STATION SYSTEM SERVICES Item Unit Mfr city Description Part No. US List Unit QUOTE UNIT QUOTE EXT SS1 Ea USDD 1 Station Installation Bergelectric Corp ST-INST $ 35,482.49 $ 31,934.24 $ 31,934.24 SS2 Ea USDD 0 Station Remediation (Removal and Disposal of Legacy Equipment Not currently Assumed or Included, nor is any related Remediation to Paint, Drywall, etc.) ST-INST $ - $ $ - SS3 Ea USDD 1 Station Configuration & Start -Up ST-SU $ 2,130.12 $ 1,917.11 $ 1,917.11 SS4 Ea USDD 1 Station Project Management ST-PM $ 1,065.06 $ 958.55 $ 958.55 SS5 Ea USDD 1 Station Engineering / Design Services ST-ES $ 532.53 $ 479.28 $ 479.28 S56 Ea USDD 1 Station Documentation ST-DM $ 79.88 $ 71.89 $ 71.89 SS7a Ea USDD 0 Station Training - Configuration and Equipment. On -Site @ Station. 4 Hours, 1 Visit. (for Technical Services Staff) TRA-UT-O $ 4,025.00 $ 3,622.50 $ - PROPRIETARY and CONFIDENTIAL STATION 02 SYSTEM Page 10 of 25 SS7b Ea USDD p Station Training - User/Technician / Remote TRA-UT-R $ 600.00 $ 540.00 $ - Refresh (2 Hours / Training - Installation Contractor- On -Site / SS8a Ea USDD 0 USDD G2 Certification / 8 Hours / (TED - only TRA-IC-O $ 5,325.00 $ 4,792.50 $ - needed if requied to use non -certified contractor) Training - Installation Contractor- At Arizona SSBb Ea USDD Q Training Center / USDD G2 Certification / 4 Hours / TRA-IC-AZ $ 2,725.00 $ 2,452.50 $ - (TBD -only needed if required to use non -certified contractor) SS9 1 Ea I USDD 1 p Miscellaneous/TBD MISC 1 $ - is is STATION SYSTEM WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT Item Unit Mfr cry Descri tion Part No. US List Unit QUOTE UNfr QUOTE En [STANDARD] 1st YEAR WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or component): 6470.2395 but No Telephone / Remote Access Support (8:00 AM - Charge For Initial SW 1 YR USDD 1.5 5:00 PM MST) PLEASE NOTE: An additional 6 RS-I YR-STD $ 4,792.77 $ 4,313.49 Warranty Period / months (far total of 18 months/1.5 years) of initial Not Included in warranty has been offered by USDD for no Subtotals additional cost so all stations can be installed and enjoy same warranty/support start/stop dates) [STANDARD] EACH ADDITIONAL YEAR (12- Months) WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or Component): Telephone / SW2 YR USDD 0.0 Remote Access Support (8:00 AM - 5:00 PM MST) RSAYRSTD $ 4,792.77 $ 4,313.49 $ IF QUANTITY'0' THEN NO ADDITIONAL SUPPORT IS ASSUMED OR AUTHORIZED BEYOND INITIAL WARRANTY PERIOD rrranty & Support: $ - ATION SUBTOTAL: $ 84,687.77 Warranty & Support Notes: Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support. Mobile Smart Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected recurring annual support. Support Agreements subject to change if system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement PROPRIETARY and CONFIDENTIAL STATION 02 SYSTEM Page 11 of 25 Station S stem Installation Notes: 01 - Unless specifically detailed in this proposal, no installation by USDD or it's subcontractors is assumed or provided. 02 - Because these are mission -critical systems, USDD can only warrant and support systems installed by G2 Trained and Certified Contractors. 03 - USDD can source, qualify, train and certify Local Licensed Regional Subcontrators where needed. 04 - Installation warranted by installation contractor - G2 FSAS warranted, serviced and supported by USDD. O5 - Unless specifically detailed in this proposal, installation to be performed during normal working hours. O6 - Unless specifically detailed in this proposal, no permit fees or material charges have been included. 07 - Unless specifically detailed in this proposal, no removal or remediation has been assumed or included. O8 - Unless specifically detailed in this proposal, no bonds of any type (performance, bid) have been assumed,incl Wed or budgeted for in this proposal. 09 - USDD FSAS Equipment to be made available by owner to Installation Contractor prior to on -site arrival. 10 - Structural backing for system devices and other millwork (not specifically detailed) by others. 11 - If applicable, Gas Control Shutoff Valve Addendum (to USDD and installation contractor) must be signed prior to installation. 12 - All electrical power, including (but not limited to) raceway,conduit, backboxes, service panels, high -voltage wiring and fixtures by others. 13 - All communications pathway infrastructure (network, radio, etc.) by others unless specifically detailed in this proposal. 14 - USDD cannot warrant nor support any owner -furbished (3rd-Parry) system or component we are required to integrate with. USDD cannot warrant nor support any system or component it has not proofed engineering for and has not specifically authorized for use within public safety environments. 15 - Any misuse, unauthorized modification, improper installation, excessive shock, attempted repair, accident, or improper or negligent use, storage, transportation, or handling by any party other than USDD shall render this limited warranty null, void and of no further effect PROPRIETARY and CONFIDENTIAL STATION 02 SYSTEM Page 12 of 25 US DIGITAL DESIGns 1835 E. Sixth St. Suite #27 Tempe, Arizona 85281 877-551-8733 tel 480-290-7892 fax Quote SUBMITTED TO: West Covina, CA West Covina Fire Department CA WCOV001 v2 STATION -LEVEL QUOTE DATE: 1/15/19 Expires: 4(15/19 STATION 03 Based from USDD G2 Fire Station Alerting System Design Drawing #USDD.CA WCOV.ALL STATIONS. FSA.2018.01.27. pdf STATION SYSTEM LICENSES Item Unit Mfr Qty Description Part No. US List Unit QUOTE UNIT QUOTE EXT G2 VOICEALERT - Single Station License. SL1 Ea USDD 1 One-Time/Perpetual (unless furthur USDD modification is VA $ 1,030.00 $ 927.00 $ 927.00 needed) G2 MOBILE FSAS APP - Single Device License. Up to 24 Licenses-Per-ATX are offered at $0.00 cost each SL2 Ea/Yr USDD 24 as long as system is currently under warranty or elected G2-APP-DLI $ 108.00 $ 97.20 N/A - Included recurring annual support coverage. See'Mobile' Section for more detail. STATION SYSTEM CONTROLLER Item Unit Mfr City Description Part No. US List Unit QUOTE UNIT QUOTE EXT SC1 Kit USDD 1 G2 ATX STATION CONTROLLER - Power/Signal/Control up to 8 peripheral Remote O tions. 4 Unique Am stones available. ATX $ 21,750.00 $ 19,575.00 $ 19,575.00 SC2 Kit USDD 0 G2 EXPANSION KIT - Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP. EXP $ 7,325.00 $ 6,592.50 $ - Si Kit USDD 0 Rack Mount Ears for ATX or EXP ATX-E $ 54.00 $ 48.60 $ - SC4 Kit USDD 0 Base Plate for ATX or EXP ATX-P $ 54.00 $ 48.60 $ - SC5 Ea TBD 1 ATX UPS, Standard UPS -STD $ 923.00 $ 830.70 $ 830.70 SC6 I Ea I TBD 1 1 Shelf/Bracket, Wall-Mountfor UPS UPS-WMB 1 $ 57.001 $ 51.30 $ 51.30 STATION SYSTEM PERIPHERAL COMPONENTS Nem Unit Mfr CRY Description Part No. US List Unit QUOTE UNIT QUOTE EXT SP1a Ea Atlas 1 Audio Amplifier, External, Standard AMP $ 987.00 $ 888.30 $ 888.30 SP1b Ea Atlas 1 Shelf, Under Table or Wall Mount, for 1 U 1/2 Rack AMP-S $ 66.00 $ 59.40 $ 59.40 SP2 Ea USDD 4 G2 COLOR INDICATOR REMOTE Module - Up to CIR $ 725.00 $ 652.50 $ 2,610.00 8 unique colors SP3a Ea USDD 0 G2 HDTV REMOTE Module (TV & Electrical Outlet 7VR $ 975.00 $ 877.50 $ - by Others; C.E.C. control subject to TV ability) Flat Panel Monitor / Smart HDTV 40-43" (Electrical SP3b Ea USDD 0 Outlet/Provision By Others; C.E.C. control subject FP-43 $ 1,377.57 $ 1,239.81 $ to TV ability) SP3c Ea USDD 0 Flat Panel / TV Mount- Universal 23"-46" Tih FPM-U $ 107.86 $ 97.07 $ - SP4 Ea USDD 0 G21/0 REMOTE Module w/8In&8Out IOR $ 1,275.00 $ 1,147.50 $ - SP5 Ea USDD 1 Push Button, Standard (Black) PB-B $ 110.00 $ 99.00 $ 99.00 SP6 Ea USDD 1 Push Button, Emergency (Red) PB-R $ 110.00 $ 99.00 $ 99.00 SP7 Ea USDD 0 MESSAGE REMOTE 2 Module (2017 Version MR2 $ 1,275.00 $ 1,147.50 $ - 22 G2 MESSAGE SIGN (Digital LED) MINI SP9a Ea USDD 0 GammaSign / 12" Active Screen Width / Turn Out MS-G-M $ 915.00 $ 823.50 $ - Timing ONLY SP9b Ea USDD 7 1 G2 MESSAGE SIGN (Digital LED) STANDARD MS-G-S $ 1,050.00 $ 945.00 $ 6,615.00 GammaSign / 24" Active Screen Width PROPRIETARY and CONFIDENTIAL STATION 03 SYSTEM Page 13 of 25 SP9c Ea USDD 0 G2 MESSAGE SIGN (Digital LED) EXTENDED MS-G-E $ 1,575.00 $ 1,417.50 $ GammaSign / 36" Active Screen Width - MS-G Adapter Plate, SINGLE. VESA too oins 1 Ml SP9d Ea USDD 2 Sfor -E) to any standard mount with VESA 100 hole partems MS-AP-S $ 38.00 $ 34.20 $ 68.40 (mount not included) MS-G Adapter Plate, DOUBLE, VESA too, one (2) M& SP9e Ea USDD 0 G -S or-E to any standard mount with VESA 100 hole patterns MS-AP-D $ 49.00 $ 44.10 $ - (mount not included) MS-G Hanger Kit. Hangs single or double (back-to-back) SP9f Ea USDD 0 Message Signs (Comma Version) from Ceiling. Includes both MS.HK $ 73.00 $ 65.70 $ - suspended ceiling T-Bar Scissor Clips and Hard -Pan Flange Mounts. Spit Ea USDD 2 MS Mount - Articulating, Long reach MS-MNT-ART-L $ 287.00 $ 258.30 $ 516.60 SP12a Ea USDD 2 G2 ROOM REMOTE 2 Module / 2017 version 2 RR2 $ 2,025.00 $ 1,822.50 $ 3,645.00 SP12c Ea USDD 0 RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity RR2-AP $ 46.00 $ 41.40 $ - RR2 Surface Mount Back Box, for SURFACE SP72d Ea USDD 0 MOUNT (hard wall) installation. Three (3) 3/4" RR2-BB $ 175.00 $ 157.50 $ conduit knock -outs. SP15 Ea USDD 8 G2 SPEAKER - LED Illuminated - FLUSH Mount, SPK-LED-FM $ 325.00 $ 292.50 $ 2,340.00 0 SP76 Ea USDD 0 G2 SPEAKER - LED Illuminated - SURFACE SPK-LED-SM $ 325.00 $ 292.50 $ - Mount (Metal Box), 70v G2 SPEAKER - OmniStrobe- Omnidirectional Alerting Speaker, optimized for high Vocal SP17a Ea USDD 0 Intelligibility in large open indoor areas and with SPK-OMS $ 815.00 $ 733.50 $ - High -Intensity LED Strobe Light Arrays - includes Cable Hanging Kit (typically requires MR2 for power/signaUcontrol) SPK-OMS/OmniStrobe Mounting Bracket / BEAM SP17b Ea USDD 0 FLANGE CLIP- for mounting directly onto an SPK-OMS-BFC $ 13.00 $ 11.70 $ - exposed (1/8-14") I -Beam SPK-OMS/OmniStrobe Mounting Bracket /DROP SP17c Ea USDD 0 CEILING BRACKET- for mounting directly to T-Bar SPK-OMS-DCB $ 48.00 $ 43.20 $ in Suspended Ceiling SPK-OMS/OmniStrobe Mounting Bracket / SP77d Ea USDD 0 SURFACE MOUNT- for mounting directly to hard SPK-OMS-SMB $ 42.00 $ 37.80 $ - ceiling SP18a Ea Bogn 8 SPEAKER - STANDARD, FLUSH Mount, 70v SPK-STD-FM $ 85.00 $ 76.50 $ 612.00 SP16b Ea Bogn 0 SPEAKER - STANDARD, SURFACE Mount (Metal SPK-STD-SM $ 85.00 $ 76.50 $ - Box), 70v SP19 Ea Bogn 5 SPEAKER - APP BAY/OUTDOOR - Weatherized, SPK-W-SM $ 310.00 $ 279.00 $ 1,395.00 Surface Mount, 70v SP20 Ea TIC 0 jTransformer, Bohm to 70V, External XFMR $ 53.00 $ 47.70 $ - SP21 Ea USDD 0 G2 Strobe Light/ Red LED STR $ 550.00 $ 495.00 $ - SP22 Ea USDD Q Miscellaneous MISC $ - $ $ - STATION SYSTEM SERVICES Item Unit Mfr city Description Part No. US List Unit QUOTE UNIT QUOTE EXT SS1 Ea USDD 1 Station Installation Bergelectric Corp ST-INST $ 27,581.83 $ 24,823.65 $ 24,823.65 SS2 Ea USDD 0 Station Remediation (Removal and Disposal of Legacy Equipment Not currently Assumed or Included, nor is any related Remediation to Paint, Drywall, etc.) ST-INST $ - $ $ - SS3 Ea USDD 1 Station Configuration & Start -Up ST-SU $ 2,240.65 $ 2,016.59 $ 2,016.59 SS4 Ea USDD 1 Station Project Management ST-PM $ 1,120.33 $ 1,008.29 $ 1,008.29 SS5 Ea USDD 1 Station Engineering / Design Services ST-ES $ 448.13 $ 403.32 $ 403.32 S56 Ea USDD 1 Station Documentation ST-DM $ 67.22 $ 60.50 $ 60.50 SS7a Ea USDD 0 Station Training - Configuration and Equipment. On -Site @ Station. 4 Hours, 1 Visit. (for Technical Services Staff) TRA-UT-O $ 4,025.00 $ 3,622.50 $ - PROPRIETARY and CONFIDENTIAL STATION 03 SYSTEM Page 14 of 25 SS7b Ea USDD p Station Training - User/Technician / Remote TRA-UT-R $ 600.00 $ 540.00 $ - Refresh (2 Hours / Training - Installation Contractor- On -Site / SS8a Ea USDD 0 USDD G2 Certification / 8 Hours / (TBD - only TRA-IC-O $ 5,325.00 $ 4,792.50 $ - needed if requied to use non -certified contractor) Training - Installation Contractor- At Arizona SSBb Ea USDD Q Training Center / USDD G2 Certification / 4 Hours / TRA-IC-AZ $ 2,725.00 $ 2,452.50 $ - (TBD -only needed if required to use non -certified contractor) SS9 1 Ea I USDD 1 p Miscellaneous/TBD MISC 1 $ - is is STATION SYSTEM WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT Item Unit Mfr cry Descri tion Part No. US List Unit QUOTE UNfr QUOTE En [STANDARD] 1st YEAR WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or component): 5444.7795 but No Telephone / Remote Access Support (8:00 AM - Charge For Initial SW 1 YR USDD 1.5 5:00 PM MST) PLEASE NOTE: An additional 6 RS-I YR-STD $ 4,033.17 $ 3,629.85 Warranty Period / months (far total of 18 months/1.5 years) of initial Not Included in warranty has been offered by USDD for no Subtotals additional cost so all stations can be installed and enjoy same warranty/support start/stop dates) [STANDARD] EACH ADDITIONAL YEAR (12- Months) WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or Component): Telephone / SW2 YR USDD 0.0 Remote Access Support (8:00 AM - 5:00 PM MST) RSAYRSTD $ 4,033.17 $ 3,629.85 $ IF QUANTITY'0' THEN NO ADDITIONAL SUPPORT IS ASSUMED OR AUTHORIZED BEYOND INITIAL WARRANTY PERIOD Piping: $ 1,087.00 rrranty & Support: $ - ATION SUBTOTAL: $ 69,731.04 Warranty & Support Notes: Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support. Mobile Smart Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected recurring annual support. Support Agreements subject to change if system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement PROPRIETARY and CONFIDENTIAL STATION 03 SYSTEM Page 15 of 25 Station S stem Installation Notes: 01 - Unless specifically detailed in this proposal, no installation by USDD or it's subcontractors is assumed or provided. 02 - Because these are mission -critical systems, USDD can only warrant and support systems installed by G2 Trained and Certified Contractors. 03 - USDD can source, qualify, train and certify Local Licensed Regional Subcontrators where needed. 04 - Installation warranted by installation contractor - G2 FSAS warranted, serviced and supported by USDD. O5 - Unless specifically detailed in this proposal, installation to be performed during normal working hours. O6 - Unless specifically detailed in this proposal, no permit fees or material charges have been included. 07 - Unless specifically detailed in this proposal, no removal or remediation has been assumed or included. O8 - Unless specifically detailed in this proposal, no bonds of any type (performance, bid) have been assumed,incl Wed or budgeted for in this proposal. 09 - USDD FSAS Equipment to be made available by owner to Installation Contractor prior to on -site arrival. 10 - Structural backing for system devices and other millwork (not specifically detailed) by others. 11 - If applicable, Gas Control Shutoff Valve Addendum (to USDD and installation contractor) must be signed prior to installation. 12 - All electrical power, including (but not limited to) raceway,conduit, backboxes, service panels, high -voltage wiring and fixtures by others. 13 - All communications pathway infrastructure (network, radio, etc.) by others unless specifically detailed in this proposal. 14 - USDD cannot warrant nor support any owner -furbished (3rd-Parry) system or component we are required to integrate with. USDD cannot warrant nor support any system or component it has not proofed engineering for and has not specifically authorized for use within public safety environments. 15 - Any misuse, unauthorized modification, improper installation, excessive shock, attempted repair, accident, or improper or negligent use, storage, transportation, or handling by any party other than USDD shall render this limited warranty null, void and of no further effect PROPRIETARY and CONFIDENTIAL STATION 03 SYSTEM Page 16 of 25 US DIGITAL DESIGns 1835 E. Sixth St. Suite #27 Tempe, Arizona 85281 877-551-8733 tel 480-290-7892 fax Quote SUBMITTED TO: West Covina, CA West Covina Fire Department CA WCOV001 v2 STATION -LEVEL QUOTE DATE: 1/15/19 Expires: 4(15/19 STATION 04 Based from USDD G2 Fire Station Alerting System Design Drawing #USDD.CA WCOV.ALL STATIONS. FSA.2018.01.27. pdf STATION SYSTEM LICENSES Item Unit Mfr Qty Description Part No. US List Unit QUOTE UNIT QUOTE EXT G2 VOICEALERT - Single Station License. SL1 Ea USDD 1 One-Time/Perpetual (unless furthur USDD modification is VA $ 1,030.00 $ 927.00 $ 927.00 needed) G2 MOBILE FSAS APP - Single Device License. Up to 24 Licenses-Per-ATX are offered at $0.00 cost each SL2 Ea/Yr USDD 24 as long as system is currently under warranty or elected G2-APP-DLI $ 108.00 $ 97.20 N/A - Included recurring annual support coverage. See'Mobile' Section for more detail. STATION SYSTEM CONTROLLER Item Unit Mfr City Description Part No. US List Unit QUOTE UNIT QUOTE EXT SC1 Kit USDD 1 G2 ATX STATION CONTROLLER - Power/Signal/Control up to 8 peripheral Remote O tions. 4 Unique Am stones available. ATX $ 21,750.00 $ 19,575.00 $ 19,575.00 SC2 Kit USDD 0 G2 EXPANSION KIT - Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP. EXP $ 7,325.00 $ 6,592.50 $ - Si Kit USDD 0 Rack Mount Ears for ATX or EXP ATX-E $ 54.00 $ 48.60 $ - SC4 Kit USDD 0 Base Plate for ATX or EXP ATX-P $ 54.00 $ 48.60 $ - SC5 Ea TBD 1 ATX UPS, Standard UPS -STD $ 923.00 $ 830.70 $ 830.70 SC6 I Ea I TBD 1 1 Shelf/Bracket, Wall-Mountfor UPS UPS-WMB 1 $ 57.001 $ 51.30 $ 51.30 STATION SYSTEM PERIPHERAL COMPONENTS Nem Unit Mfr CRY Description Part No. US List Unit QUOTE UNIT QUOTE EXT SP1a Ea Atlas 1 Audio Amplifier, External, Standard AMP $ 987.00 $ 888.30 $ 888.30 SP1b Ea Atlas 1 Shelf, Under Table or Wall Mount, for 1 U 1/2 Rack AMP-S $ 66.00 $ 59.40 $ 59.40 SP2 Ea USDD 3 G2 COLOR INDICATOR REMOTE Module - Up to CIR $ 725.00 $ 652.50 $ 1,957.50 8 unique colors SP3a Ea USDD 0 G2 HDTV REMOTE Module (TV & Electrical Outlet 7VR $ 975.00 $ 877.50 $ - by Others; C.E.C. control subject to TV ability) Flat Panel Monitor / Smart HDTV 40-43" (Electrical SP3b Ea USDD 0 Outlet/Provision By Others; C.E.C. control subject FP-43 $ 1,377.57 $ 1,239.81 $ to TV ability) SP3c Ea USDD 0 Flat Panel / TV Mount- Universal 23"-46" Tih FPM-U $ 107.86 $ 97.07 $ - SP4 Ea USDD 0 G21/0 REMOTE Module w/8In&8Out IOR $ 1,275.00 $ 1,147.50 $ - SP5 Ea USDD 0 Push Button, Standard (Black) PB-B $ 110.00 $ 99.00 $ - SP6 Ea USDD 0 Push Button, Emergency (Red) PB-R $ 110.00 $ 99.00 $ - SP7 Ea USDD 0 MESSAGE REMOTE 2 Module (2017 Version MR2 $ 1,275.00 $ 1,147.50 $ - 22 G2 MESSAGE SIGN (Digital LED) MINI SP9a Ea USDD 0 GammaSign / 12" Active Screen Width / Turn Out MS-G-M $ 915.00 $ 823.50 $ - Timing ONLY SP9b Ea USDD 6 G2 MESSAGE SIGN (Digital LED) STANDARD MS-G-S $ 1,050.00 $ 945.00 $ 5,670.00 GammaSign / 24" Active Screen Width PROPRIETARY and CONFIDENTIAL STATION 04 SYSTEM Page 17 of 25 SP9c Ea USDD 0 G2 MESSAGE SIGN (Digital LED) EXTENDED MS-G-E $ 1,575.00 $ 1,417.50 $ GammaSign / 36" Active Screen Width - MS-G Adapter Plate, SINGLE. VESA too oins 1 Ml SP9d Ea USDD 2 Sfor -E) to any standard mount with VESA 100 hole partems MS-AP-S $ 38.00 $ 34.20 $ 68.40 (mount not included) MS-G Adapter Plate, DOUBLE, VESA too, one (2) M& SP9e Ea USDD 0 G -S or-E to any standard mount with VESA 100 hole patterns MS-AP-D $ 49.00 $ 44.10 $ - (mount not included) MS-G Hanger Kit. Hangs single or double (back-to-back) SP9f Ea USDD 0 Message Signs (Comma Version) from Ceiling. Includes both MS.HK $ 73.00 $ 65.70 $ - suspended ceiling T-Bar Scissor Clips and Hard -Pan Flange Mounts. Spit Ea USDD 2 MS Mount - Articulating, Long reach MS-MNT-ART-L $ 287.00 $ 258.30 $ 516.60 SP12a Ea USDD 3 G2 ROOM REMOTE 2 Module / 2017 version 2 RR2 $ 2,025.00 $ 1,822.50 $ 5,467.50 SP12c Ea USDD 0 RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity RR2-AP $ 46.00 $ 41.40 $ - RR2 Surface Mount Back Box, for SURFACE SP72d Ea USDD 0 MOUNT (hard wall) installation. Three (3) 3/4" RR2-BB $ 175.00 $ 157.50 $ conduit knock -outs. SP15 Ea USDD 10 G2 SPEAKER - LED Illuminated - FLUSH Mount, SPK-LED-FM $ 325.00 $ 292.50 $ 2,925.00 0 SP76 Ea USDD 0 G2 SPEAKER - LED Illuminated - SURFACE SPK-LED-SM $ 325.00 $ 292.50 $ - Mount (Metal Box), 70v G2 SPEAKER - OmniStrobe- Omnidirectional Alerting Speaker, optimized for high Vocal SP17a Ea USDD 0 Intelligibility in large open indoor areas and with SPK-OMS $ 815.00 $ 733.50 $ - High -Intensity LED Strobe Light Arrays - includes Cable Hanging Kit (typically requires MR2 for power/signaUcontrol) SPK-OMS/OmniStrobe Mounting Bracket / BEAM SP17b Ea USDD 0 FLANGE CLIP- for mounting directly onto an SPK-OMS-BFC $ 13.00 $ 11.70 $ - exposed (1/8-14") I -Beam SPK-OMS/OmniStrobe Mounting Bracket /DROP SP17c Ea USDD 0 CEILING BRACKET- for mounting directly to T-Bar SPK-OMS-DCB $ 48.00 $ 43.20 $ in Suspended Ceiling SPK-OMS/OmniStrobe Mounting Bracket / SP77d Ea USDD 0 SURFACE MOUNT- for mounting directly to hard SPK-OMS-SMB $ 42.00 $ 37.80 $ - ceiling SP18a Ea Bogn 7 SPEAKER - STANDARD, FLUSH Mount, 70v SPK-STD-FM $ 85.00 $ 76.50 $ 535.50 SP16b Ea Bogn 0 SPEAKER - STANDARD, SURFACE Mount (Metal SPK-STD-SM $ 85.00 $ 76.50 $ - Box), 70v SP19 Ea Bogn 5 SPEAKER - APP BAY/OUTDOOR - Weatherized, SPK-W-SM $ 310.00 $ 279.00 $ 1,395.00 Surface Mount, 70v SP20 Ea TIC 0 jTransformer, Bohm to 70V, External XFMR $ 53.00 $ 47.70 $ - SP21 Ea USDD 0 G2 Strobe Light/ Red LED STR $ 550.00 $ 495.00 $ - SP22 Ea USDD Q Miscellaneous MISC $ - $ $ - STATION SYSTEM SERVICES Item Unit Mfr city Description Part No. US List Unit QUOTE UNIT QUOTE EXT SS1 Ea USDD 1 Station Installation Bergelectric Corp ST-INST $ 27,269.54 $ 24,542.58 $ 24,542.58 SS2 Ea USDD 0 Station Remediation (Removal and Disposal of Legacy Equipment Not currently Assumed or Included, nor is any related Remediation to Paint, Drywall, etc.) ST-INST $ - $ $ - SS3 Ea USDD 1 Station Configuration & Start -Up ST-SU $ 2,270.40 $ 2,043.36 $ 2,043.36 SS4 Ea USDD 1 Station Project Management ST-PM $ 1,135.20 $ 1,021.68 $ 1,021.68 SS5 Ea USDD 1 Station Engineering / Design Services ST-ES $ 454.08 $ 408.67 $ 408.67 S56 Ea USDD 1 Station Documentation ST-DM $ 68.11 $ 61.30 $ 61.30 SS7a Ea USDD 0 Station Training - Configuration and Equipment. On -Site @ Station. 4 Hours, 1 Visit. (for Technical Services Staff) TRA-UT-O $ 4,025.00 $ 3,622.50 $ - PROPRIETARY and CONFIDENTIAL STATION 04 SYSTEM Page 18 of 25 SS7b Ea USDD p Station Training - User/Technician / Remote TRA-UT-R $ 600.00 $ 540.00 $ - Refresh (2 Hours / Training - Installation Contractor- On -Site / SS8a Ea USDD 0 USDD G2 Certification / 8 Hours / (TBD - only TRA-IC-O $ 5,325.00 $ 4,792.50 $ - needed if requied to use non -certified contractor) Training - Installation Contractor- At Arizona SSBb Ea USDD Q Training Center / USDD G2 Certification / 4 Hours / TRA-IC-AZ $ 2,725.00 $ 2,452.50 $ - (TBD -only needed if required to use non -certified contractor) SS9 1 Ea I USDD 1 p Miscellaneous/TBD MISC 1 $ - is is STATION SYSTEM WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT Item Unit Mfr cry Descri tion Part No. US List Unit QUOTE UNfr QUOTE En [STANDARD] 1st YEAR WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or component): 5517.072 but No Telephone / Remote Access Support (8:00 AM - Charge For Initial SW 1 YR USDD 1.5 5:00 PM MST) PLEASE NOTE: An additional 6 RS-I YR-STD $ 4,086.72 $ 3,678.05 Warranty Period / months (far total of 18 months/1.5 years) of initial Not Included in warranty has been offered by USDD for no Subtotals additional cost so all stations can be installed and enjoy same warranty/support start/stop dates) [STANDARD] EACH ADDITIONAL YEAR (12- Months) WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or Component): Telephone / SW2 YR USDD 0.0 Remote Access Support (8:00 AM - 5:00 PM MST) RSAYRSTD $ 4,086.72 $ 3,678.05 $ IF QUANTITY'0' THEN NO ADDITIONAL SUPPORT IS ASSUMED OR AUTHORIZED BEYOND INITIAL WARRANTY PERIOD Piping: $ 1,071.00 rrranty & Support: $ - ATION SUBTOTAL: $ 70,015.80 Warranty & Support Notes: Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support. Mobile Smart Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected recurring annual support. Support Agreements subject to change if system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement PROPRIETARY and CONFIDENTIAL STATION 04 SYSTEM Page 19 of 25 Station S stem Installation Notes: 01 - Unless specifically detailed in this proposal, no installation by USDD or it's subcontractors is assumed or provided. 02 - Because these are mission -critical systems, USDD can only warrant and support systems installed by G2 Trained and Certified Contractors. 03 - USDD can source, qualify, train and certify Local Licensed Regional Subcontrators where needed. 04 - Installation warranted by installation contractor - G2 FSAS warranted, serviced and supported by USDD. O5 - Unless specifically detailed in this proposal, installation to be performed during normal working hours. O6 - Unless specifically detailed in this proposal, no permit fees or material charges have been included. 07 - Unless specifically detailed in this proposal, no removal or remediation has been assumed or included. O8 - Unless specifically detailed in this proposal, no bonds of any type (performance, bid) have been assumed,incl Wed or budgeted for in this proposal. 09 - USDD FSAS Equipment to be made available by owner to Installation Contractor prior to on -site arrival. 10 - Structural backing for system devices and other millwork (not specifically detailed) by others. 11 - If applicable, Gas Control Shutoff Valve Addendum (to USDD and installation contractor) must be signed prior to installation. 12 - All electrical power, including (but not limited to) raceway,conduit, backboxes, service panels, high -voltage wiring and fixtures by others. 13 - All communications pathway infrastructure (network, radio, etc.) by others unless specifically detailed in this proposal. 14 - USDD cannot warrant nor support any owner -furbished (3rd-Parry) system or component we are required to integrate with. USDD cannot warrant nor support any system or component it has not proofed engineering for and has not specifically authorized for use within public safety environments. 15 - Any misuse, unauthorized modification, improper installation, excessive shock, attempted repair, accident, or improper or negligent use, storage, transportation, or handling by any party other than USDD shall render this limited warranty null, void and of no further effect PROPRIETARY and CONFIDENTIAL STATION 04 SYSTEM Page 20 of 25 US DIGITAL DESIGns 1835 E. Sixth St. Suite #27 Tempe, Arizona 85281 877-551-8733 tel 480-290-7892 fax Quote SUBMITTED TO: West Covina, CA West Covina Fire Department CA WCOV001 v2 STATION -LEVEL QUOTE DATE: 1/15/19 Expires: 4/15/19 STATION 05 Based from USDD G2 Fire Station Alerting System Design Drawing #USDD.CA WCOV.ALL STATIONS. FSA.2018.01.27. pdf STATION SYSTEM LICENSES Item UnU Mir Qty Description Part No. US List Unit QUOTE UNIT QUOTE EXT G2 VOICEALERT - Single Station License. SL1 Ea USDD 1 One-Time/Perpetual (unless furthur USDD modification is VA $ 1,030.00 $ 927.00 $ 927.00 needed) G2 MOBILE FSAS APP - Single Device License. Up to 24 Licenses-Per-ATX are offered at $0.00 cost each SL2 Ea/Yr USDD 24 as long as system is currently under warranty or elected G2-APP-DLI $ 108.00 $ 97.20 N/A - Included recurring annual support coverage. See'Mobile' Section for more detail. STATION SYSTEM CONTROLLER Item Unit Mfr City Description Pen No. US List Unit QUOTE UNIT QUOTE EXT SC1 Kit USDD 1 G2 ATX STATION CONTROLLER - Power/Signal/Control up to 8 peripheral Remote O tions. 4 Unique Am stones available. ATX $ 21,750.00 $ 19,575.00 $ 19,575.00 SC2 Kit USDD 0 G2 EXPANSION KIT - Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP. EXP $ 7,325.00 $ 6,592.50 $ - Si Kit USDD 0 Rack Mount Ears for ATX or EXP ATX-E $ 54.00 $ 48.60 $ - SC4 Kit USDD 0 Base Plate for ATX or EXP ATX-P $ 54.00 $ 48.60 $ - SC5 Ea Ti 1 ATX UPS, Standard UPS -STD $ 923.00 $ 830.70 $ 830.70 SC6 I Ea I TBD 1 1 Shelf/Bracket, Wall-Mountfor UPS UPS-WMB 1 $ 57.001 $ 51.30 $ 51.30 STATION SYSTEM PERIPHERAL COMPONENTS Nem Unix Mfr CRY Description Part No. US List Unit QUOTE UNIT QUOTE EXT SP1a Ea Ana. 1 Audio Amplifier, External, Standard AMP $ 987.00 $ 888.30 $ 888.30 SP1b Ea An. 1 Shelf, Under Table or Wall Mount, for 1 U 1/2 Rack AMP-S $ 66.00 $ 59.40 $ 59.40 SP2 Ea USDD 3 G2 COLOR INDICATOR REMOTE Module - Up to CIR $ 725.00 $ 652.50 $ 1,957.50 8 unique colors SP3a Ea USDD 0 G2 HDTV REMOTE Module (TV & Electrical Outlet 7VR $ 975.00 $ 877.50 $ - by Others; C.E.C. control subject to TV ability) Flat Panel Monitor / Smart HDTV 40-43" (Electrical SP3b Ea USDD 0 Outlet/Provision By Others; C.E.C. control subject FP-43 $ 1,377.57 $ 1,239.81 $ to TV ability) SP3c Ea USDD 0 Flat Panel / TV Mount- Universal 23"-46" Tih FPM-U $ 107.86 $ 97.07 $ - SP4 Ea USDD 0 G21/0 REMOTE Module w/8In&8Out IOR $ 1,275.00 $ 1,147.50 $ - SP5 Ea USDD 0 Push Button, Standard (Black) PB-B $ 110.00 $ 99.00 $ - SP6 Ea USDD 0 Push Button, Emergency (Red) PB-R $ 110.00 $ 99.00 $ - SP7 Ea USDD 0 MESSAGE REMOTE 2 Module (2017 Version MR2 $ 1,275.00 $ 1,147.50 $ - 22 G2 MESSAGE SIGN (Digital LED) MINI SP9a Ea USDD 0 GammaSign / 12" Active Screen Width / Turn Out MS-G-M $ 915.00 $ 823.50 $ - Timing ONLY SP9b Ea USDD 6 G2 MESSAGE SIGN (Digital LED) STANDARD MS-G-S $ 1,050.00 $ 945.00 $ 5,670.00 GammaSign / 24" Active Screen Width PROPRIETARY and CONFIDENTIAL STATION 05 SYSTEM Page 21 of 25 SP9c Ea USDD 0 G2 MESSAGE SIGN (Digital LED) EXTENDED MS-G-E $ 1,575.00 $ 1,417.50 $ GammaSign / 36" Active Screen Width - MS-G Adapter Plate, SINGLE. VESA too oins 1 Ml SP9d Ea USDD 2 Sfor -E) to any standard mount with VESA 100 hole pattems MS-AP-S $ 38.00 $ 34.20 $ 68.40 (mount not included) MS-G Adapter Plate, DOUBLE, VESA too, one (2) M& SP9e Ea USDD 0 G -S or-E to any standard mount with VESA 100 hole patterns MS-AP-D $ 49.00 $ 44.10 $ - (mount not included) MS-G Hanger Kit. Hangs single or double (back-to-back) SP9f Ea USDD 0 Message Signs (Comma Version) from Ceiling. Includes both MS.HK $ 73.00 $ 65.70 $ - suspended ceiling T-Bar Scissor Clips and Hard -Pan Flange Mounts. Spit Ea USDD 2 MS Mount - Articulating, Long reach MS-MNT-ART-L $ 287.00 $ 258.30 $ 516.60 SP12a Ea USDD 2 G2 ROOM REMOTE 2 Module / 2017 version 2 RR2 $ 2,025.00 $ 1,822.50 $ 3,645.00 SP12c Ea USDD 0 RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity RR2-AP $ 46.00 $ 41.40 $ - RR2 Surface Mount Back Box, for SURFACE SP72d Ea USDD 0 MOUNT (hard wall) installation. Three (3) 3/4" RR2-BB $ 175.00 $ 157.50 $ conduit knock -outs. SP15 Ea USDD 13 G2 SPEAKER - LED Illuminated - FLUSH Mount, SPK-LED-FM $ 325.00 $ 292.50 $ 3,802.50 0 SP76 Ea USDD 0 G2 SPEAKER - LED Illuminated - SURFACE SPK-LED-SM $ 325.00 $ 292.50 $ - Mount (Metal Box), 70v G2 SPEAKER - OmniStrobe- Omnidirectional Alerting Speaker, optimized for high Vocal SP17a Ea USDD 0 Intelligibility in large open indoor areas and with SPK-OMS $ 815.00 $ 733.50 $ - High -Intensity LED Strobe Light Arrays - includes Cable Hanging Kit (typically requires MR2 for power/signaUcontrol) SPK-OMS/OmniStrobe Mounting Bracket / BEAM SP17b Ea USDD 0 FLANGE CLIP- for mounting directly onto an SPK-OMS-BFC $ 13.00 $ 11.70 $ - exposed (1/8-14") I -Beam SPK-OMS/OmniStrobe Mounting Bracket /DROP SP17c Ea USDD 0 CEILING BRACKET- for mounting directly to T-Bar SPK-OMS-DCB $ 48.00 $ 43.20 $ in Suspended Ceiling SPK-OMS/OmniStrobe Mounting Bracket / SP77d Ea USDD 0 SURFACE MOUNT- for mounting directly to hard SPK-OMS-SMB $ 42.00 $ 37.80 $ - ceiling SP18a Ea Bogn 4 SPEAKER - STANDARD, FLUSH Mount, 70v SPK-STD-FM $ 85.00 $ 76.50 $ 306.00 SP16b Ea Bogn 0 SPEAKER - STANDARD, SURFACE Mount (Metal SPK-STD-SM $ 85.00 $ 76.50 $ - Box), 70v SP19 Ea Bogn 5 SPEAKER - APP BAY/OUTDOOR - Weatherized, SPK-W-SM $ 310.00 $ 279.00 $ 1,395.00 Surface Mount, 70v SP20 Ea TIC 0 jTransformer, Bohm to 70V, External XFMR $ 53.00 $ 47.70 $ - SP21 Ea USDD 0 G2 Strobe Light/ Red LED STR $ 550.00 $ 495.00 $ - SP22 Ea USDD Q Miscellaneous MISC $ - $ $ - STATION SYSTEM SERVICES Item Unit Mfr city Description Part No. US List Unit QUOTE UNIT QUOTE EXT SS1 Ea USDD 1 Station Installation Bergelectric Corp ST-INST $ 25,296.32 $ 22,766.69 $ 22,766.69 SS2 Ea USDD 0 Station Remediation (Removal and Disposal of Legacy Equipment Not currently Assumed or Included, nor is any related Remediation to Paint, Drywall, etc.) ST-INST $ - $ $ - SS3 Ea USDD 1 Station Configuration & Start -Up ST-SU $ 2,205.15 $ 1,984.64 $ 1,984.64 SS4 Ea USDD 1 Station Project Management ST-PM $ 1,323.09 $ 1,190.78 $ 1,190.78 SS5 Ea USDD 1 Station Engineering / Design Services ST-ES $ 661.55 $ 595.39 $ 595.39 S56 Ea USDD 1 Station Documentation ST-DM $ 66.15 $ 59.54 $ 59.54 SS7a Ea USDD 0 Station Training - Configuration and Equipment. On -Site @ Station. 4 Hours, 1 Visit. (for Technical Services Staff) TRA-UT-O $ 4,025.00 $ 3,622.50 $ - PROPRIETARY and CONFIDENTIAL STATION 05 SYSTEM Page 22 of 25 SS7b Ea USDD p Station Training - User/Technician / Remote TRA-UT-R $ 600.00 $ 540.00 $ - Refresh (2 Hours / Training - Installation Contractor- On -Site / SS8a Ea USDD 0 USDD G2 Certification / 8 Hours / (TED - only TRA-IC-O $ 5,325.00 $ 4,792.50 $ - needed if requied to use non -certified contractor) Training - Installation Contractor- At Arizona SSBb Ea USDD Q Training Center / USDD G2 Certification / 4 Hours / TRA-IC-AZ $ 2,725.00 $ 2,452.50 $ - (TBD -only needed if required to use non -certified contractor) SS9 1 Ea I USDD 1 p Miscellaneous/TBD MISC 1 $ - is is STATION SYSTEM WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT Item Unit Mfr cry Descri tion Part No. US List Unit QUOTE UNfr QUOTE En [STANDARD] 1st YEAR WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or component): 5358.5145 but No Telephone / Remote Access Support (8:00 AM - Charge For Initial SW 1 YR USDD 1.5 5:00 PM MST) PLEASE NOTE: An additional 6 RS-I YR-STD $ 3,969.27 $ 3,572.34 Warranty Period / months (far total of 18 months/1.5 years) of initial Not Included in warranty has been offered by USDD for no Subtotals additional cost so all stations can be installed and enjoy same warranty/support start/stop dates) [STANDARD] EACH ADDITIONAL YEAR (12- Months) WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or Component): Telephone / SW2 YR USDD 0.0 Remote Access Support (8:00 AM - 5:00 PM MST) RSAYRSTD $ 3,969.27 $ 3,572.34 $ IF QUANTITY'0' THEN NO ADDITIONAL SUPPORT IS ASSUMED OR AUTHORIZED BEYOND INITIAL WARRANTY PERIOD rrranty & Support: $ - ATION SUBTOTAL: $ 67,341.73 Warranty & Support Notes: Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support. Mobile Smart Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected recurring annual support. Support Agreements subject to change if system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement PROPRIETARY and CONFIDENTIAL STATION 05 SYSTEM Page 23 of 25 Station S stem Installation Notes: 01 - Unless specifically detailed in this proposal, no installation by USDD or it's subcontractors is assumed or provided. 02 - Because these are mission -critical systems, USDD can only warrant and support systems installed by G2 Trained and Certified Contractors. 03 - USDD can source, qualify, train and certify Local Licensed Regional Subcontrators where needed. 04 - Installation warranted by installation contractor - G2 FSAS warranted, serviced and supported by USDD. O5 - Unless specifically detailed in this proposal, installation to be performed during normal working hours. O6 - Unless specifically detailed in this proposal, no permit fees or material charges have been included. 07 - Unless specifically detailed in this proposal, no removal or remediation has been assumed or included. O8 - Unless specifically detailed in this proposal, no bonds of any type (performance, bid) have been assumed,incl Wed or budgeted for in this proposal. 09 - USDD FSAS Equipment to be made available by owner to Installation Contractor prior to on -site arrival. 10 - Structural backing for system devices and other millwork (not specifically detailed) by others. 11 - If applicable, Gas Control Shutoff Valve Addendum (to USDD and installation contractor) must be signed prior to installation. 12 - All electrical power, including (but not limited to) raceway,conduit, backboxes, service panels, high -voltage wiring and fixtures by others. 13 - All communications pathway infrastructure (network, radio, etc.) by others unless specifically detailed in this proposal. 14 - USDD cannot warrant nor support any owner -furbished (3rd-Parry) system or component we are required to integrate with. USDD cannot warrant nor support any system or component it has not proofed engineering for and has not specifically authorized for use within public safety environments. 15 - Any misuse, unauthorized modification, improper installation, excessive shock, attempted repair, accident, or improper or negligent use, storage, transportation, or handling by any party other than USDD shall render this limited warranty null, void and of no further effect PROPRIETARY and CONFIDENTIAL STATION 05 SYSTEM Page 24 of 25 US DIGITAL DESIGns 1835 E. Sixth St. Suite #27 Tempe, Arizona 85281 877-551-8733 tel 480-290-7892 fax Quote SUBMITTED TO: West Covina, CA West Covina Fire Department REEMEMEMOM CA WCOV001 v2 JSection Totals QUOTE DATE: 1/15/19 SECTION TOTALS [UNLESS OTHERWISE NOTED, ALL PRICES ARE $US] DISPATCH -LEVEL SUBTOTAL $ 54,204.75 Includes: PRIMARY DISPATCH G2 FSA SYSTEM: PRIMARY DISPATCH WARRANTY & SUPPORT: $ $ 54,204.75 - STATION -LEVEL SUBTOTAL 366,433.05 Includes: STATION 01 SYSTEM: STATION 01 WARRANTY & SUPPORT: $ $ 74,656.71 - Includes: STATION 02 SYSTEM: STATION 02 WARRANTY & SUPPORT: $ $ 84,687.77 - InCludes: STATION 03 SYSTEM: STATION 03 WARRANTY & SUPPORT: $ $ 69,731.04 - Includes: STATION 04 SYSTEM: STATION 04 WARRANTY & SUPPORT: $ $ 70,015.80 - Includes: STATION 05 SYSTEM: STATION 05 WARRANTY & SUPPORT: $ $ 67,341.73 - Notes: Bergelectric Corp will be doing the installation. US Digital Designs System Total $ 420,637.80 (TBD By Customer) Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support. Mobile Smart Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected recurring annual support. Support Agreements subject to change if system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement PROPRIETARY and CONFIDENTIAL SECTION TOTALS Page 25 of 25 ATTACHMENT NO. 2 AGENDA STAFF REPORT City of West Covina I Office of the City Manager DATE: March 5, 2019 TO: Mayor and City Council FROM: Chris Freeland City Manager SUBJECT: FIRE STATION PRE -ALERTING SYSTEM RECOMMENDATION: It is recommended that the City Council take the following actions: 1. Approve a purchase order for US Digital Designs, Inc., in the amount of $420,637.80 (including sales tax, delivery, installation, and warranty) for the purchase of a fire station pre -alerting system and waive formal contract procedures based upon a finding that the requirements of West Covina Municipal Code Chapter 2, Article VII, Division 2, Sec. 2-333(i)(2), which allows such waivers are met because another local agency originally obtained the bid pursuant to formal contract procedures at least as rigorous as those of the city. 2. Appropriate $420,637.80 from the General Fund Balance to Account No. 160.80.7003.7900; and 3. Approve the following resolution: RESOLUTION NO.2019-12 - A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF WEST COVINA, CALIFORNIA, ADOPTING A BUDGET AMENDMENT FOR THE FISCAL YEAR COMMENCING JULY 1, 2018, AND ENDING JUNE 30, 2019 (US DIGITAL DESIGNS, INC.) BACKGROUND: The West Covina Fire Department ("Fire Department") provides 24-hour emergency response and is required to provide a fire station control and emergency response alerting system ("fire station pre -alerting system") in which emergency responses are received at each fire station. The current fire station alerting system is not afire station pre -alerting system and was originally purchased from Zetron before the use of modem voice -data networks. For a number of years, the hardware associated with the Zetron fire station alerting system has been failing. Staff contacted Zetron and determined that the fire station alerting system has reached its end -of -life as replacement parts are unavailable. The process to alert each fire station is delayed because Dispatch personnel need to manually alert each unit at each fire station. A new fire station pre -alerting system will improve Fire Department response times by leveraging the capability of the City's voice -data network to alert multiple fire stations of separate emergency incidents simultaneously. The new fire station pre -alerting system will send the vocal and visual notifications and alarms using an Internet Protocol (IP) pathway that does not need to wait for the dispatch channel to be clear, allowing the broadcast of an event immediately upon assignment (less than one second delay). In comparison, the current Zetron fire station alerting system is radio based which causes delays in alerting multiple stations because paging tones take time to go through. With a network -based fire station pre -alerting system, all alerting goes out nearly simultaneously, within microseconds of each other. With the new fire station pre -alerting system, the Dispatcher commits a call and the information is sent to the proper units automatically. DISCUSSION: The current Zetron fire station alerting system has experienced systemic system failure and is no longer supported. The City needs to replace the Zetron fire station alerting system due to system obsolescence, a lack of reliable, cost effective support, and unavailability of replacement parts. While the system has experienced failures that have been repaired, staff is concerned that the system may completely fail and not come back online. To facilitate the purchase, Staff identified a cooperative public agency agreement between National Purchasing Partners, Government Division ("NPPGov"), and US Digital Designs, Inc. ("USDD"). NPPGov is a non-profit that provides group purchasing, marketing, and administrative support for governmental entities. Public agencies may purchase products and services by leveraging NPPGov contracts with the confidence that all government requirements for competitive bidding have been met. Access to NPPGov contracts is free for public agencies with no purchasing obligations. USDD is an engineering and product development company specializing in the design and manufacture of fire station pre -alerting systems. Other agencies in Southern California that utilize USDD's fire station pre -alerting system includes the City of San Diego, City of Burbank, and City of Downey. The USDD agreement with NPPGov extends the following terms to the City: • Ten percent discount off the published list price, or a cost avoidance of approximately $42,000 during the initial term. • Integration with station egress lighting to light the exit path with eye sensitive LED lights; speakers with a red illuminating light to calmly light up the room and gradual ramped up tones; and LED message display hardware to visually display the emergency information for the firefighters. • Networking hardware is utilized to have communications over the network that will sync the data transmissions from the Dispatch center to the fire stations. The network hardware will also help configure the other network hardware and equipment in the fire stations. • Fire station pre -alerting mobile application which can be assessed from mobile devices already assigned to each fire apparatus. The mobile application will provide the fire stations with simultaneous alerts, such as dispatch announcements, administrative alerts, information technology (IT) support notifications, and application update notifications. The mobile alerts show incident location using the devices' built-in mapping capabilities, enabling users to save notifications for future reference, and provides the Fire Department with a dependable means of redundant notification for situational awareness and efficient response purposes. • Leverage existing interface from CAD system to USDD fire station pre -alerting system and inter -agency interface link with other regional agencies using USDD (avoiding a new costly interface or work -around). NPPGov utilized an RFP process that is more stringent than the requirements of the West Covina Municipal Code.The RFP was published in USA Today, Daily Journal of Commerce, and on the following websites: nppgov.com, www.procurementauthority.org and findrfp.com. The RFP was mailed directly to six companies known to provide such equipment and services. The contract was awarded to one of three bidders only after considers the factors of pricing, product line, conformance with RFP requirements, customer service, and experience, among others. Staff is proposing to purchase a fire station pre -alerting system that will link all five fire stations with the Public Safety Dispatch center. The fire station pre -alerting system will be purchased from USDD by piggybacking off the NPPGov Master Price Agreement Contact No. V1311614. Prior to awarding the agreement, the following steps were taken: • NPPGov issued a Request for Proposals (RFP) No. 1425 (Station Alerting) on October 22, 2014, which was publicized in USA Today and in the Daily Journal of Commerce. • RFP No. 1425 (Station Alerting) identified evaluation factors and their relative importance. • Three proposals were received and evaluated based on the criteria contained in the RFP. • USDD was awarded the contract. The West Covina Municipal Code Chapter 2, Article VII, Division 2, Sec. 2-333(i)(2), authorizes the City to contract for equipment and services directly with vendors on terms obtained pursuant to a competitive procurement process led by another county, city, special district, or other local agency whose formal contract procedures are at least as rigorous as those of the City. The Zetron system is one component of the Fire Station alert system. In addition, the microwave communication hardware system, which allows the communication between fire stations and other City facilities has been failing and needs to be replaced. Staff is examining replacement costs for this system, as well as other alternatives. OPTIONS: The City Council has the following options: I. Approve Staff a recommendation; 2. Reject the NPPGov contract and direct staff to issue an RFP. Because this is already an NPPGov contract, it is unlikely that a lower bid for the same equipment will be received; or 3. Provide alternative direction. Prepared by: Larry Whithom, Fire Chief Fiscal Impact FISCAL IMPACT: The total cost for the US Digital Design (USDD) fire station pre -alerting system is $420,637.80 (including sales taxdelivery, installation, and warranty). - , -- -.w _-.-. Project # Project Account # GL Account # Funding Needed 19038 19038.160.7900 160.80.7003.7900 $420,(i37.80 _._.._._.... _ _ ..--......... ._..-._._...... There are no available funds in the current operating budget. Funding would need to be appropriated from the General Fund Reserves. Attachments Attachment No. I - US Digital Design Quote No. CA WCV001 Attachment No. 2 - NPPGov Master Price Agreement Contract No. VH11614 Attachment No. 3 - Public Procurement Authority Notice Solicitation RFP No. 1425 Attachment No. 4 - Public Procurement Authority Solicitation Synopsis No. 1425 Attachment No. 5 - Budget Amendment Resolution No. 2019-12 Budget Amendment - Exhibit 1 CITY....,,~ COUNCIL GOALS & OBJECTIVES: Identify Resources to Provide Better Public Safety ATTACHMENT NO. 1 US DIGITAL DESIGnS Tempe, Arizona USA Phoenix G2 - Automated Fire Station Alerting Quotation to: West Covina, CA West Covina Fire Department Project: G2 Fire Station Alerting System 1 Dispatch Systems / 5 Station Systems Proposal number: CA_WCOV001 Revision If 2 [Pricing Protected per Public Procurement Authority (PPA), Master Price Agreement (MPA) and available to members of National Purchase Partners, LLC dba FireRescueGPO, dba Public Safety GPO, dba Law Enforcement GPO and dba NPPGov - more information available at https://nppgov.com/contract/us-digital-designs] M-5705138 Quote Date: 15-Jan-2019 Quote Expires: 15-Apr-2019 FOR FINAL INSTALLATION CONTACT: Bergelectric Corp. Felix Martin: (martin@bergelectric.com By: Luke Eddington Project Manager US Digital Designs, Inc. 1835 E Sixth St #27 Tempe, AZ 85281 602-687-1748 direct 480-290-7892fax leddineton a usdd.com [This Proposal is subject to corrections due to Errors or Omissions] PROPRIETARY and CONFIDENTIAL TITLE Pagel of25 US DIGITAL DESIGIIs 1835 E. Sixth St. Suite #27 Tempe, Arizona 85281 877-551-8733 tot 480-290-7892 fax Quote SUBMITTED TO: West Covina, CA West Covina Fire Department CA WCOV001 v2 DISPATCH -LEVEL QUOTE DATE: 1/15119 ;A.l�� , .� .._mow, ,. ._..z.�,�o...^' ".. _.. .. .../._..�w.v uq.�w.� �- _ � ...... ..:y �r-,.�.r1ry r ..... r .: iffi�Rww.� t- a,-.° r..T fr' - --r ss tla"5 ,„.,H.,,,�__.:::� sfG. P,-rrr: ,,.a1e;11a(}1dit3r .A. SE; Iii .-.,-,:qi3® Radio Systerri Interface (Full Console DI1 LOT USDD 0 Interface - Requires (owner: -furbished) RSI $ 13,650.00 $ 12,285.00 $ _ dedicated console, specifically and solely tasked for Station Alerting) DI2 :. LOT USDD 0 Additional Radio Channel. ARC $ 4,225.00 $ 3,802.50 $ CAD Interface - TED (USDD-side Only DI3 LOT CAD 1- Customer responsibility to discuss PCAD-1 $ 11,950 00 $10,755.00 $ 10,755,00 CAD side costs (if any) with their vendor) tl1111.. _== r. :'.'I".._ ,. ,_... T"�.e9FIJIp.a*- ��.rP951 R,y.:�la!W.r G2 Communications Gateway Pair DC1a PR USDD 1 (Hardware for CAD Interface) 2@2RU I G2-GW + $ 9,250,00 $ 8,325,00 $ 8,325.00 each r G2 Communications Gateway Pair DC11i. PR OSDD 0 : (Hardware for CAD Interface) 2@1 RU G2-GW $ 7,220.00 $ 6,498.00 $ each Multi -Port Ethernet Interface Pair IS DC2 Kit USDD 1 Ports Total) to support additional + MPE-8 $ 1,175.00 $ 1,057.50 $ 4,057.50 networks USDD G2 Gateway Audio Radio Interface 2,076,00 DC3a Kit 0 (GaRi) - Rack Mount GaRt-RM $ $ 1,867.50 $ - DC3b Kit USDD 1 G2 Gateway Audio Radio Interface GaRi-FM ,.. $ 2NUO $ 1,867.50 $ 1,867.50 (GaRi) - Flange Mount DC4 Kit USDD 0 G2 Gateway Audio Serial interface Gast $ 1,440.00 $ 1,296.00 $ (GaSi) DC5 ' Kit USDD p G2 HDTV REMOTE Module (N & NR $ 975.00 $ 877.50 $ Electrical Outlet by Others) DC6 f Kit USDD 1 0 1 G2 Light Tower Interface LTI ': $ 575.00 $ 517.50 $ PROPRIETARY and CONFIDENTIAL PRIMARY DISPATCH CENTER Page 2 of26 ... v. ., 31 t_ '�,rM .,, , qt :�;> r r , .. ,e k a r";s .. o, PaR; "a.' -,=I"" . .. W�� WON . pfST : a . '^✓-A OT_"1, ., „a DS1 HR UsoD 5p Gateway Configuration 8 GW-CM $ 310.00 $ 279.00 $ 13,950.00 .:Modifications DS2 LOT USDD 0 Radio System Interface Modification i RSI-CM $ 4,225,00 $ 3,802.60 $ - DS3r LOT USDD 1 Gateway Installation and Start-up GW-ISU ` $ 6,425.00 $ 5,782.50 $ 5,782.50 DS4 LOT USDD 1 Gateway Project Management GW-PM $ 337.50 $ 303.75 $ 303.75 Training - System Administrator / DS5a LOT USDD 1 Dispatch Supervisor- On -Site (4 TRA•DIS•O $ 4,025.00 $ 3,622.50 $ 3,622.50 Hours / Train -The -Trainer) '. Training -System Administrator DS5b LOT USDD 0 Dispatch Supervisor- Remote TRA-DIS•R $ 1,200.00 $ 1,080.00 $ :. Refresh 4 Hours / Train The Trainer Training • Station -Level r DS6a LOT USDD 1 Configuration and Equipment Usage TRA-STA-O $ 4,025.00 $ 3,622.50 $ 3,622.50 - On -Site 4 Hours / Train -The -Trainer '.. Training - Station -Level DS6b. LOT USDD 0 Configuration and Equipment Usage ..TRA-STA-R $ 1,200.00 $ 1,080.00 $ - Remote Refresh (4 Hours / Train -The Trainer) Training - Installation Contractor On -Site / USDD G2 Certification / (8 DS7a LOT USDD 1 r Hours / Train -The -Trainer (TBD - only TRA.IC.O '. $ 5,325.00 $ 4,792.60 $ 4,792.50 needed If required to use non -certified contractor) Training - Installation Contractor At Arizona Training Center I USDD G2 DS7b LOT USDD 0 :: Certification /f8 Hours / Train -The- TRA-IC-AZ $ 2,726.00 $ 2,452.60 $ Trainer (TBD:- only needed if required to use non -certified contractor) Management Meeting with Customer / DS8a HR USDD 0 at USDD Tempe, AZ location (per Hour MTG-MGT-U' $ 244.00 $ 219.80 $ / Per Person) Management Meeting with Customer / DSBh' LOT USDD 0 at Customer Site (above per hour/per MTG-MGT-C $ -. $ $ :. person cost +required travel and accomodalion) DS9 1 LOT USDD 0 Misc Option 1 $ -I $ -', $ DS10 LOT USDD 0 1 Misc Option 2I '.. $ -: $ -'.. $ PROPRIETARY and CONFIDENTIAL PRIMARY DISPATCH CENTER Page S or25 I PRIMARY DISPATCH WARRANTY & SUPPORT I Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support. Mobile Smart Phone Alerting App and Mapping Services only avaibie to customer while under warranty or elected recurring annual support. Support Agreements subject to change If system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement DISPATCH -LEVEL WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT Item Unit Mfr Qty Description Part No. US Liat Unit QUOTE UNIT QUOTE EXT [STANDARD] 1st YEAR WARRANTY & SUPPORT FOR THIS DISPATCH SYSTEM (or Component): Telephone / Remote Access Support (8:00 AM - 2970.675 but No 5:00 PM MST) PLEASE NOTE: An Charge For Initial 17 HR USDD 1.5 additional 6 months (for total of 18 RS-IYR-STD $ 2,200,50 $1,980.45 Warranty Period / months/1.5 years) of initial warranty Not Included in has been offered by USDD for no Subtotals additional cost so all stations can be installed and enjoy same warranty/support start/stop dates) [STANDARD] EACH ADDITIONAL YEAR (12-Months) WARRANTY & SUPPORT FOR THIS DISPATCH SYSTEM (or Component): Telephone / 18 LOT USDD 0.0 Remote Access Support (8:00 AM - RS-AYR-STD $ 2,200.50 $ 13980.45 $ - 5:00 PM MST) IF QUANTITY'O' THEN NO ADDITIONAL SUPPORT IS ASSUMED OR AUTHORIZED BEYOND INITIAL WARRANTY PERIOD INDIVIDUAL DISPATCH SYSTEMS TOTALS (SEE 'SECTION TOTALS' PAGE FOR EVEN MORE DETAIL) PROPRIETARY and CONFIDENTIAL PRIMARY DISPATCH CENTER Page 4 of 25 US DIGITAL DESIGns QUOTE 1835 E. Sixth St. Suite #27 Tempe, Arizona 85281 877-551-8733 tat 480-290-7892 fax DATE: 1115119 Expires: 4/16119 Quote SUBMITTED TO: West Covina, CA West Covina Fire Department CA WCOV001 v2 STATION -LEVEL STATION SYSTEM LICENSES Rem Unit MfrsI Qtv Descrlane. P.nNo US List Unit QUOTE UNIT 'QUOTE EXT G2 VOICEALERT- Single Station Ucense. SL1 Ea USDD 1 One-TimelPerpetual(unless furthur USDD modification is VA $ 1,030.00 $ 927.00 $ 927.00 needed) G2 MOBILE FSAS APP - lSingle Device License. Up to 24 Ucensas-Per-ATX are offered at $0.00 cost each SL2 Ea/Yr USDD 24 as long as system is currently under warranty or elected G2-APP-DLI $ 108.00 $ 97.20 N/A - Included resorting annual support coverage. See'Mobile'Section furriers detail STATION SYSTEM CONTROLLER Item :'. Unit MR, Qty Descd Lion Part Na US UM UnIt :000TEUNIT 'QUOTE EXT SC1 Kit USDD 1 G2 ATX STATION CONTROLLER - Power/Signal/Control up to 8 peripheral Remote Options. 4Unique Amps/Zones available ATX $ 21,750.00. $ 19,575.00 $ 19,675.00 SC2 Kit USDD " 0 G2 EXPANSION KIT -Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP EXP $ 7,325.00 $ ` 6,692.50 $ SC3 Kit USDD 0 Rack Mount Ears for ATX or EXP ATX-E $ 54.00 $ 48.60 $ SC4 Kit USDD 0 Base Plate for ATX or EXP ATX-P $ 54.00 $ 48.60 $ SC5 Ea TUO 1 ATX UPS, Standard UPS -STD $ 923.00 $ 830.70 $ 630.70 SC6 Ea Teo 1 Shelf/Bracket, Wall -Mount for UPS UPS-WMB $ 57.00 $ 51.30 $ 51.30 STATION SYSTEM PERIPHERAL COMPONENTS Item ' Unit Mfr " Cry Desorl ban Part No. US List Unit QUOTE UNIT :QUOTE EXT SPia Ea Arles 1 Audio Amplifier, External, Standard AMP $ 987.00 $ 888.30 $ 888.30 SP1 b Ea Al.. 1 Shelf, Under Table or Wall Mount, for I 112 Rack AMP-S $ 66.00 $ 69.40 $ 59.40 SP2 Ea USDD 5 G2 COLOR INDICATOR REMOTE Module- Up to. CIR $ 725.00 $ 652.50 $ 3,262.50 8 unique Colors SP3a Ea USDD 0 G2 HDTV REMOTE Module (TV & Electrical Outlet TVR $ `.975.00 $ ' 877.50 $ by Others; O.E.O. control subject to TV ability) Flat Panel Monitor Smart HDTV 40-43" (Electrical SP3b Ea USDD 0 OulletlProvislon By Others; C.E.C. Control subject FP43 $ 1,377.57 $ 1,239.81 $ to TV ability SP3c Ea USDD 0 Flat Panel/TV Mount -Universal 23"-46"Tilt FPM-U $ 107.86 $ 97.07 $ SP4 f Ea USDD p G21/0 REMOTE Module w/ 81n & 8 Out [OR $ 1,275.00 $ '1,147.60 $ - SP5 Ea USDD 1 Push Button, Standard (Black) PB-B $ 110.00 $ 99.00 $ 99.00 SP6 Ea USDD 1 Push Button, Emergency (Red) PB-R $ 110.00 $ 99.00 $ 99.00 SP7 '.: Ea USDD 0 G2 MESSAGE REMOTE 2 Module (2017 Version MR2 $-.1,275.00 $ 7,147.50 $ 2) G2 MESSAGE SIGN (Digital LED) MINI SP9a Ea USDD 0 GammaSign / 12" Active Screen Width / Turn Out MS-G-M $ 915.00 $ 823.50 $ - Timing ONLY SP91b Ea USDD 8 G2 MESSAGE SIGN (Digital LED) STANDARD MS-G-S $ 1,050 00 $ 945.00 $ 7,560.00 GammaSign / 24" Active Screen Width - PROPRIETARY and CONFIDENTIAL STATION 01 SYSTEM Page 5 of25 SP90 Ea USED 0 G2 MESSAGE SIGN (Digital LED) EXTENDED MS-G-E $ 1,575.00 $ 1,417.60 $ GammaSign / 36" Active Screen Width MS-G Adapter Plate, SINGLE. VESA 100, loins 1 MS SP9d Ea USDD 0 Smr-E) to any standard mountwlth VESA 100 hole patterns MS-AP-S $ 38.00 $ 34.20 $ (mount not included) r MS-G Adapter Plate, DOUBLE, via A 1oc loins tz1 Ms SP9e Ea USOD 2 G-Sor-E to any standard mount voth VE5A too hole patterns MS-AP-D $ 49.00 $ 44.10 $ 88.20 (mount not Included) MS-G Hanger Kit. Hangs single or double (back -(aback) SP91' Ea USDD 0 Message Signs (Gammas Version) from Calling. Includes both MS-HK $ 73.00 $ 65.70 $ suspended ceiling T-Bar Scissor Ceps and HarAPan Flange Mount, SPIT Ea USED 2 MS Mount- Articulating, Long reach MS-MNT-ART-L $ 287.00 $ 258.30 $ 616.60 SP12a Ea USDD 3 G2 ROOM REMOTE 2 Module 12017 version 2 RR2 $ '2,025.00 $ 1,822.60 $ 5,467.60 SP12c Ea USDD 0 RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity RR2-AP $ 46.00 $ 41.40 $ RR2 Surface Mount Back Box, for SURFACE SP12d Ea USDD 0 MOUNT (hard wall) installation. Three (3) 3/4" RR2-BB. $ 175.00 $ 167.50 $ conduit knack -outs. SP15 Ea DISCO 15, G2 SPEAKER - LED Illuminated - FLUSH Mount, SPK-LED-FM $ 325.00 $ 292.60 $ 4,387.50 70v SP16 Ea USDD 0 G2 SPEAKER- LED Illuminated - SURFACE SPK-LED-SM $ 325.00 $ 292.50 $ Mount (Metal Box), 70v G2 SPEAKER - OmniStrobe- Omnidirectional Alerting Speaker, optimized for high Vocal SP17a Ea uSOq 0 Intelligibility in large open indoor areas and with SPK-OMS $ 815.00 $ 733.50 $ High -Intensity LED Strobe Light Arrays -includes Cable Hanging Kit (typically requires MR2 for power/signal/control SPK-OMS/OmniStrobe Mounting Bracket BEAM SP171d Ea USDD 0 FLANGE CLIP- for mounting directly onto an SPK-OMS-BFC $ 13.00 $ 11.70 $ exposed (1/8-14") I -Beam SPK-OMS/OmniStrobe Mounting Bracket/DROP SP17c Ea USDD 0 CEILING BRACKET- for mounting directly to T-Bar SPK-OMS-DCB $ 48.00 $ 43.20 $ in Suspended Ceiling SPK-OMS/OmniStmbe Mounting Bracket/ SP17d Ea USOD 0 SURFACE MOUNT- for mounting directly to hard SPK-OMS-SMB $ 42.00 $ 37.80 $ ceiling SP18a Ea Bohn g SPEAKER -STANDARD, FLUSH Mount, 70v SPK-STD-FM $ 85.00 $ 76.50 $ 688.50 SP18b Ea Begin 0 SPEAKER- STANDARD, SURFACE Mount (Metal SPK-STD-SM $ 85.00 $ 76.50 $ Box), 70v SP19 Ea Bogn 5 SPEAKER -APE BAY/OUTDOOR- Weatherized, SPK-W-SM $ 310.00 $ 279.00 $ 1,674.00 Surface Mount, 70v SP20 Ea TIC 0 Transformer, Bohm to 70V, External XFMR $ 53.00 $ 47.70 $ SP21 Ea uso0 I 1 G2 Strobe Light/ Red LED STIR $ 550.00 $ 495.00 $ 496.00 SP22 Ea USDD 0 Miscellaneous MISC $ - $ - $ STATION SYSTEM SERVICES,.. Item I Unit Mir I Cry Description Part No US List Unit QUOTE UNIT :QUOTE EXT SS1 Ea USDD 1 Station Installation Bergelectric Corp ST-INST $ ` 25,719.63 $ 23,147.66 $ 23,147.66 Station Remediation (Removal and Disposal of SS2 Ea DISCO 0 Legacy Equipment Not currently Assumed or ST-INST $ $ $ Included, nor is any related Remadialk n to Paint, Drywall, etc) SS3 Ea USDD. 1 Station Configuration & Start -Up ST-SU $ `; 2,281.62 $ 2,053.46 $ 2,053.46 SS4 Ea USDD 1 Station Project Management ST-PM $ 1,037.10 $ :933.39 $ 933.39 SS5 Ea USDD '.1 Station Engineering I Design Services ST-ES $ 518.55 $ '466.70 $ 466.70 SS6 Ea USDD 1 ; Station Documentation ST-DM `:. $ 77.78 $ 70.00 $ 70.00 Station Training -Configuration and Equipment. SS7a Ea USDD 0 On-Site@Station. 4 Hours, 1 Visit. (for Technical TRA-UT-O $ -. 4,025.00 $ 3,622.60 $ Services Ste PROPRIETARY and CONFIDENTIAL STATION 01 SYSTEM Page 6 or25 SS71a Ea USDD 0 Station Training - User/Technician / Remote TRA-UT-R $ 600.00 $ 540.00 $ Refresh (2 Hours / Training- Installation Contractor -On-Site/ Ssua. Ea USDD 0 USED G2 Certification/8 Hours/QBD - only TRA4C-O $ 5,325.00 $ 4,792.50 E needed If requred to use non -certified Contractor) Training- Installation Contractor - At Arizona SSeb Ea uso0 0 Training Center USDD G2 Certification / 4 Hours / TRA-IC-AZ $ 2,725.00 $ 2,462.50 $ (TBD-.only needed If required to use non -certified contractor) SS9 1Ea usoD Q MiscellaneousrrBD MISC $ - $ - $ STATION SYSTEM WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT Item Unit Mfr I Qty Descri lion Part No. US List Unit I QUOTEUNIT QUOTE EXT [STANDARD] 1st YEAR WARRANTY& SUPPORT FOR THIS STATION SYSTEM (or component): 6300.3825 but No Telephone J Remote Access Support (8:00 AM - Charge For Initial SWi YR USDD 1.5 5:00 PM MST) PLEASE NOTE: An additional RS-1YR-STD $ 4,6fi6.95 $ 4,200.26 Warranty Period / months (for total of 18 months/1.5 years) of initial Nott Included in warranty has been offered by USDD for no Subtotals additional cost so all stations n be installed and Co enjoy same warranty/support start/stop dates) [STANDARD] EACH ADDITIONAL YEAR (12- Months) WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or Component): Telephone! SW2 YR USDD 0.0 Remote Access Support (8:00 AM - 5:00 PM MST) RS-AYR-STD $ 4,666.95 $ 4,200.26 $ IF QUANTITY'0' THEN NO ADDITIONAL SUPPORT IS ASSUMED OR AUTHORIZED BEYOND INITIAL WARRANTY PERIOD &Support: $ SUBTOTAL: $ 74,666.71 ier must elect to Choose any coverage they require beyond Initial warranty period, or USDD will not be authorized to provide any service or support. Smart Phone Alerting App and Mapping Services only avaible to customer while under wananty or elected recurring annual support. Support Agree : to change if system design is modified. For additional details, please revlew current USDD Warranty Statement and Service Agreement PROPRIETARY and CONFIDENTIAL STATION 01 SYSTEM page 7 of 25 Station System Installation Notes: 01 - Unless specifically detailed in this proposal, no installation by USDD or It's subcontractors Is assumed or provided. 02 - Because these are mission -critical systems, USDD can only warrant and support systems installed by G2 Trained and Certifted Contractors. 03- USDD can source, quality, train and certify Local Licensed Regional Subcontrators where needed. 04 - Installation warranted by installation contractor - G2 FSAS warranted, serviced and supported by USDD. 05- Unless specifically detailed in this proposal, installation to be performed during normal working hours. 06- Unless specifically detailed In this proposal, no permit fees or material charges have been Included. 07- Unless specifically detailed in this proposal, no removal or remediation has been assumed or included. 08- Unless specifically detailed in this proposal, no bonds of any type (performance, bid) have been assumed,inciuded or budgeted for In this proposal. 09 - USED PSAS Equipment to be made available by owner to installation Contractor prior to on -site arrival. 10 - Structural backing for system devices and other millwork (not specifically detailed) by others. 11 - if applicable, Gas Control Shutoff Valve Addendum (to USDD and installation contractor) must be signed prior to installation. 12-A t electrical power, including (but not limited to) raceway,cenduit, backboxes, service panels, high -voltage wiring and fixtures by others. 13-All communications pathway infrastm cure (network, radio, etc.) by others unless specifically detailed in this proposal. 14 - USDD cannot warrant nor support any owner -furbished (3rd-Party) system or component we are required to integrate with. USDD cannot warrant nor support any system or component it has not proofed engineering for and has not spectrally authorized for use within public safety environments. 15-Any misuse, unauthorized modification, Improper installation, excessive shock, attempted repair, accident, or improper or negligent use, storage, transportation, or handling by any party other than USED shall render this limited womanly null, void and of no further effect PROPRIETARY and CONFIDENTIAL STATION 01 SYSTEM Page 8 of25 US DIGITAL DESIGIIS QUOTE 1835 E. Sixth St. Suite #27 Tempe, Arizona 85281 877-551-8733 to/ 460-290-7892 fax DATE: 1116119 Expires: 4116119 Quote SUBMITTED TO: West Covina, CA West Covina Fire Department CA WCOV001 v2 STATION -LEVEL STATION SYSTEM: LICENSES Hem - Unit MfrsI Qtv Descri tion part No. US fistD O QUOTEUNIT QUOTE EXT G2 VOICEALERT- Single Station Ucense. SL1 Ea. USDD 1 One-Time/Perpetual (unless mrthur USDD mod18caton is VA $ 1,030.00 $ 927.00 $ - 927.00 needed) G2 MOBILE FSAS APP- Single Device License. Up to 24 Licenses-Per-ATX are offered at $0.00 cost each SL2 Ea/Yr USDD 24 as long as system is currently under warranty or elected G2-APP-DLI $ 108.00 $ 97.20 NIA -Included recurring annual support coverage. See'Mobile' Section for more detail STATION SYSTEM CONTROLLER Item'. Unit Mir +: Qty Descntion Pad No. US UstUnit QUOTE UNIT .QUOTE EXT Sol Kit USDD 1 G2 ATX STATION CONTROLLER - Power/Signal/Control up to 8 peripheral Remote Options. 4Unique Am stones available. ATX $ 21,750.00 $ 19,676.00 $ 19,575.00 SC2 Kit USDD 0.: G2 EXPANSION KIT -Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP. EXP $ 7,325 00 $ 6,692.50 $ SC3 Kit USDD 0 Rack Mount Ears for ATX or EXP ATX-E $ 54.00 $ 48.60 $ SC4 Kit USDD 0 Base Plate for ATX or EXP ATX-P $ 54.00 $ 48.60 $ SC5 Ea Teo 1 ATX UPS, Standard UPS -STD $ 923.00 $ 830.70 $ 830.70 SC6 Ea Teo 1 Shelf/Bracket, Wall -Mount for UPS UPS-WMB $ 57.00 $ 51.30 1 $ 61.30 STATION SYSTEM. PERIPHERAL COMPONENTS It.. ± Unit Mfr':' QLY Description Pad No. US List unit :QUOTE UNIT :QUOTE EXT SPta Ea Auas 1 Audio Amplifier, External, Standard AMP $ 987.00 $ 888.30 $ 888.30 SPib Ea Auas 1 Shelf, Under Table or Wall Mount, for lU 1/2 Rack AMP-S $ 66.00 $ 59.40 $ 69.40 SP2 Ea usoD 4 G2 COLOR INDICATOR REMOTE Module Up to. CUR $ 725.00 $ 652.50 $ 2,610.00 8 unique colors SP3a Ea USDD '. 0 G2 HDTV REMOTE Module (TV.& EleElectrical Outlet TVR $ 975.00 $ 877,50 $ by Others; C.E.C. Control subject to TV ability) Flat Panel Monitor/ Smart HDTV 40-43" (Electrical SP31b Ea USDD 0 Outlet/Provision By Others; C.E.C. control subject FP-43 $ 1,377.57 $ 1,239.81 $ to TV ability SP3c Ea I USDD 0 Flat Panel / TV Mount- Universal 23"-46" Tilt FPM-U $ 107.86 $ 97.07 $ SP4 Ea USDD 0 G21/0 REMOTE Module w/ 81n & 8 Out IOR $ 1,275.00 $ . 1,147.60 $ - SP5 Ea USDD 1 Push Button, Standard (Black) PB-B $ 110.00 $ 99.00 $ 99.00 Sing Ea USDD 1 Push Button, Emergency (Red) PB-R $ 110.00 $ 99.00 $ 99.00 SP7 Ea USDD 1 G2 MESSAGE REMOTE 2 Module (2017 Version MR2 $ 1,275.00 $ 1,147.50 $ 1,147.60 2) G2 MESSAGE SIGN (Digital LED) MINI - SP9a Ea USDO 0 GammaSign / 12" Active Screen Width / Turn Out MS-G-M $ 915.00 $ 823.60 $ Timing ONLY SP9b Ea USDD 8 G2 MESSAGE SIGN (Digital LED) STANDARD MS-G-S $ 1,050 00 $ 945.00 $ - 7.560.00 GammaSign / 24" Active Screen Width - PROPRIETARY and CONFIDENTIAL STATION 02 SYSTEM Page 9 of 2S SP9c Ea usoo 0 G2 MESSAGE SIGN (Digital LED) EXTENDED MS-G-E $ 1,575.00 $ 1,417.60 $ GammaSign / 36" Active Screen Width MS-G Adapter Plate, SINGLE. VESA 100, loins 1 Ms SP9d Ea USDD 2 Sor-Eto any standard mountwith VESA 100 hole patterns MS-AP-S $ 38.00 $ 34.20 $ 68.40 (mount not included) MS-G Adapter Plate, DOUBLE, VESA 100, ioina(2) Ms SP9e Ea USDD g G-Sor-E to any standard mount Win VESA 100 hole gmems MS-AP-D $ 49.00 $ 44.10 $ (mount not included) MS-GHanger Kit. Hangs single or tlouble(back-to-back) SP91' Ea USDD 0 Message signs (Gamma Version) from Ceiling. Includes both MS-HK $ 73.00 $ 66.70 $ suspended ceiling T-Bar Scissor Clips and Hard Pan Flange Mounts. Sail Ea usoo 2 MS Mount -Articulating, Long reach MS-MNT-ART-L $ 287.00 $ 258.30 $ 516.60 SP12a Ea usoo 2 G2 ROOM REMOTE 2 Module 12017 version 2 ` `RR2 $ 2,025.00 $ 1,822.60 $ 3,645.00 SP120 Ea usoo 0 RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity RR2-AP $ 46.00 $ 41.40 $ RR2 Surface Mount Back Box, for SURFACE SP12d Ea usoo 0 MOUNT (hard wall) installation. Three (3) 3/4" RR2-BB $ 175.00 $ 157.60 $ conduit knack -outs. SPi5 Ea usoo 24 G2 SPEAKER - LED Illuminated - FLUSH Mount, SPK-LED-FM $ 32500 $ 292.50 $ 7,020.00 70v SP16 Ea USDD 0 G2 SPEAKER- LED Illuminated - SURFACE SPK-LED-SM $ 325.00 $ 292.60 $ Mount (Metal Box), 70v G2 SPEAKER - OmniStrobe- Omnidirectional Alerting Speaker, optimized for high Vocal SP17a Ea usoo 0 Intelligibility in large open Indoor areas and with SPK-OMS $ 815.00 $ 733.50 $ High -Intensity LED Strobe Light Arrays -includes Cable Hanging Kit (typically requires MR2 for power/signal/control) SPK-OMS/OmniStrobe Mounting Bracket/ BEAM SP17b Ea USDD 0 FLANGE CLIP- for mounting directly onto an SPK-OMS-BFC $ 13.00 $ 11.70 $ exposed (1/8-14") I -Beam SPK-OMS/OmniStrobe Mounting Bracket/DROP SP17c Ea USDD 0 CEILING BRACKET- for mounting directly to T-Bar SPK-OMS-DCB $ 48.00 $ 43.20 $ in Suspended Ceiling SPK-OMS/OmniStrobe Mounting Bracket/ SP17d Ea usoo 0 SURFACE MOUNT- for mounting directly to hard SPK-OMS-SMB $ 42.00 $ 37.80 $ ceiling SP18a Ea Bogn 5 SPEAKER -STANDARD, FLUSH Mount, 70v SPK-STD-FM $ 85.00 $ 76.50 $ 382.50 SP181a Ea Bogn 0 SPEAKER -STANDARD, SURFACE Mount (Metal SPK-STD-SM $ 85.00 $ 76.50 $ Box), 70v SP19 Ea Bogn 7 SPEAKER -APP BAY/OUTDOOR - Weatherized, SPK-W-SM $ 310.00 $ 279.00 $ 1,963.00 Surface Mount, 70v SP20 Ea TIC 0 Transformer, Bohm to 7OV, External XFMR $ 53.00 $ 47.70 $ SP21 Ea usoo 1 G2 Strobe Light/ Red LED STR $ 550.00 $ 495.00 SP22 Ea USED 0 IMIscellaneous MISC STATION SYSTEM'. SERVICES '+ Item': Unit Mir 'a Ql Description Pan No. US Us! Unit QUOTE UNIT `QUOTE EXT SS7 Ea : USDD 1 Station Installation Bergelecti is Corp ST-INST $ 35,482.49 $ 31,934.24 $ 31,934.24 `. Station Remediatlon (Removal and Disposal of SS2 Ea usoo 0 Legacy Equipment Not currently Assumed or ST-INST $ $ $ Included, nor is any related Remediatlon to Paint, Drywall, etc.) SS3 Ea usoo 1 Station Configuration & StartUp ST-SU < $ 2,130.12 $ 1,917.11 $ 1,917.11. SS4 Ea usoo 1 Station Project Management ST-PM $ 1,065.06 $ '968.56 $ ' 968.65 SS5 " Ea USDD 1 Station Engineering / Design Services ST-ES $ 532,53 $ '-479.28 $-479.28 SS6 Ea.. USDD 1 Station Documentation ST-DM $ <79.88 $ 71.89 $ '71.89 Station Training-. Configuration and Equipment. SS7a Ea USDD 0 On -Site @ Station. 4 Hours, 1 Visit. (for Technical TRA UT-O $ 4,025 00 $ 3,622.60 $ Services Statffl PROPRIETARY and CONFIDENTIAL STATION 02 SYSTEM Page 10 of 25 SS71b Ea USDD 0 Station Training- Userrrechnician/Remote TRA-UT-R $ 600.00 $ 540.00 $ Refresh (2 Hours / Training- Installation Contractor -On-Site/ SS8a Ea USDD 0 USED G2 Certification/8 Hours/ (TBD - only TRA-IC-O $ 5,325,00 $ 4,792.60 $ needed if requied to use non -certified Contractor) Training- Installation Contractor - At Arizona SSBb. Ea usOD 0 Training Center / USDD G2 Certification 14 Hours / o TR4-IC-AZ $ 2,725.00 $ '2,452.60 $ (TBD -only needed if required louse non certified _ contractor) SS9 Ea I USDD 1 0 MiscellaneousRBD MISC $ - Is I $ STATION SYSTEM WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT It.. Unit Mir City Desori Lion Part No. US List Unit I QUOTEUNIT QUOTE EXT [STANDARD] 1st YEAR WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or component): 6470.2395 but No Telephone / Remote Access Support (8:00 AM - Charge For Initial SWi YR usoD 1.5 5:00 PM MST) PLEASE NOTE: An additional RS-STD-STD $ 4,792.77 $ 4,373.49 Warranty Period / months (for total of 18 months/1.5 years) of Initial Not Included in warranty has been offered by USDD for no Subtotals additional cost so all stations can be installed and enjoy same warranty/support start/stop dates) [STANDARD] EACH ADDITIONAL YEAR (12- Months) WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or Component): Telephone / SW2 YR DECO 0.0 Remote Access Support (8:OOAM - 5:00 PM MST) RS-AYR-STD $ 4,792.77 $ 4,313.49 $ IF QUANTITY V THEN NO ADDITIONAL SUPPORT IS ASSUMED OR AUTHORIZED BEYOND INITIAL WARRANTY PERIOD & Support: $ SUBTOTAL:. $ 84,687.77 ter must elect ro choose any coverage they require beyond Initial warranty period, or USDD will not be authorized to provide any service or support. Smart Phone Ateding App and Mapping Services only availed to customer while underwimanty, or elected recurring annual support. SupportAgree to change If system design Is modified. For additional details, please review current USDD Warranty Statement and Service Agreement PROPRIETARY and CONFIDENTIAL STATION 02 SYSTEM Page 11 arts Station S stem Installation Notes: 01 - Unless speciflcally detailed In this proposal, no Installation by USED or It's subcontractors is assumed or provided. 02- Because these are mission -critical systems, USED can only warrant and support systems installed by G2 Trained and Certified Contractors. 03- USED can source, quality, train and certify Local Licensed Regional Subcontrators where needed. 04 - Installation warranted by installation contractor - G2 FSAS warranted, serviced and supported by USDD. 05 - Unless specifically detailed in this proposal, installation to be performed during normal working hours. 06- Unless specifically detailed in this proposal, no permit fees or material charges have been Included. 07- Unless specifically detailed In this proposal, no removal or emaciation has been assumed or included. 08- Unless specifically detailed in this proposal, no bonds of any type (performance, bid) have been assumed,lncluded or budgeted for in this proposal. 09- USDD FSAS Equipment to be made available by owner to Installation Contractor prior to or im arrival 10 - Structural backing for system devices and other millwork (not specifically detailed) by others. 11 - If applicable, Gas Control Shutoff Valve Addendum (to USED and installation contractor) must be signed poor to installation. 12-All electrical power, Including (but not limited to) raceway,condult, backboxes, service panels, high -voltage wiring and fixtures by others. 13-All communications pathway infrastructure (network, radio, etc.) by others unless specifically detailed in this proposal. 14- USED cannot warrant nor support any owner -furbished (3rd-Party) system or component we are required to integrate with. USDD cannot warrant nor support any system or component it has not proofed engineering for and has not specifically authorized for use within public safety environments. 15-Any misuse, unauthorized modification, Improper Installation, excessive shock, attempted repair, accident, or improper or negligent use, storage, transportation, or handling by any party other than USED shall render this limited warranty null, void and of no further effect PROPRIETARY and CONFIDENTIAL STATION 02 SYSTEM Page 12 of25 US DIGITGL DESIGns QUOTE 1835 E. Sixth St. Suite #27 Tempe, Arizona 85281 877-551-8733 rat 480-290-7892fax DATE: 1/15/19 Expires: 4115/19 Quote SUBMITTED TO: West Covina, CA West Covina Fire Department CA WCOV001 v2 STATION -LEVEL STATION SYSTEM LICENSES Item +:. Unit Mfr QEY De3cn hon Part No US List Unit QUOTE UNIT :QUOTE EXT G2 VOICEALERT- Single Station License SL1 Ea USDD 1 One-Time/Perpetual(unless funhur USDD modification is VA $ 1,03000 $ 927.00 $ 927.00 needed) G2 MOBILE FSAS APP- Single Device License.. Up to 24 Licenses-Per-ATX are offered at $0.00 cost each SL2 Ea(Yr USDD 24 as long as system is currently under warranty or elected G2-APP-DLI. $-108.00 $ 97.20 -.NIA - Included retorting annual supppncoverage.. See 'Mobile' Section for more detaJ - STATION SYSTEM CONTROLLER Item Unit Mir iQt Description Part No. US List Una QUOTE UNIT :QUOTE EXT SCi Kit USDD 1 G2 ATX STATION CONTROLLER - power/Signal/Control up to 8 peripheral Remote Options. 4 Unique Amps/Zones available. ATX $ 21,750.00 $ 19,676.00 $ 19,576.00 SC2 Kit USDD 0 G2 EXPANSION KIT- Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP. EXP $ ` 7,325.00 $ 6,692.50 $ SC3 Kit USDD 0 Rack Mount Ears for ATX or EXP ATX-E $ 54.00 $ 48.60 $ SC4 Kit USDD 0 Base Plate for ATX of EXP ATX-P $ 54.00 $ 48.60 $ SC5 Ea TBD 1 ATX UPS, Standard UPS -STD $ 923.00 $ 830.70 $ 830.70 SC6 I Ea I Teo 1 1 Shelf/Bracket, Wall -Mount for UPS UPS-WMB 1 $ 5T00 $ 51.301 $ 51.30 STATION SYSTEM PERIPHERAL COMPONENTS Item Unit Mfr Cry Description Pdri US List Unit :QUOTE UNIT :QUOTE EXT SPia Ea AOas 1 Audio Amplifier, External, Standard AMP $ 987.00 $ 888.30 $ 888.30 SP1b Ea Arad 1 Shelf, Under Table or Wail Mount, for 1U 1/2 Rack AMP-S $ 66.00 $ 59.40 $ 59.40 SP2 Ea USDD 4 G2 COLOR INDICATOR REMOTE Module -.Up to CIR $-725.00 $ '652.50 $ 2,610.00 8 unique colors SP3a Ea USDD 0 G2 HDTV REMOTE Module (TV & Electrical Outlet TVR $ 875.00 $ ` 877.50 $ by Others; C.E.C. control subject to TV ability) Flat Panel Monitor/ Smart HDTV 40-43" (Electrical SP31h Ea USDD 0 OutletlProvision By Others; C.E.C. control subject FP43 $ 1,377.57 $ 1,239.81 $ to TV ability) SP3c Ea USDD 0 Flat Panel / TV Mount- Universal 23"-46" Tilt FPM-U $ 107.86 $ 97.07 $ SP4 Ea USDD 0 G21/0 REMOTE Module w/81n&8Out IOR $ '1,275.00 $ 1,147.60 $ - SP5 Ea USDD 1 Push Button, Standard (Black) PB-B $ 110.00 $ 99.00 $ 99.00 SP6 Ea USDD 1 Push Button, Emergency (Red) PB-R $ 110.00 $ 99.00 $ 99.00 SP7 Ea USDD 0 G2 MESSAGE REMOTE 2 Module (2017 Version MR2 - ' $ 9,275.00 $ 1,147.50 $ - 2) G2 MESSAGE SIGN (Digital LED) MINI SP9a Ea USDD 0 GammaSign 112" Active Screen Width/Turn Out MS-G-M $ 915.00 $ 823.50 $ Timing ONLY SP9b Ea USDD 7 y G2 MESSAGE SIGN (Digital LED) STANDARD MS-G-S $ 1,050.00 $ 945.00 $ 6,615.00 GammaSign /24"Active Screen Width PROPRIETARY and CONFIDENTIAL STATION 03 SYSTEM Page 13 of 2a SP9c Ea USDD 0 G2 MESSAGE SIGN (Digital LED) EXTENDED MS-G-E $ ' 1,575.00 $ 1,417.60 $ GammaSign / 36" Active Screen Width MS-G Adapter Plate, SINGLE. VESA 100, mrs 1 MSG SP9d Ea USDD 2 S or-E to any standard mount w,Ih VESA 100 hole patterns MS-AP-S $ 38.00 $ 34.20 $ 68.40 (mount not Included) MS-G Adapter Plate, DOUBLE, VESA too loins (2) MS SP9e Ea USDD 0 6 -Sfm-E) to any standard mount Win VESA 100 hole paaems MS-AP-D $ 49.00 $ 44.10 $ (mount not Included) MS-G Hanger Kit. Hangs single or double (back-to-back) SP9f Ea USDD 0 Message Signs (Gamma Version) mono Calling. Includes both MS-HK $ 73.00 $ 66.70 $ suspended ceiling T-Bar Scissor Clips and Ham Pau Flange Mount, SP11 Ea USDD 2 MS Mount- Articulating, Long reach MS-MNT-ART-L $ 287.00 $ 258.30 $ 616.60 SP12a Ea USDD 2 G2 ROOM REMOTE 2 Module 12017 version 2 RR2 : $ 2,025.00 $ 1,822.50 $ ` 3,646.00 SP12c Ea USDD 0 RR2 Adpater Plate, for Retrofit in RR1 Wall Cavity RR2-AP $ 46.00 $ 41.40 $ RR2 Surface Mount Back Box, for SURFACE SP12d Ea USDD 0 MOUNT (hard wall) installation. Three (3) 3/4" RR2-BB $ 175.00 $ 157.50 $ conduit knock -outs. SP15 Ea USDD $ G2 SPEAKER -LED Illuminated - FLUSH Mount, SPK-LED-FM $ 325.00 $ 292.50 $ 2,340.00 70v SPi6 Ea Usoo 0 G2 SPEAKER - LED Illuminated - SURFACE SPK-LEDSM $ 32500 $ 292.50 $ Mount (Metal Box), 70v G2 SPEAKER - OmniStrobe- Omnidirectional Alerting Speaker, optimized for high Vocal SP17a. Ea USDD 0 Intelligibility in large open indoor areas and with SPK-OMS $-.815.00 $-733.50 $ - High -Intensity LED Strobe Light Arrays - includes Cable Hanging Kit (typically requires I for power/signal/control) SPK-OMS/OmniStrobe Mounting Bracket / BEAM SP17b Ea USDD 0 FLANGE CLIP- for mounting directly onto an SPK-OMS-BFC $ 13.00 $ 11.70 $ - exposed (1/8-14") I -Beam SPK-OMS/OmniStrobe Mounting Bracket/DROP SP17c Ea USDD 0 CEILING BRACKET- for mounting directly to T-Bar SPK-OMS-DCB $ 48.00 $ 43.20 $ in Suspended Ceiling SPK-OMS/OmmStrcbe Mounting Bracket/ SP17d Ea USDD 0 SURFACE MOUNT- for mounting directly to hard SPK-OMS-SMB $ 42.00 $ 37.80 $ ceiling SP18a Ea Bogn 8 SPEAKER- STANDARD, FLUSH Mount, 70v SPK-STD-FM $ 85.00 $ 76.50 $ 612.00 SP18b Ea Bogn 0 SPEAKER- STANDARD, SURFACE Mount (Metal SPK-STD-SM $ 85.00 $ 76.50 $ Box), 70v SP19 Ea Bogn 5 SPEAKER -APP BAY/OUTDOOR- Weatherized, SPK-W-SM $ 310.00 $ 279.00 $ 1,396.00 Surface Mount, 70v SP20 Ea TIC 0 Transformer, Bohm to 70V, External XFMR $ 53.00 $ 47.70 $ SP21 Ea USDD 0 G2 Strobe Light/ Red LED STR $ 550.00 $ 495.00 $ SP22 Ea USDD 0 Miscellaneous MISC $ - $ $ STATION SYSTEM SERVICES It.. 1: Unit Mir Cut, Descri flan Part No. US List Unit QUOTEUNIT QUOTE EXT SS1 Ea USDD 1 Station Installation Bergelectrlc Corp ST-INST $ 27,581.83 $ 24,823.65 $ 24,823.65 Station Remediation (Removal and Disposal of SS2 : Ea USDD 0 Legacy Equipment Not currently Assumed or ST-INST $ $ $ - Included, nor Is any related Remediation to Paint, Drywall, etc.) SS3 Ea USDD 1 Station Configuration $ Start -Up ST-SU $ `: 2,240.65 $ 2,016.69 $ :2,016.59 SS4 ` 'Ea USDD 1 Station Project Management ST-PM `. $ : 1,120.33 $ 1,008.29 $ 1,008.29 SS5 '. 'Ea USDD 1 Station Engineering f Design Services ST-ES $ 448.13 $ 403.32 $ 403.32 SS6 Ea USDD 1 Station Documentation ST-DM '. It ' :67.22 $ 60.50 $ 60.50 - Station Training -Configuration and Equipment. SS7a Ea Usoo 0 On -Site @ Station. 4 Hours, 1 Visit. (for Technical TRA-UT-O $ 4,025.00 $ 3,622.60 $ - ,. Services Stuff) PROPRIETARY and CONFIDENTIAL STATION 03 SYSTEM Page 14 m`25 S57b Ea USDD 0. Station Training - UserRechnician / Remote TRA-UT-R $ 600.00 $ 540.00 $ Refresh(2 Hours/ Training- Installation Contractor -On-Site/ SS8a Ea USED 0 USDD G2 Certification 18 Hours! (TBD -only TRA-IC-O $ 5,325.00 $ 4,792.60 $ needed if requied to use non -certified contractor) Training- Installation Contractor - At Arizona SS810 Ea USDD 0 Training Center USDD G2 Certification Hours/ TRA-IC-Az $ 2,725.00 $ 2,462.60 $ (TBD- only needed if required to use non-certifed contraclor) i SS9 Ea USDD 0 Miscellan touslTBD MISC $ - $ $ STATION SYSTEM WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT Item Unit Mir I Div Desari tion Part No. US List Unit I QUOTEUNIT QUOTE EXT [STANDARD] 1st YEAR WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or component): 5444.7795 but No Telephone / Remote Access Support (8:00 AM - Charge For Initial SWt YR us0o 1.5 500 PM MST) PLEASE NOTE: An additional6 RS-IYR-STD $ 4,033.17 $ 3,629.85 Warranty Period/ months (for total of 18 months/1.5 years) of initial Not Included in warranty has been offered by USDD for no Subtotals additional cost so all stations can be installed and enjoy same warranty/support start/stop dates) [STANDARD] EACH ADDITIONAL YEAR (12- Months) WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or Component): Telephone / SW2 YR USDD 0.0 Remote Access Support (8:00 AM - 5:00 PM MST) RS-AYR-STD $ 4,033.17 $ 3,629.85 $ IF QUANTITY'o' THEN NO ADDITIONAL SUPPORT IS ASSUMED OR AUTHORIZED BEYOND INITIAL WARRANTY PERIOD & Support: '.$ SUBTOTAL: $ 69,731.04 ter must elect to choose any coverage they require beyond Initial warranty period, or USDD vrill not be authorized to provide any service or support. Smari Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected retuning annual support. Support Agree to change if system design is modified. For additional details, please review current USED Warranty Statement and Service Agreement PROPRIETARY and CONFIDENTIAL STATION 03 SYSTEM Pace 15 or 25 Station System Installation Notes: 01 - Unless specifically detailed In this proposal, no installation by USED or it's subcontractors is assumed or provided. 02- Because these are mission-ratical systems, USDD can only warrant and support systems installed by G2 Trained and Certified Contractors. 03- USDD can source, qualify, train and certify Local Licensed Regional Subcontrators where needed. 04 - Installation warranted by Installation contractor - G2 PSAS warranted, serviced and supported by USDD. 05 - Unless specifically detailed in this proposal, installation to be performed during normal working hours. 06- Unless specifically detailed in this proposal, no permit fees or material charges have been included. 07- Unless specifically detailed In this proposal, no removal or remediation has been assumed or included. 06- Unless specifically detailed in this proposal, no bonds of any type (performance, bid) have been assumed,included or budgeted for in this proposal. 09- USDD FSAS Equipment to be made available by owner to installation Contractor prior to ou-site arrival. 10 - Structural backing for system devices and other millwork (not specifically detailed) by others. 11 - if applicable, Gas Control Shooing Valve Addendum (to USDD and installation contractor) must be signed prior to installation. 12 - All electrical power, including (but not limited to) raceway,conduit, backboxes, service panels, high -voltage wining and fixtures by others. 13 -All communications pathway infrastructure (network, radio, etc.) by others unless specifically detailed in this proposal. 14- USED cannot warrant nor support any owner-furbished(3rd-Pady) system or component we are required to integrate with. USED cannot warrant nor support any system or component It has not proofed engineering for and has not specifically authorized for use within public safety environments. 15-Any misuse, unauthorized modification, Improper Installation, excessive shock, attempted repair, accident, or Improper or negligent use, storage, transportation, or handling by any patty other than USDD shall render this limited warranty null, void and of no further effect PROPRIETARY and CONFIDENTIAL STATION 03 SYSTEM Page 16 of25 US DIGITAL DESIGns QUOTE 1835 E. Sixth St. Suite #27 Tempe, Arizona 85281 877-551-6733 ref 480.290-7892fax DATE: 1115119 Expires: 4115119 Quote SUBMITTED TO: West Covina, CA West Covina Fire Department CA WCOV001 v2 STATION -LEVEL STATION SYSTEM: LICENSES Item - Unit Mfr: Qty Description Pad No. US List Unit QUOTE UNIT (QUOTE EXT G2VOICEALERT- Single Station License. BILL Ea USDD 1 One-Time/Perpetual(unless fnthur USDD modificafion is VA $ 1,030.00 $ ,927.00 $ 927.00 needed) - G2 MOBILE FSAS APP -. Single Device License. Up to 24 Licenses-Per-ATX are offered at $0.00 cost each SL2 Ea/Yr USDD 24 as long as system is currently under warranty or elected G2.APP-DLI $ 108.00 $ 97.20 N/A - Included recuning annual support coverage. See'Mobile Section for more detail STATION SYSTEM'. CONTROLLER Item l Unit Mfr':' Qty Descri lion Part No. USUat Unit QUOTE UNIT (QUOTE EXT SC7 Kit USDD 1 G2 ATX STATION CONTROLLER - Power/Signal/Control up to 8 peripheral Remote Options. 4 Unique Amps/Zones available ATX $ 21,750.00 $ 19,675.00 $ '. 19,575.00 SC2. Kit USDD 0 G2 EXPANSION KIT - Allows ability to Power/Signal/Control up to 12 more peripheral Remote options per EXP. EXP $ '7,325.00 $ 6,692.50 $ - SC3 Kit USDD 0 Rack Mount Ears for ATX or EXP ATX-E $ 54.00 $ 48.60 $ - SC4 Kit USDD 0 Base Plate for ATX or EXP ATX-P $ 54.00 $ 48.60 $ SC5 Ea TaD 1 ATX UPS, Standard UPS -STD $ 923.00 $ 830.70 $ 830.70 SC6 Ea Teo 1 Shelf/Bracket, Wall-Mountfor UPS UPS-WMB $ 57 0 $ 51.30 $ 61.30 STATION SYSTEM: PERIPHERAL COMPONENTS Item'+' UnitrAd Mr, Qt Description Part No. US❑st Unit 'QUOTEUNIT 000TEEXT SP1a Ea 1 Audio Amplifier, External, Standard AMP $ 987.00 $ 888.30 $ 888.30 SP1b Ea 1 Shelf, Under Table or Wail Mount, for tU 1/2 Rack AMP-S $ 66.00 $ 59.40 $ 59.40 Ea 3 G2 COLOR INDICATOR REMOTE Module Up toSP2 CIR $ 725.00 $ 652.50 $ 1,967.50 Bunique colors Ea 0 G2 HDTV REMOTE Module (TV & Electrical OuBetSP3a TVR$ 975A0 $ 877.50 $ by Others; C.E.C. control subject to TV ability) Flat Panel Monitor/ Smart HDTV 40-43" (Electrical SP3b Ea 0 OutieUProvision By Others; C.E.C. control subject FP-43 $ 1,377.57 $ 1,239.81 $ to TV ability) SP3c Ea USDD 0 Flat Panel / TV Mount- Universal 23"-46" Tilt FPM-U $ 107.86 $ 97.07 $ SP4 Ea USDD 0 G2110 REMOTE Module w/ B In & 8 Out IOR $ 1,275.00 $ 1,147.50. $ SP5 Ea USDD 0 Push Button, Standard (Black) PB-B $ 110.00 $ 99.00 $ SP6 Ea USDD 0 Push Button, Emergency (Red) PB-R $ 110.00 $ 99.00 $ SP7 : Ea usOD 0 G2 MESSAGE REMOTE 2 Module (2017 Version MRZ $ 1,275.00 $ 1,147.50 $ 2) G2 MESSAGE SIGN (Digital LED) MINI SP9a Ea USDD 0 GammaSign /12" Active Screen Width/Turn Out MS-G-M -' $ 915.00 $ 823.60 $ Timing ONLY SP9b Ea USDD 6 G2 MESSAGE SIGN (Digital LED) STANDARD MS-G-S $ 1,050.00 $ 945.00 $ 5,670.00 GamaSign/24"Acfive Screen Width m PROPRIETARY and CONFIDENTIAL STATION 04 SYSTEM Page 17 of25 SP90 Ea USDD G2 MESSAGE SIGN (Digital LED) EXTENDED MS-G-E $ 1,575.00 $ 1,417.60 $ GammaSign /36" Active Screen Width MS-G Adapter Plate, SINGLE. VESA too, loins t MSG SP9d Ea USDD 2 S(,,ET tc any standard mount Whi VESA 100 hole patterns MS-AP-S $ 38.00 $ 34.20 $ 68.40 (mount not included) MS-G Adapter Plate, DOUBLE, VESA 1do, loins r2) MR - Stage Ea USDD 0 G-Sor-E to any standard ...or with VESA too net. patterns MS-AP-D $ 49.00 $ 44.10 $ - (mountnot Included) MS-G Hanger Kit. Hangs singly ordmm,l.(back-to-back) SP9f Ea USDD 0 Message Signs (Gamma Version) from Calling. includes both MS-HK $ 73.00 $ 65.70 $ suspended ceiling T-Bar Scissor Clips and Hard -Pen Flange Mounts. SPI I Ea USDD 2 MS Mount -Articulating, Long reach MS-MNT-ART-L $ 287.00 $ 258.30 $ 516.60 SP12a Ea USDD 3 G2 ROOM REMOTE 2 Module / 2017 version 2 RR2 $ 2,025.00 $ 1,822.50. $ ' 5,467.60 SP12c Ea USDD 0 RR2 Adpaler Plate, for Retrofit in RRl Wail Cavity RR2-AP $ 46.00 $ 41.40 $ RR2 Surface Mount Back Box, for SURFACE SP12d Ea USDD 0 MOUNT (hard wall) installation. Three (3) 3/4" RR2-BB $ 175.00 $ 157.50 $ - conduit knock -outs. SP15 Ea usOD 10 G2 SPEAKER - LED Illuminated - FLUSH Mount, SPK-LED-FM $-325.00 $ 292.50 $ 2,925.00 70v SP76 Ea USDD 0 G2 SPEAKER- LED Illuminated - SURFACE SPK-LEDSM $ 325.00 $ ,292.60 $ Mount (Metal Box), 70v G2 SPEAKER - OmniStrobe- Omnidirectional Alerting Speaker, optimized for high Vocal SP17a Ea USDD 0 Intelligibility in large open indoor areas and with SPK-OMS $ 815.00 $ '733.50 $ High -Intensity LED Strobe Light Arrays -includes Cable Hanging Kit (typically requires MR2 for power/signal/wntrol) SPK-OMS/OmniStrobe Mounting Bracket BEAM SP17b Ea USDD 0 FLANGE CLIP -for mounting directly onto an SPK-OMS-BFC $ 13.00 $ 11.70 $ exposed (1/8-14") I -Beam SPK-OMS/OmniStrobe Mounting Bracket/DROP SP17c Ea USDD g CEILING BRACKET- for mounting directly to T-Bar SPK-OMS-DCB $ 4&00 $ 43.20 $ in Suspended Ceiling SPK-OMS/OmniStrobe Mounting Bracket/ SP17d Ea USDO 0 SURFACE MOUNT- for mounting directly to hard SPK-OMS-SMB $ 42.00 $ 37.80 $ ceiling SP18a Ea Bogn 7 SPEAKER- STANDARD, FLUSH Mount, 70v SPK-STD-FM $ 85.00 $ 76.50 $ 635.50 SP18b Ea Bogn 0 SPEAKER- STANDARD, SURFACE Mount (Metal SPK-STD-SM $ 85.00 $ 76.50 $ - Box), 70v SP19 Ea Bogn 5 SPEAKER -APP BAY/OUTDOOR- Weatherized, SPK-W-SM $ 310.00 $ 279.00 $ 1,395.00 Surface Mount, 70v SP20 Ea TIC 0 Transformer, Bohm to 70V, External XFMR $ 53.00 $ 47.70 $ SP21 Ea USDD p G2 Strobe Light / Red LED STR $ 550.00 $ 495.00 $ SP22 Ea USDD 0 Miscellaneous MISC $ - I $ $ STATION SYSTEM SERVICES 1 Item Unit Mfr ': Q Description Part No. US Fist Unit QUOTE UNIT 'QUOTE EXT SS1 Ea USDD 1 Station Installation Bergelectric Corp ST-INST `. $ '27,269.54 $ 24,542,58 $ 24,642.68 Station Remedialion (Removal and Disposal of SS2 Ea USDD 0 Legacy Equipment Not currently Assumed or ST-INST $ $ $ Included, nor Is any related Remediation to Paint, Drywall, etc.) SS3 Ea USDD 1 Station Configuration & Start -Up 'ST-SU $ 2,270.401 $ 2,043.36 $ 2,043.36 SS4 £a USDD 1 Station Project Management ST PM $1,135.201 $ 1,021.68 $ 1,021.68 SS5 -. Ea USDD q Station Engineering I Design Services ST-ES $ 454.081 $ 408.67 $ 408.67 SS6 ': `Ea USDD '1 Station Documentation ST-DM $ 68.111 $ 61.30 $ 61.30 Station Training -Configuration and Equipment. SS7a Ea USDD 0 - On -Site @ Station. 4 Hours, 1 Visit. (for Technical TRA-UT-O $ 4,025.00 $ 3,622.60 $ - Services Stafffi PROPRIETARY and CONFIDENTIAL STATION 04 SYSTEM Page 18 of25 SS7b Ea USDD 0 Station Training - User/Techniclan / Remote TRA-UT-R $ 600.00 $ 640.00 $ Refresh (2 Hours / Training- Installation Contractor -On-Site/ Wes ' ED USDD 0 USDD G2 Certification 18 Hours / (TBD - only TRA-IC-0 $ 5,325.00 $ 4,792.60 $ needed If requied to use non -certified contractor) Training- Installation Contractor -At Arizona SSeb Ea USDD 0 ati Training Center/ USDD G2 Certification Hours/ TRA-IC-AZ $ 2,725.00 $ 2,452.50 $ _ (TBD -only needed If required to use non -certified Contractor) i SS9 Ea USDD 0 MiscellaneousrTBD MISC $ - $ - $ - STATION SYSTEM WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT Item Unit Mir Div D.a.rirnfl.nt Part No. US List Unit QUOTE UNIT QUOTE UT [STANDARD] 1st YEAR WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or component): 5517.072 but No Telephone / Remote Access Support (8:00 AM - Charge For initial SW1 YR USDD 1.5 5:00 PM MST) PLEASE NOTE: An additional 6 RS-1YR-STD $ 4,086.72 $ 3,678.05 Warranty Period / months (for total of 18 months/1.5 years) of initial Not Included in warranty has been offered by USDD for no Subtotals additional cost so all stations Can be installed and enjoy same warranty/support starHslop dates) (STANDARD] EACH ADDITIONAL YEAR (12- Months) WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or Component): Telephone! SW2 YR USDD 0.0 Remote Access Support(8:00 AM-5:00 PM MST) RS-AYR-STD $ 4,086.72 $ 3,678.05 $ IF QUANTITY'0' THEN NO ADDITIONAL SUPPORT IS ASSUMED OR AUTHORIZED BEYOND INITIAL WARRANTY PERIOD tem: $ - ` 68,944.80 iping: $ 1,071.0 Tanty & Support: $ ,TION SUBTOTAL: $. 70,016.80 or must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support. Smart Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected recurring annual support. Support Agrer to change If system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement PROPRIETARYand CONFIDENTIAL STATION 04 SYSTEM Page 19 of25 Station System Installation Notes: 01 - Unless specifically detailed in this proposal, no installation by USED or It's subcontractors is assumed or provided. 02- Because these are mission critical systems, USDD can only warrant and support systems installed by G2 Trained and Certified Contractors. 03- USDD can source, quality, train and certify Local Licensed Regional Subcontrators where needed. 04 - Installation warranted by Installation contractor- G2 FSAS warranted, serviced and supported by USDD. 05 - Unless specifically detailed in this proposal, installation to be performed during normal working hours. 06 - Unless specifically detailed in this proposal, no permit fees or material charges have been included. 07 - Unless specifically detailed in this proposal, no removal or emanation has been assumed or included. 08 - Unless specifically detailed In this proposal, no bonds of any type (performance, bid) have been assumed,included or budgeted for In this proposal. 09- USDD FSAS Equipment to be made available by owner to Installation Contractor prior to on -site arrival. 10 - Structural backing for system devices and other millwork (not specifically detailed) by others. 11 - if applicable, Gas Control Shutoff Valve Addendum (to USED and installation contractor) must be signed prior to installation. 12 - A t electrical power, Including (but not limited to) oraway,conduit, backboxes, service panels, high -voltage wiring and futures by others. 13 - All communications pathway Infrastructure (network, radio, etc.) by others unless specifically detailed in this proposal. 14- USDD cannot warrant nor support any owner-furbished(3rd-Party) system or component we are required to integrate with. USDD cannot warrant nor support any system or component it has not proofed engineering for and has not specifically authorized for use within public safety environments. 15-Any misuse, unauthorized modification, improper installation, excessive shock, attempted repair, accident, or improper or negligent use, storage, transportation, or handling by any party other than USDD shall render this limited womanly null, void and of no further effect PROPRIETARY and CONFIDENTIAL STATION 04 SYSTEM Page 20 of25 US DIGITAL DESIGns 1835 E. Sixth St. Suite #27 Tempe, Arizona 85281 877-551-8733 far 480-290-7892 fax Quote SUBMITTED TO: West Covina, CA West Covina Fire Department CA WCOV001 v2 STATION -LEVEL STATION SYSTEM LICENSES Item Unit Mfr::: Qty Descri pan Part No. US List Unit QUOTE UNIT QUOTE EXT G2 VOICEALERT- Single Station License. SL1 Ea USDD 1 One-Time/Perpelual(unless mdhur USDD modification is VA $ 1,030.00 $ 927.00 $ '927.00 needed) G2 MOBILE FSAS APP -Single Device License.. Up to 24 Licenses-Per-ATX are offered at $0.00 coat each SL2 ` Ea(Yr USOQ 24 as long as system is currently under warranty orelected 32-APP-DLI $ 108.00 $ '97.20 N/A -.Included recurring annual support coverage, See'MoIA& Section for more detail STATION SYSTEM. CONTROLLER Item :: Unit Mfr':. Ql Oes,ri two Pad No. US UsfUnit QUOTE UNIT 'QUOTE EY7r SCt Kit USDD. 1 G2 ATX STATION CONTROLLER - Power/Signal/Control up to 8 peripheral Remote Options. 4 Unique AmpsfZones available. ATX $ 21,750.00 $ 19,675.00 $ 19,576.00 SC2 Kit USDD ' 0 G2 EXPANSION KIT -Allows ability to. Power/Signal/Control up to 12 more peripheral Remoteo lions per EXP. EXP - $ -. 7,325.00 $ 6,692.60 $ -- SC3 Kit USDD 0 Rack Mount Ears for ATX or EXP ATX-E $ 54.00 $ 48.60 $ - SC4 Kit USDD 0 Base Plate for ATX or EXP ATX-P $ 54.00 $ 48.60 $ - SC5 Ea TUD 1 ATX UPS, Standard UPS -STD $ 0 830.70 $ 830.70 SC6 Ea To fa, 0 $ 51.30 $ 51.30 STATION SYSTEM. PERIPHERAL COMPONENTS item': Unit Mfr? CRY Description Part No. US List Unit .QUOTE'. UNIT :QUOTE EXT SP1a Ea Auas 1 Audio Amplifier, External, Standard AMP $ 987.00 $ 888.30 If 888.30 SP1b Ea Alas 1 Shelf, Under Table or Wall Mount, for 1U 1/2 Rack AMP-S $ 66.00 $ 69.40 $ 59.40 SP2 Ea usOD 3 G2 COLOR INDICATOR REMOTE Module Up to CIR $ 725.00 $ 662.50 $ 1,957.50 eunique colors SP3a Ea USDD 0 G2 HDTV REMOTE Module (TV & Electrical Outlet NR $ 975.oD $ 877.50 $ by Others; C.E.C. control subject to TV ability) Flat Panel Monitor/ Smart HDTV 40-43" (Electrical SP3b Ea USDD 0 Outlet/Provision By Others; C.E.C. control subject FP-43 $ 1,377.57 $ 1,239.81 $ to TV ability) SP3c Ea USDD 0 Flat Panel / TV Mount- Universal 23"-46" Tilt FPWU $ 107.86 $ 97.07 $ SP4 Ea USDD 0 G21/0 REMOTE Module w/ 81n & 8 Out IOR $ 1,275.00 $ 1,147.50 $ - SP5 Ea USDD 0 Push Button, Standard (Black) PB-B $ 110.00 $ 99.00 $ SP6 Ea USDD 0 Push Button, Emergency (Red) PB-R $ 110.00 $ 99.00 $ SP7 '.. Ea usOD D G2 MESSAGE REMOTE 2 Module (2017 Version MR2 $ 1,275.00 $ 1,147.60 $ 2) G2 MESSAGE SIGN (Digital LED) MINI SP9a : Ea USDD 0 : GammaSign /12" Active Screen Width/Turn Out MS-GW $ 915.00 $ f823.50 $ Timing ONLY SP9b Ea : USDD 6 G2 MESSAGE SIGN (Digital LED) STANDARD M$-G-S : $ 1,050.00 $ 945.00 $ 6,670.00 GammaSign /24" Active Screen Width - PROPRIETARY and CONFIDENTIAL STATION 06 SYSTEM Page 21 of25 SP90 Ea USDD 0 G2 MESSAGE SIGN (Digital LED) EXTENDED MS-G-E $ 1,575.00 $ 1,417.60 $ GammaSign / 36" Active Screen Width MS-G Adapter Plate, SINGLE. VESA tooloans 1 MSG SP9d Ea USDD 2 B or-E to any standard mountwith VESA 100 hole patterns MS-AP-S $ 38.00 $ 34.20 $ 68.40 (mount not incWded) MS-G Adapter Plate, DOUBLE, VESA 100 loins (2) Ms SP9e Ea USDD 0 G -S(.,-El to any standard mount wlh VESA 100 hole patterns MS-AP-O $ 49.00 $ 44.10 $ (mount not Included) MS-G Hanger Kit. Hangs single or double(back-a-barld SP9f Ea USDD 0 Message Signs(Gamma Version) pace Ceiling. Includes both MS-HK $ 73.00 $ 66.70 $ suspended ceillm T-Bar Scissor Clips and HahLPan Flange Mounts. Sin 11 Ea USDD 2 MS Mount -Articulating, Long reach MS-MNT-ART-L $ 287.00 $ 268.30 $ 516.60 SP12a Ea USDD 1 2 JG2 ROOM REMOTE 2 Module /2017 version 2 RR2 $ 2,025.00 $ 1,822.60 $ 3,645.00 SP12c Ea USDD 0 RR2 Adpaler Plate, for Retrofit in RR1 Wail Cavity RR2-AP $ 46.00 $ 41.40 $ RR2 Surface Mount Back Box, for SURFACE SP12d Ea USDD 0 MOUNT (hard wall) installation. Three (3) 3/4" RR2-BB $ 175.00 $ 157.50 $ conduit knock -outs. SP15 Ea USDD 13. G2 SPEAKER - LED Illuminated - FLUSH Mount, SPK-LED-FM $ 325.00 $ 292.50 $ 3,802.50 70v ' SP16 Ea USED 0 G2 SPEAKER- LED Illuminated - SURFACE SPK-LED-SM $ 325.00 $ 292.50 $ I Mount (Metal Box), 70v G2 SPEAKER - OmniStrobe- Omnidirectional Alerting Speaker, optimized for high Vocal SPi7a Ea USDD 0 Intelligibility in large open indoor areas and with SPK-OMS $ 815.00 $ 733.60 $ High -Intensity LED Strobe Light Arrays -includes Cable Hanging Kit (typically requires MR2 for power/signaVcontrol) SPK-OMS/OmniStrobe Mounting Bracket / BEAM SP17b Ea USDD 0 FLANGE CLIP- for mounting directly onto an SPK-OMS-BFC $ 13.00 $ 11.70 $ exposed (1/8-14") I -Beam SPK-OMS/OmniStrobe Mounting Bracket/DROP SP17c Ea USDD 0 CEILING BRACKET- for mounting directly to T-Bar SPK-OMS-DCB $ 48.00 $ 43.20 $ in Suspended Ceiling SPK-OMS/OmniStrobe Mounting Bracket / SP17d Ea USDD 0 SURFACE MOUNT- for mounting directly to hard SPK-OMS-SMB $ 42.00 $ 37.80 $ ceiling SP18a Ea Sogn 1 4 SPEAKER- STANDARD, FLUSH Mount, 70V SPK-STD-FM $ 85.00 $ 76.50 $ 306.00 SP18b Ea Bogo 0 SPEAKER -STANDARD, SURFACE Mount (Metal SPK-STD-SM $ 85.00 $ 76.50 $ Box), 70v SP79 Ea Begin 5 SPEAKER- APP BAY/OUTDOOR- Weatherized, SPK-W-SM $ 310.00 $ 279.00 $ 1,396.00 Surface Mount, 70v SP20 Ea TC 0 1 Transformer, Bohm l0 70V, External XFMR $ 53.00 $ 47.70 $ SP21 Ea USDD 0 G2 Strobe Light/ Red LED STIR $ 550.00 $ '496.00 $ SP22 I Ea USDD 0 Miscellaneous MISC $ - $ $ - STATION SYSTEM. SERVICES Item Unit Mfr Qty Description Part No. US Ust Unit QUOTE UNIT :QUOTE E%T SSt '. Ea USDD 1 Station Installation Bergelectrlc Corp ST-INST $ 25,296.32 $ 22,766.69 $ 22,766.69 Station Remediation (Removal and Disposal of SS2 : Ea U8DD 0 Legacy Equipment Not currently Assumed or ST4NST : $ $ $ Included, nor is any related Remediation to Paint, Drywall, etc.) SS3 Ea USDD I 1 Station Configuration & Start -Up ST-SU $ 2,205.15 $ 1,984.64 $ 1,984.64 SS4 Ea u$DD 1 Station Project Management :ST-PM $ 1,323.09 $ 1,190.78 $ 1,190.78 SS5 Ea USDD 1 Station Engineering / Design Services ST-ES $ 661.55 $ 595.39 $ 695.39 SS6. `.' Ea USDD 1 Station Documentation ST-DM $ 66.15 $ 69.64 $ 59.54 Station Training - Configuration and Equipment. SS7a Ea usoD 0 On -Site @ Station. 4 Hours, 1 Visit. (for Technical TRA-UT-O $ 4,025.00 $ 3,622.50 $ Services Stat PROPRIETARY and CONFIDENTIAL STATION 05 SYSTEM Page 22 of25 SS7b Ea usOD 0 Station Training - User/Technician / Remote IRA-UT-R $ 600.00 $ 540.00 $ Refresh (2 Hours / Training- Installation Contractor -On-Site/ SS8a Ea USDD 0 USDD G2 Certification 18 Hours / (TBD -only TRA-IC-O $ 5,325.00 $ 4,792.60 $ needed if requled to use non -certified contractor) Training- Installation Contractor - At Arizona SS8b Ea USDD p Training Center/ USDD G2 Certification/4 Hours/ TRA-IC-Az $ '.. 2,725.00 $ 2,452.50 $ (TBD -.only needed if required to use non -certified Contractor) i SS9 Ea UsoD p MiscellaneousITBID MISC $ - $ $ STATION SYSTEM WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT It.. Unit Mfr I Cry Description Part No US List Unit I QUOTEUNIT QUOTE EXT [STANDARD] 1st YEAR WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or component): 5358.5145 but No Telephone / Remote Access Support (8:00 AM - Charge For Initial SW1 YR USDD 1.5 5:00 PM MST) PLEASE NOTE: An additional RS-IYR-STD $ 3,969.27 $ 3,672.34 Warranty Period / months (for total of 18 months/1.5 years) of initial Not Included In warranty has been offered by USED for no Subtotals additional cost so all stations can be installed and enjoy same warranty/support start/stop dates) [STANDARD] EACH ADDITIONAL YEAR (12- Months) WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or Component): Telephone! SW2 YR USDD 0.0 Remote Access Support(8:00 AM-5:00 PM MST) RS-AYR-STD $ 3,969.27 $ 3,572.34 $ IF OUANTITY'O' THEN NO ADDITIONAL SUPPORT IS ASSUMED OR AUTHORIZED BEYOND INITIAL WARRANTY PERIOD $ 66,289.73 '. $ 1,052.00 & Support: $ SUBTOTAL: $ '.67,341.73 ier must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support. Smart Phone Alerting And and Mapping Services only avaible to customer while under warranty or elected recording annual support. Support Agree to change H system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement PROPRIETARY and CONFIDENTIAL STATION 05 SYSTEM Page 23 of25 Station System Installation Notes: 01 - Unless specifically detailed in this proposal, no installation by USDD or it's subcontractors Is assumed or provided. 02- Because these are mission -critical systems, USED can only warrant and support systems installed by G2 Trained and Certified Contractors. 03 - USDD can source, qualify, train and certify Local Licensed Regional Subcontmiors where needed. 04 - installation warranted by installation contractor - G2 ERAS warranted, serviced and supported by USED, 05 - Unless specifically detailed in this proposal, installation to be performed during normal working hours. 06 - Unless specifcally detailed in this proposal, no permit fees or material charges have been included. 07 - Unless specifically detailed in this proposal, no removal or remediation has been assumed or included. 08- Unless specifically detailed in this proposal, no bonds of any type (performance, bid) have been assumed,included or budgeted for in this proposal. 09 - USDD FSAS Equipment to be made available by owner to Installation Contractor prior to on -site arrival. 10 - Structural backing for system devices and other millwork (not specifically detailed) by others. 11 - If applicable, Gas Control Shutoff Valve Addendum (to USDD and installation contractor) must be signed prior to installation. 12- Aill electrical power, including (but not limited to) raceway,conduil, backboxes, serrice panels, high -voltage wiring and fixtures by others. 13-All communications pathway infrastructure (network, radio, etc.) by others unless specifically detailed in this proposal. 14- USDD cannot warrant nor support any owner-furbished(3rd-Pally) system or component we are required to Integrate with. USED cannot warrant nor support any system or component it has not proofed engineering for and has not specifically authorized for use within public safety environments. 15-Any misuse, unauthorized modification, improper installation, excessive shock, attempted repair, accident, or improper or negligent use, storage, transportation, or handling by any party other than USDD shall render this limited warranty null, void and of no further effect PROPRIETARY and CONFIDENTIAL STATION 05 SYSTEM Page 24 of25 US DIGITAL DESIGns QUOTE 1835 E. Sixth St. Suite #27 Tempe, Arizona 85281 877-551-8733 tat 480-290-7892 fax DATE: 1115/19 Expires: 4115/19 Quote SUBMITTED TO: West Covina, CA West Covina Fire Department �.� CA WCOV001 Section Totals v2 SECTION TOTALS [UNLESS OTHERWISE: NOTED, ALL PRICES ARE $USj DISPATCWLEUEL SUBTOTAL 4,204,75 ` Includes: PRIMARY DISPATCH G2FSASYSTEM: PRIMARY DISPATCH WARRANTY & SUPPORT: $ $ 54,204.75` STA7ION•LEUEL, $Ul$TOTAL 366,433.05' Includes: STATION 01 SYSTEM: STATION 01 WARRANTY & SUPPORT: $ $ 74,656.71 - includes: STATION 02 SYSTEM: STATION 02 WARRANTY & SUPPORT: $ $ 84,687,77 - includeS: STATION 03 SYSTEM: STATION 03 WARRANTY & SUPPORT: ' $ $ 69,731,04 - includeS: STATION 04 SYSTEM: STATION 04 WARRANTY & SUPPORT: $ $ 70,015.80 - includeS: STATION 05 SYSTEM STATION 05 WARRANTY & SUPPORT:: $ $ 67,341.731 - Notes: Bergelectric Corp will be doing the installation.' US Digital Designs System Total $ 420,637.80 (TSD By Customer) Customer must elect to choose any coverage they require beyond Initial warranty period, or USDD will not be authorized to provide any service or support. Mobile Smart Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected recurring annual support. Support Agreements subject to change If system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement PROPRIETARY and CONFIDENTIAL SECTION TOTALS Page 25 .1725 ATTACHMENT NO. 2 Contract # VH11614 PUBLIC PROCUREMENT AUTHORITY MASTER PRICE AGREEMENT This Master Price Agreement is effective as of the date of the last signature below (the "Effective Date") by and between the PUBLIC PROCUREMENT AUTHORITY, an Oregon public corporation under ORS Chapter 190 ("Purchaser") and US Digital Designs, Inc., an Arizona corporation ("Vendor"). Purchaser and Vendor are sometimes hereinafter referred to collectively as the "Parties" and individually as a "Party." RECITALS WHEREAS, the Vendor is in the business of selling certain Station Alerting Systems and related products and services, as further described herein; and WHEREAS, the Vendor desires to sell and the Purchaser desires to purchase certain products and related services all upon and subject to the terms and conditions set forth herein; and WHEREAS, Purchaser and Vendor desire to extend the terms of this Master Price Agreement to benefit other qualified government members of National Purchasing Partners, LLC dba FireRescue GPO, dba Public Safety GPO, dba Law Enforcement GPO and dba NPPGov; NOW, THEREFORE, Vendor and Purchaser, intending to be legally bound, hereby agree as follows: ARTICLE I - CERTAIN DEFINITIONS 1.1 "Agreement" shall mean this Master Price Agreement, including the main body of this Agreement and Attachments A-F, including Purchaser's Request for Proposal REP No. 1425 (herein "RFP") and Vendor's Proposal submitted in response to the RFP (herein "Vendor's Proposal") as referenced and incorporated herein as though fully set forth (sometimes referred to collectively as the "Contract Documents"). 1.2 "Applicable Law(s)" shall mean all applicable federal, state and local laws, statutes, ordinances, codes, rules, regulations, standards, orders and other governmental requirements of any kind. 1.3 "Employee Taxes" shall mean all taxes, assessments, charges and other amounts whatsoever payable in respect of, and measured by the wages of, the Vendor's employees (or subcontractors), as required by the Federal Social Security Act and all amendments thereto and/or any other applicable federal, state or local law. 1.4 "EUAA" means an End User Acknowledgement and Agreement hereafter entered into between Vendor and a Purchaser (other than the Lead Contracting Agency) in a form acceptable to Vendor in its sole discretion, which shall address, among other issues (i) the warranty applicable to the Products and Services, (ii) Vendor's retention of its intellectual property rights, (iii) licensing of Vendor's intellectual property rights to Purchaser, (iv) the terms of installation, technical specifications, and scope of work, and (v) any other terms and conditions necessary to facilitate and govern the transaction. A sample EUAA is attached at Attachment F. 1.5 "Intellectual Property" means any and all rights of USDD related to USDD's products, Software, and Hardware, existing from time to time under patent law, copyright law, trade secret law, trademark law, unfair competition law, and any and all other proprietary rights, and any and all derivative works, work product, applications, renewals, extensions and restorations thereof, now or hereafter in force and effect worldwide. 1.6 "Lead Contracting Agency" shall mean the Public Procurement Authority, which is the governmental entity that issued the Request for Proposal and awarded this resulting Master Price Agreement. 1.7 "National Purchasing Partners" or "NPP" is a subsidiary of two nonprofit health care systems. The Government Division of NPP, herein after referred to as "NPPGov", provides group purchasing marketing and administrative support for governmental entities within the membership. NPPGov's membership includes participating public entities across North America. 1.8 "Participating Agencies" shall mean the governmental and non-profit entities (other than the Lead Contracting Agency) that access and purchase Product and Services through this Agreement. 1.9 "Products and Services" shall mean the products and/or services to be sold by Vendor hereunder as identified and described on Attachment A hereto, as may be updated from time to time by Vendor to reflect products and/or services offered by Vendor generally to its customers. 1.10 "Purchase Order" shall mean any authorized written order for Products and Services sent by Purchaser to Vendor via mail, courier, overnight delivery service, email, fax and/or other mode of transmission as Purchaser and Vendor may from time to time agree. 1.11 "Purchaser's Destination" shall mean such delivery location(s) or destination(s) as Purchaser may prescribe from time to time. 1.12 "Unemployment Insurance" shall mean the contribution required of Vendor, as an employer, in respect of and measured by, the wages of its employees (or subcontractors) as required by any applicable federal, state or local unemployment insurance law or regulation. ARTICLE 2 - AGREEMENT TO SELL 2.1 Vendor hereby agrees to sell to Purchaser such Products and Services as Purchaser may order from time to time by Purchase Order, all in accordance with and subject to the terms, covenants and conditions of this Agreement. Purchaser agrees to purchase those Products and Services ordered by Purchaser by Purchase Order in accordance with and subject to the terms, covenants and conditions of this Agreement. 2.2 All Purchase Orders issued by Purchaser to Vendor for Products during the term (as hereinafter defined) of this Agreement are subject to the provisions of this Agreement as though fully set forth in such Purchase Order. Once issued, Purchaser shall not withdraw its Purchase Order except as otherwise set forth in this Article. In the event that the provisions of this Agreement conflict with any Purchase Order issued by Purchaser to Vendor, the provisions of this Agreement shall govern. 2.3 Purchaser agrees that no Purchase Order issued hereunder shall be binding on Vendor unless and until the following contingencies ("Contingencies") are satisfied or waived in writing by Vendor: 2.3.1 The Purchaser and Vendor have entered into an EUAA in a form acceptable to Vendor in its sole discretion; and 2.3.2 The execution of a separate written contract between Vendor and Purchaser, in a form acceptable to Vendor in its sole and absolute discretion, for service and maintenance of the System after expiration of the warranty period for the Products and Services delivered hereunder (the "Service Agreement"). 2.4 Vendor may reject any Purchase Order issued under this Agreement upon written notice to if at any time it determines, in its sole discretion, that any of the Contingencies have failed or are unlikely to occur. At any time after the issuance of a Purchase Order, Purchaser may give Vendor notice of its intent to withdraw the Purchase Order if the Contingencies are not satisfied or waived within 180 days of the notice. Thereafter, within the 180 day period, Vendor may provide written notice to Purchaser of (i) its consent to withdrawal of the Purchase Order, or (ii) the satisfaction or waiver of the Contingencies. If Vendor consents to withdrawal of the Purchase Order, the Purchase Order shall be deemed withdrawn as of the effective date of Vendor's notice. If Vendor gives notice of the waiver or satisfaction of the Contingencies, Purchaser shall not withdraw the Purchase Order. If Vendor fails to give notice of waiver or satisfaction of the Contingencies, the Purchase Order shall be deemed withdrawn at the expiration of the 180 day period. 2.5 Notwithstanding any other provision of this Agreement to the contrary, the Lead Contracting Agency shall have no obligation to order or purchase any Products and Services hereunder and the placement of any Purchase Order shall be in the sole discretion of the Participating Agencies. 2.6 This Agreement is not exclusive. Vendor expressly acknowledges and agrees that Purchaser may purchase, at its sole discretion, Products and Services that are identical or similar to the Products and Services described in this Agreement from any third party. Purchaser expressly acknowledges and agrees that Vendor may sell, at its sole discretion, Products and Services that are identical or similar to the Products and Services described in this Agreement to any third party, including Participating Agencies, either through this Agreement or any other agreement. 2.7 In case of any conflict or inconsistency between the EUAA and the Contract Documents, the EUAA shall control. In case of any conflict or inconsistency between any of the Contract Documents, the documents shall prevail and apply in the following order of priority: (i) This Agreement; (ii) Vendor's Proposal; and (iii) The RFP. 2.8 Extension of contract terms to Participating Agencies: 2.8.1 Vendor agrees to extend the same terms, covenants and conditions available to Purchaser under this Agreement to Participating Agencies that have executed an Intergovernmental Cooperative Purchasing Agreement ("IGA") as may be required by each Participating Agency's local laws and regulations, in accordance with Attachment C. Each Participating Agency will be exclusively responsible for and deal directly with Vendor on matters relating to the EUAA, the Service Agreement, and ordering, delivery, inspection, acceptance, invoicing, and payment for Products and Services in accordance with the terms and conditions of this Agreement as if it were "Purchaser" hereunder. Any disputes between a Participating Agency and Vendor will be resolved directly between them under and in accordance with the laws of the State in which the Participating Agency exists. Pursuant to the IGA, the Lead Contracting Agency shall not incur any liability as a result of the access and utilization of this Agreement by other Participating Agencies. 2.8.2 This Solicitation meets the public contracting requirements of the Lead Contracting Agency and may not be appropriate under or meet Participating Agencies' procurement laws. Participating Agencies are urged to seek independent review by their legal counsel to ensure compliance with all local and state solicitation requirements. 2.9 Oregon Public Agencies are prohibited from use of products and services offered under this contract that are already provided by qualified nonprofit agencies for disabled individuals as listed on the Department of Administrative Service's Procurement List ("Procurement List") pursuant to ORS 279.835-.855. See www.OregonRehabilitation.org/qrf for more information. Vendor shall not sell products and services identified on the Procurement List (e.g., reconditioned toner cartridges) to Purchaser or Participating Agencies within the state of Oregon. ARTICLE 3 - TERM AND TERMINATION 3.1 The initial contract term shall be for two (2) calendar years from the effective date of this Agreement ("Initial Term"). Upon termination of the original two (2) year term, this Agreement shall automatically extend for up to three (3) successive one (1) year periods (each a "Renewal Term"); provided however, that the Lead Contracting Agency and/or the Vendor may opt to decline extension of the Master Price Agreement by providing notification in writing at least thirty (30) calendar days prior to the annual automatic extension anniversary of the original Master Price Agreement term. 3.2 Either Vendor or the Lead Contracting Agency may terminate this Agreement by written notice to the other party if the other party breaches any of its obligations hereunder and fails to remedy the breach within thirty (30) days after receiving written notice of such breach from the non -breaching party. 3.3 The forgoing terms of this Article apply only between Vendor and the Lead Contracting Agency. The "Term and Termination" terms as between Vendor and any Participating Agency may be addressed in the EUAA. 3.4 Termination of this Agreement shall have no effect on any EUAA entered into prior to such termination. Vendor shall not enter into an EUAA in reliance on this Agreement subsequent to the termination of this Agreement. I]RUN [sJ1J�S213Is) I [M 19MI9][41WNMMILugY1M►I MMYI_ MYNAMI 4.1 Purchaser shall pay Vendor for all Products and Services ordered and delivered in compliance with the terms and conditions of this Agreement at the pricing specified for each such Product and Service on Attachment A, plus actual shipping costs. The pricing schedule set forth on Attachment A hereto shall remain fixed for the Term of this Agreement. 4.2 Vendor shall submit original invoices to Purchaser in form and substance and format reasonably acceptable to Purchaser. All invoices must reference the Purchaser's Purchase Order number, contain an itemization of amounts for Products and Services purchased during the applicable invoice period and any other information reasonably requested by Purchaser, and must otherwise comply with the provisions of this Agreement. Invoices shall be addressed as directed by Purchaser. Additional invoicing terms may be addressed in the EUAA. 4.3 Unless otherwise specified, Purchaser is responsible for any and all applicable sales taxes. Attachment A or Vendor's Proposal (Attachment D) or the EUAA shall specify any and all other taxes, costs, and duties of any kind which Purchaser is required to pay with respect to the sale of Products and Services covered by this Agreement and all charges for packing, packaging and loading. 4.4 Price reductions or discount increases may be offered at any time during the contract term and shall become effective upon notice of acceptance from Purchaser. 4.5 Subject to Attachments A and F herein, Vendor shall offer delivery and/or shipping costs prepaid FOB at Purchaser's Destination. If there are handling fees, these also shall be included in the pricing. All shipping costs prepaid by Vendor shall be itemized and included in Vendor's invoices and payable by Purchaser. 4.6 Unless otherwise directed by Purchaser for expedited orders, Vendor shall utilize such common carrier for the delivery of Products and Services as Vendor may select; provided, however, that for expedited orders Vendor shall obtain delivery services hereunder at rates and terms not less favorable than those paid by Vendor for its own account or for the account of any other similarly situated customer of Vendor. 4.7 Vendor shall have the risk of loss of or damage to any Products until passage of title to Purchaser. Purchaser shall have the risk of loss of or damage to the Products after title has passed to Purchaser. Title passes to Purchaser upon delivery of Products to Purchaser's Destination. ARTICLE 5 — INSURANCE 5.1 During the term of this Agreement, Vendor shall maintain at its own cost and expense (and shall cause any subcontractor to maintain) insurance policies providing insurance of the kind and in the amounts generally carried by reasonably prudent manufacturers in the industry, with one or more reputable insurance companies licensed to do business in Oregon and any other state or jurisdiction where Products and Services are sold hereunder. Such certificates of insurance shall be made available to the Lead Contracting Agency upon 48 hours notice. BY SIGNING THE AGREEMENT PAGE THE VENDOR AGREES TO THIS REQUIREMENT AND FAILURE TO MEET THIS REQUIREMENT WILL RESULT IN CANCELLATION OF THIS MASTER PRICE AGREEMENT. 5.2 All insurance required herein shall be maintained in full force and effect until all work or service required to be performed under the terms of this Agreement is satisfactorily completed and formally accepted. Any failure to comply with the claim reporting provisions of the insurance policies or any breach of an insurance policy warranty shall not affect coverage afforded under the insurance policies to protect the Public Procurement Authority. The insurance policies may provide coverage that contains deductibles or self -insured retentions. Such deductible and/or self - insured retentions shall not be applicable with respect to the coverage provided to the Public Procurement Authority under such policies. Vendor shall be solely responsible for the deductible and/or self -insured retention. 5.3 Vendor shall carry Workers' Compensation insurance to cover obligations imposed by federal and state statutes having jurisdiction over Vendor's employees engaged in the performance of the work or services, as well as Employer's Liability insurance. Vendor waives all rights against the Lead Contracting Agency and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the Workers' Compensation insurance obtained by Vendor pursuant to this agreement. 5.4 Insurance required herein shall not be permitted to expire, be canceled, or materially changed without thirty -days (30-days) prior written notice to the Lead Contracting Authority. 5.5 The forgoing terms of this Article apply only between Vendor and the Lead Contracting Agency. Insurance required by any Participating Agency may be addressed in the EUAA. ARTICLE 6 — INDEMNIFICATION AND HOLD HARMLESS 6.1 Vendor agrees that it shall indemnify, defend and hold harmless Lead Contracting Agency, its respective officials, directors, employees and agents (collectively, the "Indemnitees") from and against any and all damages, claims, losses, expenses, costs, obligations and liabilities (including without limitation reasonable attorney's fees), suffered directly or indirectly by any of the Indemnitees by reason of, or arising out of, (i) any breach of any covenant, representation or warranty made by Vendor in this Agreement, (ii) any failure by Vendor to perform or fulfill any of its obligations, covenants or agreements set forth in this Agreement, (iii) the negligence or intentional misconduct of Vendor, any subcontractor of Vendor, or any of their respective employees or agents, (iv) any failure of Vendor, its subcontractors, or their respective employees to comply with any Applicable Law, (v) any litigation, proceeding or claim by any third party relating in any way to the obligations of Vendor under this Agreement or Vendor's performance under this Agreement, (vi) any Employee Taxes or Unemployment Insurance, or (vii) any claim alleging that the Products and Services or any part thereof infringe any third party's U.S. patent, copyright, trademark, trade secret or other intellectual property interest. Such obligation to indemnify shall not apply where the damage, claim, loss, expense, cost, obligation or liability is due to the breach of this Agreement by, or negligence or willful misconduct of Lead Contracting Agency or its officials, directors, employees, agents or contractors. The indemnity obligation set forth herein shall be limited to the amounts available and ultimately collected on the insurance policies required to be carried by Vendor under Article 5. The indemnity obligations of Vendor under this Article shall survive the expiration or termination of this Agreement for two years. 6.2 LIMITATION OF LIABILITY: IN NO EVENT SHALL EITHER PARTY BE LIABLE FOR ANY SPECIAL, INDIRECT, INCIDENTAL, CONSEQUENTIAL OR EXEMPLARY DAMAGES IN CONNECTION WITH OR ARISING OUT OF THIS AGREEMENT, INCLUDING, BUT NOT LIMITED TO, DAMAGES FOR INJURIES TO PERSONS OR TO PROPERTY OR LOSS OF PROFITS OR LOSS OF FUTURE BUSINESS OR REPUTATION, WHETHER BASED ON TORT OR BREACH OF CONTRACT OR OTHER BASIS, EVEN IF IT HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. ARTICLE 7 — WARRANTIES Purchaser shall refer to Vendor's Proposal for all Vendor and manufacturer express warranties, as well as those warranties provided under Attachment B herein. ARTICLE 8 - RESERVED ARTICLE 9 — RESERVED ARTICLE 10 - COMPLIANCE WITH LAWS 10.1 Vendor agrees to comply with all Applicable Laws and, at Vendor's expense, secure and maintain in full force during the term of this Agreement, all licenses, permits, approvals, authorizations, registrations and certificates, if any, required by Applicable Laws in connection with the performance of its obligations hereunder. At Purchaser's request, Vendor shall provide to Purchaser copies of any or all such licenses, permits, approvals, authorizations, registrations and certificates. 10.2 Purchaser has taken all required governmental action to authorize its execution of this Agreement and there is no governmental or legal impediment against Purchaser's execution of this Agreement or performance of its obligations hereunder. ARTICLE 11— PUBLICITY / INTELLECTUAL PROPERTY AND LICENCE 11.1 No news releases, public announcements, advertising materials, or confirmation of same, concerning any part of this Agreement or any Purchase Order issued hereunder shall be issued or made without the prior written approval of the Parties. Neither Party shall in any advertising, sales materials or in any other way use any of the names or logos of the other Party without the prior written approval of the other Party. 11.2 Purchaser hereby agrees and acknowledges that USDD owns all rights, title, and interest in and to the Intellectual Property. Purchaser agrees to not remove, obscure, or alter USDD's or any third party's copyright notice, trademarks, or other proprietary rights notices affixed to or contained within or accessed in conjunction with or through USDD's products. Nothing herein shall be deemed to give, transfer, or convey to Purchaser any rights in the Intellectual Property other than the license to use the Software, as set forth below. 11.3 At all times that Purchaser is in compliance with the terms of this MPA and any applicable EUAA, Purchaser shall have a non-exclusive, non -transferable, fully paid license to use the Software in conjunction with the Products and Services. ARTICLE 12 - RIGHT TO AUDIT Subject to Vendor's reasonable security and confidentiality procedures, Purchaser, or any third party retained by Purchaser, may upon prior reasonable notice to Vendor, during normal business hours, audit the books, records and accounts of Vendor to the extent that such books, records and accounts pertain to the sale of any Products and Services hereunder or otherwise relate to the performance of this Agreement by Vendor. Vendor shall maintain all such books, records and accounts in the ordinary course of its business. All such audits shall be at the expense and risk of Purchaser and take place on site at USDD's primary place of business, or at such other reasonably convenient location determined in USDD's sole discretion. In addition to all other sums payable under this Agreement, Purchaser shall pay Vendor for all costs, labor, office space and materials provided to Purchaser by Vendor in connection with any Audit (collectively "Audit Costs"). Labor rates shall be Vendor's then current list rates without discount. Costs, office space, and materials shall be priced at Vendor's cost plus 20%. Audit Costs shall be invoiced and paid as provided in Article 4 and Purchaser shall be solely responsible for issuing any purchase orders, PO numbers, or other authorizations necessary to facilitate such payment. Audit Costs shall include any and all time spent and costs or fees incurred in processing and collecting such payment. The Purchaser's right to audit under this Article 12 shall survive the expiration or termination of this Agreement for a period of three (3) years after the date of such expiration or termination. ARTICLE 13 - REMEDIES Except as otherwise provided herein, any right or remedy of Vendor or Purchaser set forth in this Agreement shall not be exclusive, and, in addition thereto, Vendor and Purchaser shall have all rights and remedies under applicable law, including without limitation, equitable relief. The provisions of this Article shall survive the expiration or termination of this Agreement. ARTICLE 14 - RELATIONSHIP OF PARTIES Vendor is an independent contractor and is not an agent, servant, employee, legal representative, partner or joint venturer of Purchaser. Nothing herein shall be deemed or construed as creating a joint venture or partnership between Vendor and Purchaser. Neither Party has the power or authority to bind or commit the other. ARTICLE 15 - NOTICES All notices required or permitted to be given or made in this Agreement shall be in writing. Such notice(s) shall be deemed to be duly given or made if delivered by hand, by certified or registered mail or by nationally recognized overnight courier to the address specified below: If to Lead Contracting Agency: Public Procurement Authority 25030 SW Parkway Ave. Suite 330 Wilsonville OR 97070 ATTN: Heidi Arnold If to Vendor: US DIGITAL DESIGNS, INC. 1835 E. Sixth Street, Suite 27 Tempe, Arizona 85281 ATTN: Maribeth Kascht Either Party may change its notice address by giving the other Party written notice of such change in the manner specified above. This Article is applicable only between Vendor and the Lead Contracting Agency. Notice terms between any Participating Agency and Vendor may be addressed in the EUAA. ARTICLE 16 - FORCE MAJEURE Except for Purchaser's obligation to pay for Products and Services delivered, delay in performance or non-performance of any obligation contained herein shall be excused to the extent such failure or non-performance is caused by force majeure. For purposes of this Agreement, "force majeure" shall mean any cause or agency preventing performance of an obligation which is beyond the reasonable control of either Party hereto, including without limitation, fire, flood, sabotage, shipwreck, embargo, strike, explosion, labor trouble, accident, riot, acts of governmental authority (including, without limitation, acts based on laws or regulations now in existence as well as those enacted in the future), acts of nature, and delays or failure in obtaining raw materials, supplies or transportation. A Party affected by force majeure shall promptly provide notice to the other, explaining the nature and expected duration thereof, and shall act diligently to remedy the interruption or delay if it is reasonably capable of being remedied. ARTICLE 17 - WAIVER No delay or failure by either Party to exercise any right, remedy or power herein shall impair such Party's right to exercise such right, remedy or power or be construed to be a waiver of any default or an acquiescence therein; and any single or partial exercise of any such right, remedy or power shall not preclude any other or further exercise thereof or the exercise of any other right, remedy or power. No waiver hereunder shall be valid unless set forth in writing executed by the waiving Party and then only to the extent expressly set forth in such writing. ARTICLE 18 - PARTIES BOUND; ASSIGNMENT This Agreement shall inure to the benefit of and shall be binding upon the respective successors and assigns of the Parties hereto, but it may not be assigned in whole or in part by Vendor without prior written notice to Purchaser. Notwithstanding the foregoing, Vendor may subcontract any installation services to one or more of its USDD certified installers. Vendor shall not delegate its duties under this Agreement nor assign monies due or to become due to it hereunder without prior written consent of Purchaser. Purchaser may freely assign this Agreement to an instrumentality thereof or to a third party responsible for administering this Agreement on behalf of Purchaser. ARTICLE 19 - SEVERABILITY To the extent possible, each provision of this Agreement shall be interpreted in such a manner as to be effective and valid under applicable law. If any provision of this Agreement is declared invalid or unenforceable, by judicial determination or otherwise, such provision shall not invalidate or render unenforceable the entire Agreement, but rather the entire Agreement shall be construed as if not containing the particular invalid or unenforceable provision or provisions and the rights and obligations of the Parties shall be construed and enforced accordingly. ARTICLE 20 - INCORPORATION• ENTIRE AGREEMENT 20.1 All the provisions of the Attachments hereto are hereby incorporated herein and made a part of this Agreement. 20.2 This Agreement (including Attachments and Contract Documents hereto) constitutes the entire agreement of the Parties relating to the subject matter hereof and supersedes any and all prior written and oral agreements or understandings relating to such subject matter. ARTICLE 21 - HEADINGS Headings used in this Agreement are for convenience of reference only and shall in no way be used to construe or limit the provisions set forth in this Agreement. ARTICLE 22 - MODIFICATIONS This Agreement may be modified or amended only in writing executed by Vendor and the Lead Contracting Agency. The Lead Contracting Agency and each Participating Agency contracting hereunder acknowledge and agree that any EUAA entered into in connection with any Purchase Order hereunder shall constitute a modification of this Agreement as between the Vendor and the Participating Agency executing the EUAA. Any EUAA or other modification of this Agreement as between Vendor and any Participating Agency shall not be deemed a modification of this Agreement for the benefit of the Lead Contracting Agency or any other Participating Agency. ARTICLE 23 - GOVERNING LAW This Agreement shall be governed by and interpreted in accordance with the laws of the state of Oregon or, in the case of a Participating Agency's use of this agreement, the laws of the state in which the Participating Agency exists, without regard to its choice of law provisions. ARTICLE 24 - COUNTERPARTS This Agreement may be executed in counterparts all of which together shall constitute one and the same Agreement. AauA Aupst 21 2015 ATTACHMENT A to Master Price Agreement by and between VENDOR and PURCHASER. PRODUCTS SERVICES SPECIFICATIONS AND PRICES I:\Ai11C1 Ir14lA IWLI -111: IJ1NJI-Ill Percentage (%) off List Price* (OR fixed price if % off pricing is not available) Dispatch Center Equipment 10%off all Item 1. Communications Gateway Pair(G21GW) Dispatch Center Item 2. G2 Gateway Audio Serial Interface (GaSI) Equipment Item 3. HDTV Remote Module (TVR) Item 4. G2 Light Tower Interface (LT1) Fire Station Equipment Item 1. G2 Voice Alert (VA) Item 2. G2 Mobile FSAS App (G2IAPPIDL) Item 3. G2 ATX Station Controller (ATX) Item 4. Rack Mount Ears (ATXIE) Item 5. Base Plate (ATXIP) Item 6. ATX Expansion Kit (ATXIEXP) Item 7. Audio Extension Module (AUDIEXT) Item 8. Fiber LAN Module (2) (FIBILANIKIT) Item 9. G2 Room Remote Module (RR) Item 10. RR Trim Plate, for Flush Mount (RRITP) Item 11. RR Back Straps — for solid wall flushimounting (RRIBS) Item 12. RR Back Box, for solidlwall flush mounting (RRIBB) Item 13. G2 Message Remote Module (MR) Item 14. G2 Sign Remote Module (SR) Item 15. G2 HDTV Remote Module (TVR) Item 16. G2 Message Sign, Digital LED (GammaSign) (MSIG) Item 17. G2 Message Sign, Digital LED (Beta Brite) (MSIB) Item 18. MS Adapter Plate, Vesa 100 (MSIADPTIV100) Item 19, MS TielStraps (pair) joins two MSs (MSIADPTISTRP) Item 20. MS Mount —Articulating Std. reach (MSIM NTIARTIS) Item 21. MS Mount —Articulating Long reach (MSIMNTIARTIL) Item 22. MS Mounts —X2 Armt, Artic., Long (MSIMNTIARTILX2) Item 23. G2 Double MS Kit (MR, 901deg Mount, x2MS) (MSIX2K) Item 24. G2 1/0 Remote w/8 in & out (IOR) 10% off all Fire Station Equipment Item 25, G2 Strobe Light / Red LED (STR) Item 26. G2 Color Indicator Remote— up to 8 unique colors (CIR) Item 27. Push Button, standard (black) (PBIB) Item 28. Push Button, Emergency (red) (PBIR) Item 29. Audio Amplifier, external, standard (AMP) Item 20. Speaker—APP/Weatherized (A25), Surface 70v (SPKIWISM) Item 21. Speaker —standard flush mount, 80/70v (S86) (SPKISTDIFM) Item 22. Speaker —surface mount (MB) 80/70v (SPKISTDISM) Item 23. G2 LED speaker— Flush Mount 8O/70v (SPKILEDIFM) Item 24. G2 LED speaker —Surface Mount (MB) 80/70v (SPKILEDISM) Item 25. Transformer, 8ohm to 70v, external (XFMR) Item 27. ATX UPS, standard (UPSISTD) Item 28. UPS Extended Runtime battery (UPSIEXT) Labor Services 10% off hourly rates • Project Management • Engineering Services • Installation Support Services Maintenance Services (applicable only during Warranty Period to items NOT 10% off hourly rates covered under Warranty —discount does not apply to post -warranty Service Agreement) The same terms, conditions and pricing of this Agreement may be extended to Participating Agencies. In the event the terms of this Agreement is extended to Participating Agencies, each Participating Agency shall be solely responsible for the ordering of goods and services under this Agreement. The Lead Contracting Agency shall not be liable in any fashion for any violation by a Participating Agency, and the Participating Agency shall hold Lead Contract Agency harmless from any liability that may arise from action or inaction of the Participating Agency. ATTACHMENT B to Master Price Agreement by and between VENDOR and PURCHASER. ADDITIONAL SELLER WARRANTIES NOT INCLUDED IN PROPOSAL To the extent possible, Vendor will make available all warranties from third party manufacturers of Products not manufactured by Vendor, as well as any warranties identified in this Agreement and Vendor's Proposal. 14 ATTACHMENT C to Master Price Agreement by and between VENDOR and PURCHASER. PARTICIPATING AGENCIES The Lead Contracting Agency in cooperation with National Purchasing Partners entered into this Agreement on behalf of other government agencies that desire to access this Agreement to purchase Products and Services. Vendor must deal directly with any Participating Agency concerning the EUAA, Service Agreement, placement of orders, issuance of the purchase orders, contractual disputes, invoicing, and payment. The Lead Contracting Agency shall not be held liable for any costs, damages, etc., incurred by any Participating Agency. Any subsequent contract entered into between Vendor and any Participating Agency shall be construed to be in accordance with and governed by the laws of the state in which the Participating Agency exists. Each Participating Agency is required to execute an Intergovernmental Cooperative Purchasing Agreement ("IGA"), as set forth on the NPPGov web site, www.npp og v.com, www.firerescue-gpo.com, and www.lawenforcementgpo.com. The IGA allows the Participating Agency to purchase Products and Services from the Vendor in accordance with each Participating Agency's legal requirements as if it were the "Purchaser" hereunder. Any references in this Agreement to the Lead Contracting Agency shall not apply to any subsequent contract entered into between Vendor and any Participating Agency. 15 ATTACHMENT D to Master Price Agreement by and between VENDOR and PURCHASER. Vendor's Proposal (The Vendor's Proposal is not attached hereto.) (The Vendor's Proposal is incorporated herein.) 16 ATTACHMENT E to Master Price Agreement by and between VENDOR and PURCHASER. Purchaser's Request for Proposal (The Purchaser's Request for Proposal is not attached hereto.) (The Purchaser's Request for Proposal is incorporated herein.) 17 ATTACHMENT F to Master Price Agreement by and between VENDOR and PURCHASER. Form End User Aelmowledgement and Agreement 18 US DIGITAL DESIGns END USER'S ACKNOWLEDGMENT AND AGREEMENT This End User's Acknowledgment and Agreement ("EUAA") is made by and between US Digital Designs, Inc. ("USDD"), with its principal place of business at 1835 East Sixth Street, Suite 27, Tempe, Arizona 85281 and the following entity ("End User"): [End User] [division or department] [Contact person] [address] [address] [phone numbers] [email address] Recitals a. The Public Procurement Authority ("PPA"), a subdivision of the State of Oregon, issued its Request for Proposal # 1425 ("RFP"). b. USDD submitted its response to the REP on December 8, 2014. c. The PPA issued a Notice of Award on March 6, 2015. d. The PPA and USDD entered into a Master Price Agreement dated ("MPA") for the purchase of USDD "Products" and "Services" (as defined below), which agreement is made available by its terms for use by End User. e. End User has or intends to issue a Purchase Order to USDD under the terms of the MPA for the acquisition of USDD Products and Services. f. USDD's obligation to perform under the MPA is contingent, in part, on USDD's receipt of End User's acknowledgement and agreement regarding (i) the "Warranty" (as defined below), (ii) USDD's retention of all rights to its "Intellectual Property" (as defined below), (iii) the software license set forth herein, (iv) the terms of installation, technical specifications, and scopes of work, and (v) other terms and conditions necessary to facilitate and govern the transaction (collectively "Contingencies"). This EUAA is intended to provide that acknowledgement and agreement. 19 g. End User desires to purchase the Products and Services described in the "Quote" (as defined below) through the MPA and in accordance with the provisions of this EUAA. Therefore, in order to satisfy the Contingencies and facilitate the transaction, and for other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, USDD and End User hereby agree as follows: 1. Definitions. For purposes of this EUAA, the following terms shall have the following meanings: a, "Additional Services" means any and all services performed by USDD at the instruction or request of End User through its authorized personnel, including any Engineering Services, that are not specifically included in the "Scope of Work" (as defined below). b. "Communications Gateway" means the pair of redundant servers used as the master communications hub for the System as set forth in the Quote. c. "Dispatch Customer" means any fire district, department, station, or other agency for which End User provides dispatch services. d. "Engineering Services" means engineering or project management services performed by USDD's employees, agents or contractors directly related to planning and documenting the layout, design, project schedule, installation, and functionality of the System as a whole and at each individual installation site. e. "GaSi Audio Interface" means the proprietary USDD VoiceAlert Radio Hardware component integrated into the Communications Gateway. f. "Hardware" means a physically tangible electro-mechanical system or sub -system and associated documentation provided to End User by USDD, provided however, that Hardware shall not include any televisions, monitors, iPads or computer tablets manufactured by third parties. g. "Intellectual Property" means any and all rights of USDD related to USDD's products, Software, and Hardware, existing from time to time under patent law, copyright law, trade secret law, trademark law, unfair competition law, and any and all other proprietary rights, and any and all derivative works, work product, applications, renewals, extensions and restorations thereof, now or hereafter in force and effect worldwide. h. "Products" means the Hardware, Software and other tangible goods, equipment, supplies and components included in the Quote. i. "Quote" means the document attached as Exhibit C. j. "Scope of Work" means the document attached at Exhibit B. Scope of Work excludes any goods or services to be provided under the Service Agreement. The Scope of Work applies only to the Products and Services included in the Quote. k. "Service Agreement" means the document attached as Exhibit D. 1. "Services" means the installation, configuration, startup, testing, training, and other services set forth in the Scope of Work as limited by the Quote. in. "Software" means software programs, including embedded software, firmware, executable code, linkable object code, and source code, including any updates, 20 modifications, revisions, copies, documentation, and design data that are licensed to End User by USDD under this Agreement. n. "Station Controller" means the CPU and related computer components (whether USDD's ATX or ATU model) to be installed at each fire station as described in the Quote. o. "System" means all hardware and Software purchased by End User through the MPA or directly from USDD under any contract, purchase order, or arrangement that is used exclusively by End User as part of its fire station alerting system, including without limitation the "POCS" (as defined below), provided however, that the term "System" specifically excludes any components, hardware, or software provided by third parties, including without limitation End User's computers, lap tops, computer peripherals, monitors, televisions, routers, switches, operating systems, computer programs, applications, intemet and network connections, and any other parts or items not provided to End User directly by USDD. System also excludes any consumer electronics purchased through USDD (such as televisions purchased for use as monitors or signs, iPads, computer tablets, monitors and like merchandise). p. "VoiceAtert Radio" means the Software that controls the GaSi Audio Interface and functionality of the optional radio alert system. q. "Warranty" means the New System Warranty attached as Exhibit E Undefined technical terms, specifications and acronyms used throughout this EUAA shall have the meanings generally attributed to them in the fire station alerting industry. 2. Products and Services. Upon receipt of a Purchase Order ("PO") from End User for Products and Services described in the Quote, USDD will provide the Products and perform the Services pursuant to the terms of the this EUAA and the MPA. The Quote is subject to correction for errors and omissions, including the omission of any excise, use, or transaction levy, use fees, access fees, programs fees, audit fees, or other costs or reductions to the purchase price imposed by any code, statute, rule, regulation, executive order or program not specifically included as a line item in the Quote. Upon delivery to End User's site, End User shall bear all risk of loss or damage to any Products occurring thereafter. 3. Invoices and Payment. a. All Products and Services identified in the Quote are being purchased by End User through the MPA. b. USDD shall invoice End User directly for (i) any Products and Services delivered to or performed for End User (ii) all Additional Services, and (iii) all Products provided to End User that are not identified in the Quote on a monthly basis. All invoices shall be due and payable within thirty days of receipt in United States currency, free of exchange, or any other charges. c. Invoices unpaid for 30 days are subject to interest at 18% per annum. 4. Design and Installation Services. a. Within 30 days after the execution of this EUAA or USDD's receipt of End User's PO, whichever is later, the parties shall participate in a project meeting at a place and in a manner as shall be reasonably convenient ("Project Meeting"). End User will use its best efforts to have all necessary representatives of its Dispatch Customers present at the Project Meeting. 21 b. Either party may elect to participate in the Project Meeting remotely via video or telephone conference. e. USDD will provide a proposed project schedule for discussion at that time or otherwise consult with End User and its Dispatch Customers regarding development of a project schedule. d. Thereafter, USDD and End User will collaborate to plan and document the layout, and installation protocols for each individual installation site and finalize the project schedule (collectively the "Design Phase") consistent with the Quote and the Statement of Work. [Alternate Language — if cost of installation is unknown — strike paragraph d above and insert following] e. Thereafter, USDD and End User will collaborate to plan and document the Products, layout, and installation protocols for each individual installation sight and finalize the project schedule (collectively the "Design Phase"). f. As part of the Design Phase, USDD shall obtain bids from one or more of its certified installation contractors for installation of the Products at each installation site. g. All bids shall be for a set flat price. h. USDD shall submit said bids to the End User together with its recommendation for acceptance ("Bid Recommendation"). i. Unless End User objects in writing to the Bid Recommendation within seven days of its receipt thereof, USDD may accept the recommended bid and engage the contractor to perform the Installation. j. The pricing for the Installation shall be the installation contractor's final bid price (together with the price of any subsequently approved change orders), plus 15% of the total cost of the Installation. k. End User shall issue its authorization to proceed with delivery of the Products and Services set forth in the Quote within 5 days of completion of the Design Phase, I. Upon issuance of End User's authorization to proceed, no changes will be made to the design of the System except upon written change order. 5. Subsequent Purchases. At any time during the term of the MPA, End User may purchase additional Products and Services, through the MPA, by issuance of a PO incorporating the terms of this EUAA. 6. Training. Pursuant to a mutually agreed upon schedule, USDD shall provide training as set forth in the Scope of Work for the price stated in the Quote. Except as otherwise set forth in the Quote, all additional training provided by USDD shall be charged at the hourly rates applicable under the MPA, plus reasonable costs and expenses incurred by USDD related to the training. Reasonable costs and expenses shall include air fare, lodging, meals, ground transportation, shipping, document reproduction, and other reasonably necessary costs and expenses related to the training. No additional training shall be provided until the parties have executed an agreement setting forth the scope, cost, and schedule for the additional training, 7. Acceptance of Station Installation. Upon substantial completion of installation at each fire station and at the End User's dispatch center, USDD or its subcontractor shall prepare and deliver to End 22 User a written request for End User's acceptance of the installation ("Request for Acceptance"), Upon presentation of the Request for Acceptance, End User shall inspect the station installation and (i) accept the installation as presented, or (ii) accept the installation subject to completion of specified tasks necessary for the installation to comply with the Scope of Work ("Punch List"); or (iii) reject the installation by written notice to USDD specifically identifying the defects and deficiencies of the installation that are not in compliance with the Scope of Work ("Rejection Notice"), If End User accepts the installation subject to a Punch List, the installation shall be deemed materially complete. The Punch List shall specifically identify each task or item that is not in compliance with the Scope of Work and proposed dates for completion, which in all instances shall be reasonable, but not less than 10 days. Thereafter, USDD shall address all Punch List items in a timely and reasonable fashion and the installation shall be deemed complete and accepted. If End User rejects the installation the Rejection Notice shall specifically identify each defect, deficiency, task or item that is not in compliance with the Scope of Work and proposed dates for completion, which in all instances shall be reasonable, but not less than 10 days. Thereafter, USED shall cause the installation to comply with the Scope of Work and submit a second Request for Acceptance. 8. System Acceptance Testing. Within 60 days of the date the entire System installation is substantially complete and basic functionality has been demonstrated to the System Administrator, USDD and End User shall jointly develop a written acceptance testing procedure ("ATP") and commence a test of the System ("Acceptance Test") consistent with the ATP. The ATP shall be based on the System standards and criteria set forth in the Scope of Work and the final configuration of the System as actually installed. Failure of the End User to participate in the development of the ATP and to jointly perform the Acceptance Test with USED in good faith shall constitute End User's irrevocable acceptance of the System. Upon successful completion of the Acceptance Test, including correction by USDD of any defects or deficiencies identified during the Acceptance Test period, End User shall provide USED with a "Certificate of Completion" in a form acceptable to USDD. If End User believes the Acceptance Test was unsuccessful, and if End User has complied with all "End User Obligations" (as defined below), End User may within seven days of the date on which the Acceptance Test is complete, provide USED with written notice specifying the standards or criteria not met ("Failure Notice"). If within 30 days of the Failure Notice, USDD has not caused the System to meet the standards and criteria set forth in the Failure Notice, End User may pursue its remedies under the MPA and this EUAA. Failure of End User to provide a timely Failure Notice shall constitute End User's irrevocable acceptance of the System. 9. Reserved 10. Warranty. USDD warrants and guarantees its Products and Services subject to the terms and limitations set forth in the Warranty. The End User's rights and remedies with respect to Products and Services found to be defective in material or workmanship shall be limited exclusively to the rights and remedies set forth in the Warranty. it. Service and Support Option. Upon expiration of the "Warranty Period" (as defined in the Warranty), End User may elect to purchase certain support and maintenance services on the terms and conditions set forth in the Service Agreement, executed contemporaneously herewith. Under the terms of the Service Agreement End User shall have four one-year options to purchase certain support and maintenance services directly from USDD (each a "Service Option"), The compensation to be paid to USDD under the Service Agreement is the "Annual Fee" (as defined in the Service Agreement). USED may invoice End User for the Annual Fee as set forth in the Service Agreement. End User shall have no obligation to pay the invoice for the Annual Fee unless it elects to exercise its Service Option as set forth in the Service Agreement. After the expiration of the Warranty Period, USDD shall have no obligation to provide the services set forth in the Service Agreement unless and until End User exercises the Service Option and pays the Annual Fee. The "Lead Contracting Agency" (as defined in the MPA) is not a party to the Service Agreement. The Service Agreement is a separate contract entered into directly between USDD and End User and is not in any way part of or governed by the MPA. 12. Intellectual Property. End User hereby agrees and acknowledges that USDD owns all rights, title, and interest in and to the Intellectual Property. End User agrees to not remove, obscure, or alter USDD's or any third party's copyright notice, trademarks, or other proprietary rights notices affixed to or 23 contained within or accessed in conjunction with or through USDD's products. Nothing herein shall be deemed to give, transfer, or convey to End User any rights in the Intellectual Property other than the license to use the Software, as set forth below. 13. License. At all times that End User is in compliance with the terms of this EUAA and the MPA, End User shall have a non-exclusive, non -transferable, fully paid license to use the Software in conjunction with the System. 14. Insurance. a.USDD shall purchase and maintain such insurance as required below for claims which may arise out of or result from, USDD's operations under this Agreement, whether such operations are by USDD or by any subcontractor, or by anyone directly employed by them, or by anyone for whose acts or omissions anyone of them may be liable. b. USDD shall secure the following coverages and comply with all provisions noted. Certificates of Insurance shall be issued evidencing such coverage to the End User throughout the term of this Agreement: Commercial General Liability Insurance with limits of $1,500,000 per occurrence, $2,000,000 general aggregate, $2,000,000 products and completed operations total limit, and $1,500,000 personal injury and advertising liability. ii. Workers' Compensation and Employer's Liability with Workers' Compensation limits as required by [enter End User's State] and Employer's Liability limits of $500,000/$500,000/$500,000. C. USDD has or shall submit the Certificates of Insurance evidencing coverage as specified above. Notwithstanding the foregoing, if after submission of the Certificate of Insurance End User authorizes USDD or its contractors to proceed with the performance of this Agreement, it shall be conclusively presumed and determined that the insurance described in the Certificates of Insurance is in full compliance with the requirements set forth above, and such requirements shall be deemed revised and amended to require only the coverages provided in the Certificate of Insurance. These terms are effective and shall be controlling whether the Certificate of Insurance is provided before or after the date of this EUAA. 15. End User Point of Contact. End User shall assign a single natural person to manage the installation and administration of the System (the "System Administrator"). End User shall provide USDD with written notice of such assignment prior to the first Project Meeting. End User shall provide written notice to USDD of any change of System Administrator, The System Administrator shall have the principal responsibility of overseeing and managing this EUAA on behalf of End User and shall be the primary point of contact for End User. End User will ensure that the System Administrator is reasonably available to USDD and USDD may rely on the direction of the System Administrator in performing its duties hereunder, including without limit, direction to provide Additional Services. 16. End User Obligations. End User, either directly or through a third party, shall take and perform (and shall cause its Dispatch Customers to take and perform) all reasonable action necessary to facilitate USDD's performance of the Services hereunder. Without limiting the foregoing, End User shall be responsible for the following: a. The provision of VPN or other means for remote access to the System for installation, testing, and remote access support; 24 b. The procurement and/or provision of all computers, peripherals, and consumables (collectively "End User Equipment"), including printer paper, toner and ink necessary for the installation, testing and functionality of the System; c. For each "Communications Gateway" location, End User shall: i. Provide rack or cabinet space of at least 2 RU for the installation of the Communications Gateway server pairs; ii. Provide 2 15A/120V AC outlets for Communications Gateways within 4' of Communications Gateway installation location, preferably on a UPS/generator circuit; iii. Provide 3 10/100 BASET LAN ports for Communications Gateways, which must have connectivity to the End User's CAD system interface server for the station alerting interfaces, and connectivity to the fire station networks for station alerting; iv. Provide 3 CATS patch cables from LAN ports to Communications Gateway installation location; v. Prior to shipment of any Products, assign 4 IP addresses on the network where the Communications Gateways will reside, and provide the addresses to USDD, together with the subnet mask and default gateway address (two IP addresses are for physical Communications Gateways, one IP address is for the active Communications Gateway, and one IP address is for the Spider IF KVM); and vi. Provide VPN access to the 4 IP addresses assigned to the Communications Gateways (access will be required for SSH (22), HTTP (80), and HTTPS (443)); d. Provide the voice and data radio system, data network infrastructure, CAD system and CAD interface (on the CAD system itself), dispatch computers with current version web browser, and personnel skilled in End User's radio and data systems; e. If End User purchases the VoiceAlert Radio connections option, for the Communications Gateway to radio system connection, End User shall: i. Procure and install radio control station(s) or radio console(s), if necessary, and integrate with existing radio system, which must have PTT input, audio input, and COR output for fill System functionality; ii. Provide any third party console software licenses as necessary; iii. Provide network access from Communications Gateways to radio consoles, if necessary; iv. Provide 1 10/10013ASET LAN port for the USDD GaSi Audio Interface, which must have connectivity to the Communications Gateways; v. Provide I CAT5 patch cable from LAN port to USDD GaSi Audio Interface installation location; and vi. Provide 1 IP address, subnet mask and default gateway address for the GaSi Audio Interface; f. At each ATX or ATU Station Controller installation site, End User shall: 25 i. Provide mounting location for Station Controller; ii. Provide 115A/120V AC outlet within 4' of the Station Controller location preferably on a Generator circuit; iii. Provide mounting location for Station Controller UPS, if necessary; iv. Provide 1 10/100 BASET LAN connection within 6' of the Station Controller from station LAN with 2-way TCP/IP and UDP/IP connectivity to Communications Gateway network (dispatch center or computer equipment location); v. Provide 1 IP address, subnet mask, and default gateway for each station location; vi. Provide VPN access to the IP addresses assigned to the Station Controllers, which must provide access for SSH (22), HTTP (80), and HTTPS (443); vii. Provide connection to 70 volt speaker system if existing speaker system is to be used; viii. Provide dispatch radio for audio source for dispatch alerting, if necessary; and is, Provide connections from telephone intercom, secondary dispatch radio, or other existing audio sources to the Station Controller, if necessary; g. Any configuration and regular maintenance that is normally undertaken by the user or operator as described in any operating manuals for the End User Equipment, including the replacement of UPS batteries as necessary; h. Providing all reasonable security and bearing all risk of loss or damage to any Products delivered to, stored at, or installed on End User property; i. Providing a stable means of data transmission between the Communications Gateway and each Station Controller serviced by the System necessary for the installation, testing and functionality of the System; such means of data transmission may include, but is not limited to, TCP/IP, data modems, leased lines, radios, etc; j. The correct use of the Products and System in accordance with the manufacturer and USDD's operating instructions; k. The security, accessibility, and integrity of the System, End User Equipment, and installation site; and 1. Performing all duties of "Customer" set forth in the SOW. 17. Termination a. By End User. If the MPA, any PO, or this EUAA is canceled or terminated by End User or the Lead Contracting Agency for any reason other than USDD's breach, End User shall immediately pay USDD for all work in progress, Services rendered, all inventoried or ordered Products, and all other costs incurred by USDD related to this transaction. b. By USDD. If End User refuses or fails to perform any of its obligations in accordance with this EUAA or the MPA, USDD shall provide written notice thereof to End User ("Default Notice"). The Default Notice shall specifically describe the nature of the 26 alleged failure and demand that End User cure such failure within a specified reasonable time period, which in the event of a failure to make timely payment shall be 10 days, and in all other events shall not be less than 30 days ("Cure Period"). If End User fails to cure the failure within the Cure Period, such failure shall be deemed a default under this EUAA. In such event, USDD shall have the right to terminate this EUAA by written notice to End User, and End User shall immediately pay USDD for all work in progress, Services rendered, all inventoried or ordered Products, and all other costs incurred by USDD related to this transaction. c. For Failure to Complete Design Phase. If the parties cannot complete the initial Design Phase within 30 days of the initial Project Meeting, either party may terminate this EUAA by written notice to the other. In such event, End User shall immediately pay USDD for all work in progress, services rendered, all inventoried or ordered Products, and all other costs incurred by USDD related to this transaction. I8. Assignment. The Parties shall not assign in whole or in part this EUAA without the prior written consent of the other Party, which consent may not be unreasonably withheld. Notwithstanding the foregoing, USDD may freely transfer its rights under this EUAA in the event of a sale of all or substantially all of its assets or stock. Additionally, USDD may subcontract any or all of the Installation and Products manufacturing. 19. Reserved. 20. Notices. Whenever any provision of this EUAA requires the giving of written notice, it shall be deemed to have been validly given if delivered (i) in person, (ii) by registered mail, postage pre -paid, (iii) by a nationally recognized overnight courier service, or (iv) electronically via facsimile copy or email, provided that the sender obtains confirmation of transmission, to the following: For the End User: Name: Title: Address: Fax: Email: For USDD: US Digital Designs, Inc. Attention: Dominic Magnoni 1835 East 61h Street, Suite 27 Tempe, Arizona 85281 Fax: 480-290-7892 Email: dmagnoni@usdd.com 21. Headings and Usage. The headings, captions, and section numbers contained herein are provided for convenience only and are not part of the terms of this EUAA. When the context of the words used in this EUAA indicate that such is the intent, words in the singular shall include the plural, and vice versa, and the references to the masculine, feminine or neuter shall be construed as the gender of the person, persons, entity or entities actually referred to require. 22. Waiver. No failure or delay, in any one or more instances, to enforce or require strict compliance with any term of this EUAA shall be deemed to be a waiver of such tern nor shall such failure or delay be deemed a waiver of any other breach of any other term contained in this EUAA. 27 23. Execution in Counterparts. This EUAA may be executed in counterparts, all of which taken together shall be deemed one original. The date of this EUAA shall be the latest date on which any party executes this EUAA. 24. Entire Agreement. This EUAA contains the entire understanding between the parties, and supersedes any prior understandings and agreements between or among them with respect to the subject matter hereof. This EUAA supersedes and replaces the "terms and conditions" section set forth in the Quote, if any. This EUAA may not be amended, altered, or changed except by the express written agreement of the parties. The terms of this EUAA shall take precedence over any conflicting terms in any PO or the MPA. 25. Joint Effort. This EUAA has been drafted through the joint efforts of the parties and shall not be construed against any party on the basis that such party is the drafter of this EUAA or any term thereof. The Parties represent and warrant to each other that each Party has had the opportunity to review this Contract with counsel of its own choosing, that each Party has either reviewed this Contract with counsel or has elected to forego such review, and that no Party shall deny the validity of this Contract on the grounds that the Party did not understand the nature and consequences of this Contract or did not have the advice of counsel. 26. Savings Clause. In the event any part, provision, or term of this EUAA is deemed to be illegal or unenforceable, this EUAA shall be construed as if such unenforceable part, provision, or tern had not been included herein. Such illegal or unenforceable part, provision, or term shall be deemed revised to the extent necessary to cure its defect and such revision and the remainder of the EUAA shall be and remain in full force and effect. 27. End User Representative. The undersigned representative of End User hereby represents and warrants that s/he has the authority to bind End User and that the execution, delivery and performance by End User under this EUAA will not violate the provisions of any law, rule, regulation or policy, and will not conflict with or result in the breach or termination or constitute a default under any agreement or instrument to which End User is a party. 28. Incorporation of all Recitals and Exhibits. All recitals, exhibits, addenda, schedules and other documents referenced herein and attached hereto are hereby fully incorporated and made a part hereof by this reference as if the terms and content thereof had been fully set forth in the body of this EUAA. 29. Third Party Beneficiaries. Except as otherwise expressly set forth herein, this Contract does not and is not intended to confer any rights, benefits or remedies upon any person or entity other than the Parties. 30. Additional Acts and Documents. Each Party hereto agrees to do all such things and take all such actions and to make, execute and deliver such other documents and instruments as shall be reasonably requested by the other Party to carry out the provisions, intent and purposes of this Contract. [End User]: US Digital Designs, Inc.: By: By: Name: Its: Date: Dar DOMINIC MAGNONI, Vice President 28 EXHIBIT A Reserved F EXHIBIT B Scope of Work 30 EXHIBIT C Quote 31 EXHIBIT D Service Agreement 32 EXHIBIT E Warranty US DIGITAL DESIGnS NEW SYSTEM WARRANTY 1. Warranty. Subject to the terms, conditions and limitations contained herein, US Digital Designs, Inc. ("USDD") warrants that the System shall not contain any material defects and shall function in material conformity with the descriptions and specifications set forth in the EUAA for a period of 18 months from the final execution date of the EUAA ("Warranty Period"). Capitalized terms used herein and not specifically defined in this Warranty shall have the meanings set forth in the EUAA. 2. Hardware Defects. If a Hardware defect arises and a valid claim is made within the Warranty Period, USDD, at its option, will either (1) repair the hardware defect at no charge, using new parts or parts equivalent to new in performance and reliability or (2) exchange the product with a product that is new or equivalent to new in performance and reliability and is at least functionally equivalent to the original product. Any replacement product or part, including a user -installable part that has been installed in accordance with instructions provided by USDD, shall remain under warranty during the Warranty Period or for 90 days from the date of repair, whichever is later. When a product or part is exchanged, any replacement item becomes the End User's property and the replaced item becomes the property of USDD. Parts provided by USDD in fulfillment of its warranty obligation must be used in the System for which warranty service is claimed. End User shall be responsible for and bear all risks and costs of shipping any Hardware to USDD for repair. USDD shall be responsible for and bear all risks and costs of returning any Hardware to End User after repair or replacement. Replacement Hardware will be returned to End User configured as it was when the Hardware was originally purchased, subject to applicable updates. 33 3. System Maintenance and Support. During the Warranty Period, USDD shall provide Software updates and maintenance for the System (collectively the "Support Services"). The Services shall include the following: a. Technical phone support Monday through Friday from 08:00 to 17:30 MST, excluding USDD holidays; b. Remote access support Monday through Friday from 08:00 to 17:30 MST, excluding USDD holidays; C. 24 hour per day telephone access for End User's System Administrator or designee to USDD's senior staff and engineers in the event of a "Mission Critical Failure" (as defined below); and it. Updates for all System Software, as and when released by USDD. 4. Claims. Prior to making a Warranty claim or requesting Support Services, End User is encouraged to review USDD's online help resources. Thereafter, to make a valid claim hereunder, End User must contact USDD technical support and describe the problem or defect with specificity. The first such contact must occur during the Warranty Period. USDD's technical support contact information can be found on USDD's web site at httn//stationalertine com/home(about-usdd(contact-usdd/. End User must use its best efforts to assist in diagnosing defects, follow USDD's technical instructions, and fully cooperate in the diagnostic process. Failure to do so shall relieve USDD of any further obligation hereunder. 5. Mission Critical Failure. "Mission Critical Failure" means a failure in the materials, workmanship or design of the System that causes any fire station served by the System to be incapable of receiving dispatches through all communications paths, provided however, that any such failure caused by operator error, internet or telephony service outages, misuse or neglect of the System or any cause outside of USDD's direct control does not constitute a Mission Critical Failure. End User's use of Emergency Support in the absence of a Mission Critical Failure shall constitute Additional Services under the EUAA, which will be charged at USDD's then current rates. 6. Exclusions and Limitations. USDD's obligations under this Warranty are contingent on the End User providing USDD with VPN access or other means for remote access to the System for remote diagnosis. USDD does not warrant that the operation of the System, Hardware, Software, or any related peripherals will be uninterrupted or error -free. USDD is not responsible for damage arising from End User's failure to follow instructions relating to the product's use. This Warranty does not apply to any Hardware or Software not used in conjunction with the System and for its intended purpose. This Warranty does not apply to monitors or televisions manufactured by third parties. Recovery and reinstallation of Hardware and user data (including passwords) are not covered under this Warranty. This Warranty does not apply: (a) to consumable parts, such as batteries, unless damage has occurred due to a defect in materials or workmanship; (b) to cosmetic damage, including but not limited to scratches, dents and broken plastic on ports; (c) to damage caused by use with non-USDD products; (d) to damage caused by accident, abuse, misuse, flood, lightning, fire, earthquake or other external causes; (e) to damage caused by operating the product outside the permitted or intended uses described by USDD; (f) to damage or failure caused by installation or service (including upgrades and expansions) performed by anyone who is not a representative of USDD or a USDD authorized installer or service provider; (g) to a product or part that has been modified to alter functionality or capability without the written permission of USDD; or (h) if any serial number has been removed or defaced. If at any time during the Warranty Period, Customer operates the System in a virtualized environment not provided by USDD or on any server other than dedicated servers provided by USDD, this Warranty shall not apply to server performance or compatibility with the remainder of the System. TO THE EXTENT PERMITTED BY LAW, THIS WARRANTY AND REMEDIES SET FORTH ABOVE ARE EXCLUSIVE AND IN LIEU OF ALL OTHER WARRANTIES, REMEDIES AND CONDITIONS, WHETHER ORAL OR WRITTEN, EXPRESS OR IMPLIED. AS PERMITTED BY APPLICABLE LAW, USDD SPECIFICALLY DISCLAIMS ANY AND ALL IMPLIED WARRANTIES, INCLUDING, WITHOUT LIMITATION, WARRANTIES OF 34 MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE AND WARRANTIES AGAINST HIDDEN OR LATENT DEFECTS. If USDD cannot lawfully disclaim implied warranties then to the extent permitted by law, all such warranties shall be limited in duration to the duration of this express Warranty and to repair or replacement service as determined by USDD in its sole discretion. No reseller, agent, or employee is authorized to make any modification, extension, or addition to this Warranty. If any term is held to be illegal or unenforceable, the legality or enforceability of the remaining terms shall not be affected or impaired. EXCEPT AS PROVIDED IN THIS WARRANTY AND TO THE EXTENT PERMITTED BY LAW, USDD IS NOT RESPONSIBLE FOR INDIRECT SPECIAL, INCIDENTAL OR CONSEQUENTIAL DAMAGES RESULTING FROM ANY BREACH OF WARRANTY OR CONDITION, OR UNDER ANY OTHER LEGAL THEORY, INCLUDING BUT NOT LIMITED TO LOSS OF USE; LOSS OF REVENUE; LOSS OF THE USE OF MONEY; LOSS OF ANTICIPATED SAVINGS; LOSS OF GOODWILL; LOSS OF REPUTATION; and LOSS OF, DAMAGE TO OR CORRUPTION OF DATA. USDD IS NOT RESPONSIBLE FOR ANY INDIRECT LOSS OR DAMAGE HOWSOEVER CAUSED INCLUDING THE REPLACEMENT OF EQUIPMENT AND PROPERTY, ANY COSTS OF RECOVERING PROGRAMMING OR REPRODUCING ANY PROGRAM OR DATA STORED OR USED WITH USDD PRODUCTS, AND ANY FAILURE TO MAINTAIN THE CONFIDENTIALITY OF DATA STORED ON THE PRODUCT. USDD disclaims any representation that it will be able to repair any Hardware under this Warranty or make a product exchange without risk to or loss of the programs or data stored thereon. 35 ATTACHMENT NO. 3 NOTICE OF SOLICITATION PUBLIC PROCUREMENT AUTHORITY RFP NUMBER 1425 SOLICITATION FOR: STATION ALERTING Notice is hereby given sealed proposals will be received by the Public Procurement Authority at the address listed below, until 5:00 PM PST on December 10, 2014 for STATION ALERTING for the Public Procurement Authority and government members of National Purchasing Partners across the nation, including Oregon and Idaho governmental units incorporated by "ATTACHMENT H" of the RFP, WIPHE members identified in "ATTACHMENT G" of the RFP, as well as government units in all other states. Significant sales potential exists because the resulting Master Price Agreement for national proposers will include piggy backing language that will permit use of the Master Price Agreement nationwide without the need for Participating Agencies to duplicate the formal solicitation process and expend staff resources and funds. All Proposals must be signed, sealed and addressed to Mailing Address: PPA STATION ALERTING RFP #1425 Public Procurement Authority c/o Heidi Chames 25030 SW Parkway Ave. Suite 330 Wilsonville, OR 97070 and marked 'RFP NUMBER 1425 FOR STATION ALERTING" NOTE: THE PUBLIC PROCUREMENT AUTHORITY WILL NOT ACCEPT PROPOSAL ENVELOPES WITH INSUFFICIENT POSTAGE. INQUIRIES: PPA STATION ALERTING RFP #1425 Public Procurement Authority c/o Heidi Chames 25030 SW Parkway Ave. Suite 330 Wilsonville, OR 97070 855-524-4572 or questions(a,ProcurementAuthoritv.ore NOTE: PUBLIC PROCUREMENT AUTHORITY PUBLISHES ITS NOTICE OF SOLICITATIONS IN THE OREGON DAILY JOURNAL OF COMMERCE, USA TODAY, AND ONLINE AT www.ProcurementAuthoritv.org, www.findrfp.com and www.nppgovernment.com REQUESTS FOR PROPOSALS (RFP's) ARE AVAILABLE FOR VIEWING AND/OR DOWNLOADING ONLINE AT www.ProcurementAuthoritV.ora, www.findrfp.com and www.nppgovernment.com PUBLIC PROCUREMENT AUTHORITY STATION ALERTING REQUEST FOR PROPOSAL TABLE OF CONTENTS SECTION: 1 INTENT 2 SCOPE OF WORK 3 SPECIAL TERMS & CONDITIONS RFP NUMBER 1425 ATTACHMENTS: 1. ATTACHMENT A— INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT 2. ATTACHMENT B— PROPOSER PROFILE WORKBOOK 4. ATTACHMENT C— SPECIFICATIONS 5. ATTACHMENT D — PRICING SCHEDULE 6. ATTACHMENT E — PROPOSAL EVALUATION FORM 7. ATTACHMENT F— ORS CHAPTER 279 REQUIREMENTS 8. ATTACHMENT G — WIPHE RESPONSE FORM 9. ATTACHMENT H— STATE REQUIREMENTS IMPORTANT PLEASE READ BEFORE SUBMITTING YOUR PROPOSAL SOLICITATIONS FOR: STATION ALERTING 1.0 INTENT: 1.1 GENERAL INTENT The Public Procurement Authority (PPA) serves as the "Lead Contracting Agency" for this solicitation on behalf of its members, and as authorized by the Public Procurement Authority Intergovernmental Agreement, which is an agreement for intergovernmental cooperation among select local Oregon governments and recognized under ORS Chapter 190, in association with National Purchasing Partners, LLC (NPP), on behalf of NPP's government members (hereinafter referred to as "Participating Agencies") across the nation, including members ofFireRescue GPO (FRGPO) and Public Safety GPO (PSGPO), Idaho and Oregon local government units (ATTACHMENT H), and WIPHE members (ATTACHMENT G), as well as government units in all other states, as authorized under the terms of the Intergovernmental Cooperative Purchasing Agreement executed by all Lead Contracting and Participating Agencies, a cooperative procurement group, is soliciting proposals from qualified companies (hereinafter refereed to as "Vendor") to enter into a Master Price Agreement for STATION ALERTING. The intent of this Interstate Cooperative Procurement Solicitation (Solicitation) is to invite Proposers active in the retail and wholesale of STATION ALERTING to submit a competitive pricing proposal offering STATION ALERTING to PPA, which will then be made available to NPP members locally and nationwide; to reduce expenses by eliminating multiple requests for proposals and multiple responses by Vendors; and to obtain discounted pricing through volume purchasing. Significant sales potential exists because the Master Price Agreement will be used nationwide without the need for Participating Agencies to duplicate the formal solicitation process and expend staff resources. Preferably, the successful Proposer will provide its entire catalog ("catalog discount") or products and/or services in order that NPP, FRGPO, and PSGPO members who wish to access the Master Price Agreement may order a broad range of goods and services as needed. With the exception of successful local Proposer(s) capable of servicing PPA and NPP members within the state of Oregon, successful Proposer(s) should have a strong national presence for STATION ALERTING for use by government agencies nationwide. This Solicitation meets Oregon public contracting requirements and may not be appropriate under or meet Pa•ticipatingAgencies' procnn•ennent laws. Participating Agencies are urged to seek independent review by their legal counsel to ensure compliance with all local and state solicitation requirements. 1.2 POTENTIAL MARKET The Public Procurement Authority is publishing this RFP with the express purpose to create publicly awarded contracts for use by it members, which may also benefit the thousands of fellow members of NPP, FireRescue GPO and Public Safety GPO. These are nationwide programs representing member government agencies in all 50 states. We encourage proposer's response be a collaborative effort including manufacturer and distributor (when they are not the same company) to ensure nationwide contract utilization. Proposer's response should also take into consideration the considerable market potential for this solicitation. Because the successful bid will be incorporated into a nationwide purchasing program including thousands of local government participants, the PPA believes that contracts created from this solicitation will provide vendors with a significant market advantage. Members of NPP, FireRescue GPO and Public Safety GPO and current vendors who participate in the program indicate the ability to shorten the sale cycle by eliminating the need to complete individual RFP processes is a significant advantage to participation. The PPA believes that participation in the NPP purchasing program, benefits both its participating agencies and successful proposers. NPP engages with successful proposers who complete the Vendor Administration Agreement through a marketing and sales partnership. This partnership includes (but is not limited to) contract promotion to members, contract administration support to potential customers and live customer phone support. 1.3 REQUIREMENTS Solicitation is subject to the Public Procurement Authority's General Conditions & Instructions to Proposer(s), if any, and the following requirements: 1.3.1 This RFP and resulting Master Price Agreement is anticipated for use by the Public Procurement Authority's government members as well as other NPP member government entities and eligible nonprofit entities across the nation. The Public Procurement Authority has entered into an Intergovernmental (interlocal) Cooperative Purchasing Agreement with other Participating Agencies for the propose of obtaining Master Price Agreements with various vendors. Interlocal purchasing agreements allow Participating Agencies to make purchases at the Public Procurement Authority's accepted proposal price, terms and conditions, provided that the Participating Agency has satisfied all of its local and state cooperative procurement requirements. By submitting a proposal, the Proposer(s) agrees to make the same proposal terms and price, exclusive of any possible rebates, incentives, freight and transportation fees, available to other Participating Agencies. The Public Procurement Authority and NPP will not incur any direct liability with respect to specifications, delivery, payment, or any other aspect of purchases by such Participating Agencies or nonprofit institutions. A true and correct copy of the Intergovernmental Cooperative Purchasing Agreement is attached hereto as "ATTACHMENT A". The successful Proposer must deal directly with the Participating Agencies concerning the placement of orders, disputes, invoicing and payment. The Public Procurement Authority and NPP shall not be held liable for any costs or damages incurred by or as a result of the actions of the Vendor or any Participating Agency. Successful Proposers must comply with the state and local laws, rules and regulations in each state and locality where the product or service is provided. 1.3.2 Each Participating Agency shall execute a Participating Agency Endorsement and Authorization included in the Intergovernmental Cooperative Purchasing Agreement. While the terms of the Master Price Agreement shall govern the general pricing terms, each Participating Agency may request modification of the Master Price Agreement in accordance with each Participating Agency's state and/or local purchasing laws, rules, regulations and procedures. Each Participating Agency may, at its discretion, and upon written agreement by the Participating Agency and Successful Proposer, request additional legal and procedural provisions not included herein that the successful Proposer must adhere to if it wishes to conduct business with said Participating Agency using the Master Price Agreement. 1.3.3 NPP, FireRescue GPO and Public Safety GPO provide vendor exposure and marketing support for the successful Proposer's products and services throughout its membership. Successful Proposers servicing the awarded contract to NPP members shall pay a Contract Administration Fee representing 1% percent of actual net sales under the Master Price Agreement as established in the NPP Vendor Administration Agreement (available upon request). A portion of the 1% fee is paid to the Western Fire Chiefs Association pursuant to agreements with NPP, Fire Rescue GPO, and Public Safety GPO. Western Fire Chiefs Association also administers the solicitation and bidding processes for the PPA pursuant to a separate Administration Agreement at no cost to the PPA or its members. 1.4 MULTIPLE AWARDS Multiple awards may be granted to meet the requirements of this Solicitation provided that such awards are differentiated by product make and model, service, and/or distribution regions and capabilities of the successful Proposers. Specifically, the Public Procurement Authority will award separate contracts to Proposers in order to cover all local and national geographical markets, electronic purchasing capabilities, and products and services identified in this Request for Proposal, as well as the diverse and large number of Participating Agencies. The award of multiple contracts is to be determined upon receipt and review of all proposals, and based upon the general criteria provided herein. The Public Procurement Authority may solicit proposals from local qualified companies with or without a national presence provided that the successful Proposer is able to provide the Public Procurement Authority with the products and services requested. Multiple awards will ensure fulfillment of current and future requirements of the diverse and large number of Participating Agencies. In the event a local Proposer with no national distribution capabilities best meets the proposal selection criteria, multiple local and nationwide responsive proposals may be awarded simultaneously in the best interests of local commerce, the Public Procurement Authority's compliance with local laws, and the Participating Agencies nationwide. Proposers shall be able to serve the needs of the NPP membership on a national basis. However, this requirement shall not exclude local Proposers without a national presence that are capable of meeting the requirements of the Public Procurement Authority within the state of Oregon. 1.5 CONTRACT USAGE The actual utilization of any Master Price Agreement will be at the sole discretion of the Participating Agencies. It is the intent of this Request for Proposal and resulting Master Price Agreement that members of NPP, FireRescue GPO, and Public Safety GPO (Participating Agencies) may buy directly from Successful Proposers without the need for further solicitation. However, Participating Agencies are urged to seek independent review by their legal counsel to ensure compliance with all local and state solicitation requirements as well as the need of further notice prior to utilizing the Master Price Agreement 1.6 BACKGROUND OF NPP NPP, owned by two healthcare organizations, provides group purchasing opportunities and purchasing administrative support for governmental entities and nonprofit institutions within its membership. NPP's membership includes participating public and nonprofit entities across North America. 1.7 EQUAL OPPORTUNITY The Public Procurement Authority encourages Minority and Women -owned Small Business Proposers to submit proposals. Oregon Public Agencies are prohibited from use of products and services offered under this contract that are already provided by qualified nonprofit agencies for disabled individuals as listed on the Department of Administrative Service's Procurement List pursuant to ORS 279.835-.855. Please see irtvty.OregonRehabilitation.a•g/grffor more information. 2.0 SCOPE OF WORK: 2.1 REQUIREMENTS OF PROPOSERS SUBMITTING A RESPONSE: Proposers must present clear and concise evidence indicating Proposer's ability to comply with the requirements stated herein and to provide and deliver the specified products and services to Participating Agencies. 2.1.1 PROPOSER COMMITMENTS Each Proposer is required to commit to low pricing, and accurate and timely reporting to NPP pursuant to the reporting requirements identified in the NPP Vendor Administration Agreement. In addition, successful Proposer(s) with a national presence must commit to marketing of the Master Price Agreement nationwide and that the sales force will be trained, engaged and committed to offering NPP pricing to member government agencies nationwide, including the opportunity for NPP to train the Vendor sales staff. 2.1.2 PROPOSERS MUST COMPLETE "ATTACHMENT B" —PROPOSER PROFILE WORKBOOK". 2.2 PRODUCTS AND SERVICES: 2.2.1 Provide a description of the STATION ALERTING offered as set forth in ATTACHMENT C. The primary objective is for the Proposer(s) to provide the Proposer(s)'s entire catalog of products and services ("catalog discount") that are responsive to this RFP so that participating agencies may order a broad range of products and services as appropriate for their needs. 2.2.2 All products offered must be new, unused and most current product lines, unless otherwise clearly identified as remanufactured goods. 2.2.3 Describe any special programs that Proposer offers that shall improve the ability of the Participating Agencies access to the products, such as retail store availability, expedited delivery intervals, item sourcing, or other unique plans and services. 2.2.4 Explain any additional pricing incentives that may be available such as large volume purchases, cash terms, or rebates to Participating Agencies. However, steeper discounts are preferred to rebates. 2.2.5 Additional Benefits: Proposer shall identify any other added value it offers to the Public Procurement Authority and Participating Agencies (e.g. convenience cards, individual/member discounts, etc.) 2.3 PRICING: 2.3.1 Pricing for the products and services may be based on "ATTACHMENT D" - PRICING SCHEDULE as follows: A. A fixed percentage (%) off marked price based on the Proposer's catalog or retail store price for each CATEGORY specified in ATTACHMENT D — PRICING SCHEDULE. Proposer shall identify the catalog used. Option (A) is preferred. If option (A) is not feasible proposer may use option (B) provided proposer includes a justification. B. Alternatively, contract pricing may be based upon fixed prices (contingencies for economic price adjustments must be identified in the proposal), or a combination fixed percentage off and firm fixed prices. Proposer may offer additional discounts to purchasers based on volume. 2.3.2 If proposer responds with pricing option `B" the following applies. Prices for items listed in the PRICING SCHEDULE ("ATTACHMENT D") shall remain firm for a period of six (6) months. Thereafter, Proposers may request price increases based on manufacturer costs, cost of labor and/or materials which must be supported by appropriate documentation. Proposers may also add or delete products and options identified on the Pricing Schedule, provided that any additions reasonably fall within the intent of the original Pricing Schedule category. If PPA agrees to the price increase or product or option modification, PPA may approve in writing, including electronic mail, without the need for a written amendment to the Master Price Agreement. 2.3.3 All pricing proposals shall clearly explain how freight and/or delivery costs are determined as described in ATTACHMENT D PRICING SCHEDULE herein. 2.3.4 If applicable, please describe any discounts offered to individual employees or volunteers of the PPA or Participating Agency. 2.4 TAX: Proposers shall strictly adhere to all federal, state and local tax requirements applicable to their operation, or to any contract or activity resulting from this solicitation. 3.0 SPECIAL TERMS & CONDITIONS: 3.1 MASTER PRICE AGREEMENT TERM: As a result of this Solicitation the successful Proposer(s) shall be awarded a Master Price Agreement for a two (2) year period. Subject to a written agreement signed by the Public Procurement Authority and Successful Proposer, the Master Price Agreement may be extended up to a maximum of three (3), one (1) year periods. At least thirty (30) calendar days prior to the expiration of the current term the Proposer(s) shall be notified in writing by the Public Procurement Authority of the intention to extend the Master Price Agreement. 3.2 MASTER PRICE AGREEMENT ACCESS PROVISIONS Utilization of the Master Price Agreement will be at the discretion of the Public Procurement Authority and Participating Agencies. The Public Procurement Authority shall be under no obligation to purchase off of the Master Price Agreement. Assuming all local competitive solicitation requirements have been met, Participating Agencies may purchase directly from the successful Proposer(s) without the need for further solicitation. 3.3 INDEMNIFICATIONS AND INSURANCE: 3.3.1 Indemnification The successful Proposer shall indemnify the PPA and NPP as specified in the Master Agreement. 3.3.2 Insurance Requirements. Proposer(s), at Proposer(s)'s own expense, shall purchase and maintain the herein stipulated minimum insurance from a reputable company or companies duly licensed by the State of Oregon. In lieu of State of Oregon licensing, the stipulated insurance may be purchased from a company or companies, which are authorized to do business in the State of Oregon, provided that said insurance companies, meet the approval of the Public Procurement Authority. The form of any insurance policies and forms must be acceptable to the Public Procurement Authority. Proposer(s)'s insurance shall be primary insurance with respect to the Public Procurement Authority, and any insurance or self-insurance maintained by the Public Procurement Authority shall not contribute to it. Award of this Solicitation is contingent upon the required insurance policies and/or endorsements identified herein. The Public Procurement Authority shall not be obligated, however, to review such policies and/or endorsements or to advise Proposer(s) of any deficiencies in such policies and endorsements, and such receipt shall not relieve Proposer(s) from, or be deemed a waiver of the Public Procurement Authority's right to insist on strict fulfillment of Proposer(s)'s obligations under this REP. The insurance policies required by this RFP, except Workers' Compensation, shall name the Public Procurement Authority, its agents, representatives, officers, directors, officials and employees as an Additional Insured. The policies required hereunder, except Workers' Compensation, shall contain a waiver of transfer of rights of recovery (subrogation) against the Public Procurement Authority, its agents, representatives, officers, directors, officials and employees for any claims arising out of Proposer(s)'s work or service. 3.3.3 Commercial, automobile and workers' compensation insurance. 3.3.3.1 Commercial General Liability. Proposer(s) shall maintain Commercial General Liability Insurance (CGL) and, if necessary, Commercial Umbrella Insurance. The policy shall include coverage for bodily injury, broad form property damage, personal injury, products and completed operations and blanket contractual coverage including, but not limited to, the liability assumed under the indemnification provisions of the Master Price Agreement. 3.3.3.2 Automobile Liability. Proposer(s) shall maintain Automobile Liability Insurance and, if necessary, Commercial Umbrella Insurance. If hazardous substances, materials, or wastes are to be transported, MCS 90 endorsement shall be included. 3.3.3.3 Workers' Compensation. Proposer(s) shall cant' Workers' Compensation insurance to cover obligations imposed by federal and state statutes having jurisdiction over Proposer(s)'s employees engaged in the performance of the work or services, as well as Employer's Liability insurance. In case any work is subcontracted, Proposer(s) will require the SubProposer(s) to provide Workers' Compensation and Employer's Liability insurance to at least the same extent as required of Proposer(s). 4.0 SCHEDULE, RESPONSE PREPARATION AND SUBMISSION 4.1 SCHEDULE OF EVENTS 4.1.1 Publication of request for proposal Publication of this Solicitation conforms with ORS 279, to include Public Notice by publication in a newspaper of general circulation in the area where the Public Procurement Authority is located no less than 30 days prior to the proposal due date, as well as posting of the Public Notice on the web site that typically posts Public Notices concerning the Public Procurement Authority. Solicitation Notice Publications: October 22, 2014; October 27, 2014 4.1.2 Question and answer period The PPA will post questions and answers concerning this Solicitation for a period of seven (7) days after initial publication of the Notice of Solicitation or October 29, 2014, whichever occurs later. All questions shall be submitted in writing via email to questions@ProourementAuthority.org. The Public Procurement Authority reserves the right to accept and answer questions after the seven (7) day question and answer period has expired. 4.1.3 Submission of proposals There will be no mandatory pre -proposal meeting. All questions must be submitted via email as directed above. If necessary, questions can be submitted in writing to Public Procurement Authority, c/o Heidi Chames, 25030 SW Parkway Avenue, Suite 330, Wilsonville, OR 97070 or questions@ProcurementAuthority.org. All questions and answers will be posted with the original solicitation on the Public Procurement Authority website at www.ProcurementAuthority.org. Deadline for submission of proposals is 5:00 PM PST on December 10 2014. Heidi Chames must receive all proposals before 5:00 PM PST on the above date in the office of the Public Procurement Authority, c/o Heidi Chames, 25030 SW Parkway Avenue, Suite 330, Wilsonville, OR 97070. Approximate opening date: 9:00 AM PST on December 11, 2014 at the office of the Public Procurement Authority, c/o Heidi Chames, 25030 SW Parkway Avenue, Suite 330, Wilsonville, OR 97070, Approximate proposal selection and negotiation: December 11.2014 to January 30.2015. Approximate award date:January 30, 2015. All responses to this proposal become the property of the Public Procurement Authority and (other than pricing) will be held confidential, to the extent permissible by law. The Public Procurement Authority will not be held accountable if parties other than the Public Procurement Authority obtain material from proposal responses without the written consent of the Proposer(s). 4.2 REVIEW, INQUIRIES AND NOTICES: 4.2.1 The solicitation documents may be reviewed in person at the following address: Public Procurement Authority c/o Heidi Chames 25030 SW Parkway Ave. Suite 330 Wilsonville, OR 97070 All inquiries concerning information herein shall be addressed to: Public Procurement Authority c/o Heidi Chames 25030 SW Parkway Ave. Suite 330 Wilsonville, OR 97070 Administrative telephone inquiries shall be addressed to: Heidi Chames, 855-524-4572 Email inquiries shall be addressed to: questions(7,Pi'ocurementAuth01'Itw.org Inquiries may be submitted by telephone but must be followed up in writing. No oral communication is binding on the Public Procurement Authority. 4.2.2 Proposal Interpretation of the RFP Documents and Issuance of Addenda If any Proposer(s) finds discrepancy in, or omissions from, or is in doubt to the true meaning of any part of the REP document, he/she shall submit to: Public Procurement Authority c/o Heidi Chames 25030 SW Parkway Ave. Suite 330 Wilsonville, OR 97070 A written request for a clarification or interpretation thereof at least ten (10) calendar days prior to the REP closing date. The Public Procurement Authority is not responsible for any explanation, clarification, interpretation, or approval made or given in any manner, except by addenda. Addenda, if necessary, will be issued not later than five (5) days prior to the RFP closing date by publication on the Public Procurement Authority's web site and NPP website. 4.3 INSTRUCTIONS FOR PREPARING AND SUBMITTING PROPOSALS: Proposers are to provide two (2) hard copies and two (2) electronic copies of the complete proposal. Electronic copies are to be submitted on a USB flash drive with the core response in a file less than 10 MB, when possible. Electronic files may be used by the evaluation committee so they should be organized and named in an easy to understand manner. Proposers are to address proposals identified with return address, solicitation number and title in the following manner: REP 1425: STATION ALERTING Public Procurement Authority c/o Heidi Chames 25030 SW Parkway Ave. Suite 330 Wilsonville, OR 97070 All prices shall be held firm for a period of sixty (60) days after the Solicitation closing date. Any Proposer may withdraw its proposal if a Master Price Agreement has not been executed within sixty (60) days from the RFP closing date. 4.4 EXCEPTIONS AND DEVIATIONS TO THE RFP The Proposer shall identify and list all exceptions taken to all sections of this RFP and list these exceptions, referencing the section (paragraph) where the exception exists and stating the proposed revision. The Proposer shall list these exceptions under the heading, "Exception to the Solicitation, RFP Numberl425." Exceptions not listed under the heading, "Exception to the Solicitation, REP Number 1425," shall be considered invalid. The Public Procurement Authority reserves the right to reject, render the proposal non -responsive, enter into negotiation on any of the Proposer exceptions, or accept them outright. The Proposer shall detail any and all deviations from specifications, if any, as requested. The Public Procurement Authority may accept or reject deviations, and all Public Procurement Authority decisions shall be final. 4.5 RESPONSE FORMAT AND CONTENT: To aid in the evaluation, it is desired that all proposals follow the same general format. The proposals are to be submitted in binders and have sections tabbed as follows: 4.5.1 Letter of Transmittal 4.5.2 Table of Contents 4.5.3 Short introduction and executive summary. This section shall contain an outline of the general approach utilized in the proposal. 4.5.4 The proposal should contain a statement of all of the programs and services proposed, including conclusions and generalized recommendations. Proposals should be all-inclusive, detailing the proposer's best offer. Additional related services should be incorporated into the proposal, if applicable. Format Proposal to specifically address each individual sub -section and sub -set of the SCOPE OF WORK (Section 2.0). 4.5.5 Qualifications —This section shall describe the Proposer's ability and experience related to the programs and services proposed. 4.5.6 Exceptions to the Proposal Solicitation, RFP Solicitation Number 1425 4.5.7 PRICING SCHEDULE ("ATTACHMENT D") 4.5.8 PROPOSER PROFILE WORKBOOK ("ATTACHMENT B") 4.5.9 Complete, Current Catalog Pricing shall be submitted on a CD. 5.0 EVALUATION AND POST SUBMISSION 5.1 EVALUATION OF PROPOSAL — SELECTION FACTORS: A Proposal Analysis Committee will be appointed by the Public Procurement Authority on behalf of its membership to evaluate each Proposal and prepare a scoring of each Proposal. Each Proposal received and reviewed shall be awarded points under each criterion solely on the judgment and determination of the Analysis Committee and the PPA. There is a maximum score of 500 points and proposer's average total score must be at least 200 points for consideration of an award. Proposals will be evaluated on the following criteria and further defined in the Proposal Evaluation Form (ATTACHMENT E) utilizing the point system indicated on the form 1) Pricing 2) Product Line 3) Conformance 4) Marketing 5) Customer Service 6) Coverage 7) Proven Experience & References At the Public Procurement Authority's option, Proposers may be invited to make presentations to the Evaluation Committee. Public Procurement Authority reserves the right to make multiple awards to meet the national membership needs of this Solicitation. 5.1.1 Additional criteria/preferences that are not necessarily awarded points. 5.1.1.1 Pursuant to ORS 279, Lead Contracting Agency shall give preference to the procurement of goods manufactured from recycled materials. 5.1.1.2 Pursuant to ORS 279, Lead Contracting Agency shall give preference to goods and services that have been manufactured or produced within the State of Oregon if price, fitness, availability and quality are otherwise equal; and the Lead Contracting Agency shall add a percent increase to the proposal of a nonresident Proposer equal to the percent, if any, of the preference given to the Proposer in the state in which the Proposer resides. All proposers shall identify the state to which it is a resident bidder. 5.1.1.3 Proposer shall comply with all federal, state and local laws applicable to the work under the Master Price Agreement awarded as a result of this Solicitation, including, without limitation, the provisions of ORS, as set forth on "ATTACHMENT F", attached hereto and incorporated herein by this reference. 5.1.1.4 Pursuant to Section 1.5, the Lead Contracting Agency encourages Minority and Women -owned Small Business Proposers to submit proposals. 5.2 RIGHT OF PUBLIC PROCUREMENT AUTHORITY TO AWARD OR REJECT PROPOSALS 5.11 The Request for Proposal does not commit the Public Procurement Authority to award a Master Price Agreement for the products or services specified within the Request for Proposal document. The Public Procurement Authority may cancel the procurement or reject any or all proposals in accordance with ORS 279. Under no circumstance will the Public Procurement Authority pay the costs incurred in the preparation of a response to this request. 5.2.2 The Public Procurement Authority reserves the right to: 5.2.2.1 Accept or reject any or all proposals received as a result of the Request for Proposals; 5.2.2.2 Negotiate with any qualified Proposer(s); 5.2.2.3 Accept a proposal and subsequent offers for a Master Price Agreement from other than the lowest cost proposer; 5.2.2.4 Waive or modify any irregularities in proposals received, after prior notifications to the Proposer(s). 5.2.3 Oral interpretations or statements cannot modify the provisions of this Request for Proposal. If inquiries or comments by Reposers raise issues that require clarification by the Public Procurement Authority, or the Public Procurement Authority decides to revise any part of this Request for Proposal, addenda will be provided to all persons who receive the Request for Proposal. Receipt of an addendum must be acknowledged by signing and returning it with the proposal. 5.2.4 The award, if there is one, will be made to that Proposer(s) who is determined to be the most qualified, responsible and responsive within a competitive price range based upon the evaluation of the information furnished under this RFP. 5.3 WITHDRAWAL OF PROPOSAL At any time prior to the hour and date set for the receipt of proposals, the Proposer(s) may withdraw its proposal. Withdrawal will not preclude the submission of another proposal prior to the deadline. 5.4 PROTEST PROCESS A prospective Proposer may protest the procurement process of the Solicitation Document for an Agreement solicited under ORS 279. Before seekingjudicial review, a prospective Proposer must file a written protest with the Public Procurement Authority and exhaust all administrative remedies. Written protests must be delivered to the Public Procurement Authority at 25030 SW Parkway Avenue, Suite 330, Wilsonville, OR 97070 not less than ten (10) days prior to the date upon which all proposals are due. The written protest shall contain a statement of the desired changes to the procurement process or solicitation document that the protester believes will remedy the conditions upon which the protest is based. The Public Procurement Authority shall consider the protest if it is timely filed and meets the conditions set forth in ORS 279. The Public Procurement Authority shall respond pursuant to ORS 279. If the Public Procurement Authority upholds the protest, in whole or in part, the Public Procurement Authority may in its sole discretion either issue an Addendum reflecting its disposition or cancel the procurement or solicitation. The Public Procurement Authority may extend the due date of proposals if it determines an extension is necessary to consider and respond to the protest. A Proposer may protest the Award of the Contract, or the intent to Award the Contract, if the conditions set forth in ORS 279 are satisfied. Judicial review of the protest and the Public Procurement Authority's decision shall be governed by ORS 279. 5.5 NON -ASSIGNMENT If a Master Price Agreement is awarded, it shall not be assigned in part or in total. 5.6 POST AWARD MEETING: The successful Proposer(s) may be required to attend a post -award meeting with the PPA to discuss the terms and conditions of the Master Price Agreement. 5.7 PROPOSAL FINAL CERTIFICATION The Proposer must certify the following a) I hereby certify, that the Proposal contained herein, fully and exactly complies with the instruction for proposers and specifications as they appear in this Notice of Solicitation. b) I hereby further certify that I am authorized by the Board of Directors or Corporate Officers of the Corporation to sign the Requests for Proposals and proposals in the name of the corporation listed below: Proposer Name: Signature: Name Typed: Title: Proposer is a resident bidder of the state of Date: ATTACHMENT A INTERGOVERNMENTAL COOPERATIVE PURCHASING AGREEMENT This Intergovernmental Agreement (Agreement) is by and between the "Lead Contracting Agency" and participating government entities ("Participating Agencies"), that are members of National Purchasing Partners ("NPP"), including members of FireRescue GPO and Public Safety GPO, that agree to the terms and conditions of this Agreement. The Lead Contracting Agency and all Participating Agencies shall be considered as "parties" to this agreement. WHEREAS, upon completion of a formal competitive solicitation and selection process, the Lead Contracting Agency has entered into Master Price Agreements with one or more Vendors to provide goods and services, often based on national sales volume projections; WHEREAS, NPP provides group purchasing, marketing and administrative support for governmental entities. NPP's marketing and administrative services are free to its membership, which includes participating public entities and nonprofit institutions throughout North America. WHEREAS, NPP has instituted a cooperative purchasing program under which member Participating Agencies may reciprocally utilize competitively solicited Master Price Agreements awarded by the Lead Contracting Agency; WHEREAS, the Master Price Agreements provide that all qualified government members of NPP may purchase goods and services on the same terms, conditions and pricing as the Lead Contracting Agency, subject to applicable local and state laws of the Participating Agencies; WHEREAS, the parties agree to comply with the requirements of the Intergovernmental Cooperation Act as may be applicable to the local and state laws of the Participating Agencies; WHEREAS, the parties desire to conserve and leverage resources, and to improve the efficiency and economy of the procurement process while reducing solicitation and procurement costs; WHEREAS, the parties are authorized and eligible to contract with governmental bodies and Vendors to perform governmental functions and services, including the purchase of goods and services; and WHEREAS, the parties desire to contract with Vendors under the terms of the Master Price Agreements; NOW, THEREFORE, the parties agree as follows: ARTICLE 1: LEGAL AUTHORITY Each party represents and warrants that it is eligible to participate in this Agreement because it is a local government created and operated to provide one or more governmental functions and possesses adequate legal authority to enter into this Agreement. ARTICLE 2: APPLICABLE LAWS The procurement of goods and services subject to this Agreement shall be conducted in accordance with and subject to the relevant statutes, ordinances, rules, and regulations that govern each party's procurement policies. Competitive Solicitations are intended to meet the public contracting requirements of the Lead Contracting Agency and may not be appropriate under, or satisfy Participating Agencies' procurement laws. It is the responsibility of each party to ensure it has met all applicable solicitation and procurement requirements. Participating Agencies are urged to seek independent review by their legal counsel to ensure compliance with all local and state solicitation requirements. ARTICLE 3: USE OF BID PROPOSAL OR PRICE AGREEMENT a. A "procuring party" is defined as the Lead Contracting Agency or any Participating Agency that desires to purchase from the Master Price Agreements awarded by the Lead Contracting Agency. b. Each procuring party shall be solely responsible for their own purchase of goods and services under this Agreement. A non -procuring party shall not be liable in any fashion for any violation of law or contract by a procuring party, and the procuring party shall hold non -procuring parties and all unrelated procuring parties harmless from any liability that may arise from action or inaction of the procuring party. c. The procuring party shall not use this agreement as a method for obtaining additional concessions or reduced prices for similar goods and services outside the scope of the Master Price Agreement. d. The exercise of any rights or remedies by the procuring party shall be the exclusive obligation of such procuring party. e. The cooperative use of bids, proposals or price agreements obtained by a party to this Agreement shall be in accordance with the terms and conditions of the bid, proposal or price agreement, except as modified where otherwise allowed or required by applicable law, and does not relieve the party of its other solicitation requirements under state law or local policies. ARTICLE 4: PAYMENT OBLIGATIONS The procuring party will make timely payments to Vendors for goods and services received in accordance with the terms and conditions of the procurement. Payment for goods and services, inspections and acceptance of goods and services ordered by the procuring party shall be the exclusive obligation of such procuring party. Disputes between procuring party and Vendor shall be resolved in accordance with the law and venue rules of the state of the procuring party. ARTICLE 5: COMMENCEMENT DATE This Agreement shall take effect after execution of the "Lead Contracting Agency Endorsement and Authorization" or "Participating Agency Endorsement and Authorization," as applicable. ARTICLE 6: TERMINATION OF AGREEMENT This Agreement shall remain in effect until terminated by a party giving 30 days written notice to "Lead Contracting Agency" ARTICLE 7: ENTIRE AGREEMENT This Agreement and any attachments, as provided herein, constitute the complete Agreement between the parties hereto, and supersede any and all oral and written agreements between the parties relating to matters herein. ARTICLE 8: CHANGES AND AMENDMENTS This Agreement may be amended only by a written amendment executed by all parties, except that any alterations, additions, or deletions of this Agreement which are required by changes in Federal and State law or regulations are automatically incorporated into this Agreement without written amendment hereto and shall become effective on the date designated by such law or regulation. ARTICLE 9: SEVERABILITY All parties agree that should any provision of this Agreement be determined to be invalid or unenforceable, such determination shall not affect any other term of this Agreement, which shall continue in full force and effect. THIS INSTRUMENT HAS BEEN EXECUTED IN TWO OR MORE ORIGINALS BY EXECUTION AND ATTACHMENT OF "THE LEAD CONTRACTING AGENCY ENDORSEMENT AND AUTHORIZATION" OR "PARTICIPATING AGENCY ENDORSEMENT AND AUTHORIZATION," AS APPLICABLE. ONCE EXECUTED, IT IS THE RESPONSIBILITY OF EACH PARTY TO FILE THIS AGREEMENT WITH THE PROPER AGENCY IF RE, QUIRED BY LOCAL OR STATE LAW. PUBLIC PROCUREMENT AUTHORITY ENDORSEMENT AND AUTHORIZATION The undersigned acknowledges, on behalf of the Public Procurement Authority ("Lead Contacting Agency") that he/she has read and agrees to the general terms and conditions set forth in the enclosed Intergovernmental Cooperative Purchasing Agreement regulating use of the Master Price Agreements and purchase of goods and services that from time to time are made available by the Public Procurement Authority to Participating Agencies locally, regionally, and nationally through NPP. Copies of Master Price Agreements and any amendments thereto made available by the Public Procurement Authority will be provided to Participating Agencies and NPP to facilitate use by Participating Agencies. The undersigned understands that the purchase of goods and services under the provisions of the Intergovernmental Cooperative Purchasing Agreement is at the absolute discretion of the Participating Agencies. The undersigned affirms that he/she is an agent of the Public Procurement Authority and is duly authorized to sign this Public Procurement Authority Endorsement and Authorization. SAMPLE Date: BY: ITS: Public Procurement Authority Contact Information: Contact Person: Address: Telephone PARTICIPATING AGENCY ENDORSEMENT AND AUTHORIZATION The undersigned acknowledges, on behalf of ("Participating Agency") that he/she has read and agrees to the general terms and conditions set forth in the enclosed Intergovernmental Cooperative Purchasing Agreement regulating use of the Master Price Agreements and purchase of goods and services that from time to time are made available by the Lead Contracting Agency to Participating Agencies locally, regionally, and nationally through NPP. The undersigned further acknowledges that the purchase of goods and services under the provisions of the Intergovernmental Cooperative Purchasing Agreement is at the absolute discretion of the Participating Agency and that neither the Lead Contracting Agency nor NPP shall be held liable for any costs or damages incurred by or as a result of the actions of the Vendor or any other Participating Agency. Upon award of contract, the Vendor shall deal directly with the Participating Agency concerning the placement of orders, disputes, invoicing and payment. The undersigned affirms that he/she is an agent of authorized to sign this Participating Agency Endorsement and Authorization. BY: ITS: Participating Agency Contact Information: Contact Person: Address: Telephone No.: Email: and is duly ATTACHMENT B Proposer Profile Workbook to be completed by all responders as directed herein 1.0 General questions (Section 1.1 only to be completed by vendors with a national presence; i.e. vendors with a sales territory in 25 states or more). 1.1 The "Yes" or "No" questions below are to help evaluators familiarize themselves with national vendors. Circle "Yes" or "No" as it applies to your company. ✓ Do you have a national sales force adequate in size to meet the demands of multiple agencies and their unique needs for the products and services listed herein? Yes or No ✓ Do you have a national distribution network? Yes or No ✓ Can you provide product availability to meet the requirements for materials and services listed herein for government and nonprofit agencies nationwide in a timely manner? Yes or No ✓ Does your company have the ability to provide toll -free telephone/fax access, and an online presence? Yes or No ✓ Can you provide a single point of contact (National Account Manager) to interact with the lead agency and NPP staff? Yes or No ✓ Are you a strong competitor in the industry with a minimum of three consecutive years of demonstrated success in all business practices and pursuits? Yes or No 1.2 Additional Information: 1.2.1 Provide at least three references of government agencies within the United States that have purchased products/services from Proposer similar to those specified in this solicitation within the last year. Include: 1.2.3.1.1 Agency name and address 1.2.3.1.2 Contact name, phone and/or email 1.2.3.1.3 Description of products/services sold and date. 1.2.3.1.4 PPA may use other information, however learned, in evaluation of the response. 1.2.2 OPTIONAL: If a Dun and Bradstreet Comprehensive Report (or similar) for your company is available, please submit it with your response. 1.2.3 OPTIONAL: Attach any case studies, white papers and/or testimonials supporting your company and products/services. 2.0 ABOUT PROPOSER: 2.1 Complete Exhibit 1 2.2 Complete the following table 2.2.1 State of incorporation: 2.2.2 Federal Tax Identification Number: 2.2.3 If applicable to the product(s) and/or service(s), describe the Proposer's ability to conduct E-commerce. Insert response in box below 2.2.4 Describe Proposer's system for processing orders from point of customer contact through delivery and billing. Insert response in box below 2.2.5 Describe Proposer's ability to provide detailed electronic reporting of quarterly sales correlated with NPP member ID numbers of Participating Agency purchases as set forth in Addendum A to Vendor Administration Agreement (VAA), a copy of which is available upon request from the PPA. Insert response in box below 2.2.6 Describe the capacity of Proposer to meet Minority and Women Business Enterprises (MWBE) preferences, which may vary among Participating Agencies. [Insert response in box below 3.0 DISTRIBUTION SYSTEM: 3.1 Describe distribution of products and services through Proposer's distribution system (including Alaska and Hawaii if applicable). [Insert response in box below] 3.2 Provide Proposer's shipping and delivery policy, including standard delivery time and any options and costs for expedited delivery and return policies. Insert response in box below 3.3 If applicable, detail the sub -contracting process (ordering, shipment, invoicing) for those products not carried in Proposer's distribution center. The process shall be transparent to the Participating Agencies. Insert response in box below 3.4 What is Proposer's backorder policy? Is your policy to classify as "immediate or cancel" (requiring the Participating Agency to reorder if item is backordered) or "good until cancelled"? Insert response in box below 4.0 MARKETING: 4.1 Outline Proposer's plan for marketing the Products and Services to the Participating Agencies on a local and national basis. Include any marketing incentives such as committed dollars for advertising, conferences/travel and custom marketing materials. [may attach marketing plan or 1 4.2 Explain how Proposer will educate its local and national sales force about the use of the Master Price Agreement. Insert response in box below 5.0 Proposer point of contact (POC) who will administer, coordinate, and manage this program with NPP and the Public Procurement Authority. Contact Person: Title: Mailing Address: City: State & Zi Email Address: Phone #: Fax #: * Attach current resume of National Account Manager that will be the POC manaEjng this contract. 6.0 CUSTOMER SUPPORT SERVICES: Ex lain Proposer's policy regarding each of the following if applicable to product(s) and/or service(s): 6.1 Auditing for order completeness. Insert response in box below 6.2 Replacement policy (i.e., damaged or defective goods). Insert response in box below 6.3 Minimum order requirement (e.g., Individual item vs. case lot). [Insert response in box below 6.4 Customer service hours da s of o eration Insert res onse in boxes below Monday:Tuesday:Wednesda Thursda Frida Saturda Sunda 6.5 S ecialOrders. insert response inbox below 6.6 Post sale services issues. Insert response in box below 6.7 Repair services, including repair warranty programs, if any. Proposer shall identify, where applicable, authorized factory repair facilities that will honor the warranty of items on contract. Insert response in box below 6.8 Technical support services Proposer provides. Insert response in box below 6.9 Product substitution policy. Insert response in box below 6.10 Identify trade-in program criteria if applicable). Insert response in box below 6.11. After hours service includin weekends and holida s Insert res onse in boxes below Monday: Tuesday: Wednesda Thursda : ,M Saturda Sunda 6.12 Shipment tracking. fInsert response in box below 6.13 Back order tracldng process. Insert response in box below 6.14 Return Item process, including any/all associated fees (e.g., restocking, shipping, turnaround time on returns). [Insert response in box below] 6.15 Electronic billing. Insert response in box below 6.16 Explain how Proposer will resolve complaints, issues, or challenges. [Insert response in box below 6.17 Other services not already covered. Insert response in box below 7.0 DELIVERY AND FREIGHT CHARGES: 7.1 Identify delivery and/or shipping costs or provide a shipping rate schedule based on weight, item, and/or destination for all items ordered within the continental U.S. (and Hawaii/Alaska) The Proposer shall identify all exceptions to this shipping rate schedule. [Insert response in box below 7.2 Identify policy for transfer of product ownership (delivery) and damage/issue resolution. Insert response in box below Exhibit I Product/Service Coverage STATION ALERTING RETAIL, DISTRIBUTION AND SERVICE/SUPPORT LOCATIONS Number of retail stores in each state? (leave blank for none) Number of distribution centers in each state? (leave blank for none Number of support locations in each slate? (leave blank for none) ALABAMA ALASKA ARIZONA ARKANSAS CALIFORNIA COLORADO CONNECTICUT DELAWARE FLORIDA GEORGIA HAWAII IDAHO ILLINOIS INDIANA IOWA KANSAS KENTUCKY LOUISIANA MAINE MARYLAND MASSACHUSETTS MICHIGAN MINNESOTA MISSISSIPPI MISSOURI MONTANA NEBRASKA NEVADA NEW HAMPSHIRE NEW JERSEY NEW MEXICO NEW YORK NORTH CAROLINA NORTH DAKOTA OHIO OKLAHOMA OREGON PENNSYLVANIA RHODE ISLAND SOUTH CAROLINA SOUTH DAKOTA TENNESSEE TEXAS UTAH VERMONT VIRGINIA WASHINGTON WEST VIRGINIA WISCONSIN WYOMING THIS FORM MUST BE SIGNED AND RETURNED WITH SOLICITATION RESPONSE Exhibit 2 Declaration of Non Collusion The undersigned does hereby declare that there has been no collusion between the undersigned, the Public Procurement Authority, and National Purchasing Partners, and in further support of said Declaration, states as follows: The person, firm, association, co -partnership or corporation herein named has not, either directly or indirectly, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding or solicitation in the preparation and submission of a proposal to the Public Procurement Authority for consideration in the award of a contract or Master Price Agreement negotiated as a result of this Request for Proposal. DATED this day of (Name of Firm) Title: (Authorized Signature) ATTACHMENT C SPECIFICATIONS STATION ALERTING Approach Describe the Proposer's approach to: • Project Management • Installation o System must be available as both a turn -key solution with the Proposer responsible for system installation and as a system that the customer can install with its own resources, depending on the customer's requirement Training o Proposer must offer the following training classes: • Dispatcher Training • System Administrator Training • Fire Station Personnel Training o All training must be available in a train -the -trainer format o Proposer must offer training at the customer's premises Testing and Cutover System Requirements General Requirements • General description of proposed system(s) • System must be specifically designed to operate as a Fire Station Alerting System • System must be IP and software -based and/or configurable based on each customer's requirements • System must be current and compliant with all existing NFPA standards associated with fire station alerting, including NFPA 1221 (current edition at time of purchase) • System must be scalable and of modular design, allowing addition of fire stations, vehicles and personnel as needed for all potential customers • System must be flexible and expandable to meet future changes required by the customer • System must be able to transmitting alerts over multiple redundant communications paths, including IP and radio networks • The system must be able to integrate with a customer's existing computer network and RF communications infrastructure • System must be able to send a notification to all fire stations or selected fire stations simultaneously • System must be able to alert by group, station, or unit • System must be able to support all dispatch messages, general announcements, unit relocations and unit status changes • System must be able to send distinct tones for the different classes of equipment, such as ambulances, engines, ladders and rescue vehicles • System must be able to process multiple distinct alert notifications that may be generated in very rapid succession due to multiple events occurring Dispatch Requirements • System must be able to seamlessly integrate with a customer's Computer Aided Dispatch System (CAD) • System must provide for dispatch center system monitoring, be able to generate reports and transmit manual dispatches and general announcement messages to one, multiple or all fire stations simultaneously • System must have the capability, for incidents, to create automated voice dispatch alerts that announce simultaneously in multiple stations and over radio • Automated voice announcements supported must include: dispatch announcements, announcements of move -ups, and non -emergency messages • System must include a software tool that the customer can use to modify automated voice pronunciations and add new words (streets, names, etc.), without vendor involvement • System must be able to send distinct tones for the different classes of equipment, such as ambulances, engines, ladders and rescue vehicles • System must be able to monitor the network connectivity to each fire station and provide immediate visual and audible alerts/notifications if any connectivity problems are detected to both the dispatcher and the fire station(s) affected • System must be able to monitor the status of each notification sent and provide immediate visual and audible alerts/notifications to the dispatcher in cases of any failed notifications • System must be able to be duplicated its entirety at a backup dispatch location or disaster recovery site Fire Station Requirements • System must be able to provide an audible alert over the fire station speakers • System must be able to integrate with speakers already installed in the fire station(s) • System must be able to display incident information on visual displays, such as monitors and reader boards • System must be able to provide browser -based mapping capabilities to identify the incident location on a map and display the map on a selected display device in the fire station • Backup power (UPS) must be available as an option for all system fire station equipment. The switchover to backup power must be instantaneous, automatic and without loss of data or communications. • System must be able to offer zoned alerting that is programmable to allow various alerting configurations based upon time of day • System must be able to allow multiple stations and zones to be alerted with a single notification message • System must be able to provide ramped audio designed to "soften" the waking experience of station personnel during an alarm dispatch • System must be able to use multi -colored visual indicators specific to responding apparatus • System must offer a form of night vision lighting as an option • System must offer a fire station turn -out timer as an option • System must be able to open apparatus bay doors, shut down appliances, control lighting and operate other sensory devices • System must be able to provide a dispatch printout with the same information that is announced upon receipt of a CAD dispatch announcement • System must be able to allow fire station personnel to manually acknowledge that a notification was received • System must be able to allow fire station personnel to use an emergency crew alert button by front door to alert crew to walk in emergencies • System must be able to conduct a test of the equipment at a fire station through the use of a push button or similar device. When this button is activated a test automated dispatch will occur over the fire station's speaker system Warranty and Maintenance Requirements • Proposer must provide technical support on a 24n1365 basis • Proposer must provide both remote and on -site support, depending on the customer's requirement • Proposer must have the capability to provide technical support remotely to the system via a VPN or similar connection • System must be able to automatically detect when a critical event or failure occurs within the system and automatically alert support personnel using all or a combination of the following methods; visually, audibly, email, pager or phone call • System must be able to push all software updates from a central location to all or selected fire stations without requiring visits to individual fire stations to install the updates Pricing Equipment[Hardware Based on the categories below, identify the system equipment and hardware device options available with the proposed system and include a part number for each item. Provide a Unit Price for each item and identify the percent discount off list price that the Proposer will offer through this Contract. Dispatch Center Equipment Item & Part # Unit Price % Discount Item I Item 2 Item 3 Item 4 Item 5 Fire Station Equipment Item & Part # Unit Price % Discount Item I Item 2 Item 3 Item 4 Item 5 Etc. Labor/Services Provide an hourly labor rate for each of the labor categories below that are applicable to the Proposer. Indicate the percent discount off list price the Proposer will offer through this Contract. Proiect Management Program Manager Project Manager Enl4ineerine Network Engineer I Network Engineer II Network Engineer III Network Engineer IV Quality Assurance Engineer I Quality Assurance Engineer II Quality Assurance Engineer III Quality Assurance Engineer IV Software Engineer I Software Engineer II Software Engineer III Software Engineer W System Engineer/Architect I System Engineer/Architect II System Engineer/Architect III. System Engineer/Architect IV Installation Installation Technician I Installation Technician II Installation Technician III Installation Supervisor I Installation Supervisor II Support Services Database Administrator I Database Administrator II Database Administrator III Field Support Specialist I Field Support Specialist II Field Support Specialist III Field Support Supervisor I Field Support Supervisor II Hardware Support Specialist I Hardware Support Specialist II Hardware Support Specialist III System Administrator I System Administrator 11 System Administrator III System Support Specialist I System Support Specialist II System Support Specialist III System Support Specialist IV Training Specialist I Training Specialist II Training Specialist III ATTACHMENT D PRICING SCHEDULE PRODUCT CATEGORIES: The intent is for each Proposer to submit their complete product line so that Participating Agencies may order a wide array of products and services as appropriate for their needs. Proposer is encouraged but is not required to respond to all categories. Proposer may suggest additional categories and sub- categories as applicable. Proposer may subcontract items Proposer does not supply. The Proposer should not necessarily limit the proposal to the performance of the services in accordance with this document but should outline any additional services and their costs if the Proposer deems them necessary to accomplish the program. STATION ALERTING PRICING SCHEDULE Product Category Percentage (%) off List Price* (OR fixed price if % off pricing is not available Dispatch Center Equipment - Item 1 - Item 2 - Item 3 etc. Fire Station Equipment - Item 1 - Item 2 - Item 3 Labor Services - Project Management - Engineering Services - Installation - Support Services Maintenance Services Other * Identify source of list price and publication date or expiration date. Pricing and resulting relative discount to PPA and NPP membership shall be clearly delineated on each proposal. Contract pricing shall be based upon: 1) Fixed discount(s) off published price list(s) or catalog(s) 2) Firm fixed price with economic adjustment (contingencies for economic price adjustments must be identified in the proposal) 3) A combination of the above. ATTACHMENT E PROPOSAL EVALUATION FORM Proposals will be evaluated usine a two-step process. The first step evaluates the responsiveness of the proposer and determines 1) if the proposer is deemed fully responsive enabling the proposal to move to the second step and 2) if the proposal will be evaluated as a local response (within the State of Oregon) or a national response (covering the entire U.S. or a large region of the U.S.). The second step of the evaluation process will only occur with proposals deemed fully responsive from the first step. The second step fully evaluates the proposers response based on the criteria found in the proposal evaluation form. STEP 1 Proposal Responsiveness Component YES NO Submitted on time Proposal signed Completed Proposer Workbook Included pricing structure Included references Deemed Fully Responsive YES NO Categorized as Local or National Local National Proposal Evaluation Form STEP 2 Full Evaluation of Proposal Point Value Definitions 5- Excellent — Substantially exceeds requirements 4-Very Good- Meet all requirements 3- Good — Meets most requirements 2- Satisfactory — Minimally meets requirements 1- Unsatisfactory— Requirements essentially not met 0- No Response provided Component Weight Possible Total Evaluator's Comments Evaluated Points Points (0-5) (Weight x PP) Pricing: Product Comments: price analysis and discounts proposed 20 including favorable pricing for cooperative purchasing. Product Line: Comments: Product line offered 25 in indicated coverage area, considering geographic distribution limitations, warranties, any sub -proposers and coordination of manufacturer and distribution in response. Conformance: Comments: Completeness of proposal and the 10 degree to which the Proposer responds to the terms and all requirements of the RFP requirements and specifications. Marketinq: The Comments: Proposer's marketing plan to 20 promote the resulting contractual agreement and ability to incorporate use of agreement in their sales system throughout indicated coverage region. Customer Service: Comments Support dedicated to Lead Contracting 5 and Participating Agencies. Ability to conduct e- commerce and meet promised deliverytimelines. Coverage: Ability to Comments: provide products and services for 10 indicated coverage region including distribution, retail & service facilities and staff availability. *Note Exhibit 1 from PPW Proven Experience Comments: & References: Proposer's success 10 in providing products and services in a timely manner including Past Performance Information (PPI) review. General Comments: TOTAL 100 Name of Evaluator Signature Date ATTACHMENT F ORS CHAPTERS 279 (AS MAY BE AMENDED) REQUIREMENTS Successful Proposer (Contractor) shall comply with the requirements of this ATTACHMENT F to the extent required by any applicable federal or state law. (1) Contactor shall pay promptly, as due, all persons supplying labor or materials for the prosecution of the work provided for in the contract, and shall be responsible for such payment of all persons supplying such labor or material to any Subcontractor. (2) Contractor shall promptly pay all contributions or amounts due the Industrial Accident Fund from such Contractor or Subcontractor incurred in the performance of the contract. (3) Contractor shall not permit any lien or claim to be filed or prosecuted against the District on account of any labor or material furnished and agrees to assume responsibility for satisfaction of any such lien so filed or prosecuted. (4) Contractor and any Subcontractor shall pay to the Department of Revenue all sums withheld from employees pursuant to ORS 316.617, (5) if Contractor fails, neglects or refuses to make prompt payment of any claim for labor or materials furnished to the Contractor or a Subcontractor by any person in connection with the contract as such claim becomes due, the District may pay such claim to the persons furnishing the labor or material and charge the amount of payment against funds due or to become due Contractor by reason of the contract. The payment of a claim in the manner authorized hereby shall not relieve the Contractor or his surety from his or its obligation with respect to any unpaid claim. If the District is unable to determine the validity of any claim for labor or material furnished, the District may withhold from any current payment due Contractor an amount equal to said claim until its validity is determined and the claim, if valid, is paid. (6) Contractor shall promptly, as due, make payment to any person, co -partnership, association, or corporation, furnishing medical, surgical and hospital care or other needed care and attention, incident to sickness or injury, to employees of such Contractor, of all sums which the Contractor agrees to pay for such services and all monies and sums which the Contractor collected or deducted from the wages of employees pursuant to any law, contract or agreement for the purpose of providing or paying for such service. (7) Contractor shall pay employees for overtime work performed under the contact in accordance with ORS 653.010 to 653.261 and the Fair Labor Standards Act of 1938 (29 USC 201, et seq.) (8) The Contractor must give notice to employees who work on this contract in writing, either at the time of hire or before commencement of work on the contract, or by posting a notice in a location frequented by employees, of the number of hours per day and the days per week that the employees may be required to work. (9) All subject employers working under the contractor either employers that will comply with ORS 656.017, or employers that are exempt under ORS 656.126. (10) All sums due the State Unemployment Compensation Fund from the Contractor or any Subcontractor in connection with the performance of the contact shall be promptly so paid. (I1) The contract may be canceled at the election of District for any willful failure on the part of Contactor to faithfully perform the contract according to its terms. (12) Contractor certifies compliance with all applicable Oregon tax laws, in accordance with ORS 305.385. (13) Contactor certifies that it has not discriminated against minorities, women or emerging small business enterprises in obtaining any required subcontractors. ATTACHMENT G WIPHE RESPONSE FORM THIS FORM MUST BE RETURNED WITH SOLICITATION RESPONSE Vendor servicing Washington State AGREES to sell items included in this solicitation to WIPHE institutions at prices offered, unless otherwise noted below: DOES NOT agree to sell to WIPHE Institutions. AGREES to sell to WIPHE Institutions at same prices and discounts, with the following exceptions: (attach additional pages as necessary) Vendor must state geographic areas or specific institution(s) listed below within the State of Washington that are EXCLUDED from the contract(s) resulting from this solicitation: Washington Institutions of Public Higher Education (WIPHE). See list on following page. If Vendor agrees to sell to the WIPHE Institutions, a WIPHE Contract number will be assigned and the information will be reported to the Council of Presidents. The Council of Presidents notifies all the other schools when a WIPHE contract has been awarded and a master list will be maintained and the WIPHE website updated. WIPHE shall determine, at its absolute discretion, whether it shall accept and/or utilize the contract resulting from the Request for Proposal Washington Institutions of Public Higher Education (WIPHE) FOUR-YEAR UNIVERSITIES CENTRAL WASHINGTON UNIVERSITY EASTERN WASHINGTON UNIVERSITY THE EVERGREEN STATE COLLEGE UNIVERSITY OF WASHINGTON WASHINGTON STATE UNIVERSITY WESTERN WASHINGTON UNIVERSITY COMMUNITY AND TECHNICAL COLLEGES: BATES Technical College BELLEVUE Community College BELLINGHAM Technical College BIG BEND Community College CASCADE Community College CASCADIA College CENTRALIA College CLARK College CLOVER PARK Technical College COLUMBIA BASIN College EDMONDS Community College EVERETT Community College GRAYS HARBOR College GREEN RIVER Community College HIGHLINE Community College LAKE WASHINGTON Technical College LOWER COLUMBIA College OLYMPIC College PENINSULA College PIERCE College RENTON Technical College SEATTLE CENTRAL Community Colleges SHORELINE Community College SI{AGIT Valley College SOUTH PUGET SOUND Community College SPOICANE Community Colleges STATE BOARD for Technical & Community Colleges WENATCHEE Valley College YAKIMA Valley Community College WHATCOM Community College Miscellaneous local agencies within Washington State* ADAMS COUNTY PUYALLUP SCHOOL DIST 3 KITSAP COUNTY FIFE SCHOOL DIST 417 RIVERVIEW SCHOOL DIST 407 GONZAGA UNIVERSITY PLANNED PARENTHOOD OF WESTERN WASHINGTON SNOHOMISH COUNTY MASON COUNTY FEDERAL WAY SCHOOL DIST SPOKANE COUNTY ISSAQUAH SCHOOL DIST 411 ADAMS COUNTY FIRE DISTRICT ADAMS COUNTY HEALTH DISTRICT AFFILIATED HEALTH SERVICES ALDERWOOD WATER DISTRICT ANACORTES PORT OF ANACORTES SCHOOL DISTRICT 103 ANNAPOLIS WATER DISTRICT ASOTIN COUNTY AUBURN SCHOOL DISTRICT 408 BAINBRIDGE IS SCHOOL DISTRICT 303 BAINBRIDGE ISLAND FIRE DEPARTMENT BAINBRIDGE ISLAND PARKS BATTLE GROUND SCHOOL DISTRICT 119 BELLEVUE SCHOOL DISTRICT 405 BELLINGHAM PORT OF BELLINGHAM SCHOOL DISTRICT 501 BENTON COUNTY BENTON COUNTY FIRE DISTRICT BENTON COUNTY PUD BENTON FRANKLIN COUNTY BENTON FRANKLIN PRIVTE INDUST CNCL BENTON PORT OF BETHEL SCHOOL DISTRICT 403 BIG BROTHERS BIG SISTERS OF KING CO BIRCH BAY WATER & SEWER DISTRICT BLANCHET SCHOOL DISTRICT BREMERTON KITSAP CO HEALTH DISTRICT BREMERTON PORT OF BREMERTON SCHOOL DISTRICT 100 BURLINGTON EDISON SCHOOL DIST 100 CANCER RESEARCH AND BOISTATISTICS CASCADE BLUE MT FD SHR CASCADE IRRIGATION DISTRICT CASHMERE SCHOOL DISTRICT 222 CATHOLIC COMM SVCS OF ICING CO CENTRAL KITSAP SCHOOL DISTRICT 401 CENTRAL WAS COMP MENTAL HEALTH CENTRALIA SCHOOL DISTRICT 40 CHEHALIS SCHOOL DISTRICT 302 CHELAN COUNTY CHELAN COUNTY COMMUNITY HOSPITAL CHELAN COUNTY FIRE DISTRICT CHELAN COUNTY PUD 1 CHELAN DOUGLAS COUNTY HEALTH DIST CHENEY CARE CENTER CHILD CARE RESOURCE & REFERRAL CI-ULDRENS THERAPY CENTER CHIMACUM SCHOOL DISTRICT 49 CLALLAM COUNTY CLALLAM COUNTY FIRE DISTRICT CLALLAM COUNTY HOSPITAL DISTRICT CLALLAM COUNTY PUD CLARK COUNTY CLARK COUNTY FIRE DISTRICT CLARK COUNTY PUD CLE ELUM-ROSLYN SCHOOL DISTRICT 404 CLOVER PARK SCHOOL DISTRICT 400 CNTRL WHIDBEY FIRE & RESCUE COAL CREEK UTILITY DISTRICT COALITION AGAINST DOMESTIC VIOLENCE COLUMBIA COUNTY COLUMBIA IRRIGATION DISTRICT COLUMBIA MOSQUITO CONTROL DISTRICT COMMUNITY CHRISTIAN ACADEMY COMMUNITY PSYCHIATRIC CLINIC COMMUNITY TRANSIT CONFEDERATED TRIBES OF CHEHALIS CONSOLIDATED DIKING IMPROVEMENT DIST CONSOLIDATED IRRIGATION COWLITZ COUNTY COWLITZ COUNTY FIRE DISTRICT COWLITZ COUNTY PUD CROSS VALLEY WATER DISTRICT DAYTON SCHOOL DISTRICT 2 DOUGLASCOUNTY DOUGLAS COUNTY FIRE DISTRICT DOUGLASCOUNTYPUD DRUG ABUSE PREVENTION CENTER E COLUMBIA BASIN IRRIGATION DIST EAST WENATCHEE WATER EATONVILLE SCHOOL DIST 404 EDMONDS SCHOOL DISTRICT 15 EDUCATIONAL SERVICE DIST 114 EDUCATIONAL SERVICE DISTRICT 113 ELLENSBURG SCHOOL DIST 401 ENUMCLAW SCHOOL DIST EVERETT PORT OF EVERETT PUBLICE FACILITIES DIST EVERGREEN MANOR INC EVERGREEN SCHOOL DIST 114 FEDERAL WAY FD FERRY COUNTY FERRY COUNTY PUBLIC HOSPITAL FERRY OKAHOGAN FPD FOSS WATERWAY DEVELOPMENT AUTHORITY FRANKLIN COUNTY FRANKLIN COUNTY PUD FRANKLIN PIERCE SCHOOL DIST 402 FRIDAY HARBOR PORT OF GARDENA FARMS IRRIGATION DIST 13 GARFIELD COUNTY GRAND COULEE PROJECT GRANDVIEW SCHOOL DIST It6/200 GRANITE FALLS SCHOOL DIST 332 GRANT COUNTY GRANT COUNTY HEALTH DIST GRANT COUNTY PUD GRAYS HARBOR COUNTY GRAYS HARBOR COUNTY FIRE DIST GRAYS HARBOR COUNTY PUD # 1 GRAYS HARBOR PORT OF GRAYS HARBOR PUB DEV AUTH GRAYS HARBOR TRANSIT GRIFFIN SCHOOL DIST 324 IIARBORVIEW MEDICAL CENTER HAZEL DELL SEWER DIST HEALTHY MOTHERS HEALTHY BABIES COAL HIGHLINE SCHOOL DIST 401 HIGHLINE WATER DIST HOMESIGHT HOPELINK HOQUTAM SCHOOL DIST 28 HOUSING AUTHORITY OF PORTLAND ILWACO PORT OF INCHELIUM SCHOOL DIST 70 ISLAND COUNTY ISLAND COUNTY FIRE DIST JEFFERSON COUNTY JEFFERSON COUNTY FIRE DIST JEFFERSON COUNTY LIBRARY JEFFERSON COUNTY PUD JEFFERSON GENERAL HOSPITAL KARCHER CREEI{ SEWER DIST KELSO SCHOOL DIST 458 KENNEWICK GENERAL HOSPITAL KENNEWICK SCHOOL DISTRICT 17 KENT SCHOOL DIST 415 KETTLE FALLS SCHOOL DIST 212 KING COUNTY KING COUNTY FIRE DIST KING COUNTY HOUSING AUTHORITY KING COUNTY LIBRARY KING COUNTY WATER SEWER KINGSTON PORT OF KITSAP COUNTY FIRE & RESCUE KITSAP COUNTY LIBRARY KITSAP COUNTY PUD 1 KITTITAS COUNTY KITTITAS COUNTY PUD KITTITAS COUNTY RECLAMATION DIST KLICKITAT COUNTY KLICKITAT COUNTY PUD LAKE CHELAN RECLAMATION DIST LAKE STEVENS SCHOOL DIST 4 LAKE WASHINGTON SCHOOL DIST 414 LAKEHAVEN UTILITY DIST LAKEWOOD SCHOOL DIST 306 LEWIS CO PUD I LEWIS COUNTY LEWIS COUNTY FIRE DIST LEWIS PUBLIC TRANSPORTATION LIBERTY LAKE SEWER & WATER DIST LINCOLN COUNTY LINCOLN COUNTY FIRE DIST PORT ANGELES SCHOOL DISTRICT 121 LONGVIEW PORT OF PRESCOTT SCHOOL DIST LONGVIEW SCHOOL DIST 122 PUGET SOUND CLEAN AIR AGENCY LOTT WASTEWATER ALLIANCE PUGET SOUND SCHOOL DIST LUMMI INDIAN NAT10N QUINCY COLUMBIA BASIN IRRIG DIST MANCHESTER WATER DIST RICHLAND SCHOOL DIST 400 MARYSVILLE SCHOOL DIST 25 S ITSAP SCHOOL DISTRICT 402 MASON COUNTY FIRE DIST S SNOHOMISH CO PUBLIC FAC DIST MASON COUNTY PUD SAFEPLACE MEAD SCHOOL DIST 354 SAMISH WATER DIST METRO PARK DISTRICT OF TACOMA SAMMAMISH WATER AND SEWER DIST MID COLUMBIA LIBRARY SAN JUAN COUNTY MIDWAY SEWER DISTRICT SAN JUAN COUNTY FIRE DIST MONROE SCHOOL DIST 103 SEA MAR COMM HEALTH CTR MORTON SCHOOL DIST 214 SEATTLE JEWISH PRIMARY SCHOOL MOSES LAKE PORT OF SEATTLE PORT OF MOUNT BAKER SCHOOL DIST SEATTLE SCHOOL DIST 1 MT VERNON SCHOOL DISTRICT 320 SEATTLE UNIVERSITY MUKILTEO SCHOOL DIST 6 SECOND AMENDMENT FOUNDATION MUKILTEO WATER DIST SECOND CHANCE INC NAVAL STATION EVERETT SENIOR OPPORTUNITY SERVICES NE TRI COUNTY HEALTH DIST SHELTON SCHOOL DISTRICT 309 NORTH CENTRAL REGIONAL LIBRARY DIST SILVERDALE WATER NORTH KITSAP SCHOOL DIST 400 SKAGIT COUNTY NORTH SHORE UTILITY DISTRICT SKAGIT COUNTY CONSERVATION DIST NORTH THURSTON SCHOOL DISTRICT SKAGIT COUNTY FIRE DIST NORTHSHORE SCHOOL DIST 417 SKAGIT COUNTY ISLAND HOSPITAL NORTHWEST KIDNEY CTR SKAGIT COUNTY PORT OF NORTHWEST WORK FORCE DEVELOPMENT CO SKAGIT COUNTY PUD 1 NW REGIONAL COUNCIL SKAGIT TRANSIT OAK HARBOR SCHOOL DIST 201 SKAMANIA COUNTY OAKVILLE SCHOOL DIST 400 SKOOKUM INC OCOSTA SCHOOL DIST 172 SNOHOMISH COUNTY LIBRARY OKANOGAN COUNTY SNOHOMISH COUNTY PUD OKANOGAN COUNTY FIRE DIST SNOHOMISH HEALTH DISTRICT OKANOGAN COUNTY PUD SNOHOMISH SCHOOL DISTRICT 201 OKANOGAN SCHOOL DISTRICT SOAP LAKE SCHOOL DISTRICT 156 OLYMPIA PORT OF SOOS CREEK WATER AND SEWER DIST OLYMPIA SCHOOL DISTRICT I11 SOUND TRANSIT OLYMPIA THURSTON CHAMBER FOUNDATION SOUTH COLUMBIA BASIN IRRIG DIST OLYMPIC AREA AGENCY ON AGING SOUTH EAST EFFECTIVE DEVELOPMENT OLYMPIC MEMORIAL HOSPITAL DIST SOUTH SOUND MENTAL HEALTH SERVICES OLYMPIC REGION CLEAN AIR AGENCY SOUTHWEST YOUTH & FAMILY SERVICES OLYMPIC VIEW WATER & SEWER DIST SPECIAL MOBILITY SERVICES INC OLYMPUS TERRACE SEWER DIST SPOKANE CO AIR POLLUTION CNTRL PACIFIC COUNTY AUTHORITY PACIFIC COUNTY FIRE SPOKANE COUNTY FIRE DIST PARATRANSIT SERVICES SPOKANE COUNTY LIBRARY PASCO SCHOOL DIST SPOKANE SCHOOL DISTRICT 81 PEND OREILLE COUNTY CONSERV DIST ST JOSEPH/MARQUETTE SCHOOL PEND OREILLE COUNTY PUB HOSP DIST STANWOOD SCHOOL DIST 410 PEND OREILLE COUNTY PUD STEVENS COUNTY PENINSULA SCHOOL DISTRICT 401 STEVENS COUNTY PUD PERRY TECHNICAL INSTITUTE STILLAGUAMISH TRIBE OF INDIANS PIERCE COUNTY SUMNER SCHOOL DISTRICT 320 PIERCE COUNTY FIRE DIST SUNNYSIDE PORT OF PORT ANGELES PORT OF SUNNYSIDE SCHOOL DISTRICT 201 SUQUAMISH TRIBE WA STATE PUBLIC STADIUM AUTHORITY SW CLEAN AIR AGENCY WAHKIAKUM COUNTY SWINOMISH TRIBE WALLA WALLA COLLEGE TACOMA DAY CHILD CARE AND PRESCHOOL WALLA WALLA COUNTY TACOMA MUSICAL PLAYHOUSE WALLA WALLA COUNTY FIRE DISTRICT TACOMA PORT OF WALLA WALLA PORT OF TACOMA SCHOOL DISTRICT 10 WALLA WALLA SD 140 TACOMA-PIERCE CO WASHINGTON ASSOCIATION TAHOMA SCHOOL DISTRICT 409 WASHINGTON COUNTIES RISK POOL TERRACE HEIGHTS SEWER DISTRICT WASHINGTON FIRE COMMISSIONERS ASSOC THURSTON COMMUNITY TELEVISION WASHINGTON HEALTH CARE ASSOCIATION THURSTON COUNTY WASHINGTON PUBLIC AFFAIRS NETWORK THURSTON COUNTY CONSERVATION DIST WASHINGTON STATE MIGRANT COUNCIL THURSTON COUNTY FIRE DISTRICT WEST VALLEY SCHOOL DISTRICT 208 TOPPENISH SCHOOL DISTRICT 202 WEST VALLEY SCHOOL DISTRICT 363 TOUCHET SO 300 WESTERN FOUNDATION TIE TRIUMPH TREATMENT SERVICES WHATCOM CONSERVATION DIST TUKWILA SCHOOL DIST 406 WHATCOM COUNTY TUMWATER SCHOOL DISTRICT 33 WHATCOM COUNTY FIRE DISTRICT U S DEPARTMENT OF TRANSPORTATION WHATCOM COUNTY RURAL LIBRARY DIST UNITED WAY OF ICING COUNTY WHIDBEY GENERAL HOSPITAL UNIVERSITY PLACE SCHOOL DIST WHITMAN COUNTY UPPER SICAGIT INDIAN TRIBE WHITWORTH WATER VAL VUE SEWER DISTRICT WILLAPA COUNSELING CENTER VALLEY TRANSIT WILLAPA VALLEY SCHOOL DISTRICT 160 VALLEY WATER DISTRICT WILLAPA VALLEY WATER DISTRICT VANCOUVER PORT OF WINLOCK SCHOOL DISTRICT 232 VANCOUVER SCHOOL DISTRICT 37 WOODINVILLE FIRE & LIFE SAFETY DIST VASHON ISLAND SCHOOL DISTRICT 402 WOODLAND PORT OF VERA IRRIGATION YAKIMA COUNTY VETERANS ADMINISTRATION YAKIMA COUNTY FIRE DISTRICT VOLUNTEERS OF AMERICA YAKIMA COUNTY REGIONAL LIBRARY WA ASSOC OF SCHOOL ADMINISTRATORS YAKIMA SCHOOL DISTRICT 7 WA ASSOC SHERIFFS & POLICE CHIEFS YAKIMA VALLEY FARMWORKERS CLINIC WA GOVERNMENTAL ENTITY POOL YAKIMA-TIETON IRRIGATION DISTRICT WA LABOR COUNCIL AFL-CIO YELM COMMUNITY SCHOOL DISTRICT WA PUBLIC PORTS ASSOCIATION YMCA - TACOMA PIERCE COUNTY WA RESEARCH COUNCIL YMCA OF GREATER SEATTLE WA ST ASSOCIATION OF COUNTIES *Washington State cities and other unnamed Washington State local and municipal agencies may also utilize the resulting Master Price Agreement; provided they enter into the Intergovernmental Cooperative Purchasing Agreement. ATTACHMENT H LOCAL GOVERNMENT UNITS BY STATE Oregon's Incorporated Cities Adair Village Donald John Day Nyasa Tangent Adams Drain Johnson Ci Oakland The Dalles Adrian Dufur Jordan Valley Oakridge Tigard Albany Dundee Joseph Ontario Tillamook AlnirY Dunes City Junction City Oregon City Toledo Antelope Durham Keizer Paisley Troutdale Arlington Eagle Point King City Pendleton Tualatin Ashland Echo Klamath Falls Philomath Turner Astoria Elgin La Grande Phoenix Ukiah Athena Elkton La Pine Pilot Rock Umatilla Aumsville Enterprise Lafayette Port Orford Union Aurora Estacada Lake Oswego Portland Unity Baker City Eugene Lakeside Powers Vale Bandon Fairview Lakeview Prairie City Veneta Banks Falls City Lebanon Prescott Vernonia Barlow Florence Lexington Prineville Waldport Bay City Forest Grove Lincoln City Rainier Wallowa Beaverton Fossil Lonerock Redmond Warrenton Bend Garbaldi Long Creek Reedsport Wasco Boardman Gaston Lostine Richland Waterloo Bonanza Gates Lowell Riddle West Linn Brookings Gearhart Lyons Rivergrove Westin Brownsville Gervais Madras Rockaway Weston Bums Gladstone Malin Rogue Beach Wheeler Butte Falls Glendale Manzanita Roseburg Willamina Canby Gold Beach Mau in Rufus Wilsonville Cannon Beach Gold Hill Maywood Park Salem Winston Canyon City Granite McMinnville Scappoose Wood Village Canyonville Grants Pass Medford Scio Woodburn Carlton Grass Valley Merrill Scott Mills Yachats Cascade Locks Greenhorn Metolius Seaside Yamhill Cave Junction Gresham Mill City Seneca Yonealla Central Point Haines Millersburg Shady Cove Chilo uin Halfway Milton-Freewater Shaniko Clatskanie Halsey Milwaukie Sheridan Coburg Harrisburg Mitchell Sherwood Columbia City Helix Molalla Siletz Condon Heppner Monmouth Silverton Coos Bay Hermiston Monroe Sisters Coquille Hillsboro Monument Sodaville Cornelius Hines Moro Spray Corvallis Hood River Mosier Springfield Cottage Grove Hubbard Mt. Angel St. Helens Cove Huntington Mt. Vernon St. Paul Creswell Idanha Myrtle Creek Stanfield Culver Imbler Myrtle Point Slayton Dallas Independence Nehalem Sublimity Damascus Ione Newberg Summerville Dayton Irrigon Newport Sumpter Dayville Island City North Bend Sutherlin De oe Bay Jacksonville North Plains Sweet Home Detroit Jefferson North Powder Talent Idaho's Incorporated Cities Aberdeen Donnelly Horseshoe Bend Moscow Shelley Ace uia Dover Idaho City Mountain Home Shoshone Albion Downey Idaho Falls MurraySoda Springs American Falls Driggs Island Park Nampa Spirit Lake Ammon Eagle Jerome New Meadows St. Anthony Arco Elk City uliaetta New Plymouth St. Maries Ashton Emmett Kamiah Nez erce Stanley Bancroft Fairfield Kellogg Orofino Star Bellevue Franklin Ketchum Parma Stites Boise Fruitland Kimberly Payette Su ar Ci Bonners Ferry Garden City Kooskia Pierce Sun Valle Buhl Garden Valley Kona Pocatello Tetonia Burley Genesee Lava Hot Springs Post Falls Troy Caldwell Glenns Ferry Lewiston Potlatch Twin Falls Cambridge Gooding Preston Victor Carey Grand'ean Malad Priest River Wallace Cascade Grace Malta Rathdrum Wardner Challis Gran eville Marsing RexburgWei e Chubbuck Halley McCall Richfield Weiser Coeur d'Alene Harrison McCammon Rigby Wendell Cottonwood Hauser Melba Riggms Whitebird Council Hayden Meridian Rupert Dalton Gardens He burn Middleton Salmon Dietrich Hidden Springs Montpelier Sandpoint This is not a complete list of all Idaho cities, but all other Idaho cities shall be incorporated by this reference. Idaho's Counties Ada Bonneville Custer Kootenai Owyhee Adams Boundary Elmore Latah Payette Bannock Butte Franklin Lemhi Power Bear Lake Camas Fremont Lewis Shoshone Benewah Canyon Gem Lincoln Teton Bingham Caribou Gooding Madison Twin Falls Blaine Cassia Idaho Minidoka Valley Boise Clark Jefferson Nez Perce Washington Bonner Clearwater Jerome Oneida All other Idaho local government units shall be incorporated by this reference. ATTACHMENT NO. 4 PUBLIC PROCUREMENT AUTHORITY STATION ALERTING Solicitation Synopsis Solicitation No. 1425 Intent The Public Procurement Authority (PPA) served as Lead Agency to solicit proposals for STATION ALERTING. PPA works in cooperation with National Purchasing Partners "NPP" and its Government Division dba NPPGov, dba FireRescue GPO, dba Law Enforcement GPO and dba Public Safety GPO (collectively hereinafter "NPPGov"), to service the PPA and NPPGov membership. The published Request for Proposal (RFP) contained provisions that permitted all members of PPA and NPPGov throughout the nation to "piggy -back" off the resulting Master Price Agreement. Determination for issuing RFP vs. Sealed Bid PPA has determined that it is advantageous for PPA to procure STATION ALERTING using the competitive RFP process rather than sealed bidding. Sealed bidding limits evaluation of offers solely to compliance with the requirements, provides no opportunity to compare the product and service offerings among the vendors, prohibits revision of the offers, and uses price as the predominate deciding factor. Such limitations prevent PPA from awarding the most advantageous contract(s) for PPA and its members. Procedure PPA issued an RFP (1425) on October 22, 2014. The RFP was published in USA Today on October 27, 2014. The RFP was published in the Daily Journal of Commerce on January 12, 2015. The original RFP close date was December 10, 2014 but was extended to February 12, 2015 due to publication requirements. The RFP was awarded on March 17, 2015. The RFP was posted to the following web sites: www.nppgov.com, www.procurementauthority.org, and www.findrfp.com The text of the published notice of solicitation is as follows: Public Procurement Authority (PPA) NOTICE OF SOLICITATION PPA intends to enter into a master price agreement for the procurement of the following products and services to PPA members and available to all members of the national cooperative purchasing program National Purchasing Partners, LLC ("NPPGov"). Fire Apparatus #1420 Industrial and Medical Gases, Accessories and Equipment #f1415 Station Alerting 41425 Responses due 5:00 pm February 12, 2015 For information or a copy of the Request for Proposal contact PPA, Heidi Arnold at 855-524-4572, questions@ procurementauthority.org or download at www.procurementauthority.org PPA received proposals from the following vendors: 1. Purvis Systems 2. Westnet 3. US Digital Designs Proposals were evaluated by PPA based on the criteria contained in the RFP and the following successful proposers were selected: National • Purvis Systems • US Digital Designs Evaluation The evaluation was based on the following criteria as described in the RFP (weighted): Component Evaluated Weight Pricing: Product price analysis and discounts proposed including favorable pricing for cooperative purchasing. 20 Product Line: Product line offered in indicated coverage area, considering geographic distribution limitations, warranties, any sub- 25 proposers and coordination of manufacturer and distribution in response. Conformance: Completeness of proposal and the degree to which the Proposer responds to the terms and all requirements of the RFP requirements and specifications. 10 Marketing: The Proposer's marketing plan to promote the resulting contractual agreement and ability to incorporate use of agreement in their sales system throughout indicated coverage region. 20 Customer Service: Support dedicated to Lead Contracting and Participating Agencies. Ability to conduct e-commerce and meet promised delivery timelines. 5 Coverage: Ability to provide products and services for indicated coverage region including distribution, retail & service facilities and staff availability. 10 `Note Exhibit I from PPW Proven Experience & References: Proposer's success in providing products and services in a timely manner including Past Performance Information (PPI) review. 10 TOTAL 100 Pricing Structure Purvis Systems: Proposer provided a discount off list price discount. See Price List Attachment in the resulting Master Price Agreement. US Digital Designs: Proposer provided a discount off list price discount. See Price List Attachment in the resulting Master Price Agreement. Additional Information National Purchasing Partners 1100Olive Way Suite #1020 Seattle, WA 98101 Bruce Busch, Senior VP and Legal Counsel bruce.busch@mynpp.com (206)494-4556 www.nppgov.com AFFIDAVIT OF MAILING STATE OF Oregon ss. COUNTY OF Washington 1, Heidi Chames, being first duly sworn on oath, depose and state that I am a Contract Manager for Public Procurement Authority, a government entity performing public procurement functions. On this 22nd day of October, 2014, 1 caused to be deposited in the United States mail at Wilsonville, Washington County, Oregon, with first class postage prepaid, one each copy of the attached NOTICE OF SOLICITATION for the MASTER AGREEMENT FOR STATION ALERTING to the following addresses: First Es Alerting Locution Systems Dawn Matheny Brigette Baneto 15542Chemical Lane 14813 SW 153rd Place Huntington Beach, CA 92649 Miami, FL 33196 . Purvis Dave Rocco Senior Account Manager 88 Silva Lane Middleton, RI 02842 Mach Alerting —Motorola Dwayne Sakumoto Senior Account Manager PO Box 230470 Anchorage, AK 99523 ProComm Alaska Gary Peters PrmidenHCEO 2100 E. W Ave. Anchorage, AK 99507 US Digital Design Erik Hanson 1835 E Sixth St Suite N27 Tempe, AZ 85281 SUBSCRIBED AND SWORN TO before me this ;VP' day of OC-1-019cr , 2014 by Heidi Chames, OFFICIAL STAMP ASHLEY N MALSON NOTARY PUBLIC•OREGON 1 COMMISSION NO. 923306 MY COMMISSION EXPIRES JANUARY 01, 2019 NOTARVITUBLIC in the State of Oregon Residing at �r My commission a pares: /1 !R _ AFFIDAVIT OF PUBLICATION OFFICIAL DJC 921 S.W. Washington St. Suite 210 / Portland, OR 97205-28.10 (503) 226-1311 STATE OF OREGON, COUNTY OF MULTNOMAH--as. I, Marc Caplan , being first duly sworn, depose and say that I am a Public Notice Manager of the Daily Journal of Commerce , a newspaper of general circulation in the counties of CLACKAMAS, MULTNOMAH, and WASHINGTON as defined by ORS 193.010 and 193.020; published at Portland in the aforesaid County and State; that I know from my personal knowledge that the Goods and Services notice described as Notice of Solicitation Public Procurement Authority; Bid Location Wilsonville, OR, Clackamas County; Due 02/1212015 at 05:00 PM a printed copy of which is hereto annexed, was published in the entire issue of said newspaper for 1 time(s) in the fallowing Issues: 1/12/2016 State of Oregon County of Multnomah SIGNED OR ATTESTED BEFORE ME ON THE 12th DAY OF January, 2016 Caplan of Oregon OFFICIAL STAMP JOSHUA KAMUSIA COATES NOTARY PUBLIC -OREGON COMMISSION NO.933669 MY COMMISSION EXPIRES NOVEMBER 03, 2018 Heidi Arnold Order No.: 10666917 Public Procurement Authority Client Reference No: 26030 SW Parkway Ave Ste 330 Wilsonville, OR 97070-9609 russell Johns Conn ecun9 publishers advertisers June 15, 2015 To Whom It May Concern: I am a duly authorized representative of Russell Johns Associates LLC, company handling the advertising matters for USA TODAY, a daily newspaper distributed within the US. The ad for Public Procurement Authority was published in said newspaper within the National Marketplace Today section of the October 27, 2014 edition of USA TODAY. CAMIKA C. WINTER Notary NNW. W19 dFbMa MyComrm.232 E 0 07, 201E State of Florida County of Pinellas On this 17 day of U n e , I attest that the attached document is a true, exact, complete, and unaltered learsheet. • W Z m9 F maR x s ut � �p�pi fY a .� upi m LL O m MOIL, • �J y e Q YI �+ Q L N O..Y- L O O@ O`.ON Oww OJ N. m CpO. 6BE W 2 mu z¢, �...wmoay�i +�= E o� . CD�m Oo O O.:N g O w O y _ o G o �oY�i V I F� �_ _ MOI �•.l� 8F� N W y�o1O LL,Z�a' a 1 Q ®- N '�Wd r I Wm E506 = QM W I Z�¢w mwE 6 I • cc 1 pp U 'rnam z �.Ea o � =a te .---- t�ut9 - � Oa _ao> �a„$8 N e� H -- 9Cmti E m �O� H o'UE$ 8m ® Sa g@ 0Q ¢ E UJM w4� ¢E .- �l {g mJn2y.� IA • Ot Q' EEO ZQOO� W y: Lum c 5 Lu-j ino S y 0 O 2 p O+4•' 1q 3 is z gEEEE N 5' N •. • • • Na�YOaw:zO Qui':� rz �K-a b �• a wEa`� '3' .. a�i O W 0 0 2 LL G S m�z0z��v 0#502 tC d a` o W C o O. • J J N U p�(C� G 5G Ii p O2 m 6 Z J co W NLLZy 2m7 Oom mr22,12 Qm�O W O mo0.� a$z N > ss o �nSoaa Ma NP A w ~aTyN.� SQa m _ 3tivE • o°i3 °'� �"oac �• Qn S.0 'v$�o S'm8N'cm � a w 'a so u mm • u a3FS g-5- r5"�mo� a g�Um Sao-' m Ewa S Z W u.cl,Rpocp�q'�.'�y;.�w''�.'v�...�c`°��y•P `�C'dP•ve�A°�,w'^�j'o& Iz WWWp w5 g 45 aBkkfi €wa. w w•S gm& a I ATTACHMENT NO. 5 RESOLUTION NO.2019-12 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF WEST COVINA, CALIFORNIA, ADOPTING A BUDGET AMENDMENT FOR THE FISCAL YEAR COMMENCING JULY 1, 2018, AND ENDING JUNE 30, 2019 (U.S. DIGITAL DESIGNS, INC.) WHEREAS, the City Manager, on May 14, 2018, June 11, 2018, July 2, 2018, and July 12, 2018 held preliminary budget workshops and submitted to the City Council aproposed budget for the appropriation of funds for the City for West Covina and the Successor Agency to former West Covina Redevelopment Agency operating budget and the Capital Improvement Program for Fiscal Year 2018-19; and WHEREAS, on July 2, 2018, the City Council approved Resolution 2018-96, a resolution to continue appropriations consistent with the Adopted Fiscal Year 2017-18 City of West Covina and Successor Agency to the former West Covina Redevelopment Agency operating budget and the Capital Improvement Program until the adoption of the Fiscal Year 2018-19 Annual Budget; and WHEREAS, amendments must periodically be made to the budget to conform to changed circumstances following adoption of the budget. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF WEST COVINA, CALIFORNIA DOES RESOLVE AS FOLLOWS: SECTION 1. Budget Adjustment No. 075 is hereby approved as reflected on Exhibit No. 1, attached hereto. SECTION 2. The City Clerk shall certify to the adoption of this Resolution. PASSED, APPROVED, AND ADOPTED this 5' day of March, 2019. Lloyd Johnson Mayor APPROVED AS TO FORM ATTEST Scott E. Porter City Attorney Nickolas S. Lewis City Clerk I, HEREBY CERTIFY that the foregoing resolution was duly adopted by the City Council of the City of West Covina, California, at a regular meeting thereof on the 5h day of March, 2019 by the following vote of the City Council: AYES: NOES: ABSENT: ABSTAIN: Nickolas S. Lewis City Clerk EXHIBIT 1 BA # 75 CITY OF WEST COVINA Posted By: BUDGET AMENDMENT Date Posted: Date: 03/05/2019 Fiscal Year: 2018-19 Requested by: Vincent Capella Amount: $420,637.80 Dept/Div: Fire Department Description: Fire Station Pre -Alerting System EXPENDITURES rroposea Account Number Dept/Account Description Current Budget Amendment Amended Budget 160.80.7003.7900 Ca tial Projects/Fire Station - 420 637.80 420 637.80 Dispatch Improvements REVENUES Account Number Account Description Current Budget Proposed Amendment Amended Budget REASON/JUSTIFICATION Please be s ecific To replace the existing fire station alerting system (Zetron) with a new fire station pre -alerting system (US Digital Designs). APPROVALS City Council Approval Date (if required, attach minutes): ❑ Approval Not Required Dept Head Approval: Date: Finance Director: Date: Funds Available? ❑ Yes ❑No Ay Manager: Date: f over $100,000) ❑ Approved ❑ Denied ATTACHMENT NO.3 RESOLUTION NO.2021-51 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF WEST COVINA, CALIFORNIA, ADOPTING A BUDGET AMENDMENT FOR THE FISCAL YEAR COMMENCING JULY 1, 2020 AND ENDING JUNE 30, 2021 (US DIGITAL DESIGNS, INC.) WHEREAS, the City Manager, on or about June 23, 2020, submitted to the City Council a proposed budget for the appropriation and expenditure of funds for the City of West Covina for Fiscal Year 2020-2 1; and WHEREAS, following duly given notice and prior to budget adoption, the City Council held public meetings, receiving, considering and evaluating all comments, and adopted a budget for the fiscal year commencing July 1, 2020 and ending June 30, 2021; and WHEREAS, amendments must periodically be made to the budget to conform to changed circumstances following adoption of the budget. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF WEST COVINA, CALIFORNIA DOES HEREBY RESOLVE AS FOLLOWS: SECTION 1. The City Council hereby approves Budget Amendment No. 042, attached hereto as Exhibit "A." SECTION 2. The City Clerk shall certify to the adoption of this resolution and shall enter the same in the book of original resolutions and it shall become effective immediately. APPROVED AND ADOPTED this 18th day of May, 2021. APPROVED AS TO FORM Thomas P. Duarte City Attorney Letty Lopez-Viado Mayor ATTEST Lisa Sherrick Assistant City Clerk I, LISA SBERRICK, ASSISTANT CITY CLERK of the City of West Covina, California, do hereby certify that the foregoing Resolution No. 2021-51 was duly adopted by the City Council of the City of West Covina, California, at a regular meeting thereof held on the 18th day of May, 2021, by the following vote of the City Council: AYES: NOES: ABSENT: ABSTAIN: Lisa Sherrick Assistant City Clerk Exhibit "A" CITY OF WEST COVINA BUDGET AMENDMENT Date: 5/18/21 Requested by: Vincent A. Capelle Dept/Div: Fire EXPENDITURES BA # Posted By: Date Posted: Fiscal Year: 2020-2021 Amount: $167,442.00 Fire Station Pre-Alerrtinq system Account Number Dept/Account Description Current Budget Proposed Amendment Amended Budget 160.80.7003.7900 Fire Station Dispatch Improvements $167,442.00 $167,442.00 110.95.9500.9160 Transfer Out $65,729.00 $65,729.00 165.95.9510.9160 Transfer Out $101,713.00 $101,713.00 REVENUES Account Number Account Description Current Budget Proposed Amendment Amended Budget 160.00.9165 Transfer In $101,713.00 SOS 713.00 160.00.9110 Transfer In $65,729.00 65 729.00 REASON/JUSTIFICATION (Please be specific) Fire Station alerting system was approved thru Resolution 2019-12 however the project was not completed do to asbestos testing. Budget Amendment is needed to complete the project. APPROVALS City Council Approval Date (if required, attach minutes): 5/18/21 ❑ Approval Not Required Dept Head Approval: Date: Finance Director: Date: Funds Available? ❑ Yes ❑No City Manager: Date: Comment: ❑ Approved ❑ Denied