Loading...
HomeMy WebLinkAboutC-9446-1 - Fire Station Alerting System InstallationCITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 Before 10:00 AM on the 30th day of November, 2023, at which time such bids shall be opened and read for FIRE STATION ALERTING SYSTEM INSTALLATION Contract No. 9446-1 $150,000 Engineer's Estimate Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: http://www.planetbids.com/portal/portal.cfm?CompanvlD=22078 A MANDATORY PRE -BID MEETING WILL BE HELD ON NOVEMBER 15, 2023 Starting Location: 8:00 a.m., Civic Center, 100 Civic Center Dr, Newport Beach, CA 92660 Following a brief review, all contractors may be shuttled to Station locations for individual walk throughs. RSVP is mandatory, and limited to a maximum of two (2) individuals from each firm, with one individual being at least a Project Manager/Superintendent or higher. RSVPs MUST BE RECEIVED BY 12PM ON MONDAY NOV 13, 2023. Please allow for a minimum of 5 hours for the Minimum Contractor License Classification(s) required for this project: "C-7" (Low Voltage Systems) For further information, call Mike Wojciechowski, Project Manager at (949) 644-3088 or Lili Melero, 949-644-3360. Questions & Answers are to be submitted through PlanetBids prior to the Q&A deadline. BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: https://www.newportbeachca.gov/government/data-hub/online-seivices/bids-rfps-vendor- registration City of Newport Beach FIRE STATION ALERTING SYSTEM INSTALLATION Contract No. 9446-1. TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................................................... Cover INSTRUCTIONS TO BIDDERS ...................................................................................... 3 BIDDER'S BOND ............................................................ Error! Bookmark not defined. DESIGNATION OF SUBCONTRACTOR(S) ................................................................... 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ............................................ 9 NON -COLLUSION AFFIDAVIT ..................................................................... 13 DESIGNATION OF SURETIES ...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 15 ACKNOWLEDGEMENT OF ADDENDA ....................................................................... 15 INFORMATION REQUIRED OF BIDDER ..................................................................... 16 NOTICE TO SUCCESSFUL BIDDER ........................................................................... 21 CONTRACT.................................................................................................................. 22 LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND ........................................................... Exhibit B INSURANCE REQUIREMENTS ................................................................. Exhibit C PROPOSAL.............................................................................................................. PR-1 SPECIALPROVISIONS ............................................................................................ SP-1 2 City of Newport Beach FIRE STATION ALERTING SYSTEM INSTALLATION Contract No. 9446-1 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanetBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information to be submitted via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from PlanetBids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.) Questions may be submitted through the PlanetBids portal only prior to, the G&A dUe date. 2. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 3. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 4. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 3 6. In accordance with the California Labor Code (Sections 1770 et'seq.), the Director of industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 7. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Pubric Contracts Code, "Subl'etting and Subcontracting Fair Practices Act". 8. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 (with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 9. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 10. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 11. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 12. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. 4 C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third parry to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204, D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. E. MANDATORY PRE -BID MEETING: all prospective bidders wishing to bid on the project shall attend the mandatory pre -bid meeting specified in this bid; any submission from a bidder who did not attend the pre -bid meeting shall be considered non -responsive. The signature below represents that the above has been reviewed. 534115 C7 Contractor's License No. & Classification Authorized ignatu�itle DIR#: 1000002785 Exp.06/30/2024 DIR Registration Number & Expiration Date Pacific Coast Cabling, Inc. dba PCC Network Solutions Bidder 11 /30/23 Date CitV of Newport Beach FIRE STATION ALERTING SYSTEM INSTALLATION Contract No. 9446-1 DESIGNATION OF SUBCONTRACTOR(S) - AFFIDAVIT State law requires the listing of all subcontractors who will perform work in an amount in excess of one- half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include DIR registration numbers for each subcontractor. Pacific Coast cabling, Inc. dba PCC Network Solutions Bidder A Authorized Signat6 /Title Citv of Newport Beach FIRE STATION ALERTING SYSTEM INSTALLATION Contract No. 9446-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidder's Name Pacific Coast cabling. Inc. dba PCC Network Solutions FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON -RESPONSIVE. MINIMUM QUALIFICATIONS — Contractors who do not meet the minimum qualifications below may be considered non-responsive/non-responsible. • The required qualifications include at least five (5) years of experience installing CAT6 network and low voltage cabling. • The contractor must be a certified installer of the cable manufacturer they are representing. • Have qualified personnel who have prerequisite knowledge and experience. • Have at least three satisfactory references for similar services within past three (3) years OR have performed satisfactory work for City within past three (3) years (list below). • Meet the insurance requirements detailed in this bid document (see sample contract). For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $100,000, provide the following information: No. 1 Project Name/Number Project Description CITY OF NEWPORT BEACH DATA, TELECOMMUNICATIONS, AND FIBER OPTIC CABLING SERVICES Approximate Construction Dates: From Agency Name CITY OF NEWPORT BEACH 1/1/2013 To: 12/3112023 7 Micheal Woiciechowski Contact Person Telephone ( Original Contract Amount $ 1373,183 Final Contract Amount $ tbd ) 949-644-3088 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No No. 2 Kroger -Riverside Creamery Project Name/Number Project Description Conduit, Racks, Cabinets, Cable Runways Fiber Optic & Category 6 cabling Approximate Construction Dates: From 1/22 TO: 10/22 Agency Name Kroger Contact Person Mike Mellas Telephone ( ) 909-855-3238 Original Contract Amount $ $600.654 Final Contract Amount $ $651,911 If final amount is different from original, please explain (change orders, extra work, etc.) Additional Work Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No No. 3 Project Name/Number Northrop Grumman -Redondo Beach-M5/R6 Infrastructure Upgrade Project Description Racks, Cabinets, Cable Tray, Singlemode & Multimode Fiber Optic, Category 6A UTP & STP Cabling Approximate Construction Dates: From 5/22 Agency Name Northrop Grumman Contact Person Eric Siritto To: 12/22 Telephone ( ) _ Original Contract Amount $ $411,000 Final Contract Amount $ $441,000 8 424-350-5858 If final amount is different from original, please explain (change orders, extra work, etc.) Additional Work Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No No. 4 Project Name/Number Project Description Northrop Grumman- Redondo Classified Comm -Room UPS Install Comm -Room UPS Install Approximate Construction Dates: From Agency Name Northrop Grumman Contact Person Eric Siritto 10122 To: 2123 Telephone ( ) 424-350-5858 Original Contract Amount $ $zo3,566.99Final Contract Amount $ $203-566.99 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Pacific Coast cabling, Inc. dba PCC Network Solutions Bidder 10 '1� �_e( V / Authorized Signat Itle City of Newport Beach FIRE STATION ALERTING SYSTEM INSTALLATION Contract No. 9446-1 NON -COLLUSION AFFIDAVIT State of California ) ) ss. County of ) being first duly sworn, deposes and says that he or she is of Pacific Coast cabling, Inc dbaPCCNetwork Solutions , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State 781?lhat Peforegoingis true and correct. Pacific Coast cabling, Inc. dba PCC Network Solutions Bidder Authorized Sign 6 re/Title Subscdbeded and sworn to (or affirmed) before me on this,Dday of A1&yr_44.f , 2023 by satisfactory evidence to be the , proved to me on the basis of who appeared before me. I certify under PENALTY OF PERJURY under aws of the State of California that the foregoing paragraph is true and correct. [SEAL] See Attached Notary Jurat Certificate 11 Notary Public My Commission Expires: CALIFORNIA JURAT GOVERNMENT CODE § 8202 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Countyof OMY E. BERRYNotaryPuc-CaliLosAngelesCouCommission 0 2330091 Comm. Expires Ju12. 2024 Place Notary Seal and/or Stamp Above Subscribed and sworn to(oraffirmed) before me on c� this 3 O day of 1 OO R�ti�� � 1, 20, by `Date Month Year (and (2) ), Name(s) of Signer(s) proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Sigr nn"rinw1 n 1 V r . I V.1- Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: h /'70ZGZ�J Number of Pages: Signer(s) Other Than Named Above: ©2019 National Notary Association City of Newport Beach FIRE STATION ALERTING SYSTEM INSTALLATION Contract No. 9446-1 DESIGNATION OF SURETIES Bidder's name Pacific Coast cabling, Inc. dba PCC Network Solutions Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): Agent: Commercial Surety Bond Agency 4850 Arlington Avenue Riverside, CA 92504 Michael Stong (951) 343-0382 Bonding Company: SureTec Insurance Company 3033 5th Avenue, Suite 300 San Diego, CA 92103 (619) 400-4100 12 City of Newport Beach FIRE STATION ALERTING SYSTEM INSTALLATION Contract No. 9446-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name Pacific Coast cabling Inc. dba PCC Network Solutions Record Last Five (5) Full Years Current Year of Record Current Record Record Record Record Record Year of for for for for for Record 2022 2021 2020 2019 2018 Total 2023 No. of contracts *1231 1103 1086 1045 1284 1445 6214 Total dollar 31031 YT Amount of Contracts (in *$11992 $15640 $16109 $12611 $13124 $16489 *$85965 Thousands of $) No. of fatalities 0 0 0 0 0 0 0 No. of lost 1 2 2 0 2 7 Workday Cases 0 No. of lost workday cases involving permanent 0 0 0 0 0 0 0 transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 13 Legal Business Name of Bidder Pacific Coast cabling, Inc. dba PCC Network Solutions Business Address: _2Q31_E:_ Cer_r[tQ_$ Ave A�n�_heim CA 9�$96 Business Tel. No.: 818-407-1911 State Contractor's License No. and Classification: 534115 C7 Title The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of r _ _ � bidder `-a /�- Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHED] 14 City of Newport Beach FIRE STATION ALERTING SYSTEM INSTALLATION Contract No. 9446-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name Pacific Coast Cabling, Inc. dba PCC Network Solutions The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Si ur 15 City of Newport Beach FIRE STATION ALERTING SYSTEM INSTALLATION Contract No. 9446-1 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: Pacific; Coast cabling, Inc dba PCC Network Solutions 2031 E. Cerritos Ave Unit 7C Anaheim, CA 92806 Business Address: 818-40 7 -1911: 818 -007-1913 Telephone and Fax Number: California State Contractor's License No. and Class: C7534115 (REQUIRED AT TIME OF AWARD) Original Date Issued: Expiration Date: 07/31124 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: Craig Stevens- Project Manager; Freedom Berke] -Estimator The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone David Burr PresldenUCE0 20717 Prairie St Chatsworth, CA 91311 81 BA07-1911 James Wilmington Vice PresidenUC00 20717 Prairie St Chatsworth, CA 91311 81 BA07-1911 Richard Harris Vice PresidenUCSO 20717 Prairie St Chatsworth, CA 91311 818-407-1911 Corporation organized under the laws of the State of Califomia 16 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: Pacific Coast Cabling, Inc. dba PCC Network Solutions For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner/agency? If so, explain. No Have you ever failed to complete a project? If so, explain. No For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / No 17 Are any claims or actions unresolved or outstanding? Yes /©o If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non -responsive. (Print name of Owner or President of Corporat' n/ ompany) Pacific Coast Cabling, Inc. dba PCC Network Solutions Bidder Authorized Signat a itle SeGrz �_ Title 11 /30/23 Date On before me, , Notary Public, (sonally appeared who proved a on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribe the within instrument and acknowledged to me that he/she/they executed the same in his/her/th " uthorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or th ity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY u paragraph is true and correct. WITNESS my hand and official Notary Public inJa(id for said State My Odmmission Expires: laws of the State of California that the foregoing 18 (SEAL) See Attached Notary Acknowledgment Certificate CALIFORNIA ACKNOWLEDGMENT CIVIL CODE 51189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of �- S I ` On 1J A Zrz J - �_zrr -�c�r ?g 1 101. L before me, Date t Here Insert ame and Title o e Officer personally appeared \�� c � \ �l avuR S \Ac,, r(' 15 Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. *my J. E. BERRY Notary Public - California Los Angeles County f Commission # 2330091 Comm. Expires Jul 2, 2024 + Place Notary Seal and/or Stamp Above certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and/official seal. Signature / OPTIONAL Signature fbWotary Public Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Docum�ent:,-i Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's N me: ❑ Corporal Officer - Title(s): ❑ Partner - Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: �2 Signer's Name: ❑ Corporate Officer - Title(s): ❑ Partner - ❑ Limited General ❑ Individual Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: is;'. =-2 o ate€ Yc: atfu� 1 �i3? i `v € s':u.atl 02019 National Notary Association City of Newport Beach FIRE STATION ALERTING SYSTEM INSTALLATION Contract No. 9446-1 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 19 FIRE STATION ALERTING SYSTEM INSTALLATION CONTRACT NO. 9446-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 23rd day of January, 2024 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and PACIFIC COAST CABLING, INC., a California corporation ("DBA") PCC Network Solutions ("Contractor"), whose principal address is 20717 Prairie Street, Chatsworth, CA 91311 with a local address of 2031 E Cerritos Ave, Unit 7C, Anaheim, CA 92806, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: Install the low - voltage cabling for Fire Alerting System (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 9446-1, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of One Hundred Seventy One Thousand Four Hundred Twenty Five Dollars and 38/100 ($171,425.38). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Craig Stevens to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. NOTICE OF CLAIMS 6.1 Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing Pacific Coast Cabling, Inc. dba PCC Network Solutions Page 2 requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 6.2 To the extent that Contractor's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Contractor to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Contractor shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: IT Supervisor City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Craig Stevens Pacific Coast Cabling, Inc. dba PCC Network Solutions 2031 E Cerritos Ave, Unit 7C Anaheim, CA 92806 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil Pacific Coast Cabling, Inc. dba PCC Network Solutions Page 3 service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of Pacific Coast Cabling, Inc. dba PCC Network Solutions Page 4 insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Contract, the services to be provided under this Contract shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Pacific Coast Cabling, Inc. dba PCC Network Solutions Page 5 Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. Pacific Coast Cabling, Inc. dba PCC Network Solutions Page 6 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. Pacific Coast Cabling, Inc. dba PCC Network Solutions Page 7 On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. Pacific Coast Cabling, Inc. dba PCC Network Solutions Page 8 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] Pacific Coast Cabling, Inc. dba PCC Network Solutions Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY OF NEWPORT BEACH, CITY ATTORNEY'S OFFICE a California municipal corporation Date: 2 —/ r Date:i. By: By: r aro C. HaS Will O'Neill i Attorn y `�// Mayor ATTEST: n� CONTRACTOR: PACIFIC COAST Date: CABLING, INC., a California corporation ("DBA") PCC Network Solutions Date: By: "ik� 4- - Leilani I. Brown City Clerk C �2tLr FoV Signed in Counterpart Bv: David Burr Chief Executive Officer Date: Bv: Signed in Counterpart Richard Harris Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Pacific Coast Cabling, Inc. dba PCC Network Solutions Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 2—/-2,d'A CITY OF NEWPORT BEACH, a California municipal corporation Date: By: By: ro C. h1S Will O'Neill i Attor y Tay Mayor ATTEST: Date: Leilani I. Brown City Clerk CONTRACTOR: PACIFIC COAST CABLING, INC., a California corporation ("DBA") PCC Network Solutions Date: t A� By: --� David Burr Chief Executive Officer Date: j - L-- r Richard Harris Secretary [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Pacific Coast Cabling, Inc. dba PCC Network Solutions Page 10 THE FINAL PREMIUM IS PREDICATED ON THE EXHIBIT A FINAL CONTRACT PRICE CITY OF NEWPORT BEACH BOND NO. 4468200 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City of Newport Beach, State of California, has awarded to PACIFIC COAST CABLING, INC., a California corporation ("DBA") PCC Network Solutions hereinafter designated as the "Principal," a contract for Install the low -voltage cabling for Fire Alerting System in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Markel Insurance Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of One Hundred Seventy One Thousand Four Hundred Twenty Five Dollars ($171,425.38) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attomeys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as Pacific Coast Cabling, Inc. dba PCC Network Solutions Page A-1 required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 6th day of February , 20 24_. Pacific Coast Cabling, Inc. dba PCC Network Solutions Name of Contractor (Principal) Markel Insurance Company Name of Surety 3111 Camino del Rio N, Suite 900, San Diego, CA 92108 Address of Surety (800)288-0351 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICI Date: 2- 29-- 2 4 By: C ITz- VAr7, C. H o ev a/a8)ay Authorized nature/Title it Autho ize g nt i ture Michael D. Stong Attorney -In -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Pacific Coast Cabling, Inc. dba PCC Network Solutions Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Im Anaeejs ) ss. On 20 before me, tnn � �a o Notary Public -,-'personally appeared o Ci VT- NA i who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. A�m �� Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California TINA FROST R NotaryPublic • Calllornl+lLos Angeles CountyCommission r 2442tb2 y Comm. Expires Mar 23, 2027 (seal) County of Riverside } Ss. On February 6 2024 before me, R. Nappi Notary Public, personally appeared Michael D. Stona proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. >l OFR. PI WITNESS y hand and official seal. 5�'__,,Tti Notary Public z u o Riverside County Commission # 2327975 My Comm. Expires Jun 7, 2024 v Sign t re (seal) Pacific Coast Cabling, Inc. dba PCC Network Solutions Page A-3 Bond No. 4468200 POA# 510023 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office In the County of Harris, Texas and Markel Insurance Company (the "Company"), a corporation duly organized and existing under the laws of the state of Illinois, and having its principal administrative office in Glen Allen, Virginia, does by these presents make, constitute and appoint: Arturo Ayala, Daniel Huckabay, Dwight Reilly, Shaunna Rozelle Ostrom, Frank Morones, Michael D. Stong, Ben Stong, R. Nappi, Benjamin Wolfe, Chelsea Liberatore, Adrian Langrell Their true and lawful agent(s) and attorney(s)-in-fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety or jointly, as co -sureties, and as their act and deed any and all bonds and other undertaking in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Fifteen Million and 00/100 Dollars ($15,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED, That the President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the act and deed of the SureTec Insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seat thereto." IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 4th day of January , 2023 . SureTec Insurance Company By: 07�411111: of — Michael C. Keimig, Preside State of Texas County of Harris: tuuurr Markel suranceC pang �SURANCF SURANC�i�� u, t- u, s =Y' SEAL A ey -�. c C2 �� '?: J •. j t �� .,g� ,. t. AindeyJenAings; Vice resident On this 4th day of January , 2023 A. D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, to me personally known to be the individuals and officers described in, who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid, and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal atthe County of Harris, the day and year first above written. �a p •.,, XENIA RIVAS 14. Notary Public State of Texas By: Commission # 129117659 x +as, No ry Public Commission Expires 9/10/24 My co mission expires 9/10/2024 We, the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the 6th day of February 2024 SAT c Insu nce Comp y Mar el In ante Company BY: By: M. Br t Beaty, Assfstant Secre ry A drew Marquis, Assistan ecretar Any Instrument Issued in excess of the penalty stated above is totally void and without anyvalidity. 510023 For verification of the authority of this Power you may call (713)812-0800on any business day between 830 AM and SDI) PM CST. THE FINAL PREMIUM IS PREDICATED ON THE FINAL CONTRACT PRICE EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 4468200 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 1,454.00 , being at the rate of $ 9.40/7.20 thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to PACIFIC COAST CABLING, INC., a California corporation ("DBA") PCC Network Solutions hereinafter designated as the "Principal," a contract for Install the low -voltage cabling for Fire Alerting System in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Markel Insurance Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of One Hundred Seventy One Thousand Four Hundred Twenty Five Dollars ($171,425.38) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys' fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Pacific Coast Cabling, Inc. dba PCC Network Solutions Page B-1 Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 6th day of February ,2024 Pacific Coast Cabling, Inc. dba PCC Network Solutions Name of Contractor (Principal) Markel Insurance Company Name of Surety 3111 Camino del Rio N, Suite 900, San Diego, CA 92108 Address of Surety (800)288-0351 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By: ar n C. Attor a a1a�lay uthorize nature/Title Aut oriz d Xd--qCy S nature Michael D. Stong Attorney -In -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Pacific Coast Cabling, Inc. dba PCC Network Solutions Page B-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of LW nnulir s ) SS - On 20 k4 before meT42o, 3,0w' SNotary Public, -personally appeared r' who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 3�y& Signature ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California TIFROST Notary Public lic -California Los Angeles County >� Commission # 244216'2 .y Comm. Expires war 23, 2027 (seal) County of Riverside } ss. On February 6 2024 before me, R. Nappi Notary Public, personally appeared Michael D. Stong proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. *my R. NAPPI Notary Public - California ir Riverside County Commission # 232797j��4 Comm. Expires Jun 7, Signa r(seal) Pacific Coast Cabling, Inc. dba PCC Network Solutions Page B-3 Bond No. 4468200 POA# 510023 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office In the County of Harris, Texas and Markel Insurance Company (the "Company"), a corporation duly organized and existing under the laws of the state of Illinois, and having its principal administrative office in Glen Allen, Virginia, does by these presents make, constitute and appoint: Arturo Ayala, Daniel Huckabay, Dwight Reilly, Shaunna Rozelle Ostrom, Frank Morones, Michael D. Stong, Ben Stong, R. Nappi, Benjamin Wolfe, Chelsea Liberatore, Adrian Langrell Their true and lawful agent(s) and attorney(s)-in-fad, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety or jointly, as co -sureties, and as their ad and deed any and all bonds and other undertaking in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Fifteen Million and 00/100 Dollars ($15,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED, That the President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the ad and deed of the SureTec Insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Markel Insurance Company and SureTeclnsurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the 4th day of January , 2023 . SureTec Insurance Company By: Michael C. Keimig, Preside State of Texas County of Harris: ```�sttturrrrzj Markel surance pany NpFC `.`2 ...jiX Ci4 vi X o ' 1 00 ;= By �� t j}y SEAL Lindey Jennings; Vice resident On this 4th day of January , 2023 A. D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, to me personally known to be the individuals and officers described in, who execute d the preceding instrument, and they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid, and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. ...a,p�•.XENIA RIVAS NotaryPublic State of Texas By: Commission # 129117659 x +as, Notgry Public Commission Expires 9/10/24 My co mission expires 9/10/2024 We, the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the 6th day of February 2024 S reTec I nsu nce Comp y By: i M. Br t Beaty, As stant Secre ry Mar el In ante Company Ae(reW Marquis, Assistan ecretary r Any Instrument Issued in excessof the penalty stated above is totally voidand without anyvalidity. 510023 For verification of the authority of the Poweryou may call (713)812,0800onany businessday between 830AM and5:00 PM CST. By EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers.. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed- officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an Pacific Coast Cabling, Inc. dba PCC Network Solutions Page C-1 insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed Pacific Coast Cabling, Inc. dba PCC Network Solutions Page C-2 documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher Pacific Coast Cabling, Inc. dba PCC Network Solutions Page C-3 limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self -insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self -insured retention, the self -insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self -insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. Pacific Coast Cabling, Inc. dba PCC Network Solutions Page C-4 K. Maintenance of General Liability Coverage. Contractor agrees to maintain commercial general liability coverage for a period of ten (10) years after completion of the Project or to obtain coverage for completed operations liability for an equivalent period. Pacific Coast Cabling, Inc. dba PCC Network Solutions Page C-5 q 2 275 D+ 75 ® C 4 Search Insured Name Pacific Coast Cabling dba PCC Network I Pacific Coast Cabling dba PCC Active Records Only Advance Search i Insured Tasks Admin Tools View s& Insured , Notes History Deficiencies Coverages Requirements Add Edit i Help Video Tutorials .s:t Insured Name: Pacific Coast Cabling dba PCC Network Solutions n Account Number: FV00001150 Address: Status: Insured 2031 E Cerritos Ave Unit 7C, Anaheim, CA, 92806 Currently in Compliance. Business Unit(s) Print Insured Info Account Information i Account Number: FV00001150 Risk Type: Public 1 Works Formal Agreement Do Not Call: Address Updated: L. Address Information Mailing Address Physical Address Insured: Pacific Coast Cabling dba PCC Network Solutions Address 1: 2031 E Cerritos Ave Unit 7C ' Aririracc 9- l,lly. Ml ltll 1UH I I State: CA Zip: 92806 Country: Contract Information Contract Number: 9446-1 Contract Start Date: 01/23/2024 Contract End Date: Contract Effective Date: Contract Expiration Date: Description of Services: Fire Stations Safety Form II: low voltage cabling Contact Information Contact Name: Misc: Phone Number: Alt Phone Number: Fax Number: E-Mail Address: 1 Approval Date: Rush: No Contract on File: i No Certificate Received: No Indemnification Agreement: i No i Tax Id: This Account created by 936 on 03/12/2024. City of Newport Beach FIRE STATION ALERTING SYSTEM INSTALLATION Contract No. 9446-1 ':010*1MI (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Councilmembers: The undersigned declares that the Contractor has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Bid Documents, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 9446-1 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: 11 /30/23 Date 818-407-1911. 818-407-1913 Bidder's Telephone and Fax Numbers 534115 C7 Bidder's License No(s). and Classification(s) 1000002785 DIR Registration Number Bidder's email address: PR-1 Pacific Coast Cabling, Inc. dba PCC Network Solutions Bidder Bidder's Author' d Signature and Title 2031 E. Cerritos Ave Unit 7C Anaheim, CA 92806 Bidder's Address cr PCC Network Solutions Design. Build. Deliver. December 19, 2023 Mr. Micheal Wojciechowski City of Newport Beach 100 Civic Center Drive Newport Beach, California, 92660 Re: PCC Quotation Q-E112023FKB Station Alerting System R2 Project: Fire Station Alerting System Installation Thank you for the opportunity to provide a communications infrastructure solution to your organization. The PCC Network Solutions ("a Pacific Coast Cabling, Inc. company's (The Contractor) team looks forward to completing the work as described. our company PCC Network Solutions — Design. Build. Deliver. We know that communication is vital to the success of your organization. At Pacific Coast Cabling, we provide the means to make your communication systems mission -ready at all times. We are a premier provider of structured cabling systems, and proud to bring our clients best -of -breed products from our partners: Belden, Berk-Tek, Leviton, Panduit, CommScope/Systimax/TE, Ortronics and CORNING. And our history of outstanding customer service and quality workmanship has brought us clients such as Amgen, 20th Century Fox, Citrix, Warner Brothers, Intuit, Disney, Sempra Energy, Conejo Valley Unified School District and UCLA, to name just a few. our qualifications American National Standards Institute (ANSI) Compliant Electronics Industries Alliance (EIA) Compliant Telecommunications Industry Association (TIA) Compliant Institute of Electrical and Electronics Engineers (IEEE) Compliant BICSI Corporate Member Registered Communications Distribution Designers (RCDD) on Staff Manufacturer Certified Licensed Contractor, No. 534115 Fully Insured High Bonding Capacity Should you have any questions, please do not hesitate to contact me directly. I can be reached at 818-407-1911 or via email at fberkel@pccinc.com. Best regards, 9'lP4*m VevW Estimator 20717 Prairie Street Chatsworth, CA 91311 1 Toll free 800.313.1911 1 Phone 818.407.1911 1 Fax 818.407.1913 1 www.pccinc.com 1 QF PCC Network Solutions Design. Build. Deliver. Statement of Work - • The City of Newport Beach (CoNB) shall furnish all Fire Station Alerting System equipment. • PCC Network Solutions (PCC) shall furnish and install all Category 6 data cabling, 18/4 low voltage cabling, and installation of CoNB furnished Station Alerting System equipment as indicated on the furnished drawings except as noted otherwise. • The CoNB shall install the ATX enclosures and associated equipment at all Stations. • The CoNB shall commission and cutover all Station Alerting System equipment. PCC shall provide technicians on -site to assist the CoNB staff during the cutover. • The CoNB shall have a patch & paint contractor follow the work to remediate any cosmetic damage related to the work. • PCC shall use existing conduits wherever possible. Work above hard lid or suspended ceilings will remain exposed. ]-Hook type supports shall be installed where accessible. • PCC shall furnish and install EMT conduit at the following locations only. No conduit shall be installed at Stations 4, 7 & 8. Cables will remain exposed in all other areas where existing conduit cannot be reused. o Station 3-See image below. o Station 6-See image below. • Existing unused cables and equipment shall be left in place where not used as pull strings or where replaced in exact same location. Demo excluded. • 2-Days of scissor lift rental shall be furnished for each Station. • For room remotes, middle of screen shall be at 45". For the TV Remotes and Message Signs, heights will be determined per Station. • Stations shall be performed and commissioned in sequence, not concurrently. • The CoNB provided drawings shall be updated with the as built information. • All work shall be performed during regular business hours. • X-Rays, GPR, coring, demo, remediation of existing conditions, CPM project management excluded. Fire Station Equipment Lists - Fire Station 03 — 1 EXTERNAL AMPLIFIER (60-10OW) 1 G2 ATX STATION CONTROLLER 26 G2 COLOR INDICATOR REMOTE 1 G2 EXPANSION UNIT (G2-EXP-12) 5 G2 HDTV REMOTE 15 G2 LED SPEAKER (G2-LVL-HC-70) 7 Model TB8 - Ceiling Speaker Tile Bridge 3 G2 MESSAGE REMOTE 2 2 G2 MESSAGE SIGN MINI (MS-G-M) 6 G2 MESSAGE SIGN STANDARD (MS-G2-S) 4 G2 MS ADAPTOR PLATE DOUBLE (AP-D) 20717 Prairie Street Chatsworth, CA 91311 1 Toll free 800.313.1911 1 Phone 818.407.1911 1 Fax 818.407.1913 1 www.pccinc.com 2 co PCC Network Solutions Design. Build. Deliver. 2 1 G2 OMNISTROBE SPEAKER 1 G2 STROBE LIGHT 2 G2 UPS (G2-UPS) 4 MS-MNT-ART-L 2 PUSH BUTTON (BLACK) 1 PUSH BUTTON (RED) 8 ROOM REMOTE 2 (RR-2) 6 RR2 BACK BOX 2 RR2 BACK BOX - SURFACE MOUNT (RR2- BB) 1 SPEAKER FLUSH MOUNT 3 SPEAKER WEATHER-PROOF 6 SPEAKER -METAL BOX Fire Station 04 — 1 G2 ATX STATION CONTROLLER 1 G2 ATX-EXP RACK EARS (ATX-E) 2 G2 HDTV REMOTE 12 G2 LED SPEAKER (G2-LVL-HC-70) 1 G2 LED SPEAKER -BOX 2 G2 MESSAGE SIGN STANDARD (MS-G2-S) 1 G2 MS ADAPTOR PLATE DOUBLE (AP-D) 1 G2 UPS (G2-UPS) 1 G2 UPS WALL -MOUNT (UPS-WMB) 1 MS-MNT-ART-L 1 SPEAKER FLUSH MOUNT 1 SPEAKER WEATHER-PROOF 1 VIDEO DOOR STATION Fire Station 06 — 1 G2 ATX STATION CONTROLLER 1 G2 ATX-EXP RACK EARS (ATX-E) 1 G2 HDTV REMOTE 10 G2 LED SPEAKER (G2-LVL-HC-70) 1 G2 LED SPEAKER -BOX 2 G2 MESSAGE SIGN STANDARD (MS-G2-S) 1 G2 MS ADAPTOR PLATE DOUBLE (AP-D) 1 G2 UPS (G2-UPS) 1 G2 UPS WALL -MOUNT (UPS-WMB) 1 MS-MNT-ART-L 20717 Prairie Street Chatsworth, CA 91311 1 Toll free 800.313.1911 1 Phone 818.407.1911 1 Fax 818.407.1913 1 www.pccinc.com 3 tv PCC Network Solutions Design. Build. Deliver, 2 SPEAKER WEATHER-PROOF 1 VIDEO DOOR STATION Fire Station 07 — 1 G2 ATX STATION CONTROLLER 3 G2 COLOR INDICATOR REMOTE 4 G2 HDTV REMOTE 8 Model TB8 - Ceiling Speaker Tile Bridge 5 G2 LED SPEAKER (G2-LVL-HC-70) 4 G2 MESSAGE SIGN STANDARD (MS-G2-S) 2 G2 MS ADAPTOR PLATE DOUBLE (AP-D) 7 G2 PoE PORT REQUIRED 1 G2 UPS (G2-UPS) 2 MS-MNT-ART-L 2 PUSH BUTTON (BLACK) 1 PUSH BUTTON (RED) 2 ROOM REMOTE 2 (RR-2) 2 Room Remote Back Box 15 SPEAKER FLUSH MOUNT 5 SPEAKER WEATHER-PROOF 1 VIDEO DOOR STATION Fire Station 08 — 1 EXTERNAL AMPLIFIER (60-100W) 1 G2 ATX STATION CONTROLLER 1 G2 ATX-EXP RACK EARS (ATX-E) 2 G2 HDTV REMOTE 13 Model TB8 - Ceiling Speaker Tile Bridge 18 G2 LED SPEAKER (G2-LVL-HC-70) 2 G2 MESSAGE SIGN STANDARD (MS-G2-S) 1 G2 MS ADAPTOR PLATE DOUBLE (AP-D) 1 G2 UPS (G2-UPS) 1 MS-MNT-ART-L 2 ROOM REMOTE 2 (RR-2) 2 Room Remote Back Box 2 SPEAKER FLUSH MOUNT 5 5 SPEAKER WEATHER-PROOF 1 TRANSFORMER 1 VIDEO DOOR STATION 20717 Prairie Street Chatsworth, CA 91311 1 Toll free 800.313.1911 1 Phone 818.407.1911 1 Fax 818.407.1913 1 www.pccinc.com 4 Cp PCC Network Solutions Design. Build. Deliver. EMT Conduit is Limited to the Following Locations — Station 3 1st Floor Station 3 2nd Floor 20717 Prairie Street Chatsworth, CA 91311 1 Toll free 800.313.1911 1 Phone 818.407.1911 1 Fax 818.407.1913 1 www.pccinc.com 5 cr PCC Network Solutions Design. Build. Deliver. Station 6 2"d Floor Pricing PCC Network Solutions shall perform the above scope of work for the sum of: Station 3 Station 4 Station 6 Station 7 Station 8 1 As Built Totals $65,599.86 $18,553.31 $24,072.38 $33,127.89 $29,571.94 1 $500.00 $171,425.38 Contract Requirements The Contractor (PCC) shall provide a 1-year warranty on all SCS MANUFACTURER products and workmanship. PCC shall provide Certificates of Insurance for General Liability, Automobile Liability, and Workers Compensation and Employers Liability naming City of Newport Beach as additionally insured where required. PCC Network Solutions: General Terms and Conditions 1. Payment Terms: Any variance to these payment terms must be approved by PCC's VP of Finance prior to contract acceptance. In order to maintain neutral cash flow, 100% material and equipment deposits are required prior to mobilization. Bi-weekly progress payments will be issued thereafter, on or about the loth and 25th of each month, through project completion due 2% 10 / Net30. A finance charge of 1.5% per month will be charged against any unpaid balance in excess of 30 days. 2. Off Shift Work, all defined as hours worked outside of PCC Regular working hours M — F, 7:OOam — 3:30pm., are excluded. 3. Idle time incurred by The Contractor due to the absence of required escorts, clearances, permits, inability to enter the workplace, delays by other trades or other factors beyond our control will be charged to the customer at PCC's published hourly rates per man-hour. 4. If demobilization and remobilization is required for this project, additional costs per incident will be charged to the customer. 5. Expedite Fee's are excluded. 20717 Prairie Street Chatsworth, CA 91311 1 Toll free 800.313.1911 1 Phone 818.407.1911 1 Fax 818.407.1913 1 www.pccinc.com 6 6 PCC Network Solutions Design. Build. Deliver. 6. Return/Restocking Fee's are excluded. 7. Working in, or Handling of, Hazardous Materials (ACM's, Asbestos, Lead, Caustic Materials, Caustic Liquids, etc.), is excluded. 8. The information contained in this document is proprietary to The Contractor and is intended to be used as evaluation and/or bidding information only. No part of this document may be disclosed, reproduced and/or distributed to anyone except the listed recipients within this package without the written permission from The Contractor. 9. Change Order requests will be in writing only, and authorized by signatory of both parties, prior to work commencement. 10. The Contractor assumes that all pathways are clear and accessible with the necessary capacity for the work to be performed as described in the Specifications/Statement of Work. It is the responsibility of the client to provide adequate pathways where deficiencies are present. 11. The Contractor's quotation is good for (30) days from the date of quotation. 12. Secured Storage/Office Trailer/Waste Roll -Off are excluded. 13. Wall repair or painting, removal of existing/abandoned cable or hardware, ceiling tile repair are excluded. 14. Permit, license, or bond(s) costs, as a part of this response, are excluded. 15. Parking will be provided to The Contractor employees at no additional cost. 16. Liquidated Damages will not be accepted. 17. Grounding and/or Bonding of equipment, racks, cabinets, conduits, raceways, cable tray, cable runway, cable sheaths, etc., are excluded. 18. Provision or Installation of Electrical power/circuits, PDU, UPS, Power strips are excluded. 19. Plywood/Fire Rated backboards, and/or the painting of said backboards are excluded. 20. PCC is not responsible to move, relocate or replace any furniture of any kind or any encumbrances that block the path of the PCC cabling installation. This task is the sole responsibility of Client. 20717 Prairie Street Chatsworth, CA 91311 1 Toll free 800.313.1911 1 Phone 818.407.1911 1 Fax 818.407.1913 1 www.pccinc.com 7 City of Newport Beach FIRE STATION ALERTING SYSTEM INSTALLATION Contract No. 9446-1 Special Provisions SECTION 1- SCOPE AND CONTROL OF THE WORK AWARD AND EXECUTION OF THE CONTRACT Contractor will provide all necessary construction labor/services to successfully complete installation of City provided Alerting System equipment (Phoenix G2 Systems manufactured by US Digital Designs). Contractor shall be registered with the California Department of Industrial Relations and a minimum contractor's license classification of "C-7". At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. A DIR Project ID will be requested by the City from the State and provided to the awarded contractor. WORK TO BE DONE This project consists of the wiring and installation of Phoenix G2 station alerting systems at the following locations: 1. Fire Station 3, 868 Santa Barbara Drive 2. Fire Station 4, 124 Marine Avenue 3. Fire Station 6, 1348 Irvine Avenue 4. Fire Station 7, 20401 Acacia Street 5. Fire Station 8, 6502 Ridge Park Road Installation shall be coordinated by the City's Information Technology (IT) Division and comply with the general requirements, standards and plans provided as part of this bid. SECTION 2 —WORKMANSHIP It is warranted that the contractor shall perform the work with the highest level of workmanship required for the successful completion of the Project. Cable: All data distribution cables shall meet or exceed Category 6 specifications. The contractor must be a certified installer of the manufacturer they are representing; they must also warrant P-1 I Special Provisions the installation for at least 20 years or more. A statement of warranty must be included in your bid proposal. All cables must be certified. SECTION 3 — LOCATION All work shall be performed at the locations specified in Section 1, and as per the specifications and drawings listed in this bid. SECTION 4 — INSTALLATION Cable Installation Specifics: All cable must be run inside the wall or within the raceway. Cables need to be properly dressed and secured. All cables and faceplates must be labeled with a machine generated label per industry standards. Cabling system within IDFs should include CAT6: Patch panels, modular jacks, patch cords, cables, and couplers. Installation includes all terminating required. 1. All cables shall be independently supported throughout the entire project as recommended. 2. Cables shall be routed point-to-point (home run). Cables shall not be spliced. 3. All cable must be routed to avoid fluorescent light fixtures or electric motors. 4. The outside sheath of any cable shall not be damaged. 5. The contractor shall terminate cables properly on both ends. 6. The contractor shall provide proper temporary protection for cables after pulling is complete but before final dressing and termination is complete. 7. Cable shall not be left lying on the floor or on top of drop celling grids. 8. The contractor shall use Velcro -styled straps to tie -wrap all cables. Tie -wrap shall occur on two (2) foot intervals. 9. Traditional cable ties shall be used where required to properly support cables and to protect them from harm or other environmental elements (i.e., to be used in ceilings to keep cables off lighting fixtures or ceiling grids). 10. During installation, the contactor shall comply with the manufacturer's recommendation for pulling tensions. 11. Installation includes J-Hooks as required. Contractor warrants that all equipment and components shall be installed as per the manufacturer's specifications and installation instructions listed in this bid. Please refer to Appendix A — C for further information. SECTION 5 - CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the P-2 I Special Provisions Project Manager or designee. The Contractor shall submit a baseline schedule to the Project Manager or designee for approval a minimum of five working days prior to the pre -construction meeting. Due to the 24/7 emergency operations nature of the Fire Department, all attempts shall be made to minimize disruptions to normal operations. It is understood that the Project Schedule will have some level of flexibility. The Project Manager or designee will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Contractor shall update the schedule periodically or as directed by the Project Manager or designee to reflect any delay or extension of time, or if the circumstances dictate a change in the schedule. In addition, Contractor shall prepare 2-week look -ahead schedules on a bi-weekly basis with detailed daily activities. All scheduling information shall be relayed to the Project Manager in addition to the Assistant Fire Chief and on -duty Battalion Chief. SECTION 6 — TIME COMPLETION The Contractor shall complete all work under the Contract within 60 consecutive working days after the date on the Notice to Proceed or as adjusted per Fire Department and IT Division operational needs. The City shall ensure the availability and delivery of all equipment and components specified in Appendix B prior to the start of work. Normal working hours are limited to 8 a.m. to 5 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., outside of the working hours. The following days are designated City holidays and are non -working days: 1. January 1st (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) P-3 I Special Provisions 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11th (Veterans Day) 8. Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31st (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. SECTION 8 — BUILD SPECIFICATIONS All specifications and work shall conform to the installation guides and drawings/documents included in this attachment, unless otherwise specified by the Project Manager. SECTION 7 — LIQUIDATED DAMAGES For each consecutive calendar day after the time specified in Section 5-6 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $750.00. Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operation. SECTION 9 — MEASUREMENT AND PAYMENT 1.1.1 SECTION 9 -MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The lump sum bid prices for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental P-4 I Special Provisions items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization and Demobilization: Work under this item shall include providing bonds, insurance and financing, preparing BMPs, construction schedule, Schedule of Values, site cleanup, at least one (1) portable toilet, and all other related work as required by the Contract Documents and these Special Provisions. Item No. 2 As-Builts (Fixed Cost, $500.00): Work under this item shall include all shop drawings and/or diagrams, manuals, etc. related to the installation of the equipment at each fire station. Item No. 3 Fire Station No. 3 (868 Santa Barbara Drive): Work under this item shall include all equipment, materials, supplies, labor and costs needed to complete all low voltage cabling and installation work as more fully described in the specifications, for Station No. 3. The cost of remedial work for "completed" installations that do not pass City inspection shall be borne by the Contractor. Item No. 4 Fire Station No. 4 (124 Marine Avenue): Work under this item shall include all equipment, materials, supplies, labor and costs needed to complete all low voltage cabling and installation work as more fully described in the specifications, for Station No. 4. The cost of remedial work for "completed" installations that do not pass City inspection shall be borne by the Contractor. Item No. 5 Fire Station No. 6 (1348 Irvine Avenue): Work under this item shall include all equipment, materials, supplies, labor and costs needed to complete all low voltage cabling and installation work as more fully described in the specifications, for Station No. 6. The cost of remedial work for "completed" installations that do not pass City inspection shall be borne by the Contractor. Item No. 6 Fire Station No. 7 (20401 Acacia Street): Work under this item shall include all equipment, materials, supplies, labor and costs needed to complete all low voltage cabling and installation work as more fully described in the specifications, for Station No. 7. The cost of remedial work for "completed" installations that do not pass City inspection shall be borne by the Contractor. Item No. 7 Fire Station No. 8 (6502 Ridge Park Road): Work under this item shall include all equipment, materials, supplies, labor and costs needed to complete all low voltage cabling and installation work as more fully described in the specifications, for Station No. 8. The cost of remedial work for "completed" installations that do not pass City inspection shall be borne by the Contractor. P-5 I Special Provisions 9-3.2 Partial and Final Payment From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. ATTACHMENTS: APPENDIX A: MANUFACTURER INSTALLATION GUIDE (US DIGITAL DESIGNS) APPENDIX B: ALERTING SYSTEM COMPONENT LIST (US DIGITAL DESIGNS) APPENDIX C: INSTALLATION DRAWINGS P-6 I Special Provisions APPENDIX A: MANUFACTURER SPECIFICATIONS AND INSTALLATION GUIDE (US DIGITAL DESIGNS) Section 27200, Rev. 1 03/06/2019 US Digital Designs Phoenix G2 Fire Station Alerting System Performance Specification 1.00 Overview This specification is for a Fire Station Alerting system to be installed in one or more fire stations. This new system shall be a US Digital Designs "Phoenix G2" system or equal. It shall be capable of interfacing to, and receiving alerts from a data network, radio network, and two-tone paging system. The system shall be based on standard EIA/TIA 568-B Category 6 data network cabling and RJ-45 Data connectors it shall be installable by a low voltage -cabling contractor. Note: Do not use Copper Clad Aluminum wire (CCA) due to this wire causes poor data connectivity. The alerting system shall accommodate connections to systems such as lighting control, telephone paging, voice radios, doorbell buttons, and other devices. These systems and their installation will be specified in other sections and provided by the owner or other trades. 1.01 Section Includes: Fire Station Alerting system equipment with an ATX Fire Station Controller along with an optional Expansion Unit installed in a central location and peripherals consisting of Room Remotes, Message Remotes and BetaBrite message signs, Sign Remotes, Gamma Signs, Room Remote 2 (RR2), Color Indicator Remote, 1/0 Remotes, HDTV Remotes, other Peripherals, audio amplifiers, and speakers located throughout the Fire Station. 1.02 References A. Underwriter's Laboratories UL-1069. B. Electronics Industry Association / Telecommunications Industry Association. C. National Electrical Code. D. U.S. Dept. of Labor / Occupational Safety and Health Administration. E. National Fire Protection Association 1221. 1.03 Qualifications A. Certified low -voltage system installer. B. Applicable state licenses. C. Certificate of successful completion of manufacturer's installation/training training for the equipment being proposed. 1.04 Related Work Provided in Other Specification Sections A. Unless noted otherwise, the following work is to be provided under other specification sections: 1. Installation of conduits, raceways and electrical junction boxes. 2. 120 VAC power wiring and outlets. 3. Overhead lighting. 4. Rough openings and framing for equipment cabinets and Peripherals. 1.05 System Description A. System hardware shall consist of a Station Alerting Controller and possible Expansion Module and multiple peripheral units. These peripherals shall be one or more Message Remotes with BetaBrite message signs, Room Remote 2 (RR2), Sign Remotes, Color Indicator Remotes, Gamma Signs, HDTV Remotes and 1/0 Remotes. System speakers shall be Bogen S86 or equivalent speakers for non -lighted applications, US Digital Designs low -voltage Speaker Lights for lighted applications, and Bogen NEAR A2 speakers for apparatus bay and outside applications. Push Button for acknowledgement of an alert, emergency or doorbell use. Section 27200, Rev. 1 03/06/2019 US Digital Designs Phoenix G2 Fire Station Alerting System B. All necessary equipment required meeting the intent of these specifications, whether or not enumerated within these specifications, shall be supplied and installed to provide a complete and operating fire station alerting system. C. System firmware shall be the product of the station alerting system manufacturer with sole control over revisions and/or changes. Manufacturer shall provide, free of charge, product firmware/software upgrades for a period of one year from date of installation for any product feature enhancements. System firmware upgrades shall not require any exchange of parts and shall be capable of being executed via a laptop computer connection, a web browser, and the SSL protocol. 1.06 Submittals A. Any supplying contractor proposing equipment which is not the base standard for this specification, must provide full submittals at the time of bid. This option shall be exercised at the discretion of the owner/specifying authority. B. In the event the specifying authority decides to reject the submittals of a supplying contractor, the specifying authority may ask the contractor to re -submit if the discrepancies are minor. Otherwise rejection of submittals means the specified product must be supplied. Part 2—Products 2.01 Manufacturers The products specified shall be new and of the standard manufacture of a single reputable manufacturer. As a reference of standard and quality, functionality and operation, it is the request of the owner that bids be based only on equipment manufactured by US Digital Designs, Tempe, Arizona. 2.02 Cabling Cabling shall be in strict accordance with local codes and to the cable specifications found in the manufacturer's installation manual. All peripheral network cabling shall be ANSI/EIA/TIA-568 Category 6 UTP plenum rated cable run as shown on drawings. Cable jacket shall be YELLOW in color. Use RJ-45 Data connectors. Certification documents shall be provided for all cabling runs. Note: Do not use Copper Clad Aluminum wire (CCA) Message Remote to BetaBrite message sign data cable shall be flat grey 6 conductors telephone device cable with 6 conductor modular plugs attached on both ends. Wiring shall be straight through. Wiring comes with the BetaBrite sign. All speaker cabling shall be Plenum rated 18 gauge, 4 conductor stranded jacketed cable.18 gauge, 2 conductors stranded jacketed can be used just for the Audio portion or just for the LED portion. Plenum rated18-4 cable is preferred to use due to possible future expansion of speaker types and just pulling one type of wire. 2.03 Fire Station Controller Equipment Furnish a Phoenix G2 ATX Fire Station Alerting Controller [19" rack mounted, wall mounted, desktop mounted]. Each unit shall have the following features built into a single cabinet: A. Fire Station Controller B. 3 Configurable Audio Inputs and Audio Switching System C. 8 Port Power Audio Ethernet Mixer (POE ports) D. 4 x 20 Watt Audio Amplifiers E. 48 vdc low -voltage lighting control F. 3 Auxiliary Inputs and 4 Relay Outputs G. Touchscreen Industrial Computer with Customer Network (WAN) connection. USB port for UPS monitoring, COM1 Serial connection for Data Radio. H. External UPS Section 27200, Rev. 1 03/06/2019 US Digital Designs Phoenix G2 Fire Station Alerting System 2.04 Message Remote Furnish as shown on plans, Message Remotes capable of the following functions: A. Dual Message Sign control B. Capable of Alert Information or Turnout Timer display C. Independently Controlled Dual 15 Watt Audio Amplifiers. D. Lighting Control E. Panel or wall -mountable F. Single cable connection 2.05 Message Remote 2 Furnish as shown on plans, Message Remote 2 capable of the following functions: A. Has 2 Channels B. Each Channel can Power/Control a Beta Brite Message Sign, 8 ohm speaker connection, 70V speaker connection and Speaker LED Light connection. C. Each Channel 70V speaker connection has a 15 Watt Audio Amplifier. D. Lighting Control E. Panel or wall -mountable F. Single cable connection G. Each Channel has 1 Dry contact Input and 1 Dry contact output NO relay. H. 8 Ohm speaker connection must be used with an 8ohm/70V Transformer. 2.06 Room Remote 2 (RR2) Furnish as shown on plans, Room Remote 2's capable of the following functions: A. Integrated Message Display. B. 10 Watt Audio Amplifier, 1- Line Level Audio OUT, 1-8 ohm Audio OUT and 1-70V Audio OUT C. Lighting Control +48VDC output for Speaker LED Lights D. 1 Dry Contact Input and 1 Relay Output E. Flush or surface mountable. F. Single CAT 6 cable POE IN connection and CAT 6 POE OUT connection (for daisy -chain configuration) 2.07 HDTV Remote Furnish as shown on plans, HDTV Remotes capable of the following functions: A. Network connection to ATX Station Controller B. HDMI Output to video display C. Integrated Alert Message and Turnout Timer display 2.08 Color Indicator Remote Furnish as shown on plans, Color Indicator Remote capable of the following functions: A. Power and network connection to ATX Station Controller B. Built-in Ethernet switch to allow up to 3 Color Indicator Remotes to be daisy -chained C. 8 Color LED Indicator Display 2.09 Gamma Sign Furnish as shown on plans, Gamma Sign capable of the following functions: A. Message Display B. Turnout/Timer Display option C. 1 NO/NC Output Relay D. 1 Dry Contact Input E. Surface mountable and can mount on TV Articulating Arm mount with adapter plate for Dual sign applications. F. Single CAT 6 cable POE IN connection and CAT 6 POE OUT connection (for daisy -chain configuration) Section 27200, Rev. 1 03/06/2019 US Digital Designs Phoenix G2 Fire Station Alerting System 2.10 Speaker Systems Speaker systems shall be either 8 ohm or 70 volt, as per design documents. Speakers shall be grouped into "areas" of similar sound level and unit alerting requirements. 2.11 Hallway / Room Speaker Speakers may be provided by Alerting System manufacturer, or contractor. Check with System manufacturer for details. Speakers shall be Bogen S86T725PG8W or as called out on plans. Speakers may be Reg Bogen S86 or Same type model with a LED light ring installed by USDD (Sold only by USDD) For suspended ceiling applications, provide appropriate speaker support tile bridge. For hard ceiling applications provide appropriate speaker back box. 2.12 Apparatus Room and Outdoor Speaker Provide as shown on plans, Bogen Communications NEAR AT2 loudspeakers. Available tap settings are 4W, 8W or 16W. They can be tied into the ATX Controller 70V Speaker Output Audio Zones or connected through a Ext Audio Amplifier also supplied by USDD. 2.13 LED Lighted Speaker Provides low -voltage LED lighted speakers as noted on drawings along with Audio. This low -voltage lighting shall be +48 VDC connected to the ATX Controller 48V LED Light Outputs zones or +48vdc output connections on system peripherals that support that function. 2.14 External Audio Amplifier for Apparatus Bay Applications (Currently Extron Model XPA 2001) Furnish as shown on plans A. Has an Audio Line Level Input from the ATX Controller. B. Has a 70V audio output for App Bay speakers. 2.15 LED Strobe Light Provide low -voltage Strobe Light as noted on drawings. This low -voltage Strobe Light shall be 48 VDC. 2.16 Pushbuttons Provide Pushbuttons as noted on drawings. Used for Alert acknowledgement, Emergency Alert or Doorbells. Can be a Normally Open (NO) pushbutton wired by a 2 conductor wire back to a Peripheral device or ATX Controller as noted on the drawings. 2.17 System Diagnostics A. All active components in the system shall be continuously supervised for both power and data to ensure proper operation and in the case of system faults to aid in troubleshooting. B. All faults shall be displayed immediately on the associated Communications Gateway. Part 3—Execution 3.01 Supervision Only factory trained installers shall install, service, and maintain the specified system. 3.02 Rough Openings A. The Phoenix G2 ATX Station Alerting Controller only requires a rough opening if mounted exposed in a 19" rack cabinet. The ATX is normally surface wall mounted. B. Room Remote 2 (RR2) — For Flush mount option a 4 Gang Box using a rough opening of 2 % " H x 7 3/8" W. Surface mount application a back box is sold by USDD. Installers must note on their Section 27200, Rev. 1 03/06/2019 US Digital Designs Phoenix G2 Fire Station Alerting System station walk through if the RR2 will be a Surface or Flush mount application. Install Instructions can be provided on request. Maximum high side reach allowed shall be 64" AFF, typical height shall be +48" AFF. Room Remote 2 (RR2) has it's own installed doc and will be provided to the installer. Color Indicator Remote (CIR) — For Flush/Wall mount a standard 4 Gang box is used. If installing into drop ceiling tiles a Bogen T138 Tile Bridge and 4 Gang box will need to be used. Install instructions can be provided on request. C. Provide access hatches in finished drywall ceiling areas where access is restricted to devices mounted above ceiling. 3.03 Wiring A. All peripheral network cables terminate on patch panel located in the Station Controller Cabinet and on a single telecommunications outlet on the peripheral end. Use RJ-45 Data Connectors. NOTE: DO NOT USE EZ-RJ45 Style Connectors due to it causes poor data connectivity and shorting in the connection point. B. All speaker cabling shall be Plenum rated 18 gauge, 4 conductor stranded, jacketed cable. 2 conductors GRN/WHT for Audio speaker portion and 2 conductors Red/BLK for LED lighted speaker portion. 18 gauge, 2 conductor stranded jacketed cable can be used just for the Audio portion or just for the LED portion. Plenum rated18-4 cable is preferred to use due to possible future expansion of speaker types and just pulling one type of cable. Speaker runs that home run back to Station Controller cabinet will noted on plans. C. Contractor shall terminate all four (4) pairs of Category 6 cable on manufacturer -approved connectors, and shall test and certify all connections to Cat 6 standards. Provide all cabling test certifications after testing. D. All wiring shall be free from shorts and faults. Wiring shall be UL listed, NEC and NFPA 70, Article 25 approved. E. Message Sign cabling to Message Remote shall be 6 conductors flat "silver satin" type cable or equivalent. Terminate both ends with 6 conductor modular plugs utilizing straight thru wiring (DO NOT turn over conductors). Message Sign to Message Remote cabling shall not be longer than 25 feet to observe proper serial operation. F. Message Remote with speakers attached will need an 8ohm/70V transformer inline with the Audio connection only, wire to the LED Lights is separate. Transformer plate will indicate where wire connects to the device and speaker. For a Room Remote 2 (RR2) the speaker audio and LED lights will be connected on the backside of the device, no 8ohm/70V transformer is needed with a RR2. G. Gamma Signs will have one CAT6 cable run from ATX Controller POE ports to the Gamma Sign terminated on both ends with RJ-45 Dada connectors. These signs can be daisy -chained from one to another with CAT6 cables terminated with RJ-45 Data connectors. H. Label both ends of all network cabling and the Station Controller Cabinet end of all speaker and lighting cables. Label patch panels in the Station Controller location. 3.04 Outlet Boxes and Conduit General — Provide pull string in all empty conduit installed in this section. Label conduit ends with conduit usage when practical. A. Message Remote — In suspended ceiling locations, provide 4" metal J-box with mud ring, as indicated, above finished ceiling. Stub up 3/4" empty conduit from each Message Remote J-box to nearest accessible ceiling, cable tray, or other location as shown. In hard ceiling locations, locate J- box at nearest accessible ceiling location. Provide 4" metal J-box with duplex mud ring as indicated for each associated message sign at +7'6" AFF typical (+13' AFF for apparatus bay). Center J-box above doorways and align with other architectural features as directed. Orient mud ring opening horizontally. Provide 3/4" empty conduit Section 27200, Rev. 1 03/06/2019 US Digital Designs Phoenix G2 Fire Station Alerting System between the Message Remote J-box and each of the associated message sign J-boxes (maximum of two). Provide duplex stainless steel J-box covers with 3/4" dia. hole centered in the cover with a Heyco #2840 bushing for all junction boxes. B. Double -sided Message Remote — Provide 4" metal J-box with mud ring, as indicated, on wall behind sign mounting location. Stub up 3/4" empty conduit from J-box to nearest accessible ceiling, cable tray, or other location as shown. Provide suitable mounting (3/4" plywood typical) behind drywall surface for mounting Double -sided Message Remote bracket. NOTE: The mounting bracket must support the entire weight of the Message Remote and attached signs. C. Gamma Signs — Can be mounted in a dual configuration in Apparatus bays. They will mount to Articulating Arm mounts on adapter plates. Mount the Articulating Arm mount + 9.5' AFF where devices are indicated on the plan. Inside the building and in any room, mount the signs on the provide brackets 1' down from the ceiling. Provide a 1 gang box with a plate cover (that has a hole in the center for the CAT6 POE cable to pass thru) this box will be installed behind the sign. D. Room Remote 2 (RR2) — Provide a 4 Gang Steel or Plastic Box, the opening of these boxes should be at least 2 3/4" H x 7 3/8" W don't exceed these dimensions, measure boxes to be certain. 3/4" empty conduit from the Box to nearest accessible ceiling, cable tray, or as shown on drawings. Box opening to be located +48" AFF typical and no more than +64" AFF. E. Ceiling Speakers (Hard Ceiling) — Provide Bogen RE84 Ceiling Speaker Enclosures in all hard ceiling applications. Provide 3/4" empty conduit to enclosure and run to nearest accessible ceiling location, cable tray or equipment as shown. Conduit shall also be used to interconnect with other enclosures as shown on construction drawings. F. Ceiling Speakers (Suspended Ceiling) — Provide Bogen TB8 Ceiling tile Bridge as appropriate for specified speakers. Provide RE84 ceiling speaker enclosures as required by specifying engineer or client. G. Apparatus Bay and Outside Speakers — Provide 4" metal J-box with mud ring and cover at each speaker location with 3/4" empty conduit to Message Remote or other location as indicated. Provide a 3/4" dia. hole centered in the J-box cover with a Heyco #2840 bushing to allow speaker cable to run to speaker. Apparatus bay speakers are typically located +13' to +15' AFF, outside speakers are typically located +1 V AFF. Other heights as noted on drawings. 3.05 Speakers A. Ceiling Speakers (Suspended Ceiling) — Install Bogen S86T725PG8W speakers through ceiling tiles and tile bridge per manufacturer's specifications. Connect speakers to Room Remotes and Message Remotes as shown. If noted for a 8 ohm speaker systems require that the 70 volt transformer be bypassed by the installer. All 8 ohm speakers shall be installed using parallel or series/parallel connections with no less than 4 ohms impedance. Otherwise connected the 70V speaker to it's corresponding audio wattage setting for 1 watt 70V system. B. Ceiling Speakers (Hard Ceiling) — Install Bogen S86T725PG8W speakers into enclosures and connect to Room Remotes or Message Remotes as shown. C. Apparatus Bay Speakers — Install Bogen NEAR A2T speakers on walls or structures per the manufacturer's specifications. Connect speakers to ATX Controller, External Amplifiers or Message Remotes amplifier via cable in conduit as shown. Dress cabling neatly to minimize visibility. D. Exterior Speakers — Install Bogen NEAR A2T speakers to structure per manufacturer's specifications. Connect speakers to correct Message Remote amplifier as shown. Provide Bogen model ASTB4 cable boot and install drip loop in cable prior to entry into J-box. Seal entry using appropriate sealant. 3.06 Equipment Mounting All equipment mounted to drywall shall use appropriate fasteners and drywall anchors. Equipment shall not be directly screwed into drywall using unapproved fasteners such as drywall or wood screws. Must Section 27200, Rev. 1 03/06/2019 US Digital Designs Phoenix G2 Fire Station Alerting System use Toggle bolts when hanging the ATX Controller/Expansion Module to the wall surface. If securing it to wood use proper size lag bolts to support 50lbs or greater. 3.07 Electrical Power Connections A. It shall be the responsibility of other trades to provide the appropriate number of dedicated 120 VAC, 20A duplex outlets into the equipment cabinet rough opening. This power feed shall not have any other devices connected directly to it and shall be labeled "Station Alerting". This electrical circuit shall be connected to the fire station's emergency power system for automatic power provision during loss of utility power. B. Connect all system power supplies and equipment cabinets to a common earth ground utilizing a 14 AWG, or larger, solid conductor which is at minimum the same conductor size as the AC feed wires. 3.08 Environmental Protection Make certain that all central equipment is accessible for service. Contractor shall notify specifying authority if designated equipment closet does not meet manufacturer's requirements for heat, radiation or static electricity. 3.09 Connections to Other Equipment A. Lighting Controller (optional) — Connect low voltage dry contact lighting controls (provided by others) to Room Remote, Message Remote or ATU outputs. Low voltage outputs are non -inductive load, 24VDC 1A maximum. Provide an interposing relay or contactor between the low voltage output and any 120/277 VAC lighting or other load. B. Local Area Network (optional) - Connect the Fire Station Controller to the general purpose LAN (provided by others) located in the Fire Station. This connection shall be connected back to the central Communications Gateway to allow alerting commands to be sent from the Communications Gateway to the Fire Station Controller. In addition, the connection shall allow remote diagnostics and configuration. C. Radio System (optional) — Connect Audio Input #1 to the dispatch voice radio system (provided by others) as necessary to provide dispatch audio. This connection shall provide a 600 ohm impedance 0 dBm level signal. D. Telephone System Intercom (optional) — Connect Audio Input #3 to an Intercom output from the building telephone system (provided by others). This line shall be provided via a jack box located directly adjacent to the Station Alerting system equipment. E. Other Audio Source (optional) — Connect Audio Input #4 to an audio source (provided by others). This line shall be provided via a jack box located directly adjacent to the Station Alerting system equipment. F. Telephone System Ringdown (optional) — Connect the Ring Detector input to a telephone line (provided by others) for telephone ringing and backup alerting. This line shall be provided via a jack box located directly adjacent to the Station Alerting equipment. G. Connections to other customer- or contractor -provided equipment shall be made using approved methods for the type of connection. Contact manufacturer for unusual applications. 3.10 Drawings Provide as -built drawings of all installed components and associated wiring on building plans. Diagrams i i U ao 0 N L m O J cu cu N U Y m m cn Q w o Q U coI J N O X CO �U o c L o d @ F U) -25 U o o s L Z 6 W 3 U F 2 a. ) c0 Q I o F f.1 Q (` 117 O U Z < I ) O Y v U m C CO O V n c m m Q a0 oI (� W =p J N CL C E — c v N 7 C c � X 0 cn �o m E E O — m LL U I N Q J m C N IU C o N _ Q O L LLl n = = H N L1 a)o o d a d E O Q Q X w t Z ,�? g c 0 c c� w � o = _U) L U - U r � _ U? c =o 0 E O UY a �� C U a� Q) C z O � n (Q x QQ o _ ocn = O c0 L x oV w x 0 zQ U 0 4- ca U) x H L Q Z� _U) v a a� > E 0 0 N LL n S m Y U Q N 9 H N > r S - O X N O Q C O O d x Q m a az Oo .0 c a� o� r O .0 N N E z n C L N O O O C m O_ N w U co 0 E o f 1 j O 'C d O E m z LO y U m O O_� U 'N 7 0 v 0 0 W] r O V Q. C U t O d N Cl 00 Z o u) E u) Q v Q m N M V E N I nng o O O L Lll NJ t O N Z n O �0 0. O O oa O °C NN O L N )1 N r O O ° i 30 ca �-0 }� O O U o E o N� O N cYi Q d 1 0 -- 0. + O � Qo (Y U W c m Co FN ❑ c O_ O) rf) J 1 a_rn O O�J N J t O C C C) O a o [ 0 O o° Y O m m m oa °` L �mav Q �m � U C ao [ O O p U LL Nr O 00 C r O U L, ao NN O 1 O a. 3 Na t O c Om N c m cn m CD m N � m m m FDI N N � CD m o] L ^` W C I 1 I 1 I I ' O O I LL N C L.L O) CO oQ 1— U + -0 'O @ C = N C L m N W I I O ' I E NW I.vl W U) CW C ' I 1 I I , I � I ' I L_____' I I �I ' � o U N O ~ C N @ N U U N U' LO O T Q U C c O O E N m O C = In L � � � E Y CV A� C L_ 7 � ' X O \ I N ^` �cn UJ d' W C p m N 3 �O/ L L ( r O N >, Y c' U- 5 N N Na) LJ_ V O wU 0) m cn U) a� 0 W J c O L YU O Q C O � L O N 4- 4- 4- 0 E J � O N (6 0) N m Q U N ,� cN G U a� a c m 65 N N � X c O N N C m O O m X W Q m N o U a� X m� Q �U E m o o d' m a� m U d C O) ZZ m a J J N L d Q U d 7 c @ c t - U o U � my my y ° EN °� 0 y ° E� �l Y i N Y Y � U r E E ° InL — -o � C o o m m co m co ~ c (p L L U 0 � o m UcoJ US Digital Designs Room Remote 2 Sri The US Digital Designs Room Remote 2 (RR 2) is an alerting and text information display used with the Phoenix G2 Station Alerting System. The RR2 uses a multi -touch LCD display for control and information display. When an alert is received for the assigned unit the RR 2 will turn on the display and show the alerted units, incident details as received from the CAD system and a turnout timer. The RR 2 will also turn on the internal amplifier and the Speaker Light output. 1.9 in [48 mm] 8.2 in [208 mm] Integrated 10W Amplifier The RR2 has an integrated 10 watt amplifier with 8 ohm and 70 volt outputs. The amplifier has a remotely adjustable level control and is integrated with the LED lighting output. Line -level Output A line -level output can be used to drive a customer -supplied audio amplifier in place of directly connected speakers. Speaker Light Output The Speaker Light output provides 48VDC output when the RR 2 is alerted Auxiliary Inputs and Outputs The RR 2 has a normally -open auxiliary relay output and a dry contact digital input that can be used with the IO Rules function in the station controller. Indicators and Controls Select Monitor On or Off to locally control the speakers connected to the RR 2. Monitor Off mutes the speaker until an alert is received for an assigned unit. The local volume can be adjusted with the speaker slider. Touch the Unit Control button to select the assigned units that will cause the RR 2 to be alerted. A backlight timer turns off the backlight after a preset time and an alert or a finger touch will turn on the backlight. The backlight brightness can be adjusted using the display slider. The Show IP Address label can be touched to display the RR 2's assigned IP address. 11.2 in [284 mm 0 ih POE OUT I POE IN LINE LEVEL AUDIO OUT 8 OHM AUDIO OUT 70V AUDIO OUT GND 1 8 7 6 5 4 3 2 1 SPEAKER LIGHT +48 SPEAKER LIGHT GND — DRY CONTACT INPUT — Room Remote 2 Rear Panel Connections 70V LED Speaker Light 2I 3 4 5 6 J T RELAY OUT Rough -in Install 4-gang steel electrical box into the wall. Run'/<" conduit from box to accessible ceiling space for CAT6 network cable, speaker cable and optional accessory cabling. Cabling and Termination Run CAT6 cable from RR 2 location to ATX Station Controller or Expansion Cabinet location; terminate with RJ45 plug. Run 18-4 speaker light cable from RR 2 location to speaker. POE Connection The POE In jack is used to connect a RR 2 to an ATX, Expansion Cabinet, or IP Mixer using standard CAT6 network cabling. Ensure that the cable nm is fully tested and qualified before connecting the equipment on either end. The POE Outjack can be used to connect a second RR2 to the ATX or Expansion Cabinet. This is intended ONLY for system expansion and systems should not be initially designed to use this feature. Speaker and Speaker Light Connection The 70V and 8 Ohm Audio Out connections are used to connect speakers to the RR 2; use either the 70V or 8 Ohm connection, not both. The Speaker Light connections provide switched 48VDC to USDD-provided LED Speaker Lights, Station Controller Configuration The RR 2 device will be automatically discovered by the Station Controller once it is connected to the Controller through the network cable. In the SC Remote configuration web application select the Peripherals page to see all connected devices. Give the RR2 a name then select the Station Area Settings page. Add the RR2 to the desired Station Areas (create new Station Areas as necessary). See the full ATX Station Controller installation and configuration guide for the complete information on configuring the system. US Digital Designs 1835 E 61' Street Tempe, Arizona 85281 USA www.stationalerting.com +1 602 687-1730 +1 877 551-USDD mN C? G N n X X N N E = , N N d O N LL p O LL LL Q E U m X O �0 CO + T LL C C O U C O U c m CO U p N �p O Q � o O C U O U O J O r� VJ N J N N @� O O U J N O .. p W O m Y Y O 0. U )Mc0 mN owm o O W0 o O Ycm ca (L) m m.c n O •� 0 U O C .0 C U O !' U 3 O � S 3 a� z � Wz O a y C. 0 Z `o 3 Cc: _o W o ® O c d o c U 0 z O. 0 "] O -Pi p ,amoe 01. > m o- a 0 D° o o o �n oN �o m o U 71 � n c � 2 � U � N = C C O U Ll a� o d a m m a Q t a a� w o Oa a H Q L O � ~ y U 7 o- X C O N 000 O U Z U Z o »> LO U OOOp c) O� }}} W W W W Cn CO Z Z +CD 0� ct� 0�p cE C 00000000 f4 c m N `cu cu E E co > Cn io o W 00 C�U ♦n � 00 OE V L.L. N � LM Q 2 � Q E E m E C� m CD E E O OE .0 N C m � m d EW EO (a — 0 m Q C COO O -� n Q � 0 H _ co N 0 U a O U j n Q a 0 0 N N E c c O 0 a row �_ o f C 'a 0 U O In ¢ a (D 0 U) O E 0 Li � 0 000 00 00 0 E E 0 U Z K O O U ) C C j N O 0 w O a �� m 0 U Q w (U L � 0 � O Q o v O ❑O U U U ox U O O 00 U U N f6 N � � O N 2 O_� O C N C . N L J > 9> Y I I j U 'C d O 0 cG W O C c C Q] � C d' J C Q 7 O d LL p N N w J L L Q Q Ci 7 c C c0O0 Q.N �.2 > i» O-O 7 d wwwwww> o)m'3 Lgcq"(IR �00 n '- 000000M fO WON-6-0 v c d N cJ 46 O�- co O 6 �c,� ci 466 r- o6 w 0 a O H 8+3 i a N Y � U @ m m U 0 PD � d `o 0 U 7 �p a m p o � i O Qi O D ry c 0 coV J m N V� ® O E fL � c o a cn m @ m w � O d W O a 0 C O L_ W o � 0 Do F—I F 00 �- FClCl o a o C 2 C U 0:) L (1 ovm 000a a a oo m �N �m:M M0Oo °7LS? a m H a °n c w o L E - a�J a Q> wOO n 00 �L ° o o oLLJ=w d0 M O ° n M � O z O O a O a a N N O E S M H°o O Ia O u- N O N O Q Y N 0. r�l JIB � O O z O 00 O 00 0 U W L 't ~ �\ 0 O Q w +r z_ U O O N H V a O U O N > Q{ d < 3 rn E m z c Y 3a ¢ o)E r y E (a rn Z O C V N > > O 7 O LL' J z U C J L C1 LL N v� L1 U XQ J m YW L C¢ Qj no QZ �Lo0.0 ) 0° o > N O O (PtjC o0 In> > >>N 7 QQ�f)MwQNN M <}COO NCO66 NM4 c6 m0 N E �� .--N M V �'-•-� N N N N N M M M M M M M V'cr V F- LL LL Installing the Room Remote 2 I Flush Mount US ®IGITPL ®SSIGns Room Remote 2 Install Guide for Flush Mounting Version 1 / November 2016 US Digital Designs, Inc. www.stationalerting.com Installing the Room Remote 2 / Flush Mount I This guide will show the steps necessary to flush mount the US Digital Designs' Room Remote 2 (RR2) into a hollow wall. The Room Remote 2 box contains the following items: 3 You will also need the following. ♦ 4 Gang old work wall box (not included) ♦ Level ♦ Drywall saw ♦ Tape measure ♦ Screwdriver ♦ Stud sensor ♦ Allen wrenches ♦ Push -pins 2 ♦ The Room Remote 2 ♦ Wall Box Adapter Plate' ♦ Adapter Plate attachment screws ♦ RR2 attachment screws 'Located on back of the RR2 Remove the RR2 Adapter Plate 4 from the back of the Room Remote 2. You will use it as a template to position the RR2. US Digital Designs, Inc. www.stationalerting.com Installing the Room Remote 2/ Flush Mount 5 Pick the desired location for the Room Remote 2 and then use the stud sensor make sure there are no studs or electrical wires behind the opening. 7 Double check that the Adapter Plate is level and then mark the inside cutout. 6 Making sure it is level, use push -pins to temporarily attach the Adapter Plate to the wall in the desired location. 7-A1 8 Enlarge the opening slightly to fit the size of the 4-gang box and cut the hole. Pull the CAT6 Power -Over - Ethernet (POE) Cable and the 18-4 speaker wire through the opening. US Digital Designs, Inc. www.stationalerting.com Installing the Room Remote 2 / Flush Mount If A �v �ct`s�r �vyu 9 Install the 4-gang box and pull the POE and Speaker wires into the box. 11 Connect the POE CAT6 cable to the POE IN connector. Connect the speaker -cone wires (white / green) to the 70V-speaker connection. Connect the speaker -light wires (red / black) to the speaker -light connector. 1 O Attach the Adapter Plate to the 4-gang box using the provided self -tapping screws. It is important that the threaded inserts are facing out on the Adapter Plate. 12 Tuck the wires into the box and attach the Room Remote 2 to the Adapter Plate using the 4 hex head screws. The RR2 should sit flat against the wall. The installation is now complete. US Digital Designs, Inc. www.stationalerting.com Installing the Room Remote 2 / (4 Gang Wall Box Info) Room Remote 2 4 Gang Wall Box Info Version 1 / November 2016 US Digital Designs, Inc. www.stationalerting.com Installing the Room Remote 2 / (4 Gang Wall Box Info) 1 The Room Remote 2 (RR2) mounts over a standard 4 Gang Wall Box. Most old work and new work wall boxes are fine but we have found a few that are not wide enough. 3 Measure the inside dimension of the 4 Gang Box. The width of some 4 Gang Wall 2 boxes is too narrow to allow the RR2 circuit board to fit. The opening should be at least 2 3/4". high and 7 3/8" wide. Most 4 Gang boxes are OK but some boxes are not. The only way to be certain is to measure the interal dimensions. This box is over 7 3/8" and is 4 OK. US Digital Designs, Inc. www.stationalerting.com Installing the Room Remote 2 / (4 Gang Wall Box Info) 5 Measure the width of the box 7 This metal RACO box is not wide enough. rY- 6)-A p W in r I 6 This box is over 2 %" wide so it is OK. 8 The RACO box measures less than 7 3/8" and is too narrow to allow the circuit boards to fit inside and will not work. US Digital Designs, Inc. www.stationalerting.com Installing the CI Remote into a Ceiling Tile 1 The guide will show the steps necessary to install the US Digital Designs G2 Color Indicator Remote into a drop - ceiling tile. The Color Indicator Remote box contains the following items: 3 For drop ceiling mounting, a tile bridge is required but not included. We recommend the Bogen TB8 (shown here). http://www.bogen.com/products/pdfs/ac cessories/RE84m.pdf u 2 From Left to Right: ♦ Low Voltage Wall Box ♦ Wall Box Adapter Plate' ♦ Color Indicator Remote ♦ Tile Bridge Adapter Plate 2 'Located on back of the Cl Remote The Tile Bride Adapter plate is positioned over the tile bridge as shown. Note that the tile bridge is facing up. US Digital Designs, Inc. www.stationalerting.com Installing the Cl Remote into a Ceiling Tile 5 The tabs on the tile bridge are folded around the slots in the tile bridge adapter plate —locking it in place. 7 Place the assembled tile bride and adapter plate on the ceiling tile and center it carefully. We are showing the tile face up here for clarity but you should mark and cut on the back of the 6 Here the tab is folded over to lock the adapter plate in place. This adapter plate works best with the Bogen TB8 tile bridge. 8 Mark the tile and cut out the opening carefully with the tool of your choice. US Digital Designs, Inc. www.stationalerting.com Installing the Cl Remote into a Ceiling Tile 9 Here the finished tile is shown ready for the low voltage box to be installed. 11 The cut ceiling tile should be placed face up on top of the tile bridge and adapter plate. Insert the plastic low voltage box through the ceiling tile and into the tile bridge with the adapter plate. 1 O The 3 dividers in the low voltage box should be removed and discarded. 12 Using a screwdriver, tighten down the locking tabs from the front of the low voltage box. Make sure the locking tabs reach through the tile and grab onto the back of the tile bridge adapter plate. US Digital Designs, Inc. www.stationalerting.com Installing the Cl Remote into a Ceiling Tile 's i 13 The wall box adapter plate is now mounted to the plastic low voltage wall box using the 4 provided screws. Check that the threaded inserts on the adapter plate face away from the tile. 15 Position the Cl Remote over the bracket so that the threaded inserts on the adapter plate go into the recesses on the back of the Cl Remote. US Digital Designs, Inc. Again, check to make sure the 14 threaded inserts on the adapter plate face away from the tile. You are now ready to attach the Cl Remote to this bracket. 16 Attach the Color Indicator Remote using the 4 captive panel screws on the front. The CI Remote should sit flush against the tile. Do not over tighten these screws. www.stationalerting.com Installing the Cl Remote into a Ceiling Tile 17 The CAT5/CAT6 POE (Power Over Ethernet) cable should be plugged into the "POE IN" connector. If you are daisy - chaining multiple CI Remotes, the cable to the next CI Remote should plug into the "POE OUT" connector. 18 The CI Remote and ceiling tile C� are now ready to be installed in the ceiling. US Digital Designs, Inc. www.stationalerting.com US DIGITAL DESIGIlS Axis 8105-E Door Camera Installation Instructions Introduction This instruction describes the installation of the AXIS 8105-E door camera, configuration of the camera, and integration with the US Digital Designs Phoenix G2 ATX Station Controller. This integration requires a minimum of ATX firmware version 2.29. The door camera requires a standard external POE injector for power (which is included when ordered from USDD), and a CAT 5/6 Ethernet cable from the camera to the POE injector, and a CAT 5/6 cable from the POE injector to the network switch inside the ATX (or ATX Expansion Cabinet). After configuration, connect the AXIS door camera to the ATX internal network switch through the POE injector. DO NOT CONNECT THE CAMERA TO A USDD POE PORT. Camera Installation Install the Axis 8105-E per the installation instructions provided with the camera. Route the CAT 5/6 Ethernet cable from camera location to a location near the ATX, where the POE injector will be installed. Test the Ethernet cabling prior to connecting the Camera or POE injector. Connect the cabling to the camera and to the POE injector POE/Network jack and connect the POE Injector power to a UPS -protected outlet. Confirm that the camera has power by looking for the lighted ring around the camera pushbutton. Once the initial installation is complete proceed to the camera configuration. a � �qm o � o 3 Uca aU V , 'C'nn V N W C J0 Lam r � d c Q Q o u V, ^ X E o Q a q 3 a a LL _ Z' rn rn c J o a E E E E caa m E c m c m LL NUimlal"- 0 I..._ W 9L�0 o d Nv c" m»�g J o 0 ,ias m va av�ii oa� �az�a oEo E;acnc>„> 'mm>mN »mm>ci o00000 N m'3 N N N N mm�o m6a V Fl�1 lNL lLLLIL - _ rn - o E m _ v- d c ' C a E - 2m va - - a xo �$ 3 a U a E an d - E o Enti g o 3 0- n w m v E m a u - w w F = a 2oE L°._. U°u Z oa LL o H y aE UU o 5¢ cmo. o 0 a _ � o _ u E E1 -6 m o 2 w o H ' maw acc �a.- m dUi-y0 Em o = T t N E s nm � N o o 2 w w E §!! {) }2 521.2 \ \\}\. R-11/ o °I E « ca 2 0 § ( x !!«!{ LLJ }k{§ft ;! § _7 - ,! }2 } !7�#!■ GE G §/ \ )§\/{f§ k \ 0 / \ $ § m \ � .2 _ ! APPENDIX B US DIGITAL DESIGnS Tempe, Arizona USA Phoenix G2 - Automated Fire Station Alerting Quotation to: City of Newport Beach, California Newport Beach Fire Department Project: G2 Fire Station Alerting System Stations.3, 4, 6, 7, Proposal number: CA_NEWP007 Revision # 2 Quote Date: 13Sep-2023 Quote Expires: 12-Dec-2023 INSTALLATION BY: N/A - Installation Not Assumed or Inlcuded by USDD Customer To Contract Directly with G2 Trained/Certified By: Erik Hanson Project Manager US Digital Designs, Inc. 1835 E Sixth St #27 Tempe, AZ 85281 602-687-1739 direct 602-390-0403 mobile erik. hansou(n,honeywell. com [This Proposal is subject to corrections due to Errors or Omissions] PROPRIETARY and CONFIDENTIAL TITLE Page 1 of 37 US DIGITAL DESIGnS QUOTE 1835 E. Sixth St. Suite #27 Tempe, Arizona 85281 877-551-8733 tel 480-290-7892 fax DATE: 9/13/23 Expires: 12/12/23 Quote SUBMITTED TO: City of Newport Beach, California Newport Beach Fire Department CA NEWP007 v2 STATION -LEVEL STATION 03 Based from USDD G2 Fire Station Alerting System Design Drawing # USDD.CA NEWP.FS01.FS03.FSO4.FS06.FS07.FS08.FSLGHQ.FSA.2023.08.07.pdf STATION SYSTEM LICENSES Item Unit I Mfr Qty Description Part No. US Ust Unit QUOTEUNIT QUOTE EXT SL1 Ea USDD 1 G2 VOICEALERT - Single Station License. VA $ 1,030.00 $ 927.00 $ 927.00 G2 MOBILE FSAS APP - Single Device License. Up to 24 Licenses-Per-ATX are offered at $0.00 cost SL2 EaNr USDD 24 each as long as system is currently under warranty or G2-APP-DLI $ 108.00 $ 97.20 N/A - Included elected recurring annual support coverage. Bae_ 'Mobile' Section for more detail. STATION SYSTEM CONTROLLER Item Unit Mfr Qty 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 Options. 4 Unique Amps/Zones available. ATX $ 21.750.00 $ 19,575.00 $ 19,575.00 SC2 Kit USDD 1 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 $ 6,592.50 SC3a Kit USDD 2 Rack Mount Ears for ATX or EXP ATX-E $ 64.00 $ 57.60 $ 115.20 SC3b Kit USDD 0 Base Plate for ATX or EXP ATX-P $ 64.00 $ 57.60 $ - SC4a Ea r6D 2 ATX UPS, Standard UPS -STD $ 923.00 $ 830.70 $ 1,661.40 SC4b Ea rho 2 Shelf/Bracket, Wall -Mount for UPS UPS-WMB $ 65.00 $ 58.50 $ 117.00 STATION SYSTEM PERIPHERAL COMPONENTS Item Unit Mfr Qt Descri tion Part No. US List Unit QUOTEUNIT QUOTE EXT SP1a Ea TeD 1 Audio Amplifier, External, Standard AMP $ 987.00 $ 888.30 $ 888.30 SP1 b Ea Teo 1 Shelf, Under Table or Wall Mount, for 1 U 1/2 Rack AMP-S $ 76.00 $ 68.40 $ 68.40 SP2 Ea usDo 26 G2 COLOR INDICATOR REMOTE Module - Up to 8 unique colors CIR $ 825.00 $ 742.50 $ 19,305.00 SP3a Ea USDD 5 G2 HDTV REMOTE Module (TV & Electrical Outlet by Others; C.E.C. control subject to TV ability) TVR $ 975.00 $ 877.50 $ 4,387.50 SP31b Ea TeD 0 Flat Panel Monitor / Smart HDTV 40-43" (Electrical Outlet/Provision By Others; C.E.C. control subject to TV ability) FP-43 $ 1,100.00 $ 990.00 $ SP3c Ea Teo 0 Flat Panel/TV Mount - Universal 23"46" Tilt FPM-U $ 115.00 $ 103.50 $ SP4 Ea USDD 0 G2 1/0 REMOTE Module w/ 8 In & 8 Out IOR $ 1,375.00 $ 1,237.50 $ SP5 Ea USDD 2 Push Button, Standard (Black) PB-B $ 110.00 $ 99.00 $ 198.00 SP6 Ea usoD 1 Push Button, Emergency (Red) PB-R $ 110.00 $ 99.00 $ 99.00 SP7 Ea usoD 3 G2 MESSAGE REMOTE 2 Module MR2 $ 1,425.00 $ 1,282.50 $ 3,847.50 PROPRIETARY and CONFIDENTIAL STATION 03 SYSTEM Page 6 of 37 G2 MESSAGE SIGN (Digital LED) MINI SP8a Ea USDD 2 GammaSign / 12" Active Screen Width / Turn MS-G-M $ 915.00 $ 823.50 $ 1,647.00 Out Timing ONLY USDD 6 G2 MESSAGE SIGN (Digital LED) STANDARD SP8b Ea GammaSign / 24" Active Screen Width MS-GS $ 1,050.00 $ 945.00 $ 5,670.00 0 G2 MESSAGE SIGN (Digital LED) EXTENDED SP8c Ea USDD Gamma Sign / 36" Active Screen Width MS-G-E $ 1,575.00 $ 1,417.50 $ - MS-G Adapter Plate, SINGLE. VESA 100, loins r11 MC. SP9a Ea USDD 0 G-S (or -El to any standard mountwilh VESA 100 hole patterns MS-APS $ 55.00 $ 49.50 $ - (mount not included) MS-G Adapter Plate, DOUBLE, VESA 100,' ' SP9b Ea USDD 4 G-Sfor-El to any standard mount with VESA 100 hole patterns MS-AP-D $ 65.00 $ 58.50 $ 234.00 (mount not included) MS-G Hanger Kit. Hangs single or double (back-to-back) SP9c Ea USDD 0 Message Signs (Gamma Version) from Ceiling. Includes both MS-HK $ 110.00 $ 99.00 $ - suspended ceiling T-Bar Scissor Clips and Hard -Pan Flange Mounts. SP9d Ea TBD 4 MS Mount -Articulating, Long reach MS-MNT-ART-L $ 325.00 $ 292.50 $ 1,170.00 SP10a Ea USDD 8 G2 ROOM REMOTE 2 Module RR2 $ 2,025.00 $ 1,822.50 $ 14,580.00 2 RR2 Adpater Plate, for Retrofit in RR1 Wall SP10b Ea USDD Cavity RR2-AP $ 75.00 $ 67.50 $ 135.00 RR2 Surface Mount Box, for SURFACE MOUNT SP10c Ea USDD 0 (hard wall) installation. Three (3) 3/4" conduit RR2-SMB $ 175.00 $ 157.50 $ knock -outs. SP11a Ea USDD 15 G2SPEAKER - LED Illuminated -FLUSH SPK-LED-FM $ 325.00 292.50 $ 4,387.50 Mount, 70v $ SP11b Ea usoD 0 G2SPEAKER - LED Illuminated -SURFACE SPK-LEDSM 325.00 292.50 $ Mount (Metal Box), 70v $ $ G2 SPEAKER - OmniAlertStrobe - Omnidirectional Alerting Speaker, optimized for SP12a Ea USDD 2 d high Vocal Intelligibility in large open indoor SPK OAS $ 1,150.00 $ 1,035.00 $ 2,070.00 areas and with High -Intensity LED Strobe Light Arrays - includes Cable Hanging Kit (requires MR2 for power/signaVcontrol) SPK-OAS/OmniStrobe Mounting Bracket / BEAM SP12b Ea usoD 0 FLANGE CLIP -for mounting directly onto an SPK-OAS-BFC $ 23.00 $ 20.70 $ exposed (1/8-14") I -Beam SPK-OAS/OmniStrobe Mounting Bracket /DROP SP12c Ea USDD 0 CEILING BRACKET -for mounting directly to T- SPK-OAS-DCB $ 55.00 $ 49.50 $ Bar in Suspended Ceiling SPK-OAS/OmniStrobe Mounting Bracket / SP12d Ea USDD 0 SURFACE MOUNT - for mounting directly to hard SPK-OAS-SMB $ 55.00 $ 49.50 $ ceiling SP13a Ea USDD 1 SPEAKER -STANDARD, FLUSH Mount, 70v SPK-STD-FM $ 105.00 $ 94.50 $ 94.50 SP13b Ea USDD 6 SPEAKER -STANDARD, SURFACE Mount SPK-STD-SM $ 105.00 $ 94.50 $ 567.00 (Metal Box), 70v usoD 3 SPEAKER -APP BAY/OUTDOOR - Weatherized, SP14 Ea Surface Mount, 70v SPK-W-SM $ 325.00 $ 292.50 $ 877.50 SP15 Ea USDD 1 G2 Strobe Light/ Red LED STIR $ 575.00 $ 517.50 $ 517.50 SP16 Ea USDD 0 Transformer, Bohm to 70V, External XFMR $ 53.00 $ 47.70 $ - VIDEO DOOR STATION - Doorbell & Camera SP17 Ea uSDD 0 that ties into G2 FSAS (HDTV Remote) - Includes VDS $ 1,700.00 $ 1,530.00 $ Power Injector PROPRIETARY and CONFIDENTIAL STATION 03 SYSTEM Page 7 or 37 STATION SYSTEM SERVICES Item Unit Mfr Qty Description PartNo. US List Unit QUOTEUNIT QUOTE EXT SS1 Ea USDD 0 Station Installation (N/A -not assumed nor ST-INST $ $ $ included by USDD within this proposal) Station Remediation (Removal and Disposal of SS2 Ea USDD 0 Legacy Equipment Not currently Assumed or ST4NST $ $ $ Included, nor is any related Remediation to Paint, Drywall, etc.) SS3 Ea USDD 1 Station Configuration & Start -Up STSU $ 3,988.08 $ 3,589.27 $ 3,589.27 SS4 Ea USDD 1 Station Project Management ST-PM $ 1,994.04 $ 1,794.64 $ 1,794.64 SS5 Ea USDD 1 Station Engineering / Design Services ST-ES $ 498.51 $ 448.66 $ 448.66 SS6 Ea USDD 1 Station Documentation ST-DM $ 69.79 $ 62.81 $ 62.81 Station Training -Configuration and SS7a Ea USDD 0 Equipment. On -Site @ Station. 4 Hours, 1 TRA-UT-O $ 4,425.00 $ 3,982.50 $ Visit. (for Technical Services Staff) SS7b Ea USDD 0 Station Training - User/Technician / Remote TRA-UT-R $ 650.00 $ 585.00 $ Refresh (2 Hours) Training - Installation Contractor - On -Site / SS8a Ea USDD 0 USDD G2 Certification / 8 Hours (TBD - only TRA-IC-O $ 6,125.00 $ 5,512.50 $ needed if requied to use non -certified contractor) Training - Installation Contractor -At Arizona SS8b Ea USDD 0 Training Center/ USDD G2 Certification / 8 TRA4C-AZ 3,125.00 $ 2,812.50 $ Hours (TBD - only needed if required to use non - $ certified contractor) SS9 Ea USDD 0 MiscellaneouslTBD MISC $ $ - $ STATION SYSTEM WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT Item Unit I Mfr Qty I Description Part No. US List Unit QUOTE UNIT QUOTE EXT [STANDARD] 1 st YEAR WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or component): Telephone / Remote Access 13459.77 but No Support (8:00 AM - 5:00 PM MST) PLEASE Charge For Initial SW1 YR USDD 1.5 NOTE: An additional 6 months (for total of 18 RS-IYR-STD $ 9,970.20 $ 8,973.18 Warranty Period / months/1.5 years) of initial warranty has been Not Included in offered by USDD for no additional cost so all Subtotals stations can be installed and enjoy same warrantylsupport 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 RS-AYRSTD $ 9,970.20 $ 8,973.18 $ MST) IF QUANTITY'0' THEN NO ADDITIONAL SUPPORT IS ASSUMED OR AUTHORIZED BEYOND INITIAL WARRANTY PERIOD STATION 03 System: $ 95,627.18 Shipping: $ 2,241.00 Warranty & Support: $ Miscellaneous (if applicable) $ STATION SUBTOTAL: $ 97,868.18 This quote does not include or assume any amounts for sales or use tax. Customer needs to contact its procurement department to determine if sales or use tax is payable, and if so, to make the determination of the amount to be paid. Per our contracts, Customer is responsible forthe payment of any sales or use taxes owed from any purchase from USDD. PROPRIETARY and CONFIDENTIAL STATION 03 SYSTEM Page 8 of 37 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 available 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. USDD cannot warrant nor support any system configuration that deviates from this specific proposal's documented station system design file number. USDD cannot warrant nor support any system not using USDD-approved UPS Battery Backup. USDD cannot warrant nor support any system not installed by G2 Trained & Certified Installation technician (installer). If customer intends to tie this system into any 3rd-party system or devices, USDD will be unable to warrant or support the sytem until we've had a chance to review documented engineering assumptions and approve system integrity, performance and reliability expectations. For FSAaaS Program: The cost of service and support beyond initial warranty period is included in the FSASaaS Program for a total of 5 years. The service and support includes Mobile Smart Phone Alerting App and Mapping Services. Please see the FSASaaS Subscription Agreement for more information concerning the service and support provided by USDD. USDD cannot warrant nor support any system not using USDD-approved UPS Battery Backup. USDD cannnot warrant nor support any system not installed by G2 Trained & Certified Installation technician (installer). If customer intends to tie this system into any 3rd-party system or devices, USDD will be unable to warrant or support the sytem until we've had a chance to review documented engineering assumptions and approve system integrity, performance and reliability expectations. 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 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. 05 - 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. 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 - 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-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 warranty null, void and of no further effect PROPRIETARY and CONFIDENTIAL STATION 03 SYSTEM Page 9 0l 37 US DIGITAL DESIGns 1835 E. Sixth St. Suite #27 QUOTE Tempe, Arizona 85281 877-551-8733 tel 480-290-7892 fax DATE: 9/13123 Expires: 12/12/23 Quote SUBMITTED TO: City of Newport Beach, California Newport Beach Fire Department CA NEWP007 v2 STATION -LEVEL STATION 04 Based from USDD G2 Fire Station Alerting System Design Drawing # USDD.CA_NEWP.FS01.FS03.FSO4.FS06.FS07.FS08.FSLGHQ.FSA2023.08.07.pdf STATION SYSTEM LICENSES Item Unit Mfr City Description Part No. US Ust Unit QUOTEUNIT QUOTE EXT SL1 Ea USDD 1 G2 VOICEALERT - Single Station License. VA $ 1,030.00 $ 927.00 $ 927.00 G2 MOBILE FSAS APP - Single Device License. Up to 24 Licenses-Per-ATX are offered at $0.00 cost SL2 EaNr USDD 24 each as long as system is currently under warranty or G2-APP-DLI $ 108.00 $ 97.20 N/A - Included elected recurring annual support coverage. S.ee- 'Mnhile' Sectinn for more detail. STATION SYSTEM CONTROLLER Item Unit Mfr City Description Part No. US Ust Unit QUOTEUNIT QUOTE EXT SC1 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 $ 19,575.00 $ 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 $ SC3a Kit I USDD 1 Rack Mount Ears for ATX or EXP ATX-E $ 64.00 $ 57.60 $ 57.60 Kit USDD 0 Base Plate for ATX or EXP ATX-P $ 64.00 $ 57.60 $ LC4 Ea TBD 1 ATX UPS, Standard UPS -STD $ 923.00 $ 830.70 $ 830.70 Ea TBD 1 Shelf/Bracket, Wall -Mount for UPS UPS-WMB $ 65.00 $ 58.50 $ 58.50 STATION SYSTEM PERIPHERAL COMPONENTS Item Unit Mfr City Description Part No. US List Unit QUOTE UNIT QUOTE EXT SP1a Ea TBD 0 Audio Amplifier, External, Standard AMP $ 987.00 $ 888.30 $ SP1b Ea TBD 0 Shelf, Under Table or Wall Mount, for 1U 1/2 Rack AMP-S $ 76.00 $ 68.40 $ SP2 Ea USDD 0 G2 COLOR INDICATOR REMOTE Module - Up to 8 unique colors CIR $ 825.00 $ 742.50 $ - SP3a Ea USDD 2 G2 HDTV REMOTE Module (TV & Electrical Outlet by Others; C.E.C. control subject to TV ability) TVR $ 975.00 $ 877.50 $ 1,755.00 SP31b Ea Teo 0 Flat Panel Monitor/ Smart HDTV 40-43" (Electrical Outlet/Provision By Others; C.E.C. control subject to TV ability) FP-43 $ 1,100.00 $ 990.00 $ - SP3c Ea Ti 0 Flat Panel/TV Mount - Universal 23"46" Tilt FPM-U $ 115.00 1 $ 103.50 $ SP4 I Ea I USDD 0 1 G2 1/0 REMOTE Module w/ 8 In & 8 Out IOR $ 1,375.00 $ 1,237.50 $ 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 G2 MESSAGE REMOTE 2 Module MR2 $ 1,425.00 $ 1,282.50 $ PROPRIETARY and CONFIDENTIAL STATION 04 SYSTEM Page 10 of 37 G2 MESSAGE SIGN (Digital LED) MINI SP8a Ea USDD 0 GammaSign / 12" Active Screen Width / Turn MS-G-M $ 915.00 $ 823.50 $ Out Timing ONLY ISP8C uSDD 2 G2 MESSAGE SIGN (Digital LED) STANDARD SP8b Ea GammaSign / 24" Active Screen Width MS-GS $ 1,050.00 $ 945.00 $ 1,890.00 0 G2 MESSAGE SIGN (Digital LED) EXTENDED Ea usoD GammaSign / 36" Active Screen Width MS-G-E $ 1,575.00 $ 1,417.50 $ MS-G Adapter Plate, SINGLE. VESA100 joins t1I MS- SP9a Ea USDD 0 G-S�loanystandard mountwithVESA100holepattern. MS-APS $ 55.00 $ 49.50 $ - (mount not included) MS-G Adapter Plate, DOUBLE, VESA 100,' SP9b Ea USDD 1 G -Sfnr-ltoanystandardmountwithVESA100holepatterns MS-AP-D $ 65.00 $ 58.50 $ 58.50 (mount not included) MS-G Hanger Kit. Hangs single or double (back-to-back) SP9c Ea USDD 0 Message Signs (Gamma Version) from Ceiling. Includes both MS-HK $ 110.00 $ 99.00 $ - suspended ceiling T-Bar Scissor Clips and Hard -Pan Flange Mounts, SP9d Ea TB D 1 MS Mount -Articulating, Long reach MS-MNT-ART-L $ 325.00 $ 292.50 $ 292.50 SP10a Ea USDD 0 G2 ROOM REMOTE 2 Module RR2 $ 2,025.00 $ 1,822.50 $ 0 RR2 Adpater Plate, for Retrofit in RR1 Wall SP10b Ea USDD Cavity RR2-AP $ 75.00 $ 67.50 $ RR2 Surface Mount Box, for SURFACE MOUNT SP10c Ea USDD 0 (hard wall) installation. Three (3) 3/4" conduit RR2-SMB $ 175.00 $ 157.50 $ knock -outs. SP11a Ea USDD 12 G2SPEAKER -LED Illuminated - FLUSH SPK-LED-FM 325.00 292.50 3,510.00 Mount, 70v $ $ $ USDD 1 G2SPEAKER - LED Illuminated -SURFACE SP11b Ea Mount (Metal Box), 70v SPK-LEDSM $ 325.00 $ 292.50 $ 292.50 G2 SPEAKER - OmniAlertStrobe - Omnidirectional Alerting Speaker, optimized for SP12a Ea USDD 0 high Vocal Intelligibility in large open indoor SPK-OAS $ 1,150.00 $ 1,035.00 $ areas and with High -Intensity LED Strobe Light Arrays - includes Cable Hanging Kit (requires MR2 for power/signal/control) SPK-OAS/OmniStrobe Mounting Bracket / BEAM SP12b Ea uSDD 0 FLANGE CLIP -for mounting directly onto an SPK-OAS-BFC $ 23.00 $ 20.70 $ exposed (1 /8-14") I -Beam SPK-OAS/OmniStrobe Mounting Bracket /DROP SP12c Ea USDD 0 CEILING BRACKET -for mounting directly to T- SPK-OAS-DCB $ 55.00 $ 49.50 $ Bar in Suspended Ceiling SPK-OAS/OmniStrobe Mounting Bracket / SP12d Ea USDD 0 SURFACE MOUNT -for mounting directly to hard SPK-OAS-SMB $ 55.00 $ 49.50 $ ceiling SP13a Ea USDD 1 SPEAKER -STANDARD, FLUSH Mount, 70v SPK-STD-FM $ 105.00 $ 94.50 $ 94.50 SP13b Ea USDD 0 SPEAKER -STANDARD, SURFACE Mount SPK-STD-SM $ 105.00 $ 94.50 $ (Metal Box), 70v USDD 1 SPEAKER -APP BAY/OUTDOOR - Weatherized, SP14 Ea Surface Mount, 70v SPK-W-SM $ 325.00 $ 292.50 $ 292.50 SP15 Ea USDD 0 G2 Strobe Light/ Red LED STIR $ 575.00 $ 517.50 $ - SP16 Ea USDD 0 Transformer, 8ohm to 70V, External XFMR $ 53.00 $ 47.70 $ - VIDEO DOOR STATION - Doorbell & Camera SP17 Ea USDD 1 that ties into G2 FSAS (HDTV Remote) - Includes VDS $ 1,700.00 $ 1,530.00 $ 1,530.00 Power Injector PROPRIETARY and CONFIDENTIAL STATION 04 SYSTEM Page 11 or 37 STATION SYSTEM SERVICES Item Unit Mfr QtY Description Part No. US List Unit QUOTE UNIT QUOTE EXT SS1 Ea USDD 0 Station Installation (NIA - not assumed nor ST4NST $ - $ $ included by USDD within this proposal) 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 STSU $ 3,116.43 $ 2,804.79 $ 2,804.79 SS4 Ea USDD 1 Station Project Management ST-PM $ 1,385.08 $ 1,246.57 $ 1,246.57 SS5 Ea USDD 1 Station Engineering / Design Services ST-ES $ 519.41 $ 467.46 $ 467.46 SS6 Ea USDD 1 Station Documentation ST-DM $ 51.94 $ 46.75 $ 46.75 Station Training -Configuration and SS7a Ea USDD 0 Equipment. On -Site @ Station. 4 Hours, 1 TRA-UT-0 $ 4,425.00 $ 3,982.50 $ Visit. (for Technical Services Staff) USDD 0 Station Training - User/Technician / Remote SS7b Ea Refresh (2 Hours) TRA-UT-R $ 650.00 $ 585.00 $ Training - Installation Contractor - On -Site / SS8a Ea USDD 0 USDD G2 Certification 18 Hours (TBD - only TRA4C-O $ 6,125.00 $ 5,512.50 $ needed if requied to use non -certified contractor) Training - Installation Contractor -At Arizona SSBb Ea USDD 0 Training Center / USDD G2 Certification / 8 TRA4C-AZ $ 3,125.00 $ 2,812.50 $ Hours (TBD - only needed if required to use non - certified contractor) SS9 Ea USDD 0 Miscellaneous/TBD MISC $ - $ - $ STATION SYSTEM WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT Item Unit I Mfr Oty Description Part No. US List Unit QUOTEUNIT QUOTE EXT [STANDARD] 1st YEAR WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or component): Telephone / Remote Access 4674.645 but No Support (8:00 AM - 5:00 PM MST) PLEASE Charge For Initial SW1 YR USDD 1.5 NOTE: An additional months (for total of 18 RS-1YRSTD $ 3,462.70 $ 3,116.43 Warranty Period / months/1.5 years) of initial warranty has been Not Included in offered by USDD for no additional cost so all Subtotals 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 RS-AYRSTD $ 3,462.70 $ 3,116.43 $ MST) IF QUANTITY '0' THEN NO ADDITIONAL SUPPORT IS ASSUMED OR AUTHORIZED BEYOND INITIAL WARRANTY PERIOD STATION 04 System: $ 35,729.87 Shipping: $ 734.00 Warranty & Support: $ Miscellaneous (if applicable) $ rATION SUBTOTAL: $ 36,463.87 This quote does not include or assume any amounts for sales or use tax. Customer needs to contact its procurement department to determine if sales or use tax is payable, and if so, to make the determination of the amount to be paid. Per our contracts. Customer is responsible for the payment of any sales or use taxes owed from any purchase from USDD. PROPRIETARY and CONFIDENTIAL STATION 04 SYSTEM Page 12 of 37 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 available 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. USDD cannot warrant nor support any system configuration that deviates from this specific proposal's documented station syste design file number. USDD cannot warrant nor support any system not using USDD-approved UPS Battery Backup. USDD cannot warrant nor support any system not installed by G2 Trained & Certified Installation technician (installer). If customer intends to tie this system into any 3rd-party system devices, USDD will be unable to warrant or support the sytem until we've had a chance to review documented engineering assumptions and approve system integrity, performance and reliability expectations. For FSAaaS Program: The cost of service and support beyond initial warranty period is included in the FSASaaS Program for a total of 5 years. The service and support includes Mobile Smart Phone Alerting App and Mapping Services. Please see the FSASaaS Subscription Agreement for more information concerning the service and support provided by USDD. USDD cannot warrant nor support any system not using USDD-approved UPS Battery Backup. USDD cannnot warrant nor support any system not installed by G2 Trained & Certified Installation technician (installer). If customer intends to tie this system into any 3rd-party system or devices, USDD will be unable to warrant or support the sytem until we've had a chance to revie documented engineering assumptions and approve system integrity, performance and reliability expectations. 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 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. 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, 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 - 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-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 warranty null, void and of no further effect PROPRIETARY and CONFIDENTIAL STATION 04 SYSTEM Page 13 oT 37 US DIGITAL DESIGns 1835 E. Sixth St. Suite #27 Tempe, Arizona 85281 877-551-8733 tel 480-290-7892 fax Quote SUBMITTED TO: City of Newport Beach, California Newport Beach Fire Department NNEEMMMM CA NEWP007 v2 STATION -LEVEL DATE: Expires: QUOTE 9113/23 12/12/23 STATION 06 Based from USDD G2 Fire Station Alerting System Design Drawing # USDD.CA NEWP.FS01.FS03.FSO4.FS06.FS07.FS08.FSLGHQ.FSA2023.08.07.pdf STATION SYSTEM LICENSES Item Unit Mfr Qt Descri tion Part No. US List Unit QUOTEUNIT QUOTE EXT SL1 Ea USDD 1 G2 VOICEALERT- Single Station License. VA $ 1,030.00 $ 927.00 $ 927.00 G2 MOBILE FSAS APP - Single Device License. Up to 24 Licenses-Per-ATX are offered at $0.00 cost SL2 Ea/Yr USDD 24 each as long as system is currently under warranty or G2-APP-DLI $ 108.00 $ 97.20 NIA - Included elected recurring annual support coverage. See 'Mohile' Section for more detail. STATION SYSTEM CONTROLLER Item Unit Mfr Qty Description Part No. US List Unit QUOTEUNIT QUOTE EXT SC1 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 $ 19,575.00 $ 19,575.00 SC2 Kit USDD 0 G2 EXPANSION KIT - Allows ability to Power/SignaVControl up to 12 more peripheral Remote options per EXP. EXP $ 7,325.00 $ 6,592.50 $ - SC3a Kit USDD 1 Rack Mount Ears for ATX or EXP ATX-E $ 64.00 $ 57.60 $ 57.60 SC3b Kit USDD 0 Base Plate for ATX or EXP ATX-P $ 64.00 $ 57.60 $ SC4a Ea TBD 1 ATX UPS, Standard UPS -STD $ 923.00 $ 830.70 $ 830.70 SC4b Ea TBD 1 Shelf/Bracket, Wall -Mount for UPS UPS-WMB $ 65.00 $ 58.50 $ 58.50 STATION SYSTEM PERIPHERAL COMPONENTS Item Unit Mfr Qt Description Part No. US List Unit QUOTEUNIT QUOTE EXT SP1a Ea TBD 0 Audio Amplifier, External, Standard AMP $ 987.00 $ 888.30 $ SP1 b Ea TBD 0 Shelf, Under Table or Wall Mount, for 1 U 1/2 Rack AMP-S $ 76.00 $ 68.40 $ SP2 Ea USDD 0 G2 COLOR INDICATOR REMOTE Module - Up to 8 unique colors CIR $ 825.00 $ 742.50 $ SP3a Ea USDD 1 G2 HDTV REMOTE Module (TV & Electrical Outlet by Others; C.E.C. control subject to TV ability) TVR $ 975.00 $ 877.50 $ 877.50 SP3b Ea Teo 0 Flat Panel Monitor/ Smart HDTV 40AY (Electrical Outlet/Provision By Others; C.E.C. control subject to TV ability) FP-43 $ 1,100.00 $ 990.00 $ - SP3c Ea TBD 0 Flat Panel/TV Mount - Universal 23"-46" Tilt FPM-U $ 115.00 $ 103.50 $ SP4 Ea I USDD 0 1 G2 110 REMOTE Module w/ 8 In & 8 Out IOR $ 1,375.00 $ 1,237.50 $ 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 G2 MESSAGE REMOTE 2 Module MR2 $ 1,425.00 $ 1,282.50 $ PROPRIETARY and CONFIDENTIAL STATION 06 SYSTEM Page 14 of 37 G2 MESSAGE SIGN (Digital LED) MINI SP8a Ea USDD 0 GammaSign / 12_ Active Screen Width / Turn MS-G-M $ 915.00 $ 823.50 $ Out Timing ONLY G2 MESSAGE SIGN (Digital LED) STANDARD SP810 Ea USDD 2 GammaSign / 24" Active Screen Width MS-GS $ 1,050.00 $ 945.00 $ 1,890.00 USDD 0 G2 MESSAGE SIGN (Digital LED) EXTENDED SP8c Ea GammaSign / 36" Active Screen Width MS-G-E $ 1,575.00 $ 1,417.50 $ MS-G Adapter Plate, SINGLE. VESA100,info.,(1lMS- SP9a Ea USDD 0 G-S for -El toany standard mountwith VESA 100hole patterns MS-AP-S $ 55.00 $ 49.50 $ - (mount not included) MS-G Adapter Plate, DOUBLE, VESA100,t SP9b Ea USDD 1 G-C(or-Fltoanystandard mountwithVESA100holepatterns MS•AP-D $ 65.00 $ 58.50 $ 58.50 (mount not included) MS-G Hanger Kit. Hangs single or double (back-to-back) SP9C Ea USDD 0 Message Signs (Gamma Version) from Ceiling. Includes both MS-HK $ 110.00 $ 99.00 $ - suspended ceiling T-Bar Scissor Clips and Hard -Pan Flange Mounts. SP9d Ea TED 1 MS Mount -Articulating, Long reach MS-MNT-ART-L $ 325.00 $ 292.50 $ 292.50 SP10a Ea USDD 0 G2 ROOM REMOTE 2 Module RR2 $ 2,025.00 $ 1,822.50 $ - USDD 0 RR2 Adpater Plate, for Retrofit in RR1 Wall SP10b Ea Cavity RR2-AP $ 75.00 $ 67.50 $ RR2 Surface Mount Box, for SURFACE MOUNT SP10c Ea USDD 0 (hard wall) installation. Three (3) 3/4" conduit RR2-SMB $ 175.00 $ 157.50 $ knock -outs. SP11a Ea USDD 10 G2SPEAKER - LED Illuminated -FLUSH SPK-LED-FM $ 325.00 $ 292.50 $ 2,925.00 Mount, 70v USDD 1 G2SPEAKER'LED Illuminated -SURFACE SP11b Ea Mount (Metal Box), 70v SPK-LEDSM $ 325.00 $ 292.50 $ 292.50 G2 SPEAKER - OmniAlertStrobe - Omnidirectional Alerting Speaker, optimized for SP12a Ea USDD 0 high Vocal Intelligibility in large open indoor SPK-OAS $ 1,150.00 $ 1,035.00 $ areas and with High4ntensity LED Strobe Light Arrays - includes Cable Hanging Kit (requires MR2 for power/signal/control) SPK-OAS/OmniStrobe Mounting Bracket / BEAM SP12b Ea USDD 0 FLANGE CLIP -for mounting directly onto an SPK-OAS-BFC $ 23.00 $ 20.70 $ exposed (1/8-14") I -Beam SPK-OAS/OmniStrobe Mounting Bracket /DROP SP12c Ea USDD 0 CEILING BRACKET -for mounting directly to T- SPK-OAS-DCB $ 55.00 $ 49.50 $ Bar in Suspended Ceiling ISP13a SPK-OAS/OmniStrobe Mounting Bracket / SP12d Ea USDD 0 SURFACE MOUNT - for mounting directly to hard SPK-OAS-SMB $ 55.00 $ 49.50 $ ceiling Ea USDD 0 SPEAKER -STANDARD, FLUSH Mount, 70v SPK-STD-FM $ 105.00 $ 94.50 $ SP13b Ea USDD 0 SPEAKER -STANDARD, SURFACE Mount SPK-STD-SM $ 105.00 $ 94.50 $ - (Metal Box), 70v USDD 2 SPEAKER -APP BAY/OUTDOOR - Weatherized, SP14 Ea Surface Mount, 70v SPK-W-SM $ 325.00 $ 292.50 $ 585.00 SP15 Ea USDD 0 G2 Strobe Light/ Red LED STR $ 575.00 $ 517.50 $ SP16 Ea USDD 0 Transformer, Bohm to 70V, External XFMR $ 53.00 $ 47.70 $ - VIDEO DOOR STATION - Doorbell & Camera SP17 Ea USDD 1 that ties into G2 FSAS (HDTV Remote) - Includes VDS $ 1,700.00 $ 1,530.00 $ 1,530.00 Power Injector PROPRIETARY and CONFIDENTIAL STATION 06 SYSTEM Page 15 or 37 STATION SYSTEM SERVICES Item Unit Mfr Qty Description Part No. US List Unit QUOTEUNIT QUOTE EXT SS1 Ea USDD 0 Station Installation (N/A - not assumed nor STaNST $ $ $ included by USDD within this proposal) 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 STSU $ 2,989.98 $ 2,690.98 $ 2,690.98 SS4 Ea USDD 1 Station Project Management ST-PM $ 1,328.88 $ 1,195.99 $ 1,195.99 SS5 Ea USDD 1 Station Engineering / Design Services ST-ES $ 498.33 $ 448.50 $ 448.50 SS6 Ea USDD 1 Station Documentation ST-DM $ 49.83 $ 44.85 $ 44.85 Station Training - Configuration and SS7a Ea USDD 0 Equipment. On -Site @ Station. 4 Hours, 1 TRA-UT-O $ 4,425.00 $ 3,982.50 $ Visit. (for Technical Services Staff) SS7b Ea USDD 0 Station Training - User/Technician / Remote TRA-UT-R $ 650.00 $ 585.00 $ Refresh (2 Hours) Training -Installation Contractor - On -Site I SS8a Ea USDD 0 USDD G2 Certification / 8 Hours (TBD -only TRA-IC-O $ 6,125.00 $ 5,512.50 $ needed if requied to use non -certified contractor) Training - Installation Contractor - At Arizona SS8b Ea USDD 0 Training Center / USDD G2 Certification 18 TRAaC-AZ 3,125.00 $ 2,812.50 Hours (TBD - only needed if required to use non - $ $ certified contractor) SS9 Ea USDD 0 Miscellaneous/TBD MISC $ - $ - $ STATION SYSTEM WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT Item Unit Mfr City Description Part No. US List Unit QUOTEUNIT QUOTE EXT [STANDARD] 1st YEAR WARRANTY & 4484.97 but No usoD 1.5 SUPPORT FOR THIS STATION SYSTEM (or Charge For Initial / SW1 YR component): Telephone / Remote Access RS-1YRSTD $ 3,322.20 $ 2,989.98 Warranty Period Support (8:00 AM - 5:00 PM MST) Not Included in Subtotals [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 RS-AYRSTD $ 3,322.20 $ 2,989.98 $ MST) IF QUANTITY V THEN NO ADDITIONAL SUPPORT IS ASSUMED OR AUTHORIZED BEYOND INITIAL WARRANTY PERIOD STATION 06 System: $ 34,280.12 Shipping: $ 685.00 Warranty & Support: $ Miscellaneous (if applicable) $ ATION SUBTOTAL: $ 34,965.12 This quote does not include or assume any amounts for sales or use tax. Customer needs to contact its procurement department to determine if sales or use tax is payable, and if so, to make the determination of the amount to be paid. Per our contracts. Customer is responsible for the payment of any sales or use taxes owed from any purchase from USDD. PROPRIETARY and CONFIDENTIAL STATION 06 SYSTEM Page 16 of 37 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 available 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. USDD cannot warrant nor support any system configuration that deviates from this specific proposal's documented station system design file number. USDD cannot warrant nor support any system not using USDD-approved UPS Battery Backup. USDD cannot warrant nor support any system not installed by G2 Trained & Certified Installation technician (installer). If customer intends to tie this system into any 3rd-party system or devices, USDD will be unable to warrant or support the sytem until we've had a chance to review documented engineering assumptions and approve system integrity, performance and reliability expectations. For FSAaaS Program: The cost of service and support beyond initial warranty period is included in the FSASaaS Program for a total of 5 years. The service and support includes Mobile Smart Phone Alerting App and Mapping Services. Please see the FSASaaS Subscription Agreement for more information concerning the service and support provided by USDD. USDD cannot warrant nor support any system not using USDD-approved UPS Battery Backup. USDD cannnot warrant nor support any system not installed by G2 Trained & Certified Installation technician (installer). If customer intends to tle this system into any 3rd-party system or devices, USDD will be unable to warrant or support the sytem until we've had a chance to revir documented engineering assumptions and approve system integrity, performance and reliability expectations. 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 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. 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 ass umed,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 - 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-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 warranty null, void and of no further effect PROPRIETARY and CONFIDENTIAL STATION 06 SYSTEM Page 17 of 37 US DIGITAL DESIGns 1835 E. Sixth St. Suite #27 QUOTE Tempe, Arizona 85281 877-551-8733 tel 480-290-7892 fax DATE: 9/13123 Expires: 12/12/23 Quote SUBMITTED TO: City of Newport Beach, California Newport Beach Fire Department NEKSZZM• CA NEWP007 v2 STATION -LEVEL STATION 07 Based from USDD G2 Fire Station Alerting System Design Drawing # USDD.CA NEWP.FS01.FS03.FSO4.FS06.FS07.FS08.FSLGHQ.FSA.2023.08.07.pdf STATION SYSTEM LICENSES Item Unit Mfr City Description Part No. US List Unit QUOTEUNIT QUOTE EXT SL1 Ea USDD 1 G2 VOICEALERT- Single Station License. VA $ 1,030.00 $ 927.00 $ 927.00 G2 MOBILE FSAS APP - Single Device License. Up to 24 Licenses-Per-ATX are offered at $0.00 cost SL2 EaNr USDD 24 each as long as system is currently under warranty or G2-APP-DLI $ 108.00 $ 97.20 NIA - Included elected recurring annual support coverage. Bee_ 'Mobile' Secfinn for more detail. STATION SYSTEM CONTROLLER Item Unit Mfr Qty Description Part No. US Ust Unit QUOTE UNIT QUOTE EXT SC1 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 $ 19,575.00 $ 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 $ - SC3a Kit USDD 1 Rack Mount Ears for ATX or EXP ATX-E $ 64.00 $ 57.60 $ 57.60 SC31b Kit USDD 0 Base Plate for ATX or EXP ATX-P $ 64.00 $ 57.60 $ SC4a Ea TBD 1 ATX UPS, Standard UPS -STD $ 923.00 $ 830.70 $ 830.70 SC4b Ea TBD 1 Shelf/Bracket, Wall -Mount for UPS UPS-WMB $ 65.00 $ 58.50 $ 58.50 STATION SYSTEM PERIPHERAL COMPONENTS Item Unit Mfr City Description Part No. US List Unit QUOTE UNIT QUOTE EXT SP1a Ea TBD 0 Audio Amplifier, External, Standard AMP $ 987.00 $ 888.30 $ SP1 b Ea TBD 0 Shelf, Under Table or Wall Mount, for 1 U 112 Rack AMP-S $ 76.00 $ 68.40 $ - SP2 Ea USDD 3 G2 COLOR INDICATOR REMOTE Module - Up to 8 unique colors CIR $ 825.00 $ 742.50 $ 2,227.50 SP3a Ea USDD 4 G2 HDTV REMOTE Module (TV & Electrical Outlet by Others; C.E.C. control subject to TV ability) TVR $ 975.00 $ 877.50 $ 3,510.00 SP3b Ea TBD 0 Flat Panel Monitor/ Smart HDTV 40-43" (Electrical Outlet/Provision By Others; C.E.C. control subject to TV ability) FP43 $ 1,100.00 $ 990.00 $ SP3c Ea Teo 0 Flat Panel/TV Mount - Universal 23"-46" Tilt FPM-U $ 115.00 $ 103.50 $ SP4 I Ea USDD 0 G2 1/0 REMOTE Module w/ 8 In & 8 Out IOR $ 1,375.00 $ 1,237.50 $ - SP5 Ea USDD 2 Push Button, Standard (Black) PB-B $ 110.00 $ 99.00 $ 198.00 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 MR2 $ 1,425.00 $ 1,282.50 $ PROPRIETARY and CONFIDENTIAL STATION 07 SYSTEM Page 18 of 37 G2 MESSAGE SIGN (Digital LED) MINI SP8a Ea USDD 0 GammaSign / 12_ Active Screen Width / Turn MS-G-M $ 915.00 $ 823.50 $ 1SP8c Out Timing ONLY USDD 4 G2 MESSAGE SIGN (Digital LED) STANDARD SP8b Ea GammaSign / 24" Active Screen Width MS-GS $ 1,050.00 $ 945.00 $ 3,780.00 USDD 0 G2 MESSAGE SIGN (Digital LED) EXTENDED Ea GammaSign / 36" Active Screen Width MS-G-E $ 1,575.00 $ 1,417.50 $ MS-G Adapter Plate, SINGLE. VESA 100, icios f 11 MS- SP9a Ea USDD 0 C S(nr- ) to any standard mount with VESA 100 hole patterns MS-APS $ 55.00 $ 49.50 $ (mount not included) MS-G Adapter Plate, DOUBLE, VESA100,' SP9b Ea USDD 2 G-S(or-F)toany standard mount with VESA100hole patterns MS-AP-D $ 65.00 $ 58.50 $ 117.00 (mount not included) MS-G Hanger Kit. Hangs single or double (back-to-back) SP9c Ea USDD 0 Message Signs (Gamma Version) from Ceiling. Includes both MS-HK $ 110.00 $ 99.00 $ - suspended ceiling T-Bar Scissor Clips and Hard -Pan Flange Mounts. SP9d Ea TB D 2 MS Mount -Articulating, Long reach MS-MNT-ART-L $ 325.00 $ 292.50 $ 585.00 SP10a Ea USDD 2 G2 ROOM REMOTE 2 Module RR2 $ 2,025.00 $ 1,822.50 $ 3,645.00 ISP10c USDD 0 RR2 Adpater Plate, for Retrofit in RR1 Wall SP10b Ea Cavity RR2-AP $ 75.00 $ 67.50 $ - RR2 Surface Mount Box, for SURFACE MOUNT Ea USDD 0 (hard wall) installation. Three (3) 3/4" conduit RR2-SMB $ 175.00 $ 157.50 $ knockouts. usoD 5 G2 SPEAKER - LED Illuminated - FLUSH SP11a Ea Mount, 70v SPK-LED-FM $ 325.00 $ 292.50 $ 1,462.50 USDD 0 G2 SPEAKER - LED Illuminated - SURFACE SP11 b Ea Mount (Metal Box), 70v SPK-LEDSM $ 325.00 $ 292.50 $ G2 SPEAKER - OmniAlertStrobe - Omnidirectional Alerting Speaker, optimized for SP12a Ea USDD 0 high Vocal Intelligibility in large open indoor SPK-OAS $ 1,150.00 $ 1,035.00 $ areas and with High -Intensity LED Strobe Light Arrays - includes Cable Hanging Kit (requires MR2 for power/signal/control) SPK-OAS/OmniStrobe Mounting Bracket / BEAM SP121b Ea USDD 0 FLANGE CLIP -for mounting directly onto an SPK-OAS-BFC $ 23.00 $ 20.70 $ exposed (1/8-14") I -Beam SPK-OAS/OmniStrobe Mounting Bracket /DROP SP12c Ea USDD 0 CEILING BRACKET -for mounting directly to T- SPK-OAS-DCB $ 55.00 $ 49.50 $ Bar in Suspended Ceiling SPK-OAS/OmniStrobe Mounting Bracket / SP12d Ea USDD 0 SURFACE MOUNT -for mounting directly to hard SPK-OAS-SMB $ 55.00 $ 49.50 $ ceiling SP13a Ea USDD 15 SPEAKER -STANDARD, FLUSH Mount, 70v SPK-STD-FM $ 105.00 $ 94.50 $ 1,417.50 SP13b Ea USDD 0 SPEAKER -STANDARD, SURFACE Mount SPK-STD-SM $ 105.00 $ 94.50 $ (Metal Box), 70v USDD 5 SPEAKER -APP BAY/OUTDOOR - Weatherized, SP14 Ea Surface Mount, 70v SPK-W-SM $ 325.00 $ 292.50 $ 1,462.50 SP15 Ea USDD 0 G2 Strobe Light/ Red LED STIR $ 575.00 $ 517.50 $ SP16 Ea USDD 0 Transformer, Bohm to 70V, External XFMR $ 53.00 $ 47.70 $ - VIDEO DOOR STATION - Doorbell & Camera SP17 Ea USDD 1 that ties into G2 FSAS (HDTV Remote) - Includes VDS $ 1,700.00 $ 1,530.00 $ 1,530.00 Power Injector PROPRIETARY and CON FIDENTW L STATION 07 SYSTEM Page 19 or 37 STATION SYSTEM SERVICES Item Unit Mrr Qty Description Part No. US List Unit QUOTEUNIT QUOTE EXT SS1 Ea USDD 0 Station Installation (WA - not assumed nor ST-INST $ $ $ included by USDD within this proposal) 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 STSU $ 3.687.36 $ 3,318.62 $ 3,318.62 SS4 Ea USDD 1 Station Project Management ST-PM $ 1,843.68 $ 1,659.31 $ 1,659.31 SS5 Ea USDD 1 Station Engineering / Design Services ST-ES $ 599.20 $ 539.28 $ 539.28 SS6 Ea USDD 1 Station Documentation ST-DM $ 69.14 $ 62.22 $ 62.22 Station Training -Configuration and SS7a Ea USDD 0 Equipment On -Site @ Station. 4 Hours, 1 TRA-UT-O $ 4,425.00 $ 3,982.50 $ Visit. (for Technical Services Staff) SS7b Ea USDD 0 Station Training - User/Technician / Remote TRA-UT-R $ 650.00 $ 585.00 $ Refresh (2 Hours) Training - Installation Contractor - On -Site I SS8a Ea USDD 0 USDD G2 Certification / 8 Hours (TBD - only TRA-IC-O $ 6,125.00 $ 5,512.50 $ needed if requied to use non -certified contractor) Training - Installation Contractor - At Arizona USDD 0 Training Center / USDD G2 Certification / 8 2,812.50 SS8b Ea Hours (TBD - only needed if required to use non - TRA4C-AZ $ 3,125.00 $ $ certified contractor) SS9 Ea USDD 1 0 IMiscellaneousITBD MISC $ $ $ STATION SYSTEM WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT Item Unit I Mfr Qty Description Part No. US List Unit QUOTEUNIT QUOTE EXT [STANDARD] 1st YEAR WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or component): Telephone / Remote Access 6222.42 but No Support (8:00 AM - 5:00 PM MST) PLEASE Charge For Initial SW1 YR USDD 1.5 NOTE: An additional 6 months (for total of 18 RS-1YRSTD $ 4,609.20 $ 4,148.28 Warranty Period / months/1.5 years) of initial warranty has been Not Included in offered by USDD for no additional cost so all Subtotals 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 RS-AYRSTD $ 4.609.20 $ 4,148.28 $ MST) IF QUANTITY '0' THEN NO ADDITIONAL SUPPORT IS ASSUMED OR AUTHORIZED BEYOND INITIAL WARRANTY PERIOD STATION 07 System: $ 47,062.24 Shipping: $ 1,137.00 Warranty & Support: $ Miscellaneous (if applicable) $ rATION SUBTOTAL: $ 48,199.24 This quote does not include or assume any amounts for sales or use tax. Customer needs to contact its procurement department to determine if sales or use tax is payable, and if so, to make the determination of the amount to be paid. Per our contracts, Customer is responsible for the payment of any sales or use taxes owed from any purchase from USDD. PROPRIETARY and CONFIDENTIAL STATION 07 SYSTEM Page 20 or 37 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 available 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. USDD cannot warrant nor support any system configuration that deviates from this specific proposal's documented station system design file number. USDD cannot warrant nor support any system not using USDD-approved UPS Battery Backup. USDD cannot warrant nor support any system not installed by G2 Trained & Certified Installation technician (installer). If customer intends to tie this system into any 3rd-party system or devices, USDD will be unable to warrant or support the sytem until we've had a chance to review documented engineering assumptions and approve system integrity, performance and reliability expectations. For FSAaaS Program: The cost of service and support beyond initial warranty period is included in the FSASaaS Program for a total of 5 years. The service and support includes Mobile Smart Phone Alerting App and Mapping Services. Please see the FSASaaS Subscription Agreement for more information concerning the service and support provided by USDD. USDD cannot warrant nor support any system not using USDD-approved UPS Battery Backup. USDD cannnot warrant nor support any system not installed by G2 Trained & Certified Installation technician (installer). If customer intends to tie this system into any 3rd-party system or devices, USDD will be unable to warrant or support the sytem until we've had a chance to revie documented engineering assumptions and approve system integrity, performance and reliability expectations. 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 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. 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, 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 - 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-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 warranty null, void and of no further effect PROPRIETARY and CONFIDENTIAL STATION 07 SYSTEM Page 21 of 37 US DIGITAL DESIGns 1835 E. Sixth St. Suite #27 Tempe, Arizona 85281 877-551-8733 tel 480-290-7892 fax Quote SUBMITTED TO: City of Newport Beach, California Newport Beach Fire Department XEEMMZ. CA NEWP007 v2 STATION -LEVEL QUOTE Expires: 12/12/23 STATION 08 Based from USDD G2 Fire Station Alerting System Design Drawing # USDD.CA NEWP.FS01.FS03.FSO4.FS06.FS07.FS08.FSLGHQ.FSA.2023.08.07.pdf STATION SYSTEM LICENSES Item Unit Mir Qty Description Part No. US Ust Unit QUOTE UNIT QUOTE EXT SL1 Ea USDD 1 G2 VOICEALERT - Single Station License. VA $ 1,030.00 $ 927.00 $ 927.00 G2 MOBILE FSAS APP - Single Device License. Up to 24 Licenses-Per-ATX are offered at $0.00 cost SL2 EaNr USDD 24 each as long as system is currently under warranty or G2-APP-DLI $ 108.00 $ 97.20 N/A - Included elected recurring annual support coverage. ,4eE_ 'Mobile' Section for more detail. STATION SYSTEM CONTROLLER Item Unit Mir Qty Description Part No. US List Unit QUOTEUNIT QUOTE EXT SC1 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 $ 19,575.00 $ 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 $ SC3a Kit USDD 1 1Rack Mount Ears for ATX or EXP ATX-E $ 64.00 $ 57.60 $ 57.60 SC31b Kit USDD 0 Base Plate for ATX or EXP ATX-P $ 64.00 $ 57.60 $ SC4a Ea TBD 1 ATX UPS, Standard UPS -STD $ 923.00 $ 830.70 $ 830.70 SC4b Ea TBD 1 Shelf/Bracket, Wall -Mount for UPS UPS-WMB $ 65.00 $ 58.50 $ 58.50 STATION SYSTEM PERIPHERAL COMPONENTS Item Unit Mir Qt Description Part No. US List Unit QUOTE UNIT QUOTE EXT SP1a Ea TBD 1 Audio Amplifier, External, Standard AMP $ 987.00 $ 888.30 $ 888.30 SP1 b Ea TBD 1 Shelf, Under Table or Wall Mount, for 1 U 1/2 Rack AMP-S $ 76.00 $ 68.40 $ 68.40 SP2 Ea USDD 0 G2 COLOR INDICATOR REMOTE Module - Up to 8 unique colors CIR $ 825.00 $ 742.50 $ SP3a Ea USDD 2 G2 HDTV REMOTE Module (TV & Electrical Outlet by Others; C.E.C. control subject to TV ability) TVR $ 975.00 $ 877.50 $ 1,755.00 SP3b Ea TBD 0 Flat Panel Monitor/ Smart HDTV 40-43" (Electrical Outlet/Provision By Others; C.E.C. control subject to TV ability) FP43 $ 1,100.00 $ 990.00 $ SP3c Ea TBD 0 Flat Panel/TV Mount - Universal 23"-46" Tilt FPM-U $ 115.00 $ 103.50 $ SP4 Ea USDD 0 G2 1/0 REMOTE Module w/ 8 In & 8 Out IOR $ 1,375.00 $ 1,237.50 $ SP5 a USDD 0 Push Button, Standard (Black) PB-B $ 110.00 $ 99.00 $ SP6 jEEa USDD 0 Push Button, Emergency (Red) PB-R $ 110.00 $ 99.00 $ SP7 USOD 0 G2 MESSAGE REMOTE 2 Module MR2 $ 1,425.00 $ 1,282,50 $ PROPRIETARY and CONFIDENTIAL STATION 08 SYSTEM Page 22 of 37 G2 MESSAGE SIGN (Digital LED) MINI SP8a Ea USDD 0 GammaSign / 12_ Active Screen Width / Turn MS-G-M $ 915.00 $ 823.50 $ Out Timing ONLY 2 G2 MESSAGE SIGN (Digital LED) STANDARD 1,890.00 SP8b Ea USDD GammaSign / 24" Active Screen Width MS-GS $ 1,050.00 $ 945.00 $ USDD 0 G2 MESSAGE SIGN (Digital LED) EXTENDED MS-G-E 1,575.00 $ 1,417.50 $ SP8c Ea GammaSign / 36" Active Screen Width $ MS-G Adapter Plate, SINGLE. VESA100,IninsrllMS- SP9a Ea USDD 0 CCrnr- ltoanystandardmountwithVESA100holepatterns MS•AP-S $ 55.00 $ 49.50 $ (mount not included) MS-G Adapter Plate, DOUBLE, VESA100 i SP9b Ea USDD 1 Q-. fntFatoany standard mount with VESA100hole patterns MS-AP-D $ 65.00 $ 58.50 $ 58.50 (mount mt included) MS-G Hanger Kit. Hangs single or double(back-to-back) SP9c Ea USDD 0 Message Signs (GammaVersion) from Ceiling. Includes both MS-HK $ 110.00 $ 99.00 $ suspended ceiling T-Bar Scissor Clips and Hard -Pan Flange Mounts. SP9d Ea TBD 1 MS Mount -Articulating, Long reach MS-MNT-ART-L $ 325.00 $ 292.50 $ 292.50 SP10a Ea USDD 2 G2 ROOM REMOTE 2 Module RR2 $ 2,025.00 $ 1,822.50 $ 3,645.00 USDD 0 RR2 Adpater Plate, for Retrofit in RR1 Wall 75.00 67.50 SP10b Ea Cavity RR2-AP $ $ $ - RR2 Surface Mount Box, for SURFACE MOUNT SP10c Ea USDD 0 (hard wall) installation. Three (3) 3/4" conduit RR2-SMB $ 175.00 $ 157.50 $ - knockouts. SP11a Ea USDD 18 G2SPEAKER - LED Illuminated -FLUSH SPK-LED-FM $ 325.00 $ 292.50 $ 5,265.00 Mount, 70v USDD 0 G2SPEAKER - LED Illuminated -SURFACE 325.00 $ 292.50 $ SP11b Ea Mount (Metal Box), 70v SPK-LEDSM $ G2 SPEAKER - OmniAlertStrobe - Omnidirectional Alerting Speaker, optimized for SP12a Ea USDD 0 high Vocal Intelligibility in large open indoor SPK-0AS $ 1,150.00 $ 1,035.00 $ areas and with High -Intensity LED Strobe Light Arrays - includes Cable Hanging Kit (requires MR2 for power/signal/control) SPK-0AS/OmniStrobe Mounting Bracket / BEAM SP121b Ea USDD 0 FLANGE CLIP -for mounting directly onto an SPK-OAS-BFC $ 23.00 $ 20.70 $ exposed (1/8-14") I -Beam SPK-0AS/OmniStrobe Mounting Bracket /DROP SP12c Ea USDD 0 CEILING BRACKET -for mounting directly to T- SPK-OAS-DCB $ 55.00 $ 49.50 $ Bar in Suspended Ceiling SPK-OAS/OmniStrobe Mounting Bracket / SP12d Ea USDD 0 SURFACE MOUNT - for mounting directly to hard SPK-OAS-SMB $ 55.00 $ 49.50 $ ceiling SP13a Ea USDD 0 SPEAKER -STANDARD, FLUSH Mount, 70v SPK-STD-FM $ 105.00 $ 94.50 $ SP13b Ea USDD 0 SPEAKER -STANDARD, SURFACE Mount SPK-STD-SM $ 105.00 $ 94.50 $ - (Metal Box), 70v SPEAKER -APP BAY/OUTDOOR - Weatherized, 1,462.50 SP14 Ea USDD 5 Surface Mount, 70v SPK-W-SM $ 325.00 $ 292.50 $ SP15 Ea USDD 0 G2 Strobe Light/ Red LED STIR $ 575.00 $ 517.50 $ SP16 I Ea usoD 1 Transformer, Bohm to 70V, External XFMR $ 53.00 $ 47.70 $ 47.70 VIDEO DOOR STATION - Doorbell & Camera SP17 Ea USDD 1 that ties into G2 FSAS (HDTV Remote) - Includes VDS $ 1,700.00 $ 1,530.00 $ 1,530.00 A Power Injector I I I PROPRIETARY and CONFIDENTIAL STATION 08 SYSTEM Page 23 of 37 STATION SYSTEM SERVICES Item Unit Mfr Qty Description Part No. US Ust Unit QUOTE UNIT QUOTE EXT SS1 Ea USDD 0 Station Installation (WA - not assumed nor ST-INST $ $ $ included by USDD within this proposal) 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 STSU $ 3,622.11 $ 3,259.89 $ 3,259.89 SS4 Ea USDD 1 Station Project Management ST-PM $ 1,704.52 $ 1,534.07 $ 1,534.07 SS5 Ea USDD 1 Station Engineering / Design Services ST-ES $ 639.20 $ 575.28 $ 575.28 SS6 Ea USDD 1 Station Documentation ST-DM $ 63.92 $ 57.53 $ 57.53 Station Training -Configuration and SS7a Ea USDD 0 Equipment. On -Site @ Station. 4 Hours, 1 TRA-UT-O $ 4.425.00 $ 3,982.50 $ Visit. (for Technical Services Staff) SS7b Ea USDD 0 Station Training - UserlTechnician / Remote TRA-UT-R $ 650.00 $ 585.00 $ Refresh (2 Hours) Training - Installation Contractor - On -Site / SS8a Ea USDD 0 USDD G2Certification /8Hours (TBD - only TRA4C-0 $ 6,125.00 $ 5,512.50 $ needed if requied to use non -certified contractor) Training -Installation Contractor -At Arizona Ea USDD 0 Training Center/ USDD G2 Certification 18 TRA4C-AZ 3,125.00 2,812.50 $ SS81b Hours (TBD - only needed if required to use non - $ $ certified contractor) SS9 I Ea I USDD 0 MiscellaneouslTBD MISC $ - $ $ STATION SYSTEM WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT Item Unit I Mfr Oty Description Part No. US List Unit QUOTEUNIT QUOTE EXT [STANDARD] 1 st YEAR WARRANTY & SUPPORT FOR THIS STATION SYSTEM (or component): Telephone / Remote Access 5752.755 but No Support (8:00 AM - 5:00 PM MST) PLEASE Charge For Initial SW1 YR USDD 1.5 NOTE: An additional months (for total of 18 RS-1YRSTD $ 4,261.30 $ 3,835.17 Warranty Period / months/1.5 years) of initial warranty has been Not Included in offered by USDD for no additional cost so all Subtotals 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 RS-AYRSTD $ 4,261.30 $ 3,835.17 $ - MST) IF CUANTITY'0' THEN NO ADDITIONAL SUPPORT IS ASSUMED OR AUTHORIZED BEYOND INITIAL WARRANTY PERIOD System: $ 43,778.47 Shipping: $ 957.00 Warranty & Support: $ Miscellaneous (if applicable) $ STATION SUBTOTAL: $ 44,735.47 This quote does not include or assume any amounts for sales or use tax. Customer needs to contact its procurement department to determine if sales or use tax is payable, and if so, to make the determination of the amount to be paid. Per our contracts, Customer is responsible for the payment of any sales or use taxes owed from any purchase from USDD. PROPRIETARY and CONFIDENTIAL STATION 08 SYSTEM Page 24 of 37 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 available 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. USDD cannot warrant nor support any system configuration that deviates from this specific proposal's documented station syste design file number. USDD cannot warrant nor support any system not using USDD-approved UPS Battery Backup. USDD cannot warrant nor support any system not installed by G2 Trained & Certified Installation technician (installer). If customer intends to tie this system into any 3rd-party system devices, USDD will be unable to warrant or support the sytem until we've had a chance to review documented engineering assumptions and approve system integrity, performance and reliability expectations. For FSAaaS Program: The cost of service and support beyond initial warranty period is included in the FSASaaS Program for a total of 5 years. The service and support includes Mobile Smart Phone Alerting App and Mapping Services. Please see the FSASaaS Subscription Agreement for more information concerning the service and support provided by USDD. USDD cannot warrant nor support any system not using USDD-approved UPS Battery Backup. USDD cannnot warrant nor support any system not installed by G2 Trained & Certified Installation technician (installer). If customer intends to tie this system Into any 3rd-party system or devices, USDD will be unable to warrant or support the sytem until we've had a chance to revic documented engineering assumptions and approve system integrity, performance and reliability expectations. 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 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. 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, 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 - 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-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 warranty null, void and of no further effect PROPRIETARY and CONFIDENTIAL STATION 08 SYSTEM Page 25 of 37 US DIGITAL DESIGns 1835 E. Sixth St. Suite #27 Tempe, Arizona 85281 877-551-8733 tel 480-290-7892 fax ...................................................................................................................... Quote SUBMITTED TO: City of Newport Beach, California Newport Beach Fire Department CA NEWP007 v2 Section Totals QUOTE DATE: 9113/23 .................................... Expires: ###### SECTION TOTALS [UNLESS OTHERWISE NOTED, ALL PRICES ARE $US] STATION -LEVEL SUBTOTAL Includes: STATION 01 WARRANTY & SUPPORT: - STATION 01 MISC.: - InCludes: STATION 03 SYSTEM: 97,868.18 STATION 03 WARRANTY & SUPPORT: - STATION 03 MISC.: - Includes: STATION 04 SYSTEM: 36,463.87 STATION 04 WARRANTY & SUPPORT: - STATION 04 MISC.: - Includes: STATION 06 SYSTEM: 34,965.12 STATION 06 WARRANTY & SUPPORT: - STATION 06 MISC.: - IncludeS: STATION 07 SYSTEM: 48,199.24 STATION 07 WARRANTY & SUPPORT: - STATION 07 MISC.: - Includes: STATION 08 SYSTEM: 44,735.47 STATION 08 WARRANTY & SUPPORT: - STATION 08 MISC.: - Includes: Fire Station lifeguard HQ WARRANTY & SUPPORT: - Fire Station Lifeguard HQ MISC.: - NOtes: Seven (7) Station Systems currently included in this proposal, with installation Not Assumed or Included by USDD - Customer to Contract G2 Trained/Certified Technicians so USDD can Warrant and Support PROPRIETARY and CONFIDENTIAL SECTION TOTALS Page 30 of 37 Fu—s-Di-gitai Designs System Total: $ 322,079.60 This quote does not include or assume any amounts for sales or use tax. Customer needs to contact its procurement department to determine if sales or use tax is payable, and if so, to make the determination of the amount to be paid. Per our contracts, Customer is responsible for the payment of any sales or use taxes owed from any purchase from USDD. (TB D 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 available 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 31 of 37 These U.S. Digital Designs, Inc. terms and conditions of sale ("Terms and Conditions") are effective March 1, 2022 (the "Terms and Conditions Effective Date"), and supersede all prior versions covering the sale of products and related services (collectively, "Products", as defined more specifically below) by U.S. Digital Designs, Inc. ("USDD"). References to "Customer", "you", or "your" all pertain to the purchaser of Products. These Terms and Conditions, together with any separate agreement you may have with USDD that specifically references these Terms and Conditions (collectively, the "Agreement") setforth the entire agreement between the parties relating to your purchase of USDD Products. The Agreement may only be modified by an authorized representative of each party in a signed writing. ORDERS. Orders (including any revised and follow-on orders) (each, an "Order") for USDD Products are non -cancelable, except as expressly set forth herein, and will be governed by the terms of the Agreement. All Orders are subject to acceptance by USDD and shall include the following information: purchase order number; customer's legal name and billing address; Customer's shipping address; and a list of the Products and quantities for each different type of Product Customer wishes to order. USDD's acknowledgment of its receipt of an Order shall not constitute acceptance of such Order. An Order is deemed to be accepted upon the earlier of (i) USDD's written acceptance or (ii) shipment of the Products specified in the Order. Any conflicting, additional, and/or different terms or conditions on Customer's Order or any other similar instrument are deemed to be material alterations and are rejected and not binding upon USDD. USDD's acceptance of Customer's Order is expressly conditioned upon Customer's assent to the terms and conditions contained herein in their entirety. Customer's acceptance of delivery from USDD constitutes Customer's acceptance of these terms and conditions in their entirety. REMITTANCES. All invoices shall be due and payable upon receipt in United States currency, free of exchange or any other charges, or as otherwise agreed in writing by USDD. QUOTE PRICING. This proposal expires 30 days after its date. Prices are subject to correction for error. Prices, terms, conditions, and Product or Service specifications are subject to change without notice. Pricing is subject to immediate change upon announcement of Product discontinuance. PAYMENT. 4.1. Invoicing & Payment. USDD reserves the right to invoice Customer monthly for all materials delivered. Invoices are due thirty (30) days from the date of the invoice, unless prepayment is required in the quote. If the Customer becomes overdue in any progress payment, USDD shall be entitled to suspend further shipments, shall be entitled to interest at the annual rate of 18%, or the maximum amount allowed by law, and shall also be entitled to avail itself of any other legal or equitable remedies. Customer agrees that it will pay and/or reimburse USDD for any and all reasonable attorneys' fees and costs which are incurred by USDD in the collection of amounts due and payable hereunder. 4.2. Payment Disputes. Any disputes must be provided to USDD as soon as possible and must be accompanied by detailed supporting information. Disputes as to invoices are deemed waived fifteen (15) days following the invoice date. In the event that any portion of an invoice is undisputed, such undisputed amount must be paid by no later than the invoice due date. 4.3. No Set Off. Neither Customer nor any related entities (or representatives or agents thereof) shall attempt to set off or recoup any invoiced amounts or any portion thereof against other amounts that are due or may become due from USDD, its parent, affiliates, subsidiaries or other legal entities, business divisions, or units. 4.4. Credit Card Payments. All USDD quotes are developed for the Customer with the understanding the eventualany purchase of the Products listed thereon willwould be facilitated usingsubject to USDD's standard Purchase Order and Invoice process. If Ccustomer would rather seek to use a Credit Card for purchase, then said order would be subject to a 4°/a credit card surcharge. SURCHARGES. 5.1. In addition to any Product repricing under Section 8.2, USDD may, from time -to -time and in its sole discretion, issue surcharges on new and existing Orders in order to mitigate and/or recover increased operating costs arising out of or related to, without limitation: (a) foreign currency exchange variation, (b) increased cost of third -party content, labor and materials, (c) impact of government tariffs or other actions, and (d) any conditions that increase USDD's costs, including without limitation increased labor, freight, material or supply costs, or increased costs dueto inflation (collectively, "Surcharges"). Such Surcharges will not be considered a "price increase" as contemplated hereunder and will be effective upon notice to Customer. For avoidance of doubt, Orders placed prior to the Terms and Conditions Effective Date which have not been delivered, including those on backlog or which requested delivery more than twelve (12) months from the date of Order, are subject to Surcharges. PROPRIETARY and CONFIDENTIAL STANDARD Ts&Cs Page 32 of 37 5.2. USDD will invoice Customer, and Buyer agrees to pay for any Surcharges pursuant to the standard payment terms in these Terms and Conditions. If a dispute arises with respect to Surcharges and that dispute remains open for more than fifteen (15) days, USDD may, in its sole discretion, withhold performance or future shipments, or combine any other rights and remedies under this Agreement or permitted by law, until the dispute is resolved. The terms of this Section shall prevail in the event of inconsistency with any other terms in these Terms and Conditions. Any Surcharges, as well as the timing, effectiveness, and method of determination thereof, will be separate from and in addition to any changes to pricing that are affected by any other provisions in these Terms and Conditions. CANCELLATION AND SUSPENSION. Any Order resulting from this proposal is subject to cancellation or instructions to suspend work by the Customer only upon agreement to pay USDD for all work in progress, all inventoried or ordered project parts and materials, and all other costs incurred by USDD related to the Order. TAXES. USDD's pricing excludes all taxes (including but not limited to sales, use, excise, value-added, and other similar taxes), tariffs and duties (including, but not limited to, amounts imposed upon the Product(s) or bill of material thereof under any Trade Act, including, but not limited to, the Trade Expansion Act, section 232 and the Trade Act of 1974, section 301) and charges (collectively "Taxes'). All Taxes of any kind levied by any federal, state, municipal or other governmental authority, which tax USDD is required to collect or pay with respect to the production, sale, or delivery of products sold to Customer, shall be the responsibility of and be invoiced to Customer, unless, at the time of Order placement, Customer furnishes USDD with a valid exemption certificate or other documentation sufficient to verify exemption from Taxes, including, but not limited to, a direct pay permit. Customer agrees to pay all such Taxes and further agrees to reimburse USDD for any such payments made by USDD. SHIPPING/DELIVERY/RISK OF LOSS. 8.1. Delivery Liability. Delivery and shipment dates for Products are estimates only. Deliveries may be made in partial shipments. USDD and its affiliated entities are not liable, either directly or indirectly, for delays of carriers or delays in connection with any Force Majeure Event (as defined in Section 17 below), and the estimated delivery date shall be extended accordingly. 8.2. Future Delivery and Repricing. USDD will schedule delivery in accordance with its standard lead times unless the Order states a later delivery date or the parties otherwise agree in writing. USDD will accept Orders with a future ship date of up to eighteen (18) months from the date of the entry of the Order. Customer agrees that in the event an Order is scheduled to be delivered more than six (6) months from the date of the entry of the Order, USDD may, in its sole determination and at each six (6) month anniversary of the date of the entry of the Order, adjust the pricing of the Order to conform to the then -current prices ofthe USDD Products included in the Order. USDD will include any repricing in its final invoice related to the Order. 8.3. Storage Fees. If delivery takes place more than six (6) months from the date of the entry of the Order, Customer agrees to pay USDD a storage fee (the "Storage Fee"), asset forth in the quote, for each month after six (6) months from the date of the entry of the Order Customer has not taken delivery of the Products in the Order. USDD will separately invoice any storage fees owed under this Section at the end of each month for which the storage fees are owed. 8.4. Title & Risk of Loss. Unless otherwise specifically detailed in this quote, delivery terms for Products (excluding software and services) are (1) EX Works (EXW Incoterms 2020) USDD's point of shipment ("USDD Dock") for all shipments (exceptthat USDD is responsible for obtaining any export license), and (ii) F.O.B. USDD Dock for all domestic shipments. For shipments from a USDD Dock to a Buyer location within the same country, the import/export provisions of the INCOTERMS do not apply. USDD shall be responsible for obtaining insurance on each shipment to Customer for the full value of the shipment. Shipment shall be to a single point of delivery. LIMITED WARRANTY. CUSTOMER'S EXCLUSIVE REMEDIES AND USDD'S SOLE LIABILITY AS TO ANY WARRANTY CLAIM ON ANY PRODUCT SOLD IN CONNECTION WITH THIS QUOTE IS AS SET FORTH IN THIS SECTION. SUCH REMEDIES ARE IN LIEU OF ANY OTHER LIABILITY OR OBLIGATION OF USDD, INCLUDING WITHOUT LIMITATION ANY LIABILITY OR OBLIGATION FOR DAMAGE, LOSS, OR INJURY (WHETHER DIRECT, INDIRECT, EXEMPLARY, SPECIAL, CONSEQUENTIAL, PUNITIVE OR INCIDENTAL) ARISING OUT OF OR IN CONNECTION WITH THE DELIVERY, USE, OR PERFORMANCE OF THE PRODUCTS. CREDIT, REPAIR OR REPLACEMENT (AT USDD'S OPTION) IS THE SOLE REMEDY PROVIDED HEREUNDER. NO EXTENSION OF THIS WARRANTY WILL BE BINDING UPON USDD UNLESS SET FORTH IN WRITING AND SIGNED BYA USDD AUTHORIZED REPRESENTATIVE. 9.1. Product Warranty Terms. Subject to the terms, conditions and limitations contained herein, and unless USDD has otherwise provided an alternative written warranty (in which case the terms of such warranty will control), USDD warrants and guarantees its products will be free from defects in workmanship and materials (collectively, "Defects") for 12 months from the date of shipment to Customer ("Warranty Period"). This limited warranty does not cover defects caused by normal wear and tear or maintenance. PROPRIETARY and CONFIDENTIAL STANDARD Ts&Cs Page 33 of 37 9.2. Product Defects. If a Defect with a Product arises and a valid claim is made within the Warranty Period, Customer shall initiate the RMA process as described below. Upon approval, USDD, at its option, will either (1) repair the Product 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 ninety (90) days from the date of repair, whichever is longer. When a Product or part is exchanged, any replacement item becomes the Customer'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 same USDD Fire Station Alerting System for which the warranty claim is made. 9.3. Procedure for Warranty Claims. 9.3.1. Prior to making a Warranty claim, Customer is encouraged to review USDD's online help resources. Thereafter, to make a valid claim hereunder, Customer 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 http://stationalerfing.com/home/about- usdd/contact-usdd/. Customer 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. 9.3.2. Customer shall be responsible for appropriately packing and shipping Products, to USDD for repair, and shall bear all risks and costs associated withof, shipping any Product to USDD for repairthe same. USDD shall be responsible for, and bear all risks and costs of, returning any Product to Customer after repair or replacement, but Customer will be responsible for paying any customs or import duties payable upon receipt of any repaired or replacement Products. A replacement Product will be returned to Customer configured as it was when the Product was originally purchased, subject to applicable updates. 9.4. Return Material Authorization Process. If a Customer makes a warranty claim for a Product during the Warranty Period, the Customer shall provide USDD with the Product model and serial number and failure information to initiate the RMA process. Upon USDD's issuance of the RMA, USDD will send the replacement Product, shipped postage paid ground shipping, to the address provided by Customer. RMA requests approved between 12:00 a.m. and 2:00 p.m. Mountain Standard Time are shipped on the same business day. After 2:00 p.m. Mountain Standard Time, the replacement Product is shipped on the next business day. All RMA requests are processed on the business day on which the request was received, excluding holidays. Included with the shipped package will be return shipment instructions and a pre -paid return shipping label for the Product that the Customer is returning. The original Product must be returned in the shipping box provided by USDD. No goods will be accepted for exchange or return without a pre -approved RMA number or which have not been properly packaged in USDD's shipping box to ensure that goods are not damaged due to improper packing and the shipping process. The original Product must be shipped back within 10 days of receiving the replacement. Failure to return the original Product, or failure to return in an appropriate manner, will cause Customer to incur a replacement charge equal to full market value of the replacement Product. 9.5. No Fault Found. USDD reserves the right to charge 50% of the standard repair price if the returned Product is found to have no defect covered by the Warranty. Customer understands that this fee is intended to discourage return of Products prior to proper troubleshooting or return because the product is "old." Product returns will not be allowed if, upon examination of the returned Product, it is determined that the Product was subjected to accident, misuse, neglect, alteration, improper installation, unauthorized repair, improper testing, or poor packaging upon return. In such event, USDD shall invoice Customer for the full market value of the replacement Product. 9.6. WARRANTY EXCLUSIONS & DISCLAIMERS. 9.6.1. USDD does not warrant that the operation of its Products or any related peripherals will be uninterrupted or error -free. USDD further does not warrant nor support any system configuration that deviates from this specific quote's documented station system design file number. 9.6.2. USDD does not warrantor support any system not installed by G2 Trained & Certified Installation technician (installer). If Customer intends to tie this system into any 3rd-party system or devices, USDD will be unable to warrantor support the Products unless USDD has had a chance to review documented engineering assumptions and approve system integrity, performance, and reliability expectations. 9.6.3. USDD is not responsible for damage arising from Customer's failure to follow instructions relating to the use of the Products. This Warranty does not apply to any Products, including the hardware or software, not used for its intended purpose. 9.6.4. USDD cannot warrant nor support any system not using USDD-approved Uninteruptable Power Supply Battery Backup. This Warranty does not apply to monitors or televisions manufactured by third parties. Repair or replacement of such components shall be subject exclusively to the manufacturer's warranty, if any. Recovery and reinstallation of hardware and user data (including passwords) are not covered under this Warranty. PROPRIETARY and CONFIDENTIAL STANDARD Ts&Cs Page 34 of 37 9.6.5. 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 Product or part that has been modified to alter functionality or capability without the written permission of USDD; (h) to Software (as defined below); (i) to any other damage caused by an event or action outside of USDD's control, including, without limitation, Customer's failure to apply required or recommended updatres or patches to any Software or Product; or (h) if any serial number has been removed or defaced. LIMITATIONS OF LIABILITY. TO THE EXTENT PERMITTED BY LAW, THE LIMITED WARRANTY IN SECTION 9 OF THESE TERMS AND CONDITIONS AND ANY OTHER REMEDIES SET FORTH ABOVE ARE EXCLUSIVE AND IN LIEU OF ALL OTHER WARRANTIES, REMEDIES AND CONDITIONS, WHETHER ORAL OR WRITTEN, STATUTORY, EXPRESS OR IMPLIED. AS PERMITTED BY APPLICABLE LAW, USDD SPECIFICALLY DISCLAIMS ANY AND ALL STATUTORY OR IMPLIED WARRANTIES, INCLUDING, WITHOUT LIMITATION, WARRANTIES OF MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE AND WARRANTIES AGAINST HIDDEN OR LATENT DEFECTS. If USDD cannot lawfully disclaim statutory or 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 THE LIMITED WARRANTY IN SECTION 9 OF THESE TERMS AND CONDITIONS, AND TO THE EXTENT PERMITTED BY LAW, USDD IS NOT RESPONSIBLE FOR DIRECT, SPECIAL, INCIDENTAL, PUNITIVE, 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. ALL PRODUCT CLAIMS ARE LIMITED TO THOSE EXCLUSIVE REMEDIES SET FORTH IN THE LIMITED WARRANTY IN SECTION 9 OF THESE TERMS AND CONDITIONS. USDD'S AGGREGATE LIABILITY IN CONNECTION WITH THEREWITH SHALL NOT EXCEED THE PURCHASE PRICE OF THE PRODUCTS PAID BY CUSTOMER TO USDD FOR THE PRODUCTS GIVING RISE TO THE CLAIM. CUSTOMER SHALL NOT BRING A LEGAL OR EQUITABLE ACTION AGAINST USDD MORE THAN ONE YEAR AFTER THE FIRST EVENT GIVING RISE TO A CAUSE OF ACTION, UNLESS A SHORTER LIMITATIONS PERIOD IS PROVIDED BY APPLICABLE LAW. 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. SERVICE AGREEMENT. The Product being purchased hereunder is not subject to any post -Warranty service agreement or maintenance program unless specifically contracted for between USDD and Customer. USDD offers a comprehensive post -Warranty Service Agreement at additional cost. Customer should contact USDD regarding its Service Agreement and costs associated therewith. SOFTWARE PRODUCTS. All software Products delivered by USDD to Customer or for which USDD provides access, including, without limitation, USDD's mobile application software and Products with embedded software or firmware (collectively, "Software") are not sold and are licensed. At all times that Customer is in compliance with the terms of these Terms and Conditions and any other agreement between the parties, Customer shall have a non-exclusive, non -transferable, fully paid license to use the Software, but only in conjunction with the Products provided by USDD and Customer's fire station alerting system (the "License'). The terms of such Software License may be set forth in a separate software license agreement or end user license agreement provided by USDD with such Software. In no event shall Customer have any right to (or authorize or allow any third party to) distribute, sell, lend, rent, transfer, or convey the Software; grant any sublicense, lease, or other rights in the Software; decompile, disassemble, reverse engineer, or otherwise attempt to reconstruct, identify, or discover any source code, underlying user interface architecture or techniques, or algorithms of the Software by any means; or take any action that would cause the Software or any portion of it to be placed in the public domain. In the event of a conflict between the terms of any Software license terms provided upon download or purchase a purchase and these Terms and Conditions, the relevant Software license terms shall control solely with respect to such Software. PROPRIETARY and CONFIDENTIAL STANDARD Ts&Cs Page 35 of 37 INTELLECTUAL PROPERTY: Customer hereby agrees and acknowledges that USDD owns all rights, title, and interest in and to the Intellectual Property (as defined below). Customer 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 Product (as defined below). Nothing herein shall be deemed to give, transfer, or convey to Customer any rights in the Intellectual Property other than the License, as set forth above. For purposes of this Section," Intellectual Property" means any and all rights of USDD related to USDD's Products 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 effective worldwide. REMOTE ACCESS TO THE SYSTEM. 14.1. Remote Access. USDD requires remote network access to the Customer's Products through Secure Shell (SSH) to perform implementation and support tasks under this Agreement. To enable remote network access, the Customer will provide USDD support personnel VPN or similar remote network access to the Products for USDD support personnel ("Customer Support") to effectively troubleshoot critical or complex problems and to expedite resolution of such issues. Remote network access is also used to install core software upgrades and customized software. USDD will only access Customer's Products with the knowledge and consent of Customer. USDD will not access any other systems or data. 14.2. Alternative to Network Access. If the Customer elects not to provide remote network access to the Products, then USDD may not be able to perform some support functions. Customers that elect not to routinely provide network access may temporarily reinstate this access to allow USDD to perform the above services. The following services will not be performed without this access: Product software upgrades; Product software customization; Network troubleshooting assistance including packet capture and network monitoring on USDD devices; Detailed log analysis; Bulk updates to certain Product database tables; Troubleshooting that requires low-level system access or largefile transfer. 14.3. Timely Access. Customers much ensure that remote access is available prior to notifying USDD of a support request. In the event that the Customer is unable to provide remote access, USDD will not be required to provide support outside those tasks that do not require remote access, and any corresponding resolution response times will not apply. 14.4. Physical Security Tokens. USDD has multiple software engineers that provide after-hours support and these engineers do not typically take security tokens from the USDD office. If the customer requires the use of physical security tokens, this may delay after hours service. GOVERNING LAW. This proposal and any contract or agreement resulting therefrom will be governed by and construed according to the laws of the State of Arizona without regard to its conflicts of law principles. DISPUTE RESOLUTION/ARBITRATION. Before either USDD or Customer initiate any dispute resolution process related to the Agreement, they must schedule a mandatory executive resolution conference to be held within thirty (30) days of receipt of the other party's written request. The conference must be attended by at least one executive from each party. At the conference, each party will present its view of the dispute in detail and the executives will enter into good faith negotiations in an attempt to resolve the dispute. If the dispute is not resolved within fifteen (15) days of the end of the conference or if one party refuses to attend the executive resolution conference, then USDD and Customer further agree that any remaining dispute between them arising out of or relating to this Agreement will be settled by arbitration administered by the American Arbitration Association under its Commercial Arbitration Rules, to the extent such rules are not inconsistent with this Section, in the AAA's Phoenix regional office by a single, neutral arbitrator. Discovery maybe conducted either upon mutual consent of the parties or by order of the arbitrator upon good cause being shown. In ruling on motions pertaining to discovery, the arbitrator shall consider that the purpose of arbitration is to provide for the efficient and inexpensive resolution of disputes, and the arbitrator shall limit discovery whenever appropriate to ensure that this purpose is preserved. The arbitrator shall permit dispositive motions and issue a written decision sufficient to explain the essential findings and conclusions and may award damages. Any award rendered by the arbitrator will be final and binding upon USDD and Customer, and judgment may be entered upon it in accordance with applicable law in any court having jurisdiction thereof. USDD and Customer expressly and irrevocably consent to the jurisdiction of the Maricopa County Superior Court of Arizona for such purpose. In the event a dispute is submitted to arbitration pursuant to this Section, the prevailing party shall be entitled to the payment of its reasonable attorneys' fees and costs, as determined by the arbitrator. Each of the parties shall keep all disputes and arbitration proceedings strictly confidential, exceptfor disclosures of information required by applicable law or regulation. PROPRIETARY and CONFIDENTIAL STANDARD Ts&Cs Page 36 of 37 FORCE MAJEURE. Except for Customer's duty to pay sums due hereunder, neither party will be liable to the other for any failure to meet its obligations due to any Force Majeure Event. As used herein, a "Force Majeure Event" is one that is beyond the reasonable control of the non- performing party and may include, but is not limited to: (a) delays or refusals to grant an export license or the suspension or revocation thereof, (b) embargoes, blockages, seizure or freeze of assets, or any other acts of any government that would limit a party's ability to perform the Contract, (c) fires, earthquakes, floods, tropical storms, hurricanes, tornadoes, severe weather conditions, or any other acts of God, (d) quarantines, pandemics, or regional medical crises, (e) labor strikes, lockouts, or pandemic worker shortages, (f) riots, strife, insurrection, civil disobedience, landowner disturbances, armed conflict, terrorism or war, declared or not (or impending threat of any of the foregoing, if such threat might reasonably be expected to cause injury to people or property), and (g) shortages or inability to obtain materials or components. The party unable to fulfill its obligations due to Force Majeure will promptly (i) Notify the other in writing of the reasons for its failure to fulfill its obligations and the effect of such failure; and (if) Use all reasonable efforts to avoid or remove the cause and perform its obligations. If a Force Majeure Event results in a delay, then the date of performance will be extended by the period of time that the non -performing party is actually delayed or for any other period as the parties may agree in writing. In the event that a Force Majeure Event is ongoing for a period of time which is sixty (60) days or longer, USDD may provide notice to Customer that it is cancelling its Order. ACCEPTANCE OF TERMS. This proposal shall become a binding contract between the Customer and USDD when accepted in writing by the Customer. Without limiting the foregoing, issuance by Customer of a purchase order to USDD for any of the goods or services herein described shall constitute acceptance. Any such acceptance shall be with the mutual understanding that these Terms and Conditions of this proposal are a part thereof with the same effect as though signed by both parties named herein and shall prevail over any inconsistent provision of said order. No waiver, alteration, or modification of these terms and conditions shall be binding unless in writing and signed by an authorized representative of USDD. SEVERABILITY. In the event any provision or portion of a provision herein is determined to be illegal, invalid, or unenforceable, the validity and enforceability of the remaining provisions shall not be affected and, in lieu of such provision, a provision as similar in terms as may be legal, valid, and enforceable shall be added hereto. WAIVER. The failure of either party to insist upon strict performance of any provision of these Terms and Conditions, or to exercise any right provided for herein, shall not be deemed to be a waiver for the future of such provision or right, and no waiver of any provision or right shall affect the right of the waiving party to enforce any provision or right herein. NO JOINT VENTURE. The parties acknowledge that they are independent entities and nothing contained in these Terms and Conditions shall be construed to constitute either party hereto as the partner, joint venturer, employee, agent, servant, franchisee, or other representative of the other party hereto, and neither party has the right to bind or obligate the other, except as otherwise provided herein. Furthermore, nothing contained in these Terms and Conditions shall be construed to constitute Customer as an exclusive purchaser of the Products in any respect. THIS QUOTE SUBJECT TO REVIEW FOR ERRORS AND OMISSIONS. PROPRIETARY and CONFIDENTIAL STANDARD Ts&Cs Page 37 of 37 APPENDIX C So15301d1m10 Sfl v ' W w OF p N W o E-os� x Z in a ao ikko N� c Fiz° _'^N u O d$� pw o a u u uu w u tlMP w u u:E g F ;� m 8 oa 8a $o sFo k' & �_� = o a `� �o ¢o Sow �Kw gg H. 0 oe1. II czz F z-m om F FUwUFyprF�z f owxpQ?U Jf- '^ -3o mp O'.�LLlf U paOZFoz3 wom pai°Fm_u�zi,�m ma»w5- mQCiUmmm m°=F _FpOWm d, _ zozixLLiQxa=Su . ua_Fo_ oa3am w m x w? OU O WO SZ¢ N J~Q 2*z N d WwO Faw O Z Z¢ xXZO m goU _ waLL iF- �j00 saz y0< wzo zni¢ NyN Z¢ J W N W N c U Z W y Z m IZ. K !2 00 XZWW, wP r wmaNwJ9 m a ¢�zo� 0 �O m F O LLyrcw Jriw 6 w Z J W F Z F U a ww OOzzgz¢ N7 F m 0 m N rc an �FFa�pO 0 aM ow tG Uy�~9 W 11l wwwz¢oa z � F �zzowmF 16ii v-i �.' O U W W Z w F> d Q ~ OJ N (� W ¢ N O0,FFy XD¢ a a5OaWFa N wOp C7 N W w N�°S=� w e O N W v a Q z O z O r ww O FJ z yU J < - R. K6 z. w.y u 0 p=z O mam � UK� pa0 dam ° LL OwV j O O E. F £ � o z Q b 3 12g aN° izs S os F�F o HE p Wa u 21� wmo a o �ow � orc a w E oo5 ° of ¢m o oFuo j wUma � UOm Q NHae UFO F ro Qm 3 zo�� oom o �o w ° 5 o� gsa a Sam z Z. o 5r� FO�F �o w o °u h F¢mazmi i°o i=F=Ss-e yam y K �VJO /q uS�saP WV'£ti� l l - £ZOZ/LO/8 a�EP :o oaz 9M4'l-VSH'£OSH'dM3N V�`daSfl awaua�i; 099Z6 V� `H�V391210dM3N `b0 tRlV921V9 V1NV5 898 ssa�ppe �3�31 ON0�3S £0 NOIld1S 32i1.� �u!P1l�q ao?a � 32i1312i0dM3N aaaCad IlamFauOH hq 7 w susisaa teuDiosn 5 W D a d N 0 o, �a o a OzW> .0d�w� oa >Qo�i woy a,os w _ W n wz 900 R N vi�� xZ6 Z yQ4N Zrz 46J a r j a = Z- U a^s g.Op QL �< moz Z F 0. WZO a 7 u * NQy ZZ. O W y Q xIK =yF O mD W C7 oW z ui LLiF N� aai 3 3 mT V �z�yw,o �^ a NX d7 � o cR 0 �.wwmQ01 yw W 3 W a w ZOaao(Z'lza W HN Z. Z� U O K Et. is LL < o O m ao y I UWW yN(�m❑ W z m m�mR1 V W 1 '81,zmNW It ¢zzaw m N� E rW_- o,ONWZ m XQ xQ6 WOLLF ¢000zoo Nw mD=.. T t�S i Y I Q ry m f 11 W I w IC H w J zHA Nei F i 0 o � a r 0 0 m inn ® LL w F w �a o .Q Q@l why H �LL_uu W � JN g �J 0� o yuw u Si mXX NT x py� O C2C 00 Wa d � IM S 0-- O Y 00 u 5 O QQ J 0 F<O � FC3 C 01y�0 O-s§ Z FfLLY w QyK C ZKK u w< O o O y0 � IZu�O_ w _o ¢ c Oa w 0 O O Z QiQmQ rc Du �wu�U ri OmI Q 2F�N iuUQ� U U��O 3no� soma 0 `n rcw ?o >0 QQS�� O>LLg"a a zooa"o 0 0��0 K OrcZrcxrc OVw � e �� S6� �m �� �% �� g�� $g �i�� ��� a ������o,®®Q©� E®®--,� d wm 5uiPaleuoiaels Mnvnin 0um - 'I TaP;If ® sIzi�r '`a1r•1- o y_N�.,Y�� W ��-tl(('.-_,. ~I-.�Q IAA.I .z.Ep1@�5gu���®jN GP>p � '�IIf oIjA �gIh �-r�f.pG�no_ �g9y�qy �_ d�yB<rZll� s �S:II���m—Q �-•°— B'_mz _ �0 .�S3— uk'_.osL;Lp_4�Q�—q1I�P1W�`1, dI I'LOquSoN 111 Y is-I�a4P �'`I ��.No�Ii;L6..—b-Jm_-���1�N'=jLQ _�Zo _ ..• � WIf : .x�umNUrdIEuac'�o?�o''S ,/LNC�oUm�w�Q mavNUazv�aIwII ' O as/SwNdNFQwwoi�8 Q�a��owO�Z¢(9o�LLnUa�uWNa�®arc� �f �a=wi_wmnZ�ZwXYcwmmt���mJ )7>omcaal"g=ZQ�Qzaom�om mA�a�a�_0Jw ;uN(mm�Roa=aea subssn Z99Z6tl0`H:)V391OdM3N`3Atl3NIbtlWtiZl ssaj�Ci�p�aw =�oNWZF�=w�m¢�w_3om��2OPp>g�a NNwam��m�2 :1. ) d a s 0. M2. LLm i g =� LLWa„�Z 0LL0.»0o a Lo o Z oQ 32iN voz0z�jQw®- Ol Foz m m ¢ 2w5. of ,� 1ms0E V�aN�wZ.> ¢<z w wOom m�w LLp<FQrcwO NQ ' L gwwwo Z,.UwWe n Its Fi 02,020 wFoW,j z N 71 11 yy zWoWw�OoaJm zom � i9 owo 0Uuxo J pfifs O KoE z WNo opo-o LLo" 0o 99 aa_ao?«_i;�as5„ aomusa0?�g�-o ow=ss�80ai� wi a<„oLLs� woamOrc�' No 3s?9 Nw OzW0'o.O oa�>o �--a1-..goO Z-.Pom-t�w N � o Od �(q uSisaP Wtl£�� l l - £ZOZ/LO/8 a3eP Nac y° wok �JMQ'VSH'bOS�'dM3N—V'�'44Sf1 aweua�i� Z99Z6 tl� `H�tl39 la0dM3N `3Atl 3NIbtlW 4Z l ssa�ppe U �� 17# N0Ild1S 32i1d H�d39 1210dM3N Suip�inq m�aim�F `1N3W12idd3a =ooNago V'� 32i1d HJd381210dM3N ;oaCad wor5ui�a�euope;s rvnn� o su6lsap- "�o}Ifilp sn l D J Q s r 1 E10 zz• a O> m Q O 6 3 F.1 u Q O 4 to o w° ? i i N E� of x�a�oNao10 20 oN a c5 as O lu 55 w a u gg a aF Oo swy ° 0 Zg a gzmz m wjO zFua=�mO�roz .UG �lx LLmOiw. WZU mmm_=o N c700 W 0 F¢m u oZ00 , m3> IlZfll jh r 1- o z LL '1 6K W2pz u (J L1i zo° i>a w ¢ ya, '. P s ii.� "• o i' w! d° - ,g� 6 \ c 6, w W< m N 2 rox 1 m ' Q <mzoS iiw E 'a ww Qww �- I1 I ?z S oafs . �r+piitr a Z� W zpz w 0- O m° z m m¢ WZ_¢Nh mOu3N71. Ei F own zmU> E F ° ° N w z W. < ¢O- % -ff N` u�N" �� WWNNJ°x2� O- - i F W. N m d m m o� a Q z ON 8 �•� f 5 m � ° maF ° Cwao p j<m C GU fc TY�O ,.•.'��'_ - s � Oz owl° Owp z FE_x 3 imm FQ-SF. a o zaa zdoN E w �° s off_ o �mt 6 rG QQU IF U Oim O800 a o wwu'� Gomm ¢ 6m0mm 5 8s �ozQU 3�� w soma H�prc O w081. a 8.0. z 0000 o tor�o w i�?5?o? _.° ?�= o� - O N � �n r�a� ?y e g � ag sa � i wor5unplaleuoiaels mmm O o su6isap�i'�IID \i�6ip sn b 0 ' o b y I EN • U oa M o u oQQ C7 u W u � u u o Od Zq uBisaP WV£b:ll - £ZOZ/LO/8 a;eP Noa �w oo �MO'VS3'9053'dM3N—dJ'44Sf1 aweuaw °¢oi_r 099Z6 VD `HDV301210dM3N `86£ W 3" 3NIAal 9K l ssaJPPe 9 NOIld1S 3b13 5ui in Pl. q mm2 V:) `1N3Wi'dV'd3a RIJ HDV39 lWdM3N ; Ja(oad ao=_<m� > > w m �m ��, �E �� goz i� Cww go LT fe I _ �di o° 1. rc o 'a � rc E" N as $ o8 S 6 ua ° o o S om u FUwy-vWi0 k1-rcm Ea-OwU��frc lo -w3a 'ooa3LLu °oaoZF�:T� wom OUp-H-uOiir�o a Nxxr 'oz w ua=:o?ooa3'ao w uWU'po zzr rrr w0 xz-' rJ (7¢a U Q LL zq O H¢ N C wJ Q z Z ti gO op u�5 �r 2.z � N ti02 W20 yQtq 4J N 4= Z.a W y c U a20 WyZ m Z z w x Q c =U< W N -W^ (�fOa d N U'v` OXZaLLi= �Q �mghw�o Y p m h r O j m E Y W m a N W % Z d J r Z ro Z W O OrN OZN°�¢ c¢irF¢p 000 -oQ� ow LQ aw-W U' m0W Y! w w zss ¢ o a w N oO LL Q N 7 W N y K�Jx uwwz Y o a E k+ooONw'z F x UF_HtwOXLL� ¢ Q �[7 Uoz00 N 46 aooawra is FuiJ Ja.Pmm W O ^ r o a° a z o /�q uSisaP Wtl£ti� l l - £ZOZ/LO/8 a3eP �oa �o og� 9M4'V'Sd'LOS�'dM3N—'v'�'adSfl aweua�y w ° � � � 099Z6 tl� `H�tl39 la0dM3N `1S tll�tl7tl MS lOtiOZ ssaappe p�oB=E� Jlllll�dd JNINId2il � N011`V1S 32i1d dNd d1NdS 5uip�inq oo_a `V� `1N3Wl2�dd3a 32f1d H�d39 12JOdM3N ;aa[ad w03*5ui:Pajeuoi;e;s-m m o ��/� ^� su6isap- �o}ifiip sn a b Z n NI E xzo wo wit Z d n o c p0oao8'ad�mwa—���F o� Jz. =0'=�5 F as"w<� as> N u 7 u f Z 0 0 w ^ w o 10 dig a o, ra s� $FI AGF d a a = B a a F z-¢ypNam=wz�o �zp:, 'oo Qawolo 00 lolU°z oio�F"lo a 'ten mta,�¢ L xozrzwio a_'u a_I-o_ `oa3a° uj ¢ a i b m w 3 � 109 O 4a � ev E w LL O —.. q �ulo mzLL �3> °I ro: xOw U � � m �'�¢ wz� U R� a oH a g2Q mdo z WZO a z m w Z O W > W I U Q m W~ Z U V N W rtl K O OXzui4wr mg�'�0 - e - E Yam w � zo ` R1ir w1ww u� w� O'pz wmm F m l\ > Up a II U~FQQO 21 OLL O i < U.w N'ZsI mO W Kyy�� H �ZZoWmF UWw Z>U� LL E F�QOHWz Q S6QWULLF E (7 w3 o rc O� a ~ozoo % N W N II w —SSD �� W ICI F NJ n LL �f/Jm 2 o \ a G z N o o n z ° F rc pr uw �' os LL0-s0oo an ¢ a_ z -r' 3 u 08 \ ° zWa _o O E ti o' a � rc w F i pw� LL 660. _U UU2p� J Z O_ °a2� QQ X a -o \ 6TU�m m UFKU 3fffl ° soma o>wg? 8=ow / F - ° N i�i5NOi wOO-N 0� a zq x ad � w � f w �.<� �° H w 3w�o?o O worEupialeuopeis•rnmm wwawa �d^ aZ : w$ zoo9Ma'd5J'805J'dM3Nd�'445fawe[a� g dl ° su6jL sn C, 0 L59Z6 VD `HD w 8# NOIld1S 32J 1Sd0D 12OdM3N8uipj a0z owF�10 F OOo ua . —•i _ __--'-E'Vl �L- I� . ._— (e� J_1 o\_. '��I[L l -.ai.�IIIi.l.Na.Y� _maif •.,�� 7. a.c.l��.4o.°�a0, .j..L- i. .n. -°�—s- l�$l _ a . � . -�noc• :.Ja.�Us. .'__�— k ` _ s0�.a�x_m �-.J.•iuu..I c_1' Ir �®d.aa F� �. �/—�9- I�IC'Q�\i�/,l�L IF ° V21 owrcOav�azwaw�i awv�myziwrcyZwu 0=Ompo"=UwNGm�omi �o oa°owppN0Ux�N�ON e�womO saof¢zayJ�mrc19 uCdGaFmrcai NauiFtiwmi�Gi�wOQGzwS�°xJm_g�xp° o2 ^z<o5¢<ot>w❑mjmLL/m' ) zS�rc�rB- u mowUa2 xF zcn ` _3_o. .au=1o�o, 3 0,0 . offWO Z 7-i f o3 - KsOao�B EYw>m�w�r4z5oyz ` �°mm wrF0 U1> 1pm:mjwmw za ¢Oz ' w Oo0ZZZm owmwz w o*M- wz mzo 2W�=r Ut9iy,w Uwo0zo ''w x ' °a z 'o ^^ Fwu HE Wa�N Li" uzS fm ow ugyOZa$a o°ng. Hit wmw 0ojx�zF -.uwm Wo gn�a o rcwm°N�a O>0rc> IrOwOR_OaO OQ w2Y w �e 0=- �c O� ua ozap pm