HomeMy WebLinkAboutStaff Report 8426City of Palo Alto (ID # 8426)
City Council Staff Report
Report Type: Consent Calendar Meeting Date: 3/19/2018
City of Palo Alto Page 1
Summary Title: Fire Station Alerting System
Title: Approve and Authorize the City Manager or his Designee to Execute a
Contract With U.S. Digital Designs in an Amount NottoExceed $303,023 for
the Acquisition of a Fire Station Alerting System as Part of the Fire Ringdown
System Capital Improvement Program Project FD14002
From: City Manager
Lead Department: Fire
Recommendation
Staff recommends that Council:
Approve and authorize the City Manager or his designee to make purchases from the
attached quote and contract with US Digital Designs (USDD) in an amount not to
exceed $303,023 in total purchase for the acquisition of a fire station alerting system as
part of the Fire Ringdown System Capital Improvement Program project FD-14002.
Authorize the City Manager or his designee to negotiate and approve one or more
revisions to the quote from USDD for related, additional but unforeseen work or
equipment that may develop during the project, the total value of which shall not
exceed $30,302 in total purchase orders.
Background
The current system in the fire stations is more than 15 years old. As part of the FY 2014
Adopted Capital Budget the City Council approved the Fire Ringdown System project
(FD-14002) for $157,500 to replace the system. Shortly after the adoption of the FD-
14002, Palo Alto Fire Department (PAFD) was advised that Santa Clara County Fire
Department (SCCFD) recently replaced their station alerting system and secured a
contract with USDD. The contract is made available through the National Purchasing
Partners Government agency for cooperative purchasing. The City Municipal Code
(2.30.360(j)) allows for cooperative purchasing agency contracts, such as this one.
Cooperative purchasing saves agencies hundreds of hours of research and specification
writing and thousands of dollars in purchase. SCCFD invited Mountain View Fire
Department (MVFD) and PAFD to their fire station to view their USDD system and
discuss the specifics in order to determine whether or not the system met PAFD
City of Palo Alto Page 2
needs. Ultimately, MVFD and PAFD decided that it would benefit both agencies in the
interest of operations, communications, cost and time if the USDD cooperative purchase
opportunity was pursued.
As part of the FY 2018 Capital Budget process, Council approved increasing FD-14002
to $400,000 to account for increases in the cost of the system from the original 2014
estimate. By using the cooperative purchasing agreement, the City was able to save
$96,977 over the estimated price had we purchased this alone.
Discussion
The current station alerting system is over 15 years old and outdated. There have been
many changes to PAFD operations and communications over the past 15 years that are
tied to our advancements in technology. The USDD System enhances our ability to use
its communications gateways, interfaces Computer Aided Dispatch (CAD)
system, and automatically sends alerting messages within the Department directly to
the station and over radio channels. Transmission of alerts is done in milliseconds and
has been proven to reduce turnout times. Since installing their USDD System, the
SCCFD has seen a nearly 20% reduction in turnout times. Turnout time is defined as
the time from fire station notification of the emergency until the time the response
apparatus leaves the station. This new system also allows for the direct dispatch of
resources from mutual aid partners, reducing call processing time.
The USDD System is used by several nearby communities. The use of a common
alerting platform will enable the PAFD to enter into Auto-Aid/Mutual Aid/Interoperability
Agreements that will provide better service and protection to Palo Alto and these
communities.
USDD is the sole manufacturer of the Phoenix G2 Fire Station Alerting system. As the
manufacturer, USDD is able to offer the lowest factory-direct pricing to the Palo Alto
Fire Department. No distributor of the Phoenix G2 System is able to provide pricing at
a lower price.
The USDD System will provide the City with the most cost effective alerting system that
times, reduce personnel stress and may reduce homeowners insurance rates through
an increased Insurance Services Office rating.
Below are examples how the USDD system provides for faster response times and cost
effectiveness. The Phoenix G2 Voice Alert uses the most advanced and accepted
automated voice technology on the market that generates speech in a fraction of a
second. The VoiceAlert interfaces with the CAD to provide a fully automated text-to-
speech voice dispatch that can be delivered either digitally or through a voice radio
system. The G2 system uses an infrastructure that optimizes the most common and
inexpensive CAT5e/CAT6 cabling, which minimizes the need for expensive additional
City of Palo Alto Page 3
UPS electrical circuits and related labor, and allows repurposing of existing cable
infrastructure where available. Ultimately, this system cable infrastructure greatly
reduces the labor and costs usually assumed with other station alerting systems.
The design of the station alerting system meets the requirements set by the National
Fire Protection Association (NFPA). The NFPA Standards 1710 and 1221 ensure that
there is a timely, reliable, effective means of alerting emergency responders.
All products designed and manufactured by USDD are 'Made in USA' compliant and
serviced in the USA. All products are designed and manufactured at its Tempe, Arizona
,
Arizona headquarters. No outsourcing. USDD also uses minority and women owned
businesses in its manufacturing process and installation.
Resource Impact
Funding for the replacement of the fire station alerting system in the amount of
$400,000 is included in the Adopted Fiscal Year 2018 Captial Budget in the Fire
Ringdown System project (FD-14002). The actual cost of the fire station alerting system
for all seven fire stations is $303,023. There is a contigency for any changes or
additions to the quoted equipment and installation purchase. Staff will aquire the
equipment through individual purchase orders that in total will not exceed $303,023
and the contingency amount of a maximum 10%, or $30,302.
As part of ongoing contract negotiations, Staff anticipates that Stanford will contribute
$34,739 of the total cost, plus their portion of any change orders. The net cost to the
City absent of any change orders is $ 268,284.
Policy Implications
There are no impacts or changes to City Policy
Timeline
As soon as Council approves the contract, Staff will work with the vendor to schedule
the purchasing and installation of the fire station alerting system as soon as possible.
The installation for Fire Staion 3 will be included in the new construction.
Environmental Review (If Applicable)
Not applicable
Attachments:
C18170014 US Digital Design Contract Council Ready
City of Palo Alto General Services Agreement 1 Rev. February 8, 2017
CITY OF PALO ALTO CONTRACT NO. C18170014
GENERAL SERVICES AGREEMENT
THIS AGREEMENT made and entered into on the 22nd day of January, 2018, by and
between the CITY OF PALO ALTO, a California chartered municipal corporation
(), and US DIGITAL DESIGN, INC., an Arizona corporation, located at 1835 East
Sixth Street, Suite 27, Tempe, Arizona, 85281 (). In
consideration of their mutual covenants, the parties hereto agree as follows:
1. SERVICES. CONTRACTOR shall provide or furnish the services (the
described in the Scope of Services, attached at Exhibit A.
2. EXHIBITS. The following exhibits are attached to and made a part of this
Agreement:
A Scope of Services (Includes Attachments A, B, & C)
(Attachment A) USDD proposal number CA_PALO001
(Attachment B) USDD New System Warranty
(Attachment C) USDD Service Agreement
Schedule of Performance
Schedule of Fees
Insurance Requirements
E Software as a Service Security and Privacy Terms & Conditions
F Information Privacy Policy
CONTRACT IS NOT COMPLETE UNLESS ALL INDICATED EXHIBITS ARE ATTACHED.
3. TERM.
The term of this Agreement is from January 22, 2018 to January 21, 2019
inclusive, subject to the provisions of Sections Q and V of the General Terms and
Conditions. Notwithstanding the foregoing, the Service Agreement included as
Attachment C to Exhibit A shall survive the term of this Agreement.
4. SCHEDULE OF PERFORMANCE. CONTRACTOR shall complete the Services within
the term of this Agreement in a reasonably prompt and timely manner based
upon the circumstances and direction communicated to CONTRACTOR, and if
applicable, in accordance with the schedule set forth in the Schedule of
Performance, attached at Exhibit B. Time is of the essence in this Agreement.
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 2 Rev. February 8, 2017
5. COMPENSATION FOR ORIGINAL TERM. CITY shall pay and CONTRACTOR agrees
to accept as nottoexceed compensation for the full performance of the
Services and reimbursable expenses, if any:
A sum calculated in accordance with the fee schedule set forth at Exhibit
C, not to exceed a total maximum compensation amount of Three
Hundred Three Thousand Twenty Three dollars ($303,023.00).
CONTRACTOR agrees that it can perform the Services for an amount not to
exceed the total maximum compensation set forth above. Any hours worked or
services performed by CONTRACTOR for which payment would result in a total
exceeding the maximum amount of compensation set forth above for
performance of the Services shall be at no cost to CITY. Notwithstanding the
foregoing, if CITY requests modification, changes or additions to what is detailed
in the SERVICES, City shall provide a written notice detailing the change, identify
any additional products or services to be delivered, and the cost changes
by both parties, the SERVICES shall be modified to include the Change Order.
CITY shall be responsible for and pay for any additional products and services
necessary to meet the Change Order, and any additional annual maintenance
fees associated with such additional products.
6. COMPENSATION DURING ADDITIONAL TERMS. (Not Applicable)
7. CLAIMS PROCEDURE FOR PUBLIC WORKS PROJECTS . For purposes of
9204 Public Works P
alteration, repair, or improvement of any public structure, building, road, or
other public improvement of any kind. Public Contract Code Section 9204
mandates certain claims procedures for Public Works Projects, which are set
This project is not a 9204 Public Works Project.
8. INVOICING. Send all invoices to CITY, Attention: Project Manager. The Project
Manager is: Geoffrey Blackshire, Fire Department, Telephone: (650) 3292515.
Invoices shall be submitted in arrears for Services performed. Invoices shall not
be submitted more frequently than monthly. Invoices shall provide a detailed
statement of Services performed during the invoice period and are subject to
verification by CITY. CITY shall pay the undisputed amount of invoices within 30
days of receipt.
GENERAL TERMS AND CONDITIONS
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 3 Rev. February 8, 2017
A.ACCEPTANCE. CONTRACTOR accepts and agrees to all terms and conditions of
this Agreement. This Agreement includes and is limited to the terms and
conditions set forth in sections 1 through 7 above, these general terms and
conditions and the attached exhibits.
B. QUALIFICATIONS. CONTRACTOR represents and warrants that it has the
expertise and qualifications to complete the services described in Section 1 of
individual charged with the
performance of the services under this Agreement has sufficient skill and
experience and is duly licensed or certified, to the extent such licensing or
certification is required by law, to perform the Services. CITY expressly relies on
certifications. CONTRACTOR shall perform all work in accordance with generally
accepted business practices and performance standards of the industry,
including all federal, state, and local operation and safety regulations.
C. INDEPENDENT CONTRACTOR. It is understood and agreed that in the
performance of this Agreement, CONTRACTOR and any person employed by
CONTRACTOR shall at all times be considered an independent CONTRACTOR and
not an agent or employee of CITY. CONTRACTOR shall be responsible for
employing or engaging all persons necessary to complete the work required
under this Agreement.
D. SUBCONTRACTORS. CONTRACTOR may not use subcontractors to perform any
Services under this Agreement unless CONTRACTOR obtains prior written
consent of CITY. CONTRACTOR shall be solely responsible for directing the work
of approved subcontractors and for any compensation due to subcontractors.
CITY acknowledges that CONTRACTOR will be subcontracting installation of
stationlevel equipment to Tech Electric, and CITY consents to the performance
of such Services by Tech Electric.
E. TAXES AND CHARGES. CONTRACTOR shall be responsible for payment of all
taxes, fees, contri
business. Notwithstanding the foregoing, the City shall be responsible for and
pay any sales tax owed resulting from this transaction to the appropriate
California taxing authority.
F. COMPLIANCE WITH LAWS. CONTRACTOR shall in the performance of the
Services comply with all applicable federal, state and local laws, ordinances,
regulations, and orders.
G. PALO ALTO MINIMUM WAGE ORDINANCE. CONTRACTOR shall comply with all
requirements of the Palo Alto Municipal Code Chapter 4.62 (Citywide Minimum
Wage), as it may be amended from time to time. In particular, for any employee
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 4 Rev. February 8, 2017
otherwise entitled to the State minimum wage, who performs at least two (2)
hours of work in a calendar week within the geographic boundaries of the City,
CONTRACTOR shall pay such employees no less than the minimum wage set
forth in Palo Alto Municipal Code section 4.62.030 for each hour worked within
the geographic boundaries of the City of Palo Alto. In addition, CONTRACTOR
shall post notices regarding the Palo Alto Minimum Wage Ordinance in
accordance with Palo Alto Municipal Code section 4.62.060.
H. DAMAGE TO PUBLIC OR PRIVATE PROPERTY. CONTRACTOR shall, at its sole
expense, repair in kind, or as the City Manager or designee shall direct, any
damage to public or private property that occurs in connection with
CITY may decline to approve and
may withhold payment in whole or in part to such extent as may be necessary to
protect CITY from loss because of defective work not remedied or other damage
Services. CITY shall submit written documentation in support of such
are removed, payment shall be made for amounts withheld because of them.
I. WARRANTIES. CONTRACTOR expressly warrants that all services provided under
this Agreement shall be performed in a professional and workmanlike manner in
accordance with generally accepted business practices and performance
standards of the industry and the requirements of this Agreement.
CONTRACTOR expressly warrants that all materials, goods and equipment
provided by CONTRACTOR under this Agreement shall be fit for the particular
purpose intended, shall be free from defects, and shall conform to the
requirements of this Agreement. CONTRACTOR agrees to promptly replace or
correct any material or service not in compliance with these warranties,
including incomplete, inaccurate, or defective material or service, at no further
cost to CITY. The warranties set forth in this section shall be in effect for the
Warranty included as
Attachment B to Exhibit A attached to this Agreement and shall survive the
completion of the Services or termination of this Agreement.
J. MONITORING OF SERVICES. CITY may monitor the Services performed under this
Agreement to det
satisfactory manner and complies with the provisions of this Agreement.
K. Any reports, information, data or other material (including
copyright interests) developed, collected, assembled, prepared, or caused to be
prepared under this Agreement will become the property of CITY without
restriction or limitation upon their use and will not be made available to any
individual or organization by CONTRACTOR or its subcontractors, if any, without
the prior written approval of the City Manager. The provisions of this Section
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 5 Rev. February 8, 2017
shall have no affect upon ownership of its intellectual property
rights as described in
Conditions of Sale included as Attachment A to Exhibit A of this Agreement.
L. AUDITS. CONTRACTOR agrees to permit CITY and its authorized representatives
to audit, at any reasonable time during the term of this Agreement and for three
(3) years from the date of final paym
matters covered by this Agreement. CONTRACTOR agrees to maintain accurate
books and records in accordance with generally accepted accounting principles
for at least three (3) following the terms of this Agreement.
M. NO IMPLIED WAIVER. No payment, partial payment, acceptance, or partial
acceptance by CITY shall operate as a waiver on the part of CITY of any of its
rights under this Agreement.
N. INSURANCE. CONTRACTOR, at its sole cost, shall purchase and maintain in full
force during the term of this Agreement, the insurance coverage described at
Rating of
A:VII or higher and which are otherwise acceptable to CITY Risk Manager. The
Risk Manager must approve deductibles and selfinsured retentions. In addition,
all policies, endorsements, certificates and/or binders are subject to approval by
the Risk Manager as to form and content. CONTRACTOR shall obtain a policy
endorsement naming the City of Palo Alto as an additional insured under any
general liability or automobile policy. CONTRACTOR shall obtain an
endorsement stating that the insurance is primary coverage and will not be
canceled or materially reduced in coverage or limits until after providing 30 days
prior written notice of the cancellation or modification to the Risk Manager.
CONTRACTOR shall provide certificates of such policies or other evidence of
coverage satisfactory to the Risk Manager, together with the required
endorsements and evidence of payment of premiums, to CITY concurrently with
the execution of this Agreement and shall throughout the term of this
Agreement provide current certificates evidencing the required insurance
coverages and endorsements to the Risk Manager. CONTRACTOR shall include
all subcontractors as insured under its policies or shall obtain and provide to CITY
separate certificates and endorsements for each subcontractor that meet all the
requirements of this section. The procuring of such required policies of insurance
under this Agreement.
O. HOLD HARMLESS. To the fullest extent permitted by law and without limitation
by the provisions of section N relating to insurance, CONTRACTOR shall
indemnify, defend and hold harmless CITY, its Council members, officers,
employees and agents from and against any and all demands, claims, injuries,
losses, or liabilities of any nature, including death or injury to any person,
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 6 Rev. February 8, 2017
property damage or any other loss and including without limitation all damages,
penalties, fines and judgments, associated investigation and administrative
fees, courts costs and costs of alternative dispute resolution), arising out of, or
resulting in any way from or in connection with the performance of this
whether or not a liability is caused or contributed to by any negligent (passive or
active) act or omission of CITY, except that CONTRACTOR shall not be obligated
to indemnify for liability arising from the sole negligence or willful misconduct of
CITY. The acceptance of the Services by CITY shall not operate as a waiver of the
right of indemnification. The provisions of this Section survive the completion of
the Services or termination of this Agreement.
P. NONDISCRIMINATION. As set forth in Palo Alto Municipal Code section
2.30.510, CONTRACTOR certifies that in the performance of this Agreement, it
shall not discriminate in the employment of any person because of the race, skin
color, gender, age, religion, disability, national origin, ancestry, sexual
orientation, housing status, marital status, familial status, weight or height of
such person. CONTRACTOR acknowledges that it has read and understands the
provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to
Nondiscrimination Requirements and the penalties for violation thereof, and
agrees to meet all requirements of Section 2.30.510 pertaining to
nondiscrimination in employment.
Q. WORKERS' COMPENSATION. CONTRACTOR, by executing this Agreement,
certifies that it is aware of the provisions of the Labor Code of the State of
California which require every employer to be insured against liability for
workers' compensation or to undertake selfinsurance in accordance with the
provisions of that Code, and certifies that it will comply with such provisions, as
applicable, before commencing and during the performance of the Services.
R. TERMINATION. The City Manager may terminate this Agreement without cause
CONTRACTOR fails to perform any of its material obligations under this
Agreement, in addition to all other remedies provided by law, the City Manager
may terminate this Agreement immediately upon written notice of termination.
Upon receipt of such notice of termination, CONTRACTOR shall immediately
discontinue performance. CITY shall pay CONTRACTOR for services satisfactorily
performed up to the effective date of termination. If the termination is for
cause, CITY may deduct from such payment the amount of actual damage, if any,
sustained by CITY due to CONTRACTOR
obligations under this Agreement. Upon termination, CONTRACTOR shall
immediately deliver to the City Manager any and all copies of studies, sketches,
drawings, computations, and other material or products, whether or not
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 7 Rev. February 8, 2017
completed, prepared by CONTRACTOR or given to CONTRACTOR, in connection
with this Agreement. Such materials shall become the property of CITY.
S. ASSIGNMENTS/CHANGES. This Agreement binds the parties and their
successors and assigns to all covenants of this Agreement. This Agreement shall
not be assigned or transferred without the prior written consent of CITY. No
amendments, changes or variations of any kind are authorized without the
written consent of CITY.
T. CONFLICT OF INTEREST. In accepting this Agreement, CONTRACTOR covenants
that it presently has no interest, and will not acquire any interest, direct or
indirect, financial or otherwise, which would conflict in any manner or degree
with the performance of this Contract. CONTRACTOR further covenants that, in
the performance of this Contract, it will not employ any person having such an
interest. CONTRACTOR certifies that no CITY Officer, employee, or authorized
representative has any financial interest in the business of CONTRACTOR and
that no person associated with CONTRACTOR has any interest, direct or indirect,
which could conflict with the faithful performance of this Contract.
CONTRACTOR agrees to advise CITY if any conflict arises.
U. GOVERNING LAW. This contract shall be governed and interpreted by the laws
of the State of California.
V. ENTIRE AGREEMENT. This Agreement, including all exhibits, represents the
entire agreement between the parties with respect to the services that may be
the subject of this Agreement. Any variance in the exhibits does not affect the
validity of the Agreement and the Agreement itself controls over any conflicting
provisions in the exhibits. This Agreement supersedes all prior agreements,
representations, statements, negotiations and undertakings whether oral or
written.
W. NONAPPROPRIATION. This Agreement is subject to the fiscal provisions of the
Charter of the City of Palo Alto and the Palo Alto Municipal Code. This
Agreement will terminate without any penalty (a) at the end of any fiscal year in
the event that funds are not appropriated for the following fiscal year, or (b) at
any time within a fiscal year in the event that funds are only appropriated for a
portion of the fiscal year and funds for this Contract are no longer available. This
Section shall take precedence in the event of a conflict with any other covenant,
term, condition, or provision of this Contract.
X. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE
REQUIREMENTS. CONTRACTOR shall comply with CITY
Preferred Purchasing policies which are available at CITY Division,
which are incorporated by reference and may be amended from time to time.
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 8 Rev. February 8, 2017
CONTRACTOR shall comply with waste reduction, reuse, recycling and disposal
requirements of CITY
first minimizing and reducing waste; second, reusing waste and third, recycling
or composting waste. In particular, CONTRACTOR shall comply with the
following zero waste requirements:
All printed materials provided by CONTRACTOR to CITY generated from a
personal computer and printer including but not limited to, proposals,
quotes, invoices, reports, and public education materials, shall be double
sided and printed on a minimum of 30% or greater postconsumer
content paper, unless otherwise approved by CITY
Any submitted materials printed by a professional printing company shall
be a minimum of 30% or greater postconsumer material and printed
with vegetable based inks.
Goods purchased by Contractor on behalf of CITY shall be purchased in
accordance with CITY , but
not limited to, Extended Producer Responsibility requirements for
products and packaging. A copy of this policy is on file at the Purchasing
ffice.
Reusable/returnable pallets shall be taken back by CONTRCATOR, at no
additional cost to CITY, for reuse or recycling. CONTRACTOR shall provide
documentation from the facility accepting the pallets to verify that pallets
are not being disposed.
Y. AUTHORITY. The individual(s) executing this Agreement on behalf of the parties
represent and warrant that they have the legal capacity and authority to do so
on behalf of their respective legal entities.
Z. PREVAILING WAGES
This Project is not subject to prevailing wages. Contractor is not required to pay
prevailing wages in the performance and implementation of the Project in
accordance with SB 7, if the contract is not a public works contract, if contract
does not include a public works construction project of more than $25,000, or
the contract does not include a public works alteration, demolition, repair, or
maintenance (collectively, .
BB. CONTRACT TERMS. All unchecked boxes do not apply to this Agreement. In the
case of any conflict between the terms of this Agreement and the exhibits hereto
nt shall control. In the case of
exhibits shall control.
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 9 Rev. February 8, 2017
IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives
executed this Agreement on the date first above written.
CITY OF PALO ALTO US DIGITAL DESIGN, INC.
Approved as to form:
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 10 Rev. February 8, 2017
EXHIBIT A
SCOPE OF SERVICES
CONTRATOR to provide G2 Fire Station Alerting System One (1) Dispatch System / Seven (7) Station
Systems per CONTRACTORS proposal number CA_PALO001 (Attachment A).
We provide an 18-month warranty from the date of the effective date of the Purchase Agreement. This is
designed to accommodate the initial shipping and installation period so that all equipment in your initial
System will have the same warranty start and end dates. We anticipate that the station installations will be
less than 6 months so the City will have a warranty period of more than one year. If the station installations
exceed 6 months from effective date of the Purchase Agreement the warranty will be effective for 12
months from the date the final station installation is complete.
Warranty shall cover both hardware and software support. The warranty covers any hardware defects,
software updates and maintenance, remote support via telephone and VPN access during normal business
hours, and 24/7/365 support for the System Administrator in the event of a mission critical failure (defined
as a failure causing any fire station to be incapable of receiving dispatches through all communication
-to-
System purchased from USDD. At the end of the Warranty Period, CITY shall have the option to continue
the same bumper-to-bumper support through the Service Agreement.
Under both the Warranty and Service Agreement, if there is a mission critical failure to a component,
CONTRACTOR will ship a replacement component within 24 hours using next day delivery. If there is a
non-emergency failure of a component, we will ship out a replacement within 2 - 3 business days using
growing shipping. telephone and remote access support is provided by Software and
Hardware Engineers and field support and maintenance technicians from our Tempe, Arizona headquarters.
Calls for service will be handled directly by personnel skilled with the System operation and maintenance,
and shall usually be
Calls for service will initially be answered by a customer service representative who will collect and log
the CITY CONTRACTOR associate to handle the incident. The call
will be passed on to the associate directly through a transfer or via electronic means. The responsible
associate will then call back the CITY to handle the incident.
Escalation procedures will be in place to ensure that an incident is handled in a timely manner and the
appropriate resources are assigned. CONTR goal is to respond immediately to the CITY for
critical system issues that impact the ability to alert one or more stations. Accordingly, critical defects get
priority attention. Typical response time for system failure reports is 20 minutes, depending upon the time
of day. Typical critical resolution time is much less than 2 hours when remote access if available. Software
defect resolution times are typically much less than one day, depending on the need to involve other entities
such as the CAD company.
Software Engineers access client sites using VPN remote access to assess and provide
software support. Email support questions will be answered within minutes to several hours.
CONTRACTOR will attempt to respond to telephone support questions in a similar timeframe, but the 2-
way nature of a telephone call can sometimes require dedicated support which will take longer. Non-critical
repair needs or system change requests are prioritized by severity and ordered by priority and time of call.
The goal for defect reports is to handle them the same day as reported, including shipping out replacement
equipment.
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 1 Rev. February 8, 2017
PRIMARY DISPATCH G2 FSA SYSTEM
Dispatch center costs typically only need to be assumed once per dispatching agency, no matter how many stations are
dispatched (unless redundant centers or further modifications are needed). Costs for this part of the system are often shared
between consolidated agencies.
COMMUNICATIONS GATEWAY EQUIPMENT
1
D2 Kit 1 $ 1,175.00
1 G2 Gateway Audio Radio Interface
COMMUNICATIONS GATEWAY INTERFACES
1 CAD Interface - Intergraph/Hexagon
(second dispatch center with
Mountain View) (USDD-side Only -
Customer responsibility to discuss CAD-
side costs (if any) with their vendor)
COMMUNICATIONS GATEWAY SERVICES
50 Gateway Configuration &
Modifications
D12 LOT 1 Gateway Installation and Start-up GW-ISU $ 5,825.00 $ 5,242.50 $ 5,242.50
D13 LOT 1 Gateway Project Management GW-PM $ 417.60 $ 375.84 $ 375.84
1 Training - System Administrator - On-
Site (4 Hours / Train-The-Trainer)TRA-SA-O $ 2,475.00 $ 2,475.00
D15a LOT 1 Training - Dispatch Operator - On-
Site (4 Hours / Train-The-Trainer)TRA-DO-O $ 2,750.00 $ 2,475.00 $ 2,475.00
PRIMARY DISPATCH G2 FSA SYSTEM $ 44,048.34
$ 126.00
$ 44,174.34
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 2 Rev. February 8, 2017
PRIMARY DISPATCH MOBILE APP SERVICE
for IOS and ANDROID Platforms Only - In Conjunction with USDD Communications Gateways Only
For eachyear the FSA Systemisunder standard warrantyor elected recurring support coverage,USDD would liketo offer our
G2 Mobile Station Alerting App to those customers at no additional cost (in groups of 24 licenses-per-ATX-purchased).
#of Mobile App Device Licenses (Users)Requested:168
# of Stations within the agency to be Alerted:7
of Stations to have ATX Station Controller Installed:7
APP DEVICE LICENSES - INCLUDED (at no additional cost, x24 Per-ATX Installed while under
Warranty/Support)
168 $ (97.20)
PRIMARY DISPATCH MOBILE APP SERVICE Yearly Total:$ -
All Years Subtotal: $ -
USDD G2 MOBILE FSA APP:
USDD has developed the Phoenix G2 FSA Mobile Application (the to provide a remote extension of the
existing G2 FSAS. Mobile App Only Available to Customers Using USDD's G2 Communications Gateways interfaced to
a formal Computer Aided Dispatch (CAD) System. The App is supported by Apple and Android devices. The App will
interface with the CAD to send simultaneous mobile alerts, including dispatch announcements, administrative alerts,
IT support notifications and application update notifications to authorized personnel via their smartphones and tablets. The
App alerts personnel as individuals or groups (e.g., stations, battalions, districts, etc.) wherever they are, making it especially
ideal for volunteers and reserves. The mobile alerts plays the same tones as those in the station, shows incident location using
the built-in mapping capabilities and enables users to save notifications for future reference and search for previous
notifications. In addition, the App provides an easy-access email address and phone link to local IT support. Each ATX Station
Controller will enable x24 App licenses at no additional charge while the System is under warranty or annual service and
support. Additional licenses can be obtained on a sliding cost scale. It should be noted, however, that the performance of
mobile alerting is subject to network reliability and coverage.
So your eventual needs will be determined when you let us know how many device licenses you would need, versus the 24
devices-licenses-per-ATX-purchased and currently under warranty or support. As long as the purchased/installed ATX Station
Controller is currently under warranty or elected recurring annual support, then there is no additional annual cost for up to x24
individual device licenses for the G2 Mobile FSA App.
Please Note that if customer declines Recurring Annual Support Options, then they will have to pay separately for the App or
forfeight ability to use the G2 Mobile Alerting App. Any deviation from device license numbers listed above subjects proposal
to change.
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 3 Rev. February 8, 2017
PRIMARY DISPATCH WARRANTY & SUPPORT
INCLUDESG2MOBILESMART-PHONEALERTING APPS&USDD-HOSTEDMAPPING SERVICES(ifavailable).
Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to
provide any service or support. Mobile Smart Phone Alerting App and Mapping Services only avaible to customer while under
warranty or elected recurring annual support. Support Agreements subject to change if system design is modified. For
additional details, please review current USDD Warranty Statement and Service Agreement
INDIVIDUAL DISPATCH SYSTEMS TOTALS
PRIMARY DISPATCH G2 FSA SYSTEM TOTAL:$ 44,174.34
PRIMARY DISPATCH MOBILE APP SERVICE TOTAL: $ -
PRIMARY DISPATCH MAPPING SERVICE TOTAL: $ -
ENTIRE DISPATCH-LEVEL SUBTOTALS (NOW INCLUDING WARRANTY & OPTIONAL SUPPORT AS WELL)
ALL DISPATCH-LEVEL SYSTEMS SUBTOTAL:$ 44,048.34
ALL DISPATCH-LEVEL SHIPPING SUBTOTAL:$ 126.00
ALL DISPATCH-LEVEL WARRANTY & SUPPORT:$ -
PRIMARY DISPATCH-LEVEL GRAND TOTAL: $ 44,174.34
DISPATCH-LEVEL WARRANTY & OPTIONAL RECURRING ANNUAL SUPPORT
1.5
SYSTEM (or Component): Telephone /
Remote Access Support
(8:00 AM - 5:00 PM MST)
PLEASE NOTE: An
STD Subtotals
0.0
[STANDARD] EACH ADDITIONAL
YEAR (12-Months)
WARRANTY &SUPPORT
FOR THIS DISPATCH
ASSUMED OR
RS-AYR-
STD
$
1,879.20
$
-
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 4 Rev. February 8, 2017
STATION LICENSES
L1 Ea 1 G2 VOICEALERT - Single Station License.
One-Time/Perpetual (unless furthur USDD modification is
needed)
VA $ 927.00 $ 834.30 $ 834.30
L2 Ea/Yr 24 G2 MOBILE FSAS APP - Single Device License. Up
to 24 Licenses-Per-ATX are offered at $0.00 cost each
as long as system is currently under warranty or elected
recurring annual support coverage. See 'Mobile' Section
for more detail.
G2-APP-DLI $ 108.00 $ 97.20 N/A - Included
STATION CONTROLLER
S1 Kit 1
G2 ATX STATION CONTROLLER -
Power/Signal/Control up to 8 peripheral Remote
Options. 4 Unique Amps/Zones available.
ATX $ 20,000.00 $ 18,000.00 $ 18,000.00
STATION PERIPHERAL COMPONENT OPTIONS
S11a Ea 2 G2 MESSAGE SIGN (Digital LED) STANDARD
GammaSign / 24" Active Screen Width MS-G-S $ 1,050.00 $ 945.00 $ 1,890.00
S11d Ea 1 AP-D $ 49.00 $ 44.10 $ 44.10
S12 Ea 1 MS Mount - Articulating, Long reach MS-MNT-ART-L $ 287.00 $ 258.30 $ 258.30
S18a Ea 1 Audio Amplifier, External, Standard AMP $ 987.00 $ 888.30 $ 888.30
S18b Ea 1 Shelf, Under Table or Wall Mount, for 1U 1/2 Rack AMP-S $ 66.00 $ 59.40 $ 59.40
S19 Ea 4 SPEAKER - APP BAY/OUTDOOR - Weatherized,
Surface Mount, 70v SPK-W-SM $ 280.00 $ 252.00 $ 1,008.00
S20a Ea 7 Speaker - Standard, Flush Mount, 70v (S86)SPK-STD-FM $ 73.00 $ 65.70 $ 459.90
S21a Ea 11 G2 SPEAKER - LED Illuminated - Flush Mount,
70v SPK-LED-FM $ 297.00 $ 267.30 $ 2,940.30
S24a Ea 1 ATX UPS, Standard UPS-STD $ 923.00 $ 830.70 $ 830.70
S24b Ea 1 Shelf/Bracket, Wall-Mount for UPS UPS-WMB $ 57.00 $ 51.30 $ 51.30
STATION-LEVEL SERVICES
S26 Ea
1
Station Installation (Tech Electric)ST-INST $ 10,590.81 $ 9,531.73 $ 9,531.73
S28 Ea 1 Station Configuration & Start-Up ST-SU $ 2,120.58 $ 1,908.52 $ 1,908.52
S29 Ea 1 Station Project Management ST-PM $ 575.59 $ 518.03 $ 518.03
S30 Ea 1 Station Engineering / Design Services ST-ES $ 302.94 $ 272.65 $ 272.65
S31 Ea 1 Station Documentation ST-DM $45.44$ 40.90 $ 40.90
STATION 01
Based from USDD G2 Fire Station Alerting System Design Drawing # USDD.CA_PALO.ALL STATIONS.FSA.2017.02.14.pdf
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 5 Rev. February 8, 2017
STATION-LEVEL WARRANTY &OPTIONAL RECURRING ANNUAL SUPPORT
S35a HR 1.5 [STANDARD] 1st YEAR WARRANTY & SUPPORT
FOR THIS STATION SYSTEM (or component):
Telephone / Remote Access Support (8:00 AM -
5:00 PM MST) PLEASE NOTE: An additional 6
months (for total of 18 months/1.5 years) of initial
warranty has been offered by USDD for no
additional cost so all stations can be installed and
enjoy same warranty/support start/stop dates)
RS-1YR-STD $ 2,726.46 $ 2,453.81 3680.721 but No
Charge For Initial
Warranty Period /
Not Included in
Subtotals
S36b LOT 0.0 [STANDARD] EACH ADDITIONAL YEAR (12-
Months) WARRANTY & SUPPORT FOR THIS
STATION SYSTEM (or Component): Telephone /
Remote Access Support (8:00 AM - 5:00 PM MST)
IF QUANTITY '0' THEN NO ADDITIONAL
SUPPORT IS ASSUMED OR AUTHORIZED
BEYOND INITIAL WARRANTY PERIOD
RS-AYR-STD $ 2,726.46 $ 2,453.81 $ -
STATION 01 System:$ 39,536.42
Shipping:$ 840.00
Warranty & Support:$ -
STATION SUBTOTAL:$ 40,376.42
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, back boxes, 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.
Warranty & Support Notes:
Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support.
Mobile Smart Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected recurring annual support. Support
Agreements subject to change if system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 6 Rev. February 8, 2017
14 - USDD cannot warrant nor support any owner-furbished (3rd-Party) system or component we are required to integrate with.
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
STATION LICENSES
L1 Ea 1 G2 VOICEALERT - Single Station License.
One-Time/Perpetual (unless furthur USDD modification is
needed)
VA $ 927.00 $ 834.30 $ 834.30
L2 Ea/Yr 24 G2 MOBILE FSAS APP - Single Device License. Up
to 24 Licenses-Per-ATX are offered at $0.00 cost each
as long as system is currently under warranty or elected
recurring annual support coverage. See 'Mobile' Section
for more detail.
G2-APP-DLI $ 108.00 $ 97.20 N/A - Included
STATION CONTROLLER
S1 Kit 1
G2 ATX STATION CONTROLLER -
Power/Signal/Control up to 8 peripheral Remote
Options. 4 Unique Amps/Zones available.
ATX $ 20,000.00 $ 18,000.00 $ 18,000.00
STATION PERIPHERAL COMPONENT OPTIONS
S11a Ea 4 G2 MESSAGE SIGN (Digital LED) STANDARD
GammaSign / 24" Active Screen Width MS-G-S $ 1,050.00 $ 945.00 $ 3,780.00
S11d Ea 1 AP-D $ 49.00 $ 44.10 $ 44.10
S12 Ea 1 MS Mount - Articulating, Long reach MS-MNT-ART-L $ 287.00 $ 258.30 $ 258.30
S13a Ea 1 MESSAGE SIGN, Digital LED (BetaBrite - LEGACY
Replacement 24" Screen Width)MS-B $ 360.00 $ 324.00 $ 324.00
S18a Ea 1 Audio Amplifier, External, Standard AMP $ 987.00 $ 888.30 $ 888.30
S18b Ea 1 Shelf, Under Table or Wall Mount, for 1U 1/2 Rack AMP-S $ 66.00 $ 59.40 $ 59.40
S19 Ea 4 SPEAKER - APP BAY/OUTDOOR - Weatherized,
Surface Mount, 70v SPK-W-SM $ 280.00 $ 252.00 $ 1,008.00
S20a Ea 4 Speaker - Standard, Flush Mount, 70v (S86)SPK-STD-FM $ 73.00 $ 65.70 $ 262.80
S21a Ea 13 G2 SPEAKER - LED Illuminated - Flush Mount,
70v SPK-LED-FM $ 297.00 $ 267.30 $ 3,474.90
S24a Ea 1 ATX UPS, Standard UPS-STD $ 923.00 $ 830.70 $ 830.70
S24b Ea 1 Shelf/Bracket, Wall-Mount for UPS UPS-WMB $ 57.00 $ 51.30 $ 51.30
STATION-LEVEL SERVICES
S26 Ea
1
Station Installation (Tech Electric)ST-INST $ 11,326.71 $ 10,194.04 $ 10,194.04
S28 Ea 1 Station Configuration & Start-Up ST-SU $ 2,319.03 $ 2,087.13 $ 2,087.13
S29 Ea 1 Station Project Management ST-PM $ 629.45 $ 566.51 $ 566.51
STATION 02
Based from USDD G2 Fire Station Alerting System Design Drawing # USDD.CA_PALO.ALL STATIONS.FSA.2017.02.14.pdf
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 7 Rev. February 8, 2017
S30 Ea 1 Station Engineering / Design Services ST-ES $ 331.29 $ 298.16 $ 298.16
S31 Ea 1 Station Documentation ST-DM $ 49.69 $ 44.72 $ 44.72
STATION-LEVEL WARRANTY &OPTIONAL RECURRING ANNUAL SUPPORT
S35a HR 1.5 [STANDARD] 1st YEAR WARRANTY & SUPPORT
FOR THIS STATION SYSTEM (or component):
Telephone / Remote Access Support (8:00 AM -
5:00 PM MST) PLEASE NOTE: An additional 6
months (for total of 18 months/1.5 years) of initial
warranty has been offered by USDD for no
additional cost so all stations can be installed and
enjoy same warranty/support start/stop dates)
RS-1YR-STD $ 2,981.61 $ 2,683.45 4025.1735 but No
Charge For Initial
Warranty Period /
Not Included in
Subtotals
S36b LOT 0.0 [STANDARD] EACH ADDITIONAL YEAR (12-
Months) WARRANTY & SUPPORT FOR THIS
STATION SYSTEM (or Component): Telephone /
Remote Access Support (8:00 AM - 5:00 PM MST)
IF QUANTITY '0' THEN NO ADDITIONAL
SUPPORT IS ASSUMED OR AUTHORIZED
BEYOND INITIAL WARRANTY PERIOD
RS-AYR-STD $ 2,981.61 $ 2,683.45 $ -
STATION 02 System:$ 43,006.66
Shipping:$ 886.00
Warranty & Support:$ -
STATION SUBTOTAL:$ 43,892.66
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, back boxes, 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.
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
Warranty & Support Notes:
Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support.
Mobile Smart Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected recurring annual support. Support
Agreements subject to change if system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 8 Rev. February 8, 2017
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 9 Rev. February 8, 2017
STATION LICENSES
L1 Ea 1 G2 VOICEALERT - Single Station License.
One-Time/Perpetual (unless furthur USDD modification is
needed)
VA $ 927.00 $ 834.30 $ 834.30
L2 Ea/Yr 24 G2 MOBILE FSAS APP - Single Device License. Up
to 24 Licenses-Per-ATX are offered at $0.00 cost each
as long as system is currently under warranty or elected
recurring annual support coverage. See 'Mobile' Section
for more detail.
G2-APP-DLI $ 108.00 $ 97.20 N/A - Included
STATION CONTROLLER
S1 Kit 1
G2 ATX STATION CONTROLLER -
Power/Signal/Control up to 8 peripheral Remote
Options. 4 Unique Amps/Zones available.
ATX $ 20,000.00 $ 18,000.00 $ 18,000.00
STATION PERIPHERAL COMPONENT OPTIONS
S18a Ea 1 Audio Amplifier, External, Standard AMP $ 987.00 $ 888.30 $ 888.30
S18b Ea 1 Shelf, Under Table or Wall Mount, for 1U 1/2 Rack AMP-S $ 66.00 $ 59.40 $ 59.40
S19 Ea 4 SPEAKER - APP BAY/OUTDOOR - Weatherized,
Surface Mount, 70v SPK-W-SM $ 280.00 $ 252.00 $ 1,008.00
S20a Ea 7 Speaker - Standard, Flush Mount, 70v (S86)SPK-STD-FM $ 73.00 $ 65.70 $ 459.90
S21a Ea 7 G2 SPEAKER - LED Illuminated - Flush Mount,
70v SPK-LED-FM $ 297.00 $ 267.30 $ 1,871.10
S24a Ea 1 ATX UPS, Standard UPS-STD $ 923.00 $ 830.70 $ 830.70
S24b Ea 1 Shelf/Bracket, Wall-Mount for UPS UPS-WMB $ 57.00 $ 51.30 $ 51.30
STATION-LEVEL SERVICES
S26 Ea
1
Station Installation (Tech Electric)ST-INST $ 8,909.41 $ 8,018.47 $ 8,018.47
S28 Ea 1 Station Configuration & Start-Up ST-SU $ 1,866.90 $ 1,680.21 $ 1,680.21
S29 Ea 1 Station Project Management ST-PM $ 506.73 $ 456.06 $ 456.06
S30 Ea 1 Station Engineering / Design Services ST-ES $ 266.70 $ 240.03 $ 240.03
S31 Ea 1 Station Documentation ST-DM $ 40.01 $ 36.00 $ 36.00
STATION-LEVEL WARRANTY &OPTIONAL RECURRING ANNUAL SUPPORT
S35
a
HR 1.5 [STANDARD] 1st YEAR WARRANTY &
SUPPORT
FOR THIS STATION SYSTEM (or
component): Telephone / Remote
Access Support (8:00 AM - 5:00 PM
MST) PLEASE NOTE: An additional 6
months (for total of 18 months/1.5 years)
of initial warranty has been offered by
USDD for no additional cost so all
RS-1YR-STD $
2,400.30 $
2,160.27
3240.405 but
No Charge For
Initial Warranty
Period /
Not Included
in Subtotals
STATION 03
Based from USDD G2 Fire Station Alerting System Design Drawing # USDD.CA_PALO.ALL STATIONS.FSA.2017.02.14.pdf
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 10 Rev. February 8, 2017
S36
b
LOT 0.0 [STANDARD] EACH ADDITIONAL
YEAR (12- Months) WARRANTY &
SUPPORT FOR THIS
STATION SYSTEM (or Component):
Telephone / Remote Access Support
(8:00 AM - 5:00 PM MST) IF QUANTITY
'0' THEN NO ADDITIONAL SUPPORT IS
ASSUMED OR AUTHORIZED BEYOND
RS-AYR-STD $
2,400.30
$
2,160.27
$
-
STATION 03 System:$
Shipping:$
Warranty& Support:$ -
STATION SUBTOTAL:$
35,122.77
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.
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
Warranty & Support Notes:
Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support.
Mobile Smart Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected recurring annual support. Support
Agreements subject to change if system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 11 Rev. February 8, 2017
STATION LICENSES
L1 Ea 1 G2 VOICEALERT - Single Station License.
One-Time/Perpetual (unless furthur USDD modification is
needed)
VA $ 927.00 $ 834.30 $ 834.30
L2 Ea/Yr 24 G2 MOBILE FSAS APP - Single Device License. Up
to 24 Licenses-Per-ATX are offered at $0.00 cost each
as long as system is currently under warranty or elected
recurring annual support coverage. See 'Mobile' Section
for more detail.
G2-APP-DLI $ 108.00 $ 97.20 N/A - Included
STATION CONTROLLER
S1 Kit 1
G2 ATX STATION CONTROLLER -
Power/Signal/Control up to 8 peripheral Remote
Options. 4 Unique Amps/Zones available.
ATX $ 20,000.00 $ 18,000.00 $ 18,000.00
STATION PERIPHERAL COMPONENT OPTIONS
S11a Ea 1 G2 MESSAGE SIGN (Digital LED) STANDARD
GammaSign / 24" Active Screen Width MS-G-S $ 1,050.00 $ 945.00 $ 945.00
S18a Ea 1 Audio Amplifier, External, Standard AMP $ 987.00 $ 888.30 $ 888.30
S18b Ea 1 Shelf, Under Table or Wall Mount, for 1U 1/2 Rack AMP-S $ 66.00 $ 59.40 $ 59.40
S19 Ea 4 SPEAKER - APP BAY/OUTDOOR - Weatherized,
Surface Mount, 70v SPK-W-SM $ 280.00 $ 252.00 $ 1,008.00
S20a Ea 3 Speaker - Standard, Flush Mount, 70v (S86)SPK-STD-FM $ 73.00 $ 65.70 $ 197.10
S21a Ea 7 G2 SPEAKER - LED Illuminated - Flush Mount,
70v SPK-LED-FM $ 297.00 $ 267.30 $ 1,871.10
S24a Ea 1 ATX UPS, Standard UPS-STD $ 923.00 $ 830.70 $ 830.70
S24b Ea 1 Shelf/Bracket, Wall-Mount for UPS UPS-WMB $ 57.00 $ 51.30 $ 51.30
STATION-LEVEL SERVICES
S26 Ea
1
Station Installation (Tech Electric)ST-INST $ 10,026.51 $ 9,023.86 $ 9,023.86
S28 Ea 1 Station Configuration & Start-Up ST-SU $ 1,919.96 $ 1,727.96 $ 1,727.96
S29 Ea 1 Station Project Management ST-PM $ 521.13 $ 469.02 $ 469.02
S30 Ea 1 Station Engineering / Design Services ST-ES $ 274.28 $ 246.85 $ 246.85
S31 Ea 1 Station Documentation ST-DM $ 41.14 $ 37.03 $ 37.03
STATION-LEVEL WARRANTY &OPTIONAL RECURRING ANNUAL SUPPORT
S35a HR 1.5 [STANDARD] 1st YEAR WARRANTY & SUPPORT
FOR THIS STATION SYSTEM (or component):
Telephone / Remote Access Support (8:00 AM -
5:00 PM MST) PLEASE NOTE: An additional 6
months (for total of 18 months/1.5 years) of initial
warranty has been offered by USDD for no
additional cost so all stations can be installed and
enjoy same warranty/support start/stop dates)
RS-1YR-STD $ 2,468.52 $ 2,221.67 3332.502 but No
Charge For Initial
Warranty Period /
Not Included in
Subtotals
STATION 04
Based from USDD G2 Fire Station Alerting System Design Drawing # USDD.CA_PALO.ALL STATIONS.FSA.2017.02.14.pdf
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 12 Rev. February 8, 2017
S36b LOT 0.0 [STANDARD] EACH ADDITIONAL YEAR (12-
Months) WARRANTY & SUPPORT FOR THIS
STATION SYSTEM (or Component): Telephone /
Remote Access Support (8:00 AM - 5:00 PM MST)
IF QUANTITY '0' THEN NO ADDITIONAL
SUPPORT IS ASSUMED OR AUTHORIZED
BEYOND INITIAL WARRANTY PERIOD
RS-AYR-STD $ 2,468.52 $ 2,221.67 $ -
STATION 04 System:$ 36,189.92
Shipping:$ 642.00
Warranty & Support:$ -
STATION SUBTOTAL:$ 36,831.92
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.
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
Warranty & Support Notes:
Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support.
Mobile Smart Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected recurring annual support. Support
Agreements subject to change if system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 13 Rev. February 8, 2017
STATION LICENSES
L1 Ea 1 G2 VOICEALERT - Single Station License.
One-Time/Perpetual (unless furthur USDD modification is
needed)
VA $ 927.00 $ 834.30 $ 834.30
L2 Ea/Yr 24 G2 MOBILE FSAS APP - Single Device License. Up
to 24 Licenses-Per-ATX are offered at $0.00 cost each
as long as system is currently under warranty or elected
recurring annual support coverage. See 'Mobile' Section
for more detail.
G2-APP-DLI $ 108.00 $ 97.20 N/A - Included
STATION CONTROLLER
S1 Kit 1
G2 ATX STATION CONTROLLER -
Power/Signal/Control up to 8 peripheral Remote
Options. 4 Unique Amps/Zones available.
ATX $ 20,000.00 $ 18,000.00 $ 18,000.00
STATION PERIPHERAL COMPONENT OPTIONS
S11a Ea 1 G2 MESSAGE SIGN (Digital LED) STANDARD
GammaSign / 24" Active Screen Width MS-G-S $ 1,050.00 $ 945.00 $ 945.00
S18a Ea 1 Audio Amplifier, External, Standard AMP $ 987.00 $ 888.30 $ 888.30
S18b Ea 1 Shelf, Under Table or Wall Mount, for 1U 1/2 Rack AMP-S $ 66.00 $ 59.40 $ 59.40
S19 Ea 4 SPEAKER - APP BAY/OUTDOOR - Weatherized,
Surface Mount, 70v SPK-W-SM $ 280.00 $ 252.00 $ 1,008.00
S20a Ea 4 Speaker - Standard, Flush Mount, 70v (S86)SPK-STD-FM $ 73.00 $ 65.70 $ 262.80
S21a Ea 7 G2 SPEAKER - LED Illuminated - Flush Mount,
70v SPK-LED-FM $ 297.00 $ 267.30 $ 1,871.10
S24a Ea 1 ATX UPS, Standard UPS-STD $ 923.00 $ 830.70 $ 830.70
S24b Ea 1 Shelf/Bracket, Wall-Mount for UPS UPS-WMB $ 57.00 $ 51.30 $ 51.30
STATION-LEVEL SERVICES
S26 Ea
1
Station Installation (Tech Electric)ST-INST $ 8,866.48 $ 7,979.83 $ 7,979.83
S28 Ea 1 Station Configuration & Start-Up ST-SU $ 1,925.07 $ 1,732.56 $ 1,732.56
S29 Ea 1 Station Project Management ST-PM $ 522.52 $ 470.27 $ 470.27
S30 Ea 1 Station Engineering / Design Services ST-ES $ 275.01 $ 247.51 $ 247.51
S31 Ea 1 Station Documentation ST-DM $ 41.25 $ 37.13 $ 37.13
STATION-LEVEL WARRANTY &OPTIONAL RECURRING ANNUAL SUPPORT
S35a HR 1.5 [STANDARD] 1st YEAR WARRANTY & SUPPORT
FOR THIS STATION SYSTEM (or component):
Telephone / Remote Access Support (8:00 AM -
5:00 PM MST) PLEASE NOTE: An additional 6
months (for total of 18 months/1.5 years) of initial
warranty has been offered by USDD for no
additional cost so all stations can be installed and
enjoy same warranty/support start/stop dates)
RS-1YR-STD $ 2,475.09 $ 2,227.58 3341.3715 but No
Charge For Initial
Warranty Period /
Not Included in
Subtotals
STATION 05
Based from USDD G2 Fire Station Alerting System Design Drawing # USDD.CA_PALO.ALL STATIONS.FSA.2017.02.14.pdf
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 14 Rev. February 8, 2017
S36b LOT 0.0 [STANDARD] EACH ADDITIONAL YEAR (12-
Months) WARRANTY & SUPPORT FOR THIS
STATION SYSTEM (or Component): Telephone /
Remote Access Support (8:00 AM - 5:00 PM MST)
IF QUANTITY '0' THEN NO ADDITIONAL
SUPPORT IS ASSUMED OR AUTHORIZED
BEYOND INITIAL WARRANTY PERIOD
RS-AYR-STD $ 2,475.09 $ 2,227.58 $ -
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.
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
STATION 05 System:$ 35,218.19
Shipping:$ 659.00
Warranty & Support:$ -
STATION SUBTOTAL:$ 35,877.19
Warranty & Support Notes:
Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support.
Mobile Smart Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected recurring annual support. Support
Agreements subject to change if system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 15 Rev. February 8, 2017
STATION LICENSES
L1 Ea 1 G2 VOICEALERT - Single Station License.
One-Time/Perpetual (unless furthur USDD modification is
needed)
VA $ 927.00 $ 834.30 $ 834.30
L2 Ea/Yr 24 G2 MOBILE FSAS APP - Single Device License. Up
to 24 Licenses-Per-ATX are offered at $0.00 cost each
as long as system is currently under warranty or elected
recurring annual support coverage. See 'Mobile' Section
for more detail.
G2-APP-DLI $ 108.00 $ 97.20 N/A - Included
STATION CONTROLLER
S1 Kit 1
G2 ATX STATION CONTROLLER -
Power/Signal/Control up to 8 peripheral Remote
Options. 4 Unique Amps/Zones available.
ATX $ 20,000.00 $ 18,000.00 $ 18,000.00
STATION PERIPHERAL COMPONENT OPTIONS
S6a Ea 1 G2 ROOM REMOTE 2 Module / 2017 version 2 RR2 $ 1,830.00 $ 1,647.00 $ 1,647.00
S11a Ea 2 G2 MESSAGE SIGN (Digital LED) STANDARD
GammaSign / 24" Active Screen Width MS-G-S $ 1,050.00 $ 945.00 $ 1,890.00
S20a Ea 6 Speaker - Standard, Flush Mount, 70v (S86)SPK-STD-FM $ 73.00 $ 65.70 $ 394.20
S21a Ea 9 G2 SPEAKER - LED Illuminated - Flush Mount,
70v SPK-LED-FM $ 297.00 $ 267.30 $ 2,405.70
S24a Ea 1 ATX UPS, Standard UPS-STD $ 923.00 $ 830.70 $ 830.70
S24b Ea 1 Shelf/Bracket, Wall-Mount for UPS UPS-WMB $ 57.00 $ 51.30 $ 51.30
STATION-LEVEL SERVICES
S26 Ea
1
Station Installation (Tech Electric)ST-INST $ 6,014.03 $ 5,412.63 $ 5,412.63
S28 Ea 1 Station Configuration & Start-Up ST-SU $ 2,026.36 $ 1,823.72 $ 1,823.72
S29 Ea 1 Station Project Management ST-PM $ 550.01 $ 495.01 $ 495.01
S30 Ea 1 Station Engineering / Design Services ST-ES $ 289.48 $ 260.53 $ 260.53
S31 Ea 1 Station Documentation ST-DM $ 43.42 $ 39.08 $ 39.08
STATION-LEVEL WARRANTY &OPTIONAL RECURRING ANNUAL SUPPORT
S35a HR 1.5 [STANDARD] 1st YEAR WARRANTY & SUPPORT
FOR THIS STATION SYSTEM (or component):
Telephone / Remote Access Support (8:00 AM -
5:00 PM MST) PLEASE NOTE: An additional 6
months (for total of 18 months/1.5 years) of initial
warranty has been offered by USDD for no
additional cost so all stations can be installed and
enjoy same warranty/support start/stop dates)
RS-1YR-STD $ 2,605.32 $ 2,344.79 3517.182 but No
Charge For Initial
Warranty Period /
Not Included in
Subtotals
S36b LOT 0.0 [STANDARD] EACH ADDITIONAL YEAR (12-
Months) WARRANTY & SUPPORT FOR THIS
STATION SYSTEM (or Component): Telephone /
Remote Access Support (8:00 AM - 5:00 PM MST)
IF QUANTITY '0' THEN NO ADDITIONAL
SUPPORT IS ASSUMED OR AUTHORIZED
BEYOND INITIAL WARRANTY PERIOD
RS-AYR-STD $ 2,605.32 $ 2,344.79 $ -
STATION 06
Based from USDD G2 Fire Station Alerting System Design Drawing # USDD.CA_PALO.ALL STATIONS.FSA.2017.02.14.pdf
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 16 Rev. February 8, 2017
STATION 06 System:$ 34,084.17
Shipping:$ 655.00
Warranty & Support:$ -
STATION SUBTOTAL:$ 34,739.17
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.
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
Warranty & Support Notes:
Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support.
Mobile Smart Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected recurring annual support. Support
Agreements subject to change if system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 17 Rev. February 8, 2017
STATION LICENSES
L1 Ea 1 G2 VOICEALERT - Single Station License.
One-Time/Perpetual (unless furthur USDD modification is
needed)
VA $ 927.00 $ 834.30 $ 834.30
L2 Ea/Yr 24 G2 MOBILE FSAS APP - Single Device License. Up
to 24 Licenses-Per-ATX are offered at $0.00 cost each
as long as system is currently under warranty or elected
recurring annual support coverage. See 'Mobile' Section
for more detail.
G2-APP-DLI $ 108.00 $ 97.20 N/A - Included
STATION CONTROLLER
S1 Kit 1
G2 ATX STATION CONTROLLER -
Power/Signal/Control up to 8 peripheral Remote
Options. 4 Unique Amps/Zones available.
ATX $ 20,000.00 $ 18,000.00 $ 18,000.00
STATION PERIPHERAL COMPONENT OPTIONS
S18a Ea 1 Audio Amplifier, External, Standard AMP $ 987.00 $ 888.30 $ 888.30
S18b Ea 1 Shelf, Under Table or Wall Mount, for 1U 1/2 Rack AMP-S $ 66.00 $ 59.40 $ 59.40
S19 Ea 4 SPEAKER - APP BAY/OUTDOOR - Weatherized,
Surface Mount, 70v SPK-W-SM $ 280.00 $ 252.00 $ 1,008.00
S20a Ea 3 Speaker - Standard, Flush Mount, 70v (S86)SPK-STD-FM $ 73.00 $ 65.70 $ 197.10
S21a Ea 3 G2 SPEAKER - LED Illuminated - Flush Mount,
70v SPK-LED-FM $ 297.00 $ 267.30 $ 801.90
S24a Ea 1 ATX UPS, Standard UPS-STD $ 923.00 $ 830.70 $ 830.70
S24b Ea 1 Shelf/Bracket, Wall-Mount for UPS UPS-WMB $ 57.00 $ 51.30 $ 51.30
STATION-LEVEL SERVICES
S26 Ea 1
Station Installation (Tech Electric)ST-INST $ 7,228.58 $ 6,505.72 $ 6,505.72
S28 Ea 1 Station Configuration & Start-Up ST-SU $ 1,763.30 $ 1,586.97 $ 1,586.97
S29 Ea 1 Station Project Management ST-PM $ 478.61 $ 430.75 $ 430.75
S30 Ea 1 Station Engineering / Design Services ST-ES $ 251.90 $ 226.71 $ 226.71
S31 Ea 1 Station Documentation ST-DM $ 37.79 $ 34.01 $ 34.01
STATION-LEVEL WARRANTY &OPTIONAL RECURRING ANNUAL SUPPORT
S35a HR 1.5 [STANDARD] 1st YEAR WARRANTY & SUPPORT
FOR THIS STATION SYSTEM (or component):
Telephone / Remote Access Support (8:00 AM -
5:00 PM MST) PLEASE NOTE: An additional 6
months (for total of 18 months/1.5 years) of initial
warranty has been offered by USDD for no
additional cost so all stations can be installed and
enjoy same warranty/support start/stop dates)
RS-1YR-STD $ 2,267.10 $ 2,040.39 3060.585 but No
Charge For Initial
Warranty Period /
Not Included in
Subtotals
S36b LOT 0.0 [STANDARD] EACH ADDITIONAL YEAR (12-
Months) WARRANTY & SUPPORT FOR THIS
STATION SYSTEM (or Component): Telephone /
Remote Access Support (8:00 AM - 5:00 PM MST)
IF QUANTITY '0' THEN NO ADDITIONAL
SUPPORT IS ASSUMED OR AUTHORIZED
BEYOND INITIAL WARRANTY PERIOD
RS-AYR-STD $ 2,267.10 $ 2,040.39 $ -
STATION 08
Based from USDD G2 Fire Station Alerting System Design Drawing # USDD.CA_PALO.ALL STATIONS.FSA.2017.02.14.pdf
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 18 Rev. February 8, 2017
STATION 08 System:$ 31,455.15
Shipping:$ 553.00
Warranty & Support:$ -
STATION SUBTOTAL:$ 32,008.15
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.
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
Warranty & Support Notes:
Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any service or support.
Mobile Smart Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected recurring annual support. Support
Agreements subject to change if system design is modified. For additional details, please review current USDD Warranty Statement and Service Agreement
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 19 Rev. February 8, 2017
SECTION TOTALS
DISPATCH-LEVEL SUBTOTAL $44,174.34
Includes: PRIMARY DISPATCH G2 FSA SYSTEM : $44,174.34
PRIMARY DISPATCH MOBILE APP SERVICE : $
PRIMARY DISPATCH MAPPING SERVICE : $
PRIMARY DISPATCH WARRANTY & SUPPORT : $-
Notes:
STATION-LEVEL SUBTOTAL $258,848.30
Includes:STATION 01 SYSTEM:$40,376.42
Includes:STATION 02 SYSTEM:$43,892.66
Includes:STATION 03 SYSTEM:$35,122.77
Includes:STATION 04 SYSTEM:$36,831.92
Includes:STATION 05 SYSTEM:$35,877.19
Includes:STATION 06 SYSTEM:$34,739.17
Includes:STATION 08 SYSTEM:$32,008.15
Notes:
US Digital Designs System Total $ 303,022.64
(TBD By Customer) Customer must elect to choose any coverage they require beyond initial warranty period, or USDD will not be authorized to provide any
service or support. Mobile Smart Phone Alerting App and Mapping Services only avaible to customer while under warranty or elected recurring annual support.
Support Agreements subject to change if system design is modified. For additional details, please review current USDD Warranty Statement and Service
Agreement
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 20 Rev. February 8, 2017
STANDARD TERMS AND CONDITIONS OF SALE (Contract Sales)
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 21 Rev. February 8, 2017
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 22 Rev. February 8, 2017
USDD NEW SYSTEM WARRANTY
1.
warrants that the Products purchased under CONTRACT NO. C18170014
System shall not contain any material defects and shall function in material conformity with the descriptions and
Capitalized terms used herein and not specifically defined in this Warranty shall have the meanings set forth in
the Contract.
2. Hardware Defects. If a Hardware defect arises and a valid claim is made within the Warranty Period, at its option,
USDD will either (1) repair the hardware defect at no charge, using new parts or parts equivalent to new in
performance and reliability or (2) exchange the product with a product that is new or equivalent to new in
performance and reliability and is at least functionally equivalent to the original product. Any replacement product
or part, including a user-installable part that has been installed in accordance with instructions provided by USDD,
shall remain under warranty during the Warranty Period or for 90 days from the date of repair, whichever is later.
becomes the property of USDD. Parts provided by USDD in fulfillment of its warranty obligation must be used in
the System for which warranty service is claimed. Customer shall be responsible for and bear all risks and costs of
shipping any Hardware to USDD for repair. USDD shall be responsible for and bear all risks and costs of returning
any Hardware to Customer after repair or replacement. Replacement Hardware will be returned to Customer
configured as it was when the Hardware was originally purchased, subject to applicable updates.
3. System Maintenance and Support. During the Warranty Period, USDD shall provide Software updates and
mainten
a. Technical phone support Monday through Friday from 08:00 to 17:30 MST, excluding USDD
holidays;
b. Remote access support Monday through Friday from 08:00 to 17:30 MST, excluding USDD holidays;
c.
d. Updates for all System Software, as and when released by USDD.
4. Claims. Prior to making a Warranty claim or requesting Support Services, Customer is encouraged to review
support and describe the problem or defect with specificity. The first such contact must occur during the Warranty
http://stationalerting.com/service-support/. Customer must use its best efforts to assist in diagnosing defects, follow
any further obligation hereunder.
5.
System that causes any fire station served by the System to be incapable of receiving dispatches through all
communications paths, provided however, that any such failure caused by operator error, internet or telephony
re shall
6.
USDD with VPN access or other means for remote access to the System for remote diagnosis. USDD does not
warrant that the operation of the System, Hardware, Software, or any related peripherals will be uninterrupted or
error- failure to follow instructions relating to the
and for its intended purpose. This Warranty does not apply to monitors or televisions manufactured by third parties.
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 23 Rev. February 8, 2017
Recovery and reinstallation of Hardware and user data (including passwords) are not covered under this Warranty.
This Warranty does not apply: (a) to consumable parts, such as batteries, unless damage has occurred due to a defect
in materials or workmanship; (b) to cosmetic damage, including but not limited to scratches, dents and broken
plastic on ports; (c) to damage caused by use with non-USDD products; (d) to damage caused by accident, abuse,
misuse, flood, lightning, fire, earthquake or other external causes; (e) to damage caused by operating the product
outside the permitted or intended uses described by USDD; (f) to damage or failure caused by installation or service
(including upgrades and expansions) performed by anyone who is not a representative of USDD or a USDD
authorized installer or service provider; (g) to a product or part that has been modified to alter functionality or
capability without the written permission of USDD; or (h) if any serial number has been removed or defaced. TO
THE EXTENT PERMITTED BY LAW, THIS WARRANTY AND REMEDIES SET FORTH ABOVE ARE
EXCLUSIVE AND IN LIEU OF ALL OTHER WARRANTIES, REMEDIES AND CONDITIONS, WHETHER
ORAL OR WRITTEN, 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 THIS WARRANTY AND TO
THE EXTENT PERMITTED BY LAW, USDD IS NOT RESPONSIBLE FOR DIRECT, SPECIAL,
INCIDENTAL OR CONSEQUENTIAL DAMAGES RESULTING FROM ANY BREACH OF WARRANTY OR
CONDITION, OR UNDER ANY OTHER LEGAL THEORY, INCLUDING BUT NOT LIMITED TO LOSS OF
USE; LOSS OF REVENUE; LOSS OF THE USE OF MONEY; LOSS OF ANTICIPATED SAVINGS; LOSS OF
GOODWILL; LOSS OF REPUTATION; and LOSS OF, DAMAGE TO OR CORRUPTION OF DATA. USDD IS
NOT RESPONSIBLE FOR ANY INDIRECT LOSS OR DAMAGE HOWSOEVER CAUSED INCLUDING THE
REPLACEMENT OF EQUIPMENT AND PROPERTY, ANY COSTS OF RECOVERING PROGRAMMING OR
REPRODUCING ANY PROGRAM OR DATA STORED OR USED WITH USDD PRODUCTS, AND ANY
FAILURE TO MAINTAIN THE CONFIDENTIALITY OF DATA STORED ON THE PRODUCT. USDD
disclaims any representation that it will be able to repair any Hardware under this Warranty or make a product
exchange without risk to or loss of the programs or data stored thereon.
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 24 Rev. February 8, 2017
USDD SERVICE AGREEMENT
principal place of business at 1835 East Sixth Street, Suite 27, Tempe, Arizona 85281, and the following entity
City of Palo Alto, CA, Palo Alto Fire Department
1. Recitals. The Customer requires USDD to provide software maintenance and hardware repair services for
below) pursuant to the terms, conditions, and limitations of this Agreement. In consideration of the
forgoing, and for other good and valuable consideration, the parties hereby agree to the terms set forth in
this Agreement.
2. Definitions. For purposes of this Agreement, the following terms shall have the following meanings:
a.all have the meaning set forth in Section 7, below;
b.
mobile devices.
c.June 15, 2019, or 18 months from the effective date of
Contract No. C18170014, whichever is later.
d.-mechanical system or sub-system and associated
documentation provided to Customer by USDD, provided however, Hardware shall not include
any televisions or monitors manufactured by third parties;
e.
f.ailure in the materials, workmanship or design of the System
that causes any fire station served by the System to be incapable of receiving dispatches through
all communications paths, provided however, that any such failure caused by operator error,
internet or telephony service outages, misuse or neglect of the System or any cause outside of
g.
h.re programs, including embedded software, firmware, executable code,
linkable object code, and source code, including any updates, modifications, revisions,
customization requested by Customer, copies, documentation, and design data that are licensed to
Customer by USDD;
i.
authorized USDD Reseller under any contract, purchase order, or arrangement that is used
exclusively by Customer as part of its fire station alerting system, provided however, that the term
televisions, routers, switches, operating systems, computer programs, applications, internet and
network connections, and any other parts or items not provided to Customer directly by USDD;
j. the Initial
Term and all Additional Terms, as defined in Section 9, below.
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 25 Rev. February 8, 2017
3. USDD Scope of Services. During the Term of this Agreement, USDD agrees to provide Hardware repair
service and Software updates and maintenance for the System (collectively the
other terms and conditions contained in the Agreement, the Services shall include the following:
a. Technical phone support Monday through Friday from 08:00 to 17:30 MST, excluding USDD
holidays;
b. Remote access support Monday through Friday from 08:00 to 17:30 MST, excluding USDD
holidays;
c.
of a Mission Critical Failure;
d. Updates for all System Software, as and when released by USDD;
e. Twenty-four (24) App licenses per each ATX Station Controller that is part of the System and
covered under this Agreement. Use of the App shall be strictly governed by the Mobile
user at the time the software is
downloaded.
f. Repair of defective or malfunctioning Hardware (not otherwise covered under the USDD warranty
g. Ground shipping for the return of repaired Hardware.
4. Hardware Repairs. If a Hardware component requires repair and a valid claim is made during the Term, at
its option, USDD will, at its principal place of business, either (1) repair the Hardware at no charge, using
new parts or parts equivalent to new in performance and reliability or (2) exchange the Hardware with a
product that is new or equivalent to new in performance and reliability and is at least functionally
equivalent to the original Hardware. When a product or part is exchanged, any replacement item
USDD in fulfillment of the Services must be used in the System to which this Agreement applies.
Customer shall be responsible for and bear all risks and costs of shipping any Hardware to USDD for
repair. USDD shall be responsible for and bear all risks and costs of returning any Hardware to Customer
after repair or replacement. Replacement Hardware will be returned to Customer configured as it was when
the Hardware was originally purchased, subject to applicable updates.
5.
Thereafter, to make a valid claim hereunder, Customer must contact USDD technical support and describe
-
sup
instructions, and fully cooperate in the diagnostic process. Failure to do so shall relieve USDD of any
further obligation hereunder.
6. Limitations. The Services specifically and expressly exclude any repair, software installation, update, or
limited to scratches, dents and broken plastic on ports, alterations or repairs to the System made by any
person other than an authorized USDD representative, failure of environmental controls or improper
environmental conditions,
modification to alter functionality or capability without the written permission of USDD, use with non-
USDD products, any damage caused by fire, flood, vandalism, terrorism, riot, storm, lightning, or other acts
of nature or civil unrest. The Services shall not include disassembly or re-installation of any Hardware at
. The Services shall not include the repair of any Hardware that is determined to be obsolete
replacement of televisions
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 26 Rev. February 8, 2017
or monitors manufactured by third parties. Repair or replacement of such components shall be subject
when Customer is in breach of any obligation to USDD under this Agreement or any other contract.
7. Additional Services by USDD. Except for the Services, all other acts or performances requested or required
addition to all other fees and charges payable by Customer under this Agreement. Additional Services shall
Failure and any Services provided by USDD on a rush basis or during hours not included in the description
of the Services set forth above. Customer shall pay all invoices for Additional Services within 30 days.
Invoices remaining unpaid for more than 30 days shall bear interest at 18% per annum.
8.
appoint a person from its staff to consult with USDD and provide such information, access, description, and
guidance
Customer will ensure that the System Administrator is reasonably available to USDD. USDD may rely on
the direction of the System Administrator in performing its duties hereunder, including without limitation,
direction to provide Additional Services. The Customer may replace the person serving as its System
Administrator only upon prior written notice to USDD. Without limiting the foregoing, Customer will be
responsible for the following:
a. The provision of VPN or other means for remote access to the System for remote access support;
b. The procurement and/or provision of all computers, peripherals, and consumables (collectively
paper, toner and ink necessary for the operation,
testing, troubleshooting, and functionality of the of the System;
c. Any configuration and regular maintenance that is normally undertaken by the user or operator as
described in the operating manual for the Customer Equipment, including the replacement of UPS
batteries as necessary;
d. Providing a stable means of data transmission between the System Gateway and each fire station
serviced by the System necessary for the installation, testing and functionality of the of the
System; such means of data transmission may include, but is not limited to, TCP/IP, data modems,
leased lines, radios, etc;
e.
f. The security and integrity of the System.
9. Ongoing Service Term, Renewal and Termination. The initial term of this Agreement shall begin on the
forth in this Section, Customer may renew this agreement for four (4) additional one-year terms (each an
expiration of the Initial Term or any Additional Term, as the case may be, or by timely payment of the
notice of termination to the other party at least 30 days prior to the expiration of the Initial Term or any
Additional Term. USDD may terminate this Agreement for any breach hereof upon 30 days written notice.
The notice shall specify the nature of the breach. If Customer fails to cure the breach within 30 days, this
Agreement shall be terminated. Notwithstanding the foregoing, USDD may terminate this Agreement
immediately upon non-payment of any sum due from Customer under this Agreement or any other
contract. Upon termination of this Agreement, all sums previously paid to USDD shall be nonrefundable.
10. Annual Fees. On
Customer shall pay USDD an Annual Fee in advance for the Services and to be delivered hereunder (the
umulative sales price of all Hardware,
Software, and other tangible goods or equipment provided to Customer at any time under any
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 27 Rev. February 8, 2017
Amount is cumulative and will increase by the purchase price of all Software, Hardware and Services
purchased in the future. USDD may calculate the Base Amount, determine the Annual Fee and invoice
Customer therefore 45 days prior to the subject Due Date. Customer shall pay the Annual Fee on or before
the Due Date or 30 days after the date of the invoice, whichever is later. Invoices remaining unpaid shall
bear interest at 18% per annum. Annual Fees are nonrefundable.
11. Limited Warranty. USDD warrants that the Services performed hereunder will be carried out with due care
and attention by qualified personnel. Defective Hardware subject to repair hereunder will be repaired to
good working order. TO THE EXTENT PERMITTED BY LAW, THIS WARRANTY AND REMEDIES
SET FORTH ABOVE ARE EXCLUSIVE AND IN LIEU OF ALL OTHER WARRANTIES, REMEDIES
AND CONDITIONS, WHETHER ORAL OR WRITTEN, 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 THIS WARRANTY AND TO THE
EXTENT PERMITTED BY LAW, USDD IS NOT RESPONSIBLE FOR DIRECT, SPECIAL,
INCIDENTAL OR CONSEQUENTIAL DAMAGES RESULTING FROM ANY BREACH OF
WARRANTY OR CONDITION, OR UNDER ANY OTHER LEGAL THEORY, INCLUDING BUT
NOT LIMITED TO LOSS OF USE; LOSS OF REVENUE; LOSS OF THE USE OF MONEY; LOSS OF
ANTICIPATED SAVINGS; LOSS OF GOODWILL; LOSS OF REPUTATION; and LOSS OF,
DAMAGE TO OR CORRUPTION OF DATA. USDD IS NOT RESPONSIBLE FOR ANY INDIRECT
LOSS OR DAMAGE HOWSOEVER CAUSED INCLUDING THE REPLACEMENT OF EQUIPMENT
AND PROPERTY, ANY COSTS OF RECOVERING PROGRAMMING OR REPRODUCING ANY
PROGRAM OR DATA STORED OR USED WITH USDD PRODUCTS, AND ANY FAILURE TO
MAINTAIN THE CONFIDENTIALITY OF DATA STORED ON THE PRODUCT. USDD disclaims any
representation that it will be able to repair any hardware under this warranty or make a product exchange
without risk to or loss of the programs or data stored thereon.
12. Arbitration. If the Parties are unable to informally resolve any dispute arising out of this Agreement either
during or after its Term, including the question as to whether any particular matter is subject to arbitration,
the parties agree to submit the matter to binding arbitration. In the event the parties have not agreed upon
an arbitrator within 20 days after either party has demanded arbitration in writing, either party may file a
demand for arbitration with the Phoenix regional office of the American Arbitration Association ("AAA")
and a single arbitrator shall be appointed in accordance with the then existing Commercial Arbitration
Rules of the AAA. Discovery may be 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 insure that this purpose is
preserved. The dispute between the parties shall be submitted for determination within 60 days after the
arbitrator has been selected. The decision of the arbitrator shall be rendered within 30 days after the
conclusion of the arbitration hearing. The decision of the arbitrator shall be in writing and shall specify the
factual and legal basis for the decision. Upon stipulation of the parties, or upon a showing of good cause by
either party, the arbitrator may lengthen or shorten the time periods set forth herein for conducting the
hearing or for rendering a decision. The decision of the arbitrator shall be final and binding upon the
parties. Judgment to enforce the decision of the arbitrator, whether for legal or equitable relief, may be
entered in any court having jurisdiction thereof, and the parties hereto expressly and irrevocably consent to
the jurisdiction of the Maricopa County Superior Court of Arizona for such purpose. The arbitrator shall
conduct all proceedings pursuant to the then existing Commercial Arbitration Rules of the AAA, to the
extent such rules are not inconsistent with the provisions of this Section. In the event a dispute is submitted
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 28 Rev. February 8, 2017
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, except for disclosures of information required by applicable
law or regulation.
13. Force Majeure.
act, omission, or failure to fulfill its obligations under this Agreement if
such act, omission or failure arises from any cause beyond its control including acts of nature, strikes,
lockouts, riots, acts of war, acts of terrorism, epidemics, governmental action after the date of this
Agreement, fire communication line failures, power failures, earthquakes or other disasters. The party
unable to fulfill its obligations due to Force Majeure will immediately:
a. Notify the other in writing of the reasons for its failure to fulfill its obligations and the effect of
such failure; and
b. Use all responsible endeavors to avoid or remove the cause and perform its obligations.
14. Headings and Usage. The headings, captions, and section numbers contained herein are provided for
convenience only and are not part of the terms of this Agreement. When the context of the words used in
this Agreement indicate that such is the intent, words in the singular shall include the plural, and vice versa,
and the references to the masculine, feminine or neuter shall be construed as the gender of the person,
persons, entity or entities actually referred to require.
15. Waiver. No failure or delay, in any one or more instances, to enforce or require strict compliance with any
term of this Agreement shall be deemed to be a waiver of such term nor shall such failure or delay be
deemed a waiver of any other breach of any other term contained in this Agreement.
16. Governing Law; Parties in Interest. This Agreement will be governed by and construed according to the
laws of the State of Arizona without regard to conflicts of law principles and will bind and inure to the
benefit of the successors and assigns of the parties.
17. Execution in Counterparts. This Agreement may be executed in counterparts, all of which taken together
shall be deemed one original. The date of this Agreement shall be the latest date on which any party
executes this Agreement.
18. Entire Agreement. This Agreement contains the entire understanding between the parties, and supersedes
any prior understandings and agreements between or among them with respect to the subject matter hereof.
This Agreement may not be amended, altered, or changed except by the express written agreement of the
parties.
19. Joint Effort. This Agreement has been drafted through the joint efforts of the parties and shall not be
construed against any party on the basis that such party is the drafter of this Agreement or any term thereof.
20. Savings Clause. In the event any part, provision, or term of this Agreement is deemed to be illegal or
unenforceable, this Agreement shall be construed as if such unenforceable part, provision, or term had not
been included herein. Such illegal or unenforceable part, provision, or term shall be deemed revised to the
extent necessary to cure its defect and such revision and the remainder of the Agreement shall be and
remain in full force and effect.
21. Images and Testimonials. During the term of this Service Agreement, Customer agrees that USDD may
take, make or obtain images, pictures, photographs, commentary, and video and audio recordings of
in whole or in part, either digitally or in
Customer to provide testimonials, endorsements, feedback or other written or oral comments concerning
Custome
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 29 Rev. February 8, 2017
discretion and agrees that all such Images and Testimonials shall remain the property of USDD and may be
used and exploited in any media format.
22. Customer Representative. The undersigned representative of Customer hereby represents and warrants that
s/he has the authority to bind Customer and that the execution, delivery and performance by Customer
under this Agreement will not violate the provisions of any law, rule, regulation or policy, and will not
conflict with or result in the breach or termination or constitute a default under any agreement or instrument
to which Customer is a party.
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 30 Rev. February 8, 2017
EXHIBIT B
SCHEDULE OF PERFORMANCE
CONTRACTOR shall perform the Services according to the following schedule:
Installation for Fire Stations 1, 2, 4, 5, 6 & 8 shall be completed by March 30, 2018. Installation of Fire Station 3,
(Determined by completion of construction) shall be completed by late summer 2018.
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 31 Rev. February 8, 2017
EXHIBIT C
SCHEDULE OF FEES
CITY shall pay CONTRACTOR according to the following rate schedule. The maximum amount of compensation
to be paid to CONTRACTOR, including both payment for services and reimbursable expenses, shall not exceed the
amounts set forth in Sections 5 and 6 of the Agreement. Any services provided or hours worked for which payment
would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to CITY.
DISPATCH-LEVELSUBTOTAL $ 44,174.34
Includes:PRIMARY DISPATCH G2 FSA SYSTEM :$ 44,174.34
PRIMARY DISPATCH MOBILE APP SERVICE : $-
PRIMARY DISPATCH MAPPING SERVICE : $-
PRIMARY DISPATCH WARRANTY & SUPPORT : $-
Notes:
STATION-LEVELSUBTOTAL $ 258,848.30
Includes:STATION 01 SYSTEM:
PPORT: $-
Includes:STATION 02 SYSTEM:43,892.66
PPORT: $-
Includes:STATION 03 SYSTEM:35,122.77
PPORT: $-
Includes:STATION 04 SYSTEM:36,831.92
PPORT: $-
Includes:STATION 05 SYSTEM:35,877.19
PPORT: $-
Includes:STATION 06 SYSTEM:34,739.17
PPORT: $-
Includes:STATION 08 SYSTEM:32,008.15
PPORT: $-
US Digital Designs System Total $ 303,022.64
[Pricing per Public Procurement Authority (PPA), Master Price Agreement (MPA) and available to members of
National Purchase Partners, LLC dba FireRescueGPO, dba Public Safety GPO, dba Law Enforcement GPO and dba
NPPGov - more information available at https://www.nppgov.com/vendors/us-digital-designs/]. CITY OF PALO
ALTO IS MEMBER # 362960, PALO ALTO FIRE DEPARTMENT IS MEMBER #031438
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 32 Rev. February 8, 2017
EXHIBIT D
INSURANCE REQUIREMENTS
CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE
CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW,
-:VII, OR HIGHER, LICENSED OR
AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA.
AWARD IS CO
REQUIRED TYPE OF COVERAGE REQUIREMENT
MINIMUM LIMITS
EACH
OCCURRENCE AGGREGATE
YES
YES
STATUTORY
STATUTORY
YES GENERAL LIABILITY, INCLUDING
PERSONAL INJURY, BROAD FORM
PROPERTY DAMAGE BLANKET
CONTRACTUAL, AND FIRE LEGAL
LIABILITY
BODILY INJURY
PROPERTY DAMAGE
BODILY INJURY & PROPERTY
DAMAGE COMBINED.
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
YES AUTOMOBILE LIABILITY,
INCLUDING ALL OWNED, HIRED,
NON-OWNED
BODILY INJURY
-EACH PERSON
- EACH OCCURRENCE
PROPERTY DAMAGE
BODILY INJURY AND PROPERTY
DAMAGE, COMBINED
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
$1,000,000
NO
PROFESSIONAL LIABILITY,
INCLUDING, ERRORS AND
OMISSIONS, MALPRACTICE (WHEN
APPLICABLE), AND NEGLIGENT
PERFORMANCE ALL DAMAGES $1,000,000
YES THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT
ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND
EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE
INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND
ITS SUBCONSULTANTS, IF ANY, BUT
NAMING AS
ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES.
I. INSURANCE COVERAGE MUST INCLUDE:
A. A PROVISION FOR A WRITTEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN
COVERAGE OR OF COVERAGE CANCELLATION; AND
B. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR
C.PRIOR APPROVAL.
II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE.
III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO
A. PRIMARY COVERAGE
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 33 Rev. February 8, 2017
WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS
AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY
OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS.
B. CROSS LIABILITY
THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY
SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER,
BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE
TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY.
C. NOTICE OF CANCELLATION
1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON
OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL
PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE
EFFECTIVE DATE OF CANCELLATION.
2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON-
PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A
TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION.
NOTICES SHALL BE MAILED TO:
PURCHASING AND
CONTRACT ADMINISTRATION
CITY OF PALO ALTO
P.O. BOX 10250
PALO ALTO, CA 94303
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 34 Rev. February 8, 2017
customers and people who do business with the City, including, without limitation,
vendors, utility customers, library patrons and other individuals and businesses, who are
required to share such information with the City, as a condition of receiving services
from the City or selling goods and services to the City, including, without limitation, the
Software as a Service services provider (the CONTRACTOR ) and its subcontractors, if
any, including, without limitation, any Information Technology (IT ) infrastructure
services provider, shall design, install, provide, and maintain a secure IT environment,
described below, while it renders and performs the Services and furnishes goods, if any,
described in the Statement of Work, Exhibit B, to the extent any scope of work
implicates the confidentiality and privacy of the personal information of the City s
customers. The CONTRACTOR shall fulfill the data and information security
requirements (the Requirements ) set forth in Part A below.
A secure IT environment includes: (a) the IT infrastructure, by which the Services are
provided to the City, including connection to the City's IT systems; (b) the
CONTRACTOR s operations and maintenance processes needed to support the
environment, including disaster recovery and business continuity planning; and (c) the IT
infrastructure performance monitoring services to ensure a secure and reliable
environment and service availability to the City. IT infrastructure refers to the
integrated framework, including, without limitation, data centers, computers, and
database management devices, upon which digital networks operate.
In the event that, after the Effective Date, the CONTRACTOR reasonably determines that
it cannot fulfill the Requirements, the CONTRACTOR shall promptly inform the City of its
determination and submit, in writing, one or more alternate countermeasure options to
the Requirements (the Alternate Requirements as set forth in Part B), which may be
accepted or rejected in the reasonable satisfaction of the Information Security Manager
(the ISM ).
This Exhibit
Software as a Se
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 35 Rev. February 8, 2017
Part A. Requirements:
The CONTRACTOR shall at all times during the term of any contract between the City
and the CONTRACTOR:
(a) Appoint or designate an employee, preferably an executive officer, as the
security liaison to the City with respect to the Services to be performed under
this Agreement.
(b) Provide a full and complete response to the City s Supplier Security and Privacy
Assessment Questionnaire (the Questionnaire ) to the ISM, and also report any
major nonconformance to the Requirements, as and when requested. The
response shall include a detailed implementation plan of required
countermeasures, which the City requires the CONTRACTOR to adopt as
countermeasures in the performance of the Services. In addition, as of the
annual anniversary date of this Agreement the CONTRACTOR shall report to the
City, in writing, any major changes to the IT infrastructure.
(c) Have adopted and implemented information security and privacy policies that
are documented, are accessible to the City and conform to ISO 27001/2
Information Security Management Systems (ISMS) Standards. See the following:
http://www.iso.org/iso/home/store/catalogue_tc/catalogue_detail.htm?csnumb
er=42103
http://www.iso.org/iso/iso_catalogue/catalogue_tc/catalogue_detail.htm?csnu
mber=50297
(d) Conduct routine data and information security compliance training of its
personnel that is appropriate to their role.
(e) Develop and maintain detailed documentation of the IT infrastructure, including
software versions and patch levels.
(f) Develop an independently verifiable process, consistent with industry standards,
for performing professional and criminal background checks of its employees
that (1) would permit verification of employees personal identity and
employment status, and (2) would enable the immediate denial of access to the
City's confidential data and information by any of its employees who no longer
would require access to that information or who are terminated.
(g) Provide a list of IT infrastructure components in order to verify whether the
CONTRACTOR has met or has failed to meet any objective terms and conditions.
For purposes of this section, Contractor shall only provide a list of customer
owned (Contractor provided) IT infrastructure components and any third party
hosted virtual components (such as the App server or Mapping server).
(h) Implement access accountability (identification and authentication) architecture
and support role
mechanisms for all personnel, systems and software used to provide the
than one individual to complete a security task in order to promote the
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 36 Rev. February 8, 2017
detection and prevention of fraud and errors.
(i) Assist the City in undertaking annually an assessment of customer owned
(Contractor provided) elements only to assure that: (1) all elements of the
Services environment design and deployment are known to the City, and (2) it
has implemented measures in accordance with industry best practices applicable
to secure coding and secure IT architecture.
(j) Provide and maintain secure intersystem communication paths that would
ensure the confidentiality, integrity and availability of the City's information.
(k) Deploy and maintain IT system upgrades, patches and configurations conforming
to current patch and/or release levels by not later than one (1) week after its
date of release. Contractor will use its best efforts to apply critical security
patches to the System within one (1) week of release and verification that there
will be no unintended impact on existing customer systems
(l) Provide for the timely detection of, response to, and the reporting of security
incidents, including ongoing incident monitoring with logging.
(m) Notify the City within one (1) hour of detecting a security incident that results in
the unauthorized access to or the misuse of the City's confidential data and
information.
(n) Inform the City that any third party service provider(s) meet(s) all of the
Requirements.
(o)Perform security selfaudits on a regular basis and not less frequently than on a
quarterly basis, and provide the required summary reports of those selfaudits to
the ISM on the annual anniversary date or any other date agreed to by the
Parties. This section is not applicable to Contractor.
(p) Accommodate, as practicable, and upon reasonable prior notice by the City, the
City s performance of random site security audits at the CONTRACTOR s site(s),
including the site(s) of a third party service provider(s), as applicable. The scope
of these audits will extend to the CONTRACTOR s and its third party service
provider(s) awareness of security policies and practices, systems configurations,
access authentication and authorization, and incident detection and response.
This section is not applicable to Contractor.
(q)Cooperate with the City to ensure that to the extent required by applicable laws,
rules and regulations, the Confidential Information will be accessible only by the
CONTRACTOR and any authorized third party service provider s personnel.
(r) Contractor will perform regular backup of systems operated by Contractor (such
as cloudhosted services and inhouse servers). City is responsible for saving any
backups generated by customerowned (Contractorprovided) systems.
(s) Maintain records relating to the Services for a period of three (3) years after the
expiration or earlier termination of this Agreement and in a mutually agreeable
storage medium. Within thirty (30) days after the effective date of expiration or
earlier termination of this Agreement, all of those records relating to the
performance of the Services shall be provided to the ISM.
(t)Maintain the Confidential Information in accordance with applicable federal,
state and local data and information privacy laws, rules and regulations.
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
City of Palo Alto General Services Agreement 37 Rev. February 8, 2017
(u) Encrypt the Confidential Information before delivering the same by electronic
mail to the City and or any authorized recipient. This section is not applicable to
Contractor.
(v)Unless otherwise addressed in the Agreement, shall not hold the City liable for
any direct, indirect or punitive damages whatsoever including, without
limitation, damages for loss of use, data or profits, arising out of or in any way
infrastructure communications.
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
Info
Release and
Release Date
Document Cl
orma
Version:
e:
assification:
atioon P
1st
31
Ne
Priva
Release, Ver
January, 201
eed to Know
acy
rsion 2.2
13
Pollicy
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
Information P
Version 2.2
CONTEN
DOCUMENT
CHANGE RE
APPROVAL.
DISTRIBUTIO
1. OBJE
A)INTEN
B)SCOP
C)CONS
D)EXCE
E)MUNIC
2. RESP
A)RESP
B) RESP
C) RESP
D)RESP
E)RESP
3. PRIVA
A)OVER
B)PERSO
C)METH
D)UTILIT
E)PUBLI
F)ACCE
G)SECU
H)DATA
I)SOFTW
J)FAIRA
4. CONT
Privacy Policy
TS
CONTROLS...
ECORD ..........
.....................
ON ................
ECTIVE...........
NT ..................
E ..................
SEQUENCES....
PTIONS..........
CIPAL ORDINAN
PONSIBILITIES
ONSIBILITY OF
ONSIBILITY OF
ONSIBILITY OF
ONSIBILITY OF
ONSIBILITY OF
ACY POLICY ..
RVIEW ............
ONAL INFORMA
ODS OF COLLE
TIES SERVICE .
C DISCLOSUR
SS TO PERSON
RITY,CONFIDE
RETENTION /I
WARE AS A SE
AND ACCURAT
TACTS ...........
y
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
NCE...............
OF CITY STAF
CIO AND ISM
INFORMATION
USERS .........
F INFORMATION
F AUTHORIZATI
.....................
.....................
ATION AND CH
ECTION OF PER
.....................
E...................
NAL INFORMAT
ENTIALITY AND
INFORMATION
RVICE (SAAS)
E CREDIT TRA
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
F ...................
M ....................
N SECURITY ST
.....................
N TECHNOLOGY
ON COORDINA
.....................
.....................
OICE..............
RSONAL INFOR
.....................
.....................
TION ...............
NON-DISCLOS
RETENTION ...
)OVERSIGHT ..
ANSACTION ACT
.....................
......................
......................
......................
......................
......................
......................
......................
......................
......................
......................
......................
......................
TEERING COMM
......................
Y (IT) MANAGE
ATION .............
......................
......................
......................
RMATION .........
......................
......................
......................
SURE .............
......................
......................
T OF 2003 (FA
......................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
MITTEE ..........
.....................
ERS ...............
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
ACT) .............
.....................
In
Informa
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
City of
nformation Te
ation Security
Pa
31 Janua
......................
......................
......................
......................
......................
.....................
.....................
.....................
.....................
.....................
......................
.....................
.....................
.....................
.....................
.....................
......................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
.....................
......................
Palo Alto
chnology
Services
age 1 of 8
ary, 2013
............ 2
............ 2
............ 2
............ 2
............ 3
............ 3
............ 3
............ 3
............ 3
............ 4
............ 4
............ 4
............ 4
............ 4
............ 5
............ 5
............ 5
............ 5
............ 5
............ 5
............ 6
............ 6
............ 6
............ 6
............ 7
............ 7
............ 7
............ 8
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
Information P
Version 2.2
DOCUME
CHANGE
APPROVA
DISTRIBU
Privacy Policy
ENT CONT
Documen
Location
Documen
Documen
Contributo
E RECORD
Date
12-Jul-12
26-Sep-12
09-Nov-12
19-Nov-12
22-Nov-12
26-Nov-12
6-Dec-12
14-Jan-13
31-Jan-13
VAL
Date
06-Dec-12
06-Dec-12
06-Dec-12
14-Jan-13
14-Jan-13
UTION
Name
City of Pa
Providers
y
TROLS
nt Title
nt Author
nt Manager
ors
D
Author
Raj Pat
2 Raj Pat
2 Raj Pat
2 Raj Pat
2 Raj Pat
2 Raj Pat
Raj Pat
3 Raj Pat
3 Raj Pat
Name
2 Raj Pate
2 Jonatha
2 Tom Auz
3 Grant Ko
3 Informat
Steering
alo Alto Emplo
, Residents a
Informatio
City of Pa
Raj Patel
Raj Patel
Jonathan
Joe Black
r Versi
tel 0.01
tel 1.0
tel 1.5
tel 1.6
tel 1.7
tel 1.8
tel 1.92
tel 2.0
tel 2.2
el
n Reichental
zenne
olling
tion Security
g Committee
oyees, Servic
and Businesse
on Privacy Po
alo Alto Webs
Reichental,
kwell, Grant K
on Chang
First d
First d
Update
Additio
Revise
Revise
Reiche
Revise
Jonath
Revise
Grant
Revise
from In
Comm
Role
Informa
Manag
Techno
CIO; In
Techno
Assista
Utilities
Senior
Attorne
Office
Sponso
Lo
ce
es
Cit
Sh
olicy
ite and Share
Shiva Swam
Kolling
ge Reference
draft develope
draft released
ed first draft f
onal updates
ed table of co
ed followed b
ental and Tom
ed according
han Reichenta
ed according
Kolling
ed according
nformation Se
mittee
ation Security
ger; Informatio
ology Departm
nformation
ology Departm
ant Director,
s Department
r Assistant Cit
ey; City Attorn
or
ocation
ty of Palo Alto
harePoint
In
Informa
ePoint
minathan, Tom
e
ed
for review
for review
as identified
ontent
y review from
m Auzenne
to comments
al
to comments
to recommen
ecurity Steeri
Com
y
on
ment
Appr
ment
Appr
t
Appr
ty
ney’s
Appr
Appr
o Website an
City of
nformation Te
ation Security
Pa
31 Janua
m Auzenne,
m Jonathan
s from
s from
ndations
ng
mments
roved
roved
roved
roved
roved
d
Palo Alto
chnology
Services
age 2 of 8
ary, 2013
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
Information P
Version 2.2
1.O
The C
Palo
provi
appro
finan
busin
local
indus
1798
some
busin
Califo
to en
Prote
busin
provi
“Pers
“Info
in thi
A)I
The C
perso
of me
perso
the C
and s
polic
Infor
The g
all us
secu
and s
comp
B)S
The
requ
inform
confo
C)C
The C
their
Privacy Policy
Objective
City of Palo A
Alto. In prom
isions of the C
opriate meas
ncial) informat
ness as a loca
authorities a
stry best prac
8.24, 1798.79
e of these pro
ness in a man
ornia laws. Th
nsure the ong
ected Critical
ness with the
ide services.
sonally Identif
rmation”) are
s Policy by re
INTENT
City, acting in
ons who do b
eans, includin
ons accessing
City’s staff and
security of the
ies, rules, reg
mation is coll
goals and obj
sers having a
rity of databa
security of the
pliance with le
SCOPE
Policy will gu
ired to protec
mation data a
orm their perf
CONSEQUENCE
City’s employ
work implicat
y
e
Alto (the “City”
moting the qua
California Pub
ures to safeg
tion of person
al governmen
nd reflected i
ctices, includin
.8(b), 1798.80
ovisions do no
nner which pr
he objective o
oing protectio
Infrastructure
City and rece
The terms “P
fiable Informa
defined in the
eference.
n its governme
business with
ng, without lim
g the City’s w
d/or authorize
e Information
gulations and
ected, stored
jectives of the
ccess to the C
ase informatio
e Information
egal and regu
ide the City’s
ct the confiden
are intended t
formances to
ES
yees shall com
tes access to
”) strives to p
ality of life of t
blic Records A
uard the secu
ns, collected in
nt agency. Th
n federal and
ng, without lim
0(e), 1798.81
ot apply to loc
omotes the p
of this Policy i
on of the Pers
e Informationa
eiving service
Personal Infor
ation” and “Pe
e California C
ental and pro
or receive se
mitation, from
website, and p
ed third-party
collected by
procedures,
and utilized i
e Policy are: (
City’s applica
on assets own
provided to t
ulatory require
staff and, ind
ntiality and pr
to be covered
the Policy sh
mply with the
the Informati
romote and s
these persons
Act, California
urity and priva
n the ordinary
ese measure
d California law
mitation, the p
.5, 1798.82(e
cal governme
rivacy of pers
is to describe
sonal Informa
and Personal
es from the Ci
rmation,” “Pro
ersonally Iden
Civil Code sec
prietary capa
ervices from th
persons appl
persons who a
contractors. T
the City. The
and industry
in compliance
(a) a safe, pro
tions and dat
ned by, or ent
he City’s staff
ements.
directly, third p
ivacy of the In
d by the Policy
ould they enj
Policy in the
ion referred to
sustain a supe
s, it is the pol
a Governmen
acy of the per
y course and
es are genera
ws, the City’s
provisions of C
e), 1798.83(e
nt agencies li
sonal informa
e the City’s da
ation, Persona
ly Identifying
ity or a third p
otected Critica
ntifying Inform
ctions, referre
acities, collect
he City. The I
lying to receiv
access other
The City is co
City acknow
best practice
e with applica
oductive, and
tabases; (b) th
trusted to, the
ff and third pa
party contract
nformation of
y and which w
oy conditiona
execution of
o in this Polic
In
Informa
erior quality o
icy of the City
nt Code §§ 62
rsonal (includ
scope of con
lly observed b
s rules and re
California Civ
e)(7), and 179
ike the City, t
ation, as reflec
ata security go
ally Identifiabl
Information o
party under co
al Infrastructu
mation” (collec
ed to above, a
ts the Informa
Information is
ve services p
information p
ommitted to p
ledges federa
es are dedicat
able laws.
inoffensive w
he appropriat
e City; (c) the
arty contractor
tors, which ar
f the persons
will be advised
al access to th
their official d
cy. A failure to
City of
nformation Te
ation Security
Pa
31 Janua
of life for perso
y, consistent w
250 – 6270, to
ding, without l
nducting the C
by federal, sta
gulations, an
vil Code §§ 17
98.92(c). Thou
the City will co
cted in federa
oals and obje
le Information
of persons do
ontract to the
ure Informatio
ctively, the
and are incorp
ation pertainin
s collected by
rovided by th
portals mainta
protecting the
al and Califor
ted to ensurin
work environm
te maintenanc
controlled ac
rs; and (d) fai
re by contract
whose perso
d by City staf
hat informatio
duties to the e
o comply may
Palo Alto
chnology
Services
age 3 of 8
ary, 2013
ons in
with the
o take
imitation,
City’s
ate and
d
798.3(a),
ugh
onduct
al and
ectives,
n,
oing
City to
on”,
porated
ng to
a variety
e City,
ained by
privacy
nia laws,
ng the
ment for
ce and
ccess
ithful
t
onal
ff to
on.
extent
y result in
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
Information P
Version 2.2
empl
D)E
In the
Polic
exce
“ISM
as m
acco
form
stora
will c
the re
and h
by th
E)M
This
2. RE
A)R
The C
coord
The C
party
perfo
The
and t
in de
respo
incid
depa
Non-
inclu
B)R
The
draw
for a
initia
plann
addre
Privacy Policy
loyment and/o
EXCEPTIONS
e event that a
cy, the employ
ption request
”). The empl
may be reques
ordance with g
by the City A
age, access, r
consult with th
equest, the e
his or her sup
he CIO, acting
MUNICIPAL OR
Policy will su
SPONSIB
RESPONSIBILIT
CIO, acting b
dinate the imp
City’s employ
y contractors
ormance of th
ISM will be re
the effectiven
etailed, audita
onsible for the
ents that aris
artment-specif
-Disclosure A
ding, without
RESPONSIBILIT
Information S
wn from the va
ll information
tives and acti
ning processe
essed at the a
y
or legal conse
a City employ
yee may requ
t will be review
oyee, with the
sted by the IS
guidelines app
Attorney. The P
retention, usa
he CIO to app
xception requ
pervisor. The
g by the ISM.
RDINANCE
persede any
BILITIES O
TY OF CIO AND
y the ISM, wi
plementation
yees, in partic
under contrac
eir job respon
esponsible for
ness of the Po
ble technical
e City’s IT env
e in regard to
fic policies an
greements (N
limitation, loc
TY OF INFORMA
Security Steer
arious City de
security effor
ivities. The IS
es to ensure t
appropriate C
equences.
ee cannot ful
est an excep
wed and adm
e approval of
M. The ISM w
proved by the
Policy’s guide
age, and prote
prove or deny
uest dispositio
approval of a
City policy, ru
OF CITY S
D ISM
ll establish an
of information
cular, software
ct to the City t
nsibilities.
r: (a) develop
olicy; (c) the d
requirements
vironments; (
o potential vio
nd procedures
NDAs) signed
cal or ‘cloud-b
ATION SECURI
ring Committe
partments, w
rts, including
SSC will provid
that informatio
City departme
ly comply with
tion by subm
ministered by t
his or her su
will conduct a
e City’s Chief
elines will incl
ection of the I
the exception
on will be com
ny request m
ule, regulation
STAFF
n information
n security me
e application
to provide ser
ing and upda
development o
s, which will b
d) assisting th
lations of the
s which fall un
by third party
based’ softwa
TY STEERING
ee (the “ISSC
will provide the
key informatio
de input to th
on security ris
nt level.
h one or more
itting Security
the City’s Info
pervisor, will
a risk assessm
Information O
lude at a mini
nformation id
n request. Af
mmunicated, i
may be subjec
n or procedur
security man
easures by the
users and da
rvices, shall b
ating the Polic
of privacy sta
be designed a
he City’s staff
Policy; (e) re
nder the purv
y contractors
are services to
COMMITTEE
”), which is co
e primary dire
on security an
e information
sks are adequ
In
Informa
e element(s)
y Exception R
ormation Secu
provide any a
ment of the re
Officer (“CIO”
imum: purpos
dentified in the
fter due cons
in writing, to t
ct to counterm
re regarding i
nagement fram
e City’s gove
atabase users
by guided by
cy, (b) enforci
andards that w
and maintaine
ff in evaluating
eviewing and
view of this Po
, which will pr
o the City.
omprised of t
ection, prioritiz
nd privacy ris
n security and
uately consid
City of
nformation Te
ation Security
Pa
31 Janua
described in
Request.The
urity Manager
additional info
quested exce
) and approve
se, source, co
e request. The
ideration is gi
the City emplo
measures esta
nformation pr
mework to init
rnment.
s, and, indirec
this Policy in
ng complianc
will manifest t
ed by the pers
g security and
approving
olicy; and (f) r
rovide service
he City’s emp
zation and ap
sks, programs
privacy strat
ered, assess
Palo Alto
chnology
Services
age 4 of 8
ary, 2013
this
r (the
ormation
eption in
ed as to
ollection,
e ISM
iven to
oyee
ablished
rivacy.
tiate and
ctly, third
the
ce with
he Policy
sons
d privacy
reviewing
es,
ployees,
pproval
s,
tegic
ed and
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
Information P
Version 2.2
C) R
All au
proce
D) R
The C
City’s
comp
intern
E)R
The
(NDA
the S
exec
contr
objec
by th
occu
The C
appro
3. PR
A) O
The
Infor
by,o
contr
activ
other
The t
other
desig
inform
comp
main
confi
third
B) P
Exce
doing
perso
as a
Privacy Policy
RESPONSIBILIT
uthorized use
esses and tec
RESPONSIBILIT
City’s IT Man
s networks, w
pliance with th
nal reporting
RESPONSIBILIT
ISM will ensu
A), whenever
Software as a
cuted prior to t
ractors. The C
ctives, policie
he ISM at plan
rred.
CIO, acting b
opriate, comm
IVACY PO
OVERVIEW
Policy applies
mation of per
or entrusted to
ractors under
ities include,
r networks, sy
term “informa
r related orga
gned, implem
mation assets
promise, and
ntain informati
dentiality, inte
parties.
PERSONAL INF
ept as permitte
g business wi
on has conse
local governm
y
TY OF USERS
ers of the Info
chnologies wi
TY OF INFORMA
agers, who a
will be respons
he City’s infor
of events that
TY OF AUTHOR
ure that the Ci
access to the
Service (Saa
the sharing of
City’s approac
s, processes
nned intervals
y the ISM, wi
mencing from
OLICY
s to activities
rsons doing b
o, the City and
contract to th
without limita
ystems, or de
ation assets” a
anizations whi
ented, and m
s. The City’s s
inappropriate
ion managem
egrity, and av
FORMATION AN
ed or provide
ith the City, o
ented to the C
ment agency
rmation will b
ithin the scop
ATION TECHNO
re responsibl
sible for confi
rmation secur
t may have co
RIZATION COOR
ity’s employee
e Information
aS) Security a
f the Informat
ch to managin
, and procedu
s, or wheneve
ll review and
the date of it
that involve t
usiness with t
d will be mad
he City to pro
ation, accessin
evices.
also includes
ile those asse
maintained to e
staff will act to
e disclosure o
ment systems,
vailability of its
ND CHOICE
d by applicab
r receiving se
City’s sharing o
with third par
be responsible
e of responsi
OLOGY (IT) MA
e for internal,
guring, maint
rity and privac
ompromised
RDINATION
es secure the
will be grante
and Privacy T
tion of person
ng information
ures for inform
er significant c
recommend
ts adoption.
he use of the
the City or re
e available to
vide Software
ng the Interne
the personal
ets are under
ensure that o
o protect its in
or alteration. T
networks an
s information
ble laws, the C
ervices from th
of such inform
rties under co
e for complyin
ibility of each
ANAGERS
, external, dir
taining and se
cy policies. T
network, syst
e execution of
ed to third par
Terms and Co
ns covered by
n security and
mation securit
changes to se
changes to th
e City’s inform
ceiving servic
o the City’s em
e as a Service
et, using e-ma
information o
the City’s con
nly authorize
nformation as
The City will p
nd processes
assets to the
City will not sh
he City, in vio
mation during
ontract to the C
In
Informa
ng with inform
user.
rect and indire
ecuring the C
hey are also
tem or data s
f Non-Disclos
rty contractor
onditions. An
y this Policy w
d its impleme
ty) will be rev
ecurity implem
he Policy ann
mation assets,
ces from the C
mployees and
e consulting s
ail, accessing
of the City’s e
ntrol. Securit
d persons wil
ssets from the
plan, design,
in order to as
e City’s emplo
hare the Infor
olation of this
the conduct
City to provid
City of
nformation Te
ation Security
Pa
31 Janua
mation privacy
ect connection
City’s IT netwo
responsible fo
ecurity.
sure Agreeme
rs, in conjunct
NDA must be
with third party
entation (i.e.
viewed indepe
mentation hav
nually, or as
namely, the
City, which ar
d third party
services. The
g the City’s int
employees an
ty measures w
ll enjoy acces
eft, damage, l
implement an
ssure the app
oyees and aut
rmation of any
Policy, unles
of the City’s b
e services.
Palo Alto
chnology
Services
age 5 of 8
ary, 2013
y
ns to the
orks in
or timely
ents
tion with
e
y
endently
ve
re owned
se
tranet or
nd any
will be
ss to the
oss,
nd
ropriate
thorized
y person
ss that
business
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
Information P
Version 2.2
C)M
The C
colle
busin
may
and w
forma
The C
site m
City w
the In
the b
Inter
the u
comp
their
on hi
sites
D)U
In the
Depa
custo
Utiliti
apply
other
with
Busin
have
mont
resid
and/o
the s
Busin
cove
Infor
E)P
The
could
unles
F)A
The C
acce
affec
Privacy Policy
METHODS OF C
City may gath
ction of such
ness as a loca
be gathered
with other tec
ation in order
City’s staff wi
may use “coo
will note that
nternet Protoc
browser softw
net address o
user’s comput
promise the u
computers by
is or her com
.
UTILITIES SERV
e provision of
artment (“CPA
omers. To the
ies Rules and
y; provided, h
rwise directed
other City dep
nesses and re
e secure acce
thly utility usa
dents with non
or billing data
standard mon
nesses and re
red by the sa
mation under
PUBLIC DISCLO
Information th
d be incorpora
ss such inform
ACCESS TO PE
City will take
ss to that per
cted persons w
y
COLLECTION O
her the Inform
information is
al governmen
at service win
chnologies, wh
r to secure the
ll inform the p
kies” to custo
a cookie cont
col address o
ware and oper
of the website
ter by using th
user’s privacy
y using any o
puter, it will n
VICE
f utility service
AU”) will colle
e extent the m
d Regulations
however, any
d or approved
partments ex
esidents with
ss through a
age and billing
n-standard or
a provided to t
thly billing.
esidents with
ame privacy p
r applicable fe
OSURE
hat is collecte
ated in a publ
mation is exem
ERSONAL INFO
reasonable s
rson’s Informa
who can revie
OF PERSONAL
mation from a
s both necess
nt agency in it
ndows and co
herever the C
e City’s servic
persons whos
omize the brow
tains unique i
of the compute
ating systems
e from which t
he City’s web
or security. U
of the widely a
ot prevent or
es to persons
ect the Informa
management
or other ordi
such Rules a
d by the Coun
cept as may b
standard utili
CPAU websi
g data. In add
experimenta
them through
such non-sta
rotections an
ederal and Ca
ed by the City
lic record that
mpt from disc
ORMATION
teps to verify
ation. Each C
ew and updat
INFORMATION
variety of sou
sary and appr
ts governmen
ontact centers
City may intera
ces.
se Information
wsing experie
information th
er used to ac
s used, the da
the user linke
site do not c
Users can refu
available meth
prohibit the u
s located withi
ation in order
of that inform
nances, rules
and Regulatio
ncil. This inclu
be required b
ity meters and
te to their Info
dition to their r
l electric, wat
non-City elec
andard or exp
d personal in
alifornia laws.
in the ordina
t may be subj
closure to the
a person’s id
City departmen
te that informa
urces and res
ropriate in ord
ntal and propr
s as well as a
act with perso
n are covered
ence with the
hat a web site
ccess the City
ate and time
ed to the City’s
contain the Inf
use the cooki
hods. If the us
user from gain
in Palo Alto, t
r to initiate an
mation is not s
s, regulations
ns must conf
udes the shar
by law.
d/or having n
ormation, incl
regular month
ter or natural
ctronic portal
perimental me
nformation exc
ry course and
ject to inspec
public by Ca
dentity before
nt that collect
ation at reaso
In
Informa
sources, prov
der for the Cit
rietary capaci
at web sites, b
ons who need
d by this Polic
e City of Palo A
e can use to tr
y’s web sites,
a user access
s web sites. C
formation, and
ies or delete t
ser chooses n
ning access t
the City of Pa
d manage uti
specifically ad
or procedure
form to this Po
ring of CPAU-
on-metered m
luding, withou
hly utilities bil
gas meters m
s at different
etering will ha
change rules
d scope of co
ction and copy
alifornia law.
e the City will g
ts Information
onable times.
City of
nformation Te
ation Security
Pa
31 Janua
ided that the
ty to conduct
ties. That inf
by mobile app
d to share suc
cy that the Cit
Alto web site
rack, among o
the identificat
sed the site, a
Cookies creat
d thus do not
the cookie file
not to accept
to or using the
alo Alto Utilitie
ility services t
ddressed in th
es, this Policy
olicy, unless
-collected Info
monthly servic
ut limitation, th
ling, business
may have thei
intervals than
ave their Inform
applicable to
onducting its b
ying by the pu
grant anyone
n will afford ac
Palo Alto
chnology
Services
age 6 of 8
ary, 2013
formation
plications,
ch
ty’s web
. The
others,
tion of
and the
ted on
t
es from
a cookie
e City’s
es
to
he
y will
ormation
ces will
heir
ses and
ir usage
n with
mation
o
business
ublic,
e online
ccess to
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
Information P
Version 2.2
G)S
Exce
perso
partie
reaso
perso
The C
Infor
insta
such
If the
occu
breac
date(
and t
H)D
The C
perio
destr
I)S
The C
servi
In ord
those
the S
provi
servi
confi
Thes
whic
servi
inclu
moni
term
comp
Prior
servi
even
requ
prom
J)F
CPA
mana
Privacy Policy
SECURITY,CO
ept as otherwi
ons covered b
es without the
onable contro
ons covered b
City may auth
mation of per
nces, the City
Information o
e City become
rred, with res
ch in accorda
(s) of the know
the proposed
DATA RETENTI
City will store
od is establish
ruction.
SOFTWARE AS
City may eng
ces, common
der to assure
e who receive
SaaS services
ider, shall des
ces and/or fu
dentiality and
se requiremen
h the services
ces provider’
ding disaster
itoring service
“IT infrastruc
puters, and da
r to entering in
ces provider
nt that the Saa
irements duri
mptly inform th
FAIR AND ACC
U will require
age utility ser
y
NFIDENTIALITY
ise provided b
by this Policy
e express writ
ols that are de
by this Policy
horize the City
rsons who do
y will require
only in further
es aware of a
spect to the In
ance with app
wn or suspec
action to be
ION /INFORMA
e and secure a
hed by law, fo
A SERVICE (S
age third part
nly known as
the privacy a
ed services fro
s provider and
sign, install, p
urnishes good
d privacy of th
nts include inf
s are provided
s operations
recovery and
es to ensure a
cture” refers to
atabase man
nto an agreem
to complete a
aS services p
ng the course
he ISM.
URATE CREDIT
utility custom
rvices to them
Y AND NON-DIS
by applicable
as confidenti
tten consent o
esigned to pro
.
y’s employee
business with
the City’s em
rance of City-
breach, or ha
nformation of
licable laws.
cted breach, t
taken or the r
ATION RETENTI
all Information
or seven (7) ye
SAAS) OVERSI
ty contractors
Software-as-
and security o
om the City, a
d its subcontr
provide, and m
ds to the City,
he Information
formation sec
d to the City,
and maintena
d business co
a secure and
o the integrate
agement dev
ment to provid
and submit an
provider reaso
e of providing
T TRANSACTIO
mers to provid
m.
SCLOSURE
law or this Po
ial and will no
of the person
otect the conf
and or third p
h the City or r
ployee and/o
-related busin
as reasonable
a person, the
The notice of
he nature of t
responsive ac
ION
n for a period
ears, and the
GHT
s and vendors
a-Service (Sa
of the Informa
as a condition
ractors, if any
maintain a sec
to the extent
n.
curity directive
including con
ance process
ontinuity plann
reliable envir
ed framework
vices, upon wh
de services to
n Information
onably determ
services, the
ON ACT OF 200
de their Inform
olicy, the City
ot disclose it,
n affected. The
fidentiality and
party contrac
receive servic
or the third pa
ness and in ac
e grounds to
e City will notif
f breach will in
the Informatio
ction taken by
d of time as m
ereafter such i
s to provide s
aaS).
ation of those
n of selling go
y, including an
cure IT enviro
t any scope of
es pertaining
nnection to th
es needed to
ning; and (c) t
ronment and
k, including, w
hich digital ne
o the City, the
Security and
mines that it ca
e City will requ
03
mation in orde
In
Informa
y will treat the
or permit it to
e City will dev
d security of t
ctors to acces
ces from the C
rty contractor
ccordance wit
believe that a
fy the affecte
nclude the da
on that is the
y the City.
may be require
information w
software appli
who do busin
oods and/or s
ny IT infrastru
onment, while
f work or serv
to: (a) the IT
e City's IT sy
o support the
the IT infrastr
service availa
without limitat
etworks opera
e City’s staff w
Privacy Que
annot fulfill th
uire the SaaS
er for the City
City of
nformation Te
ation Security
Pa
31 Janua
e Information o
o be disclosed
velop and ma
the Informatio
s and/or use
City. In those
rs to agree to
th the Policy.
a security bre
d person of s
ate(s) or estim
subject of the
ed by law, or i
will be schedu
cation and da
ness with the
ervices to the
cture service
e it performs s
vices implicat
infrastructure
stems; (b) the
IT environme
ructure perfor
ability to the C
tion, data cen
ate.
will require the
estionnaire. In
e information
S services pro
to initiate and
Palo Alto
chnology
Services
age 7 of 8
ary, 2013
of
d, to third
aintain
on of
the
use
ach has
such
mated
e breach,
if no
led for
atabase
City and
e City,
s
such
tes the
e, by
e SaaS
ent,
rmance
City. The
ters,
e SaaS
n the
n security
ovider to
d
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
Information P
Version 2.2
Fede
108-
credi
and i
preve
CPA
when
chan
Ther
§179
4. CO
Info
Chie
Utili
City
Privacy Policy
eral regulation
159), includin
itor” which pro
implement pro
ent, respond
U procedures
never significa
nges to CPAU
e are Californ
98.92.
ONTACTS
rmation Secu
ef Information
ties Departm
y Attorney’s O
y
ns, implement
ng the Red Fla
ovides service
ocedures for
and mitigate
s for potential
ant changes t
U identity theft
nia laws which
urity Manager
n Officer: Rei
ent: Auzenne
Office: Kolling,
ting the Fair a
ag Rules, req
es in advance
an identity th
potential iden
identity theft
to security im
t procedures,
h are applicab
r: Patel, Raj <
chental, Jona
e, Tom <Tom
Grant <Gran
and Accurate
quire that CPA
e of payment
eft program fo
ntity theft of its
will be review
plementation
or as approp
ble to identity
Raj.Patel@C
athan <Jonath
m.Auzenne@C
nt.Kolling@Ci
Credit Trans
AU, as a “cov
and which ca
for new and e
s customers’
wed independ
n have occurre
priate, so as to
y theft; they ar
CityofPaloAlto
han.Reichent
CityofPaloAlto
tyofPaloAlto.o
In
Informa
sactions Act o
ered financia
an affect cons
existing accou
Information.
dently by the
ed. The ISM w
o conform to
re set forth in
.org>
tal@CityofPal
o.org
org>
City of
nformation Te
ation Security
Pa
31 Janua
of 2003 (Publi
l institution or
sumer credit,
unts to detect,
ISM annually
will recomme
this Policy.
California Ci
loAlto.org>
Palo Alto
chnology
Services
age 8 of 8
ary, 2013
c Law
r
develop
,
y or
nd
vil Code
DocuSign Envelope ID: C278FFBC-E957-4795-A349-AD505E8394C0
Certificate Of Completion
Envelope Id: C278FFBCE9574795A349AD505E8394C0 Status: Completed
Subject: Please DocuSign: C18170014 US Digital Design Contract(final).pdf
Source Envelope:
Document Pages: 56 Signatures: 1 Envelope Originator:
Certificate Pages: 2 Initials: 0 Christopher Anastole
AutoNav: Enabled
EnvelopeId Stamping: Enabled
Time Zone: (UTC-08:00) Pacific Time (US & Canada)
250 Hamilton Ave
Palo Alto , CA 94301
chris.anastole@cityofpaloalto.org
IP Address: 12.220.157.20
Record Tracking
Status: Original
12/26/2017 6:30:32 AM
Holder: Christopher Anastole
chris.anastole@cityofpaloalto.org
Location: DocuSign
Signer Events Signature Timestamp
Dominic Magnoni
dmagnoni@usdd.com
VP - General Manager
Security Level: Email, Account Authentication
(None)Using IP Address: 174.79.42.167
Sent: 12/26/2017 6:40:27 AM
Viewed: 12/27/2017 9:40:40 AM
Signed: 12/27/2017 9:41:22 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
In Person Signer Events Signature Timestamp
Editor Delivery Events Status Timestamp
Agent Delivery Events Status Timestamp
Intermediary Delivery Events Status Timestamp
Certified Delivery Events Status Timestamp
Carbon Copy Events Status Timestamp
Geoffrey Blackshire
Geoffrey.Blackshire@CityofPaloAlto.org
Deputy Fire Chief
Fire Services
Security Level: Email, Account Authentication
(None)
Sent: 12/27/2017 9:41:23 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
AnaBella Gonzalez
anabella.gonzalez@cityofpaloalto.org
Administrative Assistant
City of Palo Alto
Security Level: Email, Account Authentication
(None)
Sent: 12/27/2017 9:41:24 AM
Electronic Record and Signature Disclosure:
Not Offered via DocuSign
Notary Events Signature Timestamp
Envelope Summary Events Status Timestamps
Envelope Sent Hashed/Encrypted 12/27/2017 9:41:24 AM
Certified Delivered Security Checked 12/27/2017 9:41:24 AM
Signing Complete Security Checked 12/27/2017 9:41:24 AM
Completed Security Checked 12/27/2017 9:41:24 AM
Payment Events Status Timestamps