Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C-9656-1 - Purchase and Installation Agreement for Traffic Management Center Video Wall System
PURCHASE AND INSTALLATION AGREEMENT WITH ITERIS, INC. FOR TRAFFIC MANAGEMENT CENTER VIDEO WALL SYSTEM THIS PURCHASE AND INSTALLATION AGREEMENT ("Agreement") is made and entered into as of this 10th day of July, 2024 ("Effective Date") by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and ITERIS, INC., a Delaware corporation whose address is 1250 South Capital of Texas Highway, Building 1, Suite 330, Austin, TX 78746 ("Contractor'), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to engage Contractor to provide and install the Planar Clarity Matrix G3 LCD Video Wall System with Planar Large Format LCD Displays for the City's Traffic Management Center as further detailed in Exhibit "A" attached hereto and incorporated herein by this reference ("Project"). C. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the maintenance and/or repair services described in this Agreement. D. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications set forth by the City for the Project, is familiar with all conditions relevant to the performance of services and has committed to perform all work required for the price specified in this Agreement. E. City has received a proposal from Contractor, has reviewed the previous experience and evaluated the expertise of Contractor, and desires to retain Contractor to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. SCOPE OF WORK 1.1 Contractor shall provide all tangible items and perform all the services required by this Agreement. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it will perform all Services in a manner commensurate with community professional standards and with the ordinary degree of skill and care that would be used under reasonably competent practitioners of the same discipline under similar circumstances and that all materials will be of good quality. 1.2 Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services necessary for the Project. 1.3 In consideration of the payment of the purchase price and subject to all the terms and conditions hereof, Contractor shall remove existing equipment, install new equipment, and sell to City the equipment ("Products"), all as specified in Exhibit "A" attached hereto. 2. TIME OF PERFORMANCE 2.1 Time is of the essence in the performance of services under this Agreement. and Contractor shall complete the Project installation, implementation and acceptance testing within the timeframes set forth in Exhibit "A", or if no timeframe is specified, promptly in accordance with industry standards. 2.2 Force Maleure. The time period(s) for performance of services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of Contractor, including but not restricted to acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, and/or acts of any governmental agency, including the City, if Contractor shall within ten (10) days of the commencement of such delay notify City in writing of the cause of the delay. City shall ascertain the facts and extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the City such delay is justified. City's determination shall be final and conclusive upon the parties to this Agreement. In no event shall Contractor be entitled to recover damages against City for any delay in performance of this Agreement, however caused, Contractor's sole remedy being extension of the Agreement pursuant to this Section. 3. TERM Unless earlier terminated in accordance with the provisions of this Agreement, this Agreement shall continue in full force and effect until completion of the services agreed to herein or until June 30, 2025, whichever occurs first. 4. COMPENSATION 4.1 City shall pay Contractor for the Services on a time and expense not -to - exceed basis in accordance with the provisions of this Section and Exhibit "A," incorporated herein by reference. Contractor's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subcontractor fees, shall not exceed One Hundred Nineteen Thousand Eight Hundred Ninety Five Dollars and 33/100 ($119,895.33), without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. Iteris, Inc. Page 2 4.2 Contractor shall submit monthly invoices to City describing the Work performed the preceding month. Contractor's bills shall include the name of the person who performed the Work, a brief description of the Services performed and/or the specific task in the Scope of Services to which it relates, the date the Services were performed, the number of hours spent on all Work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Contractor no later than thirty (30) calendar days after approval of the monthly invoice by City staff. 4.3 City shall reimburse Contractor only for those costs or expenses specifically identified in Exhibit "A" to this Agreement or specifically approved in writing in advance by City. 4.4 Contractor shall not receive any compensation for Extra Work performed without the prior written authorization of City. As used herein, "Extra Work" means any Work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates as set forth in Exhibit "A". 4.5 Contractor shall provide City with a minimum fourteen (14) days' notice of its dates of installation to enable the City to prepare the installation sites for the Products in accordance with the instructions of Contractor. The City shall complete site preparation prior to the date of installation of the Products, and the site shall thereafter be available for inspection and approval. All costs and expenses related to the site preparation shall be at the sole expense of City. 4.6 Extra Work. Contractor shall not receive any compensation for Extra Work without the prior written authorization of the City. As used herein, "Extra Work" means any work that is determined by the City to be necessary for the proper completion of the Project, but which is not included in the Purchase Price as specified in Exhibit "A", and which parties did not reasonably anticipate would be necessary. Compensation for any authorized Extra Work shall be paid in accordance with the hourly rates set forth in Exhibit "A". 5. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Agreement. Contractor has designated Paul Frislie to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. City's Director of Public Works or designee shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator shall represent City in all matters pertaining to the Services to be rendered pursuant to this Agreement. Iteris, Inc. Page 3 7. TYPE AND INSTALLATION OF MATERIALS/STANDARD OF CARE 7.1 Contractor shall use only the standard materials described in Exhibit "A" in performing services under this Agreement. Any deviation from the materials described in Exhibit "A" shall not be installed unless approved in advance by the City Project Administrator. 7.2 All of the services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 8. RESPONSIBILITY FOR DAMAGES OR INJURY 8.1 City and all officers, employees and representatives thereof and all persons and entities owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the services required hereunder; or for damage to property from any cause arising from the performance of the Project and/or Services by Contractor, or its subcontractors, or its workers, or anyone employed by either of them, unless caused by the City's negligent acts, omissions, or willful misconduct. 8.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause to the extent arising from the negligent acts, omissions, or willful misconduct of the Contractor' or any subcontractor or supplier selected by the Contractor. 8.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, employees, and any person or entity owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services contemplated by this Agreement (collectively, the "Indemnified Parties") from and against: (1) any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liability, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Agreement, and Work performed or Services provided under this Agreement including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent and/or willful acts, errors and/or omissions of Contractor, its principals, officers. Agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable Iteris, Inc. Page 4 or any or all of them); (2) use of improper materials in performing this Project including, without limitation, defects in workmanship or materials and/or design defects; and/or (3) any and all claims asserted by Contractor's subcontractors or suppliers on the Project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor's liability in this Subsection shall be limited to the maximum amount of its insurance coverage for claims arising out non -negligent and non -intentional acts performed under this Agreement. Contractor shall not be held responsible for consequential or special damages, or claims made to City for such consequential or special damages. Nothing herein shall require Contractor to indemnify City from the negligence or willful misconduct of City, its officers or employees. 8.4 Intellectual Property Indemnity - Contractor shall defend, indemnify and hold City, its agents, officers, representatives, employees and City Council, boards and commissions harmless from any proceeding brought against City for any intentional or unintentional violation of the intellectual property rights of any third party with respect to Products deliverables purchased in this Agreement This indemnification shall include, but is not limited to, infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Contractor's deliverables provided under this Agreement. 8.5 Contractor shall perform all Project work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall perform work as specified in Exhibit "A" to limit impacts to traffic during the system installation period. Contractor shall be liable for any private or public property damaged during the performance of the Project work. 8.6 Nothing in this Section shall be construed as authorizing any award of attorney's fees in any action to enforce the terms of this Agreement, except to the extent provided in Section 8.3 above. 8.7 The rights and obligations set forth in this Section shall survive the termination of this Agreement. 9. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees, nor any of its subcontractors, are to be considered employees of the City. The manner and means of conducting the work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. Iteris, Inc. Page 5 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Contractor on the Project. 11. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement or for other periods as specified in this Agreement, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit "B", and incorporated herein by reference. 12. PREVAILING WAGES 12.1 Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime work for each craft or type of workman needed to execute the work contemplated under the Agreement shall be paid to all workmen employed on the work to be done according to the Agreement by the Contractor and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Agreement. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. 12.2 Unless otherwise exempt by law, Contractor warrants that no contractor or subcontractor was listed on the bid proposal for the Services that it is not currently registered and qualified to perform public work. Contractor further warrants that it is currently registered and qualified to perform "public work" pursuant to California Labor Code section 1725.5 or any successor statute thereto and that no contractor or subcontractor will engage in the performance of the Services unless currently registered and qualified to perform public work. 13. SUBCONTRACTING The subcontractors authorized by City, if any, to perform work on this Project are identified in Exhibit "A". Contractor shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as Iteris, Inc. Page 6 otherwise required by law. City is an intended beneficiary of any work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 14. WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Contractor shall not discontinue work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his/her designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 15. CONFLICTS OF INTEREST 15.1 The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 15.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 16. NOTICES 16.1 All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, to City by Contractor and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attn: Director of Public Works Public Works City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Iteris, Inc. Page 7 16.2 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Paul Frislie Iteris, Inc. 1700 Carnegie Ave - Suite 100 Santa Ana, CA 92705 17. TERMINATION 17.1 Termination With Cause - In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of five (5) calendar days, or if more than five (5) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within five (5) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 17.2 Termination Without Cause. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for services satisfactorily performed and costs incurred in the performance of such services up to the effective date of termination for which Contractor has not previously been paid. In the event of termination under this Section, City shall also pay Contractor for all Products, associated materials, and hardware delivered to City site under this Agreement that City deems usable. 18. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Agreement by Contractor is a representation that Contractor has visited the Project site(s), has become familiar with the local conditions under which the work is to be performed, and has taken into consideration these factors in submitting its Project proposal and Scope of Work. 19. WARRANTY 19.1 Contractor warrants to City that all Products to be delivered hereunder will be free from defects in material or workmanship and will be of the kind and quality designated or specified by Contractor in Exhibit "A". The warranty shall apply only to defects appearing within two years from the date of final acceptance by City for hardware products not manufactured by the Contractor, and two years from the date of final acceptance by City for hardware products manufactured by Contractor. If Contractor installs the Products and associated hardware and materials, or supplies technical directions of installation by Agreement, the warranty period shall run from the date of final acceptance of installation by City, provided same is not unreasonably delayed by City. Iteris, Inc. Page 8 19.2 If Contractor -manufactured equipment delivered hereunder does not meet the above warranty, and if City promptly notifies Contractor in writing, Contractor shall thereupon correct any defect, including non-conformance with the specifications, either (at its option) by repairing any defective or damaged parts of the equipment, or by making available any necessary replacement parts, delivered and installed without additional charge to City within seven (7) working days. City will return the defective product to Contractor, at Contractor's expense. Contractor shall repair or replace the defective item and return it to City, shipping costs prepaid. Contractor shall perform any necessary testing, hardware and equipment removal, repair, replacement, certification, and installation at no cost to the City during the warranty period, using Contractor's equipment. 19.3 The foregoing warranty is in addition to the warranties contained in the Piggyback Agreement, and are exclusive and in lieu of all other warranties, whether written, oral, implied or statutory. Contractor does not warrant any equipment of other manufacture designated by City. 20. REPRESENTATIONS 20.1 Non -infringement. Contractor represents that to the best of its knowledge the technology embodied in the products sold herein does not infringe upon a United States patent or United States copyright in effect as of the Effective Date. 20.2 Authority. Each party represents as follows: (a) that it has full power and authority to execute, deliver and perform its obligations under this Agreement; (b) that there are no actions, proceedings or investigations, pending or, to the best of each party's knowledge, threatened against such party which may in any manner whatsoever materially affect the enforceability of this Agreement or the rights, duties and obligations of the parties hereunder; and (c) that the execution, delivery and performance of this Agreement will not constitute a breach or default under any agreement, law or court order under which such party is a party or may be bound or affected by or which may affect the rights, duties and obligations hereunder. 20.3 No Other Representations. Each party acknowledges and agrees that it is relying on no representation of the other party except as expressly set forth herein. 21. CONFIDENTIAL INFORMATION. 21.1 Confidential Information. In the performance of this Agreement or in contemplation thereof, the parties and their respective employees and agents may have access to private or confidential information owned or controlled by the other party and such information may contain proprietary details and disclosures. All information and data identified in writing as proprietary or confidential by either party ("Confidential Information") and so acquired by the other party or its employees or agents under this Agreement or in contemplation thereof shall be and shall remain the disclosing party's exclusive property. The recipient of Confidential Information shall use all reasonable efforts (which in any event shall not be less than the efforts the recipient takes to ensure the confidentiality of its own proprietary and other confidential information) to keep, and have its employees and agents Iteris, Inc. Page 9 keep, any and all Confidential Information confidential, and shall not copy, or publish or disclose it to others, nor authorize its employees, agents or anyone else to copy or disclose it to others, without the disclosing party's written approval; nor shall the recipient make use of the Confidential Information except for the purposes of executing its obligations hereunder, and (except as provided for herein) shall return the Confidential Information and data to the first party at its request. The City's duty to maintain confidentiality as described hereunder shall be subject to the laws of the State of California. 21.2 Excluded Information. The foregoing conditions will not apply to information or data which is, or which becomes generally known to the public by publication or by any means other than a breach of duty on the part of the recipient hereunder, is information previously known to the recipient, is information independently developed by or for the recipient or is information generally released by the owning party without restriction. 21.3 Right to Injunctive Relief. Because of the unique nature of the Confidential Information, the parties agree that each party may suffer irreparable harm in the event that the other party fails to comply with any of its obligations under this Section, and that monetary damages may be inadequate to compensate either party for such breach. Accordingly, the parties agree that either party will, in addition to any other remedies available to it at law or in equity, be entitled to seek injunctive relief to enforce the terms of this Section. 22. ASSIGNMENT This Agreement shall not be assigned by any party, or any party substituted, without prior written consent of the City and the Contractor. 23. STANDARD PROVISIONS 23.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Agreement. 23.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 23.3 Waiver. A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 23.4 Integrated Contract. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. Iteris, Inc. Page 10 23.5 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 23.6 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 23.7 Amendments. This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 23.8 Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 23.9 Controlling,Law and Venue. The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 23.10 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex, age or any other impermissible basis under law. 23.11 No Attorneys' Fees. In the event of any dispute or legal action arising under this Agreement, the prevailing party shall not be entitled to attorneys' fees. 23.12 Counterparts. This Agreement may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. [SIGNATURES ON NEXT PAGE] Iteris, Inc. Page 11 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: f 0 I ,,"/ 2,4 By: �` +:J A r'on C. Harp Ci y Attorney ATTEST: Date: By: Brown Citv Clerk CITY OF NEWPORT BEACH, a California rpunicipal corporation Date: $/ L1 124 By: Gracoy. Leung Cit anager CONTRACTOR: ITERIS, INC., A DELAWARE CORPORATION Date: Signed in Counterpart By: Steven Bradley Regional Vice President Date: Bv: Signed in Counterpart Khristine Arakaki Secretary [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services and Schedule of Billing Rates Exhibit B — Insurance Requirements IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: By: J�, � 04 (�)' 0 A Oon C. Harp '► ! � &Y Attorney ATTEST: Date: IS Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Grace K. Leung City Manager CONTRACTOR: ITERIS, INC., A DELAWARE CORPORATION Date: By: Steven Bradley Regional Vice President Date: %/-3/ X� 4 By. —Khristine Ar&a{C— Secretary [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services and Schedule of Billing Rates Exhibit B — Insurance Requirements EXHIBIT A SCOPE OF SERVICES AND SCHEDULE OF BILLING RATES Iteris, Inc. Page A-1 fr• ''May 24, 2024 Mr. Kevin Riley Principal Civil Engineer City of Newport Beach Public Works Department 100 Civic Center Drive Newport Beach, CA 92660 TMC Video Wall Upgrade Scope and Fee Re: Proposal to Provide Services for the Traffic Management Center Video Wall Upgrade Project Dear Mr. Sommers: Iteris, Inc. (Iteris), as requested, is submitting this Scope and Fee to provide engineering and installation services to upgrade the existing TMC video wall and display, for the City's existing TMC. The following scope of the project tasks is proposed, along with the cost estimates that include labor costs based on hours needed to complete the design, installation, testing, and integration. i Scope of Services The scope of Services includes: • Demo/Remove all existing monitors and associated cabling, salvage for City staff • PLANAR video wall and all equipment (video wall + monitor) a. 3x2 LX55M G3 Matrix Video Wall b. URX85 4K LCD Display • installation of video wall equipment • Testing, Commissioning, Training, Integration services • Design, Engineering and Drawings • Project Management Prevailing Orange County wage staff will be used for electrical demo and installation work for pulling cables. Iteris staff will be completing the design, procurement, installation, integration, testing, and training. z Fee Estimate and Terms In consideration of the services set forth in Task 1 Scope of Services, Iteris shall be compensated on a lump sum/fixed price basis, as set forth below and per the conditions of an agreement with the City. The total compensation (no bonding is assumed) shall be as below. TAS 7- Y Q F- ITERIS • :•EQUIPMEN •r K • •COSTS 1 Video Wall Upgrade 104 $36,912 $77,540.33 $5,443 1.1 Demo Installation, and Integration 104 $36 912 $5,443 1.2 Equipment 3x2 LX55M G3 Matrix Video Wall $58,016.64 URX85 4K LCD Display $10,570.28 Misc. Cableling, etc $4,218.41 Shipping & Handling 1 104 $4,735.00 $36,912 $77,540.33 i• .................��•�•s: �.•::.. TIVIC Video • • • • •'andFeeT� r' For your review and consideration, data sheets for the video wall technology and 85" display proposed is provided in the Attachments section of this proposal along with the proposed system diagram. 3 Terms & Conditions If the scope and fee is accepted, a Purchase Order Authorization or other contract agreement, documenting terms and conditions, will be required to start work. This proposal is submitted subject to the successful negotiation of a mutually agreeable contract. We thank you for the opportunity to work with you on this project. If any additional information is required, please feel free to contact me at (949) 270-9633 or bkl@iteris.com, or Paul Frislie, Project Manager, at (949) 270-9597, pmf@iteris.com. Sincerely, Iteris, Inc. Bernard K. Li, EE, TE, PTOE Vice President Transportation Systems Attachments: 1. System Diagram 2. 3x2 Planar G3 LCD Video Wall 3. URX85" PLANAR Large Format Display Clarity Matrix G3 LCD Video Wall System ► 55"Full HD LCD displays ► Tiled bezel widths as narrow as 0.88mm ► 500 - 700 nit brightness ► 24x7operation Clarity° Matrix® G3 LCD Video Wall System is the gold standard, marrying superior visual performance and mission -critical reliability with the industry's narrowest bezels between adjacent displays, for a nearly seamless solution. It has industry's thinnest ADA-Compliant profile, proven off -board electronics, strong video processing and convenient service access. Clarity Matrix G3 addresses the challenges faced by all LCD video wall installations including mounting and alignment, reliability and extended operation, service and maintenance access and simple, effective image processing and management. Always -On Reliability Clarity Matrix G3 is designed for mission -critical environments where displays need to withstand extended or continuous operation day and night. Control rooms, hospitals and other applications that can't afford downtime benefit from exceptional performance 24xZ Powerful Video Control The compact and scalable Planar° WaIlDirector- Video Controller drives the video wall at native resolution while its corresponding web -based management software simplifies set-up, configuration, operation and monitoring. The 1U rack mount video controller captures multiple 4K inputs and can be stacked with additional controllers. Advanced Processing Planar' Big Picture Plus' Video Wall Processing enables users to simultaneously view ultra -high resolution content from several independent sources, scaling content across the entire video wall or any section. It also facilitates Picture -in -Picture. Convenient Mounting Planar° EasyAxis" Mounting System features six -axis adjustments for perfect alignment in any array, for precise tiled images. For simplified service, it incorporates a service mode for front and rear in -wall display repair, without removing other displays. Reliable Off -Board Power The Planar' Remote Power Supply (RPS) takes heat, depth, noise, weight, service points and electrical outlets away from the video wall and into a rack room. Featuring n+1 redundant, hot swap power modules, the Planar RIPS is available with 110V and 220V power and features a low power standby mode when not operating 24xZ WaIlSync"�11 Source Synchronization Planar° WallSync"" uses Smart Genlock to automatically ensure perfectly synchronized video playback without manual configuration. Ad=L TAA COMPLIANT 1W Made for America Organizations that prefer to use products that have been manufactured in the United States or countries designated in the U.S. Trade Agreements Act (TAA) need look no further. Clarity Matrix G3 is TAA Compliant. A Enable Interactivity The optional Clarity' Matrix° MultiTouch LCD Video Wall System offers 32 simultaneous touch points and sizes up to a 350" diagonal, enabling multiple users to interact. It delivers a superior touch experience with pin -point accuracy and false touch point prevention. It is available in standard 2x2 or 3x3 video wall arrays in 16:9 aspect ratio for popular content resolutions. Custom configurations are also available. Off -the -Shelf Video Walls Extended Ruggedness & Optics Optional Planar° ERO-LCD" (Extended Ruggedness and Optics-) protective glass can be bonded to the front surface of the display using a proprietary process that creates a highly durable display surface that withstands rigors of high -traffic and interactive environments. It also delivers up to 300% more perceived contrast. Clarity° Matrix° G3 Completes" is a pre -packaged LCD video wall solution that combines everything necessary to more -quickly select and deploy a 0.88mm tiled bezel width LCD video wall. This packaged solution removes the challenge of separately collecting everything; simply pick the 41K 2x2, 6K 3x3 or 8K 4x4 array that works best in the application. INCLUDED • 55 , 0.88mm Tiled Bezel Width Displays • Planar Wall Director Video Controller Power Supply Electronics Mounts • Cables • Trim Configure a Video Wall If none of the Clarity Matrix G3 Complete video walls is quite right, custom arrays of Clarity Matrix G3 with different bezel widths and brightness are available. Design a video wall at www.planar.com/calculator Specifications Diagonal 55in / 1,397mm 551n / 1,396mm Tiled Bezel Width 0.88mm I0.04in 2.6mm I O.10in Brightness (cd/ma or nits) LX: 500 / MX: 700 LX: 500 / MX: 700 Contrast Ratio 10,000:1 (local dimming on) 1 1,100:1 (local dimming off) 100,000:1 (local dimming on) 1 1,000:1 (local dimming off) Display Dimensions(w/mount, WxHxD) 47.6x26.8 x 3.6in(1,210.5 x 681.2 x 91.3mm) 47.7x26.9 x 3.6in(1,212.2 x 683.0 x 90.9mm) Display Weight L I P (w/mount) 47lbs / 21.1 kg 149lbs / 22.4kg 50.6lbs / 23.2kg 153.51bs / 24.1 kg Power Consumption (Max/display) LX: 235W / MX: 235 W LX: 150W / MX: 182W Heat Load (Max/display) LX: 802 BTU/hr / MX: 802 BTU/hr LX: 512 BTU/hr / MX: 768 BTU/hr Mounled Depth (wall to display face) 3.6 in / 91.3 mm 3.6 in / 90.9 ram Display Resolution 1920 x 1080 Cat6A STP Cables/Connectors Required (Fiber installations excluded) ' Full Viewing Angle 1780 Backlight Sensing and Reporting At Display Level Display Module Position Sensing Yes Acoustic Noise at Display Fanless/Nolseless operating Temperature/Humidity 5'to 40-C 41-to 104'F(20-90% relative humidity, non -condensing) Protective /Touch Glass Option Planar ERO-LCD technology (Optional) Mounting Mounting Solutions Planar EasyAxis Mounting System (1 per display included) I VESA hole pattern available (Optional) ADA Compliance Yes, clearance from wall <4in Orientation Landscape or Portrait FloorStanding Mount Bases Optional In -Wall Service Front and Rear Display Module Position Adjustment 6-axis integrated adjustments Planar Remote Power Supply Type 1 RU rack mount; 19in (482.6mm) rack 1.5RU rack mount; 19in (482.6mm) rack Line Voltage 100-240 Volts AC autoranging 200-240 Volts AC autoranging Power Output 120OW per output Power Supply Configurations 1, 2 or 3 outputs 2,4 or 6 outputs Redundancy n+1 redundant option Hot Swap Supported for each power supply module Low Power Standby Mode <3W in standby mode Power Status Diagnostic LEDs per power supply module Maximum Distance from Video Wall 200ft (60m) standard, 500ft (152.4m) maximum Planar WaIlDirector Video Controller Fiber Video Extension Module Option 1 U rack mount controller drives yp Type Type 1 U rack mount module drives up to 4 displays up to 9 Full HD (1920x1080) panels Video Inputs 4x HDMI 2.0 (w/ HDCP 2.2); lx DisplayPort 1.2 (VC9 only) 10G Duplex LC SFP+single mode transceivers supporting distances up to 1 Okm (32.Bkft) (Single mode 9-Output Controller: 9x RJ45 8P8C, lx Display Port 1.2 Video Outputs Fiber 0 tic Connection Type P yp transceivers supporting 2km (6500ft) included) from 4-Output Controller: 4x RJ458PBC, tx High Speed QSFP+ video wall. Compatible with multi mode transceivers supporting up to 300m (980ft) from the wall. (Multi Image Scaling Planar Big Picture Plus Processing, Planar WallSync, PIP, mode transceivers not provided) 4K at 60Hz upscaling and downscaling USBExtension USB-B at module; USB-A at panel Mullion Compensation Integrated with pixel by pixel adjustments IR Remote Control, RS-232, USB, Network, Planar IR Remote Extension Embedded Control WaIlDirector Software Powered by the Remote Power Supply. Optional AC Controller Status Diagnostic LEDs, health monitoring and alerts Power Power Adapter available when the Fiber Module is located away from the Remote Power Supply. Maximum Distance from Wall 200ft (60m) For more information visit: www.planar.com/matrix Planar is a trademaik of Planar Systems, Inc. All other hademarks and service marks are property of their holders.Cuppight C, 2023 Planar Systems, Inc. All rights reseived.Thisdocument may not be copied in any torn without permission from Planar. Information in this dOCUlileni is subject to change without notice. 8/2023 Large Format LCD Displays ► 4Kor5KResolution ► 43"to 105"Sizes ► Models with Interactive Touch ► TAA Compliant Models Built for the most demanding environments, Planar's large format LCD displays deliver high durability and performance for professional applications like digital signage, control rooms, study spaces and retail. Unlike consumer televisions, our displays feature higher brightness, robust design for up to 24x7 use in most models, and options like multi -source viewing and portrait or landscape orientation. Our displays are all at -least 4K resolution and fit every need with various sizes, brightness levels, functionality and prices. Achieve Clarity & View it All Planar 4K LCD displays produce amazing, life -like picture quality with smooth motion video and mouse tracking. Thanks to sharp clarity and crisp image quality, every detail shows even at close viewing distances. Multiple large -format LCD display lines enable people to view more than one —and up to four —sources on the screen simultaneously. Configurable and storable content layout options include picture -in -picture, dual, triple or quad view. i SA i� Planar UltraRes X Series Superior Image Color and Clarity Planar® UltraRes"" X Series displays offer superior visual performance and advanced processing, ideal for 24x7 applications ranging from collaborative meeting spaces to high -impact digital signage. • 75 , 85"& 100"sizes • Bright 700 nits • High Dynamic Range (HDR) compatible • Multi -source viewing with Planar'MediaPlex-Plus processing • Optional Planar'Profile"Mounting System • Expansion slot for OPS • Secure forgovernment applications • Optional multi -point touch • Optional Planar ERO-LCD"protective glass Planar UltraRes P Series The 24x7 Essentials Planar° UltraRes"" P Series displays excel in applications from dynamic digital signage to collaborative meeting spaces. • 49 , 55 , 65 , 75 , BY & 98"sizes • Exceptional color accuracy • 500-nit brightness • 4K@ 60Hzsupport with DisplayPort 1.2 & HDMI • 4K with HDCP 2.2 • Designed for 24x7 operation • Secure for government applications • Optional multi -point touch with protective surface Planar Simplicity M Series Cost Effective Digital Signage The Planar® Simplicity"" M Series is designed with affordability, security and energy efficiency in mind to meet the digital signage needs of applications from retail to restaurants. • 43 , 50 , 55 , 65 , 75"& 86"sizes • 500-nit brightness • Landscape or portrait orientation • Designed to mitigate cyber security threats • Integrated signage tools including USB playback, on7off scheduling & LAN distribution • Optional multi -point projected capacitive touch 4K m D . m ® m i ULTRAHD MW I MEN, ULTRAHD W Planar UltraRes W Series Extended Digital Canvas for Hybrid Meetings & Unified Collaboration Planar° UltraRes"" W Series is ideally sized to suit video -based meetings in moderately -sized rooms using the most popular platforms such as Microsoft Teams' with its Front Row layout • 105"size with 21:9 ultra -wide aspect ratio • 51Cresolution • Designed for 24x7 operation • Landscape orportrait orientation • Designed to mitigate cyber security threats • Dual -source simultaneous viewing • Optional multi -point projected capacitive touch • Optional Planar ERO-LCD protectiveglass Add Toughness Some displays are available with Planar® ERO-LCD" (Extended Ruggedness and Optics-), a protective glass bonded to the front of the display using a proprietary process that creates a highly durable surface that withstands rigors of high -traffic and interactive environments. Need Something Larger? Explore Planar® UltraRes"`' L Series All -In -One LED Display Planar's LCD displays may not be big enough for every collaborative meeting room or classroom. For larger spaces, the Full HD resolution, Planar UltraRes L Series all -in -one LED displays may be the solution. They are equipped with the same Planar MediaPlex Plus multi -source processing, offer integrated multi -point touch interactivity, power from one standard 110V cable and assemble in just hours. 5K I N., AL770 ' * * + A11111111111ENEWSTMI GLOBAL IMPACT ANALVTICS 4 Ar© Get Interactive For collaborative and interactive environments, select large format LCD displays are available with multi -point touch that enables multiple people to use the display simultaneously, with pinpoint accuracy and false touch prevention. 00 Mail AMMON =ice. Specifications Screen Diagonal Planar UltraRes X Series 00• • •• 75" BS" 100" Screen Diagonal Planar UltraRes W Series 105" Resolution 5K (5120 x 2160) Brightness (typ) 700 cd/m'/ 630 cd/m' / 630 cd/m' 0.7" (17mm) / 0.9" (23mm) / 1.1"(27.1 mm) / 0.1"(3mm)/ 0.1"(3mm)/ 0.1"(3mm)/ 0.7"(18.6mm) 0.7"(18.6mm) 0.7"(18.6mm) Brightness (typ) 500 cd/rW 450 cd/m2 Backlight type D-LED Bezel Width Bezel Width 1.1" (28mm) 0.1" (3mm) Recommended Usage 24x7 Color Gamut 9036NTSC 88%NTSC 98%NTSC Orientation Landscape, Portrait Display Depth 3.5"(89mm) 3.6"(97mm) HDR (High Dynamic Range) Yes Inputs DisplayPort 1.4 x 2, HDMI 2.1 x 2 (HDCP 2.2), U5B-C x1, OPS x 1 Recommended Usage 24x 7 Display Control IR, RS-232, LAN, Keypad, HDMI-CEC Orientation Landscape, Portrait Touch Technology - SO it Projected Capacitive Display Depth 3.7" (94.2mm) / 3.7"(942mm)/ 4.1"(103.9mm) 3.7" (943mm) / 3.7"(943mm)/ 4.1"(103.Bmm) 3.7"(92.9mm) / 3.7"(92.8mm)/ 4.1'(103.8mm) Mount Dimensions VESA: 1000x600mm ENERGYSTAR Certified Yes Inputs DisplayPort 1.2 x 1, HDMI* 2.0 x 2 (HDCP 2.2), HDMI 1.4 x 2, OPS x 1 Display[ontrol IR, RS-232, LAN, HDMI-CEC, Keypad, Planar UltraRes Web UI Touch Technology 20 pt IR (Touch models only) Mounting Planar' Profile- Mounting System, VESA �- Planar UltraRes P Series 11 �.1 '. ., .. •• Screen Diagonal 49" 55" 65" 175" 85" 98" Brightness (typ) 500 cd/m'/ 450 cd/m' Backlight Type E-LED D-LED Bezel Width 0.4" (10.9mm)Top, Right, Lek; 0.5"(13.6mm) Bottom / 0.1"(1.5mm) 0.6" (14.9mm) / 0.6" (15.1 mm) 0.5" (13mm) / 0.6" (15.1 mm) 0.6" (165mm) Right, 0.6"(16.2mm) Left/ 1.2" (313mm) Right, 12' (31 mm) Left Recommended Usage 24 x 7 Orientation Landscape, Portrait Display Depth 2.6" (65.8mm) / 2.7"(68.13mm) 3.6" (912mm) / 4.1" (I03.7mm) 3.5" (89.4mm) / 4.1" (104.Smm) 3.5" (90mm) / 3.9" (99mm) Inputs HDMI 2.0 x 2 (HDPC 2.2), HDMI 1.4 x 2, DisplayPort 1.2 x 2, VGA x 1 HDMI 2.0 x 2 (HDPC 2.2), HDMI 1 A x 2; DisplayPort 12 x 1 Display Control HDMI-CEC, IR, LAN, RS-232, Keypad HDMI-CEC, III, LAN, RS-232, Keypad, Mobile App IR, RS-232, LAN, Keypad Touch Technology Projected Capacitive:50-point (Touch models only) IR:20-point (Touch models only) Mount Dimensions VESA: 300x300mm VESA: 400x400mm VESA: 600x400mm ENERGYSTAR Certified Yes - Planar Simplicity M Series Screen Diagonal 43" 50" 55" 65" 75" 86" Brightness (typ) 500 cd/m' 1 400 cd/m' BackiightType D-LED Bezel Width 0.4"(9.9mm) 0.8"(19.5mm) 0.4"(10.9mm) 0.8"(195mm) 0.6(14.9mm) 1.1"(27.3mm) 0.6"(155mm) 1.1'(27.9mm) Recommended Usage Up to 16 hours per day Orientation Landscape, Portrait Inputs HDMI 2.0 x 2 (HDCP 2.2), USB-C x 1, VGA, USB 3.0 x 1, U513 2.0 x 1, Media Player Display Central LAN R145, RS232, IR In/Out, HDMI-CEC, Keypad Touch Technology Projected Capacitive: 20-point (Touch models only) Mount Dimensions VESA: 100x200mm VESA:200x200mm VESA: 300x300mm VESA: 400x400mm VESA: 600x400mm ENERGYSTAR Certified Yes For more information, click to visit: www.planar.com/products/large-format-lcd-displays Planar is a trademark of Pla nar Systems, Inc. All other trademarks and set vice marks ate property of their holder s. Copyi igh t -v 2024 Planar Systems, Inc. All rights reset ved. This document may not be copied in any form without permission fiant Planar. The terms HDMI', HDMI High -Definition Multimedia Interface, HDMI Traded ress and the HDMI Logos are trademark or registered trademarks of HDMI Lice rising Administt ato r, Inc. Information in this document is subject to change without notice. 4/2024 EXHIBIT B INSURANCE REQUIREMENTS — PROFESSIONAL SERVICES Provision of Insurance. Without limiting Consultant's indemnification of City, and prior to commencement of Work, Consultant shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Consultant agrees to provide insurance in accordance with requirements set forth here. If Consultant uses existing coverage to comply and that coverage does not meet these requirements, Consultant agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Consultant shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California. Consultant shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its City Council, boards and commissions, officers, agents, volunteers and employees. B. General Liability Insurance. Consultant shall maintain commercial general liability insurance, and if necessary excess/umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than two million dollars ($2,000,000) per occurrence, four million dollars ($4,000,000) general aggregate. The policy shall cover liability arising from premises, operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Consultant shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Consultant arising out of or in connection with Work to be performed under this Iteris, Inc. Page B-1 Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. D. Professional Liability (Errors & Omissions) Insurance. Consultant shall maintain professional liability insurance that covers the Services to be performed in connection with this Agreement, in the minimum amount of two million dollars ($2,000,000) per claim and four million dollars ($4,000,000) in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the Effective Date of this Agreement and Consultant agrees to maintain continuous coverage through a period no less than three years after completion of the Services required by this Agreement. E. Cyber Liability. Consultant shall maintain cyber liability in an amount not less than two million dollars ($2,000,000) per claim and four million dollars ($4,000,000) annual aggregate, covering (1) all acts, errors, omissions, negligence, infringement of intellectual property; (2) network security and privacy risks, including but not limited to unauthorized access, failure of security, breach of privacy perils, wrongful disclosure, collection, or negligence in the handling of confidential information, privacy perils, including coverage for related regulatory defense and penalties; (3) data breach expenses payable whether incurred by City or Consultant, including but not limited to consumer notification, whether or not required by law, computer forensic investigations, public relations and crisis management firm fees, credit file or identity monitoring or remediation services in the performance of services for City or on behalf of City hereunder. 4. The policy shall contain an affirmative coverage grant for bodily injury and property damage emanating from the failure of the technology services or an error or omission in the content/information provided. 5. If a sub -limit applies to any elements of coverage, the certificate of insurance evidencing the coverage above must specify the coverage section and the amount of the sub -limit. A. Excess/Umbrella Liability Insurance. If any Excess or Umbrella Liability policies are used to meet the limits of liability required by this contract, then said policies shall be "following form" of the underlying policy coverage, terms, conditions, and provisions and shall meet all of the insurance requirements stated in this contract, including, but not limited to, the additional insured and primary & non-contributory insurance requirements stated herein. No insurance policies maintained by the City, whether primary or excess, and which also apply to a loss covered hereunder, shall be called upon to contribute to a loss until the Consultant's primary and excess/umbrella liability policies are exhausted. Iteris, Inc. Page B-2 6. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its City Council, boards and commissions, officers, agents, volunteers and employees, or shall specifically allow Consultant or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess/umbrella liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers and employees shall be included as additional insureds under such policies. C. Primary and Non -Contributory. Consultant's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to the City, its City Council, boards and commissions, officers, agents, volunteers and employees. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self- insurance maintained by City. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage. 7. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Consultant shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. The certificates and endorsements for each Iteris, Inc. Page B-3 insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration_ of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Consultant shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Consultant ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Consultant, City and Consultant may renegotiate Consultant's compensation. C. Right to Review Subcontracts. Consultant agrees that upon request, all agreements with subcontractors or others with whom Consultant enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Consultant shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Agreement Provisions. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Consultant. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. Iteris, Inc. Page B-4 F. Self -Insured Retentions. Any self -insured retentions must be declared to and approved by City. City reserves the right to require that self - insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these requirements unless approved by City. G. City Remedies for Non -Compliance. If Consultant or any subconsultant fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Agreement, or to suspend Consultant's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Consultant or reimbursed by Consultant upon demand. H. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Consultant's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Consultant's Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. Iteris, Inc. Page B-5 R t N C f0 i Ql Ci 'O LU L5 ate• � R7 L 4 m z u� � 1^ m o � � � I c i U .> c a� c aS in Ln a ^ U i i E N a� II I a) C w CA hW N 0., fr1 - r2 ti U C�pL '� i �" � G rJ r cL9 O7 N : r Cl I I I I ! i ! i I � O O ta'i U QLa Li a °A cu en aa) as a CC S9 U '4Q U f�.i O 4 N L1 Q O O © o N u v u` ` i Exception to Bidding Request Form /FOR�\P This form serves as a formal request to the City Manager, with proper justification, for the request to be an exception from the City's bidding requirements as set forth in AP-001 Section 4.4. The criteria are detailed below. Requests for Exception to Bidding Requirements must be signed and authorized by the Department Director. All requests will be verified and approved by the City Manager prior to procurement. Lack of planning and customer preference are not sufficient reasons for an exception to bidding request. INFORMATION Requestor's Name: Kevin Riley Requested Vendor: Iteris Grand Total as Listed on Req / Contract: $119,895.33 Date of Request: 06/13/24 Request For: ❑ Requisition ig Contract Existing Purchase: ❑ Yes 8 No Check all that apply: ❑ Having an alternative source duplicating these capabilities would resulting in excessive cost to the agency. Having an alternative source would cause a delay to the continuity of the project. Knowledge and qualitative familiarity with this project through preliminary work or previous work. ❑ Purchasing policy was not followed and department requesting payment on invoice. ❑ This constitutes as emergency use. ❑ Other (Please Explain): PROVIDE DESCRIPTION AND JUSTIFICATION Include how the vendor's technical capabilities are unique in responding / fulfilling the objectives of the department. Was an evaluation of alternative items/services considered? What market research was conducted to substantiate no competition? Provide a narrative if there was no market research or effort to identify alternative items/services. This request is to contract with Iteris to upgrade the City's Traffic Management Center video wall system. Iteris designed the city's trafifc signal system and the associated infrastructure connnected to it. Given their succesful history with planning and improving the City's transportation systems infrastructure, coupled with their ability to design, procure, install a modern video wall and intergrate it with the City's existing traffic signal system, staff determined contracting with Iteris for all project phases is ideal. See attached narrative for additional information. CITY OF NEWP'_"r r 1 Exception to Bidding Request Form PRICE ANALYSIS How was the price determined to be reasonable or fair? Was this purchased in the past? Did the department compare historical pricing or to similar item/service? City staff researched pricing for comparable Systems from other online vendors. Staff determined Iteris' proposed pricing is lower or is within two percent of the internet source pricing (with mark-up and sale tax), resulting in the proposal equipment pricing being reasonable and fair. See attached narrative for additional information. 1 JJ Reques .Signature and Date Finance tignature and Date Requesting Dept Director Signature and Date CiifaTer Signature and at PROVIDE DESCRIPTION AND JUSTIFICATION 1. Include how the vendor's technical capabilities are unique in responding / fulfilling the objectives of the department. 2. Was an evaluation of alternative items/services considered? 3. What market research was conducted to substantiate no competition? Provide a narrative if there was no market research or effort to identify alternative items/services. The display TV monitors located in the Civic Center Traffic Management Center (TMC) are a critical component for staff to monitor intersections and corridor operations with CCTV cameras in real- time and make changes to traffic signal timing when there is a need to respond to traffic flow concerns. These TV monitors were installed as a low-cost/ time savings approach shortly after the construction of the City's Civic Center to bring the TMC online. Over the years, multiple display monitors have needed service; and others are reaching their useful life. To limit outages, maintain operations and improve viewing functions, staff recommends replacing the aging monitors with a commercial -quality video wall rated to operate for long hours. Planar Systems provides videowalls that are rated for TMCs and other operation centers that require long operating hours. Iteris provides the City a unique capability since they area distributor for Planar Systems and have designed, procured, and installed video walls through -out California. Also, Iteris is on contract with the City to provide transportation professional services. Their professional scopes of service include designing traffic signals, fiber optics to communicate remotely to traffic infrastructure, TMC design and installation, and other transportation system expertise. As the selected Consultant for the City's Traffic Signal Modernization Project, Iteris designed and integrated the City's modern traffic signal system and has developed in-depth knowledge of the City's TMC layout and the infrastructure connected to it. There are no other vendors that have the historical experience with the City's transportation technical infrastructure and are experienced with design, procurement, and installation and integration of a TMC rated video walls. Iteris' unique experience with the City of Newport Beach is essential to minimize the time the City's TMC is not fully operational due to the proposed work to disassemble the existing TV display monitors and the installation of the proposed video wall. In collaboration, the City's Information Technology (IT) team reviewed the technical sheets for Planar Systems'video wall, the proposed connection of the system to the City's existing infrastructure, and support Iteris designing, procuring, installing and integrating the Planar Systems' video wall for the TMC. Other vendors and items were considered. However, in combination with Planar's video wall system operational reliability, Iteris' being one of their distributors, their successful history with planning and improving the City's transportation systems infrastructure, and their ability to design -procure -install the video wall, it was determined procuring the Planar Systems video wall through Iteris is the ideal project approach. PRICE ANALYSIS 1. How was the price determined to be reasonable or fair? 2. Was this purchased in the past? 3. Did the department compare historical pricing or to similar item/service? Iteris provided a proposal for the video wall, 85-inch LCD display, and the demolition of the TV monitors and the installation of new equipment at $58,016.64, $10,570.28, and $36,904, respectively; and there was an additional $14,396.41 for miscellaneous/electrical, shipping and handling and other direct costs for a grand total of $119,887.33. As it relates to reasonableness and fairness of pricing, City staff researched pricing for comparable Systems from other online vendors detailed below: The TMC project proposes the procurement of a 3x2 (six 55-inch monitors) video wall at $68,016.64. In comparing, on touchboards.com and creationnetwo rks. net, staff identified the same video wall without consultant procurement mark-up and taxes at $8,150 and $7410 per 55-inch monitor, respectively. In considering a 3x2 setup with a 15% consultant procurement mark-up and Newport Beach sales tax of 7.75%, the cost for the identical video wall would be $60,024.75 (equipment + 15% mark-up + 7.75% taxes) on touchboards.com and $54,574.65 (equipment + 15% mark-up + 7.75%taxes) on creationnetworks.net. • The TMC project also proposes the procurement of an 85-inch LCD display monitor at $10,570.28. In comparing, on exertisalmo.com and CDW.com, staff identified the same LCD display monitor without consultant procurement mark-up and taxes at $10,464 and at $9,078.99, respectively. With a 15% consultant mark-up and Newport Beach sales tax of 7.75%, the cost for the identical LCD display monitor would be $12,844.56 (equipment + 15% mark-up + 7.75%taxes) on exertisalmo.com and $11,144.46 (equipment + 15% mark- up + 7.75%taxes) on CDW.com. Staff determined Iteris' proposed pricing is lower or is within two percent of the internet source pricing (with mark-up and sale tax), resulting in the proposal equipment pricing being reasonable and fair. It should be noted these options rely solely on City staff to procure and receive the items, while utilizing Iteris provides the benefit of their resources to manage the procurement, installation and integration. r 24, 2024 Mr. Kevin Riley Principal Civil Engineer City of Newport Beach Public Works Department 100 Civic Center Drive Newport Beach, CA 92660 TMC Video Wall Upgrade Scope and Fee Re: Proposal to Provide Services for the Traffic Management Center Video Wall Upgrade Project Dear Mr. Sommers: Iteris, Inc. (Iteris), as requested, is submitting this Scope and Fee to provide engineering and installation services to upgrade the existing TMC video wall and display, for the City's existing TMC. The following scope of the project tasks is proposed, along with the cost estimates that include labor costs based on hours needed to complete the design, installation, testing, and integration. i Scope of Services The scope of Services includes: • Demo/Remove all existing monitors and associated cabling, salvage for City staff • PLANAR video wall and all equipment (video wall + monitor) a. 3x2 LX55M G3 Matrix Video Wall b. URX85 4K LCD Display • installation of video wall equipment • Testing, Commissioning, Training, Integration services • Design, Engineering and Drawings • Project Management Prevailing Orange County wage staff will be used for electrical demo and installation work for pulling cables. Iteris staff will be completing the design, procurement, installation, integration, testing, and training. 2 Fee Estimate and Terms In consideration of the services set forth in Task 1 Scope of Services, Iteris shall be compensated on a lump sum/fixed price basis, as set forth below and per the conditions of an agreement with the City. The total compensation (no bonding is assumed) shall be as below. TASK N Y Q F ITERI; j 1 IVideo Wall Upgrade 104 $36,912, $77,540.33'. 55,443 1.1 Demo, lnstallation,andlnte ration 104 $36,9121 $5443 1.2 Equipment 3x2 LX55M G3 Matrix Video Wall $58,016.64 URX85 4K LCD Display $10,570.28 Misc. Cableling, etc $4,218.41 Shipping & Handling $4,735.00 ,. SUB -TOTALS $119,89S.33 • • . TMC Video Wall Upgrade t Scope and Fee For your review and consideration, data sheets for the video wall technology and 85" display proposed is provided in the Attachments section of this proposal along with the proposed system diagram. 3 Terms & Conditions If the scope and fee is accepted, a Purchase Order Authorization or other contract agreement, documenting terms and conditions, will be required to start work. This proposal is submitted subject to the successful negotiation of a mutually agreeable contract. We thank you for the opportunity to work with you on this project. If any additional information is required, please feel free to contact me at (949) 270-9633 or bkl@iteris.com, or Paul Frislie, Project Manager, at (949) 270-9597, pmf@iteris.com. Sincerely, Iteris, Inc. 'Z'"'& Bernard K. Li, EE, TE, PTOE Vice President Transportation Systems Attachments: 1. System Diagram 2. 3x2 Planar G3 LCD Video Wall 3. URX85" PLANAR Large Format Display 5/20124, 11,01 AM Planar Clarity Main G3 LX55M - 55" LCD Video Wall Display, 500 nits I Touchboards To hb . rd' Home / Digital Slgnage / Video Walls / Planar / Clarity Matrix G3 LX55M Planar Clarity Matrix G3 LX55M - 55" LCD Video Wall Display, 500 nits 0 reviews I Model: Planar Clarity Matrix G3 LX55M Description Tech Specs (866)942-6273 Sales@Touchboards.com Display Size/Type LCD Video Wall System, LX55M Display, 500 nits, Landscape/EasyAxis Mount 551, SKU: Planar LX55M-L Price as configured Orientation/Wall Mount $8,150.00 Landscape/EasyAxis Mount REQUEST QUOTE 0 Non -Cancellable / Non -Returnable v Manuals/Guides v Planar Clarity Matrix G3 LX55M Product Reviews in v helps://w i.touchboards.com/planar-clarity-matrix-93-1X55m/ 1/1 5/28/24. 11:11 AM Planar LX55X2-L clarity Matrix G3 55" 1920xl080 500 nit Landscape - 99 Ln What can we help you find? Q Roll over image to zoom in Click on image to zoom Product Questions? Ask Our Experts! Tel:888._3D.3661 sales'fi:creationneloorks.net Contact as today for quantity & package discounts! I scat Sietuq, n tl, atiutnu Planar LX55X2-L clarity Matrix G3 55" 1920x1080 500 nit Landscape - 998-2658-00 PLANAR Authorized Dealer * * * it * No reviews PLANAR SKU: 998-2658-00 * * * * * No reviews i Prue: $7,410.00 �� �uant!ry�: — ! + It. It.— https:l/creationnetworks.net/prod ucts/planar-lx55x2-1-clarity-matrix-g3-55-1920xl 080-500-nit-landscape-998-2658-00?variant=43269000593644&curr... 1 /4 5/28/24, 11:11 AM Planar LX55X2-L clarity Matrix G3 55" 1920x1 O80 500 nit Landscape - 99 2 Share this product Related Products PLANAR PLANAR PLANAR PLANAR PLANAR PLANAR PLANAR Planar LX46X-L- Planar LX55X-V Planar LX55X-L Planar LX55HDU- Planar Ultra Res L Planar URP75 Planar URX8 CRO46" G3 Clar... 55" 1920x1080... 55"G3 Clarity... P-100 55"Matrix... Series URL136-T... UltmRes P Series... HRO-T Ultra. D "n $6,667.00 $6,667.00 $7,727.00 $39,500.00 $6,959.00 $16,6221 Overview Product Highlights Shipping 8t Returns Reviews Planar 998-2658-00 Clarilym• Nlatrix,R G3 LCD Video wall System is the gold standard, marrying superior performance and mission -critical reliability with the industry's narrowest bezels between adjacent LCD displays, for a nearly seamless, powerful solution. It features the industry's thinnest profile, proven off board electronics, powerful video processing, and convenient installation and service. Planate WallSyncuses Smart Genlock to automatically ensure perfectly synchronized video playback without manual configuration. Nationwide Audiovisual Services - Design, Installation & Support - A Partner You Can Trust Creation Networks offers audiovisual a video conferencing services for projects of all sizes - from a single meeting room to a nationwide deployment. You can count on us for your audiovisual technology system's design, configuration, programming, installation, and support. It is Important that you get Top Quality products from the best manufacturers, and then purchase from a trusted partner who tests and installs what they sell, giving you the best value. Our goal at CreationNetworks.net is to only represent the top products and test everything before recommending or selling our solutions. Certifications Our AV experts have earned their professional certifications to design, build, and manage the best AV services for you. View Our Certifications 0 .. q'WI Product Selection Choose from products and national brands to find the right technology for your needs. View Our Vendor Partners Fast Shipping 0 vedited shipping is available. Ile '00 'er hftps:llcreationnetworks.net/products/planar-lx55x2-1-clarity-matrix-g3-55-1920x1080-500-nit-landscape-998-2658-00?variant=43269000593644&curr... 2/4 5/28/24, 11:11 AM Planar LX55X2-L clarity Matrix G3 55" 1920x1080 500 nit Landscape - 99 We are a certified dealer for every brand we sell. Op C3 Knowledgeable Staff Contact our Technical Pros for expert advice We will beat any price Found one orour products cheaper elsewhere? We will beat the price. sales d+creationnetworks.nei Locations >nh�c�ihr https://creationnetworks.net/prod ucts/planar-lx55x2-1-clarity-matrix-g 3-55-192Oxl 080-500-nit-landscape-998-2658-00?variant=43269000593644&curr... 3/4 5/28/24, 11:11 AM Planar LX55X2-L clarity Matrix G3 55" 1920x108O 500 nit Landscape - 99 1-888-230-3661 i Pay J ` VISA 0. 0 https://creationnetworks. netlprod ucts/planar-lx55x2-1-clarity-matrix-g3-55-192Ox1080-500-nit-landscape-998-2658-00?variant=43269000593644&curr... 4/4 5/28124, 11:36 AM PLANAR 998-2164-00 Pro Displays Pro LED Displays eXeitis I ALMO 9Home ) Brands > PLANAR ) PLANAR 998-2164-00 DOWNLOADS Spec Sheet Manual OProduct Video =F ®RM W L as Planar- 998-2164-00 URX85 85" 3840x2160 Multi Source Viewing 24/7 Manufacturer: Planar Category: Pro LED Displays SKU:998-2164-00 Availability: Call MSRP: $10,464.00 PRODUCT HIGHLIGHTS Exceptional Image Color and Clarity The PlanarO Ultra Res X- Series is a range of professional LCD displays with 75" , 85" and 100" 4K resolution (3840 x 2160) with 700-nit brightness and wide color space, perfect for High Dynamic Range (HDR) content. The displays offer superior visual performance with multi -source viewing and advanced processing ideal for applications ranging from collaborative meeting rooms to high -impact digital signage and media rooms. Rugged models with Leyard® ERO-LCD'" (Extended Ruggedness and Optics'") are available, as well as extremely responsive interactive models with up to 32-point touch. hops://w.exertisalmo.coMprodudtletailslPLANAR/998-2164-00 116 6128124, MUM PLANAR 998-2184.00 Pro Displays Pro LED Displays The Planar UltraRes X Series supports native 4K resolution at up to 60 Hz via HDMI 2.0 and DlsplayPort 1.2, enabling smooth motion video and mouse tracking. The displays' HDMI 2.0 inputs are also HDCP 2.2 compliant. It has a redundant power supply and Crestron drivers for versatility. 4K HDR The Planar UltraRes X Series supports HDR content in 4K resolution, While 4K delivers more pixels, HDR maximizes the image quality of each pixel for brighter whites, darker blacks, and more lifelike colors. Advanced Multi -Source Viewing Users can view up to four sources simultaneously with the display's Planar® MecilaPlex- Plus processing. It allows picture -in -picture, dual, triple or quad layouts and storable preset configurations that can be recalled with one command. Remote monitoring can be enabled by users for desired events and emall notifications can be received. For precise image control, each zone allows adjustments to optimize image quality at the source level. Conveniently manage the display of multiple sources with the Planar® UltraResTM' app, available for (Phone®, IPads' or Android'"' devices, Innovative Mounting System The Planar UltraRes X Series features the Planar® Profile'" Mounting System, which creates a very slim, ADA-compliant profile when wall mounted. It provides a lockable front service access mode for maintenance without removing the display from the wall. Enhanced Durability and Clarity The Planar UltraRes X Series displays are optionally available with Leyard ERO LCD technology. This Is an optically bonded glass front that protects the LCD from damage In high -traffic, public environments. Planar UltraRes X Series displays with Leyard ERO-LCD also Improve perceived contrast by more than 300 percent, providing viewers with a high -quality visual experience that Is more legible and Impactful In bright, public spaces, Interactive Options Planar UItraRes XTouch is a fuIIy lfi egrafed Iriterau fc Ve solution witfi built-I6 toucfi technology: ItdeiRers up to 32-point precise touch -without the performance drawbacks of a bulky touch overlay and slower touch technologies, Power Management Planar UltraRes X Series displays are designed for 247 operation and come standard with power redundancy to ensure continuous operation. Crestron Modules Crestron drivers forthe Planar UltraRes X Series make it easier for resellers to integrate and for consultants to recommend the Planar UltraRes Series. Crestron drivers can save hours of programming, Installation, and cost. > Bezel Width: 35.4 mil > Screen Size: 85" > Display Screen Type: LCD > Display Resolution: 2160 x 3840 > Backlight Technology: Direct LED > Scan Format: 2160p > Brightness: 700 Nit > Color Gamut: 88% NTSC > Ethernet: Yes SPECIFICATIONS > Wireless LAN: Yes > HDMI: Yes > DlsplayPort; Yes > Serial: Yes > Number of DlsplayPorts: 1 > Input Voltage;120 V AC > Input Voltage: 230 V AC > Product Color: Black > VESA Mount Standard: 600 x 400 > Mount Type: Wall Mountable General Information Manufacturer Leyard Manufacturer Part Number 998-2164-00 Manufacturer Website Address http://www.planar.com Idips:/Mwv.exertlsalmo.com/producldstallslPLANAR199B.2164-00 216 6128124, 11:36 AM PLANAR 998-2164.00 Pro Displays Pro LED Displays Brand Name Planar Product Line UltraRes Product Series X Product Model URX85 Product Name UltraRes URX85 Digital Signage Display Product Type Digital Signage Display Technical Information Bezel Width 35.4 mil Display & Graphics Screen Size 85" Display Screen Type LCD Display Resolution 2160 x 3840 Pixel Pitch 19.2 mil Backlight Technology Direct LED Video Scan Format 2160p Color Depth 10-blt Brightness 700 Nit Color Gamut 88% NTSC Network & Communication Ethernet Yes Wireless LAN Yes Interfaces/Ports HDMI Yes DlsplayPort Yes Serial Yes Number of DlsplayPorts 1 Power Description Input Voltage 120 V AC 230 V AC Physical Characteristics Color Black VESA Mount Standard 600 x 400 Mount Type Wall Mountable Miscellaneous UltraRes URX85 Digital Signage Display US power cord HDMI cable Package Contents IRsensor remote control 2 x lifting straps QuickStart Guide Environmentally Friendly Yes Environmental Certification cTUVus RoHS Country of Origin United States TAA Compliant Yes Warranty Limited Warranty 3 Year 1 h8ps://%Vmv.exertlsalmo,conVproductdotalls/PLANAR/998-2164-00 3/8 6128/24, 11:36 AM PLANAR 998.2194-00 Pro Displays Pro LED Displays Overview Planar UltraRes URX85 Digital Signage Display 85" LCD - 2180 x 3840 - Direct LED - 700 Nit - 2160p - HDMI - Serial - Wireless LAN - Ethernet - Black - TAA Compliant Exceptional Image Color and Clarity The Planar@ UltraRes XTM Series Is a range of professional LCD displays with 75" , 86" and 100" 4K resolution (3840 x 2160) with 700-nit brightness and wide color space, perfect for High Dynamic Range (HDR) content. The displays offer superior visual performance with multi -source viewing and advanced processing ideal for applications ranging from collaborative meeting rooms to hlgh-Impact digital signage and media rooms. Rugged models with Leyard@ ERO-LCDTM (Extended Ruggedness and OpticsTM) are available, as well as extremely responsive Interactive models with up to 32-point touch. The Planar UltraRes X Series supports native 4K resolution at up to 60 Hz via HDMI 2.0 and DlsplayPort 1,2, enabling smooth motion video and mouse tracking. The dlsplays' HDMI 2.0 Inputs are also HDCP 2.2 compliant. It has a redundant power supply and Crestron drivers for versatility. 4K HDR The Planar UltraRes X Series supports HDR content In 4K resolution. While 4K delivers more pixels, HDR maximizes the Image quality of each pixel for brighter whites, darker blacks, and more lifelike colors. Advanced Multi -Source Viewing Users can view up to four sources simultaneously with the display's Planar@ MediaPlexTM Plus processing. It allows picture -In -picture, dual, triple or quad layouts and storable preset configurations that can be recalled with one command. Remote monitoring can be enabled by users for desired events and email notifications can be received. For precise Image control, each zone allows adjustments to optimize Image quality at the source level. Conveniently manage the display of multiple sources with the Planar@ UltraResTM app, avallable for IPhone@, IPad@ or AndroldTM devices. Innovative Mounting System The Planar UltraRes X Series features the Planar(g) Profllelm Mounting System, which creates a very slim, ADA-compliant profile when wall mounted. It provides a lockable front service access mode for maintenance without removing the display from the wall. Enhanced Durability and Clarity The Planar UltraRes X Series displays are optionally available with Leyard ERO LCD technology. This Is an optically bonded glass front that protects the LCD from damage In high -traffic, public environments. Planar UltraRes X Series displays with Leyard ERO-LCD also Improve perceived contrast by more than 300 percent, providing viewers with a high -quality visual experience that Is more legible and Impactful in bright, public spaces. Interactive Options Planar UltraRes X Touch Is a fully Integrated Interactive solution with built-in touch technology. It delivers up to 32-point precise touch without the performance drawbacks of a bulky touch overlay and slower touch technologies. Power Management Planar UltraRes X Series displays are designed for 24x7 operation and come standard with power redundancy to ensure continuous operation. Crestron Modules Crestron drivers for the Planar UltraRes X Series make it easier for resellers to integrate and for consultants to recommend the Planar UltraRes Series. Crestron drivers can save hours of programming, installation, and cost. Package Contents; • UltraRes URX86 Digital Slgnage Display • US power cord • HDMI cable • IR sensor • remote control • 2 x lifting straps • QuickStart Guide Videos Planar UltraRes URX85 Digital Signage Display hllpsJAvww,exerUcalmo.com/produotdatells/PLANAR/998-2164-00 416 5128124. 11:36 AM PLANAR 990 2I64-00 Pro Displays Pro LED Displays Gallery (https:/Icontent.etilize.com/1300/1067424360.jpg) (Iittp://www.edIize.com) Products Audio Audio&Video Conferencing AV Furniture Cablin Camemly5terns Cameras Control Systems Digital S' nage Hardware and Software Direct -View LED Displays Drones Health & Safety Hospitality 121sp-1-Y5 MounLs Networking Brands Services Control Systems and D5P Programming Business Communications Drafting and Engineering Services Labor and Projec[ Support Resources Calculator Tools Product Promotions Dealer Spills Drone Solutions osgitali Solutions Sitemaps F-' I ® tovi rag 5iil Ran EWA Tour (https://content.etiliz User -Manual (htips://content.etiliz e.com/Tour/1067424 360/index.himl) e.com/User- ManuaV1067424360 .pdf) Manufacturer - Brochure (h ttps://content. etiliz e. com/Ma nLifaclurer- Brochure/10674243 60.pdq Outdoor Displays Power Pro Displays Projection Services Si nal Distribution Wireless Collaboration Speakers Surveillance and Securitv Television Touch Displays Education Webinars odcasts E4 Trainings Blog Events E4 Experience InfoComm News Press Releases In the News hltps:l/wvrv.exedisalmo.comlproducldetails/PLANARI998-2164-00 5/6 ' 6128124, 11:38 AM PLANAR 998-2164-00 Pro Displays Pro LED Displays Shem p. SitemaR Prodocts Downloads Line Card Return Allowance About Exertis Almo Contact Us BDMs Sales Team In the News Sustalnabllitg eACCESS'" Login Connect with us Q Copyright 2024 Almo Corporation, a DCC business. All Rights Reserved Sustainability I Privacy Policy I Program & Terms I Trademark Policy I Contact Us I New to Eaertis AImo7 I Supplier Code otpraclice _r Almo Corpordte Home �r htlps:tlA,Awl.exerllselmo.con✓producldetalls/PLANAR1998-2164-00 616 5/28/24, 1,2::113 PM Planar UIIraRes X URX85 85" LED -backlit LCD display - 4K - for digital signage / interactive communication - TAA - 998-2164-00 - Large Formal Displays - CDW.com CDr, Hardware Software Services IT Solutions Brands What canwe helpyou find today? W._......_,._.__..-r_..._._.....V._.._._.._.�_-�__,.___._,... Notifications Sign In Cart Planar Ultra Res X URX85 85" LED -backlit LCD display - 4K - for digital signage / interactive communication - TAA MFG M 998-2164-00 CDW N 6588604 UNSPSC 43211902 $18,464.08 Save S1385.01 $9, 078.99 Advertised Price Lease Pricing Available 0 Not Yet Reviewed i0i Availability: 4-6+ Weeks 1 Expected in -stock date for this item is between 4-6 weeks. Item will ship once it is in stock. Add to Cart �] Add to Compare Save to Favorites Quick 0 • 85" Dial Questions about interactive digital signage backlit Monitors & Displays7 . HDR • 4KUHD Letrnehelp! TAACompliant https://www.cdw.com/producUplanar-ultrares-x-unt85-85-led-backlit-lcd-display-4k-for-digital-sign]6588604 113 5/28/24. 12:13 PM Planar UllraRes X URX85 85" LED -backlit LCD display - 4K - for digital signage / Interactive communication -TAA - 998-2164-00 - Large Format Displays - CDW.com • direct -lit LED View All 1 Know Your Gear The Planar UltraRes X URX85 is a TAA Compliant, 4K, HDR, professional85" LCD display with on -board processing for viewing up to four content sources simultaneously. It features an OPS slot for additional connectivity, and a redundant power supply. With the optional Planar Profile Mounting System it can achieve ADA compliance I opening it to use In more environments ranging from meeting spaces to high Impact digital signage and media rooms. Tech Specs Expandallspecs + Overview Included Items Connectivity Dimensions & Weight V Display & Graphics Physical Characteristics Video Certifications & Listings Power Questionsabout Service & Support Monitors & Displays? 1 Let me help! j Techni i { Compatibility hitps://www.cdw.com/product/planar-ultrares-x-urx86.85-led-backlit-lcd-display-4k-for-dlgltal-sign/6688604 2/3 5/28124,12:13 PM Product Information Planer UllraRes X URX85 86' LED -backlit LCD display - 4K -for digital slgnege / Interactive communication -TAA - 998-2164-00 -Large Format Displays - CDWCom With full -stack expertise, CDW helps you design, orchestrate and manage technologies that drive business success. Cunha An 6Pwt: P a00.H00-42;, I Email U5 Energy & Performance What We Solve AaoUTUS HOWCANWENELP Research Hub Wh,cuw Cmwniersuppen_'FAQ. Products About U,, ePm.wemenl Ac Sn.bility 5tatament e-Wastw Rorydmg My Account ryee Leasinr5en1ces Quick Order Status Olvrrsayaodlndo.ran P.6,ctIeceua E56 C.'rwme Gil.. Imr=,tor Relations Pmdutt F'nrder; Imematianal Solutioo5 COW OWN Lacatinns ne nroum A W&3 SuPPlien SoshinOhfiity Site Map vacy otice Cookie Notice Terms and Conditions Do NotSellorShareMyPersonallnformotlon-CurrentlyShar g 1v 1 COt4 CDw-G Ca.dn COW-uK Copyright 0 2007 - 2024 CDW. All Rights Reserved. CDW°, CDW-GO and PEOPLE WHO GET IT* are registered trademarks of CDW I.I.C. All other trademarks and registered trademarks are the sole property oftheir respective owners. Questions about j Monitors&Displays? tt Let mehelpl k h ltps://www,cdw.com/producVp lanar-u ltrares-x-urx8"6-led-backlit-lcd-d(splay-4k-for-dlgltal-sig n/6588604 3/3