Loading...
HomeMy WebLinkAboutReso 20-2021 (21-26)City of South San Francisco P.O. Box 711 (City Hall, 400 Grand Avenue) South San Francisco, CA City Council Resolution: RES 20-2021 File Number: 21-26 Enactment Number: RES 20-2021 A RESOLUTION APPROVING A PURCHASE AGREEMENT WITH SYSTEM & SPACE, INC. TO PURCHASE FURNITURE AND EQUIPMENT FOR THE CIVIC CAMPUS PROJECT, PHASE I, POLICE OPERATIONS & 911 DISPATCH CENTER IN AN AMOUNT NOT TO EXCEED $249,800.00 WHEREAS, on January 8, 2020, the City Council awarded a construction contract to Swinerton Builders of San Francisco, California for the Civic Campus: Phase 1 Police Operations & 911 Dispatch Center (Project No. pf2003; Bid No. 2633) in the amount of $52,553,015; and WHEREAS, on January 8, 2020 the overall Phase 1 budget was adjusted to include Furniture, Fixtures, and Equipment (FF&E) for the new Police Operations & 911 Dispatch Center; and WHEREAS, the existing Police Department furniture has reached the end of economic life; and WHEREAS, new furniture and equipment is needed to serve the City of South San Francisco Police Department operations; and WHEREAS, this agreement is for the purchase of furniture, equipment and installation services; and WHEREAS, the new furniture and equipment has been reviewed and accepted by the Police Department for serviceability and mission usefulness; and WHEREAS, the new furniture and equipment will have an economic lifespan of a minimum of five years; and WHEREAS, South San Francisco Municipal Code section 4.04.040(b) and the City purchasing policy allow the City to purchase goods and services through cooperative purchasing programs with other government agencies, if the contract terms are valid and have been negotiated by another governmental agency using a quote or bid process that substantially conforms to the procedures established by state law and the City purchasing ordinance; and WHEREAS, the new furniture and equipment will be purchased under existing government "piggyback" contract under Sourcewell Cooperative Purchase Contract for Spacesaver (Contract: 010920 -SPC, bidding agency: State of Minnesota, contract date: March 27, 2020); and WHEARAS, staff has reviewed and confirmed cooperative purchase contract is valid and in compliance City of South San Francisco Page 1 File Number: 21-26 with local, state and SSF purchasing procedures; and Enactment Number: RES 20-2021 NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of South San Francisco adopts a resolution approving a Purchase Agreement with System & Space, Inc. in an amount not to exceed $249,800.00 in substantially the same form as attached hereto; and BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the agreement amendments and any other related on behalf of the City upon timely submission of Space and System, Inc., signed contract all other required documents, subject to approval as to form by the City Attorney. At a meeting of the City Council on 1/27/2021, a motion was made by Councilmember Nicolas, seconded by Vice Mayor Nagales, that this Resolution be approved. The motion passed. Yes: 4 Mayor Addiego, Vice Mayor Nagales, Councilmember Nicolas, and Councilmember Coleman Attest by &I— +a Govea Acosta, City Clerk City of South San Francisco Page 2 Page 1 of 4 [Rev:11/14/2016] PURCHASE AGREEMENT BETWEEN THE CITY OF SOUTH SAN FRANCISCO AND SYSTEM & SPACE, INC. These terms and conditions govern the purchase of materials, supplies, and/or equipment, including any related installation, training, and/or minor services and repairs described in this Purchase Agreement (“Purchase Agreement”) by System & Space, Inc. (“Vendor”) for the City of South San Francisco (“City”). Vendor and City are collectively referred to in this Purchase Agreement as “the Parties.” If the Vendor selects subcontractors to execute a portion the terms of this Purchase Agreement, that subcontractor is an agent of the Vendor, and is hereby included by reference as “the Vendor.” 1. Time of Performance. This Purchase Agreement shall commence effective January 28, 2021 and shall end when Vendor has provided to the City the Products and Services described in this Purchase Agreement, and in Exhibit A (“Products” and/or “Services”). The equipment and products listed in Exhibit A must be delivered by September 30, 2021. The installation and other services set forth in Exhibit A must be completed by September 30, 2021. In the event that any of the terms of Exhibit A conflict with this Purchase Agreement, the terms of the Purchase Agreement shall prevail. 2. Description of Goods. Vendor shall perform everything required to be performed and shall provide and furnish to City with high density shelving and lockers and shall complete delivery F.O.B. to the City of South San Francisco on or before 245 calendar days from the date of this Purchase Agreement in strict accordance with the specifications as established by this Purchase Agreement and Exhibit(s), which specifications are incorporated herein and made part of this Purchase Agreement. 3. Description of Purchase. The City hereby agrees to pay Vendor for the Products and/or Services with a not to exceed amount. The total compensation for Products and/or Services performed under this Purchase Agreement is not to exceed two hundred and forty-nine thousand, eight hundred dollars ($ 249,800.00). The City shall pay Vendor invoices for Products and/or Services actually delivered in accordance with this Purchase Agreement. To be eligible for payment, Vendor invoices must itemize the Products and/or Services delivered and the corresponding prices in accordance with this Purchase Agreement. Payment of Vendor invoices does not constitute acceptance of Products and/or Services delivered. Prices of Products and/or Services delivered that are not in accordance with this Purchase Agreement are subject to adjustment. In no event will the prices of Products and/or Services delivered exceed that specified on this Purchase Agreement. Payments shall be subject to adjustment for defects in quality or failure of Vendor to meet terms and conditions herein and in Exhibit A. Such adjustments shall be equal to one hundred percent (100%) of City’s costs to correct such defects or Vendor’s failure to meet Purchase Agreement requirements. 4. Taxes. Vendor shall pay all applicable federal, state and local taxes, which may be chargeable against the delivery of the Products and/or Services listed herein. 5. General Warranties and Product Compliance. Vendor warrants that: (A) All Products and /or Services are as described on this Purchase Agreement conform to all drawings, samples, descriptions and specifications contained in Exhibit A; (B) All Products and/or Services delivered are new and of good merchantable quality, free from material defects of workmanship and fit for the purpose for which sold or provided; (C) Vendo r has good title to all Products delivered and all Products delivered are free from liens and other encumbran ces; and (D) Vendor's delivery and installation of the Products and/or Services will be in strict conformity with all applicable local, state, and federal laws. For purposes of this warranty, any Products or components not meeting the foregoing quality shall be deemed defective. The foregoing warranty provisions shall also be applicable to equipment or materials provided by a third party entity to V endor via this Purchase Agreement. Vendor also expressly warrants and guarantees, for five (5) years that the Products and/or Services furnished by it to City shall be free from breakage or defects of material and workmanship under normal use, service and maintenance from the date of acceptance of the City, and expressly agrees to repair or replace Products and/or Services or any part thereof which proves defective as a result of inferior or defective materials, equipment or workmanship. If within the period stated above, any repairs or replacements in connection with the Products and/or Services are, in the opinion of the City, rendered necessary as a result of the use of inferior or defective materials, equipment or workmanship, Vendor agrees on receipt of notice from City and without expense to the City, for freight, parts or labor, to properly repair, replace or corr ect any and all such defects therein. If Vendor, after such notice, fails to proceed promptly with the terms of this warranty and guarantee, the City may perform the work necessary to effectuate such corrections, repairs and replacements, and recover the cost thereof from Vendor. 6. Damage to City Facilities. Damage to City or public facilities or private property caused by the Vendor or by its subcontractors during delivery or installation shall be repaired and/or replaced in kind at no cost to the City. Page 2 of 4 [Rev:11/14/2016] 7. Site Safety and Cleanup. The delivery and installation site shall be kept clean and free of hazards at all times during installation. After installation is completed at the site, Vendor shall clean the surrounding area to the condition prior to installation. 8. Final Inspection and Work Acceptance. Finished installation work and/or equipment shall be subject to final inspection and acceptance or rejection by the City. 9. Indemnity. To the fullest extent permitted by law, Vendor shall indemnify, defend (with counsel acceptable to the City), and hold harmless the City and its elected and appointed officers, officials, employees, agents, contractors and consultants (collectively, the “City Indemnitees”) from and against any and all liability, loss, damage, claims, expenses and costs (including, without limitation, attorneys’ fees and costs of litigation) (collectively, “Liability”) of every nature arising out of or in connection with the delivery and installation of the Products and/or Services described on this Purchase Agreement or Vendor’s failure to comply with this Purchase Agreement, except such Liability caused by the gross negligence or willful misconduct of the City Indemnitees. 10. Insurance. Before beginning any installation work and continuing throughout the term of this Purchase Agreement, Vendor, at its sole cost and expense, furnish the City with certificates of insurance evidencing that Contractor has obtained and maintains insurance in the following amounts: A. Workers’ Compensation that satisfies the minimum statutory limits. B. Commercial General Liability and Property Damage Insurance in an amount not less than ONE MILLION DOLLARS ($1,000,000) combined single limit per occurrence, TWO MILLION DOLLARS ($2,000,000) annual aggregate, for bodily injury, property damage, products, completed operations and contractual liability coverage. The policy shall also include coverage for liability arising out of the use and operation of any City -owned or City-furnished equipment used or operated by the Vendor, its personnel, agents or subcontractors. C. Comprehensive automobile insurance in an amount not less than ONE MILLION DOLLARS ($1,000,000) per occurrence for bodily injury and property damage including coverage for owned and non -owned vehicles. All insurance policies shall be written on an occurrence basis and shall name the City Indemnitees as additional insureds with any City insurance shall be secondary and in excess to Vendor’s insurance. If the Vendor’s insurance policy includes a self-insured retention that must be paid by a named insured as a precondition of the insurer’s liability, or which has the effect of providing that payments of the self-insured retention by others, including additional insureds or insurers do not serve to satisfy the self-insured retention, such provisions must be modified by special endorsement so as to not apply to the additional insured coverage required by this agreement so as to not prevent any of the parties to this agreement from satisfying or paying the self-insured retention required to be paid as a precondition to the insurer’s liability. Additionally, the certificates of insurance must note whether the policy does or does not include any self-insured retention and also must disclose the deductible. The City Risk Manager, in writing, may approve a variation in the foregoing insurance requirements. A valid and executed approval by Risk Manager must accompany this Purchase Agreement for a variation to be binding. 11. Prevailing Wage. Where applicable, the wages to be paid for a day's work to all classes of laborers, workmen, or mechanics on the work contemplated by this Purchase Agreement, shall be not less than the prevailing rate for a day’s work in the same trade or occupation in the locality within the state where the work hereby contemplates to be performed as determined by the Director of Industrial Relations pursuant to the Director’s authority under Labor Code Section 1770, et seq. Each laborer, worker or mechanic employed by Vendor or by any subcontractor shall receive the wages herein provided for. The Vendor shall pay two hundred dollars ($200), or whatever amount may be set by Labor Code Section 1775, as may be amended, per day penalty for each worker paid less than prev ailing rate of per diem wages. The difference between the prevailing rate of per diem wages and the wage paid to each worker shall be paid by the Vendor to each worker. An error on the part of an awarding body does not relieve the Vendor from responsibility for payment of the prevailing rate of per diem wages and penalties pursuant to Labor Code Sections 1770 -1775. The City will not recognize any claim for additional compensation because of the payment by the Vendor for any wage rate in excess of prevailing wage rate set forth. The possibility of wage increases is one of the elements to be considered by the Vendor. A. Posting of Schedule of Prevailing Wage Rates and Deductions. If the schedule of prevailing wage rates is not attached hereto pursuant to Labor Code Section 1773.2, the Vendor shall post at appropriate conspicuous points at the site of the project a schedule showing all determined prevailing wage rates for the various classes of laborers and mechanics to be Page 3 of 4 [Rev:11/14/2016] engaged in work on the project under this contract and all deductions, if any, required by law to be made from unpaid wages actually earned by the laborers and mechanics so engaged. B. Payroll Records. Each Vendor and subcontractor shall keep an accurate payroll record, showing the na me, address, social security number, work week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by the Vendor in connection with the public work. Such records shall be certified and submitted weekly as required by Labor Code Section 1776. 12. Payment of Employment Taxes; Tax Withholding. Vendor is solely responsible for the payment of employment taxes incurred under this Agreement and any similar federal or state taxes. To be exempt from tax withholding, Vendor must provide City with a valid California Franchise Tax Board form 590 (“Form 590”), as may be amended and such Form 590 shall be attached hereto and incorporated herein as Exhibit B. Unless Vendor provides City with a valid Form 590 or other valid, written evidence of an exemption or waiver from withholding, City may withhold California taxes from payments to Vendor as required by law. Vendor shall obtain and maintain on file for three (3) years after the termination of this Agreement, Form 59 0s (or other written evidence of exemptions or waivers) from all subcontractors. Vendor accepts sole responsibility for withholding taxes from any non-California resident subcontractor and shall submit written documentation of compliance with Vendor’s withholding duty to City upon request. 13. Termination. In addition to all other legal and equitable rights of the City, the City may terminate this Purchase Agreement upon notice to the Vendor. If the City terminates this Purchase Agreement, the City will pay the Vendor for Products and/or Services accepted in accordance with this Purchase Agreement prior to the date of termination. 14. Prevailing Party. In the event that either party to this Purchase Agreement commences any legal action or proceeding (including but not limited to arbitration) to interpret the terms of this Purchase Agreement, the prevailing party in such a proceeding shall be entitled to recover its reasonable attorney’s fees associated with that legal action or proceeding. 15. Notice. All notices and other communications which are required or may be given under this Agreement shall be in writing and shall be deemed to have been duly given (i) when received if personally delivered; (ii) when received if transmitted by telecopy, if received during normal business hours on a business day (or if not, the next business day after delivery) provided that such facsimile is legible and that at the time such facsimile is sent the sending Party receives written confirmation of receipt; (iii) if sent for next day delivery to a domestic address by recognized overnight delivery service (e.g., Federal Express); and (iv) upon receipt, if sent by certified or registered mail, return receipt requested. In each case notice shall be sent to the respective Parties as follows: Vendor: System and Space, Inc. 500 Boulder Court, Suite B Pleasanton, CA 94566 City: City Clerk City of South San Francisco 400 Grand Avenue South San Francisco, CA 94080 16. Assignment, Governing Law. The Vendor may not assign any of Vendor's obligations under this Purchase Agreement without the City’s prior written approval. This Purchase Agreement is governed by California law. The jurisdiction for any litigation arising from this Purchase Agreement shall be in the state of California, and shall be venued in the County of San Mateo. 17. Severability. If any portion of this Purchase Agreement is held invalid, the Parties agree that such invalidity shall not affect the validity of the remaining portions of this Purchase Agreement. 18. Entire Agreement. This Agreement represents the entire and integrated agreement between the Parties. This Purchase Agreement may be modified or amended only by a subsequent written agreement signed by both Parties. 19. Execution in Counterpart. This Agreement may be executed in counterparts and/or by facsimile or other electronic means, and when each Party has signed and delivered at least one such counterpart, each counterpart shall be deemed an original, Page 4 of 4 [Rev:11/14/2016] and, when taken together with other signed counterpart, shall constitute one Agreement, which shall be binding upon and effective as to all Parties. CITY OF SOUTH SAN FRANCISCO SYSTEM AND SPACE, INC. A Municipal Corporation By:___________________________ By:___________________________ City Manager Approved as to Form: __________________________ City Attorney 2729963.1 1 Systems and Space Inc. Proposal to Improve Space Management and Storage Capacity South San Francisco, City of South San Francisco - Community Civic Center November 23, 2020 Submitted To: Michael Rudis Master Sergeant South San Francisco, City of 1 Chestnut Avenue South San Francisco, CA 94080 Submitted By: Matt Meyer Systems Planner Systems & Space, Inc. 500 Boulder Court, Suite B Pleasanton, CA 94566 (925) 426-1955 We have set the standard in customer care - Because we understand the composition and characteristics that are intrinsic to space management and capacity planning. 2 Business Healthcare Library Museum Design This proposal includes an architectural drawing to allow for visual acceptance. The drawing outlines room dimensions, system dimensions, stored media - existing plus increased capacities and storage weight. Floor Loading Floor load data that applies to the project is subject to interpretation by a certified structural engineer. SSI is providing reference data for determining load and distribution conditions. Floor load and considerations are to be reviewed and evaluated by a qualified engineer. It is the responsibility of client to have this system approved for the floor loading if needed. SYSTEMS & SPACE, INC. can assist with the floor load assessment process. We will work directly with your structural engineer or we can provide a certified structural engineer and consulting. A complete analysis, including any required building modifications, designs and supporting structural calculations, will be prepared for a fixed fee. The fee will be determined by the complexity of the project and pricing will be submitted at your request. Delivery, Installation, Training and Warranty Components and materials will be shipped approximately 6-8 weeks upon receipt of purchase order and completed checklist. A field service supervisor and job crew leader will be assigned prior to the system installation. They will remain with the project until completion to control all scheduling, freight, elevator access and all phases of the installation to assure complete satisfaction with minimal disruption to your staff. Spacesaver warrants that all equipment shall be free from defects in materials and workmanship for five (5) years from the date of the customer’s written acceptance of installation – to assure complete satisfaction. This proposal is based on installation utilizing a Monday-Friday workweek and non- union hours of 8:00 AM – to 5:00 PM. Should you require different hours, other options are available. SSI will provide unlimited training to all users to assure optimal use of your system. Extended Warranty Programs Extended warranty programs are available to protect and preserve your investment. These programs include 1st priority service response and covered check-up appointments throughout the years. For more information, simply ask your Systems Planner. Why Spacesaver? SPACESAVER is the industry leader in high-density mobile file systems. Spacesaver has been in business since 1972 and has more installations than all of its competitors. For material protection, storage efficiency, durability, reliability, security, safety, and accessibility, Spacesaver is the state of the art solution for all your storage requirements. Who Is Systems & Space? SYSTEMS & SPACE, INC. (SSI) is a premier provider of space, storage and filing solutions for today’s business environment. Since 1988 we’ve been developing complete storage and space management strategies and solutions – for all types of businesses. We are experts at individual systems analysis, systems hardware, engineering and implementation. Our mission is to deliver your project on time, within budget – and trouble free. Executive Summary SYSTEMS & SPACE, INC., is pleased to present this proposal to the space management team at your company. The attached detailed architectural drawings outline your specific requirements and our solution. This proposal is available for acceptance 30 days from the cover date. Why Systems & Space, Inc.? In order to complete this project on time, with high quality results, it is essential to select a company that can work within your timelines, budget and meet your planning requirements, now and for the long term. SSI possesses the capability to ensure the success of this project because: • SSI understands the scope of your specific planning requirements • SSI engineering, project management experience and system planning are unparalleled in the industry • SSI has a longstanding partnership with Spacesaver Corporation • SSI offers extended warranty programs to preserve your investment for years to come. The SSI management team is committed at every level to the success of your project. This proposal will demonstrate to you that selecting SSI as your storage solution partner will create smarter storage initiatives and help uncover the space needed to grow. Government Partners in Progressive Storage Solutions Justice 3 Investment Drawing No. Description Investment 18831-111820-R3 Spacesaver High-Density Mechanical Assist Mobile Shelving, Static 4-Post Metal Shelving, Wide Span Heavy Duty Metal Shelving, Day Use Lockers & Cal Wire Welded Wire Lockers. $234,600.00 18831-OPT1-111820 Above and attached scope of work with High-Density Mechanical Assist Mobile Shelving Increased to a total height of 120”(nominal) and (2) Additional Shelves per Section $249,800.00 Please see Attached Scope of Work for Detailed Quantities and Sizes Please see Drawings for Locations and Configurations The Investment includes all materials, tax, freight and installation for the Spacesaver system. Systems & Space, Inc. is not responsible for any additional engineering fees. If a client elects to pay for our Seismic Calculation Services, it includes a standard set of calculations. Any additional engineering or product modifications will be an add on cost to the client. Our price is valid for 60 days from the date of this proposal. Sourcewell Contract Purchases The Sourcewell has awarded KI/Spacesaver with a national competitively bid contract governed by a national municipal contracting agency. When purchasing under the Sourcewell contract, please use the following guidelines in preparing your purchase orders: The purchase order will be made payable to: Systems & Space, Inc. Please include the following information on your purchase order: Sourcewell Contract Number: 010920-SPC Remit purchase order to: Systems & Space, Inc. 500 Boulder Court, Suite B Pleasanton, CA 94566 CALIFORNIA STATE CONTRACTOR’S LICENSE NUMBER 599899 DIR CONTRACTOR’S REGISTRATION NUMBER 1000007450 Payment Terms *50% Deposit with order *40% Order ships from factory *10% Balance due upon completion  Client Approval Print Name Date Systems Planner: Matt Meyer Project #18831 Systems & Space Inc. Guarantees the Success of Your Project! 4 South San Francisco Police Department Storage Solutions – Scope of Work (see drawings for locations, configurations & capacities) Janitor – 1134: Spacesaver 4-Post Metal Shelving • (2) Static Shelving Section – [U13]-36”W x 24”D x 95.75”H • (1) Static Shelving Section – [U21]-30”W x 18”D x 95.75”H • Shelving Section above contains: (6) Shelves with backstops, not including top canopy shelf. Top canopy shelf contains supports. Long Term Storage – 1205: Spacesaver 4-Post Metal Shelving • (9) Static Shelving Sections – [U19]-42”W x 24”D x 95.75”H • (1) Static Shelving Section – [U20]-36”W x 24”D x 95.75”H • Each Shelving Section above contains: (3) Shelves with backstops, not including top canopy shelf. Top canopy shelf contains supports. Janitor/Storage – 1209: Spacesaver 4-Post Metal Shelving • (1) Static Shelving Section – [U18]-30”W x 24”D x 95.75”H • Shelving Section above contains: (6) Shelves with backstops, not including top canopy shelf. Top canopy shelf contains supports. Destruction/Staging – 1211: Spacesaver Wide Span Heavy Duty Metal Shelving • (1) Wide Span Shelving Section – [WS2]-84”W x 48”D x 120”H • Each Shelving Section above contains: (4) Shelves with Solid Steel Decking. General Property Storage – 1212: Spacesaver High Density Mechanical Assist Mobile Shelving • (1) Carriage – 19’L x 36”W o Carriage contains: (8) – [U2]-42”W x 18”D and (4) – [U1]-30”W x 18”D Shelving Sections • (2) Carriages – 21’L x 36”W o Each Carriage contains: (12) – [U2]-42”W x 18”D Shelving Sections • (2) Carriages – 21’L x 52”W o Each Carriage contains: (14) – [U3]-36”W x 26”D Shelving Sections • (1) Fixed Platform – 19’L x 18”W o Carriage contains: (4) – [U4]-42”W x 18”D and (2) – [U11]-30”W x 18”D Shelving Sections • (1) Fixed Platform – 21’L x 26”W o Each Carriage contains: (7) – [U3]-36”W x 26”D Shelving Sections • All Shelving Sections above contain: (7) Shelves, not including top canopy shelf, with a height of 86.75” and a Total Mobile Shelving System Height of 93.5” o PLEASE NOTE: See additional option to Increase Mobile Shelving to a total height of 120”(nominal) and (2) Additional Shelves per Section 5 Spacesaver 4-Post Heavy Duty Metal Shelving • (3) Static Shelving Sections – [U12]-48”W x 24”D x 92.75”H • Each Shelving Section above contains: (4) Heavy Duty Shelves and supports, not including top canopy shelf, with 640lbs. capacity per shelf Vertical Bin Storage • (1) Vertical Bin Storage Unit – 60”W x 24”D x 60”H (see image on drawing). Drug Vault – 1213: Spacesaver 4-Post Metal Shelving • (7) Static Shelving Sections – [U16]-36”W x 24”D x 97.25”H • (2) Static Shelving Sections – [U17]-30”W x 24”D x 97.25”H • Each Shelving Section above contains: (8) Shelves with backstops, not including top canopy shelf Large Item Storage – 1214: Spacesaver Wide Span Heavy Duty Metal Shelving • (1) Wide Span Shelving Section – [WS1]-96”W x 48”D x 120”H • (1) Wide Span Shelving Section – [WS2]-84”W x 48”D x 120”H • Each Shelving Section above contains: (4) Shelves with Solid Steel Decking Valuables Room – 1223: Spacesaver 4-Post Metal Shelving • (2) Static Shelving Section – [U21]-30”W x 18”D x 95.75”H • (1) Static Shelving Section – [U22]-36”W x 18”D x 95.75”H • Shelving Section above contains: (6) Shelves with backstops, not including top canopy shelf. Top canopy shelf contains supports. Weapons – 1224: Spacesaver 4-Post Metal Shelving – LONG GUN BOXES • (1) Static Shelving Section – [U5]-48”W x 26”D x 85.25”H • (1) Static Shelving Section – [U7]-48”W x 26”D x 85.25”H • (1) Static Shelving Section – [U6]-42”W x 26”D x 85.25”H • (1) Static Shelving Section – [U8]-42”W x 26”D x 85.25”H • Shelving Sections [E5] & [E7] along with sections [E6] & [E8] above are back-to-back units and contain: (8) Shelves, not including canopy shelf. Units [E5] & [E6] contains back stops Spacesaver 4-Post Metal Shelving – HANDGUN BOXES • (2) Static Shelving Sections – [U9]-48”W x 15”D x 85.25”H • (1) Static Shelving Section – [U10]-36”W x 15”D x 85.25”H • Each Shelving Section above contains: (9) Shelves with backstops, not including top canopy shelf. Armory – 1602: Spacesaver Wide Span Heavy Duty Metal Shelving • (1) Wide Span Shelving Section – [WS5]-84”W x 36”D x 96”H • Each Shelving Section above contains: (3) Shelves with Solid Steel Decking. 6 SWAT – 1609: Spacesaver Wide Span Heavy Duty Metal Shelving • (4) Wide Span Shelving Section – [WS3]-84”W x 30”D x 96”H • (2) Wide Span Shelving Section – [WS4]-72”W x 30”D x 96”H • Each Shelving Section above contains: (3) Shelves with Solid Steel Decking. K-9 Area/Storage – 1611: Spacesaver 4-Post Metal Shelving • (1) Static Shelving Section – [U27]-48”W x 24”D x 95.75”H • Shelving Section above contains: (6) Shelves with backstops, not including top canopy shelf. Top canopy shelf contains supports. After Hours Evidence/Storage – 1615/1616: Cal Wire Welded Wire Lockers • (2) Double tiered storage lockers with ceiling & shelf: Approximately 42"W x 42”D x 96”H o Includes (4) 42" x 44" swing gates equipped with mortise locks • (2) Single tiered storage lockers with ceiling: Approximately 42"W x 42”D x 96”H o Includes (2) 42" x 96" high swing gates equipped with mortise locks. Bike Patrol – 1618: Spacesaver 4-Post Metal Shelving w/ Framed Doors • (1) Static Shelving Section – [U24]-36”W x 24”D x 83.75”H • Shelving Section above contains: (6) Shelves with backstops, not including top canopy shelf, and Frame Mounted doors with Hasp Lock. Patrol – 1619: Spacesaver 4-Post Metal Shelving • (3) Static Shelving Sections – [U26]-42”W x 24”D x 95.75”H - 600 lbs. Capacity per Shelf • Each Shelving Section above contains: (4) Heavy Duty Shelves with backstops, not including top canopy shelf. Transient Property Storage – 1621: Cal Wire Welded Wire Lockers • (3) Double tiered storage lockers with ceiling & shelf: Approximately 42"W x 42”D x 96”H o Includes (6) 42" x 44" swing gates equipped with mortise locks. General Storage – 1622: Spacesaver 4-Post Metal Shelving • (8) Static Shelving Sections – [U19]-42”W x 24”D x 95.75”H • (1) Static Shelving Section – [U23]-42”W x 18”D x 95.75”H • Each Shelving Section above contains: (3) Shelves with backstops, not including top canopy shelf. Top canopy shelf contains supports. Spacesaver Wide Span Heavy Duty Metal Shelving • (4) Wide Span Shelving Section – [WS6]-84”W x 36”D x 96”H • Each Shelving Section above contains: (3) Shelves with Solid Steel Decking 7 Motorcycle – 1623: Spacesaver Day Use Lockers • (8) Day Use Lockers – [DU1]-18”W x 24”D x 36”H – Single Tier o Each Day Use Locker Above contains: (3) Double prong ceiling hooks and hasp locks • (8) Day Use Lockers – [DU2]-18”W x 24”D x 36”H – Double Tier o Each Day Use Locker Above contains: Hasp locks • Each Day Use lockers will be mounted on wall approx. 48” AFF from bottom of locker Spacesaver 4-Post Metal Shelving w/ Framed Doors • (4) Static Shelving Section – [U25]-48”W x 18”D x 83.75”H • Shelving Section above contains: (6) Shelves with backstops, not including top canopy shelf, and Frame Mounted doors with Hasp Lock. Systems Planner: Matt Meyer Project #18831 8 Critical Path to Installation: 12-Week Standard Lead Time Order placed – (see attached checklist) • Week 1 – Systems Ordered by SSI • Week 11 – Product Ships from Manufacturer • Week 12 – SSI receives product and begins installation based on date set with South San Francisco, City of Installation Information: 1. Company Name 2. Contact name at installation area 3. Street Address 4. Suite, Bldg., or Floor 5. City, State, Zip Code 6. Contact Phone # __________________________ Pager/Cell # 7. Fax # __________________________ E-Mail Address Billing Information: 8. Company Name: 9. Accounting Department Contact Name 10. Billing Address 11. Suite, Bldg., or Floor 12. City, State, Zip Code 13. Contact Phone # ___________________________ Pager/Cell # 14. Fax # __________________________E-Mail Address Acknowledgement Information: 15. Company Name 16. Contact name to send order Acknowledgement to 17. Street Address 18. Suite, Bldg., or Floor 20. City, State, Zip Code 21. Contact Phone # ___________________________Pager/Cell Systems Planner: Matt Meyer Project #18831 9 Checklist for Ordering & Developing Spacesaver System Review and sign off on drawings Choose shelving colors from Spacesaver Color Selector: Choose end panels from WilsonArt Laminate book: Attach purchase order and deposit to proposal Sign and date acceptance areas on proposal Client’s Move Date: General Contractor’s Name: Phone # Fax # Mobile # Email Finished Floor Covering Type: Carpet or Tile (Circle one) Finished Floor Covering Installation Date: If project is Existing Construction, is client considering replacing Finished Floor Covering? Yes / No Tile or Carpet (Circle one) Is there a Construction/Move schedule available? Yes or No Project Completion Date: Non union hours of Installation are Monday through Friday 8:00 AM to 5:00 PM. After 5 PM and anytime on Saturday and Sunday is overtime. Security: Do SSI personnel need access badges, escorts, etc? Parking: Are permits required? Yes or No  Client Approval Print Name Date Systems Planner: Matt Meyer Project #18831 10 TERMS & CONDITIONS FOR PRODUCTS, SYSTEMS & INSTALLATIONS 1. GENERAL: These terms & conditions shall apply to sales from SYSTEMS & SPACE, INC. to BUYER and to any quotation by SYSTEMS & SPACE, INC. for sales. These terms & conditions shall not be superseded by any terms & conditions in BUYER’S order. If a Contract Agreement will be issued in lieu of, or in addition to execution of this proposal, Buyer agrees to include this proposal as an Exhibit to the Contract Agreement. 2. PRICING: This proposal is valid for 60 days from the date of the proposal. 3. PAYMENT TERMS: The Buyer shall issue a 30% deposit to SYSTEMS & SPACE INC. with order with balance due upon completion. If the BUYER issues a purchase order for goods and/or services, the BUYER shall state the deposit amount on BUYER’s purchase order. A monthly finance charge of 1 ½% per month shall accrue to the BUYER on all outstanding invoices beyond 30 days. 4. ENGINEERING DATA: The proposal, drawings and/or specifications of any quotation are confidential engineering data, and represent SYSTEMS & SPACE, INC.’S investment in engineering skill and development, and remain the property of SYSTEMS & SPACE, INC. Such are submitted with the understanding that the information will not be disclosed or used in any manner detrimental to SYSTEMS & SPACE, INC. All specifications and dimensions of proposal, drawings are approximate, and are subject to changes during detailed engineering. 5. DELIVERY: Shipping or delivery dates are approximate. SYSTEMS & SPACE, INC. shall not be liable for delays in or failure of delivery due to changes requested by BUYER, or causes beyond its control. At the request of BUYER, BUYER shall make payment as though shipment has been made as specified and for any expenses incurred by SYSTEMS & SPACE, INC. due to BUYER’S request in delaying shipment. 6. STORAGE: If product is stored for more than 30 days at SYSTEMS & SPACE, Inc. due to delays in delivery caused by BUYER, SYSTEMS & SPACE INC. will charge BUYER at the rate of 1% of BUYER’s invoice per month pro-rated daily. 7. SPECIALS: Special items not considered as standard inventory by SYSTEMS & SPACE, INC. and/or manufactured by SYSTEMS & SPACE, INC. to BUYER’S specifications or job requirements, will become the sole property of the BUYER and will not be accepted for return. 8. INSURANCE: SYSTEMS & SPACE, INC. carries Workers’ Compensation insurance with statutory limits as required by law. In addition, SYSTEMS & SPACE, INC. carries General Liability Insurance with $1M occurrence/$2M general aggregate/$2M completed operations, and Auto Liability with $1M combined single limit. Upon request, entities shall be named as Additional Insured under endorsement CG D2 48 080 05. 9. CANCELLATION: On all cancelled orders, BUYER shall compensate SYSTEMS & SPACE, INC. for its performance, commitments and damage as follows: BUYER shall pay SYSTEMS & SPACE, INC. a cancellation fee not to exceed the original purchase price. 10. CONSTRUCTION AREA: BUYER shall provide SYSTEMS & SPACE, INC. with a free and clear construction site. All materials and/or construction shall be removed from the area. BUYER will furnish SYSTEMS & SPACE, INC. with adequate electrical power to efficiently operate the power tools required for the installation. 11. UNLOADING, SPOTTING AND STORAGE: BUYER shall provide SYSTEMS & SPACE, INC. with adequate unloading facilities, and sufficient access to those facilities to insure SYSTEMS & SPACE, INC.’S efficient unloading procedure. Adequate aisles shall be provided by the BUYER to provide efficient handling of the materials from the unloading of storage area to the construction site. 12. COMMENCEMENT OF INSTALLATION AT JOB SITE: SYSTEMS & SPACE, INC. will not be obligated to commence work at job site until receipt of written notice from BUYER that BUYER’S building is ready for use and necessary utilities and equipment are supplied there as well. 13. CHANGES IN WORK: Should the BUYER order changes in the work, such orders and adjustments shall be made in writing to SYSTEMS & SPACE, INC. The contract price shall be adjusted according to the changes in the work specified. 14. COMPLETION: Installation shall be deemed completed upon use of any equipment by BUYER. 15. FLOORS: BUYER is responsible for the load bearing capacity of the floor upon which the proposed installation shall be constructed. 16. FLOOR COVERING: Existing floor covering may require removal prior to the start of our scope of work. Removal and replacement of existing floor covering is specifically excluded from this proposal. Should the client wish Systems & Space, Inc. to remove the existing floor covering, please consult your Systems Planner for a quote for this work. Please note that while Systems & Space, Inc. will use every precaution to maintain the integrity of the existing floor covering, we cannot guarantee that the existing floor covering will be suitable for reuse. Client acknowledges that installation of new floor covering may be required, at an additional cost to client. 17. SURVEYS, PERMITS AND REGULATIONS: BUYER shall procure and pay for all permits, inspections, and/or structural calculations required by any governmental authority for any part of the work performed by SYSTEMS & SPACE, INC., except if otherwise stated. 18. TESTING: All material and equipment for testing the installation shall be provided at BUYER’S expense. At the time that SYSTEMS & SPACE, INC. states to the BUYER that the work is complete, the BUYER will inspect the work and if the work is in conformity with the terms and provisions of the proposal, the BUYER shall accept the same and deliver to SYSTEMS & SPACE, INC. a signed statement of acceptance. If the BUYER fails to so notify SYSTEMS & SPACE, INC. or if the BUYER fails to make such inspection, the work shall be conclusively deemed accepted by the BUYER. 19. LABOR RELATIONS: SYSTEMS & SPACE, INC. is a non-union contractor. Unless specifically outlined in the project specifications and/or bid documentation, our bid will not be based upon compliance with the terms and conditions of any labor agreements. Any requirement to comply with labor agreements identified after submission of this bid will require an increase in our contract amount to reflect this change. Our proposal is based upon an eight (8) hour workday during normal business hours (unless otherwise specified). No provisions have been made for overtime or shift premium pay. 20. LEGAL ACTION: In the event that any legal action is initiated regarding the breach of any terms or conditions of this agreement, the prevailing party shall be entitled to receive in addition to any damages suffered, their court costs and attorney’s fees incurred.  Client Approval Print Name Date Systems Planner: Matt Meyer Project#18831 NOTICE: This proposal contains information that is proprietary to Systems & Space, Inc. and is intended for the use of the City of South San Francisco only. No part of this proposal or the enclosed CAD drawings may be used, reproduced or disclosed to any other party without prior consent of Systems & Space, Inc.