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.