HomeMy WebLinkAboutReso 21-2021 (21-27)City of South San Francisco P.O. Box 711 (City Hall,
400 Grand Avenue)
Igo South San Francisco, CA
City Council
Resolution: RES 21-2021
File Number: 21-27 Enactment Number: RES 21-2021
A RESOLUTION APPROVING A PURCHASE
AGREEMENT WITH WATSON CONSOLES TO
PURCHASE FURNITURE AND EQUIPMENT FOR
THE CIVIC CAMPUS PROJECT, PHASE I, POLICE
OPERATIONS & 911 DISPATCH CENTER IN AN
AMOUNT NOT TO EXCEED $151,339.26.
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 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 an existing government
contract included by the state Department of General Services on the California Multiple Award
Schedules ("CMAS") (Contract: 4-17-71-0079C, dated: January 25, 2017 and expiring January 31,
2022); and
WHEARAS, staff has reviewed and confirmed cooperative purchase contract is valid and in
compliance
City of South San Francisco Page 1
File Number. 21-27
with local, state and SSF purchasing procedures; and
Enactment Number. RES 21-2021
NOW, THEREFORE, BE IT RESOLVED, by the City Council of the City of South San
Francisco adopts a resolution approving a Purchase Agreement with Watson Consoles in an amount not
to exceed $151,339.26 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 Watson
Consoles 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 t AAM &L,
R 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 WATSON CONSOLES
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 Watson
Consoles (“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 dispatch desk assemblies 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
one hundred and fifty-one thousand and three hundred and thirty nine dollars and twenty six cents ($ 151,339.26).
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) Vendor 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 Vendor 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 workman ship. 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, Ve ndor 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 S ection
1775, as may be amended, per day penalty for each worker paid less than prevailing r ate 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 name, addr ess,
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 A. 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 590s (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:
Watson Consoles
26246 Twelve Trees Lane
Poulsbo, WA 98370
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 WATSON CONSOLES
A Municipal Corporation
By:___________________________ By:___________________________
City Manager
Approved as to Form:
__________________________
City Attorney
2729963.1
26246 Twelve Trees Lane NW, Poulsbo, Washington 98370
360.394.1300 [email protected]
THANK YOU FOR SELECTING
WATSON CONSOLES!
console furniture. We need a few things from you to get started
and have listed those below.
Watson will not proceed with your order until all items are
received. Upon receipt of all documents, Watson will process
your order and notify you of your confirmed installation date.
Email the signed documents directly to me or fax them to
my attention.
Note: There will be a $500, net per order, Finish Configuration
Fee added if you select a non-standard Watson Finish.
If you have any questions, please let me know!
Required Documents
1)Signed Drawings: Please review all of your drawings for accuracy. The consoles will be produced as shown
in these drawings. If the drawings are correct in layout, room dimensions and console configuration, please
sign each page where it says “approved."
2)Signed Contract or Purchase Order (Net 30 Days, deposit may be required)
3)Signed Color Selection Sheet
4)Signed Statement of Understanding including: Target Installation Date & Building Access Information
26246 Twelve Trees Lane NW, Poulsbo, Washington 98370
360.394.1300 [email protected]
STATEMENT OF UNDERSTANDING
Final Delivery Information
Client:
Onsite Contact Name: Phone:
E-mail Address:Fax:
Delivery Address:
Desired Installation Date: Standard Lead Times are 8-10 weeks for Shipment of Furniture, after
Receipt of Complete Order sign-off.
Facility Information:
Is the building capable of accommodating a 53’ truck–semi with trailer? YES or NO
Is there a loading dock available? YES or NO
Change Orders
Once a Complete Order has been turned into Watson
Consoles (Watson Furniture Group), you will have 5
business days to make any changes or cancellations to
the order which includes, and is not limited to, the style or
layout of the furniture and the finish colors. After 5 days,
Watson may charge a Change Order Fee of a minimum of
$500. At that time, a revised quote and new drawings will
be issued. The Revised Drawings will have to be
approved and signed by the customer and returned to
Watson with an updated Purchase Order. The five day
grace period will begin again with the acceptance of the
approved revisions. Changes may affect lead time of the
product.
Storage
Watson understands that projects sometimes face
unforeseen delays. If the request to move an order out is
received more than 5 weeks prior to the acknowledged
delivery date, we can likely accommodate that request
without additional cost. If the request to move an order out
is received less than 5 weeks prior to the acknowledged
delivery date, customers may opt to store on site or a
customer sourced location. Watson can also arrange
storage at a cost of $1 per day per $1,000 of the Total
Order Net. Storage would be considered delivery to the
customer for all purposes, including invoicing.
Payment Terms
When credit is extended for net thirty 30 days, payment is
due within 30 days of shipment. If there are installation
exceptions the customer is permitted to withhold 10% until
satisfactory installation is completed without incurring
interest or fees. The remaining 90% is due within 30 days
of shipment.
Delivery and Installation
Watson Consoles will plan the delivery and installation
of console furniture based on the desired installation
date listed above. Depending upon lead times and
order size an alternate date may be given to the order
and will be noted on the order acknowledgment. We
ask that a point of contact (POC) be identified at the
installation site. The POC must be accessible
throughout the install and have the authority or access
to the person of authority to make decisions related to
the console installation. Upon completion of the
installation the POC would need to be available to
complete final walkthrough and installation inspection.
Failure to provide such a contact assumes the
installation has been accepted as reported.
The install date given is in understanding that the room
where the furniture is to be installed will be ready for
delivery and installation of console furniture on the
scheduled delivery date. If the install date needs to move
out or the room is not ready by the acknowledged date,
Watson will need to have at least 5 weeks to reschedule
the installation of console furniture. If travel arrangements
have already been made there may be a return trip cost
added to the final invoice.
I understand and agree to all stated terms
within this document.
Authorized Signature
Date
Quote Date
360.394.1300 www.watsonconsoles.com
CONSOLE PLAN 01
CMAS Contract:4-17-71-0079C
Contract Period: 01/25/2017-01/31/2022
Includes Freight
*FSO QUOTE PACKAGE*
Project Summary:
Qty 10 Mercury Standard Consoles: (8) 96" Primaries (2) 78" Primaries w/ 48" Screens + End
Stacker Storage
Each Console Includes:
Electronically Height Adjustable Work Surface with Techlink
Stationary Height Monitor Array
38" Monitors Receive Focal Depth Adjustable Arms & 19" Monitors Receive Extended Fully
Articulating Arms
Environment Control Package - Includes Forced Air Heat, Cooling Fans, LED Ambient Lighting &
Dimmable LED Task Lighting
Technology Cabinet and Bridge with Active Ventilation to Accommodate CPU's
Pallet Storage
Status Light (Red/Yellow/Green) *Dispatchers Only*
Qty 8 Technology Ports to Include: (4) USB-A, (1) USB-CH, (1) 3.5, (1) RJ11/12 & (1) CAT6
Installation based on empty room, one trip, 1st floor WITH prevailing wage requirements.
1. State and Local Taxes will apply unless proof of exemption is provided with the Purchase Order.
2. Deposit may be required with order; Net 30 days of Shipment of Product.
3. Chairs are for representational purposes only.
4.Completed Order consists of a signed Contract or Purchase Order, Signed Drawings, Signed Color Selection Sheet, and Deposit.
5. Change Order Fee (minimum $500) may be applicable for changes after 5 business days of submission.
6. Pricing will be valid for four (4) months after receipt of Purchase Order. Any orders that have not been manufactured within this time frame
NO REP - ANDRAE
11/19/2020 2/19/2021
Watson Factory Rep Firm:
South San Fran
Natalie Thorne
File Name:
Prepared By:
This Document is Confidential & Proprietary (C) 2017 Watson Furniture Group, Inc. All Rights Reserved
South San Francisco Police
Expiration Date Watson Account Manager:
00026518A - FSO
Sales Person:
3603941300
Watson Consoles
26246 Twelve Trees Lane NW
Poulsbo WA 98370
Address Line 1:
City:
Specified For:
South San Francisco
33 Arroyo DriveAddress Line 1:
Daryl Jones
Watson Factory Rep
CA
South San Francisco Police
WA
[email protected]
State:
6505901801
City:
State:
Phone Number:
NO REP - ANDRAE
Email Address:
Poulsbo
Phone Number:
Contact Name:Quint Andrae
26246 Twelve Trees Lane
Console Plan 01 - CMAS FSO QUOTE
Project: South San Francisco Police
Date 11/19/2020 Page 1 / 2
#Qty Part Number Description Sell Ext. Sell
1 4 0001442 STANDARD SINGLE ARM QC BOLT THROUGH FLAT BACK 180 DEGREE STOP $227.37 $909.48
2 1 HC6H153918L-N MERCURY STANDARD HUB, 15''D x 39''W x 18H'', LEFT HAND, NO GROMMET $866.58 $866.58
3 1 HC6H153918R-N MERCURY STANDARD HUB, 15''D x 39''W x 18H'', RIGHT HAND, NO GROMMET $866.58 $866.58
4 5 HC6H243918C MERCURY STANDARD HUB, 24''D x 39''W x 18H'', CENTER $1,398.54 $6,992.70
5 4 HC6H243918L-N MERCURY STANDARD HUB, 24''D x 39''W x 18H'', LEFT HAND, NO GROMMET $948.09 $3,792.36
6 4 HC6H243918R-N MERCURY STANDARD HUB, 24''D x 39''W x 18H'', RIGHT HAND, NO GROMMET $948.09 $3,792.36
7 2 HC6W3678T MERCURY STANDARD WORKSURFACE, 36"D x 78'' W, WITH CONTOUR EDGE,
WITH TECHLINK
$2,717.72 $5,435.43
8 8 HC6W3696T MERCURY STANDARD WORKSURFACE, 36"D x 96'' W, WITH CONTOUR EDGE,
WITH TECHLINK
$2,743.46 $21,947.64
9 4 HG6TD96 MERCURY TECH BRIDGE, DOUBLE SIDED 23'' D X 18''H, FOR A 96''W CONSOLE $960.96 $3,843.84
10 2 HG6TS78G MERCURY TECH BRIDGE, SINGLE SIDED 12'' D X 18''H, FOR A 78''W CONSOLE,
WITH GROMMET
$497.64 $995.28
11 2 HGA MERCURY ARRAY $967.40 $1,934.79
12 2 HGA MERCURY ARRAY $842.99 $1,685.97
13 16 HGA MERCURY ARRAY $1,111.11 $17,777.76
14 1 HGBS1518D-L MERCURY BRIDGE SPACER, 15''D x 18''H DUAL, LEFT HAND $38.61 $38.61
15 1 HGBS1518D-R MERCURY BRIDGE SPACER, 15''D x 18''H DUAL, RIGHT HAND $38.61 $38.61
16 3 HGBS2418D-C MERCURY BRIDGE SPACER, 24''D x 18''H DUAL, CENTER $51.48 $154.44
17 2 HGBS2418D-L MERCURY BRIDGE SPACER, 24''D x 18''H DUAL, LEFT HAND $51.48 $102.96
18 2 HGBS2418D-R MERCURY BRIDGE SPACER, 24''D x 18''H DUAL, RIGHT HAND $51.48 $102.96
19 2 HGESS2L3948DTL MERCURY END STACKER STORAGE, 2 DOOR LOCKER, 11.375"D X 39"W X
48"H, LEFT HAND, DUAL WITH STORAGE
$557.70 $1,115.40
20 2 HGESS2L3948DTR MERCURY END STACKER STORAGE, 2 DOOR LOCKER, 11.375"D X 39"W X
48"H, RIGHT HAND, DUAL WITH STORAGE
$557.70 $1,115.40
21 2 HGESSOD3948DTL MERCURY END STACKER STORAGE, OPEN DOOR, 11.375"D X 39"W X 48"H,
LEFT, DUAL WITH STORAGE
$364.65 $729.30
22 2 HGESSOD3948DTR MERCURY END STACKER STORAGE, OPEN DOOR, 11.375"D X 39"W X 48"H,
RIGHT, DUAL WITH STORAGE
$364.65 $729.30
23 4 HGMBODB245030 MERCURY TEAM BASE, OPEN DOOR BOX, 24"D x 50"W x 30"H $1,033.89 $4,135.56
24 1 HGMPB24208 MERCURY TEAM PALLET, BOX, 24"D x 20"W x 8"H $480.48 $480.48
25 4 HGMPOB24508 MERCURY TEAM PALLET, OPEN BOX, 24"D x 50"W x 8"H $596.31 $2,385.24
26 8 HGPPB24308 MERCURY PERSONAL PALLET, BOX, 24"D x 30"W x 8"H $373.23 $2,985.84
27 1 HGSOCBKT48L MERCURY OUTSIDE CORNER BRACKET, 48''H $21.45 $21.45
28 1 HGSOCBKT48R MERCURY OUTSIDE CORNER BRACKET, 48''H $21.45 $21.45
29 7 HGSR3948F MERCURY RETURN SCREEN, 39''W x 48''H, ALL FABRIC PANEL $373.23 $2,612.61
30 4 HGSRE3948F MERCURY RETURN SCREEN, SINGLE FABRIC PANEL, 39''W x 48''H $287.43 $1,149.72
31 4 HGSRE3948F MERCURY RETURN SCREEN, SINGLE FABRIC PANEL, 39''W x 48''H $287.43 $1,149.72
32 2 HGSS7848F MERCURY SPINE SCREEN, 78''W x 48''H, ALL FABRIC PANEL $600.60 $1,201.20
33 4 HGSS9648F MERCURY SPINE SCREEN, 96''W x 48''H, ALL FABRIC PANEL $716.43 $2,865.72
34 5 HGSWIBKT48 MERCURY INSIDE CORNER BRACKET, 48''H $17.16 $85.80
35 1 HGTB242030L MERCURY TECHNOLOGY BASE, 24"D x 20"W x 30"H, LEFT HAND $763.62 $763.62
36 4 HGTB243030L MERCURY TECHNOLOGY BASE, 24"D x 30"W x 30"H, LEFT HAND $815.10 $3,260.40
37 4 HGTB243030R MERCURY TECHNOLOGY BASE, 24"D x 30"W x 30"H, RIGHT HAND $815.10 $3,260.40
38 2 HHC1518 MERCURY HUB COVER, 15"D x 18"H $25.74 $51.48
39 8 TXXSTATUS-3LPS STATUS LIGHT R/Y/G WITH POWER SUPPLY $622.05 $4,976.40
40 10 TXXTECHAUDIO25 TECH LINK, STEREO AUDIO JACK, (3.5mm CONNECTOR SIZE) - Black, 25Ft $17.16 $171.60
41 10 TXXTECHDATA25 TECHLINK, DATA JACK (CAT6), RJ45, PASS THROUGH PANEL MOUNT - Black,
25 Ft
$30.03 $300.30
42 10 TXXTECHPH25 TECH LINK, PHONE JACK, (RJ11 / RJ12) - Black, 25Ft $12.87 $128.70
43 10 TXXTECHUSB-CHG TECH LINK, USB CHARGER INSERT $68.64 $686.40
44 40 TXXTECHUSB15 TECH LINK, USB INSERT (TYPE A), FEMALE / FEMALE WALL PLATE COUPLER -
Black, 15Ft
$21.45 $858.00
45 38 TXXVESABRKT MERCURY VESA ADAPTER BRACKET $64.35 $2,445.30
46 1 WAKEY-STD MASTER KEY, STANDARD LOCK (082000)$0.00 $0.00
Subtotal Product $110,965.14
INSTALL-WAT $23,279.40
Console Plan 01 - CMAS FSO QUOTE
Project: South San Francisco Police
Date 11/19/2020 Page 2 / 2
#Qty Part Number Description Sell Ext. Sell
Travel Costs $3,650.00
Total $137,894.54
Sales Tax (9.75 %)$13,444.72
Grand Total $151,339.26