Loading...
HomeMy WebLinkAbout05.N- Police 5.N RESOLUTION (ID # 3400) DOC ID: 3400 A AW CITY OF SAN BERNARDINO — REQUEST FOR COUNCIL ACTION Purchase Order From: Jarrod Burguan M/CC Meeting Date: 11/03/2014 Prepared b . nn•1 E l i � rcNa�cu uy. iviine �%niey, Dept: Police Ward(s): All Subject: Resolution of the Mayor and Common Council of the City of San Bernardino Authorizing Upgrades to the City's Public Safety Answering Point (PSAP) 911 Telephone System and Supporting Equipment. (#3400) Current Business Registration Certificate: Not Applicable Financial Impact: State 911 Office funds only. No City funds to be used. Presented to and approved by the Grants Committee on Tuesday, September 30, 2014. Motion: Adopt the Resolution. Synopsis of Previous Council Action: Resolution 2008-305 - 08-04-2008, authorized the replacement of the 911 Public Safety Answering Point (PSAP) telephone system. Resolution 2002-383 - 12-16-2002, authorized the replacement of the 911 Public Safety Answering Point (PSAP) telephone system and the workstation monitors in the Public Safety Dispatch Center. Background: The State of California is authorized to collect a 911 tax from all land-based (non- cellular) telephone bills. These funds are intended to cover the costs associated with maintaining and upgrading the 911 telephone equipment used by local law enforcement and fire service agencies to answer the public's emergency 911 telephone calls. Statewide, 911 telephone system equipment is expected to be replaced approximately once every five years. In October 1995, the Police and Fire Dispatch facilities moved from the basement of City Hall into a combined Public Safety Dispatch Center located in the Police Department's new Central Headquarters facility. At that time, the State of California 911 Office provided, at no cost to the City, an upgraded 911 Public Safety Answering Point (PSAP) telephone system for the dispatch center. In December 2002, the PSAP telephone system installed in 1995 was replaced, at no Updated: 10/29/2014 by Georgeann "Gigi" Hanna A I Packet Pg. 211 3400 cost to the City, with funds provided by the State of California 911 Office. After almost six years of service, the PSAP telephone system installed in 2002 was replaced in December 2008 with funding provided by the State of California 911 office. In February 2014, the existing maintenance contract for the 911 PSAP installed in the combined Public Safety Dispatch Center expired. The telephone system is ready for replacement under standards established by the State of California 911 Office. The next ijnnradP must change the 911 PSAP telephone system from an analog telephone switch to a Voice-Over-IP (VOIP) 911 telephone system that will be capable of NextGen 911 upgrades that are planned by the State of California approximately five years from now. Past upgrades have used a reimbursement process wherein the City used cash reserves to fund the initial purchase and installation of the 911 PSAP telephone system. Once certified for use, the State of California reimbursed the City for all authorized expenses. To simplify the purchasing process the State of California 911 Office now offers a direct payment process that would require no up front cash payments for most of the system items. Using the State of California 911 Office's direct payment process, the Police Department seeks Council permission for the following: 1. Replacement of the existing 911 PSAP telephone system with a modernized version 2. Replacement of the existing digital logging recorder with a modernized version 3. Replace and upgrade the 911 PSAP telephone system management workstation 4. Replace the 14-year-old dispatch telephone workstations with a modernized version Item 1 - Replacement of the existing 911 PSAP telephone system with a modernized version The State of California 911 Office, in order to standardize and simplify PSAP telephone system purchases, conducts a bi-annual open competitive bid for the Customer Premise Equipment (CPE) needed to operate a PSAP telephone system. Qualified vendors sign a contract with the State of California 911 Office to provide services at prices included in their bids. Purchases made from this State of California 911 Office contract can be funded with the no-funds direct billing model managed by the State 911 Office. The Police Department solicited bids from Verzion (the current 911 PSAP telephone system provider for the City of San Bernardino) and AT&T Communications. Both vendors are contractually qualified vendors to provide PSAP telephone systems on the current 911 Office contract. Both vendors provided a qualifying quote: 1. AT&T $ 410,313.00 2. Verizon $ 587,297.00 Verizon outsources software patch maintenance and security monitoring; therefore, their quote includes a mandatory supplement. AT&T provides software patch Updated: 10/29/2014 by Georgeann "Gigi" Hanna A I Packet Pg. 212 3400 maintenance and security monitoring internally from within their existing 911 services group. Those services are included in the basic AT&T quote. The Police Department has provided AT&T's quote to our designated 911 Office analyst who has approved the quote for technical completeness and errors. The Police DP_.nartment rpm ip.gtR Cni mr_.il nermissinn to nrnr_.ee(i with a q1 1 PSAP telephone system upgrade as quoted by AT&T using the State of California 911 Office's current open contract for PSAP systems. Direct billing services would be provided by the 911 Office. As project milestones are reached, AT&T will submit invoices to the 911 Office. Once milestone completion is confirmed by the Police Department, the 911 Office will release 911 funds to the vendor. No City funds will be used. Item 2 - Replacement of the existing digital logging recorder with a modernized version The Police Department uses a 96-channel digital logging recorder to record 911 telephone calls, voice radio conversations, and a variety of other telephone lines within the dispatch center and the headquarters facility. The existing system is approximately seven years old and is officially out-of-production. The vendor has quoted a replacement system for approximately $103,000.00. The State of California 911 Office, authorizes PSAP CPE vendors to include digital logging recorders as an optional item on their 911 Office competitive bids. Verizon does not offer such an option. AT&T has quoted their 96-channel web-based digital logging recorder with approximately two years of online storage for $67,979.00. The Police Department has provided AT&T's quote for this additional item to our designated 911 Office analyst who has approved the quote for technical completeness and errors. The Police Department requests Council permission to proceed forward with a replacement of the existing 96-channel digital logging recorder as quoted by AT&T using the State of California 911 Office's current open contract for PSAP systems and optional items. Direct billing services would be provided by the 911 Office. As project milestones are reached, AT&T will submit invoices to the 911 Office. Once, milestone completion is confirmed by the Police Department, the 911 Office will release 911 funds to the vendor. No City funds will be used. Item 3 - Replace and upgrade the 911 PSAP telephone system management workstation The existing 911 PSAP telephone system uses a Telephone Management Information System (TMIS) provided by the telephone system manufacturer. The basic entry level statistical reporting tool (using the product name "Magic") is used to provide data on call volumes, duration of calls and ring/answer times on a demand basis only. The telephone system manufacturer provides an advanced statistical reporting tool (using the product name "Aurora") that provides all the same features on an automated basis. Dispatch Center supervisors, executive managers, and employees will be able to see performance data in the form of around-the-clock email messages showing progress or areas for attention. Near real time feedback regarding answer times and other Updated: 10/29/2014 by Georgeann "Gigi" Hanna A I Packet Pg.213 3400 performance measures can help improve service and help with the decision making process regarding proper staffing and shift coverage. The State of California 911 Office, authorizes PSAP CPE vendors to include the "Aurora" advances TMIS product as an optional item on their 911 Office competitive bids. Verizon included "Aurora" in thP_.ir basic %5871704=00 quote. AT&T itemi7Pd this extra feature on their quote for $49,064.00. The Police Department has provided AT&T's quote for this additional item to our designated 911 Office analyst who has approved the quote for technical completeness and errors. The Police Department requests Council permission to proceed forward with replacing the TMIS feature on the new 911 PSAP telephone system with an upgraded version of the "Aurora" brand TMIS software as quoted by AT&T using the State of California 911 Office's current open contract for PSAP systems and optional items. Direct billing services would be provided by the 911 Office. As project milestones are reached, AT&T will submit invoices to the 911 Office. Once, milestone completion is confirmed by the Police Department, the 911 Office will release 911 funds to the vendor. No City funds will be used. 4. Replace the 14-year-old dispatch telephone workstations with a modernized version In 2002, the State 911 Office allowed our dispatch center to use residual funding to purchase specially designed dispatch workstations for each of our dispatch consoles. These workstations have accumulated about 105,000 hours of continuous service since they were installed. If they are not replaced during this funding cycle, they will be about 18 years old when the next cycle arrives. We have already experienced malfunctions with some of the mechanized parts on the workstations that have required replacement. Given the age of our existing consoles, replacement parts are difficult if not impossible to find hindering their operational efficiency. Our 911 Analyst at the State 911 Office has agreed that replacement at this time is a reasonable request both because of age and because of technology enhancements. While the existing CPE contract from the State 911 Office does not offer these items, the State 911 Office will authorize a direct payment purchase order for such devices that have an active California Multiple Award Schedule (CMAS) contract in place. Watson Furniture, from Poulsbo, Washington is the vendor for our existing dispatch workstations. They have an existing CMAS contract on file with the State of California and are offering a trade-in discount for our existing workstations of about $34,000.00. The total cost for the fourteen workstations (12 consoles and a bench style unit for two dispatchers) is approximately $187,501.00. There is no maintenance contract associated with these fixtures. The Police Department requests Council permission to proceed forward with replacing the dispatch telephone workstations with an upgraded version of the existing stations using the State of California's active CMAS contract for these stations with Watson Furniture. Direct billing services would be provided by the 911 Office. As project Updated: 10/29/2014 by Georgeann "Gigi" Hanna A I Packet Pg.214 3400 milestones are reached, Watson Furniture will submit invoices to the 911 Office. Once, milestone completion is confirmed by the Police Department, the 911 Office will release 911 funds to the vendor. No City funds will be used. Project Approval Process: This Request for Council Action seeks authorization for the Police Department to move forward with an upgrade to our 911 telephone system and an upgrade to our dispatch telephone workstations. The Police Department will next submit a 911 CPE (Customer Premise Equipment) Allotment Spending Plan (TD-285) to the State 911 Office. This plan will outline the items to be purchased and the reimbursement (payment) program to be used. As part of our TD-285 submission, we are required to submit "zero-dollar' purchase orders for the items that we wish to have the State 911 Office fund/pay directly without City funds. These purchase orders are used by the State 911 Office as confirmation that the local governing body (our City Council) has approved the purchase plan. The State 911 Office has provided specific examples of the two "zero-dollar" purchase orders that we must provide. The Police Department seeks City Council authorization for the Finance Department to issue these two "zero-dollar' as outlined in the two official draft/samples provided by the State 911 Office. The purchase orders will not be used for ordering equipment; rather, they will be used to confirm City Council permission to move forward with this project The Police Department will include these "zero-dollar' purchase order in our TD-285 submission package. Once the plan is approved by the State 911 Office, they will issue a 911 Commitment to Fund document (TD-288). The State 911 Office will ask the Police Department and the Finance Department to sign the TD-288 even though no City funds are being used. Once the TD-288 is properly signed, the State 911 Office will issue purchase orders to the approved vendors. They will monitor the installation project and will only release funds as State 911 Office project milestones are reached. Long term maintenance agreements (typically 5-year maintenance periods) associated with our new 911 equipment will be managed and funded by the State 911 Office without the use of City funds. The State 911 Office will expect that we plan to replace the new equipment five years after the acceptance date (date that the new 911 telephone system is accepted as complete by the State 911 Office) of our new 911 telephone system. City Attorney Review: Supportinq Documents: PD PSAP Reso (DOC) ATT CPE Sample PO 20141008- Exhibit "A" (PDF) Watson Sample PO 101014- Exhibit "B" (PDF) ATT Final Quote 20141008 (PDF) Watson Final Quote - 20141008 (PDF) Watson Final Tech Drawings - 20141008 (PDF) Updated: 10/29/2014 by Georgeann "Gigi" Hanna A Packet Pg. 215 mum I RESOLUTION NO. 2 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING UPGRADES TO THE CITY'S PUBLIC SAFETY 3 ANSWERING POINT (PSAP) 911 TELEPHONE SYSTEM AND SUPPORTING 4 EQUIPMENT 5 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: 6 0 SECTION 1. That the Chief of Police and the Director of Finance, or their designees, CL 7 0 are hereby authorized to sign a"911 Commitment To Fund" Plan/Agreement(TD-280), on � 8 behalf of the City to participate in the State's 911 Emergency Number System once the City's N 9 a� "911 CPE (Customer Premise Equipment)Allotment Spending Plan(TD-285) request is 10 m approved by the State 911 Office. This authorization is valid until December 31, 2014. 0 11 a 12 SECTION 2. That the Director of Finance, or his designee, is hereby directed to issue a a w 13 "zero-dollar"purchase order for the State 911 Office, as outlined in the "ATT CPE Sample PO N 14 20141008" document, attached hereto as Exhibit"A." 2 CL 15 SECTION 3. That the Director of Finance, or his designee, is hereby directed to issue a 0 N 16 "zero-dollar"purchase order for the State 911 Office, as outlined in the"Watson CPE Sample c Nt 17 PO 20141008" document, attached hereto as Exhibit"B." 0 N 18 CL 19 °- 0 20 9- 21 E 22 23 24 25 1 Packet Pg.216 I RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING UPGRADES TO THE CITY'S PUBLIC SAFETY 2 ANSWERING POINT (PSAP)911 TELEPHONE SYSTEM AND SUPPORTING 3 EQUIPMENT I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and 4 5 Common Council of the City of San Bernardino at a meeting thereof, Y Q 6 held on the day of , 2014,by the following vote, to wit: E CL 7 COUNCILMEMBERS: AYES NAYS ABSTAIN ABSENT E 8 MARQUEZ N 9 BARRIOS d VALDIVIA 10 SHORETT m 11 NICKEL ~ a a 12 JOHNSON a. r 13 MULVIHILL N 2 14 15 Georgeann Hanna, City Clerk It 0 16 The foregoing Resolution is hereby approved this of 2014. 0 0 v M 17 R. Carey Davis, Mayor ,°n 18 City of San Bernardino Approved as to form: a 19 Gary D. Saenz, City Attorney a 0 20 (- ;.o c 21 By: E t 22 r a 23 24 25 2 Packet Pg.217 5.N.b Sample Only Sample Only PURCHASE ORDER r P.O.NUMBER: DATE: 0) E W PSAP SHIP TO ADDRESS: VENDOR ADDRESS: U ft3 Q E 0) a+ fn U) QUANTITY UNIT DESCRIPTION UNIT PRICE EXTENDED TOTAL AT&T to install and maintain Vesta 4.0(13 position)CPE; p 1 EACH per State Contract:5-12-58-01,and Scope of Work. $257,338.88 $257,338.88 Q. m 1 EACH Install $48,286.67 $48,286.67 f— 48 EACH Maintenance $1,827.00 $87,696.00 N G. 1 EACH Aurora MIS $37,230.00 $37,230.00 w 1 EACH install $841.55 $841.55 N U 48 EACH Maintenance $165.00 $7,920.00 a 1 EACH Logging Recorder $54,446.75 $54,446.75 T" 0 1 EACH Install $1,683.09 $1,683.09 N 0 48 EACH Maintenance $165.00 $7,920.00 0 NT M 1 EACH Sales Tax $23,991.00 $23,991.00 - Q 1 EACH Bill TO:CA 9-1-1 BRANCH(Payment Terms:GC927; -$527,353.94 -$527,353.94 Invoice must reference Tracking Number: 17411): j I 00 0 CA 9-1-1 BRANCH,MS-911 #3614 0 T" 601 SEQUOIA PACIFIC BLVD,MS-911 0 SACRAMENTO,CA 95811-0231 cv O ***PURCHASE ORDER TOTAL** $0.00 IL CD CL E AUTHORIZING SIGNATURE: PRINTED NAME&TITLE OF AUTHORIZING SIGNATURE: W 0- U Sample Only Sample Only CD E U Q Packet Pg.218 S.N.c . Sample Only Sample Only PURCHASE ORDER r P.O.NUMBER: DATE: C PSAP SHIP TO ADDRESS: VENDOR ADDRESS: V IZ a) d r N U) QUANTITY UNIT DESCRIPTION UNIT PRICE EXTENDED TOTAL a1 Watson to install console furniture per CMAS Contract:4- p 1 EACH 09-71-00798. $171,825.07 $171,825.07 Q m m E- a 1 EACH Sales Tax $16,886.11 $16,886.11 Q N CL a w a> co U d t O N O O 7 M m t 1 EACH Bill TO:CA 9-1-1 BRANCH(Payment Terms:GC927; -$188,711.18 -$188,711.18 x W Invoice must reference Tracking Number: 17990): 0 CA 9-1-1 BRANCH, MS-911 #3614 ° r 601 SEQUOIA PACIFIC BLVD, MS-911 0 CL SACRAMENTO,CA 95811-0231 a) CL * PURCHASE ORDER TOTAL"" $0.00 E N C AUTHORIZING SIGNATURE: PRINTED NAME&TITLE OF AUTHORIZING SIGNATURE: N cC C a) Sample Only Sample nl Y Q Packet Pg. 219 S uote ummary DATE 8/31/2014 Customer Name at&t San Bernardino Police Department Q Account Manager Jeff Cushman System: VESTA 4.x Phone 858-886-1140 AURORA MIS Email ic6785@att.com AUDIOLOG RECORDER Number of Positions 13 Tax Rate 8.250% E VESTA 4.x Equipment $ 257,338.88 Includes: m Number of Positions: 13 Taxable Equipment $ 194,931.88 W Installation m Training Tax $ 16,990.87 N UPS-added Cl) No Charge 2 Command Posts included in Position total Installation and Training $ 48,286.67 c 0 Subtotal $ 322,616.42 CL Maintenance: a� $1,827.00 x 48 Months Maintenance Years 2-5 $ 87,696.00 Year I included with system d a System Total: $410,312.42 n. AURORA MIS Equipment and Training $ 37,230.00 m Includes: n Cn Number of Positions: 13 Taxable Equipment $ 37,230.00 _0 Installation Training Tax $ 3,071.48 ti Installation $ 841.55 0 N Subtotal $ 41,143.03 ° 0 Maintenance: c $165.00 x 48 Months Maintenance Years 2-5 $ 7,920.00 0 Year 1 included with system o 0 S stem Total: $49,063.03 AUDIOLOG RECORDER Equipment and Training $ 54,446.75 c N Includes: Number of Positions: 13 Taxable Equipment $ 47,620.00 3 Installation Cy Training Tax $ 3,928.65 = u_ Installation $ 1,683.09 H Q Subtotal $ 60,058.49 Maintenance: $165.00 lx 48 Months Maintenance Years 2-5 $ 7,920.00 E t Year I included with system v t� .r System Total: $67,978.49 Q Grand Total: $527,353.94 Customer to supply network connectivity for high speed remote access Access to secure customer network or Customer adds DSL or other high speed connection This Quote Valid until 11/29/2014 Proprietary Information Not for use or disclosure outside AT&T without written agreement 1 of 1 Packet Pg. 220 watson QUOTATION Quote #: QFO1-SanBernardinoPD.02 Date: 9/23/2014 Valid Until: 11/23/2014 Contract: 4-09-71-0079B Prepared By: Rep: Lisa Dotterweich Sean Melia = Project Coordinator Bassett Sales Corporation Watson 1 Chadron Circle m 26246 Twelve Trees Lane Ladera Ranch,CA 92694 v cC Poulsbo,WA 98370 949-285-7722 Q, 360-394-1308 sean @BassettSales.com 360-394-1322 Idotterweich @watsonfg.com y Prepared For: Ship To: N d Mike Eckley TBD 0 Police Dispatcher Q San Bernardino Police Department 710 North"D"Street d F San Bernardino,CA 92401 p. (909)384-5760 Mike.Eckley@sbcity.org a. Project: San Bernardino Police Department CMAS CONTRACT PRICING. Delivery is included in contract. Installation based on one trip,2nd floor w/elevator access-no prevailing wage or union requirements. Tear down,removal and disposal of existing furniture is included. Q a. v 0 N Part Number Qty Purchase Ext Purchase " 0 F01-San Bernardino Police Department M Item 1. Synergy 3 Full Lift&Relay Consoles-42" Fabric Panels-3636 900 &RESPC 3072,3048 Primaries QOD18 16 $68.20 $1,411.20 c SYNERGY OUTSIDE DOOR, 18"WIDE T 0 N d; O QOD23 8 $96.60 $772.80 0 SYNERGY OUTSIDE DOOR,23"WIDE c LL O y QOD36 20 $119.18 $2,383.60 SYNERGY OUTSIDE DOOR,36"WIDE E w 4 F01-SanBernardionPD.02_With Cat: Page 1 of 5 9/23/2014 Packet Pg. 221,' 5.N.e Part Number Qty Purchase Ext Purchase QOD42 2 $132.83 $265.66 SYNERGY OUTSIDE DOOR,42"WIDE QEFECT42L 6 $424.20 $2,545.20 SYNERGY 3 FULL LIFT END CAP(POWER PRIMARY),TACKABLE PANEL, +� C 42"HIGH, LEFT HAND a) m U fQ Q. d QEFECT42R 6 $424.20 $2,545.20 0� SYNERGY 3 FULL LIFT END CAP (POWER PRIMARY),TACKABLE PANEL, m 42" HIGH, RIGHT HAND d c 0 QEFBRD4242T42 2 $1,824.38 $3,648.76 m SYNERGY 3 FULL LIFT BRIDGE(POWER PRIMARY), DUAL,42" DEEP x 42"WIDE,TACKABLE PANEL,42" HIGH o. Q Cl) a w QEFBRS4242T42 2 $1,066.80 $2,133.60 SYNERGY 3 FULL LIFT BRIDGE(POWER PRIMARY),SINGLE,42" DEEP x 42"WIDE,TACKABLE PANEL,42" HIGH a 0 RESPC3072 1 $1,801.80 $1,801.80 c.'4 RELAY CONSOLE,SINGLE,CPU STORAGE,30" DEEP(36"OVERALL) x o0 72"WIDE x 29" HIGH M 0 0 0 RESPC3096 1 $2,156.70 $2,156.70 0 RELAY CONSOLE,SINGLE,CPU STORAGE,30" DEEP (36"OVERALL) x N 96"WIDE x 29" HIGH a 0 C7 c QEFPPD3636T42 4 $15,386.70 $61,546.80 ii SYNERGY 3 FULL LIFT POWER PRIMARY, DUAL,36" DEEP x 36" WIDE, 0 TACKABLE PANEL,42" HIGH c m QEFPPS3636T42 4 $7,272.30 $29,089.20 t SYNERGY 3 FULL LIFT POWER PRIMARY,SINGLE,36" DEEP x 36" Y WIDE,TACKABLE PANEL,42" HIGH Q $110,300.52 Item 2. Storage&Accessories F01-SanBernardionPD.02_With Cat Page 2 of 5 9/23/2014 Packet Pg.222 5.N.e Part Number Qty Purchase Ext Purchase QCS36PS 24 $70.88 $1,701.12 SYNERGY CAVITY SHELF,36"WIDE,ADD-ON,PULL-OUT, COMMON- SURFACE&EDGE: Black TXXLDLB 12 $360.15 $4,321.80 LED LIGHT,BLACK(TRILLIUM) [FUR FUSION/SYNERGY] WITH ONE-PIECE CLAMP E m U f0 CL 4) QDAA4-2-2_NO MONITORS 2 $1,402.28 $2,804.56 R SYNERGY DEPTH ADJUSTMENT ARRAY 4 ea. UP TO 21" MONITORS m (TWO OVER TWO) N a d c 0 QDAA6-3-3 10 $1,460.55 $14,605.50 C SYNERGY DEPTH ADJUSTMENT ARRAY 6 ea. UP TO 21" MONITORS (THREE OVER THREE) o. Q a TXXTCSKTH 12 $2,205.00 $26,460.00 CU SYNERGY TOTAL COMFORT SYSTEM, HEIGHT ADJUSTABLE PACKAGE, N WITH TWO MOBILE(FILTERED)AIR CIRCULATION FANS CL T O TXXTECHLNK 12 $321.83 $3,861.96 �! SYNERGY TECH LINK-POWDER: Black 00 M O O O T TXXRMI 2 $315.53 $631.06 0 RELAY MONITOR ARRAY- FIXED HEIGHT, 1 ea. MONITOR(UP TO 21"- N SINGLE), NO FOCAL ADJUSTMENT a; 0 CY �a TRN40X 2 $1,081.50 $2,163.00 u- ROTATING RESOURCE,40" DIAMETER, NO GROMMET 0 N r f� C d WATLW- 2 $237.83 $475.66 E t WATSON WAVE TASK LIGHT, LED, r Q F01-SanBernardionPD.02_With Cat Page 3 of 5 9/23/2014 Packet Pg. 223 Part Number Qty Purchase Ext Purchase ZSPE2BF201528M 13 $609.53 $7,923.89 ZO STORAGE PEDESTAL, 2 BOX,FILE, 20"D x 15"W x 28"H, MOBILE TXXCABLE 70 $78.00 $5,460.00 VIDEO CABLES(TYPE TO BE DE ii ERMINED) c d m CL m $70,408.55 Item 3. Installation DNI 1 $23,971.00 $23,971.00 U, INSTALL CHARGE Cn m c O a d m $23,971.00 a Sub Total: $204,680.07 a $16,886.11 16,886.11 >, Sales Tax @ 8.250% ca N t a -$32,855.00 -32,855.00 It TRADE IN VALUE FOR EXISTING WATSON CONSOLES N 0 0 M O O O Grand Total: $188,711.18 0 N Approved By: Date: (' O Name = Cl Po: Title LL c O N tC w C d E t V Rf Q F01-SanBernardionPD.02_With Cat Page 4 of 5 9/23/2014 Packet Pg.224 S.N.e Part Number Qty Purchase Ext Purchase 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.Lead time 45-60 days after receipt of Purchase Order issued to Watson Furniture Group. 5. Completed Order consist of signed Contract or Purchase Order,Signed Drawings,Signed Color Selection Sheet,and Deposit. 6. Change Order Fee(minimum$500)may be applicable after 5 business days of Complete Order submission. 7.Re-Scheduled Delivery&Installation requires 4 week notification. 8. There will be a$500(Net per order)Finish Configuration Fee added IF a color scheme is chosen outside of the eight(8)standard color sciiemes. 9. Pricing will be valid for four(4)months after receipt of Purchase Order any orders that have not been manufactured within this time frame will be subject to a price change. E v to m Q' E d .r N A N d C O s Q d d H CL a U) a M U 0. r O N O O d' M O O O r d' r O N .) O 3 Cl R U- C O fft R C d E t V O a F01-SanBernardionPD.02_With Cat Page 5 of 5 9/23/2014 Packet Pg.225 L a m a bl m LL \ 0 0 O � Y i s o m i m ! � e E d V N Elm v o II \_ F I z m O N 0 0 D 0 0 c s w N � e N ,b/£Z-,£Z A o o p o cn o e d N D [� -4 o o m m m a \ O n N i N N n W fA \ o p o o � N N (t2 \ i ro m \ a in ,9/t 6-,Z£ ,9/t S-,Sf L� � o ~ m � v o° V N Oy 5 D s m = n Y 3 a m E N C R 7 bk T 7 m o N � v O j E CO g m CO w B A 0 0 N O C Q n N d N K y D 1 A m a 0 0 W y N N .11 N 3 N o ° 0 cm CD o� DD DD 00 a o 0 ° Q Z > LLI v g �•N's a .s-.� w L� a a N Oi !� O U � O m f L O ® V y O D � d � n 9 3 a m M a v O � R 3 {�O/J�g o > _ 0 7 w 0 0 N O A '9 C O' (7 J0 n W (D J0 O) m O 00 � U) X d � tn X o Y Z U) 00 0 J 00 Cl) Q g� U) w p � 0 w 0 U g U 9 � Z V a LL U a IL c Z O 0 Cl) Z) W W fD O ~ Y ~ Y CA W W J � > 0 > 0 fy 3 Q m a m m 3 m 3 S i 22 I --06 a ❑❑ I 3: W > Z W_ 0 > Q _ ,Z/l 5-,Z > u J l'N'S a W Li O N Q r m r U N O Id' d a z s 3 3 3 d g »> m 3 # v 0 0 N `e1 O µy,1W(n�1,1J•,1,1' • Q m � o N 111 a � � s 0 N � 0 �I d • .axU\\ ° e ��i � u M1NS