Loading...
HomeMy WebLinkAboutCC Resolution 11336 (Sole Source Contract; S & J Sales)RESOLUTION NO. 11336 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE GRANTING OF A SOLE SOURCE CONTRACT BETWEEN THE CITY OF SAN RAFAEL AND S & J SALES WHEREAS, because of the new Marin Emergency Radio Authority (MERA) system, the Fire Department needs additional space for the Fire Dispatch Center; and WHEREAS, the City Council previously authorized the lease of the building at 1033 C Street, located adjacent to the City's Fire Station One at 1039 C Street, for use as the Fire Dispatch Center and for providing office space for the Parking Enforcement Division; and WHEREAS, the City Council previously approved the construction project costs of $650,000.00; and WHEREAS, the costs, as described in the Public Works Department Staff Report, included costs that were identified as Sole Source at the request of the Fire Department in an aggregate amount of $68,000.00; and WHEREAS, the Fire Department has identified that there needs to be an uninterrupted power supply for the MERA Computerized Radio Consoles and the Computer Aided Dispatch workstations; and WHEREAS, S & J Sales can provide the equipment at such a price that there would no competitive advantage to seek competitive bids for this unit because S&J Sales will provide refurbished unit with a warranty guarantee at a price which is one third of the cost of a new unit and every other provider of similar but new units charges at least three times the price for the unit and provides no warranty for the unit; and WHEREAS, the San Rafael Police Department and the Marin County Sheriff's Office Communications Centers both just utilized the services of S & J Sales for similar units; and WHEREAS, S & J Sales has provided a quote to the Fire Department in the amount of $20,216.23 to complete the installation of the uninterrupted power supply and ancillary wiring. THE CITY COUNCIL OF THE CITY OF SAN RAFAEL RESOLVES as follows: The Council finds that there would be no competitive advantage to seek bids for this uninterrupted power supply unit and, accordingly, the Council waives the bidding requirements of Chapter 11.50 pursuant to section 11.50.090 Further, the Council hereby approves the proposal from S & J Sales, a copy of which is hereby attached and by this reference made a part hereof, and authorizes the MAYOR and CITY CLERK to execute an agreement, on behalf of the City of San Rafael, in a form to be approved by the City Attorney's Office. I, JEANNE M. LEONCI I, Clerk of the City of San Rafael, hereby certify that the foregoing Resolution was duly and regularly introduced and adopted at a regular meeting of the City Council of said City held on Mondav, the 16th day of June, 2003 by the following vote, to wit: AYES: COUNCILMEMBERS: NOES: COUNCILMEMBERS: ABSENT: COUNCILMEMBERS: Heller, Miller, Phillips, and Mayor Boro None Cohen JEARNE M. LEONCNI, City Clerk MAR --14 2003 06:35 AM SKJiPMC 805 4450096 P.01 S & J SALES QUOTATZCN REVISED 3 4/03 Sales Tax, 1-3, 5-7 856.23 Freight 650.00 TMAL QUOTED PRICE 20,216.21 991 Corte Mal Date: 12/13/02 Camarillo, California 93010 (805) 445-1016 Your Request No.: VERBAL (805) 445-0096 FAX Our Quotation No.: 4528 M: City of San Rafael This Quotation Fire Department is Valid : JUNE 2003 San Rafael, CA ATTN: Dan White PHONE: 925-833-2424, FAX 925-551-0113 Item qty. Dei. ARE)Fart# Description - Unit Price Extension - 1 wk FE7KVA NEW Ferrups' UVA Single Phase M -LINE UPS with 18 min of batttery time at full load, 208,240/240,120V 7,570.D0 7,570.00 2 1 1 wk option Nim MAKE before Break bypass switch 650.00 650.00 3 1 1 wk Option NEW Bypass transformer for MBB switch 1,250.00 1,250.00 4 1 1 wk Option 1 year on-site warranty/ Service contract 1,250.00 5 1 1 wk Option Start-up,training, calibration, consulting INC 6 8 1 wk Option UPS PDS Cables with QUAD IG 5362 receptacles (various sizes) 195.00 1.,560.00 7 4 1 wk Option House Power PDS Cables with QuRD 5362 receptacles (various sines) 195.00 790.00 8 1 1 wk Option Turnkey electrical to install UPS, Bypass switch, dedicated output panel, isolated grounds 8 UPS QUAD PDS Cables, Bypass transformer, and 4 House Power PDS cables 5,650.00 9 1 1 wk Option 1 year parte and labor warranty INC Sales Tax, 1-3, 5-7 856.23 Freight 650.00 TMAL QUOTED PRICE 20,216.21 MAR 14-2003 06:36 AM SSJ-IPMC 005 445009E P.02 page 2 IMPORTANT INFORMATION: 1. Please place purchase order(s) to: 5 & 3 SaleB 2. mm Tpq systems do not come with on-site warranty at no charge from the factory. 3. Any reguirments by San Rafael for additional insurance or building permits will be charged on a cost basis. 4. w aeause there will be a main panel next to the M to power tha UPS and Rouse power. Breakers inside this panel will be Bullied by others. (1) 40 Pap 2 pole breaker for the UPS, and (4) single pole 20 aW breakers for house power Pns cable under the floor. We are not suppling Bloss Power an the malls, nor lighting in the room. Shipping Point: XX FOB fob Site TERMS% Net 30 days By 4erodes Title President AGREEMENT FOR UNITERUPTED POWER SUPPLY INSTALLATION This Agreement is made and entered into this 17TH day of June 2003, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and S & J Sales, (hereinafter "CONTRACTOR"). RECITALS WHEREAS, S & J Sales provided the Fire Department with a quote for services to design, build, and install an Uninterrupted Power Supply and related wiring for the new Fire Dispatch Center; and WHEREAS, The City Council approved an agreement with S & J Sales without recourse to competitive bidding because their would be no economic advantage to the City in pursuing the bidding process; and, WHEREAS, S&J Sales is experienced, willing and able to provide and install the Uninterrupted Power Supply and related wiring for the new Fire Dispatch Center; NOW, THEREFORE, the parties hereby agree as follows: A. CITY. The City Manager shall be the representative of the CITY for all purposes under this Agreement. The Battalion Chief — Fire Prevention is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. UP. 91 L h4joeS is hereby designated as the PROJECT DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR for any reason, the CONTRACTOR shall notify the CITY within ten (10) business days of the substitution. • 1 •�T•T•���Y:L� 1•TIT• ; CONTRACTOR shall perform the duties and/or provide services as described in Exhibit "A" attached and incorporated herein. � 1 • CITY shall pay the compensation as provided in Paragraph 4, and perform the duties as follows: Provide assistance to the contractor, as needed. Provide coordination between this contractor and other contractors on the job. For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR as described in Exhibit "A" attached and incorporated herein. Payment will be made monthly upon receipt by PROJECT MANAGER (or other CITY officiao of itemized invoices submitted by CONTRACTOR. The term of this Agreement shall be for 1 year commencing on July 1, 2003 and ending on June 30, 2004. Upon mutual agreement of the parties, and subject to the approval of the City Manager, the term of this Agreement shall be extended for an additional period of 1 year. A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination, to the reasonable satisfaction of the party giving such notice, within such fifteen (15) day time period. C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for or relating to the performance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. • J►1: .11' • 0 • 1 l ►fl The written documents and materials prepared by the CONTRACTOR in connection with the performance of its duties under this Agreement, shall be the sole property of CITY. CITY may use said property for any purpose, including projects not contemplated by this Agreement. 2 Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection. The parties agree that they shall not assign or transfer any interest in this Agreement nor the performance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. A. During the term of this Agreement, CONTRACTOR shall maintain, at no expense to CITY, the following insurance policies: 1. A comprehensive general liability insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence for death, bodily injury, personal injury, or property damage; 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence; 3. If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of one million $1,000,000) dollars to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. B. The insurance coverage required of the CONTRACTOR by section 10. A., shall also meet the following requirements: 1. The insurance shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or coverage for any contribution; 2. Except for professional liability insurance, the insurance policies shall be endorsed for contractual liability and personal injury; 3. Except for professional liability insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additionally named insureds under the policies. 4. CONTRACTOR shall provide to City's Risk Manager, (a) Certificates of Insurance evidencing the insurance coverage required herein, and (b) specific endorsements naming 3 CITY, its officers, agents, employees, and volunteers, as additional named insureds under the policies. 5. The insurance policies shall provide that the insurance carrier shall not cancel, terminate or otherwise modify the terms and conditions of said insurance policies except upon thirty (30) days written notice to City's Risk Manager. 6. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years; 7. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement; 8. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. C. If it employs any person, CONTRACTOR shall maintain worker's compensation and employer's liability insurance, as required by the State Labor Code and other applicable laws and regulations, and as necessary to protect both CONTRACTOR and CITY against all liability for injuries to CONTRACTOR's officers and employees. D. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the City's Risk Manager and the City Attorney. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. WHEEF17k ►A1►11 a WN I M ► CONTRACTOR shall indemnify, release, defend and hold harmless CITY, its officers, agents, employees, and volunteers, against any claim, demand, suit, judgment, loss, liability or expense of any kind, including attorney's fees and administrative costs, arising out of or resulting in any way, in whole or in part, from any acts or omissions, intentional or negligent, of CONTRACTOR or CONTRACTOR'S officers, agents and employees in the performance of their duties and obligations under this Agreement. 12. 10NDTRCRTN4M1A=. CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 19�60JLVA Ham IF -11 01 [of WIN No no W-111 ME CONTRACTOR shall observe and comply with all applicable federal, state and local laws, 4 ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations. 14. hLO THTRI) PARTY RENF.FTC:TARTF.S. CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 15. NOTICES. All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: TO CITY: Keith Schoenthal Project Manager City of San Rafael 1400 Fifth Ave. (P.O. Box 151560) San Rafael, CA 944915-1560 or, as applicable: City Risk Manager City Of San Rafael 1400 Fifth Avenue (P.O. Box 151560) San Rafael, CA 94915-1560 TO CONTRACTOR: Jerry Landes (Project Director) S & J SALES 991 Corte Azal Camaril lo, CA 93010 hl01 am 216410 ►N MIGIGION V: s • For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of 5 CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY. FWAINNOWNH—P.1ul ►Y • u ►It A. The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. B. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONTRACTOR and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY. E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. •] 21 Mr-11ter-.11 1► S CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amotmts. The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 5 II ► •11.1 � .� CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code. CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CONTRACTOR's taxpayer identification number is S4 $-74- I In %, and CONTRACTOR certifies under penalty of perjury that said taxpayer identification number is correct. The laws of the State of California shall govern this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL ROD GO D, City Mand er ATTEST: _ 4. M. LEONCIlVI, City Clerk APP O'YE � FORI1: I �rARY T. RAGGHI('NTI, City Attorney 7 CONTRACTOR BG� e:rSr LAaDMS Ji-IsS a/a3 Title:_a N fit. MAR -14 2003 06:35 AM S&JiPMC 805 4450096 P.01 S 6 J &nn QUOTATION RE1►ISED 3/14/US Sales Tax, 1-3, 5-7 856.23 Freight 650.00 TOTAL QUOTED PRICI 20,216.2.1 991 Corte Anal Date: 12/13/02 Camarillo, California 93010 (805) 445-1016 Your Request No.: VERBAL (805) 445-0096 FAX Our Quotation No.; 4528 TO: City of San Rafael This Quotation Fire Department is Valid : JUNE 2003 San Rafael, CA ATM: Dan White PHONEt 925--833-2424, FAX 925-551-0113 Item 0 y, Del, ARO Part# Description Unit Price Extension 1 - 1 wk FEUVA NW Ferrups 7XVA Single Phase ON -LII UPS with 18 min of batttery time at full load, 208,240/240,120V 7,570.00 7,570.00 2 1 1 wk Option MN MAKE before Break bypass switch 650.00 650.00 3 1 1 wk Option NEW Bypass transformer for MBB switch 1,250.00 1,250.00 4 1 1 wk Option 1 year On-site warranty/ Service contract 1,250.00 5 1 1 wk Option Start-up,training, calibration, consulting INC 6 d 1 wk Option UFS PDS Cables with QUAD IG 5362 receptacles (various sizes) 195.00 1..560.00 7 4 1 wk Option muse Power PDS Cables with QUAD 5362 receptacles (various sizes) 195.00 780_00 8 1 1 wk Option Turnkey electrical to install UPS, Bypass switch, dedicated output panel, isolated grounds 8 UPS QUAD PDS Cables, Bypass transformer, and 4 House Power PDS cables 5,650.00 9 1 1 Wk Option 1 year parts and labor warranty INC Sales Tax, 1-3, 5-7 856.23 Freight 650.00 TOTAL QUOTED PRICI 20,216.2.1 MAR 14-2003 06:36 AM S&J%PMC 005 4450096 P.02 page 2 IMPORTANT INFORMATION: 1. Please place purchase order(s) to: S & J Sales 2. taw UPS systems do not come with on-site Warranty at no charge from the factory. 3. Any requirments by San Rafael for additional insurance or building permits will be charged on a cost basis. 4. We aammse there will be a slain panel next to the UPS to power the UPS and House power. Breakers inside this panel will be supplied by others. (1) 40 Amp 2 pole breaker for the UPS, and (4) single pole 20 asp breakers for house paver PDS cable under the floor. we are not suppling House power on the Malls, nor lighting in the room. Shipping Point: XX FOB Job Site er Landes Title President TERMS: Net 30 days June 27, 2003 Mr. Dan White Specialized Communications P.O. Box 833 San Ramon, CA Dear Dan: S & J SALES UPS SYSTEMS • POWER CONSULTING • COMPUTER ROOMS 991 CORTE AZAL, CAMARILLO, CALIFORNIA 93010 (805) 445-1016 • FAX (805) 445-0096 Services 94583 Enclosed with the signed copies of the contract is the insurance certificates from my electrician. Also enclosed is a copy of the quote for the REFURB 7 KVA UPS system. The quote for the 1jPS system that was included with the contract from San Rafael was for a new unit. If the city wants the new one we can provide it, but all the cities that we have done have been REFURB systems. I need to know the lengths of PDU cables we will need for house power and for UPS power. If it is possible to narrow down the time for the work to be done, it would be helpful. Regards always f Jerry Landes * # # COMMERCEAL`"VES POLICY * # COMMON POLICY DECLARATIONS ODA* PENN AMERICA INSURANCE COMPANY * # # * 420 80. YORKROAD, HATBORO, PA 19040 ZU69C9 Renewal of Number Policy No. FEZ?166 Namea insured and Marling Address 'Nc.. Street. Turin or City County Stata, Zip Cade) ,":�iTl tJOTTTNGidAM 18h : ^'0'TTINiii��l ELECTRI'_" %2805 KACFARIzUTE DRIVE D1"10c'n:_,;u4c HILLS, CA 91364 -+gent and Mailing Address Agency No. :No. Street, Town or City, County, $lata, Zip Code) *3ROSSLIGi7 1NEURANCE, INC 13? 3 �CESTWOCD BLVD. S117TE A< -C LCIS ANGFLES, CA 90024 PRODUCER: BLISS & GLENUON, I1:Z f7C7: Tax State CA Policy Period: From 10-0-1-2002 to 10-01-2003 at 12:01 A.M. Stanaard Time at Your mailing address shown abave. Form of Business: Indlviduai Business Descript'on' ELFCTRICFLL CONTRACT -)R IN FLET-i?ti POR THE PAYIV1ENT 01i- THE PREMIUM, ANG SUFI -ECT TO ALL THE TERMS OF 7H'S POLICY, VVE AGREE Wi7i— YCIU TO PRG VIDE F HE NSURANCE STATES IN THIS POLICY THIS POLICY CONSISTS OF THE FOLLOWING COVERAGE PARTS FOR WHICH A PREMIUM IS INDICATED. THIS PREMIL1M MAIr BE SUBJECT TO ADJUSTMENT. PREMIUM Commercial Property Coverage Part Commercial General Liability Coverage Part Other Charges . Expense Constant S Not Co.,ered $ I EG1.00 5 9 TOTAL ADVANCE PREMIUM $ CE . OC $ 150. OC 8 S TOTAL 8 _ , Ail. 00 Forms; and Endorsements) made a part of this policy at time of issue i1001 7 11 1185',, ILD270 1081(37',. SID03 (08i;11, S1D09 04/01), S2000 {8;911 4 Omits applicable Forms and Endorsements if shown in specific Coverage PartlCoverage Form Declarations, Countersigned: 10 -21-o1. RPA By Authorized Representative THESE DECLARATIONO TOGETHER WITH THE COMMON FCLICY CONr)ITIONS, COVERAGE PART DECLARATIONS, COVERAGE PART COVERAGE FORMCS, AND FORMS AND 0130RSEMENTS, IF ANY, ISSUED TO FOklvl A PART THFREOF, COMPLETE THE A80VE NJMBMEO POLICY. Includne c•oyw,gntad mttterial of Insurtr.ce Servirjvs Dltice, Inc . wltrl I!s permra%1641. Copyright, Insurance Scrvieae Office, Inc., 1943. 1964 5 1000(ar91) - INSURED- COMMtRCIAL GENERAL LIABILITY COVERAGE PART DECLARATIONS Policy No. PEZ7166 LIMITS OF INSURANCE General Aggregate Limit (Other Than Pro ducts— Compiated Oporotions) Products --Completed Operations Aggregate Limit $ Personal and Advertising Injury Ur.it $ Each Occurrence Limit $ Fire Damage Limit S I; Medical Expense Limit $ 1 I LOCATION OF PREMISES Location of Ail Premises You Own. Rent or Occupy: 22803 N:ACPJ%F.LANP,, DRIVE. WOODLAND HILLS, CA 91364 I PREMIUM Classification Code No. Premium Basis RLSCTR_'CA1 WORK iVITLI:ry 92478 59,505 lP/ 3L'ILLING- I Effective Date: 10 - 0=- 2 0 C 2 12:01 A.M. Standard Time 2,02.0,000 i ;,000,03'- 1,DOO,BUU 4 1, 00C., 000 j{ 50,002 Any Ono Fire 5, On Any One Person) Rate Advance Premium Pr/Co All Other Pr/Co AllO,her INCL. 28.03 INCL. 1,661 j Total Advance Premium i r I IC area - per 1000 sq. f-. !m) admissions - per "300 (e) each :u) units i lel ;rr.>sa na.eq - uor 81000 (;7) pavroll - per 81000 (ai total Coen - PC: !' 000 FORMS AND ENDORSEMENTS, (other than appl)ceble Forrns and EndorsomenW shown elsswhere In the policy) ! Forms and EndorsemZnts applying to this Coverage Pert and made pert of this policy at time of Issue; 1,!r4001 (91 i96), CG0057 (09199), C00300 ;11/351, CG2147 (10/93), CG2165 (07/98), CG2180 ;09198), 10021 ('1/215) S2025 M'/941,52041 1,02/94:. 52047 (0x1961, S2058 ;11198?, 52068 (04%). S2067 (Oai0o), S2058 (1111011, 32007 (33r3); i '�'-ia;rp� Qr.11tK' :t r�'CMT UYM11rMre .n LM Q41i=Y `HERF t:EGLAFILMONd ARC PAR- OF THE POLICY Elul APATIOM CONT.NNINCt TNr NAME OF THE INS+)PED ANC rhE POLICY PER 01) -..D 3b-* da.. hat provrda Mrv.r.da er M'r 6. elmhua to a cv� neldw Lisa �OrrlRtdrl P011,� :eeIXW:ow Pw.. •; o,nreon Pulw...pdmKx t cuyw3pe Par cdv.rage rcrml:l kid a+v otlter aCpl�atie iorr*'> >r.d rndoraammX•. 52000 (819 1) - INSL ED- 96/27/2385 14:31 :a54374534 NATE FC.;M :HSLPANCE paGE a: /N11 IA�w •w{ uU MCI JUNE 27, 2003 AUTO POLICY STATUS H PHONE: (818) 225-0636 NOTTINGH M,JOHN MUTL 1,00 2965-A24-75C IRG: 13 22805 MACFARLANE DR ZIP: 91364 WOODLAND RLS CA 91361-2810 1999 FORD E250 r-LASS: 61i3rm vhN ACC FREE: JAN-24-81 VIN: 2FTNE24LIXHA57469 BIRTH: MR-06-40 STATUS:R.£NBL DOE DATE:JUL-24-03 TEAM DATE: TOT PREM: 714.8S AMT DUE: 714.89 OXD:JAN-24-81 COV DATZ:J'AN-24-02 PREV PREM: 65'7.60 A 100 /300 /50 372.56 U 30 /60 36.55 -10000 35.59 U1 0.76 D 62.41 6100 204.78 H 2.24 AMT PAID: 328.80 DATA PAID: MAR -26-03 GRP 07;24/96, CDR SA 666.36, MCD 160.75, LD 6 45.49, CGDL 178.73, VSD 408 23.76, APP DATE 09-02-03, ODM 15 01-99, REPLACED IM 012. 14AME : NJTT INGHAM, JOHN PZ PLACED POLICY: L002965 -75B EXCEP. s END: DRVR DT OF LIC RL NXT RL -DT JOHN 02/08/1956 SR REC c'qG : cov. 9& z MMES 3 AMT 7 H PHONE..(818) 225-3636 P01ICY FORM: 9805E ACC/CONY DATE INk-ORMATIOH S & J SALES P00TATION REVISID /28/03 Sales Tax, 1-7 744.21 Freight 550.00 TUM, QUOTED PRICE 1.7,209.21. 991 Corte Azal Date: 12/10/02 Camarillo, California 93010 (805) 445-1016 Your Request No.: VERBAL (805) 445-0096 FAX Our Quotation No.: 4527 TO: City of San Rafael This Quotation Fire Department is Valid : 90 Days San Rafael, CA ATTN: Dan White PHONE: 925-833-2424, FAX 925-551-0113 Item Qty. Del. ARO Part# Description Unit Price Extension 1 1 1 wk FD/FE7KVA REFURB Ferrups 7KVA Single Phase ON-LINE UPS with 18 min of batttery time at full load, 208,240/240,120V 6,025.00 6,025.00 2 1 1 wk Option NEW MAKE before Break bypass switch 650.00 650.00 3 1 1 wk Option NEW Bypass transformer for MBB switch 1,250.00 1,250.00 4 1 1 wk Option 1 year On-site warranty/ Service contract INC 5 1 1 wk Option Start-up,training, calibration, consulting INC 6 8 1 wk Option UPS PDS Cables with QUAD IG 5362 receptacles (various sizes) 195.00 1,560.00 7 4 1 wk Option House Power PDS Cables with QUAD 5362 receptacles (various sizes) 195.00 780.00 8 1 1 wk Option Turnkey electrical to install UPS, Bypass switch, dedicated output panel, isolated grounds 8 UPS QUAD PDS Cables, Bypass transformer, and 4 House Power PDS cables 5,650.00 9 1 1 wk Option 1 year parts and labor warranty INC Sales Tax, 1-7 744.21 Freight 550.00 TUM, QUOTED PRICE 1.7,209.21. page 2 IMPORTANT INFORMATION: 1. Please place purchase order(s) to: S & J Sales 2. THIS QUOTE WAS REVISED TO EXTEND THE VALID DATE. 3. Refurb units are avialable on a first come basis, it is available now. 4. Any requirments by San Rafael for additional insurance or building permits will be charged on a cost basis. 5. We assume there will be a main panel next to the UPS to power the UPS and House power. Breakers inside this panel will be supplied by others_ (1) 40 Amp 2 pole breaker for the UPS, and (4) single pole 20 amp breakers for house power PDS cable under the floor. We are not suppling House power on the walls, nor lighting in the room. Shipping Point: XX FOB Job Site By VJer4;anes Title President TERMS: Net 30 days