HomeMy WebLinkAbout03-21-2017 Item 07 - Public Safety Server Replacement Meeting Date: 3/21/2017
FROM: Garret Olson, Fire Chief
Prepared By: Miguel Guardado, Network Services Supervisor
SUBJECT: PUBLIC SAFETY SERVER REPLACEMENT
RECOMMENDATION
1. Award a contract and authorize a purchase order for Solutions II, Inc. in the amount of
$298,349 for the replacement and installation of the public safety computer-aided dispatch
and records management system, two servers, and five years of 24/7 support; and
2. Waive formal bids and authorize use of Government Services Administration (GSA)
contract#: GS-35F-0349S to sole source this project to Solutions II as allowed under
3.24.060 E. of the City of San Luis Obispo Muncipal Code.
DISCUSSION
Background
Since January 1998, the Police and Fire departments have utilized software from Spillman
Technologies (Spillman) to meet the City's public safety information management needs. The
City originally started with two modules from Spillman: Computer-aided Dispatch (CAD) and
Records Management System (RMS). These modules process, store and manage all police and
fire incident information within the City. Since the initial implementation, the City’s CAD/RMS
system has grown to encompass over 22 modules including: personnel management, mobile
communications, evidence management, mapping tools, quickest route and numerous reporting
systems.
Current Server Status
The existing public safety servers for the Spillman system were purchased in 2011. The objective
at that time was to design a system that would prevent the interruption of critical public safety
systems should one of the server’s experience problems, require maintenance or fail. In order to
achieve this goal, a system based on "clustering" was recommended which would provide server
"uptime" 99.9% of the time.
Clustering provides fault tolerance, whereby back-up elements are utilized to ensure continued
system operation in the event of hardware failure.
The Spillman servers had been scheduled for an upgrade in FY 2015-16; however, due to the
stability of the servers at that time and IT workload, IT staff recommended postponing the
replacement and extending hardware warranties. As a result, staff is recommending that the
servers be replaced during this current FY 2016-17.
Contract Award – Sole Source Justification
Since 2011, the City has been using a Spillman recommended technical consultant, Solutions II,
Inc. for maintenance and support of the Spillman CAD/RMS system. Spillman Technologies has
maintained a strong working relationship with Solutions II, a provider of technology solutions to
Packet Pg. 105
7
Spillman public safety agencies. Solutions II is very experienced with Spillman software and the
company has managed and implemented clustered server projects for other Spillman sites
utilizing Dell/VMware solutions, which is preferred by City IT staff. Because Solutions II works
so closely with Spillman, the company understands the City's public safety software needs.
Because of this experience, Solutions II is highly qualified to recommend and deliver an optimal
server design for the City. It is important to note that Solutions II utilized the City’s Western
States Contracting Alliance (WSCA) pricing Government Services Administration GSA
contract#: GS-35F-0349S pricing standard for the purchasing of hardware and software and
professional services was able to provide the City with a pricing discount ensuring that the City
is getting the best price possible.
CONCURRENCES
The Police and Fire Chiefs and the Information Technology Steering Committee concur with the
recommendation.
FISCAL IMPACT
As part of the 2015-17 Financial Plan, Information Technology Replacement projects; $250,000
was identified for Police CAD Server replacement. Other funding to help supplement the project
to correctly reflect actual costs has also been identified by staff, as shown below. Contract costs
include hardware replacement, 24x7 support, warranties on the hardware and software with bi-
annual server health checks for the next five years. Spillman related costs below will be
approved separately per the City’s Purchasing System Guidelines, and are th erefore not included
in this request to Council.
Project Funding Sources Amount
FY 15-16 CIP Police CAD Server Replacement $250,000
Balance from IT and PD closed-out projects $100,000
Total Funding Available $350,000
CAD Replacement Project Costs Total
Solutions II, Inc. - Hardware Replacement, Support &
Warranties
$298,349
Spillman - Unix to Linux Server Migration $23,800
Spillman - GeoValidation Conversion $10,000
Contingency $17,851
Total Project Cost $350,000
ALTERNATIVES
1. Defer or deny the project, Given the age of the existing servers, the mission critical nature of
the Spillman applications, and the need to upgrade software in the near future, it is
imperative the replacement occur this fiscal year in order to avoid risk of failure.
Additionally, due to IT's project schedule, deferring the replacement of the servers may result
in conflicts with other project timelines and therefore limit the resources available for this
Packet Pg. 106
7
upgrade.
2. Initiate a formal bid process. Due to the nature of this application, the existing relationship
between Spillman and Solutions II, and Solutions II's knowledge of the Spillman application
and the City's needs, staff believes that Solutions II (in collaboration with Spillman) is
uniquely qualified to recommend and implement the ideal server system. Staff does not
recommend conducting an open bid process for the server replacement given the efficiencies to
be gained by sole source contracting with Solutions II
Attachments:
a - City of SLO Solutions II Quote
b - Solutions II - Spillman- Unix
c - San Luis Obispo HW Refresh Implementation SOW
d - Contract Award Solutions II - Public Safety Server Replacement
Packet Pg. 107
7
Quote #:SLO24x7 - v5
Client:Date:2.28.17
Company:Account Rep.:Jeff Robbins
Project:Phone:801.441.5982
Valid Until Fax:
Email:jeff.robbins@soluions-ii.com
Notes:
Qty Part #Description Unit Price Extended Price
Prod and DR Servers - Qty 3
3 210-ADBC PowerEdge R730xd Server
3 329-BCZK PE R730/xd Motherboard MLK
3 461-AADZ No Trusted Platform Module
3 350-BBEU Chassis with up to 12, 3.5" Hard Drives
3 340-AKPM PowerEdge R730xd Shipping
3 338-BJDO Intel Xeon E5-2680 v4 2.4GHz,35M Cache,9.60GT/s
QPI,Turbo,HT,14C/28T (120W) Max Mem 2400MHz
3 338-BJEE Intel Xeon E5-2680 v4 2.4GHz,35M Cache,9.60GT/s
QPI,Turbo,HT,14C/28T (120W) Max Mem 2400MHz
3 370-ABWE DIMM Blanks for System with 2 Processors
3 374-BBHM Standard Heatsink for PowerEdge R730/R730xd
3 374-BBHM Standard Heatsink for PowerEdge R730/R730xd
3 370-ACPH 2400MT/s RDIMMs
3 370-AAIP Performance Optimized
3 780-BBLJ RAID 1 for H330/H730/H730P (2 HDDs or SSDs)
3 405-AAEF PERC H330 Integrated RAID Controller
3 540-BBBW Broadcom 5720 QP 1Gb Network Daughter Card
3 385-BBHO iDRAC8 Enterprise, integrated Dell Remote Access Controller,
Enterprise
3 350-BBEJ Bezel
3 770-BBBR ReadyRails Sliding Rails With Cable Management Arm
3 384-BBBL Performance BIOS Settings
3 450-ADWS Dual, Hot-plug, Redundant Power Supply (1+1), 750W
3 631-AAJG Electronic System Documentation and OpenManage DVD Kit,
PowerEdge R730/xd
3 619-ABVR No Operating System
3 421-5736 No Media Required
3 332-1286 US Order
3 330-BBCO R730/xd PCIe Riser 2, Center
3 330-BBCR R730/xd PCIe Riser 1, Right
3 Pro Support Plus - 24 x 7 Support - 5 Year
24 370-ACNS 32GB RDIMM, 2400MT/s, Dual Rank, x4 Data Width
6 400-AFMW 120GB Solid State Drive SATA Boot 6Gbps 2.5in Hot-plug Drive,3.5in HYB
CARR,13G
3 407-BBVK SFP+, SR, Optical Transceiver, Intel, 10Gb-1Gb
3 407-BBVK SFP+, SR, Optical Transceiver, Intel, 10Gb-1Gb
3 540-BBCT Intel X520 DP 10Gb DA/SFP+ Server Adapter
6 406-BBEB QLogic 2560, Single Port 8Gb Optical Fibre Channel HBA
6 450-AALV NEMA 5-15P to C13 Wall Plug, 125 Volt, 15 AMP, 10 Feet (3m), Power
Cord, North America
6 492-BBDI C13 to C14, PDU Style, 12 AMP, 6.5 Feet (2m) Power Cord, North
America
Prod Storage - Qty 1
1 210-ACCT PowerVault MD3820f, 16G Fibre Channel, 2U-24 drive
1 340-AIOP SHIP,MD3820f
1 403-BBFH Controller, 16G FC, 2U MD38xxF, 8G Cache
1 403-BBFH Controller, 16G FC, 2U MD38xxF, 8G Cache
1 325-BBGL Bezel Assembly, MD3820f
1 421-3580 License Key, PowerVault MD3 High Performance Tier with SSD Cache
1 770-BBCL ReadyRails II Static Rails for 4-post Racks
Price Quote
Unix to Linux Refresh - 24x7 Support
1. Taxes are not included in this price quote and will be invoiced if applicable.
2. Any Shipping/Freight will show as estimated and will be invoiced accordingly.
3. This price quote, supporting configurations, and any associated contracts are confidential to the client specified and Solutions II.
4. Final configuration and prices subject to change based upon the final solutions assurance review and consultation with client.
5. A detailed services Scope of Work (SOW) & MSA Agreement must be executed prior to the commencement of services.
6. Prices quoted assume standard terms and conditions, net 30.
Spillman Infastructure
San Luis Obispo
Confidential Page 1
Packet Pg. 108
7
1 389-BDZU Power Supply Regulatory Label, 600W, AC
1 450-AASQ Power Supply, AC 600W, Redundant
1 450-ABLK 5-15P to C13, 10 amp, 6 feet wall plug Power Cord
1 450-ABLK 5-15P to C13, 10 amp, 6 feet wall plug Power Cord
1 492-BBDI C13 to C14, PDU Style, 12 AMP, 6.5 Feet (2m) Power Cord, North
America
1 492-BBDI C13 to C14, PDU Style, 12 AMP, 6.5 Feet (2m) Power Cord, North
America
1 332-1286 US Order
1 407-BBOF 2X SFP, FC16, 16GB
1 407-BBOF 2X SFP, FC16, 16GB
1 407-BBOF 2X SFP, FC16, 16GB
1 407-BBOF 2X SFP, FC16, 16GB
1 Pro Support Plus - 24 x 7 Support - 5 Year
9 400-ABSL Hard Drive Blank Filler 2.5
12 400-ALUT 1TB 7.2K RPM Near-Line SAS 2.5in Hot-plug Hard Drive
3 400-ALXZ 400GB Solid State Drive SAS Mix Use MLC 2.5in Hot-plug Drive, PX04SM
DR Storage - Qty 1
1 210-ACCT PowerVault MD3820f, 16G Fibre Channel, 2U-24 drive
1 340-AIOP SHIP,MD3820f
1 403-BBFH Controller, 16G FC, 2U MD38xxF, 8G Cache
1 403-BBFH Controller, 16G FC, 2U MD38xxF, 8G Cache
1 325-BBGL Bezel Assembly, MD3820f
1 421-3580 License Key, PowerVault MD3 High Performance Tier with SSD Cache
1 770-BBCL ReadyRails II Static Rails for 4-post Racks
1 389-BDZU Power Supply Regulatory Label, 600W, AC
1 450-AASQ Power Supply, AC 600W, Redundant
1 450-ABLK 5-15P to C13, 10 amp, 6 feet wall plug Power Cord
1 450-ABLK 5-15P to C13, 10 amp, 6 feet wall plug Power Cord
1 492-BBDI C13 to C14, PDU Style, 12 AMP, 6.5 Feet (2m) Power Cord, North
America
1 492-BBDI C13 to C14, PDU Style, 12 AMP, 6.5 Feet (2m) Power Cord, North
America
1 332-1286 US Order
1 407-BBOF 2X SFP, FC16, 16GB
1 407-BBOF 2X SFP, FC16, 16GB
1 407-BBOF 2X SFP, FC16, 16GB
1 407-BBOF 2X SFP, FC16, 16GB
1 Pro Support Plus - 24 x 7 Support - 5 Year
9 400-ABSL Hard Drive Blank Filler 2.5
12 400-ALUT 1TB 7.2K RPM Near-Line SAS 2.5in Hot-plug Hard Drive
3 400-ALXZ 400GB Solid State Drive SAS Mix Use MLC 2.5in Hot-plug Drive, PX04SM
Software
6 VS6-EPL-C-L2 VMWARE VSPHERE 6 ENTERPRISE PLUS FOR 1 PROCESSOR
30 VS6-EPL-P-SSS-C PRODUCTION SUPPORT/SUBSCRIPTION VMWARE VSPHERE 6 ENTERPRISE
PLUS FOR 1 PROCESSOR FOR 1 YEAR
2 RH00003F3 RHEL SVR PREM PHYSICAL OR VIRTUAL N
4 P73-05758 OB WIN SVR STD SGL L/SA PK OLP NL 2 PROC
6 P-VASSTD-VS-P0000-00 VEEAM AVAIL-TY S-TE STD VMWARE LICS
12 V-VASSTD-VS-P02PP-00 2YR VEEAM AVAIL-TY S-TE STD MLIC
183,657.00$
1 Installation and DR Integration Services
For Services, Solutions II can leverage GSA#: GS-35F-0349S
38,600.00$
8,592.00$
230,849.00$
5 Semi-annual Health Check and Failover Testing Services 13,500.00$ 67,500.00$
Includes up to one onsite visit per year
Grand Total 298,349.00$
Health Check Services
Sub Total
Hardware/Softare Total
Professional Services
Professional Services Subtotal
Tax
Confidential Page 2
Packet Pg. 109
7
City of San Luis Obispo Vendor #
463292
PURCHASE ORDER:022817mmz
PURCHASE ORDER FOR IT USE ONLY: Date
Send copy to vendor with any attachments
Do not send to vendor
VENDOR Solutions II, Inc SHIP TO City of San Luis Obispo
ORDER Attn: Jeff Robbins ADDRESS 990 Palm Street
ADDRESS 8822 S. Ridgeline Blvd Ste 205 San Luis Obispo, CA 93401
Littleton, CO 80129 Attn: Miguel Guardado
(801)441-5982 Bus: 805-781-7017
VENDOR Fax: 805-781-7401
INVOICE Public Safety Server Replacement
ADDRESS Unix to Linux Conversion
Quote General Ledger Account Capital Project
Number Date Fund Program Acct Project Phase Description Amount
02/28/17 183,657.00
38,600.00
67,500.00
tax 8,592.00
TOTAL 298,349.00
Requesting Department Prepared By Dept Approval Finance/Administration Approval
Finance & Info. Tech.M. McGee
Instructions:ACCOUNTING USE ONLY
Department: Complete form and obtain departmental approval. Attach quotes, bid summaries, or CAO report
(as required by purchasing guidelines). Route to Finance or Admin for approval.Verified By
Finance: After final approval, assign PO number and return copy to department. Process encumbrance.
3/13/2017
SLO24x7-v5
Spillman Unix to Linux Refresh - 24x7
Support - Software
Spillman Unix to Linux Refresh - 24x7
Support - Professional Services
Spillman Unix to Linux Refresh - 24x7
Support - Health Check Services
Packet Pg. 110
7
CONFIDENTIAL AND PROPRIETARY INFORMATION OF SOLUTIONS -II, INC. NOT TO BE USED,
EMPLOYED, ALTERED, DUPLICATED, OR COPIED WITHOUT EXPRESS WRITTEN PERMISSION.
City of San Luis Obispo
Professional Services Statement of Work (Schedule A)
Master Services Agreement Number: SLO09.08.11-03
SOW Identifier: SLO-20170221-01-V1.2
SOW Title: Spillman Infrastructure Implementation
January 23, 2017
Corporate Headquarters (303) 796-8393 TEL
8822 South Ridgeline Blvd. Suite 117 (303) 796-8399 FAX
Littleton, CO 80129 www.Solutions-II.com
Packet Pg. 111
7
Statement of Work: City of San Luis Obispo Spillman Infrastructure Implementation
SOW Identifier: SLO-20170221-01-V1.2
P a g e | 2 of 5
_______ Client
CONFIDENTIAL AND PROPRIETARY INFORMATION OF SOLUTIONS-II, INC. NOT TO BE USED,
EMPLOYED, ALTERED, DUPLICATED, OR COPIED WITHOUT EXPRESS WRITTEN PERMISSION. _______ Solutions II
Document No. SII.10.6.2016-2.0
Executive Summary:
This Statement of Work (“SOW”) is agreed by and between the City of San Luis Obispo (“Client”) and
Solutions-II, Inc. (“Solutions II”), and in accordance with the Master Services Agreement (“MSA”).
Solutions II, under the guidance and participation of Client, will provide implementation services of the
Spillman server infrastructure.
This SOW is subject to the Agreement Terms set forth in the MSA. Any obligations by any party defined within
this SOW are limited to this SOW and any subsequent Project Change Requests which further define this SOW.
Unless executed, this SOW offer expires Unless executed, this SOW expires April 21st, 2017.
Scope of Work:
•••• Scope
1. Setup and configuration of all hardware and software purchased for the Spillman environment.
a. Three (3) Dell R730 Rack mount servers
i. Two in the production datacenter and one in the DR datacenter
b. Two (2) Dell MD3820f Storage Arrays
i. One in the production datacenter and one in the DR datacenter
c. VMware vSphere 6 Enterprise
d. Veeam Backup and Replication for application protection and disaster recovery
e. Redhat Linux virtual machine creation
f. Windows Server virtual machine creation
2. Services will be performed both onsite in San Luis Obispo’s two datacenters and remotely during normal
business hours.
•••• Out of Scope
The following are not included in the scope of this SOW:
1. Remediation of the Client’s environment needed to meet the minimum requirements to support the
services in scope.
Solutions II Responsibilities:
1. Project Management
a. Solutions II will provide a Project Manager to facilitate the project delivery from initiation through
completion.
Packet Pg. 112
7
Statement of Work: City of San Luis Obispo Spillman Infrastructure Implementation
SOW Identifier: SLO-20170221-01-V1.2
P a g e | 3 of 5
_______ Client
CONFIDENTIAL AND PROPRIETARY INFORMATION OF SOLUTIONS-II, INC. NOT TO BE USED,
EMPLOYED, ALTERED, DUPLICATED, OR COPIED WITHOUT EXPRESS WRITTEN PERMISSION. _______ Solutions II
Document No. SII.10.6.2016-2.0
2. Implementation
a. Primary Location:
i. Install and configure 2 Dell R730 Servers.
ii. Install and configure 1 Dell MD3820f Storage Array.
iii. Install ESXi on the 2 servers.
iv. Install and configure vCenter.
v. Configure networking on ESXi hosts as needed to support the environment.
vi. Create 1 Red Hat Linux VM and up to 2 Windows Server VM's.
b. Secondary Location:
i. Install and configure 1 Dell R730 Server.
ii. Install and configure 1 Dell MD3820f Storage Array.
iii. Install ESXi on the server.
iv. Install and configure vCenter.
v. Configure networking on ESXi host as needed to support the environment.
vi. Create up to 2 Windows Server VM’s.
c. Veeam Backup and Replication:
i. Installation and configuration of Veeam software.
1. Backup server and repository
2. Source and target hosts
3. Backup proxies
4. Backup repository
ii. Creation of backup jobs for the Spillman environment.
iii. Creation of backup schedule.
iv. Creation of replication jobs
v. Replicate VMs from Production to DR
vi. Test of the backup plan.
vii. Test recovery on DR server
3. Knowledge Transfer
a. Solutions II will provide knowledge transfer during the installation and configuration of all in scope
components.
4. Deliverables
a. At the conclusion of this project, Solutions II will provide the following documentation:
i. Cabling diagrams
ii. Rack diagrams
iii. Configuration documents
iv. Passwords
v. IP Addresses
Packet Pg. 113
7
Statement of Work: City of San Luis Obispo Spillman Infrastructure Implementation
SOW Identifier: SLO-20170221-01-V1.2
P a g e | 4 of 5
_______ Client
CONFIDENTIAL AND PROPRIETARY INFORMATION OF SOLUTIONS-II, INC. NOT TO BE USED,
EMPLOYED, ALTERED, DUPLICATED, OR COPIED WITHOUT EXPRESS WRITTEN PERMISSION. _______ Solutions II
Document No. SII.10.6.2016-2.0
Client Responsibilities:
1. Facility Readiness - Client will provide the power, cooling, space, cabling, network infrastructure and
access required for Solutions II to deliver the services in scope.
2. The Client will provide Solutions II technical resources with safe access, suitable office space, supplies,
furniture, high-speed connectivity to the Internet, and other facilities for Solutions II’s personnel while
working at the location(s) specified in this SOW.
3. The Client will provide appropriate technical and management resources to participate in the
implementation, including an Authorized Contact who will obtain and provide applicable information,
data, consents, decisions and approvals as required by Solutions II to perform the services.
4. The Client will provide maintenance windows as required to perform services.
5. The Client will ensure that current maintenance and license agreements are in place with applicable
vendors for those products and services upon which Solutions II is relying to provide the services
described herein.
6. Solutions II’s performance is dependent upon Client management and fulfillment of Client
responsibilities, at no charge to Solutions II. Any delay in performance of Client responsibilities may
result in additional charges and/or delay of the completion of the services. Such additional charges
and/or delay will be handled in accordance with the Project Change Control Procedure.
Project Change Control Procedure:
In the event it is necessary to change this SOW, the following procedure will be used:
1. A Project Change Request document (“PCR”) will be executed by the parties describing the nature of
the change, the reason for the change, and the effect the change will have on the scope of work, which
may include changes to the work product. Parties will determine the additional/subtraction charges, if
any, and they will be detailed in the PCR.
2. Either party may initiate a PCR. The requesting party will review the proposed change with the other
party, and the appropriate authorized representatives of the parties will sign the PCR, indicating the
acceptance of the changes by the parties.
3. Upon execution of the PCR, said PCR will be incorporated into and made a part of the applicable scope
of work.
Project Completion:
Solutions II will have fulfilled its obligations for the services described in this SOW when the activities
described in this SOW are complete, inclusive of any fully executed project change requests associated with
this SOW.
Packet Pg. 114
7
Statement of Work: City of San Luis Obispo Spillman Infrastructure Implementation
SOW Identifier: SLO-20170221-01-V1.2
P a g e | 5 of 5
_______ Client
CONFIDENTIAL AND PROPRIETARY INFORMATION OF SOLUTIONS-II, INC. NOT TO BE USED,
EMPLOYED, ALTERED, DUPLICATED, OR COPIED WITHOUT EXPRESS WRITTEN PERMISSION. _______ Solutions II
Document No. SII.10.6.2016-2.0
Payment:
Fees for services rendered pursuant to this SOW shall be paid by Client as follows:
1. A total fee of Thirty-Eight Thousand Six Hundred dollars, ($38,600.00) will be paid by Client.
a. $38,600.00 will be due upon execution of this SOW.
2. Travel Expenses:
a. All travel expenses are inclusive in this project, with the estimation that one or more Solutions II
employee(s) will need to travel to the Client’s location, or such location designated by Client one
(1) times with multiple day duration during the contract period.
All fees and costs incurred under the terms of this SOW shall be due 30 days after a statement has been
sent to Client by Solutions II. Any late payment is subject to an interest charge of 1.5% per month (18% per
annum) plus all costs of collection including attorney fees and costs.
Client is responsible to pay all applicable state and local sales and use taxes related to professional services.
City of San Luis Obispo Solutions-II, Inc.
1042 Walnut Street 8822 S. Ridgeline Blvd. Suite 117
San Luis Obispo, CA 93401 Littleton, CO 80129
Signature: Signature:
Name: Name:
Title: Title:
Date: Date:
Packet Pg. 115
7
AGREEMENT
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on March 21, 2017 by and
between the CITY OF SAN LUIS OBISPO, a municipal corporation, herein after referred to as City, and Solutions
II, Inc. hereinafter referred to as Contractor.
W I T N E S S E T H:
WHEREAS, on DATE City requested proposals for the replacement of the City’s Computer Aided Dispatch
Public Safety Servers per Specification No 91401.
WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City for said
services.
NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter
contained, the parties hereto agree as follows:
1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as first
written above, until acceptance or completion of services.
2. INCORPORATION BY REFERENCE. City Specification No. 91401 and Contractor's proposal dated
12/12/2014 are hereby incorporated in and made a part of this Agreement.
3. CITY'S OBLIGATIONS. For providing a Public Safety Server Replacement Systems and five years of
24/7 support as specified in this Agreement, City will pay and Contractor shall receive therefore compensation in a
total sum not to exceed $298,349. Payment schedule will be as follows. $183,657 on contract initiation to procure
hardware and software delivery, then $57,346 on installation and migration from old system, and the remaining
$57,346 on a successful testing period of four weeks from final cut-over.
4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements
hereinbefore mentioned to be made and performed by City, Contractor agr ees with City to do everything required by
this Agreement and the said specification.
5. AMENDMENTS. Any amendment, modification or variation from the terms of this Agreement shall be in
writing and shall be effective only upon approval by the Council o f the City.
Packet Pg. 116
7
6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated
herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement,
understanding or representation not reduced to writing and specifically incorporated herein shall be of any force or
effect, nor shall any such oral agreement, understanding or representation be binding upon the parties hereto.
7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by
registered or certified mail addressed as follows:
City City Clerk
City of San Luis Obispo
990 Palm Street
San Luis Obispo, CA 93401
Contractor Solutions II, Inc.
8822 S. Ridgeline BLVD, Suite 205
Littleton, CO 80129
8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each
individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute
Agreements for such party.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first
above written.
ATTEST: CITY OF SAN LUIS OBISPO
________________________________ By:_____________________________________
City Clerk City Manager, Katie Lichtig
APPROVED AS TO FORM: CONTRACTOR
________________________________ By: _____________________________________
City Attorney, Christine Dietrick
Packet Pg. 117
7
Page intentionally left
blank.
Packet Pg. 118
7