163

ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

Page 1: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place
Page 2: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

1

ISSUE:

ACTION SHEET ITEM FROM FINANCE COMMITTEE MEETING OF 06/04/18

FOR CITY COUNCIL MEETING OF 06/13/18

d) Request for Approval of Procurement in the Amount of $382,216.49 for Seven Vehicles and Equipment; (Don Chalmers, Brad Francis, MHQ, Red Canyon Caps, CMS, Motorola, Digital Ally and Grants and Technology Veterans, LLC. (Andrew Padilla)

1) Request for Approval Budget Amendment Resolution

FINANCE COMMITTEE ACTION:

Approved as discussion item.

FUNDING SOURCE:

SPECIAL CONDITIONS OR AMENDMENTS Direction to staff

VOTE FOR AGAINST ABSTAIN COUNCILOR ROMERO-WIRTH

X

COUNCILOR RIVERA X

COUNCILOR LINDELL X

COUNCILOR HARRIS X

CHAIRPERSON ABEYTA

3-19-18

Page 3: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

2

Date:

To:

CC:

Via:

May 7, 2018

City Council Finance Committee Public Safety Committee

Erik Litzenberg, Interim City Manager

Shirley Rodriguez, Purchasing Officey-

From:

Re:

Andrew Padilla, Interim Chief of Policcp(f="r/.B)

Purchase of Specialty Police Vehicles

Background/Summary: The following is a request for the purchase of seven Specialty Police Vehicles.

The Police Department currently is respectfully asking to purchase some vehicles for some units that are specialty teams/units. Our normal or annual vehicle purchase does not include these specialty teams/units because that vehicle purchase primarily focuses on the Patrol Division and/or marked patrol cars. With the exception of the Crisis Negotiations Team Vehicle (no current vehicle in our fleet) all other vehicles that are being replaced will be repurposed within our fleet or the City of Santa Fe's fleet.

At this time, we have funding available to purchase the following Specialty Police Vehicles:

1. One Crisis Negotiations Team Vehicle (Ford Transit Yan) 2. Two Tactical Emergency Vehicles (Ford Expeditions) 3. Three Crime Scene Technician Vehicles (Chevy Colorado's) 4. One truck for our Fleet Manager (Chevy Silverado)

The costs and funding sources of this procurement is outlined as follows:

VEHICLES CNT (1) TEMS (2) Crime Scene Technician (3) Fleet Manager ( 1)

COST $ 74,372.56 $ 75,142.00 $ 85,233.00 $ 39,649.00 $274,396.56

BU 22252 22252 22252 22252

Page 4: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

3

Emergency Equip. CNT (]) MHQ TEMS (2) MHQ CST (3) MHQ

COST $32,995.56 S13,099.28 S 6,820.23 $52,915.07

Operating Equip. COST Camper shells (3) Red Canyon Caps $10,065.00 Airlinks Grants & Technology S 8,988.60 Scanners CMS S 950.00 Radios (all total) Motorola· S 19,211.26 Digital Ally Jn-Car Cameras· · S 15,690.00

$54,904.86

BU 22252 22252/22210 22210

BU 22210 22210 22210 22210 22210

The total cost for 7 Vehicles purchased and equipped: $382,216.49, $310,705 from Police Property Tax 22225 cash balance and $71,511.49 from Police GRT Cash Balances.

** Attached documents show individual price break-down based on NM Statewide Price Agreements, CES Agreements and GSA Price Agreements.

Additionally, a majority of the emergency equipment, operating equipment and radios will be installed by the City of Santa Fe's Radio Shop, saving the City of Santa Fe any additional costs incurred from a third-party installation.

Requested Action: Approval of request to purchase these Specialty Police Vehicles and the specific actions per the attached BAR. The Police Department is also requesting approval to use these price agreements for additional parts and equipment if needed, through FY ending 06/30/19.

Should you have any questions, I may be reached at 505.955.5102.

2

Page 5: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

4

CITY OF SANTA FE OTHER METHOD PROCUREMENT CHECKLIST

Contractor Na me: ---''-"--~---------------------------------

Other Methods: State Price Agreemen~~Cooperative D Sole Source D Exempt D Other n~·-------­

Department Requesting/Staff

Procurement Requirements: A procurement file shall be maintained for all contracts, regardless of the method of procurement. The procurement file shall contain the basis on which the award is mode, all submitted bids, all evaluation materials, score sheets, quotations and all other documentation related to or prepared in conjunction with evaluation, negotiation, and the award process. The procurement shall contain a written determination from the Requesting Deportment, signed by the purchasing officer, setting forth the reasoning for the contract award decision before submitting to the Committees . .

REQUIRED DOCUMENTS FOR APPROVAL BY PURCHASING*

YES N/A /:@ D .,J;SJ D .,..~l D

D J:s:t D 1~l D -EJ D -9·

,,E:J D D B D ~ D _EJ D -El D -~ D D

Approved Procurement Checklist (by Purchasing) Departments Recommendation of Award Memo addressed to Finance

State Price Agreement

Cooperative Agreement Sole Source Request and Determination Form

Contractors Exempt Letter

Purchasing Officers approval for exempt procurement

BAR

FIR Contract, Agreement or Amendment

Current Business Registration and CRS numbers on contract or agreement Summary of Contracts and Agreements form

Certificate of Insurance

Other:

. ,

Department Rep Printed Name an_d Title

p Sigplture attesting that all information included

tion is reviewed [, ..::;- J \C') \'~

REQUIRED DOCUMENTS FOR OTHER METHOD FILE*

YES N/A 'Dl·

,"C:::_j

D D D D D

D fa -@

__:E'.J :ts]

E1

State Price Agreement

Cooperative Agreement

Sole source Request and Determination Form

Contractors Exempt Letter Purchasing Officers approval of exempt procurement

Copies of all Sole Source submittals

Page 6: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

5

D

AWARD* YES N/A

D' D

D D

CONTRACT* YES N/A D El D _g D ,.G D ~-

Other:

Fully executed Memo to Committees from the Department with recommendation of award

Other:

Copy of Executed Contract

Copy of all documentation presented to the Committees Finalized Council Committee Minutes

Other:

Include all other substantive documents and records of communication that pertain to the procurement and any

resulting contract,

Create a separate file folder which may contain any documents with trade secrets or other competitively sensitive, confidential or proprietary information.

\ ,,. J . f\, \" '· .

\

Departme~t Rep Printed Name and Title

< ;// :j. ,. '\ ');/,,,,, ~.,······ ·, , Department Redsignlture attesting that"aTi information included

Page 7: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

6

Log # (Finance use Qflk}:

Ba lch # (filiinaeuse mJJJ,):

()t

City of Santa Fe, New Mexico BUDGET AMENDMENT RESOLUTION (BAR)

DEPARTMENT/ DIVISION NAME Police / Administration I Police Property Tax/Safety and Police GRT

ITEM DESCRIPTION BUSINESS

LINE ITEM SUBSIDIARY SUBLEDGER

INCREASE UNIT {000000) {0000}

EXPENDTTURES {enter as positive ti)

Vehicles < 1.5 22252 570950 274,397

I inventory Exempt I 22252 572400 l I 36,308

Inventory Exempt 22210 572400 71,512

REVENUES . {enter as negative #}

I JUSTIFICATION: /use aitd11ilina1 page ,r needed)

-Attach supporting documentation/memo $ 382,217

DATE 05/07/2018

DECREASE

{enter as neqalive #)

{enter as positive II)

$ -

To close out the cash balance of the Police Property Tax/Safety {Complete section below if BAR results in a net chan e to ANY Fund}

To use cash balances from GRT

To urchase 7 vehicles with all e ui ment

w ,c-~ '-1 2,,1~­Nancy Jimenez 7 Prepared By {print name}

0510712018

Da!e

(Use this form for Finance Committee/

City Council agenda items ONLY)

CITY COUNCIL APPROVAL

Agenaa Item a

Elilll.tl.H Affected: 2252

2210

TOTAL:

Fund Bal. Increase/

Decrease : ;· (310,705} .

(71,512) jl\ti,_

(382,211)

s I I 'l> JI~ Date

Page 8: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

7

RS QUOTE

DATE: JANUARY 23, 2018

2500 Rio Rancho Blvd Rio Rancho, NM 87124 Phone 505-514-3552

TO: City of Santa Fe PD PO Bo)( 909

Santa Fe, NM 87507 ORTIZ, AARON J. [[email protected]]

COMMENTS OR SPECIAL INSTRUCTIONS:

NM State Price Agreement 70-000-16-00001 primary price concessions have been applied.

SALESPERSON I P.O. NUMBER REQUISITIONER SHIPPED VIA F.O.B. POINT

TOM CULLEN I SGT Aaron Ortiz BEST WAY Santa Fe

QUANTITY DESCRIPTION UNIT PRICE

2018 Ford Transit T-350 HD EL High Roof Van with 1 unit 3.2L Diesel Engine - 10360 GVWR - Specs $41,376.00

attached. MSRP = $48,3005

MHQ Upflt per spec attached - Estimate #4637 1 upfit Pricing based on NM State Purchasing Agreement $32,995.56

# 60-000-15-00032 -- ----

·----·--- ---- ----·----

-----·-------------·-·---

STATE BID CONTRACT PRICE

If you have any questions concerning this proposal please contact TOM CULLEN 505-410-5713

THANK YOU FOR YOUR BUSINESS!

TERMS

N-30 DAYS

TOTAL

$41,376.00

$32,995.56

c-----·----

-·-·-·--··---··-·-··-·-··-·-

$74,372.56

Page 9: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

8

I:v1S2 screen capture Page I of I

CNGP530 VEHICLE ORDER CONFIRMATION

2018 TRANSIT NA Paqe: i of 2 Order No: 9999 Pr~.c;r:i.ty: Dl Orc:i FIN: QS021 Order Type: SB ?~lCE:: Level: 820 Ord PEP: .:OlA Cust/Flt Name: SANTA FE PD PC Number:

RETAIL S4X TRAN 350 HD VAN $40695

148" WHEELBASE YZ OXFORD WHITE C CLOTH K PEh'TER

101A PREF EQUIP PKG .XL TRIM

578 .MANUAL A/C NC 99V 3.2L IS DIESEL 3995 446 . 6-SPD AUTO SST TBS .l95/75Rl6 BSW X73 3.73 REG X73

JOB #1 ORDER NC

FRT LICENSE BKT NC 180 EXT UPG PKG 275 60C CRUISE CONTROL NC 63E DUAL BATTERIES 858 HVY DTY SCF PLT

NC 295 100

NC 90C 913

B4A

TOTAL TOTAL *THIS

POWER INV 4X FRT SPEAKERS SP DLR ACCT ADJ SP FLT ACCT CR FUEL CH.I\RGE NET INV fLT OPT PRICED DOR~I\

NC NC

DEST AND DELIV 1395

BASE AND OPTIONS 48305 48305

IS NOT AN INVOICE*

20E 10360# GVWR 21L ?WTR CLO SD AB 41H ENG BLK HEATER 425 50 STATE EMISS 438 BACK UP ALARM 43R REV PARK AID 57G FRONT REAR A/C 58V AM/FM/SGL-CD

C. ilo.fL..r fl i ,..

F. &c1c. ~r' Ilk.,,....,

ti. Dv, r :&, wr< d

;_, c;r L}':....e,

'7 • )\, . !} C ,. • ! > .. ~;_

l:. 0 J:..c,/ fC,)l:f; {Vi--...

/ :T-n ,,, ~; :./-c ,.-

U.... fcc; y.c/ fZ<.,o..f

7T, ~- e,,l.e J) 0 v ( 6w <;',

~ /'l-1) sr,: ~ '>

Lj y. U p-l ,'f]r r §.,_, ;n,0 _,

RETAIL NC 60 NC NC

125 295 860 210

C; ci ':5,'

( Ts 550 LfSO

(: > -:.' \..) (· ,; "3 '5

/ -7 :5: L/ 'J CJS'

("6oJ

/2 5, ---I 11. 37&

https//www.fmcdcalervt3270.ford.com/w2h/\VEB2AJAX.htm+IMS2

Page 10: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

9

Item Approx. Unit Qty.

015 60 Each

State of New tvlexico General Services Department

Purchasing Division Price Agreement#: 70-000-16-0000 I

Article and Description Brad Francis

Car

Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place of Business Net Cost: Per Unit, FOB, Santa Fe, ~21,.297.00 NM

Model: Ex))ress

!

Make/Wheel base: Cbevrolet/135 Engine: HP/ Torque MPG/City/ HWY

Minimum Specifications: Air conditioning: Factory installed, front (CFC free) Axle: Factory standard Brakes: Power, anti-lock, front and rear Bumper: Front and rear Color: Facrory standard - to be determined by user agency Glass: Factory standard tint - all around Gross vehicle weight: Eight thousand five hundred (8,500) pounds Horsepower: 220 Torque: 280 Keys: Three (3) ignition

4.8L/285/295 11/17

Mirrors: Outside-right and left, below eye level, non-glare, inside day/night Radio: Factory Standard Rear door: Two vertical opening with windows Seating: Driver and passenger Side door with window Steering: power Suspension: To meet GVW Tires: Factory standard, spare included Transmission: Automatic Wheel base: One hundred tbirty (130) inches Windshield wipers: Electric, two (2) speed intermittent 'with windshield washer

Page-4 l

Don Melloy Chalmers Dodge

~_Q,726.00 .$_23_,.335.0Q

i2JU26,0D $23,335.00

Trag~it T 2500 l50 E!Z Promaster Ford/130 Ram/136

3.SL/310/400 V-6/280/260 NIA

Page 11: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

10

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 70-000-i6-00001

Hem 015 Options: Brad Francis

Car A. 12 + 2 ADA bus u:e-fit with wheelchair lift ~add) B. Air conditioning, factory installed ~deduct) N/A C. Air conditioning: rear (add2 $860.00 D. Air conditioner: rear, high ca12aci!}'. {add) E. Anti-theft: SecuriLock (add2 F. Back-uE alarm _ _iadd) G. Back-uE camera {add2 $200.00 H. Battery: dual ~add) I. Bluetooth/hands free {add) $805.00 J. CD :etaier (add) Std. K. Color: other than standard production five (5) unit

(add) $525.00 minimum

L. Cruise control and tilt {add) $395.00 M. E85 en~ine ~add2 $995.00 N. Engine, other: (Brad Francis-6.0Liter)(Don

(add) $995.00 Chalmers-IS Diesel} {Melloy-4 cyl diesel}

0. Electric trailer controller {add) $230.00 P. Expanded metal bulkhead, full width to protect

driver and passenger, installed, to meet all state (add) $600.00 and federal safet~ standards, {cargo only)

_Q. Extended length {add}. $1,885.00

_ R. Floor liner: c~o, s.P_ray-in -------- {add} S. Flooring: rear, vinyl covering (add) T. 4 x 4 after market ____ [add) $12,895.00 TJ GVW, other: (Brad Francis-9600) (Don

(add) $3,320.00 Chalmers-9000) 1. Don Chalmers-9500 (add2

ii. Don Chalmers~9950 requires raised roof Option LL

(add)

V. Heater: rear (add2 $295.00 _W_. __ 1-_IV_A_C_r_ac_k_s_&_b_in_s_k_i-'-t,_ins_tal_le_d _______ . {ad4t

X. Inverter: power (add)

.. Y. Ke~.additional --·--··· (add) $50.00 Z. Key, remote {aclcl) $120.00 AA Keyless entry keYPad (add) BB. Ladder rack: single drop down (add) $1,240.00

i

Page-42

Don Melloy I Chalmers Dodge

I Ford $29,000.00

$995.00 NIA $990.00 $125.00 $175.00

Std. $970.00 $350.00

$995.00 $795.00 $350.00 NIA

$1,595.00 $500.00

$450.00 $690.00 $150.00 NIA

$6,500.00 $6,300.00

$350.00 $480.00

$1,350.00 $1,190.00

__ ___,_,_,_umn•="•,=-•"~,-V'-'" __ _,., _

$995.00 $295.00

NIA NIA

$4,976.00 NIA

$6,935.00

$6,935.00

$4,950.00 ·--- --··········-­$175.00 $175.00 $270.00 $295.00 $270.00 $125.00

CC. Ladder rack: double drop_d_own ____________ [add). ___ $1,860.00 ____ $2,750.00 __ _ _ D_D_. _L_e_ft_hand. cargo door _____ (add)_ NIA NIA $1,160.00 EE. Load area protection package (add) $525.00 FF. Mileage charge for one way delivery of vehicle to

other Santa NM $ per mile

$2.00 $2.50 $2.00

Page 12: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

11

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 70-000-16-0000l

I Item 15 Options ConHnued, Brad Francis

Car GG. Mirrors: trailer . (add) ____ . HH. Navigation Eackage (add) $1,605.00 IL Paratransit handicae conversion tadd2 $24,940.00 JJ. Prisoner containment module (Brad Francis-IO

(add) $23,910.00

KK. Prisoner containment module (Brad Francis-12 erson

(add) $24,520.00

LL. Raised roof __________ _jadd2 NIA MM. Rear axle, limited sliE {add1 NN. Remote ke;r:less entr,Y (add2 $170.00 00. Remote start (add2 PP. Runnin~ boards (add} $650.00

QQ. Seats, cloth {add) $70.00 RR Service package(s) (Don Chalmers-Syr 100,000

(add) NIA mile oil change interval 5,000 miles}

SS. Shelves and cargo bins (may affect delivery time) (add) $1,975.00

TT. Side door, without windows (deduct2 $50.00 UU. Side hinged door {add) Std. VY. side door $150.00 WW. S:eotlight, 6" lens ~add2 $375.00 xx. Trailer towing package, receiver hitch less ball

(add) $280.00 mount

YY. U,e-fitter switches (add2 zz. Warranty, factory, 5 years -100,000 miles, motor

(add) Std. and drive train

AAA. Warranty, factory, 5 years -75,000 miles, motor (add) $1,575.00

and drive train, zero (02 deductible BBB. Wheel base, 159", 2500 {add2 CCC. Wheel base, 159", 3500 {add} DDD. Wheel base, Ext, 159", 3500 {add2 EEE. Wheel locks ~add~ $60.00 FFF. Window Eackage: full bod:z (add) $315.00

Page-43

Don Melloy Chalmers Dodge

Ford $275.00

$2,490.00 $940.00 $11,900.00 NIA

$27,500.00 $24,100.00

$4,995.00 __ $1,170.00_ $495.00

$595.00 ·····~·------·-·

$2,500.00 NIA

$2,900.00 $2,400.00

$50.00 NIA $250.00 NIA $390.00 00 $450.00 $680.00

$695.00 $970.00 ····---·---·-

$125.00

$1,410.00 Free

$1,835.00 $1,850.00

$2,490.00 $3,460.00 $4,350.00

$100.00 $90.00

Page 13: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

12

MHQ of New Mexico

5601 Balloon Fiesta Pkwy Suite C Albuquerque, NM 87113

Build

Name I Address

City of Santa Fe Police Depanment 25! 5 Camino Emrada Santa Fe, NM 87505

Rep Phone

GT {505) 249-3180

Item MFG

Build

Quote IPM£'.NT U GEAR

M C!HAL.M~lllS F"'OiltO Date Estimate#

112212018 4637

This quote expires in 90 days

Ship To

Fax Email Visu our Website Project

{505) 821-3530 gtrujillo@mbqnmcom www.mhqwest.com CNT Vao City of Sa ...

Description Qty Price Total

Contact Name: Aaron 011iz O.OOT Contact E-mail: [email protected] Vehicle/Year: Transit/20 I 5 Type: CNT Build Stale Contract/I 60-000-15-0003 2

Subtotal

Sales Tax (7.5%)

Total

Page,

Page 14: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

13

'

M HQ of New Mexico

5601 Balloon Fiesta Pkwy Suite C Albuquerque, NM 87113

Name I Address

City of Santa Fe Police Depar1ment 2515 Camino Enrrada Santa Fe, NM 87505

Rep Phone

GT (505} 249-3180

Item MFG

CH-18-30-18-002-SFCNT OPS

C-2410 Havis C-PS-4-L Havis

Quote Estimate#

4637

This quote expires io 90 days

Ship To

Fax I Email Visit our Website Project

(505) 821-353~ gtrujillo@mbqnmcom www.mhqwest.com CNT Van City of Sa ...

Description ! Qty Total

Aluminum Chest Unit 18"H x 30"W x 18"0 c/w I solid, top-binged door with locking t-hand!e and 2

7,528 97 7,528.97

gas springsHardwood Counter Top Unit 36"H x 60"W x 25"0 c/w •wood top 36"W x 25"0 x l .5" thick "2x side panels }4"H and l x back pane!Aluminum Custom Pan Shelf72"H x 2"W x l 8"D with, center partition configurationHardwood Counter Top Unit 36"H x 48"W x 25"0 c/w *wood top 36"W x 25"0 x 1.5'' thick •2x side panels 34"H and Ix back panel •no underslung drawersQuanet® Melamine Marker Board with Aluminum Frame,36'' x 48"Aluminum Locker Unit 72"H x l 8"W x 18"0 c/w •teft-hinged door with locking t-handle, perforations top and bottom • 1 fixed shelf placed 12" from top • 3 hooks, l each side and I at back below shelf2i311767 Aluminum Chest Unit I 8"H x 24''W x l 8"0 ciw solid bottom-hinged door wlth locking l·handleManufacture and supply bench seat foam 46"W x I 8"D x 2"thick 24" Enclosed iO" High Console l !6.50 3 I 6.50 3" High Plate With (4) Switch & Legend Cutouts 2 0.00 0.00

Subtotal

Sales Tax (7.5%)

Total

Page 2

Page 15: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

14

MHQ of New Mexico

5601 Balloon Fiesta Pkwy Suite C Albuquerque, NM 87113

Name I Address

City of Santa Fe Police Department 2515 Camino Entrada Santa Fe, NM 87505

Rep Phone Fax

Quote tP""4CNT Clf GEAR

N CHALWC:R& ra.-o Date Estimate#

l 122120 l 8 4i37

This quote expires in 90 days

Ship To

Email Visit our Website Project

GT (505) 249-3180 (505) 821-3530 [email protected] www.mhqwest.com CNT Van City of Sa ...

Item MFG Description Qty Price Total

C-SW-l Havis Black Paddle Rocker Switch, LED Pilot 8 14.70 117.60 Light, 20 Amps, 18 Volt, On/Off 3 Prong

C-TMW-TRNST-Ol Havis Tunnel Mount Assembly for 20 l 5-20! 7 Ford l 137.79 137.79 Transit Van

C-EB35-S38-JP Havis I-Piece Equipment Mounting Bracket, 3.5" I 0.00 0.00 Mounting Space, Fits Sound Off 3 80

C-CUP2-l Havis Internal Cup Holders I 30.87 30.87 C-LP2-PS1 -USB Havis 2 Lighter Plug Outlet WI l USB Cut OutS I 73.99 73.99 C-AP-0325 Havis 3" Accessory Pocket, 2.5" Deep l 33.81 33.81 ETSA48JCSR Sound Off Sig ... nERGY™' 400 Series Multi-Function Siren w/ I 380.40 380.40

Knob Control, l O-l 6v - l OOw single speaker ETSSJOON Sound Off Sig ... l OON Series Composite Speaker w/umversal bail l 174.00 l 74.00

bracket. 100 W. EMPS2SMS5RBW Sound Off Sig ... mpower® 4" Fascia Light w/ Screw Mount, 18" 12 124.20 1,490.40

hard wire w/ sync option, SAE Class l & CA Title 13. 9-32 Vdc, Black Housing. 18 LED, Tricolor • Red/Biue/White •*"' Front, side and back emergency lighting •u

COM3SRWC Federal Signal 6-LED, 3" round light, separate control 18 42.90 772.20 of colors Red/White

552162 Tripp Lite Tripp Lite - 6000W Inverter/Charger with Pure l 2,575.26 2,575.26 Sine-Wave Output

CH27. l.20 91 J Circuits Ch27 Harness with Single Stage Smart Start Timer l 768.00 768.00 and 20' Outputs

PT-A-103 Havis 2015-2018 Ford Transit Rearpennanent step I 318.85 318.85 assembly

Subtotal

Sales Tax (7.5%)

Total

Page 3

Page 16: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

15

MHQ of New Mexico

5601 Balloon Fiesta Pkwy Suite C Albuquerque, NM 87113

Name I Address

City of Santa Fe Police Department 2 515 Camino Entrada Santa Fe, NM 87505

Rep Phone Fax

Quote IPMENT O GEAR

A 01v1m10H OF" Do N CMALMtllla F'D1t1tD Date Estimate ii

l/22/2018 4637

This quote expires in 90 days

Ship To

Email Visit our Website Project

GT (505) 249-3 l 80 (505) 82 l-3530 [email protected] ,vww.rnhqwest.com CNT Van City of Sa ...

Item MFG Description Qty Price Total

PT-A-203 Havis 2015-2018 Ford Transit Van side step assembly 1 301.07 301.07 PT-A-503 Havis Ford Transit Prisoner Transport Vent Adapter Kit I 440.44 440.44 PT-A-504 Havis Prisoner Trans port option to be used with I 87.13 87.13

PT-A-503 vent adaptor kit PT-A-916 Havis Prisoner Transport Roof Load/Backup Light 2 363.39 726.78

Option WIRE HARNESS ADV ... MHQ ofNew ... External battery box and internal wire build out for l 2,950.00 2.950.00

wire stations LG-32MP58HQ-P LG 32 loch Monitor with screen split 2 278.10 556.20 MONITOR-MOUNT LG Monitor Mount for LG 32 inch 2 74.25 148.50 Labor NM MHQ ofNew. Installation Labor 120 80.00 9,600.00 Shipping Shipping l 2,500.00 2,500.00 GRAPHICS LEVEL 4 MHQ Graphics Graphics price made from materials I 425.00 425.00 Labor GR MHQ Graphics Graphics Installation 7 72.00 504.00T

Subtotal S32,957.76

Sales Tax (7.5%) S37.80

Total S32.995.56

Page 4

Page 17: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

16

Page 18: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

17

emo DATE: January 23 018

TO: 1 ~tr-11) adilla, Deputy Chief of Police

VIA:

FROM:

RE: Request to purchase CNT Vehicle

This memorandum is being written to respectfully request the purchase of a Ford Transit

Van from Don Chalmers Ford in Rio Rancho, NM for the Crisis Negotiation Team. The van will be equipped to rapidly deploy Crisis Negotiators and equipment to critical incidents. CNT equipment will be stored and maintained in the vehicle and the vehicle will be accessible by

all CNT personnel to respond to a scene.

The van will include an interior development with workstations, power supply, television monitors, interior/exterior lighting, exterior police graphics, power supply wiring, air conditioning and heating supply system, siren system, emergency lighting, and prewire

install for department radios.

The quote for the vehicle was provided by Don Chalmers through the use of State Purchasing Contract #70-000-16-00001 and the interior build for the vehicle quote was provided by MHQ of New Mexico through the use of State Purchasing Contract #60-000-15-00032. The

total cost of the vehicle and build is $74,372.56. I have attached the supplied specifications sheets, referenced quotes and State Contract for your review. Don Chalmers has affirmed the State Contracts being used are valid thru November 2018.

I have met with the City of Santa Fe Radio Shop to discuss the project and ask for their input

on the pre-wiring for the radio systems and modems to be installed. They have verbally

Page 19: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

18

agreed to complete the install of the radios and monitors after the interior build has been

completed by MHQ of New Mexico. They have requested to be kept updated on production

dates so they may order the proper equipment needed for the install.

The City of Santa Fe, our department, and our community partners will be a direct

benefactor as a result of this project. The benefits include:

• A decrease in response time for CNT personnel and equipment to a critical incident.

• A functional and secure workspace to use during operational deployments.

• An all-in-one operational platform to effectively meet our operational requirements.

• Secure storage of CNT operational equipment.

• A highly visible vehicle that demonstrates a positive image of communications and

de-escalation efforts by law enforcement to the community during a critical incident.

If you have any questions in regards to this memorandum or the content provide please feel

free to contact me at any time.

Page 20: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

19

Rio Rancho, NM

QUOTE TO:

City of Santa Fe PD

Attn Eric

SHIPPED TO:

(505) 514-3552

PROPOSAL# 031518-2RB

PROPOSAL DATE

MEMBER PO#.

CES PO#

TERMS Due on Receipt

SALES REP Rhett Butler

SHIPPED VIA Pick UP

F.O.B.

PREPAID or COLLECT

Sales Tax Rate: 0.00%

QUANTITY DESCRIPTION UNIT PRICE AMOUNT

Pricing Pursuant to CES Price Agreement 2016-018-C101-ALL 0.00 $0.00

2 2018 Ford Explorer XL trim specs to include 3.5L EcoBoost Engine 49,115.00 $98,230.00

10 sp Automatic transmission, Shadow Black Exterior color, Ebony Interior

cloth front seats, vinyl rear seats (no 3rd row seat). SSV package

includes vinyl floor covering, column shifter, 3.73 electronic Limited Slip

rear differential. Cruise Control & SYNC Hands free

Perimeter Alarm, Rearview Camera, power windows, mirrors, & Doors

Intelligent 4WD, & Hill descent control. Keyless entry.

2 CES Discount (13%) (6,385.00) ($12,770.00)

2 Ford Motor Company Destination & Delivery 1,195.00 $2,390.00

2 SSV Discount (6,354.00) (12,708.00)

SUBTOTAL 75,142.00

TAX 0.00

FREIGHT $/:J,l<t,.UU

DIRECT ALL INQUIRIES TO: PAY THIS

Rhett Butler AMOUNT

(505) 514-3552 email: [email protected]

THANK YOU FOR YOUR BUSINESS!

Page 21: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

20

MHQ of New Mexico

5601 Balloon Fiesta Pkwy Suite C Albuquerque, NM 87113

Name I Address

Ci1y of Santa Fe Police Department 2 5 15 Camino Entrada Santa Fe. NM 87505

Rep Phone Fax

Quote Date

3/5/2018 4899

This quote expires in 90 days

Ship To

Email Visit om Website Project

GT (505) 249-3180 (505) 821-3530 gtrujillo@;mhqnm.com www.mhqwes!.com 2018 Ford Expeditio ..

Item MFG Description Qty Price Total

**Parts Sale Only** Customer: Eric Sanchez Phone· 23 Hl619 Email Address: icsanchez(a;ci.santa-fo.nm.us QTY (x2) Ford Expedition Slick Tops State Contract# 60-000-15-00032

ENFWBFSF09 Sound Off Sig ... 2016+ Ford Expedition Interior Visor Bar Dual 2 979.20 1.958.40 Color Red/While Blue/While

BK0983EPD 18 Setina PB4 50L6 20 l 8 Ford Expedition 4 light channel 2 799.20 1,598.40 with side lights Soundoff n• x4 Front lights Red/White Blue/White••• ••• Side lights Red •••

EL3H08AOO.I Sound Off Sig ... UltraL!TE Interior Warning Bar. 8 Module w/ 2 400.20 800.40 Single Warning Ends (includes Universal Brackets #PUL3LJGM) Red/ Blue LED's.

ES100C Federal Signal lJynaMax [OOW High output speaker. Class A 2 167.75 335.50

ESB-U Federal Signal Universal ES I OOC speaker bracket. 2 22.00 44.00 HWLUNI Whelen Siren Amplifier with One Speaker, Includes 2 392.60 785.20

Universal Mounting Bracket C-TMW-Fl 50-03 Havis 2015- Ford Fl50 Tunnel Mount Assembly Includes 2 93.35 186.70

2018 Ford Expedition C-2410 Havis 2·1'' Enclosed IO" High Console 2 316 50 633.00 C-AB-820-H Havis Angled Console Ada pier Box 2 54.39 108.78

C-EB30-APS- l P Havis J-Piece Equipment Mounting Bracket, 3" 2 0.00 0.00 Mounting Space, Fits Motorola APX-4500, 2500, and 1500 Full body unit

Subtotal j Sales Tax (7.5%)

Tntal

Page 1

Page 22: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

21

MHQ of New Mexico

5601 Balloon Fiesta Pkwy Suite C Albuquerque, NM 87113

Name I Address

City of Santa Fe Pol ice Department 2515 Camino Entrada Santa Fe. NM 87505

Rep Phone Fax

OJIF~t--jf'.1-.; T ffi GCAH

A D1vl810N 0~ Do N CHALMCR8 FOR'O

Ship To

Email

Quote Date Estimate#

3/5/2018 4899

This quote expires in 90 days

Visit our Website ProJect

GT (505) 249-3180 (505) 821-3530 gtruj [email protected] www.mhqwest.com 2018 Ford Exped itio ...

Item MFG I Description I Qty I Price Total

C-EB25-XTL-I P Havis I-Piece Equipment Mounting [lracket. 2.5" 2 0.00 0.00 Mounting Space. Fits Motorola XTL 2500. XTL5000-05. APX 7500.

C-E B40-S03-I P Havis Faceplate for ETSA4 8 l RSP Siren Controller 2 0.00 0.00 C-LP-3 Havis 3 Lighter Plug Outlets 2 32.34 64.68 C-CUP2-I Havis Internal Cup Holders 2 30.87 61.74 C-AP-0325 Havis 3" Accessory Pocket, 2.5" Deep 2 33.81 67.62 C-HDM-204 Havis 8.5'' Heavy Duty Telescoping Pole. Side Mount, 2 124.22 248.44

Short Handle C-MD-112 Havis New Design Swing Arm WITH Motion Adapter. 2 231.45 462.90 C-ADP-101 Havis Universal Adapter Plate 2 34.02 68.04 ETSA481RSP Sound Off Sig ... nERGY™ 400 Series Remote Siren. IO- l 6v • 2 530.40 1.060.80

I OOw single speaker GF I 092EP D07 Selina T-Rail Free Standing Mount Kit - Expedition 2 126.19 252.38 GK I 0342UHKSVSCAXL Setina Dual T-Rail Mount 2 Universal XL, HandculT Key 2 351.20 702.40

Override. For Large size SUV. Trucks or Vans. EMPS2STS2B Sound Off mpowcr® 4" Fascia Light w/ Stud Mount, 18" hard 2 95.40 190.80

wire w/ sync option, SAE Class I & CA Title 13, 9-32 V de, Black Housing, 6 LED. Single Color· Blue ••• License plate lights ...

EMPS2STS2R Sound Off mpower® 4" Fascia Light w/ Stud Mount. 18" hard 2 95.40 l 90.80 wire w/ sync option. SAE Class I & CA Title I 3. 9-32 Vdc. Black Housing, 6 LED. Single Color -Red ... License plate lights ***

Subtotal

Sales Tax (7.5%)

Total

Page 2

I

Page 23: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

22

MHQ of New Mexico

5601 Balloon Fiesta Pkwy Suite C Albuquerque, NM 87113

Name / Address

City of Santa Fe Police Department 25 15 Camino Entrada Santa Fe, NM 87505

Rep Phone

·" ·-·--N CHALMll!:R8 FOAO ·--·--

Ship To

Fax Email

Quote Date Estimate#

3/5/2018 4899

This quote expires in 90 days

Visit our Website Project

GT (505) 249-3180 (505) 821-3530 [email protected] \V\V\v.mhqwcst.com 2018 Ford Expcditio ..

!

Item MFG Descnption Qty Price Total

PMP2BRK2LPV Sound Off Sig ... · Stud Mount License Plate Bracket 2 42.00 84.00 Vertical mount for 4 inch

EMPS2STS4J Sound Off Sig ... mpowcr@ 4" Fascia Light w/ Stud Mount. 18" hard 4 111.60 446.40 wire w/ sync option. SAE Class I & CA Title l 3. 9-32 Vdc. Black Housing, 12 LED. Dual Color - Red/Blue ••• Side Rear Window I .ights ...

PMP2WSSSB Sound Off Adjustable 25 to 90 Degrees Window Stud Mount 4 15.00 60.00 Light 4 Inch Black ••• Side rear window lights brackets**•

ELUC2SOIOR Sound Off Sig ... LED Undercover 2 Insert l O' Red 4 76.80 307.20 PLUCTCL! Sound Off Sig ... Replacement Collar Kit. includes I Collar, 2 4 3.00 12.00

Gask.:ts & Screws for the Twist-In UnderCover PP-MIN! B&B Enterpris ... l l Circuit Wire Harness With Fuse Block And 2 318.75 637.50

Circuit BreJ.ker Shipping Shipping 2 I00.00 200.00

GRAPHJCS LEVEL 3 MHQ Graphics Reflective print and cut graphics 2 456.00 912.00

Labor GR MHQ Graphics Graphics Installation (4 hrs ca) 8 72.00 576.00T

Subtotal $13.056 08

Sales Tax (7.5%) $43.20

Total $13.099.28

Page 3

Page 24: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

23

DATE:

TO:

FROM:

SUBJ:

Andrew Padilla.,....D.epuiJL Chief of Police ~:c:!······~~

Chris McCord, Sergeant

Ford Expedition Request

The purpose of this memo is to request a different vehicle for the Tactical Medics. Currently we are utilizing a Ford Explorer this has many limitations that impact our ability to perform our tasks. This current vehicle has very limited space for patrol and medical equipment.

The current design has a vault in the back of the Ford Explorer and this does provide us some room to house equipment but limits what we can carry. We only have the top of the vault to hold medical equipment this includes Airway bag, Trauma Bag, AED, Rope Bag, Sked litter and Search and Rescue gear. Some of this equipment ,ve had to take our due to storage space. One vehicle does not have a partition. This limits the amount of room that can be stored and also poses a safety risk due to equipment not being secured in the event of a crash.

By having limited space some of this gear is also placed in the back seat limiting room for passengers or if we have to rapidly transport one of our operators or a member of the pu hlic we do not have the room or capability to do that. The Ford Explorers that we utilize for TEMS do not allow us to place a full-size hackboard in the vehicle. We would need this equipment should we have to respond to an active shooter or open area rescue.

The Ford Expedition SSV has more storage options and capabilities that we can configure to carry all the equipment needed to provide the highest level of care. This vehicle would allow us to also provide a rehab area for long SWAT activations and also room to transport operators if needed.

When deploying Medics on remote location operations, we are limited on the medical resources made available, as some communities outside the City of Santa Fe do not have full time or even volunteer Medical Services that include Ambulances. These units will provide enough room to transport SW AT operators in full tactical gear if needed.

I I i I ! I i I

I ' I i I 1 l '4

I : l

I i I I I

I I I I I I

Page 25: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

24

In the event of a major or even a minor injury the Medics would be required, not only by Santa Fe Police Department TEMS Policy, but State of New Mexico Medical and EMS National Registry Protocols would be required to transport the injured person. Should transport be delayed. With a critical injury transport would be done immediately and we would try to link up with a ambulance but should this not be an option we would go direct to close medical center.

This vehicle also comes equipped with rear 12 volt charging ports, allowing for auxiliary items to be plugged in and to leave items charging. This is a necessary option to charge our AED's and to keep our medical equipment warm with heating pads or other vehicle ready heating option in the colder months.

Ford Expedition SSV comes standard with all-wheel drive still providing us will the traction and capability to operate off road if needed. The vehicle is also pursuit rated to allow for higher speed operations. This vehicle would further assist the Medics with providing the high level of care possible to all members of the public, patrol officers, and tactical operators.

Vehicle Specifics: 1. Color of these vehicles should be black due to tactical operations this also will allow

the graphics on the roof to stand out for helicopter operations. This will also keep the units uniform to the current ones we are utilizing.

2. The units will be "slick top", equipped with interior lights to include supervisor deck light and rear multicolored (red, blue and amber) rear light bar, off axis side warning lights, with no graphics but the roof of each vehicle this will include I 6 inch Royal Blue Star of Life with unit numbers and agency indicator (SFPD). Six LED push guard with side warning.

3. Rear collapsible cargo partition to allow back boards to be stored and optional patient transport room if needed. This will also allow more room for patient care due to the partition collapsing.

4. Units will require CF-33 Dock and Mounting stations with Brother printers and MP-70 modems with GPS.

5. Units will require center console with required control boxes for emergency equipment. Both 800 MHz and Vhf radio will rear interface.

Page 26: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

25

WHEN MEGA !S OF NECESSITY

Page 27: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

26

.,..,,.,...,.,..,.,,,,c,.·.,,,1,,,,.<,•c,.,,.,, .. ~d~,- ... ~ "~'"'"''··*'··,/ R, - ~ ~""' ·,: ,:y ;,v •.• ,,4'f"c>i . .-.:'-,.~>-'«;~ex,, ;.«··,., .. ,r,.-.-,

,-·,y~,,.,, > .. .'.,<>\'i>'7-"

.. '.:':';.,. •. ~.!-- 0 ---

.. ; ....

Page 28: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

27

B~d.f~e,~ WHEN YOU BUY FROM US YOU'RE FAMILY

CHEVROLET ~

January 31, 2018

CITY OF SANTA FE PD Santa Fe, New Mexico

NEW MEXICO STATE PRICE AGREEMENT: 70-000-16-00002 ITEM #6 2018 Chevrolet Colorado- Short WB- Extended Cab 4x4

Base Price

Additional Options:

C. Backup Camera (Required option) G. Bed Liner I. Bluetooth AK. Remote Keyless Entry BF. Window Tint

Quote Generated by: Sandra Gonzalez 505-850-5504 [email protected]

Total: Quantity 3:

tJ AAIMI

$26,346

$350 $475 $425 $490 $325

$28,411 $85,233

Page 29: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

28

M HQ of New Mexico

5601 Balloon Fiesta Pkwy Suite c Albuquerque, NM 87113

Name I Address

City of Santa Fe Police Department 2515 Camino Entrada Santa Fe, NM 87505

Rep Phone

GT (505) 249-3180

Item I MFG

C-AS-840-11 Havis

C-EB25-XTL- l P Havis

C-LP2-PS2 Havis C-SW-1 Havis

SIFZS Federal Signal

SIFZS Federal Signal

Quote A 01VIDION Of:' DON CHAl-M~A6 f"ORO Date Estimate#

2/5120 l 8 4747

This quote expires in 90 days

Ship To

Fax I Email I Visit our Website Project

(505) 821-3530 I gtru j i I [email protected] I www.mhqwest.com x2 Chevy Colorado ...

I Description Qty I Price Total

**Parts Sale Only** Customer: Eric Sanchez Phone: 231-0619 Email Address: [email protected] QTY 3 2018 Chevy Colorado Crimse Scene Unit State Contract 60-000-15-00032 8" Angled Series Console For Light Trucks & 3 133.27 399.81 SUV's I-Piece Equipment Mounting Bracket, 2.5" 3 0.00 0.00 Mounting Space, Fits Motorola XTL 2500, XTLS000-05, APX 7500, 2 Lighter Plug Outlet WI 2 Switch Cut Outs 3 32.34 97.02 Black Paddle Type Rocker Switch, LED Pilot 6 14.70 88.20 Light, 20 Amps, 18 Volt, On/Off 3 Prong 2016+ Chevy Colorado Visor dual color Red/White 2 891.00 I. 782.00 Blue/White bar can full flood white ••• Only Manufacture that listed a direct fit is Federal Signal ••• 2016+ Chevy Colorado Visor dual color l 891.00 891.00 Amber/White Blue/White bar can full flood white ••• Only Manufacture that listed a direct lit is Federal Signal•••

Subtotal

Sales Tax (7.5%)

Total

Page 1

Page 30: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

29

MHQ of New Mexico

5601 Balloon Fiesta Pkwy Suite C Albuquerque, NM 87113

Name I Address

City of Santa Fe Police Department 251 5 Camino Entrada Santa Fe, NM 87505

Rep Phone Fax Email

Quote Date Estimate#

21512018 4747

This quote expires in 90 days

Ship To

Visit our Website Project

GT (505) 249-3180 (505) 821-3530 [email protected] www.mhqwestcom x2 Chevy Colorado ...

Item MFG Description Qty Price Total

EMPS2STS5RBW SoundOffSignal mpower® 4" Fascia Light w/ Stud Mount. 18" hard 8 124.20 993.60 wire w/ sync option. SAE Class I & CA Title 13. 9-32 Vdc, Black Housing, 18 LED. Tricolor -Red/Blue/White ••• Front grill lights and rear lights on vehicle•••

EMPS2STS5ABW Sound Off Sig ... mpower® 4" Fascia Light w/ Stud Mount, 18" hard 4 124.20 496.80 wire w/ sync option, SAE Class l & CA Title 13, 9-32 Vdc, Black Housing, 18 LED, Tricolor· Amber/Blue/White *'* Front grill lights and rear lights on vehicle •••

Shipping Shipping 3 50.00 150.00 GRAPHJCS LEVEL 3 MHQ Graphics Graphics price made from materials 3 331.00 993.00 Labor GR MHQ Graphics Graphics Installation 12 72.00 864.00T

Subtotal $6,755.43

Sales Tax (7.5%) $64.80

Total $6.820.23

Page 2

Page 31: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

30

SANCHEZ, ERIC I.

From: Sent: To: Cc:

Subject:

Hi Eric,

a nna@redca nyonca ps.com Wednesday, March 21, 2018 344 PM SANCHEZ, ERJC I.

drew@redca nyonca ps.com

RE: ARE Quote

Here is the revised quote, which lists the cost for Cargo Glides separately. If you have your 2018 Chevy's on order, it's

possible we could have the caps arrive at the same time, or fairly close to their arrival date. Let's talk timing when you

get a chance.

3- DCU Units - Fitted to 3 Identical 2018 Chevy Colorado, Ext. Cab, 6' Bed - $2,395.00/each

Specifications:

23" DCU

Std White Paint

Headliner Roof Only Double Full Rear Doors W/Radius Tinted Windows & Security Screens

Driver/Passenger Side Std Size Doors

Driver/Passenger Side Std Size Tool Boxes

Driver/Passenger Side Tool Box Divider Option 8

Front Picture Window

LED Rope Lights Driver/Passenger Side

LED Rope Light Rear Door

3 - CG 1000 CargoGlide - Fitted to 3 Identical 2018 Chevy Colorado, Ext. Cab, 6' Bed $960.00/each

There is no charge for installation on these units, and you are tax exempt!

Than ks again for letting us quote these caps for SFPD.

Anna Harbison

llfJd OAAyoC1 Oaps 1228 Juan Tabo, Suite A Albuquerque, NM 87112 Website:~} Phone: (505) 392-0308

From: SANCHEZ, ERIC I. <iesanchez(a)ci.santa-fe.nm.us>

Sent: Wednesday, March 21, 2018 11:24 AM

Page 32: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

31

805 N Norris St Clovis, NM 8810 I

Name/ Address

City of Santa Fe Police Dept

Description

Date

3/20/2018

A.R.E. Deluxe Commercial Unit - 2018 Chevy Colorado 74" bed $2962 each 23" High (cab high); Interior roof headliner; Double full rear door w/ windows & security screens;

Front picture window; Full length side doors w/ interior tool boxes, shelving option #8 & fold-down shelf;

LED Rope light at rear & both sides. Cargo Glide 10001b $999 each

Prices include shipping & installation at our shop in Clovis, NM Current lead time is 2-3 weeks

Phone# Fax# Customer Phone

(575) 762-2901 (575) 762-1117

Estimate

Qty Total

3 8,886.00

3 2,997.00

Subtotal $11,883.00

Sales Tax (8.1875%) $0.00

Total $11,883.00

Page 33: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

32

I j

I ! I

I I

I

S .~ I Osuna Ro:id t,.;f :\lhuyuc:rquc 1\\1 87] !.,

N.:imc I Address

mlescnpl!On

,\RI, ill'l ( ",\/{( ,<) { il.lJJJ·. J IH~ I

20 i X ll !I· VY ( ·c JI,{ W,\Ul l LX I"!· '.I )I I) ( AH 2.1' l.\l.f. W ! lll I /\1\!Ul' I !LA!)( l~I R. lll.lL RL\R DOOi{ W SI ('I 'Kil Y S('IOT'-. SIDI' :\ClT'IS WITH f\l),;S. I 01.!J DO\\:"I S!IFI F P, aR S!!Fl VI\:(; fl/:-- Cll'I·::,; Bl'IJ. !'f{()\J'I Pl<Tl 'RF WINI )I)\\. [ ] I) I{( WI'. I J(jlf I ['-1(1 ()['. :\LL ! ){)(ms

CJ:Y111·,.J''\TIC(1\ll·II I.

! J'h..utl-.. ~·ou t"ur yuur l:iu,inc~~

Ory

Estimate Date Estimate#

Pro;ect I

I I Rate Total l

J J.07.5.00 9,~25 00 I 1 Q,()(100 2.700 uO

I Subtotal SI 1,925 ll<I

-! Sales Tax (7.5%) $0.(XI

Total $ l l.'J25.UU

Page 34: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

33

Page 35: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

34

d. fi. i@!

,~ .. :_ . : .·.,. •· .. : ;utn.: ... · ·w. -... 1

/~,.,. -.. _ :I,/ o .,--~ . · .. ,,· "W·~v. ~ WHEN YOU BUY FROM US YOU'RE FAMILY

January 31, 2018

CITY OF SANTA FE PD Santa Fe, New Mexico

NEW MEXICO STATE PRICE AGREEMENT: 70-000-16-00002 ITEM #11 - 2018 Chevrolet Silverado 2500HD - Ex. Cab- Long WB - 4x4- 6.6L

Base Price

Additional Options:

C. H. J. P. AT. AU. BM. BT.

Backup Camera (Required option) Bed Liner (Spray-On) Bluetooth Diesel - 6.6L Engine Remote Keyless Entry Running Boards Tow Package Window Tint

Quote Generated by: Sandra Gonzalez 505-850-5504 [email protected]

Total:

$27,674

$250 $495 $295 $9005 $360 $750 $495 $325

$39,649

Page 36: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

35

Grants & Technology Veterans, LLC PO Box 432, Elephant Butte, NM 8 7935

State of New Mexico Resident Bidder# 95R45 Resident Veteran Business Certificate #L 1812526400 NM State Price Agreement# 60-000-15-00032

""'?

cradlepo,nt QUOTE NUMBER:[,aog;.41 DATE

SALES REP.

Name: City ot Santa Fe Police Dept Attn: Eduardo Catanach Addre!l!l: 301 Montezuma

S3nta Fe. NM 87504 Phone: 505.955.8274 Fax: E-mail: CATANACH. EDUARDO P.<epcatanach@cLsanta-'e.nm.us>

DESCRIPTION Sierra Wireless MP70e Modem

and Antenna Solution Sierra Wireless MP70e Router: (b.L TE, JaWIFI, 1 )(GPSIGNSS) Vehicle Grade. MIMO L TE-X, Gigabil W1-Fi (MIMO W1Fi). Superior GPS via GNSS ·Buirt-1n battery charge prOledion (!twill survive exueme transienlsurges. and maintain continuous power dwing 5Vbrownouts and spikes rrom -600 vuc to

1103439 200 voe ) Antenna Plus Antenna for MP70e Router

AP-CC\iWWJG-0· 6,in- I Antenna 15 R. Cable, Color Black. S27.22.22-RP3..45,6L (2xLTE. 3XW1Fr. 1xGPS/GNSS)

90101n ALMS -12-month SQrvice Pack fot Alrt.lnk devices

P.f722

L83692

6 GJ.J3-LVD0

CF-LNDOC120HW

tf Taub le enter 1 ne:1t col. No

Brother PJ722 Printer Pocket.Jet 7 200dpi Thermal Printer with USB (Only rncludes !he prinler Requires power. USB cable, and p1inling supplies) Car Adapter. Wired • 14 Foot Length for RuggedJet 2, J & 4 , PocketJet .3, 6, & T

Panasonic Toughbook CF.JJ Docking Solution

Gamber Johnsoo CF-33 Laptop Dock, NO RF, Keyed alike Antenna Switch USB 2 0 on front (2), HOMI. USB 2.0 (2)VGA. Serial 9 pin. Lan (2), Power mput USB 3.0 (2) UNO 120 watt 12-32 Volt Input Car Ada~er for Toughbooks !or Hard W,red Installation

SUBTOTAL SHIPPINGIHANOLING Tax G 8.1875% Elephant Butte, NM

Please reference the above quote Number on your order

815.00 s

236 55 • 17.10

284.00 • 17 50

750.00

127.00

3.260.00

946 20

6B 40

1.136.00

70.00

3 000 00

508.00

8,988 60

TOTAL ORDER L....§..988.60

NOTE; PRICING IS VALID FOR .30 DAY FROM DATE ON QUOTE

NOTE: The pricing and 5ervices quoted represent GTVs best price ror the items listed. Any deviation rrom the items listed or from the services being provided ropresent a "CHANGE ORDER" and will be dealt with on a separate Pl,Archase Order gr Agreement

IF YOU HAVE ANY PROBLEM RECEIVING OR READING THIS QUOTE, OR IF YOU HA\IE ANY QUESTIONS, PLEASE CALL 50S..S89¥.3900,

PURCHASE ORDERS MAY BE FAXED TO US AT (505) 883--8986, OR E.MAJLED OIRECTL Y TO: [email protected]

VISA ANO MASTERCARD ARE ACCEPTED. BUT THERE WIU BE A SMALL SURCHARGE. CONT ACT JUDY AT 505..f1B9-J900

04/05/18

Mike CU!il5S

by Judy V/ilde

COMMENTS

i'-.·\SRP· $S9§

MSRP: $149

MSRP: trn

MSHP $349

MSRP: $19

MSRP: i11D

Page 37: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

36

For. l Eduardo Catanact1 I .Radio Maintenance Technioan k!ty of Santa fe

boi MontNuma Av jsanta Fe, NM

87501

4910LR-152-LTRK L-TRON 4910LR AREA-IMAGING SCANNER-NEW

GSA# GS-35F-0:295N

Quote#: Q·CltySantaFe·Ltron-021318 GROUND FREIGHT IS INCLUDED IN PRICE

1 Year CMS Communications Hardware warranty Included

.. • QUOTE IS VALID FOR 30 Days • 4

NEW ::: "New in Box", hc1s never been in produr..tion, in origin ill pa<.ki\ging

722 Goddai-d Ave.

Chesterfield, MO t:i3005

NOB = "New Opened Box", has never been in production, original box, pnckaging seal has been broken. CMS RC'furb = "CMS Rf!furbished", indicating that the product has been cleaned, tested, and re-packaged by CMS Cornrnunications

I 2 I i I

' I I I I I I I

Mfg Refurb = "factory Refurbished", indicating that the product has been tested, refurbished, and authorized by Originril Manufacturer

•Optional Lifetime Warranty: CMS warrants to the original End User purchaser that its Lifetime Assurance products will be materially free from defects in material

!Date: 04/05/2018

Bruce Osborne

300-511-6790

I

$475.00 $950.0017 Days NEW

I

I

under normal use and service for as long as the original End User owns the prnduct, or for seven (7) years atter the manufacturer discontinues such product, whichever is sooner.

"" CMS Refurbished equipment comes with applicable Cisco 105. Cisco may require re·licenslng of the Softwilre (IOS) which is the responsibility of the End User

Pricing does not include sales tax FOB DELIVERED Delivery schedule is based on availability at time of order

Page 38: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

37

MOTOROLA SOLUTIONS

Billing Address:

SANTA FE, CITY OF

200 LINCOLN AVE

SANTA FE, NM 87504

us

Customer:

SANT A FE, CITY OF

Eduardo Catanach

epcatanach@ci. santa-fe.nm .us

Contract:

APXT" 6500 Series APX6500

M25URS9PW1AN APX6500 7/800 MHZ

1a G51AU ENH: SMARTZONE OPERATION APX6500

1b G361AH ENH: P25 TRUNKING SOFTWARE APEX

1c G806BE ADD: ASTRO DIGITAL CAI OPERATION

1d G174AD ADD: ANT 3DB LOW-PROFILE 762-870

1e GA00235AA ADD: NO GPS ANTENNA NEEDED APEX

1f G67CW ADD: REMOTE MOUNT 05 MID POWER

W22BA ADD: STD PALM

1g MICROPHONE APEX

1h G444AE ADD: APX7500 CONTROL HEAD SOFTWARE

ii G442AJ ADD: APX7500 05 CONTROL HEAD

2 $2,438.00

2 $1,200.00

2 $300.00

2 $515.00

2 $43.00

2 $0.00

2 $297.00

2 $72.00

2 $0.00

2 $432.00

Quote Date:04/17/2018

Expiration Date:05/17/2018

Quote Created By:

Manny Barreras

cOO [email protected]

505-850-81 94

$853.30 $1,584.70 $3,169.40

$420.00 $780.00 $1,560.00

$105.00 $195.00 $390.00

$180.25 $334.75 $669.50

$15.05 $27.95 $55.90

$0.00 $0.00 $0.00

$103.95 $193.05 $386.10

$25.20 $46.80 $93.60

$0.00 $0.00 $0.00

$151.20 $280.80 $561.60

Motom!a's quoto is basoo on and subjoct to the terms and conditicms of tho va!!d and exe-:uled wnHen contract between Customer and Motorola (the ~~undedying AgrE.>'<;ment"~) U-1a! authoriz.os

VJstomer to purchase equipment andtor services or license softwaro {coUoctivef~ ""'Products~~). !f no Undertying Agreement exists between Motorola and Customer, the>: Motorola's Standard Terms

of use and Purchase Terms and Conditions govom the purchase of tne Produc!S.

Page 39: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

38

1j

1k

2

2a

2b

2c

2d

2e

2f

2g

2h

2i

3

3a

3b

3c

3d

3e

MOTOROLA SOLUTIONS

B18CR ADD: AUXILARY SPKR 7.5

2 WATT APEX

G24AX ADD: 3 YEAR SERVICE

2 FROM THE START LITE

M22URS9PW1AN APX4500 71800 MHZ 3

ADD: 3600 OR 9600 0A02756AD TRUNKING BAUD SINGLE 3

SYSTEM

GA00235AA ADD: NO GPS ANTENNA

3 NEEDED APEX

G174AF ADD: ANT 3DB LOW-

3 PROFILE 762-870

G444AH ADD: APX CONTROL HEAD

3 SOFTWARE

GA00804AA ADD: APX 02 CH (GREY) 3

W22BA ADD: STD PALM

3 MICROPHONE APEX

G142AD ADD: NO SPEAKER

3 NEEDED APEX

G66AW ADD: DASH MOUNT 02 CH

3 WWM

G24AX ADD: 3 YEAR SERVICE

3 FROM THE START LITE

M22KSS9PW1AN APX4500 VHF 2

Q811BU ADD: SOFTWARE P25

2 CONVENTIONAL

GA00235AA ADD: NO GPS ANTENNA

2 NEEDED APEX

G296AF ADD:1/4 WAVE WHIP

2 ROOF TOP 136-144

G444AH ADD: APX CONTROL HEAD

2 SOFTWARE

GA00804AA ADD: APX 02 CH (GREY) 2

$60.00 $21.00

$131.00 $0.00

$1,564.00 $54 7.40

$1,570.00 $549.50

$0.00 $0.00

$43.00 $15.05

$0.00 $0.00

$492.00 $172.20

$72.00 $25.20

$0.00 $0.00

$125.00 $43.75

$131.00 $0.00

$1,564.00 $547.40

$650.00 $227.50

$0.00 $0.00

$13.50 $4.72

$0.00 $0.00

$492.00 $172.20

$39.00

$131.00

$1,016.60

$1,020.50

$0.00

$27.95

$0.00

$319.80

$46.80

$0.00

$81.25

$131.00

$1,016.60

$422.50

$0.00

$8.78

$0.00

$319.80

1 ,, , I

$78.00

$262.00

$3,049.80

$3,061.50

$0.00

$83.85

$0.00

$959.40

$140.40

$0.00

$243.75

$393.00

$2,033.20

$845.00

$0.00

$17.56

$0.00

$639.60

Matoroia·s qt•ote is based on and subject ta tile terms and conditions of the valid and e>,.oculed written contract between Customer and Motorola {the ""Underlying AgrBemenr) !hat authorites

C1,.1stomer to purchase equipment ar.d/or services or !!c:ense software {coliectively ~~Pt(X1ucts··). If no Unctorlyu1g Agroement exists between Matorola and Customer. then Motorola's Standard Terms

of use and Purchase To((ns and Conditions govem the pun::nase of me Products.

Page 40: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

39

MOTOROLA SOLUTIONS 11

3f W22BA ADD: STD PALM

2 $72.00 $25.20 $46.80 $93.60 MICROPHONE APEX

3g G142AD ADD: NO SPEAKER

2 $0.00 $0.00 $0.00 $0.00 NEEDED APEX

3h G66AW ADD: DASH MOUNT 02 CH

2 $125.00 $43.75 $81.25 $162.50 WWM

3i G24AX ADD: 3 YEAR SERVICE

2 $131.00 $0.00 $131.00 $262.00 FROM THE START LITE

Subtotal $29,062.00

Total Discount Amount $9,850.74

Grand Total $19,211.26

Notes: • This quote contains items with approved price exceptions applied against it.

Motoro!a's quote is basod Ofl and subject :o !ha terms and condHion5 of !he valid and executed written conlrac! between Customer and Moiorola (the ff~Underly/ng Ag~men;~J that ati!horizes

Customer m pu((;nase equipment and/of zervices or licens.r;, sofhvarn {coUecbveiy ~"'Produc!s~~}. lf no Und1.::r1~·:ng Agreement a;..ists betwoo;1 Motorola ana Customer. !hen Molotola's Standard Tt~rrns

ofuso and Purchaso Tonris and Ccndilions govom !ho purchase cf !ne Products.

3

Page 41: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

40

Dig!tal ®Ally~ CAPTURE TRUTH

' a

9705 Loiret Blvd.

Lenexa, KS 66219

1-800-440-4947 www.digitalallyinc.com

Customer:

Santa Fe Police Department

Eduardo Catanach

301 Montezuma Ave

Santa Fe, NM 87501

Customer ID j Salespel'Bon I Shipping Method I Payment Terms

SANNM3 ICR01 I FEDERAL EXPRESS !Net 30

Ordered Item Number Description Retail Price

2 KOO 1-00081-00 DVM-800 Complete Kit, V2 $3995.00

2 KOO 1-00081-00 DVM-800 Complete Kit, V2 $3800,00

Notes:

--(2) OVM-800 Complete Kits -(2) OVM-800 Kits with no rear seat camera

Quote QU0-23135-R6G7 JS

Date 2/14/2018

Page 1

Created By QuoteValld I Laura Torres 90 Days I Item Discount Discount Ext. Price

$0.00 $0.00 $7,990.00

$0.00 $0.00 $7,600.00

Total Discount $0.00

Subtotal $15,590.00

Misc

Tax $0.00

Freight $100.00

Total $15,690.00

Thank you for your interest in Digital Ally products. If you would like to place an order, please contact the Digital Ally Sales Team at 1-800-440-4947.

TERMS OF SALE

Your purchase of goods from Digital Ally, Inc., a Nevada corporation ("Digital Ally") will be governed by the following terms of sale

("Terms"). You will be referred to throughout these Terms as "you".

1. Exclusion of Other Terms; Entire Agreement. Additional or different terms or conditions proposed by you (including any additional or different terms provided in a purchase order) will be void and of no effect

unless specifically accepted in writing by Digital Ally. Digital Ally's sales invoice, the limited warranty accompanying the Goods, these Terms, and any special conditions agreed to in writing and signed by you and Digital Ally are incorporated and collectively referred to herein as the "Order", which supersedes and cancels all prior communications between us, whether verbal or written, and constitutes the entire agreement between us unless modified in writing and signed by each of us. In the event of a conflict between these Terms and the terms of any special conditions agreed to in writing and signed by you and Digital ("Additional Agreement(s)"), the terms of those Additional Agreements shall take precedence over these Terms but only with respect to the product or specific purchase to which such Additional Agreement applies, except as otherwise provided in such Additional Agreement. If your purchase includes a license or

Page 42: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

41

Date 018 Digital~Ally ~ Quote -23135-R6G7 JS

Page

licenses to permit you to use Digital Ally software, the terms of the software license(s) provided to you by

Digital Alfy shall apply to such software.

2. Payment. Payment terms are cash on delivery, except where credit has been established and

maintained to Digital Ally's satisfaction. If you have established credit, payment terms are net 30 days

from date of shipment. Any invoice that you fail to pay when due will bear interest at the rate of 1-1/2%

per month or the highest rate then permitted by law, whichever is less.

3. Unpaid Charges. You will be responsible for all costs Digital Ally incurs in connection with the collection

of unpaid amounts, including court costs, reasonable attorneys' fees, collection agency fees and any other

associated costs.

4. Security Interest. You hereby grant Digital Ally a security interest in the Goods to secure your payment

obligation to Digital Ally under this sale, pursuant to these Terms. You hereby authorize Digital Ally to file

such UCC financing statements in such jurisdictions as Digital Ally deems appropriate to perfect the

security interest granted hereby.

5. Taxes. In addition to the purchase price, you must pay any sales, excise or similar taxes applicable to the

transaction, unless you provide Digital Ally with a valid tax exemption certificate. You must pay use taxes,

if applicable to the transaction, directly to the appropriate taxing authority.

6. Shipment. Digital Ally will use commercially reasonable efforts to comply with your shipping instructions. You must prepay all transportation and insurance charges prior to shipment. Unless

otherwise stated by Digital Ally, all shipments will be F.O.B. {free on board) Digital Ally's facility in Lenexa,

Kansas.

7. Force Majeure. DIGITAL ALLY WILL NOT BE LIABLE TO YOU FOR ANY LOSS, DAMAGE, DELAY, OR FAILURE OF DELIVERY RESULTING FROM CAUSES THAT ARE BEYOND DIGITAL ALLY'S REASONABLE CONTROL,

INCLUDING WITHOUT LIMITATION, THOSE DELAYS ARISING FROM EQUIPMENT MANUFACTURE AND

SHIPPING (EACH, A "FORCE MAJEURE"). DIGITAL ALLY WILL NOT BE LIABLE FOR ANY LOST PROFITS, LOSS

OF REVENUE, OR LOSS OF USE, INCIDENTAL, CONSEQUENTIAL, PUNITIVE, EXEMPLARY, OR SPECIAL

DAMAGES FROM ANY FORCE MAJEURE DELAY WHATSOEVER.

8. Limitation of Liability. YOU EXPRESSLY UNDERSTAND AND AGREE THAT, TO THE MAXIMUM EXTENT

PERMITIED BY APPLICABLE LAW, DIGITAL ALLY AND ITS SUBSIDIARIES AND AFFILIATES (COLLECTIVELY,

"DIGITAL ALLY PARTIES") WILL NOT BE LIABLE TO YOU UNDER ANY THEORY OF LIABILITY (WHETHER

CONTRACT, TORT (INCLUDING NEGLIGENCE), OR OTHERWISE) FOR ANY LOST PROFITS OR LOST REVENUE,

LOSS OF USE, LOSS OF DATA, OR ANY INDIRECT, INCIDENTAL, SPECIAL, PUNITIVE, CONSEQUENTIAL OR

EXEMPLARY DAMAGES THAT MAY BE INCURRED BY YOU ARISING FROM OR RELATING TO THE ORDER, THE

GOODS, OR THESE TERMS, WHETHER OR NOT A DIGITAL ALLY PARTY OR ITS REPRESENTATIVES HAVE BEEN

ADVISED OF OR SHOULD HAVE BEEN AWARE OF THE POSSIBILITY OF ANY SUCH LOSSES ARISING. YOU

EXPRESSLY UNDERSTAND AND AGREE THAT, TO THE MAXIMUM EXTENT PERMITIED BY APPLICABLE LAW,

THE DIGITAL ALLY PARTIES' CUMULATIVE LIABILITY IN CONNECTION WITH THE ORDER, THE GOODS,

AND/OR THESE TERMS WILL NOT EXCEED THE AMOUNT ACTUALLY PAID BY YOU TO DIGITAL ALLY FOR THE

SPECIFIC GOODS IN CONTROVERSY. EACH CLAUSE OF THIS PARAGRAPH IS SEPARATE FROM THE OTHERS

AND FROM THE REMEDY LIMITATIONS AND EXCLUSIONS ELSEWHERE IN THIS AGREEMENT, AND EACH

WILL APPLY NOTWITHSTANDING ANY FAILURE OF ESSENTIAL PURPOSE OF A REMEDY OR TERMINATION

OF THIS AGREEMENT. 9. Warranty; Limitations on Remedies. Digital Ally's repair or replacement warranty

on the goods provided under the Order is set out in a separate statement (the "Limited Warranty"), which

sets forth the only warranty applicable to the goods sold under this Order. THAT LIMITED WARRANTY IS

Page 43: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

42

DigitalfflAlly ~ TRUTH

GIVEN IN LIEU OF ALL OTHER WARRANTIES. THERE ARE NO WARRANTIES, WHETHER EXPRESS OR IMPLIED,

THAT EXTEND BEYOND DIGITAL ALLY'S LIMITED WARRANTY STATEMENT. OTHER THAN THE LIMITED WARRANTY, ALL EXPRESS AND IMPLIED WARRANTIES ARE DISCLAIMED, INCLUDING, WITHOUT

LIMITATION, WARRANTIES OF MERCHANTABILITY, NONINFRINGEMENT, FITNESS FOR A PARTICULAR PURPOSE, AND WARRANTIES IMPLIED FROM A COURSE OF DEALING, COURSE OF PERFORMANCE OR USAGE OF TRADE. DIGITAL ALLY DOES NOT WARRANT THAT THE GOODS OR ANY DELIVERABLES WILL

OPERATE UNINTERRUPTED OR ERROR FREE. YOU'RE SOLE AND EXCLUSIVE REMEDY FOR A WARRANTY

CLAIM ARISING FROM OR RELATING TO THE ORDER WILL BE THE REPAIR OR REPLACEMENT OF THE GOODS. The Limited Warranty applicable to the Goods is posted on the Digital Ally website at the

following website address: http://www.digitalallyinc.com/documents/txdirWarrantyPolicy.pdf The Limited Warranty provides you with warranty support from our offices in Lenexa, Kansas. You agree to appoint an Administrator (in accordance with Paragraph 17 of these Terms) at the place where the Goods are located to install and test

all fixes, updates, products that we repair or replace, and to perform other actions reasonably requested by Digital Ally. Failure to properly maintain the Goods may void the Limited Warranty. 10. Third Party Claim Indemnification. You will indemnify, defend, and hold harmless Digital Ally, its managers, agents, employees, successors and assigns (collectively, the "Indemnified Parties"), from and

against any claims, damages, losses, costs, and expenses (including reasonable attorneys' fees and other costs of legal defense, whether direct or indirect) arising out of or relating to any third party claim concerning (i) your use of the Goods under this Order, (ii) breach of these Terms, or (iii) violation of

applicable law by you. This indemnification will survive the expiration or termination of this Order. 11. Risk of Loss. Risk of loss to goods purchased will pass to you at the earlier of the time the Goods are (a)

duly delivered to the carrier, or (b) duly tendered to you for delivery. 12. Acceptance; Claims for Shortage or Non-Conformity. Delivered Goods will be deemed accepted upon

the earlier of your formal acceptance of the Goods or the expiration of 30 days from delivery of the Goods ("Acceptance of the Goods"). If you discover upon initial inspection of the Goods that (a) some or all of the Goods are defective or (b) that the goods delivered do not conform to your Order, you must promptly notify Digital Ally of your rejection of the goods within 30 days from the delivery date, after which Digital

Ally shall have a reasonable opportunity to cure any non-conformance with the Order. Digital Ally is not

responsible for Goods lost or damaged in transit. You are solely responsible for filing claims against the carrier for any loss or damage. Digital Ally will furnish all available information and give any other reasonable assistance requested to assist you in filing a claim for deliver damage. Claims for shortages in shipment not chargeable against the carrier will not be considered unless written notice is given to Digital

Ally within 10 days from date of receipt of the Goods. 13. Compliance with Laws. You will comply with all laws and regulations applicable to you, including those dealing with the use, purchase and distribution of the Goods purchased under these Terms. You will

further keep Digital Ally informed of any laws, regulations, governmental orders, or requirements, which affect the ordering, shipment, importation, sale, marketing, or distribution of the Goods within your

jurisdiction and will, in all cases, refrain from engaging in any activities or conduct, which would cause Digital Ally to be in violation of the laws of any jurisdiction. You agree at all times to comply with all United States laws or regulations, as they may exist from time to time, regarding export licenses or the control or

regulation of exportation or reexportation of products or technical data sold or supplied to you. Without limiting the generality of the foregoing, you specifically agree not to resell any Goods purchased under

Page 44: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

43

Dig~talwAlly ~ CAPTURE

L

Quote QU0-23135-R6G7 J5

Date 2/14/2018

Page 4 __ ,,,, ,,,,,, _______

these Terms to any party, if such a sale would constitute a violation of any laws or regulations of the United States. In conformity with the FCPA, you represent and warrant that neither you, nor any of your

directors or any of your members, managers, officers, employees, or agents is an official agent, or employee of any foreign government or governmental agency or political party. You agree to promptly

notify Digital Ally of the occurrence of any event which would render the foregoing representation and warranty incorrect or misleading. In addition, you will at all times comply with all applicable laws of the

United States concerning foreign corrupt practices or which in any manner prohibits the giving of anything

of value to any official, agents or employee of any government, governmental agency, political party or

any officer, employee, or agent thereof.

14. Changes to the Terms. The Terms in effect at the time you place your Order for the goods sold

hereunder will apply to such Order and goods. Digital Ally reserves the right to make changes to these

Terms from time to time, and any such changes will take effect immediately, except that changes with

respect to your rights and obligations relating to payments, shipments, cancelled orders and/or returns, warranty, and limitations on remedies will only apply to future orders.

15. Governing Law; Jurisdiction and Venue. This Order and all disputes arising under this Order shall be governed by and construed in accordance with the law of the State of Kansas, without regard to its choice

of law rules. Any action claim arising out of or relating to this Order, the Goods, or these Terms must be brought in the District Court of Johnson County, Kansas (and its appellate courts) or in the U.S. District Court for the District of Kansas (and its appellate courts), and the parties hereby irrevocably consent to

the exclusive jurisdiction of, and venue in, such courts.

16. Authority. You warrant and represent to Digital Ally that you have all authority and capacity necessary to enter into this agreement and agree to these Terms. If you are entering into this agreement on behalf of a company, a government entity, or other legal entity, you represent and warrant that you are an authorized representative of the entity with the authority to bind the entity to these Terms, and that you agree to these Terms on the entity's behalf.

17. Administrator. You agree to appoint a primary administrator ("Primary Administrator") with the technical knowledge necessary to install and perform routine maintenance on the Goods, to make

firmware updates and fixes, and to perform component upgrades for and basic troubleshooting on the

Goods.

18. Trade-ins. (a) Traded Equipment. If, as part of your Order, Digital Ally agrees in writing to accept a

trade-in from you ("Trade-In") and offers you a discount on a new Order for an equipment trade-in

("Trade-In Program"), or if Digital Ally otherwise accepts a Trade-In from you at any other time or

upgrades or replaces any products or equipment ("Trade-In Offer"), the Trade-In Program or Trade-In Offer is subject to the following additional rules. You expressly understand, accept and agree that: (i) you

are solely responsible for both the removal and preservation of the data previously stored on, or gathered

in connection with, the products and equipment being traded ("Traded Equipment"); (ii) you will follow all Digital Ally and carrier shipping rules in returning the Traded Equipment to Digital Ally; (iii) the trade-in

transaction is final and that by your accepting the Trade-In Program or Trade-In Offer, ownership of

Traded Equipment is transferred irrevocably to Digital Ally immediately, the Traded Equipment will not be returned to you under any circumstances, and you are irrevocably transferring the Traded Equipment to

Digital Ally with no possibility of return; (iv) you are giving Digital Ally permission to destroy, utilize, re-sell,

Page 45: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

44

Dig~tal 0 Ally ~ CAPTURE TRUTH

Quote QU0-23135-R6G7 JS

Date 2/14/2018

Page 5 .)

lease, or dispose of the Traded Equipment in Digital Ally's sole discretion; and (v) if the Traded Equipment

is not returned to Digital Ally so as to be received py Digital Ally within thirty (30) days of the date of

delivery of the new equipment you have received from Digital Ally as a replacement for the Traded Equipment, you will lose your discount pursuant to the Trade-In Program, and, whether pursuant to the

Tradeln Program or Trade-In Offer, you will not receive any credit, refund, or value for the Traded

Equipment. When returning the Traded Equipment, you must return all parts and accessories comprising of the Traded Equipment, exclusive of wiring, or you will not receive full credit for the Traded Equipment,

which will be reduced pro-rata in accordance with the value that Digital Ally in its discretion assigns to the parts and accessories not returned. (b) Limitation of liability. YOU EXPRESSLY UNDERSTAND AND AGREE

THAT, TO THE MAXIMUM EXTENT PERMITTED BY APPLICABLE LAW, THE THEORY OF LIABILITY (WHETHER

CONTRACT, TORT (INCLUDING NEGLIGENCE) OR OTHERWISE) FOR ANY LOST PROFITS OR REVENUE, LOSS OF USE, LOSS OF DATA, OR ANY INDIRECT, INCIDENTAL, SPECIAL, PUNITIVE, CONSEQUENTIAL OR

EXEMPLARY DAMAGES THAT MAY BE INCURRED BY YOU ARISING FROM OR RELATING TO THE

TRADE-IN PROGRAM, WHETHER OR NOT A DIGITAL ALLY PARTY OR ITS REPRESENTATIVES HAVE BEEN

ADVISED OF OR SHOULD HAVE BEEN AWARE OF THE POSSIBILITY OF ANY SUCH LOSSES ARISING. YOU

EXPRESSLY UNDERSTAND AND AGREE THAT, TO THE MAXIMUM EXTENT PERMITTED BY APPLICABLE LAW,

THE DIGITAL ALLY PARTIES' TOTAL LIABILITY IN CONNECTION WITH THE TRADE-IN PROGRAM OR TRADE-IN

OFFER WILL NOT EXCEED THE AMOUNT OF TEN DOLLARS ($10.00).

19. Advance Exchange Program. (a) Replaced Goods. If your Order includes participation in Digital Ally's Advance Exchange Program, offered in conjunction with Digital Ally's Limited Warranty, Digital Ally will

send you the replacement for Goods replaced pursuant to the terms of the applicable Digital Ally Limited

Warranty in advance of receiving the Goods Digital Ally has agreed in writing to replace for you ("Replaced

Goods"). In such case, you expressly understand, accept and agree that: (i) you are solely responsible for

both the removal and preservation of the data previously stored on, or gathered in connection with, the Replaced Goods; (ii) you will follow all Digital Ally and carrier shipping rules in returning the Replaced

Goods to Digital Ally; (iii) the return of Goods is final and that by participating in the Advance Exchange

Program, ownership of the Replaced Goods is transferred irrevocably to Digital Ally immediately, the

Replaced Goods will not be returned to you under any circumstances, and you are irrevocably transferring

the Replaced Goods to Digital Ally with no possibility of return; (iv) you are giving Digital Ally permission to

destroy, utilize, re-sell, lease, or dispose of the Replaced Goods in Digital Ally's sole; and (v) you will ship

the Replaced Goods back to Digital Ally within thirty (30) days of your receiving your replacement. If you

fail to return the Replaced Goods to Digital Ally within such thirty (30) day period, Digital Ally may, in its

sole discretion, immediately suspend your participation in the Advance Exchange Program for such breach,

until you either: (i) return the Replaced Goods to Digital Ally; or (ii) pay to Digital Ally the original purchase

price of the Replaced Goods. If you fail to return the Replaced Goods to Digital Ally for a period exceeding ninety (90) days, Digital Ally may, in its sole discretion, immediately terminate your participation in the

Advance Exchange Program, with no further opportunity to cure the breach, and you will be immediately

responsible for paying to Digital Ally an amount equal to the original purchase price of the Replaced

Goods. When returning the Replaced Goods, you must return all parts and accessories comprising of the

Replaced Goods, exclusive of wiring, or you will be responsible for payment of that part of the Replaced Goods not returned, which will be charged on a pro-rata basis in accordance with the value that Digital

Ally in its discretion assigns to the parts and accessories not returned.(b} Limitation of liability. YOU

Page 46: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

45

--

Dig!tal™Ally ~ CAPTURE TRUTH

Quote QU0-23135-R6G7 JS

Date 2/14/2018

Page 6 L J

EXPRESSLY UNDERSTAND AND AGREE THAT, TO THE MAXIMUM EXTENT PERMITIED BY APPLICABLE LAW, THE DIGITAL ALLY PARTIES WILL NOT BE LIABLE TO YOU UNDER ANY THEORY OF LIABILITY (WHETHER CONTRACT, TORT (INCLUDING NEGLIGENCE) OR OTHERWISE) FOR ANY LOST PROFITS OR REVENUE, LOSS OF USE, LOSS OF DATA, OR ANY INDIRECT, INCIDENTAL, SPECIAL, PUNITIVE, CONSEQUENTIAL OR

EXEMPLARY DAMAGES THAT MAY BE INCURRED BY YOU ARISING FROM OR RELATING TO THE ORDER ANY INDIRECT, INCIDENTAL, SPECIAL, CONSEQUENTIAL OR EXEMPLARY DAMAGES THAT MAY BE INCURRED BY YOU ARISING FROM OR RELATING TO THE ADVANCE EXCHANGE PROGRAM, WHETHER OR NOT A DIGITAL ALLY PARTY OR ITS REPRESENTATIVES HAVE BEEN ADVISED OF OR SHOULD HAVE BEEN AWARE OF THE POSSIBILITY OF ANY SUCH LOSSES ARISING. YOU EXPRESSLY UNDERSTAND AND AGREE THAT, TO THE MAXIMUM EXTENT PERMITTED BY APPLICABLE LAW, THE DIGITAL ALLY PARTIES' TOTAL LIABILITY IN

CONNECTION WITH THE ADVANCE EXCHANGE PROGRAM WILL NOT EXCEED THE AMOUNT OF TEN DOLLARS ($10.00).

20. General. Captions have been inserted solely for convenient reference and shall not limit or affect the

scope or interpretation of any provision hereof. No provision of these Terms shall be deemed waived,

amended or modified by either party unless such waiver, amendment or modification be in writing signed by the party against whom enforcement of such waiver, amendment or modification is sought. A signature

provided by facsimile or other electronic transmission shall constitute a valid signature for purposes of agreeing to these Terms. If any provision of these Terms are held to be illegal or unenforceable to any

extent, the legality and enforceability of the remainder of these Terms shall not be affected thereby, shall

remain in full force and effect, and shall be enforced to the greatest extent permitted by law.

Page 47: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

46

AUTHORIZED FSS INFORMATION TECHNOLOGY

SCHEDULE PRICELIST

Contract: GS-35F-0295N

Effective: Feb 5, 2003 to Feb 4, 2023 SIN: 132-9, 132-9RC, 132-9STLOC Contact: Tim Murphy Phone: 800-830-2286 Email: [email protected]

Schedule GS-35F-0295N

722 Goddard Avenue Chesterfield, MO 63005-1106

vvww.cmsc.com

ons

Page 48: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

47

Authorized FSS Information Schedule Technology Pricelist

Special item number 132-9 Purchase of refurbished equipment 132-9RC Purchase of refurbished equipment 132-9STLOC Purchase of refurbished equipment

FSC Class 5805 Telephone and telegraph equipment, which includes telephone equipment (Avaya, Cisco, NEC, Nortel, HP and Apple), and audio and video teleconferencing equipment.

Contract Number: GS - 35F - 0295N

CMS Communications, Inc 722 Goddard Ave.

Chesterfield, MO 63005 Telephone (636) 530-1320

Fax (636) 530-1316 www.cmsc.com.

Period Covered by Contract: 2-5-03 to 2-4-18 (Option Year 2)

Products and ordering information in this Authorized FSS Information Technology Schedule Pricelist are also available on the GSA Advantage! System. Ordering Activities can browse GSA Advantage! by accessing the Federal Supply Service's Home Page via the Internet at http://www.gsaadvantage.gov

Incorporates all modifications through P0-0037, dated 02-29-2016

2

Page 49: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

48

1010110101011010010010101001101

Digital i& Ally 0

GENERAL SERVICES ADMINISTRATION FEDERAL SUPPLY SERVICE

AUTHORIZED FEDERAL SUPPLY SCHEDULE PRICE LIST

LAW ENFORCEMENT & SECURITY EQUIPMENT

CONTRACT NUMBER: GS-07F-095CA

CONTRACT PERIOD: 2/19/2015 THROUGH 2/18/2020

Digital Ally, Inc. 9705 LO IRET BL VD LENEXA, KS 66219

Phone: 913-814-7774 Fax: 913-814-7775

Internet Address: http://www.digitalallyinc.com Business Size: Small Disadvantaged Business

CONTRACTOR'S ADMINISTRATION SOURCE: Heath Bideau; [email protected]

On-line access to contract ordering information, terms and conditions, up-to-date pricing, and the option to create an electronic delivery order are available through GSA Advantage'@, a menu-driven database system. The INTERNET address GSA

Advantage!@ is: GSAAdvanlage.gov.

For more information on ordering from Federal Supply Schedules click on the FSS Schedules button at gsa.gov/fas.

Page 50: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

49

INFORMATION FOR ORDER[NG ACTIVITIES APPLICABLE TO ALL SPECIAL ITEM NUMBERS

la. TABLE OF AWARDED SPECIAL ITEM NUMBERS (SINs)

SIN 426-4S

DESCRIPTION Closed Circuit Surveillance Systems

lb. LOWEST PRICED MODEL NUMBER AND PRICE FOR EACH SIN: (Government net price based on a unit of one)

See Product Pricing

l c. HOURLY RA TES: N/ A

2. MAXIMUM ORDER*: $200,000 per SIN/per order (SIN 426-4S) *If the best value selection places your order over the Maximum Order identified in this catalog/pricelist, you have an opportunity to obtain a better schedule contract price. Before placing your order, contact the aforementioned contactor for a better price. The contractor may ( 1) offer a new price for this requirement (2) offer the lowest price available under this contract or (3) decline the order. A delivery order that exceeds the maximum order may be placed under the schedule contract in accordance with FAR 8.404.3.

MINIMUM ORDER: $50.00

4. GEOGRAPHIC COVERAGE: Domestic delivery including Alaska, Hawaii, and Puerto Rico.

5. POINT(S) OF PRODUCTION: USA

6. DISCOUNT FROM LIST PRICES: Prices are listed as GSA Net, discount deducted and !FF included.

7. QUANTITY DISCOUNT(S): NIA

8. PROMPT PAYMENT TERMS: Net 30. Information for Ordering Offices: Prompt payment terms cannot be negotiated out of the contractual agreement in exchange for other concessions.

9.a Government Purchase Cards are accepted at or below the micro-purchase threshold.

9.b Government Purchase Cards are accepted above the micro-purchase threshold.

JO. FOREIGN ITEMS: None

I la. TIME OF DELIVERY: 30 Days

I lb. EXPEDITED DELIVERY: 2 Days, to be negotiated at the task order level.

1 I c. OVERNIGHT AND 2-DAY DELIVERY: 2 Days, to be negotiated at the task order level.

Digital Ally, Inc. GS-07F-095CA

3

Page 51: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

50

Digital Ally, Inc. GS-07F-095CA

GSA SCHEDULE PRICING

5

Page 52: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

51

MFR PRODUCT QUANTITY/VOLUME ' . SIN

NAME MFR PART NO PRODUCT NAME

DESCIUP'i10N UOI

D1SC0UN1' GSA PRICE coo

The First Vu HD is an impact and weather resistant

body worn came;a that utilizes solid state memory.

426 4S Digital Ally 00 ! -00203--00 Fi!StVU HD The versatile design of the Each l-9 1776.98 us camera module provides

many of the benefits of an in-car video system with

complete mobility.

Each 10-24 $718.71 us i Each 25-49 $660.41 us

Each 50 and over $660.43 us Wrroir.Only

426 4S Digi~,I Ally 006-08186-00 DVM-500 Plus V3 Mirror DVM-500 Plus V3 Mirror

Each NiA $2,829.37 us Onlv Only

;M-750 Mi;or V3 Only I

426 4S Digital Ally 006-08188-00 DVM- 750 V3 Mirror Only Each NIA $3,513.50 us

426 4S DiQital A!ly 006-08172-32 VM-250 Mirror Onlv DVM-250 Mirror Only Each NIA $952.90 us 426 4S Dioital Ally 006-08174-32 DVM-250+ Mirror Only DVM-250+ MirTOr Onlv Each NIA $1.050.63 us 426 4S Digital Ally 006-08163-00

DVM-100 Mirror Only DVM-100 Mirror Only Each NIA $1,558.84 us

(w/Mount) (w/Mount)

426 4S Digital Ally 006-08177-00 DVM-400 Mirror Only DVM-400 Mirror Only

Each NIA $1,754.31 us (wlMount) (wlMount)

··. .. >' MJi:t•··· '

./ :..· . . , .. ,

426 4S Digital Ally 004-0500 Voice Vault Wireless Mic VoiceVault Wireless Mic

Each NIA $454.46 us Kit Kit

426 4S Digital Ally 004-09060-00 Voice Vault Wireless Mic VoiccVault Wireless Mic

Each NIA $356. 73 us for DVM750 for DVM750

VoiceVault Wireless Mic VolceVault Wireless Mic

426 4S Digital Ally R004-0502 for DVM750 for DVM750 (Refurbished)

Each NIA $278.54 us (Relurbished)

426 4S Digital Ally 002-05095-00 DWM-800 2.4 GHz DWM-800 2.4 GHz

Each NIA $356. 73 us Wireless Mic Kit Wireless Mic Kit

4264S Digital Ally 002-05090-00 DWM-800 Wireless DWM-800 Wireless

Each NIA $258.99 us Microphone Microphone

' . · M p~-&~; .. · ·-.- .:_ ... ·· ., ·. .

426 4S Dil!ital Ally 004-0011 Wireless Mic, llelt Clip Wireless Mic. Belt Clio Each NIA $9.77 us 4264S Digital Ally 050-0130

Wireless Mic Belt Clip for Wireless Mic Belt Clip for Each NiA S9.77 us

Voice Vault Voice Vault

I 426 4S Digital Ally 004-0009 Wireless Mic. Lapel Wireless Mic. lapel

Each NIA $19.55 us Microphone Microphone

I 426 4S Digital Ally 004-0015 Wireless Microphone. Wireless Microphone,

Each NIA $63.53 us Cradle for Chargers Cradle for Chargers

426 4S Digital Ally 004-0018 Wireless Microphone, Wireless Microphone, AJC

Each NIA $19.55 us AJC adaoter for Cradle adapter for Cradle

426 4S Digital Aily 002-0112 Wall Charger Kit wlBase Wall Charger Kit wlBase

Each NIA $78.19 us and Adapter and Adapter

4264S Digital Ally 004-0010 Wireless Mic. ln~Car Wireless Mic, In-Car

Each NIA $19.55 us Charger Cable for Cradle Charger Cable for Cradle

426 4S Digital Ally 135-0035 Battery, Remote Battery, Remote

Each NIA $29.32 us Tr<1nsceiver Battery Pack Transceiver Battery Pack

4264S Digital Al!y 004-0014 Antenna, 900MB, Antenna, 900MHz External

Each NIA $43.98 us fatemal Roof-top Roof-top

Radio, Antenna, 900MHz Radio, Antenna, 900MHz

426 4S Digital Ally 004-0016 On-Unit· 500 (Rubber On-Unit· 500 (Rubber Each NIA $14.66 us Duck) Duck)

426 4S Digital Ally 004-0032 Rubber Ducky Antenna· Rubber Ducky Antenna ·

Each NIA $14.66 us 750 750

426 4S Divita! Ally 004-0902-00 umel Mic, VoiceVault Lapel Mic. VoiceVault Each NIA $19.55 us 426 4S Digital Ally 004-0501 Voice Vault Charger Crade Voice Vault Charger Crade Each NIA $48.87 us

426 4S Digital Ally 004-0506-00 Voice Vault 11 OV Wall VoiccVault l IOV Wall

Each NIA $68.41 us Charner Kit Chan!erKit

426 4S Digital Ally 630-0511 VoiccVault Wall Charger VoiccVault Wal! Charger

Each NIA $19.55 us Cable Only Cable Only

426 4S Digital Ally 135-0036 Voice Vault Battery Pack VoiccVault Battery Pack Each N/A $29.32 us

Page 53: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

52

SIN MFR MFR PART NO PRODUCT NAME J'RODUCT UOI QIJA."ITTTYNOUJME

GSA PRICE coo NAME DISCOUN'r

DVM--500i+ Rear DVM-500/·• Rear External j

426 4S Digital Ally ()()f .. (;121-f;(l Extemal Camera Cable Camera Cable

Each N<A $6tS:1: I us

I DVM- 750 Rear External DVM-750 Rear External "" " 4264S Digital Ally OOX-0 l 22-0G

Camera Cable Camera Cable Each NiA us

426 4S Digital AJly 008-01390-00 DVM-2501250+ Backup DVM-250/250+ Backup

Each NIA $34.2 i !JS Camera Cable. 20 ft. Camera Cable. 20 fl.

426 4S Digital Ally 008-01.190-0 l I DVM-2501250+ Backup DVM-2501250+ Backup Each NIA $34.21 us

Camera Cable. 40 ft. CameraCable.40 ft.

DVM-250/250- Backup DVM-250/250- Backup

426 4S Digital Ally 008-01382-00 Camera Cable Extension Camera Cable Extension 25 E:ach N.'A $34 21 !

us 25 Ii. ll

Digital Ally I DVM-250/250+ Backup DVM-2501250+ Backup

4264S 008-0 l 382-0 l Camera Cable Extension Camera Cable Extension 40 Each NiA 134.21 us I 40 fl. 11

DVM-250/250+ Backup DVM-250/250-;- Backup

4264$ Digital Ally 008-0 l 582-02 I Camera Cable Extension Camera Cable Extension 60 Each NiA S.14.21 us 60 fl. 11.

~

426 4S Digital Ally 008-0010 Cable, DVM Interconnect Cable. DVM Interconnect to

Each NIA $28.34 us to Mirror. 24 inches 500 Mirror, 24 inches 500

426 4S Digital Ally 008-0020 Cable, Main to Cable, Main to

Each NIA $6.l." "" Interconnect. IO 11 500 Interconnect. IO ft 500

Digital Ally I 008-0026 Cable SeL Interface to Cable Set, Interface to

Each NiA $91.87 us 426 4S Mirror 500 Mirror 500 I

I Digital Ally 008-00.10 Harness. Main Vehicle to Harness, Main Vehicle to

Each NiA $57.66 us 426 4S Interface Box 500 Interface Box 500

I 426 4S Digital Ally 008-01287-00 Harness, DVM-750 Main Harness, DVM-750 Main

Each NIA $73.30 us Vehicle to IF Box Vehicle to IF Box

I AN Dongle Cable for NV Dongle Cable for DVM Each

I 4264S Digital Ally 008-01284-00

DVM-750 750 NiA $48.87 us

I 4264S Digital Ally 008-01281-00 Cable, DVM750 Interface Cable, DVM750 Interface

Each NIA $28.34 us to MirrorY Cable (black) to MirrorY Cable (black)

4264S Digital Ally 008-0051 Cable, DVM750 Main to Cable, DVM750 Main to

Each N/A $63.5.l us Interconnect (gray) Interconnect (~ray)

DVM-2501250+ Vehicle DVM-250/250+ Vehicle

426 4S Digital Ally 008-01384-00 Power to DVM Cable (l 5 Power to DVM Cable (l 5 Each NIA $34.2 l us ft.) ft.)

DVM-250/250+ Vehicle DVM--2501250~ Vetiicle

426 4S Digital Ally 008-01.188-00 Power to IF Box Cable ( I 0 Power to [F Box Cable (10 Each NIA $34.21 us 11) ft)

4264S Digital Ally 008-0 l.l 86-00 DVM-250/250+ IF Box to DVM-250/250+ IF Box to

Each NIA $.19 09 us DVM Power Cable (8 fl) DVM Power Cable (8 11)

42645 Digital Ally 008-01386-0l DVM-250/250+ IF Box to DVM-250/250+ IF Box to

Each NIA $39.09 us DVM Power Cable ([ 5 fl) DVM Power Cable ( 15 11)

426 4S Digital Ally 008-0 l 386-02 DVM-2501250+ lF Box to DVM-250/250+ IF Box to

Each N/A $.19.09 us DVM Power Cable (20 ft) DVM Power Cable (20 11)

Digital Ally 008-01386-0.l DVM-250/250+ IF Box to DVM-250/250+ IF Box to

Each NIA $39.09 us 426 4S DVM PowerCable (26 ft) DVM Power Cable (26 11)

~64S Digital Ally 008-0 l.l62-CO

DVM-250/250+ IF Box DVM-250/250+ IF Box Each NIA $34.21 us

RJ45 Sensor Cable (25 11) RJ4 5 Sensor Cable (25 ft)

I 426 4S Digital Ally 008-01372-0 I DWM-800 System to DWM-800 System to DVM-

Each NIA $48.87 us '

DVM-100 Cable I 00 Cable

I Digital Ally 008-01373-01

DVM-l 00/400 Power DVM-100/400 Power Cable Each NIA $48.87 us l 426 4S

! Cable

.< ; ··. ; '·· .. ;· ·~Baxeti . .. <: .

9 [n-line fuse kit 500 In-line fuse kit 500 Each NIA $7.33 us Interface Box Assembled,

Interface Box Assembled, G 4 ·_ital Ally 006-0076-0l G-Force CAN Bus

Force CAN Bus 500-i-/750 Each N/A $390 93 us

! 500+1750

Interface Box Assembled, Interface Box Assembled. G

426 4S Digilal Ally R006-0076 0 I G-Force CAN Bus Force CAN Bus 5001/750 Each NIA $293.20 us 500,/750 Refurh Refurb

Page 54: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

53

Each N1A S48Xi us connector

Streaming Camera Cable. Each NIA $34.2! us

18" for 750

Streaming Camera Cable, Each NIA $34.21 us

18" for 500+

J:'Cd New 4GB SanDisk for

005·00121 ·00 DVM500/all 500+/Ultra Each NiA SJ5. 18 1;s (raw (raw

New 4GB SanDisk for New 4GB SanDisk for 426 4S Digital Ally 200-04010·00 DVM500iall 500<iUltra DVM500iall 500+1Ultm Each NIA $35.]8 us

(prog) (prog)

4264S Digital Ally 2QQ.Q8006·00 Upgrade to 8GB Hagiw a ra Upgrade to 8GB Hagiwara

Each NIA $12.71 us OVM5001500.,.v21Ultrav2 OVM500/500,v21Ultrav2

New 8GB SanDisk for New 8GB SanDisk for

426 4S Digi!al Ally 005-00122·00 DVM5001500+1lJJlra DVM5001500+/Ultra (raw)

Each N/A $47.89 us (raw)

New 8GB SanDisk for New 8GB SanDisk for

Digital Ally 200-08010-00 DVM500/500~/Ul!r.J DVMS00/500+/Ultra (prog)

Each N!A $47.89 us (progJ

New Upgrade to 8GB far New Upgrade to 8GB for

4264S Digital Ally 200-08010-00/UPG DVM5001500+/U!lra DVM5001500+1Ultra (prog)

Each NIA Sl2.7l us (prng)

New 16GB SanDisk CF New 16GB SanDisk CF 426 4S Digi!al Ally 200. l 60 l 0·00 Card tor Card for Each NIA $83.07 us

DVMS00/500+/Ultra DVM500i500<-1Ultra

Digital Ally 005-00119·00 4GB Transcend for 4GB Transcend for

Each NIA $35.1 DVM750 raw) DVM7SO (raw)

426 4S Digital Ally 200-04005 ·00 4GB Transcend for 4GB Transcend for

Each NIA $35.l& us DVM750 (programmed) DVM750 (programmed)

4264$ Digital Ally 005-00113-00 Each NIA $47.89 us

4264S Digital Ally 200-08004-00 scend for

Each NiA $47.8 us DVM750 (programmed)

426 4S Digital Ally 005-00 I l 4 ·00 16GB Transcend for 16GB Transcend for

Each NIA $83.07 us DVM750 (Raw) DVM750 (Raw)

426 4S Digital Ally 200-16006-00 16GB Transcend for i 6GB Transcend for

Each NIA $83.07 DVM750 (programmed) DVM7 50 (programmed)

426 4S Digital Ally 005-001 l 2-00 32GB Transcend for 32GB Transcend for

Each N!A $117.28 us DVM750 (raw) DVM750 (raw)

426 4S Digital Ally 200-32002-00 32GB Transcend for 32GB Transcend for

N/A $117.28 us DVM750 (programmed) DVM7 50 (programmed)

426 4S Digital Ally 005-00! l 9-00 Secure 4GB Transcend for Secure 4GB Transcend for

NIA $35.18 us DVM750(raw) D

426 4S Digital Ally 200-04004.QO Secure 4GB Transcend for Secure 4GB Transcend for

N!A $:15.18 us DVM750 (programmed) DVM750 (programmed)

426 4S Digital Ally 005-00113-00 Secure 8GB Transcend T ransccnd for

Each NiA $47.89 lJS DVM7 50 (raw) 750 (raw

4264S Digital Ally 200-08005-00 Secure 8GB Transcend for Secure 8GB Transcend for

Each NIA $47.89 \IS DVM750 (programmed) DVM750 (programmed)

426 4S Digital Ally 005-00114-00 Secure l 6GB Transcend

N.'A $8307 us for DVM750 (raw)

Secure i 6GB Transcend

426 4S Digital Ally 200-16005·00 for DVM750 NIA $8307 us ---.---·----· __ .JE;ogramrncd)

4264S Digital 005-00112-00 NIA $1 l?.28 us

Page 55: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

54

MFA. ..

PRODUCT QOANtm,votum SIN

JIIA~i'. MFR PART NO PRODUCT NAME OE,~Rfi'Tt(JN uor

P'ISCOQl'IJ' GSA PRICE coo

i /\ntenna, External GPS Antenna. External GPS

I 426 4S f)ig1tai Ally 025-00000-0(J l Antenna SOOi- v,; Ferrite Antenna 500/~- w, Ferrite Each N:'t\ $97.73 us

Beads Beads

426 4S Dtgtlal Ally J IO-fJO I 00· 20 IGPS Receiver Module 750 GPS Receiver Module 750 Each Nit-\ $97.73 lJS

426 4S Digital Ally I 008-01410-00 I GPS /\ntenna, DVM-250 GPS Antenna, DVM-250 Each I NIA I $97. 73 us

426 4S Digital Ally I 006-08112-00 Monitor Isolator· 750 Monitor Isolator. 750

Each I $146.60 liS Backseat Monitor Backseat Monitor

NIA

8ilit _QiJ!ital Ally 002-00028-00 Card Reader Card Reader Each NIA $102.62 us s Digital Ally 011-00001-00 Router Router Each NIA S73.30 us

426 4S Digital /\!Iv 011-00009-00 Access Point (G.N) Access Point (G.N) Each NIA $288.3 i us ilfflVaA~ .

426 4S Digital Ally 135-00003-00 Battery, l500mAH, Cased Battery, 1500mAH. Cased F.ach NIA $19.55 I us

426 4S Digital Ally 002-05092-00 Battery Pack, External Battery Pack, External USB

Each NIA $48.87 us USB 4500mAh 4500mAh

4264S Dis-ital Allv 260-00224-00 Battery Charger Battery Charger Each Nit\ $34.21 us 4264S ...Qik>ital All;t 002-05034-00 Batte.!:l'. Chargi~~ ~'}'Charging~- Each NIA $53. 75 us -·---- ---426 4S Digital /\lly 390-000 40-00

Charger, l I OV AC Wall Charger, 11 OV AC Wall to Each NIA $9.77 us

to USB Male Mini-B USB Male Mini-B

I 426 4S Digita! Ally 008-01270-00 Charger l 2V DC Plug to Charger l2V DC Plug to

Each N/A $9.77 us USB Male Mini-B USB Male Mini-B

4264S Digiu,J Allv 002-05059-00 FirstVu Carrving Case First Vu Carrying Case Each NIA $48.87 us 4264S Digital Allv 002-05063-00 FirstVu Holster FirstVu Holster Each NIA S 19.55 us 426 4S Digital Ally 002-05080-00

FirstVu Plastic Clip FirstVu Plastic Clip Each NiA $9.77 us

(Original St2ndard Clip) (Original Standard Clip)

426 4S Digital Ally 006-08195-00 Folded Pocket Klick Fast Folded Pocket Klick Fast

Each NIA $24.43 us Mount Mount

4264S Diaital Allv 002-05085-00 Klick Fast Stud Klick Fast Stud Each NiA $9.77 us 4264S Digital Ally 26Q .. Q029l-03 Klick fast 2. 4" Belt DoEFast 2. 4" Belt Dock Each NIA $5.86 I us

426 4S Digital Ally 260-00294-00 Klick Fast Rivet on Dock Klick Fast Rivet on Dock Each NIA $5.86 I us

Digital Ally 260-00295-00 Klick Fast Screw on Dock Klick Fast Screw on Dock

Each NIA $9.77 us for clothing for clothing

426 4S Digital Ally 002-05088-00 Klick Fast Belt Lioop Dock Klick Fast Belt Loop Dock

Each NIA $14.66 us Right-Side Up Right-Side Up

426 4S Digital Ally 002-05093-00 Klick Fast Belt loop Dock Klick Fast Belt Loop Dock

Each NIA $14.66 us Upside Down Upside Down

426 4S Digital Aliy 002-00042-00 RAM Mount. suction cup, RAM Mount, suction cup.

Each NIA $48.87 us for windshield, desk. dash for windshield. desk. dash

426 4S Digital Ally ' 002-05054-00 RAM Mount, Desk/Wall RAM Mount, Desk/Wall Each NIA $73.30 us

426 4S Digital Ally 002-05052-00 RAM Mount. Handlebar RAM Mount, Handlebar for

Each NIA $48.87 us for Motorcycle Motorcycle

426 4S Digital Ally 259-00128-00 RAM Quick Release

RAM Quick Release Cradle Eact, NIA $ I 9.55 us Cradle

426 4S Di0tal Allv 260-00239-00 Pocket Mount. et Mount. Folded Each NIA $19.55 us 426 4S Dio:ital Allv 268-00002-200 Tie Each NIA $2.93 us

, . \ ... . A ..•

• . . .· .. · :-

426 4S Digital Ally 002-05046-00 Lasery Ally CarTying Case L.asery Ally Carrying Case Each NIA $ l 7L03 us

426 4S Digital Ally I 35-00191-00 Lasery Ally C-Cell Battery ! asc,y Ally C-Cell Battery 2

Each NiA $29 .32 us 2-Pack Pack

426 4S Digilill Ally 002-05070-00 Laser Ally Shoulder Stock Laser Ally Shoulder Stock Each NIA $122.17 us

426 4S Digital Ally 002-05081-00 Laser Ally Monocular Laser Ally Monocular

Eact, NIA $342.07 us (Monocular Only) (Monocular Only)

426 4S Digital Ally 002-05103-00 Laser Ally Handle Endcap Laser Ally Handle Endcap

Each NIA $16126 us with Tripod with Tripod

426 4S Digital Ally 008-01420-25 Laser Ally Cigarette Laser Ally Cigaret<e

Each Nii\ $268.77 us Adapter Adapter

DVf

426 4S Digital Ally 00! -0800 DVF500 Digital Video DVF500 Digital Video

Each N<,-\ J. $776.98 1 us flashlight Kit Flashlight Kit --~~~--~~--~

Page 56: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

55

M.FR f>.liTNq J'R.ODUCT lJOi DESCRIPTION

1st Yt;:u I Repair & Re-tum ~ Up to 2

$250.00 per uni!

Digital Ally I additiona I years over Per Unit NiA 426 4S [)V.'.,1.400 R&R Repair & Return

Sta<ldard I year warranty 2nd Year

$350.00 per unit

l st Year Repair & Return - lip to 2

$2SO.OO per unit

Repair & Re!Urn additional years over

Per Unit NIA 426 4$ Digital Al!y laser Ally R&R Standard I year warranty

2nd Year S350.0() per unit

Page 57: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

56

GSD/PD (Rev. 01/l l)

State of New Mexico General Services Department

Purchasing Division

Statewide Price Agreement Amendment

Awarded Vendor: 6 Vendors

Telephone No.; __

Ship To: All Stale of New Mexico agencies, commissions, institutions, political subdivisions and local public bodies allowed by law.

Invoice: As Requested

Title: Automotive Vehicles, Cars & Vans

Price Agreement Number: 70-000-16-00001_

Price Agreement Amendment No.: Qille

Term: September 14. 20 I 6 - September 13, 2018

Procurement Specialist: Vanessa LeBlanc ~,£~ (_/. '

Telephone No.: (505) 827-0266 '

This Price Agreement Amendment is to be attached to the respective Price Agreement and become a part thereof.

In accordance with Price Agreement provisions, and by mutual agreement of all parties, this Price Agreement is extended from September 14, 2017 to September 13, 2018 at the same price, terms and conditions for Vendors (AA) Farmington Motors Inc., dba Advantage Dodge Chrysler Jeep, (AB) Brad Francis Motor Company dba Brad Francis Chrysler-Jeep-Dodge-Ram, (AC) Brad Francis Car Company - Los Lunas, (AD) Don Chalmers Ford, (AE) Melloy Dodge, (AF) Bob Turners Ford Country, Inc. dba Power Ford. This Price Agreement was not extended/or vendors (AG) Richardson Investments dba Rich Ford Sales and (AH) Webb Automotive Group.

The provisions of the Price Agreement shall remain in full force and effect, except as modified by this amendment.

Accepted for the State of New Mexico

/,JJ,· < , fl I +--1- .' ~~\ .. !{ ~l New ex1co State Purcha~mg Ag~tL

(

Date: 9/12/2017

Purchasing Division, l 100 St. Francis Drive 87505, PO Box 6850, Santa Fe, NM 87502-6850 (505) 827-0472 YL

Page 58: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

57

State of New Mexico General Services Department

Purchasing Division Price Agreement fl: 70-000-16-0000 l

Terms and Conditions (Unless otherwise specified)

l. General: When the State Purchasing Agent or his/her dcsignee issues a purchase document in response to the Vendor's bid, a binding contract is created.

2. Variation in Quantity: No variation in the quantity of any item called for by this order will be accepted unless such variation has been caused by conditions of loading, shipping, packing or allowances in manufacturing process and then only to the extent, if any, specified in this order.

3. Assignment: a. Neither the order, nor any interest therein, nor any claim thereunder, shall be assigned or transferred by the Vendor, except as set forth in Subparagraph 3b or as expressly authorized in writing by the State Purchasing Agent or his/her designee. No such assignment or transfer shall relieve the Vendor from the obligations and liabilities under this order.

b. Vendor agrees that any and all claims for overcharge resulting from antitmst violations which are borne by the State as to goods, services, and materials purchased in connection with this bid are hereby assigned to the State.

4. State Furnished Property: State furnished property shall be returned to the State upon request in the same condition as received except for ordinary wear, tear and modifications ordered hereunder.

5. Discounts: Prompt payment discounts will not be considered in computing the low bid. Discounts for payment within twenty (20) days will be considered after the award of the contract. Discounted time will be computed from the date of receipt of the merchandise invoice, whichever is later.

6. Inspection: Final inspection and acceptance will be made at the destination. Supplies rejected at the destination for nonconformance with specifications shall be removed at the Vendor's risk and expense, promptly after notice of rejection.

7. Inspection of Plant: The State Purchasing Agent or his/her designee may inspect, at any reasonable time, the part of the Contractor's, or any subcontractor's plant or place of business, which is related to the performance of this contract.

8. Commercial Warranty: The Vendor agrees that the supplies or services furnished under this order shall be covered by the most favorable commercial warranties the Vendor gives for such to any customer for such supplies or services. The rights and remedies provided herein shall extend to the State and arc in addition to and do not limit any rights afforded to the State by any other clause of this order. Vendor agrees not to disclaim warranties of fitness for a particular purpose of merchantability.

9. Taxes: The unit price shall exclude all state taxes.

l 0. Packing, Shipping and Invoicing:

a. The State's purchasing documen1 number and the Vendor's name, user's name and location shall be shown on each packing and delivery ticket, package, bill of lading and other co1Tespondence in connection with the shipments. The user's count will be accepted by the Vendor as final and conclusive on all shipments not accompanied by a packing ticket.

b. ·rhe Vendor's invoice shall be submitted duly certified and shall contain the following information: order number, description of supplies or services, quantities, unit price and extended totals. Separate invoices shall be rendered for each and every complete shipment.

c. Invoices must be submitted to the using agency and NOT the State Purchasing Agent.

I I. Default: The State reserves the right to cancel all or any part of th is order without cost to the State, if the Vend or fails to meet the provisions of this order and, except as otherwise provided herein, to hold the Vendor liable for any excess cost occasioned by the State due to the Vendor's default. The Vendor shall not be liable for any excess costs if failure to perform the order arises out of causes beyond the control and without the fault or negligence of the Vendor, such causes include but arc not restricted to, acts of God or the public enemy, acts of the State or Federal Government, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, unusually severe weather and defaults of subcontractors due to any of the above, unless the State shall determine that the supplies or services to be furnished _by

Page 59: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

58

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 70-000-16-0000 l

Page-4 of at least 20 hours per week over a six (6) month period during the term of the contract, Contractor certifies, by signing this agreement, to have in place, and agrees to maintain for the term of the contract, health insurance for its New Mexico Employees and offer that health insurance to its New Mexico Employees if the expected annual value in the aggregate of any and all contracts between Contractor and the State exceeds $250,000 dollars.

B. Contractor agrees to maintain a record of the number of its New Mexico Employees who have (a) accepted health insurance; (b) declined health insurance due to other health insurance coverage already in place; or (c) declined health insurance for other reasons. These records are subject to review and audit by a representative of the state.

C. Contractor agrees to advise all of its New Mexico Employees of the availability of State publicly financed health care coverage programs by providing each of its New Mexico Employees with, as a minimum, the following web site link to additional infonnation: http://www.insurenewmexico.state.nm.us/.

D. For purposes of this Paragraph, the following terms have the following meanings:

(1) "New Mexico Employee" means any resident of the State of New Mexico employed by Contractor who performs the majority of the employee's work for Contractor within the State of New Mexico, regardless of the location of Contractor's office or offices; and

(2) "offer" means to make available, without unreasonable restriction, enrollment in one or more health coverage plans and to actively seek and encourage participation in order to achieve the goals of Executive Order 2007-049. This could include State publicly financed public health coverage programs such as Insure New Mexico!

New Mexico Pay Equity Initiative

Contractor agrees, if it has ten ( 10) or more New Mexico employees OR eight (8) or more employees in the same job classification, at any time during the term of this contract, lo complete and submit the PE I 0-249 form on the annual anniversary of the initial report submittal for contracts up to one ( 1) year in duration. If contractor has (250) or more employees, contractor must complete and submit the PE250 form on the annual anniversary of the initial report submittal for contracts that are up to one (I) year in duration. For contracts that extend beyond one (I) calendar year, or are extended beyond one (1) calendar year, contractor also agrees to complete and submit the PEI 0-249 or PE250 form, whichever is applicable, within thirty (30) days of the annual contract anniversary date of the initial submittal date or, if more than 180 days has elapsed since submittal of the last report, at the completion of the contract, whichever comes first. Should contractor not meet the size requirement for reporting at contract award but subsequently grows such that they meet or exceed the size requirement for reporting, contractor agrees to provide the required report within ninety (90) days of meeting or exceeding the size requirement. That submittal date shall serve as the basis for submittals required thereafter.

Contractor also agrees to levy this requirement on any subcontractor(s) pe1forming more than 10% of the dollar value of this contract if said subcontractor(s) meets, or grows to meet, the stated employee size thresholds during the term of the contract. Contractor further agrees that, should one or more subcontractor not meet the size requirement for reporting at contract award but subsequently grows such that they meet or exceed the size requirement for reporting, contractor will submit the required report, for each such subcontractor, within ninety (90) days of that subcontractor meeting or exceeding the size requirement. Subsequent report submittals, on behalf of each such subcontractor, shall be due on the annual anniversary of the initial report submittal. Contractor shall submit the required form(s) to the State Purchasing Division of the General Services Department, and other departments as may be determined, on behalf of the applicable subcontractor(s) in accordance with the schedule contained in this paragraph. Contractor acknowledges that this subcontractor requirement applies even though contractor itself may not meet the size requirement for reporting and be required to report it self.

Two copies of the Pay Equity Worksheet shall be submitted prior to Award by the prospective Awarded Vendor.

The PEI0-249 and PE250 worksheet is available at the following website: http ://\\'WW .generalservices.state. nm. us/statepurchas ing/P a y Equity .as px

Statewide Price Agreement

Article I - Statement of Work

Page 60: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

59

Article VIII - Issuance or Orders

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 70-000· 16-0000 I

Only written signed orders are valid under this Price Agreement

Article LX Packing (ifapplicable) Packing shall be in conformance with standard commercial practices.

Article X - Price Schedule Prices as listed in the price schedule hereto attached are firn1.

Page-6

Page 61: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

60

(AE)0000047770

Melloy Dodge

9621 Coors NW

Albuquerque, NM 87114

Contact: James Cassell

505-239-2811

[email protected]

(AF)0000049896

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 70-000-16-0000 !

Payment Terms: Net 30

FOB: Destination Delivery: 90-120 days

Bob Turners Ford Country, Inc. dba Power Ford

1101 Montano NE

Payment Terms: Net 10

FOB: Destination

Delivery: 60-90 days Albuquerque, NM 87107

Contact: Gary Timmons

505-449-1293

[email protected]

(AG) 0000046112 Richardson Investments dba Rich Ford Sales

8601 Lomas BLVD NE

Albuquerque, NM 87110

Contact: Damian H. Lusch Sr.

505-275-4529

[email protected] or [email protected]

(AH)0000045904

Webb Automotive Group

3911 E. Main

Farmington, NM 87402

Contact: Debbie Dunson

505-325-1911

[email protected]

Payment Terms: Net 10 days

FOB: Destination

Delivery: 65-75 days ARO Subject to MFG scheduling

Payment Terms: Net 10 days

FOB: Destination

Delivery: 120 days ARO

Page-8

Page 62: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

61

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 70-000- I 6-0000 I

Page-ID It should be noted that extension of this Price Agreement to certain non-profit organizations under contract with the State or funded in part by the state may be allowed, provided, however, that such organization can furnish the proper tax ex.emption certificate. In addition, all State of New Mexico agencies, commissions, institutions, political subdivisions and local public bodies allowed by law are authorized to purchase from this Price Agreement, pursuant to section 13-1-129 (NMSA 1978)

Awarded vendors are required to submit a quarterly sales activity report for each item (unit) sold on this Price Agreement. The report shall include the procuring agency name, brief description of units sold, and the total amount subtotaled by processing agency name.

Notice to ordering agency(ies): Sufficient ordering time must be given to vendors to fulfill each order. Vendors are not responsible for filling orders placed for less than ninety (90) days prior to end of each fiscal year.

Prompt payment to awarded vendor is very important. The buying agency(ies) must make every eff011 to expedite payment within ten ( 10) days, or sooner, from receipt is according to Section 13-1-158 (b) NMSA 1978.

The awarded vendor has the right to withhold vehicle transaction documents (M.S.O.) until payment has received. In addition: Section 13-1-158 (NMSA 1978) authorizes the seller to assess late payment charges on past due accounts not to exceed one and one-half percent (1 Y,%) per month of the unpaid balance. Paragraph C of this section also states that if the payment shall be deemed on the date it is postmarked.

Supplemental Terms and Conditions

Intent of SQecifications: The specifications are intended to describe equipment for use by the ordering agency which will operate efficiently and safely. The design specifications incorporated herein are intended to describe such unit and to set fo1ih minimal performance parameters required by the State of New Mexico. Any references herein to a particular make or model are not intended to be restrictive but to set forth an acceptable level of quality, design and size.

Qualified Bidders: Bids may be accepted from manufacturers and/or factory authorized dealers who are able and willing to provide responsive service to the ordering agency during the warranty period if required. Bidders must be in a position to offer the lowest cost/highest effectiveness, completely assembled units meeting or exceeding the minimum specifications contained herein.

When additional equipment (components) are required to complete a bid package whicb is not normally supplied by the bidder, such equipment shall be supplied by an authorized equipment supplier, but shall be the full responsibility of the bidder. (Example: truck chassis with dump body installed.)

Inspection of Work: Representatives of the State Purchasing Agent's office or the ordering agencies shall have access, at any reasonable time, to the bidder's and manufacturer's facilities for the purposes of inspection during periods of manufacture or assembly of the items to be ordered hereunder. The costs associated with such inspection trips shall be borne by the State and/or ordering agency.

Late Delivery: It is expressly understood and agreed that, as a result of the public interest, and because of the monetary losses which may be sustained by the State, as a result of failure to deliver the equipment described in the Price Agreement on time, that time is of the essence in the performance of this Price Agreement. It is agreed that damages resulting from late delivery can neither be accurately anticipated or calculated.

Page 63: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

62

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 70-000-16-0000 l

---Item Approx. Unit Article and Description

Qty.

015 60 Each Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's Place of Business Net Cost: Per Unit, FOB, Santa Fe, NM

Model:

Make/Wheel base: Engine: HP/ Torque MPG/City/ HWY

Minimum Specifications: Air conditioning: Factory installed, front (CFC free) Axle: Factory standard Brakes: Power, anti-lock, front and rear Bumper: Front and rear Color: Factory standard - to be determined by user agency Glass: Factory standard tint - all around Gross vehicle weight: Eight thousand five hundred (8,500) pounds Horsepower: 220 Torque: 280 Keys: Three (3) i1::,rnition

Brad Francis

Car

lil,297.00

_$21_)97.00

Express

Chevrolet/13 5 4.81/285/295

11/17

Mirrors: Outside-right and left, below eye level, non-glare, inside day/night Radio: Factory Standard Rear door: Two vertical opening with windows Seating: Driver and passenger Side door with window Steering: power Suspension: To meet GVW Tires: Factory standard, spare included Transmission: Automatic Wheel base: One hundred thirty (130) inches Windshield wipers: Electric, two (2) speed intennittent with windshield washer

Don Chalmers

_$2_Q, 726.00

!ZQ, 726.00

Transit T 150E1Z Ford/130

3.SL/310/400 NIA

Page-4 l

-~··-···--~

Melloy Dodge

_$23_,_;UlJl_Q

_$23_,.335.00

2500 Pro master Ram/136

V -6/280/260

Page 64: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

63

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 70-000-16-00001

I Item O!Soptions:

A. 12 + 2 ADA bus up-fit with wheelchair lift {add) B. Air conditioning, factory installed (deduct2 C. Air conditioning: rear (add) D. Air conditioner: rear, high capacity (add} E. Anti-theft: SecuriLock (add} F. Back-uE alarm (add) G. Back-up camera

Page-42

__ $29,000:00 NIA

$860.00 $995.00 NIA $990.00 $125.00 $175.00

$200.00 Std. $970.00 ~~ ··-·--····----·---·--

H. Battery: dual (add) $350.00 I. Bluetooth/hands free (add) $805.00 $995.00 $795.00 J. CD player (add) Std. $350.00 NIA

·--··---·. ······-··. ··--·-· K. Color: other than standard production five (5) unit

(add) $525.00 $1,595.00 $500.00 minimum

L. Cruise control and tilt (add) $395.00 $450.00 $690.00 ·---.. ·-~··«·"

M. E85 engine (add} $995.00 $150.00 NIA ··---·--------·---·-·------------

N. Engine, other: (Brad Francis-6.0Litcr)(Don (add) $995.00 $6,500.00 $6,300.00

Chalmers-IS Diesel} {Mellor-4 crl diesel} 0. Electric trailer controller ___ _{add) $230.00 $350.00 $480.00 P. Expanded metal bulkhead, full width to protect

driver and passenger, installed, to meet all state (add) $600.00 $1,350.00 $1,190.00 and federal safety standards, tcargo only)

Q. Extended length (add} $1,885.00 ,--·---···--

R. Floor liner: cargo, sEray-in (add) $995.00 S. Flooring: rear, vinyl covering (add) $295.00 T. 4 x 4 after market (add) $12,895.00 NIA NIA U. GVW, other: (Brad Francis-9600) (Don

(add) $3,320.00 $4,976.00 NIA Chalmcrs-9000} I. Don Chalmers-9500 (add) $6,935.00

11. Don Chalmers-9950 requires raised roof (add) $6,935.00

LL V. Heater: rear _(ad9) ______ J295.00 ____

c,•mwv•·•es• "w ____ '""o'-=,-~""•""'~"-~""'=~ '°'""""~"""-·-·-·~,,~-·~-~-••-'--•-m~-•

w. HVAC racks & bins kit, installed (add) $4,950.00 X. Inverter: flOWer (add) $175.00 Y. additional $50.00 $175.00 $270.00 z. Key, remote (add) $120.00 $295.00 $270.00 AA. Keyless entry keyead (add) $125.00 BB. Ladder rack: single drop down (add) $11240.00 cc. Ladder rack: double dro_e down {add} $1,860.00 $2,750.00 DD. Left hand cargo door {add) NIA NIA $1,160.00 EE. Load area protection packag~_ (add) $525.00 FF. Mileage charge for one way delivery of vehicle to $ per

$2.00 $2.50 $2.00 area[s} other than Santa Fe, NM mile

Page 65: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

64

GSD/PD (Rev. 01/11) State of New Mexico

General Services Department Purchasing Division

Statewide Price Agreement Amendment

Awarded Vendor: 3 Vendors

Telephone No.:

Ship To: All State of New Mexico agencies, commissions, Institutions, political subdivisions and local public bodies allowed by law.

Invoice: As Requested

Title: Automotive Vehicles, Police Pursuits

Price Agreement Number: 70-000-16-00004

Price Agreement Amendment No.: One

Tenn: September 14. 2016-September 13. 2018

Procurement Specialist: Vanessa LeBlanc

Telephone No.: (505) 827-0266

This Price Agreement Amendment is to be attached to the respective Price Agreement and become a part thereof.

In accordance with Price Agreement provisions, and by mutual agreement of all parties, this Price Agreement is extended from September 14, 2017 to September 13, 2018 at the same price, terms and conditions for Vendors (AA) Brad Francis Car Company - Los Lunas, (AB) Brad Francis Motor Company dba Brad Francis Chrysler-Jeep-Dodge-Ram and (AC) Don Chalmers Ford. This Price Agreement was not exte11dedfor vendor (AD) Richardso11 Investme11ts dba Rich Ford Sales.

The provisions of the Price Agreement shall remain in full force and effect, except as modified by this amendment.

Accepted for the State ofNew Mexico

Date: 9/12/2017

Purchasing Division, 1100 St. Francis Drive 87505, PO Box 6850, Santa Fe, NM 87502-6850 (505) 827-0472 VL

Page 66: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

65

GSD/PD (Rev. 3/17/14)

State of New Mexico General Services Department

Statewide Price Agreement

Awarded Vendor 4 Vendors See page 7

Telephone No. __

Ship To: All State of New Mexico agencies, commissions, institutions, political subdivisions and local public bodies allowed by law.

Invoice: As Requested

Title: Automotive Vehicles, Police Pursuits

Term: September 14, 2016 through September 13, 2017

Price Agreement Number: 70-000-16-00004

Payment Terms: Net 10

F.O.B.: Destination

Delivery: 60-120 Days ARO

Procurement Specialist: Iuithy Sanchez~

Telephone No.: (505) 827-0487

This Price Agreement is made subject to the "terms and conditions" shown on the reverse side of this page, and as indicated in this Price Agreement.

Accepted for the State of New Mexico

/

/ Date: 09/ 13/20 I 7

New

Purchasing Division: 1100 St. Francis Drive, Santa Fe, NM 87505; PO Box 6850, Santa Fe, NM 87502 (505) 827-0472

Page 67: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

66

Awarded Vendors:

(AA)0000104961 Brad Francis Car Company -Los Lunas

3 77 Emilio Lopez Rd Los Lunas, NM 87031 Contact: Randy Witt 505-866-3005

[email protected]

(AB )0000 I 09460

Brad Francis Motor Company dba Brad Francis Chrysler­Jeep-Dodge-Ram 357 Emilio Lopez Rd Los Lunas, NM 87031

Contact: Randy Witt 505-866-3005 Randy. [email protected]

(AC)000005154l Don Chalmers Ford 2500 Rio Rancho BL VD Rio Rancho, NM 87124 Contact: Thomas Allen 505-890-2153 [email protected]

(AD) 0000046112 Richardson Investments dba Rich Ford Sales 860 I Lomas BL VD NE

Albuquerque, NM 87110 Contact: Damian H. Lusch Sr.

505-275-4529

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 70-000- l 6-00004

Payment Te1ms: Net 10

FOB: Destination Delivery: 60- 120 Days ARO, Caprice - 120-180 days ARO,

Payment Terms: Net 10 FOB: Destination Delivery: 60-120 Days ARO,

Payment Terms: Net 10 FOB: Destination Delivery: 8-10 weeks ARO subject to FMC,

Payment Te1ms: Net 10 days

FOB: Destination Delivery: 65-75 days ARO Subject to MFG scheduling,

[email protected] or [email protected]

Page-7

Page 68: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

67

EI A:vo•I~ Artlde and DMcrlptlon I 300 Each

Vehicle, four door sedan, all-wheel drive, full slie (Pollce Pursuit rated) Ford Taurus

Base Cost, per unit, FOB Dealer's Place of Business

Net Cost, per unit, FOB Santa Fe, New Me,lco

ake:

Vendor to Ind/cat< a t<ntarlvr final order dati: ________ _

Final order occeptana, date may bf, a cMslduutlon In deltrmlnln<J <1W<Jrd,

MINlMUM 5PECIF1CATIONS:

Air bags: MFG staooard

Air Conditioning: MFG Standard

Alternator: Minimum 220 amp, (high-output altemat0<)

Battery: 12 volt. heavy duty, 750 ca4d cranking amp minimum

Bluetooth/SY!lc

Brakes: MFG staooard

Camera: Rear \/\ew

Consa4emountlng plate: front

Cruise control

Electronics trunk tray

Rich Ford

S26,13B.ooi

$26,138.00!

Taurus P2M AWO Ford

3.5 EcoBoost 15/22-365/350

September 2017

Engjne: Engine offered shall be a v-6 3.5 Eco boost design. Engine must be a minimum d 365 (HP) horsepower/3SO torque

Flooring: Heavy duty vinyl

Fuel capadty, Mallmum available

Glass: Solar tlnted

K"VS and Lero: (A.) The<e sh,,11 be ttvee (3) key:s fa, each w,hJde (with an optlon of ordering additional keys at agencies cost). ( B.) Same key for all locks on each ,ehlcle. (C.) o;rrerent key f"' each vehlde. (D.) Key code shaU be attached to at lean one (ll key

dell-ed wtth the vehicle.

Light,: MUST HAVE DARK CAR FEATURE, dome light wiring to front door switches shall be rendered lnacti,e

locks: Power

Mirrors: MFG staooard lrnlde, heated side lllew,

Radio: MFG Standard

Rear door Interior handles shall be rie,Jgned to be rendered lnOjle<able from the rear passenger compartment by means of childproof locki that Is acttvated from outside the rear passe,,ger compartment. If sudl chlldproaf lods are not available, then the rear door Interior handles shall be re<>de7ed Inoperable by removal of the handle activation md. Handle acUva!lon rods will be

prOY1ded to the purchaser at the time of defrvery.

Reve"e Sensing

Seats: Front bucket seats with steel intru,lon plates - shall be manufacture<'> police vehlde heavy duty doth front oocket ,eats wtth manual lumbar support. deslsned to withstand dally ponce use. ShaU be constructed with heao,y-dlty sprln8' and backrest

supports. Rear shaU be lllny1 seats

Spot light: driver's slde

Steering column: Tllt/tele,coping

Suspension: Independent front and rear

Tires: MFG staooard, black wall, steel wheels with fuli sb.e spare

Transmission: 6 speed (police calil.-ated), with transmission cooler

Wheel Base: Not less than one hundred twelve (112.0) Inches

Wlndows: Power with disable feature

Page 69: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

68

Item 1 Options:

Scull gu.,ds

Seats· 2nd raw cloth

Side marl<er LED -side view Mirrors

Side marker LED lender llghu

Siren/spe:,ker · 100 W,tt (lndudes b<adcet and pigtail)

SpO(nght

Spa( light - LED, each

Spot light - p;wenger side • NOl>-l.EO

SYNC basic- 110ice-a.e!Mted communkatlon sv,,tem

T aU lamp "ghtlng solution

Tall nght housing only

Two-tone RH/LH front doors

A &C pillar

Two-tooe Yinyt- roof (center band only)

Two-tone vtnyt - roof, RD/1.J-l front doors

Two-tone lrinyt paclage n Two-tone vtnyt paclage •2

Two-tone vtnyt package U

Ultlmatt wiring~

Vinyl word wrap -POLICE •non-<eflectlve'

Vinyl word wrap - POUCE •nan-reflective•, white (YI) lettering

Vinyl word wrap - POLICE 'reflective", black l<:IINllll!

Vlnyl word wrap· POLICE •reflect!~. white lettering

Vlnyl word wrap -SHERIFF "non-reflective"

Vinyl word wrap· SHERIFF •non-reflecthie", whll:I! lettering

Warranty five (5) years- One hundred thousand (l(J0,000) miles, bumper to

bumper , ,era (Ol deductible

warranty, factory, five (S) yea,s-Seveflty-fiw, thousand (75,000) miles, bumper

to bumpe,, zero (0) deductible

Wheel· 18' painted aluminum

Wheel w,,ers (111" fun face wheel ca,,er)

Windows· rear-wind aw pow,er delete, operable from front drt.,,,- side switches

Add

Add

Add

Add

Add

Delete/deduct

Add

Add

Delet,,

Add

Add

Add

Add

Add

Add

Add

Add

Add

Add

Add

Add

Add

Add

Add

Add

Add

Add

Add

Add

Add

Hlch Ford

$78.00

$157.00

$662.00

$.130.00

$371.00

$145.00

$425.00

$265.00

$165.00

$486.00

$167.00

$560.00

$350.00

$450.00

$700.00

$995.00

$995.00

$795.00

$640.00

$825.00

$825.00

$825.oo·

$825.00

$825.00

$825.00

$2,345.00

$1,905.00

$53S.OO

$97.00

$58.00

Ust below all the different up-flt pacbgeJ provided by your company, be agency specific for ma1ked and unm.irked police vehlcles:

Patrol Interceptor w/radlo & 111dar Add $1406S.OO Patrol Stick Top w/radlo & radar Add $12,545.00

lntercq,tot sedan· unmarked, no radio or radar Add $6,675.00

Page 70: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

69

Item Approx

Qty Unit

100 Each

Article and De.,crlptlon

Vehicle, Four Door Ul\llt\f, All Wheel Drive (Police Pursuit Rated) ford hplorer

Base Cost, per unit, FOB Dealer's Place of Buslru,,s

Net Cost per unit, FOB Santa Fe, New Mexico

!Model:

rake:

MPC · HP/Torque Engine

Vendor to Indicate a rentatlwi final order date: ____ _

Fina/ ordtr occepwnre date may be a conslderaNon In derermlnt, award.

MINIMUM SPECIFICATIONS:

Air ball'

Rich ford

$29,787.ool

$29.787.00!

Explorer Utility Pollc.e 1(8A

FOfd

3.5L V·6 EcoBoost

15/20· 365/350

September 2017

Alt Conditioning: factory equipped with an air condltloolns unit capable of cooling the passena,,r compartment wt.le not taxing the engine cooling system, with a front and rear air condltionlnB unit. Integrated with the heater/defroste, unit.

Alternator: minimum 210 amp, (hlgh-<iutput alternator).

Battery: 12 volt, heavy duty, 750 cold cranking amp minimum.

Brak~: a<1tilock brakes

Bluetooth/Sync

Engine: shall be a v-6; 3.5 liter, Eco boost design with 365 (HP) horsepow..-.

Fuel rapacity: Maximum available

ll(!hts: MUST HAl/t DARK CAR FEAT\JRE, dome light wiring to front door switches shall be rendered Inactive

Mirrors: MFG standard with heated side view mirrors

Radio: MFG standard

Reat console plate

Reyerse sauJng

Seat>: front bucket seats - shall be manufacturer's pollc.e vehicle lle.!vy duty cloth front bucbt seats with manual lumbar

support. deilgned to withstand dally police use. Shall be coristructed with he11vy-<luty springs and backrest supports. Rear shall be vinyl seat> and vinyl flooring.

Shod< At>.orbers: heavy duty dooble actloo lVP•, front and rear, valves to give the vehicle maxJmum road ablllfy when operating over rough roads and du,lng cornering at high speeds.

Spotlight: drlver'sslde

Wheel Base: oot less than one hundred twelve (111.0} Inches.

Wheels: olghteen (111) lnche<, rim to be of heavier gauge metal than used In standard producUon, hub co- shall be deslgne;l to

remain tightly attached to the wheel during hl1h speed police pUl">ult service.

Item i Optkms:

Aux •Ir C011ditloning, rear Deduct $420.00

Badge (police lnterc.eptor badge only) Add Std

Badge delete 'Police Intercept()(" or 'Special Service Pollce" badge only Add No Ch•rge

Balllstlc door·pa<1els -driver & panenger front doors:

Level Ill Add $3,620.00

Levellv+ Add $5,195.00

Balllstk door-pill\els - d<hret front door only:

Level 111 A.dd S1,so6.oo

Add $2,794.00

Page 71: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

70

Item 2 Options: Rlth ford

Blind spot monltOflns Add $625.00

BUS· bMnd spot monitoring with cross·trafflt alert Add $625.00

Bluetooth/SYNC basic Deduct $165.00

Cargo storage vault Add $49S.OO

Cargo storage vault {Includes lockable only) Add $495.00

Cargo wiring upfit patkage Add $1,495.00

Daytime runnins lamps Add $89.00

Eco boo>t en&Jne Deduct $1,865.00

Eco boast engloe, 3.7 V6 Deduct SJ..86S.OO

Engine block heater Add $130.00

Enhance<l PTU cooler. w/EcoBoort cn;ilne only Add $3,079.00

Fleet keyed alike Add

Floor w,,erl1111 · 1st and 2nd raw carpet Add

Floor covering· 1st and 2nd raw carpet (Includes floor mau, !Joni and rear) Add $225.00

Floor rover1"8 • Carpe~ng Add $225.00

Forvmd potket Indicator light Add $707.00

Front console plate Delete/deduct No Charge

Front headlamp· police Interceptor housing only Add $220.00

Front headlamp Ughtlng solution Add $950.00

Front wamlng auxiliary lights (requires pre-wiring for the griU) Add $625.00

Hldder,door-lock plungerw/rear-door handes Inoperable Add $253.00

Hidden door·loclt plunger w/rear·door handles operable Add $232.00

In te<1or upgrade package Add $475.00

labor rate per hour (for added op~ons on dealer stock 11ehlcles) ($ Per Hour) $95.00

Lamps - auto head Add $198.00

Loclcable gas cap Add $38.00

Locbble gas cap for easy fuel capless fue~filler Add $38.00

Mirrors - heated side view Delete/deduct $25.00

My Speed Fleet Management Add $160.00

Noise suppression ground straps Add $195.00

Pe,fmeter anlJ-theft al arm (requires remote kei,less eotry) Add $320.00

Polke Inter!"' upgrade package Add $475.00

Police wire harness connector kit - front Add $197.00

Police wire harness connector kit - rear Add

Pre-wlr1"8 lor grille LED hf!hts, siren and speake, Add $150.00

Pru cooler - power transfer unit (late avallab!Mty) Add $3,079.00

Ready fot the Road package - alHn complete paooge Add $4,245.00

Rear console plate Delete/deduct $20.00

Rear fighting solution Add $643.00

Rear-door handles lnopetable/lod,; looper..ble Add $64.00

Rear·door handles Inoperable/loch operable Add $64.00

Remappable (4) switches on steertnii wheel (less SYNC) Add $250.00

Remappable (4) switches on steert_n..;.g_w_h_e_el-'(-req..;...;.u_1r_ .. _s_Y_N_C.;..) ___________ Ad_d __________ s2_so_.oo_

Remotie kevless - entry kev fob Add $355.00

Reverse sensing _________________ Oel_e.:.t.:.e:.,/_dedu_ct ________ Sl55.00

Sruff gUards Add $106.00-

Seats· 2nd row doth Add $1SB.OO

Slde marker LEO- side view Mirrors Add $376.00

Page 72: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

71

Item 2 Option<:

Sid• marker LEO Rear quarter glau mari\er ll/lhl>

Slre11/!peaker • lOO Watt (Include, bracket and plgt•II)

Ultimate wtrins: pacuge

ll!nylword wrap-POllCE "non•reflectivi,•

Vinyl wo,d wrap-POLICf •no11-reflect1v,,•, white ('fZ) letteruig

Vinyl """d wrap-POLICE ·reflective", bla<k letterlns

Vlnyl wa-d wrap· POLICE •reller:tlve', white lettering

1/lnyl wa-d wrap-SHERlFf 'n01>-r.ffectl\/e"

Vinyl """d wrap· SHERIFF 'non-fellectl11e', white lettetlng

War=ty llve (SI year,i - One hundred ttiousand {100,000) mWes, mol<>r and drive train. zero (0) deductible

Warranty, factory, five (S) yun-Seventy·Rve thouund (75,000) mHe,, bumper to bumper, 1ero (0) deducdble

Wheel, 18" painted alumln11m

Wheel cov,:n (1.8' full face wheel co..,,)

Wlndo"'3 • rear-window power delete, ope,able from front drlvu side •wltche:s

Ustbelow a,11 the different up-flt package, provided byyo;,,r company, be agency specific for mari<ed and unmarked poUce vehlde,:

Utl!lty unmarked, no radio Of radar

Patrol Udllty Slid. Top, w/radlo & radar

Rkh Ford

A.dd

Add $3BS.OO

Oelete/dedu<1

Add

Add

Add

Add

Add

Add $450.00

Add $492.00

Add

Add

Add

Add

Add $724.00

Add $95S.OO

Add $955.00

Add $955.00

Add $955.00

Add $955.00

Add $955.00

Add $2,345.00

Add $1,905.00

Add $S35.00

Add $97.00

Add $58.00

$14,535.00

Add

Page 73: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

72

Hem Appro•

Qty Unit Artltle and De,alptlon

UtUlty vehlcli>. lulkln!, 4 door, 4 x 4 lk!K fuel, E-85

Base Crut, per unit, F08 Dealer's Place ot Business

Net Cos~ p.er unit, FOi! 5.n~ Fe, New Mexico

Minimum Specllltatlom:

Alf bags: Dual

Air coodltloner: Factory lmtalled front and rear

Me: Fact()()' standard

Me: Front dlsconnect front axle with heavy-dufy transfer case at>d fact()()' itd. Skld plates

Bluetooth/hand,free

Brakes: Powe,, 4 wheel anti-lock

Col()(: Factory standard to be determined by ordering •l!eflCY

Ooors; Power locks

Fudtanks; Maldmum fuel capadtyavaUable

Glau: Factory st•ndatd tint all around

Gron vehicle welj!ht radng: 6,8.00pound,

Hasepower: 355Torque: 335

Keys: 3 !gnldon keys

Mirrors: Ounlde•rlght/left below eve level. lmlde·ooo·glare day/night

Polloe/Spedal Service package

Radio: MFG Standard

Rubber floor

Seats: Cloth, for approldmateiy 5 to 6 pa.11engers

Ste,e,-lna; Power, !lit whed/crulse control

Tlrn: f1elo,y standard or,-olf-ro.d r.dlais, Jvlhlze ,pare tire/wheel lnduded

Top: full cover, so!Jd construction

Transm!s.slan: Hu.,,..duty,automatlc

\Nlndshleld wipers, 2 speed lntennltt<'nt with washer

Whttl base: 116 lr,chti

SPOT LIGHT NOT !NUUDED IN MINIMUM SPlC!flCATION

Item 8 Options:

2 wheel drive In Ueu of 4 x4 (atl~""'o" tires) (no skid plates)

eack-up camera

Carp•t (Rich FonJ • Upgrad,,d trim lev,all

CD pl3yer

Color othe< th•n factory standard prod<Jdton

(deduct)

(add)

(add)

(add)

Brad Francis c:i,

Tahoe

Chevrolet 5.3 Uler

16/22 - 355/383

Brad Francis Qr

$1,550.00

Std.

$150.00

$190.00

Std.

$57S.OO

$160.00

Brad !rands Motor

OVraogoSSV

Dodge

5.7 Uter

1~/22 - 360/390

8rad Francis Motor

$800.00

N/A

N/A

Std.

$495.00

Std.

Rich ford

Exped/tlon 4x4 Xl S.SV UIG

FOfd

3.S l EtoBoo<t

15/20 • 365/420

Rich ford

$1,078.00

Std.

$1,lSll.OO

$815.00

$3,230.00

Std.

No Bid

Std.

$4,092.00

$195.00

$225.00

Page 74: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

73

Brad Francis air

Item 8 Opllons:

Limited slip rear differential (add) N/A

Lod<lng dlflcrenUal (add) Std.

MIieage dtarge for one (1) way delivery of unit to area(,) other than Santa Fie, S per mile $2.00 NPu.t MPYlm Police partition (add) $950.00

PollCl!wlrln« harness (add) $850.00

Pc,w.,r Windows (add) Std.

Roof width 111:ht bar with 10 LED's: code 3 or federal signal (add) $1,525.00

Roof width ijght bar wtth 16 LED's: code 3 or federal signal (add) $1,700.00

Running boards (add) Std.

Spotlight, 6 inch (each) (acid} $490.00

Spotllgh~ LED 6 inch (each) (add) $175.00

Third seat (add) N/A

Trailer towlllf! and re<eMer hitch less ball mount, heavy duty (Rldl Ford - Inc!. 4 g. Std. 7 pin conm HD transmission cooler, HD radiator, brake control) (add)

Two tone factory paint (Add) $875.00

Two tone .tn-,1 package #1 (Rich ford· Center band rool &4 doon) (add)

$350.00

Two-tone vinyl package 12 (Rldl Ford· Center band roof & hood) (add)

$575.00

Two tone vln.,I padcage n (Rkh Ford· Center band rool & (rnnt doon) (add)

$825.00

Two-tone vinyl - roof, two-tone vlnvt RD/LH front door, (Rkh Ford • Add A & C $575.00 plllan) (add)

Vinyl seau (deduct) No O.arge

Vinyl wrap (Rich fotd • State Police• roof, A & C Pillars) (add)

Vinyl wMl wrap - POLICE "non-reflective", white (VZ) lettering (add) $325.00

Vinyl word wnp - POLICE "rellectJtt", black lettering (add) $475.00

Vinyl word~ SHERIFF "non-reflective", wNte lettenng (acid) $325.00

Vinyl word wr~·POUCE "rellectlve·, white lettering (acid) $475.00

Warranty, factory, 5 year - 75,000 miles bumper to bumper, zero deductible (add)

$3,300.00

Warranty, factory, 5 vs,ar -100,000 mile, motor and drive train. ze,o deductible (add)

Std.

Wheel locks !Installed~ custornerj !add) $70.00 Winch, 8,000 lbs. Capacity driven electric winch, 5/16" cable, hoolc and guide

(add) $2,025.00

Window tint, darker than MFG standard (add) $420.00

list below all the different up flt pack.ages provided by your company, be agency spedfk for marked and unmarked polke

vehicles:

State Police Swat Equipment Package _9.!Y of Roswd Equipment ~ckage

State Police Patrol EquiJ>m?it Pacl<age Polle• Equipment Packas• #1 (Ugt,tbar) Police Equipment Package #2 (Ughtbar)

Police Equipment Pickage #3 (Uglrtbar) Police Equipment Packag• 11-4 (Slick ToP)

Police Equipment Package •s !Slick TOjl) Police Equlpm•nt Package 16 (Slick loP) Patrol Marked w/radlo & radar

Patrol Slide top w/radlo & radar

Unmarked. no radlo or radar

(Add) (Add) (Add) (Add) (Addl !Add) (Add) Add

(Add) (Add)

(Add) (Addl

$12,075.00 $8,450.00

$23,225.00 ss 450.00 $8,856.00

$17,684.00

$4,699.00 $8 llS.DO

$16,825.00

Brad Francis Motor Rich Ford

N/A Inc.

N/A No81d

$2.00 $2.00

$1,400.00 $1,150.00

$875.00 $900.00

Std. Std.

$1,525.00 $1,995.00

$1,700.00 $2,450.00

S1,soo.oo $795.00

$495.00 $495,00

$645.00 $598.00

N/A $1,075.00

$695.00 $725.00

N/A No Bid

$450.00 $1,175.00

$675.00 $900.00

$825.00 $900.00

$675.00 $1,025.00

N/A No Bid

$995.00

$425.00 $900.00

$575.00 $900.00

$425.00 $900.00

$575.00 $900.00

NIA $1,985.00

Std. $1,460.00

$70.00 $100,00

N/A $2,600.00

$175.00 $395.00

$10,526.00 $6,866.00 $8,362.00

$13,879.00 $6,050.00 $7,621.00

$13,060.00 $14,435.00 $13,475.00

$6,450.00

Page 75: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

74

GSD/PD (Rev, 3/!7/14)

State of New Mexico General Services Department

Statewide Price Agreement

Awarded Vendor 4 Vendors - See Page 7

Telephone No.

Ship To: All State of New Mexico agencies, commissions, institutions, political subdivisions and local public bodies allowed by law.

Invoice: As Req nested

Price Agreement Number: 80-000-17-00024

Payment Terms: See Page 7

F.O.B.: Destination

Delive1y: See Page 7

Procurement Specialist: Vanessa LeBlanc

Telephone No.: (505) 827-0266

Title: Ford Automobile Vehicles - Cars, Trucks & Utility Vehicles

Tenn: January 31, 2018- January 30, 2019

This Plice Agreement is made subject to the "terms and conditions" shown on the reverse side of this page, and as indicated in this Price Agreement.

Accepted for the State of New Mexico

A . I ""T\ ,. '------ I / I r' j' ·-.. .'.· / .. -----~ /

, ( ... ~ ~ e- £,.,,, ;rl: exico State Pu; asing Agent/'

Date: l /30/2018

Purchasing Division: 1100 St. Francis Drive, Santa Fe, NM 87505; PO Box 6850, Santa Fe, NM 87502 (505) 827-0472

Page 76: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

75

Awarded Vendors:

(AA) 0000049896 Bob Turner Ford Country dba Power Ford 1101 Montano NE Albuquerque, NM 87107 (505) 766-6600

(AB) 0000104961

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 80-000-17-00024

Payment Terms: Net 10 days Delivery: 90 to 120 days

Brad Francis Ford Company, Los Lunas LLC dba Brad Francis Ford

Payment Terms: Net l O days Deliveiy: 60 - 120 days Approx.

499 Emilio Lopez Rd Los Lunas, NM 87031 (505) 866-3180

(AC) 0000051541 Don Chalmers Ford 2500 Rio Rancho Blvd. Rio Rancho, NM 87124 (505) 890-2153

(AD) 0000046112 Richardson Investments dba Rich Ford Sales 860 I Lomas Blvd. NE PO Box 3487 - 87190 Albuquerque, NM 87112 (505) 292-0000

Payment Terms: Net IO days Delivery: 8 - 12 weeks ARO (subject to Ford Scheduling)

Payment Term: Net IO days Delivery: Subject to Manufacturer's Scheduling 70 - 90 days

Page-7

Page 77: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

76

Item Unit

~----···-004 I Each

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 80-000-17-00024

Article and Description

.-..--·----···--·---···· Expedition Utility vehicle, full-size, 4 door, 4 x (AA) 4, Special Service Power Ford

Base Cost, per unit, FOB Dealer's Place of $36,075

Business I Net Cost, per unit, FOB Santa Fe, New Mexico $36,075

(AA) Power Ford

'"' ... µ---~----*---··-Model: Exoedition Final Order: Make: Ford 8/2/18 Engine: 3.5 V6 Ecoboost

! HP: 375 I Torque: 470

ITEM 004 MINIMUM SPECIFICATIONS: Air bags: Dual

Pa e-J I Unit Price

(AB) (AD) Brad Francis Rich Ford

Ford Sales

$35,828 $36,002

$35,828 $36,002

··--·---(AD)

Rich Ford Sales

Expedition VIG

Air Conditioning: factory equipped with front AND rear air conditioning that is integrated with the heater/defroster unit. Axle: Front disconnect front axle with heavy-duty transfer case and factmy std. Skid plates SYNC Brakes: Power, 4 wheel anti-lock Color: Factory standard to be determined by ordering agency Doors: Power locks Fuel tanks: Maximum fuel capacity available Glass: Factory standard tint all around Minimum gross vehicle weight rating: 6,800 pounds Horsepower: 375 Torque: 470 Keys: 3 Ignition keys Mirrors: Outside-right/left below eye level. Inside-one-glare day/night Police/Special Service package Radio: MFG Standard Rubber floor Seats: Cloth, for approximately 5 to 6 passengers Steering: Power, tilt wheel/cruise control Tires: Factory standard on-off-road radials, full-size spare tire/wheel included Top: Full cover, solid construction Transmission: Heavy-duty, LO-speed automatic Windshield wipers: 2 speed intermittent with washer Wheel base: l 16 inches SPOT LIGHT NOT JNCLUDED IN MINIMUM SPECIFICATION

ITEM 004 CONTINUED ON NEXT PAGE

Page 78: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

77

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 80-000-17-00024

ITEM 004 OPTIONS· (AA)

Power Ford

" "

2 wheel drive in lieu of 4 x 4 (all-season tires) (no skid Deduct $1,500 plates)

Bluetooth/Hands Free Deduct NA Carno bulkhead screen.behind driver Add $1,050 i bulkhead screen second seat Add $1.050

Add

E a.z::er .. Add Inc other th1111facton: standard production Add $2,100 control Deduct NA

Floor mats Add $225 '

dditional Add $325 Limited slip rear differential Add Inc Locking differential Add Inc Mileage charge for one (1) way delivery of unit to

' Add $2.75 area(s) other than Santa Fe, New Mexico Police Lightinl! Marked Add $8,600 Police Lighting Unmarked Arlii $8,600

~partition Add $1,895 wiring hamess Add $795

Power Windows Add Inc Roof width light bar with JO LED's: code 3 or federal

Add $1,950 siimal Roofwidtl1 light bar with 16 LED's: code 3 or federal

Add $2,100 sinnal RunninR boards Add $495 Spotli2:ht, 6 inch ( each) Add $695 Sootlight LED 6 inch (each) Add $795 Third seat

Add $925

Trailer towing and receiver hitch less ball mount, heavy Add $1,625

dutv Two tone factory paint ! Add s2.100 Two tone vinyl package # I

Add $950

Two-tone vinyl package #2 Add $950

Two tone vinyl package #3 Add $950

Two-tone vinyl - roof, two-tone vinyl RD/LH front I Add $950 doors Vinvl seats Deduct $50

I Vinvl wrap Add $950

Page·32

(AB) (AD) Brad Francis Rich Ford

Ford Sales ·----·---$1,500 $1,868

STD $1,000 $525 $810 $450

$8,725 STD STD ---.--~--$775 STD $400 $150 $300 $250 Inc Inc.

NIA

$2,00 per mile $2.00 I mile

$18 560 $9,280 $1,300 l $875 $850 $675 ....... ~-STD Inc. $:=t $1,895

$2,250 $2,450

$450 $505 $500 $550

Rulb$Ll $650 Foldi

$915 $1,00

$1, $1,395

Roof+ 4 Doors $1,795

Roof+ Hood $900

Roof, Hood, Doors $1,920

i $1,000

NC $950

Page 79: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

78

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 80~000-17-00024

ITEM 004 OPTIONS:

I Vinyl word wrap - POUCE "non-reflective", white (YZ) lettering

Add

Vinyl word wrap - POUCE "reflective", black Add

lettering Vinyl word wrap- SHERIFF "non-reflective", white

Add lettering ___

-Vinyl word wrap-POLICE "reflective", white lettering Add Warranty, factory, 5 year - 75,000 miles bumper to

Add bumper, zero deductible Warranty, factory, 5 year - I 00,000 mile, motor and

Add drive train, zero deductible Wheel locks (installed by customer) Add Winch, 8,000 lbs. Capacity driven electric winch, 5/16"

Add cable, hook and guide Window tint, darker than MFG standard Add Mileage charge for one (1) way delivery of unit to

Add area(s) other than Santa Fe or Albuciuerque, NM

List below all the different up fit packages provided by your company, be agency specific for marked and unmarked police vehicles:

Package #1 Add Package #2 Add Package #3 Add Package #4 Add Package #5 Add Packaize #6 Add Package #7 Add

I K-9 Package -··--,--· ,,,

Add

SWAT Package/Bomb Team Add

Patrol Marked # I Add

Patrol Marked #2 Add

Patrol Marked #3 Add

Stealth Unmarked Add

junmarked Add

Administrative Add

Premium Patrol Add

PAA) er Ford

I $950

$950

$950

$950

$1,995

I $1,795

$295

$2,795

$425

$2.75

(AA) Power Ford

$5,300 $11,200 $16,900 $22,000 $26,100 $31,000 $37,200

-

I I I

Page-33

I ~ ··- -Fl (AB) (AD)

Brncl Francis Rich Ford j Ford Sales

l $795

$795

$795 ··-

$795

$2,120 $1,870

STD $2,385

$75 $125

$2,000 $2,250

$420 $450

$2.00 per mile $2.00 / mile

(AB) Brad Francis

Ford $35,295

$29,225

$25,325

$21,005 $15,850

$10,880

I $5,375

$3,120

$26,275

Page 80: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

79

State of New Mexico General Services Depar1ment

Purchasing Division Price Agreement#; 80-000-17#00024

ITEM 004: List below all the different up fit packages provided by your company, be agency specific for marked and unmarked police vehicles:

Patrol with Radar, Camera & Radio Add

I Undercover Add

Extended Length - Max - 2WD Deduct

tended Length - Max - 4 WD d

Upgraded Trim XLT Add

Reverse Sensing Add

! 2nd Row Clod1 Add

Fleet Convenience Package Add

Rear Partition Add

Off Road Tires Add

~"". Outlet Add ---~·"w Plastic Seat with Belts Add

1 Gun Rack with Locks Add

All Weather Mats Add

Light Controller Add "

Siren System Add

Remote Start Add

Console Add

Windshield Lightbar Add

Perimeter Package Lights Add

Grille Lights Add

uter Mount Add

Alarm Add

Nerf Bars Add

Graphics Package# l Add

Graphics Package #2 Add

Graphics Package #3 Add

Paint Package # I Add

Paint Package #2 Add

Paint Package #3 Add

Vault - 2 drawer Add

Vault - Single drawer Add

Roof Lightbar

~ Push Bumper

Grille Guard d

Page-34

I (AB) Brad Francis

Ford $17,600

$4,260 $200

$3,000 = $8,725 $370 $120 $370 $615 $950 $270

$1,700 $580 $350 $750

$1,010 $450

$1,120 $1,350 $2,345 $400 $650

$800 $500 $650

$1,200

$1,200 $1,550

$2,100 $5,400 $2,750 $2,120

$700 I $1,250

Page 81: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

80

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 80-000-17-00024

ITEM 004: List below all the different up fit packages provided by your company, be agency specific for marked and unmarked police vehicles:

Winch (requires Grille Guard) Add I Traffic Controller Add I

Undercover unit Add Entry Level Patro 1 or Slick Top Add Full Function Midlevel Patrol Add Full Function Mid to Premium w/ Radio, CSM Radar, &

Add Camera Full Function Premium w/ Radio & Radar - Customer

Add Supplied Camera Install

SEE NEXT PAGE FOR ITEM 005

Page-35

(AB) Brad Francis

Ford $850

$650

(AD) Rieb Ford

Sales $3,260 $6,850

$10,889

$16,600

$25,255

Page 82: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

81

State of New Mexico General Services Department

Purchasing Division

Statewide Price Agreement Amendment

GSD/PD (Rev 01/11)

Awarded Vendor 0000013468

Price Agreement Number: 70-000-16-00014A,J

Motorola Solutions, Inc. 7237 Church Ranch Road Blvd, Suite 406 Westminister, CO 80021

Attn: Manny Barreras Telephone No. (505) 850-8 I 94

Ship To: All State of New Mexico agencies, commissious, institutions, political subdivisions and local public bodies allowed by law.

Invoice: As Requested

Price Agreement Amendment No.: Five

Term: November 04, 2016 - November 04, 2018

Procurement Specialist: Debra Saiz

Telephone No.: (505) 827-052 l

Title: Communications, Radio Equipment, Parts, Accessories and Rdated Services

This Pl'ice Agreement Amendment is to be attached to the respective Price Agreement and become a part thereof.

This amendment is issued to reflect the following effective immediately.

Add the attached product category and discount percentage rate.

Extend the Term of the Agreement from November 4, 2017 to November 4, 2018

Except as modified by this amendment, the provisions of the Price Agreement shall remain in full force and effect.

Accepted for the State of New Mexico

Date: 09/29/2017 New·Mexico State Purchasing Agcdt '

NM Stale Purchasing Division, l J()() St. Francis Drive 875()5. PO Box 685(), San/a Fe. NM 875()2-685() (5()5) 827-()472

DS

Page 83: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

82

No. Manufacturer

I Mowrola

2 Motorola

3 Motorola

4 Motorola

5 Motorola

6 Motorola

7 Motorola

8 Motorola

9 Motorola

10 Mororola

11 Motorola

12 Motorola

13 Motorola

14 Motorola

15 Motorola

16 Motorola

17 Motorola

18 Motorola

19 I Motorola

20 I Motorola

State of New Mexico

General Services Department

Purchasing Division

NM State Contract 70-000-16-000 l 4

Product Category APC Item Short Descriotion Tower and Antenna 003 Service Tower, Antenna, Site, HV AC,

Generator, Building, Tower Climb, UPS

Radio Suppo1i 206 Service Local Radio Support

Asset Management 219 Service Inventory, Configuration

NICE, Plant, Patch Management 231 Service Nice Packages and Network

Admin Services 393 Service Contract Admin

Radio Repair 460 Service Radio Repair Services FTC

Paging Repair 560 Service Paging Repair - Depot

Infrastructure 688 Service Software Install

On • Off Site Penetration 599 Service On- Off Site Pentration Testing

Radio Rental 787 Service Radio Rental Service

Warranty Wrap 773 Service Warranty

Radio Repair 948 Service Priority, Preventive, Local Dispatch

I nsta I la ti on 209 Service Install Portable, Mobile, Antenna Audit, Equipment Move and Remove, Infrastructure, Programming, Tower Inspection, Techincal Assistance, Site lntegeration, Interference

Asset Management 219 Service Asset Management

Network Preventive I 769 Service Network Preventive Maintenance

Antenna Audit I 390 I Service I Antenna Audits

Distribution Antenna System I I Infrastructure I Bi-Directional (BOA) (DAS) 183 Towers I 262 ! Infrasrructure I Towers

Shelters and HVAC I 329 I infrastructure I Shelters and HVAC

Generators and UPS I 207 I Infrastructure I Generators ilnd UPS

Discou11! -0%

0% ' 0% 0%

0%

0%

0%

0%

0%

0%

0%

0%

0%

0%

0%

I 0%

10%

10% 10%

10%

Page 84: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

83

State of New Mexico General Sci-vices Department

Purchasing Division

Statewide Price Agreement Amendment

GSD/PD (Rev. 01/11)

Awarded Vendor 0000013468

Price Agreement Number: 70-000-16-00014/\.J

Motorola Solutions, Inc. 7237 Church Ranch Road Blvd, Suite 406 Westminister, CO 80021

Attn: Manny Barreras Telephone No. (505) 850-8194

Ship To: All State of New Mexico agencies, commissions, institutions, political subdivisions and local public bodies allowed by law.

Invoice: As Requested

Price Agreement Amendment No.: Four

Tenn: November 041 2016 -November 04, 2017

Procurement Specialist: Debra Sai1.

I Telephone No.: (505) 827-0521

Title: Communications, Radio Equipment, Parts, Accessories and Related Services

This Price Agreement Amendment is to be attached to the 1·espective Price Agreement and become a pa rt thereof.

This amendment is issued to reflect the following effective immediately.

Add the attached product category and discount percentage rnte.

Except as modified by this amendment, the provisions of the Price Agree111t:11t shall remain in full force and effect.

Accepted for the State of New Mexico

Date: 09/ I 8/20 1 7 Purchilsing Agent

Purclrnsing Divbion. 1100 St. r:rnncis Drive 87505, PO Box 6850, Santa Fe. NM 87502-6850 (505) 827-0472

DS

Page 85: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

84

No.

State of New Mexico General Services Department

Purchasing Division

NM State Contract 70-000-16-00014

Manufacturer Product Cate •or · APC Item

Motorola Distribution Antenna System (DAS) I SJ Infrastructure

Short Descri tion Discount

Bi-Directional (BDA) 10%

Page 86: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

85

State of New Mexico General Services Department

Purchasing Division

Statewide Price Agreement Amendment

GSD/PD (Kev. 01111)

Awarded Vendor 0000013468

Price /\greement Number: 70-000-16-00014AJ

Motorola Solutions, Inc. 7237 Church Ranch Road Blvd, Suite 406 Wcstministcr, CO 80021

Attn: Manny Barreras Te!ephonc No. (505) 850-8194

Ship To: All State of New Mexico agencies, commissions, institutions, political subdivisions and local public bodies allowed by law.

,-------------- - .. ---·-······· ·------Invoice: As Requested

Price /\greement Amendment No.: Three

Tenn: November 04, 2016- November 04, 2017

Procurement Specialist: Debra Saiz

Telephone No.: (505) 827-0521

Title: Communications, Radio Equipment, Parts, Accessories and Related Services

This Price Agreement Amendment is to be attached to the respective Price Agreement and become a part thereof.

This amendment is issued to reflect lhe following effective immediately.

Acid the following paragraph to page 8, Supplemental Terms and Conditions: Contractor Requirement: The Contractor reserves the right to negotiate additional terms and conditions for any purchase made under the Price Agreement resulting from Invitation To Bid Number: 70-000-16-00014; and The Contractor is under no obligations to sell the equipment if the parties arc unable to mutually agree on the terms and conditions.

Except as modified by this amendment, the provisions of the Price Agreement shall remain in full force and effect.

Accepted for the State of New Mexico

Dale: 04/05/20 I 7

Purchasing Division, 1100 SL Francis Drive 87505. PO Box 6850, Sunttt Fe, NM 87502-6850 (505) 827-0472

DS

Page 87: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

86

State of New Mexico General Services Department

Purchasing Division

Statewide Price Agreement Amendment

GSD/PD ( Rev. 0 I/ 11)

Awarded Vendor 0000013468

Price Agreement Number: 70-000-16-00014AJ

Motornla Solutions, Inc. 7237 Church Ranch Road Blvd, Suite 406 Westminister, CO 80021

Attn: Manny Barreras Telephone No. (505) 850-8194

Ship To: All State of New Mexico agencies, commissions, institutions, political subdivisions and local public bodies allowed by law.

Invoice: As Requested

Price Agreement Amendment No.: Two

Term: November 041 2016 - November 041 2017

Procurement Specialist: Debra Saiz

Telephone No.: (505) 827-0521

Title: Communications, Radio Equipment, Parts, Accessories and Related Services

This Price Agreement Amendment is to be attached to the respective Price Agreement and become a part thereof.

This amendment is issued to reflect the following effective immediately.

• Page 19 adding Communications Software, Warranties and Related Services.

Except as modified by this amendment, the provisions of the Price Agreement shall remain in full force and effect.

Accepted for the State of New Mexico

New Mt:xico 5-~ate Purchasing Agent

/_' I. ~

Purchasing Division, 1100 St. Francis Drive 87505. PO Box 6850, Santa Fe, NM 87502-(1850 (505) 827-0~72

OS

Date: I l /15/20 J 6

Page 88: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

87

State of New Mexico General Services Department

Pmchasing Division Statewide Price Agreement 70-000-16-00014:

No. Manufacturer Product Category APC Item Short Description

1 Motorola Si Project Management 208 Service SI Project Management

2 Motorola SI Customer Training 286 Service ASTRO SI Training

3 Motorola Warranty Wrap 290 Service Local Operating Support Services

4 Motorola Records Management Software 297 Software Records License

5 Motorola SI Site Design 306 Service SI Site Design

6 Motorola Corrections Management SW 330 Software CAO License

7 Motorola Premier CAD SW 333 Software CAD License

8 Motorola System Management 390 Service Field Services

9 Motorola SI PassthroughUGH ET&S 427 Service Si Passthrough UGH ET&S

198 Motorola Records Management Software 608 Software PSA

10 Motorola System Integration 670 Service System Integration

11 Motorola Premier CAD Maintenance 702 Software PSA

12 Motorola Mobile App Maintenance 850 Software PSA

13 Motorola Mobile Applications Software 879 Software PSA

14 Motorola PSA HW/SW 020 Software PSA

15 Motorola Records Mgmt Maintenance 050 Warranty Records Maintenance

16 Motorola SI Outsourcing 127 Service SI

17 Motorola SI lnsourclng 128 Service SI

• PSA Public Safety Applications

Page• / 9

Discount

0%

0%

0%

5%

0%

5%

10%

0% 0%

10%

0%

0%

0%

10%

5%

0% 0%

0%

Page 89: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

88

State of New Mexico General Services Department

Purchasing Division

Statewide Price Agreement Amendment

GSD/PD (Rev O 1/11)

Awarded Vendor 0000013468

Price Agreement Number: 70-000-I6-00014AJ

Motorola Solutions, Inc. 7237 Church Ranch Road Blvd, Suite 406 Westminister, CO 80021

Attn: Manny Barreras Telephone No. (505) 850-8194

Ship To: All State of New Mexico agencies, commissions, institutions, political subdivisions and local public bodies allowed by law.

Invoice: As Requested

Price Agreement Amendment No.: One

Term: November 04, 2016- November 04, 2017

Procurement Specialist: De.bra Saiz PS

Telephone No.: (505) 827-0521.

Title: Communications, Radio Equipment, Parts, Accessories and Related Services

This Price Agreement Amendment is to be attached to the respective Price Agreement and become a part thereof.

This amendment is issued to reflect the following effective immediately.

11 Page 9 Contractor Contact Information removing Adrena Carruthers-Adams and adding Larry Mabry

11 Page 18 adding CommandCentral Communications Items and Related Services.

Except as modified by this amendment, the provisions of the Price Agreement shall remain in full force and effect.

Accepted for the State of New Mexico

Date: 11/01/2016 New Mexico Sta,tc Purchasing Agent)

l'urchilsing Division. I JOO Si. Francis Drive 87505, PO flox 6il50. Santa Fe, NM 87502-6850 (505) 827-0472

OS

Page 90: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

89

State ofNew Mexico General Services Department

Purchasing Div is ion Statewide Price Agreement 70-000-16-00014:

Contractor Contact Information:

Dun & Bradstreet Number: 00- J 32-5436 dealer.)

Company Name: Motorol11 Solutions. Inc. Dealer

Address: 500 W. Monroe Street, Chicago. IL 60661 Telephone Number: 847-576-5000 Company URL Link: www.motorolnsolutions.com

Contract Administrator: Name: Manny Barreras Title: NM & El Paso Sr. Account Manager Address (ff dif}erelllfrom Conrpa11y Address):

1409 Cardenas. NE Albuquerque. NM 87110 Telephone Number: 505-850-8194 Email: [email protected]

Signature:

Page 9

(Is your company a manufacturer or an authorized

Please check one. _K_Manufocturer Authorized

Signature:

Additional Contact Information: Name: Lany Mabiy Title: MSSSI Vice President & Director Sales Address (lfdijferent f,'0111 Company At/dress):

7237 Church Ranch Blvd #406

Page 91: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

90

No. Manufacturer

3 Motorola 4 Motorola 5 Motorola 6 Motorola 1 Motorola

16 Motorola 13 Motorola 14 Motorola 11 Motorola 18 Motorola 12 Motorola 9 Motorola

15 Motorola 17 Motorola 19 Motorola 7 Motorola

10 Motorola 2 Motorola

20 Motorola 21 Motorola 22 Motorola 23 Motorola

State of New Mexico General Services Department

Purchasing Division Statewide Price Agreement 70-000-16-00014:

Product Category APC Item

COMMANDCENTRAL ANALYTICS 138 Infrastructure COMMANDCENTRAL PREDICTIVE 138 Infrastructure COMMANDCENTRAL CRIMEREPORTS 138 Infrastructure COMMANDCENTRAL TIP SOFT 138 Infrastructure COMMANDCENTRAL INFORM 149 Infrastructure COMMANDCENTRALDEMS 271 Infrastructure COMMANDCENTRALDEMS 372 lnfrastructtlre COMMANDCENTRALDEMS 453 Infrastructure COMMANDCENTRAL BRIEFCAM & VMS 488 Infrastructure COMMANDCENRALDEMS 607 Infrastructure PROF SERVICES 699 Infrastructure COMMAND CENTRAL AWARE 708 Infrastructure COMMANDCENTRALDEMS 742 Infrastructure COMMANDCENTRALDEMS 742 Infrastructure COMMANDCENTRALDEMS 785 Infrastructure COMMANDCENTRALAWARE 002 Infrastructure COMMANDCENTRALAWARE 002 Infrastructure COMMANDCENTRAL SOCIAL 031 Infrastructure COMMANDCENTRALVAULT 032 Infrastructure AWARE 080 Infrastructure COMMANDCENTRALDEMS 206 Infrastructure COMMANDCENTRALDEMS 209 Infrastructure

Page: /8

Sfiort Description I Discount

CommandCen~ 5% CommandCen 5% Command Central 5% Command Central 5% Command Central 5% Command Central 5% Command Central 5% CommandCentral 5% CommandCentral 0% CommandCentral 5% Command Central 5% CommandCentral 5% Command Central 5% CommandCentral 5% Command Central 5% CommandCentral 5% CommandCentral 5% Command Central 0% CornmandCentral 5% CommandCentral 5% Command Central 5% CommandCentral 5%

Page 92: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

91

GSD/PD (Rev. 3/17/14)

State of New Mexico General Services Department

Statewide Price Agreement

Awarded Contractor 0000013468 Price Agreement Number: 70-000-16-000 I 4AJ

Motorola Solutions, Inc. 7237 Church Ranch Road, Blvd Suite 406 Westminister, CO 80021

Atrn: Adrena Carruthers-Adams at 858-368-3270 Or Manny BaiTeras at 505-850-8194

Ship To: All State of New Mexico agencies, commissions, institutions, political subdivisions and local public bodies allowed by law.

Invoice: As Requested

Payment Terms: Net 30

F.0.8.: Destination

Delivery: Sec Contract

Procurement Specialist: Debra Saiz

Telephone No.: 505-827-0521

Title: Communications, Radio Equipment, Pnrts, Accessories and Related Services

Term: November 04, 2016 to November 04, 2017

This Price Agreement is made subject to the "terms and conditions" shown on the attached pages as indicated in this Price Agreement.

Accepted for the State of New Mexico

Date: 1 I /0412016 New Mexico State Pui·chasing Agent

Purchasing Division: 1100 St. Francis Drive, Santa Fe, NM 87505; PO Box 6850, Sc1nta Fe, NM 87502 (505) 827-0472

Page 93: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

92

Terms and Conditions (Unless otherwise specified)

l. Genernl: When the State Purchasing /\gent or his/her dcsigncc issues a pmchase document in response to the bid, a binding contract is created.

2. V;iriation in Quantity: No variation in the quantity of any item called for by this order will be accepted unless such variation has been caused by conditions of loading, shipping, packing or allowances in manufricluring process and thcn only to the extent, if any, specified in this order.

3. Assignment: a. Neither the order, nor any interest therein, nor any claim thereunder, shall be assigned or transfe1Ted by the Co11tractor, except as set forth in Subparagraph 3 b or as expressly authorized in writing by the State Purchasing Agcnt or his/her designee. No such assignment or transfer shall relieve the Contractor from the obligations and liabilities under this order.

b. Contractor agrees that any and all claims for overcharge resulting from antitrust violations which arc borne by tl1c State as to goods, services, and materials purchased in con11ection with this bid are hereby assigned to the State.

4. State Furnished Property: State furnished property shall be returned to the State upon request in the same condition as received except for ordinary wear, tear and modifications ordered hereunder.

5. Discounts: Prompt payment discounts will not be considered in computing the low bid. Discounts for payment within twenty (20) days wil I be considered after the award of the contract. Discounted time wil I be computed from the date of receipt of the merchandise invoice, whichever is later.

6. Inspection: Final inspection and acceptance will be made al the destination. Supplies rejected at the destination for nonconformance with specifications shall be removed at the Contractor's risk and expense, promptly after notice of rejection.

7. Inspection of Plant: The State Purchasing !\gent or his/her dcsigncc may inspect, at any reasonable time, the part of the Contractor's, or any subcontractor's plant or place of business, which is related to the performance of this contract.

8. Commercial Warranty: The Contractor agrees that the supplies or services furnished under this order shall be covered by the most favorable commercial warranties the Contractor gives for such to any customer for such supplies or services. The rights and remedies provided herein shall extend to the State and are in addition lo and do not limit any rights afforded to the State by any other clause of this order. Contractor agrees not to disclaim warranties of fitness for a particular purpose of merchantability.

9. Taxes: The unit price shall exclude all state taxes.

I 0. Packing, Shipping and Invoicing: a. The State's purchasing document number and the Contracloi''s name, user's name and location shall be shown on each packing and delivery ticket, package, bill of lading and other correspondence in connection with the shipments. The user's count will be accepted by the Contractor as final and conclusive on all shipments not accompanied by a packing ticket.

b. The Contractor's invoice shall be submitted duly certified and shall contain the following information: order number, description of supplies or services, quantities, unit price and extended totals. Separate invoices shall be rendered for each and every complete shipment.

c. Invoices must be submitted to the using agency and NOT the State Purchasing Agent.

11. Default: The State reserves the right to cancel all or any patt of th is order without cost to the Stale, if the Contractor fails to meet the provisions of this order and, except as otherwise provided herein, lo hold the Contractor liable for any excess cost occasioned by the State due lo the Contractor's default. The Contractor shall not be liable fol' any excess costs if failure to perform the order arises out of causes beyond the control and without the fault Oi' negligence of the Contractor, such cat1ses include but are not restricted lo, acts of God or the public enemy, acts of the State or Federal Government, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes. unusually severe weather and defaults of subcontractors due to any of the above, unless the State shall determine that the supplies or services to be

Page 94: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

93

State of New Mexico General Services Department

Purchasing Division Statewide Price Agreement 70-000-16-00014:

Pagc-2 furnished by the subcontractor were obtainable from other sources in sufficient time to permit the Contractor to meet the required delivery scheduled. The rights of the State provided in this paragraph shall not be exclusive and are in addition to any other rights now being provided by law or under this order.

12. Non-Collusion: In signing this bid the Contractor cc1iifics he/she lrns not, either directly or indirectly, entered into action in restraint of free competitive bidding in connection with this offer submitted to the State Purchasing Agent or his/her dcsigncc.

13. Nondiscrimination: Contractor doing business with the State of New Mexico must be in compliance with the Federal Civil Rights J\ct of 1964 and Title Yll of the Act (Rev. 1979) and the Americans with Disabilities Act of 1990 (Public Law l O 1-336).

14. The Procurement Code: Sections l 3-1-28 through 13-1-199 NMSA 197 8, imposes civil and criminal penalties for its violation. In addition the New Mexico criminal statutes impose felony penalties for bribes, gratuities and kickbacks.

15. Items: All bid items are to be NEW and of most current production, unless othe1wise specified.

16. Payment for Purchases: Except as otherwise agreed to: late payment charges may be assessed against the user state agency in the amount and under the conditions set forth in Section 13-1-15 8 NMSA 1978.

17. Workers' Compensation: The Contractor agrees to comply with state laws and rules pertaining to Workers' Compensation benefits for its employees. If the Contractor fails to comply with Workers' Compensation Act and applicable rules when required to do so, this Agreement may be terminated by the contracting agency.

18. Submission of Bid: Bids must be submitted in a sealed envelope with the bid number and opening date clearly indicated on the bottom left hand side of the front of the envelope. Failure to label bid envelope will necessitate the premature opening of the bid in order to identify the bid number.

19. Contractol' Personnel: Personnel proposed in the Contractor's written bid to the Procuring Agency are considered material to any work performed under this Price Agreement. Once a Purchase Order or contract has been executed, no changes of personnel will be made by the Contractor without prior written consent of the Procuring Agency. Replacement of any Contractor personnel, if approved, shall be with personnel of equal ability, experience, and qualifications. The Contractor will be responsible for any expenses incurred in familiarizing the replacement personnel to insure their being productive to the project immediately upon receiving assignments. Approval of replacement personnel shall not be unreasonably withheld. The Procuring Agency shall retain the right to request the removal of any of the Contractor's personnel at any time.

20. Subcontracting: The Contractor shall not subcontract any portion of the Price Agreement without the prior written approval of the Procuring Agency. No such subcontracting shall relieve the Contractor from its obligations and liabilities under this Price Agreement, nor shall any subcontracting obligate payment from the Agency.

21. Records and Audit: The Contractor shall maintain detailed time and expenditure records that indicate the date, time, nature, and cost of services rendered during this Price Agreement's term and effect, and retain them for a period of three (3) years from the date of final payment under this Price Agreement. The records shall be subject to inspection by the Agency, State Purchasing Division, Department of Finance and Administration, and for Information Technology contracts, State Chiefinformation Officer. The Agency shall have the right to audit billings, both before and after payment. Payment for services under this Price Agreement shall not foreclose the right of the Agency to recover excessive or illegal payments.

22. Subco11trncts: The foregoing requirements for Contractor Personnel, Subcontracting, and Audit shall be inse1ied into all subcontracts from the prime contractor to the subcontractor.

Page 95: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

94

State of New Mexico General Services Derartment

Purchasing Division Statewide Price Agreement 70-000-16-00014:

Awards

Poge-3

Detenni11atio11 of Lowest Bidder - Following detem1ination of product acceptability, if any is required, bids will be evaluated to determine which Bidder offers the lowest cost to the State in accordance with the specifications and terms & conditions set forth in the Invitation to Bid. The State Purchasing Agent reserves the right to award this Invitation to Biel in total; by groups of items; on the basis of individual items; any combination of these which could result in a multiple award; or as otherwise specified in bid specifications; whichever, in his/her judgment, best serves the interest of the State of New Mexico.

The New Mexico State Purchasing /\gent or his/her dcsigncc reserves the right to accept and/or reject any and all bids, to waive tcchn ical i!l'cgu larities, and to award to the B icldcr whose bid is deemed to be i 11 the best interest of the State of New Mexico.

Special Notice - To preclude any possible errors and/or misinterpretations, bid prices must be affixed legibly in ink or typewritten. Co1Tcctio11s or changes must be signed or initialed by Bidder prior to the scheduled bid opening; foilure to do so will be just cause for rejection of bid.

New Mexico Employees Health Coverage

A. ff Contractor has, or grows to, six (6) or more employees who work, or who arc expected to work, an average of at least 20 hours per week over a six (6) month period during the term of the contract, Contractor certifies, by signing this agreement, to have in place, and agrees to maintain for the term of the contract, health insurance for its New Mexico Employees and offer that health insurance to its New Mexico Employees if the expected annual value in the aggregate of any and all contracts between Contractor and the State exceeds $250,000 dollars.

B. Contractor agrees to maintain a record of the number of its New Mexico Employees who have (a) accepted health insurance; (b) declined health insurnnce due to other health insurance coverage already in place; or (c) declined health insurance for other reasons. These records arc subject to review and audit by a representative of the state.

C. Contractor agrees to advise all of its New Mexico Employees of the availability of State publicly financed health care coverage programs by providing each of its New Mexico Employees with, as a minimum, the following web site link to additional information: ,,,,,,,.,,,,,,,.,::;,,,;~ .. ,:....:.,"",;,;""'·"·"'"'"'·'·~·='"-' .. ·

D. For purposes of this Paragraph, the following terms have the following meanings:

(l) "New Mexico Employee" means any resident of the State of New Mexico employed by Contractor who performs the majority of the employee's work for Contractor within the State of New Mexico, regardless of the location of Contractor's office or offices; and

(2) "offer" means to make available, without unreasonable restriction, enrollment in one or more health coverage plans and to actively seek and encourage participation in order to achieve the goals of Executive Order 2007-049. This could include State publicly financed public health coverage programs such as Insure New /Vfexico!

Page 96: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

95

State uf New Mexico General Services Dcpanmcnt

Purchasing Division Statewide Price Agreement 70-000-l 6-00014:

New Mexico Pay Equity Initiative Page-,!

Contractor agrees, if it has ten ( I 0) or more New Mexico employees OR eight (8) or more employees in the same job classification, at any time during the term of this contract, to complete and submit the PE 10-249 fonn on the annual anniversa1y of the initial report submittal for contracts up to one ( l) year in duration. If contractor has (250) or more employees, contractor must complete and submit the PE250 form on the annual anniversary of the initial report submittal for contracts that are up to one ( l) year i 11 duration. For contracts that extend beyond one (I) calendar year, or arc extended beyond one ( 1) calendar year, contractor also agrees to complete and submit the PE l 0-249 or PE250 form, whichever is applicable, within thirty (30) days of the annual contract anniversary date of the initial submittal date or, if more than 180 days has elapsed since submittal of the last report, at the completion of the contract, whichever comes first. Should contractor not meet the size requirement for reporting at contract award but subsequently grows such that they meet or exceed the size requirement for reporting, contractor agrees to provide the required report within ninety (90) days of meeting or exceeding the size requirement. That submittal date shall serve as the basis for submittals required thereafter.

Contractor also agrees to levy this requirement 011 any subcontractor(s) performing more than 10% of the dollar value of this contract if said subcontractor(s) meets, or grows to meet, the stated employee size tlu·csholds during the term of the contract. Contractor further agrees that, should one or more subco11tractor not meet the size requirement for reporting at contract award but subsequently grows such that they meet or exceed the size requirement for reporting, contractor will submit the required report, for each such subcontractor, within ninety (90) days of that subcontractor meeting or exceeding the size requirement. Subsequent report submittals, on behalf of each such subcontractor, shall be due on the annual anniversary of the initial report submittal. Contractor shall submit the required form(s) lo the State Purchasing Division ofthe General Services Department, and other departments as may be determined, on behalfofthe applicable subcontrnctor(s) in accordance with the schedule contained in this paragraph. Contractor acknowledges that this subcontractor requirement applies even though contractor itself may not meet the size requirement for reporting and be required to report it self.

Two (2) copies of the Pay Equity Worksheet shall be submitted prior lo Award by the prospective Awarded Contractor.

The PE 10-249 and PE250 works heel is available at the following website: WW.:f I W\\-WJ!pnern i sep iccs5ta tc .nm. us/s~hasjw;L,Pav_ EzJ.ill.!l_.a,'il);i

ST A TE WIDE PRICE AGREEMENT TERMS AND CONDITIONS

Article I - Statement of Work Under the terms and conditions of this P1·ice Agreement all State of New Mexico agencies, commissions, institutions, political subdivisions and local bodies allowed by law may issue orders for items and/or services described herein. The terms and conditions of this Price Agreement sh al I form a part of each order issued hereunder.

The items and/or services to be ordered shall be as listed under Article IX - Price Schedule. All orders issued hereunder will bear both an order number and this Price Agreement number. It is understood that no guarantee or warranty is made or implied by the New Mexico Stale Purchasing Agent, his/her dcsignee or the user that any order for any definite quantity will be issued under this Price Agreement. The Contractor is required to accept the order and furnish the items and/or services in accordance with the articles contained hereunder for the quantity of each order.

Article II - Term The term of this Price Agreement, for issuance of orders, shall be as indicated in the specifications.

Article III- Specifications Items :rnd/or services furnished hereunder shall conform lo the requirements of specifications and/or drawings applicable to items listed under Article JX-Price Schedule. Orders issued against this schedule will show the applicable Price Agreement item(s), numbcr(s), and price(s); however they may not describe the item(s) fully.

Page 97: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

96

State of New Mexico General Services Department

Purchasing Division Statewide Price Agreement 70-000-16-00014:

Pagc-5

Article IV - Shipping and Billing Instrnctions Contractor shall ship in accordance wi1h the following instructions: Ship111ent shall be 111ade only against specific orders which the user 111ay place with the Contractor during the term; The Contractor shall enclose a packing list with each shipment listing the order number, price agreement number and the commercial paits number (if any) for each item; Delivery shall be made as indicated on page!. If contractor is unable to meet stated delivery the State Purchasing /\gent or his/her designee 111ust be notified.

Article V - Termi11ation The Agency may terminate !his Agreement for convenience or cause. The Contractor may only tc1111inatc this Agreement based upon the Agency's uncured, material breach of this Agreement. Contractor shall give Agency written notice of termination at least thirty (30) days prior to the intended date oftcnnination, which notice shall (i) identify all !he Agency's material breaches of this Agreement upon which the tcnnination is based and (ii) state what the Agency must do to cure such 111aterial breaches. Contractor's notice of termination shall only be effective (i) if the Agency does not cure all material breaches within the thirty (30) day notice period or (ii) in the case of material breaches that cannot be cured within thirty (30) days, the Agency does not, within the thirty (30) day notice period, notify the Contractor of its intent to cure and begin with clue diligence to cure the material breach. Ter111ination of this Contract, however, shall not affect any outstanding orders. This provision is not exclusive and shall not waive other rights and remedies afforded either party in the event of breach of contract or default. In such instances the contract may be cancelled effective immediately.

Article VI - Amendment This Price Agreement may be a111encled by mutual agreement of the New Mexico State Purchasing Agent or his/her designcc and the Contractor upon written notice by either party to the other. An amendment to this Price Agreement shall not affect any outstanding orders issued prior to the effective dale oflhe a111endmcnt as mutually agreed upon, and as published by the New Mexico State Purchasing Agent or his/her designee. Amendments affecting price adjustments and/or the extension of a price agreement expiration date are not allowed unless specifically provided in the bid and price agreement specifications.

Article VII - Issuance or Orders Only written signed orders are valid under this Price Agreement.

Article VIII - Packing (if applicable) Packing shall be in conformance with standard commercial practices.

Article TX - Price Schedule Prices as listed in the price schedule hereto attached are firm.

SUPPLEMENTAL TERMS AND CONDITIONS

General This is a Statewide Price Agreement; therefore, there is no guarantee of the minimum quantities of items or services to be purchased.

Offcrors submitting bids must be authorized employees of the company they represent who can fulfill all terms and conditions of the resulting Statewide Price Agreement.

Multiple Awards Pursuant lo the Procurement Code, Sections I 3-1- l 53 and J 3-1- 154 the Stale reserves the right to issue multiple awards to obtain the items listed. Multiple awards are recommended to insure availability and timely delivery.

Con tract Tenn The terrn of th is agreement shall be for one ( I) year from date of award with the option to extend for a period (s) of three

Page 98: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

97

Stale ofl\'ew Mexico General Services Dcpm1mcnl

Purchasing Division Statewide Price Agreement 70-000-16-00014:

(3) additional years, on a year-to-year basis; by mutual agreement of all parties and approval of the New Mexico State Purchasing Agent at the same price, terms and conditions. This agreement shall not exceed four (4) years.

Price agreement renewals are on a year-by-year basis and subject to approval of State Purchasing, and the Contractor. Pricing in the agreement is based on a fixed percentage off the published list price. The!-.c percentagc:-. are fixed during the first r ,vo ycan; of 1he agreement. Amendc<l percentages off list may be negotiated alter the ;,ct.:tind year at I he <li;,crt·11nn ,,f' Stare Purchasing.

Contract Performance Monitoring Monitoring the performance of the contractor is a key fun ct ion of proper contract administration to ensure that the contractor is pe1forming all duties in accordance with the awarded contract and for the procuring agency to be aware of and address any developing problems or concerns, Pursuant to the Procurement Code, Sections 13- l - l 6 l and 13- l 182 the State reserves the right to evaluate and monitor the pcrfonrnmce of this Price Agreement. Reporting Rcq uirem en ts Contractor agrees to submit reports or other documentation in accordance with the Terms and Conditions of the !TB and Statewide Price Agreement. If the Contractor fails to submit reports lo NM State Purchasing Division in a timely and satisfactory manner, any such reports, documentation, or otherwise fails to satisfactorily render performance hereunder, such failure may be considered cause for termination of this Statewide Price Agreement.

Equipment Warranty All items proposed by the offeror should be warranted for detects in materials and workmanship for a minimum of one (I) calendar year, or the manufacture's standard U.S. warranty period, from the date of delivery to the pmchaser. If the offerOI' is the manufacturer of any item proposed or sells that item under its own brand label, the warranty offered to the State of New Mexico under this procurement should be as favorable as any warranties provided to other governmental or retail customers. The offeror should provide the authorized purchaser with any manufacturer warranty information or registration materials for items proposed supplied as a result of this procurement.

In the event defects become evident within the manufactures warranty period, the vendor shall furnish replacement parts and materials at no additional cost to the State.

Extended Warranty If the radio equipment are subject to an extended warranty option it should be so noted and the price(s) oft he extension(s) should be quoted in the Equipment and Services Schedule (ESS).

Out of Wananty Repair Service and Parts The offeror may agree to service and repair all equipment sold by the offeror to authorized purchasers under the scope of this procurement for the tcnn of any agreement resulting from this solicitation.

Send-in maintenance coverage may be available for all items sold. Such servicing and repairs may be pcifonncd on either a time and materials basis or maintenance agreement basis at the option of the purchaser of the equipment and should be provided throughout the life of the Price Agreement.

The offeror may include on their ESS a guaranteed maximum hourly rate for time and a price for parts for repair of their equipment that is beyond the standard warranty. All repair parts are to be available to the Agency if tht::y choose to do their own repairs at the above repair parts prices.

The offerors should also agree to perform upgrades and/or modifications approved by the equipment's manufacturer on send-in time and material basis, fixed fee basis or make the materials required for the modification/upgrade available to the Agency for sclf:.installation.

Page 99: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

98

State of New Mexico General Services Department

Purchasing Division Statewide Price Agreement 70-000-16-00014:

Pagc-7 Wa1Tanty on Repairs The offeror should wmrnnt all repairs, upgrades or modifications for at least 90 days from the date of repair, and should perform all repairs using materials and techniques in accordance with manufactmc's specifications. The offeror may decline to pc1fonn any repair, upgrade or modification not recornmcnded or approved by the cquiprnent's manufacturer; however, if the offeror agrees to perform such repairs, upgrades or modifications, the repair should be warranted for a period ofat least 90 days from the date of repair.

Technical Support /\II contractors should make available factory level technical support of all items they offer to the Agency. This support may be by means of a telephone call to the factory or a factory representative at a "district level".

This requirement may also be met by a visit from an onsite technical representative from the manufacturer. The technical suppo1t should be available during regular working hours Monday through Friday.

Engineering Support All contractors may provide pricing for engineering services including but not limited to system design, traffic routing, path analysis, microwave path budgeting, feasibility studies, terrain analysis, site development, system documentation and system trouble shooting.

Discontinued Items During the term of this Price Agreement, should the manufacturer discontinue any of the items 011 the ESS, the vendor shall attempt to furnish a replacement item that is equal to or better than the discontinued item. The discount of the replacement item shall be similar to the discontinued item. After evaluating the replacement item, the Agency reserves the right to cancel the portion of the Price Agreement and re-bid if it is deemed in the best interest of the State of New Mexico.

Training Costs The offcror may include 011 the ESS a list of all training classes, seminars, etc. that is available for the equipment offered to the Agency in the proposal. The offeror should list the price of each class, ek., the locatio11 where each is held, the duration of each and the maximum number of students per class. l'he offeror should also indicate which, if any, might be conducted at a location in New Mexico and approximate cost for a given number of students. Video presentations in DVD format are recognized as viable training programs and should be included in the offerors list if available. The video training programs must be of the same technical level as the live classroom instruction provide by the offeror.

Shipping Unless the purchaser specifically request a different location with the Slate of New Mexico, all equipment purchased by the Department of Information Technology will be shipped to the address below.

Page 100: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

99

State of New Mexico General Services Department

Purchasing Division Statewide Price Agreement 70-000-16-00014:

Administrative Fee and Reporting I. The Contractor agrees to provide a utilization report on all sales/or services and other

revenues (including commissions charged) and fees to the agreement administrator in accordance wit! h ~ 11 · I d l 1 t e 0 OWll1 1 sc 1e u e:

Quarter: Period Ending: Report Due Date:

First September 30 October 30 ---··-·-·---.. "

Second December 31 January 31 Third March 31 April 30 Fourth June 30 July31

2. The sales report shall include the gross total sales and other revenues including commissions charged for the period subtotaled hy Procuring Agency or local puhlic hody name. Even i fthe Contractor experiences zero sales during the quarter, a report shall still he submitted.

3. The Contractor agrees to remit an administrative reporting fee payable hy check to the State Purchasing Division for an amount equal to three-quarters of a percent (0. 75%) of the total sales and other revenues derived from the New Mexico state agencies and local puhlic hodies. The Contractor shall indicate the contract numher 70-000-16-00014## and include the remittance check with the quarterly sales report.

4. A template for Quarterly Gross Sales Repo1i can he located at b t tn :// \ vw, v. l!enertlserv ices.state .Jrn1. us/ sta t.enurc h asi nglt'e~.i.ill.11i!.0:ornl.filiQu.,11;i.!2..::S}iV cndors

Page-8

Page 101: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

100

State of New Mexico General Services Department

Purchasing Division Statewide Price Agreement 70-000-16-00014:

Contractor Contact Information:

Page-9

Dun & Ilradstreet Number: 00-132-5436 (ls your compa11v a mmm(acturer or an authorized dealer.)

Please check one. Company Name: Motorola Solutions, Inc.

Address:500 .W Monroe Street, Chicago, IL 60661

Telephone Number: 847-576-5000

Company URL Link: W\W.1.mcitorcili1scilutions.com

Contract Administrator:

Name: Adrena Carruthers-Adams

Address (if diffaentjiwn Compmzy Address):

10680 Treena SL, Suite 200

San Diego, CA 92131

Telephone Number- 858-368-3270 Email:.: adrcna.carruthcrs@motorola~olutions.com.

A. ~,;JAa,-A~ht4-Sign_ature:~. ----------------

_2:f... Maoufacturer Authorized Dealer

Additional Contact Information:

Name: Manny Barreras Title: NM & El Paso Sr. Account Manager Address (if dijfere11tfrom Company Address):

1 Cardenas NE Albuquerque, NM 87110

Telephone Number: 505- B:.:5:.::0...::-8:...:1.::.94_:._ _____ _

Email: [email protected]

Signature:_ ~ 8~

Page 102: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

101

2

6 7

34

35

State of New Mexico General Services Department

Purchasing Division Statewide Price Agreement 70-000-16-00014:

BID PRICING RESPONSE FORM

I. Minimum Percentage Discount(%) off Manufacturer's Retail Price (MSRP) roH'S ond /or ;nay atlded ro rH.::.:o:nnN:hlote the Bidder's

and rows according(;

Video Solutions Infrastructu Portable Radiophone 004 Subscriber

Motorola Portables

Motorola Fhed Stations 005 Infrastructure PR860

Motorola Dispatch Service 006 Service Dispatch Service

Portable Radiophone 008 Subscriber HT1250 ofa Portables)

Motorola Fixed Wireless Broadband 015 Soflware Spc.cial Applications 018 Subscriber CPJ 00/CP I 50/C P200

019 Subscriber PM/CM Radios

PremlerOne

ALPHA L

MOTOTRDO

MOTOTRBO Radio JP

Radio IP

Auto License Plate

ions Video Cameras Site

Infrastructure BTE

053

054 055

LTE LTE

LTE

unking Products and 085 Hardwa1·e Fixed Data stems

Portable Radiophone 087 Subscriber MOTOTRBO Motorola ortables)

Page /0

20%

5%

20%

20%

0%

0%

0%

17%

10%

10%

IO%

5%

10%

10%

l0% 10% 10% 10%

0%

10% 15%

!0%

Page 103: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

102

Motorola

Motorola

Motorola

Motorola

ola

Motorola

Motorola

State of New Mexico General Services Department

PorchRsi ng Di vision Statewide Price Agreement 70-000-16-00014:

:vlobile Stations 103 Subscriber CDM750

Hl9 Sub.,cribcr CDM1250

112 Infrastructure G-Series Products

Dispatch Solutions 112 -Series Products

115

118 SoftwHrc

124 Console

129 Console

131

133

136 Minitor Products

137 Key Management

139 NG-911, ECW

Dispatch Solutions 147 Infrastructure MND Products Cahle, Kits SW

Data Applications 153 Subscriber HPD Portable Rad iophonc 158 Subscriber CPllO (Porta b!es) Mobile Sta lions 159 Subscriber GM300

169 Subscriber Advisor II

177 MC35/MCSO

Service

Service

Software

Portable Accessories

Mobile Stations Mobile Accessories

Software lJpgrades/Flashport 195 Software Infrastructure Software

201 Subscriber KVL II

202 Su bscribcr APX Deskset

205 Sul>scriber XTS2500

lutions

Fixetl Stations

Dispatch Solutions

Dispatch Solutions

quipment

rk Products

Quantar/Quantro ASTRO RP

Page i I

27%

27%

18%

18%

27%

JO%

20%

20%

20% 15"1.,

0%

0%

27%

10%

10%

10%

10%

Page 104: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

103

I 79 I Motorola

80 Motorola

81 Motorola

82 Motorola

83

' Motorola

I 84 I Motorola

85 Motorola

86 Motorola

87 Motorola

88 Motorola

89 Motorola

90 Motoroln

91 Motorola

92 Motorola

93 I Motorola

94 Motorola

95 Motorola

96 Motorola

97 Motorola

98 Motorola

99 Motorola

JOO Motorola

10 Motorola

Motorola

103 Motorola

104 Motorola

105 Motorola

~ Motorola

Motorola

108 Motorola

109 Motorola

1 IO Motorola

111 Motorola

112 Motorola

113 Motorola

114 Motorola

115 Motorola

l16 Motorola

117 Motorola

State of New Mexico General Services Department

Purchasing Division Statewide Price Agreement 70-000-16-00014:

TRKD - CENTRACOMII I 244 j Console Control Centers

Flash port Conv S/W 260 Subscriber Software Subscription Maintenance Aereement Dispatch Solutions 261 Senice Service/Shop Supplies

Test Equipment 262 Parts Service/Shop Supplies I Portable Radiophone I 271 I Accessories Portable Accessories (Porlables) I Network Preventative I 269 I Service System Su rvcy/ Analysis Maintenance Fixed Station Accessories I 273 I Infrastructure Analog Comparator

Fixed Data Products 275 Infrastructure Moscad

Mobile Stations 276 Subscriber XTLSOOO

Fixed Station Accessories 277 Infrastructure Smart X

Trunking Products m11l 277 Infrastructure Smart net Controller Svstems Records Management Software 279 Software CAD

Trunl<ing Products and 280 In frastructurc Zone Controller Mnn Systems Fixed Stations 281 Infrastructure Zone Manager

Trunking Products and 281 Software Zone Manager Interface Systems Mobile Stations 287 Subscriber PAC-RT, VRS750

Portable Radiophone 291 Accessories APX Accessories (Portables) Service/Maintenance 293 Service Services/Training

Training-Professional Services 286 Service Tra ining/Scrviccs

CAD Equipment 297 Infrastructure- Records Management

Fixed Stations 301 Infrastructure Qunntar Astro Trunking

Portable Radiophone 320 Subscriber XTSSOOO (Portables) Dispatch Solutions 322 Console MCC Series 1/0

Fixed Network Equipment 329 Infrastructure Tower Top Amplifiers

CAD Equipment 330 Infrastructure PrcmierOne

Portable Radiophone 332 Software Flashport Software (Portables)

CAD Equipment 333 Infrastructure PremierOne

Fixed Data Products 342 Infrastructure Moscacl

Data Applications 343 Parts Dell Laptops

Fixed Stations 360 Infrastructure Quan tar Receiver

Paging/Receivers 361 Infrastructure Paging

Portable Radiophone 362 Parts Parts <Portables) Software Upgradcs/Flashport 371 Software Radio Subscription Soft.

Portable Radiophone 372 Accessories XTS Accessories (Portables) Mobile Stations I 374 Subscriber Astro Consolette

LTE 375 Service LTE

Fixed Stations 377 Infrastructure Trunked Central Cont.

Trunking Products and 377 I lnfrnstructurc Central Controller Svstems Fixed Network Equipment 381 lnfrastrnctnrc Enterprise Terminals

Page / ~.

20%

20%

5%

20%

27%

0%

20%

20%

25%

20%

20%

0%

20%

20%

19%

10'!1.,

27%

0%

0%

5%

20%

25%

15%

IO%

5%

20%

10%

10%

10%

20%

15%

20%

0%

27%

15%

0%

20%

17%

20%

Page 105: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

104

118 Motorola

b. Motorola

0 Motorola

121 MotorolR

122 Motorola

123 Motorola

I 124 Motorola

125 Motorola

126 Motorola

127 Motorola

128 Motorola

129 Motorola

130 Motorola

131 Motorola

132 Motorola

133 Motoroh1

134 Motornla

135 Motorola

136 Motorola

137 Motorola

138 Motorola

139 Motorola

140 Motorola

141 Motorol:i

I 142 Motorola

143 Motorola

144 Motorola

145 Motorola

146 Motorola

7 Motorola

i 148 Motorola

149 Motorola

150 Motorola

151 Motorola

152 Motorola

153 Motorola

154 Motorola

155 Motorola

State of New Mexico General Services Department

Purchasing Division Statewide Price Agreement 70-000-16-00014:

Dispatch Solutions 382 I Infrastructure I SDM Config

page / ~-·

JU%

P rev en live Main ten a nee 390 Service Performance Management 0% Service Rcnorts Portable Radiophone 402 Accessories GP900 Accessories 20% (Portables) Fixed Data Products 403 Infrastructure Data Controllcr/RNC 20%

Dispatch Solutions 404 Console Ccntracom 20%

Portable Radiophone 407 Subscriber XTS2500 25% (Portables) I Portable Radiophone 414 Accessories Accessories 20% (Portables) Dispatch Solutions 415 Accessories Monitors 10%

Fixed Stations 417 Infrastructure Misc. Site Equipment 10%

MOTOTRBO 422 Infrastructure In fras true tu re 10%

Fixed Stations 424 Infrastructure Master Sitc/Astro 20%

Fixed Stations 425 Infrastructure Small Systems 20%

Mobile Stations 426 Subscriber APX 27%

Portable Radiophone 426 Subscriber APX 27% (Portables) Portable R11diophonc 430 Subscriber Flash port Software -- -(Portables) Software Upgradcs/Flashport 430 Subscriber Flash port Software 27%

Portable Radiophone 442 Subscriber PR400 20% (Pot·tahles) Dispatch Solutions 443 Console MCC7100/7500 Consoles 20%

Fixed Stations 448 Infrastructure Quan tar/Qua ntro 20%

Emerald HW 449 I nfrastructurc Connect + Infra 20%

Pagers/Receiver 452 Subscriber Pager.~ 27%

Portable Radiophone 453 Accessories XTS Acccssodcs 27% (Portables) Dispatch Solutions 454 Console Footswitchcs 15%

Fixed Data Products 455 Subscriber Data Subscriber 15%

Portable Radiophone 456 Subscriber RPG 20% (Portables) Fixed Station Accessories 457 P:irts Infr:istructure Antenn:is 20%

Portable Radiophone 458 Accessories APX Accessories 20% (Portables) Secure Solutions 462 Subscriber KVL3000 10%

APXI500 466 Subscriber APX 27%

Dispatch Solutions 469 Console AUX/IO 10%

Portable R11diophone 470 Subscriber APX7000 25% (Portables) Mobile Stations 471 Subscriber APX 27%

Fixed Statio11s 474 lnfrastructure MTR 20%

MOTOTRBO 475 Software Applications IO%

Portable Radiophone 476 Accessories XTS Accessories 20% (Portables2 Portable Radiophone 481 Subscriber APX 27% (Portables) Portable Radiophone 483 Subscriber PM1500 I 25% (Porta blcs) Mobile Stations 484 j Subscriber MOTOTRBO I IO'Yo I

Page 106: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

105

I 156 I Motorola

157 Motorola

158 Motorola

159 Motorola

160 Motorola

Motorola

177

178 Motoroh1

179 Motorola

i80 Motorola

181 Motol'ola

182 Motorola

183 Motorola

184 Motor

185

Motorola

Motorola

189 Motorola

190 Motorola

191 Motorola

192 Motorola

193 Motorola

194 Motorola

195 Motorola

State ofNew Mexico General Services Department

Purchasing Division Statewide Price Agreement 70-000-16-00014:

I Video Solutions 488 j Infrastructure Fixed Video

Trunking Products and 495 Infrastructure PDG Hardware S stems

a Products 499 Infrastructure Moscad

Mobile Stations 500 Subscriber XTL5000

Portable Radiophone 505 Accessories Accessories Portables

509 lnfrnstruclure Astro Quantar

ixed Station Accessories

Service

Subscribe,·

s 524 e

524 lnfrast ructu ,·c Astro DIU 524 Infrastructure Astro DIU

Station Accessories 525 Infrastructure Astro Comparator

525 Infrastructure Astro Comparator

527 Subscri

527

529 Infrastructure Private !DEN P&L

Portable Radiophone 536 Subscriber APX (Portables Fixed Stations 537 SZ lntcllircpeatcr

CAD Equipment 548 CAD 554 Mobile Antennas 555 Two-Way Traditional

RBO 557 Controller

Service/Maintenance 561 Network Mouitorin~

Portahlc Radiophone 562 Subscri APX Portables

MOTOTRBO 563 lufrastructure Controller

570 Subscl'ibcr PDR3500 Portable Re cater

Mobile Stations 571 Subscriber DVR

Portable Radiophone 577 Subscriber Passport Portables

APX8000 579 Subscriber APX Mobile Stations XTL5000

Fixed Stations Quanta, Receiver

Trunking Products and MTR2000Trunking Systems

JY

10%

20%

10%

25%

27%

20%

20%

20%

23%

15% 27'Y.,

27%

20% 27%

20%

10%

27%

27%

10%

0%

27%

10%

10°

20%

27%

25% 22%

20%

Page 107: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

106

196

197

198

199

200

201

202

203

204

205

206

207

208

209

210

211 212

213

214

215 ··216· --·

217

218

219

220

221 222

223

224 225

226

227

228 229

230

231 232

233

234

Stale of New Mexico General Services Department

Purchasing Division Statewide Price Agreement 70-000-16-00014:

Dispatch Solutions 595 Infrastructure MCC7500 Conventional

Motorola Site Oper

Motorola Wireless Mobility 606 Infrastructure Canopy

Motorola Records Management Software 608 Software PSA

Portable Rndiophone 619 Accessories Digital Accessories Motorola (Portables)

Portable Radiophone 626 Subscriber PRISOO Motorola (Portables)

Motorola Fixed Stations 643 Infrastructure OIU

Motorola Mobile Accessories 644 Accessories Misc. Accessories

Motorola Trunked Terminals 647 Infrastructure 0- Infrastructure

Motorola Mobile Stations 652 Subscriber APX Portahle Riidiophone 654 Subscriber XTS4000

Motorola (Portables)

Moto1·ola Mobile Stations 655 Subscriber APX Portable Radiophone 655 Subscriber APX

Motorola (Portables)

Motorola Mobile Stations 656 Subscriber APX Portable Radiophone 656 Subscrihcr APX

Motorola (Portables)

Motorola NG-91 I Service 659 Service NG-911

Motorolu Networking Security Service 659 · Se,·vicc Security, IP Networking

Motorola Dispatch Solutions 660 Subscriber WA VE Technology

Motorola Data Applicntions 670 Software Intelligent Ontn Port.ii

Motorola System Implementation 670 Service SI

Portable Radiophone 672 SubsCl'iber HT750 MotorolR (Portables) - ------------··-~- --~- ~,~-·»>»

Motorola Fixed Stations 675 lnfrnstructure SZ lntellircpcalcr

Motorola Fixed Stations 680 Infrastructure Data Base Station

Portable Radiophone 687 Subscriber XTS/MT 1500 Motorola (Portables)

Motorola CAD Equipment 702 Infrastructure CAD

Motorola Dispatch Solutions 706 Accessories MCC Accessories

Motorola I Dispatch Solutions 708 Parts Dropship

Motorola Dispatch Solutions 708 Infrastructure Fire Station Alerting

Motornla I Dispatch Solutions 708 Parts Battery Ilaclmp

Motorola Dispatch Solutions 708 Software Nctworlc Security

Motorola Dispatch Solutions 708 Parts Dropship

Portable Radiophone 721 Subscriber XTS5000 Motorola (Portables)

Portable Radiophone 726 Subscriber XTL1500 11/v Motornla (Portables)

Motorola Dispatch Solutions 729 Console Gold Series Flashes

Motorola Data Subscriber Devices 736 Subscriber MW810

Motorola Dispatch Solutions 740 Infl'astructurc MIP5000 I Portable Radiophone I 742 Accessories APX Accessories Motornla (Portables)

Motorola Receivers 743 Infrast rue tu re Astro Receiver

Motorola Fixed Stations 744 Pnrts Misc Parts

Portable Radiophone 749 Subscriber HTl250 I Motorola (Portables)

Page / 5

20%

15%,

10%

27%

20%

20%

27%

20%

27%

0%

27%

27%

27%

25%

0%

0%

IO%

0%

0%

34%

·--·-_,..,.-.. 20%

22 °1., 20%

0%

27%

17%

17%

17%

17%

17%

25%

25%

20%

22%

15%

27%

20%

20%

34% I

Page 108: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

107

235

236

237

238

239

240

241

242

243

244

245

246

247

248

249

250

251

252

253

254

255

256

257

258

259

260

261

262

263

264

265

266

267

268

269

270

271

272

273 J

214 I

State of New Mexico General Services Department

Purchasing Division Statewide Price Agreement 70-000-16-00014:

Portable Radiophone 755 Subscriber APX6000 Basic Motorola f Portables)

Portable Radiophone 756 Subscdbcr APX6000XE Motorola {Portables)

Motorola Mobile Stations 761 Subscriber APX

Motorola Data Applications 766 Software IDP Services

Motorola Dispatch Service 768 [nfrastructure ASTH.O 24, Master Site

Motorola Scnicc/Main tcnancc 769 Service On site Response (Local)

Motorola Service/Main ten a nee 769 Service SlJAII

Motorola Service/Mnintenoncc 772 Service Technical Support

Motorola Mobile Stations 775 Subscriber XTLJSOO -

Motorola Mobile Stations 776 Subscriber Maratrac

Motorola MOTOTRBO 777 Subscriber Purtables

Portable Radiophone 785 Accessories Accessories Motorola (Portables)

Motorola Air Time Accumulator 786 Software D- ln frastru ctu re

Motorola Mobile Stations 792 Subscriber CDM1550

Motorola Professional Fixed 794 Infrastructure Fixed Other

Portable Radiophone 795 Accessories A PX Accessories Motorola (Portahles)

Portable Radiophone 798 Accessories APX Accessories Motorol:i (Portables)

Motorola Fixed Wireless Hroadband 800 Infrastructure MESH

Motorola Fixed Stations 811 Software Encryption

Motorola Lifecycle Services 823 Service SMA/SUA

Motorola Fixed Wireless Broadband 832 Infrastructure Wii·eless LAN/Symbol

Motorola Wireless Mobility 832 Infrastructure Wireless LAN

Purtablc Radiophone 837 Subscriber APX Motorola (Portable.~)

Motorola Paging/Receivers 839 l ln frastructurc Encoders

Portable Radiophone 841 Subscriber HTISSO XLS Motorola (Portables)

Motorola Professional Services 842 Software 311 Software

Motorola CAD Equipment 850 Infrastructure CAD

Motorola Test Equipment 854 Pnrts Test Equipment/Shop

Motorola Data Subscriber Devices 855 Infrastructure Wireless Lan Po1·ts/AP's

Motorola Fixed Station Accessories 856 Infrastructure Alt Building

Motorola Mobile Stations 869 Subscriber Ml225

I Dispatch Solutions 877 Console Console Telephony Media

Motoro~ Gateway

Motorola Equipment 879 Infrastructure CAD

Motorola Mobile Applications Software 879 Infrastructure CAD

Motorola Fixed Stations 881 Infrastructure Powerline LV

Motorola Fixed Wireless Broadband 882 Infrastructure Broadband Services

Portable H.adiophone 883 Subscriber Ta Ilea bouts Motorola (Portables)

Motorola Dispatch Solutions 892 Subscriber WAVE Technology

Lifccycle Services 901 Service Migration A.~surance Motorola Program

Motorola Lifecycle Services 902 Service !SMA

page J v

27%

• 25'Y.,

27%

0%

0%

0%

0% ,,_,_,,, ___ ~--0%

17%

20%

IO%

27%

20%

20'Yn

I 20%

27%

2 7°/r,

0%

0%

JO%

10%

27%

15%

34%

0%

0%

0%

10%

10%

20%

20%

0%

10%

15%

15%

JS%

20%

0%

0%

Page 109: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

108

I 21s l Motorola

State of New Mexico General Services Depmiment

Purchasing Division Statewide Price Agreement 70-000-16-00014:

Lifecycle Services 903 I Service I SUA, SUA !I

~x,d Wfr<l«s 904 Infrastructure Canopy

ifecycle Sel'vices • 904 Service SUS

ifecycle Services 905 Service SA

279 Motol'Ola Fixed Wireless llroadbanu 906 Service Canopy Service

280 Motorola Wireless Mobility 907 In frnstructu re Unlicensed

281 Motorola Wireless Mobility 908 In fras tru ct u re Licensed

282 I Motorola f<ixed Wireless Broadband 910 Service PTP Service

283 Motorola Mobile StaHons 922 Subscribe

284 Motorola Infrastructure Repair 929 rvice Services

285 Motorola Paging/Receivers 940 Parts Minitor Parts

286 Motorola Paging/Receivers 941 In frastructurc lnfrastructurc

287 Motorola Service/Ma int en a nee 943 Service System Manager

288 Motorola Fixed Wireless Broadband 947 Infrastructure Broadband Periphernls

289 Motorola Warranty 964 Service Additional Warranty

Page·/

0% 15% 0%

15%

15%

15%

15% 20% 0% 15% 15%

0% 15%

0% 290 Motorola Priv Sys lntlnoe Release 967 fnfrastructure D- Infrastructure ~ ~

Portable Radiophone 977 Subscriber MOTOTRBO 10% Motorola (Portables)

pment 981 Infrastructure need Data Capture 0"/., 292 Motorola nners)

293 Motorola Maintenoncc 983 Service CAD 0% LTE 98<1 Service LOCAL TECHNICAL 0%

294 Motorola SUPPORT 295 Motorola LTE 985 Infrastructure CS I MATERIAL

20~ 296 Molorola Saturn Buy-Sell 987 Parts Batteries

297 Motorola LTE 989 Infrnstructure NETWORK AIRTIME 0%

II. Implementation Services: Sofhvare Integration, Hardware Installation and Training

No. Service % Discount $ Rate (t11dtca1e /iaurly or Dai[Y,)

1. Svstem Technologist 0% $1,625.00 daily _b __ Standnrd Shop Installation 0% $150.00 per hour 3. Mobile Radio Installation 0% $ J 80.00 - $500.00 per unit 4. Radio Pro!'ramminfl 0% $55.00 • $125.00 per unit 5. Software Installation l System 6. Trainin11 I Svstem 7. Post Warranty Maintenance System 8. Support Services Svstem

III. Provide URL Link or Links to Communications, Rudio Equipment, Parts, Accessories and Related Services Price Catalogs:

I. 2. 3.

ht I ps:1/busincsson line. mo, ornlnsolu t ions.com

Page 110: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

109

No. Manufacturer

I Motorola

2 Motorola

3 Motorola

4 Motorola

5 Motorola

6 Motorola

7 Motorola

8 Motorola

9 Motorola

10 Motorola

I l Motorola

12 Motorola

I

l 3 Motorola

14 Motorola

l 5 Motorola

16 Motorola

17 Motorola

18 Motorola

19 Motorola

20 Motorola

State of New Mexico General Services Department

Purchasing Division

NM State Contract 70-000-16-00014

Product CateJ?orv A.PC Item Short Descrintion Tower and Antenna 003 Service Tower, Antenna, Site, HVAC,

Generator, Building, Tower Climb, UPS

Radio Support 206 Service Local Radio Support

Asset Management 219 I Service Inventory, Configuration

NICE, Plant, Patch Management 231 Service Nice Packages and Network

Admin Services 393 Service Contract Adm in

Radio Repair 460 Service Radio Repair Services FTC

Paging Repair 560 Service Paging Repair - Depot

Infrastructure 688 Service Software Install

On - Off Site Penetration 599 Service On- Off Site Pentration Testing

Radio Rental 787 Service Radio Rental Service

Warranty Wrap 773 Service Warranty

Radio Repair 948 Service Priority, Preventive, Local Dispatch

Installation 209 Service Install Po11able, Mobile, Antenna Audit, Equipment Move irnd Remove, Infrastructure, Progrnrnming, Tower Inspection, Techincal Assistance, Site lntegeration, Interference

Asset Management 219 Service Asset Management

Network Preventive 769 Service Network Preventive Maintenance

Antenna Audit 390 Service Antenna Audits -·

Distribution Antenna System (DAS) 183 Infrastructure 13i-Directional (BOA) Towers 262 Infrastructure Towers

Shelters and HV AC 329 Infrastructure Shelters and HVAC

Generators and UPS 207 Infrastructure Generators and UPS

Discount 0%

0%

0%

0%

0%

0%

0%

0% 0%

0%

0%

0%

0%

0%

0%

0%

10%

10% 10%

10%

Page 111: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

110

State of New Mexico General Services Department

Purchasing Division

Statewide Price Agreement Amendment

GSD/PD (Rev. 01/1 l)

Aw11rdcd Vendor: 13 Vendors

Price Agreement Number: 60-000-15-00032

Price Agreement Amendment No.: Five

Telephone No.:

Ship To: All St11te of New Mexico ngcncles, commissions, institutions, politic11I subdivisions 11nd local public bodies 111lowed by l11w.

Invoice: As Requested

Title: Police Vehicle Equipment

Term: M11rch 21, 2016 through M11rch 221 2019

Procurement Specialist: VanessA. LeB11111c

Telephone No.: (505) 827-0474

This Price Agl'eement Amendment is to be attached to the respective Price Agreement 11nd become a part thereof 11nd is issued to reflect the following effective immediately:

In accordance with Price Agreement provisions, and by mutual agreement of all parties, this Price Agreement is extended from Murch 21, 2018 to March 22, 2019 at the same price, terms and conditions. Tills Price Agreement was uot exteudedfor Vendors (AE) Daniel J. McKee DBA l!iglzer Power Solutions & (AL) Safety Visfou LLC.

Sec Attached for updated Vendor Contact Information & Pricing Updates for vendor (AO) WAC Upfitters, LLC.

The provisions of the Price Agreement shall remain in full force nnd effect, except as modified by this amendment.

Accepted for the Slate of New Mexico

Purchasing Division, 1100 St. Francis Drive 87505, PO Box 6850, Santa Fe, NM 87502-6850 (505) 827-0472 VL

Date: 2/23/2018

Page 112: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

111

State of New Mexico General Services Department

Purchasing Division

Statewide Price Agreement Amendment

GSD/PO (Rev. 01/l l)

Awarded Vendor: (AH) 0000084133 Grants & Technology Veterans, LLC PO Box 432

Price Agreement Number: 60-000-15-00032

Price Agreement Amendment No.: Four

Elephant Ilntte, NM 87935

Telephone No.: (505) 480-6468

Ship To: All State of New Mexico agencies, commissions, institutions, political subdivisions and local public bodies allowed by law.

Invoice: As Requested

Title: Police Vehicle Equipment

Term: March 21, 2016 through March 22, 2018

Telephone No.: (505) 827-0474

This Price Agreement Amendment is to be attached to the respective P1ice Agreement and become a part the1·eof and is issued to reflect the following effective immediately:

Update/add the following manufacture discounts to Item #10 for Vendor (AH) Grants & Technology Veterans LLC:

Update: • Gamber Johnson metal and mounting/console

products: 30% off • Gamber Johnson non-metal mounting

accessories with electronics: 1 % off • C.-adlepoint modem solutions & modem

accessories: 5% off • Havis mounting accessoiies and docks with

electronics: 5% off

Add: • Antenna Plus: 5% off • Panorama Antennas: 5% off • Sierra Wireless Antenna: 2% off • All other antenna solutions: 5% off • Selex ES/ELSAG: 25% off • Panasonic: 5% off • Brother: 5% off • Zebra: 2% off • All Other Law Enforcement MFG's: 5% off

Update the following manufacture discount to Item #11: • Change: Install/1-epair cost per hour $85

The provisions of the Price Agreement shall remain in full force and effect, except as modified by this amendment.

Accepted for the State of New Mexico

Purchasing Division, 1100 SI. Prancis Drive 87505, PO Box 6850, Santa Fe, NM 87502·6850 (505) 827·0472 VL

Date: 8/3l/2017

Page 113: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

112

GSD/PD (Rev. 01/11)

State of New Mexico General Services Department

Purchasing Division

Statewide Price Agreement Amendment

Awarded Vendor:

15 Vendors

Telephone No.:

Ship To: All State of New Mexico agencies, commissions, institutions, political subdivisions and local public bodies allowed by law.

Invoice: As Requested

Title: Police Vehicle Equipment

Price Agreement Number: 60-000-15-00032

Price Agreement Amendment No.: ~

Term: March 21, 2016 through March 22, 2018

Procurement Specialist: Kathy Sanchez

Telephone No.: (505) 827-0487

This Price Agreement Amendment is to be attached to the respective Price Agreement and become a part thereof.

In accordance with Price Agreement provisions, and by mutual agreement of all parties, this Price Agreement is extended from March 22, 2017 to March 22, 2018 at the same price, terms and conditions.

The provisions of the Price Agreement shall remain in full force and effect, except as modified by this amendment.

Accepted for the State of New Mexico

( / .. / re" 1 -/ c// \ ~t Sfate P ~h;;irig Agr14:----

Date: 3/29/2017

Purchasing Division, 1100 St. Francis Drive 87505, PO Box 6850, Santa Fe, NM 87502-6850 (505) 827-0472 KS

Page 114: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

113

State of New Mexico General Services Department

Purchasing Division

Statewide Price Agreement Amendment

GSD/PD (Rev. Ol/1 !)

Awarded Vendor: 00001168] 3 Code 3 Service, LLC. 3300 Columbia Dr. NE. STE B Albuquerq ueNM87107

Price Agreement Number: 60-000-15-00032

Price Agreement Amendment No.: Two

Term: March 21. 2016 through March 22. 2017

Telephone No.: 505-407-23 l 0

Ship To: All State of New Mexico agencies, commissions, institutions, political subdivisions and local public bodies allowed by law.

Procurement Specialist: Kathy Sanchez

Telephone No.: (505) 827-0487

Invoice: As Requested

Title: Police Vehicle Equipment

This Price Agreement Amendment is to be attached to the respective Price Agreement and become a part thereof and is issued to reflect the following effective immediately:

The following changes are for Vendor AD, Code 3 Service, LLC.: Change the address from: 323 Industrial Ave NE to: 3300 Columbia Dr NE Suite B. The city, state, zip and telephone number remain the same. Add the following manufacturer discounts on page 18: Gambler Johnson - 35%, Troy Products -30%, Havis - 25%. Remove Soundoff manufacturer listed for the Visual and Audio Warning Systems, Parts, Supplies and Labor. Add the following manufacturers on page 28: OPS - 15%, Setina - 20%, Pro-Gard - 20%, Troy Products - 30%, Jotto - 30%, 911 Circits - 20%, Others not listed - S to 30%. Remove GeTac Veretos from the In-Vehicle Camera Wireless Upload and the In-Vehicle Camera No Wireless. On page 37 add Digital Ally - 5%

The provisions of the Price Agreement shall remain in full force and effect, except as modified by this amendment.

Accepted for the State of New Mexico

Purchasing Division, 1100 St. Francis Drive 87505, PO Box 6850, Sanra Fe, NM 87502-6850 (505) 827-0472

KS

Date: l tn 8/20 16

Page 115: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

114

State of New Mexico Genera) Services Department

Purchasing Division

Statewide Price Agreement Amendment

GSDIPD (Rev. 01/11)

Awarded Vendor: 0000l2S38t WAC Upfitters, LLC. 85I6Calle Alameda Nii: AlbuquerqueNM87113

Price Agreement Number: 60-000-15-00032

Price Agreement Amendment No.: One

Tetm: March 21. 2016 tl:rrough March 22, 2017

Telepl10ne No.: 505_-331-4470

Ship To: All State of New Mexico agencies, commissions, institutions, political subdivisions and local public bodies allowed by law.

Procurement Specialist: Kathy Sanchez

Telephone No.: (505) 827-0487

Invoice: As Requested

Title: Police Vehicle Equipment

This Price Agreement Amendment is to be attached to the respective Price Agreement and become a part thereof.

This amendment is issued to reflect the following effective:

Correct information for vendor AO to: Vendor #0000125381, WAC Upfitters, LLC., Telephone #505-331-4470

The provisions of the Price Agreement shall remain in full force and effect, except as modified by this amendment.

Accepted for the State of New Mexico

Purchasing Division, J 100 St. Francis Drive 87505, PO Box 6850, Sunta Fe, NM 87502-6850 (505) 827-0472 KS

Date: 3/29/2016

Page 116: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

115

State of New Mexico General Services Department

Statewide Price Agreement

GSD/PD (Rev. 5/16/12)

Awarded Vendor 15 Vendors Price Agreement Number: 60-000-15-00032

Payment Terms: Net 30 Telephone No. __

Ship To: All State of New Mexico agencies, commissions, institutions, political subdivisions and local public bodies allowed by law.

Invoice: As Requested

Title: Police Vehicle Equipment

Term: March 21, 2016 through March 22, 2017

F.O.B.: Destination

Delivery: As requested by user agenc1:

Procurement Specialist: Kathy Sanchez

Telephone No.: 505-827"0487

This Price Agreement is made subject to the "terms and conditions" shown on the reverse side of this page, and as indicated in this Price Agreement.

Accepted for the State of New Mexico

Purchasing Division, 1100 St. Francis Drive, PO Box 6850, Santa Fe, NM 87502-6850 (505) 827-{)4 72

KS

Date: 03/08/2016

Page 117: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

116

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

Terms and Conditions (Unless otherwise specified)

I. General: When the State Purchasing Agent or his/her designee issues a purchase document in response to the Vendor's bid, a binding contract is created.

Pagc-2

2. Variation in Quantity: No variation in the quantity of any item called for by this order will be accepted unless such variation has been caused by conditions of loading, shipping, packing or allowances in manufacturing process and then only to the extent, if any, specified in this order.

3. Assignment: a. Neither the order, nor any interest therein, nor any claim thereunder, shall be assigned or transferred by the Vendor, except as set forth in Subparagraph 3b or as expressly authorized in writing by the State Purchasing Agent or his/her designee. No such assignment or transfer shall relieve the Vendor from the obligations and liabilities under this order.

b. Vendor agrees that any and all claims for overcharge resulting from antitrust violations which are borne by the State as to goods, services, and materials purchased in connection with this bid are hereby assigned to the State.

4. State Furnished Property: State furnished property shall be returned to the State upon request in the same condition as received except for ordinaiy wear, tear and modifications ordered hereunder.

5. Discounts: Prompt payment discounts will not be considered in computing the low bid. Discounts for payment within twenty (20) days will be considered after the award of the contract. Discounted time will be computed from the date of receipt of the merchandise invoice, whichever is later.

6. Inspection: Final inspection and acceptance will be made at the destination. Supplies rejected at the destination for nonconforrnance with specifications shall be removed at the Vendor's risk and expense, promptly after notice of rejection.

7. Inspection of Plant: The State Purchasing Agent or his/her designee may inspect, at any reasonable time, the part of the Contractor's, or any subcontractor's plant or place of business, which is related to the perfonnance of this contract.

8. Commercial Warranty: The Vendor agrees that the supplies or services furnished under this order shall be covered by the most favorable commercial warranties the Vendor gives for such to any customer for such supplies or services. The rights and remedies provided herein shall extend to the State and are in addition to and do not limit any rights afforded to the State by any other clause of this order. Vendor agrees not to disclaim warranties of fitness for a particular purpose of merchantability.

9. Taxes: Toe unit price shall exclude all state taxes.

10. Packing, Shipping and Invoicing:

a. The State's purchasing document number and the Vendor's name, user's name and location shall be shown on each packing and delive1y ticket, package, bill of lading and other correspondence in connection with the shipments. The user's count will be accepted by the Vendor as final and conclusive on all shipments not accompanied by a packing ticket.

b. The Vendor's invoice shall be submitted duly certified and shall contain the following information: order number, description of supplies or services, quantities, unit price and extended totals. Separate invoices shall be rendered for each and every complete shipment.

c. invoices must be submitted to the using agency and NOT the State Purchasing Agent.

11. Default: The State reserves the right to cancel all or any part of this order without cost to the State, if the Vendor fails to meet the provisions of this order and, except as otherwise provided herein, to hold the Vendor liable for any excess cost occasioned by the State due to the Vendor's defuult. The Vendor shall not be liable for any excess costs if failure to perform the order arises out of causes beyond the control and without the fault or negligence of the Vendor,

Page 118: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

117

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

Page-3

such causes include but are not restricted to, acts of God or the public enemy, acts of the State or Federal Government, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, unusually severe weather and defaults of subcontractors due to any of the above, unless the State shall determine that the supplies or services to be furnished by the subcontractor were obtainable from other sources in sufficient time to permit the Vendor to meet the required delivery scheduled. The rights of the State provided in this paragraph shall not be exclusive and are in addition to any other rights now being provided by law or under this order.

12. Non-Collusion: In signing this bid the Vendor certifies he/she has not, either directly or indirectly, entered into action in restraint of free competitive bidding in connection with this offer submitted to the State Purchasing Agent or his/her designee.

13. Nondiscrimination: Vendor doing business with the State of New Mexico must be in compliance with the Federal Civil Rights Act of 1964 and Title VII of the Act (Rev. 1979) and the Americans with Disabilities Act of 1990 (Public Law 101-336).

14. The Procurement Code: Sections 13-1-28 through 13-1-99 NMSA 1978, imposes civil and criminal penalties for its violation. In addition the New Mexico criminal statutes impose felony penalties for bribes, gratuities and kickbacks.

15. All bid items are to be NEW and of most current production, unless otherwise specified.

16. Payment for Purchases: Except as otherwise agreed to: late payment charges may be assessed against the user state agency in the amount and under the conditions set forth in Section 13-1-158 NMSA 1978.

17. Workers' Compensation: The Contractor agrees to comply with state laws and rules pertaining to Workers' Compensation benefits for its employees. If the Contractor fails to comply with Workers' Compensation Act and applicable rules when required to do so, this Agreement may be terminated by the contracting agency.

18. Bids must be submitted in a sealed envelope with the bid number and opening date clearly indicated on the bottom left hand side of the front of the envelope. Failure to label bid envelope will necessitate the premature opening of the bid in order to identify the bid number.

19. Contractor Personnel: Personnel proposed in the Contractor's written proposal to the Procuring Agency are considered material to any work perfmmed under this Price Agreement. Once a Purchase Order or contract has been executed, no changes of personnel will be made by the Contractor without prior written consent of the Procuring Agency. Replacement of any Contractor personnel, if approved, shall be with personnel of equal ability, experience, and qualifications. The Contractor will be responsible for any expenses incurred in familiarizing the replacement personnel to insure their being productive to the project immediately upon receiving assignments. Approval of replacement personnel shall not be unreasonably withheld. The Procuring Agency shall retain the right to request the removal of any of the Contractor's personnel at any time.

20. Subcontracting: The Contractor shall not subcontract any portion of the Price Agreement without the prior written approval of the Procuring Agency. No such subcontracting shall relieve the Contractor from its obligations and liabilities under this Price Agreement, nor shall any subcontracting obligate payment from the Agency.

21. Records and Audit: The Contractor shall maintain detailed time and expenditure records that indicate the date, time, nature, and cost of services rendered during this Price Agreement's tenn and effect, and retain them for a period of three (3) years from the date of final payment under this Price Agreement. The records shall be subject to inspection by the Agency, State Purchasing Division, Department of Finance and Administration, and for Information Technology contracts, State Chief Information Officer. The Agency shall have the right to audit billings, both before and after payment. Payment for services under this Price Agreement shall not foreclose the right of the Agency to recover excessive or illegal payments.

22. The foregoing requirements for Contractor Personnel, Subcontracting, and Audit shall be inserted into all subcontracts from the prime contractor to the subcontractor.

Page 119: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

118

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 60-000-15-00032

New Mexico Employees Health Coverage

Page-4

A. If Contractor has, or grows to, six (6) or more employees who work, or who are expected to work, an average of at least 20 hours per week over a six (6) month period during the term of the contract, Contractor certifies, by signing this agreement, to have in place, and agrees to maintain for the tenn of the contract, health insurance for its New Mexico Employees and offer that health insurance to its New Mexico Employees if the expected annual value in the aggregate of any and all contracts between Contractor and the State exceeds $250,000 dollars.

B. Contractor agrees to maintain a record of the number of its New Mexico Employees who have (a) accepted health insurance; (b) declined health insurance due to other health insurance coverage already in place; or (c) declined health insurance for other reasons. These records are subject to review and audit by a representative of the state.

C. Contractor agrees to advise all of its New Mexico Employees of the availability of State publicly financed health care coverage programs by providing each of its New Mexico Employees with, as a minimum, the following web site link to additional infonnation: http://www.insurenewmexjco.state.nm.us/.

D. For purposes of this Paragraph, the following terms have the following meanings:

(1) "New Mexico Employee" means any resident of the State of New Mexico employed by Contractor who perfonns the majority of the employee's work for Contractor within the State of New Mexico, regardless of the location of Contractor's office or offices; and

(2) "offer" means to make available, without unreasonable restriction, enrollment in one or more health coverage plans and to actively seek and encourage participation in order to achieve the goals of Executive Order 2007-049. This could include State publicly financed public health coverage programs such as Insure New Mexico!

New Mexico Pay Equity Initiative

Contractor agrees, if it has ten (10) or more New Mexico employees OR eight (8) or more employees in the same job classification, at any time during the term of this contract, to complete and submit the PE I 0-249 form on the annual anniversary of the initial report submittal for contracts up to one ( 1) year in duration. ff contractor has (250) or more employees, contractor must complete and submit the PE250 form on the annual anniversary of the initial report submittal for contracts that are up to one (I) year in duration. For contracts that extend beyond one (I) calendar year, or are extended beyond one (I) calendar year, contractor also agrees to complete and submit the PE I 0-249 or PE250 form, whichever is applicable, within thirty (30) days of the annual contract anniversary date of the initial submittal date or, if more than 180 days has elapsed since submittal of the last report, at the completion of the contract, whichever comes first. Should contractor not meet the size requirement for reporting at contract award but subsequently grows such that they meet or exceed the size requirement for reporting, contractor agrees to provide the required report within ninety (90) days of meeting or exceeding the size requirement. That submittal date shall serve as the basis for submittals required thereafter.

Contractor also agrees to levy this requirement on any subcontractor(s) performing more than I 0% of the dollar value of this contract if said subcontructor(s) meets, or grows to meet, the stated employee size thresholds during the term of the contract. Contractor further agrees that, should one or more subcontractor not meet the size requirement for reporting at contract award but subsequently grows such that they meet or exceed the size requirement for reporting, contractor will submit the required report, for each such subcontractor, within ninety (90) days of that subcontractor meeting or exceeding the size requirement. Subsequent report submittals, on behalf of each such subcontractor, shall be due on the annual anniversary of the initial report submittal. Contractor shall submit the required form(s) to the State Purchasing

Page 120: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

119

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 60-000-15-00032

Pagc-5

Division of the General Services Department, and other departments as may be determined, on behalf of the applicable subcontractor(s) in accordance with the schedule contained in this paragraph. Contractor acknowledges that this subcontractor requirement applies even though contractor itself may not meet the size requirement for reporting and be required to report it self.

Two (2) copies of the Pay Equity Worksheet shall be submitted prior to Award by the prospective Awarded Vendor.

The PE I 0-249 and PE250 worksheet is available at the following website: http://www.gcncralservices.statc.nm.us/statcpurchasing/Pay Eguity.aspx

Page 121: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

120

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

Statewide Price Agreement

Article I - Statement of Work

Page-6

Under the tenns and conditions of this Price Agreement all State of New Mexico agencies, commissions, institutions, political subdivisions and local bodies allowed by Jaw may issue orders for items and/or services described herein. The terms and conditions of this Price Agreement shall form a part of each order issued hereunder.

The items and/or services to be ordered shall be as listed under Article IX - Price Schedule. All orders issued hereunder will bear both an order number and this Price Agreement number. It is understood that no guarantee or warranty is made or implied by the New Mexico State Purchasing Agent, his/her designee or the user that any order for any definite quantity will be issued under this Price Agreement. The Contractor is required to accept the order and furnish the items and/or services in accordance with the articles contained hereunder for the quantity of each order.

Article II - Term The term of this Price Agreement, for issuance of orders, shall be as indicated in the specifications.

Article III - Specifications Items and/or services furnished hereunder shall conform to the requirements of specifications and/or drawings applicable to items listed under Article IX-Price Schedule. Orders issued against this schedule will show the applicable Price Agreement item(s), numbcr(s), and price(s); however they may not describe the item(s) fully.

Article IV - Shipping and Billing Instructions Contractor shall ship in accordance with the following instructions: Shipment shall be made only against specific orders which the user may place with the Contractor during the term; The Contractor shall enclose a packing list with each shipment listing the order number, price agreement number and the commercial parts number (if any) for each item; Delivery shall be made as indicated on page 1. If vendor is unable to meet stated delivery the State Purchasing Agent or his/her designee must be notified.

Article V - Termination This Price Agreement may be terminated by either signing party upon written notice to the other at least thirty (30) days in advance of the date of termination. Notice of termination of the price agreement shall not affect any outstanding orders.

Article VI - Amendment This Price Agreement may be amended by mutual agreement of the New Mexico State Purchasing Agent or his/her designee and the Contractor upon written notice by either party to the other. An amendment to this Price Agreement shall not affect any outstanding orders issued prior to the effective date of the amendment as mutually agreed upon, and as published by the New Mexico State Purchasing Agent or his/her designee. Amendments affecting price adjustments and/or the extension of a p1ice agreement expiration date are not allowed unless specifically provided in the bid and price agreement specifications.

Article VII - Issuance or Orders Only written signed orders are valid under this Price Agreement.

Article VIII- Packing (if applicable) Packing shall be in confonnance with standard commercial practices.

Article IX - Price Schedule Prices as listed in the price schedule hereto attached are firm.

Page 122: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

121

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

(AA) 0000051480

Advanced Communication & Electronics Inc

2417 Baylor Drive SE

Albuquerque, NM 87106

505-244-332 l

Email: [email protected]

(AB) 0000087160 B&G Automotive

2923 Rufina

Santa Fe, NM 87507

505-474-8561

(AC) 0000064629

COBAN Technologies, Inc.

11375 W Sam Houston Pkwy, Suite 800

Houston, TX 7703 1

281-925-0488

Email: [email protected]

(AD) 0000116813

Code 3 Service, LLC

323 Industrial Ave NE

Albuquerque, NM 87107

505-407-2310

Email: [email protected]

(AE) 0000116195

Daniell McKee, dba-Higher Power Solutions

1809 Park Ave

Alamagordo, NM 88310

57 5-921-6064

Email: [email protected]

Payment Term:

FOB:

Delivery:

Net30

Destination 2 weeks ARO, typical - Some lightbars

take approx 4 weeks, 5 % Pref

Contact: Lori Moore

Payment Term:

FOB:

Delivery:

Net 30

Destination

Contact: Fred Baca

Payment Tenn: Net 30

FOB: Destination

Delivery: FOB

Contact: Cindy Chang

Payment Term:

FOB:

Delivery:

Net 30

Desitnation

15 days ARO

Contact: David A. Jones

Payment Tenn:

FOB:

Delivery:

30 Days

Destination Delivery dependent on manufacturer

delivery time

Contact: Daniel Mckee

Page-7

Page 123: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

122

(AF) 0000051541

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 60-000-15-00032

Don Chalmers Ford-dba MHQ of New Mexico Payment Term: Net 30

Destination

ARO 30 days

5601 Balloon Fiesta Parkway Suite C FOB:

505-821-0667 Email: [email protected]

(AG) 0000091507

Federal Signal Corporation

2645 Federal Signal Drive

University Park, IL 60484-3167

505-220-4557

Email: [email protected]

(AH) 0000084133

Grants & Technology Veterans, LLC

PO Box 432

Elephant Butte, NM 87935

505-480-6468

Email: [email protected]

(Al) 0000015 546

Kustom Signals, Inc

9652 Loiret Boulevard

Lenexa, KS 66219

800-45 8-7866

Email: [email protected]

(AJ) 00000103 7 8

L3 Mobile-Vision

400 Commons Way, Suite F

Rockaway, NJ 07866

800-336-8475

Email: [email protected]

Delivery:

Contact: John Granger

Payment Term:

FOB:

Delivery:

Net 30

Desitnation

30 days ARO

Contact: Karl A Bentz

Payment Term:

FOB:

Delivery:

10%

Destination

FOB destination

Contact: Tony Grundler

Payment Tenn:

FOB:

Delive1y:

Contact: Ivan Daza

Net 30

Destination Within 45 days after receipt of order

Payment Tenn: Net 30

FOB: Destination

Delivery: 3 6-60 days after receipt of PO

Contact: Leo Lorenzetti

Page-8

Page 124: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

123

State of New Mexico General Services Depar1ment

Purchasing Division Price Agreement#: 60-000-15-00032

(AK) 0000009746

New Mexico Emergency Products LLC

3211 University Blvd. SE

Albuquerque, NM 87106

505-242-9111

Email: [email protected]

(AL) 0000044740 Safety Vision LLC

6100 W Sam Houston Parkway North

Houston, TX 77041

713-929-1001

Email: [email protected]

(AM) 0000007492 Watch Guard Video

415 Century Parkway

Allen, TX 75013

972-432-9777

Email: [email protected]

(AN) 0000050718

West Mesa Auto Craft Inc dba West Mesa Emergency Products, LLC

122 Frontage Rd NE

Rio Rancho, NM 87124

505-891-0774

Email: [email protected]

(AO) 0000102429

Wireless Advanced Communications

8 516 Calle Alameda NE Albuquerque, NM 87113

505-554-1966

Email: [email protected]

Payment Te1m:

FOB:

Delivery:

Net 30

Destination

Destination

Contact: Mike Lanctot

Payment Term:

FOB:

Delivery:

Net30

Destination

7-10 Days

Contact: Monica marcos

Payment Tenn:

FOB:

Delivery:

Net 30

Destination

FOB Destination, 30 days ARO

Contact: Jason Stuczynski

Payment Tenn:

FOB:

Delivery:

Net 30

Destination

ARO

Contact: Steve Poswiatowski

Payment Term: Net 30 FOB: Destination

Delivery: 75-90 Days

Contact: Sandra Rivera

Page-9

Page 125: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

124

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 60-000-15-00032

Page-IO

To establish a price agreement for police vehicle equipment, parts and labor. The purpose of the specifications is to establish acceptable products to be installed in New Mexico State Police and other law enforcement vehicles. The equipment categories will include 1) computer stands, consoles, modems, accessories and labor; 2) visual and audio warning systems, parts, supplies and labor; 3) in-car digital camera, equipment and labor; and 4) decals, wraps, stripes, letters and labor. The average order for the above equipment is 60-100 per year.

The term of this price agreement shall be for one (I) year from date of award with an option to extend for a period of up to five (5) additional years, on a year-by-year basis, by mutual agreement of all parties and approval of the New Mexico State Purchasing Director at the same price, terms, and condiii.ons. This agreement shall not exceed six ( 6) years.

Brand Name or Equal: The use of a brand name is for the purpose of describing the standard of quality, performance and a characteristic desired and is not to limit or restrict competition.

Ornamentation/Advertising: The New Mexico State Police or any other agency utilizing this agreement shall in no way be referenced to endorse or advertise any product or service in any manner.

Please note: Vendors must bid specifically as requested in bid specifications. Bidders are encouraged to submit descriptive literature with their bid.

Award: In order to provide the using agencies with the widest possible variety of goods and services multiple awards may be issued for ALL items. Bid responses must include a firm fixed fully loaded price to include all overhead, shipping and any other associated cost. Determination for award shall be based upon the lowest total cost of each item listed per category or based upon the total lowest cost per category and the bidder's abilities to meet the "minimum and submittal requirements'' of the Invitation to Bid, whichever is in the best interest of the State of New Mexico.

Specifications for Computer Stands, Consoles, Modems and Accessories:

Computer stands: Only comulete computer stands, with brackets and hardware, will be accepted. Items must be standard production items and may not be specially built for this bid. Bids must be for the complete unit that includes the adjustable major portion of the computer stand. Units must be packaged to protect the stand, brackets and hardware.

Computer Stand Specifications: 1. The stand must be made of a durable heavy duty construction. 2. The computer stand must be designed for proper fit in law enforcement vehicles. 3. Computer mounts to attach to passenger side factory seat bolts. 4. Should have a 9" swing and 9" slide arms to be able to rotate 360 degrees. 5. Designed to extend a minimum of 8" 6. Designed to allow computer mount to be centered over console, out of passenger area. 7. Pivot mount bolted to slide arm for docking stations, laptops, keyboards and 2 piece computers.

Page 126: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

125

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 60-000- J 5-00032

8. Must have support brace to minimize vibrations.

Consoles: Consoles must be able to contain and protect wiring and equipment installed in the equipment consoles. (Installed equipment to include but not be limited to: lighting controls, siren, radio, and other controls as applicable).

Page-I I

Only complete consoles with faceplates, brackets and hardware, will be accepted. Bids must be for the complete unit that includes the adjustable major portion of the consoles. Units must be packaged to protect the console, faceplates, brackets and hardware.

Console Specifications: 1. The console must contain heavy duty material to withstand police use. 2. The console must be designed for proper fit in police pursuit vehicles and must be compatible with the

computer stand. 3. Must have a cup holder, arm rest, map light and accessory power supply. 4. The console must contain the faceplates, brackets and hardware.

Modems: Only complete modems, with connecting cables and mounting hardware, will be accepted. Items must be standard production items and may not be specially built for this bid. Bids must be for the complete unit that includes the adjustable major portion of the modem. Units must be individually packaged to protect the modem, cables and hardware.

Modem Specifications: 1. The modem must contain an Ethernet Interface with DC power cable. 2. The modem antenna must be dual band and bolt mount. 3. The modem must come with all needed Ethernet Cables and hardware.

Page 127: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

126

Item Approx. # Quantity

l

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 60-000-15-00032

Unit Description

.. :&ch .. ,Qompl~teQompµt~§twid, con$9ie ·· <· · ·· · , mounti~<F ·· . . ,- :: >· .

Price

AA-Advanced Comm

AD-Code 3 Service, LLC

AB-Higher Power Solutions - Havis #67107

AF-MHQ of New Mexico

AH-Grants & Technology Veterans, LLC

AK-New Mexico Emergency products, LLC - #CM- -SL-LED

AN-West Mesa Auto Craft

AO-Wireless Advanced Communications

AA-Advanced Comm

AD-Code 3 Service, LLC

AB-Higher Power Solutions - Havis #7759

AF-MHQ of New Mexico

...

$

$

$

$

$

$

$

$

$

$

$

$

AH-Grants & Technology Veterans, I $ LLC

AK-New Mexico Emergency products, LLC, Ford, Troy #CM-PSPI-SL-LED, Chevy, Troy #CM-PSCP-SL-LED, Dodge, Troy #CM-PS CH-SL-LED

AN-West Mesa Auto Craft

AO-Wireless Advanced

$

$

$

. ..

Page-l2

Prices

...

. .. .· ..

150.83

396.00

250.00

420.00

186.00

388.80

433.76

342.96

663.13 $ 644.39 $ 626.54

396.00 $ 396.00 $ 396.00 $396.00 Impala

600.00 $ 600.00 $ 600.00 $600.00

420.00 $ 420.00 $ 420.00

393.00 $ 399.00 $ 376.20 NIA

453.75 $ 453.75 $ 453.75

654.62 $ 637.53 $ 621.25

526.61 $ 511.73 $ 497.55

...

··.·

Communications -----"~"'"'" _____ _,___ ···--··· ___ ...._. __ . ____ __,~--·--····-----~---'

Page 128: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

127

3 .. , .

.. . /,/> . : .. .. .. : ... , "

~. ...

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

·•·· •••.... , ·., .·.•.·. 'UtllityVehicilc:::JJorople~frre .· ·, -1 .. · ... . - .. .. ... --,.-··

··Ford• ·• ·· E.u~h , · st~1d)ng coµ,put~i stt\ndfo,r: · · .. ·· ,.,

.. , .

AA-Advanced Comm $ 644.39

AD-Code 3 Service, LLC $ 396.00

AE-Higher Power Solutions - Havis $ 600.00

#7759

AF-MHQ of New Mexico $ 420.00

AH-Grants lt Technology Veterans, LLC-See attachment 1 for the $ 393.00 specifications AK-New Mexico Emergency products, LLC, Ford, Troy #CM-PSUV-SL-

$ 453.75 LED, Chevy, Troy #CM-THIS-SL-LED

AN-West Mesa Auto Craft $ 637.53

AO-Wireless Advanced $ 511.73 Communications

'#~~{; ;Jjtt;trij~~:.@9~~J¢tefnte'stilpd~ng' .. ·.,.:,, .,, .. ,..

; ': .... ,• forq ·co tst@:dfor., .·

' : > ''<·.·•·'.'> .. ,.</·'.' /:'•:'.'••··· ;:.t:.••·:·,,, ·• ',·· ' ·:cc ,• .. AA-Advanced Comm $ 644.39

AD-Code 3 Service, LLC $ 396.00

AE-Higher Power Solutions - Havis $ 600.00

#7759

AF-MHQ of New Mexico $ 420,00

AH-Grants&. Technology Veterans, LLC-See attachment 1 for the $ 379.80 specifications AK-New Mexico Emergency products, LLC, Ford, Troy #CM-FIS-SL-LED,

$ 453.75 Chevy, Troy #CM-SILV-SL-LED, Dod_ge, Troy #CM-PSDR-SL-LED

AN-West Mesa Auto Craft $ 642.69

AO-Wireless Advanced $ 511.73

Communications ..~.---~

Page-13

., ,-~,, """""vw,-v,

. ·' ''

Dodge• .··. Other Chevrolet, ·. .,---~~·-----·

$ 668.15 $ 644.39

$ 396.00 $ 381.70

$ 600.00 $ 600.00 $600.00

I $ 420.00 $ 420.00

$ 406.80 $ 749.40 NIA

$ 453.75

$ 659.20 $ 637.53

$ 530.60 $ 511.73

I ... ··.i;~:!: >'.8~'{ ... , ,· if 'Chevrolet ",,•',v," '<"•• • ):··- ' ', ·.·. ,'

$ 650.05 $ 668.15

$ 396.00 $ 314.60

$ 600.00 $ 600.00 $600.00

$ 420.00 $ 420.00

$ 406.80 $ 409.20 NIA

$ 453.75 $ 453.75

$ 659.20 $ 621.25

$ 530.60 $ 497.55 ·-

Page 129: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

128

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

AA-Advanced Comm: $356.58 additional for metal storage tray, dual cup holders, faceplates for 12V outlets, armrest, ma Ii t

AD-Code 3 Service, LLC

AE-Higher Power Solutions

AF-MHQ ofNew Mexico

AH-Grants & Technology Veterans, LLC-See attachment 1 for the s cifications AK-New Mexico Emergency products, LLC, Ford, Troy #CC-PI-L-18, Chevy.Troy #CC-CP-E-DM-18, Dod e Tro #CC-BPD-15

AN-West Mesa Auto Craft

AO-Wireless Advanced Communications

$

$

$

$

$

$

$

$

Page-14

367.03 $ 525.87 $ 325. 76

314.60 $ 261.80 $ 261.80 $304.70 Impala

900.00 $ 900.00 $ 900.00 $900.00

375.00 $ 375.00 $ 375.00

648.00 $ 657.00 $ 661.20 N/A

427.50 $ 390.00 $ 408.75

709.7 $ 854.58 $ 672.13

291.48 $ 417.61 $ 258.70

Page 130: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

129

mt:,_

State of New Mexie-0 General Services Department

Purchasing Division Price Agreement#: 60-000-15--00032

;.\,.->~~::\}\.:-.' ;·.:~::;-..- .·· , ..

Page-15

·:{uqi-· ,.. . /_':,:,<:'}tr;~;.·:': -:.,"{~,.{;':' :-. :>'_~"; (,'./'::\_:.i:;

·_:.·.:2_n_:_ .• :.·_,_._·o• .. 1_"_··.~-fa.:.~.' .. pr.·_:_,1:_:e._.~_'. __ t·_:_1_,e:_r_• .. -.t.·.:r_'ti•.·_i __ n_··.•.·1·.··o·~.'.:.t~J'._tbte.·.,.•.-.·.c:_;_•_:_·.~o:···:·::n_:,_e.\~.·o· .. f_ ..•. ·.·~1·.:;_·e·.~.: .. ·.:_:.:_·.·o·.····;·t·:····2•,-.•. :.··.·.:_" .. :,:_ ..•.•.•. :.,· .. :_.·.•.··.·_·.p .• :.u_ ..•. _'.·.: .• _· ... ~.--· •. : __ .e_•.-.··.·ts··.·.:.•_:_,:, .. -.•.•. · .• ~.: .. •~..,....,,.....,.,..,=====.,.,.,,,.~.,..,......,.,.,~"'""",,..,,.,.,,,.,.,,..~,.,; \5 • ., " ~·; · ,..., "' " - ... ):i4~Yr~l~t F ©.~4gf} : 'X:>fu~ft AA-Advanced Comm: $356.58 additional for metal storage tray, dual cup holders, faceplates for 12V outlets, armrest ma li . t

AD-Code 3 Service, LLC

AE-Higher Power Solutions

AF-MHQ of New Mexico

AH-Grants & Technology Veterans, llC-See attachment 1 for the s cifications AK-New Mexico Emergency products,

$

$

$

$

$

LLC, Ford #CC-UV-L-18, Chevy $ #CC-F-THOS-22 wide body, 22"

AN-West Mesa Auto Craft

AO-Wireless Advanced Communications

$

$

356.53 $ 384.64 $ 392.10

294.80 $ 369.00 $ 369.60

900.00 $ 900.00 $ 900.00 $900.00

375.00 $ 375.00 $ 375.00

648.00

427.50 $ 566.25

700.19 $ 725.82 $ 732.61

283.12 $ 305.46 $ 311.37

Page 131: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

130

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

;-·.--. >·;-\:.:'.

Page-16

, "';~~~i'l~,,~~~R• ... ===...-~=~====--===..,...,.....,...=~"'1

AA-Advanced Comm: $356.58 additional for metal storage tray, dual cup holders, faceplates for 12V outlets, armres ma Ii t

AD-Code 3 Service, LLC

AE-Higher Power Solutions

AF-MHQ of New Mexico

$

$

$

$

AH-Grants & Technology Veterans, LLC-See attachment l for the $ s ecifications

AK-New Mexico Emergency products, LLC, Ford #CC-WBOS-20, 20" wide body, open storage

AN-West Mesa Auto Craft

AO-Wireless Advanced Communications

$

$

516.58 $ 548.11 $ 530.81

369.60 $ 369.60 $ 258.50

900.00 $ 900.00 $ 900.00 $900.00

487.50 $487.50 $ 487.50

877.20 $ 657.00 $1,061.40 N/A

No Bid

846.11 $ 859.08 $ 850.64

410.23 $ 435.26 $ 414.17

Page 132: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

131

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 60-000· 15-00032

AA-Advanced Comm

AD-Code 3 Service, LLC

AE-Higher Power Solutions

AF-MHQ of New Mexico

Sierra Wireless

Option International

Omnivations

Cradle point, AH-Grants & Technology Veterans, IBRGOOLPE-VZ or

LLC IBR600LPE-AT&T

AK-New Mexico Emergency products, CDW-G LLC Electronics - List

AN-West Mesa Auto Craft

AO-Wireless Advanced Communications

AA-Advanced Comm

AD-Code 3 Service, LLC

AE-Higher Power Solutions

AF-MHQ of New Mexico

AH-Grants & Technology Veterans, LLC - AP-CCWW-Q-S2222-RP34-BL

AK-New Mexico Emergency products, LLC

AN-West Mesa Auto Craft

AO-Wireless Advanced Communications

$ 65.00

No Bid

$ 120.00

425.00

$ 179.00

No Bid

No Bid

No Bid

Page-17

$ 999.00

$ 509.00

$ 750.00

N/A

$ S73.00

Page 133: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

132

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 60-000-15-00032

AA-Advanced Comm

AD-Code 3 Service, LLC

AE-Higher Power Solutions

AF-MHQ of New Mexico

Gamber Johnson AH-Grants & Technology Veterans, metal LLC: mounting/console

products & docks Gamber Johnson non-metal mounting accessories with electronics Cradlepoint modems solutions & modem

5%

N/A

20%

25%

35%

5%

7%

accessories !-------------- ------+--------~----l--------4 Cradlepoint modems warranties and software support solutions Sierra Wireless modems solutions & modem accessories Sierra Wireless modems

AH-Grants & Technology Veterans, warranties and LLC: software support

solutions Cradlepoint & Sierra Wireless modem antenna solutions

Havis metal mounting/console products (non­electronic)

5%

5%

2%

5%

5%

Pag~l8

Page 134: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

133

-----··"'

State of New Mexico General Services Department

Purchasing Di vision Price Agreement #: 60-000-15-00032

- -·""······-··· ·····--

Havis mounting accessories and docks with electronics

AK-New Mexico Emergency products, American

LLC Aluminum

Angel Armor

Copeland

Go Rhino

Havis

Gamber Johnson ,..,.....__~ ... ,~~-~~-

AK-New Mexico Emergency products, Laguna MFG LLC

Littlelight

OPS

Pelican

Premier

Setina

Stream light

Troy

Truck Vault

Warn Industries

Weiser

AN-West Mesa Auto Craft Whelen Engineering

Code 3

Feniex

Brooking Industries

Able 2/Sho-Me

Rigid Industries

Jotto-except Kodiak

Havis

Premier Mounting Solutions

Setina-except PB450 & PBSSO

Go Rhino

Pro-Gard Products

·----- ·-----"--·-,

Page-19

15%

30%

10%

5%

25%

20%

30%

10%

10%

10%

10%

30%

20%

25%

25%

10%

10%

30%

38%

30%

25%

20%

30%

15%

15%

18%

25%

20%

25% ---~--15%

.,,.~--·--

Page 135: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

134--"

State of New Mexico General Se1vices Department

Purchasing Division Price Agreement #: 60-000-15-00032

Truck Vault

Other Law Enforcement MFG's, Not incl camera systems, radar or radios

AO-Wireless Advanced American

Communications Aluminum

Applied Concepts

Blue Sea

Caban

AO-Wireless Advanced Code 3 Communications

Copeland

Custom Cages

D&R

Digital Ally

Federal Signal

Firecom

Gamber-Johnson

Go Rhino

Golight

s

Jotto Desk

Kodiak

Kussmaul

Kustom Signal

Laguna

L-Tron

Lund

Maxxima

NM 12 Volt

Panorama Antennas

Patriot

Pro-Gard

Radiotronics

Ranch Hand

Rearview Safety

Safety Vision

Page-20

-- -10%

5%

5%

5%

30%

5%

5%

5%

5%

20%

5%

35%

20%

25%

15%

15%

25%

20%

20%

15%

10%

15%

10%

20%

20%

5%

15%

20%

20%

10%

20%

5%

9%

Page 136: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

135

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 60-000-15-00032

Santa Cruz

Setina

SoundOff

Stalker

Streamlight

Synnex

Tamar

Troy

Truck Vault

Unity

VLCM

Watchguard

Weiser Solutions

Westin

Whelen

·,it{l;/ e:······;i ,., ; -~" .. '-~., :· .·• ·~.· . ;:·: ,., , ,,

; ·,,· . . .. ~·o:r :·. rrice , > >,,.{/1 <\;r.r-:,~,r, ··-~ ,, ( ;,,;:: ,, ·····.····,·>., .', , ·:.,, .,

AA-Advanced Comm s

95.00

AD-Code 3 Service, LLC No Bid

AE-Higher Power Solutions s 70.00

AF-MHQ of New Mexico s 80.00

AH-Grants & Technology Veterans, s LLC 65.00

AK-New Mexico Emergency products, s LLC 65.00

AN-West Mesa Auto Craft s 50.00

AO-Wireless Advanced s Communications 85.00

Page-21

20%

20%

40%

5%

30%

5%

5%

25%

10%

40%

5%

10%

25%

25%

20%

···.r >: ,,, , 5f .,

,• r·.

:: , :.:'

Page 137: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

136

Specifications for Visual and Audio Warning Systems, Parts, Supplies and Labor:

All items bid in this category shall confom1 to the Society of Automotive Engineers (SAE) or California Code Certifications, Title 13.

When an item is identified by manufacturer's name, trade name, catalog number or reference, it is the responsibility of the bidder to document brand name equals in the space provided for each item or to make changes on manufacturer's numbers on each item if the numbers have been changed.

These specifications are for vehicle-mounted roof lights, vehicle-mounted rear deck lights, LED light systems, directional light controls, sirens, and speakers. The systems must be suitable for mounting in or on high speed emergency vehicles operated by New Mexico Department of Public Safety and other New Mexico law enforcement and public safety agencies.

Acceptable Equipment: Only complete equipment, consisting of the lighting system, lenses, covers, mounting brackets, and power and/or control cable will be accepted. All items offered shall be standard production models of the manufacturer and except for configuration, may not be built especially for this bid request. Repair parts must be readily available to New Mexico Department of Public Safety or user agency/entity without unreasonable delay. No additional charges will be accepted. All prices bid per unit shall include all delivery charges to the purchaser's place of business within the State of New Mexico. The successful bidder shall be authorized by the manufacturer and required to: offer warranty repair service when requested by the end user; stock repair parts and finished pmducts locally in the State of New Mexico.

Specifications for Light-Emitting Diode (LED) Light Bar and LED lights: This specification describes the minimum requirements for visual warning system for emergency vehicles. The light bar shall utilize reflector LED-based technology and reliable onboard circuitry manufacturing design. The light bar must be capable of removal without disassembly of the interior components for ease of service or repair. The light bar must be compatible with current Department of Public Safety equipment.

Light Bar: LED heads shall consist of reflector modules utilizing most current technology. Each module shall be offset, use a compound curve and polished-reflector design and shall contain at least twelve (12) diodes, projecting downward into the reflector assemblies. Modules shall be available in red, white, blue and amber LEDs, chosen by user agency. Each light bar shall contain at least twenty-two (22) reflector modules, with a total of three hundred and twenty-four (324) most current lamp diodes. Microprocessor controls shall be utilized to provide a total of twenty-eight (28) user­selectable flash patterns, including an intersection mode and a low-power "dim" mode. The light bar must contain three (3) prioritized modes of operation with mode 3 the highest priority. Mode 3 will override mode 2 and mode 2 will override mode 1. Each of the three modes will provide preset flash pattems that can be activated for various stages of the emergency vehicle's warning light levels of operation. Modules shall be field-replaceable and shall meet SAE J595 light output, SAE l 113/41 RFI, and SAE 1845 standards. No exceptions will be allowed.

Alley Lights: Alley lights shall be integrated into the light bar. Each module shall contain at least twelve (12) diodes on the driver and passenger side. No exceptions will be allowed

Flood Lights: Flood lights shall be 360 degrees visibility and integrated in the light bar. Each module shall contain at least six (6) diodes and be white LED. No exceptions will be allowed.

Construction: The Light Bar shall be a single piece, polycarbonate, based on a minimum 1/8" thick extrusion that shall provide strength without excessive weight. Housing shall be molded polycarbonate for durability. Colors (clear, red, blue or amber) shall be specified by user agency. The dome shall be secured with barrel nuts and shall use "O" rings for a water proof seal.

Mounts:

Page 138: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

137

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 60-000-15-00032

Page-23

A pair of stainless steel installation brackets, vehicle specific, shall be included. The mounting brackets must allow for height and pitch adjustment. Mounting legs must be adjustable for distance to allow for differing roof lines. No exceptions will be allowed.

Dimensions: The Light Bar must be no more than 2" in height, no less than 1 O" in width, and 44" in overall length. 51" overall length light bar for trucks and large SUYs with the same height and width.

Warranty: The warranty period shall be five years parts replacement, one year labor.

Specifications for siren/Jight control: This specification describes the minimum requirements for a siren/switching/public address combination for emergency vehicles. The system shall be compatible with 12 Volt DC, negative ground vehicles, two-way radios, vehicle lighting and speakers. The system shall be compatible with current department of public safety equipment.

Construction: The control should be a programmable siren/light controller with remote mount amplifier and have a programmable illuminated push button with three position slide switch with built-in traffic control and display capability. It should have a minimum of fourteen solid state relays and external fuses. It should be capable of using a Cats siren controller and light bar. It shall contain directional warning capability.

Sounds: System shal 1 have siren sounds and non-siren sounds. The siren sounds shall include manual, wail, and yelp. Manual shall consist of a tone that rises as the vehicle's horn button or the siren's manual button is pressed. Momentary application shall produce a brief burst. Wail and yelp shall provide tones that automatically rise between 5 00 Hz and 1650 Hz eleven times per minute. Frequencies below 500 Hz shall be eliminated to avoid speaker damage. Non-siren sounds shall include an air-horn type sound at 1000 Hz, a choice of two high/low alternating 600 Hz and 1350 Hz sounds, and a hetro sound. The system shall offer an alarm input for K9 or burglar alann uses.

Siren Operation: System shall stop siren when vehicle is shifted into park, but allow continued operation of public address and lighting circuits. System shall allow either a five-second ove1Tide ( change of tone for five seconds when horn button or manual switch is pressed), lock (tone is changed when horn button or manual switch is pressed and changed back upon pressing again), or sweep (siren cycles through three siren sounds every six seconds upon pressing horn button or manual switch, returned to normal operation upon pressing again).

Public Address: The public address system shall provide inputs for radio and microphone audio. The included microphone can be dedicated for P.A. or can be common between radio and P.A. system. The output power shall be 50 Watts 400 Hz to IOK Hz with less than 10% harmonic distortion. Volume shall be established with three fixed settings via two externally accessible potentiometers. Electrical: Total switching system capacity shall be 205 Amperes. The system shall have a slide switch with the following functions: five sequenced circuits for warning light control having a total capacity of 60 Amperes; lever positions 1 & 2 shall tum on waming lights without siren, position 3 shall activate siren also; lever position 3 shall transfer horn ring for siren control (use of external relays is unacceptable; the slide switch shall be rated at 800,000 cycle life. Accessory switches shall provide the following functions from left to right: takedown control (30 Ampere capacity), brake and backup light cutoff (two separate circuits at 30 Ampere capacity each), right and left alley light control (30 Ampere each), auxiliary control (fourth, up position, 30 Ampere capacity), gun-lock (fourth, down position) release with optional plug-in 9-second timer. Siren and accessory selector switches shall have 50,000 cycle life rating; accessory switch relays

Page 139: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

138

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

Page-24

shall have a life rating of 500,000 cycles and be rated for 30 Amperes each. Indicator lights shall have a life rating of 100,000 fla,;hing hours, while panel lights shall have a life rating of l 6,000 hours.

Warranty: Electronic components shall be warrantied for five years. Switches, panel lights, hardware, and non-electronic parts shall be warrantied for three years.

Specifications for rear deck warning light: This specification describes the minimum requirements for a rear, low profile, deck warning light, capable of mounting in the rear deck of emergency vehicles. The system must be supplied with a universal mounting kit for mounting in department of public safety vehicles. The system shall be compatible with 12 Volt DC systems and current department of public safety equipment.

Construction: The system housing shall be constructed of a durable material to withstand heavy duty activities. It must have a minimum of eight reflectors containing at least three LED Diodes. The system shall be capable of operation in temperatures from -30 degrees c to 65 degrees c and weight no more than 4.2 lbs. (shipping weight).

Elechical: The system must draw no more than 4.68 Amperes and operate at 12.8 Volts DC. It must comply with FCC part 15, SAE 113/41 RFI, SAE J595, and SAE 12498.

Warranty: Warranty period shall be five years parts, one year labor.

Specifications for LED Corner Inserts: This specification describes the minimum requirements for a LED inserts consisting of at least nine LEDs per head designed for installation in existing light housings of emergency vehicles. The system must be capable of cloning other identical systems to the same configuration with a cloning cable while only one is powered to save installation time. The system shall offer a built in power supply, reverse polarity protection and the system must be water proof. Light head dimensions shall be no bigger than 1.5" in base by 1.0" in width. Equipment must be compatible with current department of public safety equipment.

Electrical: System shall operate at full power from 12-30 Volts DC. It shall operate at reduced power from 7-12 Volts DC. The system shall require no more than 7 Amperes at 12 Volts DC and have standby current ofno more than 6.5mA.

Warranty: Product shall be warrantied for five years, except strobe tubes, which shall be warrantied for one year.

Page 140: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

139

,-#~~ Unit

:·t >· ·.··· ..

\Each· ... . c:.'. .• . . ... · .. , . ' ....

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15·00032

Description

- . . . .... . . ., .. ··:: •.... >

:}>. ·:; M@µ:C~i:turer=-''::, '. : \ J.E[) ~1ght B.11r . ?: .. ,··

AA - Advanced Comm Whelen

AB- B & G Automotive Whelen liberty

AD-Code 3 Service, LLC Fenleic Cobra 49"

Sound Off Signal

Federal Signal

AE - Higher Power Solutions Apollo 49" Feniex lll-4950

Cobra 49", Fenlex l#L-4910

Integrity 44", Federal Signal l#INTG44S

I Integrity 51", #INTGSlS

AF - MHQ ofNew Mexico Federal Signal

Federal Signal-Lighting pkg to include: 44" lntegrlty Dual Color, ES 100 Speaker w/Bracket and SSP 2000 Platinum Siren SoundOff Signal Lighting pkg 1 to Include: 48" ENforce Single Color LED Bar ENFLBS1248, ETSSlOON Siren speaker w/bracket, ETSA481CSR Siren amplifier

SoundOffSlgnal lighting pkg 2 to include: 48" ENForce Single color LED bar, ENFLBS1248CSR Siren speaker w/bracket, ETSA481CSR Siren amplifier

Code 3 Lighting pkg to Include: 47" LED light bar #21TRPL47A8, 3100U Siren speaker, 3892l6 Siren controller

Whelen lighting pkg to Include: 48" LED light bar #IX88BRR, SA315P Siren speaker w/bracket, 295SSLSA6 Siren

.... ... ,, "' ~ .. ~.

Page-25

:: . /Price '• -:-i '.·'

$ 2,437.00

$ 3,200.00

$ 960.21

$ 1,563.25

$ 2,177.50

$ 2,280.00

$ 1,181.00

$ 3,200.00

$ 3,500.00

$ 1,450.00

$ 2,406.24

$ 1,602.18

$ 2,128.47

$ 1,823.75

$ 1,897.50

Page 141: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

140

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60--000-15-00032

AG - Federal Signal Corporation

AK - New Mexico Emergency products, LLC

AN· West Mesa Auto Craft

AO - Wireless Advanced Communications

AD - Code 3 Service, LLC

AE - Higher Power Solutions

AF· MHQ ofNew Mexico

AG· Federal Signal Corporation

era! Signal INTG445· SP

SoundOff, N-Force 48", ENFLBS1248

Federal Signal, INTG44S­NMSP

Whelen Engineerlng-44~

Whelen Engineering-51"

ound Off

ederal Signal

·. · f \Man~til<1ru,rer;/. en

Feniex

Sound Off Slgnal

Federal Signal

Fenlex 4200 Controller

Federal Signal Touchmaster Delta

Federal Signal Platinum 3000

Federal Signal

Federal Signal SSP3000B

Federal Signal LED Corner Inserts 416200-44

AK - New Mexico Emergency SoundOff, ETSA481RSP Products, LLC

AN· West Mesa Auto Craft

AO • Wireless Advanced Communications

Federal Signal, SSP300B

Whelen 295SSC6 w/WPKMl

n Engineering-ind er & Bracket

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

$

l'age-26

1,350.00

1,956.00

1,890.00

1,589.00

1,769.00

1,500.00

1,500.00

894.78

2,200.00

414.96

669.95

1,104.35

638.40

736.00

1,699.00

825.00

747.56

112.20

498.74

1,046.58

498.74

749.00

8Sl.00

Page 142: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

141

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 60-000-l 5-00032

AA - Advanced Comm

AB • B & G Automotive

AD - Code 3 Service, LLC

AE - Higher Power Solutions

AF· MHQ of New Mexico

AG • Federal Signal Corporation

AK - New Mexico Emergency SoundOff, N-Force

Page-27

$ 506.00

S 2,100.00

$ 518.96

$ 805.35

$ 1,130.35

$

$ 638.72

$ 1,000.00

765.60

$ 254.80

$ 408.96

$ 356.72

products, LLC ENFTCDG51206 t---:---------1--------~ Federal Signal, SLBA-A

AN - West Mesa Auto Craft

AO· Wireless Advanced Communications

AB • B & G Automotive

AD - Code 3 Service, LLC

AE - Higher Power Solutions

AF - MHQ of New Mexico

AG Federal Signal Corporation

AK • New Mexico Emergency products, LLC

AN - West Mesa Auto Craft

AO - Wireless Advanced Communications

Whelen Dominator D8RB

Feniex

SoundOff Signal

Federal Signal

Fenlex C-4014

Fenlex C-4015

Federal Signal

Federal Signal ES100C

. SoundOff, ETSS100N

speaker

s 408

$ 429.65

$ 460.00

s 188.36

$ 231.40

$ 204.10

$ 330.00

$ 488.00

$ 135.00

$ 117.65

$ 164.72

164.71

167.72

145.00

190.00

Page 143: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

142

... ,, .... ~ . ,,. ···.

"'• I :

I.::

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

. ... ··',·::·:. \"•\ t , . ': oft '• • ,t.,..C:. ~r,Iiil)orici, • •. Un=j:..;;.,.; .•. ~ ' • ·:;; .> •• ;; .'i •.•.. ~. . ;: ......... ,,,. ..• • •

•·

.}-'- · .. ·.; ~~~ i'c.\.:····,c' ·, · .. : .•. .. . ·.:.. .·,,·:. J;> -· .-.... \ ··:· . ._: '·· . . -.·:·· :-';, ' .. . .•.· .· ....

AA - Advanced Comm ~elen e3

Federal Signal Sound otr Signal

AB - B & G Automotive AD - Code 3 Service, LLC Fenlex

I SoundOff Signal

Federal Signal

AE - Higller Power Solutions

AF- MHQ ofNew Mexico Able2

Big Sky Racks

Code 3

.

Copeland Engineering

Digital Ally

Watch Guard

Kustom Signals

Brookings Ind.

Federal Signal

911 Circuits

B & B Enterprises

Rigid Industries

Fenlex Industries

Go Light

Sound Off Signal

Streamllght

Elz.etta

Pelican Products

k

avls

Gamber Johnson

Troy Products

Westin

Setina Products

Laguna Seats

Santa Cruz. Gun Locks --·-~-« ·-~---,-,·--·-·--·~-.... ~·---..

Page-28

,,,'.• .· ... , .... _ . . ·•· .. · Q)$Cf,llJOt . ' ·:,.'·

··· . ..

,. - .

18%

18%

18%

18%

10%

35%

35%

35%

20%

30%

10%

40%

30%

0%

0%

20%

30%

45%

20%

20%

10%

30%

10%

40%

20%

5%

10%

30%

35%

25%

30%

20%

25%

20%

20%

10%

20% ·'·······-·· _.,--,.-.~------

Page 144: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

143

-------·· ,,

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

AF - MHQ of New Mexico Go Rhino

Kussmaul

Pro-gard

Rtruck vaults

Ops

D & R Manufacturer

Angel Armor

All Other Manufacturers

AG • Federal Signal Corporation

AK - New Mexico Emergency Sound Off Signal products, LLC

Federal Signal

E Electrical

Code 3

ECCO

Feniex

I Nova

I Tamar

Unity

Patrol Power

Whelen

PSE Amber

AN • West Mesa Auto Craft helen Engineering

Code 3

Fenlex

Brooking Industries

Able 2/Sho-Me

Rigid Industries

Jette-except Kodiak

Havis Premier Mounting Solutions

Setlna-except PB450 & PBSSO

Go Rhino

Pro-Gard Products

Other Law Enforcement MFG's, Not Ind camera systems, radar or radios

AO - Wireless Advanced Communications _._ .. ·-··~

Page-29

25%

10%

20%

10%

15%

15%

5%

10%

45%

40%

30%

10%

30%

25%

25%

30%

20%

25%

10%

30%

30%

38%

30%

25%

20%

30% 15%

15% 18%

25%

20%

25%

15%

10%

5%

·-· 35%

Page 145: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

144

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60--000-15-00032

AB - 8 & G Automotive

AD - Code 3 Service, LLC

AE - Higher Power Solutions

AF - MHQ of New Mexico

AG • Federal Signal Corporation

AK - New Mexico Erner products, LLC

AN -West Mesa Auto Craft

AO • Wireless Advanced Communications

$

$

$

Page-30

8S.OO

65.00

80

No Bid

65.00

50.00

85.00

Page 146: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

145

Patrol Vehicle In-Car Digital Camera and Equipment

The camera must be capable to be record/ play back within the unit as well as be able to record many different· traffic stops without interruptions. The digital camera must be able to operate in extreme cold as well as hot conditions. The camera should be able to record all actions performed by an officer while engaged in high-speeds and to not skip when being driven on rough roads.

The camera shall, in all aspects, meet or exceed all requirements of the federal government for the year and model bid. The camera shall include all standard equipment and components normally sold and marketed to the retail public.

Illustrative and Technical Data: Bidder must subrnit with bid packet two (2) sets of illustrative product brochures and all technical data identifying all equipment included with the digital camera including performance and specifications.

Repair Parts: It is the responsibility of the contractor supplying the video unit to ensure an adequate stock of all parts, regular and special parts to meet the continuing service and repair needs of the New Mexico State Police and/or user agency without undue delay. All repair parts must be received within seventy-two (72) hours of Purchase Order receipt.

Technical Information: The successful bidder shall provide the following technical information prior to the delivery of the first camera delivery:

A. Service Shop Manual covering all aspects of the Digital Camera (covering all components) eight (8) copies.

B. Two Owner's Manuals (with the warranty provisions).

Video Systems and requirements: A. Performance Testing and Product Evaluation: The emphasis of the testing will be on recording quality

while subjected to outside interference from the following systems, but not limited to: I. High powered television stations. 2. Other radio frequency interference sources including UHF, VHF, and HF transmitters. 3. Automobile alternator, ignition and electrical systems. 4. Automobile air conditioner fan motor. 5. High voltage power lines, traffic signals, neon signs, etc.

The agency reserves the right to have the digital video system examined by any other qualified agency, for acceptable design, construction fabrication and assembly methods.

B. Patent Infringement. The seller shall indemnify and save harmless the agency and all persons acting for or on their behalf from all suits and claims against them, or any of them, arising irom or occasioned by the use of any material, equipment, or apparatus, or any part thereof, which infringes or is alleged to infringe on any patent rights. In case such material, infringement, the Seller, within a reasonable time, will at its expense and as the agencies may elect, replace such material, equipment or apparatus with non-infringing material, equipment, or apparatus, or remove the material, equipment, or apparatus and refund the sums paid therefore.

C. The bidder shall state manufacturer and model number of the recorder, camera, monitor and wireless microphone.

Page 147: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

146

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

Video System Specifications/System Description: Overall Description of Digital System:

Page-32

The digital patrol car surveillance system shall consist of a mounted miniature camera, ruggedized recorder, and overhead control center with compact monitor, and wireless microphone to provide digital audio and video recording of traffic stops, pursuits, D.U.I. tests, etc.

Video authentication shall be provided by a time-stamp embedded in the video. This time-stamp information shall be recorded in a proprietary format that cannot be duplicated outside the vehicle to ensure any attempts to alter the video are detected. Proprietary software designed to detect and reveal alterations to video files shall be supplied.

The miniature camera shall be Charged Coupled Device (CCD) type, and shall be capable of operating in extreme weather conditions. Its small size shall not obstruct the driver's field of view.

The overhead control center shall be mounted within easy reach of the driver's seat, and give the officer the ability to review recorded segments. The system shall also protect recorded segments to insure they are not recorded over.

The wireless microphone shall allow audio recording of events inside/outside the car. The microphone supplied shall be ready to operate on two frequencies that can be selected using the transmitter's power switch.

All cables and hardware required for installation and operation shall be supplied.

Each digital in-car video system shall be capable of interfacing with compatible traffic radar units. Target and patrol speeds shall be displayed on the monitor, and recorded on the digital media simultaneously with the video being recorded by the camera.

Color Camera Specifications: The CCD camera shall be high resolution, full color with an auto iris, fixed focus, and motorized zoom lens. The motorized zoom lens shall offer a minimum of 1 OX optical zoom. The camera shall include auto and manual focus capabilities, auto white balance and backlight compensation.

The camera shall house the video system's external record/microphone indicator. This indicator shall consist of an LED built in to the front of the camera's housing to indicate to an officer outside the vehicle that the recorder is recording, and that audio from the wireless transmitter is being received.

The auto iris lens shall automatically adjust for varying light levels from day to night. The use of electronic shuttering to adjust for varying light levels shall not be acceptable.

The camera shall be capable of mounting within the Overhead Control Center or outside the Control Center using a heavy-duty, spring loaded, dual-ball pivot mount. The dual-ball mount shall allow the camera to be easily positioned, rotated 360° and secured in place without tools.

Video Compression and Recording Specifications: The digital video system shall be capable of supporting either a SD card or hard disk drive (HDD). The drive shall be housed in an enclosure that is secure.

The following record times shall be achievable on a 40 GB HDD or 40 GB SD card: High resolution mode - 52 hours, Normal resolution mode - 73 hours, Low resolution 91 hours 20 minutes.

Page 148: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

147

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

Page-33

The system shall include a buffer memory for pre-event recording. This buffer shall be capable of capturing at least 60 seconds of video prior to the recorder being activated.

The digital recorder shall have an operating temperature range of 20°F to l 20°F (-7°C to 49°C). When packaged in the environmentally controlled vault, the recorder shall be capable of operating in temperatures ranging from -20°F to 150°F. ( -29°C to 66°C)

Maximum Security Vault Specifications: The digital recorder shall be mounted in an environmentally controlled, tamper resistant, security vault. The vault shall include a recessed key lock to allow the agency control access to the recorder and digital media. An option shall be available to restrict access to the systems set-up menu.

The video system shall draw no more than 12 amps@ 12 VDC with both recorder and environmental system operating. In normal operation, the system shall draw approximately 2 amps.

Overhead Controls Specifications: All system controls and the system monitor shall be packaged in an overhead mounted integrated controller.

If mounted in a pursuit rated or special service car or pickup, the overhead control center's mounting bracket shall not require any holes or cuts to be made in the vehicle's headliner.

The control center shall be designed so that controls for power, record, stop and auto zoom are the most prominent buttons on the control center. All controls shall be identified with back-lighted legends for night operation.

The system shall allow a second camera to be added without requiring hardware or software changes. The control center shall include a camera switch that is used when the system is equipped with two cameras. This switch shall have no effect when the system is equipped with one camera. This shall ensure video from the single camera will be seen, regardless of the camera switch's position.

The overhead control center shall accommodate an optional miniature rear-facing camera. The lens shall offer a fixed-focus wide-angle lens sufficient to cover the back seat area. No adjustment of this camera shall be required.

The control center shall have a frequency switch for the wireless microphone system's receiver. This switch shall allow the operator to easily select from the two microphone frequencies available.

The control center shall have the ability to start the recorder from outside the car using the wireless microphone.

Control center features shall include: A. Power on/off. B. Record start/stop. C. Video review: play, previous file, next file, pause, rewind, fast forward. D. On-screen rewind and fast forward (Search). E. Zoom wide/tele. F. Auto zoom. G. Digital auto zoom. The control center shall allow the operator to select whether the camera's

digital zoom is used during auto zoom. H. Focus auto/manual. I. Backlight compensation.

The control center shall include a set-up menu that shall include the following features/options:

Page 149: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

148

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

Page-34

A User Friendly Access- Pressing any switch on the monitor shall access the main menu. Menu access and entry shall not require a separate programmer or external device.

B. Limiting Menu Access - A method shall be available to limit access to the menu. If this method is selected, a key shall be required to gain access to the set-up menu.

C. Time and Date Generator - Records time on the tape in hours, minutes and seconds. D. Time and Date Position - The time and date shall be capable of being placed at the top or bottom

of the screen. E. Time and Date Format - Three time and date formats shall be available through the Set-Up

Menu: MM/DD/YY, DD/MM/YY, and MM/DD/YYYY. F. Flash Preference - The set-up menu shall allow the operator to set the display to flash every 60

seconds or to remain steady. Flashing the display prevents it from covering important details in the scene.

G. Selectable Resolution - Three resolution modes shall be available through the Set-Up Menu. H. Auto Zoom Positions - The telephoto and wide angle positions used for Auto Zoom shall be

adjustable through the Set-Up menu.

The control center shall include the speaker used to activate the optional automatic audio transmitter.

The control center shall provide a connector for a radar interface to compatible radar showing target and patrol speeds to document tracking history. Operational messages shall also be recorded: RFI hold, crystal error, and low voltage. The video system shall be capable of directly communicating with radar products, without the use of a separate translator device.

Color Monitor Specifications: A high quality active matrix color LCD monitor shall be provided for focusing the camera and for continuous viewing.

The monitor shall mount in the overhead control center on a swivel mount that allows it to be recessed up into the housing or swing down and swivel side-to-side for the best viewing angle. It shall include a soft rubber outer shell to prevent the operator from contacting hard and/or sharp comers. Controls shall be provided for power/volume and brightness.

The monitor's screen shall be non-reflective for optimum viewing in the vehicle. Mirror-like reflective screens shall not be acceptable. The screen size shall be no smaller than 3" and no larger than 4" measured diagonally. The monitor's dimensions shall not exceed 4.55" x 3.45" x 2.25" w/h/d (11.5 x 8.8 x 5.7 cm w/h/d). The monitor's weight shall not exceed l lb.(. 71 kg).

The monitor's audio shall be played over two 1.5" speakers. The total audio output of these speakers shall be no less than 200 mW (14.4 ohms). Audio and video monitoring shall be possible whether or not the system is recording.

The monitor shall be capable of displaying: A. Time and date B. Emergency lights indicator (L) C. Siren indicator (S) D. Microphone reception indicator (M) E. Brake use indicator (B) F. Target and patrol speeds from radar

High Performance Audio Transmitter/Receiver Specifications: The wireless microphone system shall be compact and lightweight, and easily attach to the officer's uniform. It shall include a right-angle modular plug that easily detaches from the transmitter. Hard wired microphones shall not be acceptable. Transmitter shall be capable of operating 8-10 hours on one battery.

Page 150: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

149

State of New Mexico General Services Depat1ment

Purchasing Division Price Agreement#: 60-000-15-00032

An optional upgrade shall be available to vary the transmitter's primary frequency, allowing multiple vehicles to operate their transmitters at the same scene without interference.

The receiver shall be mounted in the recorder enclosure for convenient access to the trunk mounted (or patch) antenna.

A hard wired in-car microphone shall be available to record conversations inside the patrol vehicle simultaneously with conversations recorded with the wireless mic. The in-car microphone shall mount inside the passenger compartment, and be controlled by a switch integrated with the Control Center.

Operating Instructions and Specification Manual: A full and complete set of operating instructions shall be furnished by the contractor with each unit.

Manufacturer's Quality Control and Testing:

Pagc-35

All electrical components utilized, including integrated circuits, shall be a high reliability commercial grade part. Each individual electrical and electronic component shall be subjected to a complete quality control inspection. This is required before installation into printed circuit board or other sub-assembly.

All assembled printed circuit boards and sub-assemblies shall be thoroughly inspected and completely tested mechanically and electrically before installed into video system. All printed circuit boards shall be glass epoxy, type FR4 or equivalent. Also, all high-density circuit boards shall be the solder mask type.

All components dissipating power in excess of one watt and mounted directly against a circuit board shall have adequate heat sinks for circuit board protection. All electronic and electrical components shall only be utilized within their manufacturer's operating specifications, pertaining to voltage, current and heat dissipation characteristics.

Each complete video system shall be individually bench tested for all functions and test parameters.

Warranty: The manufacturer shall at a minimum fully guarantee the digital patrol car video systems to be free of defects in materials and workmanship for a period of one year from the date of delivery to the agency. This warranty shall not extend to finish, appearance items, or malfunction due to abuse, neglect, misuse, accidents, or operation under other than specified conditions.

Page 151: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

150

Item# ~ox. tity Unit Description

.. }. ·:f:t•'.,,:' ! }J;,)~: ' m1::~t1~:~ikttr0rx~·· ... ..... i. . · . .. . . . ,/- "' .. . .. i ::. ;Ml1'G <Mo(let# Fri~·· . r' \·i·.: .. ...

.... '.: ... i •.·.•· .::';;~· ·. :' . ,,. . . ... . . ;: ,,.. > i\~ ··-.. ·· .

AA· Advanced Comm L3 FB3 or HD s 5,868.75

System

AB · B & G Automotive Feder.ii Signal DTX-KIT-Law-1 $ 4,500.00

Coban _Edge AC - Cohan Technologies, Inc. SD_w/WIFi s 5,129.75

antenna

AD • Code 3 Service, LLC GeTac Veretos $ 4,851.47

AE • Higher Power Solutions Digital Ally OVM-800 $ 4,500.00

Cohan EdgeHD AF - MHQ of New Mexico w/WiFi $ 5,444.75

antenna AH. Grants & Technology Veterans, Panasonic ARB-KIT-HD $ 5,465.00 LLC Arbitrator

Kustom Signals G3 Vision

AI - Kustom Signals, Inc. Bundled In-Car

$ 4,819.00 Video -See Attachment 3

AJ - L3 Mobiie0 Vision, Inc Variable Variable $ 4,695.00

AK - New Mexico Emergency No Bid

oroducts LLC

AL • Safety Vision, LLC. Safety Vision, LLC !CP·KIT $ 3,495.00

Watch Guard 4REHD In-AM - Watch Guard Video Car Video s 4,995.00

Svstem

AN - West Mesa Auto Craft No Bid

AO • Wireless Advanced Cohan Edge HD

60-100 Communications

w/WiFI $ 5,300.00 antenna

Page 152: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

151

2 -Each

60-100

3 Discount

State of New Mexico General Services Department

Purchasing Di vision Price Agreement #: 60-000-15-00032

In-Vehicle Camera (With-Out wireless MFG downloading capability)

AA • Advanced Comm L3

AB - B & G Automotive

AC - Caban Technologies, fnc. - See Caban Attachmenl 3

e 3 Service, LLC GeTac

AE - Higher Power Solutions Digital Ally

Caban AF - MHQ of New Mexico

AH • Grants & Technology Veterans, Panasonic LLC Arbitrator

Kustom Signals AI - Kustom Signals, Inc.

AJ • L3 Mobile-Vision, Inc AK - New Mexico Emergency products, LLC AL· Safety Vision, LLC. Safety Vision,LLC

AM - Watch Guard Watch Guard Video

Watch Guard Video

AN - West Mesa Auto Craft AO· Wireless Advanced Caban Conununications

Discount off Parts and accessories, discount is for related cameras and Additional Disc equioment as described above AA • Advanced Comm

AB • B & G Automotive

AC - Caban Technologies, Inc.

AD - Code 3 Service, LLC

AE - Higher Power Solutions

AF - MHQ of New Mexico AH - Grants & Technology Veterans. LLC:

% off Catalog List Price Related Equipment and Accessories

% off Catalog List price for Warranties % off Catalog List price for Services

Page-37

Model# Price

FB3 or HD $ 5,868.75

Svstem

. No Bid _Edge SD w/o

$ WiFI antenna 4,935.00

Veretos $ 4,as1.41 I DVM-800 $ 3,995.00 Edge HD w/WiFi $ 5,250.00 antenna ARB-KIT-HO $ 5,312.00

G3 Vision Bundled In-Car $ 4,569.00 Video

No Award

No Bid

lCP-KIT $ 3,495.00 4RE HO lo-Car Video System $ 4,795.00

OVl.,..,,EOH $ 4,825.00

No Bid Edge HOw/o

$ 5,100.00 WIFI

Discount

5%

I 10% .,,.

10% 0%

5%

3%

5%

1% -

Page 153: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

152

... .... ·r··-- ..•.... _;::· .. :pf ,!I~;~::::: 4 .. ,"c,< ".'.: :· ... : ..... ~ ..

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

% off Catalog List Price for Panasonic Body worn camera

% off Catalog List Price for Panasonic Body worn camera accessories

Al - Kustom Signals, Inc.

AJ - L3 Mobile-Vision, Inc

AK - New Mexico Emergency products, LLC

AL - Safety Vision, LLC.

AM - Watch Guard - MSRP

AN - West Mesa Auto Craft

AO - Wireless Advanced Communications

10%

5%

20%

No Award

No Bid

0%

20"/o

No Bid

5%

' 'lt!fJff}t~~i{?~t1;sfal~nt"~~: ·::> : i;(ddJtipnil Ratt)S : :! ••. ·•. ,:::Pnsi .- ·:.· '' "

. .. , '"""

AA • Advanced Comm $ 95.00

AB - 8 & G Automotive $ 88.00

AC • Cohan Technologies, Inc. -NMSP-DPS has already been trained

$ 445.00 on installation so no additional costs for DPS/SP to perform Installations.

AD • Code 3 Service, U.C $ 85.00

AE - Higher Power Solutions $ 65.00

AF - MHQ of New Mexico $ 80.00 AH -Grants & Technology Veterans,

$ 150.00 LLC AI - Kustom Signals, Inc.: on-site at agency's location w/minirnum of I 0 units - for factory repairs contact Kustom Signals Technology Support Installation $ 400.00 Services Center first at (800) 835-0156 oremail@ [email protected]

De-installation $ 175.00

Factory repairs $ 85.00

AI - L3 Mobile-Vision, Inc No Award AK - New Mexico Emergency

$ 65.00 products, LLC

AL - Safety Vision, LLC. Flat Rate

$ 450.00 Installation

Repairs $ 75.00

AM· Watch Guard $ 105.00

AN • West Mesa Auto Craft $ 65.00

AO - Wireless Advanced $ 85.00 Comm11n:nnt:~~"

Page-38

.. ""

' .. . "

,, ,:." .... ,;

Page 154: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

153

···-.-•·'JS: ·-1·, ·· .·_·_ .•. -.· ?if ·pjs~Qiwf

.

:.:;;tt··~>\I ,. } ;··•/.)J-::.,ijq~ttYf

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

•·Si>ri.wai:f(%'RfI-~~9gilric~ ClitJ'·····-·· ..

....... " ·. ···:ni.:C:..:: .. .::.: ·.·

AA • Advanced Comm 5%

AB · B & G Automotive 5%

AC • Cohan Technologies, Inc. 5%

AD • Code 3 Service, LLC 10%

AE • Higher Power Solutions 0%

AF- MHQ of New Mexico 5%

AH - Grants & Technology Veterans, LLC . % off catelog list price for 5% Panasonic Body worn camera licenses

Al · Kustom Signals, Inc. EDV Lite 80%

Software License (Approx%)

EDV HQ Software License (Approx 15% %)

AJ · L3 Mobile-Vision, Inc No Award AK . New Mexico Emergency

No Bid products, LLC AL - Safety Vision, LLC. 00/o

AM -Watch Guard MSRP 20%

AN - West Mesa Auto Craft No Bid AO • Wireless Advanced

5% Communications

::1;:f·"" ~\~·:·'':}: \(Ct··•··•·:·:··• • .-, ....... .. ' . ., -~

• : ;,::i . ?· ' cc •.·.· :,:·.•:•· . __ ...

AA · Advanced Comm $ 125.00

AB • B & G Automotive $ 196.00 I AC· Coban Technologies, Inc. -Only incurred for non-wa1Tanty $ 95.00

irs AD • Code 3 Service, LLC } 85.00

AE ~Higher Power Solutions $ 50.00

AF· MHQ of New Mexico NIA

AH • Grants & Technology Veterans, NIA Sold Annually

LLC (See Item 3 Services Above)

AI • Kustom Signals, Inc.: on-site at agency's location w/minimum of JO units • for factory repairs contact Kustom Signals Technology Support $ 85.00 Services Center first at (800) 835-0156 or email.@

signal.com AJ • L3 Mobile-Vision, Inc No Award AK . New Mexico Emergency

No Bid products LLC AL· Safety Vision, LLC. Included

AM • Watch Guard Included at NIC

AN • West Mesa Auto Craft No Bid

AO - Wireless Advanced $ 85.00

Communications

Page-39

·.· :; I· .. .i. : :.:· · .. , "'" --·.··· ·.'·

. T / ....... . ··_.· /.'.;· . :>

Page 155: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

154

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 60-000-15-00032

. ·ftiu ....... : --:}:;&J16.lliit: · :ajf~e:o..rt.tWfo·iMca!liera and : ,. ... -. I , .. . .

··.:. > .. ~ .. Pnce:•

., . · .. ., ... : . . .. ·.--.:: ..... -_ en11 .. :-:,,:, ):.·.: ·:··· .. · .. ·, ··:_. __ :, ~- :•,·.···.: '.

: ··.: ·.' .... ·· ..

AA - Advanced Comm $ 95.00

AB - B & G Automotive No Bid AC - Cohan Technologies, Inc. - per unit/per vear $ 150.00

AD • Code 3 Service, LLC No Bid

AE - Higher Power Solutions $ 65.00

AF· MHQ of New Mexico $ 80.00 .A1:1 - (}rants & Technology Veterans,

No Bid LLC AI - Kustom Signals, Inc. 1-9 Units

Year l $ 787.50

Year2 $ 1,541.25

Year 3 $ 1,687.50

Year4 $ 1,912.50

10-19 Units

Year I $ 525.00

Year2 $ 1,027.50

Year3 $ 1,125.00

Year4 $ 1,275.00

20 or More Units

Year 1 $ 350.00

Year2 $ 685.00

Year 3 $ 750.00

Year4 $ 850.00

AJ • l.3 Mobile-Vision, Inc No A

AK . New Mexico Emergency $ 65.00

products, LLC

~ Safety Vision, LLC. $ 75.00

Watch Guard

AN • West Mesa Auto Craft No Bid

AO· Wireless Advanced $ 85.00

Communications

Page-40

·. :' 1, •.

Page 156: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

155

··_.'f· :1 · ··:·.· ':.. I ;':)~~ch'

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000.15.00032

. . , \t~Jiti<:itJ;ifW11i#tity,pa9kage~ .. · .. Year$ AA - Advanced Comm - off MSRP

AB - B & G Automotive AC - Cohan Technologies, Inc. - 3 year hardware warranty, 1 year maintenance

Year 4 and support and rear facing camera is included in purchase AD - Code 3 Service, LLC Year 5

AE - Higher Power Solutions

AF-MHQ of New Mexico Year 4

Year 5

AH - Grants & Technology Veterans, LLC AI - Kustom Signals, Inc., each year of extended warranty is individual and not Year 2 inclusive of previous years.

Year3

Year4

Year 5

AJ - L3 Mobile-Vision, Inc AK - New Mexico Emergency products LLC

AL - Safety Vision, LLC. '

Per System

AM - Watch Guard

AN· West Mesa Auto Craft

AO - Wireless Advanced 4 year

Communications

Page-41

- ., -c

..... Price\.··

5%

No Bid

$ 400.00

$ $ 250.00

N/C N/C

No

$ 300.00

$ 400.00

$ 500.00

$ 600.00

No Award

No Bid

$ 500.00

I No~ $ 440.00

Page 157: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

156

Vehicle Wraps and Decals

This category describes services, materials and specificalions for marking police vehicles which includes: 1) designing/creating new designs and modifying existing designs, 2) furnishing and installing decals and wraps on various vehicles as required, 3) miscellaneous repairs on previously decaled or wrapped vehicles as needed.

Design Services: Includes all services regarding creation of new designs, setup, proofing and editing of existing designs at a set hourly rate.

Standard Specifications: Decals applied to police vehicles shall be high perfonnance, high quality materials with a minimum manufacturer's warranty. The product thickness, color, strength, reflectivity and adhesion must be able to withstand weather and usage common to law enforcement and municipal vehicles. The product should be able to remain intact with minimal damage under conditions normally withstood by the vehicles paint and surf ace preparation.

It # Approx.

em Quantity Unit Description

AA-Advanced Comm

AB • 8 & G Automotive

AD - Code 3 Service, LLC

AE • Higher Power Solutions

AF - MHQ of New Mexico AK - New Mexico Emergency products, LLC • per S Ft AN - West Mesa Auto Craft

AA-Advanced Comm

AB- 8 & G Automotive

AD - Code 3 Service, LLC

AE - Higher Power Solutions

F - MHQ of New Mexico

AK • New Mexico Emergency products, LLC • per S Ft AN· West Mesa Auto Craft

Price

No Bid

$ 680.00

No Bid

$ 350.00

$ 240.00

$ 14.50

$ 300.00

$ 14.50

$ 125.00

Page 158: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

157

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

AA-Advanced Comm

AB - B & G Automotive

AD - Code 3 Service, LLC

AE - Higher Power Solutions

AF- MHQ of New Mexico

AK - New Mexico Emergency products, LLC

AA-Advanced Comm

AB - B & G Automotive

AD - Code 3 Service, llC AE - Higher Power Solutions

AF • MHQ of New Mexico

AB - B & G Automotive

AD - Code 3 Service, LLC

AE - Higher Power Solutions

AF- MHQ ofNewMexico

AK - New Mexico Emergency products, LLC

AA-Advanced Comm

AB - B & G Automotive

AD - Code 3 Service, LLC

AE - Higher Power Solutions AF - MHQ of New Mexico

ts, LLC

AN • West Mesa Auto Craft

Page-43

No Bid

$ 135.00

No Bid

$ 350.00

$ 192.00

$ 108.00

No Bid

$ 175.00

No Bid

$ 350.00

$ 72.00

180.00

65.00

No Bid 350.00

66.00

180.00

$ 45.00

Page 159: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

158

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

AA-Advanced Comm

AB - B & G Automotive AD - Code 3 Service, LLC AE - Higher Power Solutions AF - MHQ of New Mexico AK - New Mexico Emergency products, LLC

- West Mesa Auto Craft

AB - B & G Automotive AD - Code 3 Service, LLC AE - Higher Power Solutions AF - MHQ of New Mexico AK • New Mexico Emergency products, LLC

AB - B & G Automotive AD - Code 3 Service, LLC A E • Higher Power Solutions AF - MHQ of New Mexico AK - New Mexico Emergency products, LLC AN - West Mesa Auto Craft

AA-Advanced Comm

AB - B & G Automotive AD - Code 3 Service, LLC AE - Higher Power Solutions AF - MHQ of New Mexico AK - New Mexico Emergency products, LLC AN - West Mesa Auto Craft

Page-44

No Bid $ 89.00

NoBid $ 75.00

$ 72.00

65.00

$

NoBid $ 75.00

$ 72.00

65.00

No Bid $

$

$

No Bid 5%

No Bid 5%

l 00/o

JO%

0%

Page 160: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

159

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

iscountoff1:o'Fi11 other re1ated.ilifilena1 not~"." \'., .. ·.,

Page-45

L22:_.L:..:...£d2..32JLJfil~·a~~ar_t~ijfu1.·•~ :to:~§~ . . . · .. ·. ·"· %i~ apµiies.· ,1-• ---'-~-"----'--'---=--;..;...c.;...........;_; ____ ...... -,1

AA-Advanced Comm AB - B & G Automotive AD - Code 3 Service, LLC

AE - Higher Power Solutions AF - MHQ of New Mexico AK - New Mexico Emergency products, LLC

AN - West Mesa Auto Craft -tz-:

AD • Code 3 Service, LLC

Feniex

SoundOff Signal Federal Si nal

Whelen

GeTac Pro-Gard

Setlna

Plasth< Plus AE - Higher Power Solutions Feniex

AF· MHQ of New Mexico AK - New Mexico Emergency products, LLC Kings of Wrap AN - West Mesa Auto Craft

No Bid 5%

No Bid 0%

10% 1 O"A,

0%

5%

10%

10-35%

35%

35%

35%

20%

20%

15%

35%

10%

15%

15%

15%

5%

12%

10%

0%

Page 161: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

160

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

Push Bar:

Heavy duty 4 gauge steel uprights Minimum 2" wide rubber strips Minimum 1 1/:z" lower tube for extra protection and added strength Top channel options for 2 or 4 warning lights 4 gauge steel mounting brackets Mounting bracket design minimi:aes bumper trimming Black plated stainless hardware used on all visible fasteners Uprights are pre-drilled for mounting pit bars or additional lights Cross bar pre-drilled for mounting lights, siren or speaker

Item# Approx.

Unit Description Quantity

. f

.. .• :i\ .,'·.·:: ·:.: .J· 'Erich ·J-)u*}3L\f . ' ... /i. ' ·. ..

AA-Advanced Comm AE - Higher Power Solutions AG - Federal Signal Corporation

AK - New Mexico Emergency produc~. LLC

AN - West Mesa Auto Craft

AO - Wireless Advanced Communications

·~"-·---

' ·,'_ · . , ..

M£G Fi:n:rl .. '_:, .. '

$274.74

Setlna PB-400L

PBXOS w/llght $195.00

channel

No Bid

Sedan 2 Lights $281.37

Sedan 4 Lights $291.37

Westin $290.00

Page-46

"

Chevrolet Doci~e suvtti-uc1c ' '-~ ·:· .. •:

$274.74 $274.74 $ 372.78

$281.37 $281.37 $ 356.69

$291.37 $291.37 $ 366.69

$290.00 $290.00 $ 290.00

.--.--

Page 162: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

161

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

AA-Advanced Comm

AE - Higher Power Solutions

AG - Federal Signal Corporation

AK - New Mexico Emergency Setina products, LLC

Go Rhino

Federal Signal

Whelen AN - West Mesa Auto Craft Engineerln

g

Code3

Fenlex

Brooking Industries

Able 2/Sho· Me

Rigid Industries

Jotto-except Kodiak

Havis

Premier Mounting Solutions

Setina-except

P8450 & PBSSO

Go Rhino

Pro-Gard Products

Truck Vault

Other Law Enforceme nt MFG's, Not Incl camera

systems, radar or radios

AO· Wireless Advanced Westin Communications

Page-47

40%

20%

20%

25%

38%

30%

25%

20%

30%

15%

15%

18%

25%

20%

25%

15%

10%

5%

25%

Page 163: ACTION SHEET FINANCE COMMITTEE ACTION: FUNDING …€¦ · Article and Description Brad Francis Car Van, two (2) Passenger, Cargo Base Cost: Per Unit, FOB, Dealer's .Hl.297.oo Place

162

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

• • • ' anced Comm

AE-Higher Power Solutions

Federal Signal Corporation

AK-New Mexico Emergency oroducts LLC

AN-West Mesa Auto Craft

AO-Wireless Advanced Communications

$ 95.00

$ 65.00

No Bid

No Bid

$ 50.00

$ 85.00

Page-48