ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF...

143

Transcript of ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF...

Page 1: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00
Page 2: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

ISSUE:

ACTION SHEET ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16

FOR CITY COUNCIL MEETING OF 08/31/16

21. Request for Approval of Procurement Under State, Cooperative Price Agreements in the Amount of $1,259,382.24- Twenty-seven (27) Replacement Vehicles and Equipment for Police Department for FY 2016/17; Various Vendors. (Andrew Padilla)

FINANCE COMMITTEE ACTION:

Approved as consent item.

FUNDING SOURCE: various funds

SPECIAL CONDITIONS OR AMENDMENTS

STAFF FOLLOW-UP:

VOTE FOR AGAINST ABSTAIN COUNCILOR VILLARREAL X

COUNCILOR IVES X

COUNCILOR LINDELL Excused

COUNCILOR HARRIS X

CHAIRPERSON DOMINGUEZ

4-13-15

1

Page 3: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

Date:

To:

CC:

Via:

From:

Re:

Memo August 2, 2016

City Council Finance Committee Public Safety Committee

Brian Snyder, City Manager d,~ (;;Jl:'l :\ \~

Robert Rodarte, City of Santa Fe ~c~~ Officy / r <6\ ~ Patrick Gallagher, Chief of Police~- /

Andrew Padilla, Deputy Chief of Police ~

FY 16/17 Police Vehicle Purchase

Background/Summary:

The following is the request and justification for the purchase of replacen1ent Police Departinent vehicles for FY 16117.

The Police Department currently is allocated 1 78 sworn officers. In accordance with the SFPOA Union Contract, each officer shall be issued a police vehicle. As these marked and unn1arked vehicles age with daily use, their regular replacetnent is a yearly budgetary consideration. The Police Deparbnent has instituted an approved directive which delineates a specific replacetnent schedule for all SFPD fleet vehicles. In order to adhere to the specifics of this directive and to keep our fleet in the best possible operational condition for response to calls for service, the Police Departlnent would need to replace over 45 vehicles and 6 n1otorcycles in total. Additionally, Police fleet vehicles are occasionally "red-lined" by city fleet or "totaled" by risk managen1ent, prior to that vehicle reaching its effective service life or n1ileage per SFPD directive, thus requiring replacen1ent prior to a scheduled rotation out­of-service. As this number of vehicles would be fiscally impossible to replace in a single year, we have budgeted for an appropriate number of vehicles which will enable the SFPD to progressively keep our emergency response fleet in proper working condition.

For fiscal year 16117, I an1 requesting authority to purchase 27 replacement vehicles, which will be comprised of 6 Investigations/ Administrative units, 1 Animal Services truck, and 20 Patrol units.

2

Page 4: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

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

VEHICLES COST Patrol Taurus (20) $513,780.00 Invest/Admin Taurus (2) $51,378.00 *Invest/Adn1in Fusion (2) $40,592.00 *Invest/ Adtnin Fusion Hyb (2) $53,000.00 Ani1nal Service Truck (1) $26,506.00

$685,256.00

Emergency Equip. COST Patrol Taurus (20) $166,333.96 Invest/Adn1in Taurus (2) $9,187.88 *Invest/ Admin Fusion (2) $3,839.90 *Invest/ Admin Fusion Hyb (2) $3,839.90 Animal Service Truck (1) $4,404.90

Operating Equip. Docking stations Printers Sierra Wireless Airlinks Scanners Radios (all total) Digital Ally In-Car Can1eras Radars AS Kennel/Install

$187,606.54

$872,862.54

COST $14,640.00 $8,741.15 $21,208.00 $10,925.00 $147,210.78 $127,200.00 $44,081.80 $12,512.97 $386,519.70

BU 12057/22225 22225 22225 22225 22231

BU 22225 22225 22225 22225 22231

BU 12057 12057 12057 12057 12057 12057 12057 22231

The total cost for 27 Vehicles purchased and equipped: $1,259,382.24.

*This purchase has taken into account Resolution 2014-81 in which the Police Department will be purchasing 4 Ford Fusions for the Investigation/ Adtninistration sections within the Police Depart1nent to balance the cost and needs for the Departlnent to produce the lowest carbon footprint.

**Attached documents show individual price break-down based on NM Statewide Price Agreements, CES Agreements and GSA Price Agreen1ents and the list of vehicles for replacement.

During the process of obtaining the attached quotes and the pricing for this request, the Police Department and the Radio Shop took full advantage of any transferrable equipn1ent from older police vehicles as well as an $11,500 credit from Digita1 AIJy for the return/upgrade of 23 older in-car camera systen1s.

2

3

Page 5: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

Additionally, all emergency equip1nent, operating equipment, radios, and radars will be installed by the City of Santa Fe's Radio Shop, saving the City of Santa Fe any additional costs incurred fron1 a third-patiy installation.

Requested Action:

Please approve this request to purchase replacen1ent Police Department vehicles for FY 16/17. The Police Department is also requesting approval to use these price agreetnents for additional parts and equipment if needed, through FY ending 6/30/17.

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

3

4

Page 6: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

COOPERATIVE EDUCATIONAL SERVICES

May 25, 2016

Greg Chalmers DON CHALMERS FORD 2500 Rio Rancho Blvd. Rio Rancho, NM 87124

Contract Award Letter

Re: ACCEPTANCE OF OFFER and CONTRACT AWARD

16-018B-C101-ALL Cars, Trucks, Pickup Trucks, Vans. Police Car and Public Safety Vehicles

On behalf of Cooperative Educational Services (CES), I thank you for responding to our 2016-018 solicitation. The responses have been reviewed and it is my pleasure to inform you that you have been selected to provide the products and seiVices indicated in your response.

The enclosed Acceptance of Offer and Contract Award is from the cover sheet that you submitted _in your bid. I suggest that you take this award and place it with your copy of the bid that you submitted. Please read carefully the paragraph above the authorized signature. It outlines the agreement and specifies the term of the award.

We would like to include information concerning your company in our procurement directory called the Blue Book. Each of our members and participating entities receives a copy of this Blue Book. It enables their staff to look up important information concerning each vendor before placing an order. Although space is limited, the description below is intended as a quick reference of your company. If you would like to revise the description, please provide any changes in

writing to CES' procurement office.

Don Chalmers Ford is a source for Ford cars, van. pickup trucks, police and public safety vehicles, F350 to F750 medium and heavy duty truck, public safety upfitting services and customized pickup and truck bodies, and full line of Ford and non~ Ford products and accessories for CES Members and Participating Entities. Their focus is to provide exceptional

customer service to CES Eligible Agencies.

On CES' website (www.ces.org), you can download contact information for all of CES' members and participating entities. You are invited to send marketing materials directly to these institutions.

We look forward to working with you. Please let us know if you have questions or if we can be of any further

assistance.

Sincerely yours,

Cooperative Educational Services

:::~:: \ c~~(L'~7) Executive Director Ofc: 505.344.5470 Fax: 505.344.9343

"Your Ne 1v Me.>~.·ico Procure1nent Partner Since 19 79"

4216 Balloon Pnrk Road NE • Albuquerque. New Mexico S?J(}C)-5801 • www. ccs.org 0: 505.344.5470 F: 505.344.9343

5

Page 7: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

' ' Don Chalmers Ford , · · PROP()S.AL 2500 Rio Rancho Blvd Rio Rancho, NM 87124

QUOTE TO:

City Of Santa Fe - PO Attn: Eric Sanchez

SHIPPED TO:

(505) 514-3552

Pricing Pursuant to 2016 CES Price Agreement

Sales Tax Rate: 0.00%

20 2016 Police Interceptor Sedan per COSF Specifications

2 2016 Police Interceptor Sedan per COSF Specifications

2 2017 Fusion Sedan- SE with eco boost

2 2016 Fusion Sedan Hybrid

2017 F250 Regular Cab pickup- Animal Control

DIRECT AlL INQUIRJES TO: Rhett Butler (505) 514-3552 email: [email protected]

INVOICE NUMBER

INVOICE DATE June 15, 2016

MEMBER PO#.

CES PO#

TERMS Due on Receipt

SALES REP Rhett Butler

SHIPPED VIA Pick UP F,O.B. Dealership

PREPAID or COLLECT

25,689.00 $513,780.00

25,689.00

20,296.00

26.500.00

26,506.00

SUBTOTAL

TAX

FREIGHT

$51,378.00

40,592.00

53,000.00

26,506.00

685,256.00

0.00

$685,256.00 PAY THIS

AMOUNT

THANK YOU FOR YOUR BUSINESS!

6

Page 8: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

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

GT (505) 249-3180

Fax

(505) 821-3530

Quote VEHICLES Iii EQ UIPMENT II GEAR

A DIVISION OF" 00 N CH ... L.MERS F"DRO Date Estimate#

6/10/2016 1556

This quote expires in 90 days

Ship To

Email Visit our Website Project

[email protected] v.•ww.mhqwest.com SFPD06192015 Ani ... . · .. .

Item MFG I Description Qty Price Total .

Qty 1 Ford F-250 ENFLBS1254 Sound Off 54" nForce SoundOffLightbar Dual Color 1 1,472.00 1,472.00

ENFSSS1A Sound Off Grille Lights nForce Single mount 6 Led Black 2 97.80 195.60 Housing Amber Lights

ENFSSSIBA Sound Off Rear Lights nForce Dual Stack Mount Light 6 Led . 2 192.60 385.20 Black Housing Blue/Amber

EL3 D08AOLA-24 Sound Off Sound Off Signal UltraLITE™ 8 Module Exterior 1 468.60 468.60 LED Lightbar, I0-30v, Universal L-Brackets & 50ft cable - Amber

425-6010 lotto 9Jnch Police Equipment Console- Short Stack ] ] 18.50 118.50 425-6077 Jotto SW300/400 Faceplate I 0.00 0.00 425-6095 lotto Arrow Stick Controller ETS

.. 1 0.00 0.00

WDAS01 Faceplate 425-6295 XTL5000 05 (REMOTE 1 0.00 0.00

HEAD)/APX 7500 05 HEAD/ APX6500/4500 (REMOTE HEAD) Faceplate

SW300-012 Federal Signal Switch Control SW300 Series I 420.20 420.20 ..

ETSWDASOI Sound Off Directional Arrow Switch (DAS)- I 0-30v, I 94.80 94.80 compatible with APEX, Pinnacle (EPL9000

Graphics Subia!MHQ Graphics 1 1,175.00 1,175.00 Shipping Shipping I 75.00 75.00

Subtotal $4,404.90

Sales Tax (8.1%>) $0.00

Total $4,404.90

7

Page 9: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

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

VEHICLES r.ll EQU

A DIVISION OF" DC

IPMENT 1ii1 GEAR

N CHALMERS F'CRD

Ship To

Email

Quote Date Estimate#

6/10/2016 1562

This quote expires in 90 days

Visit our Website Project

GT (505) 249-3180 , (505) 821-3530 [email protected] www.mhqwest.com SFPD061720 15 PI S ...

Item MFG Description Qty Price Total

Qty 20 PI Sedan ENFLBS1248 Sound Off nForce 48" LED Iightbar, Dual color front 20 1,399.00 27,980.00

36-2015 Westin Interceptor 2013 - 2014, Solid Channel, 23.5" 20 267.3 7 5,347.40 36-6005F2 Westin Westin 2 Light Channel, Federal Signal for 23.5" 20 35.37 707.40

PushBar ENFRMS4BRW Sound Off Sound OffSignal 18 LED Replacement Warning 40 105.60 4,224.00

Module for nForce™, SAE Class 1, 10-16v, TriColor -Blue/Red/White

ENT3B3R Sound OffS ... Intersector SM W /BLK Housing Red 40 148.20 5,928.00 ECPGHKF1 BJJ Sound Off Fedner Mount Lights Ghost 20 13+ Ford Sedan Split 20 234.00 4,680.00

Color Red/Blue AS124 Federal Signal 100 Watt AS124 Speaker 20 129.00 2,580.00 750501-04 Federal Signal Siren Speaker Mount Bracket Charger/Interceptor 20 24.00 480.00

Sedan

HWLFTU Whelen Siren Amplifier with One Speaker, Includes 20 355.20 7,104.00 Mounting Bracket for 20 I 0-2016 Ford Taurus and 2013-2016 Police Interceptor

C-VS-1508-INSE Havis Console 23" mounting space 20 13+ PI Sedan 20 295.31 5,906.20 C-EB30-CDS-IP Havis 1-Piece Equipment Mounting Bracket, 3" Mounting 20 0.00 0.00

Space, Fits Motorola CDM 750, 120, 1550 Flush-Mounting

Subtotal

Sales Tax (7.1875°/o)

Total

Page 1

8

Page 10: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

MHQ of New Mexico

5601 Balloon Fiesta Pkwy Suite C Albuquerque, NM 87113

Name I Address

City of Santa Fe Police Department 25 1 5 Camino Entrada Santa Fe, NM 87505

Rep Phone

GT (505) 249-3180

Item MFG

C-EB25-XTL-1 P Havis

C-EB40-S03-I P Havis C-FP-25 Havis C-FP-J Havis C-FP-2 Havis C-LP-3 Havis C-CUP2-I Havis ETSA481RSP Sound Off

C-HDM-204 Havis

C-MD-102 Havis C-ADP-101 Havis 475~0051 I otto

475-0407 ]otto

Quote VEHICLES Iii EQU IPMENT llil GEAR

A DIVISION OF DC N CHALMERS FORO Date Estimate#

6110/2016 1562

This quote expires in 90 days

Ship To

Fax Email Visit our Website Project

(505) 821-3530 gtruj [email protected] www.mhqwest.com SFPD061720 15 PI S ...

. Description Qty Price Total

1-Piece Equipment Mounting Bracket, 2.5 11 Mounting 20 0.00 0.00 Space, Fits Motorola XTL 2500, XTL5000-05, APX 7500, Faceplate for ETSA481RSP Siren Controller 20 0.00 0.00 2-112"Filler Plate 20 0.00 0.00 3 "Filler Plate 20 0.00 0.00 2 11 Filler Plate 20 0.00 0.00 3 Lighter Plug Outlets 20 34.65 693.00 Intemal Cup Holders 20 33.08 661.60 nERGY™400 Series Remote Siren, I 0-16v - lOOw 20 530.40 10,608.00 single speaker

8.5 11 Heavy Duty Telescoping Pole, Side Mount, 20 133.094 2,661.88 Short Handle Swing Arm With Motion Adapter 20 247.974 4,959.48 Universal Adapter Plate 20 36.45 729.00 Gun Rack..; Dual Weapon, Partition Mounted, 20 276.00 5,520.00 Vertical (GR9-870-AR-BLM-V)

Ford Police Interceptor Sedan (20 13+) Space Creator 20 600.00 12,000.00 MAX Vehicle Partition Featuring Bidirectional Recessed Housing (HSIHV Window Option)

Subtotal

Sales Tax (7.1875%)

Total

Page 2

9

Page 11: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

MHQ of New Mexico 5601 Balloon Fiesta Pkwy Suite C Albuquerque, NM 87113

Name I Address

City of Santa Fe Police Department 25 I 5 Camino Entrada Santa Fe, NM 87505

Rep Phone

GT (505) 249-3 I 80

Item MFG

475-0399 Jotto

475-0307 Jotto

475-0320 Jotto

425-8105 Jotto

EL3SNR Sound OffS ... EL3SNB Sound OffS ... EL3SNBRK2LPH Sound OffS ... ENFSSS2R Sound Off

ENFSSS2B Sound Off

PNFSLBRK 190 Sound Off

ELUC2SOIOR Sound OffS ...

Quote VEHICLES llll EQ UIPMENT II GEAR

A OIVIBIDN 01'" 00 N CHALMERS F"ORD Date Estimate#

6/10/2016 1562

This quote expires in 90 days

Ship To

Fax Email Visit our Website Project

(505) 821-3530 [email protected] \VW\V.mhqwest.com SFPD061720 15 PI S ...

Description Qty Price Total

High Security Extension Panel for Ford Police 20 75.00 I,500.00 Interceptor Sedan {20I3+) Space Creator Vehicle Partition - Two Piece Steel HSEP

Jotto Window Armor (Bar Style) for use with 20 165.00 3,300.00 OEM/ABS Door Panels Prisoner BioHazard Transport Seat with Seat Belt 20 436.50 8,730.00 :Extenders.- Ford Police Interceptor Sedan (20 13+)

Trunk Tray Ford Police Interceptor Sedan (2013+) 20 330.75 6,615.00

LED3 Mini mount light Red LED's 20 52.20 1,044.00 LED3 Mini Mount light. Blue LED'S 20 52.20 I ,044.00 LED3- Dual Horizontal License plate bracket. 20 10.80 216.00 Sound Off Signal nForceTM Single Surface Mount 20 106.80 2,136.00 Light, SAE Class I, I O-I6v, Black Housing, 9 LED, Solid Color- Red

Sound OffSigna1 nForceTM Single Surface Mount 20 I06.80 2,136.00 Light, SAE Class 1, I0-16v, Black Housing, 9 LED, Solid Color- Blue

90° Single Bracket, Horizontal Mount for nFORCE® 40 20.40 816.00 Single Surface Mount Lights

LED Undercover 2 Insert I 0' Red 40 76.80 3,072.00

Subtotal

Sales Tax (7.1875%>)

Total

Page 3

10

Page 12: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

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

GT (505) 249-3180

Item MFG

Graphics Subia!MHQ PP-MINI Power Patrol

Shipping

Quote VEHICLES Ill EQU IPMENT Ill GEAR

A OtvtetoN o> oo N CHAL.MERG F"ORO Date Estimate#

6/l 0/2016 1562

This quote expires in 90 days

Ship To

Fax Email Visit our Website Project

(505) 821-3530 [email protected] wv..rw.mhqwest.com SFPD061.720 15 PI S ...

Description Qty Price Total

Graphics 25,080.00 25,080.00 11 Circuit Wire Harness With Fuse Block And Circuit 20 318.75 6,375.00 Breaker Shipping I 1,500.00 1,500.00

Subtotal $166,333.96

Sales Tax (7.1875%) $0.00

Total $166,333.96

Page 4

11

Page 13: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

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

GT (505) 249-3180

.

Item MFG

EPL8000WS Sound .Off

ENFSGS4BRW Sound OffS ...

ELUC2SOIOJ Sound OffS ... ESlOOC Federal Signal ESB-U Federal Signal HWLFTJI Whelen

C-VS-1508-INSE Havis C-EB30-CDS-JP Havis

VEHICLES llil EQU

A OIVISICN OF' 00

IPMENT Ill GEAR

N CHALMERS F"ORO

Ship To

Fax Email

(505) 821-3530 [email protected]

Description

Qty 2 Unmarked PI Sedan Pinnacle EPL 8000 WS Interior Light Bar

Sound Off Signal nForceTM Single Deck/Grille Mount Light, SAE Class 1, I 0-!6v, Black Housing, 18 LED, TriColor- Blue/Red/White

LED Undercover 2 Insert I 0' (RIB) DynaMax I OOW High output speaker. Class A. Universal ES I OOC speaker bracket. Siren Amplifier with One Speaker, Includes Mounting Bracket for 20 I 0-2016 Ford Taurus and 2013-2016 Police Interceptor

Console 23" mounting space 20 13+ PI Sedan 1-Piece Equipment Mounting Bracket, 3" Mounting Space, Fits Motorola COM 750, 120, 1550 Flush-Mounting

Quote Date Estimate#

6/10/2016 1558

This quote expires in 90 days

Visit our Website Project

www.mhqwest.com SFPD061920 15 PI ...

Qty Price Total

2 768.60 1,537.20

4 133.20 532.80

4 76.80 307.20 2 179.40 358.80 2 19.80 39.60 2 355.20 710.40

2 295.31 590.62 2 0.00 0.00

C-EB25-XTL-1 P Havis 1-Piece Equipment Mounting Bracket, 2.5" Mounting 2 0.00 0.00 Space, Fits Motorola XTL 2500, XTL5000-05, APX 7500,

C-EB40-S03-l P Havis Faceplate for ETSA481RSP Siren Controller 2 0.00 0.00 C-FP-25 Havis 2-112"Filler Plate 2 0.00 0.00 C-FP-2 Havis 2" Filler Plate 2 0.00 0.00 C-LP~3 Havis 3 Lighter Plug Outlets 2 34.65 69.30 C-FP-3 Havis 3" Filler Plate 2 0.00 0.00

Subtotal

Sales Tax (7.1875°/o)

Total

Page 1

12

Page 14: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

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

GT (505) 249-3180

Item MFG

C-CUP2-I Havis ETSA481RSP Sound Off

EPL80000RD Sound Off

425-8105 Jotto

EL3SNR Sound OffS ... EL3SNB Sound OffS ... EL3 SNBRK2LPH Sound OffS ... ENFSSS2R Sound Off

ENFSSS2B Sound Off

PNFSLBRK 190 Sound Off

ELUC2SOJOR Sound OffS ... WH-MINI-C Patrol Power Shipping

Quote VEHICLES Iii E~ UIPMENT U GEAR

A DIVIBION OF" DO N CHAL..ME:RB F"ORD Date Estimate#

6/10/2016 1558

This quote expires in 90 days

Ship To

Fax Email Visit our Website Project

(505) 821-3530 [email protected] WWV..'.mhqwest.com SFPD061920 I 5 PI ...

Description Qty Price Total

Internal Cup Holders 2 33.08 66.16 nERGY™ 400 Series Remote Siren, I 0-16v- I OOw 2 530.40 1,060.80 single speaker

Interior Light Bar: Pinnacle Interior Rear Deck Bar, 2 733.80 1,467.60 . Red/Amber/Blue Trunk Tray Ford Police Interceptor Sedan (2013+) 2 330.75 661.50

LED3 Mini mountlight Red LED's 2 52.20 104AO LED3 Mini Mount light. Blue LED'S 2 52.20 104.40 LED3- Dual Horizontal License plate bracket. 2 10.80 21.60 Sound Off Signal nForce™ Single Surface Mount 2 106.80 213.60 Light, SAE Class I, 10-16v, Black Housing, 9 LED, Solid Color- Red

Sound Off Signal nForce™ Single Surface Mount 2 106.80 213.60 Light, SAE Class 1, 1 0-16v, Black Housing, 9 LED, Solid Color'" Blue

90° Single Bracket, Horizontal Mount for nFORCE® 4 20.40 81.60 Single Surface Mount Lights

LED Undercover 2 Insert I 0' Red 4 76.80 307.20 Electrical \"lire harness 2 319.75 639.50 Shipping 100.00 100.00

Subtotal $9,187.88

Sales Tax (7.1875°/o) $0.00

Total $9,187.88

Page 2

13

Page 15: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

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

GT

Item

ETSA461HPP

ESIOOC ESB-U ENFDWP2RB

ETFBSANFL ENFSGS3J

ENFDWP3JJ WH-MINJ-C Shipping

Phone

(505) 249-3180

MFG

Sound Off

Federal Signal Federal Signal Sound Off

Sound OffS ... Sound Off

Sound Off Power Patrol

Quote VEHICLES Iii EQU IPMENT llil GEAR

A DIVISION OF" DO N CHALMERS FORD Date Estimate#

6/10/2016 1560

This quote expires in 90 days

Ship To

Fax Email Visit our Website Project

(505) 821-3530 [email protected] www.mhqwest.com SFPD06192015 Fusi ...

Description

Qty 4 Ford Fusion nERGY 400 Series Handheld Remote Siren, 10-16v 1 OOw Single Speaker. DynaMax I OOW High output speaker. Class A. Universal ESI OOC speaker bracket. nFORCE® Dual Windshield Light w/ Permanent Mount, 12" hard wire w/ sync option, SAE Class 1, l 0-1 6v, Black Housing, 9 LED, Solid Color­Red/Blue

Flashback Tail Flasher nFORCE Single Deck/Grille Mount Light, SAE Class I, 10-l6vBlackHousing, 12 LED, Solid. Unforce Lightbar Red/Blue Dual Electrical wire harness Shipping

Qty

Subtotal

4

4 4 8

4 8

4 4

Price

369.00

179.40 19.80

235.80

52.20 118.20

247.80 318.75 100.00

Sales Tax (7.1875%))

Total

Total

1,476.00

717.60 79.20

I ,886.40

208.80 945.60

991.20 1,275.00

100.00

$7,679.80

$0.00

$7,679.80

14

Page 16: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

Jackson Creek Manufacturing Inc.

Denton. NC 27239 P.O. Box 37 206 Bingham Industrial Dr. Denton, NC 27239

Name I Address

City ofSanta Fe Animal Control 2515 Camina Entrada Santa Fe, NM 87508

Item Description

CM97L DIAMOND DELUXE Chassis Mount Animal Control Unit for Long Bed. Full Size Truck. 56" Cab to Aslc

SafctyDoor Safety Door (entire unit) Fresh Air Delivery Fresh Air Delivery Sys!cm Shipping Shipping Charges

Out-of-state sale, exempt from sales lax

Qty

I

I I I

Total

Quote Date Quote#

6/27/2016 11850

Rep Project

WB

Cost Total

8,625.00 8.625.00T

805.00 805.00T 520.00 S20.00T

1,600.00 1.600.00 0.00% 0.00

$11,550.00

15

Page 17: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

UB!:JO/ZOl6 09:41 FA..\. 5058329489 MoriartY Pipe & Iron

MORIARTY PIPE & IRON, LLC 201 Vassar AvenueS Post Office Box 1550

Moriarty~ New Mextco 87035 'Phone (50S) 832-9488

Fax (505) 832 .. 9489

MATERIALS

J f) },)) .-; . ~hrH" f?. &,5 0_2

H J. 0 I 1-1-n<P. ..{::'j t:f: i ha <. 0 Ill vn.tl .... ,. 7 f

!Ji ; <.f\' <:;+p t)j f U'!l.t .rn )

f0'p R Ar~ I+~ IJt.J..-k. tAJa~t..PrS , --;J

(\

f.-.y fJ. D +c. PP ~' fu 'l Lns-f.a· I I T

LIST

tr>Sn °0

J7n oo

~c~t;'. (.)~

"'.S·o o

DISCOUNT

tJ:,S:oo 17.. u () f<:;.SO

"-f . .>l)

1:a·1111 ••••= l..oJ:xJ v-- 6fl/y TAX:

COMMENTS: fk L( !1A o cl if,·c a.:h ~, 4v r-P-t~ me

( <; u.c;..J.-. G\.G d_,_; II ; "'3 F r-a. me ,(!a_ i ii) LUi I\ V D l C Fra.Vhe Ro.._~ 1 LLhYra f'\ ft 1

THANK YOU FOR YOUR BU~NESSI

TOTAL:

l4J 001

COST

,t:.)'fl~ 0 ()

1..53.() 0

1.~ 9.50_

AfD.£"0

J/i97 qt,~. Cf7

16

Page 18: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

ESTABLISHED 1868

SWAB WAGON COMPANY, INC. ELIZABETHVILLE, PA. 17023

JULY I, 2016

ClTY OF SANTA FE ANIMAL SERVICES 100 CAJA DEL RIO ROAD SANTA FE, NEW MEXICO 87505

ATTENTION - JOHNNY MARTINEZ

TELEPHONE: 800-834-7922

QUOTE FOR ONE (I) SWAB ARF.95 ANIMAL TRANSPORT BODY AND EQUIPMENT TO BE INSTALLED ONTO SUITABLE FORD/CHEVROLET~ TON CAB AND CHASSIS WITH SINGLE REAR WHEELS, 56" CAB-TO-AXLE DIMENSION AND FUEL TANK FORWARD OF REAR AXLE BY SANTA FE PERSONNEL.

BASE PRICE.

OPTIONS REQUESTED:

ST ARSTICK TRAFFIC ADVISOR. SIX (6) TWO (2)- (I) EACH BODY SIDE AND (2) REAR- 3" X 7" L.E.D. WARNING. SAFETY DOORS (SET OF SIX)

LESS - CREDIT FOR INSTALLATION OF BODY BY CITY OF SANTA FE.

TOTAL LESS SHIPPING.

SHIPPING ESTIMATE- DUE TO DAILY FLUCTUATIONS IN FUEL PRICES AND

$ 11,495.00

$ 575.00 $ 975.00 $STANDARD

$ (500.00)

$ 12,545.00

FUEL SURCHARGES WE ARE UNABLE TO QUOTE FIRM SHIPPING COSTS THIS FAR IN ADVANCE OF ACTUAL SHIPMENT DATE. SHIPPING OF COMPLETED BODY VIA MOTOR FREIGHT TODAY, WOULD RUN$

TERMS - NET 30 DAYS FROM RECEIPT OF COMPLETED/ APPROVED UNIT.

DELIVERY ESTIMATE- 90 DAYS FROM RECEJPT OF PURCHASE ORDER.

SHOULD YOU HAVE ANY QUESTIONS PLEASE CALL ME ANYTIME AT 1-800-834-7922.

SUBMITTED BY:

FRED MARGERUM VICE PRESIDENT SWAB WAGON COMPANY, lNC.

$ 1075.00.

17

Page 19: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

• Dig!tal·AUy .. CAPTURE TRUTH

9705 Loiret Blvd.

Lenexa, KS 66219

L J

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

Customer:

Santa Fe Police Department

Purchasing Office

PO BOX 909

Santa Fe, NM 87505

.•..

SANNM3 JH FEDERAL EXPRESS Net 30

7 001-00081-00 DVM-800 Complete Kit, V2

20 001-00081-00 DVM-800 Complete Kit, V2

20 001-0950-00 VuUnk, Standard Kit

Notes:

20 DVM-800 Complete Kits with 5 year advanced exchange warranty included

$3800.00

$3995.00

$495.00

7 DVM-800 Kits (minus the backseat cam) with 5 year advanced exchange warranty included.

Department will be trading in 23 DVM-500s towards the purchase of the DVM-800s. A total of $11,500.00 will be credited to the account once the trade-ins are received.

Shawn a Smith

$0.00

$0.00

$0.00

Total Discount

!subtotal

Mise

Tax

Freight

Total

QU0-16298-J5COW1

90 Days

c.~. . ... ,,y,'::\':

$26,600.00

$0.00

$9,900.00

$0.00

$116,400.00

$0.00

$270.00

$116,670.00

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 Allis sales invoice, these Terms, the warranty and any special conditions executed by you and Digital Ally (collectively, the "Order") 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.

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

18

Page 20: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

..... a

DEERSKIN MFG. INC. PO BOX 127 SPRINGTOWN, TEXAS 76082

(800) 880-6089 FAX (817) 523-6685

www .deerskinmfg. co1n

SPECIFICATIONS FOR 6 COMPARTMENT CHASSIS MOUNT ANIMAL CONTROL UNITS

ACCM6 ACCM6G To Fit Chevy, Ford, Dodge; 8' Bed Only (56" cab to axle-:X Ton Vehicle Recommended)

Overall Dimensions:

Compartment Dimensions: Storage Compartment: Animal Compartments:

Street Side:

Curb Side:

Construction:

80 11 wide, 52" tall overall, I 06" long

22" wide, 35" tall, 80" deep

Front 28"W x 35"H x 4011 Deep Center 25 11W x 26"H x 40"Deep Center 25"W x 26"H x 40"Deep

Front 28"W x 35"H x 40"Deep Center 25"W x 26 11 H x 40"Deep Center 25"W x 26"H x 40"Decp

Inside Dimensions Inside Dimensions Inside Dimensions

Inside Dimensions Lnside Dimensions Inside Dimensions

*Basic frame is 2" x 2" welded steel tubing with a Superstructure of 1" x 1" welded steel tubing. *All steel is hot dipped galvanized before covering. *The ceiling contains 4" foam insulation and the front, back and bottom contain I" foam insulation to provide a 15-20 degree cooler temperature within each animal compartment. *Units are waterproof, coiTosion resistant, and chew proof. *The interior and exterior material is 20 gauge stainless steel. *The ceilings consist of .050 aluminum with a roof of 125 aluminum diamond plate. *Doors are made with 12 gauge stainless steel and hinged from the front with a continuous stainless steel hinge. *Doors have positive locking tee handles, keyed alike. *Doors have adjustable louvered aluminum vents with perforated inside gri1les.

19

Page 21: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

...... a

DEERSKIN MFG. INC. PO BOX 127 SPRJNGTOWN, TEXAS 76082

(800) 880-6089 FAX (8 i 7) 523-6685

wv-.rw .deerskinmfg. cmn

*Storage compartment floors are carpeted. *The storage compartment doors are solid (with no vents). *Units are equipped with LED marker lights, LED stop and taillights, LED dual backup lights, and four way flashers. *The body is mounted to the vehicle frame with eight (8) angle brackets. Included Equipment I -12 Volt Exhaust Fan installed in the roof of the unit to exhaust heat from each compartment. Each fan is 800 CFM which exceeds manufactures rating. 6-LED Interior lights installed in each compartment with switch mounted in the cab of the vehicle. 3-Swinging partitions installed in compartments and can be opened to create a pass through compartment between each side of the unit. 6-Secondary Safety Doors-These doors are located inside the ptimary door and are constructed of 125 aluminum with%" holes punched for ventilation and a catch pole cutout. Step Bumper-The bumper is constructed of stainless steel and is 82" long and 6'~ wide, with shur-step antiskid in place.

Price for unit per above specifications$ 15388.00 Installed Shipping is$ I 200.00 additional each unit.

Quote To; City of Santa Fe

J~V~07.01.16

20

Page 22: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

. - i

Amendment Number 2 to

Contract Number DIR-TS0-2581 between

State of Texas, acting by and through the Department of Information Resources and

Digital Ally, Inc.

This Amendment Number 2 to Contract Number DIR-TS0-2581 ("Contract") is between the Department of Information Resources ("DIR") and Digital Ally~ Inc. ("Vendor"). DIR and Vendor agree to modify the terms and conditions of the Contract as follows:

1. Contract, Section 2. Term of Contract, is hereby amended as follows:

DIR and Vendor hereby agree to extend the term of the Contract for one (1) year through May 21 ~ 2017 or until terminated pursuant to the termination clauses contained in the Contract. Prior to expiration of the term, DIR and Vendor may extend the Contract~ upon mutual agreement, for up to one (I) additional one-year term.

2. Contract, Section 6. Notification, is hereby amended as follows:

All notices under this Contract shall be sent to a party at the respective address indicated below.

If sent to the State: Dana L. Collins, CTPM, CTCM Manager, Contract and Vendor Management Department of Information Resources 300 W. 15th St., Suite 1300 Austin, Texas 7870 I Phone: (512) 936-2233 Facsimile: (512) 475-4759 Email: [email protected]

If sent to the Vendor: Jessica Bishop Digital Ally, Inc. 9705 Loiret Boulevard Lenexa, Kansas 66219 Phone: (913) 814-7774 Facsimile: (913) 814-7775 Email: [email protected]

3. Appendix A. Standard Terms and Conditions For Product and Related Services Contracts, is hereby restated in its entirety and replaced with the attached Appendix A,

Amendment 2 Contract #DIR-TS0-2581 rev. 01/26/15 Page 1

21

Page 23: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

Standard Terms and Conditions For Product and Related Services Contracts dated 09/24115.

All other terms and conditions of the Contract as amended, not specifically modified herein, shall remain in full force and effect. In the event of conflict among the provisions, the order of precedence shall be Amendment Number 2, then Amendment Number 1, and then the Contract DIR- TS0-2581.

(Balance of this page intentionally left blank.)

Amendment 2 Contract #DlR-TS0-2581 rev. 0 l/26115 Page 2

22

Page 24: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

IN WITNESS WHEREOF, the parties hereby execute this Amendment Number 2 to be effective as of the date of last signature, but in all events not later than May 21, 2016.

Digital Ally, Inc.

Authorized By: Signature on File

Name: _ __;;J~e;.:;:.s::.:si:.=c.::.a..;:;B;;.:i::.:sh:.:.;o::..~P~-------

Title: Bid & Contract Lead ------~~--~~~~~---------

Date: 06/09/2016 --~~~~-------------

The State of Texas, acting by and through the Department of Information Resources

Authorized By: Signature on File

Name: Dale Richardson

Title: Chief Operations Officer

Date: 06/15/2016

Office of General Counsel: Signature on File: DB 06/14/2016

Amendment 2 Contract #DIR-TS0-2581 rev. 01/26/15 Page 3

23

Page 25: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

~-· ..

Quote Number:

0 MOTOROLA SOLUTIONS Effective: Effective To:

QU0000367254 24 JUN 2016

21 SEP 2016

Bill-To: SANTA FE, CITY OF

301 MONTEWMA AVE

SANTA FE, NM 87504

United States

Attention:

Ultimate Destination: SANTA FE, CITY OF

301 MONTEZUMA AVE

SANTA FE, 1\TM 87504

United States

Sales Contact: Name: Manuel Ban-eras Name: Eduardo Catanach

Phone: 505-690-8698 Email:

Phone:

manny. barreras@motoro laso lutions .com 505-850-8194

Contract Number: 32214- NM STATE CONTRACT Freight terms: FOB Destination

Payment terms: Net 30 Due

Item Quantit)• Nomenclature Description List price Your price

15 M22KSS9PW l AN APX4500 VHF $1,504.00 5962.56

la 15 GA00249AC ADD: 3 YEAR SERVICE FROM THE $265.00 $265.00 START COMPREHENSIVE

Jb 15 G66AW ADD: DASH MOUNT 02 WWM S125.00 S80.00

lc 15 G299AF ADD: 1/4 WAVE ROOF TOP 150.8-162 $19.50 $14.24

Jd 15 Gi42AD ADD: NO SPEAKER l\I£EDED

Je 15 W22BA ADD: PALM MICROPHONE $72.00 $52.56

lf 15 GA00804AA ADD: APX 02 CONTROL HEAD (Grey) $492.00 $314.88

lg 15 G444AH ADD: APX CONTROL HEAD SOFTWARE

M22URS9PW l AN APX4500 7/800 SJ,504.00 $962.56

2a GA00249AC ADD: 3 YEAR SERVICE FROM THE $265.00 $265.00 START COMPREHENSIVE

2b QA02756AD ADD: 3600 OR 9600 TRUNKING BAUD S I ,570.00 Sl,004.80 SINGLE SYSTEM

2c W22BA ADD: PALM MICROPHONE Si2.00 $52.56

2d G66AW ADD: DASH MOUNT 02 WWM Sl25.00 580.00

2e G174AF ADD: ANT 3DB LOW-PROFILE 762-870 $43.00 5>31.39

2f GA00804AA ADD: APX 02 CONTROL HEAD (Grey) $492.00 $314.88

2g G444AH ADD: APX CONTROL HEAD SOFTWARE

2h Gl42AD ADD: NO SPEAKER NEEDED

22 M25URS9PWJAN APX6500 7/800 MHZ MID POWER $2,344.00 S!,500.16 MOBILE

3a 22 G806BE ADD: ASTRO DIGITAL CAl S5! 5.00 $329.60 OPERATION

3b 22 GA00249AC ADD: 3 YEAR SERVICE FROM THE $265.00 $265.00 START COMPREHENSIVE

3c 22 W22BA ADD: PALM MICROPHOl'\E $72.00 $52.56

3d 22 G442AJ ADD:OSCOl\~ROLHEAD $432.00 S276.48

3e 22 G67BC ADD: REMOTE MOl.JNT MJD POWER S297.00 $216.81

3f 22 G444AE ADD: APX CONTROL HEAD SOFTWARE

3g 22 GI74AD ADD: ANT 3DB LOW-PROFlLE 762-870 S43.00 S31.39

3h 22 GJ42AD ADD: NO SPEAKER NEEDED

3i 22 G51AU ENH: SMARTZONE OPERATION Sl,200.00 S768.00 APX6500

3j 22 G361AH ADD: P25 TRUNKJNG SOFTWARE $300.00 $192.00

Extended Price

$14,438.40

$3,975.00

$1,200.00

$213.60

$788.40

$4,723.20

$962.56

$265.00

$1,004.80

$52.56

$80.00

$31.39

$314.88

$33,003.52

S7,25 1.20

$5,830.00

s !,156,32

S6,082.56

$4,769.82

S690.58

s 16,896.00

$4,224.00

24

Page 26: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

. ;

Item Quantity Nomenclature Description List price Your price Extended Price

4 M30TSS9PW l A.N APX7500 DUAL BA.ND M!D POWER $2,-736.00 Si,75l.04 $7,004.16

4a G806BE ADD: ASTRO DIGITAL CAl $515.00 $329.60 Sl,3l8.40 OPERATION

4b GA00244.M ADD: 7/800MHZ PRJMARY BAND

Lie GA00308AA ADD: VHF MP SECOl'-.'DARY BAND $400.00 $256.00 SI,024.00

4d GA00579AA ADD: ENABLE DUAL BAND $600.00 $384.00 SJ,536.00 OPERATION

4e GA00249AB ADD: 3 YEAR SERVICE FROM THE $318.00 S3l8.00 Sl ,272.00 START COMPREHENSIVE

4f G90AC ADD: NO MICROPHONE NEEDED

4g G67BB ADD: REMOTE MOU]\'T MJD POWER $297.00 S2J6.81 S867.24

4h 4 GSIAT ENH: SMARTZONE OPERATION APX s! ,500.00 $960.00 53,840.00

4i G444AE ADD: APX CONTROL HEAD SOFT'NARE

4j 4 G72AD ADD:03 CONTROL HEAD S946.00 $605.44 52,421.76

4k G 142.!>J) ADD: NO SPEAKER NEEDED

41 G 174.!>J) ADD: ANT 3DB LOW-PROFILE 762-870 S43.00 S3!.39 5125.56

4m G301AC ADD: JBD ANT 136-174MHZ 558.50 S42.71 5170.84

4n G36LA..H ADD: P25 TRUNKING SOFTWARE $300.00 $192.00 S768.00

Total Quote in USD $128,301.75

* This quote contains items v,rith approved price exceptions applied against it

THIS QUOTE IS BASED ON THE FOLLOWING:

1 This quotation is provided to you for information purposes only and is not intended to be an offer or a binding proposal.

If you wish to purchase the quoted products, Motorola Solutions, Inc. (''Motorola") will be pleased to provide you with our standard tenns and conditions of sale (which will include the capitalized provisions below), or alternatively, receive your purchase order which \Vill be acknowledged.

Thank you for your consideration of Motorola products.

2 Quotes are exclusive of all installation and programming charges (unless expressly stated) and all applicable taxes. 3 Purchaser will be responsible for shipping costs, which wilJ be added to the invoice. 4 P1ices quoted are valid for thirty(30) days from the date of this quote. 5 Unless othenvise stated, payment will be due within thirty days after invoice. Invoicing will occur concurrently with shipping.

MOTOROLA DISCLAIMS ALL OTHER WARRANTIES WITH RESPECT TO THE ORDERED PRODUCTS, EXPRESS OR IMPLIED INCLUDING THE IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE.

MOTOROLA'S TOTAL LIABILITY ARISING FROM THE ORDERED PRODUCTS WILL BE LIMITED TO THE PURCHASE PRJCE OF THE PRODUCTS WITH RESPECT TO \VHICH LOSSES OR DAMAGES ARE CLAIMED. IN NO EVENT WILL MOTOROLA BE LIABLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES.

25

Page 27: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State of New Mexico General Se1-vices Department

Purchasing Division

Statewide Price Agreement Amendment

GSD/PD (Rev. 01/ll)

Awarded Vendor 0000013468

Price Agreement Number: 60-000-15-00019 AI

Motm·ola Solutions, Inc. 1301 East Algonquin Road Schaumburg. IL 60196

Attn: Manny Barreras, NM Acct. Mgr. Telephone No.: 505-850-8194 Illinois Office: (847) 867-6496

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

Invoice: As Requested

Price Agreement Amendment No.: 2!.!£

Term: .July 01,2016- June 30,2018

Procurement Specialist: Debra Saiz j)j

Telephone No.: (505) 827-0521

Title: Public Safety Radio Communications Equipment & Services

This Price Aga·eement Amendment is to be attached to the reSJlective Pa·ice Agreement and become a part thereof.

In accordance with Price Agreement provisions and by mutual agreement of all parties, this llrice Agreement is extended from July 01,2016 through June 30, 2018 at the same price, terms and conditions.

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

Accepted for the State of New Mexico

New Mexick'itateurchasing Agent I Purchasing Division. 1100 St. Francis Drive 87505, PO Box 6850, SantH Pe. NM 87502-6850 (505) 827-0472

DS

Date: 4/28/20 16

26

Page 28: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

Waahlngton Stale Oepor1mont of

Enterprise Services Contracts and lt'lgal Scrvloos

Contract number: 06913 Contract name: Public Safety Communication Equipment

Contract Amendment

Date Issued: January 25, 2016 Effective Date: July 1, 2016 Amendment Number: 1 Contractor Name: Motorola Solutions

This Contract Amendment Is issued under the provisions of the contract referenced above. The changes authorized are within the scope of the original contract, All rights and obligations of the parties are governed by the terms of the original contract1 including any subsequent amendments, which are hereby Incorporated by reference.

Purpose of Amendment- .Per contract 06913 Section 1.5 Contract Term, DES offers to extend the contract with Motorola Solutions for an additional two (2) years effective July 1, 2016 through June ·30, 2018.

Authorizing Signatures

FOR CONTRACTOR: FOR STATE OF WASHINGTON:

Motorola Solutions Department of Enterprise Services 10680 Treen a Street 1500 Jefferson Street SE San Diego, CA 92131 PO Box41411

Olympia, WA 98504-1411

Contact Name: ,_\ v-o...\1 iS \\oe1-h::~~ Contact Name: Neva Peckham

Contact Title: Msss:r. Vi (L..P~iJtrlt Contact Title: Contracts Specialist

Contact Phone; 4:Y>O- ~ ~0- <1 '$1'i Contact Phone: 360-407-9411

Contact Email: :bn:>-.. '-J\5 \o@ Mo\of'o\a>e>\L.d-~,\~.cv fA Contact Email: [email protected] ..-..

Signature: ~ /- I';:J~ Signature: '· -·j;LttJ~LSfftfL~-~ ~

Date: \ \~1 \ \Lo Date: 7-/z~/;r; )

\ • DES Approving Manager:

Contact Name: Farrell Presnell

Contact Title: Assistant Director, Department of Enterprise Services

Contact Phone: 360-407-8820

Contact Emafl: [email protected]

Signature: c'" c;., t L (... Date: llf~l· (eJ{,

Page 1 ofl

27

Page 29: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State of New Mexico General Services Department

Statewide Price Agreement

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

Awarded Contracto1· 0000013468 Price Agreement Number: 60-000-15-00019 AI Motorola Solutions, Inc. 1301 East Algonquin Road Schaurnbm·g, IL 60196

Attn: Manny Barreras, NM Acct. Mgr. Telephone No. 505-850-8194 Illinois Office: (847)-867-6496

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.O.B.: Destination

Delivery: See Contract

'· C' Procurement Specialist: Debra Saiz .!~~~

Telephone No.: .505-827-0521

Title: Public Safety Radios and Comanunications Equipment (06913)

Term: February 01, 2016 to June 30, 2016

The New Mexico Statewide l••·icc Agreement is made subject to tile "te•·ms and conditions" identified on the following pages of the NASPO ValuePoint Par·ticipating Addendum and Master Agreement.

Accepted for the State of New Mexico

Date: 01/28/2016

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

28

Page 30: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

PARTICIPATING ADDENDUM NM Contract No. 60-000-15 .. 00019 AI

NASPO ValuePoint Public Safety Communication Equipment 06913

Lead by the State of Washington (hereinafter "Lead State")

MASTER AGREEMENT

Motorola Solutions (hereinafter "Contractor")

And

State of New Mexico (hereinafter "Participating State")

Page 1 of9

1. Scope: This addendum covers the purchase of public safety communication equipment and is for use by state agencies and other entities located in the Participating State/Entity authorized by that state's statutes to utilize state/entity contracts with tlte prior approval of the state's chief procurement official. ·

Contractor has been awarded the following categories:

--· _____ , ... :-,.. ....... 4

Category: Radios .-_,_,.

Subcategory: Portable, Dual-Band """'"-"-"""-""'

-~~Ci)_t~,Bory: Mobile, Single-Band tier II Subcategorr: Portable, SingJe .. Band tle!_t_·~- Subcategor}!: Mobile .. Slngle·Band tier Ill __

-~ Su~~~_!egoJ.y: ~ortable, Sl!tJ'e .. Band tier n Subcategory: Desktop, Duaf:B_and . Subcategory: Portable, Slngte·Band tier Ill Subcategory:.Desktop, Single-Band tier I Subcategory: Mobile, Dual-Band Subcategory: Desktop, Single-Band tier II

--.. --""-"'"-""'""'""""'&""'"' ______ -- -Subcategory: Mobile, Single-Band tier I

""-""-"' ........

Category: Base Statrons/Repeaters: Single-Band tier I _,Category: Base Station/Repeaters, Single-Band tier II

"---"""'"""'-""'....,__-.">*....u~···~· --

Category: M~blle _Radio -~nte_l!_~~---~---~ ··--· --,. ..... -~~--,'"'>··-

2. Participation: Use of specific NASPO ValuePoint cooperative contracts by agencies, political subdivisions and other entities (including cooperatives) authorized by an individual state's statutes to use state/ entity contracts are subject to the prior approval of the respective State Chief Procurement Official. Issues of interpretation and eligibility for participation are solely within the authority of the State Chief Procurement Official.

3. Participating State Modifications or Additions to Master Agreement: (These modifications or additions apply only to actions and relationships within the Participating Entity.)

29

Page 31: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

PARTICIPATING ADDENDUM' NM Contract No. 60-000-15-00019 AI

NASPO ValuePoint Public Safety Communication Equipment 06913

Lead by the State of Washington (hereinafter "Lead State")

MASTER AGREEMENT

Motorola Solutions (hereinafter "Contractor")

And

State of New Mexico (hereinafter "Participating State")

New Mexico Additional Terms and Conditions:

1. Status of Contractor

Page 2 of9

The Contractor, and Contractor's agents and employees, are independent Contractors for the agency and are not employees of the State of New Mexico. The Contractor, and Contractor's agents and employees, shall not accrue leave, retirement, insurance, bonding, use of state vehicles, or any other benefits afforded to employees of the State of New Mexico as a result of this Agreement. The Contractor acknowledges that all sums received hereunder are personally reportable by the Contractor for income tax purposes, including without limitation, self-employment tax and business income tax. The Contractor agrees not to purport to bind the State of New Mexico unless the Contractor has written authority to do so, and then only within the strict limits of that authority.

2. Non-Collusion In signing this Agreement, the Contractor certifies the Contractor 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 agency or entity.

3. Release The Contractor, upon final payment of the amount due under this Master Agreement,

releases the agency, its officers and employees, and the State of New Mexico from all liabilities, claims and obligations whatsoever arising from or under this Master Agreement. The Contractor agrees not to purport to bind the State of New Mexico, unless the Contractor has express written authority to do so, and then only within the strict limits of that authority.

4. New Mexico Employees Health Coverage 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 agree to maintain for the term of the contract, health insurance for those employees and offer that health insurance to those employees if the expected annual value in the aggregate of any and all contracts between Contractor and the State exceed $250,000 dollars.

30

Page 32: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

PARTICIPATING .ADDENDUM\ NM Contract No. 60-000-15-00019 A.I

NASPO ValuePoint Public Safety Communication Equipment 06913

Lead by the State of Washington (hereinafter "Lead State")

MASTER AGREEMENT

Motorola Solutions (hereinafter "Contractor")

And

State of New Mexico (hereinafter "Participating State")

Page3 of9

B. Contractor agrees to maintain a record of the number of 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 employees of the availability of State publicly financed health care coverage programs by providing each employee with, as a minimum, the following web site link to additional information: http://www.bewellnm.c.om/

5. Worlters' Compensation The Contractor agrees to comply with state laws and rules applicable to workers'

compensation benefits for its employees. If the Contractor fails to comply with the Workers' Compensation Act and applicable rules when required to do so, this Agreement may be terminated by the agency.

6. Employee Pay Equity Reporting 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 PEl0-249 form on the annual anniversary of the initial report submittal for contracts up to one (1) year in duration. If contractor has (260) or more employees contractor must complete and submit the PE260 form on the annual anniversary of the initial report submittal for contracts up to one ( 1) year in duration. For contracts that extend beyond one ( 1) calendar year, or are extended beyond one (1) calendar year, contractor also agrees to complete and submit the PEI0-249 or PE260 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 10% of the dollar value of this contract if said subcontractor(s) meets, or grows to meet, the stated employee size thresholds during the tenn of the contract.

31

Page 33: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

PARTICIPATING ADDENDUM' NM Contract No. 60-000-15-00019 AI

NASPO ValuePoint Public Safety Communication Equipment 06913

Lead by tbe State of Washington (hereinafter "Lead State")

MASTER AGREEMENT

Motorola Solutions (hereinafter "Contractor")

And

State of New Mexico (hereinafter "Participating State")

Page 4 of9

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 itself.

Notwithstanding the foregoing, if this Contract was procured pursuant to a solicitation, and if Contractor has already submitted the required report accompanying their response to such solicitation, the report does not need to be re-submitted with this Agreement.

7. Administrative Fees The Contractor agrees to provide a utilization report on all sales and/ or services and

other revenues (including commissions charged) and fees to the agreement administrator in accordance with the following schedule:

Quarter: Period End: Report Due: First September 30 October 31 Second December31 January 31 Third March31 April30 Fourth June30 July 31

The periodic report shall include the gross total sales and other revenues (including commissions charged) for the period subtotaled by procuring agency or local public body name. Please note that the SPD is interested in the distinction between sales to state agencies and those to local public bodies (such as cities and counties) to evaluate to whom SPD contracts are most beneficial. Such information win aid in strategically sourcing future procurements to ensure SPD is meeting the needs of its customers.

32

Page 34: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

~llRTICIPATING ADDENDUM NM Contract No. 60-000-15-000191ii

NASPO ValuePoint Public Safety Communication Equipment 06913

Lead by the State of Washington (hereinafter "Lead State")

MASTER AGREEMENT

Motorola Solutions (hereinafter "Contractor")

And

State of New Mexico (hereinafter "Participating State")

Page 5 of9

Even if contractor experiences zero sales during the quarter, a report is still required. Reports and Administrative Fee shall be due no later than thirty (30) days following the end of the quarter. Payment shall be made by check payable to the State Purchasing Division for an amount equal to one-half of one percent (0.50%) of the total sales and other revenues derived from New Mexico state agencies and local public bodies (including commissions charged) for the period. Contractors shall indicate the contract no: 60-000-15-00019 AI and include the remittance check and the quarterly sales report. This fee is in addition to the fee specified in the WSCA-NASPO Master Agreement Terms and Conditions that is based on all sales under the Master Agreement. Remit Checks to:

State Purchasing Division 1100 St. Francis Drive, Room 2016 PO Box 6860 Santa Fe, NM 87605 Attn: Contract Administration Bureau Chief

Sample Reports can be found at: http: 1/www .generalservices. state. nm. us/ statepurchasing /resourcesandinforrnation. a spx#Vendors

Email completed reports to: [email protected]

4. Primary Contacts: The primary contact individuals for this participating addendum are as follows (or their named successors):

Contractor Name Motorola Solutions Inc. Attn: Larry Mabry

Address 7237 Church Ranch Blvd., Westminster, CO 80021 Telephone 303-627-4061

Fax --·-·

E-mail [email protected]

--

33

Page 35: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

p

PARTICIPATING ADDENDUM NM Contract No. 60~000-15-00019 AI

NASPO ValuePoint Public Safety Communication Equipment 06913

Lead by the State of Washington (hereinafter "Lead State")

arhctoahna E . nhtv Name

Address Telephone

Fax E-mail

MASTER AGREEMENT

Motorola Solutions (hereinafter "Contractor")

And

State of New Mexico (hereinafter "Participating State")

Debra Saiz 1100 St. Francis Dr., Rm. 2016, Santa Fe, NM 87501 (505) 827-0821 (505) 827-2484 [email protected]. us

5. Subcontractors:

Page 6 of9

All Motorola dealers/resellers/ distributers authorized in the State of New Mexico, as shown on the NASPO ValuePoint website, are approved to provide sales and service support to participants in the NASPO Master Agreement. The Motorola dealer's/resellers/distributers participation will be in accordance with the terms and conditions set forth in the aforementioned Master Agreement.

6. Purchase Order Instructions:

All orders should contain the following ( 1) Mandatory Language "PO is subject to NASPO ValuePoint Contract# 06913 (2) Your Name, Address, Contact, & Phone-Number (3) Purchase order amount. Please channel-your PO through one of our authorized dealers/resellers/distributers so they can arrange for proper ordering and installation of your equipment. During Contract performance, Contractor shall identify and make available to Purchasers upon request a list of subcontractors, dealers, and distributors who will supply products or perform services in fulfillment of Contract requirements. Information shall include their name, the nature of services to be performed or products to be sold by product category/subcategory, address, telephone, facsimile, email, and federal tax identification number (TIN) (if the company is authorized to sell and invoice for products and services).

7. Price Agreement Number:

All purchase orders issued by purchasing entities within the jurisdiction of this participating addendum shall include the Participating State contract number: 60~000-15-000 19 AI and the Lead State Master Agreement number: 06913.

34

Page 36: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

PARTICIPATING ADDENDUM NM Contract No. 60-000-15-00019 AI

NASPO ValuePoint Public Safety Communication Equipment 06913

Lead by the State of Washington (hereinafter "Lead State")

8. Individual Customer:

MASTER AGREEMENT

Motorola Solutions (hereinafter "Contractor")

And

State of New Mexico (hereinafter "Participating State")

Page 7 of9

Each State agency and political subdivision, as a Participating Entity, that purchases products/services will be treated as if they were Individual Customers. Except to the extent modified by a Participating Addendum, each agency and political subdivision will be responsible to follow the terms and conditions of the Master Agreement; and they will have the same rights and responsibilities for their purchases as the Lead State has in the Master Agreement. Each agency and political subdivision will be responsible for their own charges, fees, and liabilities. Each agency and political subdivision will have the same rights to any indemnity or to recover any costs allowed in the contract for their purchases. The Contractor will apply the charges to each Participating Entity individually.

This Participating Addendum and the Master Agreement number 06913 (administered by the State of Washington) together with its exhibits, set forth the entire agreement between the parties with respect to the subject matter of all previous communications, representations or agreements, whether oral or written, with respect to the subject matter hereof. Terms and conditions inconsistent with, contrary or in addition to the terms and conditions of this Addendum and the Master Agreement, together with its exhibits, shall not be added to or incorporated into this Addendum or the Master Agreement and its exhibits, by any subsequent purchase order or otherwise, and any such attempts to add or incorporate such terms and conditions are hereby rejected. The terms and conditions of this Addendum and the Master Agreement and its exhibits shall prevail and govern in the case of any such inconsistent or additional terms within the Participating State.

35

Page 37: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

PARTICIPATING ADDENDUM NM Contract No .. 60-000-15-000191\I

NASPO ValuePoint Public Safety Communication Equipment 06913

Lead by the State of Washington (hereinafter "Lead State")

MASTER AGREEMENT

Motorola Solutions (hereinafter "Contractor")

And

State of New Mexico (hereit:tafter "Participating State")

Page 8 of9

IN WITNESS WHEREOF, the parties have executed this Addendum as of the date of execution by both parties below.

Participating State: Contractor: State of New Mexico Motorola Solutions

By:

Name:~~~ Name: ---- ' /1 Lawrence 0. Maxwell Title: Title: Systems Integration Director NM State Purchasing Director Date: Date: tloh !Zolw

I (

36

Page 38: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

PARTICIPATING ADDENDUM NM Contract No. 60-000-15-00019 AI

NASPO ValuePoint Public Safety Communication Equipment 06913

Lead by the State of Washington (hereinafter "Lead State")

MASTER AGREEMENT

Motorola Solutions (hereinafter "Contractor")

And

State of New Mexico (hereinafter uParticipating State")

Page 9 o£9

If you have questions about this Participating Addendum or the participation process, please contact:

NASPO ValuePoint Name ment Coordinator

Tale hone E-mail

[Fully executed PDF copy of this doca111.ent should be e~nailed to [email protected]'g to suppol"t docuwnentation of pawtic:ipatlon

and posting in app.ropriate data bases]

37

Page 39: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

MPH Industries 316 East 9th. St.- -Owensboro, KY 42303

Emily Millay, Inside Sales Representative (270)685-631 0

[email protected]

Sold To: Santa Fe Police Dept NM

Eduardo Catanach 2515 Camino Entrada PO Box 909 Santa Fe, NM 87505

Email: [email protected] Phone: (505)955-5032 Fax: (505)955-5052

Date 06/14/16

Ship To: Santa Fe Police Dept NM

Eduardo Catanach 301 Montezuma Ave. Santa Fe. NM 87501

Phone: (505)955-5032 Fax: ( 505)955-5052

QUOTE Quote Number AAAQ18674

r------Un it Price . Ext. Price

20

20

Bee Ill Ka-Band Dual Antenna Radar Package includes: radar, waterproof antenna(s), specific vehicle mounting brackets, wireless remote, two certified tuning forks, cables, operators manual and a 2yr limited factory warranty

Shipping per unit

Please let me know if you have any questions. Thank you and have a great day! Emily Millay-Daugherty MPH Inside Sales Rep Toll Free 1-866-674-7378 Ext 3 Office: 1-270-685-6310 Fax: 1-270-685-6288

**Sales Tax not included if applicable.

06/14/16 10:57:20

$1,848.99 $36,979.80

$20.00 $400.00

SubTotal $37,379.80

Sales Tax $0.00

Shipping $0.00

Total $37,379.80

Page 1

38

Page 40: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

MPH Industries 316 East 9th. St.- -Owensboro, KY 42303

Emily Millay, Inside Sales Representative (270)685-631 0

[email protected]

Date

06/14/16

QUOTE Quote Number AAAQ18687

~'7!...,._lW<"77?Illl77?n IISIIIIOlE1i!A!-om'•-zOI:IlJ!!<!lllii~--l!llil--M:rmwmrm-:<lilO~~

I Sold To: Santa Fe Police Dept NM r:;;~!!lll;--S~~~mnlll!:ltail!l!FiWle-P!!i!!lo-lic.-m~!l!i!<D=~<!Iilplil!lltBNI!llBM-!OIIIJillll!;l-~~

~ . Eduardo Catanach I Eduardo Catanach

I I ~ I lli r2

2515 Camino Entrada PO Box 909 Santa Fe, NM 87505

Email: [email protected]

Phone: (505)955-5032 Fax: (505)955-5052

-~- . I Qty ~ Description

m 301 Montezuma Ave. i Santa Fe, NM 87501

I I

Terms

Phone: (505)955-5032 Fax: (505)955-5052

Rep P.O. Number

Emily Millay

3 Bee Ill Moto Ka-Band Dual Antenna Radar Package includes: radar, waterproof antenna, mounting brackets, wired remote, two certified tuning forks, cables, operators manual and a 2yr limited factory warranty

$2,214.00

3 Shipping per unit

Please let me know if you have any questions. Thank you and have a great day! Emily Milfay-Daugherty MPH Inside Sales Rep Toll Free 1-866-67 4-7378 Ext 3 Office: 1-270-685-631 0 Fax: 1-270-685-6288

**Sales Tax not included if applicable.

06/15/16 08:42:40

$20.00

SubTotal Sales Tax

Shipping

Total

Ext. Price

$6,642.00

$60.00

$6,702.00

$0.00

$0.00

$6,702.00

Page 1

39

Page 41: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

Contract Summary

NASPO Police Radar, Udar, Parts & Equip A NA.SPO

VaJuePoint Contract#: 01611 Replaces: 11904

The purpose of this contract is to facilitate the as~ needed purchase of Police Radar. Udar,

Parts and Equipment for participating members of NASPO Value Potnt, WA State

agencies & MCUA members.

The State of VVashington, on behalf of the NASPO Value Point (fl<a WSCA) is

administering a contract to support the current installation of Police Radar. Lidar, Parts

and Accessories that conform to the National Highway Traffic Safety Administration

(NHTSA) "Model Performance Specification for Police Traffic Radar Devices.n

This contract is intended to support the needs of state and local law enforcement for

Police Radar, lidar. Parts and Accessories. This contract will provide new equipment as

well as replacement parts and accessories for existing embedded devices, already owned

and in operation by various departments throughout the United States

DES MANAGEMENT FEE: The following are the only contractors authorized to reflect the management fee as a separate line item (SL!) on the invoice:

Kustom Signals, Inc.

Current Term Start Date: 10-31-2011 Award Date: 10-20-2011 Est. Annual Worth: $1.055,703

Diversity: 0% WBE 0% MBE

Commodity Code(s)! 5840 ,220-

inal Term Ends On: 10-30-2018 48 ,220-87 ,340-16 .680-67 .680-

77 ,680-97 .840-67 ,840-71

Contact Info: Master Contracts & Consulting- Richard Worthy at (360) 407-7932 or [email protected]

Who can use this contract?

" Organizations with Master Contract Usage Agreements

•. Oregon Coop Members

Historical Current Documents

Documents Resources

https ://fortress. wa.gov/ga/apps/ContTactSearch/ContractSummary .aspx?c=O 1611 07/13/2016

40

Page 42: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

"' vUIIlltlvL cx

Amendments

CONCEPTS,

INC.- w2790

DECATUR

:ELECTRONICS. INC.-

Solicitation

Amendments

. ., Bid Tab

, KUSTOM SIGNALS. INC.

- w48

LASER TECHNOLOGY,

MPH INDUSTRIES, INC. -

300

N

Small

Business

N

M=OMVVBE Certified Mil1ontv Owned W=OMWBE Certified Women Owneo MS=Self Identified Mmority Owned WS=Self ldenllfted Women Ovmed

* The symbol of a tree indicates that environmentally preferred or friendly products are

available. These products may not be available from all vendors on this contract.

NASPO ValuePoint

The NASPO ValuePoint Cooperative Purchasing Organization (formerly WSCA-NASPO)

creates multi-State contracts in order to achieve cost-effective and efficient acquisition of

quality products and services. NASPO VP contracts maxtmize cost avoidance, reduce

individual state administrative costs, and encourage market competition and product

availability through standard specifications and consolidated requirements. NASPO VP

contracts are available for use by public agencies when approved by the State Purchasing

DirectoL List of current NASPO ValuePoint contracts

Copyrigt1t 2012 Department of Enterpnse Services

https://fortress. wa.gov/galapps/ContractSearch/ContractSummary .aspx?c=O 1611 07/13/2016

41

Page 43: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

Grants & Technology Veterans, LLC P.O. Box 432, Elephant Butte, NM 87935

State of New Mexico Resident Bidder# 95R45 Resident Veteran Business Certificate #L 1812526400 Nflll $tat~ pfj~cr{Agf~emonf#,·so;.oc;o:.-1 sroo.o~-2 ·c •

PanasonicmesELLER AUTHORIZED!PARTNER

-~

cradlepomt QUOTE NUMBER:b6164-31 DATE: 06/13/16

~­·~· Name: City of Santa Fe Police Oepl. Attn: Eduardo Catanach Addr&ss:: 301 Montezuma

Santa Fe, NM 87504 Phone: 505.955.8274 Fax: E-mail: CATANACH. EDUARDO P. <[email protected]>

ITEM I# ESS# DESCRIPTION Gamber Johnson Panasonic CF-31 Dock

Gamber Johnson Panasonic Toughbook CF-31 vehicle docking station with Single RF/Siandard

1 7160·0318-05 Lock with LIND INTEGRATED power supply

SUBTOTAL If Taxable enter 1 SHIPPING/HANDLING next col. I No Tax (lil 8.1875% Elephant Butte NM

TOTAL ORDER

NOTE: PRICING IS VALID FOR 30 DAY FROM DATE ON QUOTE

SALES REP.

Plea6e refar&nce the abov<~~ quote Number on your order

QTY PRICE TOTAL

20 I s 1s2.oo $ 14,640.00 $

"$

$ $ -$ . $ $ 14 640.00

$

$ 14 640.00

NOTE: The pricing and services quoted represent GTV's best price for the items listed. Any deviation from the items listed or from the services being provided represent a "CHANGE ORDER" and will be dealt with on a separate Purchase Order or Agreement

IF YOU HAVE ANY PROBLEM RECEIVING OR READING THIS QUOTE, OR IF YOU HAVE ANY QUESTIONS, PLEASE CALL 505-869·3900.

PURCHASE ORDERS MAY BE FAXED TO US AT (505) 883-8986, OR E-MAILEO DIRECTLY TO: [email protected]

Jeff Gallegos

by Judy Wilde

COMMENTS

MSRP: $1,515

No Fralaht on NM Stata Contract

42

Page 44: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

Grants & Technology Veterans, LLC P 0. Box 432, Elephant Butte, NM 87935

State of New Mexico Resident Bidder # 95R45 Resident Veteran Business Certificate #L 1812526400 J'!oo::.§!~t~~Ei:isfcA'Qfififi1J'~ntttE959P9i~.~~PM~'.,'E.•-··.

Par.tasmUCiRESELLER AUTHORIZEDIPARTNER

~ cradlepomt QUOTE NUMBER:J1s195.32 DATE: 07/14/16

-~· Name: City of Santa Fe Pollee Dept. Attn: Eduardo Catanach Address: 301 Montezuma

Santa Fe, NM 117504 Phone: 505.955.11274 Fax: E-mail: CATANACH EDUARDO P. <[email protected]>

ITEM# ESS#

1102360

2 SIM.Verizon L TE

MMDDSMSR-058-15

HELPDESK-INCIDEN T-01

DESCRIPTION · · SierraWireless. GX450 Solution .··

Sierra Wireless GX450 This rugged M2M Gateway is in the GX450 product family ami is manufactured by Sierra Wireless. The carrier is Verizon and H has 3G/4G L TE ceUular technology. This M2M Gateway comes equipped with 1 Ethernet Port. Active GPS. 1 Serial Port. and a WiFi access point. No antennas are included. II comes wHh DC Power. This M2M Gateway has IP 64 IP rating. This product comes whh a 3 Year Manufacture(s Limited warranty. Verizon L TE SIM Mini SIM card (4G SIM card 2FF). The SIM card will come in the box and will need to be inserted into the modem.

Mobile Mart< 5-in-1 Antenna "MuHi·band Divers~y/MIMO Antenna. LTE, WiFi & GPS "Mobile Mark's LTM501 Series antenna contains five separate antennas (5-cables. muHi-band antenna for L TE MIMO. WiFi MIMO & GPS) aU in one compact antenna housing: two LTE 700 MHz & Cellular antennas. two dual­band WiFi antennas. and one GPS antenna. • Single mounting hole; easier installation L TElL TEIWIFIIWIFIIGPS (5 cables) - 694-960/1710-2170 MHz (x2). 2.4·2.5/4.9-6 GHz (x2) RP SMA. 15 II RF·195 SMA·plug. GPS 15 II RG-174 SMA-plug

:stngle Incident. Per tncnlem Me p·uesK ec ouppo : RTO Corporation's help desk will wort< in conjunction with an end user to troubleshoot any device or network anomaly. Support packages are purchased in incidents. Includes re·activation and resets. Packages do not expire. Support is involved through incident close as a single incident.

10 Incident Help-Desk Tech Support Package, No Expiration. RTO Corporation's help desk will work in coniunction with an end user to troubleshoot any device or network anomaly. Support packages are purchased in incidents. Includes Re·

HELPDESK-INCIDEN Activation and Rese1s. Packages do not expire. Support T-10 Pack Is Involved throuah incident close as a sln11fe Incident.

SALES REP.

Please reference the above quote Number on your order

QTY PRICE TOTAL

20 $ 759.05 $ 15.181.00

20 9.45 s 189.00

20 s 291.94 s 5,838.80

$ 77.42 s

$ 655.50 $

Page 1 of 2 Grants Techology Veterans

Jeff Gallegos

by Judy Wilde

COMMENTS

MSRP: $799

MSRP: $9.95

MSRP: $307.30

OPTIONAL

MSRP:

....

43

Page 45: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

Dev Prov Tech suppon, SIM Installation Provisioning Service - 1 Year. DevProv+ 1 YR is a surte of WWAN services designed to reduce your total cost of ownership by providing your Company with provisioning and support services related to your networll device. The DevProv+ 1YR support window begins from date of invoice and includes: Device Provisioning & One Year Device Support: • Carrier Configurat<on & Provisioning of your WWAN Network Device • Device Template Loads (Design not included) • Carner and Device Asset Report • Hardware Layer Securrty Password Enabled • Antenna Connector Testing (One-to-One) • Carrier and Manufacturer Advocacy Services • IP Labeling (if applicable) Firmware & Post Updates completed pre-deployment 365 Days of Post Provisioning Wireless Device Technical Support Services: • 365 Days of Support lor your Wireless Network Device • Uve US Based Phone and Email SuppoJI • Device Recovery and Re-programming Services

1· Online Access to Device Support Cases and RMAs 'SIM card purchase and installation also need to be

1 purchased with this rtem. SIM activation will take place on 1 Distributor side before modem is shipped to customer. 'This tech support item will need to be explained in greater

6 RTO DEVPROV+IYR detail before purchased. 0 s 146.02 s s $

SUBTOTAL s 21,208.80 If Taxable enter 1 SHIPPING/HANDLING next col. I No Tax (//8.1875% Elephant Butte NM $

TOTAL ORDER $ 21 208.80

NOTE: PRICING IS VALID FOR 30 DAY FROM DATE ON QUOTE

NOTE: The pricing and services quoted represent GTV's best price for the Items listed. Any deviation from the items listed or from the services being provided represent a "CHANGE ORDER" and will be dealt with on a separate Purchase Order or Agreement

tF YOU HAVE AtoN PROBLEM RECEIVING OR READING THIS QUOTE, OR IF YOU HAVE Afo/Y QUESTIONS, PLEASE CALL 505-889-3900.

PURCHASE ORDERS MAY BE FAXED TO US AT (505) 883-8986, ORE-MAILED DIRECTLY TO: [email protected]

Page 2 of 2 Grants Techology Veterans

OPTIONAL

All inclusive tech support service.

Cost per modem.

MSRP: $149

44

Page 46: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

Rugged, reliable 4G mobile communications The Airlink® GX450 is a rugged, secure mobile gateway designed to

deliver mission-critical communications for in-vehicle applications. With

LTE coverage on major global networks, the GX450 extends broadband

connectivity to a wide range of devices and applications. It extends the

enterprise network and management to the fleet, ensuring reliable, secure

broadband data access for mobile users in the field.

·~· SIERRA WIRE LEss·

The GX450 Solution AirLink GX45Q®- Rugged, mobile 4G gateway

: ~ •••• ' •••••••••• 0 •• ••••••••••••••••••• :

· Consolidate all communications

over single data plan

· Rugged design for vehicle

environment

• Track vehicle events and workforce

status

~ .,. AirVantarse~

Man;,gement ServiCE

:·································: • Configure, monitor and

manage gateways remotely

• Set alerts lor critical events and

prevent downtime

• Centrally manage software

upgrades

AIRLINK GX450 FEATURES

State of the art 4G LTE coverage spanning 11 LTE frequency bands

Provides in-vehicle network connectivity via Ethernet, Serial, WiFi and

USB

Supports automatic switching to Wi-Fi networks at station/depot

Rugged vehicle design exceeds MIL-STD-810G specifications for shock

and vibration

Integrated events engine to track vehicle status and workforce safety

Reliable GPS report store and forward to multiple redundant servers

Up to 5 VPN tunnels to support secure communications over cellular

networks

Remote configuration, software update, and monitoring with AirVantage

Management Service

Integrated by industry leading solution partners in M2M Solution

Exchange

Industry leading warranty, including free software maintenance and

accelerated hardware replacement

~ ~

_, .~, ~) ., '-' -~ 'W< ·w or )iJ \' '

~ ' • \~ -·· _,. i-::·:-,.• ,.-:> . ·. ·-. '~. ~

AIRUNK GX450 BENEFITS

• Supports present and future high:..speed

LTE networks

Proven reliability, over 1 million Airlink

devices deployed

Secure communications from vehicle to

enterprise

Advanced situational monitoring for the

mobile workforce

Powerful remote management solution

·'*'· SIERRA WI A E LESS"

45

Page 47: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

MANAGEABILITY: MANAGE, MONITOR AND ADMINISTER YOUR FLEET REMOTELY

Managing a fleet of mobile gateways is a demanding task. You need to maintain multiple device configurations, update device

software, and remotely diagnose reported issues. Fortunately, AirVantage Management Service (AVMS) is the industry's leading1

device management solution. This highly advanced application supports over-the-air device registration, configuration and software

updates. Dashboards display up-to-date views of the entire fleet, and custom reports can be set-up to monitor critical events and prevent downtime.

DASHBOARD MONITOR CONNECTIVITY

SOFTWARE UPGRADES/UPDATES SECURITY CONFIGURATION

~' -------------·------······

' ABI Research

·"%· SIERRA WIRE LESS" I

-2-

46

Page 48: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

VEHICLE AREA NETWORKING: CONSOLIDATE CONNECTIONS

The GX450 is available in four configurations to provide vehicle-area connectivity tailored for each application environment.

The base model provides connectivity for wired Ethernet, Serial and USB devices in the vehicle; an Ethernet option provides

additional Ethernet ports. With the Wi-Fi option, the GX450 also includes an 802.11 b/g/n mobile access point for wireless

devices and a Wi-Fi client for depot/station communications. An 1/0 option provides 4 digital input/outputs and 4 analog

inputs to monitor external system events and sensor inputs. Consolidating all devices according to your requirements at the

vehicle reduces the number of modems, antennas and subscriptions otherwise needed.

GX450 base

~i-Fi qption •-

1/0 option

-Ethernet option ·

1 Ethernet, 1 RS-232 serial, 1 digital 1/0, 1 USB, 2 cellular & 1 GPS antenna connectors

Adds/~o2j 1 b/g/n.Wi-Fi hot~pot~ith sifl1uitan~oup client mqde for-cellular otfloading -

Adds 4 digital I/O, 4 analog input, and a second RS-232 Serial port

Adds2·f11oreEthernet ports for a total of3

RUGGED DESIGN FOR DEMANDING VEHICLE APPLICATIONS

The GX450 is designed from the ground up to withstand the harsh environmental conditions of vehicle use. The die cast

alum\num housing is sealed to meet IP64 levels of resistance to dust and water ingress. The product is tested to meet

and exceed the MIL-STD-810G specification for shock, vibration, temperature and humidity. Immunity to harsh electrical

transients is covered to meet international vehicle use standards.

SECURE MOBILE COMMUNICATIONS

The GX450 is loaded with features to secure your critical data. With up to 5 concurrent VPN sessions, you can ensure secure

communications to multiple back-end systems. Remote authentication management allows you to use enterprise grade

systems to manage access to devices in the field. Finally, port filtering and trusted IP protect the devices connected to your

GX450 from unwanted access.

REPORT AND ALERT: DON'T JUST COMMUNICATE

As a fleet manager, you need more than just communications. You need to monitor the safety of your mobile workforce and

the state of your vehicles. For example, you need to know if a worker has set off a man-down alert or if a police car has

engaged the lights and siren. For this, you need the Airlink integrated events engine. This powerful tool allows you to develop

custom event triggers and create tailored reports that communicate what's happening in the vehicle to third party server

platforms -all without any programming. Best of all, through the Sierra Wireless M2M Solution Exchange, you have access to

a catalogue of world class solution partners that have already integrated this functionality into their AVL and mobile workforce

solutions.

-~· SIERRA WIRELESS'

-3-

47

Page 49: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

FEATURE ~ SPECIFICATION , ', . , , , Cellular WAN . ! r:<ortll t.m~ric<lnl'.1odel (Sierralr4JirelessM(:.?~54) .................. .

i .. ~ Carrier 1\Pprovals: yer.•zon, AT&T, SpnntBell, Telus, Rc!;Jets ······· .. T ~ $~PR9~ed fr~~~~r\CYJt~nd;. • • . . . . . .· .. . .. : ..................... . . . ,. • _LTE: __ 1900(B2), t\V>JS{B4), 850{f35l, 700(813)J00(EJ17), 1900(625)

· ·~ WCDMA: 21o~s1), 19oo(s2i. Aws!B4i: a5oif3s), 9ocit~si · · ·· ·· r .• ~·~~-[)<)(q~~~: ~~o.(6co):i9oO{f3¢'1). 1?9o(BC1o) • . . .. ···i-· ~- Si~lv!/GPRS/EDGE:Oua(j:bal)(j

............ j_ ~ lnd.l!Sity AflPC.C1Viils:F(;(;, u::;, PT(;RB .............................................. .

~ Supp(lf1ed Freguency Bands ..............

1

' .. 1f!t~r.~<!ti()f1<1'.1\110d~I(S.Ier,r;JIJ,Iireless ,C7304l ............... .

. .... -1--.,;i,$~~~~~~::;,:;:~~,~~] ............................ .. Host Interfaces L 1~(1.00.13~!;_<!7:!. fiJ45 Et~ernet !J()rt {Et~err~et op~iOf1 in()I~Jde.!> ~P()IfS}

I -RS-232 Serial Port on 08·9 Connector (1/0 option includes additional Serial Port)

. : .. : r:~U.§~~-;9}.\i~;·~§:c~~~~~~~--······················ .......... ············. . . ! ·_3 S.lvli\!3~1e~r\a_c()n0~(;~0r~JP~i!Tl~'Y, Se<;~n(jary!Dwersity. (;~~) ..

i -Active GPS antenna support

lnputt.OutP.U.t . . i .G!?I:lfigur~t)I~.V.QP.if.\.0.1\I?.<?W\l~C:()nn.ector

. -~- .......... ! ... J?~~!~.IJ~RY~. 9N . .Y91.~~.9.~: .. ?:~ .. !Q __ ~9..Y~. i ..... ~.['.iQi!all~p_u.tgF~V()Hag~: 9 t? 1JV()(; ................... r.. • Digilal Output> 200mA @ 30VOC

. : .. [t/c)~O.~;I(}~i~ : .. . . ............ ······· ........ . I • 5 configurable digital flO · ... I. ·· ......... ··~· ·4·c~~tig~;~bi~~~~i~9inp~t\input voltage n to 30 voq

. LAN.. ... . ... . ... . . . .. P!'>I§,()!':I.:S. Pro.~ . (~th~r~~tlU!j.BJ.· .... _DH_(;P. ~e.r.:~r ..

Seriai

_WiFi . . . Lo" WJFiN'\~.1. ()nly . . . ~ J .. ~ . .!Ef:.E .!S9;!., 11 .b/91.n ...

...... i· . .. .. ~ ... ll.C:C\l~S potnt tor.upJQ 'l C:lient§

I

About Sierra Wireless

FEATURE ·, . SPECIFICATION , . ~ . , ,'

Satellite Navigation . [GNssj .................. . A.cqu_isiti_o.n_~nrne: __ l_s __ f:J()tS.t!l~

. E.~.f!nls Engine .

: A<;curacy:<2,rn (50'V•l, <S.rn (~O",j,L ....

Tracking_ S,ef1~itiv_ity: ~145._d53rn .

(;_y~IO.Ill event triggers. '!llf:i.Jefl9r,ts

go_nfigura.t:>l.e. .. in.t~~a~(l. f10progr<l'!lr:nir19 .... Event Types: Digital input. Networ1< Parameters. Data Usage, THner, Power. Devic_eTernP.er_at_ure ..

J;\&p<J.r! Typ~_s:_.ftl\f'.~fv1S_,_~.rn:alt_ •. ~t:J~F' !'a.P.::f.9.f>.(fl.inary, .XML, _c;;S.\1.! .. Event Actions: Drive Relay Output

Air.Vanl;j!!~...... , ~e<;:\lr~ (;1_\)t,H:i~t)~~~(j cl.evic:~ flltllll!91lfl'l<!f\1 llP.P.I!C:<!~iOD. . ... . t<~ana.>J:eiTle.nt Ser~ice ! Remoteprovi~iQninf}~n~ ai~ill_l~a~tlv<!tion.

j . De~•ce C()nfil!u_ration~nCI teiTlP.'li'~.rn<:~n.a!ile.!Tie.f\1 .... . .. , Q.qnfigv~ab!_e. m9nitgr.ioo. i!l19 !lle.n!ng ..

! Fleet wide firmware upgrade deliveq

Manaiement i y.t~t?.\3?.S~ci1J~er_tn.!e.r.f<!~ . i'nleiiac~5"' . . .. r Qeyi~.~ QQ~figu.r~\iooJ~platl)~

.. ......... , Qv..?r.~!l'le.~~r ~o!tW..<'!felln!;ir.il9.iQ !.119QY.IeJi\IT!'Y.a.(f!.Y.P.cl<l!e!?.

A.eelication_ Framework

Environmental

** lndust~~ ..

Certifications

Sup~ortand

Warranty .

!'IG9fllrn<lllciJine.lntJ,J.[f(l_c!f.ITeii1~Y.$§':¥$.~r!<l~ . .. 1 SM~QQrl\fn.(lng~

SNMP

i A~f:Q$.f\eptic:ll'io~F.:r<:~m\'~9.f~.(Mfl ........................ ..

·.·. r., .• · ·. JlJA §cripti_ng L(ln9LI<:I99 .. EC:Iil:J~E!:bl!~f!cl ID_E ........ .

lnteg~ated with Air\lantage

Al11ll()9 lgf1ilton $em;e_a.ndfO'NE!II\:1i!ll<J9~men.! . . , .11lPI.l11/9il.l!9E!:}J();).QI/()C.

Low Power mode triggered on low voltage. timer delay (ignition sense). or eriodictimer

. L OP.!lrilt)ng Tefl1peratt,~~<F:3Q•Gtq +7.Q.G/:4:?~F. 19 ;:,15.1\~f .. I S\!Jr139l'l.Je.fllp_~r.~1!J.re.:.:4ltG .. t9. .. +.!'1?.~q./..:~.Q~f'.l1J. .. +..1.'?.5.~f

., -~~:~1~p~~~fl~s~~~;~G conformance to shock, vibration. thermal shock.

j .a11<l .. !J.u.IT1i.c!.i~ ... i IP64 rated inpress grotection

. ,S.aJel:i:J§QE.E.Q~r:tifi.C:~no.n_B_o(jie~ S.c.he_f11e!GI3 .S.C:f¥!.rnl)).lJ.~ .. 6.0~S9 1Jet1ic:!~ V~il-91}: ~:Mi>r.l< [20()9/19/EC),_ I_S07637:2

j 3year Sl(ln(j;lr(j~an:<Jii!Y

··.1 , Unrestricted device software upgrades

' 1-oay Accelerated Hardware Replacement available u·.roug11 participating i __ rt;~elte.rs ..

Sierra Wireless is the global leader in machine-to-machine (M2M) devices and cloud services, delivering intelligent wireless solutions thatsimplify the connected world. solutions are simple, scalable, and secure, and enable customers to get their connected products and services to faster.

For further company and product information, please visit www.sierrawireless.com.

·~· Sierra Wireless. tt1e Wireless logo. AirPrime, and the wave design are trademarks o! Sierra Wireless. SIERRA © 2014 Sierra Wireless, Inc. www.sierrawireless.com WIRE LEss·

48

Page 50: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

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

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

Payment Terms: Net 30

F.O.B.: Destination

Delivery: As requested by user agency

Procurement Specialist: Kathy Sanchez

Telephone No.: 505-827-0487

This Price Agreement is made subject to the "terms and conditionsH 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) 827-0472 KS

Date: 03/08/2016

49

Page 51: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

Terms and Conditions (Unless otherwise specified)

1. 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.

Page-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 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 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: The 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 delivery 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.

Il. 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 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,

50

Page 52: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 60-000·15-00032

Page-3

such causes include but are not restticted 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 ftnnished 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 WorkerS1

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 tenninated 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 fi:ont 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 perfonned 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 incun-ed 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 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.

51

Page 53: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

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 tenn 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 $250t000 dollars.

B. Contractor agrees to maintain a record ofthe 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 fmanced health care coverage programs by providing each of its New Mexico Employees with, as a minimum, the following web site link to additional information: http:f/www.insurenewmexico.state.nm.us/.

D. For purposes of this Paragraph, the following temlS 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 tenn of this contract, to complete and submit the PEl 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 (1) year in duration. For contracts that extend beyond one (l) calendar year, or are extended beyond one (1) calendar year, contractor also agrees to complete and submit the PEl 0-249 or PE250 fonn, whichever is applicable, within thit1y (30) days of the annual contract anniversary date ofthe 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 10% of the dollar value of this contract if said subconn11ctor(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 subconiractor, shall be due on the annual anniversary of the initial report submittal. Contractor shall submit the required form(s) to the State Purchasing

52

Page 54: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000~15-00032

Page-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 PEl0-249 and PE250 worksheet is available at the following website: http://www. generalservices.state.nm. us/statepurchasing/Pay Equity.aspx

53

Page 55: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

Article I - Statement of Work

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

Statewide Price Agreement

Page-6

Under the tetms and conditions of this Price 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 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 Agen~ 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 IT- Term The term of this Price Agreement, for issuance of orders) shall be as indicated in the specifications.

Article ill - Specifications Items and/or services furnished hereunder shai1 confonn 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)) number(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 folJowing instructions: Shipment shall be made only against specific orders which the user may place with the Contractor during the tenn; 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 pagel. If vendor is unable to meet stated delivezy 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 price agreement expiration date are not allowed unless specifically provided in the bid and price agreement specifications.

Article Vll- Issuance or Orders Only written signed orders are valid under this Price Agreement.

Article Vlli- Packing (if applicable) Packing shall be in conf01mance with standard commercial practices.

Article IX- Price Schedule Prices as listed in the price schedule hereto attached are firm.

54

Page 56: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State ofNew Mexico General Services Depmtment

Purchasing Division Price Agreement#: 60-000-15-00032

(AA) 0000051480

Advanced Communication & Electronics Inc

2417 Baylor Drive SE

Albuquerque, NM 87106

505-244-3321

Email: lmoore@advtwoway .com

(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 77031

281-925-0488

Email: [email protected]

(AD) 0000116813

Code 3 Service, LLC 323 Industrial Ave NE Albuquerque, NM 8 7107 505-407-2310 Email: [email protected]

(AE) 0000116195

Daniel J. McKee, dba-Higher Power Solutions

1809 Park Ave

Alamagordo, NM 88310

575-921-6064

Email: [email protected]

Payment Term:

FOB:

Delivery:

Net30

Destination 2 weeks ARO, typical- Some light bars

take approx 4 weeks, 5 % Pref

Contact: Lori Moore

Payment Term: Net 30

FOB: Destination

Delivery:

Contact: Fred Baca

Payment Tenn: Net 30

FOB: Destination

Delivery: FOB

Contact: Cindy Chang

Payment Term: Net 30 FOB: Desitnation

Delivery: 15 days ARO

Contact: David A. Jones

Payment Term:

FOB:

Delivery:

30 Days

Destination De 1 ivery dependent on manufacturer

delivery time

Contact: Daniel Mckee

Page-7

55

Page 57: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

(AF) 0000051541

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

Don Chalmers Ford-dba MHQ ofNew Mexico Payment Term: Net 30

5601 Balloon Fiesta Parkway Suite C FOB: Destination

505-821-0667 Email: [email protected]

(AG) 0000091507

Federal Signal Corporation

2645 Federal Signal Drive

University Park, lL 60484-3167

505-220-4557

Email: [email protected]

(AH) 0000084133

Elephant Butte, NM 87935

505-480-6468

Email: [email protected]

(AI) 0000015546

Kustom Signals, Inc

9652 Loiret Boulevard

Lenexa, KS 66219

800-458-7866

Email: [email protected]

(AJ) 0000010378

L3 Mobile-Vision

400 Commons Way, Suite F

Rockaway, NJ 07866

800-336-84 7 5

Email: [email protected]

Delivery: AR030 days

Contact: John Granger

Payment Term: Net 30

FOB: Desitnation

Delivery: 30 days ARO

Contact: Karl A. Bentz

Payment Term:

FOB:

Delivery:

10%

Destination

FOB destination

Contact: Tony Grundler

Payment Term:

FOB:

Delivery:

Contact: Ivan Daza

Payment Term:

FOB:

Delivery:

Net30

Destination Within 4 5 days after receipt of order

Net30

Destination 36M60 days after receipt of PO

Contact: Leo Lorenzetti

Page-8

56

Page 58: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 60-000M 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

713-929-1 001

Email: [email protected]

{AM) 0000007492 Watch Guard Video

415 Century Parkway

Allen1 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

8516 Calle Alameda NE Albuquerque, NM 87113 505-554-1966 Email: [email protected]

Payment Term: Net 30

FOB: Destination

Delivery: Destination

Contact: Mike Lanctot

Payment Term: Net 30

FOB: Destination

Delivery: 7-10 Days

Contact: Monica marcos

Payment Tenn:

FOB:

Delivery:

Net30

Destination

FOB Destination, 30 days ARO

Contact: Jason Stuczynski

Payment Tenn: Net 30

FOB: Destination

Delivery: ARO

Contact: Steve Poswiatowski

Payment Term: Net 30 FOB: Destination Delivery: 75-90 Days

Contact: Sandra Rivera

Page-9

57

Page 59: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

Page-lO

To establish a price agreement for police vehicle equipment, pmts 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 (1) 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 conditions. 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, perfmmance 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 11minimum 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 complete 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.

58

Page 60: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 60-000-15-00032

8. Must have support brace to minimize vibrations.

Consoles:

Page-11

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).

Only complete consoles with faceplates, brackets and hardware, will be accepted. Bids must be for the complete unit that includes the adjustable major por6on 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.

59

Page 61: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

Item Approx. Unit # Quantity

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

Description

AA-Advanced Comm $

AD-Code 3 Service, LLC $

AE-Higher Power Solutions - Havis $ #67107

AF-11HQ of New Mexico $

AH-Grants & Technology Veteran s, $ LLC

AK-New Mexico Emergency products, $

LLC- #CM-_-SL-LED

AN-West Mesa Auto Craft $

AO-Wireless Advanced $ Communications

'II 1r~~ < .· · ..

. ·''"'''' . '·

.. ·.···

AA-Advanced Comm $

AD-Code 3 Service, LLC $

AE-Higher Power Solutions - Hav is $ . #7759

AF-MHQ of New Mexico $

AH-Grants & Technology Veteran s, $ LLC

AK-New Mexico Emergency produc ts, LLC, Ford, Troy #CM-PSPI-SL-LE D,

$ Chevy, Troy #CM-PSCP-SL-LE D, Dodge, Troy #CM-PSCH-SL-LED

AN-West Mesa Auto Craft $

AO-Wireless Advanced $

Communications

Page-12

Prices

R - -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 N/A

453.75 $453.75 $ 453.75

654.62 $637.53 $ 621.25

526.61 $511.73 $ 497.55

60

Page 62: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

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 - Havis #7759

AF-MHQ ofNew Mexico

$

$

$

$

AH-Grants & Technology Veterans, LLC-See attachment 1 for the $ specifications AK-New Mexico Emergency products, LLC, Ford, Troy #CM-PSUV -SL­LED, Chevy, Troy #CM-THl 5-SL­LED

AN-West Mesa Auto Craft

AO-Wireless Advanced Communications

$

$

$

Page-13

644.39 $668.15 $ 644.39

396.00 $396.00 $ 381.70

600.00 $600.00 $ 600.00 $600.00

420.00 $420.00 $ 420.00

393.00 $ 406.80 $ 749.40 N/A

453.75 $ 453.75

637.53 $ 659.20 $ 637.53

511.73 $530.60 $ 511.73

AA-Advanced Corum $ 644.39 $ 650.05 $ 668.15

AD-Code 3 Service, LLC

AE-Higher Power Solutions - Havis #7759

AF-MHQ ofNew Mexico

AH-Grants & Technology Veterans, LLC-See attachment 1 for the specifications AK-New Mexico Emergency products, LLC, Ford, Troy #CM-Fl5-SL-LED, Chevy, Troy #CM-SIL V -SL-LED, Dodge, Troy #CM-PSDR-SL-LED

AN-West Mesa Auto Craft

AO-Wireless Advanced Communications

~--------------~--

$

$

$

$

$

$

$

396.00 $396.00 $ 314.60

600.00 $ 600.00 $ 600.00 $600.00

420.00 $420.00 $ 420.00

379.80 $ 406.80 $ 409.20 N/A

453.75 $ 453.75 $ 453.75

642.69 $659.20 $ 621.25

511.73 $530.60 $ 497.55

61

Page 63: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-00D-15-00032

Page-14

$ 367.03 $ 525.87 $ 325.76

$ 314.60 $261.80 $ 261.80 $304.70 ala

$ 9 .00

$ AH-Grants & Technology Veterans, LLC-See attachment 1 for the $ 648.00 $657.00 $ 661.20 N/A

tions AK-New Mexico Emergency products, LLC, Ford, Troy #CC-PI-L~18,

$ 427.50 $390.00 $ 408.75 Chevy;Troy #CC-CP-E-DM-18,

#CC-BPD-15

AN-West Mesa Auto Craft 709.76 $854.58 $ 672.13

AO-Wireless Advanced $ 291.48 $417.61 $ 258.70

Communications

62

Page 64: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

$

AD-Code 3 Service, LLC $

AE-Higher Power Solutions $

AF-JvfHQ ofNewMexico $

AH-Grants & Technology Veterans, LLC-See attachment 1 for the $

AK-New Mexico Emergency products, LLC, Ford #CC-UV-L-18, Chevy $ #CC-FwTHOS-22 wide body, 22"

AN-\Vest Mesa Auto Craft $

AO-Wireless Advanced $ Communications

Page-15

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

63

Page 65: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

$ 516.58

AD-Code 3 Service, LLC $ 369.60

AE-Higher Power Solutions $ 900.00

AF-MHQ of New Mexico $ 487.50

AH-Grants & Technology Veterans, LLC-See attachment 1 for the $ 877.20

cations

AK-New Mexico Emergency p roducts, LLC, Ford #CC-WBOS-20, 20 "wide No Bid body, open storage

AN-West Mesa Auto Craft $ 846.11

AO-Wireless Advanced $ 410.23

Communications

Page-16

$548.11 $ 530.81

$369.60 $ 258.50

$900.00 $ 900.00 $900.00

$487.50 $ 487.50

$ 657.00 $11061.40 N/A

$ 859.08 $ 850.64

$435.26 $ 414.17

64

Page 66: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 60-000-15-00032

AA-Advanced Comm Sierra Wireless

AD-Code 3 Service, LLC Option International

AE-Higher Power Solutions Omnivations

AF-MHQ ofNew Mexico

AH-Grants & Technology Veterans, Cradlepointl IBR600LPE-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 $ 65.00

AD-Code 3 Service, LLC No Bid

AE-Higher Power Solutions $ 120.00

AF-:MHQ of New Mexico $ 425,00

AH-Grants & Technology Veterans, $ 179.00

LLC - AP-CCWW~Q-S2222-RP34-BL

A K-New Mexico Emergency products, No Bid LLC

AN-West Mesa Auto Craft No Bid

AO-Wireless Advanced No Bid

Communications

Page-17

$999.00

$509.00

$750.00

N/A

$573.00

10%

No Bid

No Bid

65

Page 67: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

AA-Advanced Comm

AD-Code 3 Service, LLC

A£.. Higher Power Solutions

AF-1v1HQ of New Mexico

Gamber Johnson AH-Grants & Technology Veterans, metal LLC: mounting/console

"~ rs & docks Gamber Johnson non-metal mounting accessories with electronics Cradlepoint modems solutions & modem accessories Cradlepoint modems

5%

N/A

20%

25%

35%

5%

7%

warranties and 5% software support solutions Sierra Wireless modems solutions & modem accessories Sierra Wireless modems

AH-Grants & Technology Veterans, LLC : wananties and

software support solutions Cradlepoint & Sierra Wireless modem antenna solutions

Havis metal

5%

2%

5%

mounting/console 5% products (non-electronic)

66

Page 68: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State of New Mexico General Services Department

Purchasing Division 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%

67

Page 69: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State of New Mexico General Services 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

Cob an

AO-Wireless Advanced Code 3

Communications

Copeland

Custom Cages

D&R

Digital Ally

Federal Signal

Fire com

Gamber-Johnson

Go Rhino

Go light

Havis

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%

68

Page 70: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

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

AH-Grants & Technology Veterans, LLC AK-New Mexico Emergency products, LLC

AN-West Mesa Auto Craft

AO-Wireless Advanced Communications

$ 70.00 $ 80.00

$ 65.00

$ 65.00

$ 50.00

$ 85.00

No Bid

69

Page 71: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

-----·-·---·-·--·-------··-·-·-----·--··----·-··-- ..... --------............ --------------------·-·· .... -------·----------------------------.-- ....... -----

Specifications for Visual and Audio Warning Systems, Parts, Supplies and Labor:

All items bid in this categ01y shall conform to the Society of Automotive Engineers (SAE) or California Code Certifications, Title l 3.

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 products locally in the State of New Mexico.

Specifications for LightwEmitting 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 shaH 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 patterns 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 1113/41 RFI, and SAE J845 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 wil1 be allowed

Flood Lights: Flood lights shall be 360 degrees visibility and integrated in the light bar. Each module sbalJ contain at least six (6) diodes and be white LED. No exceptions wil1 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 "0" ~ings for a water proof seal.

M.ounts:

70

Page 72: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

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 0" in width, and 44" in overall length. 51'' overall length light bar for trucks and large SUV s with the same height and width.

Warranty: The warranty period shall be five years parts replacement, one year labor.

Specifications for siren/light 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 reJays and external fuses. It should be capable of using a CatS siren controiler and light bar. It shall contain directional warning capability.

Sounds: System shall 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 hom 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 500 Hz and 1650Hz eleven times per minute. Frequencies below 500Hz 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 alarm uses.

Siren Operation: System shaH 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 oven ide (change of tone for five seconds when hom button or manual switch is pressed), Lock (tone is changed when hom 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 400Hz to 1 OK Hz with less than 10% hatmonic 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 turn 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 relruL.r.::

71

Page 73: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15M00032

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 flashing hours, while panel lights shall have a life rating of 16,000 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 vehic1es. 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).

Electrical: 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 JS95, and SAE J2498.

Warranty: Warranty period shall be five years parts, one yeat·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 identicaJ 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 shaH be no bigger than 1.5" in base by l.O" 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 cutTent of no more than 6.SmA.

Warranty: Product shall be warrantied for five years) except strobe tubes> which shall be warrantied for one year.

72

Page 74: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

Item# Approx. Quantity

Unit

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

Description

Page-25

~='" i~~:i~,~9J1~;;£~ ~©.¥.1?:~1~t.;~·~r.:~:D;~i~0lii~i~tt"~~-s~=~:;~}~r~~ri,~~,~i;f~.~ ':~;~1~~K0{:0M~K~t~s~~?~4~~tii!~i~J~~ :H!~~f{i;:i~1:i~~1~~#s~~~~1f.f.%lt;W: AA- Advanced Comm Whelen $ 2,437.00

AB- B & G Automotive

AD-Code 3 Service, LLC

AE - Higher Power Solutions

AF- MHQ ofNew Mexico

Whelen liberty

Feniex Cobra 49 11

SoundOff Signal

Federal Signal

Apollo 49" i=eniex #L-4950

Cobra 49", Feniex #l-4910

Integrity 44", Federal Signal #INTG44S

Integrity 5111, #INTGSlS

Federal Signal

Federal Signal-Lighting

pkg to include: 4411

Integrity 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 ENFLB$1248, $ ETSS100N Siren speaker

w/bracket, ETSA481CSR Siren amplifier

SoundOff Signal lighting pkg 2 to include: 48 11

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 controUer

Whelen lighting pkg to include: 48" LED llght bar #IX8BBRR, SA315P Siren speaker w/bracket, 295SSLSA6 Siren controller

$

$

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

2,12.8.47

1,82.3.75

1,897 .so

73

Page 75: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

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

AB - B & G Automotive

AD - Code 3 Service, LLC

AE- Higher Power Solutions

AF MHQofNew

AK - New Mexico Emergency Products, LLC

AN- West Mesa Auto Craft

AO - Wireless Advanced Communications

Federal Slgnal1NTG445· NMSP

SoundOff, N-Force 48", ENFLBS1248

Federal Signal, INTG44S-NMSP

Whelen Engineering-4411

Sound Off

Federal Signal LED Corner Inserts 416200-44

SoundOff, ETSA481RSP

Federal Signat SSP300B

Whelen 295SSC6 w/WPKM1

Whelen Engineering-inc! speaker & Bracket

Sound Off- Blueprint

Page-26

$ 1,350.00

$ 1,956.00

$ 1,890.00

$

$

s

$ 498.74

$ 749.00

$ 851.00

74

Page 76: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

;:::o,;\'0'<''".

·fu~£4\~::c, '.~{{·!.

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 60-000-15-00032

~ -AA - Advanced Comm Whelen

AB ~ B & G Automotive Whelen

AD - Code 3 Service, LLC Feniex Cobra

SoundOff Signal

Federal Signal

AE - Higher Power Solutions Feniex #A1000

Feniex #1-9000

Federal Signal Spectra lux llS

AF- MHQ of New Mexico Federal Signal

AG- Federal Signal Corporation Federal Signal SlS8-A

AK - New Mexico Emergency SoundOff, N-Force products, LLC ENFTCDGS1206

Federal Signal, Sl8A-A

Whelen Dominator D8RB

AN- West Mesa Auto Craft Whelen Engineering

AO - Wireless Advanced Sound Off Communications

- ~ ~ AA- Advanced Comm Whelen

AB - B & G Automotive Federal Signal

AD - Code 3 Service, LLC Feniex

SoundOff Signal

Federal Signal

AE ~ Higher Power Solutions Feniex C-4014

Feniex C-4015

AF- MHQ ofNew Mexico Federal Signal

AG ~ Federal Signal Corporation Federal Signal ES100C

AK - New Mexico Emergency SoundOff, ETSS100N products, LLC

Federal Signal; ES100C

Whelen SA315P

AN- West Mesa Auto Craft Whelen Engineering

AO - Wireless Advanced Whelen-bracket & Communications speaker

Page-27

-$ 506.00

$ 2,100.00

$ 518.96

$ 805.35

$ 11130.35

$ 894.72

$ 638.72

$ 1,000.00

$ 765.60

$ 254.80

$ 408.96

$ 356.72

$ 408.96

$ 429.65

$ 460.00

--$ 437.85

$ 1,500.00

$ 188.36

$ 231.40

$ 204.10

$ 330.00

$ 488.00

$ 135.00

$ 117.65

$ 164.72

$ 164.71

$ 167.72

$ 145.00

$ 190.00

75

Page 77: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

Ill ff.~l~~ I·

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 60-000-15-00032

~~~~ AA - Advanced Comm W_helen

Code 3 Federal Signal

Sound Off S~gnal AB B&GA lVe

AD - Code 3 Service, LLC Feniex SoundOff Signal

Federal Signal

AE - Higher Power Solutions

AF- MHQ of New Mexico Able2

Big Sky Racks

Code3

Copeland Engineering

Digital Ally

Watch Guard

Kustom Signals

Brookings Ind.

Federal Signal

911 rcults

B & B Enterprises

tigid lndust

Feni dustri

Go Light

Sound Off Signal

Streamlight

Elzetta

Pelican Products

Tomar

Whelen

Jato Desk

Havis

Gamber Johnson

Troy Products

n

Setlna Products

laguna Seats

Santa Cruz Gun locks

Page-28

1\lls, 18%

18%

18%

18%

10%

35%

35%

20%

30%

10%

40%

30%

0%

0%

20%

45%

20%

20%

10%

30%

40%

5%

10%

30%

5%

25%

30%

2

20%

20%

10%

76

Page 78: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

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

AOE Electrical

Code3

ECCO

Feniex

Nova

Tomar

Unity

Patrol Power

Whelen

PSE Amber

AN - West Mesa Auto Craft Whelen Engineering

Code3

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

Truck Vault

Other law Enforcement MFG's, Not incl 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%

77

Page 79: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

AO - Wireless Advanced Communications $

Page-30

No Bid

65.00

50

85.00

78

Page 80: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

Patrol Vehicle In-Car Digital Camera and Equipment

The camera must be capable to be record I 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 submit with bid packet two (2) sets of illustrative product brochures and all technical data identifying all equipment included with the digital camera including pe1formance 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 ofthe 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: 1. 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 from or occasioned by the use of any material> equipment, or apparatus, or any part thereof, whlch infringes or is alleged to infringe on any patent rights. In case such material, infringement, the Seller, within a reasonable time, wHl 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.

79

Page 81: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State ofNew 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. Thls time-stamp infonnation 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 ofthe 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.

80

Page 82: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

The system shall include a buffer memmy for pre-event recording. This buffer shal1 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 of20°F to 120°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 Jock 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. AH 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 stati/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 zomn. H. Focus auto/manual. I. Backlight compensation.

The control center shall include a set-up menu that shall include the following features/options:

81

Page 83: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State ofNew 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 -1bree time and date formats shall be available through the Set-Up

Menu: MMIDDIYY, DD/MM/YY, and MMIDD/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 en-or, 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 3.4511 x 2.25 11 w/h/d {11.5 x 8.8 x 5.7 em w/h/d). The monitor's weight shall not exceed lib. (.71 kg).

The monitor's audio shall be played over two l.Sn speakers. The total audio output of these speakers shall be no less than 200 m W (14.4 oluns). 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 tight-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.

82

Page 84: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State ofNew Mexico General Services Department

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:

Page-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 manufacnu·er's operating specifications, pertaining to voltage, cunent 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.

83

Page 85: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

Unit

60-100

Description

AF - l\.1HQ ofNew Mexico

AH - Grants & Technology Veterans, LLC

AI- Kustom SignaJs, Inc.

AO - Wireless Advanced Communications

Panasonic Arbitrator Kustom Signals

EdgeHD w/WiFi antenna

ARB-KIT-HD

G3 Vision Bundled In-Car Video- See

Edge HD w/WIFi antenna

$ 51444.75

$ 5,465.00

$ 41819.00

84

Page 86: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

'' ·- ' : ...

2 ,. ___

... -Each '. ''

60-100

-·· ·-· " : ...

3 ...

Discount .. . ' ..

'--"

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 60-000-J 5-00032

ln>::Ve.hicle Camera (With~Out_wJreless. _ .MfG .. ,. '

downloading capability) . '

AA- Advanced Comm L3

AB - B & G Automotive

AC- Coban Technologies, Inc.~ See Coban Attachment 3

AD - Code 3 Service, LLC GeTac

AE - Higher Power Solutions Digital Ally

Co ban 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 Co ban Communications

Discount off PartS and accessories, :· .. · ..

dis~ount is for ·related cameras and Addit.ionai.Disc ·equipment as described above

:-

AA - Advanced Comm

AB - B & G Automotive

AC - Caban Technologies, 1nc.

AD - Code 3 Service, LLC

AE - Higher Power Solutions

AF - MHQ ofNew 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

· ·Model# ... ""

" ... Price ..

FB3 or HD $ 5,868.75

System

No Bid _Edge SO w/o

$ WiFi antenna 4,935.00

Veretos $ 4,851.47

DVM-800 $ 3,995.00

EdgeHD w/WiFi $ 5,250.00 antenna ARB-KIT-HO $ 5,312.00

63 Vision Bundled In-Car $ 4,569.00 Video

No Award

No Bid

ICP-KIT $ 3,495.00

4RE HD In-Car $ 4,795.00 Video System

DVl=EOH $ 41825.00

No Bid Edge HD w/o $ 5/100.00 WiFI

Discount

5%

10%

5%

10%

0%

5%

3%

5%

1% --

85

Page 87: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

% off Catalog List Price for Panasonic 1 0%

AI- Kustom Signals, Inc. AJ - L3 Mobile-Vision, Inc AK - New Mexico Emergency products, LLC

Body worn camera

% off Catalog List Price for Panasonic Body worn camera accessories

5%

20%

No Award

No Bid

AL - Safety Vision, LLC. 0%

AM - Watch Guard- MSRP 20%

AN- West Mesa Auto Craft No Bid

AO - Wir~le~s Advanced S% Commumcat10ns

Page-38

._,111111 i\liilllill~\lli$1JIIlll.lll;l ~lllllf!lllllll AA - Advanced Comm $ 95.00

AB- B & G Automotive $ 88.00

AC - Co ban Technologies, Inc. -NMSP-DPS has already been trained on installation so no additional costs for DPS/SP to perform Installations.

AD - Code 3 Service, LLC

AE - Higher Power Solutions

AF - MHQ of New Mexico AR - Grants & Technology Veterans, LLC AI- Kustom Signals, Inc.; on-site at agency's location w/minimum of 10 units- for factory repairs contact Kustom Signals Technology Support Installation Services Center first at (800) 835-0156 or email@ videotss@kustomsigna 1. com

AJ - L3 Mobile-Visiont Inc AK - New Mexico Emergency products, LLC

AL- Safety Vision, LLC.

AM - Watch Guard

AN - West Mesa Auto Craft AO - Wireless Advanced Communications

De-installation

Factory repairs

Flat Rate Installation Repairs

$ 445.00

$ 85.00

$ 65.00

$ 80.00

$ 150.00

$ 400.00

$ 175.00

$ 85.00

No Award

$ 65.00

$ 450.00

$ 75.00

$ 105.00

$ 65.00

$ 85,00

86

Page 88: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

AA - Advanced Comm 5%

AB - B & G Automotive

AC- Caban Technologies, Inc.

AD - Code 3 Service, LLC

AE- Higher Power Solutions

AF - MHQ ofNew Mexico

AH - Grants & Technology Veterans, LLC - % off catelog list price for Panasonic Body worn camera licenses

AI - Kustom Signals, Inc. EDV Lite Software License (Approx %)

EDV HQ Software License (Approx %)

AJ - L3 Mobile-Vision, Inc

AK - New Mexico Emergency p].'oducts, LLC AL- Safety Vision, LLC.

AM - Watch Guard MSRP

AN- West Mesa Auto Craft

AO - Wireless Advanced Communications

AA -Advanced Comm

AB - B & G Automotive

AC - Cohan Technologies, Inc. -Only incurred for non-warranty support/repairs AD - Code 3 Service, LLC

AE - Higher Power Solutions

AF - MHQ of New Mexico

AH ~ Grants & Technology Veterans, LLC

AI - Kustom Signals> Inc.: on-site at agency's location w/minimum of I 0 units - for factory repairs contact Kustom Signals Technology Support Services Center ftrst at (800) 83 5-0 15 6 or email@ [email protected]

AJ - L3 Mobile~ Vision, Inc

AK - New Mexico Emergency products, LLC AL - Safety Vision, LLC.

AM - Watch Guard

AN ~ West Mesa Auto Craft AO - Wireless Advanced Communications

5%

5%

10%

0%

5%

5%

80%

15%

No Award

No Bid

0%

20%

No Bid

5%

$ 125.00

$ 196.00

$ 95.00

$ 85.00

$ 50.00

N/A

N/ A Sold Annually (See Item 3

Services Above)

$ 85.00

No Award

No Bid

Included

Included at N/C

No Bid

$ 85.00

Page-39

87

Page 89: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

1:~~~~ -

State ofNew Mexico General Services Department

Purchasing t'ivision Price Agreement #: 60-000-15-00032

~~~~~,~~~~[~~ ~:,.; .. ,.J~ AA ~ Advanced Comm

AB - B & G Automotive AC- Coban Technologies, Inc.- per unit/per year AD - Code 3 Service~ LLC AE - Higher Power Solutions

AF - :MHQ of New Mexico AH - Grants & Technology V ~terans, LLC AI - Kustom Signals, Inc. 1-9 Units

Year 1 Year2

Year 3

Year4

~]~\~

10-19 Units Year 1

Year2

Year3

Year4 20 or More Units

Year 1

Year2

Year 3 Year4

AJ- L3 Mobile-Vision, fuc AK - New Mexico Em rgency products, LLC AL - Safety Vision, LLC.

AM -Watch Guard

AN- West Mesa Auto Craft AO- Wireless Advanced Communications

Page-40

-$ 95.00

No Bid

$ 150.00

No Bid

$ 65.00

$ 80.00

No Bid

$ 787.50

$ 1,541.25

$ 1,687.50

$ 1,912.50

$ 525.00

$ 1,027.50 $ 1,125.00 $ 1,275.00

$ 350.00 $ 685.00 $ 750.00 $ 850.00

No Award

$ 65.00

$ 75.00

No Bid

$ 85.00

88

Page 90: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

~":~?\;il( :;{~;~~~:•::.;·•":

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

~-AA -Advanced Comm- off MSRP

AB - B & G Automotive AC- Coban Technologies, Inc. - 3 year hardware watTanty, 1 year maintenance

Year4 and support and rear facing camera is included in purchase

AD - Code 3 Service, LLC Year 5

AE - Higher Power Solutions

AF- MHQ ofNew Mexico Year4

Year 5

AH - Grants & Technology Veterans, LLC AI- Ku.stom Signals, Inc., each year of extended warranty is individual and not Year 2 inclusive of previous years.

Year3

Year4

Year 5

AJ- 13 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 4year

Communications

Page-41

(:p ~ 5%

No Bid

$ 400.00

$ 550.00

$ 250.00

N/C N/C

No Bid

$ 300.00

$ 400.00

$ 500.00

$ 600.00

No Award

No Bid

$ 500.00

No Bid

$ 440.00

89

Page 91: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

·---····-···-··-·. ______________ .......... -.-.----------------.......... _. _______ ............. .. Vehicle Wraps and Decals

This category describes services, materials and specifications 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 performance, 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 surface preparation.

Item # Appr~x. Quantity

Unit Description Price

90

Page 92: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

Page-43

91

Page 93: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032.

92

Page 94: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State of New Mexico General Services Department

Purchasing Division Price Agreement #: 60-000~ 15-00032

Page--45

93

Page 95: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State ofNew Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

Push Bar:

Heavy duty 4 gauge steel uptights Minimum 2" wide rubber strips Minimum 1 W' lower tube for extra protection and added strength Top challllel options for 2 or 4 waming lights 4 gauge steel mounting brackets Mounting bracket design minimizes 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. Quantity

Unit Description

AE - Higher Power Solutions

AG -Federal Signal Corporation

AK -New Mexico Emergency products, LLC

AO - Wireless Advanced Communications

Setina PB-400L

PBXOS w/light channel

No Bid

Westin

$195.00

$290.00 $290.00 $290.00

Page-46

$290.00

94

Page 96: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

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 Engineerin

g

Code3

Feniex

Brooking Industries

Able 2/Sho-Me

Rigid Industries

Jotto-except Kodiak

Havis Premier

Mounting Solutions Set ina-except

PB4SO& PBSSO

Go Rhino

Pro-Gard Products

Truck Vault

Other law Enforceme nt MFG's, Not lncl

camera systems, radar or radios

AO-Wireless Advanced Westin Communications

Page-47

5%

20%

40%

20%

20%

25%

38%

30%

25%

20%

30%

15%

15%

18%

25%

20%

25%

15%

10%

5%

25%

95

Page 97: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

State of New Mexico General Services Department

Purchasing Division Price Agreement#: 60-000-15-00032

AA-Advanced Comm $ 95.00

AE-Higher Power Solutions $ 65.00

Federal Signal Corporation No Bid AK-New Mexico Emergency roducts, LLC No Bid

AN-West Mesa Auto Craft $ 50.00

AO-Wireless Advanced $ Communications 85.00

Page-48

96

Page 98: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

DEAR EDUARDO CATANACH,

~~·PEOPLE ~WHO --GETIT

Thank you for considering CDW•G for your computing needs. The details of your quote are below. CHd< to convert your quote to an order.

Brother Poci<etJ..e.t§__f?_.I.:&J...L:..m:in.t.9.L. .. :.JitQD.Q.dlr.Q.llJ..e_::_\iir:gg 23 thermal l"ifg. Part#: PJ622 UNSPSC: 43212108 Contract: National IPA Technology Solutions (130733)

fl.H.QIHEI\. .. £8!LADAPTER_Ii.~RD WI..~O 14F_I 23 Mfg. Part#: LB3692 UNSPSC: 39121006 Contract: National !PA Technology Solutions (130733)

.!2J:.!=lther In-Vehicle Mount--~~~ mountjng br~l~~ 23 Mfg. Part#: LB3810 UNSPSC: 31162313 Contract: Nat!onallPA Technology Solutions (130733)

j3rother USB cabk..:.....4.11 Mfg. Part#: LB3601 UNSPSC: 26121604 Contract: National IPA Technology Solutions (130733}

Shipping Address: SANTA FE POLICE EDUARDO CATANACH 30 i MONTEZUMA AVE SANTA FE, NM 87501-2626 Phone: (505) 955-3109 Shipping Method: FEDEX Ground

Juan Camargo

23

(866) 405-6241

Page 1 of 2

2236123 $253.46 $5,829.58

1912881 $23.39 $537.97

3321218 $93.12 $2,141.76

1845797 $10.08 $231.84

$8,741.15

so.oo

[email protected]

97

Page 99: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

NATIONAL I PA Information Technology Solutions,

including desktops, notebooks, servers, software, peripherals and services Executive Summary

Lead Agency: City of Tucson, AZ RFP Issued: January 22, 2013 Date Open: February 19, 2013

I!IJiiiii.) ~ Awarded to: ~

Solicitation: RFP #130733 Pre~Proposal Date: January 29, 2013 Proposals Received: 4

The City of Tucson, AZ Department of Procurement issued RFP #130733 on January 22, 2013, to establish a national cooperative contract for informational technology solutions.

Notice of the solicitation was sent to potential offerors, as well as advertised in the following:

• City of Tucson, AZ website

• Hawaii Tribune-Herald, HI

• Daily Journal of Commerce, OR

• Times Union, NY

• The State, SC

• The Olympian, WA

• NationaiiPA website

On February 191 2013, proposals were received from the following offerors:

• lntertech • En Pointe Tech • GBH Communications

• CDW Government

The proposals were evaluated by an evaluation committee. Using the evaluation criteria established in the RFP, the committee discussed the relative strengths and weaknesses of the proposals, scored and ranked the proposals. As a result/ the committee recommended entering into exclusive negotiations with the intent to award to the top ranked firm, CDW Government.

The City of Tucson, AZ, and COW Government successfully negotiated a contract and the City of Tucson executed the agreement with a contract effective date of August 18, 2013.

Page 1 of 2

98

Page 100: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

®

Contract includes:

Term:

A comprehensive product and service offering including desktops, notebooks, servers, software, peripherals, cloud computing, consulting/analysis, design, technical support, leasing/financing, trade-ins, repair, configuration/system configurations, implementation, training, maintenance, installation, system testing, upgrades, and imaging.

Pricing/Discount: Discount off product categories with an additional 2% discount on Hewlett Packard products.

Page 2 of 2

99

Page 101: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

CITY OF TUCSON DEPARTMENTOFPROCUREMENT

REQUEST FOR PROPOSAL NO. 130733

INFORMATION TECHNOLOGY SOLUTIONS including DESKTOPS, NOTEBOOKS, SERVERS, SOFTWARE,

PERIPHERALS, AND SERVICES

AMENDMENT NO. 1 (ONE)

The referenced document has been modified as per the attached Amendment No.1 (ONE).

Please sign this Amendment where designated and return the executed copy with the submission of your proposal. This amendment is hereby made part of the referenced proposal as though fully set forth therein. Any questions regarding this amendment should be addressed to NATHAN DAOU.

NO/swb

100

Page 102: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

REQUEST FOR PROPOSAL AMENDMENT CITY OF TUCSON DEPARTMENT OF PROCUREMENT 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 P.O. BOX 27210, TUCSON, AZ 85726 ISSUE DATE: FEBRUARY 6, 2013

REQUEST FOR PROPOSAL NO. 130733 RFP AMENDMENT NO. 1 (ONE)

PAGE NO. 1 OF 3 RFP DUE DATE: FEBRUARY 19, 2013

RESPONSIBLE CONTRACT OFFICER: NATHAN DAOU

A SIGNED COPY OF THIS AMENDMENT MUST BE SUBMITTED WITH YOUR SEALED PROPOSAL. THIS REQUEST FOR PROPOSAL IS AMENDED AS FOLLOWS:

INFORMATION TECHNOLOGY SOLUTIONS including DESKTOPS, NOTEBOOKS, SERVERS, SOFTWARE, PERIPHERALS, AND SERVICES

1. The Proposal Due Date is hereby changed to February 19, 2013 at 4:00PM Local Arizona Time.

2. Representatives from the following firms were in attendance at the Pre-Proposal Conference on January 29, 2012:

Copper State Communications Leeshanok Network Solutions CDW Government Office Depot/Tech Depot Dell World \Vide Technology, Inc.

3. Requests have been made to have the RFP document in Microsoft Word format, as opposed to Adobe PDF format. Therefore, the RFP document in Microsoft Word format is hereby attached to this amendment.

4. The first sentence of the second paragraph of Paragraph 5 (Pricing) of the Scope of Work section is hereby replaced with the following sentence:

"Price discounts will be evaluated by applying the Vendor's discount to the prices listed on the verifiable price index."

5. Attachment A, the Revised Sample Items List is hereby replaced with the attached REVISED Attachment A. Offerors should fill out the REVISED Attachment A instead of the original Attachment A.

6. CLARIFICATIONS: The following questions have been received by the City. The questions, along with the City's responses are provided below:

Q: Is it acceptable to add lines to the price page under Group 11 (Services) to list hourly rates?

A: Yes.

101

Page 103: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

REQUESTFORPROPOSALAMENDMENT CITY OF TUCSON DEPARTMENT OF PROCUREMENT 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 P.O. BOX 27210, TUCSON, AZ 85726 ISSUE DATE: FEBRUARY 6, 2013

REQUEST FOR PROPOSAL NO. 130733 RFP AMENDMENT NO. 1 (ONE)

PAGE NO. 2 OF 3 RFP DUE DATE: FEBRUARY 19, 2013

RESPONSIBLE CONTRACT OFFICER: NATHAN DAOU

A SIGNED COPY OF THIS AMENDMENT MUST BE SUBMITTED WITH YOUR SEALED PROPOSAL. THIS REQUEST FOR PROPOSAL IS AMENDED AS FOLLOWS:

Q: National IPA Exhibit A ("National IPA Response for National Cooperative Contract"), which is part of Attachment B to the RFP, states in Paragraph 3.3.B.iv that Supplier must provide a commitment to attend and participate with National IP A at national and supplier-specific trade shows, conferences and meetings. Do we have to participate in all meetings? If so, what are the event dates, details?

A: National IP A and the awarded supplier( s) wi II work together to develop a marketing and communication strategy that is mutually agreed upon by both parties. The strategy will include identification of trade shows, conferences, meetings that will be beneficial to promotion of the awarded agreement. It is the expectation of National IPA that the awarded supplier(s) trade show strategy plan will include attendance and exhibition at the NIGP Annual Forum and NPI Annual Conference throughout the term of the agreement. Regional conferences and industry-specific events will be discussed and agreed upon during marketing strategy planning after the award is made.

Q: National IPA Exhibit A ("National IPA Response for National Cooperative Contract"), which is part of Attachment B to the RFP, states in Paragraph 3.3.B.vi that the Supplier must provide a plan for the design and publication of national and regional advertising in trade publications throughout the term of the Master Agreement. Please elaborate on what will minimally be expected ofthe Supplier in regards to this item.

A: National IP A and the awarded supplier(s) will work together to develop a marketing and communication strategy that is mutually agreed upon by both parties. The strategy will include identification of advertising opportunities that will be beneficial to promotion of the awarded agreement. It is the expectation of National IPA that the awarded supplier(s) will include advertising as part of the overall marketing strategy in order to promote the awarded agreement.

Q: National IP A Exhibit A ("National IPA Response for National Cooperative Contract"), which is part of Attachment B to the RFP, states in Paragraph 3.3 .K that the Supplier must state the amount of your company's Public Agency sales for the previous fiscal year, and that the Supplier must provide a list of your top 10 Public Agency customers. For this, is National IPA looking for any government client? What if a supplier does not have a way to segment our combined sales by vertical type?

A: If a supplier does not have a way to segment their combined sales by vertical type, then the supplier should provide a total sales amount for all public agencies combined. National IPA is trying to understand the supplier's current sales in the public agency sector.

102

Page 104: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

REQUESTFORPROPOSALAMENDMENT CITY OF TUCSON DEPARTMENT OF PROCUREMENT 255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701 P.O. BOX 27210, TUCSON, AZ 85726 ISSUE DATE: FEBRUARY 6, 2013

REQUEST FOR PROPOSAL NO. 130733 RFP AMENDMENT NO. 1 (ONE)

PAGE NO. 3 OF 3 RFP DUE DATE: FEBRUARY 19, 2013

RESPONSIBLE CONTRACT OFFICER: NATHAN DAOU

A SIGNED COPY OF THIS AMENDMENT MUST BE SUBMITTED WITH YOUR SEALED PROPOSAL. THIS REQUEST FOR PROPOSAL IS AMENDED AS FOLLOWS:

THIS PAGE LEFT BLANK INTENTIONALLY

ALL OTHER PROVISIONS OF THE REQUEST FOR PROPOSALSHALL REMAIN IN THEIR ENTIRETY. VENDOR HEREBY ACKNOWLEDGES RECEIPT AND UNDERSTANDING OF THE ABOVE AMENDMENT.

Signature Date Company Name

Typed Name and Title Address

City State Zip

revised 2/99

103

Page 105: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

C m. s!'"'·"11l'li·Jnt·( . .,j,!ii'J!"l'"' .... '\J ~. ' 1 • < • c , '' ,)

NEW "" "New in Box", has never been in production, in original packaging

f.:<pt."."ti$e '1'ou Need, l~H" Ch<:J1te l'ou Oeserve

·NVVV\.' ( flt).C.(.G~'n

722 Goddard Ave.

Cheste1·fielct, MO 63005

NOB= "New Openet1 Box", has never been in production, original box, packaging seal has been broken. CMS Refurb "CMS Refurbished", indicating that the product has been cleaned, tested, and CMS Communications rvttg Refurb :::"Factory Refurbished", indicating that the product has been tested, refurbished, and by Original Manufacturer

*Optional Lifetime CMS warrants to the original End User purchaser that its Lifetime Assurance products will be materially free from defects in material under normal use and for as long as the original End User owns the product, or for seven (7) years after the manufacturer discontinues such product, whichever is sooner.

** CMS Refurbished equipment comes with applicable Cisco ros. Cisco may require re~Jicensing of the Software {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

06/15/2016

Thomas Devine 800-511-6796 [email protected]

104

Page 106: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

AUTHORIZED FAS INFORMATION TECHNOLOGY

SCHEDULE PRICELIST

communications

Expertise You Need, the Choice You Deserve

Contract: GS-35F-0295N Effective: Feb 5, 2003 to Feb 4, 2013 SIN: 132-9, 132-9RC, 132-9STLOC Contact: Tim Murphy Phone: 800-830-2286 Email: [email protected]

GS·35F·0295N

722 Goddard Avenue Chesterfield, MO 63005-1106

105

Page 107: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

www.cmsc.com

Authorized FAS 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, Norte!), and audio and video teleconferencing equipment.

CMS Communications, Inc 722 Goddard Ave.

Chesterfield, MO 63005 Telephone (636) 530-1320

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

Contract Number: GS - 35F - 0295N

Period Covered by Contract: 2-5-03 to 2-4-18

Products and ordering information in this Authorized FAS Information Technology Schedule Pricelist are also available on the GSA Advantage! System. Agencies can browse GSA Advantage! by accessing the Federal Acquisition Service's Home Page via the Internet at http:l/www.fss.gsa.gov/

106

Page 108: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

Incorporates all modifications through P0-0018, dated 4-20-2011

TABLE OF CONTENTS

INFORMATION FOR ORDERING OFFICES

TERMS AND CONDITIONS APPLICABLE TO PURCHASE OF EQUIPMENT-SPECIAL ITEM NUMBER 132-9, 132-9STLOC, 132-9RC

COMMITMENT TO PROMOTE SMALL BUSINESS

BLANKET PURCHASE AGREEMENT

GUIDELINES FOR CONTRACTOR TEAM ARRANGEMENTS

ITEMS 132-9, 132-9STLOC, 132-9RC, PURCHASE OF AVAYA TELEPHONE PRODUCTS

ITEM 132-9, 132-9STLOC, 132-9RC, PURCHASE OF CISCO TELECOM PRODUCTS

ITEMS 132-9, 132-9STLOC, 132-9RC, PURCHASE OF NEC TELEPHONE PRODUCTS

ITEMS 132-9, 132-9STLOC, 132-9RC, PURCHASE OF AVAYA/NORTEL TELEPHONE PRODUCTS

PAGES 1-7

PAGES 8-9

PAGE10

PAGES 11-13

PAGE14

PAGES 15-16

PAGES 17-27

PAGES 28-29

PAGES 30-31

107

Page 109: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

GSA INFORMATION FOR ORDERING OFFICES APPLICABLE TO ALL SPECIAL ITEM NUMBERS

SPECIAL NOTICE TO AGENCIES: Small Business Participation

SBA strongly supports the participation of small business concerns in the Federal Acquisition Service Program. To enhance small business participation SBA policy allows agencies to include in their procurement base and goals, the dollar value of orders expected to be placed against the Federal Acquisition Service , and to report accomplishments against these goals.

For orders exceeding the micropurchase threshold, FAR 8.404 requires agencies to consider the catalogs/pricelists of at least three scheduled contractors or consider reasonably available information by using the GSA Advantage! On-line shopping service (www.fss.gsa.gov). The catalogs/pricelists, GSA Advantage! and Ferderal Acquisition Service Home Page (www.fss.gsa.gov) contain information on a broad array of products and services offered by small business concerns.

This information should be used as a tool to assist ordering activities in meeting or exceeding established small business goals. It should also be used as a tool to assist in including small, small disadvantaged, and women owned small businesses among those considered when selecting pricelists for a best value determination.

For orders exceeding the micropurchase threshold, customers are to give preference to small business concerns when two or more items at the same delivered price will satisfy their requirement.

1. Geographic scope of contract: Domestic delivery is delivery within the 48 contiguous states, Alaska, Hawaii, Puerto Rico, Washington, DC, and U.S. territories. Domestic delivery also includes a port or consolidation point, within the aforementioned areas, for orders received from overseas activities.

Overseas delivery is delivery to points outside the 48 contiguous states, Washington, DC, Alaska, Hawaii, Puerto Rico, and U.S. Territories.

The geographic scope of this contract will be domestic delivery only.

2. Contractor's ordering address: CMS Communications, Inc 722 Goddard Ave Chesterfield, Mo 63005

Contractor's payment address is the same as ordering address

Contractors are required to accept the Government purchase cards for payments equal to or less Than the micro-purchase threshold for oral or written delivery orders. Government purchase cards Will be acceptable for payment above the micro-purchase threshold. In addition, bank account Information for wire transfer payments will be shown on the invoice.

The following telephone numbers can be used by ordering agencies to obtain technical and/or Ordering assistance: (800)830-2286 or (800)755-9169.

3. Liability for Injury or Damage

The Contractor shall not be liable for any injury to Government personnel or damage to Government property arising from the use of equipment maintained by the Contractor, unless such Injury or damage is due to the fault or negligence of the Contractor.

108

Page 110: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

4. Statistical Data for Government ordering office completion of Standard Form 279:

Block 9: G. Order Modification under Federal Acquisition Service Schedule Block 16: Data Universal Numbering System (DUNS) Number: 152055877 Block 30: Type of Contractor- B Block 31: Women Owned Small Business: No Block 36: Contractor's Taxpayer Identification Number (TIN): 43-1388746

4a. Cage Code: OC269 4b. Contractor has registered with the Central Contractor Registration Database.

5. FOB Destination

6. Delivery Schedule:

a. Time of delivery: The Contractor shall deliver to destination within the number of calendar days after receipt of order (ARO), as set forth below:

Special Item Number 132.9 30 132-9STLOC 30 132-9RC 30

Delivery Time (Days ARO) days days days

b. Urgent Requirements: When the Federal Acquisition Service contract delivery period does not meet the bona fide urgent delivery requirements of an ordering agency, agencies are encouraged, if time permits, to contact the Contractor for the purpose of obtaining accelerated delivery. The Contractor shall reply to the inquiry within 3 workdays after receipt. (Telephonic replies shall be confirmed by the Contractor in writing). If the Contractor offers an accelerated delivery time acceptable to the ordering agency, any order (s} placed pursuant to the agreed upon accelerated delivery time frame shall be delivered within this shorter delivery time, and in accordance with all other terms and conditions of the contract.

7. Discounts: Prices shown are NET prices; Basic discounts have been deducted.

a. Prompt Payment: 1% for 5 days from receipt of invoice or date of acceptance, whichever is later. b. Quantity: no additional discounts c. Dollar Volume: no additional discounts d. Government Educational Institutions: no additional discounts e. Other: We will run promotional discounts from time to time when we have excess stock of certain

items. Please call contact numbers to inquire about special discounts for excess inventory.

8. Trade Agreements Act of 1979, as amended:

All items are U.S. made end products, designated country end products, Caribbean Basin country end products, Canadian end products, or Mexican end products as defined in the Trade Agreements Act of 1979, as amended.

9. Statement Concerning Availability of Export Packing:

Export packing is available, however pricing is done on a case by case basis, depending on weight of package, and final destination. Please call contact numbers for information on export costs.

10. Small Requirements: The minimum dollar value of orders to be issued is $50

1·i. Maximum Order (Ail dollar amounts are exclusive of any discount for pmrnpt payment)

a. The maximum order value for the following Special Item Numbers (SINS) is $500,000

2

109

Page 111: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

12.

Special Item Number 132-9 Purchase of Refurbished Equipment Special Item Number 132-9STLOC Purchase of Refurbished Equipment Special Item Number 132-9RC Purchase of Refurbished Equipment

ORDERING PROCEEDURES FOR FEDERAL SUPPLY SCHEDULE CONTRACTS

Ordering activities shall use the ordering procedures of Federal Acquisition Regulation (FAR) 8.405 when placing an order or establishing a BPA for supplies or services. These procedures apply to all schedules.

a. FAR 8.405-1 Ordering procedures for supplies, and services not requiring a statement of work

b. FAR 8.405-2 Ordering procedures for services requiring a statement of work

13. FEDERAL INFORMATION TECHNOLOGY/TELECOMMUNICATION STANDARDS REQUIREMENTS: Federal departments and agencies acquiring products from this Schedule must comply with the provisions of the Federal Standards Program, as appropriate (reference: NIST Federal Standards Index). Inquiries to determine whether or not specific products listed herein comply with Federal Information Processing Standards (FIPS) or Federal Telecommunication Standards (FED-STDS), which are cited by ordering offices, shall be responded to promptly by the Contractor.

13.1 FEDERAL INFORMATION PROCESSING STANDARDS PUBLICATIONS (FIPS PUBS): Information Technology products under this Schedule that do not conform to Federal Information Processing Standards (FIPS) should not be acquired unless a waiver has been granted in accordance with the applicable "FIPS Publication." Federal Information Processing Standards Publications (FIPS PUBS) are issued by the U.S. Department of Commerce, National Institute of Standards and Technology (NIST), pursuant to National Security Act. Information concerning their availability and applicability should be obtained from the National Technical Information Service (NTIS), 5285 Port Royal Road, Springfield, Virginia 22161. FIPS PUBS include voluntary standards when these are adopted for Federal use. Individual orders for FIPS PUBS should be referred to the NTIS Sales Office, and orders for subscription service should be referred to the NTIS Subscription Officer, both at the above address, or telephone number (703) 487-4650.

13.2 FEDERAL TELECOMMUNICATION STANDARDS (FED-STDS): Telecommunication products under this Schedule that do not conform to Federal Telecommunication Standards (FED-STDS) should not be acquired unless a waiver has been granted in accordance with the applicable "FED-STD." Federal Telecommunication Standards are issued by the U.S. Department of Commerce, National Institute of Standards and Technology (NIST), pursuant to National Security Act. Ordering information and information concerning the availability of FED­STDS should be obtained from the GSA, Federal Acquisition Service, Specification Section, 470 East L'Enfant Plaza, Suite 8100, SW, Washington, DC 20407, telephone number (202)619-8925. Please include a self­addressed mailing label when requesting information by mail. Information concerning their applicability can be obtained by writing or calling the U.S. Department of Commerce, National Institute of Standards and Technology, Gaithersburg, MD 20899, telephone number (301 )975-2833.

14. CONTRACTOR TASKS/SPECIAL REQUIREMENTS

(a) Security Clearances: The Contractor may be required to obtain/possess varying levels of security clearances in the performance of orders issued under this contract. All costs associated with obtaining/possessing such security clearances should be factored into the price offered under the Multiple Award Schedule.

3

110

Page 112: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

(b) Travel: The contactor may be required to travel in performance of orders issued under this contract. Allowable travel and per diem charges are governed by Pub.L. 99-234 and FAR Part 31, and are reimbursable by the ordering agency or can be prices as a fixed price item on orders placed under the Multiple Award Schedule. The Industrial Funding Fee doe NOT apply to travel and per diem charges.

NOTE Refer to FAR Part 31.205-46 Travel Costs, for allowable costs that pertain to official company business travel in regards to this contract.

(c) Certifications, Licenses, and Accreditations: As a commercial practice, the Contractor may be required to obtain/possess any variety of certifications, licenses, and accreditations for specific FSC/service code classifications offered. All costs associated with obtaining/possessing such certifications, licenses, and accreditations should be factored into the price offered under the Multiple Award Schedule Program.

(d) Insurance: As a commercial practice, the Contractor may be required to obtain/possess insurance coverage for specific FSC/service code classification award. All costs associated with obtaining/possessing such insurance shall be factored into the price offered under the Multiple Award Schedule Program

(e) Personnel: The Contractor may be required to provide key personnel, resumes, or skill category descriptions in the performance of orders issued under this contract. Ordering activities may require agency approval of additions or replacement to key personnel.

(f) Organizations Conflicts of Interest: Where there may be a organizational conflict of interest as determined by the ordering agency, the Contractors participation in such order may be restricted in accordance with FAR Part 9.5

(g) Documentation/Standards: The Contractor may be requested to provide products or services in accordance with rules, regulations, OMB orders, standards and documentation as specified by the agency's order.

(h) Data/Deliverable Requirements: Any required data/deliverables at the ordering level will be as specified or negotiated in the agency's order.

(i) Government-Furnished Property: As specified by the agency's order the government may provide property, equipment materials or resources as necessary

U) Availability of Funds: Many Government agencies' operating funds are appropriated for a specific fiscal year. Funds may not be presently available for any orders placed under the contract for any option year. The Government's obligation on orders placed under this contract is contingent on the availability of appropriated funds from which payment for ordering purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are available to the ordering Contracting Officer.

15. CONTRACT ADMINISTRATION FOR ORDERING OFFICES: Any ordering office, with respect to any one or more delivery orders placed by it under this contract, may exercise the same rights of termination as might the GSA Contracting Officer under provisions of FAR 52.212-4, paragraphs (I) Termination for the Government's convenience, and (m) Termination for Cause (See C.1.)

16. GSA Advantage!

GSA Advantage! is an on-line, interactive electronic information and ordering system that provides on-line access to vendors' schedule prices with ordering information. GSA Advantage! will allow the user to perform various searches across all contracts including, but not limited to:

(1) Manufacturer; (2) Manufacturer's Part Number; and (3) Product categories.

Agencies can browse GSA Advantage! by accessing the Internet World Wide Web utilizing a browser (ex.: NetScape). The Internet address is www.fss.gsa.gov.

4

111

Page 113: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

17. PURCHASE OF OPEN MARKET ITEMS

NOTE: Open Market Items are also known as incidental items, noncontract items, non-Schedule items, and items not on a Federal Acquisition Service contract. ODCs (Other Direct Costs) are not part of this contract and should be treated as open market purchases. Ordering Activities procuring open market items must follow FAR 8.402(f)

For administrative convenience, an ordering activity contracting officer may add items not on the Federal Acquisition Service Multiple Award Schedule (MAS)-referred to as open market items-to a Federal Acquisition Service blanket purchase agreement (SPA) or an individual task or delivery order, only if-

(1) All applicable acquisition regulations pertaining to the purchase of the items not on the Federal Acquisition Schedule have been followed (e.g. publicizing (Part 5), competition requirements (Part 6), acquisition of commercial-items (Part 12), contracting methods (Parts 13, 14, and 15), and small business programs (Part 19));

(2) The ordering activity contracting officer has determined the price for the items not on the Federal Acquisition Schedule is fair and reasonable;

(3) The items are clearly labeled on the order as items not on the Federal Acquisition Service schedule; and

(4) All clauses applicable to items not on the Federal Acquisition Service Schedule are included in the order.

18. CONTRACTOR COMMITMENTS, WARRANTIES AND REPRESENTATIONS

a. For the purpose of this contract, commitments, warranties and representations include, in addition to those agreed to for the entire schedule contract:

(1) Time of delivery/installation quotations for individual orders;

(2) Technical representations and/or warranties of products concerning performance, total system performance and/or configuration, physical, design and/or functional characteristics and capabilities of a product/equipment/ service/software package submitted in response to requirements which result in orders under this schedule contract.

(3) Any representations and/or warranties concerning the products made in any literature, description, drawings and/or specifications furnished by the Contractor.

b. The above is not intended to encompass items not currently covered by the GSA Schedule contract.

19. OVERSEAS ACTIVITIES

The terms and conditions of this contract shall apply to all orders for installation, maintenance and repair of equipment in areas listed in the pricelist outside the 48 contiguous states and the District of Columbia, except as indicated below:

We do not provide overseas shipping; this contract is only for the 50 states and the District of Columbia

Upon request of the Contractor, the Government may provide the Contractor with logistics support, as available, in accordance with all applicable Government regulations. Such Government support will be provided on a reimbursable basis, and will only be provided to the Contractor's technical personnel whose services are exclusively required for the fulfillment of the terms and conditions of this contract.

20. BLANKET PURCHASE AGREEMENTS (SPAs)

The use of SPAs under any schedule contract to fill repetitive needs for supplies or services is allowable. SPAs may be established with one or more schedule contractors. The number of SPAs to be established is within the discretion of the ordering activity establishing the SPA and should be based on a strategy that is expected to

5

112

Page 114: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

maximize the effectiveness of the BPA (s). Ordering activities shall follow FAR 8.405-3 when creating and implementing BPA (s).

21. CONTRACTOR TEAM ARRANGEMENTS

Contractors participating in contractor team arrangements must abide by all terms and conditions of their respective contracts. This includes compliance with Clauses 552.238-74, Contractor's Reports of Sales and 552.238-76, Industrial Funding Fee, i.e., each contractor (team member) must report sales and remit the IFF for all products and services provided under its individual contract.

22. INSTALLATION, DEINSTALLATION, REINSTALLATION

The Davis-Bacon Act (40 U.S.C. 276a-276a-7) provides that contracts in excess of $2,000 to which the United States or the District of Columbia is a party for construction, alteration, or repair (including painting and decorating) of public buildings or public works with the United States, shall contain a clausae that no laborer or mechanic employed directly upon the site of the work shall received less than the prevailing wage rates as determined by the Secretary of Labor. The requirements of the Davis-Bacon Act do not apply if the construction work is incidental to the furnishing of supplies, equipment, or services. For example, the requirements do not apply to simple installation or alteration of a public building or public work that is incidental to furnishing supplies or equipment under a supply contract. However, if the construction, alteration or repair is segregable and exceeds $2,000, then the requirements of the Davis-Bacon Act applies.

The requisitioning activity issuing the task order against this contract will be responsible for proper administration and enforcement of the Federal labor standards covered by the Davis-Bacon Act. The proper Davis-Bacon wage determination will be issued by the ordering activity at the time a request for quotations is made for applicable construction classified installation, de-installation, and reinstallation services under SIN 132-9.

23. SECTION 508 COMPLIANCE.

If applicable, Section 508 compliance information on the supplies and services in this contract are available in Electronic and Information Technology (EIT) at the following: www.cmsc.com

The EIT standard can be found at www.section508.gov/.

24. PRIME CONTRACTOR ORDERING FROM FEDERAL ACQUISITION SERVICE.

Prime Contractors (on cost reimbursement contracts) placing orders under the Federal Acquisition Service, on behalf of a federal agency, shall follow the terms of the applicable schedule and authorization and include with each order

a. A copy of the authorization from the agency with whom the contractor has the prime contract (unless a copy was previously furnished to the Federal Acquisition Service contractor): and

b. The following statement:

This order is placed under written authorization from. _____ dated. ____ _

In the event of any inconsistency between the terms and conditions of this order and those of your Federal Acquisition Service contract, the latter will govern.

25. INSURANCE- WORK ON A GOVERNMENT INSTALLATION (JAN 1997) (FAR 52.228-5)

6

113

Page 115: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

(a) The contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required in the Schedule or elsewhere in the contract.

(b) Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or material change adversely affecting the Government's interest shall not be effective-

(1) For such period as the laws of the State in which this contract is to be performed prescribe; or

(2) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer.

(c) The Contractor shall insert the substance of this clause, including this paragraph (c), in subcontracts under this contract that require work on a government installation and shall require subcontractors to provide and maintain the insurance required in the Schedule or elsewhere in the contract. The Contractor shall maintain a copy of all subcontractor's proofs of required insurance, and shall make copies available to the Contracting Officer upon request.

26. SOFTWARE INTEROPERABILITY

Offerors are encouraged to identify within their software items any component interfaced that support open standard operability. An item's interface may be identified as interoperable on the basis of participation in a Government agency-sponsored program or in a independent organization program. Interfaces may be identified by reference to an interface registered in the component registry located at http://www.core.gov.

27. ADVANCE PAYMENTS

A payment under this contract to provide a service or deliver an article for the United States Government may not be more than the value of the service already provided or the article already delivered. Advance or pre­payment is not authorized or allowed under this contract. {31 U.S. C. 3324)

7

114

Page 116: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

1. MATERIAL AND WORKMANSHIP

All equipment furnished hereunder must satisfactorily perform the function for which it is intended.

2. ORDER

Written orders, EDI orders (GSA Advantage! and FACNET), credit card orders, and orders placed under blanket purchase agreements (BPA) agreements shall be the basis for purchase in accordance with the provisions of this contract. If time of delivery extends beyond the expiration date of the contract, the Contractor will be obligated to meet the delivery and installation date specified in the original order.

For credit card orders and SPAs, telephone orders are permissible.

3. TRANSPORTATION OF EQUIPMENT

FOB DESTINATION. Prices cover equipment delivery to destination, for any location within the geographic scope of this contract.

4. INSTALLATION AND TECHNICAL SERVICES

****NOTE: Contractors are to indicate in the pricelist whether the equipment is self installable**

a. INSTALLATION. When the equipment provided under this contract is not normally self-installable, the Contractor's technical personnel shall be available to the Government, at the Government's location, to install the equipment and to train Government personnel in the use and maintenance of the equipment. The charges, if any, for such services are listed in the price schedule.

b.

NONE

****NOTE; CONTRACTORS SHOULD PROVIDE COMMERCIAL PRACTICES FOR INSTALLATION/DEINSTALLATION/REINSTALLATION FOR REVIEW AND POSSIBLE INCLUSION IN THE CONTRACT.****

INSTALLATION, DEINSTALLATION, REINSTALLATION. The Davis-Bacon Act (40 U.S.C. 276a-276a-7) provides that contracts in excess of $2,000 to which the United States or the District of Columbia is a party for construction, alteration, or repair (including painting and decorating) of public buildings or public works with the United States, shall contain a clause that no laborer or mechanic employed directly upon the site of the work shall received less than the prevailing wage rates as determined by the Secretary of Labor. The requirements of the Davis-Bacon Act do not apply if the construction work is incidental to the furnishing of supplies, equipment, or services. For example, the requirements do not apply to simple installation or alteration of a public building or public work that is incidental to furnishing supplies or equipment under a supply contract. However, if the construction, alteration or repair is segregable and exceeds $2,000, then the requirements of the Davis-Bacon Act applies.

The ordering activity issuing the task order against this contract will be responsible for proper administration and enforcement of the Federal labor standards covered by the Davis-Bacon Act. The proper Davis-Bacon wage determination will be issued by the ordering activity at the time a request for quotations is made for applicable construction classified installation, deinstallation, and reinstallation services under SIN 1329.

8

115

Page 117: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

c. OPERATING AND MAINTENANCE MANUALS. The Contractor shall furnish the Government with one (1) copy of all operating and maintenance manuals which are normally provided with the equipment being purchased.

5. INSPECTION/ACCEPTANCE

The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any equipment that has been tendered for acceptance. The Government may require repair or replacement of nonconforming equipment at no increase in contract price. The Government must exercise its postacceptance rights (1} within a reasonable time after the defect was discovered or should have been discovered; and (2) before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item.

6. WARRANTY

a. Unless specified otherwise in this contract, the Contractor's standard commercial warranty as stated in the contract's commercial pricelist will apply to this contract.

Used Avaya, Used Cisco, Used Norte!, and Used NEC all have a one year warranty.

b. The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract.

c. Limitation of Liability. Except as otherwise provided by an express or implied warranty, the Contractor will not be liable to the Government for consequential damages resulting from any defect or deficiencies in accepted items.

d. If inspection and repair of defective equipment under this warranty will be performed at the Contractor's plant at 722 Goddard Ave Chesterfield, MO 63005

7. PURCHASE PRICE FOR ORDERED EQUIPMENT

The purchase price that the Government will be charged will be the Government purchase price in effect at the time of order placement, or the Government purchase price in effect on the installation date (or delivery date when installation is not applicable), whichever is less.

8. RESPONSIBILITIES OF THE CONTRACTOR

The Contractor shall comply with all laws, ordinances, and regulations (Federal, State, City or otherwise) covering work of this character, and shall include all costs, if any, of such compliance in the prices quoted in this offer.

9. TRADE-IN OF INFORMATION TECHNOLOGY EQUIPMENT

When an agency determines that Information Technology equipment will be replaced, the agency shall follow the contracting policies and procedures in the Federal Acquisition Regulation (FAR), the policies and procedures regarding disposition of information technology excess personal property in the Federal Property Management Regulations (FPMR) (41 CFR 1 01-43.6}, and the policies and procedures on exchange/sale contained in the FPMR (41 CFR part 101-46).

9

116

Page 118: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

CMS Communications, Inc provides commercial products and services to the Federal Government. We are committed to promoting participation of small, small disadvantaged and women-owned small businesses in our contracts. We pledge to provide opportunities to the small business community through reselling opportunities, mentor-protege programs, joint ventures, teaming arrangements, and subcontracting.

COMMITMENT To actively seek and partner with small businesses.

To identify, qualify, mentor and develop small, small disadvantaged and women-owned small businesses by purchasing from these businesses whenever practical.

To develop and promote company policy initiatives that demonstrate our support for awarding contracts and subcontracts to small business concerns.

To undertake significant efforts to determine the potential of small, small disadvantaged and women-owned small business to supply products and services to our company.

To insure procurement opportunities are designed to permit the maximum possible participation of small, small disadvantaged, and women-owned small businesses.

To attend business opportunity workshops, minority business enterprise seminars, trade fairs, procurement conferences, etc., to identify and increase small businesses with whom to partner.

To publicize in our marketing publications our interest in meeting small businesses that may be interested in subcontracting opportunities.

We signify our commitment to work in partnership with small, small disadvantaged and women-owned small businesses to promote and increase their participation in Federal Government contracts. To accelerate potential opportunities please contact :

Tim Murphy Phone (800)830-2286 Fax (636)530-1316 Email [email protected]

10

117

Page 119: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

~ - - - - ~ -- ~ --- ---- -- -

~ -

(CMS Communications, Inc)

In the spirit of the Federal Acquisition Streamlining Act (Agency) and (Contractor) enter into a cooperative agreement to further reduce the administrative costs of acquiring commercial items from the General Services Administration (GSA) Federal Acquisition Service Contract(s) ---------

Federal Acquisition Service contract BPAs eliminate contracting and open market costs such as: search for sources; the development of technical documents, solicitations and the evaluation of offers. Teaming Arrangements are permitted with Federal Acquisition Service Contractors in accordance with Federal Acquisition Regulation (FAR) 9.6.

This BPA will futher decrease costs, reduce paperwork, and save time by eliminating the need for repetitive, individual purchases from the schedule contract. The end result is to create a purchasing mechanism for the Government that works better and costs less.

Signatures

Agency Date Contracto

II

118

Page 120: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

BPA NUMBER ____ _ (CUSTOMER NAME)

BLANKET PURCHASE AGREEMENT

Pursuant to GSA Federal Acquisition Service Contract Number(s) , Blanket Purchase Agreements, the Contractor agrees to the following terms of a Blanket Purchase Agreement (BPA) EXCLUSIVELY WITH (Ordering Agency):

(1) The following contract items can be ordered under this BPA. All orders placed against this BPA are subject to the terms and conditions of the contract, except as noted below:

MODEL NUMBER/PART NUMBER *SPECIAL BPA DISCOUNT/PRICE

(2) Delivery: DESTINATION DELIVERY SCHEDULES I DATES

(3) The Government estimates, but does not guarantee, that the volume of purchases through this agreement will be-----------

(4) This BPA does not obligate any funds.

(5) This BPA expires on------- or at the end of the contract period, whichever is earlier.

(6) The following office(s) is hereby authorized to place orders under this BPA:

OFFICE POINT OF CONTACT

(7) Orders will be placed against this BPA via Electronic Data Interchange (EDI), FAX, or paper.

(8) Unless otherwise agreed to, all deliveries under this BPA must be accompanied by delivery tickets or sales slips that must contain the following information as a minimum:

(a) Name of Contractor;

12

119

Page 121: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

(b) Contract Number;

(c) BPA Number;

{d) Model Number or National Stock Number (NSN);

{e) Purchase Order Number;

(f) Date of Purchase;

(g) Quantity, Unit Price, and Extension of Each Item (unit prices and extensions need not be shown when incompatible with the use of automated systems; provided, that the invoice is itemized to show the information); and

(h) Date of Shipment.

(9) The requirements of a proper invoice are specified in the Federal Acquisition Service contract. Invoices will be submitted to the address specified within the purchase order transmission issued against this BPA.

(1 0) The terms and conditions included in this BPA apply to all purchases made pursuant to it. In the event of an inconsistency between the provisions of this BPA and the Contractor's invoice, the provisions of this SPA will take precedence.

13

120

Page 122: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

Federal Acquisition Service Contractors may use "Contractor Team Arrangements" (see FAR 9.6) to provide solutions when responding to a customer agency requirements.

These Team Arrangements can be included under a Blanket Purchase Agreement (SPA). SPAs are permitted under all Federal Supply Schedule contracts.

Orders under a Team Arrangement are subject to terms and conditions or the Federal Acquisition Service Contract.

Participation in a Team Arrangement is limited to Federal Acquisition Service Contractors.

Customers should refer to FAR 9.6 for specific details on Team Arrangements.

Here is a general outline on how it works:

• The customer identifies their requirements. • Federal Acquisition Service Contractors may individually meet the customers needs, or-• Federal Acquisition Service Contractors may individually submit a Schedules "Team Solution" to meet the

customer's requirement. • Customers make a best value selection.

14

121

Page 123: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

Part Number Mfg. Description GSA W/!FF

700381885 Avaya 2420 Digital Phone Refurbished $218.63

700257934 Avaya 4602SW IP Office Phone Refurbished $125.94

700259674 Avaya 4620SW IP Office Phone Refurbished $177.32

700274673 Avaya 461 OSW IP Phone Refurbished $200.49

700306483 Avaya 2410 Digital Phone Refurbished $176.31

700381627 Avaya 5420 Digital Phone Refurbished $216.61

700344526 Avaya 4625SW IP Phone Refurbished $258.83

700345192 Avaya 4621 SW IP Phone Refurbished $211.58

700345291 Avaya 5410 Digital Phone Refurbished $146.09

700480841 Avaya 9650 IP Phone $312.33

700438823 Avaya 9630g IP Phone Refurbished $257.42

700415540 Avaya 1603 IP Phone Refurbished $100.75

700415557 Avaya 1608 IP Phone Refurbished $146.09

700415565 Avaya 1616 IP Phone Refurbished $166.24

700438856 Avaya 9640G I P Phone Refurbished $337.51

700438815 Avaya 9620 IP Phone Refurbished $211.58

6274211119 Avaya AWH 55+ Wireless Headset $250.36

6274211143 Avaya AWH 75+ Noise Cancei\Nireless Headset $264.47

2305-06682 Avaya 4690 IP Conference Phone INith Extended Mics $1,004.98

3114-001B Avaya 8503 !SON Voice Only-Black Refurbished $80.60

3116-001 Avaya 8520 ISDN Voice/Data-Black Refurbished $246.84

3117-01B Avaya 8510 ISDN Voice Only-Black Refurbished $105.79

3118-0DB Avaya 8528t ISDN Voice/Data Black Refurbished $397.96

3198-1UG Avaya 6211 Analog Phone Gray Refurbished $55.41

3198-2UG Avaya 6221 Analog Speakerphone Gray Refurbished $70.53

3234-048 Avaya 841 0 Basic Black Refurbished $50.38

3235-058 Avaya 841 Od Display-Black Refurbished $63.47

3236-088 Avaya 8434DX w/o Power Black Refurbished $74.56

3274-10B Avaya Definity Console 302C Black Refurbished $589.39

3301-02G Avaya 6402 Basic Gray Refurbished $49.37

3302-02G Avaya 6402D Display Gray Refurbished $85.64

3303-8SG Avaya 6408 Plus Gray Refurbished $74.56

3304-8SG Avaya 6408D Plus Display Gray Refurbished $110.83

3306-16G Avaya 6416D Plus Display Gray Refurbished $110.83

3306-6MG Avaya 6416D Plus Dis Gray Mod Rdy Refurbished $141.05

3307-24G Avaya 6424D Plus Display Gray Refurbished $136.01

33076 Avaya XM24 Expansion Mod Refurbished $88.66

63185 Avaya 120A Integrated CSU w/Cable Refurbished $387.89

700393424 Avaya TN21 98 ISDN Line Card Ref Refurbished $423.15

700394646 Avaya TN2224BP 24 Port Digital Line Card Refurbished $322.40

700394646 Avaya TN2224CP 24 Port Digital Line Card Refurbished $322.40

195249 Avaya TN2302AP IP Media Processor Card Refurbished $1,964.63

700394794 Avaya TN464F DS1 Interface Refurbished $1,284.56

700394794 Avaya TN464GP DS1 Interface Refurbished $1,284.56

700394794 Avaya TN464HP T1/Pri Card Ref Refurbished $1,284.56

700394570 Avaya TN556C ISDN Bri 4-\Nire SfT-Nt Line Refurbished $418.11

700394570 Avaya TN556D ISDN Sri 4-\Nire SfT-Nt Line Refurbished $418.11

15

122

Page 124: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

700394471 Avaya TN7478 Co Trunk CP Refurbished $75.56

700394729 Avaya TN793 Analog Card 24 Port Refurbished $901.71

700394729 Avaya TN793B Analog Card 24 Port Refurbished $901.71

700394729 Avaya TN793CP Analog Card Ref Refurbished $901.71

195251 Avaya TN799DP C-Lan Card Ref Refurbished $377.81

700394745 Avaya MM712 DCP Media Module Refurbished $856.88

700466626 Avaya MM711 Analog Media Module Refurbished $959.14

700480593 Avaya 9611 G IP Phone Refurbished $282.10

203071 Avaya IP 320 Media Resource TN2602AP Refurbished $8,187.95

700480833 Avaya 9620L IP Phone Refurbished $222.15

700394703 Avaya MM716 Analog Media Module 24 FXS Refurbished $1,865.39

700394711 Avaya MM717 24 Port DCP Media Module Refurbished $1,258.87

700394752 Avaya MM720 BRI Media Module Refurbished $1,583.29

700394950 Avaya G650 Media Gateway Refurbished $1,512.76

700460215 Avaya 9670G IP Phone Refurbished $458.41

700480627 Avaya 9641 G Phone Refurbished $352.63

16

123

Page 125: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

ASA5505-RACK-MNT Cisco Asa 5505 Rack Mount Kit - Sealed $206.54

ATA187-11-A Cisco ATA187-11-1P VoiP Phone AdaPTer (2 Line)- Sealed $181.35

C2901-VSEC/K9 Cisco 2901/K9 ISR G2 Router, Security Bundle WNoice (PVDM3-16)- Sealed $2,266.88

C2911-VSEC/K9 Cisco 2911-V/K9 ISR G2 2911 Routersecurity WNoice Bd! (PVDM3-16)- Sealed $2,569.13

C2921-VSEC/K9 Cisco 2921/K91SR G2 2921 Router W/3GE, 4 EHWIC Port+ Voice/Security Bundle (PVDM3-32)- Sealed $3,375.13

C2960S-ST ACK Cisco 2960s Stacking Module- Sealed $856.38

C3925-VSEC/K9 Cisco 3935/K9 ISR G2 W/Security & WNoice Bundle (PVDM3-64)- Sealed $7,153.25

C3945-VSEC/K9 Cisco 3945/K9 ISR G2 3945 Router W/SPE 150 & Wsecurity &No ice {PVDM3-64) Bundle- Sealed $8,160.75

C3KX-NM-10GT Cisco 1OGb RJ45 Module For 3560X/3750X- Sealed $1,662.38

C3KX-NM-1G Cisco 1 GBE Module For 3560X/3750X- Sealed $287.14

C3KX-PWR-11 OOWAC Cisco 11 OOW AC PS For 3560X/3750X - Sealed $856.38

C3KX-PWR-715WAC Cisco 715 WAC PS For 3560X/3750X- Sealed $579.31

Cisco 1 921/K9 Cisco 1921/K91SR 2GE 2EHWIC Slot- Sealed $690.14

Cisco 1921-SEC/K9 Cisco 1921/K91SR 2GE 2EHWIC Slot Secuirty Bundle- Sealed $992.39

Cisco 1921-T1SEC/K9 Cisco 1921/K91SR 2GE 2EHWIC Slot Secuirty Bundle+ HWIC-1dsu-T1- Sealed $1/360.13

Cisco 1941-K9 Cisco 1941/K9 ISR G2 1941 Router, 2 Ge, 2 Wan- Sealed $931.94

Cisco 1941-SEC/K9 Cisco 1941/K9 ISR G2 1941 Security Bundle- Sealed $1,486.06

Cisco 1941W-A/K9 Cisco 1941W-A/K91SR G2 1941 W/802.11 A/B/G/N WLAN ISM- Sealed $1,259.38

Cisco 2901/K9 Cisco 2901/K9 ISR G2 Router, 2 Ge, 4 EHW!C- Sealed $1,153.59

Cisco 2901-SEC/K9 Cisco 2901/K9 ISR G2 Router, Security Bundle- Sealed $1,712.75

Cisco 2901-V/K9 Cisco 2901/K9 ISR G2 Router. Voice Bundle (Pcdm3-16)- Sealed $1,612.00

Cisco 2911IK9 Cisco 2911/K9 ISR G2 2911 Router W/ 3 GE, 4 EHWIC- Sealed $1,511.25

Cisco 2911-SEC/K9 Cisco 2911-SEC/K9 ISR G2 2911 Secuirty Bundled Router W/3 GE, 4 EHWIC Sealed $2,140.94

Cisco 2911-V/K9 Cisco 2911-V/K9 ISR G2 2911 Router W/ 3 GE, 4 EHWIC WNoice Bdl (PVDM3-16)- Sealed $2,015.00

Cisco 29211K9 Cisco 2921/K9 !SR G2 2921 Router W/3GE, 4 EHWIC Port- Sealed $2,115.75

Cisco 2921-SEC/K9 Cisco 2921/K9 ISR G2 2921 Router W/3GE, 4 EHWIC Port+ Security Bundle- Sealed $2,720.25

Cisco 2921-V/K9 Cisco 2921/K9 ISR G2 2921 Router W/3GE, 4 EHWIC Port+ Voice Bundle (PVDM3-32)· Sealed $2,695.06

Cisco 29511K9 Cisco 2951/K9 ISR G2 2921 Router W/3GE, 4 EHWIC Port- Sealed $4,231.50

Cisco 2951-SEC/K9 Cisco 2951-SEC/K9 ISR G2 2951 W/Security Bundle- Sealed $5,037.50

Cisco 2951-V/K9 Cisco 2951-V/K91SR G2 2951 WNoice Bundle (PVDM3-32)- Sealed $4,836.00

Cisco 3925/K9 Cisco 3935/K91SR G2 W/SPE/100 (3GE, 4EHW!C, 4SDP}- Sealed $5,541.25

Cisco 3925EJK9 Cisco 3935EJK9 ISR G2 W/SPE/200 (4GE, 3EHWIC,34SDP}- Sealed $8,815.63

Cisco 3925E-SEC/K9 Cisco 3935E-SEC/K9 ISR G2 W/SPE/200 (4GE, 3EHWIC,34SDP} With Security Bundle- Sealed $9,420.13

Cisco 3925-SEC/K9 Cisco 3935/K9 ISR G2 W/SPE/1 00 (3GE, 4EHWIC, 4SDP) W/Security Bundle- Sealed $6,347.25

Cisco 3925-V/K9 Cisco 3935/K9 ISR G2 W/SPE/100 (3GE, 4EHWIC, 4SDP) WNoice Bundle (PVDM3-64)- Sealed $6,045.00

Cisco 3945/K9 Cisco 3945/K9 ISR G2 3945 Router W/SPE150 (3GE, 3EHWIC, 4DSP)- Sealed $7,505.88

Cisco 3945E-SEC/K9 Cisco 3945E-SEC/K9 ISR G2 3945 Router W/SPE250 (4GE, 3EHWIC,3DSP) W/Security Bundle- Sealed $11,586.25

Cisco 3945-SEC/K9 Cisco 3945/K9 ISR G2 3945 Router W/SPE150 (3GE, 3EHWIC, 4$DSP) W/Security Bundle- Sealed $8,513.38

Cisco 3945-VIK9 Cisco 3945/K9 ISR G2 3945 Router W/SPE150 (3GE, 3EHWIC, 4DSP) WNoice (PVDM3-64)- Sealed $8,110.38

Cisco 881-K9 Cisco 881-K9 Security Router Sealed $382.85

Cisco 881-SEC/K9 Cisco 881-K9 Security Router W/Advanced IP- Sealed $528.94

Cisco 881W-GN-A-K9 Cisco 881w-Agn-A-K9 Wireless 802.11 Router- Sealed $579.31

Cisco 891-K9 Cisco 891-K9 Router 8 10/100, 1 Ge & Fe Wan Port Sealed $755.63

Cisco 891W-AGN-A-K9 Cisco 891-K9 Wireless Router W/802.11 N- Sealed $1,083.06

CP-6901-C-K9 Cisco 6902 VoiP Phone (Charcoal)- Sealed $55.41

CP-6911-C-K9 Cisco 6911 VorP Phone (Charcoal)- Sealed $105.79

CP-6921-C-K9 Cisco 6921 VoiP Phone (Charcoal)- Sealed $130.98

CP-6941-C-K9 Cisco 6941 VoiP Phone (Charcoal)- Sealed $151.13

CP-6961-C-K9 Cisco 6962 VoiP Phone {Charcoal)- Sealed $176.31

17

124

Page 126: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

CP-7937G Cisco 7937G Conference Telephone Sealed $755.63

CP-7942G Cisco 7942G Global Series Telephone- Sealed $216.61

CP-7945G Cisco 7945G Global Series Telephone- Sealed $272.03

CP-7962G Cisco 7962G Global Series Telephone- Sealed $272.03

CP-7965G Cisco 7965G Global Series Telephone - Sealed $322.40

CP-7975G Cisco 7975G Global Series Telephone- Sealed $367.74

CP-89/9900-LWMK-C Cisco Locking Wall Mount Kit -Charcoal- Sealed $40.30

CP-8941-K9 Cisco CP-8945-K9 Cisco IP Phone 4 Lines, Camera Ready- Sealed $287.14

CP-8961-C-K9 Cisco CP-8961-C-K9 IP Phone 8961 Charcoal- Sealed $377.81

CP-9951-C-CAM-K9 Cisco CP-9951-C-CAM-K9 IP Phone 9951 Charcoal W/Camera- Sealed $480.58

CP-9951-C-K9 Cisco CP-9951-C-K9 IP Phone 9951 Charcoal- Sealed $478.56

CP-9971-C-K9 Cisco CP-9971-C-K9 IP Phone 9971 Charcoal- Sealed $600.47

CP-CAM-C Cisco Video Camera For 9900 VoiP Phones (Charcoal)- Sealed $161.20

CP-CKEM-C Cisco 89/9900 Color Key Expansion Module (Charcoal)- Sealed $352.63

CVR-X2-SFP Cisco Twingig Converter Module - Sealed $110.83

EHWIC-1GE-SFP-CU Cisco EHWIC-1GE-SFP-CU Dual Mode 1 Port Sfp/Copper EHWIC- Sealed $554.13

EHWIC-D-8ESG-P Cisco EHWIC-8ESG-P 8PT POE 1 DOD EHWIC Modules- Sealed $594.43

EHWIC-VA-DSL-A Cisco EHWIC-Va-Dsi-A Adsi2/Adsl2+ EHWIC Module - Sealed $478.56

ESR-1COC12-SMI Cisco 1 PT Choc12 (STS12) Line Card, Single Mode lntermed. Reach- Refurbished $29,217.50

ESR-10C12ATM-SM Cisco 1 PT OC12/STM4 ATM Line Card, Single-Mode- Refurbished $8,966.75

ESR-24CT1/E1 Cisco 24 Port Channelized E1/T1 Line Card- Refurbished $5,944.25

ESR-40C3ATM-SM Cisco 4 Port OC3/STS3C/STM 1 C ATM Line Card, Single Mode - Refurbished $6,951.75

ESR-40C3-CHSTM1 Cisco ESR-40C3-CHSTM 1 4 PT OC3 Chan. STM1 SOH SM Line Card- Refurbished $45,337.50

ESR-60C3/P-SMI Cisco 6 Port OC3/STS3c/STM1 c POS Line Card, Single Mode - Refurbished $7,908.88

ESR-8E3/DS3 Cisco 8 Port Clear Channel E3/DS3 Line Card - Refurbished $5,843.50

ESR-HH-1GE Cisco 1 Port Gigabit Ethernet Half-Slot Line Card - Refurbished $5,541.25

ESR-HH-8FE-TX Cisco 8 Port Fast Ethernet Half-Slot Line Card - Refurbished $7,556.25

ESR-PWR-AC Cisco AC Power Entry Module For ESR10008- Refurbished $1,511.25

ESR-PWR-DC Cisco DC Power Entry Module For Esr1 0008- Refurbished $1,511.25

EVM-HD-8FXS/DID Cisco High Density Voice/Fax Extension Module- 8 FXS/DID $488.64

GLC-FE-1 OOFX Cisco Transceiver Module- SFP- Fast EN- 100Base-FX- 1310 Nm- Sealed $125.94

HWIC-16A Cisco 16-Port Async HWIC - Refurbished $896.68

HWIC-1ADSL Cisco WAN Interface Card High-Speed - DSL modem - plug-in module - HWIC - 24 Mbps $287.14

HWIC-18-U Cisco HWIC-18-U 1PT ISDN 8R! U HWIC Card- Sealed $418.11

HWIC-10SU-T1 Cisco HW!C-1DSUdsu-T1 Cisco T1/Frac T1 HWIC Module- Sealed $629.69

HWIC-1FE Cisco 1-Port 10/100 Routed Port HWIC- Refurbished $478.56

HWIC-1FE Cisco 1 PT 1 0/1 00 Wan Module- Sealed $498.71

HWIC-1T Cisco HWIC-1t 1 Port Serial Wan Card (Ss ConNECtor)- Sealed $226.69

HWIC-2A/S Cisco HWIC-2A/S Cisco 2 PT Asyncsyn Serial Wan Card (SS ConNECtor) - Sealed $287.14

HWIC-2FE Cisco 2PT 10/100 Wan Module- Sealed $780.81

HWIC-2T Cisco HWIC-2PT Cisco 2 Port Serial Wan Card (SS ConNECtor) - Sealed $403.00

HWIC-48-S/T Cisco HWIC-48-S/T Cisco 4 PT ISDN 8RI HWIC Card- Sealed $654.88

HWIC-4T Cisco 4-Port Serial HWIC- Sealed $1,209.00

HWIC-4T1/E1 Cisco HWIC-4TA/E1 4 Pr Clear Channel T1fEI HWIC- Sealed $2,065.38

HWIC-8A/S-232 Cisco HWIC-8A/S-232 8 PT Async/Sync Rs232 HWIC Module- Sealed $1,309.75

HWIC-D-9ESW-POE Cisco 9-Port Ethernet Switch HWIC With Power Over Ethernet - Refurbished $322.40

J8768A Hewlett Packard Procurve VI 24PT 1 0008T Module- Sealed $931.94

J9008A Hewlett Packard Procirve 2910ai2PT 10GB Module- Sealed $806.00

J9020A Hewlett Packard Procurve 2510 48PT 10/100 + 2PT 1DOO.SFP- Sealed $503.75

18

125

Page 127: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

J9021A

J9022A

J9030A

J9052A

J9064A

J9080A

J9085A

J9086A

J9087A

J9088A

J9089A

J91008

J9137A

J9138A

J9145A

J9146A

J9147A

J9148A

J9149A

J9152A

J9165A

J9279A

J9280A

J9298A

J9299A

J9306A

J9310A

J9311A

J9312A

J9447A

J9449A

J9450A

J9532A

J9533A

J9534A

J9535A

J9536A

J9537A

J9538A

J9539A

J9540A

J9547A

J9548A

J9549A

J9550A

J9561A

J9623A

J9624A

J9626A

Hewlett Packard Procurve 281 0-24G - 20 1000 + 4 1 000/SFP- Sealed

Hewlett Packard Procurve 2810 48G 44 1000 + 4 1 000/SFP- Sealed

Hewlett Packard Procurve 4208VL-72GS 68PT 1000BT + 4 SFP Slots+ 5 Open Slots- Sealed

Hewlett Packard Procurve Redundant Wireless Edge Services ZL Module- Sealed

Hewlett Packard Procurve 4204VL-48GS 44PT 1000BT + 4 SFP Slots+ 2 Open Slots -Sealed

Hewlett Packard Procurve 1700-24 22PT 10/100 + 2PT 1000/SFP- Sealed

Hewlett Packard Procurve 2610-24 24PT 10/100 +2PT 1000BT/SFP- Sealed

Hewlett Packard Procurve 261-24/12 PWR 12 10/100 + 12 POE 10/100 + 10008T/SFP- Sealed

Hewlett Packard Procurve 261-24 PER 24PT POE 10/100 + 2 1000BT + 2 SFP- Sealed

Hewlett Packard Procurve 2610-48 48PT 10.100 +2PT100 + 2PT SFP- Sealed

Hewlett Packard Procurve 261 0-48PWR 48 PT 1 POE 10/1 00 +2 1 OOOBT + 2 SFP- Sealed

Hewlett Packard Procurve 100-BX-U SFP-LC Transceiver- Sealed

Hewlett Packard Procurve 2520-8-POE 8POE 10/100 + 2 1000/SFP Switch- Sealed

Hewlett Packard Procurve 2520-24-POE 24 POE 10/100 + 2 1000BT/SFP- Sealed

Hewlett Packard Procuve 2910AL-24G 20 PT 1000BT + 4 1000BT/SFP + 4 10GBE Ports- Sealed

Hewlett Packard Procurve 2910AL-24G-POE 20PT POE 1000BT + 4PT 10008T/SFP + 4PT 10Gbe- Sealed

Hewlett Packard Procurve 2910AL-48G 44PT 10008T + 4PT 1000BT/SFP + 4PT 10GBE- Sealed

Hewlett Packard Procurve 2910AL-48G-POE 44PT POE 1000BT + 4PT 1000BT/SFP + 4PT 10Gbe- Sealed

Hewlett Packard Procurve 2910 AL 2PT 10Gb CX4 Module- Sealed

Hewlett Packard Procurve 1 0-Gbe SFP+L T Transceiver (220M)- Sealed

Hewlett Packard Procurve 1OGb InterconNECt Kit - Sealed

Hewlett Packard Procurve 2510G 20PT 1000 + 4PT 1000/SFP- Sealed

Hewlett Packard Procurve 251 OG 44PT 1 000 + 4PT 1 000/SFP- Sealed

Hewlett Packard Procurve 2520G-8-POE 8 POE 1000 + 2 1 OOOBT/SFP- Sealed

Hewlett Packard Procurve 2520G-24-POE 24 POE 1000BT + 2 1000BT/SFP- Sealed

Hewlett Packard Procurve 1500w Poe+ Power Supply- Sealed

Hewlett Packard Procurve 3500yl24g-POE+ (20 POE+ 1000BT +4POE/1000BT/ 1 10Gbe- Sealed

Hewlett Packard ProCurve 3500yi-48G-POE+ 44PT POE+ 1 OOOBT + 4PT 1 000/SFP, 10Gbe- Sealed

Hewlett Packard Procurve 2PT SFP + 10Gbe + 2PT CX4 10GB Module- Sealed

Hewlett Packard Procurve 5406zi-48G-Poe+ Switch, - Sealed

Hewlett Packard Procurve 1810G-B 8PT 10/100/1000 Desktop Switch- Sealed

Hewlett Packard Pro curve 181 OG-24 22PT 1 OOOBT + 2PT 1 000/SFP Switch - Sealed

Hewlett Packard 92PT 1 OOOBt POE+ 2PT 1 Ogbe SFP + Slot + 8 Open Slots - Sealed

Hewlett Packard ProVision 44PT 1000Bt POE+ 2PT 10gbe SFP +Slot+ 4 Open Slots- Sealed

Hewlett Packard Procurve 24 Port Poe+ 1 OOObt Module - Sealed

Hewlett Packard Procurve 20PT POE+ 1 OOOBT + 4 PT SFP (EmPTy) Module- Sealed

Hewlett Packard Procurve 20PT POE+ 1 OOOBT + 2 PT 1 Ogbe SFP (EmPTy) Module- Sealed

Hewlett Packard Procurve 24PT Sfp (Empty) Slot Module- Sealed

Hewlett Packard Procurve 8PT 1 Ogbe (Empty) Slot Module- Sealed

Hewlett Packard ProCurve 44PT 1 OOOt Poe+ 4 Open Sfp + 4 Open Slot - Sealed

Hewlett Packard ProCurve 92 PT Poe+ 1 OObt + 4open Sfp Slot + 8 Open Slot - Sealed

Hewlett Packard ProCurve 24PT Poe+ 101/100 Module- Sealed

Hewlett Packard ProCurve 20PT 1 OOObt + 2 1Ogb Open Sfp + Slot Module - Sealed

Hewlett Packard Pro Curve 20PT 1 OOObt + 4PT Open Sfp Module- Sealed

Hewlett Packard ProCurve 24PT 1 OOObt Module - Sealed

Hewlett Packard ProCurve 141 0-24g 24PT 1 OOOObt Switch- Sealed

Hewlett Packard ProCurve E2620-24 24 10/100 + 2 1000 + 2 Sfp- Sealed

Hewlett Packard ProCurve E2620-24-PPOE+ 12 PT 10/100 + 12 PT POE+ 10/100 + 2 PT 1000 + 2 PT SFP- Sealed

Hewlett Packard ProCurve E6260-48 48 PT 10/100 + 2 PT 1000 + 2 PT SFP- Sealed

$957.13

$1,813.50

$2,821.00

$2,921.75

$1,813.50

$151.13

$403.00

$629.69

$1,057.88

$690.14

$1,763.13

$277.06

$428.19

$705.25

$1,511.25

$1,813.50

$2,342.44

$3,072.88

$453.38

$1,209.00

$468.49

$755.63

$1,309.75

$629.69

$1,309.75

$755.63

$2,594.31

$4,684.88

$1,309.75

$5,994.63

$141.05

$302.25

$11,082.50

$6,045.00

$2,367.63

$2,367.63

$2,921.75

$2,367.63

$2,821.00

$5,440.50

$10,578.75

$1,687.56

$2,619.50

$2,115.75

$2,115.75

$277.06

$554.13

$806.00

$957.13

19

126

Page 128: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

J9637A Hewlett Packard ProCurve 12PT Poe+ 1000 + 12 Sfp Slot Module- Sealed $2,619.50

J9642A Hewlett Packard ProCurve 5406zl 6 Open Slot Chasis W/Premium Software- Sealed $1,662.38

J9643A Hewlett Packard ProCurve ProVision 5412zl 12 Open Slot Chasis W/Premium Software- Sealed $3,123.25

J9660A Hewlett Packard Pro Curve V181 0-48g 48 1 000+4SFP Switch- Sealed $654.88

JD008A Hewlett Packard Pro Curve (3CRS48G-24P-91) 20PT POE 1 OOOBT + 4 POE1 OOOBT/SFP- 2 Exp- Sealed $2,972.13

JD022A Hewlett Packard ProCurve (3CBLUG24A) HP V1405-24G 24PT 1000BT- Sealed $317.36

JE005A Hewlett Packard ProCurve V1910 -16g 16PT 1000bt + 4sfp- Sealed $277.06

JE007A Hewlett Packard ProCurve V1910-24g-Poe 24PT Poe G + 4 Sfp- Sealed $1,108.25

JE009A Hewlett Packard Pro Curve V191 0-48g 48PT 1 OOObt + 4 Sfp- Sealed $906.75

JE045A Hewlett Packard Pro Curve E4500-24 24PT 10/100 + 2 1 OOObUSfp- Sealed $498.71

JE046A Hewlett Packard ProCurve E4500-48 48PT 10/100 + 2 1000BT/SFP- Sealed $831.19

JF846A Hewlett Packard ProCurve CRS42g-24p-91)HP 20PT Poe+ 4 Sfp/1000bt- Sealed $2,115.75

MGX-2GE Cisco Single Height 2-Port Gige Backcard For RPM-XF- Refurbished $7,304.38

MGX-AC1-1 Cisco NR AC System For MGX 8850:AC Shelf, 1 Feed, 1 PS, 1 MGX-CAB-A- Refurbished $1,707.71

MGX-RPM-XF-512 Cisco Mgx Route Processor Module- Xf 51 2m- Refurbished $11,989.25

MGX-VXSM-155 Cisco Voice Switch Service Module (Vxsm) Oc-3/Stm-1 Front Card- Refurbished $15,067.16

NM-HDV2-1T1/E1 Cisco IP Communications High-Density Digital Voice NM With 1 T1/E1 -Refurbished $800.96

NM-HDV2-2T1/E 1 Cisco IP Communications High-Density Digital Voice NM With 2 T1/E1- Refurbished $755.63

NPE-G2 Cisco 7200 Series NPE-G2 Engine With 3 GE/FE/E Ports- Refurbished $4,433.00

PA-MC-STM-1SMI Cisco PA-MC-STM-1 SMI 1 Port Multichannel STM-1 Single Mode Port- Sealed $13,349.38

PVDM2-8 Cisco Pvdm3-8 Cisco 8-Channel Voice/Fax Dsp Module- Refurbished $125.94

PVDM3-16 Cisco Pvdm3-16 Cisco 16-Channel Voice/Fax Dsp Module- Sealed $478.56

PVDM3-32 Cisco Pvdm3-32 Cisco 32 Channel Voice/Fax Dsp Module- Sealed $957.13

PVDM3-64 Cisco Pvdm3-64 Cisco 64 Channel Voice/Fax Dsp Module- Sealed $1,914.25

RSP720-3C-1 OGE Cisco 7600 Route Switch Processor 720gbps Fabric Pfc3c 1 Og -Sealed $21,409.38

RSP720-3C-GE Cisco 7600 Route Switch Processor 720gbps Fabric Pfc3c Gbe- Sealed $14,608.75

RSP720-3CXL-1 OGE Cisco 7600 Route Switch Processor 720gbps Pfc3cxl 1 Og- Sealed $25,439.38

SM-D-ES3G-48-P Cisco SM-D-ES3G-48-P Cisco 48PT POE GB, 2 SFP Module- Sealed $4,030.00

SM-ES3G-24-P Cisco 24 PT 1 OOObt L2/L3 Sm- Sealed $2,115.75

SPA-1XOC12-ATM-V2 Cisco 1 Port OC12 STM Shared Port AdaPTer- Refurbished $4,433.00

VS-8720-1 OG-3C Cisco VS-S720-10G-3C Cisco SUP 720 2PT 10Ge MSFC3 PFC3C- Sealed $12,442.63

VS-S720-1 OG-3CX L Cisco VS-S720-1 OG-3C Cisco SUP 720 2PT 1 OGe MSFC3 PFC3C XL- Sealed $15,364.38

VWIC2-2MFT -G703 Cisco VWIC2-2MFT-G703 Cisco 2-PT Multiflex G703- Sealed $1,259.38

VWIC2-2MFT-T1/E1 Cisco VWIC3-2MFT-T1/E1 Cisco 2-PT Multiflex 2-PT T1/E1- Sealed $806.00

VWIC3-1 MFT -G703 Cisco VWIC3-1 MFT-G703 Cisco 1-PT Multiflex G703- Sealed $1,032.69

VWIC3-1MFT-T1fE1 Cisco VWlC3-1MFT-T1/E1 Cisco 1-PT Multiflex 1-PT T1/E1- Sealed $755.63

VWIC3-2MFT -G703 Cisco VWlC3-2MFT-G703 Cisco 2-PT Multiflex G703- Sealed $1,788.31

VWIC3-2MFT-T1/E1 Cisco VWIC3-2MFT-T1/E1 Cisco 2-PT Multiflex 2-PT T1/E1- Sealed $1,158.63

VWIC3-4MFT-T1/E 1 Cisco VWIC3-4MFT-T1/E1 Cisco 4PT Tq/Eq Multiflex Trunk- Sealed $2,418.00

WS-C2960-24LC-S Cisco Catalyst 2960-LC-S Cisco 24 (8 POE) 101/00 + 2PT 1 OOOBR/SP Lan Lite- Sealed $604.50

WS-C2960-24PC-S Cisco Catatlyst 2960 -24pc-S Switch 24PT Poe 10/100 + 2PT 1000bVSfp Lan Lite- Sealed $982.31

WS-C2960-24 TC-L Cisco Catalyst 2960-24TC-L- Switch- 24 Ports 10/100 + 2PT 1 OOOBT/SFP- Sealed $680.06

WS-C2960-48PST -L Cisco Catalyst 2960-48PST-L Switch 48PT POE+ 2PT 1 OOOBT + 2PT SFP- Sealed $2,266.88

WS-C2960-48PST -S Cisco Catalyst 2960-48PST-L Switch 48PT POE+ 2PT 1000BT + 2PT SFP, Lan Ute- Sealed $1,712.75

WS-C2960-48TC-L Cisco Catalyst 2960-48TC-L- Switch- 48 Port 10/100 + 2PT 1000BT/SFP- Sealed $1,259.38

WS-C2960-48TC-S Cisco Catalyst 2960-48TC-S Switch 48 Port 10/100 + 2 SFP, Lan Lite Image- Sealed $705.25

WS-C2960-8TC-S Cisco Catalyst 2960-8TC-S Cisco 8PT 10/100 + 1 PT 1 000/SFP Compat Size, Lan Lite- Sealed $332.48

WS-C2 960C-12PC-L Cisco Catalyst 2960c-12pc-L 12PT Poe 10/100 + 2PT 1 000/Sfp- Sealed $831.19

WS-C2960C-8PC-L Cisco Catalyst 2960c-8pc-L 8PT Poe 10/100 + 2PT 1 000/Sfp- Sealed $705.25

20

127

Page 129: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

WS-C2960C-8TC-L

WS-C2960C-8TC-S

WS-C2960CG-8TC-L

WS-C2960S-24PD-L

WS-C2960S-24PS-L

WS-C2960S-24TD-L

WS-C2960S-24TS-L

WS-C2960S-24TS-S

WS-C2960S-48FPD-L

WS-C2960S-48FPS-L

WS-C2960S-48LPD-L

WS-C2960S-48LPS-L

WS-C2960S-48TD-L

WS-C2960S-48TS-L

WS-C2960S-48TS-S

WS-C3560-12PC-S

WS-C3560-24PS-E

WS-C3560-8PC-S

WS-C3560C-12PC-S

WS-C3560C-8PC-S

WS-C3560E-24PD-S

WS-C3560E-24TD-E

WS-C3560E-48PD-E

WS-C3560E-48PD-S

WS-C3560E-48PD-SF

WS-C3560E-48TD-E

WS-C3560E-48TD-S

WS-C3560G-24PS-E

WS-C3560G-24TS-E

WS-C3560G-24TS-S

WS-C3560G-48PS-E

WS-C3560G-48TS-E

WS-C3560V2-24PS-S

WS-C3560V2-48PS-S

WS-C3560V2-48TS-S

WS-C3560X-24P-L

WS-C3560X-24P-S

WS-C3560X-24T-L

WS-C3560X-24T-S

WS-C3560X-48PF-L

WS-C3560X-48PF-S

WS-C3560X-48P-L

WS-C3560X-48P-S

WS-C3560X-48T -L

WS-C3560X-48T-S

WS-C3750E-24PD-E

WS-C3750E-24PD-S

WS-C3750E-24TD-S

WS-C3750E-48PD-EF

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Cisco

Catalyst 2960c-8tc-L BPT 1 0/1 00 + 2PT 1 000/Sfp- Sealed

Catalyst 2960c-8tc-S 8PT 101100 + 2PT 1000/Sfp, Lan Ute- Sealed

Catalyst 2960CG-8TC-L 8PT 1000 BT + 2PT 1 000/SFP- Sealed

Catalyst 2960s-24-Pd-L Switch 24port Poe+ Ge + 2 10g Sfp+. 370w Ps. Flexstack- Sealed

Catalyst 2960s-24-Pd-L Switch 24port Poe+ Ge + 4 1g Sfp+. 370w Ps, Flexstack- Sealed

Catalyst 2960s-24-Td-L Switch Cisco 24 Port Ge + 2 10g Sfp+, Flexstack- Sealed

Catalyst 2960s-24ts-L Switch Cisco 24 PT Ge + 4 1g Sfp, F!extstack- Sealed

Catalyst 2960S-24TS-S Switch 24PT GE, 2 1G SFP, Lanlite- No Flexstack- Sealed

Catalyst 2960s-48fpd-L Switch 48 Port Poe+ Ge. 2PT 10g Sfp, 740w Ps, Flexstack- Sealed

i Catalyst 2960s-48fps-L Switch 48 Port Poe+ Ge, 4PT 1g Sfp, 740w Ps, F!exstack- Sealed

Catalyst 2960s-481pd-L Switch 48PT Poe+ Ge +210gb Sgp, 370w Ps, Flexstack- Sealed

Catalyst 2960s-481pd-L Switch 48PT Poe+ Ge +41gb Sgp, 370w Ps, Flexstack- Sealed

Catalyst 2960s-48td-L Switch 48 Ge + 2 1Ogb Sfp+ Flexstack Swtch Sealed

Catalyst 2960-S-48ts-L Swtich 48ge +4gb Sfp. Flexstack Switch- Sealed

Catalyst 2960s-48ts-S Switch 48 Ge + 4 1g Sfp, Flexstack Switch- Sealed

Catalyst 3560-12PC-S Switch 12 PTs 10.100 POE + 1 pc 1 OOOBT/SFP- Sealed

Catalyst 3560 24 10/100 Poe+ 2 SFP + IP Enhanced Image- Refurbished

Catalyst 3560-8PC-S Switch 8 Ports 10/100 POE+ 1PT 1000BT/SFP- Sealed

Ws-C3560C-12pc-S Cisco Compact 12poe+ 100, 2 1g/Sfp, !P Base- Sealed

Ws-C3560C-8pc-S Cisco Compact Bpoe+ 100, 2 1g/Sfp, IP Base- Sealed

Catalyst 3560E 24 10/100/1000 Poe+2*10GE(X2),750W,IPB SIW- Sealed

Catalyst 3560E 24 10/100/1000+2*10GE(X2),265W,IPS SIW- Sealed

Catalyst 3560E 48 10/100/1000 Poe+2*10GE(X2),750W,IPS SIW- Sealed

Catalyst 3560E 48 10/100/1000 Poe+2*10GE(X2),750W,IPB SIW- Sealed

Catalyst 3560E 4810/100/1000 Poe+2*10GE(X2),1150W,IPB SIW- Sealed

Catalyst 3560E 48 10/100/1000+2*10GE(X2),265W,IPS SIW- Sealed

Catalyst 3560E 48 10/100/1000+2*10GE(X2),265W.IPB SIW- Sealed

Catalyst 3560 24 10/100/1000T Poe+ 4 SFP +IPS Image- Sealed

Catalyst 3560 24 10/100/1000t + 4 Sfp +IPs Image- Sealed

Catalyst 3560 24 10/100/1000! + 4 Sfp + IPb Image- Sealed

Catalyst 3560 48 10/100/1 OOOT Poe + 4 SFP + IPS Image- Sealed

Catalyst 3560 48 10/1 00/1 OOOt + 4 Sfp Enhanced !mage - Refurbished

Catalyst 3750E 24 10/100/1000 Poe+2"10GE(X2).750W,IPS SIW- Sealed

Catalyst 3750E 24 10/100/1000 Poe+2*10GE(X2),750W,IPB SIW- Sealed

Catalyst 3750E 24 10/100/1000+2*10GE(X2),265W,IPB SIW- Refurbished

Catalyst 3750E-48-PD-E 48PT POE 10008T = 2 X2 Slot EMI. 1150 Watt PS- Sealed

Catalyst 3750E 48 10/100/1000 Poe+2*10GE(X2).750W,IPB SIW- Sealed

Catalyst 3750E 48 10/100/1000+2*10GE(X2),265W.IPS SIW- Sealed

Catalyst 3750E 48 10/100/1000+2*10GE(X2),265W,IPB SIW- Sealed

Catalyst 3750 24 10/100/1000t + IPb Image- Sealed

Catalyst 3750 48 10/100/1 OOOt + 4 Sfp + IPs Image- Sealed

Catalyst 3750V2 24 10/100 Poe+ 2 SFP Enhanced Image- Sealed

Catalyst 3750V2-24PS-S Switch 24 Ports- EN, Fast EN- 10Base-T, Low Power- Sealed

Catalyst 3750v2 24 10/100 + 2 Sfp Enhanced Image- Sealed

Catalyst 3750. Switch 24 Ports 10Base-T, 100Base-TX- EN, Fast EN, Low Power- Sealed

Catalyst 3750-48PS-S- Switch- 48 Ports- EN, Fast EN- 10Base-T, Low Power Sealed

3750 SMI 48 Ports- EN, Fast EN 1 OBase-T, 1 OOBase-TX + 4 X SFP, Low Power- Sealed

Catalyst 3750x-12s-E 12 PT Ge Sfp, IP Service, 350wac Ps- Sealed

Catalyst 3750x-12s-S 12 PT Ge Sfp, IP Base, 350wac Ps Sealed

$554.13

$403.00

$680.06

$2,720.25

$2,065.38

$2,392.81

$1,511.25

$1,083.06

$5,138.25

$4,130.75

$4,080.38

$3,425.50

$3,727.75

$2,821.00

$2,015.00

$1,183.81

$1,511.25

$806.00

$1,158.63

$957.13

$4,080.38

$5,944.25

$10,075.00

$5,239.00

$7,052.50

$9,470.50

$6,045.00

$3,823.46

$3,627.00

$2,115.75

$5,541.25

$4,836.00

$2,065.38

$3,526.25

$2,619.50

$2,317.25

$2,921.75

$1,889.06

$2,418.00

$5,037.50

$5,843.50

$4,281.88

$5,239.00

$3,123.25

$4,130.75

$7,757.75

$5,440.50

$3,878.88

$13,802.75

21

128

Page 130: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

WS-C3750E-48PD-S Cisco Catalyst 3750X-24P-L Cisco 24PT POE+ 1000, LAN Base, 715W- Sealed $10,326.88

WS-C3750E-48TD-E Cisco Catalyst 3750X-24P-S Cisco 24PT POE+ 1000, IP Base, 715\f\/- Sealed $10,326.88

WS-C3750E-48TD-S Cisco Catalyst 3750x-24s-E 24 PT Ge Sfp, IP Service, 350wac Ps- Sealed $7,757.75

WS-C3750G-24T -S Cisco Catalyst 3750x-24s-S 24 PT Ge Sfp, IP Base, 350wac Ps- Sealed $1,914.25

WS-C3750G-48TS-E Cisco Catalyst3750x-24t-L Cisco 24PT 1 OOObt, Lan Base, 350w- Sealed $8,563.75

WS-C3750V2-24PS-E Cisco Catalyst3750x-24t-S Cisco 24PT 1000bt, IP Base. 350w- Sealed $3,727.75

WS-C3750V2-24PS-S Cisco Catalyst3750x-48pf-L Cisco 48PT Poe+ 1 OOObt, Lan Base, 11 OOw- Sealed $2,720.25

WS-C3750V2-24TS-E Cisco Catalyst 3750x-48pf-S Cisco 48PT Poe+ 1 OOObt, IP Base, 11 OOw- Sealed $3,375.13

WS-C3750V2-24 TS-S Cisco Catalyst 3750x-48p-L Cisco 48 Poe+, Lan Base, 715w- Sealed $1,914.25

WS-C3750V2-48PS-S Cisco Catalyst 3750x-48p-S Cisco 48 Poe+, IP Base, 715w- Sealed $4,785.63

WS-C3750V2-48TS-S Cisco Catalyst 3750x-48t-L Cisco 1000bt. Lan Base, 350w- Sealed $3,878.88

WS-C3750X-12S-E Cisco Catalyst 3750x-48t-S Cisco 1000bt, IP Base, 350w- Sealed $8,311.88

VVS-C3750X-12S-S Cisco Catalyst 4503 - Modular Expansion Base - 7 U- Sealed $5,944.25

VVS-C3750X-24P-L Cisco Catalyst Sup 4503-E Chassis 1 x 48g Poep Ready Line Card Sup61-E- Sealed $3,324.75

VVS-C3750X-24P-S Cisco Catalyst 4506-E Chassis 2x 48g Poep Ready Line Cards Sup61-E- Sealed $4,030.00

WS-C3750X-24S-E Cisco Catalyst 4500 Chassis (7-Siot),Fan, No P/S, Redundant Supply Capable- Sealed $16,623.75

VVS-C3750X-24S-S Cisco Catalyst 4507 -E Chassis 2x X4648-Rj45v+E Sup61-E - Sealed $11,586.25

VVS-C37 SOX -24 T -L Cisco Catalyst 4510R- Modular Expansion Base- 14 U --Sealed $2,821.00

VVS-C3750X-24T-S Cisco Catalyst 4900M 8PT X2 (EmPTy) + 2 Half Slots - Sealed $3,702.56

VVS-C3750X-48PF-L Cisco Ws-4948e-S 48port 1000bt- 4 PT 10g(Sfp+), Ent Ser los- Sealed $6,246.50

WS-C3750X-48PF-S Cisco Ws-4948e-S 48port 1000bt- 4 PT 10g(Sfp+), IP Base los- Sealed $7,858.50

VVS-C3750X-48P-L Cisco Catalyst 6500 Dis! Fwd Card- 3cxl For VVs-X67xx- Sealed $5,843.50

VVS-C3750X-48P-S Cisco Firewall Blade For Catalyst 6500- Sealed $7,254.00

VVS-C3750X-48T-L Cisco Catalyst 6500 & Cisco 7600 Network Analysis Module- Sealed $5,138.25

VVS-C3750X-48T-S Cisco Catalyst 4500 48port 1 OOObase-X - Sealed $6,246.50

VVS-C4503-E Cisco Catalyst 4500 Enhanced 48port 10/100/1000 Base-T Rj-45- Sealed $589.39

VVS-C4503E-S6L-48V+ Cisco Catalyst 4500 Poe 802.3af 48port 10/100/1000 Rj45 - Sealed $6,548.75

VVS-C4506E-S6L -96V+ Cisco VVS-X45-Sup6-E Cisco 4500 Series Supervisor Engine 6e- Sealed $10,578.75

VVS-C4507R+E Cisco VVS-X45-Supi6-E Cisco 4500 Series Supervisor Engine 6L-E (Lan Lite)- Sealed $4,130.75

VVS-C4507RES6L-96V+ Cisco VVS-X45-Sup7-E Cisco Catalyste 4500e Sup Engine 7-E- Sealed $12,996.75

VVS-C4510R+E Cisco Catalyst 4500e Series Supervisor Le 520gbps- Sealed $6,347.25

VVS-C4900M Cisco Catalyst 4500 Eseries 6port 1 Ogbe X2- Sealed $9,470.50

VVS-C4948E-E Cisco VVS-X4612-Sfp-E Cisco 12 Port Sfp (EmPTy) Module- Sealed $9,319.38

VVS-C4948E-S Cisco WS-X4624-Sfp-E Cisco 24 Port Sfp (EmPTy) Module- Sealed $7,808.13

VVS-F6700-DFC3CXL Cisco 4500 E Series 48PT 1 OOObt Module- Sealed $8,966.75

VVS-SVC-FWM-1-K9 Cisco 4500 E Series 48PT Poe 1 OOObt Module- Sealed $14,860.63

WS-SVC-NAM-2-250S Cisco 10 Gigabit EN, EN 1 Ogbase-LR, Plug-In Module- Sealed $16,120.00

VVS-X4448-GB-SFP Cisco 4500 E Series 48PT 1 OOObt Module- Sealed $8,714.88

VVS-X4548-GB-RJ45 Cisco 4500 E Series 48PT Poe+ (30w) 1 OOObt Module- Sealed $2,418.00

VVS-X4548-GB-RJ45V Cisco VVS-X4908-1 OGE 4PT X2 (EmPTy) Half Card- Sealed $3,475.88

VVS-X45-SUP6-E Cisco VVS-X4908-1 OGE 8PT X2 (EmPTy) Half Card- Sealed $8,966.75

VVS-X45-SUP6L-E Cisco VVS-X4908-10G-RJ45 Cisco 4900M 8 Port 10G RJ45 Card- Sealed $6,448.00

VVS-X45-SUP7 -E Cisco X49920-GB-RJ45 20PT Half Card For 4900M- Sealed $11,284.00

VVS-X45-SUP7L-E Cisco Catalyst 6500 48port Poe 802.3af & Epoe 10/100/1000 VV/Jumbo Frame- Sealed $7,254.00

VVS-X4606-X2-E Cisco Catalyst 6500 48port Mod Gbe 10/100/1000 Rj45 VV/ Jumbo Frame- Sealed $8,311.88

VVS-X4612-SFP-E Cisco C6k Sport 1Ogb Ethernet Module With Dfc3cxl - Sealed $3,224.00

VVS-X4624-SFP-E Cisco VVS-X6716-10G-3C Cisco 16PT 10GE Module- Req Xenpack- Sealed $11,284.00

VVS-X4648-RJ45-E Cisco VVS-C6716-10G-3CXL Cisco 16PT !OGE Module VV/DFC3C Use X2 Module- Sealed $3,022.50

WS-X4648-RJ45V+E Cisco VVS-X6716-10T-3C Cisco 16PT 10GE (RJ45) Mosule VV/DFC3C- Sealed $3,224.00

22

129

Page 131: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

WS-X4712-SFP+E Cisco 48port Gbe Module Fabric Enabled With Dfc4 For Catalyst 6500- Sealed $12,392.25

WS-X4 7 4S-RJ45-E Cisco Catalyst 6000 Sport 1 Ogbe Module With Dfc4 Trustsec- Sealed $4,130.75

WS-X474S-RJ45V+E Cisco Catalyst 6000 Sport 1 Ogbe Module With Dfc4xl Trustsec- Sealed $5,138.25

WS-X4904-10GE Cisco 1 Ogbase-Lr X2 Module- Sealed $3,022.50

WS-X490S-1 OGE Cisco X2-10GB-SR Cisco X2 10GB SR FIBER Module- Sealed $4,533.75

WS-X490S-1 OG-RJ45 Cisco As5400 108 Universal Port Card - Refurbished $2,115.75

WS-X4920-G B-RJ45 Cisco AS5400 60 Nextport DFC Card - Refurbished $2,115.75

WS-X6148A-GE-45AF Cisco 7200 Input/Output Controller With Ge And Ethernet- Refurbished $3,591.74

WS-X6148A-GE-TX Cisco Modular Router W/2xfe, 2 WAN Slots, 32 FU128 DR - Refurbished $2,619.50

WS-X6708-1 OG-3CXL Cisco 2821 W/ AC PWR,2GE,4HWICs,3PVDM,1NME-X,2AIM,IP BASE,64F/2560- Refurbished $17,026.75

WS-X6716-1 OG-3C Cisco 2851 W/ AC PWR,2GE,4HWIC,3PVDM,1 NME-XD,2AIM,IP BASE,64F/256D- Refurbished $19,041.75

WS-X6716-1 OG-3CXL Cisco 3825 W/AC PWR, 2GE, 1 SFP, 2NME, 4HWIC, IP Base, 64F/256D- Refurbished $19,142.50

WS-X6716-10T-3C Cisco 7204VXR. 4-Siot Chassis, 1 AC Supply WIIP Software - Refurbished $12,694.50

WS-X6848-SFP-2T Cisco 7911G Global Series Telephone Refurbished $9,848.31

WS-X 6908-1 OG-2T Cisco 7914 IP Phone Expansion Module For 7960 Refurbished $19,696.63

WS-X690S-1 OG-2TXL Cisco 7936 Conference Telephone Refurbished $19,696.63

X2-10GB-LR Cisco 7940G Global Series Telephone Refurbished $715.33

X2-10GB-SR Cisco 7941 G Global Series Telephone Refurbished $453.38

AS54-DFC-1 08NP Cisco 7960G Global Series Telephone Refurbished $700.21

AS54-DFC-60NP Cisco 7961G Global Series Telephone Refurbished $327.44

C7200-I/O-GE+E Cisco CSACSE-1113-K9 Secure ACS 4.X Solution Engine - Refurbished $856.38

Cisco 1841 Cisco 1 gb Original PCMCIA AT A Flash Disk Cisco CSS 11501 Content - Refurbished $322.40

Cisco 2821 Cisco Vpn 3000 Concen Power Supply - Refurbished $901.71

Cisco 2851 Cisco MDS 9509 Chassis With Fan Tray- Refurbished $1,108.25

Cisco 3825 Cisco Performance Routing Engine 2 - Refurbished $1,914.25

Cisco 7204VXR Cisco Gigabit Ethernet Interface Processor- Refurbished $503.75

CP-7911G Cisco GE SFP,LC ConNECtor LX/LH Transceiver- Refurbished $85.64

CP-7914 Cisco GE SFP, LC ConNECtor SX Transceiver- Refurbished $100.75

CP-7936 Cisco 1 OOObase-T Sfp - Refurbished $397.96

CP-7940G Cisco 12416 320 Gbps Gsr Scheduler/Fabric - Refurbished $85.64

CP-7941G Cisco Nm-16esw-Pwr Router Module- Refurbished $130.98

CP-7960G Cisco Nm-16esw-Pwr-1 gig Router Module - Refurbished $95.71

CP-7961G Cisco Nm-1 a-E3 Atm Net Mod - Refurbished $171.28

CSACSE-1113-K9 Cisco 3600 1 PT Ds3 Atm Ntwk Mod - Refurbished $5,541.25

CSS5-FD-1GB Cisco 3600 1 PT Ch T1/ISDN-Pri- Refurbished $352.63

CVPN3000-PWR Cisco 1 10/100 Ethernet With 2 WAN Card Slot Network Module- Refurbished $226.69

DS-C9509 Cisco 1 Port Ge Network Module- Refurbished $1,108.25

ESR-PRE2 Cisco Single Port HSSI Network Module- Refurbished $1,612.00

GEIP Cisco 2 Port 10/100 Ethernet With 2 WAN Card Slot Network Module- Refurbished $302.25

GLC-LH-SM Cisco 2 WAN Card Slot Network Module(No LAN)- Refurbished $100.75

GLC-SX-MM Cisco 32 Port Asynchronous Module- Refurbished $80.60

GLC-T Cisco 3600 Series 8PT Async/Sync Ntwk Mo- Refurbished $80.60

GSR 16/320-CSC Cisco Content Engine Nm-Basic Perf-40gb- Refurbished $1,002.46

NM-16ESW-PWR Cisco Intrusion Detection System Network Module- Refurbished $302.25

NM-16ESW-PWR-1 GIG Cisco Unity Express Network Module (Includes SCUE-12-VM)- Refurbished $604.50

NM-1A-E3 Cisco Ethers witch Service Mod 16 10/1 OOT + 1 GE, IP Base- Refurbished $856.38

NM-1A-T3= Cisco Nme-Wae-502-K9 Router Module- Refurbished $125.94

NM-1FE1CT1-CSU Cisco High Density Analog Voice/Fax Network Module With 4 FXS- Refurbished $277.06

NM-1FE2W-V2 Cisco Nm-Hdv-1e1-12 Router Module- Refurbished $327.44

23

130

Page 132: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

NM-1GE Cisco Nm-Hdv-1!1-24e Router Module- Refurbished $1,209.00

NM-1HSSl Cisco Nm-Hdv2 Router Module- Refurbished $151.13

NM-2FE2W-V2 Cisco 7200VXR NPE-400 (256MB Default Memory)- Refurbished $352.63

NM-2W Cisco Oc48x/Pos-Sr-Sc Router Module- Refurbished $125.94

NM-32A Cisco Osm-2oc12-Atm-Mm+ Switch Module- Refurbished $302.25

NM-8AJS Cisco 7600 2PT Oc 12/Stm-4 Sonet/Sdh Osm- Refurbished $125.94

NM-CE-BP-40G-K9 Cisco Osm-4oc12-Pos-Si+ Switch Module- Refurbished $1,108.25

NM-CIDS-K9 Cisco 7200 1PT Escon Ch PT AdPT- Refurbished $680.06

NM-CUE Cisco 7200 2PT Port AdPT- Refurbished $790.89

NME-16ES-1G Cisco 2-Port Fast Ethernet 100base Tx Port- Refurbished $755.63

NME-WAE-502-K9 Cisco 2 Port T3 Serial Port AdaPTer Enhanced- Refurbished $1,909.21

NM-HDA-4FXS Cisco 8-Port ATM Inverse Mux T1 Port AdaPTer- Refurbished $251.88

NM-HDV-1E1-12 Cisco 1-Port Atm Enhanced E3 Port AdaPTer- Refurbished $1,460.88

NM-HDV-1T1-24E Cisco 1-Port Atm Enhanced Oc3c/Stm1 Singlemode{!r)Port AdaPTer Refurbished $554.13

NM-HDV2 Cisco 1 Port Enh Atm Oc3c/Stm1 Sing!emode(lr)Port AdaPTer- Refurbished $554.13

NPE-400 Cisco 2 Port Multichannel T1 Port AdaPTer With Csu/Dsus- Refurbished $528.94

OC48X/POS-SR-SC Cisco 4 Port Multichannel T1 Port AdaPTer With Integrated CSU/Dsus - Refurbished $3,606.85

OSM-20C12-ATM-MM+ Cisco 8 Port Multichannel T1 Port AdaPTer With Integrated CSU/Dsus - Refurbished $2,468.38

OSM-20C12-POS-SI Cisco 8 Port Multichannel T1/E1 BPRI Port AdaPTer- Refurbished $4,785.63

OSM-40C12-POS-SI+ Cisco 1 Port Multi-Channel E3 Port AdaPTer- Refurbished $9,571.25

PA-1C-E Cisco Pa-Pos-1 oc3 Router Module - Refurbished $1,183.81

PA-2FE-FX Cisco 2 Port PackeUSonet Oc3c/Stm1 Port AdaPTer- Refurbished $327.44

PA-2FE-TX Cisco 1-Port Packet/Sonet Oc3c/Stm1 Singlemode (Lr) Port AdaPTer- Refurbished $599.46

PA-2T3+ Cisco 16-Channel Packet Voice/Fax Dsp Module- Refurbished $251.88

PA-A3-8T11MA Cisco 48-Channel Packet Voice/Fax Dsp Module Refurbished $498.71

PA-A3-E3 Cisco 64-Channel Packet Voice/Fax Dsp Module- Refurbished $151.13

PA-A3-0C3SMI Cisco 6000W DC PS For Cisco 7609/7609-S/13. Cat6506/09/13 Chassis- Refurbished $201.50

PA-A6-0C3SMI Cisco 1-Port 1 Oge Lan-Phy Shared Port AdaPTer Refurbished $1.193.89

PA-MC-2T1 Cisco 1-Port Channelized STM-1/0C-3c To DSO Shared Port AdaPTer Refurbished $176.31

PA-MC-4T1 Cisco 1-Port OC12/STM4 POS Shared Port AdaPTers- Refurbished $297.21

PA-MC-8T1 Cisco 1-Port OC48/STM16 POS/RPR Shared Port AdaPTers- Refurbished $352.63

PA-MC-8TE1+ Cisco Spa-2xoc48pos/Rpr Router- Refurbished $2,468.38

PA-MC-E3 Cisco 4-Port T3/E3 Shared Port AdaPTer- Refurbished $931.94

PA-POS-10C3 Cisco SPA-8XCHT1/E1 8 PT Channelized T1/E1 To DSO Shared Port Refurbished $1,964.63

PA-POS-20C3 Cisco Spa-8xfe-Tx Router Module - Refurbished $2,518.75

PA-POS-OC3SML Cisco Ubr10012 Router- Refurbished $503.75

PVDM2-16 Cisco Ubr7114 Router- Refurbished $151.13

PVDM2-48 Cisco Ubr7200-Npe-G1 Router Module Refurbished $397.96

PVDM2-64 Cisco Ubr7223 Router - Refurbished $579.31

PWR-6000-DC Cisco Ubr7246 Router- Refurbished $3,929.25

SPA-1X10GE-L-V2 Cisco Modem Card 6 Upstream 6 Upstream - Refurbished $7,556.25

SPA-1XCHSTM1/0C3 Cisco Ubr-Mc16u Router Module- Refurbished $11,032.13

SPA-1XOC12-POS Cisco Ubr-Mc28c Router Module - Refurbished $2,503.64

SPA-1XOC48POS/RPR Cisco Ubr7200 Modem Card 8 US 8 US ATDMA Adv PHY CPU- Refurbished $15,112.50

SPA-2XOC48POS/RPR Cisco VG248 48-Port Voice Over- Refurbished $12,593.75

SPA-4XT3E3 Cisco Four-Port Voice Interface Card - Fxo (Universal) - Refurbished $3,571.59

SPA-8XCHT1-E1 Cisco 4 Port FXS Or DID VIC- Refurbished $3,878.88

SPA-8XFE-TX Cisco Versatile Interface Processor 4, Model 50- Refurbished $1,486.06

UBR10012 Cisco Systems VIP4-80 Model 4-80 Model 4-80- Refurbished $8,563.75

24

131

Page 133: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

UBR7ii4 Cisco 64-Channel Multiflex Trunk Dedicated Ecan Module - Refurbished $4,231.50

UBR7200-NPE-G 1 Cisco 1-Port Rj-48 Multiflex TrJnk- G.703- Refurbished $5,893.88

UBR7223 Cisco 1-Port Rj-48 Multiflex Trunk- T1 -Refurbished $1,763.13

UBR7246 Cisco 1-Port 2nd Gen Multiflex Trunk Voice/WAN Int. Card- G.703- Refurbished $1,596.89

UBR-MCi6C Cisco VWIC2-1mft-T1/E1 Router Module- Refurbished $347.59

UBR-MC16U Cisco 2-Port 2nd Gen Multiflex Trunk Voice/WAN Int. Card- T1/E1 -Refurbished $5,843.50

UBR-MC28C Cisco 2-Port Rj-48 Multiflex Trunk - T1 - Refurbished $2,871.38

UBR-MC28U Cisco 2-Port RJ-48 Multiflex Trunk- T1 With Drop And Insert - Refurbished $5,843.50

VG248 Cisco Catalyst 2960 Switch - 48 Port 1 0/1 00 + 2PT 1 0008 - Refurbished $957.13

VIC2-4FXO Cisco Catalyst 3550 24-10/100 ln!ine Power+ 2 Gbic Ports: Smi- Refurbished $201.50

V!C-4FXS/DID Cisco Catalyst 3560 24 10/100 Poe+ 2 SFP + IPB Image- Refurbished $226.69

VIP4-50 Cisco Catalyst 3560 24 10/100 + 2 Sfp +IPs Image- Refurbished $352.63

VIP4-80 Cisco Catalyst 3560 24 10/1 00 + 2 Sfp IPb Image - Refurbished $176.31

VWIC-1 MFT-E1 Cisco Catalyst 3560 48 10/100 Poe+ 4 SFP IPS Image- Refurbished $151.13

VWIC-1MFT-G703 Cisco Catalyst 3560 48 10/100 Poe+ 4 SFP IPB Image- Refurbished $352.63

VWIC-1MFT-T1 Cisco Catalyst 3560 48 10/1 00 + 4 Sfp IPs Image - Refurbished $151.13

VWIC2-1MFT-G703 Cisco Catalyst 3560 48 10/1 00 + 4 Sfp IPb Image - Refurbished $730.44

VWIC2-1MFT-T1/E1 Cisco Catalyst WS-C3560e-24td-S Switch- Refurbished $478.56

VWIC2-2MFT-T1/E1 Cisco Catalyst 3560e 48port 10/100/1000 Poe +2 i Oge(X2) - Refurbished $705.25

VWIC-2MFT-T1 Cisco Catalyst Ws-C3560e-48td-S Switch - Refurbished $201.50

VWIC-2MFT-T1-DI Cisco Catalyst Ws-C3560g-48ps-E Switch - Refurbished $302.25

WS-C2960-48TC-L Cisco Catalyst Ws-C3560g-48ps-S Switch - Refurbished $1,007.50

WS-C3550-24PWR-SMI Cisco Catalyst 3560 48 10/100/1000t + 4 Sfp Standard Image- Refurbished $327.44

WS-C3560-24PS-S Cisco Catalyst 3750 24 100basefx + 2 SFP Standard Multilayer Image- Refurbished $856.38

WS-C3560-24TS-E Cisco Catalyst 3750 24 10/100 Poe+ 2 SFP +IPS Image- Refurbished $1,360.13

WS-C3560-24 TS-S Cisco Catalyst 3750 24 10/100 Poe+ 2 SFP + IPB Image- Refurbished $1,007.50

WS-C3560-48PS-E Cisco Catalyst 3750 24 10/100 + 2 Sfp +IPs Image- Refurbished $1,863.88

WS-C3560-48PS-S Cisco Catalyst 3750 24 10/100 + 2 Sfp + IPb Image - Refurbished $1,209.00

WS-C3560-48TS-E Cisco Catalyst 3750 48 10/100 Poe + 4 SFP + IPS Image - Refurbished $1,410.50

WS-C3560-48TS-S Cisco Catalyst 3750 48 10/100 Poe+ 4 SFP +IPS Image- Refurbished $1,007.50

WS-C3560E-24 TD-S Cisco Catalyst 3750 48 10/100 + 4 Sfp Enhanced Multilayer Image - Refurbished $3,123.25

WS-C3560E-48PD-S Cisco Catalyst 3750 48 10/100 + 4 Sfp + IPb Image- Refurbished $4,634.50

WS-C3560E-48TD-S Cisco Catalyst 3750E 24 10/100/1000 Poe+2*10GE(X2),750W- Refurbished $5,742.75

WS-C3560G-48PS-E Cisco Catalyst 3750e 24 10/100/1 000+2*1 Oge(X2),265w- Refurbished $4,030.00

WS-C3560G-48PS-S Cisco Catalyst 3750e 24 10/100/1 000+ 2 1 Oge(X2),265w- Refurbished $3,324.75

WS-C3560G-48TS-S Cisco Catalyst 3750E 48 10/100/1000 Poe+2*1 OGE(X2) ,750W- Refurbished $2,921.75

WS-C3750-24FS-S Cisco Catalyst 3750E 48 10/100/1000 Poe+2*10GE(X2),1150W, IPS SIW- Refurbished $3,526.25

WS-C3750-24PS-E Cisco Catalyst 3750E 48 10/100/1000 Poe+2*10GE(X2),1150W, IPB SIW- Refurbished $1,813.50

WS-C3750-24PS-S Cisco Catalyst C3750e-48td-E Switch - Refurbished $881.56

WS-C3750-24TS-E Cisco Catalyst 3750e 48 10/100/1 000+2 1 Oge(X2) 265w IPb SIW- Refurbished $1,007.50

WS-C3750-24TS-S Cisco Catalyst 3750 12 Sfp + IPs Image- Refurbished $901.71

WS-C3750-48PS-E Cisco Catalyst 3750 24 10/100/1000T Poe+ 4 SFP +IPS Image- Refurbished $1,612.00

WS-C3750-48PS-S Cisco Catalyst 3750 24 10/100/1000t +IPs Image- Refurbished $1,712.75

WS-C3750-48TS-E Cisco Catalyst 3750 24 10/100/1000t + IPb Image- Refurbished $1,511.25

WS-C3750-48TS-S Cisco Catalyst 3750 24 10/100/1000 + 4 Sfp +IPs Image; 1.5ru- Refurbished $1,209.00

WS-C3750E-24PD-S Cisco Catalyst 3750 24 10/100/1000 + 4 Sfp + IPb Image: 1.5ru - Refurbished $3,727.75

WS-C3750E-24TD-E Cisco Catalyst C3750G-24ts-S1u Switch- Refurbished $5,642.00

WS-C3750E-24TD-S Cisco Catalyst 3750 48 10/100/1000T Poe+ 4 SFP +IPS Image- Refurbished $3,022.50

WS-C3750E-48PD-E Cisco Catalyst 3750 48 10/100/1000T Poe+ 4 SFP + IPB Image- Refurbished $11,334.38

25

132

Page 134: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

WS-C3750E-48PD-EF Cisco Catalyst 3750 48 10/100/1000t + 4 Sfp Standard Multilayer- Refurbished $11,586.25

WS-C3750E-48PD-SF Cisco Catalyst 4500 Chassis (6-Siot),Fan, No P/S- Refurbished $7,858.50

WS-C3750E-48TD-E Cisco Catalyst 4500 E-Series 6-Siot Chassis, Fan, No Ps- Refurbished $10,075.00

WS-C3750E-48TD-S Cisco Catalyst 6500 4000W Power Supply - Refurbished $7,052.50

WS-C3750G-12S-E Cisco WS-F6K-PFC3BXL Switch Module - Refurbished $3,123.25

WS-C3750G-24PS-E Cisco Catalyst 6500 Supervisor 32 With 2 Ports 1 Ogbe And PFC3B - Refurbished $3,828.50

WS-C3750G-24T-E Cisco Catalyst 6500/Cisco 7600 Supervisor 720 Fabric Msfc3 Pfc3a - Refurbished $2,015.00

WS-C3750G-24T-S Cisco Catalyst 6500/Cisco 7600 Supervisor 720 Fabric Msfc3 Pfc3b - Refurbished $1,410.50

WS-C3750G-24TS-E Cisco Catalyst 6500/Cisco 7600 Supervisor 720 Fabric Msfc3 Pfc3bxl- Refurbished $2,317.25

WS-C3750G-24TS-S Cisco Ws-Svc-Cmm Switch Module - Refurbished $2,015.00

WS-C3750G-24TS-S1 U Cisco 24-PT Fxs Interface PT AdaPTer- Refurbished $2,518.75

WS-C3750G-48PS-E Cisco WS-SVC-CMM-ACT Ad hoc Conferencing And Transcoding PA- Refurbished $6,851.00

WS-C3750G-48PS-S Cisco Wireless Service Module (Wism) For Up To 300 Lightweight Aps- Refurbished $4,836.00

WS-C3750G-48TS-S Cisco Catalyst 4500 Supervisor li-Plus (los), 2ge,Console(Rj-45)- Refurbished $4,030.00

WS-C4506 Cisco Catalyst 4000 Supervisor Iii (2 Ge) Mgt (Rj45) Mgt (Rj45) - Refurbished $277.06

WS-C4506-E Cisco Catalyst 4500 Fe Switching Module, 24- 1 OOfx (Mtrj)- Refurbished $2,821.00

WS-CAC-4000W-US Cisco WS-X4148-Fx-Mt Switch Module- Refurbished $806.00

WS-F6K-PFC3BXL Cisco WS-X4302-Gb Switch Module- Refurbished $4,735.25

WS-SUP32-10GE-3B Cisco Catalyst 4500 Supervisor lv (2 Ge),Console(Rj-45)- Refurbished $4,735.25

WS-SUP720 Cisco Catalyst 4500 Supervisor V-10GE, 2x1 Oge (X2) And 4x1ge (SFP)- Refurbished $1,612.00

WS-SUP720-38 Cisco Catalyst 4500 E-Series Sup 6-E, 2x1 Oge(X2) W/ Twin Gig -Refurbished $2,619.50

WS-SUP720-3BXL Cisco Catalyst 4500 E-Series 6-Port 1 Ogbe (X2) - Refurbished $6,851.00

WS-SVC-CMM Cisco Catalyst 4500 E-Series 48-Port Premium Poe 1 0/1 00/1000 - Refurbished $856.38

WS-SVC-CMM-24FXS Cisco Catalyst 6500 48-Port Poe 802.3af & Epoe 10/100/1000 W/Jumbo Frame - Refurbished $1,612.00

WS-SVC-CMM-ACT Cisco Catalyst 48 Port 10/100/1000 Ethernet Jumbo Frames Jumbo Frames- Refurbished $1,309.75

WS-SVC-WISM-1-K9= Cisco Catalyst 6500 48-Port 1 0/1 00 W!TDR, Upgradable - Poe 802. 3af- Refurbished $12,090.00

WS-X4013+ Cisco Catalyst WS-X6148v-Ge-Tx Switch Module- Refurbished $478.56

WS-X4014 Cisco Catalyst 6500 Poe 802.3af 10/100, 96-Port ( RJ-45) Line Card - Refurbished $403.00

WS-X4124-FX-MT Cisco Catalyst 6500 96-Port 10/100 (RJ45), Upgradable To Poe 802.3af- Refurbished $251.88

WS-X4148-FX-MT Cisco Catalyst 6000 16-Port 1 OOOTX GE Module RJ-45 - Refurbished $1,964.63

WS-X4302-GB Cisco Catalyst 6500 16-Port Gig/Copper Module - Refurbished $377.81

WS-X4515 Cisco Catalyst 6500 48-Port Fabric-Enabled 10/1 00/1 000 Module - Refurbished $755.63

WS-X4516-10GE Cisco Catalyst 6500 48-Port 1 0/100, RJ-21, Fabric-Enabled - Refurbished $4,836.00

WS-X45-SUP6-E Cisco Catalyst 6500 48-Port 1 0/1 00, RJ-45, X-Bar - Refurbished $6,045.00

WS-X4606-X2-E Cisco Catalyst 6500 48-Port Fab-Enabled 10/100/1000 lnline Pwr Mod- Refurbished $6,750.25

WS-X4648-RJ45V+E Cisco C6K 8 Port 10 Gigabit Ethernet Module With DFC3CXL (Req. X2)- Refurbished $2,166.13

WS-X6148A-GE-45AF Cisco Catalyst 6500 24-Port Gige Mod: Fabric-Enabled (Req. Sfps)- Refurbished $2,821.00

WS-X6148A-GE-TX Cisco Catalyst 6500 48-Port 10/100/1000 GE Mod: Fabric Enabled, RJ-45- Refurbished $2,619.50

WS-X6148A-RJ-45 Cisco Catalyst 6500 48-Port Gige Mod: Fabric-Enabled (Req. Sfps)- Refurbished $1,460.88

WS-X6148V-GE-TX Cisco Compatible 1 OGBASE-ER XENPAK Module - Refurbished $982.31

WS-X6148X2-45AF Cisco Catalyst 6500 Poe 802.3af 10/100, 96-Port ( RJ-45) Line Card- Refurbished $2,518.75

WS-X6i48X2-RJ-45 Cisco Catalyst 6500 96-Port 10/100 (RJ45), Upgradable To Poe 802.3af- Refurbished $1,511.25

WS-X6316-GE-TX Cisco Catalyst 6000 16-Port 1000TX GE Module RJ-45- Refurbished $251.88

WS-X6516-GE-TX Cisco Catalyst 6500 16-Port Gig/Copper Module- Refurbished $453.38

WS-X6548-GE-TX Cisco Catalyst 6500 48-Port Fabric-Enabled 10/100/1000 Module - Refurbished $1,612.00

WS-X6548-RJ-21 Cisco Catalyst 6500 48-Port 10/100, RJ-21, Fabric-Enabled - Refurbished $453.38

WS-X6548-RJ-45 Cisco Catalyst 6500 48-Port 10/100, RJ-45, X-Bar- Refurbished $251.88

WS-X6548V-GE-TX Cisco Catalyst 6500 48-Port Fab-Enabled 10/100/1000 lnline Pwr Mod- Refurbished $1,108.25

WS-X6708-1 OG-3CXL Cisco Catalyst 6K 8 Port 10 Gigabit Ethernet Module With DFC3CXL (Req. X2)- Refurbished $16,623.75

26

133

Page 135: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

WS-X6724-SFP Cisco Catalyst 6500 24-Port Gige Mod: Fabric-Enabled (Req. Sfps)- Refurbished $2,569.13

WS-X6748-GE-TX Cisco Catalyst 6500 48-Port 10/100/1000 GE Mod: Fabric Enabled, RJ-45- Refurbished $2,418.00

WS-X6748-SFP Cisco Catalyst 6500 48-Port Gige Mod: Fabric-Enabled (Req. Sfps)- Refurbished $5,843.50

XENPAK-1 OGB-ER Cisco Compatible 10GBASE-ER XENPAK MODULE- Refurbished $957.13

27

134

Page 136: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

200102 NEC N2400 16cotbe Co Trk Card (lcs Refurbished $554.13

200103 NEC Spa-16cotbe-A Refurbished $755.63

200126 NEC Spa-24dtr Refurbished $292.18

200128 NEC Spa-24ccta Refurbished $544.05

200136 NEC Spa-24prtba-B Refurbished $1,460.88

200206 NEC 16lcbj Refurbished $148.10

200208 NEC 161cbj-B Refurbished $277.06

200227 NEC Spa-16elcjb-G $913.30

200242 NEC 16elch-C Series 3 Digital Card Refurbished $498.71

200243 NEC 16elch-E Digital Card Refurbished $292.18

200244 NEC 16elcj Refurbished $292.18

200245 NEC 16elcj-B Refurbished $251.88

200246 NEC Spa-16elcj-Ba Refurbished $1,057.88

200247 NEC Spa-16elcjb-B Refurbished $654.88

200248 NEC Spa-16elcjb-C Refurbished $957.13

200249 NEC Spa-16elcjb-D Refurbished $1,259.38

200858 NEC Sn716 Desk Console Refurbished $1,004.98

201385 NEC Sn716 Desk Con-B Refurbished $659.41

201544 NEC Spa-16elcjb-H $1,054.35

221023 NEC Spa-16elcjb-J $1,054.35

240102 NEC 16cot-Ah Trunk Card Refurbished $638.25

240201 NEC N2400 161cg Analog Cd W/0 Mw Refurbished $151.13

240203 NEC N2400 161cgb Analog Cd W/ Mw Refurbished $196.46

240204 NEC N2400 161cq Analog Cd Refurbished $352.63

240205 NEC N2400 161cad Analog Cd Refurbished $638.25

240207 NEC N2400 16lcbe Analog Card Refurbished $125.94

240240 NEC N2400 16elcd Series 2 Dtrm Cd Refurbished $453.38

590010 NEC Dtp-8-1 (Wh) Tel Refurbished $65.49

590011 NEC Dtp-8-1 Black Refurbished $65.49

590020 NEC Dtp-8d-1 (Wh) Tel Refurbished $87.65

590021 NEC Dtp-8d-1 (Bk) Tel Refurbished $87.65

590040 NEC Dtp-16d-1 (Wh) Tel Refurbished $95.71

590041 NEC Dtp-16d-1 Phone Black Refurbished $95.71

590060 NEC Dtp-32d-1 {Wh) Tel Refurbished $125.94

590061 NEC Dtp-32d-1 Phone Black Refurbished $125.94

770010 NEC Dtu-8-1 (BI) Tel Refurbished $84.63

770011 NEC Dtu-8-1 {Wh) Tel Refurbished $84.63

770012 NEC Dtu-Bd-2 (Bk) Tel Refurbished $90.68

770013 NEC Dtu-Bd-2 White Phone Refurbished $90.68

770032 NEC Dtu-16d-2 Display Phone-Black Refurbished $119.89

770033 NEC Dtu-16d-2 Display Phone {Wh) Refurbished $119.89

770052 NEC Dtu-32d-2 Display Phone (Bk) Refurbished $141.05

770053 NEC Dtu-32d-1 Display Phone-White Refurbished $141.05

770082 NEC Dtp-1-2(Wh) 1-Une Analog Tel Refurbished $24.68

770083 NEC Dtp-1 hm-2 Phone White Refurbished $31.74

780020 NEC Dtr-1-1 Black Refurbished $30.23

780021 NEC Dtr-1-1 White Refurbished $30.23

780023 NEC ltr-8d-3 Black $151.13

780028 NEC ltr-16d-3 Black $161.20

28

135

Page 137: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

780030 NEC Dtr-2dt-1 Black Refurbished $74.05

780032 NEC Dtr-2dt-1 White Refurbished $74.05

780036 NEC Dtr-8-2 Black Refurbished $109.31

780038 NEC Dtr-8-2 White Refurbished $109.31

780040 NEC Dtr-8d-2 Black Refurbished $120.90

780042 NEC Dtr-8d-2 White Refurbished $120.90

780045 NEC ltr-32d-3 Black $246.84

780048 NEC Dtr-16d-2 Black Refurbished $122.92

780069 NEC Dth-8-2 White Refurbished $95.21

780073 NEC Dth-Bd-2 White Refurbished $109.31

780077 NEC Dth-16d-2 White Refurbished $126.95

780079 NEC Dth-32d-2 Black Refurbished $179.84

780081 NEC Dth-32d-2 White Refurbished $179.84

780567 NEC Dth-8-2 Black Refurbished $95.21

780571 NEC Dth-8d-2 Black Refurbished $109.31

780575 NEC Dth-16d-2 Black Refurbished $126.95

29

136

Page 138: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

A 1259-0000-1 0-05 Avaya/Nortel M9116 Telephone Ref Refurbished $44.33

A1262-10-05 Avaya/Nortel PT -480e Phone $123.42

A 1263-1 0-05 Avaya/Nortel M9120 Telephone Ref Refurbished $84.63

A1264-i0-05 Avaya/Nortel M9110 Telephone Ref Refurbished $33.15

A1611-10-07 Avaya/Nortel M622 Add On Module Refurbished $88.16

A 1613-10-07 Avaya/Nortel M6320 Phone $236.26

NT2K22XH-03 Avaya/Nortel Key Expansion Mod-Black Refurbished $57.43

NT2K22XH-35 Avaya/Nortel Key Expansion Mod-Ash Refurbished $57.43

NT2N02-12 Avaya/Nortel M8004 Phone Charcoal Refurbished $32.24

NT2N18-03 Avaya/Nortel M9316cw Black Refurbished $88.66

NT2N18-35 Avaya/Nortel M9316cw Ash Refurbished $88.66

NT2N24-03 Avaya/Nortel M8009 Black Refurbished $45.34

NT2N24-35 Avaya/Nortel M8009 Ash Refurbished $45.34

NT2N30-03 Avaya/Nortel M8314 Black Refurbished $65.49

NT2N30-35 Avaya/Nortel M8314 Ash Refurbished $65.49

NT2N41-03 Avaya/Nortel M9417 cw Black Refurbished $105.79

NT2N41-35 Avaya/Nortel M9417cw Ash Refurbished $105.79

NT4X31-03 Avaya/Nortel M5112 Centrex Phone-Black Refurbished $59.44

NT4X31-35 Avaya/Nortel M5112 Centrex Phone-Ash Refurbished $59.44

NT4X34-03 Avaya/Nortel M536 Add On Module-Black Refurbished $54.41

NT4X34-35 Avaya/Nortel M536 Add On Module-Ash Refurbished $54.41

NT4X35-03 Avaya/Nortel M5009 Centrex Phone-Black Refurbished $39.29

NT4X35-35 Avaya/Nortel M5009 Centrex Phone-Ash Refurbished $39.29

NT4X36-03 Avaya/Nortel M5209 Centrex Phone-Black Refurbished $58.44

NT4X36-35 Avaya/Nortel M5209 Centrex Phone-Ash Refurbished $58.44

NT4X37-03 Avaya/Nortel M5312 Centrex Phone-Black Refurbished $95.71

NT4X37-35 Avaya/Nortel M5312 Centrex Phone-Ash Refurbished $95.71

NT4X38-03 Avaya/Nortel M518 Add On Module-Black Refurbished $70.53

NT4X38-35 Avaya/Nortel M518 Add On Module-Ash Refurbished $70.53

NT4X39-03 Avaya/Nortel M5212 Centrex Phone-Black Refurbished $70.53

NT4X39-35 Avaya/Nortel M5212 Centrex Phone-Ash Refurbished $70.53

NT4X40-03 Avaya/Nortel M5008 Centrex Black Refurbished $65.49

NT4X40-35 Avaya/Nortel M5008 Centrex-Ash Refurbished $65.49

NT4X41-03 Avaya/Nortel M5208 Centrex Phone Black Refurbished $86.65

NT4X41-35 Avaya/Nortel M5208 Centrex Phone-Ash Refurbished $86.65

NT4X42-03 Avaya/Nortel M5316 Centrex Phone-Black Refurbished $196.46

NT4X42-35 Avaya/Nortel M5316 Centrex Phone-Ash Refurbished $196.46

NT4X43-03 Avaya/Nortel M522 Add On Module Black Refurbished $67.50

NT4X43-35 Avaya/Nortel M522 Add On Module Ash Refurbished $67.50

NT4X44-03 Avaya/Nortel M5216 Centrex Phone-Black Refurbished $176.31

NT4X44-35 Avaya/Nortel M5216 Centrex Phone-Ash Refurbished $176.31

NT5D12AG Avaya/Nortel Dual Port Dti/Pri (Ddp) Card Refurbished $700.21

NT5D12AH Avaya/Nortel Dual Pri Card Refurbished $916.83

NT6G00-35 Avaya/Nortel M2250 Console-Ash Refurbished $382.85

NT6X17BA Avaya/Nortel Sl-100 Analog Card Refurbished $19.14

NT6X19M Avaya/Nortel Sl-100 Mw Analog Card Refurbished $28.21

NT6X21AC Avaya/Nortel Sl-1 DO Digital Line Card Refurbished $57.43

NT6X21AD Avaya/Nortel Digital Card Refurbished $119.19

NT8B14-03 Avaya/Nortel M71 00 Norstar Phone-Black Refurbished $65.49

30

137

Page 139: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

NT8B14-35 Avaya/Nortel M7100 Norstar Phone-Ash Refurbished $65.49

NT8B20-03 Avaya/Nortel M731 0 Norstar Phone-Black Refurbished $81.61

NT8B20-35 Avaya/Nortel M7310 Norstar Phone-Ash Refurbished $81.61

NT8B25-66 Avaya/Nortel T7100 Phone Platinum Refurbished $79.59

NT8B25-70 Avaya/Nortel T71 00 Phone Charcoal Refurbished $79.59

NT8B26-70 Avaya/Nortel T7208 Charcoal Phone Refurbished $95.71

NT8B27E-70 Avaya/Nortel T7316e Charcoal Refurbished $98.74

NT8B29-70 Avaya/Nortel Norstar T24 Kim Charcoal Refurbished $236.26

NT8B30-03 Avaya/Nortel M7208 Norstar Phone-Black Refurbished $90.68

NT8B30-35 Avaya/Nortel M7208 Norstar Phone-Ash Refurbished $90.68

NT8B40-03 Avaya/Nortel M7324 Norstar Phone-Black Refurbished $120.90

NT8840-35 Avaya/Nortel M7324 Norstar Phone-Ash Refurbished $120.90

NT8B41-03 Avaya/Nortel Norstar Key Lamp Mod-Black Refurbished $115.86

NT8B41-35 Avaya/Nortel Norstar Key Lamp Mod-Ash Refurbished $115.86

NT8B45-70 Avaya/Nortel Norstar T7406 Cordless Refurbished $277.06

NT8D02GA Avaya/Nortel Digital Line Card Refurbished $96.72

NT8D02HA Avaya/Nortel Digital Card Ref Refurbished $251.88

NT8D04BD Avaya/Nortel Superloop Network Card Refurbished $579.31

NT8D09BA Avaya/Nortel Nt8d09ba Analog Message Waiting Line Refurbished $272.03

NT8D09BB Avaya/Nortel Nt8d09bb Analog Message Waiting Line Card Refurbished $397.96

NT8D09CA Avaya/Nortel Nt8d09ca Analog Card Ref Refurbished $700.31

NT8D14BB Avaya/Nortel Nt8b14bb Universal Trunk Card Refurbished $123.92

NT8D14CA Avaya/Nortel Nt8d14ca Universal Trunk Card $419.62

NTDU91BD-70 Avaya/Nortel 12002 IP Phone Ref Refurbished $236.96

NTDU92BD-70 Avaya/Nortel 12004 IP Phone Ref Refurbished $263.97

NTDU96AB-70 Avaya/Nortel 12007 IP Phone Ref Refurbished $538.81

NTEX 11 AA-70 Avaya/Nortel 2033 Conference Phone $851.34

NTMN31BA-70 Avaya/Nortel M3901 Phone Charcoal Refurbished $42.32

NTMN32BA-70 Avaya/Nortel M3902 Phone Charcoal Refurbished $98.74

NTMN33BA-70 Avaya/Nortel M3903 Phone Charcoal Refurbished $122.92

NTMN34BA-70 Avaya/Nortel M3904 Phone Charcoal Refurbished $128.96

NTMN35BA-70 Avaya/Nortel M3905 Phone Charcoal Refurbished $214.60

NTMN37BA-70 Avaya/Nortel M3900 Key Based Charcoal Refurbished $116.37

NTMN68AA-70 Avaya/Nortel M3900 Ata Charcoal Refurbished $126.95

NTMN71AA-70 Avaya/Nortel M3900 Accessory Module Charcoal Refurbished $35.26

NTYS03DEGS Avaya/Nortel 1120e IP Telephone Refurbished $219.64

NTYS06BAE6 Avaya/Nortel 1150e IP Telephone Refurbished $438.26

NTRB21 Avaya/Nortel Dti/Pri Tmdi 1.5m Refurbished $599.46

NTYSOSBFGS Avaya/Nortel 1140e IP Phone Ref Refurbished $337.51

NTZK08AA-03 Avaya/Nortel M2008 Phone-Black Refurbished $45.34

NTZK08AA-35 Avaya/Nortel M2008 Phone-Ash Refurbished $45.34

NTZKOBGK-03 Avaya/Nortel M2008 Display Hf Black Refurbished $120.90

NTZK08GK-35 Avaya/Nortel M2008 Display Hf Ash Refurbished $120.90

NTZK16BA-03 Avaya/Nortel M2616 Display-Black Refurbished $56.42

NTZK 16BA-35 Avaya/Nortel M2616 Display-Ash Refurbished $56.42

TES24211 Avaya/Nortel PT-390 Phone $102.26

31

138

Page 140: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

1

2

3

4

5

6

7

8

9

CITY OF SANTA FE, NEW MEXICO

RESOLUTION NO. 2014-81

INTRODUCED BY:

Councilor Peter Ives

Councilor Signe Lindell

Councilor Patti Bushee

10 A RESOLUTION

11 DIRECTING STAFF, WHEN ACQUIRING FUEL POWERED EQUIPMENT, INCLUDING

12 VEHICLES, TO BALANCE THE COST OF THE CITY'S NEEDS WITH THAT OF

13 PRODUCING THE LOWEST CARBON FOOTPRINT THE CITY WOULD CREATE

14 WHEN USING SUCH EQUIPMENT.

15

16 WHEREAS, the City of Santa Fe is proud of its cultural and historical significance among

17 North American Communities; and

18 WHEREAS, the City of Santa Fe has passed Resolution No. 2006~55 supporting the efforts

19 to reduce greenhouse gas emissions by 2030; and

20 WHEREAS, the City of Santa Fe has passed Resolution No. 2006~ 127 which called for a

21 City government-wide effort to reduce energy and telecommunication needs; and

22 WHEREAS, the City of Santa Fe has passed Resolution No. 2008~57 to reduce the City of

23 Santa Fe's "carbon footprint"; and

24 WHEREAS, reducing conununity~wide greenhouse gas emissions, especially from the

25 transportation sector, can have a positive impact on local air quality and result in a healthier

1

139

Page 141: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

1 community; and

2 WHEREAS, the Governing Body desires for the City, when acquiring fuel powered

3 equipment, including vehicles, to balance the cost of the City's needs with that of producing the

4 lowest carbon footprint the City would create when using such equipment.

5 NOW, THEREFORE, BE IT RESOLVED BY THE GOVERNING BODY OF THE

6 CITY OF SANTA FE that the Governing Body directs staff, when acquiring fuel powered

7 equipment, including vehicles, to balance the cost of the City's needs with that of producing the

8 lowest carbon footprint the City would create when using such equipment.

9 BE IT FURTHER RESOLVED that:

10 I. The City's Energy Specialist and Finance Department are directed to establish City motor

11 pools at the foHowing locations:

12 • City Hall/ Tourism Santa Fe Market Station

13 • Siringo Road Complex

14 • Siler Road Complex

15 2. The City's Renewable Planner shall investigate the possibility of purchasing or leasing

16 electric vehicles as part of the City,s fleet and such vehicles will be part of the new motor

17 pools.

18 PASSED, APPROVED AND ADOPTED this 8th of October, 2014.

19

20

21 JAVIER M. GONZALES, MAYOR

22 ATIEST:

23

24

25

2

140

Page 142: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

1 APPROVED AS TO FORM:

2

f!!!tA.~ 3

4 KELLEY A BRENNAN, CITY A TIORNEY

s

6

7

8

9

10

11

12

13

14

15

16

17

18

19

20

21

22

23

24

25 M!Melissa/Resolutions 201412014-8 I Carbon F ootprinJ • lowest

3

141

Page 143: ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16€¦ · ITEM FROM FINANCE COMMITTEE MEETING OF 08/15/16 FOR CITY COUNCIL MEETING OF 08/31/16 ... Dual color front 20 1,399.00 27,980.00

vehicles to be replaced

FA# Description

52753 Animal Services Truck Chevy 2500

29988 Patrol Chevy Impala

52665 Patrol Chevy Impala

52695 Patrol Chevy Impala

52649 Patrol Chevy Impala

52538 Patrol Chevy Impala

52600 Patrol Chevy Impala

53870 Patrol Chevy Impala

52659 Patrol Chevy Impala

53886 Patrol Chevy Impala

53880 Patrol Chevy Impala

52077 Patrol Chevy Impala

52539 Patrol Chevy Impala

52080 Patrol Chevy Impala

52542 Patrol Chevy Impala

53871 Investigations Chevy Impala

53883 Patrol Chevy Impala

53885 Patrol Chevy Impala

53878 Patrol Chevy Impala

52692 Patrol Chevy Impala

52528 Investigations Chevy Impala

52537 Investigations Chevy Impala

52641 Investigations Chevy Impala

52647 Investigations Chevy Impala

29996 Investigations Chevy Impala

52079 Investigations Chevy Impala

52680 Patrol Chevy Impala

142