Finance Committee - Agenda - 11/2/2016 - P71
STATE BID TABULATION
One (1) - 2077 Ford Police iniercepior Utility , Aii Wheel Brive,
Heavy duty police package vehicle, full size, four-door.
One (1) - Patrol PC Computer
One (1) - Motorola VHF Radio
STATE BID TABULATION
One (1) - 2077 Ford Police iniercepior Utility , Aii Wheel Brive,
Heavy duty police package vehicle, full size, four-door.
One (1) - Patrol PC Computer
One (1) - Motorola VHF Radio
MHG
VEHICLES § EQUIPMENT & GEAR
CUSTOMER
Contact Name: Brian Sokja Date: 10/5/2016
Company/Dept: NASHUA POLICE DEPARTMENT Valid for: 9/30/2017
Street Address: O Panther Dr Customer #: 12753
City, State, Zip: Nashua, NH 03062 Contract; GBPC
Phone: {603) 594-3500 Saies Rep: = K. Wright
Cy - Ford Utility
Please find below a budget quote for 2017 Ford Police Interceptor Utility AWD per the
Greater Boston Police Council Contract RFP # GBPC 2016 - Law Enforcement Equipment
Ford
CONTRACT LiNE i
LINE DESCRIPTION UNIT PRICE QTY. EXTENDED PRICE
REFERENCE
2017 Utility Police interceptor - INCLUDES:
3.7L V6 Ti-VCT FEV AWD - 304 Horsepower @ 6259 rpm-~ 5
Speed Automatic Transmission - Driver's Side Six Way Power
Seat - Heavy Duty 18" Steel Wheels with Small Chrome Center
Caps (651) - All Wheel Drive - 75 MPH Rear Crash Tested - Cloth
KBA Bucket Front and Vinyl Rear Seats (9W) - Heavy Outy Vinyl 927,650.00 1 $ 27,650.00
Flooring - Power Adjustable Pedals - Advance Trac Stability
Control System - Display Rear Camera in Rear View Mirror
Instead of Center Stack (87R) -
Rear window power delete, cperable from front driver
18W side switches $ 24.25 1 $ 24.25
68G Rear-Door Handles inoperable / Locks Inoperable S 33.95 1 5 33.95
430 Dark Car Feature 5 19.40] 2 5 19.40
549 Heated Side View Mirrors S 58.20, 1 5 58.20)
SIR Spot Lamp - Driver only (Unity LED Bulb} 5 383.15 1 5 383.15
53M SYNC Basic - Voice-Activated Communication System $ 286.15 i 5 286.15
598 Keyed Alike - 1284x 5 48.50 1 § 48.50
76R Reverse Sensing 5 266.75, 1 $ 266.75)
6OR Noise Suppression Bonds (Ground Straps} $ 97.00) 4 5 $7.00)
86? Front Headlamp Predrilled for Side Marker in Headlights 122.15 1 S 121,15
LK Dark Blue Paint Included I S «
158 License Plate Bracket - Front Included i S .
Pai i j - N
P-90 aint complete with out jambs - Two Tane per Nashua PD $ 1,995.00 1 $ 4,995,001
Specs
Nashua Graphics Package & Installed Customer Supplied
GP : P 8 pone’ |s 295.00] 1 [s 295.004
Shields
Whelen Liberty i WC Lightbar I88/2BBBB 48"/54" with
ful? Duaf Color Ultra high intensity with 14 dual color
04 1175. :
ze Super LED modules, LR11 LED Alley lights, dual LRI1LED | °2475-00, 1 | $ 2,175.00)
takedown lights and mount kit. Choose LED Colors
Whelen model # 295SLSA6, 200 watt siren with 9 switch
12 490. .
5 light control and high current switching maa0.0) $ #6.00)
Whelen model # SA315P 12308 speaker, composite with
07 ,
6 mounting bracket $195.00; 1 $ 195.00
MHQ QUOTE - Supervisor Utility (Add in}-Rev 2..xdsx Page 1of 3
Cade 3 Coordinated Emergency Lighting System (CELS)
Package #6 to include: Multi color citadel rear wing light,
.00 -
oe CELS contro! box with harness - All Modules Blue/Amber = 1,280 1 > zesd my
(With Traffic Advisor Capability)
Whelen Super LED JON series lights, one pair mode} #
2.26 IONC - White - Mounted in Headlights ° 355.00 i $ 355.00
Whelen Super LED ION series lights, one pair model #
2.26 (ONG - Blue - Mounted on Bottom of Liftgate $ 355.00 i . cai
Whelen (2} Micron Series Super-LED Surface Mount
2.26 Lighthead Model # MCRNS* - Clear- Mounted on Grille | 5 355.00 1 5 355.00
Knockouts
Wheien (2) LED Vertex hideaway system, mode} # VTX609
3.11 2 ~- Red - Mounted in Tail Lights ° 225.00 1 $ aie
Havis Vehicle Specific Console Ford Interceptor Utility 21"
. 405. ;
thls Console model 4 C-VS-1308-INUT-1, 2-C-MCB and 2-C-MC ; 5.00 1 ° ae
i li | del # C-
11.25 Havis Armrest, console top mount flip up style mode $100.00 1 ¢ 100.00
ARM-103
11.56 Dual fnternal cup holder model # C-CUP2-I $42.00] 1 $ 42.00
Havis Premium fold up cargo plate for Interceptor Utility
CMP 129 # CTIP-INUT«1 $450.00} 1 $ 450,00
Setina model # 10-5 Horizontal sliding center section
8.2 feature with coated polycarbonatewith 2 piece recessed 5775.00], 1 5 775.00}
panel (Utility) model # PKO35SITU125CA
Pro-Gard Charcoal Grey ABS, Standard Transport Seat w/
8.97 Poly Window Cargo Barrier, and Outboard Seat Belts # 51,055.00 i 5 1,055,00
§4702UINT130SB
Pro-Gard ABS Floor Pan Charcoal Geey #FP47UINT13 $258.70] 1 $ 258.70]
Setina rear window barriers V5 stee! vertical, set for
87 utility model # WKOS14ITU12 245.00, 1 | $ 245,00
are Setina Dual T-Rail Mount 1 1080€ Blac-Rac, 1 Large $732.60] 1 $ 732.60]
Pro-Gard AOI Airbag switch, for Ford Utility / Sedan
15.01 Interceptor, front passenger model # AQIONO1 7405.00 1 5 aS00
15.143 Life hammer model # LHO01 $21.00 1 s 21.00;
Havis Replacement rubber mat used in C16, B21, F13 and
other small module style K9 units P/N KNiM01029-K4 5116.88 1 $ iis 28
16.01 Transfer 2-way radio and front mount antenna $175.00] 1 5 175.00
16.03 Transfer Second 2-way radio $175.00 5 175.00
16.36 Transfer GPS system $75.00, 1 | S$ 75.00]
TAX:
TOTAL: $41,739.68
*This quote is valid until 9/30/2017. Any purchase orders or approved quotes received outside of this quote period may be subject to price adjustments by
MHQ QUOTE - Supervisor Utility (Add In]-Rev 2.xJsx Page 2 of 3
Up 10 oH. By Signing Us quote, tne customer Is agreeing to pay, In 1uls, TOF all tems steno above. Any requests tor changes, moaiicauans, replacements,
removals or additional items may be subject to additional fees and/or adjusted delivery dates.
M.G.L ¢.308 applies to the procurement of all commiodities quoted, Greater Boston Police Council contract items have been collectively purchased
pursuant to M,G.L. € 308 sec. I¢ and M.G.L. ¢.7 sec, 228. The governmental body is responsible to determine the applicability of M.G.L. c 308 to off
contract items, including, but not limited to off contract items that have already been property procured under M.G.L.¢ 308 sec, Je and M.G.L. c. 7 sec.
224 (purchases from a vendor on a contract with the Commonwealth}, other contracts procured under M.G.L. c 308 sec Ic and M.G.L.c.7 sec. 22B, or any
M.G.L. ¢. 308 contract between the vendor and the Jurisdiction. All off contract items must be procured under M.G.L.c. 308.
The terms and conditions stated herein and the provisions of any agreement between MHQ and Buyer, if applicable, shall constitute the complete and
only terms and conditions applicable to any and all purchases by Buyer from MHQ. Any additional and/or different terms and/or conditions printed
anywhere including on, or with, Buyer's order shall be inapplicable In regard to any purchase by Buyer from MHO.
Pre *
fs
ms and conditions of this order from MHQ, Inc.
tate eal
By signing this document you are agreeing to the above ter
x
PRINT NAME
TITLE
au
SIGNATURE
Quote provided by Kris Wright, Account Manager at MHQ
(603) 325-0995 e kwright@mhq.com
MHQ QUOTE - Supervisor Utility (Add In}-Rev 2.xIsx Page 3 of 3
WA
MAPC
METROPOLITAN ARBA PLAMNING COUMCIA
CONTRACT FOR PROFESSIONAL SERVICES
By AND BETWEEN
METROPOLITAN AREA PLANNING COUNCIL
AND
MHO, INc.
Time Amendment #1
September 2016
The attached contract for Professional Services By and Between Metropolitan Area Planning
Council and MHQ, Inc., dated October 5, 2015, is hereby amended to:
1. Extend the time period for completion of all work related to the original contract,
GBPC 2015 Vehicles for Current Model Year Ford Vehicles, to September 30, 2017
per Part Ill of the attached RFP.
Signatures
} &SS
METHO AREA PLANNING COUNCIL
Mare D. Draisen |
Printed Name Dat
Executive Director
Title
MHQ, Ing.”
i olel
Printed Name
ie (eiidint é FPrswes De luprert
80 Temple Place Boston, Massachusetts 02441 | 617-933-0700 | 827-482-7185 ta | mapc.org
i A f C SMART GROWTH AND REGIONAL COLLABORATION
PATAOPOLITER GRA PLANNING COtcIL
CONTRACT FOR Goods AND SERVICES
By AND BETWEEN
METROPOLITAN AREA PLANNING COUNCIL
AND
MHQ, Inc.
This AGREEMENT, dated_ Oce 62515 , is made and entered into by and between
the Metropolitan Area Planning Council (“MAPC"), a public body politic and corporate, established by
Chapter 408, Sections 24 through 29 of the Massachusetts General Laws, with its principal office at
60 Temple Place, Boston, Massachusetts 02111, acting as the collective purchasing agent for the
Greater Boston Police Council, inc. [“GBPC"] and Its Members [“Buyers”} pursuant to Chapter 7,
Section 22B of the Massachusetts General Laws and without lability to MAPC, and MHQ, Inc.
[Vendor], with its principal office at 401 Elm Street, Marlborough, MA 01752.
Witnesseth that the parties AGREE as follows:
Articte |
General Desorintion of the Work
1. Pursuant to the Terms and Conditions of this AGREEMENT, including any Additional and
Special Terms and Conditions listed in Exhibit C, the Request for Proposals [“RFF"} - RFP No.
GBPC 2015 Vehicles attached in Exhibit B: and the Vendor's Price Proposal and Technical
Proposal attached In Exhibit F, MAPC hereby engages the Vendor to provide the following
gocds and/or services to the Buyers: Ford Vehicles.
Article |i
Services of the Vendor
2. The Vendor will provide the goods and/or services as described in the RFP cited In Article 1
(above).
3. The Vendor shall report, and be responsible, to MAPC or its designee as set forth on Exhibit A.
4. There shall be no amendment to this AGREEMENT without the written approval of MAPC.
MAP shall be under no obligation te pay for any goads provided or services performed by the
Vendor.
Metropolitan Area Planning Council | GO Tampla Place | Boston, Massaclusatts 02114 | 647-933-0700 | 617-482-7185 fax | mapc.og
§. The Vendor represents and warrants to MAPC as follows:
i. That it and all Its personnel (whether employees, agents or independent Vendors) are
qualified and duly licensed as required by law and/or iocal municipal code to provide
services and/or goods required by this AGREEMENT,
ii. That it further agrees to perform services, including manufacturing, in a professional
manner achering to a reasonable standard of care and in accordance with all
applicable State or Federal laws, rules and regulations.
iii, That it will obtain any and all permits, bonds, Insurances and other items required for
the proper and fegal performance of the work,
iv. That itis nota party to any AGREEMENT, contract or understanding, which would in
any way restrict or prohibit it from undertaking or performing Its obligations
hereunder in accordance with the terms and conditions of this AGREEMENT.
Article lil
Performance of the Vendor
6. In the performance of service under this AGREEMENT, the Vendor acts at all times as an
independent contractor. There is no relatianship of employment or agency between MAPC, on
the one hand, and the Vendor on the other, and neither party shail have nor exercise any
contro! or direction over the method by which the other performs its work or functions aside
from such control or directions as provided in this AGREEMENT which the parties view as
consistent with their independent Vendor relationship.
7. The Vendor agrees to be responsible for and warrantee the work of its subcontractors listed In
Exhibit D and to ensure their compilance with all legal, quality and performance requirements
of the Request for Proposals ("RFP”] - RFP No. attached in Exhibit B; and the Vendor's Price
Proposal and Technical Proposal attached In Exhibit EF. The Vendor may not use subconiractors
not named in Exhibit D without the prior written consent of MAPC, which willl not unreasonably
be withheld.
Asticte IV
e of Fe
8. Time shall be of the essence in relation to Vandor’s performance under this AGREEMENT.
Vendor shall complete performance as promised In its quote that accompanies the Buyer's
purchase order or other document confirming Its authorization to the Vendor to proceed,
Reasonable extensions shall be granted by the Buyer at the written request of the Vendor,
provided the justifying circumstances are documented by and are beyond the reasonable
control of Vendor and without fault of Vendor. in the event of such an extension, all other
terms and conditions of this AGREEMENT, except the dates of commencement and completion
of performance, shall remain in full force and effect between the parties unless modified in
10.
14,
12.
13.
14,
15,
16.
writing.
In the absence of such an extension, liquidated damages shall be due the Buyer In the amount
of 0.1% (one-tenth of one percent) of the face value of the Vendor's quoted or modified
purchase price for each day performance exceeds the promised date(s). Such liquidated
damages may be acknowledged in Vendor's final invoice or taken by Buyer as a deduction to
such final invoice.
Any dispute in the arnount of liquidated damages shall be submitted to arbitration by either
Buyer or Vendor through the American Arbitration Association within 10 (ten) business days of
written notice given by the party declaring impasse. Vendor and Buyer agree to fully comply
with the arbitrator's decision within a reasonable time.
Article V
e Wi 6B ie
if during the Vendor's Time of Performance, Buyer requires revisions or other changes to be
made In the scope or character of the work to be performed, Buyer will promptly notify Vendor
in writing, For any changes to the scope of work, Vendor shall provide Buyer with a written
quote of change in price and/or change in time of performance and shall proceed with such
changes only upon written consent cf Buyer, which shall be construed as a modification to
Buyer's original purchase order.
Buyer will neither unreasonably request revisians nor unreasonably withhold final acceptance
of delivered products.
Article Vi
Term of Agreement
The term of this AGREEMENT shall commence upon execution and will continue until
September 30, 2016, o7 until otherwise terminated as provided by this AGREEMENT or the
RFP.
MAPC reserves the right at its sole discretion to extend the contract for up to two (2) additional
one-year terms ending September 30, 2017 and September 30, 2018 respectively.
In the event new contracts have not been procured and awarded before the end of e second
contract extension, MAPC reserves the right at its sole discretion to extend the contract for an
additional period of time until new contracts have been procured and awarded. However, in no
Instance shall any contract term, including extensions, exceed three (3) years in total.
The Vendor agrees to perform promptly upon execution of this AGREEMENT and will diligently
17.
18.
49,
20.
21,
and faithfully perform in accordance with the provisions hereof.
Article Vil
Orders, Fees, Involees, and Payments
Orders, fees, invoices, and payment shall bé processed and paid as specified in Section 10-
Terms & Conditions of the RFP.
Article VIU
Assignment
Neither party shall assign, transfer or otherwise dispose of this AGREEMENT cr any of its rights
hereunder or otherwise delegate any of its duties hereunder without the prior written consent
of the other party. Any such attempted assignment or other disposition without such consent
shall be null and void and of no force and effect.
Article [X
indemnification
The Vendor agrees to indemnify and save MAPC, GHPC, and the Buyers harmless from any and
all manner of suits, claims, or demands arising out of any errors, omissions or negilgence by
the Vendor {including all ts employees or agents) In performing under this AGREEMENT, or any
breach of the terms of this AGREEMENT, which constitute an obligation of the Vendor. The
Vendor shall reimburse MAPC, GBPC, and the Buyers for any and all costs, damages, and
expenses including reasonable attorney's fees which MAPC, GBPC, and the Buyers pays, or
becomes obligated to pay, by reason of such activities or reach. The provisions of this Section
shall be In addition to and shall not be construed as a limitation on eny other legal rights of
MAPC, GBPC, and the Buyers expressed or not expressed in the RFP and with respect to this
AGREEMENT.
Article XI
insurance
Before performing under this AGREEMENT, the Vender shall obtain, and shall maintain
throughout the term of this AGREEMENT, insurance at limits specified in the RFF and provide
written documentation of such In the form specified in the RFP.
The Vendor shall give MAPC 20 days (twenty) written notice and copies of documentation in the
event of any change or cancellation of coverage.
22.
23.
24.
25,
26.
27,
28,
Article XH
Either MAPC or the Vendor may terminate this AGREEMENT for cause upon written notice given
by the non-defaulting pariy. For the purposes of this provision, "cause" shall include the failure
of a party to fulfill its material duties hereunder in a timely and satisfactory manner.
MAPC shail have the right to terminate this AGREEMENT for its convenience upon fourteen (14)
calendar days of written notice.
Following termination of this AGREEMENT, the parties shall be reiieved of all further obligations
hereunder except that:
MAPC shail not be liable for payments for the services and/or expenses or lost profits of the
Vendor in the event of termination.
The Vendor shall remain lable for any damages, expenses or liabilities arising under this
AGREEMENT (including its Indemnity obligations) with respect to work performed pursuant to
the AGREEMENT,
Articie xill
Entirety of Agreement
This AGREEMENT, together with its Exhibits, the RFP referenced above and its Addenda, the
required supplemental documents and any additional exhibits, constitute the entire
AGREEMENT between MAPC and the Vendor with respect to the matiers set forth therein and
may not be changed (amended, modified or terms waived) except by a writing signed by both
parties. Any notices required or allowed shall be sent by receipt-verified mail, email, fax or
courler to the persons designated In Exhibit A.
The provisions of the RFP and the Vendo;’s Proposal are Incorporated herein by reference. In
the event of any conflict among the Contract Documents, the documents shall be construed
according to the following priorities:
Highest Priority: Amendments to Contract (if any}
Second Priority: Contract
Third Priority: Addenda ta the RFP (iF any}
Fourth Priority: RFP
Fifth Priority: Vendor's Proposal