05-1089

Transcription

05-1089
PURCHASING DEPARTMENT
REQUEST APPROVAL OF STATE-WIDE CONTRACT
SEPTEMBER 21, 2005
DEPARTMENT: District Attorney
SERVICE/COMMODITY: Administrative Vehicles
BID #: SWC #A-000113 and #A-000483
TOTAL AMOUNT OF PURCHASE: $60,022
PRIME CONTRACTOR: Alan Vigil Ford (Morrow, GA)
REQUESTED ACTION OF THE BOC: Approval of a state-wide
contract with Allan Vigil Ford to provide four (4)
administrative vehicles at a cost of $60,022 to be
delivered within forty-five (45) days after award.
2.
DEPARTMENT: Police
SERVICE/COMMODITY: Mobile Radios (60)
BID #: Statewide 980-010-510015
TOTAL AMOUNT OF PURCHASE: $242,886.60
PRIME CONTRACTOR: Motorola Inc. (Fayetteville, GA)
REQUESTED ACTION OF THE BOC: Approval of a contract
with Motorola Inc. to provide and install 60 mobile
radios in an amount not to exceed $242,886.60 for
the period from date of award through December 31,
2005.
BOC Agenda
9/14/2005
3:39:36 PM
INTER-OFFICE MEMORANDUM
To:
Thomas Andrews, County Manager
i
From:
Paul L. Howard, Jr., District Attorney V
AUG 3 0 2005
FULTON COUNTY
Subject:
DATE:
Request Approval for Administrative Vehidles
Under Statewide Contracts # A-000113-07J0-98-"
And # S-000483-070-98-00-004
cc
OF
August 24, 2005
REQUESTED ACTION BY MANAGER: Submit to the Board of Commissioners for consideration.
CRITICAL DATE OF ACTION: September 12, 2005
PURPOSE: To provide four replacement vehicles for the District Attorney's Office.
DISCUSSION: The District Attorney's Office wishes to purchase four vehicles to replace vehicles
that are no longer cost effective to maintain. This includes several 1993 and 1994 vehicles.
Purchase of these vehicles under the State contract allows the County the ability to purchase
these vehicles at a reasonable, reduced rate and also saves valuable time in the purchasing
process.
IMPACT: Purchase of the four vehicles at cost not to exceed $60, 022.00.
3 unmarked 2006 Ford Taurus @ $13,436.00 each
1 unmarked 2005 Crown Victoria @ $19,714.00 each
COORDINATION: Finance, District Attorney's Office and Purchasing.
CONTACT PERSON: Yvonne Conway, Office Administrator 404/302-8516
RECOMMENDATION: Recommend approval of this agenda item.
ATTACHMENTS: Wording, Fulton County Uniform Contract/Purchasing Sign-Off Sheet,
Statewide Contracts # A-000113-070-98-00-077 and # S-000483-070-98-00-004.
RESPONSIBLE DEPARTMENT: District Attorney's Office
PROJECT/SERVICE/COMMODITY: Administrative Vehicles
PRIME COTRACTOR: Allan Vigil Ford
REQUESTED ACTION OF THE BOC: Approve the purchase of four Administrative Vehicles
under Statewide Contracts # A-000113-070-98-00-077 and #S-000483-070-98-00-004.
EFFECT OF BOC'S ACTION: Approval of this action will allow the District Attorney's Office to
purchase four replacement vehicles under the State contract at a cost not to exceed $60,022.00.
WORDING:
DEPARTMENT: District Attorney
SERVICE/COMMODITY: Administrative Vehicles
BID #: SWC #A-000113 and #A-000483
TOTAL AMOUNT OF PURCHASE: $60,022
PRIME CONTRACTOR: Alan Vigil Ford (Morrow, GA)
REQUESTED ACTION OF THE BOC: Approval of a state-wide
contract with Allan Vigil Ford to provide four (4)
administrative vehicles at a cost of $60,022 to be
delivered within forty-five (45) days after award.
FULTON COUNTY UNIFORM CONTRACT/PURCHASING SIGN-OFF SHEET
Solicitation #: s-0Q0483-070-98-00-004
Description: ADMINISTRATIVE VF.HTCT.ES
Department: DISTRICT ATTORNEY
PROCUREMENT ACTION:
( ) Invitation To Bid (ITB)
( ) Request for Proposal (RFP)
( ) Request for Quotation (RFQ)
( ) Other (Explain):
TYPE OF SERVICE
( ) Annual Purchase
( ) Land Purchase
(x) One Time Purchase
Contact:
Statewide Contract
( ) Change Order
( ) Sole Source
( ) Construction
( ) Contract Employee
( ) Professional Services ( ) Non-Professional Services
( ) Revenue Contract
( ) Other (Explain)
PRIME CONTRACTOR
( ) Non-M/FBE (X) MBE ( ) FBE Code:*
Name ALLAN VIGIL FORD GOV'T SALES
Address
6790 MT. ZION BLVD.
CitV MORROW
C o u n t V CLAYTON
Contact R 0 G E K M 0 0 R E
( ) Contract Amendment
( ) Renewal
( ) Emergency Procurement
STGA
Zip 30260
Telephone 770-968-0680
( ) Grant
( ) Lease
SUBCONTRACTOR
1
l( ) Non-M/FBE i ) MBE ( ) FBE Code:*
[Name
lAddress
Zip
ST
ICitv
ICountv
Telephone
[Contact
Percentage:
(Amount $
Amount $60*02^.00"
Pe rce ntaae: i 0 °
( ) No I (If additional sub-contractor sheet Is needed, please attach.)
Formal Contract Attached?
( ) Yes
Upon Approval
End Date
___^
Contract Start Date
Prior Contract(s) With Countv: ( ) Yes
) No Dates:
Funding Line:
461 480 LED4 1410
Originating Department:
Information Technology:
Environment and Communitv Development
Finance:
ontract Cc mDiiance
Deputy County Manager:
Board of Commissioners:
Finance Summary
Total Contract
Original Amount
$
Previous Increases $
This Request
$ 60.022.00
no9 nn
MBE/FBE Portion
Amount: $.
Amount: $.
Amount: $_
Contract Renewals/ Extensions/ Changes
1. RENEWAL
Effective Date of this Renewal Notice:
Initial Effective date of Contract:
Expiration Date:
June 8, 2005
August 1, 2003
2006 Model Year End
Pursuit Vehicles Contract with Allan Vigil Ford has been renewed for model year
2006 at the same contract prices, terms and conditons.
Special Terms And Conditions
1. EVALUATION AND AWARD
a. Inspection of Facilities
A pursuit vehicle time trial and evaluation program has been conducted by the Michigan State Highway
Patrol. Vehicles, in order to qualify for award, shall perform within a range of 10% of the top scoring
vehicle in the respective class tested.
b. Evaluation Criteria
The award of this contract will be made to the lowest responsible bidder or bidders as follows; FOB
Georgia State Patrol Garage - 959 Confederate Avenue, S.E. Atlanta, Georgia location, and FOB Dealer's
Location. Factors which will be considered in determining the lowest responsible bid or bids include: price,
quality, conformity with specifications, discounts, freight, and delivery time. Also, for additional
information refer to statewide contract additional instructions; page 2, section 4c.
2. BOND
In order to insure compliance, the successful bidder(s) will be required to furnish a Performance Bond as
follow:
A Surety Bond in the amount of three hundred thousand dollars ($300,000.00): Such bond
shall be made payable to the State of Georgia, Department of Administrative Services, State Purchasing,
200 Piedmont Avenue, S.E., Atlanta, Georgia 30334-9010 within ten (10) days after notification of award.
Failure to supply the required bond in the required time will cause the vendor's bid to be removed from
consideration for award.
SPECIAL NOTE: The timely acquisition of vehicles is essential to the efficient operation of the State, and
the delays in delivery, for whatever reason, may be detrimental to the welfare of it's citizens. In order to
insure prompt delivery and a sure supply of vehicles, the State reserves the right to reject any bid for
vehicles manufactured by any vendor whose employees are on strike or whose employees are likely, in
the sole discretion of the State, to go on strike during the term of the proposed contract.
3. TERM
The term of this contract will be from date of award to end of model year 2004 and/or 2005 production.
4. GSP
GSP shall require a pilot car from the successful vendor before orders are placed. (This is to insure
paint/color is accurate and acceptable.)
5. DELIVERY
Successful vendor will be required to submit a certified letter to the Department of Administrative
Services, State Purchasing, indicating the last date orders for guaranteed delivery will be acceptable. This
Certified letter must be received by State Purchasing within thirty (30) days of the last ordering date.
establish a contract for the supply of goods, services, materials or
same prices, terms and conditions to local governments agencies. Exceptions to this requirement will not
be considered and will result in disqualification of bid.
PURCHASING CARD
The Purchasing Card shall be accepted as a payment method by state agencies & local governments.
Cash discounts offered will be applied the same as cash or checks.
NIGP CODE: 07006
PAGE 1 OF 5
SWC S-000483
VEHICLES
AUG 3 0 2005
AUTOMOBILES AND STATION WAGONS
SPECIFICATIONS AND PRICE SCHEDULES
2001 MODELS
.
J
i
.. _—
NOTE: THIS SPECIFICA flONI S NQTfCQMPtETE 'UNtfSS USED W ITH 07006 "AUTOMOBILES , REVISED 09-24-99. HATCHBACKS AND COMMERICAL VERSION 8-CYLINDERS ARE UNACCEP
IN THE SEDAN CATEGO *Y. ,
1
VEHICLE NAME
FOB METRO
FOB
DESC.
CONTRACTOR
FOB
DEDUCTFOR NO
*DEDUCTFOR NO REAR
NIGP
EPA
AND MODEL
DELIVERED
(MINIMUM
NAME AND ID
DEALER
ATLANTA
CRUISE CONTROL
WINDOW DEFOGGER
CLASS
CODE
NUMBER
TO AGENCY
REQUIRENUMBER
07005
MENTS)
0709800-001
COMPACT
0709800-057
COMPACT
0709800-002
MIDSIZE
07098004358
MID-SIZE
0709800-003
4 DOOR
SEDAN, 4
CYL., LEV
SOUTHLAKE
FORD
581606549-001
4 DOOR
SEDAN, 4
CYL., ULEV
582241119-001
FORD
ESCORT
PI3
11949.M
11974.00
1.00/ MILE
50.00 MIN.
N/A
NIA
CIVIC LX
14820.00
14820.00
00/MILE
.00 MIN.
NIC
N/A
.30 I MILE
.CO MIN.
MA
N/A
N/A
N/A
4 DOOR
SEDAN,
4 CYL.. LEV
TOYOTA
581B89&47-001
CAMRY LE
2532
18650.00
N/A
4 DOOR
SEDAN,
4 CYL., ULEV
NALLEY
HONDA
S82241U9-001
HONDA
ACCORD LX
18280.00
18280.00
MID-SIZE
4 DOOR
SEDAN, 6
CYL, LEV
BILL HEARD
CHEVROLET
580862636-001
MALIBU
IND69
13810.00
13860.00
.40 I MILE
.03 MIN.
208.80
MA
0709800-030
LARGE
4 DOOR
SEDAN, 6
CYL.
MIKE PATTON
C-P-D-J
581849203-001
DODGE
INTREPID
16609.25
16659.25
.85/ MILE
85.00 MIN.
MA
N/A
0709800-004
LARGE
4 DOOR
SEDAN, 8
CYL.
SOUTHLAKE
FORD
581606549-001
FORD
CROWN
VICTORIA
P73
19« 97.00
19722.00
1.00/MILE
50.00 MIN.
N/A
N/A
0709800- 005
SMALL
4 DOOR
STATION
WAGON, 4
CYL., LEV
SOUTHLAKE
FORD
581606549-001
FORD
FOCUS WAGON
P36
1450800
1453300
1.00 1 MILE
50.00 MIN.
150.00
NIA
0709800-006
MID-SIZE
4 DOOR
STATION
WAGON, 6
CYL., LEV
UNIVERSITY
FORD
581945376-001
FORD TAURUS
WAGON
P58
16216.00
16323.00
1.25/ MILE
125/OOMIK.
N/A
NIA
ALL OF THE ABOVE VEHICLES ARE TO HAVE THE FOLLOWING EQUIPMENT: AUTOMATIC TRANSMISSION; POWER BRAKES; POWER STEERING AIR CONDITIONING REAR WINDOW
DEFOGGER; TINTED GLASS; AM/FM STEREO RADIO; SEATS (FRONT BUCKET OR SPLIT BENCH); CRUISE COXTROL ; COLOR KEYED CARPETED FLOOR MATS (FACTORY INSTALLED) SP
TIRE AND WHEEL; DRIVER AND PASSENGER SIDE MIRRORS.
Agency Contract Number: A-000113
Name of Contract: Flex Fuel Vehicles (Ethanol (E85) Gasoline
EFFECTIVE DATE: November 9,2000
NIGP Code 07006
EXPIRATION DATE: 2004
Model Year End
This contract has been awarded to 1 vendor.
There are 4 pages of contract information as follows:
Page 1:
Contract Information Sheet for, Allan Vigil Ford Fleet
Page 2:
Contract Renewal/Extensions/Changes Information
2003 Model Year Cut Off Dates
Page 3:
Contract Ordering Instructions
Page 4:
Contract Item Listing
Contract Information Sheet
Pagel
Agency Contract Number: A-000113
Flex Fuel Vehicles (Ethanol (E85) / Gasoline)
PEOPLESOFT VENDOR NUMBER: 0000011923
LOCATION CODE: 002
Allan Vigil Ford
Fleet & Government Sales
6790 MtZion Blvd.
PO Box 100001
Morrow, GA 30260
TIN: 58-1606549
Contract Administrator: Bob Burtner
Telephone Number: 770-968-0680
Alternate Number: 800-821-5151
Facsimile Number: 678-364-3910
E-mail Address: Not Applicable
1. Orders to be mailed to:
SAME AS ABOVE
2. Payments to be mailed to:
SAME AS ABOVE
3. Orders will be shipped within 60-90 days after receipt of Purchase Order.
4. Bid Offer includes a cash discount.
5. Payment Terms: 4% Net 20 Days
6. Bid Offer includes State and Local Governments.
7. Vendor will not accept Purchasing Card for purchases under this contract.
8. Special Terms and Conditions:
None
9. Agencies will be notified of Model Year End upon receipt of Manufacturers announcement.
10. Issuing Officer for the State:
Garland T. Anderson, CPPB
Telephone Number: 404-657-6000
Facsimile Number: 404-657-4528
E-mail Address: [email protected]. ea.eov
Contract Renewals/ Extensions/ Changes Information
Page 2
Agency Contract: A-000113
Flex Fuel Vehicles (Ethanol (E85)/ Gasoline
1. Renewal:
Effective Date of this Renewal Notice: September 1, 2001
Initial Effective Date of Contract: November 9, 2000 Expiration Date: 2002 Model Year End
This contract has been renewed for an additional year for the 2002 Model Year at the same Price,
Terms & Conditions with the same vendor. The cover page of this contract has been updated to
reflex the new expiration date.
Note: "ONLY 2002 MODEL VEHICLES ARE TO BE PURCHASED UNDER THIS
CONTRACT.**
2. Renewal:
Effective Date of this Renewal Notice: March 29, 2002
Initial Effective Date of Contract: November 9, 2000 Expiration Date: 2003 Model Year End
This contract has been renewed for an additional year for the 2003 Model Year at the same Price,
Terms & Conditions with the same vendor. The cover page of this contract has been updated to
reflex the new expiration date.
Note: **ONLY 2002 MODEL VEHICLES ARE TO BE PURCHASED UNDER THIS
CONTRACT.**
3. Change:
Effective Date of this Notice: May 12, 2003
Initial Effective Date of Contract: November 9, 2000 Expiration Date: 2003 Model Year End
The Model Year Cut Off Date for the Taurus is June 13, 2003. Please prepare your orders before
this date to insure your needs are met.
Contract Ordering Instructions
Page 3
Agency Contract: A-000113
Flex Fuel Vehicles (Ethanol (E85)/ Gasoline)
4. Renewal:
Effective Date of this Renewal Notice: June 25, 2003
Initial Effective Date of Contract: November 9, 2000
Expiration Date: 2004 Model Year End
This contract has been renewed for an additional year for the 2004 Model Year at the same Price,
Terms & Conditions with the same vendor. The cover page of this contract has been updated to
reflex the new expiration date.
5. Change:
Effective Date of this Renewal Notice: July 10,2003
Initial Effective Date of Contract: November 9,2000
Expiration Date: 2004 Model Year End
** This change notice is issued as conformation of the name change of Southlake Ford to
Allen Vigil Ford Fleet Please update your records accordingly.
Contract Ordering Instructions
Page 4
Agency Contract: A-000113
Flex Fuel Vehicles (Ethanol (E85)/ Gasoline)
•
Prepare Purchase Order and include the NIGP Code for the item.
•
Send copies of the Purchase Order to Garland T. Anderson, State Purchasing Vehicle Contract
Administrator for authorized signature approval. State Purchasing will return the Purchase Order(s)
back to the Agency.
•
After receiving the approved copy of the Purchase Order back from State Purchasing, the agency
will mail the vendors copy via certified mail, return receipt requested.
ITEM LISTING
Page 5
Agency Contract: A-000113
Flex Fuel Vehicles (Ethanol (E85)/ Gasoline
1.
•
•
•
NIGP
ITEM DESCRIPTION
07098-00077
2001-Ford Taurus LX - P52
PRICE
$14,943.00
FOB Dealer's Location: $14,943.00
FOB-Metro Atlanta (Fulton, Dekalb, Clayton, Cobb, and Gwinnett Counties):$14,943.00
Delivery to agency outside of the Metro Atlanta: $14,943.00
SPECIFICATIONS
US EPA Certified Low Emission Vehicles (LEV), 4 Door Mid-Size Sedan, 6 Cylinder, Flexible Fuel
(Ethanol (E85)/ Gasoline, Automatic Transmission, Cruise Control, Power Steering, Air Condition,
Spare Tire & Wheel, Left & Right Hand Mirrors, Tinted Glass, AM/FM Stereo Radio, Power Brakes,
Front Bucket or Split Bench, rear Window Defogger, and Front & Rear Carpeted Floor Mats.
The above specifications are factory installed standard features and accessories.
State Of Georgia Specification
Model Year- 2004 & 2005
Sedan, Police Pursuit, 4-Door
Note: These Detail Specifications Are Not Complete Unless It Is Used In Conjunction With Specifications
07006 Revised September 24, 1999 Entitled: "Automobiles, And Station Wagons, General Specifications."
A. SCOPE: This specifications covers Large 4-Door Police Pursuit Sedans. Only those vehicles classified as
A LARGE by the U.S. Environmental Protection Agency will be considered.
B. VENDOR INFORMATION: Police Pursuit vehicles shall be equipped with factory installed Police Packages
plus additional items listed below. Bidders shall indicate EXACTLY what they are offering under "BIDDER
RESPONSE."
C. BASIC REQUIEMENTS:
Identity
VEHICLES
BIDDER'S RESPONSE
Make
Model
Ford
Police Package
Option or model number
Engine
Largest cubic inch displacement,
VS to provide maximum top speed
and acceleration performance.
Crown Victoria
P71
4.6L V-8
V-8 to Provide Maximum
top Speed & Acceleration
Largest Available Loading
w/Front Air Deflector
Coolant Recovery
Engine Cooling
Largest available with police
pursuit, front air deflector,
coolant recovery.
Exhaust
Compatible with engine to provide
maximum top speed and
acceleration performance to
be dual exhaust
Dual Exhaust Compatible
To Provide Maximum
Too Speed & Acceleration
Fuel System
Compatible with engine to provide
maximum top speed and
acceleration Performance using
89 octane gasoline
Unleaded Gas for Maximum
Top Speed & Acceleration
Engine Uses 89 Octane
Unleaded Gasoline
Transmission
Automatic, compatible with engine
to give maximum performance.
4 Speed Automatic
Transmission
Suspension
Heavy duty, police package
Heavy Duty Police Suspension
Stabilizers
Heavy duty, police package
Heavy Duty Stabilizers
Differential
Heaviest duty available
Heavy Duty Differential
Rear Axle
Compatible with engine to provide
maximum performance, top speed
acceleration.
3.27 to Axle Ratio For
Maximum Top Speed &
Acceleration.
Steering
Power assisted with auxiliary oil
cooler. Heaviest duty available
with police package. Steering
wheel, tilt type, anti-slip
Power Steering with
Auxiliary Oil Cooler. Tilt
Steering Wheel, Anti-Slip
Safety Restraints
Dual front airbags
dual side airbags
Dual Front Airbags
Dual Side Airbaas
Brakes
Anti-lock brakes/NO SUBSTITUE
4 Wheel Anti-lock Brakes
Alternator
100 AMP minimum, heavy duty
design capable of withstanding
patrol vehicle operation at all
speeds and conditions
200 AMP Generator
For Heavy Duty Use
Battery
12 Volt, highest available
amperage Heavy-duty design
capable of withstanding
patrol vehicle operation
at all speeds and conditions
12 Volt, 78 AMP
Extra Heavy
Duty Battery
Wheels
5 each, largest available for police
package
Color: Black
5 each 16 Inch
Wheels
Black
Wheel Covers
Two (2) size wheel covers
large: On plain vehicles, 16"
small: On blue and gray vehicles
smallest available
16" Wheel Covers on Plain:
Small Wheel Covers on
Blue and Gravs
Power Door Locks
Driver controlled only
6 Windows
Driver Controlled
Only
Tires
Five (5) each manufacturer's
standard size.
Highest speed rate, police type
tubeless radial, blackwall
5 Each P225 / 60UR 16
Highest Speed Rated, Police
Type Tubeless Radial, Blackwall
Radio
AM/FM, antenna & speaker,
factory installed.
AM/FM with
Antenna & Speakers
Noise Suppression
Factory installed Police Radio
interference suppression bonding
straps (No less than (6) bonding
straps.)
Radio Noise Suppression
With 10 Bonding Straps
Trunk Release
To be located in center of dash
Trunk Release: Center of
Dash
Trunk
Factory trunk mats
Factory trunk mats
Seats and Upholstery
Plain Vehicle Front Seat: split
bench seat with armrest, 6-way
power (driver only), cloth covered.
Plain Vehicle Rear Seat: Full bench,
heavy-duty, cloth covered.
Power, Split Bench
Cloth Front: Cloth
Full Bench Rear
(Driver only), cloth covered
blue & gray Rear Seat: Full
bench, heavy-duty, vinyl
covered.
Upholstery: Heaviest duty cloth
and vinyl available. Colors to be
compatible with vehicle
exterior.
6-wav Power: Vinvl
Full Bench Rear Seat
Heavy Duty in
Compatible Colors
Glass
Tinted, all glass
Tinted Glass
Mirror
Inside-day/night type
outside LH & RH remote
controlled
Dav/Niqht inside Mirror
Outside Mirrors/Remote
Controlled
Paint (exterior)
FOB Dealer's Location Pricing
based on manufacturer's standard
exterior paint. FOB Georgia State
Patrol Garage Pricing shall include
special GSP upper gray and GSP
lower blue. Paint must match
current GSP vehicle colors. GSP will
provide color samples to the
successful vendor(s).
Ford Standard Paint,
MM-Ultra blue-Lower
TM-Liaht Gray. Upper
Two Tone #2. Matches
Current GSP Vehicles
Cigarette Lighter
Factory Installed
Factory Cigarette Lighter
Dome Light
Beam lamps dome mounted
or over rearview mirror.
5" Center Mounted
Dome Lioht Over Rearview
Mirror
Speedometer
0-140 MPH, certified calibration
0-140 MPH. Certified
Calibration
Windshield Washer
Manufacturer's standard
Standard Windshield Washer
Windshield Wipers
Multi-speed, intermittent
Wipers Are Multi-speed/
Intermittent
Door Molding
Factory Installed
Factory Installed
Curpet
Factory Installed
Rear Window
Electric Grid, Control
within drivers reach
Factory Installed with
Floor Mats
Standard Rear Window/
Defrost
Lock
Keyed alike; Three (3)
keys per vehicle (one (1)
key, dealer furnished) each
vehicle to have different key.
Vendor shall provide key
numbers for each vehicle on
each invoice.
Dealer Supplied
Codes Will Be On Invoice
Sun visors
Padded, LH & RH
Padded Sun Visors
Hood Release
Inside Mounted
HnnH
automatic release
Light
Tire Changing
Jack, base plate & Lug
Wrench
Jack & Lua Wrench
Air Conditioner
Factory Installed
Factory A/C
Parts Cost List
One copy-To be furnished
With first vehicle delivered to
Department of Public Safety.
One Copy-Hard Copy or CD
ROM
Shop Manual
One copy-To be furnished
with first vehicle delivered to
Department of Public Safety.
One Copy-Hard Copy or CD
ROM
Warranty
Vehicle, and all equipment
including air conditioning:
Fully warranted against
defective materials and
workmanship for not less than
36 months or 36,000 miles
from date of placement into
service by the Georgia Department
of Public Safety.
3 vears/36 miles Bumper to
Bumper Warranty.
The above specifications are to be included in the base price. Any other equipment included as standard
by the manufacturer on the police package must be included in base price.
Price Schedule
NIGP Code: 0709800072 - Pursuit Vehicle, Large, in accordance with attached specifications.
Retail Price, FOB Georgia State Patrol Garage
Gray
$26,250.00 for State Spec. Blue &
Contract Price, FOB Georgia State Patrol Garage
$21,000.00
Retail Price, FOB Dealer's Location
$25,925.00 for State Spec. Plain
Contract Price, FOB Dealer's Location
$22,019.00
Regional Delivery Price:
Regional Delivery is defined as all facilities and/or Agencies located within the following Regions:
See the attached Georgia Regional Map.
Region 1 $80.00
Region 7
$80.00
Region 2 $90.00
Region 8
$100.00
Region 3 $0,00
Region 9
$110.00
Region 4 $50.00
Region 10 $150.00
Region 5 $75.00
Region 11 $180.00
Region 6 $50.00
Region 12 $180.00
Georgia Regional Map
CfcQRGJA
KlUHUl
It 1^1 on 10
Bartow
Catoosa
Chattooga
Dade
Fannin
Butts
Carroll
Coweta
Burke
Columbia
Glascock
Hancock
Baker
Calhoun
Colquitt
Decatur
Region 1
Floyd
Paulding
Gilmer
Pickens
Gordon
Polk
Haralson
Walker
Murray
Whitfield
Reqion 4
Heard
Spalding
La mar
Troup
Meriwether
Upson
Pike
Reqion 7
Jefferson
Screven
Jenkins
Taliafero
Lincoln
Warren
McDuffie
Washington
Richmond
Wilkes
Region 10
Dougherty
Early
Grady
Lee
Miller
Mitchell
Seminole
Terrell
Thomas
Worth
Banks
Dawson
Forsyth
Franklin
Reqion 2
Habersham
Hall
Hart
Lumpkin
Reqion 5
Jackson
Jasper
Madison
Morqan
Region 8
Chattahoochee Macon
Clay
Marion
Crisp
Muscogee
Dooly
Quitman
Harris
Randolph
Barrow
Clarke
Elbert
Greene
Atkinson
Bacon
Ben Hill
Berrien
Brantley
Brooks
Region 11
Charlton
Clinch
Coffee
Cook
Echols
Irwin
Rabun
Stephens
Towns
Union
White
ilitiil»nP*w§«i
DeKalb
Cherokee
Douglas
Clayton
Fayette
Cobb
Newton
Oconee
Oglethorpe
Walton
Baldwin
Bibb
Crawford
Schley
Stewart
Sumter
Talbot
Taylor
Webster
Appling
Bleckley
Candler
Dodge
Emanuel
Lanier
Lowndes
Pierce
Tift
Turner
Ware
Bryan
Bulloch
Camden
Reqion 6
Houston
Jones
Monroe
Peach
Reqion 9
Evans
Jeff Davis
Johnson
Laurens
Montgomery
Tattnall
Region 12
Chatham
Effing ham
Glynn
•HH
Fulton
Gwinnett
Henry
Rockdale
Pulaski
Putnam
Twiggs
Wilkinson
Telfair
Toombs
Treutlen
Wayne
Wheeler
Wilcox
Liberty
Long
Mclntosh
State of Georgia Extended Warranty Price Schedule
Bidders shall provide copies and cost information on all available extended warranties
including power train and complete coverage. Please indicate the deductibles that are
applicable for each type coverage separately.
PRICE
DEDUCTIBLES
48 Months
60 Months
1680.00
72 Months
$N/A
$ 50.00 powertrain care
$N/A
48,000 miles
$N/A
75,000 miles
$
100,000 miles
$N/A
See enclosed Extended Warranty Chart for month/miles combinations and additional coverage
levels.
ESP FOR POLICE VEHICLES
. .
•:•:... MODEL YE^AR CROWN VICTORIA ONLY
(FLEET/RETAIL SALE OR LEASE)
$50
Deductible
$100
Deductible
SO
Deductible
NEW VEHICLE PLANS
Surcharges - Add to Cost for All Plans
Plans sold beyond 12 months / 12.000 niiles, v/hichever occurs first.
Quality Fleet Care Program Enrollment Fee
NOTE: Maintenance & Weat plans.are not available on police vehicles.
usively for Allan Vigils Eoulhlakc Ford
Page 7 - August 2000
S100
6667 Tara Boulevard
Post Office Box 547
Joncsboro, Georgia 30237
www.vigilford.com
ft^OtX/icJl
-^^-fLp.
m
~W
{MS^&^B)
Main: (770) 471 -780 ]
GA: (800) 222-3597
FAX: (770) 472-3414
TTY: (770) 603-9050
2004 Option Prices
Option
~
3.55 axle
Cassette
Heated mirrors
Silicone hoses
Laminated security glass
Drivers spotlight
Dual spotlights
Lateral bow reinforcement
Limited slip differential
Locking gas cap
Power adjustable pedals
Front power distribution box
2-way radio pre-wire
Roof wiring with hole
Roof wiring w/o hole
Speed control
Traction control
Trunk pack w/ Kevlar front liner
S t r e e t appearanceqjackage
FLEET DEPARTMENT
Code—
730A
58H
61K
177
$138
245
30
275
254
163
292
69
108
9
103
82
39
168
73
194
202
163
133
478
51A
51Y
185
45C
54G
59C
66F
946
187
189
194
553
14T
60B
MAIN: (770) 968-0630
GA: (800) 821-5151
FAX: (770) 472-3460
DOAS Issuing Officer for the State
Garland T. Anderson. CPPB
Phone: 404-657-6000
Fax: 404-657-8444
Note: For product and ordering information see Vendor Information Sheet.
ALLAN VIGIL FORD GOVERNMENT SALES
2006 Ford Taurus
E-85 Flex Fuel 4 Door Sedan
Base Price
SWC#A-000113
070-98-00-077
Equipment included in
Base price
Options
3.0LV6 Flex Fuel Engine
4 Speed Automatic Transmission
Mini Spare Tire
Factory Installed A/C
AM-FM-Cassette
Cloth Split Bench Seats
Carpet with Mats
Rear Window Defroster
Tilt/Cruise
Power Steering
Power Brakes
Power Mirrors / Windows / Locks
Solar Tinted Glass
4 Wheel ABS Brakes
Traction Control
Side airbags
Daytime Running Lights
Power Driver Seat
Cigarette Lighter
Keyless Remote Entry
5 Passenger with Floor Shift
Leather seats
5 Spoke Aluminum Wheels
Full Size Spare
Heated Mirrors
Power Moonroof
AM-FM-CD
$13,243.00
Price
534.00
156.00
347.00
45.00
280.00
25.00
143.00
112.00
921.00
374.00
93.00
85.00
797.00
134.00
AUG 3 0 2005
Any standard color interior
Any standard color exterior
Other vendor added equipment
Added option equipment
FOB Allan Vigil Ford
Delivery $1.00 per mile, $50 minimum
Delivery
Total
ALLAN VIGIL FORD GOVT SALES
6790 Mt. Zion Blvd
Morrow, GA 30260
Contact person
770-968-0680 Phone
800-821-5151 Toll Free
Phone Number
wOflfit
"W
£
Department
.1
m
s\ r-f I
ALLAN VIGIL FORD GOVERNMENT SALES
2005 Crown Victoria
Large Sedan 4 Door, V8 Engine
$19,397.00
Base Price
SWC #S-000483
070-98-00-004
Equipment included in
Base price
Options
Price
4.6L V8 Gasoline Engine
4 Speed Automatic Transmission
Factory Installed A/C
AM-FM-Cassette
Solar Tinted Glass
Power Steering
Power ABS Brakes
Cloth Split Bench Seats
Power Windows / Locks / Mirrors
Tilt / Cruise
Power Driver Seat
Mini Spare
AM-FM-CD-Cassette
Heated Mirrors
Power Adjustable Pedals
Keyless Entry Remotes
Full Size Spare
White Side Wall Tires
Traction Control
1bb .00 / 0 O - O U '
31 .00
107 .00
227 .00
**102 oo toi.00
71 .00
156 .00
LX Upgrade
AM-FM-CD-Cassette
6 Disc CD in dash
Side Impact Airbags
Heated Mirrors
Handling Package
Adjustable Pedals
Full Size Spare
White Side Wall Tires
Traction Control
Trunk Storage Unit
LX Premier Group
Electronic Instruments
Power Moon roof
Leather Seats
2,339 .00
165 .00
579 .00
267 .00
31..00
547,.00
107..00
102.,00
71. 00
156.00
169.00
1,072. 00
209. 00
913. 00
708. 00
Any standard color interior
Any standard color exterior
LX Sport Package
4,990. 00
Other vendor added equipment
FOB Allan Vigil Ford
Delivery $1.00 per mile, $50 minimum
Added option equipment
SrXbtOO
Delivery
$ 5b. bo
Total
ALLAN VIGIL FORD GOVT SALES
6790 Mt. Zion Blvd
Morrow, GA 30260
Contact person
Department
770-968-0680 Phone
800-821-5151 Toll Free
Phone Number
ss/t
50Q
FULTON COUNTY PURCHASING DEPARTMENT
CONTRACTOR PERFORMANCE REPORT FOR GOODS/COMMODITIES
1. Report Period: ftWD.6j.0T
to
2. Contract Period: from
3. Bid# &/or P.O. #:
4. Vendor Name:
5. Department:
6. P.O. Description:
to
NUMERIC RA TINGS
0 = Unsatisfactory Performance - Achieves contract requirements less than 50% of the time; not responsive, effective and/or
efficient; unacceptable delay; incompetence; high degree of customer dissatisfaction.
1 = Poor Performance - Achieves contract requirements 70% of the time. Marginally responsive, effective and/or efficient; delays
require significant adjustments to programs; key employees marginally capable; customers somewhat satisfied.
2 = Satisfactory Performance - Achieves contract requirements 80% of the time; generally responsive, effective and/or efficient;
delays are excusable and/or results in minor program adjustments; employees are capable and satisfactorily providing service
without intervention; customers indicate satisfaction.
3 = Good Performance - Achieves contract requirements 90% of the time. Usually responsive; effective and/or efficient; delays have
no impact on programs/mission; key employees are highly competent and seldom require guidance; customers are highly satisfied
4 = Excellent Performance - Achieves contract requirements 100% of the time. Immediately responsive; highly efficient and/or
effective; no delays; key employees are experts and require minimal direction; customers expectations are exceeded.
CATEGORY
RATING
1. Quality of Goods/Services
- Specification Compliance
- Technical Excellence
- Reports/Administration
- Personnel Qualification
*2. Timeliness of Performance
- Were Milestones Met Per Contract
- Response Time(per agreement if
applicable)
- Responsiveness to Direction/Change
- On-Time Completion Per Contract
0
l
COMMENTS
2
k
0
1
2
o
4
3. Business Relations
- Responsiveness to Requirements
- Prompt Problem Notification
0
1
2
3
4. Customer Satisfaction
- Met User Quality Expectations
- Met Specification
- Within Budget
- Proper Invoicing
- No Substitutions
0
1
2
3
5. Contractors Key Personnel
- Effective Management
- Credentials/Experience
- Ability to Accomplish Mission
0
1
2
3
AVERAGE SCORE
ADD ABOVE RATINGS:DIVIDE TOTAL BY NUMBER OF AREAS BEING RATED
* Report actual response times compared to contract response times (e.g., ambulance response time, technical support response time,
Purchasing
Revised 3/29/05
nFFirAi F O R M _ n n
NOT AI T F R
delivery time for goods, software update timing).
Would you select/recommend this vendor again?
TAMIKIA MOSES
Ratings completed by (print name)
PAUL L. HOWARD, J R .
Department Head (print name)
epartment Head Signature
ROGER MOORE
Vendor Representative (print name)
Purchasing
Revised 3/29/05
Vendor&epresentative Signature
Date
DEVELOPMENT AND PUBLIC SAFETY AGENCY
INTEROFFICE MEMORANDUM
Mr. Thomas Andrews, Manager, Fulton County
Gepfge MT2oJ§tftan, Chief of Police
FULTON COUNTY
SUBJECT:
Request Approval of Mobile Radios
DATE:
August 26, 2005
REQUESTED ACTION BY MANAGER: Submit to the Board of Commissioners for
consideration.
CRITICAL DATE FOR ACTION: September 21, 2005
PURPOSE: To provide for the purchase and vehicle installation of sixty (60) Mobile Radios for
Police Department usage in accordance with the specifications on Statewide Contract number 980010-510015.
DISCUSSION: The Police Department is requesting approval to purchase sixty (60) Mobile Radios
at the unit price (including vehicle installation) of $4,048.11 from Motorola, Inc. who submitted the
lowest responsible and most responsive bid for Statewide Contract number 980-010-510015.
IMPACT: Purchase of sixty (60) Mobile Radios will be $242,886.60.
AVAILABILITY OF FUNDING: Funds are available in the Police Department's 2005
budget.
COORDINATION: Finance, Contract Compliance, and Purchasing Department.
CONTACT PERSON: Dale Tate may be reached at (404) 730-7107.
RECOMMENDATION: Recommend approval of this agenda item.
ATTACHMENTS: Fulton County Uniform Contract/Purchasing Sign-off Sheet and
Wording.
RESPONSIBLE DEPARTMENT: Police Department
PROJECT/SERVICE/COMMODITY: Mobile Radios
PRIME CONTRACTOR: Motorola, Inc.
• ECONOMIC DEVELOPMENT DEPARTMENT • EMERGENCY SERVICES DEPARTMENT
• ENVIRONMENT AND COMMUNITY DEVELOPMENT DEPARTMENT •
• FIRE DEPARTMENT • PARKS AND RECREATION DEPARTMENT •
• POLICE DEPARTMENT • PUBLIC WORKS DEPARTMENT.
REQUESTED ACTION OF THE BOC: Approval to purchase sixty (60) Mobile Radios at the
unit price of $4,048.11 from Motorola, Inc. who submitted the lowest responsible and most
responsive bid for Statewide Contract number 980-010-510015.
EFFECT OF BOC'S ACTION: Motorola, Inc. who submitted the lowest responsible and most
responsive bid will provide sixty (60) Mobile Radios for Police Department usage in accordance
with the specifications on Statewide Contract number 980-010-510015. The total estimated
purchase value is $242,886.60.
• ECONOMIC DEVELOPMENT DEPARTMENT • EMERGENCY SERVICES DEPARTMENT
• ENVIRONMENT AND COMMUNITY DEVELOPMENT DEPARTMENT •
• FIRE DEPARTMENT • PARKS AND RECREATION DEPARTMENT •
• POLICE DEPARTMENT • PUBLIC WORKS DEPARTMENT*
WORDING: The Police Department is requesting approval to purchase sixty (60) Mobile Radios
at the unit price (including vehicle installation) of $4,048.11 from Motorola, Inc. who submitted the
lowest responsible and most responsive bid for Statewide Contract number 980-010-510015. The
total estimated purchase value is $242,886.60.
ECONOMIC DEVELOPMENT DEPARTMENT • EMERGENCY SERVICES DEPARTMENT
• ENVIRONMENT AND COMMUNITY DEVELOPMENT DEPARTMENT •
• FIRE DEPARTMENT • PARKS AND RECREATION DEPARTMENT •
• POLICE DEPARTMENT • PUBLIC WORKS DEPARTMENT*
FULTON COUNTY UNIFORM CONTRACT/PURCHASING SIGN-OFF SHEET
Solicitation #<ST#T£' #J?(PV/)-$7/»/<fb*scriDtion: Mobile Rad\c5
Department: Pol/ce
(
(
(
{
)
)
)
)
Contact: 5^11 4
Invitation To Bid (tTB)
Request for Proposal (RFP)
Request for Quotation (RFQ)
Other (Explain):
Statewide Contract
( ) Change Order
( ) Sole Source
/jTi
ITSMS
- yC
( ) Contract Amendment
( ) Renewal
( ) Emergency Procurement
Bids Sent
Bids Received
No-Bids Received
( ) Annual Purchase
( ) Land Purchase
Jxj One Time Purchase
( ) Construction
( ) Contract Employee
( ) Professional Services ( ) Non-Professional Services
( ) Revenue Contract
( ) Other (Explain)
Address
fool
( ) Grant
( ) Lease
lAddress Iftift Hateg
ICItv
Telephone HHO- V60-i55l3dCountv FiU-ton
County
Teleohone H m Contact
(Contact
. 6*0
Percentage: 3 6 %
lAmount S 1.*f3X.OO
Amount
Percentaae:
A
j
*
I ) Yes
( ) No I (tt additional sub-contractor
ah—t Is nsadad. D I M M attach. \
Formal Contract Attached?
Or (S4 Upon Approval
End Date
Contract Start Date
Prior Contracts With County: X)Ye»
1 No Dates:
Funding Line:
Originating Department:
Information Tec mojocwECEi V F Q
Environment ar dCo mmunitv DevelbDm
AUG 2 9 2005
Deputy County Manager:
County Manager:
Board of Commissioners:
Original Amount
$
Previous Increases $
This Request
Contract Total
Amount:
Amount: $
Amount: $
Amount:
'Ethnic Coctos:
A - Asian Anwrican M i l *
B - African American Mat*
H - Hispanic American Mala
N - Nativa Amarican Mai*
ff - WhU# Famala j - Asian Amtrtesn Ftmala G - African American Ftmala I - Hispanic Amarican Famato
K - Nattva Amartean Famato
Rav. 11/02
Whlta - County Clark
Canary - Purchasing
Pink - Contract Compliance
Goldanrod - Originatlna Oaoarbnant
S-2G-200G
10:09AM
FROM
MOTOROLA
intelligence everywhere
Augusi 25, 2005
FULTON COUNTY POLICE DEPARTMENT
Proposal # 05-006
ASTRO DIGITAL XTL SOOO MOBILE
RADIO
Model M20URS9PWI N - 10-35 vwiu.
764-870MHZ,
W7 Control Head
54,048.11 each
INCLUDES
512 modes
5-wau speaker
Dual-mode scan
Type II only operation
FLASHport programmable
Standard palm microphone
3dB gain roof mount antenna
17' Remote mounl cable and hardware
I lint: 8 character alphanumeric display
DTMF unlimited telephone interconnect
Service shop installation and programming
Analog and digital 9600 baud and 3600 baud operation
OPTIONS AND ACCESSORIES
Remove existing radio
$43.00
NOTES:
I,
23.
4.
5.
Units lo be programmed by Atlanta Communications.
Please include terms & proposal number on purchase order.
Pjyment terms are Ncl 30 days from Invoice and shipment is FOB Destination.
Pricing perGA State Contract 980-010-510015, valid until December 31, 2005
Units lo he programmed and installed by Atlanta Communications, ;i Fulton County Certified
M/FBE, in the amount of $157.30 per unit.
Thank you.
John Byrd
Senior Account Manager
Tct 770 460-8250
207 BANK* STA'UON SuiTfftUl. fAYnTTnvir.i.E, GbORGiA 30214
h x 77f)dC>O-8l28
Thursday, August 11,20051:31 PM
John Byrd 770-460-8128
AMENDMENT No. 21 TO
GEORGIA TECHNOLOGY AUTHORITY AGREEMENT
980-010-510015
This Amendment No. 21 is made t h i s ^ ^ d a y of June, 2005, by and between the
GEORGIA TECHNOLOGY AUTHORITY ("OTA") and MOTOROLA, INC. CContractor").
WHEREAS, heretofore the Department of Administrative Services (T)OAS") entered
into that certain Contract on April 11,1991, with respect to certain services to be provided to
DOAS by Contractor, as more particularly described therein as amended by the following
amendments (collectively, the Contract and all the Amendments hereinafter referred to as the
•Contract1):
Amendment No. 1, entered into on April 24,1991;
Amendment No. 2, entered into on January 28,1992;
Amendment No. 3 entered into on July 1,1992;
Amendment No. 4 entered into on June 25,1993;
Amendment No. 5 entered into on May 18,1994;
Amendment No. 6 entered into on August 2,1994;
Amendment No. 7 entered into on June 29,1995;
Amendment No. 9 entered into on June 26,1997;
Amendment No. 10 entered into on June 20,1998;
Amendment No. 11 entered Into on June 30,1999;
Amendment No. 12 entered Into on June 30,1999;
Amendment No. 13 entered into on June 15,2000;
Amendment No. 14 entered Into on October 18,2000;
Amendment No. 15 entered Into on February, 2001;
Amendment No, 16 entered Into on June 29,2001;
Amendment No. 17 entered into on May 22,2002;
Amendment No. 18 entered into on June 24,2003;
Amendment No. 19 entered Into on January 2,2004;
Amendment No. 20 entered into on June 3,2004; and
WHEREAS, DOAS has transferred administrative responsibility for the Contract to QTA;
WHEREAS, the parties inadvertently allowed the Contract, including the Software
License Contract, to expire, but fully intended to continue the Contract, and since such
termination, the parties have continued to act in accordance with the terms of the Contract the
desire that the obligations of the parties under trie Contract be revived and continued;
WHEREAS, the parties inadvertently allowed the Software License Agreement
("AgreemenT) to expire, but fully Intended to continue the Agreement, and since such
termination, the partfes have continued to act in accordance wfth the terms of the Agreement
the desire that the obligations of the parties under the Agreement be updated and continued;
WHEREAS, the parties wish to amend the Contract to reflect certain changes; and
NOW, THEREFORE, in consideration of the premises, the terms and conditions stated herein,
and other good and valuable consideration, the receipt and sufficiency of which is hereby
acknowledged, the parties hereto hereby agree as follows:
Pageiof 10
p.02
Thursday, August 11, 20051:31 PM
John Byrd 770-460-8128
1.
Term. 7ne Contract is hereby amended by extending the Term on a month-to-month
basis until December 31,2005.
2.
No Expiration. The terms and condftfans of the Software License Agreement are hereby
updated and attached hereto as "Attachment B".
3.
Definitions. Alt capitalized terms used herein and not expressly defined herein shall
have the respective meanings given to such terms In the Contract.
4.
Successors and Assigns. This Amendment No. 21 shall be binding upon and inure to
the benefit of the successors and permitted assigns of the parties hereto.
5.
Acceptance of Products. Licensor shall deliver Software f.o.b. destination In accordance
with the schedule set forth in this Contract or the time specified In a purchase order
Issued by the Agency (whichever is later). Unless otherwise agreed to by Licensor and
the Agency, Licensor shall provide written notification of delivery of any Software to the
Agency ("Delivery Notice*). The Agency shafl have thirty (30) days from the date of
receipt of the Delivery Notice to provide Licensor with written notification of acceptance
or rejection due to unsatisfactory performance. Acceptance by the Agency may only be
accomplished by an affirmative act on the part of the Agency pursuant to this Section
and the failure of the Agency to Issue an acceptance notice shall not be deemed an
acceptance of the Software or any portion thereof. In the event the Agency issues a
rejection notice, Licensor shall, as quickly as is practicable, correct at its expense all
deficiencies caused by Licensor. The Agency shall not unreasonably withhold or delay
such acceptance or rejection.
6.
Funding. The parties acknowledge that institutions of the State of Georgia are prohibited
from pledging the credit of the State. If the source of payment for the charges payable
hereunder no longer exist or are determined to be insufficient, this Contract shall
terminate without further obligation of the GTA or any Agency as of that moment The
determination of GTA or applicable Agency as to the occurrence of the events slated
herein shall be conclusive.
7.
Taxes. AH fees payable to Licensor hereunder shaS be net of any and all taxes that the
Licensor may be required by law to collect in connection with the provision of Products
and Software hereunder. Licensor shall be solely responsible for the payment of any
and all taxes lawfully imposed upon ft, including but not limited to taxes on property
owned, leased or used by Licensor; franchise or privilege taxes on Licensor's business;
gross receipts taxes to which Licensor is subject; and Income taxes. By this paragraph,
GTA makes no representation whatsoever as to the liability or exemption from liability of
Licensor to any tax imposed by any governmental entity. Upon request, GTA will
provide a certificate of tax exemptions which applytothte Contract
8.
Vendor Lobbyist Certification. Licensor hereby certifies that any lobbyist employed by
Licensor has registered with the Georgia State Ethics Commission and complied with
the requirements of the Executive Order dated October 1, 2003 ("Providing for the
Registration and Disclosure of Lobbyists Employed or Retained by Vendors to State
Agencies"). This Contract may bo declared void at GTA'e sole discretion, ff ft is
determined that Licensor has made false certification hereinabove or has violated such
Page 2 of 10
p.03
Thursday, August 11,20051:31 PM
John Byrd 770-460-8128
p.04
certification by failure ID carry out the requirements of such Executive Order. In witness
whereof, the parties have caused duty authorized representatives to execute this
Contract on the dates set forth below.
9.
Termination.
9.1
9.2
93
10.
GTA may terminate this Contract, in whole or In part for convenience or without
cause upon thirty (30) days prior written notice to Contractor;
GTA may terminate this Contract, In whole or In part, by written notice to
Contractor If Contractor becomes insolvent, makes a general assignment for the
benefit of creditors, files a voluntary petition of bankruptcy, suffers or permits the
appointment of a receiver for its business or assets, or becomes subjecttoany
proceeding under any bankruptcy or insolvency law, whether domestic or
foreign, or has wound up or liquidated, voluntarily or otherwise; and
GTA may terminate this Contract or any purchase order in the event of
Contractor's material breach of this Contract which is not cured within thirty (30)
days of Licensee's receipt of written notice thereof. In Ihe event this Contract
expires or Is terminated for any reason, Licensee Shan retain Its rights in all
Software ordered and accepted prior to the effective termination data.
Entire Agreement Except as expressly mocfified by this Amendment No. 2 1 , the
Contract shall be and remain in fufl force and effect In accordance with Its terms and
shall constitute the legal, vaEd, binding and enforceable obligations of the parties. This
Amendment No. 21 and the Contract, collectively, are the complete agreement of the
parties and supersede any prior agreements or representations, whether oral or written,
with respect thereto.
IN WITNESS WHEREOF, the parties have caused this Amendment No. 21 to be duly executed
by their authorized representatives as of the date set forth above.
GEORGIA TECHNOLOGY AUTHORITY
Name: James T. Means
Name:
Tide: M C H Vtee President
Dale: June 15,2006
Date:.
Page 3 of 10
t\£Nt&
Tuesday, June 15,20041:08 P M
John Byrd 770-460-8128
AMENDMENT No. 20 TO
GEORGU TECHNOLOGY AUTHORITY AGREEMENT
980-010-510015
This Amendment No. 20 is made this 3 rf day of June, 2004, by and between the GEORGIA
TECHNOLOGY AUTHORITY ("OTA") and MOTOROLA, INC (Xantractor")WHEREAS, heretofore the Department of Administrative Services ("DOAS") entered into that certain
Contract on April 11, 1991, with respect to certain services to be provided to DOAS by Contractor, as more
particularly described therein as amended by the following amcndmenta (collectively, the Contract and ail the
Amendments hereinafter referred to as the "Agreement"):
Amendment No. 1, entered into on April 24,1991;
Amendment No. 2, entered into on January 28,1992;
Amendment No. 3 entered into on Jury 1,1992;
Amendment No. 4 entered into on June 25,1993;
Amendment No. 5 entered into on May 18,1994;
Amendment No. 6 entered into on August 2,1994;
Amendment No. 7 entered into on June 29,1995;
Amendment No. 9 entered into on June 26,1997;
Amendment No. 10 entered into on June 20,1998;
Amendment No. 11 entered into on June 30, 1999;
Amendment No. 12 entered into on June 30,1999;
Amendment No. 13 entered into on June IS, 2000;
Amendment No. 14 entered into on October 18, 2000;
Amendment No. 15 entered into on February, 2001;
Amendment No. 16 entered into on June 29,2001;.
Amendment No. 17 entered into on May 22,2002;
Amendment No. 18 entered into on June 24,2003;
Amendment No. 19 entered into on January 2,2004:
WHEREAS, DOAS has transferred administrative responsibility for the Agreement to GTA;
WHEREAS, the parties wish to amend the Agreement to reflect certain changes.
NOW, THEREFORE, in consideration of the premises, the terms and conditions stated herein, and other
good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto
hereby agree as follows:
1-
l a m - The Agreement is hereby amended by extending the Term on a month to month basis until
December 31,2004.
2.
pefh>itjpns, All capitalized terms used herein and not expressly defined herein shall have the
respective meanings given to such terms in the Agreement
3.
Successors and Assigns. This Amendment No. 20 shall be binding upon and inure to the benefit of the
successors and permitted assigns of the parties hereto.
4.
Entire Agreement. Except as expressly modified by this Amendment No. 20, the Agreement shall be
and remain in full force and effect in accordance with its terms and shall constitute the legal, valid,
binding and enforceable obligations of the parties. This Amendment No. 20 and the Agreement,
collectively, are the complete agreement of the parties and supersede any prior agreements or
representations, whether oral or written, with respect thereto.
Page 1 of2
p.02
OCT-06-2003 WED 10:28 AH PS HRI
FAX NO. 843 681 4359
gg
P. 03/03
i o
Suic of .Georgia
Georgia Technology Authority
100 Peachtree Street, Suite 2300
Atlanta, Georgia 30303-3404
u n r u i OF TRAHSMITTAI.
DATE: 5 - 2 2 .03
SUBJECT: CwrRACT RENEWAL
JL
T O : MOTORCX.A
| Q00 ABF-HNATHY RO n BLDQ 4 0 0 ,
ATLANTA, OA 30331
CONTRACT NUMBER:
9KMHO-S1Q015
CONTRACT T TITLE:
SQOMGHZ
4/1WM
36-1113*00
ORIGINAL AWARD DATE:
v e w x » ID NO:
NIOPr
ATT.
GTAAMO CONTACT
CONTRACT TYPE:
VAUCIIN
•PEN
FROM/On Bahvlfof!
CTA
200 PMinoni Ave. S. E., Suite 1504
Attonu.GA 30334-9010
Term;
Effecilvc Date^
^_Juiy 1,2002^^
Rcnvwul Option
. of ^__Rcncw»J Options. Remaining Renewal Options:
Expiration Daw:
Junt 30; 2003_
Thru
PURPOSE: Yot
.(Dale)
ARC H U U V AWARDED THE ABOVE RENEWAL OPTION IK ACCORDANCE WITH THE SPECIAL NOTES AND/OR
^TTACHMENTRErfflENCTOWSFEaALNrrrESrQBTHEPCBlOOfNWCATflX
THE COMPLETE CONTRACT |NCLVPC«! CONTRACT,
AMINnWKMTS, REQUEST FOR Q(X>TC/TlkOrOSAL ( R F Q / H F H APVCNPA^ AND ALL OTIlbH BtKWtKMCTCP DOCliMF-VTS, TtRHIS AND
SftCIAL NOTES
FATVJSO THIS CONTRACT F1M> ON'L VtAR PTJt THE ATTACHED I.KTITJl TttOM THE (y>WTRACTf>R
AU. Ntst: UEt*c\YJkL orvtoht u i * K JJJCKV i^tu, ruiMi: A
APf>1tOVEO
TITLE:
NUMBER:
DATC;
'l%k f**fA Rcplwts Multi-PitfpMe NOUM at A u
Crmeil May 3003
OCT-08-2003 WED 10:28 AH PS HRI
FAX NO. 843 681 4359
P. 02/03
Sonny Perdue, Govcnw
Tom Wade, A«tidgOTAEXKQUVI Dinroc
and Stoic CWrf infcnmltM Offer
Georgia Technology Authority
RicVRigfibec
Motorola
1000 Abcmathy Road
Suite 1700
Atlanta GA 30328
..
DaarMr. Rigsbec:
The Georgia Technology Authority (GTA) wishes to extend contract number 980-010-510015
with your company through December 31,2003. During this extension period, OTA reserves the
right to tcnninatc this contract at any time by providing 30 days written notice of its intent to
cancel. Except as otherwise specifically stated herein, this extension shall not be deemed to
modify or waive any rights or obligations of the parties under Contract No 980-010-5100) 5.
If this extension meets with your approval, please sign in the space provided below and rctuni to
me either by fax at 404-651-9498 or by mail at 200 Piedmont Ave, Suite 1508, Atlanta GA
30334. If you have any questions regarding this extension, please contact mo by phone at (404)
6^51-9651 nr hyrnnaila*
J
Sincerely,
Agreed
Malvin Vaughn
GTA Internal Contracts
& Procurement Manager
Name
Title
J4UQI,
UWI
FULTON COUNTY
CONTRACTOR PERFORMANCE REPORT FOR PROFESSIONAL SERVICES
1. Report Period: from 10/0172003 to 12/31/3P03 2. Contract F e r K fr*m
3. « i M Afar P.O. fc PC* 03SC0001817
4. Vendftf NllS
5. Departmeati Police
6. P.O. DttcripttOB (Servic* DellvereUea):
-Achieves amirttcittqiitrMUMis Jess (fen J#1K <^fte O M ;
0-
/ tnoompdmc*; hgk J y w cfanemm iltw
f
2 ntdiau
setttfutftm.
chi*wcoMtr«etr*qwrm»*is9B%<>ftUtiM
^
i-Ackt*i*ieomtractnqubmMU
1C0X qftt* dm. Immcdienty nwgwurv * 4 f r ffi
; hty mnptoytt arm t&ms and rmquir* minimal Hrectkm; autotntn eMc&triaif art cr«wfarf,
ma
Vendor provides goods in accordance with contract Vendor has
sufficient quantities of products in stock to meet demand. Overall
performance in this area is good.
• Adhered » WoricPba
• Repom/AdminisiriBkin Piompt
*2. TlmMacM •! Pcrifemuot
- MflutonesMaisSdjcdukd
Vendor provides goods without delays. Vendor performs duties as
specified in contract Vendor delivers products on sr-hcdnlc.
Overall performance in this, area is good.
• On Tune CanpktKM/Nb Dehys
- Effident
RraMMMS
3. B w
Ratafias*
• Responsive to Inquiries
- Prompt Problem NetifiettioB
Vendor is vary responsive to inquiries and responds in a timely
manner. Vendor provides prompt notification ia the event of
problems. Vendor takes steps to prevent reoccurrences of
problems. Overall performance in this area is good.
4. easterner
Scope of Scrvfeti Ddfvtrad
M« UEHQMtiqrRaqutNaM
Mat all hdiniry Suutads
Wilhm Budget/Cwt Estimate
Proper Isfoiciiif
Vendor provides products of good quality. End users report
satisfaction with products provided. Vendor works with end users
to resolve any problems with products and services. Invoking is
correct and products are provided at contracted price. Overall
performance in this area is good.
ZO'd
>0Q2 U
331KW AiNflOO
Tuesday, June 22,2004 9:15 PM
John Byrd 770-460-81 a j
5. CMnct«n Kiy P t n o u d
- QtdeniUli/bpmnct Appnpria
- Effective SupnvfeioaAtinfttM
•Report Ktc
ftwcoOdKSotwfctv,
)J.UO
Key personnel are extremely knowledgeable. They are readily
available and have been very responsive in addressing any issues
regarding performance. Overall performance in this area has been
good.
id to comet nqpom* dam (e*, wsboUme ntpaaietime,uctekal support recant* ibBt,ddinryib«
WoakJyocttk
&/*>
Date
Department Httd (print M I M )
DeptrtmoB HMd Sigoimre
Vendor Rcpi
Dale
Signtture*
Voadar Sapcesadttivc {priat Dune)
•Vendor ngutirc n optional
Comments, corrective actiots etc.:
33H0d
NOilnj
EXHIBIT A - PROMISE OF NON-DISCRIMINATION
"Know all persons by these presents, that I/WE, f
(__ HR Compliance Specialist Sr..
Rebecca Oliver
Name
Motorola. Inc.
Title
Firm Name
Hereinafter "Company"), in consideration of the privilege to bid on or obtain contracts
funded, in whole or in part, by Fulton County, hereby consent, covenant and agree as
follows:
* ^ 1 . No person shall be excluded from participation in, denied the benefit of, or
otherwise discriminated against on the basis of race, color, national origin or
gender in connection with any bid submitted to Fulton County for the performance
of any contract resulting therefrom:
2. That it is and shall be the policy of this Company to provide equal opportunity to
all businesses seeking to contract or otherwise interested in contracting with this
Company without regard to the race, color, gender or national origin of the
ownership of this business.
3. That the promises of non-discrimination as made and set forth herein shall be
continuing in nature and shall remain in full force and effect without interruption;
4. That the promises of non-discrimination as made and set forth herein shall be
made a part of, and incorporated by reference into, any contract or portion thereof
which this Company may hereafter obtain; and
5. That the failure of this Company to satisfactorily discharge any of the promises of
non-discrimination as made and set forth herein shall constitute a material breach
of contract entitling the Board to declare the contract in default and to exercise
any and all applicable rights and remedies, including but not limited to cancellation
of the contract, termination of the contract, suspension and debarment from future
contracting opportunities, and withholding and/or forfeiture of compensation due
and owning on a contract.
6. That the bidder shall provide such information as may be required by the Director
of Contract Compliance pursuant to Section 4.4 of the Fulton County NonDiscrimination in Purchasing and Contracting Ordinance.
SIGNATURE: _
ADDRESS:
8000 West Sunrise Blvd. Fort Lauderdale, FL 33322
TELEPHONE NUMBER:
(954) 723-4006
\
EXHIBIT B - EMPLOYMENT REPORT
The demographic employment make-up for the.bidder must be identified and submitted with this
bid. In addition, if subcontractors will be utilized by the bidder to complete this project, then the
demographic employment make-up of the subcontractors) must be identified and submitted with
this bid.
EMPLOYEES
CATEGORY
NATIVE
INDIAN
Male/Female
M
F
Mgmt/Official
0
0
Professional
(Arch., PX., etc.)
0
0
[ Supervisors
0
Oflice/Sales
Clerical
| Craftsmen
| Laborers
Others
(Specify)
Technicians,
Operatives and
Service Workers
TOTALS
FIRM'S NAME:
ADDRESS:
ASIAN
AMERICAN
AFRICAN
AMERICAN
M
F
M
F
M
4
13
3
4
36
20
34
17
0
0
1 "
0
o
0
1
12
o
0
0
0
0
0
0
0
0
5
3
0
.
:
)
37
1 51
20
o
)
1
11
CACUSIAN
AMERICAN
M
F
F
1
137
25
Q
2
170
|49
0
0
0
2
1
0
0
5
1
37
15
0
0
0
)
)
0
0
0
|o
0
0
0
5
28
374
9
99
o
Motorola, Inc.
1000 Abernathy Road, Suite 1700
TELEPHONE NUMBER:
Atlanta , GA 30328
770 - 673 - 5204
This completed form is for (Check one)
Date Completed:
HISPANIC
AMERICAN
X
Bidder
Subcontractor
08/12/2003
Department of Contract Compliance