<<

of Las Vegas

1700 N. Grand Avenue I Las Vegas, NM 87701 I T 505.454.1401 I Iasvegasnm.gov Madam Mayor Tonita Guru Iê-Giràn CITY OF LAS VEGAS WORK SESSION AGENDA December11, 2019—Wednesday— 5:30 p.m. City Council Chambers 1700 N. Grand Ave

(The City Council shall act as the Housing Authority Board of Commissioners on any matters on the Agenda concerning the Housing Department.)

I. CALL TO ORDER

II. ROLL CALL

III. PLEDGE OF ALLEGIANCE

IV. MOMENT OF SILENCE

V. APPROVAL OF AGENDA

VI. PUBLIC INPUT (not to exceed 3 minutes per person and persons must sign up at least fifteen (15) minutes prior to meeting.)

VII. DISCUSSION ITEMS

1. The City of Las Vegas Fire Department was awarded $674,465.00 from the Legislative appropriation for the purchase of a new Fire Apparatus.

Billy Moiitoya, Fire chief The Las Vegas Fire Department is moving forward in replacing an aging Fire Apparatus at an estimated cost of $674,465.00. The Fire Department would like to utilize 411 as a vendor as they are currently under State Contract.

2. Recommendation of awarding bid 2020-02 to New Image Construction for the Snow Removal Equipment Building Modification (SRE).

Daniel Guritle, Interim Public Works Director SRE Building Modification scope of work is to extend Building for a newly purchased Snow Removal Equipment when not in use.

3. Resolution 19-58.

Tana Vega, Interim Finance Director The City of Las Vegas is requesting increases/decreases to the FY2020 Budgeted revenues and expenditures for various funds.

David Ulibarri Vince Howell Barbara Perea-Casey David G. Romero Councilor Ward 1 Councilor Ward 2 Councilor Ward 3 Councilor Ward 4 VIII. EXECUTIVE SESSION

THE COUNCIL MAY CONVENE INTO EXECUTIVE SESSION IF SUBJECT MATTER OF ISSUES ARE EXEMPT FROM THE OPEN MEETINGS REQUIREMENT UNDER §(H) OF THE OPEN MEETINGS ACT. A. Personnel matters, as permitted by Section 10-15-1 (H) (2) of the New Mexico Open Meetings Act, NMSA 1978.

B. Matters subject to the attorney client privilege pertaining to threatened or pending litigation in which the City of Las Vegas is or may become a participant, as permitted by Section 10-15-1 (II) (7) of the New Mexico Open Meetings Act, NMSA 1978.

C. Matters pertaining to the discussion of the sale and acquisition of real property, as permitted by Section 10-15-1 (II) (8) of the Open Meetings Act, NMSA 1978.

IX. ADJOURN

ATTENTION PERSONS WITH DISABILITIES: The meeting room and facilities are accessible to persons with mobility disabilities. If you plan to attend the meeting and will need an auxiliary aid or service, please contact the City Clerk’s Office prior to the meeting so that arrangements may be made.

ATTENTION PERSONS ATTENDING COUNCIL MEETING: By entering the City Chambers, you consent to photography, audio recording, video recording and its/their use for inclusion on the City of Las Vegas Web-site, and to be televised on Comcast. NOTE: A final agenda will be posted 72 hours prior to the meeting. Copies of the Agenda may be obtained from City Hall, Office if the City Clerk, 1700 N. Grand Avenue, Las Vegas, N.M 87701

2 / Work Session

- CITY COUNCIL MEETING AGENDA REQUEST

k’1 -- DATE: December 2, 2019 DEPT: Fire MEETING DATE: December 11, 2019

DISCUSSION ITEM/TOPIC: The City of Las Vegas Fire Department was awarded $674,465.00 from the Legislative appropriation for the purchase of a new Fire Apparatus.

BACKGROUND/RATIONALE: The Las Vegas Fire Department is moving forward in replacing an aging Fire Apparatus at an estimated cost of $674,465.00. The Fire Department would like to utilize 411 as a vendor as they are currently under State contract.

THIS REQUEST FORM MUST BE SUBMITTED TO THE CITY CLERK’S OFFICE NO LATER THAN 5:00 P.M. ON FRIDAY ONE AND A HALF WEEKS PRIOR TO THE CITY COUNCIL MEETING.

SUBMITTER’S NATURE

REVIEWED AND APPROVED BY: J7E4ia TONITA GURUL -GIRON TANA VEGA, INTERIM MAYOR FINANCE DIRECTOR (PROCUREMENT)

S ANN MARIE GALLEGOS, INTERIM CITY MANAGER

PURCHASING AGENT ESTHER GARDUNO MONTOYA, (FOR BIDIRFP AWARD) CITY ATTORNEY (ALL CONTRACTS MUST BE REVIEWED) GSD/PD (Rev. 01/11) State of New Mexico General Services Department Purchasing Division

Statewide Price Agreement Amendment

Awarded Vendor: Price Agreement Number: 70-000-16-00034AC 0000137893 Ferrara Fire Apparatus, Inc. Price Agreement Amendment No.: Three 27855 James Chapel Road Holden, LA 70744 Term: January 27, 2017 — Anaust 31,2020

Email: [email protected] Telephone No.: 800-443-9006

Ship To: AllState of NewMexicoagencies,commissions, Procurement Specialist: Travis Dutton-Leyda iiistitutions, political subdivisions and local public bodies allowed by law, Telephone No.: 505-827-0477

Email: Travis.Duon-Leyda(ii,state.nm.us Invoice: As Requested at tune of order

Title: Fire Trucks and Fire Apparatus

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

Supporting documentation including pricing and the Master Agreement can be found here: https://www.naspovaluepoint.ora/portfolio/fire-apparatus-trucks-201 6-2020/ferrara-fire-apparatus?

This amendment is issued to reflect the following effective immediately:

Addthe followingAuthorized Dealer: 411 Equipment LLC 1815 4th Street NW Albuquerque, NM 87102

Except as modified by this amendment, the provisions of the Participating Addendum shalLremain in full force and effect.

Accepted for the State of New Mexico

Date: 10/31/2019 Mark Hayden, New Mexico StatPurchasing Agent

PurchasingDivision: 1100St. Francis Drive, Room 2016, Santa Fe, 87505; P0 Box6850, Santa Fe, NM 87502 (505) 827-0472 GSD/PD (Rev. 04/19) State of New Mexico General Services Department Purchasing Division

Statewide Price Agreement Amendnient

Awarded Vendor: Price Agreement Number: 70-000-16-00034AC 0000137893 Ferrara Fire Apparatus, Inc. Price Agreement Amendment No.: Two 27855 James Chapel Road Holden, LA 70744 Term:

Email: [email protected] Telephone No.: 800-443-9006

Ship To: Procurement Specialist: All State of New Mexico agencies, commissions, institutions, political subdivisions and Localpublic Telephone No.: 505-827-0477 bodies allowed by law. Email: travis.dutton-leyda(state.nm us Invoice: As Requested at time of order

Title: Fire Trucks and Fire Apparatus

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

In accordance with Price Agreement provisions, and by mutual agreement of all parties, this Price Agreement is extended from September 1, 2019 to August 31, 2020 at the same price, terms and conditions.

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

Accepted for the State of New Mexico

Date: 8/20/19 Mark Hayden, New Mexico State PiigAgeit

PurchasingDivision: 1100St. Francis Drive, Room2016, Santa Fe, 87505;P0 Box 6850, SantaFe, NM 87502 (505) 827-0472 SPD(Rev. 1/19) State of New Mexico General Services Department Purchasing Division

Statewide Price Agreement Amendment Cover Page

Awarded Vendor: Price Agreement Number: 70-000-16-00034AC 0000137893 Ferrara Fire Apparatus, Inc. Price Agreement Amendment No.: 2ii 27855James Chapel Road Holden, LA 70744 Term: January 27, 2017 — Auaust 31,2019

Email: [email protected] Telephone No.: 800-443-9006

Ship To: All State of New Mexico agencies, commissions, Procurement Specialist: Travis Dutton-Leyth institutions, political subdivisions and local public bodies allowed by law. Telephone No.: 505-827-0477

Email: [email protected]

Invoice: AsRequested at time of order

Title: Fire Trucks and Fire Apparatus

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

This amendment is issued to reflect the following effective immediately:

Delete New Mexico Administrative Reporting and Fees in its entirety and replace as described herein.

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

PurchasingDivision, 1100St. Francis Drive 87505,P0 Box 6850, Santa Fe, NM 87502-6850 (505) 827-0472

a

an

the

than

state

of

apply

apply

for

I

amount

quarter,

by

70-000-

ltei

also

shall

Include

each

no

Agency”

following:

pre

Pago

to

will

FOt.LOWS

quarter

General

I

number

for

Invoiced

the

due

per

pi*:• AS

--

This

-:o

be

any 31

-

with

assoscment

report

deemed

State”)

contract

Mcxlco,

$200O

“Procuring

Ipoit

Octobr3 AprIl

JftflUfl)y3I shall

V.

applicable

one

This

be

means

the

OIIOW1

New

the

required

roe

‘This

replace

and

“Lead

as

AMENDED

exceed

of

shall

to

stIll

sales”

to

and

THI

is

during

ARJ

charged) Reports

follows,

1640034A0

State

not

payment

total

as

“Contractor,”

the

fees

Inch

referred

000 2016

One

THAT ut

report

Sales

one

entirety

are

the

Invoice

a

(har.InRfIer

Apparatus

agreement

Admtnlstrative

70

State/EfltIty’)

and

Its

82000379B7 %),

as

“cross

NO:

Room

In

to

nd

Mexico

No:

(hia

between

submit

No’

issued

PuicharingDlvlslon

FWe

CONTRACT

(1,00

qurtcr,

Quarters

Quarteily

“Contractor”)

hereinafter

Officer

of

PAflTIES

e.00034Ac

Fees

.ipparatua

and

ValuePoint

the

Division

New

bodies

I

Drivo

I

Only

the

and

En&

The

by

tqfcrred 87505

of

M1sstss1pp

Reports

“Siale

and

out

for

alid

comm1sslon’

Par(kipatin

The

THE

of

percent

the

Jt:to

public

NM

NASPO

greenent

D1vtlon,

Francis

during

of

Slate

6850

to

MERAGREEMEN

June-G

Periød December31

September30 Ma*3

7oOoo-

quarter

Cornpliniice

Fe,

(hereinafter

arising

State

Purchasing

St

number

iøcwvcd

paymcnt

local

Quarter

rate

Ferrara

Box

AMENDMENT

the

Reporting

aIes

hereinafter

PrIae,greement

a

Trucks (including

entered

all

the

taxc

Master

of

the

and

1100

Santa

payable P0 Attn:

State

(hereinafter

on

zero

by at

apd

Oidors

invoice

Jec,,

end

PurciasIllg reports

local

within

Fire

payments

check

oi

the

ad

AflOVE-REFERENCD

revenues

madp

slatewtde

nd

agencies

list

by

State

s

Included

partial

AGREFDI)ETWEEN

Administrative

body

other

Purchase

ThE

asscsinent

be

state

state

oxperieqees

ApparatUs,

made

payments

and

O

following

Admtnlafered

Fee

starts

and

to

be

must

pwposes

public

F)n

Moxtto

Mexico

sales days

shall

First

0uartei ScQönd

I)par(ment

applicable -.Póutffr.

local

oontrnotør

combine

New

Checks oontrot

-

(30)

MJTUALLY

If

AMENDMENT

total

New

VS1b14S

contracts

any

reporting Perrara

-

not

IS

all

the

16-00034AC

If do Payment

thirty Remit

Even

For

less

to agency,

Delete All

Administrative

and gross

Services

fl

PRO ‘1131$ ______Sp14Re1:can

l7pquesdod (5O)827U412. Email blip

For-questions

a44i

Name

Ptrt1elpatln

Title

Coperatlve Date:

Telephone E-mail:

1flvdW

..:

conpleted V

Acting

Mark

genernlservlpçs

reg4rdh%

on

Hayden

State

Development

tate:

executing.apaftioipatlng:.adddndum,

rcpbdo:

i

Purchashiggeh h.foufl&a.

Sta

the

All

Administrativo

ether

o.New

tpte1nm

$Puatt,iyRMiarn1us /

< ..

Cøordlnator,

articles

\

MexIco -

tIststQte

Fees

of

ASlQYaiuePoii*

the

and

urohnshig/:sotn

original

Quw

tony

J_Tim

Title please Name’ Date: By --

Contraótór:

contract

sales

thaw1napovnluepoiifl 5034285705

Vice February

contact:

Bert

cesandlnCoi

Reports

Flay

President

renuili’

MeCutolicon

F

,

contact

raiiFlrá

2019

mation

the

/

General

the

same

Compliance

n>KllVepdors

ppiiratna

o:g

Manager

Officer

Page2of2

lifc.,

n

I GSD/PD (Rev. 01/11) State of New Mexico General Services Department

Statewide Price Agreement

Awarded Vendor Price Agreement Number: 70-000-16-00034AC Ferrara Fire Apparatus 27855 James Chapel Road Payment Terms: Net 30 Holden, LA 70744 F.O.B.: See Contract

Telephone No. 800-443-7679 Delivery: See Contract

Ship To: All State of New Mexico agencies, commissions, Procurement Specialist: KathySanchez institutions, political sLibdiVislOllSand local public bodies allowed by Jaw. Telephone No.: 505-827-0487

Invoice:

Title: Fire Trucks and Fire Apparatus

Teim: January 27, 2017 through August 31, 2019

This Pi-ice Agreement is made subject to the “terms and conditions” shown on the reverse side of this page, and as indicated in this Price Agreement.

Accepted for the State of New Mexico

Date: 01/26/17

Purchasing Division, 1100 St. Francis Drive, P0 Box 6850, Santa Fe, NM 87502-6850 (505) 827-0472 KS PARTICIPATING ADDENDUM 70-0004 6-00Q34C NASPO ValuePoint Fire ‘i’rucks and Fire Apparatus Adxn*nistered by the Statøof Mississippi iiereinafter “LØad State”)

MASTERAGREEMEN’I’ Fexrara Fire Apparatus Master Agreemetit No 8200027987 (hereinafter “Contractor’)

And

StateofNew Mexico (hereinafter Participating State/Entity’) p I of 8 1 This addendum covers the Fire Trucks and Fire Apparatus led by the State of Mississippi for use by state agencies and other entities located in the Participating State/ntfty authoriiiod by that state’s statutes to utzl1e state/entity contracts With the prior approval of the state’s chief procurement officiaL

2. Participation Use of speciffe N.ASPOValuePoint 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 Stain Chief Procurement OfficiaL

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

Participating State/Entity tà check one box j No changes to the terms and conditions of the Master Agreement axe required [X1 The following chang’es are modifying or supplementing the Master Agreement terms and conditions.

4. Term This Participating Addendum will be neither effective nor binding until signed by the State Purchasing Agent and continue through August 31, 2019, unles extended, renewed or ternunated The contract terni including extensions and renewals, shall not exceed five years, except as set forth in Section 13-1450 NMSA 1978.

5. Empiyee PyIty Repi Contractor agrees 11it has ten (10) or more New Mexico employees OR eight (8) or more employees in the same job classthcation, at any time during the term of this contract, to complete and submit the PE10-249 form on the annual anniversary of the imtwl report submittal for contracts up to one (1) year in duration If contractor has (280) or more employees, contractor must complete and submit the ?E250 form on the annual anniversary of the initial report submittal for contracts up to one (1) year in durations For contracts that eitend beyond one (1) calendar year, PARTICIPATING ADDENDUM 7GOOO4SQOO34AV NASPO ValuEPoInt Fire Trucks and Fire Apparatus Administered by the State of Mississippi (hereinafter ‘Lead State”)

MASTERAGREEMENT Ferrara Fire Apparatus Master Agreement No: 8200027987 (hereinafter “Contractor”)

Anti

State of New Mexico (hereinafter “Participating State/Entity”) Page 2 of 8 or are extended beyond one (1) calendar year, contractor also agreesto complet.e and submit the PE10-249 or PE2BOform, whichever is applicable, withm 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 doflar value of this contract if said subcontractor(s) meets or grows to meet, the stated employee size thresholds during the term of the contract Contractor further agrees that, should one or more subcontractor not meet the size requirement for reporting at contract award but subsequently grows suchthat they meet or exceed the size requirement for reporting, contractor will submit the required repoit, for each such subcontractor, within ninety (90 days) of that subcontractor meeting or exceeding the size requirement Subsequent report subituttals, on behalf of each such subconb actor, 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 Dopartment, and other depaitments 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 confractor 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 solioits.tion, 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.

6 Insurance a. Contractor shall, during the term of this Participating Addendum, maintain in full force and effect, the insurance described in this section Contractot shall acquire such insurance from an insurance carrier or carriers hcensed to conduct business in each Participating Entity’s state and having a rating of A Class VII or better, in the most recently p’ubthhed edition of Best’s Reports. Failure to buy and maintain the required insurance may result in this Participating Addendum’s tern-imation or, at a Participating Entity’s option result In termination of its Participating Addendum PARTICIPATING ADDENDUM 70-000-1G-00034AC NASPO ValuePolat Fire Trucks and Fire Apparatus Administered by the State of Mississippi (hereinafter “Lead State”)

MASTER AGREEMENT Ferrara Fire Apparatus Master Agreement No: 8200027987 (hereinafter “Contmctor”)

And

State of New Mexico (hereinafter “Participating State/Entity”) Page 3 of 8 b. Coverage shall be written on an occur once basis, The minimum acceptable limits shall be as indicated below, with üo deductible for each of the following categories:

(1) Commercial General Liability covering premises operations, independent contractors, products and completed operations, blanket contractual liability, personal industry (including death), advertising liability, and property damage, with a limit of not less than $1 million per occurrence/$2 million general aggregate; (2) Property Coverage at an amount commensurate with the value of the Participating Entity’s property in the care, custody or control of the Contractor (3) Contractor must comply with any applicable State Workers Compensation or Employers Liability Insurance requirements. c. Contractor shall pay premiums on all insurance policies. Such policies shall also reference this Participating Addendum and shall have a condition that they not be revoked by the Insurer until thirty (30) calendar days after notice of intended revocation thereof shalt have been given to Purchasing Entity and Participating Entity by the Contractor.

4. Prior to commencement of performance, Contractor shall provide to the Lead State a written endorsement to the Contractor’s general liability Insurance policy or other documentary evidence acceptable to the Lead State that (1) names the Participating States identified in the Request for Proposal as additional insureds, (2) provides that no material alteration, cancellation, non-renewal, or expiration of the coverage contained in such policy shall have effect unless the named Participating State has been given at least thirty (30) clays prior written notice, and (3) provides that the Contractor’s liability insurance policy shall be primary, with any liability insurance of any Participating State as secondary and noncontnbutory Unless otherwise agreed in any Participating Addendum, the Participating Entity’s rights and Contractor’s obligations are the same as those specified in the first sentence of this subsection. Before performance of any Purchase Order issued after execution of a Participating Addendum authorizing it, the Contractor shall provide to a Purchasing Entity or Participating Entity who requests it the same information described in this subsection. a Contractor shall furnish to the Lead State, Participating Entity, and, on request, the Purchasing Entity copies of certificate9 of all required insurance within thirty (30) calendar 8 of in of in its the this

The of New must to

of result 4 of name liability, notice furnished competent work. under

of Page effect State, Agreement, specified coverage for Participating be State of address of agent arty

the State”) a insurance

this Inmts the

of giving shall and of of of court of

ton “Load obligations Agreement. opt name requirement requirement authorized number, without performing description this courts Mexico and the a Insurance to sole of the the execution execution certificates

at the of of polity New By the of term prior a insurance states); may,

liability (hereinafter in These (G)

required

any Apparatus and Agzeement, all period, of

all information

signature State/Entity”) in

every 8200027987

only this

date ADDENDUM of

out Fire date.

38-3-1 Mexico and coverage jurisdiction

and No:

or § policy Order.

Agreement,

Apparatus ValuePoint

of “Contractor”)

acknowledgment 6-00034AC

Contractor’s and operate govern proper

the

And

following

Mississippi

AGREEMENT New

each Fire an effective to 1978, under

to

of of renewal be

number the certificates Master limit shall

termination,

NASPO “Participating Purchase and with (including evidence

any

70-000-1 State

hall

Agreement Statö

not Trucks this NMSA

arising MASTER Order’s

any Ferrara

agrees

(hereinafter provide or of

Mexico

PARTICIPATING the renewal after telephone (authorized with

shall and Fire

of provide Venue

Master

by shall New lawsuits to Addendum’s

compliance (hereinafter days Purchase terminology of all limits endorsements) address, the company Copies execution (30) Addendum, and

Failure or State and and , accordance indicate provisions certificate the standard name, any in the aclmowledges thirty Participating of law

of Adminiétered section insurance over of

this j1eL laws Coverage Participating exclusions cancellation. in detailed expressly this within msurance days the

insured, Addendum f. Contractor choice Mexico The

jrrnsdiction 7. PARTICIPATING ADDENDUM 70-000-1 6-00034AC NASPO ValuePoint flre Trucks and Fire Apparatus Administered by the State of Mississippi (hereinafter “Lead State”)

MASTERAGREEMENT Ferrara Fire Apparatus Master Agreement No 8200027987 (hereinafter “Contractor”)

And

State of New Mexico (hereinafter “Participating State/Entity”) Page 5 of 8

8. NewMexico Admin strat epgrting and Fees All contracts and Purchase Orders arising out of this agreement shall be deemed to include an Administrative Fee assessment at the rate of one percent (1.00 %) for the gross total sales and other revenues (including commissions and fees charged). This assessment shall apply to all New Mexico state agencies and local public bodies. “Gross total sales” means any invoiced amount less any applicable state and local . For reporting purposes: list payments received for the issued invoice during the applicable quarter by state agency, local public body and invoice number. The Quarters are as follows.

Ouarter: Period End: Report Pue: First September30 October31 Second December31 January 31 Third 31 April 30 Fourth June30 July31

Even if contractor experiences zero sales during the quarter, a report Is still required. This will also apply if the contract starts partial within a Quarter. Reports and Administrative Fee shall be due no later than thirty (30) days following the end of the quarter, Only submit one payment and one report for each quarter, do not combine payments or reports.

Payment shall be made by check payable to the “State Purchssing Division”. This contract number 70-000.16-00034AC must be included on all payments and Quarterly Sales Reports.

Remit Checks to: State Purchasing Division 1100 St. Francis Drive, Room 2016 P0 Box 6850 Santa Fe, NM 87308 Attn; Compliance Officer

Sample Reports can be found at:

Email completed reports to: GSD.Ouae4yjjageRstate.nm.us 8 is

for

the the this

and and

and

that

of

State

sales

of 6 of against

orders,

25 with

available Page ordars order,

request

Participating

participating the Contractor

Entity quotes, reportfnq agreement

accept

State”)

Mecico’ Section

the this

services to in

termination

prime agreement Addendum

purchase contact

purchase New

usage

for

provide “Lead all

Contractor’s under

Purchasing

price to

of in contractual a agreement.

reference

from pecified contractor. accept

following

Reports the

by

the authorized

as support this quarterly

copy contractual the shall of Participating

a

that

Sales ordering

as

years

the

right specified NOT writing,

quotes, héreinafter with this

placed authorized

term

Apparatus

of

(6) be

in

however,

ordering

State/Entity”)

specify ARE sending

the are

resellers

8200027987

six

State’s

entities ADDENDUM order

under

Quarterly

Fire shall

for

and

of Mexico provide

Apparatus,

No:

shall

ValuePoint Apparatus

any and from

during

“Contractor”) role

compliance

6-00034AC and approval

Fire

827-0472,

And

Mississippi

AGREEMENT

New

shall fox

Fire distributors;

ordering

requirements period

for

of of

authorimd Fees

used

their

a

guidance

Participating

NASPO (505) all to

is “Participating responsible subcontractors subcontractors lerraxa

Addenduni

or

utilize

Addendum

of 70-000-1

and

for

State receive

Agreement State

payments Trucks

payment MASTER

entities Ferrara resellers are

and

(hereinafter Audit

or

may

PAflTICIPATJNG

the 0507 Contractor final

must

from

Fire

Master by

subcontractors and requirements. survive distributor resellers follows, or

documents

Administrative 827- the authorized

authorized

fulfillment

(hereinafter configuration as number

resellers orders any Participating

Participating the authorized to

shall

for (605)

payment Contractor

this

this at Contractor purchase authorized authorized

before The Addendum

classified from Contractor

addendum

assistance, purchase lnvoices administrative Contractor accept under Contract

Authorizes All Addendum.

the

regarding

Administered

AclmfxdstratLox Officer are Agent (2) Agreement

(1) (2) (I)

(2)

responsible result Contractor

Contractor stribuf: a.

b. questions

Participating Reor4s Master

State.

solely

may 10.

approval.

9. Distributors

Compliance Purchasing For Additionally, PARTICIPATING ADDENDUM 7OOOO-16-OOO34AC N1SPO ValuePoint Fire Trucks and Fire Apparatus Administered by the State of Mississippi (hereinafter “Lead Stat&)

MASTER AGREEMENT Férrara Fire Apparatus Master Agreement No: 8200027987 (hereinafter “Contractor”)

And

State of New Mexico (hereinafter “Participating State/Entity”) Page 7 of 8 this Participating Addendum, which i latGr, to assure compliance with the terms hereof or to evaluate performance hereunder.

11. Primary Contacts; The primary contact individuals for this Participating Addendum are as follows (or their named successors):

Contractor: Ferrara Fire Apparatus Name Eric Adams Address 27855 James Chapel Road, Holden, LA 10744 Telephone j443..9O06 FOX (225)567-7679 F-mull cferraratrerraraflre.corn

Pat1ctpatina Entity State.QfNeLco Name Kathyanthez Address PC) Box 6850 Santa Fe, NM 87502 Telephone. 505 I27-0487 —- Fax 505-827-2484.

12. Orde Any Order placed by a Participating Entity or Purchasing Entity for a Product and/or Service available from this Master Agreement shall be deemed to be a sale under (and governed by the prices and other terms and conditions) of the Master Agreement unless the parties to the Order agree in writing that another contract or agreement applies to such Order. PARTICIPATING ADDENDUM 7OOOO.i6OOO34AC NASPO ValuePoint Fire Trucks and Fire Apparatus Administered 1y the State of Mississippi herelnafter “Lead State”)

MASTERAGREEMENT Ferrara. Fire Apparatus Master Agreement No: 8200027987 (hereinafter “Contractor”)

And

State of New Mexico (hereinafter “Participating State/Entity”) Ptge 8 o18

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

Participating State: Contractor: Ferrara Fire Apparatus

( Name: / Name: Chris Ferrara ‘‘9 Title: Title: President/CEO

Date; i/? /, /i ‘7 / Date: January 25, 2017 [Additional signatures as required by Participating State]

For questions on executing a partidpating addendum, please contact:

NASPO ValuePoint Contract

Contract

Inc.

State

8200027987

#8200027987

of

The

Office

for

Mississippi,

Department

State

with

Fire

of

Ferrara Purchasing,

Section

of

Trucks NASPO

Mississippi

State

of

Fire

31-7-1,

Under

Finance

Apparatus,

with

of

Travel

the

et

Mississippi

ValuePoint

seq.,

Authority

and

and

Ferrara

Mississippi

in

&

Inc.

Administration

Fleet

conjunction

of

for

Fire

Fire

Management

Code

Trucks

Apparatus

Fire

of

1972,

and

with

Annotated

Fire

Apparatus,

Apparatus Contract 8200027987 with Ferrara Fire Apparatus, Inc. for Fire Trucks nnd Fire Apparatus

TABLE OF CONTENTS 1.0 5 I.! CONTRACTSCOPE 5 1.2 CONTRACT SCOPE AND MODIFICATIONS 5 1.3 RECITALS 5 1.4 ESJ]MATED USAGE 5 1.5 CONTRACT TERM 5 1.6 PURCHASERS/PARTICIPATING ENTITIES 6 2.0 CONTRACT ADMIMSTRATION 6 2.1 MCC CONTRACT ADMINISTRATOR 6 2.2 ADMINISTRATION OF CONTRACT 6 2,3 CONTRACTOR SUPERVISION AND COORDINATiON 6 2.4 POSTAWARD CONFERENCE 7 2.5 CONTRACT MANAGEMENT 7 2.6 CHANGES 7 2,7 CONTRACT ADMINISTRATION FEE 7 2.8 MISSISSIPPI’S STATEWIDE VENDOR PAYMENT REGISTRATION 8 2.9 SALES & SUBCON’I’RACTORREPOR’I’S 8 2.10 OThER MCC REQUIRED REPORT(S) 2.11 MISSISSIPPI’S ELECTRONIC BUSINESS SOLUTION (MAGIC) 8 3.0 VRICING 8

3.1 PRICE PROTECTION 8 3.2 NOADDITIONALCHARGES 8 3.3 VOLUME/PROMOTIONAL DISCOUNTS 8 3.4 NEW PRODUCTS/SERVICES 9 3.5 PRICE ADJuSTMENTS 9 4.0 CONTRACTOR QUALIFICATIONS AND REQUIREMENTS 9

4.1 ESTABLISHED BUSINESS 9 4.2 USE OF SUBCONTRACTORS 9 4,3 SUBCONTRACTS AND ASSiGNMENT 10 4.4 CONTRACTOR AUTHORITY AND INFRINGEMENT 10 4.5 MATERIALS AND WORKMANSHIP 10

5.0 DELIVERY REQUIREMENTS 10

5.1 ORDER FULFILLMENT REQUIREMEN’I’S 10 5.2 EQUI1MENI’ DEMONSTRATION 10 5.3 SHIPPING AND RISK OF LOSS II 5.4 DELIVERY 11 5.5 SITE SECURITY II 5.6 iNSPECTION AND REJECTION II 5.7 TREATMENT OF ASSETS ii

6.0 PAYMENT 12

6.1 ADVANCE PAYMENT PROHIBITED 12 6.2 IDENTIFICATION 12 6.3 PAYMENT, INVOiCING AND DISCOUNTS 12 6.4 TAXES, FEES AND LICENSES 13 6.5 OVERPAYMENTS TO CONTRACTOR 13 6.6 AUDITS 13 7.0

7.5 7.4 7,2 7.1 7.3 8.1 7.6 8.2 8.0 9.2 8,4

9.4 9.0 9.1 8.3 9.3 9.6 9.11 9.7 9.9 9.8 9.5 9.10 9.13 9.12 9.14

10.0 10.5 10.4 10,6 10.2 10.1 10.8 10.3

11.3 11 11.1 10.7 11.5 11.4

12.0 11.7 11.6 11,2 12.1 11.9 12.7 12.4 12.3 12.6 12.2 11.8 12.5

.0

QUALITY

INFORMATiON

GENERAL

DISPUTES

CONTRACT RIGHT WARRANTIES TRAINING CONTRACTOR NON-ENDORSEMENT ADVER’l’ISING COST PRODUCT NO RETENTION PROPRIETARY

INDEMNIFICATION SURVIVORSHIP SEVERABILITY Contract PERSONAL GIFTSANDGRATUITIES INDEPENDENT FORCE APPLICABLE NONDISCRIMINATION GOVERNTNG ANTITRUST OSHA ADMINISTRATIVE INSURANCE NON-EXCLUSIVEREMEDJES PROBLEM WAIVER FEDERAL MATERIAL FEDERAL ALTERNATIVE TERMINATION TERMINATION TERMINATION TERMINATION FEDERAL TERMiNATION OPPORTUNFI’Y TERMINATION TERMINATION PARnES ENTIRE LEGALNOTICES ORDER AUTHORITY COUNTERPARTS LIENS, WAIVER OF REQUIREMENTS OF MAJEURE CLAIMS OF AGREEMENT REMEDY iNSPECTION FUNDING WARRANTY DEBARMENT RESTRICTIONS

ASSURANCE RESOLUTION

PROVISIONS PRECEDENCE,

AND LIABILITY 8200027987 BREACFI OF OF

LAWIVENUE TO

‘fERMINA’I’ION

EXECUTION STANDARD COMM OR STATUS DISPUTE FOR TO FOR FOR

FOR RECORDS FOR PROCEDURE BY SOVEREIGN AND BIND

REMEDIES

AND CONFIDENTIAL CURE SUSPENSION MUTUAL AND NON-ALLOCATION WITHDRAWAL CONVENIENCE CONFLICT CAUSE ENCUMBRANCES AND ITMENTS, OF AND

COMMUNICATiONS AND I-TOLD RESOLUTION ON INCORPORATED

with TERMS PUBLICITY CONTRACTOR IMMUNITY AGREEMENT SUSPENSION LOBBYING DISPUTES HARMLESS OF WARRANTIES

Ferrara INFORMATION

INTEREST AND OF FEES AU’I’HORITY OF CONDITIONS

Fire

FUNDS DOCUMENTS, AND AND

Apparatus, COSTS REPRESENTATIONS CONFLICT

Inc.

for AND

Fire CONFORMITY

Trucks

and

Fire

Apparatus

13

15 14

21 19

24 13 14 14 14 14 14 20 13 20

20 20 16 15 20 16 15 15 21 21 17 16 22 23 22 16 IS 23 22 18 18 17 16 15 23 23 18 18 24 19 19 24 24 19 26 25 26 26 48 49 32 28 Apparatus Fire C’S and AND T’S Trucks Fire for STANDARD Inc. PROFILE AND AGREEMENT Apparatus, Fire SHEET MASTER Fcrrara INFORMATION with DEFINITIONS DISCOUNT & VALUEJ’OINT 8200027987 CONTRACTOR STANDARD AWARD NASPO C U A B Contract APPENDIX APPENDIX APPENDIX APPENDIX Contract 8200027987 with Ferrara Fire Apparatus, Inc. for Fire Trucks and Fire Apparatus

LO OVERVIEW

1.1 CONTRACT SCOPE The purpose of this contract is the p-urchaseof vendor-provided equipment and services for Fire Trucks and Fire Apparatus. Contracts may be established with one or more vendors for each of these services and may be modified as necessaryto add new technology or enhancements to existing equipment/service available from the contract vendor.

1.2 CONTRACT SCOPE AND MODIFICATIONS The State of Mississippi (SOM) reservesthe ight to modifythis Contract by mutual agreement between the SOM and the Contractor, so long as such modification is substantially within the scope of the original Contract, Such modifications will be evidenced by issuance of a written authorized amendment by the Contract Administrator.

1.3 RECITALS The State of Mississippi (acting as the Lead State for the NASPO ValuePoint Cooperative Purchasing Program), acting by and through the Mississippi 1epartment of Finance and Administration, issued a Request for Proposals (RFP) for the purpose of purchasing equipment and services for Fire Trucks and Fire Apparatus in accordance with its authority under 31-7-I, Ctseq., of Mississippi Code of 1972, as amended. Ferrara Fire Apparatus, Inc. submitted a timely Response to the SOM’s Solicitation (incorporated by reference). The SOM evaluated all properly submitted Responses to the above-referenced RFP and has identified Ferrara, Inc. as one of the apparently successful Contractors. The SOM has determined that entering into a Contract with Ferrara Fire Apparatus Fire Trucks, Inc. for the attached categories of Fire Trucks and Fire Apparatus will meet Purchaser’s needs and will be in Purchaser’s best interest. NOW THEREFORE, SOM awards to Ferrara Fire Apparatus Fire Trucks, Inc. this Contract, the terms and conditions of which shall govern Contractor’s furnishing to Purchasers the equipment and services identified herein. This Contract is not for personal use. IN CONSIDERATION of the mutual promises as hereinafter set forth, the parties agree as follows:

1.4 ESTIMATED USAGE Based on past and/orprojected future usage, it is estimated that purchases over the initial three (3) year term of the Contract may approximate $45,000,000 for contract products and services. This estimate was provided solely for the purpose of assisting Bidders in preparing their Response. Orders will be placed by Purchasers (Participating Entities) only on an as needed basis. The State of MississippiINASPO VahiePoint Cooperative Purchasing Organization does not represent or guarantee any minimum level of purchase.

1.5 CONTRACT TERM The initial term of this contractis for approximatelythree (3) years from September 1, 2016, or the date of last signature whichever is later, through August 31, 2019 with the option to extend for two (2) additional one (1) year term(s) or portions thereof. Extension for each additional term shall be offered at the sole discretion of the SOM and are subject to written mutual agreement. The total contract term, including the initialterm and all subsequent extensions, shall not exceed five (5) years Contract 8200027987 with Ferrara Fire Apparatus, Inc. for Fire Trucks and Fire Apparatus

unless an emergency exists and/or special circumstances require a partialterm extension, The SOM reserves the right to extend withall or some of the Contractors, solely determined by the SOM.

1.6 PURCHASERS/PARTICIPATING ENTITIES Participating Entities Potential Purchasers/Participating Entities include members of the NASPO ValuePoint Cooperafive Purchasing Program and other authorized public entities. The NASPO ValuePoint Cooperative Purchasing Program is a cooperative group-contracting consortium for state government departments, institutions, institutions of higher education agencies and political subdivisions (e.g., school , , , etc.) All 50 states, the of Columbia, US and other public entities may use NASPO ValuePoint contracts subject to the participation rules set forth in section 5, Participants and Scope, of the NASPO ValuePoint Master Agreement Terms and Conditions (attached). In addition to the State of Mississippi, the following Participating Entities have signified their intent to participate in this contract: State of Hawaii, State of Alaska, State of Oklahoma, State of Nevada, State of Washington, and State of Colorado. An estimated anticipated annual spend amountwas provided in the Request for Proposals document to assist vendors in preparing their proposals. However, this Intent to Participate document is not binding. During the term of this Contract, states and public entities may use this contract by executing a Participating Addendum between themselves and the Contractor.

2.0 CONTRACT ADMINISTRATION

2.1 SOM CONTRACT ADMINISTRATOR The SOM shall appoint a single point of contact that will be the Contract Administrator for this Contract and will provide oversight of the activities conducted hereunder. The Contract Administrator will be the principal contact for Contractor concerning business activities under this Contract. The SOM will notif’ Contractor, in writing, when there is a new Contract Administrator assigned to this Contract.

2.2 ADMINISTRATION OF CONTRACT SOM will maintain Contract information and pricing and make it available on the DFA web site.

2.3 CONTRACTOR SUPERVISION AND COORDINATION Contractor shall: 1. Competently and efficiently, supervise and coordinate the implementation and completion of all Contract requirements specified herein; 2. Identify the Contractor’s Representative, who will be the principal point of contact for the SOM Contract Administrator concerning Contractor’s performance under this Contract; 3. Immediately notify the Contract Administrator in writing of any change of the designated Contractor’s Representative assigned to this Contract; 4. Agree that any violation of any provision of this paragraph may be considered a material breach establishing grounds for Contract termination; and 5. Be bound by all written communications given to or received from the Contractor’s Representative. Contract 8200027987 with Ferrara Fire Apparatus, Inc. for Fire Trucks and Fire Apparatus 2.4 POST AWARD CONFERENCE The Contractormay be required to attend a post award conference scheduled by the Procurement Coordinator to discuss contract performance requirements. The time and place of this conference will be scheduled following contract award.

2.5 CONTRACT MANAGEMENT Upon award of this Contract, the Contractor shall: 1. Review the impact of the award and take the necessary steps needed to ensure that contractual obligations will be fulfilled. 2. Promote and market the use of this Contract to all authorized contract Purchasers/Participating Entities.

3 Ensure that those who endeavor to utilize this Contract are authorized Purchasers/Participating Entities under the terms and conditions of this Contract. 4. At no additional charge, assist Purchasers/Participating Entities in the following manner to make the most cost effective, value based, purchases including, but not limited to: a Visiting the PurehaserIParticipating Entities site and providing them with materials/supplies/equipment recommendations. b) Providing Purchasers/Participating Entities with a detailed list of contract products and services including current contract pricing. 5. Designate a customer service representative who will be responsible for addressing Purchaser/Participating Entities issues including, but not limited to: a) Logging requests for service, ensuring equipment repairs are completed in a timely manner, dispatching service technicians, and processing warranty claim documentation. b) Providing Purchasers/Participating Entities with regular and timely status updates in the event of an order or repair fulfillment delay. 6. Act as the lead and liaison between the Contractor and Purchaser/Participating Entities in resolving warranty claims for Contract items purchased.

2.6 CHANGES Alterations to any of the terms, conditions, or requirements of this Contract shall only be effective upon written issuance of a mutually agreed Contract Ameiidment by the Contract Administrator. However, changes to point of contact hiforination may be updated without the issuance of a mutually agreed Contract Amendment,

2.7 CONTRACT ADMINJSTRATION FEE The Contract(s) will be subject to a NASPO ValuePoint Administration Fee. Bidder(s) will include this fee in its bid pricing and not as a separate line item to Purchasers/Participating Entities. The Contractor(s) will collect the fees and distribute the fees to NASPO ValuePoint as prescribed in section 6 of the NASPO ValuePoint Master Agreement Terms and Conditions (attached). The NASPO ValuePoint Administrative fee shall be paid within sixty (60) days after the end of the calendar quarter. It is the Contractor’s responsibility to calculate and remit the Administrative Fee since NASPO ValuePoint does not issue an invoice for this fee. Contractor shall indicate the Contract Number 8200025803 and include with the remittance, a quarterly sales report by NASPO ValuePoint contract participant.

to

do

this

also

event

similar

quarter,

prior

to

including,

and

herein

the

the

may

under

to

in

Master

or

under

NASPO

forth

Purchasing,

Ternis calendar

prior

to

Contract

allowed

Participating

Apparatus

of

completed

Contractor

set

same

reels;

Participating the

be

the

be

of

the

Contractor

MAGIC.

the

.of

Fire

Mississippi

foregoing,

Entities.

at

to

ValuePoint

in

will

Office

system,

ORGANIZATION

Reports

of

some

into

The

end

the

and

Agreement

equipment

containers,

the

DFA

State

dictate,

profile

MAGIC,

above,

NASPO

fonnat.

1st.

purchasing

the

Payment

charge.

3

the

Master

responsibility

after

registration

Trucks

bags,

Contractor

and/or

the

to

(MAGIC)

factors

can

incorporated

stated

of

sole

the

system,

Fire days

allowed.

6

be

within

PURCHASING

as

REGISTRATION

Vendor

by

Contractor

January

require

customer

the

electronic be

Notwithstanding

Report

for

(30)

services,

is

Fee

will

wrapping,

an

ValuePoint

and

It

Purchasers/Participating

it

may

section other

Inc.

in

located

Contractor

unforeseen

to

charges

cards.

thirty

accurate

SOLUTION

by 31st

registration

agencies

and

Statewide

any

basis

an

supplies,

PAYMENT

price

packing,

other

NASPO

to

the

charges

fee,

credit

state

as

or

within

Subcontractor

in

the

COOPERATIVE

re-register.

of

discounts

October

Purchasers

additional

Apparatus,

Administration

of

and

ceiling

prescribed

such

Contractor

711

not

to:

7

use

maintain

40588

quarterly

1st,

BUSINESS

no

REPORTS

(attached).

or

materials,

3

price

a

from

As

VENDOR

Fire

Contractor

the

quantities.

additional

DISCOUNTS

the

of

BOX

and

Sales

paid

KY

need

on

Mississippi

registered

in

regulations

a

the

July

administrative

section

charges

be

herein,

electronically

be with

are

VALUEPOJNT

ValuePoint

by

in

an

similar

prices

to

payment

Ferrara

laws,

OFFicE

maximum

30th,

shall

Conditions

or

MAGIC

who

Addendum

CHARGES

discretion,

provide

promotional

for

that

registered

the

registered

fee

handling

with

and

LEXINGTON, specified

PosT like

NASPO

ELECTRONIC

require

STATEWIDE charged

April

NASPO

with

Management

submitted

be

sole

associated

are

shall

required

to:

identified in

andlor

be

the

also

request

than

already

conditions,

are

are

(attached).

those

fees

Terms

shall warrants

Fleet

SUBCONTRACTOR

and

to

a

Purchasers

prices

register

& PROTECTION

Participating

must

may

limited

otherwise

later

and

volume

8200027987

market

ADDITIONAL

Contractor

no

administrative

not

exceed

addition

that VOLUMEJPROJvIOTIONAL

offer

Administrator’s Contract

NO processing

Contractor Unless but

Contractors PRICE conditions

Contractor not

Conditions i.e., properly

SALES Reports MISSISSIPPI’S

Travel ValuePoint

submitting The

Contractors Contract.

Agreement

Entity’s MISSISSIPPI’S

Entities payment.

In

The

Contract

3.3

PRICING

3.1 3.2

2.10

2.9

2,8 3.0 4.0

3.4

3.5

4.1

4.2 CONTRACTOR

Contract

Contractor. must The

A NEW other At new offerings requirements by for notice PRICE result the Documentation and by Contractors increases higher increase. of ESTABLISHED throughout The equipment ten Prior Contractor for Contractor In actions specified fulfillment Prior USE address, value

SOM

be

Contractor

any

accordance least

the SOM,

approval.

SOM’s

noncompliance

(10)

subsequent

products/services

SOM

pre.approved,

changed to

OF 8200027987

to

of

of

PRODUCTS/SERVICES

to

price SOM, profit

reserves

of

one commencing ADJUSTMENTS

performance,

calendar

telephone, increases

each Any

the

and

the will

in SUBCONTRACTORS

Contractor

its reserves

and

shall must

of Contract

the

the

hundred

adjustment

SOM’s

margin

new

and shalL may established

pricing. Subcontractors.

Contract

Subcontractors not

subcontract: contract

products

with

life

trained

the

extension

Solicitation. must

QUALIFICATIONS

be

be

days such

be

products/services

BUSINESS

propose

at

with

not

of the

right

with in notified

R.FP an

facsimile,

Administrator

Contract

for

considered the

twenty

shall

be

performance,

this

iting,

Contractor

New with

established

from requirements, price

personnel Administrator right

make

and/or

will

Ferrara

the

based

any manufacturer’s

to requirements,

in

periods,

contract.

provide

a

approve

associated the

or

in Contractor

the

to adjustment

(120)

be revision

requirement

Contractor

not contract

Administrator.

email,

writing

changed by on services

require

original

at

date

without

Fire

necessary

listed

shall

the

published

the

business

Contractor calendar

a

when

or

will

or

detailed

of

federal

including to

SOM.

sole

has

Apparatus,

prior

pricing by

reject receipt

identify

extensions

Contractor than

appropriate

request, products/services in

solicitation

its

level,

shall

be

supporting shall

determining

the

of

the

the

AND

discretion

contract

added

firm

days to

to

that indices, this

any

breakdown

Contract

be sole

Bidder’s Price may

maintain

may of incurred

meet

that

their

all

and

paragraph. set identification

with

established

proof

before

and REQUIREMENTS

discretion to

subcontractors agrees

time

contingent propose

Inc.

be

to

adjustments document offerings

all

forth

documentation

to

name,

such

the

of

all

all

the

provided whether

Administrator

terminate

requirements Response,

of

after

compliance the

for

if the

Contract

Subcontractors

required

of

to in

compliance proposed

scope

as

required

the

SOM

purchase

Fire

their

end

a

take

contract the

by to

to

written

or

number

on

nature

to

accept

the

to

reflect

of

of Producer

may

Trucks

costs subsequent

this

complete

and,

extend

who

by

licenses, who

price

the

the the

by

original

by

with

sufficient

and

written

price

be commencement of

Contract

amendment

of

with

SOM

the

or if

current upon

Contract,

will (TIN), Contractor

are

technical

any adjustments.

taken that

services granted,

this these

perfoim reject

and

Price

SOM,

engaged

rate

responsibility

fees, said

perform

contract

request. Contract

price

are revisions. amendment.

Contract.

Fire

and to

term

into

requirements as

increases

such

requirements

Index

justify

bonding, identified

law

product

These

to

a shall

the

to

adjustment

anticipated must

Apparatus

material

consideration

of

by

be

services

the product/service pricing.

or

work

Administrator

date.

and/or

this

the

not

performed,

the

regulation,

meet Price

proposed If

contract.

by for

upgrades

facilities,

approved

Contractor,

produce

Contract

by

requested

as

breach The

written

all

in

the

the

within

The

granted

dollar the

grant

by

or

a

at

to

and

not

final

the

Entity

all

the

local

without person,

any

Entity

prior

thirty

in

supplies,

and/or

in

in

the

shall

of

its

from

and

contract.

that

for

and

the

supplies,

established

used

possible

breach

expedited

this

shall

services

either

Contract

State

state,

identifies

services

apply:

an

Apparatus order

enswe

Purchaser

any

herein,

other

transfer

materials,

documentation

in deducted

the

to

this

minimum

event

Contractor

on

that

the

a

and/or

Firc

shall

to

materials,

material

through

manufactured

no

other

cost

a

Contract

federal,

of

option,

be

with

under

In supplies,

purchase

and

workmanship

the

contained

a

any

repaired

otherwise

this

Purchaser

Purchaser/Participating

inflnge

type

provide

Purchaser/Participating

of

or

a

shall

or and

Contract.

responsible

and

available

sell

following

equipment

notification

Contractor

by

this

the

to

be

Trucks

applicable

shall

this

considered

supply

the

of

against

materials,

to

Purchaser’s

for

obligations

of

receipt

all

assign,

be report

supplies

Fire

replaced

shall

services

the

its to

shall

cost

specifications

equipment

supplies,

those

intentionally

be

Subcontractors.

orders

at

may issued,

for

upon

requested

authority

liability

order.

and

is

all

and

not

confirmation

Contractor

be

only

standards

the

receiving

Inc.

the

place

transfer

provisions

either

conform

and

Materials,

conditions/requirements

to

Contractor may

Subcontract,

order

and

additional

the

may

order

Contractor

the

materials,

contract

auditing,

condition

will

equipment,

may

to

any an

supplies

on

no

shall

an

reduce

The by

all

equipment

the

the

duties.

to

Contract,

and

compliance.

at

Alternatively,

this

or

INFRINGEMENT

such

applied

for

delivery

otherwise

the

of

Once

intent

Apparatus,

noted

practices

this

have

be

or Entities

of

Administrator. Contractor

for

of

down

Contractor

furnish

be

Contract

AND

to

acceptance

requirements. pricing

location.

Materials,

release

Purchaser

to

verify

Fire

they

the

provided

Purchaser,

expense.

to

allowed

under

can

to

flow

phone.

to

this

termination.

verification

the

assign, and

Contractor’s

be

REQUIREMENTS

Violation

the

Further,

that

prices

by

Contract

sell

and

for

prior

of

the

comniercial

shall

or

Contract

date

to

send

required

Ferrara

price

notification

the

shall

contract

ASSIGNMENT

operate intended.

requirements

of

product

WORKMANSHIP

demonstration

Contractual

of

be

of

Contract

best

herein

the

shall

upon

the

and

Contract

with

responsible

AUTHORITY

Contractor’s

Contract.

verify

Contracts.

request

for

AND

of

the

Subcontract, DEMONSTRATION

Purchasers

damaged to

which

is

Contract

at

shall

equipment

AND

equipment.

to

advance

facsimile

on-site

this

the

stated

authorized

of

perform

consent

for

not

the

any

Purchasers/Participating

State

with

term

purposes

agreed

an

is

as

REQUIREMENTS

Subcontract

to

FULFILLMENT

days

to

of

peiforniance

a

grounds

and/or

the

manner

Contractor Product

damage

payment.

Upon

uses applicable needed

under

For

shall

regulations

demonstration(s)

of

the

8200027987

written

Contractor

Contractor

1,

delivery.

3.

2.

in

provide

mutually

VERY

calendar

Such

a

EQUIPMENT

the

The During

to

electronically,

ORDER

Authorized

accordance

codes, equipment.

construction

MATERIALS

services necessary

The

normal

Contractor represent

CONTRACTOR equipment Mississippi

prior

breach

obligations

(30) requirements

establishing existence

SUBCONTRACTS

Contractor

the

Contract

5.2

5.1

I)ELI

4.5

4.4

4.3 5.0 5.3

5.5

5.6 5.7

5.4

Contract

FOB

the fees, “We designated best FOil The charges destination, entities. any destination. The

or Contractor SHIPPING DELIVERY Purchaser’s loss of Products except destruct-ion

The price to: notify as supplies While TREATMENT defects SITE INSPECTION ordered, delivery Subcontractors

1.

Participating

loss,

negligence.

final

destination

tax meeting

(1) Contractor

Purchaser/Participating Title the

Pay

or Destination, other

Purchaser’s/Participating

Destination,

of

8200027987

SECURiTY

the

shall rules on repair

loss

damage

cost

damage,

in

acceptance,

The

any

is or

were

Freight”

to

and

representatives’

Purchaser’s/Participating

the

Contractor.

charges Freight

shall for

or

shall equipment their

all

be specified

for with

AND

or

purchasing

or hazards

materials,

damage

properly

the within

property

included

shall

all shall

Addenda.

which shall

replace,

AND

ship

or

needs. not

OF

respect

Freight

purpose RISK

of Freight

with

Prepaid -

destruction

shall

or

release

be

provide ASSETS this conform

the

all

of destination,

the

REJECTION

the

attributable

does

as

Without

delivered

borne

furnished

in

transportation. Ferrara Products

supplies,

at

entity

damaged

to

01?

acceptance option United

be

pick-up

Contractor

the Prepaid

of

Contractor’s

and }‘repaid

Entity, other

not

Contractor

LOSS

permitted.

forming

the Entity’s

by

in

freight

of

shall

conform

limiting

may

all

includes,

Purchaser,

Fire

States.

and

purchased Participating

the

or

following

by

the

to The goods;

as

Entity’s

respects

equipment

be

the Purchaser’s of and

add

Products is

ready

charge.

appropriate.

unit.

the

a Apparatus,

inspection

method

from

expense, judgment entitled the

Regardless

permitted

any

to Purchaser/Participating

Freight

only

or

Contractor

Added

Purchasing

but

contractual

materials,

for

premises,

except

pursuant with

other (3)

delivery

any

ordered

not

the Entities of

Acceptance.

to at

accept

any

obligation of

physical, fault

shall

shipment

as

the rights,

be

to

to

Inc.

Title freight limited

loss

of

all

to

or

reimbursed

shall

to select

the

time

supplies

options

Contractor,

FOB

or

entity

the hereunder materials,

requirements. be

may whether

for

all

or

this

to

the

negligence;

invoice

included

charges return damage

of

make all fire, of to,

Fire

shall

point,

hereunder.

the

vary

Contract,

Purchaser

Such

delivery, the

shall

property

the

as

or

or

such

most

Trucks

Entity

be

freight as of

damaged and

equipment,

supplies

that

specified

its

Contractor

other

inspection following; —

attributable

incurred

in make

consistent any a

the

agents,

delivered

and

direct are

cost If occurs

freight

the

the

furnished

may

shall

After

or

there security

arrangements

and

Contractor

expected

such

and price

arrangements Purchaser

all effective

goods;

item

below

requite to

remain employees,

prior

if

Fire shall

prepaid,

agrees

delivery,

are no

of

equipment with

loss, to

items

the

the

per

the

regulations.

of

by

additional

any

Contractor’s

(2)

Apparatus

not

to

to

materials,

invoice.

to

the

cost

the

damage,

unit

with the

damaged

to

delivery

must

will are

delivery,

be

apparent

refund

FOB

all

be

and

bear the

nature

Contractor

Contractor,

under

or addressed what

for

to

the

construed promptly

upon

purchasing

risk ship

deliver

No

all

handling

the have

the

or

options

goods.

of

was

this fault

of risks

other

FOB

final

the

its

to

in

of

in

of

the

by

all

in

to

use

herein

notify

the

be

the

prompt

dispute,

property

a

for

by

pursuant

until

Packing

Entity.

All the

Contractor

or

in

settlement

property

damage.

Purchaser

the

shall

Entity.

from

such

and

to identified

to

the

provided

in

notices,

the

of discount

be

employees,

hackorders.

and

by

Apparatus

issuance

Entity.

accepted

reimbursable

immediately

by

applicable

further

prior

damage

number.

Number;

overcharged.

property

use

results

Contractor

(i)

any

is

dollars

shall all

to

damage

Fire

of

by

been

shall

shipping

specified

that

from

otherwise

Contract. and

or

order

been payment

U.S. due

upon

thereof

property

with

and

which

which

has

in

Contract

applicable),

Contractor’s

this

has

Purchaser

loss

or

of

cost

Contract

such

order.

unless

of

protect

(as

the

prompt

furnished

property

any Entity’s

contents

Purchaser/Participating

of

the

otherwise

State

cost

Contractor

this

Trucks

of

of

and

necessary

of

Purchaser

Purchaser/Participating

all

include

of

the

the

shall,

Contractor

the

the

is

Contractor

the

commencement

Fire the

the

with

ValuePoint

number

purchase

Contractor correspondence,

unless of

due

also the denominated

Purchaser/Participating

instances.

ServIces

result

contract.

in

period

delivery (ii)

by,

for

a

the when

to

the

protect

property by

all

peiformance

identify

or

the

order

and

this

in

as

shall

administer

vest of

to

payment

in

all

property,

upon

inc.

the

Contractor

damaged,

NASPO

charges

of

invoice

made

in

manuals,

will

associated

issued

and

discounts

or

for

invoice

the

clearly

reimbursement

be

steps

other

clause

be

to

performance

all

nor

annotated

to

Contract,

Products

damages

to

indicated

to

and

(iii)

maintain,

only

will

this

Purchaser

negligence

shipping

Purchaser

pass

practicable

Purchaser’s/Participating

this

for

or

to

the

associated

are

completed

materials

Apparatus,

and

instruction

Title adjustment

reflect

the

cancellation

of

used the

the

destroyed,

and

occurs.

for

completed

the

reasonable

shall

to under

DISCOUNTS

payment,

an

or address contract/purchase

of,

furnished

in

be

extent

Fire

shipment

satisfactory

by

If

all

lost,

fu’st from

prominently

for

memos

the

written

made

Contract,

vest is

the

properly

applicable

AND

be

and

Contractor

to

a

responsible

each

take

packages,

to

be

properly accurately

PROHIBITED

Purchaser.

Entity’s

this

and the

Contract,

a

of

other

credit

surrender

be

discount(s)

the

results

Entity.

Ferrara performance

Purchaser

Contractor

shall

and

to

of

Purchaser,

with

identified

the

will

lists,

of

shall

shall

tennination,

and

this

and

processed

whichever

property

the

responsibility

the

the

shall

shall

copy

received

by

be

the

with

delivered

pass

in and

be

which

receipt

of

part

to

provide

volume

by

are

sole

part,

be

manner

under

INVOICING

Invoices

not

shall

the

Hard

Subcontractors.

packing

PAYMENT

enclosed

number

in

payment

to

shall

payment

until

the

shall

on or

or

be

Purchaser

performance

items

is

andlor

for

will

containers,

completion,

are

property

property

Contractor

Contractor

acceptance

reference

Purchaser

Purchaser

Contract.

approved

the

any

invoice

8200027987

dollars.

shall

invoices, Contract

agents

advance

failure the upon

All

VANCE

If The

The

or

such reasonable

Contractor whole the

in Any

contract,

and

this

invoiced

Solicitation. Purchaser/Participating

Invoices

commence,

Contractor Invoices

invoices

Each U.S. payment

lists Purchaser’s/Participating

the

shipping

All Payment

IDENTIFICATION PAYMENT,

AU

to

5.

6.

No

4.

3.

2.

Contract

6.1

6.3

6.2

PAYMENT 6.0 Contract 8200027987 with Ferrara Fire Apparatus, Inc. for Fire Trucks and Fire Apparatus any prompt payment discount period shall commence on the date final approval for payment is authorized Payment for materials, supplies and/or equipment received and for services rendered shall be made by Purchaser/Participating Entity and be redeemable in U.S. dollars. Unless otherwise specified, the Purchaser’s/Participating Entity’s sole responsibility shall be to issue this payment. Any bank or transaction fees or similar costs associated with currency exchange procedures or the use of purchasing/credit cards shall be fully assumed by the Contractor.

6.4 TAXES, FEES AND LICENSES Taxes: Where required by statute or i’egulation,the Contractor shall pay for and maintain in current status all taxes that are necessary for Contract performance. No charge by the Contractor shall be made for federal excise taxes and the Purchaser/Participating Entity agrees to furnish Contractor with an exemption certificate where appropriate. Fees/Licenses: After award of Contract, and prior to commencing performance under the Contract, the Contractor shall pay for and maintain in a current status any licenses, fees, assessments, permit charges, etc., which are necessary for Contract performance. It is the Contractor’ssole responsibility to maintain licenses and to monitor and determine any changes or the enactment of any subsequent regulations for said fees, assessments, or charges and to immediately comply with said changes or regulations during the entire term of this Contract.

6.5 OVERPAYMENTS TO CONTRACTOR Contractorshall refund to Purchaser/Participating Entity the full amount of any erroneous payment or overpayment under this Contract within thirty (30) days’ written notice. If Contractor fails to make timely refund, Purchaser may charge Contractor one percent (1.5%) per month on the amount due, until paid in full.

6.6 AUDITS The SOM Contract Administrator andJorthe Purchaser/Participating Entity reserves the right to audit, or have a designated third party audit, applicable records to ensure that the Purchaser/Participating Entity has been properly invoiced. Any remedies and penalties allowed by law to recover monies determined owed will be enforced. Repetitive instances of incorrect invoicing may be considered complete cause for contract termination.

7.0 QUALITY ASSURANCE

7.1 RIGHT OF INSPECTION Contractor shall provide right of access to its facilities to SOM, or any of SOM’s oflicers, or to any other authorized agent or official of the State of Mississippi or other Participating Entity, or the federal government, at all reasonable times, in order to monitor and evaluate performance, compliance, and/or quality assurance under this Contract.

7.2 CONTRACTOR COMMITMENTS, WARRANTIES AND REPRESENTATIONS Any written commitment by Contractor within the scope of this Contract shall be binding upon Contractor. Failure of Contractor to fulfill such a commitment may constitute breach and shall render Contractor liable for damages under the terms of this Contract. For purposes of this section, a commitment by Contractor includes: (i) Prices, discounts, and options committed to remain in force over a specified period of time; and (ii) any warranty or representation made by Contractor in its

or

to

a

law,

in

to

media

under

refund

Entity

Product

the

or

or

of

Product Product

a

and/or

this

materials,

All

sale

obligations

and/or

the

will

conform

the

law

solicitation,

removing

the

for Contractor.

the

and

other

parties

the

the

of under

(a)

by

be

the

under (c)

format

the

shall

service

the

any

written

Apparatus

Administrator,

to

that:

repaired

Participating

submitted

of

manufactured

Entity)

effect

design

affect

any

Entity

and

shall

the

breach

and

Purchaser.

used,

Contractor

Fire

to

or in

or

the

awarded

the

correcting,

of

and against

is

provided

the

If

provided

the

the

of

supplies,

and

Contract

Upon and

response

used

alter

period

by

itself

remedies

model

which

or

its

publications,

Acceptance

afford costs

not

parties

Contract

charged

Product

Contractor’s

in

SOM

Participating

designed

for

and

of

to

avail

purpose,

be

Trucks latest

the

is

this

or

defects.

equipment

materials,

shall

the the

and

warranty

merchantability, such

Contractor.

representations,

of

applicable

date

of

the

made

equipment

to

may

rights

will

Fire Response

any

as

for

the

of

except,

or

fioin

the

labor

and/or

free

of

its

to

essential

Product

for which

The

Purchaser/Participating

manufacturer

written

is and,

SOM

consequential

in

charge

its

and

costs.

or

Purchaser

the

for concerning

remedies

solicitation

from

the

conditions

to

Inc.

the

unused

of

no

prevail; and

Contiactor

consent

to

intended,

equipment

other the

(d)

known

the

and

made.

and

services

materials

and

parts

(at

or

and

RFP.

Product the

11

by

fails

of

shall

year(s)

damages,

Acceptance

fees

full

been

referred

or

purposes

made

the

which

the

written

rights

that

benefits, indirect

terms

new

Contractor

one

or

information

in

replace

for

beneficial (e)

supplies,

be

and

Apparatus,

judgment,

receipt

actual

have

of

thereto,

any

Purchaser.

materials or

prior

herein.

other

identified

descriptions,

any

or

and

in

claims

ordinary

conditions

Fire that

more

the defects,

shall

attorneys’

specified,

after

Contract

any

use

maximum

of inadequate,

skill

period

specified

the

repair

All

and

to

or

a

tables,

materials,

without

year

purpose(s)

be

as

incidental discovered

limitation,

defective

for

purposes

specific

manner,

will

for

all

accompanying

to

deemed

is

be

(1)

Ferrara

rights

contained

the

COMMUNICATIONS

Entity

provided

between

payments

the

terms

all

if

otherwise

specifications

reasonable

or

publish

that

for

the

Defects:

of

to

addition

one

shall

any

with

special

without

publicity

suitable

diagrams,

or

in

proves

fit

and

of

Contractor’s

all

not

AND

RFP

inspection

of

medium

warrants

is

or

party,

conflict

Unless

be

reasonable

or

any

Contractor

are

Contract

the

warranty

WARRANTY

the

equipment

of

and

REMEDY

shall

warrants

for

charts,

training

on

the

period

any

the

to

according

or

shall

Product

Remedying

amount

OF

including,

Product

nonconformance

manufacture.

Contractor

event

8200027987

of

Contractor

warranty prevailing

relied

advertising

full

requirements

the

a

the

the

suitable

Contractor

Customer

ADVERTISING

for

to replacing

equity, COST Cost TRAINING

Is whose

(b) commercially warranty, replaced the

has this

of

Contractor equipment, performs

WARRANTIES Contract the The

Contractor’s

Warranty(ies): Purchaser/Participating

warranty,

minimum In

recent

materials

Purchaser.

PRODUCT

schedules,

communication

Response

Contract

7.6

7.5 8.1

INFORMATION

7.4

7.3 8.0 9.0

8.2

8.3

8.4

9.2 GENERAL 9.1

Contract

The proprietary. reflect RETENTION If including, Contract The records. records authorized Office, payment. Contractor order PROPRiETARY shall Neither The notify Mississippi, without promotional NON-ENDORSEMENT notice information make claim Contractor Contractor Entity. held effect SEVERABILITY

If Conditions of This GOVERNING Services, severable. ,

any

any Mississippi

Contractor

SOM SOM’s

invalid,

Contract be

8200027987 enjoining

no

that

litigation,

without

Contractor provision

of

all

and

shall

the subject

the

First

reference and

request

PROVISIONS

nor

direct

At

shall such but

by

shall

obtains of

federal

(attacbed). SUM

prior

sole

in

and material, If

be

the such

no

suggesting

Judicial the

the

not shall

the are

the

a

OF

shall

materials maintain

at disclosure,

retained

and

LAW/VENUE retain

additional claim

of

request provision responsibility the

for

review

request

nor

of SOM,

limited

all prescribed invalid invalidity

SOM

OR with

to a

and

this

RECORDS

be

indirect

venue any

public

court

maintain

reasonable

the

the

District. brochures,

construed

such

or

CONFIDENTIAL

state

Contract

Ferrara

personnel

records. is request(s)

and until that

the

State

Purchasers/Participating and are

audit

provision, to,

AND

order

made

of

cost, the of

disclosure

records

officials shall costs

confidentiality

accounting express

exempt

they in

of materials,

any

final

all

of SOM

shall

is

Governing section

the

enjoining these

PUBLICITY times

or

and to

Fire

sales

books, started

Mississippi

Failure

not

action

are of

duly

resolution

for

any view

for

date

be

and

will

written any

from interpreted

so

affect.the

the

records,

Apparatus,

has

to presentation disclosure

a

limited

provision 35

authorized

supplies,

authorized

records, procedures before

to

brought that

period

Contractor’s

nature

inspection,

release best to

been

that

disclosure.

of law

INFORMATION

this

of

so

consent

the

the

or

of

or

Contractor’s including

disclosure.

label

to

and

the end given

other

expended

of

Purchaser/Participating

all

in

records the only

NASPO documents, hereunder

for services

maintaining

of

Entities

Inc. by seven

accordance

venue by expiration

or litigation,

the

and

such

any

requested

review,

so

of

provisions

shall

the solution proprietary

the

law,

provisions

for

the

long

practices

materials

document

will

(7)

materials

Purchaser,

for

ValuePoint like,

and/or

in

are

If

be

regulation Fire

SOM

information

shall

years or the

as

Contractor

data

participating be

claims,

of

deemed endorsing the

to

regardless information

with

audit

the

released

performance Trucks

of

the

be equipment their

and/or

which

information,

above

and

generated of following

this incorporated

or

SOM

the

in

seven

the

this by

or

Master

failure

or

other

needs.

a

the

Contract

laws

marked

Entity the waiver

audit

the fails

data Mississippi sufficiently the

and

agreement.

to

retains

Contract

of

Circuit

entities

(7)

on

the

SOM, evidence

impacted

method Contractor’s described

under the of

to

to

in Agreement

Fire

of

findings

Contractor

the

year

in

the

requester

the

by

timely

a

obtain

confidential

by

this that

date Contractor’s

any

secure

Court

date

personnel Apparatus outside

are SOM

Contractor

the period,

State

reference

of

and State

Contract.

can

of

relating

literature,

Participating

declared

herein,

respond

the involving specified.

Contract,

distribution,

final

of

will area

properly

of

unless be

Terms

agrees

Products

Auditor’s

the

court

the

Hinds

given

or

duly

notify

and

shall

to

State of

after

to

and

to

this

any

the

to

be

be or

to

by

one

be

may

solely

any

said

are

the

the

and

of

or

caused

Personal

applies

Disputes

be

the

officers,

of

herein,

unlawful

or

waiver

Further,

Contract

this or

shall

any

this

a

suits,

in

is

make

and

favors,

harmless,

the

of

solely

Non-

or

it

by

of

shall

be

context

defends

this

forth

without

be

not

section

business State

without

Contractor

out

of

associates

hold

Apparatus

trips,

thereof.

to

set

and

corporate

etc.,

the

immunity,

Members,

or

which

shall

appropriately

This

created

state

Contract.

and

Information; Entity,

liabilities,

contract

Constitution

Contractor;

Fire

authority

and

loans,

be arising

suit,

sense

to

has

Confidential

court.

Contractor adjudicated

this

Contractor

the

Conformity;

any

with

Board

save

under subcontractors

including,

the

and

of

discretion,

State.

extension

discounts construed

of

to

will

or

termination

any

and

fees,

to

their

sovereign

and

venturers,

individual, or

claim,

State.

event

or

demands, of

Contractor defense

any

sole

by

and/or

Price

defend,

Confidential

Congress

gratuities,

or

Participating

the

any

the

Trucks

joint

their

a

gratuities,

that

such

or

brought

to

and

In

in

Protection

conjunction

whether

pursuant

Conflict

employee.

deemed

or

whatsoever,

withhold.

State’s

claims,

Overpayments

attorneys’

gifts,

termination

Fire

Addendum

be

relationship in

Participating

and

settle

Amendment

extent

an

be

etc.

with

all

Commissioners,

the

Contract

the

and

jurisdiction

for

cancellation to

Prices

State

the

whatsoever.

partners,

not

acting the

employees,

titled indemnify,

not

In

its nature

must

Contract gifts

suit,

value

accept

to

the

be

it

provided

for

this

acceptable

Inc.

Proprietary

immunity,

or

shall

and

Lead

this

against

Eleventh

of

shall

shall

Documents,

accrue

contractor

survive

a

or

will only

agents,

in associated from

then

purpose

unreasonably

claim,

Participating

expenses,

sections the

Court

and

of

give

kind

Representations; or

term

conditions,

regarding

employees,

party counsel

Services

shall

not

any on

economic

the any

State

act

Agreement.

performance,

would

Records;

and

Mississippi,

such

parties

and

of

from

defense forum,

of

for

offer,

one

HARMLESS

of

and of

every

Contractor

laws

Apparatus,

claim

the

Contractor

initial legal

any

shall

this

District

expenses

terms, any of

fees

contained

the

based

of

principals,

IMMUNITY

of

agents,

independent

of

Incorporated

which

or

of

any

the

use

Liability

Fire

CONTRACTOR

party

state

the

terms State

as

law,

an

federal

State

form

of

of

States

HOLD

of

anything

a

and/or

all costs

Agreement,

defense.

by

the

Products the

OF

agents

not

indirectly

perform

Warranties

Participating

Retention

shall

from

that

the

or

in

other

all

benefit

any

Contract,

partners,

or

to

or

defense

and

immunity

for

warranties

with said

and

AN])

costs

or the

of

F’errara

by

representatives

the

its

completion

investigative

United

DFA,

thereunder,

Precedence, this

in

the

Master

and

which

intend

of

allowed

expiration

SOVEREIGN

addition,

and

the of

Limitation of

the

brought

failure

STATUS

with

losses,

services,

Publicity;

directly

this

Entity

In

bound

otherwise,

costs,

Contractor against

comply

the

and/or

or

executed be

OF

issued

and

to

employees

immtmity,

privilege

or

be

capacities control

GRATUITIES

extent

agents

parties

and

of

Order

reasonable

Commitments,

exonerate

within

shall

agents,

etc.,

to

survive

shall

or

court

participate

must

The

conditions

all

order

The

shall

to right,

activities.

damages,

to

and

brought

survive. AND

States

person concurrence,

discounts,

fillest

suit,

for

performance event

of

8200027987

so

WAIVER

claim

Participating

Remedies;

any

the

transactions

Contractor’s

terms,

allowed

no

a

the

claim

a

governmental exclusively

State’s If

In

entitled the United

by claim, NO

limitation, be liable purchase

actions,

To employees,

protect,

Contractor for contract

special INDEMNIFICATION

GIFTS performance

another. Contract.

employees claim

In

INDEPENDENT governmental

and

Endorsement

Contractor’s

shall Infomation;

Contract intended

All the

SURVIVORSHIP notwithstanding

Contract

9.7

9.5 9.6

9.4 9.3 9.8

9.9

Contract

to Amendment personally PERSONAL It immunity, agent abrogated nor responsibility. INSURANCE furnish certificate General regulations completion Contractor All result and representatives, Specific The damage claims Employers they Contract. workers’ self-insurance Contractor The of damage as Subcontractor(s) Subcontractor(s) liability) injury Contract, Commercial

Contractor

is

be

no may

General

for insurance

minimum

agreed

insurance limits

are

sued

8200027987 less

of

in

and

filed

any

be separate

arising

arising the

Contract

covered

Requirements:

Requirements:

conditions.

compensation,

carry

than the

of in

caused

including liable

of advertising

shall,

shall

waives Liability

by

Aggregate statement

to

of

State by

to

General federal insurance

liability

provided

Participating

LIABILITY

the

the

amounts, progranis

and shall

$1,000,000.00.

the

the

and

out out

assigns,

Certificates

include

or

to must at

by

of

full cancellation.

by Contract.

with

between

all

Constitution Contractor

their

of responsible of maintain comply

also

general Mississippi,

(Stop

court.

but

any

Liability

or

extent insurance rights

the services

Limits comply injury,

satisfactory

in

Ferrara has

representation

all

occupational afforded

own not or cover

act,

compliance

Contractor’s

Gap):

State’s

servants.

Subcontractors This

the

with

been

liability against limited of Upon

applicable

commercial

omission,

expense,

and

(other

or

Insurance: fully

bodily

provided

Insurance

The parties

for

of

shall

section

insurance their

when

Fire

secured.

The

to

contractual

sovereign request, the

any

to

State

the

with to

or

than

or

not

the injury, disease,

Contractor with

Apparatus,

United employees

hereto

sovereign

obtain

maintained

premises/operations, made executing

agreement umbrella

and

State or

is

under

all

products-completed

be

of

and general

State

The

negligence

aLso

Failure

requirements

this

as Contractor

will

Mississippi

insurance

less

immunity

including

herein

of

that

endorsements and States. liability,

insureds

and

this

Contractor

not

of

Contract

Mississippi

maintain

than

insurance, immunity

will

their

liability for

in Mississippi

keep

herein

to

occupational

by

Inc.

Contract. a

or

no

waiver

services provide

as

the

at

of

requirements shall

official

and in

under

disease, and

in

event for

will

follows:

all

the

shall

does

contained

any

state.

Employers

force insurance

shall

contain

and

Fire times

is

furnish

for

for

by

products/completed

Contractor

not

all

proof

This

connection

shall not operations) performed

not

that be

duties

the

immunity

at

the illness each

insurance

health

required

Trucks

be

primary

comply

consent

limit

all

insurance,

insurance

separation Participating any

recovery

held of

evidence

whether

for

stated

Subcontractor.

times

In

Liability

insurance,

and

and

Contractor’s

official,

or bodily

good

responsible

under and

with

insurance

as with

as based

by

its

herein.

death,

safety

during

to

expressed

$2,000,000

of follows

shall

the

in

in faith,

officers,

Fire

of

this

insurance

injury

all

any

the

damages

the

the officer,

on

State insured’s

operations, Participating

as

and

laws,

applicable

cover

the

agreement. Apparatus

terms Failure

other

be

form

the policies,

following

required,

liability

in

until

and

property

term

of in

agents,

or

any

Eleventh

statutes,

employee

such

with

to any

insurance any of

of

property

implied,

of

(cross

the way of

a

this

personal

or

or

way

form

will

claims

a

kinds

this

State

extent

shall

limit

for

and

or

of

or

of

of

and

the

not

any

by

all

so

all

of

those

borne

of

or

of

this

to

(ADA.

that

and

are

shall

with

the

VII regulations.

State

state

the

federal supplies,

Mississippi

obligations provision

Act

under

any

or

Purchaser

of

Master

by

the

and

or

Health

than

no

limits

purchases

Contract

Title

Contract

of

certifies

Apparatus

and

5,000

comply

to,

50,000

and

the

State

violations

less

the performance

with

federal

to

materials,

and

applicable

in

Fire right

no

$

the

$

$1,000,000 $1,000,000

$2,000,000

purchased

Disabilities

standards

all

for

agreement

Mississippi

strict

be

ValuePoint

minimum

under

Safety

by

any

limited

and

Contractor,

under

of

failure

law.

antitrust

under,

of

the

with

Mississippi

with

limits.

laws,

not

responsibilities

the

shall

entire

by

provided

these

connection

of

arise

State

waiver

from

payment

there

of

but

upon

NASPO

any

in

the

equipment

said

such

a

Trucks

furnished

waiver

or

the

of

State

of

as

comply

a

the

against

which

of

appropriate.

remedy

to

with

Occupational

from

Fire

insist

Americans

of

available

issued

Contractor’s

the

and/or

items

or

as

Contractor

resulting

to

amounts

shall

of

26

for

the

including,

excess

the

the

assignment deemed

the

assigns

right

Contract

in

comply

Federal

of

limits

and

Inc.

remedy

by

be

in

result

of

services

performance implication,

acceptance

harmless

Contractor

section

a any

overcharges

the

and

regulations

rights

Purchaser not

by

seq.;

policies,

in

as

of

Contractor or

hereby

to

the

failure

overcharges

and/or

liability

or

hold

strict

or

and

et.

breach

decrease

and

the

above) provided

shall

coverage

the

supplies,

the

and

or

exercise

fixing

for

right

Apparatus,

be

from

the Antitrust

release

for

and

to

Purchaser’s

person)

12101

to

conform

Aggregate

Aggregate

Purchaser

(attached).

of

practice,

prescribed

conditions upon

or

or

Contractor

Fire not

expressly

price

standards

and

claim

is

one

law,

future

Contract,

all

Mississippi

will

increase

However,

the

regulations

materials,

the

to with or

by

of

Injury

indemnify

insist

actual

section

any

shall

to

such

this

occurrence) against

Contractor

(any

required

or

to

in

the

to

of

and

Contract

of

for

Ferrara

Mississippi.

laws,

Operations

the Conditions State

to

(per

right

construed,

of

the

comply

U.S.C.

Limit

that,

existing

(applies

purchased

regulations,

Mississippi

Mississippi’s

the

event

specified.

be

and

agrees

the

with

Therefore,

to

of

assessed

42

of

of

claims

Contract

of

insurance

Limit

any

and

Advertising

and

equipment,

(OSHA)

State

relieve

the

Purchaser

relating

shall

of

all

to

In

Act,

or

this

and

the Terms

State

State

Expense

further

agrees

performance

of

delay

amounts

maintains

reserves

in

by

laws,

andlor

damages

Occurrence

condition

or

the

the

REQUIREMENTS

the

Coverage:

Damage

Purchaser.

Adjustments:

furnished

standards

8200027987 Rights all

or

or

nondiscrimination

State

Contract

State

limits

Contractor’s

the

Purchaser

construed

Medical

Products-Completed

Fire

Personal Each

Contractor,

Mississippi

this

or

Failure

outside law; services

Contract terni imposed

the Agreement

by WAIVER

antitrust

ANTITRUST

Contractor comply. The

items laws,

Administration

OSHA Contractor

from

state Civil

During

NONDISCRIMINATION

The

be

minimum Limit

The

Excess

Contract

9.13

9.12

9.11 9.10 10.0

DISPUTES

9.14

10.1

10.2

Contract

Appendix

APPLICABLE PROBLEM

In lowest supplement resolved, resolution The Problems responding escalation or panel The Business faith If Each requested member. The Unless Both (3) pays the Dispute If The information escrow services under notwithstanding, materials, ADMINISTRATiVE and days Contractor cause, When

the

the

the the

Business

Dispute

payable. initiating initiating Dispute

State

to

per

Contractor

parties party

8200027987

members dispute

subject Purchaser event

this

it possible

suspend

irreparable

resolve

the

Resolution

anchor

is

AND

event

Days

it

B arising

in

of

processes,

cannot

supplies,

Contract

in

shall

difference party. may shall

the titled:

Resolution

a

as

writing

agree Resolution

Days. Mississippi, RESOLUTION

the cannot of

bona

party party

needed,

of

by

the terms

the will

equipment

level

REMEDIES

STANDARD

be the

and the

bear

resume

out

they

best

be

receipt

?‘JASPO written

The

with

to

harm

dispute.

Contract fide escalated

shall that shall

Panel

services

dispute appoint

amount

by

reached,

Contractor

be

of

with

either

exercise

the and

interest

between will

responding

SUSPENSION

and

Panel

either

the dispute

resolved

Ferrara

Panel are

peiformance will

have reduce

cost

of

the

conditions

whenever notice

authority

continue

being ValuePolni

performance

party

render

not

is the

a Purchaser,

or

and/or

within result,

Purchaser

has both

party

for

of third

good AND the

three

will

TERMS

such

any

request,

concerning affected

and

its

the

from

provided after

Fire

may

its

issued

amount

party a

parties

review

description

portion

individual

equipment who

faith to

neither

without (3)

each

possible. DISPUTES it decision State, panel amount

appearing

on

Apparatus, initiate the three

cannot resolve

Master

in Business

and

the

by AND

its shall shall of

in

the

organization.

Contract

shall due

good

member the the

by

this

thereof the a

party dispute decision

other

(3) Contractor

delay

and

next

question

on

be

the

Contractor,

respond

also

written

to Agt’eement

such

and State CONDiTIONS

pending

of

dispute.

have elsewhere

Business

Contract faith,

the

resolved the

the

Days

shall

dispute

party business the

to

payable

identify

Inc.

for

Administrator

and

resolution problem.

of

dispute

Dispute

amount

on

three

carry

dispute

believes

descriptions

of

in

Mississippi a

commence

to

agree

resolution

will for

the share

period

shall

Days,

fact writing

resolution

review

Contractor Standard

between

within

(3)

out

day

the by

matter

Fire

designate

in

Contractor,

Resolution

that, to

arises

equally

If

and Business

Purchaser

be

is

all

the

first

following

a

of

writing

a

Trucks

due the within

this

Dispute resolved

their

problem

to

not

litigation of to

shortest the in

of may

the

panel

between Terms

procedure

the

response.

settle dispute. the

and shall

contract. the

the

more

existence

a

parties

respective

Days at

panel and

three

Contractor’s

in Panel

dispute for

and

dispute,

payable,

cost

the

member.

Resolution

any

continue

in

and

practical

persists

disputes

good

than

against

deliver

materials,

the

a 30Ih

to

Fire

(3)

of member. through

time,

within

provided

timely

conditions,

If

negotiate

of

provided

thirty the State

faith,

Business

gather after day

responsibilities

and

Apparatus

a

and

prior Within

providing the it

time.

and

third

dispute

Panel

Representative.

to

the manner

of

of

the

places

believes

supplies, (30) this

cannot other

Those

without herein. the

additional

suspension

Mississippi

to

next

panel

in

Purchaser normal

Days.

review

three

shall may

calendar

using

good

before

in

at

three

be two

is

be

the

(3)

due a

a

of

of

he

to

in

the

this

1601

the

was

shall

any

the

grant,

is

the

time

may

of

to

of

that

forum

with

to

date

the

an

majeure other

Member

the

deemed

equipment

notification

extension,

the

notification

a

Mississippi

Section

all

responsible

time

alternative Federal

or

of

resume

of

control

of

the

to

Contract

Contractor

Force

occurrences.

be

specific

to

the

the

method.

majeure

Apparatus

below,

any

Contractor

the employee

written

and

other

written

to

authorize

resolution

providing

this

and of

State

supplies, U.S.C.,

of

accordance

behalf

resumption

or

shall

the

to

2

of

Fire

the

in

force

siniilar and

on

no

the

addition

cost

employee

equal

required

to

If

beyond

or

of

in

diligence.

party

the

provide

and

Act,

right

dispute

Reserved

an

resolution

the

officer

is

making

other

majeure,

of

and

by

requirements

are

time

or

agreement,

in

materials,

the

an

liable

or

each

shall

the

that

of

but

Administrator

request

be Rights

force

performing

practicable

paid,

procurement,

Trucks

performance

dispute

federal

of

as

the

party

reasonable be

the

alternative

Disclosure

equally

delay

COSTS

suspension.

evidence

this

reserves

shall

period

purchase

Fire

from

at

demanded

a

Congress,

influence

contract,

addition,

of

a

time

said

will

party’s

cooperative

soon

epidemics,

those

Contract

with

be of

to

other

demand. exclusive

Entity.

In

for

share

AND

from

or

for

as

party

to

party

the

alternative

be

any

the and/or

provide

can

causes

such

any

notice

Lobbying

charge)

Inc.

exercising

such

Federal

of

shall

Purchaser

by

paid

the

floods,

or

not

of

of

cease

majeure,

FEES

of

that

by

the

results

shall

that,

of

neither

subject

during

any

employee

consistent

into

delayed

in

attempting

mediator.

fire,

been

shall

be

of

(free

or

as

shall Contract,

and/or

parties

period

amendment Participating or

of

force

due,

the

notice

Contractor

result

extent

far

or

source

avoided

the

by

have

a

may

mediation

Apparatus,

both

cost

the

LOBBYING

entering

delay

strikes,

So

the

occurrence

acquisition

officer

as

sums

in

specified

notification

requirements

Contract

to

been

awarding

written

of

an

Fire is

an

Contract

the

ON funds

Such

prevented

the

suspension

riots,

infonnation

Mississippi

delayed

RESOLUTION

The

influencing

this

by

and

available the

majeure.

terminate Purchaser

funded

date have

with

is

of

engage

in

loan,

including

litigation,

Contractor

incurred

if,

day

for

means

law.

war,

provided.

the

delay

suspension,

best

under

not

with

of

Ferrara

party.

payment

for

30

the

force

hours.

be

party

State

Congress,

of

fees

REMEDIES

the

parties

of

for

God, that

extended additional

lieu

the

such

of

under

appropriated

Federal

Contract, DISPUTE

person

federally

with

method,

could

other

(48)

The

Contract

against

of

in

be

of a

the

resumption

majeure”

either

from

notice

any

any

this

Further,

the

provided

and

If

likewise

reason

this

acts

within

Except RESTRICTIONS

connection

FUNDING

Representative

that

that

to

to

of

of

the

shall

provide

attorneys’ certifies

Federal

Member

in

by

available

effects

dispute

earlier

“force

in

to

MAJEURE

a

recourse

shall

a

resolution

no

under

Reserved:

or services

forty-eight

own

event

an

event

8200027987

affected

no

include

remedies

term

making

its

Purchaser.

the

seq.,

same

the

Contractor, Congress

agency,

et

Contractor the

commodity. FEDERAL

In or

FEDERAL required

remedies

dispute The

In NON-EXCLUSIVE

ALTERNATIVE resolve

and/or

Contract. have for

Rights

amendment

within of results

satisfaction

completion

Exceptions:

The breach

Contractor’s party prevented

specified shall

unless FORCE

Notification:

performance

Contract

10.7

10.5 10.6

10.4 10.3 11.0

1O8

CONTRACT

11.1

11.2

Contract

presently The cooperative continuation, FEDERAL from A

any limited Contract MATERIAL

In term OPPORTUNITY the a cure under If for

Mississippi

period

Contractor

the

the

2.

liquidated 4. 3.

5.

6, 1.

State

term 4. 2.

3.

Contractor 1.

defects participation

or

8200027987

breach

the event

performance mandatory required Contractor Appointment Contractor Contractor Contractor hereunder; insolvency A Contractor’s regulations Contractor’s to: of

Terminate Exercise Impose Procure

condition,

of Administrator,

or

debarred, of

determination

Contract the

TERMINATION

time

condition. agreement.

Mississippi. DEBARMENT may

that

if

may renewal,

remains

Contract.

BREACH

or

the

certifies,

actual

replacements or

in

Contractor

any other

do

be in

this provision failure failure with opportunity becomes becomes the

or

by

which TO

and

suspended, or

any

proper

property hereunder;

this

remedy

terminated of

reorganization,

after an

by

or

State amendment,

damages,

Conti’act

Material

CURE that

Ferrara any

for

that one

that

alteriate transaction

liquidated law.

Time

to to

to

Contractor

performance

failing such

of the insolvent

receiver, fails perform

cany

cure,

of

or the

AND

neither

provided

and

and

Mississippi

for

proposed

allowed the

more

subject

aiid

breach

Contractor

for

or

Fire

to determination

such

out

date

impose

cure

The

to

SUSPENSION

contract;

or

otherwise

perform

damages;

Cause

any

it

by

services

of or

trustee, perform

or any

Apparatus, modification

has

nor

by

as

appointment

State

is

of of

any the

for relief

in

related

for

hereunder;

not mutually

law;

warranty

damages any a

been

its

may

by

an

cure

following:

is

term

Federal

debarment,

a

of

or

feasible

“principals” or

affect from

the

unsound a contractual in

proceeding

Mississippi renders

issue provided

contractual

similar Contracts

shall

deliver

violation

or

State

Inc.

agreed

creditors

of

as

or

condition

any department endangers

a

not

as

set

any

failure

written

financial

of for

the

official

materials,

declared

other

determined

the

diminish

forth

requirement

under

Mississippi, of

or

(as Federal

in

Fire

Contractor

requirement

is

and/or

portions

federal,

opportunity

a

to

defined not

of

remedies

cure

written

the

elsewhere

for

peiform

or

Trucks

any

condition

the

ineligible,

required

supplies,

contract,

Contractor’s

agency. or

Contractor

notice.

debtors

Contract solely

law

state,

eliminate

thereof;

in

unable or amendment

at

available

or

49

and

or

relating

materially

the to

in

to

so

or

for within

comply

The that CFR.

or

grant, cure,

or

this

sole

allow Fire

local as

may

to

or

equipment

a

voluntarily

Contractor’s

proper

endangers

Contractor to material

perform

Contract;

any to

the against

discretion

29.105

the

loan,

Apparatus

include

endanger

to

laws

the

with

bankruptcy,

breaches

State

of

the

discretion

performance

Contractor

or

the

or

any

any breach

Contractor (p) Contract;

by

excluded

but

of

the

may

of

liability

the is

any aspect

is

the

of

of

have

date

not

to

of

If

is

the

be of

the

and

a

such

The

be

to

cost

was

by

to

of

this

to

as

law

has

to

the

for

duties

action.

other

If

Contract

State

Contract

the

shall

by

e.g.,

prior

(30)

from

Purchasers

Mississippi

breach, its part,

Mississippi

replacement

pending

whole.

by right

the

any

of

in

all

this

of

peiform

this

and

of

in

to

the

incurred

of to

or

and

delivered

the

thirty

discretion

for

Apparatus

terminate

or

any

Contractor

State

Contractor

contract,

corrective

material

and

State

to

under

Administrator

authorized

Neither

Contractor.

Contractor sole

termination

opportunities; the

Fire part

specified

in

the

the

whole

failure

giving

Contract

breach as

the

subject

take

expense

addition

is

in

Contract,

the

reserves

procure

the to

the

of

in

the

that

by

perform

to

and (2)

by

in

ValuePoint.

or

equipment

the

other at

to

to this

contract

the

required

to

or

Contract

or

of

are

part

are

of

alleged

replacement

need

otherwise

damages

right

in

the prohibit

Contract, and!or

termination.

Administrator

and

additional

remedies

Trucks the

as

Contract,

manner invoked

that

the

the

mailing

NASPO

or

or

for

the

original

by

breach; whatsoever

negligence,

or

terms

determines

of

or

to

payment

of

be

authority

this

and

this

Administrator

Fire

or

Mississippi,

the

after

th

for

loss have

timely

liable

whole

and/or

of

days

supplies

Solicitations

may

Contract

Contract

for

a

time.

exclusive

day

deemed in

fault

rights

related

be

writing

material

of

any

only

in equipment

commencement

payments,

shall

the

is

obligation

State

Inc.

in

not

in

terminate

discretion, Contract

staff

between

terminate

perform

for

future

The

clause

the

by

AUTHORITY

Purchaser’s

shall

date

investigation

or

calendar

the

are

not

second

liable

sole

The

and

and/or

control,

materials, other

directly

action

may

OF

further

Mississippi

Contract,

State

after

Contract be

its or

Contractor.

the

(30)

was

of

and/or

any

during

in

to

the

costs

Mississippi

decision this

on

receiving

Contractor

this

suspend

difference

way

effective

shall

Apparatus,

a

Contract

Contract,

of

Contractor

services

to

of

thirty State

satisfactorily

have

the Convenience

or

withhold the

any

funds

corrective

advertising

from

this

Convenience”. notice

price

to

the

terminated.

Fire law.

this

rendered,

Mississippi

to

the

in

of

for

State

right

Contractor

in

shall

in

be

of

for by

of

terminate

reimburse Mississippi

any

Subcontractor’s

within

such

beginning

notify

the

supplies,

the

the

if prior

to

of

Purchasers

failure

its

to,

written

WITHDRAWAL

conditions

may

CONVENIENCE

Contract,

mailing,

Administrator, administrative

may

CAUSE

State

limited

or

services

Contractor

Ferrara addition,

(1)

shall

or

has

or

taken

Contractor

notice

all interest

the

or

/

the

provided

In State

provided

the

days

provided

the

obligations

Purchaser

FOR

not

FOR

Termination

of

bar

FOR

that:

with

limited

and

the

by

is

best

materials,

with

Purchaser

the

bidding,

or Contract

default

‘Termination

Contract

Contractor

termination,

terminated,

written

not

part

a

This

the

of

authorized

the

that

the nor

of reduced,

market.

the

so

or

calendar

be

Purchaser

in

Contractors

remedies

but

action otherwise

action

by

additional

is

Administrator,

days

Administrator,

Administrator

Administrator

contract

comply

is

all

to

completion,

of

as

Suspend

the

result

Require

event

open

determined

(30)

and

it

event

event

to

8200027987

is

replacement

properly

competitive

6.

5.

the

the

cover

the

it

the

normal

withdrawn, thirty

In

when TERMINATION

Contract accepted termination.

for Mississippi

Contract

Except calendar

outside andlor

If rights TERMINATiON

deemed

or

including, the

in on

any

Contract.

suspend corrective

incurring

Contract Contract

Contract corrective insufficient,

failed

In

TERMINATION

Contract

11.5

11.4 11.3 11.6

11.7

11.8 11.9

Contract

TERMINATION the

government It termination. or Agreement determined, regarding TERMINATION Contractor, available agreement The the The any Contract. TERMINATION TERMINATJON this time, notice. In the work specifically Contractor terminated. Upon the equipment, The Contract separate this cause, The meaning to liability shaU due

is

material

addition protect

receipt

same

Purchaser Purchaser,

kind

Contract expressly

the

contract. State

State Purchaser

rights

not

by 8200027987

and

termination

in

Contractor

of

mutual

price

whatsoever.

Administrator

be of remedies

which to

of service(s) of ethics

the

are, of

and

the

shall alteration

to is

to

(iii)

the the produced

to after

exclusive

The

Mississippi Mississippi

is

state

conditioned

Purchaser

the

understood for

terminate

is

and provide Purchaser.

shall

at remedies

so State,

“Disputes”

case other

agreement.

in

follow

stated,

provisions

due any

procedures

(i)

of

tenriinated,

with and/or FOR

FOR PROCEDURE BY public against

(iv)

such

pay accepted

completed

this

the

of

time, The notice

the

materials,

or

and

MUTUAL funds

the

any

may (ii)

the

Ferrara

this

against

to

sum

NON-ALLOCATION may

acquired of and CONFLICT State

Contract

State

federal

acquisitions

and

upon effective

Failure are Contractor

protection

clause the

not

partially

the

program

procedures

of

and

Agreement require

the

set as or

terminate

by

agreed in

the

of

the

Contractor

shall

forthcoming

State

materials, the

the

of potential

supplies,

Contractor examination,

forth the addition

Mississippi Fire

funds.

for

of State

to

and

‘Treatment the

AGREEMENT

appropriation

date

Contract

the

Purchaser, have completed

this

of under agree

the that

and

as

below,

Apparatus,

State

and

OF in

the Mississippi

this of

If

Contractor

without

of

it

contract.

performance

addition

loss

to

the

the services

preservation

the

supplies,

Mississippi the

procurement INTEREST

could

with

which termination

Contract

Contract may

of

or any

Administrator

and

right obligation

if

agreed

funds

or

that

of

Mississippi

insufficient,

materials,

and

the

such

other

damage,

OF liability.

pursue terminate

Assets’

the

of

funds

to

rendered

any

Inc.

The upon

to State

and/or services

the

anticipated funds

Administrator

any

FUNJ)S

Purchaser upon by determination

deliver

rights

of and

party

of

shall

Purchaser

amount

for

and were

in

written

of

ten

other

of

such clause

property, penalty,

supplies,

by

the price, for

the to

this

the

Fire

and either

Mississippi

and/or

performance rendered (10)

and

to be

appropriate

to provided

the

Purchaser

Purchaser part

event

rights

State

Contract this

shall

as

agreed

for

Purchaser

notice

the

shall

Trucks

remedies

working if

Mississippi

through

may

cost

specified

of equipment

separately

specifies

unless the

services

Contract

shall

Purchaser

to

that

provided determine

this

apply and/or

to

withhold

or proceed upon

or

continuing

terminates

in

shall

provided

the and

be

Contractor

funds

of

expenses

contract if

days

determiie the the

provided

whole

in

funds

a

rendered in

contracts.

by in

Contractor

equipment

has

State

Fire

dispute

termination stated,

be failure which

such

any

in the

the

written

the under

or the

from

violated

entitled

this

or

are

notice the in

fulfillment

Apparatus property

as

termInation

this

Legislature

extent

to

Contractor property

by

in if

this are to

for

of

has

Contract,

and/or

within

this

not the any

discontinuance

it notice

law part,

Contract, In

be

the breaches

for

accepted

completed

is

of

section to

been

any

State

otherwise

the

of

amounts

is

necessary

or which

federal

pursue

at

for

the transfer.

the

event to

laws

of

under

any

and

and

of

the

the

this

by

no

and

all

the

has

of

Fire

the

and

if

located

the

which

written

and

of

services

with

portion

date,

though

the

by

and/or

Purchaser

by

the

which

the

as

the

extent

and

orders

which,

the

such

Purchaser;

agreement

by

Purchaser

AND

on

of

interest

Contract

Apparatus

the

and/or

termination

acting

and/or

the

writing

Apparatus

(“Contractor”),

Mississippi

the

to

require,

fulfill

and

in

to this

the

Fire

compliance entire

and/or

Contract

of

equipment

products

property

or

to

Fire of and

directed

in

representations,

case

the

may

Contract

this

title,

or

any

State

out

and

termination

Ferrara

the

clause;

directed

CONFLICT

into

Mississippi Mississippi,

times,

extent

which furnished

related

the

Mississippi

supplies,

Administrator

rights, providing

of of

complete and

in

such

of

of

this

be

the

the

comprise

arising

terminated

under

Purchaser of

to

Administrator

of

the

at to

of

Trucks

to

Purchaser

statements

State

State

state

not

of

the

expressly

out

property

services,

39201,

Contract

and

is

agency

Fire

claims

all

the

the

the

other incorporated

the

ofthe

purpose

an

the

manner,

all

Contract

in

terminated,

for

required

deliveries

that

purposes

necessary

and/or

of

No DOCUMENTS,

arising

of

times,

or

the

amendments

so

is

the

the which

the

and

otherwise

Inc.

been

materials, behalf

as

for

between

in

the

as

in

any

as all Mississippi

Purchaser,

at

reference,

on

or

business

for

claims

issued

Contract

and

and

have

pay

for

the

all

39479

except

this

by

the

or deliver

ratification

preservation

Contractor.

of

except

interest.

Administration,

Administrator

shipments,

subcontracts

of

by

final

or

shall:

and

Jackson,

manner,

Apparatus,

conduct

would MS

into

and

an

the

Contract.

and

and

notice; is,

be

settle

and

necessary,

to

and

the

behalf

Contractor

the

Contract

to

subcontracts

and

terminated;

Fire

the

be

INCORPORATED

subsequently

in

Administrator

portion

701-A,

on

shall

of

Contract

or

in

the

approval

entered below

the

acquire

notice,

not

all

liabilities

orders

Contractor

fulfillment,

may

is

of

Finance

Purchaser

is

Seminary,

to

licensed

such

part

protection

completed,

the

Suite

as

and

the

Apparatus.

a

of

may

the

extent

Ferrara

listed

orders

subeontracts;

the

Contract

the

that

discretion,

or

order

49N,

Mississippi

with

Purchaser, to

been

the

fulfill

specified,

Fire

ratification for

its and

the Street

relation

requirements;

under

with

of

action

has

to

or

termination

the

at

outstanding

or had

Administrator

title

in

deemed

further

by

possession

Hwy

and

a

work,

Documents:

to

corporation herein.

document

(“Contract”)

PRECEDENCE,

all

Contract

extent

West

be

such

no

of

State

a

orders

direct,

the

all

documents

Department

EXECUTION

right,

2342

AGREEMENT

the 01?

in

the

the

forth

Administrator,

the

the

Inc.

Trucks

shall

at

is

Contract

may

Purchaser

Settle approval

Transfer directed Take

Contractor

such

subcontracts,

Purchaser

Contract the

of

contractual

Complete Assign

to facilities

Stop Place

North

of

8200027987

set

receipt

Contract

Contract

1

6. 7.

5.

Fire

3.

4.

2.

oral,

501

ORDER CONFORMITY

fully

Incorporated

or

Each

located

Trucks,

at for This

This through ENTIRE

PARTIES between

Contract

After

Contract

12.3

12.2

CONTRACT

12.1 12.0 Order

12.4

Contract

of

Precedence:

In

inconsistency rule

writing LEGAL paper or Conflict: Conformity: transmitted, (postage Any a e-mail Contract

To

Attn: Eric Ferrara

recognized

the

applicable

2. 3. 4,

2. 5. 4. 1. 3. 7. 5. 6. 1. 8,

of

Contractoi’ notice

8200027987

Adams

form. event

addresses The

All A The law, diagrams, exhibits, Applicable materials Contractor’s

A and The Mutually The This Any amendments Contractor’s

and

Fire prepaid),

or NOTICES

Participating

Participating

To

Contractor

br

or terms State

Statement State

applicable it

signed

of

other

Contract

shall

courier

law

Apparatus,

the shall is

demand

If

Service a

considered

and

conflict

any

Contractor

agreed

provided of at:

of

tables,

extent

be (except and

provision,

via with

Federal

by

be

Mississippi’s

Mississippi’s response

response

thereto. all

considered provision

service,

Number

conditions

resolved or facsimile the of

or law

to Entity’s

Entity’s

amendments

Ferrara

written

possible,

descriptions,

in

manufacturer

Work

Inc.

the

other

notice

applicable

in

statutes

that

such

modified

made

term,

Purchaser.

this or

to

to

8200025803.

of

by communication

requires or Participating

Participating

deposited amendments

or the

to

the

of terms,

Fire

contained

section.

this Solicitation

the

Solicitation

Work

available

giving

or

by

be

and

malfunctioning

Solicitation

Solicitation.

thereto; party,

materials

to

terms

“in

electronic other

Apparatus, Contract

publIcations,

regulations.

or

conform

a

Order.

precedence

writing”

“writing,”

between

with

For

properly

on

of written

to

Addendum

Addendum

to

document

document

this Purchaser Purchaser’s

purposes

incorporated

violates the

required

this #3120000620;

mail,

to

To

Attn: Management Contract Office Department State

or

Contract

Inc.

United Equipment) the

representations

that

Contract.

addressed, written

such

State “written”

in

to

tents

for of

any

the

statute

of

or #3120000620

with the (“PA”);

(“PA”).

of

and

communication,

Mississippi

States

of

complying Order

permitted

Administrator

Fire

following Purchasing,

Federal

shall

materials

parties into

and

Mississippi

used

all

of

to

or

shall and

rirucics

the attachments

Postal

Finance any be Documents,

an rule

to

and

at

either

or

read

Contract

extent

be

affect

to applicable

order: and the

with

of

with

State

any

Service

effective be Travel

at: and

law.

consistently.

and

addresses,

delivered

schedules,

when

given

any

the

no

other

all

of

Fire

and

by

Administration

if

less

sale attachments Mississippi

and

provision

as

used;

statute

digitally

reference.

under

only

supporting

exhibits,

Apparatus

first-class

than

Fleet

of

in

fax

charts,

and

the

if

person,

this

or

if

numbers,

it

in

Product

it

rule,

is

and

statute

and

Contract

this

were

in

mail,

or

all

the

by

in

or or

to

shall

each

earlier.

of

later.

above.

party

or

is

fashion

-A

is

attachments,

same

Contractor

purposes.

party.

State

of

way

all

encumbrances

701

other

all

Date

or

upon

respective

the

third

Apparatus

any

for

the

provided

a

Suite

whichever

in

as counterpart

by

and

release

by

expeditious

their

whichever

Fire

August3l,2016

served

including

party,

claims,

is

Street

party

Each

and

given

Inc.

bind

effort

most

formal

mailing,

each

Rd.

to

a

liens,

the

third

West

Contractor

by

entirety,

signature

a

all

notice

in

lawful

after commenced

3120000620

(

Trucks

Contract

its

359-5171

39201

of

576-2740

by #

originals.

last

Chapel

hereunto.

in

70744

any

Apparatus,

North

authority

party

this

requests, signed

of

Days

Fire

free

billy.bedfa.rns.gov

MS

in

process.

written

(601)

to

LA

process

501

the

Fire

be

hands

for

James

O1)

by

date

other

legal

duplicate

party

Contract

legal

have

the

Inc. nature

Contract

shall

their the

Solicitation

commenced

in

Business

E-mail:

Street: Phone:

Fax:

Purchaser

Jackson,

Mail:

Holden,

27855

Ferrara Approved

,.

pursuant

this

or

or

set

other

other

this

(4) they

changed

for:

the other

or

notify

of

the

or

be

or

read

process thus

2016

that

services

four

to

1,

or

provided

award

with

copy

may

Apparatus,

SIGNATURES

have

legal

having

and/or

counterparts

agrees

subpoena

Date

Fire

subpoena

and

represent

in

receipt

herein

other

Mississippi

Partial

requestor.

original

Services

such

a

party

Fleet

or

of

cooperate

hereto,

such

September

or an

of

701-A

is

&

supplies

upon

ENCUMBRANCES

to

of

Administration

Ferrara

such

Contract

State

executed

particular

Rd

provided

(

Contract.

This

Suite

parties

and

BI1’D

be

agree

AND

as respective

the

receipt

Travel

this

with

deemed

subpoena

effective

if

the

validity

this

a

effective

every

to

TO

is

the

Equipment be

443-9006

may

Chapel

equipment, to

Street,

State)

be

70744

to

and

that

and

further

Finance

the

legal

address

Mississippi,

39201

eferrara(iiferrarafire.com

shall

LA

of

(800)

CLAIMS

following

of

shall

the West

James

(Lead

Whereof,

each

kind,

Purchasing,

225-567-7679

event

MS

8200027987

Contract

Contract

Mississippi

signatories

in

notice

of

materials,

delivered

any

State

the

of

North

E-mail:

Holden, Phone:

Fax:

27855

duplicate

This

COUNTERPARTS

AUTHORITY organizations

of The

LIENS,

All be

contest

concerning

or

possible This

in Mississippi

The

Notices

Witness

agree

501

Jackson,

State Office

Si,jattire

Management

Approved Department

Contract

do

Ii:

12.7

12.6 12.5 Confract

11L

Pilot Print Billy Tftle ThLe Aubrey TliIc Prh igneture or or orIjpe

Contract

Chief Typn Typc

Beard, N,rn

Name Leigh Nanur

Procurement 8200027987

AdininisUator

CMPA

Goodwin,

with

Officer

CMPA,

Ferrara

Esq.

7//k Date

Fire

Apparatus,

Tifle Chris Print

or Inc.

PresidenCEO Type

Ferrara

for N,mo

Fire

Trucks

and

Fire

Apparatus

a

is

they

unit

such

Entity

board,

School

or

or

period

means

except

third

thereof

what

equipment,

university,

body.

Mississippi.

such

of

inspection,

said

of

secrets

if

head

Charter

to

protecting

to

statute,

Apparatus

definitions

the

reasonable

department

Participating

State

council,

trade

or

a

a

or

order

Fire

Information”

statutes notice

the

subject

regardless

by

governmental

commodities,

unit

or

by

be

a

and

Authority. within

court

council,

contain

until

additional

Mississippi

of

a

not

with

committee,

document.

Port

has

the

CST

Financial

Constitution

which

Trucks

shall

authorized

chapter

or

released

by

agreements,

conducted

PM,

State

the

disposal

department,

obtained

be

Constitution

committee,

this

contract

Fire

contract

by

parties

or a

5:00

the

Conditions

have

for

shall

the

commission,

flJlFINITIONS

individual

under

CST

of

by

staff third

thru

and information

authorized

Inc.

shall

Mississippi

having

an

university,

Mississippi

Commercial

Solicitations by

PM.

AM

records

of

in

board,

the

commission,

Terms

created

school

procurement

contract.

parties

means 5:00

person

8:00

financial

execution

bodies

such

used

council,

types

state

or

reproduction

subordinate

this

except

the

board,

any

but

Apparatus,

third

program.

final all

or

STANDARD

thereof

any Confidential

means

means

charter

public

and

for

the

said

Fire

Agreement

a

to

A

means

against

given,

unit

and

appoint

commonly

Purchaser”

judicial

means

the

committee,

construction.

copying

means

or

to

Board;

Hours”

or commercial

means

called,

or

been

confidential

Master

cooperative

except

Business”

orders

terms

Ferrara

Secrets

as

furnished

be

unless

of

has

of the

place

with

time

services,

“Contractor”

may

“Contract”

APPJNDIX

“Business

“Award”

to

“Authorized

legislative

commission, Authorizer

department authorized thereof;

“Agency”

under

of

examination,

“Trade confidential parties records

records

“Glose

ValuePoint

defThitions

place

and

8200027987

NASPO

or

Orders

contains

the

Hours

to

of

Secrets

2

olBusiness

Contract

section

Contractor

Contract

Financial

Confidential

Commercial Information

Trade

Close

Business

Award

Purchaser

Authorized

Agency

applicable

Section This Determination

Evaluation

Evaluation Committee Finalist

Committee

State Mandatory

Minor Master

Irregularities Award Multiple NASPO

Offeror

Contract

of

Technical

Agreement

Mississippi

ValuePoint

Source

Report

8200027987

officer becomes “Determination” “Evaluation Offeror’s

“Finalist” “Evaluation Mississippi award. merit Request “State result procurement,

“Mandatory” identify “Master

the “Minor Contractor, affect

one more “Multiple Association “NASPO “Offeror”

Request

with

or

State

further

than

in

the

including

of

more

It

Ferrara

a

for

the

part

for Technical

proposals.

Agreement”

will

price mandatory Mississippi”

ValuePoint”

one

means

of Source

means

as

Proposals rejection

Contract Proposal.

of

consideration

similar

of

Committee”

evaluation,

Committee

contain

now —

Mississippi, Offeror.

State

quality

the

Fire

the

findings

means

an

the

Award” or procurement

Irregularities’>

terms services,

Procurement

item

of

Apparatus,

Offror

Administrator

written hereafter

company

and

and

means

means

the

means

the

and

of

or

whose

“must”, means

by

Report”

quantity

Offeror’

written acting means

fact

factor.

award.

determinations

items

the

who

the

the

the

amended.

orfirm

file

required

Evaluation

score

Inc. Officials

a underlying

State

cooperative

“shall”,

meets

an

or of

s on

documentation

body to means

Failure

means

and

proposal.

any

tangible

for

award which

on

who

behalf of

the

all

appointed to

Fire

other

evaluation

Mississippi

(NASPO).

“will”, anything

to

resulting

Committee.

submits a

support

the

it

of

agreement

Evaluation

meet

purchasing personal

Trucks

pertains. report

of

mandatory

an

mandatory

“is

NASPO

of

indefinite a

to

in

a a

mandatory

factors

from

required”,

a

prepared conducting

proposal

decision.

and

perform

the

decision

property

executed

Committee

program

requirement.

the

proposal

Fire

ValuePoint,

is specifications

quantity

procurement.

sufficiently

in

item

the

or Apparatus

of

by

or

A

by

this

response

“are

of

a

construction

determination

evaluation

the

that

procurement

or

and

for

the

cooperative

contract

factor

required”,

State

does

National between

and contract

high

of

to

will

this

this

not the

for

of

of

to

to

of

of

to

by

the

and

and

into

The

their

or

body

to

Request

delivery

items

quantity

quantity

personal financial

response

Office

a

enter

authority.

document,

or

or

in

thereto.

his

of

public

of

to

the

proposal

authorized

RFP

enhance

the

respects

reputation

contracts.

to

that

regulations,

Apparatus

this

tangible

local

limits

Offeror

indefinite than

into

respect

to

a

by

services,

within

quantity,

respects

of

an

Fire

the

properly

solicitation

or

prove

or

material

is

service

authorized

responsive

include

the

with

by

enter

other

to

a

and

all

of

to

Addenda.

items

quality,

within

duly

response

entire

in

Entity, Material

order

data

agency

authorized

body

contract

and

the

Offerors

is

the

submits

(

and

Trucks

submitted

legal

personnel,

price,

acting

Officer,

delivery

person

furnish

to

who

proposal.

determinations

Fire conforms

which

to

purchase

other

any

Proposals.

quantity

means

procuring

materials

the

for

or

a

submitting

that

response

the

for

attachments,

in

governmental

facilities,

limited

to

information

written

Offeror

if

satisfactory

Inc.

means

Procurement

state,

means representative

offer

“RFP”

entity

definite

not

an

any

a

contractor

written

a.

Request

an

make

Management

the

or

any.

exhibits,

make

are

service

order,

Chief

described

if

the

required,

the

to

and

Addendum.

Officer”

means

means

or

means

but

the

Fleet

in

official

construction

means

Apparatus,

means

means

authorized

Materials”

when

or

and

sections,

the

Proposal.

an

from

property

contract,

forth

purchase

requires

Fire

Proposals”

adequate

Entity”

for

contracts

include,

a Offeror”

Agency”

Offer”

set

the

parts,

Travel

means

are

production

Participating

for

of

all

services,

Procurement

a includes

furnished,

which

personal

Contractor”

Ferrara

Supporting

Agreement”

delegation

issues

Request

(

into

has

also

of

administer

Proposals

this

with

requirements

for requirements.

experience

“Responsive

“Responsible who tangible

resources,

“Request

way

“Proposal”

term Purchasing, to including

“Agency and “Purchasing

“Prime

limitations

“Price contract

which

“Participating enter property,

proposal.

“Other

8200027987

Officer

Entity

RFP

Offeror

Offer

Agency

or

for

Contractor

Supporting

Agreement

Contract

Responsive

Responsible

Proposals

Request

Purchasing Proposal

Agency

Procurement

Prime

Participating

Price

Other Materials Sealed

Staff

Statement Concurrence Written

Contract

of

8200027987

reserves “Sealed” added packages enclosed the submitting accepts determination damage

cases.

“Staff’ contracted requirement(s). “Statement concur”, the permissible etc.).

“Written”

delivery

with

or

required

The

the

done

the

removed.

in

that in

Ferrara

means

a

determination sealed

a “Understands

terms

right,

service

proposal, employee

package

by means

may

for

to

of

the

specification

be

Concurrence” any

charts,

however, of

proposal

have This

Fire

Open

made

or

delivery

a typewritten

which

individual

non-electronic

the left

with

Apparatus,

been

statement

spreadsheets,

packages

by

of

and

Offeror unfastened

will

to

the

the

the is

service

damaged

accept

Complies”,

completely

agreeing

Offeror’s

be

State

State

means who on

agrees

shall

used

submitted

Inc.

standard

itself.

or

submission

of and

of

is etc.

by

be

for reject

an

Mississippi

Mississippi

for

to

a

to company.

the should

fastened

included

“Comply”,

affirmative full-time, Whether

the

and

Fire

comply

delivery will

8

packages

public

concurs

‘/

means,

or

Trucks

not

x

in

should

iii

Contract

a

Contract

II

part-time,

be

file.

such

package

service

and

“Will

Offerors

statement

where

with

inch

that

accepted

and

not

a

concur

way

the

this

Administrator

paper. Comply

Administrator.

itself.

there

Fire

be

has

proposal.

or

proposal

process

from

that

accepted

except

been

an Apparatus

may

with

The

Larger

nothing

if

independently

the

damaged

have

Applicable”

for

State

and

is

the

Offeror

(E.g.

is

in

paper

a By

can

been

such

stated

“We

by

be

to

is

of

for

of

the

and

(i.e.,

of

behalf

rights,

of

trade

facilitates

State

“Contract”

the

12.3

on

all

officials

entities

for

as

NASPO

and

and

documents

to

Lead

as

Association

and

computing

secrets, District

time

before

a

acting

Apparatus

section

the

terms

these

terms

eligible

the

on

ValuePoint

in

by

form,

trade

the

Fire

referred

occur

State,

business

National procurement

other

forth

among

states,

not

reside

and

Also

reasonable

the

under

Lead

NASPO

and

all

a

set

chief

doing

Contractor

accepted

Conditions

intangible

shall

the

for

and

trademarks,

conflict

or

state

Trucks

LLC,

Attachment.

services

above.

Agreement(s).

of

etc.)

amended.

and

or

Any

permanently

Fire

expressly

documents organization

between

marks,

ValuePoint.

subdivisions

tangible

required,

listed

for are

Acceptance

the

Master

and

if

in

which

Exhibit

of

hereafter

therein.

B

by

that

perfonning

Inc.

service

order

Terms

Organization

consortium

an

or

NASPO

political

except

or

subsidiary

organizations,

rights,

as

the

a

of

resulting

those

consist

now

in

and

is

complementary.

installation

specified

code,

as

executed

any

applications

only

as

that

shall

copyrights,

Products

and

Purchasing

contracting

Apparatus,

NASPO

VaIu:ePoint

member

nonprofit

are

Appendix Oider,

proprietary

Agreement

agencies,

PRECEDENCE

Fire

documents

sole

Agreement

group

the

agreement

some

software

patents,

Contractoi

commercial

company

01?

the

consistent

delivering

precedence

similar

Agreement Master

all

these

administering

A

the

with

Cooperative

more

of

be

Agreement

cities,

to

Ferrara

this

Agreement.

and

or

and

to

other institutions,

entity

liability

to

Master

Agreement.

Master

underlying

cooperative

ORDER

order

or

or

any

applicable

with

one

(NASPO),

centrally

read

Master

NASPO

the

priority

this

Master

the

the

counties,

accordance

be

limited

the

Master

program,

this

in

by

State

means

attached

person

this

means

is

NASPO

with

to

under

means

giving

shall

this

in

departments,

Officials

the

the

and

inventions,

the

therein.

of

by

Product.

districts,

8200027987

of

apply

defined

delivery

5Ol(c(3)

forth

state

AGREEMENT

the

placed

ValuePoint

a

Property

is

ValuePohit

means means

Software

of body

Contract,

of

set

that

of

writing

school

interest

ValuePoint

documents

in

Agreement

resolved

the

patentable

Order

Contract

State main

Procurement

be

of

and

be

benefit

NASPO

DEFINITIONS

the

These

MASTER

Any

NASPO

colleges,

State

administration

in

the the

Master ValuePoint,

NASPO

Intellectual

title, Lead

device.

Embedded names,

Contractor

completion conditions

Acceptance inspection

shall

2.

1. conditions

a. must

body b. recipient reports Columbia, Order Purchasing Addendum. Participating Participating incorporating requirements,

Proposals Participating Participating listed judgment Product deliverable Purchasing supplies

beyond 3. other a. a committed b. mutual NASPO

Contractor manner faith be The to 4. 5. a. Participating Conditions

Participating

The

TERM

AMENDMENTS The PARTICIPANTS Contractor

the

deemed

terms

efforts)

political

in

Participating Contract

or

initial

Master as

agreement

the

the

whatsoever

and

of

means

Purchase

well

is of

ValuePoint

and

OF

of

to Entity performance.

to supplied

reports

original

are Request

not

Entity

the services,

State

beyond

term

this

Addendum), this

the

may e.g.

limit

Addendum

State Entity

Agreement THE

as

territories

Addendum,

applicable

any

required

Lead

8200027987

other purchase.

Master

Master

to

ordering

of

and

becomes not

and

the

Entity means

contract Order

without equipment,

means

or MASTER order

for

the this

means

AND

State and

deliver

upon

authority

contract

created

may

Proposal

Program planned

to

of

Agreement

Master Agreement

to may products

the

and of

means

except a

procedures

means

who

a

participate

a the

SCOPE Also a perform

review

prior

a period state

any

state,

a

follow-on,

with

Participating

Products. Products

state,

Contractor

State, by

be

United

administration AGREEMENT

software

issues

of

Agreement

Order

referred date

as

(as a

to written

the

extended

any

the

Ferrara

a

bilateral

and

for

of

or

intending

the

Provisions

contract

shall Lead

and and well

Contractor

of

purchase requirements District

a through specific other

States.

two

under by

services

extent

competitive Purchase

execution

(including

any

a

agreement

to is

as

not

State a

nonprofit

Entity;

(2)

for

Fire

agreement executed.

Participating

legal

as

is

the

administration other

this

be to

of

functions

altered, for

to additional

execution

“Purchaser” NASPO

a

order,

under

District are

participate.

reasonable pursuant Apparatus, waived,

Columbia,

the

entity, Master

Order

three

however,

of

additional

used embedded

of

of

procurement

organization

Participating

the

sales

its

Participating

modified,

The

executed

the

(3)

ValuePoint

against

of as

properly

interchangeably

of follow-on altered, state

Agreement

Entity one

to

Lead

Columbia assigned

NASPO

years.

order,

in

a

period

a

or functions Upon

this

Inc.

year Participating Participating

Participating

the

law

software),

one

the

(and

State

by

supplemented Master

modified,

authorized will

body

under

contract

for

Entity, periods execution

otherwise

This

of

of

a Master

master

is

Entities,

VahiePoint

by

until

other

Contractor

and

the time,

and

Fire

identified

relating

be

the

of

Master

the

Agreement.

unavoidably documentation,

territories

in

other

U.S

the

a

Contractor.

at

or

Purchasing agreement. Entity Addendum.

Lead Trucks

Agreement State

not

supplemented

laws

Participating

these

current to the of

to

other

Master

territories),

to

or to

the enter negotiate

terms

Agreement

Master

in

Lead and

State.

listed

collecting

of

specific

exceed terms

amended

the

Participating

document

and

some

of

market

a

into

Agreement.

The

and

delayed State’s

the Master

This

Participating

Entities

in

and

Agreement

and

Fire

Addendum

contract six

service the

states a

term

city, conditions. or

language

United

becomes

Participating may

and

by

subsection

conditions,

conditions.

amended

months,

Apparatus

Request

discretion

used

Agreement

(despite a

covered county,

Products,

receiving

if

be

Participating

Addendum,

or

States

extensions. authorized

by

Terms

extended

other or

Entity

financially

acceptable

if

for

a

in

other

shall

district,

good

by

and

in

that

and

any

as

and the

their

not

by the

is

a

by

a

not

of

to

in

as

or

by the

will

may

the

other

may

Any

comply

of

each

a

property;

place

of

state

party

or and

invoicing

to

a

Review;

of

to

posting

Summary

financial

Orders

Financial

use

proposal

where

consistent

Term

condition

Agreement

subdivisions

interpretation

and

not

no assignment

to

that

to

Entities

and

signed

order

administering

surplus

copy

is

of

District

or

and

Entity

Contractor,

Apparatus state

requirements

in

Individual

amendments

such

in

agencies

requisite as

incur

the

ValuePoint.

have

Procurement

Master

or

PDF

Participating

and the

departments

the

political

and

delivery

any

relating

statutes

ValuePoint

Fire

Issues

Addenda.

Performance

of

states

entities

this

Contractor’s

who public

the

states

own

Purchasing

software,

Chief states,

have

requirements:

and

Addenda and

or

in

participation

Entity

ValuePoint,

by

NASPO

Purchasing

determination

venue

state’s

are 50

unique

Period;

Absent

executed

institutions, a

of

NASPO

their

agencies,

constitutional

State

they

to

Official.

Official

the

all

general

and

assisting

Entities

goods,

supplements,

not

who

nonprofit

or

by

fully

placed

Trucks

sign

Participating

for

Fee;

Program

that

is

the

state

through

or

law a NASPO

apply

Marketing

Addendum,

provisions

solicitation to

Purchasing as

by

individual

Fire

used

Guarantee

Participating

etc.)

those

tangible

orders

Entities

respective

the

may

email

by

ensure

the

departments,

Statutoiy

for

deliverables),

of

of

Procurement in

Procurement

Rate

documentation

the

of

the organization

some

Participating

Program

cities,

governing

ValuePoint

Addendum are

Products

to

shall

business must

following

Inc.

in

of

modifications,

and

participation

contract)

circumstances

scope

of

governmental

Chief

Administrative

Chief

Participating

those

Agreements

that

authority

the

or

transfer

a

they

support

consent

authorized

included

the

to

effect.

doing such

the

Price

Participating

Orders,

in

limited

government

sales

some

for

to

NASPO

this

other

counties,

State

purchasing

the

no

by

order

for

authority

language

Scope;

on

requirements.

Contractor

amend

are

Master

Cooperative

alterations,

of

LLC,

services

Entity; Addendum.

state

Participating

Within

Apparatus,

with

the

to

limited

under

with

a

and

funds.

Publish;

for

and

conditions

prohibit:

of

states

districts,

permitted

or, are

these

prescribe

Fire

exchange

specific

to

requests

defaults

limitation,

States.

may

respective

purchase

cooperatives)

Entities.

in

insurance

within

not

Entities

are

includes

cooperative

void

that

that

participation

not the

ValuePoint

cooperative

construed

available

be

is

(e.g.

Right

school

and

states

specific

program

of of

Participating

Participating

transactions

Organization

require who

does

United

Participants

Ferrara

be

and

solely

a

execution

explicitly

which

not

Addendum

Agreement

the

any

shall

payment

the

Coordinate as

(including

of

are

not

may

nonprofit

having

Purchasing

in

to

NASPO

with

Purchasing

are

of

a or

requirements,

Contractor

any

colleges,

Entities

PAnaspovaluepoint.org

document

approval

approval

is

ValuePoint

execute

through

shall

inventory

limitation

expectation

to

Master

and

funds

purchasing

other

who

It

Purchasing and

exists

to

illustration

the

the

Entities

located,

State,

language

(e.g.,

of

Subject

of

this

eMarketCenter;

means

The

definition

of to

this with

is

to

Reports;

Amendments;

indemnification,

Participating

institutions

territories

State

ordering

participation

NASPO

such

Lead

bases.

8200027987

(the

Addenda Entities

way

the

law.

the

behalf

participate

and

under

Participating

for

the

Entity authority

authority

confidentiality

Usage

Addendum

the

Addendum

subject

in

Lead subject

Entity,

cooperative

Any services.

By

to

data

in

on

of

Cooperative

“Resale”

Agreement.

and

availability

by

associated

to

Participating

are

specific

ValuePoint

the

subdivisions

permission,

Agreement;

to

Products

of

Contract

fees

agencies

Detailed

applicable

right

eligibility

other

Master

NASPO

Order.

Resale.

Participating Participating

included NASPO

addressed

Obligations

Use

explicit

and

resell

accepted

g. the

Participating

procurement

f.

Addendum, procurement

Customers,

permission

and

Master

between

e.

NASPO

the Columbia

political

appropriate the

d.

obligations

state

Participating Participating

obligations

c.

and Official.

contracts

and

b.

be

the

be

relating

with

Participating

Addendum. requirements, consistent with a. products one-quarter proposal. quarter. ValuePoint 6. by by b. NASPO of ValuePoint Master based In Participating such 7. using http://www.naspo.org/WNCPO/Calculator.aspx. reported a. Purchase b. report e.g. bill-to Order quarter submitted the end format Cooperative other c. include for employeeshld and

The

ADMINISTRATIVE Additionally,

Summary NASPO

the Reportable

Detailed

addition

Purchasing

Purchasing

personal

Lead

local

of

agency,

a

reports

method

the

on state

Purchasing

date; Contractor

is Contract

and

the

Agreement.

for

(as The

sales

ValuePoint

and as still

the

State

NASPO

Order government,

with

in

reporting

the

ship-to

specified to

requesting

VALUEPOINT Administrative

cumulative Administrative Sales

of

(7)

NASPO

and

Sales

city,

use Development gross

required. services

any Addenda.

information

other

as

sales

one

Entities

detailed

Entities

and

license

Ship

some Type

payments determined where 8200027987

form

Data.

shall county,

Entity’s

ValuePoint

Data.

locations;

percent

be

amount

NASPO

for reports The

period.

reports.

Date;

in

ValuePoint

limited under

(e.g. states

the

required within rights Reports higher within

pay

the

sales

totals

the authorized

Contractor Contractor

The

FEES

school

for additional

Jaws

(0.25% (8) summary

sales will of reporting Team

to Fee that Fee

the ValuePoint

may

by

data SUMMARY

(4)

granted

by

to

Contractor all all

with NASPO

education, the that

Reports

and

Quarterly

shall

percentage be is

the may Master

and by

ONLY

order, Purchasing

state.

sales

sales

district. require

Administrative

jurisdiction

electronically

report

not

state.

incoiporated

or line

by

the

Ferrara

Lead

may

shall

regulations.

be

be

fee.

sales tool).

for

0.0025)

negotiable

the

under (less

shall

solicitation.

ValuePoint,

Even item credit,

Agreement

required due the

Cooperative For

is

adjust

Sales/Administrative

an

use also Kl2,

shall The

State

etc.)

solicitation

data

in

AND

or

state any

no additional be

description,

all

Entity

Fire

Participating

if of

shown

report

NASPO

the of no

return,

and

submit

non-profit;

and

delivered

the Contractor later

report

such

intellectual

through

charges into

the

by Any

and

DETAILED later Fee

This

prices Apparatus,

Any/all

the

Master NASPO

and

(less

or

this Reports

than

state. detailed the

in

requests,

Development

entity

shall

upgrade, and

sale

quarterly

and its than

amount

fee

ValuePoint fee

the

Contractor

Participating solicitation, paid for

a

any

including

to

thirty

assignee,

the

All designated sales or

is Addenda (3)

detailed

be

experiences Agreement

be Attached

sixty

property. they

the

taxes

ValuePoint.

are

to

charges

transfer sales

by

paid

Participating

submitted

Purchasing

such

the

Inc.

Fee

of

determined

USAGE

be

Lead

(30)

made

sales

due

the are

(60)

sales,

or

fee

included

directly data

Administrative

product Reporting

sales Purchase

a for

agreements

Team

executed participating Purchasing days

on

Template. shipping)

the

NASPO

State permitted

for

reports

portal, days

under level, Addendum

pricing

Fire

zero

by:

No

a

REPORTS

quarterly

data

Contractor

taxes

quarterly

following

no

Entity

Detailed

and

following to by

Addendum.

(1) number personal

as

payment

Trucks sales this

Order

email,

later

directly

report

the

Tool

under ValuePoint

industry

accordingly part

at

or

state;

to

shall

by

Entities

Master name;

the

state

the shipping). under

during that

than

and

Fee

this

of basis

found

identifier/number(s);

sales

if

CD-ROM,

the shall includes

this

identification

and

(2) not adjusted

NASPO the method to

the

used.

is

only

is

in

practices);

thirty subsection

(4)

Report

end

the

NASPO

Agreement

Master entity/customer outside

made

affect based and data

a

end

provide

Fire

pricing

subsection

at

Administrative

calendar

for Purchasing

on

authority

of

The

The

sales must

(30)

of

and

reports

prices

ValuePoint

Apparatus

purchases

the a

purchases

flash

the data on

Agreement. each

part

the

NASPO

report

ValuePoint

submitted

the

schedule

days

(6) all must

calendar

to

numbers, be

NASPO

jurisdiction quarter,

for

shall

(if

drive 6a

of

employees

shall calendar

following

of sales

received

Purchase

Entity

after

shall any) the

shall

be

(state

type,

(5)

made

made

be

Fee

or

oC

for

with

a

The the

e.g.

in

be be

of

by

and

of

the

states

the

Lead

modify,

Site

of

any

any

in

SciQuest

available

the

format

the

present

the

qualifying Contractor

as

executive

to

activities

with

by

Ordering

ValuePoint

the

fees.

strategies,

to

Center

an

NASPO

conclusion

display,

The

provide

recipient

Addendum,

services

Apparatus

whereby

to

which

have.

to

sales/marketing

the agrees

These

and

participate

with

NASPO

in

target

to

selected

The

regarding

and

NASPO

to

Inc.

Fire

referred

submitted

and

right eMarket

determine

after

process.

of

State

is

be

PERFORMANCE

plans,

and

eligible

goods

will

administration

implementation

manner

Quest,

days

location

ValuePoint

Contractor

customer

Lead

Participating

may

of

or

nature

a

the

Instructions.

the

minimum

Sci

AND

Coordinator

website

information

Agreement.

action

a

at

(30)

the

The

out

enable

ValuePoint

(.

Trucks

transferable

Instruction

at

and

section.

active

shop

with

to

like

NASPO

roll

Contractor

administrator(s)

an

online

thirty

Fire payment

free,

this

Master

review

Ordering

identifier,

personnel.

of

and

competitive

reports.

NASPO

with

and/or

for

customers

due

marketing

the

with

process,

would

required Ordering

services

is

Development

of

under

the

the

of

central

is

contract

agreement

royalty

Inc.

MARKETING

view

work

through

Addendum

states

begin

The

to

to

provide

numerical

timeline:

ValuePoint

of timeliness

to

performance

addendum

Coordinator

summary

Contractor

and

provided

Center

including

list

and

discussion

containing

Contractor

a

multi-year

Cooperative

other

management

a

request

requirement

the

website

a

Contractor’s

Apparatus,

NASPO

PROGRAM

Contracts.

contract

The

non-exclusive, following

and

of

any

Participating

that

media

Contractor

into

eMarket

Fire executive contract,

or

online

the

with

include

reporting

written

Contractor

CENTER

any

material

the

information the

participating

to

the

minimum,

Development

annual of

a

The

ValuePoint

of

to

the

a

hosting

and in

may

is

and

an

and

entered

Agreement.

at

to

education

central

Cooperative

Ferrara

Instructions.

in

irrevocable,

a

information.

instructions

agrees

numbers

with

(

receipt

data

the

Agreement

cost

Contractor

which

request

catalog

NASPO

reports

Center.

with

Master

for

EMARKET

as

cooperatively

COOPERATIVE

no

visibility

summary.

ownership

Cooperative

from

access

the

includes,

at

agreement

the

ordering

ValuePoint

Ordering

ordering

Master

to

security

these reports,

perpetual,

well

participate

written

ValuePoint

in have

work

Contractor

that

a

days

of

a

as

and

the eMarket

to

and

electronic

to

use

negotiations

ValuePoint,

will the

provide Master

executive

exclusive

social

in

(30)

ValuePoint

have

through

8200027987

available

NASPO

ValuePoint

is

the

quarter

the

NASPO

quarter. customers

agrees

agrees

provide

shall

certain

are

website

have

of participate

VALUEPOINT

shall

VALUEPOINT

thirty

materials,

regarding

otherwise

2011

submission

NASPO

each

Center

ValuePoint

NASPO

shall

information

can

mInimum,

Contractor

shall

addresses,

NASPO

Contract

a

have

and

REVIEW

existing

to

and

July

calendar

provide

Contractor

content

The

At

NASPO

In

Contractor

NASPO

Contractor

Contractor

Timely

unique

shall

Contractors

c.

eMarket

Admin

b.

will from

ValuePoint’s NASPO

a. Instructions

9.

State

marketing

b.

entities

procurements,

a, workforce

8. plans

ValuePoint

copy,

reports

each e.

issues.

and

sunimary

that

report. d. names, Contract 8200027987 with Ferrara Fire Apparatus, Inc. for Fire Trucks and Fire Apparatus tO. RIGHT TO PUBLISH Throughoutthe durationofthis Master Agreement,Contractormust securefromthe LeadStateprior approvalfor the releaseof informationthat pertainsto the potentialwork or activitiescoveredbythe MasterAgreement. This limitationdoesnot precludepublicationaboutthe awardof the MasterAgreementor marketingactivities consistentwith any proposedand acceptedmarketingpJan The Contractorshallnot make any representations of NASPOValuePoint’sopinionor position as to the qualityor effectivenessof theservicesthat are the subjectof this MasterAgreementwithoutprior written consent.Failureto adhereto this requirementmay resultin terminationof the MasterAgreementfor cause.

11. PRICE AND RATE GUARANTEE PERIOD All prices and rates must be guaranteedfor the initial term of the Master Agreement. Followingthe initial MasterAgreement period,any request for price or rate adjustmentmust be for an equal guaranteeperiod, and must be made at least 180days prior to the effectivedate. Requestsfor price or rate adjustmentmust include sufficientdocumentationsupportingthe request. Any adjustmentor amendmentto the Master Agreementshall not be effective unless approvedby the Lead State. No retroactiveadjustmentsto prices or rates will be allowed.

12. INDIVIDUAL CUSTOMERS Exceptto the extent modifiedby a ParticipatingAddendum,each PurchasingEntity shallfollow the terms and conditionsof the MasterAgreementand applicableParticipatingAddendumand will have the same rightsand responsibilitiesfor their purchases as the Lead State has in the Master Agreement,includingbut not limitedto, any indemnityor right to recover any costs as such right is definedin the Master Agreementand applicable ParticipatingAddendumfor their purchases. Each PurchasingEntity will be responsiblefor its own charges, fees, and liabilities.The Contractorwill applythe chargesand invoice each PurchasingEntity individually. Administration of Orders

13. ORDERING a,MasterAgreementoider and purchase order numbersshall be clearly shown on all acknowledgments, shippinglabels, packing slips, invoices, and on all correspondence. b. PurchasingEntities may define project-specificrequirementsand informallycompetethe requirementamong companieshaving a MasterAgreement on an “as needed”basis. This proceduremay aJsobe used when requirementsare aggregatedor other firm commitmentsmay be made to achievereductionsin pricing. This proceduremay be modifiedin ParticipatingAddendaand adaptedto the PurchasingEntity’srules and policies. The PurchasingEntitymay in its sole discretiondeterminewhich Master AgreementContractorsshouldbe solicitedfor a quote. The Purchasing Entity may selectthe quotethat it considersmost advantageous,cost and other factors considered. c. Each Purchasing Entitywill identify and utilize its own approp1ate purchasingprocedure and documentation. Contractoris expectedto become familiar with the PurchasingEntities rules, policies,and procedures regarding the ordering of supplies and/or servicescontemplatedby this Master Agreement. d. Contractorshall not begin work without a valid PurchaseOrderor other appropriatecommitmentdocument underthe law of the PurchasingEntity.

e. Orders may be placed consistent with the terms of this MasterAgreementduringthe term of the Master Agreement.

such

shall

to

have

of

and/or

If

placing

brand,

may

every

in

any

and

placing

in

may

current

building

delivered

of

area.

quantity,

agrees

or

damage

the

Purchasing

authorized

Master

Entity

but the

the

packing

the

or

all

Entity

term

to

the

the

and

all

termination

this

identified

are

suitable

Apparatus

Contractor.

Agreement

budgeted,

commodity,

after

to

to loss

the

or

of

with

reception

indefinite

the

and

thereof,

expiration the

Contractor for

Fire

or

pass

of

prices

Purchasing

date

damage

include

Master

solely

date

Purchasing

payable

and

with

such

the

individual

the

Agreement

shall

separate

Any

pre-paid,

labeled

lobby,

this

shall

of

the

liability

cancellation

appropriated,

of

any

other

notify

representative;

Agreement,

and

front

Entities

time

marked

furnished

Master

notwithstanding

Trucks

Costs

termination

Order.

freight

against

Contract,

number.

responsibility

be

be

being

properly

termination

such

from

the

this

Fire

the

dock,

to

at

include:

the

the

Master

and

Entity

responsibility

expiration,

shall

shall

of

or

priced

obligations.

Order

for

to

be

with

package.

Purchase

Orders

this

Purchasing

purpose

shall

the

immediately

representative

Agreement,

or

destination,

Inc. of condition,

when

then-current loading

will

body

a

of

Responsibility

to

prior

carton

placed

a

office,

that

ordered;

after

by

the

the

terms.

outstanding

warranty

Purchase

etc.,

form

standard

good

for

Purchasing

Master

consistent

in

than

its

F.O.B.

arrangement

past

being

minimum,

Orders

the

then

be

placed

this shipping

a

order

acceptance

of

funds

with

of

obligations

termination

Contractor

other

Apparatus,

terms

Agreement

at

of

Contractor.

purchasing days

Entity’s

order

elevator,

the

designated

or

to

shall

and

elements

the

Each

the

Orders

the

services

as

Contractor’s

on

Fire 120

Orders

delivery;

of

to

construction,

agency

address

by

delivered; Master

to

for

any

manufacturer’s

of

freight

financial

and

any

Entity’s

delivery

pricing

up

of

delivery

noted

and

inconsistent

this

the

upon

paid

Purchasing

the

Agreement,

termination

deliveries

a

contents.

that

time

being

Ferrara inspection

order

administration

be

to

identifier.

durable

in

cancellation

to

fraud

or

pursuant

to

honor

of

the

other

All

Deliveries”

terms

of

the

period

will

with

final

or

not

indefinite

Master

responsibility be

of

and

number, charges

the

Purchasing

refers

otherwise

supplies

of

reminded

defects,

damage

contingent

pursuant

requested

the

agreement.

until

this hour

“Inside

delivered

Entity.

the

or

shall

specified

handling

or

is

shall

concerning

with

expiration

expiration,

is

Agreement

DELIVERY

to

are

phone

be

be

and

it

address;

form

per

amount

number

proposal; and

latent

the

order

the

walls,

handling

placed

instructions

performance

Delivery

within

will

Cases

year

to

8200027987

AND

available,

must

be

Master

or

price

services

name,

place

code

other

and

as

after

occur,

Order,

otherwise

billing

ceiling

Contractor

pursuant

Purchasing

or

Contractor

Agreement,

storage

Contractor’s

agent

accordance

A

Inside

fiscal

The

A

The

The

The

The

date

delivery

made

the

item

not

must

delivery

scratched

does

in

any

for

charges.

the

in

(6)

(7)

(4) contractor’s

(3) (5)

except

(2)

(1)

placed

products

deliveries

Contract

communications

to

Orders

orders,

Master

Order.

Order.

SHIPPING

be

All

All

Where

Orders

All

Notwithstanding

delivery

All

e.

crating quantity,

respect

damage

the

Specific

interior,

Entity b.

the

a. transportation

14. remain

price

not

indefinite

this

termination, task

perform

i.

applicable

otherwise

a

Agreement.

h.

purchasing

g. writing f. Any regulations. Acceptance, 15. provide b. a. compliance, 16. commercial liability Participating revealed provisions specifications the

price necessary Acceptance defects c. perform

e. standard d. modified performance the Acceptance Acceptance Purchasing Agreement Agreement, ascertaining If

Purchasing performance replacement for costs deemed shall

Where

All

If

the Acceptance

The

LAWS

INSPECTION

Purchasing

day an

and any

to begin

related

Products

Product

Contract

additional

warranty

cannot

right

after

for reflect

the

Accepted all

services

when

of

the

by

action

of

AND

material performance.

Products upon or

Entity Entity

code.

is

services Testing Testing including

andlor this

that or

Master

Product

or

the to of

is issue(s).

the

may

revoked. does the

Testing

be

goods

the Entity

are

with

met.

Purchasing

the

access

period

8200027987 section Product

to

the

applicable REGULATIONS

do Acceptance. time

corrected

Participating

may,

may, reduced

and

subject

be

preparation

ensure quality AND

not

period is

not Agreement (nonconformity the

Upon Product

again

offered

from

are

related rejected.

If

any period

prescribed, may

no to

meet shall

at

at

written

conform

governs.

after

put

is

the

ACCEPTANCE

charges

Acceptance

its its that

additional, to

rejection,

Contractor in

assurance

value

Entity, shall

installed be

by

commercial

the begin to

and

meets Lead

to inspection

agreed

conformity discretion,

option:

the with

explicitly

re-performance,

future

Failure

and Addendum, use.

the

approval

or

standard

be

furnished

of

to

cure

This

this

shall

at State, an upon

Femira

preparation the

shipping

thirty

contract

services

upon.

and that the Acceptance

reasonable requirements

(a)

performance

replacement,

Order

at

period,

Testing subsection

to

section standard

be

at

Contractor code, Acceptance.

no continue set declare

Contractor

or with

substantial of

reject

of

(30)

by

paid reasonable

shall

additional to

Contractor starting out

Fire

does

performance

requirements,

performed.

of

the

the

contract

any

and

means calendar

is

the

upon until and

Product

in

of

Contractor times, comply

of

Purchasing

not Apparatus,

not

Product

applies Acceptance

a

other

the

conforms

under

performance

Purchasing

or

such

will

shipping

from

certifies Master

impairs

the

intended

receipt,

otherwise

the

times

substitute

Contractor cost

requirements,

in

after

days

returned

have

authorized

standard

hilly

goods

this process

to

the

during

order

still

the

to

Agreement

to

and

applicable

Acceptance

value)

Entity that

or to

of

day

however,

Purchasing

Master fifteen

Inc.

with Testing

be to

has

Purchasing

Entity

contract may

other Product specify to

places

Product(s) prior

the

pursuant limit

the

in after

of set

is

monitor

not

for

all

latent

agent

and

breach

liable

performance

be

initial

(15) forth Product

Agreement.

at

time

may

to

met

on rights

applicable

Fire

the

Products

before

does

revoked

to

a

no

the

requirements; rejected

Acceptance

by

process

Entity;

a

or calendar or

ensure for

to

Product in Entity period

the require

increase period and

day-to-day

and

and Trucks

Contractor.

the

not official hidden

and

the the

is

any

Acceptance.

standard

evaluate

terminate

Purchasing ready any

relieve in

purchased

section.

Master

and or,

remedies

may

Federal

conformance

for is

identified

Products

resulting of

the

days is accordance

Product(s) in

met.

defects

and

(o)

of

Acceptance by

returned,

inspection delivered

for

Contractor

require

Order

basis and

the

of

Contractor continue

the

the to

performance,

Agreement

Fire

No

Acceptance

and The

the

performance,

cure under

Lead

reduce

that

Contractor under

contractor

Entity. expense

Purchasing

subsequently

in

until

Product

amount.

Order;

Apparatus

the State

warranty

this

with or

to

which

or,

do

the

and

State

the

the

Testing,

to for

the this

an Contractor

the

if

not

Master

shall

standard

laws The

the

take

for

incurred

(b) cure installed,

explicit applicable

which

shall

standard

are Testing.

Master

contract

or

of

When

meet

shall

Entity.

period

the demand

pay

and

other

period

be

of

all

to

by

of

If

the

on

this

or

of

body

use,

under

shall

license

include

the

created

dispose

essential

Product

to

or

relied

software

to the

AM.

Product

and

made

different

transfer

its

term

this

not

“Purchasing

and

the

reasonable

a

shall

of

of

Agreement;

has

to

of this

overdue Entity

the

Participating

parties

applicable

transferee.

and

Acceptance

the

Master

delivered

(c) awarded

repair but

that

9.9

license

of

to

rights

by of

is

the

Contractor

Apparatus

fails

right

response

unless

this

each

and

Entity

will

edition

Master

of display,

assess

Product

title

The

used,

or

Participating

during

in

in

its

date

the

Entity’s

Fire order

is

the

section

subdivision

the

its

in

transfer

ensuring

may

Purchasing

the

discovered

commercially

in

to

section.

of

Entity shall,

made, Agreement,

have

and

If

result

balance, a

is

for

prescribed

irrevocable,

entire

perform,

remedies

applicable

published

in

made

business

Contractor

from

this

title

Purchasing

Product

may

political been

shall

as

inadequate,

the

in

of

constitute

and

Purchasing

the

the

Master

or

year subsequent

Trucks

be

Contractor

Product.

such

or

prescribed

and,

date

have

that

A Product,

otherwise

Contractor

to

recently

termination

Purchasing

conduct

this

Entity

outstanding responsible

the

rights Property.

the

are

State

Fire

or or

royalty-free,

the

in

which

Contractor

to

to

that

a

insurance

of

in

Transfer

be

which

Entity

the described

title.

most

warranty,

manufactured

for

for

the nonconformance

days

under

proves

other

via

on

for

result

damages,

or

media

the

Order,

shall

the

45

and

Inc. convey

that

documents

period

any

costs.

in

licensed

Addendum,

of

Purchasing

a

required

following

perpetual,

Intellectual

whose

Software PROPERTY

made

interests.

Product

payments

Mississippi

to

the

month insurance

Product actual

After

and

shall

for

of option,

Purchasing

delivered

the

be

of

in

tangible

purposes

claims

any

days

better,

per the

or

entity,

breach

designed

carriers

of

fees

solicitation

of Contractor

30

or

may

Product

Addendum,

later.

is

security

State

or

either

addition

Apparatus,

is

used

the

replaced

transfer

sale

Embedded

Entity’s

in The

VII

to

warrants the Participating

Upon

effect,

maintain

Pre-existing

the

specific

limitation,

ordinary

in

percent

a

Contractor

another

nonexciusive,

elsewhere

other

within

the

Fire

in

amount

any

are

any

a

all

carrier

the

in

to

and

and

Product

the

or

attorneys’

one

Class

and/or

Payments

to

in

charge

full

Entity)

use

with

of

INTELLECTUAL

for

the

with

made

buy

defects.

without

Entity,

Participating

whichever

or

A-,

to

Entity

the derivatives,

Contractor

a

to

identified agreed

Property”).

of

Ferrara

specified

(d)

mail.

of

rate

Participating

Product

warranty

rights

in

its

insurance

fuilforce

cost

a

repaired

by

The

free

performance

the

suitable

reasonable in

according

transfer

at

this an

with

Software

license

refund

and

normally

the

where

is

party

rating

is

Purchasing of

Failure

received,

including,

for

or,

is

encumbrances,

a

If

Purchasing

purposes

is

charge.

otherwise

Purchasing

will from

judgment, the

maximum

party,

specified

Intellectual

under

title

remitted

third

the

governs.

a

additional

or

to

is

the

govern

maintain

liens,

performs

be

Product

PRE-EXISTINC

equity,

Product

to

by

perpetual

having

Property,

reproduce,

no

any

to

special

Embedded

Reports.

Unless

invoice

all

or

skill

820002798’7

PRODUCT at

the

up

parties

OF

the

will

and

and

additional of the

termination

section

charge

any

insurance

Acceptance

transfers

Contractor.

with

requirements

be

amount (e)

prevailing

Contractor

law

the

OF

(b)

Product

grants

Provisions

no

a

no

for

use

this

the

provisions

correct

of

by

state

the

translate,

clear

(“Pre-existing

after

and such

to

Agreement,

the

to

a shall

charges

(at

Insurance

to

Contract.

Acceptance

Intellectual

it

Contract

with

Payments

(a)

and

INSURANCE

LICENSE

TITLE

law,

payment

Contractor’s

WARRANTY

the

irrevocable

date

PAYMENT

the

Insurance

consistent

suitable

Addendum.

Upon

Entity’s

of acquire Agreement’s

Master

a. Best’s

General

21.

of is

Contractor under

license

publish,

license 20.

subsequently

19. an

free

purpose, the

remedies

provided

replace

manner, known

is

the

solicitation,

Warranty

otherwise

18.

that:

late Card”

law.

17.

account

Payment the b.

below:

for c. the d. nonrenewal Entity termination this Participating that expiration performing that

show f. e. State reflect Agreement Participating Participating 22. (30) coverage U.S. a. Master termination examinations, Agreement, examine, assure

Coverage Contractor Coverage

Prior Contractor

The

written

Contractor’s

RECORDS

subsection the

(1)

days

Comptroller

as

required

who

Contract

Contractor compliance performance

completed (I) Insurance aggregate; liability, (2)

Agreement

names

to

Contractor’s

secondary

may,

copy

after

commencement

otherwise

Commercial

Contractor

notice

is

any and

or of

and of shall

whichever

Entities’

Addendum,

Entity, shall

shall

a

excerpts, the the coverage such this

any at

and/or

except

state

work. Orders

and

limits ADMINISTRATION

general

H200027987

requirements. the

be

of

General),

operations, shall

Participating termination

pay

furnish and with

Agreement

or renewal

policy

and

property

cancellation

within written

a

may

liability

sole

must orders

rights transcribe the

Purchasing

shall

premiums

noncontributory. placed

is maintain

General

the

and Copies

within

administration

liability

later, or occur.

option

endorsement

to

or

of

comply

five terms

and date

not

on

transcriptions. any

and

placed

the

insurance

is

performance, damage,

blanket

with

by

of

or

thirty an or

first

States of

limit

Liability

any (5)

Purchase to

books, Lead Contractor’s Contractor’s of insurance

shall

any

final

on Purchasing

hereof

Entity, such

occurrence renewal

the

Ferrara

with

the business

by

other

aware

all

Contractor’s

(30) Participating

contractual

identified

State be with

payment

applicable

a

longer Lead

is policy

of

insurance

AND

records,

any

Purchasing or

Unless

covering

the delivered

provided

duly

payments calendar

Order.

that

certificates policy

Contractor

a to

This

copies

Fire

days

applicable State,

federal

Entities limit books,

AUDIT obligations basis.

evaluate period

shall

authorized

cancellation

for

otherwise documents, in

right

Apparatus,

liability,

state

policies. after

or

liability

premises

of

Addendum.

of

the or

to

days

in

any

be

The

and

Entity documents, other

government

not as

under

the

any certificates

accordance

shall

of

primary,

shall

Request

Participating

performance

Contractor

order State

is

of

minimum fees.

less

all

applicable

are

Participating

required agent personal documentary

and agreed

the

under

survive

Contractor

it

provide

is

operations,

required

and

the

than Workers

placed

to Inc.

threatened

Contractor

execution

obligations

for

with

of

the

papers

other same

(including

of

it

with

in

is

$1

for

Proposal a

acceptable

by

for injury for

all

extent to Entity,

state. hereunder.

first by any

governmental

any

insurance

million

the

Fire

Compensation evidence

as

the

shall the

the

a required

Entity,

and independent a

evidence

period

Participating

of liability

aware or

those

Purchasing

shall Purchasing

(including

Lead

policy

under purpose

and

Trucks

this

i’ecords expiration,

its provide

Failure

as

per

limits

result

permit additional in grant

specified

shall

of

of

pertaining

Master insurance

State

this

occurrence/$2

provisions,

insurance acceptable

such

seven

expiration,

agency,

of

and

directly to

notice

shall

contractors,

be

awarding

in

death),

Entity Master

Entity’s or

a

making

Addendum,

the

provide

detail

nonrenewal

written this

Agreement

furnished

Employers

Fire

(7)

in

irisureds,

be

Lead

in

to

to

to

the Master

of

against

pertinent

years

advertising

to

Agreement, a as

and as

this

Apparatus

a

audit,

cancellation

audits,

state

any

form

entities evidence

the endorsement first

Participating

State, indicated

shall

million

products

(3)

Master

within

following

Participating other

Lead

Agreement’s

(2)

statutes, and

this

or

sentence Liability

sufficient

inspect,

provides

adequately

to

a

and

provides

prior

general

this

of

state

State

thirty

any

and

or

the

to

to

of

to

to

in

in

had

the

for

is

in

the

as

the

and

any

or

has

(other

Entity,

relief

upon

the

(4)

review

of or

of

threatened

indirectly,

for

Purchasing

software)

Contractor

to providing

Entity

who

that

disclosed

Entity’s

industry Information.

Purchasing

or

or

with

to

of

otherwise

Confidential

Master

manner

without

is

any

necessary

to

compensable

Without

the

the

agents

and

possession

becomes

reimburse

State or

equitable

of

Master (5)

in

over

Participating

this

Apparatus

Agreement,

Purchasing

or

person

confidential

keep

breach

same

Agreement; directly

course

least

others

is

the

(including

shall

information

Information. available,

examination

to

by

as

Lead

turn

Information other

Purchasing

the

at

Fire

any

to

the

Purchasing

in

the

under

transfer

agents (1) be

Confidential

inconsistent

or

the

the

in

Master

in

Information

confidential

items

or

that

disclosure

employees, shall

any

and

Master

of

Agreement,

inadequately

applicable

Information.

Contractor’s

assist

that

using

is

may

disclose,

marked

Entity

or

this directed

is

against

by

(1)

in

placed to

is this

may,

Contractor

market,

of

as

treated

confidentiality,

obligations

embody

that

permits

to

that

confidential

result

obligation

Confidential

that

believe

Confidential

Master

Entity,

injunctive

a

be of

Trucks

is

the

relief

that

RELIEF

including

to

that

that

Agreement.

the

under

as their

employees

efforts

Orders

Contractor

terms

agents

overpayments

use

Confidential

this

Except

license,

to

Fire

confidence, of

information

documents

Agreement

shall

rightfully

limited of

developed

its Purchasing

Entity

Confidential

or form

or

and

the

entity,

remedies

any

in

seeking

or

by

assurance

for

reason

found

with

such

Master

section,

information

any any

in

obligation

injunctive

other

for (3)is

Purchasing

request,

of

access

agents

assign,

individuals,

of

legal

Master

of

has

possession

person.

disclosure

include

parties

Inc.

fees

this

or

reasonable

this

violate

the

no

or

its

of

quality

and

of

Contractor

to

of

INJUNCTWE

sell,

necessarily not

this

employees Entity copy

Purchasing

obtain

Entity

acquire

obligations

advise

such

other

furnished third

of

performance

had

Contractor

of

Entity’s

by

to

independently

its

Information

any

accordance

or

is

not

to

reports

one

governmental

learns

and

does

the

any

is

by

without any

AND

to

to

in

disclosure

shall

Agreement;

time

breach

concerning

(2)

and

have

intends

but

term

to

information

to

Contractor’s

any

(6)

Apparatus,

or

Any

it

injuly

contract

keep

to

seek

or

the

employees

reproduce,

commercially

in

to all that

the

Purchasing

Entity

or;

Purchasing performance

to

use

against

except

its

that

undeipayment

Master

Fire

Purchasing

obtained

may

addition

exposed

may

use

Information

or

and

known;

Confidential of Contractor

the

Information

after

or

at

with

addition

shown

copy,

in

Information

Contractor

be

necessary

matter

this

prior

including,

if

violated

of

Entity

or

self-audit or

in

information

be

shall

Any

is

iiveparable

available

not

person,

hold

each

by

Entity

to

exist

Entity,

has

(3)

Ferrara

other

Purchasing

can

Orders

Contractor

publicly

Information”).

any

Contractor

what

acknowledges

shall

during

shall

unauthorized

or

cause

or

cooperate

confidential

and

to

and

Confidential

acknowledges

advise evidence

with

clients.

foregoing,

remedy than

who

herein

NON-DISCLOSURE, Confidential

Agreement,

imposed and

Confidential

Agreement,

Purchasing

than

any

Agreement

will

immediately

time

Contractor

the

the

and

nondisclosure

Contractor

Purchasing

of

undertakings,

shall Entity

other

other

of

of

Information

obligations.

of

deemed

expense

any

records,

papers,

Participating

Contractor)

those

other

foregoing,

the

State

Entity’s

Contractor

Master

Contractor

Master

at

disclose

Agreement be

use

Master

any its

to

audits

by

Contractor

(“Confidential

Contractor

Information

the

or

obligations

at

those

8200027987

consent

source

this

State,

not

preventing

the

this

Lead

of

this

a

foregoing

Information,

Relief.

Contractor

Information.

of

and

nature

confidential. Purchasing

records.

of

generality

Master

personnel

obligation

confidentiality,

with

and the

similar

shall

give,

will

Entity

requiring

Accordingly,

limiting

from

Lead

the

documents,

of

Confidential

under

its

whatsoever

from

Purchasing of

written

the

(2)

the

the

of,

disclosure

assurance,

of

and

to

all

by

or

Contract

rights

of

the

by

Confidential

result

name

CONFIDENTIALITY,

Injunctive

Non-Disclosure.

Confidentiality.

Without

The

Product

Confidential

damages.

breach

quality c.

Contractor Contractor termination

the any Entity

Entity,

limiting access Notwithstanding

identifying

Information

Agreement,

standard

b. dispose

subcontractors

obtained purposes

without with

Confidential

that than

Purchasing restrictions

would records,

performance

a

a. Entity

compliance

Agreement 23.

Contractor’s

c.

b.

applicable terms acknowledges d. business 24.

public applicable This 25. a. Master

ValuePoint. b. administration

The 26. possessed replacement the approve to 27. The 28. Unless agreements, as

prior 30 29. the in Neither in orders

Cancellation performance floods, may

Purchasing

Contractor

The

bind

performance

expressly whole

days’ PUBLIC

ASSIGNMENT/SUBCONTRACTS

Master

CHANGES INDEPENDENT

CANCELLATION

Contractor, FORCE

Contractor

Master Contractor

terminate

to

Contract infonriation

Lead

outstanding

Agreement,

otherwise

the

epidemics,

the

party changes

interests

written

or

by

public

Agreement

Lead

effective

Agreement

in

State key

settlements,

set

the shall

INFORMATION MAJEURE

of Entity of

to and

pail,

duties

must

this

rights shall

in

the forth

the

IN

personnel 8200027987

this key

notice,

in State,

disclosure

of

stated, reserves

agrees

association not

laws.

key other

at

in

Master

Master

CONTRACTOR

Master Purchasing

Law. Any

notify

person

Master

date be

to

herein

the

whole

of

in

CONTRACTOR assign,

Participating

personnel,

NASPO and

an

unless

payment this

writing

acts

liability

that

time

cancellation

of

having the These

the

Agreement

independent

Agreement

Agreement.

laws

proposed

all

or Agreement the

or

Master

of

with

the

sell,

with right

of

Lead

related as otherwise

in

Entity

God,

cancellation.

within

Cooperative

of provisions cancellation,

covenants

or

expressly

substantially for part,

as

transfer,

Ferrara

any

to

any

understanding

State

States,

Agreement

identified

Products

and

or

under

assign

REPRESENTATiON and documents

after

due without

Order, 10

contractor.

Purchasing

shall

war

limited

of

evaluated

calendar

are

to

subcontract

other

agreed Fire contained

determining

changes

this shall

which

any

Purchasing

be

Contractor

Further,

reasonable

including

and

in

equal delivered

the

may

held provision

Apparatus,

the or

rights

Participating

be

are

requirements

whatsoever,

prior

days in

are

Entity. in

stated Contractor

applicable

in

or Contractor’s

be

responsible

subject

any

the herein

any

beyond

the

better

or

or

canceled

of

any

written

such

and

default Organization

in

Contractor’s

Participating

sublet

duties, in

shall

Contractor’s Participating the

scope

right

the

accepted,

are

to

Inc. education,

delay

change.

Entities,

that

shall

only

and

not disclosure

approval

for

Participating

may

necessary

rights,

for

including

proposal. by

of

for

and

party’s

agrees

affect or

records

have to

either

a

delay

be

Fire

Purchasing

proposal. default

content.

LLC, rights

extent

Addendum.

key

or

or

The

training, Entity

immediate.

of

no

the

Purchasing

delegate pursuant

not

reasonable or party

for Trucks

written

The administrative

administration

the

Lead

doing

authorization,

attending

default they rights

Addendum.

will

the

to

may

Lead

Contractor

upon

hold and

State

Entity

protection

reasonably

are

business

assignment

responsibilities

and

to

and cancel

experience caused

State.

itself Entities

not control.

the 60

any

reserves

Fire

obligations

to

days’

Purchasing

in

personnel

Cancellation

and its

warranty express

agrees indemnification

out

as

by

conflict

of

Apparatus

participation

prevent

to

NASPO

of

The audit.

written

as

the fife,

the

as

any

contract

to

agent

was

under

or

legitimate

right

Lead

attending

riot, managing

propose

or

with

Entity’s

implied, successful

notice

default

may

except

to

strikes,

State this

the

upon

by

be

for

a

any

as

any

in

with

for

Entities

costs

and

including

by

time

Lead

section

rights

written

Product

Any

The

for

NASPO

a

forth

in

Contractor,

remedies

the

along

the

requirements

entity

the

from

operate

any

Organization

set

at

related

action

requirement

the

Master

or

by

or

of

and

or

infringes

attach

of

Apparatus

of

or

are

(contract)

and

the

Participating

Contract.

liable,

NASPO,

proposed Participating

made

use,

Entities,

enforce

terms

or

is:

rights

prescribed

be

Addendum.

Fire

person

term the

Waiver

fees

its

or

causes

is

under

Purchasing

the

any

of other

construed

or

any

or

and

may

statement,

of

combination

other

be

harmless

as affiliates;

transaction

omission(s) method

entity.

limit

body

default

suspended,

(“Purchaser”)

or

they

writing. this

not any

or or

Purchasing

any certification

a

or

Agreement

to

attorneys’

this

hold

well

Product

in

the

to

breach

Trucks

of

Participating

damages

Mississippi or

in

and

as

of

be

shall

Cooperative

or

performance

and

the

or

or

Entity

which

ValuePoinO,

of

certify

system

Fire

person

declare

Master

9,6 error(s),

debarred,

the

extend

Order, for

that

recurring

must

to

construed

claims,

for Order

a

subsidiaries

to

State

this reasonable

Entities

Order,

code.

Product;

not

cannot

be

NASPO

NASPO

act(s),

employees

the

another

entity claim

Inc.

section

indemnify

Product,

the

participation

Entity

Entity

Agreement

as

Purchasing

of

of

presently

under

or

shall

requirement,

in

against

shall

Purchase

the

and

relating

the

from

Purchase

or

with

or

any

Purchase

are

including

represents of

from

and

NASPO,

or

defend,

tier,

Contractor’s

Master

Contractor

commercial

Participating

person

out

and

any

section

term

remedy

business

unless

Claim”)

agents,

work

arising

the

any

from

the

Apparatus, Purchasing

to

Purchasing action

this

or

shall

prescribed

to

any

this

Conditions

If

at

or

other

or

or

of

such

is

excluded

principals as

harmless

arising

Fire

(doing

Addendum,

of

right

indemnification

and certification

under

method,

its

applicable

officers,

Addendum,

Property

respect

under

Party”),

property

well

hold

Mississippi

or

causes

Entity,

Entity,

costs

LLC

nor

the

This

as

of

Contractor

Contractor

their

or

with

it

breach

Terms

and

State.

Contractor

volunteers,

waiver

default,

Fcrrara

voluntarily

Agreement.

Mississippi

a or

ValuePoint),

Property.

the

or

The

system

tangible

under

the

State

or

with

related

of

any

as

Participating

Lead

by

Entity

with

to

obligations

agency.

neither

by

Participating

of

(“Intellectual

the

damages and

a

Master

the

(“Indemnified

or

employees

default

Participating

Participating State

along

Entity

of

Organization

indemnify

NASPO

that

Agreement

by

product,

REMEDIES

operate

Contract.

fees

this

and

as

the

rights

Entity

Intellectual

damage

ineligible,

liable

Specified

State,

State,

claims,

of

Provided

the

not

BREACH

or

Agreement,

Purchasing

other

subcontractors

AND

be

defend,

Contract,

Master

8200027987

Entities,

of

Contractor’s

under

review

certifies

(a) (b)

by

or

OF

department

agents,

Agreement,

subsequent

Lead

Lead

shall

Purchasing

Purchasing

any

the

termination

business

for Property

or

may

attorneys’

a

declared

The

shall

injury,

these

body

Master

of

of

the

the

any

to

placed

in

(1)

with

Participating

third-party

11

of

of they

by

the

Master

is

Contract

this

(doing

officers,

or

Purchasing

Contractor

death,

of

remedies

rights

iNDEMNIFICATION

DEBARMENT

employees

WAIVER

DEFAULTS

Indemnification—

this

Indemnification

reasonable

which Intellectual

Cooperative

9.6 and

b.

its

Agreement.

their any

Contractor against

LLC

a.

Order 33.

explanation

governmental

debarment,

The

32.

under

State of

Addendum,

waiver

and

31. Failure waiver

available

section

Nothing

The 30. an defending

shall money control Contractor Tndemnified Contractor’s jurisdiction expenses, Master pursuit Contractor

limitations In 34.

issued This form Eleventh United 35. in limited Congress

and The accordance governed a.

procurement, terms b State. action shall

Intellectual The no

federal

Unless

NO

GOVERNING

effect

construction not

section

of

event be

Contract

of

thereunder,

(2) procurement,

damages

concerning

over of

Agreement.

States.

to

WAIVER

defense

be

in

the

Amendment

has the

including the

by court.

otherwise sovereign

The

of promptly

fails

of

the

relieved

shall

of with

the

Party

reasonable

applies

Master

and the

Intellectual

Intellectual

liability

appropriately

evaluation, method Property (c) could

or (d)

any

Purchasing

Indenmified

to

defense

or

or 8200027987

the this Master method.

This

construed

Reasonably

and

It

may

vigorously

or

any court.

immunity, obligations OF

reasonable

would

LAW

from

Agreement to not

specified immunity and

laws

evaluation,

Master any

effect

in

section

to

capable

a Order

SOVEREIGN assume

Claim.

request

have and

Agreement

this claim

reasonably the

Property

act Property

its

and

of

AND

Entity’s

be

abiogated Party in

of

settlement

the Constitution

obligations

Agreement,

Master

of

with been placed

pursue

reasonably required,

is whether

award

in

accordance

of

for

any and brought

the

attorneys’

Even

the

and

also shall

Lead

and

VENUE the

performing

shall

which

Claim. Claim

Ferrara defense avoided

Participating immunity

State.

Lead

expense,

investigates after RFP, Agreement

against

is award

not

the

if

be

State

the

sovereign

IMMUNITY

notif’

in

against of the

in

unless

in

a defense

it State, any

expected

resulting award

the of

fees state’s order Unless it.

the

with waiver

may the

Indemnified

or

by

of

sponsoring

Fire

the

the

the

However, Participating information Lead

based the

venue settlement

the

substituting and

state

the

the a

the

to

be

Master United

or

shall

Addendum and

Apparatus,

same or sovereign Participating

immunity,

Contractor

otherwise

by

Master

use

related Participating to

responsible. in in

Contractor State. laws

settlement

on

serving

for

the defends

use

any

increased be

the

function;

the

and

States Agreement

the

Party

any

of

state governed

of

the

Agreement

other

and Venue

Product

costs,

Eleventh

Addendum

another the

immunity Indemnified administering

it

agreed

as

governmental

protest,

or

within

Product

any

and Inc.

of

fails

or assistance

can

Entity,

Participating of Lead

Order

document

expenses The

Entities

or

incurred any

otherwise,

for

the

Intellectual

the

for

demonstrate

in by

to

reasonably

in

or

a

Indemnified

Amendment

claim, State,

any

form

Intellectual

its shall provide

reasonable

in

Contractor against

and the writing,

or

the

Fire

or

combination intended

Party

who

a

necessary

claim,

or any

law by

effect the

is executed

Purchasing of

immunity,

be

Venue

dispute Trucks

from

loss

Entity’s

not

the

immunity,

the

are

procurement. Property

contract

governed reasonable of

must this

available

that

dispute

of consent

Indemnified the

to

time

shall

Property

Master

states Party

to

any

manner,

for

section

a

or for

the

in

and it

consent the

state

Participating

or

with

any

immunity claim

was

action after

Entity

be conjunction

or

such

Claim,

Contractor.

shall

only

Purchasing

by

or Constitution

including

product,

Fire

by

Agreement

notice, anyPurchase

liable

serving

claim,

is Claim, and action prejudiced

such

and

receiving

the

or

defense.

The

in

to furnish,

relating

not

be

Party

Apparatus

it

the

from

writing

construed the

state

for

product,

based

a

shall

dispute,

the

subject

construction

concerning

system

as

the

waiver

Addendum

but infringement

with

extent

all

Entity’s

in

If

the

Lead

Contractor

shall

to

of

to If at

notice

have in

the

the

not

costs

on

for

Order

be the

the

the

the

this

to

system

or

or

of

the

in

be

State.

sued

any

any

and any

of

the

of

in

state

if

the

claim

within

now

or

that

to

a

These

action

as

in

the

such

violation

Non-Federal

located

of

is

on terms

party;

contractual

for

leasing

any

the

relating

a

Purchasing

Apparatus

the

exclusively Where

of

of

cause

is

Participating

delivery.

provided

Entity

and

or

or

and use

Fire

provisions),

claims

Jitigation

State

between

upon

reason

additional

the

Provisions

and

for

relief

or

services

by

solely

such

Addendum,

Lead

for

Addenda

have Agreement.

or

antitrust

FUNDS

Purchasing

State

permit

any

Agreement

the

future

placed

or

Trucks

Contract

may

if

state

negotiation

claim

is

goods

may

Lead

Master

the

to

Fire

200,

adjudicated control

Master

any

in

Entity

the funds

any

this

to

Participating

Order

Participating

for

FEDERAL

this

and

Part

Entity’s

Entities

state

in

subject

with

the

a

right

Inc.

under

Agreement.

federal

is

are

administration

under

(CFR)

priority):

the

Contractor

time

brought

or

applicable

with

of

Entities

Participating

who

METHODS.

the

be

the

Master

an

Purchasing

Products

Participating

at

connection

UTILIZING

to

the

methods

in

option,

a

order

of

this

in

Apparatus,

must

funded

Entity

or

obligations

some

it

Regulations

where

accrue

of

Fire

time,

performance

under

satisfied

1-15

Entity’s

Participating

then

to Orders

financing

ORDERS

§

RIGHTS

be

FINANCING

state

prescribed

may

by

laws

decreasing

acquisition

Federal

the

placed

time

(in Participating

of

contract

Ferrara

FOR

Contractor’s

must

forum,

the

a

U.S.C.

which

or

Awards,

for

the

to

for

from

or

that

alternative

party;

with

otherwise

(15 Code

proposed

Participating

Orders

applicable

Entity.

2

out

or

federal

be

has

in

not

Court the

a

award,

ANTITRUST

to

laws

Federal

assigns

at

in

II

named

other

are

methods

now

may

amended

action.

OF ALTERNATIVE

a

leasing

PROViSIONS

if

carrying

of

and

be

District

party.

Under

certifications OR

8200027987

Purchasing

for

of

antitrust

brought

or

evaluation,

may

State

including,

cause

incorporation

Appendix

is

and

financing

irrevocably

conditions

States

as

Contractor

named

to

or

for

a

requirements

federal

purpose

Contracts

and

the

Contract

and

is

claim

or

procurement

conditions

LEASING

a

CONTRACT

ASSIGNMENT relief

the

United

If

Contractor

terms

and

alternative

The

38.

Entities

federal

requirements

Pursuant

Entity

37.

for

for

Addendum,

state effect

Contractor

which

36.

either

Participating

e. the procurement, This the size Reports Lead

LIST A

Vendet

NASPO

of

VENDOR Is

CUSTOMER zeros

cettaln

the

PRICE/MSRP/OATALOG

PRODUCT atiQuhilta

CUSTOMER

VJLR/Reaehl.rjDlatribolor

PD

mlnlmally.ccoptable CUSTOMER Energy

Contiaci

Contract

should PRODUCT

DILL SKIP DILLTOADDRZSS INVOICE

SHIP

VALIJEPQINTADMZN

DATE

ORDER EPEATCompllant

VENDOR

BILL

- ShiP elements INVOICE

NASPO

BILL Value

SHIP

TOTAL

ORDER

CONTRACT

FIeldName

UNIT

SKIP

QUANTiTY

TO TO TO Optional Opel

UNSPSC

STATE

submitted be

Star

TYPEEGMEN’I’)

(ORDER TO TO

Number

TO

XIESCIUPTION TO

avoided

Al)DRESS NUMBER

ZZPCODE

ZlPCODE

P0 PRICE

DATE

NUMBER

PRICE maybe

NUMBER NAME NAME Compliant NAME

TYPE

NUMBER

CITY

CiTY

DATE

NUMBER

Point

82OOO2787

elza.

DATE)

NUMBER

in

ilperaihie.

adjusted,

Microsoft

artingrquirsmani

PRICE

FEE

with

rielda

ExcalDI$3fonnat

I

COLd

a

AR AD AC AL A

AL M I) B AF W C C thoiizaUonfromNllSPOValuePohtl N K I! E 0 F x Y L T Q U p I K I j $

Z

should

with

Coopurailve

J I State Lead Name

segments. Slate Customer Vendor (mmddiccyy)

Product Adznlnlatratlvo Unit ComrnodlIy.l.v.l EatondedPrtce Yes or Quantity

(Sold

oceted nixfl/dd/Oeyy) mm/dd/ccyy) ales (ADDmCNSLOPTZ0N ontact (orNASPO

1.1

to I

andor usfoxnr uatomsr(ageiicy)BiJlloaddreze rothict suitor ustornar ustomer

ustomer ustomer

be a

each

coda

VAR1R.a.Uer/DIstrlbutor,

code

PrIce

Ferrara

Ooy’t

right

Poide

postal

State

order, =

at

I

oran

assigned (may assigned

assigned I

No contract.

- deecriptItia number Vendor

in

in

Silver

luetifled. Ivolce2

uniform tde .

(agency)

provided (agency) (agency) (agency) [agency) Educeiiau.KIS,

assigned

ValuePont

US

u standard

etsudaid

abbreviation US

equtveleut

CredIl/Retuen,

N8PO

2 be ennInadlWlflduefrIalPrieOtlOe

Contract

Currency

Energy

Currency (unit =

Fee

a

of

order Invoice account

2

Fire

code

code uniform fleldwithao for

(95999.999)

Bronze

Bill purchased PHI Sleipta Ship Ship

price Purchase

based cohtrect

clpurehased

cooperative

0-4

0-4

Cooperative each

approved

Star

number

with

based to to

(209989.899)

to to bernet format

EducaHon4,

(599089.098)

cods Salee

multiplied

Apparatus, Number

m,mherfer

city name

COW

on

=3 name address for oily

Does contract] Coopezaftv,

tjpgrads/flowngrada,

a

number

Total

Order

cross on

each

(Alaska product EPEAT

dataalwuldbe name

hyfite C [standardS

(standard

Reporting

not

UNSPSC

nxaric.Thee

product

Price

SMAY

Contract] PleldDeaorIptIon

by reference

Apply

Number Purchasing

ofVARIReseU.r/Dlat&u(or

[determined

(using

the

Does NASPO

Development

the

Local

AK,

purchasing foreach .

code

quamitityinvulced) S

VS

BuDDED not

i1gIla

digits

Lead

0 Missouri Inc.

left

ValuePaint

Data Goat,

Currency

sheet

rules Apply elezr.enis

blank.

cotdiac*-

Stale’s

Is Is

by

etc.

Organization,

Medical,

Team

Requirements

for

provided) acceptable,

acceptable,

BASED

Industrial

enUty

[d.taflnInad

0 (5999990-999)

Cooperative am

MO,

numberipo

to

Fire

wmfochcoiihn4j

accommodate

NOTnegatlable.

Other.are

ON -

US

.tc.)

APPROVAL

practice

Currency

formatted

formatted

Trucks

and

IaLC

DevelopnwetTaam.

by

protocol)

acceptable

and

state

htdualsial

for

dilfarencesin

(5059590519.999)

FROM

The

as as

Data

where

each

a a

and

Said

sip rip

WNCDT] practice

code] code]

Fire

[

Alpha Alpha Alpha Alpha Alpha Alpha Alpha AlphaNumeric Alpha Alpha

Alpha Apparatus Alpha Alpha Alpha Alpha

Numeric Numeric

Alpha Alpha Numeric

Numeric Alpha Alpha Numeric NumerIc Alpha Numeric Alpha Numeric NumerIc

Numeric

DataType

NumerIc Numeric Numeric

Numeric NumerIc NumerIc NumerIc Numeric Numeric Numeric Numeric NumerIc NumerIc

Numeric

NumerIc NumerIc Numeric Numeric

NumerIc

Numeric

erial - —

FleidSise

45 40 40 40 60 40 60 20

IS 20 20 20 25 60 S 30 S 13 10 60 II 10 S 13 0

S B S 8

about

information

Apparatus

Fire

provide

PROFILE

and

will

services.

AND

[email protected]

Trucks

and

Contractor

Fire

E-mail:

for

apparatus

request,

inc.

fire

n/a

No:

Upon

INFORMATION

70744

70744

70744

Inc.

Inc.

70744

providing

Inc.

Inc.

Apparatus,

available):

in

History:

(MWBE):

Zip:

(if Zip:

Zip:

Zip:

Fire

225-567-5260

and

www.ferrarafire.com

Corporation:

history

Road

Road

Apparatus

Apparatus.

Apparatus.

Road

Apparatus. catalog

FAX:

S

225-567-5260

225-567-5260

225-567-5260

225-567-5260

Business

and

Ferrara

CONTRACTOR

Fire

Fire

Fire

Fire

Term:

Address:

Chapel

Chapel

ChapcLRad

FAX:

FAX:

Chapel FAX: Louisiana

Louisiana

Representative:

FAX:

Louisiana

with

C

Experience

Louisiana

to:

and

72-1129363

Bidder:

company

Owned

to:

URL

Ferrara

Ferrara

Ferrara

Ferrara

James

James

for

James

the

sent

State:

State:

experience

James -9006

State:

from:

No.:

State:

sent

of

be

Ferrara

be

ID

be

Methods

Name:

to

Name:

Name: Company

Name:

27855

Internet

27855

Authorized

27855

8200027987

27855

address

to

800-443-9006

800-443-9006

will

800-443-9006

Tax

800-443

800-443-9006

Chris

Status

Holden

APPENDIX Holden

Holden

Holden

company’s

Payment

Minority/Women

Bidder’s the

City: Phone:

Company Address:

Phone: Payment

City:

Company Address:

Billing

Internet

City:

Phone:

Company

Address:

Orders

Bidder’s

Name: Phone:

Company Legal

Federal

City: Phone:

Company

Address:

Contract

9.

8.

7.

6.

5,

4.

3.

2. 1. 10. 11. 12. Contract political Payment performed. Purchasing Subcontractors: of contract Customer fire apparatus requirements subdivisions Terms; 8200027987 References: (Reference Cooperative Net and Vendor service 45 and and with Section days. Customers

( nonprofit Members: has has Ferrara availab]e provided identified 4.2) corporations: may Fire Contractor through a the contact briefly Apparatus, following this the describe agrees Yes Contract. Contractor . subcontractors Inc. to the sell for nature the Fire for goods a Trucks of list as equipment/services participants of and references and services Fire in on Apparatus for the this any to fulfillment contract be category to of

Commercial Pumper

Door 4 $231,205.00 5% $219,645.00

Commercial 2 Pumper

Door $222,537.00 5% $211,410.00

Wildiand Fire Apparatus

Type 4 6, 0% Door- Discount 894,560.00 0% $94,650.00

Wildiand Fire

Apparatus 6, 2 Type Door- 0% Discount $92,600.00 0% $92,600.00

Wildiand Fire Apparatus

Type 3, Door 4 5293,000.00 5% $278,350.00

Wildiand Fire

Apparatus TypeS, 2 Door $282,900.00 5% $268,755.00

2000 Mm. Gallon

Water Tender, 2 Door $287,951.00 5% 8273,553.00

Duty Medium

Rescue Apparatus, Door 4 $202,125.00 5% 8192,500.00

Medium Duty Rescue

Apparatus, 2 Door $191,100.00 5% $182,000.00

125’ (+1-5 feet)

Rear Mounted Aerial Apparatus, 4 Door $903,048.00 5% $860,046.00

(+1-5 100’ feet)

Rear Mounted Aerial Apparatus, Door 4 $818,423.00 5% $779,450.00

(+1-5 75’ feet) Rear Mounted Aerial Apparatus, Door 4 $673,109.00 5% $641,056.00

(+1-5

50’ feet) Rear Mounted Aerial Apparatus, Door 4 $622,650.00 5% $593,000.00

100’ (+1- Mid feet) 5 Mounted Aerial Apparatus, 4 Door $953,423.00 5% $908,022.00

List Price % Discount Final Price

This discount also to applies options all available for each of category Fire Truck.

Ferrara

Fire

Apparatus,

Inc. been awarded has a for contract the following categories of Fire Trucks with a discount of 5% off retail price.

APPENDIX B AWARD & DISCOUNT SUEET

Contract 8200027987 with Ferrara Apparatus, Fire Inc. for Fire Trucks and Fire Apparatus D06 Freightliner M2, 2-door Cab, Single Axle, Extruded Aluminum Body,Walk-In MEDIUM Rescue $263,396.00

007 Freighiliner M2, 4-door Cal,, Single Axle, Extruded Aluminum Body, Walk-In MEDIUM Rescue $273,793.00

Cinder, 4-Door, Full-Tilt, OEM Cub, Single Axle, Extruded Aluminum Body, NON Walk-In D08 HEAVY Rescue $35728400 Cinder, 4-Door, Full-Tilt, OEM Cab, Single 009 Axle, Extruded Aluminum Body, WnIk-ln HEAVY Rescue $37582300 Ignitci, 4-Door, Full-Tilt, OEM Cab, Single Axle, Extruded Aluminum Body, NON Walk-In D1O HEAVY Rescue $37045300 Dli Igniter, 4-Door, Full-Tilt, OEM Cab, Single Axle, Extruded Aluminum Body, Walk-In HEAVY Rescue $388,992.00 Inferno, 4-Door, Full-Tilt, OEM Cab, Single Axle, Extruded Aluminum Body, NON Walk-In 012 $401,694.00 HEAVY Rescue Inferno, 4-Door, Full-Tilt, OEM Cab, Single Axle, Extruded Aluminum Body, Walk-In HEAVY D13 $422,155.00 ReSCUe Inferno, 4-Door, Full-Tilt, OEM Cub, Single Axle, Extruded Aluminum 014 Body, IncidentCommand Vehicle $892,620.00 E. Pumper/Tankers & Tankers M2 Freightliner, 2-Door, ExtrudedAluminum Body, Tandem Axle, E0I 1250 GPM Pump, Mid-Mounted i’urnperlTanker (3000 Gallons) $278,951.00 Ivi2Freightliner, 4-Door, Extruded Aluminum Body, Tandem Axle, 1250 GPM Pump, Mid-Mounted E02 Pumper/Tanker (3000_Gallons) $288,659.00 Custom Cinder 2, 4-Door, Extruded AluininumnBody, Tandem Axle, 1250 GPM Mid- E03 Pump, Mounted_Pumper/Tanker (30(10_Gallons) $41985900 Custom igniter, 4-Door, Extruded Aluminum Body, Tandem Axle, 1250 GPM Pump, E04 Mid-Mounted Pumper/Tanker (3000_Gallons) $433,285.00 Custom Inferno, 4-Door, Extruded Aluminum Body, Tandem Axle, 1250 GPM Pump, Mid-Mounted E05 Pumper/Tanker (3000_Gallons) $478,786.00

Page2of2

Work Session

CITY COUNCIL MEETING AGENDA REQUEST

DATE: 12102119 DEPT: Public Work MEETING DATE: 11111119

DISCUSSION ITEM/TOPIC: Recommendation of Awarding bid 2020-02 to New Image Construction for the Snow Removal Equipment Building Modification (SRE).

BACKGROUND/RATIONALE: SRE Building Modification scope of work is to extend Building for parking of newly purchased Snow Removal Equipment when not in use.

Advertised: August 16, 2019 Las Vegas Optic, Albuquerque Journal and the City webs ite.

Bid Opening: September 12, 2019.

Number of Bidders: 2 $119,351.00 excluding GRT. New Image Construction $185,000.00 excluding GRT. Anissa Construction

THIS REQUEST FORM MUST BE SUBMITTED TO THE CITY CLERK’S OFFICE NO LATER THAN 5:00 P.M. ON FRIDAY ONE AND A HAI..F WEEKS PRIOR TO THE CITY COUNCIL MEETING.

SUBMITTER’S SIGNATURE

REVIEWED AND APPROVED BY:

TONITA G RULE-GIRON TANA VEGA, INTERIM MAYOR FINANCE DIRECTOR (PROCUREMENT)

ANN MARIE GALLEG 5, INTERIM CITY MANAGER

PURCHASING AGENT ESTHER GARDUNO MONTOYA, (FOR BIDIRFP AWARD) CITYATTORNEY (ALL RESOLUTIONS, ORDINANCES & CONTRACTS MUST BE REVIEWED) a

0 e z H m a Ui 01

U, 0 (‘-4 C 2 r (‘-4 F —4 to (-41 o a (0 0 0 (0 r 0 0) F” 2 to (1 C, rn> to F” 0) to :3 a 0 a —1 (0 0 to 2 m U, 2.0 0 -4

LCJ 0

0 0 C rn< 2 Zrn -I

C, 0 2 r- -4

0

to rn F” -o 0 F” 0 z01 2 H 0

2> 0 On -o -4n 0 01 >0 to rn 0

Or-, M 0 0 0 C 13 Project No. LVS-1901 7 Contract No. AVA1195 Vendor No. 0000054343

AMENDMENT NO.

CITYOF LAS VEGAS THISAMENDMENTmade and entered intoby and between the I I (hereinafter called the “Sponsor’)and the State of NewMexico,acting throughthe State Departmentof Transportation, (hereinafter called the “Department”).

RECITALS

WHEREAS,Section Twenty-One— Amendment:Thisagreement shall not be altered, modifiedor amended except byan instrumentin writingby the Sponsor and documented acceptance bythe Division. NOWTHEREFORE,the parties mutuallyagree as follows:

1. The fundingunder Section 1, of the originalagreement is deleted and replaced withthe following: $ 140,888 1 2. Section 1C, ExhibitB to the oiignal agreement Isdeleted and replaced with the attached ExhibitB

3. The State contributionstated in ExhibitB is $ 140,888

4. Allterms, conditions,representations, and obligationsset forthinthe originalGrantAgreement shall remain infull force and effect,except as expressly amended or modifiedbythis Amendment.

INWITNESSWHEREOF,the parties hereto have executed this Amendmentas of the dates shown below.

Recommended by AVIATIONDIVISION NewMexicoDepartment of Transportation Cabinet Secretary or Designee

By; By34Cj1 /,9 Dale:/04/ Date: it

SPONSOR Approvedas to forniand legal sufficiency

By: z (jJ %sistant General Counsel hII(,I1L7 ( - Date: J’3i-i

Updated10/12 City of Las Vegas

1700 N. Grand Avenue I Las Vegas, NM 87701 I T 505.454.1401 I Iasvegasnm.gov

October 1, 2019

Mr. Dan Moran Finance and Administration Manager New Mexico Department of Transportation Aviation Division 3501 Access Rd C Albuquerque, New Mexico 87106 RE: LVS-19-O1 Snow Removal Building Modifications

Dear Mr. Moran: We respectfully request an amendment be made to the above referenced project to increase the budget to accommodate the project bid amount and engineering costs associated with the project. The project was advertised and bids opened on September 12, 2019. Two bids were received with the apparent low bid in the amount of $129,371.71, including NMGRT. The architectural services costs for the project are $27,170.21 resulting in total costs associated on the project of $156,541.92. The grant budget is 90,000.00 and was based on conceptual layout and cost estimates. At the original grant funding split, 90 percent NMDOT Aviation and 10% City of Las Vegas, the City requests that Grant LVS-19-01 be increased by $59,888.00 to assist in completing the project. A summary of the original and amended budgeted costs are as follows: Project Budget Item Original Budget As Bid Difference Architectural Services $12,494.00 $27,120.21 (design, grants assist, construction administration) Construction $77,506.00 $129,371.71 Subtotal—Total Costs $90,000.00 $156,541.92 $66,542 NMDOT AD LVS-19- $81,000 $140,888 $59,888 01 (90%) CityofLas Vegas $9,000 $15,654 $6,654 (10%)

Thank you for your continued support and assistance with the Las Vegas Municipal Airport. If you have any questions, please contact me at (505) 454-1401 ext 1802 or Mr. Mike Provine, Molzen Corbin, at (505) 242-5700.

Sincerely,

Ann Marie Gallegos Interim City Manager City of Las Vegas cc: Mr. Mike Provine, P.E., Molzen Corbin

David Ulibarri Vince Howell Barbara Perea-Casey David G. Romero Councilor Ward 1 Councilor Ward 2 Councilor Ward 3 Councilor Ward ‘1

Opening

The

their

date

and

shall

87701;

Modifications,

following

Mailed

Copies

The

location:

the

Published:

Council

The

City

City

time

and

BIDDING

authorized

City

be

bids

with

of

the

Las

No.

Chambers,

Offices;

of

time,

set

location:

of

the

City

Las

responsibility

the

Las

should

Vegas

for

ALBUQUERQUE

www.lasveoasnm.gov BIDDING

LAS

bid

Opening

FORMS

Clerk’s

Vegas

representative

envelope

the

Vegas,

ON

thus

VEGAS

Molzen/Corbin.

be

Municloal

bid 1700

THE

Office

reserves

delayed

AND

addressed

request.

FORMS

No.

New

of

North

FOLLOWING:

marked:

OPTIC

the

&o-

TECHNICAL

at

Mexico

is

Airport

will

1700

the

Offerer

Grand

JOURNAL

AND

If

invited

the

to

not

Las

2701

;

right

North wW

the

TECHNICAL

mail

be Avenue,

Snow

REQUEST

to

Vegas

on

to

to

Miles

open

City

constdered,

see

SPECIFICATIONS attend.

-

reject

the

Grand

or

CASANDRA

T

CITY

Le%i

/4?

Removal

delivery

that

Clerk,

Rd

Municipal

Sealed

lower

Las

I

any/or

OF

SE.

Avenue,

their

FOR

Date

SPECIFICATIONS

VIGIL

Vegas,

1700

9A,

LAS lefthand

A

Albuquerque,

c)

Bids

of

bid

Equipment

all

public

BIDS

Issued:

Airport FRESQUE,

bid

INTEJANCE

VEGAS,

PURC

N.

bids

Les

is

at

New

request

may

delivered

NO

Grand

2:00

opening

corner

Vegas,

fivg.

submitted.

J4

Snow

Mexico,

MOYA,

be

p.m.,

NM

Building

SING

Ave.,

is

examined

1/s

CIP?

INTERIM of

may

NM

Removal

will

to

delayed

/4’

lb

87106;

or

the

&p

the

OFFICER

be

Las

/o

be

other

C

87701

submitted

City

Modifications

held

CITY

DIRECTOR

obtained

ERK

phone

Vegas,

at

beyond

lQ2Qi

CITY

Equipment

.2019

.2019

designated

9

the

Clerk

and

ATTORNEY

following

505-242-5700

MANAGER

any

New

the at

envelope.

by

at

the

bidder

the

opening

Building

the

Mexico

area

date

City

or

at It

signed

purpose

Bids

MODIFICATION not Corrections

with

Bid

Department CLARIFICATION

Bidder

scheduled

At

by

RESPONSIBILITY entered

In

NON-COLLUSION fourth

receiving

(Section30-24-2 commit

third

Mexico The

BRIBERY submitted

Sealed

Name

ENVELOPES

Bidder area received

Las TIMETABLE

Bid

specifications speciflcaticns.

Awarding

AWARDED

all

signing

the

rely

Specifications,

a

may

Procurement

pursuant

Vegas,

times

degree

copy at

Q

degree

or

requiring

and

upon

will

into

of

the

Criminal

the

Bid

initialed

be

illegal

will

their

opening

AND

Bid.

making

forwarded

Opening

it

or

be

and

involved of

City

action offense

envelopes

New

such

withdrawn

shall

felony

BID

felony

be

changes

to

notified

bid

and

Bid

clarification

Time

OF The

kickbacks. KICKBACK

Offices. this

N.M.S.A.

opened.

OF

Statutes

by

Mexico,

Code

be

interpretation,

Ooenina

OF

of

date

any

shall

and

to

BID

penalty Number.

to of

the

in

request

BID

City

the

restraint

scheduled

to

waive

by

BIDDER

this commit

of

demanding

corrections

shall

Affidavit,

of

upon

and

the

Bidder.

Awarding

be

responsibility

mail.

said

of

An

on

(Section

New

1978):

Also

bid

Date,

or

for

Finance

any

time

made

must

Las

or

be

opening

receipt

of

bid

interpretation

the

request Failure

Mexico

bribery before:

(Section

free

for insubstantial

clearly

corrections

the

set,

or

Vegas

Resubmission

it

made

be

offense

of

or

to

30-4-1,

or

opening.

Time

is

Department,

competition,

Bidder STANDARD

Bid

this

received

of

receiving

to

wilt

changes.

the

of

a

at

(Section

of

marked

in

written

comply

fourth

the (City)

is

30-41-1

least

Chanae

bid

occLir

a

of

any

Se.pf’

responsible

projected

N.M.S.A.

and

of

certifies

public

Bidder

offering

will If

irregularity

at

five

the

other Bid

degree reserves

a

request

with

13-1-28

must

3 on

at

changes.

not the

Such

through

Any in

bribe

will

BID

I

specifications

mail

(5)

the

official

to the

connection

this

manner

be that

City

for

or

1978)

be

be

interpretation,

days see

CLAUSES

City’s

felony

corrections

or

Bidder

by

paying

considered.

lower

through

prior

requirement

in

made the

prior

Clerks helshe

______

delivery 30-41-3,

-,

that or

a the

prior

states

will

20;

public

right

Council

public

to

to left-hand

to

form

their

illegal

by

whose

with

the

13-1-199

not

Office

to shall

has

the commit

Addendum

of N.M.S.A. to

that

the

must

2:00

official

of

bid

the employee.

be

scheduled

corrections,

scheduled said

may

not,

kickbacks. reject

Chambers

make

the

Bid

at

scheduled

it

binding

is

corner,

submitted

be

the p.m.;

is

either

Bid

delivered result 1700

N.M.S.A.

Bid.

or

best

a or

,

1978):

a

properly

offense

is

only.

public third 20...

written

at

accept

North

and

In

bid identified

in

delayed

bid

directly

or

or meets

which

the

bid addition,

bid.

states

degree

to

other

changes 1978)

opening opening

the

Interpretations,

employee.

The

Grand

identified

of

request

rejection

opening

the

any

Bidder

or

time

the

soliciting

beyond

designated

by

that imposes

City

successful

indirectly

felony

of

the

Avenue,

time

for

required

of

the

all

to

Clerk all

date;

it

shall

of

said

and

New

And

the

the

is

the

bids

the

Bid

in

Bid

or

to

a a V

V

2.03

2.02

2.01

ARTICLE

ARTICLE

1.01

K.

J.

I.

H.

F.

E.

G.

D.

A.

C.

B.

The

above

or

Architect/Engineer

incomplete

the

Complete

bona

days

designated

office

Complete

Owner’s

an Responsive

Invitation

Successful personnel,

construction

required,

Responsible

for

of Bidding

drawings.

Bidding

Bidder: to

submits Bid

Bid:

Base

excluding

Alternate

construction

Addendum:

of

corrects, the

Conditions

Terms

grant

these.

agreement

be

the

2-

Advertisement

Bidders,

Owner

meanings

1-

Lot:

after

fide

The

performed

terms,

Bid:

is

COPIES

Base

used

DEFINITIONS

for

a

evaluation,

otherwise

Bid

Requirements:

information

or

opening

Documents:

sets

sets

for

One

A

bid offer

Alternate

in

Bid:

sets service

any

and

Amount

Bidder:

of

Bid:

changes

the

major

in

described

do

Bid,

is

and

Bid

Bidder:

the

is

to

assigned

A

of

of

the

these

who

of awarded

other

of

the

so

signed

Bid

a

in

OF

Amount written

the

Bidding

return

Advertisement

A

(

if

the

Bidding

contractor.

of

only

Contract

for

reputation,

item

assume

conformance

Architect/Engineer,

designated).

13-1-84

bid

the

makes

Form, submits

Bids.

stated

Bidding

BIDDING

the

Bidding

Bids.

use.

and

The

Bidder

Bid

in

with

in

A

for

the

which

of

corresponding

Bidding

by

or AND

the

The

stated

data

those

Documents

Bidder

Advertisement

lowest

Work

Documents.

in

responsibility

may

Supplements

the

Bidding

an

graphic

the

for

the

NMSA

a

Invitation

submitted

Documents

the

Documents

to

award.

conforms

Bidding

and

TERMS

purpose

Bid

Owner.

Construction

Owner.

documents.

be

in

DOCUMENTS

with

prove

for

for

Documents

Bid

Bidding

who

Responsible

the

experience

obtained

directly

instrument

Documents

1978).

which Bid.

V

as

the

shall

Bid

A

that

for change

submits

of

on

in

Requirements

the

to

in

which

for

Successful

Bidding

in

for

obtaining

The

making Documents

the

as

Bid

the

all

a

his

be

sum

to

the

from

errors

separate

(General,

or

the

Bid,

prescribed

material

used

Bid

the

financial

deposit are issued

(13-1-82

in

Bidder

in

Contract are

a

number

for

sum

the

Responsive

good Documents.

the

copies

INSTRUCTIONS

Instructions

Form,

adequate Owner,

or

defined

Bids

in

which

Bidder

quotation

prior

project

misinterpretations to

V.

Architect/Engineer

may

preparing

respects

will

to

Supplementary

and

and

resources,

and

be

Documents.

form

on

NMSA

of and

whom

the

as

to

in

be

complete

added

also

does

the

Bidding

the

to

for

the

scope,

portions

the

distinct

setting

Bid

Bidder

refunded

to

to

make

or

Work

the

be

Contract

Bids;

the

Instructions

not

1978).

opening

the

Bidders,

to

bid

production

and

reviewed

deposit

materials,

or

Documents

become

condition

Owner,

forth

requirements

satisfactory

Plural:

offers

is

and

from

of and

neither

who

deducted

to

requested.

resulting

Addenda

(unless of

V

do

the

Documents,

Bidders other

Information

sum,

a

to

has

TO

Bids

to

the

not

on

addenda.

or

at

subcontractor,

prices

the

within

perform

and/or

Bidders

service

Conditions)

the

fumished,

the

from

available

Contractor

confer

if

another

from

delivery

which

Owner

BIDDERS

relating

set

who

any,

Plan

for

basis

10

methods

forth

the

the

the

Available

including

facilities,

and

the

a

submit

calendar stated

clarifies,

nor

Rooms

issuing

license

amount

on

use

to

of

of

Work,

in

when

Work

in

until

have

who

any

the

the

the

the the

the

of

in

of a

7.05

7.04

7.03

7.02

ARTICLE

7.01

6.06

6.05

6.04

6.03

6.02

Bidder

If

Bid

the

When

considered The

damages,

furnish

herein

obligations The

stipulated,

Certificates All

States Companies”,

provided

cashiers

Bid

Each

issued,

receipt

No

Addendum

for

the

Copies

Addenda

conditions.

error

contract

Subcontractors

field

Owner Duty

will

answered

a

specified

Bidder

be

bonds

7- that

bid

Owner

Architect/Engineer

security

Addenda

be

the

Bidder

which

Treasury to

rejected

and

or

to

BID

such

and

security

of

of

purpose.

will

without

check,

all

the

not

by

Bidding

Seek

terms

shall

Bids.

will

will Addenda

pledging

until

is by

arising

will

withdrawing

shall

of

bidders.

SECURITY/BID

time

a

bonds,

they

bid

in

as

as have

shall

permitted

formal

will

surety

Authority

be

(13-1-147A

furnish be

Clarification:

an

Department or

that

a

shall

published

either

have

security

shall

legal

acknowledge

has

penalty.

may

emailed

executed

Documents

otherwise

ascertain,

amount

the

thereunder,

be

that

the

will

it

A

written

be

company

elapsed

the

promptly

effect.

discover

believes

bonds

(a)

opportunity

issued

contractor

to to

in

amount

the

be

the

(13-1-147B

as

right

the

have

the

withdraw

with

in

equal

by

made

Acceptable

(13-4-l8

Bidder

NMSA supplied

Invitation

addenda

prior

federal

covering

so

The

amount

Contract

later

require

such

BOND

their

authorized

to

upon

to

received

return

notify

of

that

Should

to

available

proceeds

be

law

to

retain

to

the

than

sureties

at

will

receipt

1978).

his

Bids

Circular

examination

submitting

in ambiguous

will

clarify

bid

of

receipt

establishes

least

NMSA

the

NMSA

the

for

bid

has

a

Sureties

Bid

the

5%

enter

a

the

3

form

be

security,

may

faithful to

Bids

complete

Architect/Engineer

days

security

for

at

on

been

as

five

of

Bidder

binding.

bid

before

do

its

requested

570

its

are

into

the

1978). 1978).

satisfactory

the

inspection

be

or

business

percent the

requirements

prior

security

on

own

instead

executed

the

named

withdrawn,

of

one

performance

Bid

by

highest

noncompliance

a

award,

shall

Federal Bid,

set

refuse

the

contract

duty

the

Oral

risk

which

Form.

to

of

or

Bidding

of

of

in that

Audit

in

be

wherever

the

of

Bid

Bidding

of

if

to

and

and

otherwise

the

to

the

no

asking

this

Bonds

Bidders

it

forfeited

includes

clarification

the

the

with

date

or

amount

enter

and

of

relies

action other

bonds current

amount

of

Staff

State,

(c) Documents

Owner

Bidder

any

the

thereby

by

for

the Documents.

for

Bidding

and

all

into

interpretations

upon

to sent

Bureau

postponement

Contract

have

shall

ambiguity,

the

to

submitted,

a

or

list

Owner

receipt

Bids

of

(

as

whom

clarification.

has

the

such

the

in

Bidder

to

the

of

13-1-146

its

Acceptable

provide

take

been

order

Documents

have

all or

received

Owner

equivalent

of

own

Companies

Bid

on

Contract

of

and

an

of

who

Accounts,

place

furnished,

unless

requires

inconsistency,

the

been

the to

Bids,

shall

award

interpretation

payment

or

NMSA

a

of

ensure

as

are

terms

site level

clarifications

all

against

Bidders

Reinsuring

the

rejected.

liquidated

be

otherwise

are

or

except

in

known

Addenda

is

and

Holding

that

date

United

a

cash,

playing

fail

that

1978).

or

stated on

being

of

bond

local

the

the

(b)

file

and

all

for

to

the

an

by

or

of a

1207

12.06

12.05

12.04

ARTICLE

12.03

12.02

12.01

11.10

11.09

11.08

11.07

11.06

11.05

Each

signed

is

quotations required,

specified.

All Alterations

figures,

Where

All Bids

Funding

award

The No

against

written

must Architect/Engineer

Persons

perform

the

The

portions

proposed

proprietary

Work,

The withdraw

Price.

Architect/Engineer

list

reasonable

the

Prior

a

ere

requested

Blanks

12-

sole Successful

Owner

Bidder

and

copy

Successful

shall

Owner

Successful

be

to

by

there

a

so

whom

In

and,

consent

submit

PREPARATION

proprietor,

used

refuses

Agency

the

the

enter

subcontract

of

and

the

indicated

of be

the

for

his

are on

and

the

the

is

and

names

Work

in award

are

the

or

submitted

person

Additive

on

the

event

Bid,

he

the

specifically

‘No

Bidder

organizations

case

requested,

erasures

Work

Bidder the the

of

reliability

in

two

Bid

Bidder

substantial

the

of

has

Bid

Work;

the

described

writing

or

of

Change”.

the

and

have

by

a Architect/Engineer,

of

of following

has

Work

shall

or

or

reasonable

under

partnership,

in

the

Form (2)

shall

Architect/Engineer

withdrawal

discrepancy

will

or the

current

on

more

persons

must

shall,

reasonable

the

accordance

made

submit

Contract,

and

Deductive

include

to

the forms

advised

for

and

makeup OF

be

be

shall

objection

this

suppliers

in

accept

be

major

proposed within

required

which

required

(2)

information

Bidder

BE)

eligibility

the

responsibility

no

legally

objection.

initialed

Bid

an

identical

be

the

A

under

a

reasonable

between that Bidding the

and

of

acceptable

with

filled

such

corporation, items

Alternate

they

list

complete

must

7

to

of

the

Architect/Engineer

shall to

to

calendar

substantial

any

authorized

after

this

any

the

by

signed

by

status.

person

principal

establish

and

employ

were

in

to

Bid

of

be

to

Documents.

the

person,

the

by

the

paragraph,

Subcontractors

submit

person

the

Work

the

of

due

acceptable objection

the

Bids Form,

name

substitute

proposed

two,

typewriter

signer

form

days

by

or

the

or

Owner.

any

Bidder

to investigation

Architect/Engineer:

objection

to

items

organization,

(identified

some

all

shall

for,

or

the

of

quotations

persons

the

sums

included

bind of

subcontractor,

of

the

organization

subcontractors

Bid

amount

or

under

notice

satisfaction

and

subcontractor

the

be

or

to

other

will

or

and

Bidder

the

other

shall

Security

Listing

bid.

to

systems

the

Bid.

manually

shall

or

notify

as

Bidder

with

the

any

of

to

legal

written

and

for

entities

the

be

Owner

party

If

“Bid

the

and

not

provisions

person

whom

form

the

no

expressed

on

of

Bidder

other

all

will

written

the

of

entity.

award

be

to

a

proposed

to

the

in

with

Lots”)

change

Bidding

such

in

statement

items,

materials

Bidder

after (1)

proposed

submitted

a

changed

not

ink.

whom

person,

words

Architect/Engineer

or

contract.

the

may,

no

A

list.

of

findings

organization

be

Each

verification of

for

in

in

increase

signed

unless

a

in

Documents.

forfeited.

Owner

it

for

paragraph

shall

both

at

the

Contract

which

that

If

or

except

writing

and

to

is

copy

with

his

the

the

organization

A

proposed

Base

furnish

of

the

govern.

words

equipment

list

otherwise

option,

Bid

in

Owner

the

principal

separate

shall

and

fact,

with

Bidder

if

on

by

his

Bid

for

of

11.06

Bid.

by either

such

and

and

and

the

Bid

be the

the

the

the has

(1)

to

is

a or

18.03

ARTICLE

18.02

18.01

ARTICLE

17.01

ARTICLE

16.01

15.04

15.03

15.02 ARTICLE

15.01

Bidder

minus

ifinds

If

award

(p13-1-133 respect

unreasonable

has

It

Bidder

The

All

may,

1978).

Each

of Bids

Any

If

contained

B. A.

permitted After

A

provided

Withdrawn

with

Bid

Bidder

A

location

the

is

withdrawal

the

low

Bids

18- Bid

17-

the

16-

Owner

been

made.

Base

received security 15-

The

The

in

decision

Bid

are

alternates). will

Section

Bid

Base

submitting

which

to

intent

its Bidder

containing

BID

BIDS

OPENING

will prior

available

MODIFICATION

Bidder

mistake

designated

responsibility

shall

they

submitted

be

Bid

to

therein

Opening,

sole

NMSA

shall

Bid(s)

Bids

EVALUATION remain withdraw

failure

made

shall

do

of

on

7.02

is

to

by

is

TO

are

be

discretion,

alleging

the

permitted,

within not

have

submits

time

the

the

If

is

may

open

the

shall

then

be

REMAIN

and

to

to

a

1978).

the

of

clearly

Owner

alter subject no

OF in

mistake

time

in

in

Owner

the

will

fund

low

the

a

be

his

Alternate the

to

be fully

the

modifications

award

an

is

Bidder

accordance a

BIDS

evidence

responsible

the

right

public

be

resubmitted

grounds

combined

release

Bid

set

supported

material

amount

Advertisement

amount

Alternate Bid

to

evident

to

in

to

opened

price,

AND

discovered

SUBJECT

for

award

is

AND

acceptance

if:

to

conformance

to Security

permit

based

inspection

Bids

waive

Bid

any

promptly

which

sufficient

for

of

quality, WITRDRAWAL

on

mistake

AWARD

publicly

a

Bid

by

Bidder with

Bids,

funds

Bid in

or

the

a

contract Opening

on

up

or

a

technical

will

determination

Bid

before

Bid clearly

within

TO

alternates,

deny

determinatio

to for

for

face

and

the

the

or

(13-1-107

available

supply

submitting

of

for

the

with

not

Prices

and

the

Items,

Bid

ACCEPTANCE

quantity

return

of

Owner

to

requirements

the

fact

the by

Bid

the

and

time

be

period

will

the

the

as

the

irregularities

information

withdrawal

delivering

Bid

or

forfeited

which

amount

the

if

the

Opening

convincingly

to

Bid

Bid

lowest

Bidding

be

and

OF

any,

may

other

that

of

NMSA

the

finance

as

Owner

of

place

setting

readaloud,

the

Security

Document;

date modified BID

time

the

low

makes

will

award

provisions

of

responsible

(

construction

of

may

where

Documents.

written

Bidder

funds

in

shall of

designated

the 13-1-106

Base

1978).

forth

stated

be

the

in

connection

demonstrates

a

prior

the

his

be

made

construction

the

or

and Bid

accept

Bids

Bid;

the

or

Bidding

available

modified

in

contract

Bid

is resubmitted or

form

of

to

an

on

Bidder, the

not NMSA

grounds

available

telegraphic

except

are

Bids

Bid

the

for

abstract

nonresponsive

them

the

Bid

a

of

with

to

end

( responsible

the

Documents.

to

the

(Base

shall

basis

that

or

contract,

he

Form,

provided

13-1-132

that,

1978).

in

for

the

of

an

receipt

withdrawn

to

in

received.

Bid

of

the

a

be

this

the

inquiry

conformance

of

notice

the

the

mistake

responsible

Bid

if

but

numerical

of

permitted.

sufficient

a

decision.

period.

contract

Bidders.

amounts

the

the NMSA

mistake of

plus

may

Bidder

Owner

to

with

Bids,

The

low

Bid

was

by

or

the

be a

23.05

23.04

23.03

23.02

23.0

ARTICLE

22.01

ARTICLE

21.02

21.01

ARTICLE

1

the A

B. A.

determination The

authority resolve

authority

The

unless

substantial In

within

calendar

Procurement may

Any

returned

made

An

it

included over local

Laws

and

Conditions)

extent In

E.

C.

copy

B.

A.

the

is

protestant

NMSA

Inform

23-

submitting

State

Invitation

Owner

22-

Owner

protest

in

21-

Bidder,

Contract

Reject

Award

and Award

construction

1978

ordinances

Award

event

part

and

of

the

24

a

the

PROTESTS

of

days REJECTION

to

to

protest

the

NOTICE

shall

the

a

in

hours

the

interests

Regulations:

1978.

of

Owner

nonresident

best

the

award

the

or

or

the

to

all

of

by

to

and

reasons Regulations

determination

Offeror,

dealing

pursuant

shall:

after

the

for Documents.

protestant

the

his

this

his

be

Bidder.

Bids

a

a

Contract lottery

interest

Conditions

of

after

other

timely

resident

and

Bid

Project

money

Owner’s

exercised

designee

of

the

designee

makes

Bid,

an

of

OF

and

for

with

the

regulations

may

or

the

the

aggrieved

to

facts

to

bidders

contractor

OR

CONTRACT

of

the

protest

the

of

resolicit

the

Contractor The

the

Project

one

damages

and

contractor

file

Owner

facts be

federal,

a

the

the

Purchasing

issued

or

Bidder

CANCELLATION

action shall

of

same

shall

multiple

in

determination

canceled,

Bidders

of

the

(13-1-131

occurrences

or

Owner.

right

the

under

accordance

or

the

Bidder,

Bids

shall

and

(13-1-173

offerors

State

have

as

under promptly

or

taken;

state

occurrences

represents

identical

to

who Construction

if

though

the

attorneys’

source

for

judicial the

the

attention

REQUIREMENTS

apply

Procurement Agent

or

the

A

and

§

rules

Offeror,

is

and

the

involved

any

NMSA

Owner determination

identical

13-1-175

giving

authority

aggrieved

with that

herein

issue

local

to

NMSA

low award

required

in

or

that

and

review

the

fees

is

giving

accordance

all

the

OF

Bidders;

adopted

shall

or

rise

directed

requirements

1978).

Contract

a

regulations

he

in

written

contract

low

provisions

Bids

NMSA

(13-1-174NMSA Code.

determination Contractor

BIDS

1978).

to

award

the

has

of

thereto

construction

in

not rise

Bids

take

the

containing may

procurement

connection

familiarized

Bid

regulations,

to

out

proceed

The

BINDING

thereto,

throughout,

with

detennination

1978

(General,

of

are

any

all

be

(

of

of

in

security

protest

which

contract

concerning

rejected

applicable submitted

13-1-172

all

the

full.

§13-1-153

action

shall

(13-1-1

relating

further

the

authorities

but

requirements

with

himself

(13-1-176

are

ON

Supplementary,

immediately but

should

for

reasons

1978).

and

in

reasonably

in

is

NMSA

this

pursuant

a

by

BIDDER

no

rejected

whole

with

shall

federal

a

10

necessary

and

to

part

will

procurement.

a

be

with

procurement

NMSA

case

having

the

resident

therefore

§13-1-154

the

not

be of

made

or

NMSA

1978).

of

and

protest.

the

to

these

later Bids

be

deemed

necessary

procurement

in

the

include

jurisdiction

§

1978).

to

part,

mailed

state

nature

in

13-1-183

and

contractor

Owner’s

than

shall

shall

writing

Bidding

protect

1978).

NMSA

(Bid)

when

This

to

laws,

The

other

the

to

and

to 15

be

be be

30.02-

30.01

ARTICLE

29.01

ARTICLE

H.

C.

E.

P.

C.

B.

A.

partnership

their

Federal result

Envelopes:

identified

Date,

Department.

rely CITY

changes

days

shall

Clarification Contribution through

Campaign

offering

felony

public

that

employee.

99

Bribery

for

meets

not

forwarded

bid

Bid

from

required

and Awarded

New

public

This

modifications

Contract

The

N.M.S.A.

Bids.

also

request

upon

it

to

30-OTHER

Protests:

Federal

29-

prior

make

Owner

in

Project

or

submitting

OF

is

Mexico

the

to

official

waive

works

the

30-41-3,

or

a

Tax fumish

of

Time

and

specifications.

commit NOTICE

by

LAS

third

such

functional

to

Bid:

Time

to

paying

In

Contribution

said

a

then

rejection

at

Sealed

the

will

Disclosure

Tax

written

is

the Kickback:

Identification

the

1978),

any

Any

addition

statutes

least

of

of

Change Department

VEGAS

of

If

degree

interpretation,

funded

Bid

bid satisfactory

Awarding

they

a

N.M.S.A.

public

Finance issue

the

Bid: will

scheduled

any

the

technical

ID

illegal

bid.

1NSTRUCTIONS

interpretation,

twelve

Bid

TO

made

Name

impose

intent

of

offense

Number

Contract

request

Bidder

shall and

a

be

felony

the

His/her

in

will

Bidder

your

envelopes

PROCEED

STANDARD

employee.

The

Form

written

kickbacks.

Department.

The

whole

Disclosure

regulations

New

charged

(12)

in

of

and

of

irregularity of

provide 1978):

be

a

documentation

bid

City

submitted

is

of

Number:

any

to

to

Bid

the

third

Pursuant

Procurement

Transportation

authorized

if

opinion

corrections

Opening

requiring

made

of

days

Mexico Notice

soliciting

commit

by

the

opening

bidder

TECHNICAL

of

other

the

shall

shall

corrections

states

And

degree

funds

and

Las

Department

their

prior

Form:

by

opinion

BID

promulgated

TO

to

Bid

should

in

be

Bid.

to

be

(Section

manner

Criminal

Number. Vegas

the

is

the

that

Pursuant

addendum

date Proceed

or

clarification

the by

provided

social to

Chapter

made

BIDDERS

felony

clearly

incorporated. TERMS

protests

and

Code

with

offense

receiving

the

Change

date

it

form

The

that

and

be

with

or

is

(City)

changes.

to

scheduled

SPECIFICATIONS

will

their

30-24-2,

security

involved penalty

of made

a

Statutes

changes

Failure

marked

Bidder

to

the

Contract

to

81,

is

the

of

by

fourth

by

AND

will

New

a

of

only.

the

Order.

not

IRS

subject

the

reserves

copy

protest

specifications

the

illegal

Laws the

responsible

demanding

or

known

not Contractor

Bid

be

for

If

Mexico;

shall

to

N.M.S.A.

DEFINITIONS

number.

funding

degree

(Section

interpretation

City

requirements, on

Interpretations,

bid

of

in

forwarded

bidder

be

comply

binding

of

Time

bribery

kickbacks.

the

that

to

said

this

the

opening

to

submit

of

2006.

considered

applicable

lower

felony

the

their

Las

right

agency

(Section

bid

or Bidder

Bid

30-4-1,

is

is

stipulating

with

as

1978):

which

of

Department

and

receiving

Vegas,

a

to

a

request

proposed

written

to

Specifications,

date

left-hand

a

to

sole

completed

to

Also

of

public

bidder

this

expire,

the

the

whose

and

reject

from

N.M.S.A.

commit

corrections

it accompany

state

13-1-28

bid

with

proprietorship

New

is

bidder

requirement

(Section

Finance

the

the

preclude

at

a

a

specifications

parties

official

any

system

shall

bribe

Bid

comer,

procurement

a

fourth

least

involved

subject

Owner

date

Mexico

copy

the

Campaign

through

of

shall

meets

1978):

provide

by

30-41-1

offense

five

from

all

a

which

Opening

or

himlher

or

degree

fully

Request

a

to

may

Bids

public

not

in

and

the

(5)

or

which

state

13-1-

this

valid

do

of

and the

are

subject The

*Must

false

“I

“I

Division

amount

contract Business

“In

31,

declaring

“I

this

and

“I

application

declare

understand

proven

agree

declare

representations

ature

conjunction the

or solicitation.

ending

be

to

misleading

following

as

which

to

an

protest

of

of

Preference/Resident

under

to

under

a

under

submit

the

authorized

December

purchase

of

be

To

that

the

was

General

incorrect.

receive

penalty

with

penalty

and

RESIDENT

penalty

to

knowingly

resident

a

statements

made

Contractor

on

be

report,

may

this

from

the

31

signatory

true

this

Services

of

of

of

in

procurement

result

is

basis

perjury

perjury

veterans’

a

checking

or

perjury

preference,

and

less

public

giving

Veteran

about

reports,

I

certjficate

ye)

in

accurate:

of

than

Department

for

denial

that

*

VETERANS having

that

that

body

material

false

the

preference

the

three

to

Contractor and

this

during

my

Business.

Bidder

boxes

the

of

or

or

such

issued

the

million

statement

armual

an

as

misleading

State

fact

the

OF

the

requirements

a

award

veterans

constitutes

must

to

(Date)

public

awarded

CONTCTOR)

regarding

by

Preference

last

Purchasing

this

dollars gross

the

is

or also

PREFERENCE

calendar

procurement:

works

true

information

unaward

preference,

Taxation

revenues

amount

submit

($3,000,000)

a

this

to

of

material

under

Division

contract

the

this

year

matter

of

a

and

involved.

best

in

business’

Section

hereby

copy

the starting

I

on

the

representation

agree

Revenue

from

constitutes

of

of

this

procurement

allowing

preceding

of

my

the

certifies

to

report

their

13-4-2

January

a

I

application

CERTIFICATION

knowledge.

General

public

report

will

Department

me

Resident

a

constitutes

NMSA

indicate

tax

the

crime.”

by

to

1

body

a

involved

Services

and

year

10%

the

the

following

for

I

as

ending

business

1978,

State

Veteran

understand

in

beginning

preference

a

the

a

the

Resident

if

Department

crime.”

the

Purchasing

case

when

report

in

on

that

regard

statements

December

may

January

that

discount

awarded

Veteran

the

is

FORM

be.

giving

to

award

1

on a

NEW

SOCIAL FEDERAL

TECHINCAL

LAS

ITEM

NEW

STATE

DELIVERY:

F

TELEPHONE

ADDRESS:

AUTHORIZED

BmDER:\’ft

VEGAS

MEXICO

BER:

MEXICO

(S)

PURCHASG

SECURITY

UNDER

TAX

RESERVES

IRREGULARITY

______

NEMBER:

TAX

CONTRACTORS

AGENT:

ID

(

THIS

NUMBER:

IDENTIFICATION

NUMBER:

RESIDENT

BID

THE

]2-

L3

N\ce3/

ARE

)

RIGHT

v3

IN

______

CITY

LICENSE

-

TO

THE

CERTIFICATION

\“

o

)

BE

REJECT

1

FORM

LA

cj

F.O.B.

NO.

OF

NO.:

(CRS):

LAS

OF

ANY

LAS

THE

OR

VEGAS,

NO.:

VEGAS

New

BID.

ALL

r/7F

Li

J

BUDS

0

NEW

?-D

BIDDER’S

5

Q

AND

1 MEXICO

___

(

‘7

i-.

5

TO

WAIVE

87701.

I

vS

INFORMATION

THE

ANY

i’

CITY OF

‘Prospective

“Person”

“Pendency

“Family

“Contract”

“Campaign The

SUBJECT THEIR THIS

and

member

signs

the

Applicable

prospective a

The

any

Pursuant

local

following

case

fifty

state

prospective

because

set

private

request

FORM

of

or

services,

the the

their

or

unreimbursed

campaign,

local

contributions

received thing

submission for

authority

term

member”

public

FAMILY

the

son-in-law. dollars

means

solicitation

forth

or

of

committee.

contract,

to

which

agency

of

TO

means

time

office.

request

a

Contribution’4

of

contractor” a

contractor of public

Chapter

MUST

legal

the

definitions

for

representative

body

sole

in

an

that

DISCLOSURE.

value,

professional

by

($250)

on to

any

the

the

MEMBER,

proposals.

procurement

contractor

means

elected

but

entity.

or

“Campaign

of

any negotiate

an

person

behalf

if

source

during

official4

on

for BE

expenses

travel

Procurement

the

a 81,

prospective

corporation, local

does

applicable

including

that

over

has

sealed

proposals

FILED

agreement

apply:

CAMPAIGN

aggregate

Laws

spouse,

means

office,

of

qualifies

the

public

or

or

official’s

made

means

the

must

not

a

means

services,

OR

a

of

other small

of candidate

two

competitive

BY

of

Contribution”

sole

the

two

process”

who

the

a

include

a

2006, THEIR

public body

a

father,

and

contractor

disclose

ANY person

years partnership,

Code

political

a

campaign

personal

prospective

total

for

behalf

source

a

purchase

year

for

estimated

has

gift,

CONTRIBUTION

person

ending

or

a

must

any

PROSPECTIVE

the

official

of

or

mother,

construction. or

sole

prior

the period.

the

REPRESENTATIVE

subscription,

who

means

for

bid.

committee

whether

contributions or

political prospective

is

procurement

file

expenses

includes

is

authority

elected

with

value

the

contribution source

not contract,

small

to

is

or value submitting

individual,

contractor

8

this

the

subject

child,

purpose

the

required

the

any

committee,

they,

of

purchase

date

form

to

or

time

award

the

of

that

to

person

of

services

father-in-law,

the

loan,

DISCLOSURE

an

contractor

a

CONTRACTOR

to

given

award

an

individuals

a

on small

payment

with

to

of

period

are

of

office

a

to

to joint

the

two

family

in-kind

of

an

electing

competitive which

advance

the

submit

items

contract

paid authorized

that

competitive

by the

HAS

nor

applicable or

years

purchase

venture:

provided

or

commencing

public

the

influence

seeking

member

contract

does

a state

the

by

of

contribution,

of who

MADE

the a

mother-inIaw,

person

prospective

a

prior

an

or

FORM

that

competitive

contractor

tangible

official

debt

official

WHETHER

it

agency

sealed

volunteer

organization

deposit

to

contract.

association

public

without

include

to

sealed

to or

or

may

the

ANY

raise,

appointed

enter

incurred

the

the

a

with

exceeds

to

award

representative

be

official

bid

personal

or

that

cancellation

of

contractor, either

date

submits

CONTRIBUTIONS

the

proposal

into

collect

compensation

sealed

the

a

local

awarded

daughter-in-law

money

or

OR

portion

is

administrative

that of

or in

a

to

the

public

who

of

statewide

two

made

the

contract

NOT

an

public

complete

any

the

or

a

proposal

sponsors

property,

contractor

process

election

or

bid

contract

or

hundred

has

expend

without

a

notice

state

of

THEY,

other

family

other

to

all

of

body.

or,

the

the

with

or

of or

the

or

or

a in

nature

Title

($2O)

NO

Title

Signature (The

Purpose

Amount(s)

Nature

Date Name

Relation

Contribution

DISCLOSURE

“Representafive

CONTRIBUTIONS

(Position)

(position)

above

Contribution(s)

WERE

of

of

trust member of

to

Applicable

Contribution(s)

U of

Contribution(s) fields

Prospective

of

Made

Contribution(s)

MADE

the

OF

or

are

/

/

of

prospective

manager

By: CONTRIBUTIONS:

Public

to

Made:

unlimited

a

iN an

Contractor:

prospective

THE

applicable

______Official:

______

of ______

______

in

a

contractor.

AGGREGATE

limited size) ______

______

public

contractor” liability

______

official

-OR

TOTAL

corporation,

9

by

means

me,

OVER

Date

a

Date

an

a

family partner

officer

TWO

Li

-

member

HUNDRED

of

or

a

director

partnership

-

or

representative.

9

FIFTY

of

a

or

corporation,

a

DOLLARS

trustee

of

a a ______—______

.1 1.. ,‘\/,1,\/J ••i’\, s J:11\/ I I /1 1 fl \ H I p1 1 H STATE OF NEW MEXICO > F TAXATION AND REVENUE DEPARTMENT 1

RESIDENT CONTRACTOR CERTIFICATE [I H1 ir H 1

jj Issued to: NEW IMAGE CONSTRUCTION, INC H F1 DBA: NEW JMAGE CONSTRUCTION INC [I TIC 72 BOX 5 UI RIBERA, NM 87560-9601 .

LI i LEs: 17Scp2021 I

LI .. in

Certificate Number: H L1529937712 H ii H John Mo.nfortc, Acting Cabinet Secretary 1

l>.N . . . .. Li.., Ti-uS CERTIFICATE IS NOT TRANSFERABLE H Li H

:1 IL1 :1 ..‘H’H .1:, r,.l /, .\/ \/1.i ‘* \/.; ,. r I . I I i I I 1 II I

9.

11.

10. 8

7.

6.

5.

CORPORATION

4.

3.

2.

notarized.

All

1.

Remarks:

Have

Have

Contracts

Credit

trading

Financial

How

Place

Treasurer

President

Corporation

such are:

The

Bidderisa(an)

When BusinessAddress

Name

questions

you

If

you many

full

of name(s)

Available

name?

business

Organized

ofBidderD\fl\

Business

name

No

ever

Statement:

ever

is:

is:

years must

is

defaulted

refused and

.

incorporated

on

and

is

be

for

have

Hand,

address(es). carried

addresses

answered.

this

(Submit

(

to

you

on

Contract

Gross

sign

out

been

,

a

in

contract?

(Individual

upon

27

of

a

in

The

STATEMENT

the

Amounts

contract

engaged

all

any

‘1

State

data

request

persons

y_Y\

$

other

L

2—

given

of: at

- $

in

c!;-i7:(

Q

Partnership

name(s)

your

after

i//

the

interested

must

contracting

original

Bid

IO

J 8

be than

OF

Opening)

clear in

-

L

o.

that Corporation)

bid?

this

BIDDER’S

3

0

business

and

A—’

of

proposal

-zjc

the

comprehensive.

principal(s)

C

under

as

0

0

partners

QUALIFICATIONS

your

or

present

This

and/or

partner(s), 1\J

statement

\

(

firm

principal(s)

/

7

‘i5

also

or

5

must

state be

9.

10.

8.

7.

6.

5.

4.

3.

2.

1.

if of

This

seal, authority

Surety

Notices

and courier,

addresses

Any year

in

No

default

without Notice

Notice

Surety

amount with

after Payment

3.3

3.2

3.1

This

Documents.

required

Bidding

Default

Bidder.

penal

set this

any Bidder

successors,

the

shall

suit

Bond

and

suit

after

forth

reasonable receipt

Bond.

applicable

state

obligation

shall

to

Documents All

Owner

Bidding required

Documents

Owner

required of waives

of

sum

or

required

or Surety’s

due.

deliver

or

of

be

by

shown

and

of

under

Bid

Documents

is

by

Award

Award

Bids

by

in

action

at

action

the

cause

deemed

intended

Surety

under

Bidder

by

Payment

the

and

which

length.

due

United

fails

Surety,

accepts

officer,

notice

Documents,

are

Bidder

this by

such

in

statute

shall

on

Bidding

promptness,

written

hereunder

under

to assigns

including

agreed

shall

date.

(or

the

Paragraph

(or

the

rejected

when

to

the

to

the

be

Bond

shall

Bond

to

If

States (or

be

any

of

of

jointly

terms

be

issue

agent,

any

attached

Bidding

Bidder’s

and

be

face

that

this

Project

conform

any

the

consent.

null

any

any

to

required

to

Documents

effective occur

extension

will

commenced

extension

and

Surety

by

Bond extensions

has pay

or

in

penal

Registered of

shall

a

of

provision

or

and

and

extension

4

identifying

and

be Notice

writing

Owner,

this

bind

is

this

been representative

above

to

Documents

to

upon

to Bid

void

all due

shall

located.

sum

by

be

this

of

Owner

upon

severally,

Bond.

all

Bond

thereof

the

omitted

defenses

and

Paragraph

written thereof

and

in

the

and

of

is

if:

Bond

applicable

by

be

or is

shall

thereof

of

under

or

Surety

receipt

received

writing

the

Award any

this

commenced

failure

Such

Owner

payable

shall

upon

this

Bidder

Certified

agreed

and

not

a

extent

notice

from agreed

performance

bind

this

Bond

who current

based

Bond

agreed

thereby.

notices

be

default

by

5

any

in

and

to

of

statutory

and

hereof).

by

Bond

this

upon delivers

Owner’s

to

the

the

executed

of

themselves,

of

Mail,

Bidder Bidder

and

to

performance

on

Bidder

conflicts

in

and

sent Bidder’s

Bidder,

to

only

default

party

Bond

aggregate

may

in

of

writing

default

or

prior

the

in

effective

writing

Bidder

return

requirements.

and

to

in

arising

writing

within

to

be sole

within

concerned.

this

Project

shall

and

a

from

Bidder

provided

to

deliver

with

payment

sent

and

court

by

of

their

Bond and

30

Surety

receipt

the

exceed

be

by

and

Bidder

Bidder

out

the

by

Surety’s

Power the

Owner,

by

any

calendar

and

of

deemed exclusive

penal

Owner)

heirs,

and

Owner)

within

payment

on

personal

of

time

competentjurisdiction

time

that

bonds

and

requested,

Any

applicable

including

120

behalf

any

and and,

of

Surety

sum

which

liability.

the

in

executors,

required

Attomey

specified

to

the

the

days days

applicable

time within

the

if

required

remedy

no

be

bonds

delivery,

set

total

of

applicable,

executed

time

notice

executed

at

case

included

after from

Surety

a

extension

forth

postage

statute,

30

their

statement

Recovery

time

by

evidencing

required

required

in

upon

by

later

administrators,

calendar

the

Bid

requirement

will

on

commercial

the

the

to

the

for

respective

Agreement

Agreement

herein

consented

pre-paid, the

then

notice

than

execute,

default

due

be

to

Bidding

located

Bidding

Bidding

issuing

of

of by

face

by

given

issue

days

date

the

one

the

such

as

the

the

of

the

of of

8.

7.

6.

5.

4.

3.

2.

1.

Number,

work

Department

All

Project

Any

No

in

subcontractor

the

received”),

category

No

amount the

indicated categories

exceeding For

Portion

greater. threshold

Listing

Act.

This

writing

subcontractors

CONTRACTOR

original

Project CONTRACTOR

each

changes

NEW

and

project

Subcontractors

did

of

Threshold:

if

(note:

the

For

category

within

on

is

work

the

and

project

in

or

of not

contract.

$5,000.00

subcontractor’s

the

or

purposes

is

listed an

MEXICO

2)

Workforce

listing

list

designate

subject

additions

the

is

the

following

two

amount

with

to

of

only

in

BIDDER

in

List

Work

whose

which

whose

(2)

the

threshold

excess

the

in of

or to

work

one

calendar

exceeding

project, Subcontractors

the

this

of

a

the

one

Solutions,

Bid

is

page,

subcontractor,

requirements

Bid

subcontractor

SUBCONTRACTOR’S Bid

subcontractors

of

New

Bid.

pursuant

in

provisions

must

Project

half

except

$60,000.

indicated

excess

is

is

and

which

days

Mexico

accepted

of

accepted

designate

the

Labor

one

shall

the

as

to

of

of

threshold

the

provided

of

for

a

threshold

above,

percent

apply:

$60,000

the

unless

for

Department be

change

Enforcement.

the

shall

BIDDER

shall

shall

amounts

on

known

completed

each

LISTING

State

the

the

be

Complete

substitute

amount

1)

of

sublet

for

order

must

category.

is

the

promptly

the

BIDDER

list

of

change

in

$5,000.00.

will

exceeding

of

New

CONTRACTOR

ArchitectlEngineers

of

the

be

or

that

and

given

Workforce

Include

be

subcontractors

registered

subcontract

Project.

any

Subcontractors

Mexico

causes

or

submitted

OF

subcontracting

The

reported

shall

FAIR

addition

above,

subcontractor

the

the

listing

SUBCONTRACTORS

define

changes

listing

Subcontractor’s

with

Solutions

total

to

where

any

with

PRACTICE

to

shall

received

the

that

the

the

the

of

portion

Fair

threshold.

the

estimate,

or

for

Architect/Engineer

the

the

in

subcontracting

New

“no

be

submitted

deviations

Registration

an

Bid.

Practice

place

original

subcontracted in

no

bid

of

amount

Mexico

the

Fair

bid

the

whichever

was

of

format

The

List Act.

the

for

ACT

Work

bid

Practice

from

listing

that

of

of

is /

**

*

Information

Required

New

NM

License

Federal

E-mail Phone

Business

Estimated

Subcontractor’s New

Subcontract NM_Contractor’s_License

License_Categories__

FederalldNo.(FEIN#)

PhoneNumber

Business

Estimated

Subcontractor’s

New

Subcontract

NM

License

Federal

E-mail

Phone

Business

Estimated

Subcontractor’s

Subcbntract

Contractor’s

Mexico

Mexico

Contractor’s

Mexico

Number

Address

Id

only

Number

Categories

Address

Id

Categories

required

Location

Location

No.

Value

Location

Value

No.

Value

Cate

peof

if

Category

Dept.

Category

Dept.

(FEIN#)

value

(FEIN

Name*

Name*

r-

License

Name*

of

of

at

License

*

*

of

Work*

of

J_\JR

Work*

of

time

Workforce

Workforce

#) *:

Workforce

*

work

i

of No.

(ç_(—y-cc

No.

5’fl3L

3

Bid

e4r

_$

ç

‘o

is

(Use

fl

‘T’7—

in

55

3

5

Submission 3

D

Solutions

Solutions

<

excess

q

Solutions

additional 7

.

K.

t

j

c..

L-f’7cp

.j

2l--’

3

of

33

3’

______

Registration

Registration

$60,000

Registration &J

pages,

L

z_/

______

/

C

as

‘C\

______

necessa1’y

No.**

No.**

c_-

No.**

______

g

SUBCONTRACTOR

c:k

C

J

j

!_

(

n

J

-.

l/vk C,’ ..

______

/

‘776

LIST

(“

I

U (

MyCommIsIor

I:

Nota:

My

2.

amlThe

1.

COUTYOF

STATE

5.

4.

3.

commission

NDTA

.J\C

agents,

collusion, The

against

secure

or

any

directly

submitted

collusive connived

Neither

employees

Sheis

pertinent

He

Such

the

OF

Laura

PUBLIC.

to

OFFCAL

other

price is

bidder

fix

NEW

bid

fully

through

representatives,

the

STATE

expires:

or

the

overhead,

k

Lopez

or

or

is

or

Bidder,

circumstances

conspiracy,

or

not

indirectly,

OF

[owner]

that

SEAL

or

informed

\(

said

genuine

./\Z

MEXICO

sham

prices

agreed

NEW

to

parties

indebted

any

has

refrain

MEXICO

bidder

(title)

firm

bid

profit

quoted

collusion,

submitted

directly

\-CUVeing

or

and

respecting

in

sought

connivance, in

or

from

any

owners,

nor

to

interest

connection

respecting

is

or

person

the

in

not

person

any

cost

or

bidding

by

the

conspiracy,

the

[owner]

indirectly

a

of

employees,

including

agreement

the

element

collusive

attached

to

attached

NON-COLLUSION

its

or

interested

fix

such

preparation

with

in

unlawful

officers,

price

in

connection

bid;

with

of

the

(company)

any

first

bid

connivance

this

or

bid;

or

the

or

or

Contract

sham

in

are

form

collusion

any

duly

affiant,

partners,

parties

agreement

prices

bid

the

and

fair

other

O

with

bid;

or

price

svom,

proposed

contents

BIDDER/SUBCONTRACTOR

and

manner. in

in

or has

for

or

owners,

Bidder,

such

the

interest,

unlawful

or

proper

which

on

in

communications

deposes

the

c_

attached

any

the

of

contract;

contract,

AFFIDAVIT

bid

the

firm

agents,

the

and way

part

including

agreement

price

and

attached

attached

Bid

are or

of

colluded,

or

and

says

person

representatives,

the

not

of

has

or

Cç’)J

this

any

or

Bidder

of

that:

tainted

bid

Bid

in

and

conference

any

to

affiant.

conspired,

other

any

and

has

advantage

submit

OF

other

or

by

manner,

of

been

bidder,

any

any

all

PRIME

Bidder,

a

with

‘7

of

its

or to ______

6.01 This Bid is submitted by:

If Bidder is:

An Individual

Name (typed or printed):

By: (Individual’s signature)

Doing business as:

A Partnership

Partnership Name:

By: (Signature of general partner -- attach evidence of authority to sign)

Name (typed or printed):

A Corporation Cooration Name: Cs4 .J-.&(SEAL) State of Incoioration: W Type (General Business, Professional, Service, Limited Liability): ( j

By: . (nature -- aach evidece ofthority to sign)

Name (typed or printed):Th —

Title: (CORPORATE SEL) A4{

1.03

1.02

1.01

PROJECT:

THIS

F.

E.

D.

C.

B.

This Architect/Engineer

corporation

he

BID

The

explorations,

The

which

Available

in The

performance,

The

locality,

A.

In

Requirements

Bid

Bidding

(hereinafter

Bidders,

The

Documents.

Time

with

The

specified

the

submitting

has

Bidder

No.

No.1

Bidder

(receipt The

Bidder

Bid

IS

opening.

Bidder

Bidder

undersigned

the

the

Information

indicated

SUBMITTED

and

Bidder

discovered

is

Documents.

SNOW

Owner

including

Bidder

to

or

has

has

genuine

and

has

of

Date

Bidders

DateVi)2-O9

accepts

tests,

all

called

has

indicated

or

this

within

all

given The

carefully

familiarized

is

has

furnishing

local

in

in

REMOVAL

is

not

which

Bidder

Bid,

correlated

reports,

is

this

the

Available

entitled

without

Bidder

Agreement)

examined

ançl

all

the

aceptable

of

in

fifteen

cpnditions,

submitted

This

form

TO:

the

Bid

in

the

of

not

Architect/Engineer

studied

is

the

proposes

the

Bidder

and

of

hereby

the

to shall

Bid

and

extent

limitation

Las

included

himself

made

1700

City

(15)

the

the

to

Bidding

Bidding

rely.

copies

EQUIPMENT

studies

terms

will in

to

Vegas,

in

all

Bidders

with

sign

Work.

of

calendar

laws,

North

represents,

acknowledged):

results

in

accordance

of

the

conformity

and

reports

Las

with

remain

in

the

of

the

and

and

those

the

Bidder.

with

Documents

and

the

New

agrees.

Documents,

all

Grand Vegas

interest

technical

the

and

conditions

Bonds

days

of

submit

and

the

Bidding

the

regulations

written

subject

dealingwith

nature

Mexico

as

accepts

all

with

with

BUILDEG

Bidding

Avenue

drawings

terms

if

after

more

of

this

and

the

such

for

data

the

any notice

Documents

and

to

or

the

and of

87701

fully

and

Bid

Agreement

the

the

other

acceptance

on

other

Documents

that

agreement contained

extent

the

observations, date

No.

No.

of

the

conditions

determination

behalf

is

of

Contract

the

set

subsurface

MODIFICATIONS

Invitation

in

documents

accepted,

all

terms

of

disposition

forth

of

any

to

the

written

conflicts,

of

Date

the

Date

between

perform

for

in

or

manner

and

Owners

and

in Price

any

of

such

Bidding

rules

30

the

conditions for

to

the

examinations,

conditions

of

undisclosed

required

resolution

of

set

days

enter

errors,

and

Agreement,

Bid

reports

the

Bidding and

Owner

of

may

bid

Notice

forth

Documents,

any

following

within

after

and

furnish

into

security

affect

or

BID

which

by

and

group,

in

and

of

Instructions

Documents.

to

discrepancies

the

an

thereof

person,

the

the

the

the

Award.

that:

drawings

all

investigations,

Agreement

cost,

Contractor

day

are

and

FORM

Addenda

Information association,

Contract

Contract

Bidding

Work

Work,

identified

of

progress,

other

firm,

by

the

to

as

upon

site,

that

the or I

Form

Date

Q1-Apr-2010

Business city 6 Taxpayer

RIBERA,

NEW Firm

NEW

I4eilingAddress City HC72BOX5

R.IBERA,

Form

Date

Susinesa O1-Apr-2010 Tsxps1’srNamne 6COUNTYRDB58 City

RIBERA,

NEW

Firm

NEW Mai:inp Susana

City

HC72BOXB

RIBERA, COUNTY

and

ID

Revised end

Name

and

ID

Revised

and

Name

Issued

IMAGE

IMAGE

State Name

Location

State Issued

Address

IMAGE

IMAGE

State

Location NEW RIBERA, HC

State

02/2003

NM

NM

02/2003

NM

NM RD

72

Martinez

CONTRUCTXON,

CONSTRUcT0N,

IMAGE

CONSTRLJcTON,

CONSTRUcTIoN,

B58

BOX

STATE

NM

STATE

t ‘--

•.

IDENI1FICAT!ON 5

03-18i6OO0.-1 .

CONSTRUCTION,

IDENT’FCATIQN

‘ 87560-9601 03-18616O-0Oi’

.,_*t_, -

-:

OF . ,

-. -:-

OF . .. - -, .- - . ‘ .

.-- NEW

INC

INC .

NEW —

INC

NUMBER

Taxation -- - ,

NUMBER - -. - -.

:“

REGISTRATION ‘

REGISTRATION ..,.--

THIS .

-:

MEXICO . .. -‘

THIS

MEXICO

“ — -“

I -

- . - .1 INC *

‘.r -

CERTIFICATE . — - .

CERTIFICATE . --‘..‘ . .

I

and

L... • - ..

TAXATION

nOfl

%J

ina

Business

TAXATION Taxpayer Business 11-Mr-2010 Zp 87510

Cooration

Zip

87560-9601

TxpayerTvps BuDness

BLiSfl5O5 87510 Zip 11-Mar-2010

Cpration FNn

Revenue

I Zi

87560-9601

‘nthy

Cone

code

Code

Coos Frequen

I

tr

Freguency

Start

End

Type

IS

Start

V EnD

IS

Date

CERTIFICATE

NOT Data

usIa

CERTIFICATE

Date

NOT

AND

Department

AND

TRANSFERABLE

TRANSFERABLE —

REVENUE

This

7-1-12

Receipts, Withholding the RE\JENUE conspicuously requirements

Any

be

Box

This

7-1-17

WiLinuidiiig the Receipts, conspicuousiy

requirements

By

Any be

Dox Division

Division addressed

registrant’s

Registration

inquiries 630,

addressed

registrant’s

Registration

inquiries

530,

NMSA

NMSA

Municipal

Santa

Municipal

Santa

Taxes.

Director

Taxes.

under 1978

concerning Director

in

to

DEPARTMENT

1978

under

business

concerning in

to

DEPARTMENT

Fe, the

Certificate the

business

Letter

the

Fe,

Certificate

the

for Demesia

Gross

This

Section CRS:

New

piece

for

Gross Audit

This

Section

New

place

September

Audit Tax Gross

Tax Gross

copy

is

Mexico

your

Receipts,

cupy of is

ID: &

Mexico subject

your

Receots,

is

Administration

of

7-1-61 03-186160-00-1

& subject

Compliance

business.

Receipts,

is

Administration

7-1-61

issued Ne.wMexico

must

business. Idanfication Compliance Receipts, Secretary

issued

mtst

Idenfiction L0651145264

87504-0630

87504-0630

to

PadiI(a,

Compensating

be NMSA

to

pursuant

Compensating

NMSA be

certain

pursuant

County

displayed

11,

cemain

atLO4

Any

County

displayed

Division, Any

1978.

Division,

Number

1978. purchaser

2015

Number

purchaser

to

Gross

v28

to

Gross

CPA

Section

end

P.O.

Section

should

and .

should

0.

of

of

‘3, STATE OF NEW MEXICO

NEW IMAGE CONSTRUCTION INC. LICENSE NUMBER EXRRES 366062 06130)2022 Qua1ifyirg Party(S) CI.ASSiFICATION(S) S1NZANARES JOHNNY 0596 GFSN rtANZANARES JOHNNY R

ERECTOR Work Session

CITY COUNCIL MEETING AGENDA REQUEST

DATE: 121312019 DEPT: Finance MEETING DATE: 12I11I19

DISCUSSION ITEMITOPIC: Resolution 19-58

BACKGROUND/RATIONALE: The City of Las Vegas is requesting increases/decreases to the FY2020 Budgeted revenues and expenditures for various funds.

THIS REQUEST FORM MUST BE SUBMITTED TO THE CITY CLERK’S OFFICE NO LATER THAN 5:00 P.M. ON FRIDAY ONE AND A HALF WEEKS PRIOR TO THE CITY COUNCIL MEETING.

SUBMITTER’S SIGNATURE

REVIEWED AND APPROVED BY: /1 ///— //\ €4•L1tl/-’ ‘4k;’L/L TONITAGU ULE-GIRON TANAVEGA MAYOR INTERIMFINANCE DIRECTOR (PROCUREMENT)

ANN M. GALLEGOS INTERIMCITY MANAGER

PURCHASING AGENT ESTHER GARDUNO MONTOYA (FOR BIDIRFP AWARD ONLY) CITYATTORNEY (ALL CONTRACTS MUST BE REVIEWED) Esther REVIEWED Casandra ATTEST:

RESOLVED: Administration Vegas, respectfully

and WHEREAS. unbudgeted 253 $82.01 Mexico COOP/Projects;

project WHEREAS.

budget; WHEREAS, supervisors,

and NOW, developed WHEREAS. meets - transfers Traffic Garduno 8 State to THEREFORE to Transportation and Fresquez, be the include a requests cash please of one budget AND funded

Safety; (in) it

In the requirements said The New Montova. is session a (2) balance

City out the net anet Governing APPROVED City btidget see adjustment commercial by Mexico approval

net through majority increase of attached Department

a BE this Clerk increase increase Las in 1 Cit 00% adjustments as

Fund IT 18th

hereby

Vegas cooperation Body from currently Attorney opinion

of RESOLVED, request grant schedule: AS truck of$1,617,562 $22,420 in day 633 the for

expenditures in approves TO is from of

- and in in of Local ENDWI

Solid STATE for determined LEGAL

December. were RESOLUTION the

need this

and with

in for the fiscal revenues amount Waste Governing the governing

that the of developed

Department all in Ton - year SUFFICIENCY

of making OF budget

$1 Municipality the

revenues

user OF for 2019 $353,524 Construction; ita 1,781,

of NEW 20 Governing and

departments, CITY fiscal Gurule-G $271,506 body Division 19-20, adjustment

budget on expenditures of

Buckle NO.

and MEXICO the year Transportation for

that

OF

of and expenditures adjustments

iron. 19-58 Body one with basis ONLY: of

2019-20; Las the

Up LAS request the elected (I) Mayor budget

- Vegas, warranties of of to $3.079.

Department VEGAS residential increases the be herein officials in funded in adjustment for

Municipality State Fund the and National included above

20 of in truck STEP

of by and

214 revenues, New 19-20

Finance a request

other grant described - in and - to of Streets- Mexico S7.560 fiscal the be the Bridge

department from and amount expenditures funded be City year in has and

approved New Street Fund of by of Las CITY OF LAS VEGAS RESOLUTION #19-58

BUDGET ADJUST REQUEST FISCALYEAR2O20

Resolution

19-58 Fund Revenues Transfers Expenditures

Street - COOP/Projects 214-0000-430-5388 [P40002-NATIONAL & BRIDGE ST 1,617,562.00 NMDOT GRANT

Street - COOP/Projects 214-0000-720-8121 [P40002-NATIONAL & BRIDGE ST 1,617,562.00 NATIONAL & BRIDGE STREET

Traffic Safety 253-0000-430-5876 ENDWI 11,781.00 NMDOT GRANT - ENDWI Traffic Safety 253-0000-430-5390 OPERATION BUCKLE UP 3,079.00 NMDOT GRANT- BUCKLE UP Traffic Safety 253-0000-430-5885 STEP. 7,560.00 NMDOT GRANT - STEP. Traffic Safety 253-0000-710-6616 OVERTIME/ENDWI 11,781.00 OVERTIME/ENDWI Traffic Safety 253-0000-710-6615 OPER BUCKLE UP 3,079.00 OPER BUCKLE UP Traffic Safety 253-0000-710-6613 OVERTI ME/STEP. 7,560.00 OVERTI ME/S.T.E.P.

Solid Waste Construction 633-0000-650-8007 VEHICLES 353,524.00 VEHICLES Solid Waste Construction 633-0000-100-1103 Cash on Hand 353,524.00 Unbudgeted Cash Balance

1,993,506.00 - 1,993,506.00 1/W A-4Xi’ DEPARTMENTOF TRANSPORTATION

November 13, 2019

Mr. Danny Gurule, PubHc Works City of Las Vegas 1700 North Grand Avenue Michelle Lujan Las Vegas, NM 87701 Grisham Govern or

Dear Mr. Gurule, Michael R. San doval Cabinet Secretary

Attached is the fully executed FY20 LGTPFAgreement for control number LP40002-National Avenue and Bridge Street. Please advise this office of your intent either to perform the Commissioners work internally or to let the project to contract. Jennifer Sandoval Commissioner. \‘ice—C’hairm Cooperation between the New Mexico Department of Transportation and the City of Las District I Vegas is essential for proper execution of this agreement and overall scheduling. Bruce Ellis Also submit any environmental and/or archeological clearances, which will be required for Commissioner this project before beginning any construction.

Keith Mortensen Commissioner District 3 If you have any questions, you may call my office at (505) 3978-6748.

Walter G. Adams Commissioner, Chairman Sincerely, District 4

Commissioner

Charles Lundstroni John A. Herrera Commissioner. Secretary LGRFCoordinator Distnct 6

xc: LGRF Files

District Four P.O. Box 10 Las Vegas, NM 87701 Contract No. g Vendor No. 0000054343 Control No. LP40002

LOCAL GOVERNMENT TRANSPORTATION PROJECT FUND GRANT AGREEMENT

This Agreement is between the New Mexico Department of Transportation (Department) and City of Las Vegas (Public Entity). This Agreement is effective as of the date of the last party to sign it on the signature page below.

Pursuant to NMSA 1978, Sections 67-3-28 and 67-3-78 and 18.27.6NMAC. the parties agree as follows:

1. Purpose. The purpose of this Agreement is to provide Local Government Transportation Project Funds (LGTPF) to the Public Entity for the following project scope National Avenue and Bridge Street - Plan design, construction management, construction, reconstruction, pavement rehab, drainage improvements and miscellaneous construction (Project or CN LP40002). This Agreement specifies and delineates the rights and duties of the parties.

2. Project Funding. a. The estimated total cost for the Project is One Million Six Hundred Seventeen Thousand Five Hundred Sixty Two Dollars and No Cents (S1,617,562.00) to be funded in proportional share by the parties as follows: 1. Department’s share shall be 95% 81,536,683.90 National Avenue and Bridge Street - Plan design, construction management, construction, reconstruction, pavement rehab, drainage improvernent.sand miscellaneous construction

2. The Public Entity’s required proportional matching Share shall be 5% 880,878.10 For purpose slated above

3. Total Project Cost 81,617,562.00

b. The Public Entity is responsible for all costs that exceed Project funding. c. All allocated funds must be spent by June 30, 2022. d. The Public Entity represents that no federal funds will be used to finance the Project. e. The Public Entity must repay Project funding to the Department if: 1. The Project is cancelled or partially performed. 2. A final audit conducted by the Department at Project completion detennines the following: an overpayment, unexpended monies or ineligible expenses.

Local Government Transportation Project Fund Page I of9 FY20] 9 LP40002 Rev 920l9 3. The Department: a. Shall distributethe funds, identified in Section 2a1, in a lump sum to the Public Entity after: 1. The Departmenthas received this Agreement fully executed with a Resolution of Sponsorshipattachedas Exhibit B. 2. Receipt of a letter requesting funds, which includes the following Project documents: Notice of Award/WorkOrder and Notice to Proceed for the Project. 3, If a Department’sor another entity’s right-of-way is involved, a permit or letter of approval/authorization,from the entity withjurisdiction over the Project right-of-way. b. Will not: 1. Perform any detailedtechnical reviews of Project scope, cost, budget, schedule, design or otherrelated documents; 2. Have any involvementin the constructionphase; 3. Be involvedin permit preparation or the review or coordination with regulatory agencies. 4. Conductperiodic assurance inspections or comparisonmaterial testing. 5. Participatein resolving bidding and contract disputesbetween the Public Entity and contractors. c. May perform Projectmonitoring that might consist of the following: 1. Review of Project status to ensure that project goals, objectives, performance requirements,timelines, milestone completion budgetsand other guidelines are being met. 2. Request writtenProject status reports. 3. Conduct a review of the Local Entity’sperformance and administrationof the Project funds identifiedin Section 2a. d. Reserves the right, upon receipt of the Public Entity’s Certification of Completion, Exhibit A, to request additional documentsthat demonstrateProject completion. e. If required,the DistrictEngineer or designee, will conduct a Project review to determine if permit is requiredfrom the Department. If there is a determinationthat a permit is not required, a letter of approval and authorization will be forwarded to the Public Entity.

4. The Public Entity Shall: a. Act in the capacityof lead agency for the purpose as described in Section 1. b. Procure and award any contract in accordancewith applicableprocurement law, rules, regulations and ordinances. c. Be responsiblefor all design activities necessary to advancethe Project to construction and coordinateconstruction. d. Unless otherwisespecified in a letter of authorization or permit, design and construct the Project in accordancewith the Public Entity’s establisheddesign standards. e. Have sole responsibilityand control of all project phases and resulting quality of the completed work. f. If the Project is in full or on a portion of a state highway, on a Department right of way or a National HighwaySystem route: I. Obtain from the Department a permit in accordancewith 18.31.6.14NMAC, State Highway Access Management Requirementsor a letter of authorization;and

Local Government Transportaflon Project Fund Page 2 of 9 FY20 19 LP40002 Rev 912019 2. Design and constructthe Project in accordancewith standardsestablished by the Department. g. Adopt a written resolution of Project support that includes a commitmentto funding, ownership,liability and maintenance.The resolution is attachedto this Agreement as Exhibit B. h. Considerplacing pedestrian, bicycle and equestrianfacilities in the Project design in accordancewith NMSA 1978,Section 67-3-62. i. Complywith any and all state, local and federal regulations includingthe Americans with DisabilitiesAct (ADA) and laws regarding noise ordinances, air quality, surface water quality, ground water quality, threatened and endangeredspecies, hazardous materials, historic and cultural properties, and cultural resources. j. Be responsiblefor all permit preparation, review and coordinationwith regulatory agencies. k. Cause all designs, plans, specificationsand estimatesto be performed under the direct supervisionof a RegisteredNew Mexico ProfessionalEngineer, in accordancewith NMSA 1978 Section 61-23-26. I. Allow the Department to perform a final inspectionof the Project and all related documentationto determine if the Project was constructed in accordance with the provisions of this Agreement. At the Department’srequest, provide additional documentationto demonstrate completion of the required terms and conditions. m. Meet with the Department, as needed, or provide Project status reports within thirty (30) days of request. n. Within 60 days after Project completion, provide the Certification of Completion, which is attachedas Exhibit A, that it has complied with the requirementsof 18.27.6NMAC and this Agreement. o. Upon completion, maintain all the Public Entity’sfacilities constructed or reconstructed under this Agreement.

5. Both Parties Agree: a. Upon termination of this Agreement any remainingproperty, materials, or equipment belongingto the Department will be accountedfor and disposed of by the Public Entity as directedby the Department. b. Unless otherwise indicated in a letter of authorization,the Project will not be incorporated into the State Highway System and the Department is not assuming maintenance responsibilityor liability. c. Pursuantto NMSA 1978,Section 67-3-78, Local GovernmentTransportation Project Funds granted under this provision cannot be used by the Public Entity to meet a required match under any other program. d. The requirementsof 18.27.6NMAC are incorporatedby reference. e. The inabilityto properly complete and administerthe Project may result in the Public Entity being denied future grant funding.

6. Term. This Agreementbecomes effective upon signature of all parties. The effective date is the date when the last party signed the Agreement on the signaturepage below. This Agreement terminates on the earliest of the following dates: (a) Departmentreceipt of the Certificationof

Local Government Transportation Project Fund Page 3 of 9 FY20I9 LP40002 Rev 9/2019 Completion or (b) June 30, 2022. In the event an extension to the term is needed,the Public Entity shall provide written notice along with detailedjustification to the Departmentsixty (60) days prior to the expiration date to ensure timely processing of an Amendment.Neitherparty shall have any obligation after said date except as stated in Sections2e, 41,4n and 7.

7. Termination. If the Public Entity fails to comply with any provisionof this Agreement, the Departmentmay terminate this Agreement by providing thirty (30) days written notice. This Agreementmay also be terminated pursuant to Section 15.Neither party has any obligation after termination,except as stated in Sections2e, 41,4n and 7.

8. Third Party Beneficiary. It is not intended by any of the provisions of any part of this Agreement to create in the public or any member of the public a third party beneficiary or to authorize anyone not a party to the Agreement to maintain a suit(s) for wrongful death(s), bodily and/or personal injury(ies) to person(s), damage(s) to property(ies), and/or any other claim(s) whatsoever pursuant to the provisions of this Agreement.

9. New Mexico Tort Claims Act. As between the Department and Public Entity, neither party shall be responsible for liability incurred as a result of the other party’s acts or omissionsin connectionwith this Agreement.Any liability incurredin connectionwith this Agreementis subject to the immunitiesand limitationsof the New Mexico Tort Claims Act, NMSA 1978,Section 41-4-1,et seq.

10. Contractors Insurance Requirements. The Public Entity shall require contractors and subcontractors hired for the Project to have a general liabilityinsurancepolicy, with limits of liabilityof at least $1,000,000per occurrence. The Department is to be named as an additional insured on the contractors and subcontractor’spolicy and a certificate of insurance must be provided to the Department and it must state that coverage provided underthe policy is primary over any other valid insurance.

To the fullest extent permitted by law, the Public Entity shall require the contractor and subcontractors to defend, indemnify and hold harmless the Department from and against any liability, claims, damages, losses or expenses (including but not limited to attorney’s fees, court costs, and the cost of appellate proceedings) arising out of or resulting from the negligence, act, error, or omissionof the contractor and subcontractorin the performariceof the Project,or anyone directly or indirectly employed by the contractor or anyone for whose acts they are liable in the performance of the Project.

11. Scope of Agreement. This Agreement incorporates all the agreements, covenants, and understandings between the parties concerning the subject matter. All such covenants, agreements, and understandingshave been merged into this written Agreement. No prior Agreement or understandings, verbal or otherwise, of the parties or their agents will be valid or enforceable unless embodied in this Agreement.

Local Government Transportation Project Fund Page 4 of 9 FY20 19 LP40002 Rev912019 12. Terms of this Agreement. The terms of this Agreement are lawful; performance of all duties and obligations must conform with and not contraveneany state, local, or federal statutes,regulations, rules, or ordinances.

13. Legal Compliance. The Public Entity shall comply with all applicable federal, state, local, and Departmentlaws, regulations and policies in the performanceof this Agreement, including, but not limited to laws governing civil right, equal opportunitycompliance, environmentalissue, workplace safety, employer-employeerelations and all other laws governing operations of the workplace.The Public Entity shall include the requirementsof this Section 13 in each contract and subcontractat all tiers.

14. Equal Opportunity Compliance. The parties agree to abide by all federal and state laws and rules and regulations, and executive orders of the Governorof the State of New Mexico, pertaining to equal employmentopportunity. In accordancewith all such laws and rules and regulations, and executive orders of the Governor of the State of New Mexico, the parties agree to assure that no person in the United States will, on the grounds of race, color, national origin, ancestry, sex, sexual preference, age or handicap, be excludedfrom employmentwith, or participation in, any program or activityperformed under this Agreement. If the parties are found to not be in compliance with these requirements during the term of this Agreement,the parties agree to take appropriatesteps to correct these deficiencies.

15. Appropriations and Authorizations. The terms of this Agreement are contingent upon sufficient appropriations and authorizations being made by the governing board of the Public Entity, the Legislature of New Mexico for performanceof the Agreement. If sufficientappropriationsand authorizationsare not made by the Public Entity and the Legislature this Agreement will terminate upon written notice being given by one party to the other. The Department and Public Entity are expressly not committed to expenditure of any funds until such time as they are programmed, budgeted, encumbered, and approvedfor expenditure.

16. Accountability of Receipts and Disbursements. There shall be strict accountability for all receipts and disbursements relating to this Agreement. The Public Entity shall maintain all records and documents relative to the Project for a minimum of five (5) years afier completion of the Project. The Public Entity shall furnish the Department and State Auditor, upon demand, any and all such records relevant to this Agreement. If an audit finding determinesthat specific funding was inappropriate or not related to the Project,the Public Entity shall reimburse that portion to the Department within thirty (30) days of written notification. If documentationis insufficientto support an audit by customarily accepted accountingpractices, the expense supported by such insufficient documentation must be reimbursedto the Department within thirty (30) days.

17. Severability. In the event that any portion of this Agreement is determined to be void, unconstitutional or otherwiseunenforceable,the remainder of this Agreement will remain in full force and effect.

Loca]GovernmentTransportationProject Fund Page 5 of 9 FY2019 LP40002 Rev 912019 18. Applicable Law. The laws of the State of New Mexico shall govern this Agreement, without giving effect to its choice of law provisions. Venue is proper in a New Mexico Court of competentjurisdiction in accordance with NMSA 1978,Section 38-3-1(G).

19. Amendment. This Agreement may be amended by an instrument in writing executed by the parties.

The remainder of this page is intentionally left blank.

Local Government Transportation Project Fund Page 6 of 9 FY20 19 LP40002 Rev 9/2019 ______

In witness whereof, each party is signing this Agreement on the date stated opposite that party’s signature.

NEW MEXICO DEPARTMENT OF TRANSPORTATION

By:SetD. Date:

Approved as to form and legal sufficiency by the New Mexico Department of Transportation’s Office of General Counsel

/ Date: 7--/ ssistant General Counsel

Date: /-/O/Q Title:

Attest:

Title: -)

Local Government Transportation Project Fund Page7of9 FY2019 LP40002 Rev 912019 ______,rnmy______

EXHIBIT A

CERTIFICATION OF PROJECT COMPLETION

Public Entity: Control No. LP40002

I, capacity as of certify in regard to Control No. LP40002:

1. That the Public Entity has complied with the terms and conditions of the requirements under this Agreementand 18.27.6NMAC. 2. That all work in was performed in accordance with the Agreement.

3. That the total Project cost of , with New Mexico Departmentof Transportation95% share of______and the Public Entity share of

is accurate, legitimate, and appropriate for the Project.

4. That the Project was completedon of , 20

In Witness Whereof in his/her capacity as______of certify that the matters stated above are true to his/her knowledge and belief.

City of Las Vegas By:______Date: Title: Date:

ATTEST: By:______Date: Public Entity Clerk

When completed,send Certification of Project Completionto the District Coordinator,New Mexico Departmentof Transportation.

Local GovernmentTransportationProject Fund Page 8 of 9 FY2019 LP40002 Rev 912019 ______

EXHB RESOLUTION

Cih’ of Las Vegas

PARTICIPATION IN LOCAL GOVERNMENT TRANSPOR’l’ATION PROJECT FUND PROGRAM ADMINISTERED BY NEW MEXICO DEPARTMENT OF TRANSPORTATION

WHEREAS, the Cit) of Las Vegas and the New Mexico Department of Transportation have entered into a grantagreement under the Local Government Transportation Fund Program for a local toad project.

WhEREAS, the total cost of the project will be $1,617,562 to be funded in proportional share by the parties hereto as follows:

a. New Mexico Department of Transportation’s share shall be 95% or $1,536,683.90

and

b. Citv of Las Vegas’s proportional matching share shall be 5% or $80,878.10

TOTAL PROJECT COST IS $1,617,562.00

The City of Las Vegas shall pay all costs, which exceed the total amount of$1,617,562.00.

Now therefore, be it resolved in official session that City of Las Vegas determines, resolves, and orders as follows:

That the project for this Cooperative agreement is adopted and has a I ority standing.

The agreement terminates on June 30, 2022 and the City of Las Vegas incorporates all the agreements, covenants, and understandings between the parties hereto concerning the subject matter hereof. and all such covenants, agreements and understandings have been merged into the written agreement.

Now therefore, be it resolved by the City of Las Vegas to enter into Cooperative Agreement for Project Control Number LP40002 with the New Mexico Department of Transportation for the LGTPF Program for year 2019 for National Avenue and Bridge Street - Plan design, construction management. construction, reconstruction. pavement rehab. drainage improvements and miscellaneous construction within the control of the City of Las Vegas in New Mexico.

(Appropriat Sienatures below (Council, Commission,School Board, Tribe, Pueblo, Nation, etc.)

/_/ // 9 PRIi\ TED NAME, POSITION) DATE tyr\L (;rn (PRINTED NAME. POSITION) DATE

Local Government Transportadon Project Fund Page 9 of9 FY20 19 [P40002 Rev 9/20 19 City of Las Vegas 318 Moreno Street .Las Vegas New Mexico 87701WP1,4 (505>425-7504. Fax # (505) 425-6346

David T. Bibb III Chief of Police

TO: Tana Vega, Interim Finance Director

FROM: •4 ) Beatice SaIa’zar Grants Administrator

DATE: November 8, 2019

RE: Request for Budget

Attached you will find copies of the grant agreement from Traffic Safety Bureau and a budget breakdown for the 2020 ENDWI. Buckle Up and STEP Grant Funds. The contract was already approved by Mayor and the City Attorney at the end of last month and it will go before Mayor and Council. These are being forwarded to you in order to receive DFA approval to expend funds.

The line item we have been using for this fund is 253. If you have any questions or concerns, feel free to contact me.

XC: File LAS VEGAS NtW MEXiCO

Traffic

4.

3.

2.

1. This

Transportation

Department

Safety

Agreement

or

were

Department

(30)

support

Department these

the

reimbursement of

Agreement

request.

payment

related

Agreement,

Records

submit Agreement,

any directed

Management

prepared

Payment.

exhibits: Scope

(d)

(b)

(c) Award.

(a)

This

that

this

Division

state

days

expenses

used

financial

and

Grant

payments

of

its

to

Agreement

(Department)

an Total

Selective

(DNOS),

Buckle

and End

of

by

On

The is

auditor,

Exhibit

the

Work.

received,

for

final

this

reimbursement

To

effective

written

and

the

for

for

audit

unless

or

request,

Driving

expenses

Audit.

Department

Grantee

incurred

Funding

be

System

records

Agreement

Agreement.

reimbursement

those

in

any

Department.

request.

Up

for

A

reimbursed The Project

were

excess

and

by

Traffic

-

otherwise

(BKLUP)/Click

notice

three

expense

and

and

ENDWI;

as

While

funds

the The

Grantee

customary or

during

shall agree

awarded

and

of

not

prior

excessive

of

No.

the

If

shall

for

Grantee

the

(3)

Grantee

from

hereby

Enforcement

City

directly

Impaired

the

or

(Agreement)

the

allow

requests

The

incurred

Exhibit

as

to

20-PT-RF-050,

years

Traffic

The

business for

three

date

approved

payments

shall

of

maintain

financial request

follows:

the

both

amount

per

Grantee

GRANT

eligible

Grantee

or

It

the

Las

awards

accounting

shall

of

related

from

shall

or

Department.

perform

this

B

Safety

(3)

otherwise

(ENDWI),

Parties

the

Vegas

related

Department

as -

Ticket

hours

1

no

BKLUP/CIOT;

provide

by

Agreement

of

years

records

within

strictly

the expenses, Program AGREEMENT

last

these

the

shall

provided

acknowledges

is

later

to

the

the

Division

$7,560.00;

(Grantee),

signing

at

the

(ClOT),

date

to

the party

Grantee

between

practices,

Project

Department.

record

award

from

the

erroneous,

thirty

than

the

the

financial

account

provided

professional

project,

If

GRANTEE

of

(STEP)/100

and

to

Grantee’s

the

an

financial

insufficient

$22,420.00.

the

Financial

in

Project

thirty

submission

Exhibit

CONTRACT

the

days

sign

noted

costs

funding

No.

audit

collectively

Grantee

the

the

VENDOR

Agreement,

the

that

the

for

or

records

date

by

it

20-AL-64-050,

of

the (30)

state

DUNS

otherwise

No.

incurred,

on

or

C

Department’s

in

records

all

the

principal

written the

services

Management

Grantee

New

-

for

Days

inspection

Section

Grantee

the

days

documentation

STEP/DNOS.

of

must

20-OP-RF-050,

receipts

NUMBER:______

of

NUMBER:

No.

Department

Grantee auditor !reeiYieIfl

the

NUMBER;

referred

during

submission

signature

the

Mexico

after

after

and

to

notice.

submit

following

services

_i

stated

office

used

Cty

1.

shall

the

final

shall

$11,781.00;

and

to

termination

reveals Nights

termination

are

The

the

to

Department

Electronic

inappropriately,

Manual

inspect

0000054343

during

3f

reimbursement

timely,

page

reimburse

in

reimburse

Department

as

disbursements 627298516

will

insufficient

Dat.

rendered Grantee

$3,079.00;

term

Las

within

of

the

projects:

“the

that of

not

j

below.

the

the

following

i5

Vegas

CintiaJ

or

2019,

properly

Summer

Parties.”

of

pay

funds

of

thirty

of

audit

Grant

term

final

must

the

and

the

and

this

this

the

The

for

to

as of

Traffic

9.

8.

7.

6.

5.

Safety

and Notices.

hand,

(e)

(d)

(c)

(b)

the

(a)

Compliance

(c)

(b)

(a) Appropriations.

Agreement

Parties only

shall

Grantee TermInation. the

in

Officials

be

Division

that

following:

registered

United

terminate

suspend

addressed

those 2 take

state 1-70, including

Grantee subjected from serious

religion,

accordance the

of

all Amendments

Restoration Title

Employment

acknowledge

For the be and

terminate person’s

if this made

C.F.R.

thirty

Not

the federal

sufficient

final.

a

prompt

Human

Department with

States the Agreement

and laws

and

sections

employment

VI

notice

to

state

work

by

200,

medical

The

or

(30)

it

national this

and the

as

Department’s

related

Benefit. individual

applicable

the Law.

by

to, The

and

is

certified

upon

Congress,

follows:

with

Subpart Act

found

Department of

and

days

unless under

Workers’

Agreement Rights

giving appropriations

discrimination Title

Congress that

Act

in state

Grantee Act

New The

of

condition, Exhibit

Is

appropriate

written

regulations;

such,

written

will origin,

of termination The of

contingent to 1987, this

otherwise with

VII

mail

Grantee,

laws, capacity,

by

to

Mexico F Act,

2008, 1967,

be not

or

-

Parties

Compensation

of acknowledges workers

the

giving

Agreement

of

Audit

determination

D

return

sex, any

in and

or notice

based

may

rules,

notice.

expend

NMSA

the

labeled

the

violation

age, Grantee

the

the

participation

in pertaining

public its and

49

steps will

sexual

Requirements, directed

United terminate upon intend

the

2

will

Civil

any

receipt and

on compensation by

employees,

disability,

C.F.R.

Environmental Americans

On

benefit

1978,

any authorizations

“applies

the Department

not

the

to

to

activity regulations,

official,

sufficient

Rights

orientation,

states of

receipt

that

States

that: correct

funds

be

Act, Section nullify

by Department

as

requested

Department’s

any

to

Sections this

from valid,

the

to

no

in,

or

equal

to

NMSA

that

of

Act

performed public

agents

or

with

of until

whether

Sections

member

obligations

Agreement

other Department

subrecipients such

appropriations

denied

these

this

21;

benefits

the

it

a

thirty

and

Justice of

no

employment “Notice

must gender

are

they

and

1978,

Disabilities

employee

28-1-1

violation);

Agreement.

New

and

1964,

to

protected

person,

executive requirements,

the not

uncured,

approval

200.500

the

postage of

(30)

be

are

for under

contractors,

Act

Sections Mexico

the

incurred

of

identity,

for

in

Grantee;

the made,

in

through

benefits

the

approved

days’

as Cancellation,”

of

writing;

on

writing.

New

any

or and

this Act

orders

well

opportunity,

class Age -

Grantee’s prepaid,

1994,

material has

the tribal

200.521; state

52-1-1 reason,

authorizations written

this

prior

Mexico

spousal

Agreement;

of

as the

and of,

Discrimination

been

grounds 28-1-15

shall will

be

The

for

of

the

1990,

legislature; council

states.”

Agreement

to

Grantee

or

fax

the

delivered

through

be breach

employees, expenditure, comply and Grantee

by granted termination.

legislature

notice.

Civil

the

affiliation,

otherwise

or

Governor

excluded

including

the

giving

of

(and

member,

email;

Grantee

Rights

if

shall race,

of

being

ADA

wtth

the

52- by

may will

will

The

the

in

the

in or

Traffic

18.

17.

16.

15.

14.

13.

12.

11.

10.

Safety

does

other

Scope

between

anyone

No

signed

Amendment.

Applicable

law

Section

Term.

signature,

12:00

deliver

performing

Project

for

JurIsdiction

New

of

Act.

any

intended

Tort

Mexico

connection

party’s

held

obligations

Severability.

regulation,

Santa

Attn:

P.O.

to

New

New

Third-party

OMsion

principles,

any

the

not

way,

Agreements,

Mexico.

claims.

to

Box

of

a.m.

by

Mexico

Traffic

other

the

This Fe,

7.

Department

such

Mexico

supersede

the

Tort

Responsibility.

be

acts

Agreement

the

the

only

the

1149

NM

Law.

signed

on

unenforceable,

the

Agreement

Parties

and

rule,

with

shalt

than

proceeding

Parties. Claims

Safety

or

Agreement

Parties’

No

govern

Dept.

Neither

September to

87504

services

Beneficiary.

for

The

Venue.

The

omissions

define

amendment

or

the

the

whether

confirm

Agreement

the

any

with

of

Act,

OMsion

at:

ordinance.

terms

laws

and

all

Department

liabilities

Agreement

party Transportation

Grantee’s

adversarial

takes

referred

the

adversarial

respect

The

NMSA

wilt

The

will

Merger.

of

30,

with

the

written

of

liabilities shall

in

be

the

Grantee

This

be

to

effect

Grantee

of

2020,

rest

this

as connection

1978,

The

in

and

to

to

voidable

the

state

rights

this

be

Agreement

is

governed

the

and

or

proceeding

the

of

in

proceedings

Agreement

This

Parties

Department upon subject

responsible do

unless

Agreement

oral,

acknowledges

Sections

Section

between

the

3

First

of

the

subject

under

acknowledges

not

Agreement

New

Agreement

by

between

signature

Grantee.

Judicial

with

intend

earlier

by

the

contravene

to

any 2.

does

41-4-1,

Mexico,

arising

matter

the

common

the

are

Department.

arising

for

Attn:

Las

31

to

Las

will

within

this

other

that

Parties

District

terminated

the

the

not the

immunities

liability

of

Vegas

Vegas

lawful;

constitutes will

Moreno

be

out

of

et

Agreement.

that

without

all

grant

out

Grantee

Parties,

jurisdiction

if

sixty

confer

effective

seq.,

the

any

law

remain

of

any

and

Parties.

Court

Police

Chief

of

it

this incurred

Agreement

performance

or

state,

agreement.

(60)

Street

this

as

The

NM

provision

it

bears

giving

except as

the

any

at:

and

Agreement, is

amended.

in

for

the

Department

unless

days

Agreement

87701

Agreement

provided

not

effect

Any

of

If

local,

New

rights

the

limitations

sole

as

entire

the

effect

the

that

intended

of

of

a

and

liability

county

it

Mexico

as

Grantee

the

courts

or

result

responsibility

of

this

is

or

this

This

written.

in

to

understanding

supersedes

and

federal

in

Department’s

terminates

all

remedies

Section

its

Agreement

Agreement

writing

paragraph

to

of

of

of

of

Tort

incurred

that

duties

choice

does Santa

modify the

the

the

statute,

Claims

venue

other

state

6

and

New

not

all on

for

and

Fe,

of

or

at

in

in

is is

Traffic

19.

Safety

cases,

Remedies

The

Department obligation

Upon

incorporated

26 49

color, federally

USDOT-assisted

Disadvantaged

Division

to

CFR

recipient’s

ensure

refer

notification

national

Part

funded

Act

and

the

26.

may

nondiscrimination

of

by

The

failure

DBE

matter

origin,

The

Business

1986

contract

reference

Agreement

impose

remainder

to

program,

recipient

to

(31

the

for

sex,

carry

or

U.S.C.

sanctions

Enterprise.

enforcement

recipient

or

in

in

only.

of

shall

out

as

this

the

other

in

3801

this

required

the

its

administration

take

The

Agreement.

as

of

page

terms

protected

4

award

et

The

provided

recipient

its

all

under

seq.).

is

by

necessary

failure

shall

following

intentionally

and

49

18

class

administration

for

be

CFR

Implementation

shall

U.S.C.

of

to

treated

under

its

and

Part

in

provision

carry

not

DBE

1001

the

reasonable

left

26

discriminate

Part

as

out

program

award

and/or

and

blank.

a

of

applies

26

violation

its

of

as

USDOT-assisted

and

and

approved

the

steps

this approved

or

to

on

may,

the performance

Program

of

program

under

a

the

this

requirements

USDOT-assisted

in

program,

basis

by

appropriate

Agreement.

49

Fraud

contracts.

USDOT,

is

CFR

of

a

of

legal

race,

Civil

Part

the

any

of is -I 0, > 4 m 00 ID 0) -I, CD (0 3 CD m D w o I,

In CD 0 0) Z3 CD

hi CD 0) ot VI OD

rt r-t

CD F 0(0 D CD (DD 0)0

< Q_ Q 0(0 0) ‘:3 0) 0) I/i CD 0t (0 CD

-D .-,- -D 0

-----p D 0) ‘:1 0)

p)

HCD Qt 0)

(0 —1 D VI DWI Grant

253-0000-710-66-16

expires 09/30/20 LINE -ITEM DESCRIPTION I I IBALANCE

TOTALFUNDING S 11,781.00

LINE ITEM EXPENDITURES ORIGINAL BUDGET ANTICIPATED ROLLOVER 253-0000-710-66-16 Overtime I $ 1,78 L0O S -

TOTAL BUDGET $ 11,781.00 $ - Buckle Up/Click It or Ticket expires 09/30/20

LINE -ITEM DESCRIPTION I IBALANCE

TOTAL FUNDING $ 3,079.00

LINE ITEM EXPENDITURES ORIGINAL BUDGET

253 -0000-710-6615 Overtrnc S 3079.00

TOTAL BUDGET $ 3,079.00 STEP 253-0000-710-6613

expires 09/30/20 LINE -ITEM DESCRIPTION I I BALANCE

TOTAL FUNDING S 7,560.00

LINE ITEM EXPENDITURES ORIGINAL BUDGET ANTICIPATED ROLLOVER 253-0000-710-6613 Overtime S 7,560.00

TOTAL BUDGET $ 7,560.00

To:

Maria

Re

1

https://mail.google,com/mail/u/0?ik=5c1

SYSTEM

CONFIDENTIAL,

Office:

E-Mail:Gilvarrym©lasvegasnm.gov City

THIS Fax:

Utilities

Maria

Would

Please approved/disapproved?

Would

The

Requesting

benefit

The

To

The

LAS

Ta

City message

12/3/2019

Tana

na.

cover

Packer

cost

cost

of

residential

MESSAGE

of

GUvarry (505)

NEW

the

you

let Las

analysis Vega

Gilvarry

Las

(505)

WITHOUT

VEGAS

Director

of

the

of

me

presentation

be

Vegas

the

the

a

Vegas, 454-1632

CITY cost

ME

BAR

know

Ok

Trucks

454-3832

commercial

truck

residential

IS

PRIVILEGED, on

X

with of Ic

OF

IN

Solid

COPYING,

for

the

if

the TENDED

0

NNI

is

you

this

either

extended

the

on

vehicle(s)

Waste

previously

have

being

truck

the

priority.

truck

one

PRINTING

ONLY

AND

vehicles

division

any

is

presented

vehicle warranty.

is

$265,018.00

I

EXEMPT

$254,506.00

am

questions,

FOR

791a34b&viewpt&search=all&permthid=thread-f%3A165084651981

is

help requesting

OR

at

THE

planning

discussed

at

FORWARDING

$65,018

FROM

support

the

INDIVIDUAL

concerns

with

with

same

a to

DISCLOSURE.

a

the

BAR

or

purchase

a

possible

City

possible

two

City

BAR

or

at

OR

17

comments. of

vehicles

Council

the

request?

AND Las

ENTITY

$17,000

one

next

additional

Vegas

IF

NOTIFY

or

meeting

at

YOU

possible

TO

two

S336524.

(price

Mail

WHICH

ARE

packer

$17,000

US or

-

opportunity.

being

Re

BY

NOT

waiting

IT

Packer

trucks,

REPLY

(price

IS

THE

verified)

ADDRESSED

until

INTENDED

Trucks

EMAIL

One

being

the

for

residential

City

verified)

previously

an

OR

extended

AND

RECIPIENT,

Council

BY

6629636&simplomsgf%3A1

CALLING

for

MAY

and

discussed

an

meeting

warranty.

CONTAIN

one

extended

PLEASE

(505)

commercial.

Tana

after

426-3314.

INFORMATION

Staff

warranty.

DELETE

Vega

the

Thu,

are

BAR

performing

Nov

THANK IT

6508465198...

is

FROM

21,

THAT

YOU. 2019

YOUR

a

IS

cost

at

1:58

1/1 I City of Las Vegas

Solid Waste Department

Proposed Side Load Collection Truck

.7 ______

6521 Hanover Road NW I I Albuquerque. NM 87121 I TRUCKGENTERS Customer Proposal Letter 505-875-3410

City of Las Vegas 1700 N. Grand Ave. Las Vegas, NM87701 [(505) 429-8379 [Alvin Jiron, thank you for the oppodunity to earn your business. We look foftvard to working with you on your business needs. [Please accept the following proposal. VEHICLE

Make Peterbilt Model 520 Year 2021 Stock Number To Be Determined Additional Vehicle and Accessories Description To be delivered on or about

I Total Quantity 1 j Truck Price per Unit S271 .701.00 $271 .701.00 F.E.T. (Factory &Dealer Paid) S0.00 S0.00

Net Sales Price $271 .701.00 $271701.00 j Optional Extended Warranty(:es) State Sales Tax

Documentary Fee $250.00 $250.00

Administration Fee Vehicle Inventory Tax Additional Taxes Tire Recycling Program Battery Disposal Fee Out of State Vehicle Fee Rebate(s) Total Sales Price (including Rebate(s)) $271,951.00 $271,951.00

Trade Allowance (see DISCLAIMERBelow) $0.00

Sales Representative Carlos Arreola Purchaser

Ca. Accepted by Sales Manager cr General1./anager ogre ns’e

Quote good until 2)3/2020 Note: The abo’ieCustomer Proposal is a quotation only. Sale terms subject to approval of Sates Manager of Dealer. D.scun.:.rs. Aoy Cr-Car Caseb on :n.s broposa: 5_dlear to Cs:oer exac_:,r.g ccv es sty-Ca-b Form Rerar Pnase C’ber- rccr.odranrgaoove terms Any dccvmeran Fees stare ax tIbe reg.s:ra: Cr S - — T C S S e t - F C — S S a = s S e he a t or-ce oes:er of any circe “or o_rre”::y It Eeae- S sore r-.rno tD ce’ if crorec Vcoces) nct crrrenr]J In Des C-s stocK ea:er reserves r.cnt to change C.o’a: a- Dora to re’tecr any phoe nc-eases from banv’aot..’er Tn.s pcsa 5 caseb anon ceaer a c_-rent ar-b expectac Car-tOny ‘‘non a sc,act to cnenae ocean rot or. oa:eo to reran any avedd ,‘e’nc:es in srcce r,Or rnarnra any [ spec:hc raer:c—y tere, Cea’er sa,l nor oe C careb to ir. Proposar In event g_o:eo vercles) ito: r: stocK or ava::sbe it. Itnln ‘eqes:eo be:veny soneo.,Ie at yOre Fr-crass: accertea Des Cr saab not Ce Fanany be ay in pOr’.cng or nyC ‘n. to or-circe C_area VebIces’. where son -naCr:y or ossy a cae in sr-Ce or in par-n a sty ca..se be,crc tn,e rsascnaole conttc of cealer cr5 wbrrc_t n.e gross r - -t a \ sO — T V eo IC SC C sr ar.cior — ears o’Traoe VeNc.e,s, hence— os:e c..rre—t C”_Or-S55cr-C aoceotance Of fr-is Proposal by Castor-ncr enc Printed on 12/3/2019 at 953 AM, ______

1 /

RENEWAL OF CONTRACT made by aria Detaieen COOPERATIVE EDUCATIONAL SERVICES Arid RUSH TRUCK CENTER

Sa:c Co”t-act(s) be rg rucereD 16-0198-Cl 05-ALL Medum and Heavy Duty Trucks lcd Ccmrac:s inha one (1) year Te’rr ccrmencd on Ap 29 206 and will exp re on Aori 28 209. Tre or Term Ccntrao n 2019-019 RFP C pro.des the Ccn:raot may Dy mutual whren agreement be rene..co annua:y for up to mice (3) adohcnal one (1) year terms for up to tom (4) years tote :h’ougb Ao 2S 2020 Ccopeabve Educations Sevices heeoy vshes to renev Va :ncuch me renander of the for-yes- rarm exo ‘ng cc A’ I 28 2Ci2C Ucn sgna’e of cc OtnDnzed cfioe or tne above-ranec ocrroany c’ CQrpr3n Ve Co.9:raot is nerecy re9e.ed

The reneial sha be subject to tne same Terms and Conc horS cora ned nte o’ g ca Raquas: for Propose acournents. contract cnanges andm upoates PRiCE ADJUSTMENTS A vrner reciest to CES for a orce a•d1ustmet to the oo-:ract moe: n be accodance w V me s:atad RP terms condt ore arC stpuahors agreed upon at contract a,eard The reoucet to adost pr Ding s-a!: :cIuo a ccournentat orr for oorsicerahcn o approval Upon CES appcva me docuents snal cc oacec the prcoureent Ce for aud t purposes The proc adustnen era’ sly to all CES Members a-d Pancpa: no Ert t:es CES rese-ves Ire ron: to approve c disapprove soon recuests

COOPERATIVE EDUCATIONAL SERVICES Aumorzed S Date March 20. 2018

Contractor agrees to provce complete nfcrma:on c Sri dele:ec and ccv crod.cts or Proc aous:mcnts as a’Icwed under head ccc in he Te’rm and Condtos f’ D’sccntroed Procucts Technnocy and Price Reduotort of me RFP

CONTRACT HOLDER - / Aotflonzed S oature ( Date Pr,nted Narie - f’/-. NOTE: This Contract Renewal should be received by 400 p.m. at the offices of CES on 03/30)13

If you do not ws.b to renev tics Contract, pease sign bc.c;i and return tics agreement Terminate: We wish to terminate this Contract effective 03/30019

Au:’cr,zed Sonature______Date

POrted Name

4216 Balloon Park Road NE Albuquerque, NM 87109-5801 0 ycs.or 0 505-344-5470

P3CC 1 Dr ,-j.

Rush Trk Ctrs Of New Mx (A269) City Of Las Vegas 6521 Hanover, N.W. 1700 N Grand Ave Albuquerque, New Mexico 87121 Las Vegas, New Mexico 87701 United States of America

Carlos Arreola Phone: 505-506-1268 Phone: Email: [email protected] Email:

Vehicle Summary

Unit Chassis Model: Model 520 Fr Axle Load (Ibs): 20000 Type: Full Truck Rr Axle Load (Ibs): 46000 Description 1: Las Vegas ASL G.C.VV.(Ibs): 66000 Description 2: Las Vegas ASL Application Road Conditions: Intended Serv.: Refuse/On-Highway Class A (Highway) 100 Commodity: Refuse, Scrap, Recycling Class B (Hwy/Mtn) 0 Class C (Off-Hwy) 0 Body Class D (Off-Road) 0 Type: Commercial Front Loader Maximum Grade: 6 Length (ft): 24 Wheelbase (in): 225 Height (ft): 13.5 Overhang (in): 54 Max Laden Weight 1000 Fr Axle to BOO (in): 0.1 (Ibs): Cab to Axle (in): 224.9 Trailer Cab to EOF (in): 278.9 No. of Trailer Axles: 0 Oerall Comb. Length (in): 336.6 Type: Length (ft): 0 Special Req. Height (fi): 0 Kingpin Inset (in): 0 Corner Radius (in): 0

Re strictions Length (ft): 40 Width (in): 102 Height (ft): 13.5

Approved by: Date:

Note: All sales are FOB. designated plant of manufacture.

Pagelofl3

0651090

0644090

0620160

0611330

0601500

0514160

0200700

Frame

Configuration

0098170

0095360

0093035

0091180

0005201

Base

Model

&

Equipment

S

S 0

0

0

0

S

S

0

S

S

S

Omit with

EOF

hicle

For

Extension

Includes FEPTO

Zinc

your standard

Requ:res

psi.

Full

10.75x3.5x.375

10-314” Secondary Not

and_Rubber_Battery_Pad_in_Bottom_of_Battery_Box.

Canada, commercial

Canadan A

United

Automated

on/roil-off

stations

Truck

Refuse/On-Highway

Refuse,

prodes

Body leadIng.

anas

coated

durabl:y

proide

refuse

Peterbit

Model

lift-equipped

use

Section

PTO

Steel Applicable

customer’s

Square

Coated

Rear

a

instaHation

or

rust

with industry.

Provision

States

520

SteelRails30E-342’

new

s:eei

years

to,

1350

65-degree

frame

Speedometer

tractor Scrap,

Frame

s

Cut-Out connient

container

for

Inner

Regstry

Mudflaps

Manufacturer Mood

is

but

Modulus:

body

routes.

Side

d:menson

without

Anti

sub-frame

increased

common.

Series

of

truck

Registry

rail

not

Dimension,

vh.ch

operating

Rail

Liner

Recycling

The

watertight

is

builder Loader

in

520

Corrosion

4-7/8in

primer

PackageRequ:res

into,

cost

The

cab

moement.

Grille.

used

Code

access

Front

and

rugged,

Crossmember

17.8

is

hauls

to

of uptime

fr

tilt

lanafilis.

load

effeoh

burt

installed

be

Hangers

and

proouc:ivty

in

to

Bumper

cubic

Rad:ator

Drive

enhances

nc

ccrroson

2,136000 performance

severe

refuse,

load

to

KPH

is

Page

to

Treated

aluminum

pro’de

body

remo€d and

Description

viitnstand

as

Phosphate

inches.

PTO

waste

and

crossmember.

ipa

wel

Extension

2

lap

conditions

Protection

recycled

control

resistance.

maintenance

Ar

of MPH.

efficent

Attachment ano

RBM:

Frame

added

seam

as

cab

from

Weight:

13

by

Condton:ng

Ths

tne

ersa:i::y.

hauHng

coatng

a

delirs

Yield

ntegration

Daytime

rrateral.

the

corrosion

construction

Rails tfit

harsh

and

low-cab

Sieee.

or

of

1.74

Bulxhead-style

front

in

Pros:on,

Strength:

refrise

the

and

toe

wili

climates

demands

best-:n-ciass

An

Ru”ring

lbs/inch

Excise

into

etc.

center

and

truck

for-ward

pre’ent.on

replace serv/ceabil:y.

points.

industry-

from

on

the

Includes

Bumper

120,000

where

body.

Radator

console

Tax

a

pair

of

body

transfer

Luhts

vehcie

zinc-

the

doors

the

for

on

roll-

16,475

Weight

679

-——a-—

193

45

0

0

4

0 0

- 0 Sales Std/ Description Code Opt V/eight 0713130 0 (2) Solid Mount Cable Hooks 0 Front Ax’e & Equipment

1011360 0 Dana Spicer D2000F 20,000 Ib, 3.5 in. Drop 0 Factory fron: axle agnment to improve hanai:ng & reduce tre wear. Zerk fittings on to rod ends, king pins, & dagUnk be!! join ts for ease o main:ena000 & help extena senAce life of components. Coons EMGARD® FE 75W-9u syntnetc axle lube pro4des over 1% fuel economy improvement. Reduces wear & extends mantenance nteras. resulting in increased uptime. Provdes improved fiu;d fovi to protect components in extreme cold conditons & withstand the stress from hgh temperatures, extending component life. 1114040 0 Taper Leaf Springs, Shocks 23,000 lb 193 Standard with Heavy Resistance Shocks. 1243010 S Power Steering Sheppard M100 Dual 0 For use with 16000 to 20000 lb. axle ratings. Glidekote sp!ines on steehng shaft extend serce life of components. 1354850 5 PHP1O Iron PreSet PLUS Hubs-Air Disc 0 Preset iron hub assemblies are designed for demanding codt;ons and requ re less maintenance while stilll oveong dependabHity and superior performance Precisely engneered to minimze roler stress under heavy’ cads and increase bearing life when used in demadng condtions such as wce-based single v.’hee!s anD msalgn.men: cue to

spindle wear. — 1354870 5 Severe Service Disc Brake Rotor 0 For refuse appcations, proid ng the brakng torc..e necessary to siow or stop the vehicle. 1380230 0 Dana Spicer 5” Drop P0 3.5”, Front Axle 0 5 drop (127 MM) pro’Jdes lower chassis suspension and prc’e Offers maximum maneuverablty and the light weight so!uton Aveilabe for a ‘eriety of brakes. 1330240 0 DanaSpicerWideTracklPOStandard 15 Dana Spicer wide track front axles offer aaded stabHity and deliver greater turn angles. 7lin KPI P0 69w for E1202, E1322 E1462. D2000F front axles. 1380290 S Bendix Air Disc Front Brakes 0 Bendix air disc front brakes use a floating cal per design to proode foundaton braking on all axles and complies with reduced stoppng distance regulations. Rear Axle & Equipment

1523340 5 Dana Spicer 046-170 46,000 lb 0 lnteraxle dufflock air rocker occupes space o one gauge. Laser factory axle a!ignment to improve handling & reduce tire wear. Magnetic rear axle oil dra!n plug captures & holds any metal fragments in drive axle lube to extend sence life. Parking brakes on all dnve axles for optImal performance. Cognis EMGARD® FE 75W-90 synthetic axle lube pro’des over 1% fuel economy improvement. Reduces wear & extends maintenance inteR!s, resulting in increased uptime. Prov1des improveD

Page 3 of 13 Sales Std/ Description Code Opt Weight

flud flow to protect components in extreme cold condtions & withstand the stress from high temperatures, extenoing component Lfe. 1616300 0 PHP1O Iron PreSet PLUS Hubs 0

1632650 S Long Stroke Parking Brakes, Drive Axle(s)

1650440 0 Refuse Service Brakes. SteerAnd Drive Axles Designed fur hemvy-duty apocahons for refuse indust’ pmvdng long brake life, safely and performance. 1680450 0 Rear Brake Camshaft Reinforcement Rear brake camshaf reinforcement helps guard aganst wear ano corrosion 1680460 0 Heavy Wall, Drive Axle(s) 88

1680500 S SBM Valve Full trucks require a sphng brake modulation (SBM) system for emergency braking appication Th s system requires an SBM le and a reay e’ with sphng brakes on the rear axles Tne SBM vae aliows the foot to operate the rear axle spring b’akes if a faure exists in the rear air system. 1682710 0 Anti-Lock Braking System (ABS) GS6M 35 ABS-6. Includes air_braking_system. 1684200 S — Synthetic Axle Lubricant All Axles - 0 Peterbilt heavy duty models include Fuel Effcient Cognis EMGARD FE75W-90 which pro\Aaes customers performance adntages over current synthetic lubricants w1h reduced gear wear and extended maintenance nter’ls, resu1ting in incmased uptime. In add::on, the Iubrcant pro’des improed fiud fow to protect gears in extreme cold conditions and wThstand the stress from high temperatures, extendng component lfe — 1687010 0 Bendix Air Cam Rear Drum Brakes 16.5x7 0 Bendix Air Cam Rear Drum Brakes to ft all hea haul contruction refuse and highway truck and tractor appHcatons. Includes Automatic Slack Adjusters & Outboard Mounted Brake Drums. 1704780 0 Ratio 4.78 RearA.xle 0

1827420 0 Chalmers 854, 46,000 Ibs, 54” Axle Spacing 110

1921203 0 Low Mount Saddle Height, Chalmers 0

1921250 0 High Stability Restrictor Can, Chalmers #29 0 Engine & Equipment

2074507 0 PACCAR PX-9 370@1900 GOV@2100 1250@1400 0 Performance (2017 Emissions) N21320 N205 120...Standard Maximum Speed Limit N21470 P062 NO... Cruise Control Auto Resume N21480 P068 NO... Auto Engine Brake in Cruise N21450 P026 NO... Gear Down Protection (P026)

N21440 P015 YES...Engine Protechon Shutdown (

Page 4 of 13 ,-. -‘-i 5

Sales Stdi Code Opt Description V/eigit N21350 P001 68 Maximum Accelerator Pedal Ve N21370 P059 68 Maximum Cruise Speed (P059) N21590 P230 YES..,Enable Hot Ambient Automatic N21530 P233 YES,..Enable Impending Shutdo,’n We N21540 P234 60 mer For Impending Shutdown N21460 P046 1400. Max PTO Speed (P046) N21520 P030 5 Timer Setrnc (P030) N21570 P031 NOOdle Shutdown Manual OverrLO N2160 P172 40 Low Ambient Temperature Tnre

N2i60 P171 eQ . Hch Amb,ent lemperature cr N21510 P520 YES.,.Enaole Idle Shutoown Perk Br N2i30 N201 0... Resene Speec Lim:t Orfset N2i410 N202 0 Maximum Cycle Distance (N202 N21400 N203 252...Reser Speed Functon Reset N21420 N206 10... Maximum Active Dstance (N20 N21340 P112 120...Hard Maximum Speed Limd (P1 N21550 P516 35 Engine Load Threshod (P516) N21620 P173 60. ln:ermedate Ambient Tempera N21330 N207 0.. ,.Expiraton Dstance (N207)

N21500 N209 0 . Expiration rystance (N209)

2091310 0 Engine Idle Shutdown Timer Disabled 0

2091315 0 Enable EIST Ambient Temp Overrule 0

2091320 0 Enable EIST in PTO Mode 0

2091372 Eff EIST NA Expiration Miles 0

2091540 Effective VSL SeWng NA 0

2140200 S CARB Engine Idling Compliance 0 PACCAR PX-7, PX-9 and MX. Cum rnins X15 and ISX desel engines w!l include the required factory installed senalized sticker on the drivers door to identdy them as meeting the NOx idling standard. 2147460 S Bed Plate for PX-9, L9N Engines 0 Designed to increase engine longety by incorporating a stiffener bracket on the bottom side of the engine, inside the oil pan for add:tional reinforcement. Required for all PX-9/L9N refuse appications and recommended for otner high load 9-Iter appicatons. 2513070 0 200 Amp Alternator, Standard Brush 0 Bosch Long Haui Extreme, standard brush, 170-200 Amps Dual internal cooi;ng fans, and externaily-mounteo rectifier and regulator. 2521090 0 Immersion Type Block Heaterll0-120V 2 Standard location for 2,1M and 1.9M models is left-hand under cab, Model 520 is in bumper, and for Model 220 it is at the driver step. Plug includes a weather-proof cover that protects the receptacle. This pre heater keeps the coolant in the engine block from freezing when the engine is not running. 2522110 0 PACCAR 12V Starter, N/A PACCAR MX Engines 0

Page 5 of 13 Sales Std/ Description Code Opt Weight PACCAR 12-olt electrical system. With centazed powe’ dstribution ncorporating plug-in Style relays. Circuit protection for serzceab;lity, 12- vait light system w/circuit protection circuits number & color coded 2538040 S 3 PACCAR Premium 12V Dual Purpose Batt 2190 CCA Tnrea•ded stud type termina1 Strandeo copper battery cao!es are double aught (00) or larger to reduce resistance. 25397O 0 Kissling Battery Disconnect Switch, 300 amp 3 Mounted on battery box 2621003 S 2-Speed Fan Clutch For Frequent Start/Stops - 0 A 2-speed fa clutch is idea! for vacational appilca:o’-s cbere the fa’i clutch enoagement time exceeds 10% o the engne run tme. When ire fan cIuch sd sengaged me an s o a es a 5 2e o’ tre engIne RPM This fan rotation prc2des crucia1 airfoz to the engne and drawvs vrtua1iy no horsepower. 2723210 S 18.7 CFM Air Compressor

N/A X15 Furnished on engine Teflon I ned stanless steel eraded compressor discharge line. 2921110 S PACCAR Fuel/Water Separator Standard Service 0 PACCAR Fuel/Water separato s:andard scnoe intervams Hah ef:ciency_med:a_protects_critical_eng_no components. 2921210 S No Fluid Heat Option for Fuel Filter 0

2921310 S No Electric Heat Option for Fuel Filter 0

3010400 0 Engine Protection Shutdown 0 Includes ol pressure, oil temperature coolant temperature and :ctake manifold_temperature. 3114270 S High Efficiency Cooling System 0 Cooling module is a combnation of steel and alumInum components, wth aluminum connections to maxim.:ze performance and cooling capabihty. Silicone radiator & heater hoses enhance value, durab!i:y, & reliability Constant tens!on bare clamps reduce leaks CfmaTech extended life coolant extends maintenance intervals whch reduces maintenance costs. Anti-freeze effecti to -30 degrees F helps protect the engine. Low coolant Ieel sensor warns of lo’z.coolant condhion to prent engine damage. Radiator Size by Model; 579/367 FEPTO

1325 sq in, 567/365/367: 1440 sq in, 365 PEPTO. 184 sq in, 389/367 HH. 1669 sq in, 348: 1000 sq in, 520. 1242 so in. 3120320 0 Bugscreen-Removable Type Grille Mtd 0 Additional clips at bottom of bugscreen 3120450 S Stainless Steel Grille 0

3261980 S Heavy Duty Air Cleaner 0 Molded rubber a:r intake connections v1th lined stainless steel clamps seal to prevant contaminants in ar intake. 3281750 0 Pre-CleanerECG 13

3365300 S Exhaust Vertical LH 0 DPF/5CR LH Sack of Cab Vertical (2017) 3381860 0 Exhaust 90 Degree Diffuser 0

Page 6 of 13 IJ

Sales Std/ Description Code Opt Weight Transmission & Equipment

4052410 0 Allison 4000 RDS-P Transmission, Gen 5 390 Rugged Duty Series. Includes Rear Transm:ssion Support except on MX engrnes, TranSynd Transmission Flurd, and Water-0 Heat Exohance Aso includes features that mo:tor the transmissron urd, fer and clutch condtion Wili drspiay percent life remain:ng for the transmission fluid, lter and cljtcnes on tne shift selector. Tn;s information may be displayed usng the Mode and Up and Down buttons. A wrench icon wll also be induced to indcate when the transmission fluId. fl::er or clutches need sending. Suited for vabcles operahng on/off highway ano/or requihng PTO operaton. Fonvad rat os: lst-3.51, 2nd-1.91, 3rc-.S3, 4th-lOU, 5th-U 74 6th-0.6. Rerse ratios. DR-(4.80). 4210190 0 1810 HD Driveline, 1 Midship Bearing 15 4.5in x .180 wail tub:ng 4216590 0 1710 Drive line Into raxie -50 For tandem rear axles 4250900 0 Main Transmission Rear Support 11 Addhional rear support for the transmission to prodde a firm, durable design that improves stabilrzation of tne dr’etrain in rugged terra n 4252840 S Allison FuelSense 2.0 Plus 0 Features include EcoCal shrft technology keeps the engne speec at the most efficient lel, DynActn Shifting system incorporates a learning algorithm that selects variabie shift points to find the ideal barance of fluel economy and performance, based upon the vehicle specifications and envronrnenta! parame:ers, Tnis is valuable for applications with heavy start-stop needs lrke refiuse, city deli’ery, and constructon and Neutral at Stop reduces or eiirninates the load on the engne when vehicle is stopped, lowering fuel consumption and emissions. 4252940 S Allison Neutral At Stop 0 Neutral at Stop features and benefits: Reduces or elim;nates the load on the engine when vehcle is stopped, can help lower foci consumption and C02 emissions, and is included in FuelSense 2.0 Plus and Max packages only.

4256020 S Console Mounted Push Button Shifter 0 Allison transmissions 4256710 0 Allison 6-Speed Configuration, Close Ratio Gears 0 Allison 4000 transmission Ofli 4256870 0 Allison Output Function S Neutral Indicator 0 For PTO. Required on Refuse Packer Applications. With this configuration NEUTRAL only, PTO engagement is permitted only when the transmission is in Neutral. Once the transmission is in Neutral, the PTO is automatically engaged and fast idle is initiated when the PTO switch is switched On Also, with ths configuration Pack-on-the-fly. the PTO is automatically engaged and fast idle is initiated when the PTO switch is On concurrently with shifting of (he transmission to Neutral.

Page 7 of 13 V

Sales Std/ Description e Opt Weight Air & Trailer Equipment

4510330 S Bendix AD-IS EP Air Dryer, Heater o Coalescing filter, extended purge 4520420 0 Pull Cords All Air Tanks

4540420 S Nylon Chassis Hose

4543320 S Steel Painted Air Tanks 0 Al air tanks are steel wth panted finish excep: when Code 4543330 Polish Aluminum Ar Tanks is also selected (then exposed ar tanks outside the frame rails wll be polished e:umi’um). Peterb: wili determine the optimal size and location of requirec air tanKs. Narratis requestna a specific air tank size or location will not be accepted for facto’ installation. See ECAT to determine number or location o ar tanks installed. Tires & Wheels

5030510 0 FF: GY 2Oply 425/65R22.5 G296 MSADSeaI 62 0 ame:er= 44.4 inches: SLR 20.6 inches

5133390 0 RR: GY l6ply 11R22.5 G182 RSD GHG 88 D:arneter= 42.1 inches: SLR 19.6 inches 5190008 S Code-rear Tire Qty 08 0

5220090 0 FF: Alcoa 823627 22.5X12.25 Clean Buff Finish -82 Aluminum 5310600 S RR: Accur Stl Armor 50291PK 22.5X8.25 0 Heavy Duty, Two Hand Holes 5390008 S Code-rear Rim Qty 08 0 Fuel Tanks

5556190 0 26 Aluminum 100 Gallon Fuel Tank LH BOC 18 Paddle handle filler cap with threadless filler neck. Top draw fuel plumbing reduces chance of introducing air into tne fuel system during low fuel lel conditions due to the central piecement of fuel pickup tube. Wire braid fuel lines increase durability & reduce poten:ial for leaks. 5604100 0 Location LH SOC 100 Gallon 0

5650140 0 FuelTankFillRear Not a’;lable on under cab fuel tanks 5650490 S Fuel Cooler 0 Required with single fuel tank 5650810 0 Polish (1) Aluminum Fuel Tank 0

5652890 S DEF Tank Mounted LH SOC 0 Models 220 and 520 mounted left-hand cab fender

Page 8 of 13 Sales Std/ Code Description Weight

5652990 S Standard DEF to Fuel Ratio 2:1 Or Greater o

5655069 S DEF Tank 520 0 Battery Box& Bumper

6021500 S SteelSpaceSaverBatteryBox LH BackOf Cab 0

6121700 S Steel Bumper Channel Painted Includes two front tow eyes wi:h pins Cab & Equipment

6501080 S 53in LCF ProBilt Cab LH Drive 0 Includes steel frames with alum and fibergass panels. a11aiim doors due door s:ops. door locks, tinted saetv g’ass thnj-out, cab and door mounted entry grab handles, 65 degree hydrautc hit. sta nless s:ee grie, dual rear cab fenders, service module BOO (cab t:t pump. ol flIl and dipstck, coolant flu and check, fluid fill and dipstick for auto trans) door mounted armrests, power windows, full insulation: rubber floor mats, ergonomic center control console, rernovble instrument pane, Dr:er Informaton Ospay, LEO backlit oauges, pu down wndshe!d sunshade. l6in steering wheel with integrated horn button tit/:eiescopic adjustable column, o\•er-door storage. drir and passenger side cup hoiders, USE chargino port and 12VDC cbarg:ric outet, header includes HVAC controls and 12V poer conecton behind header cor. rear cab corner windows, 18i0 bolt-on step each side self-canceling turn signals and front directional and side mounted turn signals 6800500 S 4.5” Rubber Flares on Cab 0 and Wheel Well Fenders 6914090 0 SearsC2 Plus Driver Seat Th’ Features contoured metal seat and back pans. ergonomcay contoured cushions - 20’ wide. reci;ner, 5 25’ total suspension trauel. shock absorber Available in cloth or molded vinyl 6921720 S Peterbilt Passenger Seat 0

6930060 0 DriverSeatHeated Includes heating elements in the lower cushon and backrest Temperature is preset for op:mum comfort and controlled by a highOow swtch and an on,’offswitch next to the adjustment valves on toe sea: Avalable w,’Peterbllt. Uliraride and Sears seats. 6931120 0 Seat Belt Color Orange IPO Standard Black 0

6939400 0 Air Ride Driver 43

6939430 0 Mid Back Driver

6939470 S Vinyl Driver 0

6939510 S Non-Air Ride Passenger 0

Page 9 of 13 Sales Std/ Description Code Opt Weight

6939540 S Low Back Passenger 0

6939570 S Vinyl Passenger o

7000000 S Gray Interior Color 0 lncudes ABS gray headhner & rear cab panel, gray nyl engne tunnel co;r, For LH, RH. and dual steer dual seatea power wndows are standard on botn doors. For dual steer RH stand-up the LH vi:ndo, is power and the RH w:ndow is a manual slding window. 7001520 S Adjustable Steering Column TiltiTelescope 0

7001620 S Steering Wheel With Peterbilt Logo 0 S:eerng Wheel with embossed Peterbilt logo cer horn button. 7040020 0 Diamond Plate Floor Covering on Driver side floor 6 in place of Rubber Mat. In Dual Steer application RH Darnond Plate co’er ng is standard. Sng’e drive appiications tne Damond Rate is ophonal 7220130 5 Rear Window Back of Cab Standard Tint 0 18 51n X 541n 7230350 S 2-Piece Flat Windshield 0

7322010 S Combo Fresh Air Heater/Air Conditioner 0 With radiator mounted condenser, dedicated side window defrosters, B-Leel Heater/Defroster Controls, 54500 BTU/HR, and silcone heater hoses. 7330920 0 (2) Defroster Fan On RearHeader 60

7410040 0 Outside Sunvisor - Stainless Steel 4 Not alab:e with 2.1M high roof sleeper. 7561260 5 Black LH/RH Tn-plane Mirrors, Heated, 0 Motorized, Mounted to Doors. Features: Heated on All Three Surfaces, Upper/Lower Mirrors are Conex and Middle is a Flat Pane Motorized Mirror. 7610020 5 (1) Air Horn 15’ Painted 0 Mounted under cab. 7725715 0 ConcertClass Without CD, Includes BT Phone and 10 Audio, AM/FM, WB, USB and MP3. 7725740 0 MidleveiSpeakerPackageForCab 6 (4) Speakers 7728020 0 Bluetooth Located On Driver Side 0

7788055 S SmartLINQ Remote Diagnostics 0 SmartLINQ is Peterbilt’s proprieta remote dagnostics senAce which monitors the engine and aftertreatment for diagnostic codes prouding real-time code analysis maximizing vehicle uptime and strengthening the fleets partnership with their dealer, SmartLlNQ provides fault

co’erage for or 800 codes, a customizable email nohflcation for 116 codes plus a web portal to manage your entire fleet included at no

Page 10 of 13 /

Sates S td/ Description Code Opt V/eight add ona charge. SmartLlNQ is compatible with any teema:ios system and doesnt requre a speci5c eet management system. For toose whose customers util:ze Peop!eNet. the p’ewre wdh remote d.aanost:cs :l; pro’de a more integrated soluton utlizing the exstg SmaiLINQ modem. For those whose customers utilize other fee: servces p-oducts, the existing pre.wre opbcn for the other fleet sece deces wHicontinue to be a’Hable SmartLl\Q is standard w::h MX- 3 eng nes and auHabie on Mod&s 579, 567, 389, 367 and 365. 7851330 0 Cab Tilt Pump Air Assist 0

7851870 0 Rain Gutters Over Driver and Passenger Doors 8

7852150 S Peterbilt Pantograph Windshield Wipers 0 With intermittent feature. 7900090 0 Triangle Reflector Kit, Ship Loose 13 Florescent triangle emergency road flares are designed to meet and exceed aH DOT standards. 7900970 S Backup Alarm Wiring To EOF 0

8011400 S Main Transmission Oil Temperature Gauge 0 Located in Driver lnormaton Dispay 8021015 0 Air Application Gauge Loca:ed in Driver Information Display 8021315 ,S Air Restriction Indicator 0 Mounted on exhaust stanchion 8031120 0 Warning Light Battery Disconnect, Switch Engaged 0 Marker light external mounted

8070010 0 Up To (4) Additional Electric Switches 1 VIi:hout vrng 8070260 0 Switch To Deactivate Bendix ATC Traction Control 0 Bendix ATC is required on the spec0cation Swtch is to temporarH d.sable the Traction Control in extreme condFtions such as snow, ice or mud The ATC warning light will display in a constant state 8071025 0 Manifold Pressure Gauge 0 Located in Driver Information Dsplay 8071285 0 Suspension Pressure Gauge 0 Located in Driver Information Display 8110090 S Headlights Single Rectangular Halogen 0

8120570 S (5) LED Clearance With (2) LED Marker Lights 0 Includes (5) lights mounted on roof of cab and (1) cab side marker ght mounted in front of each cab door 8133990 5 None Furnished Stop/Tail/Backup Lights 0 Avmiabie with jli truck only, not ailabie ‘.“th tractor Paint

8500710 S Standard Paint Color Selection 0

6530770 0 (1) Color Axalta Two Stage - Cab/Hood 0

Page 11 ofl3 Sales Std/ Description Code Opt Weight Base Coat/Ciear Coat N85020 A - L0006EY WHITE 85700 BUMPER L0001EA BLACK 85500 CAB ROO L0006EY W-HTE N85200 FRAME L0001EA BLACK Shipping Destination

8999990 0 Shipping Destination Other Than Dealer C (Specify by narrahve)

Options Not Subject To Discount

9400090 S Peterbilt Class 8 Standard Coverage 1 year/100,000 Miles (160000 km) 9400094 S PACCAR PX-9 Standard Coverage 2 yrs!250000 ml (402336 km)/6250 hs 9408982 0 Vehic!e Layout 0 Option is not subject to dscoLnt. Fleets will be spit prior to build so that the charge is appLed to only one unt Ootes wll not reect ths NarrRAY GAMEZ [email protected] FRONT END LOADER Misceflaneous

9409800 0 2017 EPA Emissions Engine 0 Warranty Only 9409869 0 Presentation Created With SmartSpec 0

9409960 0 Presentation Created Using Featured Spec For Model

Promotions Order Comments

Page 12 of 13 Total Weight i,574

Prices and SpecificationsSuhjectto Change WithoutNotice.

- Unpub’shed opfons mayeau re revew/acprova — Drrensiona ao rcance da: for upbsned cprons may a’ fcm Ma: d sciayed n C’’.

PRICING DISCLAIMER Wh;ie ue make every effort to ma/nt atn the veb site to preserve pricing accuracy, prices are subject to change vhout notice. Although the information in this pdce list is presented in good faith and believed to be correct at the time of printing. ve make no representations or Marranties as to the completeness or accuracy of this inform at/on. We reserve the right to change, delete or otheRdse modify the pricing inform at/on vM!ch is represented herein vAthout any prior notice. We carefully check pricing specifications. but occasionally errors can occur, there for ve reserve the riabt to change such prices v/thout notice. We disclaim all liebility for any errors or omiss!ons in Thematerials. In no event vA/IV2 be responsible for COy’ damages of any nature vMats oever from the re!ance upon information from toes e ii atena!s. Please check your order preb!is to confirm your pricing inform at/on

Page 13 o 13 0 C) C)

ØC 0 2. ‘C \ N

U fl

h

31 j p

U. -

C” C’DCe:SZ “,“‘u:’ )\ €6))) Cre CT”SCD C.5525):5?7X’

1):) Sfl ‘C) 11)5545) 2)’)) 22 ‘V ‘::: :2,:s,,’:. ‘“‘2 ‘‘ C’

4€’ €,C2)’j 451

4?1

2:”” 5) 2. ‘ 2’,) 2’2 :5 :51:’::’, 2))

‘“:4 -‘:: 4 R2,5, 4’:

:4 2’. 264 *4’!4’

5’I “45 5)2 14,42 1€)) ‘24) I’S) 2) I’fl 22)2 21)4 51:4:’::,’’ 5:22 ‘5)) 22 ‘22 ‘:42 ‘54’, ‘5,: S’S “5’::: 124’ ‘‘22’’:) ‘2: ‘‘‘44’- 9:’ 2’ 625 ())

III

.4•._.

1.1W

D NVN H

HIUfBI f:IIVl(I F a. I I

a. = 144

= uS C 2C Cl) Hi Ui Hi Ui Li rx (ID Model 520 ProBilt Duel Steer Standard Features (Base Model Option Code 0005201)

FRAME Steel rails with gussets to maximize RBM, Huck bobtail fasteners provide a consistent and durable clamping force up to 600% greater than bolted frames. Tamper resistant round head and collar offers improved paint adhesion and corrosion resistance. Swage indicating features on collar allows for visual inspection of clamped joint. • 3-piece C-Channel removable crossmember with cast gussets for serviceability. • Rubber-lined clamps along frame rail to protect air & electric lines routed in frame. • Chassis hose and wiring bundles conveniently routed through gussets provides protection for lines. • Front wheel mudflaps reduce road spray, help maintain a cleaner truck and better visibility.

STEER AXLE

• Set back front axle configuration provides exceptional maneuverability with a tight turning radius. • Factory front axle alignment to improve handling and reduce tire wear. • Zerk fittings on tie rod ends, kingpins, and draghnk ball joints for ease of maintenance and help extend service life of components. • Standard oil seals for long lasting leak protection. • Cognis EMGARD Synthetic Axle Lube reduces wear and extends maintenance intervals, resulting in increased uptime. Provides improved fluid flow to protect components in extreme cold conditions and withstand the stress from high temperatures, extending component life, • Glidekote splines on steering shaft extend service life of components. • Back of cab mounted power steering reservoir for easy access.

Page 1 of 6 DRIVEAXLE • Laser factory axle alignment (accurate to .030 of an inch) to improve handling and reduce tire wear. • Magnetic rear axle oil drain plug captures and holds any metal fragments in drive axle lube to extend service life. • Parking brakes on all drive axles for optimal performance. • Cognis EMGARD Synthetic Axie Lube reduces wear and extends maintenance intervals, resulting in increased uptime. Provides improved fluid flow to protect components in extreme cold conditions and withstand the stress from high temperatures, extending component life.

ENGINES & RELATEDSYSTEMS • Selective Catalytic Reduction (SCR)System provides the most fuel efhcient, reliable and cost effective solution to the 2010 EPA regulations. The SCRsystem consists of several new standard components on the truck - a dosing pump, a DEFtank, an injector and the SCRammonia catalyst. • Chevron Delo 400 LESAE 10W30 engine oil is specially formulated for new low emissions engines. • Magnetic engine oil drain plug captures and holds any metal fragments in engine oil to extend service life. • Silicone radiator and heater hoses enhance value, durability and reliabdity. • ClimaTech extended life coolant extends maintenance intervals which reduces maintenance costs. • Back of cab mounted radiator coolant surge tank with coolant level yew tube for quick and easy access. • Low coolant level sensor warns of low coolant condition to prevent engine damage. • Constant tension and torque band clamps reduce leaks. • Thermal fuse in the air conditioning compressor clutch allows the pulley to free spin in the event of a compressor failure, thus reducing belt wear and vehicle downtime. • Weather pack silicone sealed electrical chassis connectors enhance value, durability and reliability. • 12 Volt System with circuit protection for reliable easy maintenance and service. • High efficiency cooling system provides a large surface area for heat exchange. o V1ithout FEPTO - 1242 sq. in. frontal area o With FEPTO - 1194 sq. in. frontal area • Composite fan is light-weight but strong and corrosion resistant,

• Full fan shroud, ring and rubber boot improves under hood airflow and provides a robust fan-to-radiator shroud interface for greater cooling capacity. • Anti-freeze effective to -30 degrees F helps protect the engine. • Maintenance free 12V batteries provide reliable power for starting and accessories. • Stranded copper battery cables are double aught (00) or larger to reduce resistance. • Molded rubber air intake connections with lined stainless steel clamps seal to prevent contaminants in air intake.

Page 2 of 6 • Polished stainless steel removable grille with a distinctive punched oval grille pattern provides a durable bright finish. • Stainless steel flex exhaust tubing & clamps provide durability. • Transverse back of cab above rails DPF packaged to maintain optimized body mounting position. • 5 diameter chrome plated steel standpipe cools exhaust for safety.

TRANSMISSION & RELATEDSYSTEMS • Synthetic lubricant to reduce friction, improve efficiency and ex:end component life, • Magnetic transmission oil drain plug captures and holds any metal fragments in transmission oil to extend service life. • Coated driveshaft splines extend service life. • Configured clutch with manual transmission to simplify the truck order process and prov:de optimal performance.

AIR SYSTEM • Engine mounted air compressor with remote mounted air system filter dryer to reduce moisture in air system components. • Teflon-lined, stainless steel braided compressor discharge hose provides long service life in high operating temperatures. • Schrader valve for charging of air system from external source. • Framed HVACfilter is easy to service.

FUELTANKS • Aluminum fuel tanks with heavy-duty aluminum brackets and stainless steel straps. • Single fuel tank wilt receive a single draw / single return fuel system. • Top draw fuel plumbing reduces chance of introducing air into the fuel system during low fuel level conditions due to the central placement of the fuel pickup tube. • Optimized filler neck location for access and safety. • Paddle handle filler cap with threadless filler neck • Wire braid fuel lines increase durability and reduce potential for leaks.

ELECTRICALSYSTEM • Multiplex electrical design utilizing the industry standard i1939 data bus that sends multiple signals over a single wire instead of having an individual wire for each function. This allows each component (engine, transmission and instrumentation) to communicate to each other. This design improves reliability and offers increased functionality. • Braided chassis harness cover provides durability. • Convoluted tube covering on harnesses protects from chaffing. • Wires numbered every 4 inches or less for ease of serviceability. • Pov’er distribution center in cab is centrally located in a protected environment for easy access.

Page 3 of 6 CAB STRUCTURE & DIMENSIONAL INFORMATION Roof cap and wndsHeld mask are constructed of finergiass materaL • LH/RH floor are constructed of fiberglass material. • Doghouse is constructed of fiberglass materia. • Lower LH/RH front fascia are manufactured using aIurnnum material. • Backwall and 8-pillars up to roof cap comprised of aluminum material. • Sub frame is manufactured from steel with a zinc coating.

520 PROBILTCAB

Corner Windows 297 Square Inch Windshield Glass 2784 Square Inch Door Window Glass Includes Vent 1289 Square Inch Windows Window Door Glass (Height x 22.1 Inches x 21.7 Inches Width) Interior Cab 116 Cubic Feet Floor to Ceiling Clearance 60 Inches Doghouse to Door Clearance 22 Inches Drivers Seat to Headliner 43 Inches Drivers Seat to Dash (Right Drive) 32,5 Inches Drivers Seat to Windshield 43 Inches Drivers Seat Back to Steering 20 Inches Wheel w/Colurnn in Straight Up Position Top of Seat Cushion to Floor 20 Inches Height at Brake Pedal

CAB • Durable 96” wide cab with steel structure for added strength and light-weight aluminum skins to help prevent corrosion. • Two-piece windshield for cost effective windshield replacement. • 65 cab tilt with heavy duty cab jack hydraulically operated enhances maintenance and servicea bility. • Four point rubber cab mounting. • One piece fiberglass roof reduces potential for leaks. • Lap seam construction and aircraft fasteners has greater clamp load than rivets. • Bulkhead style doors provide virtually water-tight, rattle-free performance. • Extruded aluminum door frames for strength and durability. • Full length, heavy-duty piano-type stainless steel door hinges and pins orovida

dora b I ty.

Page 4 of B • 9D’ door opening with two grab handles on each side provides easier entry and egress cab access. • Bolt-on cab entry step for easy and economic replacement. • Rear cab corner windows. • Tinted safety glass throughout. • Vertical-parked windshield wipers with intermittent wiper function. • Outside air temperature display on tachometer for driver convenience.

CAB INTERIOR • Door mounted armrests for driver comfort. • Door panels with power controls for windows and mirrors. Left hand steer and right hand steer will receive power windows on both doors. o Dual steer wll receive a manual roil down window on the left hand door. a Ergonomic Dash • Large center console • Rubber floor mats • Padded headliner for improved thermal and acoustic performance. • Headliner includes HVACcontrols and 12V power connection behind the center header cover. • Header and over-door storage • (2) LEDdome lights in Headliner, (2) LEDover-the-door lights and (1) large LEDlight on back wall. • Removable instrument panel with speedometer message center • Steering wheel with Peterbilt Logo and tilt/telescoping co’umn. • Self-canceling turn signals. • Retractable three-point seatbelts • Windshield shade provide protection from the glare of the sun and other objects.

LIGHTS • Single rectangular halogen headlights • 5 LEDClearance Lights with 2 LEDMarker Lights

DASH & INSTRUMENTATION • Key start ignition • Ignition and doors keyed alike for driver convenience. • Driver Information Display • Electronic speedometer includes odometer, two trip odometers, engine hourmeter and clock with alarm • Electronic tachometer • Voltmeter • Primary and secondary air pressure gauges • Engine oil pressure gauge • Fuel level gauge

Page 5 of 6 • Standard warning lights with audible alarm for high coolant temperature, narking brake, Interaxie differential lockout (for tandem axes), low oil pressure and low air pressure Warning indicators for low air pressure, lov’ oil pressure and high coolant temperature Cruise control for driver convenience. • Parking brake control valve • Wiper/Washer controls • Head lights, clearance lights, fan clutch override and dimmer switches • Standard 12\J power & ground behind center header which can be used to vire in a CB • Standard Body Connections

PAINT • DuPont lmron Elite two-stage non-metallic paint, one color cab / hood

Page 6 of 6 City of Las Vegas

Solid Waste Department

Proposed Commercial Collection Truck

‘ 1

o12

you! Thank

information.

additional any require you if know me Let

$6,250.00 Mile — 250K Year! 5

$4,300.00 Mile — 200K Year! 4

$2,900.00 Mile — 150K Year! 3

System.

Aftertreatment and

Engine

the both

for

is

coverage

The

coverage.

extended add to

purchase

after year a

have you Warranty, Extended to regard With

Trucks. Refuse

Peterbilt

2021

order new for Quotes revised the are Attached

Alvin. morning, Good

Jiron Alvin To:

Quotes

ASLIFEL Peterbilt I Revised Alvin Subject:

AM 10:37 at 2019 3, Dec Tue, Date:

Sales]

Vehicle [ALBQUR-New Carlos Arreola, From:

message Forwarded

Gilvary

Maria

AM 10:59 , at Marquez 2019 3, Lucas Dec To: Tue,

Jiron Alvin

message

1

Quotes ASL/FEL

PeterbNt I

Revised Avn Fwd:

MEXICO

NEW

Gilvarry Maria VEGAS LAS

OF

CITY -

...,,..,.., LIILUCItI... Ill luLl ______

Albuquerque NM 6521 Hanover Road NW TRUCKCENTERS quequeNl.1 87121 Customer Proposal Letter

City of Las Vegas 1700 N, Grand Ave. Las Vegas, NM87701 (505) 429-8379

Alvin Jiron, thank you for the opportunity to earn your business. We look forward to working with you on your business needs. Please accept the following proposal. VEHICLE

Make Peterbilt Model 520 Year 2021 Stock Number To Be Determined Additional Vehicle and Accessories Description To be delivered on or about

Total Quanbty 1 Truck Price per Un.t $261189.00 S261.189.00 F.FT. (Fao:nrj &Dealer Pa) S0.00 S0.00

Net Sa!,es Price S261,189.00 $261189.00 Optional Extended Warranty(ies) State Sales Tax

Documentary Fee $250.00 $250.00

Administraton Fee Vehicle Inventory Tax [ Additional Taxes Tire Recycling Program Battery Disposal Fee Out of State Vehicle Fee Rebate(s) Total Sales Price (lnoludng Rebate(s)) 8261 439.00 $261439.00 S0•00 Trade Allowance (see DiSCLAIMERBelow)

Sales Rerresentat:ve Carlos Arreola Purchaser proled rae

Aocep:edby Sales anager or General Manager

Quote good until 8117/2019 . Note: The above Customer Proposal is a quotation only. Sale terms subject to approval of Sales Manager of Dealer. OSCC .ny C ze: zasec c’ es P:npnsa s..c,ac: :c O:c-e: e:’; DeC se:a”—_ac c-n Fete Fn.ase Order :nocrro.a: a•.e—’s cc .rne—:e’. eec s:e:e ax e re;.s:re:-on and F CT cicecaco. Dccc:. c,en’ccc,..s:’nx”: .wF2.T. OCCo.ce:escs’-yDcae: an’s:eae ‘C :cc:c-::c c-ewx:he e—c:e c..-erh Deae:s s:cc.i To..: -c: 3 Ooc:ec ‘;eTc es not cer::y Dese-s s:onc. Dea e reserees rant :c onacce Doc:e: To:a: to rebec: anj proc

rDreeSsS train en ac3ra Trs Frocoss: S Sec Loon Dec S3..,C pinCD .ren:oi.’ .0:02 s..dec: to ance Des!er -0: :;e:ec to re:aT any apecro 150 OCx 1 500K 001 matSon CO5

CrC: Oee,e: s-c not Co :a:ec to Ercoosa, se ‘en: C:eDeO,c est s:30K 31 SxS,.aOe recoes:ec cC ‘.C S 0ec.,e in .me Proccsei aoso:ec Dex:e shad not be for a—ycc aj in cecra cr ‘ao :. in pc/cc Q..cCo V5’’O.C,5i v.-nere s_on ao:y Cr de:ay :s de 0 chc:e 32 to any ca_se bc,crd the easorab e ccntw ct Dee ems’,. :nc.d the gross Dee en Adoce 0cc 2’ ‘j caSec 10011 c..r:cnt apo-s32a. cf Trace Ver.cefsj DeCer may ads: T’ade ‘Va’,,e c’ ‘e ‘Jer1c ce :0 mehec: crerocs :n cord,: on Coo/cr fOCSC cf Trace Ven,c e- -. date cf cjr’en: coon-c arc eccecterca Ct this b’cccsa: Cy ccstomer RTO Q-3DD-7T2 ------Printed on 12/3,2019 at 9:55 AM. Yo: tr ‘‘ ‘;ez;co FurchasL 03 Cortiv Since

RENEWAL OF CONTRACT made by and between COOPERATIVE EDUCATIONAL SERVICES And RUSH TRUCK CENTER

Said Contract(s) be:ng numbered. 16O19B-C105-ALL Medium and Heavy Duty Trucks

This Contract’s initial one (1) year Term commenced on Apr1129. 2016 and willexp:re on Apr1128, 2019. The Term of Contract in 2016-019 RFP C provides the Contract may. by mutual written aareement be renewed annually for up to three (3) additional one (1) year terms, for up to four (4) years total. through AprI 28, 2020. Cooperative Educaona’ Senvices hereby w.shes to renew Inc Contact znraugh tne rena nder of the four-year term exprng an Ap’il 28, 2020. Upon s:gnature of an autnonzed officer of tne abc,e-ramec company c corpcra:ion. the Contract is hereby renewed.

The rene’vaI shah be Suoject to the same Terms and Conatons 000C ned in me or gnal Req jes: for Proposal documents, contract changes and!or updates. PRICE ADJUSTMENTS A written request to CES for a price adjustment to the contract must :n be accordance win me stated RFP terms, condit:ons and stipulations agreed upon at contract award. The request to adjust pricing shall include all dccurnentaton for consideration of approval Upon CES apprcval. the documents shall be paced in the procurement Ie for audit purposes The price adjustmen shall apply to all CES Members and Participat:ng Enhbes CES reserves the nght to approve or disapprove such requests

COOPERATIVE EDUCATIONALSERVICES A:hor:zed S Date March 20, 2019

Contractor agrees to provide complete informaton of any deletec and new products or poce adiustrnents as allcwed under headings in the Terms and Conditions for ‘Discontinued Products” and Nev Technc’cgy and Price Reduction of the RFP. CONTRACT HOLDER / / Authorized S{gnature C

Prnted Name C.

NOTE: This Contract Renewal should be received by 4:00 p.m. at the offices of CES on 03/30/19

Ifyou do oct wish to renew this Contract, please sign below and return this agreement. Terminate: We wish to terminate this Contract effective 03/30/19

Au:norized Signature______Oath

Pin:en Name Title

4216 Balloon Park Road NE O Albuquerque, NM 87109-5801 www.ces.org 505-344-5470

Page 1 f 1 Rush Trk Ctrs Of New Mx (A269) City Of Las Vegas 6521 Hanover, NW. 1700 N Grand Ave Albuquerque, New Mexico 87121 Las Vegas, New Mexico 87701 United States of America

Carlos Arreola Phone: 505-506-1268 Phone: Email: [email protected] Email:

Vehicle Summary

Unit Chassis Model: Model 520 Fr Axle Load (Ibs): 20000 Type: Full Truck Rr Axle Load (Ibs): 46000 Description 1: Las Vegas ASL GC,W. (Ibs): 66000 Description 2: Las Vegas ASL Application Road Conditions: Intended Serv.: Refijse!On-Highway Class A (Highway) 100 Commodity: Refuse, Scrap, Recycling Class B (Hwy/Mtn) 0 Class C (Off-Hwy) 0 Body Class D (Off-Road) 0 Type: Automated Side Loader Maximum Grade: 6 Length (0): 24 Wheelbase (in): 225 Height (ft) 13.5 Oerhang (in): 54 Max Laden Weight 1000 Fr Axle to BOC (in): 0.1 (Ibs): Cab to Axle (in): 224.9 Trailer Cab to EOF (in): 278.9 No. of Trailer Axles: 0 O’erall Comb. Length (in): 336.6 Type: Length (0): 0 Special Req. Height (if): 0 Kingpin Inset (in): 0 Corner Radius (in): 0

Restrictions Length (ft): 40 Width (in): 102 Height (if): 13.5

Approved by: Date:

Note: All sales are F.O.B. designated plant of manufacture.

Page 1 of 13 Sales Std/ Description Weight Code Opt Base Model

0005201 S Model 520 16,475 Peterbt’s Model 520 is built to w:thstand the harsh demands of the refuse industry. The rugged. aluminum cab delivers best-in-class durability for increased uptime and lap seam construction on a zinc- coated steel sub-frame for corrosion resistance. Bulkhead-style doors pro’Ade years of watertight performance. This low-cab forvvard vehicle adds a new dmension of producti’1ty and versatility. An industry- leading, 65-degree cab tilt enhances maintenance and senAceability. Body installation is cost effective and efficient and the center COOSOIC pro’Ades convenient access to body control integration points. 0091180 S Refuse, Scrap, Recycling 0

0093035 S Refuse/On-Highway 0 Truck or tractor which hauls refuse, recycled materiaL etc. Includes roil on,’roh-off container movement, as well as hauling refuse from transfer stations to, but not into, Iandfil!s 0095360 0 Automated Side Loader 0 A lift-equipped truck used to load waste from the front into the body on commercial routes. The load is removed by a tilt of the truck body. 0098170 S United States Registry 0 Canadian Registry PackageRequires Air Conditioning Excise Tax Canada, Speedometer to be KPH ipo tilPH, Daytime Running Lights and Rubber Battery Pad in Bottom of Battery Box. Configuration

0200700 5 Not Applicable 0 Secondary Manufacturer Frame & Equipment

0514160 0 10-3/4” Steel Rails 306-342’ 193 10.75x3.5x.375 Dimension, 2,136.000 RBM Yield Strength: 120,000 psi. Section Modulus: 17.8 cubic inches. Weight: 1.74 lbs/inch pair 0601500 0 FullSteellnnerLiner 679

0611330 0 Zinc Coated Anti Corrosion Treated Frame Rails 4 Requires Frame Rail Code. Zinc Phosphate coating will replace the standard frame rail primer and prode added corrosion prevention for your customer’s operating in severe conditions or in climates where vehicle rust is common. 0620160 0 FEPTO Provision 4-7/8in Bumper Extension 45 Includes 1350 Series Front Drive PTO Attachment Prosion, Radiator with PTO Cut-Out in Grille, Radiator Protection Slee’e, and Bumper Extension 0644090 S EOF Square without Crossmember 0 For use with body builder installed cross member. 0651090 S Omit Rear Mudflaps and Hangers 0

Page 2 of 13 Sales Std/ Des cription ode Opt Weight 0713130 0 (2) Solid Mount Cable Hooks 0 Front Axle & Equipment

1011360 0 Dana Spicer D2000F 20,000 Ib, 3.5 in. Drop 0 Factory front axle alignment to improve handling & reduce tire wear. Zerk fittings on tie rod ends, king pins, & draglink ball joints for ease of maintenance & help extend service life of components. Cognis EMGARD® FE 75W-90 synthetic axle lube provides over 1% fuel economy improvement. Reduces wear & extends maintenance intenls. resulting in increased uptime. Provides improved fluid flow to protect components in extreme cold conditions &withstand the stress from high temperatures, extending component life. 1114040 0 Taper Leaf Springs, Shocks 23,000 lb 193 Standard with Heavy Resistance Shocks. 1243010 S PowerSteering Sheppard M100 Dual 0 For use with 16,000 to 20,000 lb. axle ratings. Glidekote splines on steering shaft extend serce life of components. 1354850 5 PHPIO Iron PreSet PLUS Hubs-Air Disc 0 Preset iron hub assemblies are designed for demanding conditions and require less maintenance while stilll overing dependability and superior performance. Precisely engineered to minimize roller stress under heavy loads and increase bearing life when used in demanding conditions such as widebased single wheels and misalignment due to spindle wear. 1354870 S Severe Service Disc Brake Rotor 0 For refuse applications, providing the braking torque necessary to slovi or stop the vehicle. 1380230 0 Dana Spicer 5’ Drop lPO 3.5”, Front Axle 0 5’ drop (127 MM) provides lower chassis suspension and profile. Offers maximum maneuverability and the light weight solution. Available for a variety of brakes. 1380240 0 Dana Spicer Wide Track IPO Standard 15 Dana Spicer wide track front axles offer added stability and deliver greater turn angles. 7lin KPI P0 69in for E1202, E1322, E1462, D2000F front axles. 1380290 S Bendix Air Disc Front Brakes 0 Bendix air disc front brakes use a floating caliper design to provide foundation braking on all axles and complies with reduced stopping distance regulations. Rear Axle & Equipment

1523340 5 Dana Spicer D46-170 46,000 lb 0 Interaxle dufflock air rocker occupies space of one gauge. Laser factory axle alignment to improve handling & reduce tire wear. Magnetic rear axle oil drain plug captures & holds any metal fragments in drive axle lube to extend service life. Parking brakes on all drive axles for optimal performance. Cognis EMGARD® FE 75W-90 synthetic axle lube provides over 1% fuel economy improvement. Reduces wear & extends maintenance intervals, resulting in increased uptime. Provides improved

Page 3 of 13 Sales Std/ Des cript ion Code Opt V/eight fluid flow to protect components in extreme cold conditions & withstand the stress from high temperatures, extending component life. 1616300 0 PHPIO Iron PreSet PLUS Hubs 0

1632650 S Long Stroke Parking Brakes, Drive Axle(s) 0

1680440 0 Refuse Service Brakes, Steer And Drive Axles 0 Designed for heavy-duty applications for refuse indust’, prmAding long brake life, safety and performance. 1680450 0 Rear Brake Camshaft Reinforcement 9 Rear brake camshaft reinforcement helps guard against wear and corrosion. 1680460 0 Heavy Wall, Drive Axle(s) 88

1680500 S SBM Valve 0 Full trucks require a spring brake modulation (SBM) system for emergency braking application. This system requires an SBM vako and a relay ol with spring brakes on the rear axles. The SBM vako allows the foot vaNe to operate the rear axle spring brakes if a failure exists in the rear air system. 1682710 0 Anti-Lock Braking System (ASS) 6S6M 35 ABS-6. Includes air braking system. 1684200 S Synthetic Axle Lubricant All Axles 0 Peterbilt hea’y duty models include Fuel Efficient Cognis EMGARD FE75W-90 which provides customers performance advantages over current synthetic lubricants viith reduced gear wear and extended maintenance intervals, resulting in increased uptime. In addition, the lubricant proAdes improvad fluid flow to protect gears in extreme cold conditions and withstand the stress from high temperatures, extending component life. 1687010 0 Bendix Air Cam Rear Drum Brakes 16.5x7 0 Bendix Air Cam Rear Drum Brakes to fit all heavy haul, contruction. refuse and highway truck and tractor applications. Includes Automatic Slack Adjusters & Outboard Mounted Brake Drums. 1704780 0 Ratio 4.78 RearAxie 0

1827420 0 Chalmers 854, 46,000 Ibs, 54” Axle Spacing 110

1921200 0 Low Mount Saddle Height, Chalmers 0

1921250 0 High Stability Restrictor Can, Chalmers #29 0 Engine & Equipment

2074507 0 PACCAR PX-9 370@1900 GOV@2100 1250@1400 0 Performance (2017 Emissions) N21320 N205 120...Standard Maximum Speed Limit N21470 P062 NO....Cruise Control Auto Resume N21480 P068 NO.. ..Auto Engine Brake in Cruise N21450 P026 NO... Gear Down Protection (P026) N21440 P015 YES...Engine Protection Shutdown

Page 4 of 13 Sales Std/ Description Weight Code Opt N21350 P001 68... Maximum Accelerator Pedal Ve N21370 P059 68... Maximum Cruise Speed (P059) N21590 P230 YES, Enable Hot Ambient Automatic N21530 P233 YES...Enable Impending Shutdown Wa N21540 P234 60....Timer For Impending Shutdown N21460 P046 1400. .Max PTO Speed (P046) N21520 P030 5 limer Setting (P030) N21570 P031 NO.., Idle Shutdown Manual O’errul N21610 P172 40....Low Ambient Temperature Thre N21630 P171 80....High Ambient Temperature Thr N21510 P520 YES...Enable Idle Shutdown Park Br N21430 N201 0 Resen Speed Limit Offset N21410 N202 0 Maximum Cycle Distance (N202 N21400 N203 252.. Reserve Speed Function Reset N21420 N206 10....Maximum Active Distance (N20 N21340 P112 120...Hard Maximum Speed Limit (P1 N21550 P516 35.. Engine Load Threshold (P516) N21620 P173 60....lntermediate Ambient Tempera N21330 N207 0 Expiration Distance (N207) N21500 N209 0 Expiration Distance (N209)

2091310 0 Engine Idle Shutdown Timer Disabled 0

2091315 0 Enable EIST Ambient Temp Overrule 0

2091320 0 Enable EIST in PTO Mode 0

2091372 Eff EIST NA Expiration Miles 0

2091640 Effective VSL Setting NA 0

2140200 5 CARB Engine Idling Compliance 0 PACCAR PX-7, PX-9 and MX Cummins X15 and ISX diesel engines willinclude the required factory installed serialized sticker on the drivers door to identify them as meeting the NOx idling standard. 2147460 5 Bed Plate for PX-9, L9N Engines 0 Designed to increase engine longety by incorporating a stiffener bracket on the bottom side of the engine, inside the oil pan. for additional reinforcement. Required for all PX-9/L9N refuse applications and recommended for other high load 9-liter applications. 2513070 0 200 Amp Alternator, Standard Brush 0 Bosch Long Haul Extreme, standard brush, 170-200 Amps. Dual internal cooling fans, and externally-mounted rectifier and regulator. 2521090 0 Immersion Type Block Heater 110-120V 2 Standard location for 2.1M and 1.9M models is left-hand under cab, Model 520 is in bumper, and for Model 220 it is at the driver step. Plug includes a weather-proof cover that protects the receptacle. This pre heater keeps the coolant in the engine block from freezing when the engine is not running. 2522110 0 PACCAR 12V Starter, N/A PACCAR MX Engines 0

Page 5 of 13 Sales Std/ Description Weight Code Opt PACCAR 12-velt electrical system. With centralized power distribution incorporating plug-in style relays. Circuit protection for serviceability, 12- velt light system w!circuit protection circuits number & color coded. 2538040 S 3 PACCAR Premium 12V Dual Purpose Batt 2190 CCA 0 Threaded stud type terminal. Stranded copper battery cables are double aught (00) or larger to reduce resistance. 2539740 0 Kissling Battery Disconnect Switch, 300 amp 3 Mounted on battery box 2621000 S 2-Speed Fan Clutch For Frequent Start/Stops 0 A 2-speed fan clutch is ideal for vecational applications where the fan clutch engagement time exceeds 10% of the engine run time. When the fan clutch is disengaged, the fan still rotates at 15-25% of the engine RPM. This fan rotation proddes crucial airflow to the engine and draws rtually no horsepower. 2723210 S 18.7 CFM Air Compressor 0 N/A X15. Furnished on engine. Teflon lined stainless steel braided compressor discharge line. 2921110 S PACCAR FuellWaterSeparatorStandard Service 0 PACCAR Fuel/Water separator standard serce intervals. High efficiency media protects critical engine components. 2921210 S No Fluid Heat Option for Fuel Filter 0

2921310 S No Electric Heat Option for Fuel Filter 0

3010400 0 Engine Protection Shutdown 0 Includes oil pressure, oil temperature. coolant temperature, and intake manifold temperature. 3114270 S High Efficiency Cooling System 0 Cooling module is a combination of steel and aluminum components, with aluminum connections to maximize performance and cooling capability. Silicone radiator & heater hoses enhance value, durability, & reliability. Constant tension band clamps reduce leaks. ClimaTech extended life coolant extends maintenance intervals which reduces maintenance costs. Anti-freeze effective to -30 degrees F helps protect the engine. Low coolant level sensor warns of low coolant condition to prevent engine damage. Radiator Size by Model: 579/367 FEPTO 1325 sq in, 567/365/367: 1440 sq in, 365 FEPTO: 1184 sq in, 389/367 HH: 1669 sq in, 348: 1000 sq in, 520: 1242 sq in. 3120320 0 Bugscreen-Removable Type Grille Mtd 0 Additional clips at bottom of bugscreen. 3120450 S Stainless Steel Grille 0

3261980 S Heavy Duty Air Cleaner 0 Molded rubber air intake connections with lined stainless steel clamps seal to prevent contaminants in air intake. 3281750 0 Pre-CleanerECG 13

3365300 S Exhaust Vertical LH 0 DPF/SCR LH Back of Cab Vertical (2017). 3381860 0 Exhaust 90 Degree Diffuser 0

Page 6 of 13 Sales Std/ Des crlption Code Opt Weight Transmission & Equipment

4052410 0 Allison 4000 ROS-P Transmission, Gen 5 390 Rugged Duty Series. Includes Rear Transmission Support except on MX engines, TranSynd Transmission Fluid, and Water-OH Heat Exchange. Also includes features that mondor the transmission fluid, filter and clutch condition. Will display percent life remaining for the transmission fluid. filter and clutches on the shift selector. This information may be displayed using the Mode and Up and Down buttons. A wrench icon will also be included to indicate when the transmission fluid, filter or clutches need servicing. Suited for vehicles operating on/off highway and/or requiring PTO operation. Forward ratios: ist-3.51, 2nd-1.91, 3rd-1,43, 4th-1.00. 5th-0.74. 6th-0.64. Reverse ratios: DR-(4.80). 4210190 0 1810 HD Driveline, 1 Midship Bearing 15 4.5in x .180 wall tubing C 4216590 0 1710 Driveline nteraxle -;-; For tandem rear axles 4250900 0 MainTransrnission RearSupport 11 Additional rear support for the transmission to provide a firm, durable design that improves stabilization of trw drivetrain in rugged terrain 4252840 S Allison FuelSense 2.0 Plus 0 Features include: EcoCal shift technology keeps the engine speed at the most efficient level, DynActive Shifting system incorporates a earning algorithm that selects variable shift points to find the ideal balance of fuel economy and performance, based upon the vehicle specifications and environmental parameters. This is valuable for applications with heavy start-stop needs like refuse, city delivery, and construction and Neutral at Stop reduces or eliminates the load on the engine when vehicle is stopped, lowering fuel consumption and emissions. 4252940 S Allison Neutral At Stop 0 Neutral at Stop features and benefits: Reduces or eliminates the load on the engine when vehicle is stopped, can help lower fuel consumption and 002 emissions, and is included in FuelSense 2.0 PIus and Max packages only.

4256020 S Console Mounted Push Button Shifter 0 Allison transmissions 4256710 0 Allison 6-Speed Configuration, Close Ratio Gears 0 Allison 4000 transmission only 4256870 0 Allison Output Function S Neutral Indicator 0 For PTO. Required on Refuse Packer Applications. With this configuration NEUTRAL only, PTO engagement is permitted only when the transmission is in Neutral. Once the transmission is in Neutral, the PlO is automatically engaged and fast idle is initiated when the PTO switch is switched On. Also, with this configuration Pack-on-the-fly, the PTO is automatically engaged and fast idle is initiated when the PlO switch is On concurrently with shifting of the transmission to Neutral.

Page 7 of 13 Sales Std/ Description Weight Code Opt Air & Trailer Equipment

4510330 S Bendix AD-IS EP Air Dryer, Heater 0 Coalescing filter, extended purge

4520420 0 Pull Cords All Air Tanks 1

4540420 5 Nylon Chassis Hose 0

4543320 S SteelPaintedAirTanks 0 All air tanks are steel with painted finish except when Code 4543330 Polish Aluminum Air Tanks is also selected (then exposed air tanks outside the frame rails will be polished aluminum). Peterbilt will determine the optimal size and location of required air tanks. Narratis requesting a specific air tank size or location will not be accepted for factory installation. See ECAT to determine number or location of air tanks installed. Tires & Wheels

5030510 0 FF: GY 2Oply 425165R.22.5 G296 MSADSeaI 62 Diameter= 44.4 inches; SLR 20.6 inches

5133390 0 RR: GY l6ply 11R22.5 G182 RSD GHG 88 Diameter= 42.1 inches; SLR= 19.6 inches 5190008 S Coderear Tire Qty 08 0

5220090 0 FF: Alcoa 823627 22.5X12.25 Clean Buff Finish -82 Aluminum 5310600 5 RR: Accur Stl Armor 50291PK 22.5X825 0 Heavy Duty, Two Hand Holes 5390008 S Code-rear Rim Qty 08 0 Fuel Tanks

5556190 0 26” Aluminum 100 Gallon Fuel Tank LH BOC 18 Paddle handle filler cap with threadless filler neck. Top draw fuel plumbing reduces chance of introducing air into the fuel system during low fuel le’l conditions due to the central placement of fuel pickup tube. Wire braid fuel lines increase durability & reduce potential for leaks. 5604100 0 Location LH BOC 100 Gallon 0

5650140 0 FuelTankFillRear 0 Not a’ilable on under cab fuel tanks 5650490 S Fue’ Cooler 0 Required with single fuel tank 5650810 0 Polish (1) Aluminum Fuel Tank 0

5652890 S DEF Tank Mounted LH BOC 0 Models 220 and 520 mounted left-hand cab fender

Page 8 of 13 Sales Std/ Description- Code Opt Weight 5652990 S Standard DEF to Fuel Ratio 2:1 Or Greater 0

5655069 S DEF Tank 520 0 Battery Box & Bumper

6021500 S Steel Space Saver Battery Box LH Back Of Cab 0

6121700 S Steel Bumper Channel Painted 0 Includes two front tow eyes with pins Cab & Equipment

6501080 S 53in LCF ProBilt Cab LH Drive 0 Includes steel frames with alum and fiberglass panels, all alum doors, dual door stops, door locks, tinted safety glass thru-out, cab and door mounted entry grab handles, 65 degree hydraulic tilt, stainless steel grille, dual rear cab fenders, serdce module BOC (cab tilt pump, oil fill and dipstick, coolant filland check, fluid filland dipstick for auto trans). door mounted armrests, power windows, full insulation, rubber floor mats, ergonomic center control console, remo’ble instrument panel, Driver Information Display, LED backlit gauges, pull down windshield sunshade, l6in steering wheel with integrated horn button, lilt/telescopic adjustable column, over-door storage, driver and passenger side cup holders, USB charging port and 12VDC charging outlet, header includes HVAC controls and 12V power connection behind header cover, rear cab corner windows, l8in bolt-on step each side, self-canceling turn signals and front directional and side mounted turn signals 6800500 S 4.5” Rubber Flares on Cab 0 and Wheel Well Fenders 6914090 0 Sears C2 Plus Driver Seat 0 Features contoured metal seat and back pans, ergonomically contoured cushions - 20” wide. recliner, 5.25” total suspension travel, shock absorber. AiIable in cloth or molded vinyl. 6921720 5 Peterbilt Passenger Seat 0

6930060 0 DriverSeatHeated 0 Includes heating elements in the lower cushion and backrest. Temperature is preset for optimum comfort and controlled by a high/low switch and an on/off switch next to the adjustment valves on the seat. Aveilable w/Peterbilt, Ultraride and Sears seats. 6931120 0 Seat Belt Color Orange IPO Standard Black 0

6939400 0 Air Ride Driver 43

6939430 0 Mid Back Driver 0

6939470 S Vinyl Driver 0

6939510 5 Non-Air Ride Passenger 0

Pagegofl3 -

Std/ De scription pt Weight

6939540 S Low Back Passenger 0

6939570 S Vinyl Passenger 0

7000000 S Gray Interior Color 0 Includes ABS gray headHner & rear cab panel, gray ‘nyl engine tunnel co’r. For LH, RH, and dual steer dual seated power windows are standard on both doors. For dual steer RH stand-up the LH window is power and the RH windov is a manual sliding window. 7001520 S Adjustable Steering Column - TiltiTelescope 0

7001620 S Steering Wheel With Peterbilt Logo 0 Steering Wheel with embossed Peterbilt logo or horn button. 7040020 0 Diamond Plate Floor Covering on Driver side floor 6 in place of Rubber Mat. In Dual Steer application RH Diamond Plate covaring is standard. Single driva applications the Diamond Plate is optional. 7220130 5 Rear Window Back of Cab Standard Tint 0 18.5in X 54in 7230350 5 2-Piece Flat Windshield 0

7322010 5 Combo Fresh Air Heater/AirConditioner 0 With radiator mounted condenser, dedicated side window defrosters, Bi-Leval Heater/Defroster Controls, 54,500 BTU/HR, and silicone heater hoses. 7330920 0 (2) Defroster Fan On Rear Header 60

7410040 0 Outside Sunvisor - Stainless Steel 4 Not available with 2.1 M high roof sleeper. 7561260 5 Black LH/RH Tn-plane Mirrors, Heated, 0 Motorized, Mounted to Doors. Features: Heated on AllThree Surfaces, Upper/Lower Mirrors are Convax and Middle is a Flat Pane Motorized Mirror. 7610020 S (1) Air Horn 15” Painted 0 Mounted under cab. 7725715 0 ConcertClass Without CD, Includes BT Phone and 10 Audio, AM/FM, WB, USB and MP3. 7725740 0 Midlevel Speaker Package For Cab 6 (4) Speakers 7728020 0 Bluetooth Located On Driver Side 0

7788055 S SmartLINQ Remote Diagnostics 0 SmartLlNQ is Peterbilt’s proprietary remote diagnostics setce which monitors the engine and aftertreatment for diagnostic codes pro’Adng real-time code analysis maximizing ‘ehicIe uptime and strengthening the fleets partnership with their dealer. SmartLINQ provides fault coverage for o’er 800 codes, a customizable email notification for 116 codes plus a web portal to manage your entire fleet included at no

Page 10 of 13 “-

Sales Std/ Description Code Opt Weight additional charge. SmartLlNQ is compatible with any telematics system and doesnt require a speciflc fleet management system. For those whose customers utilize PeopleNet, the pre-wire with remote diagnostics will provide a more integrated solution utilizing the existing SmartLlNQ modem. For those whose customers utilize other fleet services products, the existing pre-wire option for the other fleet service devices willcontinue to be available. SmartLINQ is standard with MX-13 engines and available on Models 579, 567, 389, 367 and 365. 7851330 0 Cab Tilt Pump Air Assist 0

7851870 0 Rain Gutters Over Driver and Passenger Doors 8

7852150 S PeterbiltPantograph Windshield Wipers 0 With intermittent feature. 7900090 0 Triangle Reflector Kit, Ship Loose 13 Florescent triangle emergency road flares are designed to meet and exceed all DOT standards. 7900970 S Backup Alarm Wiring To EOF 0

8011400 5 Main Transmission Oil Temperature Gauge 0 Located in Driver Information Display 8021015 0 Air Application Gauge 0 Located in Driver Information Display 8021315 S Air Restriction Indicator 0 Mounted on exhaust stanchion 8031120 0 Warning Light Battery Disconnect, Switch Engaged 0 Marker light external mounted

8070010 0 Up To (4) Additional Electric Switches 1 Without wiring 8070260 0 Switch To Deactivate Bendix ATC Traction Control 0 Bendix ATC is required on the specification. Switch is to temporarily disable the Traction Control in extreme conditions such as snow, ice or mud. The ATC warning light willdisplay in a constant state. 8071025 0 Manifold Pressure Gauge 0 Located in Driver Information Display 8071285 0 Suspension Pressure Gauge 0 Located in Driver Information Display 8110090 S Headlights Single Rectangular Halogen 0

8120570 S (5) LED Clearance With (2) LED Marker Lights 0 Includes (5) lights mounted on roof of cab and (1) cab side marker light mounted in front of each cab door 8133900 S None Furnished Stop/Tail/Backup Lights 0 Available with full truck only, not available with tractor Paint

8500710 S Standard Paint Color Selection 0

8530770 0 (1) Color Axalta Two Stage - Cab/Hood 0

Page 11 ofl3 Sales Std/ Description Code Weight Base Coat/Clear Coat N85020 A - L0006EY WHITE N85700 BUMPER L0001EA BLACK N85500 CAB ROOF L0006EY WHITE N85200 FRAME L0001EA BLACK Shipping Destination

8999990 0 Shipping Destination Other Than Dealer 0 (Specify by narrative)

Options Not Subject To Discount

9400090 S Peterbilt Class 8 Standard Coverage 0

1 year/100,000 Miles (160,000 km) 9400094 S PACCAR PX-9 Standard Coverage 0 2 yrs/250,000 ml (402,336 km)/6,250 hrs 9408982 0 Vehicle Layout 0 Option is not subject to discount. Fleets will be split prior to build so that the charge is applied to only one unit. Quotes will not reflect this. Narr RAY GAMEZ RGAMEZ@AMREP/NC. COM FRONT END LOADER Miscellaneous

9409800 0 2017 EPA Emissions Engine 0 Warranty Only 9409869 0 Presentation Created With SmartSpec 0

9409960 0 Presentation Created Using Featured Spec 0 For Model

Promotions Order Comments

Page 12 of 13 Tota’ Weight 18574

Prices and Specifications Subject to Change Without Notice.

Unpublished options mayrequire review/approval. Dimensional and performance data for unpublished options mayvary from that displayed in CRM.

PRICING DISCLAIMER While Vve make every effort to maintain the veb site to preserve pricing accuracy, prices are subject to change vithout notice. Although the information in this price list is presented in good faith and believed to be correct at the time of printing, e make no representations or t’,arranties as to the completeness or accuracy of this information. We reserve the right to change, delete or otherøAse modify the pricing information vhich is represented herein vithout any prior notice. We carefully check pricing specifications, but occasionally errors can occur, there for te reserve the right to change such prices vAthout notice. We disclaim all liability for any errors or omissions in the materials. In no event vAIlv be responsible for any damages of any nature vhatsoever from the reliance upon information from these materials. Please check your order prebills to confirm your pricing information

Page 13 of 13 77 Cl 273 225 273 272 2:5 225 225 213 -173 7- C Ci -57 -3T5 -575 -173 3 3 3 C 2 3-; C Dl 377 k’7 223 1 7725 577 2243 7332 OcCak 7:2 Sc:,. Cxk c-f Axx to Frc; of : 02 :3 Sack Back Frxxt to Sxer Cx to Fcar Lvvgtk Frfl RearAxe 057::: OHs:: L:r::n Axe of to Brnpar Slnper fffeclea Scare: Fruet CaktxEdcfF’a-re Cab Frcr.t Overall Pxsk:rCf-fvetei PasSer Overkax; Pusher Wvesikata Curb to Curb 32 1 Curb to Curb 326 WalItoV6uIl - 555 WoHtuWoll p 354 Trjuk r/D.e 622! .t:fl 7,’ Axle

4!! 663:26 2:56 M6!DSea

SES5ZY22 661226 Crar 3.5 Weight D;stribuuon

Ed ODE ‘92 296 ‘99

Ax,r7aca, 0 0 0 To:a; 22LD2 66200

Spao9, C,rc Load I 260E±j 4029 I

Pa9[cai

fro- rd C LV,0’: Pa rd Doo,r:pt oo

LoaoPo,:i I 0±1 6±1

Load Pool #2 0±1 0± I

LoooPantO3 1 0±1

a lee! s do anglo a C aaas ss!ec!eg,ea( oo! sel!roS 0 acres Oheesasa aaasaan’ 226 C.eragraa:aac Sonatas Ceutse Report (EnyCre Fan Cffj

C:C’;:-a:cr: ‘:2,1227 P,I:7sr, CDV 562X’ 2rC2C CC C:C.272C3-57’.172’

• Cra-,-rnnn. 721 :::PC9.PCrass,_.Grr9 Rna’O:ir 22232:2 Cars 27 :9’ D.C-lOG92 212-71: 923250R212’22:711R2252’52252C:’2(Rr1s’PIe::72 C7ers’-’;D::srs C’, P:il-;Rrss’arrn

Srarrab’Iiry

Cr::rr PP.17222 13CC 597: 9772 1522 1722 1222 122-2 2202 21:0 Cr:res7_a 1727252 2292 127,’ 1203 92.95 9292 7723 502 5’: : ::--: ‘‘:32’:299p3’1 553 937 95’ 577 52:1-2 225 277 222 327 225 222 222 522 222 353

CearRas,s:T:51’::322 52_I{’(:4.29

: 29-1,63729 T.C.2, 922 P_I3f17:472

292cr’,’ 72 57 71 7 52 77 71 9.5 57 52

Gea,Rslos225727l55 P,21’, 2’S 2:7-:2:572’2_ 21 2297:1777 251 721 3’? 27:7122-02 592c’92: 57 60 53 77 52 579159191-7

Rearnats 225,9, I P_I.e.,. 425 5727757— 32.2321552371:22 :72 :73.1’: 222921 5:7:1’,’ 35 31 12 22 15 32 39 55 59 2_I

Sa,,5a2:e,-2P,5{9,-474 P*0!’7192 7:::2 ‘.7-99:177-192 925 2,_C 9-s 92.0 52 095 693 09 Caret,: 22 52 22 29 29262:23 29 22

Gee, Sales: 165 65 254 RI_Irj: 472 292’:7’’r’2- 1’2 519 222 722 622 779 227 949739207

E’rlne 51,5 9200 9322 9922 1322 5622 9792 1922 7922 2223 2126 C211a 7:’r 507292 7212 1257 727599237292 2922 922 52: 1239 1527 ‘92 ‘.95 9232 ‘59” P11 692 65’ 037 221 229305527237 257 325 229 235 325 ‘.0

N

:1

*

Ni

N

=

9

LU

LI,

L u1

=

Lii

Lii

cc

I

*

1 0 Model 520 ProBilt Duel Steer Standard Features (Base Model Option Code 0005201)

FRAME Steel rails with gussets to maximize RBM. Huck bobtail fasteners provide a consistent and durable clamping force up to 600% greater than bolted frames. Tamper resistant round head and collar offers improved paint adhesion and corrosion resistance. Swage indicating features on collar allows for visual inspection of clamped joint. • 3-piece C-Channel removable crossmember with cast gussets for serviceability. • Rubber-lined clamps along frame rail to protect air & electric lines routed in frame. Chassis hose and wiring bundles conveniently routed through gussets provides protection for lines. • Front wheel mudflaps reduce road spray, help maintain a cleaner truck and better visibility.

STEERAXLE • Set back front axle configuration provides exceptional maneuverability with a tight turning radius. • Factory front axle alignment to improve handling and reduce tire wear. • Zerk fittings on tie rod ends, kingpins, and draglink ball joints for ease of maintenance and help extend service life of components. • Standard oil seals for long lasting leak protection. • Cognis EMGARD Synthetic Axle Lube reduces wear and extends maintenance intervals, resulting in increased uptime. Provides improved fluid flow to protect components in extreme cold conditions and withstand the stress from high temperatures, extending component life. • Glidekote splines on steering shaft extend service life of components. • Backof cab mounted power steering reservoir for easy access.

Page 1 of 6 DRIVEAXLE • Laser factory axle alignment (accurate to .030 of an inch) to improve handling and reduce tire wear. • Magnetic rear axle oil drain plug captures and holds any metal fragments in drive axle lube to extend service life. • Parking brakes on all drive axles for optimal performance. • Cognis EMGARD Synthetic Axle Lube reduces wear and extends maintenance intervals, resulting in increased uptime. Provides improved fluid flow to protect components in extreme cold conditions and withstand the stress from high temperatures, extending component life.

ENGINES & RELATEDSYSTEMS • Selective Catalytic Reduction (SCR)System provides the most fuel efficient, reliable and cost effective solution to the 2010 EPAregulations. The 5CR system consists of several new standard components on the truck - a dosing pump, a DEFtank, an injector and the SCRammonia catalyst. • Chevron Delo 400 LESAE10W30 engine oil is specially formulated for new lovi emissions engines. • Magnetic engine oil drain plug captures and holds any metal fragments in engine oil to extend service life. • Silicone radiator and heater hoses enhance value, durability and reliability. • ClimaTech extended life coolant extends maintenance intervals which reduces maintenance costs. • Back of cab mounted radiator coolant surge tank with coolant level view tube for quick and easy access. • Low coolant level sensor warns of low coolant condition to prevent engine damage. • Constant tension and torque band clamps reduce leaks. • Thermal fuse in the air conditioning compressor clutch allows the pulley to free spin in the event of a compressor failure, thus reducing belt wear and vehicle downtime. • Weather pack silicone sealed electrical chassis connectors enhance value, durability and reliability. • 12 Volt System with circuit protection for reliable easy maintenance and service. • High efficiency cooling system provides a large surface area for heat exchange. o Without FEPTO - 1242 sq. in. frontal area o With FEPTO- 1194 sq. in. frontal area • Composite fan is light-weight but strong and corrosion resistant. • Full fan shroud, ring and rubber boot improves under hood airflow and provides a robust fan-to-radiator shroud interface for greater cooling capacity. • Anti-freeze effective to -30 degrees F helps protect the engine. • Maintenance free 1ZVbatteries provide reliable power for starting and accessories. • Stranded copper battery cables are double aught (00) or larger to reduce resistance. • Molded rubber air intake connections with lined stainless steel clamps seal to prevent contaminants in air intake.

Page 2 of 6 • Polished stainless steel removable grille with a distinctive punched oval grille pattern provides a durable bright finish. • Stainless steel flex exhaust tubing & clamps provide durability. • Transverse back of cab above rails DPF packaged to maintain optimized body mounting position • 5 diameter chrome plated steel standpipe cools exhaust for safety.

TRANSMISSION & RELATEDSYSTEMS • Synthetic lubricant to reduce friction, improve efficiency and extend component life. • Magnetic transmission oil drain plug captures and holds any metal fragments in transmission oil to extend service life. • Coated driveshaft splines extend service life. • Configured clutch with manual transmission to simplify the truck order process and provide optimal performance.

AIR SYSTEM • Engine mounted air compressor with remote moLinted air system filter dryer to reduce moisture in air system components. • Teflon-lined, stainless steel braided compressor discharge hose provides long service life in high operating temperatures. • Schrader valve for charging of air system from external source. • Framed HVACfilter is easy to service.

FUEL TANKS • Aluminum fuel tanks with heavy-duty aluminum brackets and stainless steel straps. • Single fuel tank will receive a single draw / single return fuel system. • Top draw fuel plumbing reduces chance of introducing air into the fuel system during low fuel level conditions due to the central placement of the fuel pickup tube. • Optimized filler neck location for access and safety. • Paddle handle filler cap with threadless filler neck • Wire braid fuel lines increase durability and reduce potential for leaks.

ELECTRICALSYSTEM • Multiplex electrical design utilizing the industry standard J1939 data bus that sends multiple signals over a single wire instead of having an individual wire for each function. This allows each component (engine, transmission and instrumentation) to communicate to each other. This design improves reliability and offers increased functionality. • Braided chassis harness cover provides durability. • Convoluted tube covering on harnesses protects from chaffing. • Wires numbered every 4 inches or less for ease of serviceability. • Power distribution center in cab is centrally located in a protected environment for easy access.

Page 3 of 6 CAB STRUCTURE & DIMENSIONAL INFORMATION • Roof cap and windshield mask are constructed of fiberglass material. • LH/RHfloor are constructed of fiberglass material. • Doghouse is constructed of fiberglass material. • Lower LH/RH front fascia are manufactured using aluminum material. • Backwall and B-pillars up to roof cap comprised of aluminum material. • Sub frame is manufactured from steel with a zinc coating.

520 PROBILT CAB

Corner Windows 297 Square Inch Windshield Glass 2784 Square Inch Door Window Glass Includes Vent 1289 Square Inch Windows Window Door Glass (Height x 22.1 Inches x 21.7 Inches Width) Interior Cab 116 Cubic Feet Floor to Ceiling Clearance 60 Inches Doghouse to Door Clearance 22 Inches Drivers Seat to Headliner 43 Inches Drivers Seat to Dash (Right Drive) 32.5 Inches Drivers Seat to Windshield 43 Inches Drivers Seat Back to Steering 20 Inches Wheel w/Column in Straight Up Position Top of Seat Cushion to Floor 20 Inches Height at Brake Pedal

CAB • Durable 96” wide cab with steel structure for added strength and light-weight aluminum skins to help prevent corrosion. • Two-piece windshield for cost effective windshield replacement. • 65° cab tilt with heavy duty cab jack hydraulically operated enhances maintenance and serviceability. • Four point rubber cab mounting. • One piece fiberglass roof reduces potential for leaks. • Lap seam construction and aircraft fasteners has greater clamp load than rivets. • Bulkhead style doors provide virtually water-tight, rattle-free performance. • Extruded aluminum door frames for strength and durability. • Full length, heavy-duty piano-type stainless steel door hinges and pins provide durability.

Page 4 of 6 • 9O door opening with two grab handles on each side provides easier entry and egress cab access. • Bolt-on cab entry step for easy and economic replacement. a Rear cab corner windows. • Tinted safety glass throughout. • Vertical-parked windshield wipers with intermittent wiper function. a Outside air temperature display on tachometer for driver convenience.

CABINTERIOR • Door mounted armrests for driver comfort. • Door panels with power controls for windows and mirrors. o Left hand steer and right hand steer will receive power windows on both doors. o Dual steer will receive a manual roll down window on the left hand door. • Ergonomic Dash • Large center console • Rubber floor mats • Padded headliner for improved thermal and acoustic performance. • Headliner includes HVACcontrols and 12V power connection behind the center header cover. • Header and over-door storage a (2) LEDdome lights in Headliner, (2) LEDover-the-door lights and (1) large LEDlight on back wall. a Removable instrument panel with speedometer message center a Steering wheel with Peterbilt Logo and tilt/telescoping column. a Self-canceling turn signals. • Retractable three-point seatbelts • Windshield shade provide protection from the glare of the sun and other objects.

LIGHTS • Single rectangular halogen headlights a 5 LEDClearance Lights with 2 LEDMarker Lights

DASH & INSTRUMENTATION a Key start ignition • Ignition and doors keyed alike for driver convenience. a Driver Information Display a Electronic speedometer includes odometer, two trip odometers, engine hourmeter and clock with alarm • Electronic tachometer • Voltmeter a Primary and secondary air pressure gauges • Engine oil pressure gauge • Fuel level gauge

Page 5 of 6 • Standard warning lights with audible alarm for high coolant temperature, parking brake, lnteraxle differential lockout (for tandem axles), low oil pressure and low air pressure • Warning indicators for low air pressure, low oil pressure and high coolant temperature • Cruise control for driver convenience. • Parking brake control valve • Wiper/Washer controls • Head lights, clearance lights, fan clutch override and dimmer switches • Standard 12V power & ground behind center header which can be used to wire in a CB • Standard Body Connections

PAINT • DuPont lmron Elite two-stage non-metallic paint, one color cab / hood

Page 6 of 6