notice of formal solicitation solicitation type ... page 2 of 44 table of contents page notice of...

44
PAGE 1 OF 44 CITY OF CHANDLER, ARIZONA NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE: INVITATION FOR BIDS SOLICITATION INVITATION NO.: FD5-071-3422 BID DUE DATE AND TIME: August 28, 2014 – 2:00 pm local Arizona time LOCATION: MAILING ADDRESS: Purchasing Division Mail Stop 901 175 S. Arizona Ave., 3 rd Floor P.O. Box 4008 Chandler, Arizona 85225 Chandler, AZ 85244-4008 Note: There will be a Pre-Bid Conference at the 3 rd Floor Large Conference Room, 175 S. Arizona Ave., 3 rd Floor, Chandler, on August 14, 2014 at 10:00am local Arizona time. Sealed bids for the commodity or service specified will be received by the Purchasing Division, City of Chandler, 175 S. Arizona Ave., 3rd Floor, Chandler, Arizona 85225, until the time and date cited above. Solicitations received by the correct time and date will be opened publicly and the prices shall be read aloud at the Purchasing Division Office. Bids must be in the actual possession of the Purchasing Division Office and stamped by a member of the Purchasing Division staff on or prior to the exact time and date indicated above. Late submittals or unsigned submittals will not be considered under any circumstances. Bids must be submitted in a sealed envelope with the solicitation invitation number and the Bidder's name and address clearly indicated on the envelope. All bids must be completed in ink or typewritten. Additional instructions for preparing your bid are provided on the following pages. Commodity and/or Service Patrol Vehicles Contract Type and Period Single Purchase - Fixed Price Issue Date: August 4, 2014 CONTACT: Mike Mandt, CPPB Procurement Officer PH: (480) 782-2406 / FAX: (480) 782-2410 Email: [email protected] THIS BID IS SUBMITTED BY: Name of Company Contact Name

Upload: others

Post on 27-Mar-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 1 OF 44

CITY OF CHANDLER, ARIZONA

NOTICE OF FORMAL SOLICITATION

SOLICITATION TYPE: INVITATION FOR BIDS

SOLICITATION INVITATION NO.: FD5-071-3422

BID DUE DATE AND TIME: August 28, 2014 – 2:00 pm local Arizona time

LOCATION: MAILING ADDRESS: Purchasing Division Mail Stop 901 175 S. Arizona Ave., 3rd Floor P.O. Box 4008 Chandler, Arizona 85225 Chandler, AZ 85244-4008

Note: There will be a Pre-Bid Conference at the 3 rd Floor Large Conference Room, 175 S. ArizonaAve., 3rd Floor, Chandler, on August 14, 2014 at 10:00am local Arizona time.

Sealed bids for the commodity or service specified will be received by the Purchasing Division, City ofChandler, 175 S. Arizona Ave., 3rd Floor, Chandler, Arizona 85225, until the time and date cited above.Solicitations received by the correct time and date will be opened publicly and the prices shall be read aloud atthe Purchasing Division Office.

Bids must be in the actual possession of the Purchasing Division Office and stamped by a member of thePurchasing Division staff on or prior to the exact time and date indicated above. Late submittals orunsigned submittals will not be considered under any circumstances.

Bids must be submitted in a sealed envelope with the solicitation invitation number and the Bidder's name andaddress clearly indicated on the envelope. All bids must be completed in ink or typewritten. Additionalinstructions for preparing your bid are provided on the following pages.

Commodity and/or Service Patrol Vehicles

Contract Type and Period Single Purchase - Fixed Price

Issue Date: August 4, 2014 CONTACT:

Mike Mandt, CPPB Procurement Officer PH: (480) 782-2406 / FAX: (480) 782-2410 Email: [email protected]

THIS BID IS SUBMITTED BY:Name of CompanyContact Name

Page 2: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 2 OF 44

TABLE OF CONTENTS

PAGE

NOTICE OF FORMAL SOLICITATION 1

TABLE OF CONTENTS 2

CHECKLIST 3

INFORMATION AND INSTRUCTIONS TO BIDDERS 4 - 9

BID SECTION 10 - 13

AGREEMENT 14 - 23

EXHIBIT A – GENERAL REQUIREMENTS 24

EXHIBIT B – PRICING AND SPECIFICATIONS 25 - 31

EXHIBIT C – UPFITTING (to be completed under separate contract) 32 - 44

Page 3: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 3 OF 44

IMPORTANTVENDOR/BIDDER'S CHECK LIST

[ ] 1. The bid has been signed in the Vendor/Bidder's Offer Section. (Bids not signed in thissection will not be considered.)

[ ] 2. The bid prices offered have been reviewed.

[ ] 3. The price extensions and totals have been checked.

[ ] 4. Any required drawings or descriptive literature have been included.

[ ] 5. All items listed on the Bid Sheet have been responded to as applicable/required (seeInformation and Instructions to Bidders Section 4.5)

[ ] 6. Any addendums have been included/noted on Bid Sheet.

[ ] 7. The mailing envelope/package has been addressed to:

Location: Mailing: City of Chandler City of Chandler Purchasing Division Purchasing Division 175 S. Arizona Ave., 3rd Floor P.O. Box 4008 – MS 901 Chandler, AZ 85225 Chandler, AZ 85244-4008

[ ] 8. Bid Package/Envelope has been identified with bid number and title.

[ ] 9. The bid is mailed in time to be received and stamped in by Purchasing representative nolater than specified time on designated date. (Otherwise the bid cannot be considered.)

Page 4: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 4 OF 44

INFORMATION AND INSTRUCTIONS TO BIDDERS

1. IFB. This procurement is an Invitation to Bid for the purchase of Patrol Vehicles; Bid No. FD5-071-3422.

2. GENERAL INFORMATION

2.1. Bids must be received by City of Chandler Purchasing Office, 175 S. Arizona Ave., 3 rd Floor, Chandler,Arizona 85225, on or before 2:00 P.M. local Arizona time, on August 28, 2014. Late Bids will not beaccepted.

2.2. Late Bids. Late submittals and/or unsigned Bids will not be considered under any circumstances.Envelopes containing Bids with insufficient postage will not be accepted by the CITY. It is the soleresponsibility of the Bidder to see that his/her Bid is delivered and received by the proper time and atthe proper place.

2.3. Pre-Bid Conference. A Pre-Bid Conference has been scheduled for 10:00 A.M. local Arizona time, onAugust 14, 2014 at the 3 rd Floor Large Conference Room, 175 S. Arizona Ave., 3 rd Floor, Chandler, AZ.Bidders should raise any questions about the Solicitation or the procurement at that time. A Bidder maynot rely on any verbal responses to questions at the conference. Material issues raised at theconference that result in changes to the Solicitation will be responded to by CITY through a writtenSolicitation Addendum. Should you be unable to attend the meeting, please contact the ProcurementOfficer listed on page one, preferably before the Conference with any questions.

2.4. Addendum. This IFB may only be modified by a written Addendum. Potential Bidders are responsiblefor obtaining all addendums via the CITY’s Vendor Registration/Notification system or other means.See Paragraph 2.13 for registration instructions.

2.5. Sealed Envelope or Package. Each Bid shall be submitted to the Purchasing Office in a sealedenvelope or package. The envelope or package should be clearly identified as a Bid and be markedwith name of the Bidder and Solicitation number. CITY may open envelopes or package to identifycontents if the envelope or package is not clearly identified as specific.

2.6. Bid Amendment or Withdrawal. A Bid may be withdrawn anytime before the Bid due date and time.A Bid may not be amended or withdrawn after the Bid due date and time except as otherwise providedby applicable law.

2.7. Bid Opening. Bids shall be opened and prices shall be read on the date and time, and the placedesignated on the Notice page of this document, unless amended in writing by the Procurement Officerissuing the solicitation. Bids, modifications and all other information received in response to theInvitation for Bid shall be shown only to authorized CITY personnel having a legitimate interest in theevaluation.

2.8. Public Record. All Bids submitted in response to this Solicitation and all evaluation related recordsshall become property of CITY and shall become a matter of public record for review, subsequent topublication by the City of the proposed award in the agenda for the City Council Meeting or award bythe appropriate approving authority or otherwise provided by law.

2.10.1 Request for nondisclosure of data such as trade secrets and other proprietary data, must be madeknown to CITY in Bids submitted, and the information sought to be protected clearly marked asproprietary.

2.10.2 CITY will not insure confidentiality of any portion of the Solicitation documents that are submitted in theevent that a public record request is made.

2.10.3 CITY will provide 48 hours notice before releasing materials identified by the Bid as confidential orproprietary in order for the Bidder to apply for a court order blocking the release of the information.

Page 5: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 5 OF 44

2.9. Cost of Bid Preparation. CITY will not reimburse any Bidder the cost of responding to this IFB.

2.10. Persons with Disabilities. Persons with a disability may request a reasonable accommodation, suchas a sign language interpreter, by contacting the Procurement Officer. Requests shall be made asearly as possible to allow time to arrange the accommodation.

2.11. Bid Acceptance Period. All Bids shall remain open for 90 days after the day of the opening of Bids,but CITY may, at its sole discretion, release any Bid and return the bid security (as applicable) prior tothat date. No Bidder may withdraw his Bid during this period without written permission from the CITY.Should any bidder refuse to enter into a contract, under the terms and conditions of the procurement,CITY may retain the security (as applicable), not as a penalty, but as liquidated damages.

2.12. Term of Contract. Please see the attached contract for a description of the term of the contract.

2.13. Vendor Registration. Vendors (Offerors) must register via the on-line Vendor Registration system atwww.chandleraz.gov, in order to automatically receive notification of Addenda to this Solicitation ornotice of other solicitation opportunities. Select the BUSINESS tab, then select DOING BUSINESSWITH THE CITY, then click on VENDOR REGISTRATION SYSTEM, read or print the instructions, thenselect REGISTER OR LOG-IN NOW. A vendor who is not so registered must contact the PurchasingOffice to make other arrangements to receive notice of Addenda to this Solicitation.

3. DESCRIPTION OF GOODS or SERVICES BEING PROCURED

3.1. This IFB is for the purchase of various Patrol Vehicles described in exhibit B..

3.2. Current Products. All products Bid in response to this solicitation shall be in current and ongoingproduction; shall have been formally announced for general marketing purposes; shall be a model ortype currently functioning in a user (paying customer) environment and capable of meeting orexceeding all specifications and requirements set forth in this solicitation.

3.3. New Products. All products Bid must be new, not previously used or owned.

3.4. Brand Name. Any manufacturer’s names, trade names, brand names or catalog numbers used in thespecifications are for the purpose of describing and/or establishing the quality, design and performancerequired. Any such reference is not intended to limit or restrict a Bid by any Bidder but is onlyenumerated in order to advise potential Bidders of the requirements of CITY. Any Bid, which proposesequal quality, design or performance, will be evaluated.

3.5. Health and Safety. All items to be supplied hereunder by Bidder shall conform in all respects to therequirements of applicable insurance and governmental health and safety regulations, includingregulations administered by OSHA.

4. BID PREPARATION

4.1. Format. Bidders shall submit their Bid original either on the forms provided in this Solicitation or theirsubstantial equivalent. Any substitute document must be legible and contain the same informationrequested on the forms.

4.2. No Facsimile or Electronic Mail Bids. Bids may not be submitted in facsimile or electronically. Afacsimile or electronic mail Bid shall be rejected.

4.3. Typed or Ink Corrections. The Bid shall be typed or in ink. Erasures, interlineations or othermodifications in the Bid shall be initialed in ink by the person signing the Bid.

4.4. No Modifications. Modifications shall not be permitted after Bids have been opened except as

Page 6: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 6 OF 44

otherwise provided under applicable law.

4.5. Content. The Bid Section shall contain all of the following information:

BID SECTION

4.5.1 Brief description of the Bidder, including legal organization. Include name, address, phone, fax, e-mailand location of the firm’s principle and local office.

4.5.2 Tax ID Number. Bidder must provide its Arizona Transaction Privilege Tax Number and/or FederalTax Identification number in the space provided in the Bid Section. A City of Chandler Sales TaxNumber, if applicable, must also be supplied.

4.5.3 City of Chandler Transaction Privilege Tax (TPT). Bidder shall provide their Chandler TPT number,original date of issue, and indicate if the proposed purchase is subject to Chandler TPT.

4.5.4 Exceptions to Solicitation. Any exceptions to the Specifications or Contract terms must be includedwith the Bid and submitted in the ‘Exceptions to IFB’ area in the Bid Section or equivalent in which theBidder clearly identifies the specific objection and/or exceptions. Failure to list an exception orobjection shall preclude a request for changes to the specifications or Contract language. Theproposed Form of Contract is included as a part of this Solicitation. In your Bid you must include astatement that you have reviewed the contract and list any objections to them. Any objections tospecifications or the Form Contract will be considered and included in CITY’s evaluation of your Bid. Ifyou fail to list any objections to the specifications or form of contract, you will not be allowed to raiseany objections later if you are selected for award. A Bid that takes exception to a material requirementof any part of the Solicitation, specifications or contract, shall be rejected as non-responsive.

4.5.5 Disclosure. If the firm, business or person submitting this Bid has been debarred, suspended orotherwise lawfully precluded from participating in any public procurement activity, including beingdisapproved as a subcontractor with any Federal, state or local government, or if any such preclusionfrom participation from any public procurement activity is currently pending, the Bidder shall fullyexplain the circumstances relating to the preclusion or proposed preclusion in the Bid. The Bidder shallinclude a letter with its Bid setting forth the name and address of the governmental entity, the effectivedate of this suspension or debarment, the duration of the suspension or debarment, and the relevantcircumstances relating to the suspension or debarment. If suspension or debarment is currentlypending, a detailed description of all relevant circumstances including the details enumerated aboveshall be provided.

4.5.6 Prices. Prices shall be listed in the Exhibit B and shall include all freight, insurance, warranty costs,and any other applicable costs.

4.5.7 Shipment & Delivery . The price(s) Bid shall include cost, if any, of shipment and delivery to thespecified CITY location and shall be made F.O.B. Destination (Chandler), delivered and unloaded tothe designated delivery point(s).

4.5.8 Delivery. The bid must indicate Bidder’s promised delivery schedule, in the areas indicated in ExhibitA. As applicable, the bidder shall meet or exceed the delivery terms listed in the contract.

4.5.9 Taxes. Bidder must list all applicable taxes separately in Exhibit B.

4.5.10 Descriptive Literature. All Bids must include complete manufacturer’s descriptive literature regardingthe equipment they propose to furnish. Literature shall be sufficient in detail to allow full and fairevaluation of the Bid submitted. Failure to include this information may result in the Bid being rejected.

4.5.11 Maintenance (Required Locations). Bidder shall list maintenance facilities in the Bid Section. Theequipment specified in this solicitation is dependent upon the availability of prompt repair and

Page 7: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 7 OF 44

maintenance service. In order to be considered for award, the Bidder must have existing maintenancefacilities with sufficient parts inventory and trained technicians experienced in providing quality serviceon the equipment specified. Maintenance facilities are subject to inspection by CITY to determineadequacy. Maintenance facilities shall be located sufficiently nearby to allow prompt response.

4.5.12 Manufacturer’s Representative. Dealers who submit a Bid as a manufacturers’ representative mustsupplement the Bid with a letter from each manufacturer involved certifying that the Bidder is a bonafide dealer for the specific equipment presented, that the Bidder is authorized to submit a Bid on suchequipment, and guarantees contract performance should the dealer fail to satisfactorily fulfill anyobligations established as a result of the anticipated contract awards.

4.5.13 Suppliers. Bidder shall list all major suppliers.

4.5.14 References. Bidder shall list, in the Bid Section, at least three references of other governmentalagencies to which Bidder has supplied similar goods or services, including names, addresses andtelephone numbers.

4.5.15 Payment. Bidders may agree to accept the City Procurement Card (Mastercard) for payment. It isrequested that each Bidder indicate on the Bid Section of this IFB, their willingness to accept CityProcurement Card (Mastercard) payments. The inability to accept payment by City Procurement Card(Mastercard) will not disqualify a bid response.

Bidders may also agree to accept other traditional payment methods, including automatedclearinghouse (ACH). Payment terms for traditional payment methods are Net 30 upon receipt of anaccurate invoice, although the Bidder may offer additional discounts for early payment within this IFB.

4.5.16 Solicitation Addendum Acknowledgement. Each Solicitation Addendum shall be acknowledged inthe Bid Section, which shall be submitted together with the Bid on the Bid due date and time. Failure tonote a Solicitation Addendum may result in rejection of the Bid.

4.5.17 Evidence of Intent to be Bound. The Bid form within the Solicitation shall be submitted with the Bidand shall include a signature by a person authorized to sign the Bid. The signature shall signify theBidder’s intent to be bound by its Bid and the terms of the Solicitation and that the information providedis true, accurate and complete. Failure to submit verifiable evidence of intent to be bound, such as anoriginal signature, shall result in rejection of the Bid.

4.5.18 Non-Collusion and Non-Discrimination. By signing and submitting the Bid, the Bidder certifies that:

A. The Bidder did not engage in collusion or other anti-competitive practices in connection with thepreparation or submission of its Bid; and

B. The Bidder does not discriminate against any employee or applicant for employment or person towhom it provides services because of race, color, religion, age, sex, national origin, or disability,and that it complies with all applicable Federal, state and local laws and executive orders regardingemployment.

C. The Bidder understands that the Bidder will be responsible for and shall pay all sales, consumer,use, and other taxes. When equipment, materials or supplies generally taxable to the Bidder areeligible for a tax exemption due to the nature of the item, Bidder shall assist CITY in applying forand obtaining such tax credits and exemptions which shall be paid or credited to CITY.

4.5.19 Pricing. Bidders shall provide a completed Exhibit B, with Pricing, equipment offered, Delivery time,and order cut off date.

5. INQUIRIES

Page 8: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 8 OF 44

5.1. Duty to Examine. It is the responsibility of each Bidder to examine the entire Solicitation, seekclarification (inquiries), and examine its Bid for accuracy before submitting the Bid. Lack of care inpreparing a Bid shall not be grounds for modifying or withdrawing the Bid after the Bid due date andtime, nor shall it give rise to any Contract claim.

5.2. Contact Person. Any inquiry related to a Solicitation, including any requests for or inquiries regardingstandards referenced in the Solicitation should be directed solely to the Procurement Officer listed onthe cover page of the solicitation. The Bidder shall not contact or direct inquiries concerning thisSolicitation to any other CITY employee unless the Solicitation specifically identifies a person other thanthe Procurement Officer as a contact.

5.3. Submission of Inquiries. All inquiries except those at the Pre-Bid Conference shall be submitted inwriting and shall refer to the appropriate Solicitation number, page and paragraph. Do not place theSolicitation number on the outside of the envelope containing that inquiry, since it may then beidentified as a Bid and not be opened until after the Bid due date and time. CITY shall consider therelevancy of the inquiry but is not required to respond in writing.

5.4. Timeliness. Any inquiry or exception to the solicitation shall be submitted as soon as possible andshould be submitted at least ten (10) days before the Bid due date and time for review anddetermination by CITY. Failure to do so may result in the inquiry not being considered for a SolicitationAddendum.

5.5. No Right to Rely on Verbal Responses. A Bidder shall not rely on verbal responses to inquiries. Averbal reply to an inquiry does not constitute a modification of the Solicitation.

6. EVALUATION

6.1. Disqualification. A Bidder (including each of its principals) who is currently debarred, suspended orotherwise lawfully prohibited from any public procurement activity may have its Bid rejected.

6.2. Clarifications. CITY reserves the right to obtain Bidder clarifications where necessary to arrive at fulland complete understanding of Bidder’s product, service, and/or solicitation response. Clarificationmeans a communication with a Bidder for the sole purpose of eliminating ambiguities in the Bid anddoes not give Bidder an opportunity to revise or modify its bid.

6.3. Waiver and Rejection Rights. City of Chandler reserves the right to reject any or all Bids or to cancelthe solicitation altogether, to waive any informality or irregularity in any Bid received, and to be the solejudge of the merits of the respective Bids received.

6.4. Taxes. Bids will be ranked on the pre-tax cost. If Chandler Administrative Regulation MS-16 isapplicable, any applicable Chandler Transaction Privilege Tax will be deducted from the pre-tax cost forthe purpose of evaluation pursuant to Chandler Administrative Regulation MS-16.

6.5. Unit Price Prevails. In the case of discrepancy between the unit price or rate and the extension of thatunit price or rate, the unit price or rate shall govern.

7. AWARD

7.1. Lowest Bid. If a Contract is to be awarded, it will be awarded to the lowest responsive and responsibleBidder who has neither been disqualified nor rejected pursuant to Section 6 above.

7.2. Number or Types of Awards. CITY reserves the right to make multiple awards (e.g.,awarding acontract to multiple Bidders) or to award a Contract by individual line items or alternatives, by group ofline items or alternatives, or to make an aggregate award, whichever is most advantageous to CITY. Ifthe Procurement Officer determines that an aggregate award to one Bidder is not in CITY’S bestinterest, “all or none” Bids shall be rejected.

Page 9: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 9 OF 44

7.3. Execution of Contract. Within ten (10) days of Notice that Bidder is the apparent awardee, Biddershall execute and return the original Contract to Purchasing.

8. PROTESTS

8.1 A Protest must be in writing and be filed with the Purchasing Office.

A protest of a Solicitation shall be received before the Solicitation opening date.

A protest of a proposed award requiring City Council approval must be filed within 5 calendar daysof the first posting of the award recommendation. Award recommendations are posted on thePurchasing web site at www.chandleraz.gov/purchasing and/or the City Clerk web site athttp://www.chandleraz.gov/default.aspx?pageid=1007 if the due date occurs on a weekend or holidaythe protest must be filed the next business day.

A protest of an award not requiring City Council approval (less than $50,000 or $30,000 forConsultants) must be submitted within ten (10) days after the protester knows or should have knownthe basis of the protest.

8.2 A protest must include:

· The name, address and telephone number of the protester;· The signature of the protester or its representative;· Identification of the project and the solicitation or contract number;· A detailed statement of the legal and factual grounds of the protest including copies of relevant

documents; and the form of relief requested.

8.3 CITY will review the protest and issue a written response.

9. COMMENTS WELCOME

The City’s Purchasing Office periodically reviews the Information and Instructions to and welcomes anycomments you may have. Please submit your comments to: City of Chandler Purchasing Office,ATTN: Purchasing, Mail Stop 901, P.O. Box 4008, Chandler, AZ 85244-4008.

Page 10: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 10 OF 44

BID SECTION(Including all information required to be submitted with Bid)

1. BIDDER

Firm Name:

Contact Name:

Principal Address:

Phone:

Fax:

E-Mail:

Local Address:

Type of Organization:

Tax ID #:

Does your firm have a Chandler Transaction Privilege Tax number? If so, provide original date of issueand if proposed purchase is subject to Transaction Privilege tax:

2. Exceptions to IFB (§4.5.4 Exceptions to Solicitation):

3. Disclosure of Debarment information (§4.5.5 Disclosure):

4. Prices:

A. Price- Provide pricing in Exhibit B

B. Prompt Payment Terms:

C. Delivery Days after receiving order (ARO) – Provide Delivery Time in Exhibit B

D. Will you accept a City Procurement Card (MasterCard) for payment of invoices?

E. Will you accept automated clearinghouse (ACH) for payment of invoices?

5. Maintenance Locations:

6. Manufacturer’s Representative:

7. Suppliers Provide suppliers and subcontractors______________________________________________________________________________________

9. REFERENCES (Must be provided)

Page 11: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 11 OF 44

Provide names, addresses and telephone numbers of government agencies/business’ to which youhave provided similar goods or services.

A. Company:

Address:

Contact:

Phone:

Email:

Goods or Services supplied and when provided:

B. Company:

Address:

Contact:

Phone:

Email:

Goods or Services supplied and when provided:

C. Company:

Address:

Contact:

Phone:

Email:

Goods or Services supplied and when provided:

10. Receipt of Addenda:

Bidder acknowledges receipt of the following Solicitation Addendum(s):

Addendum No. Date

Page 12: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 12 OF 44

13. Intent to be bound by Bid:

SIGNATURE PAGE

If BIDDER is:

An Individual

By:(Individual's Signature)

(Printed or Typed Name of Individual)

Doing business as:

License or Registration No.:

Business Address:

Phone No.:

Fax No.:

A Partnership

By:(Firm Name)

(Partner's Signature)

(Printed or Typed Name of Partner)

License or Registration Number:

Business Address:

Phone No.:

Fax No.:

Page 13: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 13 OF 44

A CorporationBy:

(Corporation Name)

(State of Incorporation)

By:(Signature of Officer Authorized to Sign)

__________________________________________________________________________(Printed or Typed Name)

Attest:(Secretary)

Federal I. D. Number:

Business Address:

Phone No.:

Fax No.:

A Joint Venture

By:(Signature)

(Printed or Typed Name)

(Address)

By:(Signature)

(Printed or Typed Name)

(Address)

(Each party to the joint venture must sign. The manner of signing for each individual, partnership andcorporation that is a party to the joint venture should be in the manner indicated above.)

Page 14: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 14 OF 44

CITY OF CHANDLER PURCHASE CONTRACTPATROL VEHICLES

AGREEMENT NO.: FD5-071-3422

THIS AGREEMENT is made and entered into this ____ day of _________, 2013, by and between the City ofChandler, a Municipal Corporation of the State of Arizona, hereinafter referred to as “CITY”, and ___________,hereinafter referred to as “CONTRACTOR”.

NOW THEREFORE, in consideration of the mutual promises and obligations set forth herein, the partieshereto agree as follows:

1. CONTRACT ADMINISTRATION AND OPERATION:

1.1. Contract Administrator: CONTRACTOR shall act under the authority and approval of the FleetManager/designee (Contract Administrator), to provide the goods and merchandise required by thisContract.

1.2. Ordering Instructions: Authorization for purchases under the terms and conditions of this contract willbe made only upon issuance of a CITY Purchase Order a City Procurement Card.

1.5. Ordering Process. Upon award of a contract by the City, any designated department may procurethe specific product, equipment or material awarded by the issuance of a Contract Purchase Order tothe appropriate CONTRACTOR. Each Contract Purchase Order must cite the correct Chandlercontract number.

2. GOODS AND MERCHANDISE TO BE PROVIDED: CONTRACTOR shall provide to CITY the goodsand merchandise listed on Exhibit A, attached hereto and made a part hereof by reference, at theprices listed on Exhibit A

2.1. Safety Standards: All items supplied pursuant to this contract must comply with the current applicablefederal state and local standards.

2.2. Non-Discrimination. The CONTRACTOR shall comply with State Executive Order No. 99-4 and allother applicable City, State and Federal laws, rules and regulations, including the Americans withDisabilities Act.

2.3. Product Discontinuance (Categories): In the event that a required product or model is discontinuedby the manufacturer, CITY at its sole discretion may allow CONTRACTOR to provide a substitute forthe discontinued item. CONTRACTOR shall request permission to substitute a new product or modeland provide the following:

A formal announcement from the manufacturer that the product or model has been discontinued.

Documentation from the manufacturer that names the replacement product or model.

Documentation that provides clear and convincing evidence that the replacement will be compatiblewith all the functions or uses of the discontinued product or model.

Documentation confirming that the price for the replacement is the same as or less than thediscontinued model.

If requested by CITY, CONTRACTOR shall provide a sample of the replacement product.

Page 15: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 15 OF 44

2.4. Licenses: CONTRACTOR shall maintain in current status all Federal, State and local licenses andpermits required for the operation of the business conducted by CONTRACTOR as applicable to thiscontract.

2.5. Contract Orders: CONTRACTOR shall, in accordance with all terms and conditions of this Contract,fully perform and shall be obligated to comply with all contract orders received by CONTRACTOR priorto the expiration or termination hereof, unless otherwise directed in writing by the ContractAdministrator, including, without limitation, all contract orders received prior to but not fully performedand satisfied at the expiration or termination of this Contract.

2.6. Advertising, Publishing and Promotion of Contract: The CONTRACTOR shall not use, advertise orpromote information for commercial benefit concerning this Contract without the prior written approvalof the Procurement Officer.

2.7. Compliance With Applicable Laws: CONTRACTOR shall comply with all applicable Federal, stateand local laws, and with all applicable license and permit requirements.

2.8. Assignment: Services covered by this Contract shall not be assigned in whole or in part without theprior written consent of CITY.

2.9. Amendments: The Contract may be modified only through a written Contract Amendment executedby authorized persons for both parties. Changes to the Contract, including the addition of work ormaterials, the revision of payment terms, or the substitution of work or materials, directed by a personwho is not specifically authorized by CITY in writing or made unilaterally by the CONTRACTOR areviolations of the Contract and of applicable law. Such changes, including unauthorized written ContractAmendments shall be void and without effect, and the CONTRACTOR shall not be entitled to any claimunder this Contract based on those changes.

2.10. Payment. A separate invoice shall be issued for each shipment of goods or materials, and no paymentwill be issued prior to receipt of goods or materials and receipt of a correct invoice.

2.11. Estimated Quantities. The quantities shown on Exhibit B (the Price List) are estimates only, basedupon available information. Payment shall be based on actual quantities and there is no guarantee thatany certain quantity shall be required by CITY. CITY reserves the right to increase or decrease thequantities actually required.

2.12. Catalogs/Contract Price Listing. As applicable, the CONTRACTOR(s) shall be required to furnish toall requesting departments catalogs at no cost, which will outline contract prices.

2.13. Current Models. It is CITY’s intent to procure materials of the latest technology. All materials bid mustbe in current production and parts must be available for a minimum of five (5) years from bid date.

2.14. Current Products. All products offered in response to this solicitation shall be in current and ongoingproduction; shall have been formally announced for general marketing purposes; shall be a model ortype currently functioning in a user (paying customer) environment and capable of meeting orexceeding all specifications and requirements set forth in this solicitation.

2.15. New/Current Products. All goods, equipment, materials, parts and other components suppliedpursuant to this Contract shall be new, or the latest model and of the most suitable grade for thepurpose intended.

3. WARRANTIES:

3.1. Liens: CONTRACTOR warrants that the materials supplied under this Contract are free of liens andshall remain free of liens.

Page 16: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 16 OF 44

3.2. Quality: Unless otherwise modified elsewhere in these terms and conditions, CONTRACTOR warrantsthat, for one year after acceptance by CITY of the materials, they shall be:

3.2.1. Of a quality to pass without objection in the trade under the Contract description;

3.2.2. Fit for the intended purposes for which the materials are used;

3.2.3. Within the variations permitted by the Contract and are of even kind, quantity, and quality within eachunit and among all units;

3.2.4. Adequately contained, packaged and marked as the Contract may require; and

3.2.5. Conform to the written promises or affirmations of fact made by CONTRACTOR.

3.3. Fitness: CONTRACTOR warrants that any material supplied to CITY shall fully conform to allrequirements of the Contract and all representations of CONTRACTOR, and shall be fit for all purposesand uses required by the Contract.

3.4. Inspection/Testing: The warranties set forth in Section 3 herein are not affected by inspection ortesting of or payment for the materials by CITY.

3.5. Warranty (Equipment). All equipment supplied under this Contract shall be fully guaranteed byCONTRACTOR for a minimum period of to be completed after award from the date of acceptance byCITY. Any defects of design, workmanship, or materials that would result in non-compliance with theContract specifications shall be fully corrected by CONTRACTOR (including parts and labor) withoutcost to CITY. The written warranty shall be included with the delivered products to the usingDepartment. The warranty term will begin when the vehicle is placed in service.

4. ACCEPTANCE AND DOCUMENTATION: All goods are subject to final inspection and acceptance byCITY. Material failing to meet the requirements of this Contract will be held at CONTRACTOR’s riskand may be returned to CONTRACTOR. If so returned, the cost of transportation, unpacking,inspection, repacking, reshipping or other like expenses are the responsibility of CONTRACTOR. CITYmay elect to do any or all of the following: Waive the non-conformance; stop the work immediately; orbring the material into compliance. Defective Products. All defective products shall be replaced andexchanged by CONTRACTOR. The cost of transportation, unpacking, inspection, repacking,reshipping or other like expenses shall be paid by the CONTRACTOR. All replacement products mustbe received by CITY within seven (7) days of initial notification

4.1. Records. The CONTRACTOR shall retain all data and other “records” relating to the acquisition andperformance of the Contract for a period of five years after the completion of the Contract.

4.2. Audit. At any time during the term of this Contract and five (5) years thereafter, CONTRACTOR’sbooks and records shall be subject to audit by CITY to the extent that the books and records relate tothe performance of the Contract or Subcontract. Upon request, CONTRACTOR shall produce a legiblecopy of any or all such records.

4.3. Delivery. Delivery of vehicle with shall be made within 90 calendar days after receipt of a ContractPurchase Order (ARO) (time may be revised if time offered is shorter).

4.4. Liquidated DamagesA. The dates for delivery of vehicles are critical to the City of Chandler. The delivery time specified in

section 4.3 will be the expected delivery time and will be used in enforcing liquidated damages

B. The contractor agrees that said work shall be prosecuted regularly, diligently and uninterruptedly atsuch rate as will insure full completion thereof within the time specified. It is expressly understood andagreed by, and between the Contractor and the City that the time for completion of the work described

Page 17: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 17 OF 44

herein is a reasonable time for completion of the same, taking into consideration the average and usualindustrial conditions prevailing and, nature of the work or site.

C. The time limits for Completion, delivery of the vehicles as stated herein is of the essence of thisContract.

D. CITY and CONTRACTOR recognize that time is of the essence of this Contract and that CITY willsuffer financial loss if the vehicles are not completed and within the times specified herein, plus anyextensions thereof allowed in accordance with the Contract Documents. CITY and CONTRACTORalso recognize the delays, expense, and difficulties involved in proving, through legal or arbitrationproceedings, the actual loss suffered by CITY if the vehicles are not completed and delivered ontime. Accordingly, instead of requiring any such proof, CITY and CONTRACTOR agree that asliquidated damages for delay (but not as a penalty) CONTRACTOR shall pay CITY fifty dollars andno cents ($50.00) for each calendar day that expires after the time specified in Section 4.3 until thevehicles are complete and delivered to CITY.

(1) City, may deduct any such monies due or to become due to the Contractor for failure tocomplete, deliver and test the vehicles on time.

(2) If the contract is not terminated, the Contractor shall continue performance and be liable tothe City of Chandler for the liquidated damages until the vehilces are delivered inoperational condition and/or services performed.

E. In the event the City exercises its rights of termination, the Contractor shall be liable to the City forany excess costs, and in addition, for liquidated damages until such time the City may reasonablyobtain delivery or performance of similar vehicles.

F. Where applicable, and at the sole discretion of the City, the City reserves the right to accept (forstated periods of time) approved loaner materials as a temporary substitution for payment ofliquidated damages by a contracted vendor found to be in default for delivery of specified, orderedproducts.

G. It should be noted that the date for acceptance includes complete delivery, training, optimization ofthe vehicles, for each phase explicitly including all optional equipment and services, and allcorrections of defects uncovered during testing, any additional test or re-tests that may be requiredand delivery of documentation and training.

5. PRICE: CITY shall pay to CONTRACTOR an amount not to exceed ____________ Dollars($__________) for the completion of all the work and services described herein, which sum shall includeall costs or expenses incurred by CONTRACTOR, payable as set forth in Exhibit B, attached hereto andmade a part hereof by reference.

5.1. Pricing: Prices stated include all freight, insurance, warranty costs, and any other applicable costs.

5.2. Payment: A separate invoice shall be issued for each shipment of goods or merchandise, and nopayment will be issued prior to receipt of material and a correct invoice. All billing invoices shall includedelivery time, purchase order number, and contractual payment terms. Items are to be identified by thename, model number, contract number, line item number, and serial number if applicable. Payment.CONTRACTOR shall submit to the issuing department, after completion of the task or combination oftasks listed by the issuing departments task order, a statement of charges for the work completedunder that task order, in conformance with the pricing schedule of this contract, the issuing departmentshall process the claim for prompt payment in accordance with the standard operating procedures ofCITY.

5.3. Delivery: All prices are F.O.B. Destination and include all delivery and unloading at the specifieddestinations. CONTRACTOR shall retain title and control of all goods until they are delivered and

Page 18: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 18 OF 44

accepted by CITY. All risk of transportation and all related charges shall be the responsibility ofCONTRACTOR. All claims for visible or concealed damage shall be filed by CONTRACTOR. CITY willnotify CONTRACTOR promptly of any damaged goods and shall assist CONTRACTOR in arranging forinspection.

5.4. Risk of Loss: CONTRACTOR shall bear all loss of conforming material covered under this Contractuntil received by authorized personnel at the location designated in the purchase order or Contract.Mere receipt does not constitute final acceptance. The risk of loss for nonconforming materials shallremain with CONTRACTOR regardless of receipt.

5.5. Taxes: CONTRACTOR shall be solely legally responsible for any and all tax obligations, which mayresult out of CONTRACTOR’S performance of this Contract. CITY shall have no legal obligation to payany amounts for taxes, of any type, incurred by CONTRACTOR. City agrees that Contractor may billthe City for applicable privilege license taxes which are paid for by Contractor and that the City willreimburse Contractor for privilege license taxes actually paid by Contractor. If Contractor obtains anyrefund of privilege license taxes paid, City will be entitled to a refund of such amounts.

5.6. IRS W9 Form. In order to receive payment CONTRACTOR shall have a current I.R.S. W9 Form on filewith CITY, unless said form is not required by law.

5.7. Price Reduction. CONTRACTOR shall offer CITY a price reduction for its products concurrent with apublished price reduction made to other customers.

6. TERM: This contract is for a single purchase of the items listed in Exhibit A. The City may purchaseadditional units if mutually agreeable to both parties.

7. USE OF THIS CONTRACT:

7.1. The Contract is for the sole convenience of the City of Chandler. CITY reserves the rights to obtain likegoods and materials from another source to secure significant cost savings or when timely deliverycannot be met by CONTRACTOR.

7.2. Emergency Purchases: CITY reserves the right to purchase from other sources those items whichare required on an emergency basis and cannot be supplied immediately by the CONTRACTOR.

7.3. Cooperative Use of Contract. In addition to the City of Chandler and with approval of the contractedCONTRACTOR, this Contract may be extended for use by other municipalities, school districts andgovernment agencies of the State. A current listing of eligible entities may be found atwww.maricopa.gov/materials and then click on ‘Contracts’, ‘S.A.V.E.’ listing and ‘ICPA’. Any suchusage by other entities must be in accordance with the ordinance, charter and/or procurement rulesand regulations of the respective political entity.

If required to provide services on a school district property at least five (5) times during a month,CONTRACTOR shall submit a full set of fingerprints to the school district in accordance with A.R.S. 15-512 of each person or employee who may provide such service. The District shall conduct a fingerprintcheck in accordance with A.R.S. 41-1750 and Public Law 92-544 of all CONTRACTORS, sub-CONTRACTORS or vendors and their employees for which fingerprints are submitted to the District.Additionally, the CONTRACTOR shall comply with the governing body fingerprinting policies of eachindividual school district/public entity. CONTRACTOR, sub-contractors, vendors and their employeesshall not provide services on school district properties until authorized by the District.

Orders placed by other agencies and payment thereof will be the sole responsibility of that agency.The CITY shall not be responsible for any disputes arising out of transactions made by other agencieswho utilize this Agreement.

Page 19: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 19 OF 44

8. CITY'S CONTRACTUAL REMEDIES:

8.1. Right to Assurance: If CITY in good faith has reason to believe that CONTRACTOR does not intendto, or is unable to perform or continue performing under this Contract, the Procurement Officer maydemand in writing that CONTRACTOR give a written assurance of intent to perform. Failure byCONTRACTOR to provide written assurance within the number of Days specified in the demand may,at CITY’s option, be the basis for terminating the Contract under the Uniform Terms and Conditions orother rights and remedies available by law or provided by the contract.

8.2. Non-exclusive Remedies: The rights and the remedies of CITY under this Contract are not exclusive.

8.3. Nonconforming Tender: Goods, materials or merchandise supplied under this Contract shall fullycomply with this Contract and the specifications included herein. The delivery of goods, materials ormerchandise or any portion thereof that do not fully comply constitutes a breach of contract. Ondelivery of nonconforming goods, materials or merchandise, CITY may terminate the Contract fordefault under applicable termination clauses in the Contract, exercise any of its rights and remediesunder the Uniform Commercial Code, or pursue any other right or remedy available to it.

8.4. Right of Offset: CITY shall be entitled to offset against any sums due to CONTRACTOR, anyexpenses or costs incurred by CITY, or damages assessed by CITY concerning CONTRACTOR’s non-conforming performance or failure to perform the Contract, including costs and damages incurred byCITY.

9. TERMINATION:

9.1 Termination for Convenience: CITY reserves the right to terminate this Agreement or any partthereof for its sole convenience with thirty (30) days written notice. In the event of such termination,CONTRACTOR shall immediately stop all work hereunder, and shall immediately cause any of itssuppliers and subCONTRACTORs to cease such work. As compensation in full for services performedto the date of such termination, the CONTRACTOR shall receive a fee for the percentage of servicesactually performed. This fee shall be in the amount to be mutually agreed upon by the CONTRACTORand CITY, based on the agreed Scope of Work. If there is no mutual agreement, the ManagementServices Director shall determine the percentage of work performed under each task detailed in theScope of Work and the CONTRACTOR’S compensation shall be based upon such determination andCONTRACTOR’S fee schedule included herein.

9.2 Termination for Cause: City may terminate this Agreement for Cause:

Upon the occurrence of any one or more of the following events:

1) If CONTRACTOR fails to perform pursuant to the terms of this Agreement2) If CONTRACTOR is adjudged a bankrupt or insolvent;3) If CONTRACTOR makes a general assignment for the benefit of creditors;4) If a trustee or receiver is appointed for CONTRACTOR or for any of CONTRACTOR 'S property;5) If CONTRACTOR files a petition to take advantage of any debtor's act, or to reorganize under the

bankruptcy or similar laws;6) If CONTRACTOR disregards laws, ordinances, rules, regulations or orders of any public body having

jurisdiction;7) Where Agreement has been so terminated by CITY, the termination shall not affect any rights of CITY

against CONTRACTOR then existing or which may thereafter accrue.

9.3. Termination for Misrepresentation. CITY may, upon written notice, terminate this Contract for anyattempt by CONTRACTOR to represent any goods or materials not specifically awarded as being undercontract with the CITY of Chandler. Any such action is subject to the legal and contractual remedies

Page 20: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 20 OF 44

available to CITY inclusive of, but not limited to, contract cancellation, suspension and/or debarment ofCONTRACTOR.

9.4. Cancellation for Conflict of Interest: Pursuant to A.R.S. § 38-511, CITY may cancel this Contractafter Contract execution without penalty or further obligation if any person significantly involved ininitiating, negotiating, securing, drafting or creating the Contract on behalf of CITY is or becomes at anytime while the Contract or an extension of the Contract is in effect an employee of or a consultant toany other party to this Contract with respect to the subject matter of the Contract. The cancellationshall be effective when the CONTRACTOR receives written notice of the cancellation unless the noticespecifies a later time.

9.5. Gratuities: CITY may, by written notice, terminate this Contract, in whole or in part, if CITY determinesthat employment or a Gratuity was offered or made by the CONTRACTOR or a representative of theCONTRACTOR to any officer or employee of CITY for the purpose of influencing the outcome of theprocurement or securing the Contract, an amendment to the Contract, or favorable treatmentconcerning the Contract, including the making of any determination or decision about contractperformance. CITY, in addition to any other rights or remedies, shall be entitled to recover exemplarydamages in the amount of three times the value of the Gratuity offered by the CONTRACTOR.

9.6. Suspension or Debarment: CITY may, by written notice to the CONTRACTOR, immediatelyterminate this Contract if CITY determines that the CONTRACTOR has been debarred, suspended orotherwise lawfully prohibited from participating in any public procurement activity, including but notlimited to, being disapproved as a Sub-CONTRACTOR of any public procurement unit or othergovernmental body. Submittal of an offer or execution of a contract shall attest that the CONTRACTORis not currently suspended or debarred. If the CONTRACTOR becomes suspended or debarred, theCONTRACTOR shall immediately notify CITY.

9.7. Continuation of Performance Through Termination: The CONTRACTOR shall continue to perform,in accordance with the requirements of the Contract, up to the date of termination, as directed in thetermination notice.

9.8. No Waiver: Either party’s failure to insist on strict performance of any term or condition of the Contractshall not be deemed a waiver of that term or condition even if the party accepting or acquiescing in thenonconforming performance knows of the nature of the performance and fails to object to it.

9.9. Availability of Funds for the next Fiscal Year. Funds may not presently be available under thisagreement beyond the current fiscal year. No legal liability on the part of the CITY for services mayarise under this agreement beyond the current fiscal year until funds are made available forperformance of this agreement. The CITY may reduce services or terminate this agreement withoutfurther recourse, obligation, or penalty in the event that insufficient funds are appropriated. The CityManager shall have the sole and unfettered discretion in determining the availability of funds.

10. FORCE MAJEURE: Neither party shall be responsible for delays or failures in performance resultingfrom acts beyond their control. Such acts shall include, but not be limited to, acts of God, riots, acts ofwar, epidemics, governmental regulations imposed after the fact, fire, communication line failures,power failures, or earthquakes.

11. DISPUTE RESOLUTION:

11.1 Arizona Law. This Agreement shall be governed and interpreted according to the laws of the State ofArizona.

11.2 Jurisdiction and Venue. The parties agree that this Agreement is made in and shall be performed inMaricopa County. Any lawsuits between the Parties arising out of this Agreement shall be brought andconcluded in the courts of Maricopa County in the State of Arizona, which shall have exclusivejurisdiction over such lawsuits.

Page 21: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 21 OF 44

11.4 Fees and Costs. Except as otherwise agreed by the parties, the prevailing party in any adjudicateddispute relating to this Agreement is entitled to an award of reasonable attorney’s fees, expert witnessfees and costs including, as applicable, arbitrator fees; provided, however, that no award of attorney’sfees shall exceed ten percent (10%) of the damages awarded the prevailing party unless the non-prevailing party has been determined to have acted in bad faith or in a frivolous manner during theadjudication.

12. INDEMNIFICATION: To the fullest extent permitted by law, CONTRACTOR, its successors, assigns andguarantors, shall defend, indemnify and hold harmless City and any of its elected or appointed officials,officers, directors, commissioners, board members, agents or employees from and against any and allallegations, demands, claims, proceedings, suits, actions, damages, including, without limitation,property damage, environmental damages, personal injury and wrongful death claims, losses,expenses (including claim adjusting and handling expenses), penalties and fines (including, but notlimited to, attorney fees, court costs, and the cost of appellate proceedings), judgments or obligations,which may be imposed upon or incurred by or asserted against the City by reason of this Agreement orthe services performed or permissions granted under it, or related to, arising from or out of, or resultingfrom any negligent or intentional actions, acts, errors, mistakes or omissions caused in whole or part byCONTRACTOR, or any of its subcontractors, or anyone directly or indirectly employed by any of themor anyone for whose acts any of them may be liable, relating to the discharge of any duties or theexercise of any rights or privileges arising from or incidental to this Agreement, including but not limitedto, any injury or damages claimed by any of CONTRACTOR’s and subcontractor’s employees.

13. NOTICES: All notices or demands required to be given pursuant to the terms of this Contract shall begiven to the other party in writing, delivered by hand or registered or certified mail, at the addresses setforth below, or to such other address as the parties may substitute by written notice given in the mannerprescribed in this paragraph.

In the case of CITY In the case of the CONTRACTORDepartment: Firm Name:

Contact: Contact:Mailing Address: Address:

Physical Address: City, State, ZipCity, State, Zip Phone:

Phone: FAX:FAX:

Notices shall be deemed received on date delivered, if delivered by hand, and on the delivery dateindicated on receipt if delivered by certified or registered mail.

14. GENERAL TERMS:

14.1. Entire Agreement: This Contract, including all Exhibits attached hereto, constitutes the entireunderstanding of the parties and supersedes all previous representations, written or oral, with respectto the services specified herein. This Contract may not be modified or amended except by a writtendocument, signed by authorized representatives or each party.

14.2. Arizona Law: This Contract shall be governed and interpreted according to the laws of the State ofArizona.

14.3. Assignment: Services covered by this Contract shall not be assigned in whole or in part without theprior written consent of CITY.

14.4. Amendments: The Contract may be modified only through a written Contract Amendment executedby authorized persons for both parties. Changes to the Contract, including the addition of work ormaterials, the revision of payment terms, or the substitution of work or materials, directed by a person

Page 22: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 22 OF 44

who is not specifically authorized by CITY in writing or made unilaterally by the CONTRACTOR areviolations of the Contract and of applicable law. Such changes, including unauthorized written ContractAmendments shall be void and without effect, and the CONTRACTOR shall not be entitled to any claimunder this Contract based on those changes.

14.5. Conflict of Interest:

14.5.1 No Kickback: CONTRACTOR warrants that no person has been employed or retained to solicit orsecure this Contract upon an agreement or understanding for a commission, percentage, brokerage orcontingent fee; and that no member of City Council or any employee of CITY has any interest, financiallyor otherwise, in the firm unless this interest has been declared pursuant to the provisions of A.R.S. Section38-501. Any such interests were disclosed in CONTRACTOR’S proposal to CITY.

14.5.2 Kickback Termination: CITY may cancel this Contract, without penalty or obligation, if any personsignificantly involved in initiating, negotiating, securing, drafting or creating the agreement on behalf ofCITY’S departments or agencies is, at any time while the Contract or any extension of the Contract is ineffect, an employee of any other party to the Contract in any capacity or a CONTRACTOR to any otherparty to the Contract with respect to the subject matter of the Contract. The cancellation shall beeffective when written notice from CITY is received by all other parties to the Contract, unless the noticespecifies a later time (A.R.S. §38-511).

14.5.3 No Conflict: CONTRACTOR stipulates that its officers and employees do not now have a conflict ofinterest and it further agrees for itself, its officers and its employees that it will not contract for or acceptemployment for the performance of any work or services with any individual business, corporation orgovernment unit that would create a conflict of interest in the performance of its obligations pursuant tothis project.

14.6. Independent CONTRACTOR: The CONTRACTOR under this Contract is an independent contractor.Neither party to this Contract shall be deemed to be the employee or agent of the other party to theContract.

14.7. No Parole Evidence: This Contract is intended by the parties as a final and complete expression oftheir agreement. No course of prior dealings between the parties and no usage of the trade shallsupplement or explain any terms used in this document and no other understanding either oral or inwriting shall be binding.

14.8. Authority: Each party hereby warrants and represents that it has full power and authority to enter intoand perform this Contract, and that the person signing on behalf of each has been properly authorizedand empowered to enter this Contract. Each party further acknowledges that it has read this Contract,understands it, and agrees to be bound by it.

14.9. Award of Contract Contingent on Sale and Delivery of Bonds. As the sole source for payment ofthe amounts due under the Contract, CITY will sell bonds and deposit the bond funds in a special fundto be used thereafter to pay progress payments and incidental expenses. To guard against thepossibility that CITY will be unable to sell or deliver the bonds for any reason, the award of the Contractand the performance by CITY of its obligations under the Contract is conditioned upon the actual saleand delivery of CITY’s bonds in an amount which is sufficient to produce the amount required to meetthe payments due under the Contract. CITY reserves the right to rescind the award of the Contract andterminate the Contract, if executed, without incurring expenses or liability for such termination orrescission if it is unable to provide funding through the sale of its bonds for any reasons.Notwithstanding an award of the Contract, CONTRACTOR should not incur any expense pursuant tothis Contract until such time as CONTRACTOR has received notice from CITY that bond funds are heldby CITY in an amount sufficient to pay the amounts due under the Contract.

14.10. Ownership . All deliverables and/or other products of the Contract (including but not limited to allsoftware documentation, reports, records, summaries and other matter and materials prepared or

Page 23: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 23 OF 44

developed by CONTRACTOR in performance of the Contract) shall be the sole, absolute and exclusiveproperty of CITY, free from any claim or retention of right on the part of CONTRACTOR, its agents,sub-contractors, officers or employees.

14.11. Performance BondWithin fifteen (15) days from the time a Contract is awarded, CONTRACTOR shall furnish fullyexecuted Performance in such form and context as determined by CITY from a surety approved byCITY. Said bond shall be in a sum no less than one hundred (100%) of the Contract price.

CITY has the option to forfeit said bond if the Contract is terminated by the default of CONTRACTOR orif CITY determines that CONTRACTOR is unable or unwilling to complete the work as specified in theContract Documents.

If the Contract schedule is not adhered to, and CITY determines that the work is unlikely to becompleted within a reasonable time after the original target date, then CITY may terminate the Contractand collect the Performance Bond.

The Performance Bond will be reviewed annually and any increases in the contract amount will requirebond to be increased and reissued.

IN WITNESS WHEREOF, the parties have hereunto subscribed their names to this ____day of ____________, 2013.

FOR THE CITY OF CHANDLER FOR THE CONTRACTOR

By: ____________ Signature

ATTEST: SEAL ATTEST: If Corporation

City Clerk Secretary

Approved as to form:

City Attorney

Page 24: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 24 OF 44

EXHIBIT AGENERAL REQUIREMENTS

FD5-091-3422

Contractor will be required to deliver vehicle to upfitterContractor and up-fitter will be required to attend a pre-build conference.All cars shall be detailed prior to delivery.All cars must have PDI performed and PDI checklist included with deliveryAll vehicles must be delivered with a minimum1/4 tank of fuelAll vehicles must be delivered with MSO.

Page 25: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 25 OF 44

EXHIBIT BPRICING AND SPECIFICATIONS

LineItem Description

AsstChiefs

UnitPrice Extended Price Product/Option Offered

1 Ford Fusions 2

2Remote Keyless Entry w 2 additional Remotes and keys (total of 6per vehicle) provide cost per vehicle 2Total VehicleTire TaxSales Tax%____Grand total Vehicle

ORDER CUT OFF DATE_________________________DELIVERY TIME DAYS __________________________WARRANTY YEARS MILES_______________________

Page 26: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 26 OF 44

LineItem Description LT's

UnitPrice

ExtendedPrice Product/Option Offered

1 Ford Police Interceptor Utility 3.7 ALWD, ** 32 Left Hand Spot Light Unity LED 6" 3

3Remote Keyless Entry w 2 additional Remotes and keys (total of 6 pervehicle) provide cost per vehicle 3

4 21B - Rear view camera5 86P - Headlamp Housing

Total VehicleTire TaxSales Tax%____Grand total Vehicle

ORDER CUT OFF DATE_________________________DELIVERY TIME DAYS __________________________WARRANTY YEARS MILES_______________________

Page 27: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 27 OF 44

LineItem Description PD Patrol

UnitPrice

ExtendedPrice Product/Option Offered

1 Chevrolet Caprice PPV Patrol - 9C1 ** 62 Left Hand Spot Light Unity LED 6" 6

3

Remote Keyless Entry w 2 additional Remotes AMF and keys (total of 6 pervehicle) provide cost per vehicle 6

4 L77 - 6.0 V8 SFI 65 B42 - Mat Trunk 66 HCQ - Rear Sear Vinyl, includes 6A3 Heavy Duty Vinyl Floor Covering 67 SG8 - Full Size Spare 68 6N6 - Rear Door Locks and Handles Inop 6

9 6N5 - Rear Door Window Switches Inop 6

10 7X8 - Spotlamp Provision Driver 6Total VehicleTire TaxSales Tax%____Grand total Vehicle

ORDER CUT OFF DATE_________________________DELIVERY TIME DAYS __________________________WARRANTY YEARS MILES_______________________

Page 28: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 28 OF 44

LineItem

Description

DUI Unit

PriceExtendedPrice Product/Option Offered

1 2015 Chevrolet Tahoe PPV Unmarked. Champagne Silver MetallicGWT, **

1

2 Preferred Equipment Group 1FL 13 Left Hand Spot Light Unity LED 6" 14 Back up camera5 Remote Keyless Entry w 2 additional Remotes AMF and keys (total of

6 per vehicle) provide cost per vehicle1

6 1LR - Brake System, City 17 6J7 - Flasher System Headlamps and Tail Lamps 18 9G8 - Delete Daytime Running Lamps and Automatic Headlamps 19 Wheel Covers 1

Total VehicleTire TaxSales Tax%____Grand total Vehicle

ORDER CUT OFF DATE_________________________DELIVERY TIME DAYS __________________________WARRANTY YEARS MILES_______________________

Page 29: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 29 OF 44

S Description

PDPatrolSgt

UnitPrice

ExtendedPrice Product/Option Offered

1 Chevrolet Tahoe PPV Patrol Sgt. Color White ** 42 Preferred Equipment Group 1FL 43 Left Hand Spot Light Unity LED 6" 4

4Remote Keyless Entry w 2 additional Remotes AMF and keys (totalof 6 per vehicle) provide cost per vehicle 4

5 Rear A/C 46 1LR City Brakes 47 9G8 Delete Auto Headlamps and Running Lights 48 6J7 Headlight/Taillight flashers 49 5T5 Cloth Front Seats 4

10 B58 Floor Mat pkg. 411 Back Up Camera 412 Deactivate Door Locks 4 Total Vehicle

Total VehicleTire TaxSales Tax%____Grand total Vehicle

ORDER CUT OFF DATE_________________________DELIVERY TIME DAYS __________________________WARRANTY YEARS MILES_______________________

Page 30: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 30 OF 44

LineItem Description PD Patrol Unit Price Extended Price Product/Option Offered

1 Chevrolet Tahoe PPV Patrol. Color White ** 82 Preferred Equipment Group 1FL 83 Left Hand Spot Light Unity LED 6" 8

4Remote Keyless Entry w 2 additional Remotes AMF andkeys (total of 6 per vehicle) provide cost per vehicle 8

5 Rear A/C 86 1LR City Brakes 87 9G8 Delete Auto Headlamps and Running Lights 88 6J7 Headlight/Taillight flashers 89 5T5 Cloth Front Seats 8

10 Back Up Camera 8

11 Deactivate Power Door Locks 8Do you not want floor matslike the others

Total VehicleTire TaxSales Tax%____Grand total Vehicle

ORDER CUT OFF DATE_________________________DELIVERY TIME DAYS __________________________WARRANTY YEARS MILES_______________________

Page 31: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 31 OF 44

LineItem Description

PDPatrol

K9UnitPrice

ExtendedPrice Product/Option Offered

1 Chevrolet Tahoe PPV Patrol K9 Color White ** 22 Preferred Equipment Group 1FL 23 Left Hand Spot Light Unity LED 6" 2

4Remote Keyless Entry w 2 additional Remotes AMF and keys (totalof 6 per vehicle) provide cost per vehicle 2

5 Rear A/C 26 1LR City Brakes 27 9G8 Delete Auto Headlamps and Running Lights 28 6J7 Headlight/Taillight flashers 29 5T5 Cloth Front Seats 2

10 B58 Floor Mat pkg. 211 Back up Camera 212 Deactivate Power Door Locks 2 Total Vehicle

Tire TaxSales Tax%____Grand total Vehicle

ORDER CUT OFF DATE_________________________DELIVERY TIME DAYS __________________________WARRANTY YEARS MILES_______________________

Page 32: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 32 OF 44

EXHIBIT CVEHICLE UPFITTING TO BE COMPLETED UNDER SEPARATE CONTRACT

LineItem Description

AsstChiefs

1 Ford Fusions 2

2Remote Keyless Entry w 2 additional Remotes and keys (total of 6per vehicle) provide cost per vehicle 2Total VehicleTire TaxSales Tax%____Grand total VehicleUp fitting

1 Tint all windows 35% 22 Remote mounted radio 23 B&B custom console 24 B&B custom Trunk kit 25 SoundOff ELUC25010J LED 4 cornerHeadlight/taillight 86 SoundOff ENFSGS3J-Deck/Grille Lights 87 SoundOff ENFDWP3JJ-Dual side-by-side interior windshield light. 28 SoundOff ENT2B3R- Red under mirror 29 SoundOff ENT2B3B- Blue under mirror 210 Headlight/taillight flashers 211 Rocker switched, front/back lights 412 Vehicle alarm w/ ignition kill switch 213 Secure Idle 214 Magnet Microphone Clip (Jotto) 4

15Supplies required for installation including Power Tamer #5201,circuit breaker MRCD 150, 200 amp Relay and (SXL or GXL wiring) 2

16Labor to install all above including customer supplied prewire forradio. Radio will be installed by customer. 2

Page 33: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 33 OF 44

LineItem Description LT's

1 Ford Police Interceptor Utility 3.7 ALWD, ** 32 Left Hand Spot Light Unity LED 6" 3

3Remote Keyless Entry w 2 additional Remotes and keys (total of 6 pervehicle) provide cost per vehicle 3

4 21B - Rear view camera5 86P - Headlamp Housing

Total VehicleTire TaxSales Tax%____Grand total VehicleUp Fitting

1 Tint all windows 35% 32 Setina push bar model PB-450_L nForce lights 33 B & B ENT Custom slanted radio console #225-3027 34 Dual Cup Holder from B&B: #121-3504 35 Padded Arm Rest from B&B: #121-3505 36 Faceplate with 3 Cig. Plug Outlets from B&B: #425 -2200 37 12V power supply lighter adaptor replacement from B&B: #425 -2273 38 Cap for 12V power supply from B&B: #11011 39 Jotto Side Mount Support Arm for MDC 3

10 Jotto Swing Arm Slide Out, Tilt/Swivel 311 Jotto/Kodiak KDCF31 Dock 3

12Supplies required for installation of console and MDC mount to meetmanufacturers specification.

13Soundoff nErgy 400 Series Sirens ETSA482RSP - 200 Watt Siren and LightController 3

14 SoundOff ETSS100H Siren Speaker and universal bail bracket 6

15SoundOff ECVDMLTAL00 Dome Light, mounted in driver's compartmentand Cargo area. 6

16Soundoff nForce interior windshield lightbar ENFWBFSw/ takedown. 3

17 Soundoff nForce traffic controller ENFTCDGS1208 318 SoundOff ENT2B3R- Red under mirror 319 SoundOff ENT2B3B- Blue under mirror 320 SoundOff ELUC25010J LED 4 cornerHeadlight/taillight flashers 1221 SoundOff ENFSGS4BRW- nForce for grill 622 SoundOff ERDREBZ3RC- Red Flashing Fog light 323 SoundOff ERDREBZ3BC- Blue Flashing Fog light 324 SoundOff Dual Side-by-Side - ENFDGS4BRW 625 SoundOff Dual Stacked Surface Mount - ENFDSS4BRW 6

26SoundOff nForce recess mount - ENFSRS4BRW - in bottom of lift gatewith mercury switch. (two each vehicle) 6

27 SoundOff ETULT12W- White strip light for lift gate (on rocker switch) 328 Soundoff Taillight flasher 3

Page 34: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 34 OF 44

29 Panorama Sharkee Antenna 330 Secure Idle 331 Park Kill- Federal Signal UPKM-3 332 200 watt inverter w a/c outlet drivers compartment 3

33B & B single drawer utility box 36"W x 31"D x 16.5"H, 2" lip, with gascharged shocks, hinges, : #225-2373 3

34Universal trunk or cargo area Amp Master ® wiring panel with level onewiring, built to CPD specifications. #WH-UTILITY-3-1 3

35 Flashlight cradle for Streamlight SL20XP 336 Flashlight cradle for Stinger 337 Magnet Microphone clips (Jotto) 6

38

B&B Cutsom weapon system for AR-15 (7010 3001 3), with weaponposition on passenger side, stand alone mounting system, keyed lock. Keysare to be mailed separately Chandler PD, Attn. Tom Lovejoy,250 E.Chicago. Chandler AZ, 85225 3

39

Supplies required for installation including Power Tamer #5201, circuitbreaker MRCD 150, 200 amp Relay and Blue Print wiringharness (SoundOff) 3

40

Full set of vehicle graphics shall be installed by and purchased fromTrademark. 3

41 Passenger Side Air Bag Cut Off Switch A01-USGM2 3

42Labor to install all above including customer supplied prewire for radio.Radio will be installed by customer. 3

Page 35: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 35 OF 44

LineItem Description PD Patrol

1 Chevrolet Caprice PPV Patrol - 9C1 ** 62 Left Hand Spot Light Unity LED 6" 6

3

Remote Keyless Entry w 2 additional Remotes AMF and keys (total of 6 pervehicle) provide cost per vehicle 6

4 L77 - 6.0 V8 SFI 65 B42 - Mat Trunk 66 HCQ - Rear Sear Vinyl, includes 6A3 Heavy Duty Vinyl Floor Covering 67 SG8 - Full Size Spare 68 6N6 - Rear Door Locks and Handles Inop 6

9 6N5 - Rear Door Window Switches Inop 6

10 7X8 - Spotlamp Provision Driver 6Total VehicleTire TaxSales Tax%____Grand total VehicleUp Fitting

1 Tint all windows (35%) 6

2Setina Single Prisoner Transport -1K0573CAP11SSSCA 6

3 Setina QK0489CAP11 - Seat 64 Setina WK0513CAP11WD - Window 65 Setina DK0100CAP11 - Door Panel 66 B&B Custom Console Vehicle mount assembly 67 B&B Custom Side Mounted Console Arm Rest 68 B&B Custom 2" Plate w/ Three 12 VDC Lighter Outlets 69 B&B Custom Dual External Cup Holder 6

10B&B Custom Mounted Trunk Flip Down Door w/ fan installed for coolingequipment. 6

11 B&B custom Trunk kit 612 Jotto Side Mount Support Arm for MDC 613 Jotto Swing Arm Slide Out, Tilt/Swivel 614 Jotto/Kodiak KDCF31 Dock 6

15Supplies required for installation of console and MDC mount to meetmanufacturers specification. 6

16 Code 3 Side Marker LED Light 1217 SoundOff ETSS100H Siren Speaker and universal bail bracket 12

18Soundoff nErgy 400 Series Sirens ETSA482RSP - 200 Watt Siren and LightController 6

19 SoundOff nForce Light bar 48" 620 SoundOff rear deck ENFWBRF 621 SoundOff 4 Corner LED lights, ELUC2S010J 2422 SoundOff Headlight/taillight flashers 1223 SoundOff ECVDMLTAL00 Dome Light, mounted in driver's compartment 6

Page 36: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 36 OF 44

24 SoundOff LED 3 warning Trunk Light ETLKC06UJ w/ mercury switch 6

25Strip LED interior Light ETULT12W mounted on backside of trunk light withrocker switch 6

26 Panorama Sharkee antenna 627 Secure Idle 628 Park Kill 629 Flashlight cradle for Streamlight SL20XP 630 200 watt inverter w a/c outlet drivers compartment 631 Flashlight cradle for Stinger 632 Magnet Microphone clips (Jotto) 12

33

B&B Custom weapon system for AR-15 (7010 3001 3), with weapon positionon passenger side, keyed lock. Keys are to be mailed separately Chandler PD,Attn. Tom Lovejoy,250 E. Chicago. Chandler AZ, 85225 6

34

Supplies required for installation including Power Tamer #5201, circuit breakerMRCD 150, 200 amp Relay and Blue Print wiring harness (SoundOff). 6

35 Passenger Side Air Bag Cut Off Switch A01-USGM2 6

36Full set of vehicle graphics matching existing patrol vehicles to include rooffrom Trademark. 6

37Labor to install all above including customer supplied radio prewire. Customerwill install radio.

38 Total Up fitting39 Total Vehicle and Up fitting40 Tax ___%41 Tire Tax42 Grand Total Vehicle Up fitting and Tax

Page 37: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 37 OF 44

LineItem

Description

DUI

1 2015 Chevrolet Tahoe PPV Unmarked. Champagne Silver MetallicGWT, **

1

2 Preferred Equipment Group 1FL 13 Left Hand Spot Light Unity LED 6" 14 Back up camera5 Remote Keyless Entry w 2 additional Remotes AMF and keys (total of

6 per vehicle) provide cost per vehicle1

6 1LR - Brake System, City 17 6J7 - Flasher System Headlamps and Tail Lamps 18 9G8 - Delete Daytime Running Lamps and Automatic Headlamps 19 Wheel Covers 1

Total VehicleTire TaxSales Tax%____Grand total VehicleUp fitting

1 Anti-theft vehicle alarm w/ ignition kill and glass breakage 12 Tint all windows ( 35% in front; limo in rear windows) 13 B&B Custom 10" Enclosed 25 Degree Angled Series Console, Mount 14 B&B Custom Console Vehicle mount assembly 15 B&B Custom Side Mounted Console Arm Rest 16 B&B Custom 2" Plate w/ Three 12 VDC Lighter Outlets 17 B&B Custom Dual External Cup Holder 18 Setina Single Prisoner Transport System 19 SoundOff ECVDMLTST4 rocker switch 2

10 Federal Signal Rumbler with brackets 111 Jotto Side Mount Support Arm for MDC 112 Jotto Swing Arm Slide Out, Tilt/Swivel 113 Jotto/Kodiak KDCF31 Dock 114 Supplies required for installation of console and MDC mount to meet

manufacturers specification.1

15 Sound off ETSS100H Siren Speaker and universal bail bracket mountedbehind grill

2

16 Soundoff nErgy 400 Series Sirens ETSA482RSP - 200 Watt Siren andLight Controller

1

17 Soundoff nForce interior windshield lightbar ENFWBFSw/ takedown.

1

18 SoundOff ENT2B3R- Red under mirror 119 SoundOff ENT2B3B- Blue under mirror 120 Soundoff 4 Corner LED lights, ELUC2S010J 121 Soundoff nForce traffic controller ENFTCDGS1208 122 SoundOff ENFSGS4BRW- nForce for grill 223 SoundOff ERDREBZ3RC- Red Flashing Fog light 124 SoundOff ERDREBZ3BC- Blue Flashing Fog light 1

Page 38: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 38 OF 44

25 Sound off ECVDMLTAL00 Dome Light, mounted in driver'scompartment

1

26 Sound off ECVDMLTAL00 Dome Light mounted in cargo compartment 1

27 Sound off ETULT12W Utility Light inside rear lift gate SWITCHED 128 SoundOff Headlight/taillight flashers (delete if 6J7 pkg available) 129 SoundOff nForce recess mount - ENFSRS4BRW - in bottom of lift gate

with mercury switch. (two each vehicle)2

30 SoundOff Intersector Surface Mount ENT3B3R, Running Board 431 SoundOff Intersector Surface Mount ENT3B3B, Running Board 232 SoundOff Dual Side-by-Side - ENFDGS4BRW 233 Rigid Industries SR-M-Spot - Spot light to be used with magnet base 134 Rear storage box from B and B 46x32x20 2 inch lip, carpet kit, t-

handles and simplex1

35 Secure Idle 136 Park Kill - Federal Signal UPKM-3 137 Flashlight cradle for Streamlight SL20XP 138 200 watt inverter w a/c outlet drivers compartment 139 Flashlight cradle for Stinger 140 B&B Custom weapon system for AR-15 (7010 3001 3), with weapon

position on passenger side, keyed lock. Keys are to be mailedseparately Chandler PD, Attn. Tom Lovejoy,250 E. Chicago. ChandlerAZ, 85225

1

41 Supplies required for installation including Power Tamer #5201, circuitbreaker MRCD 150, 200 amp Relay and (SXL or GXL wiring)

1

42 Passenger Side Air Bag Cut Off Switch A01 -USGM2 143 Labor to install all above except radio as noted including radio pre

wire1

44 Total Up fitting45 Total Vehicle and Up fitting46 Tax ___%47 Tire Tax48 Grand Total Vehicle Up fitting and Tax

Page 39: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 39 OF 44

S Description

PDPatrolSgt

1 Chevrolet Tahoe PPV Patrol Sgt. Color White ** 42 Preferred Equipment Group 1FL 43 Left Hand Spot Light Unity LED 6" 4

4Remote Keyless Entry w 2 additional Remotes AMF and keys (totalof 6 per vehicle) provide cost per vehicle 4

5 Rear A/C 46 1LR City Brakes 47 9G8 Delete Auto Headlamps and Running Lights 48 6J7 Headlight/Taillight flashers 49 5T5 Cloth Front Seats 4

10 B58 Floor Mat pkg. 411 Back Up Camera 412 Deactivate Door Locks 4 Total Vehicle

Total VehicleTire TaxSales Tax%____Grand total Vehicle

1 Tint all windows (35%) 42 Sound off n Force 48" ENFLB LED light bar. 43 Jotto Side Mount Support Arm for MDC. 44 Jotto Swing Arm Slide Out, Tilt/Swivel. 45 Jotto/Kodiak KDCF31 Dock 4

6B&B Cutsom 10" Enclosed 25 Degree Angled Series Console Mount.w/ side pocket reinforcement (w/Modifications for 2015 Tahoe) 4

7 B&B Custom Console Vehicle mount assembly 48 B&B Custom Side Mounted Console Arm Rest 49 B&B Custom 2" Plate w/ Three 12 VDC Lighter Outlets 4

10 B&B Custom Dual External Cup Holder 411 B&B Custom Floor Plate 121-1905 412 Sound Off n Ergy 400 series #ETSA482CSP 200 watt Siren Control. 4

13Sound off ETSS100H dual tone siren Speaker and universal bailbracket 2ea. 8

14 Setina push bar model PB-450_L w/Sound Off n Force lights. 415 SoundOff nForce ENFDSS3JJ Double Stack for lift gate (2ea.) 8

16SoundOff , Ultra Lite EL3H 12A00J Stick Light mounted facing reartop of window on tailgate. 4

17SoundOff ECVDMLTAL00 Dome Light, mounted in driver'scompartment 4

18SoundOff ECVDMLTAL00 Dome Light mounted in cargocompartment 4

19 SoundOff ETULT12W Utility Light inside rear lift gate SWITCHED 4

Page 40: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 40 OF 44

20 SoundOff 4 Corner LED lights ELUC2S010J 16

21SoundOff 4 Corner LED lights EL3H12B20J Headlight/taillightflashers (delete if 6J7 pkg available) 8

22SoundOff n Force recess mount ENFSRS4BRW in bottom of lift gatew/mercury switch, Red Blue (two each vehicle) 8

23 SoundOff EGHST2J12 r/b strip light (x2) 824 SoundOff ENT2B3 r/b (mirrors) x2 825 Sound Off n Force ENFDGS3JJ side by side 2ea. (rear 1/4 glass) 826 Intersector Running Board Lights ENT3B3R, red. 4ea. 1627 Intersector Running Board Lights ENT3B3B blue. 2ea. 8

28Pandrama Sharkee Radio antenna 3n1. Use crimp connectors. Tobe mounted on roof rear third center. 4

29 Magnet Microphone Clips (Jotto) 430 Rear storage box from B and B #225-2059 431 Secure Idle 432 Park Kill - Federal Signal UPKM-3 433 Flashlight cradle for Streamlight SL20XP 4

34200 watt inverter w a/c outlet drivers compartment (delete ifincluded with manufacturer pkg). 4

35 Flashlight cradle for Stinger 4

36

B&B Custom weapon system for AR-15 (7010 3001 3), with weaponposition on passenger side, keyed lock. Keys are to be mailedseparately Chandler PD, Attn. Tom Lovejoy,250 E. Chicago.Chandler AZ, 85225 4

37 B&B Custom Floor mount base for gun rack. 4

38

Supplies required for installation including Power Tamer #5201,circuit breaker MRCD 150, 200 amp Relay and Sound Off Blue Printwiring harness. 4

39 Passenger Side Air Bag Cut Off Switch A01-USGM2 4

40Full set of vehicle graphics matching existing patrol vehicles toinclude roof, from Trademark. 4

41 Labor to install all above including radio pre wire 4 Total Up fitting Total Vehicle and Up fitting Tax ____% Tire Tax Grand Total Vehicle Up fitting and Tax

Page 41: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 41 OF 44

LineItem Description

PDPatrol

1 Chevrolet Tahoe PPV Patrol. Color White ** 82 Preferred Equipment Group 1FL 83 Left Hand Spot Light Unity LED 6" 8

4Remote Keyless Entry w 2 additional Remotes AMF and keys (totalof 6 per vehicle) provide cost per vehicle 8

5 Rear A/C 86 1LR City Brakes 87 9G8 Delete Auto Headlamps and Running Lights 88 6J7 Headlight/Taillight flashers 89 5T5 Cloth Front Seats 8

10 Back Up Camera 811 Deactivate Power Door Locks 8 Total Vehicle

Tire TaxSales Tax%____Grand total Vehicle

Up fitting1 Tint all windows (35%) 82 Setina 10BSC-RP Coated poly partition 83 Setina rear partition BODYGUARD #12-VS 84 Setina Steel window Barrier Rear side passenger 165 Setina Total formed panel door protection rear doors, ABS 166 Sentina Molded Rear Seats w/ Safety Restraints 87 Jotto Side Mount Support Arm for MDC. 88 Jotto Swing Arm Slide Out, Tilt/Swivel. 89 Jotto/Kodiak KDCF31 Dock 8

10Supplies required for installation of console and MDC mount, tomeet manufacturer specifications. 8

11B&B Custom 10" Enclosed 25 Degree Angled Series Console Mount.w/side pocket reinforcement. (Modified for 2015 Tahoe) 8

12 B&B Custom Console Vehicle mount assembly 813 B&B Custom Side Mounted Console Arm Rest 814 B&B Custom 2" Plate w/ Three 12 VDC Lighter Outlets 815 B&B Custom Dual External Cup Holder 816 B&B Custom floor plate for console #121-1905 8

17SoundOff ETSS100H dual tone Siren Speaker and universal bailbracket (2ea.) 16

18 N Ergy 400 series #ETSA482CSP 200watt Siren Control 819 Setina push bar model PB-450_L w/Soundoff n Force lights 820 SoundOff nForce ENFDSS3JJ Double Stack for lift gate (2ea.) 1621 SoundOff N Force 48” ENFLB LED light bar 8

22 Headlight/taillight flashers EL3H12B20J (delete if 6J7 pkgavailable) 16

23 SoundOff 4 Corner LED lights ELUC2S010J 32

Page 42: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 42 OF 44

24SoundOff , Ultra Lite EL3H 12A00J Stick Light mounted facing reartop of window on tailgate. 8

25SoundOff ECVDMLTAL00 Dome Light, mounted in driver'scompartment 8

26SoundOff ECVDMLTAL00 Dome Light mounted in cargocompartment 8

27 SoundOff ETULT12W Utility Light inside rear lift gate SWITCHED 828 SoundOff ENT2B3 R/B (mirrors) 1629 Sound Off nForce ENFDGS3JJ side by side. 2ea (back 1/4 Glass) 16

30SoundOff n Force recess mount ENFSRS4BRW in bottom of lift gatew/mercury switch, Red Blue (two each vehicle) 16

31 Intersector Running Board Lights ENT3B3R red. 4ea. 3232 Intersector Running Board Lights ENT3B3B blue. 2ea. 16

33Pandrama Sharkee Radio antenna 3n1. Use crimp connectors. Tobe mounted on roof rear third center. 8

34 Magnet Microphone Clips (Jotto) 835 Rear storage box from B and B 225-2059 836 ETS installation, pre-wire including wiring/harness 337 Secure Idle 838 Park Kill - Federal Signal UPKM-3 839 Flashlight cradle for Streamlight SL20XP 8

40200 watt inverter w a/c outlet drivers compartment (delete ifincluded with manufacturer pkg). 8

41 Flashlight cradle for Stinger 8

42

B&B Custom weapon system for AR-15 (7010 3001 3), with weaponposition on passenger side, keyed lock. Keys are to be mailedseparately Chandler PD, Attn. Tom Lovejoy,250 E. Chicago.Chandler AZ, 85225 8

43

Supplies required for installation including Power Tamer #5201,circuit breaker MRCD 150, 200 amp Relay and Sound Off Blue Printwiring harness. 8

44 Passenger Side Air Bag Cut Off Switch A01-USGM2 8

45Full set of vehicle graphics matching existing patrol vehicles toinclude roof, from Trademark. 8

Labor to install all above including radio pre wire 8 Total Up fitting Total Vehicle and Up fitting Tax______% Tire Tax Grand Total Vehicle Up fitting and Tax

Page 43: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 43 OF 44

LineItem Description

PDPatrol

K91 Chevrolet Tahoe PPV Patrol K9 Color White ** 22 Preferred Equipment Group 1FL 23 Left Hand Spot Light Unity LED 6" 2

4Remote Keyless Entry w 2 additional Remotes AMF and keys (totalof 6 per vehicle) provide cost per vehicle 2

5 Rear A/C 26 1LR City Brakes 27 9G8 Delete Auto Headlamps and Running Lights 28 6J7 Headlight/Taillight flashers 29 5T5 Cloth Front Seats 2

10 B58 Floor Mat pkg. 211 Back up Camera 212 Deactivate Power Door Locks 2 Total Vehicle

Tire TaxSales Tax%____Grand total Vehicle

Up fitting1 Tint front windows (35%) & rear windows w/Limo tint. 22 Sound Off n Ergy 400 series #ETSA482CSP 200 watt Siren Control. 23 Sound off n Force 48" ENFLB LED light bar 24 Jotto Side Mount Support Arm for MDC. 25 Jotto Swing Arm Slide Out, Tilt/Swivel 26 Jotto/Kodiak KDCF31 Dock 2

7B&B Cutsom 10" Enclosed 25 Degree Angled Series Console, Mountw/side pocket reinforcement. (Modified for 2015 Tahoe) 2

8 B&B Custom Console Vehicle mount assembly 29 B&B Custom Side Mounted Console Arm Rest 2

10 B&B Custom 2" Plate w/ Three 12 VDC Lighter Outlets 211 B&B Custom Dual External Cup Holder 212 B&B Custom Floor Plate 121-1905 2

13Supplies required for installation of console and MDC mount, tomeet manufacturer specifications.

14Sound off ETSS100H dual tone siren Speaker and universal bailbracket 2ea. 2

15 Rigid Industries Light bar for top of push bumper. 216 Setina push bar model PB-450_L w/Sound Off n Force lights. 217 SoundOff nForce ENFDSS3JJ Double Stack for lift gate (2ea.) 4

18SoundOff , Ultra Lite EL3H 12A00J Stick Light mounted facing reartop of window on tailgate. 2

19SoundOff ECVDMLTAL00 Dome Light, mounted in driver'scompartment 2

20 SoundOff ETULT12W Utility Light inside rear lift gate SWITCHED 2

Page 44: NOTICE OF FORMAL SOLICITATION SOLICITATION TYPE ... page 2 of 44 table of contents page notice of formal solicitation 1 table of contents 2 checklist 3 information and instructions

PAGE 44 OF 44

21 Headlight/taillight flashers EL3H12B20J (delete if 6J7 pkgavailable) 4

22 SoundOff 4 Corner LED lights ELUC2S010J 8

23SoundOff n Force recess mount ENFSRS4BRW in bottom of lift gatew/mercury switch, Red Blue (two each vehicle) 4

24 SoundOff EGHST2J12 r/b strip light (x2) 425 SoundOff ENT2B3 r/b (mirrors) x2 426 Sound Off n Force ENFDGS3JJ side by side 2ea. (rear 1/4 glass) 427 Intersector Running Board Lights ENT3B3R, red. 4ea. 828 Intersector Running Board Lights ENT3B3B blue. 2ea. 429 Sound Off LED dome lights ECVDMLTST4 for K9 Cage 4ea. 8

30Pandrama Sharkee Radio antenna 3n1. Use crimp connectors. Tobe mounted on roof rear third center. 2

31 Magnet Microphone Clips (Jotto)32 Hot n Pop w/fan 233 Secure Idle 234 Park Kill - Federal Signal UPKM-3 235 Flashlight cradle for Streamlight SL20XP 2

36200 watt inverter w a/c outlet drivers compartment (delete ifincluded with manufacturer pkg). 2

37 Flashlight cradle for Stinger 238 B&B Custom tool box w/dividers 225-2059 2

39

Big Sky Custom weapon system for AR-15 (per our specificatons),with weapon position on headliner, keyed lock. Keys are to bemailed separately Chandler PD, Attn. Tom Lovejoy,250 E. Chicago.Chandler AZ, 85225 2

40 Big Sky Custom headliner mount base for gun rack. 2

41

Supplies required for installation including Power Tamer #5201,circuit breaker MRCD 150, 200 amp Relay and Sound Off Blue Printwiring harness. 2

42 Passenger Side Air Bag Cut Off Switch A01-USGM2 2

43Full set of vehicle graphics matching existing patrol K-9 vehicles toinclude roof, from Trademark. 2

44 AceK9 Barrier Blaster Active Ventilation System. 2

45K9 Cage/EZ Rider K9 Platform extended & black powder coated for2015 Tahoe. w/removable dividers. 2

46Labor to install all above except radio as noted including radio prewire 2

Total Up fitting Total Vehicle and Up fitting Tax ____% Tire Tax Grand Total Vehicle Up fitting and Tax