NOTICE OF REQUEST FOR PROPOSALS FOR TWO-WAY RADIO MAINTENANCE AND REPAIR

Similar documents
REQUEST FOR PROPOSALS CITY OF BELLFLOWER DOCUMENT CONVERSION AND SCANNING SERVICES

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

7/14/16. Hendry County Purchase Order Terms and Conditions

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period).

Union College Schenectady, NY General Purchasing Terms & Conditions

Honorable Mayor and Members of the City Council. Art Bashmakian, AICP, Director of Planning and Building Services

City of Beverly Hills Beverly Hills, CA

SAMPLE SUBCONTRACTOR AGREEMENT

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FleetPride, Inc. Standard Terms and Conditions of Purchase

Deluxe Corporation Purchase Terms and Conditions

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

a. Article(s) Goods and/or services described on the face of the Purchase Order

SUBCONTRACT CONSTRUCTION AGREEMENT

303 Main Street (888) P. O. Box 315 (641) fax. Service Agreement

General Purchase Order Terms and Conditions (Pro-buyer)

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work.

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

TERMS AND CONDITIONS

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA

SAFETY FIRST GRANT CONTRACT

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

Honorable Mayor and Members of the City Council. Jim DellaLonga, Director of Economic Development

FREIGHT CHARGES AND RISK OF LOSS. Unless stated otherwise, all items are shipped F.O.B. AAP manufacturing facility.

Scofield Ridge Homeowners Association

TERMS AND CONDITIONS OF SALE MEDICAL EQUIPMENT

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

TRI-COUNTY SATELLITE T.V., INC. D/B/A ICONNECTYOU TERMS AND CONDITIONS FOR HIGH SPEED INTERNET SERVICE

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

AIRPORT HANGAR LICENSE AGREEMENT

NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015

INDEPENDENT CONTRACTOR AGREEMENT

Master Services Agreement

ATTACHMENT B SALE # CGS4 GENERAL PURPOSE. PowerGyp70 CGS SALES AGREEMENT By and Between SOUTH CAROLINA PUBLIC SERVICE AUTHORITY And

PENNSYLVANIA CONVENTION CENTER REGISTRATION AND RIGHT OF ENTRY LICENSE AGREEMENT EVENT CONTRACTOR

CONSULTANT SERVICES AGREEMENT

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5

Cooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

SALEM CITY. NET METERING LICENSE AGREEMENT For Customer-Owned Electric Generating Systems of 100kW or Less

REGISTERED CONTRACTOR AGREEMENT

NOTICE OF REQUEST FOR PROPOSALS FOR ELEVATOR MAINTENANCE AND INSPECTION SERVICES

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

Parties interested in obtaining a Request for Proposals (RFP) Package (at no cost) should contact the:

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance

RECITALS. NOW, THEREFORE, in consideration of the mutual agreements and covenants herein set forth, it is agreed as follows:

CLAIMS ADMINISTRATION SERVICES AGREEMENT

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan

OPERATIONS AND MAINTENANCE AGREEMENT

ST. LOUIS COMMUNITY COLLEGE E-BID FORM

SHORT FORM SUBCONTRACT AGREEMENT

PURCHASE ORDER ACKNOWLEDGEMENT

Request for Bid/Proposal

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

UCSD AGREEMENT # 015/SD/1210 SIGMA ALDRICH INC, CHEMICALS AND REAGENTS

PURCHASE ORDER TERMS & CONDITIONS

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

Request for Proposals. For. Consultation/Facilitation Services for Developing Deer Management Plan. Due Date: Monday, September 22, 2014, 2:00 PM

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT

Contract means the contract for the purchase and/or sale and/or hire of the Goods and/or the supply of Services.

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

Attachment A GENERAL TERMS AND CONDITIONS

UMASS MEMORIAL MEDICAL CENTER, INC. CONTRACT FOR PURCHASE OF GOODS

REQUEST FOR STATEMENT OF QUALIFICATIONS FOR TALENT BUYER SERVICES FOR THE CITY OF YUCAIPA SPECIAL EVENTS. DUE DATE: AUGUST 14, 2017 BY 2:00 p.m.

Washington University in St. Louis

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

TERMS AND CONDITIONS OF SALE

GENERAL TERMS AND CONDITIONS

AGREEMENT BETWEEN CITY OF NORTH LAS VEGAS AND [INSERT NAME OF SERVICES PROVIDER]

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

TERMS AND CONDITIONS OF PURCHASE

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

FAR EAST BROKERS, INC. PURCHASE ORDER TERMS AND CONDITIONS

TERMS AND CONDITIONS OF SALE

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

POST BID ADDENDUM. Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: Addendum No.: 2

Dickinson College Purchase Order Terms and Conditions

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

RFQ #1649 April 2017

FIXTURE TERMS & CONDITIONS Materials & Goods

REQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development

PMI of_nw Arkanasas Inc. A DIVISION OF KAUFMANN REALTY

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

Transcription:

NOTICE OF REQUEST FOR PROPOSALS FOR TWO-WAY RADIO MAINTENANCE AND REPAIR NOTICE IS HEREBY GIVEN that the (City) will receive proposals for providing Two-Way Radio Maintenance and Repair Services. Proposals will be received at the City Hall Reception Desk, 16600 Civic Center Drive, Bellflower, California, 90706 until 4:30 p.m. on Tuesday, June 23, 2016. All proposals must be clearly marked, PROPOSAL FOR TWO-WAY RADIO MAINTENANCE AND REPAIR, and will be delivered during the business hours of 8:30 a.m. to 4:30 p.m., Monday through Friday, except holidays and those Fridays on which City Hall is closed, to the City Hall Reception Desk. POSTMARKS WILL NOT BE ACCEPTED. Failure of, or disturbances in any mail service is not a legitimate reason for proposals submitted after the above due date. Facsimiles will not be accepted. The City may extend the deadline at its option. Submit five (5) copies of your Proposal. It should be understood that the final fee will be negotiated with the City. As part of the Cost Proposal, please provide a breakdown of the fee by monthly fees and reimbursables. All submitted proposals will be reviewed and analyzed by City staff and the proposals which best meet the City s needs will be selected for further analysis and negotiation. The City reserves the right, in its sole discretion during the selection process, to reject any or all proposals or any portion without exception or explanation. Parties interested in obtaining a Request for Proposals (RFP) Package (at no cost) should contact the: Public Works Department 9944 Flora Vista Street Bellflower, CA 90706 (562) 804-1424 x2259 A copy of the RFP can also be downloaded from the City s website at: http://www.bellflower.org. For questions regarding this RFP you may contact Bernardo Iniguez, Public Works Manager, at 562-804-1424, extension 2233 or biniguez@bellflower.org. MANDATORY PRE-PROPOSAL MEETING There will be a mandatory pre-proposal meeting Tuesday, June 14, 2016 at 7:30 a.m. at Bellflower City Hall, 16600 Civic Center Drive, Bellflower, CA 90706. SUBMITTAL DEADLINE TO BE CONSIDERED, PROPOSAL MUST BE SUBMITTED NO LATER THAN Tuesday, June 23, 2016, at 4:30 p.m. at the City Hall Reception Desk, 16600 Civic Center Drive, Bellflower, California, 90706. Postmarks will not be accepted. Failure of, or disturbances in any mail service is not a legitimate reason for proposals submitted after the above due date. Electronic mail or facsimiles will not be accepted. The City may extend the deadline at its option. Page 1 of 20

Page 2 of 20 1.0 BACKGROUND The is seeking proposals from qualified Contractors who can provide maintenance, inspection, emergency response and repair services to the City s two-way radios, as shown in Appendix A. The successful Contractor must have the capacity to service two-way radios, and be able to perform all the work as specified within this RFP. The Contractor is required to be a Motorola Partner. 2.0 SCOPE OF SERVICES Contractor will be responsible for re-programming entire fleet of equipment annually. The fleet will include 72 XPR 6550, three base stations, a combiner, and a GPS system. Additionally, the contractor must maintain all current radio system features. 2.1 On-Site Infrastructure Response Contractor will provide on-site response as determined by pre-defined severity levels and response times. Contractor will provide Severity Type A services twenty four (24) hours a day, three hundred sixty five (365) days a year including holidays. Contractor will provide On-Site Infrastructure Response services, which will be facilitated by the City placing a Request for Service telephone call to the Contractor. If a service request is made after hours, on a weekend or on a holiday, the Contractor must provide an after-hours specific method for City to request after-hour services. On-Site Infrastructure Response provides for an on-site technician response as determined by pre-defined response levels set forth in the table below: Severity Definitions Response Types (A) (B) 24 hours per day x 365 days per year Technician On-Site Technician telephone response 1 hour 4 hour On-Site response 8:00 A.M. to 4:30 P.M. response Response during Standard Business Day Monday-Friday Excludes legal holidays Next business day response

Page 3 of 20 2.2 Infrastructure Preventative Maintenance Inspection (PMI): Contractor will provide Annual Infrastructure Preventative Maintenance Inspection (PMI) service to City. Infrastructure Preventative Maintenance Inspections will provide operational test and alignment on the City s equipment (infrastructure or fixed network equipment only) to ensure the equipment meets original manufacturer s specifications, all of which are hereby incorporated by this reference. Infrastructure Preventative Maintenance Inspections will be performed during standard business days, 8:00 A.M. to 4:30 P.M. excluding legal holidays. Service requirements that occur after-hours or on weekends (outside of standard business days), provided those services are not part of this agreement may be purchased by the City at an additional fee or billed on a time and material basis. Contractor will have the following responsibilities: Schedule the PMI (Semi-annual) with the City Notify the City of any possible System downtime needed to perform this service Select and manage any subcontractors required to perform preventative maintenance on original equipment manufacturer (OEM) equipment Dispatch the technical resources upon receiving City date(s) for Infrastructure Preventative Maintenance Inspection to be performed Receive and log the following information from the City to the MAS200 system. Dates to perform Infrastructure Preventative Maintenance Inspection Task number Site identification City and address City primary contact Access requirements Close Task Number upon receiving notice of completion from assigned technician or project manager Have on hand equipment list including type and quantity Have on hand original equipment manufacturer (OEM) Equipment manuals for system specifications as available Inspect and clean cabinets

Page 4 of 20 Contractor will be responsible for inspection of the following areas: General circuitry Fault indicators Cables, connections and grounding Remove any dust, and/ or foreign substances from the equipment Clean filters, if applicable Complete all preventative maintenance requirements and manufacturers specification Measure, record and adjust the equipment parameters in accordance with the manufacturer s service manuals and the Rules and Regulations of the Federal Communications Commission (FCC), where applicable Consult equipment manuals for system specifications per system configuration Complete and sign (by technician) system specific Infrastructure Preventative Maintenance Inspection checklist Electronically file one copy of the system specific Infrastructure. Preventative Maintenance Inspection checklist at the Contractor s office Identify any service problems that require City or Contractor action Schedule post PMI meeting with City to discuss service problems or other issues that require specific action by Contractor or by the City. 2.3 Control and Base Station Response On-Site Control and Base Station Response provides for Contractor to provide on-site response as determined by pre-defined severity levels and response times. Severity Response type A issues services will be provided twenty four (24) hours a day, three hundred sixty five (365) days a year including holidays. Contractor will provide On-Site Control and Base Station Response services. Services will be initiated by the City placing a "Request for Service telephone call to the Contractors office. Contractor will provide on-site technician response as determined by pre-defined severity levels set forth in the Severity Definitions Table in order to restore the system. The standard Response time is 1 hour or less for Severity 1 events.

Page 5 of 20 Table A - Seventy Definitions Response Types (A) 24 hours per day x 365 days per year Technician On -Site Technician telephone response 1 hour 4 hour On-Site response (B) 8:00 A.M. to 4:30 P M. response Response during Standard Business Day. Monday-Friday Excludes legal holidays Next business day response 2.3.1 Control and Base Station Preventative Maintenance Inspection (PMI): Contractor will provide Annual Control and Base Station Preventative Maintenance Inspections (PMI) services to City. Control and Base Station Preventative Maintenance Inspections will provide operational test and alignment, on the City's equipment (Control and Base Station equipment only) to ensure the equipment meets original manufacturer's specifications all of which are hereby incorporated by this reference. Control and Base Station Preventative Maintenance Inspections will be performed during standard business days, 8:00 A.M. to 4:30 P.M. excluding legal holidays. Service requirements that occur after-hours or on weekends (outside of standard business days) will be provided. Contractor will have the following responsibilities: Schedule the Annual PMI with the City Notify the City of any possible System downtime needed to perform this service Select and manage any subcontractors required to perform preventative maintenance on original equipment manufacturer (OEM) equipment Dispatch the technical resources upon receiving City date(s) for Control and Base Station Preventative Maintenance Inspection to be performed Receive and log the following information from the City to the MAS200 system.

Page 6 of 20 Dates to perform Control and Base Station Preventative Maintenance Inspection Task number Site identification City and address City primary contact Access requirements Close Task Number upon receiving notice of completion from assigned technician or project manager Have on hand equipment list including type and quantity Have on hand original equipment manufacturer (OEM) Equipment manuals for system specifications as available Inspect and clean cabinets Contractor will be responsible for inspection of the following areas: General circuitry Fault indicators Cables, connections and grounding Remove any dust and /or foreign substances from the equipment Clean filters, if applicable Complete all preventative maintenance requirements and manufacturers specification Measure, record and adjust the equipment parameters in accordance with the manufacturer's service manuals and the Rules and Regulations of the Federal Communications Commission (FCC) where applicable Consult equipment manuals tar system specifications per system configuration Complete and sign by technician system specific Control and Base Station Preventative Maintenance Inspection checklist. Electronically file one copy of the system specific Control and Base Station Preventative Maintenance Inspection checklist at the Contractor office Identify any service problems that require City or Contractor action Schedule post PMI meeting with customer to discuss service problems or other issues that require specific action by Contractor or City

Page 7 of 20 2.4 Mobile Radio Response 2.4.1 On-Site. 8:00 A.M. to 4.30 P.M. Monday-Friday, excluding legal holidays: Contractor will provide responses 8:00 A.M. to 4:30 P.M. Monday-Friday excluding legal Holidays. On-Site Mobile Radio Response provides for Contractor to be on-site to analyze a problem with a mobile radio and to repair the radio on-site if possible. Response will be on the same day if possible, or the next business day, as the trouble call is received by the Contractor. If a mobile radio cannot be repaired in the field the Contractor will remove the radio and reinstall a FRU (Field Replacement Unit) if provided by the City. The Contractor will then take the inoperable radio to its facility for repair, return and reinstall the radio. After this has been repaired, Contractor will return the FRU back to the City. 2.4.2. Mobile Radio Preventative Maintenance Inspection (PMI) Contractor will provide an Annual Mobile Radio Preventative Maintenance Inspections (PMI) services to City. Mobile Radio Preventative Maintenance Inspections will provide operational test and alignment, on the City's equipment (Mobile radio equipment only) to ensure the equipment meets original manufacturer's specifications. Mobile Radio Preventative Maintenance Inspections will be performed during standard business days, 8:00 A.M. to 4:30 P.M., excluding legal holidays at the City location or at a Contractor s facility. Contractor will have the following responsibilities: Schedule the PMI (Annual) with the City Notify the City of any possible system downtime needed to perform this service Select and manage any subcontractors required to perform preventative maintenance on original equipment manufacturer (OEM) equipment Dispatch the technical resources upon receiving City date(s) for Infrastructure Preventative Maintenance Inspection to be performed Receive and log the following information from the City to the MAS200 system Dates to perform Infrastructure Preventative Maintenance Inspection Task number Site Identification

Page 8 of 20 City and address City primary contact Access requirements Close Task Number upon receiving notice of completion from assigned technician or project manager Have on hand equipment list including type and quantity Have on hand original equipment manufacturer (OEM) Equipment manuals for system specifications as available. Inspect and clean cabinets Contractor will be responsible for inspection of the following areas: General circuitry Fault indicators Cables, connections, and grounding Remove any dust and /or foreign substances from the equipment Clean filters if applicable Complete all preventative maintenance requirements and manufacturers specification Measure, record, and adjust the equipment parameters in accordance with the manufacturer's service manuals and the Rules and Regulations of the Federal Communications Commission (FCC), where applicable Consult equipment manuals for system specifications per system configuration Complete and sign (by technician) -system specific Mobile Radio Preventative Maintenance Inspection checklist: Electronically file one copy of the system specific Mobile Radio Preventative Maintenance Inspection checklist at the Contractor office Identify any service problems that require City or Contractor action Schedule post PMI meeting with City to discuss service problems or other issues that require specific action by Contractor or by City 2.4.3. Remote Control Head Option for Mobiles Remote Control Head Option for Mobiles provides for the Restoration of additional remote control heads, extended control heads and Direct Entry Keypad (DEK) Plus that have become defective through normal wear and usage. Due to the nature of this Option, City's entire inventory of mobiles must be covered by this Option. This Option covers Equipment that is specifically named in the applicable Agreement to which this statement of Work is attached

Page 9 of 20 Contractor will have the following responsibilities: Restore remote control heads, extended control heads, and/or Direct Entry Keypad (DEK) Plus as needed. City has no additional responsibilities. 2.5 Portable Radios All portable radio repair work and PMI's will be performed at Contractor s facility and not at City s location. 2.5.1 Portable Radio Maintenance: 8:00 A.M. to 4:30 P.M., Monday-Friday, excluding legal holidays, at Contractor s facility. City will deliver equipment to Contractor. Preventative Maintenance Inspection a) Annually Includes replacement of cracked radio housing, but no other physical damage. Local Radio Support provides an operational check of equipment by a Contractor s technician. Contractor will provide an operational check which is an analysis of the equipment to identify external or internal defects. If the equipment has an external defect, or can be restored without opening the radio case, the equipment will be restored and returned to City. If the equipment has an internal defect, or is not serviceable without opening the radio case, then the equipment will require additional shop or Motorola depot service provided by Contractor. Contractor will provide a cost for repair or replacement of the following additional optional items. 1 Optional accessories: 1.1 iden accessories 1.2 iden mobile microphones 1.3 Non-Motorola mobile microphones 1.4 Mobile external speakers 1.5 Optional or additional control heads 1.6 Single and multiple unit portable chargers 1.7 Batteries 1.8 Mobile antennas 1.9 Mobile power cables, antennas and power supplies

Page 10 of 20 1.10 Subscriber preventative maintenance 1.11 Portable Remote Speaker Microphones 1.12 Portable Antenna Replacements 1.13 Mobile Remote Control Heads Contractor will have the following responsibilities: Use reasonable efforts to pick up and deliver equipment per the mutually agreed upon City location and days of week. All pick-up and delivery will be done during regular business hours. If a pick-up and delivery cannot occur according to the pre-arranged schedule, City will be contacted prior to the scheduled pick-up and/ or delivery, to arrange a mutually agreeable alternative date and/or time for pick-up /delivery Provide an operational check of equipment to determine the nature of the problem. Restore equipment with external defects that can be restored without opening the radio case Remove/ reinstall mobile or data equipment from vehicles as needed for servicing. Service shall be performed at the Contractor facility during standard business days. 2.5.2 SP-Local Subscriber Repair If Motorola does not manufacture the equipment it may be returned to the original equipment manufacturer or third party vendor for repair. Contractor will coordinate and track third-party equipment sent to the original equipment manufacturer or third party vendor for service. Once the equipment is received from the manufacturer, Contractor will contact the City to pick up the equipment or utilize the pick-up and delivery option provided that the City has pick-up and delivery as part of its SOW. 2.6 Adjustments to the annual cost: Fleet Size The annual cost may be adjusted to correspond to increases in the fleet size or the type of equipment, if such changes are at least five (5%) percent the total number of rolling stock. These adjustments may be made annually, if necessary, and may be brought forth by either party. 2.7 General Terms and Conditions The Contractor agrees to provide maintenance on the equipment identified in Exhibit A including technical labor and replacement parts at no added costs to the City. If the

Page 11 of 20 Contractor s technical representative determines that the failure has been caused by physical damage or that the repair cost will exceed 50% of the replacement cost, Contractor will not continue with the repair and will notify the City that the unit is BER (beyond economical repair). Maintenance does not include repair of equipment which has otherwise become defective, including but not limited to damage caused by accidents, physical abuse or misuse, vandalism, water, wind, fire or acts of God, nor the elimination of interference caused solely by extraneous sources and /or signal exceeding the equipment design specifications. 3 Late Submittals It is the Contractor s sole responsibility to ensure proposals are received at the City Hall Receptionist s Desk prior to the scheduled closing time specified in this RFP. Submittals will not be accepted after the deadline. Postmarks will not be accepted. Failure of, or disturbances in any mail service is not a legitimate reason for Statements of Proposals to be submitted after the above due date. Emails and facsimiles will not be accepted. 4 Evaluation of Submittals The City will evaluate submittals with the intent of selecting the most qualified Contractor. Evaluation criteria include but are not limited to the following: Evaluation Factor %Weight Cost/Value 40 Compliance with RFP requirements (Scope of Services, Proposal Format, etc) 15 Meaningful experience providing Two-Way Radio Maintenance and Inspection Services 15 Past record with municipal and/or other government agency agreements 15 Responsiveness and thoroughness of proposal 5 Level of care and support provided to internal and external customers 5 Any other factors determined by the City to be relevant to the performance of these services 5 Total 100 Note: The apparent most qualified proposer may be selected to be interviewed by City Representatives. The City reserves the right to interview as many or few proposers as deemed appropriate by the City. The City also reserves the right to make its selection without conducting interviews. After evaluation of the proposals, negotiation for the price of the agreement will commence with the top ranked proposer based on the submitted cost proposals. If agreement cannot be reached, negotiations may be initiated with the next ranked proposer.

Page 12 of 20 4.1 Rejection of Proposals The City reserves the right to reject all proposals received in response to this RFP and to waive any informality in any proposal if it is determined to be in the best interest of the City to do so. 4.2 Proposal Validity Period Submission of a proposal will signify the proposer s agreement that the proposal, and contents thereof, are valid for at least ninety (90) days following the submission of the proposal and will become part of the agreement that is negotiated with the successful Contractor. 4.3 Substitution of Personnel If one or more of the key personnel represented in the proposal becomes unavailable during the course of the programs, then the Contractor may substitute other personnel of at least equal competence upon written approval of the City. In the event that the City and Contractor cannot agree as to the substitution of key personnel, the City will be entitled to terminate the Agreement for Services with the Contractor. 4.4 Documents To Be Construed Together The RFP and all documents incorporated by reference in an agreement entered into between the Contractor and the City, and all modifications of said documents, will be construed together as one document. 4.5 Minimum Insurance Requirements The Contractor will maintain at a minimum the insurance requirements specified in the Professional Services Agreement. 4.6 Extra Work The City will have the right to make alterations, eliminations, and additions to the work. Exercise of such right will in no way void the agreement. The City and the Contractor will agree upon the value of such extra work or deleted work prior to proceeding with the said extra work. 4.7 Selection Schedule Request for proposals released: June 2, 2016 Pre-Proposal Meeting: June 14, 2016 Last day to submit questions (5:00 PM): June 16, 2016 Proposals due and received (5:00 PM): June 23, 2016

Page 13 of 20 4.8 Submittals Five (5) copies of the proposal must be received by the date and time specified above in this RFP. Hand deliver, express, or mail proposals only to: Public Works Department Attn: Bernardo Iniguez, Public Works Manager 16600 Civic Center Drive Bellflower, CA 90706 Attachments: Exhibit A: List of Operable Two-Way Radios to be maintained Exhibit B: Proposal Schedule Exhibit C: Equipment Photographs Exhibit D: Sample Service Agreement

Page 14 of 20 Exhibit A UHF Radio System Department Type Unit ID Total Administration Portable 01-05 5 Public Works Portable 06-37 32 Public Safety Portable 47-50 4 Parks & Recreation Portable 51-60 10 Community Development Portable 61-71 11 62

Page 15 of 20 Exhibit B Proposal Schedule Trunked System Safe Mobile GPS Unit Quantity Total Cost A. XPR4550 Base/Control Station 3 B. Safe Mobile GPS System 1 C. XPR4350 32 Includes Microphone Excludes Combined Radio/ GPS Antenna D. XPR6550 Portable Radio 41 Excludes Antenna Replacement Excludes Battery Replacement Excludes Belt Clip Replacement Includes Annual PMI on 41 Portables MONTHLY TOTAL E. Special pricing as needed: Contractor will reprogram the City s entire fleet each year provided that the fleet is on a current maintenance plan with the Contractor; for a per occurrence guaranteed price of

Page 16 of 20 Exhibit C Equipment Photographs

Page 17 of 20 Exhibit D Sample Service Agreement AGREEMENT FILE NO. XXX SERVICES AGREEMENT BETWEEN THE CITY OF BELLFLOWER AND CONTRACTOR FOR TWO-WAY RADIO MAINTENANCE AND REPAIR SERVICES Below you will find a checklist relating to Insurance and other requirements that are required for doing business with the. Only those items checked-off are MANDATORY, however if your standard policies exceed the minimum requirements please include. Commercial general liability insurance must meet or exceed the requirements of ISO-CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth below will be a combined single limit per occurrence for bodily injury, personal injury, and property damage for the policy coverage. Liability policies will be endorsed to name the City, its officials, and employees as additional insureds under said insurance coverage and to state that such insurance will be deemed primary such that any other insurance that may be carried by the City will be excess thereto. Such insurance must be on an occurrence, not a claims made, basis and will not be cancelable or subject to reduction except upon thirty (30) days prior written notice to the City. Comprehensive General Liability, including coverage for premises, products and completed operations, independent contractors, personal injury and contractual obligations with combined single limits of coverage of at least $1,000,000 per occurrence. Auto Liability, including owned, non-owned and hired vehicles with at least: $1,000,000 per occurrence. $100,000-300,000 per occurrence. As required by State Statutes. A copy of your current policy must be submitted naming yourself and or your company. Workers Compensation Insurance: as required by State Statute. (Not needed if Self-employed with no employees and CONTRACTOR signs statement to this effect.) Business License: The CONTRACTOR shall agree to have a current license on file at City Hall or purchase said license (at no cost to the City). Permits: Plans must be approved and permit(s) issued (no fee) by the Community, Economic and Development Services Department if appropriate. Call the Building Manager @ (310) 524-2345 if you have questions. Copy of valid picture I.D. (Drivers license etc.) PLEASE NOTE: ALL APPLICABLE INFORMATION LISTED ABOVE MUST BE OBTAINED AND ON FILE, PRIOR TO THE ISSUANCE OF A CITY PURCHASE ORDER BEING SENT TO YOU (VIA FAX OR HARD COPY) BY THE RISK MANAGER/PURCHASING AGENT, THUS AUTHORIZING COMMENCEMENT OF WORK FOR THE CITY.

Page 18 of 20 Submitted by (complete all blanks): Company Name: Company Street Address: City, State, Zip: Phone: Vendor s Email address: By (Print name & title): Vendor s Authorized Signature required: Date signed: FAX: Vendor s Web site: Originator/Department Contact: Date initiated: Department Head Approval: Risk Manager/Purchasing Agent approval: Date Approved: Date Approved: Cc: Business License; City Clerk; Purchasing Agent; Requesting Dept. name - ATTACHMENTS: Exhibit A - Scope of Work Exhibit B - Payment Schedule Exhibit C - Request for Proposals Exhibit D - Proposal Doc 337928

Page 19 of 20 1.GENERALLY. The materials, supplies, or services (collectively, Purchase ) covered by this purchase order ( order ) must be furnished by Seller subject to all the terms and conditions contained in this order which Seller, in accepting this order, agrees to be bound by and comply with in all particulars. No other terms or conditions are binding upon the parties unless subsequently agreed to in writing. Written acceptance or shipment of all or any portion of the Purchase covered by this order constitutes unqualified acceptance of all terms and conditions in this order. The terms of any proposal referred to in this order are included and made a part of the order only to the extent it specified the Purchase ordered, the price, and the delivery, and then only to the extent that such terms are consistent with the terms and conditions of this order. 2.INSPECTION. The Purchase furnished must be exactly as specified in this order, free from all defects in Seller s performance, design, workmanship, and materials, and, except as otherwise provided, is subject to inspection and test by City at all times and places. If, before final acceptance, any Purchase is found to be incomplete, or not as specified, City may reject it, require Seller to correct it without charge, or require delivery of such Purchase at a reduction in price that is equitable under the circumstances. If seller is unable or refuses to correct such items within a time deemed reasonable by City, City may terminate the order in whole or in part. Seller bears all risks as to rejected Purchases and, in addition to any costs for which Seller may become liable to City under other provisions of this order, must reimburse City for all transportation costs, other related costs incurred, or payments to Seller in accordance with the terms of this order for unaccepted Purchases. Notwithstanding City s acceptance of any Purchase, Seller is liable for latent defects, fraud, or such gross mistakes as constitute fraud. 3.CHANGES. City may make changes within the general scope of this order in drawings and specifications for specially manufactured supplies, place of delivery, method of shipment or packing of the order by giving notice to Seller and subsequently confirming such changes in writing. If such changes affect the cost of or the time required for performance of this order, an equitable adjustment in the price or delivery or both must be made. No change by Seller is allowed without City s written approval. Any claim by Seller for an adjustment under this section must be made in writing within thirty (30) days from the date of receipt by Seller of notification of such change unless City waives this condition in writing. Nothing in this section excuses Seller from proceeding with performance of the order as changed. 4. TERMINATION. City may terminate this order at any time, either verbally or in writing, with or without cause. Should termination occur, City will pay Seller as full performance until such termination the unit or pro rata order price for the performed and accepted portion of the Purchase. City may provide written notice of termination for Seller s default if Seller refuses or fails to comply with this order. If Seller does not cure such failure within a reasonable time period, or fails to perform the Purchase within the time specified (or allowed by extension), Seller will be liable to City for any excess costs incurred by City. 5.TIME EXTENSION. City may extend the time for completion if, in City s sole determination, Seller was delayed because of causes beyond Seller s control and without Seller s fault or negligence. In the event delay was caused by City, Seller s sole remedy is limited to recovering money actually and necessarily expended by Seller because of the delay; there is no right to recover anticipated profit. 6.REMEDIES CUMULATIVE. City s rights and remedies under this order are not exclusive and are in addition to any rights and remedies provided by law. 7.TITLE. Title to materials and supplies purchased under this order pass directly from Seller to City upon City s written acceptance following an actual inspection and City s opportunity to reject.

Page 20 of 20 8.PAYMENT. City will pay Seller after receiving acceptable invoices for materials and supplies delivered and accepted or services rendered and accepted. City will not pay cartage, shipping, packaging or boxing expenses unless specified in this order. Drafts will not be honored. 9.INDEMNIFICATION. Seller agrees to indemnify and hold City harmless from and against any claim, action damages, costs (including, without limitation, attorney s fees), injuries, or liability, arising out of the Purchase or the order, or their performance, except for such loss or damage arising from City s sole negligence or willful misconduct. Should City be named in any suit, or should any claim be brought against it by suit or otherwise, whether the same be groundless or not, arising out of the Purchase or order, or their performance, Seller will defend City (at City s request and with counsel satisfactory to City) and indemnify City for any judgment rendered against it or any sums paid out in settlement or otherwise. For purposes of this section City includes City s officers, elected officials, and employees. It is expressly understood and agreed that the foregoing provisions will survive termination of this order. The requirements as to the types and limits of insurance coverage to be maintained by Seller, and any approval of such insurance by City, are not intended to and will not in any manner limit or qualify the liabilities and obligations otherwise assumed by Seller pursuant to this order, including, without limitation, to the provisions concerning indemnification. 10.WARRANTY. Seller agrees that the Purchase is covered by the most favorable commercial warranties the Seller gives to any customer for the same or substantially similar supplies or services, or such other more favorable warranties as is specified in this order. Warranties will be effective notwithstanding any inspection or acceptance of the Purchase by City. 11.ASSIGNMENT. City may assign this order. Except as to any payment due under this order, Seller may not assign or subcontract the order without City s written approval. Should City give consent, it will not relieve Seller from any obligations under this order and any transferee or subcontractor will be considered Seller s agent. 12.INSURANCE. Seller must provide the insurance indicated on the face sheet of this order. 13.PERMITS. Seller must procure all necessary permits and licenses, and abide by all federal, state, and local laws, for performing this order. 14.INDEPENDENT CONTRACTOR. City and Seller agree that Seller will act as an independent contractor and will have control of all work and the manner in which is it performed. Seller will be free to contract for similar service to be performed for other employers while under contract with City. Seller is not an agent or employee of City and is not entitled to participate in any pension plan, insurance, bonus or similar benefits City provides for its employees. Any provision in this order that may appear to give City the right to direct Seller as to the details of doing the work or to exercise a measure of control over the work means that Seller will follow the direction of the City as to end results of the work only. 15.WAIVER. City s review or acceptance of, or payment for, work product prepared by Seller under this order will not be construed to operate as a waiver of any rights City may have under this Agreement or of any cause of action arising from Seller s performance. A waiver by City of any breach of any term, covenant, or condition contained in this order will not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained in this order, whether of the same or different character. 16.INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the laws of the State of California, and exclusive venue for any action involving this agreement will be in Los Angeles County.