CITY OF CHINO MODEL YEAR 2014/15 CHEVROLET TAHOE PPV POLICE PACKAGE INVITATION FOR BID IFB

Similar documents
Request for Quotation

City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID

Bid Chevrolet Silverado 2500HD 4WD Crew Cab 167.7" Work Truck INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Police Department INVITATION TO BID

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

City of Portsmouth Portsmouth, New Hampshire Police Department INVITATION TO BID

UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 10:30 a.m.

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC

SEVEN (7), 2017 OR NEWER GASOLINE POWERED, 1 TON 4x4 CREW CAB LONG BED PICKUP TRUCKS For the Boone County Public Works Department

BID # Ambulance E450 Van Chassis

GASOLINE POWERED, ¾ TON 4X4 EXTENDED CAB WITH LONG BOX PICK-UP TRUCK For the Boone County Parks & Recreation Department

Request for Quotation

City of Portsmouth Portsmouth, New Hampshire Public Works Department Parking Division Bid # INVITATION TO BID

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR. Two (2) 4 X 4 Trucks HIGHWAY DEPARTMENT. DUE BY: December 19, 2018 at 10:00 AM

University of Massachusetts Lowell. BID REQUEST 2012 FORD CLUB WAGON Bid Number # CL12-EP-0025

OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR. Two (2) 4 X 4 Trucks HIGHWAY DEPARTMENT. DUE BY: December 19, 2018 at 10:00 AM

Bid#67-17 INVITATION TO BID

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2

VARIOUS CITY VEHICLES: SEDANS, TRUCKS, AND UTILITY VEHICLES

REQUEST FOR PROPOSAL. Specifications and Proposal Documents for One New 2017 SUV 4 x 4

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Ford Transit Connect XL Cargo Van 2.

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR

PATROL VEHICLES FOR THE MACON COUNTY SHERIFF S OFFICE

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER

Dear Prospective Vendor:

Date: October 24, 2018 Re: RFB OR 2019 CHEVROLET EXPRESS RWD 3500 PASSENGER VAN EXTENDED WHEELBASE LS

REQUEST FOR QUOTATION

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

( X ) INVITATION FOR BID VENDOR: BID OPENING:

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

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

TOWN OF BARNSTABLE REGULATORY SERVICES DIVISION INVITATION FOR BID MULTIPLE FUEL EFFICIENT VEHICLE LEASE. January 26, 2011

Oyster River Cooperative School District Business Administrator s Office

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

Request for Quotation

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

City of Bristol, Tennessee P.O. Box 1189 Bristol, Tennessee Bid Reference No

INVITATION FOR BID 2019 Ford F-150 XLT Crew Cab Truck Purchases

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY MENTAL HEALTH AUTHORITY

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

REQUEST FOR PROPOSALS

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid#31-19 (re-bid Bid#24-19) New 2019 Ford F-150 XL Supercab, 6 ½ Box

The City of Oxnard invites qualified vendors to submit bids for three (3) One-half ton super cab pickups.

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

Towns (tip of South Park

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUEST FOR BID CITY OF DERBY, KANSAS FORD POLICE INTERCEPTOR UTILITY PATROL VEHICLE

REQUEST FOR QUOTATION 5156Q SUPPLY & DELIVERY OF 2 (TWO) MID SIZE SEDANS

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

City of Portsmouth Portsmouth, NH Purchasing Department/School Department INVITATION TO BID

REQUEST FOR SEALED BID PROPOSAL

Vehicle Condition Report

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Toyota 8FDU 25 Diesel Forklift INVITATION TO BID

Invitation for Bid. Purchase of Live Floor Trailer

REQUEST FOR BIDS FOR THE CITY OF MT. JULIET, TN

(1) Standby Commercial Drive Sewer Lift Station Sealed Bid (Bid ) Town of Salem, NH

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

Boise State University. Request for Quote RFQ CF passenger 4x4 Utility Vehicle

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

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

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

REQUEST FOR SEALED BID PROPOSAL

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

REQUEST FOR QUOTATION 5248Q SUPPLY & DELIVERY OF TWO (2) MID SIZE HYBRID SEDANS

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF SANTA BARBARA. REGARDING: Vehicle Acquisition IFB

REQUEST FOR SEALED BID PROPOSAL

Union County. Invitation for Bid # Agricultural Center Ceiling Replacement

ADVERTISEMENT FOR BID

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

REQUEST FOR SEALED BID PROPOSAL

TEMPORARY SERVICE APPLICATION (HYDRANT METERS)

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

INVITATION FOR BIDS FOR TRACTOR AND PULL TYPE SCRAPER NOVEMBER 22, 2005 HARNETT COUNTY

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD SCHOOL WINDOW AND DOOR REPLACEMENT

SECTION 7 WARRANTY REQUIREMENTS

REQUEST FOR SEALED BID PROPOSAL

DOCUMENTS TABLE OF CONTENTS. 1. Instructions to Bidders 2. Specifications 3. City and Borough of Sitka Standard Terms and Conditions 4.

Invitation To Bid. for

Request for Quotation

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

Vendor Information (SECTION TO BE COMPLETED BY VENDOR)

SECTION NOTICE TO BIDDERS

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

INSTRUCTIONS TO BIDDERS Thermal Imaging Camera and Equipment

INSTRUCTIONS TO BIDDERS

BHP Project IFB #

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

Transcription:

CITY OF CHINO MODEL YEAR 2014/15 CHEVROLET TAHOE PPV POLICE PACKAGE INVITATION FOR BID IFB 2014-10 APRIL 15, 2014

TABLE OF CONTENTS This solicitation package includes the sections and subsections listed below. If any of these items are missing from your solicitation package, please notify the contact identified in Section I(C). I. Submittal Information A. Introduction 1 B. Submittal Location, Closing Date, and Time 1 C. Inquiries 1 D. Bid Labeling 1 E. Bid Submittal 1 II. Technical Provisions A. Product Requirements 2 B. Estimated Quantities 2 C. Delivery, Inspection, and Pickup Instructions 2 D. Termination 2 E. Warranties F. Titles 3 III. General Information A. Waiting Period/Bid Validity 4 B. Bid Preparation Costs 4 C. Bid Inclusions 4 D. Local Business Preference 4 E. Withdrawal of Bid Before Closing 4 F. Mistake In Bid 4 G. Bid Acceptance 5 H. Interpretation of Documents 5 I. Public Record 5 J. Purchase Order Execution 6 K. Acceptance and Payment 6 L. Liens 6 M. Liquidated Damages 6 N. Federal, State, and Local Laws 7 O. Equal Employment Opportunity and Harassment Policies 7 P. Indemnification 7 Q. Award/Selection Criteria 8 R. Bid Price 8 S. References 8 IV. Forms A. Price Schedule 9 B. Prospective Supplier s Identification 10 C. Business References 11 D. Exceptions Form 12 Invitation for Bid No. 2014-10 Page No. i

TABLE OF CONTENTS V. Exhibits 1. Vehicle Specifications Model Year 2014/15 Chevrolet Tahoe PPV Police Package 13 Invitation for Bid No. 2014-10 Page No. ii

SECTION 1 SUBMITTAL INFORMATION A. Introduction: The City of Chino is accepting sealed bids at City Hall located at 13220 Central Avenue, 2 nd Floor, Chino, California 91710 for Model Year 2014/15 Chevrolet Tahoe PPV Police Package. B. Submittal Location, Closing Date, and Time: Bids will not be accepted after the closing date and time indicated. Faxed or e-mailed bids will not be accepted. BID OPENING: MONDAY, April 28, 10:00 A.M. C. Inquiries: Inquiries regarding this solicitation with respect to contractual issues and written questions should be directed as follows: Michael P. Boyd, C.P.M., Purchasing Manager Phone No. 909.334.3367 Fax No. 909.334.3721 E-mail to: Purchasing@CityofChino.org D. Bid Labeling: The bid shall be submitted in a sealed envelope with all the original pages intact. Bid envelopes must be plainly marked and submitted as follows: City of Chino 13220 Central Avenue 2 nd Floor Finance/Purchasing Division Chino, CA 91710 Re: Model Year 2014/15 Chevrolet Tahoe PPV Police Package Invitation for Bid No. IFB-2014-10 E. Bid Submittal: All Prospective Supplier s shall complete and return one (1) original and one (1) copy of their bid. All bids delivered in an express courier package shall be sealed in a separate envelope within the courier package. Any bid found to be illegible or incomplete shall be considered for rejection, whether sent by courier, mail, or by means of personal delivery. Prospective Supplier s assume full responsibility for having their bid deposited at the proper address and not later than the scheduled closing time. Faxed or e-mailed bids or modifications will not be considered. More than one (1) bid from an individual firm, partnership, or corporation under the same or different names, will not be considered. Invitation for Bid No. 2014-10 Page No. 1

A. Product Requirements: SECTION II TECHNICAL PROVISIONS THREE (3) MODEL YEAR 2014/15 CHEVROLET TAHOE PPV POLICE PACKAGE TECHNICAL SPECIFICATIONS EXHIBIT ONE B. Estimated Quantities: The City of Chino s quantities listed in Exhibit One are estimates. The City of Chino reserves the right to purchase additional vehicles at a firmfixed price quoted for a minimum of ninety (90) days after release of the City s Purchase Order. C. Delivery, Inspection and Pickup of Vehicles Instructions: The Supplier shall deliver all vehicles to the City s Public Works Service Center at 5050 Schaefer Ave., Chino, CA 91710. Supplier shall provide twenty-four (24) hours notice prior to scheduling a delivery of vehicles. Mike Kitchen, Fleet Services Supervisor Public Works Department Telephone No. 909.334-3434 D. Termination: The City may terminate this agreement immediately for violation of any provision of this agreement. In addition, City may, with or without cause and at any time, terminate this agreement upon fifteen (15) days written notice served upon Supplier. In the event of termination, the Supplier shall be paid for services performed to the effective date of termination; provided, however, that the City may condition payment of such compensation upon Supplier s delivery to the City of any outstanding inventory and upon satisfactory completion of the services or portion thereof which the Supplier has performed through the effective date of termination. E. Warranties: The successful supplier shall guarantee all workmanship, materials, and equipment he has furnished for a period of one (1) year after the final acceptance of the equipment and/or material; and, if during the guaranteed period, any defect or faulty materials are found, the supplier shall immediately, upon notification by the Purchasing Manager, proceed at the supplier s own expense to replace and repair same, together with any damage to all finishes, fixtures, equipment, and furnishings that may be damaged as a result of this defective equipment or workmanship. All Prospective Supplier s shall furnish with their Bid Proposals, copies of the manufacturer's standard warranties. Warranties shall cover individual parts and units as well as complete assemblies. Warranty to be standard manufacturer's warranty. Warranty work will be performed at a dealership in the area in which the vehicle is assigned. Warranty period will start on the day the vehicle is put into service by the City of Chino and not the day of delivery. Warranty start date shall not exceed one year. Use of other than original equipment parts will not void warranty. Warranty cards to be delivered to City of Chino Fleet Management. Invitation for Bid No. 2014-10 Page No. 2

F. Bill of Sales and Vehicle Documents: Dealer to furnish Dealer's Bill of Sale in the name of City of Chino, P.O. BOX 667 Chino, California 91708. Invitation for Bid No. 2014-10 Page No. 3

SECTION III GENERAL INFORMATION Note: It is the Prospective Supplier s responsibility to examine the Invitation for Bid: Solicitation in its entirety prior to submitting a Bid. A. Waiting Period/Bid Validity: All Prospective Supplier s are alerted a waiting period of up to ninety (90) days from the date of the bid opening may be required before an award is made. Prospective Supplier s shall assume full responsibility for the effect of such a delay on all proposed prices and terms. B. Bid Preparation Costs: The City of Chino is not, nor shall be deemed, liable for any costs incurred by Prospective Supplier in the preparation, submittal, or presentation of their bid. C. Bid Inclusions: The Invitation for Bid documents shall be returned in their entirety with all applicable portions fully completed by the Prospective Supplier. All Prospective Supplier s are encouraged to review and confirm their bid includes and specifically addresses each of the following bid requirements prior to submitting. Pricing Schedule (See Section IV) Prospective Supplier Identification Form (See Section IV) References Form (See Section IV) Exception Form (See Section IV) Warranty Form (See Section IV) Local Business Preference Application (If Applicable) D. Local Business Preference: The City of Chino has adopted a Local Business Preference Ordinance (Ordinance #96-08) in order to promote City businesses. The terms of the ordinance provide the City with the option of reducing bids from qualified local vendors by as much as five percent (5%) in determining the lowest responsible bid. Contracts will be awarded at the preference bid amount. If your company is located within the City, you may qualify for this preference under the guidelines of the Local Business Preference Ordinance. In order to comply under the terms of the local Business Preference Ordinance, companies responding to a City Invitation for Bid must request and submit a Local Business Preference Application with their bid proposal. E. Withdrawal of Bid Before Closing: Any Prospective Supplier may request the withdrawal of their submitted bid, either in person, by telephone, or written request, at any time prior to the scheduled closing date and time. Upon receiving the written request to withdraw any bid, City of Chino will consider the Prospective Supplier s bid null and void, and return the bid to the Prospective Supplier unopened. Withdrawal of Prospective Supplier s bid will not prejudice Prospective Supplier s re-submittal for this or any future bid(s). F. Mistake in Bid: Any Prospective Supplier may withdraw their bid after the bid opening, subject to restrictions indicated below, only the Prospective Supplier can establish to the City of Chino s satisfaction a mistake was made in preparing the bid. 1. A Prospective Supplier declaring a mistake must provide a written notice to the City of Chino within five (5) calendar days following the scheduled closing date, Invitation for Bid No. 2014-10 Page No. 4

specifying in detail, how the mistake occurred and how the mistake made the bid materially different than was intended. 2. Withdrawal of the bid will only be permitted for mistakes made in the completion of the bid. A Prospective Supplier who claims a mistake shall be prohibited from submitting further bids in which the mistake in bid was claimed. (Public Contract Code 5105). G. Bid Acceptance: The City of Chino reserves the right to accept or reject any or all bids, or discrepancies or omissions in the specifications of the Invitation for Bid, if such action is deemed to be in the best interest of the City of Chino. Additionally, be advised that if all valid bid prices received are found to exceed the budget appropriated for this project, the City of Chino may reject all bids. H. Interpretation of Documents: During the bid solicitation period should a Prospective Supplier find discrepancies or omissions in the specifications of the Invitation for Bid or should the Prospective Supplier be in doubt as to their interpretation, the Prospective Supplier shall immediately notify the contact indicated in Section I-C above. Should it be found necessary, an addendum will be sent to all Prospective Supplier s. Any addenda issued prior to the scheduled Invitation for Bid closing date and time, shall form a part of this solicitation and shall become a part of the submitted bid. Any Prospective Supplier s found to be soliciting other members of City staff or Officials during the bid process could be automatically disqualified from any further consideration. Exceptions to this Invitation for Bid: Any changes from the provisions of this Invitation for Bid, which may be requested by the Prospective Supplier, shall be specifically noted on the Exceptions Form (See Section IV). I. Public Record: Upon award, the results of the bid opening will become available. Be advised that all information contained in bids submitted in response to this solicitation shall be subject to the California Public Records Act (Government Code Section 6250 et seq.), and information use and disclosure are governed by this act. Those elements in each bid which the Prospective Supplier considers to be trade secrets, as that term is defined in Civil Code Section 3426(d), or otherwise exempt by law from public disclosure, should be prominently marked as Trade Secret, Confidential, or Proprietary by the Prospective Supplier. The City of Chino will use its best efforts to inform the Prospective Supplier of any request for disclosure of any such document. However, the City of Chino, shall not in any way, be liable or responsible if the disclosure is deemed to be required by law or by an order of the Court. In the event of litigation concerning disclosure of information, the Prospective Supplier considers exempt from disclosure, the City of Chino will act as a stakeholder only, holding the information until otherwise ordered by a court or other legal process. If the City of Chino is required to defend an action arising out of a Public Records Act request, for any of the contents of a Prospective Supplier s bid marked Trade Secret, Confidential, or Proprietary Prospective Supplier shall defend and indemnify the City of Chino from any and all liability, damages, costs, and expenses, including attorneys fees, in any action or proceeding arising under the Public Records Act. Invitation for Bid No. 2014-10 Page No. 5

To ensure confidentiality, Prospective Suppliers are instructed to enclose all Trade Secrets, Confidential, or Proprietary data in separate sealed envelopes, which are then included with bid documents. Because the bid documents are available for review by any person following the Invitation for Bid opening and during the bid review period, and after an award of Purchase Order resulting from a Invitation for Bid, the City of Chino shall not in any way be held responsible for disclosure of any Trade Secret, Confidential, or Proprietary documents that are not contained in labeled and sealed envelopes. J. Purchase Order Execution: The City of Chino shall award a Purchase Order to the selected Prospective Supplier for the product/service to be provided. K. Acceptance and Payment: Prospective Supplier s invoice(s) shall include a reference to the Purchase Order number issued for the product/service and be accompanied by detailed supporting documentation, to include information on product/service rendered. The City of Chino shall pay the Prospective Supplier s properly executed invoice, subject to receipt and acceptance of product/service and approval by the City s designated approving agent, within thirty (30) days following receipt of the invoice. Payment will be withheld for any products/services, which do not meet or exceed contractual requirements until such products/services are replaced, resubmitted, and accepted by the City s designated approving agent. L. Liens: The Prospective Supplier shall pay all sums of money that become due from any labor, services, materials or equipment furnished to Prospective Supplier on account of said product/services to be furnished as a result of the Invitation for Bid. And that may be secured by any lien against the City of Chino. The Prospective Supplier shall fully discharge such lien not later than the time of performance of the obligation. M. Liquidated Damages: All time limits stated in the Purchase Order are time sensitive. Should the delivery not be completed on or before the time stipulated, it is mutually agreed by and between the successful Supplier and the City of Chino that: 1. A delay in delivery would seriously affect the public and the operation of the City of Chino. Therefore, a reduction in the unit price of one hundred dollars ($0) per calendar day for each and every day for each unit, which exceeds the delivery time set forth in the Purchase Order, is the nearest measure of damage for each delay that can be fixed at this time. The City and the successful Supplier hereby establish said reduction in the unit price of one hundred dollars ($100) per calendar day for each and every day of delay for each unit as liquidated damages and not as a penalty or forfeiture for the breach of agreement to complete delivery by the successful bidder on or before the time specified in the Purchase Order. 2. Liquidated damages shall not apply to time elapsing between date of delivery and date of notification to the successful Supplier of rejection of sub-specification material. 3. The above conditions may be invoked if deliveries exceed the specified time or if replacement of material not meeting specifications exceeds specified time. 4. Should the successful Supplier be obstructed or delayed in the work required to be done herewith by changes in the work or by any default, act, or omission of the City, or by strikes, fires, acts of God, or by the inability to obtain materials, equipment, or labor due to Federal Government restrictions arising out of the defense or war program, then Invitation for Bid No. 2014-10 Page No. 6

the time of completion shall be extended for such periods as may be agreed upon by the City and the successful Supplier. 5. If there is insufficient time to grant such extensions prior to the completion date of the contract, the City may, at the time of acceptance of the work, waive liquidated damages which may have accrued for failure to complete the work on time, due to any of the above, after hearing evidence as to the reason for such delay and making a finding as to the cause of same. 6. In the event that the successful Supplier is on strike at the time of the award of the bid, the City reserves the option to accept the first acceptable bid from a manufacturer that is not on strike. N. Federal, State, and Local Laws: The Prospective Supplier and all sub-contractors shall comply with all applicable federal, state and local laws, rules, and regulations. O. Equal Employment Opportunity and Harassment Policies: The City of Chino is committed to creating and maintaining an environment free from harassment and discrimination. To accomplish these goals, the City of Chino has established procedures regarding the implementation and enforcement of the City of Chino s Equal Employment Opportunity and Harassment Policies. A copy of either of these policies can be obtained by contacting the Purchasing Manager for this solicitation. Please advise any of your staff who believe they might have been harassed or discriminated against while on City of Chino property, to report said possible incident to either the Purchasing Manager or the City s Human Resource Director. Please be assured any possible infraction will be thoroughly investigated by the City of Chino. P. Indemnification: To the fullest extent permitted by law, Prospective Supplier shall indemnify and hold harmless and defend the City of Chino, its council, directors, officers, employees, or authorized volunteers, and each of them from and against: 1. Any and all claims, causes of actions, damages, costs, expenses, losses or liabilities, in law or in equity, of every kind or nature whatsoever for, but not limited to, injury to death of any person including City of Chino and/or Prospective Supplier, Prospective Supplier s subcontractors, or any council, directors, officers, employees, or authorized volunteers of the City of Chino or Prospective Supplier, and damages to or destruction of property of any person, including but not limited to, the City of Chino and/or Prospective Supplier, Prospective Supplier s subcontractors, or any directors, officers, employees, or authorized volunteers, arising out of or in any manner directly or indirectly connected with the work to be performed under this solicitation, however caused, regardless of any negligence of the City of Chino or Agency or its council, directors, officers, employees or authorized volunteers, except the sole negligence of willful misconduct or active negligence of the City of Chino or its council, directors, officers, employees, or authorized volunteers. 2. Any and all actions, proceedings, damages costs, expenses, penalties or liabilities, in law or equity, or every kind or nature whatsoever, arising out of, resulting from or on account of the violation of any governmental law or regulation, compliance with which is the responsibility of Prospective Supplier. 3. Any and all losses, expenses, damages (including damages to the work itself), attorneys fees and other costs, including all costs of defense, which any of them may incur with respect to the failure, neglect, or refusal of Prospective Supplier to Invitation for Bid No. 2014-10 Page No. 7

faithfully perform the work and all of the Prospective Supplier s obligations under this solicitation. Such costs, expenses, and damages shall include all costs, including attorney s fees, incurred by the indemnified parties in any lawsuit to which they are a party. Q. Award/Selection Criteria: The City of Chino anticipates a single award in conjunction with this bid activity to the Prospective Supplier judged to be the most capable of accomplishing all specified requirements in a cost-effective and time efficient manner. The following criteria will be included in the rating process for selection of the award recipients(s). 1. Proposed price; 2. Manufacture and delivery lead time; 3. Past record of performance in providing similar services; including such factors as timely response and cooperation; and 4. Any other proposed customer features or discounts (e.g. accelerate payment discount). Sealed bids will be referred to the City Council for consideration at their next regularly scheduled meeting. Unless all Bids are rejected or the Invitation for Bid is cancelled, the Purchase Order will be awarded to the lowest responsible and responsive Prospective Supplier whose bid meets the requirements and criteria set forth in the Invitation for Bid. R. Bid Price: The Prospective Supplier s proposed price(s) shall be indicated on the Bid Pricing Schedule located within this document in Section IV. Each Prospective Supplier must fully complete all parts of the Bid Pricing Schedule, or the bid may be rejected. S. References: The Prospective Supplier shall have been in business for a minimum of three years and provide a list of at least three (3) client references to which they have provided similar product within the last five (5) years. Please include current points of contact, telephone numbers, and a brief description of the product that was involved. (See References Form contained in Section IV of this document). Invitation for Bid No. 2014-10 Page No. 8

SECTION V FORMS PRICING SCHEDULE A. References: Prospective Supplier shall fully complete this Pricing Schedule. Pricing shall be stated as Net-Prices, whereas; Net-Price shall represent the total and final cost to the City of Chino for three (3) Model Year 2014/15 Chevrolet Tahoe PPV Police Package as specified in the Vehicle Specifications Section (Refer to Exhibit One). Net- Price shall include costs associated with all equipment, transportation, delivery, taxes, and all other related costs necessary to supply the vehicles per the City s specifications. B. Bid Schedule: MODEL 2014 VEHICLE UNIT COST SALES TAX 8% TIRE FEES TOTAL NET PRICE GRAND TOTAL COST (Based on three units.) $ $ $ $ $ PROJECTED DELIVERY DATE: MODEL 2015 VEHICLE UNIT COST SALES TAX 8% TIRE FEES TOTAL NET PRICE GRAND TOTAL COST (Based on three units.) $ $ $ $ $ PROJECTED DELIVERY DATE: Note: Determination of 2014 or 2015 vehicle will be based on availability Invitation for Bid No. 2014-10 Page No. 9

C. Bid Signature: The undersigned agrees, if this bid is accepted by the City of Chino within ninety (90) calendar days after the date of the bid opening, to supply material as specified in strict accordance with the Invitation for Bid specifications. Prospective Supplier s Signature Company Name Printed Name Title Date Invitation for Bid No. 2014-10 Page No. 10

SECTION IV FORMS B - PROSPECTIVE SUPPLIER S IDENTIFICATION 1. Legal Name of Prospective Supplier: 2. Street Address: 3. Mailing Address: 4. Business Address: 5. Facsimile Telephone: 6. E-Mail Address: 7. Type of Business (Sole Proprietor, Partnership, Corporation, Other): (If corporation, indicate State where incorporated) 8. Business License Number issued by the city where the Prospective Supplier s principal place of business is located: 9. Federal Tax Identification Number: 10. Prospective Supplier s Fleet Manager: Invitation for Bid No. 2014-10 Page No. 11

SECTION IV FORMS C - REFERENCES Provide a least three (3) references for which similar services have been provided within the last three (3) years. 1. Agency: Address: City/State/Zip: 2. Agency: Address: City/State/Zip: 3. Agency: Address: City/State/Zip: Contact Person: Telephone No.: Email Address: Contact Person: Telephone No.: Email Address: Contact Person: Telephone No.: Email Address: Invitation for Bid No. 2014-10 Page No. 12

SECTION IV - FORMS D - Exception Form Should Prospective Supplier take exception to any of the terms and conditions or other contents provided in the Invitation to Bid List the exceptions below. This completed form must be returned with your bid package. If no exception(s) are taken, enter None for the first item. (Make additional copies of this form as necessary.) Page Number: Section Title: Paragraph Number: Exception Taken: Page Number: Section Title: Paragraph Number: Exception Taken: Page Number: Section Title: Paragraph Number: Exception Taken: Page Number: Section Title: Paragraph Number: Exception Taken: Page Number: Section Title: Paragraph Number: Exception Taken: Page Number: Section Title: Paragraph Number: Exception Taken: Invitation for Bid No. 2014-10 Page No. 13

Exhibit One Chevrolet 2014/15 PPV Police Package Specifications (Page 1 of 4) CAB WIPERS: SEATS: POWER SEAT: CONSOLE: FLOOR COVERING: DASH GAUGES: ON STAR: POWER WINDOW: POWER DOOR LOCK: Intermittent wipers with washers Front reclining bucket seats with custom cloth trim in dark graphite with console delete rear bench seat to be vinyl (code 5T5) Driver seat to be power 6-way with power lumbar (Code 0119C) Center console delete Vinyl, black with rubber floor mats Certified speedometer - 140 MPH, fuel gauge, volt meter, engine temperature, oil pressure and tachometer On Star delete Rear window inoperative from rear seat switches (Code 6N5) Power door lock inoperative from rear seat (Code 6N6) REAR DOOR HANDLES: Rear inside door handle to be inoperative (code 6B2) WINDOWS & DOOR LOCKS: AIR CONDITIONER & HEATER: BACK WINDOW: Power Factory installed. Manual controls Electric defogger Invitation for Bid No. 2014-10 Page No. 14

Exhibit One Chevrolet 2014/15 Tahoe PPV Police Package Specifications (Page 2 of 4) REAR VIEW MIRROR: KEYS: WARNING TONES: Day/Night type Key code G1043, Door and ignition to be the same (4 keys) Key in ignition, door open and lights on to be inoperative LIGHTING: Daytime running lights to be inoperative (code 9G8) GLASS: SIDE MIRRORS: STEERING: RADIO: AIR BAGS: INTERIOR LIGHTS: RADIO SUPPRESSION: SPOTLIGHTS: Tinted front doors and windshield. Rear doors, side glass, and back window to be dark tint (privacy tint) Left and right power mirrors, largest below eye-line available Variable ratio power steering with tilt steering wheel AM/FM stereo with digital clock, four speakers, factory installed Driver, passenger front and side air bags Interior lights to be dash controlled, interior light will not come on when doors are opened. Ground strapping of body in various locations Left and right side, factory installed (code7x7) BODY PAINT COLOR: LUGGAGE RACK: Black base, white doors and roof Delete Invitation for Bid No. 2014-10 Page No. 15

Exhibit One Chevrolet 2014/15 Tahoe PPV Police Package Specifications Page 3 of 4 BODY FRONT & REAR BUMPERS: Black GRILLE: DOOR MOLDING: TAIL GATE: TOW HOOKS: SKID PLATE: SUSPENSION: TIRES: RIMS: SPARE TIRE: PAINT COLOR: TIRE PRESSURE: Black Front and rear door side molding, color white (Code B85) Lift gate with lift gate glass; with rear wiper and washer Delete Factory installed skid plate package Heavy-duty police rated for high speed use V-rated P265/60R17 Heavy-duty steel with small hubcap Full size spare tire with under body carrier Black base, white doors and roof Tire pressure monitoring system DRIVE TRAIN ENGINE: EMISSIONS: 5300 V8 California Emissions (code YF5) Invitation for Bid No. 2014-10 Page No. 16

Exhibit One Chevrolet 2014/15 Tahoe PPV Police Package Specifications Page 4 of 4 TRANSMISSION: REAR AXLE RATIO: BATTERY: ALTERNATOR: COOLING SYSTEM: OIL COOLER: TRANSMISSION COOLER: BRAKES: 6-speed automatic with tow/haul mode delete 3:08 to 1 non-locking 730 CCA Dual battery (code BY9) 160 AMP minimum Heavy-duty largest capacity available with electric cooling fans and silicon hoses Engine oil auxiliary cooler oil to coolant (factory installed) Auxiliary transmission oil cooler oil to air (factory installed) Four-wheel disc brakes with A.B.S. Invitation for Bid No. 2014-10 Page No. 17