Loading...
Resolution 2019-39 Resolution No. 2019-39 A RESOLUTION OF THE UNITED CITY OF YORKVILLE,KENDALL COUNTY,ILLINOIS, APPROVING A JOINT PURCHASE AGREEMENT FOR RADIOS,ACCESSORIES AND LICENSES WHEREAS, the United City of Yorkville, Kendall County, Illinois (the "City") is a duly organized and validly existing municipality of the State of Illinois pursuant to the 1970 Illinois Constitution and the Illinois Municipal Code, as from time to time amended (the "Municipal Code") (65 ILCS 5/65-1-1-2, etseq.); and, WHEREAS, the City is a participating agency in the KenCom Public Safety Dispatch Center which is the Emergency 9-1-1 public safety answering point for Kendall County, Illinois ("KenCom"); and, WHEREAS, KenCom has advised all participating agencies of the need to acquire radio digital and encrypted licensing, (collectively,the"Equipment")in order to permit digital channels for all users of KenCom's services; and, WHEREAS, in response to a Request for Proposal for the Equipment, A Beep, LLC was determined to be the lowest responsible bidder and is recommended as the provider of choice. NOW,THEREFORE,BE IT RESOLVED,by the Mayor and City Council of the United City of Yorkville, Kendall County, Illinois, as follows: Section 1. That the Contract for the Joint Purchase of Radios, Accessories and Licenses for Multiple Agencies in accordance with the Contract Documents attached hereto and made a part hereof,by and between the United City of Yorkville and A Beep, LLC, an Illinois limited liability company is hereby approved and the Mayor and City Clerk are authorized to execute. Section 2. That this Resolution shall be in full force and effect from and after its passage and approval as provided by law. Resolution No.2019-39 Page 1 Passed by the City Council of the United City of Yorkville, Kendall County, Illinois, this 26`"day of November, A.D. 2019. — Gcw CITY CLERK KEN KOCH AYE DAN TRANSIER AYE JACKIE MILSCHEWSKI AYE ARDEN JOE PLOCHER AYE CHRIS FUNKHOUSER AYE JOEL FRIEDERS AYE SEAVER TARULIS AYE JASON PETERSON ABSENT APPROVED by me, as Mayor of the United City of Yorkville, Kendall County, Illinois, ItI this a'5 day of U-RX , A.D. 2019. MAYOR Attest: C� City Clerk Resolution No.2019-39 Page 2 UNITED CITY OF YORKVILLE 800 GAME FARM ROAD YORKVILLE,ILLINOIS 60560 CONTRACT THIS CONTRACT made this 20h day of November 2019, by and between the United City of Yorkville, an Illinois municipal corporation hereinafter called the"Owner" and A Beep, LLC,located at Joliet, Illinois, hereinafter called the"Contractor". WITNESSETH: WHEREAS,the Owner has heretofore solicited Bid Proposals for all labor and materials necessary to complete the work specified in the Request for Proposal for the Joint Purchase of Radios, Accessories, and Licenses For Multiple Agencies; WHEREAS,the Owner has found that the Contractor is the lowest responsible bidder for said work and has awarded the Contractor this contract for said work. NOW,THEREFORE,for and in consideration of their mutual promises and agreements, the parties hereto do hereby agree as follows: 1. The Contractor agrees to furnish all materials, supplies, tools, equipment, labor and other services necessary to commence and complete the Joint Purchase of Radios,Accessories, and Licenses For Multiple Agencies proposal in accordance with the conditions and prices stated in the Invitation to Bid, Instructions to Bidders — General Conditions, Special Conditions, Insurance Requirements, Specifications and Plans, Bid Proposal, and Detail Exception Sheet all of which are made a part hereof and herein called the"Contract Documents". 2. The Owner will pay the Contractor in the amounts, manner and at times as set forth in the Contract Documents. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials,this Contract as of the day and year first above written: OWNER: UN IT IF YORKVILLE By: J Mayor a aSaoaa Attest: 0� CONTRACT City Clerk By: Signature �, Attest: C n p -,L 6 ' f" Print Name and Title o -0; ILL REQUEST FOR PROPOSAL (RFP) JOINT PURCHASE OF RADIUS, ACCESSORIES, AND LICENSES FOR MULTIPLE AGENCIES PROPOSALS DUE: OCTO►BER 30, 2019 AT 9:00 A.M. KENCom POLICE-FrIW-mom b, t Request for Proposals- Joint Purchase for Radios, Accessories and Licenses 1. INTRODUCTION The Village of Oswego is accepting sealed proposals from qualified and experienced Vendor who is interested in providing radios,accessories,and licenses to KenCorn Public Safety Dispatch(KcnCom)police agencies and any other agencies who should choose to participate in this joint purchase. KenCom Public Safety Dispatch is an Emergency 9-1-1 Public Safety Answering Point (Dispatch Center)serving the Kendall County Sheriff's Office,the police departments of the Village of Oswego,United City of Yorkville,City of Plano,Village of Montgomery and many other departments. The term-Agencies"whenever used in this document shall be to mean the Village of Oswego, United City of Yorkville,City of Plano,Village of Montgomery, Kendall County Sheriff s Office. Kendall County Coroner's Office and KenCorn Public Safety Dispatch Center, It. SPECIFICATIONS 1) Portable Radios-Kenwood AW-5300 K2 UMF a) Included: • NX-5300 K2 Portable Radio Chassis • NXDN Dip-Talk Service Plan Activation and one-year service for KenCom Single Talk Group to be used for back up and OTAP • NXDNV Conventional/TYPE-C(Gen I/Gen2)Trunking • Belt Clip(KBH-1 1) • Universal Connector Cap • User Guide b) Included Accessories: • Speaker Microphone(KMC-70M) • Antenna,UHF, Whip(KRA-27) • Battery(Li-Ion,3400mAH(KNB-L3M) • Charger, Single Unit,Rapid(KSC-32) • Hard leather case with A Wedge swivel belt loop(KW90312-VBW) c) Included Warranty: • Manufacturer: 3 Year • Accessories: I Year 2) Mobile Radios-Kenwood NX-5800K UHF a) Included: • NXDN Diga-Talk Service Plan Activation and one-year service for KenCorn Single Talk Group to be used for back up and OTAP • NXDN,*Conventional/TYPE-C (Gcnl/Gen2)Trunking • DTMF • Vehicle Coax Kit 2 1 P a f7,e Request fir Proposals— Joint Purchase for Radios, Accessories and Licenses • 460MHL Whip, Straight RF Antenna 450MHz—470MH-z OdB NMO Base Mount • User Guide b) Included Warranty: • Manufacturer 3 Year • Accessories: I Year 3) License Keys for New and Existing NX5W Radios a) NXDN Diga-Talk Service Plan Activation and one-year service for KenCorn Single Talk Group to be used for back up and OTAP b) P25 Conventional Fcatures(KWD-5100CV) c) AES&DES Encryption Module(KWD-AE31 K) d) L-5004 Install KWD-AE3 1 Kin NX-5000 series 4) Agency Optional Accessories a) Rapid rate 6-unit charger CEC Compliant(KSC-326AK) b) Battery(Li-Ion,34OOmAI4(KNB-L3M) 5) Licenses a) KPG-AF I K AES/DES Encryption Software Key Loader for KWD-AE31 K Authentication by KPT-30OLMC is required.Note: KPG-AEI is a U.S.DOC/BIS Export Controlled Item(ECCN 5D002A). b) KPG-DINK License Key for KPG-DINK Programming Software for NX-5000 Portable/Mobile(Windows*Vista/7/8/8.1) c) KPG-46XM full Speed USI3 Programming interface cable d) KPG-36XM full Speed USB Programming interface cable 6) Instaflation a) Installation labor to remove existing radio and install dash mount radio. b) Installation labor to remove and replace existing coax,mount.and antenna. c) Labor radio programming per each Agency and KcnCom Specifications. Ill. WARRANTIES FOR SUPPLIES AND SERVICES Vendor shall ensure that all manufacturers' warranties are transferred to the Agencies individually and shall provide a copy of the warranty.These warranties shall be in addition to all other warranties,express,implied or statutory,and shall survive the Agencies payment, acceptance,inspection or failure to inspect the supplies. Vendor warrants that all services will be performed to meet the requirements of the agreement in an efficient and effective manner by trained and competent personnel.Vendor shall monitor performances of each individual and shall reassign immediately any individual who is not performing in accordance with the agreement.who is disruptive or not respectful of others in the workplace,or who in any way violates the agreement or Agencies policies. 3 1 P a Request,for Proposals- Joint Purchase,for Radios. Accessories and Licenses IV. VENDOR REQUIREMENTS Vendor must be an authorized dealer or authorized reseller of the equipment. V. POTENTIAL PURCHASE QUANTITY �--�----- °,fin Kendall County Sherriff 118 46 164 164 e Vill of Oswego* 10 24 94! 94 Vil c of Mono 35 _. 0 50 5 _, United City *of Yorkville 5 � 17 _ 55 55 City _ �of Plano 29 11 40 40 KenCom 5 0 5 5 Kendall Count Coroner � 5 2 1..__.._ 7 TOTAL i 415 4,15 *The Village of Oswego and the United City of Yorkville have previously purchased a majority of their portable radios. VI. SCHEDULE s Ps�� �Iwelle� . Release to the Public October 8,2019 Final hate to Submit Questions October 18.2019,by 3:00 pm an Addendum Posted if _ October 22,2019,by 12:00 pm Emailed Pro sals Due October 30,2019 at 9:00 am A encics Board/Council agreement A rousts November 2019 Di ital licensing on all portable radios FY2021 -Encryption licensing on all portable radios FY2022 Digital and Encryption on all mobile radios FY2023 Purchase Complete/Contract Expiration Date December 31,2023 4 ) Pa o Requestjbr Proposals -- Joint Furchasefor Radios, Accessories and Licenses GENERAL CONDITIONS I. JOINT PURCHASING All public agencies as defined by the Illinois Governmental Joint Purchasing Act,as well as not- for-profit agencies that qualify under Section 45-35 of the Illinois Procurement Code,are eligible to participate in joint purchasing programs. ILL COMP.STAT. ANN §220/2. Definitions for the purpose of this Act: The term"public agency"shall mean any unit of local government as defined in the Illinois constitution of 1970, any school district,any public community college district,any public building commission,the State of Illinois,any agency of the State government or of the United States,or of any other State, any political subdivision of another State,and any combination of the above pursuant to an intergovernmental agreement which includes provisions for a governing body. Illinois statues,525/2 from Ch. 85,par. 1602.(Governmental Joint Purchasing Act),authorizes that any governmental unit may purchase personal property,supplies,and services jointly with one or more other governmental units. All such joint purchases shall be by competitive solicitation as provided in Section 4 of this Act. 11. PREPARATION AND SUBMISSION OF PROPOSALS A. Each Proposal shall be submitted on the exact form furnished. All blank spaces for Proposal prices, unit costs and alternates must be filled in using both words and figures if indicated. In case of any discrepancy in the amount Proposal,the prices expressed in written words shall govern. B. Each Responder must submit the following items in their elemm k pEQp2§W packet: I. Subcontractors List 2. References 3. Detailed Exception Sheet 4. Signed Proposal Sheet 5. Signed Respondent Proposal Agreement C. Vendors may attach separate sheets to the Proposal for the purpose of explanation,exception, alternate Proposal and to cover unit prices.if needed- D. Vendors may withdraw their Proposal either personally or by written request at any time before the hour set for the Proposal opening and may resubmit it_ No Proposal may be withdrawn or modified after the Proposal opening except where the award of the agreement has been delayed for a period of more than thirty(30)days. E. In submitting this Proposal,the Responder further declares that the only person or party interested in the Proposal as principals are those named herein;and that the Proposal is made without collusion with any other person,firm or corporation. F. The Responder further declare-,that he has carefully examined this entire Proposal Package.and he has familiarized himself'with all of the local conditions affecting the agreement and the detailed requirements of this work and understands that in making the Proposal he waives all rights to plead a misunderstanding regarding same. 5 1 P Request for Proposals- Joint Purchase for Radios. Accessories and Licenses G. The Responder further understands and agrees that if this proposal is accepted,he is to furnish and provide all necessary machinery,tools,apparatus,and other means to do all of the work and to famish all of the materials specified in the aft,except such materials as are to be furnished by the owner(Agencies),in the manner and at the time therein prescribed, and in accordance with the requirements therein set forth. 11. The Responder further agrees that if the Agencies decides to extend or shorten the work, or otherwise alters it by extras or deductions, including the elimination of one or more of the items,as provided in the specifications,he will perform the work as altered,increased or decreased. I. The Responder further agrees that the Agencies representative may at any time during the progress of the work covered by the Agreement,order other work or materials incidental thereto and that all such work and materials as do not appear in the Proposal or Agreement as a specific item covered by a lump sum price,and which are not included under the Proposal price for other items in the Agreement,shall be performed as extra work. J. The Responder further agrees to execute all documents within this Proposal Package, for this work and present all of these documents to the Agencies. K. The Responder further agrees to execute all documents within this Proposal Package, obtain a Certificate of Insurance for this work and present all of these documents within fifteen(15)days after the receipt of the Notitx of Award and the Agreement. L. By submitting a Proposal,the Responder understands and agrees that,if his proposal is accepted,and he fails to enter into an agreement forthwith,he shall be liable to the Agencies for any damages the Agencies may thereby suffer. M. No Proposal shall be considered unless the party offering it shall hmiish evidence satisfactory to the Agencies that he has the necessary facilities,ability,and pecuniary resources to fWfill the conditions of the Agreement N. Proposals shall be emailed to cparker( oswegoil.org.by October 30,2019 at 9:00 a.m. local time. III. ADDITIONAL INFORMATION REQUEST Questions regarding this Proposal and specific questions regarding the specifications in this Proposal can be emailed to Carri Parker,Purchasing Manager, Village of Oswego, 100 Parkers Mill,Oswego,IL 60543 or email c-parkcroswegoil.org.Answers will be provided in writing to all potential Responders;No oral comments will be made to any Responder as to the meaning of the Proposal and Specifications or other Proposal documents.Responders will not be relieved of obligations due to failure to examine or receive documents, visit the site or become familiar with conditions or facts of which the Responder should have been aware of,and the Agencies will reject all claims related thereto. Information(other than in the form of a written Addendum issued by the Agencies)from any officer,agent,or employee of the Agencies or any other person shall not affect the risks or obligations assumed by the Responder or relieve him from fulfilling any of the conditions and obligations set forth in the Proposal and other agreement documents. Before the Proposals are opened,all modification or additions to the Proposal documents will be made in the form of a written Addendum issued by the Agencies. Any Addendum issued will be posted on the Agencies website. In the event of a conflict with the original agreement documents,addenda 6 1 P i -. Request for Proposals - Joint Purchase for Radios, Accessories and Licenses shall govern all other agreement documents to the extent specified. Subsequent addenda shall govern over prior addenda only to the extent specified. The Responder shall be required to acknowledge receipt of the formal Addendum by signing the Addendum and including it with the Proposal quotation.Failure of a Responder to include a signed formal Addendum in its Proposal quotation shall deem its quotation non-responsive: provided,however,that the Agencies may waive this requirement if it is in its best interest. IV. VENDORS RESPONSIBILITY The Responder is responsible for being familiar with all conditions,instructions,and documents governing this project and Proposal.Failure to make such investigation and preparations shall not excuse the Vendor from the performance of the duties and obligations imposed under the terms of this agreement.The Responder acknowledges that local ordinance permits the Agencies to give preference to local businesses. A. The Agencies is exempt from Federal excise tax and the Minois Retailers Occupation Tax. This Proposal cannot include any amounts of money for these taxes. B. To be valid, the Proposals shall be itemized so that selection for purchase may be made, thus being included in the price of each unit the cost of delivery(FOB Destination). C. The Agencies shall reserve the right to add or to deduct from the babe Proposal and/or alternate Proposal any item at the prices indicated in the iternizadon,of the Proposal. D. All Proposals shall be good for thirty(30)days from the date of the Proposal opening. E. Responders shall be required to comply with all applicable federal,state and local laws, including those relating to the employment of labor without discrimination on the basis of age,race,color handicap,sex,national origin or religious creed and prevailing wages V. AWARD OF PROPOSAL An agreement will be awarded by each participating agency and their respective corporate authorities will make the final award of the proposal.The successful Responder and each Agency will execute an agreement set forth in the proposal package within fourteen(14)days from the award of the agreement. The Agencies reserve the right to reject any or all proposals. No proposal shall be withdrawn for a period of thirty(30)days after the proposal opening date without the consent of the Village. In addition to price,the Agencies will consider- • Ability,capacity,and skill to fulfill the agreement as specified. • Ability to supply the commodities,provide the services or complete the construction promptly,or within the time specified,without delay or interference. • Character,integrity,reputation,judgment,experience,and efficiency. • Quality of performance on previous agreements. • Previous and existing compliance with laws and ordinances relating to the agreement. • Sufficiencv of financial resources. • Quality,availability,and adaptability of the commodities,services or construction, in relation to the Agencies'requirements. 7 1 P a Request,for Proposals- Joint Purchase for Radios, Accessories and Licenses • Ability to provide future maintenance and service under the agreement. • Number and scope of conditions attached to the Proposal/Proposal. • Record of payments for taxes,licenses or other monies due to the Agencies. VI. REJECTION OF PROPOSALS A. The Agencies reserves the right to cancel Requests for Proposals without penalty when it is in the best interest of the Agencies. Notice of cancellation shall be sent to all individuals or entities solicited. B. The Agencies reserves the right to reject any or all Proposals,to waive any minor informality or irregularity in any Proposal,to negotiate changes and/or modifications with the lowest responsible Responder and to make an award to the response deemed to be the most advantageous to the Agencies. C. Any Proposal not conforming to the specifications or requirements set forth by the Agencies in the Proposal request may be rejected. D. Proposals may also be rejected if they are made by a Responder that is deemed un- responsible due to a lack of qualifications,capacity,skill,character,experience,reliability, financial stability or quality of services,supplies,materials,equipment or labor. VII. EQUAL OPPORTUNITY The Responder will not discriminate against any employee or applicant for employment because of race,color., religion,sex,ancestry,national origin,place of birth,age or handicap unrelated to bona fide occupational qualifications. VHI. NON-DISCRIMINATION The Proposal der, its employees,and subcontractors agree not to commit unlawful discrimination and agree to comply with applicable provisions of the Illinois Human Rights Act,the U.S. Civil Rights Act and Section 504 of the Federal Rehabilitation Act,and rules applicable to each. IX. EXECUTION OF DOCUMENTS The Proposal der,in signing this Proposal on the whole or any portion of the work,shall conform to the following requirements: A. Proposals signed by an individual other than the individual represented in the proposal documents shall have attached thereto a power of attorney evidencing authority to sign the Proposal in the name of the person for whom it is signed. B. Proposals which are signed for a partnership shall be signed by all of the partners or by an attorney-in-fact. If signed by an attomey-in-fact, there shall be attached to the Proposal a power of attorney evidencing authority to sign the Proposal,executed by the partners. C. Proposals which are signed for a corporation shall have the correct corporate name thereof and the signature of the President or other authorized officer of the corporation manually written below the corporate name. 81 Pay , e Request for Proposals- Joint Purchase for Radios. Accessories and Licenses If such Proposal is manually signed by an official other than the President of the Corporation, a certified copy of a resolution of the board of directors evidencing the authority of such official to sign the proposal should be attached to it. Such proposal shall also bear the attesting signature of the Secretary of the corporation and the impression of the corporate scat.If the Proposal is signed for a limited liability company,it should have the correct legal name and be signed by the managing member or other person with authority.The Agreement shall be deemed as have been awarded when formal notice of award"I have been duly served upon the intended awardee. X. INELIMLE RESPONDENTS OR VENDORS The Respondent shall certify their review of the Village debarment list found at www.oswegoil.org and to further comply with all provisions of Title 1-16-16 of the Village Code. teach Proposal,Proposal or quotation must also include a listing of all intended subcontractors. Proposals received from any listed Respondent in response to an invitation for Proposals shall be entered on the abstract of Proposals and rejected- Proposals,quotations,or offers received from any listed Respondent shall not be evaluated for the award or included in the competitive range, nor"I discussions be conducted with a listed offer or during a period of ineligibility. If the period of ineligibility expires or is terminated prior to award,the village may,but is not required to,consider such Proposals,quotations,or offers. The Agencies assumes that submission of a proposal means that the person submitting the Proposal has familiarized himself with all conditions and intends to comply with them unless noted otherwise. 9 1 Pa g Request for,ProposaLv - Joint Purchase for Radios, Accessories and Licenses SUBCONTRACTOR LISTING Provide the name,contact information,and value of work for each and every subcontractor which will be employed on this project. Subcontractor No. I If� ---, ---- Business Name Address City, State.Zip Code Contact Person Telephone Number Value of Work Nature of Work Subcontractor No.2 Business Nam Address City, State,Zip Code Contact Person Telephone Number Value of Work N41uru of Work Subcontractor No.3 k) I N- Business Name Address City,State,Zip Code Contact Person Telephone Number Value of Work Nature of Work If additional sheets are needed,please make copies. 10 1 P 'l g v Request for Proposals Joint Purchase for Radios, Accessories and Licenses REFERENCES General Information,the list below current business references for whom you have performed work similar to that required by this Proposal. Reference No. I Business Name L4901 vi. Address yy City, State,Zip Code ?4>L-L4L.S1J,*.tr;Y4�A^4- lo,JJ 1r. 70f) (65-1,- oq 1.50 Contact Person Telephone Number '2015- +- qtt4v"- e'-j L Dates of Service Nature of Work Reference No.2 K-eA C-0 Business Name //00 COl-,14e.11 v,-11C- 05�. 0 Address City, State,Zip Code Li n-e 44 4650 55-3 02// C'ontact Person Telephone Number Dates of Service Nature of Work Reference No.3 Kk--r\-f— CO VA Business Name S��k--CSB Address City, State,Zip code Contact Person Tglephone Number C_ C Dates of Service Nature of Work If additional sheets are needed,please make copies. 111 P a g e PROPOSAL SHEET The undersigned,having examiners the specifications,and all conditions affecting the specified project,offer to furnish all services,labor,and incidentals specified for the price below. I(We)propose to complete the following project as more fully described in the specifications for the following: f ITEM#1-Pot t"Radios COUNT COST 1 Kenwood NX-5300 K2 UHF and accessories 1 $833.00 ' TOTAL COST Eight Hutted Tbirty 1bree I?c>llm 1TEM#2-Mobile Radios COUNT COST Ken wood NX-5800A UHF" 1 $676.00 TOTAL GUST Six Hundred Seventy Six Dollars - $676.00 Lkewe Keys for New and Existing NX5t1lI9 Radios COUNT COST ( NXDN iga-Talk Service Plan Activation and one-year service 1 $288.00 for K.enCom Single Talk Group to be used for back up and OTAP Digital License Key for existing radios $299.00 Encryption License Key for existing radios _. 1 $369.00 L-5004 Install KWD-AE31 K in NX-5000 series 1 $52.00 � TOTAL COST One Thousand Thirty Five Dollars $1835M ,..a_ . _.a _.... ITEM#4-Agency OpflonA Acecssaries COST Rapid.rate 6-unit charger CEC Compliant Five Hundred Twenty Five Dollars $525.00 Battery(Li-ion, 3400mAH(KNB-L3M)) One Hundred Twenty Nine Dollars £ $129.0-0 1 rEM#S-lAcuum COST KPG-AE 1 K AES/DES Encryption Software Key Loadcx for KW`D-AE31 K Authentication by KP"I'-'OOLMC is required.Note: KPG-AEI is a U.S. DOCIBIS Export Controlled Item(ECCN 513002A). $377.00 Three Hundred Seventy Seven Dollars KPG-D INK License Key for KPG-D INK Programming Software for NX-5000 S 109.00 Portable/Mobile(Windows*Vistad7/8/8.1 One Hundred Nine Dollars KPG-46XM full Speed USB Programming interface cable ? _ One Hundred Fourteen Dollars $I 14.bO KPG-36XM full Speed USB Pro interface cable One Hundred Fourteen Dollars $114'00 ITEM#6-Im tsdistioa C( ' Installation-labor to remove existing radio and install dash mount radio. Seventy Dollars $7OA0 Installation labor to remove and replace existing coax,mount,and antenna. $70.00 Seventy Dollars Labor radio programming per each Agency and KenCom Specifications. $14.00 Fourteen Dollars Discounts/Rebate Programs Available: Diga-Talk Air Time Rate 50%reduction with purchase of radios from A Beep I LC One Hundred and Forty Four Dollars $144.00 Kenwood Rebate is not currently available as of 10/29/19 however any $ end user rebate available at time of purchase may be Vlied. i $ Frank Anderson (815)-740-1780 Printed Name of R t Phone Number Signature of Authori ed Representative Date 21 . Request for Proposals- Joint Purchase for Radios, Accessories and Licenses DETAIL EXCEPTION SHEET Any exception must be clearly noted on this sheet Failure to do so may be the reason for rejection of the Proposal. It is not our intention to prohibit any potential Respondent from responding by virtue of the specifications,but to describe the material(s)and services)acWWIY required. The Agencies reserves the right to accept or reject any or all exceptions. Respondent's exceptions are: 14 Pa Request for Proposals-- Joint Purchase for Radios,Accessories and Licenses RESPONDENT PROPOSAL AGREEMENT TO: Kendall County ShexTiff Village of Oswego Attn: Commander Jason Langston Attrr Deputy Chief Kevin Norwood 1102 Cornell Lane 3355 Woolcy Road Yorkville,IIL 60560 Oswego,IL 60543 Village of Montgomery United City of Yorkville Attn.Chief Armando Sanders Attn.Deputy Chief Behr Pfizenmaicr 10 Civic Center Drive 800 Game Farm Road Montgomery, EL 60538 Yorkville,IL 60560 City of Plano KenCom Public Safety Dispatch Attn. Lt.Norman Allison Attn- Lynette Bergeron 111 East Main Street 1100 Cornell Lane Plano,IL 60545 Yorkville, IL 60560 Kendall County Coroner's Office Attn. Chief Deputy Levi Gotic 804 John Street Yorkville,IL 60560 The undersigned Vendor, in compliance with your advertisement for Proposals for work as specified,and related documents prepared by or at the direction of the Agencies,and being familiar with all conditions surrounding the work,including availability of labor and material,do hereby propose to furnish materials,labor,equipment and services and pay for same and shall perform all work required for the completion of the project, in accordance with the Proposal documents and at the price provided. Vendor certifies this Proposal to be for the project described above and to be in accordance with the Request for Proposal and supporting documentation. In no evenE"I any Jes lay ' m Of titua Im muft og eatme or jufificifion f or Or cxLcLLsIV ed payment of extra compensation to the Respondent. Any claims for this increase shall be made in writing to the specific Agency within seven(7)days of the cause. A 66r,-p L�4 c Printed Name of Respondent q s-7— tv C A(CA60 ST -sc�tf r Address City,State,Zip Code I'S -7Yb ITO �I)h Al 6&ep- C Telephone ber Email Signatu of A thorized4 Representative Title Date 15