Home
AM04-10 Final
Contents
1. 2 22220 0 0 2 0000 nennen 18 51 CONTRACTOR ORIENTATION TRAINING ee ees ee see see se ee ee ee Ge Se GR GR GRA GRA Re enne 19 52 LEGAL amp CONTRACTUAL REMEDIES 1 se ee se ee se ee se ee se ee se ee se ee see see aai bee be ee ee ee 19 53 OUT OF STATE SALES OPPORTUNITIES birisi ree siek see Rae tt eret BRek Gee Ee REG RS tbe rere BR Ge EK Re ER Geen 20 1 INTRODUCTION The Houston Galveston Area Council H GAC is Government to Government procurement service for States State Agencies Local Governments Districts Authorities and gualifying Not for Profit Corporations End Users End Users become Members of the H GAC Cooperative Purchasing Program HGACBuy by executing an Interlocal Contract which is free of cost and evergreen unless cancelled HGACBuy acting on behalf of Members is soliciting competitive offerings for the furnishing of products and or services as described elsewhere which MAY be purchased by Members during the contract term Members using the Program issue purchase orders directly to HGA CBuy contractors 2 DEFINITIONS ABBREVIATIONS amp ACRONYMS The following definitions abbreviations and acronyms may be found in these specifications and shall be interpreted herein as specified below Definitions and Abbreviations Acceptance Acceptance takes place when the End User agrees with the Contractor that the terms and conditions of the c
2. Ford 50 2 Door 42 Single Axle 14 TucticalCommand Aluminum Body __ Ford 50 2 Door 42 Single Axle 16 TucticalCommand AluminumBody __ Intemational 4400 Door Single Axle 20 Tactica Command Aluminum Body __ Freightliner M2 2 Door Single Axle 20 Tactical Command Aluminum Body __ Intemational 4400 Door Single Axle 28 Tactica Command Aluminum Body Freightliner M2 2 Door Single Axle 28 TacticaCommand Aluminum Body __ Custom Door Single Axle 30 Tactical Command Aluminum Body __ Freightliner MTSS Single Axle 28 Step Van Tactical Command Aluminum Body Freightliner 2 Single Axle 24 EOD Command Aluminum I Farber Specialty Vehicles C Special Service 01 02 IC03 IC04 IC05 06 07 08 09 IC10 1 IC12 IC13 IC14 5 IC16 IC17 IC18 IC19 IC20 IC21 IC22 EASO CUTAWAY 23 23 CRIME SCENE UNIT EASO CUTAWAY 25 25 COMMAND CENTER lo 5500 19500 325 25 MULTI PURPOSE COMMAND CENTER 5500 22000 300 29 INTEROPERABILITY VAN MH30 VIO 362HP 30 COMMAND CENTER lo MH33 V10 362HP 33 MH38 VIO 362HP 38 COMMAND CENTER 3 0 O 38 10 362 CC 38 COMMAND COMMUNICATIONS CENTER S27FL MT55 260HP 27 BOMB ARSON UNIT N S29FL MT55 260HP 29 COMMAND CENTER S33FL MT55 260HP 33 COMMAND CENTER S3SEL MTS5 260HP 35 COMMAND CENTER S39FL MT55 260HP 39 COMMAND CENTER P
3. SECTION B PRODUCT SPECIFIC REQUIREMENTS For AMBULANCES EMS amp OTHER SPECIAL SERVICE VEHICLES Table Of Contents 1 2 PURPOSE amp SECOPE et teat rte ete e RE GR ER e a n Verde 1 2 EQUIPMENT CATEGORIES amp PRODUCT CODES iese ese ee ee ee ee ee ee ee ee ee ee ee ee 1 3 GENERAL REQUIREMENTS ii Ee tete ta heb e ee ect Ge iet e ee EE t Ge 1 4 ABBREVIATIONS ACRONYMS amp DEFINITIONS ee ese ee 1 5 SAFETY INSPECTIONANDLICENSES ee ee ee se ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee 2 6 EQUIPMENT MANUFACTURER S SUPPORT eee enne enne ee ee ee ee trennen ee nns 2 Js JEACTORY TESTING beet teer i mete deed mec he eerie tenui 2 8 WARRANTY PERIOD EE Ee Ee ee bee be se cete iie Data eerie do eee a i eee re 2 9 DELIVERY DOCUMENTATION eee ener innen eser tens stets eset a sse 2 10 ELECTRICAL AND MECHANICAL REQUIREMENTS amp FEATURES eee 3 11 TRADEIN CREDTLE ee ee eee e n Er NER 3 12 STANDARDS ON BLOOD BORNE DISEASES ee ee ee ee ee ee ee ee ee ee esent ness er ee ee enne 4 13 KKK A 1822F FEDERAL AMBULANCE 6 7 4 7 4 14 H GAC REQUIREMENTS MODIFICATIONS amp ENHANCEMENTS 1822 4 15 MINIMU
4. Page 20 of 20 HGAC SECTION D THE SMART ACBuy ProForma Sample Contract This is a sample of the contract that will be sent to you for execution IF you are recommended for a contract award Do NOT complete and return with your Response A CONTRACT BETWEEN HOUSTON GALVESTON AREA COUNCIL Houston Texas AND This Contract is made and entered into by the Houston Galveston Area Council of Governments hereinafter referred to as H GAC having its principal place of business at 3555 Timmons Lane Suite 100 Houston Texas 77027 AND hereinafter referred to as the CONTRACTOR having its principal place of business at 5 ARTICLE 1 SCOPE OF SERVICES The parties have entered into a Contract to become effective as of and to continue through the Contract subject to extension upon mutual agreement of the CONTRACTOR and H GAC H GAC enters into the Contract as Agent for participating governmental agencies each hereinafter referred to as END USER for the purchase of offered by the CONTRACTOR The CONTRACTOR agrees to sell through the H GAC Contract to END USERS ARTICLE 2 THE COMPLETE AGREEMENT The Contract shall consist of the documents identified below in order of precedence 1 Thetext of this Contract form including but not limited to Attachment A 2 General Terms and Conditions 3 Bid Specifications No including any relevant suffixes 4 CONTRACTOR s Response to Bid No including but not limited to prices and options
5. Product Service dollar amount e HGACBuy Order Processing Charge amount e Reports must be provided to H GAC in MSExcel or other acceptable electronic format and are due by the 30 day of the month following the applicable quarter being reported i Should Contractor default in providing Products or Services as required by this Invitation and the contract recourse may be exercised thru cancellation of the contract and other legal remedies as may be appropriate 50 IMPLEMENTATION OF INTERNET BASED E COMMERCE H GAC Cooperative Purchasing has adopted E Commerce as part of its business model and maintains an internet website at www HGACBuy org At any point in time various information and process functions may be implemented and made operational thru the website including but not limited to items such as Information Items Revised 06 09 09 Page 18 of 20 e Contract information e Product and option item catalog listings e Procurement schedules e End User amp Contractor information e Response requirements amp specifications Functions e End User product inquiries e Shipping Delivery notices e Product configuration and price quotes e Invoice generation e Purchase Orders and Confirmations e Payment remittances etc All H GAC Contractors as a condition of contract will be required to work with H GAC and it s E Commerce provider s to maximize use of E Commerce within the context of H GAC Cooperative Purchasing business Offer
6. 13 500btu AC w heatstrip Mobile Command Vehicle 14FT Ford F 550 Aluminum body 2 work station s w overhead cabinet s 2 13 500btu AC s w heatstrip Mobile Surveillance Unit 14FT Freightliner MT 45 2 Solid surface work station s w overhead cabinet s 2 13 500btu AC s w heatstrip Mobile Command Vehicle 20ft Ford F 650 Aluminum body 2 Solid surface work station s w overhead cabinet s 2 13 500btu AC s w heatstrip Page 10 of 20 Mobile Command Communications Vehicle 26 Ford 750 Aluminum body 3 Work NCO7 station s w overhead cabinet s 3ea 13 500btu AC s w heatstrip Rapid Response Vehicle 28FT Freightliner MT 55 3 Solid surface work station s w PEV 3000 30FT Patient Evacuation Unit Liter and Wheelchair Transport Oxygen Medical NON Air Freightliner CL 112 NC10 Mobile Command Communications Vehicle 30FT International 7600 Alum body 3 Solid surface work station s w overhead cabinet s 4 13 500btu AC s w heatstrip Mass Evacuation Vehicle 30FT International 7600 24 bed capacity 4 staff seating Oxygen NC system through out Handi wash system 4 15 000btu roof top AC s 45 000btu diesel fired NCI2 Mobile Animal Rescue Unit 28FT Isuzu FVR 23 unit cage system 100g water supply 110g 2 waste tank 6g water heater V top surg BATVAN DUI Mobile Breath Analyzer Van 2 work stations roof top air external lighting 2 NEIS holding cells Mega Sprinter 1
7. 2 Appropriate identification of the procurement being questioned 3 A precise statement of reasons for the protest 4 Supporting exhibits evidence or documents to substantiate any claims The grievance must be based on an alleged violation of H GAC s Procurement Procedures a violation of State or Federal law if applicable or a violation of applicable grant or contract agreements to which H GAC is a party Failure to receive a procurement award from H GAC and of itself does not constitute valid grievance Upon receipt of grievance the Office Services Manager will initiate the informal resolution process Expedited Resolution The Procurement Officer or Departmental Manager responsible for the solicitation shall contact the complainant and all interested parties and attempt to resolve the allegations informally within ten 10 working days from date of complaint If the allegations are successfully resolved by mutual agreement documentation will be forwarded to the Office Service Manager of the resolution with specifics on each point addressed in the original complaint If the Procurement Officer or Departmental Manager is not successful in resolving the allegations the complaint along with the comments will be forwarded to the Office Service Manager immediately The Office Service Manager will review all documentation interested parties will be given written notice of the date time and place of the hearing and an opportunity to
8. B BLS may be offered as a credit option Any emergency medical service units ordered with configuration A ALS shall be provided a red bag trash container opening near the EMTS action area opening into a suitable container Additionally an IV needle and sharps container shall be provided On Type I amp III Emergency Medical Service Units the area shall be recessed so that a sharps container and waste container can be inserted into an opening which may be accessed by raising a lid and the lid shall include a hold down latch 3 5 3 Gross Vehicle Weight Ratings minimums shall be as follows Type GVWR 1 amp 10 100 9 000 I amp 14 000 3 6 1 Chassis Frame On type I additional medium duty emergency medical service units the chassis frame shall be of low profile design incorporate minimum yield strength of 50 000 psi 3 6 4 1 Spin on Oil Filter OEM standard for the engine supplied 3 6 4 2 Air Filter Dry paper element type air filter shall be applicable 3 6 4 4 Fuel System Factory installed fuel tanks minimum capacity 35 gallons with solenoid selector switch for dual tanks 3 6 4 5 Cooling System Factory installed air conditioning with the heaviest duty cooling package available and heavy duty radiator 134A Freon Apr 27 210 FINAL Page 4 of 4 04 10 Ambulances EMS amp Other Special Service Vehicles 3 7 1 Electrical System On type I amp III generator powered
9. CCA11 I Ford F450 4x2 189 WB Body Length 170 12 I Ford F450 4x4 189 WB Body Length 170 CCAI3 Duty Type I Ford F650 Body Length 170 CCA14 Medium Duty Titan International 4300 168 Wb Body Length 170 EER CCAIS Duty Titan International Terrastar 168 Wb Body Length 170 Jo o CCA16 Duty Titan Freightliner M2 168 WB Body Length 170 Page 16 of 20 B EMS Rescue C C A C CCB01 Non Walk In with Upper storage 16 3 Rescue Spartan Chassis CCBO2 CCBO3 CCB04 CCBOS CCBO6 CCBO7 08 Walk In Front Crew Cab 22 4 Rescue International Chassis 09 10 DD Quality Van Sales Inc Special Service DDCO1 PAKI Wheelchair Van Ford E250 Standard Van Gasoline o O 02 Wheelchair Van Ford E 250 Extended Van Gasoline y O DDCO3 Wheelchair Van Ford E 350 Extended Van Diesel 000 02 EE Quality Vans amp Specialty Vehicles Special Service 16MTUFE450M DUI Processing Unit Ford E 450 chassis 16 body Gasoline Engine 7KW EECO1 Generator 2 Workstations 2 Processing Stations with Handcuff Rings Galley with 2 110VAC Refrigerators Lavatory 1 A C Unit 26SWATFLMO SWAT Vehicle Freightliner MT55 26 Load Space Step Van 25 500 GVWR 10KW Generator 3 A C units 2 Workstations 2 Weapons Lockers with Locking Roll Up Doors Bench Seating on Both Sides with Overhead Storage Shelves 30CPFLMO
10. MCC 35T 01 35 40 Gooseneck Mobile Command Trailer Aluminum triple axle 22 500 lbs 4 workstations with roll around chairs bench seating galley GWVR 22 500 Ib MCC 53ST 01 53 Heavy Duty Mobile Command Trailer No slide outs conference room to seat 9 bench seating for 6 Scrib workstation 2 racks galley Control Officer position restroom 8 workstations GWVR Max 60 000 Ibs MCC 53CT 01 53 Custom Heavy Duty Mobile Command Trailer 3 slide outs conference table to seat 8 28 workstations 8 racks galley 2 entrance amp exit steps GWVR Max 60 000 Ibs MCC LDC MC D S E S SD C LDC 03 Sprinter Cut away Mobile Command Vehicle C MD 03 Ford F550 Medium Duty Mobile Command Vehicle R MD 01 Ford F550 Medium Duty Search amp Rescue Vehicle V McCoy Miller Type III AD Medic 170 SE Ford E 450 XL 158 WB 14 050 GVW DRW Page 14 of 20 09 10 11 VA12 VA13 14 VAI5 Medic 163SE Type III Medic 1635 Type IV Mini Rescue Ford F 350 165 WB 12 500 GVW W Medix A Ambulance 01 WA02 03 WA04 WA05 WA06 WA07 08 WA09 WA10 WAII WA12 13 14 WAI5 X Medtec A Ambulance 01 02 XA03 04 05 06 07 08 XA09 10 11 12 XA13 14 Y Mobility Works C Special Service 01 Yco2 YC03 YC04 M WC 01 Mobility Wheelchair Van FORD E250 4 6L V8 Regular Length
11. but which are normally furnished or which are necessary to make a delivered Product ready for its intended use Such accessories shall be assembled installed and adjusted such that the Product is ready for continuous operation at time of delivery d Have assemblies sub assemblies and component parts that are standard and interchangeable throughout the entire quantity of a particular Product as may be purchased simultaneously by any individual End User Be designed and constructed using current industry accepted engineering and safety practices and materials b Beavailable for inspection at any time prior to or after procurement 18 PRODUCT CODES Unless otherwise addressed in Section B of this Invitation the following requirements shall apply a Each Product Service offered shall be uniquely identified using an H GAC Product Code which shall be determined as described in Section B of this Invitation Offeror shall offer ONLY ONE Product for any particular Product Code For example Offeror may wish to submit a bid for Product Code ABC and may have another offering that also meets the requirements for ABC Offeror MAY NOT submit two offerings for ABC The alternate offering that also meets the requirements for ABC must be offered as an option upgrade downgrade to ABC on Form E b Pricing for optional upgrades or downgrades to base bid items should be quoted as an adder or deduct amount as appropriate to be applied to the
12. market the Program and can provide some information and artwork to be used in published promotional materials However any publicity or published material released by Contractor referencing the contract whether in the form of a press release brochure photographic coverage or verbal announcement shall be issued only with prior review and approval by H GAC Revised 06 09 09 Page 15 of 20 42 TAXES HGAC and End User participants are either units of government or qualified non profit agencies and are generally exempt from Federal and State sales excise or use taxes Offeror shall not include any such taxes in the Response Further it shall be the responsibility of Contractor to determine the applicability of any taxes to a particular order and act accordingly Exemption certificates will be provided upon request 43 DRUG FREE WORKPLACE Contractor shall provide notice to its employees and sub contractors as required under the Drug Free Workplace Act of 1988 A copy of Contractor s Drug Free Workplace policy shall on request be furnished to any End User 44 PRODUCT NOTICES amp MAILINGS H GAC is NOT the owner of Products sold pursuant to this Invitation but acts only in the capacity of purchasing agent In that regard Contractor accepts sole responsibility for insuring that notices and mailings such as Safety Alerts Safety Recall Notices and Customer Surveys are sent directly to the End User of record 45
13. shall state clearly all information required on the FORMS Offeror s information supplied on the FORMS shall take precedence in the event any standard boilerplate type language included in Offeror s response is inconsistent with the information supplied by Offeror on H GAC FORMS In all cases information on H GAC s printed FORMS supplied as part of Offeror s response shall take precedence over information supplied on electronic media 31 REJECTION OF RESPONSES a H GAC mzay reject a response if e Offeror misstates or conceals any material fact in the Response or if Offeror does not strictly conform to law or the requirements of this Invitation b H GAC may reject any and all responses and may reject any part of a response c H GAC at it s sole discretion may also waive any formalities or irregularities in any response whenever it is deemed in the best interest of H GAC or its End Users 32 WITHDRAWAL OR MODIFICATION OF RESPONSES Once received by H GAC responses may be modified or withdrawn prior to the submission deadline only if the request to do so is in writing and on Offeror s formal letterhead Persons bearing such requests must show positive identification and authorization to submit the request Responses and requests for modification received after the submission deadline will not be accepted Requests for response withdrawal received after the submission deadline will be accepted but Offeror s Bid Proposa
14. warranties benefits or terms to H GAC and its END USER shall have the right and option at any time to decline to accept any such change in which case the amendment shall be deemed null and void If CONTRACTOR is of the opinion that any apparently more favorable price warranty benefit or term charged and or offered a customer during the term of this Contract is not in fact most favored treatment CONTRACTOR shall within ten 10 business days notify H GAC in writing setting forth the detailed reasons CONTRACTOR believes aforesaid offer which has been deemed to be a most favored treatment is not in fact most favored treatment H GAC after due consideration of such written explanation may decline to accept such explanation and thereupon this Contract between H GAC and CONTRACTOR shall be automatically amended effective retroactively to the effective date of the most favored agreement to provide the same prices warranties benefits or terms to H GAC The Parties accept the following definition of routine A prescribed detailed course of action to be followed regularly a standard procedure EXCEPTION This clause shall not be applicable to prices and price adjustments offered by a bidder or contractor which are not within bidder s control example a manufacturer s bid concession or to any prices offered to the Federal Government and its agencies ARTICLE 11 SEVERABILITY parties agree that should any provision of this Cont
15. D g o Q 3 d 5 e O 5 9 lt gt o 2 E Q N E ua N ON E E S o Q B B 5 a Re Q 5 9 lt 6 2 a 195 Q E lt UJ ja g o O B d 5 5 e O 5 lt gt o 2 lt a 185 3 n D z o O B o 5 Re Q 5 gi lt gt e o 2 lt n am e lt o d D 2 H e lt a o 2 MCC30LLS300S 05 Mobile Command amp Control Vehicle Po SWTISCLY300 05 SWAT Vehicle ox R Life Line A Ambulance 01 02 03 Type I Highliner 171 GMC C4500 amp C5500 I Highliner 171 Freightliner M2 Type I Highliner 171 International 4300 amp 4400 aa Page 12 of 20 RA04 05 RA06 Type I Parliner Ford F350 F450 Po Type 147 Paraliner Ford E350 Chevy 30 Eo Type III Superliner 167 Ford E450 Po S Marque A Ambulance 5 01 5 02 5 03 5 04 SA05 SA06 SA07 SA08 SA09 SA10 SA11 SA12 SA13 SA14 SA15 SA16 SA17 SA18 SA19 SA20 C Special Service TCO1 02 TC03 04 05 06 07 Special Service 01 UC02 UC03 UC04 1
16. DRW Type Custom Series Ford E 450 DRW Type Custom Series Chevrolet Cutaway Diesel DRW Type Custom Series Ford E 450 DRW Page 18 of 20 17 18 19 20 21 22 C Special Service 01 02 04 05 06 07 08 09 10 IIC11 IIC12 C Special Service JJCO1 JJC02 JJC03 JJC04 JJC05 JJC06 JJC07 JJC08 JJC09 JJC10 JJC11 JJC12 JJC13 JJC14 JJC15 JJC16 JJC17 JJC18 JJC19 JJ Wolf Coach 2 08 19 100 SUV based interoperability unit with basic network 2 08 19 200 SUV based interoperability unit with complex network and reachback Sentry 08 20 100 Sprinter based interoperability unit with basic network 5 Sentry 08 20 200 Sprinter based interoperability unit with complex network and reachback NERV 08 35 100 StepVan based interoperability unit with basic network NERV 08 35 200 StepVan based interoperability unit with complex network and reachback entinel 08 32 100 Custom body interoperability unit with basic network Sentinel 08 32 200 Custom body interoperability unit with complex network and reachback Super Sentinel 08 38 100 Extended custom body interoperability unit with basic network Super Sentinel 08 38 200 Extended custom body interoperability unit with complex network and reachback Ops Trailer 08 32 100 Utility trailer based interoperability unit with basic network Ops Trailer 08 3
17. Electronic Media containing completed copies of all required FORMS stored in a pouch or an envelope such that it will not fall out of the binder e Form CIQ Conflict Of Interest Questionnaire Chapter 176 of the Texas Local Government Code requires vendors and consultants contracting or seeking to contract with H GAC to file a Conflict of Interest Questionnaire CIQ if they have an employment or other business relationship with an H GAC officer or an officer s close family member The required questionnaire is located at the Texas Ethics Commission website http www ethics state tx us whatsnew conflict forms htm It is Bidder s responsibility to download the form and furnish a completed copy with the Response if it is applicable n By submittal of Response Offeror certifies to the best of its knowledge that all information is true and correct 29 CLARIFICATION TO SPECIFICATIONS amp REQUIREMENTS a If Offeror is in doubt as to the meaning of any item in this Invitation a written request for clarification may be submitted to H GAC up to fifteen 15 calendar days prior to the deadline for response submission H GAC shall not be responsible for late delivery Requests may be transmitted by FAX or e mail to the assigned Specification Specialist and should clearly reference this Invitation number and the specific page and paragraph in question If there are multiple questions they should be stated separately and numbered b Any interpretation
18. GM G4500 169 Lx96 Wx72 HR O O H T3 36 Horton Model 403 Type HI GM G3500 137 Lx96 Wx68 HR H T3 37 Horton Model 453 Type HI GM G3500 145 Lx96 Wx72 HR H T3 38 Horton Model C169 Type Concept FORD E450 169 Lx96 Wx72 HR H T3 39 Horton Model C169 Type Concept FORD E450 Gas 169 Lx96 Wx72 HR H R 10 Horton LDR 120 Rescue FORD F550 4x2 120 L x 94 W x 68 H H R 11 Horton LDR 145 Rescue FORD F550 4x2 145 L x 94 W x 68 H H R 12 Horton LDR 168 Rescue FORD F550 4x2 168 L x 94 W x 68 H H R 13 Horton MDR 168 Rescue International Navistar 4400LP 168 L 14 H R 14 Horton MDR 180 Rescue International Navistar 4400LP 180 L 15 H R 15 Horton HDR 168 Rescue International Navistar 7400LP 168 L 14 H R 16 Horton HDR 192 Rescue International Navistar 7400LP 192 L 16 H R 17 Horton HDR 216 Rescue International Navistar 7400LP 216 L 18 H R 18 Horton HDR 240 Rescue International Navistar 7400LP 240 L 20 H R 19 Horton HDR 264 Rescue Internatinal Navistar 7400LP 264 L 22 Q LDV C Special Service 01 QC02 QC03 QC04 QC05 QC06 QC07 QC08 QC09 10 11 05 Explosives Disposal Vehicle 05 Explosives Disposal Vehicle Ee olols sielle 515 5 cya GS AS AE 5 E F E Q lt es N CA A E S o B B 5 fe O O 5 E 9 lt 6 2 a 55 zt EE n
19. Mobile Command Vehicle Freightliner MT55 30 Load Space Step Van 29 000 EEC03 12 5KW Generator 3 A C Units 6 Workstations Conference Room with Bench Seating Basic Emergency Lighting Package 18 Awning 18EODFLMO E O D Vehicle Freightliner MT45 18 Step Van 19 000 GVWR Robot EECO04 Staging Area with Locking Roll Up Door 1 Workstation w X Ray viewer 7KW Generator 2 A C Units Storage Bomb Suit amp Day Box Storage areas 14MCN35MBS Command Negotiation Unit 3500 Sprinter Van Chassis Diesel Engine 14 of EECO05 interior load space with 1 roof A C 2 workstations bench seat and electrical communications EECO2 cabinet FF Road Rescue Ambulance FFAOI FFA02 Duramedicll 150 Chevrolet CG33503 12 300 GVW FFA03 Duramedicl 146 PT Ford F350 4 x 2 w Air Ride 13 000 GVW FFA04 Duramedicl 146 Ford F350 4x4 w Air Ride 13000 GVW FFA05 Promediclll 146 Ford E350 11 500 GVW o o FFA06 MI 150 Chevrolet CG33508 12 3000 GYW FFA07 Promedicl 146 PT Ford F450 4 x 2 w Air Ride 16 500 GVW FFA08 Promedicl 146 PT Ford F450 4 x 4 w Air Ride 16 500 GVW FFA09 Ultramediclll 168 Ford E450 14 500 GVW o oo FFA10 Ultramedic II 170 Chevrolet G4500 Cutaway 14200 GVW FFAI1 Ultramedicl 168 Ford F450 4 x 2 w Air Ride 16 500 GVW FFA12 Ultramedic I 168 Ford F450 4x 4 w Air Ride 16500 GVW FFA1
20. Rescue Ford F350 4x4 Regular Cab Diesel Engine 69 North Star Fire Rescue Dodge 5500 4x4 Regular Cab Diesel Engine 1671 9 North Star Fire Rescue Ford F350 4x4 Regular Cab Diesel Engine 9 North Star Fire Rescue Dodge 5500 4x4 Regular Cab Diesel Engine 19L x94W C Special Service ECO1 EC02 EC03 EC04 05 EC06 07 08 09 0 2 4 North Siar Prisoner Transpor Ford E330 Gas Engine BST KOT WK STS North Star Prisoner Transport Ford F350 4x4 Diesel Engine MET x94 Norin Star Prisoner Transport Ford FIS0 4x2 Regular Cab Diesel Engine ELS Wx Norin Star Prisoner Transport Ford F550 4x2 Regular Diesel Engine TL xW Norin Star Prisoner Transport Freghliner 4x2 Regular Cab Diesel Engine OTL x97 Norin Star Prisoner Transport Ford F650 4x2 Super Cab Diesel Engine LES North Star Prisoner Transport Dodge 4500 4x2 Regular Cab 197 L x 94 W x 72 HR E North Star EOD Command Ford F550 4x4 Regular Cab Diesel Engine 191 L 94 Wx North Star EOD Command International 4400 4 2 Diesel Engine 222 L 100 W x 84 HR North Star SWAT Command Ford F550 4x4 Regular Cab Diesel Engine 192 L x 94 North Star Hazardous Materials Command Ford F550 4x4 Regular Cab Diesel Engine North Star Crime Scene Command Ford F350 4x4 Diesel Engine 147 Lx
21. Van M WC 02 Mobility Wheelchair Van FORD E250 4 6L V8 Extended Length Van M WC 03 Mobility Wheelchair Van FORD E350 5 4L V8 Extended Length Van M WC 04 Mobility Wheelchair Van FORD E350 5 4L V8 Diesel Extended Length Van Z Neel Fire Protection B EMS Rescue ZB01 ZB02 ZB03 ZB04 ZB05 Page 15 of 20 SRQI 10 F 350 Ford 2 Door Cab V 10 Gas RWD Non Walk In Rescue Unit ZB06 ZB07 ZBOS ZB09 ZB10 7 11 ZB12 ZB13 ZB14 ZB15 ZB16 ZB17 ZB18 SRQ6 10 350 Ford CrewCab Diesel 4x4 No Walk In Rescue Unit PF 07 12 F 550 Ford 2 Door Cab V 10 Gas RWD Non Walk In Rescue Unit SROS 12 F 550 Ford 2 Door Cab Diesel RWD Non Walk InRescueUnit_ 5 09 12 F 550 Ford CrewCab Diesel 4x4 Non Walk In Rescue Unit J 12 F 5500 Ram CrewCab Diesel 4x4 Non Walk In Rescue Unit LROI 16 Ford F650 2 Door Cab 16 Non Walk In Rescue Unit 16 Ford F 650 CrewCab 16 Non Walk In Rescue Unit 16 F650 2 Door Cab 16 Walk In Rescue Unit 16 Ford F650 CrewCab 16 Walk In Rescue Unit LROI 16 International 2 Door Cab 16 Non Walk In Rescue Unit 16 KW 2 Door Cab 16 Non Walk In Rescue Unit LRQ3 16 International 2 Door Cab 16 Walk In Rescue Unit 1 02 16 KW 2 Door Cab 16 Walk In Rescue Unit AA Osage A Ambulance C A 01 02 03 AAA04 05 AAA06 07
22. any way except as may be specified on the FORM ALL completed FORMS must also be submitted electronically on CD ROM excepting of course for signatures The printed Original of the response will be considered as the official copy in case of any discrepancy between the electronic version and the printed Original FORM OFFEROR IDENTIFICA TION amp AUTHORIZED SIGNATORY itati AMO4 1 DO NOT handwrite this Form Information must be typed in oie Invitation Title Ambulances EMS amp Other Special Service Vehicles Offeror Company Legal name of business which will appear on contract if awarded Offeror Status Manufacturer Dealer Distributor Other Single Offeror Acting Multiple Offerors Response 1 M lore Or As Lead Acting Jointly Contract Signatory 2 Title Mailing Address 3 Street PO Box State amp Zip Physical Address Street State amp Zip Phone Email Address Federal Tax ID No Web Page URL 1 If Joint Offering all parties must submit a signed Form A A contract will be offered to each 2 Person who will sign final contract documents if an award is made 3 Address to which final contract documents would be sent for signature Member Contact Information Contact Person 4 Title Mailing Address Street PO Box State amp Zip Physical Address Street State amp Zip Toll Free Phone Email Address 4 Person who End Users will contact for p
23. any discrepancies in any response Accept a response from and enter into agreement with other than the lowest price Offeror Accept responses and award contracts to as many or as few Offerors as H GAC may select Amend waive modify or withdraw in part or in whole this Invitation or any requirements herein Hold discussions with Offerors although award may be made without discussion Request an Offeror to give a presentation of the Response at a time and place scheduled by H GAC e Exercise any of these rights at any time without liability to any Offeror H GAC reserves the right to determine that conditions exist which prevent the public opening of responses on the date and at the time advertised and to reschedule the public opening for a future date and time Responses received by H GAC by the original deadline will be secured unopened until the rescheduled opening date and time and those having timely submitted such responses will be notified OFFEROR S AUTHORIZED SIGNATORY The signatory shall be authorized to sign and contractually bind Offeror and shall sign any and all Response documentation requiring a signature If subsequent to opening of responses Offeror advises that signatory was not authorized to sign documentation and contractually bind Offeror and Offeror withdraws Response any bid proposal bond may be forfeit Revised 06 09 09 Page 5 of 20 7 SURETY FOR INSURANCE AND BONDING Contractor shall be resp
24. be due only to Force Majeure c Maintain sufficient qualified staff to promptly process all communications from H GAC or End Users and to efficiently effectively and accurately service all requirements of the contract d As may be requested by H GAC replace any staff members who are not providing the service and expertise deemed necessary by H GAC for acceptable support of End Users e Properly prepare and provide to End User a Contract Pricing Worksheet or a quotation in other format as approved by H GAC for each and every order that is to be executed f Furnish on request of H GAC reasonable data forms and graphic material to be used in brochures or other print media or on H GAC s website 6 Allow access to H GAC authorized personnel for inspection of operating facilities and auditing of purchase orders during the contract period and for a period extending thru the completion of any outstanding orders Site inspection may be arranged not less than ten 10 calendar days prior shall include the names of all participants and shall be at no expense to Contractor h Reporting Requirements Contractor agrees to submit written quarterly reports to H GAC detailing all transactions during the previous three month period Such reports shall include but are not limited to the following End User name e Product Service purchased including Product Code if applicable e End User Purchase Order Number e Purchase Order Date
25. contact the CBuy staff member listed on the cover of this Invitation for additional information HGAC Buy GENERAL TERMS amp CONDITIONS FOR BIDS AND PROPOSALS 0 ML gt Fn 3 WW NY NN WN N YF FR HA HA HA HA HA eS ARNESON SSSRSAIAARHBNHASSSHRARAARGBHAS 37 INVITATION No 04 10 DESCRIPTION Ambulances EMS amp Other Special Service Vehicles TABLE OF CONTENTS INTRODUCTION rtt eee RE Lini ie pe Uo reci EE EE e UNS DEFINITIONS ABBREVIATIONS amp ACRONYMS ee nennen rennen be ee ee ee NON BINDING ORAL COMMENTS see See teo ee ee Be STRUCTURE OF RESPONSE ie esse cert eec rete gee sege BASIC REQUIREMENTS amp 8 bee se ee ee ee ee ee ee OFFEROR S 20020002440 ge SE sege eg SURETY FOR INSURANCE AND BONDING see ee ee ee ee ee ee ee se ee ee ee ee ee GR trennen een CONFIDENTIAL PROPRIETARY MATERIALS 2 444400000000 REFERENCES EE EE EE EE OR MM INSURANCE RE EE EE OE EE EE N OR EE ER BID PROPOSAL BOND 5 2 rere N RE EE RE EE OFFEROR CERTIEICATIO
26. copies of the blank FORMS Signatures are not required on the electronic FORMS The Response shall include ample written evidence in the form of technical specifications cut tear sheets brochures pictures drawings etc to demonstrate that all specifications herein have been met and or exceeded The Response shall include in any format desired an overview of the Service Organization which will support Products sold under any H GAC contract The overview must include facility locations phone numbers and Service Manager names as well as the following The procedure to be used by an End User requiring repairs Typical turn around time on repairs Service Department days and hours of operation Number of qualified factory trained service personnel normally on hand Description of the parts inventory on hand Training services facilities and personnel available Responses shall be enclosed in a sealed package s addressed to the Houston Galveston Area Council Cooperative Purchasing The following information shall be stated on the exterior of the package s Name and address of Offeror Date and hour of public response opening Bid Proposal Invitation number The statement SEALED BID PROPOSAL DO NOT OPEN IN MAIL ROOM H GAC shall not be responsible for any Response not properly labeled Submission of a COMPLETE Response by telegraphic or electronic transmission is not acceptable However Responses may be modified by t
27. in Offeror s response and accepted by H GAC are understood to be included in any contract b H GAC shall award contract s for line items or groups of line items at its sole discretion c With authority granted by the H GAC Board of Directors a written contract shall be presented to the successful Offeror s and shall be subject to acceptance by the successful Offeror s within thirty 30 calendar days after presentation by H GAC If a contract is not executed within thirty 30 calendar days H GAC may rescind the contract offer and award a contract to the next Offeror in order of rank as determined by H GAC d Delivery time and prompt payment discounts including time allowed for payment may be considered in tie breaking of offers which are judged by H GAC to be equal in all other criteria e The contract shall include the following documents in the stated order of precedence 1st contract document signed by H GAC and Offeror 2nd This Invitation and all specifications referenced herein 3rd Offeror s response to this Invitation 36 PRO FORMA CONTRACT This Invitation includes a Pro Forma sample Contract which successful offerors will be expected to sign The actual final contract will be the same or nearly the same as the Pro Forma NOTE Successful Offerors MAY NOT process any purchase orders until the contract documents have been executed and returned to H GAC 37 CONTRACT TERM The contract shall be in effect t
28. intended use with automatic transmission and drive train with spin on oil filter dry paper element type air filter minimum one half inch clearance between fan blades and radiator and radiator with heavy duty coolant recovery system Multi speed automatic w auxiliary transmission cooler Power steering Brakes dual hydraulic power rear anti lock braking system on type I and self adjusting with front heavy duty disc rear heavy duty drum on Type I II and III heavy duty disc on Type I AD Dual parking brake cable actuated operated on type I II and III Factory air conditioning with engine driven compressor and environmentally safe freon heavy duty cooling package and heavy duty radiator OEM tinted glass Front axle 4 000 Ibs min on Type I II and III 5 000 Ibs min on Type I AD Rear axle 8 250 Ibs min on Types I III 6 250 Ibs min on Type II 10 000 Ibs min on Type I AD Dual wheels if applicable wide track rear axle Unless specified by the end user on Type I or III Modular Ambulance and Type II Van single rear axle shall be the minimum specifications or according to payload requirements as indicated in the KKK specification Rear axle ratio suitable for intended use Heavy duty front springs with front stabilizer bar Heavy duty gas shock absorbers front and rear Heavy duty rear springs designed for intended use Radial tires with highway tread Spare tire and wheel as above Chrome front bumper OEM Exterior
29. of Invitation documents if made will be by written Addendum duly issued copy of such Addendum will be mailed or delivered to each person officially on record as having been sent a copy of this Revised 06 09 09 Page 13 of 20 Invitation H GAC will not be responsible for any other explanation or interpretation of the Invitation documents made or given prior to the award of the contract c Any objections to the Invitation documents must be filed in writing with H GAC on or before fifteen 15 calendar days prior to the deadline for submission of responses d Prospective offerors are advised that after a draft specification has been issued the Pre Bid Proposal Conference is the primary forum through which comments and suggestions may be offered for consideration by H GAC prior to issuance of the final invitation and specifications e best efforts have been made to insure that the product service descriptions and associated specification information in Sections B amp C are correct and adequate time has been given to prospective Offerors to point out mistakes However if an error remains and is caught by Offeror before the scheduled bid proposal opening Offeror shall make note of the required correction in the Response and shall also notify H GAC prior to the opening of responses 30 INCONSISTENT INFORMATION H GAC review of responses supplied on H GAC FORMS is a significant part of the evaluation process Offeror
30. offered price of the base Product Item listed on Form D c Base bid items and their associated HGACBuy Product Codes are included in the Section B and or on Form D d Selection of Product Codes for which to submit an offer is at Offeror s sole discretion 19 SPECIFIC DESCRIPTIVE REFERENCES Except for Base Product Items listed on Form D any reference to a specific catalog data sheet form brochure model name or number etc used herein to describe an item such as an option or accessory is only descriptive and is not to be considered restrictive unless otherwise noted Such references are normally used only to indicate a type general description level of quality and or required performance standards 20 MANUALS Unless otherwise specified or superceded herein each Product delivered under an H GAC contract and if applicable any options thereto shall be supplied with at least one 1 copy of a safety and operating manual The cost of any such manuals must be included in the base price for any Product Item offered hereunder If more detailed and technically orientated parts and maintenance manuals are available for a Product or option at a cost they shall be offered as options on the FORM designated herein for such options or elsewhere in the Response as may be directed herein 21 STANDARD FEATURES amp OPTIONS The following requirements are applicable primarily to physical goods Standard Features a stated minimum
31. present evidence A written decision will be issued within five 5 working days after the hearing along with notice of appeal rights Appeals The complainant may appeal the Office Service Manager s decision by submitting a written appeal within five 5 working days to the Executive Director of H GAC Executive Director upon receipt of a written notice of appeal shall contact the complainant and schedule a hearing within ten 10 working days The Executive Director of H GAC has the option of appointing a Hearing Officer to preside over the hearing If Revised 06 09 09 Page 19 of 20 appointed the Hearing Officer shall conduct hearing and forward a summary and recommended resolution to the Executive Director The decision reached by the Executive Director or his designee shall be final and conclusive This decision will be forwarded to the complainant in writing within thirty 30 working days The Contractor may if it elects to do so appeal the final and conclusive decision of the Executive Director to Court of competent jurisdiction RESOLUTION OF CONTRACT DISPUTES Upon breach or default H GAC shall give the Contractor written notice of default If the default is not remedied within a reasonable specified time from date of notification to the satisfaction and approval of H GAC default will be declared Upon breach of contract or default H GAC may exercise any and all of its rights afforded by law including bu
32. requirements for all Products listed herein include what H GAC considers to be standard features Even though such features might normally be offered as options rather than as standard they are nonetheless considered to be standard in this Invitation and must be included in the base price for any Revised 06 09 09 Page 9 of 20 Product offered Such features SHOULD be offered as options except as deducts for their omission from the base Product b Ifitis unclear in the Response that an H GAC standard feature is included in the base price it will be assumed that such is the case If awarded a contract Offeror will be expected to sell the Product with all H GAC specified standard features included in the base price c Any feature or accessory normally offered by manufacturer as standard shall be considered a standard feature and shall be included in the base price of any offering even though not specifically listed as a requirement in H GAC s specifications Such features SHOULD NOT be offered as options except as deducts for their omission from the base Product Options General a Options are considered to be any features or accessories other than H GAC s and Manufacturer s standard features or accessories b Options should be offered on the FORMS designated for quoting options Each option should be listed and described on a separate line and should include any Manufacturers Dealers code number If no Manufa
33. single switch automatically sequences and turns them on one at a time switches shall be large enough to be activated manipulated by operator wearing thick gloves 3 8 Ambulance Exterior Lighting units quoted shall include at least one 1 side floodlight on all emergency medical service units 3 8 5 1 Patient Compartment Illumination At least six 6 dome lights shall be furnished with at least three 3 over the stretcher and three 3 over the Squad Bench Apr27 2010 FINAL Page 5 of 5 04 10 Ambulances EMS amp Other Special Service Vehicles 3 9 7 3 Mud Flaps Mud flaps on all emergency medical service units shall be furnished in compliance with State of Texas Motor Vehicle laws 3 10 8 Doors On type I amp III emergency medical service units door hardware shall consist of recessed stainless steel locking paddle latches on compartments door lock mechanisms shall be fully enclosed within the door to prevent fouling of locks in the event of equipment shifts in the lock area Patient module doors shall use a recessed polished stainless steel handle and latches All patient module locking latches shall use a common key except the drug compartment On type I amp III emergency medical service units the door gaskets shall be placed in a manner that prevents damage by equipment or personnel dragging across the gaskets All doors shall incorporate an extruded rubber seal located on the perim
34. to be false Non Collusive Response a The prices in the Response have been arrived at independently without collusion consultation communication or agreement for the purpose of restricting competition as to any matter relating to such prices with any other Offeror or potential competitor b The prices which have been quoted in the Response unless otherwise required by law have not been knowingly disclosed by Offeror and will not be knowingly disclosed by Offeror prior to the public response opening either directly or indirectly to any other Offeror or competitor c No attempt has been made or will be made by Offeror to induce any other person partnership or corporation to submit or not to submit a response for the purpose of restricting competition Non Biased Specifications This Invitation contains no requirements considered to be unduly biased in favor of Offeror or any other Offerors that may be competing for this procurement No Financial Interest or Other Conflict a No H GAC officer employee Board of Directors member or member of any H GAC board or commission nor family member of any such person has a financial interest direct or indirect in Offeror or in any contract Offeror might enter into with H GAC b Noeconomic or employment opportunity gift loan gratuity special discount trip favor or service has been or will be offered or given to any officer employee Board of Directors member or member of any H GA
35. 0 days of receipt of END USER s purchase order It shall be standard procedure for every order received for fire apparatus that a Performance Bond in the amount of the order be provided to the END USER Failure of CONTRACTOR to provide such performance bond within ten 10 days of receipt of END USER s order may constitute a total breach of contract and shall be cause for cancellation of the order at END USER S sole discretion END USER may choose to delete the requirement for a Performance Bond at END USER s sole discretion If the bond requirement is waived END USER shall be entitled to a price reduction commensurate with the cost that would have been incurred by CONTRACTOR for the bond ARTICLE 22 CHANGE OF CONTRACTOR STATUS CONTRACTOR shall immediately notify H GAC in writing of ANY change in ownership control dealership franchisee status Motor Vehicle license status or name and shall also advise whether or not this Contract shall be affected in any way by such change H GAC shall have the right to determine whether or not such change is acceptable and to determine what action shall be warranted up to and including cancellation of Contract ARTICLE 23 LICENSING REQUIRED BY TEXAS MOTOR VEHICLE BOARD IF APPLICABLE CONTRACTOR will for the duration of this Contract maintain current licenses that are required by the Texas Motor Vehicle Commission Code If at any time during this Contract period any CONTRACTOR S license is not renewe
36. 03 04 05 06 07 08 09 10 H MD 12 Horton Model 555 CHEVY GM 4500 16971 x 96 W x 72 HR H MD 15 Horton Model 623 Freightliner M2 173 L x 96 W x 72 HR H MD 16 Horton Model 623 Interntaional Navistar 173 L x 96 W x 72 HR 1 19 Horton Model 457 Type I FORD F450 4x2 157 L x 96 W x 72 HR 1 20 Horton Model 603 Type I FORD F450 4x2 167 L x 96 W x 72 HR 1 21 Horton Model 623 Type I FORD F450 4x2 173 L x 96 W x 72 HR H T3 20 Horton Model 403 Type III FORD E350 137 L x 96 W x 68 HR H T3 21 Horton Model 453 Type III FORD E350 145 L x 96 W x 72 HR H T3 23 Horton Model 533 Type III FORD E450 163 L x 96 W x 72 HR H T3 24 Horton Model 553 Type FORD E450 169 L x 96 W x 72 HR H T3 26 Horton Model 403 Type III FORD E350 Gasoline 137 L x 96 W x 68 HR 3 27 Horton Model 453 Type III FORD E350 Gasoline 145 L x 96 W x 72 HR N H T3 28 Horton Model 533 Type FORD E450 Gasoline 163 L X96 WX72 HR H T3 29 Horton Model 553 Type III FORD E450 Gasoline 16971 x 96 W x 72 HR ENE 1 30 Horton Model 603 Type I DODGE 4500 4x2 167 Lx96 Wx72 HR H T1 31 Horton Model 457 Type I DODGE 4500 4x2 157 Lx96 Wx72 HR 1 32 Horton Model 403 Type I FORD F 450 4x2 I37 Lx96 Wx68 HR _ _ H T1 33 Horton Model 453 Type I FORD F 450 4x2 145 Lx96 Wx72 HR N H T3 34 Horton Model 553 Type III FORD E 450 Gasoline 169 Lx96 Wx72 HR N H T3 35 Horton Model 553 Type III
37. 08 DA09 DA10 11 12 DA13 14 15 16 D Braun Express Type I Ford F 350 6 0 L Engine 13 000 GVWR 165 Wheelbase 68 Headroom 144 L Full Seam Welded Module Sliding Side Door Express Type III Ford E 350 6 8L V10 Gasoline Engine 11 500 GVWR 138 Wheelbase 68 Headroom 144 L Full Seam Welded Module Sliding Side Door Express Type III Chev G 3500 6 0 L Engine 12 3004 GVWR 139 Wheelbase 68 Headroom 144 L Full Seam Welded Module Sliding Side Door Express Type I Dodge D 3500 6 7 L Engine 12 500 GVWR 167 Wheelbase 68 Headroom 144 L Full Seam Welded Module Sliding Side Door Liberty Type III Chevy G 4500 6 6 L Engine 14 200 GVWR 159 Wheelbase 72 Headroom 156 Full Seam Welded Module Sliding Side Door Liberty Type III Ford E 450 6 0 L Engine 14 500 GVWR 158 Wheelbase 72 Headroom 156 Full Seam Welded Module Sliding Side Door Liberty Type I Dodge D 4500 6 7 L Engine 12 500 GVWR_ 168 Wheelbase 72 Headroom 156 Full Seam Welded Module Sliding Side Door Liberty Type I Ford F 450 6 4 L Engine 16 500 GVWR 165 Wheelbase 72 Headroom 156 Full Seam Welded Module Sliding Side Door Chief XL Type III Chev G 4500 6 0L Engine 12 3008 GVWR 189 Wheelbase 72 Headroom 169 L Full Seam Welded Module Sliding Side Door Chief XL Prestige Type III Ford E 450 6 0L Engine 14 050 GVWR 158 Wheelbase
38. 08 AAAQ09 10 11 12 1 14 15 16 17 I Warrior Ford F 35000 Type I Warrior Ford F 450 2x2 I Warrior Ford F 450 4x4 International Super Warrior 0 Freightliner Super Warrior Ford Travois Type ILE 350 Chevy Travois 13500 Ford Brave TypellLE 350 4 Chevy Brave Type III 3500 777 4 2 Ford WariorTypelllE 350 Ford Super Warrior Type HII E 450 I Warrior 300 02 o o Type I Warrior Dodge 4500 I Super Warrior Dodge 4500 2x2 Type M Warrior GMC G3500 Type Super Warrior GMC4500 242 GMC Brave Type 3500 BB Oshkosh Special Service UU EIU RE EE UEM 01 NIJ Level 4 CC PL Custom Emergency Vehicles Ambulance CCA01 Type Medallion 170 Ford E450 Body Length 170 02 Medallion 170 Ford E450 GAS Engine Body Length 170 oo CCA03 Medallion 170 Chev 64500 Body Length 170 CCA04 Medallion 100 Chev C3500 Body Length 164 i O 05 Medallion 80 Chev C3500 Body Length 47 06 Medallion 80 Ford E350 Body Length 147 CCA07 Medallion 80 Ford E350 GAS Engine Body Length 147 08 I Ford F350 4x2 165 WB Body Length 147 Po CCA09 I Ford F450 4x2 165 WB Body Length 56 CCA10 1 Ford Ford F450 4x4 165 WB Body Length 156
39. 148 Commando Chevrolet 3500 y 1 148 Commando 50 22 1 148 Commando 40 7 2 1 148 Recruit 350 7 lt o Type 1148 Chevrolet 3800 1 164 Commando F 450 Type M Squad M Ford E 350 4 7 I Fiberglass FordE 380 148 Commando Ford 350 000 Type 148 Commando Chevrolet 3500 Type 148 Recruit Ford E 380 Type 148 Recruit Chevrolet G3500 y O Type 164 Commando Commando Ford E450 Type 164 MD Commando Medium Duty y O Type 164 MD Recruit Medium Duty 02 O Type 164 Recruit Ford E450 Type 170 Brigadier Ford E450 0 7 T Matthews Specialty Vehicles Inc MSV CC 1000 102 20 Mobile Command Center International 3200 Diesel Custom 20 L x 102 W Aluminum Body MSV CC 1000 102 24 Mobile Command Center International 3200 Diesel Custom 24 L x 102 W Aluminum Body MSV CC 2000 30 Mobile Command Center Freightliner MT 55 Diesel 30 Aluminum Morgan Olson Body MSV CC 4000 102 40 Mobile Command Center Thomas 40 Diesel Custom Chassis 40 L x 102 W Custom Aluminum Body MSV CC 5000 102 40 Mobile Command Center Freightliner XC 40 Custom Diesel Chassis 40 L x 102 W Custom Aluminum Body MSV CC 5000 102 45 Mobile Command Center Freightliner XC 45 Custom Diesel Chassis 45 L x 102 W Custom Aluminum Body MSV CC 4000 102 45 Mass Evacuation Unit Thomas 40 Diesel Custom Chass
40. 2 200 Utility trailer based interoperability unit with complex network and reachback EOC Trailer 08 53 100 Commercial trailer based interoperability unit with basic network EOC Trailer 08 53 200 Commercial trailer based interoperability unit with complex network and reachback MC 2 MXT 08 19 100 MXT based interoperability unit with basic network MC 2 MXT 08 19 200 MXT based interoperability unit with complex network and reachback RB 075 08 100 0 75 meter antenna and reachback package for satellite connectivity RB 096 08 100 0 96 meter antenna and reachback package for satellite connectivity RB 120 08 100 1 2 meter antenna and reachback package for satellite connectivity Page 19 of 20 FORM E PUBLISHED OPTIONS Procurement No 04 10 Offeror Name 1 Use a single Form E for ALL Option Accessory items and quote each on a single separate line DO NOT use multiple Form E s Add or insert additional lines as necessary 3 Completely describe each item Include the manufacturer s code or part number Each item listed MUST have a unique code or part number so that it can be identified in any subsequest contract Important 4 Options which replace standard equipment on a Form D Item should be priced net of any credit due for the replaced item 5 Options which are upgrades downgrades of a Form D Item should be priced at the differential amount between the cost of the Form D Item and the upgrade downgrade option
41. 3 Solid surface work station s w overhead cabinet s 3 i 13 500btu AC s w heatstrip NC23 Mobile Medical Unit 34FT B P tandem 1 Solid surface work station w overhead cabinet d 3 13 500btu AC s w heatstrip NC24 Command Trailer 36FT G N tandem 3 Solid surface work station s w overhead cabinet s 3 13 500btu AC s w heatstrip NC25 Mobile Medical Unit 40FT G N 3 axle 4 13 500btu AC s w heatstrip NC26 Command Communications 40FT Trailer S D 3 Solid surface work station s w overhead li cabinet s 3 13 500btu AC s w heatstrip O KME A Ambulance oM1 Ford F350 x2 Chassis Type Ambulance Ef OM Ford E350 4x2 Chassis Type Ambulance Oi OA Ford 450 4x2 Chassis Type MIAmbulanee o B EMS Rescue OBOL Ford F 550 4x 2 Chassis 2 Door Light Duty 10 OBO2 Ford F 550 4x2 Chassis 2 Door Light Duty 12 Walica OBO3 Intemational 4300 Crew Transport Vehicle 10 Passenger Body C Special Service Intemational 4400 Chassis 2 Door Heavy Duty 18 WalkAround Revue Od oo Freightliner M2 Chassis 2 Door Heavy Duty 18 KME Custom Heavy Duty HazMat 25 P Horton Page 11 of 20 A Ambulance 01 02 03 04 05 06 07 08 09 10 11 12 PA13 14 15 16 17 18 19 20 21 22 23 24 B EMS Rescue 01 02
42. 3__ Ultramedic MD 168 x 96 Navistar w Air Ride 20 000GVW_ FFA14 Ultramedic MD 168 x 96 Freightliner M2 w Air Ride 20 000 GVW d GG Supreme Corporation Special Service GGCOL Avenger Armored Tactical Support Vehicle with room for 10 12 Tactical Responders Includes full armored protection on a Ford F550 4X4 chassis Page 17 of 20 01 Supreme Rapid Deployment Vehicle 14 x 78 96 FRP Body with Swat Bench Seating and ecco Related Equipment on a Ford E450 Cutaway chassis 10 Dual Compartment Prisoner Transport Van built a Ford E350 Cutaway Chassis with an GGC03 FRP body GGCO4 12 Quick Response Bomb Squad Command Center built on a Ford 1450 chassis 05 124 Custom Built Mobile Command Center built Ford F650 Chassis GGC06 GGC07 Supreme Rapid Deployment Vehicle 14 x 78 x 96 FRP Body with Swat Bench Seating and Related Equipment on a Ford E450 Cutaway chassis HH Taylor Made A Ambulance HHAO1 I F 350 DRW 144 Module N 02 1 450 DRW 144 Module N HHA03 I F SSODRW 144 Module N 04 _ Type I GM DRW 144 Module N 05 TypeL HD F 650 164 Module N HHAOG 07 TypeLHD FL M2 164 Module N 08 I HD FL M2 170 Module N 09 I HD LP 4300 164 Module N 10 HD LP 4300 170 Module N HHA11 I HD Terra Star 144 Module 00000100024 12 HD Terra Star 170 Mod
43. 70 Van CSIU Crime Scene Investigative Unit Enclosed compartmentalized body to provide NCH transportation and storage of crime scene investigation equipment work station Ford Transit CSIU Crime Scene Investigative Unit 9FT Enclosed compartmentalized body to provide NC15 transportation and storage of crime scene investigation equipment Ford F350 Reg Cab ELU Emergency Lighting Unit Compartmental body designed to provide self contained SCIO illumination via generator to an emergency or disaster area Ford F550 Reg Cab Diesel DAV Disaster Assessment Vehicle designed to asses an emergency or disaster situation from NOCH an elevated vantage point Ford F550 Reg Cab NC18 DPU Disaster Power Unit 11FT Compartment body with generator power and hook ups designed to power up a command station or medical unit within a disaster area Ford F550 Reg ETAU Emergency Transport Aid Unit 12FT Temperature controlled body w roof mounted NC19 qe ii A C compartments and bench seating to move and provide aid to emergency personnel from the EPEU Emergency Patient Evacuation Unit 12FT Temperature controlled body with wall NC20 mounted gurneys and life support to remove multiple casualties from a disaster ridden area Ford NC21 CEU Cadaver Evacuation Unit 12FT Refrigerated to morgue level designed to remove or 7 provide storage for disaster fatalities Ford 550 Reg Cab NC22 Command Trailer B P 24FT tandem
44. 72 Headroom 169 L Full Seam Welded Module Sliding Side Door Chief XL Prestige Type I Ford F450 6 0L Engine 16 0004 GVWR 189 Wheelbase 72 Headroom 166 L Full Seam Welded Module Sliding Side Door Chief XL Type I Dodge D 4500 6 7 L Engine 12 500 GVWR 168 Wheelbase 72 Headroom 166 Full Seam Welded Module Sliding Side Door Super Chief Type I Medium Duty International LP4300 DT466 220 Hp Engine 20 000 GVWR 73 Headroom 175 Wheelbase 170 Full Seam Welded Module Super Chief Type I Medium Duty Spartan Furion 285 Hp Engine 30 600 GVWR 73 Headroom 162 Wheelbase 170 Full Seam Welded Module Super Chief Type I Medium Duty Freightliner M2 CUM ISB 6 7 20 000 GVWR 73 Headroom 174 Wheelbase 170 Full Seam Welded Module Patriot Type I Medium Duty Spartan Furion 285 Hp Engine 30 6008 GVWR 73 5 Headroom 185 Wheelbase 49 170 Full Seam Welded Module E Braun Northwest A Ambulance 01 02 EA03 EA04 05 06 07 EA08 EA09 EA10 North Star Type 1 Ford F350 4x4 Diesel Engine 147 L x 94 W 72 HR 7 North Star 1 Dodge 3500 4x4 Diesel Engine 147 L x 94 W x 72 HR North Star Type 1 Chevrolet K3500 4x4 Diesel Engine 147 L x 94 W x 72 HR North Star Type 1 Ford F450 4x4 Diesel Engine 147 L x 94 W x 72 HR North Star Type 1 Ford F450 4x4 Diesel Engine 16771 x 94 W x 72 HR North S
45. 94 Wx72 HR North Star Mobile Command Ford F650 4x2 Diesel Engine 196 L x 94 W x 76 HR N B EMS Rescue FBO1 02 03 North Star Wildland Crew Body 198 L x 98 W x 78 HR N Danko Light Rescue 10 Walk Around Aluminum Body Ford F450 2 Door 4x2 N Light Rescue 12 Walk Around Aluminum Body Ford F550 2 Door 4x2 EE O Medium Rescue 155 Walk Around Composite body w Crew Area Ford F750 2 Door 4x2 Dodgen Industries C Special Service 01 GC02 GC03 GC04 22 Mobile Command Center A Hand Molded and Gelcoated Fiberglass Self Contained Unit on a Ford E 350 Cutaway Chassis 24 Mobile Command Center A Hand Molded and Gelcoated Fiberglass Self Contained Unit ERN 27 Mobile Command Center A Hand Molded and Gelcoated Fiberglass Self Contained Unit on a Ford E 450 Cutaway Chassis 27 SWAT Unit A Hand Molded and Gelcoated Fiberglass Self Contained Unit on a Ford E 450 Cutaway Chassis Page 7 of 20 05 27 Mobile Command Center A Hand Molded and Gelcoated Fiberglass Self Contained Unit on Ford E 450 Cutaway Chassis H Emergency Vehicles Inc EVI C Special Service 01 HC02 HC03 HC04 05 HC06 HC07 HC08 HCC9 HC10 HC11 HC12 Ford 450 2 Door x2 Single Axle 10 Non Walkcin Aluminum Rescue Body Ford 550 2 Door 42 Single Axle 12 Non Walk In Aluminum Rescue Body __ Ford 50 2 Door 4x2 Single Axle 12 Walk In Aluminum Rescue Body
46. C board or commission nor to any family member of any such person Debarment and Suspension Status a Offeror is not currently debarred suspended proposed for debarment declared ineligible or voluntarily excluded from covered transactions by any government agency nor is Offeror an agent of any person or entity that is currently debarred suspended proposed for debarment declared ineligible or voluntarily excluded from covered transaction by any government agency b Offeror has not within a three year period preceding this Invitation been convicted of or had a civil suit judgement renedered against Offeror for commission of fraud or a criminal offense in connection with obtaining attempting to obtain or performing a public transaction or contract under a public transaction Revised 06 09 09 Page 7 of 20 violation of federal or state antitrust statutes or commission of embezzlement theft forgery bribery falsification or destruction of records making false statement or receiving stolen property c Offeror is not presently indicted for or otherwise criminally or civilly charged by a government entity federal state or local with commission of any of the offenses enumerated above d Offeror has not within a three year period preceding this Invitation had any government federal state or local transactions terminated for cause or default Insurance Coverages Offeror has and will maintain insurance coverage in accordance
47. CATION INVITATION May 12 2010 BID PROPOSAL RESPONSES DUE June 17 2010 1 00 p m CT H GAC clock PUBLIC RESPONSE OPENING June 17 2010 2 00 p m CT H GAC clock RECOMMENDATIONS TO BOARD August 17 2010 CONTRACT START DATE amp TERM October 1 2010 through September 30 2012 The documents comprising this Invitation are available via web download at https www hgacbuy org bids For assistance regarding this Invitation please contact Name Bill Burton Phone 832 681 2514 E mail wburton h gac com CONTENTS OF THIS INVITATION SECTION A General Terms amp Conditions SECTION B Product Service Specific Requirements amp Specifications Final SECTION C HGACBuy FORMS Final SECTION D Pro Forma Sample Contract This procurement conforms to government requirements for Competitive Procurement LABELING OF SEALED RESPONSE PACKAGE IMPORTANT You must affix an identifying label to the outside of your Sealed Response Package to ensure proper identification and log in at HGACBuy offices on receipt HGACBuy is not responsible for any response that might be lost or misdirected due to improper or unclear labeling Your label should look as follows and should be affixed conspicuously to the package H GAC Cooperative Purchasing Sealed Bid Proposal No AM04 10 DO NOT OPEN IN MAIL ROOM Responses by E mail or FAX will not be acceptable Hard copies as described herein plus appropriate ele
48. CATION OF RESPONSES eese se ee ee ee ee ee 14 RESPONSE BVADUATION ie er eerte eed heo ode ch aet Drs cue ere 14 ORDER OF PRECEDENCE PRIOR TO CONTRACT AWARD eene emen 15 AWARD OF CONTRACT RO oid eese AE N RR 15 PRO EORMA CONTRAQC inier ether eb erre reperire ere 15 CONTRACT TERM ttt beim nt EE RE EEE 15 Revised 06 09 09 Page 1 of 20 38 PERFORMANCE amp PAYMENT BOND see sees se ee se ee se ee se ee se ee se ee ee See Gee ee e as 15 39 CHANGE ORDERS oero EE OE EO EE EE 15 40 DUPLICATION OF TERMS OR STATEMENTS ee ese ee ese ee se ee se se see ee ge ee ee ek ee ee ee Gee ee ee Re ee ee 15 41 PUBEICITY SR ER EE EN 15 42 TAXES Em 16 43 DRUG FREE WORKPLACE m 16 44 PRODUCT NOTICES amp MAILING eto rere ee GEKEER GR rre Hei eke e ge eee Herde end 16 45 HANDLING OF ORDERS amp PAYMENTS ees ee sees se ee se ee se ee se ee se ee se ee ee see ee ee ee ee eed ee enne Gee eke innen 16 46 PRICE CHANGES N 17 47 CONTRACTITEM CHANGES 25252 iiri rt tette breit EESE 17 48 PER 18 49 PERFORMANCE UNDER CONTRACT sees see sees se ee se ee se ee se ee 18 50 IMPLEMENTATION OF INTERNET BASED
49. COOPERATIVE PURCHASING PROGRAM Houston Galveston Area Council of Governments 3555 Timmons Suite 120 Houston TX 77027 THE SMART PURCHASING SOLUTION Phone 800 926 0234 Fax 713 993 4548 www hgacbuy or INVITATION TO SUBMIT COMPETITIVE Bms PROPOSALS Invitation No AM04 10 Issue DATE May 12 2010 CATEGORY Ambulances EMS amp Other Special Service Vehicles PURPOSE OF THIS INVITATION The Cooperative Purchasing Program HGACBuy of the Houston Galveston Area Council of Governments is soliciting offerings for the furnishing of products services as described herein These products services may be purchased by any of more than 2 000 member local governments districts agencies in 37 states across the nation Responses must be submitted in an original and one 1 copy and shall be subject to the terms conditions requirements and specifications detailed in the documents comprising this Invitation Responses are scheduled to be opened publicly at H GAC offices on the date indicated For Bid Invitations responses will be available for public review until 4 00 p m CT that day and on subsequent days by appointment only Any Responses submitted later than 1 00 p m on the due date will be returned unopened to the bidder proposer PROCUREMENT SCHEDULE amp DETAILS DRAFT SPECIFICATION INVITATION September 2 2009 PRE BID PROPOSAL CONFERENCE October 7 2009 9 00 a m CT H GAC offices 2 nd floor FINAL SPECIFI
50. G Sales of motor vehicles in the State of Texas are subject to the Texas Motor Vehicle Commission Code If this Invitation includes any motor vehicle to be sold in the State of Texas Offeror certifies by submission of a response hereto that all required Texas Motor Vehicle Commission licenses are in place and current and that copies of all such licenses have been submitted with the Response Further it shall be Contractor s responsibility to keep current all required Texas Motor Vehicle Commission licensing during the term of the contract and to furnish license copies at any time on request by H GAC If Contractor does not maintain current licensing H GAC reserves the right to immediately terminate the contract NOTE In accordance with the Texas Motor Vehicle Commission Code contracts for motor vehicles to be sold within the state of Texas may be made ONLY with properly licensed Texas Motor Vehicle Dealers Therefore to be considered for a contract covering Texas End Users the Response must include a Form from a licensed Texas Motor Vehicle Dealer 16 INTENT AND SCOPE OF SPECIFICATIONS a intent of the specifications herein is to provide Offeror with sufficient information concerning the Products Services to be contracted such that Offeror can prepare and submit an acceptable Response b The specifications may be detailed or general in nature with regard to any particular Product Service Where not ot
51. HANDLING OF ORDERS amp PAYMENTS In general orders and payments will be handled as described below More specific instructions and information regarding handling of purchase orders and the Order Processing Charge may be provided after contract award Established procedures may be changed at any time by H GAC as may be dictated by efficient business practice The particulars of any sale e g specific products pricing delivery warranty etc will be in strict accordance with the terms and conditions of this Invitation and the specific contract awarded to Contractor Beyond that a For any particular procurement to be made under the provisions of an H GAC contract End User and Contractor will discuss requirements and agree as to what will be provided b Contractor will prepare a Contract Pricing Worksheet and provide it to End User The Worksheet will list everything being purchased including the base bid item s all published and unpublished options and the delivery date pricing shall be per the current contract c End User will send a purchase document to Contractor which Contractor will fax H GAC together with the Contract Pricing Worksheet NOTE Contractor agrees not to offer agree to or accept from End User any terms or conditions that conflict with or contravene those in Contractor s H GAC contract except for pricing discounts d H GAC will prepare an Order Confirmation and transmit it to End User and to Contractor The Ord
52. M CAB CHASSIS SPECIFICATIONS FOR AMBULANCES eene ee ee ee ee ee enne ee 7 16 OPTIONS AND ACCESSORIES FOR AMBULANCES ese ee ee ee ee ee ee ee se ee ee ee ee ee ee ee ee ee ee ee 8 17 REMOUNTSERVIEES i reete ESE ge eo Be DI deese 8 18 OPTIONS amp ACCESSORIES FOR VEHICLES OTHER THAN 2 2 00 00 8 19 REQUIREMENTS FOR EQUIPMENT OTHER THAN AMBULANCES ee ee ee ee ee ee ee ee ee ee ee enn 8 20 COMPE LITEVEI PRIGING sds si meta n tr Gee 8 1 PURPOSE amp SCOPE Members of H GAC s Cooperative Purchasing Program periodically have need of a variety of Ambulances EMS and Other Specialty Vehicles and may choose to buy them thru the Program This Invitation and the specifications included and referenced herein are meant to establish minimum design and performance standards for such equipment which shall be offered to members thru term contract s 2 EQUIPMENT CATEGORIES amp PRODUCT CODES The basic equipment categories included in this Invitation are listed below Specific base bid items and associated H GAC Product Codes are listed on Form D Equipment Categories 1st Character of Product Code A Ambulance B Light Medium Rescue or EMS Vehicle C Other Specialty Vehicle or Equipment 3 GENERAL REQUIREMENTS This Invitation is designed to obtain bids that will A Provide compone
53. ND USER CONTRACTOR s total liability under this Contract whether for breach of contract warranty negligence strict liability in tort or otherwise but excluding its obligation to indemnify H GAC described in Article 14 is limited to the price of the particular products services sold hereunder and CONTRACTOR agrees either to refund the purchase price or to repair or replace product s that are not as warranted In no event will CONTRACTOR be liable for any loss of use loss of time inconvenience commercial loss lost profits or savings or other incidental special or consequential damages to the full extent such use may be disclaimed by law CONTRACTOR understands and agrees that it shall be liable to repay and shall repay upon demand to END USER any amounts determined by H GAC its independent auditors or any agency of State or Federal government to have been paid in violation of the terms of this Contract ARTICLE 14 LIMIT OF H GAC S LIABILITY AND INDEMNIFICATION OF H GAC H GAC S liability under this Contract whether for breach of contract warranty negligence strict liability in tort or otherwise is limited to its order processing charge In no event will H GAC be liable for any loss of use loss of time inconvenience commercial loss lost profits or savings or other incidental special or consequential damages to the full extent such use may be disclaimed by law Contractor agrees to the extent permitted by law to defend and hold har
54. NS EO EE EE ENE EE RE EE HISTORICALLY UNDERUTILIZED BUSINESS HUB PARTICIPATION eee NON RESIDENT RECIPROCAL SALES ACT esse esse esse ese ee se see see ee ee TEXAS MOTOR VEHICLE COMMISSION CODE amp INTENT AND SCOPE OF 8 222 44 0 000 0 REQUIREMENTS APPLICABLE TO PHYSICAL 5 1 PRODUCT CODES eder outs Pu ER OE STANDARD FEATURES amp OPTIONS 5 5020 0440 tente tbt WARRANTIES e OE OE AO EA AA N 10 H GAC ORDER PROCESSING see bees bees se ee se ee ee ee ee 10 PRE PAYMENTS AND 08 4 soe see ese ee ese 11 INSPECTION TESTING Em 11 PRODUCT DELIVERY ARE ER N EE EE OE EE NE 11 OFFERED PRODUCT ITEM ierunt ies see etes Sek Semet ut Reeve eben KOKEE ne E sb Vee 12 REQUIREMENTS FOR SUBMISSION OF A 5 12 CLARIFICATION SPECIFICATIONS amp 65 13 INCONSISTENT INFORMATION esse ese es bee Be soe nenne tene E entren then nne Be Ge nennen ennt EEKE nne 14 REJECTION OF RESPONSES ER rte meet ehe Ek FEEDER EM 14 WITHDRAW AL OR MODIFI
55. Purchasing Program Program contracts are awarded through a public competitive bid or proposal RFP process Further to that process Program policy considers an option listed and priced in a bid or Response 1 To be a Published Option 2 To be part of any awarded contract 3 To be available for purchase by Program members separately and independently from associated base line items However since Published Options may have not been subjected to the same scrutiny as the associated base line items it cannot be concluded they were directly competed Therefore pursuant to Local Government Code 252 021 a purchase of a published option costing more than 50 000 shall not be allowed Furthermore H GAC reserves the right at its sole discretion to disallow purchase of any Published Option through the Program if deemed contrary to the intent of the law b Any option that has not been listed and priced in the Response is considered to be an Unpublished Option Unpublished Options may be sold but only in connection with the sale of a base Product Item and only insofar as the total cost of all Unpublished Options remains below twenty five percent 2596 of the total summed cost of the base Product s plus any Published Options c No Published or Unpublished Option may be sold which essentially converts a Product such that it competes with a Product Item awarded to another contractor 22 WARRANTIES SALES amp SERVICE Unles
56. RE If either party shall be wholly or partially prevented from the performance of any contractual obligation or duty by reason of or through strikes stoppage of labor riot fire flood acts of war insurrection accident order of any court act of God or specific cause reasonably beyond the party s control and not attributable to its neglect or nonfeasance in such event the time for the performance of such obligation or duty shall be suspended until such disability to perform is removed Determination of Force Majeure shall rest solely with H GAC 49 PERFORMANCE UNDER CONTRACT H GAC is committed to insuring that Contractor provides effective and efficient service to all Participants in the Cooperative Purchasing Program and expects that certain Performance Conditions must be met Failure to meet these conditions may result in contract termination In that regard Contractor shall a Appoint a dedicated representative to be the contact person and focal point for all matters relating to End User quotations and orders The representative shall have A toll free phone number with voice mail A fax number working e mail address and A postal address b Insure that the representative timely monitors all communication modes listed above and promptly responds to communications from End Users and H GAC in any of these modes Phone calls will be promptly returned in any event not later than the next business day Acceptable failure will
57. ab Chassis i 05 Urban Command Vehicle 89 on Ford F 350 Gas SRW SuperCab Chassis Cd LC06 Urban Command Vehicle 879 on Ford F 350 Gas SRW Crew Cab Chassis Cd LC07 Urban Command Vehicle 89 on Ford F 350 Diesel SRW SuperCab Chassis Cid LC08 Urban Command Vehicle 879 on Ford F 350 Diesel SRW Crew Cab Chassis Cd LC09 Urban Command Vehicle 89 on Dodge Ram 3500 Gas SRW Crew i LC10 Command Vehicle 879 on Dodge Ram 3500 Diesel SRW Crew Cab Chassis Ci Urban Command Vehicle 99 on Chevrolet C3500 Gas DRW Crew Cab Chassis Cd LCI2 Urban Command Vehicle 99 on Chevrolet C3500 Diesel DRW Crew Cab Chassis i LC13 Urban Command Vehicle 99 on Ford F 350 Gas DRW SuperCab Chassis LCI4 Urban Command Vehicle 99 Ford 350 Gas DRW Crew Cab Chassis LCIS Urban Command Vehicle 99 on Ford F 350 Diesel DRW SuperCab Chassis i LC16 Urban Command Vehicle 99 on Ford F 350 Diesel DRW Crew Cab Chassis Cd LCI7 Urban Command Vehicle 99 on Ford F 450 Diesel DRW SuperCab Chassis Z Cd Page 9 of 20 LC18 LC19 LC20 LC21 LC22 LC23 LC24 Urban Command Vehicle 99 on Ford F 450 Diesel DRW Crew Cab Chassis Urban Command Vehicle 99 on Dodge Ram 3500 Gas Crew Cab Chassis Urban Command Vehicle 99 on Dodge Ram 3500 Diesel DRW Crew Cab Chassis Urban Command Vehicle 99 on Dodge Ram 4500 Diesel DRW Crew Cab Chassis Urban Com
58. all be clearly shown on the Contract Pricing Worksheet 25 INSPECTION TESTING Products sold pursuant to this Invitation shall be subject to inspection testing by or at the direction of H GAC and or the ordering End User either at the delivery destination or the place of manufacture In the event a Product fails to meet or exceed all requirements of this Invitation and unless otherwise agreed in advance the cost of any inspection and or testing shall be borne by the Contractor 26 PRODUCT DELIVERY Unless otherwise addressed in Section B the following requirements shall apply a Responsibility and liability for loss and or damage pass to End User at the delivery destination after receipt and acceptance have taken place Cost of shipping delivery shall be paid by End User unless otherwise agreed to by Contractor If End User will be paying for shipping delivery shipping terms must be F O B Destination Freight Prepaid amp Add b details for the application and calculation of shipping and delivery charges must be stated in the Response on Form E Any freight shipping or delivery charged to End User will be prepaid and add and will be clearly shown an any Contract Pricing Worksheet or other quote presented to the End User c The estimated delivery time after receipt of order ARO inclusive of Saturdays Sundays and holidays for all Products offered must be stated in the Response Actual delivery for any p
59. ar aluminum body 20kW diesel generator C 35X 1 Freightliner M2 106 International 4300 chassis or equivalent 35 600 GVWR 35 feet approximate length Modular aluminum body 20kW diesel generator 35 2 Freightliner M2 106 International 4300 chassis or equivalent 35 600 GVWR 35 feet approximate length Modular aluminum body 20kW diesel generator C 40 Freightliner M2 106 International 7400 chassis or equivalent 54 000 GVWR 40 feet 9 inches approximate length Modular aluminum body 20kW diesel generator C 40X 1 Freightliner M2 106 International 7400 chassis or equivalent 54 000 GVWR 40 feet 9 inches approximate length Modular aluminum body 20kW diesel generator C 40X 2 Freightliner M2 106 International 7400 chassis or equivalent 54 000 GVWR 40 feet 9 inches approximate length Modular aluminum body 20kW diesel generator C 40X 3 Freightliner M2 106 International 7400 chassis or equivalent 54 000 GVWR 40 feet 9 inches approximate length Modular aluminum body 20kW diesel generator C 42T X Custom Trailer 42 foot body Modular aluminum body 1 slideout 20kW diesel generator C 53TX Custom Trailer 53 foot body Modular aluminum body 1 slideout 70kw diesel generator N General Truck Body RCV Response Command Vehicle 8FT F250 Reg Cab 4x2 T REX F350 Reg Cab 9FT Walk Around Rescue Extraction Rapid Response Vehicle 10FT Ford F 550 Aluminum body 1 work station w overhead cabinet 1
60. articular order must be confirmed with End User at time of order placement and must be stated clearly on the Contract Pricing Worksheet d Contractor shall be responsible for delivery and Acceptance according to the requirements of the Contract and the Purchase Order e Contractor shall advise End User prior to making any shipment delivery and shall make such shipment delivery in accordance with End User s requirements providing only that such arrangements do not contravene any requirement of the H GAC contract unless agreed to by Contractor Revised 06 09 09 Page 11 of 20 f The execution of all required tests certifications and or licensing and costs thereof shall be the responsibility of Contractor Upon request by End User or H GAC Contractor shall provide any documentation or certification related to such tests certifications or licensing 27 OFFERED PRODUCT ITEM VARIANCES Any variance in the specifications or performance of Products offered pursuant to this Invitation shall be acceptable to H GAC only insofar as it MEETS or EXCEEDS the specifications and requirements of this Invitation 28 REQUIREMENTS FOR SUBMISSION OF A RESPONSE Unless otherwise addressed in Section B the following requirements shall apply a Responses shall be submitted in two complete printed sets including an Original and one 1 Copy in separate hard side three ring binders The outer spine of each binder shall be labeled showin
61. ate hard sided 3 ring binder A completed electronic copy of ALL Forms and any other documents required by this Invitation to be submitted electronically on electronic media e g CD ROM The required list of References A complete description of Offerors Service Organization detailing support locations hours personnel and parts service availability Complete Warranty Documentation for all Products offered If the Non Resident Reciprocal Bid Act applies a copy of your state statute and a determination of the status of Texas bidders proposers in your home state If not applicable indicate N A If offer includes motor vehicles to be sold in Texas copies of all current licenses as required by the Texas Motor Vehicle Commission Code If not applicable indicate N A The manufacturers latest Specification Documents detailing standard features operating characteristics etc for each Base Product Item offered Form CIQ if required by law completed and signed Go to http www ethics state tx us whatsnew conflict_forms htm to get instructions and download the Form FORM D OFFERED ITEMS PRICING Procurement No 04 10 Offeror Name ha Item Description Offered Co Bs Offeror may not change any desctiption or add items Price A American Emergency Vehicles A Ambulance 01 A MD 11 International Navistar TraamaHawk 16471 95 W x 72 HR AA02 A MD 12 Freightliner M2 TraamaHawk 164 L x 95 W
62. ately similar b Offeror may provide reference information in whatever format desired but each should include the following specific information e Agency name e Contact person name e Address e Phone amp Fax numbers e Description of product s or service s and date sold c Other information including criticism however learned may be used by H GAC in evaluation of responses 10 INSURANCE a Unless otherwise stipulated in Section B Offeror Contractor must have the following insurance and coverage minimums General liability insurance with a Single Occurrence limit of at least 1 000 000 00 and a General Aggregate limit of at least two times the Single Occurrence limit Product liability insurance with a Single Occurrence limit of at least 1 000 000 00 and a General Aggregate limit of at least two times the Single Occurrence limit for all Products except Automotive Fire Apparatus For Automotive Fire Apparatus see Section B Product Specific of this Invitation Property Damage or Destruction insurance is required for coverage of End User owned equipment while in Contractor s possession custody or control The minimum Single Occurrence limit is 500 000 00 and the General Aggregate limit must be at least two times the Single Occurrence limit This insurance may be carried in several ways e g under an Inland Marine policy as part of Automobile coverage or under a Garage Keepers policy In any event this coverage must be spe
63. ay be required under any then current applicable local state and federal government requirements If during the course of any contract changes are made to such government requirements which cause a manufacturer s costs of production to increase Contractor may increase Product pricing to the extent of Contractor s actual cost increase The increase must be substantiated with support documentation acceptable to H GAC prior to taking effect Modifications to a Product required to comply with such requirements which become effective after the date of any sale shall be the responsibility of the End User In cases involving contract extensions exceeding sixty one 61 days beyond the stated expiration date of the contract Contractor may request a price change based on the same conditions as stated above However the thirty 30 day prior notice is waived and H GAC will consider the request immediately on receipt H GAC reserves the right to accept or reject any price change request Acceptance if granted will be in writing and the approved changes will become part of the contract 47 CONTRACT ITEM CHANGES If a manufacturer discontinues a contracted item that item will automatically be considered to be deleted from the contract with no penalty to Contractor However H GAC may at it s sole discretion elect to make a contract award to the next low offeror for the item or take any other action deemed by H GAC to be in the best interests of En
64. bility Contractor s behalf unless made or assumed in writing initiated by Contractor and agreed to in writing by H GAC or the End User respectively h Contractor shall be responsible for the execution and effectiveness of all product warranty and shall be the sole source for solution to problems arising from warranty claims Contractor agrees to respond directly to correct warranty claims and to ensure reconciliation of warranty claims that have been assigned to a third party 23 H GAC ORDER PROCESSING CHARGE H GAC will levy an Order Processing Charge on Contractor for each sale done thru the H GAC contract with the exception of orders for motor vehicles Any bid pricing submitted will be considered to include the Charge The amount of the applicable charge shall be per the most current H GAC schedule For motor vehicle orders the Processing Charge shall be levied on and paid by the End User 24 PRE PAYMENTS AND DISCOUNTS a Progress pre payment and special discounts of any kind may be offered and detailed in the Response Such discounts shall be clearly explained but shall not be a determining factor in awarding contracts except in the case of tie offerings b Quantity discounts applicable to similar Products sold to one or more End User Departments may be offered Determination as to product similarity shall rest solely with Contractor c For specific purchases any proposed quantity pre payment or special discounts sh
65. chassis in compliance with KKK specifications When activated the throttle shall automatically increase the engine RPM when the amperage goes into a deficit state and automatically decrease when positive amperage is achieved 3 7 6 3 Voltmeter or Voltage Monitor Voltmeter shall be mounted in the Operator Control Panel if not provided by OEM 3 7 8 1 Utility Power Connector In cases where a 115 Volt AC utility power connector is installed on an emergency medical service unit the outlet shall be located at an exterior location approved by the end user agency and unit manufacturer If an inverter is installed the outlet shall be powered by the inverter unless the type I amp III high performance emergency medical service unit is attached to shoreline electrical power then the outlet shall be powered by the shoreline power The outlet shall include a metal or heavy duty plastic cover designed for outdoor use and be enclosed in an electrical outlet box 3 7 8 3 Solid State Inverter for on Board 115 Volt AC Power In cases where a 1000 watt 115 Volts AC continuous duty inverter is installed and wired to interior and exterior outlets of an emergency medical unit the inverter switch shall be loaded in the EMT action area unless otherwise specified by the end user agency 3 7 9 Driver Compartment Controls In cases where sequential switching systems are installed allowing the driver to preset at least six 6 emergency lights or other warning devices a
66. cifically and clearly listed on insurance certificate s submitted to H GAC b Insurance coverage shall be in effect for the length of any contract made pursuant to this Invitation and for any extensions thereof plus the number of days months required to deliver any outstanding order after the close of the contract period c Original Insurance Certificates must be furnished to H GAC on request showing Offeror Contractor as the insured and showing coverage and limits for the insurances listed above d Ifany Product s or Service s will be provided by parties other than Offeror Contractor all such parties are required to carry the minimum insurance coverages specified herein and if requested by H GAC a separate insurance certificate must be submitted for each such party e H GAC reserves the right to contact insurance underwriters to confirm policy and certificate issuance and document accuracy Revised 06 09 09 Page 6 of 20 11 BID PROPOSAL BOND a Unless indicated as N A Not Applicable on Form C a single Bid Proposal Bond in the amount of 3 000 00 MUST be submitted with the Response A percentage type bond is not acceptable Any response submitted without the required Bid Proposal Bond shall be automatically disqualified NOTE bond previously submitted with a response to another bid proposal invitation may not be used to satisfy any bond requirement that is part of this Invitation b Any actual Bid Proposal Bo
67. controls B Installation Service Manual amp Schematics The Installation Service Manual shall describe proper Emergency Medical Service Equipment and Units installation procedures manual shall include those details which are unique to the unit The Installation Service Manual shall also include a maintenance section with board overlays schematic diagrams and theories of operation Explanation of diagnostic display interpretations shall also be included drawings shall be Apr27 2010 FINAL Page 2 of 2 04 10 Ambulances EMS amp Other Special Service Vehicles accurate to a scale sufficiently large to show all pertinent features of unit system items and method of connection detailing components Two each to be provided with each EMS unit delivered C Equipment Documentation Contractor shall deliver to End User Agency a complete set of manuals warranties warranty registration instructions etc associated with any equipment installed or provided with the supplied Emergency Medical Service Equipment and Unit s This includes documentation for items such as sirens lighting siren speakers oxygen devices stretchers and cab chassis 10 ELECTRICAL AND MECHANICAL REQUIREMENTS amp FEATURES A Ergonomic Design Operator control functions switches buttons and displays shall be designed to aid and enhance operator capabilities by minimizing efforts required to control equipment Each function shall b
68. ctronic media are required NOTICE REGARDING NATIONWIDE SALES POTENTIAL HGACBuy is conducting this procurement with the objective of establishing one or more blanket type contracts for use by our Members Because our Members are located not only in Texas but throughout the country we strongly urge you to participate in the process at the corporate level If you do not sell direct your dealer network may still service customers while you handle the administrative functions of providing quotes accepting purchase orders and collecting payments If this is not feasible we will work with you to subsequently assign your contract to your dealers as necessary to service customers Whatever approach you choose to take there is considerable potential sales value because HGACBuy is being used not only in the State of Texas but NATIONWIDE This means that HGACBuy contractors will have a special advantage available to them in promoting sales to government agencies throughout the country the ability to sell products without the need for the buyer to duplicate the competitive bidding process and expend the associated staff time and taxpayer dollars We believe an HGACBuy contract would enhance your competitive position in the government marketplace and are eager to work with you to promote the best interests of our participating local governments and qualifying non profit organizations We look forward to your participation in our process Please
69. cturer s Dealer s code number exists Offeror should create one c Prices for all offered options shall be assumed to include any installation or mounting required to make it a fully functional component of the Product unless otherwise stated in Offeror s response Required Options a Product specifications in this Invitation may include H GAC Required Options If so Offeror must quote a price for ALL such options and if there is an H GAC Option Code provided in this Invitation for such options it MUST be used as part of the description b Forany specific Required Option Offeror may quote an equivalent so long as its design and performance are as good as or better than the specified option item Responses which do not include pricing for Required Options may be considered non compliant Other Options a Suggested or Other options may be listed for any particular Product in this Invitation and Offeror is encouraged to quote pricing for such options The extent of offered options in any response may be taken into consideration as part of the award criteria at H GAC s sole discretion b Offeror is encouraged to include options for non equipment items that may be applicable to a sale such as Extended Warranties Maintenance Agreements Buy back or Trade In Agreements Out of state Delivery Charges Quantity or Special Discounts Extended Training Classes etc Published amp Unpublished Options a H GAC Cooperative
70. cuted pursuant to this Invitation Offeror is advised that all H GAC contracts are subject to the legal requirements established in any applicable Local State or Federal statute Offeror Contractor must be in compliance with all licensing permitting registration and other applicable legal or regulatory requirements imposed by any governmental authority having jurisdiction It is Offeror Contractor s responsibility to insure that this requirement is met and to supply to H GAC upon request copies of any license permit or other documentation bearing on such compliance Unless otherwise established elsewhere in this Invitation NO minimum purchase quantities or spending levels are provided or guaranteed by H GAC or any Participant This Invitation is not meant to restrict competition but rather is intended to allow for a wide range of responses Responses which are qualified with conditional clauses or alterations of or exceptions to any of the terms and conditions in this Invitation may be deemed non compliant at H GAC s sole discretion The term Offeror or derivative thereof shall become synonymous with Contractor for any successful Offeror recommended for a contract pursuant to this Invitation H GAC reserves the right to Reject any and all offers received in response to this Invitation Reject any part of an offer received in response to this Invitation Determine the correct price and or terminology in the event of
71. d or is denied or revoked CONTRACTOR shall be deemed to be in default of this Contract unless the Motor Vehicle Board issues a stay or waiver Contractor shall promptly provide copies of all current applicable Texas Motor Vehicle Board documentation to H GAC upon request IN WITNESS WHEREOF the parties have caused this Contract to be executed by their duly authorized representatives Signed for Houston Galveston Area Council Houston Texas Jack Steele Executive Director Attest for Houston Galveston Area Council Houston Texas Deidre Vick Director of Public Services Date 20 Signed for Printed Name amp Title Date 20 Attest for Printed Name amp Title Date 20 06 18 09 Page 4 of 4
72. d Users at its sole discretion If a manufacturer makes any change in a contracted item which does not affect the contract price Contractor shall advise H GAC of the details If the new item is equal to or better than the originally contracted item the new item shall be approved as a replacement Otherwise H GAC may allow or reject the change or take any other action deemed by H GAC to be in the best interests of End Users at its sole discretion If the change is rejected there will be no penalty to Contractor If a manufacturer makes any kind of change in a contracted item which affects the contract price Contractor shall advise H GAC of the details H GAC may allow or reject the change at its sole discretion If the change 18 rejected there will be no penalty to Contractor However H GAC may elect to make a contract award to the next low offeror for the item or take any other action deemed by H GAC to be in the best interests of End Users at its sole discretion Revised 06 09 09 Page 17 of 20 d In the case of specifically identified catalogs or price sheets which have been contracted as base bid items or as published options routine published changes to products and pricing shall be automatically incorporated into the contract However Contractor must still provide thirty 30 calendar days written notice and an explanation of the changes to products and pricing H GAC will respond with written approval 48 FORCE MAJEU
73. e 2 Upswing Doors Side BC02 B 27 F650 Rescue First Response Reg Cab Ford F 650 Cummins Diesel 4x2 84 CA Welded Steel Structure Boxes 21 x 108 x 50 ea side 2 Upswing Doors Side B 27 D5500 Rescue First Response Reg Cab Dodge 5500 Diesel 4x4 19 500 GVWR 84 CA BON Welded Steel Structure Boxes 21 x 108 x 50 ea side 2 Upswing Doors Side B 27 IH Dura Star Rescue First Response Reg Cab International Dura Star 4x2 84 CA BEO Welded Steel Structure Boxes 21 x 108 x 50 ea side 2 Upswing Doors Side BCOS 24 550 Rescue First Response Reg Cab Ford 550 Gas 4x4 17 500 GVWR 60 CA Welded Steel Structure Boxes 13 x 85 x 50 ea side 2 Upswing Doors Side BC06 B 24 D5500 Rescue First Response Reg Cab Dodge 5500 Diesel 4x4 17 500 GVWR 60 CA Welded Steel Structure Boxes 13 x 85 x 50 ea side 2 Upswing Doors Side B 25 F550 Rescue First Response Reg Cab Ford F 550 Gas 4x4 17 500 GVWR 60 CA BC07 Welded Steel Structure Translength Transverse Boxes 96 x 108 x 50 2 Upswing Doors Side 1 Upswing Door at Rear B 25 D5500 Rescue First Response Reg Cab Dodge 5500 Diesel 4x4 17 500 GVWR 60 CA 08 Welded Steel Structure Translength Transverse Boxes 96 x 108 x 50 2 Upswing Doors Side 1 Upswing Door at Rear C Boston Whaler Page 5 of 20 C Special Service 01 02 CC03 CC04 05 CC06 A Ambulance 01 02 DA03 DA04 05 06 07
74. e labeled in a manner which minimizes operator error Each major equipment function shall have an individual switch and associated indicator B Electrical Features Electronic circuitry employed throughout the Emergency Medical Service Equipment and Units may utilize integrated solid state circuitry and may utilize Very Large Scale Integration The only exception allowed shall be relays for external interfaces and switches Switches shall be rated for a minimum of one million 1 000 000 operations On printed circuit boards all active devices shall have designations screened onto the circuit board at each device location All optional and auxiliary circuit output connections shall be screened onto the board for easy reference Emergency Medical Service Equipment and Units electrical components should be of plug in modular design plating material on circuit board edges where plug in contact is made shall provide maximum reliability Copper traces on circuit boards shall be covered with protective materials which provide both isolation and non conductivity C Equipment Interchange Ability For ease of service and reduction of spare parts all components and similar equipment shall be interchangeable excepting minor adjustments where applicable The exchange of equipment by personnel of the End User Agency shall in no way constitute a violation of the warranty if performed according to basic steps listed in User s Manual or Installa
75. elegraphic or electronic notice if such notice is received prior to the deadline for submission Samples when required shall be submitted within the time specified and at no expense to H GAC If not destroyed or consumed during testing samples will be returned upon request at Offeror s expense Offeror shall provide firm contract pricing for all Products and Options being offered If applicable responses shall include copies of all current licensing which may be required by the Texas Motor Vehicle Division for execution of sales pursuant to any contract with H GAC Revised 06 09 09 Page 12 of 20 m Due to the complexity of responses and to aid in evaluation the Response should contain ALL required information in tabbed sections as detailed below Omission of any required FORM or information will be sufficient grounds for H GAC to consider your response to be non compliant NOTE Items in the Fourth Section should be supplied ONLY in the Original First Section e Form s A Offeror Identification amp Signatory Identifies the offering party ies and should be completed by each party to the Response If awarded a contract will be executed with each e Form B Historically Underutilized Business Enterprises Used to collect information about disadvantaged and minority suppliers and subcontractors and to commit Offeror to working with Participants toward their program goals e Form C Response Checklist Certificat
76. emergency medical service units all cab chassis electrical systems shall remain intact Cab chassis electrical systems shall act as an auxiliary system that will provide power to the primary system when the generator is not running 3 7 1 1 Warning Indicators On panels providing alpha numeric displays with warning indicators the display shall be designed to scroll between warnings when two 2 or more warning conditions are present or the warning indicator shall include an audible device which shall only cease when manually overridden at which time the display shall scroll to any additional warnings 3 7 2 Wiring Installation On type I II amp III emergency medical service units all wiring shall be stamped and function coded over the continuous length of the wiring which shall be an uninterrupted run from the electrical panel to the fixture or item it serves No wiring splices shall be allowed The function nomenclature shall be a name i e siren on the wire and not a code to which the end user agency must refer to a table or listing Only one component requiring electrical power shall be allowed on each wire wiring harnesses may be connected via quick disconnect method Numerical coding shall be allowed for unusual options and additional harness for future expansion of unusual options between the electrical panel and control panels but not color coding alone 3 7 2 2 Printed Circuits On type I II amp III emergency medical service u
77. er Confirmation verifies that Contractor has a valid H GAC contract and that the order is in compliance with the requirements of the H GAC Cooperative Purchasing Program Contractor will not ship any goods before receipt of both End User s purchase document and H GA C s Order Confirmation e On notification that Contractor has received an order H GAC will invoice Contractor for the applicable Order Processing Charge NOTE The Order Processing Charge is charged to Contractor EXCEPT in the case of motor vehicles For all sales of motor vehicles the Order Processing Charge is levied on the End User collected by Contractor and remitted to H GAC by Contractor f Contractor will deliver products services ordered and will invoice End User for products services accepted by End User See other Sub Section herein dealing with Product Delivery Contractor will not invoice before shipment has been made 6 End User will pay Contractor for those products and or services ordered which have been received and accepted Under no circumstances shall any check be made payable to a representative or agent Should a representative or agent submit an invoice to End User for any cost related to a purchase order issued to Contractor for products services covered by H GAC contract such invoice shall be forwarded to Contractor and Contractor will take action to correct the error h Upon delivery of any product service by Contractor and acceptance by End User C
78. es claiming HUB status be reviewed and confirmed as meeting certain minimum irequirements to claim that status and that the review and confirmation process be carried out by certain designated entities They iare then Certified or Listed by having their name included on an official listing published by the Certifying or Listing Authority Accepted and Agreed By HUB Status Of Offeror Offeror is a HUB as detailed below Offeror is not a HUB Designation s H DBE MBE WBE Other Certifying Listing Authority s Subcontracts On a separate sheet list any subcontractors that would be employed in providing products or services related to this procurement Include subcontractor name designation HUB DBE etc and certifying listing authority Subcontractor List attached No Subcontractors will be used FORM RESPONSE CHECKLIST Procurement No 04 10 Title Ambulances EMS amp Other Special Service Vehicles Offeror This FORM is provided to help insure that all required Response elements have been completed and included or certified as being available upon request Responses that do not comply with all requirements may be considered non compliant Offeror s signatory must review each item below and certify by initialing in the space to the right This Response Includes 1 An Original of all required FORMS and documents plus one copy each in a separ
79. ested and found suitable for use in a specified manner NOTE The means for identifying listed equipment may vary for each organization concerned with product evaluation some of which do not recognize equipment as listed unless it is also labeled The authority having jurisdiction should utilize the system employed by the listing organization to identify a listed product Manufacturer The person or persons company firm corporation partnership or other organization responsible for taking raw materials or components and making a finished product May A term indicating a permissive use or an acceptable alternative to a specified requirement Member An authorized Participant in the Program See Participant and End User Motor Vehicle The meaning of this term shall be based on the legal definition ascribed to it by the laws and or regulations of the state in which any specific sale made pursuant to a Contract takes place Must term indicating a mandatory requirement Offer or Offering Any product or service offered in reply to this Invitation Offeror Any entity that submits a competitive bid or proposal in response to this Invitation Bidder or Proposer Participant Generally any qualifying governmental or non profit entity which has executed an Interlocal Contract for cooperative purchasing services with H GAC Product Liability Insurance Failure of Components and or assembled equipment resulting in personal injury disabi
80. eter of the door Full length stainless steel hinges and pins shall be provided for all exterior doors Over door padding shall be provided at the rear and curb side door and above the walk thru if applicable 3 10 11 Floor Coverings and Color all emergency medical service units excluding Type II the covering shall extend a minimum of four 4 inches up both side walls for easy cleaning 3 11 1 Interior Stowage Accommodations On Type I amp III emergency medical service units the doors track for all sliding cabinet doors shall be constructed of extruded aluminum with slots for the installation of felt door tensioners on each side and a Teflon sliding guide on the bottom of the track The material shall be installed in a slide or other manner providing ease of maintenance track shall be attached to the cabinet with recessed screws Cabinetry on all emergency medical service units shall be included in patient module warranty and all exposed areas with an extruded aluminum edge shall be smooth 3 11 4 Squad Bench Seats And Backrests The backside of the CPR seat backrest shall be lined with the same material as the counter space in the action area Seat belts furnished for the squad bench shall be automatic self retracting on type I amp III emergency medical service units 3 12 1 Oxygen Main Supply and Installation On type I amp III emergency medical service units no less than three 3 outlets shall be provided tw
81. fers discounted contract pricing H GAC may request Contractor to accept amended contract pricing equivalent to the routinely discounted pricing No price change will be allowed unless it has been reviewed and approved by H GAC in writing Contractor must have received H GAC s written approval of any change prior to charging the new price or using it in any quotation prepared for an End User Price change requests must be submitted to H GAC in writing and must be received by H GAC at least thirty 30 calendar days prior to the requested effective date of the change and must state the time period for which the requested pricing will remain firm Price change requests shall include H GAC Forms D and E or whatever documentation was used to submit pricing in the original Response hereto showing all affected items with current contract price requested price and percentage change shown clearly for each This documentation should be submitted in MSExcel format to facilitate analysis and updating of the website Price change requests MUST be supported with substantive documentation e g manufacturer s price increase notices copies of invoices from suppliers etc showing that Contractor s actual costs have increased The Producer Price Index PPI may be used as partial justification subject to approval by H GAC but no price increase based solely on an increase in the PPI will be allowed All Products shall at time of sale be equipped as m
82. g this Invitation No Offeror Name and either Original or Copy as applicable Original printed response will be considered to be the binding Response in case of any conflicts between printed copies and electronic copies Except for required forms H GAC Invitation documents should not be included in the Response The Original and the Copy shall be submitted complete except that the Bid Proposal bond and the Electronic Media should be submitted only with the Original Responses should include any official H GAC Addenda issued after initial release of this Invitation required H GAC FORMS and documents shall be properly completed without exception or Offeror s Response may be deemed non compliant Offeror may not modify the format of any H GAC FORM in any way but may only fill in information and add lines if needed Offeror may photocopy or print blank FORMS as needed Information submitted on the printed copies of the FORMS may not be handwritten except for signatures and initials It is Offeror s responsibility to insure that printed FORMS are clear and legible Handwritten and illegible entries may be rejected Offeror s printed stamped or typed name shall appear on every FORM submitted in the Response All FORMS shall also be submitted on electronic media Offeror is strongly advised to make and work with copies of the original electronic FORMS The originals can then be used to make additional electronic or printed
83. h will provide the same functions C Offeror shall certify by submission of this bid the capability to supply replacement parts for ambulance coversions as may be required for a period of at least seven 7 years after Emergency Medical Service Equipment and Units have been accepted by End User Agencies 7 FACTORY TESTING Emergency Medical Service Equipment and Units shall undergo extensive factory testing prior to shipment to End Users Testing shall encompass all phases of Emergency Medical Service Equipment and Units equipment from board or modular component level to fully assembled status Houston Galveston Area Council shall be furnished documentation on request End User Agency shall be responsible for travel and expenses related to source inspections Offeror may provide this travel as an option to End User Agency where permitted 8 WARRANTY PERIOD The warranty period for all equipment and accessories shall be at a minimum at least as per the standard warranty period normally offered by the manufacturer This shall supercede any requirement related to warranty period stated in Section A 9 DELIVERY DOCUMENTATION A User s Manual At least one 1 user or operators manual shall be furnished with each delivered piece of equipment Manuals shall provide basic operational description of all equipment and other pertinent operational details Manuals shall be concise simple and shall include pictures showing various operator
84. herwise specified details of construction materials or the way in which services will be provided are left to the discretion of the Offeror provided only that any offering shall conform as a minimum to best Industry standards and practices and to what is currently being sold in the marketplace c Responses shall be considered only from Offerors that have established good reputations in their markets and who furnish satisfactory evidence of ability to supply the Products Services specified herein Revised 06 09 09 Page 8 of 20 d Offeror shall show proof of ability to provide to End Users prompt and competent service including parts if applicable for all Products Services covered by this Invitation by proper completion of a Service Organization Document as described elsewhere herein 17 REQUIREMENTS APPLICABLE TO PHYSICAL GOODS In the case of physical goods e g equipment material supplies as opposed to services all Products offered must unless otherwise stipulated in Section B a Benew unused and not refurbished b Not be a prototype insofar as the general design operation and performance This requirement is NOT meant to preclude Offeror from offering new models or configurations which incorporate improvements in a current design or add functionality but which in such new model or configuration may be new to the marketplace c Include any and all accessories which may or may not be specifically mentioned herein
85. hroughout the period stated elsewhere in the contract documents and thereafter until such time as any outstanding orders against the contract have been fulfilled contract may be extended if deemed by H GAC to be in the best interests of the Program and subject to mutual agreement of the parties 38 PERFORMANCE amp PAYMENT BOND H GAC s contractual requirements DO NOT include a Performance amp Payment Bond P amp PB and offered pricing should reflect this cost saving However Contractor must be prepared to offer a P amp PB to cover any specific order if so requested by End User Contractor shall quote a price to End User for provision of any requested P amp PB and agrees to furnish the P amp PB within ten business 10 days of receipt of End User s purchase order 39 CHANGE ORDERS End Users shall have the right to make additions by addenda for the purpose of clarification or inclusion of additional specifications qualifications conditions etc Any such addenda shall be made in writing and agreed upon by Contractor and the End User agency prior to issuance of any Change Order A copy of any such Change Order shall be furnished by Contractor to H GAC 40 DUPLICATION OF TERMS OR STATEMENTS Where statements or terms are duplicated or are extremely similar H GAC and the End User reserve the right to use the statement or term most favorable to H GAC and or the End User 41 PUBLICITY H GAC encourages contractors to
86. ion and also an aid to insure that all required information has been included in your Response e References formatted as described elsewhere herein e Service Organization Document formatted as described elsewhere herein e All Addenda if any Second Section Form D Offered Items Pricing For Bids contains the list of the Product Items covered by this Invitation Select the items offered and fill in the price for each For RFPs follow the instructions in Section B as this Form may or may not be used e Form E Published Options Used to list and price all offered options List each on a separate line all upgrades downgrades optional equipment features accessories and services which you desire to sell thru the H GAC contract if awarded Published catalogs price sheets may be listed along with the discount structure that will apply For RFPs follow the instructions in Section B as this Form may or may not be used Third Section Technical Specifications Product Brochures Tear Sheets Cut Sheets Strippers etc which clearly list and show all the standard features and capabilities of each Product Item offered on Form D e Warranty Documentation as described elsewhere herein for all items offered Fourth Section Required with Original only MUST be submitted or Response may be non compliant Bid Proposal Bond or Certified Cashier s Check if required e Copies of any applicable Texas MVD Licenses e
87. is 40 L x 102 W Custom Aluminum Body U MBF Industries Inc FR LD 01 SUV LWB First Responder Yukon or Suburban SUV LONG WHEEL BASE 4WD 6 0L Two 2 rear seat workstations 2 1 2 equipment racks roof platform with scene lighting FR LD 02 SUV SWB First Responder Yukon SUV SHORT WHEEL BASE 2WD 5 3L One 1 rear seat workstation 1 equipment rack roof platform with scene lighting FR MD 01 First Responder 2 GMC Utility Body GMC 4500 or equal Regular Cab Crew Cab Optional diesel 17 500 Ib GVWR 8KW generator Commercial utility body GWVR 17 500 Ib MCC LD 01 Light Duty 1 Mobile Command Freightliner Sprinter 3500 SHC cargo 3 workstations 7 5KW generator Page 13 of 20 05 UC06 UC07 UC08 UC09 UC10 11 UC12 UC13 UC14 15 UC16 17 18 19 C20 Q N 22 N 24 N ur 26 01 VA02 VA03 VA04 VA05 VA06 VA07 VA08 MCC MD 01 Medium Duty 1 Mobile Command Three 3 workstations GMC C5500 or equal regular cab 17 500 lb GVWR 60 L diesel 15 body MCC SD 01 Standard Duty 1 Mobile Command Four 4 forward workstations restroom galley and conference room to seat six 6 Freightliner M2 chassis 29 000 Ib GVWR 260HP MB engine MCC SD 02 Standard Duty 2 Mobile Command Three 3 forward workstations equipment rack a
88. l Bond will be subject to forfeiture 33 RESPONSE EVALUATION For Bid Responses a Section B will state whether the contract will be awarded to the lowest responsible bidder or to the bidder who provides goods or services at the best value for H GAC and its participants b Ifthe contract will be awarded based on best value Section B will state any relevant criteria which H GAC will consider c For each offered Product Item H GAC may use the offered price prices for Required Options and the prices of selected common Published Options to determine the lowest responsible offer d Failure of Offeror to submit pricing for frequently purchased options and any H GAC required options may cause response to be considered non compliant at H GA C s sole discretion For Proposal Responses e H GAC will evaluate proposals as detailed in Section B f By submission of a Response Offeror indicates acceptance of the evaluation technique and recognizes and accepts that H GAC may at it s sole discretion make subjective judgments during the evaluation process Revised 06 09 09 Page 14 of 20 34 ORDER PRECEDENCE PRIOR TO CONTRACT AWARD In the event of conflict between this document and any references or documents cited herein this document shall take precedence prior to contract award 35 AWARD OF CONTRACT a H GAC reserves the right to accept or reject any Product Item or option offered Additionally all options included
89. le Interior Options amp Accessories Patient Module Window Options Patient Transport Restraint Options amp Accessories 17 REMOUNT SERVICES Offeror MUST quote pricing for remounting of End User supplied modules bodies on Contractor supplied cab chassis All remounts on Ford cab chasses shall follow Ford QVM manufacturing remanufacturing standards Contractor supplied cab chasses shall meet minimum applicable cab chassis specifications as described herein Remount services shall include removal of existing body mounting on new chassis and return of the body to previous operating condition but not refurbishing i e painting new wiring upholstery new or additional controls Remounts shall be quoted on Form E including complete description and pricing Refurbishing services and options shall be itemized and priced separately on Form E 18 OPTIONS amp ACCESSORIES FOR VEHICLES OTHER THAN AMBULANCES Offeror shall quote a wide variety of upgrades and accessories to insure that End Users may be able to configure any purchased vehicle to meet their requirements 19 REQUIREMENTS FOR EQUIPMENT OTHER THAN AMBULANCES Equipment other than ambulances shall be built to standard published OEM specifications for the specific equipment offered and must meet the requirements of any applicable federal FMVSS state TxDOT or local law or regulation emergency vehicles chassis modular body equipment devices accessories and electro
90. lete and sign a separate Form A to be included in the single Response The Bid Proposal Bond if required may be furnished by any one of the parties but may be subject to forfeiture should any of the parties default on the offering If the Response is successful each party shall sign a separate contract with H GAC and shall be responsible for compliance with all terms and conditions Only those which have executed a written contract with H GAC may process purchase orders and payments In any event Offeror may be a party to one and only one response 5 BASIC REQUIREMENTS amp CONDITIONS a final requirements and specifications contained herein may be materially different from those in the Invitation To Attend Pre Bid Pre Proposal Conference if any It is Offeror s sole responsibility to thoroughly examine and review all documentation associated with this Invitation including any Addendums and to insure that any response submitted complies in every respect with all requirements Revised 06 09 09 Page 4 of 20 Any Addendum to this Invitation which may be required prior to the Response due date will be delivered to those prospective Offerors of record who have previously obtained a copy of this Invitation from H GAC Prospective Offerors shall be responsible for obtaining all documents relating to submission of a Response Offeror shall thoroughly examine any drawings specifications schedules instructions and any
91. lity or death and or property damage is covered under the product liability insurance provisions Product or Product Item Any of the specific goods materials equipment or service s specified in this Invitation This term encompasses the base line item itself and any and all accessories options modifications ancillary services assembly testing etc that may be included in the delivered Product Proposer Any entity that submits a competitive proposal in response to this Invitation See also Offeror Purchaser The End User having responsibility for the specification requisition ordering and acceptance of the Product or Service See also End User Purchasing Authority The agency that has sole responsibility and authority for negotiating placing and if necessary modifying any solicitation purchase order or other award issued by a governing body H GAC Quotation See Contract Pricing Worksheet Receipt Receipt takes place when a Product or Service is delivered to an End User and a document is executed that establishes that the Product is now in the possession of the End User or that the Service has been completed Receipt DOES NOT connote or imply Acceptance Response All or part of any offering submitted in response to this Invitation Shall A term indicating a mandatory requirement or action Should A term indicating a recommended or advised response to a specified requirement Vendor A manufacturer s representa
92. mand Shell on Chevrolet C3500 Diesel SRW Crew Cab Chassis Urban Command Shell on Ford F 350 Diesel SRW Crew Cab Chassis Urban Command Shell on Dodge Ram 3500 Diesel SRW Crew Cab Chassis M Frontline Communications C Special Service C 17 Chevrolet Suburban 4x4 2 equipment racks I O panel MEPS Power system C 23 A B Dodge Freightliner Sprinter 3500HC diesel van 11030 GVWR 23 feet MCO01 MC02 MC03 MC04 MC05 MC06 MC07 MC08 MC09 MC10 MC11 MC12 MC14 5 16 C Special Service NCO1 NC02 NC03 NC04 05 NC06 approximate length 8 0kW diesel generator EOD K9 Ford F 450 king cab chassis 4x4 22 feet approximate length 25 International 4200 or equivalent 26 000 2X4 GVWR 25 feet approximate length Modular aluminum body 8 0kW diesel generator C 31 MT 55 chassis 31 feet approximate length 218 weelbase Cummins diesel 260 HP engine Allison 2100 series EVS transmission 15kw water cooled diesel powered generator C 30 Freightliner M2 106 or International 4200 chassis or equivalent 33 000 GVWR 30 feet approximate length Modular aluminum body 20kW diesel generator C 33 SWAT Ford F 750 chassis or equivalent 26 000 gvwr 33 feet approximate length Modular aluminum body 15kw diesel generator C 35 Freightliner M2 106 or International 4300 chassis or equivalent 33 000 GVWR 35 feet approximate length Modul
93. mirrors suitable for intended use Dual heavy duty batteries providing cold cranking amperage suitable for intended use Mud flaps in compliance with Texas state law Factory dual horns electric Windshield wipers with intermittent feature Factory installed fuel tanks minimum capacity 35 gallons with solenoid selector switch for dual tanks Unless specified by the end user paint should be Ford Polar White or approved equal Aero or equal halogen headlights w impact resistant lenses Electrical generating system At minimum the ambulance shall be equipped with an OEM standard 220 amps of DC power from either a single or dual OEM alternator Another brand of alternator may be substituted provided the manufacturer of the alternator has a local service center and the alternator has been certified by a certified testing authority that the generating system meets the requirements of KKK A 1822F Increase to the capacity of the electrical system shall grow in accordance to the demand in the final electrical design of the system and the electrical load thereto Exception to this requirement is an emergency medical service unit with an auxiliary generator set with electronic ignition then the OEM cab chassis 100 ampere or greater alternator is acceptable Gauges Voltmeter showing total voltage Ammeter 200 amp shunt type Apr 27 210 nee FINAL Page 7 of 7 04 10 Ambulances EMS amp Other Special Service Vehicles Temperature Oil pres
94. mless H GAC its board members officers agents officials employees and indemnities from any and all claims costs expenses including reasonable attorney fees actions causes of action judgments and liens arising as a result of CONTRACTOR s negligent act or omission under this Contract CONTRACTOR shall notify H GAC of the threat of lawsuit or of any actual suit filed against CONTRACTOR relating to this Contract ARTICLE 15 TERMINATION FOR CAUSE H GAC may terminate this Contract for cause based upon the failure of CONTRACTOR to comply with the terms and or conditions of the Contract provided that H GAC shall give CONTRACTOR written notice specifying CONTRACTOR S failure If within thirty 30 days after receipt of such notice CONTRACTOR shall not have either corrected such failure or thereafter proceeded diligently to complete such correction then H GAC may at its option place CONTRACTOR in default and the Contract shall terminate on the date specified in such notice CONTRACTOR shall pay to H GAC any order processing charges due from CONTRACTOR on that portion of the Contract actually performed by CONTRACTOR and for which compensation was received by CONTRACTOR ARTICLE 16 TERMINATION FOR CONVENIENCE Either H GAC or CONTRACTOR may cancel or terminate this Contract at any time by giving thirty 30 days written notice to the other CONTRACTOR may be entitled to payment from END USER for services actually performed to the extent said se
95. nd conference room to seat five 5 with slide out Freightliner M2 chassis 26 000 Ib GVWR 260HP MB engine MCC HD 01 Heavy Duty 1 Mobile Command Five 5 forward workstations restroom amp galley 2 equipment racks and conference room to seat five 5 Freightliner M2 chassis 33 000 Ib GVWR 300HP engine MCC HD 02 Heavy Duty 2 Mobile Command Five 5 forward workstations restroom amp galley 2 equipment racks and conference room to seat five 5 2 slide outs Freightliner M2 chassis 35 000 Ib GVWR 330HP MCC EHD 01 Extra Heavy Duty 1 Mobile Command Eight 8 rear workstations restroom amp galley 1 equipment rack and conference room to seat nine 9 3 slide outs Freightliner 2 chassis 54 000 Ib GVWR MCC EHD 02 Extra Heavy Duty 2 Mobile Command Sixteen 16 workstations restroom amp galley 4 equipment rack 2 removable conference tables 2 slide outs Freightliner M2 chassis 54 000 Ib GVWR 350HP engine UCC MD 01 Utility Communications Command Center Vehicle GMC C4500 or equal crew cab 4x4 300HP Duramax engine COM HD 01 Heavy Duty 1 Mobile Communications Three 3 forward workstations 3 equipment racks and conference room to seat five 5 Freightliner M2 or equal chassis 35 000 Ib GVWR 330HP engine MCC 20T 01 20 Mobile Command Trailer Aluminum body double axle 2 A C 4 workstations galley 1 equipment rack I O pane 10KW generator scene lights
96. nd document shall be from Offeror not an agent c In no event may Offeror issue and sign it s own bid proposal bond nor will a bond be acceptable from a bonding company in which any employee of Offeror has a financial interest d The Bid Proposal Bond may be in the form of 1 A Bond executed by a Surety Company duly licensed chartered in Texas and accompanied by a duly authenticated power of attorney OR 2 A Certified or Cashier s Check drawn upon a chartered state or national bank or trust company or OR 3 a Certificate of Deposit from such bank or trust company e All such checks and certificates of deposit shall be drawn payable to the order of the Houston Galveston Area Council H GAC will deposit checks certificates to its account within 24 hours f H GAC may authenticate and confirm bonds with bonding sources at its discretion g Bid Proposal Bond monies will be returned provided that 1 At least 60 days have passed since the date of record for contract awards and 2 Offeror has completed Form F Check Return Authorization Form and submitted it with the response and 3 In the case of successful offerors contract awardees only after all executed contract and other required documents have been received by H GAC 12 OFFEROR CERTIFICATIONS Offeror by submission of a Response hereto makes the following certifications under penalty of perjury and possible contract termination if any of these certifications are found
97. nic equipment delivered under this contract shall carry the manufacturers standard warranty for a minimum of 1 year against defects in materials workmanship and performance 20 COMPETITIVE PRICING By submission of a response Offeror certifies that offered pricing is as good as or better than pricing offered to local government customers individually or thru any other program under normal circumstances If such is not the case Offeror shall explain how offered pricing differs from best pricing and by how much 27 2010 FINAL Page 8 of 8 04 10 Ambulances EMS amp Other Special Service Vehicles Specifications prepared by Houston Galveston Area Council Cooperative Purchasing Program This is the end of the Section B Apr27 2010 FINAL Page 9 of 9 HGACBuy SECTION C H GAC FORMS For Use In Responding To Competitive Bid And Proposal Invitations Invitation No 04 10 Title Ambulances EMS amp Other Special Service Vehicles This Section contains the following H GAC FORMS FORM DESCRIPTION Form A Offeror Identification and Authorized Signatory Form B Historically Underutilized Business Enterprises Form C Response Checklist Form D Offered Items Pricing Form E Published Options These FORMS are hereby made available in electronic format They should be copied to Offeror s computer for completion and or printout as required The FORMS may not be changed or altered in
98. nits the converter added electrical system may be centered around the use of a circuit board or other highly flexible and reliable solid state technology parts common in design shall be interchangeable between any similar models offered by the manufacturer The central electrical distribution area circuit board must be pre printed 3 7 4 Windshield Wipers and Washers On emergency medical service units the OEM intermittent windshield wipers shall be furnished 3 7 6 Electrical Generating System On generator powered emergency medical service unit shall be provided by an on board gasoline or diesel fueled generator set providing not less than 4 0 KW at 115 volts AC and shall be located in an isolated insulated exterior compartment The generator shall supply continuous power for total module electrical loads consisting of patient module air conditioning 115 volt AC all 12 volt DC module systems including patient module dome lighting emergency warning lighting systems scene lighting rear load lighting electrical suction and a 20 amp medical load or equal Chassis powered electrical systems and emergency systems that operate only when the truck is running siren air horn shall provide emergency back up with use of an automatic relay system 3 7 6 1 Engine High Idle Speed Control Automatic On type I amp III chassis powered emergency medical service units an automatic throttle providing variable RPM conditions shall be installed on the
99. nt prices for Emergency Medical Service Equipment and Units and B Provide a pricing structure or formula for services associated with the design development delivery and installation of the equipment At the direction of each End User Agency Contractor shall develop individual unit specific recommendations using the contractual component price list and service formulas Contractor shall honor purchase orders for supply of new units and installation of Products on existing units but will not be obligated to supply items such as stretchers disposable medical supplies and oxygen tanks 4 ABBREVIATIONS ACRONYMS amp DEFINITIONS In addition to abbreviations acronyms and definitions defined elsewhere herein the following may also be found in these specifications AMD Ambulance Manufacturers Division of the National Truck Equipment Association Apr27 2010 a FINAL Page 1 of 1 04 10 Ambulances EMS amp Other Special Service Vehicles Gallons United States gallons PTO Power takeoff Aluminum Constructed Body patient module with all aluminum construction including structural components cabinets floors no wood products used in construction General Constructed Body patient module with aluminum structural components and other marine or exterior grade construction materials Chassis Powered ambulance module powered by chassis electrical system Generator Powered ambulance module including module mou
100. nted warning equipment and scene lights powered by on board generator 5 SAFETY INSPECTION AND LICENSES A Safety Inspection Any vehicle bid to H GAC shall include in the bid price the cost of providing whatever Safety Inspection is required in the state of purchase including documentation and windshield sticker B State Licenses Offeror must have all licensing required by any state in which business is conducted under an H GAC Contract and in particular the State of Texas Department of Transportation Motor Vehicle Division Code if applicable Offeror must provide in any response hereto a copy of its current Texas MVD Motor Vehicle Dealers License Further Contractor must provide licensing documentation for other states to H GAC whenever requested 6 EQUIPMENT MANUFACTURER S SUPPORT A The Contractor shall be prepared to offer replacement parts and or service at prevailing rates Equipment and Units shall maintain replacement parts and service for all equipment An ample stock of individual components shall be carried for a minimum of seven 7 years after dates of acceptance by End Users of Emergency Medical Service Equipment and Units B If any component becomes obsolete or unavailable the Contractor shall be responsible for providing a device which will functionally replace the component if replacement parts are ordered Ultimately the Contractor shall if required replace the item with equipment of current manufacture whic
101. o S39WB MTS5 260HP 39 COMMAND CENTER 1 S39WB MTS5 260HP CC 39 COMMAND COMMUNICATIONS CENTER FARBER37EL XCR 37 37 COMMAND CENTER y IFARBER4OFL XCR 40 COMMAND CENTER M2 MBE900 350HP37 COMMAND CENTER SPRINTER 3500 MBE 3 0L 21 COMMAND CENTER TRAILER 30 30 COMMAND COMMUNICATIONS CENTER TRAILER 53 53 COMMUNICATIONS HAZMAT COMMAND CENTER PREVOST H3 45 45 COMMAND CENTER 14 J Ferrara B EMS Rescue JBO1 JBO2 JBO3 JB04 JBOS JB06 JB07 JBOS JBO9 Ford 550 4 2 Chassis 2 Door Light Duty 60 cab to axle Walk Around Rescue Ford F 550 4 x 2 Chassis 2 Door Light Duty 84 cab to axle Walk Around Rescue Ford 550 4 x 2 Chassis 2 Door Light Duty 108 cab to axle Walk Around Rescue Ford 550 4 x 2 Chassis 2 Door Light Duty 120 cab to axle Walk Around Rescue I Ford 550 2 door Cub Single Axle Extruded Aluminum Body NON Walie LIGHT Rescue Ford 550 2 door Super Cab Single Axle Extruded Aluminum Body NON Walk In LIGHT Rescue Ls Ford 550 4 door Cab Single Axle Extruded Aluminum Body NON Walk In LIGHT Rescue Dodge 4 x 2 Chassis 2 Door Light Duty 60 cab to axle Walk Around Rescue Dodge 4 x 2 Chassis 2 Door Light Duty 84 cab to axle Walk Around Rescue N Page 8 of 20 JB10 JB11 JB12 JB13 JB14 JB15 Dodge 4 x 2 Chassis 2 Door Light Duty 108 cab to axle Walk Around Rescue Dodge 4 x 2 Chassis 2 Door Light Dut
102. o 2 in the EMT action area and one 1 outlet on the curb side wall Storage dimensions and mounting device shall be provided for an size cylinder rather than an size cylinder 3 15 3 14 Drug Kit Compartment On type I IL amp III emergency medical service units a locking drug compartment shall be furnished in compliance to KKK specifications The locking drug compartment shall have a unique lock keyed differently from all others on the unit and at least two keys shall be furnished 4 2 1 Factory Inspection End user agency shall be responsible for travel and expenses related to factory inspections 6 4 Warranty The patient compartment all modifications to the OEM chassis by Offeror on the accepted unit equipment and parts shall be guaranteed for a minimum period of ONE 1 years against defects in design materials and workmanship The warranty period shall begin upon final acceptance of the equipment This warranty shall cover parts and labor expenses On type I amp III emergency medical service MODULE the warranty period shall be fifteen 15 years This warranty shall be upgraded to its original status each time the module is remounted by Contractor or a Contractor authorized remount facility not to exceed five 5 years above the original warranty Warranty of all system equipment shall be the sole responsibility of the Contractor under contract but may be performed by their certified designated agent In the even
103. offered of which are either attached hereto or incorporated by reference and hereby made a part of this Contract and shall constitute the complete agreement between the parties hereto This Contract supersedes any and all oral or written agreements between the parties relating to matters herein Except as otherwise provided herein this Contract cannot be modified without the written consent of both parties ARTICLE 3 LEGAL AUTHORITY CONTRACTOR and H GAC warrant and represent to each other that they have adequate legal counsel and authority to enter into this Contract The governing bodies where applicable have authorized the signatory officials to enter into this Contract and bind the parties to the terms of this Contract and any subsequent amendments thereto ARTICLE 4 APPLICABLE LAWS The parties agree to conduct all activities under this Contract in accordance with all applicable rules regulations directives issuances ordinances and laws in effect or promulgated during the term of this Contract ARTICLE 5 INDEPENDENT CONTRACTOR The execution of this Contract and the rendering of services prescribed by this Contract do not change the independent status of H GAC or CONTRACTOR No provision of this Contract or act of H GAC in performance of this Contract shall be construed as making CONTRACTOR the agent servant or employee of H GAC the State of Texas or the United States Government Employees of CONTRACTOR are subject to the exclusi
104. onsible for using a surety company properly licensed by any and all states in which Contractor will do business with Participants The surety company shall not expose itself to any loss on any one risk in an amount exceeding ten percent 10 of its surplus to policy holders provided any risk or portion of any risk shall have been reinsured and such reinsurance shall be deducted in determining the limitation of risk applicable to H GAC s insurance requirements 8 CONFIDENTIAL PROPRIETARY MATERIALS Documents in the Response considered confidential or proprietary by Offeror shall be clearly identified as such but will be subject to confirmation of such status by H GAC In the event of a challenge and if a determination is made by the Attorney General of Texas or a court of competent jurisdiction that these materials are not considered confidential proprietary Offeror may withdraw the designated materials from consideration prior to public review and the evaluation process If any required materials are withdrawn the Response will be disqualified and Offeror s Bid Proposal Bond will be subject to forfeiture 9 REFERENCES a Offeror shall list the names of at least five government agencies within the continental United States which have purchased from Offeror products or services similar to those covered by this Invitation within the last two years H GAC reserves the right to determine if such products or services are appropri
105. ontract have been met and verified Acceptance is not the same as Receipt and can only occur after intact shipping inspection by End User and any onsite testing that has been stipulated as part of the order Aggregate Single Occurrence The term aggregate in insurance terms is the sum of all claims against a specific policy for a specific loss incident The term single occurrence differentiates between multiple claims and single claims against a specific policy The inherent value of a policy s aggregate value is less important to an End User than is the value of a single claim as stated under single occurrence Approved Acceptable to the authority having jurisdiction ARO After Receipt of Order Used in conjunction with a defined time period usually days or weeks to establish the delivery or lead time pursuant to any individual purchase transaction In the case of orders for bodies which will be mounted on a customer furnished cab chassis the term ARO shall be construed to mean After Receipt Of Cab Chassis Authority Having Jurisdiction The authority shall be either H GAC or the relevant End User based on the requirements as stated in each specification item Unless specifically stated the authority shall be H GAC Bidder Any entity that submits a competitive bid to this Invitation See also Offeror Change Order Request by an End User for a change in the composition of an already submitted purchase order for example to change
106. ontractor shall remit to H GAC the full amount of the applicable Order Processing Charge in accordance with the payment terms established in the H GAC contract Note the Order Processing Charge is due whether or not Contractor has ever received an invoice from H GAC Sales executed based on the particulars of Contractor s H GAC contract without payment of the Order Processing Charge may constitute fraud Revised 06 09 09 Page 16 of 20 46 PRICE CHANGES Any permanent increase or decrease in offered pricing for a base contract item or published option is considered to be a price change Temporary increases in pricing by whatever name e g surcharge adjustment equalization charge compliance charge recovery charge etc are also considered to be price changes Except in the case of contracted published catalogs and price sheets prices for Base Bid Items and Published Options are expected to be held firm for a minimum of 90 days from the date an awarded Offeror signs the H GAC contract Thereafter changes will be considered if accompanied by justifying documentation satisfactory to H GAC For published catalogs and price sheets which are on an H GAC contract requests to amend the contract to reflect any new published catalog or price sheet may be submitted whenever the manufacturer publishes the new document Any such request must include the new catalog or price sheet If Contractor routinely of
107. or is encouraged to refer to H GAC s Cooperative Purchasing web site where additional information can be found If you have any questions please contact H GAC for assistance 51 CONTRACTOR ORIENTATION TRAINING H GAC believes that Contractor s familiarity with the operational policies and requirements of the Cooperative Purchasing Program is a key factor in achieving End User satisfaction In that regard the Contact Person listed on Form A or an alternate shall be required to participate in an H GAC vendor orientation training as soon as possible after contract award In addition any other of Contractor s staff who will be involved in any way with the HGACBuy Program should participate in orientation The orientation may be presented as a teleconference or webinar or may be held in H GAC s offices as may be determined by H GAC and Contractor to be the most efficient and effective form of delivery 52 LEGAL amp CONTRACTUAL REMEDIES RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS Procedure Any actual or prospective Offeror or Contractor who is aggrieved in connection with a purchase transaction may file a grievance The grievance may be filed at any phase of the procurement In order for an above mentioned party to enter the grievance process a written complaint must be sent to the Office Services Manger of H GAC by certified mail which identifies the following 1 Name mailing address and business phone number of the complainant
108. other documents supplied as a part of this Invitation and is solely responsible for understanding and compliance H GAC shall not be liable for Offeror s incomplete documentation or for any costs associated with preparation and submission of any Response hereto Additionally all components of any Response become the property of H GAC Offeror shall make all investigations necessary to become thoroughly informed regarding any plan and or infrastructure that may be required to support delivery of any Product or Service covered by this Invitation No plea of ignorance by Offeror stemming from failure to investigate conditions that may now or hereafter exist shall be accepted as a basis for varying H GAC s requirements or Offeror s Contractor s obligations or entitlements Requests for changes to the requirements or specifications herein must be in writing e mail fax letter and must be received by H GAC no later than fifteen 15 calendar days prior to the Response Due Date H GAC will review such requests but may or may not make changes at its sole discretion Changes if any will only be made by written Addendum sent to addressees of record In any event it is Offeror s sole responsibility to insure that any and all Addendums which may have been issued have been received and addressed By submission of a response Offeror expressly understands and agrees that all terms and conditions herein will be part of any subsequent contract that is exe
109. quantity ordered add or delete items etc Contract Specifically a contract between H GAC and a successful Offeror which is executed based on an award made pursuant this Invitation Revised 06 09 09 Page 2 of 20 Contract Pricing Worksheet The standard H GAC form to by used by Contractor in preparing a quotation to an End User upon which End User s purchase order will be based Contractor may use another quotation form provided it contains required information and only if approved by H GAC Contractor The contracted business entity responsible for fulfilling a contract executed pursuant to this Invitation Dealer Distributor A duly authorized and or franchised business entity which sells and services a manufacturer s product in a specified marketing area Defect A discontinuity in a part or a failure to function that interferes with the service or reliability for which the part was intended Electronic Media As used herein means computer based media such as 100mb Zip Disk CDRom e mail e mail attachment file downloaded from the web etc End User See Participant and Member Listed Equipment or materials included in a list published by an organization acceptable to the Authority Having Jurisdiction and concerned with product evaluation that conducts periodic inspection of production of listed equipment or materials and whose listing states either that the equipment or materials meet appropriate standards or has been t
110. r otherwise dispose of this Contract or any right title obligation or interest it may have therein to any third party without prior written notice to H GAC H GAC reserves the right to accept or reject any such change CONTRACTOR shall continue to remain responsible for all performance under this Contract regardless of any subcontract or assignment H GAC shall be liable solely to CONTRACTOR and not to any of its Subcontractors or Assignees ARTICLE 8 EXAMINATION AND RETENTION OF CONTRACTOR S RECORDS CONTRACTOR shall maintain during the course of its work complete and accurate records of items that are chargeable to END USER under this Contract H GAC through its staff or its designated public accounting firm the State of Texas or the United States Government shall have the right at any reasonable time to inspect copy and audit those records on or off the premises of CONTRACTOR Failure to provide access to records may be cause for termination of this Contract CONTRACTOR shall maintain all records pertinent to this Contract for a period of not less than five 5 calendar years from the date of acceptance of the final contract closeout and until any outstanding litigation audit or claim has been resolved The right of access to records is not limited to the required retention period but shall last as long as the records are retained CONTRACTOR further agrees to include in all subcontracts under this Contract a provision to the effect that the subcon
111. r possible As part of a good faith effort Contractor agrees to work with and assist HGACBuy Members in meeting HUB targets and goals as may be required by any rules processes or programs they might have in place Such assistance may include such things as compliance with reporting requirements provision of documentation consideration of Certified Listed subcontractors provision of documented evidence that an active participatory role for a HUB entity was considered in a procurement transaction etc MES RE AA LA AE OE ER AE AS AA AR Note 1 There are many designations other than HUB used across the country within various jurisdictions Examples include terms such as Disadvantaged Business Enterprise DBE Minority Owned Business Enterprise MBE Woman Owned Business tEnterprise WBE Small Disadvantaged Business SDB Small Woman or Minority owned Business SWAM etc Regardless of the formal designation the overall objective of the relavant programs is basically the same i e to insure that disadvantaged tunderutilized members of the business community receive fair share of public spending term HUB as used herein shall bei understood to encompass all such programs business enterprises no matter what terminology is used by the Member Note 2 The terms Certified and Listed as used in conjunction with HUB programs relate to the process of HUB gualificatio review Jurisdictions usually require that compani
112. ract be determined to be invalid or unenforceable such determination shall not affect any other term of this Contract which shall continue in full force and effect ARTICLE 12 DISPUTES Any and all disputes concerning questions of fact or of law arising under this Contract which are not disposed of by agreement shall be decided by the Executive Director of H GAC or his designee who shall reduce his decision to writing and provide notice thereof to CONTRACTOR The decision of the Executive Director or his designee shall be final and conclusive unless 06 18 09 Page 2 of 4 HGAC SECTION D THE SMART ACBuy ProForma Sample Contract within thirty 30 days from the date of receipt of such notice CONTRACTOR requests a rehearing from the Executive Director of H GAC In connection with any rehearing under this Article CONTRACTOR shall be afforded an opportunity to be heard and offer evidence in support of its position The decision of the Executive Director after any such rehearing shall be final and conclusive CONTRACTOR may if it elects to do so appeal the final and conclusive decision of the Executive Director to a court of competent jurisdiction Pending final decision of a dispute hereunder CONTRACTOR shall proceed diligently with the performance of this Contract and in accordance with H GAC S final decision ARTICLE 13 LIMITATION OF CONTRACTOR S LIABILITY Except as specified in any separate writing between the CONTRACTOR and an E
113. red factual or binding with regard to this Invitation or any contract awarded as a result of this Invitation Valid and binding terms conditions provisions changes or clarifications or requests thereof shall ONLY be communicated written form 4 STRUCTURE OF RESPONSE Depending on the Product or Service market structures and sales practices can differ substantially For example dealers may sell into any market or may be restricted to certain territories manufacturers may sell direct or may be limited by law to selling thru independent dealerships etc H GAC s objective is to ensure that End Users no matter where located can buy contracted products services and receive quality and timely service and support while at the same time allowing for the most appropriate and effective response to this Invitation Therefore responses to this Invitation will be accepted in conformance with the following scenarios and requirements A Single Respondent Acting Alone Or As Lead For A Group Offeror shall complete and sign a Form A and if contracted shall be solely responsible for satisfying any applicable bond requirement and all contractual requirements including administration processing of purchase orders and handling of payments for transactions which may involve other dealers who actually deliver the products or services B Multiple Respondents Acting Jointly A single Response shall be submitted and each party to the Response shall comp
114. roduct information and to get pricing quotes The Signatory below on behalf of Offeror Acknowledges having thoroughly reviewed the Invitation Attests to having the authority to sign this response and commit Offeror to honor all requirements Makes under penalty of perjury all required Offeror Certifications as detailed in General Terms Certifies that all information provided in this Response is true and correct Signature Printed Name FORM HISTORICALLY UNDERUTILIZED BUSINESS ENTERPRISES Procurement No 04 10 Title Ambulances EMS amp Other Special Service Vehicles Offeror Most if not all of the Members of HGACBuy are subject to various requirements relative to purchasing goods and services from Historically Underutilized Business Enterprises HUBs See Note 1 These requirements are promulgated by federal and state governmental authorities and include measureable criteria such as percentage of total dollars spent directed to HUBs number of HUB contractors used subcontractors employed by primary contractors etc These requirements are generally formalized in goal oriented programs HGACBuy is comitted to promoting full and equal business opportunities for HUB contractors and to assisting Cooperative Purchasing Program COOP Members in meeting mandated HUB goals In that regard Contractor shall make a good faith effort to use the services of Certified Listed See Note 2 HUBs wheneve
115. rvices are satisfactory to END USER CONTRACTOR shall pay to H GAC any order processing charges due from CONTRACTOR on that portion of the Contract actually performed by CONTRACTOR and for which compensation is received by CONTRACTOR ARTICLE 17 CIVIL AND CRIMINAL PROVISIONS AND SANCTIONS CONTRACTOR agrees that it will perform under this Contract in conformance with safeguards against fraud and abuse as set forth by H GAC the State of Texas and the acts and regulations of any funding entity CONTRACTOR agrees to notify H GAC of any suspected fraud abuse or other criminal activity related to this Contract through filing of a written report promptly after it becomes aware of such activity ARTICLE 18 GOVERNING LAW amp VENUE This Contract shall be governed by the laws of the State of Texas Venue and jurisdiction of any suit or cause of action arising under or in connection with this Contract shall lie exclusively in Harris County Texas Disputes between END USER and CONTRACTOR are to be resolved in accord with the law and venue rules of the state of purchase CONTRACTOR shall immediately notify H GAC of such disputes 06 18 09 Page 3 of 4 HGAC SECTION D THE SMART ACBuy ProForma Sample Contract ARTICLE 19 PAYMENT OF H GAC ORDER PROCESSING CHARGE CONTRACTOR agrees to sell its products to END USERS based on the pricing and other terms of this Contract including but not limited to the payment of the applicable H GAC order proces
116. s otherwise addressed in Section B the following requirements shall apply a Offeror must be a properly franchised dealer authorized to sell and service including warranty service all products offered and sold in response to the bid invitation or under any H GAC contract Revised 06 09 09 Page 10 of 20 b Offeror shall provide detailed Parts and Labor Warranty information with the Response If Offeror submits warranty with the Response which does not meet the minimum requirements herein Offeror agrees by submission of a Response that such warranty shall be considered to be amended to meet those minimums c Warranties shall be manufacturer s standard and shall be inclusive of any other warranty requirements which may be stipulated elsewhere herein d Any warranties offered by a dealer shall be in addition to the manufacturer s standard warranty and shall not be a substitute for such Offeror s base price for any Product shall be inclusive of the standard warranty e Complete warranty information will be supplied to End User with each Product sold a Warranties need not apply to normal maintenance service or adjustments or to any product reasonably shown to have been repaired or altered in any way so as to affect its stability or to any product which has been subject to misuse negligence or accident f Otfferor Contractor is encouraged to offer extended warranties as an option Neither H GAC nor End User assume any warranty or lia
117. sible for maintaining safe clean work area removing associated debris as needed F Installation Assembly Acceptance Each Emergency Medical Service Equipment and Unit installation assembly shall be completed and thereafter accepted in written form by the End User Agency with copy forwarded to the H GAC for final acceptance 11 TRADE IN CREDIT Contractor may offer reduction in price through credit for trade in of End User Agency equipment at market value negotiated between Contractor and End User Agency However Trade In credit shall be used to reduce End User cost only after applicable totals are tabulated Apr 27 210 1 FINAL Page 3 of 3 04 10 Ambulances EMS amp Other Special Service Vehicles 12 STANDARDS ON BLOOD BORNE DISEASES Emergency Medical Service Equipment and Units sold thru the Program executed shall be compliant with Occupational Safety and Health Administration BLOOD BORNE pathogen standards National Fire Protection Association Inc standards and Center for Disease Control recommendations Emergency Medical Service Units shall be designed to expedite the removal of blood and other body fluids provide isolated disposal areas for needle sharps and infected material and eliminate use of materials in the manufacturing of units which provides a growth media for BLOOD BORNE pathogens 13 KKK A 1822F FEDERAL AMBULANCE SPECIFICATIONS All Ambulance equipment offered and sold hereunder m
118. sing charge On notification from an END USER that an order has been placed with CONTRACTOR H GAC will invoice CONTRACTOR for the applicable order processing charge Upon delivery of any product service by CONTRACTOR and acceptance by END USER CONTRACTOR shall within thirty 30 calendar days or ten 10 business days after receipt of payment whichever is less pay H GAC the full amount of the applicable order processing charge whether or not CONTRACTOR has received an invoice from H GAC For sales made by CONTRACTOR based on this contract including sales to entities without Interlocal Contracts CONTRACTOR shall pay the applicable order processing charges to H GAC Further CONTRACTOR agrees to encourage entities who are not members of H GAC s Cooperative Purchasing Program to execute an H GAC Interlocal Contract H GAC reserves the right to take appropriate actions including but not limited to contract termination if CONTRACTOR fails to promptly remit H GAC s order processing charge no event shall H GAC have any liability to CONTRACTOR for any goods or services an END USER procures from CONTRACTOR ARTICLE 20 LIQUIDATED DAMAGES Any liquidated damages terms will be determined between CONTRACTOR and END USER at the time END USER s purchase order is placed ARTICLE 21 PERFORMANCE BONDS FOR INDIVIDUAL ORDERS Except as described below for fire apparatus CONTRACTOR agrees to provide a Performance Bond at the request of END USER within ten 1
119. ssis GenPwd Mod o Z o Z o LA09 I 14 on Ford F 550 Diesel Cab Chassis GenPwrdMod O LA10 114 on Dodge Ram 4500 Diesel Cab Chassis GenPwd Mod LAM 114 on Dodge Ram 5500 Diesel Cab Chassis Gen PwrdMod LA12 114 on Freightliner Diesel DRW Cab Chassis GenPwd Mod Cd LA13 114 on International 4300LP Diesel DRW Cab Chassis Gen Pwd Mod Z id LA14 I 14 on International 4100 Diesel DRW Cab Chassis Gen Pwd Mod CT Cd LAIS I 14 on International TerraStar Diesel DRW Cab Chassis GenPwrdMod LA16 12 on Chevrolet G cutaway Gas DRW Cab Chassis Gen Pvd Mod Cd LA17 Type 12 on Chevrolet G cutaway Diesel Cab Chassis GenPwd Mod id LA18 Type 12 on Ford E 350 Gas DRW Cab Chassis Pwrd Mod N LA19 14 on Chevrolet 54500 Cutaway Gas DRW Cab Chassis Mod N LA20 14 on Chevrolet 04500 Cutaway Diesel DRW Cab Chassis Mod LA21 Type 14 on Ford E 450 Gas DRW Cab Chassis Gen PwrdMod o o C Special Service LC01 Urban Command Vehicle 879 on Chevrolet C2500 Gas SRW Crew Cab Chassis LC02 Urban Command Vehicle 879 on Chevrolet C2500 Diesel SRW Crew Cab Chassis i LCO3 Urban Command Vehicle 879 on Chevrolet C3500 Gas SRW Crew Cab Chassis Cd LC04 Urban Command Vehicle 879 on Chevrolet C3500 Diesel SRW Crew C
120. sure Fuel level 16 OPTIONS AND ACCESSORIES FOR AMBULANCES Bidder shall provide a thorough listing of options on Form E for the categories listed below Bidder may list price these options individually or provide a catalog specifying the pricing discount structure catalogs must be identified name date year on Form E If catalog is submitted bidder shall provide a copy of this catalog w bid The catalog retail price book bid shall be the one in effect at the time of bid submittal In any event manufacturers descriptions part numbers and pricing must be provided Pricing must include installation on the vehicle when part of original vehicle order Where one of these options is standard equipment buyer may choose to take a credit in lieu of the required option provided omission of the item does not make the unit non compliant with KKK QVM AMD and or other certifications This list is not meant to be restrictive or all inclusive Offeror is expected to provide a complete listing of options accessories with the response Note Bidder is encouraged to list chassis credits where applicable on Form E Option and Accessory Categories Emergency Lighting amp Light Bars Audible Warning Devices Bumpers Guards amp Trim Cab chassis Options amp Accessories Electrical Options amp Accessories Operator Control Panel Options amp Accessories Patient Module Exterior Construction Options amp Accessories Patient Modu
121. t any component part of equipment or materials furnished under these specifications or it s subsequent contract s becomes defective by reason of material or workmanship during said period and the end user agency immediately notifies Contractor of such defect Contractor shall at no expense to the End User agency or H GAC repair or replace equipment or component with new equipment or component Contractor shall furnish copies of warranties for all installed or otherwise provided equipment upon delivery of vehicle s to end user agencies On site service shall be furnished for minor repairs and electrical problems by the contractor but may be performed by their certified designated agent emergency medical service units End of Modifications and Enhancements KKK Specification Apr27 2010 1 11 1 1 FINAL Page 6 of 6 04 10 Ambulances EMS amp Other Special Service Vehicles 15 MINIMUM CAB CHASSIS SPECIFICATIONS FOR AMBULANCES Offered commercial cab chasses shall meet all specification herein including the following All cab chassis shall be current model Ford Chevrolet GMC International Freightliner or other compliant cab amp chassis with 47A ambulance prep package where applicable to be included in the base unit price Cab chassis requirements 10 100 GVWR min Types I and III 9 000 GVWR min Type II 14 000 GVWR min Type I AD Chassis OEM engine suitable for proposed units
122. t not limited to those referenced in the General Contract Provisions SOLICITATIONS OR AWARDS IN VIOLATION OF THE LAW Contracts awarded in violation of the competitive process or otherwise in violation of the law are voidable by H GAC 53 NATIONWIDE SALES OPPORTUNITIES HGACBuy provides purchasing services to local governments qualifying non profits throughout the nation and desires to make established contracts available to them wherever and whenever practicable Therefore once a contract is awarded Contractor is strongly encouraged to expand the scope of its marketing effort to include sales to End Users in all areas of the United States e Contractor may sell through HGACBuy anywhere subject to compliance with applicable laws regulations If the market structure in which Contractor operates requires a contract assignment for any particular sale H GAC will allow Contractor to assign the contract to a Manufacturer or to another Dealer s Such assignment must be approved by H GAC e Contractor s differential cost items e g transportation amp delivery charges and allowances e g manufacturer s sales incentives related to any sale may be recovered or refunded thru the use of Published or Unpublished Options See Section titled Published And Unpublished Options End of Section A GENERAL TERMS amp CONDITIONS Revised 06 09 09 Page 20 of 20 04 10 Ambulances EMS amp Other Special Service Vehicles
123. tar 1 Dodge 4500 4x4 Diesel Engine 16771 x 94 W x 72 HR N North Star 1 Medium Duty Ford F650 4 2 Diesel Engine 167 Lx96 Wx72 HR North Star 1 Medium Duty International Diesel Engine 167 L x 96 Wx 72 HR North Star 1 Medium Duty Freightliner Diesel Engine 167 Lx96 Wx 22 HR Nosa Ipe7 MBSperYm 21 Page 6 of 20 11 12 EA13 14 EMS Rescue 01 02 03 04 05 06 07 08 09 10 EB11 EB12 NorhSur Type3 FodEGS0 GwEngne North Sur Type3 OMC CheweletG3500 DieelEmgine LTLx9PWiT HR North Star 3 Ford E450 Gas Engine 167 E x 94W North Star 3 GMC Chevrolet 61500 Diesel Engine 167 Star Fire Rescue Ford F530 4x4 Crew Cab Diesel Engine O O North Star Fire Rescue Ford F550 4x4 Regular Cab Diesel Engine North Star Fire Rescue Dodge 5500 4x4 Crew Cab Diesel Engine North Star Fire Rescue Dodge 5500 4x4 Regular Cab Diesel Engine North Star Fire Rescue Ford F350 4x4 Crew Cab Diesel Engine North Star Fire Rescue Ford F550 4x4 Regular Cab Diesel Engine North Star Fire Rescue Dodge 5500 4x4 Crew Cab Diesel Engine North Star Fire Rescue Dodge 550044 Regular Cab Diesel Engine 1371 9 North Star Fire
124. tion Service Manual Emergency Medical Service Equipment and Units shall have all essential standard maintenance areas located to provide ease of access D Standard Electrical Feature Expansion Field enhancement and expansion of standard electrical features shall be accomplished by modification or addition of required components to control the added features E General Installation Requirements 1 The installation procedures for all equipment shall be accomplished in a complete and professional manner 2 To conform with manufacturers warranties all equipment installed under this agreement having a manufacturer s warranty shall be installed by or under the direction of the manufacturer or his certified agent All such manufacturers warranties shall be forwarded to the End User Agency 3 All work involving manufactured goods or products shall be performed in accordance with manufacturer s recommendations Any and all items of work referred to by the specifications unless specified to the contrary in writing shall be the responsibility of the Contractor and shall be included in submitted bid 4 Installations shall include all related costs to interface equipment to the Emergency Medical Service Equipment and Units sources Contractor shall be responsible for freight handling unpacking placement cabling and final configuration of all proposed equipment and all of these costs shall be identified in the bid 5 Contractor shall be respon
125. tive or dealer authorized to make sales and supply parts and service Acronyms ANSI American National Standards Institute ASTM American Society for Testing and Materials ASME American Society of Mechanical Engineers 0 5 Code of Federal Regulations DOJ U S Department Of Justice DOT U S Department Of Transportation Revised 06 09 09 Page 3 of 20 EPA U S Environmental Protection Agency FAA Federal Aviation Administration FMVSS U S Federal Motor Vehicle Safety Standards H GAC Houston Galveston Area Council of Governments IEEE Institute of Electrical and Electronics Engineers MVD Motor Vehicle Division of Texas Department of Transportation NFPA National Fire Protection Association NHTSA National Highway Traffic Safety Administration NIOSH National Institute For Occupational Safety And Health NIST National Institute of Standards and Technology NTEA National Truck Equipment Association OSHA U S Occupational Safety and Health Administration RRC Railroad Commission of Texas SAE Society of Automotive Engineers TBPC Texas Building and Procurement Commission formerly GSC TxDOT Texas Department Of Transportation UL Underwriter s Laboratories Inc Vernon s Texas Civil Statutes 3 NON BINDING ORAL COMMENTS No oral comment utterance or response made by any employee member or agent of H GAC or any Member of the Cooperative Purchasing Program shall be conside
126. tractor agrees that H GAC S duly authorized representatives shall until the expiration of five 5 calendar years after final payment under the subcontract or until all audit findings have been resolved have access to and the right to examine and copy any directly pertinent books documents papers invoices and records of such subcontractor involving any transaction relating to the subcontract ARTICLE 9 REPORTING REQUIREMENTS CONTRACTOR agrees to submit reports or other documentation in accordance with the General Terms and Conditions of the Bid Specifications If CONTRACTOR fails to submit to H GAC in a timely and satisfactory manner any such report or documentation or otherwise fails to satisfactorily render performance hereunder such failure may be considered cause for termination of this Contract ARTICLE 10 MOST FAVORED CUSTOMER CLAUSE If CONTRACTOR at any time during this Contract routinely enters into agreements with other governmental customers within the State of Texas and offers the same or substantially the same products services offered to H GAC on a basis that provides prices warranties benefits and or terms more favorable than those provided to H GAC CONTRACTOR shall notify H GAC within ten 10 business days thereafter of that offering and this Contract shall be deemed to be automatically amended effective retroactively to the effective date of the most favorable contract wherein CONTRACTOR shall provide the same prices
127. ule N HHA13 II XL E 350 Diesel XLT HT Van N 14 II XL E 350 GAS XLT HT Van 010 15 I XL GM Diesel HT Van N 16 II XL GM Gas HT Van 00000001000 17 E 350 Diesel 144 Module N 18 E 350 Gas 144 Module N 19 E 450 Diesel DRW 164 Module N HHA20 E 450 Gas 164 Module N HHA21 GM G3500Diesell44 Module N HHA22 GM G3500 Gas 144 Module N HHA23 GM G4500 Diesel 164 Module N HHA24 GM G4500 Gas 164 Module C Special Service F 550 RRV Rapid Response Vehicle Po II Wheeled Coach A Ambulance 01 02 03 04 05 06 07 08 09 10 11 12 13 14 15 16 I Custom Series Ford F 350 DRW Type I Custom Series Ford F 450 DRW Type I Custom Series Dodge 3500 Cummins Diesel DRW I Custom Series Dodge 4500 Cummins Diesel DRW I CitiMedic Ford F 350 Type I CitiMedic Chevrolet 3500 Diesel DRW I CitiMedic Dodge 3500 Cummins Diesel DRW Type I Custom Series Chevrolet CK3500 0 y Type Crusader Plus Ford E 350 88 Crusader Plus Chevrolet G 30 SRW Sprinter Plus Type Custom Series Ford E 350 DRW Type Custom Series Chevrolet Cutaway Diesel
128. ust meet Federal Ambulance Specification KKK A 1822F and all modifications and enhancements to that specification as detailed in this Invitation A copy of the Federal Ambulance Specifications may be downloaded at no cost from the internet at FSS GSA GOV VEHICLES BUYING http www ntea com Downloads AMD_KKK A 1822F pdf Note Class 2 four wheel driven 4X4 Configuration A for all Types as referenced in KKK A 1822F shall be included in the manufacturing options Form E units are to be bid with ALS Configuration compliance Offerors may offer a CREDIT on Form E for End User Agency choice of BLS Configuration as an option as well 14 H GAC REQUIREMENTS MODIFICATIONS amp ENHANCEMENTS TO KKK A 1822F H GAC required additions to the KKK A 1822F specifications are contained in the following text boxes reference number per KKK A 1822F specification 2 3 Order of Precedence Order of Precedence Shall Be Modified To 1 H GAC Specifications 2 Ford s QVM Certification Is Important to the Cab chassis Process from That Manufacturer Therefore If a Ford Cab chassis is Provided the Ford Cab chassis Applications to Ambulance Manufacturing Shall Be Certified under Ford s QVM Certification Program 3 Current Federal Ambulance Specifications 4 Ambulance Industry Standards 3 1 5 1 Configuration A ALS emergency medical service units shall comply with minimum configuration A ALS specifications Configuration
129. ve control and supervision of CONTRACTOR CONTRACTOR is solely responsible for employee payrolls and claims arising therefrom ARTICLE 6 END USER AGREEMENTS H GAC acknowledges that the END USER may choose to enter into an End User Agreement with the CONTRACTOR through this Contract and that the term of said Agreement may exceed the term of the H GAC Contract However this acknowledgement is not to be construed as H GAC s endorsement or approval of the End User Agreement terms and conditions CONTRACTOR agrees not to offer to agree to or accept from END USER any terms or conditions that conflict with or contravene those in CONTRACTOR s H GAC contract Further termination of this Contract for any reason shall not result in the termination of the underlying End User Agreements entered into between CONTRACTOR and any END USER which shall in each instance continue pursuant to their stated terms and duration The only effect of termination of this Contract is that CONTRACTOR will no longer be able to enter into any new End User Agreements with END USERS pursuant to this Contract Applicable H GAC order processing charges will be due and payable to H GAC on 06 18 09 Page 1 of 4 HGAC SECTION D THE SMART ACBuy ProForma Sample Contract any End User Agreements surviving termination of this Contract between H GAC and CONTRACTOR ARTICLE 7 SUBCONTRACTS amp ASSIGNMENTS CONTRACTOR agrees not to subcontract assign transfer convey sublet o
130. with the requirements of this Invitation Licensing amp Permits Offeror s has have all licenses and or permits required by any and all governmental entities having jurisdiction to legally sell the products services offered 13 HISTORICALLY UNDERUTILIZED BUSINESS HUB PARTICIPATION a satisfy Texas statutory requirements Government Code Chapter 2161 Subchapter D H GAC requires all Offerors to supply information in any bid proposal response listing 1 the total number of subcontracts and 2 the total number of HUB contracts applicable to the Products or Services offered in the response Local governments often require this information for their own reporting requirements prior to placing orders through the H GAC Cooperative Purchasing Program b Offeror must complete Form B and include subcontracts with HUB s that provide any materials or services related to sales that may be made thru H GAC s Cooperative Purchasing Program 14 NON RESIDENT RECIPROCAL SALES ACT As required by Texas Civil Statutes in the award of contracts an offeror which is not a Texas resident business must determine if its state of residence prohibits award of government contracts to Texas resident offerors without penalty If Offeror s resident state DOES penalize Texas offerors Offeror must provide this information along with a copy of its applicable resident state s statute in the Response 15 TEXAS MOTOR VEHICLE COMMISSION CODE amp LICENSIN
131. x 72 HR 03 A T1 13 FORD F 350 4x2 I TraumaHawk 14871 x 95 W x 68 HR 04 A T1 14 FORD F 450 4x2 Type I TraumaHawk 14871 x 95 W x 68 HR 05 A T1 15 DODGE 4500 4x2 Type I TraumaHawk 14871 x 95 W x 68 HR AA06 AA07 A T3 18 FORD E350 Type III TraumaHawk DR 92 145 L x 92 W x 66 HR 08 A T3 19 FORD E350 Type III TraumaHawk 148 L x 95 W x 68 HR 09 A T3 20 FORD E 450 Type III TraumaHawk 16471 x 95 W x 68 HR 10 A T3 21 FORD E 450 Type III TraumaHawk Z5 16471 95 W x 68 HR AALL 3 23 CHEVY GMC 3500 Type Traumalawk DRS2 145 L x S WR GC HR AA12 A T3 24 CHEVY GMC 3500 Type III TraumaHawk 148 L x 95 W x 68 HR AAD 7226 DODGE Type o Tooo AAM 72 7 FORD E 350 15 A T3 29 FORD E 450 Type III TraumaHawk Gasoline 164 L x 95 W x 68 HR 16 A T3 30 FORD E 450 Type III TraumaHawk Z5 Gasoline 1641 x 95 W x 68 HR AA17 3 31 DODGE Type III Sprinter 18 3 32 FORD E 350 Type TraumaHawk DR92 Gasoline 14571 x 92 W x 66 HR AA19 A T3 33 GM4500 Type III TraumaHawk 164 L x 95 W x 68 HR AA20 A T3 34 FORD E350 Type III TraumaHawk Gasoline 148 L x 95 W x 68 HR 21 1 35 FORD F350 Type I TraumaHawk DR92 141 L x 90 W x 66 HR B Blanchat Mfg Inc C Special Service B 27 F550 Rescue First Response Reg Cab Ford 550 Gas 4x4 19 500 GVWR 84 pe Welded Steel Structure Boxes 21 x 108 x 50 ea sid
132. y 120 cab to axle Walk Around Rescue GMC 4500 4 x 2 Chassis 2 Door Light Duty 60 cab to axle Walk AroundRescue GMC 4500 4 x 2 Chassis 2 Door Light Duty 84 cab to axle Walk Around Rescue GMC 4500 4 x 2 Chassis 2 Door Light Duty 108 cab to axle Walk Around Rescue GMC 4500 4 x 2 Chassis 2 Door Light Duty 120 cab to axle Walk Around Rescue K Ford C Special Service 01 KC02 KC03 Disaster Rapid Response Truck on a Ford Transit Connect Chassis 60 Plastisol Composites of America Light Fire Rescue Body in GRP Glassfibre Reinforced Polyester on Ford F350 4x2 Chassis 84 CA Plastisol Composites of America Light Fire Rescue Body in GRP Glassfibre Reinforced Polyester on Ford F450 4x2 Chassis L Frazer A Ambulance LAO1 TypeI12 on Chevrolet C3500 Gas DRW Cab Chassis Gen Pwd Mod Z Z o LA02 TypeI12 on Chevrolet C3500 Diesel DRW Cab Chassis Gen Pwrd Mod o Cd LA03 I 12 on Ford F 350 Diesel DRW Cab Chassis Gen Pwrd Mod Z o Z O Cd LA04 I 12 on Ford F 450 Diesel DRW Cab Chassis GenPwd Mod Z Cd LA0S I 12 on Dodge Ram 3500 Gas DRW Cab Chassis GenPwd Mod o Z O O LA06 I 12 Dodge Ram 3500 Diesel Cab Chassis GenPwd Mod o LA07 I 12 on Dodge Ram 4500 Diesel Cab Chassis GenPwd Mod LAO8 1 14 on Ford F 450 Diesel DRW Cab Cha
Download Pdf Manuals
Related Search
Related Contents
Sony Network WALMAN NWHD5R.EU8 Manual do usuário 10 - Fiat Service Manual MBR-305D MBR-305DR MBR-305GR Aube Technologies TA7210 User's Manual Avaya 2402 Digital Telephone User's Manual CAHIER DES CLAUSES TECHNIQUES PARTICULIERES 153 mortier batard Diapo Du 07112014 Copyright © All rights reserved.
Failed to retrieve file