Home

AM10-14 Final

image

Contents

1. CC09 North Star EOD Command International 4400 4x2 Diesel Engine 222 L x 100 W x 84 HR CC10 _ Norh Sar SWAT Command Ford F550 4x4 Regular Cab Diesel Engine TOEN CC North Star Hazardous Materials Command Ford F550 4x4 Regular Cab Diesel Engme Page 7 of 31 CC12 CC13 CC14 North Star Crime Scene Command Ford F350 4x4 Diesel Engine 147 L x 94 W X72 HR North Star Mobile Command Ford F650 4x2 Diesel Engine 196 L x 94 W x 76 HR N North Star Wildland Crew Body 198 L x 98 W x 78 HR E Remounts See Section B p 8 Items 17 18 for specifics regarding Remount pricing CEO1 CE02 CE03 CE04 CE05 CE06 CE07 CE08 CE09 CE10 CE11 CE12 Nor Star Remount of Northstar Module poo North Siar Remount of Northstar Module Ford F350 44 SSCS North Siar Remount of Northstar Module Ford FASO ad North Star gt Remount of Northstar Module Ford E350 North Star Remount of Northstar Module Ford BAsO fo North Star Remount of Northstar Module GMC 600 North Siar Remount of Northstar Module GMC Ga500 TU SS North Star Remount of Northstar Module RAM 350044 North Star Remount of Northstar Module RAM 4500 ad North Star Remount of Northstar Module Intemational Tomastar North Siar Remount of Northstar Module Intemational North Str Remount of Northstar Module Freighter D Crestline Coach Ltd A Ambulance DAO1 D
2. Type I Metro Expess 150LTD RAM 3500 4x2 6 7L Cummins Diesel J Type I Metro Expess 150LTD RAM 3500 4x4 6 7L Cummins Diesel J o o Type II Siverhawk Ford E 350 Van XL 6 8L V 10 Gas PO Type II Siverhawk Ford E 350 Van XL 5 4L V 8Gas S o Type II Siverhawk Chevy G 30 Van Express 6 6L Duramax Diesel Type II Siverhawk Chevy G 30 Van Express 6 0L Vortex Gas Type II Siverhawk Sprinter 2500 SHC Van std 3 0L CRD V 6 Diesel Jo o Type III MN86 Metro Express Ford E 350 Cut XL 6 0L V 8 Diesel J o Type III MN86 Metro Express Ford E 350 Cut XL 6 8L V 10 Gas Jo o Page 21 of 31 SA14 Type III MN86 Metro Express Chevy G 3500 Cut Express 6 6L Duramax Diesel SAIS Type III MN86 Metro Express Chevy G 3500 Cut Express 6 0L Vortex Gas SA16 Type III MN86 Metro Express Sprinter 3500 C C std 3 0L CRD V 6Diesel SA17 Type III RP90 Metro Express Ford E 350 Cut XL 6 0L V 8 Diesel SA18 Type III RP9O Metro Express Ford E 350 Cut XL 6 8L V 10 Gas SA19 Type III RP90 Metro Express Chevy G 3500 Cut Express 6 6L Duramax Diesel SA20 Type III RPSO Metro Express Chevy G 3500 Cut Express 6 0L VorexGas SA21 Type III 150 Metro Express Ford E 350 Cut XL 6 0L V 8 Diesel CC Cd SA22 _ Type I 150 Metro Express Ford E 350 Cut XL6 8LV IOGas SA23 Type III 150 Metro Express Chevy G 3500 Cut Express 6 6L Duramax Diesel SA24 _ Type I 150 Metro Express Chevy G 3500 Cut Express 6 0L Vortex Gas SA25_ Type I
3. 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 g 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 e 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 Revised 12 03 09 Page 17 of 19 e End User Purchase Order Number e Purchase Order Da
4. 1100 Non skid Aluminum floor Double layer tube bottoms Over Inflation protection Self Bailing Exterior Interior Lifelines 15 SS interiorEquipment Attachment D rings Multiple Carrying Handles Reflective Exterior Panels 2 each Aluminum Paddles Storage compartment 2 eachAluminum seats Foot pump and Repair Kit Duramedic III 150 X 92 Chevrolet CG33503 Duramedic I 150 X 92 PT Ford F450 4 x 2 w Air Ride Duramedic I 150 X 92 PT Ford F450 4 x 4 w Air Ride Duramedic I 150 X 92 PT RAM 4500 4 x 2 w Air Ride Duramedic I 150 X 92 PT RAM 4500 4 x 4 w Air Ride Promedic III 150 X 96 Chevrolet CG33503 Promedic I 150 X 96 PT Ford F450 4 x 2 w Air Ride Page 27 of 31 DDA08 _ Promedic I 150 X 96 PT Ford F450 4 x 4 Ar Ride po DDA09 Promedic I 150 X 96 PT RAM 4500 4 x 2 wAirRide DDA10 _ Promedic I 150 X 96 PT RAM 4500 4 x 4 wlAirRide DDA11 _ Ultramedic III 168 X 96 Ford E450 V 10 Gas Cutaway o Z O J Y DDAI2 Ultramedic III 170 X 96 Chevrolet G4500 Diesel Cutaway 77T DDA13 _ Ultramedic I 168 X 96 PT Ford F450 4x 2 wAirRide N DDA14 Ultramedic I 168 X 96 PT Ford F450 4x 4 wAirRide N DDAIS _ Ultramedic I 168 X 96 PT RAM 4500 4x2 wlAirRide o y O DDA16 Ultramedic I 168 X 96 PT RAM 4500 4x 4 wAirRide N DDA17 Ultramedic MD 168 x 96 PT Internation Terrastar w Air Ride EE DDAIS Ultramedic MD 168 x 96 PT
5. 167 L x 94 W x 72 HR EE CA07 North Star Type 1 Medium Duty Ford F650 4x2 Diesel Engine I67 L x 96 W x 72 HR CA08 North Star Type 1 Medium Duty International Diesel Engine 167 L x 96 W x 72 HR fl CA09 North Star Type 1 Medium Duty Freightliner Diesel Engine 167 Lx96 Wx72 HR_ CA10 North Star Type Terrastar Diesel Engine 147 L x 94 W x 72 HR Po CAL North Star Type 1 Terrastar Diesel Engine 167 L x 94 W x 72 HR E CAI2 Not Star Type 2 MBSpmeva CAI _ Nont Star Type 3 Ford E350 Gas Engine 14T LKW xa HR SSCS CA14 North Star Type 3 Chevrolet G3500 Diesel Engine 147 L x 94 W x 72 HR MAPE CAIS North Star Type 3 GMC G3500 Diesel Engine 147 L x 94 W x 72 HR zi CA16 North Star Type 3 Ford E450 Gas Engine 167 L x 94 W x 72 HR NEE CA17 North Star Type 3 Chevrolet G4500 Diesel Engine 167 L x 94 W x 72 HR CA18 North Star Type 3 GMC G4500 Diesel Engine 167 L x 94 W x 72 HR PF B Light Medium Rescue Vehicle CBO1 North Star Fire Rescue Ford F550 4x4 Crew Cab Diesel Engine 116 L x 94 W N CB02 North Star Fire Rescue Ford F550 4x4 Regular Cab Diesel Engine 116 L x 94 W EE CB03 North Star Fire Rescue RAM 5500 4x4 Crew Cab Diesel Engine 116 L x 94 W CB04 North Star Fire Rescue RAM 5500 4x4 Regular Cab Diesel Engine 116 L x 94 W CB05 North Star Fire Rescue Ford F550 4x4
6. 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 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 1 Ambulance Exterior Lighting All 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 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 All 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 rece
7. Body Ford 550 U NAOS Type Superliner 167 Body RAM AS TU _ NA06 Type I Superliner 171 Body RAM 4500 NA NAOT _ Type Superliner 167 Body RAM SS NAGS Type superliner 1717 Body RAM S800 TU NA Type 1 Highliner 1717 Eeue m2 TU NA10 Type 1 Hightiner 171 Intomational 4300 o oS NAIS Type I Paraliner 147 Body Chevy G3500 U Na16 Type I Superiner 167 Body Ford OI NAI Type III Superliner 171 Body Ford IST SS NAIS Type III Superliner 167 Body Chewy GO TU NA19 Type III Superliner 171 Body Chevy G4500 E Remounts See Section B p 8 Items 17 18 for specifics regarding Remount pricing NEO1 Remount Only Type I Life Line Body NE02 Remount Only Type III Life Line Body EEE NE03 Remount Only Medium duty Life Line Body EE NEO4 JRemounttype 1 Life Line body Ford E350 NEOS JRemount type I Life Line body FordE 450 do NEO6 Remounttype III Life Line BodyFordE 350 No NE07 Remounttype III Life Line BodyFordE450 No NEOS JRemount type I Life Line body Chevy C3500 do NEO9 JRemount tupe III Life Line body Chevy G3500 LT NE10 JRemount type III Life Line body Chevy G 4500 No NEIL Remounttypel Life Line body RAM 4500 NA NE12 Remount type I Life Line body RAM 5500 NE13 Remount type I Life Line body International 4300 Po NE14 Remount type I Life Line body Freightliner M2 Po O Marque A Ambulance OA01 Type I 148 Commando F350 a OE Page 17 of 31 OA02 OA03
8. FA02 GE TI Ford F450 4x2 Type Golden Eagle Diesel 146L x 96 W x 69 HR FA03 GE T1 Ford F550 4x2 Typel Golden Eagle Diesel 146L x 96 W x 69 HR EEE FA04 GE T1 L Ford F450 4x2 Typel L Golden Eagle Diesel 172 L x 96 W X69 HR FA05 GE TI L Ford F550 4x2 Typel L Golden Eagle Diesel 172 L x 96 W X69 HR IEEE FA06 GE T1 Ford F350 4x4 Typel Golden Eagle Diesel 146L x 96 W x 69 HR COo o FA07 GE TI Ford F450 4x4 Typel Golden Eagle Diesel 146L x 96 W x 69 HR N FA08 GE T1 Ford F550 4x4 Typel Golden Eagle Diesel 146L x 96 W x 69 HR XJ FA09 GE T1 L Ford F450 4x4 Typel L Golden Eagle Diesel 172 L x 96 W x 69 HR N FA10 GE TI L Ford F550 4x4 Typel L Golden Eagle Diesel 172 L x 96 W x 69 HR KO UT FA11 GE T III Ford E350 Type III Golden Eagle Gas 146 x 96 x 69 HR FA12 GE T III Ford E450 Type III Golden Eagle Gas 146 x 96 x 69 HR a FA13 GE T III L Ford E450 Type NIL Golden Eagle Gas 166 x 96 x 69 HR N Page 9 of 31 FA14 GE T I GM G3500 Type III Golden Eagle Gas 146 x 96 x 69 HR N FA15 GE T I GM G3500 Type III Golden Eagle Diesel 146 x 96 x 69 HR Po FA16 GE T III L GM G4500 Type III L Golden Eagle Gas 166 x 96 x 69 HR EE FA17 GE T III L GM G4500 Type III L Golden Eagle Diesel 166 x 96 x 69 HR NA FA18 GE T 1 RAM 4500 4x2 Golden Eagle Diesel Typel 146 x 96 x 69 HR ENG FA19 GE T 1 RAM 5500 4x2 Golden Eagle Diesel Typel 146 x 96 x 69 HR FA20 GE T 1 RAM 4500 4x4 Golden Eagle Diesel Typel 146 x 96 x 69 HR EE
9. HHE06 Remoutonchasis ForE3S0 Type HHE07 _ Remount on chassis Ford E 450 Type lll OOS Sr HHEO8 _ Remount on chassis Chevrolet C3500 Typel oco HHEO9 _ Remount on chassis Chevrolet G3500 Type II HHE10 _ Remount on chassis Chevrolet G4500 Type MW HHE11__ Remount on chassis RAM 3500 Type HHE12 _ Remount on chassis RAM 4500 Typel TI HHE13 _ Remount on chassis International 4300 Type HHE14 _ Remount on chassis Terra Star Type HHEIS _ Remount on chassis Freightliner M2 Type do Page 30 of 31 FORM E PUBLISHED OPTIONS Procurement No AM10 14 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 2 Completely describe each item Include the manufacturer s code or part number Each item listed MUST have a Notes unique code or part number so that it can be identified in any subsequest contract Important 3 Options which replace standard equipment on a Form D Item should be priced net of any credit due for the replaced item 4 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 Page 31 of 31 HGAC SECTIOND THE SMART PURCHASING Buy ProForma Sample Contract This is a sample of the contract that will be sent to you for execution IF you are recommen
10. Heads up console Emergency LED ligth package Ecosmart Autoboost gas Type III MX164 FORD Gas V8 C W E450 164 L x 95 W x 72 HR BER Multiplex Heads up console Emergency LED ligth package Ecosmart Autoboost pags Type III MX164 FORD Gas V10 C W E450 164 L x 95 W x 72 HR MEE Multiplex Heads up console Emergency LED ligth package Ecosmart Autoboost pagg Type III MX164 GM Diesel V8 C W 3500 164 L x 95 W x 72 HR Multiplex Heads up console Emergency LED ligth package Ecosmart Autoboost gagy Type III MX164 GM Diesel V8 C W 4500 164 L x 95 W x 72 HR Multiplex Heads up console Emergency LED ligth package Ecosmart Autoboost pagg Type III MX164 GM Gas V8 C W 4500 164 L x 95 W x 72 HR Multiplex Heads up console Emergency LED ligth package Ecosmart Autoboost pajo TYPe III MX170 FORD Gas V8 C W E450 170 L x 95 W x 72 HR EE Multiplex Heads up console Emergency LED ligth package Ecosmart Autoboost pazo Type III MX170 FORD Gas V10 C W E450 170 L x 95 W x 72 HR Multiplex Heads up console Emergency LED ligth package Ecosmart Autoboost paz Type III MX170 GM Diesel V8 C W 4500 170 L x 95 W x 72 HR Mr Multiplex Heads up console Emergency LED ligth package Ecosmart Autoboost papz Type II MX170 GM Gas V8 C W 4500 170 L x 95 W x 72 HR EE Multiplex Heads up console Emergency LED ligth package Ecosmart Autoboost F Excellance A Ambulance FAO1 GE T1 Ford F350 4x2 Typel Golden Eagle Diesel 146L x 96 W x 69 HR
11. Remount on chassis Type I International 4300 Remount on chassis Type I Terra Star LU Remount on chassis Type M Ford E 350 0 Remount on chassis Type M Ford E 450 Remount on chassis Type M Chevrolet G3500 LT N Remount on chassis Type III Chevrolet G4500 MSV CC 500 Freightliner Sprinter Mobile Command MSV CC 1000 16 Ford E 450 Mobile Command Unit MSV CC 3000 102 22 Freightliner M2 Mobile Command Unit MSV CC 3000 102 24 Freightliner M2 Mobile Command Unit MSV CC 3000 102 26 Freightliner M2 Mobile Command Un MSV CC 3000 102 28 Freightliner M2 Mobile Command Un MSV CC 3000 102 30 Freightliner M2 Mobile Command Unit MSV CC 3000 102 32 Freightliner M2 Mobile Command Unit MSV CC 3000 102 34 Freightliner M2 Mobile Command Un MSV CC 3000 102 36 Freightliner M2 Mobile Command Un MSV CC 4000 102 40 Thomas Mobile Command Unit MSV CC 5000 102 40 V1 Freightliner XC Mobile Command Unit MSV CC 5000 102 40 V2 Freightliner XC Mobile Command Unit MSV CC 5000 102 45 V1 Freightliner XC Mobile Command Unit MSV CC 5000 102 45 V2 Freightliner XC Mobile Command Unit E Page 18 of 31 PC16 PC17 PC18 PC19 PC20 PC21 PC22 PC23 PC24 PC25 PC26 PC27 PC28 PC29 PC30 PC31 PC32 PC33 PC34 PC35 PC36 PC37 PC38 PC39 PC40 PC41 MSV CC 5000 45 BCA Mobile Command Unit MSV CC 6000 32 Mobile Command Trailer MSV CC 6000 53 KT Mobile Command Trailer MSV CC 2000 20 Frei
12. 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 services 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 CON
13. overhead J cabinet 1 13 500btu AC w heatstrip JC04 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 Ford F 550 stripped chassis 2 Solid surface work station s w cos overhead cabinets 2 13 500btu AC s w heatstrip Mobile Command Vehicle 20ft Ford F 650 Aluminum body 2 Solid surface work station s Mobile Command Communications Vehicle 26FT Ford F 750 Aluminum body 3 Work JC07 station s w overhead cabinet s 3ea 13 500btu AC s w heatstrip JCos Rapid Response Vehicle 28FT Ford F 750 3 Solid surface work station s w overhead cabinet s 3 13 500btu AC s w heatstrip PEV 3000 30FT Patient Evacuation Unit Liter and Wheelchair Transport Oxygen Medical IC Air Ford f 750 BATVAN DUI Mobile Breath Analyzer Van 2 work stations roof top air external lighting 2 Jcm holding cells Ford Transit LWB EE CSIU Crime Scene Investigative Unit Enclosed compartmentalized body to provide Jeu transportation and storage of crime scene investigation equipment work station Ford Transit Lo CSIU Crime Scene Investigative Unit 9FT Enclosed compartmentalized body to provide N JC12 np A transportation and storage of crime scene investigation eguipment Ford F350 Reg Cab ELU Emergency Lighting Unit Compartmental body designed to provide self contained eB illumination via generato
14. 31 OC13 OC14 OC15 OC16 OC17 QC18 OC19 QC20 QC21 QC22 QC23 QC24 QC25 QC26 QC27 QC28 QC29 QC30 QC31 QC32 QC33 MCC SD 03 Standard Duty 03 Mobile Command Vehicle Re Mountable body MCC MD 01 Medium Duty 01 Mobile Command Vehicle Re Mountable body Ford F550 gas 4x2 standard cab 2 forward workstations 4 person conference room 10KW emergency light package MCC MD 02 Medium Duty 02 Mobile Command Vehicle Re Mountable body ford F550 4x2 gas standard cab 5 person conference area media offia position OKW emergency Sprinter Light Duty 01 Mobile Command Vehicle 2 to 3 workstations 10 KW generator 1 A C FR LD 01 SUV 2500 Long Wheel Base First Responder Vehicle 4x4 DOT reversible rear seat 1 equipment rack emergency light package FR LD 02 SUV 1500 Short Wheel Base First Responder Vehicle HI SD 01 Homide Investigation Re Mountable Body UCV 0001 Utility Communicatons Vehicle Re Mountable body COM HD O1 Heavy Duty 1 Mobile Communications Vehicle Re Mountable body Freightliner 33 000 Ib GVWR 2 workstations 4 equipment racks 4 person conference room EOD HD 01 Heavy Duty EOD Command Vehicle Re Mountable body EOD SD 01 Standard Duty EOD Command Vehicle Re Mountable body BM 05 40 5 bed Blood Mobile 90 day delivery Freightliner chassis 2 history booths 4 A C 20 KW generator BM 04 40 4 bed Blood Mobile 90 day
15. 3500 Gas SRW Crew Cab Chassis Urban Command Vehicle 8 9 on Dodge Ram 3500 Diesel SRW Crew Cab Chassis NEN Urban Command Vehicle 9 9 on Chevrolet C3500 Gas DRW Crew Cab Chassis EE Urban Command Vehicle 9 9 on Chevrolet C3500 Diesel DRW Crew Cab Chassis NEN Urban Command Vehicle 997 on Ford F 350 Gas DRW SuperCab Chassis Urban Command Vehicle 997 on Ford F 350 Gas DRW Crew Cab Chassis Urban Command Vehicle 99 on Ford F350 Diesel DRW SuperCab Chassis Urban Command Vehicle 99 on Ford F350 Diesel DRW Crew CabiChassis Urban Command Vehicle 997 on Ford F450 Diesel DRW SuperCab Chasss SS Urban Command Vehicle 99 on Ford F450 Diesel DRW Crew CabiChassis Jrban Command Vehicle 9 9 on Ram 3500 Gas DRW Crew Cab Chassis Po Urban Command Vehicle 997 on Ram 3500 Diesel DRW Crew Cab Chassis Urban Command Vehicle 997 on Ram 4500 Diesel DRW Crew Cab Chassis Gre c re I Fa Taste Urban Command Shell on Chevrolet C3500 Diesel SRW Crew Cab Chassis Po Urban Command Shell on Ford F 350 Diesel SRW Crew Cab Chassis GE Urban Command Shell on Ram 3500 Diesel SRW Crew Cab Chassis EE Urban Command Vehicle 1 Urban Command venie id Mobile Health or Command Vehicle on Chevrolet 64500 Cutaway Gas DRW Cab Chassis Mobile Health or Command Vehicle on Chevrolet 04500 Cutaway Diesel DRW Cab Chassis Mobile Health or Command Vehicle on Ford E 450 Cutaway
16. 53ST 02 53 Freight Trailer Conversion No slide outs PERENNE MCC 40T 01 35 40 Gooseneck Mobile Command Trailer MCC 20T 01 20 Pull Behind or Gooseneck Mobile Command Trailer MCC EHD O1 Extra Heavy Duty 1 Mobile Command Vehicle Re Mountable Body 54 000 Ib GVWR Freightliner M2 106 chassis 40 tandem axle 2 slide outs 20K W generator I O TH cab 4 A C MCC EHD 02 Extra Heavy Duty 2 Mobile Command Vehicle Re Mountable body 54 000 Ib GVWR Freightliner M2 106 chassis 40 tandem axle 2 slide outs 20KW generator I O MCC EHD 03 Mobile Command Vehicle Freightliner M2 106 tandem axle 54 000 Ib WT cab 2 slide outs restroom and galley 42 mast 5 workstations conference room emergency light package MCC HD 01 Heavy Duty 1 Mobile Command Vehicle Re Mountable Body Freightliner M2 106 33 000 Ib chassis 36 300HP 1 slide out MCC HD 02 Heavy Duty 2 Mobile Command Vehicle Re Mountable body Freightliner M2 106 35 000 Ib chassis 38 300 HP 2 slide outs MCC SD 01 Standard Duty 401 Mobile Command Vehicle Re Mountable body Freightliner 27 500 Ib GVWR 260HP 36 38 no slide outs 4 workstations conference room 20KW generator emergency light package MCC SD 02 Standard Duty 02 Mobile Command Vehicle Re Mountable body Freightliner 26 000 Ib GVWR 260HP 36 38 no slide outs 20KW generator 3 workstations conference room emergency light package Page 19 of
17. 8 Gas Engine i Type II Guardian Ford Transit Diesel Engine ry Type II Guardian Ford Transit Gas Engine Po Type II Guardian Chevy G3500 V 8 Gas Engine Po Type II Guardian Chevy G3500 Diesel Engine Po Type II Guardian Sprinter 3500 Diesel Engine PF Type I Medic 142 RAM 3500 167 5 WB 12 500 GVW DRW Diesel Engine N Type I AD Medic 146 RAM 4500 167 5 WB 16 500 GVW DRW Diesel Engine N w Generator Ho Page 20 of 31 RA28 Type III AD Medic 163 Ford E 450 XL 158 WB 14 050 GVW DRW V10 Gas Engine N Type III AD Medic 163 Ford E 450 XL 158 WB 14 050 GVW DRW V10 Gas Engine X w Generator Type III AD Medic 170 Ford E 450 XL 158 WB 14050 GYW DRW VlOGasEngine Type III AD Medic 163 Ford E 450 XL 158 WB 14 050 GVW DRW V10 Gas Engine w Generator Ld Type III Medic 142 Ford E 350 XL 138 WB 10 700 GYW DRW V 10 Gas Engine Type III Medic 142 Chevrolet 3500 139 WB 12 500 GVW DRW DieselEngine id Type III Medic 146 Ford E 350 XL 138 WB 11 500 GYW DRW V10 Gas Jo Type III Medic 146 Ford E 350 XL 138 WB 11 500 GVW DRW V10 Gas w Generator Type III Medic 146 Chevrolet 3500 139 WB 12 500 GVW DRW Diesel Engine N DET UU RE ee ie Type III AD Medic 170 Chevy G4500 159 WB 14 200 GVW DRW Diesel Engine KC Type III AD Medic 170 Chevy G4500 159 WB 14 200 GVW DRW Diesel Engine w Generator Type III AD Medic 163SE Chevy G4500 159 WB 14 200 GVW DRW Diesel Engine EEE Type
18. Crew Cab Diesel Engine 147 L x 94 W CB06 North Star Fire Rescue Ford F550 4x4 Regular Cab Diesel Engine 147 L x 94 W IEEE CBUT North Star Fire Rescue RAM 5500 4x4 Crew Cab Diesel Engine 14L x94W CB08 North Star Fire Rescue RAM 5500 4x4 Regular Cab Diesel Engine 147 L x 94 W E CB09 North Star Fire Rescue Ford F550 4x4 Regular Cab Diesel Engine 167 L x 94 W CB10 North Star Fire Rescue RAM 5500 4x4 Regular Cab Diesel Engine 167 L x 94 W EE CB11 North Star Fire Rescue Ford F550 4x4 Regular Cab Diesel Engine 192 L x 94 W Hx CB12 North Star Fire Rescue RAM 5500 4x4 Regular Cab Diesel Engine 192 L x 94 W EE GE C Other Specialty Vehicle or Equipment CC01 North Star Prisoner Transport Ford E350 Gas Engine 138 L x 94 W x 57 875 HR CC02 North Star Prisoner Transport Ford F350 4x4 Diesel Engine 143 L x 94 W x 57 75 HR CC03 North Star Prisoner Transport Ford F450 4x2 Regular Cab Diesel Engine 191 L x 94 W x CC _ Norh Sr Prisoner Transport Ford F530 4x2 Regular Cab Diesel Engine 197TL OPW C05 _ Nor Star Prisoner Transpor Freightliner 4x2 Regular Cab Diesel Engine 197TL x94 CC06 North Star Prisoner Transport Ford F650 4x2 Super Cab Diesel Engine 197 L x 94 W x EET CC07 North Star Prisoner Transport RAM 4500 4x2 Regular Cab 197 L x 94 W x 72 HR my Cus North Sar EOD Command Ford F550 4x4 Regular Cab Diesel Engine TOT L94 Wx
19. Cutaway Diesel DW G3500 HHA18 _ Type III Custom Series Chevrolet Cutaway Diesel DW G4500 N HHA19 Type Ill Custom Series Ford E 450 DRW TU HHA20 _ Type III Sprinter Series dU HHA21__ Type VII CitiMedic Ford E 350 DRW do HHA22__ Type VII CitiMedic Chevrolet Cutaway Diesel DRW HHA23__ Type 1X MAV TemaSut 1 HHA24__ Type IX MAV International 4300 Diesel DRW HHA25 _ Type IX MAV Freightliner M2 Diesel DRW do HHA26 _ Type IX MAV Ford 60 Other Specialty Vehicle or Equipment HHCO1__ SRV Ford F 350 Diesel DRW dU HHCO2 SRV Ford F450 DieclDRW HHC03 SRV Ford F550 Diesel DRW OC ee HHCOS SRV RAM4500DRW N HHC06_ SRV Chevrolet C 3S00DRW HHC07 _ SRV Medium Duty Terra Star N HHCOS__ SRV Medium Duty Ford 650 HHCO9__ SRV Medium Duty International 4800 TU HHC10__ SRV Medium Duty Freightliner ME SCS HHCII SRV Heavy Duty International 4800 HHCI2 SRV Heavy Duty FreightinerM2 SS HHCI3 MAV Mobile Command Unit Special Operations Freightliner Custom HHC14 MAV Mobile Command Unit Special Operations International Custom Remounts See Section B p 8 Items 17 18 for specifics regarding Remount pricing HHEO1 _ Remount only Typl_ o HHEO2 Remomtony Typell o O Tooo o HHEO3 Remomtony MedumDuy T HHE04__ Remount on chassis Ford F3SOTgpe HHE05S__ Remount on chassis Ford F 450 Typel
20. Diesel DRW Cab Chassis Gen Pwrd Mod ENE EE Type I 14 on International TerraStar Diesel DRW Cab Chassis Gen Pwrd Mod Type III 12 on Chevrolet G cutaway Gas DRW Cab Chassis Gen PwrdMod Type III 12 on Chevrolet G cutaway Diesel DRW Cab Chassis Gen Pwrd Mod Type III 12 on Ford E 350 Gas DRW Cab Chassis Gen PwrdMod Type III 14 on Chevrolet G4500 Cutaway Gas DRW Cab Chassis Gen PwrdMod Type III 14 on Chevrolet G4500 Cutaway Diesel DRW Cab Chassis Gen Pwrd Mod Type III 14 on Ford E 450 Gas DRW Cab Chassis GenPwd Mod lo Type 112 GenPwrd Mod o Typel 14 GenPwrdMod oo e Type III 12 Gen Pwrd Mod N Type III 14 Gen Pwrd Mod N E Remounts See Section B p 8 Items 17 18 for specifics regarding Remount pricing HE01 HE02 HE03 HE04 HE05 HE06 HE07 HE08 HE09 HE10 HE11 HE12 HE13 HE14 HE15 HE16 HE17 HE18 HE19 HE20 HE21 HE22 HE23 HE24 HE25 Rmt of Type I 12 Frazer conversion on Chevrolet C3500 Gas DRW Cab Chassis Rmt of Type I 12 Frazer conversion on Chevrolet C3500 Diesel DRW Cab Chassis Rmt of Type I 12 Frazer conversion on Ford F 350 Diesel DRW Cab Chassis Rmt of Type I 12 Frazer conversion on Ford F 450 Diesel DRW Cab Chassis Rmt of Type I 12 Frazer conversion on Ram 3500 Gas DRW Cab Chassis Rmt of Type I 12 Frazer conversion on Ram 3500 Diesel DRW Cab Chassis Rmt of Type I 12 Frazer conversion on Ram 3500 Diesel
21. FA21 GE T 1 RAM 4500 4x4 Golden Eagle Diesel Typel 146 x 96 x 69 HR Po FA22 GE T 1 L RAM 4500 4x2 Golden Eagle Diesel TypelL 172 x 96 x 69 HR FA23 GE T L 1 RAM 5500 4x2 Golden Eagle Diesel TypelL 172 x 96 x 69 HR x FA24 GE T L 1 RAM 4500 4x4 Golden Eagle Diesel TypelL 172 x 96 x 69 HR P FA25 GE T I L RAM 5500 4x4 Golden Eagle Diesel TypelL 172 x 96 x 69 HR Po FA26 GE EHD International Terrastar EHD Golden Eagle 172 L x 96 L x 72 HR Po FA27 GE EHD International 4300 EHD Golden Eagle 166 L x 96 L x 72 HR FA28 GE EHD Freightliner M2 EHD Golden Eagle 166 L x 96 L x 72 HR MEN E Remounts See Section B p 8 Items 17 18 for specifics regarding Remount pricing PEOI Base Remount Only Typel Excellmce Cd FE02 Base Remount Typelll Excelance o ooo FE03 Base Remount Typelll L Excelen FE Base Remount Only EAD Excellance OSS FEOS Base Remount Ford F350 4x2 Typel Dis FEOG Base Remount Ford F450 452 Dyer Diesel FEOT Base Remount Ford F550 4x2 Typel Diesel fo FIEOS Base Remount Ford F350 4x2 Typel L Died FE09 Base Remount Ford F450 4x2 Typel L Diesel fo FEIO Base Remount Ford F5504x2 Type Diest oo FEIS Base Remount Ford FASO 454 Typel L Diesel SSCS Sd reis Base Remount Ford E450 Type nice foo FE20 Base Remount Ford E450 Typem Gas foo FE23 Base Remoun GM 64500 Type Gs f FEN Base Remount RAM 5500 4x2 Diesel Type o FE30 Base Remount RAM 4500 4x4 Diesel Type FEM Base
22. GGA03 GGA04 GGA05 GGA06 GGA07 GGA08 GGA09 GGA10 GGA11 GGA12 GGA13 GGA14 GGA15 Type I F 350 DRW 144 Module o S y Type I F 450 DRW 144 Module o S Type I F 550 DRW 144 Module o S Type I GMDRW 144 Module o S y Type LHD F 650 164 Module o 0 Type LHD FL M2 164 Module o S Type LHD LP 4300 164 Module S S Type LHD Terra Star 164 Module oo y Type II Sprinter Diesel HT Van LI S Type I XL GM Diesel HT Van o S Type N XL GM Gas HT Van _ _ S S Type III E 350 DRW Gas 144 Module o y Type III E 450 Gas DRW 164 Module o y Type M GM G3500 Diesel 144 Module oo y Type M HD GM G4500 Diesel 164 Module LU HH Wheeled Coach A Ambulance HHAO1 HHA02 HHA03 HHA04 HHA05 HHA06 HHA07 HHA08 HHA09 HHA10 HHA11 Type I Custom Series Ford F 350 DRW o Type I Custom Series Ford F 450 DRW To Type I Custom Series RAM 3500 Cummins Diesel DRW To Type I Custom Series RAM 4500 Cummins Diesel DRW To Type I CitiMedic Ford 350 DRW o Type I CitiMedic Chevrolet 3500 Diesel DRW N Type I CitiMedic RAM 3500 Cummins Diesel BL N Type II Crusader Plus Ford E 350 SRW Page 29 of 31 C BHAI ype Trans Ford CDL HHA13 Type II Crusader Plus Chevrolet G 30 SRW o HHAM TIpellDodgeVan HHAIS TypellSpnerPhs 1 HHA16 _ Type III Custom Series Ford E 350 DRW o HHA17 _ Type III Custom Series Chevrolet
23. H GAC encourages contractors to 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 41 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 42 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 43 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 44 HANDLIN
24. International Durastar 4300 w Air Ride DDA19 Ultramedic MD 168 x 96 Freightliner M2 w Air Ride i i DDA20 _ MetroMedic I 146 X 90 PT FordF350 8 X2 DDA21 MetroMedic I 146 X 90 PT Ford F350 4 X 4 Po DDA22_ MetroMedic I 146 X 90 PT Cheverlot C3500 4X2 DDA23 MetroMedic I 146 X 90 PT Cheverlot K3500 4 X 4 E DDA24 MetoMedicl 146 X 90 PT RAM 38000X2 DDA25__ MetroMedic I 146 X90 PT RAM 3500 4X4 o DDA26 MetroMedicl 153 X 95 PT Ford F350 4 X 2 O O DDA27_ MetroMedic I 153 X 95 PT Ford F350 4X4 o DDA28 MetroMedic I 153 X 95 PT Ford F450 4 X 2 w Air Ride SE DDA29 MetroMedic I 153 X 95 PT Ford F450 4 X 4 w Air Ride o DDA30 MetroMedic I 153 X 95 PT RAM 4500 4 X 2 w Air Ride N DDA31 MetroMedic I 153 X 95 PT RAM 4500 4X 4 wlirRide o DDA32 _ MetroMedic I 170 X 95 PT Ford F450 4 X 2 wAirRide dP DDA33 _ MetroMedic I 170 X 95 PT Ford F450 4 X 4 wAirRide dP DDA34 MetroMedicl 170 X 95 PT RAM 4500 4 X 2 w Air Ride EE DDA35 _ MetroMedic I 170 X 95 PT RAM 4500 4X 4 wAirRide o y O DDA36__ MetroMedic VII 146x90 Ford DDA37 _ MetroMedic VII 146 x90 Chevrolet CG33503 DDA38 MetroMedic II 153 X 95 Ford E350 lt O O DDA39 MetroMedic III 153 X 95 Chevrolet CG33503 EE DDA40 MetroMedic III 165 X 95 Ford E450 N DDA41 MetroMedic III 165 X 95 Chevrolet G4500 Cutaway N DDA42 MetroMedic II
25. 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 Ambulance Light Medium Rescue Vehicle Other Specialty Vehicle or Equipment EMS Vehicle Conversions Remounts 3 GENERAL REQUIREMENTS e This Invitation is designed to obtain bids that will A Provide component 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 pow Num At the direction of each End User Agency Contractor shall develop individual unit specific recommendations using the contractual component price list and service formulas May9 2014 aa FINAL Page 1 of 9 AM10 14 Ambulances EMS amp Other Special Service Vehicles 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 e Form A s An originally signed Form A from the all entities who are party to this submission and who should be offered a contract if this submission is successful These entities should include the Ambulance Manufacturer and or Converter and the Franchised Texas Dealer Form A s will be accepted from those dealers outside Texas who have current or past sales
26. OA04 OA05 OA06 OA07 OA08 OA09 OA10 OA11 OA12 OA13 OA14 OA15 OA16 OA17 OA18 OA19 OA20 OA21 OA22 E Remounts OEO1 OE02 OE03 OE04 OE05 OE06 OE07 OE08 OE09 OE10 OE11 OE12 OE13 OE14 P Matthews Specialty Vehicles Inc C Other Specialty Vehicle or Eguipment PCO1 PC02 PCO3 PC04 PC05 PC06 PC07 PCOS PC09 PC10 PC11 PC12 PC13 PC14 PC15 Type I 148 Commando F450 Type I 148 Commando Chevy 3500 o Type 1148 Commando Ram 4500 0 Type 1 170 Commando F450 Type I 170 Commando Ram SO Type I 170 MD Commando International 4300 NN Type I 170 MD Commando International TerraStar oo o Type 1 170 MD Brigadier International 20T Type I 170 MD Brigadier International TerraStar dP Type II Squad II E350 V8 Gas o o Type II Squad II Transit Diesel dP U Type II Squad II Tania Type II Squad I G3500 Diesel dP Type II Squad II G3500 V8 Gas Type II Sprinter ec Type III 148 Commando BB Type III 148 Commando GB Type III 164 Commando ES Type III 164 Commando 4500 dP Type III 170 Brigade B450 o Type M 170 Brigade G4500 dP See Section B p 8 Items 17 18 for specifics regarding Remount pricing Remount only Type dU Remount only Type M o Remount only Medium Duty S e Remount on chassis Type 1 Ford F 35000 Remount on chassis Type I Ford F 450 o S Remount on chassis Type I Chevrolet C3500 LT Remount on chassis Type I Ram 3500 LT Remount on chassis Type I Ram 4500 o S
27. Remount to Ram Chassis BBE08 Medium Duty Remount to International Chassis BBE09 Medium Duty Remount to Freightliner Chassis CC Rescue ONE Boats C Other Specialty Vehicle or Equipment CCCO01 CCC02 CCC03 CCC04 DD Road Rescue A Ambulance DDA01 DDA02 DDA03 DDA04 DDA05 DDA06 DDA07 Rescue ONE Connector Boat Length 16 3 Beam 6 3 Side Depth Outside 21 Side Depth inside 19 Interior Operating Room with Sea Boxes removed 62 Sq Ft Buoyant Material 19 Cu Ft Dry weight 475 Lbs 5052 Marine Aluminum Construction Rescue ONE Inflatable Boat 380SR Length 12 6 Beam 5 8 Air Chambers 5 Keel DTX 1100 Non skid Aluminum floor Double layer tube bottoms Over inflation protection Self Bailing Exterior Interior Lifelines 15 SS interior Equipment Attachment D rings Multiple Carrying Handles Reflective Exterior Panels 2 each Aluminum Paddles Storage compartment 2 each aluminum seats Foot pump and Repair Kit Rescue ONE Inflatable Boat 430SR Length 14 2 Beam6 5 Air Chambers 5 Keel DTX 1100 Non skid Aluminum floor Double layer tube bottoms Over inflation protection Self Bailing Exterior Interior Lifelines 15 SS interior Equipment Attachment D rings Multiple Carrying Handles Reflective Exterior Panels 2 each Aluminum Paddles Storage Compartment 2 each Aluminum seats Foot pump and Repair kit Rescue ONE Inflatable Boat 470SR Length 15 6 Beam 6 9 Air Chambers 5 Keel DTX
28. SS40FC1S 10SV 40 Mobile Command Center with 1 slideout on a Freightliner MT 55 30 000 Ib GVWR diesel chassis with air ride suspension air brakes and a 30 load space stepvan SSAOFC 10SV 40 Mobile Command Center on a Freightliner MT 55 30 000 Ib GVWR diesel MC08 chassis with air ride suspension air brakes and a 30 load space stepvan MC09 SSAORCIS 10SV 40 Mobile Command Center with 1 slideout on a Freightliner MT 55 30 000 Ib GVWR diesel chassis with air ride suspension air brakes and a 30 load space stepvan Page 16 of 31 MC10 C28MED 18 14 28 1 Room Mobile Clinic on a Ford F550 4x2 19 500 Ib GVWR gas chassis with spring suspension hydraulic brakes and a 18 load space C34MED24 14 34 1 Room Mobile Clinic on a Ford F650 25 999 Ib GVWR gas chassis with MC11 spring suspension hydraulic brakes and a 24 load space S32MED22 14 32 2 Room Mobile Clinic on a Ford F59 22 000 Ib GVWR gas chassis with MC12 2 i spring suspension hydraulic brakes and a 22 load space stepvan MC13 MCC302990 10 28 Mobile Command Center on a ATC Cargo Series 11 440 Ib GVWR 7 tandem axle trailer MC14 T35MCC32 10 35 Mobile Command Center with 1 slideout on a ATC Quest series 19 800 Ib i GVWR triple axle trailer N Life Line A Ambulance NACI __ fype1 Superliner 167 Body Fora raso NA02 Type I Superliner 171 Body Ford F450 NEER NA03 _ Type 1 Superiiner 167 Body Ford F550 SSCS NAO4 Type Superiner 171
29. Terrastar Cab Chassis PSAI Diamond Remount on chassis Freightliner M2 Cab Chassis PSAI Diamond Remount on chassis Ford F 550 Cab Chassis PSAI Diamond Remount on chassis Ford F 650 Cab Chassis B Light Medium Rescue Vehicle AABO1 Pierce F 550 2 Door Rescue 10 Body n walk in with roll up Po Page 25 of 31 AAB02 Pierce F 550 2 Door Rescue 12 Body n walk in with roll up DENEN AABO3 Pierce F 550 4 Door Rescue 12 Body n walk in with roll up AABO4 Pierce F 550 2 Door 13 Encore Rescue n walk in body roll up ENE C Other Specialty Vehicle or Eguipment Modular aluminum body 20kW diesel generator Modular aluminum body 20kW diesel generator length Modular aluminum body 20kW diesel generator Modular aluminum body 20kW diesel generator BB PL Custom Emergency Vehicles A Ambulance BBAOI rype HI Medallion 170 Ford E450 GAS Engine Body Lengh T BBAO2 Type III Medallion 170 Chev G4500 Body Length 170 J BBAO3 Type III Medallion 100 Chev C3500 Body Length IE BBAO4 Type 111 Medallion 80 Chev C3500 Body Length 147 Jo BBAOS Type III Medallion 80 Ford E350 GAS Engine Body Length Si BBAOS Type Ford F350 4x2 165 WB BodyLength SOS BBA07 TypeI Ford F450 4x2 165 WB Body Length 156 Pl BBAOS Typel Ford Ford F450 4x4 165 WB Body Length 56 BBA09 Typel Ford F450 4x2 189 WB Body Length 170 BBAIO Type I Ford F450 4x4 189 WB Body Length 170 O BBA1
30. 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 48 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 A 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 be due only to Force Majeure
31. 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 which will provide the same functions May9 2014 ee FINAL Page 2 of 9 AM10 14 Ambulances EMS amp Other Special Service Vehicles 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 standar
32. delivery Freightliner chassis 2 history booths 4 A C 20 KW generator PEVM 01 Patient Evacuation Morgue Vehicle Freigtliner 40 Re Mountable body loading ramp PEV 01 Patient Evacation Vehicle Freightliner 40 re Mountable body SR MD 01 Medium Duty Search amp Rescue Vehicle Re Mountable body Ford F550 gas 4x2 standard cab 10 body emergency light package CL MD 01 Medium Duty Crime Lab Vehicle Re Mountable body Ford F550 4x2 gas standard cab 10KW generator emergency light package SWAT Support MD 01 Medium Duty SWAT Support Vehicle Re Mountable Body Ford F550 4x2 gas standard cab pass through emergency light package 15 7 body 8W emergency light package EOD MD 01 Medium Duty EOD Command Vehicle Re Mountable Body Ford F450 gas 4x2 standard cab 1 workstation robot tie downs and exit door emergency light package HN SD 01 Hostage Negotiation Vehicle Ford F650 gas 4x2 Re Mountable body 18 body 10Kw generator 2 A C emergency light package SSC HD 01 SWAT Support amp Command Vehicle Freightliner 35 000 GVWR 1 slide out rear loading ramp 25KW generator 3 A C emergency light package R McCoy Miller A Ambulance Type I Medic 142 Ford F 350 XL 165 WB 12 500 GVW DRW Diesel Po Type I Medic 146 Ford F 350XL 165 WB 12 500 GVW DRW Diesel Po Type I Medic 146 Ford F 350XL 165 WB 12 500 GVW DRW Diesel w Generator We Type II Guardian Ford E 350 Econoline V
33. of 19 Fourth Section e Copies of any applicable Texas MVD Licenses e Electronic Media containing the complete response including all reguired FORMS stored in a pouch or an envelope such that it will not fall out of the binder Required in Copy only not in Original 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 Bidders responsibility to download the form and furnish a completed copy with the Response if it is applicable n Bysubmittal of Response Offeror certifies to the best of its knowledge that all information is true and correct 28 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 s
34. 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 renewed 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
35. power shall be allowed on each wire All wiring harnesses may be connected via a 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 units the converter added electrical system may be centered around the use of a circuit board or other highly flexible and reliable solid state technology All 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 5 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 powere
36. s response to this Invitation will be considered to be in the public domain and may be made available to Members and others after contract award upon properly submitted request If Offeror submits documents marked confidential or proprietary the Response may be deemed non compliant 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 appropriately 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 Occurre
37. see ee ee ee ee ee ee se ee see ee ee ee ee ee ese ee ee see ee 13 RESPONSE EVALUATION RR 14 ORDER OF PRECEDENCE PRIOR TO CONTRACT AWARD sees se ee se ee se ese ee se ee se ese ese ee see ee 14 AWARD OF CONTRACT ER OE OR aa ei OE NEE 14 PRO FORMA GONTRACT svu AE OR NE nei 14 CONTRACT TERM RES Ee E ee UE ee A ee RE ee eg Gee tens 14 PERFORMANCE amp PAYMENT BOND esse esse ee se ese ese ee POOL KONGU ODER eke Gee EE E ee ee ee see ee 14 Revised 12 03 09 Page 1 of 19 38 eor Nee dB KO HE OER EE EE RE OE N 15 39 DUPLICATION OF TERMS OR STATEMENTS ee ees esse esse esse ese see see ee ee ee ee ee ee ee ee ee ee ee ee se ee ee ee see ee 15 40 PUBLICITY paee go EE eigene 15 41 jy P do Seada 15 42 DRUG FREE WORKPLACE essen een lea nie nina ged is UE PER DER USE Fe SEES E Crede Ede dn 15 43 PRODUCT NOTICES amp MAILINGS 3 sesse se s 82 8 8450 15 44 HANDLING OF ORDERS amp PAYMENTSS sees neen een rene eene ori est ote veo deka stoke 15 45 PRICE CHANGES eet OE a RO tee copo eo RE OE EK 16 46 CONTRACT ITEM CHANGES is RR RERO ORE aa EO D DR 17 47 FORCE MAJEURE p s nn EE N 17 48 PERFORMANCE UNDER CONTR AJQGT tte bokse ese ertt rhet E nenn 17 49 IMPLEMENTATION OF INTERNET BASED E COMMERCE ees sees sees se ee se ee se ese ee se ee se ee se ese ee ee ee ee 18 50 CONTRACTOR ORIENTATION TRAINING ee ee see see se ee ee ee Ge Ge G
38. 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 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 Revi
39. this Invitation for additional information Hy C SECTION A GA Buy GENERAL TERMS amp CONDITIONS THE SMART PURCHASING FOR BIDS AND PROPOSALS O GX NI PYP OQ DD DD LU DD LL UL PD NN WN NY PD DEP N N YF e e HA FF am mm AAROSSSSAB IAARGOVNS SSH NAIAARRHNAS 37 INVITATION No AM10 14 DESCRIPTION Ambulances EMS amp Other Special Service Vehicles TABLE OF CONTENTS INTRODUCTION tret rte ehe aee ii teo dees o t eol EE Gees DEFINITIONS ABBREVIATIONS amp ACRONYMS ese sesse se see ee ee ee ee ee ee ee ee be ee see ee ee ee ee Se nein reete NON BINDING ORAL COMMENTS ee ee se se ee ee ee Ge ee GRA Gee Gee Gee se ee ee KO PARE AE Re AR Sere RA enne bee ee STRUCTURE OF RESPONSE RA EE RE AE RE RE E ATES EE EE NEEE SE BASIC REQUIREMENTS amp CONDITIONS sees se esse esse esse ee see see ee ke eed eke bona cirevi ee ee ee ee Se Re Ge ee ee OFFEROR S AUTHORIZED SIGNATORY sees sees se ee se ee se ese ee see ee ese ge ee ee eed EEEE EE ee be ee ee ee E Re ee SURETY FOR INSURANCE N nine RE EE N EE EE EO N CONFIDENTIAL PROPRIETARY MATERIALS eese ee ee ee ee ee ee ee see ese ese ee ee ee ke otet ee ee eke REFERENCES ER AE AE ER OE EE RE ee ep SO OE EE EE OR EE OE OR EE OR MEE OFFEROR CERTIFICATIONS s esse ose see se ER EE eat HISTORICALLY UNDERUTILIZED BUSINESS HUB PARTICIPATION eee NON RESIDENT RECIPROCAL SALES ACT ese see see sees ee ee ee ee se ee se ee se ese ee
40. 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 responsible 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 12 STANDARDS ON BLOOD BORNE DISEASES All 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 sha
41. 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 The final requirements and specifications contained herein may be different perhaps materially 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 b 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 c Offeror shall thoroughly examine any drawings specifications schedules instructions and any other documents supplied as a part of this Invitation and is solely responsible for understanding and compliance Revised 12 03 09 Page 4 of 19 d 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 and shall be considered to be in the public domain e Offeror shall
42. 00 cutaway gas 9 steel body 6 compartments insulated interior HV AC benches w storage ICS MRWA I16 Medium RSQ amp ESU International diesel 16 walk around alum body 9 compartments ICS LRWI F16 Medium RSQ Ford F650 diesel 16 walk in alum body 6 comp amp interior ICS MRWA I16 Medium RSQ International diesel 16 walk around alum body 9 compartments ICS MRWI I16 Medium RSQ International diesel 16 walk in alum body 8 comp amp interior ICS MRWA FL16 Medium RSQ Freightliner diesel 16 walk around alum body 9 compartments ICS MRWI FL16 Medium RSQ Freightliner diesel 16 walk in alum body 8 comp amp interior ICS SUV C S1 Suburban 4x4 Command console rear command center emergency lighting ICS SUV EOD S1 Suburban 4x4 Bomb Tech console rear equipment storage covert lighting ICS SUV IO S1 Suburban 4x4 Communications Unit antenna array Interior comm center ICS SUV K9 S1 Suburban 4x4 K9 kennel temperature control emergency lighting ICS SUV EMS S1 Suburban 4x4 Tactical Extraction patient transport equipment storage ICS SUV SURV S1 Suburban 4x4 Surveilance covert counter cameras audio JV SURV E1 Expedition 4x4 Surveilance covert counter cameras audio ICS GMPU R1 GM 2500 Pickup Responder std cab gas 8 bed cap rear pull out equipment unit ICS FPU R1 Ford F250 Pickup Responder std cab gas 8 bed cap rear pull out equipment unit ICS RPU R1 Ram 2500 Pickup Respond
43. 1 TypelFord F550 4x2 165 WB Body Length 156 BBA12 _ Type I Ford F550 4x4 165 WB Body Length s6 BBA13__ Type1 Ford F550 4x2 189 WB Body Length 7077777 BBA14 Type I Ford F550 4x4 189 WB Body Length 170 y BBAIS Type I RAM 4500 4x2 165 WB Body Length S6 o o y BBA16__ Typel RAM 4500 4x4 165 WB Body Length 56007077 BBA17 Type I RAM 5500 4x2 189 WB Body Length 170 y BBA18 _ Type I RAM 5500 4x4 189 WB Body Length 170 y BBA19 Medium Duty Type I Ford F650 Body Length 7077 BBA20 Medium Duty Titan International 4300 168 Wb Body Length 170 Cd BBA21 Medium Duty Titan International Terrastar 168 Wb Body Length 170 Ed BBA22 Medium Duty Titan Freightliner M2 168 WB Body Length 176 ho B Light Medium Rescue Vehicle BBBO1 Non Walk In with Upper storage 16 3 Rescue Spartan Chassis Jooo y O BBB02 _ Non Walk In with Upper storage I8 9 Rescue Spartan Chassis Jooo BBB03 _ Non Walk In with Upper storage 20 Rescue SpartanChassis Jooo y O BBB04 Non Walk In with Upperstorage 22 4 Rescue Spartan Chassis CT BBBOS _ Walk In Front Crew Cab 16 3 Rescue International Chassis Jo O BBBO6 Walk In Front Crew Cab 18 9 Rescue Internationa Chassis Jo O BBB07 WalkInFrontCrew Cab 20 Rescue International Chassis CE BBBOS__ Walk In Front Crew Cab 22 4 Rescue International Chassis Jo O BBBO9 Walk In 18 9 Rescue International Chassis U BBB10__ Walk In 20 Rescue International Chas
44. 8 of 31 DDE11 _ Remount on chassis RAM 3500 Type N DDE12 _ Remount on chassis RAM 4500 Type DDE13 _ Remount on chassis International Terra Star Type SSS DDE14 __ Remount on chassis International Durastar 4300 Type DDE15__ Remount on chassis Freightliner M2 TypeT TI EE SeaLegs C Other Specialty Vehicle or Eguipment EECO1 _ SEALEGS 6 1 m RIB Amphibious Rescue Craft U FEC02__ SEALEGS 6 1 m TUBE Amphibious Rescue Craft dP U EECO3 _ SEALEGS 7 1 m RIB Amphibious Rescue Craft FF Supreme Corporation C Other Specialty Vehicle or Eguipment FFCO1 FFC02 FFC03 FFC04 FFC05 FFC06 FFC07 FFC08 FFC09 EE full armored protection on a Ford F550 4X4 chassis Supreme Rapid Deployment Vehicle 14 x 78 x 96 FRP Body with Swat Bench Seating and 4 Related Equipment on a Ford E450 Cutaway chassis 10 Dual Compartment Prisoner Transport Van built on a Ford E350 Cutaway Chassis with an FRP body 12 Quick Response Bomb Squad Command Center built on a Ford 450 chassis 24 Custom Built Mobile Command Center built on a Ford F650 Chassis 10 Crime Scene Response CSI vehicle mounted on a Ford E350 chassis Supreme Rapid Deployment Vehicle 14 x 78 x 96 FRP Body with Swat Bench Seating and EENE Related Equipment on a Ford E450 Cutaway chassis Hostage Negotiation Vehicle on a Ford E450 chassis To Terra Hawk Surveillance System on a Ford F5S0 GG Taylor Made A Ambulance GGAO01 GGA02
45. A02 DA03 DA04 DA05 DA06 DA07 DA08 DA09 DA10 DA11 DA12 DA13 DA14 DA15 DA16 DA17 DA18 E Demers Summit Type III 96 W x 170 L Ford E450 Gas fi Summit Type III 96 W x 170 L Chev G4500 Gas N Summit Type III 96 W x 170 L Chev G4500 Diesel Summit Type I 96 W x 170 L Ford F 450 Diesel Commander Type III 94 W x 164 L Ford E 450 Gas iS Commander Type III 94 W x 164 L Chevy G4500 Diesel Commander Type III 94 W x 164 L Chevy G4500 Gas NEN Commander Type III 94 W x 164 L Ford E350 Gas aa Commander Type III 94 W x 164 L Chev G3500 Diesel il Commander Type III 94 W x 164 L Chev G3500 Gas HEEL FleetMax Type III 88 W x 164 L Ford E350 Gas a FleetMax Type III 88 W x 164 L Chev G3500 Gas EES Fleetmax Type II 88 W x 164 L Chev G3500 Diesel CT y O Apex Type III 90 W x 151 L Ford E350 Gas NEED Apex Type III 90 W x 151 L Chev G3500 Gas DERI Apex Type III 90 W x 151 L Chev G3500 Diesel al Sprinter Type II Van Mercedes Sprinter Diesel CT O Icon Type III 82 W x 151 L Mercedes Sprinter Diesel Po A Ambulance EA01 EA02 EA03 EA04 EA05 Type I MXP150E FORD Diesel V8 P up 2x4 F350 150 L x 95 W x 72 HR Multiplex Heads up console Emergency LED ligth package Ecosmart Autoboost Type I MXP150E FORD Diesel V8 P up 4x4 F350 150 L x 95 W x 72 HR Multiplex Heads up console Emergency LED ligth package Ecosmart Autoboost Type I MXP150E
46. AC review of responses supplied on H GAC FORMS is a significant part of the evaluation process Offeror 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 the 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 30 REJECTION OF RESPONSES a H GAC may reject a response if e Offeror misstates or conceals any material fact in the Response or if e 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 or ask for corrected information except for pricing 31 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 submitted by Offeror s authorized representative Responses and requests for modification received after the submission deadline will not be accepted Requests for response withdrawal Revised 12 03 09 Page 13 of 19 received after the submission deadline will be acc
47. C FORMS For Use In Responding To Competitive Bid And Proposal Invitations Invitation No AM10 14 Title Ambulances EMS amp Other Special Service Vehicles This Section contains the following H GAC FORMS 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 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 A OFFEROR IDENTIFICATION amp AUTHORIZED SIGNATORY itati AM10 14 DO NOT handwrite this Form Information must be typed in augen 1 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 Typed Alone 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 off
48. 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 Dx BIDS PROPOSALS INVITATION No AM10 14 Issue DATE May 9 2014 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 7 000 member local governments districts agencies in 48 states across the nation Responses must be submitted in an original and one 1 copy and shall be subject to the terms conditions reguirements 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 subseguent 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 March 6 2014 PRE BID PROPOSAL CONFERENCE April 2 2014 FINAL SPECIFICATION INVITATION May 9 2014 BID PROPOSAL RESP
49. 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 SECTIOND THE SMART PURCHASING Buy 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 END USER CONTRACTOR s total liability under this Contract whether for breach of contract warranty negligence strict liability in tort or otherwise but excluding its obli
50. DRW Cab Chassis Rmt of Type I 12 Frazer conversion on Ram 4500 Diesel DRW Cab Chassis Rmt of Type I 14 Frazer conversion on Ford F 450 Diesel DRW Cab Chassis Rmt of Type I 14 Frazer conversion on Ford F 550 Diesel DRW Cab Chassis Rmt of Type I 14 Frazer conversion on Ram 4500 Diesel DRW Cab Chassis Rmt of Type I 14 Frazer conversion on Ram 5500 Diesel DRW Cab Chassis Rmt of Type I 14 Frazer conversion on Freightliner Diesel DRW Cab Chassis pape i marenn oe am podom KI EN ETE erm mann mean Rmt of Type III 12 Frazer conversion on Ford E 350 Gas DRW Cab Chassis Rmt of Type III 14 Frazer conversion on Chevrolet G4500 Cutaway Gas DRW Cab Chassis Rmt of Type HI 14 Frazer conversion on Chevrolet G4500 Cutaway Diesel DRW Cab Chassis BEER Rmt of Type III 14 Frazer conversion on Ford E 450 Gas DRW Cab Chassis Rmt of UCV on Chevrolet C2500 Gas SRW Crew Cab Chassis Sooo Rmt of UCV on Chevrolet C3500 Diesel SRW Crew Cab Chassis Rmt of UCV on Ford F 350 Gas DRWSuperCab Chassis Rmt of UCV on Ram 3500 Diesel DRW Crew Cab Chassis Page 12 of 31 HE26 Rmt only of Type I 12 or 14 Frazer conversion NA HE27 Rmt only of Type III 12 or 14 Frazer conversion ENE HE28 Rmt only of UCV NA I Frontline Communications C Other Specialty Vehicle or Eguipment IC01 C 17 Chevrolet Suburban 4x4 2 equipment racks I O panel MEPS Power system EE C 23 Merc
51. E 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 guotes accepting purchase orders and collecting payments If this is not feasible we will work with you to subseguently 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 aa 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 contact the HGACBuy staff member listed on the cover of
52. FORD Diesel V8 P up 4x4 F450 150 L x 95 W x 72 HR Multiplex Heads up console Emergency LED ligth package Ecosmart Autoboost Type I MXP150E GM Diesel V8 P up 4x 4 3500 150 L x 95 W x 72 HR Multiplex Heads up console Emergency LED ligth package Ecosmart Autoboost Type I MXP150E Dodge Diesel P up 2x 4 4500 150 L x 95 W x 72 HR Multiplex Heads up console Emergency LED ligth package Ecosmart Autoboost Page 8 of 31 EAog TYPe I MXP170E FORD Diesel V8 P up 4x F450 170 L x 95 W x 72 HR D Multiplex Heads up console Emergency LED ligth package Ecosmart Autoboost EAg T pel MXPI70E Dodge Diesel V8 P up 4x4 4500 170 L x 95 W x 72 HR Multiplex Heads up console Emergency LED ligth package Ecosmart Autoboost Faog Type 1 MXP170E International Diesel P up 2x4 Terrastar 170 L x 95 W x 72 HR FE Multiplex Heads up console Emergency LED ligth package Ecosmart Autoboost paog TYPe Hl EXE Mercedes Diesel Van Sprinter 2500 76 HR Multiplex Heads up console LED ligth package Aerodynamic roof design pajo TyPe II LT2E GM Diesel V8 Van 3500 65 HR Multiplex Heads up console Aerodynamic roof design rajy TYPE II LT2E GM Gas V8 Van 3500 65 HR ER Multiplex Heads up console Aerodynamic roof design gar Type III MX152E Mercedes Diesel C W Sprinter 3500 152 L x 86 W x 72 HR Multiplex Heads up console LED Light package Ecosmart pagg TYPe III MX164 FORD Gas V8 C W E350 164 L x 95 W x 72 HR Multiplex
53. G 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 All 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 Order Conf
54. Gas DRW CabiChassis Mobile Health or Command Vehicle on Ford F450 Diesel DRW Cab Chassis Mobile Health or Command Vehicle on Ram 4500 Diesel DRW Cab Chassis Mobile Health or Command Vehicle on International TeraStar Diesel DRW CabChass Mobile Health or Command Vehicle on International 4300LP Diesel DRW CChasis Mobile Health or Command Vehicle on Freightliner Diesel DRW Cab Chassis c Ci D EMS Vehicle Conversion HD01 Type I 12 on Chevrolet C3500 Gas DRW Cab Chassis Gen Pwrd Mod KA Page 11 of 31 HDO2 HDO3 HDO4 HDO5 HD06 HD07 HDOS HD09 HD10 HD11 HD12 HD13 HD14 HD15 HD16 HD17 HD18 HD19 HD20 HD21 HD22 HD23 HD24 Type I 12 on Chevrolet C3500 Diesel DRW Cab Chassis Gen Pwrd Mod Type I 12 on Ford F 350 Diesel DRW Cab Chassis Gen Pwrd Mod Type I 12 on Ford F 450 Diesel DRW Cab Chassis Gen PwrdMod lo Type I 12 on Ram 3500 Gas DRW Cab Chassis Gen Pwrd Mod KA Type I 12 on Ram 3500 Diesel DRW Cab Chassis Gen Pwrd Mod Type I 12 on Ram 4500 Diesel DRW Cab Chassis Gen Pwd Mod Type I 14 on Ford F 450 Diesel DRW Cab Chassis Gen Pwrd Mod U Type I 14 on Ford F 550 Diesel DRW Cab Chassis Gen Pwrd Mod I O O Type I 14 on Ram 4500 Diesel DRW Cab Chassis Gen Pwrd Mod Type I 14 on Ram 5500 Diesel DRW Cab Chassis Gen Pwrd Mod _ Type I 14 on Freightliner Diesel DRW Cab Chassis Gen Pwd Mod Type I 1 on International 4300LP
55. I 170 X 95 Ford E450 V 10 Gas NENNEN DDA43 _ MetroMedic III 170 X 95 Chevrolet G4500 Cutaway dU DDA44 MetroMedic MD 160 X 95 International Durastar 4300 W AirRide J DDA4S MetroMedic MD 160 X 95 Freightliner M2 W AirRide o y O DDA46 MetroMedic MD 170 X 95 International Durastar 4300 W AirRide J DDA47 MetroMedic MD 170 X 95 Freightliner M2 W AirRide DDA48 MetroMedic MD 170 X 95 International Terrastar W AirRide Jo DDA49 IramMedicll Ford ESs0 DDASO IramMedicll Cheverlot G Seirs DDASI IramMedicllFordTramit o ooo DDAS2 IramMedicll Mercedes Sprinter E Remounts See Section B p 8 Items 17 18 for specifics regarding Remount pricing DDEOI Remoumtony Typ DDEO Remomtony Tyell ooo DDEO3 Remoumtony MedumDuy T DDEO4 Remounton chassis Ford F 350 Typ T lt DDEOS _ Remount on chassis Ford F450 Type DDEOG Remoutonchasis ForE3S0 Type T DDEO7 _ Remount on chassis Ford E 450 Typelll DDEOS__ Remount on chassis Chevrolet C3800 Type SC DDE09 Remountonchassis Chevrolet G3500 Type M o DDEI0 Remountonchassis Chevrolet G4500 Type II y Page 2
56. II 166 Metro Express Ford E 450 Cut XL 6 8L V 10 Gas Odoo SA26 Type IN 166 Metro Express Chevy G 4500 Cut Express 6 6L Duramax Diesel SA27 Type III MSVII Ford E 450 Cut XLGSLV DGa OOS SA28 _ Type IIT MSVII Chevy G 4500 Cut Express 6 6L Duramax Diesel E Remounts See Section B p 8 Items 17 18 for specifics regarding Remount pricing SEU Remomtoy Tye CES SE02 Remowtony TyeHl O o o SEO3 Remoutonly MediumDuy SE04 Remount on chassis Ford F 350 Type SEOs Remount F 450 Type SSCS SEO6 Remoutonchasis ForE3SO Type III SEO7 _ Remount on chassis Ford E 450 Type III SEOS _ Remount on chassis Chevrolet C3800 Type SE09 _ Remount on chassis Chevrolet 63500 Type SE10 _ Remount on chassis Chevrolet 64500 Type SE11 __ Remount on chassis RAM B3500 Typel O SEI2 j Remountonchassis RAM B4500 Typel SEI3 __ Remount on chassis International 4300 Type SEI4 ___ Remount on chassis Terra Star Typel SEIS Remountonchassis Freightlinr M2 Typel T Medtec A Ambulance TAOL TypeTM IB amp FrdghnerM OOOO TA02 Type M170 Frightinerm3 SCS TA03 Type MB GE TA Type MOBILE TAOS Type 1 M 170
57. II BASE AMBULANCE REMOUNT KE03 CHEVY CC3500 4X2 DIESEL TYPE III BASE AMBULANCEREMOUNT KE04 CHEVY CK35004X4 DIESEL TYPE III BASE AMBULANCE REMOUNT KEOS KE06 _ FORD E450 GAS TYPE III BASE AMBULANCEREMOUNT KE07 _ FORD F350 4X2 DIESEL TYPE I BASE AMBULANCE REMOUNT KE08 _ FORD F450 4X2 DIESEL TYPE I BASE AMBULANCEREMOUNT KE09 JRAM 4500 4X2 DIESEL TYPE I BASE AMBULANCE REMOUNT Jo L ICS B Light Medium Rescue Vehicle Lgo S LRWA F9 Light RSQ amp ESU Ford F550 diesel 9 walk around alum body 7 Prvu compartments LBos CS LRWA RO Light RSQ amp ESU Ram 5500 diesel 9 walk around alum body 7 m compartments LBos SS LRWI GM9 Light RSQ amp ESU GM 4500 cutaway diesel 9 walk in alum body 6 comp amp u interior LBog CS MRWA F16 Medium RSQ amp ESU Ford F650 diesel 16 walk around alum body 9 S compartments ICS U SWAT F9 Deployment utility Ford E350 gas 9 steel body 6 compartments insulated MIKI LBOS AE interior HV AC benches w storage LB09 ICS U SWAT R9 Deployment utility Ram 4500 gas 9 steel body 6 compartments insulated L interior HVAC benches w storage Page 14 of 31 LB10 LB11 LB12 LB13 LB14 LB15 LB16 C Other Specialty Vehicle or Eguipment LCO1 LCO2 LC03 LCO4 LC05 LC06 LC07 LC08 LC09 LC10 LC11 LC12 LC13 LC14 LC15 LC16 LC17 LC18 LC19 LC20 LC21 LC22 LC23 ICS U SWAT GM9 Deployment utility GM 45
58. III AD Medic 163SE Chevy G4500 159 WB 14 200 GVW DRW Diesel Engine w Generator Type I Medic 142 Chevy C3500 Silverado 162 WB 13 200 GVW DRW Diesel Engine BR Type I Medic 146 Chevy C3500 Silverado 162 WB 13 200 GVW DRW Diesel Engine w Generator E Remounts See Section B p 8 Items 17 18 for specifics regarding Remount pricing REO1 RE02 RE03 RE04 REO5 RE06 REO7 RE08 RE09 REIO RE11 RE12 RE13 RE14 S Medix Remountonly Type e Remount only Type HI o Remount only Medium Duty S S O Remount on chassis Type I Ford F 35000 Remount on chassis Type I Ford F4450 LT S Remount on chassis Type I Chevrolet C3500 _ __ N y O Remount on chassis Type I Ram 3500 o S Remount on chassis Type I Ram 4500 LT S Remount on chassis Type I International 4300 Remount on chassis Type I Terra Star U Remount on chassis Type M Ford E 350 To Remount on chassis Type MI Ford E 450 o N Remount on chassis Type III Chevrolet G3500 __ o y Remount on chassis Type M Chevrolet G4500 o A Ambulance SA01 SA02 SA03 SA04 SA05 SA06 SA07 SA08 SA09 SA10 SA11 SA12 SA13 Type I Metro Expess 1SOLTD Ford F 350 SD 4x2 XLT 6 7L V 8 Diesel Jo o Type I Metro Expess 1SOLTD Ford F 350 SD 4x4 XLT 6 7L V 8 Diesel o o Type 1 Metro Expess 150LTD Chevy C 3500HD 4x2 Silverado 6 6L Duramax Diesel Type 1 Metro Expess 150LTD Chevy K 3500HD 4x4 Silverado 6 6L Duramax Diesel
59. 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 representative 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
60. ONSES DUE June 10 2014 1 00 p m CT H GAC Clock PUBLIC RESPONSE OPENING June 10 2014 2 00 p m CT H GAC Clock RECOMMENDATIONS TO BOARD August 19 2014 CONTRACT START DATE amp TERM October 1 2014 through September 30 2016 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 AM10 14 DO NOT OPEN IN MAIL ROOM Responses by E mail or FAX will not be acceptable Hard copies as described herein plus appropriate electronic media are reguired NOTICE REGARDING NATIONWID
61. Remount RAM 4500 4x2 Diesel Typell Page 10 of 31 FE33 FE34 FE35 FE36 FE37 G Ford Base Remout RAM 4500 2x4 Diesel BEL o Base Remount RAM 5500 2x4 Diesel Type o Base Remount International Temasar ED Base Remount Intemational 3068D SSCS Sd Base Remount Freighrliner NA EED SS C Other Specialty Vehicle or Equipment GCO1 GC02 GC03 H Frazer Disaster Rapid Response Truck on a Ford Transit Connect Chassis NEN Disaster responst Unit on a Ford Transit NEN Prisioner Transport on a Ford Transit Passenger Van EE C Other Specialty Vehicle or Eguipment HCO1 HC02 HC03 HC04 HC05 HC06 HC07 HC08 HC09 HC10 HC11 HC12 HC13 HC14 HC15 HC16 HC17 HC18 HC19 HC20 HC21 HC22 HC23 HC24 HC25 HC26 HC27 HC28 HC29 HC30 HC31 HC32 HC33 HC34 Urban Command Vehicle 8 on Chevrolet 2500 Gas SRW Crew Cablchasin Urban Command Vehicle 97 on Chevrolet C2500 Diesel SRW Crew CabiChassis d Urban Command Vehicle 9 on Chevrolet 3500 Gas SRW Crew Cab Chassis Urban Command Vehicle 8 97 on Chevrolet C3500 Diesel SRW Crew Cab Chassis _ rban Command Vehicle 8 9 on Ford F 350 Gas SRW SuperCab Chassis Jrban Command Vehicle 8 9 on Ford F 350 Gas SRW Crew Cab Chassis clielelele Urban Command Vehicle 897 on Ford F350 Diesel SRW SuperCab Chassin Urban Command Vehicle 8 9 on Ford F 350 Diesel SRW Crew Cab Chassis Urban Command Vehicle 8 9 on Dodge Ram
62. S For AMBULANCES EMS amp OTHER SPECIAL SERVICE VEHICLES Table Of Contents 1 PURPOSE Q SCOPE ESE SERE tne nicer uite linee eb ee Ge tenet ee br eg Pe 1 2 EQUIPMENT CATEGORIES amp PRODUCT CODES se ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee eene ee ee Re ee tenter Re ee ee 1 3 GENERAL REQUIREMENTS tiui ne BE ee ee Be idee eee 1 4 ABBREVIATIONS ACRONYMS amp DEFINITIONS ee se ee ee se ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee tenes 2 5 SAFETY INSPECTION AND LICENSES S sive be ike ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ese Ge ee 2 6 EQUIPMENT MANUFACTURER S SUPPORT ees ese ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee Re ee ee eer ee ee ee Re ee tenis 2 Je FACTORY TESTTING ertt er EE Se Ee RS De SEE Ge EE listes bte uite e ee 3 8 WARRANTY PERIOD EE SS Ee tton ite Get iet t e ea Utere Ge ee ee i oe eie 3 9 gt DELIVERY DOCUMENTATION tse ertet ette eret tetto EO a eee ER bt eet p oir greek 3 10 ELECTRICAL AND MECHANICAL REQUIREMENTS amp FEATURES eee 3 11 TRADE IN CREDIT zen mene nm Ge ee ee e este FI UM UE 4 12 STANDARDS ON BLOOD BORNE DISEASES ee ese ee ee ee ee ee ee ee ee ee ee ee ee entem eser tene ee entes ette ee sete tens eate nia 4 13 KKK A 1822F FEDERAL AMBULANCE SPECIFICATIONS ee ee ee se ee ee ee ee ee ee ee ee ee ennt ee ee ee ee ee ee 4 14 H GAC REQUIREMENTS MODIFICATIONS am
63. TRACTOR 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 SECTIOND THE SMART PURCHASING Buy 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 processing 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 U
64. Tema NU TA06 TypeIM I70 Ford 650 000 y TAO7 Type RI RAM SWEDE TA08 Type I R 172 Ford F650 N TA09 Type 1 M 168 RAM 4500 ED TAI _ Type 1M 168 Ford RAY TAL Type M150 Fod F450 OO ooo i SS TAI2 Type R 152 Ford F304 O o oo SSS TAI3 Type 1 M168 Chevy 3500HD 2WD_ BEE TAI4 Type M 168 Chevy 3500HD 4WD_ TAIS Type II M 168 GM 64500 Died TU TA16 _ Type Ill M 168 Ford ES Gas O O O o o o TA17 Type III M 156 GM 4500 Gas 0000000 y O TAIS _ Type I M 156 Ford E50 08 TA19 Type IITR 164 GM 4500 DRWDiesl Z TA20 Type II R 164 FordE4S0Gas MU TA2 Type IIT M 150 F350 DRW Ge Page 22 of 31 TA22 TA23 Type III M 150 GM G3500 DRW Diesel KA Type III R 146 Ford E 350 DRW Gas EEE U Neel Fire Protection B Light Medium Rescue Vehicle UBO1 JBO2 C C C C C C C C C C cC C Cc CcI c cI c SIE IS ISIS i ini jin bard kard land bd O o oc oc ec c NA R UIN e S Ol NI ISA An BI L o c SRQI 10 F 350 Ford 2 Door Cab V 10 Gas RWD Non Walk In Rescue Unit SRO2 10 F 350 Ford 2 Door Cab Diesel RWD Non Walk In Rescue Unit SRQ3 10 F 350 Ford 2 Door Cab V 10 Gas 4x4 Non Walk In Rescue Unit SRO4 10 F 350 Ford 2 Door Cab Diesel 4x4 Non Walk In Rescue Unit SROS 10 F 350 Ford CrewCab V 10 Gas 4x4 Non Walk In Rescue Unt SRO6 10 F 350 Ford CrewCab Dies
65. 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 May 9 2014 aa FINAL Page 4 of 9 AM10 14 Ambulances EMS amp Other Special Service Vehicles 4 Ambulance Industry Standards 3 1 5 1 Configuration A ALS All emergency medical service units shall comply with minimum configuration A ALS specifications Configuration 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 I amp III 10 100 II 9 000 I amp II AD 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 el
66. al Contract Provisions SOLICITATIONS OR A WARDS 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 52 NATIONWIDE SALES OPPORTUNITIES HGACBuy provides purchasing services to local governments gualifying 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 expected to expand the scope of its marketing effort to include sales to End Users in all areas of the United States and or to assign any H GAC contract to another contractor s as deemed appropriate by H GAC in the interest of its End Users e Contractor may sell through HGACBuy anywhere subject to compliance with applicable laws and regulations If the market structure in which Contractor operates reguires a contract assignment for any particular sale H GAC will expect 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 costs e g transportation amp delivery charges and allowances e g manufacturer s sales incentives related to any sale may be charged to buyer End of Section A GENERAL TERMS amp CONDITIONS Revised 12 03 09 Page 19 of 19 AM10 14 Ambulances EMS amp Other Special Service Vehicles SECTION B PRODUCT SPECIFIC REOUIREMENT
67. all options included 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 Thecontract shall include the following documents in the stated order of precedence 1st The contract document signed by H GAC and Offeror 2nd This Invitation and all specifications referenced herein 3rd Offeror s response to this Invitation 35 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 36 CONTRACT TERM The contract
68. altered in any way so as to affect its stability or to any product which has been subject to misuse negligence or accident f Offeror Contractor is encouraged to offer extended warranties as an option g Neither H GAC nor End User assume any warranty or liability on 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 22 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 23 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 Quant
69. assis ChieChiet XL Ford F450 Diesel Chasis Type BE20 _ Remounton Chassis Chief XL Intemational Tera Star Type1 BE26 Remount on Chassis Super Chief International Durastar Type I 169 Mod 102 CA fl ni BE27 Remount on Chassis Super Chief Freightliner M2 Type I 168 Mod 102 CA Hx BE28 _ Remounton Chassis FEA Ford E350 Gas Chasis Type NT 131 Module BE30 _ Remount on Chassis FEA Ford F450 Diesel Chassis Type 1131 Module BE31 _ Remounton Chassis SLFEA Ford E450 Gas Chassis Type ML 169 Module BE32 _ Remounton Chassis SLFEA Chevy 04500 Chassis Type I 169 Module BE33 Remounron Chassis SLFEA Ford F450 Diesel Chassis Type 1169 Module Page 6 of 31 BE34 BE35 BE36 Remount on Chassis LFEA Ford E350 Gas Chassis Type III 144 Module ed Remount on Chassis LFEA Chevy G3500 Chassis Type III 144 Module N Remount on Chassis LFEA Ford F450 Diesel Chassis Type I 144 Module C Braun Northwest A Ambulance CA01 North Star Type 1 Ford F350 4x4 Diesel Engine 147 L x 94 W x 72 HR je CA02 North Star Type 1 RAM 3500 4x4 Diesel Engine 147 L x 94 W x 72 HR N CA03 North Star Type 1 Chevrolet K3500 4x4 Diesel Engine 147 L x 94 W x 72 HR EE CA04 North Star Type 1 Ford F450 4x4 Diesel Engine 147 L x 94 W x 72 HR Po CA05 North Star Type 1 Ford F450 4x4 Diesel Engine 167 L x 94 W x 72 HR al CA06 North Star Type 1 RAM 4500 4x4 Diesel Engine
70. change 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 Installation Service Manual Emergency Medical Service Equipment and Units shall have all essential standard maintenance areas located to provide ease of access May9 2014 aaa FINAL Page 3 of 9 AM10 14 Ambulances EMS amp Other Special Service Vehicles 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
71. 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 Certification 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 Second Section e 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 e 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 Revised 12 03 09 Page 12
72. d 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 May9 2014 ee FINAL Page 5 of 9 AM10 14 Ambulances EMS amp Other Special Service Vehicles 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 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 4 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
73. d 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 Temperature Oil pressure 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 All catalogs must be identified name effective 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
74. d 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 controls B Installation Service Manual amp Schematics The Installation Service Manual shall describe proper Emergency Medical Service Equipment and Units installation procedures The 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 All drawings shall be 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 it
75. dard features operating characteristics etc for each Base Product Item offered Note Bidder shall supply a spec quote sheet for each product code bid on Form D These sheets should detail what features are included in bid unit the quoted on Form D 10 Form CIO 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 6 Complete Warranty Documentation for all Products offered EN 11 A Bid Proposal Bond or Cashier s Check in the amount of 3000 A percentage bond is NOT acceptable Not Required FORM D OFFERED ITEMS PRICING Procurement No AM10 14 Name oda Item Description Offered Co a Offeror may not change any desctiption or add items Price A American Emergency Vehicles A Ambulance AACI AA AA03 TYPE I FORD F450 TRAUMAHAWK 172 AA04 AA AA06 AA07 TYPE III FORD E350 TRAUMAHAWK 148 AOS AA09 TYPE III FORD E450 TRAUMAHAWK Z 5 164 E Remounts See Section B p 8 Items 17 18 for specifics regarding Remount pricing ET EF AEOS ET AEOS AEO AEN AEDS AE B Braun A Ambulance Express Type I Ford F 350 165 Wheelbase 68 Headroom 144 L Full Seam Welded Boot Module Sliding Side Door BA02 Express Type III Ford E 350 138 Wheelbase 68 Headroom 144 L Full Seam Welded Module Sliding Side Door BA03 Express Type III Chev G 3500 139 Wheelbase 68 Headroom 144 L Full Seam Welded Modu
76. ded 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 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 ARTICLE2 THE COMPLETE AGREEMENT The Contract shall consist of the documents identified below in order of precedence 1 The text 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 offered All 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
77. e 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 subcontractor 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 audi
78. e GRA RA GR Gee Ge ee ee ee ee ee ee 18 51 LEGAL amp CONTRACTUAL REMEDIES nennen 18 52 NATIONWIDE SALES OPPORTUNITIES ees sees sees se ee se ee se ee se ese see see ee ke ee ee eke ere Gee Ge ee se ee ee ee see ee 19 1 INTRODUCTION The Houston Galveston Area Council H GAC is a Government to Government procurement service for States State Agencies Local Governments Districts Authorities and qualifying 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 contract 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
79. edes Sprinter 3500HC diesel van 11030 GVWR 23 feet approximate length IC02 8 0kW diesel generator ICO3 EOD K9 Ford F 450 king cab chassis 4x4 22 feet approximate length EN C 25 F 750 26 000 2X4 GVWR 25 feet approximate length Modular aluminum body IC04 8 0kW diesel generator IC05 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 33 000 GVWR 30 feet approximate length Modular aluminum body 20kW diesel generator C 33 SWAT Ford F 750 chassis 26 000 gvwr 33 feet approximate length Modular aluminum IC07 A body 15kw diesel generator C 35 Freightliner M2 106 33 000 GVWR 35 feet approximate length Modular aluminum IC06 18 body 20kW diesel generator C 40 Freightliner M2 106 54 000 GVWR 40 feet 9 inches approximate length Modular IC09 aluminum body 20kW diesel generator IC10 C 42T X Custom Trailer 42 foot body Modular aluminum body 1 slideout 56kW diesel generator ICH C 53TX Custom Trailer 53 foot body Modular aluminum body 1 slideout 56kw diesel generator J General Truck Body C Other Specialty Vehicle or Equipment JCO1 RCV Response Command Vehicle 8FT F250 Reg Cab 4x2 JC02 T REX F350 Reg Cab 9FT Walk Around Rescue Extraction C03 Rapid Response Vehicle 10FT Ford F 550 Aluminum body 1 work station w
80. ee ee ese eene ene Gee bee see ee TEXAS MOTOR VEHICLE COMMISSION CODE amp LICENSING eene INTENT AND SCOPE OF SPECIFICATIONS viici ticsite eene ee ee se ee se ee se ee ee ee ee nest ee ee ee REQUIREMENTS APPLICABLE TO PHYSICAL GOODS ee sees sees sees ee ee se ee se ee se ese ese ee ee ge ee ee ee ee ee ee PRODUCT CODES EE RE MEE EE EE N SPECIFIC DESCRIPTIVE REFERENCES MANUALS enep Br STANDARD FEATURES amp OPTIONS eise ese se ske ke eterne see arnee r es WARRANTIES SALES amp SERVICE u ana 10 H GAC ORDER PROCESSING CHARGE 5 se ee se ee se ee se ee se ese ee ee ge ee ee ee ee ee ee ee ee Ge ee Ge ee se ee ee ee see ee 10 PRE PAYMENTS AND DISCOUNTS reiron see see se ee se ee se ee se ee se ee poene poda sake sta i oseke Gee Gee ee se ee ee ee ee ee 10 INSPECTION TESTING iue ERE AA OO AE OES 11 PRODUCT DELIVERY M EORR 11 OFFERED PRODUCT ITEM VARIANCES 4 sees sees se ee se ee se ee se nennen nennen ee ee ee ee ee enne tne se ee ee ee see ee 11 REQUIREMENTS FOR SUBMISSION OF A RESPONSE ese see ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ese ee ee ge ee 11 CLARIFICATION TO SPECIFICATIONS amp REQUIREMENTS see ese ese ee ee ee ee eene 13 INCONSISTENT INFORMATION ee see ees see see see see se ee ee ee Se a Re ene GRA Gee Gee E ee ee ee ee o tren 13 REJECTION OF RESPONSES 2 22 2002 25 Ben e e tpe ep dt ge Susi Ee EIER 13 WITHDRAWAL OR MODIFICATION OF RESPONSES ee see
81. el 4x4 No Walk In Rescue Unit SRO7 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 In Rescue Unit SRO9 12 F 550 Ford CrewCab Diesel 4x4 Non Walk In Rescue Unit_ ISRQIO 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 LRO2 16 Ford F 650 CrewCab 16 Non Walk In Rescue Unit To LRO3 16 F650 2 Door Cab 16 Walk In Rescue Unit LRO4 16 Ford F650 CrewCab 16 Walk In Rescue Unit LROI 16 International 2 Door Cab 16 Non Walk In Rescue mit ILRQ2 16 KW 2 Door Cab 16 Non Walk In Rescue Unit LRO3 16 International 2 Door Cab 16 Walk In Rescue Unit LRO 16 KW 2 Door Cab 16 Walk In Rescue Unit y SROTI 10 F 550 Non Walk In Small Rescue Unit o O E V Nevada Pacific Fire amp Safety Inc B Light Medium Rescue Vehicle VBO1 VBO2 VB03 VB04 VB05 W Odyssey Ford F 550 6 4 L Engine 17 950 GVWR 176 Wheelbase with Aluminum and copolymer polypropylene rescue body Ford F 350 6 8L V10 Gasoline Engine 11 500 GVWR 138 Wheelbase with Aluminum and copolymer polypropylene rescue body Chev G 3500 6 0 L Engine 12 3004 GVWR 139 Wheelbase with Aluminum and ME copolymer polypropylene rescue body Chevy G 4500 6 6 L Engine 14 2004 GVWR 159 Wheelbase with Aluminum and NI copolym
82. elivery charges must be stated in the Response on Form E Any freight shipping or delivery charged to End User will be prepaid and added to the invoice 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 particular 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 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 26 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 o
83. elp 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 separate hard sided 3 ring binder 2 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 Forms D amp E are to be provided in an excel format 3 All required Form A s have been submitted with the bid package Dealer Mfg Converter amp Texas Commercial Chassis vehicle dealers where applicable 4 The required list of References 5 A complete description of Offerors Service Organization detailing support locations hours personnel and parts service availability 7 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 8 If offer includes motor vehicles to be sold in Texas copies of all current licenses as required by the Texas Motor Vehicle Commission Code ambulance converter and trailer licenses where applicable 9 The manufacturer s latest Specification Documents detailing stan
84. ement 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 3 7 1 Electrical System On type I amp III generator powered 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
85. ems 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 be 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 All Emergency Medical Service Equipment and Units electrical components should be of plug in modular design The plating material on circuit board edges where plug in contact is made shall provide maximum reliability All Copper traces on circuit boards shall be covered with protective materials which provide both isolation and non conductivity C Equipment Inter
86. epted if the reguest to do so is in writing submitted by Offeror s authorized representative 32 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 If the 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 33 ORDER OF 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 34 AWARD OF CONTRACT a H GAC reserves the right to accept or reject any Product Item or option offered Additionally
87. 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 A 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 disability 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
88. er std cab gas 8 bed cap rear pull out equipment unit ICS VAN CS F1 Crime Scene Van Ford Transit 2500 gas insulated cabinets scene lighting ICS VAN CS GMI Crime Scene Van GM 2500 gas insulated cabinets scene lighting ICS VAN CS S1 Crime Scene Van Sprinter 2500 diesel insulated cabinets scene lighting ICS VAN CS N1 Crime Scene Van Nissan NV 2500 gas insulated cabinets scene lighting ICS VAN PT F1 Prisoner Transport Van Ford Transit 2500 gas insulated seating CS VAN PT GMI Prisoner Transport Van GM 2500 gas insulated seating ICS gas i ICS VAN PT S1 Prisoner Transport Van Sprinter 2500 diesel insulated seating ICS VAN PT N1 Prisoner Transport Van Nissan NV 2500 gas insulated seating ICS VAN SURV F1 Surveillance Van Ford Transit gas insulated Cameras recorder HVAC Page 15 of 31 LC24 ICS VAN SURV GMI Surveillance Van GM van gas insulated Cameras recorder HVAC ICS VAN SURV S1 Surveillance Van Sprinter 2500 diesel insulated Cameras recorder LC25 HVAC ICS VAN SURV NI Surveillance Van Nissan NV 1500 gas insulated Cameras recorder LC26 HVAC LC27 ICS BOX CCI F1 Command Communication Investigation Ford F550 gas 12 commercial body LC28 ICS BOX CCI R1 Command Communication Investigation Ram 5500 gas 12 commercial body LC29 ICS BOX CCI Il Command Communication Investigation International gas 16 commercial body LC30 ICS BOX CCI FL1 Command Communicat
89. er polypropylene rescue body Ford F 450 6 0 L Engine 14 500 GVWR 158 Wheelbase with Aluminum and copolymer polypropylene rescue body A Ambulance WAO1 WAO2 WA03 Type I Express Series Ford F350 12 aluminum body N Type II Express Series Ford E350 Cargo Van EE Type III Express Series Ford E350 12 aluminum body N B Light Medium Rescue Vehicle WBO1 WB02 WBO3 WBO4 RSO ERU F9 Emergency Response Unit amp ESU Ford F550 diesel 9 walk around alum body 7 compartments RSO WIR F9 Walk in rescue Ford F550 diesel 9 alum body 6 compartments insulated interior RSQ WIR F16 Walk in rescue Ford F650 16 alum body 6 compartments insulated interior RSQ ERU F16 Emergency Response Unit Ford F650 diesel 16 walk around alum body 7 compartments Page 23 of 31 WB05 WB06 WB07 UTIL DP F1 9 Deployment utility amp ESU Ford E350 gas 9 steel commercial body insulated HV AC benches w storage RSQ ERU Il8 Emergency Response Unit amp ESU International diesel 18 walk around alum body 7 compartments RSQ WIR I18 Walk in rescue International diesel 18 alum body 6 EE compartments insulated interior C Other Specialty Vehicle or Equipment WCO1 WC02 WC03 WCO4 WC05 WC06 WC07 WC08 WC09 X Osage SUV C S Command SUV Chevrolet Suburban 4x4 rear command center console emergency lighting SUV IO S1 Interoperability SUV Chevrolet Suburban 4x4 com
90. erative Purchasing web site where additional information can be found If you have any questions please contact H GAC for assistance 50 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 51 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 2 Appropriate identification of the p
91. ercent 25 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 21 WARRANTIES SALES amp SERVICE Unless 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 b Offeror shall provide detailed Parts and Labor Warranty information with the Response If Offeror submits a 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
92. ered 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 product 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 B HISTORICALLY UNDERUTILIZED BUSINESS ENTERPRISES Procurement No AM10 14 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 HUB subcontractors employed by primary contractors e
93. esent 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 The 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 appointed the Hearing Officer shall conduct a 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 a 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 but not limited to those referenced in the Gener
94. g 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 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 Revised 12 03 09 Page 8 of 19 d Selection of Product Codes for which to submit an offer is at Offeror s sole discretion 18 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 19 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 op
95. gation 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 GA C 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 harmless H GAC its board members officers agents officials employees and indemnities from any and all claims costs expenses including reasonable attorney fees actions
96. ges 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 SECTIOND THE SMART PURCHASING Buy 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 or 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 th
97. ghtliner MT 45 Mobile Command Unit MSV CC 2000 24 Freightliner MT 55 Mobile Command Unit MSV CC 2000 30 Freightliner MT 55 Mobile Command Unit IMSV EOD 1000 16 Ford F550 Bomb Vehicle oS IMSV EOD 3000 23 Freightliner M2 Bomb Vehicle PO IMSV EOD 3000 26 Freightliner M2 Bomb Vehicle o MSV EOD 2000 22 Freightliner MT 45 Bomb Vehicle MSV EOD 2000 26 Freightliner MT 55 Bomb Vehicle MSV SWAT 2000 22 Freightliner MT 45 SWAT MSV SWAT 200026 Frighlinr MT 55 SWAT IMSV SWAT 3000 102 22 Freightliner M2 SWAT o IMSV SWAT 3000 102 24 Freightliner MZ SWAT o MSV HNT 3000 24 Freightliner M2 Hostage Negotations Vehicle MSV BAT 2000 22 Freightliner MT 45 DUI Processing Vehicle IMSV BAT 2000 26 Freightliner MT 55 DUI Processing Vehicle MSV BAT 3000 24 Freightliner M2 DUI Processing Vehicle o MSV BAT 4000 102 40 Thomas DUI Processing Vehicle MSV BAT 5000 102 40 Freightliner XC DUI Processing Vehicle IMSV BAT 5000 102 45 Freightliner XC DUI Processing Vehicle EC IMSV MORGUE 3000 102 Freightliner M2 Mobile MorguEvac MSV MORGUE 4000 102 Thomas Mobile Morue Eve MSV DECON 6000 Mass Decontamination Shower Trailer Q MBF Industries Inc C Other Specialty Vehicle or Equipment 0C01 QC02 QC03 QC04 QC05 QC06 QC07 QC08 QC09 QC10 OC11 OC12 MCC 53CT 01 53 Custom Heavy Duty Mobile Command Trailer with 3 slide outs N MC
98. hall 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 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 complete and sign a separate Form A to be included in the single Response 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
99. hall 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 All parties agree that should any provision of this Contract 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
100. i tunderutilized members of the business community receive a fair share of public spending The term HUB as used herein shall be 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 reguire that companies claiming HUB status be reviewed and confirmed as meeting certain minimum requirements 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 HUB DBE MBE WBE Other EE 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 C RESPONSE CHECKLIST Procurement No AM10 14 Title Ambulances EMS amp Other Special Service Vehicles Offeror This FORM is provided to h
101. imum of 1 year against defects in materials workmanship and performance 22 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 23 RESCUE UNITS Units shall be in accordance with the latest revision of NFPA 1901 The rescue vehicle chassis rescue body equipment rescue accessories and electronic equipment to be delivered under this contract shall be standard commercial products tested and certified to meet this specification The vehicle shall comply with all Federal Motor Vehicle Safety Standards FMVSS and United States regulations applicable or specified for the year of manufacturer 24 AWARDS Consistent with Texas bid award statutes for each specific Form D line item H GAC will recommend a single award to the lowest responsible Offeror Once approved by our Board of Directors Offerors will be notified of H GAC management s final award recommendations by email and then followed by a final formal signature request from our Contracts group Specifications prepared by Houston Galveston Area Council Cooperative Purchasing Program This is the end of the Section B May9 2014 aaa FINAL Page 9 of 9 HGACBuy SECTION C H GA
102. ing 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 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 17 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 offerin
103. 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 GAC 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 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 offe
104. ion Investigation Freightliner gas 16 commercial body LC31 ICS SV CCI F1 Command Communication Investigation Step Van gas 18 aluminum body LC32 LC33 LC34 LC35 LC36 ICS TRL COM Command amp Communications trailer work stations HVAC 120 VAC power LC37 ICS TRL SCT OSPREY RAVEN Satellite Connectivity Trailer generator 161 L x 87 W x 75 H LC38 ICS VTR Vehicle Technical Retrofit LC39 ICS TRL RHB Rehab trailer benches galley HVAC 120 VAC power LC40 ICS TRL DECON Decon trailer male female four station HVAC plumbing 120 VAC power LC41 ICS TRL MCI Trailer rear ramp shelving storage bins equipment M LDV C Other Specialty Vehicle or Equipment GVWR Gas chassis with a 13 load space 2 with a 13 load space SS28EEQ 10SV 28 Equipment EOD S WAT DIVE MCC Vehicle on a Freightliner MT 55 MC03 25 500 Ib GVWR diesel chassis with spring rear suspension hydraulic brakes and a 18 load space stepvan MC04 SS34FC 10SV 34 Mobile Command Center on a Freightliner MT 55 26 000 Ib GVWR diesel chassis with Air Ride Suspension Hydraulic Brakes and a 24 load space stepvan MC05 SS36FC 10SV 36 Mobile Command Center on a Freightliner MT 55 26 000 Ib GVWR diesel chassis with Air Ride Suspension Hydraulic Brakes and a 26 load space stepvan MC06 SS40FC1S 10CC 40 Mobile Command Center with 1 slideout on a Freightliner M2 106 33 000 Ib GVWR diesel chassis with air ride suspension air brakes and a 30 load space MC07
105. irements 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 May9 2014 aaa FINAL Page 7 of 9 AM10 14 Ambulances EMS amp Other Special Service Vehicles Radial tires with highway tread Spare tire and wheel as above Chrome front bumper OEM Exterior 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 deman
106. irmation 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 GAC 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 Revised 12 03 09 Page 15 of 19 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 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 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 an H GAC contract such invoice shall be forwarded to Contractor and Contractor will take action to correct the error Upon delivery of any product service by Contractor and accep
107. ity 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 shall be clearly shown on the Contract Pricing Worksheet Revised 12 03 09 Page 10 of 19 24 INSPECTION TESTING All 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 25 PRODUCT DELIVERY Unless otherwise addressed in Section B the following requirements shall apply a Title to goods and responsibility and liability for loss and or damage in shipping 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 Contractor will be paying for shipping delivery shipping terms must be F O B Destination Freight Prepaid If End User will be paying for shipping delivery shipping terms must be F O B Destination Freight Collect b The details for the application and calculation of shipping and d
108. le Sliding Side Door BA04 Responder Type III Freightliner Sprinter 144 Wheelbase 72 Headroom 150 L Full Seam Welded Module Sliding Side Door BAOS Signature Series Express Type III Ford E 350 138 Wheelbase 68 Headroom 150 L Full Seam Welded Module Sliding Door BA06 Signature Series Express Type III Chevy G 3500 139 Wheelbase 68 Headroom 150 L Full Seam Welded Module Sliding Side Door BA07 Signature Series Express Type I Ford F 350 165 Wheelbase 68 Headroom 150 L Full Seam Welded Module Sliding Side Door BAOS Liberty Type I RAM 4500 168 Wheelbase 72 Headroom 156 L Full Seam Welded Module Sliding Side Door BA09 Liberty Type I Ford F 450 165 Wheelbase 72 Headroom 156 L Full Seam Welded Module Sliding Side Door BA10 Chief XL Type III Chev G 4500 159 Wheelbase 72 Headroom 169 L Full Seam Welded Module Sliding Side Door BA11 Chief XL Type III Ford E 450 158 Wheelbase 72 Headroom 169 L Full Seam Welded Module Sliding Side Door Page 5 of 31 BA12 Chief XL Type I Ford F450 189 Wheelbase 72 Headroom 169 L Full Seam Welded Module Sliding Side Door Chief XL Type I RAM 4500 168 Wheelbase 72 Headroom 169 L Full Seam Welded BA13 e Module Sliding Side Door Chief XL Type I International Terra Star 72 Headroom 169 Full Seam Welded Module BA14 Kr Sliding Side Door BA15 Super Chief Type I Mediu
109. ll 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 must 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 can be included in the manufacturing options Form E All units are to be bid with ALS Configuration compliance Offerors may offer a CREDIT on FormE for End User Agency choice of a BLS Configuration as an option as well 14 H GAC REQUIREMENTS MODIFICATIONS amp ENHANCEMENTS TO KKK A 1822F H GAC required additions for new ambulances 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
110. m Duty International Durastar 73 Headroom 175 Wheelbase 170 L Full Seam Welded Module Sliding Side Door Super Chief Type I Medium Duty Spartan MetroStar 73 Headroom 162 Wheelbase Bate 170 Full Seam Welded Module Sliding Side Door BAI7 Super Chief Type I Medium Duty Ford F 650 73 Headroom 182 Wheelbase 170 Full Seam Welded Module Sliding Side Door Super Chief Type I Medium Duty Freightliner M2 73 Headroom 174 Wheelbase 170 BA18 L Full Seam Welded Module Sliding Side Door BA19 Patriot Type I Medium Duty Spartan Metro Star 73 5 Headroom 185 Wheelbase 49 170 L Full Seam Welded Module Sliding Side Door E Remounts See Section B p 8 Items 17 18 for specifics regarding Remount pricing BER RenouOnly Typel SOS BEO2 Remount Only Type SOS _ BE03 _ RemountOniy Medium Duy Sid BEM Remount on Chassis Express Module Ford E350 Gas Chassis Type BE0S _ Remounton Chassis Express Module Chevy 03500 Chassis Type BE06 Remount on Chassis Express Module Ford F350 Diesel Chassis el BE07 Remount on Chassis Express Module Ram 3500 Chassis Type BE0S Remounron Chassis Express Module Ford E350 Gas Chassis Type I Narrow Mod BE09 Remount on Chassis Raider Module Ford E450 Gas Chasis Type BEIO Remount on Chassis Raider Module Chevy G4500 Chassis Type ME BEIS _ Remounton Ch
111. 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 f 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 g Bysubmission of a response Offeror expressly understands and agrees that all terms and conditions herein will be part of any subsequent contract that is executed pursuant to this Invitation h Offeror is advised that all H GAC contracts are subject to the legal requirements established in any applicable Local State or Federal statute i Offeror Contractor must be in compliance with all licensing permitting registration and other applicable legal or regulatory requirements imposed by any gove
112. munications center antenna array 120 VAC power SUV H S1 Medical SUV Chevrolet Suburban 4x4 rear medical temperature controlled storage console emergency lighting PU C C1 Response pickup Chevrolet 3500 std cab diesel 8 bed commercial cap rear pull out equipment and command unit VAN CS C1 Response Van Chevrolet 3500 gas insulated cabinets amp storage 120 volt power emergency lighting VAN IO C1 Interoperability Van Chevrolet E350 ext gas insulated communications center antenna array 120 VAC power VAN PT C1 Prisoner transport Chevrolet E350 ext gas insulated prisoner D transport system VAN SV CI Surveillance van Chevrolet 3500 ext gas IP system with WAN periscope onboard and remote cameras VAN MO SP Mobile office van Freightliner Sprinter 3500 ext diesel insulated cabinets desks 120 volt power A Ambulance XA01 XA02 XA03 XA04 XA05 XA06 XA07 XA08 XA09 XA10 XA11 XA12 XA13 XA14 XA15 XA16 XA17 Type I Warrior Ford F350 Type I Warrior Ford F 450 Qx2 o S Type I Warrior Ford F 450 4x4 o N International Super Warrior o S Freightliner Super Warrior o S y Ford Travois Type E 350 0 Chevy Travois Type 13500 o Ford Brave Type M E 350 To Chevy Brave Type 13500 Ford Warrior Type E3500 Ford Super Warrior Type IT E 450 dU Type I Warrior RAM 3500 2x2 S S Type I Warrior RAM 4500 Type I Super Warrior RAM 4500 2x2 o Type M Warrior GMC G3500 o o Type III Super Wa
113. n 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 Revised 12 03 09 Page 16 of 19 46 CONTRACT ITEM CHANGES a Ifa 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 interest
114. nce 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 specifically 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
115. nd reinstallation of the body only Note Remounting Services are to be performed by an authorized dealer remounter Any specific certifications or warranties that may be requested by an end user regarding remounts is the end users responsibility and shall be negotiated between the end user and the supplier contractor when services are quoted 19 REFURBISHED SERVICES Refurbishing parts services are to be bid as published options on Form E These published options are available for purchase by members separately and independently from associated base line items The cost cannot exceed 50 000 00 If quoting refurbishing services where the price exceeds 50 000 00 it must be tied to a base bid line item Remounts listed on Form D 20 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 21 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 All emergency vehicles chassis modular body equipment devices accessories and electronic equipment delivered under this contract shall carry the manufacturers standard warranty for a min
116. nses 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 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 12 HISTORICALLY UNDERUTILIZED BUSINESS HUB PARTICIPATION a To 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 13 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 cont
117. nt on chassis Ford F 350 4 x 4 Cab Chassis PSAI Emerald Remount on chassis Ford F 350 4 x 4 Cab Chassis PSAI Ruby Remount on chassis Ford F 450 Cab Chassis PSAI Emerald Remount on chassis Ford F 450 Cab Chassis PSAI Ruby Remount on chassis Ford F 450 4 x 4 Cab Chassis PSAI Emerald Remount on chassis Ford F 450 4 x 4 Cab Chassis PSAI Ruby Remount on chassis Ford E 350 RV Cutaway Chassis PSAI Emerald Remount on chassis Ford E 350 RV Cutaway Chassis PSAI Ruby Remount on chassis Ford E 450 RV Cutaway Chassis PSAI Emerald Remount on chassis Ford E 450 RV Cutaway Chassis PSAI Ruby Remount on chassis Chevrolet 3500 HD Cab Chassis PSAI Emerald Remount on chassis Chevrolet 3500 HD Cab Chassis PSAI Ruby Remount on chassis Chev 3500 HD 4 x 4 Cab Chassis PSAI Emerald Remount on chassis Chev 3500 HD 4 x 4 Cab Chassis PSAI Ruby Remount on chassis Chev G 3500 Cutaway Chassis PSAI Emerald Remount on chassis Chev G 3500 Cutaway Chassis PSAI Ruby Remount on chassis Chev G 4500 Cutaway Chassis PSAI Emerald Remount on chassis Chev G 4500 Cutaway Chassis PSAI Ruby Remount on chassis RAM 3500 Cab Chassis PSAI Emerald Remount on chassis RAM 3500 Cab Chassis PSAI Ruby Remount on chassis RAM 4500 Cab Chassis PSAI Emerald Remount on chassis RAM 4500 Cab Chassis PSAI Diamond Remount on chassis International 4300 Cab Chassis PSAI Diamond Remount on chassis Internat
118. of Mechanical Engineers CFR U S Code of Federal Regulations DOJ U S Department Of Justice DOT U S Department Of Transportation Revised 12 03 09 Page 3 of 19 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 VTCS 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 considered 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 s
119. ons for non eguipment 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 Ouantity or Special Discounts Extended Training Classes etc Published amp Unpublished Options a H GAC Cooperative 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 RFP Response 1 To be a Published Option 2 To be part of any awarded contract and 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 p
120. p ENHANCEMENTS TO KKK A 1822F 4 15 MINIMUM CAB CHASSIS SPECIFICATIONS FOR AMBULANCES ee ee ee ee ee se ee ee ee ee ee ee ee ee ee ee ee 7 16 OPTIONS AND ACCESSORIES FOR AMBULANCES ee ee ee ese ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee ee eret 8 17 REMOUNT SERVICESONI YS 2 A ORE Be RR eere ui ak ee ae read eu ee eisen 8 18 REMOUNT ON CONTRACTOR SUPPLIED CHASSIS ese ese ees ee ee ee ee ee ee ee ee ee ee ee ee ee nnne enters sette ness ena 9 19 REFURBISHED SERVICES Ee es S00 SE RE bs buck oss nre c ee sul san air wastes Dee ee ee EE De 9 20 OPTIONS amp ACCESSORIES FOR VEHICLES OTHER THAN AMBULANCES eee 9 21 REQUIREMENTS FOR EQUIPMENT OTHER THAN AMBULANCES eee eene 9 22 COMPETITIVE PRICING Rete eb Ee Ee oV E ER PE EOM P ee UO MI GDE E TVORE erre awh Eee POE ERG 9 23 RESCUE UNITS nere eene a eu EG i ee Ede 9 24 AWARDS SEE nana RU Qu Ia Ee 9 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
121. 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 exclusive control and supervision of CONTRACTOR CONTRACTOR is solely responsible for employee payrolls and claims arising therefrom ARTICLE 6 END USER AGREEMENTS H GAC acknowled
122. pecific page and paragraph in question If there are multiple questions they should be stated separately and numbered b Any interpretation of Invitation documents if made will be by written Addendum duly issued A copy of such Addendum will be mailed or delivered to each person officially on record as having been sent a copy of this 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 All 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 29 INCONSISTENT INFORMATION H G
123. pening 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 h Submission of a COMPLETE Response by telegraphic or electronic transmission is not acceptable However Responses may be modified by telegraphic or electronic notice if such notice is received prior to the deadline for submission i 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 j Offeror shall provide firm contract pricing for all Products and Options being offered k 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 l 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 m 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
124. pon 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 In no event shall H GAC have any liability to CONTRACTOR for any goods or services an END USER procures from CONTRACTOR ARTICLE 20 LIOUIDATED 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 10 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
125. 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 may be required under any the
126. 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
127. r EXCEEDS the specifications and requirements of this Invitation 27 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 showing this Invitation No Offeror Name and either Original or Copy as applicable The 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 b The Original and the Copy shall be submitted complete except that the Electronic Media should be submitted only with the Copy c All 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 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 d The entire
128. r 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 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 II and III 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 lbs 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 requ
129. r to an emergency or disaster area Ford F550 Reg Cab Diesel m Page 13 of 31 DAV Disaster Assessment Vehicle designed to asses an emergency or disaster situation from DPU Disaster Power Unit 11FT Compartment body with generator power and hook ups qus designed to power up a command station or medical unit within a disaster area Ford F550 Reg mU ETAU Emergency Transport Aid Unit 12FT Temperature controlled body w roof mounted ICI A C compartments and bench seating to move and provide aid to emergency personnel from the EE EPEU Emergency Patient Evacuation Unit 12FT Temperature controlled body with wall CEU Cadaver Evacuation Unit 12FT Refrigerated to morgue level designed to remove or Jes provide storage for disaster fatalities Ford F550 Reg Cab EG K Horton A Ambulance KAO1 TYPELFORDF350 300SERIES lo KA02 TYPELFORDFE350 PE149 N KA03 _ TYPE I FORD F350 MODEL43 0 O KA04 TYPE I FORD F350 MODEL 453 N KA0S TYPE I FORD F450 MODEL 457 KA06 _ TYPE I FORD F450 MODEL 6057 KA07 TYPE I FORD F450 MODEL 6230 KA08 _ TYPE III FORD E350 300 SERESETTTI N KA09 TYPE III FORD E450 PE53 N KA10 TYPE II FORD E350 MODEL43 N KAM TYPE III FORD E350 MODEL53 KAI2 TYPE II FORD E450 MODEL 533 dU KA13 TYPE III FORD E450 MODEL SELL N E Remounts See Section B p 8 Items 17 18 for specifics regarding Remount pricing KEO1 GM G3500 DIESEL TYPE III BASE AMBULANCEREMOUNT Jo KE02 GM G4500 DIESEL TYPE I
130. racts 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 Revised 12 03 09 Page 7 of 19 14 TEXAS MOTOR VEHICLE COMMISSION CODE amp LICENSING 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 A from a licensed Texas Motor Vehicle Dealer 15 INTENT AND SCOPE OF SPECIFICATIONS a The intent of the
131. response submission shall also be submitted on electronic media including all required H GAC FORMS 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 copies of the blank FORMS Signatures are not required on the electronic FORMS e 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 Revised 12 03 09 Page 11 of 19 f 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 g 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 o
132. rnmental 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 j Unless otherwise established elsewhere in this Invitation NO minimum purchase quantities or spending levels are provided or guaranteed by H GAC or any End User k This Invitation is not meant to restrict competition but rather is intended to allow for a wide range of responses l 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 m The term Offeror or derivative thereof shall become synonymous with Contractor for any successful Offeror recommended for a contract pursuant to this Invitation n 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 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
133. rocurement being guestioned 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 in 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 Revised 12 03 09 Page 18 of 19 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 All interested parties will be given written notice of the date time and place of the hearing and an opportunity to pr
134. rrior GMC 4500 GMC Brave Type 3500 E Remounts See Section B p 8 Items 17 18 for specifics regarding Remount pricing XEO01 XE02 XE03 XE04 XE05 Remount only Type I Remount only Type mL Remount only Medium Duty LI e O Remount on chassis Type I Ford 350 Remount on chassis Type I Ford F 45000 Page 24 of 31 XE06 XE07 XE08 XE09 XE10 XE11 XE12 XE13 Y Oshkosh Remount on chassis Type I Chevrolet C3500 dP Remount on chassis Type T Ram 3500 dP Remount on chassis Type I Ram 4500 LT o Remount on chassis Type I International 4300 Remount on chassis Type III Ford E 350 Remount on chassis Type III Ford E 450 dP Remount on chassis Type NI GMC G3500 dP Remount on chassis Type M GMC SL C Other Specialty Vehicle or Equipment YCO1 Oshkosh Defense Tactical Protector Vehicle TPV high mobility protected tactical vehicle NIJ Level 4 Z Peach State E Remounts See Section B p 8 Items 17 18 for specifics regarding Remount pricing ZEO1 ZE02 ZE03 ZE04 ZE05 ZE06 ZE07 ZE08 ZE09 ZE10 ZE11 ZE12 ZE13 ZE14 ZE15 ZE16 ZE17 ZE18 ZE19 ZE20 ZE21 ZE22 ZE23 ZE24 ZE25 ZE26 ZE27 ZE28 ZE29 ZE30 ZE31 ZE32 AA Pierce PSAI Ruby Remount Only oo S PSAI Emerald Remount Only oS S PSAI Diamond Remount Only SS S PSAI Ruby Remount on chassis Ford F 350 Cab Chassis PSAI Emerald Remount on chassis Ford F 350 Cab Chassis PSAI Ruby Remou
135. 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 Manufacturer s Dealer s code number If no Manufacturer 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 Revised 12 03 09 Page 9 of 19 b Offeror is encouraged to include opti
136. s of End Users at its sole discretion b Ifa 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 c Ifa 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 is 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 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 47 FORCE MAJEURE If either party shall
137. sed 12 03 09 Page 2 of 19 Contract Pricing Worksheet The standard H GAC form to by used by Contractor in preparing a guotation 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 tested 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
138. shall be in effect throughout the period stated elsewhere in the contract documents and thereafter until such time as any outstanding orders against the contract have been fulfilled The 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 37 PERFORMANCE amp PAYMENT BOND H GAC s contractual requirements DO NOT include a Performance amp Payment Bond PPB and offered pricing should reflect this cost saving However Contractor must be prepared to offer a PPB to cover any specific order if so requested by End User Contractor shall quote a price to End User for provision of any requested PPB and agrees to furnish the PPB within ten business 10 days of receipt of End User s purchase order Revised 12 03 09 Page 14 of 19 38 CHANGE ORDERS End Users shall have the right to make additions by addenda for the purpose of clarification or inclusion of additional specifications gualifications 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 39 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 40 PUBLICITY
139. sis BBB11 Walk Around with Upper Storage 14 6 Rescue International Chassis J BBB12__ Walk Around with Upper Storage 16 3 Rescue International Chassis J BBB13 Walk Around with Upper Storage 18 9 Rescue International Chassis J O Z O BBB14 Walk Around with Upper Storage 20 Rescue International Chassis BBB15 Walk Around with Upper Storage 22 4 Rescue International Chassis J Z Page 26 of 31 BBB16 BBB17 BBB18 BBB19 BBB20 BBB21 BBB22 BBB23 BBB24 BBB25 BBB26 BBB27 Walk Around with Upper Storage 25 Rescue International Chassis Walk Around with Upper Storage 25 Rescue Spartan Chassis Sooo WalkAround 12 6 Rescue Ford Chasis SSCS Walk Around USAR 22 4 Rescue Spartan Chassis anl Walk In Front Crew Cab 25 Rescue International Chassis Walk In 16 3 Rescue International Chassis i Walk In 22 4 Rescue International Chassis S o Walk In 25 Rescue International Chassis TU Walk In 18 97 Rescue Spartan Chassis Walk In 20 Rescue Spartan Chassis Walk In 22 4 Rescue Spartan Chassis Walk In 25 Rescue Spartan Chassis m U E Remounts See Section B p 8 Items 17 18 for specifics regarding Remount pricing BBEDI BBE02 Remount Only Type III BBE03 Remount only Medium Duty BBE04 Type III Remount to Ford E Series Chassis BBE05 Type III Remount to Chev G Series Chassis BBE06 Type I Remount to Ford F Series Chassis BBE07 Type I
140. 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 otherwise 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 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 16 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 offer
141. squad bench shall be automatic self retracting on type I II 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 two 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 H size cylinder rather than an M size cylinder unless specified by the end user 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 May9 2014 aaa FINAL Page 6 of 9 AM10 14 Ambulances EMS amp Other Special Service Vehicles 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 eguipment This warranty shall cover parts and labor expenses On type I amp III emergency medical service MODULE the warrant
142. ssed 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 perimeter 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 On all emergency medical service units excluding Type ID 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 The 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 Seat belts furnished for the
143. t 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 warranties benefits or terms to H GAC and its END USER H GAC shall have the right and option at any time to decline to accept any such change in which case the amendment s
144. tance by End User Contractor 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 45 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 offers discounted contract
145. tc 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 whenever 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 RT RT EO ED LL EL OD DE DR EE AE EE EE EA RE ED EE OE EE EL EE OG EE OS sng 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 Enterprise WBE Small Disadvantaged Business SDB Small Woman or Minority owned Business SWAM etc Regardless iof the formal designation the overall objective of the relavant programs is basically the same i e to insure that disadvantaged and
146. te e 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 guarter 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 49 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 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 Offeror is encouraged to refer to H GAC s Coop
147. through the program Note All other sales outside Texas should be coordinated through the manufacturer when possible In those cases where sales must go through a dealer due to franchise agreements Form A s will be accepted from those out of state dealers For those only bidding conversions i e mobile command light rescues Form A s from in state commercial chassis dealers for the underlying chassis make being quoted must be provided in order to sell in Texas e Spec Quote Sheet Bidder shall supply a spec quote sheet for each product code bid on Form D excluding Remount and Refurbishing Services These sheets should call out the H GAC Product Code and detail what features are included in the price quoted on Form D e Fees For non vehicle products boats trailers etc the fee will be 1 5 of total Purchase Order amount Published Items Offerors are responsible for taking this into account in determining bid pricing 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 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 Cons
148. tion 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 20 STANDARD FEATURES amp OPTIONS The following requirements are applicable primarily to physical goods Standard Features a The stated minimum 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 Product offered Such features SHOULD NOT 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
149. to confirm policy and certificate issuance and document accuracy 11 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 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 Revised 12 03 09 Page 6 of 19 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
150. 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 Module Interior Options amp Accessories Patient Module Window Options Patient Transport Restraint Options amp Accessories 17 REMOUNT SERVICES ONLY Remount Services have been added to Form D as a base bid line item Bid pricing for this service shall include the cost of removing an existing body and reinstalling it on a different chassis only This service would apply where the chassis was supplied by the end user May9 2014 ee FINAL Page 8 of 9 AM10 14 Ambulances EMS amp Other Special Service Vehicles Note Remounting Services are to be performed by an authorized dealer remounter Any specific certifications or warranties that may be requested by an end user regarding remounts is the end users responsibility and shall be negotiated between the end user and the supplier contractor when services are quoted 18 REMOUNT ON CONTRACTOR SUPPLIED CHASSIS Remounts on Contractor Supplied Chassis have been added to Form D as a base bid line item Bid pricing for this line item shall include the cost of the chassis plus the removal a
151. tructed 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 mounted 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 and any other licenses Converter Trailer ect that may be required to sell their bid items in Texas 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
152. 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 Exercise any of these rights at any time without liability to any Offeror o 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 6 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 7 SURETY FOR INSURANCE Contractor shall be responsible 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 5 insurance requirements Revised 12 03 09 Page 5 of 19 8 CONFIDENTIAL PROPRIETARY MATERIALS All documentation submitted as part of Offeror
153. y 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 event 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 to KKK Specification 15 MINIMUM CAB CHASSIS SPECIFICATIONS FOR AMBULANCES Offered commercial cab chasses shall meet all specification herein including the following Allcab chassis shall be current model Ford Dodge Chevrolet GMC International Freightline

Download Pdf Manuals

image

Related Search

Related Contents

Olympus IS-1 Digital Camera User Manual  7X15W RGBAW LED Flat Par Light User Manual  ② HP-903-ISO:ISOホイール用アダプター (HP    Kodak 100 PLUS Photo Scanner User Manual  US-200 Owner`s Manual  ZIRCON 34 Woodburning Assemblage et l  espèces invasives - ICT Update  Mode d'emploi  HEALTH & BEAUTY vol.4  

Copyright © All rights reserved.
Failed to retrieve file