Top Banner
LOC/ rk 8/ 11/16 Item No.5 AN ORDINANCE 2 0 1 6 - 0 8 - 1 1 - 0 5 9 1 ACCEPTING THE OFFER FROM MUNICIPAL EMERGENCY SERVICES, INC. TO PROVIDE THE AVIATION DEPARTMENT'S AIRCRAFT RESCUE & FIRE FIGHTING PERSONNEL WITH REPLACEMENT SELF CONTAINED BREATHING APPARATUSES AND ACCESSORIES FOR A TOTAL COST OF $120,935.34, FUNDED FROM THE AIRPORT OPERATING AND MAINTENANCE FUND. * * * * * WHEREAS, an offer was submitted by Municipal Emergency Services, Inc. to provide the City of San Antonio Aviation Department with Scott Safety self-contained breathing apparatuses and accessories for a total cost of $120,935.34, using the Houston-Galveston Area Council contract #EE08-15; and WHEREAS, this purchase meets the requirements under the terms of the Houston/Galveston Area Council of Governments Cooperative Purchasing Agreement adopted by the City of San Antonio on October 10,1996 through Resolution No. 96-41-48, NOW THEREFORE: BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF SAN ANTONIO: SECTION 1. The offer from Municipal Emergency Services, Inc. to provide the City of San Antonio Aviation Department with Scott Safety self-contained breathing apparatuses and accessories for a total cost of $120,935.34 is hereby accepted, subject to and contingent upon the deposit of all required bonds, performance deposits, insurance certificates and endorsements. A copy of the bid tabulation sheet and contract are attached hereto and incorporated herein for all purposes as Exhibit I. SECTION 2. Funding in the amount of $120,935.34 for this ordinance is available in Fund 51001000, Cost Center 3305040005 and General Ledger 5501055, as part of the Fiscal Year 2016 I3udgct. SECTION 3. Payment not to exceed the budgeted amount is authorized to Municipal Emergency Services, Inc. and should be encumbered with a purchase order. SECTION 4. The financial allocations in this Ordinance are subject to approval by the Director of Finance, City of San Antonio. The Director of Finance may, subject to concurrence by the City Manager or the City Manager's designee, correct allocations to specific SAP Fund Numbers, SAP Project Definitions, SAP WBS Elements, SAP Internal Orders, SAP Fund Centers, SAP Cost Centers, SAP Functional Areas, SAP Funds Reservation Document Numbers and SAP GL Accounts as necessary to carry out the purpose of this Ordinance.
41

AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

Apr 25, 2023

Download

Documents

Khang Minh
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

LOC/rk 8/ 11/16 Item No.5

AN ORDINANCE 2 0 1 6 - 0 8 - 1 1 - 0 5 9 1

ACCEPTING THE OFFER FROM MUNICIPAL EMERGENCY SERVICES, INC. TO PROVIDE THE AVIATION DEPARTMENT'S AIRCRAFT RESCUE & FIRE FIGHTING PERSONNEL WITH REPLACEMENT SELF CONTAINED BREATHING APPARATUSES AND ACCESSORIES FOR A TOTAL COST OF $120,935.34, FUNDED FROM THE AIRPORT OPERATING AND MAINTENANCE FUND.

* * * * *

WHEREAS, an offer was submitted by Municipal Emergency Services, Inc. to provide the City of San Antonio Aviation Department with Scott Safety self-contained breathing apparatuses and accessories for a total cost of $120,935.34, using the Houston-Galveston Area Council contract #EE08-15; and

WHEREAS, this purchase meets the requirements under the terms of the Houston/Galveston Area Council of Governments Cooperative Purchasing Agreement adopted by the City of San Antonio on October 10,1996 through Resolution No. 96-41-48, NOW THEREFORE:

BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF SAN ANTONIO:

SECTION 1. The offer from Municipal Emergency Services, Inc. to provide the City of San Antonio Aviation Department with Scott Safety self-contained breathing apparatuses and accessories for a total cost of $120,935.34 is hereby accepted, subject to and contingent upon the deposit of all required bonds, performance deposits, insurance certificates and endorsements. A copy of the bid tabulation sheet and contract are attached hereto and incorporated herein for all purposes as Exhibit I.

SECTION 2. Funding in the amount of $120,935.34 for this ordinance is available in Fund 51001000, Cost Center 3305040005 and General Ledger 5501055, as part of the Fiscal Year 2016 I3udgct.

SECTION 3. Payment not to exceed the budgeted amount is authorized to Municipal Emergency Services, Inc. and should be encumbered with a purchase order.

SECTION 4. The financial allocations in this Ordinance are subject to approval by the Director of Finance, City of San Antonio. The Director of Finance may, subject to concurrence by the City Manager or the City Manager's designee, correct allocations to specific SAP Fund Numbers, SAP Project Definitions, SAP WBS Elements, SAP Internal Orders, SAP Fund Centers, SAP Cost Centers, SAP Functional Areas, SAP Funds Reservation Document Numbers and SAP GL Accounts as necessary to carry out the purpose of this Ordinance.

Page 2: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

LOC/rk 8/11/16 Item No. 5

SECTION 5. This ordinance is effective immediately upon passage by eight affirmative votes; otherwise it is effective on the tenth day after passage.

PASSED AND APPROVED this 11'" day of August, 2016. ~ ('. ~

MAY 0 R Ivy R. Taylor

APPROVED AS TO FORM:

) City Attorney

2

Page 3: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

City of San Antonio Bid Tabulation EXHIBIT I

May 9, 2016

HGAC

For: ARFF Self-Contained Breathing Apparatuses Municipal Emergency Services, Inc.

6100007514 SM 16511 Hedgecroft Suite 200 Houston, TX 77060

Item Description QTY 800-784-0404

1 AIR PAK 2 (SCBA CONFIGURATOR 14 X3324022200402)

Total Price Each $5,606.60 Total $78,492.40

1 AIR PAK 2 (SCBA CONFIGURATOR 1 X3324022200402)

Total Price Each $5,623.60 Total $5,623.60

1a AV3K HT MASK SIZE MED 19

Total Price Each $266.88

Total $5,070.72

1b AV3K HT MASK LG 12

Total Price Each $266.88 Total $3,202.56

2 RIT PAK III 1

Total Price Each $2 ,546.00 Total $2 ,546.00

2a CYLINDER , 45 MIN 4500 PSI CARBON 15

Total Price Each $938.40 Total $14 ,076.00

2b CYLINDER, 60 MIN 4500 PSI, CARBON 1

Total Price Each $1 ,054.00 Total $1 ,054.00

2c EPIC 3 VOICE AMP 15

Total Price Each $376.20 Total $5,643.00

2d REGULATOR ASSEMBLY, 2013 , QD 15

Total Price Each $1 ,147.06 Total $17,205.90

1/2

Page 4: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

City of San Antonio Bid Tabulation

May 9, 2016

HGAC For: ARFF Self-Contained Breathing Apparatuses Municipal Emergency Services, Inc.

6100007514 SM 16511 Hedgecroft Suite 200 Houston, TX 77060

Item Description QTY 800-784-0404 3 SEMS II GATEWAY 1

Total Price Each $1,446.16 Total $1,446.16

Subtotal $134,360.34

Less Manufacturers Allowance ( 13,425.00)

Payment Terms Net 30

Total $120,935.34 Total Award $120935.34

2/2

Page 5: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

CITY OF SAN ANTONIO PURCHASING AND GENERAL SERVICES DEPARTIIEIIT

REQUEST FOR OFFER f'RFO·) NO.: 6100007514

AIRCRAFT RESCUE & FIREFIGHTING (ARFF) - SELF CONTAINED BREATHING APPARATUSES

Date Issued: APRIL 29. 2016

RESPONSES MUST BE RECEIVED NO LATER THAN: 10:00 AM CENTRAL TIME MAY 9, 2016

Reaponses may be lUbmiUl8d by any of the following means: EIedIonic lUbmisaion through the Portal Ha'd copy in perIOI'I or by mall

Addfess for hard copy responses:

Pbysical Address: Purchasing 0Msi0n FNnCe Department City of san Antonio 111 SoIadad. Fifth Floor. Suite 500 San Antonio. TX 78205

For Hard Copy Submissions. M.tt Envelope

Una Address; Purchasing & General Services P.O. Sox 839986 San Antonio. Texas 78283-3888

*AIRCRAFT RESCUE & FIREFIGHTING (ARFF) - SELF CONTAINED BREATHING

APPARATUSES"

Offer Due Date: 10:00 AM. CENTRAl TlME. MAY 9, 2016

RFO No.: 6100007514

Offeror's Name and Address

Bid Bond: NO Performance Bond: NO Pa~t~: NO ou.w. NO

See SUpplemental Terms & Conditions for information on theM requirements.

Affirmative Procurement InHiatiYe: NO 08E I ACDBE Requirements: N.O

See Instructions for otfarors and AttachrnentI sections for more information on these requirements.

Pre-Submlttal Conference • NO

• If YES, the Pfe.SubmIItaI c:onferenc::e win be held on NlA at NlA at NlA.

Staff Contact Penson; SONNY MUNIZ. PROCUREMENT SPECIALIST II, P.O. Box 839966. San Antonio, TX 78283-3988 Email: OFEUO.MUNIZOSANANTONIO.GOV Fax No.: 210-207-3500

seEDA contact Infomlatfon: USA BRICE. 210-207-3505. lISABRICEGSANANTONIO.GOV

10134

Page 6: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

002 - TABLE OF CONTENTS

002 - TABLE OF CONTENTS .................................................................................................................................................. . 003 - INSTRUCTIONS FOR OFFERORS .................................................................................... __ ....................................... '" 004 - SPECIFICATIONS I SCOPE OF SERVICES ... ............................................................................................................. .. 005 • SUPPlEMENTAL TERMS & CONDITIONS .................................................................................................................. . 006 - GENERAL TERMS & CONOmONS .............................................................................................................................. . 007 - SIGNATURE PAGE ........................................................................................................................................................ . 008 - STANDARD DEFINITIONS ............................................................................................................................................ . 009 • ATTACHMENTS ........................................................ .. ....................... ............................................................................ .

2 of 304

Page 7: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

003 -INSTRUCTIONS FOR OFFEROR'

SubmiHjon of Offers.

Submiajon of Hard Copy Offers. Submit one original offer. Signed in ink. and two copies of the offer enclosed In a sealed envelope addressed to the Purchasing and General Servfces Department at the address and by the due date provided on the CoYer Page. The name and address of offeror. the offer due date and RFO number and title shan be mar1<ect on the outside of the envelape(s). All timeS stated herein are Central Time. Any offer or modification received after the time and date stated on the Cover Page shaI1 be rejected.

SUbmjssion of EIecbpnic Offers. Submit one offer electronically by the due date provided on the Cover Page. All timeS stated herein ara Central Tune. Any offer or modification received after the time and date stated on the Cover Page lhatl be rejected. All forme in this lOIicitation which require a signature must have a elgnature atrixed theteto, either by manuaHy signing the document. prior to scanning it and uploading It with your submission, or atftxIng It eleCtronically.

Offers sent to City by facsimile or emaD shan be rejected,

Modified Offers. 0tIera may be modified provided such modffications 818 received prior to the time and date set for 8UbmtI8lon of offers. and submitted in the 88ITI8 manner _ original o«ent. For hard copy offers. provide a cover letter with the offer. Indicating It Is a modified offer n that the Qriginal offer is being Withdrawn. For eleclronic offers, 8 modified offer will automatically replace a prior offer 1Ubmisaion. see below for infonnation on submitting Alternate Offers.

City shall not be retpOnIibte for lost or mtsdirec:ted offers or modifications.

OffeR)rS must sign the Signature Page on hard copy offers and retum the RFO document to City. For electronic offers, Ofreror's eIerAronic submission, with accompanying affinnations, constitU1e8 a binding signature for all purposes.

Offerors are cautioned that they are retpOnIibte for the 88CUI1ty of their log on 10 and password. since unauthorized use could result In Offeror's being held liable for the submissiOn.

Certified Vendor BegisJration Fotm. If Offeror has not completed the City's Certified Vendor Registration (CVR) Form. 0«eI0t Is required to do 80 prior to the due date for submission of offers. The CVR form may be accelsed at hap:lJWww.l8nenton1o.gov/pun:haerngl. Ofreftn must Identify the correct name of the entity that will be providing the goods and/or terYiceI under the connct No ~ ~ (unless part d the legal title), 8hortened or short--hand names Will be accepead In pIIce of the full, true and correct legal '*'" of the entity.

AIt!maIe 0ffwJ· Alternate otrerw may be allowed at the lOla diIcretion of City.

Hard Copy AItImIte 0ffIrt. Hard copy demate a«ens must be submitted jn separate sealed enveJopes In the same manner .. eubmialion of other o«era. AIeernete offers must be marked consecutiYely on the envelope 88 Alternate Offer No. 1, 2. etc. Failure to sobm;f alternate offers in separate envelopes may result in rejection of en offer.

EIIctrpnic 6IfImI1I Offeg Submitted Jbrouqh the Podal. All altamate offera are recorded with original offers when submtttad elecbOlaiaally.

e.g Prjc!ng. (This section applies to offers using catalog pricing. unless thiS Is a cooperative purchaSe.)

The oIrat will be baled on manuf8ctunn latest dated priQe 1ist(8). Said price 1ilt(I) must denote the manufaclurer. latest effective date. and price schedule.

Offerors shall be responsible for providing one copy of the manufaclulW'. catalog for each manufacturer for which an offer is aubmitted. Offeror shall provide said catalog at the time of eubmisaion of its offer. Manufacturars· catalogs may be lUbmitled In any of the following formats: paper copy or CD ROM for bids submiIIed on paper. or PDf ftte for offers autmitted electronically.

Offefora may submit price lists other than the manufacturer's price Iial Said price list(s) must denote the company name, effec:tiWt date and price schedule. These price lists are subject to approval of the City Purchasing & General Services Depattment.

3a1M

Page 8: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

Specified Item8 identified herein, If any, al'8 for OY8I'8U offer evaluation and repreeent the commonly and moat used Items. Net prices entered for t.ho8e specified Items must reflect the actual price derived mxn quoted price 1m leu all discounts offel8d.

Restrictions 90 CgmmunJcation.

0ffelDrs ant prohibited from communicating with; 1) elected City officials and their staff regarding the RFO or offerI from the time the RFO haa been ntIeased until the contract is posted 81 a City Council agenda item; and 2) City employees from the time the RFO has been released until the contrac:t is awarded. These restrictiont extend to "thank you· letters, phone calls, emaIIs and any contac:t that results In the direct or indireCt dlscusston of the BFO ancIIor offer submitted by Offeror. VIolation of this proviIion by Offeror and/or its agent may lead to disqualification of the offer from consideration.

Exceptions to the restrictions on communication with City employees include:

Offerors may ask verbal questions concerning this BFO at the Pre-Submittal Conference.

()tferora may submit wrttteo questions, or objections to spedbtions, concerning this BFO to the Staff Contact Perwon liBted on the Cover PaGe on or before 1 Ci8fendar daY' prior to the date offenl are due. Queationt received after the stated deadline Will not be anawentd. Questions tubmitted and the City's responses will be posted with this solicitation. All questions shall be. tent by &-mal or through the portal.

Otrerors may proVide F8IPQnS8S to questions asked of them by the Staff Contact Person after responses are received. The Staff Contact Person may request cfarffication to assist In evaluating the 0ffer0r'1 response. The information provided Ie not Intended to change the offer response In any fashion. Such additional Information must be provided within two buliness days from City's request.

Offenn and/or thek agents .,.. encouraged to contact the Small Business Office of the International and Economic eevetopment Oepartment for anistance or clarification with issues specifically related to the City'. Small Bulinets Economic DeYefopment Mvot:et;y (SBEDA) Program policy and/or completion of the SeEDA form (I), If any. The point of contact Is identified on the Cover Page. Contectjng the Small Busineaa Office regarding thil BFO after the due data it not permitted. If this solicitation contains AffirmatiVe Procurement lnitiltlVes, it will be noted on the Cover Page.

If this 8OI1citation contains DBElACPBE raquJrements. raspondenla and/or their agents may contac:t the Aviation Depar1menfl DBElACDBE UelIon otIIcer for -1iIt8nce or c:tanftCation With illUes lpecfflcaJly related to the DBE! ACDBE policy and/or compfetiQn ol·1he tequqd bm(1). Paint Of ~1eICt Is Ms. Usa Brice, who may be ruched via telephone at (210) 201-3505 or~""'" • fila.bI~nantonio.gov. Responden1s and/or their agents may contact MI. Brice .tany _ pIor . to the ~ .-fOr IU~ of bids. Contacting her or her office regarding thia RFO after the due .. is not permfIbid. If this IOIicit8tion contains DBElACDBE n.quirementl. it Wi" be noted on the Cover Page.

Pr&§ubmltlal Conference·

If a Pre-SubmfUaJ Conference 1$ scheduled, it will be hefd at the time and place noted on the Cover Page. Offerora are encouraged to prepare and aubmit their qU8ltions in writing In 8dvance of the Pre-Submlttal Confel.ac:e in order to expedl18 the proceedingl. City's re8ponses to questions receiVed prior to the conference may be distributed at the Pre­Submittal ConfeJenoe and posted with this aoflCitation. Attendance at the Pre-Submittat Conference .. optional. but highly encouraged.

this meeting place is accessible to disabled persons. call the Staff Contact Person for information on the locatiOn of the wheelchair acceslible enb8iICe, or to request an Inlet'preter for the deaf. Inferpieterl for the deaf must be reqU88ted at IeaIt 48 hours prior to the meeting. For other lSIistance, cail (210) 207·7245 VoiceIrTY. .

MY oral response given at the Pre-SubmittaI Conference that is not confinned In writing and potted with this soliCitation shall not be offici8l or binding on City.

Changes to BfQ.

Changes to this RFO made prior to the offer due date shall be made directly to the original RFO. Changes are captured by creating a replacement version each time the RFO Is changed. It is Otreror's responsibility to check for

40U4

Page 9: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

new versions untl the offer due date.· City wilt assume that all offers received are based on the final version of the RFO 88 it exists on the day offers are due.

No oral statement d any person shaH modify or otherwise change or affect the terms. condltions or specifications stated in the RFO.

PreDIration of Offers·

All information required by the RFO must be furnished or the offer may be deemed non-responsive and rejected. Ally ambiguity In the offer as a result of omission. error, unintelligible or Illegible wording IhaH be construed in the favor of City.

Correct legal Name. If an Offeror is found to have incorrecUy or incompletely stated the name of the entity that will provide goods and/or services, the offer may be rejected.

Uo, Item Offers. MY offer that is considered for award by each unit or line item. must include a price for each unit or line Item for which Offeror wisheS to be canIidered. All off ...... awa«Jed on the baIi$ of low line item, low total fine Items. or in any other c:ombination that I8MI8 the belt intete8t of City. unless City deIignatas this lOIicltation as 8n -.11 or none'" offer In the SUpplemental Terms & Conditions.

All or None 0IfeJJ. My offer that is considered for 8WIfd on an ·aI or none'" baia must include a price for 1111 unlt& or Une Items. In an '"M or None'" offer, a ant priCe left blank shall resutt in the o«et being deemed oonreaponaNe and disqualified from consideration. M -All or None'" offer it one in which City will award the entire contract to one offeror only.

I)eIiyery [)ales. Proposed deIiYery dates must be Ihowo in the offer form where required and shall include w.kands and holidays, unless specified ohwwise in this RFO. Proposed delivery times must be ~ Ph ...... such • -. required·, -u soon as possible. or .prompr may result in disqualifICation of the offer. Special delivery Instructions. if imy. may be found In the Specifications I Scope of Servfces seQion of this document. or In the Purchase Order.

Tax ExImDtjon. The City of San Antonio is exempt from payment of federal taxes, · and State of Texas limited .... excise and use taxes. Offeror& must not Indude auch taxes in offer prices. All exemption c:eftificate wit be signed by City where appIabte upon request by Offeror after OOilbad award.

Samples. DemonstrItionI and l'nHIwam Testing. If requested by City, Offefor shall provide product samples, demon. 810M, andIor telling of items ofrafed to ensure c:omplance Mth specifications prier to award of the OOidiact Samples, dernorRIbationa ar1dlqr tilting must be provided within 7 calendar days of City's request. Failure to comply with City', request may .... in rejection of en offer. All samples (including return thereof), demonstrationa, and/or testing shall be at Oft'efor's ...... ~ wi. be returned upon Wfitt4In requeet. Requeeta for return of aampIes must be made in writing at the time the iampIes .. proyided. ~. umpIea will become property or City at no cost to City. Samples that are contUm8d or deIfn¥td during demonstnttiOl. or testing will not be returned.

Designation as an '"annual- conbact is found in the contract's title on the Cover Page of this document The quantitJes atated .. eatimaf8S only and are in no way binding upon City. Estimated quantities are used for the purpose of evaluation. City may incI8ase or dectease quantities as needed. Where 8 contract is awarded on • unit price basis, payment shit be based on the actual quantities supplied.

Offenn shall thoI'oughIy examine the drawings, specificationa. schedule(s), ins1ructions and all other contract documents.

Offerora shall make all investigations naoaaaary to thoroughly inform themselves regarding plant and fdtieI for delivery d maIIrfat and equipment, or conditions and Iite8JIocations for providing goods and 8IIfVicn .. required by this RFO. No plea of Ignorance by Offetor wi. be accepted as • basis for varying the requirementa of City or the compensation to Otrefor.

ConftdentiIII Q{ Praajetaly InforrnIMQQ. All offers become the ptOpet1y of City .,., recetpt and will not be nIIumed. MY Information deemed to be confidential by Offeror should be dearly noted; however, City cannot guarantee thallt will not be compeled to diIctoIe a' or part of Iny pubtic I'1ICOfd under the Texas PublIc Information Ad. since information deemed to be c:onftdential bv Offeror may not be considered confidential under Texas law. or pursuant to a

10134

Page 10: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

COUrt order. Pricing may be tabulated and posted to City's website, so shall not be conaJdered proprietary 'or • confidential.

Costs pf p!'!Klilf'Jtion. Offeror shall bear any and an costs that are associated with the preparation of the Offer, attendance at the Pre-SubmltlaJ confel'ence, If any, or during any phase of the 8eledion process.

Rejection of Offers,

City may reject any and all offers, in whole or In part, cancel the RFO and reissue the solicitation. City may rejeet an offer It

Offeror misstates or coneeals any material fact in the offer; or

The offer does not strictly conform to law or the requirements of the offer;

The offer Is conditiOnal; or

Any other reason that would lead CIty to believe 1hat the offer is I1OI"H'8IpOnSi or Offeror is not reeponatbIe.

City. in its sole discretion, may also waive any minOr informaJItiaI or irregularities In any offer, such as failure to submit sufficient offer copies, failure to submit literature or &imiJat attachmentB, or business affiliation Information.

Changes to Offer Form· Offers must be'submltted on the forms fumIIhecL Offers that change the format or content of City's REO may be rejected.

Withdrawal of Offers. Offers may be withdrawn pOor to the due date. Written notice of Withdrawal shall be provided to the Staff Contact Person for offers submitted in hard copy. Offers submitted electronically may be withdrawn erectronlcally.

EyalUltioo Ind Award of Contract.

City reset'Y8I the right to make an award on the basil of City's best intereIts. Award may 1180 be made baaed on low line Item, low total line items, or in any other combinatiOn that HIVes the best interest of City, unlesa City designates this soIlcitatiOn as In "aR or none- offer In the Supplemental Terms & Conditions.

A wrttten award of acceptance, manifeSted by , City Ordin8nce, and a purchase order furnished to Offeror results In a binding contract without further ICIion by ... party, Offeror must have the Pun:hase Order before making any deliVery.

City resetVeS the right to delete items prior to tile awarding of the carnet, end purchase aaId Items by other means.

!",paction of EacalitiMlEquipmeot Depending on the nature of the RfO, otrerors' faclliIIeI and equipment may be a determining factor in making the offer awaRt. An Offerors may be subjeet 10 tnspection of their facilities and equipment

Prompt Payment PilcouD.t-

Provided Offeror meets the requirements stated herein. City Ihall take Offeror's offered prompt payment dilcount Into consideration. The evaluation will not be based on the dilcount percentage alone, but rather the net price as determined by applying the discount to the offer price, either pet line Item or total offer amount However, City reserves the right to reject • diScount if the percentage is too law to be of value to City, all things considered. City may al80 reject a dl800unt If the percentage Is so high as to create an overty large disparity between the prICe City would pay If It Is able to take advantage of the discount and the price City would pay if It were unable to pay within the dlIcount per1od. City may always reject the discount and pay within the 30 day peJ1od, at City's sole option.

City w11l not consider dlacountl that provide fewer than 10 days to pay in order to receive the discount.

For example, payment terms of 2% 5, Net 30 WiR NOT be considered in offat evaluations or In the .payment of invoical. However. payment terms of 2% 10, Net 30 Will result In a two percent reduction In the offer price during offer evaluation, and City Will take the 2% discount If the IrWak:e is pald within the 10 day time period.

ProbibitlJi FInInciat Imerett. The Charter of the City of San Antonio and Ita Ethica Code prohibit a City officer or employee, _ thole terrriS are defined In the Ethics Code, from having a financial inf8leSt In any contract with City or any City agency such IS Clty-owned utilities. An officer or employee has a "prohIbited financial Interest" In a c:ontrac:t with City

lot'"

Page 11: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

or in the sale to City of land materials. supplies or serviCe, if any of the following individuaI(s) or entities is • party to the contiact or sale: the City officer or ernpIo1ee; his parent. chid or .spouse; 8 business entity In which he or his parent, child or spouse owns ten (10) pen:ent or more of the voting stock or shares of the buIinese entity, or tan (10) percent or more of the fair mattcet value of the business entity. or • business entity in which any individual or entity above listed Is 8 subcontractor on a City contract. a paftner or a parent « subsidiary business entity.

Stale of Texas Cqnftict of 1n1arnt QU8Itior!oijre (form elg), Chapter 176 of the Texas local Govemment Code requIreS thai persona. or their agents, whO seek to contract for the sale or purchase of property, goodS. « aervtces with the City, IhaII file • completed Form Clg with the City Clerk if those persons meet the requirements under 176.008{.) of the statute.

By law this questionnaire must be filed with the City Cleft( not later than the 7th business day after the data the vendor becomes aware of facts that requlnt the statement 10 be filed. Sa! Section 176.006(.1). Texas Local Government Code.

Form ClQ is available from the Texas EttUcs CommiSIion by accaulng the foUowing web address:

htIpI.I/www.ett!ict·Jlate.btUSlfiHngjQfplconflJ!:ltorms.htm

In addition, please complete the CItJ'. Addendum to Fonn eta (Fonn CIQ-A) and submit it With Form CIC to the 0tRce of the City Clerk. The Form CIQ..A can be found at

httD:llwww·sanantonio.gov/atty/ethieslpdfJOCc.CJO-Addendum.Ddf

When completed, the CIC Form and the CIQ-A Form should be submitled together. either by mall or hand deliVery, to the otfic:e of the City Clerk. If matTIng. mal to:

Office of the City Clerk. P. O. Box 839968. San Antonio, TX 78283-3966.

If delivering by hand, deliver to:

Office of the City Clerk. City Han, 2nd ftoot. 100 MIlitary PJaza. san Antonio, TX 78205.

Do not include Ih8Ie forms with your sealed bid. The ~ 0iviIIan wur not deliver ~ forms to the City Clerk for you.

70rM

Page 12: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

OM. SPECIFICATIONS J SCOPE OF SERVICES

SCOPE:

The City of San Antonio Is aoIiciting a Request for Offer (RFO) for the purchase and delivery of Self-contained Breathing Apparatus (SCBA) units utilizing an HGAC cooperative contract. This IOficitatIon wtll provide the Aviation Department with several SC8A units for Aircraft Rescue & firefighting (ARFF) personnel at the san Antonio Intemational Alrport Airport firefighters require the use of specialiZed SCBA', for respiratory proteCtion from unsafe fire related environments.

DEUVERY:

Ail prices shall be quoted F.O,B. destination. lnIide delivery to designated City of San Antonio facility. freight prepaid. Allowances for apec:iaI freight charges Will be accepted only when 1M expedited detlYery Is requested and approved by the Cily factIIty. Contractor thaJl be retPQnlible for furnishing naces8ary pensonnef 01 equipment and/or making ntIC8II8ry arrangements to orr load me~1Ie at CIty f8cIIity. if '*lufred. Vendor ...... make dtllVefy to City within 10 caltndlr d.,. attar 1'WCtIpt of purchale ordIt. DII1Yety, .. used In Ulil sectIorI. means the goods ordered and received by the City. Oefivery &hall be coordinated WIth RAt C8i*in Georg" RakowItz. (210) 207·34704. prior to shipping ofitema.

DELIVERY LOCAnoN:

San Antonio International Airport. AvIatiOn Dept. ARFF 0ivJIi0n.FIre Facifity 1750 Skyplace Blvd. San Antonio, Texas 78216

SPECIFICATIONS:

Item 1: Air P.k 2

General StIf..cetntamed Breathing ApparaU Requ .......... The purpose of this bid specification II to establish the minimum ~ for an open.circult aetf-contained breathing apparatuS (SCBA). The SCBA shall consfIt of . .,. fQIQwirig ~ tulH!a8n1b6es: (1) fuR tac:epieCe assembly; (2) • removable, facapiece-mountacJ. ~ .pr811U18 bre$thIng regulator with air-saver switch; (3) an automatic dual path redundant prassure reductnG fegU)atDr: (4) and-of-aervfce time indicatoJa: (5) a harness and backframe assembly for supporting the equipment on the body, of the ....,.r: (8) a IIhOUIder pap mounted, remote gauge indicating cylInder pressure; (7) a rapid Intervention crewfunJver8aI air CQnnectiOn (RICIUAC); and (8) cylinder and valve assembly for storing breathing air under prassure •

. The 8llCCeSsfuI bidder egrMS to provide. at their awn txpeM8, a factory trained inltnJdDr for 8uch time as the raspirator user shall require ~ fnstruction In the operation and maintenance of the respirator. Any exceptionS to theSe speclficatiana must be detailed in a separate attachment. FaAure to do 10 will automatically dtsq·uaIify the bidder.

The SUCC8S8fuJ,bIdder must be a sales distributor, authorized by the manufacturer. to sell the equipment specified herein. A Iigned document from the manufacture confirming this must be Induded with the bid.

The SCBA Shall maintain atI NIOSH standards with any ot the following types of cylinders listed as proyIcIed by the SCBA manufacturer.

The SuccesafuI bidder shall have mobile tac:h8 to be abJe to warranty, service & repair on lOcatiOn.

OlstributDII Service Centanl reqUiring product to be shipped back to the Distributors in house aervice center &hall pay all &hIpping cost - to & frcm their location.

The suc:c:eMtu1 bidder shall be lupported by $1SOK min d inventory ttock within 200 miles of san Antonio.

Winning DIstributor 8haB provide in-seMce training for all 3 shflts as wen as a Field LeYeI InspectiOn, ServiCe, Care & Maintenance clinic.

Page 13: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

• ApptOva/s

The SCBA shall be approved to NIOSH 42 CFR. Part 84 for chemical, biological. radiological and nuctear proCection (CBRN).

The SCBA shall be c:ompliant to the NFPA 1981. 2013 Edition. Standard on Open-CirCUft Self-contained Breathing Apparatus for Emergency Services.

The SCBA IhatI be Q)mpllant to the NFPA 1982. 2013 Edition (if including optional PASS Device). Standard on Personal Alert Safety Systems.

If the SCBA is to include an optional integrated seIf-rescue device, the deYice shall be compliant to the NFPA 1983, 2012 Edition, Standard on ute Safety Rope and Equipment for Emergency Services.

AI. electronic components shalJ be approved for Intrinsic safely under UL 913 Class I, Groups CandO, Clasa II, Groups E. F and G, Hazardous locations. .

Requl .. Components

Faceplece-

The facepiece shall have a large diameter inlet tserVing as the femate half of a quarter (114) tum coupling which mates with the positive pressure breathing regulator.

The facepiec:e shall be approved for use with multiple respiratory applications to enable the same user to switch from one application to another wIlhout the use of tools and without doffing the facepiac:e.

The full facepiac:e assembly shaH fit persons of varying facial shapes and SiZes with minimal visual intaf1an1nce.

The full facepiac:e assembly sha8 be available in two sizes marked aM- for Mtldium and -L· for large.

The facepiac:e sizes shal be easily identifiable through a coIor-coding 1Ct1eme.

The facepiece assembly. including head hamaU. 8haU be IaIex free.

The facepiece I8f'i88 ahan have a fac .... 1 ChIt ilsecured to the lena by • U4haped channel frame that is retained to the lena uaing two fasteners.

The faces .. 1 shaH be a reverse AJftex deIign for enhanc:ed fit and comfort

The facepiece shaH contatn Inhafation valves that are readifv visible to enable quick visual inspectlan. The lens shall be a single. replaceable. modified cone configuration constructed of a non-shatter t>Jpe polycarbonate materiaL

In accordance with NIOSH 42 CFR part 84, the facepiece meets penetration and impact requirements, Including compliance with ANSllB7.1 - 2010.

The lens shal have a coating to resist abrasion and chemical attack and meet the JeqUifements of NFPA .. 1981 . for tens . ~~ .

The lens shall have an Internal anti-fog coating to recIuc:e fogging of the lens.

MultkSQctionaJ voicamItIers shall be mounted on both &ides of the racepiece and ducted directly to an Integrat IiIicone f1OI8CUP to enhance voice transmilsion.

The racepiece assembI1 shall be able to incorporate multiPle Scott electronic c:ornmunationI optiona (amplification, radio interface. wireless, etc) wiIhout affecting NIOSH approvals or NFPAlCBRN approvals whete applicable.

The facepiece shall enable the installation of communialtiOns bracket on either the right or left aide .

• clfM

Page 14: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

The head harness shalt be a fiva-point suspenak)n made in the fashion of a net hood to minimiZe interferenc:l& between • 84tCUring of the facepIece and the wearing of head protection. and be conatrueted of a para-aramid material for fire, fir8t responder and CeRN applications.

Mask-Mounted Regulator

The facepieC:e-mounted positive pressure-breathing regulator shall supply and maintain air to the facepiece to satisfy the needs of the user at a pressure greater than atmospheric by no more than 1.5 incheS of water pressure static.

The breathing regulator shall maintain positive pressure dunng flows of up to 500 standard liters per minute.

The regulator shall also meet or exceed a dynamic: flow requirement of remaining positive while suppiylng a minute volume of 160 lifers

The breathing regulatOr shall have attached a lOW pressure hose which ahal be threaded through the left shoulder strap 10 coupte to the pressure reducing regulator ~ 0I'I1he bac:kframe.

An optional regulator shall be available wtth a qUick connect coupling tn line for use With the optional outlet manifold and accessory hoSe to allow the breaJhlng regulator to be disconnected from the unit and reconnected to the auxirlary hose of a second unit in the event rescue Is required.

The optional quick connect coupling shall be easiJy connected and disconnected by trained Individuals with a gloved hand and/or in low light conditions.

The optional quick connect coupling shall not allow the air hose to be connected Without the HUD Connection.

The optional coupling shalt also be guarded against Inadvertent dlsconnea dunng use of the eqUipment. The Iow-pressure hose shaH be equipped with a swivel attachment at the facepiece mounted regulator.

The regulator ShaH connect to the facepIece by way of a quarter (1/4) tum coup/ing.

The user shall hear an audible sound when the regulator i& attached COO'ectly to the facepieoe.

The regulatCr' than be equipped With • ~nut..shaped gasket WhIch prcMdes • seal against the mating surfaCe Of the facepiece.

The regulator cover &haD be fabricated of a n.rne rtsIstanl. h~" lmpac:t plastic.

The breathing regulator shall have a demand vatve to deIW .. to ~ user. activated by a diaphragm responsive to respiration.

The demand valve shall use an extended temperature range dynamic O-ring seal composed of 8 fluorosHicone elastomer.

The diaphragm shall include the system exhalaUon valve and shall be constructed from 8 high Itrength butyl elastomer.

A purge valve shall be sitUated at the Inlet of the breathing regulator and shaH be capable of delivering aitftow of between 125 and 175 standard liters per minute. .

The breathing regulator shall be aranged to direct the Incoming air over the inner surface of the faQepiece for defogging purposes.

The components of the breathing regulator shall be constructed of material, that are not vulnerable to corrosiOn.

The ftame resiStant cover shall contain an air saver switch and pressure demand bia5 mechanism.

It shall reactivate and supply air only in Itte positiyepressUI'8 mode when the wearer affects a face seal and inhales.

This device shall not affect the breathing flow through the system while in operation.

10 or 34

Page 15: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

· ~ Reducer with CGA CyHnder Connection

The pressure-reducing regulator &hal be mounted at the waist on the backftame and be coupled to the cylInder valve through a short length of internally armored high pressure hose with a hand coupling for engagement Ind seeling Within the cylinder valve outlet.

In lieu of 8 manual by-pass. the pressure-reducing regulator shaM include a back-up pressure-reducing valve connected in parallel with the primary pressure reducing vatve and an automatiC transfer valve for redundant control.

The back-up pressure redUCing valve shall also be the means of activating the Iow..pressure alarm devices In the facepleoe-mounted bfeathlng .regulator.

ThIS warning shall denote a switch from the primary reducing valve to the back-up redUdng valve whether from 8 malfundJon of the prim8ry reducing valve or from Ia.v cytinder supply pressure.

A press-tG-test Y8I\Ie ahall be indWed to 8_ bench testing of the back-up reducing valve.

The pt88IUre-redUCing regulator shall have extended temperatule range dynarruc O-ring sealS composed of fIuorosiIlcone elastomer.

The pressure reducing regulator shall have incorporated a reseatabIe over-pressuriZation relief valve Which shiH prevent the attached low pressure hose and facepieaHnounted breatNng tegufatOr from being subjected to high pressure.

End-ol-S8fVice Time Indicator (EOSTI)

The SCBA shall have two end-of-service time indicafQfs (EOSTI) A tactile alarm and a HefJds.Up DISplay (HUO).

The primary EOSTI shall be the . integral Iow-pressure alarm device that shall combine an audible alarm with simultaneous vibration of the facepiece.

The primary EOSTI shall be located in the Facepiece-Mounted Positive Pressure Regulator.

This alarm device shatllndicate either low cylinder pressure (33% +5%, -0%) or primary first stage regulator failure

The HUD shall seNe as the secondary EOSTI indicIIDr. The HUD shall be powered by the SClA's single power....,. It shalt be mounted in the user's field of vtsion an the Facepiec:e Mounted PositNe Pf8SSU18 Regulator.

It Ihall display cyfjnder pressure in incIements of 100%. 75%. 50% and 33%.

The display shall not have a numerical representation of bottle pn!tSSUfe.

AI. full bottle pressure. two green Light Emitting Diodes (LEO) shal be illuminated.

At three-quaner boUle pressure. one green LED shall be illuminated.

At one-hatf bottle pressure. one ·yellow'" lEO shall be illuminated and flash at a rate not to exceed one (1x) time per second.

At one-third bottle pressure, one -red- LED shall be Illuminated and flash at a rate not to exceed ten (1Ox) times per second.

The HUO shall have a low battery indication that is disllnd and distinguiShable from the botde pressure Indications.

Harness and 8ackframe Assembly

A lightweight. lumbar support styte backframe and harness assembly shall be used to carty the cylinder and VIfve assembly and the pressure reducing regulator asMmbly.

11 of 34

Page 16: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

The backframe shall be a aotid, one-piece black powder-coated aluminum frame that is contoured to follow the ahape of the use .... back.

The backframe shafllnclude a mounting for the pressure reducer located at the waist.

The backframe shaD Include an over·the-center. adjustable tri-slide fixture. a para-aramld strap and a double-locking latch assembly to secure 30, 45, eo, or 75 minute cylinders.

The harness assembly shaH consist of a one size black para-aramid strap with a yellow stripe.

this harness shall Include box-stitched construction with no screws or bolts.

The harness assembly ahaH Incorporate parachute-type, quick-re1e8se buckles and ahallinciude shoulder and hip pads.

The hameu shall Include a seat-belt type waist attachment

The shoulder strap shall be fdlad With a Drag Rescue Loop (DRL) capable of being deployed in an emergency sttuation to drag a dOWned firefighter to safety.

The shoulder strap shall be attached to the backplate by way of • single. articUlating metal bracket

The one-piece aluminum bac:kftwne 8houId include integrated dOnningkatry handles.

The handles shall allow tha user to aasiJy don the SCBA in the ·over·head- style and also allow the user to carry the SCBA. The backfr1ime shall include accommodation and mounting spaces suitable for installation of a distress alarm Integrated with the Se8A.

These mounting spaces shall permit Installation of an alarm sensor module In an area between the cyUndar hanger locking mechanism and the backft'ame.

Cyfinder

The cylinder threads shall be straight wtth -" Q.ring or quad-rtng ~ type seel.

The cylinder valve Shall be a "fail open- type, constructed of forged aluminum and designed such that no stem packing or packing gland nuts are required.

It shall contain an upper and lOwer eeat such that the pressure Will seal the stem on the uppersea~ thus preventing leakage past the stem

No adjustment8hal1 be necessary during the life of the valve.

If the SCBA is equipped With· a eGA cylinder connection, the cyfinder valve outlet shall be a modification of the Compressed Gas Association (eGA) standard threaded connection number 346 for breathing air for 2218 and CGA 347 for 4500 and 5500 Iystems.

Each cylinder valve shall consist of the following: 1) a hand activated valve mechanISm with a spring-loaded. positive actkm, ratchet type safety lock and Iock-out release for selecting "1Qek open service- or Mnon-lock open seMee·; 2) an upstream connected frangible disc safety relief device; 3) a dual reading pressure gauge indiCating cylinder pressure at all times; 4) an ela8tDmeric bumper; 5) an angled outlet.

Each cybnder and varve assembly shall be equipped with a hanger bracket for positive locking attachment of the assembly to the bac:kframe.

The SCBA shafl maintain all NIOSH and NFPA standards With any of the following types of cylinders listed as provided by the SCBA manufacturer.

12 of 34

Page 17: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

Catbon-Wrapped

The cylinder shall be manufactured in accotdance with DOT specifications and meet the Transport canada requirements with working pressures of 2218, 4500, or 5500 psIg.

The cylinder shaU be lightweight. oomposite type cyfinder consisting of an aluminum alloy inner sheU, With a total overM8p of carbon fiber, fiberglass and an epoxy resin.

The cylinder shaH be available, In a 3O-minute, 45-rninute, 6O-minute or 75 minute duration based on the NIOSH breathing rate of 40 Iitefs per minute (/pm).

Wananly

The unit shall be covered by 8 wart'alty providing protection against defeds in materials or worlananship.

This warranty shall be for a period of 10 years on the SCBA. except for the pressure redUGer, which shall be covered for 15 years.

Electronic components shall be warranted for 10 years.

OptIona. Component8

Personal Alert Safety System

The PASS Device shall be compliant to the NFPA 1982, 2013 Edition Standard on Personal Alert Safety Systems.

Operation of this distress alarm shall be initiated WIth the opening of the valve of an SCBA charged cylinder;

The system shal feature a -hands-free- re-set capability that may be activated by means of a slight movement of the SCBA when the system Is in a pre-alert mode. J

The system shall operate from a Single power source containing six "AI< batteries.

The battery life of the SCBA with PASS only shall be no less than 200 hours.

The system shall have a battery check function that. pnwides an LED indiCatIon of battery status while the SCBA is not pressurized.

The PASS System shan be upgradeable to indude a 2.4 GHz lnf8g1ated bCator system. The PASS system shall be upgradaable to Include 8 2.4 GHz integrated SCBA air I PASS (telemetry) management system.

The PASS device shall contain two components: a Con~ and a Sensor Module.

The HUO device shall provide an indfcation of PASS pre-alarm through a unique light pattern alerting the SCM user.

Console

The console shan be located on the user's right shoulder strap.

The conaoIe shall contain an integral edge Ht mechanical pteIIUI'e gauge that Is autDrnaticafty energized by opening the cylinder valve.

The console shaft display to the user the following: Pre-AIarm: alternating red flashing LED's;

Full Alarm: dual ftashlng red LEot. and a ftashlng PASS icon; Low BaUery: red flashing LED',; Normal System Operation: flashing green LED.

130134

Page 18: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

The console shall contain a photo sensing diode to dim and brighten the HUO 8$ the environment changes.

The console shall contaln push buttons for user Interface.

The push buttons shaJi be designed to minimize accidental activation.

A yelfow cojor-coded push button shaH permit system re-set.

A red coIor-<:Oded push button shall permit manual activation of the full alarm mode.

The console shall be equipped with a LEO "External HUO· allOWing others to determine the wearer'$ eyfinder pressure through the same eoIor<Ode scheme as the standard HUO.

A cylinder with greater than half boUle pressure shall have a green LEO shall be IUuminated across the gauge race. A cyfmder With lela than half boWe pressure &flail have • yeUow LEO shaH be illuminated across the gauge face.

A cylinder With leSS than one-third bOttle pressure shall have a red LEO shall be lUuminated across the gauge face.

sensor Module

The system shall include a sensor module mounted to the SCBA backframe and located In an area between the cylinder and backframe In a manner designed to protect the assembly from damage.

The sensor module shall contain a motion sensor that IS sensitive to user hlp movement to redUQ! false aativations.

The sensor module shall contain redundant. dual sound emittets for the audible alarm and dual visual "buddy" indicators. The sensor module BOUnd emitters shaH be oriented in muttl-dfrections (or optimal sound projection.

The vtsuallndicators on the backftame mounted sensor module shall ftash green during normal operation.

The YiSuallndicat0r8lhaJl flash red 1) when the device Is In pre.alert; 2) when the device is in fulHIert; and 3) when the SCBA has reac:hed one-third bottle ~.

Personal Alert Safety System with ~r Lot;afor

Operation of this distress alarm .... be 4niti8ted wfth the openlng of the valve of an SCBA charged cylinder.

The system IhaQ feature a -hands-free" ra-set capability that rntq be activated by means of 8 slight movement of the SCBA when the system is in 8 pre-a1et1 mode.

The system shad operate from 8 single power source containing six -/4A" batteries

The battery life of the SCBA with PASS only shall be no less than 200 hours.

The system shan have a battery check function that provides an LEO indication of battery status while the SCBA is not pretSUriZed.

'Nhen the PASS is manually activated. the locator system shall immediately emit a 2.4 GHz signal to be received by a separate hand-held rec:eiver,

When the PASS is activated due to lack of motion. the locator system shall have a ten second delay prior to emitting a 2.4 GHz signal to be received by a separate hand.neld rec:eiYer.

The system shan utiliZe a 2.4 GHz signal to provide the best path to a "downed- firefighter.

The locating system shall be programmable with eight alpha-numeric characters to provide identification information.

The PASS device shall contain two components: a Console and a Sensor Module.

Page 19: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

· The HUD device shaD provide an indication of PASS pre-alarm through a unique light pattem aIetting the SCBA user.

Console

The console shall be located on the user's right shoulder strap.

The console shall contain an integral edge lit mechanicaf pressure gauge that is automatiCally turned on by opening the cylinder valve.

The console shall display to the user the foIowing: Pre-AIann: atlemating red flashing LED's; Fun Alarm: dual flashing red LED's and a flashing PASS icOn; Low Battefy: red flashing lEO'.~ Normal System 0per8ti0n: ftashing green LED.

The console shalt contain a photo sensing diode to dim and brighten the HUD as the anvifOnment changes.

The console shall contain push buttons for user interface.

The push buttons shalf be deSigned to minimize 8(:CIdentat activabon.

A yellow coIor-c:oded push button shall permit system re-set.

A red coIor-coded push button shall permit manual activation of the funaJarm mode.

The console shall be equipped with a LED ·Extemal HUO" allowing others to determine the wearer's cylinder pressure through the same coIor-code scheme as the standard HUO.

A cylinder with greater than half bottle pressure shalt have a green LED shall be Hluminated across the gauge face.

A cyfinder with less than half boUle pressure shall have a yellow lEO shan be illuminated across the gauge face.

A cylinder with less than one-thtrd bottle pressure shall have a red LEO $hall be lliummated 8CtOS8 the gauge face.

Sensor Module

The system shallindude a sensor module mounted to the SCBA ~ and located in an alU between the cylinder and backframe in I manner designed to protect the asaemtJty "om damage.

The sensor module shall contain a modon sensor that is senafINe to user hip movement to reduce false activations.

The sansor module shall contain redundant. dual sound emittet's for the audible alarm and duat visual·buddy· indicators.

The sensor module sound emiltef'IlhaII be Oriented In muIIf-directions for optimal sound projection.

The VIsual IndICators on the bIIck1lame mounled sensor module Shallftash green dUring normal operation.

The Visual indicatorllhall flash red 1) when the device is in pre-aJert; 2} when the devICe Is In fu8..aterI; and 3) when the SCBA has reached 1/3obott1e preasure.

Personal Alert safety System with Accountability

The PASS Device &hal be compliant to the NFPA 1982, 2013 Edition Standard on Personal Alett Safety Systems.

Operation of this distress alarm shall be initiated with the opening of the valve of an SCBA charged cylinder.

The system shall feature a ahanda-free- re-set capability that may be activated by means d a slight movement of the SCBA when the system is In a pre.aIert mode.

The system shan operate from a single power source containing six -M- battelies.

The battery life of the SCBA with PASS only shall be no less than 70 hours.

t'oU4

Page 20: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

The system shall have a batteIy check function that provfdes an LEO Indication of battery &talus while the SC8A Is riot pressurized.

\'Vhen lhe PASS is manually activated, the locator system shall immediately emit a 2.4 GHz Signal to be received by 8 separate hand-held receiver.

When the PASS Is actiVated due to lack of motion, the locator system shall have a ten second delay prier to emltting a 2.4 GHz Signal to be recelYed by a separate ha~1d receiver.

The system shalt utilize a 2.4 GHz signal to provide the belt path to a "doWned- firefighter

The lOCating system ahall be programmable with elght alpha-numeric characters to provide identification informatlon.

The system shan transmit user status information at a frequency of 2.4 GHz on a seIf.heallng mesh network system that When deployed allow& each energized SCBA to function as a repeater ensuring system connectivity.

The system shal proVide bkfirectional communications between command aIld SCBA wearer.

The communication shall contain: the user"s nama, cylinder pressure, PASS Alarms. PASS Acknowledgement, evacuation status, evacuation acknowfedgement, WdhdnIw and Withdraw acknowtedgement

The PASS devICe Shall contain two components: a Console and a Sensor Module.

The HUO device shall provide an indfcetlon of PASS pre-alarm through a unique light pattem alerting the SCBA user.

Console

The console shall be located on the user's right shoulder strap.

The conaole shatl contaln an integral edge lit mechanical pressure gauge that is automatically turned on by opening the cylinder valve.

The con8OIe ahall dJeplay to 1he user the following: Pre-Alerm: llI8mating red fl4l8hb1S1 LED'.; Full Alarm: dual flashing red LEO's and a ftashlng PASS icon; Law 8aIbWy. red IIasNng LEtra; Normal SyItem Operation: ftHhing green LEO.

The console ahaIl also Include IcOnS 10 fndicate Range Status. Evacuation, WIthdraw (seJf-evacuation) and when the system is ready to recetve the usar'aiD through an RFID card.

The conlOle shall contain a ~ sensing diOde to dim and brighten the HUO as the enVirOnment changes.

The console shall contain push buttOns for user interface.

The push buttons shall be dHigned to minimiZe ac:cldental activatiOn.

A yellow coIor-coded push button shaH permit system re-eet.

A red coIor.coded push button shaH permit manual activatIOn of the full alarm mode.

A gray color-ooded push bUtfon shaH permit the actiVation of the withdraw mode.

The console shall be equipped with a LEO "External HUO· aUowing others to determine the wearer's cylinder pressure through the same coIor-code ICheme as the standard HUD.

A cylinder with greater than haft bottle pressure shall have a green LED shall be illuminated acrcsa the gauge flee.

A cylinder with less than half bottle pressure shall have a yellow LEO shall be illuminated serosa the gauge face.

A cylinder with less than one-third bottle pressure shan have a red LED shall be illuminated across the gauge face. 18 of 34

Page 21: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

· Sensor Module

The system shaP include a sensor module mounted to the SCBA backframe and located In an area between the cylinder and backframe in a manner designed to protect the assembly from damage.

The sensor module &hall contain a motion &en&Or that Is 6ell$itiVe to user hip movement to reduce false activations.

The sensor module shan contain redundant, dual sound emitters for the audible alarm and dual visual -buddy'" Indicators. '

The sensor module shan contain redundant. dual sound emitters for the audible alarm and dual visual -buddy" mlcalm.

The visual indicatora on the backframe mounted sensor module shall ftash green during normal operation.

The visual indicat0r81h111 ft8Ih red 1) when the device is In pre-aIert; 2) when the device is in fulJ.alert; and 3) when the SCM hal reached 1J3.bottfe pressure.

The check valve within the outlet manifold shall prevent the external release of cylinder air in the event the air supply is either not used 01 diScOnneCted.

Switching from airline supply to cylinder suppty shafl be acc:ompilShed manually by the user by opening the cylinder valve to prevent inadvertent use of the cylinder supply without the user'& knowledge.

Emef961JCY 8teathing Support SySlem -Buddy 8t'e8thing"

The Optional Dual Emergency Breathing Support System (EBSS) shaD be approved to NIOSH 42CFR, Part &4 and NFPA 1981. 2013 Edition.

The Dual EBSS shall have one of each of the following requirements; (1) a manifold with one each of a female lOCket and male plug. both of which have check valves, (2) ~O"' minimum Iow-pressure hose, (3) a pouch for atoting the hose. and (4) a dust cap for the female socket and male plug.

The Dual EBSS system ahafI be on the ........ , left IIde Ind shalf be capable of allowing lor Six feet of hose between like systems.

The manifold shan be made of aluminum and be anodized black.

The female socket and male plug shall have spacing, no tess than 15· off-center.

The female socket shaft have a double action to disengage, noted as a ·push-lnlpuII-back~.

The female socket shall have an Internal check valve.

The male plug shall have an external check valve.

The hose shall be made of high temperature rubber capable of sustaining a maXimum 250 psig of pressure.

The containment system shaH Include a pouch and ShaH be made of para·aramld materials and shall be capable of storing 36- of hose.

The pouch shall be attached to the SCBA by pulf.the.dot fasteners.

Exlended DuI1llion Aitfine System

An optional manifold Bhatl also have provision for connection of an 81mne supply for extended duration use white resetVing the cylinder supply for egress.

The air supply hose length shall be up to 300 feet and require an iolet pressure range of 60 to 115 psig. depending on the length of supply hose used.

170134

Page 22: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

The check vaM within the outlet manifold shall preventthe external release of cyHnder air in the event the air supply is either not UI8d or dlsConnecled.

SwItching from ab'fine supply to cylfnder supply shall be accomplished manually by the user by opening the cylinder valve to prevent inadvertent use of the cytinder supply without the users knowledge.

Etectronlc Voice AmplJffer

The respirator shall have an optional facepieCe-mOUnted vo1c:e amplification device to eJectronk:aUy project the user's voice.

The voice amplification device shall be mounted to the fac:epIec:e by means of a bt8cket that Is secured around the voice emftler of the facepiece.

The deVice &haU contain 8 bayonet-style mou.,ting fixture that enables the user to insert the voice amplifier Into the bracket and secure it wtth a quarter-tum counw-dockwise when it shalt lock Into place.

The device shall contain a thumb latch to permit removal when it is presIed and the device is rotated a quarter-tum cIockwtse.

The thumb latch shall contain a captive screw that enables the user to prevent removal.

The device shall weigh no mote than 1 ounc:es 225 (grams) and itS SIZe shall not exceed the following dimensions: length: 3.50 inches; (8.89 em); width: 2.0 Inches (5.08 em); depth (extenSiOn from voice emitter): 1.75 inches (4.44 em).

The device shall be able to be upgraded to a voiCe amplifier, radio Interface. and stand alone radiO communication system that all reside In a single housing with a lingle pow'8f' source.

The devtc:e shalf contain a momentary on/off switch With a tactile i/'ldlC8oon and audible click when depressed.

The SWItch shall be covered with • sheath made of a silicone material.

The device ehall contain an LED wnich Ulumlnatel green when the .device is activated end flashes once per second when a low battery condition (approximately 10% ofbatlery ir.remaining) is presenl

The deviCe shalf provide audible tortes to indicate Ihat the systam has been energized. de.enetgl%ed and to provide a loW battery indication.

The device shall be powered by IhrH AAA alkaline batteries. which shall provide no less than 50 hours of continuous operation with fuHy-dtarged batteries.

The batteries shalf be contafned fn I gasketed compartment secured in ptac;e by means of a fastener.

The door of the battery compartment shall be u&er-replaceabie. . The device shalf comain an automatic shut down func:ticn that de-energJzes the voice amplifier approxImately 20 minutes after the last time the UIBr speaks.

Designed to conserve battery Ufe when a user forgets to tum off the VOICe amplifter. the vok:e amplifier shall be reactlvated after shut down by pressing the onIoff switch.

The mictophcne &hall be located on the surface of the bayonet mounting fixture and vOice projection shall be facilitated by means of a circular gasket that I88Is the devICe to the communicatiOns mounting bracket.

The amplifier shall contain a custom speaker designed for pushing sound through background noises commonly found at emergency events.

The cIeYfce shall not feedbaCk for longer than 1 second when worn en 8 level A haz-mat suit.

The device shan be eble to provide a minimum STI score of 0.65, even though NFPA minimum requirement is 0.60.

18 of Sot

Page 23: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

· The vOice amptifier. when attached to a facepiece, shan be able to Withstand a 30 minute tumble test

A single vOiC:e amplifier ahall be able to withstand efght. 6 foot drops, once on each side and on two edges.

The voice amplifier shall be able to withstand a 30 minute tumble lest not attached to the faceplece.

IIem 2: RIT -PAl< II

EMERGENCY AIR.suPPl Y SYSTEM - BID SPECIFICATIONS General CylInder Req ........ Part. 200M. 02

The purpose of this bid specificatton is to estabtish the mlntnun requirements for an auxiliary air source to be used by Rapid InteMtntion Tens. The air source 8haI ccnsiIt of the following c:omponenls: (1) a carrying bag; (2) extemal preuure gauge; (3) an audible Iow-pre&sure alarm; (4) a UnMnaI 14k CorIileCtion higb-pceIIure em8Igency alltlne that wID function With any rnanur.c:u.. NFPA 1981. 2002 compIiInt or newer seIf.conbtined btelthlng appntuI; (5). low­pteUure airline hose aasernbty with ............ .-1ifaId 1hIt h.a8 a ScotIetyIe ... and female quick diIIClonnect and .addltional ports to allow the use of <**' SCM rnanut.::turer'a towHnsaunt fittings; (8) • RrT Styte facepIece (optional) and (7) a pr8I8ure regulator (optional).

The IUCC8llfuI bidder 8gfMI to provide, at their own expense • • factory ttained in8ttuctor for such time as the respirator UW IhIU require complete InstrUQIkJn In the operation and maintenance of the r8Ipirator. Ivty 8XQ8PtiOn8 to these spaciftcations must be detIIHed in • separate attachment. Faiklre to do 80 will automatically disquatify the bidder.

The successful bidder must be a .. lea distributor. aU1h~ by the manufacturer. to 1811 the equipment specified herein. A signed document flam the menufactunt confirming this must be induded With the bid.

The SCBA shall maintain aU NIOSH standards With any of the following types of cylinders listed • provided by the SCBA manufacturer.

The Emergency Afr-8upply System 8haII comply with the strk:t U.S. federalguldelnes of being -Made in the USA:

Operational Requirements

ClnylnaIM 1. The carrying bag material ...... be. highly vtIibIe orange and ....... t to heal and flame.

2. The eanying bag aheI1 include reflective ICrtpIng to increase viIibiIity of the product in Iow-light conditions.

3. The canying bag shalt be equipped with ten (10) cktnga.

4. located on the top of the canying bag lhall be 8 tool pouc:h.

5. Located on the top of the canying bag shall be a rope pouch capable of holding 75 feet of 318w rope.

6. The length of the shoulder lAp shall be adjustable.

7. The shoutder strap shall be equipped wtIh two (2) seat belt buckJes.

8. The shoulder strap shaP be equipped with two (2) non--IocIdng carabNers.

9. The catrying bag IhatI have three flap openings: (1) high..pn181Uf8 8CC8S8; (2) Iow-prasaure 8CC88I and (3) cylinder accaas.

10. The tab of the Iow-pt'easure eccesa ftap shall be differentiated from the lab of the high-­pressure access flap through a tactile grip that can easily be datacIabIe while wearing gloves.

11 . The ~ bag IhaIf be equipped with a highty.durable, Iow-friaion skid plate.

11 of 34

Page 24: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

EpmaI Prwm GlMAt 1. The gauge face than be luminescent for euler reading in Jow..Iight conditions.

2. The external pl'IIIUre gauge shall be equipped wi1h pntS8Uf8 indicator light emitting diodes (LEO): (2) green LEOI when cyfinder pt'ISIWe 11100% to 76%; (1) green lEl) when cytIndet pressure Is 75% to 61%: (1) amber LEO when cylinder prusurell5O% to 26%; and (1) blinking red LED when cylinder pressure Is below 25%. An additional orange LEO IhaII be i1cIuded to indicate low battery alarm.

3. An LED .haII be cast scrOll the gauge face to Increaae readability in dartt enVirOnments.

4. The extemal pressure gauge shaU be powered by two (2) AA bat1Bries.

6. The external pressure gauge shall be tethered to the canylng bag.

AuCl~ Lpw.prwUfI Alarm . The r-eourcelhadt include an audible Iow-pteuure alarm that II pneumatJcafIy actlYated at 25% of cyllnder pressure.

UnlytrHi AIr Coon .... HJgb£rS7SM'I EawEMan MHnt 1. The Univel'llt AM Connection (UAC) hfQh-piaaUre emergency afrfine asaembly shall be five (5) feet In length.

2. The UAC Adapter assembly shall h8Ye a highly visible stripe on the quick-charge coupling.

3. The qulck-ctwge coupling on 1M UAC hlgh-preAure emergency airline shalt Include a rubber proIaCtive cap to protect from debris and contamlnants.

Lcny:PrtIIUII Airlia' Hoy AaS-1. The Iow-presture aktfne hole assembly ehaD consiSt of a pressure reduCer, a siX (6) foot alt1lne hole, Ind a Iow-preaure manifold block.

2. The low pressure manifold block ahaft include a male airline fitting, a female lOCket aaembly and two (2) additJonal por1I to enable the ute of muttiple manufacturers' lDW-PteS8Urt quick disconnect fittings.

3. The Iow-presture airline hose shaD be able to accommodate an ait pressure of 250 psI.

4. The female lOCket shall be able 110 ~ the "mal$" end of a Jow..ptenure hOse coming off the regulator that 1I.tt8ched if) the respiratOr UM(s fUn facepleCe.

5. The Iow-presture aKline hole assembly shal be table to connect to the Scott Duel Eme1gency Breathing Support System (EBSS).

RIT 8M! FuU f.ctpItct '0pII0nII) 1. The RIT Style shall be des1gned to Ina ... the vistbUity of the weater'1 faee to the rescue team.

2. The 1aceplec:e .t1aa have • poeitioning fIIb on the head harness and Iatge d-rings on the bottgm head hameaa adjusting strapa to Mae donning of the faceplece on a vJctjm by the rescue team.

Prwwt BMuIator 1. The pressure regulator shall be able to connect to a RfT Styte fUll faoepIece.

2. The pt'8IIU(8 regulator &hall include. three (3) foot Iow-pressure hose.

3. The pressure regulator wll be equipped With an emergency by-pasa knob.

ttem3:8EM8UTII

SCott Electronic ............... ,.., Bid apeclftcatloM Part • 201011.01

200134

Page 25: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

· GeneraISyetlm 8pec1ficatloM The SCM integrated AccoUntability syatem shall be an NFPA 1982, 2007 edition PASS device, 8 firefighter management system capabte of monitOring air pressure remaining in the SCBA. and a rtre FighW locating system In one inIIgrated package, The Self-contained Breathing Apparatus (SCBA) shal mainlain its NIOSH approval when equipped or upgraded with the distress alarm. The dillreu alarm .ysIem shall be listed as intrinsically safe in 8CCOId8nce with ANSII UI 913 Class I, Groups C and D. Clasa II, Groups E. F. and G, HazatdouIIoaltionS.

The system shaI conlilt of the following components: Control Console, Sensor Module, Base Station and an optional Scott Pale-Tracker 1M Hand-Hekl Receiver.

Control ConeoIe The Control Console shall be lOcated on the user's right 8houtder strap, The Control Console shall contain an Integral edge lit mechanical pressure gauge Ihat is automatiCalty turned on by opening the cylinder valve.

The Control Console assembly shaD be eqUIpped with three color coded buttons: a yeMow coIor-coded push button for system I'H8t; a red coaor-coded push button for manual activation of the fun alarm mode; and • blue button for IICtivaIIon of the withdraw mode. TheIe push buUonI ahaII be deIIgned to minimiZe accIdentaf activation.

The Control Console shall dilplly to the user the following: • Pre-AIarm: IItem8ting red fIIIhing LEO'I - Full AIIrm: dual flashing red LED'I and a ftaatting PASS Icon • Low BatIefy: red ftashlng LED'. • Normal System Operation: flashing green LEO end range icon

The Control Console ahal also include leona to indicate Range Status, Evacuation, Withdraw (self-evacuation) and when the system is ready to receMt the user'IIO through an RFID card.

It shall also contain • photo sensing diode to dim and brighten the HUD as the environment changes. The conSOle ahaH transmit at a frequency of 2.4 GhZ the -use( status information on a seIf-heafl'\g mobile mesh network Iystem that when deployed enables each SEMS .. console to be a repeater. The system WiD transmft ihe user's name. preuure: PASS AIaI'mt. PASS acknowledgement, 8YIICU8tion status, evacuatiOn acknowledgement Withdraw, WIthdraw acknowledgment

SenIor Mod .... The ayatem IhaIIlndude • II8nIOr module mounted to the SCM backframe and located in an .... between the cylinder and b8ckf.am8 In a manner deIIgned to profIIc:t the •••• mbIy (rom c8'nage. The sentOI' modute sh8l1 contain du.I sound ....,.. for the eudlble alarm and dual viIuaI "buddY' Indicetors.

The sensor module ahaI opeI_ on Iix -M" ........ 1hIIt .. tocaead in the Sentor Module Assembly. The battery life of the SCM with SEMS IlIha11 be no .... than 70 houtL The visual tndic8tDfa on the bllckhme mounted sensor module Shall flash green during normal operatioI .. The vtsuallndlcatorl shill flash red 1) when the deYIce Is In pre-alert; 2) when the device ilin fuII..aIert; and 3) when the SCBA has nI8Ched Y..botIIe preaure. The system IhaQ feature • "hands-free" pre-alarm re-set GapabIIity that may be actiVatad by means of a IIight movement of the SC8A when the system is in a pre­alert mode.

The Pre-alann lignallhall be in • frequency range of 1 kHz to 2 kHz when the user remainS motionless for apptOXimately 20 seconds and consiSt of two primIIy fIaquenc:ias at 60 dBA. The full PASS alarm signal shaI be In a frequency range of 1 kHz to .. kHz when the ueer relnains moIIonta88 for approximaIeIy 30 secondI after the pnHIIerm n the aound pressure level ...... be g ...... than 95 d8A at lui alarm consiIting of three prtmary frequencies. The sensor module shan contain a MCOndaIy component that will transmit a ~ when the unit is In -fieftghter dawn- alarm: This lignal thaI be capable of being received by • separate hend-hefd t8C8tY8r.

RtceMng StatIon The bale station all transmit/teQ8ive hardwcn shall weight no more than 3 ounces (not including the PC) and shall aaow the user to move the base .-on as the evant daa.s The bale ItItion shall not require an exIemal pcMer source separate from the PC. The Ba8e StatIon shall dICh to • PC vta a standard PCMCIA cor,,"1eCtion.

21 of 34

Page 26: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

001· SUPPLEMENTAL TERMS & CONDITIONS

OriAinal Contract Term.

. ThiS contract shaH begin upon the effective date of the ordinance awarding the contract, or date speciftad In the award Ietlar If this contract dOBB not exc:eed 550.000. This contract shaU terminate upon completion of an work desctibed herein or delivery of all goode ordered. as applicable.

Cooperatiye Contract Proyiltons.

Term Conalstlnt wjtb CoajlerItiye Contrlct. Notwithstanding anything to the contrary heretn, no new orders may be pIacBd hereunder after the expiration or tennJnation of the undellylng cooperative contract. Renewals cannot extend beyond the term of the underlying cooperative COI.b ad. Extensions cannot extend beyond the term of the undertyfng cooperative conbact.

QQoiJet Documents. The tenns end condltiOn$ for perfo.rmance and payment of compensation tor this contract are Nt for1h in Ihe following contract documents. true and correct copieS of Whk:f\ are attached hereCo and fully Incorporated herafn for all purposes:

This Request for Offer. including any attachments identified herein and addenda issued by City prior to acceptance or an offer from Oft'en)r;

Any Purchase Ordens luued hereunder by CIty of San Antonio rCitt); and

Exhibit I - All applicable terms and conditions of the HGAC Cooperative Purchasing Contract number EE08-15 through Municipal Emergency Services (MES).

Order of Priority of Contract P9Cu!1JJOlS. Should a conftict arise among the provts/ons of the contract documents. this RFO and any Purch .... Order Issued hereunder shaU govem over Exhibit I, unfea otheJWtse apeclftcally provided herein.

This BfO !ndudes the fpIIowjog: Instructions to Offerors, General Terms and Conditions, Supplemental Terms and Conditions, Product Specification& and Description of Services. Definitions. Price Schedule, any Attachments identifled herefn.

'tiantY· The warranty epecifed In Exhibit 1. If any. a minimUm of 9Q..dayI product guarantee. or the manufacture"s ltandard commercial wammty, whlchevw is greater, 8haJl apply to .. products and/or I8MceI purchased under this RFO, unless otherwIae apecifled in the Speciftcetk)nllpe of ~ teetIon of this RFO. this warranty shall provide for replacement of defective men:hendiIe, parte, and labor. and shalt incfude pIck-up of the defective merchandise from City and delivery of the ntptacemenI(a) 10 the eame location. The warranty shall be effective from the date of acceptanoe of the merchandfM. or completion of the aeMce, as applicable.

R!Itctkm of _"lint" of W,"""" , LlmltltIoD! Of LIability.

ANY TERM OR CONDmON IN EXHIBIT .. OR IN AHY DOCUMENT FURNISHED BY VENDOR. DIICLAlIIING THE IIIPUED WARRANTY OF MERCHANTABIUTY OR OF FlTNEIS FOR A PARTICULAR PURPOSE. OR ATTEMPTING TO lAUT' VENDOR'S LIABILITY SHALL BE OF NO FORte OR EFFECT. AND SHALL BE STRICKEN FROM THE CONTRACT DOCUMENTS AI IF NEVER CONTAINED THEREIN,

AIlOr NoDI BId.

City of San Antonio wlI make award to one vendor only.

Insurance·

A) PrIor to the commenoament of any wortc under 1hia Agreement, Bidder ahaI1 furnish copies of all required endorsemanta and ccmp1etad C8I1ific8te(s) of Insurance to the City's Finance Department, Whictl shaH be CIearty labeled

2201,.

Page 27: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

I' "AIRCRAFT RESCUE & FIREFIGHTING (ARFF)· SELF CONTAINED BREATHING APPARATUSES")n the Desaiption of Operations bfoc:k of the CettificaIe. The c.tIticate(l) shall be completed by an agent and signed by a penon authorized by that Insurer to bind COY8f'8g8 on its behalf. The City wtfI not accept a Memorandum of lneurance or BInder as proof of insurance. The C81tificate(s) must be signed by the Authorized Repreaentative of the carrier, and list the agenralignatunl and phone nUmber. The c:ertificale thaII be mailed, with c:opiM of .. applicable endorIements, diNclly from 1he insurer's authoriZed representative to the City. The City shal have no duty to pay or perform under this Agreement until such certtficate and endorsements hive been received and approved by the City's Finance Department No officer or employee, other than the Cfty's Risk Manager. shall have authority to waive thiS requirement

8) The City reserves the right to review the InSurance requirements of th .. Article dUring the effective periOd of this Agreement end any exllellIion or renewal hefeof and to modify Insuranc::e coverages end their limb when deemed necessary and ptUdent by City's RISk Manager 'baed upon changes in staIUtOIy law, court decisions. or circumstances urounding this Agreement In no instance Will City allow modtfication whereby City may incur Increaed risk.

C) A Bidder's financ:iallntegrity Is of intlt'eSt to the City; therefore. subject to Bidder's right to maintain reasonable deductibles in IUCh amounts .. are approved '" the City. Bidder ehaII obtain and mainCain in full farce and eIfect far the duration of this Agreement. _ any utanIion 1Nnof. at 8idder's tole expeiI8e, insurance ccwerage written on an occurrence basis. unless oIherwIIe indicated. bv c:ompIftieI,uthorized to do buei .... in the Slate of Texas and with an AM Bears rating of no lesS than f+. (VII). in the following types and for an amount not .... than the amount tisted below:

ME AUnIJNTS

1. Commercial Gene1aI Liability Insurance to For Jlodily Injury and froperty gamage of include coverage for the following: $1,000.000 per occurrance;

8 . PremiIe8IOperaUo $2,000,000 General AQgtegate, or Is b. PtodudIICom.,. Operations equivalent In Umbrella or Excess Liability c. Person8IIAdvertiIing Injury Coverage

0) Bidder agrees to require. by writtan contract. that aU subcontractors providing goods or services hereunder obtain the tame categories of insurance coverage reqUired 0' Bidder herein. and PRMde a certificate of inlunmce and endorIement ItNIl names the Bidder _ the CITY .. addIIonaI insureds. Policy limb of the coverages carried by subcontractors will be determined as 8 ~ dec:iIian of BIdder. Respondent thai provide the CITY with said certlftcate and endcnernent prior to the ~ of any work by the aubcoIdiav. This provision may be modified by City's Risk Manager, without IUbIequent City Council approval, when deemed ......, and prudent. based upon changes In statutory law, court deciIions. or ~ IUnounding thiI.-nent SUch modification may be enacted by letter stgned by CitYs Risk MinIger. which shall become 8 part of the COIt1Il1Ct for III purposes.

E) As they apply to the limits required by the City, the City IhaI be entitled. upon request and without expense, to

receive copies of the po:icie8. decIerdon ~. and ell required endorsements. Bidder IIhaII be required 10 comply with

any such requests and shalllUbmit requested documents to City at the address provided below within 10 day.. BIdder

shall pay any costs IncUrred resulting from provision of said documents.

City of San Antonio Attn: Finance Department

P.O. Box 839968 San Malo. Texas 78283-3988

F) Bidder agrees that with respect to the above required fnaurance, an insurance policies are to contain or be endorsed to contain the following provisians:

• Name the City. l1li officers. offk:iaII. empIoyeM, volunteer1, and elected representatives as adcIjtjonaI "."." by endcnernent. as rwpecta op8f8tions and actMties of, or on behalf of. the named insured peffOrmed under contract wtth the City. with the exception of the wrners' compensation and professionat liability poliCies;

HolM

Page 28: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

• Provide for an ~ that the -other Insurance- ctause shall not apply to the City of San Antonio where the City 18 an Iddldonal fnBured shown on the pofjcy;

• WOrker8' compensation, emptayera' liability. generaJ liability and automobile liability policies will provide a waiver of subrogation In favor of the City.

• Provide advance written notice direc:dy to City of any suspensiOn or non-renewal in coverage. and not leu than ten (to) calendar days advance notice for nonpayment of premium.

G) WHhln five (5) calendar days of a suspension. cancellation or non-renewa/ of coverage. Bidder ahall provide a rep/ac:ement Cer1fflcate of Insurance and apptlcable endorIemenl& to City. City shall haVe the option 10 suspend Bidder's performance IhouId there be _1apIe In coverege at any time during this conbact. FaDura to proyide and to maintain the requited Insurance shaff constitute a material breach of this AgreemeoL

H) In IddJtion to any other remedies the City may have upon Bidder'1 fail"", to ptOVida and maintain any inauranca or pelley endOfIementa to the ~ tnd within the time herein reqUIred, the City shall have the right 10 order Bidder to stop work hIraunder, ancIIOr ~ any payment(a) Whfc:h becOme due to Bidder hereunder unttf Bidder demonstrata8 compliance with the requJrementa henJof.

I) Nothing herein contained shall be construed as imlting in any way the extent to which Bidder may be held re8ponsible for payments of dIfnageI to perIOnl or property resulting from Bidder'1 or its subcontractors' performance of the wor1< covered under this Agreement

J) It Is agreed that 8iddet'1 Insurance shall be deemed primary and non-c:ontribotory WIth respect to any Insurance or self fnsurance can1ed by the City of San Antonio for liability anslng out of operations under thil AgreemenL

K) It is understood and agreed that the Insurance required is In addition to and separate from any other obligatIOn contained In thil Agreement and that no daim or actiOn by or on behalf of the City shall be limited to insurance coverage provided ..

L) Bidder and any ~ are ~ for aU damage to their own equipment and/or property.

Incqrporat!on of A&tacbmtnts.

Each of the aUBchmantl IIItad below II an I118ntiaI part of this contract. which governs 1M rightl and duties of the parties, Incorporated herein by reference. and ahan be Interpreted in the order of priOrity as appears below, with this doCUment taking priority over all attachments:

Attac:hmant A - Price Schedule Attachment B - Non-OIscrimlnation Ordinance Language Attachment C - Vetetan-Owned Sman BuIinel8 Preffll'8fQt Program (VOSS) Ordinance Attachment 0 - Vetetan-Owned Small BUIineII Progrem Tracking Form Attac:hment E - Cer1itIcate of Interested Parties (Fonn 1295)

240134

Page 29: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

001· GENERAL TERMS. CONDmoNS

ElectroniC 'Offer Eauals 0rIgila1. If Vendor is submitting an electronic offer. City and Vendor each agree that this transaction may be conductad by efedronic means, as authorized by Chapter 322, Texas Business & COmmerce Code, knOwn as the Electronic Transactions Ad.

DestinltiOn COntract. Vendor shall deliver all goods and maIBriaIa F.O.B .• City of San Antonio's deSignated facility, inside deliVery. freight prepaid. to the address provided in this RFO or, If different. in the PW'ChaIe Order. Vendor shall bear the risk d lois until deIiYefy. Freight charges will be paid only when expedled delivery is requested and approved in writing by City. Vendor IhaII be responIibIa for furnishing necessary personnel or eqUipment and/or making necessary arrangements to off load at City of San AntonIo facility. unless 0IherwiIe noted herein.

Fajlure to Defjyar. When deIMHy II not met as PfUVided for in the contract. City may make the purchase on the open market. with any cost in excess of the contract prica paid by Vendor. in addition to any other direct. Indirect. consequential or incidental damages Incurred by City as a result thereof. In addition. Vendor may be removed from City'11ist of eligible bidders.

putchw OJ'ders. Each time a City depat1mant wishes to place an order against this contract. It wlllilaue Vendor 8 purchale Older. Vendor must have the purdaase order befofe making any delivery.

Acceptanct bv City. City shall Nwe a fUIOn8bIe time (but not less than 30 days) after receipt to Inspect the goods and aeM:eI tendered by Vendor. City at its option may reject aD or any portion of such goods or services which do not, in City'. sole di8cretion, comply In fMIY respect with an terms ~ conditions of the contract . City may elect to reject the entire goods and seMc:es tendered 8WIn if only a portion thereof Is nonconforming. If City elects to accept nonconforming goods and seMces. City. in addition to its other remediaS, shaD be entitled to deduct a fUIOn8bIe m.nount from the price thereof to compensate City for the nonconfonnfly. Ally accaptaIlCe by City. even if 11OfH:IOI1dItto. shall not be deemed a waiver or I8ttIement or any defect in such goods 8'Id 18IYIceI.

TeStinA. AftM awafd of contract. City may, at itslole option. test the product deIiverad to ensure it meets epecIftcations. Inltiallaltlng IhaI be at City's expen88. However, If the PfQduct does not 10 meet spec:fflcations, Vendor shaH reimburse City far the CDIIIa of lilting. City may wiIhhofd the COIl of tilling from My amounts owed to Vendor under this or any other c:onlraCt. or invoice Vendor for sarna. If inVoiced. Vendor IhaI pay City within 30 calendar days' of the InvOice.

Inyojdna and PJymenl

AddfW fpr Inxotcn· All origtnaI .. voices must be sent to: City Of San Antonio, Ann: Accounts Payable, P.O. Box 839976. San Antonio, Texat78283-3976.

Infotmation RequIred On Inyo!cI.

AlIInYOic8a must be in a form and content approved by City. City may require modtflcation of invoiCes tf necessary In order to IIIsfy City that .. biIing Is proper and pursuant to the terms of the contract. InvoIceS are required to show each City Purchaae Order Number. ImIoices musl be legible. Items billed on Invoices must be specific 81 to applicable stack, manufacturer, catalog or part number (if any). All inYoices must show unit prices for each iIBm baing billed, the quantity of items being billed and the total for each item ... well as the total for .. items on the iwok:e. If prices are baaed on lilt prices baaia. then the list prices. the percentage discount or pettentage aurchat'ge, net unit prices. extensions and net total prices must be shown. Prompt payment discOUnts offered IhaU be shown separately on the invoice.

Payment by City.

In accordance with the Texas Ptompt Payment Act. City IhaIJ have not less than 30 days to pay for goods or seMces. TIme for payment. Indudfng payment under diIcount tanna. wit be computed from the liter of: (1) the dICe City recetves confonning goods under the conbacA; (2) the data parfonnance of the 88f'VIce under the contract is compIetad; or (3) the date City reoeives a comICt .. valid Invoice for the goods or seMcea. Payment II deemed to be made on the dale of maIing of the c:hec:k. Payment II made in US dollars only.

Page 30: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

This provIU)n shall not apply wt1ere there Is a bona fide dispute between City and Vendor about the goods defiWtrad or the 18Nk:e perfcrmed that C8UM1 the payment to be late, or \\tIere the Invoice Is not mailed to the address provided herein.

The payment amount due on invoiCeS may not be manually altered by City personnel Once disputed Items are rwconciled. Vendor must submit a correc:tect invoice or 8 credit memorandum for the disputed amount CIty wiD not make partial payments on an invoice where there 118 dispute,

NlCEIIITY OF DlELY ltNOIee , WANER OF PAYMENI. NOTWITHSTANOtNG THE FORGOING, CITY CANNOT PAY FOR AHY GOODS OR SERVICES WITHOUT AN INVOICE. VENDOR MUST INVOICE CITY NO LATER THAN 90 CALENDAR DAYS FROM THE DATE GOODS ARE DELIVERED OR SERVICES RENDERED. FAILURE TO SUBMIT AN INVOICE WITHIN SAID 90 DAY SHAlL NEGATE ANY UABlLfTY ON THE PART OF CITY AND CONSTJTU1'E A WAIVER BY VENDOR OF ANY AND ALL RIGHT OR CLAIMS TO COLLECT MONEYS THAT VENDOR MAY RIGHTfULLY BE OTHERWISE ENTITLED TO FOR GOODS OR SERVICES PERFORMED.

The total price for an good. and/Or HMcet Is shoWn on the Price Schedule. No additional fees or expenI8I of Vendor aha1I be chIIged by Vendor nor be P'Y8bIe,by CIty. The parties hereby 19" that alt compensable expenI8I of Vendor are 8hown on the Price Schedule. If there II a dilcrepancy on the Price Schedule between the unit prtca for an Item, and the extended price. the unit price theR govern.

Amendments. Exc:ept where the terms Of thIS ooull act 8Xpf8IIIy provide otherwise. any alterations. additions. or deletiona to the term. hereof.1haII be effecCed by amendmen~ In writing, eJC8CUted by both City and Vendor. The Director of the PurchaSing and General Services Department. or 0ir8cf0r'1 designee. shall have authority to execute amendments on behalf of City without fur1her ICticn by the s.n Antonio City Councll, subject to and contingent upon appropriation of funds for any inctea8e in expenditure. by City.

Termination·

Termjoatjon=Brucb. Should vendor faille fulfiB In a timely and proper manner, as detennined lOIeIy by the Director, ita material obligations under 0,11 comract, or YiOIIte any of the matnal tanna of this contract, City ahaII have the right to Invnectlately terminate the contract In whote or In part. Notice of tennlnatlon shah be proYided In writing to the Vendor, etrectiYe upon the date set forth in the notice. City may, in Clty'slOle dllctetlon, provide an opportunity for Vendor to cure Ibe default. If CIy elects to offer an opportunity to cure, City shall provide notice to Vendor apecffyfng the matIar8 In default _ the cure period. ff Vendor faDllO cu,. ~ defau!t within the cure petfod. City IhaJt have the right. wtthout fur1her notice, to term1nate the conlnlCt ir\ Wh9Ie or in,part. SUch tannin. sh.n not refteva Vendor of any IIabIUty to the City for damages IUltafned by Yfrtue of any breach by Vencfor.

Tanninatiqn=Notice. City may termtnaIe ... contract, In whole or In part. wfthout cause. City ahaII be requJrad to give VendOr nob ten daya prior to .. dati Of f8rriIatIon of the COfib-=t without cauae.

Terminltion:Funding. City retaint the light to terminate 1M contnICt at the expiration tA each of City's budget periods. This contract " cOndItioned on a belt efforts attempt by City to obtain and appropriate funda lor payment of any debt due by City hentin.

TQf'Jllinauon by cay may be effected by CIrector,witheM further action by the San Antonio City Coundl.

IIlCItpmdent Contrador. Vendor covenant. and agrees that It Is an Independent contractor and not an officer, agent. setVent or employee of City. City shan not be uab'e for any claims which may be asaertacI by any third party OCCUrring in connection with the services to be performed by Vendor under this conIract and that Vendor has no authortty to bind City. The doctrine of respondeat IUperior IhaII not apply as betWeen City and Vendor.

INPlMNfflCAl]QH.

VENDOR covtnlfttl and-...... to FULLY INDEMNIFY, DEfEND and HOLD HARMLIIS, CITY ItId the llectld oIfIca., employe", otftcaN. dfNctoIw, ¥OIunIMra and ..... " .. tlvea of CITY, individually and ooJlecUYtIy, from IftCI apInat MY and aU ...., cia ..................... Ioa_, .......... file, .... .,.,......., proceecUnp, 1lCIIoM. damaftda, ca .... of action. liability and auItI of In), Idnd and natuN, IncIucIIng but not limited to, PIf'IOIUII or bo4ll)' InjUIY, daatta and property ............. upon CITY dlrtotly or .rd._ Irleing out of, I'IIUIIIng from or raIatH to VENDOR'S actIvIIMa under 1111 AerMmtnt. including Iny .. or omIIIlofts of VENDOR. Aft)' .... oftIcer, diNctot, .,.,...ntatIve. employ., conauttant or IUbcontrIctor of VENDOR, and ....., ........ ofIceIs, III ..... employ"', dlnlctora and rtplltMtlltatIvae wilDt In tINt ..... of the rig" or perfomtance of the d ...... under tit .. Agreement. The indemnity provided for In tllil paragraph

2&of34 .

Page 31: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

.... " not...., to 1ft, IIabIIily ........ front .... negligence of CITY, It • oftIcera or eftIPIOfeea, In InatIInc4Ia where audt ~ ............ Ilnjurr ...... GI' ptOpeItJ ........ IN THE EVENT VENDOR AND CITY ARE FOUND JOIN1\. Y UA8LE BY A COURT OF COMPeT!NT JURISDICTION. UA8IUTY 8HALL BE APPORTIONED COIIPARATIVEL Y IN ACCORDANCE WITH THE LAWS FOR THE STATE OF TEXAS, WITHOUT, HOWEVER. WAMNO NlY GOVERNMENTAL ~ AVAILABLE TO CITY UNDER TEXAS LAW AND wmtOUr WAMMO MY DEF.,.8E8 OF THE PARI1I8 UNDER TEXAS LAW. In 1IddIIIon. Vendor ...... to indemnify. cter.nci, Iftd hold City harm .... from any cIIIlm lnvolvlftg patMt 1nfrI ........................... nde ........ and copyrtg .... on goode Applied.

The provisions of thlllNDEMNITY are solely for the benefit of the partieS hereto and not intended to craaI8 or pnt any rights, COiltl-*'BI or otherwise, to any other penon or entity. VENDOR shall advise CITY In writing within 24 houri of any cI8Im or demand against CITY or VENDOR known to VENDOR related to or arising out of VENDOR's activities under thll AGREEMENT and ahaII see to the Inveatigation and defense of IUCh claim or demand at VENDOR', COIl CITY shall have the right. at Ita option and at ita own acpense, to participata In such defeMe wtIhout reIieYIng VENDOR of any of ita obligations under this pngraph.

Allianmenl. Except at otherwise staled ~. Vendor may not sell, assign. pledge. transfer or convey any inf8felt in this contract. nor deJagate the performence of any duties hereunder, by trarlIfer, by subconlracting or any other means, wtthaut the content of DIr8ctDr. M • condition of _ COl ...... if such consent '" granted. Vendor shall remain liable for completion of the I8fViceI and provision of gaodI outlined in this c:ontractin the tMtnt of cMfault by the succesacr wndor. 8S8ignee. transferee or .ubco .... actor. Any altempt to Ira .... , pledge or otherwise 8I8ign this Contract Without II8Id written approval, shall be void ., inIio and shall confer no rights upon any third penson.

Ownertbip of Documen\I. Pursuant to Texas Local Government Code Chapter 201. any and all Recorda produced by Vendor puflUant to the provisions of this cen .. act are the exclusive property of City; and no such Record shall be the subjeCt of any copyrtght or proprietary claim by Vendor. The .term ·R8COfd- 81 used herein shall mean MY docUment. peper, Iettar, bock. map. phaIograph. IOUnd or video recording. micn:lfilm. magnetic tape. etectranIc medium, or other Information recording medium. regardeu of phytIk:aI form or characteri8tic. Vendor under8tanda and acknawIedges that as the exduliYe owner of any and aU auc:h Reccrds, City has the right to use all such Reccrda as Cfty detIres, without reatriction.

Recorda Retention·

Vendor and II .ubccntradln. if any, IhaII property. accunIIeIy Md completely maintain au docurnenIa, papers, and AICORIa, and other evidence .,.,..,. lID the I8I'Vk:eI NndInd hereunder rOocumenl8-), and shall make IUCh Occumenta evaIIbIe to City" their ....... ~ at .. ,alo.""" timet and 81 often as CtIy may deem necllllllY during the contract perioct, fncIQcIng any .. ilion or ranewaI hereof. and the record nttIIIntion period estabIiIhed herein, for purpc •• of audit. 1nIpecUoft, exarnfnaUor .. and making excerpts or copies of same 171 City and any of ill authorized repr •• ntatives, .

Vendor shall retain any and all Dccumenls pmdnced ... result of teMc:es provided hereunder for a period of four ~ rRetention Pericd") fn:m the date of termination of the ccntract If. It the end of the Relention Period, theIa 18 litigation or other qUlltiont .-iIIng from. involving or concerning these Oocumenll or the ArvIces provided henIIn:Ier, Vendor 8haII retain the records until the rescfution of such IItigaIiOn or other such questions. Vender acknowledges and ..... that cay .... heYe eccesa to any _ au SUCh Documents It any and allliml8. as deemed neoasury by City. during said Retenaon Period. City may. allis eIIction. f8CIuire Vendor to return the documantI to CIty at Vendor'. eJCP8l1H prior to or at the ccnc:IuIion of the Retention Period. In such event. Vendor may retain a copy of the documantI.

Vendor 8halI notify City, immediately, in the event Vendor recetves any requests for Infannation fIom a thWd party, which pertain to the Documents ref8renced herein. Vendor underslands and agrees that City Will proces. and handle an euch requests.

SeyprabjIity. If any clause or pnMIIcn of IhiI c:ontract is held invalid. Utegal or unenforceable under present Of' future federal. state or Iccalllw8. Inc:Iudk1g but not limited to the City Charter. City Code. or ordinances of the City of San Antonio. Texas. then and In that event it is the Inlentlon of the parties hereto that such inValIdity. Illegality or unenfon:eabiIlty thai not effect any other clause or provision hereof and that the remainder of this cClibaCI thai be construed as If such invalid. Illegal or unenforcaabla cIauae or provJsicn was never contained herein. It is .., the Inlention of the parties t.eto that In lieu of each clause 01' proWIian of thts contract that is inYaIid, illegal, or uneclb'c:aable. there be added .. a part of the conAtt a clause or prcMsion .. similar In terms to such invalid. iDegaI or unenforceable ctauae or provisicn 88 may be possibIe.legat. valid and enforceable.

270fSt

Page 32: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

Comptiance with Law. Vendor ahaIJ provide and perform al serviceS requited under this Agreement in compiiarioe with 'an eppHcable federal, IbIt8 and Iocallawl. rvtesand regulatione.

Cert!f!cationl. Vendor WIIIT8I1tS and c:eItffies that Vendor and any other person designated to provide services hereunder has the requtsHe training, IicenIe and/or certification to provide said services. 8I'Id meet. efl competence standards promulgated by aU other authoritative bodies, 81 applicable to the services provided herein.

Nqrwajyer of Pefformance. Unless otherwtse specifically provtded for In this Agraement. 8 waiver by either Party of 8 breach of any of the terms. condltiona, covenants or guarantees of this Agreement ahall not be construed or held to be 8 waiver of any aucceecrmg or preceding breach of the same or any other term. condition. covenant or guarantee herein contained. Further. any failure of either Party to insist in anyone or more cases upon the ItriCt perlormance of any of the covenants of 1I1ls Agreement. or to exercise any option herein contained. shall In no event be construed as a waiver or relinquishment for the future of IUCh covenant or option. In fact, no waiver. change, modificatian or discharge by either party hereto of any provision of this Agrwement shall be deemed to have been made or shalt be affective unlHa expressed in writing and signed by the party to be charged. No act or omisSion by • Party thall in any manner impair or prejudice any right. power. privilege, or remedy "fable to that party hereunder or by taw or In equity, IUCh rights, powers. prMIaget, or remedies to be aIwaye epeciftceIIy ~ hereby.

~. Venue of any court action ~ dInctIy or IncHrKtIy by NNOft of this contrKt ahaU be In Bexar County. T .... Ttl. c:ontract II maca. and II to be performId In suar County, TUM, and Is govemad by the IaW8 or the Stat. of Ten ..

tf201IilgtmlndOn. As a condition 01 entering into this ag..ment. Vendor representa and warrants that It will comply with City's Commercial Nondiscrimination Policy, .. described under Section IIlC.1 of the SBEDA Ordinance. As part of such compliance. Vendor shaD not cIiacrirrtfMte on the bail of race, COlor, religion. ancestry or national origin, taX, age, marital status. sexuaJ orientation. or on the basis of dlAbiltty or other unl8wful forml of dllcrlmlnation In the IOlic:itIItion, "'Iction, hiring or commercial treatment of subcontractors, vendors. suppliers. or commen:iIl CUltcmef'l. nor ahaN Vendor ...... te against any person' for reporting InItanc:ea of 8uch dilcrlmination, Vendor nil provide equal opportunity for ~bcontractors, vendors and suppliera to participate In all of its public sector and pnv.te I8dDr IUbcontrIIctIn; and auppiy opportunltiel. provided that nothing contained In this cIBuIe shall prohibit or limit oIherwise IIWfuI efforts to remedy the effects of marketplace dilcriminatfon that have occurred or are occurring in CitY. Relevant Marketplace, Vendor understands and agrees that a material vIoIaQon of this claU18 &hall be considered • material breach Of ttlil agreement and may result In termination of this agreement dilqualificatJon or Vendor from participating in City contracts, or other I8nction1. This clause II not enforceabfe by or for the benefit of, and creaf8I flO obIgation to. any third party. Vendor wit Include this nondilcMlination daUIIln .u 8UtCOrillacll fat the ~ ofthit oontract

J)ellnquenl TIQI. In the event that Ven,dor is or ~uentJy beQQmeI delinquent in the payment of !IXeS owed to the City of San Antonio. City t8HI\'8I U1e rfQht to ~ .-ny ~uent .... from paymerU that City may owe to the delinquent Vendor as a result of1h1l contlld.

BlndlOQ Cpntract. This c:omr.ct thaIl be binding on and tnure to1he benefit of the pattieS hereto and their respective hel,., executors. adminfstr'lltm. legal rept8Mrltatives. and IUCC8IIOII and 8IIigns, except as otf1etWfse expressly ptOYided for herein.

Entire AQreemenl Thl$ CiOrttract. Indud'ng City's final e1ecttonfcaUy posted online VCf'Sion, toGether with its authorizing ordinance. nI itI price 8Chedule{a), attachmenta, purchase 0RSerI. and exhibitl. If any. constitutes the final and entire agreement between the pertiea hereto and contains all of the terms and conditions agreed upon. No other agreements. otal or otherwise. regarding 1he subject matter of this COflbaet shall be deemed to exist or to bend the parties hereto, unless aarne be In writing. dated sub&equent to the date hereof. and be duly executed by the parties. in accordance with the Amendment proviIion herein. It..... agtH tIuIt CIty.. ftnal e.bonlcally posted onIIM venlon or til. IOUcftatIon conti •• the II"'" &q;on tpeelllc:atloM, ICOP8 or MI'VIces. and terinI and condIIIon8 or til .. contract, and lhan control In the went of a conflict with any printed version .1gnecI1ftd IUbmJttId by Vendor.

28otS4

Page 33: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

007. SIGNATURE PAGE

By submitting an offer. whether eIedronic:atly or by paper, Offeror represents that:

(8)he is authorized to bind 0ffeI0r to fully comply with the terms and conditions of City's Request for Offer for the ptiCeS stated therein;

(s)he haS read the entire document, including the final version issued by City, and agreed to the tenns th8Nin;

Offeror is in good standing with the Texas State Comptroller's Office; and

to the beat of hislher knowledge, aU information is true and correct

If submitting your offer by paper, comp1et8 the following and sign on the signature line below. Failure to Sign Md submit this Signature Page will result in rejection of your offer.

otretor Information Please Print or Type Vendor 10 No. Signer's Name Nane of Business Street Address

VIOll17S

City, State, Zip Code Email Address Telephone No. FuNo.

N'CQNS &MlIE," 4. • co"'"

City's Solicitation No, , 0 75.

.~/~ ---.;z'" ,~~

2tof34

Page 34: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

001- STANDARD D£f1N1llONS

Whenever a term defined by the Uniform ccmmercial Code rUCC-}. 8& enacted by the State of Texas, is used in the Contract. the UCC definItiOn ahall control, untea otherwtle defined in the ConIract

All-or-None Offer - an RFO in which City will award the entia contract to one offeror only.

Me(Dat8 Qffer - two or more offers With substantive variations In the item or service offered from the same offemr In response to a soliCitation.

Assignment - a transfer of daima, rights or intet'e1t8 in goods, services or property.

Bid Bond - security to ensure that Offeror (a) will not withdraw the offer within the period specified for acceptance, and (b) Will furnish any required bonds and any neceMII'Y Insurance within the time specified In the eoIIcitatIon.

~ • the City of San Antonio, a Texas hom4HuIe municipal corporation.

Contractor - the offeror whose offer II eccepf8d by City and Is, therefore. the person, firm or entity provtdlng good$ or services to City under a contract.

Qtrector - the Director 01 City', Purchasing & GenefaI Servicet Department, or Director'S de8lgnee.

Une Item - a rlSting of Items in an offer for which an offeror is expected to provide separate pricing.

Qff![ • a complete, ligned responae to an RFO that. if eccepf8d, would bind Offeror to perform the resultant contract.

~ • a person, firm or entity that submitS an offer In response to a solicitation. The offerer whose offer is accepted by City may also be referred to herein .. Contractor, Vendor or Supplier.

payment Bond • a particular form of aecurib' provided by the contractor to protect City agafn8t lois due to the contractor'. failure to pay suppliers and subcot Ib !ICtOrI.

Pertprmanco BQnd - a partlcullr form of ~ provided by the contractor to protect City against loss due to the oontractor'l inability or unwiflingnesa to compIatit the COl dI.ct • agreed.

Pertprmance Oeposit • eecurity provJded by .". contractDr to protect City agaJn,t loss due to the contractor's Inability or unwiUingness 1D complete the coubad 81 agreed.

Pre:Submittal Cooferloce • a meeting conductBd by City, held in order to allow offerora to iIIk question. about the proposed contract and partlCUlarty. the contract Ip8CIfications.

purchase Order - a validly isSued order placed by an authoriZed City department for the purchase of goods or servIce!, written on City's .tandard pwehase order form, end which Is the vendor's authority to deliver to and invoice City for the goods or HMc:es specified in an RFO for the price stated In vendor's offer.

Spec;lfic;alfons - a description of what City requires and what Offeror must offer; a description of the physical or functional charac:teristics of a product or material. or the nature of a service or construction Item. . .

Subgcmtractpr - a person, firm or entity providing goods or services to a vendor to be used in the performance of the vendor'. obIigationa under the contract with City.

SupPlier - the offeror whose offer is accepted by City and Is, thetefore, the person, firm or entitY providing goods or services to CIty under a contract.

Vendor • the offeror WhOM offer .. accepted by City and ii, therefore, the person. finn or entity ptOVidlng goods or services to City under a contract.

30 of 34

Page 35: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

ATTACHMENT A

PRICE SCHEDULE

SCOTT SCBA AND EQUIPMENT

Manufacturer Name: SCOTT Product No.: X3324022200402 warranty: 15 Years on the pressure reducer 10 Years on the harness. bactt ........ cylinder. regulator and mask-(incfuding ........ )

Net Unit PriCe

104 each

~~~~~~~~~

Manufacturer Name~ Product No.: X332 I 1 each S ~':l3,60 S ~'l~6'O Warranty: 15 y.,. on the preIIUf8 reducer 10 Y ... on the harness, back..frame. cyInder. regulator and mak-(1ncIudIng theltnlpl)

nEM1a. AV3K HT MASK SIZE MED

Net Unit Price

Manufacturer Name: SCOTT S 2" ,ff 5070 .7 'L Product No.: 201215-05 19 each S

Warranty: 10 YEARS

ITEM 1b. AV3K HT MASK LG

Net Unit Price

Manufacturer Name: SCOTT S ,,'.iB' s 310l ,56 Product No.: 201215-06 12 each

Warranty: 10 YEARS

31 of 34

Page 36: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

U..J'- 4-0 ~.a~co~rt.. p, 1\ow~c..c­"".S b~~tr ,. 5

All 6 tJ~ ~

Manufacturer Name: scon Product No.: 2Q0954.02 warranty: 1 YEAR BAG. 3 YEAR ELECTRONICS, 5 YeAR

1 each

rrEM 2.. CYUNDER t 4S MIN 4500 Pst CARBON

Net Unit Price

Manufacturer Name: seen $ ,31' ,~o Product No.: 804722'()1 15 each

Warranty: 10 YEAR

m:M2b. CYUNDER • 60 MIN 4500 PSI. CARBON

Net Unit PI1ce

Manufacturer Name: SCOTT S 10 Sli,Q\) Product No.: 804723..()1 teach

warranty: 10 YEAR

1TE112c. EPIC 3 VOICE AMP

Net Unit PrIce

. Manufacturw Name: seon $ 37'.~O Product No.: 201275-01 15 each

W8fTBoty: YEAR

ITEM 2d. REGULATOR ASSEMBLY. 2013 • QO

$ ILpf7& .00

$ 105,(,00

$ S"4~.oc

Net Unit Pric:e (Quantity x Net Unit Price)

Manufacturer Name: seen Product No.: 2b0077-50 Warranty: 10 YEARS

32 of 34

J-

Page 37: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

{)J t. +4) .N\c..M")~~';\vJ~ fIl'~(w.6.a....

",. s" c}~~~f ," 5

AJJ-~ I'l.~N~

Manufac:tur8r Name: SCOTT Product No.: 201088-02 warranty: 1 YEAR

Quantity Net UnifPrk:e (Quantity x Net Unit Price)

1 each sl4Lf&,t b

(Yl(VI\J~~~r~ A"~~-c(' _, ."3,'f1..5g,,! - 13, "\ ')..~ If) 0

EXTENDED TOTAL: S 12. 0 , 9. 35', 3 'i ' ...... 1--3)

prompt Pay~ DiSCOUnt (f) % 0 days. (If no diSCOunt Is offered, Net 30 wiU apply.)

AUAC'1Mpf! ,

~TION ORDINANCE LANGUAGE

NOn-diSCrlmNtiOn. ". • PIftV to this contiller. Vendor undtt-- and ..... to comply with the Non-DisctImination Policy of the CIty of San Antonio c:or$IIIlId in Chapter ,2. AdtCte X of the City Code _ fuI1her, shall not dilCrlmInItI on the basil of race, color, rerlgion. national orfgin, 18X. sexual orientation, __ identity, vetefM .... age or dlubility. unless exempted by state or federal law, or .. oIherwIse IItAIbhhed hnIn.

AIIACt!IENI ~

VETERAN.owNED SIIAU. BUSINESS PREFERENCE PROGRAM (VOSS, ORDINANCE

Pursuant to Ordinance No. 2013-12.05-0864. effective for souatationIlSSued after January 15, 2014, IIIl101icitationa Issued by the City are aubjed to tracking of Veteran Owned Small Business (VOSS) particfpation.

For men Information on the program, refer to the VetefanoOwned Small Business Program Tracking Form attached to 1his soIlcHation as AIIactiment O. Respondent must COt'nptIte and tetum ~the 8Uached Veteran-Owned Sma" Business Program TrKkIng Form.

AnactIIENT D

VETERAN-OWNED 8MAU. 8U81N£88 PROGRAM TRACKING FORM (Posted IS Separate Dccument)

33af34

Page 38: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

ATTACHMENT E

CERTIFICATE OF INTERESTED PARTIES (Fonn 1211)

The Texas Government Code 12252.908. and the rules Juued by the Texas EthiCS commission found In TrUe 1. Sections 46.1. 48.3 and 46.5 of the Texas Administrative Code. require 8 bualness entity to IUbmit a completed Form 1295 to the City before the City may enter IntO a contract with that business entity.

Form 1295 must be completed online. In Box 3 of the form, provide the 8Oticitation number shown on the COYer page of this solicitation (e.g. IFB 8100001234. RFO 8100001234 or RFCSP 6100001234). The fonn is available from the Texas Ethics Commission by accessing the foUowtng web address:

https:/lWWW etbics,stale,bc.us/wt!alsnewfelf info forrnl295.htm

Print your compIatIId Fonn 1211.t1owfng the ~ Number and Date FlIId In the CertIftcdon of FUlng box It the upper right com.... SIgn Form 12M In front or • notary and .ubmlt It with your .... ponu to thIa 1011c1tItIon.

The following definitions found in the statute and Texas Ethics Cominission NIeS may be helpful in completing Fonn 1296.

-Business entity'" includes an entity through which business is conducted with. governmental entity or state ~ency. regardless of whether the entity ... for-ptOftt or nonprofit entity. The term does not Include a governmental entity or state agency.

·Controlling interest- means: (1) an ownerthlp Interest or participating interest In a business entity by virtue of unlta. percentage. shares. IfOCk, or othetwIse that exceeds 10 percent; (2) membership on the board of dlrect0f8 or other goyamlng body of a business entity of which the board or other governing body is composed of not more than 10 mambe,,; or (3) HlYice as an officer of a buslnest entity that has four or fewer otfic:era. or service as one of the four officers most highly compenuted by a butlnels entity that has more Ulan tour officers.

-Interested part( means: (1) 8 person who has a controlling interest in a business entity with whom a governmental entity or state agency contracts; or (2) • person who activefy patticipates In facilitating a contract or negotiating the terms of a contract with. governmentat entity or .... agency, Including 8 broker. intermediary. adviser, or attDmay for the business entfty.

~lnf8rmedialy". for purpoaea at INa Me. means a penIOn WhO acttveJy patticlpetes in the facilitation of the contract or negotiating the contract. Including a broker. iIdvisa', attorneY. or representative of or agent for the bullne .. entity who:

(1) receives compensation from the bulfnesa entity for the person', participation;

(2) communicates dlractly With the governmental entity or state agency on behalf of the business entity regarUlng the contract; and (3) IS not M employee of the buslneM entity

EXHIBIT 1-COOPERATIVE PURCHASING CONTRACT - HGAC EEOI-1S

(Posted 88 a separate document)

MofM

Page 39: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

,

...

City of San Antonio

V ..... n..()wned Small Busl .... Program Tracking Fonn

Autttortty. San Antonio City Code Chapter 2, Miele XI describes the City's veteran-o.vned small business preference program.

Tracking. ThllIOIJcIdon If not tfIaIbIt for • Dllferenc. based on status as a veteran-owned sma. business (VOSS). Nevet1heIess. In order to determine whether the program can be expanded at a later date, the City tracks VOSS participation at both prime contract and subcontract levels .

CertIIIcatIon. The City relies on inClusion in the database of veteran«med sma. businesses (VOSS) maintained by the U.S. Small Business Administration to verify VOSS status; however, veteran status may also be c:onfinned by cet1ification by another publIC or priVate en~ that uses SImilar cet1ification procedures.

DeftnitloM.

The program uses the federal definitions of veteran and veter'alHMned small business found In 38 CFR Part 74.

• The term "veteran" means a person whO served on adiYe duty with the U.S. Army, Air Fon:e, Navy, Marine Corps, Coast Guard, for any length of time and at any place and who was diIc:h8tged or released under conditions other than dishonorable. Reservists or members cI the National Guard called to federal active duty or disabted from a disease or injury incuned or aggravated in lite of duty or while in training status.

• . A veteran-owned small business Is a business that is not less than 51 percent owned by one or more veterans, or in the c:aae of any publicly owned business, not less than 51 pen:ent of the Ifock of which Is owned by one or more veterans; the management and daily business operations of which are controlled by one or more veterans and qualifies as "sman- for Federal business Iiza stand purposes.

The program uses the below definition of joint venture.

• Joint Venture means a c:oIabotation of for-profit business entities, In response to a IOIicitation. Which Is rnanifeIIt8d by a wrHI8n agreement. between two or more independently owned and controlled buIInesI firms to form a third business entity solely for purposes of undertaki1g diltind roles and respansi)ilities in the completion of a given contract under this business arrangement. each joint venture partner shares in the management of the joint venture and also shares in the profb or losses of the joint ven .... entafpriIe commensurately with _ contribution to the venture.

The program does not distinguiSh between a veteran and a I8fVice.dIsabled veteran-owned business and Is not Iimit8d geographically.

COMPlETE THE FOLLOWING FORM AND SUBMIT WITH YOUR BIDIPROPOSAl.

INStRUCTIONS

• IF SUBMlmNG AS A PRIME CONTRACTOR ONLY. COMPLETE SECTION 1 OF THIS FORM.

• IF SUBMITTING AS A PRIME CONTRACTOR UTIlIZING A SUBCONTRACTOR. COMPlETE 8ECTION81 AND 2 OF THIS FORM.

11121114

Page 40: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

City of San Antonio

Veteran..()wned SmaH BusineM .program Tracklng Form "

SOUCITATION NAMElNUM8ER:--"h ....... I ~OO~OuQ'-'7~S~(_4..;..· _ _______ _

Nameof. t: ' M~N' C & ' pc. I E-"'\u!J e",,,,,,, .se tu.· ct'~ r.. Physical Address: /ISH ~.J"'&t /oFI-J S." i re ~OCJ CIty, State. Zip Code: . ~tN5_-4CAJ TX' _J7Ct~O Phone Number: tM-7t'f .. ()t.f 0'< EmaJI Address: MeIl~~S 'l ""esr·'rc.. .<..0 ~ 18 Respondent certtfted aa a vose with the U.S. Small

@) BuIIneIs AdminIStration? Yes (cirde one)

If yes, proVide the SSA c.tificatlon •

If not certfflad by the SSA. Ia Respondent cartlfted as a G) vosa by another public or privata enIIly that uses similar Yas ceriHication procedUres? (ciR:Ie one)

If Y8' r . the name of the entity who has certified Respondent as 8 VOSS. Include any identifying cartIftcaUon nUmbeIa.

PItftiCipdon Percentage:

PIrticipetIon DoHar Amount:

It Respondent subcontracting With a business that is Yes ® certified •• VOSS? (cfrctI one)

lfeme of 81 11 ftIIlCTOR VetararI-Ownad SmaU BusineIt: - -. AddrasI:

cttv, State. Zip Code:

Phone Number:

EmaIl Address: .... If ""CTOR certified as 8 vosa with the U.S. Yas ® Small 8ullneu AdmflJJ!batiOn?_ (circle one) __ If yes. provide theSBA Catiftcation •

If not C8I1iftad by the SBA. Is 8U8CONTRACTo;r- GJ C8ftiftect as 8 vosa bV another public or private entity Yes that useslimilar certifIc:ation procedures? (circle one)

If yes. provide the name of the entity who has certified SUBCONTRACTOR. 8 VOSS, Include any Identifying certification numblrs.

Participation Percentage:

Participation ~ Amount

11/2,,, ..

PIge 2 of3

Page 41: AN ORDINANCE 2 0 1 6 - 0 8 - The City of San Antonio

City of San Antonio

Veteran.()wned SmaH Bus.ReM Program Tracking Fonn

ACKNOWlEDGEMENT

THE STATE OF TEXAS

I certify that my response& and the information provided on this Veteral-Owned Small BusIness PI8ference Program IdtMlUfIcation Farm ant true and conact to the best of my pensonaI knowtedge and beNef and that I have made no wilful mist8pAll8ntationa on this form. nor have I withheld any relevant InformaIIon In my statements and answers to questions. I am aware that any information given by me on this Veteran-Owned Smalt BusIness Preference Program Identification Form may be InvestigalBd and I hereby give my full permission for any such investigation. including the inspection of business recoo:Is and alia visits by City or itS authorized representative. I fully acknowledge that any misrepresentations or omJ&Iiona In my responses and Information may cause my offer 10 be rejed8d or conbac:t to be tefminated. I further acIcnowIedgelhat pnMding faIae Information Is grounds fat debarment.

BIOOERIRESPONDENT'S FULL NAME:

(Print Name) AuthorIzed Representative d BkkIerJRespondent

4~ ___ TItle

Date

------------------------------------------------------------~ SmIII BuIineea Prognwn TnIddng Form