Solicitation 02GSR027-13 X-Ray Inspection System


[PDF]Solicitation 02GSR027-13 X-Ray Inspection System...

1 downloads 95 Views 150KB Size

Hamilton County

Bid 02GSR027-13

Solicitation 02GSR027-13

X-Ray Inspection System

Bid designation: Public

Hamilton County

12/17/2013 6:50 AM

p. 1

Hamilton County

Bid 02GSR027-13

Bid 02GSR027-13 X-Ray Inspection System Bid Number

02GSR027-13

Bid Title

X-Ray Inspection System

Bid Start Date

Dec 17, 2013 8:48:32 AM EST

Bid End Date

Jan 6, 2014 11:00:00 AM EST

Question & Answer End Date

Jan 3, 2014 12:00:00 PM EST

Bid Contact

Gina Richmond Purchasing Agent II Purchasing 513-946-4321 [email protected]

Contract Duration

One Time Purchase

Contract Renewal

Not Applicable

Prices Good for

Not Applicable

Pre-Bid Conference Dec 30, 2013 10:00:00 AM EST Attendance is optional Location: Walk-Thru Job and Family Services (JFS) 222 E. Central Parkway Cincinnati, Ohio 45202 Bid Comments

Hamilton County Job and Family Services is seeking pricing for a X-Ray Inspection System with warranty Email: [email protected] for a bid packet Item Response Form

Item

02GSR027-13--01-01 - Use attached cost sheet

Quantity

1 each

Unit Price Delivery Location

Hamilton County JFS (Hamilton County Department of Job & Family Services 222 E Central Parkway Cincinnati OH 45202 Qty 1

Description Use attached cost sheet

12/17/2013 6:50 AM

p. 2

Hamilton County

Bid 02GSR027-13

REQUEST FOR QUOTES (RFQ) FOR X-RAY INSPECTION SYSTEM 02GSR027-13 Walk-through: December 30, 2013 @ 10:00 AM 222 E. Central Parkway, Cincinnati, Ohio 45202 (Meet: Front Lobby) Due Date: January 6, 2014 Issued by THE HAMILTON COUNTY BOARD OF COMMISSIONERS CINCINNATI, OHIO 45202 December, 2013 Electronic quotes will be received through Bid Sync or email or Paper quotes will be received at the Hamilton County Purchasing Department, Room 507, 138 East Court Street, Cincinnati, Ohio 45202, until 11:00 AM on the date listed above. Quote forms, specifications, etc. may be obtained upon application at the Purchasing Department, or they may be electronically retrieved by accessing the following web site: http://www.hamilton-co.org/purchasing/. Responders can register with Bid Sync by calling 1-801-765-9245 or by visiting the website at www.bidsync.com. There is no charge for Hamilton County solicitations. Responders will receive notification of all postings made by Hamilton County for the commodity selections you have made. 1 12/17/2013 6:50 AM

p. 3

Hamilton County

Bid 02GSR027-13

If you need HELP preparing an electronic response please feel free to contact Bid Sync Supplier support @ 1-800-990-9339 ext #1. GENERAL CONDITIONS AND INSTRUCTIONS TO VENDORS 1. The Board of County Commissioners reserves the right to reject any or all quotes and, unless otherwise specified by the vendor, to accept any item in the quote. In case of error in extending the total amount of the quote, the unit price will govern. 2. The County will make the final payment when the materials, supplies, equipment, or the work performed has been fully delivered or completed to the full satisfaction of the Board of County Commissioners. 3. In case of default by the vendor or contractor, the Board of County Commissioners may procure the articles or services from other sources and hold the vendor or contractor responsible for any excess costs occasioned thereby. 4. Prices must be stated in units or quantities specified. 5. Bidders submitting quotes must realize that other County Departments may elect to utilize this bid after its original award. All quote must include the length of time that the prices and services offered are available and effective. The pricing submitted in the quote can only be used for the effective time period specified in the original quote. Additionally, Hamilton County is permitting area Municipalities, Townships, Villages and Cities to utilize our bid opportunities after the award of the bid. 6. Quotes submitted shall be irrevocable. 7. Whenever a reference is made in the specifications or in describing the materials, supplies, or services required, of a particular trade name or manufacturer’s catalog or model number, the vendor, if awarded the contract, will be required to furnish the particular item referred to in strict accordance with the specifications and descriptions UNLESS a departure or substitution is clearly noted and described in the quote by the vendor and accepted by the County. 8. The vendor, if awarded a contract or order, agrees to protect, defend, and hold harmless the Board of County Commissioners against any demand for payment for the use of any patented material, process, article, or device that may enter into the manufacture, construction, or from a part of the work covered by either order or contract. To the fullest extent permitted by and in compliance with applicable law, Vendor agrees to protect, defend, indemnify and hold harmless the County in behalf of HCJFS and their respective members, officials, employees, agents, and volunteers (the Indemnified Parties) from and against all damages, liability, losses, claims, suits, actions, administrative proceedings, regulatory proceedings/hearings, judgments and expenses, subrogation’s (of any 2 12/17/2013 6:50 AM

p. 4

Hamilton County

Bid 02GSR027-13

party involved in the subject of this Contract), attorneys’ fees, court costs, defense costs or other injury or damage (collectively “Damages”), whether actual, alleged or threatened, resulting from injury or damages of any kind whatsoever to any business, entity or person (including death), or damage to property (including destruction, loss of, loss of use of resulting without injury damage or destruction) of whatsoever nature, arising out of or incident to in any way, the performance of the terms of this Contract including, without limitation, by Vendor, its subcontractor(s), Vendor’s or its subcontractor’s (s’) employees and agents, assigns, and those designated by Vendor to perform the work or services encompassed by the Contract. Vendor agrees to pay all damages, costs and expenses of the Indemnified Parties in defending any action arising out of the aforementioned acts or omissions. 9. Samples, when requested, are returned at the vendor’s expense. 10. Concealed weapons, whether with or without a permit, are not allowed in any Hamilton County Building. ORC states that "Unless otherwise authorized by law, pursuant to the Ohio Revised Code, no person shall knowingly possess, have under the person's control, convey, or attempt to convey a deadly weapon or dangerous ordnance onto these premises." 11. All rebates or other incentives available during the effective dates of the awarded quote must be available to Hamilton County. As the savings become available or if there is a rebate offered during term of contract, the awarded vendor must notify Hamilton County of information through [email protected]. 12. As a governmental body we are tax exempt. 13. This purchase and any modifications, amendments, or alterations, shall be governed, construed, and enforced under the laws of Ohio

3 12/17/2013 6:50 AM

p. 5

Hamilton County

Bid 02GSR027-13

The Hamilton County Board of County Commissioners on behalf of Job and Family Services (JFS) is accepting quotes for a X-Ray Inspection System. The purpose of this RFQ is to select a vendor who can best meet the requirements of the RFQ at the lowest cost for the specified time periods. The Vendor selected from this RFQ process shall provide these services, as defined hereafter. The proposed solution must meet the specific needs of the Board of County Commissioners. The details of the services needed are further defined in Section 1.6 Requirements and Specifications. 1.1

Purchasing Department: The contact for this quote is: Gina Richmond, Purchasing Agent Hamilton County Purchasing Department 138 East Court Street, Room 507 Cincinnati, Ohio 45202 All questions regarding this quote must be presented in writing and emailed or faxed to: [email protected] (Quote number should be entered in the subject line of the e-mail) or Fax: (513) 946-4335

1.2

Delivery of Quotes: Vendors submitting their quotes must submit their quote through Bid Sync or by emailing [email protected] or delivered to the Hamilton County Purchasing Department, Room 507, 138 East Court Street, Cincinnati, Ohio 45202 by 11:00 a.m. EST on January 6, 2014.

1.3

Acceptance and Rejection of Quotes: Hamilton County reserves the right to: x

Award a quote received on the basis of individual items, or on the entire list of items

x

Award based on amount of initial term or on initial term plus optional renewal year(s)

x

Award or not award any portion of this contract

x

Award to multiple Vendors

x

Reject any or all quotes, or any part thereof

x

Waive any informality in the quotes 4

12/17/2013 6:50 AM

p. 6

Hamilton County

1.4

Bid 02GSR027-13

x

Eliminate conditions or terms that are not in the best interest of Hamilton County and its residents

x

The County makes no representations or guarantees as to any minimum amounts being purchased by the County or if the County will purchase through this quote.

Contract Period, Funding and Invoicing: Contract reimbursement is based on successful completion and approval of all equipment and services over the period of the contract. The Vendor can claim payment only for services already provided. Payment by Hamilton County is made within thirty (30) days after verification and acceptance of invoices presented by the Vendor and any required documentation.

1.5

Insurance Requirements: GENERAL CONDITIONS Bidder’s Insurance Provisions During the Agreement and for such additional time as may be required, Bidder shall provide, pay for, and maintain in full force and effect the insurance outlined herein for coverage at not less than the prescribed minimum limits covering Bidder’s activities, those activities of any and all subcontractors or those activities anyone directly or indirectly employed by Bidder or subcontractor or by anyone for whose acts any of them may be liable. Certificates of Insurance Before starting work, Bidder shall give the County a certificate of insurance completed by Bidder’s duly authorized insurance representative certifying that at least the minimum coverage required herein is in effect; specifying the form that the liability coverage’s are written on; and, confirming liability coverage’s shall not be cancelled, non-renewed, or materially changed by endorsement or through issuance of other policy(ies) of issuance without thirty (30) days advance written notice to: Hamilton County Risk Manager 138 East Court Street, Room 707 Cincinnati, OH 45202 Facsimile: 513-946-4322 Each policy required by this clause, except worker’s compensation and professional liability, shall endorse “the Board of County Commissioners of Hamilton County, Ohio and its officials, employees, agents, and volunteers” as an additional insured. The additional insured endorsement shall be on an ACORD or ISO form.

5 12/17/2013 6:50 AM

p. 7

Hamilton County

Bid 02GSR027-13

The Bidder shall furnish the Hamilton County Risk Manager and the Purchasing Department with a Certificate of Insurance describing the insurance specified under the agreement. The certificate shall be provided on an ACORD 25 form or equivalent. The Bidder shall furnish the Hamilton County Risk Manager and the Purchasing Department with a copy of the Worker’s Compensation Insurance Certificate if it is not described in the ACORD 25 insurance certificate. Failure of the County to demand such certificate or other evidence of full compliance with these insurance requirements or failure of County to identify a deficiency from evidence provided shall not be construed as a waiver of Bidder’s obligation to maintain such insurance. The acceptance of delivery by County of any certificate of insurance evidencing that the required coverage and limits does not constitute approval or agreement by the County that the insurance requirements have been met or that the insurance policies shown in the certificates of insurance are in compliance with the requirements. The County shall have the right, but not the obligation, of prohibiting the Bidder or its subcontractor(s) from conducting business with the County until such certificates or other evidence that insurance has been placed in complete compliance with these requirements is received and approved by the County. If Bidder fails to maintain the insurance as set forth herein, the County shall have the right, but not the obligation, to purchase said insurance at Bidder’s expense. Alternatively, the Bidder’s failure to maintain the required insurance may result in termination of this Agreement at County’s option. If any of the coverages are required to remain in force after final payment, an additional certificate evidencing continuation of such coverage shall be submitted with Bidder’s final invoice. All certificates of insurance shall reference the project/contract number for which the insurance is being provided. Insurer Qualifications To the extent feasible, all insurance shall be provided through companies admitted to do business in the State of Ohio. Insurance policies provided by companies not admitted to do business in the State of Ohio shall be reviewed by the Hamilton County Risk Manager. Each company shall minimally have an A.M. Best rating of A-: VII. In addition, certified copies of all insurance policies or amendatory endorsements required shall be provided to the County within ten (10) days of Bidder’s written request for those copies.

6 12/17/2013 6:50 AM

p. 8

Hamilton County

Bid 02GSR027-13

Insurance Primary All coverage required of Bidder shall be primary over any insurance or self funded program carried by the County. Any insurance or self insurance maintained by the County shall be excess of the Bidder’s insurance and shall not contribute to it. No Reduction or Limit of Obligation By requiring insurance, the County does not represent that coverage and limits shall necessarily be adequate to protect Bidder. Insurance effected or procured by Bidder shall not reduce or limit Bidder’s contractual obligation to indemnify and defend County for claims or suits which result from or are connected with the performance of this Agreement. Additional Insured To the extent commercially available , the policy or policies providing insurance as required, with the exception of professional liability (if applicable) and workers’ compensation, shall defend and include the Board of County Commissioners, Hamilton County, Ohio and its officials, officers, employees, agents, and volunteers as additional insureds on a primary basis for work performed under or incidental to this Agreement. The form of the Additional Insured endorsement shall be the most recent edition of Insurance Services Office CG 20 10 (Form B) or its equivalent. If any of the Additional Insureds have other insurance applicable to the loss, it shall be on an excess or contingent basis. The amount of Bidder’s insurance shall not be reduced by the existence of such other insurance. Severability of Interests Bidder shall require all insurance policies in any way related to the goods or services provided under this Agreement and secured and maintained by Bidder to include a severability provision or an endorsement waiving “cross claim exclusion between insureds” verbiage contained therein. Bidder shall require of subcontractors, by appropriate written agreements, similar waivers are included in subcontractor’s insurance policies. Duration of Coverage All required coverage shall be maintained without interruption during the entire term of this Agreement. The products and completed operations coverage under the Commercial General Liability policy shall maintain coverage for the entire term of this Agreement, plus an additional two (2) years, following final acceptance of the product(s) or the service(s) by the County. Continuous Operation Bidder’s general liability insurance policy must be endorsed to reflect the fact that County and any tenants shall continue to operate business activities of Bidder and that no property used in connection with County and tenants’ activities shall be considered by Bidder’s insurance company as being in the care, custody, or control of Bidder.

7 12/17/2013 6:50 AM

p. 9

Hamilton County

Bid 02GSR027-13

Retroactive Date and Extended Reporting Period If any insurance required herein is to be issued or renewed on a claims-made form as opposed to the occurrence form, the retroactive date for coverage shall be no later than the commencement date of the project. Further the policy shall state that in the event of cancellation or non-renewal, claim discovery period or “tail coverage” shall be 1 year beyond the cancellation date. Subcontractor’s Insurance Bidder shall cause each subcontractor contracted by Bidder, under this agreement to purchase and maintain insurance of the types specified below. When requested by the County, the Bidder shall furnish copies of certificates of insurance evidencing coverage for each subcontractor. Joint Ventures If Bidder is a joint venture involving two (2) or more entities, then each independent entity shall satisfy the limits and coverage specified here or the joint venture shall be the Named Insured under each policy specified. Waiver of Subrogation Bidder shall require all insurance policies in any way related to the work and secured and maintained by Bidder to include clauses stating each underwriter shall waive all rights of recovery, under subrogation or otherwise, against the County. Bidder shall require of subcontractors, by appropriate written agreements, similar waivers each in favor of all parties enumerated in this section. Cooperation Bidder and County agree to fully cooperate, participate, and comply with all reasonable requirements and recommendations of the insurers and insurance brokers issuing or arranging for issuance of the policies required here, in all areas of safety, insurance program administration, claim reporting and investigating, and audit procedures. Adjustment of Losses Any County’s first party loss insured under the policies required herein shall be adjusted by Bidder and County, as their interest may appear, and made payable to County as trustee for the insured’s as their interest may appear, subject to the requirements of any applicable mortgagee clause. The County, as trustee, shall have the power to adjust and settle any loss with the insurers unless one of the parties in interest objects in writing within five (5) days after the loss to County’s exercise of this power. If such objection is made, an arbitrator mutually acceptable to the parties in interest and the County shall be chosen promptly. The County, as trustee, shall in such case make settlement with the insurers in accordance with the directions of such arbitrator. If distribution of the insurance proceeds by arbitration is required, the arbitrators shall direct such distribution.

8 12/17/2013 6:50 AM

p. 10

Hamilton County

Bid 02GSR027-13

Replenishments of Limits At Bidder’s expense, all limits must be maintained at all times due to claims on this project or any other project. Failure to do so may result in cancellation of this Agreement at the County’s sole discretion. If Bidder fails to renew, replace or replenish the coverage required, County may do on Bidder’s behalf and deduct the cost from Bidder’s payments. Insurance Limits and Coverage To the extent applicable, the amounts and types of insurance shall conform to the minimum terms, conditions, and coverage of Insurance Service Office (ISO) policies, forms, and endorsements. If Bidder has any self-insured retentions or deductible under any of the following minimum required coverage, Bidder must identify on the certificate of insurance the nature and amount of such self-insured retentions or deductible and provide satisfactory evidence of financial responsibility for such obligations. All selfinsured retentions or deductible shall be Bidder’s sole responsibility. Commercial General Liability Bidder shall maintain commercial general liability insurance covering all operations by or on behalf of Bidder on an occurrence basis against claims for personal injury (including bodily injury and death) and property damage (including loss of use). Such insurance shall have these minimum limits and coverage: Minimum Limits: x x x x

$1,000,000 each occurrence $1,000,000 general aggregate $2,000,000 products and completed operations aggregate $100,000 fire liability

Coverage: x x x x x x x x x

Equivalent to most recent ISO commercial general liability form ISO CG 00 01 Products and completed operations coverage maintained for at least two (2) years Blanket contractual liability Broad form property damage Severability of interest Personal injury Waiver of subrogation Joint venture as named insured (as applicable) Additional insured endorsement

Automobile Liability Bidder shall maintain business auto liability covering liability insurance arising out of any auto (including owned, hired, and non owned autos) assigned to or used in performance of the work contemplated under this Contract. The policy shall be at least as broad as the current version of the ISO CA 00 01 form. 9 12/17/2013 6:50 AM

p. 11

Hamilton County

Bid 02GSR027-13

Minimum Limits: x $1,000,000 combined single limit each accident Coverage: x Additional insured endorsement x Specific waiver of subrogation x Contractual liability Worker’s Compensation Bidder shall maintain workers’ compensation and employer’s liability insurance. Minimum Limits: x

Worker’s compensation-statutory limit meeting the requirements under the laws of Ohio

Employer’s liability $1,000,000 bodily injury for each accident $1,000,000 bodily injury by disease for each employee $1,000,000 bodily injury disease aggregate Umbrella/Excess Liability Bidder shall maintain umbrella/excess liability insurance on an occurrence basis in excess of the underlying insurance described in Commercial General Liability insurance, and Business Automobile Liability insurance, which is at least as broad as each and every one of the underlying policies. The amounts of insurance required in this section General Liability, Business Auto Liability and Umbrella/Excess Liability may be satisfied by Bidder purchasing coverage for the limits specified or by any combination of underlying and umbrella limits, so long as the total amount of insurance is not less than the limits specified in General Liability, Business Auto Liability and Umbrella/Excess Liability when added together. x

Minimum Limits:

$2,000,000 combined single limit and aggregate limit. Coverage: x x x x x x x x

Additional insured endorsement Pay on behalf of wording Concurrency of effective dates with primary Blanket contractual liability Punitive damages coverage (where not prohibited by law) Aggregates: apply where applicable in primary Care, custody, and control-follow form primary Drop down feature 10

12/17/2013 6:50 AM

p. 12

Hamilton County

x

Bid 02GSR027-13

Specific waiver of subrogation

Self Insured Retention $10,000

1.6

SPECIFICATIONS:

The intent of this RFQ is to secure pricing to purchase an X-ray Inspection System and four (4) years of maintenance, in addition to trade in and disposal of three (3) HCJFS’ xray machines. The anticipated Contract term for maintenance is February, 2014 through December 2018. HCJFS desires one (1) X-Ray inspection system (HI-SCAN), equipped with the latest technology including a color monitor which is switchable to Black and White, with an uninterruptible power source/supply. The X-Ray inspection system (HI-SCAN) should be designed to inspect bags, purses, briefcases, mail trays and parcels at HCJFS entrypoint. Also, Vendor shall remove from HCJFS premises and dispose of the three (3) existing systems. Detailed specifications are listed below in Exhibit A and B.

A. SCOPE OF WORK 1. Pricing must include equipment, delivery, installation training, travel, miscellaneous expenses, warranty, maintenance and trade in allowance; 2. Vendor must agree and reflect in its pricing to allow HCJFS to trade in three (3) existing systems toward the purchase of one (1) new equipment system. Vendor shall remove from the premises and dispose of the three (3) existing systems in accordance with all applicable disposal regulations and provide a certificate of disposal to HCJFS. 3. The above-mentioned equipment will be delivered and installed as follows: Physical Address: Hamilton County Job and Family Services, 222 East Central Parkway, Cincinnati, Ohio 45202

B. DELIVERY, INSTALLATION, AND TRAINING REQUIREMENTS 1. The successful Vendor shall be responsible to deliver product to the designated area for installation. 2. The successful Vendor shall be responsible for setup and installation of the equipment at designated locations. 3. Delivery shall be F.O.B. destination, freight, and delivery included. 4. The successful Vendor shall provide a factory-trained service technician to install the system. The technician shall assemble all equipment with all specified components, and ensure the equipment is in proper working order prior to leaving HCJFS.

11 12/17/2013 6:50 AM

p. 13

Hamilton County

Bid 02GSR027-13

5. The successful Vendor shall remove any packaging or boxes from the installation site and from HCJFS property. 6. The service technician shall provide operational training for staff immediately after the installation of the equipment. 7. All staff members shall be trained at the same time at HCJFS on the new equipment. Training shall include the mechanical functioning of the unit, methods of detecting weapons and explosives, and required operational maintenance. C. WARRANTY AND MAINTENANCE REQUIREMENTS Warranty for purchased equipment 1. Equipment shall include at a minimum, a one (1) year onsite warranty including all parts and labor. 2. The equipment shall have at a minimum, a one (1) year warranty for all parts and labor of each unit or module purchased. 3. Software upgrades shall be included in provided warranty and maintenance service agreements for no additional charge. 4. It is the responsibility of the successful vendor to facilitate the exchange or repair of equipment during the warranty period. 5. The successful vendor shall provide an installation warranty equal to the length of time of the equipment warranty offered by the manufacturer. The installation warranty shall include the removal and installation of any equipment or components of the equipment covered under the manufacturer's warranty. 6. The equipment shall include one (1) each hard copy and soft copy of the following documents: Specification’s Manual; Operator’s Manual; Owner’s Manual from the manufacturer; and 7. A suggested schedule for preventive maintenance services. 8. Repair times required for maintenance shall apply to the warranty period as well. Maintenance 1. The equipment shall include four (4) years of ON-SITE maintenance for all equipment purchased. 2. The Maintenance Agreement shall include all parts and labor for all components for a set annual fee.

12 12/17/2013 6:50 AM

p. 14

Hamilton County

Bid 02GSR027-13

3. If a component is unavailable for replacement, or has been discontinued, the successful vendor shall provide equal or better product for repair. 4. The Maintenance Agreement shall begin when the warranty period ends, which is one (1) year after final acceptance. 5. Vendor must provide a technical service network with telephone support available during normal business hours. 6. On-site service must be available on business days during the week. 7. For purposes of definition, business hours shall be defined as 7:30 a.m. to 4:30 p.m. Monday through Friday, excluding holidays. One business day shall be defined as nine business hours. 8. From the time HCJFS’s representative calls Vendor, the repair company shall respond by telephone within one (1) business hour, and have a service technician on site within two (2) business hours of the repair company’s call from HCJFS. 9. The service technician shall begin active “problem resolution”, which is defined as, but not limited to, testing, diagnostics, and replacement of defective parts necessary to resolve the problem. 10. The technician responding to the call must check in with the HCJFS personnel or designee upon arrival and before departure. 11. If the equipment cannot be repaired on site, and must be taken to the vendor's shop for repairs, HCJFS shall not be charged for pickup and delivery. Equipment shall be returned to HCJFS with the completed repairs within seven (7) business days of the initial call placed by HCJFS. 12. HCJFS reserves the right to request that the successful vendor shall provide, at no cost to HCJFS, loaner equipment equal to existing, and appropriately configured to replace HCJFS’s equipment when or if off-site warranty repair is deemed necessary by the vendor. HCJFS reserves the right to approve loaner equipment size and capacity. 13. All equipment shall include preventive maintenance (PM) servicing as a part of the warranty or maintenance service. PM Service will be performed at the manufacturer’s recommended intervals. 14. The vendor shall have available, upon request, a log of all service performed on the equipment, including PM. 15. Any additional charges not included with the standard maintenance agreement must be specified in the quote.

13 12/17/2013 6:50 AM

p. 15

Hamilton County

Bid 02GSR027-13

ATTACHMENT A DETAILED SPECIFICATION X - RAY SCAN 6040ds OR SIMILAR PRODUCT

Feature Highlights x Compact solution for mobile and stationary applications x State of the art technology with HI-MATPlus material classification GENERAL SPECIFICATIONS ITEM

DESCRIPTION

Tunnel dimensions Max. object size Conveyor height Conveyor speed at mains frequency 50 HZ / 60 Hz Max. conveyor load (evenly distributed) Resolution (wire detect ability) Penetration (steel) X-ray dose / inspection (typical) Film safety

620 (B) x 420 (H) [mm] • 24.4” (B) x 16.5” (H) 615 (B) x 410 (H) [mm] • 24.2” (B) x 16.1” (H) Approx. 650 mm (25.6”)

Duty cycle X-ray Generator Anode voltage • cooling Beam direction Image Generation System X-ray converter Grey Levels stored Image presentation Digital video memory

100 %, no warm-up procedure required

Image evaluation functions Monitor Additional Features Features

Options Installation Data X-ray leakage CE-labeling Sound pressure level

Approx 0.20/0.24 (m/s) 100 kg (220.5 lbs) Standard: 38 AWG (0.1 mm) • typical: 39 AWG (0.09 mm) Standard: 27 mm • typical: 30 mm HI-MAT: 1.6 μSv (0.16 mrem) Guaranteed even for high speed films up to ISO 1600 (33 DIN)

140 kV cp • hermetically sealed oil bath diagonal L-shaped detector line, high resolution 4096 B/W, color 1280 x 1024 / 24 bit B/W, HIGH, LOW, NEG; incl. Option HI-MAT, additionally VARI-MAT, O2, OS electronic zoom: stepless enlargement up to 16-times 17” color monitor, low radiation according to MPR II und TCO 99 standards Luggage counter, user-id number, display of operating mode, REVIEW-feature to recall previously visible image areas , zoom overview, free programmable keys HI-TIP, HI-SPOT, SEN, Xport, IMS (Image Management System) meets all applicable laws and regulations with respect to X-ray emitting devices in compliance with 98/37/EWG, 72/23/EWG, 89/336/EWG < 56 dB(A)

14 12/17/2013 6:50 AM

p. 16

Hamilton County

Bid 02GSR027-13

DETAILED SPECIFICATION X - RAY SCAN 6040ds OR SIMILAR PRODUCT

Operating- / storage temperature Humidity Power supply Power consumption Protection class system Dimensions • Weight Mechanical construction

0° - 40°C / -20°C - +60°C 10% - 90% (non-condensing) standard: 230 VAC or 110 VAC +10% / -15% • 50 Hz / 60 Hz ± 3 Hz approx. 0.5 kVA IP 20 1730 (L)2) x 797 (B) x 1180 (H) [mm] • approx. 340 kg 68” (L)2) x 31.4” (B) x 46.5” (H) • approx. 748 lbs Steel construction with aluminum panels standard color(s): RAL 7016 / stainless steel

15 12/17/2013 6:50 AM

p. 17

Hamilton County

Bid 02GSR027-13

ATTACHMENT B

EQUIPMENT TO BE TRADE-IN AND DISPOSED MAKE

MODEL

L/3 LINE SCAN ASTROPHYSICS

PXM 215 XIS 7858

SERIAL NUMBER

DATE MANUFACTURED PX-2677 2004 58826 1999 ASTGC160MM144 2007

16 12/17/2013 6:50 AM

p. 18

Hamilton County

Bid 02GSR027-13

ATTACHMENT C Cost Sheet Description, model number, and price for $ _________ equipment _____________________________________ Model # _____________________________________ Installation

$ _________

Training

$ _________

Cost for first year of maintenance after the one (1) year warranty expires.

$ _________

Cost for second year of maintenance

$ _________

Cost for third year of maintenance

$ _________

Cost for fourth year of maintenance

$ _________

Hourly rate for repairs not covered under maintenance or warranty. Clearly state what would be included in this category.

$ _________

___________________________________ ___________________________________ ___________________________________ Percentage discount off manufacturer's published price sheet for parts needed for hourly repair.

$ _________

Trade in allowance for existing equipment

$ _________

EXCEPTIONS State any exceptions you are taking to equipment or services specified. Include exceptions to maintenance coverage.

17 12/17/2013 6:50 AM

p. 19

Hamilton County

Bid 02GSR027-13

18 12/17/2013 6:50 AM

p. 20

Hamilton County

Bid 02GSR027-13

Question and Answers for Bid #02GSR027-13 - X-Ray Inspection System

OVERALL BID QUESTIONS There are no questions associated with this bid. If you would like to submit a question, please click on the "Create New Question" button below.

Question Deadline: Jan 3, 2014 12:00:00 PM EST

12/17/2013 6:50 AM

p. 21