CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services - Purchasing Division Telephone:

Size: px
Start display at page:

Download "CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services - Purchasing Division Telephone:"

Transcription

1 CHARLES COUNTY GOVERNMENT Department of Fiscal and Administrative Services - Purchasing Division Telephone: ITB NO MEDIUM DUTY PASSENGER BUSES ADDENDUM NUMBER THREE TO: All Bidders Please be advised of the following modification(s) & information related to Invitation to Bid (ITB) These modifications, comments, and attachments are hereby made a part of the solicitation documents to the same extent as if bound therein. The solicitation schedule remains the same as specified in Addendum CHANGES ITB SOLICITATION DOCUMENT A. Part III, Special Provisions, Section 2.29 Body Interior, Item H Delete Item H in its entirety and hold in reserve. B. Part III, Special Provisions, Section Item B-3: Electronic Fare Box Accommodation Add the text as Item C in the section: C. Install GFI Genfare base plate and wiring to the base plate. Base plate to be provided by vendor. C. Part III, Special Provisions, Section 3.6 Item B-6:Radio Delete Delete the section in its entirety and hold Section 3.6 in reserve. D. Part III, Special Provisions, Section 3.13 Item B-13: Main Farebox Delete the strikethrough text and add the bold, italicized text: Item B-13 Main Farebox A. Factory installed main Diamond Farebox Model XV or approved equal farebox with two vaults. E. Part III, Special Provisions, Section 3.15 Item B-15: Security Camera Pre-Wire Delete the strikethrough text and add the bold, italicized text: A. Pre-wire for AngelTrax on board security camera system DVR. Power and ground wiring shall be installed and run to location of the DVR. Location of the DVR shall be determined by the end user. F. Part III, Special Provisions, Section 2.8 Suspension, Item C Delete Item C in its entirety and hold in reserve. G. Part III, Special Provisions, Section Body, Frame and Exterior i. Item F Delete the reference to 79 inches and replace with 78 inches in the first sentence. ii. Item G Delete the strikethrough text in the last sentence: Page 1 of 9

2 A manufacturer's certification shall be provided, stating that all components listed above have been zinc coated prior to finish coating application. iii. Item R Delete the reference to 11.5 inches and replace with 12 inches in the first sentence. H. Part III, Special Provisions, Section 3.16 Item 16: Passenger Seatbelts Delete the reference to Item 16 and replace with Item B-16. I. Part III, Special Provisions, Section 3.17 Item B-17: Decals Add the following as Section 3.17 Item B-17: Decals: Exterior of body shall be delivered with graphics and paint per Appendix 2, photographs of a VanGO (Charles County), St. Mary s Transit and Calvert Transit branded buses. Pricing shall be provided for each entity as follows: 1. Item B-17A VanGO (Charles County), 2. Item B-17B - St. Mary s Transit, 3. Item B-17C Calvert Transit. J. Appendix 1, Forms, Bid Form Delete the Bid Form in its entirety and replace with Bid Form (D. 11/14/2017) in Attachment A of this addendum. 2. PENDING QUESTIONS FROM ADDENDUM 2 A2Q2 In Part I, Section Economic Adjustment Clause, will the County require bidders to submit an invoice showing the base price of the chassis included in the bid price as a basis for these adjustments? A2Q9 Part III, Special Provisions, Section 2.17, Item E This requires the manufacturer to provide Docket 90 compliance for bus material; this should only apply to seat material. Please consider revising. A2Q11 Part III, Special Provisions, Section Item B- 3: Electronic Fare Box Accommodation The County may want to consider revising the requirement to provide the steel plate, pre-wire, and base mount (either to be supplied by the County or acquired by the bidder). A2Q13 Part III, Special Provisions, Section 3.6 Radio Delete. This option may not be available on the Ford 550, please consider revising. A2Q14 Part III, Special Provisions, Section 3.13 Item B-13: Main Farebox. The County specified Euclid for this item, but the supplier is not responsive. Would the County consider other options? A2Q15 Appendix 2 County Graphics. The County should separate the graphics options by County, Refer to Part I, Section paragraph 2 of the solicitation for this information. Refer to Item 2.G in Addendum #2 for this See Item 1.B of this addendum for this See Item 1.C of this addendum for the See Item 1.D of this addendum for this See Item 1.I of this addendum for this Page 2 of 9

3 because the prices will vary significantly based on the differences in each design. A2Q16 Part III, Special Provisions, Section 3.15 Item B-15: Security Camera Pre-Wire. Does the County want the manufacturer to install the camera security system instead of just pre-wire? Or should the manufacturer pre-wire the DVR unit only? A2Q21 Page III-17, 2.29/H&M Is it the preference of the County to have the Driver s modesty panel a different color than the rest of the modesty panels on the bus? A2Q34 Page III-29, 3.13 Main fare Box: It is our understanding that Main Fare box is no longer in business. Is there another fare collection device that can be substituted? Diamond Fare Box? A2Q35 Page III-29, 3.15 Security Camera Pre-Wire: Can Charles County give us further information on the quantity of cameras for the system they wish to have a pre-wire installed? Also, can you provide us with the AngelTrax system that will be used? See item 1.E of this addendum for this See Item 1.A of this addendum for the See item 1.D of this addendum for this See 1.E of this addendum for these changes. 3. WRITTEN QUESTIONS RECEIVED THROUGH 11/09/ I-10 (2.6.4) OEM Chassis price changes. [Bidder] is comfortable providing chassis invoices at the time of price adjustment request. We will provide a copy of the invoice for the chassis used for the original purchase and one showing the new pricing from the OEM. 2 III-4 (2.2.J) Warranty as a Maryland vehicle dealer, we are not legally permitted to assume responsibility for the OEM warranty. We would request that the warranty be permitted as a pass through warranty as required by Maryland Dealer Laws. 3 III-6 (2.5.C) All bolts and rods passing through wood shall be cadmium-plated or stainless steel. We would request that zinc plating be allowed as well. 4 III-6 (2.5.I) Bus shall be completely painted prior Colonial requests clarification that the full body paint color to be white as a base coat, prior to installation of surface mounted items. Refer to Part I, Section paragraph 2 of the solicitation for this information. Zinc plated bolts in lieu of cadmium plated or stainless steel is acceptable. Yes, the full body paint should be a white base color. Page 3 of 9

4 5 III-7 (2.8.C) Rear suspension rear air ride. Refer to Item I.F above for the This is not available from Ford on the F550 chassis. Colonial requests the County to clarify if aftermarket air ride is what they are looking for or if we should recommend a different alternative (i.e. MorRyde). We will submit a request for approved equal for specific suspension recommendation once the County provides guidance. 6 III-8 (2.9.B) Goodyear tires Ford does not allow us to order specific brands of tires on this chassis. Colonial recommends that the County accepts any high quality OEM provided tire of the required size. 7 III-8 (2.11.A) Transmission six speed Ford Torqshift transmission. This transmission is not available with the 6.8L V-10 engine. Colonial requests that the County accept the Ford 6R140 six speed automatic in lieu of the Torqshift. 8 III-10 (2.16.F) minimum height of floor to Refer to Item 1.G above for this ceiling in center of aisle. Colonial requests that the County accept 78 on the standard height floor and 75 on any raised (flat) floor orders. 9 III-10 (2.16.G) manufacturer s certification for Refer to Item 1.G above for this zinc coated fasteners Ford will not provide this to us. Colonial requests the County remove this requirement. 10 III-11 (2.16.R) maximum step height Colonial requests that this dimension be set at 12. Refer to Item 1.G above for this 11 III-11 (2.16.U) Minimum of three step driver entry Colonial requests this to be set at 2 step for driver entry, including the running board. 12 III-12 (2.17.D) Docket 90 requirement. Colonial requests that the Docket 90 requirement be limited to only the seats, seat materials, and seat foam. 13 III-12 (2.18.A) complete undercoating prior to installation. Colonial requests that the undercoating be installed as per QVM requirements. 14 III-13 (2.20.A) Keyed a like requirement conflicts with 2.22.C shall have a non-locking door handle. Please clarify. 15 III-16 (2.29.G) All energy absorbent materials shall be yellow. This is the only reference to padding for the stanchions. Please clarify the County s intention as it relates to padded vs. nonpadded stanchioning. 16 III-17 (2.29.H) Driver s compartment shall have black matte non-reflective finish. Ford provides a gray/charcoal matte, non-reflective finish material for the driver s compartment. Colonial requests accepting gray and/or charcoal colors as well. Page 4 of 9 The County assumes this refers to Ford approved Quality Vehicle Modifiers and that process is acceptable. Refer to Item 1.A of this addendum regarding this item.

5 17 III-17 (2.29.K) Docket 90 see request # 12 above. Same request here. 18 III-18 (2.31.E) seat dimensions aisle width 18. Was previously listed on page III-7 as minimum of 17, please clarify. 19 III-20 (2.34.C) door open warning light previously listed as Door Ajar. Colonial requests that the County accept either phrase as long as it is consistent throughout each order. 20 III-22 ( B) 90,000 btu minimum rear heater requirement This was listed on the previous page (III-21) as a 70,000 btu minimum requirement. Colonial requests accepting 70,000 btu. 21 III-22 ( H/K) condenser requirement. These two items are conflicting. Please confirm which type of condenser (roof mount vs. skirt mount) that the County is intending to purchase as part of the base contract. 22 III-24 (2.41.A) Interior noise level. We request that the FTA/Altoona test procedure and requirement be accepted for this contract. Currently that is set at no greater than 80 DBA while accelerating from 0-35 mph. 23 III-25 (2.45.D) graphics please provide spaces on the bid form to allow an option for each graphics package for the three counties listed (Charles, Calvert, and St. Mary s). 24 III-28 (3.10.A) Factory installed GFI Odyssey fare box. Colonial requests that the County provide a model number and list of required options for this option to be sure we are quoting the County what they are expecting to receive. 25 III-29 (3.13.A) Main fare box this company is now out of business again. Please clarify how the county would like us to respond. 26 III-29 (3.15.A) Security camera pre-wire Please clarify what wiring and to what locations. 27 Page III-25, 2.45/B - WARRANTY REQUIREMENTS Will the County include a sight inspection to approve the service locations designated from the bidding agency? 28 Page III-26, 2.47/E Does the County want extended warranties including in the optional equipment items on the bid form? 29 Page III-26, Will the County reconsider its quantities for the manuals to a per order quantity? 30 Page III-26, , A/5 Will the County accept a USB stick in lieu of paper or CD rom for manuals? And can the quantity be changed to a per order quantity? Page 5 of 9 Seat dimensions shall allow for an aisle width of 18". The County accepts either phrase as they are describing the same conditions. 70,000 BTU rear heater is acceptable. Base price shall reflect a skirt mounted condenser. A roof mounted condenser shall be priced as an option. The County accepts either phrase as they are describing the same conditions. Refer to Item 1.I of this addendum for this If this option is exercised the County requires a factory installed 36" Genfare Odyssey validating electronic farebox that accepts bills, coin and tickets. Refer to Item 1.D of this addendum for this Refer to Item 1.E of this addendum for this The County reserves the right to inspect the proposed maintenance facility prior to contract award.

6 31 Page III-26, , A/6 We recommend that 1 digital sign programming station be provided per agency, I.E, Charles, Calvert and St. Mary s County as only 1 is needed per agency. 32 Page III-27, /D 3 paper copies and 3 electronic copies (CD-ROM) of the parts catalog shall be provided. This conflicts with Page III- 26, , A/2 Can the County please clarify which quantity of parts manual it prefers? 33 Page III-29, 3.14 Can the County clarify whether it prefers a skirt mounted or Roof mounted Condenser system? 34 Page III-29, 3.13 Main fare Box: It is our understanding that Main Fare box is no longer in business. Is there another fare collection device that can be substituted? Diamond Fare Box? Refer to Item 1.D of this addendum for this 35 Page III-29, 3.15 Security Camera Pre-Wire: Can Charles County give us further information on the quantity of cameras for the system they wish to have a pre-wire installed? Also, can you provide us with the AngelTrax system that will be used? Refer to Item 1.E of this addendum. ***END OF ADDENDUM*** Page 6 of 9

7 ATTACHMENT A

8 Firm s Name and Address: Date: DUNS/CCR #: The County Commissioners of Charles County, Maryland Charles County Government Building Post Office Box 2150 La Plata, Maryland BID FORM (D. 11/14/2017) This bid is submitted in accordance with your Notice to Bidders inviting bids to be received for the work outlined in the Special Provisions attached hereto for Bid No , MEDIUM DUTY PASSENGER BUSES. Having carefully examined the bid documents, the undersigned herein agrees to furnish all services as outlined in the bid documents for the Special Provisions as stated, for the following prices: A. BASE BID ITEM NO. DESCRIPTION OF ITEMS UNIT UNIT PRICE A-1 Bus per Technical Specifications Each $ B. OPTIONAL EQUIPMENT ITEMS * ITEM DESCRIPTION OF ITEMS UNIT UNIT PRICE NO. B-1 Roller Style Designated Signs Each $ B-2 Fire Suppression Each $ B-3 Electronic Fare Box Accommodation Each $ B-4 Strobe Light Each $ B-5 Backup Camera System Each $ B-6 Held in reserve $ B-7 Bike Rack Each $ B-8 Propane Prep Package Each $ B-9 Perimeter Seating Each $ B-10 GFI Odyssey Farebox Each $ B-11 Flip Seats at Wheelchair Tiedowns Each $ B-12 Pre-Wire for Two Way Radio Each $ B-13 Farebox Each $ B-14 Roof Mounted A/C Condensor Each $ B-15 Security Camera Pre-Wire Each $ B-16 Passenger Seatbelts Each $ Page 1 of 2

9 ITEM NO. B-17 Decals OPTIONAL EQUIPMENT ITEMS * (continued) DESCRIPTION OF ITEMS UNIT UNIT PRICE B-17A VanGO (Charles County) Decals Each $ B-17B St. Mary s Transit Decals Each $ B-17C Calvert Transit Decals Each $ TOTAL CONTINGENCY PRICE (ITEM B-1 THROUGH B-17) $ TOTAL BID PRICE (BASE BID+ CONTINGENCY) $ *Optional equipment items may or may not be used. Bidders shall complete this form in its entirety. By submitting a bid/proposal in response to this solicitation, the bidder certifies that their firm is not debarred, suspended, or otherwise ineligible for participation in government procurement by the federal government, the State of Maryland, or any other state, county, or municipal government. The undersigned has caused this Bid to be executed as of the day and year indicated above. (Printed Name) (Signature) (Title) ( ) (Phone) (Fax) Page 2 of 2