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 TWO 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 has changed. 1. SCHEDULE CHANGES A. Part I, Section 1.4 Solicitation Schedule Delete the strikethrough text and replace with the bold, italicized text: Milestone Date ITB Published October 18, 2017 Optional Pre-Bid Meeting Submission Deadline for Approved Equals Last Day for Questions November 7, 2017 at 10:00 a.m. (ET) November 9, 2017 November 15, 2017 before 4:30 p.m. (ET) November 15, 2017 before 4:30 p.m. (ET) Last Day for Addendums November 22, 2017 November 29, 2017 Bids Due to County 2. CHANGES ITB SOLICITATION DOCUMENT December 6, 2017 December 13, 2017 before 3:00 p.m. (ET) A. Part I, Instructions to Bidders, Section 3.1- Disadvantaged Business Enterprise (DBE) Program Delete the reference to Appendix 4 and replace with Appendix 3. B. Part III, Special Provisions, Section Requirements, Item J Add the bold, italicized text: J. The price quoted in any bid submitted shall include all items of labor, material, tools, equipment, and other costs necessary to fully complete the manufacture and delivery of the vehicles pursuant to these specifications. It is the intent of these specifications to provide and require a complete vehicle of the type prescribed ready for operation including all required equipment such as seats and seatbelts. Vehicle shall be fully compliant with all ADA requirements including a wheel chair lift. The Contractor shall assume sole responsibility for the entire vehicle as to warranty and aftersales parts and service, excluding the chassis. This includes the pick-up and delivery of the vehicle. C. Part III, Special Provisions, Section Body, Frame and Exterior, Item U Delete the strikethrough text and replace with the bold, italicized text: Page 1 of 8

2 Vehicle shall be equipped with a driver s side OEM running board and include a minimum of three (3) two (2) steps for driver entry. D. Part III, Special Provisions, Section Manuals/Parts List Submission Delete the strikethrough text and replace with the bold, italicized text: A. The following manuals/parts lists shall be provided: 1. Two (2) operator's manuals for EACH bus each order delivered 2. One (1) illustrated parts manual for EACH bus each order delivered, both chassis and body 3. One (1) Printed maintenance manual set for EACH bus each order delivered, both chassis and body, including electrical schematics showing location of fuses and components 4. One (1) copy of all utilized vendor parts and maintenance manuals for EACH bus each order delivered 5. Three (3) CD-ROM USB flash drives, virus free containing all of the manuals and parts lists for EACH bus delivered 6. One (1) Digital vehicle sign programming device per three (3) vehicles. E. Part III, Special Provisions, Section Public Address System Delete the last sentence of the section: As an option, the microphone shall be hands free. F. Part III, Special Provisions, Section 2.9 Wheels and Tires, Item B Delete the strikethrough text and add the bold, italicized text to Item B: Vehicles are to be equipped with tubeless, all-season, steel belted radial tires of minimum size Goodyear or approved equal 225/70R19.5 (as provided by the Original Equipment Manufacturer). G. Part III, Special Provisions, Section Insulation and Fire Safety, Item E Delete the strikethrough text in Item E: With the exception of the driver s seat, all materials used in the vehicle shall meet or exceed the flammability and smoke emission requirements specified in Docket 90. H. Part III, Special Provisions, Section 2.10 Engine, Item E Delete Item E in its entirety. I. Part III, Special Provisions, Section 2.10 Engine, Item I Add the text as the last sentence of Item H. A new diagnostic reader shall be submitted for each successive model year. J. Part III, Special Provisions, Section 2.11 Transmission, Item A Delete the strikethrough text and add the bold, italicized text: A. The transmission shall be a six (6) speed Ford TorqShift series Ford 6R140 six speed transmission or approved equal fully automatic, electronically controlled unit that meet requirements of the approved engine. Page 2 of 8

3 K. Appendix 1 Forms; Proposed Or Equal Items Form Delete the PROPOSED OR EQUAL ITEMS FORM in its entirety and replace with the PROPOSED OR EQUAL ITEMS FORM (D. 11/08/2017) in Attachment A of this 3. PRE-BID MEETING NOTES A. INTRODUCTION Good morning, and welcome to the optional pre-bid meeting for ITB 18-14, MEDIUM DUTY PASSENGER BUSES procurement. The purpose of this procurement is to obtain bids for the manufacture and delivery of up to forty-seven (47) medium duty passenger buses over a multi-year period. The County has included options for Calvert County and St. Mary s County. My name is Shanna Reese, Chief of Purchasing for Charles County Government. Also with us today are representatives from the Department of Planning & Growth Management (PGM), Transit Division: Jeffry Barnett No information obtained from any source other than the Solicitation documents found on the County Bid Board, representatives from the PGM-Transit Division (during this meeting), or myself may be considered to be accurate. NOTE: COMMUNICATIONS THROUGH PURCHASING REPRESENTATIVE ONLY. B. PROCUREMENT DISCUSSION All solicitation documents may be found on the County Bid Board. Ensure all required forms and any other information required is complete and in your bid package. Submit 1 unbound original and 2 bound copies of your complete Bid package. All questions should be directed to me in writing via the contact information provided in the ITB. Bids shall be valid for a minimum of 120 days from the bid due date. This procurement is subject to the terms and conditions of the Federal Transit Administration (FTA) and Maryland Transit Administration (MTA) provisions in Appendix 3 of the solicitation. Bidders shall submit all required documentation, including those specified in the FTA/MTA insert, or your bid may be rejected. Bidders must submit their Certificate of TVM/DBE Compliance with their bid package in order to be considered responsive. The term of the Contract shall be for a base period commencing on the date of Contract execution by the County and ending on November 30, There will be four (4) additional one (1) year extensions available. Approved Equal submissions are due to the County no later than 4:30 on November 15. These shall be submitted on the form provided in Appendix 1. Bidders shall submit complete information with their request by the date and time specified. Failure to submit complete information by the due date and time will not be considered. The County shall publish all approved equals in an Insurance requirements are located on page I-13. The protest policy may be found on page I-10 and I-11. Award will be to the lowest responsive, responsible bidder based upon the Total Bid Price provided it is in the County s best interest to do so. The County may reject any and all bids for any reason it deems necessary, and may waive any irregularities and/or informalities, and make award in any manner that is in the best interest of the County. By submitting a bid 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. C. TRANSIT DIVISION DISCUSSION None, opened floor for questions. D. QUESTIONS AT PRE-BID MEETING 1 The Altoona test reference in the specifications has not yet been completed for the 2017 Ford 550, which changed significantly from previous years. Will the Yes. The Altoona test must be completed prior to delivery of the first bus. Page 3 of 8

4 County accept bids even though this has yet to be completed? 2 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? 3 Will the County remove the requirement for the three step driver access and reduce to two? 4 There may be a delay in obtaining manuals and parts list prior to delivery of the first vehicle. Is that an issue for the County? 5 Per Part III, Special Provisions, Section 2.10 Engine, Item I - The County requires a diagnostic data reader kit be submitted. Is this with the initial order or should this be submitted for each successive year as well? 6 Per Part III, Special Provisions, Section 2.10 Engine, Item E Is the intent of this requirement to return the vehicle to the factory? 7 Part III, Special Provisions, Section 2.11 Transmission The required transmission referenced is not an option on the Ford 550. Can the County revise this requirement? 8 Part III, Special Provisions, Section 2.9 The type of tire specified in Item B may not be available from the manufacturer. Can the County change this item to OEM provided tire? 9 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. 10 Part III, Special Provisions, Section 2.36 Public Address System the County should consider removing the last sentence from the last paragraph. 11 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). 12 Part III, Special Provisions, Section Item B-10: GFI Odyssey Farebox. Can the County specify which Odyssey box it is using? 13 Part III, Special Provisions, Section 3.6 Radio Delete. This option may not be available on the Ford 550, please consider revising. 14 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? 15 Appendix 2 County Graphics. The County should separate the graphics options by County, because the prices will vary significantly based on the differences in each design. Page 4 of 8 To be addressed in a future See Item 2.C above for this change. No. See Item 2.I above for this change. See Item 2.H above for this change. See Item 2.J above for this change. See Item 2.F above. Bidders shall submit proposed revisions to the County in writing for consideration. See Item 2.E above. The County shall address this in a future 36 Genfare Odyssey Bidders shall submit proposed revisions to the County in writing for consideration. The County shall address this in a future The County shall address this in a future

5 16 Part III, Special Provisions, Section 3.15 Item B-15: Security Camera Pre-Wire. Does the County want the Bidders shall submit proposed revisions to the County in writing for consideration. manufacturer to install the camera security system instead of just pre-wire? Or should the manufacturer pre-wire the DVR unit only? E. CONCLUSION This concludes the meeting. Thank you for attending, and good luck. Copies of the attendance roster will be posted on the County Bid Board this afternoon. 4. WRITTEN QUESTIONS RECEIVED THROUGH 11/06/ Page I-3, Bid Submission Is it permissible to provide 1 bound original, 1 bound copy and 1 copy on a USB? 18 Page I-12, 3.1: - is the DBE reference found in Appendix 3?, we could not find an appendix 4 available. 19 Page I-14, 4.6: - Testing and Inspections states that the Contractor will be responsible for securing all required testing as inspections as well as all associated costs. Page III-3, 1.5 Quality Assurance refers to quality inspections at the manufacturing facility and final testing/inspections at the contractor s facility. If the Contractor is responsible for all costs, we request a separate line item be added in the optional equipment items on the bid form for travel to the manufacturer s facility. 20 Part II General Provisions sections 1.2, 1.3, 1.8, 1.9, 1.10, 1.12, 1.15/C, 1.16, 1.26, 1.27, 1.30, seems to be directed toward construction, can these sections be removed or deemed not applicable to this ITB? 21 Page III-1, 1.2 Is it acceptable to schedule inspections at the contractor s facility in MD as requested on Page III-3/G? 22 Page III-2, 1.3 Regarding invoicing, will Charles/Calvert/St. Mary s County provide us with a fleet # to provide on the invoice? Also, is item #6 needed for the invoicing requirements (Change order items and costs), is this for construction? 23 Page III-2, 1.3 The 4th paragraph mentions spare parts and/or equipment at the unit price itemized in the price schedule... Will there be a spare parts listing in the optional equipment items on the bid form? Are spare parts optional with this ITB? 24 Page III-3, 1.5/D This section refers to a resident inspector. Who will be responsible for the expenses to have a resident inspector at the plant? Bids shall be submitted as specified in the solicitation. Refer to Item 2.A above for this correction. Bidders shall refer to the testing and inspection requirements contained in Part III of the solicitation specific to this work. No. Yes, final inspections may be conducted at the maintenance facility of each County. Yes, each County will provide fleet numbers for invoicing purposes. Agreed upon change orders approved during manufacturing should be a separate line item on each invoice. There will not be a spare parts listing in the options. Provision of spare parts as part of the base pricing is optional. Each county will be responsible for resident inspector expenses. Page 5 of 8

6 25 Page III-3, 1.5/G. This section states that the final QA inspection will be conducted at the contractors location. This conflicts with Page III-1, 1.2, 1st paragraph, which mentions inspection of vehicles at the County location. Which does the County request? 26 Page III-4, 2.2/J We are not an authorized Ford dealer and cannot assume responsibility for the warranty, after sales parts and service of the chassis, can this requirement be changed to exclude the chassis? 27 Page III-4, 2.2/L If a pre-production meeting is held at the manufacturer s location, who will be responsible for the expenses to travel to the plant? 28 Page III-5, 2.4, F nuts, bolts, washers. shall be zinc/cadmium plated, phosphate coated, stainless steel to prevent corrosion Should this be OR stainless steel?. This is found again on Page III-10/J. 29 Page III-7, 2.6 General dimensions for tires: Can we remove Goodyear? We typically do not have control over which brand tire Ford provides. 30 Page III-8, 2.10/I Can this requirement be listed as an optional equipment item on the bid form? Also, does the County wish to have one of these diagnostic readers provided per bus, per order, or per agency? As we are not an authorized Ford dealer, we may not be able to provide this requirement. 31 Page III-10, 2.16/F this section states that there shall be a min of 79 interior headroom. This conflicts with Page III-7, 2.6, interior center aisle height 78 min. Can you please clarify which interior height requirement the County prefers? 32 Page III-11, 2.16/U Can we change the driver s step entrance requirement to either a maximum of 3 steps, or 2 steps for driver s entry? 33 Page III-12, 2.19/A Does the front cross-over mirror need to be heated/remote with turn signal? 34 Page III-13, 2.22/C this section states that the rear emergency exit door shall have a non-locking handle. This conflicts with Page III-13, 2.20, A, which states that the wheelchair door and emergency door shall be keyed alike, which implies a locking door. Can the County clarify whether they prefer a rear locking emergency door? 35 Page III-15, 2.28/C Can the County please define strip lighting? 36 Page III-16, 2.29/F&G Can the County clarify that it is requesting stainless steel stanchions/grab rails/hand rails and all of them will be painted/powder coated with dura-diamond yellow? Page 6 of 8 Final inspections will be conducted at each county's maintenance facility. In the case of Charles County, buses will be delivered to their Department of Public Works address then moved to MV Transportation's maintenance facility for final inspection. Yes, the chassis can be excluded from warranty responsibility by the bidding agency. See Item 2.B above for this change. If a pre-production meeting is held at the manufacturer s location travel expenses will be the responsibility of each county. This should be zinc/cadmium plated, phosphate coated OR stainless steel. The tires specification states Goodyear or approved equal. Any high quality tire that meets the size requirements is acceptable. See Item 2.F above for this change. One hand held diagnostic data reader needs to be provided to each County on each initial order and each successive model year. It should be included in the base bid price, but may be aftermarket as long as it meets the specifications. Refer to 2.I above for this change. Minimum height of 78". Yes, see Item 2.C above for this change. The crossover mirror does not need to be heated/remote with turn signal. Both the wheelchair lift door and the emergency exit doors shall have locks and be keyed alike. These are LED lights contained within a sheathing that is continuous and has the appearance of a "strip". Yes, that is correct.

7 37 Page III-17, 2.29/H&M Is it the preference of the County to have the Driver s modesty panel a The County will address in a future different color than the rest of the modesty panels on the bus? 38 Page III-21, 2.36/E this specification requires either a 2 speed blower type or electric heating element under the floor covering. This conflicts with PageIII- 12, 2.18/F A step-well low voltage electric heater pad. Can the County please clarify which type of step-well heating system they prefer, or if either is acceptable? 39 Page III-22, /H&K Can the County clarify whether it prefers a roof mount or skirt mount condenser system? 40 Page III-22, 2.37/B The last sentence refers to an optional hands free mic. Does the County want a hands free mic priced on the optional equipment items on the bid form? 41 Page III-24/25, 2.43, Wheelchair Securement Does the County wish to have a storage compartment available for the placement of the w/c tie-downs when not in use? 42 Page III-24, 2.43/C Can the County clarify the floor anchorage requirements Q-Straint Slide and Click Oval Floor Pocket? 43 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? 44 Page III-26, 2.47/E Does the County want extended warranties including in the optional equipment items on the bid form? 45 Page III-26, Will the County reconsider its quantities for the manuals to a per order quantity? 46 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? 47 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. 48 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? 49 Page III-29, 3.14 Can the County clarify whether it prefers a skirt mounted or Roof mounted Condenser system? Page 7 of 8 Either method of preventing ice from forming on the steps is acceptable. The base specifications are for a skirt mounted condenser system. A roof mounted condenser system should be priced as an option. Please omit the hands free microphone option. Refer to Item 2.E above. Yes, it is required that a storage compartment/bag be included in the base bus. The requirement is for a conventional Q- Straint recessed floor mount. Yes, the County reserves the right to conduct a site inspection of the maintenance facility proposed prior to contract award. No extended warranties can be purchased with federal funds. After the contract is awarded each agency may discuss extended warranties directly with the vendor. The quantities of manuals specified in III-26, shall apply to each order instead of each bus. See Item 2.D above for this change. Yes, the County will accept a USB flash drive for manuals. The quantity shall be changed to per order instead of per bus. See Item 2.D above for this change. One digital sign programming station per agency is acceptable. See response to question #31 above. The quantity of manuals specified shall be per order instead of per bus and a USB flash drive instead of CD-ROM is acceptable. See Item 2.D above for this change. The base price should be for a skirt mounted condenser. A roof mounted condenser should be priced in the options.

8 50 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? 51 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? The County will address this in a future The County will address this in a future ***END OF ADDENDUM*** Page 8 of 8

9 ATTACHMENT A

10 PROPOSED OR EQUAL ITEMS FORM (D. 11/08/2017) Bidder: Address: Fax: Specified Item to be Replaced by Or Equal Item: Or Equal Item Proposed: Specified Item Reference In ITB: Page: Section: *Discussion/Justification of Item Proposed as Equal to the Specified Item. Attach any documentation as appropriate Specifications, photographs, catalog pages, user reviews, etc.: Attach additional pages if necessary. Number of Attachments *Bidders shall complete a separate form for each item proposed as equal, and provide supporting justification and documentation with each submission. Determination of Or Equal status will be based solely upon the information provided by the Bidder. This form and supporting documents must be submitted by the Submission Deadline for Approved Equals stated in the Solicitation Schedule. Or Equal Approved Disapproved Date: By: Title: Printed Name: Page 1 of 1