PCT Vehicle Maintenance Schedule - Polk County, North …



REQUEST FOR PROPOSALSFORVEHICLE MAINTENANCE SERVICESInterested Vendors should submit their proposals by July 7, 2017 to the attention of:Dianne Timberlake, Transportation ManagerPolk County – Consolidated Human Services AgencyMail: PO Box 308Columbus, NC 28722Phone: (828) 894-8203Email: dtimberlake@Any late proposals will be returned unopened. Vendors should submit sealed proposalsclearly marked with:“Vehicle Maintenance Services for Polk County Transportation Service”REQUEST FOR PROPOSALS FORVEHICLE MAINTENANCE SERVICESPolk County Transportation Service (PCT), hereinafter referenced as PCT, will receive request for proposals (RFP) to establish vehicle maintenance service contracts. It is the intent of this RFP to establish one or more contracts with responsible and reliable Contractors. The contract(s) will be cost reimbursement, all work will be priced and pre-approved prior to the start of the work efforts. Following a six (6) month probationary period, PCT will enter into a contract for a 12 month period with two twelve month extensions upon review of the prior months and with satisfactory performance.Interested parties may obtain a complete copy of the Request for Proposal by contacting:Dianne Timberlake, Transportation ManagerPolk County – Consolidated Human Services AgencyMail: PO Box 308 (40 Courthouse St)Columbus, NC 28722Phone: (828) 894-8203Email: dtimberlake@Sealed Proposals are due by 5PM on July 7, 2017. Proposals submitted after this date will not be considered and will be returned unopened.Issuance of this Request for Proposal does not commit PCT to award a contract, to pay any costs incurred in preparation of a proposal or to procure or contract for related services or supplies. PCT reserves the right to accept or reject any or all proposals, to waive minor technicalities and informalities and to make an award deemed in its own best interest. All Contractors must certify they are not on the federal or state list of ineligible Contractors. The Comptroller General’s federal list of ineligible Contractors is located at the web site . The state list of debarred organizations can be found on the State’s Purchase and Contract web site doa.state.nc.us/pandc/. The successful Contractor(s) shall be required to comply with all applicable local, state and federal laws and regulations including Equal Employment Opportunity. Disadvantaged Business Enterprises will be afforded full opportunity to submit proposals and compete for subcontracting work and will not be discriminated against on the basis of race, color, religion, sex, national origin, or disability. DBE Contractors must be certified and registered on the NCDOT Directory: following is the solicitation schedule:June 23, 2017Issuance of RFP. PCT issues this RFP.July 7, 2017Proposal Submission.July 10, 2017Proposals will be opened at 9AM at the transportation office.July 10, 2017Evaluation. During this period, the Evaluation Committee will conduct a full detailed evaluation of Proposals and References. July 14, 2017Award NotificationSELECTION CRITERIAThis procurement will be conducted using formal (sealed) competitive proposal procedures. It is the intent of PCT to conduct technical evaluations of proposals received, hold Contractor site visits and / or interviews, conduct negotiations with one or more Contractors, and select one or more Contractors, with the goal of promoting fairness and competition.All proposals will be evaluated by PCT personnel who will determine which proposals are responsive and rank them according to the evaluation criteria. Please Contact Dianne Timberlake, Transportation Manager to be sent an email attachment of PCT manuals.Polk County reserves the right to accept or reject any or all proposals, to waive minor technicalities and informalities and to make an award deemed in its own best interest as provided in N.C.G.S. 143-129(b). The following criteria will be used to evaluate the proposals.Criteria & WeightProposal Response – how well the issues are addressed25Qualifications and Experience25References25Costs25INSTRUCTIONS TO PROPOSERSSUBMITTAL REQUIREMENTSThe information included in this document is designed to assist with responding to the RFP by indicating the desires of the procuring agency. All respondents must accurately and completely fill out the Maintenance Response Form. Respondents to this RFP may only communicate with the designated contact listed in this RFP regarding the RFP and/or selection process. All communication shall be in writing.The proposal will be valid for a period of 120 days from submission. Following a six (6) month probationary period, the contract period shall be for 12 months with an option of up to two (2) 12 month extensions.All submitted proposals must adhere to the following guidelines:Be typed on 8 1/2" by 11" paperMail to the address on Page 1, in SEALED packages clearly marked “Vehicle Maintenance Services for PCT”Be received on or before opening date and timeSUBMISSION PACKET CHECKLISTThe checklist below is provided to help proposers with compilation of documents requested in this RFP.Check (√) INCLUDED IN PACKET Sign Off as Complete_____A. Maintenance Response Form_____B. Certificates of Insurance_____C. Form of Proposal and Acknowledgement of Addenda_____D. Required Submissions from Appendices_____E. Submission of Packet Checklist Completed_____One (1) original printed document and a CD (or other electronic format) of completed and signed proposal responseTECHNICAL SPECIFICATIONSPROJECT AND BACKGROUND OF SYSTEMSThe key elements of this maintenance program include, a comprehensive preventive maintenance schedule, full utilization of standard warranty coverage and customer service responsiveness. Contractors work collaboratively with staff to maximize cost efficiencies, minimize unscheduled repairs and downtime and ensure quality service while providing mechanically sound, safe, reliable and clean vehicles. Attention is always focused on balancing costs and providing effective service. The following table lists the fleet to be included in this contract. Please note that as vehicles are replaced or expansion occurs vehicles may be substituted, deleted, or added to the fleet. The maintenance classification will relate directly to the Preventive Maintenance Schedule that will be discussed later in this document. The maintenance plan required by the Federal Transit Administration and the North Carolina Department of Transportation is included in the attachments.FLEET CHARACTERISTICS(Fleet Inventory vehicles)VEH #YEAR/MODELLICENSEVIN NUMBERTYPECurrent MileageTIRE SIZETotal Monthly Mileage 22011 Ford66693V1FTDS3EL2BDA7130812 Pass Conversion139308245/75R/161304152011 Ford66692V1FTDS3EL4BDB3166812 Pass Conversion109045245/75R162712162011 Ford66691V1FTDS3EL4BDA7130912 Pass Conversion146192245/17R162021182012 Dodge Caravan66673V2C4RDGBGXCR3740095 Pass with Chair Ramp98798235/60R161975192014 Ford (Lift)61052V1FTDS3EL5EDA386638 Pass (2 Wheel Chairs)87152245-75-R162892202014 Ford (Lift)61053V1FTD53EL7EDA386648 Pass (2 Wheel Chairs)81315245-75-R162483212014 Dodge Caravan71642V2C4RDGCG7ER42334437 Pass Mini Van77329225-65-R173008222015 Ford Chassis (Lift)79146V1FDEE3FLXFDA345498 Pass (2 Wheel Chairs)49210225-75R161307232015 201 F 550 Bus80115V1FDGF5GY5FEC9181821 Pass (2 Wheel Chairs)19796225/70R19.51176242015 Ford E450L81469V1FDFE4FS7GDC0509619 Pass (2 Wheel Chairs)28578225/75R162615252015 Dodge Caravan82681V2C4RDGCG2GR1367907 Pass Mini Van39130225-65-R172599262016 Nissan Pathfinder84868V5N1AR2MM6GC6340957 Pass Crossover33870235-65R-182074272016 Mobility Transit Van (MTV) 35088201V1FTBW3XM6GKB2502112 Passenger Conversion14597235/65R-16C2062282017 Ford (lift)95082V1FTBW3XM7HKA502517 Pass (2 Wheel Chairs)955235/65R-16C798292017 Ford (lift)95084V1FTBW3XM9HKA502527 Pass (2 Wheel Chairs)1299235/65R-16C8312008 Dodge/Daimler Van1D8HN44H78B1849647 Pass Mini Van93672P225/65R161092009 Ford Focus1FAHP34N19W1366925 Passenger Car113572P195/60R151172009 Ford Focus1FAHP34N49W2404815 Passenger Car117759P195/60R151182009 Ford Focus1FAHP34N69W2404825 Passenger Car50996P195/60R152013 Ford Escape1FMCU9GX8DUB164535 Passenger Car73867P235/55R17SCOPE OF WORK WITH STATED DELIVERABLESUnless otherwise specified herein, the contractor shall provide all supplies, personnel, equipment, tools, materials, supervision, and other items or services necessary to perform the management and operation of motor vehicle maintenance functions as defined in this Scope of Work. All supplies and materials shall be of a type and quality that conform to PCT specifications and standards. All supplies, materials, and equipment to be used in the performance of work described herein are subject to the approval of PCT.The contractor must submit to PCT a work order identifying the work to be performed prior to start of service.The contractor shall not use any materials, chemicals, or compounds which PCT determines would be unsuitable for the intended purpose or harmful to the vehicles being serviced.The following is a list of products PCT requires for vehicle maintenance purposes. Each product submitted must be identified with one of these categories. It is desirable that vendors be able to supply the greatest number of all services listed below.The vendor must give all PCT maintenance requests top priority attention.The vendor will provide the following items:Professional Welding ServicesExhaust Services to include Catalytic Converter ServicesAlignment Equipment capable up to a 213” wheel base and 19,500 lbsUp to date diagnostic scanning equipmentTire Pressure Monitoring Equipment with reprogrammable capabilityTire Equipment to properly remove, replace and balance tiresBrake Lathe Machine Capable of Turning Rotors and DrumsThe Ability to look up Technical Service Bulletin RecallsCoolant Flush MachinesTransmission Flush MachinesThe Ability to Work Directly with the Vehicle ManufacturersThe contractor shall provide intermediate maintenance, preventive maintenance and scheduled inspections/tests? repair/replace unserviceable parts, assemblies, subassemblies and components? refinish, fabricate parts, make modifications? repair accessories and auxiliary equipment, and body and structural repair.Vehicle Maintenance normal hours of operation shall be continuous from 8:00 AM to 5:00PM daily, Monday through Friday The contractor shall provide on-call response within 60 minutes for weekends, holidays, and after normal duty hours for emergency vehicle repair. This work shall be continuous 24 hours a day, 7 days a week until completed, unless approved by PCT.Recognized Holidays for Polk County Offices. Except for work categorized as emergency, the contractor is not required to provide all services on the federal holidays.NOTE: Any of the above holidays falling on a Saturday or Sunday shall be observed on the date designated by Polk County Government. (List of recognized Holidays available at the county office).The contractor shall maintain all vehicles to the standards required by PCT mandatory directives and manuals. PCT manuals available in email format upon request.The contractor shall accomplish scheduled preventive maintenance, concurrent and special inspections, tests, and calibration. The contractor shall be responsible for installation or transfer of vehicle accessories and special equipment as approved by PCT. The contractor shall be responsible for repairs and parts after installation which should fall under warranty.The contractor shall provide, issue, and add all replenishment fluids/ lubricants to include? engine oils, transmission, brake and hydraulic fluids, gear lubricants, and coolants that meet the standards set forth by PCT directives and manuals. PCT manuals available in email format upon request.The contractor shall provide repair and replacement of vehicle and equipment tires in accordance with PCT directives and manuals. Disposal of unserviceable tires shall be the contractor's responsibility in accordance with approved environmental procedures. The contractor shall maintain strict control of all accountable documents. This includes logs and registers required by PCT. These documents will be made available to PCT upon request.The contractor shall ensure that employees have current and valid professional certifications before operating county vehicles. Vehicle Operations drivers must be licensed by the appropriate State to operate vehicles used in the performance of this contract on federal, state, and local highway systems.The contractor shall provide motor vehicle and equipment repair parts equal to or exceeding the quality of replacement parts supplied by the original equipment mercially purchased or contractor rebuilt parts may be used if they equal or exceed the quality of the original parts. PCT may award multiple contracts for each maintenance activity.For cost and service efficiencies, PCT prefers to have a single Contractor that is able to perform all services. However, if necessary, Contractors may subcontract specialty work to subcontractors who have been approved prior to the start of work. The Contractor shall be responsible for all costs associated with doing business with its subcontractors unless otherwise mutually agreed upon with PCT.Service Facility Location and ContactsA Contractor Information Sheet is included. Proposers must submit this form with their proposal. When information on the form changes, a new form should be submitted. The form includes the facility location and primary and secondary contact information.PREVENTIVE MAINTENANCE SERVICEThe description of preventive maintenance activities follows:Preventive maintenance is a term used to describe the performance of regularly scheduled maintenance procedures of a vehicle to prevent the possibility of malfunctions. PCT will maintain all vehicles and wheel chair lifts in the best possible operational conditions. This will be accomplished by adhering to and/or exceeding the manufacturer’s recommended minimum maintenance requirements.PCT will contact the Contractor to schedule any maintenance service. At the time of the contact, the Contractor will provide an estimated price for the service. The Contractor is responsible for communicating any noted inspection deficiencies to PCT BEFORE the repairs are performed. Part of the communication will include an estimate for the additional activities. Please note that all fluids needed for topping off, reservoirs or oil changes shall be included in the quoted price of the preventive maintenance service.Each week, PCT will provide a pre schedule of the PM Services that are approaching their mileages. PCT and Contractor will mutually agree on a schedule for the week to accomplish the maintenance.PREVENTIVE MAINTENANCE SCHEDULEIn addition to the following schedule:REGULARWash vehicle interior and exterior – determine need by the amount of use and road conditions. (Salt used for clearing roads and chloride compounds used to control dust on unpaved roads may require more frequent washes.Clean the windshield wiper blades as required.UNSCHEDULEDReplace:AlternatorStarter motorWindshield wiper motorWindshield wiper bladesO2 sensorExhaust components: muffler, manifolds, pipes, hangers and clamps, headlamps, turn signal bulbs, brake lights and marker lights.Vehicle interior fittings, seat materialsWheelchair lift componentsWheelchair restraint componentsEVERY YEARVehicle InspectionFlush radiatorReplace coolantService air conditionerReplace all hoses? more often if necessary.MILEAGE SPECIFICIn dusty areas, the air filter should be replaced every 10,000 miles.PVC valve and brake pad replacements and engine tuneups may need to be performed more often than suggested in this schedule.PM DescriptionPreventive maintenance (PM) service is scheduled at 5000 miles or six (6) months, whichever comes first. The preventive maintenance schedule matches the Original Equipment Manufacturer’s (OEM’s) recommendations and is documented in PCT maintenance plan. The majority of vehicles receive an “A” or “B” service on an alternating basis. For example: the vehicles receive an “A service” at 5,000 miles, “B service” at 10,000 miles, then “A service” again at 15,000 miles, etc. The “C”, “D”, and “E” services will always be performed in conjunction with an “A” or “B service”.The “A” shall be inspected and maintained for a minimum 5,000-mile performance increment.The “B” PM Service shall include ALL items on the “A” PM Checklist, plus the items specified under the “B” PM Service. This service shall be maintained for a minimum 10,000-mile performance increment. This service shall be performed every 10,000-15,000 miles.The “C” PM Service shall be performed in conjunction with an “A” or a “B” PM Service.The “D” PM Service, or “tune-up” service. It shall be performed in conjunction with the “B” PM Service that is scheduled between 50,000 and 60,000 miles but not to exceed four (4) years.The “E” PM Service or “coolant system” service shall also be performed in conjunction with an “A” or “B” PM Service at 50,000-mile incrementsRepair ServiceAs a result of PM Service, the Contractor may make recommendations for repair service. Contractors shall support their recommendations for repair work by using diagnostic statistics, accepted performance standards, vehicle history records, mileage, etc. The Contractor shall obtain prior authorization before completing any work that is the result of PM Service. All repair service, other than emergencies, will be scheduled by PCT.The required turn-around time for PM Service plus routine repair services done as a result of the PM shall not exceed two (2) business days or a mutually agreed time frame.Warranty ServiceCompletion of warranty work revealed as a result of PM Service shall not exceed five (5) business days from the date the vehicle is received by the warranty dealer. If special circumstances require extended down times, the specific schedule will be mutually determined between PCT and the Contractor / Warranty Dealer.Contracted service facilities shall be familiar with all manufacture and after-market warranties. It is the responsibility of the Contractor to identify and notify PCT of service that is covered by any warranty. PCT will make the final determination to exercise the warranty or not based on costs, nature of the work to be done, convenience, and customer service.PCT shall be responsible for coordinating all warranty work with the Contractor. Emergency ServiceIf a vehicle has a breakdown or is involved in an accident after hours and cannot be driven, the PCT shall have the vehicle towed to either the System's or the Contractor’s facility. Service Procedures CommunicationsPCT will assign a contact person to coordinate services including: daily scheduling of vehicle drop-off and pick up, authorization of any service as a result of PM work, update of vehicle work status, review of invoices, etc.The Contractor will provide contact information for a primary and secondary contact, as provided on the Contractor form.The PCT will call the on a daily basis when vehicles have been delivered for services. The Contractor shall anticipate the calls and be prepared to provide accurate and timely information to PCT on vehicle status including but not limited to:Vehicle status.Which vehicles are ready by vehicle number.Which vehicles are being serviced and/or require authorization for repair.Which vehicles require warranty service.Estimated completion date of vehicles under repair.Description of repairs.PCT and Contractor will discuss the following information at a minimum:Vehicles coming in for service including estimated cost and arrival time.Type of PM Service to be done.Significant mechanical problems vehicle is having – as relayed by driver.Service work Authorization.Billing Requirements A detailed work order / invoice will be provided when the vehicle is returned. On a monthly basis, the Contractor shall prepare and submit a summary invoice with detailed work orders attached. Both of these documents should minimally include:Vehicle #, Work Order #, Work Order Date, Work Order Costs, Sales Tax, Tire Fee, Hours, Hours Cost, Total CostEach summary invoice will contain the following statement, a signature of person preparing the invoice and be dated:This information is true and accurate to the best of my knowledge and ability.AdministrationUpon contract award, PCT will meet with the Contractor to review procedures for monitoring contract performance. In general, the Contractor shall anticipate that PCT will use standard industry rate publications for cost and performance time guidelines, obtain second opinions of service work at random, and schedule on-site visits with shop management to review service performance. Contract renewal meetings shall be held prior to the end of the contract period expiration. At that time, PCT will offer a contract extension or may notify the Contractor of its intent not to renew. PCT Vehicle Maintenance SchedulePCT Vehicle Maintenance ScheduleABCDEDescription50001500060000105000120000Shocks/struts: other suspension components; leaks/damageXXXXXBrake system: lines; hoses; parking brake; wheel end play/noise,XXXXXInspect brake pads & rotors; replace/machine if necessaryXXXXXEngine cooling system: hoses and clampsXXXXXFluids/level/lines: transmission; filter; power steering; axleXXXXXBattery: secure; terminals clean; performing properly, replace as neededXXXXXInspect, replace as needed, accessory drive belt(s)XXXXXRotate tires; inspect for wear and tearXXXXXTires; tread; wear; wheel lugs; hubcaps; valve cores conditionXXXXX***** other items *****XXXXXChange oil; replace oil filter; use oem recommended oilXXXXXInspect wheels for end play and noiseXXXXXBrake master cylinder full / no leaksXXXXXInspect cabin air filter, if equippedXXXXXTransmission fluid full / no leaks?XXXXLubricate front axle and u joints?XXXXInspect half shaft dust boots; if equipped?XXXXInspect steering linkage; driveshaft; ball/u-joints; lubricate?XXXXReplace cabin air filter (if equipped)?XXXXChange fuel filter??X?XChange transmission fluid and replace filter??X?XReplace wheel bearing grease; grease 4x2 wheel bearing seals??X?XReplace climate-controlled seat filter (if equipped)??X?XInspect spark plugs; replace as necessary???XXChange motorcraft premium gold engine coolant???X?Replace rear axle fluid on dana axles; synthetic lubricant???X?LIFT MAINTENANCE1 YR Coolant FlushPerform lift maintenance at scheduled intervals according to number of cycles or elapsed time, whichever comes first. Correct any potentially dangerous situations at once.WHEELCHAIR LIFE MAINTENANCE SCHEDULE2 Weeks or 50 CyclesOutboard roll stop hinge (6 places) * light oilOutboard roll stop springs (3) * light oil4 Weeks or 100 cycles* Perform all procedures listed in previous section(s) alsoTransition plate hinge * light oilPlatform fold axles * light oilHandrail(s) pivot points (option) * light oil1 Year or 1250 Cycles* Perform all procedures listed in previous section(s) alsoInspect cotter pins on platform fold axles (2) Replace if neededInspect gas spring mounting hardware Tighten or replace if needed Inspect roll stop for proper operation. Replace defective partsRoll Stop must snap to vertical (UP)And/or relubricate.position. Inspect platform locking channels Resecure or replaceMounting hardware for securement(8 carriage bolts)Inspect handrail(s) for proper operation Replace defective partsAnd/or relubricateHydraulic Fluid (Pump) – check level Use Type A transmissionFluid (* See SystemsDescription for specificationsCheck fluid level withplatform lowered fully. Fillthe reservoir to within ?”from the top of the reservoir(breather cap hole)Manual Backup Pump (option) Release valve must be tight.Check for proper operation. Tighten or replace leaky or Faulty hydraulic fittings. Check hydraulic fluid level. (*See Systems Descriptions for Priming and Flushing Procedures).Chain Adjustment: Must have equal Adjust if needed. *SeeTension and proper platform heightRoller Chain AssembliesIn Systems DescriptionsGENERAL INSPECTIONRemove header cover and inspect:Cylinder clevis lock nut and cylinderTighten or replace if needed. Note: mounting hardware Clevis lock nut must be replaced If loosened or removed.Hydraulic hoses, fitting and connectionsResecure, replace or correctfor wear, leaks or other damage as needed.Chains, chain bolts, UHMW rollers, axles Resecure, realign, replace orand mounting hardware for wear, correct as needed.misalignment or other damage.Inspect power cable. Resecure, repair or replace.Make sure lift operates smoothly. Realign horseshoe tubes, Apply Light Grease or Otherwise correct as needed.Mounting Check to see that the lift isSecurely anchored to theVehicle and there are noLoose bolts, broken weldsOr stress fractures.Decals Replace if worn, missing or Illegible.Sun Grip Replace if worn or missing.Mandatory Insurance RequirementsThe Contractor shall provide Certificates of Insurance to PCT. Any changes in the coverage of these policies must be communicated sixty (60) days prior to the change.Worker Compensation – Statutory minimum limits: G.S. 97 Workman’s Compensation Act requires any employer with employs three or more employees to carry workman’s compensation coverage. Employer’s liability with a minimum of $100,000 combined single limit per accident, $100,000 each employee for bodily injury by disease and $500,000 policy limit bodily injury by disease.Garage Keeper’s Legal Liability: Minimum limits $1,000,000 per occurrenceGarage Liability: Minimum limits $1,000,000 per occurrenceCommercial General Liability: Minimum $1,000,000 combined single limit of Bodily Injury and Property Damage per occurrence including the following coverage:Contractual Liability, Premises and Operations, Independent Contractors, CompletedOperations and Product Liability, Personal InjuryAutomobile Liability: Minimum $1,000,000 combined single limit of Bodily Injury and Property Damage per occurrence including the following: owned automobiles, hired automobiles, nonhired automobilesSection A: Maintenance Response Form (Contractor Information Sheet)1.1???CONTRACTOR?INFORMATION?SHEETRequest?for?Verification?/?Notification?of?Information?Changes?Name?of?Business?or?Individual:?_____________________________________________________________________(List?name?as?will?appear?on?Invoice)?Owner’s?Name:?___________________________________________________________________(Individuals:??names?as?it?appears?on?Social?Security?Card?Sole?Proprietorships:?Name?as?it?appears?on?SS?Card?or?EIN?Notification?as?used?below?Partnerships?and?Corporations:??Correct?legal?name?of?business)?Primary Contact:Work Phone #:( )Cell Phone #:( )Fax #:( )Email Address:Secondary Contact:Work Phone #:( )Cell Phone #:( )Mailing Address:Number Used To File Federal Income Tax:Federal Tax ID: -Physical Address:MUST BE CORRECT FOR 1099 PURPOSESDUNS # (ARRA)Taxing County: (if NC)Business?&?Individual?Characteristics?(Complete?All):? Check?ALL?That?Apply:?□NCDOT?Certified?DBE? Number of Years:□Individual*? □Minority?Owned?Bus?(MBE)At?this?location?_______yrs?□Sole?Proprietorship*?□Women?Owned?Business?Under?current?ownership□Federal?Government?Enterprise?(WBE)?/management:?_______?yrs?□State?Government?□Local?Government?□Partnership?**?□Corporation?(Check?ALL?that?apply)?**?□Not?For?Profit?□Sub?Chapter?S?□Medical?/?Health?This?information?is?true?and?accurate?to?the?best?of?my?knowledge?and?ability.?Typed?Name?of?Person?Completing?this?Form:?___________________________________________________Title:__________________________________________________Signature: _____________________________ Date:_______________________1.2?Shop?Description?Shop Hours (M-F)Shop Hours (Saturday)Perform Warranty Work? FORMCHECKBOX Yes FORMCHECKBOX NoDescribe: Number of LiftsLift Capacity (ies)Towing Equipment DescribeNumber of BaysBay Sizes HeightLengthWidthExperience & CertificationsIf Yes, list Certification type(s):Engine Repair FORMCHECKBOX Yes FORMCHECKBOX NoAuto Transmission FORMCHECKBOX Yes FORMCHECKBOX NoDrive Train FORMCHECKBOX Yes FORMCHECKBOX NoSteering & Suspension FORMCHECKBOX Yes FORMCHECKBOX NoBrakes FORMCHECKBOX Yes FORMCHECKBOX NoElectrical System FORMCHECKBOX Yes FORMCHECKBOX NoHeating & A/C FORMCHECKBOX Yes FORMCHECKBOX NoFederal A/C Recovery FORMCHECKBOX Yes FORMCHECKBOX NoWheels & Tires FORMCHECKBOX Yes FORMCHECKBOX NoHydraulic Lift FORMCHECKBOX Yes FORMCHECKBOX NoState Inspections FORMCHECKBOX Yes FORMCHECKBOX NoSubcontractorsAny outsides contractors used for repairs, services or maintenance must be listed below.These may or may not be Disadvantaged Business Enterprises (DBEs) as listed on Appendix A.All subcontracts must include Federal Requirements and ARRA Provisions from the RFP.1.Business NameContact NameWork ProvidedAddressPhoneEmail2.Business NameContact NameWork ProvidedAddressPhoneEmail3.Business NameContact NameWork ProvidedAddressPhoneEmail4.Business NameContact NameWork ProvidedAddressPhoneEmail1.4 ReferencesProvide the names and contact information of at least three (3) references that we may contact to help us get to know you as a service provider. These references should help us determine your timeliness, accuracy, cost effectiveness, and customer service.Reference #1: NamePhoneRelationshipReference #2: NamePhoneRelationshipReference #3:NamePhoneRelationship1.7 PricingProposers shall use Attachment A to enter pricing.Prompt Pay Discounts: Prompt pay discount offered % - Days, Net ATTACHMENT APRICE PROPOSAL RFPVehicle Maintenance ServicesMaintenance and repair service pricing shall be paid on a cost reimbursement basis. All activities will be priced prior to the start of the work. Completed work orders / invoice will be returned when the vehicle is picked up. All work must be discussed / approved by the Transit System prior to beginning the work. Each Proposer can submit an offer on all work or just specific work activities by checking yes or no in the appropriate box. Cost should be provided in appropriate sections. Any or all work activities and any or all items that have been selected by the bidder may be awarded by PCT.All component warranties will be given to the PCT. Contractor will assist the Transit System in determining the best fit based on cost and potential warranties.DescriptionPriceLabor Rate Per Hour Flat RateManufacturer’s Suggested Retail Price (MSRP) for PartsAll parts must comply with the Buy America Provisions discussed in this RFP.% DiscountPreventive Maintenance ActivityAbility To PerformCostPreventive Maintenance Schedule A FORMCHECKBOX Yes FORMCHECKBOX NoPreventive Maintenance Schedule B FORMCHECKBOX Yes FORMCHECKBOX NoPreventive Maintenance Schedule C FORMCHECKBOX Yes FORMCHECKBOX NoPreventive Maintenance Schedule D FORMCHECKBOX Yes FORMCHECKBOX NoPreventive Maintenance Schedule E FORMCHECKBOX Yes FORMCHECKBOX NoPreventive Maintenance Hydraulic Lift FORMCHECKBOX Yes FORMCHECKBOX NoRoutine Maintenance ActivityAbility To PerformCostWash and Vacuum FORMCHECKBOX Yes FORMCHECKBOX NoTires – set of 2 tires – Brand: _____________ Rating: _________Size: ___________, _________, _________Attach another page if need more space FORMCHECKBOX Yes FORMCHECKBOX No1.2. 3.Tires – set of 2 tires – Brand: _____________ Rating: _________Size: ___________, _________, _________Attach another page if need more space FORMCHECKBOX Yes FORMCHECKBOX No1.2. 3.Wheel Balancing and Tire Repair per tire FORMCHECKBOX Yes FORMCHECKBOX NoTowing Services within 25 miles FORMCHECKBOX Yes FORMCHECKBOX NoTowing Services 25 – 50 miles FORMCHECKBOX Yes FORMCHECKBOX NoTowing Services 25 – 50 miles FORMCHECKBOX Yes FORMCHECKBOX NoTowing Services per hour portal to portal FORMCHECKBOX Yes FORMCHECKBOX NoMaintenance Activity – to be quotedAbility To PerformFront Brake Reline (Both Sides) FORMCHECKBOX Yes FORMCHECKBOX NoFront Brake Overhaul (Both Sides) FORMCHECKBOX Yes FORMCHECKBOX NoBrake Rotor Replacement (One Each) FORMCHECKBOX Yes FORMCHECKBOX NoRear Brake Reline (Both Sides) FORMCHECKBOX Yes FORMCHECKBOX NoRear Brake Overhaul (Both Sides) FORMCHECKBOX Yes FORMCHECKBOX NoMinor EVAC and Recharge R134 AC System FORMCHECKBOX Yes FORMCHECKBOX NoHydraulic Lift FORMCHECKBOX Yes FORMCHECKBOX NoAlignment FORMCHECKBOX Yes FORMCHECKBOX NoBattery Replacement FORMCHECKBOX Yes FORMCHECKBOX NoFuel Injection Flush FORMCHECKBOX Yes FORMCHECKBOX NoAlternator FORMCHECKBOX Yes FORMCHECKBOX NoFuel Pump Module FORMCHECKBOX Yes FORMCHECKBOX NoWindow Motors FORMCHECKBOX Yes FORMCHECKBOX NoShock Absorbers FORMCHECKBOX Yes FORMCHECKBOX NoEngine Rebuild FORMCHECKBOX Yes FORMCHECKBOX NoEngine (New) (see fleet list, pg 5) FORMCHECKBOX Yes FORMCHECKBOX NoTransmission / Engine Oil Cooler Lines FORMCHECKBOX Yes FORMCHECKBOX NoTransmission Rebuild FORMCHECKBOX Yes FORMCHECKBOX NoTransmission (New) (see fleet list, pg 5) FORMCHECKBOX Yes FORMCHECKBOX NoAccident Repair / Body Work FORMCHECKBOX Yes FORMCHECKBOX NoThis information is true and accurate to the best of my knowledge and ability.Typed Name of Person Completing this Form:Title:Signature:Date:PRICE?PROPOSALVehicle?Maintenance?Services?Maintenance and repair service pricing shall be paid on a cost reimbursement basis. All activities will be priced prior to the start of the work. Completed work orders / invoice will be returned with the vehicle is picked up. All work must be discussed / approved by PCT prior to beginning the work. Each Proposer can submit an offer on all work or just specific work activities by checking yes or no in the appropriate box. All component warranties will be given to PCT. Contractor will assist PCT in determining the best fit based on cost and potential warranties.DECSCRIPTION OF PRICELabor Rate Per HourFlat RateWash/Vacuum Labor Rate per HourFlat RateWash/Vacuum FeeFlat RateSection B: Certification Of Restrictions On Lobbying(To be submitted with all bids or offers exceeding $100,000? must be executed prior to Award)The undersigned certifies, to the best of his or her knowledge and belief, that:(Contractor)No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any persons for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding to any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant loan, or cooperative agreement, the undersigned shall complete and submit Standard Form LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 10465, to be codified at 2 U.S.C. 1601, et seq .)]The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance is placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transactions imposed by 31, U.S.C. 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C. 1352(c)(1)(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 for each such expenditure or failure.]The Contractor, ___________________, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Section A 3801 et seq., apply to this certification and disclosure, if any. _____________________________ Signature of Contractor’s Authorized Official Date__________________________Name and Title of Contractors Authorized Official________________________Subscribed and sworn to before me this day of , 20 , in the State of ?_____________ and the County of______________________Notary Public My Appointment ExpiresSection C: Form of Proposal & Acknowledgement of AddendaI understand that the PCT reserves the right to reject this proposal, but that this proposal shall remain open and shall not be withdrawn for a period of sixty (60) days from the date of its submission. Prices submitted in response to the RFP will be valid for a minimum of 180 days from the date of proposal submission.The price quoted in any proposal shall include all labor, materials, tools, equipment and other costs necessary to fully complete the design, manufacture, delivery and implementation of the system pursuant to the negotiated specifications. Name of Company/Firm: ____________________________________________Name & Title of Authorized Official: ___________________________________Signature: _______________________________________________________Date: ___/___/2010Business Address: ________________________________________________________________________________________________________________________________________________Telephone Number: (___) ___-____Fax Number: (___) ___-____Email Address: ________________Acknowledgement Of Addenda Received:Addendum No.: Date Received: ______________________Addendum No.: Date Received: ______________________Addendum No.: Date Received: ______________________If no addenda were received, write “N/A” in each “Addendum No.” blank. Failure to acknowledge receipt of all addenda may cause the proposal to be considered non-responsive to the solicitation. Acknowledged receipt of each addendum must be clearly established. Please attach a copy of each addendum received to this page, Section D.SECTION D: STATE REQUIREMENTS AND SPECIAL CONDITIONSNC E-Verify RequirementsTo ensure compliance with the E-Verify requirements of the General Statutes of North Carolina, all contractors, including any subcontractors employed by the contractor(s), by submitting a bid, proposal or any other response, or by providing any material, equipment, supplies, services, etc., attest and affirm that they are aware and in full compliance with Article 2 of Chapter 64, (NCGS64-26(a)) relating to the E-Verify requirements by executing and submitting the E-verify Affidavit included in this Invitation for Bids as Attachment B (Must be completed for all construction contracts and all bids or quotes requiring service or installation.) Iran Divestment Act N.C.G.S. 147-86.59 requires that all bids or contracts or renewals with the State of North Carolina, North Carolina local governments, or any other political subdivision of the State of North Carolina have a certification that the contractor is not on the Final Divestment List as created by the NC State Treasurer pursuant to N.C.G.S. § 147-86.58. In compliance with the requirements of the Iran Divestment Act 2015 and N.C.G.S. § 147-86.55 and 147-86.59, the Contractor shall not utilize the performance of the contract any subcontractor that is identified on the Final Divestment List.The State Treasurer’s Final Divestment List can be found on the State Treasurer’s website: Iran and will be updated every 180 days. Effective February 26, 2016. (See Attachment C – Must be completed with all contracts over $1,000)ATTACHMENT BSTATE OF NORTH CAROLINACOUNTY OF_______________AFFIDAVIT OF COMPLIANCE WITH N.C. E-VERIFY STATUTES(To be submitted with all bids)I, _____________________________ (hereinafter the “Affiant”), duly authorized by and on behalf of _____________________________ (hereinafter the “Employer”) after being first duly sworn deposes and says as follows:I am the ______________________ (President, Manager, CEO, etc.) of the Employer and possess the full authority to speak for and on behalf of the Employer identified above.Employer understands that “E-Verify” means the federal E-Verify program operated by the United States Dept. of Homeland Security and other federal agencies, or any successor or equivalent program used to verify the work authorization of newly hired employees pursuant to federal law.38941714541500 Employer employs 25 or more employees, and is in compliance with the provisions of N.C. General Statute §64-26. Employer has verified the work authorization of its employees through E-Verify and shall retain the records of verification for a period of at least one year.3798921143000Employer employs fewer than 25 Employees and is therefore not subject to the provisions of N.C. General Statute §64-26. All subcontractors engaged by or to be engaged by Employer have or will have likewise complied with the provisions of N.C. General Statute §64-26. Employer shall keep the State of North Carolina informed of any change in its status pursuant to Article 2 of Chapter 64 of the North Carolina Statutes.This _____day of _______________, 20____._____________________________________ Signature of Affiant_____________________________________ Printed Name and Title State of ????????????? ???County of ?????????????? ??Subscribed and sworn to before me this ? ???? day of ???????? ????????, 20 ?.Notary Public ??????? ???????????????(SEAL)My Appointment Expires ????????????? ???ATTACHMENT CSTATE OF NORTH CAROLINACOUNTY OF ______________IRAN DIVESTMENT ACT CERTIFICATIONIn accordance to N.C.G.S. 147-86.59, any contractor attempting to contract with the State of North Carolina, North Carolina local governments, or any other political subdivision of the State of North Carolina shall certify at the time of the bid or renewal that the assignee or contractor is not identified on a list created by the State Treasurer pursuant to N.C.G.S. 147-86.58.The Iran Divestment Act of 2015, G.S. 147-86.55 et seq.* requires that each contractor, prior to contracting with the State certifies, and the undersigned on behalf of the contractor does hereby certify, to the following:that the Contractor is not identified on the Final Divestment List of entities that the NC State Treasurer has determined engages in investment activities in Iran. that the Contractor shall not utilize on any contract with the State agency any subcontractor that is identified on the Final Divestment List; and that the undersigned is authorized by the contractor to make this certification. The agency shall include the certification in the procurement record.The State Treasurer’s Final Divestment List can be found on the State Treasurer’s website at the address: will be updated every 180 days. For questions about the Department of State Treasurer’s Iran Divestment Policy, please contact Meryl Murtagh at Meryl.Murtagh@ or (919) 814-3852.* Note: Enacted by Session Law 2015-118 as G.S.143C-55 et seq., but has been renumbered for codification at the direction of the Revisor of Statutes.______________________________________________________________________________Contractor Signature Date______________________________________________________________________________Printed Name Title State of ????????????? ???County of ?????????????? ??Subscribed and sworn to before me this ? ? ??? day of ???????? ????????, 20 ?.Notary Public ??????? ???????????????My Appointment Expires ????????????? ??? ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download