FY10 SEALED BID FOR DIESEL FUEL 01-09



Greater Bridgeport Transit Authority

Invitation for Bids

Bus Repower Program

GBT-IFB-2019-02

Release Date: July 11, 2019

Pre-Bid Meeting Date: July 24, 2019 at 11:00 AM Eastern Time

Deadline for Questions: July 26, 2019 at 12:00 Noon Eastern Time

Proposal Due Date: August 9, 2019 No Later than 12:00 Noon Eastern Time

Anticipated Award Date: August 15, 2019

|INDEX |

| |

| |

|BACKGROUND 3 |

| |

|SPECIFIC TERMS & CONDITIONS 3 |

| |

|TECHNICAL SPECIFICATION 10 |

| |

|FEDERAL CLAUSES 15 |

| |

|REQUIRED FORMS 34 |

| |

| |

| |

| |

| |

| |

| |

Sealed Bids (one (1) original and two (2) copies, 1 electronic PDF) for this Repower Program will be received by GBT at its office located at 1 CROSS STREET BRIDGEPORT, CT until 12:00 p.m. local time on Friday,

August 9th, 2019 and then at that place, date and time publicly opened and read aloud.

All bidders shall submit with their quotations, acceptable bid security in the amount of 5% of their bid.

The Owner reserves the right to waive any informality in or to reject any and all bids.

Questions, contact:

Ken Secskas, Procurement Manager

Telephone: (203) 416-1265

E-Mail: ksecskas@

Addenda will be issued only to those obtaining complete sets of documents

BACKGROUND

Greater Bridgeport Transportation Authority (GBTA) is issuing this procurement for the purpose of GBT’s Engine and Transmission Repower Program on Fifteen (15) 2012 Gillig engines and transmissions, as described in the following specification.

This Bid is not to be construed as a commitment of any kind; nor does it commit participating agencies to pay for costs incurred in the submission of a Bid or for any costs incurred prior to the execution of a formal contract.

SPECIFIC TERMS & CONDITIONS

BID WITHDRAWAL. Each and every Bidder who submits a Bid specifically waives any right to withdraw it except as hereinafter provided. Bidders will be given permission to withdraw any Bid after it has been deposited with GBTA, provided any Bidder makes his/her request in writing, one (1) hour before time that Bids are due. No Bidder may withdraw his/her Bid at any time beyond this deadline.

BID DUE DATE. Bids are due on 8-9-19. The address for U.S. mail is GBTA, One Cross St, Bridgeport, CT 06610 with the address for hand delivery being the same. Bids, including supportive materials and any additional data, submitted by the Bidder shall be made publicly available at the Bid opening, on 8-9-19 at 12:00pm at the above noted address.

AWARD. The contract/contracts will be awarded to the Contractor(s) with the lowest price, who has been qualified as responsive and responsible to the technical requirements contained herein and who’s Bid, conforming to this Bid, is most advantageous price and all other factors being considered.

BID AWARD/NOTIFICATION. When pricing/re-pricing is requested, a Bid award may be made to the lowest Bidder(s) to be determined by the most advantageous to GBT. GBTA may choose to award the entire contract or split this contract to multiple companies. GBT is responsible for notifying and awarding to the lowest Bidder under whichever method(s) is in our own best interest.

TERM OF CONTRACT

This work must start in 2019 and finish in a years’ time or sooner.

PAYMENT/INVOICES. All invoices, including back-up documentation, and work orders for GBTA must be mailed directly to Accounts Payable, at the address noted above. Invoices must include Purchase Order number. All pricing will be based on 30 days net. The payment terms discount, if any, will be applied to the total Bid, id payment is made within the established discount time frame. This deduction will be made from the original invoice submitted.

TAXES. Bid prices shall not include Federal and State taxes.

INTEREST. GBTA will not pay interest on unpaid or disputed invoices, whether due or overdue.

SCOPE OF BIDDING. Vendors should only offer Bids that they have the capacity to provide. GBT may, at its own discretion, visit any and or all facilities listed in response to any contract.

EVALUATION OF BIDS. GBT will be responsible for evaluating pricing and determining the lowest Bidder in accordance with the guidance provided in these Bid documents. GBTA is also responsible for documenting GBT’s decisions for procurement audit purposes. GBTA is responsible for notifying the successful Bidder(s) in writing of their status.

Listed below is a summary of some of the items that will be reviewed in making these determinations.

PRICING/RE-PRICING FORMS. Bidders are advised that the forms must be completed. Also consideration will be given to factors such as, was the price submitted fair and reasonable based on the price estimate prepared prior to this solicitation and consistent with the budgetary figure set for this project?

This outline is presented to allow GBTA the ability to analyze Bids received on an equal basis and to afford all Bidders the opportunity to know the basis upon which their Bids will be evaluated.

Prices quoted on this proposal shall be firm and remain in effect during this contract. Prices quoted on the Proposal forms shall cover all services required under this contract, including all material, labor and parts and warranty. Unless otherwise stated in the specifications, special provisions, or Proposal forms, Proposers shall include freight or delivery charges in the total price of their proposal.

BID SUBMISSION. GBTA has established procedures to protect the integrity of the Bid process. Failure to properly mark your Bids appropriately may result in your Bid being disqualified for non-compliance. It is solely and strictly the respondents’ responsibility to ensure that Bids are delivered prior to the closing date and time. GBTA assumes no responsibility for any disclosure of Bid terms for a Bid that is submitted, which does not meet these sealed Bid marking requirements, including delays caused by United States mail delivery or any other occurrence.

Submittal of a Bid will signify that the Bidder has accepted the whole of the Contract documents inclusive of any addendum afforded under this process. The Bid is considered accepted by the issuance of a purchase order at any time within the period so given. Each Bidder should carefully check his/her Bid before submitting it to GBTA as no additional charge/compensation will be allowed for delivery, or any other reasons, unless specified in Bid Form.

Any changes or any request for changes in the specifications will not be recognized after sealed Proposals are submitted to GBTA

ADDENDA

All questions regarding this solicitation must be received no later than noon, 7/26/2019

PROCUREMENT PROCESS.

This procurement is following the process as provided for in FTA C4220.1E

as amended. In addition to the responsiveness to technical specifications, there are other factors that may also be considered in the procurement of services in order to determine what is in the best interest of the Authority and is the most efficient and economical use of public funds.

STATEMENT OF EXPERIENCE

The Proposer may be required upon request of the Administrative Officer to prove to the Authority's satisfaction, that it has the skill and experience and that it has the necessary facilities and financial resources to perform in a satisfactory manner and within the required time. A copy of the Proposer’s most recent Annual Financial Statement may be requested.

QUALIFICATION OF PROPOSERS

A Proposer must be either the manufacturer or the authorized agent of such manufacturer.

Proposer shall submit in writing with his/her proposal, the establishment(s) and location(s), which shall be used to perform work.

CHANGES BY THE AUTHORITY

ln the event that work, materials, or equipment shall be required which are not mentioned, specified or indicated, or otherwise provided for herein, the contractor shall, if ordered in writing by the Administrative Officer, do and perform such work and furnish such materials or equipment at the contractor's fair market prices, less discounts ordinarily allowed to users of such materials or equipment or at regular labor charges less customary discount, or both.

In case any work, materials or equipment which are mentioned, specified or indicated, or otherwise provided for in the contract or in the specifications forming a part of the contract shall be required to be omitted from, in or about the work, the contractor shall, of ordered by the Administrative Officer, omit the performance of such work and the furnishing of such materials or equipment. A deduction shall be made from the amount to be paid to the contractor in an amount which the Administrative Officer determines.

DAMAGES

All loss or damage arising from any unforeseen obstruction or difficulties, either natural or artificial, which may be encountered in the prosecution of the work, or the furnishing of the supplies, materials, or equipment; or from any action of the elements prior to the final acceptance of the work, or of the supplies, materials, or equipment; or from any act or omission not authorized by these specifications on the part of the contractor or any agent or person employed by it, shall be sustained by the contractor.

Transit Authority Rights

• The Transit Authority reserves the right to postpone the completion of evaluation of proposals, or to cancel this RFP altogether at any time and for any reason for its own convenience.

• The Transit Authority reserves the right to accept any proposal or reject any and all proposals without penalty at its sole discretion and to reissue this RFP.

• The Transit Authority reserves the right, but is not obligated, to waive any minor irregularities.

• The Transit Authority reserves the right to award Contracts to more than one Proposer.

• The Transit Authority reserves the right to withdraw this RFP at any time without prior notice or to postpone the proposal due date or award date for its own convenience.

• The Transit Authority makes no representations that a Contract will be awarded to any Proposer responding to this RFP.

• The Transit Authority reserves the right to check references, interview staff and/or visit qualified Proposer's facilities.

• The Transit Authority reserves the right to negotiate any part of any proposal including the cost or revenue element and/or to request a Best and Final Proposal.

• The Transit Authority reserves the right to procure any item by other means.

• The Transit Authority reserves the right to ask questions or request additional details, including regarding the cost/revenue proposals, in order to clarify elements of any proposal from any Proposer.

• The Transit Authority reserves the right to reject or disqualify any employee of the Contractor from performing service for the Transit Authority under the Contract with or without cause.

• No Proposal will be accepted from, nor will any Contract be awarded, to any person or firm that is in arrears to the Transit Authority upon any debt or contract or that has failed to perform faithfully any previous contract with the Transit Authority.

• Exceptions to this RFP and conditions placed on any proposal may subject the proposal to rejection for being non-responsive.

INSTRUCTIONS TO PROPOSERS

1. Proposal Requirements and Conditions

a. No proposals may be withdrawn for a period of 15 days from date of Proposal opening.

b. Conditional proposals, or those taking exceptions to the specifications may be considered

non-responsive and in the company's sole discretion, may be rejected.

c. In all cases, material must be furnished as specified.

d. Proposals received after the date and time scheduled for proposal opening may be

considered non-responsive.

e. All proposal documents must be returned with Proposals.

f. Any changes to proposal documents by the company will be made by addendum.

g. Addendums must be signed, noting acknowledgement, and returned to GBTA

within 48 hours of receipt.

h. These instructions to Proposers and proposal forms will become part of the contract.

2. Proposals.

a. Proposals shall be properly and completely executed on Proposal Forms.

b. Proposals must be in sealed envelopes marked as "Repower 2012 gilling’s " with the name

and address of the proposer.

c. All proposals should be clearly marked “Repower 2012 gilling’s".

3. Pricing

a. Pricing must be provided on a per item basis, and include all labor, administration and

delivery. Alternative pricing is to be noted separately. Unit prices are to be quoted on the

basis of the item specified. A binding contract will be created, if the proposal is accepted.

b. No additional charge/compensation will be allowed for delivery, or any other reasons,

unless specified in Proposal Form.

c. All discounts offered for prompt payment must remain firm for the contract period.

d. All discounts must be for 20 days or more.

4. Exemption from taxes

GBTA will furnish necessary exemption certificates upon request.

5. If only one proposal is received in response to this request for proposal, a detailed price

analysis may be requested of the single proposer. A cost/price analysis and evaluation may be

performed of the proposal in order to determine if the price is fair and reasonable.

6. Proposal Evaluation Procedures

This section established procedures for Proposers to seek review of the proposal procedures,

technical specifications and addendum contained herein. A proposer may discuss these

specifications and addendum with GBTA. Such discussions do not, however, relieve Proposers

from the responsibility of submitting written, documented requests as required by these

procedures. A proposer may submit to GBTA requests for approved equals, clarifications, or

protests on items that have been included in this specification or any addendum to the

specification. Any such request or protest must be received by GBTA, in writing, not less than

ten (10) calendar days before the date of the scheduled opening. Any request or protest must

be fully supported with technical data, test results, or other pertinent information as evidence

that the substitute offered is equal to or better than that required by the specification or as

evidence that the protest should be upheld. GBTA shall make a determination of each

proposer request under this procedure in writing. That written determination shall be mailed or

otherwise furnished to the proposer at least five (5) calendar days prior to the scheduled

opening.

10. The contractor hereby warrants that all materials and labor furnished shall meet the

requirements and the conditions of the contract documents and Federal and State laws.

Insurance

The successful bidder will be required to furnish GBTA with evidence that the bidder has in

effect:

- General Liability, including Environmental Impairment insurance - $1,000,000 per

occurrence.

- Workers Compensation insurance coverage as required by the State of CT.

- Auto and General Liability Insurance coverage.

PROTESTS

This procurement is being conducted in compliance with FTA Circular 4220.1E as

amended, all applicable Federal, State and local procurement regulations. As required by

Federal Regulation, any protests arising under this Request for Proposal or invitation for

Bid shall be handled through the Authority's protest procedures. This document allows

you, as a Proposer, very specific rights and discusses time deadlines by which protests

must be submitted.

PART 1:

A. GENERAL

Protests will only be accepted by GBTA from prospective bidders or offeror's whose

direct economic interest would be affected by the award of a contract or refusal to award

a contract. GBTA will consider all such protests, whether submitted before or after the

award of a contract. GBTA does not intend to allow the filing of bid protests to unnecessarily delay the procurement process. All protests must be in writing and conform to the following requirements:

1. Be concise and legally arranged.

2. Provide name, address and telephone numbers of protester.

3. Identification of the solicitation or contract number.

4. Provide a clear and detailed statement of the legal and factual

grounds of the protest including copies of all relevant documents.

5. Provide a statement as to what relief is requested.

B. PROTEST BEFORE AWARD

Protests before award must be submitted within Ten (10) business days prior to bid

opening, which will include protests addressing the adequacy of the lFB’s,

including the pre-award procedure, Instruction to Bidders, General terms and conditions,

specifications and scope of work. If the written protest is not received by the time

specified, the bid or evaluation process shall continue. Thereafter, all issues and

appeals are deemed waived by all interested parties.

GBTA will determine if the bid opening should be postponed. If the bid opening is

postponed, GBTA will immediately contact Proposers who have been furnished a copy of

the proposal/bid that a protest has been filed and that bid opening is postponed until a

final decision is issued. Any appropriate agenda will be issued regarding a rescheduling

of the bid opening.

C. PROTEST AFTER BID OPENING

When a protest against the making of an award is received, and whose bids might

become eligible for award, Proposers may submit a protest, within five (5) business days,

conforming to section A. Award of contract will be suspended for five (5) business days

after the matter is resolved. GBTA reserves the right to proceed in contract award if it is

determined that:

a. The items to be procured are urgently requested; or

b. Delivery or performance will be unduly delayed by failure to

make the award promptly; or;

c. Failure to make a prompt award otherwise causes undue harm to GBTA,

the State of Connecticut or the Federal Government.

In the event that GBTA determines that an award is to be made during the five (5) day

period or during the pendency of a protest, FTA will be notified prior to the making

of the award. FTA reserves the right not to participate in such procurements.

D. PROTEST AFTER AWARD

Protest against an award must be filed with GBTA within five (5) full working days

immediately following the award. This protest shall conform to requirements of (A)

above. Thereafter, such issues are deemed waived by all interested parties. If it appears

that the award may be invalidated and a delay in receiving the supplies or service

is not prejudicial to GBTA interest, GBTA shall by a mutual agreement with the

contractor, suspend performance on a no-cost basis.

E. GBTA DECISION ON THE PROTEST

The Chief Executive Officer will evaluate and make a decision. Following an adverse

decision by GBTA, the protester may file a protest with the Federal Transportation

Administration (FTA).

PART II. FTA REVIEW OF PROTEST

A. Reviews of protests by FTA will be limited to a grantee's failure to have or follow its

protest procedures, or its failure to review a complaint or protest. The cognizant FTA

regional or Headquarters Office must receive an appeal to FTA, with a copy to GBTA,

within five (5) working days, of the date the protester knew or should have known of the

violation. Include the GBTA project/solicitation number, a statement of the grounds for

protest and all supporting documentation. This should detail the alleged failure to follow

protest procedures or the alleged failure to have procedures. The complaint process,

stated within that law or regulation, will handle violations of Federal law or regulation.

Violations of State or local law or regulations will be under the jurisdiction of State or local

authorities.

JUDICIAL AUTHORITY

GBTA advises all contractors the local judicial authorities (i.e. local courts) are the

Superior Court of Connecticut, Bridgeport, CT., County of Fairfield.

Bids that do not comply with these instructions and do not include the required information, forms and certifications may be rejected as insufficient or not be considered. GBTA reserves the right to request an Offeror to provide any missing information and to make corrections. All non-responsive respondents will be notified in writing. GBTA reserves the right to waive any informalities or variations in any Proposals, which it deems to be immaterial, if such action is deemed to be in the best interest of GBTA.

TECHNICAL SPECIFICATIONS

Overview:

Below you will find detailed information concerning the components

Components:

Engine and Aftertreatment

➢ Cummins Genuine Recon Engine

➢ Cummins Genuine DPF Aftertreatment Assembly

• See parts breakdown below

➢ Cummins Genuine DEF Dosing Module

➢ Cummins Genuine NOx sensors

➢ Cummins Genuine Urea Doser

➢ Cummins Genuine SCR Catalyst

Transmission

Voith factory approved overhaul which will include the replacement of the Hydrodam

➢ Transmission will be shipped to Harrisburg Pennsylvania facility for rebuild upon removal – Factory Authorized Rebuild Center for Voith

Warranties: *Extended Coverages Available*

Engine

2 Years – Unlimited Miles

Aftertreatment Components

1 Year – 100,000 Miles or 3600hrs

➢ SCR Catalyst not included / Replaced due to Cummins campaign

Transmission

2 Years – Unlimited Miles

Scope of Work:

1. Removal and installation of the engine, transmission, SCR, and Exhaust Aftertreatment by authorized technicians

2. Overhaul of transmission by Voith factory authorized technicians

3. Pressure test turbocharger charge air cooler

a. If found failed will notify GBTA maintenance management team. Service will quote for replacement as necessary

4. Pressure test radiator

a. If found failed will notify GBTA maintenance management team. and Service will quote for replacement as necessary

5. Following installation all work will be tested via in chassis dynamometer and will record;

a. Horsepower/Torque Output - Peak

b. Crankcase Blow-by – in-H2O

c. Coolant Temp

d. Oil PSI

e. Intake Manifold / Boost PSI and Temperature

6. Copy of full dyno report will be provided to GBTA upon delivery/work completion

Option 1 – Recon Engines Groomed by

First Engine (Includes new parts needed for grooming)

Cost - (Core not included)

Each Following Engine – Parts Harvested from Incoming Cores

Cost - (Core not included)

Cost -

Core -

List of Changes;

Items you will need to swap from core or replace:

• change the ECM calibration to DO91027, FP92378, FR93549, & SC99380

• change the air compressor to CP 9603 (CMI 30.4 CFM with 13 Tooth Spline)

• with CD 9005

• change the EGR plumbing to ER 9067

• change the fuel filter plumbing to FF 9513

• change the fuel filter location to FF90166

• change the fuel accessories to FS90157

• change the cabin heater plumbing to HC 9088

• change the auxiliary coolant plumbing to HE90001

• change the lifting bracket to LA 9170

• change the dipstick to LG90367

• change the cylinder block cover to OB 9410

• change the oil filler to OB 9519

• change the turbocharger to PP99449 (base p/n 3774359, kit p/n 4352566-RX)

• change the heat shield to SH 9118

• change the turbo location to TB91370 (MMRO)

• change the exhaust manifold to TB91742

• change the turbo plumbing to TP97401

• change the water outlet connection to WO 9076

• add wiring harness WR 9558

Aftertreatment Kit Complete Assembly:

:

|Engine |  |  |  |

|Part Number |Description |Cost |Notes |

|DR7742RX |Recon Engine | | |

|Transmission | Voith: | | NOTES |

| | |Cost: | |

|Overhaul | | | |

|Aftertreatment |  | |  |

| |DOC | | |

|01-65355-000 |DPF | | |

|2871960 |Differential PSI Sensor | | |

|2872467 |Temp Sensor 1 | | |

|2872468 |Temp Sensor 2 | | |

|2894876 |Temp Sensor 3 | | |

| |Assembly Gaskets | |3 Needed |

|SCR |  |  |  |

|4387658 |DEF Pump | | |

|2894940RX |Inlet Nox Sensor | | |

|2894946 |Outlet Nox Sensor | | |

|2888173 |Urea Doser | | |

| |Decomp Tube Gaskets (2 Needed)| |*Performed Under Campaign |

|01-67495-000 |SCR Catalyst | |*Performed Under Campaign |

|Labor |  |  |  |

| |50 Hrs per Unit | |* |

| | | | |

| |Grand Total | | |

| |Voith Parts Request Form | |

| | | | | |

|Date:______________________ |Customer:_____________________ |

|RO#:_______________________ | | | |

| |Type:_______________________ | | |

|S/N:_______________________ |Model #:______________________ |

|Pattern:____________________ |P/N:____________________ | | |

| | | | | |

| | | | | |

|Part# |Desc |QTY |Nonstock |RBC Price |

|H01001851 |Straight Pin |13 |  |  |

|H01002169 |Circlip |1 |  |  |

|H01004436 |Seal Ring |43 |  |  |

|H01004447 |Seal Ring |1 |  |  |

|H01004449 |Seal Ring |2 |  |  |

|H01063119 |R-Ring |2 |  |  |

|H01006022 |Lock Washer |24 |  |  |

|H01039793 |Bearing |4 |  |  |

|H50551612 |Sealing Bushing |1 |  |  |

|H50701913 |Washer |1 |  |  |

|H50725513 |Rect. Sect Ring |8 |  |  |

|H50871311 |Double Ring |2 |  |  |

|H50905316 |Circlip (15000897710) |3 |  |  |

|H52633313 |Sealing Bushing |1 |  |  |

|H64129912 |Ring Carrier Sleeve |1 |  |  |

|15000004710 |Split Top Cover Gsk |1 |  |  |

|15000004812 |Split Top Cover Gsk |1 |  |  |

|H56370910 |Strainer |1 |  |  |

|15100253220 |Seal Set |1 |  |  |

|15100383710 |DIWA .5 Filter |1 |  |  |

|15000252410 |EK Bearing |2 |  |  |

|15000086010 |Snap Ring |2 |  |  |

|15000085811 |Circlip |1 |  |  |

|19000288910 |Cap |1 |  |  |

|H01002313 |Circlip |1 |  |  |

|H01002805 |Bearing |1 |  |  |

|H01002816 |Bearing |1 |  |  |

|H01002848 |Bearing |1 |  |  |

|H01002855 |Bearing |1 |  |  |

|H01003754 |Snap Ring |1 |  |  |

|H01008508 |Cyl Roller Bearing |1 |  |  |

|H01032203 |Circlip |1 |  |  |

|H01048501 |Gear Pump Idler Bearing |1 |  |  |

|H01245568 |Rivet (H01058472) |8 |  |  |

|H01064940 |Rivet |6 |  |  |

|15000686510 |Bearing |1 |  |  |

|H01246263 |Lifting Eye (H01094813) |2 |  |  |

|15000686410 |Bearing |1 |  |  |

|H50729433 |Thrust Ring |1 |  |  |

|H54759710 |Double Ring |1 |  |  |

|H90085610 |Inner Race |1 |  |  |

|H90529211 |Double Ring |1 |  |  |

|H64099513 |Cup Spring |2 |  |  |

|H90108610 |Cup Spring |2 |  |  |

|H01000530 |Socket Head Screw |3 |  |  |

|H64091420 |Insert |1 |  |  |

|H64091220 |Shuttle Valve Body |1 |  |  |

|19000333410 |End Cap |1 |  |  |

|15001259110 |Inner Disc |5 |  |  |

|15000411510 |Inner Disc |8 |  |  |

|15100440410 |Wiring Harness Kit |1 |  |  |

|H01244850 |Socket Head Screw |20 |  |  |

|  |Hydrodamp |1 |  |  |

|  |  |  |  |  |

|  |Optional Parts |  |  |  |

|H01245420 |Screw Plug (H01066006) |1 |  |  |

|H64130414 |Input Shaft |1 |  |  |

|H52630610 |Outer disc |  |  |  |

|H64130613 |Ring Gear |1 |  |  |

|H68164122 |EK Planet Carrier |1 |  |  |

|H64130720 |Ring Gear |1 |  |  |

|H68165611 |Axel |  |  |  |

|H91357111 |Bearing, Needle |6 |  |  |

|H968169511 |Pump Shaft |1 |  |  |

|  |  |  |  |  |

General information:

GBT will be able to provide two buses at a time to the bidder for this work. Once the project is underway, this will be done on an “exchange one bus for another” basis. Bidders are to provide a detailed schedule for the initiation and completion of this project.

As mentioned above, time is of the essence and the entire project must be completed within 12 months of the signing of the contract for the work. GBT will conduct a detailed inspection and field test of the first bus to be completed prior to the bidder starting work on the rest of the fleet. This test will be conducted in Bridgeport, CT. GBT may take up to two weeks to test this “prototype” vehicle in actual revenue service and to perform other tests that it deems necessary. Any deficiencies identified by GBT during this test phase will be corrected by the bidder and incorporated into all subsequent vehicles prior to continuing the project. GBT may also choose to inspect vehicles as they are being worked on at the bidder’s facility. The bidder will prepare a detailed “punch list” for GBT’s use in inspecting the bus and will assist GBT in this activity as necessary. Any deficiencies found during this inspection will be corrected at that time by the bidder at no additional cost to GBT and before the bus is released for delivery.

FEDERAL CLAUSES

Federal Transit Administration (FTA)

Required Clauses and Certifications

The following attached clauses are appendices and are herein incorporated by reference and

made a part of the contract. Failure to complete and submit the requisite certifications with your bid may render your bid non-responsive

Table of Contents

1. No Federal Government Obligations to Third Parties (Signed Certification Required)

2. False Statements or Claims Civil and Criminal Fraud

3. Access to Third Party Contract Records

4. Changes to Federal Requirements (Signed Certification Required)

5. Termination Provisions (Signed Acknowledgement Required)

6. Civil Rights

7. Disadvantaged Business Enterprises (DBEs) (Signed Certification Required)

8. Incorporation of FTA Terms

9. Government Wide Debarment and Suspension (Signed Certification Required)

10. Resolution of Disputes, Breaches, or Other Litigation

11. Lobbying (Signed Certification Required)

12. Clean Air

13. Clean Water

14. Contract Work Hours and Safety Standards Act

15. Eligible Contractor Certification (Signed Certification Required)

16. Energy Conservation

17. ADA Access

18. Prompt Payment and Return of Retainage

19. Veterans Preference

1. No Federal Government Obligations to Third Parties (by Use of a Disclaimer)

(1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract.

(2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions.

_______________________________ Signature of Authorized Contractor’s Official

_______________________________ Printed Name and Title of Contractor’s Authorized Official

_______________________________ Name and Address of Contractor

_______________________________ Date

2. False Statements or Claims Civil and Criminal Fraud

(1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate.

(2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate.

(3) The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions.

3. Access to Third Party Contract Records

1. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311.

2. Where the Purchaser is a State and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 633.17, Contractor agrees to provide the Purchaser, the FTA Administrator or his authorized representatives, including any PMO Contractor, access to the Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. By definition, a major capital project excludes contracts of less than the simplified acquisition threshold currently set at $100,000.

3. Where the Purchaser enters into a negotiated contract for other than a small purchase or under the simplified acquisition threshold and is an institution of higher education, a hospital or other non-profit organization and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 19.48, Contractor agrees to provide the Purchaser, FTA Administrator, the Comptroller General of the United States or any of their duly authorized representatives with access to any books, documents, papers and record of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions.

4. Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement (defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the Contractor shall make available records related to the contract to the Purchaser, the Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection.

5. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed.

6. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11).

7. FTA does not require the inclusion of these requirements in subcontracts.

Requirements for Access to Records and Reports by Types of Contract

|Contract |

|Characteristics |

|The following report is submitted as part consideration of the proposed contract dated |

|between the undersigned and the State of Connecticut. |

|Name of Contracting Firm |Type of Report |

| |o Prime Contractor |

| |o Subcontractor |

|Address (No. and Street) (City) (State) | |

| | | | | |

|EMPLOYEE INFORMATION |

|Total |White |Black |Spanish Surname |Other |

|Employed | | | |(specify) |

| | | | | |

| | | | | |

|____________ |____________ |____________ |____________ |____________ |

|Does your firm have a collective bargaining agreement or other contract or understanding with a labor organization or employment |

|agency for the recruitment of labor? |

| |If yes, list the name and address of the agency or organization. |

|Yes | |

| | |

|o | |

| |Name |Address (No. and Street, City, State) |

| |If no, indicate the usual methods of recruitment: |

|No |o Connecticut State Employment Service |

| |o Private Employment Agency |

|o |o Newspaper Advertisement |

| |o Walk-in |

| |o Other (specify) ______________________________________ |

|The signer certifies that its practices and policies, including but not limited to matters concerning personnel, training, |

|apprenticeship, membership, grievance and representation, and upgrading, do not discriminate on grounds of race, color, religious |

|creed, age, sex, or national origin, or ancestry of any individual, and that the signer agrees it will affirmatively cooperation in|

|the implementation of the policy and provisions of Executive Order Number Three, and consent and agreement is made that |

|recruitment, employment, and the terms and conditions of employment under the contract shall be in accordance with the purpose and |

|provisions of Executive Order Number Three. |

|Yes ( / No ( Is firm in minority ownership? (51% of assets in control of minorities) |

|I certify that the above is correct to the best of my knowledge. |

| |

|Employer ________________________________________ Date: ________ |

|Business Name |

|By ____________________________________ _____________________ |

|Signature Title |

Form EO 3-1 (rev. 9-93)

Article X

Name of Authorized Individual_________________________________

Name of Company_________________________________

Article X of Executive Order Number Three (Required By the State of Connecticut Department of Transportation.

(a) The labor commissioner may hold or cause to be held hearings, prior to imposing, ordering, or recommending the imposition of penalties and sanctions under this Order. No order for disbarment of any contractor form further state contracts shall be made without affording the contractor an opportunity of a hearing. In accordance with such regulations as the labor commissioner may adopt, the commissioner or the appropriate contracting agency

(1) Publish or cause to be published the names of contractors or labor organizations or employment agencies as herein described which it has concluded have complied or failed to comply with the provisions of this Order or the regulations of the labor commissioner in implementing this Order.

Recommend to the Commission on Human Rights and Opportunities that in cases in which there is substantial or material violation or threat thereof of the contractual provision or related state statutes concerned herein, appropriate proceedings be brought to enforce them, including proceedings by the commission on its own motion under Chapter 563 of the General Statues and the enjoining, within the limitations of applicable law, of organizations, individuals or groups who prevent directly or indirectly or seek to prevent directly or indirectly compliance with the provisions of this Order.

(2)Recommend that criminal proceedings be brought under 939 of the General Statues.

(3)Cancel, terminate, suspend or cause to be cancelled, terminated, or suspended in accordance with law any contract or any portion of portions thereof for failure of the contractor or subcontractor to comply with the nondiscrimination provisions of the contract. Contracts may be cancelled, terminated, suspended absolutely or their continuance conditioned upon a program for future compliance approved by the contracting agency.

(4)Provide that any contracting agency shall refrain from entering into any further contracts or extensions or modifications of existing contracts with any contractor until he has satisfied the labor commissioner that he has established and will carry out personnel and employment policies compliant with this Order.

(5)Under regulations prescribed by the labor commissioner each contracting agency shall make reasonable efforts within a reasonable period of time to secure compliance with the contract provisions of this Order by methods of conference, conciliation, mediation or persuasion, before other proceedings shall be instituted under this Order or before a state contract shall be cancelled or terminated in whole or in part for failure of the contractor or subcontractor to comply with the contract provisions of state statute of this Order.

______________________________ ________________

Signature of Contractor’s Date

Contract Manager

(Failure to complete this form and to submit it with your offer may render this offer non-responsive).

Offer and Acceptance Form

Offeror shall complete this form and include same in the price proposal.

| |

| |

|OFFER |

| |

|By execution below Offeror hereby offers to furnish equipment and services as specified in THE AUTHORITY’S Bid FY19 Engine Repower Project. |

| | |

|Offeror:___________________________ | |

| | |

|Name | |

| |_____________________________ |

| |Street Address |

| | |

| |____________________________ |

| |City, State, Zip |

| | |

| |____________________________ |

| |Signature of Authorized Signer |

| | |

| |____________________________ |

| |Title |

| | |

| |____________________________ |

| |Phone |

| | |

NOTICE OF AWARD

By execution below, Procuring Agency accepts Offer as indicated above.

|Purchasing and Contracts Officer: |________________________ |

| |Signature |

|Date of Award: |________________________ |

Proposal Deviation Form

Any and all deviations conditions, exceptions, reservations or understandings of any and all requirements/specifications specified in this proposal must be fully disclosed explicitly, fully and separately stated on individual “Proposal Deviation Forms”. Please make copies if additional forms as required. If no deviations are noted please indicate so on this form, execute and return with your proposal submittal.

________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

Firm Name:

Address:

Authorized by:

Signature:

Title:

Date:

(Failure to complete this form and to submit it with your offer may render this offer non-responsive).

NO GOVERNMENT OBLIGATION TO THIRD PARTIES CERTIFICATION

Applicability to Contracts Applicable to all contracts.

Flow Down Not required by statute or regulation for either primary contractors or subcontractors, this concept should flow down to all levels to clarify, to all parties to the contract, that the Federal Government does not have contractual liability to third parties, absent specific written consent.

Model Clause/Language While no specific language is required; FTA has developed the following language.

No Obligation by the Federal Government.

(1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract.

(2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions.

_______________________________ Signature of Authorized Contractor’s Official

_______________________________ Printed Name and Title of Authorized Contractor’s Official

______________________________ Name and Address of Contractor

______________________________ Date

(Failure to complete this form and to submit it with your offer may render this offer non-responsive).

Greater Bridgeport Transit Authority - State Changes

The Contractor agrees to comply with State Rules and Regulations, which provides that contractors shall at all times comply with all applicable State regulations, policies, procedures and directives, including without limitation those listed or by reference in the incorporated State Rules and Regulations. These rules and regulations are incorporated as a part of the Contract for Engine Repower Program between the GBTA and _____________________ (name of contracting Agency), as they may be amended or promulgated from time to time during the term of this contract. Contractor’s failure to so comply shall constitute a material breach of this contract.

This certification must be executed annually within 30 days of notification by the Authority of amended State Rules and Regulations. Failure to comply with any of the requirements must be reported to the Authority immediately.

______________________________ ________________

Signature of Contractor’s Date

Contract Manager

(Failure to complete this form and to submit it with your offer may render this offer non-responsive).

CERTIFICATION OF CONTRACTOR REGARDING DEBARMENT, SUSPENSION AND OTHER INELIBIBLE AND VOLUNTARY EXCLUSION

The undersigned, an authorized official of the bidder stated below, certifies, by submission of this bid/proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal Department or Agency.

(If the undersigned in unable to certify to any of the statements in this certification, such official shall attach an explanation to this proposal.)

THE UNDERSIGNED CERTIFIED AND AFFIRMS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE STATEMENTS SUBMITTED ON OR WITH THIS CERTIFICATION AND UNDERSTANDS THAT THE PROVISIONS OF 31 u.s.c. sections 3801 et seq. are applicable thereto.

Signed ________________________

Firms Name ___________________

Subscribed and sworn to before me this _____ day of _____, 2019.

Notary Public

My commission expires ______________, 20__.

BIDDER’S CUSTOMER REFERENCE LIST*

This form is to be used for the identity of customer references with requirements similar or comparable to those included within this solicitation. The GBTA reserves the right to contact these any other customer references that come to comments in making a procurement decision.

Name of Customer’s Organization, Name and Title of Contact, Address, Phone Number

Firm’s Name

Contact

________________________Address

________________________Phone

*A separate form must be submitted for each of the required 3 minimum customer references.

Required Pricing Form

|CATEGORY |Quantity |Material Cost |Transportation Cost |Labor |Misc |Total |

|Cost of remanufactured | | | | | | |

|Cummins engine | | | | | | |

|Cost of remanufactured Voith | | | | | | |

|transmission | | | | | | |

|Cost of appropriate diesel | | | | | | |

|particulate filter | | | | | | |

|Cost of OEM, or approved | | | | | | |

|equal, parts kit(s) | | | | | | |

|Cost of labor, with breakdown| | | | | | |

|of hours and cost per general| | | | | | |

|activity (eg. remove engine, | | | | | | |

|remove transmission, etc.) | | | | | | |

|Cost of optional extended | | | | | | |

|warranty | | | | | | |

|Scrap value of engine | | | | | | |

|Scrap value of transmission | | | | | | |

______________________________ ________________

Signature of Contractor’s Date

Contract Manager

(Failure to complete this form and to submit it with your offer may render this offer non-responsive).

-----------------------

The contractor hereby agrees to subcontract a minimum of 3.02% of the contract to disadvantaged business enterprises.

Attention!

If the bidder/offeror is unable to meet the DBE goal for this project, evidence of good faith efforts to do so must be submitted.

................
................

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

Google Online Preview   Download