SUPPORT UTILITY VEHICLE

South East Area Transit

375 Fairbanks

Zanesville, Ohio 43701

July, 2015

Howard W. Stewart, Jr.

Transit Director

(740)454-8574

SSV-2015

LEGAL NOTICE

The South East Area (SEAT) is accepting competitive bids for:

One (1) Service Support Vehicle

The South East Area Transit affirms and insures that Disadvantaged Business Enterprises will be afforded full opportunity to submit bids and that such bids will receive full consideration. DBE participation is strongly encouraged.

Copies of bid specifications may be obtained at the South East Area Transit Administrative offices, 375 Fairbanks, Zanesville, OH 43701 between 8:00 am and 3:30 pm, Monday through Friday.

Submissions will be accepted, no later than 9:30 am, Friday, August 28, 2015.

Bids will be opened publicly at 9:31 am on Friday, August 28, 2015. Bids received after the specified time and date will not be considered and will be returned unopened.

BY ORDER: BOARD OF TRUSTEES

South East Area Transit

TO APPEAR: Times Recorder – Friday, August 7, 2015

Daily Jeffersonian – Friday, August 7, 2015

Objective

This invitation is to establish pricing to purchase a Service Support Vehicle for the South East Area Transit. All proposals shall be in accordance with the specifications set forth herein. Direct any questions to Rich Wood, Monday thru Friday between 7:00 a.m. and 3:00 p.m., 740-454-8574, ext. 105.

Instructions

One (1) original copy and one (1) duplicate copy of the proposal shall be submitted in a sealed envelope that is clearly marked “Proposal for Service Support Vehicle” and include a return address label on the envelope that identifies the submitter and submitter’s address.

Ensure all required documents, as listed in the Summary of Items to be supplied with the proposal, are signed, dated, and notarized where applicable.

DBE Certification Forms:

·  If your firm is not a Disadvantaged Business Enterprise and will not utilize a Disadvantaged Business Enterprise as a subcontractor for this purchase, on affidavit A and B, mark “NOT APPLICABLE”, sign and date the forms. Provide a brief statement on affidavit C to clarify that your company is not affiliated with a Disadvantaged Business Enterprise.

·  If your firm is a Disadvantaged Business Enterprise or will utilize a Disadvantaged Business Enterprise as a subcontractor for this purchase, complete affidavit A and B appropriately, and mark “NOT APPLICABLE” on affidavit C, sign and date the form.

Buy America Certification:

·  Rolling Stock purchases exceeding $100,000.00 must meet or exceed compliance with 49 U.S.C. 5323 (j) (l).

·  Vehicles must be assembled with a minimum of 60% United States content and assembled in the United States.

·  Direct questions regarding Buy America Certifications to Rich Wood 740-454-8574, ext. 105.

Specifications

Minimum specifications described on proceeding page.

Sport Utility/Crossover Vehicle SSV-2015

Specifications

Standard Specification Items / Minimum Requirements / Standard Specification Items / Minimum Requirements
New, Model Year: / 2015/2016 / Exterior:
Power Train: / Color / White
Engine Type (Cylinder/Liter) / 6 / 3.0 / Factory Mud Flaps / Required
Horsepower (Net HP) / 264 / Body Side Moldings / Mfg. Std.
Automatic Transmission / Required
Locking Differential / NA
Drive Train / AWD/FWD
Chassis: / Seating:
Alternative Fuel (Type) / NA / Seating Capacity / 5
Fuel Capacity (gals.) / 20 / Front Seat Type / Bucket
Tires / All Season / Seat Covering / Cloth
Spare Tire / Mfg. Std. / Floor Covering / Carpet
Cooling System / Mfg. Std.
Safety: / Accessories:
Restraint System (Driver and Passenger) / Required / Air Conditioning / Required
Supplemental Restraint System (Driver and Passenger) / Required / Tilt Wheel & Cruise / Required
Power Antilock Brakes (Front and Rear) / Required / Power Windows & Door Locks / Required
Dimensions: / 2 Sets of Keys with FOBS / Required
Wheelbase (in) / 112 / Intermittent Windshield Wipers / Required
Head Room (Front/Rear) / 39 / 39 / Rear Window Defroster / Required
Leg Room (Front/Rear) / 40 / 38 / Floor Mats / Front/Rear/Cargo
Shoulder Room (Front/Rear) / 55 / 55 / Radio / AM/FM
Hip Room (Front/Rear) / 54 / 51 / Exterior Rear View Mirror / Dual
Passenger Volume (cu.ft.) / 99 / Rear Cargo Light / Automatic
Base Curb Weight (lbs.) / 4,000
Electrical: / Warranty:
Alternator (amps) / Mfg. Std. / Mfg. Standard Warranty (Min) / 3yr / 36,000 Mile
Battery (CCA) / Mfg. Std.

GENERAL INSTRUCTIONS

TO BIDDERS

GENERAL INSTRUCTIONS TO BIDDERS

All Bids will be due at the date and time indicated on the invitation to bid notice, at the office of South East Area Transit, 375 Fairbanks, Zanesville Ohio 43701.

PREPARATION OF PROPOSALS

The price proposal and the response to the technical specifications shall be submitted in duplicate (one original and one copy), in a sealed envelope marked "Service Support Vehicle 2015", no later than 9:30 a.m., Friday, August 28, 2015.

TECHNICAL PROPOSAL (TO BE SUBMITTED IN BID ENVELOPE) SHALL INCLUDE:

1. A technical description of how the proposed material and workmanship meets or exceeds the stated specifications.

2. A schedule of implementation, manufacturer, delivery, installation, training and other services/events required by these specifications.

3. Such drawings, catalog cuts, photographs, and/or sample data sheets to illustrate the proposed equipment.

4. A listing of those elements of the specifications in which the bidder either "takes exception", proposes an "alternate configuration" and/or proposes equipment or material for consideration as an "approved equal".

PRICE PROPOSAL

The price shall be on the bid forms provided and duly executed by the bidder. The prices proposed shall be all inclusive and reflect the items of equipment and material specified in the specifications.

BIDDERS RESPONSIBILITY

The bidder shall be held to have read the conditions, both general and special and all attachments included with this bid package. Each bidder shall familiarize himself with the General Instructions to Bidders, Specifications, Bid Proposal Section, and all attached forms, as the bidder will be held responsible to comply fully therewith.

OPENING OF BIDS

Bids will be opened publicly at the time and place specified in the Legal Notice attached.

APPROVED EQUALS

Bidders may submit to SEAT requests for approved equals provided that such requests for approved equals are:

1. Submitted in writing and received by SEAT no later than ten (10) calendar days before the date of bid opening; and

2. Supported by evidence such as technical data, test results, or other pertinent information that demonstrates that the substitute offered is equal to or better than the specification requirement.

PREPARATION AND SUBMISSION OF BIDS

Each bid must follow the form shown, without change, restriction, reservation, addition or deletion. Bids shall be submitted on the form furnished and in the manner requested in these specifications (please remove the form). Bids shall be signed in ink. Erasures or other changes in a bid must be explained or noted over the signatures of the bidders. Bids containing any conditions, omissions, unexplained erasures or alterations or items not called for in the Proposal, or irregularities of any kind may be rejected by SEAT as being incomplete.

WITHDRAWAL OF PROPOSALS

Proposals may be withdrawn on written or telegraphic request from the bidder prior to the time fixed for closing. Negligence on the part of the bidder in preparing the proposal confers no right for the withdrawal of the proposal after it has been opened. No proposal may be withdrawn or amended after bids have been publicly opened for a period of sixty (60) days thereafter.

REJECTION OF BIDS

SEAT reserves the right to reject any and all bids when such rejection is in their opinion, in SEAT's best interest. SEAT also reserves the right to waive any informalities in any bid.

BID PROTESTS

If bidder perceives that a segment of the specifications is either too restrictive for competitive bidding or if the bidder perceives any improprieties in the solicitation or specifications, a written protest must be filed with SEAT's Transit Director no later than three days before the scheduled bid due date. Any protests concerning the award of a contract after the bid opening must be made within three (3) days after the bid opening in order to permit SEAT the opportunity to resolve the issue prior to contract award. Such protest must cite what the solicitation was for, and for what reason the protest is lodged.

The Transit Director shall make all reasonable attempts to resolve the protest prior to the bid opening or award of a contract, as applicable, and reserves the rights to reschedule same if - at his discretion - deemed necessary. The Transit Director must make his decision no later than ten (10) working days from date the protest is lodged.

If the protest is not satisfactorily resolved under the above paragraph, the person or firm making the protest may request a hearing with his legal counsel and SEAT, with SEAT's legal counsel serving as arbitrator on the matter. Request for such a hearing must be made within fifteen (15) working days of the original date the protest was filed. The decision at this step shall be final and binding on all parties.

If the vendor believes that SEAT did not follow the above process, he/she may appeal to the Federal Transit Administration (FTA) as follows:

Office of Program Management

Federal Transit Administration

210 W. Adams Street

Suite 2410

Chicago, Illinois 60606

(312) 353-2789

The Federal Transit Administration will hear appeals only where a local protest procedure does not exist or where the local procedure was not followed.

AWARD OF CONTRACT

The basis for award shall be of the lowest most responsive bid or combination of bids allowing the lowest overall cost. The contract will be awarded within sixty (60) days to the successful bidder(s) after SEAT has determined the bid(s) to be in its best interest. SEAT reserves the right to reject any and all bids when such rejection is in their opinion, in SEAT's best interest. SEAT also reserves the right to waive any informalities in any bid.

Each bidder shall be prepared, if so requested by SEAT, to present evidence of his experience, qualifications and financial ability to carry out the terms of the contract.

The bidder agrees that his bid will be valid for at least a sixty (60) day period from the date the bids are opened.

EXPLANATION TO BIDDERS

The scope of the project is described in the specifications herein.

All questions regarding exact intent of the work shall be brought to SEAT's attention at least ten (10) calendar days before bids are due so that all explanations may be made available to all bidders. Any questions of this nature not brought up at this time shall be answered by SEAT as it arises and SEAT's decision shall be final.

DEFINITIONS

The term "SEAT", or "Purchaser", where it appears in the contract documents means the South East Area Transit, 375 Fairbanks, Zanesville, Ohio 43701.

SPECIFICATIONS

The specifications are to be interpreted according to their full intent, meaning and spirit, and shall be deemed to explain mutually each other and to be descriptive of the equipment and/or services to be supplied under this contract.

Should any error appear in the specifications, the same is to be referred to SEAT for correction before the bids are submitted or the work proceeded with. The manufacturer or contractor shall make no alterations or corrections without consulting SEAT beforehand.

CONTRACT CHANGES

Any proposed change in this contract shall be submitted to SEAT for SEAT's prior approval.

NOTICE OF FEDERAL REQUIREMENTS

Contractor and/or its subcontractors shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, 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.

NO GOVERNMENT OBLIGATION TO THIRD PARTIES

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.

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.

PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS

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 CFR 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.

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.