Passenger Van RFB 2-2024

expired opportunity(Expired)
From: Lenawee Intermediate School District(School)

Basic Details

started - 24 Mar, 2024 (1 month ago)

Start Date

24 Mar, 2024 (1 month ago)
due - 08 Apr, 2024 (21 days ago)

Due Date

08 Apr, 2024 (21 days ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
Lenawee Intermediate School District

Customer / Agency

Lenawee Intermediate School District
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1 Request for Bids 2024, 54-Passenger School Buses w/Chair Lift Lenawee Intermediate School District (LISD) Date of Issuance: 2/28/2024 Bid Due Date: 4/8/2024 The Lenawee Intermediate School District (LISD), a regional education service provider located in Adrian, Michigan, requests bids from qualified vendors for the delivery of two (2) or more 2024 model year or newer, 54-passenger school buses with chair lifts. Respondents should indicate whether or not any price discounts are available for purchasing multiple school buses in a single purchase. Purchases of multiple buses may include varying bus types (i.e. one diesel and one gasoline). School Bus Specifications The LISD seeks bids for multiple fuel system options including diesel, gasoline, propane, compressed natural gas (CNG), and a charge-sustaining hybrid school buses. Specifications for a diesel fueled school bus are appended to this request for bids as Exhibit A and are incorporated herein. Alternative fueled vehicles must
meet the specifications included in Exhibit A as closely as possible considering the alternate fuel type. School bus specifications should generally meet the requirements of Exhibit A, however, where a specific brand is quoted, an equivalent product may be considered where the respondent can demonstrate that, in the opinion of the LISD, the alternate product is equivalent to that specified. Delivery The purchased school bus(es) must be delivered to the LISD’s bus garage located at 2946 Sutton Road, Adrian, Michigan. School buses must be delivered F.O.B. LISD’s bus garage meaning that risk of loss remains with the vendor until such time as the school bus(es) have been delivered and accepted by the LISD. Destination costs, if any, must be included in the bid. Warranty Manufacturer warranties must be transferrable to the LISD and must be transferred to the LISD at the time of delivery of the school bus(es). The school bus warranty must be a minimum of five years and unlimited mileage on the engine and on the body structure and paint. Additionally, respondents are asked to provide extended warranty options, which may be purchased at the discretion of the District. Respondents must provide detailed information about both included and optional, extended warranties, including what is covered under the warranty. Compliance with Michigan’s Pupil Transportation Act The school bus(es) for which bids are provided must comply with the requirements of Michigan’s Pupil Transportation Act (Public Act 187 of 1990), as amended. Where the requirements of the LISD’s specifications and Michigan’s Pupil Transportation Act conflict, the requirements of the Pupil Transportation Act must be followed and noted in respondent’s bid. Inspection by the Michigan State Police The selected vendor will be responsible for facilitating an inspection of the new school bus(es) by the Michigan State Police as is required by Michigan’s Pupil Transportation Act, MCL 257.1843. The Michigan State Police must find that the school bus(es) is/are acceptable for delivery to the LISD, which shall be a condition precedent to acceptance and payment by the LISD. 2 Vehicle Title A clean, non-encumbered (no liens) title listing the Lenawee Intermediate School District, 4107 N. Adrian Highway, Michigan 49221 as the school bus(es) owner must be delivered to the LISD with the school bus(es). General Conditions 1. Proposed prices represent an offer to contract on the part of bidder, and all proposed prices must remain in effect for at least ninety (90) days from the date of receipt of the bid by LISD. 2. No bidder may withdraw a proposal after submission of the proposal to LISD except in case where a bidder demonstrates to LISD’s satisfaction that a material and substantial mistake was made in preparing the proposal, in which event the bidder has 24 hours after receipt of the bid to deliver to the LISD, a notice in writing that he/she desires to withdraw his/her proposal and stating the reasons therefore. Once a proposal is withdrawn, it may not be re-submitted. Furthermore, if a bidder makes an error in extension of prices in a bid, the unit price shall govern at the district of the District. 3. The LISD reserves the right to waive any informalities or immaterial omissions or defects in any bid. In the case of error in the extension of prices in the bid or other arithmetical error, the unit (line-item) price shall govern. 4. The LISD will not pay any costs associated with the preparation of submission of any bids in response to this RFB. 5. LISD reserves the right to reject any and all bids or accept part and reject part of any bid, with or without cause and for any reason. 6. The LISD is a public school district and thus is exempt from any and all sales and/or service taxes. Do not include such taxes in the proposal figures. The LISD will furnish the successful bidder with tax exempt certificates upon request. 7. The selected vendor must not be currently debarred, suspended, or proposed for debarment by any federal entity. Submission of a bid in response to this request for bids represents respondent’s acknowledgement that respondent is not debarred, suspended, or proposed for debarment by any federal agency. 8. All deviations from the specifications must be specified in writing by the bidder at the time that the formal bid is submitted. The absence of a written list of requested deviations or exceptions when the bid is submitted will result in the bidder being held strictly liable to the District for the specification or requirements as written. The LISD reserves the right to accept or reject any requested exception or deviation. 9. The LISD reserves the right to split or abstract any or all bid proposals and award multiple contracts from the same quotation based on price, availability, and service when, in its judgment, it best serves the LISD. The preceding list is provided for informational purposes only, and is in no way intended to be an exclusive list of the terms and conditions that may be imposed upon the responding firm by LISD. 3 The LISD reserves the right to reject any and all bids received with or without cause, and reserves the right to select the bid which is determined to be in the best interest of the LISD. Submission Requirements Bids submitted in response to this RFB are to follow the outline described below and must address all requested information. Failure to address any item may result in disqualification of any part or the entire response to proposal. A. BID FORM Respondents must complete the attached bid form in its entirety and must submit one signed copy. The bid form must be signed by a representative of respondent that has the authority to bind respondent in legal contract. Respondents need not supply a bid for each type of fueled vehicle (for example, a vendor may submit only bids for a diesel and propane fueled vehicle but exclude bids for gasoline, CNG, hybrid vehicles). B. DESCRIPTION OF THE SCHOOL BUS(ES) Respondents must include a detailed specification sheet(s) describing, in detail, each school bus for which the vendor is submitting a bid. Respondents must describe in writing any deviations from the LISD’s specifications as described in Exhibit A. C. WARRANTY DESCRIPTION Respondents must include a detailed description of the school bus warranty provided with the purchase of each school bus quoted in respondent’s bid. D. TIMELINE Respondents must include a detailed timeline of expected delivery for each school bus quoted in respondent’s bid. E. LISD PROPSAL FORMS The following proposal forms are available on the LISD’s website bid page under the heading Proposal Forms: http://www.lisd.us/bids. 1. MICHIGAN-BASED BUSINESS CERTIFICATION AND VERIFICATION FORM Consistent with Michigan law, the LISD has adopted and implemented a policy that extends a preference to Michigan-based businesses submitting a proposal pursuant to this request for proposals. Solely for the purposes of determining the value of a bid for purposes of an award, the bid price of a Michigan-based business that is bidding in accord with this request for proposals shall be reduced by a factor of the lesser of 5% or $10,000. For all other purposes, the bid price shall remain as stated in the proposal. In order to be considered for such a preference, a bidder must satisfy the definition of a Michigan- based business as found in MCL 18.1268 and shall provide a completed copy of the consent form affixed to this RFB, as well as any additional consent necessary to permit LISD to verify the firms’ status as a Michigan- based business through the Michigan Department of Treasury. Additional consent must be provided by the bidder with 24 hours of request by LISD. Failure to satisfy the statutory definition of a Michigan- based business and/or failure to provide the necessary and/or additional consent to permit the LISD to verify the proposer’s status as a http://www.lisd.us/bids 4 Michigan-based business through the Michigan Department of Treasury, shall result in the forfeiture of any preference for which the bidder may qualify, including, but not limited to the Michigan-based business preference. Qualified firms should affix a completed copy of the attached Michigan-based business certification and verification form. (This form applies to Michigan-based businesses only.) 2. FAMILIAL DISCLOSURE STATEMENT Please include a completed copy of the attached LISD familial disclosure statement. (This form must be completed and notarized even if no familial relationship exists.) 3. IRAN ECONOMIC SANCTIONS ACT COMPLIANCE Bidders must include a completed copy of the attached LISD Iran Economic Sanctions Act compliance form. 4. SUSPENDED OR DEBARRED VENDOR FORM Bidders must include a completed copy of the attached suspended or debarred vendor form certifying that the bidder is not a federally suspended or debarred vendor. 5. CONFLICT OF INTEREST FORM Bidders must include a completed copy of the attached conflict of interest form certifying that the bidder does not have a conflict of interest with any LISD Board member, staff member, or agent. All proposals shall be submitted in a sealed envelope clearly marked, “BID – 2022 SCHOOL BUS”. Proposals shall be mailed or delivered in person to the Todd Armstrong, Bus Mechanic at 2946 Sutton Road, Adrian, Michigan 49221. Neither Facsimile nor e-mail bids will be accepted. Proposals must be received by LISD Transportation Department at or before 11:00 AM. On 4/6/2024 Proposals received after the deadline may be disqualified and not accepted. Questions Please direct all questions regarding this request for proposals to Todd Armstrong via email at Todd.Armstrong@lisd.us. Questions will only be addressed via email so that responses can be shared with all interested parties in the form of addenda to the RFB. If you wish to receive a copy of addenda published, please email Todd.Armstrong@lisd.us requesting such. 5 Bid Form 2024, 54-Passenger School Bus with Chair Lift Lenawee Intermediate School District This offer (bid) has been prepared after our examination of the complete request for bid, together with their related documents. The undersigned submits the following offer to enter into a contract with the Lenawee Intermediate School District and agrees to complete performance in accordance with this RFB: Bidder Name: ________________________________________________________________________ Address: ____________________________________________________________________________ Authorized Representative Name: ________________________________________________________ Phone: ________________________________ Email: _______________________________________ Respondents must provide detailed pricing sheets for each school bus for which a bid is provided with the total cost of each school bus representing the amount to be included in this section as the total per bus price. Respondents wishing to offer pricing for more than six quantity school buses may include additional sheets. Pricing is intended to represent the per bus cost for quantity purchased regardless of the fuel type. Thus, the LISD could purchase three buses in total and the per bus cost would reflect the amount listed in the three qty. column for each bus type. Price for the Purchase and Delivery of Diesel School Buses One Qty. Two Qty. (per bus) Three Qty. (per bus) Four Qty. (per bus) Five Qty. (per bus) 2024, or newer, 54-passenger school bus with wheel chair lift $ __________ $ ___________ $ ___________ $ __________ $ __________ Price for the Purchase and Delivery of Gasoline School Buses One Qty. Two Qty. (per bus) Three Qty. (per bus) Four Qty. (per bus) Five Qty. (per bus) 2024, or newer, 54-passenger school bus with wheel chair lift $ __________ $ ___________ $ ___________ $ __________ $ __________ Price for the Purchase and Delivery of Propane School Buses One Qty. Two Qty. (per bus) Three Qty. (per bus) Four Qty. (per bus) Five Qty. (per bus) 2024, or newer, 54-passenger school bus with wheel chair lift $ __________ $ ___________ $ ___________ $ __________ $ __________ Price for the Purchase and Delivery of CNG School Buses One Qty. Two Qty. (per bus) Three Qty. (per bus) Four Qty. (per bus) Five Qty. (per bus) 2024, or newer, 54-passenger school bus with wheel chair lift $ __________ $ ___________ $ ___________ $ __________ $ __________ 6 Price for the Purchase and Delivery of Hybrid School Buses One Qty. Two Qty. (per bus) Three Qty. (per bus) Four Qty. (per bus) Five Qty. (per bus) 2024, or newer, 54-passenger school bus with wheel chair lift $ __________ $ ___________ $ ___________ $ __________ $ __________ Optional, Extended Warranty* (may be purchased at the discretion of the District) Warranty description, including term and coverage (attach additional information as necessary): _____________________________________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ Optional, Extended Warranty Cost: _______________________________________________________ *The base warranty meeting the requirements of this RFB must be included with the base school bus price above. Authorized Representative Signature: I certify that the information contained on this form is true and accurate and that the presentation of this information to the LISD represents an offer to contract and that acceptance by LISD of this offer will bind me to performance under the terms and conditions of the RFB. _____________________________________________________ __________________________ Signature Date 7 Exhibit A Lenawee Intermediate School District 2024 Bus Specifications 54 Passenger / Wheel chair lift Unitized construction = Bus chassis and body to be built on same line. CHASSIS Wheel base: 217” Axles: 10,000 lb. front parabolic spring / minimum 19,000 lb. rear axle With 21,000 lb. air ride. Shock absorbers front and rear. Front axle wheel bearings: oil lubed (wet hub) Brakes: Air Drum Brake System with 4 wheel ABS. to include dust shields. Parking brake: Spring actuated, Parking brake knob mounted in dash. Air compressor: For air door and suspension, Engine driven, Minimum 18.7 cfm, Frame mounted air tank with drain. Air dryer (Bendix AD9) with heater, frame mounted. Frame: High strength alloy steel, Minimum 50,000 Psi. yield, all attaching bolts minimum grade 8. Bumpers; All steel 1⁄4 “thick material attached to frame front and rear, Black in color. Tow hooks: Frame mounted front and rear. Steering: Gear Ross TAS-66, 18” steering wheel 2 spoke, Tilt column. Exhaust: Aluminized rubber insulated applicable to Cummins 6.7L engine, to include after treatment device and tail pipe temperature control device. Rear exit left side through rear bumper. Electrical: Standard 12v system, 3 -950 cca stud type batteries on a roll out tray and latching battery box door, Circuit breakers throughout, Color and number coded wiring throughout. Standard electrical: dual note horns, Daytime running lights, Alternator: 12v Leece Neville 320 amps. Quadra pad mount Engine block heater with cord Wipers: Dual overlapping arms, Intermittent speed, Controls mounted in turn signal switch on steering column, Wet arm washers Starter: Delco 38MT 12v Engine: Cummins ISB 220 Hp. 2010 or greater certified emission. Cooling system: Standard with extended life coolant good to -40 degrees, to include low coolant warning 8 Headlights: Halogen style, Composite lens Hood: Easy tilt, 3 piece fiberglass construction for ease of repair, With sound insulating blanket Paint: National school bus yellow, Black accent where applicable, White roof Air Cleaner: Cowl mounted, with restriction gauge Transmission: Automatic Allison 2500 PTS, Less PTO gear and less retarder, with cooler in radiator with dash mounted T handle shifter Rear Axle: Ratio 4.88 /21,000 lbs. oil lubed wheel ends Fuel System: 65 Gal. tank, Top draw with protective cage mounted between frame rails behind rear axle with access in body through floor, Fuel filter water separator heated, engine mounted DEF tank to have locking access door, with reinforcement to prevent opening body cracking, and driver compartment level gauge. Dash gauges: All English, Speedometer, Tachometer, Odometer, Oil pressure, Water temp, DEF gauge, Volt gauge, Transmission Temp.gauge, Fuel gauge Engine protection audio alarm and visual lights Tire / Wheel: Radial tubeless design 10R22.5 in size, Steer type tires on front, and drive traction tires on rear, Tires to be balanced Rims 7.5” disc type unimount hub piloted 10 stud flanged nut, Black in color Misc: Lamp check feature (to flash all lamps on bus), Cruise control and high idle switches to be mounted in steering wheel Block heater, and air intake heater or glow plugs for cold weather starting. BODY Color: National school bus yellow exterior, Neutral or off white interior color. White roof Construction: Roof bows to be one piece from floor to floor, Exterior panels to be min. 14 gauge secured with buck type rivets (not glued), Full length rub rails, Roof panels to be one piece from window to window, Body to frame clamps to be dual bolted, Fully undercoated body, Fully insulated body, Lower body side panel to be separate from upper (for repair or replacement) Defroster: Channeled full length of windshield, Full capable to keep windshield defrosted / defogged Body electrical: 12 v system, Unit to be equipped with multiplex wiring system between body and chassis, Exterior electrical access door, Wiring to be protected by rubber grommets as required, Fan master or Noise Suppression switch to be located near fan switches. Extra 12v access points for accessories such as 2 way radio. Wiring to be colored coded and numbered throughout chassis and body Emergency exits: As required, with 2 roof hatches 9245-0200 Specialty brand to be located to provide unobstructed roof top A/C installation. (Exact hatch location will be provided prior to bus build) 9 Floor: Aisle to be H/D ribbed rubber, Remainder of interior flooring to be H/D smooth rubber, Stainless Steel trim strips and attaching screws for all floor trim. . One piece molded wheel well covering Heaters: 90,000 front, 50,000 step well 84,500 in rear, All heater hose shall have constant torque clamps. Heater hoses to have shut off valves mounted in engine compartment Identification: Bus to be numbered and lettered per state requirements, All emergency exits to be outlined with reflective tape Interior: 78” head room, Ceiling panels to be perforated for acoustic reduction, Panels below windows shall be steel material coated with an aluminized finish that resist marring Lamps: Doran 16 lamp monitor board. Clearance lights or marker ID. Lights shall have 3 on each side of bus roof, side marker lights to have guards installed, Stop/tail light two 4” and two 7”, Rear turn signal shall be 7” with arrow, Side mounted turn signals, Back up lamps to 7”, Boarding light mounted outside as close to entry door as possible, Step well light power supply to come from headlight switch, Stepwell and exterior loading lights shall be LED, Two rows of dome lights with separate switch’s for drivers area and separate switch for rear dome lights, Overhead warning lights to be halogen bulbs with stainless steel base, with amber and red indicator visible from driver seated position, Overhead warning lights to be tied electrically to entry door switch for activation and canceling. External reflectors as required, Low profile roof mounted strobe light clear in color with guard shall be mounted on top of bus located rear side of rear roof hatch Mud flaps: All 4 wheels securely mounted Mirrors: Interior= minimum 6X30”, Exterior= rearview to be Double Nickel, Crossover= Bus Boy, All exterior mirrors shall be heated with power switch mounted in drivers switch panel. Mirror mounts to be reinforced in hood. All mirror brackets and bracing to be stainless steel Safety equipment: Michigan first aid kit, Triangle kit, 3 / 30 min. flares and removable plastic containment tube, Dry chemical fire extinguisher and mounting bracket Radio: AM/FM/CD no external speaker, no internal PA required Passenger seats: 39” seat restraint compatible with 3 seat restraints per seat short end mounted aisle side in all positions, Grey colored seat covering Windshield wipers: Multi speed and delay and overlapping pattern. With washers and 6 Quart washer tank Windshield: Mounted in rubber gasket seal with ribbon lock (not glued or urethane installed) Steering wheel: Switch’s for cruise control and high idle Driver’s seat: Cloth covered Air height adjustment, High back, Lumbar support and seat belt Step well: Hand rails: One on each side of step well, Yellow in color or Stainless steel 10 Steps: Three steps 32” wide covered with ribbed rubber material with white step nose Entry door: Outward opening air operated with activation switch mounted in drivers switch panel, An emergency air dump switch/valve shall be mounted near entry door to override main switch. Aluminum frame with interchangeable glass in all door glass positions, Doors to be supported by upper frame with bearing hinges. Rear emergency door to have inboard unexposed mounted hinges Interior sun visor: 6x30 Adjustable dark acrylic / see through Windows: All passenger windows to be tinted 28%, No thermo pane glass in any windows Cowl steps: One each side Stop Arm: Air operated, activated and canceled with entry door switch, Reflective stop sign with alternating red flashing lights Misc.: Wheel Chair lift Braun model L919IB with interlock to ignition and parking brake. Lift to be mounted directly behind entry door. Must have additional body mounted loading lights W/C door hinged on rear with a window in upper portion and a hold open device. With circuit breaker and solenoid/relay shall be mounted near or inside the battery box or another weather resistant enclosure 3 W/C tie down securement areas 1 behind lift, 2 behind driver. All positions must have Q-Straint (slide ‘n’ click) tie down with occupant restraint on floor, L-track fitting above window for fore and aft adjustment of shoulder belt (retractable wall mount). (See attached positioning diagram.) (NO L TRACK, SHALL BE MOUNTED RECESSED IN FLOOR) Must include 3 wall mount Q5-8525- SC Slide-N-Click Storage Bracket-4 Brackets for unused retractors. Air conditioning: Thermo King model TKM-55-MS Roof top mounted, fully integral, Evaporator and condenser to be incased in within a 1 piece unit. Through ceiling design, Installed between roof hatches, All fittings to be Quick click design. Engine mounted compressor(s) shall have same number of pulley drive groves as factory serpentine belt, Driver’s controls mounted in easy access and in reach from driver seated position. Refrigerant R-134, Cooling capacity minimum 50,000 btu. 12v powered Camera system: Protect #GP-T21A, 3 Camera system, to include P-3 forward looking camera, 64g single card, Vender installed either at dealer or after delivery at LISD Transportation department Warranty: Minimum 5 year unlimited mileage on engine and exhaust after treatment system, to include EGR and coolers, Minimum 5 year unlimited mileage on body structure and paint (must provide complete detailed warrantee coverage) Option: Additional extended full engine warranty 10 year/unlimited mileage (must provide complete detailed warrantee coverage) Bus must be in compliance with Federal Motor Safety Standards, Michigan Motor Vehicle Codes, and Michigan State Police School Bus Standards Vehicle to be delivered to Lenawee Intermediate School District Complete in accordance to specification. Pre- inspected by Michigan State Police All charges (delivery and prep. Fees) to be included in bid price, no additional charges will be accepted 11

4107 N. Adrian Hwy. Adrian, MI 49221Location

Address: 4107 N. Adrian Hwy. Adrian, MI 49221

Country : United StatesState : Michigan

You may also like

Passenger Bus/Van Transportation Services

Due: 01 May, 2024 (in 2 days)Agency: City of Baltimore

JPMC Passenger Vans

Due: 06 Feb, 2030 (in about 5 years)Agency: CMS - Central Management Services

7466 - COSTARS 26 Passenger Vehicle Vans - #49679

Due: 04 Aug, 2024 (in 3 months)Agency: Allegheny County

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.