Bus, Small Cutaway Accessible 12+2

From: Maine Division of Procurement Services(State)
MA - 22102500000000000067

Basic Details

started - 13 May, 2023 (11 months ago)

Start Date

13 May, 2023 (11 months ago)
due - 30 Nov, 2027 (in about 3 years)

Due Date

30 Nov, 2027 (in about 3 years)
Contract

Type

Contract
MA - 22102500000000000067

Identifier

MA - 22102500000000000067
Maine Division of Procurement Services

Customer / Agency

Maine Division of Procurement Services
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.

RIDERS  The following riders are hereby incorporated into this Contract and made part of it by reference: (check all that apply) ☒ Rider A – MA User Information and/or Specifications ☒ Rider B – Terms and Conditions ☐ Rider C - Exceptions ☒ Bid Cover Page and Debarment Form – Appendix A from RFQ ☒ Municipality Political Subdivision and School District Participation Certification – Appendix D from RFQ ☒ Federal Requirements ☒ MaineDOT Terms and Conditions RIDER A Master Agreement User Information and/or Specifications MA 221025-067 Commodity: Small Cutaway Accessible Bus, 12+2 Master Agreement Competitive Bid RFQ: 17A 220908-055 Contract Period: Through November 30, 2027. Vendor Contact Person: The vendor contact person will help consumers place orders, inquire about orders that have not been delivered, all shipping issues, quality issues and any issues pertaining to the Master Agreement (MA) contract. All orders not submitted through a Delivery Order will be sent through the vendor
contact person. The vendor contact person for this MA is: Name: Remittance Department Tel: 909-465-5528 Email: apremit@creativebussales.com Prices: Prices are with shipping terms of “Free on Board (FOB) – Destination”. The State intends for this to mean that all goods shall be priced to include shipping charges, if any, to the State’s desired location. The “FOB – Destination” shipping term is also intended to mean that the State shall not bear any responsibility for the goods in question until the State takes possession of them at the destination point of delivery. $129,960.00 Quoted prices must remain in effect for a period of five (5) years after the Agreement begin date, during which time an additional 56 units may be ordered at the quoted price. “Be noted” the inclusion of this option in no way establishes a commitment by the State of Maine to purchase any of these additional vehicles should it not receive sufficient funds to fund the purchase of these additional vehicles, if funds are de-appropriated, or if the State of Maine does not receive legal authority to expend funds from the Maine State Legislature, Maine courts or Federal Government. The price quoted in shall include all items of labor, material, tools, equipment, delivery and other costs necessary to fully complete the delivery of vehicles pursuant to these specifications. BASE PRICE CALCULATION PRODUCER PRICE INDEX ESCALATOR Buses shall be at the prices quoted. These prices shall remain firm/fixed for any orders issued by the Department within a period of one (1) year of contract award. Future orders will be (Base Order Prices) plus/minus any change which will be calculated based on the following formula which utilizes the U.S. Department of Labor/Bureau Of Labor Statistics Producer Price Index (“PPI”) Category 1413, “Trucks and Bus Bodies”. The change in this index will be used to adjust the Base Order Prices. Price increases must be presented to and approved by the Department prior to order placement. Define the mechanics of price adjustment. Simple Percentage Method. mailto:apremit@creativebussales.com One method of price adjustment is to have the base price changed by the same percentage as the percent change in a selected PPI. To illustrate, suppose that a contract escalation clause called for using the intermediate demand PPI titled Materials and components for manufacturing, not seasonally adjusted. Also suppose that the value of this index was 178.4 for December 2010, the month that corresponds with the base price for escalation, $1,000 per unit. Twelve months later, when December 2011 data were released and the first stipulated price adjustment was to be made, the index value for December 2011, published mid-January 2012, was 187.7. The percent change represents an increase of 5.2 percent in the index for Materials and components for manufacturing and a $52 per unit increase in the price for the escalated product. (See below.) Index at time of calculation, December 2011: .............................. 187.7 Divided by index at time base price was set, December 2010: ..... 178.4 Equals ............................................................................................ 1.052 Base price ..................................................................................... $1,000 Multiplied by .................................................................................. 1.052 Equals adjusted price .................................................................... $1,052 All future releases, including the equipment modification(s), will be priced based upon the new revised Base Award Price. Note: This is an example only to indicate how the PPI Calculated Pricing will be determined for Option Year Orders. Specifications VEHICLE DESCRIPTION: Small Cutaway Accessible Bus SEATING: Twelve Ambulatory Passengers and Two Wheelchair All vehicles must conform to the final approved specifications and all Federal and State laws, regulations, and standards. Where these specifications and Federal and/or State laws conflict, the requirements of the Federal and/or State laws shall prevail. Vehicle and component parts must be of the highest quality and workmanship available in the various trades and of substantial, durable, and safe construction. In all cases materials and construction of the vehicle must be furnished as specified. No advantage shall be taken by the vehicle manufacturer or vendor in the omission of parts or details required to make the vehicle complete and ready for service even though such parts or details may not be mentioned in these specifications. All units or parts not herein contained or specified shall be manufacturer’s standard. All parts shall be new. In no case will used, reconditioned, or obsolete parts be accepted. Insofar as possible, parts and equipment in any one vehicle shall be a duplicate in manufacture, design and construction and shall be interchangeable with parts and equipment in any other vehicle in the proposal. DELIVERY REQUIREMENT: The delivered vehicles shall be inspected by the Department and the Provider at the Department’s Augusta Fleet Services location prior to delivery to the procuring agency at a location determined by the Department and the Provider. Delivery to the Provider “as stated on first page of Invitation to Bid” shall be the responsibility of the vendor. It will be the vendor’s responsibility to provide a clean and detailed vehicle upon delivery, with at least a quarter tank of fuel. The vendor is required to provide the Department two (2) business day notice prior to delivery. Failure to do so could result in delivery delays and possible exclusion from future bidding. TRAINING: Training for both maintenance and operation on contracted vehicles will be provided by the vendor and the manufacturer at a time and place chosen by the Department and the Provider. All training costs will be separate from the contracted price and included as an option. EMISSIONS: In accordance with the Maine Department of Environmental Protection Rules Chapter 127 New Motor Vehicle Emission Standards, all new vehicles purchased in Maine and equipped with a heavy-duty diesel engine (HDDE), beginning with Model Year 2012 must be certified to meet California Emissions Standards. Certification of Compliance (California Certified-NTE-testing) documentation required. TECHNICAL SPECIFICATIONS GENERAL Purpose The following specifications are for a small cutaway accessible bus. Bus must be current model compliant with all ADA regulations. Bus shall be equipped with a curbside rear wheelchair lift. The floor plans provided in appendix #1 twelve (12) ambulatory passengers plus two (2) wheelchair positions. Seating plan desired is described under the Seating section 27.0. These vehicles are to be used to provide transportation services to low income, elderly and/or disabled passengers, children, and general transportation. Intent It is the intent of this specification to describe a vehicle of substantial and durable construction in all respects congruent to practices acceptable to body and chassis manufacturers. Vendor shall submit evidence that the body manufacturer currently holds a “FULLY MEETS” level of compliance with the "Transit Bus Quality Program" of the chassis manufacturer. To ensure the quality of manufacturer and reliability of product support, the bus body manufacturer shall be ISO 9001:2000 certified. The vendor shall submit with bid documentation certifying ISO registration. Requirements The chassis is to be the heaviest duty available with all possible options to make it a heavy-duty vehicle and if applicable shall be Altoona Tested minimum as a 5 Year, 150,000-mile vehicle. Completeness a) Any part or detail which makes the vehicle complete and ready for service shall not be omitted, even though such part or detail is not mentioned in these specifications. (b) The contracted price include all items of labor, materials, tools, equipment, and other costs necessary to fully complete the manufacture and delivery of the vehicle pursuant to these specifications. Pricing for subsequent model years will be based on current Product Price Index at time of order. Additionally, agency will incur any chassis increases resulting from federally mandated changes. c) The vendor must deliver the buses at the contracted price at the time the order is placed. Conformity All units or parts not specified shall be manufacturer's best quality and shall conform in materials, design, and workmanship to the best practice known in the automobile industry. All parts shall be new and in no case will used, reconditioned, or obsolete parts be accepted. The parts on all vehicles provided by the same manufacturer shall be interchangeable. Materials All materials used in conversion of the vehicle shall conform in all respects to American Society of Testing Materials, Society of Automotive Engineers, or similar association standards. Warranty and Maintenance The manufacturer's warranty must be provided for the basic vehicle as well as the warranty for any and all modifications. Lift and rust proofing warranties must also be provided. Vendor must be able to provide warranty and maintenance service for the vehicle and the modifications in the areas in which the vehicles are to be used. Vendors located outside this area must be able to arrange maintenance and warranty service agreement with a certified maintenance facility located within these areas. Vendor must be able to provide or assure access to spare or replacement parts (must specify source). The warranty form that has been included in the bid package MUST be filled out completely and sent with the final bid. Pre & Post-Delivery Inspections and Pre-Delivery Inspection: Pre-Manufacturing Meeting: A pre-manufacturing meeting will be held in Maine with the vendor the purpose of this meeting shall be a review of specifications, approve equals the bid and the vendor’s build order. Those in attendance may include, but not limited to, representatives from the Department, vendor, and factory representatives (if vendor so chooses) Pre-Delivery Inspection: A factory pre-delivery inspection is required after vehicles are 80% completed and before any units are delivered. Inspection will be completed by State of Maine Department of Transportation representatives or their designated representatives. Inspectors shall number up to three (3) representatives from MaineDOT. The cost of the inspection, including round trip airfare and lodging for a period of up to three (3) days, two (2) nights, depending on number of vehicles to be inspected. All costs shall be separate of the vehicle bid price. Separate Pricing Per Person. Maine Department of Transportation also reserves the right, at no cost to the vendor, to send factory inspectors to the factory at any time during the building of these vehicles. Post-Delivery Inspections: Upon delivery of each vehicle at the procuring agency desired location (Fleet Services Augusta). State of Maine Department of Transportation representatives and end user agency will perform a post-delivery inspection. State of Maine Department of Transportation representative will create a letter of non-acceptance with furnish details of the deficiencies. State of Maine RFQ# 17A 220908-055 19 RFQ # 17A 220908-055 Small Cutaway Accessible Bus, 12+2 INSTRUCTIONS FOR COMPLETING TECHNICAL SPECIFICATION SHEET Please complete the checklist for technical specifications set forth below. Enter responses directly into the text-enabled fields next to each specification, including actual dimensions when applicable. Each Bidder must indicate whether it can meet the technical specifications by inserting an “X” next to each specification. The “X” will demonstrate that the Bidder’s offering meets the technical specification. If a Bidder cannot meet a technical specification, then the Bidder must explain each exception and for equipment that is not available or that will be dealer installed. All explanations must be provided in detail on separate pages along with the justification as to why the alternative equipment or deliverables will be as good as the equipment or deliverables described in the detailed specifications for desired items. A copy of the vendor specification proposal must be provided. Following these instructions is essential for proper bid evaluation. If a Bidder fails to provide requested information or if information on a quote is found to be false or misleading, the quote will be rejected as unresponsive. The award will be made on a best value basis to the vendor that either meets or most closely meets the specifications, while taking price and delivery into consideration. The following abbreviations must be used: X Standard or as specified N/A Not Available DI Dealer Installed AE Approved Equal 2.0 DIMENSIONS Abbreviation Actual Dimension Notes 2.1 Wheelbase - 176" minimum 2.2 Overall Height - 115" maximum excluding A/C 2.3 Overall Length - 280" minimum 2.4 Interior Length - 190" minimum, from behind driver to rear wall X X X X jjernigan Sticky Note Cancelled set by jjernigan State of Maine RFQ# 17A 220908-055 20 2.5 Exterior Width - 96" maximum excluding mirrors 2.6 Interior Width - 90" minimum (at the floor line) 2.7 Interior Height @ Center aisle - 76" minimum 2.8 Entrance Door 40”, Clear Opening of 35" width between the handrails, 75" height 2.9 First Step - 11.5" maximum ground to first step 2.10 Two Step Treads Depth - 9" minimum 2.11 Two Step Risers Height - 9" maximum, step width 40" minimum 2.12 GVWR - 14,000 lbs. minimum 2.13 Knee Room - 28" minimum, hip to knee 3.0 CHASSIS Abbreviation Actual Dimension Notes 3.1 Chassis shall be a current model year, dual rear wheel commercial cutaway chassis. Vehicle must meet current Federal and State emission standards. 4.0 POWER PLANT Abbreviation Actual Dimension Notes 4.1 Engine shall be a Gas V8 or V10 with spin-on throw away type oil filter and a disposable dry air cleaner. 4.2 Engine compartment shall be insulated from the passenger compartment to absolutely minimize coach interior noise level, heat, and fumes. Engine cover shall be insulated to reduce interior noise to below 78 decibels. 4.3 Engine shall be equipped with engine oil cooler and an OEM engine block heater. 4.4 Transmission shall be a minimum electronic 5- X X X X X X X X X X X X X X State of Maine RFQ# 17A 220908-055 21 speed with overdrive and shall be removable without disturbing engine drive. An auxiliary transmission oil cooler shall be installed in front of the radiator as an OEM option (Heavy Duty Service Package). 5.0 COOLING SYSTEM Abbreviation Actual Dimension Notes 5.1 Cooling system shall incorporate an overflow tank as well as radiator fan equipped with viscous fan clutch. System shall be protected to -35-degree Fahrenheit, utilizing extended life coolant. Antifreeze coolant strength shall be checked and labeled on the coolant reservoir. 5.2 All coolant lines are to be secured and protected from sharp edges, by running a large heater hose over existing heater hoses for protection. 6.0 FUEL SYSTEM Abbreviation Actual Dimension Notes 6.1 Fuel tank shall be a minimum (55) gallon capacity, internally baffled to prevent surging. Tank shall be mounted inside frame rails. 7.0 EXHAUST SYSTEM Abbreviation Actual Dimension Notes 7.1 There shall be an OEM heat shield installed on the fuel tank. X X X X X State of Maine RFQ# 17A 220908-055 22 7.2 Exhaust tail pipe shall extend to the rear, street side/left of the vehicle beyond body side panel and shall be constructed using exhaust tubing with a tapered cut on bottom side of pipe. Exhaust hangers shall be spaced 30” on center and 10 inches from the tip this is in reference to the bus manufacturer modified exhaust. Tail pipe end diagram up down 8.0 FRONT AXLE Abbreviation Actual Dimension Notes 8.1 Heaviest axle available with gas pressurized shock absorbers. 8.2 Front suspension shall be equipped with anti-sway bar. 9.0 REAR AXLE AND FINAL DRIVE Abbreviation Actual Dimension Notes 9.1 Rear axle capacity shall be supplied by X X X X State of Maine RFQ# 17A 220908-055 23 manufacturer and matched to vehicle chassis specifications previously described at 176” wheelbase and 14,000 minimum GVWR). 9.2 A Mor/Ryde or approved equal, suspension system shall be installed that improves ride quality, and reduced road shock. 9.3 Rear axle ratio shall be determined by the manufacturer and based on type of service, geographical area, and additional economic factors recommended. (Preferred ratio 4.56) 9.4 Rear heavy-duty gas pressurized shock absorbers. 10.0 PROPELLER SHAFT/DRIVE LINE Abbreviation Actual Dimension Notes 10.1 Drive shaft shall be heavy duty type with needle bearing universal joints, or equivalent. 10.2 Drive shaft guards shall be installed to prevent it from striking floor of bus or ground, in the event of tube or universal joint failure. 10.3 Drive shaft guards need to be removable (bolted on type only, not welded). 11.0 STEERING Abbreviation Actual Dimension Notes 11.1 Power Steering is required. 11.2 Steering mechanism shall be self-centering requiring little or no effort to bring vehicle back to straight-ahead after turning. 11.3 Steering wheel shall offer a tilt feature to adjust to individual drivers. 11.4 Cruise control shall be provided. 11.5 Vehicle front-end alignment is required, and a printed copy of the alignment result shall be provided with vehicle packet. X X X X X X X X X X X X State of Maine RFQ# 17A 220908-055 24 12.0 BRAKES Abbreviation Actual Dimension Notes 12.1 Service brakes shall be dual hydraulic, power assist, disc front and rear. 12.2 Front and rear brakes shall offer “Anti-lock” feature. 12.3 OEM upgrade to heavy duty brakes and system would be preferred. If available, offer as option. 12.4 Braking system shall be adequate for the GVWR of the bid vehicle. 13.0 WHEELS Abbreviation Actual Dimension Notes 13.1 Vehicle shall be equipped with six (6) heavy, OEM ventilated pressed steel wheels, 16.0” diameter and 6” width, single front, and dual rear. All wheels to be inter-changeable. All wheels to be painted white. 14.0 TIRES Abbreviation Actual Dimension Notes 14.1 LT225/75/16 Load Range E minimum. Total of six (6) all season radial tires with mud and snow designation. All tires and wheels to be spin balanced and aligned. A spare tire shall be provided that matches all other vehicle tires and shall be mounted on wheel, balanced and painted to match other wheels and shipped loose in bus. 14.2 Lead wheel weights will not be accepted. Steel weights or less toxic wheel weight alternatives shall be supplied. 15.0 BUMPERS Abbreviation Actual Dimension Notes 15.1 Vehicle shall be provided with manufacturer’s standard front bumper with rear energy absorption type bumper, Romeo Rim Energy Absorbing Bumper System or approved equal. 15.2 Bumpers shall be fastened directly to the chassis frame to allow shock from impact to be X X X X X X X X X OEM Bus Chassis supplied with all season tires mshultz Inserted Text O State of Maine RFQ# 17A 220908-055 25 transmitted directly to chassis frame. 15.3 Rear bumper shall incorporate anti-ride device to prevent standing on rear bumper and shall be integral to bus body. 15.4 Rear bumper safety sensor systems, Hawkeye, or equivalent bid specification. 16.0 ELECTRICAL SYSTEMS AND COMPONENTS Abbreviation Actual Dimension Notes 16.1 The electrical system shall comply with all applicable FMVSS and shall conform also to all applicable SAE recommended standards and practices. All electrical and electronic components shall be selected to minimize electrical loads thereby not exceeding the generating capacity of the vehicle. All vehicle electronic circuits including but not limited to ignition, clocks, lights, AM/FM radio receivers, computers, emission controls, electronic fuel systems and components, ABS brakes, air bags, alternators, regulators any OEM and Aftermarket components shall be designed or modified to suppress, bypass or otherwise prevent interference from affecting the mobile two-way radio transceiver. 16.2 The electrical system components and wiring shall be readily accessible through access panels for checking and for maintenance. All switches, indicators and controls shall be located and installed in a professional manner that facilitates easy removal and servicing. All exterior housings of lamps and fixtures shall be corrosion resistant and weatherproofed. 16.3 One (1) 225 AMP alternator minimum. Alternator must be sufficient to operate all electrical equipment on vehicle including lift without drain in battery. 16.4 Dual (2) batteries (GLASS MAT) with a combined capacity of no less than 1800 CCA. Primary and secondary battery shall be at 900 CCA and both be located in fully enclosed stainless-steel battery compartment with stainless steel slide out tray X X X X X X X State of Maine RFQ# 17A 220908-055 26 both batteries shall be matching manufacture and CCA. A battery compartment located adjacent to the passenger’s entrance door battery compartment shall be stainless steel or painted with acid resistant paint. All battery connections require battery anti-corrosion treatment. Battery Box Door shall be Challenger 1200 Series Stainless Steel Frame or an equivalent bid specification. 16.5 Electrical switch panel shall be dash/doghouse mounted and within easy reach of driver. It shall include all switches which will include passenger compartment lighting, air conditioning, and heating both dash, step heaters, rear factory installed equipment and wheelchair safety interlock ETC. All switches shall be back lit for night operation, professionally labeled switches, controls or gauges are not to be installed above the driver’s head or above the OEM Dash. 16.6 A warning light and audible buzzer indicating rear door ajar condition shall be located in switch panel or dash. 16.7 Wiring to be routed in a split open-type loom and secured to the body or frame with straps in order to prevent snagging and chafing. Plastic sleeves shall protect wires that penetrate steel member. An underbody convoluted loom shall be used as a protective channel for wiring. Terminals shall terminate at appropriate junction terminals encased in bake-lite or molded plastic material. All wiring and end connectors shall be of the machine staked type. 16.8 Wiring devices, switches, etc. with the exception of circuit breakers, shall be rated to carry at least 125% of the maximum ampere load for which the circuit is protected. Circuit breakers shall be manual resettable type and designed specifically for each circuit. All body circuit panels shall have an accurate ledger, professionally labeled, and installed on circuit panel door. 16.9 A master electrical component compartment X X X X X X State of Maine RFQ# 17A 220908-055 27 located in a weather protected compartment with access from the interior of the bus shall be provided. 16.10 All switches provided by bus body manufacturer shall be transit grade rocker type, identifiable with universal symbols indicating function, and shall be LED back-lit. Decals or any other “stick-on” type labels will be rejected. 16.11 Heavy duty 12-volt horn shall be provided and installed so it is protected from wheel wash. A back-up alarm shall be provided. 16.12 Required with delivery will be an “As Built” wiring schematic. Each individual circuit shall be displayed and correlate with the vehicle bid. A single sheet wiring diagram is unacceptable. Schematic may be contained on USB Memory stick or conventional paper manual. 17.0 INSTRUMENT AND CONTROLS Abbreviation Actual Dimension Notes 17.1 Following gauges and/or controls are to be provided; a. Ignition Key Switch b. Speedometer with Recording Odometer c. Tachometer (If Optional) d. Voltmeter e. Oil Pressure Gauge and Warning Lamp f. Fuel Tank Level Gauge; Low Fuel Warning Light g. Engine Temperature Gauge h. Headlight High Beam Indicator i. Parking Brake “on” Indicator Light j. Directional Signal and Flasher Action Light k. Check Fuel Cap l. Fasten Safety Belt Warning Light 17.2 All instruments to be grouped on a single panel in full view of driver. 17.3 Visual/audible warning system (apart from gauges already listed) shall be supplied to alert driver of X X X X X X X X X X X X X X X X X X X State of Maine RFQ# 17A 220908-055 28 an operational failure. 17.4 The following controls, in addition to normal steering, braking and transmission functions are to be provided: a. Column mounted turn signal lever b. Emergency flasher facing driver and clearly visible c. Door control at driver’s location d. OEM Headlight light switch e. Separate switch and temperature control for driver’s heater, defroster, and AC f. Two-speed wiper control w/intermittent feature g. Windshield washer h. Switch for passenger compartment lights i. Driver dome light j. Step heater switch j. Body master disconnect switch, on positive side of system, readily accessible and manually operated by driver k. 12-volt power tap 18.0 BODY CONSTRUCTION Abbreviation Actual Dimension Notes 18.1 Body Structure: Vehicle shall be built as an integral unit and adequately reinforced at all joints and corners where stress concentration may occur; body shall be built to adequately carry required loads and withstand road shock. Documentation is required that vehicle meets FMVSS 220 Roll Over Certification. Such certification must be provided with bid submission. Written documentation should be included in bid package that the vehicle being bid has been certified and is in compliance with the required standard(s). 18.2 Body structure must incorporate an integrally welded steel body framing for the floor, end caps, sidewalls, and roof. 18.3 Floor framing description, method of assembly, steel cross sections, and gauge of steel must all be included in full description submitted as indicated at end of Section 18. X X X X X X X X X X X X X X X X X State of Maine RFQ# 17A 220908-055 29 18.4 Tubular wall structures shall be jig-welded, with impact rails incorporated into the walls at floor and seat area. 18.5 Roof structure shall be same jig-welded construction. Complete description, including size of tubing, metal gauge submitted with total body construction detail. Roof structure must conform to appropriate FMVSS. illustrations of the framing construction must be submitted. 18.6 Body steel cage frame which would consist of floor, side walls, roof, from front to rear, and will be welded together resulting in a one-piece body frame structure. No other method of assembly will be acceptable. 18.7 Zinc coating or equal shall be applied to all steel structural members including all components listed in 18.6, when assembly has been completed. 18.8 Vehicle body shall be bolted to frame structure as recommended by chassis manufacturer. 18.9 Sidewalls and roof shall be insulated with high density polyurethane foam insulation with a minimum R value of 6. Specify R value. 18.10 All securing and fastening hardware (nuts, bolts, clips, clamps) shall be stainless steel, zinc or cadmium plated phosphate coated to aid in corrosion prevention. 18.11 Exterior side walls material shall be smooth composite or FRP sheets with no wood fibers or exposed fasteners and a minimum thickness of 3/16 of an inch. Specifications of the exterior wall material is required. 18.12 Wheelhouses are to be constructed of metal and reinforced to prevent deflection with ample clearance provided for tires under a load and operating on both smooth and rough terrain. 18.13 A clear paint protection film or aluminum diamond plate shall be installed on the front corner X X X X X X R-6 X X X X State of Maine RFQ# 17A 220908-055 30 of body of the passenger’s side, ahead of passenger’s entry door and on driver side behind the driver’s door to protect from high volume of stone and road debris for damaging body panels 18.14 Removable splash aprons (Mud Flaps) shall be installed at each wheel opening and must extend beyond the outer surface of the tires and not to interfere with any repairs and/or replacement. 18.15 Vehicle, entire under body frame and underside floor, shall be undercoated and applied at the time of manufacture. All open holes, gaps, seams that enter the bus body or exposed metal surfaces shall be sealed and undercoated. Any craters in the spray foamed areas that can trap materials from the roads shall be refilled and undercoated. Description of undercoating type and make will be included with full bus body description provided by bidding vendor. 18.16 All exterior metal trim shall be stainless steel, polished aluminum or chrome plated. 18.17 Gutters shall be installed the full body length of vehicle and over all windows and doors in such a way that water is diverted to the rear of the vehicle. NOTE: A COMPLETE AND DETAILED DESCRIPTION OF THE BODY CONSTRUCTION MUST BE SUBMITTED WITH ANY EXCEPTION REQUESTS AND/OR APPROVED EQUALS. SUCH DESCRIPTION MUST INCLUDE, BUT NOT LIMITED TO, THOSE ITEMS AS INDICATED THROUGHOUT SECTION 18. IN ORDER FOR A SUBSEQUENT BID TO BE CONSIDERED, PRE- APPROVAL OF THE CONSTRUCTION DETAIL MUST BE DETERMINED. 19.0 DOORS Abbreviation Actual Dimension Notes 19.1 Doors of the bid vehicle shall include: Driver’s door, entrance door, accessible entrance door, and rear emergency door. 19.2 Driver’s Door shall be chassis manufacturer’s standard door. An external step shall be provided for driver’s ease and convenience in accessing vehicle. If OEM chassis manufacturer does not offer a built-in step as part of the chassis X X X X X X X State of Maine RFQ# 17A 220908-055 31 construction, an additional step, minimum of 7” x 32” of safe useable area must be provided. The construction information of an added step, if necessary, shall be submitted with bid. 19.3 Passenger’s entrance door shall be a two leaf, electrically operated, driver-controlled door. Size, make, and model of the motor used shall be included with bid, and shall meet the minimum measurements outlined under Sec. 2.0 Dimensions, and listed here. Door glass panes should be 1/8” thick, tinted with AS-2 rated tempered safety glass. Door framing (door trim) shall be stainless steel frame and be located directly adjacent to the driver’s seat. This specification refers to the doorway framing and not the door panels. Door entrance shall have a clear opening of a minimum of 35” width and a minimum door height of 75”. Doors must be installed in such way not to allow ice buildup on the first step. A rubber gasket shall be installed at the meeting edges creating a seal to prevent water and road debris from accessing stepwell. The rubber gasket must be riveted to the frame to eliminate the gasket from sliding off the frame. A hinged door must be supplied to access the door mechanism. A red small LED light shall be installed at the emergency exit. The doors must not open unless the vehicles transmission is in the park position. Specifications of door and framing must be submitted with the bid. 19.4 Stepwell Assembly shall be constructed of 12- gauge stainless steel. Stepwell shall meet the dimensions as outlined in Section 2.0. Steps shall be fully recessed, enclosed and protected from weather. Stepwell shall have two step treads and step two risers. Steps shall be covered with non- skid textured (or ribbed) treads with yellow step nosing. Treads should be fully secured to step to prevent lifting. Step well to be heated to prevent ice buildup with the installation of step heater(s) installed directly under step tread in the first two steps from the bottom. Warm Welcome acceptable or an approved equal. Step heaters shall be X X X State of Maine RFQ# 17A 220908-055 32 controlled by one switch in the switch panel. ADA required handrails left and right will be installed in entry and shall be stainless steel. 19.5 Rear Emergency Door: A key locking rear emergency door measuring a minimum 32” wide and 54” in height and be key locking from the exterior. Door mechanism shall be design so the door can be locked from the outside, but it can be opened from the inside without unlocking the door. A door ajar warning light and buzzer located in driver’s area door shall be provided with upper and lower door glass. In addition, windows in rear body panels one on each side of the door. These windows shall be a minimum of 7” in width and 24” high and matching in height, the door glass. Emergency exits shall be labeled on the interior of the vehicle. Door framing shall be constructed using stainless steel this refers to the framing of the doorway and not the door. Door to be constructed of 14-gauge steel framing and outer skin consistent with the body construction. Full length piano hinge shall be provided as well as high density foam insulation, a rubber gasket, all around to seal the door from water seepage. A gas pressurized strut rod is required to hold the door open when in use shall be provided. A red small LED light shall be installed at the emergency exit. Door shall be Challenger 500 Series Stainless Steel Frame or an equivalent bid specification. Specifications and Illustrations of the door and doorway must be submitted with the bid. 19.6 Lift Access Door: A key locking lift access door(s) shall be located behind the rear axle. Door shall measure minimum of 57” in height and a clear opening width that will accommodate the lift being offered in bid. Door framing shall be constructed using stainless steel. A gas pressurized strut rod is required to hold the door open when in use shall be provided. 19.7 All Door-way casing that use exposed metal trim shall be stainless steel. As in the previous door specifications, this refers to the door casing and not the door(s). Door(s) to be constructed with X X X X State of Maine RFQ# 17A 220908-055 33 outer skin consistent with the body construction. Full length piano hinge shall be provided, and door shall be insulated with high density foam rubber gasket to seal against water seepage. See arrows in the image below for door-way casing explanation Door-way casing/trim refer to the arrows 19.8 Roof Hatch: One (1) roof hatch/ventilator shall be installed in location determined by manufacturer not to interfere with roof mounted air conditioning unit. Hatch to be Specialty, Transpec or an approved equal. A red small LED light shall be installed at the emergency exit. 20.0 WINDSHIELD AND WINDOWS Abbreviation Actual Dimension Notes 20.1 Windshield to be OEM standard and shall be laminated tinted safety glass. 20.2 OEM heavy duty electrical two speed windshield wipers with an intermittent feature and washer. 20.3 Driver’s side window to be OEM standard roll down type. 20.4 Passenger windows shall be transit type and not a single sliding school bus type and shall comply X X X X X X State of Maine RFQ# 17A 220908-055 34 with all applicable FMVSS. Windows shall have an opening capability for ensured ventilation with an upper “T” sliding design. Windows shall be safety glass with an AS-3 marking, dark tinted to a maximum of 31% light transmission. 20.5 Emergency push out windows shall comply in quantity with FMVSS217 and clearly labeled with visible operating instructions. A red small LED light shall be installed above each emergency push out window and any emergency exit. A red small LED light shall be installed at the emergency exit. 20.6 The transition panel located between the right front wheel and the entrance door shall have an AS-2 rated glass window for driver’s view of the right side of vehicle and shall offer a minimum of 300 square inches of glass. 21.0 HEATERS Abbreviation Actual Dimension Notes 21.1 Front heater shall be OEM manufacturer’s high output heater with defroster. Auxiliary heaters shall be a minimum of two (2) 65,000 BTU units located under seat(s) in passenger compartment and not to interfere with ambulatory traffic. Total heat BTU shall be sufficient to heat vehicle size. 21.2 Two (2) water shut-off valves shall be installed outside the vehicle under driver’s seat and shall be 1⁄4 turn gate valves, or ball type valves. 21.3 Heaters individually controlled with three position switches; high, low, and off and labeled front and rear. Switches shall be located in switch panel in driver’s area. 22.0 AIR CONDITIONING Abbreviation Actual Dimension Notes 22.1 Dual air conditioning systems are required with separate compressors. A OEM dash air conditioning system shall be supplemented with a passenger air conditioning system of no less than 65,000 BTU, the BTU rating shall be recommended by manufacturer for service area X X X X X X X State of Maine RFQ# 17A 220908-055 35 and climate in Maine. Both systems shall be separately controlled by switches in the driver’s area and should offer a minimum of two speed fan control. Temperature shall be controlled by infinite position rotary control. Passenger’s air conditioning shall be a dual fan/condenser and shall be roof mounted. 22.2 Return and drain hoses from evaporator shall be routed internally of the vehicles rear wall. 22.3 Product literature detailing manufacturer’ s specification for both types of systems must be provided with the proposal and should support the BTU capacity for the system selected. 23.0 INTERIOR LIGHTING Abbreviation Actual Dimension Notes 23.1 Interior lighting shall include a driver’s compartment dome light instrument panel lights, switch panel back-lighting, six (6) minimum recessed or low-profile mounted lights, in passenger compartment, and two (2) hooded 2 foot-candles of illumination measured stepwell lights that automatically illuminate when passenger door is opened. Interior lighting shall consist of LED lights. 23.2 All egress locations shall be designated and identified with a small red LED light illuminated when vehicle is in operation. 24.0 EXTERIOR LIGHTING Abbreviation Actual Dimension Notes 24.1 All exterior lights shall meet State, Federal and MaineDOT requirements. All applicable exterior lights, i.e. Lift Access door, entrance must be in compliance with the ADA requirements and be LED type. (Headlights Exempt) 24.2 Single rectangular halogen headlamps of sealed beam type are required with high and low beam controlled by turn signal lever. Daytime running lights shall be provided if available from chassis manufacturer. X X X X X X X State of Maine RFQ# 17A 220908-055 36 24.3 Directional signals, front and rear shall be operated by lever on steering column and shall meet all applicable FMVSS. 24.4 All exterior lights that are available shall be of LED type. (OEM Chassis Lights Are Exempt) 24.5 All lights (marker, turn signals, taillights, clearance etc.) shall be flush or low profile mounted. 24.6 Two (2) back up lights shall be provided with a center brake light that operates in conjunction with corner brake lights. 24.7 Two (2) flush or low floor mounted two foot- candles of illumination measured LED lights shall be installed at the ambulatory entrance door illuminate the landing area and shall be activated automatically upon opening entrance door. 24.8 A license plate bracket with light shall be provided on rear of vehicle and a front license plate bracket for the front and screws for both. 25.0 FLOOR CONSTRUCTION/COVERING Abbreviation Actual Dimension Notes 25.1 5/8” minimum thickness marine grade plywood sub floor or approved equal all edges sealed to prevent entry of moisture. Subfloor shall be screwed and glued to frame members. Transit grade non-skid flooring shall be used over sub floor material aisle. Flooring shall be cemented with waterproof adhesive to the plywood sub floor and have welded seams to create a one piece covering. No floor carpeting will be accepted. Flooring shall be “cove” mounted up the side walls a minimum of 5” also wheel wells shall be covered with the flooring material. All flooring edges that meet another material (walls, wheel wells, doorframes, floor tracks, etc.) shall be sealed (caulked) to prevent water from entering under the flooring. Step risers shall have “watch your step logo” either yellow or white lettering. Any deviation from this installation will be X X X X X X X State of Maine RFQ# 17A 220908-055 37 unacceptable. 26.0 INTERIOR Abbreviation Actual Dimension Notes 26.1 Interior shall provide an aesthetically pleasing atmosphere. School bus type interior is not acceptable. Specify all Interior Material. and include pictures of the interior. 26.2 Walls shall be finished in a durable material coordinated with the vehicle’s color scheme, white or light gray. 26.3 Headliner shall also be OEM compatible with vehicle’s colors and shall be covered with a padded vinyl fabric for absorption of interior noise. 26.4 Side and rear walls and roof shall be insulated with description of insulation materials, with r-factor of 6 and installation process being part of the body details. 26.5 Fuel tank pump access panel shall be installed in floor. 26.6 Stanchions shall be installed that are constructed of 11⁄4” seamless stainless steel. Vertical stanchions, with modesty panels to be located at top left of step well and behind the driver. All modesty panels shall be padded, and matching vinyl covered. A clear plexiglass partition shall be installed above the modesty panel behind the driver. 26.7 All stanchions to be secured to solid structure framing and not simply attached to ceiling or wall panels with sheet metal screws. 27.0 SEATING Abbreviation Actual Dimension Notes 27.1 Driver’s seat shall be Chassis OEM seat with an adjustable power base, fully padded, shock absorbing seat of heavy-duty fire-resistant construction, equipped with retractable lap and X X X X X X X X X State of Maine RFQ# 17A 220908-055 38 shoulder safety restraint; upholstery shall be standard OEM material. Standard arm rest adjustable fore and aft, recline, and lumbar support. All seat mechanism must be covered and not exposed. 27.2 Passenger Seats shall be fully contoured 2pt mid- high, Freedman or approved equal. Seats shall have individual backs and bottoms cushions with level 4 upholstery. The first row of seating will be designated by a sign as priority seating. Each passenger seating style will be determined by the end user, all seat costs shall be included in the seating options 38.0. Passenger seat layout See floor layout Attachment 38.0 27.3 A minimum of 28” hip to knee space including those seats mounted behind a modesty panel. 27.4 Seat belt extensions shall be provided for each individual seat on each vehicle. Length of extensions to be longest available per seat configuration. 27.5 Grab handle shall be installed on the top of aisle seats. And two continuous ceiling mounted assist rail on each side of the passenger’s area aisle. 27.6 Each seat position shall be equipped with a freedman under seat retractor (USR) passenger restraint system (seat belts). Seat belts shall be bolted to the seat frame, independent of the seat. Belts must not be able to fall to the floor. All female seat belt release buckles on the aisle side must be the floppy fabric style, with a sewn in strap on the seat cover to eliminate the buckle from falling to the floor. The wall side release buckles shall be a rigid design either cable or formed steel to eliminate the buckle from falling to the floor. Description and Picture of the USR and release buckle must be provided by bidding vendor. X X X X X X State of Maine RFQ# 17A 220908-055 39 28.0 SAFETY EQUIPMENT Abbreviation Actual Dimension Notes 28.1 Each vehicle will be equipped with the following: a. Triangle Reflector Flare Kit b. 5# Rechargeable ABC Type Fire Extinguisher with holder c. ANSI Z308.1 24-piece First Aid Kit w/CPR mouthpiece d. Back Up Alarm e. Seat Belt Cutter f. Evac-Aid evacuation blanket or Approved Equal g. Body Fluid Clean Up Kit h. Wheel chocks and holders i. Securement and location of safety equipment (with the exception of the back-up alarm) shall be in secure and accessible location to the driver. 29.0 MIRROR Abbreviation Actual Dimension Notes 29.1 Exterior rear-view mirrors shall be 7”x10” dual glass (one convex lens), heated, remote left and right. A four-way adjustable Interior rear-view mirror installed above the center windshield shall be convex for driver’s view of bus interior. 30.0 MUD FLAPS Abbreviation Actual Dimension Notes 30.1 Mud flaps shall be installed behind front and rear wheels, flaps shall be positioned in such manner that they or outside the tire envelope to prevent road debris hitting body panels. Bracing may be required to prevent mud flap from sailing. 31.0 EXTERIOR, PAINT, GRAPHICS, LETTERING Abbreviation Actual Dimension Notes 31.1 Buses shall be white unless an agency desires a solid exterior color. (Reference to Section # 38 General Options Pricing) 32.0 RUSTPROOFING Abbreviation Actual Dimension Notes 32.1 The entire surface of body manufacturers under body construction shall be coated with a rust X X X X X X X X X X X X X State of Maine RFQ# 17A 220908-055 40 inhibiting industrial grade undercoating material. The entire surface of the underbody shall be coated including but not limited to the exterior floor, floor structure, step well, body supports, frame extensions, body panels, etc. undercoating shall be applied to a minimum of 10 mils. Undercoating shall comply with current Federal and State standards. No materials from the rustproof process shall restrict any vents or air conditioning drainage tube. Specifications of undercoating must be submitted with the bid. 32.2 Manufacturer’s full rust proofing package: When a vehicle is rust proofed in accordance with this standard, rustproof and/or bidder shall furnish written warranty stating the period of time the rust proofing will protect vehicle (maximum warranty period offered by manufacturer is required). Warranty shall include a detailed outline of all warranty limitations. Defective material and workmanship shall be replaced or repaired by the rustproof manufacturer at no charge in accordance with the warranty 33.0 BODY/CHASSIS WARRANTY Abbreviation Actual Dimension Notes 33.1 Warranty shall include a detailed outline of all warranty limitations. Defective material and workmanship shall be replaced or repaired by the manufacturer at no charge in accordance with the warranty. 34.0 MISCELLANEOUS Abbreviation Actual Dimension Notes 34.1 OEM AM/FM/ digital radio shall be provided. Radio shall include clock as part of the radio and not a separate item. There shall be a minimum of four (4) speakers to be installed in passenger compartment. 34.2 Key locking storage area with hinged cover installed overhead of driver in the header area. (No Glued Hinges) X X X X X State of Maine RFQ# 17A 220908-055 41 34.3 Drivers 12-volt cell phone power charging outlet 34.4 Driver side adjustable sun visor 34.5 Every bus must be weighed after completion and results must be supplied with each bus before shipping and supplied with vehicle final paperwork. 34.6 Manuals to be provided with vehicle shall include a Parts Manual, Service Manual and an “As Built” Wiring Schematic. One set of manuals per agency and one for MDOT for the initial purchase. Manuals may be provided in conventional paper manual or USB memory stick. 35.0 WHEELCHAIR SECUREMENT AREA - RESTRAINTS Abbreviation Actual Dimension Notes 35.1 Wheelchair securement positions shall be both located in rear of vehicle. Area must have a minimum clear floor area of 30” x 48” (ADA requirement 28.23.d.2) per securement. 35.2 Wheelchair Restraint(s) shall be Q-Straint 360 type or approved equal and shall secure wheelchair in a forward-facing position. Wheelchair occupant belt shall be provided as well as a retractable shoulder belt in compliance with ADA and WC 18. Wall bags shall be provided for belt storage when not in use. 35.3 Floor restraint system must be manufactured by the same company manufacturing the securement system and should be flush mounted. Q-Straint 360 should be appropriate for use with a “Slide and Click” or approved equal type. 36.0 WHEELCHAIR LIFT Abbreviation Actual Dimension Notes 36.1 1000 lbs. Braun Century 2 or an approved equal Commercial wheelchair lift shall be in compliance with USDOT Rules and Regulations 49CFR, Part 38, ADA, 1990.covering platform. Further it shall comply with NHTSA Rule 403/404. X X X X X X X X State of Maine RFQ# 17A 220908-055 42 36.2 Lift shall be inter-locked with the vehicle transmission ensuring that the vehicle cannot be moved when the lift is not in a stow position, ADA38.23. b.2. 36.3 Lift platform shall be illuminated by LED lights mounted on the lift itself as well as two exterior lights located below window level which are shielded to protect the eyes of passengers while entering or leaving lift area, ADA 38.31. 36.4 A light on the dash shall be provided to indicate door is open. An interior light should activate when the door(s) are open to illuminate the wheelchair area from above the lift. ADA REQUIRMENTS SHALL SUPERCEDE ANY AND ALL SPECIFICATIONS NOTED HERE. 36.5 Handheld pendant control, for lift operations, shall be a one-hand operation design made of durable ABS plastic. Control box shall have back-lit functions and a coiled cable with modular jack connections. 36.6 Manual back-up system provided to ensure operation of lift in case of electrical failure. System shall be reliable and allow manual raising and lowering the lift while occupied. Back-up system shall fold and unfold platform. Pump shall be integrated with hydraulic power pack system so that no hydraulic lines or fittings are required for fluid transfer. 36.7 Platform shall be steel construction with a see- through grating allowing improved visibility and safer use. Platform shall have a minimum usable wheelchair passage width of 33” and a minimum usable length of 52” requiring a 57” vertical clear door opening. Sides of platform shall be a minimum of 2.5” high. 36.8 Platform shall be automatically folded and unfolded and fully automatic operation. Platform shall allow both inboard and outboard facing of wheelchair and mobility aid users. X X X X X X X State of Maine RFQ# 17A 220908-055 43 36.9 Outer barrier shall be mechanically activated and must be in vertical position prior to platform movement. The Inner and Outer barrier shall be sole outboard retention device and shall be interlocked and comply with the FMVSS 403/404 requirements. Dual handrails shall be provided for additional security and convenience. Rails shall be 1 1⁄4” minimum diameter, minimum 30” high and a minimum of 8” in length and include handrail restraint. They shall withstand a 100lb. force in any direction without permanent deformation. 36.10 All lift components shall be finished with a baked- on powder coating which will meet a salt spray test of 1000 hours, providing corrosion resistance. 37.0 BID SUBMISSSION REQUIREMENTS Abbreviation 37.1 The following is a checklist required for this bid to assist in assuring that the bid is complete. This information is in addition to and all documentation found within the specifications. » Altoona Test on BID VEHICLE » Complete informational document on chassis, body construction, interior and exterior body materials, doors, door framing, drivers’ steps, seat belt and retractors, and undercoating. » A fully dimensioned floor plan portraying the arrangement of seats, wheelchair positions, passenger assists, wheelchair lift, modesty panels and doorways. » A weight analysis worksheet exhibiting individual wheel and axle weights. The weight analysis shall be applicable to the vehicle bid and shall exhibit compliance with weight limitations of the chassis manufacturer. » Bus body electrical system description, IN ADDITION TO WIRING "AS BUILT X X X X X X X X X State of Maine RFQ# 17A 220908-055 44 SCHEMATIC" » FMVSS Certifications » Bus Body Manufacturer’s Quality Assurance procedures “in plant” » QVM/SVM certification from chassis manufacturer » References of bidder’s customers currently using same type of vehicle bid. Should include contact name, telephone and date of delivery. » Contact name, title and telephone number for parts and service. Warranty service and warranty parts form included in bid package MUST be complete and returned in order for bid to be determined responsive. » Literature/Brochure shall be provided for Wheelchair Securement System, Wheelchair Lift, Air Conditioning, Heaters, Seating, ETC, and under seat retractors and release buckle. » Recommended service and maintenance schedule for chassis, body and components. » Warranty Descriptions on Chassis, Body, and all Sub-Components » Extended Warranty Descriptions on Chassis, Body, and all Sub-Components X X X X X X X X X X State of Maine RFQ# 17A 220908-055 44 SCHEMATIC" » FMVSS Certifications » Bus Body Manufacturer’s Quality Assurance procedures “in plant” » QVM/SVM certification from chassis manufacturer » References of bidder’s customers currently using same type of vehicle bid. Should include contact name, telephone and date of delivery. » Contact name, title and telephone number for parts and service. Warranty service and warranty parts form included in bid package MUST be complete and returned in order for bid to be determined responsive. » Literature/Brochure shall be provided for Wheelchair Securement System, Wheelchair Lift, Air Conditioning, Heaters, Seating, ETC, and under seat retractors and release buckle. » Recommended service and maintenance schedule for chassis, body and components. » Warranty Descriptions on Chassis, Body, and all Sub-Components » Extended Warranty Descriptions on Chassis, Body, and all Sub-Components 38.0 GENERAL OPTIONS PRICING Price Notes The following equipment is to be bid as option with prices. List is not limited to, but should include, any and all items so marked throughout the specifications: The following seat options shall reflect the cost difference between the seats specified in 26.2. 38.1 Seating Options: Priced per seat not per double seat. » Integrated 3pt seat $ » Integrated 3pt seat with CRS 225 hook and tether $ 565.00 720.00 State of Maine RFQ# 17A 220908-055 45 » Integrated 3pt child restraint seat $ » 3pt foldaway seat $ » 2pt foldaway seat $ 38.2 Exterior Bid as Option Pricing: » One Contrast Stripe $ » Two Contrast Stripes $ » Solid Color Exterior Paint $ » Lettering (Per Letter) $ » Fleet Number $ » Additional snow tire and wheel mounted in compliance to Section 14.1 (priced each) $ 38.3 Two-way radio pre-wire: Pre-wire shall consist of roof ground plane under the antenna location. With a pull wire from the antenna location routed to the center of the dash, 10ga. power and ground wire, and 14ga activation wire routed to the left side of the doghouse area with extra wire to allow placement of radio. Shielded wiring or a filtered circuit board may be required to prevent interference. $ 38.4 DVR interior surveillance camera system REI HD 5-600 or equivalent bid specification. Each bus camera system will include CD/software, Remotes, Cables, Keys, and extra set of keys. Provide pricing for each of the following options. » HD 5-600 DVR Three Camera System $ » HD 5-600 DVR Four Camera System $ » HD 5-600 DVR Five Camera System $ » Extra 500GB Hard Drive $ » HD 5-600 DVR with Wi-Fi and 4G LTE Three Camera System $ » HD 5-600 DVR with Wi-Fi and 4G LT Four Camera System $ » HD 5-600 DVR with Wi-Fi and 4G LT Five Camera System $ 38.5 Video surveillance camera system - Safe Fleet 4 or 6 channel DVR. Each bus camera system will include the following: Basic viewing software, 2TB hard drive, wiring harness, event trigger, GPS, two sets of keys and installation. Each 820 1,430.00 650.00 1,200.00 1,500.00 6,650.00 10.00 75.00 650.00 265.00 3,930.00 4,300.00 4,685.00 415.00 4,040.00 5,765.00 6,305.00 State of Maine RFQ# 17A 220908-055 46 agency order will also include 1x - 7in video monitor, USB mouse and HDD docking station for DVR configuration, troubleshooting and video review. Provide pricing for each of the following options. » DH-4 DVR Three Camera System $ » DH-4 DVR Four Camera System $ » DH-6-DVR Five Camera System $ » Extra 2 Terabyte Hard Drive $ » Cellular router system $ » Wi-Fi and Cellular router and modem system $ 38.6 PA system with handheld microphone, Internal & External speakers, must have switches to control interior speakers and exterior speakers individually and all speakers together. REI or equivalent bid specification. $ 38.7 Vehicle battery jump start connection (i.e. Anderson 350 or equivalent bid specification) readily accessible in the front near the engine grill. $ 38.8 Destination Signage, Mobilite front and side $ 38.9 Fare Box Diamond NV with Two Vaults $ 38.10 Fare Box Diamond SV with Two Vaults $ 38.11 ADA fixed route vehicle requirements including but not limited to, pull cords and buttons in the wheelchair areas, an overhead lighted stop request sign with audio stop indication. $ 38.12 Chassis Manufacturer's Extended Warranty Price Sheet and Extended Service Plan 38.13 Body Manufacture Extended Warranty Price Sheet and Extended Service Plan $ 38.14 Bike Rack, two position front mounted stainless steel, Sport Works $ 38.15 Q-Straint wall track mount. $ 600.00 265.00 7,025.00 2,190.00 2,650.00 1,070.00 Pricing Depends on plan that you would like - See under Tab 6, Extended Warranties 1,300.00 4,340.00 280.00 4,930.00 5,300.00 5,685.00 415.00 375.00 710.00 State of Maine RFQ# 17A 220908-055 47 38.16 Slide click puck layout for larger wheelchairs, per puck. $ 38.17 Key FOB for passenger’s entrance door $ 38.18 1000lbs. 37” wide wheelchair lift $ 38.19 Skirt mounted storage box $ 38.20 Drivers Polycarbonate (Covid) barrier must meet FMVSS 205 and AS4 rating. Specifications and illustrations of the polycarbonate barrier must be submitted with the price. $ 38.21 Vehicle operators training shall be provided within the first year of the agency receiving the vehicle(s). Training will be requested by the end user agencies. Training shall cover the functional operation of the Body, and chassis, (if appropriate) and shall be conducted for appropriate staff members and at their facility. Bid packet must include the training agenda and detailed description of the maintenance & operation training with bid submittal. $ 100.00 380.00 10,680.00 470.00 795.00 Included $ Inspection Inspectors shall number up to three (3) representatives from Maine DOT. The cost of the inspection, including round trip airfare and lodging for a period of up to three (3) days, two (2) nights, depending of number of vehicles to be inspected. All costs shall be separate of the vehicle bid price. Separate Pricing Per Person. 1,850.00 Each EQUIVALENT BID SPECIFICATION REQUEST FORM VENDOR: COACH & EQUIPMENT BUS SALES SECTION:18.11SUBJECT: EXT PAGE: 29 MATERIAL REQUEST: PLEASE ACCEPT THE SUBMITTED EXTERIOR SIDEWALL MATERIAL. THE COACH & EQUIPMENT PHOENIX BUS PASSED THE FMVSS 220 ROLLOVER PROTECTION TEST WITHOUT SKINS AND COMMENTS: ALSO IS THE ONLY MANUFACTURE TO BE TESTED FOR FMVSS 214 SIDE IMPACT (WE DROVE THE BUS HOME AFTERWARDS.) ALTHOUGH THE EXTERIOR SKINS DO ADD STRENGTH AND STRUCTURE TO THE END PRODUCT, THE STRUCTURAL INTEGRITY OF THE PHOENIX BUS IS ENGINEERED INTO THE OVERALL DESIGN. ANY OF OUR CURRENT CUSTOMERS WILL ATTEST TO THIS STATEMENT. MDOT RESPONSE: Can Coach and Equipment install the thicker G1300 material? C/E RESPONSE: we can’t. The reason is the way are rear cap and roof are formed. They have a radius shape rather than being flat. We found this to be structurally more sound. In creating this design, it is more difficult to “bend” thicker material to form the radius, especially on the rear cap. As mentioned in our submittals the Coach & Equipment body passed the FMVSS 220 test without the skins. The interior tube structure is 1 1⁄2” boxed tube rather than 1”x 2” or 1” x 1” that the other manufactures use. The insulation is also 1 1⁄2” thick. The walls are vacuum formed and become one piece that can’t be separated. Technically, that process of creating a solid wall that can’t be detached creates an exterior skin 1 1⁄2” thick. Pages 5-9 of the attached file show the rear cap and roof construction. You can also see how the end result is one solid fixture 1 1⁄2” thick + the thickness of the interior and exterior skins. No other vehicle in the industry has a sidewall, roof, or rear cap as thick and designed to take impact. APPROVED DENIED CLARIFICATION The request for accepting a thinner wall material than specified is not ideal, but MDOT will take this into consideration when evaluating the proposal. VENDOR: COACH & EQUIPMENT BUS SALES BATTERY SECTION:16.4 SUBJECT:DOOR PAGE: 26 REQUEST: PLEASE PROVIDE THE MANUFACTURE OF THE CHALLENGER 1200 BATTERY BOX DOOR. COMMENTS: APPROVED DENIED CLARIFICATION Lippert VENDOR: COACH & EQUIPMENT BUS SALES SECTION:19.5 SUBJECT:E DOOR PAGE: 32 REQUEST: PLEASE PROVIDE THE MANUFACTURE OF THE CHALLENGER 500 EMERGENCY DOOR COMMENTS: APPROVED DENIED CLARIFICATION Lippert State of Maine RFQ# 17A 220908-055 48 State of Maine RFQ # 17A 220908-055 47 EQUIVALENT BID SPECIFICATION REQUEST FORM VENDOR: Creative Bus Sales SECTION: 2.2 SUBJECT: Overall Height PAGE: 19 REQUEST: Please accept Forest River Bus height at 116.5”. COMMENTS : APPROVED X DENIED CLARIFICATION VENDOR: Creative Bus Sales SECTION: 2.9 SUBJECT: First Step Height 11.5” PAGE: 20 REQUEST: Please accept Forest River Bus first step height of 12.5” COMMENTS: APPROVED DENIED X CLARIFICATION VENDOR: Creative Bus Sales SECTION: 27.1 SUBJECT: Driver Seat to be Chassis OEM PAGE: 37 REQUEST: Please accept aftermarket seat such as Freedman Shield Recliner, with 4 position Lumbar, RH Arm Rest, Mesh Pocket. Longer lead times will occur when ordering a OEM Driver Seat. This will allow us to utilize our chassis pool. COMMENTS: APPROVED DENIED X CLARIFICATION VENDOR: Creative Bus Sales SECTION: 34.1 SUBJECT: OEM/AM/FM Radio PAGE: 40 REQUEST: Please accept aftermarket radio, with 4 speakers, otherwise longer lead times will occur with OEM Radio. This will allow us to utilize our chassis pool. COMMENTS: APPROVED DENIED X CLARIFICATION VENDOR: Creative Bus Sales State of Maine RFQ # 17A 220908-055 47 SECTION: 5.2 SUBJECT: Coolant System PAGE: 21 REQUEST: Please accept coolant lines will not be covered with an additional, larger hose. COMMENTS: We will use a large wire loom to protect the heater hoses under the bus with rubber coated P-Clamp securing the in place. There will be a little bit of the hose exposed at the floor line with a grommet protecting the hose going through the wood floor and near the shut off valve. APPROVED X DENIED CLARIFICATION What will be installed over the coolant lines in the areas where chaffing can accrue for protection? VENDOR: Creative Bus Sales SECTION: 16.4 SUBJECT: Electrical System PAGE: 25 REQUEST: Please accept OEM dual batteries, group 27, 750 CCA in place of Glass Mat COMMENTS: APPROVED DENIED X CLARIFICATION VENDOR: Creative Bus Sales SECTION: 18.15 SUBJECT: Body Construction PAGE: 30 REQUEST: Please accept Forest River Bus standard undercoating which is Z-guard. Additional information provided COMMENTS: APPROVED X DENIED CLARIFICATION VENDOR: Creative Bus Sales SECTION: 23.1 SUBJECT: Interior Lighting PAGE: 35 REQUEST: Please accept stepwell lights that are not hooded but are LED and so will not shine up into boarding passenger’s eyes COMMENTS: APPROVED X DENIED CLARIFICATION State of Maine RFQ # 17A 220908-055 47 VENDOR: Creative Bus Sales SECTION: 25.1 SUBJECT: Floor Construction & Covering PAGE: 36 REQUEST: Clarification: Will a printed placard added to step risers meet the specification for the “watch your step” logo or do you require it be directly printed onto the riser by the floor covering manufacturer? COMMENTS: APPROVED DENIED CLARIFICATION Printed onto the riser. EQUIVALENT BID SPECIFICATION REQUEST FORM VENDOR: DATTCO, Inc. - Turtle Top SECTION:16.3 SUBJECT: Elec PAGE: 25 REQUEST: We request the Ford OEM 210 AMP alternator in lieu of 225 AMP. COMMENTS: APPROVED X DENIED CLARIFICATION VENDOR: DATTCO, Inc. - Turtle Top SECTION: 18.7 SUBJECT: BodyPAGE: 29 REQUEST: Please allow a water-based, environmentally friendly coating in lieu of zinc-based. COMMENTS: APPROVED X DENIED CLARIFICATION VENDOR: DATTCO, Inc. - Turtle Top SECTION: 25.1 SUBJECT: FloorPAGE: 36 REQUEST: Please allow Coosa composite floor in lieu of plywood. Product information attached. COMMENTS: APPROVED X DENIED CLARIFICATION VENDOR: DATTCO, Inc. - Turtle Top SECTION: 19.4 SUBJECT: Doors PAGE: 31 REQUEST: Please allow a Lighthouse Industries heated step tread in lieu of Warm Welcome. COMMENTS: APPROVED X DENIED CLARIFICATION State of Maine RFQ# 17A 220908-055 48 RIDER B TERMS AND CONDITIONS 1. DEFINITIONS: The following definitions are applicable to these standard terms and conditions: a. The term “Buyer” or “State” shall refer to the Government of the State of Maine or a person representing the Government of the State of Maine. b. The term “Department” or “DAFS” shall refer to the State of Maine Department of Administrative and Financial Services. c. The term “Bureau” or “BGS” shall refer to the State of Maine Bureau of General Services. d. The term “Division” shall refer to the State of Maine Division of Purchases. e. The term “Contractor”, “Vendor”, or “Provider” shall refer to the organization that is providing goods and/or services through the contract to which these standard terms and conditions have been attached and incorporated. f. The term “Contract” or “Agreement” shall refer to the contract document to which these standard terms and conditions apply, taking the format of a Buyer Purchase Order (BPO) or Master Agreement (MA) or other contractual document that is mutually agreed upon between the State and the Contractor. 2. WARRANTY: The Contractor warrants the following: a. That all goods and services to be supplied by it under this Contract are fit and sufficient for the purpose intended, and b. That all goods and services covered by this Contract will conform to the specifications, drawing samples, symbols or other description specified by the Division, and c. That such articles are merchantable, good quality, and free from defects whether patent or latent in material and workmanship, and d. That all workmanship, materials, and articles to be provided are of the best grade and quality, and e. That it has good and clear title to all articles to be supplied by it and the same are free and clear from all liens, encumbrances and security interest. Neither the final certificate of payment nor any provision herein, nor partial nor entire use of the articles provided shall constitute an acceptance of work not done in accordance with this agreement or relieve the Contractor liability in respect of any warranties or responsibility for faulty material or workmanship. The Contractor shall remedy any defects in the work and pay any damage to other work resulting therefrom, which shall appear within one year from the date of final acceptance of the work provided hereunder. The Division of Purchases shall give written notice of observed defects with reasonable promptness. 3. TAXES: Contractor agrees that, unless otherwise indicated in the order, the prices herein do not include federal, state, or local sales or use tax from which an exemption is available for purposes of this order. Contractor agrees to accept and use tax exemption certificates when supplied by the Division as applicable. In case it shall ever be determined that any tax included in the prices herein was not required to be paid by Contractor, Contractor agrees to notify the Division and to make prompt application for the refund thereof, to take all proper steps to procure the same and when received to pay the same to the Division. 4. PACKING AND SHIPMENT: Deliveries shall be made as specified without charge for boxing, carting, or storage, unless otherwise specified. Articles shall be suitably packed to secure lowest transportation cost and to conform to the requirements of common carriers and any applicable specifications. Order numbers and symbols must be plainly marked on all invoices, packages, bills of lading, and shipping orders. Bill of lading should accompany each invoice. Count or weight shall be final and conclusive on shipments not accompanied by packing lists. 5. DELIVERY: Delivery should be strictly in accordance with delivery schedule. If Contractor's deliveries fail to meet such schedule, the Division, without limiting its other remedies, may direct expedited routing and the difference between the expedited routing and the order routing costs shall be paid by the Contractor. Articles fabricated beyond the Division’s releases are at Contractor’s risk. Contractor shall not make material commitments or production arrangements in excess of the amount or in advance of the time necessary to meet delivery schedule, and, unless otherwise specified herein, no deliveries shall be made in advance of the Division’s delivery schedule. Neither party shall be liable for excess costs of deliveries or defaults due to the causes beyond its control and without its fault or negligence, provided, however, that when the Contractor has reason to believe that the deliveries will not be made as scheduled, written notice setting forth the cause of the anticipated delay will be given immediately to the Division. If the Contractor’s delay or default is caused by the delay or default of a subcontractor, such delay or default shall be excusable only if it arose out of causes beyond the control of both Contractor and subcontractor and without fault of negligence or either of them and the articles or services to be furnished were not obtainable from other sources in sufficient time to permit Contractor to meet the required delivery schedule. 6. FORCE MAJEURE: The State may, at its discretion, excuse the performance of an obligation by a party under this Agreement in the event that performance of that obligation by that party is prevented by an act of God, act of war, riot, fire, explosion, flood or other catastrophe, sabotage, severe shortage of fuel, power or raw materials, change in law, court order, national defense requirement, or strike or labor dispute, provided that any such event and the delay caused thereby is beyond the control of, and could not reasonably be avoided by, that party. The State may, at its discretion, extend the time period for performance of the obligation excused under this section by the period of the excused delay together with a reasonable period to reinstate compliance with the terms of this Agreement. 7. INSPECTION: All articles and work will be subject to final inspection and approval after delivery, notwithstanding prior payment, it being expressly agreed that payment will not constitute final acceptance. The Division of Purchases, at its option, may either reject any article or work not in conformity with the requirements and terms of this order, or re-work the same at Contractor’s expense. The Division may reject the entire shipment where it consists of a quantity of similar articles and sample inspection discloses that ten (10%) percent of the articles inspected are defective, unless Contractor agrees to reimburse the Division for the cost of a complete inspection of the articles included in such shipment. Rejected material may be returned at Contractor’s risk and expense at the full invoice price plus applicable incoming transportation charges, if any. No replacement of defective articles of work shall be made unless specified by the Division. 8. INVOICE: The original and duplicate invoices covering each and every shipment made against this order showing Contract number, Vendor number, and other essential particulars, must be forwarded promptly to the ordering agency concerned by the Vendor to whom the order is issued. Delays in receiving invoice and also errors and omissions on statements will be considered just cause for withholding settlement without losing discount privileges. All accounts are to be carried in the name of the agency or institution receiving the goods, and not in the name of the Division of Purchases. 9. ALTERATIONS: The Division reserves the right to increase or decrease all or any portion of the work and the articles required by the bidding documents or this agreement, or to eliminate all or any portion of such work or articles or to change delivery date hereon without invalidating this Agreement. All such alterations shall be in writing. If any such alterations are made, the contract amount or amounts shall be adjusted accordingly. In no event shall Contractor fail or refuse to continue the performance of the work in providing of articles under this Agreement because of the inability of the parties to agree on an adjustment or adjustments. 10. TERMINATION: The Division may terminate the whole or any part of this Agreement in any one of the following circumstances: a. The Contractor fails to make delivery of articles, or to perform services within the time or times specified herein, or b. If Contractor fails to deliver specified materials or services, or c. If Contractor fails to perform any of the provisions of this Agreement, or d. If Contractor so fails to make progress as to endanger the performance of this Agreement in accordance with its terms, or e. If Contractor is adjudged bankrupt, or if it makes a general assignment for the benefit of its creditors or if a receiver is appointed because of its insolvency, or f. Whenever for any reason the State shall determine that such termination is in the best interest of the State to do so. In the event that the Division terminates this Agreement in whole or in part, pursuant to this paragraph with the exception of 8(f), the Division may procure (articles and services similar to those so terminated) upon such terms and in such manner as the Division deems appropriate, and Contractor shall be liable to the Division for any excess cost of such similar articles or services. 11. NON-APPROPRIATION: Notwithstanding any other provision of this Agreement, if the State does not receive sufficient funds to fund this Agreement and other obligations of the State, if funds are de-appropriated, or if the State does not receive legal authority to expend funds from the Maine State Legislature or Maine courts, then the State is not obligated to make payment under this Agreement. 12. COMPLIANCE WITH APPLICABLE LAWS: Contractor agrees that, in the performance hereof, it will comply with applicable laws, including, but not limited to statutes, rules, regulations or orders of the United States Government or of any state or political subdivision(s) thereof, and the same shall be deemed incorporated herein by reference. Awarding agency requirements and regulations pertaining to copyrights and rights in data. Access by the grantee, the subgrantee, the Federal grantor agency, the Comptroller General of the United States, or any of their duly authorized representatives to any books, documents, papers and records of the Contractor which are directly pertinent to that specific contract for the purpose of making audit, examination, excerpts, and transcriptions. Retention of all required records for three years after grantees or subgrantees make final payments and all other pending matters are closed. Compliance with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h), section 508 of the Clean Water Act, (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). (Contracts, subcontracts, and subgrants of amounts in excess of $100,000). Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with Energy Policy and Conservation Act (Pub. L. 94- 163, 89 Stat. 871). 13. INTERPRETATION: This Agreement shall be governed by the laws of the State of Maine as to interpretation and performance. 14. DISPUTES: The Division will decide any and all questions which may arise as to the quality and acceptability of articles provided and installation of such articles, and as to the manner of performance and rate of progress under this Contract. The Division will decide all questions, which may arise as to the interpretation of the terms of this Agreement and the fulfillment of this Agreement on the part of the Contractor. 15. ASSIGNMENT: None of the sums due or to become due nor any of the work to be performed under this order shall be assigned nor shall Contractor subcontract for completed or substantially completed articles called for by this order without the Division’s prior written consent. No subcontract or transfer of agreement shall in any case release the Contractor of its obligations and liabilities under this Agreement. 16. STATE HELD HARMLESS: The Contractor agrees to indemnify, defend, and save harmless the State, its officers, agents, and employees from any and all claims and losses accruing or resulting to any and all contractors, subcontractors, material men, laborers and other persons, firm or corporation furnishing or supplying work, services, articles, or supplies in connection with the performance of this Agreement, and from any and all claims and losses accruing or resulting to any person, firm or corporation who may be injured or damaged by the Contractor in the performance of this Agreement. 17. SOLICITATION: The Contractor warrants that it has not employed or written any company or person, other than a bona fide employee working solely for the Contractor to solicit or secure this Agreement, and it has not paid, or agreed to pay any company, or person, other than a bona fide employee working solely for the Contractor any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon, or resulting from the award for making this Agreement. For breach or violation or this warranty, the Division shall have the absolute right to annul this agreement or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gifts, or contingent fee. 18. WAIVER: The failure of the Division to insist, in any one or more instances, upon the performance of any of the terms, covenants, or conditions of this order or to exercise any right hereunder, shall not be construed as a waiver or relinquishment of the future performance of any such term, covenant, or condition or the future exercise of such right, but the obligation of Contractor with respect to such future performance shall continue in full force and effect. 19. MATERIAL SAFETY: All manufacturers, importers, suppliers, or distributors of hazardous chemicals doing business in this State must provide a copy of the current Material Safety Data Sheet (MSDS) for any hazardous chemical to their direct purchasers of that chemical. 20. COMPETITION: By accepting this Contract, Contractor agrees that no collusion or other restraint of free competitive bidding, either directly or indirectly, has occurred in connection with this award by the Division of Purchases. 21. INTEGRATION: All terms of this Contract are to be interpreted in such a way as to be consistent at all times with this Standard Terms and Conditions document, and this document shall take precedence over any other terms, conditions, or provisions incorporated into the Contract. APPENDIX F RFQ # 17A 220908-055 Small Cutaway Accessible Bus, 12+2 1.0 FEDERAL REQUIREMENTS 1.1 INSPECTION-FEDERAL The U.S. Department of Transportation, Federal Transit Administration and/or representatives of the MaineDOT shall have the right and be at liberty to inspect, with the cooperation of the successful bidder, materials and workmanship of proposed vehicles and shall have the right to reject materials and workmanship which do not conform to the specifications. Inspections, if any, shall take place during normal business hours. Whether or not inspection is made, the successful bidder shall not be relieved of any obligation to furnish material and workmanship strictly in accordance with specifications. 1.2 CIVIL RIGHTS AND EQUAL OPPORTUNITY The following requirements apply to the underlying contract: (1) Nondiscrimination. In accordance with Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for A-26 employment because of race, color, religion, national origin, sex, disability, or age. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Religion, National Origin, Sex. In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e et seq., and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. chapter 60, and Executive Order No. 11246, "Equal Employment Opportunity in Federal Employment," September 24, 1965, 42 U.S.C. § 2000e note, as amended by any later Executive Order that amends or supersedes it, referenced in 42 U.S.C. § 2000e note. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, national origin, or sex (including sexual orientation and gender identity). Such action shall include, but not be limited to, the following: employment, promotion, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue (b) Age. In accordance with the Age Discrimination in Employment Act, 29 U.S.C. §§ 621- 634, U.S. Equal Employment Opportunity Commission (U.S. EEOC) regulations, “Age Discrimination in Employment Act,” 29 C.F.R. part 1625, the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6101 et seq., U.S. Health and Human Services regulations, “Nondiscrimination on the Basis of Age in Programs or Activities Receiving Federal Financial Assistance,” 45 C.F.R. part 90, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (c) Disabilities – In accordance with section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. § 794, the Americans with Disabilities Act of 1990, as amended, 42 U.S.C. § 12101 et seq., the Architectural Barriers Act of 1968, as amended, 42 U.S.C. § A-27 4151 et seq., and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against individuals on the basis of disability. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. Contract Work Hours and Safety Standards (If Applicable) 1.3 CONTRACT WORK HOURS & SAFETY STANDARDS ACT All subcontracts of the successful bidder, and all lower tiers subcontracts, shall contain or reference all applicable provisions of this Invitation to Bid. To the extent applicable any procurement may be covered by The Contract Work Hours and Safety Standards Act as codified at 40 USC 3701, 40 USC 3701(b)(1)(B)(iii) and (b)(2), 40 USC 3701(b)(3) (A)(iii),29 CFR 5.5(b), 29 CFR 5.5(c), 29 CFR 5.2(h), and 49 CFR 18.36(i)(6), Maine DOT will include this clause in said procurements with the following language. (1) Overtime requirements - No successful bidder or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages - In the event of any violation of the clause set forth in paragraph (1) of this section the successful bidder and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such successful bidder and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages - The (write in the name of the grantee) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the successful bidder or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime successful bidder, such sums as may be determined to be necessary to satisfy any liabilities of such successful bidder or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts - The successful bidder or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime successful bidder shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. 1.4 FLY AMERICA REQUIREMENTS:

111 Sewall Street 9 State House Station Augusta, ME 04333-0009Location

Address: 111 Sewall Street 9 State House Station Augusta, ME 04333-0009

Country : United StatesState : Maine

You may also like

BPA_SETUP-BALMUS-TRADE/POUCH SHIPPING SERVICE POP:DEC21-2025

Due: 10 Dec, 2025 (in 19 months)Agency: STATE, DEPARTMENT OF

Recreation Coach Bus Transportation Services

Due: 31 Dec, 2024 (in 8 months)Agency: Department of Recreation

HVH- Bus Transportation

Due: 30 Jun, 2025 (in 14 months)Agency: Military and Veterans Affairs

Please Sign In to see more like these.

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