notice to prospective bidders · emails received at 2:01 pm edt or later, will be june 5, 2020...

86
NOTICE TO PROSPECTIVE BIDDERS This Request for Bids (RFB) is provided to you in anticipation that your company will submit a responsive bid to COTA. We encourage you to review and respond to the requirements of this RFB. ONLY RESPONSIVE BIDS WILL BE CONSIDERED The bid MUST include the following: Bid Forms 1 and 1a Non-Collusion Affidavit Certification of Restrictions on Lobbying Certification Regarding Debarment, Suspension and other Responsibility Matters Certification Regarding Delinquent Taxes Non-Discriminatory Certificate Certification of Compliance with Section 3517.13 of the Ohio Revised Code Buy America Certificate Declaration Regarding Material Assistance/Non-assistance to a Terrorist Organization Dealer/Manufacturer Certification New Bus Model Certification DBE Approval Certification Certificate of Compliance with Bus Testing Requirement Acknowledgement of Addendum Receipt Federal Motor Vehicle Safety Standards (FMVSS) Certification Information Requested in Section 3 (Item 15 – Bid Submittal Requirements) Any questions and/or comments regarding the contents therein should be presented in writing to Karen Sherrill, Manager, Supply Management, at [email protected] by 5:00 PM EST on May 26, 2020. If bidders are bidding items other than those specified by COTA, the procedures outlined in Section 1, Item 38 – Qualifying of Approved Equal, must be adhered to. All bidders must be registered to do business with COTA prior to the award of contract. Vendor registration forms can be obtained on COTA’s website at www.cota.com. KC/as

Upload: others

Post on 27-Jul-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

NOTICE TO PROSPECTIVE BIDDERS

This Request for Bids (RFB) is provided to you in anticipation that your company will submit a responsive bid to COTA. We encourage you to review and respond to the requirements of this RFB.

ONLY RESPONSIVE BIDS WILL BE CONSIDERED

The bid MUST include the following:

Bid Forms 1 and 1a Non-Collusion Affidavit Certification of Restrictions on Lobbying Certification Regarding Debarment, Suspension and other

Responsibility Matters Certification Regarding Delinquent Taxes Non-Discriminatory Certificate Certification of Compliance with Section 3517.13 of the Ohio Revised Code Buy America Certificate Declaration Regarding Material Assistance/Non-assistance to a Terrorist Organization Dealer/Manufacturer Certification New Bus Model Certification DBE Approval Certification Certificate of Compliance with Bus Testing Requirement Acknowledgement of Addendum Receipt Federal Motor Vehicle Safety Standards (FMVSS) Certification Information Requested in Section 3 (Item 15 – Bid Submittal Requirements)

Any questions and/or comments regarding the contents therein should be presented in writing to Karen Sherrill, Manager, Supply Management, at [email protected] by 5:00 PM EST on May 26, 2020.

If bidders are bidding items other than those specified by COTA, the procedures outlined in Section 1, Item 38 – Qualifying of Approved Equal, must be adhered to.

All bidders must be registered to do business with COTA prior to the award of contract. Vendor registration forms can be obtained on COTA’s website at www.cota.com.

KC/as

Page 2: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

TO : ALL BIDDERS

FROM : KEVIN CHRISTOPHER

DIRECTOR OF SUPPLY MANAGEMENT

DATE : MAY 8, 2020

SUBJECT : REQUEST FOR BIDS FOR THE PURCHASE OF PARATRANSIT CUTAWAY VANS – RFB #2020-17

BID OPENING DATE : JUNE 5, 2020 - 2:00 P.M. EDT

THE ATTENTION OF ALL BIDDERS IS DIRECTED TO THE FOLLOWING: 1. Section 1 - General Information 2. Section 2 - Contract Terms 3. Section 3 - Technical Specifications

4. Section 4 - Bid Forms (to be signed and returned)

All bids MUST be submitted by using COTA's BID FORMS and MUST be signed. Any additional attachments required MUST be attached to the BID FORMS. Bids MUST be returned in a CLEARLY MARKED, SEALED envelope. COTA reserves the right to reject any and all bids. Bids which do not include the necessary forms will be deemed NON-RESPONSIVE. Such bids MAY NOT be considered or tabulated. KC

Page 3: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

REQUEST FOR BIDS

FOR THE PURCHASE OF

PARATRANSIT CUTAWAY VANS

RFB #2020-17

CENTRAL OHIO TRANSIT AUTHORITY 33 N. HIGH STREET

COLUMBUS, OHIO 43215

MAY 8, 2020

Page 4: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

INFORMATION

TO

BIDDERS

Page 5: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

SECTION 1

GENERAL INFORMATION

Page 6: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

1. The Central Ohio Transit Authority is a political subdivision of the State of Ohio, providing public mass transportation in and around Columbus, Ohio. 2. Definitions of COTA and Contractor COTA as used hereinafter shall mean the Central Ohio Transit Authority. Contractor as used hereinafter shall mean the successful bidder to whom the contract may be awarded. 3. Contract/Contract Documents Contract Documents consist of the contract, the invitation to bid, the definitions, the information to bidders, the specifications, the exhibits and the bid forms including any modifications thereof incorporated in the documents prior to the contract award. 4. Advertisement In accordance with Resolution No. 1980-66 dated JULY 30, 1980 an advertisement for bids for the “PURCHASE OF PARATRANSIT CUTAWAY VANS" to the Central Ohio Transit Authority appears in the Columbus Dispatch under dates of MAY 8, 2020 AND MAY 15, 2020.. 5. Liability COTA herein is a regional transit authority created and existing under the provisions of Sections 306.30 to 306.71, inclusive of the Ohio Revised Code. By virtue of the provisions of Section 306.31 of the Revised Code, COTA is a political subdivision of the state, and it is understood and agreed that only the corporate entity, Central Ohio Transit Authority shall be liable hereunder. 6. Duration of Contract The anticipated duration of the proposed contract shall be for a period of one year from the date of contract execution, with delivery of the vehicles within one hundred eighty (180) calendar days (excluding nationally recognized holidays) from the date of contract execution, with an option to renew for one (1) additional year. Delivery of the vehicles for the option year shall be within one hundred eighty (180) calendar days (excluding nationally recognized holidays) from the date of execution of the contract modification authorizing the option year. 7. Terms of Delivery All proposals for supplies shall include delivery to the designated facilities of COTA without any additional charge, unless accepted on bid proposal. 1-1

Page 7: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

8. Bid Bids marked for “PURCHASE OF PARATRANSIT CUTAWAY VANS“ to the Central Ohio Transit Authority, Columbus, Ohio, will be received at [email protected] until 2:00 P.M. official time, City of Columbus on JUNE 5, 2020. Emails received at 2:01 PM EDT or later, will be considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email may be considered NON-RESPONSIVE. Subject line of email submission MUST be clearly identified as an Invitation to Bid for "REQUEST FOR BIDS FOR THE PURCHASE OF PARATRANSIT CUTAWAY VANS.”.

9. Form of Bid Every bid must be made upon the block form of bid attached hereto; must give the price of each and every item bid in figures, and must contain the full name of every person, firm or corporation interested in the bid, the address of the person, firm or the President and Secretary of the corporation bidding; and if a corporation, the bid must give the name of the state in which it is incorporated. (In case of a partnership, the firm name and address, and name and address of each individual partner must be given.) When an alternate is listed on the bid form, the Bidder shall fill in the blank with an amount to add or deduct from the Base Bid. COTA reserves the right to accept or reject any or all bids on Alternates, in whole or in part, and in any order. Voluntary Alternates are prohibited from becoming the basis of the Contract award: .1 If no change in the Bid amount is required, indicate “No Change” or “0 dollars.” Failure to make an entry or an entry of “No Bid,” “N/A,” or similar entry for any Alternate may cause the Bidder to be rejected as nonresponsive only if that Alternate is selected, and is an Alternate is not selected, such an entry on that Alternate will not itself render a Bidder nonresponsive. .2 In a combined bid, a blank entry or an entry of “No Bid,” “N/A,” or similar entry on an Alternate will cause the Bid to be rejected as nonresponsive only if that Alternate applies to the combined Bid and that Alternate is selected. Prior to the time and date designated for receipt of Bids, a Bid submitted may be modified or withdrawn by notice to the party receiving Bids at the place designated for receipt of Bids. Such notice shall be in writing over the signature of the Bidder. Written confirmation over the signature of Bidder shall be received, and the date-and time-stamped by the receiving party on or before the date and time set for receipt of Bids. A change shall be so worded as not to reveal the amount of the original Bid. Withdrawn Bids may be resubmitted up to the date and time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders. Bid security, if required, shall be in an amount sufficient for the Bid as resubmitted. Following the Bid opening, withdrawal of Bids shall be governed by Ohio Revised Code Section 9.31. In the email enter: DO NOT OPEN UNTIL JUNE 5, 2020 - 2:00 P.M. EDT. 1-2

Page 8: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

10. Name of Bidder Each proposal must be clearly signed with the full name and address of each person, firm or corporation interested in it. In case of a partnership, the firm name and address, and name and address of each individual partner must be given. 11. Signature of Bidder The firm, corporation or individual name of the bidder must be signed by the bidder in the space provided for the signature on the proposal blank. In case of a corporation, the title of the officer signing must be stated and each officer must be thereunto duly authorized. In case of a partnership, the signature of at least one of these partners must follow the firm name, using the term “member of firm”. In case of an individual, use of the term “doing business as _____________________”, or “sole owner”. 12. Explanations Written and Oral Should a bidder find discrepancy in, or omissions from the bid package and/or specifications, or be in doubt as to their meaning, he shall at once notify Ann Geter, Director of Supply Management, who will send written instructions. 13. Bid in Effect All bids shall remain in effect for not less than Sixty (60) days from the bid opening date. Any bid submitted pursuant to this solicitation shall constitute an offer based on the terms included herein and upon acceptance by COTA shall become the contract under which COTA and the Contractor shall perform, unless otherwise modified by mutual agreement of the parties. In no event will changes, amendments, modifications or addendums, written or oral be considered after the contractor's submission of his/her bid without the express consent of COTA's Director of Supply Management. 14. Decline of Bid If no bid is submitted, the invitation should be marked and returned to COTA, Supply Management Department, 33 North High Street, Columbus, Ohio 43215. 15. Specifications to be Part of Contract Specifications, statements, and the requirements which accompany the bids, which are accepted therewith, and which do not conflict with the provisions herein contained, shall be part of any contract that is entered into for the purchase of any material or work, or both, herein anticipated by COTA. 1-3

Page 9: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

16. Consideration of Bids All proposals received in conformity with these specifications shall, as soon as practicable, be tabulated and shall become a public record, and will be available at COTA, Supply Management Department, 33 North High Street, Columbus, Ohio 43215. 17. Rejection or Acceptance of Bids COTA reserves the right to accept of reject any or all bids, and any part of any bid. In awarding a contract, COTA reserves the right to consider all elements entering into the determination of the responsibility of the bidder. Any bid which is incomplete, conditional, obscure, or which contains additions not required by COTA, or irregularities of any kind, may be deemed non-responsive. In case of any discrepancy between the price written in the bid and that given in figures for any item, the price in writing will be considered as the bid. 18. Unacceptable Bids No bid will be accepted from or contract awarded to, any person, firm or corporation that is in arrears or is in default to COTA upon any debt or contract, or that is a defaulter as surety or otherwise, upon any obligation to COTA, or has failed to perform faithfully any previous contract with COTA.

19. Evidence of Ability to do Work COTA reserves the right to award a Contract to the lowest, most responsive and responsible bidder(s) it deems responsive and responsible. The bidder(s) may be required, upon request, to prove to the satisfaction of COTA that the bidder(s) have the skill and experience and the necessary facilities and financial resources to perform the Contract in a responsible and satisfactory manner. 20. Time for Executing Contract and Damages for Failure to Execute Any bidder whose proposal has been accepted may be required to appear at the office of COTA in person, or if a firm or corporation, by a duly authorized representative to execute the Contract within ten (10) days after notice that the Contract has been awarded. In the event any bidder whose bid has been accepted shall fail or refuse to execute the Contract as hereinbefore provided, COTA may, at its option determine that such bidder is in breach and thereupon the Proposal and the acceptance thereof shall be null and void and COTA shall be entitled to the amount of difference in the total cost between the failed bid and that of the next lowest bidder plus any expenses involved, including legal fees, in connection with delay in execution of a new contract, as well as any other damages permitted by law. 1-4

Page 10: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

21. Prices Bid The prices shall be unit prices and shall be stated in figures in the appropriate places shown on the proposal blank for the various items. Where the bidder desires to make this quotation by filing his catalogue, accompanied by his price list and discount sheet, if any, you may do so by attaching such documents to the bid and making them a part thereof, but such documents shall all be separately signed in the same manner and by the same person as the bid. 22. Time Award COTA will either make an award or reject all bids received at a regular or special board meeting, unless otherwise indicated. 23. Method of Award COTA reserves the right to make an award based upon the lowest, responsive and responsible bid or to reject any or all bids. 25. Net Price Used to Determine Lowest and Most Responsive Bid Discounts offered by bidders should be reflected as a net price. Terms of payment required must be identified on Bid Form 1 under Terms of Payment. 26. Descriptions Bidders shall be prepared to furnish any additional specifications of information concerning the items to be purchased under the terms of this proposal if so requested by the Supply Management Department. 27. Bidder’s Affidavits Each bidder is required to submit with his bid, an affidavit stating that neither he nor his agents, nor any other party on his behalf has paid or agreed to pay, directly or indirectly, any person, firm or corporation any money or valuable consideration for assistance in procuring or attempting to procure the contract herein referred to, and further agreeing that no such money or reward will be hereinafter paid. This affidavit must be on the form provided by COTA which is attached to this proposal. 28. Financial Standing The Central Ohio Transit Authority (COTA) is listed and on file with Dun & Bradstreet, Inc. Suppliers who find it necessary to have this information may obtain same by contacting Dun & Bradstreet, Inc. 1-5

Page 11: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

29. Waive of Minor Defects COTA may waive minor defects in the bid when no prejudice will result to the rights of any bidder; or to the public. 30. Correspondence All correspondence pertaining to this proposal shall be addressed to the Central Ohio Transit Authority, 33 N. High Street, Columbus, Ohio 43215 to the attention of Karen Sherrill, Manager, Supply Management. 31. Delinquent Personal Property Tax Each bidder is required to submit with his proposal a statement affirmed under oath that he is not charged at the time the bid was submitted with any delinquent personal property taxes on the general tax list of personal property in Franklin County, Ohio. Bidders shall indicate if applicable, the amount of such due and unpaid delinquent taxes and any due and unpaid penalties and interest thereon. If the statement indicates that the taxpayer was charged with any such taxes, a copy of the statement shall be transmitted to the county treasurer within thirty (30) days of the date it is submitted. This statement must be on the form provided by COTA which is attached to this proposal. 32. Bid Protest Procedures GENERAL Protests will only be accepted from interested parties whose direct economic interest would be affected by the award of the contract or refusal to award a contract. The Director of Supply Management will consider all such protests, whether submitted before or after the award of a contract. If oral objections are raised and the matter cannot be resolved to the satisfaction of the objector, a written protest shall be required before any further consideration is given. Notice of any protest and the basis therefore shall be given to all bidders or offerors. Protest submissions should be concise, logically arranged and clearly state the grounds for the protest. Protests must be addressed to the Director of Supply Management and include the following information: * Name, address and telephone number of protestor. * Identification of the solicitation or contract number. * A detailed statement of the legal and factual grounds of protest, including copies of relevant

documents. 1-6

Page 12: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

* A statement as to what relief is requested. All protest documents submitted to the Supply Management Department shall be stamped with date and time received and logged into a protest file folder. For federally funded procurements, the Director of Supply Management shall provide a timely notification to FTA when a bid or contract protest is received and will keep FTA informed about the status of the protest. Further, COTA shall disclose information about any third party protest to FTA upon request (this can include the provision of copies of a particular protest or all protests and any or all related supporting documents as FTA may determine necessary). PROTESTS BEFORE AWARD Protests before award must be submitted as specified below. If the written protest is not received by the time specified, the evaluation process shall continue in the normal manner unless the Director of Supply Management, upon investigation finds that remedial action is desirable, in which event such action shall be taken. The protests addressing the adequacy of Requests for Bids, Requests for Proposals, including without limitation, the pre-award procedure, the Instructions to Bidders, General Terms and Conditions, specifications and statement of work, must be filed at the Supply Management Department no later than three (3) days before bid opening date. Thereafter, such issues are deemed waived by all interested parties. Bids received shall not be opened prior to the resolution of the protest unless the Director of Supply Management determines that: * The items to be procured are urgently required; or * Delivery or performance will be unduly delayed by failure to make the award promptly; or * Failure to make prompt award will otherwise cause undue harm to COTA or the state or

federal government. In addition, when a protest against the making of an award is received, and the Director of Supply Management determines to withhold the award pending disposition of the protest, the bidders whose bids might become eligible for award shall be requested, before expiration of the time for acceptance of their bids, to extend the time for acceptance (with consent of sureties, if any) to avoid the need for re-advertising. Where a written protest has been filed prior to award, the contract shall not be awarded until five (5) days after the matter is resolved, unless the Director of Supply Management in accordance with FTA Circular 4220.1F determines that: 1-7

Page 13: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

* The items to be procured are urgently required; or * Delivery or performance will be unduly delayed by failure to make the award promptly; or * Failure to make prompt award will otherwise cause undue harm to COTA or the state or

federal government. In the event the Director of Supply Management determines that the award is to be made during the five (5) day period or during the pendency of a protest, he shall notify the FTA prior to making such award. The FTA reserves the right not to participate in the funding of any contract awarded during the pendency of a protest to FTA. If award is made, the Director of Supply Management shall document the file to explain the need for an award and shall give written notice of the decision to proceed with the award to the protestor, and as appropriate, to others concerned. PROTESTS AFTER AWARD Protest against award must be filed with the Supply Management Department and within five (5) days immediately following the award. The protest shall be received by the Director of Supply Management. The contractor/awardee shall in any event be furnished with the notice of protest and the basis therefore. Also, when it appears likely that an award may be invalidated and a delay in receiving the supplies or services is not prejudicial to COTA’s interest, the Director of Supply Management shall consider a mutual agreement with the contractor to suspend performance on a no-cost basis. DECISION ON PROTEST The Director of Supply Management shall render his/her decision in writing within fourteen (14) days from the receipt of the written protest and shall provide notice of such decision to all interested parties. Following an adverse decision by the Director of Supply Management, the protestor may file a protest with the FTA. BASIS OF REVIEW BY FTA * FTA will only review protests regarding the alleged failure of COTA to have written

procedures or alleged failure to follow such procedures. * Alleged violations on other grounds are under the jurisdiction of the appropriate state or local

administrative or judicial authorities. 1-8

Page 14: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

* FTA will only review protests submitted by an interested party. Protestors shall file a protest with FTA not later than five (5) days after a final decision is rendered under COTA’s protest procedure. In instances where the protestor alleges that COTA failed to make a final decision determination on the protest, protestors shall file a protest with FTA not later than five (5) days after the protestor knew or should have known of COTA’s failure to render a final determination on the protest.

DEFINITIONS a. “Days” refers to working days of the federal government. b. “File or submit” date of receipt by COTA. c. “Interested Party” includes all bidders/offerors that have a substantial economic interest in a

portion of the RFB or RFP. 33. Dissemination of Information Bidder may not publish copy or use this document except in replying to COTA’s Invitation to Bid. In addition, Bidder may not issue press releases or otherwise publicize their bid without express written permission of COTA. 34. Governing Body All power and authority of COTA is vested in and exercised by its thirteen member, Board of Trustees, appointed by political subdivisions and public officials within COTA’s territorial boundaries. No contract shall be awarded without the approval of the COTA Board of Trustees.

35. Single Bid, If Received If only a single bid is received, COTA may require that the Bidder provide the necessary cost or pricing data to enable COTA to perform a cost or price analysis to ensure that the bid price is fair and reasonable. If requested, the Bidder shall provide the cost or price data within five (5) working days of the date requested. COTA reserves the right to reject or accept the bid on the basis of the cost or pricing data. Where only on responsive and responsible bid is received, COTA may also negotiate price with the sole responsive bidder. 36. References COTA may require the lowest bidder(s) to furnish a list of at least two (2) references of whom are or 1-9

Page 15: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

within the past year have been customers of the Bidder and who have been provided similar amounts of the “requirements” being bid upon. The list shall include the following:

A. Name of Customer B. Contact Person C. Complete Address of Customer D. Telephone Number

If such references are requested, the list must be communicated verbally or mailed to and received by the Supply Management Department within three (3) days (Monday through Friday) from the date the request is made by COTA. Failure to comply with this requirement will eliminate the bid from further consideration. 37. Amendments to RFB Any clarifications or further instructions to bidder will be sent to all bidders in addendum form. All questions and comments regarding the information contained within this bid must be submitted to Karen Sherrill, Manager, Supply Management, at [email protected] by no later than May 26, 2020 – 5:00 P.M. EDT.

(a) If the solicitation is amended, then all terms and conditions which are not modified remain unchanged

(b) Bidders shall acknowledge receipt of any amendment to this solicitation: (1) By signing and returning ACKNOWLEDGEMENT OF ADDENDA. COTA

must receive the acknowledgement by the time and at the place specified for receipt of the bid.

38. Qualifying of Approved Equal All items must be furnished as specified unless a bidder requests and receives permission to substitute an approved equal. Vendors requesting that other products be approved equal to specified product(s) must submit their request in writing accompanied by the following information: PHYSICAL CHARACTERISTICS, SPECIFICATIONS OF THE PRODUCT PROPOSED Requests must be submitted to Karen Sherrill, Manager, Supply Management at [email protected] by no later than May 26, 2020 – 5:00 PM EDT. If a vendor’s request is granted, ALL bidders will be notified through written addendum of the product(s) that have been approved equal to the specified product(s). Notice shall be deemed given when mailed. Failure to receive such notice shall not affect any bid or contract award. 1-10

Page 16: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

39. Buy America Requirement The bidders shall comply with the federal statute set out below, and complete the Buy America Certification, included in Section 4, Bid Forms. Section 165 A. Notwithstanding any other provision of law, the Secretary of Transportation shall not obligate any funds authorized to be appropriated by this Act or an Act amended by this Act or, after the date of enactment of this Act, any funds authorized to carry out his Act, Title 23, United States Code, the Urban Mass Transportation Act of 1964, or the Surface Transportation Assistance Act of 1978 and administered by the Department of Transportation, unless steel, cement and manufactured products used in such project are produced in the United States. B. The provisions of subsection (A) of this section shall not apply where the Secretary finds: (1) That their application would be inconsistent with the public interest. (2) That such materials and products are not produced in the United States in sufficient and reasonably available quantities and satisfactory quality; (3) In the case of procurement of bus and other rolling stock (including train control, communication, and tractor power (A) equipment) under the Mass Transportation Acts of 1964, that the costs of components/subcomponents of the vehicle or equipment described in this paragraph, and (B) final assembly of the vehicle or equipment described in this paragraph has taken place in the United States, and: (4) That inclusion of domestic material will increase the cost of the overall project contract by more than 25 per centum in the case of projects for the acquisition of rolling stock, and 25 per centum in the case of all other projects. C. For purposes of this Section, including calculating components/subcomponents costs, labor costs involved in the final assembly shall not be included in the calculation. D. The Secretary of Transportation shall not impose any limitation or condition on assistance provided under this Act, the Urban Mass Transportation Act of 1964, the Surface Transportation Assistance Act of 1978, or title 23, United States Code, which restricts any state from imposing more stringent requirements than this Section on the use of articles, materials or supplies mined, produced or manufactured in foreign countries in projects carried out with such assistance or restricts any recipient of such assistance from complying with such state imposed requirements. E. Section 401 of the Surface Transportation Assistance Act of 1978 is repealed.

1-11

Page 17: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

SECTION 2

CONTRACT TERMS

Page 18: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

1. Patents The Contractor shall indemnify and save harmless COTA against all claims for royalties for patents or suit for information thereon which may be involved in the manufacture or use of the material to be furnished. 2. Failure to Meet Specifications The delivery of any supplies hereunder which does not in all respects conform to these specifications will be rejected and the Contractor will be notified at once of such rejection and the reason therefore, which notice shall be confirmed in writing. If the Contractor fails to effect immediate replacement of rejected supplies meeting the requirements of the order and of the specifications, COTA may purchase replacements in the open market, and the Contractor and his surety shall be liable to COTA for any excess cost and expense. 3. Annulment of Contract If, in its opinion, the delivery of merchandise specified under the proposed contract is unnecessarily or unreasonably delayed, or if merchandise delivered is not in accordance with these specifications, COTA shall have the right to annul the contract. 4. Curtailment of Quantities COTA reserves the right to reduce the total quantities of supplies purchased under the contract by such amount as the requirements of COTA may be reduced by reason of retrenchment in the operation of COTA or other good cause. 5. State Industrial Compensation The Contractor shall comply with the State law known as the Workmen's Compensation Act, Chapter 4123, Ohio Revised Code, and shall pay into the State Insurance Fund the necessary premiums required by that Act to cover all employees furnishing the commodities or services purchased under the terms of this proposal to COTA, and under the control of the Contractor, and shall relieve COTA from any costs due to accidents or other liabilities mentioned in said Act. If the Contractor is a self-insured under the Ohio Workmen's Compensation act, and duly authorized as such by the Industrial Commission of Ohio, he shall tender to COTA proof of such status. The Contractor shall, tender to COTA a certificate evidencing its compliance with the Workmen's Compensation Act.

2-1

Page 19: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

6. State or Federal Taxes

(a) The contract price or prices for the commodities contained in the contract are subject to increase or decrease by the amount of any additional tax or taxes or reduction of such tax or taxes, as the case may be, affecting such commodity imposed by or under authority of the Federal Government or the State of Ohio, which may be enacted after receipts of bids for this contract and such changes shall continue in effect during the existence of such change in the tax or taxes, provided, however, that in the event of any increase in cost, a claim shall be presented by the Contractor within thirty (30) days and provided that such claim is supported by evidence showing such additional tax, satisfactory to the General Counsel of COTA. Reductions in taxes will be deducted from the contract.

(b) COTA is exempt at time of purchase from all sales, excise and transportation taxes,

except State of Ohio Gasoline Tax. The price bid, whether a unit price, lump sum price, lot price or a trade discount from catalogue list prices, shall be exclusive of all such taxes and will be so construed. Exemption Certificates will be furnished by the Authority.

7. Social Security Act The Contractor shall be and remain an independent Contractor with respect to all services performed hereunder and agrees to and does hereby accept full and exclusive liability for the payment of any and all contributions or taxes for Social Security, unemployment insurance, or old age retirement benefits, pensions, or annuities now or hereafter imposed under any state or federal law which are measured by the wages, salaries, or other remuneration paid to persons employed by the Contractor on work performed under the terms of this contract and further agrees to obey all lawful rules and regulations and to meet all lawful requirements which are now or hereafter may be issued or promulgated under said respective laws by any duly authorized state or federal officials, and said Contractor also agrees to indemnify and save harmless COTA from any such contributions or taxes or liability therefore. 8. Assignment The Contractor shall not assign, transfer, convey, subcontract, or otherwise dispose of this contract or his right, title to, interest in the contract or any part thereof without previous consent in writing of COTA endorsed hereon or attached hereto. If the Contractor does not obtain consent in writing from COTA prior to assignment of this contract, any such assignment shall be considered void.

2-2

Page 20: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

9. Time of Delivery If delivery of the item(s) proposed is not completed by the time stated on Bid Form 1, COTA reserves the right to terminate Contract by notice effective when received by contractor as to stated item(s) not yet shipped and to purchase substitute item(s) elsewhere and charge Contractor with any loss incurred. 10. Delay for Causes Beyond Control This contract shall be subject to failure or delay caused by strikes, public commotion, Acts of God, or other causes beyond the control of the Contractor, including orders, limitations, or restrictions of any governmental agency having jurisdiction over the subject matter of the Contract provided that Contractor shall, with ten (10) days from the beginning of such delay, notify COTA in writing of the cause of delay. If an excusable delay exceeds a total of thirty (30) days, COTA may terminate this agreement. 11. Warranty of Title The Contractor warrants that there are no liens, encumbrances or charges on the articles and materials to be furnished hereunder. 12. Equal Employment Opportunity In connection with the carrying out of any contract, the Contractor hereby certifies that it shall not discriminate against any employee or applicant for employment because of sex, handicap, religion, race, color or national origin. The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their sex, handicap, religion, race, color or national origin. Such action shall include but not be limited to the following: employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation, and selection for training, including apprenticeship. The Contractor shall at all times, comply with the provisions of Executive Order 11246, as amended, entitled "Equal Employment Opportunity". 13. Indemnify and Save Harmless The successful bidder agrees that during the terms of this Contract, it shall defend, indemnify and save harmless COTA, its officers and Board of Trustees from any and all liability, claims, suits, actions, damages, costs or other consequences resulting from any act, omission or negligence of, or chargeable to the Contractor or subcontractor or any employee thereof arising under and pursuant to this Contract.

2-3

Page 21: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

14. Modification of Contract The Contract cannot be altered or modified in any respect unless in writing, signed by duly authorized representatives of both parties. 15. Prohibited Interests No member, or delegate to, the Congress of the United States shall be admitted to any share or part of this contract, or to the resulting proceeds. 16. Laws of Ohio The rights and duties of the parties hereto shall be determined by the laws of the State of Ohio, and to that end this Contract shall be construed and considered as a contract made and to be performed in the State of Ohio. 17. Contract Termination Termination for Default (a)(1) COTA may, subject to paragraphs (b) and (c) below, by written notice of default to the Contractor,

terminate this contract in whole or in part if the Contractor fails to: (i) Deliver the supplies or to perform services within the time specified in this contract or any

extension. (ii) Make progress, so as to endanger performance of this contract (but see subparagraph (a) (2) below);

or (iii) Perform any of the other provisions of this contract (but see subparagraph (a) (2) below). (2) COTA’s right to terminate this contract under subdivisions (1)(ii) and (1)(iii) above, may be

exercised if the Contractor does not cure such failure within 10 days (or more if authorized in writing by the Director of Supply Management) after receipt of the notice from the Director of Supply Management specifying the failure.

(b) If COTA terminates this contract in whole or in part, it may acquire, under the terms and in the

manner the Director of Supply Management considers appropriate, supplies or service similar to those terminated, and the Contractor will be liable to the COTA for any excess cost for those supplies or services. However, the Contractor shall continue the work not terminated.

2-4

Page 22: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

(c) Except for defaults of subcontractors at any tier, the Contractor shall not be liable for any excess costs if the failure to perform the contract arises from causes beyond the control and without the fault or negligence of the contractor. Examples of such causes include (1) acts of God or of the public enemy, (2) acts of COTA in either its sovereign or contractual capacity, (3) fires, (4) floods, (5) epidemics, (6) quarantine restrictions, (7) strikes, (8) freight embargoes, and (9) unusually severe weather. In each instance, the failure to perform must be beyond the control and without the fault or negligence of the Contractor.

(d) If the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of

the default is beyond the control of both the Contractor and subcontractor, and without the fault or negligence of either, the Contractor shall not be liable for any excess costs for failure to perform, unless the subcontracted supplies or services were obtainable from other sources in sufficient time for the Contractor to meet the required delivery schedule.

(e) If this contract is terminated for default, COTA may require the Contractor to transfer title and

deliver to COTA, as directed by the Director of Supply Management, any (1) completed supplies, and (2) partially completed supplies and materials, parts, tools, dies, jigs, fixtures, plans, drawings, information, and contract rights (collectively referred to as “manufacturing materials” in this clause) that the Contractor has specifically produced or acquired for the terminated portion of this contract. Upon direction of the Director of Supply Management, the Contractor shall also protect and preserve the property in its possession in which COTA has an interest.

(f) COTA shall pay contract price for completed supplies delivered and accepted. The Contractor and

Director of Supply Management shall agree on the amount of payment for manufacturing materials delivered and accepted and for the protection and preservation of the property. Failure to agree will be a dispute under the Disputes clause. COTA may with hold from these amounts any sum the Director of Supply Management determines to be necessary to protect COTA against loss because of outstanding liens or claims of former lien holders.

(g) If, after termination, it is determined that the Contractor was not in default, or that the default was

excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of COTA.

(h) The rights and remedies of COTA in this clause are in addition to any other rights and remedies

provided by law or under this contract. Termination for Convenience The Director of Supply Management, by written notice may terminate this contract, in whole or in part, when it is in COTA’s interest. If this contract is terminated, the rights, duties, and obligations of the parties, including compensation to the Contractor, shall be in accordance with Part 49 of the Federal Acquisition Regulation in effect on the date of this contract.

2-5

Page 23: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

If reasons beyond the control of COTA (such as retrenchment in COTA's operations or reduction in funding appropriations) so dictate, COTA may cancel this Contract for convenience upon thirty (30) days written notice to the Contractor. Upon such termination for convenience, COTA will pay the Contractor's reasonable, direct costs incurred up to the date of termination. Any materials for which COTA pays will be delivered to COTA. 18. Resolution of Disputes Except as otherwise provided in this contract, any claims, controversies, or disputes arising under this contract which is not disposed of by agreement shall be decided by COTA, which shall reduce its decision to writing and mail or otherwise furnish a copy of same to the Contractor. COTA's decision shall be final and conclusive unless, within fifteen (15) days from the date of such copy, the Contractor mails or otherwise furnishes to COTA a written notice of appeal. Pending any decision, appeal or judgment for the settlement of any dispute arising under this solicitation and/or contract the Contractor shall proceed diligently with the performance of this Contract. In the event that COTA's decision is the subject of an appeal, such dispute shall be subject to arbitration in accordance with the rules of the American Arbitration Association and costs shall be borne by the losing party. Failure of Contractor to honor an appeal decision of COTA will constitute a breach of contract. 19. Audit and Inspection of Records The Contractor shall permit the authorized representatives of COTA, the U.S. Department of Transportation and the Comptroller General of the United States to inspect and audit all data and records of the Contractor relating to his performance under the contract until the expiration of three (3) years after final payment under this Contract. The Contractor shall provide for such inspection rights in all its subcontracts. 20. Disadvantaged Business Enterprise (DBE) In accordance with 23 USC 101(b) and the U.S. Department of Transportation, DBE regulations, 49 CFR Part 26, it is the policy of COTA to utilize ready, willing, and able disadvantaged and small businesses and to use the best efforts possible to level the playing field in the market place ensuring these firms have the opportunity to participate in the procurement process. COTA is required by 49 CFR Part 26 to establish DBE goals annually. COTA has established race conscious and race neutral initiatives in the DBE annual and contract specific goals go provide opportunities in all procurement activities. In cases where COTA does not establish a race conscious goal on a contract, COTA fully expects its prime contractors to make good faith efforts to enter into subcontracts with DBEs and small businesses to the maximum extent possible to ensure that COTA meets its annual DBE goal requirement.

2-6

Page 24: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

21. Definition of Disadvantaged Business Enterprise (DBE) A Disadvantaged Business Enterprise (DBE) is a firm which must be owned and controlled by individuals who are both socially and economically disadvantaged. The firm must first be a small business as defined by Section 3 of the Small Business Act. By law, members of the following groups automatically have such eligibility if they are socially and economically disadvantaged: Black Americans, Hispanic Americans, Native Americans (American Indians, Eskimos, and native Hawaiians), Asian-Pacific Americans (Japanese, Chinese, Korean, etc.), Asian-Indian Americans (India, Pakistan, and Bangladesh), and women, regardless of ethnicity. 22. Payment COTA shall be invoiced within thirty (30) days upon receipt of the items provided within this proposal. Invoices shall include a statement identifying the quantity, description and cost of each item(s) purchased, as well as any other detail necessary for COTA to determine the reasonableness of the subject invoice. COTA shall make payment upon the delivery and acceptance of each vehicle and within thirty (30) days of receipt of a proper invoice. 23. Liability Insurance The Contractor shall maintain from insurance companies, insurance of type and amounts not less than the following:

A. Workers Compensation - Statutory Limit

B. Comprehensive General Liability - $1,000,000 Combined Personal Injury/Property Damage - Single Limit

C. Comprehensive Automobile Liability - $1,000,000 Combined

Personal Injury/Property Damage - Single Limit The Contractor shall cause a Certificate of Insurance to be issued to COTA evidencing such coverage naming COTA as an additional insured, and shall furnish such certificate prior to Contract execution. 24. Compliance with Laws The Contractor agrees that it will comply with all Federal, State, Municipal, and local laws, rules, and regulations that may be applicable to this contract.

2-7

Page 25: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

25. Warranty Contractor warrants that for a period of one (1) year (or for such longer periods as prescribed by the specifications) following acceptance of the goods and services delivered hereunder, the goods and services are free from defects in materials and workmanship and further warrants that such goods and service are suited for the purposes intended and are of merchantable quality. Contractor further warrants that it holds good and marketable title in the goods delivered, and that such goods are free of all liens, security interests or other encumbrances. Contractor agrees that in the event the goods or services are not as warranted, it will promptly cure the defect at its sole cost and expense. It is agreed that the goods and services provided hereunder are regarded as consumer goods and services. Seller further agrees to the warranty provisions set forth in Section III- Technical Specifications. 26. Civil Rights Requirements (1) Nondiscrimination. In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. §

2000d, Section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, Section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal Transit Law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. 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, Creed, National Origin, Sex. In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, 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. Parts 60 et seq., (which implement Executive Order No. 11246, “Equal Employment Opportunity,” as amended by Executive Order No. 11375, “Amending Executive Order No. 11246 Relating to Equal Employment Opportunity,” 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. 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, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, 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.

2-8

Page 26: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

(b) Age. In accordance with Section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § 623 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 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, “Regulations to Implement the Equal Employment Opportunity Provisions of the Americans with Disabilities Act,” 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (3) The Contractor also agrees to include these requirements in each subcontract financed in whole or

in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties.

27. Inspection Materials or equipment purchased are subject to inspection and approval at COTA’s destination. COTA reserves the right to reject and refuse acceptance of items which are not in accordance with the instructions, specifications, drawings or a part of the contractor’s warranty (express or implied). Rejected materials or equipment shall be removed by, or at the expense of the contractor promptly after rejection. 28. Price Warranty Contractor warrants that the prices for the goods sold to COTA under this Agreement are not less favorable than those currently extended to any other customer for the same or like items in equal or less quantities. In the event Contractor reduces its price for such goods during the term of this Agreement, Contractor agrees to reduce the prices hereof accordingly. 29. Clean Air Act The Contractor agrees to comply with applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 USC Section 7401 et seq. The Contractor agrees to report such violation to COTA and understands and agrees that COTA will, in turn, report such violation as required to assure notification to FTA and the appropriate EPA Regional Office. 30. Energy Conservation The Contractor and all of its subcontractors shall recognize mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (42 USC Section 6321, et seq.).

2-9

Page 27: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

31. Notification of Material Changes in Business Contractor agrees that if it experiences any material changes in its business including, without limitation, a reorganization, refinancing, restructuring, leveraged buyout, bankruptcy, loss of key personnel, etc., it agrees to immediately notify COTA's Director of Supply Management of the changes. Contractor also agrees to immediately notify the Director of Supply Management of any condition which may jeopardize the scheduled delivery or fulfillment of Contractor's contractual obligations to COTA. 32. Access Requirements for Persons with Disabilities Contractor agrees to comply with all applicable requirements of the Americans with Disabilities Act of 1990 (ADA), 42 U.S.C. Section 12101 et seq: Section 504 of the Rehabilitation Act of 1973, as amended, 19 U.S.C. Section 792; 49 U.S.C. Section 5301(d); and the Federal Regulations including any amendments thereto: 49 C.F.R. Part 27, 49 C.F.R. Part 38; 28 C.F.R. Part 35; 28 C.F.R. Part 36; 41 C.F.R. Subpart 101-19; 29 C.F.R. Part 1630; 47 C.F.R. Part 1630; 47 C.F.R. Part 64, Subpart F; and 49 C.F.R. Part 609. 33. Federal Changes The Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the agreement (Form FTA MA) between COTA and FTA, as they may be amended or promulgated from time-to-time during the term of this Contract. Contractor's failure to so comply shall constitute a material breach of this Contract. 34. No Government Obligation to Third Parties (1) COTA and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal

Government in or approval of the solicitation or award of the underlying Contract, absent the express written consent of the Federal Government, the Federal Government is not a party to this Contract and shall not be subject to any obligations or liabilities to the COTA Contractor or any other party (whether or not a party to that Contract) pertaining to any matter resulting from the underlying Contract.

(2) The Contractor agrees to include the above clause in each subcontract financed in whole or in part

with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provision.

2-10

Page 28: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

35. Program Fraud and False or Fraudulent Statements and Related Acts (1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of

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

(2) The Contractor also acknowledges that if it makes, or causes or be made, a false, fictitious, or

fraudulent claim, statement, submission or certification to the Federal Government under a Contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. Paragraph 5307, the Government reserves the right to impose the penalties of 18 U.S.C. Paragraph 1001 and 49 U.S.C. Paragraph 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate.

36. Clean Water Requirements The Contractor agrees to comply with all applicable standards, orders or requirements issued

pursuant to the Federal Water Pollution Control Act, as amended, 11 USC 1251 et seq. The Contractor agrees to report each violation to COTA and understands and agrees that COTA will, in turn, report such violations as required to assure notification to FTA and the appropriate EPA regional office.

37. Incorporation of Federal Transit Administration (FTA) Terms The preceding provisions include, in part, certain standard terms and conditions required by DOT, whether or not expressly set forth in the preceding Contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1F, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any COTA requests which would cause COTA to be in violation of the FTA terms and conditions.

2-11

Page 29: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

38. Recycled Products The Contractor agrees to comply with all the requirements of Section 002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including, but not limited to, the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247. 39. Inspection of Services Definitions. “Services” as used in this clause includes services performed, workmanship, and material furnished or utilized in the performance of services. If any of the services do not conform with contract requirements, COTA may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by re-performance, COTA may (1) require the Contractor to take necessary action to ensure that future performance conforms to contract requirements and (2) reduce the Contract price to reflect the reduced value of the services performed. If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, COTA may, by Contract or otherwise, perform the services and charge the Contractor any cost incurred by COTA that is directly related to the performance of such service. 40. Failure to Perform (a) Subject to the Excusable Delays clause (if included in this Contract), if the Contractor materially

fails to perform this Contract under its terms, the Director of Supply Management shall give the Contractor written notice stating the failure. Thereafter, regardless of any other provision of this Contract, the Contractor shall not be entitled to an equitable adjustment under either this Contract or any related contract, to the extent the equitable adjustment arises from the Contractor’s failure to perform or from any reasonable remedial action taken by the Director of Supply Management based upon the failure.

(b) The failure of COTA to insist, in one or more instances, upon the performance of any term of this

Contract is not a waiver of COTA’s right to future performance of such term, and the Contractor’s obligation for future performance of such term shall continue in effect.

(c) The rights and remedies of COTA in this clause are in addition to any other rights and remedies

provided by law or under this Contract.

2-12

Page 30: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

41. Prompt Payment Notwithstanding any other payment clause in this contract, COTA will make invoice payments under the terms and conditions specified in this clause. Payment shall be considered as being made on the day a check is dated or on the date of an electronic funds transfer. All days referred to in this clause are calendar days, unless otherwise specified. Prime contractors are required to pay subcontractors within fifteen (15) days from receipt of payment from COTA. Prime contractors are required to include prompt payment provisions in their contracts with subcontractors. Any delay or postponement of payment may only take place for good cause, with prior approval from COTA’s Director of Supply Management. When payment disputes occur, prime contractors and subcontractors will be required to use appropriate Alternative Dispute Resolution (ADR) mechanisms to settle disputes. COTA will participate in the resolution if necessary. Failure to comply with prompt payment requirements will be considered as breach of contract and will cause the following to occur:

1. COTA will not reimburse prime contractors for work performed by subcontractors unless and until the prime contractor ensures that the subcontractors are promptly paid for the work they have performed.

2. COTA will not award future contracts to prime contractors who refuse to pay promptly.

42. State and Local Law Disclaimer The use of many of the clauses within this contract are not governed by Federal law, but are significantly affected by State law. 43. Motor Vehicle Pollution Requirements The Contractor shall certify that: 43.1. The horsepower of the vehicle is adequate for the speed, range and terrain in which it will be required to operate and meet the demands of all auxiliary power equipment. 43.2. Engine exhaust emissions meet all applicable State of Ohio and federal emissions standards in effect on the date of vehicle manufacture. 43.3. Any and all products produced pursuant to this solicitation shall be in accordance with all Federal Environmental Regulations, including, but not limited to, those provided under CFR Parts 85, 96, 600 and 1500; 42 U.S. C. Sections 1251, 1601, 1857, 4321 et seq., and any amendments or modifications thereto. 2-13

Page 31: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

44. Motor Vehicle Safety Standards The motor vehicle specified in this bid must comply with the Motor Vehicle Safety Standards as established by the Department of Transportation. Contractor must submit with bid a copy of the manufacturer’s self-certification information that the vehicles comply with relevant Federal Motor Vehicle Safety Standards. 45. Acceptance of Vehicle COTA shall complete the inspection of each vehicle within fifteen (15) calendar days after arrival at the designated point of delivery. If the vehicle is found to be acceptable or if COTA does not notify the Contractor within fifteen (15) calendar days after delivery, acceptance of the bus by COTA occurs on the fifteenth day after delivery. Acceptance may occur earlier if COTA notifies the Contractor of early acceptance or places the vehicle in revenue service. If the vehicle fails to meet the contract requirements, it shall not be accepted until the Contractor has completed the required repairs and the vehicle is re-inspected and is found to meet the contract requirements. 46. Pre-Award and Post-Delivery Audit Pursuant to 49 CFR, Part 23 D.O.T. Urban Mass Transportation Administration (Pre-Award and Post-Delivery Audits of Rolling Stock Purchases), the apparent successful bidder will be required to facilitate Pre-Award and Post-Delivery Audits and certifications by COTA, to ensure compliance with the Buy America requirements of the Surface Transportation Assistance Act of 1982, as amended, the Federal Motor Vehicle Safety requirements, and the specifications of COTA’s solicitation. Failure to comply with the Pre-Award Audit and the certification requirements of this solicitation may result in the apparent successful bidder being declared ineligible for contract award. Contractors who fail to meet the Post-Delivery Audit and certification requirements of this contract may be debarred from participation in future COTA procurements. 46.1. Prior to contract award, the apparent successful bidder shall provide to COTA’s Director of Supply Management the cost of the components an subcomponents to be used in the manufacturing of the rolling stock, their country of origin, the location of final assembly, the activities that will take place at the location and pertinent supporting documentation for the purpose of COTA performing the Pre-Award Audit for Buy America requirements. 46.2. Within forty-five (45) days after delivery and acceptance of the vehicles, the contract shall provide to COTA’s Director of Supply Management the cost of the components and subcomponents used in the manufacture of the rolling stock, their country of origin, the location of final assembly, the activities that took place at the location and pertinent supporting documentation to enable COTA to perform the cited Post-Delivery Audit of Buy America requirements. 46.3. The Contractor shall facilitate the review of COTA’s Director of Supply Management by providing the supporting documentation for the above information in a timely fashion. 2-14

Page 32: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

46.4 COTA’s Director of Supply Management or an independent CPA firm, mutually acceptable to the bidder and COTA, will perform the Pre-Award and Post-Delivery Audits for compliance with Buy America. 47. Stop Work Order 47.1. The Director of Supply Management may, at any time by written notice to the Contractor, require the Contractor to stop all or any part of the work called for by this contract. Any such stop work order shall be specially identified as a Stop Work Order pursuant to this Article. Upon receipt of such an order, the Contractor shall forthwith comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of ninety (90) days after of a Stop Work Order is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Director of Supply Management shall either: (1) cancel the Stop Work Order, or (2) terminate the work covered by such order as provided in the termination for Convenience article of this contract. 47.2. If a Stop Work Order issued under this Article is cancelled or the period of the order or any extension thereof expires, the Contractor shall resume work. No adjustment in contract price or time shall be made if the Stop Work Order resulted in a deficiency in performance. However, adjustment shall be made in the delivery schedule or contract price, or both, and the contract modified in writing accordingly, if (1) the Stop Work Order results in an increase in the time required for or in the Contractor’s cost properly allocable to the performance of any part of this contract; and (2) the Contractor asserts a claim for such adjustment within thirty (30) calendar days after the end of the period of work stoppage; provided that, if the Director of Supply Management decides the facts justify such action, he may receive and act upon any such claim asserted at any time prior to final payment under this contract. 47.3. If a Stop Work Order is not cancelled and the work covered under such order is terminated for the convenience of COTA, the reasonable costs resulting from the Stop Work Order shall be allowed in arriving at the termination settlement. 48. Unavoidable Delays If the delivery of completed coaches under this contract should be unavoidably delayed, COTA’s Director of Supply Management shall extend the time for completion of the contract for the determined number of days of excusable delay. A delay is unavoidable only if the delay was nor reasonably expected to occur in connection with or during the Contractor’s performance, and was not caused directly or substantially by acts, omissions, negligence, or mistakes of the Contractor, the Contractor’s suppliers, or their agents, and was substantial and in fact caused by the Contractor to miss delivery dates, and could not adequately have been guarded against by contractual or legal means. 2-15

Page 33: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

49. Request for Extension The Contractor agrees to supply, as soon as such data is available, any reasonable proof that is required by COTA’s Director of Supply Management to make a decision on any request for extension. COTA’s Director of Supply Management shall examine the request and any documents supplied by the Contractor and shall determine if the Contractor is entitled to an extension and the duration of such extension. COTA’s Director of Supply Management shall notify the Contractor of his/her decision in writing. 50. Price Adjustments for Regulatory Changes If price adjustment is indicated, either upward or downward, it shall be negotiated between COTA and the Contractor for changes that are mandatory as a result of legislation or regulations that are promulgated and become effective between the date of the proposal opening and the date of manufacture. Such price adjustment may be audited by COTA or FTA. 51. Title Adequate documents for securing the coach in Columbus, Ohio shall be provided to COTA’s Director of Supply Management at least five (5) working days before each coach is released to the common carrier drive-away or to COTA’s drivers. Following acceptance of each coach, the Contractor warrants that the title shall pass to COTA free and clear of all liens, mortgages or encumbrances, financing statements, security agreements, claims and demands of any character. 52. Contract Type This is a one year contract for the purchase of a minimum of ten (10) and a maximum of twenty-five (25) vehicles, with an option to renew for one (1) additional one year term for the purchase of an additional minimum of ten (10) and maximum of twenty (20) vehicles. Bidders shall provide their bid price for Year One on Bid Form 1. If the option is exercised, COTA shall purchase vehicles for year two (2) at the first year price, plus any escalation based on the following example. The most current U.S. Department of Labor Bureau of Labor Statistics Producer Price Index (PPI), Table 6, Commodity Code 1413, “Truck & Bus Bodies” will be utilized. Index Point Change Example PPI Index on Anniversary of the 2nd Year of the Contract Term Less PPI Index on 1st Year of the Contract = PPI Index Point Change Index Percentage Change Example Index Point Change Divided by PPI Index: Initial Year = Results Multiplied by 100 = Percentage Change 1st Year Unit Price = Percent Change = Revised Unit Price for 2nd Year Coaches 2-16

Page 34: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

SECTION 3

SPECIFICATIONS FOR THE PURCHASE OF PARATRANSIT CUTAWAY VANS

Page 35: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

Technical Specification - Paratransit Cutaway Vans Table of Contents Section Page

1.0. SCOPE OF WORK 3-5 1.1. Abbreviations 3-5 1.2. Request for an Approved Equal 3-5 1.3. Legal Requirements 3-5 1.4. General Requirements 3-6 1.4.1. Product Conformity 3-7 1.4.2. Body Design 3-7 1.4.3. Detail Omission 3-7 1.4.4. Contractor Responsibility 3-7 1.4.5. Maintaining Vanes 3-7 1.4.6. Dimensions 3-8 1.4.7. Passenger Capacity 3-8 1.4.8. Service Life 3-9 1.4.9. Construction Materials/Workmanship 3-9 1.5. Performance 3-9 1.5.1. Ambient Temperature Operation 3-9 1.5.2. Special Equipment for Starting 3-9 1.6. Documentation 3-9 1.6.1. Maintenance Manuals 3-9 1.6.2. Schematics 3-10 1.6.3. Parts manuals 3-10 1.6.4. Build Sheet 3-10 1.6.5. Operator's Manuals 3-10 1.6.6. USB Flash Drives 3-10 2.0. CHASSIS 3-10 2.1. Engine 3-11 2.1.1. Cooling System 3-11 2.1.2. Protection 3-12 2.1.3. Fuel System 3-12 2.1.4. Engine High Idle System 3-12 2.2. Transmission 3-12 2.2.1. Transmission Cooler 3-12 2.2.2. Drive Shaft 3-12 2.3. Front Axle 3-12 2.4. Rear Axle 3-12 2.5. Brakes 3-12 2.6. Tires 3-13 2.7. Wheels 3-13 2.8. Exhaust 3-13 2.9. Steering 3-13 3.0. ELECTRICAL 3-13 3.1. Electrical Connectors 3-13 3.2. Wires 3-13 3.2.1. Wire Marking 3-14 3.2.2. Wire Conductors 3-14

Page 36: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

3.2.3. Wire Numbering 3-14 3.2.4. Wire Connectors 3-14 3.3. Insulating Grommets 3-14 3.4. Electrical Panels 3-14 3.5. Driver Switch Panel 3-15 3.6. Wiring Schematics 3-15 3.7. Master Off Switch 3-15 3.8. Frequency Interference 3-15 3.9. Charging System 3-15 3.10. Batteries 3-15 3.11. Fare Box Mounting 3-15 4.0. MISCELLANEOUS 3-15 4.1. Lines 3-15 4.2. Undercoating/Rust Proofing 3-16 4.3. Bumpers 3-16 4.4. Rear Object Sensor 3-16 4.5. Rear Camera for Backing 3-16 5.0. BODY 3-16 5.1 Body Design 3-16 5.2. Exterior 3-16 5.2.1. Body Mounting 3-17 5.2.2. Rub Rails 3-17 5.2.3. Body Leak Test 3-17 5.2.4. Materials 3-17 5.2.5. Windows 3-17 5.2.6 Doors 3-17 5.2.7. Finish and Color 3-18 5.2.8. Emergency Escape Hatch 3-18 5.3. Interior Color 3-18 5.3.1. Van Noise 3-18 5.3.2. Floor 3-19 5.3.3. Insulation 3-19 5.3.4. Driver's Area 3-20 5.3.5. Driver's Seat 3-20 5.3.6. Driver Controls 3-20 5.3.7. Windshield Wipers and Washers 3-20 5.3.8. Driver’s Seat Entry and Exit 3-20 5.3.9. Modesty Panel/Barrier 3-20 5.3.10. Passenger Seats 3-20 5.3.10.1 Seating Arrangement 3-21 5.3.11. Mobility Aid Positions 3-21 5.3.12. Mobility Aid Securement 3-21 5.3.13. Lift Lights 3-21 5.3.14. Handrails and Stanchions 3-21 5.3.14.1. Lift Hand Rails 3-22 5.3.14.2. Lift Stanchions 3-22 5.3.14.3. Overhead Railings 3-22 5.3.15. Interior Access Panels 3-22

Page 37: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

6.0. MOBILITY AID LIFT 3-22 6.1. Lift Fasteners 3-22 6.2. Lift Operation 3-22 6.3. Lift Doors 3-22 6.3.1. Lift Door Latches 3-23 6.3.2. Lift Door Panels 3-23 6.4. Outer and Inner Barriers 3-23 6.5. Lift Platform 3-23 6.6. Lift Door Transmission Interlock 3-23 7.0. CLIMATE CONTROL 3-23 7.1. Chassis HVAC 3-23 7.2. Air Conditioner 3-23 7.3. Heating System 3-24 8.0. MISCELLANEOUS EQUIPMENT 3-24 8.1. Sun Visor 3-24 8.2. Safety Equipment 3-24 8.3. Graphics 3-24 9.0. LIGHTING 3-25 9.1. Exterior Lights 3-26 9.2. Marker Lights 3-26 9.3. Back-up Lights 3-26 9.4. Additional Rear Safety Lights 3-26 9.5. Driver’s Light: 3-26 10.0 BACK-UP ALARM 3-26 11.0 MIRRORS 3-26 11.1. Interior Mirrors 3-26 11.2 Exterior Mirrors 3-27 12.0. WARRANTY 3-27 12.1. Vehicle Warranty 3-27 12.2. Reimbursement for Labor 3-27 12.3. Reimbursement for Parts 3-27 12.4. Service Calls 3-27 12.5. Tow Call 3-27 12.6. Manufacturer's Warranty 3-27 13.0. RADIO / AVL 3-28 13.1. Radio box 3-28 14.0. FLEETWATCH 3-29 15.0. BID SUBMITTAL REQUIREMENTS 3-29 15.1. Technical Compliance with Bid Specifications 3-29 15.2. Structural 3-29 15.3. Corrosion 3-30 15.4. Graphics 3-30 15.5. References 3-30 15.6. Warranty 3-30 15.7. Floor Plan 3-30 15.8. Weight Analysis 3-31 15.9. Training 3-31 16.0. DELIVERY 3-31

Page 38: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

1.0. SCOPE OF WORK: The Central Ohio Transit Authority (COTA) is issuing this Request for Bids in order to acquire vehicles to be utilized for demand responsive service in the Columbus Metropolitan Area (CMA). This shall be a one (1) year contract for a minimum of ten (10) vehicles and a maximum of twenty-five (25) vehicles, with an option to renew a second year to include the purchase of up to twenty (20) additional vehicles. The vehicles shall to be delivered within one hundred eighty (180) calendar days (excluding nationally recognized holidays) from the date of contract execution. It shall be a design and engineering goal that these vehicles be as light in weight as possible without any degradation of safety, appearance, comfort or performance. The vehicles shall be constructed with the utmost emphasis on passenger/driver comfort and reliability, aesthetic appeal/design and safety. These vehicles will be equipped with all amenities required for operation in the Columbus Metropolitan Area, as listed in these specifications, during all weather conditions. 1.1. Abbreviations:

COTA Central Ohio Transit Authority OR its designee CMA Columbus Metropolitan Area ASTM American Society for Testing and Materials SAE Society of Automotive Engineers ANSI American National Standards Institute EPA Environmental Protection Agency ADA Americans with Disabilities Act OEM Original Equipment Manufacturer FMVSS Federal Motor Vehicle Safety Standards ODOT Ohio Department of Transportation GAWR Gross Axle Weight Rating GVWR Gross Vehicle Weight Rating

Standards that are referenced in these specifications shall require that all bidders comply with the applicable industry or legal standard, at the time of vehicle acceptance, unless otherwise stated. 1.2. Request for an Approved Equal: Brand names listed in this document where an approved equal may be granted shall be marked with an asterisk (*). This asterisk shall be read as ", or approved equal." If the bidder is requesting approved equal status for their product, it is essential that the provisions be followed as outlined in Section 1, Item 38: Qualifying of Approved Equal. 1.3. Legal Requirements: Vehicles and related equipment procured under this RFB shall meet all applicable EPA, ADA, FMVSS, ODOT and local laws, rules and regulations in effect on the date of vehicle acceptance. In the event of conflicts between EPA, ADA, FMVSS, ODOT or local standards, the successful bidder shall be in compliance with the reigning law, standards, rule and/or regulation. 1.4. General Requirements:

a) The vehicle shall be a current 2021 Model Year, gasoline powered Ford Transit Cutaway (S8P) T-350 RWD DRW 156” WB, 10,360# GVWR.* with the included optional 3-1

Page 39: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

equipment (or an approved equal OEM manufactured cutaway) designed and constructed to ensure a minimum service life of at least 7 years/200,000 miles in daily or revenue service.

b) Under normal operating service during the life of the van, the basic structures shall withstand fatigue that is sufficient to cause Class 1 or Class 2 failures as defined by the Surface Transportation and Uniform Relocation Assistance Act (STURAA) of 1987. The structure shall also withstand impact and inertial loads due to normal street travel throughout the van service life without permanent deformation or damage. The basic design shall incorporate all standard medium-duty van features. All failures involving basic body, structure, axles and suspension are considered structurally related failures for purposes of this specification.

c) The van, at GVWR and under static conditions, shall not exhibit deformation or deflection that impairs operation of doors, windows or other mechanical elements. Static conditions include the vehicle at rest with any wheel or dual set of wheels in a six-inch deep hole or with any one tire or any dual set completely deflated.

d) All failures involving basic body, structure, axles and suspension are considered structurally related failures for purposes of this specification.

e) The van shall be new and unused, of current production model, with the latest design features. The unit shall be delivered fully operational and ready for field use with all necessary maintenance equipment and accessories. The van shall be equipped to operate legally on Ohio state highways, night and day, and shall conform to State and Federal regulations pertaining to the equipment herein described. All parts of this vehicle shall conform with the applicable provisions of the Ohio Code of Regulations, Motor Carrier Safety Regulations and requirements under the Americans with Disabilities Act (ADA) Final Guidelines for Transportation Vehicles, 49CFR, Part 38, Subpart B in effect as of September 6, 1991 or as modified subsequently.

f) ISO Certification – The manufacturer of the vans shall have a proven third-party certified quality control system in place and shall be ISO 9001:2000 certified at the facility that will produce the vanes as bid. Written certification of ISO 9001:2000 compliance shall be included with the bid submission documents. A copy of the van manufacturer’s ISO-approved Quality Assurance Certificate shall be submitted with the proposers’ bid package.

g) Pedestrian Safety – Exterior protrusions greater than .50 inches and within 80 inches of the ground shall have a radius no less than the amount of the protrusion. The left and right side rear-view mirrors and required running lights and reflectors shall be exempt from the protrusion requirement. Grills, doors, bumpers and other features on the sides and rear of the vanes shall be designed to minimize the ability of unauthorized riders to secure toeholds, and handholds.

1.4.1. Product Conformity: All bidders must conform to these specifications and the product they furnish shall be of first class quality and the workmanship shall be the best obtainable in various trades. All vehicles shall be built alike, including materials, wiring, appearance and standards. Multiyear bid differences between years will be established and approved by COTA at annual pre-production meetings. 1.4.2. Body Design: The design of the body, chassis, and equipment the contractor proposes to 3-2

Page 40: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

furnish shall be of the latest design and model so as to produce a vehicle of substantial and durable construction in all respects. Each van shall be designed and built with ease of service in mind. The front, full width hood shall open as a single panel and when in the open position shall be in front of the windshield to provide service access to the following systems and components:

a) Service check and; b) The addition of fluids for engine, transmission and power steering oils, brake hydraulic

fluid, coolant and windshield washer fluid. c) Components accessible for service shall include at a minimum the radiator, windshield

wiper motors, components on the front of the engine, and the brake master cylinder. d) The hood shall be latched by a primary cable release and a secondary hand release. Interior

engine accessibility shall be through the sound deadened and heat insulated engine cover. This cover shall be neoprene gasket sealed and mechanical latch retained.

1.4.3. Detail Omission: No advantage shall be taken by the contractor in the omission of any part or detail which is required to make the vans fully serviceable and durable operational vehicles in all respects even though such parts or detail are not mentioned in these specifications. 1.4.4. Contractor Responsibility: The contractor shall assume responsibility for all design and satisfactory operation of the vehicle furnishings, materials, and accessories, whether or not the same are manufactured by the Contractor or purchased ready-made from an outside source. 1.4.5. Maintaining Vans: Prime consideration shall be given to the ease of maintaining the vans. Van components and systems, both mechanical and electrical, that require periodic physical work or inspection processes, shall be installed so that a minimum of time is consumed in gaining access to the critical areas. To the extent possible, disassembly of portions of the van structure and equipment to gain access to these areas will be minimized. 1.4.6. Dimensions: The Contractor shall assume responsibility and all costs of delivery to the designated location, fully equipped in accordance with the specifications. The basis of design of this specification is a Starcraft 14.5’ body with a total installed length of approximately 23.5’. 3-3

Page 41: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

Dimensions (nominal): Length (including bumpers): 23.5’ +/- 12” Width (Not including exterior mirrors): 8’ Height: Minimum 9’to 10.5’ maximum Wheelbase: 156 5/8 inches Interior clearance (floor to ceiling): Minimum 6'2" to 6’7” maximum Interior Dimensions (immediately aft of driver to rear wall): 14.5’ X 6’8” (174” X 80”) Ground Clearance: Minimum: 7” to 10” maximum (excluding axle zones) GVWR: 10, 360# 1.4.7. Passenger Capacity: Vehicles shall be designed on the interior to provide maximum comfort, maneuverability and safety and shall provide the following minimum capacity. For capacity requirements, the driver's seat is NOT counted. Seated passengers 0 - 6, wheelchairs 1 to 3 Maximum Passenger Capacity at any one time = 8 (2 rear wheelchairs & 6 seated) NOTE: The representative floor plan as shown above and includes accommodation for up to three ADA wheelchair positions (30” wide X 48” long). Q-Straint Max* or an approved equal self-locking and self-tensioning retractable wheelchair securement system is to be used. L-track mounted flush on the floor running perpendicular with the vehicle shall be used for wheelchair securement. 1.4.8. Service Life: Vehicles shall be constructed and designed to operate in the CMA for a period of not less than seven (7) years and/or two-hundred thousand (200,000) miles, whichever comes first. 3-4

I T B O X

Page 42: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

1.4.9. Construction Materials/Workmanship: All materials utilized in the vehicle construction shall be new and conform to all aspects of ASTM, SAE or other standards within the industry.

a) Workmanship shall conform to industry-accepted practices and shall be of a degree to ensure quality manufacture of the vehicles. This includes but is not limited to ensuring that burrs, sharp edges, etc., are removed prior to painting of surfaces. Painted surfaces shall be properly sealed, primed, and smooth and shall not show evidence of raw material sanding, grinding, paint runs, etc.

b) All raw materials shall be coated with an appropriate paint or coating prior to final assembly/after welding or similar treatment(s). Connecting joints shall be smooth and aesthetically correct. All welding practices shall be in accordance with current American Welding Society and ASTM standards. Any and all connecting joints between dissimilar metals shall be properly prepared/protected to prevent electrolysis, by means of a coating of polyvinyl chloride (PVC) tape, or similar.

1.5. Performance: Vehicles shall be able to maintain a minimum sixty-five miles per hour (65 mph) on relatively smooth, level road surfaces as are common in the CMA. Acceleration from a standing start shall enable the vehicles to safely operate throughout the CMA, and safely merge with traffic, as when entering a freeway from freeway ramp. 1.5.1. Ambient Temperature Operation: The van shall achieve normal operation in ambient temperature ranges of -10° F to 110° F, at relative humidity between 5% and 100%, and at altitudes up to 3,000 feet above sea level. Degradation of performance due to atmospheric conditions shall be minimized at temperatures below -10° F, above 110° F, or altitudes above 3,000 feet. 1.5.2. Special Equipment for Starting: Special equipment or procedures may be employed to start the van after being exposed for more than four hours to temperatures less than 30° F without the engine in operation. Speed, gradability, and acceleration performance requirements shall be met at, or corrected to, 77° F, 29.31 inches Hg, dry air per SAE J1995. The interior climate control system shall perform in accordance with this Technical Specification. 1.6. Documentation: A minimum of three (3) of each documents identified below shall be delivered with the first vehicle unless otherwise noted below. Alterations shall be permitted when requested by COTA. 1.6.1. Maintenance Manuals: These manuals shall include all information required by maintenance personnel to perform diagnostics, repairs and overhauls on the vehicles including, but not limited to, engine, transmission, climate control, electrical system, suspension, body, brakes, etc. These manuals shall include graphics of component assemblies, further broken down into sub-assemblies. Service recommendations for Preventative Maintenance will be supplied with time estimates by type of task and mileage intervals for the life of the vehicle. These manuals may be a compilation of OEM manuals if all systems are covered, and the manuals are provided bound, with an appropriate index by grouping and/or system (i.e. suspension, brakes, engine, etc.) 1.6.2. Schematics: Legible-wiring schematics shall be provided. These schematics shall be for the 3-5

Page 43: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

vehicle as built. The schematics may be a compilation of OEM manuals if all systems are covered, and the manuals are to be provided bound with an appropriate index. If provided in this manner, all connections where an OEM component(s) and/or system(s) attach to the body manufacturer's harness occur, these connections shall relate in the schematics by wire identification, connector pin number/letter, and connector location on the vehicle. Any non-chassis OEM schematic diagram must be tied into the OEM schematic for consistency. 1.6.3. Parts manuals: Parts manuals shall be indexed by grouping and/or system (i.e. suspension, brakes, etc.) part noun AND number. These manuals shall include graphics of component assemblies broken down into obtainable, serviceable sub-assemblies. All parts used in the construction of the vehicles shall be identified in this manual. 1.6.4. Build Sheet: A complete "build sheet" shall be provided that identifies the entire build process and order by part number/assembly number. A single copy shall be provided and bound. 1.6.5. Operator's Manuals: Copies of operator's manuals shall be provided that details the use, function, and operation of the vehicle's controls. A copy shall be provided with each vehicle. This includes, but is not limited to, wheelchair lift and securement devices, climate control, seat(s), windows, drivers’ switches, and operation, etc. 1.6.6 USB Flash Drives: In addition to printed manuals, COTA is to receive three (3) sets of USB Flash Drives with documentation, for all manuals. 2.0 CHASSIS: Ford Transit Cutaway T-350 156” WB* or approved equal with the following standard and optional equipment: Requirements under the following sub-sections shall be factory componentry, wherever possible. When optional, higher rated ancillary equipment (i.e. heavy-duty) is (are) available; it (they) shall be included. This includes, but is not limited to ancillary equipment in the following sections AND other specification sections, as applicable.

CODE MODEL

S8P 2021 Ford Transit Cutaway T-350 HD RWD DRW 156" WB 10,360# GVWR with ALL Standard Equipment

UX Ingot Silver Metallic 15C Front Black Wheel Well Liners

18A Roof Marker Lamp Delete -inc: Vehicle shipped w/temporary tape over five (5) holes, Upfitter is responsible to seal holes

43Q Light-Emitting Diode (LED) Taillamps - inc: For upfitter use 53G Body Colored Front Bumper

55D Front Fog Lamps -inc: Auxiliary lamps that are generally integrated into the front fascia and designed to help illuminate the roadway during poor visibility

65B Safety Glass -inc: Applies to the front and side windows 76G Wheels: 16" Heavy-Duty Forged Aluminum 85D Dual-Note Horn

91B AutoLamp -inc: When the headlamp control is in the AutoLamp position, the headlamps will turn on automatically in low lighting conditions. Wiper Activated Headlamps

942 Daytime Running Lights -inc: Provides enhanced vehicle visibility during daylight conditions

Page 44: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

18L Exterior Upgrade Package -inc: 3 Bar Grille w/Chrome Surround, Chrome-Trimmed Halogen Headlamps w/AutoLamp

63E Dual AGM Batteries (70 Amp-hr Each) 655 Midship Extended Range Fuel Tank (31 Gallons) -inc: capless fuel fill 87E Auxiliary Fuse Panel -inc: high spec interface connector

90G

Push Down Manual Parking Brake -inc: The push down manual parking brake feature allows the driver to push the hand lever to the fully down position, while the parking brake remains engaged.

43B Back Up Alarm -inc: 102 dB(A) warning capability

61A Rear View Camera & Prep Kit -inc: cab wiring and frame wiring to the rear most cross member

61C

Vehicle Maintenance Monitor -inc: Depending on the engine, this feature will display engine hour meter, oil life, oil level, tire pressure, water in fuel, DEF information and exhaust filter status

62C

Auxiliary Heater & A/C Prep Pkg w/o Rear Controls -inc: stub lines for delivery of coolant/refrigerant for easy addition of an aftermarket rear heater and A/C system, Requires aftermarket upfit of a climate control system

67C Upfitter Package -inc: high capacity upfitter switches, Large Center Console, an integrated shifter, a dual cup holder and an additional storage area

67E Large Center Console -inc: an integrated shifter, a dual cup holder and an additional storage area

85C Illuminated Vinyl-Trimmed Sun Visors -inc: illuminated vanity mirror (driver and passenger-side)

86F 2 Additional Keys (4 Total) -inc: key fobs 86N Front Heavy Duty Tray Style Floor Mats

58T Radio Prep Package -inc: antenna, cover plate in place of radio, wiring that is normally provided w/single-CD audio packages and 4 speakers (front), A radio chassis is not provided

545 Short-Arm Manual-Folding Heated Power Mirrors -inc: turn signals

21J

Pass Seat Delete - Dark Palazzo Gray Vinyl Dr Seat -inc: Deletes passenger CRS top tether anchorage, passenger front airbag and passenger thorax airbags, 2- way manual driver seat and driver armrest *CREDIT*

44U Transmission: 10-Spd Automatic w/OD & SelectShift - inc: auxiliary transmission oil cooler (STD)

501A Order Code 501A 99G Engine: 3.5L EcoBoost V6 (STD) VK Dark Palazzo, Vinyl Front Bucket Seats * Expected optional equipment - COTA must approve any deletions not needed for build

2.1. Engine: A front mounted Ford 3.5L EcoBoost V6 gasoline engine. The engine shall be certified to all applicable Federal EPA and State emissions standards at time of manufacture. The engine shall be equipped with a chassis manufacturer installed heavy duty, single element, block heater (diesel only and std.). 2.1.1. Cooling System: The Ford OEM highest rated cooling system shall be provided. 3-7

Page 45: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

2.1.2. Protection: The engine shall be equipped with a protection system that automatically (WARNS DRIVER OF) and disables engine operation when any of the following occur: a) high coolant temperature, b) low coolant level, or c) low engine oil pressure (or level). Once an abnormality occurs, the engine shall operate for an additional 30 seconds, to allow an operator ample time to remove the vehicle from traffic hazards. 2.1.3. Fuel System: The fuel system shall be capable of operating, within EPA guidelines, on available highway legal 87-octane gasoline or if diesel, any grade (i.e. D1, D2, "Supreme", blended, etc). The largest fuel tank capacity from the chassis manufacturer is required. The fuel tank must be installed by the chassis manufacturer; and must not be modified in any way. Minimum capacity of fuel tank is fifty (25) U. S. gallons. 2.1.4. Engine High Idle System: The engine high idle system shall be fully automatic type activated when the transmission is in the “Neutral” or “Park” position, air conditioning is operating, and driver switch is on. Engine idle shall also increase to 1,200 RPM when system voltage drops below 12.75 volts. This option may not be available with the Ford 2.0L EcoBlue Bi-Turbo I4 diesel engine with the auto start/stop technology. 2.2. Transmission: Transmission shall be a heavy-duty OEM automatic. Ford OEM Transmission is a 10-speed with overdrive and Select Shift. Transmission will have a “PARK” position. 2.2.1. Transmission Cooler: The Ford OEM transmission shall be equipped with a heavy-duty air-to-fluid cooler installed by chassis manufacturer. 2.2.2. Drive Shaft: The Ford OEM drive shaft shall be easily removed from the van without the disassembly of the universal joints. Drive shaft guards shall be installed for each driveshaft section to prevent contact with the undercarriage of the van and the ground in the case of drive shaft universal joint failure. 2.3. Front axle: Ford OEM independent front suspension, with appropriately sized MacPherson-struts with stabilizer bar for the GAWR/GVWR of the vehicle as built.

a) The front axle shall be the chassis manufacturer’s heavy-duty standard and shall be manufactured and installed with proper wheel and axle geometry so that imperfect axle operation will not be encountered in service.

b) The axle shall be rated for the gross loads that the van builder’s design requires. c) Rubber axle/A-arm stops shall be provided between the axle/A-arm and the frame on

each side of both axles to prevent axle and/or frame damage in severe bounce conditions. 2.4. Rear Axle: Ford OEM heavy-duty with appropriately sized shock absorbers and leaf springs for the GAWR/GVWR of the vehicle as built. The vehicle shall have installed at the factory HD Gas Shock Absorbers or approved equal. Booster springs for the rear axle shall also be installed, if needed. 2.5. Brakes: Ford OEM braking system shall be hydraulically actuated. Four (4) wheel Anti-lock brakes system (ABS) shall be incorporated having both front and rear brakes disc. 3-8

Page 46: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

a) The braking system provided shall minimally comply with FMVSS 105 and 106. It shall be a “dual” or “split” power assist hydraulic braking system featuring; anti-lock braking (ABS) and disc-type brakes at both the front and rear axles. All brake friction material shall be “asbestos-free”.

b) A “self-adjusting” parking brake system shall be provided. The parking brake system shall be applied with a foot pedal and a warning light located on the dashboard shall illuminate when the parking brake is applied. The parking brake friction material shall be “asbestos-free”.

2.6. Tires: Ford OEM tires shall be appropriately sized, radial, all-season tires, for the GAWR and GVWR of the vehicle as built. Drive axle shall be dual wheel equipped. Tire/wheel combination must be interchangeable, front-to-rear. One (1) spare tire/wheel combination shall be provided with each vehicle. The spare must match the OEM tires specified. All tires must be “dual-planed or dynamically” balanced and inflated for rated GVWR rating prior to performing any road test. 2.7. Wheels: The Ford optional equipment list calls for 16” HD forged aluminum wheels. COTA prefers that the inside duals also be aluminum. If available, order appropriately. Drive axle shall be dual wheel equipped. Tire/wheel combination shall be interchangeable, front-to-rear. All six (6) tire/wheel combination must be provided with each vehicle, as well as mounted and balanced. All wheels shall be installed according to OEM specifications. All wheels will be torque to manufactures specifications at the factory. 2.8. Exhaust: The exhaust system shall be Ford OEM stainless steel, properly installed with heat shields and baffles. The tailpipe must direct exhaust toward the rear of the van and the system shall last the life of the vehicle. 2.9. Steering: Each van shall be equipped with power-assisted rack and pinion steering installed by the chassis manufacturer. The steering column shall have tilt, telescoping (if Ford OEM available) and air bag features. 3.0. ELECTRICAL: The electrical system shall be designed to provide and distribute 12-volt DC power to all electrical components in the van through a fully programmable multiplex electrical system for all body parts. All add-on components must be “Plug-and-Play” to the wiring harness. All primary connectors must be color coded to ensure proper connection. All Primary connector circuit labels must be “hot-stamped” into the connector housing. All coaches must be wired identically. 3.1. Electrical Connectors: Electrical connectors, where two (2) or more wires are used, shall be of a weather tight design, sealed from external contaminants, such as manufactured by Duetsch *, or under the name "Weatherpack" *. Wires passing through connectors shall be adequately stress relieved. The following sections shall refer to wiring installed by the body manufacturer. The system shall be adequately rated to permit proper operation within the component system design. (SWITCHES SHALL BE RATED AT A MINIMUM OF TEN PERCENT HIGHER AMP RATING THAN THE CIRCUIT THEY ARE OPERATING) 3-9

Page 47: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

3.2. Wires: All general purpose wiring shall be cross-linked polyolefin insulated, colored, numbered, and function coded every 6” for positive identification, and shall meet the requirements of SAE J1127 & J1128, types GXL and SGX. Precautions shall be taken to avoid damage from heat, water, solvents, or chafing by proper routing, clamping, and the use of grommets or suitable elastomeric cushion materials. Harnesses shall be designed to resist abrasion by the use of Packard Electric flex-guard plastic loom or approved equal. Harnesses shall be sectional terminating at insulated multi-pin quick disconnects or junction blocks. 3.2.1. Wire Marking: Wires shall be marked specific for the wire (i.e. markings shall not be duplicated) on any other wire throughout the vehicle. These markings shall be a wire color and number/letter combination (125B YELLOW), wire color and mark color combination (BLACK w/white "X"), or similar. Single color wiring and/or wires identified by a tape/tag system are not acceptable. 3.2.2. Wire Conductors: All wiring/conductors shall be of sufficient length (AT LEAST 8 INCHES additional wire) to permit a minimum of three (3) repairs of terminal ends, component replacement, etc., without unduly stressing the wire. Wire routing shall prevent chaffing. 3.2.3. Wire Numbering: All general purpose wiring shall be cross-linked polyolefin insulated, colored, numbered, and function coded every 6” for positive identification, and shall meet the requirements of SAE J1127 & J1128, types GXL and SGX. Precautions shall be taken to avoid damage from heat, water, solvents, or chafing by proper routing, clamping, and the use of grommets or suitable elastomeric cushion materials. Harnesses shall be designed to resist abrasion by the use of Packard Electric flex-guard plastic loom or approved equal. Harnesses shall be sectional terminating at insulated multi-pin quick disconnects or junction blocks. 3.2.4. Wiring Connectors: All electrical harness connectors shall be one-way, Amp plug-in type connectors. All exterior electrical connectors shall be coated with di-electric spray to protect them from moisture and corrosion. Each harness shall provide a minimum of (1) spare conductor so marked. All wiring harnesses shall be function tested by a computer controlled function tester prior to installation. Primary distribution must contain (5) spare fuses to be used for add-on items rated at a max of 30 Amps. All relays except the 70 Amp primary feed must be removable. All connections to the distribution center must be Plug and Play Amp connectors. All connectors on the distribution center must be clearly marked with circuit number and color-coded to ensure proper installation. 3.3. Insulating Grommets: Insulating grommets shall be used where wires/conductors pass through metallic or wood panels, framing, etc. 3.4. Electrical Panels: Electrical panels installed by the body builders shall be located for easy access. Circuit breaker circuit protection shall be standard, but spade type fuses may be used when expressly required by the component manufacturer. Two spare electrical fuses that match fuses used on the van body and chassis shall be supplied with the van and stored in a box or spare circuit area at fuse box. All components shall be placed on the front of the electrical panel for ease of service. A heavy-duty power distribution panel shall be provided and shall be equipped with heavy-duty 12-volt DC relays. All fuse and relay identification shall be incorporated within the electrical panel. The 3-10

Page 48: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

power distribution post must be directly tied to the distribution center for minimum heat build-up. All fuses must contain a red LED light to indicate when a fuse is non-functional. All relays must contain a yellow LED light to indicate when the relay is “active”. The system must have a green LED light for OEM “excited” operation. Relays must contain a green LED for relay operation. Interior lights including reading, dome and destination sign must be relay operated to increase the dependability of the driver switches. Standard options must have “add-on” printed circuit cards attached to the rear of the primary electrical junction panel that will include universal configuration for flashers and heater systems to ensure vehicle consistency. On-board buzzer must be utilized to allow all options to use a single component with availability of adding an additional auxiliary. All grounds must be single terminated to the primary electrical junction panel and cannot have multiple wires to the same input or output. All standard options must be easily reversible through the use of jumpers in order to add or remove additional options. Flasher must contain option for OEM and/or additional lighting. Heater must contain options for single and dual heaters. 3.5. Driver Switch Panel: The driver switch panel shall be located to the right of the OEM instrument cluster, integrated into the OEM dash for driver convenience, maximization of visibility and knee room. All panel switches and function lights must use the same cut-out within the panel to allow for changes in location. The OEM power distribution plug must remain available to the driver. All driver switch labels must be located on the switch itself and include an LED backlight. Function lights must be bright LED lights and operate anytime a switch is in operation. All add-on A/C systems must use the OEM rear A/C switch when available on the chassis. 3.6. Wiring Schematics: Detailed wiring schematics for the vehicle as well as the van body shall be provided. 3.7. Master Off Switch: A master power switch for disarming the main power between the batteries and all electrical components shall be installed and located in the driver’s step well. 3.8. Frequency Interference: No electrical and electronic subsystem or component shall generate or be affected by electromagnetic interference or radio frequency interference (EMI/RFI) that can disturb the performance of electrical/electronic equipment as defined in SAE J1113. 3.9. Charging System: The vehicle charging system shall be equipped with a single 12-volt alternator having the largest charging capacity available from the chassis manufacturer. The alternator shall be of the chassis manufacturer’s design and installation. 3.10. Batteries: Two (2) heavy-duty (70 amp-hour) batteries, Absorbed Glass Mat 12-volt DC type with minimum of 760 cold cranking Amps (CCA) shall be provided. The standard location of Ford’s batteries are under the operator’s seat. If possible, COTA would prefer a separate battery storage compartment made for easy access for maintenance and replacement, as well as protected from the elements within the body design. The positive and ground battery cables shall be minimum 4.0 gauge continuous run without any splices. If this is not possible, please advise. COTA will accept the Ford location. 3.11. Fare Box: Prewire for the installation of Genfare’s Fast Fare-e fare media solution is required. This will include the mounting of the Farebox with power; the Operator interface with 3-11

Page 49: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

power; and an interface cable to the Farebox. The Genfare Fast Fare hardware will be mounted on the Modesty Panel vertical stainless steel tubing by COTA. The wiring shall run through the pole and exit through a small hole 32” above the floor. 4.0. MISCELLANEOUS INFORMATION: 4.1. Lines: All hydraulic, oil, fuel, and similar lines/hoses shall be properly affixed to the vehicle chassis, where practical, to prevent chaffing. Lines/hoses exposed to the elements shall be covered with braided steel and protected in convoluted plastic tubing throughout the exposed length. Where hoses/lines run adjacent to another, "butterfly" clamps shall mount the lines together to prohibit excessive vibration. 4.2. Undercoating/rust proofing: In addition to the chassis manufacturer's standard, the entire underside of the body including floor members, side panels below floor level (if metal), and fender wells shall be undercoated, at the time of manufacture, with a nonflammable expanding-type foam resin sealant or approved equal. The subfloor understructure shall be completely undercoated and 100% sealed from moisture penetration prior to being installed on steel frame under structure. Special care shall be taken to ensure over spray does not attach to electrical components, drive shaft, hoses, etc., where undercoating will serve no useful, corrosion preventative purpose. 4.3. Bumpers: Front bumper shall be Ford OEM, body contoured, reinforced with wrap-around ends. The provided Ford OEM specification calls for a body colored front bumper. If not available, please advise. Rear bumpers shall be Romeo Rim “HELP” Bumper* body-contoured reinforced energy absorbing and black polyurethane type or approved equal. Bumpers are attached to the chassis frame with minimum 1/2” diameter grade-8 stainless steel bolts. (BUMPER BRACKETS NEED TO BE ADEQUATE IN SIZE TO ALLOW LIFTING OF THE VEHICLE). 4.4. Rear Object Sensor: A rear object sensor system shall be installed to notify the driver while backing up to avoid hitting objects. Ford OEM system preferred, but COTA didn’t identify option when building specification. Please identify the sensor system option provided in your bid submittal.. 4.5. Rear Backing Camera: A rear camera and monitor system for vehicle backing shall be chassis OEM installed. Ford option 61A is included with chassis specifications. 5.0. BODY: The basic construction of the passenger compartment shall consist of a lightweight extruded aluminum design superstructure. This structure shall be designed and constructed to withstand normal transit service life in the CMA without exhibiting metal fatigue or deformation. Corrosion resistance shall be maintained throughout the manufacturing process, as the vehicles will be exposed to road salts and other conditions detrimental to exposed materials. (A COVER GUARD SHOULD BE IN PLACE BETWEEN REAR OF BODY AND REAR BUMPER TO PREVENT ANY ABLITITY TO GRAB ONTO THE REAR BUMPER WHEN VEHICLE IS MOVING.) Body assembly shall meet or exceed FMVSS 220 and FMVSS 221. 3-12

Page 50: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

5.1. Body Design: The vanes shall have a clean, stylish (non-commercial), sleek design, correctly proportioned and properly balanced. The interior shall have larger passenger windows to the extent practical. The exterior and body features, including chassis and body grills and louvers, shall be shaped to allow complete and easy cleaning by automatic van washers without snagging washer brushes. Water and dirt shall not be retained in or on any body feature to freeze or bleed out onto the vanes after leaving the washer. Detailing shall be kept simple without exposed fasteners or protruding moldings. Add-on devices and trim shall be minimized and, where necessary, integrated into the basic design. All non-OEM fasteners shall be stainless steel. 5.2. Exterior: The vehicle shall be designed with a smooth finish, void of exposed fasteners, wrinkles, dents or other abnormalities that may detract from the finish. 5.2.1. Body Mounting: Multi-point OEM isolators shall be used to mount cab, body, and roll gage to the OEM provided body attachment holes and hardware. Care needs to be taken not to cause future stress/damage between components when designing and securing each. 5.2.2. Rub Rails: No Rub Rails shall be installed. 5.2.3. Body Leak Test: Each van shall be water-leak tested for minimum of 10 minutes in a water-spray booth specifically designed for such tests. Any leaks detected during the test are to be repaired immediately and extreme leaks shall require a second water-leak test to assure repairs were effective. Extreme leaks are defined as any leak that creates a stream of water that rapidly pools on the interior of the van. During leak testing, particular attention is to be paid to windows, doors and seams. Leaks at the entry or wheelchair-lift doors or at window locations that egress back to the outside of the vanes shall not be regarded as defects and shall not require repair. 5.2.4. Materials: The body may be constructed of stainless steel, aluminum, or fiberglass. Exterior color shall be silver. The cab and body shall match. Ford Ingot Silver Metallic. 5.2.5. Windows: All windows shall meet all State and Federal Safety regulations and standards. Windshield shall maintain the factory windshield, with a tinted top band above the driver's field of vision. The roadside door shall be equipped with the standard door glass from the OEM manufacturer.

a) Passenger windows shall be tinted to twenty-eight percent (28%) light transmission with NO slider windows. Windows will be bonded. Each window assembly surface area shall be minimum nominal fifteen hundred square inches (1,500"2). Windows shall cover the entire sides of the body, allowing for structural supporting in between, wheelchair lift door, ambulatory door, etc. Each of these windows shall have a black anodized aluminum frame, hinged at the top for emergency egress. The releasing handle for the emergency release shall be fabricated or cast metal; plastic release handles are not acceptable. There shall be a minimum of two (2) emergency windows, which shall be properly and plainly marked as emergency windows, one (1) on the curbside and one (1) on the roadside. Note: The specification requires a rear door that shall also be marked as an emergency escape location.

b) Body, windows and doors shall be sealed to prevent leaking of water, air or dust in routine 3-13

Page 51: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

service, as well as cleaning liquids in automatic van washers for the life of the van under normal use. Accumulation of spray and splash on any window of the van, generated by the van wheels on a wet road shall be minimized. A drip rail with water deflector is required directly above the passenger windows and entry and lift doors.

c) Egress windows in accordance with FMVSS (at least one on each side of vehicle and one in the back), red LED above each lit with ignition on.

d) Rear Door Window is required in the rear door and shall be tinted identically to the passenger window. The fixed window shall be as large as possible and at minimum utilize the top half of the door assembly.

5.2.6. Doors: The cab shall maintain the factory roadside front door.

a) An ambulatory passenger entry two (2) panel door (NON-bifold); outward opening shall be placed on the curbside front of the vehicle. This door shall have a clear opening of forty-two inches by eighty inches (42" x 80"). Glass shall be installed in the doors (single or split design acceptable) with an area of not less than eighty percent (>=80%) of the total door area. With the door open / unlocked or ajar, with the ignition switch in any position other than off, a blue warning light shall illuminate in the driver's area, clearly visible from the driver's seat. The passenger door frame structure shall be minimum 12-gauge, 304-grade stainless steel with a two (2)-panel design located directly rearward of the factory curbside cab door. This structure shall be powder coated using the five (5) step Interpon PZ770 process, in silver to match vehicle exterior base color. Perimeter door edges shall be sealed with neoprene bulb seals. The center of the door assembly shall be equipped with overlapping neoprene 2” leading edge seals. Seals shall overlap front to rear to provide an air and watershed.

b) The door panels shall be synchronized and operated by a single electrically powered overhead actuator controlled by the driver by a switch located on the driver control console. The actuator shall be equipped with a manual release lever. The door mechanism shall be equipped with van hinges to provide door adjustment.

c) A heavy-duty retractable lower step shall be installed. This step shall raise and lower automatically based on the position of the door and shall have an emergency auto retract feature. This step assembly shall be made from 304 stainless steel incorporating stainless steel hardware.

d) A two door assembly for a mobility aid lift shall be installed behind the rear axle on the curbside as described in Section 6.3.

e) A single rear door hinged to the streetside shall be provided. This door will better allow the operator to secure the rear wheelchair straps and act as an emergency escape door. This rear window shall be equipped with a switch that will illuminate a red light on the dash and activate an alarm alerting the driver when the window latch is opened. An L-handle locking (with key) cam latch system shall be utilized.

5.2.7. Finish and Color: All exterior surfaces shall be smooth and as free as possible of visible fasteners, wrinkles and dents. Since a non-commercial van appearance is desired, an exposed, riveted-type body construction shall not be accepted. High gloss, gel coat silver paint shall be applied smoothly and evenly with the finished surface free as possible of dirt, runs, orange peel and other imperfections. A clear coat topping shall be applied to the final exterior of the van. All exterior finished surfaces shall be impervious to diesel fuel, gasoline and commercial applications of 3-14

Page 52: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

commonly used graffiti removing chemicals. See enclosed depiction of paint scheme and vinyl type, logo and striping colors. 5.2.8. Emergency Escape Hatch: No emergency escape hatches are to be installed on the roof of the vehicles. 5.3. Interior Color: The vehicle shall have a color-coordinated interior of off-white side panels and ceiling panels. The panels shall be constructed of stain resistant ABS plastic, fiberglass, melamine or approved equal. All paneling seams shall be covered with color coordinated trim panels. The interior panels shall be sectional installed with removable, reusable fasteners. Fasteners shall be of a design to prevent loosening during service. Fasteners shall be aesthetically acceptable to COTA, or covered with appropriate, color coordinated removable caps. 5.3.1. Van Noise: The van-generated noise level experienced by a passenger at any seat location in the van shall not exceed 83 dba and the operator shall not experience a noise level of more than 83 dba under the following test conditions. The van shall be empty except for test personnel, not to exceed four persons, and the test equipment. All openings shall be closed and all accessories shall be operating during the test. The van shall accelerate at full throttle from a standstill to 35 mph on level commercial asphalt or concrete pavement in an area free of large reflecting surfaces within 50 feet of the van path. During the test, the ambient noise level in the test area shall be at least 10 dba lower than the van under test. Instrumentation and other general requirements shall conform to SAE Standard J3666. If the noise contains an audible discrete frequency a penalty of 5 dba shall be added to the sound level measured. Airborne noise generated by the van and measured from either side shall not exceed 83 dba under full power acceleration when operated at or below 35 mph at curb weight and just prior to transmission up shift. All noise readings shall be taken 50 feet from and perpendicular to the centerline of the van with all accessories operating. Instrumentation, test sites, and other general requirements shall be in accordance with SAE Standard J366. 5.3.2. Floor: The floor shall be constructed with a minimum of three-quarter inch (3/4") seamless polyethelene composite industrial flooring. All flooring covering joints, including the seam at the side walls, shall be sealed to prevent water and other contaminants from entering between the floor covering and sub-floor. A color coordinated molding shall be installed at the seam of the floor and sidewalls to provide a clean transition.

a) All floor coverings, step coverings, etc., shall be Altro Floor Meta Genome* or approved equal floor covering meeting or exceeding all applicable ADA guidelines, regulations, etc, including but not limited to static coefficient slip resistance, contrast, and others. Steps and other areas requiring contrast to meet ADA recommendations shall be yellow. This yellow nosing shall encompass the full width of the step, aisle, etc.

b) Steps shall be covered with ribbed rubber floor covering. The color shall be match the floor with yellow nosing. The first step, as measured from the ground to the top of the step for boarding passengers with vehicle in “Park” and door open, shall be no more than eight and one-half inches (<=8.5"). Minimum ground clearance from ground to bottom of first step while vehicle is in motion (>=10).

c) Risers shall be no more than eight and one half inches each (<=8.5"). Risers shall be grey in color. Step tread width shall be a minimum thirty inches (30"); minimum step tread depth 3-15

Page 53: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

shall be nine inches (9") maximum. d) The driver's area shall be covered with a non-skid, black rubber flooring, reinforced in areas

where normal contact from shoes/heels can be expected. e) Wheel wells shall be constructed of a minimum of 14-gauge, 304 grade stainless steel.

Rubber shields (mud flaps) shall be placed aft of each wheel well to prevent rocks and other road debris from being launched into/onto the body sides and other vehicles. At a minimum, wheel wells will extend to the outer edge of the body. If the tires extend beyond the side of the body, then rubber fenders shall be provided that cover the full arc, or opening, of the wheel well.

5.3.3. Insulation: Insulation shall be between the exterior skin and interior panels of the vehicle. This material shall be fire resistant and non-affected by vibration, compacting and/or settling. Insulation shall be installed to ensure that climate control requirements are met for the CMA, during weather extremes. Any insulation used in the engine compartment shall be Ford OEM as well as fireproof, and non-affected by road spray, water, and liquids generally used in engine cleaning procedures. The insulation shall provide a minimum of R-6 thermo-barrier and sound absorption. Insulation shall comply with all Federal requirements in FMVSS 302. 5.3.4. Driver's Area: The driver's area shall be ergonomically correct, with all controls within reach of a seated driver. Controls/indicators shall include the following gauges: oil pressure, ammeter or voltmeter, speedometer, coolant temperature and all standard indicating lights, in addition to indicating lights and controls referenced in other sections of these specifications. 5.3.5. Driver's Seat: The driver’s seat shall be the Ford OEM seat with all seat adjustment mechanisms, seat belt and air bag equipment operation and intact. 5.3.6. Driver Controls: The driver’s area shall consist of an ergonomically designed molded dash console and molded driver’s console complete with controls and instrumentation integrated into the OEM dash for driver convenience. Driver controls shall be within reach of a seated driver. All controls installed by the body manufacturer must be lighted when activated as well as clearly and permanently marked as to function. Lighting for the switches shall afford visibility for non-activated switches during nighttime driving. Electrical door controller shall be placed for ease of use by drivers with varying arm lengths. The Ford OEM instrument panel shall be equipped with all standard gauges. The standard Ford OEM front HVAC controls shall remain and separate controls provided as needed for the installed passenger compartment heating and air conditioning controls.

5.3.7. Windshield Wipers and Washers: The Ford OEM intermittent wiper and washer system shall me maintained. 5.3.8. Driver’s Seat Entry and Exit: Driver's area shall permit entry and exit to/from the driver's seat from the aisle of the vehicle, with minimal obstacles.

5.3.9. Modesty Panel/Barrier: A modesty panel assembly shall be installed behind the entry door stepwell. The modesty panel shall be made of King Starboard marine-grade polymer sheets or approved equal. Each van shall include a .25” thick driver’s barrier with 28” light transmittance L.T. gray Plexiglas attached to the 1.25” 3-16

Page 54: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

outside diameter stainless steel tubing passenger assists. This driver’s barrier panel shall have a "Passenger Information Center" (PIC) attached facing the rear of the vehicle, allowing COTA to post notices, information, etc., viewable to the riding public. The driver’s barrier shall be located approximately 18” behind the operator’s seat in order to accommodate a Radio / AVL equipment box in Section 13. This box shall be mounted to the barrier and raised slightly above the floor. The exact location will be determined upon final floorplan layout discussion. 5.3.10. Passenger Seats: Rear passenger seating shall include two (2) Freedman 3-Point Foldaway* seats (or approved equal) mounted along the streetside interior wall. The attached layout shows one seat above the streetside wheel well and the second seat 56” forward of the rear seat. These dimensions will be finalized during a final layout design approval meeting. Each foldaway seat shall include 17.5” cushion width; vinyl material; external 3-point belts; external arm rests; Child Seat Restraint System (CRS) {latch between seat and back of chair}; an external top grab handle and Tie Down Storage System (TDSS).

A single fixed (non-flip) Freedman 3-Point seat with an Integrated Child Seat (ICS) shall be mounted curbside and approximately 14” rearward of the entry door modesty panel. If available, seat shall have external 3-point belts; external arm rests; and an external top grab handle. A single Freedman 3-Point Foldaway seat shall be installed approximately 37-45” behind the front curbside seat. This location will likely be at the wheel well. This seat shall have external 3-point belts; external arm rests; Child Seat Restraint System (CRS) {latch between seat and back of chair} and an external top grab handle

Seats shall be grey with dark blue vinyl covered cushions. Cushioning shall be high resilient per FMVSS 302 with vinyl samples provided to the Authority in pre-production meeting. 5.3.10.2 Seating Arrangement: Seating arrangement shall include seats compatible with the occupancy requirements in section 1.4.6. 5.3.11. Mobility Aid Positions: Three (3) total to be included in each van. Two (2) positioned in the rear and forward facing mobility aid devices shall be provided without interference with the ambulatory seating. The third positon shall be mid-ship as shown in section 1.4.6. This location shall be available only after the Freedman seat is in its foldaway position. 5.3.12. Mobility Aid Securements: The expected floor plan as shown in section 1.4.6 includes accommodation for three ADA wheelchair positions (30” wide X 48” long). Q-Straint Max* (or an approved equal) self-locking and self-tensioning retractable wheelchair securement system is to be used. L-track mounted flush on the floor running perpendicular with the vehicle shall be used for the wheelchair securement system. Final floor plan must be approved by COTA prior to production. The wheelchair shoulder harness for the wheelchair occupants shall be mounted in a fixed position, but removeable. Shoulder harnesses mounted for L-Track on top and bottom are to be used. An L-Track section shall be mounted on the street side wall and positioned for use with the forward wheelchair station. The top and bottom mounts of the wheelchair shoulder harness are to be removable. The top harness will be a removable L-track fitting. The bottom harness will be a slide-n-click fitting, so it can be removed. 3-17

Page 55: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

a) The wheel chair tie down shall be equipped restraint securement belts designed to meet all ADA structural requirement and ADA requirement of two (2) inches of movement in any direction. The wheelchair tie down shall comply with 30 mph impact as outlined in the wheelchair tie down and occupant restraint systems for use in motor vehicles SAE J2249. All wheelchair securement tie-downs belts shall be retractable into a protective steel housing. Belts shall feature positive locking mechanisms or shall be self-tensioning to ensure passenger security and shall feature 'S" hooks for ease of use.

b) A vinyl bag type holding device shall be provided for loose wheel chair securement straps.

c) Miscellaneous equipment to be included are: three (3) seat belt extenders similar to those used by airlines; one (1) emergency belt cutter; and one (1) 14” blue webbing loop.

5.3.13. Lift lights: The curb and the lift area shall be illuminated by mounted LED lights controlled by the lift door switch 5.3.14 Handrails and Stanchions: Handrails and stanchions shall be provided to assist passengers on boarding / alighting. Handrails shall be constructed from round, stainless steel. Front stanchions at entry door and behind driver compartment shall be 1 ¼” diameter stainless steel tubing with brushed finish. Rear stanchions and all optional handrails shall be 1 ¼” diameter, stainless steel tubing with brushed finish. Stanchions shall meet all applicable ADA requirements. Bends shall be smooth, without unnecessary kinking of the tubing. All railing shall be securely mounted to the vehicle framework to prevent vibration, stress and rattling during operation. Stanchions shall meet all applicable ADA requirements 5.3.14.1. Lift Hand Rails: Handrails shall be placed on both sides of the ambulatory passenger entry / exit door for passenger ease when boarding / alighting. The lower edge of these handrails shall be placed no more than thirty-six inches (<=36") from ground level; the upper edge shall extend no less than fifty-four inches (>=54") above ground level. 5.3.14.2. Lift Stanchions: Stanchions shall be provided aft of the ambulatory passenger entry / exit door for passenger ease when boarding. A similar stanchion shall be placed aft of the driver's seat. Minimum spacing of these stanchions shall be thirty-three inches (33"). 5.3.14.3. Overhead Railings: Upper railings shall be provided on both the curbside and roadside of the vehicle. The railings shall be installed with the lower edge not more than sixty-six inches (>=66") from the floor, and not more than six inches (<=6") from the ceiling. This railing shall be supported throughout its length, at appropriate locations, for stability. The curbside railing shall NOT cover the area directly across from the wheelchair lift. A minimum of thirty inches (>=30") shall separate the two rails. 5.3.15. Interior Access Panels: Access covers/panels shall be hinged on the topside and secured in place by quarter-turn fasteners. Covers shall be held in the open position by means of either a gas pressurized cylinder (shock) or a prop rod. If a cylinder is used, it shall be installed over-center with the cover and mounting panel to prohibit the cover from opening if the fasteners are not tight and to assist in holding the cover down. If a prop rod is used, it shall remain out of view whenever the cover is shut and when in use shall be held in place by an appropriate detent. 3-18

Page 56: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

6.0. MOBILITY AID LIFT: The mobility aid lift shall be installed on the curbside behind the rear axle. BraunAbility Century Series Wheelchair lift, which is compliant with the US Department of Transportation, Office of Motor Carrier Safety Part 571.403: Standard No. 403. The lift shall have been tested to a minimum static load of 2400 LBS. The lift shall have 800 LBS rated lifting capacity and fully automatic with a minimum platform clear size of 34” x 51” equipped with largest clear one piece platform area available, edge barriers, bolt on safety belt restraint, side assist rails, LED lift lights and upper tower supports. 6.1. Lift Fasteners: The lift shall be fastened to the vehicle chassis/frame with grade eight (8) stainless steel fasteners (cap screws, nuts and applicable washers). The lift shall be supported from the underside with a steel plate, welded to the chassis/frame. 6.2. Lift Operation: The lift shall be operated with a pendant controller. Operation shall require deliberate pressure on the controller switches by the operator, and the controller shall be installed in a manner to allow the operator full view and access to the lift at all times. This controller shall have a power cord of not less than eight feet (8') in length. A storage area for the controller shall be positioned so as to not damage the controller when the doors are shut. 6.3. Lift Doors: The door for the lift shall be interlocked to ensure no vehicular movement is possible with the door in an unlocked (ajar) position. This door shall be opened manually from the exterior of the vehicle and, upon being unlocked / open /ajar, with the ignition switch in any position other than off, will illuminate a red warning light in the driver's area, clearly visible from the driver's seat. This door shall have two (2) panels (NON-bifold); outward opening. The doors shall be held in the open position with gas-pressurized cylinders. Each panel shall have one (1) window in the upper portion. A water deflector shall be integrated into doorframe structure at the top. Interior of the doors shall match the interior walls of the vehicle. 6.3.1 Lift Door Latches: Door latch shall be vertical rotating; two-point type with latch rod at top and bottom. Each door panel shall have its own key with lockable latch assembly with Stainless Steel Paddle Handle located at the inside center of the door panel or approved equal. If available, automatic door locks shall be included that can activated by Key Fob. Latch adjustment plates shall be located at the top and bottom of the doorframe structure. The lift shall have a grasp handle not more than six feet (6') from ground level to permit drivers of all heights the ability to pull the lift down into an operable position. 6.3.2. Lift Door Panels: Door panel holders shall be gas shock type mounted at the top and shall allow door panels to open to a minimum of 100 degrees from the closed position. Door shall be held open with a T-latch in addition to the gas shock. An additional nylon tether shall be installed to keep from hyper extending the door. Wheelchair door clear opening dimensions shall be capable to handle lift manufacture’s opening recommendation. 6.4. Outer and Inner Barriers: The outer and inner barriers of the lift shall automatically raise or close, and shall remain engaged in this position, at any time the lift platform is two inches (2") above ground level. 6.5. Lift Platform: The lift platform shall have twin handles that move in tandem with the 3-19

Page 57: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

platform, to aid in passenger stability during boarding / alighting. The lift platform shall be free of sharp edges or protrusions that could interfere with service animals or harness, packs, leashes or other equipment associated with service animals. 6.6. Lift Door Transmission Interlock: A panel door switch controlling the lift system shall be provided to interlock the lift doors. The system shall require the transmission to be in the “Park” position and the park brake engaged before the lift can be operated. 7.0. CLIMATE CONTROL: The vehicles shall be equipped with appropriately sized heating and air conditioning (AC) systems to allow daily operation in the CMA. The passenger compartment shall be heated and cooled by separate systems as selected below. 7.1. Chassis HVAC: Driver’s area shall be heated and cooled by the Ford OEM forced air heater/defroster and air conditioning system. Both heat and cool shall be controlled by electric dash mounted controls. The system shall have 4-speed fans with fresh air mode. Windshield airflow shall be through molded dash air ducts providing constant and even air diffusion. 7.2. Air Conditioner: Trans Air TA712 Air Conditioning system with tie-in ceiling mount evaporator (TA71) and condenser (SMC2S) or approved equal. The compressor shall be polygroove belt driven off of the engine. Refrigerant type shall be 134A. AC must be fully charged upon delivery. All plumbing connections shall be either soldered, flared or use O-rings for sealing. This unit shall also include 55,000 BTU Heating Coil.

a) This AC system shall be operated from controls separate from the factory unit; the driver shall determine the temperature range.

b) The evaporator shall be equipped with a disposable, dry air intake filter. c) The condenser shall be adequately protected with a screen on the inlet to prevent damage. d) The air conditioning system shall be controlled from a control station at the driver’s area.

Controls shall include off/on and three (4) speed blower switching and a rotary thermostat switch.

e) An in-line, moisture indicating sight glass shall be installed in the system lines in an area to permit viewing. Service ports shall be provided.

f) Components of the air conditioning system shall be readily accessible for maintenance. Refrigerant hoses shall be a refrigerant type double braided barrier construction, Goodyear or approved equal with essentially comparable standards of quality, design, and performance. Hoses and fittings must be qualified to SAE specification J2064.

g) This unit shall include 55,000 BTU Heating Coil and be controlled with the drivers HVAC controller so the driver can control the temperature range.

7.3. Heating System: Heating system shall consist of an auxiliary unit. 35,000 BTU Heater – shall be hot water with circulating pump, forced air type with 35,000 BTU capacity providing undiffused airflow with heaters located under the seats (i.e. if mounted under a forward facing seat, the direction of air flow shall be towards the aisle). This unit shall have a minimum of three (3) fan speeds. The controls for this unit shall be separate from the factory controls; the driver shall determine the temperature range. The auxiliary heating unit shall not be mounted under passenger seats as to interfere with service animals or harness, packs, leashes or other equipment associated with service animals. 3-20

Page 58: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

8.0. MISCELANEOUS EQUIPMENT: 8.1. Sun Visor: Ford OEM Sun visor shall be included over the driver's side windshield only. 8.2. Safety Equipment: The following items shall be in a manner to prevent movement during vehicle operation. Additionally, the mounting of any storage compartments shall not interfere with drivers or passenger boarding/alighting, movement within the vehicle, nor provide an obstruction while sitting/seated. Equipment mounted on any door is not acceptable. Safety equipment shall be located in a central area, i.e. all safety equipment located together. Areas under passenger seats must be kept clear of all equipment used on the vehicle such as cables, straps, brackets and other articles.

a) One set of three (3), weighted safety triangles, in a hard plastic storage case conforming to FMVSS 125 shall be provided.

b) One (1) dry chemical fire extinguisher, minimum five (5) pound capacity, shall be bracket mounted within easy access of the driver.

c) One (1) first aid kit, 16 unit content minimum, shall be provided. d) One (1) body fluid clean-up kit.

8.3. Graphics: COTA requires all interior graphics/signage to meet applicable standards, as well as installed in a manner consistent with use. This includes, but is not limited to, RED lettering when identifying emergency exit(s) and tie down locations, etc. A clearance warning graphic shall be placed on the front, interior panel in view of the driver. The height dimension used on this sign shall be determined by the successful bidder's vehicle's measurements. The height identified shall be the height of the highest point of the vehicle (roof vents, antennas and etc.) at curb weight plus an additional six inches (6"). Vinyl applique shall be used for exterior graphics. All vinyl used shall be reflective, either 3-M or Avery brand and be precut prior to installation.

a) Vehicle numbering shall be determined after award of contract. These numbers shall be included in the cost of the vehicle. For reference, the numbers shall be six-inch (6") high, black vinyl (reflective). Vehicle numbers shall be up to five (<=5) digits; combinations of alpha and numeric characters may be used.

b) Vinyl, Type and Logos:

a. 3M Opaque Reflective Vinyl Deep Red b. 3M Opaque Reflective Vinyl Shapphire Blue c. 3M Opaque Reflective Vinyl White 7725-10, 7125-10 d. Ford Ingot Silver Metallic Paint

3-21

Page 59: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

Note: These views of a Ford Transit cutaway van are representative only. This specification

includes a 2021 Ford Transit Cutaway with an installed paratransit body. A final graphics package will be provided at the pre-production meeting.

9.0. LIGHTING: Interior LED lighting shall operate when the vehicle's ignition switch is in any position except "off" with a dash mounted rocker switch in the “on” position. The lights shall consist of lighting sufficient to provide a minimum of twelve-foot (12') candles of illumination over the normal reading position of each passenger. Stepwell lights at the front and ambulatory doors shall be LED type lights and laminate when the door is opened and extinguish when the front door is closed. LED Stepwell lights will be suitably mounted so that the entire stepwell and a portion of the ground area outside the van is laminated. 9.1. Exterior Lights: All exterior lighting, excluding headlamps, shall be LED type. All exterior lighting shall conform to all state regulations and FMVSS standards and requirements. Headlamps shall be single, sealed beam automotive type with tilt-ray features controlled by a lever operated dimmer switch mounted on the steering column. Front directional lights shall be incorporated with the parking lights. Stop and tail lights shall be red combination strips, horizontal mounted on the rear crown corners. Front directional lights shall be Ford OEM. All surface mounted lights shall be armored or recessed mounted to prevent breakage in wash rack. A directional lamp with guard housing or recessed mounted shall be mounted on the body, over the rear tires and shall operate in conjunction with the turn signals, to alert vehicles on the side of intent to turn/merge. 9.2. Marker Lights: Front and rear marker lights mounted on the body shall be protected from wash rack and mounted in positions providing maximum visibility. Identification and clearance 3-22

Page 60: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

lights shall be roof mounted consisting of five (5) amber at the front and five (5) red lights at the rear. Front side marker lights shall be amber and incorporated with the parking lights. The rear side marker lights shall be red lights. 9.3. Back-up Lights: Clear LED back-up lights shall be grouped with and below the stop and tail lights. 9.4. Additional Rear Safety Lights: A vehicle accident avoidance red light, LED type 2.25” x 11” horizontally mounted shall be located on the center line of the van above the rear window and shall operate in conjunction with the brake lights. Rear exterior lights shall utilize two (2) 4" round, red LED with one (1) on each side of the rear of the vehicle recessed in the vehicle, held with rubber grommets and shall operate in conjunction with the brake lights and the four way flashers. The lights shall be placed on each side of the vehicle center line centered below the rear window. 9.5. Driver’s Light: Ford OEM lights are acceptable unless not provided with cutaway. If not OEM provided, a single driver’s light fixture shall be provided with a separate control. 10.0. BACK UP ALARM: Ford OEM alarm is specified with chassis. If not OEM, an alarm for back-up signaling, an audible of one hundred and seven decibel (107Db) alarm shall be provided. This alarm shall be mounted under the rear of the coach, with the "horn" facing towards the rear. The alarm shall be guarded against incidental road debris. 11.0. MIRRORS: All mirrors shall meet FMVSS and other requirements. The vehicle shall be equipped with adequate mirrors for viewing, from the driver's seat, obstacles both inside the vehicle and outside. These mirrors shall be remote controlled from the driver’s seat with heating elements. 11.1. Interior Mirrors: Interior mirrors shall consist of adequate mirrors for viewing, from the driver's seat. The standard factory rear view mirror shall be retained. Additionally, one (1) four (4”) by eight (8”) inch rectangular mirror will be positioned above the drivers head on the overhead cab bulkhead to allow the driver to view passengers (position of the mirror shall be approved by the Authority). 11.2. Exterior Mirrors: Exterior mirrors are intended to be Ford OEM and shall both be remote controlled and be mounted on both curbside and roadside of the vehicle. The curbside mirrors shall be door mounted and the roadside shall be door mounted. All side-mounted mirrors shall be breakaway.

a) One (1), remotely adjustable, six inch (6") square convex spot mirror shall be mounted under each curbside and roadside exterior mirror and shall afford the driver a clear view of each side of the vehicle.

b) If available from Ford, both mirrors shall have LED directional lights incorporated into the outer edge of the housing.

3-23

Page 61: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

12.0. WARRANTY: In this section, the term "covered" shall mean parts and labor are warranted for the applicable length of time. This "coverage" shall include any failures resulting from misapplication, manufacturing error, design, etc. 12.1. Vehicle Warranty: The entire vehicle shall be covered for a period of one (1) year for failures resulting from defects in materials and/or workmanship. This warranty period shall commence on the date the vehicle is accepted by COTA, as being ready for placement in service. 12.2. Reimbursement for Labor: For those warranty repairs not performed by the Contractor or its designee, the Contractor shall reimburse COTA for labor to perform repairs covered under warranty. This rate shall be computed by taking COTA's billing rate (currently $38.00/hr.), multiplied by the number of man-hours required to perform the repair. 12.3. Reimbursement for Parts: For parts not supplied by the Contractor for a specific failure(s), including parts where COTA has incurred cost prior to installation (i.e. the part[s] has been purchased for stock), the Contractor shall reimburse COTA for those parts required to perform repairs covered under warranty. Parts shall be priced for warranty purposes at the last price paid for the item, plus twenty-five percent (25%) for handling. 12.4. Service Calls: A warranty reimbursement of one-hundred U.S. dollars ($100.00) shall be provided for any service (road) call required to repair a vehicle for a warrantable failure. A "service call" is when a vehicle must be removed from service, under its own power, without jeopardizing the safety of the vehicle operator. 12.5. Tow Call: A warranty reimbursement of twenty one-hundred U.S. dollars ($100.00) shall be provided for any call requiring a towing service to safely bring the vehicle back into the repair facility, or repair of a vehicle for a warrantable failure, in addition to the actual price paid for the towing service. A "tow call" is when a vehicle must be removed from service, necessitating the use of a tow truck or other additional vehicle, due to the non-safeness or inoperability of the vehicle being towed. 12.6 Manufacturer's Warranty(ies): ALL warranties extended to the manufacturer by the manufacturer’s supplier(s) shall be passed to COTA for any time that extends beyond the standard one (1) year period. In this section, the term "covered" shall mean parts and labor are warranted for the applicable length of time. This "coverage" shall include any failures resulting from misapplication, manufacturing error, design, etc.

a) The entire vehicle shall be covered for a period of one (1) year for failures resulting from

defects in materials and/or workmanship. This warranty period shall commence on the date the vehicle is accepted by COTA, as being ready for placement in service.

b) For those warranty repairs not performed by the Contractor or its designee, the Contractor shall reimburse COTA for labor to perform repairs covered under warranty. This rate shall be computed by taking COTA's billing rate (currently $38.00/hr.), multiplied by the number of man-hours required to perform the repair.

c) For parts not supplied by the Contractor for a specific failure(s), including parts where COTA has incurred cost prior to installation (i.e. the part[s] has been purchased for stock), the Contractor shall reimburse COTA for those parts required to perform repairs covered under 3-24

Page 62: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

warranty. Parts shall be priced for warranty purposes at the last price paid for the item, plus twenty-five percent (25%) for handling.

d) ALL warranties beyond the one (1) year specified in section 12 and section 12 subsections that are extended to the manufacturer by the manufacturer’s supplier(s) shall be passed to COTA, and shall include the following:

e) The chassis shall be covered for a period of five (5) years or 100,000 miles, whichever comes first.

f) The climate control system shall be covered for a period of five (5) years, unlimited mileage. g) The vehicle structure and body shall be warranted for the service life of the vehicle (7 years)

against fatigue, corrosion, and stress related failures, as well as failures related to defects in material, design and workmanship.

h) Wheelchair Lift: Assembly shall be covered for a period of five (5) years, unlimited mileage. i) COTA shall invoice for reimbursement of warranty claims for labor, parts, service calls and

tow calls. Payment shall be in check form. Terms shall be NET thirty (30) days, one and one-half percent (1 1/2%) per month thereafter. PARTS CREDITS ARE NOT ACCEPTABLE.

13.0. RADIO / AVL The Authority uses a two-way radio system supplied by Trapeze. No OEM radio will be installed, dash color matched block out to cover opening. An AM/FM radio antenna with coax cable will be provided per the customer’s requirements for radio installation in the field. 13.1 Radio Box: A compartment/cabinet shall be provided to accommodate a communication system enabling the driver to contact the dispatcher. The intended location of the box is behind the driver’s seat and in front of the driver’s modesty panel (see floor layout 1.4.6 and section 5.3.9). The existing radio system currently fits in a cabinet 36” W x 14” H x 16” D with a single interior shelf. COTA wishes to have this cabinet mounted to the modesty panel and slightly above the floor. The current cabinet is made of wood with a fabric exterior and interior lining. The shelf (or shelves) needs rear clearance for wiring to pass between shelves inside of the cabinet in the back with shelves in their stowed position. The box shall have a removable secured panel to the front. The radio compartment shall be supplied with a 20 amp manual resettable circuit breaker; 12 volt DC protected service (1-constant 12 VDC and 1-switched 12 VDC) with positive and negative leads. (NOTE: All wirings to radio box require excess length of at least 36”.) Conduit will need to be routed to the following areas, and either electronic wiring or fish lines shall be routed through the conduit, as required:

a) Circuit panel to radio box, ignition, battery & ground leads, 36” excess in box…electronic wiring

b) Roof access to radio box. Four (4) interior accesses to antenna connections should be twist-outs that match the design/color of the interior. The array of antenna locations on the roof will not be any closer than 12” from each other and there shall be an additional accessible single location on the interior of the van for a Wi-Fi antenna. This location shall be out of sight from passengers.

c) The wiring or fish line will enable the following equipment configuration (to be installed by others):

i. The covert alarm will be mounted on the left side of the driver’s seat centered on the seat pedestal and not more than 4” from the front of the seat. 3-25

Page 63: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

ii. Two wire (18 gauge) ran from the covert alarm to the radio box, with thirty-six (36”) inches excess wire at radio box.

iii. All antenna locations to radio box.

14.0. FLEETWATCH: Each van shall be supplied with a FLEETWATCH Model GP55 Data Logger as manufactured by S & A Systems, Inc., Rockwall, Texas, Phone 972/722-1009. Each data logger shall be suitable for mounting on a transit van and connecting directly to a J1708 connector on the van. Van-mounted data recorders shall be programmable by the owner with vehicle number and codes for defining the set of data to be recorded and reported. Programming software and hardware shall be provided to allow the owner to program or re-program the van-mounted data recorder units at any time. Van mounted data recorders provided shall include a minimum one-year warranty on all parts, including batteries, if applicable. Van mounted data recorders shall be programmed to respond to a beacon signal sent from a Receiver Unit and upon receipt of such beacon signal shall transmit via radio frequency the van number and other defined data to the Receiver Unit. Van mounted data recorders shall be mounted on the inside top streetside window directly behind the driver’s seat and installed according to the manufactures specifications. 15.0. BID SUBMITTAL REQUIREMENTS: The items listed in this section MUST be included with all bids. The information will be used to determine the responsiveness and responsibility of the Budders. FAILURE TO PROVIDE THIS INFORMATION AT THE TIME OF BID SUBMITTAL MAY RESULT IN A NON-RESPONSIVE BID AND THAT BID MAY NOT BE FURTHER CONSIDERED FOR AWARD.

15.1. Technical Compliance with Proposal Specifications: ALL bids shall be viewed to ensure compliance with specifications (inclusive of subsections), and shall include signed copies of all applicable pre-award certifications to include FMVSS Compliance. 15.2. Structural: Results of any structural defects of vehicles manufactured within the last three (3) years. These results shall identify the noted defect, the actual defect, and corrective actions taken, including manufacturing and/or engineering changes made to prevent similar failures. Structural defects shall be deemed defects in material and/or workmanship that caused ten or more (>=10) vehicle(s) requiring removal from service until correction(s) could be made. This shall include, but is not limited to, problems with the chassis, body, body framing, engine mounting, passenger doors, etc. (NOTE: This shall NOT include structural damage caused by owner/operator neglect, previously repaired damage that was not addressed correctly, etc.) NOTE: If a company has changed names, ownership(s), etc., within the last three (3) years, similar defects from the previous "Doing Business As" (DBA) name(s), owner(s), etc., shall be included. 15.3. Corrosion: Results of any corrosion defects of vehicles manufactured within the last three (3) years. These results shall identify the noted defect, the actual defect, and corrective actions taken, including manufacturing and/or engineering changes made to prevent similar corrosion. Corrosion shall be deemed defects in material and/or workmanship that caused five or more (>=5) vehicle(s) requiring more than one thousand dollars ($1,000.00) in repair work to specifically repair corrosion. This shall include, but is not limited to, problems with the body, body framing, passenger doors, etc. (NOTE: This shall not include corrosion damage caused by owner/operator neglect, previously 3-26

Page 64: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

repaired damage that was not addressed correctly, etc.) NOTE: If a company has changed names, ownership(s), etc., within the last three (3) years, similar defects from the previous DBA name(s), owner(s), etc., shall be included. 15.4. Graphics: Computer generated graphics and/or photographic representations shall be provided to ensure the vehicle meets the aesthetics desired. These graphics shall be four (4) sided, showing front, rear, curbside and roadside elevations of the vehicle. Additional graphics necessary to provide compliance verification with any and all parts of the Technical Specifications shall be supplied. 15.5. References: Bidders shall provide references from no less than six (>=6) organizations that have procured similar vehicles from the bidder in the past twenty four (24) months. Three (3) of the references shall be from vehicles procured in the last twelve (12) calendar months; three (3) shall be from a period of twelve to twenty four (12 - 24) calendar months. NOTE: References shall NOT be duplicated, regardless of the number of vehicles procured, i.e. six (6) separate, individual references MUST be provided. The main requirements of the referrer's vehicles shall be similar to COTA's requirements, i.e. gasoline engine, air conditioning, automatic transmission, etc. References shall include the following:

a.) Name of company b.) Contact person's name c.) Telephone number d.) Complete address of company

15.6. Warranty: Bidders shall show compliance with each individual subsection of the warranties listed, inclusively, in section 12. This verification of compliance shall be by means of copies of the OEM's warranty(ies), the bidders warranty (i.e., a statement that all non-OEM items will comply with Section 4.0 - Warranty Requirements), and other information as deemed pertinent by the bidder(s). All available extended warranties shall be priced as an option.

15.7. Floor Plan: Bidderers can offer an alternate floor plan if mounting and construction constraints exist with design. The design offered by COTA is intended to be representative only at time of bid. 15.8. Weight Analysis: Structural weight analysis of GVRW and actual weight for each wheel position. 15.9. Altoona Test: Bidders shall submit a copy of the Altoona Van Test Report for the vehicle bid with their bid. 16.0 TRAINING:

• Training shall be provided on COTA’s site (location in Columbus, Ohio) • Training provided for no less than (5) Technicians and (3) supervisors • Training for Vehicle, HVAC, Wheelchair Lift, Chassis, Body and Power Train.

3-27

Page 65: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

17.0. DELIVERY: COTA requires the Contractor to conform to the delivery schedule listed below. Bidders MUST state with their bid acceptance of the schedule listed for a maximum of twenty-five (25) vehicles for year one and a maximum of twenty (20) vehicles for the option year. Vehicles for Contract Year One shall be delivered within one hundred eighty (180) calendar days (excluding nationally recognized holidays), from the date of contract execution. All deliveries shall be made between the hours of 8 am-2 pm, Monday through Friday,

except for holidays. Prior notice of intent to deliver vehicles must be given, at least 2 days in advance, to a designated contact in the Supply Management Department during normal business hours.

Certificates of Origin and invoices must be sent to COTA before delivery is made or must be delivered with the vehicle.

Vehicles are to be delivered having been properly serviced, including all lubricants and fluids filled to the proper level with A/C fully charged.

Vehicles may be delivered by driving or truck transport delivery. All vehicles shall be delivered to COTA Mobility Services at 1330 Fields Avenue, Columbus, Ohio 43201.

A 45-day temporary tag must be delivered with each vehicle. Delivery documentation:

• Warranty for vehicle and its subsystems. • Owner’s Manual • Detailed maintenance and inspection schedule for the vehicle and

subsystems • List of warranty stations available near procuring agency • Written or video instructions on the use of the wheelchair restraint

system • Written or video instructions on how to use the roof ventilator • “As built” electrical manual • “As built” parts manual

3-28

Page 66: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

SECTION 4

BID FORMS

Page 67: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

BID FORM 1 TO THE CENTRAL OHIO TRANSIT AUTHORITY BID FOR: THE PURCHASE OF PARATRANSIT CUTAWAY VANS – RFB #2020-17

The undersigned proposes to furnish to the Central Ohio Transit Authority the following merchandise in accordance with the conditions and requirements of the plans and specifications therefore, which have been examined, for the following prices.

PROVIDE BID PRICING FOR CONTRACT YEAR ONE. PRICING FOR THE OPTION YEAR SHALL BE IN ACCORDANCE WITH SECTION 2, ITEM 52 – CONTRACT TYPE

Unit Item# Qty. Description Price Total*

1 MIN 10 EA PARATRANSIT CUTAWAY VANS IN ACCORDANCE MAX 25 EA WITH SECTION 3 – SPECIFICATIONS $______ $______

2 DOCUMENTATION SETS IN ACCORDANCE WITH

4 EA MAINTENANCE MANUALS $______ $______

4 EA SCHEMATICS $______ $______

4 EA PARTS MANUALS $______ $______

1 EA BUILD SHEET $______ $______

MIN 10 EA OPERATOR’S MANUALS $______ $______ MAX 25 EA 3 WARRANTIES IN ACCORDANCE WITH SECTION 3-

ITEM 12, INCLUDES:

MIN 10 EA VEHICLE WARRANTY $______ $______ MAX 25 EA

MIN 10 EA CHASSIS WARRANTY $______ $______ MAX 25 EA

MIN 10 EA CLIMATE CONTROL WARRANTY $______ $______ MAX 25 EA

MIN 10 EA WHEELCHAIR LIFT WARRANTY $______ $______ MAX 25 EA

MIN 10 EA STRUCTURE & BODY WARRANTY $______ $______ MAX 25 EA

GRAND TOTAL $______________

*BIDDERS ARE TO PROVIDE TOTALS FOR MAXIMUM QUANTITIES INDICATED.4-1

SECTION 3 – ITEM 1.6 INCLUDES:

Page 68: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

BID FORM 1a STATE MODEL YEAR, MANUFACTURER & CHASSIS MODEL NO. FOR VEHICLES BID ______________________________________________________________________________ Delivery: Vehicles for Contract Year One shall be delivered within one hundred eighty (180) calendar days (excluding nationally recognized holidays) from the date of contract execution. Delivery for the Option Year (if exercised) shall be within one hundred eighty (180) calendar days (excluding nationally recognized holidays) from the date of execution of the contract modification authorizing the option year. FOB: 1330 Fields Avenue, Columbus, Ohio 43201 Terms of Payment: Net 30 Days Bidder’s E.I. No.: ___________________________________ I Certify That The Items Bid Meet All The Requirements Specified By COTA. _________________________________ _________________________________ Authorized Signature _________________________________ _________________________________ Company Name and Address __________________________________ _________________________________ Name and Title Typed Telephone# / Fax# _________________________________ Email address Note: - This Is An Indefinite Quantity/Definite Delivery Contract

- Prices Quoted Are Exclusive Of All Tax - This Page Must Be Signed

4-1a

Page 69: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

NON-COLLUSION AFFIDAVIT

NOTE: EACH BIDDER SHALL FURNISH THIS AFFIDAVIT, PROPERLY EXECUTED AND CONTAINING ALL REQUIRED INFORMATION, WITH HIS/HER BID.

IF YOU FAIL TO COMPLY, YOUR BID WILL NOT BE CONSIDERED.

NAME____________________________________________________________

being first duly sworn deposes and says:

Individual Only: That he/she is an individual doing business under the name of ________________________________________________________ ____________________________________________________ at ______________________________________________, in the City of _____________________________________________, State of _______________________________________________________.

Partnership Only: That he/she is the duly authorized representative of a partnership

doing business under the name of ________________________________________________________ at _______________________________________ in the City of _______________________________________________________, State of ________________________________________________.

Corporation Only: That he/she is the duly authorized, qualified and acting

______________________________________________________ of _________________________________________________, a

corporation organized and existing under the laws of the State of ___________________________, and that he/she, said partnership or said corporation, is filing herewith a proposal or bid to the Central Ohio Transit Authority in conformity with the foregoing specifications.

4-2

Page 70: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

Individual Only: Affiant further says that the following is a complete and accurate list of the names and addresses of all persons interested in said proposed contract: _____________________________________________________. Affiant further says that he/she is represented by the following attorneys: ______________________________________________________ ______________________________________________________ and is also represented by the following resident agents in the City of Columbus: ______________________________________________________ _______________________________________________________.

Partnership Only: Affiant further says the following is a complete and accurate list of

the names and addresses of the members of said partnership: ______________________________________________________

______________________________________________________ ________________________________________________________.

Affiant further says that said partnership is represented by the following attorneys: ______________________________________________________ ______________________________________________________ And is also represented by the following resident agents in the City of Columbus: ______________________________________________________ _______________________________________________________.

Corporation Only: Affiant further says that the following is a complete and accurate list

of the officers, directors and attorneys of said corporation: President: _______________________________________________ Directors: _______________________________________________ Vice President: ___________________________________________ Secretary: _______________________________________________ Treasurer: _______________________________________________ Local Manager or Agent: ___________________________________

________________________________________________________ Attorneys: _______________________________________________ ________________________________________________________

and that the following officers are duly authorized to execute contracts on behalf of said corporation: ______________________________________________________ ______________________________________________________ _______________________________________________________.

4-2a

Page 71: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

Affiant further says that the proposal or bid filed herewith is not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation; that such bid is genuine and not collusive or sham; that said bidder has not, directly or indirectly, induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly, colluded, conspired, connived or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that said bidder has not in any manner, directly or indirectly, sought by agreement, communication or conference with anyone to fix the bid price of said bidder or of any other bidder, or to fix any overhead, profit, or cost element of such bid price or that of any other bidder, or to secure any advantage against the Central Ohio Transit Authority, or anyone interested in the proposed contract; that all statements contained in such bid are true; that said bidder has not directly or indirectly, submitted his price or any breakdown thereof or the contents thereof, or divulged information or data relative thereto, or paid or agree to pay, directly on indirectly, any money or other valuable consideration for assistance or aid rendered or to be rendered in procuring or attempting to procure the contract above referred to, or any corporation, partnership, company, association, organization, or to any member or agent thereof, or to any other individuals, except to such persons as herein above disclosed to have a partnership or other financial interest with said bidder in his general business; and further that said bidder will not pay or agree to pay, directly or indirectly, any money or other valuable consideration to any corporation, partnership, company, association, organization or to any member or agent thereof, or to any other individual, for aid or assistance in securing contract above referred to in the event the same is awarded to: (Name of Individual, Partner or Corporation) Further, affiant sayeth naught. __________________________________________ Signature STATE OF ______________________________ SS: COUNTY OF ____________________________ Sworn to before me and subscribed in my presence this _______ day of ______________________, 20_____. (SEAL) __________________________________________ Notary Public __________________________________________ Commission Expiration Date

4-2b

Page 72: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

CERTIFICATION OF

RESTRICTIONS ON LOBBYING The undersigned hereby certifies on behalf of _________________________________________________________________ that: (Name of Bidder) (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance is placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a penalty of not less than $10,000 and not more than $100,000 for each such failure. Executed this _________ day of _____________________, 20_____. Name of Bidder _________________________________________________ Address _______________________________________________________ City, State, Zip __________________________________________________ Signature of Authorized Official ____________________________________ Title of Official __________________________________________________ Telephone ________________________Fax___________________________

4-3

Page 73: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

GOVERNMENT-WIDE DEBARMENT AND SUSPENSION

(NONPROCUREMENT) Suspension and Debarment This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the Central Ohio Transit Authority (COTA). If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the Central Ohio Transit Authority (COTA), the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. ________________________________________ Authorized Signature ________________________________________ Date ________________________________________ Company Name ________________________________________ ________________________________________ Company Address

4-4

Page 74: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

CERTIFICATION REGARDING DELINQUENT TAXES

Bidder hereby certifies that it is/is not (cross one out), as of the date of the submission of this bid, charged with any delinquent personal property taxes on the general tax list of Franklin County, Ohio. The bidder certifying in the above paragraph that it is charged with delinquent taxes on the general tax list also certifies that the following amounts are due and payable: __________________________ Taxes * __________________________ Penalty * __________________________ Interest * __________________________ Total * ____________________________________ Authorized Signature ____________________________________ Title ____________________________________ Company STATE OF ________________________ SS: COUNTY OF ______________________ Sworn to before me and subscribed in my presence this _____ day of ____________________, 20_____. (SEAL) ____________________________________ Notary Public ____________________________________ Commission Expiration Date * Mark “N/A” if not applicable.

4-5

Page 75: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

NONDISCRIMINATORY CERTIFICATION

In connection with the carrying out of any contract the Contractor hereby certifies they shall not discriminate against any employee or applicant for employment because of sex, religion, race, color or national origin. The Contractor will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their sex, race, religion, color or national origin. Such action shall include but not be limited to the following employment, upgrading, demotion, transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation, and selection for training, including apprenticeship. ______________________________________________ Authorized Signature ______________________________________________ Title ____________________________________________ Company Name ___________________________________________ Address STATE OF ______________________________ SS: COUNTY OF ____________________________ Sworn to before me and subscribed in my presence this __________ day of ___________________, 20_____. (SEAL) ____________________________________________ Notary Public

___________________________________________

Commission Expiration Date

4-6

Page 76: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

DECLARATION REGARDING MATERIAL ASSISTANCE/ NONASSISTANCE TO A TERRORIST ORGANIZATION

This form serves as a declaration of the provision of material assistance to a terrorist organization or organization that supports terrorism as identified by the U.S. Department of State Terrorist Exclusion List (see the Ohio Homeland Security Division website for a reference copy of the Terrorist Exclusion List). Any answer of “yes” to any question, or the failure to answer “no” to any question on this declaration shall serve as a disclosure that material assistance to an organization identified on the U.S. Department of State Terrorist Exclusion List has been provided. Failure to disclose the provision of material assistance to such an organization or knowingly making false statements regarding material assistance to such an organization is a felony of the fifth degree. For the purposes of this declaration, “material support or resources” means currency, payment instruments, other financial securities, funds, transfer of funds, and financial services that are in excess of one hundred dollars, as well as communications, lodging, training, safe houses, false documentation or identification, communications equipment, facilities, weapons, lethal substances, explosives, personnel, transportation, and other physical assets, except medicine or religious materials. LAST NAME FIRST NAME MIDDLE INITIAL

HOME ADDRESS

COMPLETE THIS SECTION ONLY IF YOU ARE A COMPANY, BUSINESS OR ORGANIZATION

4-7

CITY STATE ZIP COUNTY

HOME PHONE WORK PHONE

BUSINESS/ORGANIZATION NAME BUSINESS ADDRESS CITY STATE ZIP COUNTY

PHONE NUMBER

Page 77: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

DECLARATION In accordance with division (A)(2)(b) of section 2909.32 of the Ohio Revised Code

For each question, indicate either “yes” or “no” in the space provided. Responses must be truthful to the best of your knowledge.

1. Are you a member of an organization on the U.S. Department of State Terrorist Exclusion list?

Yes No

2. Have you used any position of prominence you have with any country to persuade others to support an organization on the U.S. Department of State Terrorist Exclusion list?

Yes No

3. Have you knowingly solicited funds or other things of value for an organization on the U.S. Department of State Terrorist Exclusion List?

Yes No

4. Have you solicited any individual for membership in an organization on the U.S. Department of State Terrorist Exclusion List?

Yes No

5. Have you committed an act that you know, or reasonably should have known, affords “material support or resources” to an organization on the U. S. Department of State Terrorist Exclusion List?

Yes No 6. Have you hired or compensated a person you knew to be a member of an organization on

the U.S. Department of State Terrorist Exclusion List, or a person you knew to be engaged in planning, assisting, or carrying out an act of terrorism?

Yes No

4-7a

Page 78: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

In the event of a denial of a government contract or government funding due to a positive indication that material assistance has been provided to a terrorist organization, or an organization that supports terrorism as identified by the U.S. Department of State Terrorist Exclusion List, a review of the denial may be requested. The request must be sent to the Ohio Department of Public Safety’s Division of Homeland Security. The request forms and instructions for filing can be found on the Ohio Homeland Security Division website.

CERTIFICATION I hereby certify that the answers I have made to all of the questions on this declaration are true to the best of my knowledge. I understand that if this declaration is not completed in its entirety, it will not be processed and I will be automatically disqualified. I understand that I am responsible for the correctness of this declaration. I understand that failure to disclose the provision of material assistance to an organization identified on the U.S. Department of State Terrorist Exclusion List, or knowingly making false statements regarding material assistance to such an organization is a felony of the fifth degree. I understand that any answer of “yes” to any question, or the failure to answer “no” to any question on this declaration shall serve as a disclosure that material assistance to an organization identified on the U.S. Department of State Terrorist Exclusion List has been provided by myself or my organization. If I am signing this on behalf of a company, business or organization, I hereby acknowledge that I have the authority to make this certification on behalf of the company, business or organization referenced on page 1 of this declaration. X _______________________ Signature Date

4-7b

Page 79: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

CERTIFICATION OF COMPLIANCE WITH § 3517.13 OF THE OHIO REVISED CODE The individual listed as the signatory of this certification is a duly appointed representative of the below named entity and is authorized to sign this certification as an individual or as a representative of ________________________________________ for a contract for ______________________________________ with the Central Ohio Transit Authority (COTA) in an amount aggregating more than ten thousand dollars ($10,000) in a calendar year. Further, the above named individual or representative makes the following statements with respect to prohibited activities constituting a conflict of interest or other violations under the Ohio Revised Code § 3517.13:

1. That none of the following, individually, contributed in excess of one thousand dollars ($1000) in the previous twenty-four months, and that none of the following will contribute in excess of one thousand dollars ($1000) beginning on the date the contract is awarded and extending until one year following the conclusion of the contract, to the public officer or the campaign committee of the public officer having ultimate responsibility (as defined by O.R.C. § 3517.13(K)) for the award of the contract:

a. The individual; b. Any partner or owner of the partnership or other unincorporated business; c. Any shareholder of the association; d. Any administrator of the estate; e. Any executor of the estate; f. Any trustee of the estate; g. The spouse of any person identified; h. Any child seven years of age through seventeen years of age of any person identified i. An owner of more than 20% of the corporation or business trust; j. A spouse of an owner of more than 20% of the corporation or business trust; k. A child seven years of age through seventeen years of age of an owner of more than 20% of the

corporation or business trust. 2. That no combination of two or more of the following contributed in excess of two thousand dollars ($2000) in

the previous twenty-four months nor will contribute in excess of two thousand dollars ($2000) beginning on the date the contract is awarded and extending until one year following the conclusion of the contract, to the public officer or the campaign committee of the public officer having ultimate responsibility (as defined by O.R.C. § 3517.13(K)) for the award of the contract:

a. The individual; b. Any partner or owner of the partnership or other unincorporated business; c. Any shareholder of the association; d. Any administrator of the estate; e. Any executor of the estate; f. Any trustee of the estate; g. The spouse of any person identified; h. Any child seven years of age through seventeen years of age of any person identified i. An owner of more than 20% of the corporation or business trust; j. A spouse of an owner of more than 20% of the corporation or business trust; k. A child seven years of age through seventeen years of age of an owner of more than 20% of the

corporation or business trust. Signature: ___________________________________________ Printed Name: _______________________________________ Title: ______________________________________________ Company Name: _____________________________________ Company address: ____________________________________ Date Signed: ________________________________________

4-8

Name of entity Type of product or service

Page 80: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

BUY AMERICA CERTIFICATION This procurement is subject to the Urban Mass Transportation “Buy America” Requirements in 49 CFR 661. If steel or manufactured products (as defined in Section 661.3 of 49 CFR Part 661) are being procured, the appropriate certificate as set for the below shall be completed and submitted by each bidder in accordance with the requirement contained in Section 661.13 of 49 CFR Part 661. A waiver from the “Buy America” Provision may be sought by COTA if grounds for the waiver exist. A BID WHICH DOES NOT INCLUDE THE CERTIFICATE WILL BE CONSIDERED NON- RESPONSIVE BUY AMERICA CERTIFICATE (as required by Section 661.6 of 49 CFR Part 661) The bidder hereby certifies that it will comply with the requirements of Section 166 (a) of the Surface Transportation Assistance Act of 1982 and the applicable regulations in 49 CFR Part 661. Date: _______________________________________ Signature: _______________________________________ Title: _______________________________________ OR The bidder hereby certifies that it cannot comply with the requirements of Section 166(a) of the Surface Transportation Assistance Act of 1982, but it may qualify for an exemption to the Requirement pursuant to Section 166(b) (2) or (b) (4) of the Surface Transportation Act and Regulations at 49 CFR Part 661.7 Date: _________________________________________ Signature: _________________________________________ Title: __________________________________________

4-9

Page 81: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

NEW BUS MODEL CERTIFICATION The Bidder hereby certifies that the proposed vehicle is a “New Bus Model” and therefore will be listed pursuant to 49 CFR, Part 665 of the STURAA. ____________________________________ Date By: _________________________________ Authorized Signature _____________________________________ Title _____________________________________ Company Name and Address _____________________________________ Telephone/Fax Number

4-10

Page 82: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

DEALER/MANUFACTURER CERTIFICATION In accordance with the Walsh-Healey Contract Act, for supply contracts exceeding $10,000.00, The bidder hereby certifies that he/she is: [ ] Regular dealer in [ ] Manufacturer of the supplies offered ________________________________________ Date ________________________________________ Signature ________________________________________ Title ________________________________________ Company Name

4-11

Page 83: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

DBE APPROVAL CERTIFICATION I hereby certify that the Bidder has complied with the requirements of 49 CFR Part 23.67, Participation by Disadvantaged Business Enterprise in DOT Programs, and that our goals have not been disapproved by the Federal Transit Administration. _____________________________________ Signature _____________________________________ Name and Title of Bidder’s Authorized Official ______________________________________ Date

4-12

Page 84: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

CERTIFICATE OF COMPLIANCE WITH BUS TESTING REQUIREMENT The undersigned certifies that the vehicles offered in the procurement comply and will, when delivered, comply with 49 U.S.C. 5323(c) and FTA’s implementing regulation at 49 CFR Part 665, according to the indicated one of the following three alternatives: (Mark one and only one of the three blank spaces with an “X”) 1. ______ The buses offered herewith have been tested in accordance with 49 CFR Part 665 on ___________________ (date). The vehicles being sold should have the identical configuration and major components as the vehicle in the test report, which must be submitted with this Offer. If the configuration or components are not identical, the manufacturer shall provide with its Offer a description of the change and the manufacturer’s basis for concluding that it is not a major change requiring additional testing. 2. _______ The manufacturer represents that the vehicle is “grandfathered” (has been used in mass transit service in the United States before October 1, 1988, and is currently being produced without a major change in configuration of components), and submit wit this Offer the name and address of the recipient of such a vehicle and the details of that vehicle’s configuration and major components. 3. _______ The vehicle is a new model and will be tested and the results will be submitted to the Procuring Agency prior to acceptance of the first bus. The undersigned understands that misrepresenting the testing status of a vehicle acquired with Federal financial assistance may subject the undersigned to civil penalties as outlined in the Department of Transportation’s regulation on Program Fraud Civil Remedies, 49 CFR Part 31. In addition, the undersigned understands that FTA may suspend or debar a manufacturer under the procedures in 49 CFR Part 29. ________________________________ Signature ________________________________ Name and Title of Bidder’s Authorized Official ________________________________ Date 4-13

Page 85: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

ACKNOWLEDGEMENT OF ADDENDUM RECEIPT

The undersigned acknowledges receipt of the following amendments to the documents: Amendment No. __________________________ Dated _________________________ Amendment No. __________________________ Dated _________________________ Amendment No. __________________________ Dated _________________________ Failure to acknowledge receipt of all amendments may cause the proposal to be considered nonresponsive to the solicitation. Acknowledge receipt of each amendment must be clearly established and included with the offer.

NAME

TITLE

COMPANY

DATE

4-14

Page 86: NOTICE TO PROSPECTIVE BIDDERS · Emails received at 2:01 PM EDT or later, will be JUNE 5, 2020 considered late submissions and deemed NON-RESPONSIVE. Emails sent to any other email

FEDERAL MOTOR VEHICLE SAFETY STANDARDS (FMVSS) CERTIFICATION Contractor certifies that the Vehicles furnished under this Contract that the Contracted Vehicles will not be subject to FMVSS Regulations. Date: ___________________________________________ Signature: _______________________________________ Title: ___________________________________________ Or Contractor certifies that (if selected) he/she will submit the manufacturer’s FMVSS self-certification sticker information that the vehicle(s) complies with relevant FMVSS. Date: __________________________________________ Signature: ______________________________________ Title: __________________________________________

4-15