MONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT INVITATION TO BID FOR PURCHASE OF SCHOOL BUSES 71, 77 AND 47 PASSENGER SCHOOL BUSES FEBRUARY 20, 2015 BID #14-15-1-BUS
LEGAL NOTICE MONTVILLE PUBLIC SCHOOLS INVITATION TO BID FOR PURCHASE OF SCHOOL BUSES 71, 77 AND 47 PASSENGER SCHOOL BUSES BID #14-15-1-BUS February 20, 2015 The Montville Board of Education will receive sealed bids for school buses. Bid Specifications may be obtained at the Montville Board of Education, Office of the Superintendent at 800 Old Colchester Road, Oakdale, CT, 860/848-1228 or on the District s website at www.montvilleschools.org. Refer to Bid Instructions for submittal of Bid. Bids must be received by 11:00 am, March 9, 2015, at the Office of the Superintendent. Bids received after that date will not be accepted. Montville Public Schools reserves the right to amend or terminate this Invitation to Bid, accept all or any part of a proposal, reject any or all bids, to waive any informalities or minor irregularities in bidding and to select other than the lowest bid if deemed in the best interest of the district. The specific number of each of the vehicles purchased will be dependent upon funding and each bid will be chosen based on the specific vehicle selected to be purchased.
MONTVILLE PUBLIC SCHOOLS INVITATION TO BID FOR PURCHASE OF SCHOOL BUSES 71, 77 AND 47 PASSENGER SCHOOL BUSES BID #14-15-1-BUS February 20, 2015 STANDARD INSTRUCTIONS TO BIDDERS 1. INTRODUCTION The Montville Public Schools (MPS) is soliciting bids for 71, 77 and 47 passenger buses as detailed in the Specification section. This Invitation to Bid is not a contract, and no contract will exist unless and until a written contract is signed by MPS and the successful bidder. Interested parties should submit a bid in accordance with the requirements and directions contained in this Invitation to Bid. If there are any conflicts between the provision of these Standard Instructions to Bidders and any other documents comprising this Invitation to Bid, these Standard Instructions to Bidders shall prevail. 2. RIGHT TO AMEND OR TERMINATE THE INVITATION TO BID OR CONTRACT Montville Public Schools (MPS) may, before or after bid opening and in its sole discretion, clarify, modify, amend or terminate this Invitation to Bid if the District determines it is in the District s best interest. Any such action shall be effected by a posting on the School s website under Bids and Requests for Bids (RFP) at www.montvilleschools.org. Each bidder is responsible for checking the District s website to determine if the District has issued any addenda and, if so, to complete its bid in accordance with the Invitation to Bid as modified by the addenda. This invitation is for various vehicles and Montville Public Schools will award the contract based on the funding and the vehicles determined to be in the District s best interest. The award will be based on the pricing specific to the vehicle/s funded.
3. OBTAINING THE INVITATION TO BID All documents that are part of this bid may be obtained from the Office of the Superintendent, 800 Old Colchester Road, Oakdale, CT 06370 during the hours of 8:00 AM - 4:30 PM Monday through Friday (except for holidays) or on the Montville Public Schools website under Bids and Requests for Bids (RFP s), at www.montvilleschools.org. 4. BID SUBMISSIONS INSTRUCTIONS Bids must be receive in the Office of the Superintendent, 800 Old Colchester Road, Oakdale, CT prior to the date and time the bids are scheduled to be opened publicly. Postmarks prior to the opening date and time do not satisfy these conditions. Montville Public Schools (MPS) will not accept submissions by e-mail or fax. Bidders are solely responsible for ensuring timely delivery. MPS will not accept late bids. One (1) original and two (2) copies of all bid documents must be submitted in a sealed envelope clearly labeled with the bidder s name, the bidder s address, the words BID DOCUMENTS, including the Bid Title, Bid Number, and the Bid Opening Date. MPS may, but shall not be required to, return such documents and inform the bidder that the bid documents may be resubmitted in a sealed envelope properly marked as described above. Bid price must be submitted on the Bid Form included in the Invitation to Bid. All blank spaces for bid prices must be completed in ink or be typed; bid prices must be stated in figures that are clearly legible. The person signing the bid form must initial any errors, or alterations or corrections on that form. 5. QUESTIONS AND AMENDMENTS Questions concerning the process, procedures or specification applicable this Invitation to Bid Specification are to be directed to: 6. ADDITIONAL INFORMATION Kathy Lamoureux, Business Manager 860-848-1228 or fax number 860-848-0589 Montville Public Schools (MPS) reserves the right, either before or after the opening of the bid, to ask any bidder to clarify its bid or to submit additional information that MPS in its sole discretions deems desirable.
7. COST FOR PERPARING BID Each bidder s cost incurred in developing this bid is its sole responsibility and Montville Public Schools shall not liability for such cost. 8. OWNERSHIP OF BIDS All bids submitted become Montville Public Schools property and will not be returned to the bidder. 9. SUBSTITUTION FOR NAME BRANDS The bidder must attach detailed information concerning deviation from any name brands specified in the bid and explain in detail how the substitution compares with the name brand s specifications. Montville Public Schools has the sole discretion and shall decide whether the substitution is acceptable. 10. TAX EMEMPTIONS Montville Public Schools is exempt from state sales and use tax per Conn. General Statue. Bidders shall avail themselves of this exemption. 11. DELIVERY ARRANGEMENTS Buses will be delivered to the Montville Transportation Department, 162 Chesterfield Road, Oakdale, CT 06370 for inspection to accept vehicle prior to payment. The right of inspection is solely for Montville Public Schools (MPS) benefit and doses not transfer to MPS the responsibility for discovering patent or latent defects. The successful bidder has the sole and exclusive responsibility for performing in accordance with the Contract.
MONTVILLE PUBLIC SCHOOLS BID FORM (REQUIRED) DATE: SUBMITTED BY: Firm Name Mailing Address City/State/Zip TELEPHONE: FAX: E-MAIL: CONTACT: Name/Title
Bid Proposal The undersigned hereby attest-by signature, having examined the details in the Invitation to Bid and Bid Specifications. The bidder understands that award will be determined based on vehicle/s selected to purchase and funding available. Number of Units Purchased Descriptions Make Model Delivery Date 1 77 Passenger 2 77 Passenger 3 77 Passenger 1 71 Passenger 2 71 Passenger 3 71 Passenger 1 47 Passenger 2 47 Passenger Price REQUIRED OPTIONS: Manuals 71 passenger 77 passenger 47 passenger Engine Repair $ $ $ Shop Repair $ $ $ Repair Parts $ $ $ Diagnostic $ $ $ OPTIONS for 71 or 77 Passenger for: Extended Warranty: Explanation of coverage should be attached Costs of Air brakes in lieu of Hydraulic Brake System per vehicle purchased OPTIONS for 47 Passenger for: Extended Warranty: Explanation of coverage should be attached Costs of Air brakes in lieu of hydraulic brake system per vehicle purchased
Montville Board of Education 71/77 Passenger School Bus Specifications Freightliner /Blue Bird/International Chassis/or equal Certified 2014 Model year Engine (or newer) - Cummins Diesel Inline 6 with 190 HP (equivalent or better) meets 2013 Emissions at the tail pipe. 750 Watt Engine Block Heater / Receptacle Mounted Front Bumper T-2000 Allison Transmission with 5 year warranty 10,000 lbs. GVW Front Axle 19,500 lbs. GVW Rear Axle Front Suspension 10,000 lbs. Parabolic Taper Springs Rear Suspension 19,000 lbs. Vari-Rate Leaf Springs 78 Headroom / Acoustical Ceiling first two roof sections Dome Lights Running down each Side over Windows Electric Outward Opening with Manual override Windshield with 6 Shaded Band Bumpers 12 Inch Heavy Duty / 3 extension on Rear Bumper Hydraulic Disc Brakes / Front & Rear WABCO Hydraulic 4 channel Manual Parking Brake System - foot operated with warning indicator 100 Gallon Fuel Tank Right Side Fill with interior access panel to sending unit Fuel / Water Separator with heater Coolant Filter Tilt Steering Wheel Gauges Speedometer with Odometer Oil Pressure Water Temperature Volts Low Coolant Warning Buzzer and Light Tachometer Transmission Temp Gauge Electrical At least 200 or better AMP Leece-Neville 1900 CCA Dual Batteries or better
Modular wiring is Color Coded and numbered with Circuit Breakers. All main feed lines are protected by fusible links. Main body wiring above interior windows is accessible without removing windows, ceiling panels or seats. Emergency Windows Two Push-outs on Each Side 112db Backup Alarm Heaters and Defrosters 90,000 BTU Driver 50,000 BTU Stepwell 84,500 BTU Rear (2) 6 inch Defogger Fans One Center and One Right of Center Shut off Valve Driver Compartment Front and Rear Mud Flaps Emergency Equipment Meets or exceeds FMVSS First Aid Kit Fire Extinguisher Triangle Reflectors Body Fluid Kit Emergency Exit with Upper and Lower Glass, Red Light over Door and Buzzer School Bus Sign Lettering - Reflective Driver Seat: 6-way Adjustable, High Back with Cloth Insert and Three Point Retractable Seat Belt. Seat back has tilt independent of other adjustments. Lighting (LED) 7 inch Amber Rear Turn Signal with Arrow 7 inch Clear Back up 7 inch Stop and Tail Lights Tail / Brake Lights with License Plate Light D.O.T. Clearance and Identification Lights Tires Michelin 10R22.5 (equivalent or better) Regular in Front Mud & Snow in Rear Wheels Hub Piloted 7.50 Disc to be Painted Black Warning Lights: Standard 8-Light system with 8-Light Monitor Semaphore to be High Intensity Rub Rails (4) all including Snow Rail Roof Hatches (2) Front and Rear Low Profile Specialty Flip up to Rear
Static Vent All Mirrors to be Heated Intermittent Wipers Cruise Control with Electronic Throttle Control AM/FM/PA with 4 speakers Hood Lusterless Black Body Meets FMVSS / CMVSS 221 Vehicle to be Inspected and to comply with State of CT requirements including all necessary lettering Plexiglas Sun Visor over Driver 5 Window Stops Seat Belt Ready Seats Complete undercoating of vehicle Child Check-Mate system hooked to the electrical system and horn with two minute delay Digital camera system with sound. Must also report when brake lights, stop arms and 8 light system have be activated and speed. System must be compatible with Pro-Vision system. Required pricing: Manuals : Engine Repair Manual Shop Repair Manual Repair Parts Manual Diagnostic Software All Manuals will be furnished at time of delivery Optional Pricing: Extended Warranty Options Air Brakes in lieu of Hydraulic Brake System: Air Brakes Anti-lock Bendix 4 Channel Front S-cam 15 X4 Rear S-cam 16.5X7 Parking 30sq MCM Spring actuated Air Dryer Bendix AS-9 with heater Air Compressor 13.2 CFM
Montville Board of Education 47 Passenger School Bus Specifications Freightliner/Blue Bird/International Chassis/or equal Certified 2014 Model year Engine (or newer) Engine-Cummins Diesel Inline 6 with 190 HP (equivalent or better)meet 2013 Emissions 750 Watt Engine Block Heater / Receptacle Mounted Front Bumper T-2000 Allison Transmission with 5 year warranty 10,000 lbs. GVW Front Axle 19,500 lbs. GVW Rear Axle Front Suspension 10,000 lbs. Parabolic Taper Springs Rear Suspension 19,000 lbs. Vari-Rate Leaf Springs 78 Headroom / Acoustical Ceiling first two roof sections Dome Lights Running down each Side over Windows Electric Outward Opening with Manual override Windshield with 6 Shaded Band Bumpers 12 Inch Heavy Duty / 3 extension on Rear Bumper Hydraulic Disc Brakes / Front & Rear WABCO Hydraulic 4 channel without traction control Manual Parking Brake System - foot operated with warning indicator 65 Gallon Fuel Tank Right Side Fill with interior access panel to sending unit Fuel / Water Separator with heater Coolant Filter Tilt Steering Wheel Gauges Speedometer with Odometer Oil Pressure Water Temperature Volts Low Coolant Warning Buzzer and Light Tachometer Transmission Temp Gauge Electrical At least 200 or better AMP Leece-Neville 1900 CCA Dual Batteries or better
Modular wiring is Color Coded and numbered with Circuit Breakers. All main feed lines are protected by fusible links. Main body wiring above interior windows is accessible without removing windows, ceiling panels or seats. Emergency Windows Two Push-outs on Each Side 112db Backup Alarm Heaters and Defrosters 90,000 BTU Driver 50,000 BTU Stepwell 84,500 BTU Rear (2) 6 inch Defogger Fans One Center and One Right of Center Shut off Valve Driver Compartment Front and Rear Mud Flaps Emergency Equipment Meets or exceeds FMVSS First Aid Kit Fire Extinguisher Triangle Reflectors Body Fluid Kit Emergency Exit with Upper and Lower Glass, Red Light over Door and Buzzer School Bus Sign Lettering - Reflective Driver Seat: 6-way Adjustable, High Back with Cloth Insert and Three Point Retractable Seat Belt. Seat back has tilt independent of other adjustments. Lighting (LED) 7 inch Amber Rear Turn Signal with Arrow 7 inch Clear Back up 7 inch Stop and Tail Lights Tail / Brake Lights with License Plate Light D.O.T. Clearance and Identification Lights Tires Michelin 10R22.5 (equivalent or better) Regular in Front Mud & Snow in Rear Wheels Hub Piloted 7.50 Disc to be Painted Black Warning Lights: Standard 8-Light system with 8-Light Monitor Semaphore to be High Intensity Rub Rails (4) all including Snow Rail Roof Hatches (2) Front and Rear Low Profile Specialty Flip up to Rear
Static Vent All Mirrors to be Heated Intermittent Wipers Cruise Control with Electronic Throttle Control AM/FM/PA with 4 Speakers Rear Hood Lusterless Black Body Meets FMVSS / CMVSS 221 Vehicle to be Inspected and to comply with State of CT requirements including all necessary lettering Plexiglas Sun Visor over Driver 5 Window Stops Seat Belt Ready Seats Complete undercoating of vehicle Child Check-Mate system hooked to the electrical system and horn with two minute delay Digital camera system with sound. Must also report when brake lights, stop arms and 8 light system have be activated and speed. System must be compatible with Pro-Vision system. Required Pricing: Manuals : Engine Repair Manual Shop Repair Manual Repair Parts Manual Diagnostic Software All Manuals will be furnished at time of delivery Optional Pricing: Extended Warranty Options Air Brakes in lieu of Hydraulic Brake System: Air Brakes Anti-lock Bendix 4 Channel Front S-cam 15 X4 Rear S-cam 16.5X7 Parking 30sq MCM Spring actuated Air Dryer Bendix AS-9 with heater Air Compressor 13.2 CFM