GENERAL BID CONDITIONS AND INSTRUCTIONS ... · Web viewD. Electric fan clutch driven by...

29

Click here to load reader

Transcript of GENERAL BID CONDITIONS AND INSTRUCTIONS ... · Web viewD. Electric fan clutch driven by...

Page 1: GENERAL BID CONDITIONS AND INSTRUCTIONS ... · Web viewD. Electric fan clutch driven by Polyvee fan belt with spring loaded tensioner. Fan to be controlled by engine ECM. E. Charge

RINGGOLD SCHOOL DISTRICT400 Main Street

New Eagle, PA 15067

GENERAL BID CONDITIONS AND INSTRUCTIONSFor

4 – 72 Passenger School Buses

1. All bids shall be sealed and plainly labeled: School Buses.

2. Sealed bids will be received at the Administrative Office, 400 Main Street, New Eagle, Pennsylvania 15067 on or before:

Tuesday April 12, 2016 – 10:00 A.M. Prevailing Time

3. These bids will be opened at a meeting scheduled at the Administration Building on Tuesday, April 12, 2016 at 10:00AM.

4. Bids will be awarded at a scheduled meeting of the Ringgold Board of School Directors.

5. All bids are to be mailed to Ringgold School District, 400 Main Street, New Eagle, PA 15067 or hand delivered to the business office located in the Administration Building, 400 Main Street, New Eagle, PA 15067

6. Further information may be received from Thomas Carpenter, Director of Transportation, 46 Ginger Hill Road, Finleyville, PA 15332. Telephone (724) 258-5709.

7. The school district is exempt from the Federal Excise Tax, Pennsylvania State Sales and Use Tax. DO NOT include these taxes in your quotation. The necessary tax exemption certificates will be furnished.

8. The Board of School Directors reserves the right to reject any or all bids, or to accept or reject any single item of group of items, and to award a bid which in their judgment will be in the best interest of the school systems.

9. The quality of all goods, materials, supplies, etc. shall be as per specifications.

10. It is the bidders responsibility to become totally acquainted with all specifications. Any change in specifications must be detailed as part of the bidder’s documents. The District will consider all bids submitted.

11. Bids may not be withdrawn for sixty (60) days after the first bid or group of bids is opened.

12. Supplies and/or equipment are to be delivered during the working day (7:30 A.M. to 3:30 P.M., Monday through Friday) by the successful bidder.

1

Page 2: GENERAL BID CONDITIONS AND INSTRUCTIONS ... · Web viewD. Electric fan clutch driven by Polyvee fan belt with spring loaded tensioner. Fan to be controlled by engine ECM. E. Charge

13. All quotations are to include freight and drayage charges to the designated buildings of the District. Items will not be accepted if freight or drayage charges are not prepaid.

14. Payment will be scheduled for approval by the Board of School Directors of the Ringgold School District, following delivery of all or part of the items awarded.

15. The Superintendent of Schools or his designee shall have the power and authority to reject any or all bids, which in her opinion, are not in strict compliance and conformity will bid specifications or considered to be equal in every repect. (Samples may be submitted in order to demonstrate equal quality.)

16. Bid price must hold for at least ninety (90) days. Bidders must indicate if this is not possible.

17. In all cases where bidder is not bidding items as specified, he must designate that substitution is being made and must supply accompanying literature in order to demonstrate equal character and quality.

18. All samples or literature submitted by the bidder must be plainly labeled with the name on the Bid Sheet to which the sample or literature relates.

19. THE RIGHT TO KNOW LAW REQUIRES THAT Material Safety Data Sheets be enclosed at bidder’s cost for all materials included in the bid proposed.

20. WHEREVER PRACTICAL AND POSSIBLE – all materials purchased by the Ringgold School District are to be those made by American craftsmen in the United States of America. All bids should indicate those materials manufactured in the United States. The only exceptions to the Ringgold School District policy of purchasing domestically produced goods are where American made goods are not available or their prices are prohibitive.

21. BID BOND SPECIFICATIONS – All bids must be accompanied by a certified check, cashiers check, or bid bond in the amount of ten percent (10%) of the bid guaranteeing the delivery of the supplies or equipment in accordance with the terms of the contract.

22. At its meeting on February 11, 1989, the Ringgold Board of School Directors adopted the following resolution regarding bids submitted by vendors for all supplies, equipment and services:

No bid will be considered unless the attached “Non-Collusion Affidavit for Bids Submitted for Ringgold School District” is completed, notarized, and returned with the bid.

NON-COLLUSION AFFIDAVITFOR BIDS SUBMITTED FOR RINGGOLD SCHOOL DISTRICT

COMMONWEALTH OF PENNSYLVANIA ) NO. ) SS:

COUNTY OF BID FOR

2

Page 3: GENERAL BID CONDITIONS AND INSTRUCTIONS ... · Web viewD. Electric fan clutch driven by Polyvee fan belt with spring loaded tensioner. Fan to be controlled by engine ECM. E. Charge

On this the day of , 20 , personally appeared before me, the undersigned authority, who being duly sworn according to law, deposes and says that the following is true and correct to the best of their information, knowledge, and belief:

1. That I am the of

[Owner or (title)] [Name of firm] , and that I am authorized to make this Affidavit on behalf of my firm, and its owners, directors, and officers. I am the person responsible in my firm for the price (3) and the amount of this bid.

2. That the prices (s) and amount of this bid have been arrived at independently and without consultation, communication, or agreement with any other contractor, bidder or potential bidder.

3. That neither the price (s) nor the amount of this bid, and neither the approximate price (s) nor approximate amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder, and they will not be disclosed before bid opening.

4. That no attempt has been made or will be made to induce any firm or person to refrain from bidding on this contract, or to submit a bid higher than this bid, or to submit any intentionally high or noncompetitive bid or other form of complementary bid.

5. That the bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive bid.

6. That , its affiliates, subsidiaries, (Name of firm)

officers, directors, and employees are not currently under investigation by any governmental agency and have not in the last four years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract, except as follows:

That , understands and acknowledges that the above representations are material and important and will be relied on by the RINGGOLD SCHOOL DISTRICT in awarding the contract(s) for which this bid is submitted. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from the RINGGOLD SCHOOL DISTRICT of the true facts relating to the submission of bids for this contract.

(Name of Company or firm)By

Sworn to and subscribed before me (Print name)this day of , 20 .

Notary PublicMy Commission Expires:

(SEAL)

3

Page 4: GENERAL BID CONDITIONS AND INSTRUCTIONS ... · Web viewD. Electric fan clutch driven by Polyvee fan belt with spring loaded tensioner. Fan to be controlled by engine ECM. E. Charge

Ringgold School DistrictNotice of Instructions to Bidders

Specifications/Exceptions for 72 Passenger School Buses2016 Model Year or Newer – No Exceptions

All specifications for this purpose built school bus shall be in strict compliance with current Pennsylvania School Bus construction requirements and must also be in compliance with current Federal Motor Vehicle standards for safety and emission controls.

All bidders must complete the attached specifications. Each line requires a response stating the specifications proposed by the bidder. In the event that the specifications proposed by the bidder are exactly and unequivocally identical to specifications established by the School District, including brand name, the bidder must respond with the phrase “No Exceptions”. In all other cases, and for all brand name items, the bidder is required to provide written specifications. Each line on which information is requested (noted by phrase EXCEPTION:) must be completed. Additional pages may be added if necessary.

The terms, “No structural difference” or “We are equal to your proposed specifications” will not be permitted. It is the responsibility of the School District and their representatives to determine if a substitution is “or equal”. Therefore, the bidder must be required to provide detailed specifications so that the School District can make the necessary comparisons to enable them to reach the proper decision. Failure to comply with these instructions will render the bid invalid for material non-compliance to our published specifications.

In the final determination made by this board, it may be necessary for the bidder to provide a demonstrator vehicle for our inspection.

Deliver by: Expected by FRIDAY, JULY 29, 2016

4

Page 5: GENERAL BID CONDITIONS AND INSTRUCTIONS ... · Web viewD. Electric fan clutch driven by Polyvee fan belt with spring loaded tensioner. Fan to be controlled by engine ECM. E. Charge

OTHER CONDITIONS

NOTE: Please initial in the space provided at the end of each statement to indicate your acceptance of these conditions.

Successful bidder agrees to deliver the vehicles on or before.

Successful bidder agrees to provide alternate/loaner buses of equivalent construction, less than 5 years old, free of charge if the delivery date cannot be met and until such time that the new buses arrive.

School buses shall be equipped to meet all Pennsylvania minimum standards prior to delivery

____________________________________

Literature, complete specifications and photographs shall accompany bid.

Successful bidder will provide the district with warranties, line sheets, shop service manual, parts manual, and operator’s manual.

Dealer agrees to furnish detailed work orders for all warranty work performed. This includes all work “sub-contracted” to another agent.

Complete parts inventory for all chassis and body items shall be available within 24 hours from selling dealer at their location.

Bidder must be a franchised and certified engine dealer for brand engine they are proposing and have authorized and trained personnel on staff.

Please list the location and approximate distance from the school district, of the service facility that will be utilized for all factory-authorized chassis, body, and engine repairs.

5

Page 6: GENERAL BID CONDITIONS AND INSTRUCTIONS ... · Web viewD. Electric fan clutch driven by Polyvee fan belt with spring loaded tensioner. Fan to be controlled by engine ECM. E. Charge

RINGGOLD SCHOOL DISTRICT

BID/RFP PROTEST PROCEDURE

Any bidder, proposer or offeror who believes that they have been aggrieved in connection with the solicitation or award of a contract, as the result of a violation of the requirements of the Ringgold School District or any applicable provisions of law, may protest the solicitation or the award action.

PROTESTING THE ORIGINAL SOLICITATION AND THE SPECIFICATIONS CONTAINED THEREIN

If the protest relates to the solicitation, bid or proposal process, then the protestor must submit in writing to the Superintendent of Schools their complaint with regards to the initial process.

The formal written protest must be sent to the Superintendent of Schools within five (5) days after the bid opening, and shall include at a minimum the following elements:

• Bid or RFP Number and Title• The name and address of the protestor• Why they are protesting• Supporting exhibits, evidence or documents to substantiate any claims• A statement requesting the relief the protestor seeks, and• Any other information that the protestor deems to be material to the protest

If the Superintendent of Schools believes the complaint to have merit, the award process will be held up until the protest is resolved. However, if it is determined that particular facts and circumstances require the continuance of the solicitation process or the contract award process without delay to avoid an immediate and serious danger to the public health, safety or welfare of the School District, the solicitation and award process shall continue.

The Superintendent of Schools, in conjunction with the School District Solicitor's opinion, will respond in writing to the formal written protest within seven (7) calendar days from receipt of protest. The response can be written in e-mail format, or faxed to the protestor.

If the protestor is not satisfied with the response in writing to their formal protest then the protestor’s only recourse is the Court of Common Pleas.

6

Page 7: GENERAL BID CONDITIONS AND INSTRUCTIONS ... · Web viewD. Electric fan clutch driven by Polyvee fan belt with spring loaded tensioner. Fan to be controlled by engine ECM. E. Charge

PROTESTING THE AWARDING OF A SOLICIATION, BID OR RFP

A valid protest must come from an actual bidder or proposer for the contract who claims to be the rightful awardee.. That is, a protest is not valid if filed by a bidder or proposer who cannot show that they would be awarded the contract if their protest were accepted.

Protestors shall first verbally notify the Superintendent of Schools of their intent to protest within seven (7) calendar days from the posting of the official bid tabulation.

It is the intent of the School District that the resolution can be resolved with the Superintendent of Schools during that initial verbal conversion. However, if the protestor is not satisfied with the verbal resolution, they have the right to then submit a written protest.

The written protest must be sent to the Superintendent of Schools within seven (7) days of the verbal notification. The formal, written protest shall include at a minimum the following elements:

• Bid or RFP Number and Title• The name and address of the protestor• Why they are protesting• Supporting exhibits, evidence or documents to substantiate any claims• A statement requesting the relief the protestor seeks, and• Any other information that the protestor deems to be material to the protest

The Superintendent of Schools, in conjunction with the School District Solicitor’s opinion, will respond in writing to the formal written protest with seven (7) calendar days from receipt of protest. The response can be written in e-mail format, or faxed to the protestor.

If the protestor is not satisfied with the response in writing to their formal protest then the protestor’s only recourse is the Court of Common Pleas of Washington County.

7

Page 8: GENERAL BID CONDITIONS AND INSTRUCTIONS ... · Web viewD. Electric fan clutch driven by Polyvee fan belt with spring loaded tensioner. Fan to be controlled by engine ECM. E. Charge

BID PROTEST FORM

This form must be completed and returned to the Ringgold School District, attn: Superintendent of Schools , 400 Main Street, New Eagle, PA 15067 or by fax 724-258-5363, by 12:00 P.M. on the Monday before the bids are scheduled to be opened

I/we file a protest regarding Specification Number for the reasons(s):

The specifications are not clear. Please explain:

The specifications eliminate vendors in an unnecessary manner. Please indicate which items eliminate vendors and why the items eliminate competition.

The specifications are unfair in that they favor specific vendors. Please explain:

Other. Please explain:

COMPANY NAME:____________________________________________________ _____________________________________ __

ADDRESS: ________________________________________________________________________________________________

__________________________________________________________________________________________________________

CONTACT PERSON_________________________________________________________________________________________

TELEPHONE:#_________________________________________

FAX#_________________________________________________

8

Page 9: GENERAL BID CONDITIONS AND INSTRUCTIONS ... · Web viewD. Electric fan clutch driven by Polyvee fan belt with spring loaded tensioner. Fan to be controlled by engine ECM. E. Charge

Chassis SpecificationsThe minimum standards are as follows

1. Frame:A. 30,000 GVW plate rating, minimum.B. 50,000 P.S.I. steel minimum.C. 10 1/2” high with 3” flanges, which are 1/4” thick, Dual “C” channel.D. Section modulus = 11.47 cu.in. and RBM = 573,710 in. lb. per rail.E. Hi-Tensile strength “Huck-Spin” fasteners with swaged lock nuts to be used

for all permanent fixtures.F. Exceptions

9

Page 10: GENERAL BID CONDITIONS AND INSTRUCTIONS ... · Web viewD. Electric fan clutch driven by Polyvee fan belt with spring loaded tensioner. Fan to be controlled by engine ECM. E. Charge

2. Wheelbase:A. 280” wheelbase maximum. B. Turning radius at curb to be a maximum 34.9’.C. 50 degree wheel cut – No ExceptionsD. Exceptions

3. Front Axle and suspension:A. 12,000 lb., capacity, Hendrickson front axle or equivalent. B. 10,000 lb. Hendrickson “softek” front tapered suspension using a single 4” x

60” steel leaf spring with an additional front safety leaf on each side or equivalent.

C. 16.5” x 5” brakes with non-asbestos lining. Dustshields to be included.D. Meritor automatic slack adjusters.E. Sach direct acting, double action, piston type shock absorbers, 1.75 diameter

bore with long life bonded bushings.F. Petroleum lubed bearings with access plug.

G. Exceptions _________________________________________

4. Rear Axle and Suspension:A. 21,000 lb. capacity rear axle with traction control or equivalent.B. Hendrickson rear air ride suspension or equivalent.C. 16.5” x 7” brakes with non-asbestos lining. Dustshields to be included.D. Meritor automatic slack adjusters.E. 5.29 drive ratio.F. Monroe direct acting, double action, piston type shock absorbersG. Automatic Traction ControlH. Exceptions

5. Wheels & Rims:A. 8.25 x 22.5, hub-piloted disc wheels painted black. Five (5) hand holes.B. Exceptions

6. Tires:A. Front 11R x 22.5, 14 ply, tubeless-highway tread.B. Rear 11R x 22.5, 14 ply, tubeless-highway tread.C. Exceptions

7. Brakes:A. Full air brake system.B. Bendix-Westinghouse AD-IP heated air dryer or equivalent.C. 18.7 cfm air compressor, water cooled, engine driven.D. 4-channel anti-lock brake systemE. Meritor Q-plus lining.F. Quick connect fittings – no exceptions.G. 24 sq. in. front chambers; 30 sq. in. rear chambers.H. 30 sq. in spring brake chamber for emergency brake.I. One (1) triple compartment air tank with minimum 4400 cu. in. capacity.

10

Page 11: GENERAL BID CONDITIONS AND INSTRUCTIONS ... · Web viewD. Electric fan clutch driven by Polyvee fan belt with spring loaded tensioner. Fan to be controlled by engine ECM. E. Charge

J. Exceptions

8. Steering:A. Douglas Autotec power steering with TRW power steering pump (gear driven)

or equivalent.B. Two (2) quart power steering reservoir.C. Padded steering wheel, tilt, 2-spoke, 18” diameter.D. Exceptions

9. Fuel Tank:A. 100 gallon rectangular steel fuel tank mounted between rear frame rails.B. Spring loaded fuel tank door with key lock and floor mounted sender

inspection plate.C. Heated fuel filter/water separator mounted on the fire wall.D. Exceptions

10. Horns:A. Dual electric.B. Exceptions

11. Engine:A. 2016 Emission electronic in-line six cylinder diesel engine, turbo-charged and

after-cooled. Engine must meet all 2016 Emission requirements without the use of credits. No exceptions.

B. 240 horsepower, 6.7 ltr. minimum, Cummins ISB-13, no exceptions.C. Engine mounted oil check and fill.D. Low oil pressure, high water temperature alarm, light and buzzer.E. Spin-on oil filter.F. 110-120 volt engine preheater with receptacle mounted in RH bumper face.G. 5 year,100,000 mile engine warrantyH. 2 year towing warrantyI. VGT engine exhaust brake – No ExceptionsJ. 15 gallon D.E.F. tank with dash mounted gauge.K. Exceptions

12. Electrical:A. Multi-plex chassis wiring with LED read out in drivers dash area.B. 240 amp Leece/Neville alternator.C. Daytime running lightsD. Three (3) Group 31 batteries, 2100 CCA, located in battery compartment—

year of manufacture 2016 or newer.E. Air gauge package with dual air pressure.F. Air restriction indicator.G. Ammeter.H. Electric fuel gauge.I. 7 digit speedometer, resetable trip odometer, tachometer, voltmeter, coolant

temperature gauge, high/low beam indicator, engine hour meter, transmission temperature gauge.

J. Engine oil pressure gauge.K. Self-canceling turn signal switch.

11

Page 12: GENERAL BID CONDITIONS AND INSTRUCTIONS ... · Web viewD. Electric fan clutch driven by Polyvee fan belt with spring loaded tensioner. Fan to be controlled by engine ECM. E. Charge

L. Engine warning system.M. All gauges to have automatic self-test at power up.N. LED telltale warnings/indicators:

Directionals (Green)High Beam (Blue)Applied service brake (Red)Applied park brake (Red)ABS active (Amber)Stop engine (Red)Service Engine soon (Amber)Check transmission (Red)Low coolant level (Amber)

O. Additional switches:Headlights with parking light position, high idle with low idle return, cruise control with two (2) switches (on/off, and set/resume)

P. Message display center located in speedometer face to provide the following functions: Odometer, Trip odometer, boost pressure, percent engine load, instantaneous fuel rate, average fuel rate, engine hours, dash mounted digital clock.

Q. Exceptions

13. Radiator:A. Coolant protected to -34 degrees.B. Nylon cooling fan to be 24” diameter with 9 blades.C. Silicon cooling hose with constant tension hose clamps.D. Electric fan clutch driven by Polyvee fan belt with spring loaded tensioner. Fan to be controlled by engine ECM.E. Charge air cooler of cast aluminum with 600 sq. in. frontal area, mounted in tandem with 625 sq. in. aluminum core coolant radiator.F. Exceptions

14. Exhaust System:A. Exhaust system fabricated with stainless steel.B. Tailpipe to exit through rear bumper or equivalent.C. Wide band exhaust clamps at all joints.C. Exceptions

15. Controls:A. Key type engine start/stop mounted on steering column.B. Self-canceling turn signal arm on steering column.C. Headlight dimmer switch on signal lever.D. Transmission shifter mounted on dash to right of driver.E. Hazard switch on steering column.F. All controls and switches to be easily operated from driver’s seat.G. Back lit rocker switches for body accessories. H. Exceptions

16. Transmission:A. Allison series 2500 PTS automatic with five (5) forward speeds.B. 5-year, unlimited mile warranty.

12

Page 13: GENERAL BID CONDITIONS AND INSTRUCTIONS ... · Web viewD. Electric fan clutch driven by Polyvee fan belt with spring loaded tensioner. Fan to be controlled by engine ECM. E. Charge

D. Transynd synthetic transmission fluid.E. Spicer SPL series-70, 3 ½” drive line or equivalent.F. Exceptions

17. Hood/Fenders:A. Fiberglass-tilting hood with LED fender mounted turn signals.B. 9 lb. maximum effort to tilt hood.C. Right and left splash guards to be attached to hood.D. Visibility to be a maximum of 12 ft. 1 in. – No exceptions.E. Halogen headlights with daytime running lights – No exceptions.F. Exceptions

18. Bumpers:A. Heavy duty steel bumper, 15” high with 1” flanges top and bottom, ¼” thick.B. Exceptions

19. Air CleanerA. 11” long x 12 ½” diameter mounted at turbo intake, dry type.B. Air intake at vehicle front, 48” above ground, protected from direct road spray.C. Exceptions

20. Miscellaneous:A. Complete shop service manual on disc or on-line access.B. Front and rear tow hooksC. Chassis manufacture date cannot be before 1/1/16 – No Exceptions.D. Exceptions

13

Page 14: GENERAL BID CONDITIONS AND INSTRUCTIONS ... · Web viewD. Electric fan clutch driven by Polyvee fan belt with spring loaded tensioner. Fan to be controlled by engine ECM. E. Charge

BODY SPECIFICATIONS

1. Capacity:A. Seventy-two (72) passenger.B. Rows of seats – 12 rows (2-39” wide seats).C. Knee room – 25” minimum.D. Aisle width – 12” at cushion level.E. Width per passenger – 13”F. Number seats 1-24 odd on left, even on right.G. Exceptions

2. Headroom:A. 77” minimum over 5/8” marine grade plywood sub-floor.B. Exceptions

3. Windshield:A. Tinted / Shaded Windshield.B. 2,200 square inches of glass minimum.C. Exceptions

4. Interior Requirements:A. Side panels are to be aluminized, fully hemmed, steel from the side windows

to the seat rails. Must be installed with pull rivets only. Screws not acceptable.

B. Floor to be covered with gray marbilized 1/8” smooth rubber under the seats, and in driver area, 3/16” ribbed aisle. Rear wheelhousings are to be completely covered with a 1-piece thermoformed cover. Aisle trim over floor joints.

C. Cove molding located between the floor and sides of bus to be 1” coated metal.

D. Stepwell entrance steps are to be covered with gray “pebble top” treads at least 3/16” thick.

E. 5/8” marine grade plywood sub-floor, screwed down, not nailed. No exceptions.

F. 3 – step stainless steel stepwell.G. Exceptions

5. Mirrors:A. Heated "Rosco" rearview exterior mirrors. Each mirror comprised of 74 sq.

in. flat and 38 sq. in. convex surface.B. One (1) 10” x 30” inside mirror.C. One (1) 6” x 30” adjustable shaded Plexiglass Sunvisor.D. Heated "Rosco" “Eye-Max LP” crossview mirrors with “bell mount” brackets.E. Exceptions

6. Heaters:A. Front heater located at left of driver, hot water type with minimum 90,000

BTU capacity. Heat for passenger area not to be confined to one (1) opening. At least two (2) heat outlets to be provided with the furthermost outlet extending from heater core to at least the third row of seats. Heater to be fresh-air type with air inlet located at the left cowl, below windshield with air cut-off valve to be controlled from driver’s seat.

14

Page 15: GENERAL BID CONDITIONS AND INSTRUCTIONS ... · Web viewD. Electric fan clutch driven by Polyvee fan belt with spring loaded tensioner. Fan to be controlled by engine ECM. E. Charge

B. Rear underseat heater is hot water, recirculating type with minimum 80,000 BTU capacity. Heat for passenger area not to be confined to one opening. Must be suspended from floor.

C. Right hand entrance door heater and defroster 50,000 BTU.D. Rear heater motors and switches are to be two-speed, front heater and

defroster motor switches to be 3-speed.E. Two (2) 6” defroster fans to be located at top of windshield.F. Cut off valve for all heaters to be located in driver’s area, ¼ turn valves only.G. Centralized heater bleeding system external of the body.H. Heater cores to be tube and fin type and plumbed in series.I. Full width defroster and heater, ducted across windshield, driver’s window

and entrance door glass. To have easily accessible-washable air filter. Duct work to have non-glare gray finish.

J. All heaters to be equipped with cleanable/washable filters to protect coil.K. Heater hose with constant torque hose clamps.L. Exceptions

7. Doors:A. Entrance door to be air operated outward opening type with cushioned

header pad installed above door,and 3-position switchB. Entrance door shall be located on right side of bus, directly opposite the

driver and within his direct view.C. Vertical closing edges shall be equipped with flexible material to protect

children’s fingers.D. Emergency door clear opening at least 52.5” from floor to top of door and 37

– ¾” wide. Cushioned header pad installed above door.E. Dual emergency door hinges.F. Exceptions

8. Seats:A. All seat backs are to meet FMVSS standards – high back. Teal fire block

upholstery.B. All seat frames are to be double strength at stress points. Seat frames must

be securely anchored to the floor with grade 8 bolts and locknuts and must be 14-gauge steel.

C. National NS2000 driver’s seat all foam easily adjustable semi-bucket, must have retractable shoulder harness seat belt with adjustable pillar loop to allow for 7 ½” of vertical adjustment (driver only). The seat to be easily adjusted by driver from seated position without the need of tool. To include fabric insert and one (1) arm rest.

D. Tilt-up seat cushions with positive latch must be included.E. Exceptions

9. Windshield Wipers:A. Must be two-speed, electric, two (2) motor, and wet-arm blades.B. Bottom mounted with intermittent switch.C. Must have windshield washers, 1-gallon capacity.D. Exceptions

10. Glass:A. Driver’s window is two (2) piece-sliding sash, extruded aluminum or equal.

15

Page 16: GENERAL BID CONDITIONS AND INSTRUCTIONS ... · Web viewD. Electric fan clutch driven by Polyvee fan belt with spring loaded tensioner. Fan to be controlled by engine ECM. E. Charge

B. Side windows are two (2) piece 12” split sash, top half-capable of being lowered, extruded aluminum frame, flush latches.

C. Rear quarter windows and rear windows to be mounted in rubber and be capable of being pushed out in case of emergency.

D. Emergency door glass in top and bottom halves of door, rubber mounted. Lower glass protected by metal screen. Entrance door has four (4) panes of glass, two (2) in each half.

E. All glass in windshield, windows and doors shall be of approved type safety glass (so mounted that the permanent identification mark is visible) and of quality to prevent distortion of view in any direction.

F. Four (4) side emergency Push-Out windows, two (2) per side with vertical hinge.

G. All side and rear glass to be tinted 28% bronze.H. Exceptions

11. Ventilation:A. Rain visors to be provided for all side windows.B. Two (2) roof hatches installed in vehicle roof.C. Exceptions

12. Construction:A. All body panels to be zinc steel.B. Four (4), one (1) piece double profile rub rails of a minimum 16 gauge steel

with bottom rail at bottom of skirt. C. Side panels – the outside panel from the side window to the bottom of the

lower skirt is to be 16-gauge smooth steel. Side panels to be 1-piece from window bottom to bottom of skirt. Panels to be fastened with buck rivets. Screws not acceptable.

D. Body to have full length 1-piece gusset rail at the floor line from front to rear of bus and from the seat rail to approximately 2” below the floor line. Impact rail is not to be part of exterior panel.

E. Roof Bows: Bows are to be 1-piece from floor line to floor line. Roof bows not to extend below floor level. Split or pieced bows are not acceptable. 14 gauge minimum hat-shaped design only.

F. Floor: Floor to meet FMVSS 221 joint strength, to be constructed using 14 gauge steel panels with joints every 28” or 35” sections. Each joint to be strengthened by a 3/16” angle steel bar on other side and be welded together. No exceptions. Auxiliary crossmembers spaced every 9” between floor joints.

G. Components and parts to be rust proofed and primed after fabrication and prior to assembly using an established and acceptable zinc phosphate process.

H. Body must be total unit type construction.I. Rainvisors to be embossed in roofing sheet metal over each window, roof

sheet to be 20 gauge steel and 1-piece from window top to window top on opposite side, fastened with a double row of buck rivets at joints on staggered 1” centers.

J. Front cowl to be minimum 11 gauge steel.

16

Page 17: GENERAL BID CONDITIONS AND INSTRUCTIONS ... · Web viewD. Electric fan clutch driven by Polyvee fan belt with spring loaded tensioner. Fan to be controlled by engine ECM. E. Charge

K. 3/16” thick steel plate rear bumper, 12” high minimum with 14” minimum wraparound at both corners. “A” frame bracing.

L. Rubber isolators located between body and chassis in front cowl area and the rear body tie-down area. No exceptions.

M. Exceptions

13. Electrical:A. Lights

1. Stepwell light to operate when door is opened.2. Front and rear roof clearance lights – front amber/rear red – L.E.D.3. Front and rear cluster lights – center roof, front and rear – front

amber/rear red – L.E.D.4. Two (2) L.E.D. license plate lights.5. Two (2) stoplights, 7” – L.E.D.6. Two (2) back-up lights, 4” – L.E.D. 7. Approved Pennsylvania hooded roof-warning lights with black painted background. Warning system to have 7” L.E.D. strobing lamps. 2-piece hoods not acceptable.8. Self-canceling directional signals, 7” L.E.D. rear, indicator lights on dash.9. Two (2) side body directional signals per side – L.E.D.

B. Individual circuit breakers (not fuses) for each switch to be supplied. This switch panel to be positioned for optimum driver’s visibility and ergonomically correct for control operation. Body electrical terminal to be housed in a weather proof, lighted, locking exterior panel 27” x 16” minimum, located under driver’s window.

C. Wires to be color and continuously number coded and carriedthrough loom. Wiring diagram to be attached to inside of exterior access door for permanent reference.

D. Buzzer emergency exits to indicate when door is open.E. Locking battery compartment with sliding tray to be installed on the

left side of the body, directly below drivers window on left side of body, 23 ½” x 15.5” x 10 ¼” high. No exceptions.

F. Side stop-arm – to meet State and Federal requirements, air operated. High reflectivity with flashing L.E.D. lights.

G. Drivers dome light on separate switch. Double row of interior dome Lights 15 cp.

H. Body solenoid switch.I. All switches to be rocker type, laser etched, back lit type.J. Heater/defroster controls to be mounted in one (1) centralized

location.K. Access to wiring harness without removing windows. Wire molding

to be made from composite material.L. Air operated front bumper crossing control arm with Poly-rod.M. Back-up alarm.N. 15 cp. Stepwell light to be wired to ID lights with entrance door open.O. L.E.D. Roof mounted strobe light.

P. Low mount L.E.D clearance lights, amber front, red rear.Q. 4” L.E.D. stop and tail lights.R. L.E.D. exterior entrance door approach light.

17

Page 18: GENERAL BID CONDITIONS AND INSTRUCTIONS ... · Web viewD. Electric fan clutch driven by Polyvee fan belt with spring loaded tensioner. Fan to be controlled by engine ECM. E. Charge

S. Pre-trip automatic exterior light check to enable driver to check all exterior lights.

T. Child Check system or equivalent.U. Exceptions

13. Accessories:A. First aid kit.B. Wrecking bar – mounted in driver’s area.C. Triangular reflectors – mounted in left rear.D. Fire extinguisher: 5 pound dry chemical A-B-C type; shall be provided and suitable

mounted so as to be readily accessible and available for use to the operator in case of emergency.

E. Body fluid kit.F. Exceptions

14. Mud Flaps:A. Two (2) rear, with metal mudguards front and rear of rear wheels.B. Two (2) front.C. Molded exterior rear fender flares.D. Exceptions

15. Insulation:A. Full 1 ½” insulation in roof and sides to floor line. B. Must have minimum – 5.75 R-value, must not retain water.C. (2) perforated acoustical headlining panels above driver spanning the entire width

of the bus.D. Exceptions

16. Undercoating:A. Entire underside of body, including floor members, side panels, and fenders below

floor level, shall be coated with asphalt-base or rubber base. Undercoating material applied by a spray method in order to seal, deaden sound, insulate and prevent oxidation of the underside of the body.

B. Care must be taken to be certain no water drain holes designed into body are closed with undercoating material.

C. Exceptions

17. Painting:A. Bus to be painted national school bus yellow including belt panel except for black

front and rear bumpers, and rub rails.B. Paint to be heat-set Polyurethane, with hi-temp bake, no exceptions.C. Light interior color on ceiling and walls, to be hot sprayed baked enamel.D. Seat frames and legs to be painted black.E. Exceptions

18

Page 19: GENERAL BID CONDITIONS AND INSTRUCTIONS ... · Web viewD. Electric fan clutch driven by Polyvee fan belt with spring loaded tensioner. Fan to be controlled by engine ECM. E. Charge

18. Lettering:A. 8” “School Bus” to be lettered front and rear with 3M Diamond grade reflective

signs.B. 3M Diamond grade reflective tape, emergency exits, rear, and sides, no

exceptions.C. School District lettering and bus numbers.D. Exceptions

19. Miscellaneous:A. Folding steps on front cowl, both sides of body.B. Flush mounted, spring loaded, locking fuel tank door.C. Power point for cell phone plug in.D. Locking glove compartment.E. 6” x 8” padded compartment located in rear of switch panel.F. AM/FM stereo/CD/PA system with eight (8) interior speakers.G. Vandal locks for front service and rear emergency door.H. Forward grab rail installed to right of stepwell.I. "BUS WATCH" HD420 (4) channel, (2) camera digital surveillance system with 320

gb hard drive.J. Roof to be painted white.K. Vandal LocksL. Exceptions

20. Manufacturing Specifications:A. Each bidder shall be required to include with the bid forms and specifications,

complete factory specifications describing the body on which his bid has been based and the unit which he intends to supply to meet the minimum requirements outlined above. The absence of detailed specifications pertaining to this particular vehicle (not a general specification) will deem bid as non-responsive.

19

Page 20: GENERAL BID CONDITIONS AND INSTRUCTIONS ... · Web viewD. Electric fan clutch driven by Polyvee fan belt with spring loaded tensioner. Fan to be controlled by engine ECM. E. Charge

RINGGOLD SCHOOL DISTRICTBUS BID

72 Passenger: the sum for each 72 passenger bus

(words)

dollars ($ ) (figures)

72 Passenger: the sum for four 72 passenger busses

(words)

dollars ($ ) (figures)

20