MORONGO BASIN TRANSIT AUTHORITY

ADDENDUM NO. 3

IFB #12-03

Date Issued: November 14, 2012

The following clarifications, amendments, additions, deletions, revisions and/or modifications form a part of the documents, and change original or previously issued documents only in the manner and to the extent stated. The contract bid price shall reflect all addendum changes and each bidder must sign, and submit with the Proposal, CER 3, and Acknowledgement of Addendum. On this Certificate, the Proposer is to list each Addendum including the date of the Addendum.

Items requested by vendors in the RFP’s approved equal and request for comment period that are not addressed by addendum are to be considered denied.

  1. Section SP 2, page 36 revised as follows: “MBTA reserves the right to assign the ability to use the Local Government Purchasing Contract to any other grantees of FTA funds in accordance with FTA Circular 4220.1F or successor circulars. These grantees shall be members of CalACT and be geographically located within the State of California. A letter of Assignment shall be issued by either MBTA or by CalACT acting for MBTA under the terms of their Cooperative Purchasing Contract. MBTA reserves the right to withhold assignments at its unilateral discretion. The maximum quantity of buses that shall be authorized to any Agency each year shall be ten (10) vehicles. Each Assignment shall be valid for a one-year period. Letters of Assignment are valid for ONLY the Assignee listed in the Assignment Agreement and cannot be transferred to any other entity. All buses ordered under that Assignment shall be ordered within the one year of validity. All buses ordered under that Assignment shall be delivered and accepted within the delivery date stipulated inContract between the Contractor and the Assignee.
  2. Revision to Addendum 1 and Price and Options Worksheet. Request for 40’ standard floor bus is removed.
  3. Section SP 5, page 37 revised as follows: A procurement fee of 1.5% of total pre-tax price per vehicle, up to $20,000 per transaction shall be paid by the Contractor(s) to the Cooperative each month based on activity on this contract.
  4. Section SP 6.5, page 38, revised. Reference to SP 5.3 deleted.
  5. App. A-1, Sec 11.0, p.121, App. A-2, Sec. 6.0, p.128, App. A-3, Sec. 6.0, p.148 (Fire Suppression) revised to clarify that standard methane detection requirement is for fire suppression only.
  6. WR 1.1.1, page 56. Warranties in this document are in addition to any statutory remedies or warranties imposed on the Contractor. Consistent with this requirement, the Contractor warrants and guarantees to the original Agency each complete bus and specific subsystems and components as follows. Regardless of any documentation to the contrary, the Warranty period for all required items shall start on the date each Bus is accepted.Performance requirements based on design criteria shall not be deemed a warranty item.
  7. WR 1.1.4, page 57, revised: Propulsion system components, specifically the engine, transmission or drive motors, and generators (for hybrid technology) and drive and non-drive axles shall be warranted to be free from Defects and Related Defects for the standard two years or 100,000 miles, whichever comes first.The Warranty Period for the propulsion system shall start on the date each Bus is accepted.
  8. WR 1.1.6, page 58, revised: The Warranty Period for the other subsystems shall start on the date each Bus is accepted.
  9. WR 1.1.7, page 58, revised: Agency reserves the right to purchase an Extended Warranty to extend the warranty on the following items from the two year required base warranty period to five years or 300,000 miles, whichever comes first, at an additional cost specified on the Pricing Form.
  10. WR 1.4.1, page 59 (Fleet Defects): Reference to twelve (12) or more buses is deleted.
  11. All buses (Suspension):5.0, page 108, 6.3, page 109, 6.0, page 127, 6.3, page 129, 5.0 page 147 and 6.3 page 148. Suspension levelingvalves to be equipped with inlet check valves.
  12. Section 8.0, all line items, Requirement for rubrails deleted
  13. Section 4.3, page 108, Base CNG engine (Standard floor): MBTA approves Cummins ISL-G.
  14. Section 4.4, page 108, Diesel engine (Standard floor): MBTA approves ISB-2013.
  15. Section 4.6, page 109, Transmission: MBTA approves Allison B300R.
  16. Section 8.4 (f), page 113, lighting: MBTA accepts center mounted LED light mounted above the rear engine door.
  17. Section 9.2, page 118, wheelchair lift (Standard floor): MBTA accepts wheelchair lift in front entry door with chassis mounted CNG tanks.
  18. Section 9.6, page 118, alternators (Std. floor): MBTA accepts Niehoff 803 (CNG), Niehoff 706 (diesel electrical), Thermo King 150 amp (diesel a/c)
  19. Section 4.3, page 127, Base CNG engine (LF 30/32’): MBTA approves Cummins ISL-G.
  20. Section 4.4, page 127, Diesel engine (LF 30/32’): MBTA approves ISB-2013
  21. Section 4.5, page 128, fuel system (LF 30/32’): MBTA accepts CNG tanks inroof mounted pod.
  22. Section 4.6, page 128, transmissions: MBTA approves Allison B300R.
  23. Section 4.4, page 147, Diesel engine (LF 35/40’): MBTA accepts Cummins ISL 8.9L 2013.
  24. Section 4.5, page 148, fuel system (LF 35/40’): MBTA accepts CNG tanks inroof mounted pod
  25. Section 6.1 and 6.5, pages 149 and 150, Dampening (LF 35/40’): MBTA accepts Gabriel shock absorbers.
  26. Section 4.5, page 145, Diesel engine (LF 35/40’): MBTA accepts high density polyethylene tank providing this meets DOT standards and has proper “baffling”
  27. Section 6.8, page 148, front axle assembly (LF 35’.40’): MBTA approves MAN VOK-07F
  28. Section 7.8, page 149, Firewall (LF 35/40’): MBTA approves New Flyer D90 Foam installation method
  29. Section 7.7, page 149, Undercoating (LF 35/40’): MBTA approves zinc spray undercoating
  30. Section 8.3, page 149, Paint (LF 35/40’): MBTA approves NF standard Q&A paint application
  31. Section 8.6i, page 153, Seating (LF 35/40’): MBTA approves American Seating Insight and USSC Aries as equal to Freedman CitiSeat.
  32. Section 9.5, page 155, Roof Hatch (LF 35/40’): MBTA approves 24X24 Transpec DP II hatch.
  33. Section 9.2, page 155, Ramp (LF 35/40’): MBTA accepts New Flyer flip type ramp.
  34. Section 9.4, page 155, Heating & A/C (LF 35/40’): MBTA approves rear mounted Thermo King T15.
  35. Section 9.6, page 155, Alternator (LF 35/40’): MBTA accepts air type EMP Power 450mand 450 amp alternator
  36. Section 9.8, page 156, Electrical (LF 35/40’): MBTA accepts Parker Vansco VMM Multiplex System.
  37. Section 10, page 157, Windows (LF 35/40’): MBTA approves windshield with 1/4" thick, 72% light transmittance, green laminated glass and blue shade band for street and curb sides.
  38. Section 10, page 157, Windows (LF 35/40’): MBTA approves “black anodized frames with fixed bottom and top tip in ¼” laminated 72% tint.”
  39. Section 10, page 157, Windows (LF 35/40’): MBTA approves “passenger windows with black anodized frames, ¼” tint tempered glass.”
  40. Clarification to SP 8.6, page 41, Documentation & Deliverables (All Line Items): Contractor to supply “Technical Data Notifications” in lieu of updated manuals for the Altoona tested service life of the bus.
  41. SP 8.6, page 41, Documentation & Deliverables: Correction made, manuals and books are to be kept up to date for twelve (12) years.