salem area mass transit district request for …cherriots.org/sites/default/files/rfp 2014-37 bus...

33
Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP) FOR TRANSIT BUS STOP SHELTER SELECTION RFP # 2014-37 Salem Area Mass Transit District 555 Court Street NE, Suite 5230 Phone: 503-588-2424 FAX: 503-588-7542 URL: www.cherriots.org Release Date: November 4, 2014 Pre-proposal conference: None Question and Answer: December 5, 2014 Closing: December 18, 2014 Time: 2:00 PM PT Opening: December 18, 2014 Time: 2:00 PM PT Salem Area Mass Transit District (“SAMTD” or “District”) is requesting proposals from responsible, qualified suppliers or vendor teams to furnish transit bus shelters to improve and replace existing shelters. The District intends to award one or more contracts for all shelters and goods (“goods”) purchased as described in this RFP. The selected Vendor shall be licensed by the State of Oregon to furnish the goods required under the contract, will keep current and maintain all applicable registrations, licenses, insurance and professional affiliations necessary for the work. If a Proposer is not registered with the Oregon Secretary of State and the Oregon Department of Revenue at the time of proposal, it must be registered before contract award. All services to be furnished hereunder shall meet all applicable state and federal requirements, including but not limited to Federal Transit Administration Buy America requirements. Inquiries should be made in writing and directed to Jeri F. McGinnis, Procurement and Contracts, via e-mail at [email protected]. Calls will be accepted at 503-361-7527 for inquiries regarding the processes of the RFP, however all technical questions must be submitted in writing.

Upload: buinhan

Post on 24-Apr-2018

218 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 1

SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

FOR

TRANSIT BUS STOP SHELTER SELECTION

RFP # 2014-37

Salem Area Mass Transit District 555 Court Street NE, Suite 5230

Phone: 503-588-2424 FAX: 503-588-7542

URL: www.cherriots.org

Release Date: November 4, 2014 Pre-proposal conference: None Question and Answer: December 5, 2014 Closing: December 18, 2014 Time: 2:00 PM PT Opening: December 18, 2014 Time: 2:00 PM PT

Salem Area Mass Transit District (“SAMTD” or “District”) is requesting proposals from responsible, qualified suppliers or vendor teams to furnish transit bus shelters to improve and replace existing shelters. The District intends to award one or more contracts for all shelters and goods (“goods”) purchased as described in this RFP. The selected Vendor shall be licensed by the State of Oregon to furnish the goods required under the contract, will keep current and maintain all applicable registrations, licenses, insurance and professional affiliations necessary for the work. If a Proposer is not registered with the Oregon Secretary of State and the Oregon Department of Revenue at the time of proposal, it must be registered before contract award. All services to be furnished hereunder shall meet all applicable state and federal requirements, including but not limited to Federal Transit Administration Buy America requirements. Inquiries should be made in writing and directed to Jeri F. McGinnis, Procurement and Contracts, via e-mail at [email protected]. Calls will be accepted at 503-361-7527 for inquiries regarding the processes of the RFP, however all technical questions must be submitted in writing.

Page 2: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 2

INDEX: SECTION I.0 BACKGROUND SECTION 2.0 PROPOSAL REQUIREMENTS SECTION 3.0 EVALUATION PROCEDURE AND CRITERIA SECTION 4.0 SCOPE OF WORK SECTION 5.0 FTA CONTRACT REQUIREMENTS - FTA CLAUSES – located at: http://cherriots.org/sites/default/files/files/FTA_Contract_Requirements.pdf SECTION 6.0 REQUIRED SUBMITTAL FORMS INFORMATIONAL ATTACHMENTS:

ATTACHMENT I EXHIBIT A PROFESSIONAL SERVICES SAMPLE CONTRACT EXHIBIT B GENERAL TERMS & CONDITIONS EXHIBIT C DETAILED SCOPE OF WORK ATTACHMENT II-B BUDGET & COST PROPOSAL FORM REQUIRED SUBMITTAL FORMS: ATTACHMENT II-A and C PROPOSAL FORM & QUALIFICATIONS QUESTIONNAIRE ATTACHMENT III CERTIFICATION & ACKNOWLEDGEMENT OF FTA CLAUSES ATTACHMENT IV DBE CERTIFICATION ATTACHMENT V DEBARMENT, SUSPENSION CERTIFICATION ATTACHMENT VI NON-COLLUSION AFFADAVIT ATTACHMENT VII LOBBYING CERTIFICATION ATTACHMENT VIII TAX COMPLIANCE AFFIDAVIT

Page 3: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 3

1.0 BACKGROUND Salem Area Mass Transit District (“SAMTD” or “District”), also known as Salem-Keizer Transit (“SKT”), is a public transportation agency operating buses within the urban growth boundary of Salem and Keizer, Oregon and portions of rural Marion, Polk and Linn Counties. It is the District's goal to make a positive difference by enhancing community livability through innovative, sustainable regional transportation. This Vendor Goods and Services solicitation is made under authority of ORS 267.200 and all applicable laws, statutes, rules, regulations and policies. The estimated schedule for Vendor’s performance and deliveries is spring 2015 through spring 2020. The Vendor will be expected to provide transit bus shelters as described in Exhibit A Detailed Scope of Work. 2.0 PROPOSAL REQUIREMENTS: Proposals shall provide a detailed and clear description of the Vendor’s qualifications to satisfy the requirements of the RFP. Proposers are cautioned not to minimize the importance of an adequate response in any area. Proposers shall register on the State of Oregon’s ORPIN system http://orpin.oregon.gov/open.dll . In the event solicitation addenda or changes are issued only registered Proposers will be notified via email of the availability of addenda or changes to the RFP. Acknowledgement of addenda will be required. 2.1 PRE-PROPOSAL CONFERENCE A pre-proposal conference has not been scheduled for this project. 2.2 REQUEST FOR CHANGES, CLARIFICATION, AND EQUIVALENTS Requests for changes, clarification, and equivalent products must be submitted in writing to Jeri F. McGinnis, Procurement and Contracts, via e-mail at [email protected] by the date and time posted on page 1 of the RFP. Proposers shall promptly notify the SAMTD Procurement and Contracts Specialist above, of any ambiguity, inconsistency or error which they discover upon examination of the solicitation and contract documents. Submission of requests for changes, clarifications, or equivalent products shall be marked “RFP 2014-37 Transit Bus Stop Shelter Selection” in the subject line of any correspondence or email. Requests for clarifications received by the deadline will be answered in a written addendum; late requests may not be considered. The District reserves the right to combine similar questions or not respond to any question. All addenda issued for this RFP will be posted to the State’s Oregon Procurement Information (ORPIN) website at http://orpin.oregon.gov/open.dll. Proposer is required to acknowledge receipt and acceptance of all addenda with its proposal. 2.3 CLOSING DATE, TIME AND PROCEDURES Proposal must be received at the District prior to the closing at the address below no later than the

Page 4: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 4

date and time required in this RFP. Proposal must be addressed as follows:

“RFP 2014-37 Transit Bus Shelter Selection” Attn: Jeri F. McGinnis, Procurement & Contracts Salem Area Mass Transit District 555 Court Street NE, Suite 5230 Salem, Oregon 97301

All proposals received by closing date and time will be opened and recorded. Proposals received after the designated closing date and time may not be considered. The District reserves the right to extend the closing by written addenda in the event that the District determines that additional time is needed to consider and respond to a protest or that additional time is needed by Proposers to review and respond to the RFP. District reserves the right, in its sole discretion, to extend, modify or cancel this procurement or to reject any or all Proposals. District reserves the right to waive informalities. 2.4 PROPOSAL FORMATTING INSTRUCTIONS

Proposer shall submit a total of six (6) complete sets of its proposal in a clearly marked, sealed envelope or package. This shall include one (1) full set marked as original, (8) complete copies, and one (1) electronic set (flash drive or compact disk) including executed mandatory attachments and supporting proposal documents. Proposals shall be submitted on the forms provided in the attachments and delivered to the address identified in paragraph 2.3 above. Font should be a minimum of 11 point and margins should be a minimum of 1” on all sides on 8-1/2 x 11 standard paper. Only information relevant to the RFP should be included. Proposer may use 3-ring binder or similar to bind copies, but spiral binding is discouraged. The proposal must be sealed and marked “RFP 2014-37 Transit Bus Shelter Selection.” 2.5 PROPOSAL SUBMISSION Proposals and any required submittal forms in response to the RFP must be delivered in a sealed envelope, content documents signed by an authorized representative of the firm. Proposer shall identify a primary contact person for solicitation purposes with phone number, e-mail address and fax number. Proposals must be properly marked, and will be accepted substantially in the format specified in paragraph 2.4. The District will not be responsible for timely delivery. The District will not be responsible for accidental opening prior to closing of any proposals not properly marked. Electronic transmissions such as emails and faxes of original required documents will not be considered. Proposals are submitted at the sole cost and expense of the Proposer and District is not responsible for any Proposer expense associated with responding to this RFP.

Page 5: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 5

2.6 PROPOSAL CONTENTS

Proposals shall be organized, and information submitted, in order of the criteria set forth in Section 3.8 and the sections of Attachment I Exhibit C Scope of Work. Any additional information in response to items in Attachment II-C shall be numbered according to the corresponding item in the Attachment II-C Qualifications Questionnaire. District reserves the right to seek clarifications of any proposals. 2.6.1. References

Proposer must provide at least three (3) references for similar services or projects. As outlined in Attachment II-C.8, services or project information must include:

• Project name • Owner or agency to which materials were delivered • Contact person’s name, phone number & email address • Description of goods provided to the referenced project • Volume and timing of production and delivery.

References will be evaluated on the quality of customer service (e.g. prompt return of telephone calls and e-mails, prompt resolution of problems), quality of work, accuracy of documentation, ability to schedule and meet scheduled deliveries, transaction closing, project close-out, warranty support and any relevant factors. 2.6.2. Cost Proposal

Proposers must submit a price or cost proposal on the form furnished as Attachment II-B Budget and Cost Breakdown. Fees, commissions, travel, advertising, promotion, meetings, troubleshooting and warranty, mark-up and overhead, ancillary or other hidden costs not disclosed in the cost proposal during the RFP process, will not be considered after contract award. Delivery is FOB jobsite, full freight allowed, 3170 Del Webb Avenue, Salem, Oregon 97301. 2.6.3 Schedule Proposers must submit a preliminary schedule which includes lead time, production, manufacture, and delivery for product to be at its destination in Salem, Oregon. As part of Attachment II-C.11, Proposer shall submit major tasks outline and timeline (schedule) with its proposal. Schedule shall include basic benchmarks and preliminary planning dates for progress, engineering, manufacture and delivery. It is intended that the replacement and upgrade construction of the shelters will start in the spring of 2015 and continue over a 5 year period. Release, manufacture and delivery must correspond to this tentative schedule. 2.6.4 Other Relevant Information Proposer is invited to include any other facts, elements, design efficiency, exceptions, narrative and other Vendor information for the Evaluation Committee to consider that may provide value to the project.

Page 6: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 6

2.7 REVIEW OF SOLICITATION DOCUMENTS

Solicitation documents may be reviewed at the District main office located at 555 Court Street NE, Suite 5230, Salem, Oregon 97301. Proposer shall register on the State of Oregon’s ORPIN system http://orpin.oregon.gov/open.dll. In the event solicitation addenda or changes are issued only registered Proposer will be notified via email of the availability of addenda or changes to the RFP. Acknowledgement of addenda will be required with the Proposal. All inquiries shall be directed to Jeri McGinnis, Procurement and Contracts via e-mail at [email protected]. 2.8 DATE, TIME AND PLACE OF OPENING Proposals will be opened on the date and at the time set for opening, or as promptly as reasonable after the RFP closing. The place of opening is:

Salem Area Mass Transit District 555 Court Street, Suite 5230 Salem, Oregon 97301

District reserves the right to modify the place of opening by written notice to Proposers. Information regarding Proposers or proposals received will not be disclosed until the Intent to Award is issued. 2.9 ADDENDA District reserves the right to change this procurement by written addenda. Addenda will be posted to the ORPIN system and a copy will be available at the District Offices as noted above. Addenda will be provided within a reasonable time, not less than 72 hours (except for countervailing public interest) prior to closing to allow Proposers to consider the addenda. Addenda making a modification of the evaluation criteria shall be issued no fewer than 2 days prior to closing.

3.0 EVALUATION PROCEDURE AND CRITERIA Each proposer’s submittal will be evaluated using the selection criteria listed below. All proposals will be subject to the evaluation by an internal SAMTD Evaluation Committee which will select the proposal based on the scores. Representatives from the firms achieving the highest three scores will be invited to interview via conference call with the Evaluation Committee before the final decision is made. 3.1 The District will receive proposals and verify the proposal is responsible and responsive. At closing and RFP opening, at that time, the District will not evaluate the content of any proposal. Those proposals determined to be responsive and from responsible Proposers will be considered for Evaluation Committee review and award. The responsibility of Proposers shall be evaluated in accordance with ORS 279B.110.

3.2 An Evaluation Committee will be appointed to score and rank proposals. The Committee

Page 7: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 7

will evaluate and score proposals based on the proposal most advantageous to the District after consideration of all Evaluation Criteria factors. The evaluation criteria are identified in Section 3.8 below.

3.3 The Committee will rank proposals and identify the highest ranking Proposals. The Committee intends to interview those Proposers in the competitive range. Interviews may change preliminary scores.

3.4 The District reserves the right to make changes to the RFP by written addenda up to 72 hours prior to the Closing Date and Time, or at any time during discussions and negotiations with the most qualified Proposer(s).

3.5 The District reserves the right to investigate the qualifications of any Proposer under consideration and to confirm any part of the information furnished by a Proposer, or to require other evidence of managerial, financial or technical capabilities, which are considered necessary for the successful performance of the work. 3.6 Salem Area Mass Transit District General Manager shall have full authority over District source selection and decision to award, subject to applicable District policy.

3.7 The District reserves the right to take into consideration any or all information supplied by the proposers or obtained by the District in its investigation into the experience and qualification of the Proposer, including interviews with the three highest scoring proposers.

3.8 The evaluation criteria, appearing in no particular order, to be considered by the evaluation committee is set forth in the following table:

Evaluation Criteria Points A. Quality and Durability of Construction: The quality and

durability of each prospective proposal will be evaluated against the wet, windy weather expected during the Oregon Fall, Winter and Spring. Quality and durability shall include factors such as compliance with design requirements, warranties, suitability of materials, and ease of installation.

25

B. Price per shelter type, options and shipping costs: Proposals will be evaluated based on total costs for all products requested by SAMTD

25

C. Capability and Qualifications: The ability to successfully complete the project and meet all associated contract terms shall be evaluated, along with the proposer’s prior experience in delivering bus stop shelters on time and within budget.

25

D. Ability to furnish all base and optional products listed in Attachment II – B, Budget and Cost Breakdown.

25

E. Interview: Competitive range prospective proposer will be evaluated and awarded points based on its interview performance and ability to respond to and answer the Selection Committee’s questions, experience of Project Manager and quality of project staff.

10

TOTAL AVAILABLE POINTS 110

Page 8: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 8

3.8.1 PROTEST PROCEDURE Protest procedures are set forth in OAR 137-048-0240 and, to the extent consistent with those regulations, the District’s protest policy (available upon request). 3.10 ACCEPTANCE, REJECTION, AND RESERVATION OF RIGHTS Selection, if any, will be made by notice to the Proposers within the competitive range and the Proposer with the highest ranking will promptly enter into negotiations for a contract with the District. The District reserves the right, in its sole discretion, to cancel this solicitation or reject any or all proposals. In determining the most responsive proposers, District reserves the right to take into consideration any or all information supplied by the Proposers or obtained by District in its investigation into the experience and qualification of the Proposers. District reserves the right to waive informalities if it is in the best interest of the District to do so. District reserves the right to negotiate a final contract that is in the best interests of the District. 4.0 SCOPE OF WORK The Scope of Work is detailed in Exhibit C, to the proposed contract, which is attached as Attachment I. 5.0 FTA CONTRACT REQUIREMENTS: The FTA Contract Requirements are incorporated by reference herein. The FTA Contract Requirements, Exhibit FTA, is available through this link:

http://cherriots.org/sites/default/files/files/FTA_Contract_Requirements.pdf 6.0 REQUIRED SUBMITTAL FORMS

Attachments II through VIII must be completed and submitted as part of the proposal.

Page 9: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 9

ATTACHMENT I EXHIBIT A

SAMPLE CONTRACT

Date: _______________ , 2014 Parties: SALEM AREA MASS TRANSIT DISTRICT (“District”) 555 Court Street NE, Suite 5230 Salem, OR 97301 Tele: (503)588-2424 VENDOR/SUPPLIER (“Vendor”) Address City, State, Zip Tele: Recitals: The District issued Request for Proposal (RFP) #2014-37 Transit Bus Shelter Selection dated _________, 2014 to provide Vendor services to the District; Vendor submitted a Proposal dated _____________ (the “Proposal”) in response to the RFP and the District selected Vendor to provide services as described in the RFP. NOW THEREFORE, the District and the Vendor, for the considerations hereinafter named, agree as follows: Agreements: 1. The term of this Contract shall commence on the date of this Contract as cited above, or upon final signature, whichever is later, and shall continue through the issuance of the Vendor’s final certificate of payment to the construction contractor. The District may, at its option, extend the term of this Contract if it is in the best interest of the District to do so. 2. Vendor agrees to provide the goods and services as described in this Contract on the terms and conditions contained in this Contract, and to fully and faithfully perform its obligations under this agreement. The detailed Statement of Work is contained in Exhibit C, attached hereto and incorporated by reference herein. General terms and conditions are contained in Exhibit B, attached hereto and incorporated by reference herein. Contractor agrees to meet the highest standards prevalent in the industry or business most closely involved in providing the Goods that the District is purchasing. 3. The terms and conditions set forth herein in this Contract shall prevail over any conflicting or inconsistent provision of the RFP or Proposal. 4. Provided that Vendor fully and faithfully performs its obligations under this Contract, District agrees to compensate Vendor in accordance with the terms of this Contract. The maximum payable to Vendor is $ (Amount in figures) (Amount Written /100 Dollars), unless otherwise amended. The Vendor may make monthly Application for Payment for the services. Applications received by the District by the fifth day of the month following services, if

Page 10: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 10

uncontested, will be paid by the last day of the month. 5. Vendor shall indemnify and hold the District and its directors, officers, representatives, agents and employees harmless from all claims, liability, losses, and causes of action that may arise out of the Vendor’s performance of the contract. The Vendor shall pay all claims and losses of any nature whatsoever, in connection therewith, and shall defend all suits, in the name of the District, when applicable, and shall pay all costs and judgments that may issue thereon. 6. Vendor shall comply with all applicable Federal, State, and local laws, rules and regulations. 7. In performing its obligations under this Contract, Vendor agrees to comply with all applicable Federal and state laws, including, without limitation, ORS 279B.020, 279B.200 – 279B.240 and 279C.540, each of which is incorporated herein by reference. 8. Vendor hereby certifies, under penalty of perjury, that Vendor is, to the best of its knowledge, not in violation of any tax laws described in ORS 305.380(4). SALEM AREA MASS TRANSIT DISTRICT

CONSULTANT

By:

By:

Allan Pollock, General Manager Signature Date: ____________________

Printed Name and Title

APPROVED AS TO LEGAL FORM:

Date: _____________________

District Legal Counsel

Page 11: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 11

ATTACHMENT I

EXHIBIT B GENERAL TERMS AND CONDITIONS

1. COMPLIANCE WITH RULES AND REGULATIONS Vendor will comply with all laws and regulations governing the use of Federal, State and local funding received by District as a source of funds for payment to Vendor for providing services under this Contract. Vendor shall indemnify and hold harmless SAMTD and all of its officers, officials, agents, and employees against any claim, demands, and causes of action of any kind or character, or any liability arising from or based upon the violation of any such law, ordinance, or regulations whether by Vendor or its employees. In performing its obligations under this agreement, the Vendor shall obtain and pay at its own expense for any applicable licenses required by the State of Oregon, Secretary of State or other applicable licenses and permits required to conduct business. Vendor represents, warrants and agrees that it will at all times perform its obligations under this Contract in compliance with all applicable federal regulations. All contractual provisions required by FTA, 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 Contract. The Vendor shall not perform any act, fail to perform any act, or refuse to comply with any District requests which would cause the District to be in violation of the FTA terms and conditions. In addition, without limiting the generality of any of the foregoing, the Vendor agrees to comply with the FTA contract clauses located at: http://cherriots.org/sites/default/files/files/FTA_Contract_Requirements.pdf which are incorporated by reference herein. In the event of any conflict between the provisions of this Contract and the foregoing state statutes, the state statutes shall control. In the event of any conflict between this Contract and the FTA contract clauses, the FTA contract clauses shall control. Not every requirement of the foregoing state statutes or the FTA contract clauses will apply in each instance to the performance of Vendor under this particular contract. The nature of the obligations under this Contract will determine which requirements of state law and FTA contract clauses will apply. Requirements that do not apply will not be enforced. District has determined that a payment, performance or maintenance bond is not required for the services to be provided under this Contract. The Vendor, sub recipient or subcontractor shall not discriminate on the basis of race, color, creed, national origin, sex, age, or disability in the performance of this Contract. 2. INSURANCE The Vendor shall obtain at Vendor’s expense the insurance specified in this section prior to performing under this Contract and shall maintain it in full force and at its own expense throughout the duration of this Contract and all warranty periods. Vendor shall obtain the

Page 12: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 12

following insurance from insurance companies or entities that are authorized to transact the business of insurance and issue coverage in the State of Oregon, adjusted annually per ORS 30.271 and 30.272, and that are acceptable to the District. 1) Workers’ Compensation Insurance Vendor shall maintain, during the life of this Contract, Workers’ Compensation Insurance or equivalent for all employees employed on this work; and shall require any subcontractors and agents to provide similar insurance for all said subcontractors’ or agents’ employees, unless said employees are covered by the insurance maintained by the Vendor. 2) Commercial General Liability Vendor shall maintain a $2,000,000, combined single-limit, commercial general liability insurance policy covering claims for death, bodily injury, and property damage arising out of Vendor’s performance, under this Contract. Such insurance shall include coverage for completed operations, and shall provide the primary coverage on all claims arising out of the performance of the contract.

3) Auto Liability Vendor and any subcontractors and agents shall provide Automobile Bodily Injury and Property Damage Insurance covering all automobiles defined as motor vehicles, whether owned, non-owned, leased, or hired, with not less than the following limits:

Limits: $2,000,000 Per Occurrence Per Person $2,000,000 per Occurrence for Bodily Injury $2,000,000 per Occurrence for Property Damages

4) Professional Liability Vendor shall maintain Professional Liability – errors and omissions - $2,000,000 combined single limit, bodily injury/property damage. 5) Additional Insured District shall be named as additional insured on all required liability policies, with an endorsement providing for cross-liability coverage. District may require current copies of insurance endorsement. Procuring of such required insurance shall not be construed to limit Vendor’s liability hereunder. Notwithstanding said insurance, Vendor shall be obligated for the total amount of any damage, injury or loss caused by Vendor’s negligence or neglect connected with this Contract. 6) Cancellation Insurance policies required for this Contract may not be cancelled without thirty (30) days advance notice to District. Policies must be replaced with comparable coverage prior to lapse of old policy.

Page 13: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 13

3. FTA FUNDING This procurement may be funded, in whole or in part, by grant funds provided by the Federal Transit Administration. This Contract shall be governed by applicable federal laws and regulations relating to third party contracts. 4. TERMINATION OF CONTRACT; REMEDIES The District may terminate this Contract, or any portion of it, by serving a notice of termination on the Vendor. The notice shall state whether the termination is for convenience of the District or for the default of the Vendor. If the termination is for default, the notice shall state the manner in which the Vendor has failed to perform the requirements of the contract. The Vendor shall account for any property in its possession paid for from funds received from District, or property supplied to the Vendor by District. If the termination is for convenience, District may fix the fee, if the contract provides for a fee, to be paid the Vendor in proportion to the value, if any, of work performed up to the time of termination. If the termination is for convenience, the Vendor shall promptly submit its termination claim to District and the parties shall negotiate the termination settlement to be paid the Vendor. If, after serving a notice of termination for default, District determines that the Vendor has an excusable reason for not performing, such as strike, fire, flood, events which are not the fault of and are beyond the control of the Vendor, District, after setting up a new work schedule, may allow the Vendor to continue work, or treat the termination as a termination for convenience. Termination for default shall not be District’s exclusive remedy and District may pursue any additional remedies it may have for damages or injunctive relief on account of Vendor’s breach of contract. 5. AUTHORITY: Vendor certifies that it has all requisite authority to bind its organization to the terms and conditions of the agreement and to perform the work under this Contract. 6. ASSIGNMENT: Vendor agrees that it shall not assign, sell, transfer, or sublet its rights, or delegate its responsibilities under this agreement, in whole or in part, without the written consent of District. 7. SUBCONTRACTING: Vendor expressly agrees that it may not subcontract any parts of this agreement without the written consent of District. 8. NON APPROPRIATION

If the governing body of the District fails to specifically appropriate sufficient funds to make the payments due in any fiscal year and no such appropriation is legally made, the District may terminate this Contract at the end of the then-current fiscal year and all obligations of the parties under this Contract arising thereafter shall terminate. Nothing in this Contract shall be deemed in any way to obligate the District beyond the current fiscal year.

Page 14: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 14

9. RIGHT TO AUDIT The District or its designee shall be entitled to audit all of the Vendor’s, sub-contractors’ and suppliers’ records, and shall be allowed to interview any of the Vendor’s, sub-contractors’ and suppliers’ and sub-contractors’ / suppliers’ employees, throughout the term of this Contract and for a period of three years after final payment or longer if required by law to the extent necessary to adequately permit evaluation and verification of:

a. Vendor’s compliance with contract requirements, b. Compliance with provisions for pricing change orders, invoices or claims submitted by

the Vendor or any of its payees.

10. INDEPENDENT CONTRACTOR At all times the Vendor, any of its employees, or its sub-consultants, sub-contractors, suppliers and their subsequent employees shall be considered independent contractors and not as District employees. The Vendor shall exercise all supervisory control and general control over all workers' duties, payment of wages to Vendor's employees and the right to hire, fire and discipline their employees and workers. As an independent contractor, payment under this Contract shall not be subject to any withholding for tax, social security or other purposes, nor shall the Vendor or its employees be entitled to District paid sick leave, pension benefit, vacation, medical benefits, life insurance or workers' unemployment compensation or the like. 11. OWNERSHIP OF WORK PRODUCT; CONFIDENTIALITY 11.1 Definitions. As used in this Contract, the following terms have the meanings set forth below: a. “Vendor Intellectual Property” means any intellectual property owned by Vendor and developed independently from this Contract and that is applicable to the Services or included in the Work Product. b. “Third Party Intellectual Property” means any intellectual property that is owned by parties other than the District or Vendor and that is applicable to the Services or included in the Work Product. c. “Work Product” means the Services that Vendor is required to deliver to the District under this Contract. Work Product includes every invention, discovery, work of authorship, trade secret or other tangible or intangible item and all intellectual property rights therein, and all copies of plans, specifications, reports and other materials, whether completed, partially completed or in draft form. 11.2 Work Product. Except as provided in Sections 11.3 and 11.4, all Work Product created by Vendor pursuant to this Contract, including derivative works and compilations, and whether or not such Work Product is considered a “work made for hire” or an employment to invent, shall be the exclusive property of the District. The District and Vendor agree that such original works of authorship are “work made for hire” of which the District is the author within the meaning of the United States Copyright Act. To the extent that the District is not the owner of the intellectual property rights in such Work Product, Vendor hereby irrevocably assigns to the District any and all of its rights, title, and interest in all original Work Product created pursuant to this Contract, whether arising from copyright, patent, trademark, trade secret, or any other state or federal

Page 15: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 15

intellectual property law or doctrine. Upon the District’s reasonable request, Vendor shall execute such further documents and instruments necessary to fully vest such rights in the District. Vendor forever waives any and all rights relating to original Work Product created pursuant to this Contract, including without limitation, any and all rights arising under 17 USC §106A or any other rights of identification of authorship or rights of approval, restriction or limitation on use or subsequent modifications. 11.3 Vendor Intellectual Property. In the event that Work Product is Vendor’s Intellectual Property, Vendor hereby grants to the District an irrevocable, non-exclusive, non-transferable, perpetual, royalty-free license to use the Vendor Intellectual Property, including the right of the District to authorize contractors, consultants and others to use the Vendor Intellectual Property, for the use, occupancy, repair, restoration, modification and completion of the Project. 11.4 Third Party Intellectual Property. In the event that Third Party Intellectual Property is necessary for the use of any Work Product, Vendor shall secure on the District’s behalf and in the name of the District, an irrevocable, non-exclusive, non-transferable, perpetual, royalty-free license to use the Third Party Intellectual Property, including the right of the District to authorize contractors, consultants and others to use the Third Party Intellectual Property, for the use, occupancy, repair, restoration, modification and completion of the Project. 11.5 Vendor Intellectual Property-Derivative Work. In the event that Work Product created by Vendor under this Contract is a derivative work based on Vendor Intellectual Property, or is a compilation that includes Vendor Intellectual Property, Vendor hereby grants to the District an irrevocable, non-exclusive, non-transferable, perpetual, royalty-free license to use the pre-existing elements of the Vendor Intellectual Property employed in a Contract Work Product, including the right of the District to authorize contractors, consultants and others to use the pre-existing elements of the Vendor Intellectual Property employed in a Contract Work Product, for the use, occupancy, repair, restoration, modification and completion of the Project. 11.6 Third Party Intellectual Property-Derivative Work. In the event that Work Product created by Vendor under this Contract is a derivative work based on Third Party Intellectual Property, or is a compilation that includes Third Party Intellectual Property, Vendor shall secure on the District’s behalf and in the name of the District an irrevocable, non-exclusive, non-transferable, perpetual, royalty-free license to use the pre-existing elements of the Third Party Intellectual Property employed in a Contract Work Product, including the right to authorize contractors, consultants and others to use the pre-existing elements of the Third Party Intellectual Property employed in a Contract Work Product, for the use, occupancy, repair, restoration, modification and completion of the Project. 11.7 Limited Owner Indemnity. To the extent permitted by the Oregon Constitution, Article XI, Section 7, and by the Oregon Tort Claims Act, ORS 30.260 through 30.397, the Vendor shall be indemnified, and held harmless by the District from liability arising out of re-use or alteration of Work Product by the District, which was not specifically contemplated and agreed to by the Parties in this Contract or under separate contract. 11.8 Vendor Use of Work Product. Vendor may refer to the Work Product in its brochures or other literature that Vendor utilizes for advertising purposes and, unless otherwise specified, the Vendor may use standard line drawings, specifications and calculations on other, unrelated projects.

Page 16: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 16

12.0. FOREIGN CONTRACTOR If Vendor is not domiciled in or registered to do business in the State of Oregon as of the Effective Date, Vendor shall promptly obtain all necessary licenses, authorizations and permits, and provide to professional licensing boards, the Oregon Department of Revenue and the Secretary of State’s Corporation Division all filings required by those agencies relative to Vendor’s performance and delivery of goods under this Contract. Vendor shall demonstrate its legal capacity to perform the services and deliver the goods under this Contract in the State of Oregon prior to executing this Contract. 13.0. NOTICES AND COMMUNICATIONS Except as otherwise expressly provided in this Contract, any notices to be given hereunder shall be given in writing by personal delivery, facsimile, or mailing the same, postage prepaid, to Vendor or District at the address or number set forth on Exhibit A to this Contract, or to such other addresses or numbers as either party may hereafter indicate pursuant to this Section 13.0. Any notice delivered by mail shall be deemed to be given five (5) calendar days after the date of mailing. Any notice delivered by facsimile shall be deemed to be given when the transmitting machine generates a receipt of the transmission. To be effective against District, any facsimile communication or notice must be confirmed by telephone notice to District’s Representative for the Project as indicated in this Contract, and shall not be deemed to be given until such confirmation is completed. Any notice by personal delivery shall be deemed to be given when actually delivered. Regular, day-to-day communications between the Parties may be transmitted through one of the methods set forth above, in person, by telephone, by e-mail, or by other similar electronic transmission. Any communications between the Parties or notices to be given shall be given in writing to the following: Salem Area Mass Transit District Attn: Capital Project Manager 555 Court Street NE, Suite 5230 Salem, OR 97301

Vendor __________________________ __________________________ __________________________

14.0 MEDIA CONTACTS, CONFIDENTIALITY Vendor shall provide no news release, press release, or any other statement to a member of the news media regarding this Project, without the District’s prior written authorization. 15.0. CONFLICT OF INTEREST Except with District’s prior written consent, Vendor shall not engage in any activity, or accept any employment, interest or contribution that would, or would reasonably appear, to compromise Vendor’s professional judgment with respect to this Project, including, without limitation, concurrent employment on any project in direct competition with the District’s Project.

Page 17: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 17

16.0 ORDER OF PRECEDENCE A. The Contract less all attachments, exhibits and other material incorporated into the Contract by reference; B. The RFP and Statement of Work; C. All Terms and Conditions contained in the RFP (including all addenda, if any); D. All attachments, exhibits, and other material incorporated into the Contract by reference. 17.0 WARRANTY Vendor shall warrant against defects, including latent defects, in design, engineering and manufacture and any defects or errors will be corrected at no cost to the District.

Page 18: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 18

ATTACHMENT I

EXHIBIT C

DETAILED SCOPE OF WORK 1.0 Introduction The Salem Area Mass Transit District (SAMTD) is seeking one or more vendors to provide up to a five (5) year contract for the fabrication and delivery of between one hundred (100) and one hundred seventy five (175) bus passenger shelters. These shelters shall be aluminum framed with standing seam hip roof and an integrated or stand-alone bench with divided seats. Shelters will be constructed in the manner and of the materials outlined in the specifications that follow. They will be provided in the size, quantities and delivery schedule required by SAMTD. 2.0 Background Salem Area Mass Transit District (“SAMTD” or “District”), also known as Salem-Keizer Transit (“SKT”), is a public transportation agency operating buses within the urban growth boundary of Salem and Keizer, Oregon and portions of rural Marion, Polk and Linn Counties. It is the District's goal to make a positive difference by enhancing community livability through innovative, sustainable regional transportation. Currently the District has more than 700 bus stops along its fixed routes, with 137 installed bus stop shelters. Most of the existing shelters are more than 20 years old and need replacement. Over the course of the next three (3) to five (5) years the District intends to replace these shelters and install additional shelters where needed. 3.0 Scope of Work This procurement will result in a one or more contracts with firm unit pricing for the first year. Pricing for the remaining contract terms may be revised once yearly at the contract anniversary date at the request of the vendor. Any price change shall be in accordance with the Portland-Salem consumer price index (CPI) but shall in no event exceed three percent (3%) annually at any contract anniversary date. SAMTD will purchase a minimum of two (2) shelters on any single order with limited restrictions on maximum quantities per order (up to the maximum quantity of 175 over the 5 year contract). The contract is expected to be executed by April 15, 2015. Based on the funding criterion, the project must be completed and the final billing turned in to SAMTD by April 14, 2020. The work specified includes the engineering, fabrication, and delivery of five (5) different types of bus passenger shelters, which are outlined below:

Page 19: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 19

A. Standard Bus Shelter – An aluminum framed shelter, with the roof measuring approximately 60.0” x 96.0”, with the frame measuring approximately 52.0” – 58.0” x 90.0” – 94.0”, suitable for installation on a 5’ x 10’ concrete pad, with optional glass panels on three (3) sides.

B. Cantilevered Bus Shelter – An aluminum framed shelter, with the roof measuring approximately 60.0” x 96.0”, with the frame measuring approximately 24.0” - 30.0” x 90.0” – 94.0”, suitable for installation on a sidewalk, with optional glass panels on three (3) sides.

C. Oversize Bus Shelter – An aluminum framed shelter, with the roof measuring

approximately 60.0” x 192.0”, with the frame measuring approximately 52.0” – 58.0” x 186.0” – 190.0”, suitable for installation on a 5’ x 18’ concrete pad, with optional glass panels on four (4) sides and two (2) appropriately sized ADA entrances.

D. Compact Bus Shelter - An aluminum framed shelter, with the roof measuring

approximately 24.0” x 72.0”, with the frame measuring approximately 18.0” - 22.0” x 66.0” – 70.0”, suitable for installation on a sidewalk, with optional glass panels on the rear side.

E. Four Sided Standard Bus Shelter – An aluminum framed shelter, with the roof measuring approximately 60.0” x 96.0”, with the frame measuring approximately 52.0” – 58.0” x 90.0” – 94.0”, suitable for installation on a 5’ x 10’ concrete pad, with optional glass panels on four (4) sides and two (2) appropriately sized ADA entrances.

All bus shelters shall include the standard equipment as outlined below, as well as having the capability to include the optional equipment defined below. 3.1 Standard Design Requirements Each bus shelter structure shall include the frame, a standing seam hip roof, and an integrated or stand-alone bench with divided seats. Below are the standard design requirements applicable to all shelter types. 3.1.1 Standard Shelter Design Characteristics

A. An appropriately sized aluminum frame suitable for installation on concrete surfaces as described above.

B. The aluminum frame shall allow for the installation of optional glass panels, extending from the bottom rail to the roof rail, of a minimum ¼” clear safety glass.

C. The shelter shall have a minimum eight (8) inch ventilation space, or equivalent, at the bottom.

Page 20: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 20

D. Standing seam hip roof with fascia and integral gutter. E. Each shelter shall contain an integrated or stand-alone ADA compliant bench

with divided seats. F. Shelters shall be fabricated in the minimum number of parts and/or sections,

which can be transported to each assembly site in their pre-glazed sections. G. Fabrication methods shall provide for ease in the erection process. H. The frame shall be designed to be stable with or without wall glazing. The

shelter, including connections, components and anchorage, shall be tamperproof.

I. The shelter, including the structural frame, glazing and roofs, shall be capable of withstanding a peak wind load of 95 mph. The roof, including the peak, shall be capable of supporting a snow or other dead load as required by the City of Salem, Oregon; Keizer, Oregon; and Marion County building and development codes. The roof shall also support the optional solar lighting package, either as a roof mount or pole mount.

J. All structural and framing members including the fascia shall be extruded aluminum of an appropriate alloy not less than 1/8 inch in thickness.

K. All shelters shall be engineered and assembled to accept the optional design requirements listed in section 3.2 below.

3.1.2 Shelter Finish and Color

A. All shelters shall have a powder coated finish, of a color to be chosen by the District during negotiations. For comparative proposal purposes only, vendor shall submit pricing based on powder coat RAL 7042, or identified equal.

B. Powder coating must be of a brand and quality that the coating and color will last

at least 10 years without requiring new coating, and must meet or exceed the following standard specification: Powder coat shall be at least .003 inches thick. Epoxy or epoxy hybrid formulations shall not be allowed. The coating shall be smooth and uniform in appearance. All exterior surfaces shall be covered, including the mounting holes.

3.2 Optional Design Requirements SAMTD, at its option, may include the following elements into one or more of the shelters that will be provided in the proposals. Each of the shelters outlined above shall have the capability to include the following options:

A. Optional Solar LED Lighting Package – An optional roof-mounted solar LED lighting package with dusk to dawn capability and a minimum 12 hour battery backup power source shall be provided. The solar lighting package shall include, at a minimum, solar panel(s), solar controller, battery and LED light fixture.

B. Optional Solar LED Lighting Package Mounting Method: The solar LED lighting package shall have an optional pole-mounting method for shelters that are not in an optimal location or solar angle for generating solar power.

Page 21: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 21

C. Optional Customer Information Display Case – An optional customer information display case with attachable mounting hardware suitable for the display of maps, schedules and other customer information shall be provided. The display case shall be weather resistant.

D. Optional Glass Panels – The District, at its discretion, shall source the shelter glass panels either locally or from the selected vendor. As an option, the District may order one or more glass panels from the selected vendor. The glass panels shall be a minimum ¼” clear tempered safety glass.

E. Optional Anti-Graffiti Coating – The District, at its discretion, shall source the anti-graffiti coating either locally or from the selected vendor. The type and style of anti-graffiti coating shall be identified in the pricing.

F. Optional Aluminum Side Panels – For the standard shelter and on specific orders, optional solid aluminum panels shall be installed, extending from the bottom rail 24” up to the middle rail, with optional minimum ¼“ thick clear safety glass panels extending to the top rail. All finishes shall match the defined shelter finishes listed in section 3.1.2.

G. Optional Attachable Trash Cans – For each shelter type, an optional attachable and detachable trash can with a 10 gallon minimum shall be provided. The finish shall match the bus shelter itself. The proposer shall provide for a quick and durable tamper proof attachment mechanism for the trash can.

H. Optional Stand Alone Trash Can – For each shelter type, the pricing of an optional stand-alone matching trash can with a 20 gallon minimum shall be provided. The finish shall match the bus shelter itself.

I. Optional Glass Clamping – The aluminum frame shall allow for the optional installation of clamped glass panels, extending from the bottom rail to the roof rail, of a minimum ¼” clear safety glass. The glass panels shall be installed using a minimum six (6) point clamping attachment mechanism, or equivalent.

3.3 Shipping and Delivery All shelters and associated parts shall be shipped to SAMTD’s main bus maintenance facility, located at 3170 Del Webb Boulevard, Salem, Oregon, 97303; unless otherwise instructed at the time of delivery. Vendor is required to advise shipper that it is required to call at least 24 hours prior to any delivery. 3.4 Drawings Proposer is required to submit as part of its bid, any plans, drawings or other illustrative images and dimensioning, including solar panels and lighting features. All drawings shall have the appropriate engineer’s stamp and calculations to meet the performance specifications outlined in this RFP.

Page 22: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 22

4.0 Proposal Content In addition to the information requested in the Attachments and Exhibits, Proposals shall include the following information:

A. Technical specifications and drawings of shelters proposed, including, but not limited to materials, finishes, connections, glass installation, stability and strength, electrical specifications and grounding as appropriate, and assembly instructions.

B. Shop drawings and engineer’s specifications, to include wide load calculations,

required dimensions of glass panels and the dimensions and weights of each shelter type.

C. Prices by shelter type and packaging/shipping method.

D. Single order Quantity price breaks and/or discounts.

E. Warranty information.

F. Repair parts list and itemized cost, with lead times for manufacturing.

G. Delivery time by shelter type and installation information.

Page 23: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 23

ATTACHMENT II - A PROPOSAL FORM

RFP #2014-37 REQUEST FOR PROPOSAL SALEM AREA MASS TRANSIT DISTRICT Transit Bus Shelter Selection Name of Individual, Company or Organization:

Type of Organization: (Sole Proprietor, LLC, Corporation, etc.)

Address:

City, State, Zip:

Contact Name:

Contact Info: PH: Cell: EM:

Oregon Secretary of State #: (If no Oregon SOS, provide SOS# for Proposer’s State):

Dun & Bradstreet Number (DUNS #):

Tax ID Number (TIN#): (If Proposer is providing SSN, SSN shall be listed on original only and not appear on copies or electronic files.)

Per Section 3.0 Evaluation, the Committee will evaluate based on (listed in no particular order): Quality and durability of construction Price per shelter type, options, and shipping costs Capability and qualifications Ability to furnish base shelters and optional products Interview

Number and attach responses respectively to the Scope of Work.

Addenda Received: N/A (None issued) #1 #2 #3 #4 #5

5. Responsible, Responsive Proposal: The following forms and responses must be completed and attached: ATTACHMENT II PROPOSAL FORM & QUALIFICATIONS QUESTIONNAIRE ATTACHMENT III CERTIFICATION & ACKNOWLEDGEMENT OF FTA CLAUSES ATTACHMENT IV DBE CERTIFICATION ATTACHMENT V DEBARMENT, SUSPENSION CERTIFICATION ATTACHMENT VI NON-COLLUSION AFFADAVIT ATTACHMENT VII LOBBYING CERTIFICATION ATTACHMENT VIII TAX COMPLIANCE AFFIDAVIT

Yes No Yes No Yes No Yes No Yes No Yes No Yes No

Page 24: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 24

1.Proposer certifies that the it has not discriminated and will not discriminate, in violation of ORS279A.110(4), against any minority, women or emerging small business enterprise or against a business enterprise that is owned or controlled by or that employs a disabled veteran in obtaining a required subcontract. 2. Proposer certifies under penalty of perjury, that the Proposer is, to the best of the Proposer’s knowledge, not in violation of any tax laws described in ORS 305.380 (4). 3. I certify the information provided in this Proposal is true and correct and that I have authority to bind the organization. By submitting this proposal, I/We will abide by the terms and conditions stated herein.

Proposer/Vendor:

Signature Date

Page 25: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 25

ATTACHMENT II - B

PROPOSAL FORM – BUDGET AND COST BREAKDOWN (To be provided with the proposal documents)

The Vendor, having become thoroughly familiar with and understanding all of the RFP incorporated herein, agrees to provide a comprehensive budget and cost breakdown for Salem Area Mass Transit District as specified herein as proposed below: BID PRICE SHEET* Standard Bus

Shelter Cantilevered Bus Shelter

Oversize Bus Shelter

Compact Bus Shelter

4 Sided Std Bus Shelter

BASE BID Aluminum frame and standing seam hip roof, integrated or stand-alone divided seat bench.

OPTIONAL BID 10 gallon attachable and detachable trash can

20 gallon minimum stand-alone trash can

Rear glass panel(s), minimum ¼” clear safety glass

Side glass panel(s), minimum ¼” clear safety glass

Solar LED Lighting Package

Solar LED Lighting Package, Pole Mount

Customer Information Display Case

Anti-Graffiti Coating Aluminum Side Panels

Glass Clamping Method

Proposer shall provide all of the information promptly when requested. Failure to do so and/or failure to provide post-proposal requested information may be cause for termination of negotiations.

*At the proposer’s option, a similar bid spread sheet may be used that is substantially similar in form, but must have all of the above contents.

Page 26: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 26

ATTACHMENT II - C PROPOSAL FORM - QUALIFICATIONS QUESTIONNAIRE

(Proposer may create an attachment that responds to the qualifications questions.) Please answer the following questions completely. Proposer is not required to submit answers on this form. Additional information (brochures, illustrations, etc.) may be used in demonstrating qualifications. If not using this form, Proposer shall follow its numbering and reasonable format. 1. Firm name: _____________________________________________________________________ 2. Established: Year __________ State __________ 3. Former firm name(s) if any, and year(s) in business:

_____________________________________________________________________________

_____________________________________________________________________________ 4. Home office business address and telephone number where work will be performed:

_____________________________________________________________________________ 5. Branch office(s) if work will be performed there:

_____________________________________________________________________________ 6. Personnel of firm who will be working on this project. Attach resumes or bios of key personnel:

NAME AND TITLE SPECIALTY YEARS EXPERIENCE EXPECTED ROLE

_____________________________________________________________________________

_____________________________________________________________________________

_____________________________________________________________________________

_____________________________________________________________________________

_____________________________________________________________________________ 7. Total personnel of firm:

a. Professional: __________ b. Non-professional: __________

Page 27: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 27

ATTACHMENT II – C (continued) PROPOSAL FORM - QUALIFICATIONS QUESTIONNAIRE

8. Attach a list of three similar projects performed over the last six (6) years. Include:

• project name, • owner or agency, • contact person, phone number, and email address, • description of project, • professional services provided and • size of transit operations, if project was transit related.

9. Identify projects in Item 8 which most closely match the work required by the District.

_____________________________________________________________________________

_____________________________________________________________________________

_____________________________________________________________________________

10. Provide Proposer’s understanding of the project and any special qualifications it brings to this project.

11. Prepare a time line showing the time allocated to major components of this work. This is for

evaluation purposes and a firm time line will be requested at the time of contract award (reference 2.6.3).

12. Identify any additional professional consulting service(s) Proposer will utilize to work on this

project, such as subcontractors and sub-consultants, and their expected role(s).

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________ 13. Proposer may furnish any other information, narrative, alternatives or exceptions for the Evaluation

Committee to consider (reference Paragraph 2.6.4).

____________________________________________________________________________

____________________________________________________________________________

____________________________________________________________________________

Page 28: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 28

ATTACHMENT III CERTIFICATION AND ACKNOWLEDGEMENT OF FTA CLAUSES

(This Attachment III – Certification Must Be Completed and Returned with Proposal) If awarded a contract, Proposer agrees to comply with all applicable state laws including, without limitation, ORS 279B.020, ORS 279B.200-279B.240 and 279C.540, each of which is incorporated herein by reference. In addition, the Proposer has read and understands it will be obligated to comply with the FTA contract clauses located at: http://cherriots.org/sites/default/files/files/FTA_Contract_Requirements.pdf which are incorporated by reference herein. The preceding provisions include, in part, certain Standard Terms and Conditions required by FTA, whether or not expressly set forth in the preceding provisions. All contractual provisions required by FTA, as set forth in FTA Circular 4220.1F, will be incorporated by reference in the contract, if awarded. Signature: ___________________________________ Name & Title: ___________________________________ (Typed or Printed) Date: ___________________________________

Page 29: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 29

ATTACHMENT IV

DISADVANTAGE BUSINESS ENTERPRISE (DBE) CERTIFICATION

(This Attachment IV – Certification Must Be Completed and Returned with Proposal)

Has your firm been certified by the State of Oregon as a Disadvantaged Business Enterprise? Yes No

If no, has your firm been certified by any other US State, Territory or Protectorate as a Disadvantaged Business Enterprise?

Yes No If yes, attach copy of current certification letter.

I hereby certify that the information provided on this form is true and accurate to the best of my knowledge. Firm, Organization

Or Contractor: ___________________________________ Signature: ___________________________________ Name & Title: ___________________________________ (Typed or Printed) Date: ___________________________________

Page 30: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 30

ATTACHMENT V

CERTIFICATION REGARDING DEBARMENT, SUSPENSION & OTHER

INELIGIBILITY & VOLUNTARY EXCLUSION

(This Attachment V - Certification Must Be Completed and Returned with Bid/Quote/Proposal)

The undersigned, duly authorized representative of ________________________________ hereby certifies or affirms that: 1) Neither it nor its principals is presently debarred, suspended, proposed for debarment, declared

ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency; and

2) That the contents of any statements submitted on or with this certification are true and accurate,

and understands that the provisions of 31 U.S.C. §§ 3801 et.seq. are applicable thereto. ____________________________________ _________________________________ 1 (Signature) (Attorney’s Signature) ____________________________________ _________________________________ (Typed or Printed Title of (Date) Authorized Official) OR The undersigned, duly authorized representative of _______________________________ hereby certifies or affirms that: 1) It is unable to certify that neither it nor its principals is presently debarred, suspended, proposed

for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency, and has attached an explanation of this inability to this certification; and

2) That the contents of any statements submitted on or with this certification are true and accurate,

and understands that the provisions of 31 U.S.C. §§ 3801 et.seq. are applicable thereto. ____________________________________ _________________________________ 1 (Signature) (Attorney’s Signature) ____________________________________ _________________________________ (Typed or Printed Title of (Date) Authorized Official) Attachment(s) [If required] 1 Attorney’s acknowledgement only necessary if required by Corporate By-Laws.

Page 31: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 31

ATTACHMENT VI

NON-COLLUSION AFFIDAVIT (This Attachment VI – Non-Collusion Affidavit Must Be Notarized, Completed and Returned with

Bid/Quote/Proposal) STATE OF ______________________ ) ) ss COUNTY OF _______________________ ) _________________________, of __________________________being first duly sworn, on their oath (Type or Print Name and Title) (Organization) says that the proposal submitted is genuine and not a sham or a collusive proposal or made in the

interest of or on behalf of any person not herein named; and they further state that the said proposer

has not directly or indirectly induced or solicited any other proposer for the above work or supplies to

put in a sham proposal, or any other person or corporation to refrain from proposing; and that said

proposer has not in any manner sought by collusion to secure to self-advantage over any other

proposer or proposers.

Subscribed and sworn to before me this _____ day of _____________________,20____. ____________________________________ Notary Public in and for the State of _____________________________ My Commission Expires: _______________

Page 32: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 32

ATTACHMENT VII

CERTIFICATION REGARDING LOBBYING

(This Attachment VII - Certification Must Be Completed and Returned with Bid/Quote/Proposal)

The undersigned contractor certifies, to the best of his or her knowledge and belief, that they are in compliance with the Byrd Anti-Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act of 1995, P.L. 104-65. The Contractor, ________________________________________________________, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. Signature of Contractor’s Authorized Official: _________________________________________________ Name and Title of Contractor’s Authorized Official: _________________________________________________

(Type or Print Name and Title)

Date: ______________________________

Page 33: SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR …cherriots.org/sites/default/files/RFP 2014-37 Bus Stop Shelter...Page 1 SALEM AREA MASS TRANSIT DISTRICT REQUEST FOR PROPOSAL (RFP)

Page 33

ATTACHMENT VIII

TAX COMPLIANCE AFFIDAVIT

(This Attachment VIII – Tax Compliance Affidavit Must Be Notarized, Completed and Returned with Bid/Quote/Proposal)

STATE OF ______________________ ) ) ss COUNTY OF _______________________ ) I, the undersigned, hereby swear or affirm under penalty of perjury: (Check one) _________that I am, to the best of my knowledge, not in violation of any Oregon tax laws. ________that I am authorized to act in behalf of (corporation, partnership, trust or estate), that I have authority and knowledge regarding the payment of taxes, and that (corporation, partnership, trust or estate) is, to the best of my knowledge, not in violation of any Oregon tax laws. For purposes of this certificate, ‘Oregon tax laws’ means those programs listed in ORS 305.380(4). Signature of Authorized Official: _________________________________________________ Name and Title of Authorized Official: _________________________________________________ (Type or Print Name and Title)

Date: ______________________________ Subscribed and sworn to before me this _____ day of _____________________,20____. ____________________________________ Notary Public in and for the State of _____________________________ My Commission Expires: _______________