2024-25 ITB Locally Funded Hybrid Components

Agency: Clark County Public Transportation Benefit Area Authority (C-Tran)
State: Washington
Type of Government: State & Local
Posted Date: Mar 20, 2024
Due Date: Apr 11, 2024
Solicitation No: 2024-25
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page

2024-25 ITB Locally Funded Hybrid Components

Attachment Preview

INVITATION TO BID
FOR
No. 2024-25 Locally Funded Hybrid Components
March 20, 2024
QUESTIONS DUE:
Friday, March 29, 2024, at 5:00 p.m.
BIDS DUE:
Thursday, April 11, 2024, at 3:00 p.m.
10600 NE 51st Circle
Vancouver WA 98682
CONTACT:
Procurement@c-tran.org
CONTENTS
1 INVITATION TO BIDS (ITB) ............................................................................................................................. 1
1.1 ANTICIPATED SCHEDULE........................................................................................................................................ 1
1.2 COOPERATIVE PURCHASING................................................................................................................................... 1
2 INSTRUCTIONS TO BIDDERS........................................................................................................................... 2
2.1 SUBMISSION OF BIDS............................................................................................................................................... 2
2.1.1 Required Submittals ................................................................................................................................ 2
2.2 RECEIPT OF BIDS ..................................................................................................................................................... 3
2.3 INTERPRETATION OF BID DOCUMENTS ................................................................................................................ 3
2.4 REQUEST FOR SPECIFICATION CHANGES .............................................................................................................. 3
2.5 PROCUREMENT PROTEST PROCEDURES ............................................................................................................... 3
2.6 ADDENDUM .............................................................................................................................................................. 4
2.7 BID VALIDITY........................................................................................................................................................... 4
2.8 MODIFICATION OF BID............................................................................................................................................ 4
2.9 WITHDRAWAL OF BID ............................................................................................................................................ 4
2.9.1 Claim of Error ............................................................................................................................................. 5
2.10 REJECTION OF BIDS ................................................................................................................................................. 5
2.11 AWARD OF BIDS ...................................................................................................................................................... 5
2.12 SINGLE BID............................................................................................................................................................... 5
2.13 EQUAL BIDS ............................................................................................................................................................. 5
2.14 RESPONSIBILITY ...................................................................................................................................................... 5
2.15 AWARD ..................................................................................................................................................................... 6
3 EVALUATION OF BIDS ....................................................................................................................................... 7
3.1 OMISSIONS AND UNAPPROVED SUBSTITUTIONS .................................................................................................. 7
3.2 ALTERATIONS .......................................................................................................................................................... 7
3.3 CONDITIONAL OR ALTERNATIVE BIDS .................................................................................................................. 7
3.4 RESPONSIVENESS .................................................................................................................................................... 7
3.5 RESPONSIBILITY ...................................................................................................................................................... 7
3.6 BID PRICE................................................................................................................................................................. 8
4 TECHNICAL SPECIFICATIONS ......................................................................................................................... 9
4.1 FLEET DESCRIPTION ............................................................................................................................................... 9
4.2 APPROVED PARTS ................................................................................................................................................... 9
4.3 STANDARD ORDERING AND DELIVERY ................................................................................................................. 9
4.4 NOTIFICATION OF DELAY ....................................................................................................................................... 9
4.5 WARRANTY .............................................................................................................................................................. 9
4.6 TERM ..................................................................................................................................................................... 10
4.7 PRICING ................................................................................................................................................................. 10
5 C-TRAN GENERAL CONDITIONS ..................................................................................................................11
5.1 APPROVAL BY C-TRAN....................................................................................................................................... 11
5.2 CONFORMANCE TO SPECIFICATIONS .................................................................................................................. 11
5.3 COMPLIANCE......................................................................................................................................................... 11
5.4 TITLE ..................................................................................................................................................................... 11
5.5 ASSUMPTION OF RISK OF LOSS ........................................................................................................................... 11
5.6 INSPECTION OF SUPPLIES AND WORKMANSHIP................................................................................................ 11
5.7 MODIFICATIONS ................................................................................................................................................... 12
5.8 TERMS OF PAYMENT ............................................................................................................................................ 12
5.9 AVAILABILITY OF FUNDS ..................................................................................................................................... 12
5.10 CHOICE OF LAW .................................................................................................................................................... 13
5.11 PROHIBITED INTEREST ........................................................................................................................................ 13
5.12 INDEPENDENT CONTRACTOR .............................................................................................................................. 13
5.13 TAXES .................................................................................................................................................................... 13
5.14 INDEMNIFICATION................................................................................................................................................ 14
5.15 DUTY TO INFORM ................................................................................................................................................. 14
5.16 NOTICES AND COMMUNICATIONS....................................................................................................................... 14
5.17 DEFECTIVE OR DAMAGED WORK AND DAMAGES ............................................................................................. 14
5.18 WARRANTY OF WORK ......................................................................................................................................... 15
5.19 PENALTY FOR FAILURE TO COMPLETE CONTRACT........................................................................................... 15
5.20 EXCUSABLE DELAYS ............................................................................................................................................. 15
5.21 TERMINATION OF CONTRACT ............................................................................................................................. 16
5.21.1 Termination of Convenience ............................................................................................................. 16
5.21.2 Termination for Default....................................................................................................................... 16
5.22 BREACHES AND DISPUTE RESOLUTION.............................................................................................................. 17
5.22.1 Disputes ..................................................................................................................................................... 17
5.22.2 Performance during Dispute ............................................................................................................. 17
5.22.3 Claims for Damages............................................................................................................................... 17
5.22.4 Remedies ................................................................................................................................................... 17
5.22.5 Rights and Remedies ............................................................................................................................ 17
5.23 CLAIMS .................................................................................................................................................................. 17
6 ATTACHMENTS: REQUIRED CONTRACT CERTIFICATIONS, CLAUSES, AND OTHER
INFORMATION ...........................................................................................................................................................19
Attachment A-1 .................................................................................................................................................... 20
Attachment A-2 .................................................................................................................................................... 23
Attachment A-3 .................................................................................................................................................... 24
Attachment A-4 .................................................................................................................................................... 25
Attachment A-5 .................................................................................................................................................... 27
Attachment B ........................................................................................................................................................ 28
Attachment C ........................................................................................................................................................ 29
Attachment D ........................................................................................................................................................ 30
1 INVITATION TO BIDS (ITB)
Sealed bids for the purchase of Locally Funded Hybrid Components will be received in the Clark
County Public Transportation Benefit Area (dba C-TRAN) Administration Office, 10600 NE 51st
Circle, Vancouver, Washington 98682, until 3:00 p.m. (local time) Thursday, April 11, 2024, and
publicly opened at 3:00 p.m. on the same day and read aloud.
C-TRAN, at its sole discretion, reserves the right to cancel this invitation or reject any and all bids
submitted or to waive any minor formalities if the best interests of C-TRAN would be served. The
Contract will be awarded to the Bidder submitting the lowest total price meeting C-TRAN
specifications. The Bidder shall also be deemed responsive and responsible. If the lowest Bidder
is found to be non-responsive or non-responsible, its bid will be rejected, and the next lowest Bidder
will be evaluated for responsiveness and responsibility.
1.1
Anticipated Schedule
Below is the anticipated schedule C-TRAN expects for Contract Award. C-TRAN reserves the right
to change the dates as it deems necessary.
ITB Advertised:
March 20, 2024
Questions due:
March 29, 2024, at 5:00 p.m.
Bid Opening:
April 11, 2024, at 3:00 p.m.
Board Meeting (Contract Award): May 14, 2024
Contract Protest Period Ends: May 21, 2024
Notice to Proceed:
May 22, 2024
1.2
Cooperative Purchasing
The Washington State Inter-local Cooperation Act, Ch. 39.34 RCW, authorizes public agencies to
cooperatively purchase goods and services if all parties agree. By responding to this ITB,
Contractors agree that other public agencies may purchase goods and services under this
solicitation or contract at their own cost and without C-TRAN incurring any financial or legal
liability for such purchases. C-TRAN agrees to allow other public agencies to purchase goods and
services under this solicitation or contract, provided that C-TRAN is not held financially or legally
liable for purchases and that any public agency purchasing under such solicitation or contract file a
copy of this invitation and such contract in accordance with RCW 39.34.040.
Remainder of this page left intentionally blank
2024-25 ITB Locally Funded Hybrid Components
Page 1 of 33
2 INSTRUCTIONS TO BIDDERS
2.1
Submission of Bids
Sealed bids will be received by C-TRAN up to the hour of 3:00 p.m., Thursday, April 11, 2024. No
bids will be accepted after the time specified and will be returned to the Bidder unopened.
Bids shall have the name and address for delivery as follows:
2024-25 Locally Funded Hybrid Components
C-TRAN
Attn: Procurement
10600 NE 51st Circle
Vancouver, WA 98682
C-TRAN assumes no responsibility for delay in the delivery. Bids submitted by mail should,
therefore, be mailed in ample time to arrive before the actual due date and time.
If the Contractor is unable to submit a bid, C-TRAN requests that they complete the No Bid Form,
Attachment C, to assist C-TRAN in future procurements.
Bids will be publicly opened and read aloud at 3:00 p.m. (local time) on the same day using Microsoft
Teams.
Microsoft Teams Meeting
Join on your computer or mobile app
https://teams.microsoft.com/l/meetup-
join/19%3ameeting_NTE4MWNkMzctM2RmZC00YmIyLThmZWItMTg5MzY1YTNkMmE2%40thr
ead.v2/0?context=%7b%22Tid%22%3a%22f08eec6c-9496-4f32-bdf1-
97e8d57b23dc%22%2c%22Oid%22%3a%225c5962ec-30bf-4b61-9f49-9c91c70935d7%22%7d
Meeting ID: 283 491 800 751
Passcode: JsfrLY
Or call in (audio only)
+1 360-524-6872,,370407673# United States, Seattle
Phone Conference ID: 370 407 673#
Bids will not be accepted via electronic mail or facsimile machine. Any bids received electronically
will be rejected.
2.1.1 Required Submittals
The following items, which are contained in Attachments A-1 through A-5, shall be completed and
submitted to C-TRAN:
2024-25 ITB Locally Funded Hybrid Components
Page 2 of 33

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Solicitation ID Solicitation Method Solicitation Name End Date Contract Id WMATA-0000009910 IFB Announcement

Washington Metropolitan Area Transit Authority

Bid Due: 5/30/2024

NUMBER TITLE STATUS BID TYPE NAME CONTACT INFORMATION AVAILABLE DATE CLARIFICATION DEADLINE DUE

Snohomish County

Bid Due: 5/01/2024

Solicitation ID Solicitation Method Solicitation Name End Date Contract Id WMATA-0000009892 RFP OHAW

Washington Metropolitan Area Transit Authority

Bid Due: 5/17/2024

Bid Number: 24-44 Bid Title: 24-44 Healthy Children's Fund Basic Needs for Families

Whatcom County

Bid Due: 5/07/2024