December 10, 2018

23
December 10, 2018 TO: Prospective Quoters RE: Request for Quotation (RFQ) RFQ 18-23 Purchase of Trolley Poles The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining quotes for Purchase of Trolley Poles. Your firm is invited to submit a quote. DBE Participation: It is the policy of the Department of Transportation (DOT) that DBE’s, as defined in 49 CFR, Parts 23 and 26, shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds under this Agreement. Although the DBE goal for this procurement is 0%, RTA welcomes DBE participation. In order to be considered, please ensure that your quote is received by the undersigned no later than December 27, 2018 at 2:00 p.m. Quotes may be mailed, delivered or sent by delivery service addressed to the undersigned at Greater Dayton Regional Transit Authority, 4 S. Main Street, Dayton, OH 45402. Please allow additional working days for the internal delivery of mailed quotes in addition to the U.S. Postal Service delivery. Quotes may also be faxed to the undersigned at (937) 425-8410 or emailed to [email protected] . The successful quoters will be offered a purchase order , effective on or about December 27, 2018 . The award will be based on the lowest quote and best delivery date received from responsive and responsible quoters as determined by the RTA. The successful vendor(s) will receive a blanket purchase order in accordance with the effective date stated in this Request for Quotation. No written notification of the award will be sent. The RTA reserves the right, as the interest of the RTA requires, to postpone, accept or reject any and all quotes and to waive any informality in the quotes received.

Transcript of December 10, 2018

December 10, 2018 TO: Prospective Quoters RE: Request for Quotation (RFQ) RFQ 18-23 Purchase of Trolley Poles The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining quotes for Purchase of Trolley Poles. Your firm is invited to submit a quote. DBE Participation: It is the policy of the Department of Transportation (DOT) that DBE’s, as defined in 49 CFR, Parts 23 and 26, shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds under this Agreement. Although the DBE goal for this procurement is 0%, RTA welcomes DBE participation. In order to be considered, please ensure that your quote is received by the undersigned no later than December 27, 2018 at 2:00 p.m. Quotes may be mailed, delivered or sent by delivery service addressed to the undersigned at Greater Dayton Regional Transit Authority, 4 S. Main Street, Dayton, OH 45402. Please allow additional working days for the internal delivery of mailed quotes in addition to the U.S. Postal Service delivery. Quotes may also be faxed to the undersigned at (937) 425-8410 or emailed to [email protected] . The successful quoters will be offered a purchase order , effective on or about December 27, 2018 . The award will be based on the lowest quote and best delivery date received from responsive and responsible quoters as determined by the RTA. The successful vendor(s) will receive a blanket purchase order in accordance with the effective date stated in this Request for Quotation. No written notification of the award will be sent. The RTA reserves the right, as the interest of the RTA requires, to postpone, accept or reject any and all quotes and to waive any informality in the quotes received.

2

A quote may be withdrawn by personal, written, or telegraphic request received from the bidder prior to the scheduled opening date. No quote may be withdrawn for a period of 60 days after the opening date. If you have any questions relating to this solicitation, please contact me at (937) 425-xxxx. Sincerely, Joe Swisshelm Joe Swisshelm, C.P.M. Senior Purchasing Agent Attachment

3

SPECIFICATIONS

Part 1 – GENERAL

1.01 RELATED DOCUMENTS

A Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to work of this Section.

1.02 SUMMARY

A This section consists of furnishing steel strain poles, as shown and as specified, including but not limited to the following: 1. Preparation of detailed shop drawings, fabrication, hot dipped/painted, and delivery

to the project site. 2. Mono-tube steel poles. (Anchor base). 3. Pole Extensions. 4. Luminaires. 5. Luminaire Arms. 6. Quality control testing of steel poles.

B Related Sections: The following sections contain requirements that relate to this Section.

1.03 REFERENCES

A American Institute of Steel Construction (AISC) Publications (latest edition): 1. Code of Standard Practice for Steel Buildings and Bridges. 2. Specification for the Design, Fabrication and Erection of Structural Steel for

Buildings. 3. Specification for Structural Joints using ASTM A325 or A490 bolts.

B American National Standards Institute (ANSI) Standards (latest edition): 1. B18.2.1 Square and Hex Bolts and Screws, Inch Series 2. B18.2.2 Square and Hex Nuts 3. B18.22.1 Plain Washers

C American Society for Testing and Materials (ASTM) Specifications (latest edition): 1. A 6 - Rolled Steel Plates, Shapes, Sheet Piling and Bars for Structural Use, Spec.

for 2. A 36 - Structural Steel, Spec. for 3. A 53 - Pipe, Steel, Black and Hot-Dipped, Zinc-Coated Welded and Seamless, Spec.

for 4. A 123 - Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products, Spec. for 5. A 153 - Zinc Coating (Hot Dip) on Iron and Steel Hardware, Spec. for 6. A 307 - Carbon Steel Bolts and Studs, 60000 psi Tensile Strength, Spec. for 7. A 500 - Cold-formed welded and seamless carbon steel structural tubing in rounds

and shapes, Spec. for 8. E 709 - Magnetic Particle Examination, Practice for 9. E 164 - Ultrasonic Contact Examination of Weldments, Practice for

D American Welding Society (AWS) Publications (latest edition): D1.1 Structural Welding Code.

E Research Council on Riveted and Bolted Structural Joints of the Engineering Foundation (RCRBSJ). Specification for Structural Joints using ASTM A 325 or A 490 Bolts.

1.04 SUBMITTALS

A Certification of Materials: Steel test requirements as stated herein or incorporated by reference documents may be waived (except for specified field tests) provided certified copies of test reports from approved laboratories performed on previously manufactured

4

material are submitted. Test reports shall be accompanied by notarized certificates from the manufacturer certifying that previously tested material is of same type, quality and manufacturer as that proposed for this project. Fabricated steel shall be referenced to applicable test reports.

B Provide certification that each welder has been qualified in positions and on apparatus to be used in accordance with AWS Code D1.1 within 1 year prior to completion of the project.

C Submit data illustrating erection procedures, include diagrams showing temporary bracing.

D Submit manufacturer's data on the following: 1. Galvanizing. 2. Painting

E Submit shop drawings. The shop drawings shall show shop and erection details, include location, type and size of bolts and welds. Indicate welds by standard welding symbols of the AWS. Show size, length and type of each weld. Fabricator to detail on the shop drawings members and connections for any portion not shown on contract drawings. 1. Engineer's Review is for general considerations only. Compliance with requirements

for materials, dimensions, fabrication and erection is the Contractor's responsibility. 2. Coordinate shop drawings with other work performed. Upon review, the GDRTA has

the right to make dimensional changes as required to coordinate with other work.

F Submit copies of mill test reports, including names and locations of mills and shops, covering chemical and physical properties to show compliance with these specifications (including specified standards).

1.05 QUALITY ASSURANCE

A Shop Drawings: Obtain approval before custom fabrication is started and before delivery of materials.

B Testing and Inspection Agency: Include in proposals costs to provide testing and inspection services as herein specified. 1. Assume full responsibility for testing and inspection; give sufficient notice to the RTA

to permit RTA time to witness the tests and inspections. 2. Submit name, address, and qualifications, with scope of proposed services of

proposed testing laboratory to the RTA for approval at least thirty (30) days prior to scheduled commencement of any work involving such testing.

3. Testing Laboratory will take samples for testing, will provide sampling equipment and personnel, and will make deliveries of specimens and samples to testing laboratory.

4. Complete inspections and tests required by codes or ordinances by legally constituted authority.

5. Within five (5) days after completion of tests performed, submit test results to the GDRTA. Identify test reports as follows: a Name of project and contract number. b Name of contractor and subcontractor. c Material represented and source. d Name of product and brand (if any). e Specification section, article or paragraph. f Location in project. g Indicate if material or product meets specification. h If required indicate actions taken to bring products or system within the

specifications.

C Promptly remove and replace materials or fabricated components which do not comply with these specifications.

1.06 CODES AND STANDARDS

A Comply with the requirements of the governing authorities and codes pertinent to the

5

work involved.

B Except as otherwise specified, the AISC "Specification for the Design, Fabrication and Erection of Structural Steel for Building" and "Code of Standard Practice for Steel Building Land Bridges" shall govern the work.

1.07 DELIVERY, LEAD TIME, STORAGE AND HANDLING

A A maximum lead-time of (16) weeks from the date of order is requested for this bid. Bidders must clearly indicate the lead-time for their product from the notice to proceed.

B Conform to requirements of ASTM A6. Deliver materials to site when poles are constructed. Deliver anchor bolts and anchorage devices for embedment with poles. Include setting diagrams.

C Store material in clean, properly drained location off ground; use pallets, platforms or other proper supports. Prevent distortion, corrosion and other damage.

D Caution: Do not store materials in a manner that might cause distortion or damage. Repair or replace damaged material in an approved manner at no additional cost to the Owner.

1.08 PROJECT/SITE CONDITIONS

A Responsibility for Errors: Contractor shall be responsible for errors of detailing, fabrication and for correct fitting of members.

B Coordinate locations, sizes and delivery of miscellaneous anchors, etc., furnished in this section or in other sections of these specifications.

1.09 MEASUREMENT AND PAYMENT

A No separate measurement nor payment will be made for the work specified in this Section, but all cost in connection therewith shall be included in the payment for the contract item for which the work in this Section pertains.

Part 2 – PRODUCTS

2.01 MATERIALS

A Monotube anchor based steel poles: Type P-4, P-5, P-6, P-7, P-8 (see drawing C-001), pole extension (see drawing C-002) 1. Material to be weldable hot rolled ASTM A595 Grade A with guaranteed minimum

yield strength (Fy) = 55 ksi after fabrication. Shafts formed without cold forming shall be fabricated from steel conforming to ASTM A242, A375 or A572, Grade 50.

2. Diameter: As scheduled on Drawing C-001 3. Gauge: As scheduled on Drawing C-001. 4. Length: As scheduled on Drawing C-001. 5. Baseplate: Shall be fabricated from no less than 36 KSI yield material. It shall

telescope the shaft and be attached by means of two continuous welds, one on the inside of the base at the end of the shaft, and the other on the outside at the top of the base. a Anchor bolt holes to be ½”-0 larger in diameter than bolt (bolt size scheduled on

Drawing C-001). 6. Handhole: Furnish complete with 4" x 8" reinforced handhole frame complete with

1/2" -13 NC grounding provision, handhole cover and attaching hardware. All poles to be delivered with ½” ground screw and ¼” handhole cover installation screws installed prior to delivery.

7. Style: Plain, round pole. 8. Taper: Fourteen Hundredths (.14") of an inch per linear foot. 9. Finish (See bid form for quantities of each):

a All Poles, pole caps, handhole covers, cover plates, pole extensions to be hot dip

6

galvanized after fabrication in accordance with ASTM A123. b Poles and pole caps, hand hole covers, cover plates, pole extensions to be

painted in accordance with section 09900, Painting (see bid form for quantities and color).

c Painting to be completed after the pole is completely assembled. 10. Accessories: Pole cap 11. 3/8” strain relief J-hook. 12. Half Blind Coupling (H.B.C.) with cap, welded and installed as shown on drawing C-

001 (H.B.C. to be installed on all poles). 13. Banner couplings and banner arms welded and installed as shown on drawing C-

001. (See bid form for quantity of poles with Banner couplings). 14. Acceptable Manufacturers: The Union Metal Manufacturing Company, Canton, Ohio,

or approved equal.

B Anchor Bolts: Round Bar: F1554 Grade 55 (ASTM A36M55) Min. Yield Strength 55KSI Nuts: ASTM 307, ANSI B18.8. Threads: Unified National Course, ANSI B1-1 Class 2 Washers: ASTM F-436 Galvanize: ASTM F2329 (ASTM-A153) SIZE: As scheduled on Drawing C-001

C Welding Electrodes and Rods: AWS Code D1.1, E70 Electrodes, 3/16 minimum material.

2.02 FABRICATION

A Fabricate in accordance with applicable provisions of the AISC Specification for the Design, Fabrication and Erection of Structural Steel for Building.

B Use only materials which are smooth and free of surface blemishes including pitting, seam marks, roller marks, and rolled trade names. Remove such blemishes by grinding or welding and grinding, prior to cleaning, treating and application of surface finishes including zinc coatings.

C Holes: Drill or punch holes perpendicular to metal surfaces. Do not flame cut bolt holes or enlarge holes by burning. Drill holes in bearing plates.

D Marking: Members and component parts shall be marked prior to shipping to ensure accurate assembly and adjustment of positions of final erection.

E Repair of Zinc-Coating: Repair zinc-coating that was damaged in handling, transporting, welding, or bolting by the application of ZRC Brand cold galvanizing compound or approved equal.

Part 3 – EXECUTION

3.01 FIELD QUALITY CONTROL

A Inspection and testing shall be performed by an independent Inspection and Testing Agency approved by the GDRTA.

B Provide access for the testing agency to places where the work is being fabricated or produced so that required inspection and testing can be accomplished.

C Reports: Testing agency shall conduct and interpret tests, state in each report whether test specimens comply with the requirements, and specifically state any deviations therefrom.

D Retesting: Testing and Inspection agency will perform such additional tests, at Contractor's expense, as may be necessary to reconfirm any non-compliance of the original work, and as may be necessary to show compliance of corrected work.

7

E Qualification of Welders: Shall be the responsibility of the Contractor. Perform welding by qualified welders in accordance with this section. Any welder found to be producing unsatisfactory work even though he has passed qualification tests shall be immediately recertified or replaced with a qualified welder.

F Shop Welding and Field Welding: Inspect and test during fabrication of structural steel assemblies, as follows: 1. Certify welders and conduct inspections and tests as required. Record types and

location of defects found in work. Record work required and performed to correct deficiencies.

2. Perform visual inspection of welds. 3. Perform non-destructive tests of shop and field welds as follows.

a Magnetic Particle Inspection: ASTM E709; performed on fillet welds. Cracks or zones of incomplete fusion or penetrations not acceptable.

b Ultrasonic Inspection: AWS D1.1, Chapter 6, Part B. c Frequency of Tests Required: Twenty-five (25) percent ultrasonic inspection of

tension welds. Ten (10) percent magnetic particle inspection of fillet welds done in shop. Twenty (20) percent magnetic particle inspection of fillet welds done in field. For every length of weld inspected and found unacceptable, an equal additional length of adjacent weld is to be inspected.

G Correction of Welding Defects: Weld areas containing defects exceeding the standards of acceptance in AWS D1.1 shall be repaired.

END OF SECTION

8

SECTION 09900 PAINTING

Part 1 – GENERAL

1.01 RELATED DOCUMENTS

A Drawings and general provisions of the Contract, including General and Special Conditions and Division 1 Specification Sections, apply to this Section.

1.02 SUMMARY

A This Section includes surface preparation, painting, and finishing of exposed exterior items and surfaces. 1. Surface preparation, priming, and finish coats specified in this Section are in addition

to shop-priming and surface treatment specified under other Sections.

B Paint exposed surfaces, except where a surface or material is specifically indicated not to be painted or is to remain natural. Where an item or surface is not specifically mentioned, paint the same as similar adjacent materials or surfaces. 1. Painting includes field-painting poles, galvanized poles, and primed metal surfaces,

touch-up of previously painted items disturbed during construction.

C Painting is not required on Galvanized steel anchor bolts.

D Related Sections: The following Sections contain requirements that relate to this Section: 1. Section 05500 - Metal Fabrications

1.03 SUBMITTALS

A General: Submit the following according to Conditions of the Contract and Division 1 Specification Sections.

B Product data for each paint system specified, including primers. 1. Provide the manufacturer's technical information including label analysis and

instructions for handling, storage, and application of each material proposed for use. 2. List each material and cross-reference the specific coating, finish system, and

application. Identify each material by the manufacturer's catalog number and general classification.

3. Certification by the manufacturer that products supplied comply with local regulations controlling use of volatile organic compounds (VOCs).

4. Provide MSDS for each type of paint used.

1.04 QUALITY ASSURANCE

A Applicator Qualifications: Engage an experienced applicator who has completed painting system applications similar in material and extent to those indicated for the Project that have resulted in a construction record of successful in-service performance.

B Single-Source Responsibility: Provide primers and undercoat paint produced by the same manufacturer as the finish coats.

1.05 DELIVERY, STORAGE, AND HANDLING

A Deliver materials to the job site in the manufacturer's original, unopened packages and containers bearing manufacturer's name and label, and the following information: 1. Product name or title of material. 2. Product description (generic classification or binder type). 3. Manufacturer's stock number and date of manufacture. 4. Contents by volume, for pigment and vehicle constituents. 5. Thinning instructions. 6. Application instructions. 7. Color name and number.

9

B Store materials not in use in tightly covered containers in a well-ventilated area at a minimum ambient temperature of 45 deg F (7 deg C). Maintain containers used in storage in a clean condition, free of foreign materials and residue. 1. Protect from freezing. Keep storage area neat and orderly. Remove oily rags and

waste daily. Take necessary measures to ensure that workers and work areas are protected from fire and health hazards resulting from handling, mixing, and application.

1.06 JOB CONDITIONS

A Apply solvent-thinned paints only when the temperature of surfaces to be painted and surrounding air temperatures are between 45 deg F (7 deg C) and 95 deg F (35 deg C).

B Do not apply paint in snow, rain, fog, or mist; or when the relative humidity exceeds 85 percent; or at temperatures less than 35 deg F (1.7 deg C) above the dew point; or to damp or wet surfaces. 1. Painting may continue during inclement weather if surfaces and areas to be painted

are enclosed and heated within temperature limits specified by the manufacturer during application and drying periods.

C Clean substrates of substances which might be incompatible with or interfere with bond of paint or primer, including oil, dirt, scale, rust and non-compatible shop primer. Remove work which might interfere with installation of finish coat.

1.07 MEASUREMENT AND PAYMENT

A No separate measurement nor payment will be made for the work specified in this Section, but all cost in connection therewith shall be included in the payment for the contract item for which the work in this Section pertains.

Part 2 – PRODUCTS

2.01 MANUFACTURERS

A Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated in the Work include, but are not limited to, the following: 1. The Sherwin-Williams Company (S-W).

2.02 PAINT MATERIALS, GENERAL

A Material Compatibility: Provide primers, finish coat materials, and related materials that are compatible with one another and the substrates indicated under conditions of service and application, as demonstrated by the manufacturer based on testing and field experience.

B Material Quality: Provide the manufacturer's best-quality trade sale paint material of the various coating types specified. Paint material containers not displaying manufacturer's product identification will not be acceptable. 1. Proprietary Names: Use of manufacturer's proprietary product names to designate

colors or materials is not intended to imply that products named are required to be used to the exclusion of equivalent products of other manufacturers. Furnish the manufacturer's material data and certificates of performance for proposed substitutions Request for use of different manufacturer must be done prior to award of contract.

C Colors: The Sherwin-Williams Company (S-W) 1. Prime Coat – Use appropriate color to promote optimal hiding. 2. Finish/final Coat - Classic Black ( Finish: Gloss) or Cedar Green (SW

#B65T604MC36)

10

2.03 PAINT SYSTEMS

A Provide the following paint systems for specific items as indicated: 1. Unpainted Metal Surfaces (including galvanized surfaces and pole cap): Prime paint

the entire outside of all components and the entire inside of poles and tubular components with one full coat of Sherwin Williams MACROPOXY® 646 FAST CURE EPOXY at 5-10 mils dry film thickness after cleaning exterior with appropriate solvent wipe. Apply one full coat of Sherwin Williams ACROLON™ 218 HS ACRYLIC POLYURETHANE at 3-6 mils dry film thickness to the entire exterior surface.

2. Touch-up Field Painting: Primer paint the affected abraded or bolted surfaces with

one full coat of Sherwin Williams MACROPOXY® 646 FAST CURE EPOXY at 5-10 mils dry film thickness after cleaning surfaces to SSPC-SP3 Power Tool Cleaning. Apply one full coat of Sherwin Williams ACROLON™ 218 HSACRYLIC POLYURETHANE at 3-6 mils dry film thickness to the affected surfaces.

3. Galvanized anchor bolts and other galvanized items embedded in concrete are not to be painted.

2.04 ZINC-COATED SURFACES

A Zinc-coated surfaces shall be repaired using ZRC brand cold galvanizing compound or approved equal.

Part 3 - EXECUTION

3.01 EXAMINATION

A Examine substrates and conditions under which painting will be performed for compliance with paint application requirements. Surfaces receiving paint must be thoroughly dry before paint is applied. 1. Do not begin to apply paint until unsatisfactory conditions have been corrected. 2. Start of painting will be construed as the Applicator's acceptance of surfaces and

conditions within a particular area.

B Coordination of Work: Review other Sections in which primers are provided to ensure compatibility of the total system for various substrates. On request, furnish information on characteristics of finish materials to ensure use of compatible primers. 1. Notify the Engineer about anticipated problems using the materials specified over

substrates primed by others.

3.02 PREPARATION

A Surface Preparation: Clean and prepare surfaces to be painted according to the manufacturer's instructions for each particular substrate condition and as specified.

B Materials Preparation: Carefully mix and prepare paint materials according to manufacturer's directions. 1. Maintain containers used in mixing and applying paint in a clean condition, free of

foreign materials and residue. 2. Stir material before application to produce a mixture of uniform density; stir as

required during application. Do not stir surface film into material. Remove film and, if necessary, strain material before using.

3. Use only thinners approved by the paint manufacturer and only within recommended limits.

3.03 APPLICATION

A General: Apply paint according to manufacturer's directions. Use applicators and techniques best suited for substrate and type of material being applied.

B Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions detrimental to formation of a durable paint film.

11

1. The number of coats and the film thickness required are the same regardless of the application method. Do not apply succeeding coats until the previous coat has cured as recommended by the manufacturer.

2. Give special attention to ensure that surfaces, including edges, corners, crevices, welds, and exposed fasteners, receive a dry film thickness equivalent to that of flat surfaces.

C Scheduling Painting: Apply first coat to surfaces that have been cleaned, pretreated, or otherwise prepared for painting as soon as practicable after preparation and before subsequent surface deterioration. Allow sufficient time between successive coats to permit proper drying.

D Application Procedures: Apply paints and coatings by brush, roller, spray, or other applicators according to the manufacturer's directions.

E Prime Coats: Before applying finish coats, apply a prime coat of material, as recommended by the manufacturer, to material that is required to be painted or finished and that has not been prime-coated by others. Recoat primed and sealed surfaces where evidence of suction spots or unsealed areas in first coat appears, to ensure a finish coat with no burn-through or other defects due to insufficient sealing.

F Pigmented (Opaque) Finishes: Completely cover to provide a smooth, opaque surface of uniform finish, color, appearance, and coverage. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections will not be acceptable.

G Completed Work: Match approved samples for color, texture, and coverage. Remove, refinish, or repaint work not complying with specified requirements.

H Zinc-Coated Surface: Apply cold galvanized compound in accordance with manufactured printed instructions and recommendations.

3.04 CLEANING

A Cleanup: At the end of each work day, remove empty cans, rags, rubbish, and other discarded paint materials from the site.

3.05 PROTECTION

A Protect the property of others against damage by painting. Correct damage by cleaning, repairing or replacing, and repainting, as acceptable to the Engineer and at no additional cost to the RTA.

B Provide "Wet Paint" signs to protect newly painted finishes. END OF SECTION 09900-9

3

SPECIAL CONDITIONS QUANTITIES: All quantities are estimated. No guarantee is made or implied as to the minimum or maximum quantities that may be ordered during the stipulated order period.

BUDGET RANGE: The RTA’s anticipated budget range for this procurement is between $90,000_______ and $_100,000_____. PRICES: The prices quoted shall be "FIRM" for the term of the order. BASIS OF AWARD: Award will be based on the lowest quote and best delivery date received from responsive and responsible bidders as determined by the RTA. CONTRACT TERM: The duration of contract shall not exceed Fourteen Weeks from notification of award or notice to proceed. DELIVERY: Delivery will be made within Sixteen (16) Weeks after receipt of order in order to be responsive. Failure to deliver the required product within the specified time period is not in compliance with the terms and conditions set forth in the RFQ. The file will be documented accordingly regarding delinquent shipments. Continued delinquency could prohibit the award of future orders. DELINQUENT DELIVERY: If the successful bidder fails to meet the required delivery time and it becomes necessary for the RTA to order product(s) from another source, the delinquent vendor will be responsible for reimbursing the RTA for the difference in the cost of the product(s) and any shipping costs that may be incurred by the RTA. SHIPPING: All products ordered will be shipped FOB Destination. All shipping costs incurred will be at the successful bidder’s expense.

WARRANTY: A standard manufacturer's warranty shall be provided for Trolley poles.

APPROVED EQUALS: Where brand names or specific items or processes are used in the specifications, consider the term "or equal" to follow. However, a request for approval for any proposed substitution as an approved equal must be submitted in writing to the RTA, no later than 2:00 P.M. on Decemver 18, 2018 . Acceptance of any proposed substitution will be at RTA's discretion. The quoter shall supply the RTA with performance data, samples and special guarantees as a condition of acceptance of any proposed substitution. LABORATORY TESTS: The RTA reserves the right to test all products delivered under the proposed order, at an independent laboratory to be designated by the RTA. This laboratory test shall include each item of the specifications to determine whether the products delivered are in conformity therewith. Tests shall be made on products selected at random from deliveries under the proposed order. Where the results of such tests show that the products delivered are not equal to the specifications, the Contractor shall pay the expense of making such test. If the results of any test show that the products

4

delivered and tested conform to the specifications, then the RTA shall pay the expense of making such test. AFFIRMATIVE ACTION ASSURANCE PLAN (IN EXCESS OF $10,000): All firms will be required to comply with all Equal Employment Opportunity laws and regulations and file with RTA's DBE Officer, if requested, an Affirmative Action Assurance Plan, consistent with RTA's non-discriminatory policy, subject to RTA approval. All bidders must submit with their quote a copy of the email from the City of Dayton’s Human Relations Council (HRC), stating that their application for Affirmative Action Assurance (AAA) certification has been approved. Failure to furnish a copy of the AAA approval email from the City of Dayton’s HRC may be cause for rejection of the quote. In order to receive the AAA approval email, vendor must first log onto the City of Dayton’s vendor certification portal, CityBOTS (www.citybots.com), and complete the online AAA form. To obtain CityBOTS login credentials, vendor must go to www.citybots.com, click the “Request Login” button, and follow the instructions. (If vendor’s Tax ID number does not exist in the City of Dayton’s CityBOTS database, they will need to contact the HRC’s Business & Technical Assistance team at [email protected] or (937) 333-1403 to set up a CityBOTS account.) Once the online AAA form is submitted for approval, the HRC will process it within 5 business days. Vendor will then receive an email explaining the status of their AAA certification. If an approval email is not received by the quote due date, vendor is to write “Application Pending” on the Summary of Requirements page, for “Affirmative Action Assurance (AAA) Certification”. A copy of the approval email must be received within five (5) business days after the bid due date. The quote of any firm, who in RTA’s judgment has failed to comply with such laws and regulations, may be considered non-responsive, and may be rejected. TAX-EXEMPT: The RTA is exempt from payment of all taxes, and taxes must not be included in the quoted price. Necessary exemption certificates shall be furnished to the successful bidder upon request. PAYMENT TERMS: Payments will be net 30 days after receipt of an invoice. Payment for services shall be at the quoted price.

PROMPT PAYMENT: We will include the following clause in each DOT-assisted prime contract:

The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 15 days from the receipt of each payment the prime contractor receives from RTA. The prime contractor agrees further to

5

return retainage payments to each subcontractor within 15 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the RTA. This clause applies to both DBE and non-DBE subcontractors. When applicable, the RTA may use the following mechanisms to ensure prompt payment.

A. Language providing that prime contractors and subcontractors will use appropriate alternative dispute resolution mechanisms to resolve payment disputes.

B. Language providing that prime contractors will not be reimbursed for work performed by subcontractors until the prime contractor ensures that the subcontractors are paid promptly for work they have performed.

C. Enforcement of public funds liens law and use of a similar mechanism for nonpublic improvement projects.

D. Other applicable mechanisms as necessary. TERMINATION OF ORDER FOR CAUSE (IN EXCESS OF $10,000): If, through any cause, the Contractor shall fail to perform fully, timely and in a proper manner its obligation under this order, or if the Contractor shall breach any of the covenants, conditions or agreements contained in the order, the RTA shall thereafter have the right to terminate this order by giving notice in writing which shall specify the effective date thereof, to the Contractor of such termination. In such event, any product delivered and/or installed by the Contractor under this order shall, at the option of the RTA, become the RTA's property; then the Contractor shall be entitled to receive just and equitable compensation thereof, that is agreeable to both parties. In the event of a termination pursuant to this clause, the RTA may elect instead to remove any product delivered and/or installed and redeliver the same to the Contractor, all at the Contractor's sole expense, including reasonable charges for any time and/or labor expended by the RTA employees. Notwithstanding the above, the Contractor shall not be relieved of any liability to the RTA for damages sustained by the RTA by virtue of any breach of order or warranty or of both, by the Contractor for the purpose of setoff and/or recoupment until such time as the exact amount of damages due the RTA from the Contractor is determined. TERMINATION FOR CONVENIENCE OF THE AUTHORITY (IN EXCESS OF $10,000): The RTA may terminate this order at any time by a notice in writing, which shall specify the effective date thereof, from the RTA to the Contractor, at least 15 days before the effective date of such termination. In that event, any goods accepted by the RTA prior to the effective date of the termination shall become the RTA's property and the Contractor shall be entitled to receive just and equitable compensation therefore and for any services accepted by the RTA prior to the effective date of termination; provided, nevertheless, that the amount of the total order price is properly attributable to the goods and/or services accepted.

6

INDEMNIFICATION: The successful Contractor shall indemnify and save harmless RTA, its trustees, officers and employees from and against all loss, costs, liability, damage and expense whether direct, consequential or incidental, for personal injury and for property damage; and for such loss, costs, liability, damage and expense arising out of, or resulting in whole or in part, directly or indirectly, from work or operations under the contract but not limited to the acts, errors, omissions and negligence of Contractor's employees and agents, except to the extent of liability imposed due to RTA's own negligence. NON-WAIVER BY ACCEPTANCE OF PAYMENT: Neither the acceptance by the RTA of any services, the payment by the RTA for any services, nor both acceptance and payment, shall be deemed to waive, compromise, or affect in any manner the liability of the Contractor for any breach of contract, of warranty or of both contract and warranty. ACCESS: The Contractor should be aware that RTA is a constantly operating organization, with activity 24 hours a day, seven days a week. It is the intention of the RTA to protect RTA employees, customers and property from harm and to reduce RTA’s liability exposure limits regarding safety and environmental infractions. RTA has retained the services of security guards who will grant access to gated areas at the Longworth Campus. Successful vendor will be provided the phone number to the RTA security office so that driver may call just prior to arrival so as not to slow his route schedule. Driver should not assume that if a gate is secure, he does not have ample access.

GREATER DAYTON REGIONAL TRANSIT AUTHORITY SUPPLIERS AND VENDORS INSURANCE REQUIRMENTS

The Vendor shall maintain, at its own expense, throughout the period of the Contract and any extensions thereof the following minimum insurance coverages of the types and in the amounts described below that are applicable to the scope of work being performed:

1. Workers Compensation and Employer’s Liability Insurance. Vendor must carry Workers' Compensation Insurance (including occupational disease) in compliance with Workers' Compensation statutes of any applicable jurisdiction in which the Work is to be performed. For the attainment of Workers Compensation in monopolistic states, including Ohio, coverage must be secured through the state fund. If Vendor is a qualified self-insurer in compliance with the laws of the state, this is also acceptable. A certificate of compliance from the appropriate workers' compensation bureau or board must be provided with the certificate of insurance.

7

Vendor must also carry Employer’s Liability Insurance with minimum limits of $500,000 each accident; $500,000 for disease (per employee); and $500,000 for disease (policy limit). This policy must include Ohio "Stop Gap" coverage. 2. Commercial General Liability Insurance. Vendor must carry Commercial General Liability Insurance written on ISO form CG 00 01 10 01 (or its equivalent) with limits of $1,000,000 per occurrence and $2,000,000 in the aggregate. RTA (including its directors, officers, employees and volunteers) must be named as an additional insured on the CGL for liability arising out of the acts or omissions of the Vendor, including coverage for liability arising out of products and completed operations. The coverage afforded to RTA shall be primary to any other insurance carried by the RTA, and the RTA's coverage shall not contribute to any loss made pursuant to this coverage grant. 3. Commercial Auto Liability Insurance. Vendor shall carry Commercial Automobile Liability Insurance covering all owned, leased and non-owned vehicles used in connection with the work to be performed under this contract, with limits of not less than $1,000,000 combined single limit per accident for bodily injury and property damage. RTA shall be afforded coverage under this policy for any liability arising out of the acts or omissions of Vendor. 4. Excess/Umbrella Insurance. Vendor shall carry Commercial Excess or Umbrella Liability Insurance over the Commercial General Liability, Employer's Liability and Commercial Automobile Liability policies in the amount of $1,000,000 combined single limit. The Excess/Umbrella policy is subject to all requirements of the underlying policies as set forth herein. 5. Pollution Liability Insurance. If the Work under this Contract includes the transportation of hazardous substances (including but not limited to fuel and oil) to, from or about RTA's premises, and/or the disposal of such substances at a waste disposal site, Vendor shall purchase and maintain pollution liability coverage of at least $1,000,000 per occurrence. This policy shall cover property damage, bodily injury and cleanup/pollution remediation costs caused by a pollution event and otherwise excluded under Vendor's Commercial General Liability or Commercial Automobile Liability policy. RTA shall be afforded protection under this policy as an additional insured, including coverage for claims arising out of Vendor's products and completed operations. 6. Aircraft/Watercraft Liability Insurance. If the Vendor is using aircraft or watercraft in performance of the Work under this contract, Vendor shall disclose this to RTA prior to contract execution. Vendor shall carry aircraft and/or watercraft liability insurance, including coverage for non-owned and hired craft, and RTA shall determine the appropriate limits which must be carried by Vendor. 7. Fidelity Bond/Crime. If Vendor or its employees will be on the premises of RTA in connection with performance of the Work under this contract, Vendor shall carry no less than $100,000 in Third Party Crime Coverage for the benefit of the RTA in the event of theft or other intentional harm to RTA's property by Vendor's employees.

8

8. Requirements common to all policies.

a. Vendor shall be solely responsible for reimbursing any deductible amount to the insurer, even if payment is being made on behalf of RTA as an additional insured on Vendor's policy. Any deductibles or self-insured retentions in excess of $5,000 must be disclosed and approved in writing by RTA.

b. Vendor waives all rights of recovery it may otherwise have against RTA

including its directors, officers, employees and volunteers) to the extent these damages are covered by any of Vendor’s insurance policies as required in this contract.

c. All insurance required hereunder shall be placed with insurers that have a

minimum A.M. Best’s rating of A-/X and shall be licensed, admitted insurers authorized to do business in the state of Ohio.

d. A certificate(s) of insurance showing that Vendor’s insurance coverages are

in compliance with the insurance requirements set forth below must be completed by the Vendor’s insurance agent, broker, or insurance company after the contract has been awarded. All certificates (other than Ohio workers' compensation) shall provide for thirty (30) days written notice to RTA prior to cancellation or non-renewal of any insurance referred to therein. The certificate shall reference RTA's status as an additional insured with primary/noncontributory coverage under both the General Liability and Auto policies.

e. Failure of RTA to certificate(s) or other evidence of full compliance with

these insurance requirements (or failure of RTA to identify and/or object to a deficiency in the certificate(s) that is/are provided by Vendor) shall not be construed as a waiver of Vendor’s obligations to maintain such insurance. RTA shall have the right, but no the obligation, to prohibit Vendor from beginning performance under this contract until such certificates or other evidence that insurance has been placed in complete compliance with the above insurance requirements is received and approved by RTA. Vendor shall provide certified copies of all insurance policies required above within ten (10) days of written request from RTA.

f. By requiring insurance herein, RTA does not represent that coverage and

limits will necessarily be adequate to protect Vendor, and such coverage limits shall not be deemed as a limitation on Vendor’s liability under the indemnities granted to RTA.

g. Any subcontractors engaged by Contractor to perform the Work shall

comply with these insurance and indemnification provisions and shall provide primary/noncontributory coverage to RTA as set forth herein.

9

Summary of Quote Requirements

Required Clauses

this Request

for Quote

Please acknowledge

you have read and comply.

The Federal Third Party Contracting Clauses & Required Submittals

may be accessed at the Greater Dayton Regional Transit Authority

(RTA) procurement website at http;//proc.greaterdaytonrta.org. On

the top left of the screen, under Resources, click on RFQ Small Purchase

Clauses & Submittals. In order for your quote to be considered, you

must indicate below that you have read and will comply with the clauses

that are marked as applicable to this RFQ.

X

Quote Form

X

Summary of Quote Requirements

X

No Obligation by Federal Government

X

Program Fraud and False or Fraudulent Statements or Related Acts

X

Audit and Inspection of Records

X

Federal Changes

X

Nondiscrimination (EEO)

X

Title VI, Civil Rights Act of 1964, Compliance

X

Americans with Disabilities Act (ADA)

X

Termination of Contract for Default

X

Termination for Convenience of the RTA

X

Disadvantaged Business Enterprise Participation

X

Incorporation of Federal Transit Administration (FTA) Terms

X

Debarment and Suspension

Cargo Preference – Use of United State Flag Vessels

Fly America

Davis-Bacon Act

Copeland Anti-Kickback

Transit Employee Protective Provisions

Drug and Alcohol Rules

Patents – Copyrights – Trademarks

X

Energy Conservation

10

X

Recycled Products

Certification of Contractor Regarding Debarment, Suspension, and other Ineligibility and Voluntary Exclusion Form

Certification of Lower-Tier Participants (Subcontractors) regarding

Debarment, Suspension, and other Ineligibility and Voluntary Exclusion Form

Affidavit of Contractor or Subcontractors – Prevailing Wages

SIGNATURE:

NAME PRINTED:

TITLE:

COMPANY:

DATE:

11

(Applicable if total procurement ≥ $25,000)

The Greater Dayton Regional Transit Authority

CERTIFICATION OF CONTRACTOR REGARDING DEBARMENT, SUSPENSION, AND OTHER INELIGIBILITY AND VOLUNTARY EXCLUSION

The undersigned, an authorized official of the Bidder stated below, certifies, by submission of this quote, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. (If the undersigned is unable to certify to any of the statements in this certification, such official shall attach an explanation to this quote). THE UNDERSIGNED CERTIFIES OR AFFIRMS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE STATEMENTS SUBMITTED ON OR WITH THIS CERTIFICATION AND UNDERSTANDS THAT THE PROVISIONS OF 2 CFR PART 1200 AND 2 CFR PART 180, 31 U.S.C. SECTIONS 3801 ET SEQ. ARE APPLICABLE THERETO.

Name of Bidder:

Address:

City, State, Zip:

Signature of Authorized Official:

Title of Official:

Telephone: Date:

12

(Applicable if total procurement ≥ $25,000)

The Greater Dayton Regional Transit Authority

CERTIFICATION OF LOWER-TIER PARTICIPANTS (SUBCONTRACTORS) REGARDING DEBAREMENT, SUSPENSION, AND OTHER INELIGIBILITY AND

VOLUNTARY EXCLUSION

(THIS AFFIDAVIT TO BE COMPLETED BY THE SUCCESSFUL CONTRACTOR’S SUB-CONTRACTORS AFTER NOTIFICATION OF AWARD HAS BEEN RECEIVED)

The Lower Tier Participant [Subcontractor to the Primary Contractor(s)], , certifies by submission of this bid, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. If the above named Lower Tier Participant (Subcontractor) is unable to certify to any of the statements in this certification, such participant shall attach an explanation to this certification. The Lower-Tier Participant (Subcontractor), , certifies or affirms the truthfulness and accuracy of the contents of the statements submitted on or with this certification and understands that the provisions of 31. U.S.C. Section 3801 et seq. is applicable thereto. ___________________________________________ Signature and Title of Authorized Official

___

Date

NOTICE TO BIDDER: THIS CERTIFICATION SHALL BE COMPLETED BY ALL SUBCONTRACTORS WHICH WILL HAVE A FINANCIAL INTEREST IN THIS PROJECT WHICH EXCEEDS $25,000 OR SUBCONTRACTORS WHICH WILL HAVE A CRITICAL INFLUENCE ON OR A SUBSTANTIVE CONTROL OVER THE PROJECT.

13

GREATER DAYTON REGIONAL TRANSIT AUTHORITY

QUOTE FORM

The award of this order is based on the lowest responsive and responsible bidder(s) as determined by the Greater Dayton Regional Transit Authority (RTA).

BID LIST

BID ITEM

POLE TYPE TOTAL

QUANTITIES UNIT COST

TOTAL COST

*Delivery in weeks

1 P-7 GALVANIZED 24' 45 $ $

2 P-7 PAINTED BLACK 30' 20 $ $

3

AB-7 Anchor bolts,

flat washers,

leveling nut, &

heavy hex nut

260

$ $

TOTAL PRICE $

*Delivery must be made within sixteen weeks of receipt of order in order to be responsive.

Name of Individual, Partner or Corporation

Address City, State and Zip Code

Telephone Number Fax Number E-Mail

Authorized Signature Title Date

Authorized Name Printed