BIRMINGHAM-JEFFERSON COUNTY TRANSIT AUTHORITY ENGINES . - Bjcta

Transcription

BIRMINGHAM-JEFFERSON COUNTY TRANSIT AUTHORITYENGINES & TRANSMISSIONSINVITATION FOR BID (IFB) - #22-071

INVITATION FOR BIDNumber IFB #22-07ENGINES & TRANSMISSIONSIssued: March 14, 2022Deadline for Questions:March 28, 2022; 10:00 a.m. CSTResponses to Questions posted www.maxtransit.orgMarch 31, 2022; 3:00 p.m. CSTBids/Due Opening:April 18, 2022; 10:00 a.m. CSTPre-Bid Conference: N/ABJCTA Procurement ContactPurchasing Agent: Christy Howard - choward@bjcta.orgALL QUESTIONS MUST BE SUBMITTED VIA EMAIL Response to questions will be posted on www.maxtransit.org.PLEASE SUBMIT SEALED BIDS BY AIR COURIER, HAND DELIVERY, OR US POSTALSERVICE TO THE FOLLOWING ADDRESS:Birmingham Jefferson County Transit AuthorityAttn: Procurement Department/CHRISTY HOWARD1801 Morris Avenue 2nd FloorBirmingham, AL 35203-3109*** PLEASE RETURN THE CONFIRMATION OF RECEIPT AS SOON AS POSSIBLE. ***Bidders must return the Confirmation of Receipt to receive addendums and to properly document questions/answerspertaining to this IFB. You can send the completed Confirmation of Receipt by email to choward@bjcta.orgAttention: Christy Howard, IFB #22-07.Unless written authorization is provided by the BJCTA Procurement Department, no other official or employee may speakfor the BJCTA regarding this solicitation until the award decisions are complete. Any Bidder seeking information,clarification, or interpretations from any other official or employee uses such information at their own risk, and BJCTA is notbound by such information. Following the submittal deadline, and until a contract is fully executed, Bidders shall continueto direct communications to only the BJCTA Procurement Department identified above.COMPANY NAME:ADDRESS:FAX #:CITY/STATE/ZIPE CODE:DUNS#IFB #22-07PHONE #:E-MAIL:(Required)Page 1

CONFIRMATION OF RECEIPTPlease complete this form and return it to BJCTA Procurement Department. Email the completedform to Christy Howard at choward@bjcta.org.This form is to verify that the Invitation for Bid (IFB) issued by Birmingham Jefferson County TransitAuthority (BJCTA) has been received. This form is to ensure that each Bidder has received an Invitationfor Bid and is given the opportunity to respond. If an addendum is issued and posted on BJCTA.orgwebsite, the contact information provided on this form could also be used to distribute theinformation.INVITATION FOR BID:ENGINES & TRANSMISSIONSCOMPANY NAME:PHONE #:ADDRESS:FAX #:CITY/STATE/ZIP CODE:E-MAIL:(CIRCLE: YES OR NO)Disadvantaged Business Enterprise (DBE) Vendor?YES or NOAll copies are clear and free from obstruction?YES or NOWill IFB (Cover Sheet) be attached to this confirmation page?YES or NOIn addition to sealed hard copies, Will the Proposal / Bid besubmitted on a Flash Drive? (Required)YES orWill you be submitting a bid for this product and/or service?YES or NONO(IF NO PLEASE PROVIDE REASON IN THE COMMENTS SECTION)COMMENTS:CERTIFIED BY:(BIDDER)DATE:PRINTED NAME:IFB #22-07Page 2

Notice is hereby given that the Birmingham-Jefferson County Transit Authority (BJCTA), doingbusiness as “MAX” is soliciting experienced and qualified Bidders to provide the goods or servicesspecified in this document. The Invitation for Bid (“IFB”) outlines the services sought and thedocuments required for submission.Questions or requests for clarifications and all communications with BJCTA personnel concerningthis IFB must be received by BJCTA, using by the “Deadline for Questions” specified on thecover page of this document. Responses and any addendum(s) will be posted atwww.maxtransit.org no later than the “Response to Questions” date on the cover page. Anychanges will be valid only if included in an addendum, posted in the same manner as the IFB.Bidders shall acknowledge receipt of all addenda in writing by completing and returningAttachment B, “Acknowledgement of Addenda”. Failure to acknowledge receipt of anaddenda(s) and to complete all requirements below shall be considered non-responsive andrejected byBJCTA. Please use the following address to submit your response:Please submit one original and one copy, and a copy on a Flash Drive to:ATTN: PROCUREMENT DEPTBirmingham-Jefferson County Transit Authority (MAX)1801 Morris Avenue – 2ND FLOORBirmingham, AL 35203-3109The lower left corner of the address label must include:IFB # 22-07 ENGINES & TRANSMISSIONSAll bids must be sealed at the time of delivery and will be deemed non-responsive ifreceived not sealed. Only one bid per firm is allowed. Bids must be received by U.S. PostalService, some additional courier shipping service, or hand delivered. Bids will be stamped with dateand time received. Any bid received after the deadline will be considered non-responsive and willbe rejected. BJCTA reserves the right to reject any or all bids and to waive any irregularitiesor informalities in any bid or in the bid procedure. Conditional bids and any bid taking exceptionto any provision in this IFB will be considered non-responsive. Bids may be withdrawn by writtenrequest to BJCTA prior to the bid opening. No bidders may withdraw a bid for a period of 120 daysafter the scheduled time due date.If awarded, BJCTA does not commit to award a contract or to pay any cost incurred in preparation ofa bid. BJCTA reserves the right to cancel the IFB or issue a subsequent IFB at any time during thesolicitation process.For complete protest procedures please follow the rotest-procedures/IFB #22-07Page 3

Article I. PURPOSEThe Birmingham-Jefferson County Transit Authority (BJCTA) is soliciting bids from qualified businessesto provide Ford engines and transmissions.SCOPE OF SERVICES1.1 PurposeBJCTA is seeking bids from qualified companies to provide up to 25 engines and up to 25transmissions for the revenue fleet for the next three (3) years with two (2) one-year optionof renewals.1.2 Engines - FORDUp to (25) 3.5L, 7.3L & 6.8L rebuilt engines or (equivalent equal). These engines must becompatible for CNG conversion. Theses engines are used in following vehicles: 2016,2017, 2018, and 2020 - E450/F550 cutaways (OEM, Westport, and IMPCO Families). Allhave 2019 Ford Transit 350. The engines must be delivered on site within five (5) businessdays from date of order. These E-450/F550 are used in heavy duty transit service.1.3 Transmissions - FORDUp to (25) rebuilt torque shift transmissions. These transmissions are used in the followingvehicles: 2016 (F550 Transmission – AC3P-7000-HA), 2017 (E450 Transmission –HC3P-7000-CA) and 2018 (E450 – Transmission – HC3P-7000-CA) and 2020 (F550Transmission – LC3Z-7000-AB) and 2019 (Transit 350 Transmission – GK4Z-7000-B).These transmissions must be able to work with the listed engines (Section 1.2). Thetransmissions must be delivered on site within five (5) business days from date of order.The cutaways are subject to harsh conditions such as heavy traffic and several passengersstops daily.RESPONSIVENESS/EXPERIENCE REQUIREMENTS1. Bidder must have a minimum of five (5) years’ experience.2.Comprehensive technical familiarity with the core tasks.3.Please provide at least three (3) references familiar with your company’s past work.IFB #22-07Page 4

ADDITIONAL INSTRUCTIONS TO BIDDERS1. Personnel. The bidder shall represent that it has, or will secure at its own expense, allpersonnel requiredin performing this service. Such personnel shall not be employees of or haveany contractual relationship with the BJCTA. All the services required hereunder will beperformed by or on behalf of the bidder. All personnel engaged in performing this IFB shallbe fully qualified and shall be authorized, if applicable, under state and local law to performsuch services.2. Tax ExemptThe bidder recognizes that the BJCTA is exempt from the payment of Federal, State, andlocal taxes, and that such taxes are included in the IFB cost. BJCTA will furnish the bidderwith the tax-exempt certificates.3. FamiliarityThe submission of an IFB shall constitute an acknowledgement that the bidder hasthoroughly examinedand is familiar with the IFB in every detail, agrees with all the conditions.4. IndemnificationThe bidder shall expressly agree and covenant that it will defend, hold, and save harmless,and indemnify the officers, directors, servants, agents, and employees of the BJCTA fromliability of any nature or kind in connection with the work to be performed under the Contract,whether arising out of any act or omission of the bidder or any employee, agent, orindependent contractor of the contractor.InsuranceThe Bidder shall maintain insurance during the performance of the contract from one or moreinsurance companies licensed in the City of Birmingham and surrounding municipalities to providethe following forms of insurance, said insurance companies to be reasonably satisfactory tothe BJCTA. Upon the execution of a contract, the bidder shall furnish the BJCTA withcertificates of insurance showing that the BJCTA has been listed as an additional insured. Allinsurance is to remain in full force and effect until all work under the contract has beensatisfactorily completed and accepted bythe BJCTA.a.b.IFB #22-07Workers' CompensationEmployers’ LiabilityAll States EndorsementVoluntary Compensation 500,000StatutoryStatutoryPublic Liability and Property Damage1. 100,000 for bodily injuries to or death of oneperson in any one occurrence.2. 500,000 for bodily injuries to or death of twoor more persons in any one occurrence.3. 100,000 for damage to or destruction of property in any oneoccurrence.Page 5

5. Audit and InspectionThe Bidder shall permit the Secretary of Transportation and the Comptroller General of the UnitedStates, or any of their duly authorized representatives, to inspect all work, materials, payrolls,and other data and records regarding the Contract, and to audit the books, records, andaccounts pertaining to such Contract.6. ImmigrationThe Bidder agrees to comply with Birmingham and surrounding municipalities Act 2011- 535,as amended, the Beason-Hammon Birmingham and surrounding municipalities Taxpayerand Citizen Protection Act.7. CompetitionThe technical portion of this IFB is based upon accurate descriptions of the work to beperformed and is not intended to contain features that unduly restrict competition.8. Third Party Contracting GuidanceThis document is intended to be, and shall be interpreted to be, consistent with FTA Circular4220.1F, Third Party Contracting Guidance.9. Best Practices Procurement ManualThis document is intended to be, and shall be interpreted to be, consistent with the BestPractices Procurement Manual published by the FTA.Article II. BID2.1 Information Required from BiddersBids must be submitted in the order outlined below:a.Business Organization. State the full name, address, and phone number of the Biddersand, if applicable, the branch office or division that will perform or assist in performing thework. The position of the person submitting the bid should also be provided. Indicatewhether the Bidders is licensed to operate in the State of Alabama, Jefferson County,Alabama, and the City of Birmingham, Alabama.If the Bidders is a partnership, limited liability company, limited partnership, or joint venture,the Bidders should state the full names and addresses of all partners, members, or jointventure who own at least ten percent interest in the establishment.The person signing the bid must initial any erasures, corrections, or other changesappearing on the bid form.b.Purpose of Bid. State in precise terms the means by which the Scope of Services will befulfilled.c.Management Summary. Include a description of the proposed effort.IFB #22-07Page 6

d.Additional Information and Comments. Include any other information that is believed tobe pertinent but is not specifically requested elsewhere.e.Statement of Qualifications. Provide a statement of qualifications for the purpose ofdemonstrating the Bidder’s ability to satisfactorily perform the Contract.f.Years of Experience. State the number of years of experience the Bidders has in thefields relevant to the Scope of Services.g.Financial Ability. Include a balance sheet and financial statement, as of the end of themost recent fiscal year.h.Willingness to Contract. State that the Bidder is willing to enter a Contract consistentwith the terms herein.i.Warranties. State any warranties that apply to any goods or services to be delivered.j.Criminal Background. For all persons and entities mentioned in any of the foregoingresponses, indicate whether they (1) have ever been convicted of, (2) have an indictmentpending for, or (3) have during the last five years been investigated for a criminal offensethat is not related to the operation of an automobile. Convictions, indictments, orinvestigations for the crime of driving while intoxicated shall be disclosed. Convictions,indictments, or investigations shall be disclosed regardless of whether for a violation offederal, state, local, or non-U.S. laws.k.References. Include contact information for three references familiar with the Bidder’s pastwork.l.Cost. Complete Attachment A and submit it under separate cover.2.2EligibilityEach Bidder must demonstrate that it:IFB #22-07a.Agrees to comply with all requirements set forth in this IFB.b.Have adequate financial resources or ability to obtain resources asrequired for performance of the Contract.c.Have a satisfactory record of past performance.Page 7

IFB #22-07d.Have necessary management and technical capability to perform theproposal.e.Will perform good workmanship according to the scope in the IFB.f.Have an actively registered status in the federal System for AwardManagement (SAM) www.SAM.gov. The bidder must not be excludedfrom federal procurement programs.g.Is qualified as an established firm regularly engaged in the type ofbusiness necessary to fulfill the Scope of Service.h.Is otherwise qualified and eligible to receive an award under applicablefederal, state, and local laws and regulations.Page 8

Birmingham Jefferson County Transit AuthorityATTACHMENT ABid ScheduleENGINES & TRANSMISSIONSNOTE: For invitations for Bids the terms "Offer" and "Offeror" shall mean "Bid" and "Bidder", respectively, and for Requests for Proposalthe terms "Bid" and "Bidder" shall mean "Offer" and "Offeror", respectively, in this solicitation and any associated exhibits.The Bidder Must Sign and Date This Schedule Were ProvidedAnd Submit All Pages with the Offer.The line-item price(s) for both the Base Contract and Option Years, if applicable, must include all costs that the offeror intends torecover, such as, but not limited to supervision, labor, equipment, materials, freight, pick-up, financing, carrying charges, and all othersuch charges to accommodate the supplies/services and delivery requirements. No price adjustments will be made, unless specificallyprovided for by an additional provision included in this contract. COST MUST INCLUDE ALL LABOR, MATERIALS, AND ALL INCIDENTALSREQUIRED TO SERVICE THE SCOPE OF WORK.DescriptionPer UnitENGINES - Year 1 Year 2 Year 3 Option Year 1 Option Year 2 TRANSMISSIONS - Year 1 Year 2 Year 3 Option Year 1 Option Year 2 Submitted By: Company NameDateSubmitted by: Print NameSubmitted By: SignatureIFB #22-07Page 9

ATTACHMENT BREQUEST FOR CHANGE OR APPROVED EQUALBidder:Submission Number:IFB Number: #22-07Section:Page:Questions/Clarification or Approved Equal:BJCTA:CompanyAuthorized SignatureStreet AddressPrinted NameCity / State / ZIPTitlePhoneDateIFB #22-07Page 10

ATTACHMENT CAcknowledgement of AddendaThe undersigned acknowledges receipt of the following addenda to the Invitation for Bid #22-07.Addendum No.DatedAddendum No.DatedAddendum No.DatedAddendum No.DatedCompanyAuthorized SignaturePrinted NameTitleDateIFB #22-07Page 11

BIRMINGHAM-JEFFERSON COUNTY TRANSIT AUTHORITYIFB #22-07ENGINES & TRANSMISSIONSDISADVANTAGED BUSINESS ENTERPRISES

DISADVANTAGED BUSINESS ENTERPRISESDisadvantaged Business Enterprise. To the extent authorized by applicable Federal law,the Recipient agrees to facilitate, and assures that each Third- P a r t y Participant willfacilitate, participation by small business concerns owned and controlled by socially andeconomically disadvantaged individuals, also referred to as “Disadvantaged BusinessEnterprises” (DBEs), in the Project as follows: 1) Requirements. The Recipient agrees tocomply with: (a) Section 1101(b) of MAP-21, 23 U.S.C. § 101 note, (b) U.S. DOTregulations, “Participation by Disadvantaged Business Enterprises in Department ofTransportation Financial Assistance Programs,” 49 C.F.R. part 26, and (c) Federal transitlaw, specifically 49 U.S.C. § 5332, as stated in section a, (2) Assurance. As required by 49C.F.R. § 26.13(a), (b) DBE Program Requirements. Recipients receiving planning, capitaland/or operating assistance that will award prime third-party contracts exceeding 250,000in a Federal fiscal year must: 1 Have a DBE program meeting the requirements of 49 C.F.R.part 26, 2 implement a DBE program approved by FTA, and 3 establish an annual DBEparticipation goal, (c) Special Requirements for a Transit Vehicle Manufacturer. TheRecipient understands and agrees that each transit vehicle manufacturer, as a condition ofbeing authorized to bid or propose on FTA-assisted transit vehicle procurements, mustcertify that it has complied with the requirements of 49 C.F.R. part 26, (d) the Recipientprovides assurance that: The Recipient shall not discriminate on the basis of race, color,national origin, or sex in the award and performance of any DOT-assisted contract or in theadministration of its DBE program or the requirements of 49 C.F.R. part 26. The Recipientshall take all necessary and reasonable steps under 49 C.F.R. part 26 to ensurenondiscrimination in the award and administration of DOT-assisted contracts. TheRecipient's DBE program, as required by 49 C.F.R. part 26 and as approved by DOT, isincorporated by reference in this agreement. Implementation of this program is a legalobligation and failure to carry out its terms shall be treated as a violation of this agreement.Upon notification to the Recipient of its failure to carry out its approved program, theDepartment may impose sanctions as provided for under 49 C.F.R. part 26 and may, inappropriate cases, refer the matter for enforcement under 18 U.S.C. § 1001 and/or theProgram Fraud Civil Remedies Act of 1986, 31 U.S.C. § 3801 et seq., (2) Exception for theTribal Transit Program. FTA exempts Indian tribes from the Disadvantaged BusinessEnterprise regulations at 49 C.F.R. part 26 under MAP-21 and previous legislation.Nondiscrimination on the Basis of Sex. The Recipient agrees to comply with Federalprohibitions against discrimination on the basis of sex, including: (1) Title IX of theEducation Amendments of 1972, as amended, 20 U.S.C. § 1681 et seq., (2) U.S. DOTregulations, “Nondiscrimination on the Basis of Sex in Education Programs or ActivitiesReceiving Federal Financial Assistance,” 49 C.F.R. part 25, and (3) Federal transit law,specifically 49 U.S.C. § 5332, as stated in section a,Nondiscrimination on the Basis of Age. The Recipient agrees to comply with Federalprohibitions against discrimination on the basis of age, including: (1) The Age12 PageIFB #22-07

Discrimination in Employment Act (ADEA), 29 U.S.C. §§ 621 – 634, which prohibitsdiscrimination on the basis of age, (2) U.S. Equal Employment Opportunity Commission(U.S. EEOC) regulations, “Age Discrimination in Employment Act,” 29 C.F.R. part 1625,which implements the ADEA, (3) The Age Discrimination Act of 1975, as amended, 42U.S.C. § 6101 et seq., which prohibits discrimination against individuals on the basis of agein the administration of programs or activities receiving Federal funds, (4) U.S. Health andHuman Services regulations, “Nondiscrimination on the Basis of Age in Programs orActivities Receiving Federal Financial Assistance,” 45 C.F.R. part 90, which implementsthe Age Discrimination Act of 1975, and (5) Federal transit law, specifically 49 U.S.C. §5332, as stated in Section ANondiscrimination on the Basis of Disability. The Recipient agrees to comply with thefollowing Federal prohibitions pertaining to discrimination against seniors or individuals withdisabilities: (1) Federal laws, including: (a) Section 504 of the Rehabilitation Act of 1973,as amended, 29 U.S.C. § 794, which prohibits discrimination on the basis of disability inthe administration of federally funded programs or activities, (b) The Americans withDisabilities Act of 1990 (ADA), as amended, 42 U.S.C. § 12101 et seq., which requires thataccessible facilities and services be made available to individuals with disabilities, 1General. Titles I, II, and III of the ADA apply to FTA Recipients, but 2 Indian Tribes. WhileTitles II and III of the ADA apply to Indian Tribes, Title I of the ADA exempts Indian Tribesfrom the definition of “employer,” (c) The Architectural Barriers Act of 1968, as amended,42 U.S.C. § 4151 et seq., which requires that buildings and public accommodations beaccessible to individuals with disabilities, (d) Federal transit law, specifically 49 U.S.C. §5332, which now includes disability as a prohibited basis for discrimination, and (e) Otherapplicable laws and amendments pertaining to access for elderly individuals or individualswith disabilities, (2) Federal regulations, including: (a) U.S. DOT regulations,“Transportation Services for Individuals with Disabilities (ADA),” 49 C.F.R. part 37, (b) U.S.DOT regulations, “Nondiscrimination on the Basis of Disability in Programs and ActivitiesReceiving or Benefiting from Federal Financial Assistance,” 49 C.F.R. part 27, (c) U.S. DOTregulations, “Transportation for Individuals with Disabilities: Passenger Vessels,” 49C.F.R. part 39, (d) Joint U.S. Architectural and Transportation Barriers Compliance Board(U.S. ATBCB) and U.S. DOT regulations, “Americans With Disabilities (ADA) AccessibilitySpecifications for Transportation Vehicles,” 36 C.F.R. part 1192 and 49 C.F.R. part 38, (e)U.S. DOJ regulations, “Nondiscrimination on the Basis of Disability in State and LocalGovernment Services,” 28 C.F.R. part 35, (f) U.S. DOJ regulations, “Nondiscrimination onthe Basis of Disability by Public Accommodations and in Commercial Facilities,” 28 C.F.R.part 36, (g) U.S. EEOC, “Regulations to Implement the Equal Employment Provisions ofthe Americans with Disabilities Act,” 29 C.F.R. part 1630, (h) U.S. Federal CommunicationsCommission regulations, “Telecommunications Relay Services and Related Customer13 PageIFB #22-07

Premises Equipment for Persons with Disabilities,” 47 C.F.R. part 64, Subpart F, (i) U.S.ATBCB regulations, “Electronic and Information Technology Accessibility Standards,” 36C.F.R. part 1194, and (j) FTA regulations, “Transportation for Elderly and HandicappedPersons,” 49 C.F.R. part 609, and (3) Other applicable Federal civil rights andnondiscrimination guidance.Drug or Alcohol Abuse - Confidentiality and Other Civil Rights Protections. The Recipientagrees to comply with the confidentiality and civil rights protections of: (1) The Drug AbuseOffice and Treatment Act of 1972, as amended, 21 U.S.C. § 1101 et seq., (2) TheComprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and RehabilitationAct of 1970, as amended, 42 U.S.C. § 4541 et seq., and (3) The Public Health Service Act,as amended, 42 U.S.C. §§ 290dd – 290dd-2.Access to Services for People with Limited English Proficiency. Except as the FederalGovernment determines otherwise in writing, the Recipient agrees to promote accessibility ofpublic transportation services to people whose understanding of English is limited byfollowing: 1) Executive Order No. 13166, “Improving Access to Services for Persons withLimited English Proficiency,” August 11, 2000, 42 U.S.C. § 2000d-1 note, and (2) U.S. DOTNotice, “DOT Policy Guidance Concerning Recipients’ Responsibilities to Limited EnglishProficiency (LEP) Persons,” 70 Fed. Reg. 74087, December 14, 2005.Other Nondiscrimination Laws. Except as the Federal Government determines otherwise inwriting, the Recipient agrees to: (1) Comply with other applicable Federal nondiscriminationlaws and regulations, and (2) Follow Federal guidance prohibiting discrimination.Remedies. Remedies for failure to comply with applicable Federal Civil Rights laws andFederal regulations may been forced as provided in those Federal laws or Federalregulations.14 PageIFB #22-07

DBE Letter of IntentName of Bidders/offeror’s firm:Address:City:State:Zip:State:Zip:Name of DBE firm:Address:City:Telephone:Description of work to be performed by DBE firm:The Bidders/offeror is committed to utilizing the before mentioned DBE firm for the work describedabove. The estimated dollar value of this work is .AffirmationThe before mentioned DBE firm confirms that it will perform the portion of the contract for theestimated dollar value as stated above.By(Signature)(Title)If the Bidders/offeror does not receive award of the prime contract, any and all representationsin this Letter of Intent and Affirmation shall be null and void.15 PageIFB #22-07

ATTACHMENTDBE AFFIDAVITState ofCounty of}}Before me, a notary public, personally appearedsays as follows:, who, being duly sworn,1.I serve asfor(the “DBE”).2.The DBE has been certified as a Disadvantaged Business Enterprise by ALDOT, BAA, UCP orDOT.3.Such certification has not been revoked and has not expired.4.There has been no change in the minority status of the DBE.5.Attached hereto is the DBE’s most recent DBE certification letter.6.The foregoing items are true and accurate.Signature of AffiantDateI certify that the affiant is known or made known to me to be the identical party s/he claims to be.Subscribedand sworn to before me thisday of , 20.[SEAL]16 PageNotary PublicMy Commission expiresIFB #22-07, 20 .

DBE UNAVAILABLE CERTIFICATIONThe undersigned Bidder submits to the Birmingham-Jefferson County Transit Authority (BJCTA) certifiesthat,on, 20 , a representative contacted the following Disadvantaged BusinessEnterprise (“DBE”) to obtain a Proposal for the following work items.DBEForm of Proposal Sought(i.e., unit price, materials & labor, laboronly, etc.Work Items SoughtSaid DBE was unavailable for work on this project, or unable to prepare a Proposal for the following reason:CompanyAuthorized SignaturePrinted NameTitleDateThe foregoing statement is a true and correct account of why the undersigned DBE did not prepare a Proposalon this project.Disadvantaged Business EnterpriseAuthorized SignaturePrinted NameTitleDate17 PageIFB #22-07

DISADVANTAGED BUSINESS ENTERPRISE (DBE) UTILIZATIONThe undersigned bidder/offeror has satisfied the requirements of the bid specification in thefollowing manner (please check the appropriate space):BJCTA has a 10.5% overall DBE goal.The bidder/offeror is committed to a minimum of % DBE utilization on thiscontract. Provide DBE Information on chart below. Please submit documentationdemonstrating good faith efforts.Name of Bidder/ Offeror’s sNoPhoneStateRegistration No.Dates, BestMethod ofContactLetterPhonePrint Name/TitleSignature18 PageDateIFB #22-07Description ofWorkDollarAmount ofProposal/Quote

Birmingham-Jefferson County Transit AuthorityDBE GOOD FAITH EFFORT DOCUMENTATIONThe intent of this form is to document the good faith effort attempts made by the apparent low bidder in soliciting DBE firms to meet the DBE project goal.Please note that the project goal will not be waived, and the contractor must make efforts to achieve the goal throughout the life of the contract.Every work type where there is a certified DBE, the apparent low bidder must submit the form as follows:1 available DBE – must contact 1 DBE.2-5 available DBEs – must contact 3 DBEs minimum.6-7 available DBEs – must contact 4 DBEs minimum. 89 available DBEs – must contact 5 DBEs minimum.10 or more available DBEs – must contact 6 DBEs minimum.All information submitted on this form is subject to audit by the DBE Goal CommitteeDate Submitted:Contractor Name:Address:City:State:Contact Person:Zip Code:Telephone Number:EmailAddress:Project Goal Percentage:Commitment Percentage:Unattained Percentage:I certify that the information contained in this good faith effort documentation form is true and correct to the best of my knowledge. I further understand thatany willful falsification, fraudulent statement, or misrepresentation will result in appropriate sanctions which may involve debarment and/or prosecutionunder applicable State and Federal laws.Bidder/Authorized Representative Signature:Title:Date:IFB #22-07Page 19

DBE GOOD FAITH EFFORT DOCUMENTATIONWork Type NumberDescription of Work, Service or MaterialContact Name (First and Last)1.2.3.Comments:Work Type NumberDescription of Work, Service or MaterialContact Name (First and Last)1.2.3.Comments:Work Type NumberContact DateDescription of Work, Service or MaterialContact Name (First and Last)1.2.3.Comments:IFB #22-07Contact DateContact DateDBE Firm NameContact MethodContact ResultsBid AmountContact ResultsBid AmountContact ResultsBid AmountDBE Firm NameContact MethodDBE Firm NameContact MethodPage 20

ATTACHMENT DConflict of Interest StatementBidder certifies that no BJCTA employee, or family members will receive a benefit from thesepayments, except as disclosed below BJCTA. Failure to disclose this information may result inthe elimination of your Proposal from consideration.Bidders shall provide a list of all entities/individual(s) with which it has relationships that create,orwould appear to create, a conflict of interest with the work expressed in this IFB. The list shouldindicate the name of the entity/individual, the relationship to the Bidder, and a discussion of theconflict.Prior to awarding an agreement, this IFB will be decided upon by the BJCTA Board of Directo

BJCTA is seeking bids from qualified companies to provide up to 25 engines and up to 25 transmissions for the revenue fleet for the next three (3) years with two (2) one-year option of renewals. 1.2 Engines - FORD Up to (25) 3.5L, 7.3L & 6.8L rebuilt engines or (equivalent equal). These engines must be