No preview available
HomeMy WebLinkAboutC14-350 National Bus Sales and Leasing Inc. Agreement AGREEMENT BETWEEN EAGLE COUNTY,COLORADO AND NATIONAL BUS SALES AND LEASING INC. war,THIS AGREEMENT("Agreement")is effective as of the day o 2014 by and between National Bus Sales and Leasing a Texas corporation(hereinafter"Vendor")and Eagle County,Colorado,a body corporate and politic(hereinafter"County"). RECITALS WHEREAS,the Colorado Mountain Purchasing Consortium(CMPC)is a partnership of local agencies providing mass transportation services,who are aligned for the purpose of coordinated purchase of cutaway vehicles to be used by each respective agency;and WHEREAS,the following are current participants in the CMPC:All Points Transit,the City of Aspen,the City of Durango,the City of Farmington,the City of Greeley,Disability Services Inc.dba Amblicab,Eagle County,Mesa County,the Roaring Fork Transportation Authority, Seniors' Resource Center,and the Town of Snowmass Village (each agency will be individually referred to as a"CMPC agency"and collectively the CMPC);and WHEREAS,Eagle County led a procurement on behalf of the CMPC,which procurement complied with federal and state guidelines for the use of grant funds to fund the purchase of cutaway vehicles;and WHEREAS,Vendor was the selected respondent to the Colorado Mountain Purchasing Consortium Request for Proposal for Project No.CMPC-14-BOC-RFP dated March 15, 2014(the"RFP")attached hereto as Exhibit A and incorporated herein by this reference;and WHEREAS,Vendor is authorized to do business in the State of Colorado and has the time, skill,expertise,and experience necessary to provide the equipment and/or materials as set forth below in paragraph 1 hereof;and WHEREAS,this Agreement shall govern the relationship between Vendor and County in connection with Vendor's promise to offer the same purchase terms and conditions to each agency within the CMPC. AGREEMENT NOW,THEREFORE,in consideration of the foregoing and the following promises Vendor and County agree as follows: 1. Vendor Responsibility. In consideration of being selected as the successful respondent to the RFP,Vendor agrees to offer for sale to members of the CMPC,the materials,equipment and/or products(collectively the "Equipment")described in the RFP(Exhibit A)and the Glaval Technical and Price Proposal which are attached hereto as Exhibit B, and incorporated herein by reference.The Equipment shall be provided in accordance with the provisions and conditions of an associated Purchase Agreement between Vendor and the CMPC agency making the individual purchase. a. Vendor agrees to enter into Purchase Agreements with each CMPC agency as individually requested by each agency in the same form and with the same terms contained in the attached Exhibit C. By signing GILE-- 351 below, Vendor represents that it has the expertise and personnel necessary to properly and timely execute said Purchase Agreements and provide the Equipment in accordance with the terms of such Purchase Agreements. b. In performance under any Purchase Agreement between Vendor and a CMPC agency, Vendor shall comply with all general requirements,conditions and terms as set forth in Exhibit A. c. In the event of any conflict or inconsistency between the terms and conditions set forth in Exhibit A,Exhibit B and/or Exhibit C and the terms and conditions set forth in this Agreement,the terms and conditions set forth in this Agreement shall prevail. 2. County's Representative. The ECO Transit's Department's designee and the CMPC Program Administrator shall be Vendor's contact with respect to this Agreement. 3. Term of the Agreement. This Agreement shall commence upon the date first written above,and subject to the provisions of paragraph 9 hereof,shall continue in full force and effect for a period of five years. 4. Extension or Modification. Any amendments or modifications shall be in writing signed by both parties. No additional Equipment shall be provided by Vendor unless and until Vendor has obtained written authorization and acknowledgement by County for such additional equipment in accordance with County's internal policies. Accordingly,no course of conduct or dealings between the parties,nor verbal change orders,express or implied acceptance of alterations or additions to the Equipment,and no claim that County has been unjustly enriched by any Equipment,whether or not there is in fact any such unjust enrichment,shall be the basis of any increase in the compensation payable hereunder.In the event that written authorization and acknowledgment by County for such additional equipment is not timely executed and issued in strict accordance with this Agreement,Vendor's rights with respect to such additional equipment shall be deemed waived and such failure shall result in non-payment for such additional equipment. 5. Compensation. Each CMPC agency shall be individually responsible for compensation to Vendor in accordance with any executed Purchase Agreement(s). Eagle County shall compensate Vendor only for Purchasing Agreements between Vendor and Eagle County. Vendor acknowledges that Eagle County serves as the lead agency for the CMPC for the purpose of contracting with the CMPC Program Administrator and initiating the procurement process(RFP)and that Eagle County shall have no liability for any amounts due to Vendor under any other CMPC agency Purchase Agreement. Accordingly,Vendor covenants not to seek compensation from Eagle County for any purchases initiated by another CMPC agency. 6. Insurance. At all times during the term of this Agreement,Vendor agrees to provide and maintain at Vendor's sole cost and expense,the following insurance coverage with limits of liability not less than those stated below: a. Types of Insurance. i. Workers'Compensation insurance as required by law. ii. Auto coverage with limits of liability not less than$1,000,000 each accident combined bodily injury and property damage liability insurance,including coverage for owned,hired,and non-owned vehicles. 2 Eagle County Materials and Equipment Agreement 5/14 iii. Commercial General Liability coverage to include premises and operations, personal/advertising injury,products/completed operations,broad form property damage with limits of liability not less than$1,000,000 per occurrence and$1,000,000 aggregate limits. b. Other Requirements. i. The automobile and commercial general liability coverage shall be endorsed to include Eagle County,its associated or affiliated entities,its successors and assigns,elected officials,employees,agents and volunteers as additional insureds. A certificate of insurance consistent with the foregoing requirements is attached hereto as Exhibit D. ii. The insurance provisions of this Agreement shall survive expiration or termination hereof. iii. The parties hereto understand and agree that the County is relying on,and does not waive or intend to waive by any provision of this Agreement,the monetary limitations or rights,immunities and protections provided by the Colorado Governmental Immunity Act,as from time to time amended,or otherwise available to County,its affiliated entities,successors or assigns,its elected officials,employees,agents and volunteers. iv. Vendor is not entitled to workers'compensation benefits except as provided by the Vendor,nor to unemployment insurance benefits unless unemployment compensation coverage is provided by Vendor or some other entity. The Vendor is obligated to pay all federal and state income tax on any moneys paid pursuant to this Agreement. 7. Indemnification. The Vendor shall indemnify and hold harmless County,and any of its officers,agents and employees against any losses,claims,damages or liabilities for which County may become subject to insofar as any such losses,claims,damages or liabilities arise out of,directly or indirectly,this Agreement,or are based upon any performance or nonperformance by Vendor or any of its subcontractors hereunder;and Vendor shall reimburse County for reasonable attorney fees and costs,legal and other expenses incurred by County in connection with investigating or defending any such loss,claim,damage,liability or action. This indemnification shall not apply to claims by third parties against the County to the extent that County is liable to such third party for such claims without regard to the involvement of the Vendor. This paragraph shall survive expiration or termination hereof. 8. Notice. Any notice required by this Agreement shall be deemed properly delivered when(i)personally delivered,or(ii)when mailed in the United States mail,first class postage prepaid,or(iii)when delivered by FedEx or other comparable courier service,charges prepaid,to the parties at their respective addresses listed below,or(iv) when sent via facsimile so long as the sending party can provide facsimile machine or other confirmation showing the date,time and receiving facsimile number for the transmission,or(v)when transmitted via e-mail with confirmation of receipt. Either party may change its address for purposes of this paragraph by giving five(5)days prior written notice of such change to the other party. COUNTY: Eagle County,Colorado Attention:Director of Transportation 3289 Cooley Mesa Road Post Office Box 1070 Gypsum,CO 81637 Telephone: 970-328-3533 3 Eagle County Materials and Equipment Agreement 5/14 • Facsimile:970-328-3539 E-mail:Kelley.collier @eaglecounty.us With a copy to: • Eagle County Attorney 500 Broadway Post Office Box 850 Eagle,CO 81631 Telephone:970-38-8685 Facsimile: 970-328-8699 E-Mail:atty @eaglecounty.us VENDOR: National bus Sales and Leasing Inc. 15580 Texas 114 Justin,TX 76247 Telephone: 817-636-2365 Facsimile: 817-636-6311 E-Mail: nccaly nationalbussales.com With a copy to: National Bus Sales&Leasing 800 Pickens Drive Extension Marietta,GA 30062 Telephone: 770-422-8920 E-Mail:bbeach@nationalbussales.com 9. Termination. County may terminate this Agreement, in whole or in part,at any time and for any reason, with or without cause,and without penalty therefor with ten(10)Business Days' prior written notice to the Vendor. Upon termination of this Agreement,Vendor shall cease negotiation or execution of any further Purchase Agreements with CMPC agencies under the RFP Award. 10. Venue,Jurisdiction and Applicable Law. Any and all claims,disputes or controversies related to this Agreement,or breach thereof,shall be litigated in the District Court for Eagle County,Colorado,which shall be the sole and exclusive forum for such litigation. This Agreement shall be construed and interpreted under and shall be governed by the laws of the State of Colorado. 11. Execution by Counterparts;Electronic Signatures. This Agreement may be executed in two or more counterparts,each of which shall be deemed an original,but all of which shall constitute one and the same instrument. The parties approve the use of electronic signatures for execution of this Agreement.Only the following two forms of electronic signatures shall be permitted to bind the parties to this Agreement:(i) Electronic or facsimile delivery of a fully executed copy of the signature page;(ii) the image of the signature of an authorized signer inserted onto PDF format documents. All documents must be properly notarized,if applicable. All use of electronic signatures shall be governed by the Uniform Electronic Transactions Act,C.R.S.24-71.3-101 to 121. 12. Other Contract Requirements and Vendor Representations. 4 Eagle County Materials and Equipment Agreement 5/14 a. Vendor agrees to work in an expeditious manner,within the sound exercise of its judgment and professional standards,in the performance of this Agreement. Time is of the essence with respect to this Agreement. b. This Agreement constitutes an agreement for performance by Contractor as an independent Contractor and not as an employee of County. Nothing contained in this Agreement shall be deemed to create a relationship of employer-employee,master-servant,partnership,joint venture or any other relationship between County and Vendor except that of independent Vendor.Vendor shall have no authority to bind County. c. Vendor represents and warrants that at all times in the performance of the Agreement,Vendor shall comply with any and all applicable laws,codes,rules and regulations. d. This Agreement contains the entire agreement between the parties with respect to the subject matter hereof and supersedes all other agreements or understanding between the parties with respect thereto. e. Vendor shall not assign any portion of this Agreement without the prior written consent of the County. Any attempt to assign this Agreement without such consent shall be void. f. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their respective permitted assigns and successors in interest.Enforcement of this Agreement and all rights and obligations hereunder are reserved solely for the parties,and not to any third party. g. No failure or delay by either party in the exercise of any right hereunder shall constitute a waiver thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding breach. h. The invalidity,illegality or unenforceability of any provision of this Agreement shall not affect the validity or enforceability of any other provision hereof. i. The signatories to this Agreement aver to their knowledge no employee of the County has any personal or beneficial interest whatsoever in the Equipment described in this Agreement.The Vendor has no beneficial interest,direct or indirect,that would conflict in any manner or degree with the performance of the Agreement and Vendor shall not employ any person having such known interests. j. The Vendor,if a natural person eighteen(18)years of age or older,hereby swears and affirms under penalty of perjury that he or she(i)is a citizen or otherwise lawfully present in the United States pursuant to federal law,(ii)to the extent applicable shall comply with C.R.S.24-76.5-103 prior to the effective date of this Agreement. 14. Prohibitions on Government Contracts. As used in this Section 14,the term undocumented individual will refer to those individuals from foreign countries not legally in the United States as set forth in C.R.S.8-17.5-101,et.seq.If Vendor has any employees or subcontractors,Vendor shall comply with C.R.S. 8-17.5-101,et. seq.,and this Agreement. By execution of this Agreement,Vendor certifies that it does not knowingly employ or contract with an undocumented individual who will perform under this Agreement and that Vendor will participate in the E-verify Program or other Department of Labor and Employment program("Department Program")in order to confirm the eligibility of all employees who are newly hired for employment to perform Services under this Agreement. a. Vendor shall not: 5 Eagle County Materials and Equipment Agreement 5/14 i. Knowingly employ or contract with an undocumented individual to perform Services under this Agreement;or ii. Enter into a subcontract that fails to certify to Vendor that the subcontractor shall not knowingly employ or contract with an undocumented individual to perform work under the public contract for services. b. Vendor has confirmed the employment eligibility of all employees who are newly hired for employment to perform Services under this Agreement through participation in the E-Verify Program or Department Program,as administered by the United States Department of Homeland Security. Information on applying for the E-verify program can be found at: http://www.dhs.gov/xprevprot/programs/gc 1185221678150.shtm c. Vendor shall not use either the E-verify program or other Department Program procedures to undertake pre-employment screening of job applicants while the public contract for services is being performed. d. If Vendor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an undocumented individual,Vendor shall be required to: i. Notify the subcontractor and County within three (3) days that Vendor has actual knowledge that the subcontractor is employing or contracting with an undocumented individual;and ii. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to subparagraph (i) of the paragraph (d) the subcontractor does not stop employing or contracting with the undocumented individual; except that Vendor shall not terminate the contract with the subcontractor if during such three(3)days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an undocumented individual. e. Vendor shall comply with any reasonable request by the Department of Labor and Employment made in the course of an investigation that the department is undertaking pursuant to its authority established in C.R.S. 8-17.5-102(5). f. If Vendor violates these prohibitions,County may terminate the Agreement for breach of contract. If the Agreement is so terminated specifically for breach of this provision of this Agreement, Vendor shall be liable for actual and consequential damages to County as required by law. g. County will notify the Colorado Secretary of State if Vendor violates this provision of this Agreement and County terminates the Agreement for such breach. [REST OF PAGE INTENTIONALLY LEFT BLANK] 6 Eagle County Materials and Equipment Agreement 5/14 IN WITNESS WHEREOF,the parties have executed this Agreement the day and year first set forth above. COUNTY OF EAGLE,STATE OF COLO' • SO,By and Through Its BO• '.. OF COUNTY 'ONIIS IONERS BY: '� , A.A1,■ —.Man H.Ryan,Chairman Attest: `" By. Teak J.Simonton,OA to the Board �p -• "4-/, -ORAOJ ff VEND yn� ,, Print Name:�� � Title: 7 Eagle County Materials and Equipment Agreement 5/14 Colorado Mountain Purchasing Part 1 Consortium COLORADO MOUNTAIN PURCHASING CONSORTIUM REQUEST FOR PROPOSAL FOR PROJECT NO. CMPC-14-BOC-RFP CUTAWAY CHASSIS TYPE TRANSIT VEHICLES Colorado Mountain Purchasing Consortium RAE Consultants, Inc. 2212 West Platte Avenue Colorado Springs, CO 80904 719.447.7623 ann @raeconsultants.com March 5, 2014 1 CMPC-14-BOC-RFP March 2014 EXHIBIT A Colorado Mountain Purchasing Part 1 Consortium PUBLIC NOTICE Eagle County RTA on behalf of the Colorado Mountain Purchasing Consortium (CM PC) Request For Proposal (RFP) No. CMPC-14-BOC-RFP CUTAWAY CHASSIS TYPE TRANSIT VEHICLES Notice is hereby given that the CMPC is seeking proposals for the following equipment: Description: Standard Cutaway Chassis Type Transit Vehicles - 5 Years Solicitation Documents: RFP Packages are available online at http://www.eaglecounty.us/rfp or by email at annC�raeconsultants.com Pre-Proposal Meeting: Wednesday, March 26th, 2014; 10:00 am MDT; Online via GoTo Meeting, no RSVP required. Web link: https://global.gotomeetinq.com/join/114870941 Audio via Conference Line: (626) 521-0014 Access Code: 114-870-941 Written Questions / Wednesday, April 9th, 2014 - 5:00 pm MDT Requests for Deviations/ Approved Equals Due: Response to Proposer Friday, April 25th, 2014 - 5:00 PM MDT Communication and/or Addenda Issued: Proposal Submission Monday, May 12th, 2014 - 5:00 PM MDT Deadline: Notice to all bidders is hereby provided, that in accordance with State and Federal laws, the CMPC will ensure that Disadvantaged Business Enterprises (DBEs) are afforded full opportunity to submit offers and responses to this solicitation, and to participate in any contract consummated pursuant to this advertisement. Compliance with Federal and State laws on Equal Opportunity will also be asserted in consideration for the award of this contract. As an equal opportunity employer, Eagle County prohibits discrimination on the basis of race, creed, color, religion, age, sex, disability, marital status, sexual orientation, political affiliation, or national origin. The CMPC reserves the right to accept or reject any and all proposals submitted. 2 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium COLORADO MOUNTAIN PURCHASING CONSORTIUM REQUEST FOR PROPOSAL FOR PROJECT NO. CMPC-14-BOC-RFP Schedule CUTAWAY CHASSIS TYPE TRANSIT VEHICLES EVENT DATE RFP Issued and Advertised Wednesday, March 5, 2014 Pre-Proposal Meeting 10:00 AM, Wednesday, March 26, 2014 Proposer Questions/Deviations/AE Due 5:00 PM, Wednesday, April 9, 2014 CMPC Issued Addenda 5:00 PM, Friday, April 25, 2014 Proposal Submission Deadline 5:00 PM, Monday, May 12, 2014 Notification of Award to Proposers(s) Approximately June 9, 2014 3 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium PROPOSAL# CMPC-14-BOC-RFP SOLICITATION INSTRUCTIONS, GENERAL REQUIREMENTS & CONDITIONS, CONTRACTUAL PROVISIONS SOLICITATION INSTRUCTIONS 1,1 SCOPE AND QUANTITIES The Colorado Mountain Purchasing Consortium (CMPC), lead by a program administrator hired by the Eagle County RTA, requests proposals for the manufacture and delivery of accessible cutaway chassis type transit/paratransit vehicles under a joint procurement in accordance with the terms and conditions set forth in RFP No. CMPC-14-BOC-RFP. The Contract for each order placed in this procurement shall be a firm-fixed price contract. The purpose of this joint procurement is to procure Accessible Transit/Paratransit Cutaway Chassis Type Vehicles. The CMPC is procuring vehicles on behalf of ten (10) participating agencies: Eagle County RTA - ECO Transit; City of Greeley - Greeley/Evans Transit; Mesa County RTPO - Grand Valley Transit; Roaring Fork Transportation Authority (RFTA); Town of Snowmass Village - Village Shuttle; City of Aspen; Disability Services Inc. - Amblicab Transportation; All Points Transit; City of Durango - Durango Transit; and Seniors' Resource Center. The agencies shall be referred to as the CMPC for the purposes of this RFP. Following contract award, Eagle County RTA and the CMPC program administrator shall coordinate all contract administration duties. However, each agency shall work directly with the selected vendor(s) when ordering vehicles. The procurement shall be in effect for five (5) years from the date of contract award. Vehicles shall be available to procure for the duration of the five-year term. Financial support of this project is provided through financial assistance grants from the Federal Transit Administration (FTA), and/or the State of Colorado, Colorado Department of Transportation (CDOT), as well as other sources of local and state public funding. This is a five-year solicitation for purchase of the following quantities of vehicles for model years 2015 through 2019, with the understanding that the proposer can still propose a 2014 model year chassis if readily available from the manufacturer. Proposal Quantities for the consortium purchasing agencies are provided as follows. 4 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium Small-Medium Light Duty Cutaway Purchasing June — CY CY CY CY Jan. - Agency Dec. 2015 2016 2017 2018 June 2014 2019 All Points 0 2 1 2 1 1 Transit City of Aspen 0 4 0 0 0 4 City of 2 2 2 2 2 2 Durango City of 2 2 2 2 2 2 Farmington City of Greeley 4 1 0 1 3 4 DSI / Amblicab 2 2 1 1 1 1 Eagle County 0 1 0 1 0 0 RFTA 3 5 4 5 5 4 Seniors' Resource 2 2 2 2 2 2 Center Town of 2 1 1 2 1 2 Snowmass Total Revised 17 22 13 18 17 22 Large Heavy Duty Cutaway Purchasing June — CY CY CY CY Jan. — Agency Dec. 2015 2016 2017 2018 June 2014 2019 Eagle County 3 4 1 9 1 0 0 0 Mesa County 5 10 5 5 5 5 RFTA 1 0 1 0 0 1 Total Revised 10 11 7 5 5 6 5 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium These numbers reflect the immediate and foreseeable needs of agencies within Colorado and were determined by using the most recent federal and state funding award lists and Consortium agencies' vehicle replacement schedules. All or part of the quantity of vehicles stated herein may be assigned to other public transit or human service transportation agencies in Colorado if the purchasing agency no longer needs the vehicle order specified in Appendix A and B of this solicitation. The Purchasers will be allowed to purchase the vehicles specified in Appendix A and B as long as current production year chassis' are still available from the manufacturer or suppliers, under the same terms and conditions stated in this initial Purchasing Agreement. Following award of the initial model production year, the CMPC will have an option to extend the Purchasing Agreement for four years, to equal a five- year purchasing agreement (June 2014 through June 2019). Any optional Purchasing Agreements shall be subject to the same pricing, terms and conditions of the original Purchasing Agreement. However, a chassis model price increase will be considered when a model year change is specific to the automotive or bus industry. The Contractor shall provide a certification from the manufacturer to justify the chassis model price increase. The price may be adjusted only in the same amount as the price increase to the Contractor. The Contractor must submit the request and all necessary documentation to the CMPC Program Administrator. The Contractor may request an increase in the second stage production costs after, or in conjunction with, the chassis increase request being received by the CMPC Program Administrator. CMPC will compute the second stage costs utilizing the formula explained in Exhibit 4: FORMULA FOR COMPUTATION OF SECOND STAGE PRICE ESCALATION. A final annual adjustment will then be authorized after combining the chassis increase with the second stage increase, if any. The date found on the Manufacturer's letter, stating the new chassis cost, shall be the month used as the future Recomp month as described in Exhibit 4. Each proposal shall be submitted with the understanding that acceptance in writing by any Purchaser of the offer to furnish any or all of the units therein, shall constitute a contract between the Proposer and that Purchaser only, and implies no duties or responsibilities on the part of the CMPC or the Colorado Department of Transportation (CDOT). The terms and conditions of said contract are to be administered and enforced by and between the Purchaser and the Proposer. The Purchaser is responsible for: providing the dealer with the properly completed forms and order information; resolution of issues relating to liquidated damages, late payment penalties, etc; and adhering to the terms and conditions regarding Final Acceptance and Terms of Payment as stated in the Purchasing Agreement. CDOT and the CMPC are responsible, and have an obligation to, oversee the proper use of Federal and State grant monies; to ensure that all Federal, State and Purchasing Agreement requirements and certifications are met; monitor warranty and dealer services; conduct production line and/or dealer inspections and intercede on behalf of the Purchasers. 6 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium 1� pROPOSAL REQUIREMENTS Program Administrator Contact Ann Beauvais CMPC Program Administrator RAE Consultants, Inc. 2212 West Platte Avenue Colorado Springs, CO 80904 Email: annPraeconsultants.com Telephone: 719-447-7623 Obtaining Proposal Documents The RFP Package can be obtained online at http://www.eaglecounty.us/rfp or by email at: annPraeconsultants.com Pre-Proposal Meeting A Pre-Proposal Meeting will be held on Wednesday, March 26th, 2014; 10:00 am MDT; Online via GoTo Meeting, no RSVP required, no in person meeting will be held due to varying CMPC partner locations across the state. Web link: https://global.gotomeeting.com/join/114870941 ; Audio via Conference Line: (626) 521-0014; Access Code: 114-870-941. Prospective proposers are urged to make every effort to attend this meeting. Prospective proposers are requested to submit written questions to the CMPC Program Administrator, identified above, by email in advance of the Pre-Proposal Meeting. Questions may be submitted up to two days before the pre-proposal meeting. Responses will be shared with all prospective proposers. Prospective proposers are reminded that any changes to the RFP will be by written addenda only, and nothing stated at the Pre-Proposal Meeting shall change or qualify in any way any of the provisions in the RFP and shall not be binding on the CMPC. Questions, Clarifications and Omissions All correspondence, communication and contact in regard to any aspect of this solicitation or offers shall be only with the CMPC Program Administrator identified above. Unless otherwise instructed by the Program Administrator, proposers and their representatives shall not make any contact with or communicate with any member of the CMPC, or its employees and consultants, other than the designated CMPC Program Administrator, in regard to any aspect of this solicitation or offers. At any time during this procurement up to the time specified in RFP schedule, proposers may request, in writing, a clarification or interpretation of any aspect, a change to any requirement of the RFP, or any addenda to the RFP. Requests may include suggested substitutes for specified items and for any brand names, which 7 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium whenever used in this solicitation shall mean the brand name or approved equal. Such written requests shall be made to the CMPC Program Administrator using the form provided in Exhibit 5: QUESTION/REQUEST FOR DEVIATION / APPROVED EQUAL FORM. Any request for a change to any requirement of the solicitation documents must be fully supported with technical data, test results or other pertinent information showing evidence that the exception will result in a condition equal to or better than that required by the RFP, without a substantial increase in cost or time requirements. All responses to Request for Deviations or Approved Equals shall be provided to all prospective proposers. Any response that is not confirmed by a written addendum shall not be official or binding on the CMPC. Addenda to RFP The CMPC reserves the right to amend the RFP at any time in accordance with RFP Procurement schedule. Any amendments to the RFP shall be described in written addenda. Notification of or the addenda also will be distributed to all such prospective proposers officially known to have received the RFP. Failure of any prospective proposer to receive the notification or addenda shall not relieve the proposer from any obligation under the RFP therein. All addenda issued shall become part of the RFP. Prospective proposers shall acknowledge the receipt of each individual addendum in their proposals on the form Acknowledgement of Addenda. Failure to acknowledge in the Proposal receipt of addenda may at the Agency's sole option disqualify the Proposal. If the CMPC determines that the addenda may require significant changes in the preparation of proposals, the deadline for submitting the proposals may be postponed no fewer than ten (10) days from the date of issuance of addenda or by the number of days that the CMPC determines will allow proposers sufficient time to revise their proposals. Any new Due Date shall be included in the addenda. Proposal Submission In accordance with the terms and conditions set forth below, sealed proposals three (3) original and one electronic (1) copy on flash drive, shall be submitted to: Ann Beauvais CMPC Program Administrator RAE Consultants, Inc. 2212 West Platte Avenue Colorado Springs, CO 80904 Hard copy proposals should be prepared on double-sided 8 'h x 11 inch paper in at least 11 point font. Use of 11 x 17 inch foldout sheets for large tables, charts or diagrams is permissible but should be limited. Elaborate formatting is not necessary. Do not provide promotional or advertising information, unless this information is requested and/or necessary to support the technical submittal. 8 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium Proposers are to complete the required forms, to include noted deviations to the specifications in Appendix A and B, electronically. Forms are provided as fillable PDF forms and should be completed as such. Envelopes or boxes containing proposals shall be sealed and clearly labeled with the proposal number and submitted in accordance with the solicitation instructions in Part 1 of the RFP documents. Proposals will be received until 5:00 P.M. MDT on Monday, May 12, 2014. Any proposal received after that time will not be considered and will be returned to the proposer unopened. All labor, equipment, and materials shall be furnished in strict accordance with the conditions of the Purchasing Agreement documents. The vehicles shall fulfill all of the requirements defined in Appendix A: Small-Medium Cutaway Vehicle Specifications and Appendix B: Large Heavy Duty Cutaway Vehicle Specifications, including addenda thereto. Compliance with these requirements shall be in accordance with the procedures defined in Part 2: Quality Assurance Provisions. The Contractor shall accept the warranty provisions covering the vehicles as defined in Part 3: Warranty Provisions. Validity of Proposals Proposals and subsequent offers shall be valid for a period of 90 days after submission. Proposal Terms and Conditions Any contract resulting from this solicitation shall include the following that are incorporated herein: Part 1 - Solicitation Instructions, General Requirements & Conditions, Contractual Provisions, Price Sheets Part 2 - Quality Assurance Provisions Part 3 - Warranty Provisions Appendix A - Small-Medium Cutaway Vehicle Specifications Appendix B - Large Heavy Duty Cutaway Vehicle Specifications Purchases will be made as funding becomes available either locally, at the state level or at the national level. All purchases are subject to funding availability and executed state contracts for associated state or federal funding. The purchasing agencies are allowed to cancel any portion of the quantities specified in a given model year due to the unavailability of funds. Quantities may be transferred then to a subsequent model year to allow for purchase of the specified amount of vehicles for a given agency as funds become available or assigned to another public transit or human service transportation agency in Colorado as applicable. 9 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium filled in and no changes shall be made to the wording. Each proposal for each vehicle / class offered shall consist of three (3) separate envelopes. Envelope number 1, Technical Proposal, shall contain the technical specifications of the proposed vehicle. This envelope will also include the items identified in Exhibit 1: TECHNICAL PROPOSAL SUBMISSION REQUIREMENTS & DOCUMENTS of this solicitation. Envelope number 1 shall be plainly marked with the company name and the words "Technical Proposal" and "Envelope Number 1." Envelope number 2, Price Proposal, shall contain proposal forms A, B, C and D, identified in Exhibit 2: PRICE PROPOSAL FORMS. Envelope number 2 shall be plainly marked with the company name and the words "Price Proposal" and "Envelope Number 2." Envelope number 1, technical proposal, and Envelope number 2, price proposal, shall be placed inside Envelope (or box) number 3. Envelope (or box) number 3 shall be plainly marked with the company name and the words "Envelope (or box) Number 3," along with identifying which type / class of vehicle is being proposed. 1,5 PROPOSAL POSTPONEMENT AND AMENDMENT The CMPC Program Administrator reserves the right to revise or amend the specifications up to the time set for the opening of the proposals. Such revisions and amendments, if any, shall be announced by addenda to this solicitation. Copies of such addenda shall be furnished to all prospective proposers. If the revisions and amendments require changes in quantities or price offered, or both, the date set for opening the proposals may be postponed by such number of days as in the opinion of the CMPC Program Administrator shall enable proposers to revise their proposals. In any case, the proposal opening shall be at least no fewer than ten (10) days after the last addendum, and the addenda shall include an announcement of the new date, if applicable, for opening proposals. PROPOSAL REJECTION The CMPC Program Administrator reserves the right to waive any minor proposal informalities or irregularities received which do not go to the heart of the proposal or prejudice other proposers, or to reject, for good and compelling reasons, any and all proposals submitted. 1,7 SUBMISSION OF SINGLE PROPOSAL If only one proposal is submitted in response to this Request for Proposals, a detailed cost proposal may be requested of the single proposer. A cost/price analysis and evaluation and/or audit may be performed on the cost proposal in order to determine if the price is fair and reasonable. 11 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium 1,$ WITHDRAWAL OF PROPOSAL After the proposals are opened, the proposals may not be withdrawn for ninety (90) calendar days. Prior to the date/time set for the proposal submission; however, proposals may be modified or withdrawn by the proposer's authorized representative in person or by written notice. If the proposals are modified or withdrawn in person, the authorized representative shall make his identity known and shall sign a receipt for the proposal. Written notices shall be received in the office designated in Paragraph 1.2 no later than the exact date/time for the proposal opening. 1,2 AWARD PROCEDURE Within thirty (30) calendar days after completing successful negotiations, the CDPC Program Administrator and ECO Transit administrator shall accept the final pricing and technical submissions submitted by the successful proposer and shall deliver executed Purchasing Agreement documents within fifteen (15) calendar days after the final acceptance. Delivery of the Purchasing Agreement documents shall be determined by the Contractor's signature on the return receipt request. 1.10, PROPOSER QUALIFICATION The proposer must be a person, firm, or corporation that: a. Has in operation, or has the capability to have in operation, a manufacturing plant adequate to assure delivery of all equipment within the time specified under this Purchasing Agreement. b. Has adequate service personnel, or has the capability to have such personnel, to satisfy any service problems that may arise during the warranty period. c. Has adequate working capital or the ability to obtain working capital to finance the manufacturer of the vehicle. d. Has the ability to comply with all federal, state, and local regulations including, but not limited to, Buy America (49 CFR 661), Bus Testing, and the Americans with Disabilities Act. e. Has the ability to certify by completing Certification of Compliance with Disadvantaged Business Regulations Form that acknowledges that this procurement is subject to the provisions of 49 CFR Section 23 .67. f. Has a current in-plant Quality Assurance Program and "fully meets" the OEM body-builders program requirements. 12 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium 1.11 BASIS FOR AWARD The CMPC shall use a Request for Proposal format for this procurement. The Purchasing Agreement shall be awarded to the proposer(s) who is in compliance with the conditions and requirements of this proposal and whose weighted criteria points designate the best value relative to the evaluation criteria discussed in Section 1.14 of the RFP document. The CMPC may award to more than one Proposer whose proposal is in compliance with all State and Federal regulations. Awards based on Best Value represent an assessment of the evaluation criteria and scoring, consisting of, but not inclusive of, technical specifications, price, after sales service, warranty and quality control program. Evaluation will include considerations of previous vendor performance with CDOT and references from current customers. 1.12 EVALUATION PROCESS FOR PROPOSALS The CMPC shall employ evaluation criteria in determining the award of this Purchasing Agreement. These criteria are outlined below under Paragraph 1.14: EVALUATION CRITERIA, and are listed in order of importance and value. Although the CMPC is requesting that pricing and technical specifications be separated when submitted, these documents will be reviewed and evaluated concurrently with all other aspects/documents of the proposal. The Purchasing Agreement awarded will be dependent upon the successful Proposer being able to comply with the provisions and requirements of the solicitation in a timely manner. All information to be submitted in the proposal must be correct, complete and verifiable. The proposer may be required to submit supporting documentation on the technical aspects and cost. The CMPC may select a proposal for award without any discussions, negotiations, or requests for any Best and Final Offers (BAFO's). The CMPC Program Administrator expects all proposers to fully cooperate with the evaluation process. 1.13 REVIEW OF PROPOSALS FOR RESPONSIVENESS / PROPOSER RESPONSIBILITY / COMPETITIVE RANGE Each Proposal will be reviewed to determine if the Proposal is responsive to the submission requirements outlined in this RFP and if the Proposer is responsible. A responsive Proposal is one that follows the requirements of this RFP, includes all documentation, is submitted in the format outlined in this RFP, is of timely submission, and has the appropriate signatures as required on each document. Failure to comply with these requirements may result in the Proposal being deemed nonresponsive. A responsible Proposer is one that demonstrates the capability to satisfy the commercial and technical requirements set forth in the Solicitation. A Proposer's failure to demonstrate that it is responsible may result in the proposal being 13 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium rejected. Any Proposal found to be nonresponsive or Proposer found to be non-responsible instructions and requirements or do not include the required information may be rejected as insufficient and may not be further considered. The Agency reserves the right to request a Proposer to provide additional information and/or to clarify information. The Agency's determination regarding the responsiveness of a Proposal and the responsibility of a Proposer shall be final. Once proposal responsiveness and proposer responsibility has been determined, the evaluation of Envelope number 1, Technical Proposal, and Envelope number 2, Price Proposal, shall be conducted together to determine competitive range, and will be an internally consistent evaluation of price and technical factors. A price evaluation shall be conducted by the CMPC evaluation committee to establish that the proposal is within the competitive range. The technical evaluation will identify those proposals that are responsive to the minimum technical requirements. It will also determine compliance to technical specifications and evaluate features of the proposed vehicle using established criteria. Offerors of any proposals that have been determined to not be in the competitive range, and cannot reasonably be made to fall within the competitive range, will be notified in writing, including the shortcomings of their proposals, and these proposals will not be subject to the point tabulation method of evaluation described in Paragraph 1.15. The evaluation process will use a pre-established ranking system. 1.14 EVALUATION CRITERIA The specifications, as amended through the request for approval or deviation process, and any addenda thereto, set forth the minimum requirements of the vehicle, components, warranty, service, support, and other deliverables required through this procurement. The award of this Purchasing Agreement shall be made to the offeror whose proposal, in the opinion of the CMPC Proposal Evaluation Committee; best meets the established criteria listed herein. Consideration shall be given to such matters as Contractor integrity, record of past performance, and financial and technical resources. Price shall be a factor in the award decision, although the award may not be made to the proposal with the lowest price. The award will be made to the Proposer who is "most advantageous" with "price and other factors" considered. Technical superiority, warranty, delivery time, service support and training as well as price and technical aspects in order of priority are as follows: 14 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium a. TECHNICAL SPECIFICATIONS Technical specifications are the most important determinant for award. The main design intents of the vehicle specifications are: safety and crashworthiness, environmental tolerability, good ride and springing comfort, long life performance of mechanical and component function and high maintenance of value. Therefore, the CMPC will consider the type of construction used in the bus body, how the cage and sub-floor is designed, and how subcomponent electrical systems are integrated into the OEM wiring system. b. PRICE Price is of utmost importance to the CMPC, but not the sole consideration. Price shall be evaluated on its overall relationship to being most advantageous and favorable for the Purchasers. The CMPC will equally weight both the base vehicle and option pricing when evaluating price factors. c. WARRANTY The CMPC expects all parties responding to this RFP to meet the warranty criteria outlined in Part 3. In addition to the specified warranty criteria, the CMPC will review additional warranties that are offered. Warranties shall be evaluated in terms of longevity, cost, and overall relationship to being most advantageous and favorable for the Purchasers. d. QUALITY CONTROL PROGRAM A Quality Control Program is of utmost importance to the CMPC. The CMPC has found that the lack of an effective Quality Control Program negatively impacts our goal of a defect free product. All Proposers should understand that failure to demonstrate an effective Quality Control Program will have a negative impact on their evaluation for this criterion. e. AFTER SALE SERVICE All parties should be aware that the CMPC places value on after-sale field service support and quick replacement parts availability. Included with parts availability is whether the Contractor keeps price catalogs current and whether the Contractor pays for the cost of freight. The CMPC will also consider the availability, location, and qualification of the field service support staff. f. DELIVERY SCHEDULE The proposer is required to provide information on how promptly units can 15 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium be delivered when ordered. It is important to have vehicles built and available to the CMPC members within industry standard timeframes in order to expend grant funds and work with the local, state and federal funding partners in an expeditious manner. g. TRAINING The dealer shall provide a vehicle orientation with each vehicle delivered to an agency. If an agency orders more than one (1) unit of identical specifications; the orientation shall be provided on the first unit delivered. The orientation shall be conducted by the dealer for the maintenance and operations supervisory and training personnel. The orientation shall include, but not be limited to: • Engine type and proper type of fuel • How to check coolant level and type of coolant required • Function of all controls on the OEM • Function of all controls on the second stage driver control panel • Identify location of and function of controls of all add-on equipment such as A/C, wheelchair ramp, restraint systems, etc. • Locate and identify all alarms • Locate and identify tire pressure ID plate • Location of battery and how to service 1.15 GUIDELINES FOR EVALUATION CRITERIA Prior to the opening of proposals, a determination will be made as to the proportional weight assigned to Envelope Number 1, Technical Proposal, and Envelope Number 2, Price Proposal. At the same time, a decision will be made as to the criteria used under Envelope Number 1, Technical Proposal, and its respective value. The proportional weight assignments are not made public. However, the criteria factors are listed in the Request for Proposal under 1.14 Evaluation Criteria. In the Evaluation Criteria review of Envelope Number 1, Technical Proposal, a point tabulation method will be established for each criteria with the lowest points designated the worst and the highest points designating the best relative to the criteria. The other proposers in the competitive range will be allotted corresponding points based on the variance from the proposal best meeting the technical specifications. The Evaluation Committee will submit the achieved scores in its recommendation. The Pricing Review of Envelope Number 2 follows a similar procedure. Using a point tabulation method, the lowest points designate the worst and the highest points designate the best relative to the criteria. The vehicle with the lowest price shall receive the maximum number of points for this factor. The other proposers in the competitive range will be allocated corresponding points based on the variance from the lowest cost submitted. The number of points achieved is then proportionally allotted to the pre-established weight for 16 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium Envelope Number 2, Price Proposal. The weighted scores for Envelope 1, Technical Proposal, and Envelope 2, Price Proposal, are combined to determine the total score for each proposal. Unless all proposals are rejected, award shall be made to that proposer whose proposal, conforming to the solicitation, will be most advantageous to the Purchasers, price/cost or other factors considered. A full description of the procurement process is provided herein with the major steps being identified as follows: 1. The CMPC Program Administrator prepares a Request for Proposal (RFP), which includes the technical specifications defining the actual minimum needs and identifies all significant evaluating factors listed in their respective order of importance. For internal reference only, a memorandum to the file is prepared documenting the established criteria. 2. Proposal Evaluation Committee membership is determined by the CMPC Program Administrator. The Proposal Evaluation Committee may be comprised of representatives from purchasing agencies, CDOT, or others determined by the CMPC Program Administrator to be appropriate for involvement in the specific RFP evaluation process. 3. The RFP is issued to known potential proposers and advertised to ensure a high degree of competition. 4. By an established date, the proposer submits proposals for each vehicle type / class in three sealed envelopes, in accordance with Paragraph 1.4 of this solicitation. Envelope Number 1 includes the technical and contractual proposal, while Envelope Number 2 includes the quoted price and cost data and other relevant information. Envelopes 1 & 2 will be sealed inside Envelope (Box) Number 3. 5. Proposals will not be publicly opened. All proposals will be kept strictly confidential throughout the evaluation, negotiation, and selection process. Only the Evaluation Committee, and the CMPC Program Administrator will be provided access to the proposals and evaluation results during this period. 6. Proposals are evaluated by the Proposal Evaluation Committee in reference to the prioritized criteria published in the RFP. NOTE: Only the criteria are published. 7. No evaluation and/or price comparisons are allowed between proposals. Discussion will not disclose the strengths and weaknesses 17 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium of competing proposals. 8. Recommendation is made to the CMPC Program Administrator for approval. 9. Award of Purchasing Agreement will be dependent upon the required Pre-Award and Buy-America Certification. 10. CDOT approval is obtained, if required. 11. All proposers will be advised in writing of the final decision. 18 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium GENERAL REQUIREMENTS AND CONDITIONS, 1 1C DELIVERY AND ACCEPTANCE a. Completed units are to be delivered to purchaser within the most advantageous time periods as defined in the proposer's proposal, depending on vehicle options and manufacturer. b. Upon completion of a Pre-Delivery Inspection by the licensed Colorado dealer who is awarded this Purchasing Agreement, that dealer will be required to deliver the vehicles to the purchaser. The dealer shall notify the purchaser a minimum of 48 hours in advance to arrange a delivery time. c. Failure to coordinate delivery may result in delay of vehicle being "signed for" as delivered. The vehicles shall be delivered_clean and in first class condition, complete and ready for service. Workmanship throughout shall conform to the highest standard of commercially accepted practice for the class of work and shall result in a complete, neat, and finished appearance. d. The Contractor shall assume all costs and responsibility relative to said delivery to purchaser. e. The vehicle shall be delivered with all Contractor/manufacturer's quality control checklists including road test and final inspection (properly completed and signed by an authorized plant representative). Other documents/items required at delivery, as identified in Appendix A and B, shall include: A copy of the Manufacturer's Certificate of Origin Application for Certificate of Title Bill of Sale Warranty Papers (forms, procedures) Operators' and Maintenance manuals Invoice (To include contract number, P.O. number, VIN#, and agency name) Weight Slip f. If any of the items listed above are missing, defective, altered, incorrect, incomplete, etc., the vehicle will be automatically rejected. Exhibit 3: Vehicle Delivery Checklist contains a list of the minimum required items at delivery. g. Delivery to Purchaser is to be completed within ten (10) business days of receipt of vehicle at Contractor's site. Delivery shall be determined by signed receipt of the contact person or their designee, at the point of delivery. Further, since a common carrier is an independent concern, any delay in delivery resulting from the common 19 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part I Consortium carrier's operations, accident, or mechanical failures on route will be considered a cause beyond the control of the Contractor, provided vehicles were delivered to said carrier in ample time for delivery within normal operating conditions. Odometer readings* cannot exceed 3,000 miles at time of final delivery of completed buses to agency(s), unless an exception is approved by the purchasing agency. Under NO circumstances are tow vehicles to be attached to any buses. h. In case delivery of completed units under this Purchasing Agreement shall be necessarily delayed because of weather, strike, injunctions, government controls, or by reason of any cause or circumstances beyond control of the Contractor, the time for completion of delivery shall be extended by the number of days to be determined in each instance in writing and by mutual agreement between the parties. All units shall consist of new parts and materials and in no case will used components or reconditioned or obsolete parts be accepted. Any one part or component shall be an exact duplicate in manufacture and design as well as construction as all others proposed for each unit. Manufacturers must incorporate, in the units proposed, the newest technological advancement in order to achieve maximum service life and an attractive modern appearance. j. Any vehicle delivered by the Contractor that does not comply with specifications, conditions, and requirements shall be considered not accepted. k. If a vehicle is delivered incomplete or contains any defective or damaged parts, said parts shall be removed and new parts furnished and installed by the Contractor at no cost to the Purchaser. In the event work is involved, whether warranty or otherwise, in repairing or placing the vehicle(s) in proper condition, then such repairs shall be made by an approved firm. Delivery of vehicle(s) by the Contractor does not constitute acceptance by the Purchaser. Vehicle(s) shall be considered "accepted" upon the inspection by the Purchaser and the issuance of a "Letter of Acceptance" to the Contractor. Purchaser will perform a post-delivery inspection and issue either a "Letter of Acceptance" or a "Letter of Rejection" to Contractor, stating areas found to be in non-compliance with the proposal specifications, within ten (10) business days from receipt of vehicle(s). Placing any new vehicle into revenue service will automatically constitute acceptance of vehicle by Purchaser. However, a Letter of Acceptance should still be sent to the Contractor prior to placing vehicle into revenue service. m. Acceptance of the vehicles shall not release the Contractor from liability for faulty workmanship or materials. 20 CMPC-I4-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium 1.17 FEDERAL AND STATE TAX The Purchaser's are exempt from payment of Federal Excise Tax and Colorado State Tax. Said taxes must not be included in the proposal price. Any other sales tax, use tax, imports, revenues, excise or other taxes which may now or hereafter be imposed by Congress, by the State, or any political subdivision thereof and applicable to the sale and delivery of the product as a result of this proposal, and which by terms of the tax law, may be passed directly to a Purchaser, will be paid by the Purchaser. Such taxes, as may be included, must be identified as to amount(s) and type of tax. 1.18 IN-PLANT / ON-LINE INSPECTIONS The CMPC reserves the right to perform an in-plant / on-line inspection of any vehicles procured as a result of this proposal. If any defective or non- compliance items are found during the on-line inspection, the CMPC may choose to perform subsequent on-line inspections at a date agreeable to both parties. 1.19 INDEMNIFICATION Proposer must agree to save, keep, and bear harmless and fully indemnify any Purchaser and any of its officers from all damages, costs, or expenses in law or equity, that may at any time arise or to be set up, for any infringement of the patent rights of any person or persons in consequence of the use by a Purchaser or by any of its officers or proposal coordinators, of articles supplied under contract, arising from proposals submitted and which a Purchaser gives the Contractor notice in writing of any such claims or suit and provides necessary cooperation for the defense of said claim or suit. 1.20 MOTOR VEHICLE SAFETY STANDARDS All vehicles covered by these specifications shall be in compliance with applicable Federal Motor Vehicle Safety Standards established by the National Highway Traffic Safety Administration. The manufacturer must include in their proposal package, either a letter stating the information that will be provided on the FMVSS sticker or a letter stating that the vehicles are not subject to FMVSS. In the event there are changes in the Federal Motor Vehicles Safety Standards between date of proposal and date of manufacture, any new requirements applicable at time of manufacture will be considered separately and the price for same determined by mutual agreement. In granting this, the Contractor is not relieved of the responsibility of providing the Purchaser with all available information relative to the engineering structure, and design change so affected and the impact (if any) these changes may have on the durable-useful life and attractive appearance of the vehicle to be provided per these specifications. 21 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium 1.21 LIQUIDATED DAMAGES In the event of delay in completion of the delivery of vehicles beyond the date specified, in addition to any granted extensions agreed to in writing by the Purchaser, any affected Purchaser shall assess as liquidated damages, one hundred dollars ($100.00) per calendar day per vehicle. 1.22 PARTS AVAILABILITY A supply of replacement parts for the vehicles specified must be guaranteed by the Contractor for a seven-year period from date of purchase. ALTOONA TEST, Either a final report from the Altoona Bus Testing Center or documentation from the Federal Transit Administration stating that the vehicles are not required to undergo Altoona testing must be submitted with each proposal. 1.24 TITLING VEHICLES Unless specified otherwise, Vehicles shall be titled to the Purchaser. In some cases, the Colorado Department of Transportation may be required to be listed as lienholder. If that is the case, the Contractor shall be notified at the time of purchase. The Contractor shall be responsible for providing 60-day temporary tags, the Bill of Sale, Certificates of Origin, and all other required documentation so that the Purchaser can license and title the vehicle upon acceptance. 22 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium CONTRACTUAL PROVISIONS 1.25 FEDERAL TRANSIT ADMINISTRATION FUNDING Any contract resulting from the proposal submitted is subject to financial reimbursement by the Federal Transit Administration. Accordingly, federal requirements may apply to that contract and if those requirements change then the changed requirements shall apply as required. 1.26 INCLUSION OF PROVISIONS All provisions stated in this Request for Proposal and Vehicle Specifications, including any addenda, shall be considered to be included in the contract between the Purchaser(s) and the successful proposer. 1.27 REQUIREMENTS OF PROPOSERS, a. Compliance With Regulations The successful proposer, hereinafter called the Contractor, shall comply with regulations relative to nondiscrimination in Federally-assisted programs of the United States Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), as incorporated by reference and made a part of this Purchasing Agreement. b. Nondiscrimination The Contractor, with regard to the work performed by it during the Purchasing Agreement, shall not discriminate on the grounds of race, religion, color, sex, national origin or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by the regulations, including employment practices. c. Equal Employment Opportunity In connection with the execution of this Purchasing Agreement, the Contractor shall not discriminate against any employee or applicant for employment because of disability, race, religion, color, sex, or national origin. The Contractor shall take affirmative action to insure that applicants are employed and that employees are treated during their employment without regard to their disability, race, religion color, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff, or termination; rates of pay, or other forms of compensation; and selection for training, including 23 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium apprenticeship. d. Solicitations From Subcontracts, Including Procurement of Materials And Equipment In all solicitations either by competitive proposals or negotiation made by the Contractor for work to be performed under this proposed Purchasing Agreement, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the obligations relative to nondiscrimination on the grounds of disability, race, color, sex, religion, or national origin. e. Information and Reports The Contractor shall provide all information and reports required by the regulations or directives issued pursuant thereto, and shall permit reasonable access to all its books, records, accounts, other sources of information, and its facilities as may be determined by the Proposal Administrator to be pertinent to ascertain compliance with said regulations, orders, and instructions. Included in this information shall be the manufacturer's certification of compliance with Federal Motor Vehicle Safety Standards, or if inapplicable, a written statement documenting that these standards do not apply. Where any information is required or a Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the Proposal Administrator, as appropriate, and shall set forth that efforts have been made to obtain the information. f. Sanctions For Noncompliance In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Purchasing Agreement, the Purchaser shall impose such contract sanctions as it may determine to be appropriate, including but not limited to: (1) Withholding of payments to the Contractor until compliance; and/or (2) Cancellation, termination, or suspension of the Purchasing Agreement, in whole or in part. 1.28 BUY AMERICA Contractor shall comply with 49 USC 5323(j) and 49 CFR 661, as amended by MAP-21 stating that Federal funds may not be obligated unless steel, iron and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 CFR 661.7, and include software, 24 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium • microcomputer equipment and small purchases (currently less than $100,000) made with capital, operating or planning funds. Separate requirements for rolling stock are stated at 5323(j)(2)(C) and 49 CFR 661.11 and as amended by Map-21 (5325). Rolling stock must be manufactured in the US and have a minimum 60% domestic content and adhere to contract term limitations. A bidder or offeror shall submit appropriate Buy America certification to the recipient with all bids on FTA- funded contracts, except those subject to a general waiver. Proposals not accompanied by a completed Buy America certification shall be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. 1.29 CARGO PREFERENCE-USE OF UNITED STATES-FLAG VESSELS The Contractor agrees: a. to use privately owned United States-Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States-Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of-lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient (through the Contractor in the case of a subcontractor's bill-of-lading.) c. include these requirements in all subcontracts issued pursuant to this Purchasing Agreement when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel. 1.30 ENERGY CONSERVATION The Contractor agrees to comply with mandatory standards and policies relating to energy efficiency that is contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 1.31 CLEAN WATER a. The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. b. The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. 25 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium evidence that it will be capable of meeting the proposal specifications. c. Federal Motor Vehicle Safety Standards (FMVSS): The Contractor shall submit 1) manufacturer's FMVSS self-certification sticker information that the vehicle complies with relevant FMVSS or 2) manufacturer's certified statement that the contracted buses will not be subject to FMVSS regulations. 1.34 BYRD ANTI-LOBBYING AMENDMENT. 31 U.S.C. 1352. AS AMENDED BY IE1.E LOBBYING DISCLOSURE ACT OF 1995, P.L. 104-65 (TO BE CODIFIED AT 2 U.S.C.6 1601. ET SEO.1 Contractors who apply or propose for an award of $100,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non-Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient. 1.35 ACCESS TO RECORDS AND REPORTS The following access to records and reports requirements applies to this Purchasing Agreement: a. Where the Purchaser is not a State but a local government and is the FTA Recipient or a sub-grantee of the FTA Recipient in accordance with 49 C. F. R. 18.36(I), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the Unites States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this Purchasing Agreement for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C. F. R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5339 or 5311. b. Where the Purchaser is a State and is the FTA Recipient or a sub-grantee of the FTA Recipient in accordance with 49 C.F.R. 633.17, Contractor agrees to provide the Purchaser, the FTA Administrator or his authorized representatives, including any PMO Contractor, access to the 27 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5339 or 5311. By definition, a major capital project excludes contracts of less than the simplified acquisition threshold currently set at $100,000. C. Where the Purchaser enters into a negotiated contract for other than a small purchase or under the simplified acquisition threshold and is an institution of higher education, a hospital or other non-profit organization and is the FTA Recipient or a sub-grantee of the FTA Recipient in accordance with 49 C.F.R. 19.48, Contractor agrees to provide the Purchaser, FTA Administrator, the Comptroller General of the Unites States or any of their duly authorized representatives with access to any books, documents, papers and records of the Contractor which are directly pertinent to this Purchasing Agreement for the purposes of making audits, examinations, excerpts and transcriptions. d. Where any Purchaser which is the FTA Recipient or a sub-grantee of the FTA Recipient in accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement (defined at 49 U.S.C. 5302(a)1) through other than competitive proposing, the Contractor shall make available records related to the contract to the Purchaser, the Secretary of USDOT and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. e. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. f. The Contractor agrees to maintain all books, records, accounts and reports required under. this Purchasing Agreement for a period of not less than three (3) years after the date of termination or expiration of this Purchasing Agreement, except in the event of litigation or settlement of claims arising from the performance of this Purchasing Agreement, in which case Contractor agrees to maintain same until the Purchaser, the FTA Administrator, the US Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(I) (11). 1.36 FEDERAL CHANGES, Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Agreement between Purchaser and FTA, as they may be amended or promulgated from time to time during the term of this Purchasing Agreement. Contractor's failure to so comply shall constitute a material breach of this Purchasing Agreement. 28 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium 1.37, CLEAN AIRZ The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act,, as amended, 42 U.S.C.§ 7401 et seq. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FTA. 1.38 FLY AMERICA Contractor shall comply with 49 USC 40118 (the "Fly America" Act) in accordance with General Services Administration regulations 41 CFR 301-10, stating that recipients and subrecipients of Federal funds and their contractors are required to use US Flag air carriers for US Government-financed international air travel and transportation of their personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a US flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements. Contractor shall include the requirements of this section in all subcontracts that may involve international air transportation. 1.39 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT a. Overtime requirements No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. b. Violation; liability for unpaid wages; liquidated damages - In the event of any violation of the clause set forth in paragraph (1) of this section the Contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $ 10 for each calendar day on which such individual was required or permitted to work in excess of the 29 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. c. Withholding for unpaid wages and liquidated damages - The purchaser(s) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. d. Subcontracts - The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this section. 1.40 NO OBLIGATION BY THE FEDERAL GOVERNMENT The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this Purchasing Agreement and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that Purchasing Agreement) pertaining to any matter resulting from the underlying Purchasing Agreement. The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 1.41 PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS a. The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C.§3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying Purchasing Agreement, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying Purchasing Agreement or the FTA assisted project for which this Purchasing Agreement work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent 30 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium claim, statement, submission, or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. b. The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C.§ 5307, the Government reserves the right to impose the penalties of 18 U.S.C.§1001 and 49. U.S.C.§5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. c. The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the subcontractor who will be subject to the provisions. 1.42 TERMINATION a. The Purchasers may terminate this contract, in whole or in part, at any time by written notice to contractor when it is in the Purchaser's best interest. The contractor shall be paid its costs, including contract close- out costs, and profit on work performed up to the time of termination. The contractor shall promptly submit its termination claim to the Purchaser. If the contractor is in possession of any of the Purchaser's property, the contractor shall account for same, and dispose of it as the Purchaser directs. b. If the Contractor does not deliver supplies in accordance with the contract delivery schedule or the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the CMPC may terminate this Purchasing Agreement for default. Termination shall be effected by serving a notice of termination on the Contractor, setting forth the manner in which the Contractor is in default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. c. If it is later determined by the CMPC that the Contractor had an excusable reason for not performing, such as a strike, fire or flood, events which are not the fault of or are beyond the control of the Contractor, the CMPC, after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. 31 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium d. The CMPC in its sole discretion may, in the case of a termination for breach or default, allow the contractor an appropriately short period of time in which to cure the defect. In such case, the notice of termination shall state the time period in which cure is permitted and other appropriate conditions. If the contractor fails to remedy to the Purchaser's satisfaction the breach or default or any of the terms, covenants, or conditions of this Purchasing Agreement within ten (10) days after receipt by contractor or written notice from the recipient setting forth the nature of said breach or default, the recipient shall have the right to terminate the Agreement without any further obligation to the contractor. Any such termination for default shall not in any way operate to preclude the Purchaser from also pursuing all available remedies against the contractor and its sureties for said breach or default. e. In the event that the Purchaser elects to waive its remedies for any breach by contractor of any covenant, term or condition of this Purchasing Agreement, such waiver by the Purchaser shall not limit its remedies for any succeeding breach of that or of any other term, covenant, or condition of this Purchasing Agreement. 1.43 GOVERNMENT WIDE DEBARMENT AND SUSPENSION This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractors, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its proposal, the proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the Purchaser. If it is later determined that the proposer knowingly rendered an erroneous certification, in addition to remedies available to the Purchaser, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 1.44 Federal Privacy Act Reauirements The following requirements apply to the Contractor and its employees that administer any system of records on behalf of the Federal Government under any 32 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium contract: a. The Contractor agrees to comply with, and assures the compliance of its employees with, the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. § 552a. Among other things, the Contractor agrees to obtain the express consent of the Federal Government before the Contractor or its employees operate a system of records on behalf of the Federal Government. The Contractor understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlying contract. b. The Contractor also agrees to include these requirements in each subcontract to administer any system of records on behalf of the Federal Government financed in whole or in part with Federal assistance provided by FTA. 1.45 CIVIL RIGHTS The following requirements apply to the underlying contract: The Contractor understands and agrees that it must comply with applicable Federal civil rights laws and regulations, and follow applicable Federal guidance, except as the Federal Government determines otherwise in writing. Specifically: a. Nondiscrimination in Federal Public Transportation Programs. The Contractor agrees to, and assures that each Third Party Participant will, comply with Federal transit law, 49 U.S.C. § 5332 (FTA's "Nondiscrimination" statute): (1) FTA's "Nondiscrimination" statute prohibits discrimination on the basis of: (a) Race, (b) Color, (c) Religion, (d) National origin, (e) Sex, (f) Disability, or (g) Age, and (2) The FTA "Nondiscrimination" statute's prohibition against discrimination includes: (a) Exclusion from participation, (b) Denial of program benefits, or (c) Discrimination, including discrimination in employment or business opportunity. Nondiscrimination - Title VI of the Civil Rights Act. The Contractor agrees to, and assures that each Third Party Participant will: (1) Prohibit discrimination based on: (a) Race, (b) Color, or (c) National origin, (2) Comply with: (a) Title VI of the Civil Rights Act of 1964, as amended, 42 U.S.C. § 2000d et seq., (b) U.S. DOT regulations, "Nondiscrimination in Federally-Assisted Programs of the Department of Transportation - Effectuation of Title VI of the Civil Rights Act of 1964," 49 C.F.R. part 21, and (c) Federal transit law, specifically 49 U.S.C. § 5332, as stated in the preceding section a, and (3) Except as FTA determines otherwise in writing, follow: (a) The most recent edition of FTA Circular 4702.1, "Title VI and Title VI-Dependent Guidelines for Federal Transit Administration Recipients," to the extent consistent with applicable Federal laws, regulations, and guidance. (b)U.S. DO3, "Guidelines 33 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium for the enforcement of Title VI, Civil Rights Act of 1964," 28 C.F.R. § 50.3, and (c) Other applicable Federal guidance that may be issued. b. Equal Employment Opportunity. (1) Federal Requirements and Guidance. The Contractor agrees to, and assures that each Third Party Participant will, prohibit discrimination on the basis of race, color, religion, sex, or national origin, and: (a) Comply with Title VII of the Civil Rights Act of 1964, as amended, 42 U.S.C. § 2000e et seq., (b) Facilitate compliance with Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, `Amending Executive Order No. 11246, Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note, (c) Comply with Federal transit law, specifically 49 U.S.C. § 5332, as stated in section a, and (d) Comply with other applicable EEO laws and regulations, as provided in Federal guidance, including laws and regulations prohibiting discrimination on the basis of disability, except as the Federal Government determines otherwise in writing, (2) General. The Contractor agrees to: (a) Ensure that applicants for employment are employed and employees are treated during employment without discrimination on the basis of their: 1) Race, 2) Color, 3) Religion, 4) Sex, 5) Disability, 6) Age, or 7) National origin, (b) Take affirmative action that includes, but is not limited to: 1) Recruitment advertising, 2) Recruitment, 3) Employment, 4) Rates of pay, 5) Other forms of compensation, 6) Selection for training, including apprenticeship, 7) Upgrading, 8) Transfers, 9) Demotions, 10) Layoffs, and 11) Terminations, and (3) Equal Employment Opportunity Requirements for Construction Activities. In addition to the foregoing, when undertaking "construction" as recognized by the U.S. Department of Labor (U.S. DOL), the Recipient agrees to comply, and assures the compliance of each Third Party Participant, with: (a) U.S. DOL regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. chapter 60, and (b) Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order No. 11246, Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note. c. Disadvantaged Business Enterprise. To the extent authorized by applicable Federal law, the Contractor agrees to facilitate, and assures that each Third Party Participant will facilitate, participation by small business concerns owned and controlled by socially and economically disadvantaged individuals, also referred to as "Disadvantaged Business Enterprises" (DBEs), in the Project as follows: (1) Requirements. The Contractor agrees to comply with: (a) Section 1101(b) of MAP-21, 23 U.S.C. § 101 note, (b) U.S. DOT regulations, "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs," 49 C.F.R. part 26, and (c) Federal transit law, specifically 49 U.S.C. § 5332, as stated in section a, (2) Assurance. As required by 49 C.F.R.§ 26.13(a), the Contractor provides assurance that: The Contractor 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 the administration of its DBE program or the requirements of 49 C.F.R. part 26. The Contractor shall take all necessary and reasonable steps under 49 C.F.R. part 26 to ensure nondiscrimination in the award and administration of DOT-assisted contracts. The Contractor's DBE 34 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium program, as required by 49 C.F.R. part 26 and as approved by DOT, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the Purchaser of its failure to carry out its approved program, the Department may impose sanctions as provided for under 49 C.F.R. part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. § 1001 and/or the Program Fraud Civil Remedies Act of 1986, 31 U.S.C. § 3801 et seq. d. Nondiscrimination on the Basis of Sex. The Contractor agrees to comply with Federal prohibitions against discrimination on the basis of sex, including: (1) Title IX of the Education Amendments of 1972, as amended, 20 U.S.C. § 1681 et seq., (2) U.S. DOT regulations, "Nondiscrimination on the Basis of Sex in Education Programs or Activities Receiving Federal Financial Assistance," 49 C.F.R. part 25, and (3) Federal transit law, specifically 49U.S.C. § 5332, as stated in section a. - e. Nondiscrimination on the Basis of Age. The Contractor agrees to comply with Federal prohibitions against discrimination on the basis of age, including: (1) The Age Discrimination in Employment Act (ADEA), 29 U.S.C. §§621 — 634, which prohibits discrimination 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, 42 U.S.C. § 6101 et seq., which prohibits discrimination against individuals on the basis of age in the administration of programs or activities receiving Federal funds, (4) U.S. Health and Human Services regulations, "Nondiscrimination on the Basis of Age in Programs or Activities Receiving Federal Financial Assistance," 45 C.F.R. part 90, which implements the Age Discrimination Act of 1975, and (5) Federal transit law, specifically 49 U.S.C. § 5332, as stated in section a. f. Nondiscrimination on the Basis of Disability. The Contractor agrees to comply with the following Federal prohibitions pertaining to discrimination against seniors or individuals with disabilities: (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 in the administration of federally funded programs or activities, (b) The Americans with Disabilities Act of 1990 (ADA), as amended, 42 U.S.C. § 12101 et seq., which requires that accessible facilities and services be made available to individuals with disabilities, (c) The Architectural Barriers Act of 1968, as amended, 42 U.S.C. § 4151 et seq., which requires that buildings and public accommodations be accessible 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) Other applicable laws and amendments pertaining to access for elderly individuals or individuals with 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 Activities Receiving or Benefiting from Federal Financial Assistance," 49 C.F.R. part 27, (c) U.S. DOT regulations, "Transportation for Individuals with 35 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium Disabilities: Passenger Vessels," 49 C.F.R. part 39, Joint U.S. Architectural and Transportation Barriers Compliance Board (U.S. ATBCB) and U.S. DOT regulations, "Americans With Disabilities (ADA) Accessibility Specifications 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 Local Government Services," 28 C.F.R. part 35, (f) U.S. DOJ regulations, "Nondiscrimination on the 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 of the Americans with Disabilities Act," 29 C.F.R. part 1630, (h) U.S. Federal Communications Commission regulations, "Telecommunications Relay Services and Related Customer 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," 36 C.F.R. part 1194, and (j) FTA regulations, "Transportation for Elderly and Handicapped Persons," 49 C.F.R. part 609, and (3) Other applicable Federal civil rights and nondiscrimination guidance. g. Drug or Alcohol Abuse - Confidentiality and Other Civil Rights Protections. The Contractor agrees to comply with the confidentiality and civil rights protections of: (1) The Drug Abuse Office and Treatment Act of 1972, as amended, 21 U.S.C. § 1101 et seq., (2) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act 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. h. Other Nondiscrimination Laws. Except as the Federal Government determines otherwise in writing, the Contractor agrees to: (1) Comply with other applicable Federal nondiscrimination laws and regulations, and (2) Follow Federal guidance prohibiting discrimination. i. The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. 1.46, BREACHES AND DISPUTE RESOLUTION Disputes arising in the performance of this Purchasing Agreement which are not resolved by agreement of the parties shall be decided by Eagle County. This decision shall be final and conclusive unless within ten (10) days from the date of receipt of its copy, the Contractor mails or otherwise furnishes a written appeal to Eagle County. In connection with such appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of Eagle County shall be binding upon the Contractor and the Contractor shall abide by the decision. Should either party to the contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefore shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. 36 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium Unless this Purchasing Agreement provides otherwise, all claims, counterclaims, disputes and other matters in question between the CMPC and the Contractor arising out of or relating to this agreement or its breach will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State of Colorado. The duties and obligations imposed by the contract documents and the rights and remedies available hereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by the CMPC or the Contractor shall constitute a waiver of any right or duty afforded any of them under the Agreement, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach there under, except as may be specifically agreed in writing. 1.47 DISADVANTAGED BUSINESS ENTERPRISE (DBE) It is the policy of the CMPC that Disadvantaged Business enterprises as defined in 49 CFR 26.49 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this agreement. Consequently the DBE requirements of 49 CFR 26.49 applies to this agreement. The CMPC Program Administrator on behalf of the Purchasers, or their Contractor, agree to ensure Disadvantaged Business Enterprises as defined in 49 CFR 26.49 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard, the Purchasers, or their Contractors, shall take all necessary and reasonable steps in accordance with 49 CFR 26.49 to ensure that Disadvantaged Business Enterprises have the maximum opportunity to compete for and perform contracts. The CMPC Program Administrator on behalf of the Purchasers and their Contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT assisted contracts. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. If a separate contract goal for DBE participation has been established for this procurement, it is listed elsewhere. If a separate contract goal has been established, Bidders/offerors are required to document sufficient DBE participation to meet these goals or, alternatively, document adequate good faith efforts to do so, as provided for in 49 CFR 26.53. If no separate contract goal has been established, the successful bidder/offeror will be required to report its DBE participation obtained through race-neutral means throughout the period of performance. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor's receipt of payment for that work from the 37 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium recipient. In addition, the contractor may not hold retainage from its subcontractors or must return any retainage payments to those subcontractors within 30 days after the subcontractor's work related to this contract is satisfactorily completed or must return any retainage payments to those subcontractors within 30 days after incremental acceptance of the subcontractor's work by the recipient and contractor's receipt of the partial retainage payment related to the subcontractor's work. The contractor must promptly notify the recipient whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of the recipient. 1.48 INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS The preceding provisions include, in part, certain Standard Terms and Conditions required by the USDOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by the USDOT, as set forth in FTA Circular 4220.1F, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any grantees' requests that would cause the grantee to be in violation of the FTA terms and conditions. 1.49 CONFORMANCE WITH ITS NATIONAL ARCHITECTURE Contractor shall conform, to the extent applicable, to the National Intelligent Transportation Standards architecture as required by SAFETEA-LU Section 5307(c), 23 U.S.C. Section 512 and as amended by MAP-21 23 U.S.C. §517(d), note and follow the provisions of FTA Notice, "FTA National Architecture Policy on Transit Projects," 66 Fed. Reg.1455 etseq., January 8, 2001, and any other implementing directives FTA may issue at a later date, except to the extent FTA determines otherwise in writing. 1.50 ACCESS REQUIREMENTS FOR PERSONS WITH DISABILITIES Contractor shall comply with 49 USC 5301(d), stating Federal policy that the elderly and persons with disabilities have the same rights as other persons to use mass transportation services and facilities and that special efforts shall be made in planning and designing those services and facilities to implement that policy. Contractor shall also comply with all applicable requirements of Sec. 504 of the Rehabilitation Act (1973), as amended, 29 USC 794, which prohibits discrimination on the basis of handicaps, and the Americans with Disabilities Act of 1990 (ADA), as amended, 42 USC 12101 et seq., which requires that accessible facilities and services be made available to persons with disabilities, including any subsequent amendments thereto. 38 CMPC-14-BOC-RFP March 2014 • Colorado Mountain Purchasing Part 1 Consortium EXHIBITS LIST OF EXHIBITS 1. Required Forms / Certifications 2. Price Proposal Forms / Payment Terms 3. Vehicle Delivery Checklist 4. Formula for Price Escalation 5. Question / Request for Deviation / Approved Equal Form 39 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium EXHIBIT 1 TECHNICAL PROPOSAL SUBMISSION REQUIREMENTS & DOCUMENTS THE ITEMS LISTED BELOW SHALL BE INCLUDED IN ENVELOPE NUMBER 1, TECHNICAL PROPOSAL: 1. PROPOSAL ACKNOWLEDGMENT 2. PROPOSERS RESPONSE TO TECHNICAL SPECIFICATIONS (to include acknowledgement and/or deviations to specifications by providing completed Appendix A and B specification documents.) 3. DESCRIPTION OF PROPOSED VEHICLE (INCLUDING PICTURES) 4. TECHNICAL DRAWINGS AND DETAILED DESCRIPTION OF BUS BODY DESIGN 5. DESCRIPTION OF AFTER SALE SERVICE SUPPORT 6. DESCRIPTION OF WARRANTY PROGRAM 7. DESCRIPTION OF HOW MANUFACTURER ENSURES QUALITY 8. PRODUCTION AND DELIVERY SCHEDULE 9. VEHICLE QUESTIONNAIRE 10. VENDOR SERVICE AND PARTS SUPPORT 11. ACKNOWLEDGEMENT OF ADDENDA 12. STANDARD ASSURANCES 13. BUY AMERICA CERTIFICATION REQUIREMENT FOR PROCUREMENT OF STEEL, IRON, OR MANUFACTURED PRODUCTS 14. BUY AMERICA CERTIFICATION REQUIREMENT FOR PROCUREMENT OF BUSES, OTHER ROLLING STOCK AND ASSOCIATED EQUIPMENT 15. FTA BUS TESTING CERTIFICATION 16. LOBBYING CERTIFICATION 17. DISADVANTAGED BUSINESS ENTERPRISE TVM CERTIFICATION 18. FMVSS - MOTOR VEHICLE SAFETY STANDARDS CERTIFICATION 19. TITLE VI CIVIL RIGHTS CONTRACTOR AGREEMENT 20. CERTIFICATION OF COMPLIANCE WITH THE ADA 21. GOVERNMENT-WIDE DEBARMENT AND SUSPENSION CERTIFICATION 40 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium 22. LIST OF TRANSIT SYSTEM REFERENCES WITH CONTACT INFORMATION NOTE: PROPOSERS MUST USE THE FORMS PROVIDED, FAILURE TO DO SO WILL RESULT IN A NON-RESPONSIVE PROPOSAL. 41 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium Colorado Mountain Purchasing Consortium. CMPC CONTRACT PROPOSAL #CMPC-14-BOC-RFP 1. PROPOSAL ACKNOWLEDGMENT The undersigned, as proposer, hereby declares that the only person interested in this Proposal as principal are named herein and that no person other than herein mentioned has any interest in this Proposal or in the Purchasing Agreement to be entered into; that this Proposal is made without connection with any other person, company or parties making a Proposal; and that it is in all respects fair and in good faith without collusion or fraud. The proposer further declares that they have examined the Proposal documents and informed themselves of all conditions pertaining to this requirement and have also examined other contract documents relative thereto and has read all of the addenda furnished before the opening of the Proposal, as acknowledged below; and that they have satisfied themselves about the work to be performed. The proposer agrees, if this Proposal is accepted, to contract with the Purchasers, to furnish all necessary materials, equipment, apparatus, means of transportation and labor necessary to provide the units covered by this Proposal and other contract documents of this project entitled: It is understood that the prices stated by the undersigned in the Price Proposal are one of the considerations in determining award of the Purchasing Agreement. Date Signature Company Name Title 42 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium 9. VEHICLE QUESTIONNAIRE (FILL OUT AS NECESSARY FOR EACH CLASS OF VEHICLE SUBMITTED FOR REVIEW) Bus Vendor Bus Manufacturer Bus Model Number Altoona Test Life(years/miles) Production Location Warehouse and Service Locations Overall Length(including bumpers) Overall Width (excluding mirrors) Overall Exterior Height Interior Height(center of aisle) Doorway Opening Ambulatory Width inches/Height inches Wheelchair Width inches/Height inches Wheel base Floor thickness Construction Type/Materials Subframe Body frame Exterior panels Interior panels 43 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium Insulation Chassis Manufacturer Certified Weight of Bus-Total On Front Axle On Rear Axle Engine Manufacturer Type Model Net S.A.E. Horsepower Net S.A.E.Torque Transmission Manufacturer Type Model Speeds Cooler Alternator Manufacturer Model Output(amps) Starter Motor Manufacturer Model Air Compressor(if equipped) Manufacturer Model 44 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium Capacity Gross Vehicle Weight Rating(GVWR) Axle, Front Manufacturer Type Model Gross Axle Weight Rating(Ibs) Axle, Rear Manufacturer Type Model Gross Axle Weight Rating(lbs) Differential Ratio Power Steering Pump Manufacturer Model Brakes - Manufacturer Front -Type Diameter Rear - Type Diameter Radiator Manufacturer Type Model Total System Capacity(Excluding 45 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium auxiliary heating system) gallons Radiator Fan Speed Control Type Surge Tank Capacity Engine Thermostat Temperature Setting degrees Overheat Alarm Temperature Setting degrees Heating System Capacity Front BTUs / Rear BTUs Heating Cores-Manufacturer Number of cores Air Conditioning-Manufacturer Model Capacity(BTUs) Fuel Tank Capacity(gallons) Tires-Manufacturer Size Type Load Range Batteries Main-Manufacturer Type,Size Capacity(CCA at 0 degrees F) Accessory-Manufacturer Type,Size 46 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium Capacity(CCA at 0 degrees F) Wheelchair Lift-Manufacturer Model Wheelchair Securement-Manufacturer Model Seat Belts-Manufacturer Type Passenger Seats-Manufacturer Type Minimum knee-to-hip space Driver's Seat-Manufacturer Model Interlock-Manufacturer Model Backup Alarm (db) Roof Marker Lights-Manufacturer Interior Lighting-Type Number of Fixtures Identification Lights-Manufacturer 47 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium 10. VENDOR SERVICE AND PARTS SUPPORT Location of Nearest Technical Service Representative to Eagle County in the State of Colorado: Name: Street Address: City, State, Zip: Telephone: Fax: Email: **The Vendor will describe technical services readily available from above representative with bid documents. Location of Nearest Parts Distribution Center to Eagle County in Colorado Name: Street Address: City, State, Zip: Telephone: Fax: Email: The Vendor shall describe the extent of parts available at said center with bid documents. 48 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium 12. STANDARD ASSURANCES Federal Reauirements for Invitation for Proposal I, , representing the Proposer, certify that I have read and understand all terms and conditions of the Federal Requirements for Invitation for Proposal and, if awarded this proposal, will comply with all terms and conditions contained therein. Comptroller General's Proposer's Certification hereby certifies that they are NOT on the Comptroller General's list of ineligible Contractors. Manufacturers appearing on said list will be considered ineligible. Other Assurances, I, , representing the Proposers, assure that the Proposer is licensed to sell vehicles in the State of Colorado, under license # . REMOVED, NOT REQUIRED I, , representing the proposer, assure that equipment proposed will meet or exceed all specifications, and that all equipment and items specified in the vehicle specifications arrive with the vehicle at time of delivery to the Purchaser. I, , representing the proposer, assure that local representation of the manufacturer has been secured and will be liable for warranty work on the vehicle(s). Date Signature Company Name Title 50 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium 13. BUY AMERICA CERTIFICATION REQUIREMENT FOR PROCUREMENT OF STEEL, IRON, OR MANUFACTURED PRODUCTS Certificate of Compliance with 49 U.S.C. 5323(j) The proposer or Offeror hereby certifies that it will meet the requirements of 49 U.S.C. 5323(j), and the applicable regulations in 49 CFR Part 661.11. Date Signature Company Name Title Certificate of Non-Compliance with 49 U.S.C. 5323(j) The proposer or Offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j), but it may qualify for an exception pursuant to 49 U.S.C. 5323(j)(2)(C) and the regulations in 49 CFR 661.7. Date Signature Company Name Title 51 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium 14. BUY AMERICA CERTIFICATION REQUIREMENT FOR PROCUREMENT OF BUSES, OTHER ROLLING STOCK AND ASSOCIATED EQUIPMENT Certificate of Compliance with 49 U.S.C. 5323(j) The proposer or Offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 5323(j) and the applicable regulations at 49 CFR Part 661.11. Date Signature Company Name Title Certificate of Non-Compliance with 49 U.S.C. 5323(j) The proposer or Offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j), but may qualify for an exception pursuant to 49 U.S.C. 5323(j)(2)(C) and the regulations in 49 CFR 661.7. Date Signature Company Name Title 52 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium 15. CERTIFICATION OF COMPLIANCE WITH FTA'S BUS TESTING The undersigned [Contractor/Manufacturer] certifies that the vehicle model(s) offered in this procurement complies with FTA's implementing regulation at 49 CFR Part 665. A copy of the test report (for each bid ITEM) prepared by the Federal Transit Administration's (FTA) Altoona, Pennsylvania Bus Testing Center is attached to this certification and is a true and correct copy of the test report as prepared by the facility. The undersigned understands that misrepresenting the testing status of a vehicle acquired with Federal financial assistance may subject the undersigned to civil penalties as outlined in the U.S. Department of Transportation's regulation on Program Fraud Civil Remedies, 49 CFR Part 31. In addition, the undersigned understands that FTA may suspend or debar a manufacturer under the procedures in 49 CFR Part 29. Name of Bidder/Company Name Type or print name Signature of authorized representative Signature of notary and SEAL Date of Signature: / / 53 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium 16. CERTIFICATION AND RESTRICTIONS ON LOBBYING I, , hereby certify (Name and title of official) On behalf of that: (Name of Bidder/Company Name) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. If any funds other than federal appropriated funds have been paid or will be paid to any person influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer or employee of Congress, or an employee of a Member of Congress in connection with the federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including sub-contracts, subgrants and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 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 31 U.S.C. Section 3801, et seq., are applicable thereto. Name of Bidder/Company Name Type or print name Signature of authorized representative Date / / Signature of notary and SEAL 54 CMPC-14-BOC-RFP March 2014 I - _ Colorado Mountain Purchasing Part 1 Consortium 17. DISADVANTAGED BUSINESS ENTERPRISE TVM CERTIFICATION The proposer, if a Transit Vehicle Manufacturer (TVM), hereby certifies that it has complied with the requirements of 49 CFR, Section 26.49 by submitting an annual DBE / WBE goal to the Federal Transit Administration (FTA). The goal has either been approved or not approved by FTA. The proposer, if a Dealer or non-manufacturer supplier, hereby certifies that the manufacturer of the transit vehicle to be supplied has complied with the above- referenced requirement of 49 CFR— Section. 26.49. and that I am duly authorized by said manufacturer to make this certification. PROPOSER/MANUFACTURER Name of Bidder/Company Signature of Representative Type or Print Name Title Date / / NOTARY Type or Print Name Signature of Notary , Place Notary SEAL Here: NOTE: An approved annual FTA certification must be received before a contract extension can be considered for each year. 55 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium 18. FMVSS - MOTOR VEHICLE SAFETY STANDARDS CERTIFICATION Certification of Compliance with a l l F e d e r a l Motor V e h i c l e Safety Standards ( FMVSS ) and safety related items contained in Appendix A and B — Vehicle Specifications. The Proposer hereby certifies that it shall comply with the safety related FMVSS requirements contained in Appendix A and B - Vehicle Specifications. Date Signature Company Name Title 56 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium 19. TITLE VI CIVIL RIGHTS ACT OF 1964 CONTRACTOR AGREEMENT During the performance of this Purchasing Agreement, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor"), agrees as follows: (1) Compliance with Regulations: The Contractor shall comply with the Regulations relative to nondiscrimination in federally-assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 2 I, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Purchasing Agreement. (2) Nondiscrimination: The Contractor, with regard to the work performed by it during the Purchasing Agreement, shall not discriminate on the grounds of race, religion, color, sex, age, national origin, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the Contract covers a program set forth in Appendix B of the Regulations. (3) Solicitations for Subcontracts, including procurement of materials and equipment: In all solicitations either by competitive Proposal or negotiation made by the Contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this Purchasing Agreement and the Regulations relative to nondiscrimination on the grounds of race, religion, color, sex, age, national origin, or disability. (4) Information and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Recipient or the FTA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information is required or a Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the CMPC, or the FTA, as appropriate, and shall set forth what efforts it has made to obtain the information. (5) Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Purchasing Agreement, the CMPC shall impose such Contract sanctions as it or the FTA may determine to be appropriate, including but not limited to: (c) Withholding of payments to the Contractor under the Contract until the Contractor complies, and/or (d) Cancellation, termination or suspension of the Purchasing Agreement, in whole or in part. 57 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium TITLE VI CIVIL RIGHTS ACT OF 1964 CONTRACTOR AGREEMENT (Continued) (6) Incorporation of Provisions: The Contractor shall include the provisions of paragraph (1) through (6) of this section in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as the CMPC or the FTA may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that, in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Contractor may request the CMPC to enter into such litigation to protect the interests of the CMPC, and in addition, the Contractor may request the services of the Attorney General in such litigation to protect the interests of the United States. Date Signature Company Name Title 58 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium 20. CERTIFICATION OF COMPLIANCE WITH THE AMERICANS WITH DISABILITIES ACT OF 1990 The Proposer hereby certifies that it shall comply with all requirements contained in Appendix A and B - Vehicle Specifications relating to bus design or special equipment required by the Americans with Disabilities Act of 1990. Date Signature Company Name Title 59 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium 21. GOVERNMENT-WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) 49 CFR Part 29, Executive Orders 12549, 12689, and 31 U.S.C.6101 (Contracts over$25,000) Background and Applicability In conjunction with the Office of Management and Budget and other affected Federal agencies, DOT published an update to 49 CFR Part 29 on November 26, 2003. This government-wide regulation implements Executive Order 12549, Debarment and Suspension, Executive Order 12689, Debarment and Suspension, and 31 U.S.C. 6101 note (Section 2455, Public Law 103-355, 108 Stat. 3327). The provisions of Part 29 apply to all grantee contracts and subcontracts at any level expected to equal or exceed $25,000 as well as any contract or subcontract (at any level) for Federally required auditing services. 49 CFR 29.220(b). This represents a change from prior practice in that the dollar threshold for application of these rules has been lowered from $100,000 to $25,000. These are contracts and subcontracts referred to in the regulation as "covered transactions." Grantees, contractors, and subcontractors (at any level) that enter into covered transactions are required to verify that the entity (as well as its principals and affiliates) they propose to contract or subcontract with is not excluded or disqualified. They do this by (a) Checking the Excluded Parties List System, (b) Collecting a certification from that person, or (c) Adding a clause or condition to the contract or subcontract. This represents a change from prior practice in that certification is still acceptable but is no longer required. 49 CFR 29.300. Grantees, contractors, and subcontractors who enter into covered transactions also must require the entities they contract with to comply with 49 CFR 29, subpart C and include this requirement in their own subsequent covered transactions (i.e., the requirement flows down to subcontracts at all levels). Instructions for Certification: By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below. Suspension and Debarment This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the recipient. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the recipient, the Federal 60 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Contractor Signature of Authorized Official Date / / Name and Title of Contractor's Authorized Official 61 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium 22. LIST OF PUBLIC TRANSIT SYSTEM REFERENCES AND CONTACT INFORMATION (Phone/Email) - List 10 purchasers, should cover at least a three year purchasing period. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 62 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium EXHIBIT 2 PRICE PROPOSAL FORMS INSTRUCTIONS FOR COMPLETING PRICE PROPOSAL FORMS: The following proposal forms must be completed by proposer and submitted in ENVELOPE 2, PRICE PROPOSAL: 1. Price Proposal Form A - Base Vehicle Price (14 total potentially submitted; two for each class for front and rear lift; 7 different vehicle class size) 2. Price Proposal Form B - Individual Prices of Options 3. Price Proposal Form C Summary of Proposed Totals from Forms A and B 4. Price Proposal Form D - Terms of Payment Proposers must enter a dollar amount in the appropriate spaces on ALL proposal forms. Entries such as "not applicable" or "not available" are not acceptable and will cause your proposal to be non-responsive. If there is no charge for a particular option, a zero (0) should be entered in the appropriate space. An option's availability / applicability to this proposal will be determined by the CMPC. Price Proposal Form A Proposal Form A shows the pricing of the base vehicle. The proposal price of the base vehicle will be entered in the "Price per Item" column. This figure will be carried to Proposal Form E for the Total Proposal Price. Complete a Price Proposal Form for all classes bid on. There are 7 potential vehicle class size, classes A-G. Each base price submitted is to include a front and rear lift seating configuration for each class. Therefore, each class size is to have two base vehicle price forms submitted, for a total of 14 Base Vehicle Prices potentially submitted for this bid. Price Proposal Form B Proposal Form B is a list of all of the available options as explained in Appendix A and B for each corresponding vehicle class size base vehicle proposed. The proposer will simply provide the amount that each option will cost (per item) in the "Price per Option" column. Price Proposal Form C Proposal Form C is a summary of the total proposal prices from Proposal Forms A and B. The information is inserted on the designated line and summed to produce the "Total Proposal Price." Price Proposal Form D Proposal Form D is the Terms of Payment and must be completed by the Proposer. 63 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 9 Consortium NOTE: Complete and separate price proposal forms and packages should be submitted for each type of vehicle and chassis the proposer wishes to be considered by the CMPC. A potential of 14 different price packages can be submitted with this bid. 64 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium PRICE PROPOSAL FORM A BASE GAS ENGINE VEHICLE PRICE ITEM PRICE Cutaway Type Vehicle Chassis Manufacturer: Vehicle Model: Class Type (A-G) Designate Front or Rear Lift TOTAL $ NOTE: Interested proposers should submit separate and complete packets for each type of vehicle and/or chassis they wish to be considered by the CMPC. Interested proposers should submit separate pricing packets for each class of vehicle the proposer is bidding on. 65 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium PRICE PROPOSAL FORM B INDIVIDUAL PRICES OF OPTIONS ITEM DESCRIPTION PRICE S5; Body Op. 1 Undercoating S5; Body Op. 2 Low Floor Body S7; 7A. Op. 1 Combined High Idle/Lift Interlock (Intermotive HighLock) S7; 7E. Op. 1 Diesel Engine in lieu of Gasoline Engine S7; 7E. Op. 2 Compressed Natural Gas (CNG) Dedicated Fuel System Manufacturer: S7; 7E. Op. 3 Liquefied Petroleum Gas (LPG) Propane Dedicated Fuel System Manufacturer: S9; 9D. Op. 1 MOR/ryde RL Suspension System S9; 9D. Op. 2 Non-slip Axle S10; 10A. Op. 1 Mud and Snow Tires S10; 10A. Op. 2 Spare Tire Carrier S12; B2. Op. 1 Alternate Battery Location - OEM Engine Compartment S12; D13. Op. 1 Ignition Switch Controls - Route MBC through Ignition S13; A3/5/6 Air Conditioning Deletion Credit Op. 1 S13; A3/5/6 Thermo King Roof Top HVAC Unit Op. 2 S13; A18 Op. 1 Vacuum Operated Heater Control Valve 66 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium ITEM DESCRIPTION PRICE S14; 14A. Op. 1 Upholstered Interior S16; 16A. Op. 1 Additional Mobility Aid Positions S16; 16A. Op. 2 Single Seat Credit S16; 16B. Op. 1 Freedman CitiSeat (price for floorplan configuration provided in Price Sheet A) S16; 16B. Op. 1 Freedman 3PT Seat (price for floorplan configuration provided in Price Sheet A) S16; 16B. Op. 1 Freedman Go Seat (price for floorplan configuration provided in Price Sheet A) S16; B8. Op. 1 Freedman Level 4 S16; B8. Op. 1 Freedman Repel S16; B12; Op. 1 Passenger Restraint System Deletion Credit S16; B14; Op. 1 Single: Freedman BV Foldaway S16; B14; Op. 1 Single: Freedman AM Foldaway S16; B14; Op. 1 Single: Freedman CitiSeat S16; B14; Op. 1 Single: Freedman Go Seat S16; B14. Op. 2 Double: Freedman BV Foldaway S16; B14. Op. 2 Double: Freedman AM Foldaway S16; B14. Op. 2 Double: Freedman Citiseat S16; B14. Op. 2 Double: Freedman Go Seat S16; 16C. Op. 1 USSC Evolution G2E Driver Seat with adnik power ped. S16; 16C. Op. 1 Recaro LXS Driver's Seat S17; 17B. Op. 1 Floor Underbelly S17; 17F. Op. 1 Altro Transflor Chroma Meta 67 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium ITEM DESCRIPTION PRICE S17; 17G. Op. 1 Contrast White Step Edging and Standee Line S19; 19D. Op. 1 Rear Emergency Exit Door S22; A. Op. 1 Fog Lights S22; B. Op. 1 Underhood Light S23; 23B. Op. 1 City of Greeley Paint Scheme S23; 23B. Op. 1 Eagle County Paint Scheme S23; 23B. Op. 1 Mesa County Paint Scheme S23; 23B. Op. 1 RFTA/ City of Aspen Paint Scheme S23; 23B. Op. 1 Town of Snowmass Village Paint Scheme S23; 23B. Op. 1 All Points Transit Paint Scheme S23; 23B. Op. 1 City of Durango Paint Scheme S23; 23B. Op. 1 DSI - Amblicab Paint Scheme S23; 23B. Op. 1 Seniors' Resource Center Paint Scheme S23; 23B. OP. 1 City of Farmington Paint Scheme S23; 23D. Op. 1 Wheel Powder Coating S26; 26A. Op. 1 Braun Vista 2 Mobility Lift S26; 26A. Op. 1 Braun Century 2 Mobility Lift - 34" x 51" S26; 26A. Op. 1 Braun Century 2 Mobility Lift - 1,000 Ibs; 34" x 54" S26; 26A. Op. 1 Braun Millennium 2 Mobility Lift S26; 26A. Op. 1 Ricon K-Series KlearVue Mobility Lift S26; 26A. Op. 1 Ricon Titanium Mobility Lift - 1,000 Ibs; K-Series S26; 26A. Op. 2 Access-Arize Safety Lift Belt S27; 27A. Op. 1 Sure-Lok FF600 Retractor Series 68 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium ITEM DESCRIPTION PRICE S27; 27A. Op. 1 Sure-Lok AL 700 Titan Series S27; 27A. Op. 1 Q'Straint QRT Deluxe Series S27; 27A. Op. 1 Q'Straint QRT Max Series S27; 27A. Op. 1 Q'Straint Q'UBE Series S27; 27C. Op. 1 Sure-Lok Series L Track; specify model # S27; 27C. Op. 1 Sure-Lock Slide 'N Click S27; 27C. Op. 1 Q'Straint L Track; specify model # S27; 27C. Op. 1 Q'Straint Slide "N Click S27; 27C. Op. 2 Full Length Track S27; 27C. Op. 3 Scooter Securement System S27; 27G. Op. 1 Storage Pouch S27; 27G. Op. 2 Freedman Seating Tie Down Storage System (TDSS) S28; 28D. Op. 1 Front Help Bumpers S28; 28D. Op. 2 Rear Help Bumpers S28; 28I. Op. 1 Running Board Deletion Credit S28; 280. Op. 1 Bluetooth Enabled Radio - Aftermarket Radio Accepted S29; 29A. Op. 1 As Built Parts Manual S32; A. 1. HawkEye Plus Reverse Assistance System S32; A. 2. Closed circuit rearview monitoring/reverse asst. system S32; A. 3. Dash mounted monitor and camera mounted - vehicle rear S32; B. 1. REI Model R8001 Camera System S32; B. 2. Apollo Roadrunner 8 Camera System S32; B. 3. Seon vMax 4 Camera System 69 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium ITEM DESCRIPTION PRICE S32; B. 4. MobileView Penta 8 Camera System S32; C. Brake Retarder S32; D. 4x4 Capability: Quigley Motor Company conversion S32; E. 1. OnSpot Automatic Drop Down Tire Chains S32; E. 2. RUD-ROTOGRIP Light Truck with air compressor S32; F. 1. Sportworks DL2 Bike Rack S32; F. 2. Sportworks DL2 NP Bike Rack S32; F. 3. Sportworks Apex 3 Bike Rack S32; F. 4. Byk-Rak Solo Bike Rack S32; G. Ski Rack S32; H. Passenger Stop Request S32; I. Public Address System S32; J. 1. Luminator Twin Vision Mobilite Sign System S32; J. 2. Luminator Horizon SMT Sign System S32; J. 3. Hanover Monochrome LED Automatic Sign System S32; K. Yield to Bus Sign S32; L. 1. GFI Odyssey Farebox S32; L. 3. Diamond Model XV S32; L. 4. Diamond Model SV TOTAL COMBINED TOTAL OF FIVE (5) FORM B $ PAGES 70 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium PRICE PROPOSAL FORM C SUMMARY OF PROPOSED TOTALS FROM PRICE PROPOSAL FORMS A and B The undersigned Proposer agrees to furnish the equipment in accordance with the specifications and proposal requirements contained in this package. All seating and securement, paint schemes, options and vehicle specifications have been carefully examined and the costs shown in Proposal Forms A and B of this proposal. These combined costs, as shown below, constitute the Total Proposal Price for this package. DESCRIPTION OF THE TOTAL PRICE TOTAL FROM PRICE PROPOSAL FORM A TOTAL FROM PRICE PROPOSAL FORM B TOTAL PROPOSAL PRICE Date Signature Company Name Title 71 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium PRICE PROPOSAL FORM D TERMS OF PAYMENT The following terms of payment are proposed: Total proposal price is based on payment terms of net thirty (30) days after acceptance of each vehicle. If Contractor has not received payment in full within the 30 day period following acceptance of vehicle, agencies will incur the 2% monthly service charge beginning on day 31. The undersigned understands that any condition stated above, clarification made to the above or information submitted on or with this form, other than that requested, will render the proposal unresponsive. Date Signature Company Name Title 72 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium EXHIBIT 3 VEHICLE DELIVERY CHECKLIST The below items must be presented at time of delivery of vehicle to agency or vehicle will be considered non-acceptable. ❑ Vehicle properly serviced, clean and in first class operating condition. Includes front-end alignment (with verification), wheels balanced, unnecessary stickers removed. ❑ Proper"Application for Registration" documents ❑ DOT Inspection Paperwork ❑ Weight Slip ❑ 60 day temporary tags ❑ "As Built" Wiring diagrams and chassis electrical manuals per specifications ❑ Service, chassis service and parts manuals per specifications ❑ Operator's manual per specifications ❑ Dealer Invoice ❑ Four sets of Keys ❑ Bill of Sale ❑ Warranty papers (forms, policy, procedures) ❑ Electronic Vehicle Database Information (per specifications) ❑ Post-Delivery Audit documents- o Buy America Certificate and documentation annotating percentage breakdown and percentages, location and items present during final assembly (post-delivery breakdown document) o FMVSS o Specifications 73 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium FXHIBIT 4, FORMULA FOR COMPUTATION OF SECOND STAGE PRICE ESCALATION Escalation will be calculated based on the following formula which utilizes the U.S. Department of Labor/Bureau of Labor Statistics Producer Price Index (PPI) (Industry) Category: Transportation Equipment: "Trucks, truck tractors, and bus chassis (chassis of own manufacture) 14,001 to 33,000 lbs or 33,001 lbs or more, OR "Buses, complete, produced on purchased chassis," not seasonally adjusted. In no event will the prices for any purchase release exceed, by more than 5%, the price(s) that would have been in effect twelve (12) months prior to the date of the release or the base price of the purchase order release if less than twelve (12) months after the initial contract award. Index Point Fxamoles Change. PPI Index: Future Recomp Month 141.1 Less PPI Index: Base Award Month 137.5 Equals Index Point Change 3.5 Examples Index Point Change 3.5 Divided by PPI Index: Base Award Month 137.5 Equals 0.0254 Results multiplied by 100 equals Percent Change 2.54% Total price of standard bus = $42,850.0 Minus price of chassis = $27,050.0 Equals total second stage price = $15,800.0 "Certain Dollar Amount" = Cost of second stage price divided by 100 Certain Dollar Amount = 15,800 / 100 = 158 Price of second stage will change $158.00 per 1 percent movement in the producer price index (PPI) In this example, 2.54% times $158.00 equals $401.32. This could be added to the total cost of the add-ons per bus. Chassis increase would be added separately per instructions in Section 1.2. Once recompilation of second stage pricing is completed, the last recomp month becomes the new award month. 74 CMPC-I4-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium NOTE: These figures provided for illustrative purposes only 75 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium EXHIBIT 5 QUESTION/REQUEST FOR DEVIATION/APPROVED EQUAL FORM RFP No.: NAME OF PROPOSER: PAGE & REFERENCE: PROPOSER'S REQUEST: CMPC RESPONSE: NOTE: Any request for Deviation or Approved Equal to the Specifications must be fully supported with technical data, test results and any other pertinent information available, as evidence that the substitute offered is equal to or better than the Specification Requirement. CMPC may require a proposer offering a substitute to supply additional descriptive material, a sample and/or a demonstration. CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Consortium Part 2 QUALITY ASSURANCE PROVISIONS #CMPC-14-BOC-RFP 2. CONTRACTORS IN-PLANT QUALITY ASSURANCE REQUIREMENTS 2.1 QUALITY ASSURANCE ORGANIZATION Manufacturer shall establish and maintain an effective in-plant quality assurance organization. It shall be a specifically defined organization and should be directly responsible to Manufacturer's top management. 2.2 CONTROL The quality assurance organization shall exercise quality control over all phases of production from initiation of design through manufacture and preparation for delivery. The organization shall also control the quality of supply articles. 2.3 AUTHORITY AND RESPONSIBILITY The quality assurance organization shall have the authority and responsibility for reliability, quality control, inspection planning, establishment of the quality control system, and the acceptance/rejection of materials and manufactured articles in the production of the vehicles. 2.4 QUALITY ASSURANCE ORGANIZATION FUNCTIONS The quality assurance organization shall include the following minimum functions. 2.4.1 WORK INSTRUCTIONS The quality assurance organization shall verify inspection operation instructions to ascertain that the manufactured product meets all prescribed requirements. 2.4.2 RECORDS MAINTENANCE The quality assurance organization shall maintain and use records and data essential to the effective operation of its program. These records and data shall be available for review by the resident inspectors. Inspection and test records for this procurement shall be available for a minimum of one (1) year following the completion of the inspections and tests. CMPC-14-BOC-RFP March 2014 1 Colorado Mountain Purchasing Consortium Part 2 2.4.3 CORRECTIVE ACTION The quality assurance organization shall detect and promptly assure correction of any conditions that may result in the production of defective vehicles. These conditions may occur in design, purchases, manufacture, tests or operations that culminate in defective supplies, services, facilities, technical data, or standards. 2.5 STANDARDS AND FACILITIES The following standards and facilities shall be basic in the quality assurance process. 2.5.1 CONFIGURATION CONTROL Manufacturer shall maintain drawings and other documentation that completely describe a qualified vehicle that meets all of the options and special requirements of this procurement. The quality assurance organization shall verify that each transit vehicle is manufactured in accordance with these controlled drawings and documentation. 2.5.2 MEASURING AND TESTING FACILITIES Manufacturer shall provide and maintain the necessary gauges and other measuring and testing devices for use by the quality assurance organization to verify that the vehicles conform to all specification requirements. These devices shall be calibrated at established periods against certified measurement standards that have known valid relationships to national standards. 2.5.3 PRODUCTION TOOLING AS MEDIA OF INSPECTION When production jigs, fixtures, tooling masters, templates, patterns, and other devices are used as media of inspection, they shall be proved for accuracy at formally established intervals and adjusting, replaced, or repaired as required to maintain quality. 2.5.4 EQUIPMENT USE BY CMPC LINE INSPECTORS Manufacturer's gauges and other measuring and testing devices shall be made available for use by the resident inspectors to verify the vehicles conform to all specification requirements. If necessary, Manufacturer's personnel shall be made available to operate the devices and to verify their condition and accuracy. CMPC-14-BOC-RFP March 2014 2 Colorado Mountain Purchasing Consortium Part 2 2.6 CONTROL OF PURCHASES Manufacturer shall maintain quality control of purchases. 2.6.1 SUPPLIER CONTROL Manufacturer shall require that each supplier maintains a quality control program for the services and supplies that it provides. Manufacturer's quality assurance organization shall inspect and test materials provided by suppliers for conformance to specification requirements. Materials that have been inspected, tested, and approved shall be identified as acceptable to the point of use in the manufacturing or assembly processes. Controls shall be established to prevent inadvertent use of nonconforming materials. 2.6.2 PURCHASING DATA Manufacturer shall verify that all applicable specification requirements are properly included or referenced in purchase orders of articles to be used on vehicles. 2.7 MANUFACTURING CONTROL Manufacturer shall ensure that all basic production operations, as well as other processing and fabricating, are performed under controlled conditions. Establishment of these controlled conditions shall be based on the documented work instructions, adequate production equipment, and special work environments if necessary. 2.7.1 COMPLETED ITEMS A system for final inspection and test of completed vehicles shall be provided by the quality assurance organization. It shall measure the overall quality of each completed vehicle. 2.7.2 NONCONFORMING MATERIALS The quality assurance organization shall monitor Manufacturer's system for controlling nonconforming materials. The system shall include procedures for identification, segregation, and disposition. 2.7.3 STATISTICAL TECHNIQUES Statistical analysis, tests, and other quality control procedures may be used when appropriate in the quality assurance processes. CMPC-14-BOC-RFP March 2014 3 Colorado Mountain Purchasing Consortium Part 2 2.7.4 INSPECTION STATUS A system shall be maintained by the quality assurance organization for identifying the inspection status of components and completed vehicles. Identification may include cards, tags, or other normal quality control devices. 2.8 INSPECTION SYSTEM The quality assurance organization shall establish, maintain, and periodically audit a fully-documented inspection system. The system shall prescribe inspection and test of materials, work in progress, and completed articles. As a minimum, it shall include the following controls. 2.8.1 INSPECTION STATIONS Inspection stations shall be at the best locations to provide for the work content and characteristics to be inspected. Stations shall provide the facilities and equipment to inspect structural, electrical, hydraulic, and other components and assemblies for compliance with the design requirements. Stations shall also be at the best locations to inspect or test characteristics before they are concealed by subsequent fabrication or assembly operations. These locations shall minimally include, as practicable, under-body structure completion, body-framing completion, body prior to paint preparation, water test before interior trim and insulation installation, engine installation completion, under-body dress-up and completion, vehicle prior to final paint touch-up, vehicle prior to road test, and vehicle final road completion. 2.8.2 INSPECTION PERSONNEL Sufficiently trained inspectors shall be used to ensure that all materials, components, and assemblies are inspected for conformance with the qualified vehicle design. 2.8.3 INSPECTION RECORDS Acceptance, rework, or rejection identification shall be attached to inspected articles. Articles that have been accepted as a result of approved materials review actions shall be identified. Articles that have been reworked to specified drawing configurations shall not require special identification. Articles rejected as unsuitable or scrap shall be plainly marked and controlled to prevent installation on the vehicle. Articles that become obsolete as a result of engineering changes or other actions shall be controlled to prevent unauthorized assembly or installation. Unusable articles shall be isolated and then scrapped. Discrepancies noted by CMPC-14-BOC-RFP 4 March 2014 Colorado Mountain Purchasing Consortium Part 2 Manufacturer during assembly shall be entered on a record that accompanies the major component, subassembly, assembly, or vehicle from start of assembly through final inspection. Actions shall be taken to correct discrepancies or deficiencies in the manufacturing processes, procedures, or other conditions that cause articles to be in nonconformity with the requirements of the contract specifications. The inspection personnel shall verify the collective actions and mark the discrepancy record. If discrepancies cannot be corrected by replacing the nonconforming materials, the procuring agency shall approve the modification, repair, or method of correction to the extent that the contract specifications are affected. 2.8.4 QUALITY ASSURANCE AUDITS The quality assurance organization shall establish and maintain a quality control audit program. Records of this program shall be subject to review by the CPMC. 2.9 ACCEPTANCE TESTS 2.9.1 RESPONSIBILITY Fully documented tests shall be conducted on each production vehicle following manufacture to determine its acceptance to the CPMC. These acceptance tests shall include pre-delivery inspections and testing by Manufacturer, and inspections and testing by the CMPC prior to and after the vehicles have been delivered. 2.9.2 PRE-DELIVERY TESTS Manufacturer shall conduct acceptance tests at its plant on each vehicle following completion of manufacture and before delivery to the CMPC. The pre-delivery tests shall include visual and measured inspections, as well as testing the total vehicle operation. The tests shall be conducted and documented in accordance with written test plans. Additional tests may be conducted at Manufacturer's discretion to ensure that the completed vehicles have attained the desired quality and have met the requirements in Appendix A and B: Vehicle Specifications. This additional testing shall be recorded on appropriate test forms provided by Manufacturer. The pre-delivery tests shall be scheduled and conducted with sufficient notice so that they may be witnessed by CMPC line inspectors, who may accept or reject the results of the tests. The results of pre-delivery test, and any other tests, shall be filed with the assembly inspection records for each vehicle. The under-floor equipment shall be made available for inspection by the resident inspectors, using a pit or vehicle hoist CMPC-14-BOC-RFP 5 March 2014 Colorado Mountain Purchasing Consortium Part 2 provided by Manufacturer. A hoist, scaffold, or elevated platform shall be provided by Manufacturer to easily and safely inspect vehicle roofs. 2.9.3 INSPECTION-VISUAL AND MEASURED Visual and measured inspections shall be conducted with the vehicle in a static condition. The purpose of the inspection testing is to verify overall dimensional and weight requirements, to verify that the required components are included and are ready for operation, and to verify that components and subsystems that are designed to operate with the vehicle in the static condition do function as designed. 2.9.4 TOTAL VEHICLE OPERATION Total vehicle operation shall be evaluated during road tests. The purpose of the road tests is to observe and verify the operation of the vehicle as a system and to verify the functional operation of the subsystem that can be operated only while the vehicle is in motion. Each vehicle shall be driven for a minimum of fifteen (15) miles during the road tests. Observed defects shall be recorded on the test forms. The vehicle shall be retested when defects are corrected and adjustments are made. This process shall continue until defects or required adjustments are no longer detected. Results shall be pass/fail for these vehicle operation tests. After the road test, the line inspector representing the CMPC reserves the right to have Manufacturer either raise the vehicle or drive the vehicle across a pit to allow the inspector to check the undercarriage. 2.10 POST-DELIVERY TESTS The CMPC may conduct acceptance tests on each delivered vehicle. These tests shall be completed within ten (10) business days after vehicle delivery and the Contractor will be notified by the 10th day if the vehicle has been accepted or needs additional work. The purpose of these tests are to identify defects that have become apparent between the time of vehicle release and delivery to the purchaser. The post-delivery tests shall include visual inspection and vehicle operations. Vehicles that fail to pass the post-delivery tests are subject to non-acceptance. The CMPC shall record details of all defects notify Manufacturer of non-acceptance of each vehicle. The defects detected during these tests shall be repaired according to the procedures defined in Part 1: Solicitation, Offer and Award/Contractual Provisions. CMPC-14-BOC-RFP 6 March 2014 Colorado Mountain Purchasing Consortium Part 3 WARRANTY PROVISIONS #CMPC-14-BOC RFP 3.0 BASIC PROVISIONS 3.1. WARRANTY REQUIREMENTS Warranties in this document are in addition to any statutory remedies or warranties imposed on the Contractor. A description of the local dealer warranty process shall be included in the Purchasing Agreement package including information on how warranty issues are tracked. The Contractor warrants and guarantees to the CMPC each complete vehicle, and specific subsystems and components as follows: 3.1.1 COMPLETE VEHICLE The vehicle is warranted and guaranteed to be free from defects for a minimum of Thirty-six (36) months or one hundred thousand (100,000) miles, whichever comes first, beginning on the date of acceptance of each vehicle. During this warranty period, the vehicle shall maintain its structural and functional integrity. The warranty is based on regular operation of the vehicle under the operating conditions prevailing in the purchaser's locale. 3.1.2 SUBSYSTEMS AND COMPONENTS Specific subsystems and components are warranted and guaranteed to be free from defects and related defects for the times and/or mileages given in Exhibit 3-1. NOTE: Parts and labor to be covered in all warranty provisions. CMPC-14-BOC-RFP 1 March 2014 Colorado Mountain Purchasing Consortium Part 3 Exhibit 3-1 STANDARD WARRANTY Subsystem and Component Minimum Warranty, whichever occurs first. Item Years Mileage OEM Chassis (incl tires) 3 100,000 Manufacturer's Warranty 2 Unlimited Air Conditioning System 2 Unlimited Alternator 3 36,000 3 (parts); 1 Unlimited Mobility/Wheelchair Lift (labor) Cycles Component and Second Stage Warranties Powertrain (gas and diesel) Body Structural Intermotive Interlock Auxiliary Heater Electric Door System LED Lighting CMPC-14-BOC-RFP February 2014 2 Colorado Mountain Purchasing Consortium Part 3 3.2.0 VOIDING OF WARRANTY The warranty shall not apply to any part or component of the vehicle that has been subject to misuse negligence, accident, or that has been repaired or altered in any way so as to affect adversely its performance or reliability, except insofar as such repairs were in accordance with Contractor's maintenance manuals and the workmanship was in accordance with recognized standards of the industry. The warranty shall also be void if the purchaser fails to conduct normal inspections and scheduled preventive maintenance procedures as recommended in Contractor's maintenance manuals. 3.3.0 EXCEPTIONS TO WARRANTY The warranty shall not apply to scheduled maintenance items, and items such as tires and tubes, nor to items furnished by the purchaser such as radios, fare boxes, and other auxiliary equipment, except insofar as such equipment may be damaged by the failure of a part or component for which Contractor is responsible. 3.4.0 DETECTION OF DEFECTS If the purchaser detects a defect within the warranty periods defined in Section 3.1.1, it shall promptly notify the Dealer representative. Within five (5) working days after receipt of notification, Dealer representative shall either agree that the defect is in fact covered by the "complete vehicle" warranty, or reserve judgment until the subsystem or component is inspected by Dealer's representative and/or is removed and examined at the purchaser's property or at the Contractor's facility. At that time, the status of warranty coverage, either subsystem or vehicle, shall be mutually resolved between the purchaser and Dealer. If the defect belongs to a subsystem or component, then work necessary to affect the repairs shall commence within ten (10) working days after receipt of notification by Dealer. Otherwise, Section 3.1.1 applies and repairs will be started immediately. 3.5.0 SCOPE OF WARRANTY REPAIRS When warranty repairs are required, the purchaser and Dealer's representative shall agree within five (5) days after notification on the most appropriate course for the repairs and the exact scope of the repairs to be performed under the warranty. If no agreement is obtained within the five (5) day period, the purchaser reserves the right to commence the repairs in accordance with Section 3.7.0. CMPC-14-BOC-RFP March 2014 3 Colorado Mountain Purchasing Consortium Part 3 3.6.0 FLEET DEFECTS A fleet defect is defined as cumulative failures of any kind in the same components in the same or similar application where such items covered by the warranty and such failures occur in the warranty period in the specified proportion of the buses delivered under this contract. For deliveries of like size/model in a given model year of delivery, the proportion shall be 25 (twenty-five) percent. A Fleet Defect shall apply only to the base warranty period for components in Exhibit 3-1. When a Fleet Defect is declared, the remaining warranty on that item/component stops. The warranty period does not restart until the Fleet Defect is corrected. The Contractor shall correct a fleet defect under the warranty provisions defined in "Repair Procedures" (Section 3.7.0). After correcting the Defect, the CMPC and the Contractor shall mutually agree to and the Contractor shall promptly undertake and complete a work program reasonably designed to prevent the occurrence of the same Defect in all other buses and spare parts purchased under this contract. Where the specific Defect can be solely attributed to particular identifiable part(s), the work program shall include redesign and/or replacement of only the defectively designed and/or manufactured part(s). In all other cases, the work program shall include inspection and/or correction of all of the buses in the fleet via a mutually agreed to arrangement. If, during the warranty period, repairs or modifications on any bus are made necessary by defective design, materials or workmanship but are not completed due to lack of material or inability to provide the proper repair for thirty (30) calendar days, then the applicable warranty period shall be extended by the number of days equal to the delay period. 3.6.1 SCOPE OF WARRANTY PROVISIONS Dealer shall correct a fleet defect under the warranty provisions defined in Section 3.4.0. After correcting the defect, Dealer shall promptly undertake and complete a work program reasonably designed to prevent the occurrence of the same defect in all other vehicles purchased under this contract. The work program shall include inspection and/or correction of the potential or defective parts in all of the vehicles. The warranty on items determined to be fleet defects shall be extended for the time and/or miles of the original warranty. This extended warranty shall begin on the date a fleet defect was determined to exist, or on the repair/replacement date for corrected items. CMPC-14-BOC-RFP March 2014 4 Colorado Mountain Purchasing Consortium Part 3 3.8.2 CONTRACTOR SUPPLIED PARTS The CPMC may request that Dealer supply new parts for warranty- covered repairs being performed by the purchaser. These parts shall be shipped prepaid to the purchaser, from any source selected by Dealer, the "next business day" from receipt of the request for said parts. 3.8.3 DEFECTIVE COMPONENTS RETURN Dealer may request that parts covered by the warranty be returned to the manufacturing plant. The total cost for this action shall be paid by Dealer. Materials should be returned in accordance with contractor's instructions. 3.8.4 REIMBURSEMENT FOR LABOR The purchaser shall be reimbursed by Dealer for labor. The amount shall be determined by multiplying the number of man-hours actually required to correct the defect by the purchaser's current per hour, master mechanic, straight wage rate, plus 32 percent fringe benefits, plus the cost of towing in the vehicle if such action was necessary and if the vehicle was in the normal service area. These wage and fringe benefit rates shall not exceed the rates in effect in the purchaser's service garage at the time the defect correction is made. The purchaser shall not accept parts credit as payment of warranty labor claims. • 3.8.5 REIMBURSEMENT FOR PARTS The purchaser shall be reimbursed by Dealer for defective parts and for parts that must be replaced to correct the defect. The reimbursement shall be at the invoice cost of the part(s) at the time of repair and shall include taxes where applicable and 2 percent handling charges. The purchaser shall not accept parts credit as payment of warranty part claims. 3.9.0 WARRANTY AFTER REPLACEMENT / REPAIRS If any component, unit, or subsystem is repaired, rebuilt, or replaced by Dealer or Purchaser, with the concurrence of Dealer, the subsystem shall have the unexpired warranty period of the original subsystem. 3.10.0 DEALER WARRANTY SERVICE AND REPORTING CMPC-14-BOC-RFP March 2014 6 Colorado Mountain Purchasing Consortium Part 3 Contract dealers and the manufacturers they represent will have representatives meet with the CMPC once each year. The primary focus of this meeting will be discussion of contract concerns, handling of warranty requests and areas receiving repetitive inspection write-ups. 3.10.1 CONTRACT DEALERS WARRANTY SERVICE Contract Dealers should clearly instruct and encourage procuring agencies that when they have maintenance issues that may be covered under warranty, to always contact their dealer FIRST. Dealers should have an effective system in place to allow agencies to speak with a representative about an issue, in a timely manner. 3.10.2 CONTRACT DEALERS RESPONSIBILITY Contract Dealers are responsible for all aspects of the warranty process. This includes scheduling, coordinating and monitoring all warranty repairs and parts replacements until they are fully resolved. This applies to the OEM chassis, bus manufacturer and vendor related warranty work. Dealers should seek to minimize the time required for resolving warranty issues. Dealers are to coordinate with agencies to provide qualified warranty repairs with minimal disruption to agencies. 3.10.3 MAINTAIN TRACKING SYSTEM Contract Dealers should maintain a "tracking" system with information on the below responsibilities. - Note when an agency reports a problem with description of problem; - Contact repair facility and schedule diagnostics/repair; - Notify the agency of the repair facility/appointment date/contact person; - Communicate with repair facility until repair is complete; - Notify the agency that the vehicle is ready for pick up; - Follow-up with agency to confirm that the repair resolved the problem. 3.10.4 AGENCY PERFORM REPAIRS Contract Dealer may, when requested, authorize an agency's maintenance certified technicians to perform warranty service. However, dealers are still responsible for monitoring that the agency receives correct replacement parts; return shipping and proper labor reimbursements in a timely manner. CMPC-14-BOC-RFP March 2014 7 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 VEHICLE SPECIFICATIONS FOR: Small-Medium Cutaway Bus Table of Contents Section 1. General Requirements 3 Section 2. Legal Requirements 4 Section 3. Vehicle Class and Overall Dimensions 5 Section 4. Fastener Specifications 8 Section 5. Body and Roof 9 OPTIONS 11 Section 6. Insulation 12 Section 7. Gas Engine - Transmission 13 A. Engine 13 B. Transmission 14 C. Power Steering 14 D. Emissions 14 E. Fuel Tank 15 F. Electrical 15 OPTIONS 16 Section 8. Final Drive 21 Section 9. Suspension System 21 OPTIONS 22 Section 10. Tires and Wheels 22 A. Tire Requirements 22 B. Wheel Requirements 23 OPTIONS 23 Section 11. Brakes • 23 Section 12. Electrical System 24 B. Battery 24 D. Wiring 25 OPTIONS 28 Section 13. Interior Climate Control 28 A. Heating/Air Conditioning/Defrosting Requirements 28 B. Roof Hatch 30 OPTIONS 31 Section 14. Interior Trim 31 OPTIONS 32 Section 15. Painting, Decals, and Monograms 32 Section 16. Seating 32 A. General 32 1 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 B. Passenger Seating 33 C. Driver's Seat 35 OPTIONS 36 Section 17. Floor and Floor Covering 37 OPTIONS 38 Section 18. Steps and Stepwell 39 Section 19. Passenger Doors 40 A. Front Entrance Door 40 B. Mobility Lift Door 41 C. Door - General 41 OPTIONS 42 Section 20. Service Compartments / Access Doors 43 Section 21. Windshields and Windows 43 Section 22. Lighting 45 A. Exterior Lighting 45 B. Interior Lighting 45 OPTIONS 46 Section 23. Finish and Color ...47 OPTIONS 47 Section 24. Stanchions, Grab Rails & Modesty Panels 49 Section 25. Mirrors 50 Section 26. Mobility Lift 50 OPTIONS 52 Section 27. Wheelchair Securement System 52 OPTIONS 54 Section 28. Miscellaneous (General) 55 OPTIONS 57 Section 29. Manuals 57 OPTIONS 58 Section 30. Required Vehicle Database Information 59 Section 31. Required Supplemental Information 59 Section 32. Agency Options 60 Section 33. Floorplans 63 2 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 LIGHT DUTY BUS TECHNICAL SPECIFICATIONS Section L GENERAL REQUIREMENTS A. Vehicles shall be of the "body on chassis" type and will involve construction of a body on a light-duty cut-away van or truck chassis. The vehicle body shall be a body manufactured by a body manufacturer for transit application, not "converted" or "modified" to a transit vehicle from a sports van, passenger van or wagon, delivery vehicle, school bus, recreational vehicle, or similar vehicle. Body construction shall be conventional type, panels on structural metal frames, as described later in this document. B. The vehicles shall be able operate daily on all urban, suburban and rural primary and secondary roads within the state of Colorado. C. The vehicles proposal shall be the chassis manufacturer's current production year, 2014 Model Year or newer. The basic vehicle, both chassis and body, must be a current year factory production cutaway model that is catalogued by the manufacturer and for which manufacturer's published literature and printed specifications are currently available. The bus manufacturer shall be ISO 9001:2000 certified. A copy of this certification must accompany the proposal submittals. D. Detailed floor plans with dimensions will be provided with the proposal showing proposed seating arrangements, interior layout of the bus, and seat spacing between ambulatory seats (to include spacing between wheelchair positions/flip seats) for each bus type. E. These specifications reflect the buyer's preference as to dimensions, materials and major components. However, the proposer shall not omit any part or detail, which goes to make the vehicle complete and ready for service, even though such part or detail is not mentioned in these specifications. F. All units or parts used in the assembly of the final product shall be manufacturer's best quality and shall conform in material, design or workmanship to the best practice known in the transit industry. All parts shall be new and in no case shall used, reconditioned or obsolete parts be accepted. G. The price quoted in any proposal submitted shall include all items of labor, material, tools, equipment, and other costs necessary to fully complete the manufacture and delivery of the vehicles pursuant to these specifications. It is the intent of these specifications to provide and require a complete vehicle of the type prescribed ready for operation. The Proposer shall assume sole responsibility for the entire vehicle as to warranty and after-sales parts and service. This includes the pick-up and delivery of the vehicle. H. Note: Whenever a specific trade or product name is used within this specification, the following statement applies: "... or approved equal with the same standards of quality, design and performance." All requests for approved equals must be submitted on the as stated in this proposal document and must be approved by buyers included in this statewide purchase. 3 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 I. Vehicle inspection and delivery will be completed as described in Part 1 and 2 of this proposal document. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 2. LEGAL REQUIREMENTS The bus shall meet all applicable Federal Motor Vehicle Safety Regulations (FMVSS), Federal Motor Carrier Safety Regulations (FMCSR), and the Environmental Protection Agency (EPA) regulations in effect at the date of manufacture and the Manufacturer shall so certify. Manufacturers must be certified by the National Traffic Safety Administration to manufacture or alter vehicles in accordance with the Code of Federal Regulations, Title 49, Parts 567-568. The bus must comply with all Federal Transit Administration (FTA) recommended fire safety practices to the maximum extent possible. in accordance with requirements of 49 U.S.C. 5323(c). The bus shall comply with all federal, state, and local regulations including the Altoona test certification requirements. The bus shall also comply with all standards of the Americans with Disabilities Act (ADA) and its imple- menting regulations in effect at the date of manufacture. In the event of any conflict between the requirements of this Specification and any applicable legal requirements, then the legal requirements shall prevail. ALTOONA BUS TESTING: Proposers that are offering vehicles (either as a base vehicle or with optional engines or modifications to the fuel system) are required to test at a minimum for 5-year/150,000 mile service life to CFR 49 part 665. Class A vehicles are required to test at a minimum for 4-year/100,000 service life. Final test report (hardcopy and electronic version on CD) shall be submitted with the proposal. Proposers for CNG vehicles will provide documents to verify vehicles offered are delivered in compliance with 49 CFR 665. Altoona test must be completed and a satisfactory test report provided to the Consortium prior to final acceptance of the first vehicle by a local agency. Failure to comply with this requirement will result in nullification of conditional award. Proposers may not offer buses using the FTA's demonstrator/prototype model Altoona test exemption provision for five (5) or less vehicles for sale under this contract. Prior to acceptance of first bus, the structure of the bus shall have undergone appropriate structural testing and/or analysis, including FTA required Altoona testing, to ensure adequacy of design for the urban transit service. Any items that required repeat repairs or replacement must undergo the corrective action with 4 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 supporting test and analysis. A report clearly describing and explaining the failures and corrective actions taken to ensure any and all such failures will not occur shall be submitted to the Consortium. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 3. VEHICLE CLASS AND OVERALL DIMENSIONS CLASS A— BODY ON CHASSIS WHEELBASE 138/139" — WIDTH Maximum 96" — SEATING 7-8/2 CLASS B- BODY ON CHASSIS WHEELBASE 158/159" — WIDTH 96" — SEATING 10-14/2 CLASS C —BODY ON CHASSIS WHEELBASE 176"to 196" — WIDTH 96" — SEATING 14-16/2 CLASS D —BODY ON CHASSIS WHEELBASE 176"to 196" — WIDTH 96-102" — SEATING 8-12/3 The following dimensions and characteristics are given in order to indicate the approximate size and type of vehicle desired. Floor/seating plans of the proposed bus indicating compliance with the overall specified dimensions shall be submitted with the Proposal documents. Vehicles shall conform to the requirements of the following table for the Gas Engine base specification requirements. It is understand a different fuel option may modify the below specifications and vendors will have to demonstrate the modifications required by fuel type. 5 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 *The minimum interior width shall be measured 12 inches above the floor in the passenger area. C. Seating: To meet the specification requirements, vendors are required to submit with each proposal 8 floorplan diagrams, two for each class, one for front lift and one for rear lift, gasoline engine. Basic floorplan examples are provided as guidelines in section 33. Purchasers may request additional floorplan diagrams after Notice of Award based on individual agency needs. If permanent seating modifications are required based on individual agency needs, vendor agrees to accurately deduct and add cost of permanent seating to offer agencies floorplans at a competitive price per pricing provided in Section 16. • D. Height Overall: Standard and Flat floor buses: not to exceed 117.5 122 inches E. GVWR Rating: The gross vehicle weight rating (GVWR) shall not exceed the weight of a fully loaded vehicle. A fully loaded vehicle equals the weight of the vehicle equipped to meet these specifications, verified by a weight ticket, plus the weight of the passengers (minimum 150 pounds for each ambulatory placement, minimum 250 pounds for each wheelchair placement, depending on wheelbase. Higher pound capacity shall be provided for larger cutaways). A weight distribution schematic and loading calculation must be shown for each floor plan and submitted with proposal for each floor plan offered. Loading calculations must be made with full tanks of fuel. A copy of a weight certificate from a state (state of final builders location will be accepted for these purposes) certified scale showing the four corner unladen weight of the vehicle, with a full fuel tank, must be submitted at time of delivery. F. Wheelbase: The vehicle wheelbase shall be sufficient to accommodate seating configurations required while meeting applicable Federal/State safety requirements and chassis manufacturer's specifications for weight distribution. Vendor to provide the engineered wheelbase as part of submitted floorplan diagram. Provide the shortest wheelbase allowable. G. Step Height: With the vehicle at its curb weight and parked on a level surface the step height as measured from the ground to the top of the first step shall be no more than 12 inches, unless a flat floor is being provided. Vendors shall specify flat floor first step height if different than 12 inches. A 4x4 option chosen will allow an exemption from item G. H. Wheelwell (Flat floor only) On flat floor floorplans and specifications, wheelwells are not to protrude above the interior floor of the vehicle. Proposer Meets Section Specifications Yes 7 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 No Noted Deviations (list all section deviations for consideration here): Section 4. FASTENER SPECIFICATIONS In accordance with Publication 101-592 and 15 CFR part 280. A. All fasteners utilized in the assembly and construction of coaches, sub assemblies, or components procured under this Contract shall comply with all applicable Federal, State and local law ordinance and shall be appropriate for the intended application. B. The Vendor shall procurc and deliver fastencrs made in the United States for use in the coach manufacturing process. The steel shall be of high quality and for use in general. be utilized in all critical applications, including but not limited to: steering, suspension, axle assemblies, undercarriage, propulsion system, wheelchair occupant restraints, coating, etc. Standard hardware installed by the chassis manufacturer will be accepted. B. The Vendor shall procure and deliver fasteners for use in the coach manufacturing process. Exposed fasteners on the exterior must be made of stainless steel. At a minimum, Grade 5 bolts, nuts, flat and lock washers shall be utilized in all critical applications. C. All items covered by these specifications shall conform to applicable SAE, U.S.S. or Metric Standards and shall be of U.S. manufacture. No counterfeit fasteners shall be permitted. Should the Consortium find the Vendor or their suppliers providing counterfeit fasteners of any type, the Vendor may be declared in default in accordance with the Contract Documents. C. All items covered by these specifications shall conform to applicable SAE, U.S.S or Metric Standards. Fasteners used may be of foreign origin. D. Fastener materials shall be compatible with materials being fastened. Where self- tapping fasteners are used, body panels shall be reinforced with steel backing, aluminum backing, or stainless steel backing. Proposer Meets Section Specifications Yes No 8 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Noted Deviations (list all section deviations for consideration here): Section 5. BODY AND ROOF Requirements: Structure A. The vehicle body shall incorporate primarily prime commercial quality zinc-coated steel, aluminum-coated steel, stainless steel, galvanized steel, aluminum, or aluminum alloy, and minima4 affleunts of fiberglass er fiberglass rcinforccd plastic (FRP) CMPC will accept-fiberglass, or fiberglass reinforced plastic (FRP) if that is the only option for the exterior body. B. The body shall be constructed to provide maximum protection to passengers in case of rollover accident or a crash accident to the side or rear of the bus. C. The Proposer shall certify that all joints and corners where stress concentration may occur are adequately reinforced to fully withstand the required loads and road shock that a vehicle of this type is exposed to in both urban and rural service, and the body must retain its integrity in a rollover situation. D. Front body caps shall be constructed of solid one-piece reinforced molded fiberglass, bonded and sealed to the vehicle body by a minimum of 1 inch overlap to prevent the penetration of moisture into the interior of the vehicle body. Fiberglass caps shall be of the sturdiest construction possible to endure the entire life of the vehicle. Requirements: Roof Construction A. Roof super-structure shall be constructed of a 1-piece seamless construction. Roof panel shall lap side panels by minimum of 1 inch. The overlapping panel construction is to preclude water leakage into the vehicle. Panels shall be riveted, bonded or welded to the superstructure. The roof construction shall be of sufficient strength to prevent vibration, drumming or flexing. The roof is to be designed and installed in a professional manner that is smooth and without bumps, waves or has an imperfection due to installation or material that will not allow the pooling of water. Requirements: Exterior Seams A. All exterior seams shall be constructed in such a manner as to shed water and exterior panels shall have lap joints. B. In no case shall sealing of panels be dependent on caulking alone. Zinc chromate caulking, butyl rubber tape, or an approved equal shall protect all exterior joints and seams. No water leaks in the body will be acceptable. 9 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Requirements: Body A. The vehicle manufacturer shall certify that its latest body design and construction method being furnished under this contract meets FMVSS 220 at a minimum. B. The body shall be free of cracks, dents, defects, or physical damage. C. All nuts, bolts, clips, washers, clamps, and like fasteners, including those that would be exposed to the elements on the exterior and interior of the unit, shall be zinc or cadmium plated, phosphate coated or stainless steel to prevent corrosion. No metal Ghcct screws shall be permitted. Minimal use of sheet screws is permitted. D. Fenders and splash aprons (underskirt) of durable construction shall be provided to provide maximum deflection of the wheel splash. There shall be sufficient wheel well clearance for snow chains. Front and rear mud flaps are required. E. Roof gutters shall be installed over the windows and doors. Gutters shall be designed so as not to spill water on driver's exterior mirrors and intermediate drain holes shall not drain water on windows and doors when open or closed. F. All components, subassemblies or partially completed assemblies that are subject to corrosion and/or absorption of moisture shall not be stored in an environment subject to the influences of moisture, wind, etc. without being protected against such environmental influences. G. Two rear tow hooks shall be provided, accessible under rear bumper. The towing devices shall be adequate in design and construction to permit towing the vehicle without distortion or failure. Documentation certifying compliance with FMVSS 220 shall be submitted with proposal. Miscellaneous Body Requirements A. Resonance: Vehicle body shall be constructed in a manner that minimizes vibrations, rattles, and other body noises during normal use. B. License Plates: All brackets, bolts, nuts and miscellaneous fasteners for attaching front and rear license plates to the vehicles shall be provided by the successful Proposer. Front and rear license plates holders must be mounted/bracketed to safety bumper by vendor prior to delivery to local agency recipient. License plate holders for the rear are to be illuminated by LED lights. C. Body is required to be water tested upon completion at the manufacturer location to ensure there are no water leaks of exterior seams, roof construction or overall structure. Testing shall be done with water nozzles appropriately placed to test the entire conversion. Minimum 20-psi water pressure for testing is required for a minimum of 10 minutes. A certification of the water test result shall be submitted with the delivery of each vehicle. i0 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 5. BODY AND ROOF OPTIONS: Requirements: Body Option 1. Undercoating The entire underside of the body including floor members, side panels below floor level (if metal), and fender wells shall be undercoated, at the time of manufacture, with a nonflammable resin type polyolefin undercoating for bus applications. All openings in the floorboards and firewall shall be sealed. Care shall be taken to prevent overspray of electrical cabling, air, brake and fuel hoses. Option 2. Low Floor Body **Areas where a low floor body configuration impacts the standard specifications may be waived for this contract. This includes such things as: gross vehicle weight rating, mobility lift requirements, and other items directly affected by the body modification. The proposer may be required to substantiate the reasons for downgrading base requirements. General: 1. The bus shall be of the Low Floor type with air suspension both front and rear. 2. The bus shall have a standard power ramp to facilitate entry by passengers including those in a wheelchair. 3. The bus shall have a kneeling feature to lower the bus an additional 3" when the passenger door is opened. (3" Kneel from Ride Height, 10.25" 10.5" from ground, 4.25" to Curb). 4. The bus shall meet all requirements of the Americans With Disabilities Act even though the specific items may not be listed in detail in this specification. 5. Gross Vehicle Capacity - Minimum 12,300 lbs. 6. Vehicle Height - Maximum 110" 115", antennas or Roof mounted A/C not included. 7. Interior Height - 76" minimum. 11 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 8. Exterior width excluding wheel wells and bumpers - 96" minimum. Entrance Door/Ramp: 9. The entrance door shall be swing out type electrically operated, minimum 41" wide, with a 39f 38.5" wide clear opening with no obstructions for the passengers. 10.Clear entry door dimensions shall be minimum 3.9=' 38.5" wide by 75" high without entrance grab handles. With grab handles, door dimensions shall be 3-535.5" wide by 75" high. 11.Entry door to include weatherproof exterior toggle switch. Exterior entry door switch is to be active only with ignition power on. Location of the switch to be determined by purchasing agency. 12.Entry door emergency release shall be easily accessible and clearly identified. 13.Steps are not allowed; all passengers shall enter by way of a passenger door. 14.The ramp shall be a power ramp that is designed to allow wheelchair passengers to enter the bus unassisted once the ramp is deployed. 15.Notching of the OEM chassis frame for the purpose of accommodating a wheelchair ramp shall not be permitted. Suspension: 16.All chassis' will be equipped with an air spring suspension including engine mounted air compressor (5 CFM @100 PSI & 1750 RPM). Wheel cut of 45 degrees minimum. 17.Constant ride height control with minimum three electronic height sensors. Section 6. INSULATION A. Equivalent to 3.81-cm (11/2") fiberglass, type of insulation and method to be defined by vendor, shall be installed in the roof, rear wall, front and rear caps, sidewalls, and extended door sections including lift doors, minimum value R7 or above. If additional insulation is necessary to meet the requirement, the insulation shall be glued to the chassis body to prevent sagging. The insulating material of the body and sidewalls shall be of sufficient thickness to contact the inner and outer walls, insuring positive vapor barrier (equivalent to 38.1-mm / 1 1/2 inches) of fiberglass. Any insulation material used between the inner and outer panels shall be sealed or self-sealing to minimize entry and/or retention of moisture. Insulation properties shall be unimpaired during the service life of the bus. Any insulation material used inside the engine compartment shall not absorb or retain oils or water and shall be designed to prevent casual damage that may occur during maintenance operations. Insulation shall be fire resistant and comply with all fcdcral rcquircmcnts and shall pass - - - -- - - - ' - . - • . • - _ - - ' - - - - .-. FMVSS 12 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 302. The combination of inner and outer panels on the sides, roof, wheelwells and ends of the bus, and any material used between these panels shall provide a thermal insulation sufficient to meet the interior temperature requirements of these specifications. The bus body shall be thoroughly sealed so that the operator or passengers cannot feel drafts during normal operations with the passenger doors closed. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 7. GAS ENGINE - TRANSMISSION The following chassis requirements are based upon the Buyer's current requirements. Any chassis with a proven service history is acceptable to the Buyer. Alternate configurations shall be evaluated. Any request for deviations to this section shall be fully supported with technical data, test results and any other pertinent information available, as evidence that the requested deviation meets or exceeds the Specification Requirements. A. Gas Engine: 1. 5.4 liter (minimum) for 138/139-inch wheelbase vehicles. 2. 5:4 6.0 liter (minimum) V 8 or V-10 for 158 inch and longer wheelbase vehicles. If 5.4liter V-8 engine is provided, provide appropriate pricing credit. 3. Electronic fuel ejection (EFI) fuel management system. 4. A chassis manufacturer's auxiliary engine oil cooler shall be provided (If available from the chassis manufacturer). Aftermarket oil cooler shall not be accepted. 5. The coolant recovery kit shall be OEM (Original Equipment Manufacture) standard or other model with consortium approval and be filled with permanent ethylene glycol base antifreeze to protect the cooling system to -34°F. 6. Factory engine block heater. Plug mounted to bumper or body for block heater. 7. Replaceable pleated, paper element type, air cleaner. 13 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 8. Magnetic hex head drain plug on the oil pan. 9. Replaceable full-flow type oil filter easily reached without removal of any major component. 10.An Intermotive Advanced Fast Idle System (AFIS): Gateway, or approved equal, electronic throttle control shall be installed with the following minimum features: a. Elevated idle will not occur unless, parking brake is engaged, transmission is in PARK, service brake is off, foot is off accelerator and brake lights are connected and functional. b. A manual engine RPM control is incorporated into the system. c. An automatic idle adjustment feature is incorporated into the system. d. Idle will return to normal if brake pedal is pressed, or the parking brake is released, or the transmission is taken out of PARK, or the fast idle device is turned off. 11.An Intermotive Intelligent Lift Interlock System (ILIS) or approved equal compliant with ADA Title 49 and FMVSS 403. B. Transmission 1. Automatic transmission with overdrive, latest model available. Specify speed. 2. A chassis manufacturer's heavy-duty auxiliary transmission oil cooler shall be provided if it is available from the chassis manufacturer. Aftermarket oil cooler shall not be accepted. 3. Oil pan with magnetic drain plug and re-usable gasket if it is available from the chassis manufacturer. Aftermarket oil pan shall not be accepted. 4. The vehicle shall be equipped with an audible warning device in compliance with SAEJ994b that is activated when the vehicle transmission is engaged in reverse and continues as the vehicle is being backed up. This should be located behind the rear axle of the vehicle and all wires should be enclosed and secured. The dBA sound measurement shall be a minimum 87 dBA +/-3 dBA. The dBA sound measurement shall be measured from 3 feet above the ground and 2 feet behind rear bumper at the streetside rear corner of the vehicle. C. Power Steering 1. Power steering is required. 2. Chassis manufacturer's tilt and energy-absorbing steering column and steering wheel. 3. Steering shall incorporate an OEM factory installed tilt wheel feature. 4. OEM factory installed cruise control. D. Emissions 1. The vehicle shall be equipped with a heavy duty, corrosion resistant exhaust system 14 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 which meets or exceeds FMVSS and EPA noise level and exhaust emission (smoke and noxious gas) requirements, including all State of Colorado requirements, whichever requirements are more stringent. 2. Heavy duty exhaust hangers shall be standard equipment and shall be bolted to the frame. All hanger U-bolt thread orientation must be directed sideways. All exhaust system modifications shall use the exact type, size and gauge material as the OEM exhaust system. The use of flex pipe for exhaust modification will not be permitted. At a minimum, thcrc should be three (3) tailpipc hangers. There should be enough tailpipe hangers to adequately support the entire exhaust system. 3. The exhaust pipe discharge shall be at the rear street side corner of the vehicle (behind the rear axle) not to interfere with the lift operation, depending on lift configuration. Exhaust pipc is to be routed perpendicular to frame rails, 12 inches behind Exhaust pipe should exit at least 12" behind the fuel tank. Location and mounting of exhaust should be such that the exhaust pipe is not damaged during normal vehicle operation. E. Fuel Types and Fuel Tank Fuel tanks shall have the maximum capacity as offered by the manufacturer. The chassis OEM fuel system shall not be modified. Any fuel tank breached during modification shall be removed and replaced with a new fuel tank. Repair of the breached tank by any means will not be acceptable. Access to the fuel tank from vehicle exterior must consist of a locked, enclosed area via a metal locking fuel door, exposed fuel tank caps are not acceptable. The fuel tank must contain a full tank of fuel upon delivery to the final destination. F. Electrical The vehicle is to be equipped with an OEM or approved equal 225 extra heavy-duty amp alternator with an integral voltage regulator and easily accessible for maintenance and repair. Duel alternator systems will be allowed but must identified in the proposal for consideration. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): 15 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Section 7. ENGINE-TRANSMISSION OPTIONS 7A. Engine. 10-11. Option 1. Combined High Idle/Lift Interlock In lieu of separate AFIS and ILIS systems, pricing for a combined high idle and lift interlock with electrical load control, Intermotive HighLock or approved equal, shall be provided. 7E. Alternative Fuel Types and Fuel Tank Vendor will provide pricing for the following alternative fuel options. **Areas where the alternate fuel system impacts the standard specifications for gasoline fueled vehicles may be waived for this contract. This include such things as: gross vehicle weight rating, payload, engine displacement, emission rating, cargo volume and other items directly affected by the fuel system modifications. The proposer may be required to substantiate the reasons for downgrading base requirements. Option 1. Diesel Engine: 1. €-:8l 6.6L diesel engine, turbo-charged, per OEM specifications. 2. Fuel line water separator. Emissions: 1. Vendors are required to meet all current Diesel Emissions EPA Requirements and technology should be modified per any federal change in the law during the course of the procurement and/or contract period. This must include all Diesel Exhaust Fluid (DEF) provisions and storage requirements. Fuel Tank: 1. DEF tank fill shall be incorporated within the diesel fuel fill door. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): 16 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Option 2: Compressed Natural Gas (CNG) Dedicated Fuel System General: The vehicle must meet all federal and state EPA regulations. The vehicle must be EPA Certified - certification required with proposal. Engine and Fuel Capacity: The Engine shall be a four cycle engine or approved equal, minimum 5.4 liters, V-8 Cylinder configuration (depending on vehicle size), with CNG fuel capability with hardened valve seat package for operating on CNG fuel. A minimum of 30 Gasoline Gallon Equivalent (GGE) capacity shall be stated in Square Cubic Feet (SCF) @ 3600 PSI. GGE Capacity shall be calculated at 122 SCF per 1 GGE. Cylinders shall be installed between the frame rails on the chassis. The maximum number of storage cylinders to provide the largest GGE capacity per wheelbase and vehicle size should be provided in the option pricing structure: GGE and number of cylinders must be defined in the proposal documents with each vehicle size proposal. Cylinders: The cylinders shall be Type III aluminum and carbon fiber construction with electric solenoid valves, twenty (20) year life that complies with NGV2-2007 and FMVSS 304. Type IV tanks will be considered if installed within the frame rails of the vehicle and price is competitive. All cylinders shall be equipped with manual cylinder shut off valves, requiring no tools. All cylinders shall be equipped with electronic cylinder shut off valves interfaced to the vehicle fuel module allowing full integration of manufacturer's original equipment safety features. All cylinder valves shall have an excess flow device. All cylinders are to be equipped with a pressure relief device (PRD) to automatically relieve pressure from the cylinder in the even of an emergency situation, and vent to the top/rear of the vehicle. The CNG cylinders shall have a production date of no more than 24 months from date the bus is delivered. All mounting hardware (fasteners) shall be Grade 8 material and installed in a manner that is compliant with applicable sections in the specification. Conversion shall include dust and gravel shields to protect tanks and valves. All shielding. must be made of 16 Gauge steel. Shields must have anti-rust protection in the form of powder coating at minimum or stainless steel. Shielding must be constructed in a manner as to provide proper drainage of water that may cause structural damage. Shields must be bolted to brackets for ease of removal and proper re-installation. Shields are to cover bottom, front, back, and sides of exposed tank (cylinder) areas for maximum protection from elements. Gravel shields must also be equipped with 17 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 protective heat material in order to protect the tanks (cylinders) from excessive heat. Fittings, Hoses, Tubing, and Fuel Lines: All fittings and hoses are to be stainless steel or flex tubing approved for use with CNG at 3600 psi. Gas flow tubing from the fueling connection to the cylinders is to be a minimum of 3/4-in outside diameter to minimize pressure drop and fill time. Connections to individual cylinders may be 3/8-in or 1/2-in outside diameter tubing. All lines are to be supported with split block high pressure retaining devices and or rubber insulated line clamps approved for use with CNG at 3600 psi. All fuel lines must be p-clamped every 24 inches to a solid structure. Fuel lines passing through a panel shall be protected by grommets or similar devices in order to prevent abrasion. Placement/routing of wiring and hydraulic lines, particularly in the engine compartment, should be placed/routed in a manner that minimizes the possibility that the lines or wires be compromised by the high heat in the engine compartment. Additional Requirements: NGV1 3600 psi rated fuel receptacle with an internal check valve. Vehicle should have both the OPW 5,000 high flow defueling nozzle and NGV1 light-duty vehicle connectors. Two exterior pressure gauges, one mounted externally at the fuel fill receptacle and a second mounted at the undercarriage by the manual fuel shut-off valve. Fuel fill and pressure gauge, and manual shut off are to be enclosed in a sealed weather- resistant compartment. Locking, spring loaded fuel access door. Lockout switch for fuel access door to prevent starting with fuel door open. High-pressure and low-pressure coalescing filters must be rated for at least twice the maximum flow rate at the minimum expected gas pressure. Filters must be equipped with a manual drain valve that is easily accessible and robust enough to facilitate frequent drainage. Fire Protection / Extinguishing System: Proposer to include a Kidde Aerospace & Defense (KAD) or approved equal Automatic Fire Sensing and Suppression System (AFSS) complete with linear thermal fire detector(s), control panel, manual activation switch, and fire extinguishing system. At minimum, the AFSS shall provide protection of the engine compartment and battery compartment. The completed AFSS shall be tested and certified by the manufacturer. The test shall determine that the system has been properly installed and will function as intended; a Certification Report from KAD shall be provided indicating such at time of delivery. KAD shall also provide all necessary training and manuals (maintenance and parts) for buyer, to ensure working knowledge of the system. 18 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Leak Detection System: Proposer to include a Kidde Dual Spectrum or approved equal Combustible Gas Leak Detection System to monitor the engine compartment, fuel storage area(s) and fuel fill area and shall automatically activate audible and visual alarms in the operator's area for two levels, trace and significant of the lower explosive limit (LEL) of natural gas (methane). The system shall be compatible with the control panel for the AFSS and shall not require separate interfaces or control panels. Final installation design of the Gas Detection system shall be subject to the AFSS manufacturer. The completed Gas Detection system shall be tested and certified by the manufacturer. The test shall determine that the system has been properly installed and will function as intended; a Certification Report from the manufacturer shall be provided indicating such. The AFSS manufacturer shall provide to the buyer all necessary equipment, training and manuals to ensure complete working knowledge of the system. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Option 3: Liquefied Petroleum Gas (LPG) Propane Dedicated Fuel System General: The vehicle must meet all federal and state EPA regulations. The vehicle must be EPA Certified - certification required with proposal. The system shall meet all DOT and FMVSS requirements. All tanks and other components shall be certified where required. System certification shall be provided with proposal. The cutaway van fueled by propane shall be installed by an authorized Ship-Thru facility. Engine and Fuel System Requirements: The engine shall be fueled to operate on liquefied petroleum gas. The engine, fuel system, and all related components shall meet all applicable requirements. Conversion system shall incorporate an adaptive learn system which automatically compensates for variations in fuel composition, altitude, and temperature. Fuel system shall be computer controlled through OEM interface or using an auxiliary system. Fuel delivery shall be accomplished through computerized fuel injection. Throttle-body air/ fuel controller, single exhaust system. 19 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Minimum 40 Gallon Fuel Tank Capacity. The tank shall meet ASME certification standards. Electronic Fuel level sensor. LPG fill valve to be located at the side fuel door. A manual shut-off valve to isolate the fuel tank from the rest of the LPG system must be provided and labeled as required by state and federal laws. An in-line disposable fuel filter shall be provided featuring welded stainless steel, high strength construction and integral fittings, 3/8" SAE 45 degree flare. A vaporizer shall be provided equipped with a two-stage hi-flow regulator that provides the system with fuel at a consistent operating pressure and temperature. The vaporizer shall feature a high-efficiency heat exchanger, balanced output pressure regulation, and an integral pressure relief valve. The installation of the LPG fuel system and the operation of the vehicle after conversion shall be in accordance with the following: Installation - The installed conversion system is to present a neat, OEM quality appearance and shall be free of all defects affecting appearance, useful life, or serviceability. The installed systems must not interfere with routine maintenance tasks such as tune ups, checking of fluid levels, the replacement of spark plugs, distributor caps and rotors, or drive belts nor render inoperative the functions of the air filter, air connection, or any component of the emission control system of the vehicle unless approved under EPA guidelines. All electrical wiring is to be insulated and enclosed in a fibrous loom, plastic loom, or flexible conduit for protection from external damage and short circuits. Wiring is to be securely fastened at sufficient intervals to prevent sagging and ensure clearance of mechanical parts. Routing of the wiring through the sub-frame, body, etc., shall not interfere with normal operation or present a safety hazard. Rubber/plastic grommets are be used wherever wires, harness or fuel lines pass through metal. Workmanship shall be comparable to that of the vehicle OEM. The systems shall be installed to conform to the system manufacturer's instructions and recommendations. Connections - All hose connectors and fittings shall be compatible. All electrical connections to the vehicle OEM wiring shall be accomplished with stainless steel, brass or copper connectors or soldered. Aluminum connectors are not acceptable. Interconnecting wires shall be uniquely color coded and identified in the alternative fuel system electrical schematic. OEM Air Canister - Whenever the OEM air canister is removed and replaced, a fully enclosed all metal air canister shall be provided. The use of silicon sealer to provide air tightness on an air canister/air filter assembly is prohibited. Modifications to OEM air canister/air filter assemblies shall be restricted to minor modifications required in the conversion system manufacturer's installation instructions. Engine Electronics - All electronics are required to properly interface with the original vehicle electronics to meet vehicle performance and emission objectives. The vehicle OEM engine management computer and its permanent control memory shall not be modified, removed, replaced or otherwise altered. The computer and electronic systems must be of closed loop design with adaptive learn capabilities and self-adjusting strategies built into the system allowing for the optimization of the ignition system's 20 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 timing curve for LPG. The learning algorithms must enable the unit to learn its power and idle points automatically. The mixer must be fixed venturi type with no moving parts. On-Board OEM diagnostics are not to be adversely affected or over-ridden by the conversion system. Electrical Wiring is to be color coded to match the vehicle manufacturer's electrical wiring color scheme. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 8. FINAL DRIVE A. A differential ratio, appropriate for maintaining legal highway speeds without excessive strain on the engine and transmission, yet capable of providing adequate, safe acceleration from a stop, shall be provided. A rear differential ratio should also be provided for lower gear in mountainous terrain (4:10). B. The drive shaft, bearing and U-joint shall be the OEM's standard for the GVWR specified. One or more protective metal guards for the drive shaft are required to prevent any section of the shaft from entering the vehicle or striking the ground in case of failure, in accordance with 49 CFR Part 393.89. Guards shall be 3/16-inch thickness steel (minimum) bolted to the frame. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 9. SUSPENSION SYSTEM A. Front axle shall be manufacturer's standard. It must be load rated for the GVWR of the size bus involved. 21 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 B. Coil Springs shall be provided in the front. Springs shall be progressive to give an acceptable ride under various load conditions. C. Front shock absorbers shall be heavy-duty double acting gas filled, and load rated, capable of controlling the ride when the vehicle is empty, as well as when loaded to the GVWR. Highest rating available from OEM. D. The rear suspension system must include OEM Load Leveling Suspension (SER) to maintain a level position once loaded to full capacity without affecting the ride quality. Front and rear stabilizer bar shall be provided, if available from the original chassis manufacturer. E. Frame Height should be equal on both sides of the vehicle, requiring additional springs to compensate for lift weight, regardless of lift position. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 9. SUSPENSION SYSTEM OPTIONS 9D. Rear Suspension Option 1. Suspension System Provide pricing for MOR/ryde RL Suspension System. Option 2. Non-slip Axle Rear axle that performs better in slick road conditions to allow that when one rear wheel is slipping the other wheel(s) will engage. Section 10. TIRES AND WHEELS A. Tire Requirements: 1. Vehicles shall be equipped with seven (6 + 1 spare) premium tubeless, steel belted, black sidewall, all-weather radial tires, the largest size available from the OEM for GVWR specified. 2. All tires shall be electronically spin balanced to a minimum speed of 65 MPH. 22 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 C. Brakes shall conform to all Federal and Colorado Motor Vehicle Safety Standards. D. Parking brake shall be standard manufacturer's mechanical type, independent of the vehicle's service brake system. It may be a heavy-duty hand or foot-operated parking brake with a warning light on the dashboard. 1. If four-wheel disc brakes are supplied, specify the type and the location of the parking brake. The parking brake shall be factory installed in the rear breaking system and not lock on the driveline. E. The brakes shall be free of objectionable noise or squeal when applied. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 12. ELECTRICAL SYSTEM A. The vehicle shall be supplied with an alternator-powered 12-volt electrical system. B. Battery 1.Two (2) heavy-duty 12 volt batteries, with a combined 1150 CCA minimum for gas engines and a combined 1400 CCA minimum for diesel engines. The batteries shall be lead acid premium construction and maintenance free. The positive (+) and negative (-) terminals shall be of different size on the same battery to prevent incorrect cable installation. All battery terminals shall be coated with an anti- corrosion and sealant protector. 2. Both batteries shall be located in a lockable box mounted on the curbside of the bus unless the Chassis manufacturer requires otherwise. This battery box shall include a slide out tray that securely locks in the stowed position. The slide out tray shall be made of stainless steel. Box location should be no lower than the bottom of the entry door. 3. The battery tray slides shall have the ability to carry twice the weight of the bus batteries. The battery tray shall have adequate drain holes (a minimum of two). The battery box shall also be equipped with two drain holes preferably adjacent to the two battery tray drain holes when the tray is in the stowed position. The tray shall have the ability to extend a minimum of 3 inches beyond the opening of the battery compartment. Drain holes to be closely aligned when the battery tray is in the stowed position. Battery hold-downs should be properly sized and prevent the 24 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 battery from shifting or moving in the battery tray which may require shift blocks made of an insulated material to prevent corrosion. All battery securement devices and securement hardware, including slides and tray shall be stainless steel and be self-locking or tension retaining hardware. Battery box must be designed with full support under the tray. Battery trays that are built without structural support underneath will not be accepted. 4. 8nre Two thumb-release latches and one locking latch that will rotate 180 degrees from the closed position shall secure the battery compartment door. A chrome retractable latch shall hold the door in the open position. A diagram showing the configuration of the battery cable installation shall be installed to the inside of the battery compartment. Cables shall be long enough to allow specified pull out extension and shall be protected and flexible enough to fold away when stowed without shorting or damaging the cables. Battery cables installed in place of chassis manufacturer's battery cables must be a heavy duty, continuous run and sized to match the electrical systems maximum draw. 5. Access to the battery tray shall be from outside the bus. The access door to the battery box shall swing up at a minimum 60 degrees to the horizontal plain. With the compartment door lock not in the locked position the door shall remain in the closed position when the bus is traveling at any safe speed or making any safe type of turning maneuver. The battery box shall be sealed to prevent road debris, dust, rain, snow or other forms of precipitation from entering the box, but shall not be air tight for safety reasons. C. All controls and instrumentation necessary for safely operating the vehicle shall be located within easy reach of a fifth (5th) percentile female through to a ninety-fifth (95th) percentile male driver seated in the driver's seat with the driver's seat belt fastened. D. Wiring 1. Original manufacturer's vehicle wiring shall remain unchanged to the greatest extent practicable consistent with the requirements of these specifications. All add-on electrical components controlling the power to the bus body electrical circuits shall be located in a separate electrical junction box. The junction box shall be easily accessible through a hinged lockable door. The junction box shall be suitably sized to allow for ease of maintenance, repair and ten (10) percent additional space for the installation of future electrical components. The junction box shall be located within accessible reach of the driver. All body harnesses shall join on a terminal strip made of a high strength dielectric material. All circuits shall be protected by manual reset circuit breakers, in lieu of fuses. Circuit breakers shall be numbered and sized to provide proper overload protection for each individual circuit. 2. Wiring and terminals shall meet or exceed current Federal and State vehicle requirements and be amply sized for both mechanical strength as well as to carry required currents without significant voltage drops. 3. All wiring, including chassis manufacturer's, shall be enclosed in non-metallic loom meeting current SAE Standard J762a and be adequately supported by fully insulated "P" clamps with a minimum spacing of every 24 inches and routed for protection from heat, moisture, solvents, corrosion, road debris, abrasion and tension. Tie wrap shall 25 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 be used minimally in the securement of electrical harnesses and wiring. 4. All non-OEM wiring connections greater than 10-gauge shall be properly crimped, soldered and sealed with heat shrink tubing. Crimping by hydraulic crimper or electrical crimper that fuses the connector and the wiring is acceptable in lieu of soldering. Contractor to supply sample of crimped connector greater than 10-gauge. 5. The bend radii of all installed electrical wires and cables shall not exceed the manufacturer's recommended minimum bend radii. 6. All parts of the wiring system and electrical components shall be protected from corrosion. All connectors installed on the underside of the vehicle and/or exposed to any outside element and/or have a 20 amp and high circuit breaker within its electrical circuit shall be double insulated. 7. There shall be no exposed or loose wiring in the driver or passenger compartment. Any bus body wiring harnesses containing exposed excess lengths shall have the excess length neatly gathered and secured to a rigid bus body or chassis frame member. 8. Wiring shall be of sufficient length to permit positioning, as well as replacement of terminals, twice, without excessive tension. 9. Protective grommets shall be provided at points where wiring penetrates metal or other material. 10. Three added grounds shall be installed on the vehicle; all shall be # 0 gauge cable. One ground shall be installed between the engine and the OEM frame. The second ground between the Cutaway Body frame and the OEM frame, and a third between the lift pump housing and the side battery, grounds must be continuous, without splices. For all ground connections, paint or foreign material must be removed and a coating of dielectric material applied to the cleaned surface where each ground attaches. 11. All wires shall be color coded or numbered every 6 inches maximum to correspond with the wiring diagram for ease of service and identification. 12. A rooftop two way radio antenna cable raceway and mounting plate shall be provided and include an interior access panel directly below the mounting plate. Antenna mounting plate shall be securely grounded to the metal substructure of the bus body with a 12 gauge wire. The cable raceway shall be routed from the mounting plate to the forward destination sign cavity. A 10 gauge power and ground (positive and negative) wire shall be supplied from the electrical junction box defined in Section 12. ELECTRICAL SYSTEM - D - 1, routed to the forward destination sign cavity with four (4) feet of additional wire to facilitate radio installation in a suitable location as selected by local agency recipient. 13. All OEM functions originally energized through the ignition switch shall remain as installed at the chassis factory, the only bus body functions to be energized through the OEM ignition switch shall be the exterior lights required to meet FMVSS. All remaining bus body electrical functions shall be initially energized through the MASTER BATTERY CONTROL SWITCH, detailed in Section 12. ELECTRICAL SYSTEM - 26 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 I. 14. Complete "as built" wiring schematics shall be provided with each vehicle, specifically matching the vehicle provided with all options included. General wiring diagrams will not be accepted. 15. Manufacturers will need to appropriately wire the bus for potential installment of fareboxes after delivery by the purchasing agency. E. Electrical components that may require servicing or replacement shall be readily accessible through access panels or covers. Installation of aftermarket electrical components and systems in the engine compartment shall be eliminated to the greatest extent possible. F. Maximum radio suppression available from chassis manufacturer shall be provided. G. A driver control console, within easy reach of driver and with unobstructed switches and controls shall be provided. The driver control console shall be of quality construction with sturdy framework, attached with nut and bolt fasteners (no self-tapping screws), and an access panel held in place by stainless steel machine screws. Overhead position is not acceptable. The driver console design and installation shall take into consideration radio and tablet equipment to allow clear and easy access to this equipment, console switches and controls. Console position shall allow easy and safe access by the driver in the driving position during service operation without taking his/her eye of the road.If attached to the OEM motor cover, then particular attention should be made for unit to be attached straight and flush to OEM console with plug in wire connectors to allow for removal and service. H. An in-line circuit breaker, with manual reset, of adequate capacity for circuit to mobility lift shall be provided in a location in accordance with the lift manufacturer's recommendations. The circuit breaker shall not be located in the chassis engine compartment. The power wire to the lift shall be securely "P" clamped and protected. I. A master battery control switch shall be provided that shuts off all bus body electrical power. The switch shall be located in a separate compartment within or adjacent to the battery box. The housing and location of the master battery switch shall prevent corrosion from fumes and battery acid. The location of the master battery switch shall be clearly identified on the access panel and be accessible in less than 10 seconds. The master battery switch shall be capable of carrying and interrupting the total circuit load. Opening the master switch with the power plant operating shall not damage any component of the electrical system. Switch location to be determined individually for each bus purchase by the purchasing agency. Locations to be chosen include in the stepwell, under the driver's seat, between the driver's seat mount and the driver door, on in the driver's dash area. J. Interior OEM Engine Cover: Attaching any additional wiring to the interior engine cover shall not be allowed. K. Additional 12 volt accessory power: Provide two (2) switched, circuit breaker protected 10 gauge power and ground wires from the junction box defined in Section 12. ELECTRICAL SYSTEM - D - 1 to the interior panel directly behind the drivers stanchion, 6 inches below the ceiling, terminated in a covered automotive junction box for additional 27 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 interior power needs. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 12. ELECTRICAL SYSTEM OPTIONS B2. Battery Option 1. Alternate Battery Location Proposers should provide option pricing and vehicle configuration requirements to have one battery located in the tray outside the bus and the other to remain in the OEM engine compartment. The auxiliary battery will charge from the engine alternator. D13. Wiring and I. Master Control Battery Switch Option 1. Ignition Switch Controls Proposers should provide option pricing to route all electrical bus body functions and master battery control through the ignition switch and not include a separate master control battery switch. Section 13. INTERIOR CLIMATE CONTROL All climate control system controls shall be located within easy reach of operator and shall be located on a control panel. A. Heating/Air Conditioning/Defrosting Requirements: 1. Chassis manufacturer's in-dash deluxe heater and defroster, maximum BTU rating available, shall be provided. 2. All vehicles require an integral front air conditioner OEM chassis manufacturer rated at 22,000 BTU minimum as installed with factory dual compressor. 3. Auxiliary rear air conditioner capable of producing 66,000 BTU with 6 1665 CFM diffused air flow equal. 4. Cooling shall be specified in BTU at 100°F, ambient temperature. 28 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 5. The condenser for the air conditioner shall be mounted in the body skirt and shall have a minimum of three .25-m (10") fans cooling the condenser with automatic reset. 6. The evaporator shall be mounted at the wall ceiling junction at the rear of the bus and shall not reduce the headroom to less than 1.52-m (59") and not extend outward from the rear wall more than .6096-m (24") into the passenger compartment area. 7. Evaporator drain shall run downhill from evaporator housing. Elbow, or turn down, shall be a minimum of 1/2 inch below the outlet on the housing. Drains must be installed to prevent puddles of water from being retained in the system. 8. The refrigerant lines to the evaporator must be adequately supported between the wall of the bus and the evaporator. 9. All refrigeration, heater and drain lines that enter the passenger compartment shall be encased in a rigid material, fiberglass, aluminum etc. that harmonizes with the interior to prevent injury to passengers in the event of line eruption. 10. The air conditioning system shall use environmentally friendly refrigerant R134A or approved equal. The entire air conditioning system, including add-ons, shall utilize the same type of refrigerant supplied by the chassis manufacturer. 11. A label must be placed in the engine compartment-detailing manufacturer's name, refrigerant type and quantity, compressor oil type and quantity. 12. The evaporator and condenser must be matched to the compressor as per manufacturer's recommended installation instructions. 13. Refrigerant hoses shall be SAEJ2064, double braided Barrier type Goodyear, Aeroquip or approved equal and shall be completely enclosed in loom over the entire length to prevent chaffing. The refrigerant hoses shall be supported at a minimum of every 24 inches with fully insulated "P" clamps. 14. Refrigerant fittings shall be ATCO, Aeroquip or approved equal. These fittings may be "0" ring type. In addition, a complete set of refrigerant fitting shall be supplied to recipient agency upon delivery of vehicle. A complete set constitutes enough fittings to replace the entire system. 15. Protective grommets shall be provided at points where refrigeration, heater and drain hoses penetrate metal or other materials. 16. All HVAC system hoses and wires that pass within 12 inches of exhaust system shall be shielded in a manner to prevent heat damage to them. All hoses must be a minimum of 6 inches away from the catalytic converter and 4 inches away from exhaust pipes and muffler. 17. Each vehicle shall have a front mounted integral high output heater and a rear output auxiliary heater mounted either to the floor or to the ceiling above the rear exit door. Rear heater location to be determined individually for each bus purchase by the local purchasing agency. The front heater and defroster shall 29 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 be OEM chassis manufacturer. 18. The rear heater shall be equipped with an electric operated heater control valve to be activated by the heater on/off switch. The total output of the auxiliary heater system shall not be less than 65,000 BTU. 19. Based individual agency heater configuration choices, heater booster circulator pumps may be are required to force air up and assist in proper circulation of air to rear of the bus. Booster pumpers are to be activated by the heater on/off switch. If booster pumps are not required, vendor is to explain why. 20. All heater water coils will be heavy-duty copper or aluminum. Heavy duty quarter turn shut off valves shall be located in the supply and return lines to the heater. These valves shall be readily accessible. All controls will be located on the control panel. 21. Heaters are to be controlled by two individual three-position switches (off, low, and high). 22. All hoses, drains and wiring must be covered and adequately supported with plastic/rubber coated steel clamps secured at a minimum of two-foot intervals. All heater hoses are to be silicone, with clamps designed for use with silicone hoses. Combustion heaters are not acceptable. Shutoffs shall be on all hoses. 23. Heated ventilation shall be available to de-ice lower step well. This can be accomplished by providing an electrically heated pad located underneath the step rubber with a dash on/off switch. 24. Heater and associated hardware shall meet SAE-recommended standards and practices and shall meet the applicable criteria of 49 CFR 393.77. B. Roof Hatch Vehicles shall be equipped with one (1) Transpec Model 1000, or approved equal, roof ventilation/escape hatch nominally centered in the vehicle roof. Roof ventilation/escape hatch features shall include five-position ventilation (minimum), rubber gasket to prevent leaks and emergency exit capability. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): 30 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Section 13. INTERIOR CLIMATE CONTROL OPTIONS A3 / A5 / A6. Heating/Air Conditioning/Defrosting Requirements Option 1. Air Conditioning Deletion Credit Proposer to provide pricing credits to delete the air conditioning requirements under A 3, 5, and 6. Option 2. Thermo King Roof Top HVAC Unit Proposer to provide pricing for center, roof mounted Thermo King HVAC system or approved equal. Pricing should be provided for the following units, which agencies will choose based on vehicle size and configuration. -Thermo King SLR 65 -Thermo King SLR 75 A18. Heater Control Valve Option 1. Vacuum Operated Heater Control Valve The proposer shall providing pricing to provide a vacuum operated heater control valve in lieu of electric. There shall be two (2) heater swing ball shutoff valves located exterior under the driver seating area. Section 14. INTERIOR TRIM A. Sidewall rear wall, and ceiling trim panels shall be melamine, ABS plastic, FRP, smooth fiberglass gel coat, vinyl, polypropylene fiber or an approved equal, applied in one or more sections. Trim molding of stainless steel, anodized aluminum, FRP or ABS plastic shall be used to cover seams. The trim molding shall be continuous except at the door openings, wheel well and fuel intake line covers and run the entire length of each seam covered. B. Panels shall be supported to prevent, buckles, vibration, drumming or flexing and particular care shall be exercised to keep the body light fixtures from weaving or bouncing when the coach is in service. The ceiling panels shall be supported to prevent sagging. C. All interior panels, materials, and treatments shall be flame retardant in conformance with FMVSS 302 and treated to be easily cleaned. D. The interior of the driver's area shall be padded with 1/4-inch foam and covered with vinyl to aid in noise reduction. Other materials such as "recycled Green" may be used with agency approval. E. All ceiling and sidewall panels shall be scuff and scratch resistant. F. All sharp corners, edges and protruding hazardous surfaces shall be eliminated. G. There shall be no open seams between trim panels. H. All panels shall be the same color and coordinated with the interior colors of the vehicle. 31 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 14. INTERIOR TRIM OPTIONS 14A. Interior Trim Option 1. Upholstered Interior Proposers are to provide pricing for upholstered sidewalls, ceiling and rear bulkhead. Section 15. PAINTING, DECALS, AND MONOGRAMS All signs required by state and federal law regarding safety and operating procedures shall be affixed to each vehicle exterior and interior. Interior and exterior signs may be decals. Manufacturer shall place two international symbols of accessibility, at least 15.24-cm (6") square, to be placed, by the manufacturer, on the vehicle in concurrence with ADA regulations. Decals must be 3M premium grade vinyl or equivalent. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 16. SEATING A. General 1. The Proposer shall provide detailed floor plan and seating drawings, which are to scale and meet passenger-seating, and loading requirements. Drawings, at a minimum, shall show the location and dimensions of all seating positions, drivers position, aisles, doors, modesty panels, stanchion, grab rails, tie down locations, 32 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 and other passenger assists. In addition, all major body interior and exterior dimensions, along with gross vehicle weight axle loads and gross vehicle weight rated axle loads, must be shown. Vendors may provide more than one floor plan and seating drawing for the same configuration. Separate diagrams can be provided to show seat location, lift, tie downs, lighting and window placement. Proposed seating plans must be approved by each procuring agency prior to production, and must comply with standards established with the original seating proposals. This requirement does not preclude other optional seating requests as long as they meet all the requirements set forth in this specification, such as aisle width and hip to knee. 2. All stating, including drivcr, shall mcct or cxcccd the Fcdcral Transit Administration - - -- --_ - . - • . • - - _ • __ .- - - - 2. All seating, including driver, shall comply with FMVSS 302. B. Passenger Seating All passenger seating shall be Freedman Featherweight Mid/Hi or approved equal and meet the following requirements. 1. Seats shall have full individual spring suspension for each passenger as well as contoured full lower back (lumbar) support. Passenger seat frame shall be constructed of steel and meet FMVSS 210. 2. Seat installation shall meet FMVSS 207 standards. 3. An energy absorbing padded grab handle shall be provided at the top of each aisle forward facing seat position and be as wide as practical, depending on seating configuration. Perimeter seating floorplans with not have grab handles. The diameter of the grab handle shall be no less than 3.175-cm (11") and no greater than 3.8-cm (11/2"). 4. Seats shall be mounted on adjustable seat track mounting or approved equal. This mounting shall allow for repositioning of seats by loosening mounting bolts and sliding seat along a track to desired position. This type of seat mounting shall meet all applicable FMVSS requirements, specifically FMVSS 207. The trim shall be nominally flush with the floor covering to prevent a tripping hazard. A one-piece filler/cover shall be provided in tracking between fixed seat placements on the floor and wall tracks. Any order that deletes fixed seats will also automatically delete the floor track for that seat. Floor track will not be installed in any area not covered by a fixed seat. Track can extend 6 inches to the rear of the fixed seat area to allow for seat adjustment by end user to better accommodate their needs. 5. Pedestals shall be placed a minimum of 15.24-cm (6") from the seat edge to provide toe clearance. The pedestals shall be anchored to the floor of the bus with minimum Grade 5 bolts. 33 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 6. Seat Dimensions a. Seat width per person: 17.5 inches minimum b. Seat depth: 17 inches minimum c. Seat back: 21* inches minimum d. *25 inches minimum as measured from the top of the seat bottom to the top of the seat back. e. Seat back angle: 10 to 15 degrees f. Hip to knee room: 28 inches nominal (maximum available) g. Aisle width: 16* inches nominal (maximum available) h. * To be measured at seated passenger hip height. 7. Seat upholstering both back and bottom cushion, shall be vertical or combination vertical and horizontal quilting. In addition, front of bottom cushion shall be rolled. Foam shall be contoured, dense, transit grade polyurethane with a minimum thickness of one and half (1 1/2) inches. 8. All seats shall be covered with Freedman Level 3 fabric or approved equal. The seat color shall be coordinated with the interior vehicle color; the local agency ordering will have option to choose color within the guidelines of the material type. 9. Back of permanent ambulatory passenger seats to exclude rear seats against the back of the bus should be covered with a plastic protective cover. 10. All metal surfaces shall be chemically cleaned and coated with a corrosion preventative material to provide rugged, long lasting, rust resistant surface. 11. Seat covering and padding shall cover the seat frame and meet FMVSS 302, flammability of interior material. Cushions and seat covers shall be of the slip covering type, removable and replaceable without removing the entire seat. All seat cushions shall be interchangeable within the vehicle. 12. Each seat position shall be equipped with a passenger restraint system, which meets current FMVSS requirements, intended to hold passengers in a secure seated position during normal operations. Seat belts shall be anchored through the floor structure, independent of the seat, or bolted to the seat frame assembly (preferred). Each restraint belt and installation shall meet all applicable FMVSS standards including 208, 209 and 210. The installation of the seat belts shall have no twisting, binding or bunching of the seat belt web material. 13. All seat belts shall be the Freedman USR (Under Seat Retractor), or approved equal. Seat belts shall meet or exceed FMVSS 207/209 (seat belt assemblies, performance and strength) and FMVSS 210 (seat belt mounting certification.) The passenger seats, frames and seat belts should operate as a complete system. All two-point seat belts must be permanently mounted on the seat frame. Seat belts attached to the floor track or wall track are not acceptable. All seat belt retractors must be permanently located under or behind the seating position. All seat belts must be user friendly, easy to operate, lightweight, and durable with metal buckles. Two 24" belt extenders shall be provided with each vehicle. 14. Foldaway seats shall be Freedman model foldaway seat or approved equal. Actual seat types will be identified and priced by the vendor in the Passenger Seating Option price sheet section. Foldaway seats must meet or exceed all 34 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 applicable Federal Motor Vehicle Safety Standards including FMVSS 207, 210, and 225 seat belt certification testing. Seat must be cantilevered and tested to support 500 lbs per passenger weight. Test documentation must be provided upon request. Folding seat will not use an aisle leg or tether for support. The foldaway seat operation shall require no more than two (2) steps to store or deploy. A cylinder shock must be provided to assist in the controlled storing or deployment of seat. Seat shall include a self-locking mechanism for security. The underneath area of the seat shall appear finished without exposed seat springs or seating material and include a seat instruction plate. Passenger seats frames and seat belts should perform as a complete system. Two point seat belts will be permanently mounted on the seat frame. Under seat belt, retractors will be permanently located under or behind the seating position. Seat belts shall meet or exceed FMVSS 209 and 210. The design of the flip seat shall complement the standard passenger seats and be from the same manufacturer or approved equal. Folding seats must be installed so that rubbing/chaffing does not occur during fold operation. Seat cover must not touch sidewall or structure during fold/unfold. Folding seats must be mounted to steel structure that is an integral part of the final stage builders under floor structure, minimum thickness 1/8 inch. Steel plating for seat securement must be designed into floor, added steel plating similar to large washers would not be accepted. All Seat mount bolts and wheelchair shoulder harness mount bolts that are not fastened to seat track will be mounted to the above required structural steel members. No fasteners will be allowed within 1-1/z inches of any flat steel components edge. This requirement does not apply to fasteners through box beam type of structure. C. Driver's Seating 1. A power deluxe driver's seat (OEM driver's seat preferred however approved equals can be submitted if the item is FMVSS compliant) shall be provided with forward and rearward adjustment, right side armrest, lumbar support, reclining feature, and high back. The seat shall be upholstered in the fabric chosen by the purchasing agency consistent with in B. Passenger Seating; 8. and match the predominant color of the passenger seats, chosen by the transit agency ordering the vehicle. 2. Driver's shoulder seatbelt must be vertically adjustable. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): 35 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Section 16. SEATING OPTIONS 16A. General Option 1. Additional Mobility Aid Positions Proposers shall provide pricing for additional mobility aid positions with tie downs. Option 2. Single Seat Credit Proposers shall provide single ambulatory seat removal credit pricing to accommodate additional mobility aid positions. 16B. Passenger Seating Option 1. Ambulatory Seat Types Proposers will provide pricing for the following individual passenger seat types or approved equal: -Freedman CitiSeat -Freedman 3PT Seat -Freedman Go Seat B8. Passenger Seating Option 1. Seat Fabric Proposers will provide pricing for the following fabric seat types or approved equal: -Freedman Level 4 -Freedman Repel B12. Passenger Seating Option 1. Passenger Restraint System Proposer to provide pricing credits to delete the passenger restraint system (seat belts) identified in item 12 as deemed necessary per seating configuration and federal and state regulations. B14. Passenger Seating Option 1. Single Foldaway Seats Proposers will provide pricing for the following single foldaway seat types or approved equal: -Freedman BV Foldaway -Freedman AM Foldaway -Freedman Citiseat -Freedman Go Seat Option 2. Double Foldaway Seats Proposers will provide pricing for the following double foldaway seat types or approved equal: -Freedman BV Foldaway -Freedman AM Foldaway -Freedman Citiseat 36 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 welded to provide a completely sealed floor. The floor covering shall not shrink during the service life of the vehicle. The floor material shall be securely bonded to the under and adhesive. The method and procedure used to fasten the floor covering to the under structure shall be approved by the floor covering manufacturer. G. The flooring shall be RCA type 1/8" (minimum) smooth under the passenger seats and 3/6" 3/16" (minimum) ribbed over the remainder of the floor and step treads. Thickness shall be measured from top of ribs of floor covering. All step edges shall have Altro T36T Aluminum Step edge or Altro yellow nosing with band of 2 1/2 inch of bright yellow Altro, or approved equal, inserted into the step edge using contact adhesive running the full width of each step. An aisle width standee line of at least two (2) inches in width of bright yellow contrasting color shall be in the aisle just behind stepwell. The tread and step edge shall be bonded into one piece. H. All mating edges of the flooring, step tread and step nosing materials shall be - weather sealed and heat welded to prevent water penetration. The height of the sealant bead shall be consistent with the flooring, step tread and step nosing base thickness. standard stock selection. J. There shall be molded plastic, fiberglass, hard rubber, aluminum or FRP cove molding between sidewalls and floor for ease of cleaning. The cove molding shall be one continuous piece along each wall except when interrupted by such items as wheel well, fuel line, mobility lift door and interior corner covers and door openings. Molding shall be coved up the side 10" to run up to the sidewall. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): SECTION 17. FLOOR AND FLOOR COVERING OPTIONS 17B. Sub Floor Structure Option 1. Floor Underbelly Proposers to provide pricing for galvanized steel, aluminum, or approved equal 0.20" 0.020"-minimum underbelly between sub floor and subfloor structure. 38 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 17F. Floor Covering Option 1. Altro Transflor Meta. The floor surface shall be covered with wall-to wall, slip-resistant, minimum 2.2 millimeter Altro Transflor Meta or approved equal. Flooring edges shall be edge welded to provide a completely sealed floor. The floor covering shall not shrink during the service life of the vehicle. The floor material shall be securely bonded to the under structure and rolled smooth. The adhesive used to bond the floor material must be backed by a manufacturer's warranty of no less than five (5) years for installation and adhesive. The method and procedure used to fasten the floor covering to the under structure shall be approved by the floor covering manufacturer. Color to be chosen by purchasing agency at the time of order. Option 2. Floor Coating in lieu of Altro Transflor. Color to be chosen by purchasing agency at the time of order. 17G. Step Edging and Standee Line Option 1. Step Edging Color Proposers are to provide pricing for option to have step edging and standee line in high contrast white in lieu of yellow. Section 18. STEPS AND STEPWELL A. Step height from ground (no load) shall be 12 inches maximum. Individual risers shall be 9 and 1/2 inches maximum in height and in case of more than one (1) riser; all step risers shall be the same height, except in the case of the flat floor option. Vendor will provide step height if flat floor floorplan is provided. Step tread depth shall be 8 and 1/2 inches minimum, depending on floorplan. B. The stepwell shall be modular design, 14 gauge (minimum) galvanized steel, galvaneal or carbon steel (treated to prevent the effects of corrosion over the life cycle of the vehicle) smoothly and continuously welded into the bus body structure. Stepwell shall be adequately reinforced to prevent permanent deformation or elastic deflection of no more than .12 inches when either step is loaded over the center half with a 300- pound static load. C. An electric heating pad located under the lowest front entry step in the stepwell shall be provided. The lower step heating mechanism shall be integrated into the defrost system. The lower step-heating element shall also be deactivated when the ignition switch is turned off. The electric heating pad shall have a safety device that prevents the pad, wiring or bus from being damaged in the event the electric heating pad malfunctions. D. Stepwell shall be completely enclosed and weather tight when the passenger doors are in the closed position. 39 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Proposer Meets Section Specifications Yes • No Noted Deviations (list all section deviations for consideration here): Section 19. PASSENGER DOORS A. Front Entrance Door 1. The vehicle shall be equipped with an electric, double leaf, outward opening "transit style" door with a center molded, overlapping, safety seal. Door is to have an electric door opener and operating mechanism, A&M door system or approved equal is acceptable door assembly. The front doors shall be located opposite the driver. The front doors shall be equipped with an interior safety release mechanism, permitting the doors to be mechanically opened in the case of an emergency. • 2. A rocker switch located in the driver's area shall activate the front door mechanism. Drivers shall be able to operate the door without leaving their seat. Entry door shall not be operable unless the vehicle is in park. 3. The front doors shall have an exterior weatherproof electrical keyed lock that can open and close the doors. 4. The front doors shall be double sealed equipped with 2" elastomeric material on each section that overlaps a minimum of 1.5" to form a tight seal to prevent water from entering the bus. The seals shall be of automotive quality that does not degrade or crack with aging. The seals shall be mounted in a groove that allows for easy replacement if necessary. The overlapping center door seals shall be a flexible material that exerts no more than a ten (10) pound force on a one (1)- square inch of any passenger struck by a closing door. 5. The front doors shall have a clear opening width of 27 inches (minimum) with ability to go as high as 36 inches, depending on floorplan and vehicle size, as measured from inside edge of doorframe, and full height of 80 inches (maximum) clear "walk in" headroom as measured from the top of the front step to the underside of the front doorframe header. 6. Each door leaf shall have a single pane, tinted, and tempered safety glass that conforms to all applicable Federal and State Motor Vehicle Safety Standards. 7. The entrance doors shall be equipped with windows of adequate size and placed so as to allow the driver to see and judge curb locations when stopping. 40 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 8. The front doorframe(s) shall be constructed with standard interlocking minimum .125" extruded satin anodized 204R1 rated, aluminum, stainless steel, or zinc plated steel extruded frames with a high quality anodized finish. 9. Suitable padding to protect the heads of boarding or exiting passengers shall be installed on the lintel of the front service entrance doorway. 10. A thick rubber threshold seal or brush comb shall seal any gap between the lowest part of the door and the mating step surface greater than 3/8". B. Mobility Lift Door 1. The mobility lift door shall be two entry doors. 2. Mobility lift door(s) shall be located either on the rear curbside of the vehicle or in the front of the vehicle next to the front passenger door, depending on seating plans and details provided by the vendor. 3. Mobility lift door(s) shall provide 68 inch (minimum) of clear walk-in headroom as measured when lift is in full raised usable position. The lift door shall have a clear opening width adequate for the ease of operating the mobility lift being supplied with this vehicle. Door fasteners or hardware, etc. shall not protrude into the door opening. 4. Lift door(s) shall be constructed utilizing a stainless steel or aluminum subframe. Wood framing shall not be acceptable. Door opening frame will be powder coated to match vehicle interior. Door shall be designed for long life/heavy use and a minimum of 14 gauge, 1 inch tubular steel around the perimeter. 5. A positive factory-installed gas shock at top of the doors to assist in maintaining an open or closed position of the door shall be installed to ensure the lift doors stay open when the lift is in use. An additional door tether shall be installed that will prevent the doors from opening past 100 degrees. 6. Lift door(s) shall have a glazed window that is viewable from the wheelchair positions inside the vehicle and meets all applicable Federal and State Motor Vehicle Safety Standards and Americans with Disabilities Act (ADA) requirements. 6. Padding shall be installed inside of vehicle over mobility lift doorframe header. 7. The door(s) shall have a "door ajar" light and alarm, which will alert the operator when the door is not securely closed and latched. The light shall be a red indicator light identified as "LIFT DOOR AJAR" and shall be located on the operator's dash panel easily seen by the seated operator. C. Door - General 1. Four (4) sets of keys and locks for all doors shall be supplied. All vehicles shall be keyed alike for chassis and exterior doors. 41 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 2. All doors shall be properly sealed to prevent entry of air drafts and water into vehicle interior including spray from commercial vehicle wash equipment and driving rain. 3. Materials used for weather seals shall be designed to withstand varying temperature extremes, road splash, salt and other exterior elements without cracking, leaking, loosening, or deteriorating. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 19. PASSENGER DOORS OPTIONS Option 1. 19D. Rear Emergency Exit Door Vendors shall provide pricing for the option of a rear emergency exit door in lieu of a rear emergency exit window. 1. The rear emergency exit door shall be 32" wide by 54" high (nominal) and shall have stationary windows in the upper and lower halves of the door. The emergency door shall have upper and lower glazing and include one 11" x 14" static cling `fish eye' wide-angle rear window lens. The lower window shall have a see through mechanism to prevent contact of mobility devices. 2. Rear emergency door shall be equipped with a securement device to hold the door safely in the full open position. Cord, rope or strap securement devices will not be accepted. Door hold open spring system shall be bolted to both the rear door and the door header with a heavy strength bolt (s), minimum Grade 5 bolt (s), not rivets. 3. The door shall have a "door ajar" light and alarm, which will alert the operator when the door is not securely closed and latched. The light shall be a red indicator light identified as "REAR DOOR AJAR" and shall be located on the operator's dash panel easily seen by the seated operator. 4. An exterior door latch will be included. 42 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 20. SERVICE COMPARTMENTS AND ACCESS DOORS A. Access for maintenance and replacement of equipment shall be provided through panels and doors that appear to be an integral part of the vehicle. B. Access opening or doors in floor of vehicle interior shall be properly secured and sealed to prevent entry of fumes and water into the vehicle interior. Method of sealing shall provide for removal and replacement of access doors without damage to sealing requirement. C. An access door shall be made to access the overhead compartment for all ITS equipment and made large enough to remove DVR if needed. C. Access doors shall be provided, where necessary, to service transmission, engine, radiator, lift, batteries and/or air-conditioning components. D. A lockable driver's storage compartment shall be provided. The size and location shall be approved by the purchasing agencies. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 21. WINDSHIELD AND WINDOWS A. The windshield and driver door shall be OEM glazed with laminated glass and uniformly tinted. Windshield shall have a heavier tint band above eye level, if available 43 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 from factory. The windshield will be equipped with two-speed electric windshield wipers with intermittent feature. B. Side windows shall be a flat black, aluminum frame, egress transit type or top T- sliding panel type that meets all applicable Federal and State Motor Vehicle Safety Standards. The T-sliders shall be located at the top of the window. Minimum passenger window size shall be 30 inches wide by 36 inches high. Minimum passenger window size can be 24 inches wide by 36 inches high on Class A floorplans, depending on lift configuration. A smaller'filler' window may be allowed to accommodate certain configurations in order to maximize visibility from the passenger compartment. C. Passenger window glazing shall be Lucite SAR Bronze BZ-2412 or tinted to permit 30% light transmission (maximum) bronze or grey tint. D. For vehicles with 158 inch or longer wheelbase, there shall be a minimum of two (2) emergency exit windows on each side of the vehicle. For vehicles with less than 158 inch wheelbase there shall be a minimum of one (1) emergency exit window on each side of the vehicle. These windows shall be top hinged and meet the specifications described in item "B" of this section. Decals with instructions as to their use shall be provided and shall be permanently fastened on the inside of the vehicle, located over or beside the emergency windows. The emergency exit windows shall comply with FMVSS requirements. E. A rear emergency window shall be provided in lieu of an emergency exit door. The rear emergency window shall be large enough so that in conjunction with the rear view mirrors, blind spots are not created. Seat backs shall not intrude in required emergency exit window. Low back seats shall be used on rear wall when raised floor option is chosen. Window shall be equipped with an audible alarm system to alert the driver when the window is not completely closed. F. All emergency exits shall have clear unobstructed openings and be noticeably labeled. G. All windows shall be fitted with durable, firmly installed, weather seals to prevent the entrance of air and water, including spray from commercial vehicle wash equipment and driving rain. Materials used for weather seals shall be designed to withstand varying temperature extremes, road splash and salt and other exterior elements without cracking, leaking, loosening or deteriorating. Caulking around the windows shall only be used as a seal, not to make up for body defects or out of tolerance window openings. H. Drain holes shall be incorporated in the window sash frame to allow interior condensation to drain to the exterior. Body and sash construction shall be such that the sash drain shall prevent entrance or back up of water into the vehicle. I. The installed windows shall have no sharp edges or protrusions. 3. All glazing shall meet all applicable Federal and State Motor Vehicle Safety Standards. K. Windshield and windows shall meet all applicable Federal and State Motor Vehicle Safety Standards. L. A full window shall be provided in the transition panel between the windshield and the ambulatory passenger door(s) to eliminate the blind spot created by the transition panel 44 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 and enable the driver to view the curb from the driver's seat. The body panel partition between the transition window and entrance doors shall be as narrow as possible to maximize the driver's view of the area around the entrance doors. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 22. LIGHTING A. Exterior Lighting 1. All exterior lights shall conform to State of Colorado and U.S. Department of Transportation requirements and meet the requirements of FMVSS/DOT specifications. 2. Rear exterior light configuration shall include red brake lights (standard and center mounted), amber turn signals, and clear reverse lights. Rear Center High-Mounted Stop Lamps (CHMSL) to be an 18" LED red strip light, low profile surface mount, or approved equal. Rear exterior light configuration shall be submitted with proposal package for approval by agencies purchasing vehicles in the statewide consortium. 3. Amber roof marker lights at the front and red at the rear, one at each corner, shall be provided and be either flush mounted or surface mounted, protected with a brush guard or by the bus body. 4. Marker lights, three (3) lamp cluster, amber at the front and red lens at rear shall be provided and protected with a brush guard or by the bus body. 5. All exterior rear and marker bus body lights to be voltage regulated light emitting diode LED with direct termination and come with protective lens coating for protection against scratching, UV degradation. 6. License plate holder at rear shall be illuminated by an LED light. 7. Daytime Running Lights (DRL's) are to be provided. B. Interior Lighting 1. Interior Dome Lights shall adequately illuminate the passenger area. Dome lights 45 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 shall be illuminated whenever the entry doors are open. 2. Interior shall be illuminated with LED low profile strip lighting so as to provide a minimum of 12 foot-candles of illumination measured at 36 inches above the floor. 3. Driver courtesy light shall light when driver door is opened. All other interior lights shall operate only when ignition is in "ON" position. Stepwell and exterior front door lights shall operate only when the front passenger door is opened. A driver controlled override rocker switch shall be provided to allow operation of all interior passenger courtesy lights when the passenger front doors are open or closed. 4. LED stepwell lights shall be provided to illuminate the stepwell at the front passenger door(s). Lights shall be mounted as to not create a hazard for passengers boarding and egressing. This lighting shall not be lit with doors closed. 5. Exterior LED lights at the front and lift door areas shall be provided and shall comply with the Americans with Disabilities Act. These lights will activate only when the doors are open. 6. Wheelchair lift lights, which illuminate the lift device in a 4-foot radius outside at ground level of the door opening, shall be provided in an LED design. The light shall be wired to light automatically when lift door is opened. Lift lights shall be mounted internally in lift area above the lift in the lift door headlining. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 22. LIGHTING OPTIONS A. Exterior Lighting Option 1. Fog Lights Proposer is to provide pricing for the addition of Fog lights, PIAA deluxe. B. Interior Lighting Option 1. Underhood Light Proposer is to provide pricing for the addition of an underhood service light and any additional features required to provide this service light with the required vehicle configuration. 46 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Section 23. FINISH AND COLOR A. All exterior surfaces shall be smooth and free of visible fasteners, wrinkles, and dents. Exterior surfaces to be painted shall be properly cleaned and primed as appropriate for the paint used, prior to application of paint to assure a proper bond between the basic surface and successive coats of paint for the service life of the vehicle. Paint shall be applied smoothly and evenly with finished surface free of dirt, runs, and other imperfections. Painted surfaces shall be impervious to diesel fuel, gasoline, corrosive atmospheres, and commercial cleaning agents. B. The proposer shall, as a minimum, provide a low VOC coating system that meets the following minimum requirements. 1. Primer - Corrosion resistant primer that is compatible with the basecoat/clear- coat system. 2. Basecoat/clear-coat System - a. Two part system basecoat/clear coat, low VOC, air dry, stain resistant polyurethane enamel that is ultraviolet light resistant. b. The system shall have hardness, abrasion resistance, gloss retention, flexibility, chip resistance, and good adhesion characteristics. C. Interior finish in the driver's area shall be a non-reflective material and/or flat grey color. D. Steel wheels shall be painted white. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 23. FINISH AND COLOR OPTIONS 23B. Exterior Paint Color Option 1. Purchasing Agency Paint Configurations Proposer is to provide pricing for all paint and lettering configurations per the specific diagrams for each purchasing agency as provided in this proposal document in this section. 1. City of Greeley See Appendix C for picture. 47 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 2. Eagle County See Appendix D for picture. 3. Mesa County See Appendix E for picture. The following are the color numbers for the stripping, which is painted on, and is not decals. PPG FDGU 13601 Blue PPG FDGU74338 Red PPG FDGU 33723 Indian silver metallic PPG equal to FLNA 4123 Black The full body is Standard White PPG 90631 4. Roaring Fork Transportation Authority and City of Aspen Bus body to be painted white. No additional lettering, paint or decals required. 5. Town of Snowmass Village See Appendix F for picture. 6. All Points Transit See Appendix G for picture. 7. City of Durango See Appendix H for picture. Paint: Code red; PPG#70837 8. Disability Services Inc. - Amblicab Transportation See Appendix I for picture. 9. Seniors' Resource Center See Appendix 3 for picture. 23D. Steel Wheels Paint Option 1. Wheel Powder Coating Proposers should provide optional pricing for powder coating instead of painting wheels. Color to be designated by purchasing agency. 48 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Section 24. STANCHIONS, GRAB RAILS and MODESTY PANELS A. All stanchions and grab rails shall be 1 - 1/4-inch stainless steel, Vertical stanchions shall be secured top and bottom with bolts to ceiling and floor metal framing to prevent twisting. All stanchions shall be mounted at floor and ceiling into the structural metal body member or metal plate. B. There shall be a stanchion, grab rail, and padded modesty panel located at the rear of entrance door. C. 30 inch (minimum) angled grab rails shall be installed at both sides of the entrance door, within easy reach from the ground, to assist passengers in both boarding and egressing. Grab rails shall be mounted to stanchions and structural metal members or metal plates in the sidewalls. - - ; . - - _ _ - - - - -. -- Grab rails must not affect the minimum clear opening of 27" specified in Section 19; A;5. D. There shall be a vertical stanchion, grab rail, and padded modesty panel located behind the driver's seat. There shall be a smoked, shatterproof, plexiglass 3/8" thick panel filling the area from the ceiling to the grab rail and the stanchion to the wall, shock mounted to prevent rattle. The purpose of this panel is to protect the driver from being hit with objects from behind. Panel must not impair driver's seat adjustments. E. There shall be a vertical stanchion, grab rail and modesty panel located between the lift and rear most curbside stationary ambulatory passenger seat, depending on lift position. There shall be a shatterproof, plexiglass panel filling the area from the ceiling to the grab rail and the stanchion to the wall. F. All modesty panels shall harmonize with interior, both in color and design, and shall not provide a hazard to the passengers. Modesty panels are to be "through bolted." Standard screws are not allowable. G. Overhead rails required by ADA provisions shall be at height of 71 inches to the top of the handrails from vehicle floor. The rails shall be fastened into structural metal body members or metal plates. H. Overhead handrails shall be provided that shall be continuous including the wheelchair areas, except for a gap at the rear or front doorway. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): 49 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Section 25. MIRRORS A. Two remote control, adjustable, heated side-mounted exterior rearview mirrors. The exterior rear-view mirrors shall be firmly supported and set to give a clear view past the left and right corners of the vehicle. The exterior mirror supports must be of sufficient length to allow a clear view along the entire side of the vehicle. The size of each mirror shall be at least 152 mm (6 inches) by at least 228 mm (9 inches). In addition, a 76 mm (3 inch) minimum diameter convex mirror shall be mounted above or below the other mirrors on both sides of the vehicle. Mirror frames and supports shall have a corrosion- resistant finish. Mirrors shall meet SAE-recommended standards and 49 CFR 393.80 as appropriate. B. A standard chassis manufacturer's rear vision mirror with non-glare, day-night feature shall be provided. An aftermarket rearview mirror is acceptable if it is not available from the OEM with approval from the local purchasing agency. C. One 4 x 13 or 6 x 16 inch interior passenger-viewing mirror shall be provided and mounted in such a way to allow the driver to easily view passenger activity in the vehicle from the driver's seat. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 26. MOBILITY LIFT A. Wheelchair lifts shall be commercial type, Ricon Titanium 1,000 lb capacity S Series, meeting ADA and FMVSS 403 and 404 requirements, and meeting the following listed requirements. Additional Braun or Ricon models will be identified and priced by the vendor in the Mobility Lift Option price sheet section to provide purchasing agencies choice based on passenger needs. B. All attachments of the lift assembly to the vehicle shall be done through structural support members. Bolting of any part of the lift assembly directly to the vehicle sheet metal walls will not be acceptable. C. The wheelchair lift shall be electro-hydraulically or electro-mechanically operated, mounted on the curbside of the vehicle, and accessible via access doors. D. The wheelchair lift shall be interlocked with the transmission and emergency brake in such a manner as to prevent the vehicle from moving with the wheelchair lift door in the open position and prevent the wheelchair lift from being operated until the transmission 50 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 is in park and the emergency brake is completely set. A dash mounted, indicator light will come on to show the system is activated. E. Lift shall incorporate a power fold mechanism for platform. The lift shall incorporate a positive locking mechanism to prevent drifting from the stowed position. F. The lift platform shall be secure and stationary when it is in the stowed position. No lift part shall intrude into the vehicle's body more than eighteen and a half (18.5) inches when in stowed position. G. The lift assembly shall safely accommodate a minimum load of 800 pounds, but can accommodate 1000 pounds depending on lift model. All power units, operating joints, linkage and mounting points to the body shall be certified by the manufacturer as being adequate for the minimum load requirements. H. Lift shall be power-up and power or gravity-down. I. There shall be a pressure relief built into the hydraulic system to prevent "jacking" of the vehicle should the power remain on once the lift touches the ground. J. The lift platform shall have an automatic stop-and-hold mechanism to prevent the platform from free falling or folding any faster than 30.48-cm/second (12 inches/second) in the event of a power failure or equipment failure during the raising and lowering modes. K. An automatic safety barrier shall be provided at front of platform. An automatic or manual release of barrier at ground level is required. L. Lift shall be equipped with a manual override to permit lift to be raised or lowered manually in event of power failure or emergency. M. Hand held lift control shall be provided with a minimum 5 foot cord attached so lift may be operated from inside or outside of vehicle. N. A passenger handrail shall be provided on both sides of lift platform. 0. Adequate provisions for safely storing the lift controls, when not in use, shall be provided inside the vehicle. P. All pulleys, chains, cables, hydraulic cylinders etc., when provided, shall be fully enclosed. Q. A complete set of operating instructions, schematics and a troubleshooting guide shall be included with each lift. R. Lift platform shall be minimum 32 inches wide, as measured from inside edge to inside edge of platform. S. Control box shall be lightweight and weatherproof. Additionally, controls shall have sequence interlock to prevent folding of lift platform before it is in full raised position. T. A safety device shall be provided that shall render lift inoperable when lift door is 51 SMALL-MEDIUM CUTAWAY BUS 4/25/• 2014 closed. U. A red warning light/audible alarm shall be located on the driver's instrument panel and shall activate when the mobility lift door is not secure. The warning light shall be labeled "Door Ajar". Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 26. MOBILITY LIFT OPTIONS 26A. Lift Type Option 1. Lift Model Pricing Proposers will provide 6 additional types of mobility lift options for agencies to choose from. The optional pricing shall include pricing for the following lift models: • Braun Vista 2 • Braun Century 2 - Platform 34" x 51" • Braun Century 2 - 1,000 lb capacity, Platform 34" x 54" • Braun Millennium 2 • Ricon K-Series KlearVue • Ricon Titanium - 1,000 lb capacity, K Series Option 2. Safety Lift Belt A belt for the front and rear of the wheelchair lift to help prevent accidents, Access-Arize or approved equal. The belt is to be 35 inches in length from end to end, made with: elongated webbing 1 3/4 inches wide, 2 inches of Kevlar material sewn on each end of the webbing, a metal seat belt buckle in the middle of the belt, 9.5 mil grommet 3/4 inch to center of Kevlar, and Kevlar is abrade resistant. Section 27. WHEELCHAIR SECUREMENT SYSTEM A. Wheelchair Securement system shall be Sure-Lok or Q'Straint, or approved equal. Actual Sure-Lok or Q'Straint models of securement and anchor systems will be identified and priced by the vendor in the Wheelchair Securement System price sheet section. B. Wheelchair securement system shall consist of four (4) floor attachment points per location for the chair. The strap configuration shall consist of a minimum of four (4) fully automatic heavy-duty retractors that can be quickly fastened to the floor attachment 52 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 points and the wheelchair. The wheelchair securement system shall consist of self tensioning and self locking features. The retractors shall have the maximum amount of 7000 pound webbing attached to "3" hooks. Each retractor shall be equipped with a male pin connector for attachment of the occupant restraint system. Tie downs shall utilize grade 8 fasteners of the size required by the securement system's OEM. The tie down fastener shall include, as a minimum, SAE grade 8 cap screws, SAE grade 8 hexagon nuts and harden washers. All four (4) retractors shall be the same in design, size and shape to avoid confusion in placement and be interchangeable and thus can be used in front, back, left or right. C. Floor anchorage points shall be Sure-Lok or Q'Straint or approved equal, utilizing corrosion resistant steel or aluminum and usable for front or rear tie downs or shared by both. Actual Sure-Lok or Q'Straint models of securement and anchor systems will be identified and priced by the vendor in the Wheelchair Securement System price sheet section. All anchorage points shall be recessed and nominally flush with the floor to prevent a tripping hazard. Recessed area shall be sealed prior to anchorage point installation to prevent the intrusion of water. Anchorage points shall be secured in accordance with FMVSS 207 AND FMVSS 208. D. Occupant and wheelchair securement shall use an integrated system and be securely fastened. For each mobility aid securement system installed in the vehicle, a corresponding occupant restraint system shall also be provided. Occupant restraint system shall meet ADA requirements and all applicable FMVSS 403 and 404 requirements. Lap belt, included as part of the occupant restraint system, shall be 108 inches. If a fixed wall mount system for shoulder belts is used, this system should not obscure use of the emergency exit window. E. Successful Proposer shall certify that wheelchair securement has met or exceeds all applicable Federal and State Motor Vehicle Safety Standards. F. Any device that could possibly damage the wheels of the wheelchair shall not be used. G. A storage box shall be mounted on the floor or wall in the wheelchair area to safely and securely store tie down straps when not in use. Location of the storage box and type of storage box shall be approved by the purchasing agency prior to installation on the vehicle. Proposer Meets Section Specifications Yes No II Noted Deviations (list all section deviations for consideration here): 53 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Section 27. WHEELCHAIR SECUREMENT SYSTEM OPTIONS 27A. Securement System Option 1. Securement Model Pricing Proposers will provide 5 available types of wheelchair securement system options for agencies to choose from. The optional pricing shall include pricing for the following securement systems models: • Sure-Lok FF600 Retractor • Sure-Lok AL 700 Titan • Q'Straint QRT Deluxe • Q'Straint QRT Max • Q'Straint Q'UBE with appropriate mounts based on anchorage system and wheelchair configuration. 27C. Anchorage System Option 1. Anchor Model Pricing Proposers will provide 4 available types of floor anchorage system options for agencies to choose from. The optional pricing shall include pricing for the following anchor system models: • Sure-Lok Series L Track (vendor specifies model #) • Sure-Lok Slide 'N Click • Q'Straint L Track (vendor specifies model #) • Q'Straint Slide "N Click Option 2. Full Length Track Proposers are to provide pricing for full length front to rear track to be installed on floor and above windows which allows for securement of oversized wheelchairs. Option 3. Scooter Securement System Proposers are to provide pricing for a scooter securement system configuration, five point L track wheelchair securement system. This system would require five parallel tracks. Two in front, three in rear. The fifth center rear track should be designed to be able to secure a belt/hook around the seat post of the scooter. 27G. Storage Container Option 1. Storage Pouch In lieu of a storage box, proposers shall provide pricing for a storage pouch mounted on the wall in the wheelchair area to safely and securely store tie down straps when not in use. Location of the storage pouch and type of pouch shall be approved by the purchasing agency prior to installation on the vehicle. Option 2. TDSS In lieu of a storage box, proposers shall provide pricing for the Freedman Seating Tie Down Storage System (TDSS) or approved equal. System allows wheelchair securements to be stored on the bottom of a Freedman Foldaway Seat. 54 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Section 28. MISCELLANEOUS (GENERAL) A. Maximum (heavy-duty) radiator size and cooling fan available shall be provided. Radiator shall be equipped with surge tank (if available from chassis manufacturer). B. The instrument panel shall have lamps sufficient to illuminate all instruments. All instruments shall be accessible for maintenance and repair and shall be mounted so that each instrument and all indicator lights are clearly labeled and visible to the driver. "Tell Tale" lights in lieu of the listed gauges will not be acceptable. Decals or Dymo Labels are not acceptable. Each vehicle instrument panel shall be equipped with at least the following: 1. Voltmeter - Of proper size to accurately read (without overloading) additional charge to electrical system when wheelchair lift and/or auxiliary air conditioning units are being used. 2. Oil Pressure Gauge - Provided by chassis manufacturer. 3. Engine Temperature Gauge - Provided by chassis manufacturer. 4. Fuel Tank Level Gauge - Provided by chassis manufacturer. 5. Speedometer with Trip Odometer - Provided by chassis manufacturer. 6. Hourmeter - Provided by chassis manufacturer. C. Visible and audible warning devices shall be installed to inform following vehicles and pedestrians of reverse operations. Devices should be connected with back-up lights to produce an intermittent sound to warn others while bus movement is in reverse, equal to ECCO 530 or 575. D. Front and rear bumpers shall be provided. E. OEM horns shall be provided. F. Driver's sun visor shall be provided. G. Driver's coat hook and retaining strap shall be provided in the driver's area. H. Vehicle shall be equipped with front and rear mud flaps. I. Vehicle shall be equipped with a driver's side running board. Running board shall be a minimum of 9" deep, maximum of 12". This will be measured from the OEM body at the flange at the bottom of the rocker panel. Running Board shall extend from the front edge of the front door opening to the rear of the OEM cab. Running board must be designed to hold 300 pounds without permanently changing shape, and be slip resistant diamond plated aluminum, or approved equal. Driver entry area shall include a steel reinforced molded plastic grab handle, mounted to the rear of the door opening on the outside on the B pillar. Handle shall be a minimum of 6" grab area, durable, corrosion proof, and have no sharp edges. Installation with self-taping screws will not be accepted, must include bolts into threaded inserts and be able to support 250 pounds pull force. 55 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 J. A minimum five (5) pound dry powder type fire extinguisher, with gauge and hose, U.L. approval shall be provided. A bracket to securely hold fire extinguisher inside of vehicle shall be provided and vendor shall mount this bracket to a location in the vehicle. Type of bracket used and location shall be approved by purchasing agencies prior to installation. K. A three (3) triangle reflector kit shall be provided and securely mounted in an easily accessible location. Location shall be approved by purchasing agencies prior to installation. L. At minimum, a sixteen (16) unit first aid kit, shall be provided and securely mounted in an easily accessible location. Location shall be approved by purchasing agencies prior to installation. M. Body Fluid Cleanup Kit shall by provided and securely mounted to include at a minimum: 1. One (1) pair of Latex gloves, 2. One (1) package of absorbent powder, 3. One (1) package of antiseptic BZK towelettes, 4. One (1) bag 24"x 24" Bio-Hazard white w/tie, 5. One (1) bag plastic brown w/tie, 6. Certi-Green surface cleaner towelette, 7. Face mask, 8. Infection control, 9. One (1) SBB-2 scoop bag w/handle scraper, 10. Two (2) towels and 11. Paper crepe. Location shall be approved by purchasing agencies prior to installation. N. All vehicles shall come equipped with, and have containers for: 1. Seat belt cutter, secured by Velcro in a location chosen and approved by the purchasing agency. 2. Fire blanket 3. Working flashlight 4. Reflective vest 5. Chock blocks (2) O. Chassis OEM manufacturer's AM/FM/CD Stereo Radio, plus four (4) speakers, two (2) in front and two (2) in rear shall be provided. The use of aftermarket radios of equal or superior quality may NOT be used to comply with specification. P. Vehicle shall be equipped with emergency flashers that operate even if brake pedal is depressed. Q. Each vehicle to be delivered with four (4) sets of keys for both ignition and door locks. R. Weight slip for vehicle must be completed by vendor and among paperwork delivered to grantee agency upon delivery. S. Vendor is to complete and provide related paperwork for a DOT inspection from the 56 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 dealer, as required by the Colorado State Patrol. T. Vehicles must be aligned upon delivery. Vendor is required to provide verification in the form of documentation of this alignment with the delivery paperwork to the purchasing agency. If the documentation is not and cannot be provided, Vendor is required to pay for alignment completed by purchasing agency shortly after delivery. U. Vehicles must be clean on the exterior and interior upon delivery. V. Successful Proposer shall provide sixty (60) day temporary tags upon delivery. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 28. MISCELLANEOUS (GENERAL) OPTIONS 28D. Bumpers Option 1. Front Help Bumpers Front "Help" energy absorbing type bumper or approved equal, based on OEM chassis type. Option 2. Rear Help Bumpers Rear"Help" energy absorbing type bumper or approved equal, based on OEM chassis type. 28I. Running Board Option 1. Running Board Deletion Proposers shall provide pricing credit to delete running board. Section 29. MANUALS A. Vendor shall provide the following numbers of listed manuals upon delivery of vehicles to purchasing agencies. All service and parts manuals furnished shall also be supplied in a PDF format to allow the information to be loaded into the purchasing agency's maintenance information system. Purchasing agencies will specify at the time of order if additional hard copy printed manuals are required for driver and training needs, and if so, how many are required. In addition, the successful proposer shall furnish a detailed maintenance and inspection 57 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 schedule for the vehicle in Excel or Word Format. The maintenance and inspection schedule shall incorporate the required maintenance and inspection of the basic vehicle and of its subsystems (e.g. lift) as prescribed by the representative manufacturers. • One (1) current Bus Body maintenance** manual in hard copy printed format and one (1) in electronic searchable PDF format • One (1) current OEM Chassis maintenance and parts ** manual in printed format and one (1) in electronic searchable PDF format • One (1) standard operator's manual* in hard copy printed format and one (1) in electronic searchable PDF format • One Body Parts Manual in hard copy printed format and one (1) in electronic searchable PDF format • One (1) current mobility lift manual in printed format and one (1) in electronic searchable PDF format **Maintenance Manuals: Shall contain complete and detailed data required for maintenance of the buses, including general vehicle information, specifications, troubleshooting guide, lubrication and adjustment requirements, rebuilding procedures, wire and cable sizes and ratings, wiring and schematic diagrams, engine and transmission data, and lift data. *Operating Manuals: The operator manual shall contain all information needed for the operation of the vehicle. The manuals shall be coach specific. It shall include general vehicle familiarization material, location, function, and operation of all controls, gauges, indicators, and switches; emergency procedures; trouble symptoms and diagnostic methods; safety devices and precautions. B. Changes and Revisions Following the issue of each publication, the contractor shall provide revised pages and updated electronic files covering any changes, whether required by change of design or procedures or due to error, and the revisions shall be kept current. Manual revisions shall be supplied before or coincidental with the arrival of altered parts or components. Section 29. MANUAL OPTIONS A. Manuals Option 1. As Built Parts Manual Proposer Meets Section Specifications Yes No 58 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Noted Deviations (list all section deviations for consideration here): Section 30. REQUIRED VEHICLE DATABASE INFORMATION A. The Contractor shall provide a Microsoft Excel file and hardcopy listing for each vehicle at the time that shall include (as applicable): 1. Manufacturer Name 2. Vehicle Model Name 3. Manufacturer Vehicle Identification Number (VIN#) 4. Engine make, model and serial number 5. Transmission make, model and serial number 6. Differential model and serial number 7. Alternator model and serial number 8. Regulator model and serial number 9. Starter model and serial number 10.Air compressor model and serial number 11.Air conditioning compressor model and serial number 12.Front axle model and serial number 13.Rear axle model and serial number 14.Catalyst/muffler and/or exhaust after-treatment model and serial number 15.Wheelchair ramp/lift model and serial number Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 31. REQUIRED SUPPLEMENTAL INFORMATION A. Requirements: The following technical information and descriptive material is to be furnished by the proposer as part of the proposal. 1. Any and all deviations to the specifications. 59 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 2. Description of vehicle and body equipment, including body construction procedures; chassis make and model; passenger seats; and all other pertinent information as required by the specifications or required to allow proper evaluation to determine the responsiveness of the proposal. 3. Certifications of meeting FMVSS and Federal Bus Testing Requirements to meet both pre and post delivery requirements. 4. Total capacity of fuel tank 5. Capacity and make of alternator and batteries 6. Type and size of radial tires 7. A list of authorized service representatives for chassis, body, parts, and ancillary equipment 8. Lift information 9. Securement system information 10. Occupant restraint system information • 11. Descriptive information of the air conditioning equipment 12. Descriptive information on the passenger seating Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): SECTION 32. ADDITIONAL BUS OPTIONS The following are options required in addition to the options listed in specific technical specifications sections 5, 7, 9, 10, 12, 13, 14, 16, 17, 19, 22, 23, 26, 27, 28 and 29. The Proposer shall submit detailed customer information on all options provided and pricing on the pricing sheets. A. Reverse Assistance Systems 1. HawkEye Plus reverse assistance system, or approved equal, integrated into the rear bumper. - - . . - :- - . - : . :- . - . - repeated 5 impacts. 60 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 2. Closed circuit rearview monitoring and reverse assistance system to include two (2) wall mounted sensors to detect when the vehicle is backing near an object. 3. Dash mounted monitor and camera mounted on the rear of the vehicle over the rear door. B. Security/Surveillance Camera System 1. Purchasing agencies obtaining equipment under Section 32. B, shall have the following communication capabilities installed in the vehicle. Automatic Vehicle Maintenance (AVM) module requirements. AVM is to be able to read data from major components from a CAN line (J1939, J1587/1708) that the IVN is listening to and components that are broadcasting data on said CAN line. Clever Devices or approved equal. Provide Camera System, priced per system as defined below or approved equal. 1. REI Model R8001, 4 wedge style interior cameras 2.8MM, 1 mini box style forward facing camera, 320 GB hard drive and a 12 volt pre-wiring for drive camera with pre- wire in the destination headsign box. 2. Apollo RoadRunner 8 Camera Capability (day/night) with associated ViM software, 240ips Mobile DVR, Power Cable, RASplus Software, 1.0TB Removable HDD GPS Antenna with iSM Interface; Multi-Band Ruggedized Dual Antennas, 5' Interior Mount WiFi and 20' Exterior Mount LTE / MIMO. 3. Seon vMax system with software management for all the hardware. 4 camera system which includes the 4 cameras, DVR, and security housing for the system in the bus (i.e. a locked compartment for the DVR). 4. MobileView Penta DVR system with up to 8 cameras. Cameras specified are to work in both day and night conditions. DVR shall be installed in the destination sign compartment. GPS antenna required. Optional wireless radio. C. Brake Retarder A driveline electromagnetic retarder of ample size shall be installed as recommended by the retarder manufacturer for the vehicle supplied with specified on/off control functions. Retarder activation system shall be the foot control operated type integrated with the brake pedal. Specify wheelbases that cannot accommodate such item. D. 4x4 Capability Ability for vehicle to be 4x4 compatible, Quigley Motor Company conversion to include hub locks and shocks, or approved equal. E. Drop Down Chains 1. OnSpot Automatic Drop Down Tire Chains or approved equal. To be permanently installed on vehicle with driver controlled switch on the driver console. 61 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 2. RUD-ROTOGRIP Light Truck with air compressor or approved equal. F. Bike Racks 1. Sportworks DL2 or equivalent bike rack mounted on the front bumper. The bike rack must be easily removed for towing. 2. Sportworks DL2 NP or equivalent bike rack mounted on the front bumper. The bike rack must be easily removed for towing. 3. Sportworks Apex 3 or equivalent bike rack mounted on the front bumper. The bike rack must be easily removed for towing. 4. Byk-Rak Solo or equivalent bike rack mounted on the front bumper. The bike rack must be easily removed for towing. G. Ski Racks Aluminum based universal ski/snowboard racks shall be attached to the exterior of the bus on the curb side. Racks shall be installed to hold as many skis/snowboards as possible. H. Passenger Stop Request Controls shall be provided adjacent to the wheelchair securement locations and seats for requesting stops and which alerts the driver that a passenger wishes to disembark. This shall include both audible (chime) and visual (stop request) system. For ambulatory passengers, the audible controls shall be mounted at a height easily accessible for the passengers to use. For mobility-impaired passengers, the controls shall be mounted no higher than 48 inches and no lower than 15 inches above the floor. All controls shall be operable with one hand and shall not require tight grasping, pinching or twisting of the wrist. The force required to activate the controls shall be no greater than 5 foot-pounds. I. Public Address System A public address system tied into the radio system permitting the driver to announce stops and provide other passenger information. The vehicle shall be equipped with a minimum of four (4) interior speakers and one (1) exterior weather proof speaker, which shall provide for clear, audible messages. A separate volume control shall be provided within easy reach of the driver. The system shall be muted when not in use. The microphone shall be handheld microphone located adjacent to the driver. The handheld microphone shall be secured within the driver's range of vision and easy reach. 1 Electronic Destination Signs 1. Luminator Twin Vision Mobilite automatic electronic destination sign system or approved equal. Signs shall be supplied on the front and right side. Signs must comply with ADA requirements and be of the largest size the bus will accept. 2. Luminator Horizon SMT automatic electronic destination sign system or approved equal. Signs shall be supplied on the front and right side. Signs must comply with ADA requirements and be of the largest size the bus will accept. 62 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 3. Hanover Monochrome LED automatic electronic destination sign system or approved equal. Signs shall be supplied on the front and right side. Signs must comply with ADA requirements and be of the largest size the bus will accept. K. Yield to Bus Sign The sign will illuminate and warn a driver of a vehicle behind the transit body on chassis bus that the driver is required to yield when the bus is entering a traffic lane and also illuminate when the driver of the transit body on chassis bus is attempting to enter a traffic lane. The sign will be located on the back of the transit body on chassis bus and be controlled by a driver-activated switch on the driver console. L. Fareboxes 1. GFI Odyssey Farebox (standard height) or approved equal 2. Main Treasury Onc Farcbox or approved equal 3. Diamond Model XV or approved equal 4. Diamond Model SV or approved equal Section 33. Sample Floorplans To meet the specification requirements, vendors are required to submit with each proposal 8 floorplan diagrams, two for each class, one for front lift and one for rear lift, gasoline engine. Basic floorplan examples are provided as guidelines below, not all classes or lift configurations are presented. Purchasers may request additional floorplan diagrams after Notice of Award based on individual agency needs. If permanent seating modifications are required based on individual agency needs, vendor agrees to accurately deduct and add cost of permanent seating to offer agencies floorplans at a competitive price per pricing provided in Section 16. 63 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Examples: Class A, Rear Lift 1. �� 1111 1 g L NIL* • AS I SE , , trr.,4 „.......__ . . 441 1 ;„, , , ling i,,,...,_ .. Class A, Front Lift IFILI I 1 , ira.......i....".„, --------- ill —Li -figiut k1 k1t 1 111111 [i lii: h. . I..rr�rr� r �ii i f��' , : _ , i Class B, Front Lift A it, I,ano mi Ill)i , nom '< liwitaitersa ka a* * WLi= ==== 74. , ,rtin Tim i Ii. vim- 64 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Class B, Rear Lift --50.00 7— WINDOW 18.00 30.00 IP it# riiiiiiii Radii T.= - 4R!F'ci = III) .RD f i Lr-----Yq4 I ROOF 1 RAISED FLOOR •$ i 1 I-4TCH 1 120.00 I :-. BASE f ei- riffl FEI . \ rL it a. '4= LVAIIITM 1 WKEELCHAIR I E ftI DOOR ��. /'ME ACCESS 62.00 33.00 EGRES WINDOW 112.50 Class C, Rear Lift I:r---- (%' J4 (� e i . - . 0 i_[ T AA SS - - :rev 3. All 1 65 LARGE CUTAWAY BUS 4/25/2014 VEHICLE SPECIFICATIONS FOR: Large Heavy Duty Cutaway Bus Table of Contents Section 1. General Requirements 3 Section 2. Legal Requirements 4 Section 3. Vehicle Class and Overall Dimensions 5 Section 4. Fastener Specifications 7 Section 5. Body and Roof 8 OPTIONS 10 Section 6. Insulation 11 Section 7. Gas Engine - Transmission 12 A. Engine 12 B. Transmission 13 C. Power Steering 13 D. Emissions 14 E. Fuel Tank 14 F. Electrical 14 OPTIONS 15 Section 8. Final Drive 20 Section 9. Suspension System 21 OPTIONS 22 Section 10. Tires and Wheels 22 A. Tire Requirements 22 B. Wheel Requirements 22 OPTIONS 23 Section 11. Brakes 23 Section 12. Electrical System 23 B. Battery 24 D. Wiring 25 OPTIONS 27 Section 13. Interior Climate Control 28 A. Heating/Air Conditioning/Defrosting Requirements 28 B. Roof Hatch 30 OPTIONS 30 Section 14. Interior Trim 30 OPTIONS 31 Section 15. Painting, Decals, and Monograms 31 Section 16. Seating 32 A. General 32 LARGE CUTAWAY BUS 4/25/2014 B. Passenger Seating 32 C. Driver's Seat 34 OPTIONS 35 Section 17. Floor and Floor Covering 36 OPTIONS 38 Section 18. Steps and Stepwell 38 Section 19. Passenger Doors 39 A. Front Entrance Door 39 B. Mobility Lift Door 40 C. Door - General 41 OPTIONS 41 Section 20. Service Compartments / Access Doors 42 Section 21. Windshields and Windows 43 Section 22. Lighting 44 A. Exterior Lighting 44 B. Interior Lighting 45 OPTIONS 46 Section 23. Finish and Color 46 OPTIONS 47 Section 24. Stanchions, Grab Rails & Modesty Panels 48 Section 25. Mirrors 49 Section 26. Mobility Lift 50 OPTIONS 51 Section 27. Wheelchair Securement System 52 OPTIONS 53 Section 28. Miscellaneous (General) 54 OPTIONS 57 Section 29. Manuals 57 OPTIONS 58 Section 30. Required Vehicle Database Information 58 Section 31. Required Supplemental Information 59 Section 32. Agency Options 60 Section 33. Floorplans 63. 2 LARGE CUTAWAY BUS 4/25/2014 HEAVY DUTY BUS TECHNICAL SPECIFICATIONS Section 1. GENERAL REQUIREMENTS A. Vehicles shall be of the "body on chassis" type and will involve construction of a body on a heavy-duty cut-away truck chassis. The vehicle body shall be a body manufactured by a body manufacturer for transit application, not "converted" or "modified" to a transit vehicle from a sports van, passenger van or wagon, delivery vehicle, school bus, recreational vehicle, or similar vehicle. Body construction shall be conventional type, panels on structural metal frames, as described later in this document. B. The vehicles shall be able operate daily on all urban, suburban and rural primary and secondary roads within the state of Colorado. C. The vehicles proposal shall be the chassis manufacturer's current production year, 2014 Model Year or newer. The basic vehicle, both chassis and body, must be a current year factory production cutaway model that is catalogued by the manufacturer and for which manufacturer's published literature and printed specifications are currently available. The bus manufacturer shall be ISO 9001:2000 certified. A copy of this certification must accompany the proposal submittals. D. Detailed floor plans with dimensions will be provided with the proposal showing proposed seating arrangements, interior layout of the bus, and seat spacing between ambulatory seats (to include spacing between wheelchair positions/flip seats) for each bus type. E. These specifications reflect the buyer's preference as to dimensions, materials and major components. However, the proposer shall not omit any part or detail, which goes to make the vehicle complete and ready for service, even though such part or detail is not mentioned in these specifications. F. All units or parts used in the assembly of the final product shall be manufacturer's best quality and shall conform in material, design or workmanship to the best practice known in the transit industry. All parts shall be new and in no case shall used, reconditioned or obsolete parts be accepted. G. The price quoted in any proposal submitted shall include all items of labor, material, tools, equipment, and other costs necessary to fully complete the manufacture and delivery of the vehicles pursuant to these specifications. It is the intent of these specifications to provide and require a complete vehicle of the type prescribed ready for operation. The Proposer shall assume sole responsibility for the entire vehicle as to warranty and after-sales parts and service. This includes the pick-up and delivery of the vehicle. H. Note: Whenever a specific trade or product name is used within this specification, the following statement applies: "... or approved equal with the same standards of quality, design and performance." All requests for approved equals must be submitted on the as stated in this proposal document and must be approved by buyers included in this statewide purchase. I. Vehicle inspection and delivery will be completed as described in Part 1 and 2 of this 3 LARGE CUTAWAY BUS 4/25/2014 proposal document. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 2. LEGAL REOUIREMENTS The bus shall meet all applicable Federal Motor Vehicle Safety Regulations (FMVSS), Federal Motor Carrier Safety Regulations (FMCSR), and the Environmental Protection Agency (EPA) regulations in effect at the date of manufacture and the Manufacturer shall so certify. Manufacturers must be certified by the National Traffic Safety Administration to manufacture or alter vehicles in accordance with the Code of Federal Regulations, Title 49, Parts 567-568. The bus must comply with all Federal Transit Administration (FTA) recommended fire safety practices to the maximum extent possible. in accordance with requirements of 49 U.S.C. 5323(c). The bus shall comply with all federal, state, and local regulations including the Altoona test certification requirements. The bus shall also comply with all standards of the Americans with Disabilities Act (ADA) and its imple- menting regulations in effect at the date of manufacture. In the event of any conflict between the requirements of this Specification and any applicable legal requirements, then the legal requirements shall prevail. ALTOONA BUS TESTING: Proposers that are offering vehicles (either as a base vehicle or with optional engines or modifications to the fuel system) are required to test at a minimum for 7-year/200,000 mile service life to CFR 49 part 665. Final test report (hardcopy and electronic version on CD) shall be submitted with the proposal. Proposers for CNG vehicles will provide documents to verify vehicles offered are delivered in compliance with 49 CFR 665. Altoona test must be completed and a satisfactory test report provided to the Consortium prior to final acceptance of the first vehicle by a local agency. Failure to comply with this requirement will result in nullification of conditional award. Proposers may not offer buses using the FTA's demonstrator/prototype model Altoona test exemption provision for five (5) or less vehicles for sale under this contract. Prior to acceptance of first bus, the structure of the bus shall have undergone appropriate structural testing and/or analysis, including FTA required Altoona testing, to ensure adequacy of design for the urban transit service. Any items that required repeat repairs or replacement must undergo the corrective action with supporting test and analysis. A report clearly describing and explaining the failures and corrective actions taken to ensure any and all such failures will not occur shall be submitted to the Consortium. 4 LARGE CUTAWAY BUS 4/25/2014 Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 3. VEHICLE CLASS AND OVERALL DIMENSIONS CLASS E- BODY ON CHASSIS WHEELBASE 183" to 494 201" - WIDTH 96" - SEATING 16-22/2 CLASS F- BODY ON CHASSIS WHEELBASE 208 201" to 225" - WIDTH 96" - SEATING 20-30/2 CLASS G -BODY ON CHASSIS WHEELBASE 2-28 213"to 259" - WIDTH 96" - SEATING 24-34/2 The following dimensions and characteristics are given in order to indicate the approximate size and type of vehicle desired. Floor/seating plans of the proposed bus indicating compliance with the overall specified dimensions shall be submitted with the Proposal documents. Vehicles shall conform to the requirements of the following table for the Gas Engine base specification requirements. It is understand a different fuel option may modify the below specifications and vendors will have to demonstrate the modifications required by fuel type. Number of Wheelchair 2 2 2 Positions* Minimum OEM Gross Vehicle 19,300 -19,500 19,500 - 23,500 19,500 - 23,500 Weight rating in lbs**. Wheel Base (Inches) 183 - 197 208 - 225 228 - 259 5 LARGE CUTAWAY BUS 4/25/2014 ** For diesel and CNG option GVWR allowed to vary with similar chassis A. Length Overall The length of the vehicle shall be the minimum necessary to satisfy the specified seating configurations of this proposal while meeting all applicable FMVSS requirements and chassis manufacturer requirements for weight distribution. B. Width: Exterior (maximum) 102 inches Interior (minimum) 93 inches * *The minimum interior width shall be measured 12 inches above the floor in the passenger area. C. Seating: To meet the specification requirements, vendors are required to submit with each proposal 6 floorplan diagrams, two for each class, one for front lift and one for rear lift, gasoline engine. Basic floorplan examples are provided as guidelines in section 33. Purchasers may request additional floorplan diagrams after Notice of Award based on individual agency needs. If permanent seating modifications are required based on individual agency needs, vendor agrees to accurately deduct and add cost of permanent seating to offer agencies floorplans at a competitive price per pricing provided in Section 16. D. Height Overall: Standard and Flat floor buses: not to exceed 117.5 122 inches E. GVWR Rating: The gross vehicle weight rating (GVWR) shall not exceed the weight of a fully loaded vehicle. A fully loaded vehicle equals the weight of the vehicle equipped to meet these specifications, verified by a weight ticket, plus the weight of the passengers (minimum 150 pounds for each ambulatory placement, minimum 250 pounds for each wheelchair placement, depending on wheelbase. Higher pound capacity shall be provided for larger cutaways). A weight distribution schematic and loading calculation must be shown for each floor plan and submitted with proposal for each floor plan offered. Loading calculations must be made with full tanks of fuel. A copy of a weight certificate from a state (state of final builders location will be accepted for these purposes) certified scale showing the four corner unladen weight of the vehicle, with a full fuel tank, must be submitted at time of delivery. F. Wheelbase: The vehicle wheelbase shall be sufficient to accommodate seating configurations required while meeting applicable Federal/State safety requirements and chassis manufacturer's specifications for weight distribution. Vendor to provide the engineered wheelbase as part of submitted floorplan diagram. Provide the shortest wheelbase allowable. G. Step Height: With the vehicle at its curb weight and parked on a level surface the step height as measured from the ground to the top of the first step shall be no more than 12 inches, unless a flat floor is being provided. Vendors shall specify flat floor first step height if different than 12 inches. 6 LARGE CUTAWAY BUS 4/25/2014 A 4x4 option chosen will allow an exemption from item G. H. Wheelwell (Flat floor only) On flat floor floorplans and specifications, wheelwells are not to protrude above the interior floor of the vehicle. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 4. FASTENER SPECIFICATIONS In accordance with Publication 101-592 and 15 CFR part 280. A. All fasteners utilized in the assembly and construction of coaches, sub assemblies, or components procured under this Contract shall comply with all applicable Federal, State and local law ordinance and shall be appropriate for the intended application. the coach manufacturing process. -- -- - _ - - - _ - • - - _ - - - _ - be utilized in all critical applications, including but not limited to: steering, suspension, axle assemblies, undercarriage, propulsion system, wheelchair occupant restraints, seating, etc. - =- - -- - . - - _ _ - - _ • - - - - - - - _- - B. The Vendor shall procure and deliver fasteners for use in the coach manufacturing process. Exposed fasteners on the exterior must be made of stainless steel. At a minimum, Grade 5 bolts, nuts, flat and lock washers shall be utilized in all critical applications. C. All items covered by these specifications shall conform to applicable SAE, U.S.S. or Metric Standards and shall be of U.S. manufacture. No counterfeit fasteners shall be - -- - - - - =-, - - • - = - -- - .- = - .red in default in accordance with the Contract Documents. C. All items covered by these specifications shall conform to applicable SAE, U.S.S or Metric Standards. Fasteners used may be of foreign origin. D. Fastener materials shall be compatible with materials being fastened. Where self- tapping fasteners are used, body panels shall be reinforced with steel backing, aluminum LARGE CUTAWAY BUS 4/25/2014 backing, or stainless steel backing. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 5. BODY AND ROOF Requirements: Structure A. The vehicle body shall incorporate primarily prime commercial quality zinc-coated steel, aluminum-coated steel, stainless steel, galvanized steel, aluminum, or • aluminum alloy, and minimal amounts of fiberglass or fibcrglas; reinforced plastic (FRP) CMPC will accept-fiberglass, or fiberglass reinforced plastic (FRP) if that is the only option for the exterior body. B. The body shall be constructed to provide maximum protection to passengers in case of rollover accident or a crash accident to the side or rear of the bus. C. The Proposer shall certify that all joints and corners where stress concentration may occur are adequately reinforced to fully withstand the required loads and road shock that a vehicle of this type is exposed to in both urban and rural service, and the body must retain its integrity in a rollover situation. D. Front body caps shall be constructed of solid one-piece reinforced molded fiberglass, bonded and sealed to the vehicle body by a minimum of 1 inch overlap to prevent the penetration of moisture into the interior of the vehicle body. Fiberglass caps shall be of the sturdiest construction possible to endure the entire life of the vehicle. Requirements: Roof Construction A. Roof super-structure shall be constructed of a 1-piece seamless construction. Roof panel shall lap side panels by minimum of 1 inch. The overlapping panel construction is to preclude water leakage into the vehicle. Panels shall be riveted, bonded or welded to the superstructure. The roof construction shall be of sufficient strength to prevent vibration, drumming or flexing. The roof is to be designed and installed in a professional manner that is smooth and without bumps, waves or has an imperfection due to installation or material that will not allow the pooling of water. 8 LARGE CUTAWAY BUS 4/25/2014 Requirements: Exterior Seams A. All exterior seams shall be constructed in such a manner as to shed water and exterior panels shall have lap joints. B. In no case shall sealing of panels be dependent on caulking alone. Zinc chromate caulking, butyl rubber tape, or an approved equal shall protect all exterior joints and seams. No water leaks in the body will be acceptable. Requirements: Body A. The vehicle manufacturer shall certify that its latest body design and construction method being furnished under this contract meets FMVSS 220 at a minimum. B. The body shall be free of cracks, dents, defects, or physical damage. C. All nuts, bolts, clips, washers, clamps, and like fasteners, including those that would be exposed to the elements on the exterior and interior of the unit, shall be zinc or cadmium plated, phosphate coated or stainless steel to prevent corrosion. No metal chect screws shall be permitted. Minimal use of sheet screws is permitted. D. Fenders and splash aprons (underskirt) of durable construction shall be provided to provide maximum deflection of the wheel splash. There shall be sufficient wheel well clearance for snow chains. Front and rear mud flaps are required. E. Roof gutters shall be installed over the windows and doors. Gutters shall be designed so as not to spill water on driver's exterior mirrors and intermediate drain holes shall not drain water on windows and doors when open or closed. F. All components, subassemblies or partially completed assemblies that are subject to corrosion and/or absorption of moisture shall not be stored in an environment subject to the influences of moisture, wind, etc. without being protected against such environmental influences. G. Two rear tow hooks shall be provided, accessible under rear bumper. The towing devices shall be adequate in design and construction to permit towing the vehicle without distortion or failure. Documentation certifying compliance with FMVSS 220 shall be submitted with proposal. Miscellaneous Body Requirements A. Resonance: Vehicle body shall be constructed in a manner that minimizes vibrations, rattles, and other body noises during normal use. B. License Plates: All brackets, bolts, nuts and miscellaneous fasteners for attaching front and rear license plates to the vehicles shall be provided by the successful Proposer. Front and rear license plates holders must be mounted/bracketed to safety bumper by vendor prior to delivery to local agency recipient. License plate holders for the rear are to be illuminated by LED lights. 9 LARGE CUTAWAY BUS 4/25/2014 C. Body is required to be water tested upon completion at the manufacturer location to ensure there are no water leaks of exterior seams, roof construction or overall structure. Testing shall be done with water nozzles appropriately placed to test the entire conversion. Minimum 20-psi water pressure for testing is required for a minimum of 10 minutes. A certification of the water test result shall be submitted with the delivery of each vehicle. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 5. BODY AND ROOF OPTIONS: Requirements: Body Option 1. Undercoating The entire underside of the body including floor members, side panels below floor level (if metal), and fender wells shall be undercoated, at the time of manufacture, with a nonflammable resin type polyolefin undercoating for bus applications. All openings in the floorboards and firewall shall be sealed. Care shall be taken to prevent overspray of electrical cabling, air, brake and fuel hoses. Option 2. Low Floor Body **Areas where a low floor body configuration impacts the standard specifications may be waived for this contract. This includes such things as: gross vehicle weight rating, mobility lift requirements, and other items directly affected by the body modification. The proposer may be required to substantiate the reasons for downgrading base requirements. General: 1. The bus shall be of the Low Floor type with air suspension both front and rear. 2. The bus shall have a standard power ramp to facilitate entry by passengers including those in a wheelchair. 3. The bus shall have a kneeling feature to lower the bus an additional 3" when the passenger door is opened. (3" Kneel from Ride Height, 10.25" 10.5" from ground, 4.25" to Curb). i0 LARGE CUTAWAY BUS 4/25/2014 4. The bus shall meet all requirements of the Americans With Disabilities Act even though the specific items may not be listed in detail in this specification. 5. Gross Vehicle Capacity - Minimum 12,300 lbs. 6. Vehicle Height - Maximum 110" 115", antennas or Roof mounted A/C not included. 7. Interior Height - 76" minimum. 8. Exterior width excluding wheel wells and bumpers - 96" maximum minimum. Entrance Door/Ramp: 9. The entrance door shall be swing out type electrically operated, minimum 41" wide, with a 3-9 - 38.5" wide clear opening with no obstructions for the passengers. 10.Clear entry door dimensions shall be minimum 3.9" 38.5" wide by 75" high without entrance grab handles. With grab handles, door dimensions shall be 352-35.5" wide by 75" high. 11.Entry door to include weatherproof exterior toggle switch. Exterior entry door switch is to be active only with ignition power on. Location of the switch to be determined by purchasing agency. 12.Entry door emergency release shall be easily accessible and clearly identified. 13.Steps are not allowed; all passengers shall enter by way of a passenger door. 14.The ramp shall be a power ramp that is designed to allow wheelchair passengers to enter the bus unassisted once the ramp is deployed. 15.Notching of the OEM chassis frame for the purpose of accommodating a wheelchair ramp shall not be permitted. Suspension: 16.AII chassis' will be equipped with an air spring suspension including engine mounted air compressor (5 CFM @100 PSI & 1750 RPM). Wheel cut of 45 degrees minimum. 17.Constant ride height control with minimum three electronic height sensors. Section 6. INSULATION A. Equivalent to 3.81-cm (11") fiberglass, type of insulation and method to be defined by vendor, shall be installed in the roof, rear wall, front and rear caps, sidewalls, and extended door sections including lift doors, minimum value R7 or above. If additional insulation is necessary to meet the requirement, the insulation shall be glued to the chassis body to prevent sagging. The insulating material of the body and sidewalls shall be of sufficient thickness to contact the inner and outer walls, insuring positive vapor barrier (equivalent to 38.1-mm / 1 1/2 inches) of fiberglass. Any insulation material used between the inner and outer 11 LARGE CUTAWAY BUS 4/25/2014 panels shall be sealed or self-sealing to minimize entry and/or retention of moisture. Insulation properties shall be unimpaired during the service life of the bus. Any insulation material used inside the engine compartment shall not absorb or retain oils or water and shall be designed to prevent casual damage that may occur during maintenance operations. Insulation shall be fire resistant and comply with all fcdcral rcquircmcnts and shall pass thc testing rcquircmcnts spccificd in thc Fcdcral Transit Administration (FTA) recommended Firc Safcty Practices for Transit Bus and Van Matcrials Selection. FMVSS 302. The combination of inner and outer panels on the sides, roof, wheelwells and ends of the bus, and any material used between these panels shall provide a thermal insulation sufficient to meet the interior temperature requirements of these specifications. The bus body shall be thoroughly sealed so that the operator or passengers cannot feel drafts during normal operations with the passenger doors closed. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 7. GAS ENGINE - TRANSMISSION The following chassis requirements are based upon the Buyer's current requirements. Any chassis with a proven service history is acceptable to the Buyer. Alternate configurations shall be evaluated. Any request for deviations to this section shall be fully supported with technical data, test results and any other pertinent information available, as evidence that the requested deviation meets or exceeds the Specification Requirements. A. Gas Engine: 1. Vehicle to be equipped with largest OEM available gas engine for chassis offered. 2. Electronic fuel ejection (EFI) fuel management system. 3. A chassis manufacturer's auxiliary engine oil cooler shall be provided (If available from the chassis manufacturer). Aftermarket oil cooler shall not be accepted. • 12 LARGE CUTAWAY BUS 4/25/2014 4. The coolant recovery kit shall be OEM (Original Equipment Manufacture) standard or other model with consortium approval and be filled with permanent ethylene glycol base antifreeze to protect the cooling system to -34°F. 5. Factory engine block heater. Plug mounted to bumper or body for block heater. 6. Replaceable pleated, paper element type, air cleaner. 7. Magnetic hex head drain plug on the oil pan. 8. Replaceable full-flow type oil filter easily reached without removal of any major component. • 9. An Intermotive Advanced Fast Idle System (AFIS): Gateway, or approved equal, electronic throttle control shall be installed with the following minimum features: a. Elevated idle will not occur unless, parking brake is engaged, transmission is in PARK, service brake is off, foot is off accelerator and brake lights are connected and functional. b. A manual engine RPM control is incorporated into the system. c. An automatic idle adjustment feature is incorporated into the system. d. Idle will return to normal if brake pedal is pressed, or the parking brake is released, or the transmission is taken out of PARK, or the fast idle device is turned off. 10.An Intermotive Intelligent Lift Interlock System (ILIS) or approved equal compliant with ADA Title 49 and FMVSS 403. B. Transmission 1. Automatic transmission with overdrive, latest model available. Specify speed. 2. A chassis manufacturer's heavy-duty auxiliary transmission oil cooler shall be provided if it is available from the chassis manufacturer. Aftermarket oil cooler shall not be accepted. 3. Oil pan with magnetic drain plug and re-usable gasket if it is available from the chassis manufacturer. Aftermarket oil pan shall not be accepted. 4. The vehicle shall be equipped with an audible warning device in compliance with SAE)994b that is activated when the vehicle transmission is engaged in reverse and continues as the vehicle is being backed up. This should be located behind the rear axle of the vehicle and all wires should be enclosed and secured. The dBA sound measurement shall be a minimum 87 dBA +/-3 dBA. The dBA sound measurement shall be measured from 3 feet above the ground and 2 feet behind rear bumper at the streetside rear corner of the vehicle. C. Power Steering 1. Power steering is required. 2. Chassis manufacturer's tilt and energy-absorbing steering column and steering wheel. 13 LARGE CUTAWAY BUS 4/25/2014 3. Steering shall incorporate an OEM factory installed tilt wheel feature. 4. OEM factory installed cruise control. D. Emissions 1. The vehicle shall be equipped with a heavy duty, corrosion resistant exhaust system which meets or exceeds FMVSS and EPA noise level and exhaust emission (smoke and noxious gas) requirements, including all State of Colorado requirements, whichever requirements are more stringent. 2. Heavy duty exhaust hangers shall be standard equipment and shall be bolted to the frame. All hanger U-bolt thread orientation must be directed sideways. All exhaust system modifications shall use the exact type, size and gauge material as the OEM exhaust system. The use of flex pipe for exhaust modification will not be permitted. At a minimum, thcrc should be three (3) tailpipe hangers. There should be enough tailpipe hangers to adequately support the entire exhaust system. 3. The exhaust pipe discharge shall be at the rear street side corner of the vehicle (behind the rear axle) not to interfere with the lift operation, depending on lift configuration. Exhaust pipe is to be routed perpendicular to frame rails, 12 inches behind fuel tank with a 90 degree bend from the OEM exhaust pipe, attached to both frame rails pipe. Streetside exhaust shall protrude 1 inch beyond lower body panel with a maximum Exhaust pipe should exit at least 12" behind the fuel tank. Location and mounting of exhaust should be such that the exhaust pipe is not damaged during normal vehicle operation. E. Fuel Types and Fuel Tank Fuel tanks shall have the maximum capacity as offered by the manufacturer. The chassis OEM fuel system shall not be modified. Any fuel tank breached during modification shall be removed and replaced with a new fuel tank. Repair of the breached tank by any means will not be acceptable. Access to the fuel tank from vehicle exterior must consist of a locked, enclosed area via a metal locking fuel door, exposed fuel tank caps are not acceptable. The fuel tank must contain a full tank of fuel upon delivery to the final destination. F. Electrical The vehicle is to be equipped with an OEM or approved equal 225 extra heavy-duty amp alternator with an integral voltage regulator and easily accessible for maintenance and repair. Duel alternator systems will be allowed but must identified in the proposal for consideration. Proposer Meets Section Specifications Yes 14 LARGE CUTAWAY BUS 4/25/2014 No Noted Deviations (list all section deviations for consideration here): Section 7. ENGINE-TRANSMISSION OPTIONS 7A. Engine. 10-11. Option 1. Combined High Idle/Lift Interlock In lieu of separate AFIS and ILIS systems, pricing for a combined high idle and lift interlock with electrical load control, Intermotive HighLock or approved equal, shall be provided. 7E. Alternative Fuel Types and Fuel Tank Vendor will provide pricing for the following alternative fuel options. **Areas where the alternate fuel system impacts the standard specifications for gasoline fueled vehicles may be waived for this contract. This include such things as: gross vehicle weight rating, payload, engine displacement, emission rating, cargo volume and other items directly affected by the fuel system modifications. The proposer may be required to substantiate the reasons for downgrading base requirements. Option I. Diesel Engine: 1. All diesel engines must be highest output diesel engine available for chassis offered, turbo-charged, per OEM specifications. 2. Fuel line water separator. Emissions: 1. Vendors are required to meet all current Diesel Emissions EPA Requirements and technology should be modified per any federal change in the law during the course of the procurement and/or contract period. This must include all Diesel Exhaust Fluid (DEF) provisions and storage requirements. Fuel Tank: 1. DEF tank fill shall be incorporated within the diesel fuel fill door. 15 LARGE CUTAWAY BUS 4/25/2014 Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Option 2: Compressed Natural Gas (CNG) Dedicated Fuel System General: The vehicle must meet all federal and state EPA regulations. The vehicle must be EPA Certified - certification required with proposal. Engine and Fuel Capacity: The Engine shall be a four cycle engine or approved equal, minimum 5.4 liters, V-8 Cylinder configuration (depending on vehicle size), with CNG fuel capability with hardened valve seat package for operating on CNG fuel. A minimum of 30 Gasoline Gallon Equivalent (GGE) capacity shall be stated in Square Cubic Feet (SCF) @ 3600 PSI. GGE Capacity shall be calculated at 122 SCF per 1 GGE. Cylinders shall be installed between the frame rails on the chassis. The maximum number of storage cylinders to provide the largest GGE capacity per wheelbase and vehicle size should be provided in the option pricing structure. GGE and number of cylinders must be defined in the proposal documents with each vehicle size proposal. Cylinders: The cylinders shall be Type III aluminum and carbon fiber construction with electric solenoid valves, twenty (20) year life that complies with NGV2-2007 and FMVSS 304. Type IV tanks will be considered if installed within the frame rails of the vehicle and price is competitive. All cylinders shall be equipped with manual cylinder shut off valves, requiring no tools. All cylinders shall be equipped with electronic cylinder shut off valves interfaced to the vehicle fuel module allowing full integration of manufacturer's original equipment safety features. All cylinder valves shall have an excess flow device. All cylinders are to be equipped with a pressure relief device (PRD) to automatically relieve pressure from the cylinder in the even of an emergency situation, and vent to the 16 LARGE CUTAWAY BUS 4/25/2014 top/rear of the vehicle. The CNG cylinders shall have a production date of no more than 24 months from date the bus is delivered. All mounting hardware (fasteners) shall be Grade 8 material and installed in a manner that is compliant with applicable sections in the specification. Conversion shall include dust and gravel shields to protect tanks and valves. All shielding must be made of 16 Gauge steel. Shields must have anti-rust protection in the form of powder coating at minimum or stainless steel. Shielding must be constructed in a manner as to provide proper drainage of water that may cause structural damage. Shields must be bolted to brackets for ease of removal and proper re-installation. Shields are to cover bottom, front, back, and sides of exposed tank (cylinder) areas for maximum protection from elements. Gravel shields must also be equipped with protective heat material in order to protect the tanks (cylinders) from excessive heat. Fittings, Hoses, Tubing, and Fuel Lines: All fittings and hoses are to be stainless steel or flex tubing approved for use with CNG at 3600 psi. Gas flow tubing from the fueling connection to the cylinders is to be a minimum of 3/4-in outside diameter to minimize pressure drop and fill time. Connections to individual cylinders may be 3/8-in or 1/2-in outside diameter tubing. All lines are to be supported with split block high pressure retaining devices and or rubber insulated line clamps approved for use with CNG at 3600 psi. All fuel lines must be p-clamped every 24 inches to a solid structure. Fuel lines passing through a panel shall be protected by grommets or similar devices in order to prevent abrasion. Placement/routing of wiring and hydraulic lines, particularly in the engine compartment, should be placed/routed in a manner that minimizes the possibility that the lines or wires be compromised by the high heat in the engine compartment. Additional Requirements: NGV1 3600 psi rated fuel receptacle with an internal check valve. Vehicle should have both the OPW 5,000 high flow defueling nozzle and NGV1 light-duty vehicle connectors. Two exterior pressure gauges, one mounted externally at the fuel fill receptacle and a second mounted at the undercarriage by the manual fuel shut-off valve. Fuel fill and pressure gauge, and manual shut off are to be enclosed in a sealed weather- resistant compartment. Locking, spring loaded fuel access door. Lockout switch for fuel access door to prevent starting with fuel door open. High-pressure and low-pressure coalescing filters must be rated for at least twice the maximum flow rate at the minimum expected gas pressure. Filters must be equipped with a manual drain valve that is easily accessible and robust enough to facilitate frequent drainage. 17 LARGE CUTAWAY BUS 4/25/2014 Fire Protection I Extinguishing System: Proposer to include a Kidde Aerospace & Defense (KAD) or approved equal Automatic Fire Sensing and Suppression System (AFSS) complete with linear thermal fire detector(s), control panel, manual activation switch, and fire extinguishing system. At minimum, the AFSS shall provide protection of the engine compartment and battery compartment. The completed AFSS shall be tested and certified by the manufacturer. The test shall determine that the system has been properly installed and will function as intended; a Certification Report from KAD shall be provided indicating such at time of delivery. KAD shall also provide all necessary training and manuals (maintenance and parts) for buyer, to ensure working knowledge of the system. Leak Detection System: Proposer to include a Kidde Dual Spectrum or approved equal Combustible Gas Leak Detection System to monitor the engine compartment, fuel storage area(s) and fuel fill area and shall automatically activate audible and visual alarms in the operator's area for two levels, trace and significant of the lower explosive limit (LEL) of natural gas (methane). The system shall be compatible with the control panel for the AFSS and shall not require separate interfaces or control panels. Final installation design of the Gas Detection system shall be subject to the AFSS manufacturer. The completed Gas Detection system shall be tested and certified by the manufacturer. The test shall determine that the system has been properly installed and will function as intended; a Certification Report from the manufacturer shall be provided indicating such. The AFSS manufacturer shall provide to the buyer all necessary equipment, training and manuals to ensure complete working knowledge of the system. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Option 3: Liquefied Petroleum Gas (LPG) Propane Dedicated Fuel System General: The vehicle must meet all federal and state EPA regulations. The vehicle must be EPA Certified - certification required with proposal. The system shall meet all DOT and 18 LARGE CUTAWAY BUS 4/25/2014 FMVSS requirements. All tanks and other components shall be certified where required. System certification shall be provided with proposal. The cutaway van fueled by propane shall be installed by an authorized Ship-Thru facility. Engine and Fuel System Requirements: The engine shall be fueled to operate on liquefied petroleum gas. The engine, fuel system, and all related components shall meet all applicable requirements. Conversion system shall incorporate an adaptive learn system which automatically compensates for variations in fuel composition, altitude, and temperature. Fuel system shall be computer controlled through OEM interface or using an auxiliary system. Fuel delivery shall be accomplished through computerized fuel injection. Throttle-body air/ fuel controller, single exhaust system. Minimum 40 Gallon Fuel Tank Capacity. The tank shall meet ASME certification standards. Electronic Fuel level sensor. LPG fill valve to be located at the side fuel door. A manual shut-off valve to isolate the fuel tank from the rest of the LPG system must be provided and labeled as required by state and federal laws. An in-line disposable fuel filter shall be provided featuring welded stainless steel, high strength construction and integral fittings, 3/8" SAE 45 degree flare. A vaporizer shall be provided equipped with a two-stage hi-flow regulator that provides the system with fuel at a consistent operating pressure and temperature. The vaporizer shall feature a high-efficiency heat exchanger, balanced output pressure regulation, and an integral pressure relief valve. The installation of the LPG fuel system and the operation of the vehicle after conversion shall be in accordance with the following: Installation - The installed conversion system is to present a neat, OEM quality appearance and shall be free of all defects affecting appearance, useful life, or serviceability. The installed systems must not interfere with routine maintenance tasks such as tune ups, checking of fluid levels, the replacement of spark plugs, distributor caps and rotors, or drive belts nor render inoperative the functions of the air filter, air connection, or any component of the emission control system of the vehicle unless approved under EPA guidelines. All electrical wiring is to be insulated and enclosed in a fibrous loom, plastic loom, or flexible conduit for protection from external damage and short circuits. Wiring is to be securely fastened at sufficient intervals to prevent sagging and ensure clearance of mechanical parts. Routing of the wiring through the sub-frame, body, etc., shall not interfere with normal operation or present a safety hazard. Rubber/plastic grommets are be used wherever wires, harness or fuel lines pass through metal. Workmanship shall be comparable to that of the vehicle OEM. The systems shall be installed to conform to the system manufacturer's instructions and recommendations. Connections - All hose connectors and fittings shall be compatible. All electrical connections to the vehicle OEM wiring shall be accomplished with stainless steel, brass or copper connectors or soldered. Aluminum 19 LARGE CUTAWAY BUS 4/25/2014 connectors are not acceptable. Interconnecting wires shall be uniquely color coded and identified in the alternative fuel system electrical schematic. OEM Air Canister - Whenever the OEM air canister is removed and replaced, a fully enclosed all metal air canister shall be provided. The use of silicon sealer to provide air tightness on an air canister/air filter assembly is prohibited. Modifications to OEM air canister/air filter assemblies shall be restricted to minor modifications required in the conversion system manufacturer's installation instructions. Engine Electronics - All electronics are required to properly interface with the original vehicle electronics to meet vehicle performance and emission objectives. The vehicle OEM engine management computer and its permanent control memory shall not be modified, removed, replaced or otherwise altered. The computer and electronic systems must be of closed loop design with adaptive learn capabilities and self-adjusting strategies built into the system allowing for the optimization of the ignition system's timing curve for LPG. The learning algorithms must enable the unit to learn its power and idle points automatically. The mixer must be fixed venturi type with no moving parts. On-Board OEM diagnostics are not to be adversely affected or over-ridden by the conversion system. Electrical Wiring is to be color coded to match the vehicle manufacturer's electrical wiring color scheme. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 8. FINAL DRIVE A. A differential ratio, appropriate for maintaining legal highway speeds without excessive strain on the engine and transmission, yet capable of providing adequate, safe acceleration from a stop, shall be provided. A rear differential ratio should also be provided for lower gear in mountainous terrain (4:10). B. The drive shaft, bearing and U-joint shall be the OEM's standard for the GVWR specified. One or more protective metal guards for the drive shaft are required to prevent any section of the shaft from entering the vehicle or striking the ground in case of failure, in accordance with 49 CFR Part 393.89. Guards shall be 3/16-inch thickness steel (minimum) bolted to the frame. 20 LARGE CUTAWAY BUS 4/25/2014 Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 9. SUSPENSION SYSTEM A. Front axle shall be manufacturer's standard. It must be load rated for the GVWR of the size bus involved. B. Coil Springs shall be provided in the front. Springs shall be progressive to give an acceptable ride under various load conditions. C. Front shock absorbers shall be heavy-duty double acting gas filled, and load rated, capable of controlling the ride when the vehicle is empty, as well as when loaded to the GVWR. Highest rating available from OEM. D. The rear suspension system must include OEM Load Leveling Suspension (SER) to maintain a level position once loaded to full capacity without affecting the ride quality. Front and rear stabilizer bar shall be provided, if available from the original chassis manufacturer. E. Frame Height should be equal on both sides of the vehicle, requiring additional springs to compensate for lift weight, regardless of lift position. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): 21 LARGE CUTAWAY BUS 4/25/2014 Section 9. SUSPENSION SYSTEM OPTIONS 9D. Rear Suspension Option 1. Suspension System Provide pricing for MOR/ryde RL Suspension System. Option 2. Non-slip Axle Rear axle that performs better in slick road conditions to allow that when one rear wheel is slipping the other wheel(s) will engage. Section 10. TIRES AND WHEELS A. Tire Requirements: 1. Vehicles shall be equipped with seven (6 + 1 spare) premium tubeless, steel belted, black sidewall, all-weather radial tires, the largest size available from the OEM for GVWR specified. 2. All tires shall be electronically spin balanced to a minimum speed of 65 MPH. 3. The inside dual tires mounted on the rear axle shall have air valve extensions. 4. One appropriate size jack will be provided with the spare tire in the vehicle. B. Wheel Requirements: 1. Vehicles shall be equipped with the heaviest duty 16 inch (minimum), 1 piece ventilated steel wheels recommended for the GVWR and tires specified. All wheels shall be interchangeable. 2. One (1) spare wheel, matching the wheels on the bus with an identical tire shall be supplied per bus. 3. The chassis manufacturer's lug nut indicators if available from the chassis manufacturer shall be installed on all wheels. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): 22 LARGE CUTAWAY BUS 4/25/2014 Section 10. TIRES AND WHEELS OPTIONS 10A. Tires Option 1. Mud and Snow Tires Mud and snow tires other than OEM, Kumho Road Venture at KL78 or approved equal. Please provide cost for four (4) rear tires plus one (1) spare tire, total of five (5) tires. Option 2. Spare Tire Carrier Non OEM spare tire carrier to include costs for mounting under rear of bus and routing tailpipe to accommodate specifications and tire carrier. Specify wheelbases that cannot accommodate such item. Section 11. BRAKES A. Services brakes shall be hydraulic self-adjusting power front and rear discs with an anti-lock ABS system. Traction control required on gas and alternative fuel engines. The braking system shall comply with FMVSS 105 and FMVSS 106. B. The braking system shall be heavy duty and the largest offered by the manufacturer for the GVWR specified. C. Brakes shall conform to all Federal and Colorado Motor Vehicle Safety Standards. D. Parking brake shall be standard manufacturer's mechanical type, independent of the vehicle's service brake system. It may be a heavy-duty hand or foot-operated parking brake with a warning light on the dashboard. 1. If four-wheel disc brakes are supplied, specify the type and the location of the parking brake. The parking brake shall be factory installed in the rear breaking system and not lock on the driveline. E. The brakes shall be free of objectionable noise or squeal when applied. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 12. ELECTRICAL SYSTEM A. The vehicle shall be supplied with an alternator-powered 12-volt electrical system. 23 LARGE CUTAWAY BUS 4/25/2014 B. Battery 1.Two (2) heavy-duty 12 volt batteries, with a combined 1150 CCA minimum for gas engines and a combined 1400 CCA minimum for diesel engines. The batteries shall be lead acid premium construction and maintenance free. The positive (+) and negative (-) terminals shall be of different size on the same battery to prevent incorrect cable installation. All battery terminals shall be coated with an anti- corrosion and sealant protector. 2. Both batteries shall be located in a lockable box mounted on the curbside of the bus unless the Chassis manufacturer requires otherwise. This battery box shall include a slide out tray that securely locks in the stowed position. The slide out tray shall be made of stainless steel. Box location should be no lower than the bottom of the entry door. 3. The battery tray slides shall have the ability to carry twice the weight of the bus batteries. The battery tray shall have adequate drain holes (a minimum of two). The battery box shall also be equipped with two drain holes preferably adjacent to the two battery tray drain holes when the tray is in the stowed position. The tray shall have the ability to extend a minimum of 3 inches beyond the opening of the battery compartment. Drain holes to be closely aligned when the battery tray is in the stowed position. Battery hold-downs should be properly sized and prevent the battery from shifting or moving in the battery tray which may require shift blocks made of an insulated material to prevent corrosion. All battery securement devices and securement hardware, including slides and tray shall be stainless steel and be self-locking or tension retaining hardware. Battery box must be designed with full support under the tray. Battery trays that are built without structural support underneath will not be accepted. 4. 8ie Two thumb-release latches and one locking latch that will rotate 180 degrees from the closed position shall secure the battery compartment door. A chrome retractable latch shall hold the door in the open position. A diagram showing the configuration of the battery cable installation shall be installed to the inside of the battery compartment. Cables shall be long enough to allow specified pull out extension and shall be protected and flexible enough to fold away when stowed without shorting or damaging the cables. Battery cables installed in place of chassis manufacturer's battery cables must be a heavy duty, continuous run and sized to match the electrical systems maximum draw. 5. Access to the battery tray shall be from outside the bus. The access door to the battery box shall swing up at a minimum 60 degrees to the horizontal plain. With the compartment door lock not in the locked position the door shall remain in the closed position when the bus is traveling at any safe speed or making any safe type of turning maneuver. The battery box shall be sealed to prevent road debris, dust, rain, snow or other forms of precipitation from entering the box, but shall not be air tight for safety reasons. C. All controls and instrumentation necessary for safely operating the vehicle shall be located within easy reach of a fifth (5th) percentile female through to a ninety-fifth (95th) percentile male driver seated in the driver's seat with the driver's seat belt fastened. 24 LARGE CUTAWAY BUS 4/25/2014 D. Wiring 1. Original manufacturer's vehicle wiring shall remain unchanged to the greatest extent practicable consistent with the requirements of these specifications. All add-on electrical components controlling the power to the bus body electrical circuits shall be located in a separate electrical junction box. The junction box shall be easily accessible through a hinged lockable door. The junction box shall be suitably sized to allow for ease of maintenance, repair and ten (10) percent additional space for the installation of future electrical components. The junction box shall be located within accessible reach of the driver. All body harnesses shall join on a terminal strip made of a high strength dielectric material. All circuits shall be protected by manual reset circuit breakers, in lieu of fuses. Circuit breakers shall be numbered and sized to provide proper overload protection for each individual circuit. 2. Wiring and terminals shall meet or exceed current Federal and State vehicle requirements and be amply sized for both mechanical strength as well as to carry required currents without significant voltage drops. 3. All wiring, including chassis manufacturer's, shall be enclosed in non-metallic loom meeting current SAE Standard J762a and be adequately supported by fully insulated "P" clamps with a minimum spacing of every 24 inches and routed for protection from heat, moisture, solvents, corrosion, road debris, abrasion and tension. Tie wrap shall be used minimally in the securement of electrical harnesses and wiring. 4. All non-OEM wiring connections greater than 10-gauge shall be properly crimped, soldered and sealed with heat shrink tubing. Crimping by hydraulic crimper or electrical crimper that fuses the connector and the wiring is acceptable in lieu of soldering. Contractor to supply sample of crimped connector greater than 10-gauge. 5. The bend radii of all installed electrical wires and cables shall not exceed the manufacturer's recommended minimum bend radii. 6. All parts of the wiring system and electrical components shall be protected from corrosion. All connectors installed on the underside of the vehicle and/or exposed to any outside element and/or have a 20 amp and high circuit breaker within its electrical circuit shall be double insulated. 7. There shall be no exposed or loose wiring in the driver or passenger compartment. Any bus body wiring harnesses containing exposed excess lengths shall have the excess length neatly gathered and secured to a rigid bus body or chassis frame member. 8. Wiring shall be of sufficient length to permit positioning, as well as replacement of terminals, twice, without excessive tension. 9. Protective grommets shall be provided at points where wiring penetrates metal or other material. 10. Three added grounds shall be installed on the vehicle; all shall be # 0 gauge cable. One ground shall be installed between the engine and the OEM frame. The second ground between the Cutaway Body frame and the OEM frame, and a third 25 LARGE CUTAWAY BUS 4/25/2014 between the lift pump housing and the side battery, grounds must be continuous, without splices. For all ground connections, paint or foreign material must be removed and a coating of dielectric material applied to the cleaned surface where each ground attaches. 11. All wires shall be color coded or numbered every 6 inches maximum to correspond with the wiring diagram for ease of service and identification. 12. A rooftop two way radio antenna cable raceway and mounting plate shall be provided and include an interior access panel directly below the mounting plate. Antenna mounting plate shall be securely grounded to the metal substructure of the bus body with a 12 gauge wire. The cable raceway shall be routed from the mounting plate to the forward destination sign cavity. A 10 gauge power and ground (positive and negative) wire shall be supplied from the electrical junction box defined in Section 12. ELECTRICAL SYSTEM - D - 1, routed to the forward destination sign cavity with four (4) feet of additional wire to facilitate radio installation in a suitable location as selected by local agency recipient. 13. All OEM functions originally energized through the ignition switch shall remain as installed at the chassis factory, the only bus body functions to be energized through the OEM ignition switch shall be the exterior lights required to meet FMVSS. All remaining bus body electrical functions shall be initially energized through the MASTER BATTERY CONTROL SWITCH, detailed in Section 12. ELECTRICAL SYSTEM - I. 14. Complete "as built" wiring schematics shall be provided with each vehicle, specifically matching the vehicle provided with all options included. General wiring diagrams will not be accepted. 15. Manufacturers will need to appropriately wire the bus for potential installment of fareboxes after delivery by the purchasing agency. E. Electrical components that may require servicing or replacement shall be readily accessible through access panels or covers. Installation of aftermarket electrical components and systems in the engine compartment shall be eliminated to the greatest extent possible. F. Maximum radio suppression available from chassis manufacturer shall be provided. G. A driver control console, within easy reach of driver and with unobstructed switches and controls shall be provided. The driver control console shall be of quality construction with sturdy framework, attached with nut and bolt fasteners (no self-tapping screws), and an access panel held in place by stainless steel machine screws. Overhead position is not acceptable. The driver console design and installation shall take into consideration radio and tablet equipment to allow clear and easy access to this equipment, console switches and controls. Console position shall allow easy and safe access by the driver in the driving position during service operation without taking his/her eye of the road. If attached to the OEM motor cover, then particular attention should be made for unit to be attached straight and flush to OEM console with plug in wire connectors to allow for removal and service. H. An in-line circuit breaker, with manual reset, of adequate capacity for circuit to 26 LARGE CUTAWAY BUS 4/25/2014 mobility lift shall be provided in a location in accordance with the lift manufacturer's recommendations. The circuit breaker shall not be located in the chassis engine compartment. The power wire to the lift shall be securely "P" clamped and protected. I. A master battery control switch shall be provided that shuts off all bus body electrical power. The switch shall be located in a separate compartment within or adjacent to the battery box. The housing and location of the master battery switch shall prevent corrosion from fumes and battery acid. The location of the master battery switch shall be clearly identified on the access panel and be accessible in less than 10 seconds. The master battery switch shall be capable of carrying and interrupting the total circuit load. Opening the master switch with the power plant operating shall not damage any component of the electrical system. Switch location to be determined individually for each bus purchase by the purchasing agency. Locations to be chosen include in the stepwell, under the driver's seat, between the driver's seat mount and the driver door, on in the driver's dash area. 3. Interior OEM Engine Cover: Attaching any additional wiring to the interior engine cover shall not be allowed. K. Additional 12 volt accessory power: Provide two (2) switched, circuit breaker protected 10 gauge power and ground wires from the junction box defined in Section 12. ELECTRICAL SYSTEM - D - 1 to the interior panel directly behind the drivers stanchion, 6 inches below the ceiling, terminated in a covered automotive junction box for additional interior power needs. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 12. ELECTRICAL SYSTEM OPTIONS B2. Battery Option 1. Alternate Battery Location Proposers should provide option pricing and vehicle configuration requirements to have one battery located in the tray outside the bus and the other to remain in the OEM engine compartment. The auxiliary battery will charge from the engine alternator. D13. Wiring and I. Master Control Battery Switch Option 1. Ignition Switch Controls 27 LARGE CUTAWAY BUS 4/25/2014 Proposers should provide option pricing to route all electrical bus body functions and master battery control through the ignition switch and not include a separate master control battery switch. Section 13. INTERIOR CLIMATE CONTROL All climate control system controls shall be located within easy reach of operator and shall be located on a control panel. A. Heating/Air Conditioning/Defrosting Requirements: • 1. Chassis manufacturer's in-dash deluxe heater and defroster, maximum BTU rating available, shall be provided. 2. All vehicles require an integral front air conditioner OEM chassis manufacturer rated at 22,000 BTU minimum as installed with factory dual compressor. 3. Auxiliary rear air conditioner capable of producing 66,000 BTU with 66-5 1665 CFM diffused air flow equal. 4. Cooling shall be specified in BTU at 100°F, ambient temperature. 5. The condenser for the air conditioner shall be mounted in the body skirt and shall have a minimum of three .25-m (10") fans cooling the condenser with automatic reset. 6. The evaporator shall be mounted at the wall ceiling junction at the rear of the bus and shall not reduce the headroom to less than 1.52-m (59") and not extend outward from the rear wall more than .6096-m (24") into the passenger compartment area. 7. Evaporator drain shall run downhill from evaporator housing. Elbow, or turn down, shall be a minimum of 1/2 inch below the outlet on the housing. Drains must be installed to prevent puddles of water from being retained in the system. 8. The refrigerant lines to the evaporator must be adequately supported between the wall of the bus and the evaporator. 9. All refrigeration, heater and drain lines that enter the passenger compartment shall be encased in a rigid material, fiberglass, aluminum etc. that harmonizes with the interior to prevent injury to passengers in the event of line eruption. 10. The air conditioning system shall use environmentally friendly refrigerant R134A or approved equal. The entire air conditioning system, including add-ons, shall utilize the same type of refrigerant supplied by the chassis manufacturer. 11. A label must be placed in the engine compartment-detailing manufacturer's name, refrigerant type and quantity, compressor oil type and quantity. 12. The evaporator and condenser must be matched to the compressor as per manufacturer's recommended installation instructions. 28 LARGE CUTAWAY BUS 4/25/2014 13. Refrigerant hoses shall be SAE32064, double braided Barrier type Goodyear, Aeroquip or approved equal and shall be completely enclosed in loom over the entire length to prevent chaffing. The refrigerant hoses shall be supported at a minimum of every 24 inches with fully insulated "P" clamps. 14. Refrigerant fittings shall be ATCO, Aeroquip or approved equal. These fittings may be "0" ring type. In addition, a complete set of refrigerant fitting shall be supplied to recipient agency upon delivery of vehicle. A complete set constitutes enough fittings to replace the entire system. 15. Protective grommets shall be provided at points where refrigeration, heater and drain hoses penetrate metal or other materials. 16. All HVAC system hoses and wires that pass within 12 inches of exhaust system shall be shielded in a manner to prevent heat damage to them. All hoses must be a minimum of 6 inches away from the catalytic converter and 4 inches away from exhaust pipes and muffler. 17. Each vehicle shall have a front mounted integral high output heater and a rear output auxiliary heater mounted either to the floor or to the ceiling above the rear exit door. Rear heater location to be determined individually for each bus purchase by the local purchasing agency. The front heater and defroster shall be OEM chassis manufacturer. 18. The rear heater shall be equipped with an electric operated heater control valve to be activated by the heater on/off switch. The total output of the auxiliary heater system shall not be less than 65,000 BTU. 19. Based individual agency heater configuration choices, heater booster circulator pumps may be are required to force air up and assist in proper circulation of air to rear of the bus. Booster pumpers are to be activated by the heater on/off switch. If booster pumps are not required, vendor is to explain why. 20. All heater water coils will be heavy-duty copper or aluminum. Heavy duty quarter turn shut off valves shall be located in the supply and return lines to the heater. These valves shall be readily accessible. All controls will be located on the control panel. 21. Heaters are to be controlled by two individual three-position switches (off, low, and high). 22. All hoses, drains and wiring must be covered and adequately supported with plastic/rubber coated steel clamps secured at a minimum of two-foot intervals. All heater hoses are to be silicone, with clamps designed for use with silicone hoses. Combustion heaters are not acceptable. Shutoffs shall be on all hoses. 23. Heated ventilation shall be available to de-ice lower step well. This can be accomplished by providing an electrically heated pad located underneath the step rubber with a dash on/off switch. 24. Heater and associated hardware shall meet SAE-recommended standards and practices and shall meet the applicable criteria of 49 CFR 393.77. 29 LARGE CUTAWAY BUS 4/25/2014 B. Roof Hatch Vehicles shall be equipped with one (1) Transpec Model 1000, or approved equal, roof ventilation/escape hatch nominally centered in the vehicle roof. Roof ventilation/escape hatch features shall include five-position ventilation (minimum), rubber gasket to prevent leaks and emergency exit capability. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 13. INTERIOR CLIMATE CONTROL OPTIONS A3 / A5 / A6. Heating/Air Conditioning/Defrosting Requirements Option 1. Air Conditioning Deletion Credit Proposer to provide pricing credits to delete the air conditioning requirements under A 3, 5, and 6. Option 2. Thermo King Roof Top HVAC Unit Proposer to provide pricing for center, roof mounted Thermo King HVAC system or approved equal. Pricing should be provided for the following units, which agencies will choose based on vehicle size and configuration. -Thermo King SLR 65 -Thermo King SLR 75 A18. Heater Control Valve Option 1. Vacuum Operated Heater Control Valve The proposer shall providing pricing to provide a vacuum operated heater control valve in lieu of electric. There shall be two (2) heater swing ball shutoff valves located exterior under the driver seating area. Section 14. INTERIOR TRIM A. Sidewall rear wall, and ceiling trim panels shall be melamine, ABS plastic, FRP, smooth fiberglass gel coat, vinyl, polypropylene fiber or an approved equal, applied in one or more sections. Trim molding of stainless steel, anodized aluminum, FRP or ABS plastic shall be used to cover seams. The trim molding shall be continuous except at the door openings, wheel well and fuel intake line covers and run the entire length of each seam covered. 30 LARGE CUTAWAY BUS 4/25/2014 B. Panels shall be supported to prevent, buckles, vibration, drumming or flexing and particular care shall be exercised to keep the body light fixtures from weaving or bouncing when the coach is in service. The ceiling panels shall be supported to prevent sagging. C. All interior panels, materials, and treatments shall be flame retardant in conformance with FMVSS 302 and treated to be easily cleaned. D. The interior of the driver's area shall be padded with 1/4-inch foam and covered with vinyl to aid in noise reduction. Other materials such as "recycled Green" may be used with agency approval. E. All ceiling and sidewall panels shall be scuff and scratch resistant. F. All sharp corners, edges and protruding hazardous surfaces shall be eliminated. G. There shall be no open seams between trim panels. H. All panels shall be the same color and coordinated with the interior colors of the vehicle. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 14. INTERIOR TRIM OPTIONS 14A. Interior Trim Option 1. Upholstered Interior Proposers are to provide pricing for upholstered sidewalls, ceiling and rear bulkhead. Section 15. PAINTING, DECALS, AND MONOGRAMS All signs required by state and federal law regarding safety and operating procedures shall be affixed to each vehicle exterior and interior. Interior and exterior signs may be decals. Manufacturer shall place two international symbols of accessibility, at least 15.24-cm (6") square, to be placed, by the manufacturer, on the vehicle in concurrence with ADA regulations. Decals must be 3M premium grade vinyl or equivalent. 31 LARGE CUTAWAY BUS 4/25/2014 Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 16. SEATING A. General 1. The Proposer shall provide detailed floor plan and seating drawings, which are to scale and meet passenger-seating, and loading requirements. Drawings, at a minimum, shall show the location and dimensions of all seating positions, drivers position, aisles, doors, modesty panels, stanchion, grab rails, tie down locations, and other passenger assists. In addition, all major body interior and exterior dimensions, along with gross vehicle weight axle loads and gross vehicle weight rated axle loads, must be shown. Vendors may provide more than one floor plan and seating drawing for the same configuration. Separate diagrams can be provided to show seat location, lift, tie downs, lighting and window placement. Proposed seating plans must be approved by each procuring agency prior to production, and must comply with standards established with the original seating proposals. This requirement does not preclude other optional seating requests as long as they meet all the requirements set forth in this specification, such as aisle width and hip to knee. 2. All seating, including driver, shall comply with FMVSS 302. B. Passenger Seating All passenger seating shall be Freedman Featherweight Mid/Hi or approved equal and meet the following requirements. 1. Seats shall have full individual spring suspension for each passenger as well as contoured full lower back (lumbar) support. Passenger seat frame shall be constructed of steel and meet FMVSS 210. 2. Seat installation shall meet FMVSS 207 standards. 3. An energy absorbing padded grab handle shall be provided at the top of each aisle forward facing seat position and be as wide as practical, depending on 32 LARGE CUTAWAY BUS 4/25/2014 seating configuration. Perimeter seating floorplans with not have grab handles. The diameter of the grab handle shall be no less than 3.175-cm (11/4") and no greater than 3.8-cm (11"). 4. Seats shall be mounted on adjustable seat track mounting or approved equal. This mounting shall allow for repositioning of seats by loosening mounting bolts and sliding seat along a track to desired position. This type of seat mounting shall meet all applicable FMVSS requirements, specifically FMVSS 207. The trim shall be nominally flush with the floor covering to prevent a tripping hazard. A one-piece filler/cover shall be provided in tracking between fixed seat placements on the floor and wall tracks. Any order that deletes fixed seats will also automatically delete the floor track for that seat. Floor track will not be installed in any area not covered by a fixed seat. Track can extend 6 inches to the rear of the fixed seat area to allow for seat adjustment by end user to better accommodate their needs. 5. Pedestals shall be placed a minimum of 15.24-cm (6") from the seat edge to provide toe clearance. The pedestals shall be anchored to the floor of the bus with minimum Grade 5 bolts. 6. Seat Dimensions a. Seat width per person: 17.5 inches minimum b. Seat depth: 17 inches minimum c. Seat back: 21* inches minimum d. *25 inches minimum as measured from the top of the seat bottom to the top of the seat back. e. Seat back angle: 10 to 15 degrees f. Hip to knee room: 28 inches nominal (maximum available) g. Aisle width: 16* inches nominal (maximum available) h. * To be measured at seated passenger hip height. 7. Seat upholstering both back and bottom cushion, shall be vertical or combination vertical and horizontal quilting. In addition, front of bottom cushion shall be rolled. Foam shall be contoured, dense, transit grade polyurethane with a minimum thickness of one and half (1 1/2) inches. 8. All seats shall be covered with Freedman Level 3 fabric or approved equal. The seat color shall be coordinated with the interior vehicle color; the local agency ordering will have option to choose color within the guidelines of the material type. 9. Back of permanent ambulatory passenger seats to exclude rear seats against the back of the bus should be covered with a plastic protective cover. 10. All metal surfaces shall be chemically cleaned and coated with a corrosion preventative material to provide rugged, long lasting, rust resistant surface. 11. Seat covering and padding shall cover the seat frame and meet FMVSS 302, flammability of interior material. Cushions and seat covers shall be of the slip covering type, removable and replaceable without removing the entire seat. All seat cushions shall be interchangeable within the vehicle. 33 LARGE CUTAWAY BUS 4/25/2014 12. Each seat position shall be equipped with a passenger restraint system, which meets current FMVSS requirements,q , intended to hold passengers in a secure seated position during normal operations. Seat belts shall be anchored through the floor structure, independent of the seat, or bolted to the seat frame assembly (preferred). Each restraint belt and installation shall meet all applicable FMVSS standards including 208, 209 and 210. The installation of the seat belts shall have no twistin g, binding or bunching of the seat belt web material. 13. All seat belts shall be the Freedman USR (Under Seat Retractor), or approved equal. Seat belts shall meet or exceed FMVSS 207/209 (seat belt assemblies, performance and strength) and FMVSS 210 (seat belt mounting certification.) The passenger seats, frames and seat belts should operate as a complete system. All two-point seat belts must be permanently mounted on the seat frame. Seat belts attached to the floor track or wall track are not acceptable. All seat belt retractors must be permanently located under or behind the seating position. All seat belts must be user friendly, easy to operate, lightweight, and durable with metal buckles. Two 24" belt extenders shall be provided with each vehicle. 14. Foldaway seats shall be Freedman model foldaway seat or approved equal. Actual seat types will be identified and priced by the vendor in the Passenger Seating Option price sheet section. Foldaway seats must meet or exceed all applicable Federal Motor Vehicle Safety Standards including FMVSS 207, 210, and 225 seat belt certification testing. Seat must be cantilevered and tested to support 500 lbs per passenger weight. Test documentation must be provided upon request. Folding seat will not use an aisle leg or tether for support. The foldaway seat operation shall require no more than two (2) steps to store or deploy. A cylinder shock must be provided to assist in the controlled storing or deployment of seat. Seat shall include a self-locking mechanism for security. The underneath area of the seat shall appear finished without exposed seat springs or seating material and include a seat instruction plate. Passenger seats frames and seat belts should perform as a complete system. Two point seat belts will be permanently mounted on the seat frame. Under seat belt, retractors will be permanently located under or behind the seating position. Seat belts shall meet or exceed FMVSS 209 and 210. The design of the flip seat shall complement the standard passenger seats and be from the same manufacturer or approved equal. Folding seats must be installed so that rubbing/chaffing does not occur during fold operation. Seat cover must not touch sidewall or structure during fold/unfold. Folding seats must be mounted to steel structure that is an integral part of the final stage builders under floor structure, minimum thickness 1/8 inch. Steel plating for seat securement must be designed into floor, added steel plating similar to large washers would not be accepted. All Seat mount bolts and wheelchair shoulder harness mount bolts that are not fastened to seat track will be mounted to the above required structural steel members. No fasteners will be allowed within 1-1/2 inches of any flat steel components edge. This requirement does not apply to fasteners through box beam type of structure. C. Driver's Seating 1. A power deluxe driver's seat (OEM driver's seat preferred however approved equals 34 LARGE CUTAWAY BUS 4/25/2014 can be submitted if the item is FMVSS compliant) shall be provided with forward and rearward adjustment, right side armrest, lumbar support, reclining feature, and high back. The seat shall be upholstered in the fabric chosen by the purchasing agency consistent with in B. Passenger Seating; 8. and match the predominant color of the passenger seats, chosen by the transit agency ordering the vehicle. 2. Driver's shoulder seatbelt must be vertically adjustable. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 16. SEATING OPTIONS 16A. General Option 1. Additional Mobility Aid Positions Proposers shall provide pricing for additional mobility aid positions with tie downs. Option 2. Single Seat Credit Proposers shall provide single ambulatory seat removal credit pricing to accommodate additional mobility aid positions. 16B. Passenger Seating Option 1. Ambulatory Seat Types Proposers will provide pricing for the following individual passenger seat types or approved equal: -Freedman CitiSeat -Freedman 3PT Seat -Freedman Go Seat B8. Passenger Seating Option 1. Seat Fabric Proposers will provide pricing for the following fabric seat types or approved equal: -Freedman Level 4 -Freedman Repel B12. Passenger Seating 35 LARGE CUTAWAY BUS 4/25/2014 Option 1. Passenger Restraint System Proposer to provide pricing credits to delete the passenger restraint system (seat belts) identified in item 12 as deemed necessary per seating configuration and federal and state regulations. B14. Passenger Seating Option 1. Single Foldaway Seats Proposers will provide pricing for the following single foldaway seat types or approved equal: -Freedman BV Foldaway -Freedman AM Foldaway -Freedman Citiseat -Freedman Go Seat Option 2. Double Foldaway Seats Proposers will provide pricing for the following double foldaway seat types or approved equal: -Freedman BV Foldaway -Freedman AM Foldaway -Freedman Citiseat -Freedman Go Seat 16C. Driver's Seat Option 1. Seat Models Proposers will provide pricing for the following driver seat types or approved equal: a. USSC Evolution G2E Driver Seat with adnik power pedestal b. Recaro LXS Driver's Seat Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 17. FLOOR AND FLOOR COVERING A. The sub floor shall be 3/4 inch thick (minimum) AdvanTech engineered wood flooring, or approved equal, with moisture barrier laminated to the upper surface and moisture 36 LARGE CUTAWAY BUS 4/25/2014 sealed edges. Sub-flooring must be installed to create a smooth surface to lay the floor rubber. B. Sub floor structure shall be designed and assembled for a minimum trouble free service life of 5 years. The sub floor structural members shall be made from steel with a minimum yield strength of 36,000 psi or approved equal. Sub floor frame shall be mounted to OEM alternate frame spacers. Additionally, wheelhouse assemblies shall be made of corrosion resistant 12 gauge (minimum) steel construction and fully welded to floor and side framework. Ample clearance under load and under all positions of the suspension and steering geometry shall be provided between the wheel housing and tires. C. Subfloor assembly shall be mounted to vehicle chassis utilizing a minimum of 8 rubber grommets or pads to help reduce the amount of road shock being transferred into vehicle body. D. Wheelhouses shall be covered with a plastic molded cover. No screws shall protrude into the underside of the wheelwell. E. An access panel for ease in maintenance of the fuel pump shall be provided. welded to provide a completely scaled floor. The floor covering shall not shrink during ,tructure and rolled smooth. The adhcsivc used to bond the floor material must be and adhesive. The method and procedure used to fasten the floor covering to the under structure shall be approved by the floor covering manufacturer. G. The flooring shall be RCA type 1/8" (minimum) smooth under the passenger seats and 3/6" 3/16" (minimum) ribbed over the remainder of the floor and step treads. Thickness shall be measured from top of ribs of floor covering. All step edges shall have Altro T36T Aluminum Step edge or Altro yellow nosing with band of 2 1/2 inch of bright yellow Altro, or approved equal, inserted into the step edge using contact adhesive running the full width of each step. An aisle width standee line of at least two (2) inches in width of bright yellow contrasting color shall be in the aisle just behind stepwell. The tread and step edge shall be bonded into one piece. H. All mating edges of the flooring, step tread and step nosing materials shall be weather sealed and heat welded to prevent water penetration. The height of the sealant bead shall be consistent with the flooring, step tread and step nosing base thickness. standard stock selection. J. There shall be molded plastic, fiberglass, hard rubber, aluminum or FRP cove molding between sidewalls and floor for ease of cleaning. The cove molding shall be one continuous piece along each wall except when interrupted by such items as wheel well, fuel line, mobility lift door and interior corner covers and door openings. Molding shall be coved up the side 10" to run up to the sidewall. 37 LARGE CUTAWAY BUS 4/25/2014 Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): SECTION 17. FLOOR AND FLOOR COVERING OPTIONS 17B. Sub Floor Structure Option 1. Floor Underbelly Proposers to provide pricing for galvanized steel, aluminum, or approved equal 0.20" 0.020"-minimum underbelly between sub floor and subfloor structure. 17F. Floor Covering Option 1. Altro Transflor Meta. The floor surface shall be covered with wall-to wall, slip-resistant, minimum 2.2 millimeter Altro Transflor Meta or approved equal. Flooring edges shall be edge welded to provide a completely sealed floor. The floor covering shall not shrink during the service life of the vehicle. The floor material shall be securely bonded to the under structure and rolled smooth. The adhesive used to bond the floor material must be backed by a manufacturer's warranty of no less than five (5) years for installation and adhesive. The method and procedure used to fasten the floor covering to the under structure shall be approved by the floor covering manufacturer. Color to be chosen by purchasing agency at the time of order. Option 2. Floor Coating 17G. Step Edging and Standee Line Option 1. Step Edging Color Proposers are to provide pricing for option to have step edging and standee line in high contrast white in lieu of yellow. Section 18. STEPS AND STEPWELL A. Step height from ground (no load) shall be 12 inches maximum. Individual risers shall be 9 and 1/2 inches maximum in height and in case of more than one (1) riser; all step risers shall be the same height, except in the case of the flat floor option. Vendor 38 LARGE CUTAWAY BUS 4/25/2014 will provide step height if flat floor floorplan is provided. Step tread depth shall be 8 and 1/2 inches minimum, depending on floorplan. B. The stepwell shall be modular design, 14 gauge (minimum) galvanized steel, galvaneal or carbon steel (treated to prevent the effects of corrosion over the life cycle of the vehicle) smoothly and continuously welded into the bus body structure. Stepwell shall be adequately reinforced to prevent permanent deformation or elastic deflection of no more than .12 inches when either step is loaded over the center half with a 300- pound static load. C. An electric heating pad located under the lowest front entry step in the stepwell shall be provided. - - _ -_ - - _ -- - -- _ _ _ _ _ - _ - - _ - cystcm. The lower step-heating element shall also be deactivated when the ignition switch is turned off. The electric heating pad shall have a safety device that prevents the pad, wiring or bus from being damaged in the event the electric heating pad malfunctions. D. Stepwell shall be completely enclosed and weather tight when the passenger doors are in the closed position. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 19. PASSENGER DOORS A. Front Entrance Door 1. The vehicle shall be equipped with an electric, double leaf, outward opening "transit style" door with a center molded, overlapping, safety seal. Door is to have an electric door opener and operating mechanism, A&M door system or approved equal is acceptable door assembly. The front doors shall be located opposite the driver. The front doors shall be equipped with an interior safety release mechanism, permitting the doors to be mechanically opened in the case of an emergency. 2. A rocker switch located in the driver's area shall activate the front door mechanism. Drivers shall be able to operate the door without leaving their seat. Entry door shall not be operable unless the vehicle is in park. 3. The front doors shall have an exterior weatherproof electrical keyed lock that can open and close the doors. 39 LARGE CUTAWAY BUS 4/25/2014 4. The front doors shall be double sealed equipped with 2" elastomeric material on each section that overlaps a minimum of 1.5" to form a tight seal to prevent water from entering the bus. The seals shall be of automotive quality that does not degrade or crack with aging. The seals shall be mounted in a groove that allows for easy replacement if necessary. The overlapping center door seals shall be a flexible material that exerts no more than a ten (10) pound force on a one (1)- square inch of any passenger struck by a closing door. 5. The front doors shall have a clear opening width of 30 inches (minimum) with ability to go as high as 36 inches, depending on floorplan and vehicle size, as measured from inside edge of doorframe, and full height of 80 inches (maximum) clear"walk in" headroom as measured from the top of the front step to the underside of the front doorframe header. 6. Each door leaf shall have a single pane, tinted, and tempered safety glass that conforms to all applicable Federal and State Motor Vehicle Safety Standards. 7. The entrance doors shall be equipped with windows of adequate size and placed so as to allow the driver to see and judge curb locations when stopping. 8. The front doorframe(s) shall be constructed with standard interlocking minimum .125" extruded satin anodized 204R1 rated, aluminum, stainless steel, or zinc plated steel extruded frames with a high quality anodized finish. 9. Suitable padding to protect the heads of boarding or exiting passengers shall be installed on the lintel of the front service entrance doorway. 10. A thick rubber threshold seal or brush comb shall seal any gap between the lowest part of the door and the mating step surface greater than 3/8". B. Mobility Lift Door 1. The mobility lift door shall be two entry doors. 2. Mobility lift door(s) shall be located either on the rear curbside of the vehicle or in the front of the vehicle next to the front passenger door, depending on seating plans and details provided by the vendor. 3. Mobility lift door(s) shall provide 68 inch (minimum) of clear walk-in headroom as measured when lift is in full raised usable position. The lift door shall have a clear opening width adequate for the ease of operating the mobility lift being supplied with this vehicle. Door fasteners or hardware, etc. shall not protrude into the door opening. 4. Lift door(s) shall be constructed utilizing a stainless steel or aluminum subframe. Wood framing shall not be acceptable. Door opening frame will be powder coated to match vehicle interior. Door shall be designed for long life/heavy use and a minimum of 14 gauge, 1 inch tubular steel around the perimeter. 5. A positive factory-installed gas shock at top of the doors to assist in maintaining an open or closed position of the door shall be installed to ensure the lift doors 40 LARGE CUTAWAY BUS 4/25/2014 stay open when the lift is in use. An additional door tether shall be installed that will prevent the doors from opening past 100 degrees. 6. Lift door(s) shall have a glazed window that is viewable from the wheelchair positions inside the vehicle and meets all applicable Federal and State Motor Vehicle Safety Standards and Americans with Disabilities Act (ADA) requirements. 6. Padding shall be installed inside of vehicle over mobility lift doorframe header. 7. The door(s) shall have a "door ajar" light and alarm, which will alert the operator when the door is not securely closed and latched. The light shall be a red indicator light identified as "LIFT DOOR AJAR" and shall be located on the operator's dash panel easily seen by the seated operator. C. Door - General 1. Four (4) sets of keys and locks for all doors shall be supplied. All vehicles shall be keyed alike for chassis and exterior doors. 2. All doors shall be properly sealed to prevent entry of air drafts and water into vehicle interior including spray from commercial vehicle wash equipment and driving rain. 3. Materials used for weather seals shall be designed to withstand varying temperature extremes, road splash, salt and other exterior elements without cracking, leaking, loosening, or deteriorating. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 19. PASSENGER DOORS OPTIONS Option 1. 19D. Rear Emergency Exit Door Vendors shall provide pricing for the option of a rear emergency exit door in lieu of a rear emergency exit window. 1. The rear emergency exit door shall be 32" wide by 54" high (nominal) and shall have stationary windows in the upper and lower halves of the door. The emergency door shall have upper and lower glazing and include one 11" x 14" 41 LARGE CUTAWAY BUS 4/25/2014 static cling 'fish eye' wide-angle rear window lens. The lower window shall have a see through mechanism to prevent contact of mobility devices. 2. Rear emergency door shall be equipped with a securement device to hold the door safely in the full open position. Cord, rope or strap securement devices will not be accepted. Door hold open spring system shall be bolted to both the rear door and the door header with a heavy strength bolt (s), minimum Grade 5 bolt (s), not rivets. 3. The door shall have a "door ajar" light and alarm, which will alert the operator when the door is not securely closed and latched. The light shall be a red indicator light identified as "REAR DOOR AJAR" and shall be located on the operator's dash panel easily seen by the seated operator. 4. An exterior door latch will be included. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 20. SERVICE COMPARTMENTS AND ACCESS DOORS A. Access for maintenance and replacement of equipment shall be provided through panels and doors that appear to be an integral part of the vehicle. B. Access opening or doors in floor of vehicle interior shall be properly secured and sealed to prevent entry of fumes and water into the vehicle interior. Method of sealing shall provide for removal and replacement of access doors without damage to sealing requirement. C. An access door shall be made to access the overhead compartment for all ITS equipment and made large enough to remove DVR if needed. C. Access doors shall be provided, where necessary, to service transmission, engine, radiator, lift, batteries and/or air-conditioning components. D. A lockable driver's storage compartment shall be provided. The size and location shall be approved by the purchasing agencies. 42 LARGE CUTAWAY BUS 4/25/2014 Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 21. WINDSHIELD AND WINDOWS A. The windshield and driver door shall be OEM glazed with laminated glass and uniformly tinted. Windshield shall have a heavier tint band above eye level, if available from factory. The windshield will be equipped with two-speed electric windshield wipers with intermittent feature. B. Side windows shall be a flat black, aluminum frame, egress transit type or top T- sliding panel type that meets all applicable Federal and State Motor Vehicle Safety Standards. The T-sliders shall be located at the top of the window. Minimum passenger window size shall be 30 inches wide by 36 inches high. A smaller'filler' window may be allowed to accommodate certain configurations in order to maximize visibility from the passenger compartment. C. Passenger window glazing shall be Lucite SAR Bronze BZ-2412 or tinted to permit 30% light transmission (maximum) bronze or grey tint. D. There shall be a minimum of two (2) emergency exit windows on each side of the vehicle. These windows shall be top hinged and meet the specifications described in item "B" of this section. Decals with instructions as to their use shall be provided and shall be permanently fastened on the inside of the vehicle, located over or beside the emergency windows. The emergency exit windows shall comply with FMVSS requirements. E. A rear emergency window shall be provided in lieu of an emergency exit door. The rear emergency window shall be large enough so that in conjunction with the rear view mirrors, blind spots are not created. Seat backs shall not intrude in required emergency exit window. Low back seats shall be used on rear wall when raised floor option is chosen. Window shall be equipped with an audible alarm system to alert the driver when the window is not completely closed. F. All emergency exits shall have clear unobstructed openings and be noticeably labeled. G. All windows shall be fitted with durable, firmly installed, weather seals to prevent the entrance of air and water, including spray from commercial vehicle wash equipment and driving rain. Materials used for weather seals shall be designed to withstand varying temperature extremes, road splash and salt and other exterior elements without cracking, leaking, loosening or deteriorating. Caulking around the windows shall only be 43 LARGE CUTAWAY BUS 4/25/2014 used as a seal, not to make up for body defects or out of tolerance window openings. H. Drain holes shall be incorporated in the window sash frame to allow interior condensation to drain to the exterior. Body and sash construction shall be such that the sash drain shall prevent entrance or back up of water into the vehicle. I. The installed windows shall have no sharp edges or protrusions. 3. All glazing shall meet all applicable Federal and State Motor Vehicle Safety Standards. K. Windshield and windows shall meet all applicable Federal and State Motor Vehicle Safety Standards. L. A full window shall be provided in the transition panel between the windshield and the ambulatory passenger door(s) to eliminate the blind spot created by the transition panel and enable the driver to view the curb from the driver's seat. The body panel partition between the transition window and entrance doors shall be as narrow as possible to maximize the driver's view of the area around the entrance doors. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 22. LIGHTING A. Exterior Lighting 1. All exterior lights shall conform to State of Colorado and U.S. Department of Transportation requirements and meet the requirements of FMVSS/DOT specifications. 2. Rear exterior light configuration shall include red brake lights (standard and center mounted), amber turn signals, and clear reverse lights. Rear Center High-Mounted Stop Lamps (CHMSL) to be an 18" LED red strip light, low profile surface mount, or approved equal. Rear exterior light configuration shall be submitted with proposal package for approval by agencies purchasing vehicles in the statewide consortium. 3. Amber roof marker lights at the front and red at the rear, one at each corner, shall be provided and be either flush mounted or surface mounted, protected with a brush guard or by the bus body. 44 LARGE CUTAWAY BUS 4/25/2014 4. Marker lights, three (3) lamp cluster, amber at the front and red lens at rear shall be provided and protected with a brush guard or by the bus body. 5. All exterior rear and marker bus body lights to be voltage regulated light emitting diode LED with direct termination and come with protective lens coating for protection against scratching, UV degradation. 6. License plate holder at rear shall be illuminated by an LED light. 7. Daytime Running Lights (DRL's) are to be provided. B. Interior Lighting 1. Interior Dome Lights shall adequately illuminate the passenger area. Dome lights shall be illuminated whenever the entry doors are open. 2. Interior shall be illuminated with LED low profile strip lighting so as to provide a minimum of 12 foot-candles of illumination measured at 36 inches above the floor. 3. Driver courtesy light shall light when driver door is opened. All other interior lights shall operate only when ignition is in "ON" position. Stepwell and exterior front door lights shall operate only when the front passenger door is opened. A driver controlled override rocker switch shall be provided to allow operation of all interior passenger courtesy lights when the passenger front doors are open or closed. 4. LED stepwell lights shall be provided to illuminate the stepwell at the front passenger door(s). Lights shall be mounted as to not create a hazard for passengers boarding and egressing. This lighting shall not be lit with doors closed. 5. Exterior LED lights at the front and lift door areas shall be provided and shall comply with the Americans with Disabilities Act. These lights will activate only when the doors are open. 6. Wheelchair lift lights, which illuminate the lift device in a 4-foot radius outside at ground level of the door opening, shall be provided in an LED design. The light shall be wired to light automatically when lift door is opened. Lift lights shall be mounted internally in lift area above the lift in the lift door headlining. Proposer Meets Section Specifications Yes No 45 LARGE CUTAWAY BUS 4/25/2014 Noted Deviations (list all section deviations for consideration here): Section 22. LIGHTING OPTIONS A. Exterior Lighting Option 1. Fog Lights Proposer is to provide pricing for the addition of Fog lights, PIAA deluxe. B. Interior Lighting Option 1. Underhood Light Proposer is to provide pricing for the addition of an underhood service light and any additional features required to provide this service light with the required vehicle configuration. Section 23. FINISH AND COLOR A. All exterior surfaces shall be smooth and free of visible fasteners, wrinkles, and dents. Exterior surfaces to be painted shall be properly cleaned and primed as appropriate for the paint used, prior to application of paint to assure a proper bond between the basic surface and successive coats of paint for the service life of the vehicle. Paint shall be applied smoothly and evenly with finished surface free of dirt, runs, and other imperfections. Painted surfaces shall be impervious to diesel fuel, gasoline, corrosive atmospheres, and commercial cleaning agents. B. The proposer shall, as a minimum, provide a low VOC coating system that meets the following minimum requirements. 1. Primer - Corrosion resistant primer that is compatible with the basecoat/clear- coat system. 2. Basecoat/clear-coat System - a. Two part system basecoat/clear coat, low VOC, air dry, stain resistant polyurethane enamel that is ultraviolet light resistant. b. The system shall have hardness, abrasion resistance, gloss retention, flexibility, chip resistance, and good adhesion characteristics. C. Interior finish in the driver's area shall be a non-reflective material and/or flat grey color. D. Steel wheels shall be painted white. Proposer Meets Section Specifications Yes 46 LARGE CUTAWAY BUS 4/25/2014 No Noted Deviations (list all section deviations for consideration here): Section 23. FINISH AND COLOR OPTIONS 23B. Exterior Paint Color Option 1. Purchasing Agency Paint Configurations Proposer is to provide pricing for all paint and lettering configurations per the specific diagrams for each purchasing agency as provided in this proposal document in this section. 1. City of Greeley See Appendix C for picture. 2. Eagle County See Appendix D for picture. 3. Mesa County See Appendix E for picture. The following are the color numbers for the stripping, which is painted on, and is not decals. PPG FDGU 13601 Blue PPG FDGU74338 Red PPG FDGU 33723 Indian silver metallic PPG equal to FLNA 4123 Black The full body is Standard White PPG 90631 4. Roaring Fork Transportation Authority and City of Aspen Bus body to be painted white. No additional lettering, paint or decals required. 5. Town of Snowmass Village See Appendix F for picture. 6. All Points Transit See Appendix G for picture. 47 LARGE CUTAWAY BUS 4/25/2014 7. City of Durango See Appendix H for picture. Paint: Code red; PPG#70837 8. Disability Services Inc. - Amblicab Transportation See Appendix I for picture. 9. Seniors' Resource Center See Appendix J for picture. 23D. Steel Wheels Paint Option 1. Wheel Powder Coating Proposers should provide optional pricing for powder coating instead of painting wheels. Color to be designated by purchasing agency. Section 24. STANCHIONS, GRAB RAILS and MODESTY PANELS A. All stanchions and grab rails shall be 1 - 1/4-inch stainless steel. Vertical stanchions shall be secured top and bottom with bolts to ceiling and floor metal framing to prevent twisting. All stanchions shall be mounted at floor and ceiling into the structural metal body member or metal plate. B. There shall be a stanchion, grab rail, and padded modesty panel located at the rear of entrance door. C. 30 inch (minimum) angled grab rails shall be installed at both sides of the entrance door, within easy reach from the ground, to assist passengers in both boarding and egressing. Grab rails shall be mounted to stanchions and structural metal members or metal plates in the sidewalls. - . 4 - -_ - -- - - _ - - - -• - - - __ _ -. Grab rails must not affect the minimum clear opening of 27" specified in Section 19; A;5. D. There shall be a vertical stanchion, grab rail, and padded modesty panel located behind the driver's seat. There shall be a smoked, shatterproof, plexiglass 3/8" thick panel filling the area from the ceiling to the grab rail and the stanchion to the wall, shock mounted to prevent rattle. The purpose of this panel is to protect the driver from being hit with objects from behind. Panel must not impair driver's seat adjustments. E. There shall be a vertical stanchion, grab rail and modesty panel located between the lift and rear most curbside stationary ambulatory passenger seat, depending on lift position. There shall be a shatterproof, plexiglass panel filling the area from the ceiling to the grab rail and the stanchion to the wall. F. All modesty panels shall harmonize with interior, both in color and design, and shall not provide a hazard to the passengers. Modesty panels are to be "through bolted." Standard screws are not allowable. 48 LARGE CUTAWAY BUS 4/25/2014 G. Overhead rails required by ADA provisions shall be at height of 71 inches to the top of the handrails from vehicle floor. The rails shall be fastened into structural metal body members or metal plates. H. Overhead handrails shall be provided that shall be continuous including the wheelchair areas, except for a gap at the rear or front doorway. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 25. MIRRORS A. Two remote control, adjustable, heated side-mounted exterior rearview mirrors. The exterior rear-view mirrors shall be firmly supported and set to give a clear view past the left and right corners of the vehicle. The exterior mirror supports must be of sufficient length-to allow a clear view along the entire side of the vehicle. The size of each mirror shall be at least 152 mm (6 inches) by at least 228 mm (9 inches). In addition, a 76 mm (3 inch) minimum diameter convex mirror shall be mounted above or below the other mirrors on both sides of the vehicle. Mirror frames and supports shall have a corrosion- resistant finish. Mirrors shall meet SAE-recommended standards and 49 CFR 393.80 as appropriate. B. A standard chassis manufacturer's rear vision mirror with non-glare, day-night feature shall be provided. An aftermarket rearview mirror is acceptable if it is not available from the OEM with approval from the local purchasing agency. C. One 4 x 13 or 6 x 16 inch interior passenger-viewing mirror shall be provided and mounted in such a way to allow the driver to easily view passenger activity in the vehicle from the driver's seat. Proposer Meets Section Specifications Yes No 49 LARGE CUTAWAY BUS 4/25/2014 Noted Deviations (list all section deviations for consideration here): Section 26. MOBILITY LIFT A. Wheelchair lifts shall be commercial type, Ricon Titanium 1,000 lb capacity S Series, meeting ADA and FMVSS 403 and 404 requirements, and meeting the following listed requirements. Additional Braun or Ricon models will be identified and priced by the vendor in the Mobility Lift Option price sheet section to provide purchasing agencies choice based on passenger needs. B. All attachments of the lift assembly to the vehicle shall be done through structural support members. Bolting of any part of the lift assembly directly to the vehicle sheet metal walls will not be acceptable. C. The wheelchair lift shall be electro-hydraulically or electro-mechanically operated, mounted on the curbside of the vehicle, and accessible via access doors. D. The wheelchair lift shall be interlocked with the transmission and emergency brake in such a manner as to prevent the vehicle from moving with the wheelchair lift door in the open position and prevent the wheelchair lift from being operated until the transmission is in park and the emergency brake is completely set. A dash mounted, indicator light will come on to show the system is activated. E. Lift shall incorporate a power fold mechanism for platform. The lift shall incorporate a positive locking mechanism to prevent drifting from the stowed position. F. The lift platform shall be secure and stationary when it is in the stowed position. No lift part shall intrude into the vehicle's body more than eighteen and a half (18.5) inches when in stowed position. G. The lift assembly shall safely accommodate a minimum load of 800 pounds, but can accommodate 1000 pounds depending on lift model. All power units, operating joints, linkage and mounting points to the body shall be certified by the manufacturer as being adequate for the minimum load requirements. H. Lift shall be power-up and power or gravity-down. I. There shall be a pressure relief built into the hydraulic system to prevent "jacking" o f the vehicle should the power remain on once the lift touches the ground. J. The lift platform shall have an automatic stop-and-hold mechanism to prevent the platform from free falling or folding any faster than 30.48-cm/second (12 inches/second) in the event of a power failure or equipment failure during the raising and lowering modes. K. An automatic safety barrier shall be provided at front of platform. An automatic or manual release of barrier at ground level is required. 50 LARGE CUTAWAY BUS 4/25/2014 L. Lift shall be equipped with a manual override to permit lift to be raised or lowered manually in event of power failure or emergency. M. Hand held lift control shall be provided with a minimum 5 foot cord attached so lift may be operated from inside or outside of vehicle. N. A passenger handrail shall be provided on both sides of lift platform. 0. Adequate provisions for safely storing the lift controls, when not in use, shall be provided inside the vehicle. P. All pulleys, chains, cables, hydraulic cylinders etc., when provided, shall be fully enclosed. Q. A complete set of operating instructions, schematics and a troubleshooting guide shall be included with each lift. R. Lift platform shall be minimum 32 inches wide, as measured from inside edge to inside edge of platform. S. Control box shall be lightweight and weatherproof. Additionally, controls shall have sequence interlock to prevent folding of lift platform before it is in full raised position. T. A safety device shall be provided that shall render lift inoperable when lift door is closed. U. A red warning light/audible alarm shall be located on the driver's instrument panel and shall activate when the mobility lift door is not secure. The warning light shall be labeled "Door Ajar". Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 26. MOBILITY LIFT OPTIONS 26A. Lift Type Option 1. Lift Model Pricing Proposers will provide 6 additional types of mobility lift options for agencies to choose from. The optional pricing shall include pricing for the following lift models: 51 LARGE CUTAWAY BUS 4/25/2014 • Braun Vista 2 • Braun Century 2 - Platform 34" x 51" • Braun Century 2 - 1,000 lb capacity, Platform 34" x 54" • Braun Millennium 2 • Ricon K-Series KlearVue • Ricon Titanium - 1,000 lb capacity, K Series Option 2. Safety Lift Belt A belt for the front and rear of the wheelchair lift to help prevent accidents, Access-Arize or approved equal. The belt is to be 35 inches in length from end to end, made with: elongated webbing 1 3/4 inches wide, 2 inches of Kevlar material sewn on each end of the webbing, a metal seat belt buckle in the middle of the belt, 9.5 mil grommet 3/4 inch to center of Kevlar, and Kevlar is abrade resistant. Section 27. WHEELCHAIR SECUREMENT SYSTEM A. Wheelchair Securement system shall be Sure-Lok or Q'Straint, or approved equal. Actual Sure-Lok or Q'Straint models of securement and anchor systems will be identified and priced by the vendor in the Wheelchair Securement System price sheet section. B. Wheelchair securement system shall consist of four (4) floor attachment points per location for the chair. The strap configuration shall consist of a minimum of four (4) fully automatic heavy-duty retractors that can be quickly fastened to the floor attachment points and the wheelchair. The wheelchair securement system shall consist of self tensioning and self locking features. The retractors shall have the maximum amount of 7000 pound webbing attached to "3" hooks. Each retractor shall be equipped with a male pin connector for attachment of the occupant restraint system. Tie downs shall utilize grade 8 fasteners of the size required by the securement system's OEM. The tie down fastener shall include, as a minimum, SAE grade 8 cap screws, SAE grade 8 hexagon nuts and harden washers. All four (4) retractors shall be the same in design, size and shape to avoid confusion in placement and be interchangeable and thus can be used in front, back, left or right. C. Floor anchorage points shall be Sure-Lok or Q'Straint or approved equal, utilizing corrosion resistant steel or aluminum and usable for front or rear tie downs or shared by both. Actual Sure-Lok or Q'Straint models of securement and anchor systems will be identified and priced by the vendor in the Wheelchair Securement System price sheet section. All anchorage points shall be recessed and nominally flush with the floor to prevent a tripping hazard. Recessed area shall be sealed prior to anchorage point installation to prevent the intrusion of water. Anchorage points shall be secured in accordance with FMVSS 207 AND FMVSS 208. D. Occupant and wheelchair securement shall use an integrated system and be securely fastened. For each mobility aid securement system installed in the vehicle, a corresponding occupant restraint system shall also be provided. Occupant restraint system shall meet ADA requirements and all applicable FMVSS 403 and 404 requirements. Lap belt, included as part of the occupant restraint system, shall be 108 inches. If a fixed wall mount system for shoulder belts is used, this system should not obscure use of the emergency exit window. E. Successful Proposer shall certify that wheelchair securement has met or exceeds all 52 LARGE CUTAWAY BUS 4/25/2014 applicable Federal and State Motor Vehicle Safety Standards. F. Any device that could possibly damage the wheels of the wheelchair shall not be used. G. A storage box shall be mounted on the floor or wall in the wheelchair area to safely and securely store tie down straps when not in use. Location of the storage box and type of storage box shall be approved by the purchasing agency prior to installation on the vehicle. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 27. WHEELCHAIR SECUREMENT SYSTEM OPTIONS 27A. Securement System Option 1. Securement Model Pricing Proposers will provide 5 available types of wheelchair securement system options for agencies to choose from. The optional pricing shall include pricing for the following securement systems models: • Sure-Lok FF600 Retractor • Sure-Lok AL 700 Titan • Q'Straint QRT Deluxe • Q'Straint QRT Max • Q'Straint Q'UBE with appropriate mounts based on anchorage system and wheelchair configuration. 27C. Anchorage System Option 1. Anchor Model Pricing Proposers will provide 4 available types of floor anchorage system options for agencies to choose from. The optional pricing shall include pricing for the following anchor system models: • Sure-Lok Series L Track (vendor specifies model #) • Sure-Lok Slide `N Click • Q'Straint L Track (vendor specifies model #) • Q'Straint Slide "N Click Option 2. Full Length Track 53 LARGE CUTAWAY BUS 4/25/2014 Proposers are to provide pricing for full length front to rear track to be installed on floor and above windows which allows for securement of oversized wheelchairs. Option 3. Scooter Securement System Proposers are to provide pricing for a scooter securement system configuration, five point L track wheelchair securement system. This system would require five parallel tracks. Two in front, three in rear. The fifth center rear track should be designed to be able to secure a belt/hook around the seat post of the scooter. 27G. Storage Container Option 1. Storage Pouch In lieu of a storage box, proposers shall provide pricing for a storage pouch mounted on the wall in the wheelchair area to safely and securely store tie down straps when not in use. Location of the storage pouch and type of pouch shall be approved by the purchasing agency prior to installation on the vehicle. Option 2. TDSS In lieu of a storage box, proposers shall provide pricing for the Freedman Seating Tie Down Storage System (TDSS) or approved equal. System allows wheelchair securements to be stored on the bottom of a Freedman Foldaway Seat. Section 28. MISCELLANEOUS (GENERAL) A. Maximum (heavy-duty) radiator size and cooling fan available shall be provided. Radiator shall be equipped with surge tank (if available from chassis manufacturer). B. The instrument panel shall have lamps sufficient to illuminate all instruments. All instruments shall be accessible for maintenance and repair and shall be mounted so that each instrument and all indicator lights are clearly labeled and visible to the driver. "Tell Tale" lights in lieu of the listed gauges will not be acceptable. Decals or Dymo Labels are not acceptable. Each vehicle instrument panel shall be equipped with at least the following: 1. Voltmeter - Of proper size to accurately read (without overloading) additional charge to electrical system when wheelchair lift and/or auxiliary air conditioning units are being used. 2. Oil Pressure Gauge - Provided by chassis manufacturer. 3. Engine Temperature Gauge - Provided by chassis manufacturer. 4. Fuel Tank Level Gauge - Provided by chassis manufacturer. 5. Speedometer with Trip Odometer - Provided by chassis manufacturer. 6. Hourmeter - Provided by chassis manufacturer. C. Visible and audible warning devices shall be installed to inform following vehicles and pedestrians of reverse operations. Devices should be connected with back-up lights to produce an intermittent sound to warn others while bus movement is in reverse, equal to 54 LARGE CUTAWAY BUS 4/25/2014 ECCO 530 or 575. D. Front and rear bumpers shall be provided. E. OEM horns shall be provided. F. Driver's sun visor shall be provided. G. Driver's coat hook and retaining strap shall be provided in the driver's area. H. Vehicle shall be equipped with front and rear mud flaps. I. Vehicle shall be equipped with a driver's side running board. Running board shall be a minimum of 9" deep, maximum of 12". This will be measured from the OEM body at the flange at the bottom of the rocker panel. Running Board shall extend from the front edge of the front door opening to the rear of the OEM cab. Running board must be designed to hold 300 pounds without permanently changing shape, and be slip resistant diamond plated aluminum, or approved equal. Driver entry area shall include a steel reinforced molded plastic grab handle, mounted to the rear of the door opening on the outside on the B pillar. Handle shall be a minimum of 6" grab area, durable, corrosion proof, and have no sharp edges. Installation with self-taping screws will not be accepted, must include bolts into threaded inserts and be able to support 250 pounds pull force. 3. A minimum five (5) pound dry powder type fire extinguisher, with gauge and hose, U.L. approval shall be provided. A bracket to securely hold fire extinguisher inside of vehicle shall be provided and vendor shall mount this bracket to a location in the vehicle. Type of bracket used and location shall be approved by purchasing agencies prior to installation. K. A three (3) triangle reflector kit shall be provided and securely mounted in an easily accessible location. Location shall be approved by purchasing agencies prior to installation. L. At minimum, a sixteen (16) unit first aid kit, shall be provided and securely mounted in an easily accessible location. Location shall be approved by purchasing agencies prior to installation. M. Body Fluid Cleanup Kit shall by provided and securely mounted to include at a minimum: 1. One (1) pair of Latex gloves, 2. One (1) package of absorbent powder, 3. One (1) package of antiseptic BZK towelettes, 4. One (1) bag 24"x 24" Bio-Hazard white w/tie, 5. One (1) bag plastic brown w/tie, 6. Certi-Green surface cleaner towelette, 7. Face mask, 8. Infection control, 9. One (1) SBB-2 scoop bag w/handle scraper, 10. Two (2) towels and 11. Paper crepe. 55 LARGE CUTAWAY BUS 4/25/2014 Location shall be approved by purchasing agencies prior to installation. N. All vehicles shall come equipped with, and have containers for: 1. Seat belt cutter, secured by Velcro in a location chosen and approved by the purchasing agency. 2. Fire blanket 3. Working flashlight 4. Reflective vest 5. Chock blocks (2) O. Chassis OEM manufacturer's AM/FM/CD Stereo Radio, plus four (4) speakers, two (2) in front and two (2) in rear shall be provided. The use of aftermarket radios of equal or superior quality may NOT be used to comply with specification. P. Vehicle shall be equipped with emergency flashers that operate even if brake pedal is depressed. Q. Each vehicle to be delivered with four (4) sets of keys for both ignition and door locks. R. Weight slip for vehicle must be completed by vendor and among paperwork delivered to grantee agency upon delivery. S. Vendor is to complete and provide related paperwork for a DOT inspection from the dealer, as required by the Colorado State Patrol. T. Vehicles must be aligned upon delivery. Vendor is required to provide verification in the form of documentation of this alignment with the delivery paperwork to the purchasing agency. If the documentation is not and cannot be provided, Vendor is required to pay for alignment completed by purchasing agency shortly after delivery. U. Vehicles must be clean on the exterior and interior upon delivery. V. Successful Proposer shall provide sixty (60) day temporary tags upon delivery. Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): 56 LARGE CUTAWAY BUS 4/25/2014 Section 28. MISCELLANEOUS (GENERAL) OPTIONS 28D. Bumpers Option 1. Front Help Bumpers Front "Help" energy absorbing type bumper or approved equal, based on OEM chassis type. Option 2. Rear Help Bumpers Rear "Help" energy absorbing type bumper or approved equal, based on OEM chassis type. 28I. Running Board Option 1. Running Board Deletion Proposers shall provide pricing credit to delete running board. Section 29. MANUALS A. Vendor shall provide the following numbers of listed manuals upon delivery of vehicles to purchasing agencies. All service and parts manuals furnished shall also be supplied in a PDF format to allow the information to be loaded into the purchasing agency's maintenance information system. Purchasing agencies will specify at the time of order if additional hard copy printed manuals are required for driver and training needs, and if so, how many are required. In addition, the successful proposer shall furnish a detailed maintenance and inspection schedule for the vehicle in Excel or Word Format. The maintenance and inspection schedule shall incorporate the required maintenance and inspection of the basic vehicle and of its subsystems (e.g. lift) as prescribed by the representative manufacturers. • One (1) current Bus Body maintenance** manual in hard copy printed format and one (1) in electronic searchable PDF format • One (1) current OEM Chassis maintenance and parts** manual in printed format and one (1) in electronic searchable PDF format • One (1) standard operator's manual* in hard copy printed format and one (1) in electronic searchable PDF format • One Body Parts Manual in hard copy printed format and one (1) in electronic searchable PDF format • One (1) current mobility lift manual in printed format and one (1) in electronic searchable PDF format **Maintenance Manuals: Shall contain complete and detailed data required for maintenance of the buses, including general vehicle information, specifications, troubleshooting guide, lubrication and adjustment requirements, rebuilding procedures, wire and cable sizes and ratings, wiring and schematic diagrams, engine and transmission data, and lift data. *Operating Manuals: The operator manual shall contain all information needed for the operation of the vehicle. The manuals shall be coach specific. It shall include general vehicle familiarization material, location, function, and operation of all controls, gauges, 57 LARGE CUTAWAY BUS 4/25/2014 indicators, and switches; emergency procedures; trouble symptoms and diagnostic methods; safety devices and precautions. B. Changes and Revisions Following the issue of each publication, the contractor shall provide revised pages and updated electronic files covering any changes, whether required by change of design or procedures or due to error, and the revisions shall be kept current. Manual revisions shall be supplied before or coincidental with the arrival of altered parts or components. Section 29. MANUAL OPTIONS A. Manuals Option 1. As Built Parts Manual Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 30. REQUIRED VEHICLE DATABASE INFORMATION A. The Contractor shall provide a Microsoft Excel file and hardcopy listing for each vehicle at the time that shall include (as applicable): 1. Manufacturer Name 2. Vehicle Model Name 3. Manufacturer Vehicle Identification Number (VIN#) 4. Engine make, model and serial number 5. Transmission make, model and serial number 6. Differential model and serial number 7. Alternator model and serial number 8. Regulator model and serial number 9. Starter model and serial number 10.Air compressor model and serial number 11.Air conditioning compressor model and serial number 12.Front axle model and serial number 13.Rear axle model and serial number 14.Catalyst/muffler and/or exhaust after-treatment model and serial number 15.Wheelchair ramp/lift model and serial number 58 LARGE CUTAWAY BUS 4/25/2014 Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): Section 31. REQUIRED SUPPLEMENTAL INFORMATION A. Requirements: The following technical information and descriptive material is to be furnished by the proposer as part of the proposal. 1. Any and all deviations to the specifications. 2. Description of vehicle and body equipment, including body construction procedures; chassis make and model; passenger seats; and all other pertinent information as required by the specifications or required to allow proper evaluation to determine the responsiveness of the proposal. 3. Certifications of meeting FMVSS and Federal Bus Testing Requirements to meet both pre and post delivery requirements. 4. Total capacity of fuel tank 5. Capacity and make of alternator and batteries 6. Type and size of radial tires 7. A list of authorized service representatives for chassis, body, parts, and ancillary equipment 8. Lift information 9. Securement system information 10. Occupant restraint system information 11. Descriptive information of the air conditioning equipment 12. Descriptive information on the passenger seating 59 LARGE CUTAWAY BUS 4/25/2014 Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): SECTION 32. ADDITIONAL BUS OPTIONS The following are options required in addition to the options listed in specific technical specifications sections 5, 7, 9, 10, 12, 13, 14, 16, 17, 19, 22, 23, 26, 27, 28, and 29. The Proposer shall submit detailed customer information on all options provided and pricing on the pricing sheets. A. Reverse Assistance Systems 1. HawkEye Plus reverse assistance system, or approved equal, integrated into the rear bumper. . . . .- . - - - 2. Closed circuit rearview monitoring and reverse assistance system to include two (2) wall mounted sensors to detect when the vehicle is backing near an object. 3. Dash mounted monitor and camera mounted on the rear of the vehicle over the rear door. B. Security/Surveillance Camera System 1. Purchasing agencies obtaining equipment under Section 32. B, shall have the following communication capabilities installed in the vehicle. Automatic Vehicle Maintenance (AVM) module requirements. AVM is to be able to read data from major components from a CAN line (J1939, J1587/1708) that the IVN is listening to and components that are broadcasting data on said CAN line. Clever Devices or approved equal. Provide Camera System, priced per system as defined below or approved equal. 1. REI Model R8001, 4 wedge style interior cameras 2.8MM, 1 mini box style forward facing camera, 320 GB hard drive and a 12 volt pre-wiring for drive camera with pre- wire in the destination headsign box. 2. Apollo RoadRunner 8 Camera Capability (day/night) with associated ViM software, 240ips Mobile DVR, Power Cable, RASplus Software, 1.0TB Removable HDD GPS Antenna 60 LARGE CUTAWAY BUS 4/25/2014 with iSM Interface; Multi-Band Ruggedized Dual Antennas, 5' Interior Mount WiFi and 20' Exterior Mount LTE / MIMO. 3. Seon vMax system with software management for all the hardware. 4 camera system which includes the 4 cameras, DVR, and security housing for the system in the bus (i.e. a locked compartment for the DVR). 4. MobileView Penta DVR system with up to 8 cameras. Cameras specified are to work in both day and night conditions. DVR shall be installed in the destination sign compartment. GPS antenna required. Optional wireless radio. C. Brake Retarder A driveline electromagnetic retarder of ample size shall be installed as recommended by the retarder manufacturer for the vehicle supplied with specified on/off control functions. Retarder activation system shall be the foot control operated type integrated with the brake pedal. Specify wheelbases that cannot accommodate such item. D. 4x4 Capability Ability for vehicle to be 4x4 compatible, Quigley Motor Company conversion to include hub locks and shocks, or approved equal. E. Drop Down Chains 1. OnSpot Automatic Drop Down Tire Chains or approved equal. To be permanently installed on vehicle with driver controlled switch on the driver console. 2. RUD-ROTOGRIP Light Truck with air compressor or approved equal. F. Bike Racks 1. Sportworks DL2 or equivalent bike rack mounted on the front bumper. The bike rack must be easily removed for towing. 2. Sportworks DL2 NP or equivalent bike rack m ounted on the front bumper. The bike rack must be easily removed for towing. 3. Sportworks Apex 3 or equivalent bike rack mounted on the front bumper. The bike rack must be easily removed for towing. 4. Byk-Rak Solo or equivalent bike rack mounted on the front bumper. The bike rack must be easily removed for towing. G. Ski Racks Aluminum based universal ski/snowboard racks shall be attached to the exterior of the bus on the curb side. Racks shall be installed to hold as many skis/snowboards as possible. 61 LARGE CUTAWAY BUS 4/25/2014 H. Passenger Stop Request Controls shall be provided adjacent to the wheelchair securement locations and seats for requesting stops and which alerts the driver that a passenger wishes to disembark. This shall include both audible (chime) and visual (stop request) system. For ambulatory passengers, the audible controls shall be mounted at a height easily accessible for the passengers to use. For mobility-impaired passengers, the controls shall be mounted no higher than 48 inches and no lower than 15 inches above the floor. All controls shall be operable with one hand and shall not require tight grasping, pinching or twisting of the wrist. The force required to activate the controls shall be no greater than 5 foot-pounds. I. Public Address System A public address system tied into the radio system permitting the driver to announce stops and provide other passenger information. The vehicle shall be equipped with a minimum of four (4) interior speakers and one (1) exterior weather proof speaker, which shall provide for clear, audible messages. A separate volume control shall be provided within easy reach of the driver. The system shall be muted when not in use. The microphone shall be handheld microphone located adjacent to the driver. The handheld microphone shall be secured within the driver's range of vision and easy reach. 3. Electronic Destination Signs 1. Luminator Twin Vision Mobilite automatic electronic destination sign system or approved equal. Signs shall be supplied on the front and right side. Signs must comply with ADA requirements and be of the largest size the bus will accept. 2. Luminator Horizon SMT automatic electronic destination sign system or approved equal. Signs shall be supplied on the front and right side. Signs must comply with ADA requirements and be of the largest size the bus will accept. 3. Hanover Monochrome LED automatic electronic destination sign system or approved equal. Signs shall be supplied on the front and right side. Signs must comply with ADA requirements and be of the largest size the bus will accept. K. Yield to Bus Sign • The sign will illuminate and warn a driver of a vehicle behind the transit body on chassis bus that the driver is required to yield when the bus is entering a traffic lane and also illuminate when the driver of the transit body on chassis bus is attempting to enter a traffic lane. The sign will be located on the back of the transit body on chassis bus and be controlled by a driver-activated switch on the driver console. L. Fareboxes 1. GFI Odyssey Farebox (standard height) or approved equal 3. Diamond Model XV or approved equal 4. Diamond Model SV or approved equal 62 LARGE CUTAWAY BUS 4/25/2014 Section 33. Sample Floorplans To meet the specification requirements, vendors are required to submit with each proposal 6 floorplan diagrams, two for each class, one for front lift and one for rear lift, gasoline engine. Basic floorplan examples are provided as guidelines below, not all classes or lift configurations are presented. Purchasers may request additional floorplan diagrams after Notice of Award based on individual agency needs. If permanent seating modifications are required based on individual agency needs, vendor agrees to accurately deduct and add cost of permanent seating to offer agencies floorplans at a competitive price per pricing provided in Section 16. Examples: Class E, Rear Lift 325.88 181.00 EGRESS WINNOW 33.50 EGRESS WINDOW 63.00 7- ri,amurm rim rim 115_101 kg 104515= 11111 1.1111 19A1537:14R 95.50 18.00 152.00 TYP.i(( SE ACCESS IR_ ��l<f l\,� \,� 30" / DOOR 66.00 33.50 EGRESS WINDOW EGRESS WINDOW 116.00 63 LARGE CUTAWAY BUS 4/25/2014 Class F, Front Lift 132.00 . 118..50 EGR£.S WINDOW- 'GRESS MOW 12.90 ' 11111VelaZIO"-.7'---1114,---Tors - to _ _ ILA F T 11/ l -���� C t i el 1 1- .'� .1 fli FORD 106.45., -- L 1 225 II i ( L__6:15.O0 Wc/EL1 BRSE1 1 i((E.ti �iii,B, 1 �W,E_Fi fR j l � iJ l V~1�itet i46ii�t'% 1 f,CCESS I �•� ��� DOOR 17.00 12.00 EGRESS W1NDOW EGRESS WINDOW Class F, Rear Lift 206.50 E0 .S WIN 9V 5 - 3300 EGRESS WINDOW S a kral [tom [I{U Dl�I_ -! IL I HI [�th tea ito do [(0 i, ���P�I !FARO , 9550 F _ 18.00 177.00 7YP. 11 225'Bill WHEELCHAIR I % I� It ��C E [11111 gm■L �_0 % LARGE CUTAWAY BUS 4/25/2014 Class G, Rear Lift Rod t Proposng 98.O in ,.. 11 _____ Foal Cutaway Bus N Cutaway Bus std 96'Wide 30 it _I—"- 4r i__ e_..„,,....01:1� I tromd-- © I©u©_ © —� it 3r--• i - 65 Colorado Mountain Purchasing Addendum #1 Consortium March 21, 2014 . CMPC-14-BOC-RFP Addendum #1: CMPC-14-BOC-RFP Schedule: Please note the following schedule change. The date and time of the pre-proposal meeting has changed. All other schedule dates remain the same. EVENT DATE RFP Issued and Advertised Wednesday, March 5, 2014 Pre-Proposal Meeting 9:00 AM MDT, Wednesday, April 2, 2014 Proposer Questions/Deviations/AE 5:00 PM, Wednesday, April 9, 2014 Due CMPC Issued Addenda 5:00 PM, Friday, April 25, 2014 Proposal Submission Deadline 5:00 PM, Monday, May 12, 2014 Notification of Award to Proposers(s) Approximately June 9, 2014 Part 1; Page 7 Date Modifications, A Pre-Proposal Meeting will be held on Wednesday, April 2nd, 2014; 9:00 am MDT; Online via GoTo Meeting, no RSVP required, no in person meeting will be held due to varying CMPC partner locations across the state. Web link: https://global.gotomeeting.com/join/114870941 ; Audio via Conference Line: (626) 521-0014; Access Code: 114-870-941. Prospective proposers are urged to make every effort to attend this meeting. Prospective proposers are requested to submit written questions to the CMPC Program Administrator, identified above, by email in advance of the Pre-Proposal Meeting. Questions may be submitted up until 5:00 PM MDT on Friday, March 28th, 2014 before the pre-proposal meeting. Responses will be shared with all prospective proposers. Prospective proposers are reminded that any changes to the RFP will be by written addenda only, and nothing stated at the Pre-Proposal Meeting shall change or qualify in any way any of the provisions in the RFP and shall not be binding on the CMPC. CMPC-14-BOC-RFP March 21, 2014 Colorado Mountain Purchasing Addendum #2 • Consortium April 25, 2014 CMPC-14-BOC-RFP Addendum #2: Attached are the CMPC responses to the clarifications, specification deviations, and approved equals submitted by potential proposers on April 9th, 2014. There are a total of 7 files (including this cover page) that address the responses and revisions provided by the CMPC. 1. PDF table of responses to submitted clarifications. Table includes vendor request, specification page reference, small/medium or large bus specification reference, and CMPC response. 2. PDF table of responses to submitted specification deviations. Table includes vendor request, specification page reference, small/medium or large bus specification reference, and CMPC response. 3. PDF table of responses to submitted approved equals. Table includes vendor request, specification page reference, small/medium or large bus specification reference, and CMPC response. 4. Revised Appendix A: Small/Medium Cutaway Bus Specifications. Omitted information has a strikethrough in the text. All added language is in blue font. 5. Revised Appendix B: Large Cutaway Bus Specifications. Omitted information has a strikethrough in the text. All added language is in blue font. 6. Revised Part 3: Warranty Provisions. Omitted information has a strikethrough in the text. All added language is in blue font. Please note: If a vendor request was denied, because proposal evaluation will be based on performance and not price alone, the denial does not preclude a vendor from submitting a proposal including the product or deviation that was denied. The CMPC will evaluate all proposals based on the vehicle offered being able to meet the specifications and score proposals that meet or exceed the specification higher than those that do not. All proposers must include, with every vehicle class submitted for consideration, a copy of either Appendix A or Appendix B completed to verify if the vehicle proposed meets specification. If the vehicle does not meet the modified specification in a given section, the vendor is to note the reason why and provide appropriate backup documentation to substantiate the deviation. All non-approved deviations in this Addendum should be noted in the proposal via the text boxes provided in the various specification sections in Appendix A and B. Vendors are also to submit electronically information requested in Part 3 under Exhibit 3-1. CMPC-14-BOC-RFP April 25, 2014 CMPC_14_BOC_RFP Clarification Requests Small/Medium or Large Bus Request Spec Page;Reference Request CMPC Response This section references 49 U.S.C.5323(e)which refers to Bond Proceeds PART 4-VEH.SPECS;PAGE 4;2;PART S- Small and Large Revised.Please see specification eligible for local share. Could you please verify this reference. VEH.SPECS;4,2 change page 4. Please confirm that the reference to"...minimal amounts of fiberglass or PART 4-VEH.SPECS;9,5.A;PART 5-VEH. Revised.Please see specification ...(FRP)"relates to the vehicle structure rather than the exterior skin. SPECS;8,5.A Small and Large change on page 8 in Appendix B and page 9 in Appendix A. Clarification:Suggest CMPC make undercoating of the buses a standard PAGE 11;BODY AND ROOF-OPTION 1 No,remains an option only.Some requirement as opposed to an option for this procurement. UNDERCOATING Small and Large CMPC agencies do not want undercoating standard. Please clarify if the 5.4L V8 engine is acceptable on the 158"and longer wheelbase.At what point is the V10 engine required in regard to wheelbase PAGE 13-5.4L V8 OR V10 ON 158"AND Small Revised.Please see specification length. LONGER change page 13. This requirement will not be deleted. Clarification:Ford and GM do not offer load leveling suspension on their If it Cannot be provided,make note, cutaway chassis.Please indicate whether this requirement is waived or and proposal will be evaluated whether CMPC will require an aftermarket air suspension system such as a PAGE 22;SUSPENSION Small and Large appropriately during the adherence to Kellerman be included on the base bus. technical specifications evaluation process. • Please clarify what type of support you would like under the battery tray. PART 4-VEH.SPECS;24-BATTERY Small and Large Structural support. Revised.Please see specification change on page 24 in Appendix B and Please provide supplier name and contact information for the specified PART 4-VEH.SPECS;25,12.B.4;PART 5- Small and Large page 25 in Appendix A. Not chrome retractable latch. VEH.SPECS;24,12.B.4 understood why the name and supplier is required for the retractable latch. If the thumb latch is correctly latched,the battery compartment door should remain in the closed position,whether or not the latch is engaged. PART 4-VEH.SPECS;25,12.B.5;PART 5- Small and Large What is the vendor requesting to be However,the manufacturer has no control over whether the latch or the VEH.SPECS;24,12.8.5 clarified? lock is properly fastened. Please clarify,the CFM for the evaporator should be 1665 CFM. pg 28,Interior Climate Control Small and Large Yes,1665. Revised.Please see specification change on page 28. Please clarify your requirements for an upholstered interior. Is auto cloth PART 4-VEH.SPECS;32,14A.OPT 1;PART acceptable,or do you require the use of upholstery fabric? 5-VEH.SPECS;31,14A,OPT 1 Small and Large Upholstered fabric. Clarification:If passenger seats are required to meet FTA recommended fire safety practices fo transit bus and van material selection,then why Revised.Please see specification have you specified"Transit Grade Polyurethane:foam in paragraph 7? PAGE 34;SEATING-PARAGRAPH 7 Small and Large change on page 32 in Appendix B and Polyurethane foam is the standard foam used by Freedman seating and page 33 in Appendix A. does not meet the FTA recommendations you have specified. Revised.Please see specification Clarification:If passenger seats are required to meet FTA recommended change on page 32 in Appendix B and fire safety practices for transit bus and van material selection,then why PAGE 34;SEATING-PARAGRAPH 8 Small and Large page 33 in Appendix A.Freedman have you specified"Freedman Level 3 fabric"in paragraph 8?Level 3 fabric Level 3,4 and Repel remain part of does not meet the FTA recommendations you have specified. the specification and/or option requirements. Clarification:Paragraph 14 states that the foldaway seats must meet or Revised.Please see specification exceed FMVSS 225 which is for child restraint anchorage systems.By change on page 34 in Appendix B and specifying this,are you requiring that we add Freedman CRS latches to PAGE 34;SEATING-PARAGRAPH 14 Small and Large page 35 in Appendix A.The every foldaway seat.We ask because these latches are typically put on requirement for FMVSS 225 was fixed seats not foldaways. removed. Request clarification concerning Citiseats,do you want solid plastic or seat Page 36 Passenger Seating B14 Option 1&2 inserts? Citiseats;Page 35/36 Passenger Seating B14 Small and Large Seat inserts. Option 1&2 Citiseats Page 38 Section 17.FLOOR AND FLOOR Revised.Please see specification reads clarify if galvanized steel,aluminum,or approved equal 0.20"should COVERING-178;Page 38 Section 17. Small and Large change on page 38 in Appendix B and FLOOR AND FLOOR COVERING-178 page 39 in Appendix A.0.020 is correct. Request clarificatoin on thickness of floor underbelly materila. Revised.Please see specification Specifications call for 0.20"thick which is almost 1/4"thikc,did you intend PAGE 38-SUB FLOOR STRUCTURE Small and Large change on page 38 in Appendix 8 and on 0.020 thickness. page 39 in Appendix A.0.020 is correct. 1 4/25/14 CMPC_14_BOC_RFP Clarification Requests Small/Medium or Large Bus Request Spec Page;Reference Request CMPC Response Clarification:You have specified two different floor coverings in the same Please see specification change on bus.Please clarify if you desire Altro Meta Slip Resistant floor covering page 37-38 in Appendix B and page which is completely smooth or RCA rubber with smooth 18"thick rubber PAGE 38;FLOOR COVERING Small and Large 38-39 in Appendix A to verify what under the seats and 3/16"thick ribbed rubber in aisle and on steps. flooring is required and optional. Page 39 Section 17.FLOOR AND FLOOR Please see specification change on Please clarify if Precidium is a spray on flooring material,if option not COVERING-17F 2;Page 38 Section 17. Small and Large page 37-38 in Appendix B and page available is Altro Transflor Chroma as specified OK in lieu of Precidium. FLOOR AND FLOOR COVERING-17F 2 38-39 in Appendix A to verify what flooring is required and optional. Please clarify which would be standard and which would be an option,rear Page 44 Section 21.WINDSHIELD AND Rear emergency window is to be emergency door or a rear emergency window.Request clarification-page standard.Rear Emergency Door is an 41 asks for a rear emergency door and page 4 asks for a rear emergency WINDOWS-E;Page 43 Section 21. Small and Large g cY p 9 WINDSHIELD AND WINDOWS-E option.see page 41 in Appendix B window. and page 42 in Appendix A. Clarification:Please explain how it would be possible to add ADA compliant Revised.Please see specification parallel entry grab rails to the ambulatory entry door without affecting the PAGE 49;STANCHIONS,GRAB RAILS,& Small and Large change opening width.Did you mean to say"must not affect the minimum MODESTY PANELS 9 ge on page 48 in Appendix B and clear opening of 27"specified earlier in the technical specification?" page 49 in Appendix A. Please clarify that the base unit quote will not include price for a Page 51 Section 27.WHEELCHAIR securement system and that number of securements in the specifications SECUREMENT SYSTEM Large This is correct. will be quoted as options for the different agencies to pick from. Clarification:Intermotive products will not state that their Hawkeye reverse assistance system will continue to operate if it is involved in even one 5- Revised.Please see specification MPH impact. This criteria is often used to describe a Help bumper though. PAGE 55;ADDITIONAL OPTIONS Small and Large change on page 60 in Appendix B and Do you require us to price a Hawkeye and Help Bumper for this item or just page 61 in Appendix A. the Hawkeye? Page 63 SECTION 32.ADDITIONAL BUS An example is Dialight.7"Yield to Please provide vendor information for the specified warning sign. OPTIONS K;Page 62 SECTION 32. - Small and Large Bus Lamp.Vendor can submit Manufacture and model. ADDITIONAL BUS OPTIONS K whatever manufacturer meets specification. Please detail your meaning of"Manufacturers Warranty"as many component parts fall short of the 2 year unlimited mile request.Is this for PART 3-WARRANTY;PAGE 2 Small and Large Please see revised Part 3,Warranty. all components? 2 4/25/14 CMPC_14_B0C_RFP Specification Deviation Requests Small/Medium or Large Bus Request Spec Pane;Reference Request CMPC Response Altoona Testing PLEASE ACCEPT THAT THE FTA HAS RULED THE FOLLOWING:A change in a previously-tested bus model's fuel system from gasoline to CNG is a major change and triggers Partial Testing requirements;tests in which FTA might reasonably expect to obtain different data(compared to the baseline gasoline-fueled version of the bus)would need to be repeated.Accordingly,each newly-offered fourth-party conversion to a CNG fueling system(consisting of a particular design,specific major components[whether produced in-house or by outside suppliers],installation techniques,and In general this request is acceptable.With the Proposal calibration)must have completed testing at the Bus Testing Center that Includes at least the Maintainability,Safety, documents,proposers must submit both Altoona testing Performance,Structural Durability(test 5.7),Fuel Economy,dynamic Noise(i.e.,noise tests involving engine 9 operation),and(if the conversion was contracted for testing on or after January 1,2030)Emissions tests,since these PAGE 4;ALTOONA TESTING; documents and any FTA approved exceptions[0 Altoona are the tests in which we would expect to obtain significantly ifferent data due[o the conversion.Once a PART -VEH.SPECS;PAGE Castings.Formal letters from FTA,as provided with this y particular 4;2;PART 5-VEH.SPECS;4,Small and Large request,are the only acceptable forts of exception fourth-party CNG conversion of a particular chassis has completed the testing specified above,it may be substituted 2 documentation provided.Altoona testing documents are for the corresponding gasoline chassis in bus models that have satisfied FTA Bus Testing requirements on that corresponding gasoline chassis.See attached letter from the FTA to the body builder provided labeled SECTION 2 to be provided for both the actual vehicle and the fuel ALTOONA TESTING.; system as appropriate. The FTA has stated that as long as a manufacturer has tested their body on a particular chassis,they can use another manufacturer's CNG test,as long as both manufacturers use the same system,as compliance with the bus test requirements. See attached emails. It is our intention to follow this procedure for the alternate fuels submittals for your procurement. Chassis,GVWR,Wheelbase,Length,Width Please accept a wheelbase of 201"for the Class E-Body on Chassis cutaway bus.A 201"wheelbase is the shortest p.5-Class E-Body on Large Accepted.Please see specification change on page 5. OEM wheelbase for the Ford F-550 available to us, Minimum OEM GVWR and passenger capacity are as specified. Chassis Wheelbase We request approval to provide a 201-213"wheelbase on the Class F vehicles and 213-233"wheelbase on the Class G Accepted as long as the seating capacity requirements wheelbase. PART 5-VEH.SPECS;5,3. Large are still met.Please see specification change on page 5. please lower the gvw requirement to 14,200 pounds to allow us to bid our law floor product. PART 4-VEH.SPECS;6 Small and Large Accepted. Denied.Vendor may still propose use of the product but We request approval of an interior with proposal provide adequate support documentation qu pprova (minimum)width of 90.5". PART 5-VEH.SPECS;6,3.8 Large that shows how the interior minimum width does not hinder the wheelchair movement and access,then the CMPC will reconsider. PART 5-VEH.SPECS;6,3.D; Accepted.Please see specification change on page 6. We request approval to provide an overall height 118.5". PART 5-VEH.SPECS'10, Large Please note that any Combination of air conditioning and OPT 2 6 4x4 exceeding 122"must be identified in the proposal for consideration. Please accept an exterior height oat to exceed 122". Accepted.Please see specification change on page 6. An exterior height of 122"is the height of our bus with the features and bptions described in the base vehicle P 6-Section D.Height Large Please note that any combination of air conditioning and specifications for Large Heavy Duty Cutaway Bus. Roof mount air conditioning systems from Thermo King(Interior Overall 4x4 exceeding 122"must be identified in the proposal Climate Control Option 421 and the action fora 4 x 4 ronversion will further increase the exterior height for consideration. Requesting approval of an interior width of 92". Requesting approval of our standard exterior and interior width. 6,B.Width;6 Length Accepted.Please see specification change on page 6 of 96"wide exterior vehicle shall have a 92"interior width, Overall:Width Small and Large Appendix A.Large bus request meets specification as stated. 102"wide exterior vehicle shall have a 97"interior width. Denied.Do not understand request.Specification states Request for approval of height not to exceed 12"for Standard Floor Buses for heavier GVW. Page fi Section 3 D Step Wr a "shall be no more than 12 inches,unless flat floor is Height g being provided."How does request differ?Will need more Information submitted at time of proposal. The entry door for both the front and rear lift models of the Class D bus is 30"in width.Approval is requested qu PART 4-VEH.SPECS;6,3; . PART 5-VEH.SPECS;6,3 Small and Large Accepted. Accepted.Please see specification change on page 7. We request approval to provide an overall height of 118"for the flat floor buses. PART 4-VEH.SPECS;7,3.0 Small Please note that any combination of air Conditioning and 4x4 exceeding 122"must be identified In the proposal for consideration. We request approval to calculate the load based on the industry standard of 200 pounds per wheelchair. PART 4-VEH.SPECS;7,3.E;Small and La PART 5-VEH.SPECS;6,3.E. urge Denied. Accepted.Please see specification change on page 6 in Requesting approval of an overall height(minus any roof hatch or A/C):standard floor height is 114".Flat floor bus Appendix a and page 7 in Appendix A.Please note that height is 122"in order to maintain the same interior height for passenger comfort. 7,D.Heigh[Overall Small and large any combination of air conditioning and 4x4 exceeding 122"must be identified in the proposal for consideration. Requesting approval of our standard ground to first step height of 12"+/-1".Request ground to first step 12"+/-1"to 7,G.Step Height;39 Steps and Denied.Vender may still propose use of the product but allow for minor variations in vehicle spring suspension height. Sepwell;6G.Step Height;38 Small and Large with proposal document the actual step height for CMPC Steps and Stepwell consideration. Fasteners Request allowing manufacture to provide proof of compliance by fastener vendor for fastener used. Most fasteners Page 8 B Section 4.FASTENER today are not produced in the U.S. Buy America compliance will not be jeopardized by the use of foreign manufactures SPECIFICATIONS;Page 7 8 Accepted.Please see specification change an page 7 in products.Request approved equal for fasteners made other than USA.We use manufacturer grade fasteners which Section 4.FASTENER Small and Large Appendix B and page 8 in Appendix A. meet industry standards. SPECIFICATIONS Please remove paragraphs A and C from Section 4 Fasteners.Reason 41:The bus body builder has chosen fasteners that passed a 7 year/200,000 mile Altoona endurance test with no significant issues.Reason 02:The body builder is being requested to stand behind the vehicles built for this RFP for an amount of time/mileage significantly longer than industry standard and longer than the chassis warranty.They must be allowed to use proven fasteners to ensure • The request to modify the specification is to remove continued quality.Forcing them to source new and different fastener,and then stand behind them for so long is not PAGE 8;FASTENERS;PART 4- sections B and C,not A and C.This is accepted.Please logical.Fasteners used in critical areas will be American made and appropriately Small and Large n graded opera to but no all fasteners can be VEH.SPECS;8,4.6&C see specification 8 i Appendix change on page 7 in Appendix B and proven to be American made.Please accept above.e.Exposed language ten to on the teagaph5 b and made"Fasteners used in page 8 in Appendix A. critical safety areas must be Grade 5 or above.Exposed fasteners on the exterior must be made of stainless steel.; Please delete the requirement to utilize fasteners made in the U.S.from these requirements. The fasteners used may be of foreign origin,however,they will comply with the applicable SAE,U.S.S.or Metric standards. 3 4/25/14 • CMPC_14_BOC_RFP Specification Deviation Requests Small/Medium • or Large Bus Request Spec Page;Reference Request CMPC Response • Insulation Requesting approval of our standard insultation. All wall cavities are filled with 1 1/2"block foam insulation.The components are vacuum laminated using water activated urethane adhesive. 12,Section 6 Insulation;11 Small and Large Accepted. The exterior skin is a one piece.045 filon/fiberglass composite laminated to 2.7 mm lauan.The cavities of the roof Section 6 Insulation structure are filled with expandable spray foam insulation.. Total vehide at a minimum meets a value of R-7. • Denied.Vendor can still propose use of this vehide but we meet this specification ex<pet(or[he front cap where we use a fail insulation with less than an r]value PART 4-VEH.SPECS;12- Small and Large the product will be evaluated and scored accordingly INSULATION against other products that use R7 and higher insulation value. Please accept an insulation rating of R6 as the minimum value.The hone Denied.Vendor can still propose use of this vehicle but Product has been tested to a value of R6.as the accept an insulation The factor of 06.composite body structure in our Acre p.12-Section 6.Insulation; Small and Large the product will be evaluated and scored accordingly p.11-Section 6.Insulation against other products that use R7 and higher insulation value. Request allowing insulation to meet FMVSS 302.Request changing to FMVSS 302 compliance for fire resistance on insulation.Please accept that the body builder's insulation will not meet FTA fire safety practices for transit bus-Docket 90.Small,medium and light duty cutaways ware required to meet all applicable FMVSS safety regulations including Page 12 Section 6. FMVSS 302 fiamabifry of interior materials.But they are not required to meet FTA recommendations specified.Every INSULATION-A Paragraph 2; • other aspect of the insulation port of the specification pea Page 11 Section 6. Small and Large Accepted.Please see specification change on page 12. po lieu ecification will be met.We request approval to provide insulation that INSULATION- Paragraph meets the requirements of FMVSS 302 in li of the FTA's recommended Fire Safety Practices. A Pat h 2 Denied.Vendor can still propose use of this vehicle but We request of our insulation thickness and R rating as shown on the attached document. PART 4-VEH.SPECS;12,6; Small and Large the product will be evaluated and scored accordingly PART 5-VEH.SPECS;11,6 against other products that use R7 and higher insulation value. Exhaust Denied but please see specification change on page 14 Requesting approval in Appendix B and page 15 in Appendix A.Vendor can 9 pproval of our standard exhaust.The exhaust pipe is routed to the bumper area and then makes a 90 still propose vehide and the CMPC will evaluate and degree angle and is routed to the streetside.Exhaust pipe will have a 3 to 5"space between top of exhaust pipe and 14,Emissions Small and Large score the ability for the product to meet specification bottom of lower body panel. arge accordingly.Any deviations from the specification should men the basic intent,which is not to smash the tail pipe and not to leak exhaust into the vehicle. Denied but please see specification change on page 14 Page 14/15 D 3-Section 7. in Appendix B and page 15 In Appendix A.Vendor can Request that specification.1r behind fuel tank or exhaust should be rear comer exit.12"will be short of rear GAS ENGINE- still propose vehide and the CMPC will evaluate and corner exit TRANSMISSION;Page 13/14 Small and Large score the ability for We product to meet specification D 3-Section 7.GAS ENGINE- accordingly.Any deviations from the specification should TRANSMISSION rnee the basic intent,which is not to smash the tail pipe and not to leak exhaust into the vehicle. Please accept that the exhaust pipe will be routed to the streetside of the vehicle and that heavy duty hangers will be used and positioned as specified,however,the number of hangers used and the location of the pipe under the bus and PAGE 15;GAS ENGINE- Accepted but vendor must define with the proposal how protruding out from under the bus will be determined using industry best practices and to provide the best possible EMISSIONS Small end Large many hangers are being used per the size of the vehicle. break over angle in the rear which may not meet the measurements in the specification. m Alternators Please accept a Mitsubishi extra heavy duty alternator rated at 225 amps for the Ford F-550 application.A Ford OEM alternator with this rating is not available, p.14-Section 7.F.Electrical Large Accepted. • Requesting approval of our Chevy diesel engine that comes equipped with OEM dual 145 amp alternators. 15,Electrical Small and Large Accepted. Requesting approval of our Ford diesel engine that comes equipped with OEM 357 amp(total)dual alternators. 15,Electrical Small and Large Denied. Engine • Please revise this sentence to read: "Magnetic hex head drain plug on the oil pan,if available from the OEM chassis PART 4-VEH.SPECS;13, Will accept OEM drain plugs.CMPC will not revise 7. manufacturer." .7.6.PART 5-VEH.SPECS; Small and Large specification language. Please accept the Chevrolet 6.6L Duramax for this option. Request Diesel engine on small-medium cutaways be changed from 6.8L to 6.6L which is the only diesel engine offered through GM for cutaway van chassis. • pg 16,option I Diesel Engine;Small and Large Accepted.Please see specification change on page 16. Please accept that the GM 6.6L diesel engin.as equal t0 the 6.8L diesel engine specified which is not available on a ' cutaway chassis at this time.PLEASE ACCEPT THAT THE GM 6.6L DIESEL ENGINE AS EQUAL TO THE 6.8L DIESEL ENGINE SPECIFIED WHICH IS NOT AVAILABLE ON A CUTAWAY CHASSIS AT THIS TIME. Please delete the option for combining the DEF fill and the Fuel fill in one door.Ford and Chevrolet have mounted the fuel tank and DEF in different locations and will not allow the movement of the tanks.Separate doors can be accommodated. Request change that the DEF tank fill shall be incorporated within the diesel fuel fill door to DEF Tank being separate to 16 Option 1-Fuel Tank- from Fuel Tank,GM tanks are separate from each other.Manufactures do not recommend putting these fill spouts in the same location for the risk of an operator Filling the incorrect tank with incorrect fluids. Section 7;Page 15 Option 1- Small and Large It is acceptable to separate the fill sites as per OEM. Fuel Tank-Section 7 Please change the requirement for the DEF fill within fuel door-GM tanks.are very far apart. THE DEF tank is not Incorporated with the diesel fuel fill door,it is located on the other side of the vehicle.Please accept. We request approval to leave the DEF tank fill neck in the OEM location. 5 4/25/14 CMPC_14_BOC_RFP Specification Deviation Requests Small/Medium or Large Bus Request Spec Page;Reference Request CMPC Response please accept an 1pg system with 37 useable gallons. PART 4-VEH.SPECS;19- Small and Large Accepted. LPG Differential Ratio Standard gear ratios are acceptable per the chassis OEM Please accept a rear differential ratio of 4.88:1 for the gasoline engine Ford F-550 chassis. Ford recommends a 4.88:1 p.20-Section 8.A. Large recommendations.However agencies will request special with the gasoline engine application. Differential Ratio gear ratios as needed per particular environment.Please specify available options. Standard gear ratios are acceptable per the chassis OEM The only available axle ratio for the F550 chassis is 4.56.A PART 5-VEH.SPECS;20,8, recommendations.However a request penal gas c Approval is requested. A LaryE gear ratios as needed per particular environment.Please specify available options. Rear Differential Ratio may vary depending on engine/chassis selected PAGE 21-FINAL DRIVE Small and Large Please specify options that may be available. Standard gear ratios are acceptable per the chassis OEM The only available axle ratio for the E450 gas chassis is 4.56.Approval is requested. HART 4-VEH.SPECS;21,8 Small recommendations.However agencies will request special gear ratios as needed per particular environment.Please specify available options. Suspension This requirement will not be deleted.If this requirement Please delete the requirement for OEM Load Leveling Suspension(SER),as it is not an available option on these PART 4-VEH.SPECS;22,9. cannot provided,vendor is to make note in proposal, chassis. D.;PART S-VEH.SPECS;21, Small and Large and the vehicle will be evaluated and scored 9.D. appropriately for adherence to technical specifications during the evaluation process. Tire: Denied.This specification item is an option.If the proposer absolutely cannot provide one of the options PART 4-PEA.SPECS;23, listed,it is recommended that the vehicle for Please delete this requirement,as the 2014 Greenhouse Gas Regulations preclude us from changing the OEM tires to a 10A,OPT 1;PART 5-VEH. Small and La consideration still be submitted for consideration and the different brand,size or model. SPECS;22,IOA,OPT 1 �e CMPC will consider whether the proposal is non- compliant and how best to evaluate the type of vehicle and options offered with the pricing provided. Battery In regards to one battery under the hood and one • Please Consider leaving on F550 Gas Chassis to have one battery under the hood and one battery in the battery tray. Page 23 Section 12. battery in the tray,see section B2 Option 1.This is an Please consider leaving both batteries on F550 diesel engines under the hood.There is easy access to the batteries on ELECTRICAL SYSTEM-B- Large option to be provided and is allowable.For the F550 larger chassis because the front hood pulls forward providing plenty work area. Battery 2 diesel engine,it is accepted that both batteries be located under the hood. Requesting approval to provide color codes battery cables in place of different sized cables. 24,Battery Small Approved. • please accept one battery in the tray as the other battery will stay under the hood-low floor application. PART 4-VEH.SPECS;24- Small and Large See section B2 Option 1.This is an option to be BATTERY provided and is allowable. please accept a battery box door with a side hinge. PART 4-VEH.SPECS;25- Small and Large Accepted as long as the hinge Is on the forward most BATTERY side of the battery door. Electrical/Wiring Denied.Vendor can still propose vehicle and the CMPC PART 4-VEH.SPECS;25- will evaluate and score the ability for the product to please accept fuses in lieu of circuit breakers. WIRING Small and Large meet specification accordingly.If fuses must be used, clearly Identify with pictures and documentation in proposal where and how fuses will be used. Denied.Vendor can still propose vehicle and the CMPC Requesting approval for our standard electrical board that utilizes fuses that include LED indicator light and manual will evaluate and score the ability for the p to eset circuit breakers. 25,Wiring;24,Wiring Small and Large meet specification accordingly.If fuses must sI b be used, clearly identify with pictures and documentation in proposal where and how fuses will be used. Please allow that all body harnesses will be joined using mate'n'lock connectors with pins rated up to 15 amp versus PAGE 2S;ELECTRICAL Small and Large Accepted. terminal strips. SYSTEM-WIRING Denied.Vendor can still propose vehicle and the CMPC will evaluate and score the ability for the product to Please accept bus body builders standard procedure which is that wiring connections greater than 10 gauge will be PAGE 25;ELECTRICAL Small and Large meet specification accordingly.Vendor should Identify hand crimped using benchtop die mechanism but will not be soldered. SYSTEM-WIRING specifically where this practice is specifically done(is it all 10 gauge?)and the CMPC will take it into consideration as part of the evaluation process. We request approval to provide panel connections that are keyed,labeled,and insulated where they connect to the PART 4-VEH.SPECS;25,12. CMPC believes this to bean acceptable request,but main board in lieu of terminal strips. D.1;PART 5-VEH.SPECS; Small and Large vendor Is provide additional information with the 24,12.D.1 proposal documents. We request approval to use a Pico Corporation pneumatic jaw crimper for all battery cables and apply heat shrink. PART 4-VEH.SPECS;25,12. Approval is requested. D.4;PART 5-VEH.SPECS; Small and Large Accepted. 25.12 D.4 please accept ground plane access through the overhead door as our ground plane covers the entire front cap and an PART 4-VEH.SPECS;26- additional door Is not necessary. WIRING Small and Large Accepted. PART 4-VEH.SPECS;26- Purchasing agency can tletennine acceptable location• please accept master disconnect switch located in the driver stepwell. WIRING Small and Large per specification,item L The agency will determine location of the master switch upon order. Purchasing agency can determine acceptable location Requesting approval for master disconnect switch to be located in the battery box. 2 7,Wiring;26 Wiring Small and Large per specification,item I.The agency will determine location of the master switch upon order. • • fi 4/25/14 CMPC_14_BOC_RFP Specification Deviation Requests Small/Medium or Large Bus Request Spec Page;Reference Request CMPC Response Please remove from Paragraph G.1-he driver control console shall be...attached with nut and bolt fasteners(no self tapping screws).Reason#1:The bus body builder utilized plastic screws to attach the console and switch pod inthe PAGE 27;ELECTRICAL bus that passed a 7 year/200,000 mile Altoona endurance test with no significant issues.Reason#2:The body builder SYSTEM-WIRING Small and Large Denied, is being required to stand behind the vehicles built for this RFP for an amount of time/mileage significantly longer than industry standard and longer than the chassis warranty. Please remove item 1 from this section which states"Attaching any additional wiring to the interior engine cover all Denied.Vendor is to submit information about where not be allowed."Reason:Paragraph G in the same section states that the driver control console(i.e.switch pod)can PAGE 27;ELECTRICAL Small and Large and haw the switch panel is attached in relationship to be installed on the engine cover.That would necessitate additional wiring to under the cover. SYSTEM-WIRING removing the engine cover and explain the procedure to remove cover for service. Interior Climate Control Pae 29 Section 13. Request approval to use Buraflex fittings,this is an OEM standard fitting and more commonly used in the industry.. CL9MATE CONTROL 14 INTERIOR Small Approved. Interior Trim Please accept that the body builder does not use trim molding on the walls and ceiling inside the bus.Wall and ceiling Our interpretation is that trim molding is not required. panel seams are overlapped and properly sealed and so do not require trim.This provides a more automotive look PAGE 31;INTERIOR TRIM Small and Large When it is used,please adhere to the specification than interiors that use trim molding. requirements. please accept and abs driver area. PART 4-VEH.SPECS;31- Small and Large The request appears to meet specifications. INTERIOR TRIM Please accept the materials in the drivers'area provided by chassis cab supplier. The trim materials provided by the PART 4-VEH.SPECS;31,14, body manufacturers are constructed of ABS panels.Approval is requested. D.;PART 5-VEH.SPECS;30, Small and Large The request appears to meet specifications. 14,D. please accept every 900 supercast vinyl as equivalent to 3m premium vinyl specified.details regarding every PAGE 32;PAINTING DECALS Small and Large Approved. supercast vinyl are provided in document labeled section 15 decals every. AND MONOGRAMS Seating please remove paragraph 2 from this specification which states that all seating must meet fta recommended fire safety practices for transt bus and van material selection.to meet this requirement the body builder would have to supply seats with special foam,which,according to the freedman seating is very stiff and uncomfortable and will add PAGE 33;SEATING Small and Large Accepted.Please see specification change on page 32 in significantly to the cost of the bus.they would also have to upgrade the seat covers to high dollar materials.federal Appendix B and page 33 in Appendix A. law requies the materials meet fmvss 302 flamability of interior materials. they area not required to meet the ha recommendations specified,every other aspec of the seat cover portion of the specification will be met. This section requires that the seating meet or exceed the PTA's recommended Fire Safety Practices.The OEM driver • seat will meet FMVSS 302,however,no certifications are provided beyond that.Further,the specified polyurethane PART 4-VEH.SPECS;33, change on page Accepted.Please see specification than 32 in foam and level 3 fabrics do not meet these standards. Compliance would require CR Safeguard foam and either level 16.a,2;PART •5-VEH.SPECS;Small and Large Appendix B and page 33 in Appendix A. 4 vinyl or level 6 fabric,This would significantly increase the cost of the seats. 33,16.A.2&8.7-8 please accept seats bolted directly into the floor. our construction does not require seat track. PART 4-VEH.SPECS;33- PASSENGER SEATING Small and Large Accepted. Please accept retractable seat belts where the retractor portion of the seat belt is mounted below the seats on the seat frame,The belts meet all FMVSS requirements,but are not the Freedman USR, p.34-Section 16.B. Passenger Seats;p.33- Small and Large Accepted. Please see the attached photos showing the desired belts: Section 16.B.Passenger • "8564 Seat Belt Long Sleeve(wall)short sleeve(aisle)" Seats,13. "8564 Seat Belt Long Sleeve(1)" Page 34 Passenger Seating Request eliminating change of cushions and seat covers shall be of the slip covering type,removable and replaceable 11 Section 14.INTERIOR CMPC provides the'following clarification.Cushions shall without removing the entire seat.Freedman seat covers are not replaceable unless seats are removed. TRIM;Page 33 Passenger Small and Large be removed without removing the entire seat frame. Seating 11 Section 14, INTERIOR TRIM Page 34 Passenger Seating Denied.Vendor can still propose vehicle and the CMPC To comply with folding 14 Section 14,INTERIOR will evaluate and score the ability for the product to p y wi g seats to be mounted to steel structure,we request to allowing already existing seat track to TRIM;Page 34 Passenger Small and Large meet specification accordingly.With proposal,provide mount the folding seats to which meets FMVSS pull tests. g get ge documentation that the track mounting is equal to or Seating 14 Section 14. INTERIOR TRIM superior to specification mount requirement and the CMPC will consider. Freedman Seating verified that seats must be removed from fame to replace slip covers. PAGE 34-SEATING-SUP CMPC provides the following clarification.Cushions shall COVER REPLACEMENT Small and Large be removed without removing the entire seat frame. Please accept Freedman Foldaway seats that are tested to 500 Its.in a static situation,but only loaded to 350 lbs.in practice due to dynamic loading situations on a moving vehicle. p.35-Section 16.B. This is unacceptable and at this point in Erne the Please see the attached testing documentation from Freedman Seating Company Passenger Seats,14.;P.34- request is denied.The CMPC purchasing agencies are "FSC Foldaway Recommended Loading" Section 16.B.Passen¢r Small and Large co coed for the liability this request represents. "08123 FSTL Final Test Report_Signed" g Transit agencies cannot control what size individual sits Please remove the statement in paragraph 14 which states"Seats must be cantilevered and tested to support 500 lbs Seats,14. on these seats and develop weight restrictions. per passenger weight."Freedman seating double 3-step featherweight foldawy seat cannot meet that specification. Their tested weight rating is addressed in the attached letter labeled Section 16 seating foldaway. Provide Information on stow clearances from the wall between two step and three step.Also,is there the Requesting approval of the forward facing Freedman 3-Step foldaway in addition to or in place of the 2-Step flip seat 35,Passenger Seating;34, 3501b weight limitation on the 3 step deployment?In that is only forward facing when located on the rear wall. Small and Large Passenger Seating addition,some CMPC purchasing agencies will have perimeter seating floorplans,which will not allow for a 3 step deployment foldaway. Denied.Vendor can still propose vehicle and the CMPC will evaluate and score the ability for the product to Request for foldaway seats to be mounted in floor/wall seat track which is mounted to subfloor structure. PAGE 35-FOLDAWAY SEAT Small and Large meet specification accordingly.With proposal,provide arge MOUNTING documentation that the track mounting is equal to or superior to specification mount requirement and the CMPC will consider. please accept the freedman shield recliner driver seat as equal to the oem driver seat.this seat meets your pAGE 35;SEATING-DRIVERS Accepted.Purchasing agency will ulitimetely determine specification and all federal requirements.additional information can be found in document labeled section 16 drivers Small and Large seat. SEAT diners seat. 7 4/25/14 • • CMPC_14_8OC_RFP Specification Deviation Requests Small/Medium or Large Bus Request Spec Page;Reference Request CMPC Response Floor/Floor Covering Requesting approval of our standard assembly utilizing a 14"rubber isolator running the length of the chassis frame rail in place of puck mounting. The floor structure is bolted to the chassis frame.A'A"rubber isolator is placed between the hat channel and the chassis fame ail running the length front to back and fastened down using'1"-13 grade 5 bolts torqued to 49-59 R- ibs. Denied.The CMPC does not understand the deviation • Sidewalls are fastened to the floor structure with 3/8"-16 grade 5 bolts passing through the bottom Channel into request.We believe the vehicle being proposed is in the mounting tabs which are welded to the floor cross members every 24". 37,Floor and Floor Covering; spirit of the specification,especially if it meets Altoona The roof is fastened to the sidewall structures with 3/8"-16 grade 5 bolts passing through the roof C-channel into the 36,Floor and Floor Covering Small and Large testing requirements.Specifically explain the deviation sidewall top angle every 24". from the specification in the proposal and we will The rear wall is welded to the sidewall,roof,and floor structures at mounting tabs located at points around Me cn nsider it in the proposal evaluation phase. perimeter of rear Wall. The front cap,the rear cap,and door seams are trimmed with an aluminum trim channel with a white vinyl cover. Any fastener exposed to the elements is constructed of zinc,stainless steel,or black oxide. Please accept a subfloor of exterior.75",7-ply,fir underlayment grade plywood with a solid cross band that is pattern p.37-Section 17.A.Sub cut,edge sealed,and fastened with.25"diameter counter sunk Tek screws that are installed approximately every 10" Floor,14.;p.36-Section 17. Small and Large Denied. throughout the entire floor structure. A.Sub Floor Please accept a wheelhouse assembly made from corrosion resistant 14 gauge steel construction.Please accept the p.37-Section 17.B. wheelhouses to be 14 gauge steel covered with the floor covering material.History has shown the plastic and ABS Wheelhouse;p.36-Section covers will crack due to cold temperatures and slight impacts.Request approved equal for wheel wells to be covered 17.B.Wheelhouse;pg 37, with flooring materials with no protrusions into the underside of the wheel well.Our experience with flooring matenal floor covering D;Page 37 Small and Large Accepted. being used versus black ABS plastic covers gives:longer flooring and under lay material life-less cracks for water to Section 17.FLOOR AND penetrate-,slip resistant flooring where the ABS is slippery when wet. FLOOR COVERING-D Denied.Engineered wood is too broad.With additional please accept 5/8"engineered wood floor. PART 4-VEH.SPECS;37- Small and Large information the CMPC may consider other types of FLOOR&FLOOR COVERING engineered Wood.Submit support documentation with proposal. please accept poly-urea spray floor coved roughly 15 inches up the sidewall as our floor covering. PART 4-VEH.SPECS;37-8- Small and Large Accepted. FLOOR&FLOOR COVERING The access opening over the fuel pump in the Ford chassis can only be used as an inspection point due to structure PART 4-VEH.SPECS;37, Denied.Vendor can still propose vehicle and the CMPC that interferes with access to the pump.Approval is requested. 17.E.;PART 5-VEH.SPECS; Small and Large will evaluate and score the ability for the product to 37,17.E. meet specification accordingly. As the specified flooring 15 22 mm thick smooth vinyl,please delete the reference to 1/8"and 3/6"thick ribbed and PART 4-VEH.SPECS;38, Please see specification change on page 37-38 in smooth Flooring material. 17.G.;PART 5-VEH.SPECS; Small and Large Appendix B and page 38-39 in Appendix A to verify what 37,17.G. flooring is required and optional. Accepted.Please see specification change on page 37- Requesting approval for a minimum of 3/16"thick ribbed flooring In place of 3/6"thick ribbed flooring.The 3/16"thick 38,Floor and Floor Covering; Small and Large 38 in Appendix B and page 38-39 in Appendix A to ribbed flooring is the industry standard. 36,Floor and Floor Covering verify what flooring is required and optional,and to amend the error. Requesting approval for molding to be coved to the seat track and then finished with a trim piece. 38,Floor and Floor Covering; Small and Large Accepted. 36,Floor and Floor Covering please remove the option for percidium floor coaling.this product is for the motor coach and rail Industry and would be very cost prohibitive fora small bus manufacturer to provide.if only one cmpc customer orders this floor,the but Please see specification change on page 37-38 in builder would be saddled with a very large amount of product left over due to minimum quantity requirements and PAGE 39;FLOOR COVERING Small and Large Appendix B and page 38-39 in Appendix A to verify what that cost would have to be passed on to the customer.In addition it apprears this flooring costs two to three times the flooring is required and optional. amount of altro. . _ Steps/Stepwell Please accept a stepwell assembly made from stainless steel. P.39-Section 18.B. Stepwell;p.38-Section 18. Small and Large Acteptetl. B.Steowell Request approval for a switch in driver control panel to activate electric heating pad in the step well area.There is a Page 39 Section 18.STEPS possibility of taping into the OEM chassis manufactures CAN-BUS system could void a warranty by trying to tie the step AND on 10 STEPS-C;Page 38 Small and Large Accepted heater into the defroster switch. Section 18.STEPS AND STEPWELL-C Request for electric step heat to be controlled by a switch in panel to activate ILO tying to defrost mode on OEM PAGE 39-STEPS AND system. STEPWELL Small and Large Accepted. please remove the sentence that states,"the Lower step heating mechanism shall be integrated into the defrost system."you have call for an electric heating pad which can not be tied into the chassis defrost system.the electric PAGE 39;STEPWELL Small and Large Accepted.Please see specification change on page 39. step heating pad will be turned on and off with a switch and will go off when the key is in the off position. Doors Requesting approval of our standard clear door opening of 30"W x 82'1"H.Optional dear opening is 40'W x 82 y"hl. 90,Front Entrance Deor,39 Small and Large Accepted. Franc Entrance Door Denied.Vendor can still propose vehicle and the CMPC please accept the body builders standard lift door opening structure of 16 gauge,1"tubular steel as equal to specified.PAGE 41;DOORS Small and Large will evaluate and score the ability for the product to meet specification accordingly. Windows Please accept a minimum window size of 29"W x 41"H,30"x36"windows have a viewing area of 1080 sq in. 29"x41"windows have a viewing area of 1189 sq in. pg 43 Windows 8 Small and Large Approved. PAGE 43-WINDSHIELD AND Denied.Vendor can still propose vehicle and the CMPC Request to delete chassis door glass(drivers window)to be laminated glass.Only windshield is laminated glass. WINDOWS Small and Large will evaluate and score the ability for the product to meet specification accordingly. Requesting approval of our standard passenger windows. Side passenger windows are transit style top sliders with a 20%light transmitting tint.The window size is 46 Vs'o x 32 Vo'T.An interior clamp ring and a bulb seal allow a water tight fit. Emergency egress windows are constructed in the same manner,but capable of being opened in an emergency situation.They feature a top hinge and heavy duty red handles which when released allow the window to open. 44,Windshield and Windows; Emergency windows are clearly labeled with instructions of operation in a visible location on window.The number of 43 Windshield and Windows Small and Large Approved. passengers designates the quantity. Filler windows are a 22'Vu",or 20'1"w x 32'1"h fixed style window. Passenger windows have-an AS-3 rating and are compliant with FMVSS 217. Please accept side Windows that measure 29"x 39".All other aspec of the Windows meet the specification and p 44-Section 21.B.Side ts provide a larger window than the minimum required. Windows;p.43-Section 21. Small and Large Accepted. B.Side Windows please accept properties of hehr window glass for the body builder windows as equal to glazing specified.this glazing PAGE 44;WINDOWS Small and Large Accepted. meets all applicable fmvss regulations.properties can be found in document labeled section 21 window glass. 8 4/25/14 • CMPC_14_BOC_RFP Specification Deviation Requests Small/Medium or Large Bus Request Spec Page;Reference Request CMPC Response Wheel Color Please accept OEM Fond wheels to be painted Argent(giber),which is the standard color wheel on the F-550 chassis. (C p.olor 46-Section 23.D.Wheel Large Denied. •Lighting Page 46 Section Z2.LIGHTING Request approval to mount the ADA lift lights external into the skirt of the bus versus interior of the bus wheelchair B.Interior Lighting 6;Page 45 Small and La doorway.There is an an interior dome light in the W/C lift area as well. Section 22.LIGHTING B. Large Approved. Interior Lighting 6 Request for exterior LED lift light to be mounted below wheelchair aft doors in lieu of above lift doors. PAGE 46-WHEELCHAIR LIFT smell and Large Accepted,but must still meet the requirement per the LIGHTS last sentence item X6,an page 46. Finish and Color please accept that there will be visible fasteners on the exterior of the bus body.the walls and roof are bonded to the PAGE 46;FINISH AND COLOR Small and Large A structural frame but fasteners have to be used to attach the fender flares,fuel fill housing,etc rge pproved. Please accept high gloss,gel coat white paint which shall be applied smoothly and evenly with the finished surface free as possible of dirt,runs,orange peel and other imperfections.All exterior finished surfaces shall be impervious to p 47_Section 23.B.Paint diesel fuel,gasoline and commercial applications of commonly used graffiti removing chemicals.The gel coat paint System;p.46-Section 23.B.Small and Large Denied.Proposer may submit this as an option,but system meets the requirements of the specifications as shown by the attached technical data. Paint System agencies may still want base coat and clear coat. "Akio Nobel U-Tech Specs"and"UE4 3 8 Hsp System Single Stage January 2008" Our exterior skin is prefinished to match the OEM chassis cab.It isn't necessary to prime and paint the skin unless a PART 4-VEH.SPECS;47, particular shade of white is required,or a completely different color is specified.Approval is requested for our 23.8.;PART 5-VEH.SPECS; Small and Large Approved. prefinished white skin. 46,23.B Stanchions,Grab Rails,Modesty Panels please accept a variation with the 71"overhead handrail height from floor to rail as this is due to the sloped low floor PART 4-VEH.SPECS;49- design of the bus. STANCHIONS,GRAB RAILS Small and Large Accepted. please accept bus body builders standard modesty panel adjacent to the wheel chair lift. It is a tall narrow padded pgGE 49;STANCHIONS,GRAB panel which protects passengers from the lift without obstruction their view,photo provided labeled section 24 Small and Large Denied.No Supporting documentation submitted. modesty panel at lift. RAILS,&MODESTY PANELS Cannot comment. Mirror Please accept an interior passenger viewing mirror measuring 4"x 8".The large cutaway bus built on a Ford F-550 has a cab design that does not provide space for a larger interior mirror without obstructing either the windshield or exterior side mirrors. p.49-Section 25.C.Interior Denied.Appropriate passenger viewing mirror size and Mirror Large location can be negotiated at the time of build if Please see attached photo showing the front cab area. awarded. "AEF 320 X9353(10)" • Wheelchair Lift/Securement • please remove ricon titanium lift from this procurement,ri not able to supply this product at this time.allowing the buyer to put a titanium lift on their order could delay the building of their buses for months.it is happening right PAGE 50;MOBILITY LIFT Small and Large Denied. to now other customers.please make the braun 1000ib lift the standard on the base buses. please accept the bus body manufacture's standard method and materials for installing wheelchair securement 1 track. PAGE 52;WHEELCHAIR system has been approved by I track manufacturer,see document labeled section 27 wheelchair securement. SECUREMENT Small and Large Denied. Running Board/Heurmeter Please delete the eq rement fora running board with a Ford F-550 chassis,The F-550 cab chassis has easy ingress p 54-Section 28.I.Running Large Accepted Please provide a credit as lions In and egress not requiring a running board for the driver. per options Board specification. Please accept an hourmeter provided by the body manufacturer as a chassis provided hourmeter is not available. p,55-Section Ze.B.6. Please accept the hourmeter to be provided by the body manufacturer on the Ford E350 and E450 chassis.The Hourmeter;p.54-Section Accepted.When chassis hourmeter is not available,the Chevrolet and Ford F550 will have chassis OEM hourmeters.Please remove the statement that the hour meter has to 28.B.6.Hourtneter,pg 55 Small and Large body manufacturer must provide an alternative to meet be provided by the chassis manufacturer.Ford does not offer an hour meter on their cutaway chassis. Mist,General as specification, Manuals/Database Information Please accept all manuals in digital format only as printed manuals are not provided.Please consider only electronic copies only for manuals,consider eliminating hard copies.Please consider making paper copies and option.Almost all p.57-58-Section 29. Denied.Vendor can Still propose vehicle and the CMPC manual manufactures of the digital age have stopped or have proposed they will stop producing printed copies of Manuals;p.57-Section 29. Small and Large will evaluate and score the ability for the product to materials in the near future.Request for digital manuals on CD in lieu of printed manuals.Manuals can be printed from Manuals meet specification accordingly.It is expected that the the CD.Please accept a GM CD manual in lieu of specification as that is all we can find that is available. vendor provide printed format from the CD. Accepted.Printed and elecronic maintenance manuals This section makes reference to an OEM chassis maintenance and parts..manual.Neither Ford nor Chevrolet offers a PART 4-VEH.SPECS;58, must still be provided as well as instructions from the parts manual,therefore,please delete this requirement. 29;PART 5-VEH.SPECS; Small and Large vendor haw to locate parts information for specific Ford 57,29 and Chevrolet chassis repair. Please see specification change on page 57 of Appendix B and 58 of Appendix A. • The following components do not have serial numbers.Please delete the requirement for serial Ps for the following ompontial, Denied.Vendor is to provide as much information as Differential,Alternator,Regulator,Starter,Front axle,Rear Axle,Catalyst,Muffler. pg 59,Database Information Small and Large possible and the CMPC will evaluate the submission accordingly. Page 59 Section 30. Please consider eliminating this section,it primarily applies to Transit Buses,the Small to medium section is about REQUIRED VEHICLE mass produced chassis. DATABASE-A;Page 58 Small and Large Denied, Section 30.REQUIRED VEHICLE DATABASE-A Options Please delete the Main Treasury One Farebox.This Company is no longer in business.Please remove the Main Treasury One Farebox from the list of options in Item L.Main has gone out of business and so their products are no longer pg 63,fareboxes L Small and Large Accepted Please see specification change on page 62 in readily available.We have been unable to contact Main Farebox or Euclid Products and have received neither product Appendix B and page 63 in Appendix A. nor rommun cation from them.We request that the ootional Main farebox be deleted, 9 4/25/14 CMPC_14_BOC_RFP Specification Deviation Requests • • Small/Medium or Large Bus Request Spec Page;Reference Request CMPC Response Part 1 Solicitation Requirements Not all FMVSS are applicable to every motor vehicle. For t ce,there are standards that are applicable only to motor cycles,and a standard relabng to brakes and different standard relating to hydraulic brakes. Please revise PART 1-SOLICITATION;PAGE Part 1 Denied. this statement to require a"Certification of Compliance with all applicable Federal Motor Vehicle Safety Standards._" 56 PART 1-SOLICITATION;PAGE It is the manufacturers responsibility to ensure GVWR is Please acknowledge that the selected options cannot exceed the GAWR's and GVWR of the chassis. Part 1 not exceeded based on the options chosen by individual 66 agencies. Them are references throughout the specification for the'...flat floor"option. Please include a line item in the Price PART 1-SOLICITATION;PAGE Denied.Please bid either a flat floor ar raised floor Proposal Form B."to allow proposers to quote the price for this feature. 66-70 Part 1 based on class type. Please accept our bidding just the high floor price on the large buses as the F550 is not available from Champion Bus PART 1-RFP;63;PRICE Denied.Vendor can still propose vehicle and the.CMPC in a low floor configuration. PROPOSAL FORMS Part 1-Large will evaluate and Score the ability for the vendor to meet the s000itation requirements accordingly. Part 2 Quality Assurance Requirements Interior tem and insulation installation are body production processes that take place before the vehicle is assembled Denied.Vendor s to submit with specific a driveable paratransit vehicle.As a result,were s[a PART 2-QUALITY proposal the s fit request approval to conduct the water test on a completed, ASSURANCE;PAGE 4;2.8.1 Part 2 testing process and the CMPC will take it under driveable vehicle complete with trim and insulation. advisement during evaluation process: Part 3 Warranty Requirements Please revise the complete vehicle warranty coverage to a period of 36 months or 36,000 miles whichever comes first. p.1-Section 3.1.1.Complete This period matches to coverage offered from the OEM chassis manufacturers.Please revise the manufacturer's Vehicle Warranty;p,2- Part 3 Denied.Please see revised Part 3,Exhibit 3-1,• warranty to a period of 3 years or 36,000 miles,whichever comes first. Exhibit 3-1.Standard Warranty Please revise the Air Conditioning System warranty to a period of 2 years or unlimited miles,whichever comes first. - p.2-Exhibit 3 4.Standard Accepted.CMPC will award additional points during A copy of AR's air conditioning system warranty is attached. Warranty Part 3 evaluation for vendors who offer 3 year warranty.Please "ACT_System_Limited_Warranty=_13" zee revised Part 3,Exhibit 3-1. Please revise the Mobility/Wheelchair Lift warranty to a period of 3 years on parts and 1 Accepted.CMPC will award additional points during all the revise the e Mobility/Wheelchair it Lift warranty pa year on labor to accommodate p.2-Exhibit 3-1.Standard Part 3 evaluation for vendors who offer higher warranty period Warranty and/or ability to purchase additional warranty time periods.Please see revised Part 3,Exhibit 3-1. please accept the industry standard 6 year/72,000 mile warranty for structural integrity. PART 3-WARRANTY Part 3- Denied.Require 3 year or 100,000. Denied unless further support is provided.CMPC will reconsider with further support.CMPC does not cite please accept our attached/kneed warranty in leiu of the'evergreen warranty'in the spec. PART 3-WARRANTY Part 3 evergreen"in the warranty section.Please clarity in proposal how this warranty offered by Arboc differs from what is required in the specification and the CMPC will evaluate it. We request that normal wear items,such as light bulbs,belts,etc.,be included in the exceptions to warranty clause. PART 3-WARRANTY part 3 Accepted. PROVISIONS•PAGE 3'3.3.0 PART 3-WARRANTY Denied.The OEM chassis has no contractual obligation Scheduling repair work for the OEM chassis is outside the control of the supplier,therefore,we request that such PROVISIONS;PAGE 3;3.4.0&Part 3 to the end-user but does with the manufacturer.The repairs be excluded from the requirements to commence work,or define the scope of work. 3.5.0 CMPC has no recourse other to the have the bus builder hold the OEM responsible. Denied.There have been times when CMPC agencies have had major issues with chassis that precludes Please exclude the chassis from the fleet defect requirement.The chassis manufacturers neither offer not recognize PART 3-WARRANTY normal use of the bus.Because CMPC agencies will not this type of warranty requirement. PROVISIONS;PAGE 3;3.6.0 Part 3 have a contractual relationship with the OEM,it is the • responsibility of the dealer to effectively negotiate a way to manage fleet defects that are chassis related and greatly affect service delivery for CMPC agencies. Please revise the next to last sentence to read:'The warranty on items determined to be fleet defects shall be PART 3-WARRANTY extended for the unexpired time and/or miles of the original warranty.As currently written,it has the potential to be Part 3 Please see revised Part 3;Section 3.6.0. an evergreen warranty. PROVISIONS;PAGE 3;3.6.1 Please acknowledge that warranty work on the chassis must be performed at the chassis manufacturer's service PART 3-WARRANTY We do not acknowledge,denied. center. PROVISIONS;PAGE 3;3.8.0 part 3 • • 10 4/25/14 CMPC_14_BOC_RFP Approved Equals Requests Small/Medium Request Spec Page;Reference or Large Bus CMPC Response Request -Please accept the Amerex SMVS System as an approved equal.They are the more common fire suppression system for the Paratransit market. 8;Fire Protection Small and Large Accepted. Requesting approval of our standard roof material and construction. The roof structure is constructed of 1 1/2"x 1 1/2"18 ga."Flo-Coat"(galvanized)formed bows welded on 24"centers.The roof bows are seated into a 1 1/2"galvanized C-Channel bottom rail. The exterior skin is a one piece.045 felon/fiberglass composite laminated to 2.7 mm lauan(option to 9,Requirements:Roof Construction; replace lauan with Azdel panels).The cavities of the roof structure are filled with expandable spray foam 8,Requirements:Roof Construction Small and Large Accepted. insulation.The interior panels are 3.2 mm gray vinyl covered lauan. The roof components are compression laminated using a water activated urethane adhesive. Please accept body builder's standard BASF Degacoat undercoating as equal to specified.Additional PAGE 11;BODY AND ROOF-OPTION information contained in document called Section 5 Body Option 1 Undercoating. 1 UNDERCOATING Small and Large Accepted. Please accept the following as an approved equal or consider amending the minimum requirements-Vehicle Denied.Base specification will not be shall be integrated with a purpose built ramp assembly which automatically adjusts the passenger changed.Because the solicitation is accessibility ramp slope angle to a continuous grade slope from the Interior level seating platform to the PART 4-VEH.SPECS;11,OPT.2,2; PART 4-VEH.SPECS;12,on 2,14; exterior surface the ram performance based,vendors are p is deployed onto.No angle transition between panels for improved unassisted PART 5-VEH.SPECS;10,OPT 2,Z; Small and Large encouarged to submit products that accessibility.The ramp assembly shall incorporate a Braun ramp with a 1000 pound capacity and with a exceed the specification and will be minimum useable ramp area of 34"in width x 62"inches in length.Design being capable of deploying to the PART 5-VEH.SPECS;11,OPT 2,14 ground at a maximum 1:6 continuous grade slope,1:9.75 continuous grade slope to a 7"curb. awarded higher evaluation points for products that exceeds specification. Please allow for the following as and approved equal or consider amending the minimum requirements.After_ to meet specification.Not kneeling 4",the bus shall rise within 2 seconds to a height permitting the bus to resume service and shall ART 4-VEH.SPECS;11,OPT.2,3; rise to the correct o PART S-VEH.SPECS;10,OPT 2,3 Small and Large sure what the clarification needs to Aerating height within 4 seconds regardless of load up to GVWR. be. We request the following as an approved equal or consider amending the minimum requirements.Vehicle suspension air system shall be a 100%Duty Cycle Compressor of at least 8 CFM @ 150 PSI&constant RPM (DC powered),located aft-cab,on the OEM frame rail,utilizing specific isolator compressor mounts and brackets."The efficiency of engine mounted compressors is affected by the RPM of the engine.DC motor driven compressors run on a constant RPM provided by the electric motor and do not cause excess load on the engine. Please allow for the following as an approved equal or consider amending the minimum requirements for the "reserve capacity".Vehicle suspension system to consist of two(2)specifically designed air tanks to meet Denied.Base specification will not be the rated duty-cycle application use.Powder-coated both inside/outside of tank to protect against weather changed.Because the solicitation is element corrosion,meeting the requirements of SAE 1-10 and FMVSS standard 121.Air suspension system performance based,vendors are shall contain an emergency"manual override"auxiliary air support system,which is separate and PART 4-VEH.SPECS;12,OPT.2,16; Small and Large encouarged to submit products that independent of the vehicle's main air operating system,and which can provide immediate back-up source of PART 5-VEH.SPECS;11,OPT 2,16 air supply to the main air system to allow for the vehicle to be operated directly to servicing exceed the h specification and will for Y g p under a main awarded higher evaluation spe paiati nor air dedicated air system failure.nand Said"auxiliary manual safety l system"shall suspension have its air system shall and products that exceeds specification, dedicated air supply tank and manual controls and safety valves.Vehicle suspension air system shall Incorporate an automatic heated regenerating in-line dryer/filter,with dedicated purge tank. Please accept the following as an approved equal.Vehicle suspension shall have a LCD Digital display"user interface"dash panel that provides all vehicle suspension functionality,monitors overall vehicle suspension performance/with real-time diagnostics(status,kneel cycles,weight distributions,air pressures,and more) capabilities,and allows for real-time remote programming.This will Include the indicator visible and audible to the driver that shall be illuminated until the bus is raised to a height adequate for safe street travel. Denied.Base specification will not be We request the following as an approved equal or consider amending the minimum requirements.Vehicle changed.Because the solicitation is front and rear suspension ride heights to be electronically controlled by a minimum four(4)automatic performance based,vendors are precision ride height electronic sensors at each corner of the vehicle,with multi-port air-manifold valving to PART 4-VEH.SPECS;12,OPT 2,17; Small and Large encouarged to submit products that enhance overall vehicle operating performance.Shall include Automatic Vehicle-Kneel Leveling(AVL)system PART 5-VEH.SPECS;11,OPT 2,17 to provide best possible level/flat floor passenger area regardless of the road crown or mad angle. exceed wa dd the h specification and will t for higher evaluation points for products that exceeds specification. Request Approval for ACC Climate Control TC55&TC70. Page 30 Section 13.INTERIOR Denied.No support information CLIMATE CONTROL Option 2 Large P rovided. Request approved equal for Freedman Shield High Back Recliner with RS armrest,lumbar support,and power seat base.Ford OEM power seat requires special order which results in additional build time and later PAGE 35-DRIVERS SEATING Small and Large Bid as an option,not a replacement. delivery. CMPC requires OEM power seat base. Request approved equal for 3/4"marinetech plywood that will be sealed on all ends and under coated with 37,Floor and Floor Covering;36 Floor a moisture barrier prior to Installation in the vehicle. Request approved equal for 3/4"FRP floor which and Floor Covering;Page 37 Section Offer as deduction,but CMPC consists of 5/8"thick plywood laminated with FRP on top-bottom and sides for a virtually waterproof floor. 17.FLOOR AND FLOOR COVERING A; Small and Large requires Advantech as the base Please accept 3/4"marine grade plywood which has been thoroughly saled and which has an aluminum Page 36 Section 17.FLOOR AND subfloor. moisture barrier bonded to the under side as equal to the floor decking specified. FLOOR COVERING A Page 37/38 Section 17.FLOOR AND We would like pricing on base,RCA, Request approved equal Gerflor Sirius NT floor which complies with wall-to wall,slip-resistant,meets FLOOR COVERING-F;Page 37 and on the option,which is Altro. minimum 2.2. Please approve Gerfloor as an approved equal to Altro Tansflor. See attached material. Section 17.FLOOR AND FLOOR Small and Large Vendor is allowed to provide a third COVERING-F;PART 5-VEH.SPECS; option of Gerflor as an additional 37,17.F. option. • We request Denied.Vendor can still propose use quest approval of nominal y."tempered safety glass in lieu of Lucite SAR, PART 4-VEH.SPECS;44,21.C;PART Small and Large of this product and will be evaluated 5-VEH.SPECS;43,21.0 and scored accordingly against other products that use Lucite SAR. Request approval to use Rosa,Accustyle mirrors. Page 49 Section c MI5,MIRRAORS A;Page Small and Large Denied.No support information provided. Request approved equal Century capacity Ricon is to remain the Oft for the pproved a ual for Braun Centu 10001b ca ace lift model#NCL954FIB3454-2-ADA PAGE 50-WHEELCHAIR LIFT Small and Large base.The Braun Century 10001b lift is to be priced as an option. Request for approved equal for after market Hour Meter when chassis manufacture does not supply one. Page 55 Section 28.MISCELLANEOUS Accepted.When Chassis hourmeter is Gas chassis do not offer an OEM engine hour meter-request a (GENERAL)6;Page 54 Section 28. Small and Large not available,the hotly manufacturer 9i approved equal for after market meter. MISCELLANEOUS(GENERAL)6 9 must provide an alternative to meet specification. 11 4/25/14 Colorado Mountain Purchasing Addendum #3 Consortium May 2, 2014 CMPC-14-BOC-RFP Addendum #3: Attached is an amended version of Part 1 of the Solicitation Documents to reflect the following edits, deletions, and additions. Omitted information has a strikethrough in the text. Revised language is in blue font. 1. Page 5 reflects updated bus quantities for purchase over the 5-year contract period. Quantities were updated for Eagle County and included for a recently added consortium member, the City of Farmington, New Mexico. 2. Two additional FTA required clauses were added on page 38. 3. The requirement for an in-state dealer's license was removed on page 50. This is NOT a requirement for this procurement. 4. The options pricing lists (pages 67-70) were amended to reflect the following deletions and additions. Please submit pricing on these revised forms. Removed: S17; 17F; Op. 2: Precidium Floor Coating S32; L2 - Main Treasury One Farebox Amended: S17; 17F; Op. 1: Altro Meta instead of Altro Chroma Added: S23; 23B; Op. 1: City of Farmington Paint Scheme S28; 280; Op. 1: Bluetooth enabled radio - aftermarket acceptable Also attached is a newly added Appendix K to provide an example of the paint scheme for the City of Farmington, New Mexico as requested in S23; 23B; Option 1. CMPC-14-BOC-RFP May 2, 2014 Colorado Mountain Purchasing Addendum #4 Consortium May 2, 2014 CMPC-14-BOC-RFP Addendum #4: As a part of the evaluation process, the CMPC is requesting vendors who submit proposals to have available the vehicles they are proposing for view by the CMPC Evaluation Committee(s) on the following specified dates, times, and locations. Small/Medium Cutaway Buses: Day/Time: Tuesday, May 20th: From 10am to 4pm Location: Colorado Department of Transportation 4201 East Arkansas Avenue Denver, CO 80222 Large Cutaway Buses: Day/Time: Thursday, May 22"d: From 9am to 4pm Location: Grand Valley Transit 525 South 6th Street (Corner of 6th Street and South Avenue) Grand Junction, CO 81501 It is not a requirement to have a bus available for view. It is requested and strongly encouraged to help the evaluation committee in its decision making process. If a vehicle is brought to one of the above locations for viewing, the vendor is to drop off the vehicle for the specified amount of time and pick up the vehicle after 4pm on the specified days above. The vendor must be available by _phone during that time period to answer any questions the evaluation committee might have, but will not interact with the evaluation committee directly. Communication will be with the CMPC Program Administrator only. The CMPC requests that any proposer who plans to provide a bus or buses to view by the evaluation committee coordinate the drop off/pick up and parking of that vehicle(s) with the CMPC Program Administrator, Ann Beauvais, between May 13th and May 19th. Please contact Ms. Beauvais at 719-447-7623 or annraeconsultants.com . CMPC-14-BOC-RFP May 2, 2014 Colorado Mountain Purchasing Addendum #5 Consortium May 2, 2014 CMPC-14-BOC-RFP Addendum #5: Pages 4 and 5 of Part 1 of the Solicitation Documents are included as revised to add quantities for large cutaways for the City of Farmington, New Mexico and to formally add them to the list of agencies under this procurement on page 4. Additions are highlighted in blue font. Please accept pages 4 and 5 under Addendum #5 as the most current and up to date in relation to Addendum #3 submitted earlier in the day on May 2, 2014. CMPC-14-BOC-RFP May 2, 2014 Colorado Mountain Purchasing Part 1 Consortium PAGE 4 AND 5 REVISIONS PROPOSAL# CMPC-14-BOC-RFP SOLICITATION INSTRUCTIONS, GENERAL REQUIREMENTS & CONDITIONS, CONTRACTUAL PROVISIONS SOLICITATION INSTRUCTIONS 1 1 SCOPE AND QUANTITIES The Colorado Mountain Purchasing Consortium (CMPC), lead by a program administrator hired by the Eagle County RTA, requests proposals for the manufacture and delivery of accessible cutaway chassis type transit/paratransit vehicles under a joint procurement in accordance with the terms and conditions set forth in RFP No. CMPC-14-BOC-RFP. The Contract for each order placed in this procurement shall be a firm-fixed price contract. The purpose of this joint procurement is to procure Accessible Transit/Paratransit Cutaway Chassis Type Vehicles. The CMPC is procuring vehicles on behalf of eleven (11) participating agencies: Eagle County RTA - ECO Transit; City of Greeley - Greeley/Evans Transit; Mesa County RTPO - Grand Valley Transit; Roaring Fork Transportation Authority (RFTA); Town of Snowmass Village - Village Shuttle; City of Aspen; Disability Services Inc. - Amblicab Transportation; All Points Transit; City of Durango - Durango Transit; Seniors' Resource Center; and City of Farmington, New Mexico - Red Apple Transit. The agencies shall be referred to as the CMPC for the purposes of this RFP. Following contract award, Eagle County RTA and the CMPC program administrator shall coordinate all contract administration duties. However, each agency shall work directly with the selected vendor(s) when ordering vehicles. The procurement shall be in effect for five (5) years from the date of contract award. Vehicles shall be available to procure for the duration of the five-year term. Financial support of this project is provided through financial assistance grants from the Federal Transit Administration (FTA), and/or the State of Colorado, Colorado Department of Transportation (CDOT), as well as other sources of local and state public funding. This is a five-year solicitation for purchase of the following quantities of vehicles for model years 2015 through 2019, with the understanding that the proposer can still propose a 2014 model year chassis if readily available from the manufacturer. Proposal Quantities for the consortium purchasing agencies are provided as follows. CMPC-14-BOC-RFP May 2014 Colorado Mountain Purchasing Addendum #6 Consortium May 6, 2014 CMPC-14-BOC-RFP Addendum #6: 1. Pages 3, 8, and 9 of Part 1 of the Solicitation Documents are included as revised to change the schedule for proposal submission to Monday, May 19, 2014 by 5:00 pm MDT. Language was also revised to modify the number of original proposal copies to be provided for submission from three (3) to one (1). Electronic copies are still required. 2. The Acknowledgement of Addenda form is also provided as revised to address the six (6) addenda provided thus far during the procurement. 3. Due to the change in proposal submission date, the schedule to view buses during the CMPC evaluation period previously defined on May 2, 2014 in Addendum #4 has also changed. See below in blue and please adhere to the revised schedule and locations. As a part of the evaluation process, the CMPC is requesting vendors who submit proposals to have available the vehicles they are proposing for view by the CMPC Evaluation Committee(s) on the following specified dates, times, and locations. Large Cutaway Buses: Day/Time: Monday, June 2"d: From gam to 4pm • Location: Grand Valley Transit 525 South 6th Street (Corner of 6th Street and South Avenue) Grand Junction, CO 81501 Small/Medium Cutaway Buses: Day/Time: Friday, June 6th: From 10am to 4pm Location: Greeley-Evans Transit 1200 A Street Greeley, CO 80631 It is not a requirement to have a bus available for view. It is requested and strongly encouraged to help the evaluation committee in its decision making process. If a vehicle is brought to one of the above locations for viewing, the vendor is to drop off the vehicle for the specified amount of time and pick up the vehicle after 4pm on the specified days above. The vendor must be available by phone during that time period to answer any questions the evaluation committee might have, but will not interact with the evaluation committee directly. Communication will be with the CMPC Program Administrator. only. The CMPC requests that any proposer who plans to provide a bus or buses to view by the evaluation committee coordinate the drop off/pick up and parking of that vehicle(s) with the CMPC Program Administrator, Ann Beauvais, between May 20th and May 28th. Please contact Ms. Beauvais at 719-447-7623 or ann©raeconsultants.com . CMPC-14-BOC-RFP May 6, 2014 Colorado Mountain Purchasing Part 1 Consortium Page 3 Schedule Changes: COLORADO MOUNTAIN PURCHASING CONSORTIUM REQUEST FOR PROPOSAL FOR PROJECT NO. CMPC-14-BOC-RFP Schedule CUTAWAY CHASSIS TYPE TRANSIT VEHICLES EVENT DATE RFP Issued and Advertised Wednesday, March 5, 2014 Pre-Proposal Meeting 10:00 AM, Wcdncsday, March 26, 2011 9:00 AM, Wednesday April 2, 2014 Proposer Questions/Deviations/AE Due 5:00 PM, Wednesday, April 9, 2014 CMPC Issued Addenda 5:00 PM, Friday, April 25, 2014 Proposal Submission Deadline 5:00 PM, Monday, May 12, 2011. 5:00 PM, Monday, May 19, 2014 Notification of Award to Proposers(s) Approximatcly Junc 9, 2011 Approximately June 23, 2014 CMPC-14-BOC-RFP May 2014 Colorado Mountain Purchasing Part 1 Consortium Pages 8 and 9 Schedule and Language Changes: Proposal Submission In accordance with the terms and conditions set forth below, sealed proposals thrcc (3) one (1) original and one electronic (1) copy on flash drive: which should include either scanned versions of the original document copies or electronic versions of the documents completed, whichever is easier to read, shall be submitted to: Ann Beauvais CMPC Program Administrator RAE Consultants, Inc. 2212 West Platte Avenue Colorado Springs, CO 80904 Hard copy proposals should be prepared on double-sided 8 1/2 x 11 inch paper in at least 11 point font. Use of 11 x 17 inch foldout sheets for large tables, charts or diagrams is permissible but should be limited. Elaborate formatting is not necessary. Do not provide promotional or advertising information, unless this information is requested and/or necessary to support the technical submittal. Proposers are to complete the required forms, to include noted deviations to the specifications in Appendix A and B, electronically. Forms are provided as fillable PDF forms and should be completed as such. Envelopes or boxes containing proposals shall be sealed and clearly labeled with the proposal number and submitted in accordance with the solicitation instructions in Part 1 of the RFP documents. Proposals will be received until 5:00 P.M. MDT on , Monday, May 19, 2014. Any proposal received after that time will not be considered and will be returned to the proposer unopened. All labor, equipment, and materials shall be furnished in strict accordance with the conditions of the Purchasing Agreement documents. The vehicles shall fulfill all of the requirements defined in Appendix A: Small-Medium Cutaway Vehicle Specifications and Appendix B: Large Heavy Duty Cutaway Vehicle Specifications, including addenda thereto. Compliance with these requirements shall be in accordance with the procedures defined in Part 2: Quality Assurance Provisions. The Contractor shall accept the warranty provisions covering the vehicles as defined in Part 3: Warranty Provisions. CMPC-14-BOC-RFP May 2014 Colorado Mountain Purchasing Part 1 Consortium 11. ACKNOWLEDGEMENT OF ADDENDA The undersigned acknowledges receipt of the following addenda to the RFP documents. NO ADDENDA WERE RECEIVED (Give number and date of each): Addendum No. 1 Dated Addendum No. 2 Dated Addendum No. 3 Dated Addendum No. 4 Dated Addendum No. 5 Dated Addendum No. 6 Dated Failure to acknowledge receipt of all addenda may cause the proposal to be considered non-responsive. Signature Date Print Name Organization CMPC-14-BOC-RFP May 2014 Colorado Mountain Purchasing Part 1 Consortium Colorado Mountain Purchasing Consortium CMPC CONTRACT PROPOSAL #CMPC-14-BOC-RFP 1. PROPOSAL ACKNOWLEDGMENT The undersigned, as proposer, hereby declares that the only person interested in this Proposal as principal are named herein and that no person other than herein mentioned has any interest in this Proposal or in the Purchasing Agreement to be entered into; that this Proposal is made without connection with any other person, company or parties making a Proposal; and that it is in all respects fair and in good faith without collusion or fraud. The proposer further declares that they have examined the Proposal documents and informed themselves of all conditions pertaining to this requirement and have also examined other contract documents relative thereto and has read all of the addenda furnished before the opening of the Proposal, as acknowledged below; and that they have satisfied themselves about the work to be performed. The proposer agrees, if this Proposal is accepted, to contract with the Purchasers, to furnish all necessary materials, equipment, apparatus, means of transportation and labor necessary to provide the units covered by this Proposal and other contract documents of this project entitled: It is understood that the prices stated by the undersigned in the Price Proposal are one of the considerations in determining award of the Purchasing Agreement. Date 5/9/14 Signature ! Nation- :us Sales&Leasing Company Name Title RVP CMPC-14-BOC-RFP March 2014 EXHIBIT B Colorado Mountain Purchasing Part 1 Consortium 10. VENDOR SERVICE AND PARTS SUPPORT Location of Nearest Technical Service Representative to Eagle County in the State of Cobra€tt dy Cook Name: An Street Address: 826 21 112 Road ; � State, : Grand unction, C 800-282-7981/719459-5790 817-639-2947 Telephone: Fax: Em ail: a o @nation l u ai . r **The Vendor will describe technical services readily available from above representative with bid documents. Location of Nearest Parts Distribution Center to Eagle County in Colorado Nam e: Andy Cook Street Address: 826 21 112 Road , , Zip: Grand Junction 81505 800-2821719179,-4 159- 7 817-639-2947 Telephone: Fax: Email: acook@nationalbussales.conl The Vendor shall describe the extent of parts available at said center with hid documents. MP -id-aCc-RPP March 2014 Colorado Mountain Purchasing ' I Consortium U. STANDARD ASSURANCES Federal Reis ui mentc f fir Invitation fm Prop al it Ray Healy , representing the Proposer, certify that I have read and understand all terms and conditions of the Federal Requirements for Invitation for Proposal and, if awarded this proposal, will comply with all terms and conditions contained therein, uttusenalizeraconsuienawassessaimicauan National Bus Sales and Leasing, Increby certifies that they are NOT on the Comptroller General's list of ineligible Contractors. Manufacturers appearing on said list will be considered ineligible. ilthrz c trap es I, , representing the Preposeis, assure that * - . REMOVED, NOT REQUIRED ,1, Ray Healy . representing the proposer, assure that equipment proposed will meet or exceed all specifications, and that all equipment and items specified in the vehicle specifications arrive with the vehicle at time of delivery to the Purchaser. I. Ray Healy . representing the proposer, assure that local representation of the manufacturer has been secured and will be liable for warranty work on the vehide(s). Date May 9th, 2014 Signature is Company Name National Bus Sales and Leasing Title Regional Vice President_ 4, Colorado Mountain Purchasing Part 1 Consortium 13. BUY AMERICA CERTIFICATION REQUIREMENT FOR PROCUREMENT OF STEEL, IRON, OR MANUFACTURED PRODUCTS Certificate of Compliance with 49 U.S.C. 5323(j) The proposer or Offeror hereby certifies that it will meet the requirements of 49 U.S.C. 5323(j), and the applicable regulations in 49 CFR Part 661.11. Date 05.09.1 Signatu Company Name atis Sales&Leasing inc Title RVP Certificate of Non-Compliance with 49 U.S.C. 5323(j) The proposer or Offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j), but it may qualify for an exception pursuant to 49 U.S.C. 5323(j)(2)(C) and the regulations in 49 CFR 661.7. Date Signature Company Name Title 51 CMPC-14-130C-RFP March 2914 Colorado Mountain Purchasing Part I Consortium 14. BUY AMERICA CERTIFICATION REQUIREMENT FOR PROCUREMENT OF BUSES, OTHER ROLLING STOCK AND ASSOCIATED EQUIPMENT Certificate of Compliance with 49 U.S.C. 5323(j) The proposer or Offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 5323(j) and the applicable regulations at 49 CFR Part 661.11. Date 05.09.14 Signatures//A 1 Company Name Nati Sales&Leasing Inc Title RVP Certificate of Non-Compliance with 49 U.S.C. 5323(j) The proposer or Offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j), but may qualify for an exception pursuant to 49 U.S.C. 5323(j)(2)(C) and the regulations in 49 CFR 661.7. Date Signature Company Name Title • 52 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium 15. CERTIFICATION OF COMPLIANCE WITH FTA'S BUS TESTING The undersigned [Contractor/Manufacturer] certifies that the vehicle model(s) offered in this procurement complies with FTA's implementing regulation at 49 CFR Part 665. A copy of the test report (for each bid ITEM) prepared by the Federal Transit Administration's (FTA) Altoona, Pennsylvania Bus Testing Center is attached to this certification and is a true and correct copy of the test report as prepared by the facility. The undersigned understands that misrepresenting the testing status of a vehicle acquired with Federal financial assistance may subject the undersigned to civil penalties as outlined in the U.S. Department of Transportation's regulation on Program Fraud Civil Remedies, 49 CFR Part 31. In addition, the undersigned understands that FTA may suspend or debar a manufacturer under the procedures in 49 CFR Part 29. National Bus Sales&Leasing Inc Name of Bidder/Company Name Ray Healy Type or print name .ture of authorized representative Signature o ary and SEAL ,04"4.4.-,,, RHONDA fULGHAM ° `�? Notary Public.State of Texas •134. My Commission Expires *:z•;r,$.r May 14,2017 Date of Signature: 05 / 09 / 14 53 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium 16. CERTIFICATION AND RESTRICTIONS ON LOBBYING Ray Healy,RVP , hereby certify (Name and title of official) On behalf of National Bus Sales&Leasing Inc that: (Name of Bidder/Company Name) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. If any funds other than federal appropriated funds have been paid or will be paid to any person Influencing or attempting to influence an officer or employee of any agency, a Member of Congress, and officer or employee of Congress, or an employee of a Member of Congress in connection with the federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report Lobbying,"in accordance with its instructions. The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including sub-contracts, subgrants and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.0 § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 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 31 U.S.C. Section 3801, et seq., are applicable thereto. Name of Bidder/Company Name National Bus Sales&Leasing inc Type or print name Ray Healy �-� Signature of authorized representative ' L 6.ees Date 12§J_09/14 Signature of notary and SEAL th a. ,'0/ '% RHONDA FRG f M o, 4�= Public,State of Texas CMPC-14-130C Commission Expires °'off May 14 March 2014 ' ,„, Y ,2017 Colorado Mountain Purchasing Part 1 Consortium 17. DISADVANTAGED BUSINESS ENTERPRISE TVM CERTIFICATION The proposer, if a Transit Vehicle Manufacturer (TVM), hereby certifies that it has complied with the requirements of 49 CFR, Section 26.49 by submitting an annual DBE / WBE goal to the Federal Transit Administration (FTA). The goal has either been approved or not approved by FTA. The proposer, if a Dealer or non-manufacturer supplier, hereby certifies that the manufacturer of the transit vehicle to be supplied has complied with the above- referenced requirement of 49 CFR' Section. 26.49. and that I am duly authorized by said manufacturer to make this certification. PROPOSER/MANUFACTURER Name of Bidder/Company National Bus Sales&Leasing Inc Signature of Representative z _ Type or Print Name Ray Healy �" Title RVP Date 05 / 14 NOTARY Type or Print Name Rhonda Fulgham Signature of Notary tom- 11110'' /� Place Notary SEAL Here: RHQNDA fUl6HAM !• `' Notary Public.State of Texas 4,5 My Commission Expires •} &��4 May 14,2017 NOTE: An approved annual FTA certification must be received before a contract extension can be considered for each year. 55 CMPC-14-BOC-RFP March 2014 U.S.Department Headquarters East Building,5"Floor—TCR of Transportation 1200 New Jersey Avenue,SE Washington,DC 20590 Federal Transit Administration November 1,2013 Glaval Bus 914 County Road 1 Elkhart, IN 46514 Attn: Phil Hayes,President Joe Geoglien,DBELO Re: TVM DBE Goal Concurrence—Fiscal Year 2014 Dear Mr.Hayes: This letter is to inform you that the Federal Transit Administration's(FTA)Office of Civil Rights has received the Glaval Bus's Disadvantaged Business Enterprise(DBE)goal and methodology for FY 2014 for the period of October 1,2013—September 30,2014.This goal submission is required by the U.S.Department of Transportation's DBE regulations at 49 CFR Part 26 and must be implemented in good faith. We have reviewed your FY 2014 DBE goal and determined that it is compliant with DOT's DBE regulations.You are now eligible to bid on FTA funded transit contracts.This letter or a copy of the TVM listing on FTA's webssite is documentation that may be used to demonstrate your compliance with DBE requirements when bidding on future contracts. FTA reserves the right to rnove/suspend this concurrence if your DBE program or FY 2014 DBE goal is not implemented in good faith.In accordance with this good faith requirement,you must submit your DBE Uniform Report in the DOORS system by December 1,2013.This report should reflect all FTA funded contracting activity for the second period of FY 2013(i.e.,from April 1 to September 30). Please also be mindful that your FY 2015 DBE goal methodology must be submitted to FTA by August 1,2014. Therefore,you should publish your goal on or before June 17,2014.Thank you for your cooperation.If you have any questions regarding this approval,please contact Britney Berry at (202)366-1065 or via e-mail britney.berry@dot gov. Sincerely, Dawn Sweet Acting Title VI/DBE Team Leader Office of Civil Rights isma FTA-Transit Vehicle Man facturer(TVM) Page 1 of 3 Transit Vehicle Manufacturers (TVMs) If you are an FTA recipient;you must require,in your DBE program,that each transit vehicle manufacturer,as a condition of being authorized to bid or propose on FTA-assisted transit vehicle procurements,certify that if has complied with the requirments of49 C.F.R.§26. You do not include FTA assistance used in transit vehicle procurements in the base amount from which your overall goal is calculated. See 49 C.F.R §26.49(a). If you are a transit vehicle manufacturer,you must establish and submit for FTA's approval an annual overall percentage goal. In Setting your overall goal,you should be guided,to the extent applicable, by the principles underlying 49 C.F.R. §26.45. See 49 C.F.R.§26.49(b). •Transit Vehicles Manufacturers(TVMs)Webinar Training Materials The TVM DBE Program Plan webinar can be found here. The TVM Targeting Common Deficiencies webinar can be found hag. A non-exhaustive list of advocacy organizations and general business groups can be found hat. Transit Vehicles Manufacturers(TVMs)Eligible to Bid on Federally Funded Transit Agency Contracts in Federal Fiscal Year 2013 The chart below identifies the transit vehicle manufacturers who have obtained 49 C.F.R§26.49 certification,each transit vehicle manufacturer's address,and current DBE goal.All TVMs listed are eligible to bid on federally ' . transit procurements. nts. .Note:Click any header to sort by that topic # Transit Vehicle Manufacturer Address DBE er Goal 1 Alexander Dennis,Inc 31566 Railroad Canyon Road,Suite 342, Canyon Lake,California 92532 2.25% 2 Alstom Transportation,Inc. 1 Transit Drive Hornell,NY 14843 11.43% 3 Ameritrans(TMC Group,Inc.) 2503 Ada Drive,Elkhart,Indiana 46514 9.35% 4 AnsaldoBreda Inc. 101 The Embarcadero,Suite 2l 0 San.Francisco, CA 94105 3•w/o. 5 AnsaldoBreda SpA via Ciliegiole, 110 Pistoia,PT 51100 Italy 12.00% 6 ARBOC Specialty Vehicles 1 Greenfield Parkway,Middlebury,Indiana 2.81% 7 Blue Bird Corporation 402 Blue Bird Blvd Fort Valley,GA 31030 1.00% 8 Bombardier Inc. 1101 Parent Street,Saint-Bruno,Quebec, 10.00% ' Canada,J3V 6E6 9 Braun Corporation 631 W. 11 th Street,Winamac,Indiana 46996 1.00% 10 Brookville Equipment Corporation 175 Evans Street,Brookville,Pennsylvania 1.08% 15825 http://www.fta.dot.govtprinter ifriendly/12891.html 1/29/2013 FTA-Transit Vehicle Man fac0aer(TVM) Page 2 of 3 11 CAFUSA,Inc. 14tH K Street,N.W.,Suite 1003,Washington, DC 20005 5.820!0 12 Champion Bus,Inc./Gel era!Coach 331 Graham America,Inc, y Road,Imlay City,Michigan 48444 1.00% 13 Coach&Equipment Manufacturing 130 Horizon Park Drive/P.O.Box 36,Penn Yen, Corporation New York 14527 1.30•!0 148n Lim USA 2309 Nevada Boulevard,Charlotte,North Carolina 28273 5.0001. 15 Diamond Coach Corporation 2300 W.4th StreetlP.O.Box 489,Oswego, 1.00% Kansas 67356 16 Doppelmayr Cable Car Amen 675 He Inc. �' g� 8� ,Suite 300,Oakland, I.50'%0 California 94621 17 ElDorado National,Inca 9670 Galena Street,Riverside,California 92509 5.00%. 18 Elkhart Coach(a Divisidn of Forest River,Inc.) 52807 County Road 7,Elkhart,Indiana 46514 0.24% 19 EM Diesel 9301 W.55th St.LaGrange,IL 60525 3.00% 20 GE Transportation 2901 East Lake Road,Building 14,Room 204, 2.000!0. Lawrence Park,Pennsylvania 16532 25800 21 Gillig,LLC 94545 Clawiter Road,Hayward,California 2.00% 22 F ; �, - 914 County ,Elkhart,' Indiana 46514,",t 0.34% 23 Goshen Coach,Inc. 25161 Leer Drive,Elkhart,Indiana 46514 0.16%' 24 Hometown Trolley/Doub a K,Inc. 701 N.Railroad Avenue,Crandon,Wisconsin 54520 3.00'!0 25 Hyundai Rotem USA Corporation 2400 Weoe Avenue,Philadelphia, Pennsylvania 19148 9.90'!e 26 Ilderton Conversion Cerny 108 E.Grimes Avenue,High Point,North 13.00% Carolina 27260 27 Kawasaki Rail Car,Inc. 29 Wells Avenue,Building#4 Yonkers,New 5.32% York 10701 2146 Palm Harbor Boulevard,Palm Harbor, 28 Kinlcisharyo International,LLC Ficeda 34683 7.00•/e 29 Midway Specialty Vehicles,LLC 2940 Dexter Drive,Elkhart,Indiana 46514 9.35% 30 Mitsubishi Heavy Industries 630 Fifth Avenue,Suite 2650,New York,New America,Inc. York 10111 2.00'10 31 Mobility Transportation Services 42000 Kock Road,Suite A3,Canton, o Michigan 48187 2.06!0 32 Mobility Works 1090 W.Wilbeth Road,Akron,Ohio 44314 5.50% 33 Motive Power 4600 Apple Street Boise,ID 83716 4.00% 34 Motor Coach Industries,Inc.(MCI) 1740 E.Golf Road,Third Floor,Schaumburg, 13.00% Illiru?is 60173 35 National Van,Inc. 80 Pine Street,Attleboro,Massachusetts 02703 2.50%. 36 New Fngland Wheels,Inc; 33 M Road,Billerica,Massachusetts 1.00% 01821 http:l/www.fla.dot.govlprinter friendly/12891.html 124/,n t Z FTA-Transit Vehicle Manufacturer(TVM) Page 3 of 3 3 7 New Flyer Industries,Inc. 711 Kemaghan Avenue,Winnipeg,Manitoba, Canada R2C 3T4 3.87°l0 38 North American Bus Industries,Inc. 106 National Drive,Anniston,Alabama 36207 6.00% 39 CNova Bus(a Division of Provost 260 Banker Road,Plattsburgh,New York 12901 10.00% ) 40 United Street Car(previously listed 9700 SE Lawnfield Road,Clackamas, Oregon o as Oregon Iron Works) 97015 3.42/o 41 Proterra,Inc. 1 Whitlee Court,Greenville,Sputh Carolina 29607 1.00% 42 Siemens Industry,Inc. 7464 French Road,Sacramento,California 95828 5.55% 43 Starcraft Bus(a Division of Forest 2367 Century Drive,Goshen,Indiana 46528 0.46% River,Inc.) 44 Sumitomo Corporation of America 600 Third Avenue,New York,New York 10016 5.50% 45 Staff ns Bus ration(Previously 2592 E.Kercher Road,Goshen,Indiana 46528 1.00% 46 Talgo,Inc. 3533 N.27th Street,Milwaukee,Wisconsin ° 53216 7.10% 47 Transportation Technology,Inc. 940 Nepperhan Avenue,Yonkers,New York l 0703 3.1704 48 Turtle Top 67819 State Road 15,New Paris,Indiana 46553 3.00% 333 Republic Drive,Suite B,Alert Park, 49 Vehicle Production Group,LLC 1.40% Michigan 48101 50 Vossloh Espana S.A.U. Mitjera,6 Albuixech,Spain 4.50% http.//www.fta.dot.gov/printer friendly/12891.html 1/29/2011 IPva dffp NM*tai GLAVAL BUS DBE POLICY STATEMENT The Glaval Bus Division of Forest River,Inc.has established a Disadvantaged Business Enterprise,(DBE), program in accordance with the regulations of the U.S.Department of Transportation,(DOT),49 CFR,Part 26. It is the policy of Glaval Bus to ensure that designated DBE suppliers,(as defined in 49 CFR,Part 26), have an equal opportunity to provide individual components or services for vehicles that are being build by Glaval Bus for DOT-assisted contracts. It is also the policy of Glaval Bus to: 1). Ensure nondiscrimination in the award of business to individual suppliers bidding on components or services associated with vehicles being build by Glaval Bus for DOT-assisted contracts. 2). Create a"level playing field"from which DBE designated suppliers can compete fairly for providing components or services associated with vehicles being built by Glaval Bus for DOT- assisted contracts. 3). Ensure the DBE Program implemented by Glaval Bus remains in compliance with applicable Federal and Indiana state laws. 4). Ensure that only firms that fully meet 49 CFR Part 26 eligibility standards are allowed to participate as DBE designated suppliers. 5). Assist in removing potential barriers to the participation of designated DBE suppliers in providing components or services associated with vehicles being built by Glaval Bus for DOT- assisted contracts. 6). Assist in the development of supplier firms that can compete successfully in the market place outside the DBE Program. The assigned Glaval Bus DBE Liaison Officer shall be responsible for implementing all aspects of the Glaval Bus DBE Program,and the DBE Program will be accorded the same priority as compliance with all other legal obligations incurred by Glaval Bus in building and delivering vehicles of DOT-assisted contracts. This policy statement has been disseminated to the Glaval Bus Management staff and all departments of the Glaval Bus organization,as well as being posted on the Glaval Bus website for access by the supplier community. tWeAeousi‘:-) IJ2I/2014 -- Phil Hayes,General Manager Date Glaval Bus Division,Forest River Inc Glaval Bus 914 County Road#I North Elkhart In,46514 Ph:800.445.2825 Fax:574.264.4259 Colorado Mountain Purchasing Part 1 Consortium 18. FMVSS - MOTOR VEHICLE SAFETY STANDARDS CERTIFICATION Certification of Compliance with all Fed era I Motor Vehicle Safety Standards (FMVSS) and safety related items contained in Appendix A and B — Vehicle Specifications. The Proposer hereby certifies that It shall comply with the safety related FM VS S requirements contained in Appendix A and B - Vehicle Specifications. Date 05.09.14 Signature 7Xed Company Name Natio s Sales&Leasing Inc Title RVP 56 CMPC-14-BOC-RFP March 2014 N !Bus MIME A Dlcithi CTamaAft. TO WHOM IT MAY CONCERN RE: FMVSS&ADA REQUIREMENTS FOR GLAVAL BUS DATE:January 2,2013 This is to certify that all bus models manufactured by Glaval Bus are in full compliance with all current applicable FMVSS and ADA requirements.Including: A. FMVSS No.101: Controls and Displays B. FMVSS No 102: Transmission Shift Lever Sequence,Starter Interlock,and Transmission Braking Effect C. FMVSS No 103: Windshield Defrosting and Defogging Systems D. FMVSS No 104: Windshield Wiping and Washing Systems E. FMVSS No 105: Hydraulic and Electric Brake Systems F. FMVSS No.106: Brake Hoses G. FMVSS No 108: Lamps,Reflective Devices,and Associated Equipment H. FMVSS No 111: Rearview Mirrors I. FMVSS No 113: Hood Latch System I. FMVSS No.116: Motor Vehicle Brake Fluids K. FMVSS No.117: Re-treaded Pneumatic Tires L. FMVSS No.119: New Pneumatic Tires M. FMVSS No.120: Tire Selection and Rims for Motor Vehicles Other Than Passenger Cars N. FMVSS No.124: Accelerator Control Systems O. FMVSS No.125: Warning Devices P. FMVSS No 205: Glazing Materials Q. FMVSS No.207: Seating Systems IL FMVSS No.208: Occupant Crash Protection S. FMVSS No.209: Seat Belt Assemblies T. FMVSS No.210: Seat Belt Assembly Anchorages U. FMVSS No.217: Bus Emergency Exits and Window Retention and Release V. FMVSS No 220: School Bus Rollover Protection W. FMVSS No.221: Joint Strength(available with FRP composite exterior skin) X. FMVSS No.302: Flammability of Interior Materials Y. FMVSS No.403: Platform Lift Systems for Motor Vehicles Z. FMVSS No.404: Platform Lift Installations on Motor Vehicles John Skelton Director ofEngin-- ' (—;191471 g i�'' Glaval Bus•914 C.R.#1 •Elkhart,IN•46514.800-445-2825.574-262-2212•Fax:574-2644259 Colorado Mountain Purchasing Part 1 Consortium 19. TITLE VI CIVIL RIGHTS ACT OF 1964 CONTRACTOR AGREEMENT During the performance of this Purchasing Agreement, the Contractor, for itself, its assignees and successors In interest (hereinafter referred to as the "Contractor"), agrees as follows: (1) Compliance with Regulations: The Contractor shall comply with the Regulations relative to nondiscrimination in federally-assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 2 I, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Purchasing Agreement. (2) Nondiscrimination: The Contractor, with regard to the work performed by it during the Purchasing Agreement, shall not discriminate on the grounds of race, religion, color, sex, age, national origin, or disability In the selection and retention of subcontractors, including procurement of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the Contract covers a program set forth in Appendix B of the Regulations. (3) Solicitations for Subcontracts, including procurement of materials and equipment: In all solicitations either by competitive Proposal or negotiation made by the Contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this Purchasing Agreement and the Regulations relative to nondiscrimination on the grounds of race, religion, color, sex, age, national origin, or disability. (4) Information and Reports: The Contractor shall provide all Information and reports required by the Regulations or directives Issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Recipient or the FTA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information is required or a Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the CMPC, or the FTA, as appropriate, and shall set forth what efforts it has made to obtain the information. (5) Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Purchasing Agreement, the CMPC shall impose such Contract sanctions as it or the FTA may determine to be appropriate, including but not limited to: (c) Withholding of payments to the Contractor under the Contract until the Contractor complies, and/or (d) Cancellation, termination or suspension of the Purchasing Agreement, in whole or in part. 57 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium TITLE VI CIVIL RIGHTS ACT OF 1964 CONTRACTOR AGREEMENT (Continued) (6) Incorporation of Provisions: The Contractor shall include the provisions of paragraph (1) through (6) of this section in every subcontract, including procurement of materials and teases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as the CMPC or the FTA may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that, in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Contractor may request the CMPC to enter into such litigation to protect the interests of the CMPC, and in addition, the Contractor may request the services of the Attorney General in such litigation to protect the interests of the United States. Date, 05.09.14 Sig nature 41. 2-0. Company Name National Bus Sales&Leasing Inc Title RVP 58 CMPC-14BOC-RFP March 2014 Colorado Mountain Purchasing Part I Consortium 20. CERTIFICATION OF COMPLIANCE WITH THE AMERICANS WITH DISABILITIES ACT OF 1990 The Proposer hereby certifies that it shall comply with all requirements contained in Appendix A and B - Vehicle Specifications relating to bus design or special equipment required by the Americans with Disabilities Act of 1990. Date 05.09.14 Signature(ZAA LVZIAA Company Name National Bus Sales&Leasing Inc Title RVP 59 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium 21. GOVERNMENT-WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) 49 CFR Part 29,Executive Orders 12549, 12689,and 31 U.S.C.6101 (Contracts over$25,000) Background and Applicability In conjunction with the Office of Management and Budget and other affected Federal agencies, DOT published an update to 49 CFR Part 29 on November 26, 2003. This government-wide regulation implements Executive Order 12549, Debarment and Suspension, Executive Order 12689, Debarment and Suspension, and 31 U.S.C. 6101 note (Section 2455, Public Law 103-355, 108 Stat. 3327). The provisions of Part 29 apply to all grantee contracts and subcontracts at any level expected to equal or exceed $25,000 as well as any contract or subcontract(at any level) for Federally required auditing services. 49 CFR 29.220(b). This represents a change from prior practice in that the dollar threshold for application of these rules has been lowered from $100,000 to $25,000. These are contracts and subcontracts referred to in the regulation as"covered transactions." Grantees, contractors, and subcontractors (at any level) that enter into covered transactions are required to verify that the entity (as well as its principals and affiliates) they propose to contract or subcontract with is not excluded or disqualified. They do this by (a) Checking the Excluded Parties List System, (b) Collecting a certification from that person, or (c) Adding a clause or condition to the contract or subcontract. This represents a change from prior practice in that certification is still acceptable but is no longer required. 49 CFR 29.300. Grantees, contractors, and subcontractors who enter into covered transactions also must require the entities they contract with to comply with 49 CFR 29, subpart C and include this requirement In their own subsequent covered transactions (i.e., the requirement flows down to subcontracts at all levels). Instructions for Certification: By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below. Suspension and Debarment This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the recipient. If It Is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the recipient, the Federal 60 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Contractor National Bus Sales&Leasing Inc Signature of Authorized Officia�7�.. L7/1..6 Date 05 /09 / 14 �---�" Name and Title of Contractor's Authorized Official Ray Healy, RVP 61 CMPC-14-BOC-RFP March 2014 Colorado Mountain Purchasing Part 1 Consortium 11. ACKNOWLEDGEMENT OF ADDENDA The undersigned acknowledges receipt of the following addenda to the RFP documents. NO ADDENDA WERE RECEIVED (Give number and date of each): Addendum No. 1 Dated 3.21 .14 Addendum No. 2 Dated4'25'14 Addendum No. 3 Dated 5.02.14 Addendum No. 4 Dated 5.02.14 Addendum No. 5 Dated 5.02.14 Addendum No. 6 Dated 5.06.14 Failure to acknowledge receipt of all addenda may cause the proposal to be considered non-responsive. Signature; .,?Q 4.1_ Date /CV 1 t Print Name Ray Healy Organization National Bus Sales&Leasing Inc. CMPC-14-BOC-RFP May 2014 ill NATIONAL ., ._ 15580 Hwy 114 Justin,TX 76247 800.282.7981 or 817.636.2365 Fax: 817.636.2947 www.nationalbussales.com BUS SALES&LEASING,INC. Build Schedule As it relates - rela es to bus delivery, all buses will be received by end user 90 120 days from receipt of purchase order. We will endeavor to deliver the buses as expeditiously as possible. 9V"ow that we 're partners, we want you to know how you can count on us for support. PLEASE READ ON. . . 2 Table of Contents DELIVERY INFORMATION Questions and Answers regarding the delivery of your new bus 4 WARRANTY INFORMATION Questions and Answers regarding Warranty 5-8 Customer Notes 9 Warranty Worksheet 10 Warranty Supplement Form 11 SERVICE INFORMATION Questions and Answers about Service 12-13 PARTS INFORMATION Questions and Answers about Parts 14 3 Delivery QUESTIONS AND ANSWERS REGARDING THE DELIVERY OF YOUR NEW BUS What can I expect when my bus is delivered? All buses will be delivered to the Grand Junction Service Center(826 21 1/2 Road, Grand Junction, CO 81505)prior to shipping to your location. A Pre-Delivery Inspection will be performed on each vehicle by Andy Cook(Service Support Manager) at the Service Center to make certain the bus is equipped per the order and that any minor items that might need to be addressed, are corrected. You will also have the opportunity to go to the Grand Junction Service Center to review the bus during the PDI. At the time of delivery or soon afterwards (based on your preference), you can expect an orientation on the bus. The National Bus Sales representative with whom you have been working will provide the orientation. What do I do if I have problems or questions regarding the delivery of my bus? Call your Sales Manager, Jeffrey Johnson at(512) 750-6115 or Service Support Manager,Andy Cook (The Grand Junction Service Center phone number will be provided soon) We will see that your needs will be promptly met! What kind of maintenance procedures do I need to follow as soon as the bus is delivered to my facility? You will want to perform routine checks such as fluid levels,belts,hoses,and proper tire pressure. You will want to ensure all safety and operational systems are functioning properly. National Bus Sales and/or the bus manufacturer, as part of our standard procedures, have thoroughly checked all these items before delivery to you. National's Sales Directory Commercial Sales Staff(Please see Org Chart for more detail) Blake Beach President Office 1-770-795-4214 bbeach @nationalbussales.com Ray Healy Regional Vice President Mobile 949-307-6865 rhealey @nationalbussales.com Jeffrey Johnson Regional Sales Manager Mobile 512-750-6115 jjohnson @nationalbussales.com Andy Cook Service Support Manager Mobile 719-459-5790 acook @nationalbussales.com Rickey Parsons Regional Parts Manager Mobile 832-506-2972 rparsons @nationalbussales.com Erica Turnbull Warranty Administrator Office 817-636-6328 eurnbull@nationalbussales.com 4 Warranty QUESTIONS AND ANSWERS REGARDING WARRANTY We at National Bus Sales are eager to ensure your continued satisfaction with your new bus. There may come a time when repairs covered under your Warranty Policy are needed. The following information is provided to help you understand how to utilize the Warranty services and get your bus back on the road. It is our desire to serve you as quickly and effectively as possible. What is Warranty intended to do? The Warranty Policy described in the Owner's Certificate is intended to cover the reasonable cost of making repairs to your bus for parts that fail within the designated Warranty period. Having the cost of a repair covered under the Warranty policy means you have followed all the maintenance procedures outlined in the Owner's Manual. It also means the part failed within the designated Warranty period. The Warranty Policy does not cover routine maintenance. It, also, does not cover repairs for parts failing outside the designated Warranty period. If you have any questions,please contact our Warranty Administrator, Erica Turnbull. When does my bus Warranty go into effect? Your new bus Warranty goes into effect at the mileage and on the date it is delivered and/or registered, whichever comes first. What should I do when I need a Warranty repair? If you have a problem, prior to making the repair, contact our Service Support Manager, Andy Cook or our Warranty Administrator and,explain the problem in detail. Together, we will come to a solution to get your bus back into operation with the least amount of inconvenience. Andy Cook will be equipped with a service vehicle so that he can travel to your location and perform warranty repairs onsite or assist you with troubleshooting should your service department prefer to handle the repairs themselves. Please note all repairs must have prior approval by the Warranty Administrator, Erica Turnbull at 770-422- 8920 or 1-800-282-7981. Please have the following information available: 1. Body Number 2. Mileage 3. Cause of Problem 4. Approximate Repair Cost Who do I contact regarding Warranty questions and claims? National Bus Sales &Leasing,Inc. Warranty Administrator Colorado Shipping Address: 826 21 1/2 Road, Grand Junction, CO 81505 Texas Shipping Address: 15580 Texas 114 1 Justin, TX 30062 (817) 636-2365 I (800) 282-7981E-mail: Warranty @NationalBusSales.com Warranty Where can I go for Warranty service? Depending on the type of problem, the Warranty Administrator will discuss with you the best way to get your bus back on the road. We may dispatch our mobile service support personnel, ask you to return the bus to the National Bus Sales service facility in Grand Junction or take it to another authorized Warranty service facility. If circumstances warrant, you will also be given authorization to repair it at your own facility. What procedure do I follow when Warranty repairs are made at my own facility? Call the National Bus Sales Warranty Administrator(Erica Turnbull) or Service Support Manager(Andy Cook)prior to taking any action, at that time you will be given an authorization number. Having the claim number when communicating with National Bus Sales will expedite the Warranty claim process. Once you receive the authorization number and replacement part(if necessary)from National, you may then perform the required repair. How do I get parts for Warranty repairs performed at my own facility? 1. Call the Warranty Administrator for the authorization number and to request the needed parts. Warranty work performed under the National Bus Sales'Warranty Policy must use parts supplied by National Bus Sales unless otherwise agreed upon. A Parts Credit can only be issued when parts approved by National are used. USE OF UNAPPROVED PARTS MAY VOID THE WARRANTY. In most cases,National will get parts to you within 36 hours. The procedure to follow for those rare occasions when National Bus Sales is unable to provide parts will be discussed later in this Customer Service Guide. 2. Receive the necessary parts from National and use them to make the needed Warranty repairs. 3. Complete the Warranty Worksheet, explaining in detail what you did to repair the bus, and send it to the National Bus Sales Warranty Administrator along with the old part. How do I receive credit for labor and parts if I perform the work in my own facility? Once the Warranty Administrator has received your completed repair order and the old bus part(s), a claim will be filed accordingly, and upon receipt of a credit,we will credit your account. LABOR 1.The Warranty Administrator will authorize a credit to your account with National for the labor expense you have requested on your repair order. 2.Prior to the authorized repairs being complete, the Warranty Administrator will discuss with you the standard labor time involved for certain repairs and the amount you will be reimbursed. If there are extenuating circumstances,please discuss this prior to labor authorization. PARTS When National Bus Sales sends you a part for Warranty repair,National will then debit your account for the cost of the part(s).When you return the old part along with your completed,repair order, the claim will be filed. Once the claim has been approved for payment,your account will be credited. 6 Warranty What if I already have the necessary part at my own facility? To avoid confusion and any misunderstanding, call the National Warranty Administrator. You will be sent a replacement part, ensuring the part you use meets the manufacturer's Warranty qualification. Following this procedure ensures that your bus stays within the Warranty guidelines. What do I do in those rare instances when National has difficulty in providing the necessary parts? Call the National Warranty Administrator. If it is determined we are having difficulty providing the parts necessary to make the repair,you will be given instructions to expedite the repair of your bus and still stay within the Warranty guidelines. It is also recommended that you contact either Jeff Johnson or Andy Cook for additional support/options. Does Warranty cover the cost of transporting the bus to and from authorized Warranty repair centers? You are responsible for the cost of transporting the bus to and from the authorized Warranty service center. However, we can provide this transportation as a service to our customers at a very reasonable cost. These rates are based upon factors such as distance, chase cars,number of buses, etc Please let us know if you need assistance in transporting the vehicle. Is towing covered under Warranty? The Chassis OEM,Ford and GM (component manufacturer i.e. engine or transmission)covers towing under certain conditions since it is considered a policy decision. The Owner's Manual will detail the circumstances. The Bus Body manufacturers generally do not cover towing, although there are exceptions under certain circumstances. What maintenance records are required to ensure the cost of the repairs are covered under Warranty? Preventative maintenance records and work order records should be kept on file until the bus is retired. In order to ensure repair costs are covered under the Warranty,you may have to show you followed all the required maintenance procedures described in the Owner's Manual. What do I do when I have problems with the bus while under Warranty but can not get it in for repairs right away? The length of time needed to repair your bus will depend upon the severity of the problem,who does the work, and availability of necessary parts. If you bring the bus to the Grand Junction National facility, it is our goal to complete the repairs as quickly as possible. If we know the parts are not immediately available and you want us to make the repairs, we recommend you wait to bring the bus in until the parts arrive. If you receive authorization from the Warranty Administrator to do the work at your own facility and parts are available(which is so the vast majority of the time), the parts will be shipped to you via UPS the next day. 7 Warranty How do I receive proper credit for my Warranty claims? 1. Before taking any action, call the National Bus Sales Warranty Administrator. You will be given instructions on exactly what to do and will be provided with an authorization number to use in all communications with us. 2. If you perform the work at your own facility, make sure you complete your repair order including all the information for parts and labor. Send this form to our Warranty Administrator. 3. If you perform the work at your own facility,make sure the old parts are returned to us with the label attached to the part. If you received authorization from the Warranty Administrator to purchase parts from an outside vendor, it is essential to send a copy of the invoice along with the old part. How long does it take to receive credit for my Warranty claims? We want to expedite the processing of your Warranty claims. We are committed to crediting you within thirty days after receipt of all the paperwork and failed parts. . Note: It is extremely important to file your Warranty claim within 30 days of the repair,or your claim could be subject to disapproval. 8 Warranty Customer Notes: 9 Warranty Worksheet Estimate for Repair—ANY ADDITIONAL REPAIR REQUIRES PRIOR APPROVAL To: National Bus Sales Repaired by: Warranty Department P.O. Box 6549 Marietta, GA 30065-0549 Date: Bus Body#: Vehicle ID#: Odometer Reading: In-Service Date: Complaint#1: Repair#1: Complaint#2: Repair#2: Complaint#3: Repair#3: 10 Complaint#4: Repair#4: Complaint#5: Repair#5: Note: Please keep ALL parts replaced. Failure to do so may cause Warranty claim to be denied. Labor Rate: Total Hours: Labor Charge: Part Number Used: Part Cost: Date Part Returned: Return Postage: Signature of Shop Manager Signature of Warranty Manager Note: -3 Once approval for repair is received, authorization will expire in 30 days. , -� Repairs CANNOT be made without prior approval and authorization number. -* The"Warranty Worksheet"must be completed and received by the warranty administrator prior to work beginning. 11 Warranty WARRANTY SUPPLEMENT FORM: For: Date: Bid.Identification: Unit(s) Covered: Body Number(s): Stock Number(s): The following information is a supplement to the standard Warranty provided. The information below was generated as a result of additional requirements of your bid, an extended Warranty purchased and noted, or some other type of requirements as noted below. 12 Service QUESTIONS AND ANSWERS REGARDING SERVICE Who do I call if one of my buses needs maintenance, repair,body work, an option installed,or some other kind of service? Call our Grand Junction Service Center or the Texas Service Department at Toll Free 1 800-282-7981. We can transfer you to either location,keeping in mind that our support will not only come from the Colorado Center but also the Texas Center and Georgia Center. We have a plethora of resources and have the ability to dispatch them to Colorado, if needed. Our focus is on after sales support; we sell through service and support and are pleased to help you! What kinds of service work can I expect the National Bus Sales Service Facility to perform? National is fully prepared to meet your bus service needs. We are experts in installing special options like wheelchair lifts, wheelchair securement, air conditioners, and roof vents. We can, also,provide service as it relates to chassis and body repair. Our service facility can meet your extremely important routine maintenance functions, ensuring all Warranty prerequisites are met. If you need major repairs, like engine work, transmission or brake repairs, we will make sure your bus is operational as soon as possible. If you have sustained body damage and need repairs,your needs can be met at the National Bus Sales service facility and/or Body Repair Facility. How long will it take to get my bus repaired? Of course, the length of time necessary to repair your bus will depend on the type of repair necessary, its severity, and the availability of parts. It is the goal of National Bus Sales to expedite repairs. Once an assessment has been made, we will be able to give a more accurate estimate of repair time. What can I expect to pay? National's Service Department rates are both reasonable and competitive. Each job will be evaluated so that you receive the level of service needed to best accommodate the repair. We provide written estimates upon request. 13 Parts QUESTIONS AND ANSWERS REGARDING PARTS Who do I call if I need parts for my bus? There are 3 options, you can contact any of the following people and we will be happy to assist. Service Support Manger-Andy Cook, The Parts Department @ Toll Free 1 800-282-7981 or Regional Sales Manager-Jeff Johnson and we will be happy to serve you! How quickly can I expect to receive the parts I order? Approximately 90%of all orders received by 3:00 p.m. will ship the same day. Our standard procedure is to ship parts via UPS or motor freight(F.O.B. Justin,TX or Marietta, Georgia if they are not stocked in Grand Junction). Should you require guaranteed service, inform your order analyst. May I come by your facility and pick up the parts I need? Of course! We would be happy to see you and get the parts you need while you wait. This would be an excellent time to meet face-to-face with the people responsible for servicing your account. What if you do not have the parts I need in stock? In most cases your order can be drop-shipped from the vendor. National can expedite shipping to meet your needs. Should the vendor or manufacturer not have the component you need,we will source the part with other manufacturers to expedite shipping. Can I order parts online? Yes at www.nationalbusparts.com. National Bus Sales accepts checks and all major credit cards. Cards MaSterCa11111111111.15 (�t}t oMas[ti1e- Thank you for making National Bus Sales your"One Stop Bus Shop!" Be sure to visit our Web site: www.NationalBusSales.com And www.NationalBusParts.com 15 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 VEHICLE SPECIFICATIONS FOR: Small-Medium Cutaway Bus Table of Contents Section 1. General Requirements 3 Section 2. Legal Requirements 4 Section 3. Vehicle Class and Overall Dimensions 5 Section 4. Fastener Specifications 8 Section 5. Body and Roof 9 OPTIONS 11 Section 6. Insulation 12 Section 7. Gas Engine - Transmission 13 A. Engine 13 B. Transmission 14 C. Power Steering 14 D. Emissions 14 E. Fuel Tank 15 F. Electrical 15 OPTIONS 16 Section 8. Final Drive 21 Section 9. Suspension System 21 OPTIONS 22 Section 10. Tires and Wheels 22 A. Tire Requirements 22 B. Wheel Requirements 23 OPTIONS 23 Section 11. Brakes 23 Section 12. Electrical System 24 B. Battery 24 D. Wiring 25 OPTIONS 28 Section 13. Interior Climate Control 28 A. Heating/Air Conditioning/Defrosting Requirements 28 B. Roof Hatch 30 OPTIONS 31 Section 14. Interior Trim 31 OPTIONS 32 Section 15. Painting, Decals, and Monograms 32 Section 16. Seating 32 A. General 32 1 I'I SMALL-MEDIUM CUTAWAY BUS 4/25/2014 B. Passenger Seating 33 C. Driver's Seat 35 OPTIONS 36 Section 17. Floor and Floor Covering 37 OPTIONS 38 Section 18. Steps and Stepwell 39 Section 19. Passenger Doors 40 A. Front Entrance Door 40 B. Mobility Lift Door 41 C. Door - General 41 OPTIONS 42 Section 20. Service Compartments / Access Doors 43 Section 21. Windshields and Windows 43 Section 22. Lighting 45 A. Exterior Lighting 45 B. Interior Lighting 45 OPTIONS 46 Section 23. Finish and Color 47 OPTIONS 47 Section 24. Stanchions, Grab Rails & Modesty Panels 49 Section 25. Mirrors 50 Section 26. Mobility Lift 50 OPTIONS 52 Section 27. Wheelchair Securement System 52 OPTIONS 54 Section 28. Miscellaneous (General) 55 OPTIONS 57 Section 29. Manuals 57 OPTIONS 58 Section 30. Required Vehicle Database Information 59 Section 31. Required Supplemental Information 59 Section 32. Agency Options 60 Section 33. Floorplans 63 • 2 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 LIGHT DUTY BUS TECHNICAL SPECIFICATIONS Section 1. GENERAL REQUIREMENTS A. Vehicles shall be of the "body on chassis" type and will involve construction of a body on a light-duty cut-away van or truck chassis. The vehicle body shall be a body manufactured by a body manufacturer for transit application, not "converted" or "modified" to a transit vehicle from a sports van, passenger van or wagon, delivery vehicle, school bus, recreational vehicle, or similar vehicle. Body construction shall be conventional type, panels on structural metal frames, as described later in this document. B. The vehicles shall be able operate daily on all urban, suburban and rural primary and secondary roads within the state of Colorado. C. The vehicles proposal shall be the chassis manufacturer's current production year, 2014 Model Year or newer. The basic vehicle, both chassis and body, must be a current year factory production cutaway model that . is catalogued by the manufacturer and for which manufacturer's published literature and printed specifications are currently available. The bus manufacturer shall be ISO 9001:2000 certified. A copy of this certification must accompany the proposal submittals. D. Detailed floor plans with dimensions will be provided with the proposal showing proposed seating arrangements, interior layout of the bus, and seat spacing between ambulatory seats (to include spacing between wheelchair positions/flip seats) for each bus type. E. These specifications reflect the buyer's preference as to dimensions, materials and major components. However, the proposer shall not omit any part or detail, which goes to make the vehicle complete and ready for service, even though such part or detail is not mentioned in these specifications. F. All units or parts used in the assembly of the final product shall be manufacturer's best quality and shall conform in material, design or workmanship to the best practice known in the transit industry. All parts shall be new and in no case shall used, reconditioned or obsolete parts be accepted. G. The price quoted in any proposal submitted shall include all items of labor, material, tools, equipment, and other costs necessary to fully complete the manufacture and delivery of the vehicles pursuant to these specifications. It is the intent of these specifications to provide and require a complete vehicle of the type prescribed ready for operation. The Proposer shall assume sole responsibility for the entire vehicle as to warranty and after-sales parts and service. This includes the pick-up and delivery of the vehicle. H. Note: Whenever a specific trade or product name is used within this specification, the following statement applies: "... or approved equal with the same standards of quality, design and performance." All requests for approved equals must be submitted on the as stated in this proposal document and must be approved by buyers included in this statewide purchase. 3 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 I. Vehicle inspection and delivery will be completed as described in Part 1 and 2 of this proposal document. Proposer Meets Section Specifications Yes We will comply with all requirements No Noted Deviations (list all section deviations for consideration here): Section 2. LEGAL REQUIREMENTS The bus shall meet all applicable Federal Motor Vehicle Safety Regulations (FMVSS), Federal Motor Carrier Safety Regulations (FMCSR), and the Environmental Protection Agency (EPA) regulations in effect at the date of manufacture and the Manufacturer shall so certify. Manufacturers must be certified by the National Traffic Safety Administration to manufacture or alter vehicles in accordance with the Code of Federal Regulations, Title 49, Parts 567-568. The bus must comply with all Federal Transit Administration (FTA) recommended fire safety practices to the maximum extent possible. in accordance with requirements of 49 U.S.C. 5323(c). The bus shall comply with all federal, state, and local regulations including the Altoona test certification requirements. The bus shall also comply with all standards of the Americans with Disabilities Act (ADA) and its imple- menting regulations in effect at the date of manufacture. In the event of any conflict between the requirements of this Specification and any applicable legal requirements, then the legal requirements shall prevail. ALTOONA BUS TESTING: Proposers that are offering vehicles (either as a base ( e vehicle or with optional engines or modifications to the fuel system) are required to test at a minimum for 5-year/150,000 mile service life to CFR 49 part 665. Class A vehicles are required to test at a minimum for 4-year/100,000 service life. Final test report (hardcopy and electronic version on CD) shall be submitted with the proposal. Proposers for CNG vehicles will provide documents to verify vehicles offered are delivered in compliance with 49 CFR 665. Altoona test must be completed and a satisfactory test report provided to the Consortium prior to final acceptance of the first vehicle by a local agency. Failure to comply with this requirement will result in nullification of conditional award. Proposers may not offer buses using the FTA's demonstrator/prototype model Altoona test exemption provision for five (5) or less vehicles for sale under this contract. Prior to acceptance of first bus, the structure of the bus shall have undergone appropriate structural testing and/or analysis, including FTA required Altoona testing, to ensure adequacy of design for the urban transit service. Any items that required repeat repairs or replacement must undergo the corrective action with 4 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 supporting test and analysis. A report clearly describing and explaining the failures and corrective actions taken to ensure any and all such failures will not occur shall be submitted to the Consortium. Proposer Meets Section Specifications Yes Glaval exceeds the spec with an Altoona test report for 7year/200,000 miles No Noted Deviations (list all section deviations for consideration here): Section 3. VEHICLE CLASS AND OVERALL DIMENSIONS CLASS A— BODY ON CHASSIS WHEELBASE 138/139" — WIDTH Maximum 96" — SEATING 7-8/2 CLASS B- BODY ON .CHASSIS WHEELBASE 158/159" — WIDTH 96" — SEATING 10-14/2 CLASS C —BODY ON CHASSIS WHEELBASE 176"to 196" — WIDTH 96" — SEATING 14-16/2 CLASS D —BODY ON CHASSIS WHEELBASE 176"to 196" — WIDTH 96-102" — SEATING 8-12/3 The following dimensions and characteristics are given in order to indicate the approximate size and type of vehicle desired. Floor/seating plans of the proposed bus indicating compliance with the overall specified dimensions shall be submitted with the Proposal documents. Vehicles shall conform to the requirements of the following table for the Gas Engine base specification requirements. It is understand a different fuel option may modify the below specifications and vendors will have to demonstrate the modifications required by fuel type. 5 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 �aJ aaF w141 Number of Wheelchair 2 2 2 3 Positions* Minimum Seat Positions - 8 12 16 12 Rear Lift Minimum Seat Positions- 7 10 14 8 Front Lift Minimum OEM Gross Vehicle 11,500 -12,300 14,200 - 14,500 14,500 14,500 Weight rating in lbs**. Wheel Base 138 - 139 158 - 159 176-190 176-190 (Inches) Minimum Entrance Door 72 - 75 75-80 75 - 80 75 - 80 Height (Inches)** '"` § f • - Front Li 27 30 30 30 - Rear Lif' s * One wheelchair position required for Class A front lift ** For diesel and CNG option GVWR allowed to vary with similar chassis A. Length Overall The length of the vehicle shall be the minimum necessary to satisfy the specified seating configurations of this proposal while meeting all applicable FMVSS requirements and chassis manufacturer requirements for weight distribution. B. Width: Exterior (maximum) 102 inches Interior (minimum) 81 to 01.5 92 inches * 6 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 *The minimum interior width shall be measured 12 inches above the floor in the passenger area. C. Seating: To meet the specification requirements, vendors are required to submit with each proposal 8 floorplan diagrams, two for each class, one for front lift and one for rear lift, gasoline engine. Basic floorplan examples are provided as guidelines in section 33. Purchasers may request additional floorplan diagrams after Notice of Award based on individual agency needs. If permanent seating modifications are required based on individual agency needs, vendor agrees to accurately deduct and add cost of permanent seating to offer agencies floorplans at a competitive price per pricing provided in Section 16. D. Height Overall: Standard and Flat floor buses: not to exceed 117.5 122 inches E. GVWR Rating: The gross vehicle weight rating (GVWR) shall not exceed the weight of a fully loaded vehicle. A fully loaded vehicle equals the weight of the vehicle equipped to meet these specifications, verified by a weight ticket, plus the weight of the passengers (minimum 150 pounds for each ambulatory placement, minimum 250 pounds for each wheelchair placement, depending on wheelbase. Higher pound capacity shall be provided for larger cutaways). A weight distribution schematic and loading calculation must be shown for each floor plan and submitted with proposal for each floor plan offered. Loading calculations must be made with full tanks of fuel. A copy of a weight certificate from a state (state of final builders location will be accepted for these purposes) certified scale showing the four corner unladen weight of the vehicle, with a full fuel tank, must be submitted at time of delivery. F. Wheelbase: The vehicle wheelbase shall be sufficient to accommodate seating configurations required while meeting applicable Federal/State safety requirements and chassis manufacturer's specifications for weight distribution. Vendor to provide the engineered wheelbase as part of submitted floorplan diagram. Provide the shortest wheelbase allowable. G. Step Height: With the vehicle at its curb weight and parked on a level surface the step height as measured from the ground to the top of the first step shall be no more"than 12 inches, unless a flat floor is being provided. Vendors shall specify flat floor first step height if different than 12 inches. A 4x4 option chosen will allow an exemption from item G. H. Wheelwell (Flat floor only) On flat floor floorplans and specifications, wheelwells are not to protrude above the interior floor of the vehicle. Proposer Meets Section Specifications Yes 7 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 No The first step height is 12.5" This allows for a bit more clearance in the snow and with curbs while maintaining an acceptable height for the ADA passengers. Noted Deviations (list all section deviations for consideration here): First Step height requirement is 12"from the ground,Glaval offers 12.5"to help minimize damaged caused by curbs(this seems to be the height that clears most all curbs)and for the State of Colorado it offers a little bit more clearance for snow banks. In addition,National Bus Sales and Glaval will work with each agency for every order to make certain that we offer various floorplans until the Agency has the perfect floorplan that best meets their specific need. Section 4. FASTENER SPECIFICATIONS In accordance with Publication 101-592 and 15 CFR part 280. A. All fasteners utilized in the assembly and construction of coaches, sub assemblies, or components procured under this Contract shall comply with all applicable Federal, State and local law ordinance and shall be appropriate for the intended application. B. Thc Vcndor shall procurc and deliver fastcncrs made in the United States for use in the coach manufacturing process. Thc steel shall be of high quality and for use in general be utilized in all critical applications, including but not limited to: steering, suspension, axle assemblies, undercarriage, propulsion system, wheelchair occupant restraints, Grating, etc. - =- - - - - •- _ _ - - - • -- . - - - - • -- - - -=. B. The Vendor shall procure and deliver fasteners for use in the coach manufacturing process. Exposed fasteners on the exterior must be made of stainless steel. At a minimum, Grade 5 bolts, nuts, flat and lock washers shall be utilized in all critical applications. permitted. Should the CeR-sortitA fi#d the , - _ - _ --• _ _ : - _ _ •_ _ - - - fasteners of any type, the Vcndor may be declared in default in accordance with the Contract Documents. C. All items covered by these specifications shall conform to applicable SAE, U.S.S or Metric Standards. Fasteners used may be of foreign origin. D. Fastener materials shall be compatible with materials being fastened. Where self- tapping fasteners are used, body panels shall be reinforced with steel backing, aluminum backing, or stainless steel backing. Proposer Meets Section Specifications Yes We will meet all of the above requirements. No 8 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Noted Deviations (list all section deviations for consideration here): Section 5. BODY AND ROOF Requirements: Structure A. The vehicle body shall incorporate primarily prime commercial quality zinc-coated steel, aluminum-coated steel, stainless steel, galvanized steel, aluminum, or aluminum alloy, and minimal amounts of fibcrglass or fibcrglass rcinforccd plastic (FRP) CMPC will accept-fiberglass, or fiberglass reinforced plastic (FRP) if that is the only option for the exterior body. B. The body shall be constructed to provide maximum protection to passengers in case of rollover accident or a crash accident to the side or rear of the bus. C. The Proposer shall certify that all joints and corners where stress concentration may occur are adequately reinforced to fully withstand the required loads and road shock that a vehicle of this type is exposed to in both urban and rural service, and the body must retain its integrity in a rollover situation. D. Front body caps shall be constructed of solid one-piece reinforced molded fiberglass, bonded and sealed to the vehicle body by a minimum of 1 inch overlap to prevent the penetration of moisture into the interior of the vehicle body. Fiberglass caps shall be of the sturdiest construction possible to endure the entire life of the vehicle. Requirements: Roof Construction A. Roof super-structure shall be constructed of a 1-piece seamless construction. Roof panel shall lap side panels by minimum of 1 inch. The overlapping panel construction is to preclude water leakage into the vehicle. Panels shall be riveted, bonded or welded to the superstructure. The roof construction shall be of sufficient strength to prevent vibration, drumming or flexing. The roof is to be designed and installed in a professional manner that is smooth and without bumps, waves or has an imperfection due to installation or material that will not allow the pooling of water. Requirements: Exterior Seams A. All exterior seams shall be constructed in such a manner as to shed water and exterior panels shall have lap joints. B. In no case shall sealing of panels be dependent on caulking alone. Zinc chromate caulking, butyl rubber tape, or an approved equal shall protect all exterior joints and seams. No water leaks in the body will be acceptable. 9 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Requirements: Body A. The vehicle manufacturer shall certify that its latest body design and construction method being furnished under this contract meets FMVSS 220 at a minimum. B. The body shall be free of cracks, dents, defects, or physical damage. C. All nuts, bolts, clips, washers, clamps, and like fasteners, including those that would be exposed to the elements on the exterior and interior of the unit, shall be zinc or cadmium plated, phosphate coated or stainless steel to prevent corrosion. No mctal chcct scrcws shall be permittcd. Minimal use of sheet screws is permitted. D. Fenders and splash aprons (underskirt) of durable construction shall be provided to provide maximum deflection of the wheel splash. There shall be sufficient wheel well clearance for snow chains. Front and rear mud flaps are required. E. Roof gutters shall be installed over the windows and doors. Gutters shall be designed so as not to spill water on driver's exterior mirrors and intermediate drain holes shall not drain water on windows and doors when open or closed. F. All components, subassemblies or partially completed assemblies that are subject to corrosion and/or absorption of moisture shall not be stored in an environment subject to the influences of moisture, wind, etc. without being protected against such environmental influences. G. Two rear tow hooks shall be provided, accessible under rear bumper. The towing devices shall be adequate in design and construction to permit towing the vehicle without distortion or failure. Documentation certifying compliance with FMVSS 220 shall be submitted with proposal. Miscellaneous Body Requirements A. Resonance: Vehicle body shall be constructed in a manner that minimizes vibrations, rattles, and other body noises during normal use. B. License Plates: All brackets, bolts, nuts and miscellaneous fasteners for attaching front and rear license plates to the vehicles shall be provided by the successful Proposer. Front and rear license plates holders must be mounted/bracketed to safety bumper by vendor prior to delivery to local agency recipient. License plate holders for the rear are to be illuminated by LED lights. C. Body is required to be water tested upon completion at the manufacturer location to ensure there are no water leaks of exterior seams, roof construction or overall structure. Testing shall be done with water nozzles appropriately placed to test the entire conversion. Minimum 20-psi water pressure for testing is required for a minimum of 10 minutes. A certification of the water test result shall be submitted with the delivery of each vehicle. i0 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Proposer Meets Section Specifications Yes Glaval exceeds the basic specification for caulk sealant and roof construction. Please see below and then the attached Vehicle Summary for more information.. No Noted Deviations (list all section deviations for consideration here): Continuation from above. Glaval will use Sikaflex Sealant for the exterior seams,this is the BEST available sealant for the Transit Industry. It out-performs the standard sealant when exposed to freezing temps and then extremely hot temperatures.This eliminates potential waters leaks,the need for resealing on a regular basis.This is crucial in your environment where water leaks,can turn into ice during freezing,causing expansion in body panels,frames,etc. Roof Construction Glaval is the only cutaway bus builder that uses a special jig to make certain that the roof radius are perfectly formed.Once bonded,the interior of the roof is then sprayed with foam insulation providing additional rigidity,an insulation R-Value greater than R10 and then maintains the radius on the roof edges.They also uset 1/2"x 1 1/2"square tubing for the steel cage rather than 1"x 1"square tubing(common for most all other manufacturers). Water Test-Exceeds requirement,Glaval uses 158 water nozzles,spraying at 30 psi for 15 minutes. Section 5. BODY AND ROOF OPTIONS: • Requirements: Body Option 1. Undercoating The entire underside of the body including floor members, side panels below floor level • (if metal), and fender wells shall be undercoated, at the time of manufacture, with a nonflammable resin type polyolefin undercoating for bus applications. All openings in the floorboards and firewall shall be sealed. Care shall be taken to prevent overspray of electrical cabling, air, brake and fuel hoses. Option 2. Low Floor Body **Areas where a low floor body configuration impacts the standard specifications may be waived for this contract. This includes such things as: gross vehicle weight rating, mobility lift requirements, and other items directly affected by the body modification. The proposer may be required to substantiate the reasons for downgrading base requirements. General: 1. The bus shall be of the Low Floor type with air suspension both front and rear. 2. The bus shall have a standard power ramp to facilitate entry by passengers including those in a wheelchair. 3. The bus shall have a kneeling feature to lower the bus an additional 3' 3" when the passenger door is opened. (3" Kneel from Ride Height, 10.25" 10.5" from ground, 4.25" to Curb). • 4. The bus shall meet all requirements of the Americans With Disabilities Act even though the specific items may not be listed in detail in this specification. 5. Gross Vehicle Capacity Minimum 12,300 lbs. 6. Vehicle Height - Maximum 110" 115", antennas or Roof mounted A/C not included. 7. Interior Height - 76" minimum. 11 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 8. Exterior width excluding wheel wells and bumpers - 96" maximum minimum. Entrance Door/Ramp: 9. The entrance door shall be swing out type electrically operated, minimum 41" wide, with a 39" 38.5" wide clear opening with no obstructions for the passengers. 10.Clear entry door dimensions shall be minimum 39-'138.5" wide by 75" high without entrance grab handles. With grab handles, door dimensions shall be 3-5"35.5" wide by 75" high. 11.Entry door to include weatherproof exterior toggle switch. Exterior entry door switch is to be active only with ignition power on. Location of the switch to be determined by purchasing agency. 12.Entry door emergency release shall be easily accessible and clearly identified. 13.Steps are not allowed; all passengers shall enter by way of a passenger door. 14.The ramp shall be a power ramp that is designed to allow wheelchair passengers to enter the bus unassisted once the ramp is deployed. 15.Notching of the OEM chassis frame for the purpose of accommodating a wheelchair ramp shall not be permitted. Suspension: 16.All chassis' will be equipped with an air spring suspension including engine mounted air compressor (5 CFM @100 PSI & 1750 RPM). Wheel cut of 45 degrees minimum. 17.Constant ride height control with minimum three electronic height sensors. Section 6. INSULATION A. Equivalent to 3.81-cm (11/2") fiberglass, type of insulation and method to be defined by vendor, shall be installed in the roof, rear wall, front and rear caps, sidewalls, and extended door sections including lift doors, minimum value R7 or above. If additional insulation is necessary to meet the requirement, the insulation shall be glued to the chassis body to prevent sagging. The insulating material of the body and sidewalls shall be of sufficient thickness to contact the inner and outer walls, insuring positive vapor barrier (equivalent to 38.1-mm / 1 1/2 inches) of fiberglass. Any insulation material used between the inner and outer panels shall be sealed or self-sealing to minimize entry and/or retention of moisture. Insulation properties shall be unimpaired during the service life of the bus. Any insulation material used inside the engine compartment shall not absorb or retain oils or water and shall be designed to prevent casual damage that may occur during maintenance operations. Insulation shall be fire resistant and comply with all federal requirements and shall pass thc testing requirements spccificd in thc Federal Transit Administration (FTA) - - ----: _ • - . - • . • - . • _ . . -: ' . - - - . -. FMVSS 12 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 302. The combination of inner and outer panels on the sides, roof, wheelwells and ends of the bus, and any material used between these panels shall provide a thermal insulation sufficient to meet the interior temperature requirements of these specifications. The bus body shall be thoroughly sealed so that the operator or passengers cannot feel drafts during normal operations with the passenger doors closed. Proposer Meets Section Specifications Yes Glaval exceeds the required specifications. Please see below and the Bus Technical Summary. No Noted Deviations (list all section deviations for consideration here): Glaval exceeds the base requirements. As a standard for all buses all tubing and sheet metal is galvanized. The cage steel tubing and sheet metal is coated with 4 layers on the inside(for tubing)and out(sheet metal both sides)with:zinc base organic coating,99.99 zinc coating, conversion coating and then organic clear coating. This prohibits all rust and corrosion. Sidewall construction-Glaval uses a vacuum laminated process which is the most superior process in the industry,the inside or sidewalls and rear walls are filled with solid dense foam panels versus corrugated cardboard. This process provides an insulation R-Value greater than R9. Section 7. GAS ENGINE - TRANSMISSION The following chassis requirements are based upon the Buyer's current requirements. Any chassis with a proven service history is acceptable to the Buyer. Alternate configurations shall be evaluated. Any request for deviations to this section shall be fully supported with technical data, test results and any other pertinent information available, as evidence that the requested deviation meets or exceeds the Specification Requirements. A. Gas Engine: 1. 5.4 liter (minimum) for 138/139-inch wheelbase vehicles. 2. 574 6.0 liter(minimum) V 8 or V-10 for 158 inch and longer wheelbase vehicles. If 5.4liter V-8 engine is provided, provide appropriate pricing credit. 3. Electronic fuel ejection (EFI) fuel management system. 4. A chassis manufacturer's auxiliary engine oil cooler shall be provided (If available from the chassis manufacturer). Aftermarket oil cooler shall not be accepted. 5. The coolant recovery kit shall be OEM (Original Equipment Manufacture) standard or other model with consortium approval and be filled with permanent ethylene glycol base antifreeze to protect the cooling system to -34°F. 6. Factory engine block heater. Plug mounted to bumper or body for block heater. 7. Replaceable pleated, paper element type, air cleaner. 13 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 8. Magnetic hex head drain plug on the oil pan. 9. Replaceable full-flow type oil filter easily reached without removal of any major component. 10.An Intermotive Advanced Fast Idle System (AFIS): Gateway, or approved equal, electronic throttle control shall be installed with the following minimum features: a. Elevated idle will not occur unless, parking brake is engaged, transmission is in PARK, service brake is off, foot is off accelerator and brake lights are connected and functional. b. A manual engine RPM control is incorporated into the system. c. An automatic idle adjustment feature is incorporated into the system. d. Idle will return to normal if brake pedal is pressed, or the parking brake is released, or the transmission is taken out of PARK, or the fast idle device is turned off. 11.An Intermotive Intelligent Lift Interlock System (ILIS) or approved equal compliant with ADA Title 49 and FMVSS 403. B. Transmission 1. Automatic transmission with overdrive, latest model available. Specify speed. 2. A chassis manufacturer's heavy-duty auxiliary transmission oil cooler shall be provided if it is available from the chassis manufacturer. Aftermarket oil cooler shall not be accepted. 3. Oil pan with magnetic drain plug and re-usable gasket if it is available from the chassis manufacturer. Aftermarket oil pan shall not be accepted. 4. The vehicle shall be equipped with an audible warning device in compliance with SAEJ994b that is activated when the vehicle transmission is engaged in reverse and continues as the vehicle is being backed up. This should be located behind the rear axle of the vehicle and all wires should be enclosed and secured. The dBA sound measurement shall be a minimum 87 dBA +/-3 dBA. The dBA sound measurement shall be measured from 3 feet above the ground and 2 feet behind rear bumper at the streetside rear corner of the vehicle. C. Power Steering 1. Power steering is required. 2. Chassis manufacturer's tilt and energy-absorbing steering column and steering wheel. 3. Steering shall incorporate an OEM factory installed tilt wheel feature. 4. OEM factory installed cruise control. D. Emissions 1. The vehicle shall be equipped with a heavy duty, corrosion resistant exhaust system 14 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 which meets or exceeds FMVSS and EPA noise level and exhaust emission (smoke and noxious gas) requirements, including all State of Colorado requirements, whichever requirements are more stringent. 2. Heavy duty exhaust hangers shall be standard equipment and shall be bolted to the frame. All hanger U-bolt thread orientation must be directed sideways. All exhaust system modifications shall use the exact type, size and gauge material as the OEM exhaust system. The use of flex pipe for exhaust modification will not be permitted. At a =':- There should be enough tailpipe hangers to adequately support the entire exhaust system. 3. The exhaust pipe discharge shall be at the rear street side corner of the vehicle (behind the rear axle) not to interfere with the lift operation, depending on lift configuration. Exhaust pipc is to be routed perpendicular to frame rails, 12 inches behind - - --= - - - - - - :ace between bottom . . - - . -= == - . - Exhaust pipe should exit at least 12" behind the fuel tank. Location and mounting of exhaust should be such that the exhaust pipe is not damaged during normal vehicle operation. E. Fuel Types and Fuel Tank Fuel tanks shall have the maximum capacity as offered by the manufacturer. The chassis OEM fuel system shall not be modified. Any fuel tank breached during modification shall be removed and replaced with a new fuel tank. Repair of the breached tank by any means will not be acceptable. Access to the fuel tank from vehicle exterior must consist of a locked, enclosed area via a metal locking fuel door, exposed fuel tank caps are not acceptable. The fuel tank must contain a full tank of fuel upon delivery to the final destination. F. Electrical The vehicle is to be equipped with an OEM or approved equal 225 extra heavy-duty amp alternator with an integral voltage regulator and easily accessible for maintenance and repair. Duel alternator systems will be allowed but must identified in the proposal for consideration. Proposer Meets Section Specifications Yes The requirements will be met, however please consider the information below. No Noted Deviations (list all section deviations for consideration here): The GM 4500 Diesel chassis comes equipped with dual alternators. These alternators carry the GM 5 year/100,000 mile warranty. Each alternator has an amperage output of 145 amps (total of 290 amps). To use the standard dual alternator setup from GM would save the agencies approximately $1000.00 per bus. 15 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Section 7. ENGINE-TRANSMISSION OPTIONS 7A. Engine. 10-11. Option 1. Combined High Idle/Lift Interlock In lieu of separate AFIS and ILIS systems, pricing for a combined high idle and lift interlock with electrical load control, Intermotive HighLock or approved equal, shall be provided. 7E. Alternative Fuel Types and Fuel Tank Vendor will provide pricing for the following alternative fuel options. **Areas where the alternate fuel system impacts the standard specifications for gasoline fueled vehicles may be waived for this contract. This include such things as: gross vehicle weight rating, payload, engine displacement, emission rating, cargo volume and other items directly affected by the fuel system modifications. The proposer may be required to substantiate the reasons for downgrading base requirements. Option I. Diesel Engine: 1. 6-81= 6.6L diesel engine, turbo-charged, per OEM specifications. 2. Fuel line water separator. Emissions: 1. Vendors are required to meet all current Diesel Emissions EPA Requirements and technology should be modified per any federal change in the law during the course of the procurement and/or contract period. This must include all Diesel Exhaust Fluid (DEF) provisions and storage requirements. Fuel Tank: 1. DEF tank fill shall be incorporated within the diesel fuel fill door. Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): 16 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Option 2: Compressed Natural Gas (CNG) Dedicated Fuel System General: The vehicle must meet all federal and state EPA regulations. The vehicle must be EPA Certified - certification required with proposal. Engine and Fuel Capacity: The Engine shall be a four cycle engine or approved equal, minimum 5.4 liters, V-8 Cylinder configuration (depending on vehicle size), with CNG fuel capability with hardened valve seat package for operating on CNG fuel. A minimum of 30 Gasoline Gallon Equivalent (GGE) capacity shall be stated in Square Cubic Feet (SCF) @ 3600 PSI. GGE Capacity shall be calculated at 122 SCF per 1 GGE. Cylinders shall be installed between the frame rails on the chassis. The maximum number of storage cylinders to provide the largest GGE capacity per wheelbase and vehicle size should be provided in the option pricing structure. GGE and number of cylinders must be defined in the proposal documents with each vehicle size proposal. Cylinders: The cylinders shall be Type III aluminum and carbon fiber construction with electric solenoid valves, twenty (20) year life that complies with NGV2-2007 and FMVSS 304. Type IV tanks will be considered if installed within the frame rails of the vehicle and price is competitive. All cylinders shall be equipped with manual cylinder shut off valves, requiring no tools. All cylinders shall be equipped with electronic cylinder shut off valves interfaced to the vehicle fuel module allowing full integration of manufacturer's original equipment safety features. All cylinder valves shall have an excess flow device. All cylinders are to be equipped with a pressure relief device (PRD) to automatically relieve pressure from the cylinder in the even of an emergency situation, and vent to the top/rear of the vehicle. The CNG cylinders shall have a production date of no more than 24 months from date the bus is delivered. All mounting hardware (fasteners) shall be Grade 8 material and installed in a manner that is compliant with applicable sections in the specification. Conversion shall include dust and gravel shields to protect tanks and valves. All shielding must be made of 16 Gauge steel. Shields must have anti-rust protection in the form of powder coating at minimum or stainless steel. Shielding must be constructed in a manner as to provide proper drainage of water that may cause structural damage. Shields must be bolted to brackets for ease of removal and proper re-installation. Shields are to cover bottom, front, back, and sides of exposed tank (cylinder) areas for maximum protection from elements. Gravel shields must also be equipped with 17 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 protective heat material in order to protect the tanks (cylinders) from excessive heat. Fittings, Hoses, Tubing, and Fuel Lines: All fittings and hoses are to be stainless steel or flex tubing approved for use with CNG at 3600 psi. Gas flow tubing from the fueling connection to the cylinders is to be a minimum of 3/4-in outside diameter to minimize pressure drop and fill time. Connections to individual cylinders may be 3/8-in or 1/2-in outside diameter tubing. All lines are to be supported with split block high pressure retaining devices and or rubber insulated line clamps approved for use with CNG at 3600 psi. All fuel lines must be p-clamped every 24 inches to a solid structure. Fuel lines passing through a panel shall be protected by grommets or similar devices in order to prevent abrasion. Placement/routing of wiring and hydraulic lines, particularly in the engine compartment, should be placed/routed in a manner that minimizes the possibility that the lines or wires be compromised by the high heat in the engine compartment. Additional Requirements: NGV1 3600 psi rated fuel receptacle with an internal check valve. Vehicle should have both the OPW 5,000 high flow defueling nozzle and NGV1 light-duty vehicle connectors. Two exterior pressure gauges, one mounted externally at the fuel fill receptacle and a second mounted at the undercarriage by the manual fuel shut-off valve. Fuel fill and pressure gauge, and manual shut off are to be enclosed in a sealed weather- resistant compartment. Locking, spring loaded fuel access door. Lockout switch for fuel access door to prevent starting with fuel door open. High-pressure and low-pressure coalescing filters must be rated for at least twice the maximum flow rate at the minimum expected gas pressure. Filters must be equipped with a manual drain valve that is easily accessible and robust enough to facilitate frequent drainage. Fire Protection / Extinguishing System: Proposer to include a Kidde Aerospace & Defense (KAD) or approved equal Automatic Fire Sensing and Suppression System (AFSS) complete with linear thermal fire detector(s), control panel, manual activation switch, and fire extinguishing system. At minimum, the AFSS shall provide protection of the engine compartment and battery compartment. The completed AFSS shall be tested and certified by the manufacturer. The test shall determine that the system has been properly installed and will function as intended; a Certification Report from KAD shall be provided indicating such at time of delivery. KAD shall also provide all necessary training and manuals (maintenance and parts) for buyer, to ensure working knowledge of the system. 18 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Leak Detection System: Proposer to include a Kidde Dual Spectrum or approved equal Combustible Gas Leak Detection System to monitor the engine compartment, fuel storage area(s) and fuel fill area and shall automatically activate audible and visual alarms in the operator's area for two levels, trace and significant of the lower explosive limit (LEL) of natural gas (methane). The system shall be compatible with the control panel for the AFSS and shall not require separate interfaces or control panels. Final installation design of the Gas Detection system shall be subject to the AFSS manufacturer. The completed Gas Detection system shall be tested and certified by the manufacturer. The test shall determine that the system has been properly installed and will function as intended; a Certification Report from the manufacturer shall be provided indicating such. The AFSS manufacturer shall provide to the buyer all necessary equipment, training and manuals to ensure complete working knowledge of the system. Proposer Meets Section Specifications Yes All requirements will be met No Noted Deviations (list all section deviations for consideration here): Option 3: Liquefied Petroleum Gas (LPG) Propane Dedicated Fuel System General: The vehicle must meet all federal and state EPA regulations. The vehicle must be EPA Certified - certification required with proposal. The system shall meet all DOT and FMVSS requirements. All tanks and other components shall be certified where required. System certification shall be provided with proposal. The cutaway van fueled by propane shall be installed by an authorized Ship-Thru facility. Engine and Fuel System Requirements: The engine shall be fueled to operate on liquefied petroleum gas. The engine, fuel system, and all related components shall meet all applicable requirements. Conversion system shall incorporate an adaptive learn system which automatically compensates for variations in fuel composition, altitude, and temperature. Fuel system shall be computer controlled through OEM interface or using an auxiliary system. Fuel delivery shall be accomplished through computerized fuel injection. Throttle-body air/ fuel controller, single exhaust system. 19 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Minimum 40 Gallon Fuel Tank Capacity. The tank shall meet ASME certification standards. Electronic Fuel level sensor. LPG fill valve to be located at the side fuel door. A manual shut-off valve to isolate the fuel tank from the rest of the LPG system must be provided and labeled as required by state and federal laws. An in-line disposable fuel filter shall be provided featuring welded stainless steel, high strength construction and integral fittings, 3/8" SAE 45 degree flare. A vaporizer shall be provided equipped with a two-stage hi-flow regulator that provides the system with fuel at a consistent operating pressure and temperature. The vaporizer shall feature a high-efficiency heat exchanger, balanced output pressure regulation, and an integral pressure relief valve. The installation of the LPG fuel system and the operation of the vehicle after conversion shall be in accordance with the following: Installation - The installed conversion system is to present a neat, OEM quality appearance and shall be free of all defects affecting appearance, useful life, or serviceability. The installed systems must not interfere with routine maintenance tasks such as tune ups, checking of fluid levels, the replacement of spark plugs, distributor caps and rotors, or drive belts nor render inoperative the functions of the air filter, air connection, or any component of the emission control system of the vehicle unless approved under EPA guidelines. All electrical wiring is to be insulated and enclosed in a fibrous loom, plastic loom, or flexible conduit for protection from external damage and short circuits. Wiring is to be securely fastened at sufficient intervals to prevent sagging and ensure clearance of mechanical parts. Routing of the wiring through the sub-frame, body, etc., shall not interfere with normal operation or present a safety hazard. Rubber/plastic grommets are be used wherever wires, harness or fuel lines pass through metal. Workmanship shall be comparable to that of the vehicle OEM. The systems shall be installed to conform to the system manufacturer's instructions and recommendations. Connections - All hose connectors and fittings shall be compatible. All electrical connections to the vehicle OEM wiring shall be accomplished with stainless steel, brass or copper connectors or soldered. Aluminum connectors are not acceptable. Interconnecting wires shall be uniquely color coded and identified in the alternative fuel system electrical schematic. OEM Air Canister - Whenever the OEM air canister is removed and replaced, a fully enclosed all metal air canister shall be provided. The use of silicon sealer to provide air tightness on an air canister/air filter assembly is prohibited. Modifications to OEM air canister/air filter assemblies shall be restricted to minor modifications required in the conversion system manufacturer's installation instructions. Engine Electronics - All electronics are required to properly interface with the original vehicle electronics to meet vehicle performance and emission objectives. The vehicle OEM engine management computer and its permanent control memory shall not be modified, removed, replaced or otherwise altered. The computer and electronic systems must be of closed loop design with adaptive learn capabilities and self-adjusting strategies built into the system allowing for the optimization of the ignition system's 20 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 timing curve for LPG. The learning algorithms must enable the unit to learn its power and idle points automatically. The mixer must be fixed venturi type with no moving parts. On-Board OEM diagnostics are not to be adversely affected or over-ridden by the conversion system. Electrical Wiring is to be color coded to match the vehicle manufacturer's electrical wiring color scheme. Proposer Meets Section Specifications Yes All requirements be met. Please consider the following below. No Noted Deviations (list all section deviations for consideration here): For a GM LPG system, they only offer a 37 GGE and then a 57 GGE. While the 57 GGE meets the requirements and was offered in the option pricing, if an agency accepts the 37 GGE configuration, they will save approximately$2,000. Both of them systems come straight from GM and carry the 5 year/100,000 warranty. For the Ford LPG Roush system, the standard configuration comes with 41 GGE. Section 8. FINAL DRIVE A. A differential ratio, appropriate for maintaining legal highway speeds without excessive strain on the engine and transmission, yet capable of providing adequate, safe acceleration from a stop, shall be provided. A rear differential ratio should also be provided for lower gear in mountainous terrain (4:10). B. The drive shaft, bearing and U-joint shall be the OEM's standard for the GVWR specified. One or more protective metal guards for the drive shaft are required to prevent any section of the shaft from entering the vehicle or striking the ground in case of failure, in accordance with 49 CFR Part 393.89. Guards shall be 3/16-inch thickness steel (minimum) bolted to the frame. Proposer Meets Section Specifications Yes Requirements will be met based on the RFA responses. No Noted Deviations (list all section deviations for consideration here): Section 9. SUSPENSION SYSTEM A. Front axle shall be manufacturer's standard. It must be load rated for the GVWR of the size bus involved. 21 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 . B. Coil Springs shall be provided in the front. Springs shall be progressive to give an acceptable ride under various load conditions. C. Front shock absorbers shall be heavy-duty double acting gas filled, and load rated, capable of controlling the ride when the vehicle is empty, as well as when loaded to the GVWR. Highest rating available from OEM. D. The rear suspension system must include OEM Load Leveling Suspension (SER) to maintain a level position once loaded to full capacity without affecting the ride quality. Front and rear stabilizer bar shall be provided, if available from the original chassis manufacturer. E. Frame Height should be equal on both sides of the vehicle, requiring additional springs to compensate for lift weight, regardless of lift position. Proposer Meets Section Specifications Yes No Please note that neither Ford nor GM offer a load leveling suspension for the cutaway chassis. Noted Deviations (list all section deviations for consideration here): Section D-Neither Ford nor GM offer an OEM air system with load leveling suspension for their cutaway chassis. However, Glaval will offer their air system, equipped with load leveling sensors to met the required specifications. Section 9. SUSPENSION SYSTEM OPTIONS 9D. Rear Suspension Option 1. Suspension System Provide pricing for MOR/ryde RL Suspension System. Option 2. Non-slip Axle Rear axle that performs better in slick road conditions to allow that when one rear wheel is slipping the other wheel(s) will engage. Section 10. TIRES AND WHEELS A. Tire Requirements: 1. Vehicles shall be equipped with seven (6 + 1 spare) premium tubeless, steel belted, black sidewall, all-weather radial tires, the largest size available from the OEM for GVWR specified. 2. All tires shall be electronically spin balanced to a minimum speed of 65 MPH. 22 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 3. The inside dual tires mounted on the rear axle shall have air valve extensions. 4. One appropriate size jack will be provided with the spare tire in the vehicle. B. Wheel Requirements: 1. Vehicles shall be equipped with the heaviest duty 16 inch (minimum), 1 piece ventilated steel wheels recommended for the GVWR and tires specified. All wheels shall be interchangeable. 2. One (1) spare wheel, matching the wheels on the bus with an identical tire shall be supplied per bus. 3. The chassis manufacturer's lug nut indicators if available from the chassis manufacturer shall be installed on all wheels. Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 10. TIRES AND WHEELS OPTIONS 10A. Tires Option 1. Mud and Snow Tires Mud and snow tires other than OEM, Kumho Road Venture at KL78 or approved equal. Please provide cost for four (4) rear tires plus one (1) spare tire, total of five (5) tires. Option 2. Spare Tire Carrier Non OEM spare tire carrier to include costs for mounting under rear of bus and routing tailpipe to accommodate specifications and tire carrier. Specify wheelbases that cannot accommodate such item. Section 11. BRAKES A. Services brakes shall be hydraulic self-adjusting power front and rear discs with an anti-lock ABS system. Traction control required on gas and alternative fuel engines. The braking system shall comply with FMVSS 105 and FMVSS 106. B. The braking system shall be heavy duty and the largest offered by the manufacturer for the GVWR specified. 23 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 C. Brakes shall conform to all Federal and Colorado Motor Vehicle Safety Standards. D. Parking brake shall be standard manufacturer's mechanical type, independent of the vehicle's service brake system. It may be a heavy-duty hand or foot-operated parking brake with a warning light on the dashboard. 1. If four-wheel disc brakes are supplied, specify the type and the location of the parking brake. The parking brake shall be factory installed in the rear breaking system and not lock on the driveline. E. The brakes shall be free of objectionable noise or squeal when applied. Proposer Meets Section Specifications Yes These. requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 12. ELECTRICAL SYSTEM A. The vehicle shall be supplied with an alternator-powered 12-volt electrical system. B. Battery 1.Two (2) heavy-duty 12 volt batteries, with a combined 1150 CCA minimum for gas engines and a combined 1400 CCA minimum for diesel engines. The batteries shall be lead acid premium construction and maintenance free. The positive (+) and negative (-) terminals shall be of different size on the same battery to prevent incorrect cable installation. All battery terminals shall be coated with an anti- corrosion and sealant protector. 2. Both batteries shall be located in a lockable box mounted on the curbside of the bus unless the Chassis manufacturer requires otherwise. This battery box shall include a slide out tray that securely locks in the stowed position. The slide out tray shall be made of stainless steel. Box location should be no lower than the bottom of the entry door. 3. The battery tray slides shall have the ability to carry twice the weight of the bus batteries. The battery tray shall have adequate drain holes (a minimum of two). The battery box shall also be equipped with two drain holes preferably adjacent to the two battery tray drain holes when the tray is in the stowed position. The tray shall have the ability to extend a minimum of 3 inches beyond the opening of the battery compartment. Drain holes to be closely aligned when the battery tray is in the stowed position. Battery hold-downs should be properly sized and prevent the 24 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 battery from shifting or moving in the battery tray which may require shift blocks made of an insulated material to prevent corrosion. All battery securement devices and securement hardware, including slides and tray shall be stainless steel and be self-locking or tension retaining hardware. Battery box must be designed with full support under the tray. Battery trays that are built without structural support underneath will not be accepted. 4. 9-rte Two thumb-release latches and one locking latch that will rotate 180 degrees from the closed position shall secure the battery compartment door. A chrome retractable latch shall hold the door in the open position. A diagram showing the configuration of the battery cable installation shall be installed to the inside of the battery compartment. Cables shall be long enough to allow specified pull out extension and shall be protected and flexible enough to fold away when stowed without shorting or damaging the cables. Battery cables installed in place of chassis manufacturer's battery cables must be a heavy duty, continuous run and sized to match the electrical systems maximum draw. 5. Access to the battery tray shall be from outside the bus. The access door to the battery box shall swing up at a minimum 60 degrees to the horizontal plain. With the compartment door lock not in the locked position the door shall remain in the closed position when the bus is traveling at any safe speed or making any safe type of turning maneuver. The battery box shall be sealed to prevent road debris, dust, rain, snow or other forms of precipitation from entering the box, but shall not be air tight for safety reasons. C. All controls and instrumentation necessary for safely operating the vehicle shall be located within easy reach of a fifth (5th) percentile female through to a ninety-fifth (95th) percentile male driver seated in the driver's seat with the driver's seat belt fastened. D. Wiring 1. Original manufacturer's vehicle wiring shall remain unchanged to the greatest extent practicable consistent with the requirements of these specifications. All add-on electrical components controlling the power to the bus body electrical circuits shall be located in a separate electrical junction box. The junction box shall be easily accessible through a hinged lockable door. The junction box shall be suitably sized to allow for ease of maintenance, repair and ten (10) percent additional space for the installation of future electrical components. The junction box shall be located within accessible reach of the driver. All body harnesses shall join on a terminal strip made of a high strength dielectric material. All circuits shall be protected by manual reset circuit breakers, in lieu of fuses. Circuit breakers shall be numbered and sized to provide proper overload protection for each individual circuit. 2. Wiring and terminals shall meet or exceed current Federal and State vehicle requirements and be amply sized for both mechanical strength as well as to carry required currents without significant voltage drops. 3. All wiring, including chassis manufacturer's, shall be enclosed in non-metallic loom meeting current SAE Standard J762a and be adequately supported by fully insulated "P" clamps with a minimum spacing of every 24 inches and routed for protection from heat, moisture, solvents, corrosion, road debris, abrasion and tension. Tie wrap shall 25 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 be used minimally in the securement of electrical harnesses and wiring. 4. All non-OEM wiring connections greater than 10-gauge shall be properly crimped, soldered and sealed with heat shrink tubing. Crimping by hydraulic crimper or electrical crimper that fuses the connector and the wiring is acceptable in lieu of soldering. Contractor to supply sample of crimped connector greater than 10-gauge. 5. The bend radii of all installed electrical wires and cables shall not exceed the manufacturer's recommended minimum bend radii. 6. All parts of the wiring system and electrical components shall be protected from corrosion. All connectors installed on the underside of the vehicle and/or exposed to any outside element and/or have a 20 amp and high circuit breaker within its electrical circuit shall be double insulated. 7. There shall be no exposed or loose wiring in the driver or passenger compartment. Any bus body wiring harnesses containing exposed excess lengths shall have the excess length neatly gathered and secured to a rigid bus body or chassis frame member. 8. Wiring shall be of sufficient length to permit positioning, as well as replacement of terminals, twice, without excessive tension. 9. Protective grommets shall be provided at points where wiring penetrates metal or other material. 10. Three added grounds shall be installed on the vehicle; all shall be # 0 gauge cable. One ground shall be installed between the engine and the OEM frame. The second ground between the Cutaway Body frame and the OEM frame, and a third between the lift pump housing and the side battery, grounds must be continuous, without splices. For all ground connections, paint or foreign material must be removed and a coating of dielectric material applied to the cleaned surface where each ground attaches. 11. All wires shall be color coded or numbered every 6 inches maximum to correspond with the wiring diagram for ease of service and identification. 12. A rooftop two way radio antenna cable raceway and mounting plate shall be provided and include an interior access panel directly below the mounting plate. Antenna mounting plate shall be securely grounded to the metal substructure of the bus body with a 12 gauge wire. The cable raceway shall be routed from the mounting plate to the forward destination sign cavity. A 10 gauge power and ground (positive and negative) wire shall be supplied from the electrical junction box defined in Section 12. ELECTRICAL SYSTEM - D - 1, routed to the forward destination sign cavity with four (4) feet of additional wire to facilitate radio installation in a suitable location as selected by local agency recipient. 13. All OEM functions originally energized through the ignition switch shall remain as installed at the chassis factory, the only bus body functions to be energized through the OEM ignition switch shall be the exterior lights required to meet FMVSS. All remaining bus body electrical functions shall be initially energized through the MASTER BATTERY CONTROL SWITCH, detailed in Section 12. ELECTRICAL SYSTEM - 26 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 I. 14. Complete "as built" wiring schematics shall be provided with each vehicle, specifically matching the vehicle provided with all options included. General wiring diagrams will not be accepted. 15. Manufacturers will need to appropriately wire the bus for potential installment of fareboxes after delivery by the purchasing agency. E. Electrical components that may require servicing or replacement shall be readily accessible through access panels or covers. Installation of aftermarket electrical components and systems in the engine compartment shall be eliminated to the greatest extent possible. F. Maximum radio suppression available from chassis manufacturer shall be provided. G. A driver control console, within easy reach of driver and with unobstructed switches and controls shall be provided. The driver control console shall be of quality construction with sturdy framework, attached with nut and bolt fasteners (no self-tapping screws), and an access panel held in place by stainless steel machine screws. Overhead position is not acceptable. The driver console design and installation shall take into consideration radio and tablet equipment to allow clear and easy access to this equipment, console switches and controls. Console position shall allow easy and safe access by the driver in the driving position during service operation without taking his/her eye of the road. If attached to the OEM motor cover, then particular attention should be made for unit to be attached straight and flush to OEM console with plug in wire connectors to allow for removal and service. H. An in-line circuit breaker, with manual reset, of adequate capacity for circuit to mobility lift shall be provided in a location in accordance with the lift manufacturer's recommendations. The circuit breaker shall not be located in the chassis engine compartment. The power wire to the lift shall be securely "P" clamped and protected. I. A master battery control switch shall be provided that shuts off all bus body electrical power. The switch shall be located in a separate compartment within or adjacent to the battery box. The housing and location of the master battery switch shall prevent corrosion from fumes and battery acid. The location of the master battery switch shall be clearly identified on the access panel and be accessible in less than 10 seconds. The master battery switch shall be capable of carrying and interrupting the total circuit load. Opening the master switch with the, power plant operating shall not damage any component of the electrical system. Switch location to be determined individually for each bus purchase by the purchasing agency. Locations to be chosen include in the stepwell, under the driver's seat, between the driver's seat mount and the driver door, on in the driver's dash area. J. Interior OEM Engine Cover: Attaching any additional wiring to the interior engine cover shall not be allowed. K. Additional 12 volt accessory power: Provide two (2) switched, circuit breaker protected 10 gauge power and ground wires from the junction box defined in Section 12. ELECTRICAL SYSTEM - D - 1 to the interior panel directly behind the drivers stanchion, 6 inches below the ceiling, terminated in a covered automotive junction box for additional 27 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 interior power needs. Proposer Meets Section Specifications Yes All requirements will be met. Please see comment below. No Noted Deviations (list all section deviations for consideration here): All requirement will be met. We will meet this requirement but would ask that the following be considered. It is my recommendation to us a fuse block located at the battery for the lift's main battery cable. This prevents a simple circuit breaker reset in the field when the circuit breaker tripped for a reason and should be properly addressed by a technician. Simply resetting a circuit breaker for a possible intermittent shorted battery cable may lead to a fire. Section 12. ELECTRICAL SYSTEM OPTIONS B2. Battery Option 1. Alternate Battery Location Proposers should provide option pricing and vehicle configuration requirements to have one battery located in the tray outside the bus and the other to remain in the OEM engine compartment. The auxiliary battery will charge from the engine alternator. D13. Wiring and I. Master Control Battery Switch Option 1. Ignition Switch Controls Proposers should provide option pricing to route all electrical bus body functions and master battery control through the ignition switch and not include a separate master control battery switch. Section 13. INTERIOR CLIMATE CONTROL All climate control system controls shall be located within easy reach of operator and shall be located on a control panel. A. Heating/Air Conditioning/Defrosting Requirements: 1. Chassis manufacturer's in-dash deluxe heater and defroster, maximum BTU rating available, shall be provided. 2. All vehicles require an integral front air conditioner OEM chassis manufacturer rated at 22,000 BTU minimum as installed with factory dual compressor. 3. Auxiliary rear air conditioner capable of producing 66,000 BTU with 46-5 1665 CFM diffused air flow equal. 4. Cooling shall be specified in BTU at 100°F, ambient temperature. 28 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 5. The condenser for the air conditioner shall be mounted in the body skirt and shall have a minimum of three .25-m (10") fans cooling the condenser with automatic reset. 6. The evaporator shall be mounted at the wall ceiling junction at the rear of the bus and shall not reduce the headroom to less than 1.52-m (59") and not extend outward from the rear wall more than .6096-m (24") into the passenger compartment area. 7. Evaporator drain shall run downhill from evaporator housing. Elbow, or turn down, shall be a minimum of 1 inch below the outlet on the housing. Drains must be installed to prevent puddles of water from being retained in the system. 8. The refrigerant lines to the evaporator must be adequately supported between the wall of the bus and the evaporator. 9. All refrigeration, heater and drain lines that enter the passenger compartment shall be encased in a rigid material, fiberglass, aluminum etc. that harmonizes with the interior to prevent injury to passengers in the event of line eruption. 10. The air conditioning system shall use environmentally friendly refrigerant R134A or approved equal. The entire air conditioning system, including add-ons, shall utilize the same type of refrigerant supplied by the chassis manufacturer. 11. A label must be placed in the engine compartment-detailing manufacturer's name, refrigerant type and quantity, compressor oil type and quantity. 12. The evaporator and condenser must be matched to the compressor as per manufacturer's recommended installation instructions. 13. Refrigerant hoses shall be SAEJ2064, double braided Barrier type Goodyear, Aeroquip or approved equal and shall be completely enclosed in loom over the entire length to prevent chaffing. The refrigerant hoses shall be supported at a minimum of every 24 inches with fully insulated "P" clamps. 14. Refrigerant fittings shall be ATCO, Aeroquip or approved equal. These fittings may be "0" ring type. In addition, a complete set of refrigerant fitting shall be supplied to recipient agency upon delivery of vehicle. A complete set constitutes enough fittings to replace the entire system. 15. Protective grommets shall be provided at points where refrigeration, heater and drain hoses penetrate metal or other materials. 16. All HVAC system hoses and wires that pass within 12 inches of exhaust system shall be shielded in a manner to prevent heat damage to them. All hoses must be a minimum of 6 inches away from the catalytic converter and 4 inches away from exhaust pipes and muffler. 17. Each vehicle shall have a front mounted integral high output heater and a rear output auxiliary heater mounted either to the floor or to the ceiling above the rear exit door. Rear heater location to be determined individually for each bus purchase by the local purchasing agency. The front heater and defroster shall 29 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 be OEM chassis manufacturer. 18. The rear heater shall be equipped with an electric operated heater control valve to be activated by the heater on/off switch. The total output of the auxiliary heater system shall not be less than 65,000 BTU. 19. Based individual agency heater configuration choices, heater booster circulator pumps may be are required to force air up and assist in proper circulation of air to rear of the bus. Booster pumpers are to be activated by the heater on/off switch. If booster pumps are not required, vendor is to explain why. 20. All heater water coils will be heavy-duty copper or aluminum. Heavy duty quarter turn shut off valves shall be located in the supply and return lines to the heater. These valves shall be readily accessible. All controls will be located on the control panel. 21. Heaters are to be controlled by two individual three-position switches (off, low, and high). 22. All hoses, drains and wiring must be covered and adequately supported with plastic/rubber coated steel clamps secured at a minimum of two-foot intervals. All heater hoses are to be silicone, with clamps designed for use with silicone hoses. Combustion heaters are not acceptable. Shutoffs shall be on all hoses. 23. Heated ventilation shall be available to de-ice lower step well. This can be accomplished by providing an electrically heated pad located underneath the step rubber with a dash on/off switch. 24. Heater and associated hardware shall meet SAE-recommended standards and practices and shall meet the applicable criteria of 49 CFR 393.77. B. Roof Hatch Vehicles shall be equipped with one (1) Transpec Model 1000, or approved equal, roof ventilation/escape hatch nominally centered in the vehicle roof. Roof ventilation/escape hatch features shall include five-position ventilation (minimum), rubber gasket to prevent leaks and emergency exit capability. Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): 30 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Section 13. INTERIOR CLIMATE CONTROL OPTIONS A3 I A5 / A6. Heating/Air Conditioning/Defrosting Requirements Option 1. Air Conditioning Deletion Credit Proposer to provide pricing credits to delete the air conditioning requirements under A 3, 5, and 6. Option 2. Thermo King Roof Top HVAC Unit Proposer to provide pricing for center, roof mounted Thermo King HVAC system or approved equal. Pricing should be provided for the following units, which agencies will choose based on vehicle size and configuration. -Thermo King SLR 65 -Thermo King SLR 75 A18. Heater Control Valve Option 1. Vacuum Operated Heater Control Valve The proposer shall providing pricing to provide a vacuum operated heater control valve in lieu of electric. There shall be two (2) heater swing ball shutoff valves located exterior under the driver seating area. Section 14. INTERIOR TRIM A. Sidewall rear wall, and ceiling trim panels shall be melamine, ABS plastic, FRP, smooth fiberglass gel coat, vinyl, polypropylene fiber or an approved equal, applied in one or more sections. Trim molding of stainless steel, anodized aluminum, FRP or ABS plastic shall be used to cover seams. The trim molding shall be continuous except at the door openings, wheel well and fuel intake line covers and run the entire length of each seam covered. B. Panels shall be supported to prevent, buckles, vibration, drumming or flexing and particular care shall be exercised to keep the body light fixtures from weaving or bouncing when the coach is in service. The ceiling panels shall be supported to prevent sagging. C. All interior panels, materials, and treatments shall be flame retardant in conformance with FMVSS 302 and treated to be easily cleaned. D. The interior of the driver's area shall be padded with 1/4-inch foam and covered with vinyl to aid in noise reduction. Other materials such as "recycled Green" may be used with agency approval. E. All ceiling and sidewall panels shall be scuff and scratch resistant. F. All sharp corners, edges and protruding hazardous surfaces shall be eliminated. G. There shall be no open seams between trim panels. H. All panels shall be the same color and coordinated with the interior colors of the vehicle. 31 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Proposer Meets Section Specifications Yes These requirements will be met. Please see comment below No Noted Deviations (list all section deviations for consideration here): Please note in the Option Pricing under Air Conditioning (TK) we list the full price of the AC system and did not apply the AC Delete credit Option 1 which you will receive if selecting option 2. Section 14. INTERIOR TRIM OPTIONS 14A. Interior Trim Option 1. Upholstered Interior Proposers are to provide pricing for upholstered sidewalls, ceiling and rear bulkhead. Section 15. PAINTING, DECALS, AND MONOGRAMS All signs required by state and federal law regarding safety and operating procedures shall be affixed to each vehicle exterior and interior. Interior and exterior signs may be decals. Manufacturer shall place two international symbols of accessibility, at least 15.24-cm (6") square, to be placed, by the manufacturer, on the vehicle in concurrence with ADA regulations. Decals must be 3M premium grade vinyl or equivalent. Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 16. SEATING A. General 1. The Proposer shall provide detailed floor plan and seating drawings, which are to scale and meet passenger-seating, and loading requirements. Drawings, at a minimum, shall show the location and dimensions of all seating positions, drivers position, aisles, doors, modesty panels, stanchion, grab rails, tie down locations, 32 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 and other passenger assists. In addition, all major body interior and exterior dimensions, along with gross vehicle weight axle loads and gross vehicle weight rated axle loads, must be shown. Vendors may provide more than one floor plan and seating drawing for the same configuration. Separate diagrams can be provided to show seat location, lift, tie downs, lighting and window placement. Proposed seating plans must be approved by each procuring agency prior to production, and must comply with standards established with the original seating proposals. This requirement does not preclude other optional seating requests as long as they meet all the requirements set forth in this specification, such as aisle width and hip to knee. 2. All seating, including driver, shall mcct or exceed the Federal Transit Administration recommended Fire Safety Practices for Transit Bus and Van Materials Selection. 2. All seating, including driver, shall comply with FMVSS 302. B. Passenger Seating All passenger seating shall be Freedman Featherweight Mid/Hi or approved equal and meet the following requirements. 1. Seats shall have full individual spring suspension for each passenger as well as contoured full lower back (lumbar) support. Passenger seat frame shall be constructed of steel and meet FMVSS 210. 2. Seat installation shall meet FMVSS 207 standards. 3. An energy absorbing padded grab handle shall be provided at the top of each aisle forward facing seat position and be as wide as practical, depending on seating configuration. Perimeter seating floorplans with not have grab handles. The diameter of the grab handle shall be no less than 3.175-cm (11") and no greater than 3.8-cm (11"). 4. Seats shall be mounted on adjustable seat track mounting or approved equal. This mounting shall allow for repositioning of seats by loosening mounting bolts and sliding seat along a track to desired position. This type of seat mounting shall meet all applicable FMVSS requirements, specifically FMVSS 207. The trim shall be nominally flush with the floor covering to prevent a tripping hazard. A one-piece filler/cover shall be provided in tracking between fixed seat placements on the floor and wall tracks. Any order that deletes fixed seats will also automatically delete the floor track for that seat. Floor track will not be installed in any area not covered by a fixed seat. Track can extend 6 inches to the rear of the fixed seat area to allow for seat adjustment by end user to better accommodate their needs. 5. Pedestals shall be placed a minimum of 15.24-cm (6") from the seat edge to provide toe clearance. The pedestals shall be anchored to the floor of the bus with minimum Grade 5 bolts. 33 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 6. Seat Dimensions a. Seat width per person: 17.5 inches minimum b. Seat depth: 17 inches minimum c. Seat back: 21* inches minimum d. *25 inches minimum as measured from the top of the seat bottom to the top of the seat back. e. Seat back angle: 10 to 15 degrees f. Hip to knee room: 28 inches nominal (maximum available) g. Aisle width: 16* inches nominal (maximum available) h. * To be measured at seated passenger hip height. 7. Seat upholstering both back and bottom cushion, shall be vertical or combination vertical and horizontal quilting. In addition, front of bottom cushion shall be rolled. Foam shall be contoured, dense, transit grade polyurethane with a minimum thickness of one and half (1 1/2) inches. 8. All seats shall be covered with Freedman Level 3 fabric or approved equal. The seat color shall be coordinated with the interior vehicle color; the local agency ordering will have option to choose color within the guidelines of the material type. 9. Back of permanent ambulatory passenger seats to exclude rear seats against the back of the bus should be covered with a plastic protective cover. 10. All metal surfaces shall be chemically cleaned and coated with a corrosion preventative material to provide rugged, long lasting, rust resistant surface. 11. Seat covering and padding shall cover the seat frame and meet FMVSS 302, flammability of interior material. Cushions and seat covers shall be of the slip covering type, removable and replaceable without removing the entire seat. All seat cushions shall be interchangeable within the vehicle. 12. Each seat position shall be equipped with a passenger restraint system, which meets current FMVSS requirements, intended to hold passengers in a secure seated position during normal operations. Seat belts shall be anchored through the floor structure, independent of the seat, or bolted to the seat frame assembly (preferred). Each restraint belt and installation shall meet all applicable FMVSS standards including 208, 209 and 210. The installation of the seat belts shall have no twisting, binding or bunching of the seat belt web material. 13. All seat belts shall be the Freedman USR (Under Seat Retractor), or approved equal. Seat belts shall meet or exceed FMVSS 207/209 (seat belt assemblies, performance and strength) and FMVSS 210 (seat belt mounting certification.) The passenger seats, frames and seat belts should operate as a complete system. All two-point seat belts must be permanently mounted on the seat frame. Seat belts attached to the floor track or wall track are not acceptable. All seat belt retractors must be permanently located under or behind the seating position. All seat belts must be user friendly, easy to operate, lightweight, and durable with metal buckles. Two 24" belt extenders shall be provided with each vehicle. 14. Foldaway seats shall be Freedman model foldaway seat or approved equal. Actual seat types will be identified and priced by the vendor in the Passenger Seating Option price sheet section. Foldaway seats must meet or exceed all 34 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 applicable Federal Motor Vehicle Safety Standards including FMVSS 207, 210, and 225 seat belt certification testing. Seat must be cantilevered and tested to support 500 lbs per passenger weight. Test documentation must be provided upon request. Folding seat will not use an aisle leg or tether for support. The foldaway seat operation shall require no more than two (2) steps to store or deploy. A cylinder shock must be provided to assist in the controlled storing or deployment of seat. Seat shall include a self-locking mechanism for security. The underneath area of the seat shall appear finished without exposed seat springs or seating material and include a seat instruction plate. Passenger seats frames and seat belts should perform as a complete system. Two point seat belts will be permanently mounted on the seat frame. Under seat belt, retractors will be permanently located under or behind the seating position. Seat belts shall meet or exceed FMVSS 209 and 210. The design of the flip seat shall complement the standard passenger seats and be from the same manufacturer or approved equal. Folding seats must be installed so that rubbing/chaffing does not occur during fold operation. Seat cover must not touch sidewall or structure during fold/unfold. Folding seats must be mounted to steel structure that is an integral part of the final stage builders under floor structure, minimum thickness 1/8 inch. Steel plating for seat securement must be designed into floor, added steel plating similar to large washers would not be accepted. All Seat mount bolts and wheelchair shoulder harness mount bolts that are not fastened to seat track will be mounted to the above required structural steel members. No fasteners will be allowed within 1-1/2 inches of any flat steel components edge. This requirement does not apply to fasteners through box beam type of structure. C. Driver's Seating 1. A power deluxe driver's seat (OEM driver's seat preferred however approved equals can be submitted if the item is FMVSS compliant) shall be provided with forward and rearward adjustment, right side armrest, lumbar support, reclining feature, and high back. The seat shall be upholstered in the fabric chosen by the purchasing agency consistent with in B. Passenger Seating; 8. and match the predominant color of the passenger seats, chosen by the transit agency ordering the vehicle. 2. Driver's shoulder seatbelt must be vertically adjustable. Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): 35 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Section 16. SEATING OPTIONS 16A. General Option 1. Additional Mobility Aid Positions Proposers shall provide pricing for additional mobility aid positions with tie downs. Option 2. Single Seat Credit Proposers shall provide single ambulatory seat removal credit pricing to accommodate additional mobility aid positions. 16B. Passenger Seating Option 1. Ambulatory Seat Types Proposers will provide pricing for the following individual passenger seat types or approved equal: -Freedman CitiSeat -Freedman 3PT Seat -Freedman Go Seat B8. Passenger Seating Option 1. Seat Fabric Proposers will provide pricing for the following fabric seat types or approved equal: -Freedman Level 4 -Freedman Repel B12. Passenger Seating Option 1. Passenger Restraint System Proposer to provide pricing credits to delete the passenger restraint system (seat belts) identified in item 12 as deemed necessary per seating configuration and federal and state regulations. B14. Passenger Seating Option 1. Single Foldaway Seats Proposers will provide pricing for the following single foldaway seat types or approved equal: -Freedman BV Foldaway -Freedman AM Foldaway -Freedman Citiseat -Freedman Go Seat Option 2. Double Foldaway Seats Proposers will provide pricing for the following double foldaway seat types or approved equal: -Freedman BV Foldaway -Freedman AM Foldaway -Freedman Citiseat 36 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 -Freedman Go Seat 16C. Driver's Seat Option 1. Seat Models Proposers will provide pricing for the following driver seat types or approved equal: a. USSC Evolution G2E Driver Seat with adnik power pedestal b. Recaro LXS Driver's Seat Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 17. FLOOR AND FLOOR COVERING A. The sub floor shall be 3/4 inch thick (minimum) AdvanTech engineered wood flooring, or approved equal, with moisture barrier laminated to the upper surface and moisture sealed edges. Sub-flooring must be installed to create a smooth surface to lay the floor rubber. B. Sub floor structure shall be designed and assembled for a minimum trouble free service life of 5 years. The sub floor structural members shall be made from steel with a minimum yield strength of 36,000 psi or approved equal. Sub floor frame shall be mounted to OEM alternate frame spacers. Additionally, wheelhouse assemblies shall be made of corrosion resistant 12 gauge (minimum) steel construction and fully welded to floor and side framework. Ample clearance under load and under all positions of the suspension and steering geometry shall be provided between the wheel housing and tires. C. Subfloor assembly shall be mounted to vehicle chassis utilizing a minimum of 8 rubber grommets or pads to help reduce the amount of road shock being transferred into vehicle body. D. Wheelhouses shall be covered with a plastic molded cover. No screws shall protrude into the underside of the wheelwell. E. An access panel for ease in maintenance of the fuel pump shall be provided. 37 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 welded to provide a completely scaled floor. The floor covering shall not shrink during the service life of the vehicle. The floor material shall be securely bonded to the under structure and rolled smooth. The adhesive used to bond the floor material must be and adhesive. The method and procedure used to fasten the floor covering to the G. The flooring shall be RCA type 1/8" (minimum) smooth under the passenger seats and 3/6" 3/16" (minimum) ribbed over the remainder of the floor and step treads. Thickness shall be measured from top of ribs of floor covering. All step edges shall have Altro T36T Aluminum Step edge or Altro yellow nosing with band of 2 1/2 inch of bright yellow Altro, or approved equal, inserted into the step edge using contact adhesive running the full width of each step. An aisle width standee line of at least two (2) inches in width of bright yellow contrasting color shall be in the aisle just behind stepwell. The tread and step edge shall be bonded into one piece. H. All mating edges of the flooring, step tread and step nosing materials shall be weather sealed and heat welded to prevent water penetration. The height of the sealant bead shall be consistent with the flooring, step tread and step nosing base thickness. standard stock selection. J. There shall be molded plastic, fiberglass, hard rubber, aluminum or FRP cove molding between sidewalls and floor for ease of cleaning. The cove molding shall be one continuous piece along each wall except when interrupted by such items as wheel well, fuel line, mobility lift door and interior corner covers and door openings. Molding shall be coved up the side 10" to run up to the sidewall. Proposer Meets Section Specifications Yes No Glaval does not utilize the OEM 8 mounting pucks listed in Section C. However, Glaval exceeds this requirement when performance and function is considered. Noted Deviations (list all section deviations for consideration here): Section C-Glaval utilizes a solid rubber isolator that runs the length of the chassis frame. Rather than mounting on the 8 rubber pucks, this allows for complete distribution of the body's weight across the chassis frame. This minimizes the amount of body twist in relation to the frame. Also consider that the 8 rubber isolator pucks will eventually"mushroom"out causing the body to actually bounce up and down on the chassis frame. SECTION 17. FLOOR AND FLOOR COVERING OPTIONS 17B. Sub Floor Structure Option 1. Floor Underbelly Proposers to provide pricing for galvanized steel, aluminum, or approved equal 0.20" 0.020"-minimum underbelly between sub floor and subfloor structure. 38 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 17F. Floor Covering Option 1. Altro Transflor Meta. The floor surface shall be covered with wall-to wall, slip-resistant, minimum 2.2 millimeter Altro Transflor Meta or approved equal. Flooring edges shall be edge welded to provide a completely sealed floor. The floor covering shall not shrink during the service life of the vehicle. The floor material shall be securely bonded to the under structure and rolled smooth. The adhesive used to bond the floor material must be backed by a manufacturer's warranty of no less than five (5) years for installation and adhesive. The method and procedure used to fasten the floor covering to the under structure shall be approved by the floor covering manufacturer. Color to be chosen by purchasing agency at the time of order. Option 2. Floor Coating • : :: - '-- - ..- - - • - .-. -- -- - '- - --- in lieu of Altro Transflor. Color to be chosen by purchasing agency at the time of order. 17G. Step Edging and Standee Line Option 1. Step Edging Color Proposers are to provide pricing for option to have step edging and standee line in high contrast white in lieu of yellow. Section 18. STEPS AND STEPWELL A. Step height from ground (no load) shall be 12 inches maximum. Individual risers shall be 9 and 1/2 inches maximum in height and in case of more than one (1) riser; all step risers shall be the same height, except in the case of the flat floor option. Vendor will provide step height if flat floor floorplan is provided. Step tread depth shall be 8 and 1/2 inches minimum, depending on floorplan. B. The stepwell shall be modular design, 14 gauge (minimum) galvanized steel, galvaneal or carbon steel (treated to prevent the effects of corrosion over the life cycle of the vehicle) smoothly and continuously welded into the bus body structure. Stepwell shall be adequately reinforced to prevent permanent deformation or elastic deflection of no more than .12 inches when either step is loaded over the center half with a 300- pound static load. • C. An electric heating pad located under the lowest front entry step in the stepwell shall be provided. - - : - -: - -_ .- : -- - - _ -. -- shall be integrated into the defrost system. The lower step-heating element shall also be deactivated when the ignition switch is turned off. The electric heating pad shall have a safety device that prevents the pad, wiring or bus from being damaged in the event the electric heating pad malfunctions. D. Stepwell shall be completely enclosed and weather tight when the passenger doors are in the closed position. 39 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Proposer Meets Section Specifications Yes No The step height is 12 1/2", Glaval believes this allows for clearance for all curbs that have variances from city to city while still providing a reasonable ADA first step. Noted Deviations (list all section deviations for consideration here): A. First step height is 12.5" rather than 12". Section 19. PASSENGER DOORS A. Front Entrance Door 1. The vehicle shall be equipped with an electric, double leaf, outward opening "transit style" door with a center molded, overlapping, safety seal. Door is to have an electric door opener and operating mechanism, A&M door system or approved equal is acceptable door assembly. The front doors shall be located opposite the driver.The front doors shall be equipped with an interior safety release mechanism, permitting the doors to be mechanically opened in the case of an emergency. 2. A rocker switch located in the driver's area shall activate the front door mechanism. Drivers shall be able to operate the door without leaving their seat. Entry door shall not be operable unless the vehicle is in park. 3. The front doors shall have an exterior weatherproof electrical keyed lock that can open and close the doors. 4. The front doors shall be double sealed equipped with 2" elastomeric material on each section that overlaps a minimum of 1.5" to form a tight seal to prevent water from entering the bus. The seals shall be of automotive quality that does not degrade or crack with aging. The seals shall be mounted in a groove that allows for easy replacement if necessary. The overlapping center door seals shall be a flexible material that exerts no more than a ten (10) pound force on a one (1)— square inch of any passenger struck by a closing door. 5. The front doors shall have a clear opening width of 27 inches (minimum)with ability to go as high as 36 inches, depending on floorplan and vehicle size, as measured from inside edge of doorframe, and full height of 80 inches (maximum) clear"walk in" headroom as measured from the top of the front step to the underside of the front doorframe header. 6. Each door leaf shall have a single pane, tinted, and tempered safety glass that conforms to all applicable Federal and State Motor Vehicle Safety Standards. 7. The entrance doors shall be equipped with windows of adequate size and placed so as to allow the driver to see and judge curb locations when stopping. 40 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 8. The front doorframe(s) shall be constructed with standard interlocking minimum .125" extruded satin anodized 204R1 rated, aluminum, stainless steel, or zinc plated steel extruded frames with a high quality anodized finish. 9. Suitable padding to protect the heads of boarding or exiting passengers shall be installed on the lintel of the front service entrance doorway. 10. A thick rubber threshold seal or brush comb shall seal any gap between the lowest part of the door and the mating step surface greater than 3/8". B. Mobility Lift Door 1. The mobility lift door shall be two entry doors. 2. Mobility lift door(s) shall be located either on the rear curbside of the vehicle or in the front of the vehicle next to the front passenger door, depending on seating plans and details provided by the vendor. 3. Mobility lift door(s) shall provide 68 inch (minimum) of clear walk-in headroom as measured when lift is in full raised usable position. The lift door shall have a clear opening width adequate for the ease of operating the mobility lift being supplied with this vehicle. Door fasteners or hardware, etc. shall not protrude into the door opening. 4. Lift door(s) shall be constructed utilizing a stainless steel or aluminum subframe. Wood framing shall not be acceptable. Door opening frame will be powder coated to match vehicle interior. Door shall be designed for long life/heavy use and a minimum of 14 gauge, 1 inch tubular steel around the perimeter. 5. A positive factory-installed gas shock at top of the doors to assist in maintaining an open or closed position of the door shall be installed to ensure the lift doors stay open when the lift is in use. An additional door tether shall be installed that will prevent the doors from opening past 100 degrees. .6. Lift door(s) shall have a glazed window that is viewable from the wheelchair positions inside the vehicle and meets all applicable Federal and State Motor Vehicle Safety Standards and Americans with Disabilities Act (ADA) requirements. 6. Padding shall be installed inside of vehicle over mobility lift doorframe header. 7. The door(s) shall have a "door ajar" light and alarm, which will alert the operator when the door is not securely closed and latched. The light shall be a red indicator light identified as "LIFT DOOR AJAR" and shall be located on the operator's dash panel easily seen by the seated operator. C. Door - General 1. Four (4) sets of keys and locks for all doors shall be supplied. All vehicles shall be keyed alike for chassis and exterior doors. 41 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 2. All doors shall be properly sealed to prevent entry of air drafts and water into vehicle interior including spray from commercial vehicle wash equipment and driving rain. 3. Materials used for weather seals shall be designed to withstand varying temperature extremes, road splash, salt and other exterior elements without cracking, leaking, loosening, or deteriorating. Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 19. PASSENGER DOORS OPTIONS Option 1. 19D. Rear Emergency Exit Door Vendors shall provide pricing for the option of a rear emergency exit door in lieu of a rear emergency exit window. 1. The rear emergency exit door shall be 32" wide by 54" high (nominal) and shall have stationary windows in the upper and lower halves of the door. The emergency door shall have upper and lower glazing and include one 11" x 14" static cling 'fish eye' wide-angle rear window lens. The lower window shall have a see through mechanism to prevent contact of mobility devices. 2. Rear emergency door shall be equipped with a securement device to hold the door safely in the full open position. Cord, rope or strap securement devices will not be accepted. Door hold open spring system shall be bolted to both the rear door and the door header with a heavy strength bolt (s), minimum Grade 5 bolt (s), not rivets. 3. The door shall have a "door ajar" light and alarm, which will alert the operator when the door is not securely closed and latched. The light shall be a red indicator light identified as "REAR DOOR AJAR" and shall be located on the operator's dash panel easily seen by the seated operator. 4. An exterior door latch will be included. 42 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 20. SERVICE COMPARTMENTS AND ACCESS DOORS A. Access for maintenance and replacement of equipment shall be provided through panels and doors that appear to be an integral part of the vehicle. B. Access opening or doors in floor of vehicle interior shall be properly secured and sealed to prevent entry of fumes and water into the vehicle interior. Method of sealing shall provide for removal and replacement of access doors without damage to sealing requirement. C. An access door shall be made to access the overhead compartment for all ITS equipment and made large enough to remove DVR if needed. C. Access doors shall be provided, where necessary, to service transmission, engine, radiator, lift, batteries and/or air-conditioning components. D. A lockable driver's storage compartment shall be provided. The size and location shall be approved by the purchasing agencies. Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 21. WINDSHIELD AND WINDOWS A. The windshield and driver door shall be OEM glazed with laminated glass and uniformly tinted. Windshield shall have a heavier tint band above eye level, if available 43 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 from factory. The windshield will be equipped with two-speed electric windshield wipers with intermittent feature. B. Side windows shall be a flat black, aluminum frame, egress transit type or top T- sliding panel type that meets all applicable Federal and State Motor Vehicle Safety Standards. The T-sliders shall be located at the top of the window. Minimum passenger window size shall be 30 inches wide by 36 inches high. Minimum passenger window size can be 24 inches wide by 36 inches high on Class A floorplans, depending on lift configuration. A smaller'filler' window may be allowed to accommodate certain configurations in order to maximize visibility from the passenger compartment. C. Passenger window glazing shall be Lucite SAR Bronze BZ-2412 or tinted to permit 30% light transmission (maximum) bronze or grey tint. D. For vehicles with 158 inch or longer wheelbase, there shall be a minimum of two (2) emergency exit windows on each side of the vehicle. For vehicles with less than 158 inch wheelbase there shall be a minimum of one (1) emergency exit window on each side of the vehicle. These windows shall be top hinged and meet the specifications described in item "B" of this section. Decals with instructions as to their use shall be provided and shall be permanently fastened on the inside of the vehicle, located over or beside the emergency windows. The emergency exit windows shall comply with FMVSS requirements. E. A rear emergency window shall be provided in lieu of an emergency exit door. The rear emergency window shall be large enough so that in conjunction with the rear view mirrors, blind spots are not created. Seat backs shall not intrude in required emergency exit window. Low back seats shall be used on rear wall when raised floor option is chosen. Window shall be equipped with an audible alarm system to alert the driver when the window is not completely closed. F. All emergency exits shall have clear unobstructed openings and be noticeably labeled. G. All windows shall be fitted with durable, firmly installed, weather seals to prevent the entrance of air and water, including spray from commercial vehicle wash equipment and driving rain. Materials used for weather seals shall be designed to withstand varying temperature extremes, road splash and salt and other exterior elements without cracking, leaking, loosening or deteriorating. Caulking around the windows shall only be used as a seal, not to make up for body defects or out of tolerance window openings. H. Drain holes shall be incorporated in the window sash frame to allow interior condensation to drain to the exterior. Body and sash construction shall be such that the sash drain shall prevent entrance or back up of water into the vehicle. I. The installed windows shall have no sharp edges or protrusions. J. All glazing shall meet all applicable Federal and State Motor Vehicle Safety Standards. K. Windshield and windows shall meet all applicable Federal and State Motor Vehicle Safety Standards. L. A full window shall be provided in the transition panel between the windshield and the ambulatory passenger door(s) to eliminate the blind spot created by the transition panel 44 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 and enable the driver to view the curb from the driver's seat. The body panel partition between the transition window and entrance doors shall be as narrow as possible to maximize the driver's view of the area around the entrance doors. Proposer Meets Section Specifications Yes No Driver's Door Glass Noted Deviations (list all section deviations for consideration here): Section A- We have proposed the standard Ford/GM driver's door glass which is AS2 and meets the FMVSS requirements. If absolutely necessary, we could remove the tempered AS2 Glass and replace it with laminated glass. However, it seemed cost prohibited and please consider that laminated glass rolling up and down in a window track may possibly lead to chipping around the edges. Section 22. LIGHTING A. Exterior Lighting 1. All exterior lights shall conform to State of Colorado and U.S. Department of Transportation requirements and meet the requirements of FMVSS/DOT specifications. 2. Rear exterior light configuration shall include red brake lights (standard and center mounted), amber turn signals, and clear reverse lights. Rear Center High-Mounted Stop Lamps (CHMSL) to be an 18" LED red strip light, low profile surface mount, or approved equal. Rear exterior light configuration shall be submitted with proposal package for approval by agencies purchasing vehicles in the statewide consortium. 3. Amber roof marker lights at the front and red at the rear, one at each corner, shall be provided and be either flush mounted or surface mounted, protected with a brush guard or by the bus body. 4. Marker lights, three (3) lamp cluster, amber at the front and red lens at rear shall be provided and protected with a brush guard or by the bus body. 5. All exterior rear and marker bus body lights to be voltage regulated light emitting diode LED with direct termination and come with protective lens coating for protection against scratching, UV degradation. 6. License plate holder at rear shall be illuminated by an LED light. 7. Daytime Running Lights (DRL's) are to be provided. B. Interior Lighting 1. Interior Dome Lights shall adequately illuminate the passenger area. Dome lights 45 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 shall be illuminated whenever the entry doors are open. 2. Interior shall be illuminated with LED low profile strip lighting so as to provide a minimum of 12 foot-candles of illumination measured at 36 inches above the floor. 3. Driver courtesy light shall light when driver door is opened. All other interior lights shall operate only when ignition is in "ON" position. Stepwell and exterior front door lights shall operate only when the front passenger door is opened. A driver controlled override rocker switch shall be provided to allow operation of all interior passenger courtesy lights when the passenger front doors are open or closed. 4. LED stepwell lights shall be provided to illuminate the stepwell at the front passenger door(s). Lights shall be mounted as to not create a hazard for passengers boarding and egressing. This lighting shall not be lit with doors closed. 5. Exterior LED lights at the front and lift door areas shall be provided and shall comply with the Americans with Disabilities Act. These lights will activate only when the doors are open. 6. Wheelchair lift lights, which illuminate the lift device in a 4-foot radius outside at ground level of the door opening, shall be provided in an LED design. The light shall be wired to light automatically when lift door is opened. Lift lights shall be mounted internally in lift area above the lift in the lift door headlining. Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 22. LIGHTING OPTIONS A. Exterior Lighting Option 1. Fog Lights Proposer is to provide pricing for the addition of Fog lights, PIAA deluxe. B. Interior Lighting Option 1. Underhood Light Proposer is to provide pricing for the addition of an underhood service light and any additional features required to provide this service light with the required vehicle configuration. 46 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Section 23. FINISH AND COLOR A. All exterior surfaces shall be smooth and free of visible fasteners, wrinkles, and dents. Exterior surfaces to be painted shall be properly cleaned and primed as appropriate for the paint used, prior to application of paint to assure a proper bond between the basic surface and successive coats of paint for the service life of the vehicle. Paint shall be applied smoothly and evenly with finished surface free of dirt, runs, and other imperfections. Painted surfaces shall be impervious to diesel fuel, gasoline, corrosive atmospheres, and commercial cleaning agents. B. The proposer shall, as a minimum, provide a low VOC coating system that meets the following minimum requirements. 1. Primer - Corrosion resistant primer that is compatible with the basecoat/clear- coat system. 2. Basecoat/clear-coat System - a. Two part system basecoat/clear coat, low VOC, air dry, stain resistant polyurethane enamel that is ultraviolet light resistant. b. The system shall have hardness, abrasion resistance, gloss retention, flexibility, chip resistance, and good adhesion characteristics. C. Interior finish in the driver's area shall be a non-reflective material and/or flat grey color. D. Steel wheels shall be painted white. Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 23. FINISH AND COLOR OPTIONS 23B. Exterior Paint Color Option 1. Purchasing Agency Paint Configurations Proposer is to provide pricing for all paint and lettering configurations per the specific diagrams for each purchasing agency as provided in this proposal document in this section. 1. City of Greeley See Appendix C for picture. 47 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 2. Eagle County See Appendix D for picture. 3. Mesa County See Appendix E for picture. The following are the color numbers for the stripping, which is painted on, and is not decals. PPG FDGU 13601 Blue PPG FDGU74338 Red PPG FDGU 33723 Indian silver metallic PPG equal to FLNA 4123 Black The full body is Standard White PPG 90631 4. Roaring Fork Transportation Authority and City of Aspen Bus body to be painted white. No additional lettering, paint or decals required. 5. Town of Snowmass Village See Appendix F for picture. 6. All Points Transit See Appendix G for picture. 7. City of Durango See Appendix H for picture. Paint: Code red; PPG#70837 8. Disability Services Inc. - Amblicab Transportation See Appendix I for picture. 9. Seniors' Resource Center See Appendix J for picture. 23D. Steel Wheels Paint Option 1. Wheel Powder Coating Proposers should provide optional pricing for powder coating instead of painting wheels. Color to be designated by purchasing agency. 48 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Section 24. STANCHIONS, GRAB RAILS and MODESTY PANELS A. All stanchions and grab rails shall be 1 - 1/4-inch stainless steel. Vertical stanchions shall be secured top and bottom with bolts to ceiling and floor metal framing to prevent twisting. All stanchions shall be mounted at floor and ceiling into the structural metal body member or metal plate. B. There shall be a stanchion, grab rail, and padded modesty panel located at the rear of entrance door. C. 30 inch (minimum) angled grab rails shall be installed at both sides of the entrance door, within easy reach from the ground, to assist passengers in both boarding and egressing. Grab rails shall be mounted to stanchions and structural metal members or metal plates in the sidewalls. _ - : - . . - - . - - - - -- -- Grab rails must not affect the minimum clear opening of 27" specified in Section 19; A;5. D. There shall be a vertical stanchion, grab rail, and padded modesty panel located behind the driver's seat. There shall be a smoked, shatterproof, plexiglass 3/8" thick panel filling the area from the ceiling to the grab rail and the stanchion to the wall, shock mounted to prevent rattle. The purpose of this panel is to protect the driver from being hit with objects from behind. Panel must not impair driver's seat adjustments. E. There shall be a vertical stanchion, grab rail and modesty panel located between the lift and rear most curbside stationary ambulatory passenger seat, depending on lift position. There shall be a shatterproof, plexiglass panel filling the area from the ceiling to the grab rail and the stanchion to the wall. F. All modesty panels shall harmonize with interior, both in color and design, and shall not provide a hazard to the passengers. Modesty panels are to be "through bolted." Standard screws are not allowable. G. Overhead rails required by ADA provisions shall be at height of 71 inches to the top of the handrails from vehicle floor. The rails shall be fastened into structural metal body members or metal plates. H. Overhead handrails shall be provided that shall be continuous including the wheelchair areas, except for a gap at the rear or front doorway. Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): 49 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Section 25. MIRRORS A. Two remote control, adjustable, heated side-mounted exterior rearview mirrors. The exterior rear-view mirrors shall be firmly supported and set to give a clear view past the left and right corners of the vehicle. The exterior mirror supports must be of sufficient length to allow a clear view along the entire side of the vehicle. The size of each mirror shall be at least 152 mm (6 inches) by at least 228 mm (9 inches). In addition, a 76 mm (3 inch) minimum diameter convex mirror shall be mounted above or below the other mirrors on both sides of the vehicle. Mirror frames and supports shall have a corrosion- resistant finish. Mirrors shall meet SAE-recommended standards and 49 CFR 393.80 as appropriate. B. A standard chassis manufacturer's rear vision mirror with non-glare, day-night feature shall be provided. An aftermarket rearview mirror is acceptable if it is not available from the OEM with approval from the local purchasing agency. C. One 4 x 13 or 6 x 16 inch interior passenger-viewing mirror shall be provided and mounted in such a way to allow the driver to easily view passenger activity in the vehicle from the driver's seat. Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 26. MOBILITY LIFT A. Wheelchair lifts shall be commercial type, Ricon Titanium 1,000 lb capacity S Series, meeting ADA and FMVSS 403 and 404 requirements, and meeting the following listed requirements. Additional Braun or Ricon models will be identified and priced by the vendor in the Mobility Lift Option price sheet section to provide purchasing agencies choice based on passenger needs. B. All attachments of the lift assembly to the vehicle shall be done through structural support members. Bolting of any part of the lift assembly directly to the vehicle sheet metal walls will not be acceptable. C. The wheelchair lift shall be electro-hydraulically or electro-mechanically operated, mounted on the curbside of the vehicle, and accessible via access doors. D. The wheelchair lift shall be interlocked with the transmission and emergency brake in such a manner as to prevent the vehicle from moving with the wheelchair lift door in the open position and prevent the wheelchair lift from being operated until the transmission 50 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 is in park and the emergency brake is completely set. A dash mounted, indicator light will come on to show the system is activated. E. Lift shall incorporate a power fold mechanism for platform. The lift shall incorporate a positive locking mechanism to prevent drifting from the stowed position. F. The lift platform shall be secure and stationary when it is in the stowed position. No lift part shall intrude into the vehicle's body more than eighteen and a half (18.5) inches when in stowed position. G. The lift assembly shall safely accommodate a minimum load of 800 pounds, but can accommodate 1000 pounds depending on lift model. All power units, operating joints, linkage and mounting points to the body shall be certified by the manufacturer as being adequate for the minimum load requirements. H. Lift shall be power-up and power or gravity-down. I. There shall be a pressure relief built into the hydraulic system to prevent "jacking" of the vehicle should the power remain on once the lift touches the ground. J. The lift platform shall have an automatic stop-and-hold mechanism to prevent the platform from free falling or folding any faster than 30.48-cm/second (12 inches/second) in the event of a power failure or equipment failure during the raising and lowering modes. K. An automatic safety barrier shall be provided at front of platform. An automatic or manual release of barrier at ground level is required. L. Lift shall be equipped with a manual override to permit lift to be raised or lowered manually in event of power failure or emergency. M. Hand held lift control shall be provided with a minimum 5 foot cord attached so lift may be operated from inside or outside of vehicle. N. A passenger handrail shall be provided on both sides of lift platform. 0. Adequate provisions for safely storing the lift controls, when not in use, shall be provided inside the vehicle. P. All pulleys, chains, cables, hydraulic cylinders etc., when provided, shall be fully enclosed. Q. A complete set of operating instructions, schematics and a troubleshooting guide shall be included with each lift. R. Lift platform shall be minimum 32 inches wide, as measured from inside edge to inside edge of platform. S. Control box shall be lightweight and weatherproof. Additionally, controls shall have sequence interlock to prevent folding of lift platform before it is in full raised position. T. A safety device shall be provided that shall render lift inoperable when lift door is 51 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 closed. U. A red warning light/audible alarm shall be located on the driver's instrument panel and shall activate when the mobility lift door is not secure. The warning light shall be labeled "Door Ajar". Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 26. MOBILITY LIFT OPTIONS 26A. Lift Type Option 1. Lift Model Pricing Proposers will provide 6 additional types of mobility lift options for agencies to choose from. The optional pricing shall include pricing for the following lift models: • Braun Vista 2 • Braun Century 2 - Platform 34" x 51" • Braun Century 2 - 1,000 lb capacity, Platform 34" x 54" • Braun Millennium 2 • Ricon K-Series KlearVue. • Ricon Titanium - 1,000 lb capacity, K Series Option 2. Safety Lift Belt A belt for the front and rear of the wheelchair lift to help prevent accidents, Access-Arize or approved equal. The belt is to be 35 inches in length from end to end, made with: elongated webbing 1 3/a inches wide, 2 inches of Kevlar material sewn on each end of the webbing, a metal seat belt buckle in the middle of the belt, 9.5 mil grommet 3/a inch to center of Kevlar, and Kevlar is abrade resistant. Section 27. WHEELCHAIR SECUREMENT SYSTEM A. Wheelchair Securement system shall be Sure-Lok or Q'Straint, or approved equal. Actual Sure-Lok or Q'Straint models of securement and anchor systems will be identified and priced by the vendor in the Wheelchair Securement System price sheet section. B. Wheelchair securement system shall consist of four (4) floor attachment points per location for the chair. The strap configuration shall consist of a minimum of four (4) fully automatic heavy-duty retractors that can be quickly fastened to the floor attachment 52 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 points and the wheelchair. The wheelchair securement system shall consist of self tensioning and self locking features. The retractors shall have the maximum amount of 7000 pound webbing attached to "3" hooks. Each retractor shall be equipped with a male pin connector for attachment of the occupant restraint system. Tie downs shall utilize grade 8 fasteners of the size required by the securement system's OEM. The tie down fastener shall include, as a minimum, SAE grade 8 cap screws, SAE grade 8 hexagon nuts and harden washers. All four (4) retractors shall be the same in design, size and shape to avoid confusion in placement and be interchangeable and thus can be used in front, back, left or right. C. Floor anchorage points shall be Sure-Lok or Q'Straint or approved equal, utilizing corrosion resistant steel or aluminum and usable for front or rear tie downs or shared by both. Actual Sure-Lok or Q'Straint models of securement and anchor systems will be identified and priced by the vendor in the Wheelchair Securement System price sheet section. All anchorage points shall be recessed and nominally flush with the floor to prevent a tripping hazard. Recessed area shall be sealed prior to anchorage point installation to prevent the intrusion of water. Anchorage points shall be secured in accordance with FMVSS 207 AND FMVSS 208. D. Occupant and wheelchair securement shall use an integrated system and be securely fastened. For each mobility aid securement system installed in the vehicle, a corresponding occupant restraint system shall also be provided. Occupant restraint system shall meet ADA requirements and all applicable FMVSS 403 and 404 requirements. Lap belt, included as part of the occupant restraint system, shall be 108 inches. If a fixed wall mount system for shoulder belts is used, this system should not obscure use of the emergency exit window. E. Successful Proposer shall certify that wheelchair securement has met or exceeds all applicable Federal and State Motor Vehicle Safety Standards. F. Any device that could possibly damage the wheels of the wheelchair shall not be used. G. A storage box shall be mounted on the floor or wall in the wheelchair area to safely and securely store tie down straps when not in use. Location of the storage box and type of storage box shall be approved by the purchasing agency prior to installation on the vehicle. Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): These requirements will be met, please note that all Ricon Lifts come equipped with a safety belt so Option #2 would not be necessary 53 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Section 27. WHEELCHAIR SECUREMENT SYSTEM OPTIONS 27A. Securement System Option 1. Securement Model Pricing Proposers will provide 5 available types of wheelchair securement system options for agencies to choose from. The optional pricing shall include pricing for the following securement systems models: • Sure-Lok FF600 Retractor • Sure-Lok AL 700 Titan • Q'Straint QRT Deluxe • Q'Straint QRT Max • Q'Straint Q'UBE with appropriate mounts based on anchorage system and wheelchair configuration. 27C. Anchorage System Option 1. Anchor Model Pricing Proposers will provide 4 available types of floor anchorage system options for agencies to choose from. The optional pricing shall include pricing for the following anchor system models: • Sure-Lok Series L Track (vendor specifies model #) • Sure-Lok Slide 'N Click • Q'Straint L Track (vendor specifies model #) • Q'Straint Slide "N Click Option 2. Full Length Track Proposers are to provide pricing for full length front to rear track to be installed on floor and above windows which allows for securement of oversized wheelchairs. Option 3. Scooter Securement System Proposers are to provide pricing for a scooter securement system configuration, five point L track wheelchair securement system. This system would require five parallel tracks. Two in front, three in rear. The fifth center rear track should be designed to be able to secure a belt/hook around the seat post of the scooter. 27G. Storage Container Option 1. Storage Pouch In lieu of a storage box, proposers shall provide pricing for a storage pouch mounted on the wall in the wheelchair area to safely and securely store tie down straps when not in use. Location of the storage pouch and type of pouch shall be approved by the purchasing agency prior to installation on the vehicle. Option 2. TDSS In lieu of a storage box, proposers shall provide pricing for the Freedman Seating Tie Down Storage System (TDSS) or approved equal. System allows wheelchair securements to be stored on the bottom of a Freedman Foldaway Seat. 54 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Section 28. MISCELLANEOUS (GENERAL) A. Maximum (heavy-duty) radiator size and cooling fan available shall be provided. Radiator shall be equipped with surge tank (if available from chassis manufacturer). B. The instrument panel shall have lamps sufficient to illuminate all instruments. All instruments shall be accessible for maintenance and repair and shall be mounted so that each instrument and all indicator lights are clearly labeled and visible to the driver. "Tell Tale" lights in lieu of the listed gauges will not be acceptable. Decals or Dymo Labels are not acceptable. Each vehicle instrument panel shall be equipped with at least the following: 1. Voltmeter - Of proper size to accurately read (without overloading) additional charge to electrical system when wheelchair lift and/or auxiliary air conditioning units are being used. 2. Oil Pressure Gauge - Provided by chassis manufacturer. 3. Engine Temperature Gauge - Provided by chassis manufacturer. 4. Fuel Tank Level Gauge - Provided by chassis manufacturer. 5. Speedometer with Trip Odometer - Provided by chassis manufacturer. 6. Hourmeter - Provided by chassis manufacturer. C. Visible and audible warning devices shall be installed to inform following vehicles and pedestrians of reverse operations. Devices should be connected with back-up lights to produce an intermittent sound to warn others while bus movement is in reverse, equal to ECCO 530 or 575. D. Front and rear bumpers shall be provided. E. OEM horns shall be provided. F. Driver's sun visor shall be provided. G. Driver's coat hook and retaining strap shall be provided in the driver's area. H. Vehicle shall be equipped with front and rear mud flaps. I. Vehicle shall be equipped with a driver's side running board. Running board shall be a minimum of 9" deep, maximum of 12". This will be measured from the OEM body at the flange at the bottom of the rocker panel. Running Board shall extend from the front edge of the front door opening to the rear of the OEM cab. Running board must be designed to hold 300 pounds without permanently changing shape, and be slip resistant diamond plated aluminum, or approved equal. Driver entry area shall include a steel reinforced molded plastic grab handle, mounted to the rear of the door opening on the outside on the B pillar. Handle shall be a minimum of 6" grab area, durable, corrosion proof, and have no sharp edges. Installation with self-taping screws will not be accepted, must include bolts into threaded inserts and be able to support 250 pounds pull force. 55 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 J. A minimum five (5) pound dry powder type fire extinguisher, with gauge and hose, U.L. approval shall be provided. A bracket to securely hold fire extinguisher inside of vehicle shall be provided and vendor shall mount this bracket to a location in the vehicle. Type of bracket used and location shall be approved by purchasing agencies prior to installation. K. A three (3) triangle reflector kit shall be provided and securely mounted in an easily accessible location. Location shall be approved by purchasing agencies prior to installation. L. At minimum, a sixteen (16) unit first aid kit, shall be provided and securely mounted in an easily accessible location. Location shall be approved by purchasing agencies prior to installation. M. Body Fluid Cleanup Kit shall by provided and securely mounted to include at a minimum: 1. One (1) pair of Latex gloves, 2. One (1) package of absorbent powder, 3. One (1) package of antiseptic BZK towelettes, 4. One (1) bag 24"x 24" Bio-Hazard white w/tie, 5. One (1) bag plastic brown w/tie, 6. Certi-Green surface cleaner towelette, 7. Face mask, 8. Infection control, 9. One (1) SBB-2 scoop bag w/handle scraper, 10. Two (2) towels and 11. Paper crepe. Location shall be approved by purchasing agencies prior to installation. N. All vehicles shall come equipped with, and have containers for: 1. Seat belt cutter, secured by Velcro in a location chosen and approved by the purchasing agency. 2. Fire blanket 3. Working flashlight 4. Reflective vest 5. Chock blocks (2) O. Chassis OEM manufacturer's AM/FM/CD Stereo Radio, plus four (4) speakers, two (2) in front and two (2) in rear shall be provided. The use of aftermarket radios of equal or superior quality may NOT be used to comply with specification. P. Vehicle shall be equipped with emergency flashers that operate even if brake pedal is depressed. Q. Each vehicle to be delivered with four (4) sets of keys for both ignition and door locks. R. Weight slip for vehicle must be completed by vendor and among paperwork delivered to grantee agency upon delivery. S. Vendor is to complete and provide related paperwork for a DOT inspection from the 56 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 dealer, as required by the Colorado State Patrol. T. Vehicles must be aligned upon delivery. Vendor is required to provide verification in the form of documentation of this alignment with the delivery paperwork to the purchasing agency. If the documentation is not and cannot be provided, Vendor is required to pay for alignment completed by purchasing agency shortly after delivery. U. Vehicles must be clean on the exterior and interior upon delivery. V. Successful Proposer shall provide sixty (60) day temporary tags upon delivery. Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 28. MISCELLANEOUS (GENERAL) OPTIONS 28D. Bumpers Option 1. Front Help Bumpers Front "Help" energy absorbing type bumper or approved equal, based on OEM chassis type. Option 2. Rear Help Bumpers Rear "Help" energy absorbing type bumper or approved equal, based on OEM chassis type. 28I. Running Board Option 1. Running Board Deletion Proposers shall provide pricing credit to delete running board. Section 29. MANUALS A. Vendor shall provide the following numbers-of listed manuals upon delivery of vehicles to purchasing agencies;All service and parts manuals furnished shall also be supplied in a PDF format to allow the information to be loaded into the purchasing agency's maintenance information system. Purchasing agencies will specify at the time of order if additional hard copy printed manuals are required for driver and training needs, and if so, how many are required. In addition, the successful proposer shall furnish a detailed maintenance and inspection 57 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 schedule for the vehicle in Excel or Word Format. The maintenance and inspection schedule shall incorporate the required maintenance and inspection of the basic vehicle and of its subsystems (e.g. lift) as prescribed by the representative manufacturers. • One (1) current Bus Body maintenance** manual in hard copy printed format and one (1) in electronic searchable PDF format • One (1) current OEM Chassis maintenance and ports ** manual in printed format and one (1) in electronic searchable PDF format • One (1) standard operator's manual* in hard copy printed format and one (1) in electronic searchable PDF format • One Body Parts Manual in hard copy printed format and one (1) in electronic searchable PDF format • One (1) current mobility lift manual in printed format and one (1) in electronic searchable PDF format **Maintenance Manuals: Shall contain complete and detailed data required for maintenance of the buses, including general vehicle information, specifications, troubleshooting guide, lubrication and adjustment requirements, rebuilding procedures, wire and cable sizes and ratings, wiring and schematic diagrams, engine and transmission data, and lift data. *Operating Manuals: The operator manual shall contain all information needed for the operation of the vehicle. The manuals shall be coach specific. It shall include general vehicle familiarization material, location, function, and operation of all controls, gauges, indicators, and switches; emergency procedures; trouble symptoms and diagnostic methods; safety devices and precautions. B. Changes and Revisions Following the issue of each publication, the contractor shall provide revised pages and updated electronic files covering any changes, whether required by change of design or procedures or due to error, and the revisions shall be kept current. Manual revisions shall be supplied before or coincidental with the arrival of altered parts or components. Section 29. MANUAL OPTIONS A. Manuals Option 1. As Built Parts Manual Proposer Meets Section Specifications Yes These requirements will be met No 58 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Noted Deviations (list all section deviations for consideration here): Section 30. REQUIRED VEHICLE DATABASE INFORMATION A. The Contractor shall provide a Microsoft Excel file and hardcopy listing for each vehicle at the time that shall include (as applicable): 1. Manufacturer Name 2. Vehicle Model Name 3. Manufacturer Vehicle Identification Number (VIN#) 4. Engine make, model and serial number 5. Transmission make, model and serial number 6. Differential model and serial number 7. Alternator model and serial number 8. Regulator model and serial number 9. Starter model and serial number 10.Air compressor model and serial number 11.Air conditioning compressor model and serial number 12.Front axle model and serial number 13.Rear axle model and serial number 14.Catalyst/muffler and/or exhaust after-treatment model and serial number 15.Wheelchair ramp/lift model and serial number Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 31. REQUIRED SUPPLEMENTAL INFORMATION A. Requirements: The following technical information and descriptive material is to be furnished by the proposer as part of the proposal. 1. Any and all deviations to the specifications. 59 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 2. Description of vehicle and body equipment, including body construction procedures; chassis make and model; passenger seats; and all other pertinent information as required by the specifications or required to allow proper evaluation to determine the responsiveness of the proposal. 3. Certifications of meeting FMVSS and Federal Bus Testing Requirements to meet both pre and post delivery requirements. 4. Total capacity of fuel tank 5. Capacity and make of alternator and batteries 6. Type and size of radial tires 7. A list of authorized service representatives for chassis, body, parts, and ancillary equipment 8. Lift information 9. Securement system information 10. Occupant restraint system information 11. Descriptive information of the air conditioning equipment 12. Descriptive information on the passenger seating Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): SECTION 32. ADDITIONAL BUS OPTIONS The following are options required in addition to the options listed in specific technical specifications sections 5, 7, 9, 10, 12, 13, 14, 16, 17, 19, 22, 23, 26, 27, 28 and 29. The Proposer shall submit detailed customer information on all options provided and pricing on the pricing sheets. A. Reverse Assistance Systems 1. HawkEye Plus reverse assistance system, or approved equal, integrated into the rear bumper. . - . . - . . :- . - . - .-- -: -- : - •- 60 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 2. Closed circuit rearview monitoring and reverse assistance system to include two (2) wall mounted sensors to detect when the vehicle is backing near an object. 3. Dash mounted monitor and camera mounted on the rear of the vehicle over the rear door. B. Security/Surveillance Camera System 1. Purchasing agencies obtaining equipment under Section 32. 8, shall have the following communication capabilities installed in the vehicle. Automatic Vehicle Maintenance (AVM) module requirements. AVM is to be able to read data from major components from a CAN line (11939, J1587/1708) that the IVN is listening to and components that are broadcasting data on said CAN line. Clever Devices or approved equal. Provide Camera System, priced per system as defined below or approved equal. 1. REI Model R8001, 4 wedge style interior cameras 2.8MM, 1 mini box style forward facing camera, 320 GB hard drive and a 12 volt pre-wiring for drive camera with pre- wire in the destination headsign box. 2. Apollo RoadRunner 8 Camera Capability (day/night) with associated VIM software, 240ips Mobile DVR, Power Cable, RASplus Software, 1.0TB Removable HDD GPS Antenna with iSM Interface; Multi-Band Ruggedized Dual Antennas, 5' Interior Mount WiFi and 20' Exterior Mount LTE / MIMO. 3. Seon vMax system with software management for all the hardware. 4 camera system which includes the 4 cameras, DVR, and security housing for the system in the bus (i.e. a locked compartment for the DVR). 4. MobileView Penta DVR system with up to 8 cameras. Cameras specified are to work in both day and night conditions. DVR shall be installed in the destination sign compartment. GPS antenna required. Optional wireless radio. C. Brake Retarder A driveline electromagnetic retarder of ample size shall be installed as recommended by the retarder manufacturer for the vehicle supplied with specified on/off control functions. Retarder activation system shall be the foot control operated type integrated with the brake pedal. Specify wheelbases that cannot accommodate such item. D. 4x4 Capability Ability for vehicle to be 4x4 compatible, Quigley Motor Company conversion to include hub locks and shocks, or approved equal. E. Drop Down Chains 1. OnSpot Automatic Drop Down Tire Chains or approved equal. To be permanently installed on vehicle with driver controlled switch on the driver console. 61 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 2. RUD-ROTOGRIP Light Truck with air compressor or approved equal. F. Bike Racks 1. Sportworks DL2 or equivalent bike rack mounted on the front bumper. The bike rack must be easily removed for towing. 2. Sportworks DL2 NP or equivalent bike rack mounted on the front bumper. The bike rack must be easily removed for towing. 3. Sportworks Apex 3 or equivalent bike rack mounted on the front bumper. The bike rack must be easily removed for towing. 4. Byk-Rak Solo or equivalent bike rack mounted on the front bumper. The bike rack must be easily removed for towing. G. Ski Racks Aluminum based universal ski/snowboard racks shall be attached to the exterior of the bus on the curb side. Racks shall be installed to hold as many skis/snowboards as , possible. H. Passenger Stop Request Controls shall be provided adjacent to the wheelchair securement locations and seats for requesting stops and which alerts the driver that a passenger wishes to disembark. This shall include both audible (chime) and visual (stop request) system. For ambulatory passengers, the audible controls shall be mounted at a height easily accessible for the passengers to use. For mobility-impaired passengers, the controls shall be mounted no higher than 48 inches and no lower than 15 inches above the floor. All controls shall be operable with one hand and shall not require tight grasping, pinching or twisting of the wrist. The force required to activate the controls shall be no greater than 5 foot-pounds. I. Public Address System A public address system tied into the radio system permitting the driver to announce stops and provide other passenger information. The vehicle shall be equipped with a minimum of four (4) interior speakers and one (1) exterior weather proof speaker, which shall provide for clear, audible messages. A separate volume control shall be provided within easy reach of the driver. The system shall be muted when not in use. The microphone shall be handheld microphone located adjacent to the driver. The handheld microphone shall be secured within the driver's range of vision and easy reach. 3. Electronic Destination Signs 1. Luminator Twin Vision Mobilite automatic electronic destination sign system or approved equal. Signs shall be supplied on the front and right side. Signs must comply with ADA requirements and be of the largest size the bus will accept. 2. Luminator Horizon SMT automatic electronic destination sign system or approved equal. Signs shall be supplied on the front and right side. Signs must comply with ADA requirements and be of the largest size the bus will accept. 62 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 3. Hanover Monochrome LED automatic electronic destination sign system or approved equal. Signs shall be supplied on the front and right side. Signs must comply with ADA requirements and be of the largest size the bus will accept. K. Yield to Bus Sign The sign will illuminate and warn a driver of a vehicle behind the transit body on chassis bus that the driver is required to yield when the bus is entering a traffic lane and also illuminate when the driver of the transit body on chassis bus is attempting to enter a traffic lane. The sign will be located on the back of the transit body on chassis bus and be controlled by a driver-activated switch on the driver console. L. Fareboxes 1. GFI Odyssey Farebox (standard height) or approved equal 2. Main Treasury Onc Farcbox or approvcd equal 3. Diamond Model XV or approved equal 4. Diamond Model SV or approved equal Section 33. Sample Floorplans To meet the specification requirements, vendors are required to submit with each proposal 8 floorplan diagrams, two for each class, one for front lift and one for rear lift, gasoline engine. Basic floorplan examples are provided as guidelines below, not all classes or lift configurations are presented. Purchasers may request additional floorplan diagrams after Notice of Award based on individual agency needs. If permanent seating modifications are required based on individual agency needs, vendor agrees to accurately deduct and add cost of permanent seating to offer agencies floorplans at a competitive price per pricing provided in Section 16. 63 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Examples: Class A, Rear Lift a . f " i ,., I. . .t----=------, 1 i 1 Ion #: :414111 'mi." I Class A, Front Lift 1.1MI„, rril:___i,_ [ ) I II 1IL d ill —'---'----->A<-----.---. .-----1.--- Class B, Front Lift-1121 7-7 1 E li _ ' � t.- pogo ) (■ < hi otleaser rip! riNg ( r.; -- .i" COON t-- 64 SMALL-MEDIUM CUTAWAY BUS 4/25/2014 Class B, Rear Lift 50.00 EGRESS WINDOW 78.00 30.00 '11C- 1111 Mg�_. Its. ( I1I - ingpi *4 I ROOF I RAISED FLOOR 58" 0�1 I HATCH _1 120.00-- ii W : BASE RA J (' 1 �� ft _ •\, 1{ LWACCESS fRJ III [U1 [(I DOOR y 82.00 33.00-- EGRESS WINDOW 112.50 Class C, Rear Lift tr = _ ( ,413 (el ( L iaL( iii° UT It i (III : III-. girmi NwdiLB+tSE .,_........,..........L. Rig .. L .. 1 ...,,,,7,-.4r#1,r, 1 i tzi-irill MI 311 36. 65 LARGE CUTAWAY BUS 4/25/2014 VEHICLE SPECIFICATIONS FOR: Large Heavy Duty Cutaway Bus Table of Contents Section 1. General Requirements 3 Section 2. Legal Requirements 4 Section 3. Vehicle Class and Overall Dimensions 5 Section 4. Fastener Specifications 7 Section 5. Body and Roof 8 OPTIONS 10 Section 6. Insulation 11 Section 7. Gas Engine - Transmission 12 A. Engine 12 B. Transmission 13 C. Power Steering 13 D. Emissions 14 E. Fuel Tank 14 F. Electrical 14 OPTIONS 15 Section 8. Final Drive 20 Section 9. Suspension System 21 OPTIONS 22 Section 10. Tires and Wheels 22 A. Tire Requirements 22 B. Wheel Requirements 22 OPTIONS 23 Section 11. Brakes 23 Section 12. Electrical System 23 B. Battery 24 D. Wiring 25 OPTIONS 27 Section 13. Interior Climate Control 28 A. Heating/Air Conditioning/Defrosting Requirements 28 B. Roof Hatch 30 OPTIONS 30 Section 14. Interior Trim 30 OPTIONS 31 Section 15. Painting, Decals, and Monograms 31 Section 16. Seating 32 A. General 32 1 LARGE CUTAWAY BUS 4/25/2014 B. Passenger Seating 32 C. Driver's Seat 34 OPTIONS 35 Section 17. Floor and Floor Covering 36 OPTIONS 38 Section 18. Steps and Stepwell 38 Section 19. Passenger Doors 39 A. Front Entrance Door 39 B. Mobility Lift Door 40 C. Door - General 41 OPTIONS 41 Section 20. Service Compartments / Access Doors 42 Section 21. Windshields and Windows 43 Section 22. Lighting 44 A. Exterior Lighting 44 B. Interior Lighting 45 OPTIONS 46 Section 23. Finish and Color 46 OPTIONS 47 Section 24. Stanchions, Grab Rails & Modesty Panels 48 Section 25. Mirrors 49 Section 26. Mobility Lift 50 OPTIONS 51 Section 27. Wheelchair Securement System 52 OPTIONS 53 Section 28. Miscellaneous (General) 54 OPTIONS 57 Section 29. Manuals 57 OPTIONS 58 Section 30. Required Vehicle Database Information 58 Section 31. Required Supplemental Information 59 Section 32. Agency Options 60 Section 33. Floorplans 63 2 LARGE CUTAWAY BUS 4/25/2014 HEAVY DUTY BUS TECHNICAL SPECIFICATIONS Section 1. GENERAL REQUIREMENTS A. Vehicles shall be of the "body on chassis" type and will involve construction of a body on a heavy-duty cut-away truck chassis. The vehicle body shall be a body manufactured by a body manufacturer for transit application, not "converted" or "modified" to a transit vehicle from a sports van, passenger van or wagon, delivery vehicle, school bus, recreational vehicle, or similar vehicle. Body construction shall be conventional type, panels on structural metal frames, as described later in this document. B. The vehicles shall be able operate daily on all urban, suburban and rural primary and secondary roads within the state of Colorado. C. The vehicles proposal shall be the chassis manufacturer's current production year, 2014 Model Year or newer. The basic vehicle, both chassis and body, must be a current year factory production cutaway model that is catalogued by the manufacturer and for which manufacturer's published literature and printed specifications are currently available. The bus manufacturer shall be ISO 9001:2000 certified. A copy of this certification must accompany the proposal submittals. D. Detailed floor plans with dimensions will be provided with the proposal showing proposed seating arrangements, interior layout of the bus, and seat spacing between ambulatory seats (to include spacing between wheelchair positions/flip seats) for each bus type. E. These specifications reflect the buyer's preference as to dimensions, materials and major components. However, the proposer shall not omit any part or detail, which goes to make the vehicle complete and ready for service, even though such part or detail is not mentioned in these specifications. F. All units or parts used in the assembly of the final product shall be manufacturer's best quality and shall conform in material, design or workmanship to the best practice known in the transit industry. All parts shall be new and in no case shall used, reconditioned or obsolete parts be accepted. G. The price quoted in any proposal submitted shall include all items of labor, material, tools, equipment, and other costs necessary to fully complete the manufacture and delivery of the vehicles pursuant to these specifications. It is the intent of these specifications to provide and require a complete vehicle of the type prescribed ready for operation. The Proposer shall assume sole responsibility for the entire vehicle as to warranty and after-sales parts and service. This includes the pick-up and delivery of the vehicle. H. Note: Whenever a specific trade or product name is used within this specification, the following statement applies: "... or approved equal with the same standards of quality, design and performance." All requests for approved equals must be submitted on the as stated in this proposal document and must be approved by buyers included in this statewide purchase. I. Vehicle inspection and delivery will be completed as described in Part 1 and 2 of this 3 LARGE CUTAWAY BUS 4/25/2014 proposal document. Proposer Meets Section Specifications Yes We meet all of the requirements No Noted Deviations (list all section deviations for consideration here): Section 2. LEGAL REQUIREMENTS The bus shall meet all applicable Federal Motor Vehicle Safety Regulations (FMVSS), Federal Motor Carrier Safety Regulations (FMCSR), and the Environmental Protection Agency (EPA) regulations in effect at the date of manufacture and the Manufacturer shall so certify. Manufacturers must be certified by the National Traffic Safety Administration to manufacture or alter vehicles in accordance with the Code of Federal Regulations, Title 49, Parts 567-568. The bus must comply with all Federal Transit Administration (FTA) recommended fire safety practices to the maximum extent possible. in accordancc with rcquircmcnts of 49 U.S.C. 5323(c). The bus shall comply with all federal, state, and local regulations including the Altoona test certification requirements. The bus shall also comply with all standards of the Americans with Disabilities Act (ADA) and its imple- menting regulations in effect at the date of manufacture. In the event of any conflict between the requirements of this Specification and any applicable legal requirements, then the legal requirements shall prevail. ALTOONA BUS TESTING: Proposers that are offering vehicles (either as a base vehicle or with optional engines or modifications to the fuel system) are required to test at a minimum for 7-year/200,000 mile service life to CFR 49 part 665. Final test report (hardcopy and electronic version on CD) shall be submitted with the proposal. Proposers for CNG vehicles will provide documents to verify vehicles offered are delivered in compliance with 49 CFR 665. Altoona test must be completed and a satisfactory test report provided to the Consortium prior to final acceptance of the first vehicle by a local agency. Failure to comply with this requirement will result in nullification of conditional award. Proposers may not offer buses using the FTA's demonstrator/prototype model Altoona test exemption provision for five (5) or less vehicles for sale under this contract. Prior to acceptance of first bus, the structure of the bus shall have undergone appropriate structural testing and/or analysis, including FTA required Altoona testing, to ensure adequacy of design for the urban transit service. Any items that required repeat repairs or replacement must undergo the corrective action with supporting test and analysis. A report clearly describing and explaining the failures and corrective actions taken to ensure any and all such failures will not occur shall be submitted to the Consortium. 4 LARGE CUTAWAY BUS 4/25/2014 Proposer Meets Section Specifications Yes We meet all of the requirements No • Noted Deviations (list all section deviations for consideration here): Section 3. VEHICLE CLASS AND OVERALL DIMENSIONS CLASS E- BODY ON CHASSIS WHEELBASE 183" to 494 201" - WIDTH 96" - SEATING 16-22/2 CLASS F- BODY ON CHASSIS WHEELBASE 2.98 201" to 225" - WIDTH 96" - SEATING 20-30/2 CLASS G -BODY ON CHASSIS WHEELBASE 28 213"to 259" - WIDTH 96" - SEATING 24-34/2 The following dimensions and characteristics are given in order to indicate the approximate size and type of vehicle desired. Floor/seating plans of the proposed bus indicating compliance with the overall specified dimensions shall be submitted with the Proposal documents. Vehicles shall conform to the requirements of the following table for the Gas Engine base specification requirements. It is understand a different fuel option may modify the below specifications and vendors will have to demonstrate the modifications required by fuel type. Number of Wheelchair 2 2 2 Positions* Minimum OEM Gross Vehicle 19,300 -19,500 19,500 - 23,500 19,500 - 23,500 Weight rating in lbs**. Wheel Base (Inches) 183 - 197 208 - 225 228 - 259 5 LARGE CUTAWAY BUS 4/25/2014 ** For diesel and CNG option GVWR allowed to vary with similar chassis A. Length Overall The length of the vehicle shall be the minimum necessary to satisfy the specified seating configurations of this proposal while meeting all applicable FMVSS requirements and chassis manufacturer requirements for weight distribution. B. Width: Exterior (maximum) 102 inches Interior (minimum) 93 inches * *The minimum interior width shall be measured 12 inches above the floor in the passenger area. C. Seating: To meet the specification requirements, vendors are required to submit with each proposal 6 floorplan diagrams, two for each class, one for front lift and one for rear lift, gasoline engine. Basic floorplan examples are provided as guidelines in section 33. Purchasers may request additional floorplan diagrams after Notice of Award based on individual agency needs. If permanent seating modifications are required based on individual agency needs, vendor agrees to accurately deduct and add cost of permanent seating to offer agencies floorplans at a competitive price per pricing provided in Section 16. D. Height Overall: Standard and Flat floor buses: not to exceed 117.5 122 inches E. GVWR Rating: The gross vehicle weight rating (GVWR) shall not exceed the weight of a fully loaded vehicle. A fully loaded vehicle equals the weight of the vehicle equipped to meet these specifications, verified by a weight ticket, plus the weight of the passengers (minimum 150 pounds for each ambulatory placement, minimum 250 pounds for each wheelchair placement, depending on wheelbase. Higher pound capacity shall be provided for larger cutaways). A weight distribution schematic and loading calculation must be shown for each floor plan and submitted with proposal for each floor plan offered. Loading calculations must be made with full tanks of fuel. A copy of a weight certificate from a state (state of final builders location will be accepted for these purposes) certified scale showing the four corner unladen weight of the vehicle, with a full fuel tank, must be submitted at time of delivery. F. Wheelbase: The vehicle wheelbase shall be sufficient to accommodate seating configurations required while meeting applicable Federal/State safety requirements and chassis manufacturer's specifications for weight distribution. Vendor to provide the engineered wheelbase as part of submitted floorplan diagram. Provide the shortest wheelbase allowable. G. Step Height: With the vehicle at its curb weight and parked on a level surface the step height as measured from the ground to the top of the first step shall be no more than 12 inches, unless a flat floor is being provided. Vendors shall specify flat floor first step height if different than 12 inches. 6 LARGE CUTAWAY BUS 4/25/2014 A 4x4 option chosen will allow an exemption from item G. H. Wheelwell (Flat floor only) On flat floor floorplans and specifications, wheelwells are not to protrude above the interior floor of the vehicle. Proposer Meets Section Specifications Yes We meet all of the requirements No Noted Deviations (list all section deviations for consideration here): Section 4. FASTENER SPECIFICATIONS In accordance with Publication 101-592 and 15 CFR part 280. A. All fasteners utilized in the assembly and construction of coaches, sub assemblies, or components procured under this Contract shall comply with all applicable Federal, State and local law ordinance and shall be appropriate for the intended application. thc coach manufacturing process. The steel shall bc of high quality and for use in general and critical applications. At a minimum, Grade 8 bolts, nuts, flat and lock washers shall bc utilized in all critical applications, including but not limited to: steering, suspension, axle assemblies, undercarriage, propulsion system, wheelchair occupant restraints, coating, ctc. . - _ . _ . _ . - - = - - - • --- - - - - - • :- - - _ - B. The Vendor shall procure and deliver fasteners for use in the coach manufacturing process. Exposed fasteners on the exterior must be made of stainless steel. At a minimum, Grade 5 bolts, nuts, flat and lock washers shall be utilized in all critical applications. C. All items covered by these specifications shall conform to applicable SAE, U.S.S. or fasteners of any type, the Vendor may be declared in default in accordance with the Contract Documents. C. All items covered by these specifications shall conform to applicable SAE, U.S.S or Metric Standards. Fasteners used may be of foreign origin. D. Fastener materials shall be compatible with materials being fastened. Where self- tapping fasteners are used, body panels shall be reinforced with steel backing, aluminum 7 LARGE CUTAWAY BUS 4/25/2014 backing, or stainless steel backing. Proposer Meets Section Specifications Yes We meet all of the requirements No Noted Deviations (list all section deviations for consideration here): Section 5. BODY AND ROOF Requirements: Structure A. The vehicle body shall incorporate primarily prime commercial quality zinc-coated steel, aluminum-coated steel, stainless steel, galvanized steel, aluminum, or aluminum alloy, and minimal amounts of fibcrglass or fibcrglass rcinforccd plastic (FRP) CMPC will accept-fiberglass, or fiberglass reinforced plastic (FRP) if that is the only option for the exterior body. B. The body shall be constructed to provide maximum protection to passengers in case of rollover accident or a crash accident to the side or rear of the bus. C. The Proposer shall certify that all joints and corners where stress concentration may occur are adequately reinforced to fully withstand the required loads and road shock that a vehicle of this type is exposed to in both urban and rural service, and the body must retain its integrity in a rollover situation. D. Front body caps shall be constructed of solid one-piece reinforced molded fiberglass, bonded and sealed to the vehicle body by a minimum of 1 inch overlap to prevent the penetration of moisture into the interior of the vehicle body. Fiberglass caps shall be of the sturdiest construction possible to endure the entire life of the vehicle. Requirements: Roof Construction A. Roof super-structure shall be constructed of a 1-piece seamless construction. Roof panel shall lap side panels by minimum of 1 inch. The overlapping panel construction is to preclude water leakage into the vehicle. Panels shall be riveted, bonded or welded to the superstructure. The roof construction shall be of sufficient strength to prevent vibration, drumming or flexing. The roof is to be designed and installed in a professional manner that is smooth and without bumps, waves or has an imperfection due to installation or material that will not allow the pooling of water. 8 LARGE CUTAWAY BUS 4/25/2014 Requirements: Exterior Seams A. All exterior seams shall be constructed in such a manner as to shed water and exterior panels shall have lap joints. B. In no case shall sealing of panels be dependent on caulking alone. Zinc chromate caulking, butyl rubber tape, or an approved equal shall protect all exterior joints and seams. No water leaks in the body will be acceptable. Requirements: Body A. The vehicle manufacturer shall certify that its latest body design and construction method being furnished under this contract meets FMVSS 220 at a minimum. B. The body shall be free of cracks, dents, defects, or physical damage. C. All nuts, bolts, clips, washers, clamps, and like fasteners, including those that would be exposed to the elements on the exterior and interior of the unit, shall be zinc or cadmium plated, phosphate coated or stainless steel to prevent corrosion. No mctal shcct screws shall be permittcd. Minimal use of sheet screws is permitted. D. Fenders and splash aprons (underskirt) of durable construction shall be provided to provide maximum deflection of the wheel splash. There shall be sufficient wheel well clearance for snow chains. Front and rear mud flaps are required. E. Roof gutters shall be installed over the windows and doors. Gutters shall be designed so as not to spill water on driver's exterior mirrors and intermediate drain holes shall not drain water on windows and doors when open or closed. F. All components, subassemblies or partially completed assemblies that are subject to corrosion and/or absorption of moisture shall not be stored in an environment subject to the influences of moisture, wind, etc. without being protected against such environmental influences. G. Two rear tow hooks shall be provided, accessible under rear bumper. The towing devices shall be adequate in design and construction to permit towing the vehicle without distortion or failure. Documentation certifying compliance with FMVSS 220 shall be submitted with proposal. Miscellaneous Body Requirements A. Resonance: Vehicle body shall be constructed in a manner that minimizes vibrations, rattles, and other body noises during normal use. B. License Plates: All brackets, bolts, nuts and miscellaneous fasteners for attaching front and rear license plates to the vehicles shall be provided by the successful Proposer. Front and rear license plates holders must be mounted/bracketed to safety bumper by vendor prior to delivery to local agency recipient. License plate holders for the rear are to be illuminated by LED lights. 9 LARGE CUTAWAY BUS 4/25/2014 C. Body is required to be water tested upon completion at the manufacturer location to ensure there are no water leaks of exterior seams, roof construction or overall structure. Testing shall be done with water nozzles appropriately placed to test the entire conversion. Minimum 20-psi water pressure for testing is required for a minimum of 10 minutes. A certification of the water test result shall be submitted with the delivery of each vehicle. Proposer Meets Section Specifications Yes Glaval exceeds the basic specification for caulk sealant and roof construction. Please see below and then the attached Vehicle Summary for more information.. No Noted Deviations (list all section deviations for consideration here): Continuation from above. Glaval will use Sikaflex Sealant for the exterior seams,this is the BEST available sealant for the Transit Industry. It out-performs the standard sealant when exposed to freezing temps and then extremely hot temperatures.This eliminates potential waters leaks,the need for resealing on a regular basis.This is crucial in your environment where water leaks,can turn into ice during freezing,causing expansion in body panels,frames,etc. Roof Construction Glaval is the only cutaway bus builder that uses a special jig to make certain that the roof radius are perfectly formed.Once bonded,the interior of the roof is then sprayed with foam insulation providing additional rigidity,an insulation R-Value greater than R10 and then maintains the radius on the roof edges.They also usel 1/2"x 1 1/2"square tubing for the steel cage rather than 1"x 1"square tubing(common for most all other manufacturers). Water Test-Exceeds requirement,Glaval uses 158 water nozzles,spraying at 30 psi for 15 minutes. Section 5. BODY AND ROOF OPTIONS: Requirements: Body Option 1. Undercoating The entire underside of the body including floor members, side panels below floor level (if metal), fender wells shall), all be undercoated, at the time of manufacture, with a nonflammable resin type polyolefin undercoating for bus applications. All openings in the floorboards and firewall shall be sealed. Care shall be taken to prevent overspray of electrical cabling, air, brake and fuel hoses. Option 2. Low Floor Body **Areas where a low floor body configuration impacts the standard specifications may be waived for this contract. This includes such things as: gross vehicle weight rating, mobility lift requirements, and other items directly affected by the body modification. The proposer may be required to substantiate the reasons for downgrading base requirements. General: 1. The bus shall be of the Low Floor type with air suspension both front and rear. 2. The bus shall have a standard power ramp to facilitate entry by passengers including those in a wheelchair. 3. The bus shall have a kneeling feature to lower the bus an additional 3" when the passenger door is opened. (3" Kneel from Ride Height, 10.25" 10.5" from ground, 4.25" to Curb). 10 LARGE CUTAWAY BUS 4/25/2014 4. The bus shall meet all requirements of the Americans With Disabilities Act even though the specific items may not be listed in detail in this specification. 5. Gross Vehicle Capacity - Minimum 12,300 lbs. 6. Vehicle Height - Maximum 110" 115", antennas or Roof mounted A/C not included. 7. Interior Height - 76" minimum. 8. Exterior width excluding wheel wells and bumpers - 96" -maximum minimum. Entrance Door/Ramp: 9. The entrance door shall be swing out type electrically operated, minimum 41" wide, with a 3-9=' 38.5" wide clear opening with no obstructions for the passengers. 10.Clear entry door dimensions shall be minimum 3-9=' 38.5" wide by 75" high without entrance grab handles. With grab handles, door dimensions shall be 3�'=35.5" wide by 75" high. 11.Entry door to include weatherproof exterior toggle switch. Exterior entry door switch is to be active only with ignition power on. Location of the switch to be determined by purchasing agency. 12.Entry door emergency release shall be easily accessible and clearly identified. 13.Steps are not allowed; all passengers shall enter by way of a passenger door. 14.The ramp shall be a power ramp that is designed to allow wheelchair passengers to enter the bus unassisted once the ramp is deployed. 15.Notching of the OEM chassis frame for the purpose of accommodating a wheelchair ramp shall not be permitted. Suspension: 16.All chassis' will be equipped with an air spring suspension including engine mounted air compressor (5 CFM @100 PSI & 1750 RPM). Wheel cut of 45 degrees minimum. 17.Constant ride height control with minimum three electronic height sensors. Section 6. INSULATION A. Equivalent to 3.81-cm (11/2") fiberglass, type of insulation and method to be defined by vendor, shall be installed in the roof, rear wall, front and rear caps, sidewalls, and extended door sections including lift doors, minimum value R7 or above. If additional insulation is necessary to meet the requirement, the insulation shall be glued to the chassis body to prevent sagging. The insulating material of the body and sidewalls shall be of sufficient thickness to contact the inner and outer walls, insuring positive vapor barrier (equivalent to 38.1-mm / 1 1/2 inches) of fiberglass. Any insulation material used between the inner and outer 11 LARGE CUTAWAY BUS 4/25/2014 panels shall be sealed or self-sealing to minimize entry and/or retention of moisture. Insulation properties shall be unimpaired during the service life of the bus. Any insulation material used inside the engine compartment shall not absorb or retain oils or water and shall be designed to prevent casual damage that may occur during maintenance operations. Insulation shall be fire resistant and comply with all fcdcral rcquircmcnts and shall pass - _ - -- --.-_ . - _ - • _ • - _ - • _. _ . . " . - '. - - . FM V S S 302. The combination of inner and outer panels on the sides, roof, wheelwells and ends of the bus, and any material used between these panels shall provide a thermal insulation sufficient to meet the interior temperature requirements of these specifications. The bus body shall be thoroughly sealed so that the operator or passengers cannot feel drafts during normal operations with the passenger doors closed. Proposer Meets Section Specifications Yes Glaval exceeds the required specifications. Please see below and the Bus Technical Summary. No Noted Deviations (list all section deviations for consideration here): Glaval exceeds the base requirements. As a standard for all buses all tubing and sheet metal is galvanized. The cage steel tubing and sheet metal is coated with 4 layers on the inside(for tubing)and out(sheet metal both sides)with:zinc base organic coating,99.99 zinc coating, conversion coating and then organic clear coating. This prohibits all rust and corrosion. Sidewall construction-Glaval uses a vacuum laminated process which is the most superior process in the industry,the inside or sidewalls and rear walls are filled with solid dense foam panels versus corrugated cardboard. This process provides an insulation R-Value greater than R9. Section 7. GAS ENGINE - TRANSMISSION The following chassis requirements are based upon the Buyer's current requirements. Any chassis with a proven service history is acceptable to the Buyer. Alternate configurations shall be evaluated. Any request for deviations to this section shall be fully supported with technical data, test results and any other pertinent information available, as evidence that the requested deviation meets or exceeds the Specification Requirements. A. Gas Engine: 1. Vehicle to be equipped with largest OEM available gas engine for chassis offered. 2. Electronic fuel ejection (EFI) fuel management system. 3. A chassis manufacturer's auxiliary engine oil cooler shall be provided (If available from the chassis manufacturer). Aftermarket oil cooler shall not be accepted. 12 LARGE CUTAWAY BUS 4/25/2014 4. The coolant recovery kit shall be OEM (Original Equipment Manufacture) standard or other model with consortium approval and be filled with permanent ethylene glycol base antifreeze to protect the cooling system to -34°F. 5. Factory engine block heater. Plug mounted to bumper or body for block heater. 6. Replaceable pleated, paper element type, air cleaner. 7. Magnetic hex head drain plug on the oil pan. 8. Replaceable full-flow type oil filter easily reached without removal of any major component. 9. An Intermotive Advanced Fast Idle System (AFIS): Gateway, or approved equal, electronic throttle control shall be installed with the following minimum features: a. Elevated idle will not occur unless, parking brake is engaged, transmission is in PARK, service brake is off, foot is off accelerator and brake lights are connected and functional. b. A manual engine RPM control is incorporated into the system. c. An automatic idle adjustment feature is incorporated into the system. d. Idle will return to normal if brake pedal is pressed, or the parking brake is released, or the transmission is taken out of PARK, or the fast idle device is turned off. 10.An Intermotive Intelligent Lift Interlock System (ILIS) or approved equal compliant with ADA Title 49 and FMVSS 403. B. Transmission 1. Automatic transmission with overdrive, latest model available. Specify speed. 2. A chassis manufacturer's heavy-duty auxiliary transmission oil cooler shall be provided if it is available from the chassis manufacturer. Aftermarket oil cooler shall not be accepted. 3. Oil pan with magnetic drain plug and re-usable gasket if it is available from the chassis manufacturer. Aftermarket oil pan shall not be accepted. 4. The vehicle shall be equipped with an audible warning device in compliance with SAEJ994b that is activated when the vehicle transmission is engaged in reverse and continues as the vehicle is being backed up. This should be located behind the rear axle of the vehicle and all wires should be enclosed and secured. The dBA sound measurement shall be a minimum 87 dBA +/-3 dBA. The dBA sound measurement shall be measured from 3 feet above the ground and 2 feet behind rear bumper at the streetside rear corner of the vehicle. C. Power Steering 1. Power steering is required. 2. Chassis manufacturer's tilt and energy-absorbing steering column and steering wheel. 13 LARGE CUTAWAY BUS 4/25/2014 3. Steering shall incorporate an OEM factory installed tilt wheel feature. 4. OEM factory installed cruise control. D. Emissions 1. The vehicle shall be equipped with a heavy duty, corrosion resistant exhaust system which meets or exceeds FMVSS and EPA noise level and exhaust emission (smoke and noxious gas) requirements, including all State of Colorado requirements, whichever requirements are more stringent. 2. Heavy duty exhaust hangers shall be standard equipment and shall be bolted to the frame. All hanger U-bolt thread orientation must be directed sideways. All exhaust system modifications shall use the exact type, size and gauge material as the OEM exhaust system. The use of flex pipe for exhaust modification will not be permitted. At a minimum, there should be three (3) tailpipe hangers. There should be enough tailpipe hangers to adequately support the entire exhaust system. 3. The exhaust pipe discharge shall be at the rear street side corner of the vehicle (behind the rear axle) not to interfere with the lift operation, depending on lift configuration. Exhaust pipe is to be routed perpendicular to frame rails, 12 inches behind fuel tank with a 90 degree bend from the OEM exhaust pipe, attached to both frame rails Exhaust pipe should exit at least 12" behind the fuel tank. Location and mounting of exhaust should be such that the exhaust pipe is not damaged during normal vehicle operation. E. Fuel Types and Fuel Tank Fuel tanks shall have the maximum capacity as offered by the manufacturer. The chassis OEM fuel system shall not be modified. Any fuel tank breached during modification shall be removed and replaced with a new fuel tank. Repair of the breached tank by any means will not be acceptable. Access to the fuel tank from vehicle exterior must consist of a locked, enclosed area via a metal locking fuel door, exposed fuel tank caps are not acceptable. The fuel tank must contain a full tank of fuel upon delivery to the final destination. F. Electrical The vehicle is to be equipped with an OEM or approved equal 225 extra heavy-duty amp alternator with an integral voltage regulator and easily accessible for maintenance and repair. Duel alternator systems will be allowed but must identified in the proposal for consideration. Proposer Meets Section Specifications Yes 14 LARGE CUTAWAY BUS 4/25/2014 No We need to take a deviation for the buses equipped with diesel chassis. Noted Deviations (list all section deviations for consideration here): Section F. Class E, F, G utilize the Ford F550 Chassis. The chassis that have the gasoline engine we can provide the larger single alternator. The chassis that are ordered with the diesel engine, come equipped from Ford with dual alternators with an output totaling 357 amps. We believe the Ford OEM dual alternator configuration will provide the most reliable charging system for you. Section 7. ENGINE-TRANSMISSION OPTIONS 7A. Engine. 10-11. Option 1. Combined High Idle/Lift Interlock In lieu of separate AFIS and ILIS systems, pricing for a combined high idle and lift interlock with electrical load control, Intermotive HighLock or approved equal, shall be provided. 7E. Alternative Fuel Types and Fuel Tank Vendor will provide pricing for the following alternative fuel options. **Areas where the alternate fuel system impacts the standard specifications for gasoline fueled vehicles may be waived for this contract. This include such things as: gross vehicle weight rating, payload, engine displacement, emission rating, cargo volume and other items directly affected ted by the fuel system modifications. The proposer may be required to substantiate the reasons for downgrading base requirements. Option 1. Diesel Engine: 1. All diesel engines must be highest output diesel,engine available for chassis offered, turbo-charged, per OEM specifications. 2. Fuel line water separator. Emissions: 1. Vendors are required to meet all current Diesel Emissions EPA Requirements and technology should be modified per any federal change in the law during the course of the procurement and/or contract period. This must include all Diesel Exhaust Fluid (DEF) provisions and storage requirements. Fuel Tank: 1. DEF tank fill shall be incorporated within the diesel fuel fill door. 15 LARGE CUTAWAY BUS 4/25/2014 Proposer Meets Section Specifications Yes We meet all of the requirements No Noted Deviations (list all section deviations for consideration here): Option 2: Compressed Natural Gas (CNG) Dedicated Fuel System General: The vehicle must meet all federal and state EPA regulations. The vehicle must be EPA Certified - certification required with proposal. Engine and Fuel Capacity: The Engine shall be a four cycle engine or approved equal, minimum 5.4 liters, V-8 Cylinder configuration (depending on vehicle size), with CNG fuel capability with hardened valve seat package for operating on CNG fuel. A minimum of 30 Gasoline Gallon Equivalent (GGE) capacity shall be stated in Square Cubic Feet (SCF) @ 3600 PSI. GGE Capacity shall be calculated at 122 SCF per 1 GGE. Cylinders shall be installed between the frame rails on the chassis. The maximum number of storage cylinders to provide the largest GGE capacity per wheelbase and vehicle size should be provided in the option pricing structure. GGE and number of cylinders must be defined in the proposal documents with each vehicle size proposal. Cylinders: The cylinders shall be Type III aluminum and carbon fiber construction with electric solenoid valves, twenty (20) year life that complies with NGV2-2007 and FMVSS 304. Type IV tanks will be considered if installed within the frame rails of the vehicle and price is competitive. All cylinders shall be equipped with manual cylinder shut off valves, requiring no tools. All cylinders shall be equipped with electronic cylinder shut off valves interfaced to the vehicle fuel module allowing full integration of manufacturer's original equipment safety features. All cylinder valves shall have an excess flow device. All cylinders are to be equipped with a pressure relief device (PRD) to automatically relieve pressure from the cylinder in the even of an emergency situation, and vent to the 16 LARGE CUTAWAY BUS 4/25/2014 top/rear of the vehicle. The CNG cylinders shall have a production date of no more than 24 months from date the bus is delivered. All mounting hardware (fasteners) shall be Grade 8 material and installed in a manner that is compliant with applicable sections in the specification. Conversion shall include dust and gravel shields to protect tanks and valves. All shielding must be made of 16 Gauge steel. Shields must have anti-rust protection in the form of powder coating at minimum or stainless steel. Shielding must be constructed in a manner as to provide proper drainage of water that may cause structural damage. Shields must be bolted to brackets for ease of removal and proper re-installation. Shields are to cover bottom, front, back, and sides of exposed tank (cylinder) areas for maximum protection from elements. Gravel shields must also be equipped with protective heat material in order to protect the tanks (cylinders) from excessive heat. Fittings, Hoses, Tubing, and Fuel Lines: All fittings and hoses are to be stainless steel or flex tubing approved for use with CNG at 3600 psi. Gas flow tubing from the fueling connection to the cylinders is to be a minimum of 3/4-in outside diameter to minimize pressure drop and fill time. Connections to individual cylinders may be 3/8-in or 1/2-in outside diameter tubing. All lines are to be supported with split block high pressure retaining devices and or rubber insulated line clamps approved for use with CNG at 3600 psi. All fuel lines must be p-clamped every 24 inches to a solid structure. Fuel lines passing through a panel shall be protected by grommets or similar devices in order to prevent abrasion. Placement/routing of wiring and hydraulic lines, particularly in the engine compartment, should be placed/routed in a manner that minimizes the possibility that the lines or wires be compromised by the high heat in the engine compartment. Additional Requirements: NGV1 3600 psi rated fuel receptacle with an internal check valve. Vehicle should have both the OPW 5,000 high flow defueling nozzle and NGV1 light-duty vehicle connectors. Two exterior pressure gauges, one mounted externally at the fuel fill receptacle and a second mounted at the undercarriage by the manual fuel shut-off valve. Fuel fill and pressure gauge, and manual shut off are to be enclosed in a sealed weather- resistant compartment. Locking, spring loaded fuel access door. Lockout switch for fuel access door to prevent starting with fuel door open. High-pressure and low-pressure coalescing filters must be rated for at least twice the maximum flow rate at the minimum expected gas pressure. Filters must be equipped with a manual drain valve that is easily accessible and robust enough to facilitate frequent drainage. 17 LARGE CUTAWAY BUS 4/25/2014 Fire Protection / Extinguishing System: Proposer to include a Kidde Aerospace & Defense (KAD) or approved equal Automatic Fire Sensing and Suppression System (AFSS) complete with linear thermal fire detector(s), control panel, manual activation switch, and fire extinguishing system. At minimum, the AFSS shall provide protection of the engine compartment and battery compartment. The completed AFSS shall be tested and certified by the manufacturer. The test shall determine that the system has been properly installed and will function as intended; a Certification Report from KAD shall be provided indicating such at time of delivery. KAD shall also provide all necessary training and manuals (maintenance and parts) for buyer, to ensure working knowledge of the system. Leak Detection System: Proposer to include a Kidde Dual Spectrum or approved equal Combustible Gas Leak Detection System to monitor the engine compartment, fuel storage area(s) and fuel fill area and shall automatically activate audible and visual alarms in the operator's area for two levels, trace and significant of the lower explosive limit (LEL) of natural gas (methane). The system shall be compatible with the control panel for the AFSS and shall not require separate interfaces or control panels. Final installation design of the Gas Detection system shall be subject to the AFSS manufacturer. The completed Gas Detection system shall be tested and certified by the manufacturer. The test shall determine that the system has been properly installed and will function as intended; a Certification Report from the manufacturer shall be provided indicating such. The AFSS manufacturer shall provide to the buyer all necessary equipment, training and manuals to ensure complete working knowledge of the system. Proposer Meets Section Specifications Yes We will meet these requirements. No Noted Deviations (list all section deviations for consideration here): Option 3: Liquefied Petroleum Gas (LPG) Propane Dedicated Fuel System General: The vehicle must meet all federal and state EPA regulations. The vehicle must be EPA Certified - certification required with proposal. The system shall meet all DOT and 18 LARGE CUTAWAY BUS 4/25/2014 FMVSS requirements. All tanks and other components shall be certified where required. System certification shall be provided with proposal. The cutaway van fueled by propane shall be installed by an authorized Ship-Thru facility. Engine and Fuel System Requirements: The engine shall be fueled to operate on liquefied petroleum gas. The engine, fuel system, and all related components shall meet all applicable requirements. Conversion system shall incorporate an adaptive learn system which automatically compensates for variations in fuel composition, altitude, and temperature. Fuel system shall be computer controlled through OEM interface or using an auxiliary system. Fuel delivery shall be accomplished through computerized fuel injection. Throttle-body air/ fuel controller, single exhaust system. Minimum 40 Gallon Fuel Tank Capacity. The tank shall meet ASME certification standards. Electronic Fuel level sensor. LPG fill valve to be located at the side fuel door. A manual shut-off valve to isolate the fuel tank from the rest of the LPG system must be provided and labeled as required by state and federal laws. An in-line disposable fuel filter shall be provided featuring welded stainless steel, high strength construction and integral fittings, 3/8" SAE 45 degree flare. A vaporizer shall be provided equipped with a two-stage hi-flow regulator that provides the system with fuel at a consistent operating pressure and temperature. The vaporizer shall feature a high-efficiency heat exchanger, balanced output pressure regulation, and an integral pressure relief valve. The installation of the LPG fuel system and the operation of the vehicle after conversion shall be in accordance with the following: Installation - The installed conversion system is to present a neat, OEM quality appearance and shall be free of all defects affecting appearance, useful life, or serviceability. The installed systems must not interfere with routine maintenance tasks such as tune ups, checking of fluid levels, the replacement of spark plugs, distributor caps and rotors, or drive belts nor render inoperative the functions of the air filter, air connection, or any component of the emission control system of the vehicle unless approved under EPA guidelines. All electrical wiring is to be insulated and enclosed in a fibrous loom, plastic loom, or flexible conduit for protection from external damage and short circuits. Wiring is to be securely fastened at sufficient intervals to prevent sagging and ensure clearance of mechanical parts. Routing of the wiring through the sub-frame, body, etc., shall not interfere with normal operation or present a safety hazard. Rubber/plastic grommets are be used wherever wires, harness or fuel lines pass through metal. Workmanship shall be comparable to that of the vehicle OEM. The systems shall be installed to conform to the system manufacturer's instructions and recommendations. Connections - All hose connectors and fittings shall be compatible. All electrical connections to the vehicle OEM wiring shall be accomplished with stainless steel, brass or copper connectors or soldered. Aluminum 19 LARGE CUTAWAY BUS 4/25/2014 connectors are not acceptable. Interconnecting wires shall be uniquely color coded and identified in the alternative fuel system electrical schematic. OEM Air Canister - Whenever the OEM air canister is removed and replaced, a fully enclosed all metal air canister shall be provided. The use of silicon sealer to provide air tightness on an air canister/air filter assembly is prohibited. Modifications to OEM air canister/air filter assemblies shall be restricted to minor modifications required in the conversion system manufacturer's installation instructions. Engine Electronics - All electronics are required to properly interface with the original vehicle electronics to meet vehicle performance and emission objectives. The vehicle OEM engine management computer and its permanent control memory shall not be modified, removed, replaced or otherwise altered. The computer and electronic systems must be of closed loop design with adaptive learn capabilities and self-adjusting strategies built into the system allowing for the optimization of the ignition system's timing curve for LPG. The learning algorithms must enable the unit to learn its power and idle points automatically. The mixer must be fixed venturi type with no moving parts. On-Board OEM diagnostics are not to be adversely affected or over-ridden by the conversion system. Electrical Wiring is to be color coded to match the vehicle manufacturer's electrical wiring color scheme. Proposer Meets Section Specifications Yes We will meet these requirements. No Noted Deviations (list all section deviations for consideration here): Section 8. FINAL DRIVE A. A differential ratio, appropriate for maintaining legal highway speeds without excessive strain on the engine and transmission, yet capable of providing adequate, safe acceleration from a stop, shall be provided. A rear differential ratio should also be provided for lower gear in mountainous terrain (4:10). B. The drive shaft, bearing and U-joint shall be the OEM's standard for the GVWR specified. One or more protective metal guards for the drive shaft are required to prevent any section of the shaft from entering the vehicle or striking the ground in case of failure, in accordance with 49 CFR Part 393.89. Guards shall be 3/16-inch thickness steel (minimum) bolted to the frame. 20 LARGE CUTAWAY BUS 4/25/2014 Proposer Meets Section Specifications Yes All requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 8 Final Drive- Sub A- We will offer all of the final gear ratios available from Ford for the F550 chassis. Section 9. SUSPENSION SYSTEM A. Front axle shall be manufacturer's standard. It must be load rated for the GVWR of the size bus involved. B. Coil Springs shall be provided in the front. Springs shall be progressive to give an acceptable ride under various load conditions. C. Front shock absorbers shall be heavy-duty double acting gas filled, and load rated, capable of controlling the ride when the vehicle is empty, as well as when loaded to the GVWR. Highest rating available from OEM. D. The rear suspension system must include OEM Load Leveling Suspension (SER) to maintain a level position once loaded to full capacity without affecting the ride quality. Front and rear stabilizer bar shall be provided, if available from the original chassis manufacturer. E. Frame Height should be equal on both sides of the vehicle, requiring additional springs to compensate for lift weight, regardless of lift position. Proposer Meets Section Specifications Yes No Please note that neither Ford nor GM offer a load leveling suspension for the cutaway chassis. Noted Deviations (list all section deviations for consideration here): Section D-Neither Ford nor GM offer an OEM air system with load leveling suspension for their cutaway chassis. However, Glaval will offer their air system, equipped with load leveling sensors to met the required specifications. 21 LARGE CUTAWAY BUS 4/25/2014 Section 9. SUSPENSION SYSTEM OPTIONS 9D. Rear Suspension Option 1. Suspension System Provide pricing for MOR/ryde RL Suspension System. Option 2. Non-slip Axle Rear axle that performs better in slick road conditions to allow that when one rear wheel is slipping the other wheel(s) will engage. Section 10. TIRES AND WHEELS A. Tire Requirements: 1. Vehicles shall be equipped with seven (6 + 1 spare) premium tubeless, steel belted, black sidewall, all-weather radial tires, the largest size available from the OEM for GVWR specified. 2. All tires shall be electronically spin balanced to a minimum speed of 65 MPH. 3. The inside dual tires mounted on the rear axle shall have air valve extensions. 4. One appropriate size jack will be provided with the spare tire in the vehicle. B. Wheel Requirements: 1. Vehicles shall be equipped with the heaviest duty 16 inch (minimum), 1 piece ventilated steel wheels recommended for the GVWR and tires specified. All wheels shall be interchangeable. 2. One (1) spare wheel, matching the wheels on the bus with an identical tire shall be supplied per bus. 3. The chassis manufacturer's lug nut indicators if available from the chassis manufacturer shall be installed on all wheels. Proposer Meets Section Specifications Yes All requirements will be met No Noted Deviations (list all section deviations for consideration here): 22 LARGE CUTAWAY BUS 4/25/2014 Section 10. TIRES AND WHEELS OPTIONS 10A. Tires Option 1. Mud and Snow Tires Mud and snow tires other than OEM, Kumho Road Venture at KL78 or approved equal. Please provide cost for four (4) rear tires plus one (1) spare tire, total of five (5) tires. Option 2. Spare Tire Carrier Non OEM spare tire carrier to include costs for mounting under rear of bus and routing tailpipe to accommodate specifications and tire carrier. Specify wheelbases that cannot accommodate such item. Section 11. BRAKES A. Services brakes shall be hydraulic self-adjusting power front and rear discs with an anti-lock ABS system. Traction control required on gas and alternative fuel engines. The braking system shall comply with FMVSS 105 and FMVSS 106. B. The braking system shall be heavy duty and the largest offered by the manufacturer for the GVWR specified. C. Brakes shall conform to all Federal and Colorado Motor Vehicle Safety Standards. D. Parking brake shall be standard manufacturer's mechanical type, independent of the vehicle's service brake system. It may be a heavy-duty hand or foot-operated parking brake with a warning light on the dashboard. 1. If four-wheel disc brakes are supplied, specify the type and the location of the parking brake. The parking brake shall be factory installed in the rear breaking system and not lock on the driveline. E. The brakes shall be free of objectionable noise or squeal when applied. Proposer Meets Section Specifications Yes All requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 12. ELECTRICAL SYSTEM, A. The vehicle shall be supplied with an alternator-powered 12-volt electrical system. 23 LARGE CUTAWAY BUS 4/25/2014 B. Battery 1.Two (2) heavy-duty 12 volt batteries, with a combined 1150 CCA minimum for gas engines and a combined 1400 CCA minimum for diesel engines. The batteries shall be lead acid premium construction and maintenance free. The positive (+) and negative (-) terminals shall be of different size on the same battery to prevent incorrect cable installation. All battery terminals shall be coated with an anti- corrosion and sealant protector. 2. Both batteries shall be located in a lockable box mounted on the curbside of the bus unless the Chassis manufacturer requires otherwise. This battery box shall include a slide out tray that securely locks in the stowed position. The slide out tray shall be made of stainless steel. Box location should be no lower than the bottom of the entry door. 3. The battery tray slides shall have the ability to carry twice the weight of the bus batteries. The battery tray shall have adequate drain holes (a minimum of two). The battery box shall also be equipped with two drain holes preferably adjacent to the two battery tray drain holes when the tray is in the stowed position. The tray shall have the ability to extend a minimum of 3 inches beyond the opening of the battery compartment. Drain holes to be closely aligned when the battery tray is in the stowed position. Battery hold-downs should be properly sized and prevent the battery from shifting or moving in the battery tray which may require shift blocks made of an insulated material to prevent corrosion. All battery securement devices and securement hardware, including slides and tray shall be stainless steel and be self-locking or tension retaining hardware. Battery box must be designed with full support under the tray. Battery trays that are built without structural support underneath will not be accepted. 4. G e Two thumb-release latches and one locking latch that will rotate 180 degrees from the closed position shall secure the battery compartment door. A chrome retractable latch shall hold the door in the open position. A diagram showing the configuration of the battery cable installation shall be installed to the inside of the battery compartment. Cables shall be long enough to allow specified pull out extension and shall be protected and flexible enough to fold away when stowed without shorting or damaging the cables. Battery cables installed in place of chassis manufacturer's battery cables must be a heavy duty, continuous run and sized to match the electrical systems maximum draw. 5. Access to the battery tray shall be from outside the bus. The access door to the battery box shall swing up at a minimum 60 degrees to the horizontal plain. With the compartment door lock not in the locked position the door shall remain in the closed position when the bus is traveling at any safe speed or making any safe type of turning maneuver. The battery box shall be sealed to prevent road debris, dust, rain, snow or other forms of precipitation from entering the box, but shall not be air tight for safety reasons. C. All controls and instrumentation necessary for safely operating the vehicle shall be located within easy reach of a fifth (5th) percentile female through to a ninety-fifth (95th) percentile male driver seated in the driver's seat with the driver's seat belt fastened. 24 LARGE CUTAWAY BUS 4/25/2014 D. Wiring 1. Original manufacturer's vehicle wiring shall remain unchanged to the greatest extent practicable consistent with the requirements of these specifications. All add-on electrical components controlling the power to the bus body electrical circuits shall be located in a separate electrical junction box. The junction box shall be easily accessible through a hinged lockable door. The junction box shall be suitably sized to allow for ease of maintenance, repair and ten (10) percent additional space for the installation of future electrical components. The junction box shall be located within accessible reach of the driver. All body harnesses shall join on a terminal strip made of a high strength dielectric material. All circuits shall be protected by manual reset circuit breakers, in lieu of fuses. Circuit breakers shall be numbered and sized to provide proper overload protection for each individual circuit. 2. Wiring and terminals shall meet or exceed current Federal and State vehicle requirements and be amply sized for both mechanical strength as well as to carry required currents without significant voltage drops. 3. All wiring, including chassis manufacturer's, shall be enclosed in non-metallic loom meeting current SAE Standard 3762a and be adequately supported by fully insulated "P" clamps with a minimum spacing of every 24 inches and routed for protection from heat, moisture, solvents, corrosion, road debris, abrasion and tension. Tie wrap shall be used minimally in the securement of electrical harnesses and wiring. 4. All non-OEM wiring connections greater than 10-gauge shall be properly crimped, soldered and sealed with heat shrink tubing. Crimping by hydraulic crimper or electrical crimper that fuses the connector and the wiring is acceptable in lieu of soldering. Contractor to supply sample of crimped connector greater than 10-gauge. 5. The bend radii of all installed electrical wires and cables shall not exceed the manufacturer's recommended minimum bend radii. 6. All parts of the wiring system and electrical components shall be protected from corrosion. All connectors installed on the underside of the vehicle and/or exposed to any outside element and/or have a 20 amp and high circuit breaker within its electrical circuit shall be double insulated. 7. There shall be no exposed or loose wiring in the driver or passenger compartment. Any bus body wiring harnesses containing exposed excess lengths shall have the excess length neatly gathered and secured to a rigid bus body or chassis frame member. 8. Wiring shall be of sufficient length to permit positioning, as well as replacement of terminals, twice, without excessive tension. 9. Protective grommets shall be provided at points where wiring penetrates metal or other material. 10. Three added grounds shall be installed on the vehicle; all shall be # 0 gauge cable. One ground shall be installed between the engine and the OEM frame. The second ground between the Cutaway Body frame and the OEM frame, and a third 25 LARGE CUTAWAY BUS 4/25/2014 between the lift pump housing and the side battery, grounds must be continuous, without splices. For all ground connections, paint or foreign material must be removed and a coating of dielectric material applied to the cleaned surface where each ground attaches. 11. All wires shall be color coded or numbered every 6 inches maximum to correspond with the wiring diagram for ease of service and identification. 12. A rooftop two way radio antenna cable raceway and mounting plate shall be provided and include an interior access panel directly below the mounting plate. Antenna mounting plate shall be securely grounded to the metal substructure of the bus body with a 12 gauge wire. The cable raceway shall be routed from the mounting plate to the forward destination sign cavity. A 10 gauge power and ground (positive and negative) wire shall be supplied from the electrical junction box defined in Section 12. ELECTRICAL SYSTEM - D - 1, routed to the forward destination sign cavity with four (4) feet of additional wire to facilitate radio installation in a suitable location as selected by local agency recipient. 13. All OEM functions originally energized through the ignition switch shall remain as installed at the chassis factory, the only bus body functions to be energized through the OEM ignition switch shall be the exterior lights required to meet FMVSS. All remaining bus body electrical functions shall be initially energized through the MASTER BATTERY CONTROL SWITCH, detailed in Section 12. ELECTRICAL SYSTEM - I. 14. Complete "as built" wiring schematics shall be provided with each vehicle, specifically matching the vehicle provided with all options included. General wiring diagrams will not be accepted. 15. Manufacturers will need to appropriately wire the bus for potential installment of fareboxes after delivery by the purchasing agency. E. Electrical components that may require servicing or replacement shall be readily accessible through access panels or covers. Installation of aftermarket electrical components and systems in the engine compartment shall be eliminated to the greatest extent possible. F. Maximum radio suppression available from chassis manufacturer shall be provided. G. A driver control console, within easy reach of driver and with unobstructed switches and controls shall be provided. The driver control console shall be of quality construction with sturdy framework, attached with nut and bolt fasteners (no self-tapping screws), and an access panel held in place by stainless steel machine screws. Overhead position is not acceptable. The driver console design and installation shall take into consideration radio and tablet equipment to allow clear and easy access to this equipment, console switches and controls. Console position shall allow easy and safe access by the driver in the driving position during service operation without taking his/her eye of the road. If attached to the OEM motor cover, then particular attention should be made for unit to be attached straight and flush to OEM console with plug in wire connectors to allow for removal and service. H. An in-line circuit breaker, with manual reset, of adequate capacity for circuit to 26 LARGE CUTAWAY BUS 4/25/2014 mobility lift shall be provided in a location in accordance with the lift manufacturer's recommendations. The circuit breaker shall not be located in the chassis engine compartment. The power wire to the lift shall be securely "P" clamped and protected. I. A master battery control switch shall be provided that shuts off all bus body electrical power. The switch shall be located in a separate compartment within or adjacent to the battery box. The housing and location of the master battery switch shall prevent corrosion from fumes and battery acid. The location of the master battery switch shall be clearly identified on the access panel and be accessible in less than 10 seconds. The master battery switch shall be capable of carrying and interrupting the total circuit load. Opening the master switch with the power plant operating shall not damage any component of the electrical system. Switch location to be determined individually for each bus purchase by the purchasing agency. Locations to be chosen include in the stepwell, under the driver's seat, between the driver's seat mount and the driver door, on in the driver's dash area. J. Interior OEM Engine Cover: Attaching any additional wiring to the interior engine cover shall not be allowed. K. Additional 12 volt accessory power: Provide two (2) switched, circuit breaker protected 10 gauge power and ground wires from the junction box defined in Section 12. ELECTRICAL SYSTEM - D - 1 to the interior panel directly behind the drivers stanchion, 6 inches below the ceiling, terminated in a covered automotive junction box for additional interior power needs. Proposer Meets Section Specifications Yes All requirements will be met. Please see comment below No Noted Deviations (list all section deviations for consideration here): We will meet this requirement but would ask that the following be considered. It is my recommendation to us a fuse block located at the battery for the lift's main battery cable. This prevents a simple circuit breaker reset in the field when the circuit breaker tripped for a reason and should be properly addressed by a technician. Simply resetting a circuit breaker for a possible intermittent shorted battery cable may lead to a fire. Section 12. ELECTRICAL SYSTEM OPTIONS B2. Battery Option 1. Alternate Battery Location Proposers should provide option pricing and vehicle configuration requirements to have one battery located in the tray outside the bus and the other to remain in the OEM engine compartment. The auxiliary battery will charge from the engine alternator. D13. Wiring and I. Master Control Battery Switch Option 1. Ignition Switch Controls 27 LARGE CUTAWAY BUS 4/25/2014 Proposers should provide option pricing to route all electrical bus body functions and master battery control through the ignition switch and not include a separate master control battery switch. Section 13. INTERIOR CLIMATE CONTROL All climate control system controls shall be located within easy reach of operator and shall be located on a control panel. A. Heating/Air Conditioning/Defrosting Requirements: 1. Chassis manufacturer's in-dash deluxe heater and defroster, maximum BTU rating available, shall be provided. 2. All vehicles require an integral front air conditioner OEM chassis manufacturer rated at 22,000 BTU minimum as installed with factory dual compressor. 3. Auxiliary rear air conditioner capable of producing 66,000 BTU with 66-5 1665 CFM diffused air flow equal. 4. Cooling shall be specified in BTU at 100°F, ambient temperature. 5. The condenser for the air conditioner shall be mounted in the body skirt and shall have a minimum of three .25-m (10") fans cooling the condenser with automatic reset. 6. The evaporator shall be mounted at the wall ceiling junction at the rear of the bus and shall not reduce the headroom to less than 1.52-m (59") and not extend outward from the rear wall more than .6096-m (24") into the passenger compartment area. 7. Evaporator drain shall run downhill from evaporator housing. Elbow, or turn down, shall be a minimum of 1 inch below the outlet on the housing. Drains must be installed to prevent puddles of water from being retained in the system. 8. The refrigerant lines to the evaporator must be adequately supported between the wall of the bus and the evaporator. 9. All refrigeration, heater and drain lines that enter the passenger compartment shall be encased in a rigid material, fiberglass, aluminum etc. that harmonizes with the interior to prevent injury to passengers in the event of line eruption. 10. The air conditioning system shall use environmentally friendly refrigerant R134A or approved equal. The entire air conditioning system, including add-ons, shall utilize the same type of refrigerant supplied by the chassis manufacturer. 11. A label must be placed in the engine compartment-detailing manufacturer's name, refrigerant type and quantity, compressor oil type and quantity. 12. The evaporator and condenser must be matched to the compressor as per manufacturer's recommended installation instructions. 28 LARGE CUTAWAY BUS 4/25/2014 13. Refrigerant hoses shall be SAE32064, double braided Barrier type Goodyear, Aeroquip or approved equal and shall be completely enclosed in loom over the entire length to prevent chaffing. The refrigerant hoses shall be supported at a minimum of every 24 inches with fully insulated "P" clamps. 14. Refrigerant fittings shall be ATCO, Aeroquip or approved equal. These fittings may be "0" ring type. In addition, a complete set of refrigerant fitting shall be supplied to recipient agency upon delivery of vehicle. A complete set constitutes enough fittings to replace the entire system. 15. Protective grommets shall be provided at points where refrigeration, heater and drain hoses penetrate metal or other materials. 16. All HVAC system hoses and wires that pass within 12 inches of exhaust system shall be shielded in a manner to prevent heat damage to them. All hoses must be a minimum of 6 inches away from the catalytic converter and 4 inches away from exhaust pipes and muffler. 17. Each vehicle shall have a front mounted integral high output heater and a rear output auxiliary heater mounted either to the floor or to the ceiling above the rear exit door. Rear heater location to be determined individually for each bus purchase by the local purchasing agency. The front heater and defroster shall be OEM chassis manufacturer. 18. The rear heater shall be equipped with an electric operated heater control valve to be activated by the heater on/off switch. The total output of the auxiliary heater system shall not be less than 65,000 BTU. 19. Based individual agency heater configuration choices, heater booster circulator pumps may be are required to force air up and assist in proper circulation of air to rear of the bus. Booster pumpers are to be activated by the heater on/off switch. If booster pumps are not required, vendor is to explain why. 20. All heater water coils will be heavy-duty copper or aluminum. Heavy duty quarter turn shut off valves shall be located in the supply and return lines to the heater. These valves shall be readily accessible. All controls will be located on the control panel. 21. Heaters are to be controlled by two individual three-position switches (off, low, and high). 22. All hoses, drains and wiring must be covered and adequately supported with plastic/rubber coated steel clamps secured at a minimum of two-foot intervals. All heater hoses are to be silicone, with clamps designed for use with silicone hoses. Combustion heaters are not acceptable. Shutoffs shall be on all hoses. 23. Heated ventilation shall be available to de-ice lower step well. This can be accomplished by providing an electrically heated pad located underneath the step rubber with a dash on/off switch. 24. Heater and associated hardware shall meet SAE-recommended standards and practices and shall meet the applicable criteria of 49 CFR 393.77. 29 LARGE CUTAWAY BUS 4/25/2014 B. Roof Hatch Vehicles shall be equipped with one (1) Transpec Model 1000, or approved equal, roof ventilation/escape hatch nominally centered in the vehicle roof. Roof ventilation/escape hatch features shall include five-position ventilation (minimum), rubber gasket to prevent leaks and emergency exit capability. Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 13. INTERIOR CLIMATE CONTROL OPTIONS A3 / A5 / A6. Heating/Air Conditioning/Defrosting Requirements Option 1. Air Conditioning Deletion Credit Proposer to provide pricing credits to delete the air conditioning requirements under A 3, 5, and 6. Option 2. Thermo King Roof Top HVAC Unit Proposer to provide pricing for center, roof mounted Thermo King HVAC system or approved equal. Pricing should be provided for the following units, which agencies will choose based on vehicle size and configuration. -Thermo King SLR 65 -Thermo King SLR 75 A18. Heater Control Valve Option 1. Vacuum Operated Heater Control Valve The proposer shall providing pricing to provide a vacuum operated heater control valve in lieu of electric. There shall be two (2) heater swing ball shutoff valves located exterior under the driver seating area. Section 14. INTERIOR TRIM A. Sidewall rear wall, and ceiling trim panels shall be melamine, ABS plastic, FRP, smooth fiberglass gel coat, vinyl, polypropylene fiber or an approved equal, applied in one or more sections. Trim molding of stainless steel, anodized aluminum, FRP or ABS plastic shall be used to cover seams. The trim molding shall be continuous except at the door openings, wheel well and fuel intake line covers and run the entire length of each seam covered. 30 LARGE CUTAWAY BUS 4/25/2014 B. Panels shall be supported to prevent, buckles, vibration, drumming or flexing and particular care shall be exercised to keep the body light fixtures from weaving or bouncing when the coach is in service. The ceiling panels shall be supported to prevent sagging. C. All interior panels, materials, and treatments shall be flame retardant in conformance with FMVSS 302 and treated to be easily cleaned. D. The interior of the driver's area shall be padded with 1/4-inch foam and covered with vinyl to aid in noise reduction. Other materials such as "recycled Green" may be used with agency approval. E. All ceiling and sidewall panels shall be scuff and scratch resistant. F. All sharp corners, edges and protruding hazardous surfaces shall be eliminated. G. There shall be no open seams between trim panels. H. All panels shall be the same color and coordinated with the interior colors of the vehicle. Proposer Meets Section Specifications Yes These requirements will be met. Please see comment below No Noted Deviations (list all section deviations for consideration here): Please note in the Option Pricing under Air Conditioning (TK) we list the full price of the AC system and did not apply the AC Delete credit Option 1 which you will receive if selecting option 2. Section 14. INTERIOR TRIM OPTIONS 14A. Interior Trim Option 1. Upholstered Interior Proposers are to provide pricing for upholstered sidewalls, ceiling and rear bulkhead. Section 15. PAINTING, DECALS, AND MONOGRAMS All signs required by state and federal law regarding safety and operating procedures shall be affixed to each vehicle exterior and interior. Interior and exterior signs may be decals. Manufacturer shall place two international symbols of accessibility, at least 15.24-cm (6") square, to be placed, by the manufacturer, on the vehicle in concurrence with ADA regulations. Decals must be 3M premium grade vinyl or equivalent. 31 LARGE CUTAWAY BUS 4/25/2014 Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 16. SEATING A. General 1. The Proposer shall provide detailed floor plan and seating drawings, which are to scale and meet passenger-seating, and loading requirements. Drawings, at a minimum, shall show the location and dimensions of all seating positions, drivers position, aisles, doors, modesty panels, stanchion, grab srails, tie down locations, and other passenger assists. In addition, all major body interior and exterior dimensions, along with gross vehicle weight axle loads and gross vehicle weight rated axle loads, must be shown. Vendors may provide more than one floor plan and seating drawing for the same configuration. Separate diagrams can be provided to show seat location, lift, tie downs, lighting and window placement. Proposed seating plans must be approved by each procuring agency prior to production, and must comply with standards established with the original seating proposals. This requirement does not preclude other optional seating requests as long as they meet all the requirements set forth in this specification, such as aisle width and hip to knee. 2. All seating, including driver, shall mcct or exceed the Federal Transit Administration rccommcndcd Firc Safety Practices for Transit Bus and Van Materials Selection. 2. All seating, including driver, shall comply with FMVSS 302. B. Passenger Seating All passenger seating shall be Freedman Featherweight Mid/Hi or approved equal and meet the following requirements. 1. Seats shall have full individual spring suspension for each passenger as well as contoured full lower back (lumbar) support. Passenger seat frame shall be constructed of steel and meet FMVSS 210. 2. Seat installation shall meet FMVSS 207 standards. 3. An energy absorbing padded grab handle shall be provided at the top of each aisle forward facing seat position and be as wide as practical, depending on 32 LARGE CUTAWAY BUS 4/25/2014 seating configuration. Perimeter seating floorplans with not have grab handles. The diameter of the grab handle shall be no less than 3.175-cm (11/4") and no greater than 3.8-cm (11/2"). 4. Seats shall be mounted on adjustable seat track mounting or approved equal. This mounting shall allow for repositioning of seats by loosening mounting bolts and sliding seat along a track to desired position. This type of seat mounting shall meet all applicable FMVSS requirements, specifically FMVSS 207. The trim shall be nominally flush with the floor covering to prevent a tripping hazard. A one-piece filler/cover shall be provided in tracking between fixed seat placements on the floor and wall tracks. Any order that deletes fixed seats will also automatically delete the floor track for that seat. Floor track will not be installed in any area not covered by a fixed seat. Track can extend 6 inches to the rear of the fixed seat area to allow for seat adjustment by end user to better accommodate their needs. 5. Pedestals shall be placed a minimum of 15.24-cm (6") from the seat edge to provide toe clearance. The pedestals shall be anchored to the floor of the bus with minimum Grade 5 bolts. 6. Seat Dimensions a. Seat width per person: 17.5 inches minimum b. Seat depth: 17 inches minimum c. Seat back: 21* inches minimum d. *25 inches minimum as measured from the top of the seat bottom to the top of the seat back. e. Seat back angle: 10 to 15 degrees f. Hip to knee room: 28 inches nominal (maximum available) g. Aisle width: 16* inches nominal (maximum available) h. * To be measured at seated passenger hip height. 7. Seat upholstering both back and bottom cushion, shall be vertical or combination vertical and horizontal quilting. In addition, front of bottom cushion shall be rolled. Foam shall be contoured, dense, transit grade polyurethane with a minimum thickness of one and half (1 1/2) inches. 8. All seats shall be covered with Freedman Level 3 fabric or approved equal. The seat color shall be coordinated with the interior vehicle color; the local agency ordering will have option to choose color within the guidelines of the material type. 9. Back of permanent ambulatory passenger seats to exclude rear seats against the back of the bus should be covered with a plastic protective cover. 10. All metal surfaces shall be chemically cleaned and coated with a corrosion preventative material to provide rugged, long lasting, rust resistant surface. 11. Seat covering and padding shall cover the seat frame and meet FMVSS 302, flammability of interior material. Cushions and seat covers shall be of the slip covering type, removable and replaceable without removing the entire seat. All seat cushions shall be interchangeable within the vehicle. 33 LARGE CUTAWAY BUS 4/25/2014 12. Each seat position shall be equipped with a passenger restraint system, which meets current FMVSS requirements, intended to hold passengers in a secure seated position during normal operations. Seat belts shall be anchored through the floor structure, independent of the seat, or bolted to the seat frame assembly (preferred). Each restraint belt and installation shall meet all applicable FMVSS standards including 208, 209 and 210. The installation of the seat belts shall have no twisting, binding or bunching of the seat belt web material. 13. All seat belts shall be the Freedman USR (Under Seat Retractor), or approved equal. Seat belts shall meet or exceed FMVSS 207/209 (seat belt assemblies, performance and strength) and FMVSS 210 (seat belt mounting certification.) The passenger seats, frames and seat belts should operate as a complete system. All two-point seat belts must be permanently mounted on the seat frame. Seat belts attached to the floor track or wall track are not acceptable. All seat belt retractors must be permanently located under or behind the seating position. All seat belts must be user friendly, easy to operate, lightweight, and durable with metal buckles. Two 24" belt extenders shall be provided with each vehicle. 14. Foldaway seats shall be Freedman model foldaway seat or approved equal. Actual seat types will be identified and priced by the vendor in the Passenger Seating Option price sheet section. Foldaway seats must meet or exceed all applicable Federal Motor Vehicle Safety Standards including FMVSS 207, 210, and 225 seat belt certification testing. Seat must be cantilevered and tested to support 500 lbs per passenger weight. Test documentation must be provided upon request. Folding seat will not use an aisle leg or tether for support. The foldaway seat operation shall require no more than two (2) steps to store or deploy. A cylinder shock must be provided to assist in the controlled storing or deployment of seat. Seat shall include a self-locking mechanism for security. The underneath area of the seat shall appear finished without exposed seat springs or seating material and include a seat instruction plate. Passenger seats frames and seat belts should perform as a complete system. Two point seat belts will be permanently mounted on the seat frame. Under seat belt, retractors will be permanently located under or behind the seating position. Seat belts shall meet or exceed FMVSS 209 and 210. The design of the flip seat shall complement the standard passenger seats and be from the same manufacturer or approved equal. Folding seats must be installed so that rubbing/chaffing does not occur during fold operation. Seat cover must not touch sidewall or structure during fold/unfold. Folding seats must be mounted to steel structure that is an integral part of the final stage builders under floor structure, minimum thickness 1/8 inch. Steel plating for seat securement must be designed into floor, added steel plating similar to large washers would not be accepted. All Seat mount bolts and wheelchair shoulder harness mount bolts that are not fastened to seat track will be mounted to the above required structural steel members. No fasteners will be allowed within 1-1/z inches of any flat steel components edge. This requirement does not apply to fasteners through box beam type of structure. C. Driver's Seating 1. A power deluxe driver's seat (OEM driver's seat preferred however approved equals 34 LARGE CUTAWAY BUS 4/25/2014 can be submitted if the item is FMVSS compliant) shall be provided with forward and rearward adjustment, right side armrest, lumbar support, reclining feature, and high back. The seat shall be upholstered in the fabric chosen by the purchasing agency consistent with in B. Passenger Seating; 8. and match the predominant color of the passenger seats, chosen by the transit agency ordering the vehicle. 2. Driver's shoulder seatbelt must be vertically adjustable. Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 16. SEATING OPTIONS 16A. General Option 1. Additional Mobility Aid Positions Proposers shall provide pricing for additional mobility aid positions with tie downs. Option 2. Single Seat Credit Proposers shall provide single ambulatory seat removal credit pricing to accommodate additional mobility aid positions. 16B. Passenger Seating Option 1. Ambulatory Seat Types Proposers will provide pricing for the following individual passenger seat types or approved equal: -Freedman CitiSeat -Freedman 3PT Seat -Freedman Go Seat B8. Passenger Seating Option 1. Seat Fabric Proposers will provide pricing for the following fabric seat types or approved equal: -Freedman Level 4 -Freedman Repel B12. Passenger Seating 35 LARGE CUTAWAY BUS 4/25/2014 Option 1. Passenger Restraint System Proposer to provide pricing credits to delete the passenger restraint system (seat belts) identified in item 12 as deemed necessary per seating configuration and federal and state regulations. B14. Passenger Seating Option 1. Single Foldaway Seats Proposers will provide pricing for the following single foldaway seat types or approved equal: -Freedman BV Foldaway -Freedman AM Foldaway -Freedman Citiseat -Freedman Go Seat Option 2. Double Foldaway Seats Proposers will provide pricing for the following double foldaway seat types or approved equal: -Freedman BV Foldaway -Freedman AM Foldaway -Freedman Citiseat -Freedman Go Seat 16C. Driver's Seat Option 1. Seat Models Proposers will provide pricing for the following driver seat types or approved equal: a. USSC Evolution G2E Driver Seat with adnik power pedestal b. Recaro LXS Driver's Seat Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 17. FLOOR AND FLOOR COVERING A. The sub floor shall be 3/4 inch thick (minimum) AdvanTech engineered wood flooring, or approved equal, with moisture barrier laminated to the upper surface and moisture 36 LARGE CUTAWAY BUS 4/25/2014 sealed edges. Sub-flooring must be installed to create a smooth surface to lay the floor rubber. B. Sub floor structure shall be designed and assembled for a minimum trouble free service life of 5 years. The sub floor structural members shall be made from steel with a minimum yield strength of 36,000 psi or approved equal. Sub floor frame shall be mounted to OEM alternate frame spacers. Additionally, wheelhouse assemblies shall be made of corrosion resistant 12 gauge (minimum) steel construction and fully welded to floor and side framework. Ample clearance under load and under all positions of the suspension and steering geometry shall be provided between the wheel housing and tires. C. Subfloor assembly shall be mounted to vehicle chassis utilizing a minimum of 8 rubber grommets or pads to help reduce the amount of road shock being transferred into vehicle body. D. Wheelhouses shall be covered with a plastic molded cover. No screws shall protrude into the underside of the wheelwell. E. An access panel for ease in maintenance of the fuel pump shall be provided. scrvicc lifc of thc vehicle. The floor -- - ' - - - : :-_ - - - _ - and adhesive. The method and procedure uscd to fasten thc floor covering to the G. The flooring shall be RCA type 1/8" (minimum) smooth under the passenger seats and 3/6" 3/16" (minimum) ribbed over the remainder of the floor and step treads. Thickness shall be measured from top of ribs of floor covering. All step edges shall have Altro T36T Aluminum Step edge or Altro yellow nosing with band of 2 1/2 inch of bright yellow Altro, or approved equal, inserted into the step edge using contact adhesive running the full width of each step. An aisle width standee line of at least two (2) inches in width of bright yellow contrasting color shall be in the aisle just behind stepwell. The tread and step edge shall be bonded into one piece. H. All mating edges of the flooring, step tread and step nosing materials shall be weather sealed and heat welded to prevent water penetration. The height of the sealant bead shall be consistent with the flooring, step tread and step nosing base thickness. I. Flooring cover color to be specified by individual purchasing agency from Altro standard stock selection. J. There shall be molded plastic, fiberglass, hard rubber, aluminum or FRP cove molding between sidewalls and floor for ease of cleaning. The cove molding shall be one continuous piece along each wall except when interrupted by such items as wheel well, fuel line, mobility lift door and interior corner covers and door openings. Molding shall be coved up the side 10" to run up to the sidewall. 37 LARGE CUTAWAY BUS 4/25/2014 Proposer Meets Section Specifications Yes No Glaval does not utilize the OEM 8 mounting pucks listed in Section C. However, Glaval exceeds this requirement when performance and function is considered. Noted Deviations (list all section deviations for consideration here): Section C-Glaval utilizes a solid rubber isolator that runs the length of the chassis frame. Rather than mounting on the 8 rubber pucks, this allows for complete distribution of the body's weight across the chassis frame. This minimizes the amount of body twist in relation to the frame. Also consider that the 8 rubber isolator pucks will eventually"mushroom"out causing the body to actually bounce up and down on the chassis frame. SECTION 17. FLOOR AND FLOOR COVERING OPTIONS 17B. Sub Floor Structure Option 1. Floor Underbelly Proposers to provide pricing for galvanized steel, aluminum, or approved equal 0.20" 0.020"-minimum underbelly between sub floor and subfloor structure. 17F. Floor Covering Option 1. Altro Transflor Meta. The floor surface shall be covered with wall-to wall, slip-resistant, minimum 2.2 millimeter Altro Transflor Meta or approved equal. Flooring edges shall be edge welded to provide a completely sealed floor. The floor covering shall not shrink during the service life of the vehicle. The floor material shall be securely bonded to the under structure and rolled smooth. The adhesive used to bond the floor material must be backed by a manufacturer's warranty of no less than five (5) years for installation and adhesive. The method and procedure used to fasten the floor covering to the under structure shall be approved by the floor covering manufacturer. Color to be chosen by purchasing agency at the time of order. Option 2. Floor Coating • - - - - - - - - ' - - • - • _ . - - -- -. _ -- - - =- - - -- , •- - = ' - - - - - - = =- - - by purchasing agency at the time of order. 17G. Step Edging and Standee Line Option 1. Step Edging Color Proposers are to provide pricing for option to have step edging and standee line in high contrast white in lieu of yellow. Section 18. STEPS AND STEPWELL A. Step height from ground (no load) shall be 12 inches maximum. Individual risers shall be 9 and 1/2 inches maximum in height and in case of more than one (1) riser; all step risers shall be the same height, except in the case of the flat floor option. Vendor 38 LARGE CUTAWAY BUS 4/25/2014 will provide step height if flat floor floorplan is provided. Step tread depth shall be 8 and 1/2 inches minimum, depending on floorplan. B. The stepwell shall be modular design, 14 gauge (minimum) galvanized steel, galvaneal or carbon steel (treated to prevent the effects of corrosion over the life cycle of the vehicle) smoothly and continuously welded into the bus body structure. Stepwell shall be adequately reinforced to prevent permanent deformation or elastic deflection of no more than .12 inches when either step is loaded over the center half with a 300- pound static load. C. An electric heating pad located under the lowest front entry step in the stepwell shall be provided. The lower step heating mechanism shall be integrated into the defrost system. The lower step-heating element shall also be deactivated when the ignition switch is turned off. The electric heating pad shall have a safety device that prevents the pad, wiring or bus from being damaged in the event the electric heating pad malfunctions. D. Stepwell shall be completely enclosed and weather tight when the passenger doors are in the closed position. Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 19. PASSENGER DOORS A. Front Entrance Door 1. The vehicle shall be equipped with an electric, double leaf, outward opening "transit style" door with a center molded, overlapping, safety seal. Door is to have an electric door opener and operating mechanism, A&M door system or approved equal is acceptable door assembly. The front doors shall be located opposite the driver. The front doors shall be equipped with an interior safety release mechanism, permitting the doors to be mechanically opened in the case of an emergency. 2. A rocker switch located in the driver's area shall activate the front door mechanism. Drivers shall be able to operate the door without leaving their seat. Entry door shall not be operable unless the vehicle is in park. 3. The front doors shall have an exterior weatherproof electrical keyed lock that can open and close the doors. 39 LARGE CUTAWAY BUS 4/25/2014 4. The front doors shall be double sealed equipped with 2" elastomeric material on each section that overlaps a minimum of 1.5" to form a tight seal to prevent water from entering the bus. The seals shall be of automotive quality that does not degrade or crack with aging. The seals shall be mounted in a groove that allows for easy replacement if necessary. The overlapping center door seals shall be a flexible material that exerts no more than a ten (10) pound force on a one (1)- square inch of any passenger struck by a closing door. 5. The front doors shall have a clear opening width of 30 inches (minimum) with ability to go as high as 36 inches, depending on floorplan and vehicle size, as measured from inside edge of doorframe, and full height of 80 inches (maximum) clear "walk in" headroom as measured from the top of the front step to the underside of the front doorframe header. 6. Each door leaf shall have a single pane, tinted, and tempered safety glass that conforms to all applicable Federal and State Motor Vehicle Safety Standards. 7. The entrance doors shall be equipped with windows of adequate size and placed so as to allow the driver to see and judge curb locations when stopping. 8. The front doorframe(s) shall be constructed with standard interlocking minimum .125" extruded satin anodized 204R1 rated, aluminum, stainless steel, or zinc plated steel extruded frames with a high quality anodized finish. 9. Suitable padding to protect the heads of boarding or exiting passengers shall be installed on the lintel of the front service entrance doorway. 10. A thick rubber threshold seal or brush comb shall seal any gap between the lowest part of the door and the mating step surface greater than 3/8". B. Mobility Lift Door 1. The mobility lift door shall be two entry doors. 2. Mobility lift door(s) shall be located either on the rear curbside of the vehicle or in the front of the vehicle next to the front passenger door, depending on seating plans and details provided by the vendor. 3. Mobility lift door(s) shall provide 68 inch (minimum) of clear walk-in headroom as measured when lift is in full raised usable position. The lift door shall have a clear opening width adequate for the ease of operating the mobility lift being supplied with this vehicle. Door fasteners or hardware, etc. shall not protrude into the door opening. 4. Lift door(s) shall be constructed utilizing a stainless steel or aluminum subframe. Wood framing shall not be acceptable. Door opening frame will be powder coated to match vehicle interior. Door shall be designed for long life/heavy use and a minimum of 14 gauge, 1 inch tubular steel around the perimeter. 5. A positive factory-installed gas shock at top of the doors to assist in maintaining an open or closed position of the door shall be-installed to ensure the lift doors 40 LARGE CUTAWAY BUS 4/25/2014 stay open when the lift is in use. An additional door tether shall be installed that will prevent the doors from opening past 100 degrees. 6. Lift door(s) shall have a glazed window that is viewable from the wheelchair positions inside the vehicle and meets all applicable Federal and State Motor Vehicle Safety Standards and Americans with Disabilities Act (ADA) requirements. 6. Padding shall be installed inside of vehicle over mobility lift doorframe header. 7. The door(s) shall have a "door ajar" light and alarm, which will alert the operator when the door is not securely closed and latched. The light shall be a red indicator light identified as "LIFT DOOR AJAR" and shall be located on the operator's dash panel easily seen by the seated operator. C. Door - General 1. Four (4) sets of keys and locks for all doors shall be supplied. All vehicles shall be keyed alike for chassis and exterior doors. 2. All doors shall be properly sealed to prevent entry of air drafts and water into vehicle interior including spray from commercial vehicle wash equipment and driving rain. 3. Materials used for weather seals shall be designed to withstand varying temperature extremes, road splash, salt and other exterior elements without cracking, leaking, loosening, or deteriorating. Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 19. PASSENGER DOORS OPTIONS Option 1. 19D. Rear Emergency Exit Door Vendors shall provide pricing for the option of a rear emergency exit door in lieu of a rear emergency exit window. 1. The rear emergency exit door shall be 32" wide by 54" high (nominal) and shall have stationary windows in the upper and lower halves of the door. The emergency door shall have upper and lower glazing and include one 11" x 14" 41 LARGE CUTAWAY BUS 4/25/2014 static cling 'fish eye' wide-angle rear window lens. The lower window shall have a see through mechanism to prevent contact of mobility devices. 2. Rear emergency door shall be equipped with a securement device to hold the door safely in the full open position. Cord, rope or strap securement devices will not be accepted. Door hold open spring system shall be bolted to both the rear door and the door header with a heavy strength bolt (s), minimum Grade 5 bolt (s), not rivets. 3. The door shall have a "door ajar" light and alarm, which will alert the operator when the door is not securely closed and latched. The light shall be a red indicator light identified as "REAR DOOR AJAR" and shall be located on the operator's dash panel easily seen by the seated operator. 4. An exterior door latch will be included. Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 20. SERVICE COMPARTMENTS AND ACCESS DOORS A. Access for maintenance and replacement of equipment shall be provided through panels and doors that appear to be an integral part of the vehicle. B. Access opening or doors in floor of vehicle interior shall be properly secured and sealed to prevent entry of fumes and water into the vehicle interior. Method of sealing shall provide for removal and replacement of access doors without damage to sealing requirement. C. An access door shall be made to access the overhead compartment for all ITS equipment and made large enough to remove DVR if needed. C. Access doors shall be provided, where necessary, to service transmission, engine, radiator, lift, batteries and/or air-conditioning components. D. A lockable driver's storage compartment shall be provided. The size and location shall be approved by the purchasing agencies. 42 LARGE CUTAWAY BUS 4/25/2014 Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 21. WINDSHIELD AND WINDOWS A. The windshield and driver door shall be OEM glazed with laminated glass and uniformly tinted. Windshield shall have a heavier tint band above eye level, if available from factory. The windshield will be equipped with two-speed electric windshield wipers with intermittent feature. B. Side windows shall be a flat black, aluminum frame, egress transit type or top T- sliding panel type that meets all applicable Federal and State Motor Vehicle Safety Standards. The T-sliders shall be located at the top of the window. Minimum passenger window size shall be 30 inches wide by 36 inches high. A smaller'filler' window may be allowed to accommodate certain configurations in order to maximize visibility from the passenger compartment. C. Passenger window glazing shall be Lucite SAR Bronze BZ-2412 or tinted to permit 30% light transmission (maximum) bronze or grey tint. D. There shall be a minimum of two (2) emergency exit windows on each side of the vehicle. These windows shall be top hinged and meet the specifications described in item "B" of this section. Decals with instructions as to their use shall be provided and shall be permanently fastened on the inside of the vehicle, located over or beside the emergency windows. The emergency exit windows shall comply with FMVSS requirements. E. A rear emergency window shall be provided in lieu of an emergency exit door. The rear emergency window shall be large enough so that in conjunction with the rear view mirrors, blind spots are not created. Seat backs shall not intrude in required emergency exit window. Low back seats shall be used on rear wall when raised floor option is chosen. Window shall be equipped with an audible alarm system to alert the driver when the window is not completely closed. F. All emergency exits shall have clear unobstructed openings and be noticeably labeled. G. All windows shall be fitted with durable, firmly installed, weather seals to prevent the entrance of air and water, including spray from commercial vehicle wash equipment and driving rain. Materials used for weather seals shall be designed to withstand varying temperature extremes, road splash and salt and other exterior elements without cracking, leaking, loosening or deteriorating. Caulking around the windows shall only be 43 LARGE CUTAWAY BUS 4/25/2014 used as a seal, not to make up for body defects or out of tolerance window openings. H. Drain holes shall be incorporated in the window sash frame to allow interior condensation to drain to the exterior. Body and sash construction shall be such that the sash drain shall prevent entrance or back up of water into the vehicle. I. The installed windows shall have no sharp edges or protrusions. J. All glazing shall meet all applicable Federal and State Motor Vehicle Safety Standards. K. Windshield and windows shall meet all applicable Federal and State Motor Vehicle Safety Standards. L. A full window shall be provided in the transition panel between the windshield and the ambulatory passenger door(s) to eliminate the blind spot created by the transition panel and enable the driver to view the curb from the driver's seat. The body panel partition between the transition window and entrance doors shall be as narrow as possible to maximize the driver's view of the area around the entrance doors. Proposer Meets Section Specifications Yes No Driver's door glass Noted Deviations (list all section deviations for consideration here): Section A- We have proposed the standard Ford/GM driver's door glass which is AS2 and meets the FMVSS requirements. If absolutely necessary, we could remove the tempered AS2 Glass and replace it with laminated glass. However, it seemed cost prohibited and please consider that laminated glass rolling up and down in a window track may possibly lead to chipping around the edges. Section 22. LIGHTING A. Exterior Lighting 1. All exterior lights shall conform to State of Colorado and U.S. Department of Transportation requirements and meet the requirements of FMVSS/DOT specifications. 2. Rear exterior light configuration shall include red brake lights (standard and center mounted), amber turn signals, and clear reverse lights. Rear Center High-Mounted Stop Lamps (CHMSL) to be an 18" LED red strip light, low profile surface mount, or approved equal. Rear exterior light configuration shall be submitted with proposal package for approval by agencies purchasing vehicles in the statewide consortium. 3. Amber roof marker lights at the front and red at the rear, one at each corner, shall be provided and be either flush mounted or surface mounted, protected with a brush guard or by the bus body. 44 LARGE CUTAWAY BUS 4/25/2014 4. Marker lights, three (3) lamp cluster, amber at the front and red lens at rear shall be provided and protected with a brush guard or by the bus body. 5. All exterior rear and marker bus body lights to be voltage regulated light emitting diode LED with direct termination and come with protective lens coating for protection against scratching, UV degradation. 6. License plate holder at rear shall be illuminated by an LED light. 7. Daytime Running Lights (DRL's) are to be provided. B. Interior Lighting 1. Interior Dome Lights shall adequately illuminate the passenger area. Dome lights shall be illuminated whenever the entry doors are open. 2. Interior shall be illuminated with LED low profile strip lighting so as to provide a minimum of 12 foot-candles of illumination measured at 36 inches above the floor. 3. Driver courtesy light shall light when driver door is opened. All other interior lights shall operate only when ignition is in "ON" position. Stepwell and exterior front door lights shall operate only when the front passenger door is opened. A driver controlled override rocker switch shall be provided to allow operation of all interior passenger courtesy lights when the passenger front doors are open or closed. 4. LED stepwell lights shall be provided to illuminate the stepwell at the front passenger door(s). Lights shall be mounted as to not create a hazard for passengers boarding and egressing. This lighting shall not be lit with doors closed. 5. Exterior LED lights at the front and lift door areas shall be provided and shall comply with the Americans with Disabilities Act. These lights will activate only when the doors are open. 6. Wheelchair lift lights, which illuminate the lift device in a 4-foot radius outside at ground level of the door opening, shall be provided in an LED design. The light shall be wired to light automatically when lift door is opened. Lift lights shall be mounted internally in lift area above the lift in the lift door headlining. Proposer Meets Section Specifications Yes These requirements will be met No 45 LARGE CUTAWAY BUS 4/25/2014 Noted Deviations (list all section deviations for consideration here): Section 22. LIGHTING OPTIONS A. Exterior Lighting Option 1. Fog Lights Proposer is to provide pricing for the addition of Fog lights, PIAA deluxe. B. Interior Lighting Option 1. Underhood Light Proposer is to provide pricing for the addition of an underhood service light and any additional features required to provide this service light with the required vehicle configuration. Section 23. FINISH AND COLOR A. All exterior surfaces shall be smooth and free of visible fasteners, wrinkles, and dents. Exterior surfaces to be painted shall be properly cleaned and primed as appropriate for the paint used, prior to application of paint to assure a proper bond between the basic surface and successive coats of paint for the service life of the vehicle. Paint shall be applied smoothly and evenly with finished surface free of dirt, runs, and other imperfections. Painted surfaces shall be impervious to diesel fuel, gasoline, corrosive atmospheres, and commercial cleaning agents. B. The proposer shall, as a minimum, provide a low VOC coating system that meets the following minimum requirements. 1. Primer - Corrosion resistant primer that is compatible with the basecoat/clear- coat system. 2. Basecoat/clear-coat System - a. Two part system basecoat/clear coat, low VOC, air dry, stain resistant polyurethane enamel that is ultraviolet light resistant. b. The system shall have hardness, abrasion resistance, gloss retention, flexibility, chip resistance, and good adhesion characteristics. C. Interior finish in the driver's area shall be a non-reflective material and/or flat grey color. D. Steel wheels shall be painted white. Proposer Meets Section Specifications Yes These requirements will be met 46 LARGE CUTAWAY BUS 4/25/2014 No Noted Deviations (list all section deviations for consideration here): Section 23. FINISH AND COLOR OPTIONS 23B. Exterior Paint Color Option 1. Purchasing Agency Paint Configurations Proposer is to provide pricing for all paint and lettering configurations per the specific diagrams for each purchasing agency as provided in this proposal document in this section. 1. City of Greeley See Appendix C for picture. 2. Eagle County See Appendix D for picture. 3. Mesa County See Appendix E for picture. The following are the color numbers for the stripping, which is painted on, and is not decals. PPG FDGU 13601 Blue PPG FDGU74338 Red PPG FDGU 33723 Indian silver metallic PPG equal to FLNA 4123 Black The full body is Standard White PPG 90631 4. Roaring Fork Transportation Authority and City of Aspen Bus body to be painted white. No additional lettering, paint or decals required. 5. Town of Snowmass Village See Appendix F for picture. 6. All Points Transit See Appendix G for picture. 47 LARGE CUTAWAY BUS 4/25/2014 7. City of Durango See Appendix H for picture. Paint: Code red; PPG#70837 8. Disability Services Inc. - Amblicab Transportation See Appendix I for picture. 9. Seniors' Resource Center See Appendix 3 for picture. 23D. Steel Wheels Paint Option 1. Wheel Powder Coating Proposers should provide optional pricing for powder coating instead of painting wheels. Color to be designated by purchasing agency. Section 24. STANCHIONS, GRAB RAILS and MODESTY PANELS A. All stanchions and grab rails shall be 1 - 1/4-inch stainless steel. Vertical stanchions shall be secured top and bottom with bolts to ceiling and floor metal framing to prevent twisting. All stanchions shall be mounted at floor and ceiling into the structural metal body member or metal plate. B. There shall be a stanchion, grab rail, and padded modesty panel located at the rear of entrance door. C. 30 inch (minimum) angled grab rails shall be installed at both sides of the entrance door, within easy reach from the ground, to assist passengers in both boarding and egressing. Grab rails shall be mounted to stanchions and structural metal members or metal plates in the sidewalls. Grab handlcs must not affect the clear entry door width. Grab rails must not affect the minimum clear opening of 27" specified in Section 19; A;5. D. There shall be a vertical stanchion, grab rail, and padded modesty panel located behind the driver's seat. There shall be a smoked, shatterproof, plexiglass 3/8" thick panel filling the area from the ceiling to the grab rail and the stanchion to the wall, shock mounted to prevent rattle. The purpose of this panel is to protect the driver from being hit with objects from behind. Panel must not impair driver's seat adjustments. E. There shall be a vertical stanchion, grab rail and modesty panel located between the lift and rear most curbside stationary ambulatory passenger seat, depending on lift position. There shall be a shatterproof, plexiglass panel filling the area from the ceiling to the grab rail and the stanchion to the wall. F. All modesty panels shall harmonize with interior, both in color and design, and shall not provide a hazard to the passengers. Modesty panels are to be "through bolted." Standard screws are not allowable. 48 LARGE CUTAWAY BUS 4/25/2014 G. Overhead rails required by ADA provisions shall be at height of 71 inches to the top of the handrails from vehicle floor. The rails shall be fastened into structural metal body members or metal plates. H. Overhead handrails shall be provided that shall be continuous including the wheelchair areas, except for a gap at the rear or front doorway. Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 25. MIRRORS A. Two remote control, adjustable, heated side-mounted exterior rearview mirrors. The exterior rear-view mirrors shall be firmly supported and set to give a clear view past the left and right corners of the vehicle. The exterior mirror supports must be of sufficient length to allow a clear view along the entire side of the vehicle. The size of each mirror shall be at least 152 mm (6 inches) by at least 228 mm (9 inches). In addition, a 76 mm (3 inch) minimum diameter convex mirror shall be mounted above or below the other mirrors on both sides of the vehicle. Mirror frames and supports shall have a corrosion- resistant finish. Mirrors shall meet SAE-recommended standards and 49 CFR 393.80 as appropriate. B. A standard chassis manufacturer's rear vision mirror with non-glare, day-night feature shall be provided. An aftermarket rearview mirror is acceptable if it is not available from the OEM with approval from the local purchasing agency. C. One 4 x 13 or 6 x 16 inch interior passenger-viewing mirror shall be provided and mounted in such a way to allow the driver to easily view passenger activity in the vehicle from the driver's seat. Proposer Meets Section Specifications Yes These requirements will be met No 49 LARGE CUTAWAY BUS 4/25/2014 Noted Deviations (list all section deviations for consideration here): Section 26. MOBILITY LIFT A. Wheelchair lifts shall be commercial type, Ricon Titanium 1,000 lb capacity S Series, meeting ADA and FMVSS 403 and 404 requirements, and meeting the following listed requirements. Additional Braun or Ricon models will be identified and priced by the vendor in the Mobility Lift Option price sheet section to provide purchasing agencies choice based on passenger needs. B. All attachments of the lift assembly to the vehicle shall be done through structural support members. Bolting of any part of the lift assembly directly to the vehicle sheet metal walls will not be acceptable. C. The wheelchair lift shall be electro-hydraulically or electro-mechanically operated, mounted on the curbside of the vehicle, and accessible via access doors. D. The wheelchair lift shall be interlocked with the transmission and emergency brake in such a manner as to prevent the vehicle from moving with the wheelchair lift door in the open position and prevent the wheelchair lift from being operated until the transmission is in park and the emergency brake is completely set. A dash mounted, indicator light will come on to show the system is activated. E. Lift shall incorporate a power fold mechanism for platform. The lift shall incorporate a positive locking mechanism to prevent drifting from the stowed position. F. The lift platform shall be secure and stationary when it is in the stowed position. No lift part shall intrude into the vehicle's body more than eighteen and a half (18.5) inches when in stowed position. G. The lift assembly shall safely accommodate a minimum load of 800 pounds, but can accommodate 1000 pounds depending on lift model. All power units, operating joints, linkage and mounting points to the body shall be certified by the manufacturer as being adequate for the minimum load requirements. H. Lift shall be power-up and power or gravity-down. I. There shall be a pressure relief built into the hydraulic system to prevent "jacking" of the vehicle should the power remain on once the lift touches the ground. J. The lift platform shall have an automatic stop-and-hold mechanism to prevent the platform from free falling or folding any faster than 30.48-cm/second (12 inches/second) in the event of a power failure or equipment failure during the raising and lowering modes. K. An automatic safety barrier shall be provided at front of platform. An automatic or manual release of barrier at ground level is required. 50 LARGE CUTAWAY BUS 4/25/2014 L. Lift shall be equipped with a manual override to permit lift to be raised or lowered manually in event of power failure or emergency. M. Hand held lift control shall be provided with a minimum 5 foot cord attached so lift may be operated from inside or outside of vehicle. N. A passenger handrail shall be provided on both sides of lift platform. 0. Adequate provisions for safely storing the lift controls, when not in use, shall be provided inside the vehicle. P. All pulleys, chains, cables, hydraulic cylinders etc., when provided, shall be fully enclosed. Q. A complete set of operating instructions, schematics and a troubleshooting guide shall be included with each lift. R. Lift platform shall be minimum 32 inches wide, as measured from inside edge to inside edge of platform. S. Control box shall be lightweight and weatherproof. Additionally, controls shall have sequence interlock to prevent folding of lift platform before it is in full raised position. T. A safety device shall be provided that shall render lift inoperable when lift door is closed. U. A red warning light/audible alarm shall be located on the driver's instrument panel and shall activate when the mobility lift door is not secure. The warning light shall be labeled "Door Ajar". Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 26. MOBILITY LIFT OPTIONS 26A. Lift Type Option 1. Lift Model Pricing Proposers will provide 6 additional types of mobility lift options for agencies to choose from. The optional pricing shall include pricing for the following lift models: 51 LARGE CUTAWAY BUS 4/25/2014 • Braun Vista 2 • Braun Century 2 - Platform 34" x 51" • Braun Century 2 - 1,000 lb capacity, Platform 34" x 54" • Braun Millennium 2 • Ricon K-Series KlearVue • Ricon Titanium - 1,000 lb capacity, K Series Option 2. Safety Lift Belt A belt for the front and rear of the wheelchair lift to help prevent accidents, Access-Arize or approved equal. The belt is to be 35 inches in length from end to end, made with: elongated webbing 1 3/4 inches wide, 2 inches of Kevlar material sewn on each end of the webbing, a metal seat belt buckle in the middle of the belt, 9.5 mil grommet 3/4 inch to center of Kevlar, and Kevlar is abrade resistant. Section 27. WHEELCHAIR SECUREMENT SYSTEM A. Wheelchair Securement system shall be Sure-Lok or Q'Straint, or approved equal. Actual Sure-Lok or Q'Straint models of securement and anchor systems will be identified and priced by the vendor in the Wheelchair Securement System price sheet section. B. Wheelchair securement system shall consist of four (4) floor attachment points per location for the chair. The strap configuration shall consist of a minimum of four (4) fully automatic heavy-duty retractors that can be quickly fastened to the floor attachment points and the wheelchair. The wheelchair securement system shall consist of self tensioning and self locking features. The retractors shall have the maximum amount of 7000 pound webbing attached to "3" hooks. Each retractor shall be equipped with a male pin connector for attachment of the occupant restraint system. Tie downs shall utilize grade 8 fasteners of the size required by the securement system's OEM. The tie down fastener shall include, as a minimum, SAE grade 8 cap screws, SAE grade 8 hexagon nuts and harden washers. All four (4) retractors shall be the same in design, size and shape to avoid confusion in placement and be interchangeable and thus can be used in front, back, left or right. C. Floor anchorage points shall be Sure-Lok or Q'Straint or approved equal, utilizing corrosion resistant steel or aluminum and usable for front or rear tie downs or shared by both. Actual Sure-Lok or Q'Straint models of securement and anchor systems will be identified and priced by the vendor in the Wheelchair Securement System price sheet section. All anchorage points shall be recessed and nominally flush with the floor to prevent a tripping hazard. Recessed area shall be sealed prior to anchorage point installation to prevent the intrusion of water. Anchorage points shall be secured in accordance with FMVSS 207 AND FMVSS 208. D. Occupant and wheelchair securement shall use an integrated system and be securely fastened. For each mobility aid securement system installed in the vehicle, a corresponding occupant restraint system shall also be provided. Occupant restraint system shall meet ADA requirements and all applicable FMVSS 403 and 404 requirements. Lap belt, included as part of the occupant restraint system, shall be 108 inches. If a fixed wall mount system for shoulder belts is used, this system should not obscure use of the emergency exit window. E. Successful Proposer shall certify that wheelchair securement has met or exceeds all 52 LARGE CUTAWAY BUS 4/25/2014 applicable Federal and State Motor Vehicle Safety Standards. F. Any device that could possibly damage the wheels of the wheelchair shall not be used. G. A storage box shall be mounted on the floor or wall in the wheelchair area to safely and securely store tie down straps when not in use. Location of the storage box and type of storage box shall be approved by the purchasing agency prior to installation on the vehicle. Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): These requirements will be met, please note that all Ricon Lifts come equipped with a safety belt so Option #2 would not be necessary Section 27, WHEELCHAIR SECUREMENT SYSTEM OPTIONS 27A. Securement System Option 1. Securement Model Pricing Proposers will provide 5 available types of wheelchair securement system options for agencies to choose from. The optional pricing shall include pricing for the following securement systems models: • Sure-Lok FF600 Retractor • Sure-Lok AL 700 Titan • Q'Straint QRT Deluxe • Q'Straint QRT Max • Q'Straint Q'UBE with appropriate mounts based on anchorage system and wheelchair configuration. 27C. Anchorage System Option 1. Anchor Model Pricing Proposers will provide 4 available types of floor anchorage system options for agencies to choose from. The optional pricing shall include pricing for the following anchor system models: • Sure-Lok Series L Track (vendor specifies model #) • Sure-Lok Slide `N Click • Q'Straint L Track (vendor specifies model #) • Q'Straint Slide "N Click Option 2. Full Length Track 53 LARGE CUTAWAY BUS 4/25/2014 Proposers are to provide pricing for full length front to rear track to be installed on floor and above windows which allows for securement of oversized wheelchairs. Option 3. Scooter Securement System Proposers are to provide pricing for a scooter securement system configuration, five point L track wheelchair securement system. This system would require five parallel tracks. Two in front, three in rear. The fifth center rear track should be designed to be able to secure a belt/hook around the seat post of the scooter. 27G. Storage Container Option 1. Storage Pouch In lieu of a storage box, proposers shall provide pricing for a storage pouch mounted on the wall in the wheelchair area to safely and securely store tie down straps when not in use. Location of the storage pouch and type of pouch shall be approved by the purchasing agency prior to installation on the vehicle. Option 2. TDSS In lieu of a storage box, proposers shall provide pricing for the Freedman Seating Tie Down Storage System (TDSS) or approved equal. System allows wheelchair securements to be stored on the bottom of a Freedman Foldaway Seat. Section 28. MISCELLANEOUS (GENERAL) A. Maximum (heavy-duty) radiator size and cooling fan available shall be provided. Radiator shall be equipped with surge tank (if available from chassis manufacturer). B. The instrument panel shall have lamps sufficient to illuminate all instruments. All instruments shall be accessible for maintenance and repair and shall be mounted so that each instrument and all indicator lights are clearly labeled and visible to the driver. "Tell Tale" lights in lieu of the listed gauges will not be acceptable. Decals or Dymo Labels are not acceptable. Each vehicle p cle instrument panel shall be equipped with at least the following: 1. Voltmeter - Of proper size to accurately read (without overloading) additional charge to electrical system when wheelchair lift and/or auxiliary air conditioning units are being used. 2. Oil Pressure Gauge - Provided by chassis manufacturer. 3. Engine Temperature Gauge - Provided by chassis manufacturer. 4. Fuel Tank Level Gauge - Provided by chassis manufacturer. 5. Speedometer with Trip Odometer - Provided by chassis manufacturer. 6. Hourmeter - Provided by chassis manufacturer. C. Visible and audible warning devices shall be installed to inform following vehicles and pedestrians of reverse operations. Devices should be connected with back-up lights to produce an intermittent sound to warn others while bus movement is in reverse, equal to 54 LARGE CUTAWAY BUS 4/25/2014 ECCO 530 or 575. D. Front and rear bumpers shall be provided. E. OEM horns shall be provided. F. Driver's sun visor shall be provided. G. Driver's coat hook and retaining strap shall be provided in the driver's area. H. Vehicle shall be equipped with front and rear mud flaps. I. Vehicle shall be equipped with a driver's side running board. Running board shall be a minimum of 9" deep, maximum of 12". This will be measured from the OEM body at the flange at the bottom of the rocker panel. Running Board shall extend from the front edge of the front door opening to the rear of the OEM cab. Running board must be designed to hold 300 pounds without permanently changing shape, and be slip resistant diamond plated aluminum, or approved equal. Driver entry area shall include a steel reinforced molded plastic grab handle, mounted to the rear of the door opening on the outside on the B pillar. Handle shall be a minimum of 6" grab area, durable, corrosion proof, and have no sharp edges. Installation with self-taping screws will not be accepted, must include bolts into threaded inserts and be able to support 250 pounds pull force. J. A minimum five (5) pound dry powder type fire extinguisher, with gauge and hose, U.L. approval shall be provided. A bracket to securely hold fire extinguisher inside of vehicle shall be provided and vendor shall mount this bracket to a location in the vehicle. Type of bracket used and location shall be approved by purchasing agencies prior to installation. K. A three (3) triangle reflector kit shall be provided and securely mounted in an easily accessible location. Location shall be approved by purchasing agencies prior to installation. L. At minimum, a sixteen (16) unit first aid kit, shall be provided and securely mounted in an easily accessible location. Location shall be approved by purchasing agencies prior to installation. M. Body Fluid Cleanup Kit shall by provided and securely mounted to include at a minimum: 1. One (1) pair of Latex gloves, 2. One (1) package of absorbent powder, 3. One (1) package of antiseptic BZK towelettes, 4. One (1) bag 24"x 24" Bio-Hazard white w/tie, 5. One (1) bag plastic brown w/tie, 6. Certi-Green surface cleaner towelette, 7. Face mask, 8. Infection control, 9. One (1) SBB-2 scoop bag w/handle scraper, 10. Two (2) towels and 11. Paper crepe. 55 LARGE CUTAWAY BUS 4/25/2014 Location shall be approved by purchasing agencies prior to installation. N. All vehicles shall come equipped with, and have containers for: 1. Seat belt cutter, secured by Velcro in a location chosen and approved by the purchasing agency. 2. Fire blanket 3. Working flashlight 4. Reflective vest 5. Chock blocks (2) O. Chassis OEM manufacturer's AM/FM/CD Stereo Radio, plus four (4) speakers, two (2) in front and two (2) in rear shall be provided. The use of aftermarket radios of equal or superior quality may NOT be used to comply with specification. P. Vehicle shall be equipped with emergency flashers that operate even if brake pedal is depressed. Q. Each vehicle to be delivered with four (4) sets of keys for both ignition and door locks. R. Weight slip for vehicle must be completed by vendor and among paperwork delivered to grantee agency upon delivery. S. Vendor is to complete and provide related paperwork for a DOT inspection from the dealer, as required by the Colorado State Patrol. T. Vehicles must be aligned upon delivery. Vendor is required to provide verification in the form of documentation of this alignment with the delivery paperwork to the purchasing agency. If the documentation is not and cannot be provided, Vendor is required to pay for alignment completed by purchasing agency shortly after delivery. U. Vehicles must be clean on the exterior and interior upon delivery. V. Successful Proposer shall provide sixty (60) day temporary tags upon delivery. Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): 56 LARGE CUTAWAY BUS 4/25/2014 Section 28. MISCELLANEOUS (GENERAL) OPTIONS 28D. Bumpers Option 1. Front Help Bumpers Front "Help" energy absorbing type bumper or approved equal, based on OEM chassis type. Option 2. Rear Help Bumpers Rear"Help" energy absorbing type bumper or approved equal, based on OEM chassis type. 28I. Running Board Option 1. Running Board Deletion Proposers shall provide pricing credit to delete running board. Section 29. MANUALS A. Vendor shall provide the following numbers of listed manuals upon delivery of vehicles to purchasing agencies. All service and parts manuals furnished shall also be supplied in a PDF format to allow the information to be loaded into the purchasing agency's maintenance information system. Purchasing agencies will specify at the time of order if additional hard copy printed manuals are required for driver and training needs, and if so, how many are required. In addition, the successful proposer shall furnish a detailed maintenance and inspection schedule for the vehicle in Excel or Word Format. The maintenance and inspection schedule shall incorporate the required maintenance and inspection of the basic vehicle and of its subsystems (e.g. lift) as prescribed by the representative manufacturers. • One (1) current Bus Body maintenance** manual in hard copy printed format and one (1) in electronic searchable PDF format • One (1) current OEM Chassis maintenance and parts** manual in printed format and one (1) in electronic searchable PDF format • One (1) standard operator's manual* in hard copy printed format and one (1) in electronic searchable PDF format • One Body Parts Manual in hard copy printed format and one (1) in electronic searchable PDF format • One (1) current mobility lift manual in printed format and one (1) in electronic searchable PDF format **Maintenance Manuals: Shall contain complete and detailed data required for maintenance of the buses, including general vehicle information, specifications, troubleshooting guide, lubrication and adjustment requirements, rebuilding procedures, wire and cable sizes and ratings, wiring and schematic diagrams, engine and transmission data, and lift data. *Operating Manuals: The operator manual shall contain all information needed for the operation of the vehicle. The manuals shall be coach specific. It shall include general vehicle familiarization material, location, function, and operation of all controls, gauges, 57 LARGE CUTAWAY BUS 4/25/2014 indicators, and switches; emergency procedures; trouble symptoms and diagnostic methods; safety devices and precautions. B. Changes and Revisions Following the issue of each publication, the contractor shall provide revised pages and updated electronic files covering any changes, whether required by change of design or procedures or due to error, and the revisions shall be kept current. Manual revisions shall be supplied before or coincidental with the arrival of altered parts or components. Section 29. MANUAL OPTIONS A. Manuals Option 1. As Built Parts Manual Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 30. REQUIRED VEHICLE DATABASE INFORMATION A. The Contractor shall provide a Microsoft Excel file and hardcopy listing for each vehicle at the time that shall include (as applicable): 1. Manufacturer Name 2. Vehicle Model Name 3. Manufacturer Vehicle Identification Number (VIN#) 4. Engine make, model and serial number 5. Transmission make, model and serial number 6. Differential model and serial number 7. Alternator model and serial number 8. Regulator model and serial number 9. Starter model and serial number 10.Air compressor model and serial number 11.Air conditioning compressor model and serial number 12.Front axle model and serial number 13.Rear axle model and serial number 14.Catalyst/muffler and/or exhaust after-treatment model and serial number 15.Wheelchair ramp/lift model and serial number 58 LARGE CUTAWAY BUS 4/25/2014 Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): Section 31. REQUIRED SUPPLEMENTAL INFORMATION A. Requirements: The following technical information and descriptive material is to be furnished by the proposer as part of the proposal. 1. Any and all deviations to the specifications. 2. Description of vehicle and body equipment, including body construction procedures; chassis make.and model; passenger seats; and all other pertinent information as required by the specifications or required to allow proper evaluation to determine the responsiveness of the proposal. 3. Certifications of meeting FMVSS and Federal Bus Testing Requirements to meet both pre and post delivery requirements. 4. Total capacity of fuel tank 5. Capacity and make of alternator and batteries 6. Type and size of radial tires 7. A list of authorized service representatives for chassis, body, parts, and ancillary equipment 8. Lift information 9. Securement system information 10. Occupant restraint system information 11. Descriptive information of the air conditioning equipment 12. Descriptive information on the passenger seating 59 LARGE CUTAWAY BUS 4/25/2014 Proposer Meets Section Specifications Yes These requirements will be met No Noted Deviations (list all section deviations for consideration here): SECTION 32. ADDITIONAL BUS OPTIONS The following are options required in addition to the options listed in specific technical specifications sections 5, 7, 9, 10, 12, 13, 14, 16, 17, 19, 22, 23, 26, 27, 28, and 29. The Proposer shall submit detailed customer information on all options provided and pricing on the pricing sheets. A. Reverse Assistance Systems 1. HawkEye Plus reverse assistance system, or approved equal, integrated into the rear bumper. . _ ._ . - . - . _ - _ -- :. 2. Closed circuit rearview monitoring and reverse assistance system to include two (2) wall mounted sensors to detect when the vehicle is backing near an object. 3. Dash mounted monitor and camera mounted on the rear of the vehicle over the rear door. B. Security/Surveillance Camera System 1. Purchasing agencies obtaining equipment under Section 32. B, shall have the following communication capabilities installed in the vehicle. Automatic Vehicle Maintenance (AVM) module requirements. AVM is to be able to read data from major components from a CAN line (31939, 31587/1708) that the IVN is listening to and components that are broadcasting data on said CAN line. Clever Devices or approved equal. Provide Camera System, priced per system as defined below or approved equal. 1. REI Model R8001, 4 wedge style interior cameras 2.8MM, 1 mini box style forward facing camera, 320 GB hard drive and a 12 volt pre-wiring for drive camera with pre- wire in the destination headsign box. 2. Apollo RoadRunner 8 Camera Capability (day/night) with associated ViM software, 240ips Mobile DVR, Power Cable, RASplus Software, 1.0TB Removable HDD GPS Antenna 60 LARGE CUTAWAY BUS 4/25/2014 with iSM Interface; Multi-Band Ruggedized Dual Antennas, 5' Interior Mount WiFi and 20' Exterior Mount LTE / MIMO. 3. Seon vMax system with software management for all the hardware. 4 camera system which includes the 4 cameras, DVR, and security housing for the system in the bus (i.e. a locked compartment for the DVR). 4. MobileView Penta DVR system with up to 8 cameras. Cameras specified are to work in both day and night conditions. DVR shall be installed in the destination sign compartment. GPS antenna required. Optional wireless radio. C. Brake Retarder A driveline electromagnetic retarder of ample size shall be installed as recommended by the retarder manufacturer for the vehicle supplied with specified on/off control functions. Retarder activation system shall be the foot control operated type integrated with the brake pedal. Specify wheelbases that cannot accommodate such item. D. 4x4 Capability Ability for vehicle to be 4x4 compatible, Quigley Motor Company conversion to include hub locks and shocks, or approved equal. E. Drop Down Chains 1. OnSpot Automatic Drop Down Tire Chains or approved equal. To be permanently installed on vehicle with driver controlled switch on the driver console. 2. RUD-ROTOGRIP Light Truck with air compressor or approved equal. F. Bike Racks 1. Sportworks DL2 or equivalent bike rack mounted on the front bumper. The bike rack must be easily removed for towing. 2. Sportworks DL2 NP or equivalent bike rack mounted on the front bumper. The bike rack must be easily removed for towing. 3. Sportworks Apex 3 or equivalent bike rack mounted on the front bumper. The bike rack must be easily removed for towing. 4. Byk-Rak Solo or equivalent bike rack mounted on the front bumper. The bike rack must be easily removed for towing. G. Ski Racks Aluminum based universal ski/snowboard racks shall be attached to the exterior of the bus on the curb side. Racks shall be installed to hold as many skis/snowboards as possible. 61 LARGE CUTAWAY BUS 4/25/2014 H. Passenger Stop Request Controls shall be provided adjacent to the wheelchair securement locations and seats for requesting stops and which alerts the driver that a passenger wishes to disembark. This shall include both audible (chime) and visual (stop request) system. For ambulatory passengers, the audible controls shall be mounted at a height easily accessible for the passengers to use. For mobility-impaired passengers, the controls shall be mounted no higher than 48 inches and no lower than 15 inches above the floor. All controls shall be operable with one hand and shall not require tight grasping, pinching or twisting of the wrist. The force required to activate the controls shall be no greater than 5 foot-pounds. I. Public Address System A public address system tied into the radio system permitting the driver to announce stops and provide other passenger information. The vehicle shall be equipped with a minimum of four (4) interior speakers and one (1) exterior weather proof speaker, which shall provide for clear, audible messages. A separate volume control shall be provided within easy reach of the driver. The system shall be muted when not in use. The microphone shall be handheld microphone located adjacent to the driver. The handheld microphone shall be secured within the driver's range of vision and easy reach. 3. Electronic Destination Signs 1. Luminator Twin Vision Mobilite automatic electronic destination sign system or approved equal. Signs shall be supplied on the front and right side. Signs must comply with ADA requirements and be of the largest size the bus will accept. 2. Luminator Horizon SMT automatic electronic destination sign system or approved equal. Signs shall be supplied on the front and right side. Signs must comply with ADA requirements and be of the largest size the bus will accept. 3. Hanover Monochrome LED automatic electronic destination sign system or approved equal. Signs shall be supplied on the front and right side. Signs must comply with ADA requirements and be of the largest size the bus will accept. K. Yield to Bus Sign The sign will illuminate and warn a driver of a vehicle behind the transit body on chassis bus that the driver is required to yield when the bus is entering a traffic lane and also illuminate when the driver of the transit body on chassis bus is attempting to enter a traffic lane. The sign will be located on the back of the transit body on chassis bus and be controlled by a driver-activated switch on the driver console. L. Fareboxes 1. GFI Odyssey Farebox (standard height) or approved equal Main Trca ry One Farcbox or approved equal 3. Diamond Model XV or approved equal 4. Diamond Model SV or approved equal 62 LARGE CUTAWAY BUS • 4/25/2014 Section 33. Sample Floorplans To meet the specification requirements, vendors are required to submit with each proposal 6 floorplan diagrams, two for each class, one for front lift and one for rear lift, gasoline engine. Basic floorplan examples are provided as guidelines below, not all classes or lift configurations are presented. Purchasers may request additional floorplan diagrams after Notice of Award based on individual agency needs. If permanent seating modifications are required based on individual agency needs, vendor agrees to accurately deduct and add cost of permanent seating to offer agencies floorplans at a competitive price per pricing provided in Section 16. • Examples: Class E, Rear Lift 325.88 181.00 EGRESS WINDOW 33.50 :GRESS WINDOW 63.00 LiI ortn== 95.50 18.00 ISFAR` 152.00 TYP. 193" ; WHEELCHAIR-II A C C E S S i[f i�1 1 t C\,■ [11. l _��� 11` .- DOOR 66.00 33.50' EGRESS WINDOW EGRESS WINDOW 116.00 63 LARGE CUTAWAY BUS 4/25/2014 Class F, Front Lift 132.00 -1 . - i 18..59 1 EGRESS WINDOW GRESS WINDOW 112.00 11-\ r �o pm �i I ice/ t�-1® I j' 1 ' ii FORD /f L ---3 j I 100.25., 225 ti L__ W EEIPASE I�V ACCESS 1700 �1111 DOOR 12.00 EGRESS WINDOW EGRESS WINDOW Class F, Rear Lift 206.50 EG'.5 W/NVY75 3300 EGRESS WINDOW II S [�a%% MI [U [ Wit. 95.50 7 16.00 17700 7YP. Wj1225 SE C*D 1111 �1WHEEL IriR� lie 1 ���� E Ej '� ,L-Lf L _ DOOR 64.00 32.00 • EGRESS WINDOW EGRESS WINDOW 145.50 64 • LARGE CUTAWAY BUS 4/25/2014 Class G, Rear Lift po ie ie I is ie 1111-11: ID a Proposed �o� RO°r 32 passenger Std 96 WMe 38 ft r 0.111 • 65 `: } `T T T 73 T T r r r C-.-; r r r r r r r r r r .T-. .T-. T T co jT .T. ;'T co T W m :'m m m y m m C� T m T CE';', N ,'?t m -n =Dr, N !T m T N W ..5. 0 T m M N o -c011, 0 0 p `'.0 0 0 0 '0 -,f,, 0 0 W ' 0 0 0 0 D o0 0' O a .i0 a o v 'O v O a' : O a' O v a N Oi 9 m ^. d 9 . . N D N• J . J . -a 0 • J . ° . CD . t.„�0 . CD a m a m -. a, C) n m ,'..a m a H .!n H a m a a ,a n T T O n m a a m ° a .a m n c nil n T T O O yn m a a T T O O 4. O O O O O 2 O O O ,!e m o y < m 0 0 0 0 a E. a a > ; C -. < of m rn m `-1: rn m rn rn m O N N N N H� O f0 O f10 P. g 8 v m (T Of N 07 m co W O O m -O W N E''' W • O1 O N m N V N V C l0 N •V -N 0 Ol O (,J t0 A O O O O V, N O O ;O 0 W 8 N N N Ol S S S8 ° O S O 'O O O O O O O O Gf 41 o d y m m _ , . N N N 3 3 'N no 0 S. m 3 co 1 0O) O d A O N m, m 1 ? W A W N W l m 1 O tN (T O O m m A (J mN N 0) 0 = 03 W N ,O O O O( -0, W - P tN 0 O 0N '0 b 0 O O T J N J N O O :O O O N O 0 o O O O -O O a'O O O O 0 o O 3 5.'OO 'O a- j p O g C OT T O G O. a ,9 N 0 o a x X r'1 6 _ _ o ' 0 II ra m m E o 'm m tem nfl , a Da pm ''s, mo -Od ! dm ' �3 �i ;a T a mo 0 Ifadded+..order. quires ,'`�"N ss._.�.,_':r s-. i<xc �'' •. r _. m .e t .>?ss ,.�....,,.;�.s;, _. _.z.:.-.....�.c. If added to order,requires -- --- ——._ longer delivery Ume CV/N).tY, REM DESCRIPTION Glaval Ford Universal and Description Provided by National Bus Sales how much time? Glaval GM Than Y Glaval(most all OEMS)wit only build a low floor bus on a GM Chassis due wheel alignment Y.12-14 weeks S5;Body Op.2 Law Floor Body-ON TITAN ONLY 48,500.00 issues wi h kneeling(bwerkmg)the bus an a Fab Chassis.Therefore,lour floor option ordy available on the Gavel Titan only.See attached brochure. S7:7E.Op.1 Diesel Engine in feu of Gasoline Titan:Diesel En Engine-ON TITAN ONLY Engine is 6.6L V8 Y;4weeks 13.000.00 57;7E.Op.2 Compressed Nature Gas(CNG) The Low Pressure system is knew,includes the fuel ejectors,ECM.hamesses and fuel pump. Dedicated Fuel System'29 GGE Tank provider and upfitter is Al-Alternative Fuels.The fuel filler type is a Parker 3600 psi NGV- V'12 weeks 24.500.00 1 receptacle. Fuel Capacity is 29 GGE. One single tank mounted underneath the body. The Low Pressure system is knew,includes the fuel injectors.ECM,harnesses and fuel pump. S7;7E.Op.2 Compressed Natural Gas(CNG) 27,800.00 Tank provider and upfitter is A7-Attematve Fuels.The fuel filler type is a Parker 3600 psi NGV- Dedicated Fuel System 39 GGE 1 receptacle. Fuel Capacity is 39 GGE.Two tanks mounted underneath fire body.Tank layout Y;12 weeks diagram will be provided soon. The Low Pressure system is knew,this means the fuel injectors,ECM.harnesses and fuel 57:7E.Op.2 Compressed Natural Gas(CND) 29,800.00 Pump,The Tank provider and upfitter is A1-Atemative Fuels.The fuel filler type is a Parker Dedicated Fuel System:48 GGE 3600 psi NGV-t receptacle. Fuel Capacity is 48 GGE.Five tanks mounted underneath the body. See attached tank layout diagram for more information. V:12 weeks Universal Ford ROUSH prA1 Roush or Al Alternative(prim is the same for both.lead time will determine the vendor)will be Alternatives-Liquefied Petroleum the menufaclurer,the fuel capaclty is(41 usable GGE).The fuel filler is fuel filler type 57:7E.Op.3 Gas(LPG)Propane Dedicated Fuel 16,500.00 Shemwood Part N(PV1855BRCN).There are two 39'x 16'tanks(21 GGE each).They are System mountetl in the rear of the chassis,please see brochure.There are no other options for more V;8 weeks capadry that are Altoona Tested/Approved. Titan GM Liquified Petroleum Gas GM Chassis-GM is the provider.Fuel capacity is 37 GGE.3 tank modular system located in S7;7E.Op.3 (LPG)Propane Dedicated Fuel 16,500.00 place of the gasoline fuel tank under the vehicle between the frame rails per the brochures Y:4 weeks System:37 GGE. provided. Titan GM Liquified Petroleum Gas GM Chassis-GM is the provider.Fuel capacity is 60 GGE.3 tank system,with one additional 57;7E.Op.3 (LPG)Propane Dedicated Fuel 19,500.00 linear tank(26 GGE).Tanks are boated in place of the OEM gasoline fuel tank under the System:60 GGE. vehicle between the frame rails one one horizontal tank mounted inside the frame rail on the Y.4 weeks drivers side. S32.D. 4x4 Capability Quigley Motor See attached brochures and information. Company conversion Y;12 weeks 14,000.00 it x aeaaed to order,requves GI aval Ford Universal and,, . F ,ice,-,_e, long delivery time(YIN).I,Y. REM DESCRIPTION Glaval GM Titan Description Provided by National Bus Sales how much dme7 55:Structure Op.1'Exterior Son FRP Fiberglass Skin 650.00 The standard exterior skin a gaNan.ded steel.There is On option for FRP which is FiberGless N Reinforced Panels. S5;Body Op.i Underc'aa0ng 400.00 Pure Asphalt Undemoatlng. N 57;7A OP 1 Combined High Idle/Lih Interlock 100 00 Standard is me Advanced Fast Idle System(APIs)Gateway and Inlemroeve Integigent Lifl (Intennotive HighLock) Interlock System(ILIS).See etteched brochures and information. N S9:90.Op.1 MOR/ryde RL Suspension System 800.00 Son Coached brochures and information. N This has to be ordered when ordering me chassis.x Ford/GM hose chassis in stock with non- S9: Non-slip Axle 280.00 sip(Fmited slip ditterendaq there wig be no lead-time.x:0t:is not in stock with non-slip axle it wig have to be ordered and since ills not a standard option, e lead-Owe ton me chassis will Y;2-4 weeks - increase. Please see the Brochure Labeled Goodyear Wrangler Ore(LUac.These are snow/mud tires and 510;ISA.Op.7 Mud and Snow Taes $1125.00 for 5 tires re me best tires found for mii theicauon.The stock Ores mat are removed wig be providetl to me engcZ They can be used in me Mure as steer o es((ant G es).Inc odes mounting and Y'1 week - balancng. 510;10A.Op.1 Mud and Snow Tires;Second Opdan $1050.00 for 5 ties Cooper Discover MS Tire.The stock Gras mat are rampved wgl be provitletl to the agency.The can ba usatl in me're as steer eras(front tires).I,:i des mounting and balancing. Y;l week 510;10A.Op.2 Spare Tire Cartier Y40 gg This option has to b¢included when ordering me hassls,increases lead time.and is Y;2�weeks tlepeMent on evailabSty from OEM. 512;82.OP.1 Attemate Battery Larstion-OEM 300 _ N Engine Compartment ( ) y'a 4.� ,--s.?^�.._, - _.,. del 512;D13.Op.1 Ignition Switch Conimls-Route Zero N/A MBC through Ignition N/A 513;A3/5!6 Op.1 Air Cenaitioning Deletion Credit (3,550 00) 85:7850.00; _ 513:A3/5/6 Op.2 Thermo King Roof Top HVAC Unit 75;8200.00; A credit t ore 513;A3/5/6 Op.1($3.550.00 wig be received when selecting m s option). 513;A78 Op.1 Vacuum Operated Heater Coniml 8500 m- + +m-,7-- Valve 574;14A Op.t Upholstered Interior 855.00 Glaval uses automotive grade cloth end carpet forme ceang and side wags.Carpet is a Syntex pmeuct.Autatlom is a CMI Enterprise product.The(tore panel anti motlesty panel fabric will N match m passenger seals. N 516;76A.Op.1 Additional Mebdity Aid Positions 345 00 T N/A St6;i6A.Op.2 Single Seal Credit (150,00) 516;168.Op.I Freedman CgiSeat $280.00 pen Single Seat Choose from Freedman's vrebsite Level 3.Price includes oi$seal wire padded inserts. N $480.00 per Double Seal 576;16$.Op.1 Freedman 3PT Seat $180.00 per Single Seat �O°3B from Freatlman's websge Level3,either Vinyt or Fabric.www.freedmanaeatin9.wm N s334.00 per Double Seal ,5,555 r;N choose between Levels 1-3,and receive appropriate credit for level below. S16;168.Op.7 Freedman Go Seat $180.00 per Single Seat Choose from Freedman's websge Level3,etther Vinyl or Fabric.www.freedmanseatlng.c¢m N 5334 00 per Double Seat wally can choose between Levels 1J,and receive appropriate credit for level below. 516;Be.Op.1 Freedman Level 4 $40/per seal See websae br color and fabric choices:h 1/wwxfreedmanseaG Y:2 weeks ttp' rg.comNabricsllevel-4/ S16;88.Op., Freedman Repel S38/per seat See webaite for color and tabric dwices:hxp://www.heeamanseatlng.com/fabdcs/repel/, Y'2 weeks 576;H72;Op.1 Passenger Restraint System (95,00) _ - _ V'2 weeks Deletion Cred'R 516:814;Op.1 Single-Freedman BV Foldaway 400.00 N 516;814;Op.1 5,505_Freedman AM Foldaway 370 00 N 516;614;Op.1 Single-Freedman CNSeet 220.00 N 516;874;Op.1 Single-Freedman G¢Seat 450.00 St6;B14.Op.2 Double:Freedman BV Foldaway 56 00 N 016;814.Op.2 Double:Freedman AM Foldaway 5205.00 N N S76;074.Op.2 Double Freedman CNeeat 610.00 r Sib;814.Op.2 Doubles Freedman GoSeat 525 00,� N 516;16C.Op.1 USSC Evolution=Driver Seat 1,785.00 See attached brochures and infannation. >j V;1 week .care atlnik power pad. 516;16C.op.1 Recaro LXS Dnver's Seal 7,250.00 See attached bro hares and infomlation. V'l week 517;175.op.1 Floor Underbelly 250.00 Y 1 week http://www.allrolloors.com/Transport-Fkrodng/Bus-Fboring/Albo-Transflar-Meta.aspx provides all flooring odors.See attached brochure and information for quick pick colors.Colors in Ii using options not selected in S17;17F.Op.1 Attro Trensflor Meta 405.00 brochure do not effect vehicle lead time.Offers both Meta and Chrome choices for same cost. the quick pick brochure,kadtime All other additional colors offered on website may effect lead time.it n unknown how long until rs -6 weeks odor is spedged,estimated 38 weeks. S17;17G.Op.1 Contrast White Step Edging and 35 00 Standee line N 519;190,Op,1 Rear Emergency Exit Door 645,00 N S22;A.Op.1 Fog Lights 120.00 Opplux 4L68184 Model 2020 Dual Fog/Driving Lamp Kit Halogen But. N S22;B.Op.1 Underhaod Light 150 00 F, • Paint brand is either DuPont Chrome 2 stage(base 8 dear coat)or Martin Senour 2 stage (base E clear wet).The agency should provide previous elevation drawings and paint codes. If a new color is chosen,we will attempt to match the color that is being requested,paint a 3- S23;238.Op.1 City of Greeley Paint Scheme 3,665.00 3"sample and mail it 10 the agency so they sea the odor once applied.The agency would need to either send an email with approval or can sign the sample and send it back to Glaval indicating then approval, V;2 weeks Paint brand is either DuPont Chrome 2 stage(base E dear coat)or Marlin Senour 2 stage (based clear coat),The agency should provide previoos elevation drawings and paint nudes, R a new color is chosen,we wig attempt to match the color than is being requested,paint a 3'z S23:236.Op.1 Eagle County Paint Scheme 900.00 3'sample and mail it to the agency so they see the color once applied.The agency would need to either send an email with approval or can sign the sample and send it back to Gtaval indicating their approval. V:2 weeks Paint brand is either DuPont Chrome 2 stage(base&dear coat)or Martin Senour 2 stage (base 3 dear coal).The agency should povde previoas elevation drawings and paint codes, If a new color is chosen,we will attempt to match the color that is being requested,paint a 3"z S23;238.Op.1 Mesa County Paint Scheme 1,400.00 3'sample antl mail it to the agency so they see the color once applietl.The agency would need to either send an email with approval or can sign the sample and send it back to Glaval indicating their approval. V;2 weeks S23;238,Op.1 RFTNCdy of Aspen Paint Scheme Zem N/A Paint brand is either DuPont Chrome 2 stage(based dear coat)or Martin Senour 2 stage (base&clear coat).The agency should provide previous elevation drawings and paint codes. If a new color is nhos¢n,we wig attempt to match the odor that is being requested,paint a 3'x 523:238.Op.1 Town d Snowmass Paint Scheme 3,585.00 3-sample and mail it to the agency so they see the color once appfred.The agency would need to either send an email with approval or can sign the sample and send it back to Gavel indicating their approval. V;2 weeks Paint brand Is either DuPont Chrome 2 stage(base&clear coat)or Martin Saloon 2 stage (base 8 dear coat).The agency should provide previous elevation drawings and paint codes. If a new color is chosen,we wit attempt to match the color that is being requested,paint a 3'x S23;23B.Op.t Ag Ports Transit Paint Scheme 2450'00 3' ae nd d mal m tt tio w he apepoa sl o o r thn ee n e e o sm ole e n apspefndd.itTh bae c ecy ao d indicating thee a pproval need V;2 weeks Paint brand is either DuPont Chrana 2 stage(base 8 dear coatl or Mantle Sermon 2 stage (base&clear coat).The agency should provide previous elevation drawings and pain codes. I(a new color is chosen,we will attempt to match the Corr that is being requested,paint a 3'x 523;238.Op.1 City d Durango Paint Scheme 3,990.00 3-sample and mail it to the agency so they see the color once applied.The agency would need to enter send en email with approval or con sign the sample and send it back to Glaval indicatn9 their approval. V.2 weeks Paint brand is either DuPont Chrome 2 stage(base&clear coat)or Martin Senour 2 stage (base&dear coat).The agency shpuM preside previous elevation drawings and part codes. If a new color is chosen,we will attempt to match the color that is being requested,paint a 3"x S23;238.Op.1 DSI-Amblicab Paint Scheme 2,250.00 r sample and mail it to the agency so they sae the color once applied.The agency would need to either send an email with approval or eon sign the sample and sand it back to Gkval indicating their approval. VI 2 weeks Paint brand is either Dupont Chrome 2 stage(base 8 dear coat)or Marti Serwur 2 stage (base&dear coat).The agency should provide previous elevation drawings and part codes. Seniors'Resource Canter Paint If a new color is chosen,we will attempt to match the color that is being requested,paint a 3'x 523;23B.Op.1 Scheme 1,425.00 3"sample and mail it to the agency so they see the color once applied.The agency would need to eiher send an email with approval or tan sign the sample and send n back to Glaval iodinating their approval. V;2 weeks Paint brand is either Dupont Chrome 2 stage(base 8 dean coat)or Mahn Senour 2 stage (base&dear coat).The agency should provide previous elevation drawings and part codes. R e new curr is chosen,we wi0 attempt to match the corr That is being requested,paint a 3'x S23;238.Op.1 City of Farmington Part Scheme 3,525.00 3'sample and mail g to the agency so they see the color once applied.The agency would need to either send an email with approval or can sign the sample and send it back to Gavel indicating their approval. V 2 weeks 523;230.Op.1 Wheel Powder Coaling 730 80 V'lweek • Vehac heated/remote mirror has a composite arm that will not rust ft features a home decent nd VeNac Mirrors No Camera Model if the arm moves out of its home position ham impact.etc.simply push it back until it pops back 525;A;Op.1 2020 250.00 into its home position.EFinales the need tc set the home position again.tt also breaks away with much less force than the Roscoe minor minimizing damage to the minor,fender or abject N that it impede,Please see attached brochure and intonation, This Velvac mirror incorporates cameras for exterior viewing down the side of the bus rather than adding cameras to the Adewal of the bus,This saves the$80041000 in cameras needed under the camera system option(as two cameras wT already be k noted on the exterior via the S25;A;Op.2 Vetvac Minors With Camel Model 1 100 minor system).Velvac heeted/remote minor has a mmposite en that will not ros4 d features a 2020XG home decent so 8the an moves out of its home ponder from impact,etc.simDN push it back until it peps balk into ds home position,Egmates the need to eel the home pusidon again,It also breaks away with much less force than the Roscoe minor minimizing damage to the mirror, v;1-2 weeks fender or object that it impacts,Please see brochure, 526;26A.OR 1 Braun Vista 2 Mobility Lift (260.00)See attached brochures and information. 526;26A.Op.1 Braun Century 2 Mabdty Lift (500.00)See attached brochures antl information. 34'X51' N S26;26A.Op.1 Braun Century Mobility Lift 50.00 See attached brochures and information. 1,0001bs:34.X54' N 526;26A.Op.1 Braun Millennium 2 Mobility Lift (100.00)See attached brochures and intonation. S26;26A.Op.1 Rican KSedan KlearVue Mobility Lift (500.00)See attached brochures and information. $26;26A.Op.1 Rican Titanium 1,000 bs.KSeries Zero See attached brochures end inlonnation. 526;26A.Op.2 Access-Anze Safety Lift Belt 45.00 See attached brochures and intonation. S27;27A.Op.1 Sure-Cole FF600 Retractor Series 625.00 See attached brochures and information. 527;27A,Op.1 Sure-Lok AL 700 Titan Series 375.00 See attached brochures and information. 527;27k Op.1 0Straint ORT Deluxe Series 580.00 See attached brochures and intonation. S27;27A.Op.1 0Straint ORT Max Series 375.00 See attached brochures and information. 527;27A,Op.1 Q-Straint CUBE Series 1,700.00 See attached brochures and Information. 527;27C.Op.1 Sure-Lok Series L Tack;specify 350,00 See attached brochures and information. model#AL712S4C N 527;27C.OR 1 Sure-Lock Slide IN Click 525.00 No brochure available:see websfte:hHpsl/car w.sure-bk.cuheomni-fboranthor-systems- N menu.hfml 527;27C.Op,1 O"Strain!L Track;specify model It 375.00 See attached hrohures and information. 0-8300-A1-L 527;27C.Op.1 O'Stnaint Slide-N Click 510.00 See attached brochures and information. N S27;270 OR 2 Full Length Track 8.00 per foot 9. S27;270 OR 3 Scooter SowremenI System 155E0 N S27;27G,OR 1 Storage Pouch 35E0 ry S27;27G.Op.2 Freedman Seating Ta Down 50.00/each See attached brochures a d information. Storage System(TOSS) 528;280.Op.1 Front Help Bumpers 950.00 See attached bro hares and hfonnefon. S28;280.Op.2 Rear Help Bumpers 625.00 See attached brochures and information. 528;281 Op.1 Running Board Deletion Credit (50001 _- N 528;280.Op.1 Bluetooth Enabled Radio 205.00 Jensen AWM 914 AM/FM/Bknetooth Stereo S28;280.Op.2 Parotransil Scheduling Hardware 400E0 The pace provided allows for for a couple different options that tan hosen et the time of order.For N (Tablets,etc.)Power Source xample;Inverters 00-AC power ports or tablet pawercord hardwired into the bus. 529;20A.OR 1 As Built Parts Manual 50E0 • - S32;A.1. S rshEy.Plus Reverse Assistance 500.00 See attached b y rochures and intonation i Y - -?. 532;A.2. Closed drcuit rearview 900.00 Rearview Safely-RVS-770613.comes wfth one camel(up to two more cameras can be added N nwnitoring/reverse asst.system for$450 each maximum total of 3 cameras),dosed circuit module and dash monitor. S32;A.3. Dash mounted monitor and rsmere 60000 ReaMew Safely-RVS-770613(same as 532;A.2)except it does not have the Closed cimit N mounted-vehicle rear module.One camere and the dash monitor $32;A.4. aRnearview Minorwtth BulB In Screen 750.00 Mar-Vi ion(1)Black Camera Setup with digital display in rearview minor. d Badup Camera REI Model 88801,Installation inducted,indades up to 4 Cameras.The Wedge cameras are 532;B.1. REI Model R8001 Camera System 3.400.00 inducted with the system.The different lens mm will depend on the desired location.See attached cut sheet and information.Viewing station and software must be purchased seperately N if needed.Viewing station and software is$1200.00. p08 Roadrunner 8 Camera Apollo Roadrunner 8,Installation Incknded,inductee up to 8 cameras.See attahed oct sheet 532:B.2. System 7,200.00 red thi=n.Viewing station and software must be purchased seperelely d needed.Ytewing N station and software is 51.350.00. Sean vMax,Installation included,includes up to 4 cameras.See attached cut sheet and S32,B.3. Sean vMax 4 Camera System 3,700.00 intonation.Viewing station and software most be purchased separately if needed.Viewing N station/docking post and software is 5400.00. MobilView Ponta 18 installation included.includes up to 8 cameras.See attached cut sheet and S32;B.4. MobileView Panto 8 Camera System 7,500.00 information.Viewing station and software must be purchased separately if needed.Viewing N station and software is 51,000.00. N S32;C. Brake Retarder 7,505.00 Telma Retarder.Foot Control,ESeries TIK10678(AC50-55) S32;E.1. On5po1 Automatic Drop Down Tire 3.470.00 See attached brochures and information. N Chains GM4500 12V Compressor 532;E.1. OnSper Automatic Drop Down Tire 2,600.00 See attached brochures and information. N Chains GM3500 12 V Compressor S32;E.1. OnSpot Automatic Drop Down Tire 2.870 00 See attached brochures and information. N Chains Ford E350/E450 12V Comp. 532;E.2. RUO-ROTOGRIP Light Truck with 3,700.00 See attached brochures and information.Please note.Gavel is hesitant to offer this system due N • air compressor to multiple customer issues.Please discuss with vendor before ordering. 032;F.1. Sportworks DL2 Bike Rack 1,710.00 See attached brochures and information. N S32;F.2. Sportworks DL2 NP Bike Rack 1,950.00 See attached brochures and information. Y.1 week S32;F.3. Sportworks Apex 3 Bike Rack 2,245.00 See attached brochures and information. V:1 week S32;F.4. Byk-Rak Solo Bike Rack 1,475.00 See attached brochures and information. N 532;G. Ski Rack 900.00 This price is per section.it is the parebatic option per the brochure.Each section holds 4 pairs V;2 weeks of skis.Or the standard skinny ski rack that holds 7 pairs of skis.. S32;H. Passenger Stop Request 425.00 Transign LED sign surface mount and pun cord SRM900.Can be wall or ceiling mounted. 532;H. Passenger Stop Request at 110.00 Per Wheelchair position. Wheelchair positions S32;I. Public Address System 90.00 See attached brochures and information. S32;J 1 Laminator Twin Vision Mobilte Sign 6.900.00 See attached brochures and information.Software,programming and installation included. System Front and side sign. Y.1 week • S32;J.2. Laminator Horizon SMT Sign 9,300.00 See attached brochures and infonation....Software,programming and installation included. System Front and side sign. 7;1 week 532;J.3. Hanover Monochrome LED 7,800.00 See attached brochures and infarmagon....Software,programming and installation included. Automatic Sign System Front and side sign. V;2 weeks 532:K. Yield to Bus Sign 365.00 SMI Merge Alert System.See attached brochures and information. S32;L.1. GFI Odyssey Farebox 15,800.00 See attached brochures and information.Pace includes base farebox and installation. V;4-6 weeks V:1 week S32;L.3. Diamond Model Xi./ 1,380.00 See attached brochures and information.Installation provided.S32;L.4. Diamond Model SV 1.310.00 See attached brochures and information.Installation provided. V:1 week Keyed alike-If an agency orders more than two buses this is an option to have an of the 532;M. Keyed Nike 400.0Orbus ignition/doors keyed alike.All of the buses ordered would use the exact same key.This is sometimes selected when losing keys is an issue and when the agency has a very secure V;4-8 weeks location for their vehicles. • • requires longer delivery ITEM DESCRIPTION Glaval Ford Entoura a Descri bon Provided b National Bus Sales times longer HY,how much time? S7;7E.Op.1 Diesel Engine in lieu of Gasoline Engine 6,900.00 Diesel engine is 6.7L Turbocharged. V:4 weeks The Law Pressure system is Impco,includes the fuel injectors,ECM,hamesses and 07;7E.Op.2 Compressed Natural Gas(CNG)Dedicated Fuel 27,000.00 fuel pump.Tank provider and upfitter is At-Alternative Fuels.The fuel filler type is a System:42 GGE Parker 3600 psi NGV-1 receptacle.Fuel Capacity is 42 GGE. There are 2 tanks mounted underneath the body.Tank layout diagram will be provided soon. Y'12 weeks The Low Pressure system is Impca,includes the fuel injectors,ECM,hamesses and S7;7E.Op.2 Compressed Natural Gas(CNG)Dedicated Fuel 29,500.00 fuel pump.Tank provider and upfitter is At-Alternative Fuels.The fuel filler type is a System:53 GGE Parker 3600 psi NGV-1 receptacle.Fuel Capacity is 53 GGE.There are 4 tanks mounted underneath the body.See attached tank layout diagram for more information. Y'12 weeks The Low Pressure system is Impco,includes the fuel injectors,ECM,hamesses and Compressed Natural Gas(CNG)Dedicated Fuei fuel pump.Tank provider and upfitter is Al-Altemakve Fuels.The fuel filler type is a S7;7E.Op.2 System:62 GGE 32,800.00 Parker 3600 psi NGV-1 receptacle.Fuel Capacity is 62 GGE.Subject to Wheelbase length.There are 5 tanks mounted underneath the body.See attached tank layout V.12 weeks diagram for more information. Roush orA1 Alternative(price is the same for both,lead time will determine the vendor) Liquefied Petroleum Gas(LPG)Propane Dedicated will be the manufacturer,the fuel capacity is(41 usable GGE).The fuel filler is fuel filler 57,7E.Op.3 Fuel System,Roush Gas Altemaropane2 GGE 18,500.00 type Sherwood Part#(PV1855BRCN).There are two 39"x 16"tanks(21 GGE each). They are mounted in the rear of the chassis,please see brochure.There are no other options for more capacity that are Altoona Tested/Approved. Y:8 weeks Roush or Al Alternative(price is the same for both,lead time will determine the vendor) the fuel capacity is(65 usable GGE).The fuel filler is fuel filler type Sherwood Part# S7;7E.011 3 Liquefied Petroleum Gas(LPG)Propane Dedicated 22,800.00 (PV1855BRCN).There is two 27"x 76 tanks mounted between the frame rails at the Fuel System Roush or At Alternative.65 GGE very rear of the chassis.(32.5 GGE each). They are mounted in the rear of the chassis,please see brochure.Pending alt requirements/approvals based on vehicle Y:8 weeks configuration. Y:4-6 weeks S32;D. 4x4 Capability:Ford OEM 5,000.00 sA xA t,Y Y �-C H added to order, _ v_". �- . requires longer delivery ITEM DESCRIPTION Glaval Ford Entoura a Descri can Provided h National Bus Sales q lime(Y/N).B Y,how 9 pf y much time? S5;Structure Op.1:Exterior FRP Fiberglass Skin 1,350.00 The standard exterior skin is galvanized steel.There is an option for FRP which is N Skin FiberGlass Reinforced Panels. 55;Body Op.1 Undercoating 400.00 Pure Asphalt Undercoating. N S7;7A.Op.1 Combined High Idle/Lift Interlock(Intemtotive 10'3'00 Standard is the Advanced Fast Idle System(AFIS)Gateway and Intermotive Intelligent HighLock) Lift Interlock System(ILIS).See attached brochures and information. N S9;9D.Op.1 MOR/ryde RL Suspension System 800.00 See attached brochures and information, N This has to be ordered when ordering the chassis.If Ford has a chassis in stock with S9;90.Op.2 Non-slip Axle 280.00 non-slip(limited slip differential)there will be no lead-dme.N l is not in stock with non- siip axle 4 wlt have to be ordered and since it is not a standard option,the lead-time for Y 2-4 weeks the chassis will increase. Please see the Brochure Labeled Goodyear Wrangler DuraTrac.These are snow/mud S10;10A.Op.1 Mud and Snow Tires 3400.00 for 5 tires tires and were the best tires found for this application.The stock tires that are removed will be provided to the agency.They can be used in the future as steer tires(iron[ Y.1 week _ tires).Price indudes mounting and balancing. Goodyear 0622 Commerical Grade Mud/Snaw tire.The stock tires that are removed 570;10A.Op.1 Mud and Snow Tres;Second Option 2240.00 for 5 tires will be provided to the agency.They can be used in the future as steer tires(front V-1 week fires).Price indudes mounting and balancing. S10;10A.Op.2 Spare Tre Carrier 240'00 Y' Thdeis epdteoas a vo a ianldroed m wOEn.ordenn 2-4 weeks g the chassis,increases lead time,and is St2;B2.Op:1 Alternate Battery Location—OEM Engine (300.00) N Compartment S12;D13.Op. Ignition Switch Controls—Route MBC through Zero N/A 1 Ignition S13 A3/5/6 N/A 0. 1 Air Conditioning Deletion Credit (3,550.00) 313:A3/5/6 65:7850.001 Op 2 Thermo King Roof Top I-1VAC Unit 75:8200.00; A credit horn S13;A3/5/6 Op.1($3,550.00 will be received when selecting this option). N Credit Not A•.lied N S13;A18 Op.1 Vacuum Operated Heater Control Valve 85.00 �) Glaval uses automotive grade cloth and carpet for the ceiling and side walls.Carpet is 574;14A.Op.7 Upholstered Interior 855.00 a Syntex product Autodoth is a CMI Enterprise product.The feature panel and N modesty panel fabric will match the passenger seats. 516;16A.Op.1 Additional me r. Aid Positions 345 00 ^ten ° N h7r....�:.. reek S16;t6A.Op.2 Single Seat Credit (150 00) N/A 516;166.Op.1 Freedman CibSeat $280,00 per Single Seat Choose from Freedman's website Level 3.Price indudes citiseat with padded inserts. N $480.00 per Double Seat Choose from Freedman's website Level 3,either vinyl or Fabric. S16;188.Op.1 Freedman 3PT Seat www.freedmanseating.com Actualy can choose between Levels 1-3,and receive $210.00 Per Single Seat N $290.00 Per Double Seat appropriate credit for level below. Choose from Freedman's website Level 3,either Vinyl or Fabdc. 51fi;16B.Op.1 Freedman Go Seat www.freedmanseating.com Actually can choose between Levels 1-3 and receive $125.00 per Single Seat appropriate credit for level below. N $225.00 per Double Seat S16;B8.Op.1 Freedman Level 4 $40/per seat See website for color and fabric choces: V.2 weeks p http://wwsite for 41 S16;B8.Op.1 Freedman Repel $38lper seat See website for color and fabric choices:htt J/www.freedmanseatin corNtabrics/repeU V;2 weeks P' 9 N 516;812;Op.1 Passenger Restraint System Deletion Credtt (95.00) N 516;674;Op.1 single-Freedman BV Foldaway 400.00 N 516;814;Op.1 Single Freedman AM Foldaway 370.00 N 576;874;Op.1 Single-Freedman CitiSeat 220.00 ; N 516;B14;Op.1 Single-Freedman GoSeat 450.00 „nri ei w......rr t.4x�3i N 516;814.Op.2 Double:Freedman BV Foldaway 565.00 N 5 16'B14.OP Double:Freedman AM Foldaway 520.00 , 516;814.Op. - N 2 Double:Freedman Citiseat 610.00 St6;B14.Op. Double:Freedman GoSeat 525.00 - N 2 516;16C.Op. USSC Evolution G2E Driver Seat with adnik power 1325.00 manual See attached brochures and information.This applies tease Base model which is the 1 Ped- seatbase only XL.rut agency wants the power seat base option,please select the XLT package at . V'1 week the top. Y'1 week 577:178.Op.1 Floor Underbelly 250.00 http://www.altrofloors.cor Transpon-Flooring/Bus-Flooring/Altro-Trensflor-Meta.aspe provides all flooring colors.See ariached brochure and information for quick pick colors. If using options not 577,17F.Op.I Alt Trensttor Meta 405.00 Colors in brochure do not affect vehicle lead time.Offers both Meta and Chrome selected in the quick pick choices for same cost.All other additional colors offered on website may affect lead brochure,leadtime is 3-6 time,t is unknown how long until color is specified,estimated 3.6 weeks. weeks 517;17G.Op. Contrast White Step Edging and Standee Line 35.00 N 1 519;19D.Op. Rear Emergency Exit Door 645.00 N N 522;A.Op.1 Fog Lights 120.00 Ophlux HI-88184 Model 2020 Dual Fog/Driving Lamp Kit Halogen Bulb N 522;B.Op.1 Underhood Light 150.00 ] Paint brand is ether DuPont Chrome 2 stage(base&deer coat)ar Martin Senora 2•-- stage(base&dear coat).The agency should provide previous elevation drawings and paint codes.If a;.'3''ew color is chosen,we will attempt to match the color that is being 523;23B.Op.1 City of Greeley Paint Scheme 4,200.00 requested,paint x 3"sample and mail it to the agency so they see the color once applied.The agency would need to either send an email with approval or can sign the V:2 weeks sample and send it back to Glaval indicating their approval. Paint brand is either DuPont Chrome 2 stage(base&clear coat)or Martin Senou 2 stage(base&dear coat).The agency should provide previous elevation drawings and etch the 1523;236.Op. Eagle County Paint Scheme 1,200.00 requested,paint a 3"x 3"sample and mail it t the agency so they seertlie color once applied.The agency would need to either send an email with approval or can sign the V;2 weeks sample and send it back to Glaval indicating their approval. Paint brand is either Duple 2 stage(base&clear coat)or Marlin Senou 2 stage(base&dear coat).The agency should provide previous elevation drawings and S23;23B.Op. paint codes.If a new color is chosen,we will attempt to match the color that is being Mesa County Paint Scheme 7,600.00 requested,paint a 3"03"sample and mail 0 to the agency so they see the color once applied.The agency would need to either send an email with approval or can sign the V 2 weeks sample and send it back to Glaval indicating their approval. S23;23B.OP. 777' ,-•�...":-.�..,..,, �„^. 1 RFTA/Clry of Aspen Paint Soheme Zero '." '-- ..'; -' ,1 Paint brand is either DuPont Chrome 2 stage(base&clear coat)or Martin Seoou 2 stage(base 8 clear coat).The agency should provide previous elevators drawings and 523;23B.Op. Town of 5nowmass Paint Scheme paint codes.If a new color is chosen,we will attempt to match the color that is being 1 3,885.00 requested,paint a 3"x 3"sample and mail it to the agency so they see the color once applied.The agency would need to either send an email with approval or can sign the sample and send it back to Glaval indicating their approval. V;2 weeks Paint brand is either DuPont Chrome 2 stage(base&clear coat)or Martin Senour 2 stage(base&clear coal(.The agency should provide previous elevation drawings and S23,23B.Op. paint codes.If a new color is chosen,we will attempt to match the color that is being 1 All Points Transit Paint Scheme 3,250.00 requested,paint a 3"x 3"sample and mail it to the agency so they see the color once applied.The agency would need to either send an email wNt approval or can sign the sample and send it back to Glaval indicating their approval. Y:2 weeks Paint brand is either DuPont Chrome 2 stage(base&clear coat)or Martin Senour 2 stage(base&dear coat).The agency should provide previous elevation drawings and S23;23B.Op. paint codes.If a new color is chosen,we will attempt to match the color that is being 1 City of Durango Paint Scheme 4,600.00 requested,paint a 3"x 3"sample and mail it to the agency so they see the color once applied.The agency would need to either send an email with approval or can sign the sample and send it back to Glaval indicating their approval. Y;2 weeks Paint brand is either DuPont Chrome 2 stage(base&dear coat)or Martin Senour 2 stage(base&clear coat).The agency should provide previous elevation drawings and S23;23B.Op. paint codes.If a new color is chosen,we will attempt to match the color that is being 1 DSI-Amblicab Paint Scheme 3,250.00 requested,paint a 3"x 3"sample and mail it to the agency so they see the color once applied.The agency would need to either send en email with approval or can sign the sample and send it back to Glaval indicating their approval. Y:2 weeks Paint brand is either DuPont Chrome 2 stage(base&clear coat)or Martin Senour 2 stage(base&clear coat).The agency should provide previous elevation drawings and 523;23B.Op. paint codes.If a new color is chosen,we will attempt to match the color that is being 1 Seniors'Resource Center Paint Scheme 2,300.00 requested,paint a 3"x 3"sample and mail it to the agency so they see the color once applied.The agency would need to either send an email with approval or can sign the sample and send it back to Glaval indicating their approval. Y:2 weeks Paint brand is either DuPont Chroma 2 stage(base&clear coat)or Martin Senour 2 stage tease's.dear coat).The agency should provide previous elevation drawings and 523;23B.Op. paint codes.If a new color is chosen,we will attempt to match the color that is being 1 City of Farmington Paint Scheme 4,525.00 requested,paint a 3"x 3"sample and mail it to the agency so they see the color once applied.The agency would need to either send an email with approval or can sign the sample and send ft back to Glaval indicating their approval. Y:2 weeks Y;1 week 523;230.Op. Wheel Powder Coating 730.00 Velvac heated/remote mirror has a composite ann that will not rust,g features a home detest so if the arm moves out of its home position from impact,etc.simply push it back S25;A;Op.1 Velvac Mirrors No Camera Model 2020 250.00 until tt pops back into its home position.Elimates the need[o set the home position again. h also breaks away with much less force thanthe Roscoe minor minimizing damage to the mirror,fender or object that it impacts.Please see attached brochure and information. N This Velvac mirror incorporates cameras for exterior viewing down the side of the bus rather than adding cameras to the sidewall of the bus.This saves the$800$1000 in cameras needed under the camera system option(as two cameras wig already be located on the exterior via the mirror system).Vevac heated/remote minor has a S25;A;Op.2 Velvac Mirrors With Camera Model 2020XG 7,100.00 composite arm that wig no rust,it features a home detest so if the arm moves out of its home position from impact,etc.simply push it back until it pops back into its home position.Elimates the need to set the home position again.It also breaks away with much less force than the Roscoe mirror minimizing damage to the mirror,fender or object that it impacts.Please see brochure. Y;1-2 weeks N S26;26k Op.1 Braun Vista 2 Mobility Lift (260.00)See attached brochures and information. N 526;26A.Op. Braun Century 2 Mobility Lift 34"X57' (500.00)See attached brochures and information. 526;26A.Op. Braun Century 2 Mobility Lift 1,0001bs;34"x54" 50.00 See attached brochures and information. N 1 526;26A.O N OP Braun Millennium 2 Mobility Lift (100.00)See attached brochures and information. 526;26A.OP. Rican K-Series Klea,vue Mobility Lift N 1 ty (500.00)See attached brochures and information. S26;26A.Op. Rican Titanium 1,000 lbs.KSeries Zero See attached brochures and informaton. N 1 N S26;26k Op.2 Access-Arize Safety Lift Belt 45.00 See attached brochures and information. 625.00 See attached brochures and information. N 527;27A.Op.1 Sure-Lok FF600 Retractor Series 527;27A.Op, Sure-Lob AL 700 Titan Series 375.00 See attached brochures and informafion. N 1 S27,27A.Of 0-Straint QRT Deluxe Series 580.00 See attached brochures and information. N 1 527;27A.Op. Q-Straint DIRT Max Series 375.00 See attached brochures and information. N S27;27A.Op. 0-Straint O'UBE Series 1,700.00 See attached brochures and information. N 1827;27C.Op. Sure-Lok Series L Track;model#AL772S4C 350.00 See attached brochures and information. N 1 525.00 No brochure available:see webstte:httpsl/www.sure-lok.com/omni-Flooranchor- N 1 systems_menu.html S27;27C.Op. Sure-Lock Slide'N Click S27,27C.Op. OStraint L Track;model#0-8300-At- L N 1 375.00 See attached brochures and information. 527;27C.Op. O'Straint Slide"N Click 510.00 See attached brochures and information. N S27;27C.Op. Full Length Track N 8.00 per foot N 327'27C,Op. Scooter Securement System 155.00 S27;27G.Op. Storage pouch 35.00 �-i" - �� *- N 1 ing Tie Down Storage System 50.00/each S27;27G.Op. Freedman Seat See attached brochures and information. N 2 (TOSS) Si 28;28D.Op. Front Help Bumpers Not Available See attached brochures and information. N 528;28D.Op. Rear Help Bumpers • 625.00 See attached brochures and information. N 2 N S28:281.Op.1 Running Board Deletion Credit Not Available - 528;280.0p. Bluetooth Enabled Radio 205.00 Jensen AWM 914 AM/FMBluetooth Stereo N 1 S28;280.Op. Paratransit Scheduling Hardware(Tablets,etc.) The price provided allows for a couple different options that can chosen at the time of 2 Power Source 400.00 order.For example:Inverters for DC-AC power ports or tablet powercord hardwired into N the bus. N S29;29A.Op.1 As Built Parts Manual - 50.00 _ .•,xW: N S32:A.1. HawkEye Plus Reverse Assistance System 500.00 Added Closed circuit rearview monitoring/reverse asst. Rearview Safety-RVS-770613.comes with one camera(up to two more cameras can S32;A.2. system 900.00 be added for$450 each maximum total of 3 cameras),dosed circuit module and dash N monitor. - 532;A 3. Dash mounted monitor and camera mounted- 600.00 Rearview Safety-RVS-770613(same as 532;A.2)except it does not have the Closed vehicle rear clmit module.One camera and the dash monitor. N S32;A.4. Rearview Mirror with Built In Screen and Backup 750.00 Mor-Vision(1)Black Camera Setup with digital display in rearview mirror. N Camera REI Model R8801,Installation included,includes up to 4 Cameras.The Wedge S32;B.1. REI Model R8001 Camera System 3,400.00 wmeres are included with this system.The different lens mm will depend on the desired location.See attached cut sheet and information.Viewing station and software must be purchased seperately if needed.Viewing station and software is$1,200.00. N Apollo Roadrunner 8,Installation Included,includes up to 8 cameras.See attached cut S32;B.2. Apollo Roadrunner 8 Camera System 7,200.00 sheet and information.Viewing station and software must be purchased seperately if N needed.Viewing station and software is$1,350.00. Seon vMax,Installation included,includes up to 4 cameras.One attached cut sheet 532;B.3. Seon vMax 4 Camera System 3,700.00 and information,Viewing station and software must be purchased seperately if needed. Viewing station/docking post and software is$400.00. N MobiMew Penta 8,installation Included,includes up to 8 cameras.See attached cut S32;B.4. MobileView Penta 8 Camera System 7,500.00 sheet and information.Viewing station and software must be purchased seperately if needed.Viewing station and software is$1,000.00. N N S32;C. Brake Retarder 7,505.00 Telma Retarder,Foot Control,ESeries TIK10678(AC50-55) S32;E.1. OnSpot AutomV Comatic p. Drop Down Tire Chains Ford 2,870.00 See attached brochures and information. N F550 1 S32;E.2. RUD-ROTOGRIP Light Truck with air compressor See attached brochures and information.Please note,Glaval is hesitant to offer this N system due to multiple customer issues.Please discuss with vendor before ordering. N S32;F.1. Sportworks 01.2 Bike Rack 1,710.00 See attached brochures and information. S32;F.2. Sportworks DL2 NP Bike Rack 1,950.00 See attached brochures and information. Y;1 week S32;F.3. Sportworks Apex 3 Bike Rack 2,245.00 See attached brochures and information. Y;1 week N - S32;F.4. Byk-Rak Solo Bike Rack 1,475.00 See attached brochures and information. 532;G. Ski Rack 945.00 This price is per section,it is the parabatic option per the brochure.Each section holds Y:2 weeks 4 pairs of skis.Or the standard skinny ski rack that holds 7 pairs of skis. S32;H. Passenger Stop Request 425.00 Transign LED sign surface mount and pull cord SRM900.Can be wall or ceiling N mounted. Passenger Stop Request at Wheelchair positions 110.00 Per Wheelchair position. N N S32;I. Public Address System 90.00 See attached brochures and information. S32;J.1. Luminator Twin Vision Mobilite Sign System 6,900.00 See attached brochures and information.Software,programming and installation Y;1 week included.Front and side sign. S32;J.2. Luminator Horizon SMT Sign System 9,300.00 See attached brochures and information....Software,programming and installation Y;1 week included.Front and side sign. S32;.1.3. Hanover Monochrome LED Automatic Sign System 7800.00 See attached brochures and information....Software,programming and installation included.Front and side sign. Y:2 weeks S32;K. Yield to Bus Sign 365.00 SMI Merge Alert System.See attached brochures and information. N S32;L.1. GFI Odyssey Farebox 15,800.00 See attached brochures and information.Price includes base farebox and installation. Y;4-6 weeks S32;L.3. Diamond Model XV 1,380.00 See attached brochures and information.Installation provided. Y;1 week S32;L.4. Diamond Model SV 1.310.00 See attached brochures and information.Installation provided. V.1 week Keyed alike-If an agency orders more than two buses this is an option to have all of the S32;M. Keyed AFke 450.00 per bus ignition/doors keyed alike.All of the buses ordered would use the exact same key. This is sometimes selected when losing keys is an issue and when the agency has a Y;4-6 weeks very secure location for their vehicles. Colorado Mountain Purchasing Consortium PURCHASE AGREEMENT Between f d's! e5 PROPOSAL # CMPC-14-BOC-RFP Awarded : September_, 2014 by Eagle County Government P.O. Box 850 Eagle, Colorado 81631 EXHIBIT C PURCHASING AGREEMENT Eagle County Award#C0-2014-M. Issued By: Eagle County P.O. Box 850 Eagle, CO 81631 Administered By: Kelley Collier Director of Transportation Contractor: National Bus Sales Mailing Address: P.O. Box 6549 Marietta, GA 30065 Street Address: 800 Pickens Drive Ext. Marietta, GA 30062 WHEREAS, the Colorado Mountain Purchasing Consortium (CMPC)is a group of local agencies providing mass transportation services, who are aligned for the purpose of the coordinated purchase of cutaway vehicles; and WHEREAS, Eagle County led a solicitation on behalf of the CMPC and issued the Colorado Mountain Purchasing Consortium Request for Proposal for Project No. CMPC- 14-BOC-RFP dated March 5, 2014 (the"RFP," a copy of which is incorporated herein by this reference and available for inspection in the offices of the ECO Transit Department), which complied with federal guidelines for the purchase of cutaway vehicles using state and/or federal grant dollars (the"Solicitation"); and • WHEREAS, Vendor submitted a proposal on May 5,2014 (the"Proposal,"a copy of which is incorporated herein by this reference and available for inspection at the offices of the ECO Transit Department) and was chosen as the successful respondent to the Solicitation; and WHEREAS, nse _ a ("Agency") is a participant in the CMPC and desires to purchase the below described make and model vehicle(s) from Vendor in accordance with said Solicitation; and WHEREAS, Vendor is authorized to do business in the State of Colorado and has the time, skill, expertise, and experience necessary to provide the vehicles as set forth below in paragraph 1 hereof; and WHEREAS, this Purchase Agreement shall govern the relationship between Vendor and Agency in connection with the procurement of said vehicles. NOW, THEREFORE, in consideration of the foreclosing and following promises, Vendor and Agency agree as follows: 1. Equipment: a. Vendor agrees to provide the following vehicles and associated components (hereinafter referred to as the"Equipment") as more specifically identified in the CMPC Purchase Order Form which is attached hereto as Exhibit A, and incorporated herein by this reference: Base Vehicle Class: ; Fuel Type: t ,xv Quantity: flaw b. Vendor shall comply with all general requirements, conditions and terms as set forth in the RFP. c. In the event of any conflict or inconsistency between the terms and conditions set forth in Exhibit A, the RFP, or the Proposal, and the terms and conditions set forth in this Agreement, the terms and conditions set forth in this Agreement shall prevail. d. Agency shall have the right to inspect all Equipment. Inspection and acceptance shall not be unreasonably delayed or refused. Agency may conduct acceptance tests on each delivered vehicle. These tests shall be completed within ten(10)business days after vehicle delivery and Vendor will be notified by the 10th day if the vehicle has been accepted or needs additional work. The post-delivery tests shall include visual inspection and vehicle operations. Vehicles that fail to pass the post-delivery tests are subject to non-acceptance. Agency shall record details of all defects notify Vendor of non- acceptance of each vehicle. The defects detected during these tests shall be repaired according to the procedures defined on page 19 and 20 in Part 1 of the RFP. In the event Agency does not accept the Equipment for any reason in its sole discretion, then Vendor shall upon Agency's request and at no charge to Agency: i. take the Equipment back; ii. exchange the Equipment; or iii. repair the Equipment. 2. Compensation: a. Agency shall compensate Vendor for the Equipment in accordance with the rates shown in Exhibit A and calculated as follows: Unit Cost Total Cost b. Payment will be made for Equipment satisfactorily delivered and accepted within thirty(30) days of receipt of a proper and accurate invoice from Vendor and when CMPC members receive required FTA/CDOT post-delivery paperwork. All invoices shall include detail regarding the Equipment and such other detail as Agency may request. c. If, at any time during the term or after termination or expiration of this Agreement, Agency reasonably determines that any payment made by Agency to Vendor was improper because the Equipment for which payment was made were not provided as set forth in this Agreement, then upon written notice of such determination and request for reimbursement from Agency, Vendor shall forthwith return such payment(s) to Agency. Upon termination or expiration of this Agreement, unexpended funds advanced by Agency, if any, shall forthwith be returned to Agency. d. Agency will not withhold any taxes from monies paid to the Vendor hereunder and Vendor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. e. Notwithstanding anything to the contrary contained in this Agreement, Agency shall have no obligations under this Agreement after, nor shall any payments be made to Vendor in respect of any period after December 31 of any year, without an appropriation therefor by Agency in accordance with a budget adopted by its governing body in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment (Colorado Constitution,Article X, Sec. 20). 3. Schedule: a. The Equipment shall be delivered at a rate not to exceed five (5) vehicles per day Monday through Friday. No deliveries shall be made on weekends or holidays. Delivery of the Equipment shall be completed on or before 90-120 days, as stated in the Proposal, except when certain purchase options increase delivery time by an additional 45 days. In any case, 165 days is the maximum delivery period allowable after Agency's execution of a Purchasing Agreement and CMPC Purchase Order Form. b. Vendor and Agency agree that if delivery is not made within a maximum of 165 days, as liquidated damages (but not as a penalty) Vendor shall pay Agency one hundred dollars ($100.00)per calendar day,per vehicle. 4. Federal Grant Contract: The Parties acknowledge that Agency is a sub- recipient of a grant awarded by either/or the Federal Transit Administration (FTA) or the Colorado Department of Transportation (CDOT), which will be used to fund, in part, the procurement of this equipment. The CMPC estimates that approximately 60% of all CMPC contract amounts will be funded by the FTA and/or CDOT. 5. Documents: Vendor shall execute any bill of sale or other documents required by Agency to transfer title of the Equipment to Agency. Vendor shall provide copies of any instruction or operations manuals and shall further provide copies of any manufacturers warranties associated with the Equipment as specified in the RFP, Part 1 page 19 and page 73. 6. Other Contract Requirements and Vendor Representations: a. Vendor has familiarized itself with the intended purpose and use of the Equipment to be provided hereunder, the intended use of such Equipment by Agency, and with all local conditions, federal, state and local laws, ordinances, rules and regulations that in any manner affect cost,progress, or Equipment. b. Vendor will make, or cause to be made, examinations, investigations, and tests as he deems necessary for the performance of this Agreement. c. The fact that the Agency has accepted or approved the Equipment shall not relieve Vendor of any of its responsibilities. Vendor represents and warrants that it has the expertise and personnel necessary to properly perform the terms of this Agreement. Vendor shall provide appropriate supervision to its employees to ensure the performance in accordance with this Agreement. Vendor will provide the Equipment and any associated services in a skillful, professional and competent manner and in accordance with the standard of care applicable to vendors supplying similar equipment and services. d. Vendor warrants merchantability and fitness of the Equipment for its intended use and purpose. e. Vendor agrees to provide the following warranties for each vehicle purchased under this Purchase Agreement: Item Years Mileage OEM Chassis (incl. tires) 3 100,000 Manufacturer's Warranty 2 Unlimited Air Conditioning System 2 Unlimited Alternator 3 36,000 3 (parts); Unlimited Mobility/Wheelchair Lift Cycles 1 (labor) y Powertrain(gas and diesel) 5 year gas and 60K Gas/100K diesel Diesel Body Structural 5 years 60,000 miles Intermotive Interlock 2 years Unlimited Auxiliary Heater 3 years 36,000 miles Electric Door System 1 year Y Unlimited LED Lighting 2 years Unlimited f. Vendor warrants that title to all Equipment shall pass to Agency either by incorporation into the Agency facility or upon receipt by Vendor of payment from Agency (whichever occurs first) free and clear of all liens, claims, security interests or encumbrances. Vendor further warrants that Vendor (or any other person performing Work) purchased all Equipment free and clear of all liens, claims, security interests or encumbrances. Notwithstanding the foregoing, Vendor assumes all risk of loss with respect to the Equipment until Agency has inspected and approved the same. g. Within a reasonable time after receipt of written notice, Vendor shall correct at its own expense, without cost to Agency, and without interruption to Agency: i. Any defects in Equipment which existed prior to or during the period of any guarantee or warranty provided in this Agreement; and ii. Any damage to any property caused by such defects or the repairing of such defects. h. Guarantees and warranties shall not be construed to modify or limit any rights or actions Agency may otherwise have against Vendor in law or in equity. i. Vendor agrees to work in an expeditious manner, within the sound exercise of its judgment and professional standards, in the performance of this Agreement as outlined in the RFP, Part 3. Time is of the essence with respect to this Agreement. j. This Agreement constitutes an agreement for performance by Contractor as an independent Contractor and not as an employee of Agency. Nothing contained in this Agreement shall be deemed to create a relationship of employer-employee, master- servant, partnership,joint venture or any other relationship between Agency and Vendor except that of independent Vendor. Vendor shall have no authority to bind Agency. k. Vendor represents and warrants that at all times in the performance of the Agreement, Vendor shall comply with any and all applicable laws, codes, rules and regulations. 1. This Agreement contains the entire agreement between the parties with respect to the subject matter hereof and supersedes all other agreements or understanding between the parties with respect thereto. m. Vendor shall not assign any portion of this Agreement without the prior written consent of the Agency. Any attempt to assign this Agreement without such consent shall be void. n. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto and their respective permitted assigns and successors in interest. Enforcement of this Agreement and all rights and obligations hereunder are reserved solely for the parties, and not to any third party. o. No failure or delay by either party in the exercise of any right hereunder shall constitute a waiver thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding breach. p. The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the validity or enforceability of any other provision hereof. q. The signatories to this Agreement aver to their knowledge no employee of the Agency has any personal or beneficial interest whatsoever in the Equipment described in this Agreement. The Vendor has no beneficial interest, direct or indirect, that would conflict in any manner or degree with the performance of the Agreement and Vendor shall not employ any person having such known interests. r. The Vendor, if a natural person eighteen (18) years of age or older, hereby swears and affirms under penalty of perjury that he or she (i) is a citizen or otherwise lawfully present in the United States pursuant to federal law, (ii) to the extent applicable shall comply with C.R.S. 24-76.5-103 prior to the effective date of this Agreement. s. Any and all claims, disputes or controversies related to this Purchase Agreement, or breach thereof, shall be litigated in the Colorado District Court for the county in which Agency is located, which shall be the sole and exclusive forum for such litigation. This Agreement shall be construed and interpreted under and shall be governed by the laws of the State of Colorado. 7. Contract Documents: 1) Purchase Agreement 2) Exhibit A, CMPC Purchase Order Form 3) The RFP 4) The Proposal which are agreed to by Vendor, incorporated herein by this reference, and collectively referred to as "Contract Documents." The Contract Documents may only be altered, amended, or repealed by written amendment. The intent of the Contract Documents is to include all items, components and services necessary for the proper sale and delivery of the Equipment. The Contract Documents are complementary, and what is required by any one shall be as binding as if required by all. Words and abbreviations which have well known technical or trade meanings are used in the Contract Documents in accordance with such recognized meanings. The Contract Documents are listed in order of priority. If a conflict exists in the terms of any of the Contract Documents, the document with a higher priority shall control. 8. Vendor's Agreement: National Bus Sales and Leasing, Inc. agrees to provide the equipment identified above and in the Purchasing Agreement for the consideration stated herein. The offer to provide the equipment identified above is hereby accepted as offered in the proposal in response to # CMPC-I4-BOC-RFP, in accordance with the Contract Documents. National Bus Sales and Leasing, Inc. By: By: 8 en a8 10-x,. � ;: = �aVia.-_ • 7 e Date: Date: 'i . +i �'a"i.:.,..', f _ .c?' ..xa. c mz . t rte .:� a-`h3r;i;im� .�i+�--c-,�3�!-i. ..�a.c+C::.> a.r:.`�ya��+�t a�•_x '<r�i''a-`'f.xk mow.*.+,°��..nt-:....,ga� ��.xm,+a'�%n WZ'`: .-isF wF.-.•<:+-frw:=. • AC�L CERTIFICATE OF LIABILITY INSURANCE Page 1 of DATE IItlif00lYYYY)07/23/1014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),.AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFl C ATEHO[.DER. IMPORTANT:It the certificate holder Is an ADDITIONAL INSURED,the poticy(ias)must be endorsed.if SUBROGATION IS WAIVED,eubjectto the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CW(ACT � Willis Insurance Services of Georgia, Inc. n�� o/0 26 century Blvd. Luc talon 877-945-7378 I FAX 888-467-2378 P.O. Hoot 305191 S• oertificatesewillis.coon Haahvilla, TB 37230-5191 INSURERISIAFFORDINGOVERAGE N IC5 INSURED INSURER A:Travelers Property Casualty Company of Am 25674-004 Stational. Bus Bales and Leasing, Inc. SLSURERa 13590 Highway 114 INSUREIC Justin, TX 76247 . INSURFA 0: - INSUR6R E I W97g6iF. COVERAGES CERTIFICATE NUMBER:21853633 REVISION NUMBER: THIS LS TO CERTIFY THAT THE POUCIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDiiiON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHiCH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, g�gEXCLUSIONS AND CONDITIONS OF SUCH POUCIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LT11 T'VPEOFBSURAHCE si KIWI NUMBER 1t�11R1a1Y]'tYI MMANNgn LIMITS A GENERALUABIUTY Y 630-449111408-TIL-13 8/22/203.3 8/22/2014 EAAC�HpO�CCURRENCE S 1,000.000 x COU ERCIALGENERALUABILITY PppRE NSEiOiE ) S 100,060 (CLAIMS-MADE/ OCCUR LIED EXP(Anyone p ter) 5 5.000 -- PERSONALAADVNHNURY 5 1.000.000 GENERAL AGGREGATE 5 2.000.000 OEILAGGREOElls-ATEUMiTAPPUESPER: PR DUCIS•GOMP/OPAGO 5 2,000.000 —1 fLOC 5 AUTOMOBILEUABILrry ( SINGLE UNIT 5 T ANYAUTJ BODILY NJURY(Perpassn) S ALLONNEO SCHEDULED _.• AUTOS AUTOS BODILY INJURYIPara oode} S HIRED AUTOS (ppe ��UAAAH P S_ S —_ UYBRELLALIAB - OCCUR EACH OCCURRENCE 5— EXCESS UM CLAIMS-MADE AGGREGATE S Om [ IRETENTIONS 5 WORKERS AND F WLSYY�LIABILITY ANY i TQ YLIMJ 1 FR ANY PROPRIETORIPARTNERIEX:CIJIIVEn N/A El_EACH ACCIDENT 5 OFFICER/MEMBER N EBCLW Et77 m6er ELDISEASE-EA EMPLOYEE S DESCRIPTION OFOPERATIONS bens EL DISEASE.POLICY UNIT 5 A Garage Liability GA-4497.1140S-13-CAG 8/22/2013 8/22/2014 81.000.000. Limit DESCRIPTION OFOPERATINSrLGCAT10N5IVEHICL ES(Aland Acme 101,AddWWal Remake S Ia,EmmaspanIsregW,ed) Eagle County is included as an Additional Insured Si respects to General Liability. CERTIFICATE HOLDER CANCELtATiON SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN . ACCORDANCE WI1H THE POLICY PROVISIONS. Eagle County - AUnOR®REPRFSBITAT1VE Attu: Tracy Stowell PO Box 1070 Gypsum, CO 81637 9 41 el rte. Call:4471504 Tpl:1690219 Cart: 1B53633 01988-2010 ACORD CORPORATION.All rights reserver ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD y EXHIBIT D