Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC15-353 Gillig LLCAGREEMENT BETWEEN
EAGLE COUNTY, COLORADO
AND
GILLIG LLC
THIS AGREEMENT (-Agreement") is effective as of the S day of Awgw t, 2015 by
and between Gillig, a California limited liability 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 coordinat-
ed purchase of large accessible transit buses to be used by each respective agency; and
WHEREAS, the following are current participants in the CMPC: the City of Aspen, the City of
Greeley, Eagle County, Mesa County, the Roaring Fork Transportation Authority, Summit Coun-
ty, the Town of Avon, the Town of Breckenridge, the Town of Snowmass Village, and the Uni-
versity of Wyoming (each agency will be individually referred to as a "CMPC agency" and collec-
tively the CMPC); and
WHEREAS, Eagle County led a procurement on behalf of the CMPC, which procurement com-
plied with federal and state guidelines for the use of grant funds to fund the purchase of large
transit buses and
WHEREAS, Vendor was one of the selected respondents to the Colorado Mountain Purchasing
Consortium Request for Proposal for P30, 35, and 40 foot vehicles, Project No. CMPC- I5 -LTB-
RFP dated January 12, 2015 (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 State of Wyoming
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 connec-
tion 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 a 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
Gillig 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, the form of which is attached as Exhibit C.
G(5 -35
a. Vendor agrees to enter into Purchase Agreements with each CMPC agency as individual-
ly requested by each agency in the same form and with the same terms contained in the at-
tached Exhibit C. By signing 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 including all approved deviations.
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. Each individual agency
within the CMPC shall negotiate, administer and designate a representative with respect to its
own purchase 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. Accordingly, no course of conduct or dealings between the parties, nor verbal
change orders, express or implied, shall be the basis of any increase in the compensation paya-
ble hereunder.
5. Compensation. Each CMPC agency shall be individually responsible for compensation to
Vendor in accordance with any executed Purchase Agreement(s). Eagle County shall compen-
sate 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 lia-
bility 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 com-
bined bodily injury and property damage liability insurance, including coverage for owned,
hired, and non -owned vehicles.
iii. Commercial General Liability coverage to include premises and operations, person-
al /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 in-
clude Eagle County, its associated or affiliated entities, its successors and assigns, elected offi-
cials, employees, agents and volunteers as additional insureds. A certificate of insurance con-
sistent 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 com-
pensation 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 offic-
ers, 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 rea-
sonable 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 indemnifi-
cation 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
Facsimile: 970 - 328 -3539
E -mail: eco @eaglecounty.us
With a copy to:
Eagle County Attorney
500 Broadway
Post Office Box 850
Eagle, CO 81631
Telephone: 970 - 328 -8685
Facsimile: 970 - 328 -8699
E -Mail: atty @eaglecounty.us
VENDOR:
Gillig LLC
25800 Clawiter Road
Hayward, CA 94545
Telephone: 510 - 264 -5000
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 seven (7) calendar
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 relat-
ed 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 consti-
tute 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.
a. Vendor agrees to work in an expeditious manner, within the sound exercise of its judg-
ment 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 inde-
pendent 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 par-
ties 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 Agree-
ment 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 suc-
ceeding 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 Agree-
ment. The Vendor has no beneficial interest, direct or indirect, that would conflict in any man-
ner 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 un-
der this Agreement and that Vendor will participate in the E- verify Program or other Depart-
ment of Labor and Employment program ( "Department Program ") in order to confirm the eligi-
bility of all employees who are newly hired for employment to perform Services under this
Agreement.
a. Vendor shall not:
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 Home-
land Security. Information on applying for the E- verify program can be found at:
http://www.dhs.gov/xprevprot/programs/qc_l 185221678150.shtm
c. Vendor shall not use either the E- verify program or other Department Program proce-
dures 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 pub-
lic contract for services knowingly employs or contracts with an undocumented individual, Ven-
dor 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 subcontrac-
tor provides information to establish that the subcontractor has not knowingly employed or con-
tracted with an undocumented individual.
e. Vendor shall comply with any reasonable request by the Department of Labor and Em-
ployment 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]
IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set
forth above.
COUNTY OF EAGLE, STATE OF COLORADO, By and
Through Ahy RD OF COUNTY COMMIS IONERS
By
K dler- Hen ry, Chair
Attest:
�a
* x
By: I'. F.
Teak J. Simonton, Clerk to the Board
VENDOR: GILLIG LLC
By:
Print Name: JOSEPH POLICARPIO
Title: VICE PRESIDENT
Colorado Mountain Purchasing Consortium (CMPC)
Request for Proposals
Five Year Fixed Price Contract
For
135 Accessible Transit Buses
29 to 40 foot
Diesel and CNG
The Colorado Mountain Purchasing Consortium (CMPC) is seeking proposals from
qualified bus manufacturers for the manufacture and delivery of up to 135 - 29 to
40 foot BRT (primary) style accessible transit buses to be delivered over a five -year
period. The CMPC is a joint purchase consortium made up of ten (10) public transit
agencies in Colorado and Wyoming operating in similar climates and environments
(i.e. high altitude, cold weather) who work through a program administrator hired
by the lead procurement and contracting agency, Eagle County RTA, to purchase
vehicles that are competitively priced and meet the needs of the defined transit
service operations in Colorado and Wyoming. As such, the solicitation and
specification documents are designed to solicit proposals that will vary enough to
meet several agencies' needs, not just one agency, and Proposers are asked to pay
close attention to the highlighted CMPC specific requirements in the Technical
Specifications.
Currently agencies in the consortium operate BRT style or low floor transit buses
from various manufacturers, 12 -year useful life, with Diesel and CNG fuel. While
trying to address multiple agencies' needs, the specifications are mainly tailored to
meet the needs of the CMPC member agency with the most expensive technical (to
include passenger comfort and climate condition specific) requirements: the
Roaring Fork Transportation Authority (RFTA). As such, the Proposer is to provide a
highly competitive proposal that is intended to meet all RFTA requirements with the
knowledge that each member of the consortium will modify any orders under this
contract to meet their specific operating requirements, and may not need all of
RFTA's requirements specified in the solicitation, which will in theory lower the cost
of any one vehicle ordered by other CMPC member agencies. This procurement
strategy therefore requires the CMPC to evaluate, and for Proposers to submit, an
explanation of the method for price adjustments of the base pricing proposed.
Proposers will be asked to describe and document the process for transparent non -
cardinal change price adjustments to the base price to justify a fair and reasonable
price when modifying orders to accommodate various CMPC member needs. All
order modifications will not violate the Federal Transit Administration's (FTA)
cardinal changes requirements, as the changes will be to customize the vehicle in
terms of seating, fabrics, and colors; exterior paint schemes; signage, floor
covering; and other similar modifications.
The specifications and solicitation documents provided in this RFP are structured
using the APTA Standard Bus Procurement Guidelines and are performance based.
Therefore, the attached Technical Specifications in Section 6 should be used as a
the primary guideline for developing proposals, but if applicable, Proposers are
encouraged to propose any cost - effective alternatives that meet the intent of these
specifications and CMPC member needs.
The CMPC has chosen not to provide an "Approved Equals" process for this
procurement, but will allow a period during the solicitation timeframe for Proposers
to submit questions as to clarify any proposal requirements. The CMPC asks that
instead of an Approved Equals process, Proposers clearly identify any deviations
from the technical specifications and submit them with their final proposals on the
forms provided in Section 9 of the solicitation documents. By not allowing an
Approved Equals process, our goal is to simplify the solicitation process, allow
manufacturers to propose buses similar to those that may currently be under
production, and reduce proposal administration and engineering costs.
In the same vein, the CMPC will most likely not conduct a Best and Final Offer
(BAFO) process ahead of award. Proposers are encouraged to submit their most
competitive offers initially, again, simplifying the procurement process and reducing
unnecessary administrative time and cost.
The CMPC purchase quantities over the five -year period are identified by size, fuel
type, quantity number and name of each consortium participating agency. In the
event that the CMPC members are unable to financially support purchase of all 135
vehicles, an "assignability clause" has been included that will allow other transit
agencies to "piggyback" off of the CMPC negotiated Eagle County RTA contract.
The piggybacking process will follow all FTA requirements for adherence and
documentation.
Again, while not providing an Approved Equals process, the CMPC will still allow
both a clarification process as well as conduct a Pre - Proposal Meeting to address
questions of Proposers related to the format of the RFP documents and the Proposal
submission process.
We thank you for your interest in our solicitation and look forward to receiving
strong and competitive proposals that meet the needs of agencies in the Rocky
Mountain West.
Sincerely,
Ann Beauvais
RAE Consultants, Inc.
CMPC Program Administrator
Colorado Mountain
Purchasing Consortium
Section 1
COLORADO MOUNTAIN PURCHASING CONSORTIUM
REQUEST FOR PROPOSAL
PROJECT NO. CMPC -I5- LTB -RFP
ACCESSIBLE TRANSIT BUSES
(29 to 40 Foot; Diesel / CNG)
Colorado Mountain Purchasing Consortium
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
719.447.7623
January 12, 2015
1
CMPC -15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium Section 1
PUBLIC NOTICE
Eagle County RTA on behalf of the
Colorado Mountain Purchasing Consortium (CMPC)
Request For Proposal (RFP) No. CMPC -I5 -LTB -RFP
ACCESSIBLE LARGE TRANSIT BUSES
Notice is hereby given that the CMPC is seeking proposals for the following equipment:
Description: Accessible Large Transit Buses - 5 Years
Solicitation Documents: RFP Packages are available online at
http : / /www.eagllecokinty.kis /rfp or by email at
k.j.
Pre - Proposal Meeting: Wednesday, February 4th, 2015; 10:00 am MST;
Eagle County RTA conference room
3289 Cooley Mesa Road, Gypsum, CO 81637
Conference call /online also available via GoTo
Meeting, no RSVP required. Web link:
htt�se / /a�lloball, otomeetiin ecom oiin 2485526.3
Audio via Conference Line: 1 (805) 309 -0012;
Access Code: 248 - 552 -613
Written Clarifications/
Questions Due: Friday, February 13th, 2015 - 5:00 PM MST
Response to Proposer
Communication and /or
Addenda Issued: Friday, February 27th, 2015 - 5:00 PM MST
Proposal Submission
Deadline: Monday, March 23rd, 2015 - 5:00 PM MDT
Compliance with Federal and State laws on Equal Opportunity will also be as-
serted in consideration for the award of this contract. As an equal opportunity em-
ployer, Eagle County prohibits discrimination on the basis of race, creed, color, relig-
ion, age, sex, disability, marital status, sexual orientation, political affiliation, or na-
tional origin.
The CMPC reserves the right to accept or reject any and all proposals submitted.
K
CMPC -15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium Section 1
SECTION 1: NOTICE OF REQUEST FOR PROPOSALS
NR 1. Description of the Work to be Done
The Colorado Mountain Purchasing Consortium (CMPC), lead by a program administra-
tor hired by the Eagle County RTA, requests proposals for the manufacture and delivery
of accessible transit buses under a joint procurement in accordance with the terms and
conditions set forth in RFP No. CMPC -I5 -LTB -RFP. The Contract for each order placed in
this procurement shall be a firm -fixed price contract.
Specifically, the CMPC is requesting the following types of buses: 29 to 40 foot large
transit buses, fuel types: diesel and Compressed Natural Gas (CNG), primarily style:
B RT.
The purpose of this joint procurement is to procure Large Transit Bus Type Vehicles.
The CMPC is procuring vehicles on behalf of ten (10) participating agencies: Eagle
County RTA - ECO Transit; City of Aspen; City of Greeley - Greeley /Evans Transit;
Mesa County RTPO - Grand Valley Transit; Roaring Fork Transportation Authority
(RFTA); Summit County - Summit Stage; Town of Avon - Avon Transit; Town of Breck-
enridge - Free Ride - Transit; Town of Snowmass Village - Village Shuttle; and Univer-
sity of Wyoming - Transit & Parking Services. 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. How-
ever, each agency shall work directly with the selected manufacturer /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.
NR 2. Obtaining Proposal Documents
Program Administrator Contact
Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
Email: ...n ..... .....:..g....0 ......!n.ts _ .p..� ..
Telephone: 719- 447 -7623
3
CMPC -15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium Section 1
The RFP Package can be obtained online at
http : / /www.eagllecouanty.uas /rfp or by email at: ....!�..< ..... .2.....uj...11.t ..!n.ts...._ .o..r ..
NR 3. Proposal Due Date and Submittal Requirements
In accordance with the terms and conditions set forth below, sealed proposals one
(1) original and one (1) electronic 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 -side 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 material or advertising material, unless this information is
requested and /or necessary to support the technical submission.
Proposers are to complete the required forms in Section 9 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: CMPC -I5 -LTB -RFP and submitted in accordance with the solicitation
instructions in Section 2 of the RFP documents.
Proposals will be received until 5:00 P.M. MDT on Monday, March 23, 2015. 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 vehi-
cles shall fulfill all of the requirements defined in Section 6: Technical Specifica-
tions, including addenda thereto. Compliance with these requirements shall be in
accordance with the procedures defined in Section 8: Quality Assurance. The
Contractor shall accept the warranty provisions covering the vehicles as defined in
Section 7: Warranty.
NR 4. Validity of Proposals
Proposals and subsequent offers shall be valid for a period of 90 days after submission.
4
CMPC -15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium Section 1
NR 5. Pre - Proposal Meeting Information
A Pre - Proposal Meeting will be held on Wednesday, February 4t", 2015. The
meeting will convene at 10:00 am MST in the Eagle County RTA conference room,
located at 3289 Cooley Mesa Road, Gypsum, CO 81637. Proposers may also
participate online via GoTo Meeting, no RSVP required. Web link:
.p [/IIIIe�uiir�eu��iir�[ Audio via Conference Line: 1
(805) 309 -0012; Access Code: 248 - 552 -613. 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 in NR 2, 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.
Identification of Source of Funding
Financial support of this project is provided through financial assistance grants from
the Federal Transit Administration (FTA), the State of Colorado, Colorado Department
of Transportation (CDOT), and /or the State of Wyoming, Wyoming Department of
Transportation (WYDOT), as well as other sources of local and state public funding.
5
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Table of Contents
Section 2
IIII' I° Y° I VIII IIII' Y° 1 0 VIII VIII 4 VIII VIII
IP1. Quantities ........................................................................................................ ..............................2
IP 2. Proposed Schedule for the Procurement ............................................. ..............................3
IP 3. Obtaining Proposal Documents ............................................................... ..............................4
IP 4. Pre - Proposal Meeting /Information for Proposers ............................. ..............................4
IP 5. Questions, Clarifications and Omissions .............................................. ..............................4
IP6. Addenda to RFP ............................................................................................ ...............................
s
IP 7. DBE Requirements for Transit Vehicle Manufacturers ................... ...............................
s
IP8. Buy America Certification .......................................................................... ..............................6
IP 9. Conditions, Exceptions, Reservations or Understandings ............. ..............................7
IP10. Protest Procedures ................................................................................... ...............................
7
IP10.1 Address .................................................................................................. ...............................
7
IP 10.2 Pre - Proposal Protests ....................................................................... ...............................
s
IP 10.3 Protests on the Recommended Award ....................................... ...............................
s
IP10.4 FTA Review ........................................................................................... ............................... 9
IP11. Preparation of Proposals ........................................................................ ...............................
9
IP11.1 Use of Proposal Forms ..................................................................... ...............................
9
IP 11.2 Proposal Format Requirements .................................................... ...............................
9
IP 11.3 Agency Treatment of Proprietary /Confidential Information ...........................12
IP11.4 Signing of Proposal Forms .............................................................. .............................13
IP 11.5 Modification or Withdrawal of Proposals ................................... .............................13
IP 11.6 Ownership and Cost of Proposal Devel opment ....................... .............................13
IP 12. Proposal Evaluation, Negotiation and Selection ............................ .............................14
IP 12.1 Confidentiality of Proposals .........................................................................................14
IP 12.2 Duration of the Validity of Proposals .......................................................................
15
IP 12.3 CMPC Proposal Evaluation Committee ..................................... ...............................
15
IP 12.4 Review of Proposals for Responsiveness ................................. ...............................
15
IP 12.5 Proposal Selection Process ........................................................... ...............................
15
IP 12.6 Evaluation Procedures ...................................................................... .............................21
IP 12.7 Evaluations of Competitive Proposals ...................................... ...............................
22
IP 13. Response to Proposals .......................................................................... ...............................
24
IP 13.1 Single Proposal Response ............................................................... .............................24
IP 13.2 Availability of Funds Annual Appropriation /Grant Funding Provisions ......
24
IP13.3 Agency Rights .................................................................................... ...............................
24
IP 13.4 Execution of Contract ..................................................................... ...............................
25
IP 14. Conflicts of Interests and Gratuities ................................................ ...............................
26
1
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
SECTION 2: INSTRUCTIONS TO PROPOSERS
IP 1. Quantities
Section 2
This is a five -year solicitation for purchase of a set number of quantities by
consortium agency name, fuel type, and size.
Purchasing
Fuel
Vehicle
June
CY
CY
CY
CY
Jan. -
Agency
Type
Size
—Dec.
2016
2017
2018
2019
June
2015
2020
City of Aspen
Diesel
35' -40'
0
3
0
0
1
3
City of Greeley
CNG
35'
4
2
4
2
5
0
Eagle County
Diesel
40'
2
1
1
7
4
0
Mesa County
CNG
30' -35'
0
1
0
1
1
1
Town of Avon
Diesel
35'
0
2
0
0
2
1
Town of
Diesel
29'
2
0
0
0
0
0
Breckenridge
Town of
Diesel
32'
0
3
2
0
0
0
Breckenridge
RFTA
Diesel
35' -40'
0
6
17
7
20
2
Summit County
Diesel
40'
0
0
5
1
8
3
Town of
Snowmass
Diesel
29'
0
2
1
0
2
1
Village
University of
Diesel
35'
2
0
2
0
0
1
Wyoming
Total
10
20
32
18
43
12
These numbers reflect the immediate and foreseeable needs of agencies
within in the consortium 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 agencies if the purchasing agency cannot access the funding
required to purchase the vehicle specified in Section 6 of this solicitation.
2
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 2
Quantities established in the table above reflect the maximum number of vehicles
to be purchased under Contract, with a total of 135. The minimum number of
vehicles to be purchased under this contract, based on funding availability is 10.
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, the Colorado
Department of Transportation (CDOT), or Wyoming Department of Transportation
( WYDOT). 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 manufacturer or dealer (if one is identified) with
the properly completed forms and order information; resolution of issues
relating to liquidated damages, late payment penalties, etc; conducting
production line and /or dealer inspections; and adhering to the terms and
conditions regarding Final Acceptance and Terms of Payment as stated in the
Purchasing Agreement and Contract. The CMPC, CDOT, and WYDOT are
responsible, and have an obligation to, oversee the proper use of Federal and
State grant monies; to ensure that all Federal, State, and Contract / Purchasing
Agreement requirements and certifications are met; monitor warranty and dealer
services; and intercede on behalf of the Purchasers.
IP 2. Proposed Schedule for the Procurement
The following is the solicitation schedule for Proposers:
EVENT
RFP Issued and Advertised
Pre - Proposal Meeting
Proposer Clarifications / Questions Due
CMPC Issue Addenda - Response to
Submitted Clarifications / Questions
Final CMPC Issued Addenda
Proposal Submission Deadline
Notification of Recommended Award to
Proposer(s)
DATE
Monday, January 12, 2015
10:00 AM, Wednesday, Feb. 4, 2015
5:00 PM, Friday February 13, 2015
5:00 PM, Friday February 27, 2015
5:00 PM, Friday, March 6, 2015
5:00 PM, Monday, March 23, 2015
Approximately May 15, 2015
3
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
IP 3. Obtaining Proposal Documents
Program Administrator Contact
Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
Email: n n a n t s _.o..�..
Telephone: 719- 447 -7623
Section 2
The RFP Package can be obtained online at http : / /www.eagllecokinty.kis /rfp or by
email at: ...!n.... <......f pg.....u..11t...n.ts.._pg..r..
IP 4. Pre - Proposal Meeting/ Information for Proposers
A Pre - Proposal Meeting will be held on Wednesday, February 4t", 2015. The meeting
will convene at 10:00 am MST in the Eagle County RTA conference room, located at
3289 Cooley Mesa Road, Gypsum, CO 81637. Proposers may also participate online
via GoTo Meeting, no RSVP required. Web link:
htt�se / /a�lloball, otomeetiin ecom `oiin 24855261.3; Audio via Conference Line:
(805) 309 -0012; Access Code: 248 - 552 -613. 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 in IP 2, 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.
IP 5. 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 "Proposed Schedule
for the Procurement," Proposers may request, in writing, a clarification,
interpretation of any aspect, or any addenda to the RFP. Such written requests shall
4
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 2
be made to the CMPC Program Administrator using the form provided in Section 9:
Request for Clarification / Question Submission.
All responses to Request for Clarification / Question Submissions 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.
If it should appear to a prospective Proposer that the performance of the work
under the Contract, or any of the matters relating thereto, is not sufficiently
described or explained in the RFP or Contract documents, or that any conflict or
discrepancy exists between different parts of the Contract or with any federal,
state, local law, ordinance, rule, regulation or other standard or requirement, then
the Proposer shall submit a written request for clarification to the CMPC within the
time period specified above.
It should be noted that all deviations to the specifications are to be noted in the
submission package, not during the clarifications period. Please hold all deviation
requests to be submitted with the technical and price proposals.
IP 6. Addenda to RFP
The CMPC reserves the right to amend the RFP at any time in accordance with
"Proposed Schedule for the Procurement." Any amendments to the RFP shall be
described in written addenda. Notification of or the actual addenda 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 receipt of addenda at the
time of Proposal submission may at the CMPC'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.
IP 7. DBE Requirements for Transit Vehicle Manufacturers
Pursuant to Title 49, Code of Federal Regulations, Part 26.49, a Proposer, as a
condition of being authorized to respond to this solicitation, must certify by
completing the form DBE Approval Certification that it has on file with the
Federal Transportation Administration (FTA) an approved or not disapproved annual
disadvantaged business enterprise (DBE) subcontracting participation goal.
5
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium Section 2
IP S. Buy America Certification
This Contract is subject to the "Buy America" requirements of 49 United States
Code (USC) §5323(j) and 49 Code of Federal Regulations (CFR) Part 661, as may
be amended from time to time, and applicable federal regulations. Prospective
Proposers' attention is directed to 49 CFR §661.11, "Rolling Stock Procurements."
Prospective Proposers have the responsibility to comply with the cited and any
governing statutes and regulations, including official interpretations.
A Proposer shall submit to the CMPC the appropriate Buy America certification,
included in this solicitation, with all offers on FTA- funded contracts. Proposals that
are not accompanied by a properly completed Buy America certification are
subject to the provisions of 49 CFR 661.13 and will be rejected as non-
responsive.
The two signature blocks on the Buy America certificate are mutually exclusive.
Proposers shall sign only one signature block on the certificate. Signing both
signature blocks will make the Proposal non - responsive. A false certification
is a criminal act in violation of 18 USC §1001.
A Proposer who has submitted an incomplete Buy America certificate or an incorrect
certificate of non - compliance through inadvertent or clerical error (but not including
failure to sign the certificate, submission of certificates of both compliance and
noncompliance, or failure to submit any certification), may submit to the FTA Chief
Counsel within ten (10) days of Proposal opening a written explanation of the
circumstances surrounding the submission of the incomplete or incorrect
certification in accordance with 28 USC §1746, sworn under penalty of perjury,
stating that the submission resulted from inadvertent or clerical error. The Proposer
will also submit evidence of intent, such as information about the origin of the
product, invoices, or other working documents. The Proposer will simultaneously
send a copy of this information to the CMPC.
The FTA Chief Counsel may request additional information from the Proposer, if
necessary. The CMPC may not make a Contract award until the FTA Chief Counsel
issues his or her determination, except as provided in 49 CFR Part 661.15(m).
Certification based on ignorance of proper application of the Buy America
requirements is not an inadvertent or clerical error.
A waiver from the Buy America provisions will be sought by the CMPC from the FTA
for the proposed awardee, if the grounds for a waiver exist. All Proposers seeking a
waiver must submit to the CMPC a timely request in writing, which shall include the
facts and justification to support the granting of the waiver. Such waiver from the
Buy America provisions may be granted if the FTA determines the following:
1. Their application would be inconsistent with the public interest;
2. Materials are not produced in the United States in sufficient and reasonably
available quantities and of a satisfactory quality; or
6
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 2
3. Inclusion of domestic material will increase the cost of the overall Contract by
more than 25 percent.
Any party may petition the FTA to investigate a successful Proposer's compliance
with the Buy America certification. The procedures are set out in 49 CFR Part
661.15. If the FTA determines that the evidence indicates non - compliance, the FTA
will require the CMPC to initiate an investigation. The successful Proposer has the
burden of proof to establish compliance with its certification. If the successful
Proposer fails to so demonstrate compliance, then the successful Proposer will be
required to substitute sufficient domestic materials without revision of the original
Contract terms. Failure to do so will be a breach of the Contract and may lead to
the initiation of debarment proceedings under 49 CFR Part 29.
IP 9. Conditions, Exceptions, Reservations or
Understandings
Proposers are cautioned to limit exceptions, conditions and limitations to the
provisions of this RFP, as they may be determined to be so fundamental as to cause
rejection of the Proposal for not responding to the requirements of the RFP.
Any and all deviations must be explicitly, fully, and separately stated in the
proposal by completing the Form for Proposal Deviation, setting forth at a
minimum the specific reasons for each deviation so that it can be fully considered
and, if appropriate, evaluated by the CMPC. All deviations shall be evaluated in
accordance with the appropriate evaluation criteria and procedures and may result
in the Proposer receiving a less favorable evaluation than without the deviation.
IP 10. Protest Procedures
All protests must be in writing, stating the name and address of Protestor, a contact
person, and RFP / contract number of the solicitation in question. Protests shall
specify in detail the grounds of the protest and the facts supporting the protest.
IP 10.1 Address
All protests must be addressed as follows:
Pre - Proposal Protests:
• Kelley Collier, Contract Administrator, Eagle County RTA
• kell_II_ , .colllliier <�Iea llecou.�nty.,,,g. s (i)referred method of delivery)
• PO Box 1070, Gypsum, CO 81637 (alternate method of delivery)
Protests on the Recommended Award:
• Ann Beauvais, CMPC Program Administrator, RAE Consultants, Inc.
a...0 n < r „ , ,g„ a „1Ita,nt,s,_ ,g_r,.n., (preferred method of delivery)
• 2212 West Platte Avenue, Colorado Springs, CO 80904 (alternate method of
delivery)
7
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 2
Protests not properly sent to the email or mail address shown above may not be
considered by the CMPC.
Copies of the CMPC's protest procedures and the protest provisions of FTA
Circular 4220.1F or its successor may be obtained from Ann Beauvais, CMPC
Program Administrator, ,„ n< u „II ,_,g_!,, 719- 447 -7623. Proposals will be
opened and a Notice of Award will be issued by the CMPC in accordance with the
CMPC's protest procedures and the protest provisions of FTA Circular 4220.1F or its
successor.
IP 10.2 Pre - Proposal Protests
Pre - Proposal protests are protests based upon the content of the solicitation
documents. Pre - Proposal protests must be received by the Contract
Administrator no later than fifteen (15) calendar days prior on which Proposals
are to be received. Protests will be considered and either denied or sustained in
part or in whole, in writing, in a manner that provides verification of receipt, prior
to the Proposal Due Date of March 23, 2015. A written decision specifying the
grounds for sustaining all, or part of, or denying the protest will be transmitted to
the Protestor in a manner that provides verification of receipt prior to the Proposal
Due Date. If the protest is sustained, then the Proposal Due Date may be delayed
and an addendum issued to the solicitation documents or, at the sole discretion of
the CMPC, the solicitation may be canceled. If the protest is denied, then Proposals
will be received and opened on the scheduled date unless a protest is filed with
FTA.
IP 10.3 Protests on the Recommended Award
All Proposers will be notified of the recommended award. This notice will be
transmitted to each Proposer at the email address contained in its Proposal form in
a manner that provides verification of receipt. Any Proposer whose Proposal has not
lapsed may protest the recommended award on any ground not specified in the
"Pre- Proposal Protests” above. A full and complete written statement specifying in
detail the grounds of the protest and the facts supporting the protest must be
received by the CMPC Program Administrator at the appropriate address in
"Address," above, no later than ten (10) calendar days after the date such
notification is received.
Upon receipt of a formal written protest that has been timely filed, the CMPC
Program Administrator shall stop the award process until the subject of the
protest is resolved by mutual agreement or by final action of Eagle County
Government.
The CMPC Program Administrator shall provide an opportunity to resolve the
protest by mutual agreement between the parties within seven (7) working days
of receipt of a formal written protest. If the protest is not resolved by mutual
agreement within seven days the CMPC Program Administrator and /or the
8
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 2
protestor shall refer the protest to the Eagle County Contract Administrator, noted
in the "Address" section above.
Eagle County Government will review the protest, and the CMPC Program
Administrator's decision, and either concur or reverse the decision in writing within
seven (7) working days.
Prior to the issuing of the Notice of Award, a written decision stating the grounds
for allowing or denying the protest will be transmitted to the Protestor and the
Proposer recommended for award in a manner that provides verification of receipt.
IP 10.4 FTA Review
After such administrative remedies have been exhausted, an interested party may
file a protest with the Federal Transit Administration of the U.S. Department of
Transportation pursuant to the procedures provided in the FTA C 4220.1F or its
successor. FTA review is limited to the alleged failure of the CMPC to have written
protest procedures, the alleged failure of the CMPC to follow those procedures, and
the alleged failure of the CMPC to review a protest or the alleged violation of federal
law or regulation.
IP 11. Preparation of Proposals
IP 11.1 Use of Proposal Forms
Proposers are advised that the forms contained in this RFP are required to be used
for submission of a Proposal and to be completed electronically via fillable PDF.
Any contract resulting from this solicitation shall include the following that
are incorporated herein:
Section 1:
RFP Notice
Section 2:
Instructions to Proposers
Section 3:
General Conditions
Section 4:
Special Provisions
Section 5:
Federal Requirements
Section 6:
Technical Specifications
Section 7:
Warranty Provisions
Section 8:
Quality Assurance
Section 9:
Required Forms and Certifications
Section 10: Draft Contract and Purchase Agreement
IP 11.2 Proposal Format Requirements
Proposals shall be submitted in four separately sealed packages identified below.
Each package shall be marked as specified below and shall contain all the Proposal
9
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 2
documents for which the package is required to be marked and shall include no
other documents. These same requirements shall apply to any best and final offers
(BAFOs) that may be requested.
Proposers shall submit one (1) original hard copy and one (1) electronic copy
on flash drive, each containing all versions of the forms and Proposal submissions.
The electronic copy should mirror the hard copy submission. In case of any
discrepancies, the original hard copy will be considered by the CMPC in evaluating
the Proposal, and the electronic version is provided for the CMPC's administrative
convenience only, although due to the consortium agencies being in various
locations throughout Colorado and Wyoming, electronic copies must be as complete
as possible for ease of Proposal distribution for evaluation purposes.
The hard -copy Proposals shall be prepared double -sided on 81/2 x 11 in. paper in at
least 11 -point font. The hard copies shall be contained in three -ring binders, the
contents of which are identified on the outside. Use of 11 x 17 in. 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 is necessary to support the technical
submittal.
Proposers may submit multiple 4 -part submission packages if providing different
models for different size vehicles as desired by the CMPC local agency members
and would like multiple vehicle models to be considered under this procurement.
Proposers may also submit single versions of Packages 1, 3 and 4 and multiple
versions of Package 2 if the model proposed is similar across different size vehicles.
For example, if the Proposer provides the same model across 35 and 40 foot
vehicles, submit only one version of Packages 1, 3 and 4, and two versions of
Package 2, delineating the price difference between the two vehicle lengths. Please
note this occurrence in the Letter of Transmittal with Proposal documents.
Package 1: Technical Proposal Requirements
1. Letter of Transmittal;
2. Proposal Contents / Consideration Form;
3. Technical Proposal (include the required following items):
a. Adherence to Technical Specifications Form - follows Section 6
specification section headers and notifies the CMPC if manufacturers can
meet the basic specification requirements or require deviations, supported
by the Form for Proposal Deviation
b. Bus Design Modifications resulting from CMPC Operating Conditions
(include any facility equipment and ITS upgrades required to support
modifications);
c. Documentation of Bus Design's Successful High Altitude, Cold Weather
Operation (to include statement from engine manufacturer acknowledging
any potential altitude and /or cold weather issues and any recommended
operating procedure / design criteria needed to address such issues);
d. Training Program Proposal;
10
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 2
e. Technical / Service Support Program Proposal;
f. If bus height is over 132 inches, documentation of overall height;
g. Fresh Air Intake System drawings and design information, include any
available options;
h. Optional CNG Tank Configurations, Potential Ranges, and Tank Options
Offered (including useful life);
i. Full Altoona Test Report;
j. Higher Capacity Heating System Options; and
k. Make /Model of Seat and Seating Layout for Each Size Vehicle Proposed.
4. Form for Proposal Deviation (without price data);
5. Vehicle Questionnaire Form;
6. Form for Acknowledgement of CMPC Alternative Required Equipment; and
7. Production and delivery schedule and other Contract commitments for the
duration of this Contract.
Package 2: Price Proposal Requirements
Each Price Proposal shall be on the prescribed Proposal form(s) and shall be for the
specified vehicle size, including all optional item pricing requested.
1. Letter of Transmittal;
2. Proposal Contents / Consideration;
3. Price Proposal Form, (including but not limited to such pricing elements as
base cost for Diesel, upgrade to CNG, body design options, various additional
options, training program, technical /service support program, extended
warranties, and spare parts); and
4. Form for Proposal Deviation, if applicable (with price data).
5. Explanation of Method for Price Adjustments of Base Pricing Proposed.
Because the CMPC member agencies will be ordering vehicle configurations
that will vary from the base RFTA vehicle specified in Section 6, Proposer is
to describe and document the process for transparent non - cardinal change
price adjustments to the base price proposed to justify a fair and reasonable
price when modifying orders to accommodate various CMPC member needs.
The Proposer is required to complete and sign the CMPC Price Proposal Form,
contained as part of the Proposal documents.
Package 3: Qualification Package Requirements
1. Pre -Award Evaluation Data Form;
2. A copy of the three (3) most recent financial statements audited by an
independent third party or a statement from the Proposer regarding how
financial information may be reviewed by the CMPC;
3. Letter for insurance, indicating the Contractor's ability to obtain the insurance
coverage in accordance with the RFP requirements;
4. Engineering organization chart, engineering change control procedure, field
modification process;
5. Manufacturing facilities plant layout, other contracts, staffing;
6. Contractor Service and Parts Support Data;
11
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 2
7. Quality Assurance Program;
8. References of last six (6) customer purchases as well as references of
agencies operating Proposer's product in similar CMPC member agency
operating conditions as defined in Section 6;
9. Proposal Form;
10. Acknowledgement of Addenda; and
11. All federal certifications:
• Buy America Certification;
• Debarment and Suspension Certification for Prospective Contractor;
• Debarment and Suspension Certification (Lower -Tier Covered
Transaction);
• Non - Collusion Affidavit;
• Lobbying Certification;
• Certificate of Compliance with Bus Testing Requirement (along with
appropriate support documentation);
• DBE Approval Certification (along with appropriate support
documentation);
• Federal Motor Vehicle Safety Standards (along with appropriate support
documentation); and
• Certification of Compliance with ADA Provisions.
Package 4: Proprietary /Confidential Information Package Requirements
The Proposer is directed to collect and submit any information it deems to be
proprietary or confidential in nature in a separate marked and sealed package. If
there is no confidential information, then the Proposer should include a statement
to that effect. Subject package shall be submitted in accordance with the terms and
conditions governing the submittal of Proposer's Proposal to this RFP. Blanket -type
identification by designating whole pages or sections as containing proprietary
information, trade secrets or confidential commercial and financial information will
not ensure confidentiality. The specific proprietary information, trade secrets or
confidential commercial and financial information must be clearly identified as such.
The Proposer is advised that the CMPC is made up of public agencies that are
subject to the requirements of the Colorado Open Records Act (CORA). If a request
is received by the CMPC for the release of Proposer's identified
proprietary /confidential information, Eagle County will endeavor to keep this
information confidential, separate and apart from the Proposal. Notwithstanding the
foregoing, the Proposer acknowledges that Eagle County may be required to release
the information in accordance with CORA or order of the court.
IP 11.3 Agency Treatment of Proprietary/ Confidential Informa-
tion
Public access to public records kept, made or maintained by Eagle County is
governed by the Colorado Open Records Act (CORA). Eagle County, as the lead
agency for the CMPC, will comply with the requirements of CORA in accordance with
Eagle County's policies and procedures. Except as otherwise required to be
12
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 2
disclosed under state or federal law, or by order of court competent jurisdiction,
Eagle County will use best efforts to withhold from disclosure proprietary
information identified in Package 4.
IP 11.4 Signing of Proposal Forms
Proposals shall include firm name (and, in the event that the Proposer is a joint
venture, the names of the individual firms comprising the joint venture); business
address; and the name, title, business address, telephone number, facsimile (fax)
number and email address of the responsible individual(s) who may be contacted
during the Proposal evaluation period for scheduling oral presentations and for
receiving notices from the CMPC. The Proposer shall submit with its Proposal a copy
of the joint venture agreement.
Proposals shall be signed by those individual(s) authorized to bind the Proposer.
The Proposer shall submit evidence of the official's authority to act for and bind the
Proposer in all matters relating to the Proposal. (In the event that the Proposer is a
joint venture or consortium, a representative of each of the members of the joint
venture or consortium shall execute the Proposal. Each joint venture or consortium
member is jointly and severally liable for the joint venture or consortium.)
IP 11.5 Modification or Withdrawal of Proposals
A modification of a Proposal already received will be accepted by the CMPC only if
the modification is received prior to the Proposal Due Date, is specifically requested
by the CMPC, or is made with a requested BAFO. All modifications shall be made in
writing and executed and submitted in the same form and manner as the original
Proposal.
A Proposer may withdraw a Proposal already received prior to the Proposal Due
Date by submitting to the CMPC, in the same manner as the original Proposal, a
written request for withdrawal executed by the Proposer's authorized
representative. After the Proposal Due Date, a Proposal may be withdrawn only if
the CMPC fails to award the Contract within the Proposal validity period prescribed
in "Duration of the Validity of Proposals," or any agreed -upon extension thereof.
The withdrawal of a Proposal does not prejudice the right of a Proposer to submit
another Proposal within the time set for receipt of Proposals.
IP 11.6 Ownership and Cost of Proposal Development
All Proposals will become the property of the CMPC.
This RFP does not commit the CMPC to enter into a Contract, to pay any costs
incurred in the preparation or presentation of a Proposal, nor to procure or contract
for the equipment.
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 2
IP 12. Proposal Evaluation, Negotiation and Selection
Proposals will be evaluated, negotiated, selected and any award made in
accordance with the criteria and procedures described below. The approach and
procedures are those applicable to a competitive negotiated procurement whereby
Proposals are evaluated to determine which Proposals are within a Competitive
Range. Discussions and negotiations may then be carried out with Proposers within
the Competitive Range, after which BAFOs may be requested.
However, the CMPC may select a Proposal for award without any
discussions or negotiations or request for any BAFOs. It is strongly
suggested that Proposers provide the most competitive pricing at the time
of initial Proposal submission, as the solicitation of BAFOs is highly
unlikely. Subject to the CMPC's right to reject any or all Proposals, the Proposer
whose Proposal is found to be most advantageous to the CMPC will be selected,
based upon consideration of the criteria in the "Proposal Selection Process," below.
The CMPC may award to more than one Proposer, but only for the purposes of
addressing the needs of the consortium to satisfy all vehicle sizes (lengths) and fuel
types requested, 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, Proposer reputation and performance in like climates, delivery
schedule, after sales service - support, training, and parts availability, warranty,
and qualification requirements.
Because the needs of the consortium vary due to size (length) and fuel type, it is
understood that some Proposers may not be able to propose on all vehicle sizes or
fuel types. Proposals for manufacturer offered products that can address some
CMPC size and fuel requirements can still be proposed, and delineated on the
Proposal Contents / Consideration form. While it is encouraged that Proposers
propose on all specified CMPC sizes and fuel options, it is not required. The CMPC
will evaluate Proposals and may award to multiple Proposers depending on the
vehicle types proposed that best meet the needs of the CMPC.
IP 12.1 Confidentiality of Proposals
Proposals will not be publicly opened. All Proposals and evaluations will be kept
strictly confidential throughout the evaluation, negotiation and selection process,
except as otherwise required by applicable law. Only the CMPC Program
Administrator and members of the CMPC Proposal Evaluation Committee as well as
other CMPC, CDOT, or WYDOT officials, employees and agents having a legitimate
interest, will be provided access to the Proposals and evaluation results during this
period.
14
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium Section 2
IP 12.2 Duration of the Validity of Proposals
Proposals and subsequent offers shall be valid for the period stated in "Section 1:
Notice of Request for Proposals." The CMPC may request Proposers to extend the
period of time specified herein by written agreement between the CMPC and the
Proposer(s) concerned.
IP 12.3 CMPC Proposal Evaluation Committee
The CMPC Proposal Evaluation Committee, which will include officers, employees
and agents of the consortium member agencies, CDOT, and WYDOT, will be
established. The CMPC Proposal Evaluation Committee will carry out the detailed
evaluations, including establishing the Competitive Range, carrying out negotiations
and making the selection of the Proposer, if any, that may be awarded the
Contract.
The CMPC Proposal Evaluation Committee will report its recommendations and
findings to the CMPC Program Administrator and Eagle County for awarding the
Contract.
IP 12.4 Review of Proposals for Responsiveness
Each Proposal will be reviewed by the CMPC Program Administrator to determine if
the Proposal is responsive to the submission requirements outlined in this RFP.
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
non - responsive.
Any Proposal found to be non - responsive will not be considered by the CMPC
Proposal Evaluation Committee. Proposals that do not comply with the RFP
instructions and requirements or do not include the required information may be
rejected as insufficient and may not be further considered. The CMPC Program
Administrator reserves the right to request a Proposer to provide additional
information and /or to clarify information. The CMPC Program Administrator's
determination regarding the responsiveness of a Proposal shall be final.
IP 12.5 Proposal Selection Process
The following describes the process by which Proposals will be evaluated and a
selection made for a potential award. Any such selection of a Proposal shall be
made by consideration of only the criteria set forth below.
"Qualification Requirements" specifies the requirements for determining responsible
Proposers, all of which must be met by a Proposer to be found qualified. Final
15
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 2
determination of a Proposer's qualification will be made based upon all information
received during the evaluation process and as a condition for award.
"Proposal Evaluation Criteria" contains all the evaluation criteria, and their relative
order of importance, by which a Proposal from a qualified Proposer will be
considered for selection. An award, if made, will be to a responsible Proposer for a
Proposal that is found to be in the CMPC's best interests, based on price and other
evaluation criteria considered. Price shall be a factor in the award decision,
although the award will be made to the Proposer(s) who is "most advantageous"
with price and other factors considered. The procedures to be followed for these
evaluations are provided in "Evaluation Procedures," below.
Qualification Requirements
The following are the requirements for qualifying responsible Proposers. All of these
requirements should be met; therefore, they are not listed in any particular order of
importance. Any Proposal that the CMPC Proposal Evaluation Committee finds does
not meet these requirements, and cannot be made to meet these requirements,
may be determined by the CMPC Proposal Evaluation Committee not to be
responsible and the Proposal rejected. The requirements are as follows:
1. Sufficient financial strength, resources and capability to finance the work to
be performed and to complete the Contract in a satisfactory manner, as
measured by the following:
* Proposer's financial statements prepared in accordance with generally
accepted accounting principles of the jurisdiction in which the Proposer is
located, and audited by an independent certified public accountant; or a
statement from the Proposer regarding how financial information may be
reviewed by the CMPC.
* Proposer's ability to obtain required insurance with coverage values that
meet minimum requirements, evidenced by a letter from an underwriter
confirming that the Proposer can be insured for the required amount.
2. Evidence that the human and physical resources are sufficient to perform the
Contract as specified and to ensure delivery of all equipment within the time
specified in the Contract, to include the following:
*Engineering, management and service organizations with sufficient
personnel and requisite disciplines, licenses, skills, experience and equipment
to complete the Contract as required and to satisfy any engineering or
service problems that may arise during the warranty period.
*Adequate manufacturing facilities sufficient to produce and factory -test
equipment on schedule.
*A spare parts procurement and distribution system sufficient to support
equipment maintenance without delays and a service organization with skills,
16
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 2
experience and equipment sufficient to perform all warranty and on -site
work.
3. Evidence that Proposer is qualified in accordance with the provisions of
"Section 8: Quality Assurance."
4. Evidence of satisfactory performance and integrity on contracts in making
deliveries on time, meeting specifications and warranty provisions, parts
availability and steps Proposer took to resolve any judgments, liens, fleet
Defects history or warranty claims. Evidence shall be by client references
of last six (6) customer purchases resulting in delivery of product
proposed.
5. In addition, the CMPC is seeking references from Proposer's customers
operating proposed products in similar high altitude climates and
cold weather conditions, as defined in the Introduction in Section 6.
Buses proposed should be able to perform at a high level for 12 years, with
40,000- 50,000 miles in the last year, in conditions similar to CMPC member
agency operating conditions identified in Section 6.
Proposal Evaluation Criteria
The following are the complete criteria, listed in their relative order of importance,
by which Proposals from responsible Proposers will be evaluated and ranked for the
purposes of determining any Competitive Range and to make any selection of a
Proposal for a potential award. Any exceptions, conditions, reservations or
understandings explicitly, fully and separately stated on the Form for Proposal
Deviation, which do not cause the CMPC to consider a Proposal to be outside the
Competitive Range, will be evaluated according to the respective evaluation criteria
and sub - criteria that they affect.
The technical evaluation and cost evaluation criteria are listed numerically by their
relative order of importance. Prior to opening of Proposals, a determination will be
made as to the proportional weight assigned to the criteria below. The proportional
weight assignments are not made public. However, certain criteria may have sub -
criteria identified that are listed by their relative order of importance within the
criterion they comprise.
1. Technical Evaluation Criteria
Proposals will be evaluated using the following principal selection criteria:
a. ADHERENCE TO TECHNICAL SPECIFICATIONS
Adherence to technical specification requirements are the most
important determinant for award. At minimum, test results, safety
and maintenance factors, and cost of normal operation for bus
design and system components proposed, may be considered in
determining a final value for the criterion. Proposals of the main
vehicle construction and system design elements should address:
17
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium Section 2
• Safety and crashworthiness;
• Environmental tolerability in cold weather and high altitude
climates;
• Long life performance of mechanical and component
function: 12 -15 years with 40,000- 50,000 miles in the last
year of use;
• Capacity of manufacturer to meet additional corrosion
resistance requirements and provide vehicle structures that do
not require corrosion preventive coatings or treatments;
• Good ride, passenger comfort, and ability to address higher
capacity heating system needs (70 degrees in -30 to 10
degree external temperatures); and
• Ability of manufacturer to meet the needs of the CMPC by
providing products compatible with all CMPC Alternative
Required Equipment as defined in Section 6.
b. PROPOSER REPUTATION AND PERFORMANCE IN LIKE CLIMATES
The CMPC Proposal Evaluation Committee will consider the
capability and reputation of the Proposer as presented in the
Proposal or as is determined by review of information available from
references or other resources. The evaluation may look at the
Proposer's overall organizational and financial capabilities and
consider key components such as quality control, quality assurance,
research and development, response time, product capabilities,
ability to furnish multiple bus configurations, references of those
agencies providing service with products proposed in like climates,
as well as other considerations, in reaching a final point
determination. The Committee may also look at Fleet Defect history,
warranty claims and the steps that the manufacturer took to resolve
these concerns in assessing the overall reputation of the
manufacturer.
C. DELIVERY SCHEDULE
The proposer is required to provide information on how promptly
units can be delivered when ordered, balancing vehicle quality with
expeditious delivery. 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 local, state, and federal
funding partners in an expeditious manner.
Evaluation of this criterion will be separated between Year 1
deliveries and subsequent years and proposers should provide
information as such. Proposer is to provide a delivery schedule for
Year 1 with the understanding that given time constraints of CMPC
18
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 2
member agencies and funding sources, Proposers will receive higher
scores if they can accommodate a six to 12 month delivery
timeframe.
Proposers are also to provide a delivery schedule for the four
additional contract years proposing appropriate timeframes
dependent on demand and vehicle configuration. Proposers are to
provide their most competitive delivery timeframe based on
quantities specified in this solicitation and time of purchase order
issued. The CMPC values an average 12 month delivery timeframe, if
possible.
d. AFTER SALE SERVICE - TECHNICAL SUPPORT, TRAINING, AND PARTS
AVAILABILITY
All parties should be aware that the CMPC places high value on
after -sale service support, to include technical support programs
proposed, training programs proposed, and expeditious
replacement parts availability.
The CMPC will evaluate Training based on Proposer's creativity and
innovative options provided to address Training Program and
Technical / Service Support Program requirements identified in
Section 6: Technical Specifications. Review of options submitted
will include ability of manufacturer to provide in person and online
training as well as resources that can be shared amongst the CMPC.
The CMPC will also review Proposer's ability to help meet Federal
and State mandated State of Good Repair requirements. At
minimum, the manufacturer /dealer shall provide a vehicle
orientation with each vehicle delivered to a CMPC member agency
as identified in Section 6: Technical Specifications.
Included with parts availability is whether the Contractor keeps
price catalogs current and whether the Contractor pays for the
cost of freight. Evaluation sub - criteria include:
• Parts availability for 15 year period;
• Reliability of parts access;
• Timing of parts receipt from manufacturer, to include
subcomponent manufacturers; and
• Parts engineering changes for high altitude climate and cold
weather conditions and how the manufacturer will provide
and support the necessary part modifications over the useful
life period of 12 -15 years.
19
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 2
e. WARRANTY
The CMPC expects all parties responding to this RFP to meet the
warranty provisions outlined in Section 7. In addition to the
specified warranty provisions, the CMPC will review additional
extended warranties that are offered. Warranties shall be evaluated
in terms of longevity, cost, and overall relationship to being most
advantageous and favorable for the CMPC.
2. Cost Evaluation Criteria
As described below, the proposed cost as submitted by the Proposer on the CMPC
provided form will be evaluated in relation to the Technical Evaluation Criteria to
develop a final overall score for each Proposal. The Contractor is required to use the
CMPC's form, without alteration, for submittal of its Price Proposal. Please DO NOT
use your own forms.
The cost will be evaluated in the following manner:
1. Cost Proposal Criteria
a. The Cost Proposal criteria will be evaluated by each cost line item
provided on the Price Proposal Form. The base cost is evaluated
separately from each additional option requested, to include: CNG,
body design, additional options, and spare parts.
b. The lowest average price proposed for each item of evaluation (base,
fuel option, body design options, additional options, spare parts) in
like size categories (i.e. 35 foot diesel) will receive the highest
number of possible points. Every other Proposal previously found to
be in the Competitive Range will be given points proportionately in
percentage range of lowest cost (i.e. <5 %, 6 -10 %, etc.).
C. Proposals will also be evaluated as to the degree of transparency
proposed in relation to the "Explanation of Method for Price
Adjustments of Base Pricing Proposed" and described in "Preparation
of Proposals: Proposal Format Requirements: Package 2." Because
the CMPC member agencies will be ordering vehicle configurations
that will vary from the base RFTA vehicle specified in Section 6,
Proposer will be evaluated as to fairness of the method documented
for transparent non - cardinal change price adjustments to the base
price when modifying orders to accommodate CMPC member needs.
d. The likelihood of a BAFO process is very low; therefore Proposers are
encouraged to submit their most competitive pricing at the initial
time of Offer.
20
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 2
Technical and Cost Evaluation Total Score
Once a total score is determined for each of the primary evaluation criteria
(technical and cost), the two scores are weighted in relation to their overall
importance to the CMPC to determine a final overall score for each Proposal in each
vehicle size (length). The combination of the two scores to reach a final overall
score balances the need for a high quality, 12 -15 useful life vehicle with the overall
cost of that vehicle, with weights normally 60% technical and 40% cost.
Best Value Evaluation Over 5 Year Period
The total scores derived by appropriately weighting the individual technical and cost
evaluation scores is then used to evaluate proposals for best value over the life of
the contract, as FTA guidelines require evaluation of all purchases made over the
five year period, not just those being purchased in the first year. The Best Value
evaluation takes into consideration the number, as well as the fuel type, size, and
body style, of vehicle purchases to be made by the CMPC over the five year period
along the prices proposed corresponding to those categories, and the total weighted
score determined by the evaluation committee. The number of units to be pur-
chased over the five year period in the various size, fuel and body style categories
are then multiplied by the price proposed by the Manufacturer to determine a total
contract value. That value is then divided by the total evaluation score to determine
a weighted contract value. The Proposer with the most cost effective weighted con-
tract value is determined to be Best Value over the life of the contract and will be
offered award, if all other qualification evaluation requirements are met.
IP 12.6 Evaluation Procedures
Proposals will be analyzed for conformance with the instructions and requirements
of the RFP and Contract documents by the CMPC Program Administrator. Proposals
that do not comply with these instructions and do not include the required
information may be rejected as insufficient or not be considered for the Competitive
Range. The CMPC reserves the right to request that a Proposer provide any missing
information and make corrections. Proposers are advised that the detailed
evaluation forms and procedures will follow the same Proposal format and
organization specified in "Preparation of Proposals." Therefore, Proposers should
pay close attention to and strictly follow all instructions. Submittal of a Proposal will
signify that the Proposer has accepted the whole of the Contract documents, except
such conditions, exceptions, reservations or understandings explicitly, fully and
separately stated on the forms and according to the instructions of the Form for
Proposal Deviation. Any such conditions, exceptions, reservations or understandings
that do not result in the rejection of the Proposal are subject to evaluation under
the criteria set forth in "Proposal Selection Process."
Evaluations will be made in strict accordance with all the evaluation criteria
specified in "Proposal Selection Process," above. The CMPC will choose the
Proposal(s) that it finds to be most advantageous to the CMPC, based upon the
evaluation criteria.
21
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
IP 12.7 Evaluations of Competitive Proposals
Section 2
1. Qualification of responsible Proposers. Proposals will be evaluated to determine
the responsibility of Proposers. A final determination of a Proposer's
responsibility will be made upon the basis of initial information submitted in the
Proposal, any information submitted upon request by the CMPC, information
submitted in a BAFO if required, and information resulting from CMPC inquiry of
Proposer's references and its own knowledge of the Proposer.
2. Detailed evaluation of Proposals and determination of Competitive Range. The
CMPC will carry out and document its evaluations in accordance with the criteria
and procedures set forth in "Proposal Selection Process." Any Proposal
deficiencies that may render a Proposal unacceptable will be documented. The
CMPC will make specific note of questions, issues, concerns and areas requiring
clarification by Proposers and to be discussed in any meetings with Proposers
that the CMPC finds to be within the Competitive Range.
Rankings of the Proposals against the evaluation will then be made for
determining which Proposals are within the Competitive Range, or may
reasonably be made to be within the Competitive Range.
The CMPC may request vehicles to be provided for view at a specified location,
date and time. After Proposals are reviewed for responsiveness, this location,
date and time will be provided to the Proposers whose Proposals will be
reviewed during this first evaluation period.
3. Proposals not within the Competitive Range. Proposers of any Proposals that
have been determined by the CMPC as not in the Competitive Range, and that
cannot be reasonably made to be within the Competitive Range, will be notified
in accordance with the CMPC's policies.
4. Discussions with Proposers in the Competitive Range. The Proposers whose
Proposals are found by the CMPC to be within the Competitive Range, or that
may be reasonably made to be within the Competitive Range, will be notified
and any questions or requests for clarifications provided to them in writing. Each
such Proposer may be invited for an interview and discussions with the CMPC to
discuss answers to written or oral questions, clarifications and any facet of its
Proposal. The CMPC may also request at this time that vehicles be provided for
view at a specified location, date and time. After proposals are reviewed and
determined competitive, this location, date and time will be provided to the
Proposers.
In the event that a Proposal that has been included in the Competitive Range
contains conditions, exceptions, reservations or understandings to any Contract
requirements as provided in the Form for Proposal Deviation, said conditions,
exceptions, reservations or understandings may be negotiated during these
meetings. However, the CMPC shall have the right to reject any and all such
conditions and exceptions, and instruct the Proposer to amend its Proposal and
remove said conditions and exceptions; and any Proposer failing to do so may
22
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 2
cause the CMPC to find such Proposal to be outside the Competitive Range.
No information, financial or otherwise, will be provided to any Proposer about
any of the Proposals from other Proposers, to the extent permitted by applicable
law. Proposers will not be given a specific price or specific financial requirements
they must meet to gain further consideration, except that proposed prices may
be considered to be too high with respect to the marketplace or unacceptable.
Proposers will not be told of their rankings among the other Proposers prior to
Contract award.
5. Factory and site visits. The CMPC reserves the right to conduct factory visits of
the Proposer's facilities and /or the facilities of major sub - suppliers included in
the Proposal.
6. Best and final offers. After all interviews have been completed, the Proposers in
the Competitive Range may be asked to submit BAFOs. The Request for BAFOs
shall include the following:
• Notice that discussions and negotiations are concluded.
• A complete listing of the conditions, exceptions, reservations or under-
standings that have been approved.
• A common date and time for submission of written BAFOs, allowing a rea-
sonable opportunity for preparation of the written BAFOs.
• Notice that if any modification to a BAFO is submitted, it must be received
by the date and time specified for the receipt of BAFOs.
• Notice to Proposers that do not submit a notice of withdrawal or a BAFO
that their immediately previous Proposal will be construed as their BAFO.
Any modification to the initial Proposal made by a Proposer in its BAFO shall be
identified in its BAFO. BAFOs will be evaluated by the CMPC according to the
same requirements and criteria as the initial Proposals ( "Proposal Selection
Process "). The CMPC will make appropriate adjustments to the initial scores for
any sub - criteria and criteria that have been affected by any Proposal
modifications made by the BAFOs. These final scores and rankings within each
criterion will again be arrayed by the CMPC and considered according to the
relative degrees of importance of the criteria defined in "Proposal Selection
Process."
The CMPC will then choose the Proposal that it finds to be most advantageous to
the CMPC, based upon the evaluation criteria. The results of the evaluations and
the selection of a Proposal for any award will be documented.
The CMPC reserves the right to make an award to a Proposer whose
Proposal it judges to be most advantageous to the CMPC upon the
evaluation criteria, without conducting any written or oral discussions
with any Proposers or solicitation of any BAFOs. It is strongly suggested
that Proposers provide the most competitive pricing at the time of initial
Proposal submission, as the solicitation of BAFOs is highly unlikely.
23
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 2
7. Debriefing. Subsequent to the award, the unsuccessful Proposers will be notified
and may request a debriefing. Proposers will be debriefed in accordance with
CMPC policies, including information regarding the shortcomings of their
Proposal.
IP 13. Response to Proposals
IP 13.1 Single Proposal Response
If only one Proposal is received in response to this RFP and it is found by the CMPC
to be acceptable, then a price or cost analysis, or both, possibly including an audit,
may be performed by or for the CMPC. The Proposer has agreed to such analysis by
submitting a Proposal in response to this RFP.
IP 13.2 Availability of Funds
Annual Appropriation /Grant Funding Provisions
Notwithstanding anything herein contained to the contrary, the CMPC member
agencies' obligations under this RFP and potential Contract are expressly subject to
an annual appropriation being made by the respective Town Councils, Board of
County Commissioners, or other applicable governing entities in an amount suffi-
cient to allow the agency to perform its obligations hereunder. If sufficient funds
are not appropriated, purchases under this Contract may be terminated without
penalty or options released for Piggyback contracting. The CMPC obligations under
this Contract are not to be viewed as general obligation indebtedness or multiple
year direct or indirect debt or other financial obligation whatsoever. Further the
CMPC member agencies rely upon Federal Financial Assistance Funds and State Fi-
nancial Assistance Funds that are contingent upon award and appropriation from
the United States Government and State Funds or State of Colorado Transportation
Commission that are contingent upon award and contracted appropriation by the
Colorado Department of Transportation, Wyoming Department of Transportation or
Federal Transit Administration. The CMPC has no control over the funding levels
that will be received.
The purchasing agencies are allowed to cancel any portion of the quantities speci-
fied in a given calendar year due to the unavailability of funds. Quantities may be
transferred then to a subsequent calendar year to allow for purchase of the speci-
fied amount of vehicles as funds become available or assigned to another public
transit agency as applicable.
IP 13.3 Agency Rights
The CMPC reserves the right to cancel the procurement in whole or in part, at its
sole discretion, at any time before the Contract is fully executed and approved on
behalf of the CMPC. 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
24
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 2
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.
The CMPC reserves the right to reject any or all Proposals, to undertake discussions
with one or more Proposers, and to accept that Proposal or modified Proposal
which, in its judgment, will be most advantageous to the CMPC, considering price
and other evaluation criteria. The CMPC reserves the right to determine any specific
Proposal that is conditional or not prepared in accordance with the instructions and
requirements of this solicitation to be non - responsive. The CMPC reserves the right
to waive any Defects, or minor informalities or irregularities in any Proposal that do
not materially affect the Proposal or prejudice other Proposers.
The CMPC also reserves the right to re- advertise, or to otherwise provide the
services as determined by the CMPC to be in its best interest, and to accept any
portion of the Proposal deemed to be in the best interests of the CMPC to do so, or
further negotiate cost, terms or conditions of any Proposal or resulting contract as
determined by the CMPC to be in its best interests.
If there is any evidence indicating that two or more Proposers are in collusion to
restrict competition or are otherwise engaged in anti - competitive practices, the
Proposals of all such Proposers shall be rejected, and such evidence may be a cause
for disqualification of the participants in any future solicitations undertaken by the
CMPC.
The CMPC may reject a Proposal that includes unacceptable Deviations as provided
in the Form for Proposal Deviation.
IP 13.4 Execution of Contract
The acceptance of a Proposal for award, if made, shall be evidenced in writing by a
notice of award of Contract delivered to the Proposer(s) whose Proposal(s) are
accepted. Upon notice of award of the Contract to a Proposer, the Proposer shall
commence performance under the Contract by furnishing copies of the certificates
of insurance required to be procured by the Contractor pursuant to the Contract
documents within thirty (30) calendar days after the date of receipt of the notice of
award or at the time of contract, whichever occurs first. Failure to fulfill these
requirements within the specified time is cause for termination of the Contract
under "Termination for Default" in Section 3.
25
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium Section 2
IP 14. Conflicts of Interests and Gratuities
Proposers are prohibited from engaging in any practice that may be considered a
conflict of interest under existing Eagle County policies and /or state law, and to
refrain from participating in any gifts, favors or other forms of compensation that
may be viewed as a gratuity in accordance with existing policies and laws.
26
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Table of Contents
Section 3
1
CMPC- 15- LTB -RFP January 2015
GC1. Definitions ............................................................................................................... ..............................2
GC2. Materials and Workmanship ............................................................................. ..............................3
GC 3. Conformance with Specifications and Drawings ....................................... ..............................4
GC 4. Inspection, Testing and Acceptance ............................................................. ..............................4
GC4.1 General .............................................................................................................. ..............................4
GC4.2 Risk of Loss ...................................................................................................... ..............................5
GCs. Title and Warranty of Title ................................................................................ ..............................s
GC 6. Intellectual Property Warranty ........................................................................ ..............................s
GC7. Data Rights ............................................................................................................. ..............................6
GC7.1 Proprietary Rights /Rights in Data ............................................................ ..............................6
GC 7.2 Access to Onboard Operational Data ...................................................... ..............................6
Gcs. Changes ................................................................................................................... ..............................7
GC8.1 Contractor Changes ...................................................................................... ..............................7
GC8.2 Agency Changes ............................................................................................. ..............................7
GC9. Legal Clauses ......................................................................................................... ..............................7
GC9.1 Indemnification .............................................................................................. ...............................
7
GC9.2 Suspension of Work ...................................................................................... ..............................8
GC9.3 Excusable Delays /Force Majeure ............................................................. ..............................8
GC9.4 Termination ...................................................................................................... ..............................9
GC9.5 Compliance with Laws and Regul ations ................................................ .............................12
GC9.6 Changes of Law ............................................................................................. .............................12
GC9.7 Governing Law and Choice of Forum ..................................................... .............................12
GC9.8 Disputes ............................................................................................................ .............................13
GC9.9 Maintenance of Records; Access by Agency; Right to Audit Records ....................is
GC9.10 Confidential Information .......................................................................... .............................16
GC9.11 Conflicts of Interest, Gratuities ............................................................. .............................16
GC9.12 General Nondiscrimination Cl ause ........................................................ .............................17
GC9.13 Amendment and Waiver ........................................................................... .............................17
GC9.14 Remedies Not Exclusive ........................................................................... .............................17
GC9.15 Counterparts ................................................................................................. .............................17
GC9.16 S2verability ................................................................................................... .............................17
GC9.17 Third -Party Beneficiaries .......................................................................... .............................18
GC9.18 Assignment of Contract ............................................................................ .............................18
GC9.19 Independent Parties ................................................................................... .............................18
GC9.20 Survival ........................................................................................................... .............................18
GC Zo. Eagle County- Specific Provisions ................................................................ .............................19
1
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium Section 3
SECTION 3: GENERAL CONDITIONS
GC 1. Definitions
The following are definitions of special terms used in this document:
Agency: Colorado Mountain Purchasing Consortium
Authorized Signer: The person who is executing this Contract on behalf of the
Contractor and who is authorized to bind the Contractor.
Best and Final Offer (BAFO): The last Proposal made by a Proposer. If a BAFO is
not specifically requested by the CMPC, or if the Proposer does not promptly
respond to a request for a BAFO, then the most recent, current Proposal is the
BAFO.
Class 1 Failure (physical safety): A failure that could lead directly to passenger or
operator injury and represents a severe crash situation.
Class 2 Failure (road call): A failure resulting in an en route interruption of revenue
service. Service is discontinued until the bus is replaced or repaired at the point of
failure.
Competitive Range: The range of proposals that are identified as the most highly
rated, unless the range is further reduced for purposes of efficiency.
Contract: The Proposal and its acceptance by the CMPC as manifested by the
Contract documents specified in "Section 10: Contract."
Contracting Officer: The person who is executing this Contract on behalf of the
CMPC and who has complete and final authority except as limited herein.
Contractor: The successful Proposer who is awarded a Contract for providing all
buses and equipment described in the Contract documents.
Days: Unless otherwise stated, "days" shall mean calendar days.
Defect: Patent or latent malfunction or failure in manufacture, installation or design
of any component or subsystem.
Deviation: Variance from a requirement or specification that does not alter the basis
of a contractor adversely affects its performance.
Due Date: The date and time by which Proposals must be received by the CMPC as
specified in "Section 1: Notice of Request for Proposals."
Extended Warranty: A warranty available for purchase above the standard
warranty.
2
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 3
Fatigue Failure (Corrosion Fatigue): The mechanical degradation of a material
under the joint action of corrosion and cyclic loading.
Pass - Through Warranty: A warranty provided by the Contractor but administered
directly with the component Supplier.
Proposal: A promise, if accepted, to deliver equipment and services according to
the underlying solicitation of the CMPC documented using the prescribed form in
the solicitation, including any Proposal or BAFO.
Proposer: A legal entity that makes a Proposal.
Related Defect: Damage inflicted on any component or subsystem as a direct result
of a separate Defect.
Solicitation: An Agency's request for proposals.
Superior Warranty: A warranty still in effect after all contractually required
warranties have expired. The remaining warranty is administered directly between
the sub - Supplier and the CMPC member agency.
Supplier: Any manufacturer or company providing units, components or
subassemblies for inclusion in the bus that are installed by the Contractor. Supplier
items shall require qualification by type and acceptance tests in accordance with
requirements defined in "Section 8: Quality Assurance."
Subcontractor: Any manufacturer or company providing units, components or
subassemblies for inclusion in the bus that are installed by a Subcontractor.
Subcontractor items shall require qualification by type and acceptance tests in
accordance with requirements defined in "Section 8: Quality Assurance."
Work: Any and all labor, supervision, services, materials, machinery, equipment,
tools, supplies and facilities called for by the Contract and necessary to the
completion thereof.
GC 2. Materials and Workmanship
The Contractor shall be responsible for all materials and workmanship in the
construction of the bus and all accessories used, whether the same are manufactured
by the Contractor or purchased from a Supplier. This provision excludes any equipment
leased or supplied by the CMPC member agencies, except insofar as such equipment is
damaged by the failure of a part or component for which the Contractor is responsible,
or except insofar as the damage to such equipment is caused by the Contractor during
the manufacture of the buses.
3
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium Section 3
GC 3. Conformance with Specifications and Drawings
Materials furnished and Work performed by the Contractor shall conform to the
requirements of the Technical Specifications and other Contract documents.
Notwithstanding the provision of drawings, technical specifications or other data by the
CMPC member agencies, the Contractor shall have the responsibility of supplying all
parts and details required to make the bus complete and ready for service even though
such details may not be specifically mentioned in the drawings and specifications.
Items that are installed by the CMPC member agencies shall not be the responsibility
of the Contractor unless they are included in this Contract.
Omissions from the Contract specifications, or the inaccurate description of details of
work that are manifestly necessary to carry out the intent of the Contract
specifications, or that are customarily performed, shall not relieve the Contractor from
performing such omitted work or inaccurately described details of the work, and they
shall be performed as if fully and correctly set forth and described.
GC 4. Inspection, Testing and Acceptance
GC 4.1 General
The CMPC's Representative(s) shall at all times have access to the Work, the
Contractor and, through the Contractor, its Suppliers. The Contractor and its Suppliers
shall furnish every reasonable facility for ascertaining that the materials and the
workmanship are in accordance with the requirements of the Contract Documents. All
Work done shall be subject to the CMPC Representative's inspection and approval in
accordance with the approved work products developed as a result of the Contract
Documents.
The pre - delivery tests and inspections shall be performed at the Contractor's plant;
they shall be performed in accordance with the procedures defined in "Section 8:
Quality Assurance;" and they may be witnessed by the resident inspector. When a bus
passes these tests and inspections, the resident inspector shall authorize release of the
bus.
Within ten (10) business days after arrival at the designated point of delivery, the bus
shall undergo the CMPC tests defined in "Post- Delivery Tests." If the bus passes these
tests or if the CMPC does not notify the Contractor of non - acceptance within 10
business days after delivery, then acceptance of the bus by the CMPC member agency
occurs on the 10th business day after delivery. If the bus fails these tests, it shall not
be accepted until the repair procedures defined in "Repairs after Non - Acceptance" have
been carried out and the bus retested until it passes. Acceptance occurs earlier if the
CMPC member agencies notifies the Contractor of early acceptance or places the bus in
revenue service.
4
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
GC 4.2 Risk of Loss
Section 3
The CMPC member agencies shall assume risk of loss of the bus on delivery, as defined
in "Bus Delivery." Prior to this delivery, the Contractor shall have risk of loss of the
bus, including any damages sustained during the delivery regardless of the status of
title or any payments related to the bus. Drivers shall keep a maintenance log
en route, and it shall be delivered to the CMPC member agencies with the bus. If the
bus is released back to the Contractor for any reason, then the Contractor has the risk
of loss upon such release.
GC 5. Title and Warranty of Title
Adequate documents (including lienholder requirements of the Colorado Department of
Transportation) for registering the bus in Colorado and Wyoming shall be provided to
the CMPC member agencies no less than 10 business days before delivery to the
CMPC. Upon acceptance of each bus, the Contractor warrants that the title shall pass
to the CMPC member agencies or CDOT under lien free and clear of all encumbrances.
GC 6. Intellectual Property Warranty
The CMPC shall advise the Contractor of any impending patent suit related to this
Contract against the CMPC and provide all information available. The Contractor shall
defend any suit or proceeding brought against the CMPC based on a claim that any
equipment, or any part thereof, furnished under this Contract constitutes an
infringement of any patent, and the Contractor shall pay all damages and costs
awarded therein, excluding incidental and consequential damages against the CMPC. In
case said equipment, or any part thereof, is in such suit held to constitute infringement
and use of said equipment or parts is enjoined, the Contractor shall, at its own
expense and at its option, either procure for the CMPC the right to continue using said
equipment or part, or replace same with non - infringing equipment, or modify it so it
becomes non - infringing.
The Contractor's obligations under this section are discharged and the CMPC shall hold
the Contractor harmless with respect to the equipment or part if it was specified by the
CMPC and all requests for substitutes were rejected, and the Contractor advised the
CMPC under "Questions and Clarifications" of a potential infringement, in which case
the Contractor shall be held harmless.
5
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium Section 3
GC 7. Data Rights
GC 7.1 Proprietary Rights /Rights in Data
The term "subject data" used in this clause means recorded information, whether or
not copyrighted, that is delivered or specified to be delivered under the Contract. It
includes the proprietary rights of the following:
• Shop drawings and working drawings
• Technical data including manuals or instruction materials, computer or
microprocessor software
• Patented materials, equipment, devices or processes
• License requirements
The CMPC shall protect proprietary information provided by the Contractor to the
fullest extent of the law. The Contractor shall grant a non - exclusive license to allow the
CMPC member agencies to utilize such information in order to maintain the vehicles. In
the event that the Contractor no longer provides the information, the CMPC has the
right to reverse engineer patented parts and software.
The CMPC reserves a royalty -free, non - exclusive and irrevocable license to reproduce,
publish or otherwise use, and to authorize others to use, the following subject data for
its purposes: (1) any subject data required to be developed and first produced in the
performance of the Contract and specifically paid for as such under the Contract,
whether or not a copyright has been obtained; and (2) any rights of copyright to which
the Contractor, Subcontractor or Supplier purchases ownership for the purpose of
performance of the Contract and specifically paid for as such under the Contract. The
Contractor agrees to include the requirements of this clause, modified as necessary to
identify the affected parties, in each subcontract and supply order placed under the
Contract.
GC 7.2 Access to Onboard Operational Data
The CMPC member agencies grant to the Contractor the right to inspect, examine,
download, and otherwise obtain any information or data available from components
provided by the Contractor, including, but not limited to, any electronic control
modules or other data - collection devices, to the extent necessary to enable the
Contractor to perform reliability maintenance analysis, corrective action and /or other
engineering type Work for the bus. This right expressly excludes access to information
or data collected on any equipment not provided and installed by the Contractor.
6
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
GC 8. Changes
GC 8.1 Contractor Changes
Section 3
Any proposed change in this Contract shall be submitted to the CMPC for its prior
approval. Oral change orders are not permitted. No change in this Contract shall be
made without the prior written approval of the Eagle County Contract Administrator
and /or CMPC Program Administrator. The Contractor shall be liable for all costs
resulting from, and /or for satisfactorily correcting, any specification change not
properly ordered by written modification to the Contract and signed by Eagle County.
GC 8.2 Agency Changes
Eagle County may obtain changes to the Contract by notifying the Contractor in
writing. As soon as reasonably possible but no later than thirty (30) calendar days
after receipt of the written change order to modify the Contract, the Contractor shall
submit to the Eagle County Contract Administrator and CMPC Program Administrator a
detailed price and schedule Proposal for the Work to be performed. This Proposal shall
be accepted or modified by negotiations between the Contractor and the Eagle County
Contract Administrator and the CMPC Program Administrator. At that time, a detailed
modification shall be executed in writing by both parties. Disagreements that cannot
be resolved within negotiations shall be resolved in accordance with "Disputes," below.
Regardless of any disputes, the Contractor shall proceed with the Work ordered.
GC 9. Legal Clauses
GC 9.1 Indemnification
GC 9.1.1 The Contractor shall indemnify and hold harmless Eagle County, and any of
its officers, agents and employees against any losses, claims, damages or liabilities for
which Eagle County may become subject to insofar as any such losses, claims, dam-
ages or liabilities arise out of, directly or indirectly, this Contract, or are based upon
any performance or nonperformance by Contractor or any of its subcontractors
hereunder; and Contractor shall reimburse Eagle County for reasonable attorney fees
and costs, legal and other expenses incurred by Eagle County in connection with inves-
tigating or defending any such loss, claim, damage, liability or action. This indemnifica-
tion shall not apply to claims by third parties against Eagle County to the extent that
Eagle County is liable to such third party for such claims without regard to the in-
volvement of the Contractor. This paragraph shall survive expiration or termination
hereof.
GC 9.1.2 The obligations of the Contractor under the above paragraph shall not extend
to circumstances where the injury, death or damages are caused solely by the
negligent acts, errors or omissions of the CMPC member agencies, its officers,
employees, agents or consultants, including, without limitation, negligence in: (1) the
preparation of the Contract documents, or (2) the giving of directions or instructions
7
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 3
with respect to the requirements of the Contract by written order. The obligations of
the Contractor shall not extend to circumstances where the injury, death or damages
are caused, in whole or in part, by the negligence of any third -party operator, not
including an assignee or Subcontractor of the Contractor, subject to the right of
contribution. In case of joint or concurrent negligence of the parties giving rise to a
claim or loss against either one or both, each shall have full rights of contribution from
the other.
GC 9.2 Suspension of Work
GC 9.2.1 The CMPC may at any time and for any reason within its sole discretion issue
a written order to the Contractor suspending, delaying or interrupting all or any part of
the work for a specified period of time.
GC 9.2.2 The Contractor shall comply immediately with any such written order and
take all reasonable steps to minimize costs allocable to the work covered by the
suspension during the period of work stoppage. Contractor shall continue the work that
is not included in the suspension and shall continue such ancillary activities as are not
suspended. The Contractor shall resume performance of the suspended work upon
expiration of the notice of suspension, or upon direction from the CMPC.
GC 9.2.3 The Contractor shall be allowed an equitable adjustment in the Contract price
(excluding profit) and /or an extension of the Contract time, to the extent that cost or
delays are shown by the Contractor to be directly attributable to any suspension.
However, no adjustment shall be made under this section for any suspension, delay or
interruption due to the fault or negligence of the Contractor, or for which an equitable
adjustment is provided for, or excluded under any other term or condition of the
Contract. As soon as reasonably possible but no later than forty -five (45) calendar
days, or any other period of time agreed to by the parties, after receipt of the written
suspension of work notice, the Contractor shall submit to the Contracting Officer a
detailed price and schedule Proposal for the suspension, delay or interruption.
GC 9.3 Excusable Delays /Force Majeure
GC 9.3.1 If the Contractor is delayed at any time during the progress of the work by
the neglect or failure of the CMPC member agencies or by a cause as described below,
then the time for completion and /or affected delivery date(s) shall be extended by the
CMPC subject to the following cumulative conditions:
a. The cause of the delay arises after the Notice of Award and neither was nor
could have been anticipated by the Contractor by reasonable investigation
before such award. Such cause may also include force majeure events such as
any event or circumstance beyond the reasonable control of the Contractor,
including but not limited to acts of God; earthquake, flood and any other natural
disaster; civil disturbance, strikes and labor disputes; fires and explosions; war
and other hostilities; embargo; or failure of third parties, including Suppliers or
Subcontractors, to perform their obligations to the Contractor;
8
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 3
b. The Contractor demonstrates that the completion of the work and /or any
affected deliveries will be actually and necessarily delayed;
c. The Contractor has taken measures to avoid and /or mitigate the delay by the
exercise of all reasonable precautions, efforts and measures, whether before or
after the occurrence of the cause of delay; and
d. The Contractor makes written request and provides other information to the
CMPC as described in paragraph GC 9.3.4 below.
A delay in meeting all of the conditions of this section shall be deemed an excusable
delay. Any concurrent delay that does not constitute an excusable delay shall not be
the sole basis for denying a request hereunder.
GC 9.3.2 None of the above shall relieve the Contractor of any liability for the payment
of any liquidated damages owing from a failure to complete the Work by the time for
completion that the Contractor is required to pay pursuant to "Liquidated Damages for
Late Delivery of the Bus" for delays occurring prior to, or subsequent to the occurrence
of an excusable delay.
GC 9.3.3 The CMPC reserves the right to rescind or shorten any extension previously
granted, if subsequently the CMPC determines that any information provided by the
Contractor in support of a request for an extension of time was erroneous; provided,
however, that such information or facts, if known, would have resulted in a denial of
the request for an excusable delay. Notwithstanding the above, the CMPC will not
rescind or shorten any extension previously granted if the Contractor acted in reliance
upon the granting of such extension and such extension was based on information
that, although later found to have been erroneous, was submitted in good faith by the
Contractor.
GC 9.3.4 No extension or adjustment of time shall be granted unless: (1) written notice
of the delay is filed with the CMPC Program Administrator and purchasing agency
within fourteen (14) calendar days after the commencement of the delay and (2) a
written application therefore, stating in reasonable detail the causes, the effect to date
and the probable future effect on the performance of the Contractor under the
Contract, and the portion or portions of the work affected, is filed by the Contractor
with the CMPC Program Administrator and purchasing agency within thirty (30)
calendar days after the commencement of the delay. No such extension or adjustment
shall be deemed a waiver of the rights of either party under this Contract. The CMPC
shall make its determination within thirty (30) calendar days after receipt of the
application.
GC 9.4 Termination
GC 9.4.1. Termination for Convenience
The performance of work under this Contract may be terminated by Eagle County or
the CMPC member agencies under signed purchase agreement in accordance with this
clause in whole, or from time to time in part, whenever the CMPC Program
Administrator or Eagle County Contract Administrator shall determine that such
9
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 3
termination is in the best interest of the CMPC. Any such termination shall be effected
by delivery to the Contractor of a notice of termination specifying the extent to which
performance of work under the Contract is terminated, and the date upon which such
termination becomes effective.
After receipt of a notice of termination, and except as otherwise directed by the CMPC
Program Administrator or Eagle County Contract Administrator, the Contractor shall do
the following:
• Stop work under the Contract on the date and to the extent specified in the
notice of termination.
• Place no further orders or subcontracts for materials, services or facilities,
except as may be necessary for completion of such portion of the work under
the Contract as is not terminated.
Terminate all orders and subcontracts to the extent that they relate to the
performance of work terminated by the notice of termination; assign to the
CMPC member agencies in the manner, at the times, and to the extent directed
by the CMPC Program Administrator, all of the right, title and interest of the
Contractor under the orders and subcontracts so terminated, in which case the
CMPC member agencies shall have the right, in its discretion, to settle or pay
any or all claims arising out of the termination of such orders and subcontracts.
• Settle all outstanding liabilities and all claims arising out of such termination of
orders and subcontracts, with the approval or ratification of the CMPC Program
Administrator or Eagle County Contract Administrator, to the extent he or she
may require, which approval or ratification shall be final for all the purposes of
this clause.
Transfer title to the CMPC member agencies and deliver in the manner, at the
times and to the extent, if any, directed by the CMPC Program Administrator or
Eagle County Contract Administrator, the fabricated or unfabricated parts, work
in process, completed work, supplies and other material produced as part of, or
acquired in connection with the performance of, the work terminated, and the
completed or partially completed plans, drawings, information and other
property which, if the Contract had been completed, would have been required
to be furnished to the CMPC member agencies.
Use its best efforts to sell, in the manner, at the times, to the extent, and at the
price(s) directed or authorized by the CMPC Program Administrator or Eagle
County Contract Administrator, any property of the types referred to above,
provided, however, that the Contractor shall not be required to extend credit to
any purchaser, and may acquire any such property under the conditions
prescribed by and at prices approved by the CMPC Program Administrator or
Eagle County Contract Administrator, and provided further that the proceeds of
any such transfer or disposition shall be applied in reduction of any payments to
10
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 3
be made by the CMPC member agencies to the Contractor under this Contract or
shall otherwise be credited to the price or cost of the work covered by this
Contract or paid in such other manner as the CMPC Program Administrator or
Eagle County Contract Administrator may direct.
Complete performance of such part of the work as shall not have been
terminated by the notice of termination.
• Take such action as may be necessary, or as the Contracting Officer may direct,
for the protection or preservation of the property related to this Contract that is
in the possession of the Contractor and in which the CMPC member agency has
or may acquire an 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 CMPC member agency to be paid the Contractor.
Settlement of claims by the Contractor under this termination for convenience clause
shall be in accordance with the provisions set forth in Part 49 of the Federal Acquisition
Regulations (48 CFR 49) except that wherever the word "Government" appears, it shall
be deleted and the word "Agency" shall be substituted in lieu thereof.
GC 9.4.2. Termination for Default
Eagle County or CMPC member agencies via purchase agreement, may, by written
notice of default to the Contractor, terminate the whole or any part of this Contract if
the Contractor fails to make delivery of the supplies or to perform the services within
the time specified herein or any extension thereof; or if the Contractor fails to perform
any of the other material provisions of the Contract, or so fails to make progress as to
endanger performance of this Contract in accordance with its terms, and in either of
these two circumstances does not cure such failure within a period of ten (10) business
days, or such longer period as the CMPC Program Administrator or Eagle County
Contract Administrator may authorize in writing, after receipt of notice from the CMPC
Program Administrator or Eagle County Contract Administrator specifying such failure.
If the Contract is terminated in whole or in part for default, the CMPC member
agencies may procure, upon such terms and in such manner as the CMPC Program
Administrator or Eagle County Contract Administrator may deem appropriate, supplies
or services similar to those so terminated. The Contractor shall be liable to the CMPC
member agencies for any excess costs for such similar supplies or services and shall
continue the performance of this Contract to the extent not terminated under the
provisions of this clause.
Except with respect to defaults of Subcontractors, the Contractor shall not be liable for
any excess costs if the failure to perform the Contract arises out of a cause beyond the
control and without the fault or negligence of the Contractor. If the failure to perform
11
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 3
is caused by the default of a Subcontractor, and if such default arises out of causes
beyond the control of both the Contractor and Subcontractor, and without the fault or
negligence of either of them, the Contractor shall not be liable for any excess costs for
failure to perform, unless the supplies or services to be furnished by the Subcontractor
were obtainable from other sources and in sufficient time to permit the Contractor to
meet the required delivery schedule.
Payment for completed supplies delivered to and accepted by the CMPC member
agencies shall be at the Contract price. The CMPC member agencies may withhold from
amounts otherwise due the Contractor for such completed supplies such sum as the
CMPC Program Administrator or Eagle County Contract Administrator determines to be
necessary to protect the CMPC member agencies against loss because of outstanding
liens or claims of former lien holders.
If, after notice of termination of this Contract under the provisions of this clause, it is
determined for any reason that the Contractor was not in default under the provisions
of this clause, or that the default was excusable under the provisions of this clause,
then the rights and obligations of the parties shall be the same as if the notice of
termination had been issued pursuant to termination for convenience of the CMPC.
GC 9.5 Compliance with Laws and Regulations
The Contractor shall at all times comply with all applicable laws, regulations, policies,
procedures and directives (together, the "Law "), including without limitation, FTA
regulations, policies, procedures and directives, including those listed directly or by
reference in the agreement between the CMPC member agencies and FTA that funds
any part of this Contract, as they may be amended or promulgated from time to time
during the term of this Contract. Contractor's failure to so comply shall constitute a
material breach of this Contract.
GC 9.6 Changes of Law
Changes of Law that become effective after the Proposal Due Date may result in price
changes. If a price adjustment is indicated, either upward or downward, it shall be
negotiated between the CMPC Program Administrator or Eagle County Contract
Administrator and the Contractor, and the final Contract price will be adjusted upward
or downward to reflect such changes in Law. Such price adjustment may be audited,
where required.
GC 9.7 Governing Law and Choice of Forum
This Contract shall be governed by the laws of Colorado without regard to conflict of
law rules. The Contractor consents to the jurisdiction of the identified state, County of
Eagle.
12
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
GC 9.8 Disputes
Section 3
Except as otherwise provided in this Contract, any dispute concerning a question of
fact arising under or related to this Contract that is not disposed of by agreement shall
be decided in accordance with the following steps. However, by mutual agreement the
matter may be taken immediately to any higher step in the dispute resolution process,
or a mutually agreed -to alternative dispute resolution process (which may include
structured negotiations, mediation or arbitration) or litigation. Pending final resolution
of a dispute hereunder, the Contractor shall proceed diligently with the performance of
the Contract and in accordance with the CMPC Program Administrator or Eagle County
Contract Administrator's or Eagle County's Legal Counsel's decision, as the case may
be.
1. Notice of dispute. All disputes shall be initiated through a written dispute notice
submitted by either party to the other party within 10 (ten) calendar days of the
determination of the dispute.
2. Negotiation between Contracting Officers. The parties shall attempt in good
faith to resolve any dispute arising out of or relating to this Contract promptly by
negotiation between executives who have authority to settle the controversy
and who are at a higher level of management than the people with direct
responsibility for administration of this Contract. Any party may give the other
party written notice of any dispute not resolved in the normal course of business
as provided in paragraph 1 above. Within 14 (fourteen) calendar days after
delivery of the dispute notice, the receiving party shall submit to the other party
a written response. The dispute notice and written response shall include: (a) a
statement of the party's position and a summary of the arguments supporting
that position, (b) any evidence supporting the party's position and (c) the name
of the executive who will represent that party and of any others who will
accompany the executive in negotiations. Within 28 (twenty- eight) calendar
days after delivery of the dispute notice, the contracting officer of both parties
shall meet at a mutually acceptable time and place, and thereafter as they
reasonably deem necessary to attempt to resolve the dispute. All reasonable
requests for information by one party to the other shall be honored.
If the matter has not been resolved by these people within 42 (forty -two)
calendar days of the dispute notice, the dispute may be referred to more senior
executives of both parties who have authority to settle the dispute and who shall
likewise meet to attempt to resolve the dispute.
3. Legal Counsel's decision. Should the dispute not be resolved by negotiation
between contracting officers, as provided in paragraph 2 above, the CMPC
Program Administrator or Eagle County Contract Administrator from paragraph 2
above shall submit a written request for decision to Eagle County's Legal
Counsel along with all documentation and minutes from the negotiations. Legal
Counsel shall issue a written decision within 14 (fourteen) days of receipt of a
request.
13
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 3
A. For disputes involving $50,000 or less, the decision of the Legal Counsel shall
be administratively final and conclusive. For disputes involving $50,000 or
less, it is the intent of the parties that such administratively final and
conclusive decision pursuant to either this paragraph or paragraph 4 shall be
overturned only if determined by a court of competent jurisdiction to be
fraudulent, arbitrary, capricious, unsupported by the evidence or so grossly
erroneous as to imply bad faith. For disputes greater than $50,000, the
decision of Eagle County Legal Counsel shall be administratively final and
conclusive unless, within thirty (30) days from the date of delivery of the
written decision, the Contractor appeals the decision in writing to Eagle
County's Legal Counsel or designee, who shall render a written decision
within fourteen (14) days of delivery of such written appeal. Such decision by
the Legal Counsel or his or her designee shall be administratively final and
conclusive.
B. Within thirty (30) days of the issuance of any administratively final and
conclusive decision under this paragraph, the Contractor shall notify the
CMPC Program Administrator or Eagle County Contract Administrator in
writing of the Contractor's agreement with the final decision. Failure to
provide such written notice of agreement shall indicate an intent by the
Contractor to litigate the claim.
C. Pending final resolution of a dispute hereunder, the Contractor shall proceed
diligently with the performance of its obligations under the Contract in
accordance with the written directions of the CMPC Program Administrator.
4. Alternatives disputes resolution. If agreed to by both parties, disputes may be
resolved by a mutually agreed -to alternative dispute resolution process that may
include structured negotiations different from paragraph 2 above, mediation or
arbitration.
5. Arbitration. Disputes appealed to arbitration involving more than $50,000 but
less than $250,000 shall be decided by a qualified and disinterested arbitrator,
selected through the American Arbitration Association and mutually agreed to by
both parties. The arbitrator shall conduct all proceedings in accordance with the
rules of the American Arbitration Association and shall consider the Contract,
equity, the prevailing law and established commercial practices in rendering a
decision.
Disputes appealed to arbitration involving $250,000 or more shall be decided by
three (3) qualified and disinterested arbitrators selected through the American
Arbitration Association. One arbitrator shall be selected by each of the parties,
and the two selected arbitrators shall select a third arbitrator within ten (10)
calendar days of their selection. The arbitrators shall conduct all proceedings in
accordance with the rules of the American Arbitration Association and shall
consider the Contract, equity, the prevailing law and established commercial
practice in rendering a decision.
14
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium Section 3
111 III....! Ilf : : :' „ L) III ,,,,; "'III
The decision of the arbitrators shall not be binding, and either party shall have the
right to remedies provided by law.
GC 9.9 Maintenance of Records; Access by Agency; Right to Audit
Records
In accordance with 49 CFR § 18.36(i), 49 CFR § 19.48(d) and 49 USC § 5325(a),
provided that the CMPC member agency is the FTA recipient or a sub - grantee of the
FTA recipient, the Contractor agrees to provide the CMPC, FTA, the Comptroller
General of the United States, the Secretary of the U.S. Department of Transportation,
the State of Colorado, the State of Wyoming, or any of their duly authorized
representatives access to any books, documents, papers and records of the Contractor
that are directly pertinent to or relate to this Contract (1) for the purpose of making
audits, examinations, excerpts and transcriptions and (2) when conducting an audit
and inspection.
1. In the event of a sole- source Contract, single Proposal, single responsive
Proposal, or competitive negotiated procurement, the Contractor shall maintain
and the Eagle County Contract Administrator /CMPC Program Administrator, the
U.S. Department of Transportation (if applicable) or the representatives thereof
shall have the right to examine all books, records, documents and other cost
and pricing data related to the Contract price, unless such pricing is based on
adequate price competition, established catalog or market prices of commercial
items sold in substantial quantities to the public, or prices set by law or
regulation, or combinations thereof. Data related to the negotiation or
performance of the Contract shall be made available for the purpose of
evaluating the accuracy, completeness and currency of the cost or pricing data.
The right of examination shall extend to all documents necessary for adequate
evaluation of the cost or pricing data, along with the computations and
projections used therein, including review of accounting principles and practices
that properly reflect all direct and indirect costs anticipated for the performance
of the Contract.
2. For Contract modifications or change orders, the Eagle County Contract
Administrator /CMPC Program Administrator, the U.S. Department of
Transportation, if applicable, or their representatives shall have the right to
examine all books, records, documents and other cost and pricing data related
to a Contract modification, unless such pricing is based on adequate price
competition, established catalog or market prices of commercial items sold in
substantial quantities to the public, or prices set by law or regulation, or
combinations thereof. Data related to the negotiation or performance of the
Contract modification or change order shall be made available for the purpose of
evaluating the accuracy, completeness and currency of the cost or pricing data.
15
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 3
3. The right of examination shall extend to all documents necessary for adequate
evaluation of the cost or pricing data, along with the computations and
projections used therein, either before or after execution of the Contract
modification or change order for the purpose of conducting a cost analysis. If an
examination made after execution of the Contract modification or change order
reveals inaccurate, incomplete or out -of -date data, the CMPC Program
Administrator or Eagle County Contract Administrator may renegotiate the
Contract modification or change order price adjustment, and the CMPC member
agencies shall be entitled to any reductions in the price that would result from
the application of accurate, complete or up -to -date data.
The requirements of this section are in addition to other audit, inspection and
record - keeping provisions specified elsewhere in the Contract documents.
GC 9.10 Confidential Information
Public access to public records kept, made or maintained by Eagle County is governed
by the Colorado Open Records Act (CORA). Eagle County, as the lead agency for the
CMPC, will comply with the requirements of CORA in accordance with Eagle County's
policies and procedures. Except as otherwise required to be disclosed under state or
federal law, or by order of court competent jurisdiction, Eagle County will use best
efforts to withhold from disclosure proprietary information by the Proposer at the time
of Proposal submission.
During the performance of the Work under the Contract, it may be necessary for either
party (the "Discloser ") to make confidential information available to the other party
(the "Recipient "). The Recipient agrees to use all such information solely for the
performance of the Work under the Contract and to hold all such information in
confidence and not to disclose same to any third party without the prior written
consent of the Discloser. Likewise, the Recipient agrees that all information developed
in connection with the Work under the Contract shall be used solely for the
performance of the Work under the Contract, and shall be held in confidence and not
disclosed to any third party without the prior written consent of the Discloser.
This Confidentiality section shall survive the termination or expiration of the Contract.
GC 9.11 Conflicts of Interest, Gratuities
No member, officer, or employee of the CMPC or of a local public body during his or
her tenure, or one year thereafter, shall have any interest, direct or indirect, in this
Contract or the proceeds thereof.
The Contractor and Eagle County aver to their knowledge, no employee of the County
has any personal or beneficial interest whatsoever in the Services or Property
described in this Proposal and subsequent Contract. The Contractor has no beneficial
interest, direct or indirect, that would conflict in any manner or degree with the
16
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 3
performance of the Services or Property and the Contractor shall not employ any
person having such known interests.
GC 9.12 General Nondiscrimination Clause
In connection with the performance of work provided for under this Contract, the
Contractor agrees that it will not, on the grounds of race, religious creed, color,
national origin, ancestry, physical disability, medical condition, marital status, sex,
sexual orientation or age, discriminate or permit discrimination against any person or
group of people in any manner prohibited by federal, state or local laws.
GC 9.13 Amendment and Waiver
GC 9.13.1. Amendment
Any modification or amendment of any provisions of any of the Contract documents
shall be effective only if in writing, signed by authorized representatives of both the
CMPC and Contractor, and specifically referencing this Contract.
GC 9.13.2. Waiver
In the event that either party elects to waive its remedies for any breach by the other
party of any covenant, term or condition of this Contract, such waiver shall not limit
the waiving party's remedies for any succeeding breach of that or of any other term,
covenant or condition of this Contract.
GC 9.14 Remedies Not Exclusive
The rights and remedies of the CMPC member agencies provided herein shall not be
exclusive and are in addition to any other rights and remedies provided by law or
under the Contract.
GC 9.15 Counterparts
This Contract may be executed in any number of counterparts. All such counterparts
shall be deemed to constitute one and the same instrument, and each of said
counterparts shall be deemed an original thereof.
GC 9.16 Severability
Whenever possible, each provision of the Contract shall be interpreted in a manner as
to be effective and valid under applicable law. However, if any provision, or part of any
provision, should be prohibited or invalid under applicable law, then such provision, or
part of such provision, shall be ineffective to the extent of such prohibition or invalidity
17
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 3
without invalidating the remainder of such provision or the remaining provisions of the
Contract.
GC 9.17 Third -Party Beneficiaries
No provisions of the Contract shall in any way inure to the benefit of any third party,
including the public at large, so as to constitute such person a third -party beneficiary
of the Contract or of any one or more of the terms and conditions of the Contract or
otherwise give rise to any cause of action in any person not a party to the Contract,
except as expressly provided elsewhere in the Contract.
GC 9.18 Assignment of Contract
Neither party will assign or subcontract its rights or obligations under the Contract
without prior written permission of the other party, and no such assignment or
subcontract will be effective until approved in writing by the other party.
GC 9.19 Independent Parties
The Contractor is an independent contractor with respect to the performance of all
work hereunder, retaining control over the detail of its own operations, and the
Contractor shall not be considered the agent, employee, partner, fiduciary or trustee of
the CMPC member agencies.
GC 9.20 Survival
The following sections shall survive the nominal expiration or discharge of other
Contract obligations, and the CMPC may obtain any remedy under law, Contract or
equity to enforce the obligations of the Contractor that survive the manufacturing,
warranty and final payment periods:
• "Intellectual Property Warranty"
• "Data Rights"
• "Indemnification"
• "Governing Law and Choice of Forum"
• "Disputes"
• "Confidential Information"
• "Parts Availability Guarantee"
• "Access to Records"
• "Training"
18
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium Section 3
GC 10. Eagle County- Specific Provisions
Prohibitions on Government Contracts
As used in this Section, the term undocumented individual will refer to those individu-
als from foreign countries not legally within the United States as set forth in C.R.S. 8-
17.5 -101, et. seq. If Contractor has any employees or subcontractors, Contractor shall
comply with C.R.S. 8 -17.5 -101, et. seq., and this Contract. By execution of this Con-
tract, Contractor certifies that it does not knowingly employ or contract with an un-
documented individual who will perform under this Contract and that Contractor will
participate in the E- verify Program or other Department of Labor and Employment pro-
gram ( "Department Program ") in order to confirm the eligibility of all employees who
are newly hired for employment to perform Services under this Contract.
a. Contractor shall not:
i. Knowingly employ or contract with an undocumented individual to perform Services
under this Contract; or
ii. Enter into a subcontract that fails to certify to Contractor that the subcontractor
shall not knowingly employ or contract with an undocumented individual to perform
work under the public contract for services.
b. Contractor has confirmed the employment eligibility of all employees who are newly
hired for employment to perform Services under this Contract 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:
x. ov m v., o oq.[. . � i 781.0hm .... �
c. Contractor 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 Contractor obtains actual knowledge that a subcontractor performing work under
the public contract for services knowingly employs or contracts with an undocumented
individual, Contractor shall be required to:
i. Notify the subcontractor and Eagle County within three (3) days that Contractor has
actual knowledge that the subcontractor is employing or contracting with an undocu-
mented 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 subcontrac-
tor does not stop employing or contracting with the undocumented individual; except
that Contractor shall not terminate the contract with the subcontractor if during such
19
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 3
three (3) days the subcontractor provides information to establish that the subcontrac-
tor has not knowingly employed or contracted with an undocumented individual.
e. Contractor shall comply with any reasonable request by the Department of Labor
and Employment made in the course of an investigation that the department is under-
taking pursuant to its authority established in C.R.S. 8- 17.5 - 102(5).
f. If Contractor violates these prohibitions, Eagle County may terminate the Contract
for breach of contract. If the Contract is so terminated specifically for breach of this
provision of this Contract, Contractor shall be liable for actual and consequential dam-
ages to Eagle County as required by law.
g. Eagle County will notify the Colorado Secretary of State if Contractor violates this
provision of this Contract and Eagle County terminates the Contract for such breach.
20
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Table of Contents
Section 4
1
CMPC- 15- LTB -RFP January 2015
sP 1. Inspection, Tests and Repairs .......................................................................... ..............................2
sP1.1 Repair Performance ....................................................................................... ..............................2
SP 1.2 First Article Inspection - Production ........................................................ ..............................3
SP1.3 Post - Delivery Tests ........................................................................................ ..............................3
SP 1.4 Repairs after Non - Acceptance ................................................................... ..............................4
SP2. Deliveries ................................................................................................................. ..............................4
SP2.1 Bus Delivery ...................................................................................................... ..............................4
SP2.2 Delivery Schedul e ........................................................................................... ..............................4
SP2.3 Contract Del iverabl es .................................................................................... ..............................4
SP 3. Multiyear Quantity Purchases and Multiyear Contract Pricing .......... ..............................s
SP 4. Assignability of Quantities ................................................................................ .............................10
SP5. Payment .................................................................................................................. .............................10
SP5.1 Payment Terms .............................................................................................. .............................10
SP5.2 Payment of Taxes .......................................................................................... .............................11
SP 6. Liquidated Damages for Late Delivery of the Bus ................................... .............................11
SP7. Service and Parts ................................................................................................. .............................12
sP 7.1 Contractor Service and Parts Support ................................................... .............................12
SP7.2 Documentation ............................................................................................... .............................12
SP 7.3 Parts Availability Guarantee ...................................................................... .............................12
SP7.4 Agency- Furnished Property ........................................................................ .............................13
SP s. Federal Motor Vehicle Safety Standards (FMVSS) .................................. .............................14
SPg. Insurance ................................................................................................................ .............................14
sPZo. Sustainability ....................................................................................................... .............................14
1
CMPC- 15- LTB -RFP January 2015
Colorado Mountain Section 4
Purchasing Consortium
SECTION 4: SPECIAL PROVISIONS
SP 1. Inspection, Tests and Repairs
SP 1.1 Repair Performance
SP 1.1.1 Repairs by Contractor
After non - acceptance of the bus, the Contractor must begin Work within five (5)
business days after receiving notification from the CMPC member agency of failure of
acceptance tests. The CMPC member agency shall make the bus available to complete
repairs timely with the Contractor repair schedule.
The Contractor shall provide, at its own expense, all spare parts, tools and space
required to complete the repairs. At the CMPC member agency's option, the Contractor
may be required to remove the bus from the CMPC member agency's property while
repairs are being made. If the bus is removed from the CMPC member agency's
property, then repair procedures must be diligently pursued by the Contractor's
representatives, and the Contractor shall assume risk of loss while the bus is under its
control.
SP 1.1.2 Repairs by the Agency
The CMPC member agency will not take responsibility to correct Defects, except to
replace defective parts as instructed by the Contractor.
1. Parts used. If the CMPC member agency performs the repairs after non-
acceptance of the bus, it shall correct or repair the Defect and any Related
Defects using Contractor - specified parts available from its own stock or those
supplied by the Contractor specifically for this repair. Reports of all repairs
covered by this procedure shall be submitted by the CMPC member agency to
the Contractor for reimbursement or replacement of parts monthly, or at a
period to be mutually agreed upon. The Contractor shall provide forms for these
reports.
2. Contractor - supplied parts. If the Contractor supplies parts for repairs being
performed by the CMPC member agency after non - acceptance of the bus,
then these parts shall be shipped prepaid, next day air preferable, to the
CMPC member agency.
3. Return of defective components. The Contractor may request that parts
covered by this provision be returned to the manufacturing plant. The total
costs for this action shall be paid by the Contractor.
4. Reimbursement for labor. The CMPC member agency shall be reimbursed by
the Contractor for labor. The amount shall be determined by the CMPC
member agencies for a qualified mechanic at a straight time wage rate of
$85.00 per hour, which includes fringe benefits and overhead adjusted for
the CMPC member agencies' most recently published rates in effect at the
2
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 4
time the work is performed, plus the cost of towing in the bus, if such action
was necessary. *Please note, the cost will be $85.00 per hour in the first
year of the contract and increase each year by the same amount as the
increase of the Consumer Price Index, Denver - Boulder- Greeley, as posted by
the Bureau of Labor and Statistics, Mountain - Plains Information Office.
5. Reimbursement for parts. The CMPC member agency shall be reimbursed by
the Contractor for defective parts that must be replaced to correct the
Defect.
SP 1.2 First Article Inspection - Production
The purpose of a first article inspection is to confirm that any components, systems,
subsystems, major assemblies, subassemblies, products, parts, apparatuses, articles
and other materials comply with the Technical Specifications and other Contract
documents.
Where required by the Contract documents or requested by the CMPC member agency,
the Contractor shall cause first article inspections to be conducted. A first article
inspection may include both a physical configuration inspection and a functional
demonstration. First article inspections shall be conducted at the Contractor or
Subcontractor's facility. The Contractor shall furnish to the CMPC member agency prior
to each first article inspection a written inspection and demonstration plan for each
item for review. The CMPC member agency's inspectors will attend each first article
inspection unless the CMPC member agency provides a written waiver of its right to
attend any such inspection. The results of each first article inspection shall be
documented by the Contractor in a format deemed acceptable by the CMPC member
agency, and all documents relating to the inspection shall be forwarded to the CMPC
member agency.
SP 1.3 Post - Delivery Tests
The CMPC member agency will conduct acceptance tests on each delivered bus. These
tests shall be completed within ten (10) business days after bus delivery and shall be
conducted in accordance with written test plans. The purpose of these tests is to
identify Defects that have become apparent between the time of bus release and
delivery to the CMPC member agency. The post - delivery tests shall include visual
inspection and bus operations. No post - delivery test shall apply criteria that are
different from the criteria applied in an analogous pre - delivery test (if any).
Buses that fail to pass the post - delivery tests are subject to non - acceptance. The CMPC
member agency shall record details of all Defects on the appropriate test forms and
shall notify the Contractor of acceptance or non - acceptance of each bus according to
"Inspection, Testing and Acceptance" after completion of the tests. The Defects
3
CMPC- 15- LTB -RFP January 2015
Colorado Mountain Section 4
Purchasing Consortium
detected during these tests shall be repaired according to the procedures defined in
"Repairs after Non - Acceptance."
SP 1.4 Repairs after Non - Acceptance
The Contractor, or its designated representative, shall perform the repairs after non-
acceptance. If the Contractor fails or refuses to begin the repairs within five (5)
business days, then the work may be done by the CMPC member agency's personnel
with reimbursement by the Contractor.
SP 2. Deliveries
SP 2.1 Bus Delivery
Delivery of buses shall be determined by signed receipt of the CMPC member agency's
designated agent(s) at the point(s) of delivery defined in the Purchase Agreement
signed by the CMPC member agency and Contractor and may be preceded by a cursory
inspection of the bus.
SP 2.2 Delivery Schedule
The buses shall be delivered at a rate not to exceed five buses per week. Delivery shall
be completed within the specified number of weeks agreed upon at the time of Award
between the CMPC and the Contractor after delivery of the each individual CMPC
member agency executed Purchase Agreement and Order documents. Hours of
delivery shall be 8:00 am to 5:00 pm on the following days of the week: Monday
through Friday. No deliveries should be made on weekends or holidays.
SP 2.3 Contract Deliverables
Contract deliverables associated with this Contract are set forth in the table below,
along with other pertinent information. Contract deliverables shall be submitted in
accordance with "Section 6: Technical Specifications." Due dates shown note the last
acceptable date for receipt of Contract deliverables. The CMPC member agency will
consider early receipt of Contract deliverables on a case -by -case basis.
4
CMPC- 15- LTB -RFP January 2015
Colorado Mountain Section 4
Purchasing Consortium TABLE I
Contract
Deliverables
CMPC- 15- LTB -RFP January 2015
Deliverable
a MPC
Due Date
Format
Quantity
1.
Bus Testing—
Review
Due at time of proposal submission
Hardcopy/
1 / 1
Full Altoona Test Report
Electronic
Copy of Manufacturers'
Hardcopy /
2.
formal Quality Assurance
Review
Due at time of proposal submission
Electronic
1 / 1
Program
FTA Pre - Delivery Audit: Buy
3'
America Certification and
Approval
At time of award prior to Contract
Hardcopy /
pre - delivery content
execution with Eagle County
Electronic
breakdown / final assembly
4'
FTA Pre - Delivery Audit:
Approval
At time of award prior to Contract
Hardcopy /
FMVSS
execution with Eagle County
Electronic
5'
Insurance certificates) - as
Approval
Due at time of contract with Eagle
Hardcopy/
required by Contract terms
County
Electronic
6
Undercoating system
Approval
First Pre - Production Meeting
Hardcopy
1
program
Certificate/
7.
Flooring certificate
Review
First Pre - Production Meeting
corpy of
1
order
QA purchasing certifications
30 days following first Pre-
1 per
8.
in
acknowledging of
g g recei t p
Review
Production Meeting
Hardcopy
PY
major
applicable specification
Supplier
9
Pre - Production Meeting
Approval
30 days after each meeting
Hardcopy
2
minutes
originals
10.
Engineering support
Review
During Pre - Production Meeting
Contracts
1
11.
Material samples
Review
By conclusion of Pre - Production
Physical
1
Meetings
12.
Powerplant certifications
Review
By conclusion of Pre - Production
Hardcopy
1 each
Meeting
Engine Emissions
By conclusion of Pre - Production
13.
Certificate—
Review
Meeting
Hardcopy
1
NOx levels
Interior security camera
By conclusion of Pre - Production
Copies of
14.
layout
Approval
Meeting
interior
1 each
views
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 4
Deliverable
a MPC
Due Date
Format
Quantity
15.
Interior features -
Review
By conclusion of Pre - Production
Certificates
1
fire - resistance certificates
Meeting
16.
In- process drawings
Review
30 days prior to production
Scale
drawings
1
17.
Electrical and air schematics
Review
30 days prior to production
Hardcopy
1
18
Technical review of electronic
Approval
Prior to production
Hardcopy
1
functionality
19
Technical review of
Approval
Prior to production
Hardcopy
1
powerplant
20.
Striping layout
Approval
Prior to production
Hardcopy
1
21
Resolution of issues following
Approval
Prior to production
Hardcopy
1
pre - production meeting
Insurance certificate(s) - to
22
cover damage of bus in
Review
Prior to production
Hardcopy/
1 / 1
transport to Purchasing
Electronic
Agency
23
Recommended spare parts
Review
60 days prior to shipment of first
Hardcopy
1
list, including bill of materials
bus
24.
Part number index
Approval
60 days prior to shipment of first
Hardcopy/
1 /1
bus
Electronic
Purchase Invoice: Include
25
CM PC Contract #; PO # if
Approval
10 days prior to bus delivery
Hardcopy /
1 / 1
applicable; VIN #; and
Electronic
Purchasing Agency name
Title documentation:
application for title with
Hardcopy /
26.
appropriate lienholder
Review
10 days prior to bus delivery
Electronic
1 / 1
information as determined in
pre - production meeting
27.
Weighmaster Slip
Review
10 days prior to bus delivery
Hardcopy /
1 / 1
Electronic
Standard Sales Tax Receipt:
Hardcopy /
28.
Showing all zeros for tax
Review
10 days prior to bus delivery
Electronic
1 / 1
exempt
29.
Certificate of Origin
Review
10 days prior to bus delivery
Hardcopy /
1 / 1
Electronic
FTA Post - Delivery Audit: Buy
30.
America Certification and
Approval
10 days prior to bus delivery
Hardcopy /
1 / 1
post delivery content
Electronic
breakdown / final assembly
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 4
Deliverable
a MPC
Due Date
Format
Quantity
31.
FTA Post - Delivery Audit:
Approval
10 days prior to bus delivery
Hardcopy /
1 / 1
FMVSS
Electronic
Professionally prepared
Electronic
32.
mechanics' "Bus
Review
With each bus delivery
Media
5 each
Orientation" training video
33.
Teaching materials
Review
With each bus delivery
Hardcopy /
1 / 1
Electronic
34.
Training curriculum
Approval
With each bus delivery
Electronic
1
Per CM PC
Preventative maintenance
Hardcopy /
agency:
35.
manuals
Review
With each bus delivery
Electronic
defined
at time
of order
Per CM PC
Diagnostic procedures
Hardcopy /
agency:
36.
manuals
Review
With each bus delivery
Electronic
defined
at time
of order
Per CM PC
Hardcopy/
agency:
37.
Parts manuals
Review
With each bus delivery
Electronic
defined
at time
of order
38.
Current price list
Review
With each bus delivery
Hardcopy
5
Per CM PC
Hardcopy/
agency:
39.
Component repair manuals
Review
With each bus delivery
Electronic
defined
at time
of order
Per CM PC
Hardcopy/
agency:
40.
Operators' manuals
Review
With each bus delivery
Electronic
defined
at time
of order
41.
List of serialized units
Review
With each bus delivery
Electronic
1 per bus
installed on each bus
42.
QA manufacturing certificate
Review
With each bus delivery
Hardcopy
1 per bus
43.
Motor Vehicle Pollution
Review
With each bus delivery
Hardcopy
1
Requirements Certificate
44.
Water Test Results
Review
With each bus delivery
Hardcopy
1
45.
Acceleration Results
Review
With each bus delivery
Hardcopy
1
45.
Alignment Certification
Review
With each bus delivery
Hardcopy
1
46.
Warranty Requirements
Review
With each bus delivery
Hardcopy /
1 / 1
Electronic
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 4
Deliverable
a M,on
Due Date Format
RuDue ty
CY
CY
CY
CY
Jan. -
Total
Agency
Type
47 Driver's log and incident
Review
With each bus delivery if drive- Hardcopy
1 per bus
report
2019
away service is used
By,
2015
As -built drawings; to include
48 as built wiring diagrams for
Review
Within 60 days after final bus Electronic
1
ITS components if system is
0
delivery
0
pre-wired.
1
3
7
SP I Multiyear Quantity Purchases and Multiyear Contract
Pricing
Table
Purchasing Quantities
Purchasing
Fuel
Vehicle
June
CY
CY
CY
CY
Jan. -
Total
Agency
Type
Size
- Dec.
2016
2017
2018
2019
June
By,
2015
2020
Agency
City of Aspen
Diesel
35' -40'
0
3
0
0
1
3
7
City of Greeley
CNG
35'
4
2
4
2
5
0
17
Eagle County
Diesel
40'
2
1
1
7
4
0
15
Mesa County
CNG
30' -35'
0
1
0
1
1
1
4
Town of Avon
Diesel
35'
0
2
0
0
2
1
5
Town of
Diesel
29'
2
0
0
0
0
0
2
Breckenridge
Town of
Diesel
32'
0
3
2
0
0
0
5
Breckenridge
RFTA
Diesel
35' -40'
0
6
17
7
20
2
52
Summit County
Diesel
40'
0
0
5
1
8
3
17
Town of
Snowmass
Diesel
29'
0
2
1
0
2
1
6
Village
University of
Diesel
35'
2
0
2
0
0
1
5
Wyoming
Total
10
20
32
18
43
12
135
CMPC- 15- LTB -RFP January 2015
Colorado Mountain Section 4
Purchasing Consortium
All quantities for purchase by agency and by year are listed in the table above, with a
total allowable contract purchasing amount of 135. The ability to purchase the
quantities specified above shall be valid for a period of five years from the effective
date of the Contract. The minimum number of vehicles to be purchased under this
contract, based on funding availability is 10.
These numbers reflect the immediate and foreseeable needs of agencies within in
the consortium 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
agencies if the purchasing agency cannot access the funding required to purchase the
vehicle specified in Section 6 of this solicitation.
Notwithstanding anything herein contained to the contrary, the CMPC member agen-
cies' obligations under this RFP and potential Contract are expressly subject to an an-
nual appropriation being made by the respective Town Councils, Board of County
Commissioners, or other applicable governing entities in an amount sufficient to allow
the agency to perform its obligations hereunder. If sufficient funds are not appropri-
ated, purchases under this Contract may be terminated without penalty or options re-
leased for Piggyback contracting. The CMPC obligations under this Contract are not to
be viewed as a general obligation indebtedness or multiple year direct or indirect debt
or other financial obligation whatsoever. Further the CMPC member agencies rely upon
Federal Financial Assistance Funds and State Financial Assistance Funds that are con-
tingent upon award and appropriation from the United States Government and State
Funds or State of Colorado Transportation Commission that are contingent upon award
and contracted appropriation by the Colorado Department of Transportation, Wyoming
Department of Transportation, or Federal Transit Administration. The CMPC has no
control over the funding levels that will be received.
The purchasing agencies identified above are allowed to cancel any portion of the
quantities specified in a given calendar year due to the unavailability of funds. Quanti-
ties may be transferred then to a subsequent calendar year to allow for purchase of
the specified amount of vehicles as funds become available or assigned to another
public transit agency as applicable.
Subject to the CMPC's right to order modifications, any vehicles purchased under
assignment shall have the same specifications as the vehicles purchased under this
Contract.
The price of the vehicles for purchase after the first contract year (2016 -2020) shall be
the unit price of the 2015 ( "Base Order Price ") vehicles, adjusted by multiplying the
base order price by the following fraction:
Latest Published Preliminary Index Number Prior to Notice of Order of
Indentified Quantity(ies) in Year 2016 -2020 / Index Number on Effective
Date of the Contract
9
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain Section 4
Purchasing Consortium
The Index shall be the Producer Price Index for Truck and Bus Bodies, Series No. 1413,
published by the United States Department of Labor, Bureau of Labor Statistics, or if
such Index is no longer in use, then such replacement that is most comparable to the
Index as may be designated by the Bureau of Labor Statistics, or as agreed by the
parties.
SP 4. Assignability of Quantities
If the CMPC member agencies do not purchase all of their specified quantities in Table
2, as listed in "Multiyear Quantity Purchases and Multiyear Quantity Pricing," then the
CMPC member agency(ies) reserve(s) the right to assign the quantity to another public
transit agency as applicable in accordance with FTA Circular 4220.1F or its successors.
SP 5. Payment
The CMPC member agency shall pay and the Contractor shall accept the amounts set
forth in the price schedule as full compensation for all costs and expenses of
completing the work in accordance with the Contract, including but not limited to all
labor, equipment and material required; overhead; expenses; storage and shipping;
risks and obligations; taxes (as applicable); fees and profit; and any unforeseen costs.
SP 5.1 Payment Terms
Payment upon Delivery
All payments shall be made as provided herein, less any additional amount withheld as
provided below and less any amounts for liquidated damages in accordance with
"Liquidated Damages for Late Delivery of the Bus."
The CMPC member agency shall make payments for buses, along with any other
additional specified options from the price schedule, within thirty (30) calendar days
after delivery and acceptance of each bus. Delivery and acceptance includes receipt of:
1. Final proper invoice.
2. All Contract deliverables, including manuals and other documentation required
by the Contract, excluding ongoing training.
3. Contractor provision of any certifications as required by law and /or regulations.
4. Completion of post - delivery audits required under the Contract.
The Contractor may charge interest for late payment if payment is delayed more than
ten (10) days after the payment Due Date set forth above. Interest will be charged at
a rate not to exceed the prime rate of interest published by The Wall Street Journal on
the 10th day.
10
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
SP 5.2 Payment of Taxes
Section 4
The CMPC member agencies are exempt from payment of Federal Excise Tax and
Colorado State Tax. Unless otherwise provided in this Contract, the Contractor shall
pay all federal, state and local taxes, and duties applicable to and assessable against
any work, goods, services, processes and operations incidental to or involved in the
Contract, including but not limited to retail sales and use, transportation, export,
import, business and special taxes. The Contractor is responsible for ascertaining and
paying the taxes when due. The total Contract price shall include compensation for all
taxes the Contractor is required to pay by laws in effect on the Proposal Due Date. The
Contractor will maintain auditable records, subject to the CMPC review, confirming that
tax payments are current at all times.
SP 6. Liquidated Damages for Late Delivery of the Bus
It is mutually understood and agreed by and between the parties to the Contract that
time is of the essence with respect to the completion of the work and that in case of
any failure on the part of the Contractor to deliver the buses within the time specified
in "Delivery Schedule," except for any excusable delays as provided in "Excusable
Delays /Force Majeure" or any extension thereof, the CMPC member agency will be
damaged thereby. The amount of said damages, being difficult if not impossible of
definite ascertainment and proof, due to the CMPC member agency shall represent
reasonable costs the CMPC member agency must incur due to late delivery, capped at
maximum $100 per calendar day per bus not delivered in substantially good condition
as inspected by the CMPC member agency at the time released for shipment. CMPC
member agency is to prove, via documentation of continued maintenance, part
purchase, or lease costs incurred, to the manufacturer the actual costs incurred due to
late delivery, again, with damages owed not to exceed $100 per calendar day per bus.
The Contractor hereby agrees to pay the aforementioned amounts as fixed, agreed and
liquidated damages, and not by way of penalty, to the CMPC member agency and
further authorizes the CMPC member agency to deduct the amount of the damages
from money due the Contractor under the Contract, computed as aforesaid. If the
money due the Contractor is insufficient or no money is due the Contractor, then the
Contractor shall pay the CMPC member agency the difference or the entire amount,
whichever may be the case, within thirty (30) days after receipt of a written demand
by the CMPC member agency representative or CMPC program administrator.
The payment of aforesaid fixed, agreed and liquidated damages shall be in lieu of any
damages for any loss of profit, loss of revenue, loss of use, or for any other direct,
indirect, special or consequential losses or damages of any kind whatsoever that may
be suffered by the CMPC member agency arising at any time from the failure of the
Contractor to fulfill the obligations referenced in this clause in a timely manner.
11
CMPC- 15- LTB -RFP January 2015
Colorado Mountain Section 4
Purchasing Consortium
SP 7. Service and Parts
SP 7.1 Contractor Service and Parts Support
The Contractor shall state on the form Contractor Service and Parts Support Data
the representatives responsible for assisting the CMPC member agency, as well as the
location of the nearest distribution center, which shall furnish a complete supply of
parts and components for the repair and maintenance of the buses to be supplied. The
Contractor also shall state on the form, or by separate attachment, its policy on
transportation charges for parts other than those covered by warranty.
SP 7.2 Documentation
The Contractor shall provide an electronic copy and printed current maintenance
manual(s) to include preventative maintenance procedures, diagnostic procedures or
troubleshooting guides and major component service manuals, an electronic copy and
printed current parts manual(s), and an electronic copy and printed standard
operator's manual(s) as part of this Contract. The number and method of delivery
for manuals referenced will be determined by each CMPC member agency at
the time of order and pre - production. The Contractor also shall exert its best
efforts to keep maintenance manuals, operator's manuals and parts books up to date
for a period of fifteen (15) years. The supplied manuals shall incorporate all equipment
ordered on the buses covered by this procurement. In instances where copyright
restrictions or other considerations prevent the Contractor from incorporating major
components information into the bus parts and service manuals, separate manual sets
as published by the subcomponent Supplier will be provided.
SP 7.3 Parts Availability Guarantee
The Contractor hereby guarantees to provide, within reasonable periods of time, the
spare parts, software and all equipment necessary to maintain and repair the buses
supplied under this Contract for a period of at least twelve (12) years after the date of
acceptance. Parts shall be interchangeable with the original equipment and shall be
manufactured in accordance with the quality assurance provisions of this Contract.
Prices shall not exceed the Contractor's then - current published catalog prices.
Where the parts ordered by the CMPC member agency are not received within two (2)
working days (within one (1) working day during winter season for CMPC resort transit
agencies as express shipment of parts is necessary during critical service times and for
those agencies with low spare ratios) of the agreed -upon time and date and a bus
procured under this Contract is out of service due to the lack of said ordered parts,
then the Contractor shall provide the CMPC member agency, within eight (8) hours of
the CMPC member agency's verbal or written request, the original Suppliers' and /or
manufacturers' parts numbers, company names, addresses, telephone numbers and
12
CMPC- 15- LTB -RFP January 2015
Colorado Mountain Section 4
Purchasing Consortium
contact persons' names for all of the specific parts not received by the CMPC member
agency.
Where the Contractor fails to honor this parts guarantee or parts ordered by the CMPC
member agency are not received within thirty (30) days of the agreed -upon delivery
date, then the Contractor shall provide to the CMPC member agency, within seven (7)
days of the CMPC member agency's verbal or written request, the design and
manufacturing documentation for those parts manufactured by the Contractor and the
original Suppliers' and /or manufacturers' parts numbers, company names, addresses,
telephone numbers and contact persons' names for all of the specific parts not
received by the CMPC member agency. The Contractor's design and manufacturing
documentation provided to the CMPC member agency shall be for its sole use in regard
to the buses procured under this Contract and for no other purpose.
SP 7.4 Agency- Furnished Property
In the event that equipment or other goods or materials are specified in the Technical
Specifications to be furnished by the CMPC member agency to the Contractor for
incorporation in the work, the following provisions shall apply:
The CMPC member agency shall furnish the equipment, goods or materials in a timely
manner so as not to delay Contract delivery or performance dates. If CMPC member
agency- furnished property is received in a condition not suitable for the intended use,
then the Contractor shall promptly notify the CMPC member agency, detailing the
facts, and at the CMPC member agency's expense repair, modify, return or take such
other action as directed by the CMPC member agency. The parties may conduct a joint
inspection of the property before the Contractor takes possession to document its
condition.
The CMPC member agency retains title to all CMPC member agency- furnished
property. Upon receipt of the CMPC member agency- furnished property, the Contractor
assumes the charge and care of the property and bears the risk of loss or damage due
to action of the elements or from any other cause. The Contractor shall provide
appropriate protection for all such property during the progress of the Work. Should
any CMPC member agency- furnished equipment or materials be damaged, such
property shall be repaired or replaced at the Contractor's expense to the satisfaction of
the CMPC member agency. No extension of time will be allowed for repair or
replacement of such damaged items. Should the Contractor not repair or replace such
damaged items, the CMPC member agency shall have the right to take corrective
measures itself and deduct the cost from any sums owed to the Contractor.
Warranty administration and enforcement for CMPC member agency- furnished
equipment are the responsibility of the CMPC member agency, unless the parties agree
to transfer warranty responsibility to the Contractor.
13
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 4
SP 8. Federal Motor Vehicle Safety Standards (FMVSS)
The Contractor shall submit either 1) manufacturer's FMVSS self- certification of Federal
Motor Vehicles Safety Standards and that the vehicle complies with relevant FMVSS or
2) manufacturer's certified statement that the contracted buses will not be subject to
FMVSS regulations.
SP 9. Insurance
Contractor agrees to provide and maintain at Contractor's sole cost and expense, the
following insurance coverage with limits of liability not less than those stated below:
1. Workers' Compensation insurance as required by law.
2. 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.
3. 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.
4. 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
insured.
5. Contractor is not entitled to workers' compensation benefits except as provided
by the Contractor, nor to unemployment insurance benefits unless
unemployment compensation coverage is provided by the Contractor or some
other entity. The Contractor is obligated to pay all federal and state income tax
on any moneys paid pursuant to this any Contract signed with Eagle County.
Contractor shall deliver to Eagle County evidence of the above at the time of Contract
signature. Prior to the expiration of any insurance during the time required, the
Supplier shall furnish evidence of renewal to the Eagle County Contract Administrator.
SP 10. Sustainability
The CMPC recognizes that being sustainable (environmentally, economically and
socially responsible) involves everyone, both internal and external to the CMPC. The
CMPC expects Contractors to have their own sustainability policies and programs in
place and to provide services in line with the principles established therein.
14
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Implementation of sustainable practices
environmentally and socially responsible
efficient and non - polluting vehicles, equipm
awareness of sustainability initiatives.
Section 4
may include maximizing the use of
materials and services, utilizing energy -
ant and processes, and ensuring employee
15
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Table of Contents
Section 5
1
CMPC- 15- LTB -RFP January 2015
FR1. Access to Records ................................................................................................. ..............................2
FR1.1 Local Governments ........................................................................................ ..............................2
FR1.2 State Governments ........................................................................................ ..............................2
FR 2. Federal Funding, Incorporation of FTA Terms and Federal Changes ..............................3
FR 3. Federal Energy Conservation Requirements .............................................. ..............................3
FR4. Civil Rights Requirements .................................................................................. ..............................3
FR s. No Government Obligation to Third Parties ................................................ ..............................4
FR 6. Program Fraud and False or Fraudulent Statements or Related Acts .............................s
FR 7. Suspension and Debarment .............................................................................. ..............................s
FR s. Disadvantaged Business Enterprise ( DBE) .................................................. ..............................6
FR9. Clean Water Requirements ............................................................................... ..............................6
FR10. Clean Air Requirements .................................................................................... ..............................7
FR 11. Compliance with Federal Lobbying Policy .................................................. ..............................7
FR12. Buy America .......................................................................................................... ..............................7
FR13. Testing of New Bus Models ............................................................................. ..............................s
FR 14. Pre -Award and Post - Delivery Audits ............................................................ ..............................s
FR15. Cargo Preference ................................................................................................. ..............................9
FR16. Fly America ............................................................................................................ ..............................9
FR 17. Contract Work Hours and Safety Standards Act .................................... .............................10
FR 18. Access Requirements for Persons with Disabilities ............................... .............................10
FR 19. Conformance with ITS Architechture ......................................................... .............................11
FR 20. Federal Privacy Act Requirements ............................................................... .............................11
1
CMPC- 15- LTB -RFP January 2015
Colorado Mountain Section 5
Purchasing Consortium
SECTION 5: FEDERAL REQUIREMENTS
FR 1. Access to Records
The Contractor agrees to maintain all books, records, accounts and reports required
under this Contract for a period of not less than three years after the date of
termination or expiration of this Contract, except in the event of litigation or
settlement of claims arising from the performance of this Contract, in which case
Contractor agrees to maintain same until Eagle County, the FTA Administrator, the
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).
The following access to records requirements apply to this Contract:
FR 1.1 Local Governments
In accordance with 49 CFR 18.36(i), the Contractor agrees to provide the CMPC, the
FTA Administrator, the Comptroller General of the United States or any of their
authorized representatives access to any books, documents, papers and records of the
Contractor that are directly pertinent to this Contract for the purposes of making
audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to
49 CFR 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 USC 5302(a)1, which is receiving
federal financial assistance through the programs described at 49 USC 5307, 5339 or
5311.
FR 1.2 State Governments
In accordance with 49 CFR 633.17, the Contractor agrees to provide the CMPC, the
FTA Administrator or his authorized representatives, including any PMO Contractor,
access to the Contractor's records and construction sites pertaining to a major capital
project, defined at 49 USC 5302(a)1, which is receiving federal financial assistance
through the programs described at 49 USC 5307, 5339 or 5311. By definition, a major
capital project excludes contracts of less than the simplified acquisition threshold
currently set at $100,000.
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.
2
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 5
FR 2. Federal Funding, Incorporation of FTA Terms and
Federal Changes
The preceding provisions include, in part, certain standard terms and conditions
required by the Department of Transportation, whether or not expressly set forth in
the preceding Contract provisions. All contractual provisions required by DOT, as set
forth in FTA Circular 4220.1F or its successors 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 CMPC member agency requests that would cause the CMPC
member agency to be in violation of the FTA terms and conditions.
The 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 Master Agreement between CMPC member agencies, CDOT, WYDOT
and FTA, as they may be amended or promulgated from time to time during the term
of this Contract. Contractor's failure to so comply shall constitute a material breach of
this Contract.
FR 3. Federal Energy Conservation Requirements
The Contractor agrees to comply with mandatory standards and policies relating to
energy efficiency that are contained in the state energy conservation plan issued in
compliance with the Energy Policy and Conservation Act.
FR 4. Civil Rights Requirements
The following requirements apply to the underlying Contract:
1. Nondiscrimination: In accordance with Title VI of the Civil Rights Act, as
amended, 42 USC§ 2000d, section 303 of the Age Discrimination Act of 1975, as
amended, 42 USC § 6102, section 202 of the Americans with Disabilities Act of
1990, 42 USC § 12132, and federal transit law at 49 USC § 5332, the Contractor
agrees that it will not discriminate against any employee or applicant for
employment because of race, color, creed, national origin, sex, age, or
disability. In addition, the Contractor agrees to comply with applicable federal
implementing regulations and other implementing requirements FTA may issue.
2. Equal Employment Opportunity: The following equal employment opportunity
requirements apply to the underlying Contract:
(a) Race, Color, Creed, National Origin, Sex: In accordance with Title VII of
the Civil Rights Act, as amended, 42 USC § 2000e, and federal transit
laws at 49 USC § 5332, the Contractor agrees to comply with all
applicable equal employment opportunity requirements of U.S.
3
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 5
Department of Labor (U.S. DOL) regulations, "Office of Federal Contract
Compliance Programs, Equal Employment Opportunity, Department of
Labor," 41 CFR Parts 60 et seq., (which implement Executive Order No.
11246, "Equal Employment Opportunity," as amended by Executive Order
No. 11375, "Amending Executive Order 11246 Relating to Equal
Employment Opportunity," 42 USC § 2000e note), and with any
applicable federal statutes, executive orders, regulations, and federal
policies that may in the future affect construction activities undertaken in
the course of the Project. The Contractor agrees to take affirmative action
to ensure that applicants are employed, and that employees are treated
during employment, without regard to their race, color, creed, national
origin, sex, or age. 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 apprenticeship. In
addition, the Contractor agrees to comply with any implementing
requirements FTA may issue.
(b)Age: In accordance with section 4 of the Age Discrimination in
Employment Act of 1967, as amended, 29 USC §§ 623 and federal transit
law at 49 USC § 5332, the Contractor agrees to refrain from
discrimination against present and prospective employees for reason of
age. In addition, the Contractor agrees to comply with any implementing
requirements FTA may issue.
(c) Disabilities: In accordance with section 102 of the Americans with
Disabilities Act, as amended, 42 USC § 12112, the Contractor agrees that
it will comply with the requirements of U.S. Equal Employment
Opportunity Commission, "Regulations to Implement the Equal
Employment Provisions of the Americans with Disabilities Act," 29 CFR
Part 1630, pertaining to employment of persons with disabilities. In
addition, the Contractor agrees to comply with any implementing
requirements FTA may issue.
3. 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.
FR 5. No Government Obligation to Third Parties
1. The CMPC 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 Contract and
shall not be subject to any obligations or liabilities to the CMPC, Contractor, or
any other party (whether or not a party to that Contract) pertaining to any
matter resulting from the underlying Contract.
2. 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
4
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 5
that the clause shall not be modified, except to identify the Subcontractor who
will be subject to its provisions.
FR 6. Program Fraud and False or Fraudulent Statements or
Related Acts
1. The Contractor acknowledges that the provisions of the Program Fraud Civil
Remedies Act of 1986, as amended, 31 USC §§ 3801 et seq. and U.S. DOT
regulations, "Program Fraud Civil Remedies," 49 CFR Part 31, apply to its actions
pertaining to this Project. Upon execution of the underlying Contract, the
Contractor certifies or affirms the truthfulness and accuracy of any statement it
has made, it makes, it may make, or it causes to be made, pertaining to the
underlying Contract or the FTA- assisted project for which this Contract 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 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.
2. 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 USC § 5307, the government reserves the right to
impose the penalties of 18 USC § 1001 and 49 USC § 5307(n)(1) on the
Contractor, to the extent the federal government deems appropriate.
3. 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.
FR 7. 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.
5
CMPC- 15- LTB -RFP January 2015
Colorado Mountain Section 5
Purchasing Consortium
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 Eagle
County. If it is later determined that the Proposer knowingly rendered an erroneous
certification, in addition to remedies available to the CMPC, 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 Proposal is valid and throughout the period of any Contract that
may arise from this Proposal. The Proposer further agrees to include a provision
requiring such compliance in its lower tier covered transactions.
FR 8. Disadvantaged Business Enterprise (DBE)
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 Contractor shall maintain compliance with "DBE Approval Certification" throughout
the period of Contract performance.
The Contractor shall not discriminate on the basis of race, color, national origin or sex
in the performance of this Contract. The Contractor shall carry out applicable
requirements of 49 CFR Part 26 in the award and administration of this DOT- assisted
Contract. Failure by the Contractor to carry out these requirements is a material
breach of this Contract, which may result in the termination of this Contract or such
other remedy as Eagle County deems appropriate. Each subcontract the Contractor
signs with a Subcontractor must include the assurance in this paragraph (see 49 CFR
26.13(b)).
FR 9. Clean Water Requirements
1. The Contractor agrees to comply with all applicable standards, orders or
regulations issued pursuant to the Federal Water Pollution Control Act, as
amended, 33 USC 1251 et seq. The Contractor agrees to report each violation to
the CMPC and understands and agrees that the CMPC will, in turn, report each
violation as required to ensure notification to FTA and the appropriate EPA
Regional Office.
2. 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.
6
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
FR 10. Clean Air Requirements
Section 5
1. The Contractor agrees to comply with all applicable standards, orders or
regulations issued pursuant to the Clean Air Act, as amended, 42 USC §§ 7401
et seq. The Contractor agrees to report each violation to the CMPC and
understands and agrees that the CMPC will, in turn, report each violation as
required to ensure notification to FTA and the appropriate EPA Regional Office.
2. 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.
FR 11. Compliance with Federal Lobbying Policy
Contractors who apply 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 CMPC member agency, a member of Congress, an 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 USC 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 USC 1352. Such disclosures are
forwarded from tier to tier up to the recipient.
FR 12. Buy America
The Contractor agrees to comply with 49 USC 5323(j) and 49 CFR Part 661, which
provide 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. A general public interest waiver from the Buy
America requirements applies to microprocessors, computers, microcomputers,
software or other such devices, which are used solely for the purpose of processing or
storing data. This general waiver does not extend to a product or device that merely
contains a microprocessor or microcomputer and is not used solely for the purpose of
processing or storing data.
Separate requirements for rolling stock are set out at 49 USC 5323(j)(2)(C) and
49 CFR 661.11. Rolling stock must be assembled in the United States and have a 60
percent domestic content.
A Proposer must submit to the CMPC the appropriate Buy America Certification with all
offers on FTA- funded contracts, except those subject to a general waiver. Proposals
7
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 5
that are not accompanied by a properly completed Buy America certification are
subject to the provisions of 49 CFR 661.13 and may be rejected as non - responsive.
FR 13. Testing of New Bus Models
The Contractor agrees to comply with 49 USCA 5323(c) and FTA's implementing
regulation at 49 CFR Part 665 and shall perform the following:
1. A manufacturer of a new bus model or a bus produced with a major change in
components or configuration shall provide a copy of the final test report to the
recipient at a point in the procurement process specified by the recipient.
2. A manufacturer who releases a report under Paragraph 1 above shall provide
notice to the operator of the testing facility that the report is available to the
public.
3. If the manufacturer represents that the vehicle was previously tested, the
vehicle being sold should have the identical configuration and major components
as the vehicle in the test report, which must be provided to the recipient prior to
recipient's final acceptance of the first vehicle. If the configuration or
components are not identical, the manufacturer shall provide a description of
the change and the manufacturer's basis for concluding that it is not a major
change requiring additional testing.
4. If the manufacturer represents that the vehicle is "grandfathered" (has been
used in mass transit service in the United States before October 1, 1988, and is
currently being produced without a major change in configuration or
components), the manufacturer shall provide the name and address of the
recipient of such a vehicle and the details of that vehicle's configuration and
major components.
FR 14. Pre -Award and Post - Delivery Audits
The Contractor agrees to comply with 49 USC § 5323(1) and FTA's implementing
regulation at 49 CFR Part 663 and to submit the following certifications:
1. Buy America requirements: The Contractor shall complete and submit a
declaration certifying either compliance or noncompliance with Buy America. If
the recommended Proposer certifies compliance with Buy America, it shall
submit documentation that lists (1) component and subcomponent parts of the
rolling stock to be purchased identified by manufacturer of the parts, their
country of origin and costs; and (2) the location of the final assembly point for
the rolling stock, including a description of the activities that will take place at
the final assembly point and the cost of final assembly.
2. Solicitation specification requirements: The Contractor shall submit evidence
that it will be capable of meeting the technical specifications.
8
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 5
3. Federal Motor Vehicle Safety Standards ( FMVSS): The Contractor shall submit
(1) manufacturer's FMVSS self- certification, Federal Motor Vehicle Safety
Standards, that the vehicle complies with relevant FMVSS or (2) manufacturer's
certified statement that the contracted buses will not be subject to FMVSS
regulations.
FR 15. Cargo Preference
The Contractor agrees to the following:
To use privately owned U.S. -flag commercial vessels to ship at least fifty (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 U.S. -flag commercial vessels;
To furnish within twenty (20) working days following the date of loading for
shipments originating within the United States or within thirty (30) working days
following the date of leading 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.)
To include these requirements in all subcontracts issued pursuant to this
Contract when the subcontract may involve the transport of equipment, material
or commodities by ocean vessel.
FR 16. Fly America
The Contractor agrees to comply with 49 USC 40118 (the "Fly America" Act) in
accordance with the General Services Administration's regulations at 41 CFR Part 301-
10, which provide that recipients and sub recipients of federal funds and their
Contractors are required to use U.S. flag air carriers for U.S. 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. The Contractor shall submit, if a foreign
air carrier was used, an appropriate certification or memorandum adequately
explaining why service by a U.S. -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. The Contractor agrees to include the
requirements of this section in all subcontracts that may involve international air
transportation.
9
CMPC- 15- LTB -RFP January 2015
Colorado Mountain Section 5
Purchasing Consortium
FR 17. Contract Work Hours and Safety Standards Act
1. Overtime requirements: No Contractor or Subcontractor contracting for any part
of the Contract Work that may require or involve the employment of laborers or
mechanics shall require or permit any such laborer or mechanic in any work
week in which he or she is employed on such work to work in excess of 40 hours
in such work week 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 40 hours in such workweek.
2. 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 standard work
week of 40 hours without payment of the overtime wages required by the clause
set forth in paragraph 1 of this section.
3. Withholding for unpaid wages and liquidated damages: The CMPC member
agency 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 monies 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.
4. Subcontracts: The Contractor or Subcontractor shall insert in any subcontracts
the clauses set forth in paragraphs 1 through 4 of 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
paragraphs 1 through 4 of this section.
FR 18. 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 plan-
ning and designing those services and facilities to implement that policy.
10
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 5
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.
FR 19. Conformance with ITS Architecture
Contractor shall conform, to the extent applicable, to the National Intelligent Transpor-
tation 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 fol-
low 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 other-
wise in writing.
FR 20. Federal Privacy Act Requirements
The following requirements apply to the Contractor and its employees that
administer any system of records on behalf of the Federal Government under any
contract:
a. The Contractor agrees to comply with, and assures the compliance of its
employees with, the information restrictions and other applicable require-
ments 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 Gov-
ernment before the Contractor or its employees operate a system of re-
cords 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 termi-
nation of the underlying contract.
b. The Contractor also agrees to include these requirements in each subcon-
tract to administer any system of records on behalf of the Federal Gov-
ernment in whole or in part with Federal assistance provided by FTA.
11
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Table of Contents
Section 6
SECTION 6: TECHNICAL SPECIFICATIONS ......................... ............................... 8
TS1. Scope .................................................................. ............................... 9
TS2. Definitions ............................................................ ............................... 9
TS 3. Referenced Publications ........................................ ...............................
15
TS 4. Legal Requirements ............................................. ...............................
16
TS 5. Overall Requirements ........................................... ...............................
16
TS5.1 Weight ........................................................... ...............................
16
TS5.2 Capacity ......................................................... ...............................
16
TS5.3 Service Life ..................................................... ...............................
16
TS 5.4 Maintenance and Inspection .............................. ...............................
16
TS 5.5 Interchangeability ........................................... ...............................
17
TS5.6 Training ......................................................... ...............................
17
TS 5.7 Operating Environment .................................... ...............................
19
TS5.8 Noise ............................................................. ...............................
19
TS5.9 Fire Safety ...................................................... ...............................
20
TS 5.10 Fire Suppression ............................................ ...............................
20
TS 5.11 Respect for the Environment ........................... ...............................
20
TS6. Physical Size ....................................................... ...............................
21
TS6.1 Bus Length ..................................................... ...............................
22
TS6.2 Bus Width ...................................................... ...............................
22
TS6.3 Bus Height ..................................................... ...............................
22
TS6.4 Step Height .................................................... ...............................
22
TS 6.5 Underbody Clearance ....................................... ...............................
22
TS 6.6 Ramp Cl earances ............................................. ...............................
22
TS 6.7 Ground Cl earance ............................................ ...............................
23
TS6.8 Floor Height .................................................... ...............................
24
TS 6.9 Interior Headroom ........................................... ...............................
24
TS 7. Power Requirements ............................................ ...............................
25
TS7.1 Top Speed ...................................................... ...............................
25
TS7.2 Gradability ...................................................... ...............................
25
TS7.3 Acceleration .................................................... ...............................
25
TS7.4 Operating Range ............................................. ...............................
26
TS 8. Fuel Economy (Design Operating Profile) ................ ...............................
26
TS9. Engine ............................................................... ...............................
27
TS9.1 Engine ( CNG) .................................................. ...............................
28
TS 10. Cooling Systems ................................................ ...............................
28
TS 10.1 Engine Cooling .............................................. ...............................
29
TS 10.2 Charge Air Cooling ......................................... ...............................
30
TS 10.3 Transmission Cooling ..................................... ...............................
30
TS 11. Transmission (Conventional Powertrain) ................ ...............................
30
TS 12. Retarder (Transit Bus) ........................................ ...............................
31
TS13. Mounting .......................................................... ...............................
32
TS13.1 Service ........................................................... ...............................
32
TS 14. Hydraulic Systems ............................................. ...............................
33
TS 14.1 Fluid Lines ....................................................... ...............................
34
CMPC- 15- LTB -RFP 1 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
TS 14.2 Fittings and Clamps ....................................... ............................... 34
TS 14.3 Charge Air Piping ........................................... ............................... 34
TS15. Radiator ........................................................... ............................... 35
TS 16. Oil and Hydraulic Lines ....................................... ............................... 35
TS17. Fuel ................................................................. ............................... 35
TS17.1 Fuel Lines ..................................................... ............................... 35
TS 17.2 Design and Construction ................................. ...............................
36
TS 18. Emissions and Exhaust ....................................... ...............................
41
TS 18.1 Exhaust Emissions ......................................... ...............................
41
TS 18.2 Exhaust System ............................................ ...............................
41
TS 18.3 Exhaust Aftertreatment .................................. ...............................
41
TS 18.4 Particulate Aftertreatment ............................... ...............................
42
TS19. General ............................................................ ...............................
43
TS19.1 Design ......................................................... ...............................
43
TS20. Altoona Testing .................................................. ...............................
43
TS 20.1 Structural Validation ...................................... ...............................
43
TS21. Distortion .......................................................... ...............................
43
TS 22. Resonance and Vibration ..................................... ...............................
43
TS 22.1 Engine Compartment Bulkheads ...................... ...............................
44
TS 22.2 Crashworthiness (Transit Bus) ......................... ...............................
44
TS23. Corrosion .......................................................... ...............................
44
TS24. Towing ............................................................. ...............................
45
TS25. Jacking ............................................................. ...............................
46
TS26. Hoisting ............................................................ ...............................
46
TS27. Floor ................................................................ ...............................
47
TS 27.1 Design (Transit Bus) ...................................... ...............................
47
TS27.2 Strength ....................................................... ...............................
47
TS 27.3 Construction ................................................. ...............................
48
TS28. Platforms .......................................................... ............................... 48
TS 28.1 Driver's Area ................................................. ............................... 48
TS 28.2 Driver's Platform ............................................ ............................... 48
TS28.3 Farebox ........................................................ ............................... 49
TS 28.4 Rear Step Area to Rear Area (Transit Bus) ........ ............................... 50
TS29. Wheel Housing .................................................. ............................... 50
TS 29.1 Design and Construction ................................. ............................... 50
TS 29.2 Design and Construction (Transit Bus) .............. ............................... 50
TS30. Suspension ....................................................... ............................... 52
TS 30.1 General Requirements .................................... ............................... 52
TS30.2 Alignment ..................................................... ............................... 52
TS 30.3 Springs and Shock Absorbers .......................... ............................... 52
TS 31. Wheels and Tires ............................................... ............................... 54
TS31.1 Wheels ......................................................... ............................... 54
TS31.2 Tires ............................................................ ............................... 54
TS32. Steering ........................................................... ............................... 55
TS 32.1 Steering Axle (Transit Bus) ............................. ............................... 55
TS 32.2 Steering Wheel .............................................. ............................... 55
TS33. Drive Axle ......................................................... ............................... 57
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 6
TS 33.1 Non -Drive Axle .............................................. ............................... 57
TS 34. Turning Radius .................................................. ...............................
57
TS35. Brakes .............................................................. ...............................
58
TS 35.1 Service Brake ................................................ ...............................
58
TS35.2 Actuation ...................................................... ...............................
59
TS 35.3 Friction Material ............................................. ...............................
59
TS 35.4 Hubs and Drums /Discs ................................... ...............................
59
TS 35.5 Parking /Emergency Brake ............................... ...............................
60
TS 36. Interlocks (Transit Bus) ...................................... ...............................
60
TS 36.1 Passenger Door Interlocks .............................. ...............................
60
TS 37. Pneumatic System ............................................. ...............................
61
TS37.1 General ........................................................ ...............................
61
TS 37.2 Air Compressor ............................................. ...............................
61
TS 37.3 Air Lines and Fittings ...................................... ...............................
62
TS 37.4 Air Reservoirs ................................................ ...............................
62
TS 37.5 Air System Dryer ........................................... ...............................
63
TS38. Overview .......................................................... ...............................
64
TS 38.1 Modular Design ............................................. ...............................
65
TS 39. Environmental and Mounting Requirements ........... ...............................
65
TS 39.1 Hardware Mounting ........................................ ...............................
66
TS 40. General Electrical Requirements ........................... ...............................
66
TS40.1 Batteries ...................................................... ...............................
66
TS40.2 Grounds ....................................................... ...............................
69
TS 40.3 Low Voltage /Low Current Wiring and Terminals . ...............................
69
TS 40.4 Electrical Components .................................... ...............................
71
TS 40.5 Electrical Compartments ................................. ...............................
71
TS 41. General Electronic Requirements .......................... ...............................
71
TS 41.1 Wiring and Terminals ..................................... ...............................
72
TS42. Multiplexing ...................................................... ...............................
73
TS42.1 General ........................................................ ...............................
73
TS 42.2 System Configuration ..................................... ...............................
73
TS 43. Data Communications ......................................... ...............................
74
TS43.1 General ........................................................ ...............................
74
TS 43.2 Drivetrain Level ............................................. ...............................
74
TS 43.3 Multiplex Level .............................................. ...............................
75
TS 43.4 Electronic Noise Control .................................. ...............................
76
TS 44. Driver's Area Controls ......................................... ...............................
77
TS44.1 General ........................................................ ...............................
77
TS44.2 Glare ........................................................... ...............................
77
TS 44.3 Visors /Sun Shades ......................................... ...............................
77
TS 44.4 Driver's Controls ............................................ ...............................
77
TS 44.5 Normal Bus Operation Instrumentation and Controls .........................
78
TS 44.6 Driver Foot Controls ....................................... ...............................
83
TS 44.7 Brake and Accelerator Pedals .......................... ...............................
84
TS 44.8 Driver Foot Switches ...................................... ...............................
84
TS 45. Driver's Amenities .............................................. ...............................
85
TS45.1 Coat Hanger ................................................. ...............................
85
CMPC- 15- LTB -RFP 3 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
TS45.2 Drink Holder ................................................. ............................... 85
TS45.3 Storage Box .................................................. ............................... 85
TS 46. Windshield Wipers and Washers ........................... ............................... 85
TS 46.1 Windshield Wipers ......................................... ............................... 85
TS 46.2 Windshield Washers ....................................... ............................... 86
TS47. Driver's Seat ..................................................... ............................... 86
TS 47.1 Dimensions ................................................... ............................... 86
TS47.2 Seat Belt ...................................................... ............................... 88
TS 47.3 Adjustable Armrest ........................................ ............................... 89
TS 47.4 Seat Control Locations .................................... ............................... 89
TS 47.5 Seat Structure and Materials ........................... ............................... 89
TS47.6 Pedestal ....................................................... ............................... 90
TS 47.7 Seat Options ................................................. ............................... 90
TS47.8 Mirrors ......................................................... ............................... 90
TS48. General ............................................................ ............................... 92
TS49. Windshield ........................................................ ............................... 92
TS49.1 Glazing ......................................................... ............................... 92
TS 50. Driver's Side Window .......................................... ............................... 93
TS51. Side Windows .................................................... ............................... 93
TS 51.1 Configuration ................................................ ............................... 93
TS 51.2 Emergency Exit (Egress) Configuration ............. ...............................
94
TS 51.3 Configuration ................................................ ...............................
94
TS51.4 Materials ...................................................... ...............................
94
TS51.5 Rear Window ................................................. ...............................
95
TS 52. Capacity and Performance ................................... ...............................
96
TS 53. Controls and Temperature Uniformity ................... ...............................
97
TS 53.1 Auxiliary Heater ............................................. ...............................
99
TS54. Air Flow ............................................................ ...............................
99
TS 54.1 Passenger Area ............................................. ...............................
99
TS 54.2 Driver's Area .................... ............................... ............................100
TS 54.3 Controls for the Climate Control System (CCS) .... ............................100
TS 54.4 Driver's Compartment Requirements .................. ............................101
TS 54.5 Driver's Cooling ................ ............................... ............................101
TS 55. Air Filtration ......................... ............................... ............................101
TS 56. Roof Ventilators .................... ............................... ............................102
TS 57. Maintainability ...................... ............................... ............................102
TS 58. Entrance /Exit Area Heating .... ............................... ............................103
TS 59. Floor -Level Heating ............... ............................... ............................103
TS 59.1 Transit Coach ................... ............................... ............................103
TS60. Design ................................. ............................... ............................104
TS60.1 Materials ......................... ............................... ............................104
TS 60.2 Roof - Mounted Equipment (Transit Bus) ............... ............................104
TS 61. Pedestrian Safety .................. ............................... ............................104
TS 62. Repair and Replacement ........ ............................... ............................105
TS 62.1 Side Body Panels (Transit Bus) .......................... ............................105
TS63. Rain Gutters ......................... ............................... ............................105
TS 64. License Plate Provisions ......... ............................... ............................105
CMPC- 15- LTB -RFP n January 2015
Colorado Mountain Section 6
Purchasing Consortium
TS64.1 Rub rails .......................... ............................... ............................105
TS 65. Fender Skirts ........................ ............................... ............................106
TS 66. Wheel Covers (Transit Bus) .... ............................... ............................106
TS 66.1 Splash Aprons .................. ............................... ............................106
TS 67. Service Compartments and Access Doors ................ ............................106
TS 67.1 Access Doors (Transit Bus) ............................... ............................106
TS 67.2 Access Door Latch / Locks .... ............................... ............................107
TS68. Bumpers .............................. ............................... ............................107
TS68.1 Location .......................... ............................... ............................107
TS 68.2 Front Bumper ................... ............................... ............................107
TS 68.3 Rear Bumper .................... ............................... ............................108
TS 68.4 Bumper Material ............... ............................... ............................108
TS 69. Finish and Color .................... ............................... ............................108
TS69.1 Appearance ...................... ............................... ............................108
TS 70. Decals, Numbering and Signing ............................. ............................110
TS 70.1 Passenger Information ...... ............................... ............................110
TS 71. Exterior Lighting ................... ............................... ............................111
TS 71.1 Backup Light /Al arm ........... ............................... ............................111
TS 71.2 Doorway Lighting .............. ............................... ............................111
TS 71.3 Turn Signals ..................... ............................... ............................112
TS71.4 Headlights ....................... ............................... ............................112
TS71.5 Brake Lights ..................... ............................... ............................112
TS 71.6 Service Area Lighting (Interior and Exterior) ........ ............................112
TS 72. General Requirements ........... ............................... ............................113
TS 73. Interior Panels ...................... ............................... ............................113
TS 73.1 Driver Area Barrier ............ ............................... ............................113
TS 73.2 Modesty Panels ................ ............................... ............................114
TS 73.3 Front End ........................ ............................... ............................114
TS73.4 Rear Bulkhead .................. ............................... ............................115
TS73.5 Headlining ....................... ............................... ............................115
TS73.6 Fastening ........................ ............................... ............................115
TS73.7 Insulation ........................ ............................... ............................115
TS 73.8 Floor Covering .................. ............................... ............................116
TS 73.9 Interior Lighting ............... ............................... ............................116
TS73.10 Passenger ...................... ............................... ............................117
TS 73.11 Driver's Area .................. ............................... ............................117
TS 73.12 Seating Areas (Transit Bus) ............................. ............................118
TS 73.13 Vestibules /Doors (Transit Bus) ......................... ............................118
TS 73.14 Step Lighting .................. ............................... ............................118
TS 73.15 Ramp Lighting (Transit Bus) ............................ ............................118
TS 73.16 Farebox Lighting ............. ............................... ............................118
TS74. Fare Collection ...................... ............................... ............................119
TS 75. Interior Access Panels and Doors (Transit Bus) ........ ............................119
TS75.1 Floor Panels ..................... ............................... ............................119
TS 76. Passenger Seating ................. ............................... ............................121
TS 76.1 Arrangements and Seat Style (Transit Bus) ......... ............................121
TS 76.2 Rearward Facing Seats (Transit Bus) .................. ............................121
CMPC- 15- LTB -RFP 5 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
TS 76.3 Padded Inserts /Cushioned Seats (Transit Bus) ..... ............................122
TS 76.4 Seat back fitness .............. ............................... ............................122
TS 76.5 Drain Hole in Seats ........... ............................... ............................122
TS 76.6 Hip -to -Knee Room ............ ............................... ............................123
TS76.7 Foot Room ....................... ............................... ............................123
TS 76.8 Aisles (Transit Bus) ........... ............................... ............................123
TS 76.9 Dimensions (Transit Bus) ... ............................... ............................124
TS 76.10 Structure and Design (Transit Bus) ................... ............................124
TS 76.11 Construction and Materials (Transit Bus) .............. ............................126
TS 77. Passenger Assists (Transit Bus ) .............................. ............................127
TS 77.1 Assists (Transit Bus) ......... ............................... ............................127
TS 77.2 Front Doorway ................. ............................... ............................127
TS 77.3 Vestibule (Transit Bus) ...... ............................... ............................127
TS 77.4 Rear Doorway(s) (Transit Bus) .......................... ............................128
TS 77.5 Overhead (Transit Bus) ..... ............................... ............................128
TS 77.6 Longitudinal Seat Assists (Transit Bus) ............... ............................128
TS 77.7 Wheel Housing Barriers /Assists (Transit Bus) ....... ............................129
TS 78. Passenger Doors ................... ............................... ............................129
TS78.1 Transit Bus ...................... ............................... ............................129
TS 78.2 Materials and Construction . ............................... ............................129
TS78.3 Dimensions ...................... ............................... ............................130
TS 78.4 Door Glazing .................... ............................... ............................131
TS 78.5 Door Projection (Transit Bus) ............................ ............................131
TS 78.6 Door Height Above Pavement ............................ ............................131
TS 78.7 Closing Force ................... ............................... ............................132
TS78.8 Actuators ......................... ............................... ............................132
TS 78.9 Emergency Operation ........ ............................... ............................133
TS 78.10 Door Control .................. ............................... ............................133
TS 78.11 Door Controller ............... ............................... ............................134
TS 78.12 Door Open / Close ............. ............................... ............................134
TS 79. Accessibility Provisions .......... ............................... ............................134
TS 79.1 Loading Systems .............. ............................... ............................135
TS 79.2 Loading System for Low -Floor Bus ..................... ............................135
TS 79.3 Wheelchair Accommodations ............................. ............................135
TS 79.4 Interior Circulation ............ ............................... ............................135
TS 80. Destination Signs .................. ............................... ............................136
TS 81. Passenger Information and Advertising ................... ............................136
(Transit Bus) .................................. ............................... ............................136
TS 81.1 Interior Displays ............... ............................... ............................136
TS 82. Passenger Stop Request /Exit Signal ........................ ............................137
TS82.1 Transit Bus ...................... ............................... ............................137
TS 82.2 Signal Chime .................... ............................... ............................138
TS 83. Intelligent Transportation Systems (ITS) / Communications Systems ......138
TS 83.1 Camera Surveillance System ............................. ............................138
TS 83.2 Public Address System ...... ............................... ............................138
TS 83.3 Automatic Passenger Counter (APC) ................... ............................139
TS 83.4 Radio Handset and Control System .................... ............................139
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 6
TS 83.5 ITS Components ............... ............................... ............................139
TS 84. Event Data Recorders ( EDR) ... ............................... ............................140
TS 85. Base Component List ............. ............................... ............................140
TS 86. Special Equipment ................ ............................... ............................142
TS 86.1 Two - Position Bicycle Rack ..... ............................... ............................142
TS 86.2 Interior Security Lights ....... ............................... ............................142
TS 86.3 AM /FM Radio Includes MP3 /USB port with built in PA function ...............142
TS 86.4 Radio box (Secure Special Equipment Cabinet) ....... ............................142
TS 86.5 Yield to Bus Sign 10 second operator activation switch ........................143
TS 86.6 Emergency Safety Equipment .............................. ............................143
TS 86.7 Trashcans and Holders ......... ............................... ............................143
TS 86.8 Hand Sanitizer Holder .......... ............................... ............................143
TS 86.9 Brochure Racks ................... ............................... ............................144
TS86.10 Dash Fans ........................ ............................... ............................144
TS 87. CMPC Alternative Required Equipment .................... ............................144
CMPC- 15- LTB -RFP January 2015
Colorado Mountain Section 6
Purchasing Consortium
SECTION 6: TECHNICAL SPECIFICATIONS
z:iim riiizoiiiG )uc ri:aim
CMPC TRANSIT AGENCY SPECIAL OPERATING CONDITIONS
CIperathig OevaUon ,500 to 12,000 feet above sea eve�; typ ca Ii daky
operations are 8,000 to 10,000 feet.
A im iiii uin 't i ilium ii) e iiii, a,t u iiii, e s 30 degirees to +110 deg ms Fahrenhert; DaHy
temperature vairlance Of Uli) to 70 degirees.
ii)ii-6ioinged iiifligIh SIi)eed OperwUons: 65 II RA for up to 1. howi-
Steqi) Grades: 12%) up to :'0. ' Ikes; 7-8%) up to 11 Miles
5-6 months of heavy no and ice conditions and contact wlth de cking cheimlca�s
sudh as rnagnesium Mohde that corrode the bus under carriage.
CMPC-15-LTB-RFP January 2015
Colorado Mountain
Purchasing Consortium
Illf ; II Illf ; IIIIA 1111
TS 1. Scope
Section 6
The following technical specifications define requirements for heavy -duty transit
buses that, by the selection of specifically identified alternative configurations, may
be used for all public transit service environments in Colorado and Wyoming. Buses
shall have a minimum expected life of twelve (12) years or 500,000 miles,
whichever comes first, and are intended for the widest possible spectrum of
passengers, including children, adults, seniors and people with disabilities.
Please note, the CMPC has added additional requirenients and equipnlent
to the standardspecification,s teniplate r i i
con,sorVuny Tr sit agencies. A,s requested the SBPG Coninlittee,
addition,s to the Technical -15pecification,s have been written in bold
italicized type and are in red font.
TS 2. Definitions
Alternative: An alternative specification condition to the default bus
configuration. The Agency may define alternatives to the default configuration to
satisfy local operating requirements. Alternatives for the default configuration
will be clearly identified.
Ambient Temperature: The temperature of the surrounding air. For testing
purposes, ambient temperature must be between 16 °C (50 °F) and 38 °C
(100 °F).
Analog Signals: A continuously variable signal that is solely dependent upon
magnitude to express information content.
Audible Discrete Frequency: An audible discrete frequency is determined to
exist if the sound power level in any 1/3- octave band exceeds the average of
the sound power levels of the two adjacent 1/3- octave bands by 4 decibels (dB)
or more.
Battery Compartment: Low- voltage energy storage, i.e. 12/24 VDC batteries.
Battery Management System (BMS): Monitors energy, as well as temperature,
cell or module voltages, and total pack voltage. The BMS adjusts the control
strategy algorithms to maintain the batteries at uniform state of charge and
optimal temperatures.
Braking Resistor: Device that converts electrical energy into heat, typically used
as a retarder to supplement or replace the regenerative braking.
Burst Pressure: The highest pressure reached in a container during a burst test.
CMPC- 15- LTB -RFP 9 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
Capacity (fuel container): The water volume of a container in gallons (liters).
Cells: Individual components (i.e., battery or capacitor cells).
Code: A legal requirement.
Combination Gas Relief Device: A relief device that is activated by a combination
of high pressures or high temperatures, acting either independently or together.
Composite Container for CNG: A container fabricated of two or more materials
that interact to facilitate the container design criteria.
Compressed Natural Gas (CNG): Mixtures of hydrocarbon gases and vapors
consisting principally of methane in gaseous form that has been compressed for
use as a vehicular fuel.
Container: A pressure vessel, cylinder or cylinders permanently manifolded
together, used to store CNG.
Container Appurtenances: Devices connected to container openings for safety,
control or operating purposes.
Container Valve: A valve connected directly to a container outlet.
Curb Weight: Weight of vehicle, including maximum fuel, oil and coolant; and all
equipment required for operation and required by this Specification, but without
passengers or driver.
dBA: Decibels with reference to 0.0002 microbar as measured on the "A" scale.
DC to DC Converter: A module that converts a source of direct current from one
voltage level to another.
Default Configuration Bus: The bus described if no alternatives are selected.
Signing, colors, the destination sign reading list and other information must be
provided by the Agency.
Defueling: The process of removing fuel from a tank.
Defueling Port: Device that allows for vehicle defueling, or the point at which
this occurs.
Destroyed: Physically made permanently unusable.
Discrete Signal: A signal that can take only pre- defined values, usually of a
binary 0 or 1 nature, where 0 is battery ground potential and 1 is a defined
battery positive potential.
CMPC- 15- LTB -RFP 10 January 2015
Colorado Mountain
Purchasing Consortium
DPF: Diesel particulate filter.
Section 6
Driver's Eye Range: The 95th - percentile ellipse defined in SAE Recommended
Practice 1941, except that the height of the ellipse shall be determined from the
seat at its reference height.
Energy Density: The relationship between the weight of an energy storage
device and its power output in units of watt -hours per kilogram (Wh /kg).
Energy Storage System (ESS): A component or system of components that
stores energy and for which its supply of energy is rechargeable by the on-
vehicle system (engine /regenerative braking/ generator) or an off - vehicle
energy source.
Fill Pressure for CNG: The pressure attained at the actual time of filling. Fill
pressure varies according to the gas temperatures in the container, which are
dependent on the charging parameters and the ambient conditions. The
maximum dispensed pressure shall not exceed 125 percent of service pressure.
Flow Capacity: For natural gas flow, this is the capacity in volume per unit time
(normal cubic meters /minute or standard cubic feet per minute) discharged at
the required flow rating pressure.
Fuel Line: The pipe, tubing or hose on a vehicle, including all related fittings,
through which natural gas passes.
Fusible Material: A metal, alloy or other material capable of being melted by
heat.
Fire Resistant: Materials that have a flame spread index less than 150 as
measured in a radiant panel flame test per ASTM -E 162 -90.
Fireproof: Materials that will not burn or melt at temperatures less than 2000 °F.
Free Floor Space: Floor area available to standees, excluding the area under
seats, area occupied by feet of seated passengers, the vestibule area forward of
the standee line, and any floor space indicated by manufacturer as non - standee
areas, such as the floor space "swept" by passenger doors during operation.
Floor area of 1.5 sq. ft. shall be allocated for the feet of each seated passenger
protruding into the standee area.
Fuel Management System: Natural gas fuel system components that control or
contribute to engine air fuel mixing and metering, and the ignition and
combustion of a given air -fuel mixture. The fuel management system would
include, but is not limited to, reducer /regulator valves, fuel metering equipment
(e.g. carburetor, injectors), sensors (e.g., main throttle, wastegate).
CMPC- 15- LTB -RFP 11 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
GAWR (Gross Axle Weight Rated): The maximum total weight as determined by
the axle manufacturer, at which the axle can be safely and reliably operated for
its intended purpose.
Gross Load: 150lbs for every designed passenger seating position, for the driver,
and for each 1.5 sq ft of free floor space.
GVW (Gross Vehicle Weight): Curb weight plus gross load.
GVWR (Gross Vehicle Weight Rated): The maximum total weight as determined
by the vehicle manufacturer, at which the vehicle can be safely and reliably
operated for its intended purpose.
High Pressure: Those portions of the CNG fuel system that see full container or
cylinder pressure.
High Voltage (HV): Greater than 50 V(AC and DC).
Hose: Flexible line.
Hybrid: A vehicle that uses two or more distinct power sources to propel the
vehicle.
Hybrid System Controller (HSC): Regulates energy flow throughout hybrid
system components in order to provide motive performance and accessory
loads, as applicable, while maintaining critical system parameters (voltages,
currents, temperatures, etc.) within specified operating ranges.
Hybrid Drive System (HDS): The mechanical and /or electromechanical
components, including the engine, traction motors and energy storage system,
which comprise the traction drive portion of the hybrid propulsion system.
Intermediate Pressure: The portion of a CNG system after the first pressure
regulator, but before the engine pressure regulator. Intermediate pressure on a
CNG vehicle is generally from 3.5 to 0.5 MPa (510 to 70 psi).
Inverter: A module that converts DC to and from AC.
Labeled: Equipment or materials to which has been attached a label, symbol or
other identifying mark of an organization, which is acceptable to the authority
having jurisdiction and concerned with product evaluation, which maintains
periodic inspection of production labeled equipment or materials, and by whose
labeling the manufacturer indicates compliance with appropriate standards or
performance in a specified manner.
Leakage: Release of contents through a Defect or a crack. See Rupture.
Line: All tubes, flexible and hard, that carry fluids.
CMPC- 15- LTB -RFP 12 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
Liner: Inner gas -tight container or gas container to which the overwrap is
applied.
Local Regulations: Regulations below the state level.
Low -Floor Bus: A bus that, between at least the front (entrance) and rear (exit)
doors, has a floor sufficiently low and level so as to remove the need for steps in
the aisle between the doors and in the vicinity of these doors.
Low Voltage (LV): 50 V or less (AC and DC).
Lower Explosive Limit: The lowest concentration of gas where, given an ignition
source, combustion is possible.
Maximum Service Temperature: The maximum temperature to which a
container /cylinder will be subjected in normal service.
Metallic Hose: A hose whose strength depends primarily on the strength of its
metallic parts; it can have metallic liners or covers, or both.
Metering Valve: A valve intended to control the rate of flow of natural gas.
Module: An assembly of individual components
Motor (Electric): A device that converts electrical energy into mechanical
energy.
Motor (Traction): An electric motor used to power the driving wheels of the bus.
Operating Pressure: The varying pressure developed in a container during
service.
Physical Layer: The first layer of the seven -layer International Standards
Organization (ISO) Open Systems Interconnect (OSI) reference model. This
provides the mechanical, electrical, functional and procedural characteristics
required to gain access to the transmission medium (e.g., cable) and are
responsible for transporting binary information between computerized systems.
Pipe: Nonflexible line.
Pressure Relief Device (PRD): A pressure and /or temperature activated device
used to vent the container /cylinder contents and thereby prevent rupture of an
NGV fuel container /cylinder, when subjected to a standard fire test as required
by fuel container /cylinder standards.
Power: Work or energy divided by time
Power Density: Power divided by mass, volume or area.
CMPC- 15- LTB -RFP 13 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
Propulsion System: System that provides propulsion for the vehicle proportional
to operator commands. Includes, as applicable, engine, transmission, traction
motors, the hybrid drive system, (HDS), energy storage system (ESS), and
system controllers including all wiring and converter /inverter.
Real -Time Clock (RTC): Computer clock that keeps track of the current time.
Regenerative Braking: Deceleration of the bus by switching motors to act as
generators, which return vehicle kinetic energy to the energy storage system.
Rejectable Damage: In terms of NGV fuel containers /cylinders, this is damage
as outlined in CGA C -6.4, "Methods for External Visual Inspection of Natural Gas
Vehicle Fuel Containers and Their Installations," and in agreement with the
manufacturer's recommendations.
Retarder: Device used to augment or replace some of the functions of primary
friction based braking systems of the bus.
Rupture: Sudden and unstable damage propagation in the structural
components of the container resulting in a loss of contents. See Leakage.
Seated Load: 150lbs for every designed passenger seating position and for the
driver.
SLW (Seated Load Weight): Curb weight plus seated load.
Serial Data Signals: A current loop based representation of ASCII or
alphanumeric data used for transferring information between devices by
transmitting a sequence of individual bits in a prearranged order of significance.
Service Pressure: The settled pressure at a uniform gas temperature of 21 °C
(70 °F) and full gas content. It is the pressure for which the equipment has been
constructed, under normal conditions. Also referred to as the nominal service
pressure or working pressure.
Settled Pressure: The gas pressure when a given settled temperature, usually
21 °C (70 0F), is reached.
Settled Temperature: The uniform gas temperature after any change in
temperature caused by filling has dissipated.
Solid State Alternator: A module that converts high - voltage DC to low- voltage
DC (typically 12/24 V systems).
Sources of Ignition: Devices or equipment that because of their modes of use or
operation, are capable of providing sufficient thermal energy to ignite flammable
CMPC- 15- LTB -RFP 14 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
compressed natural gas -air mixtures when introduced into such a mixture, or
when such a mixture comes into contact with them.
Special Tools: Tools not normally stocked by the Agency.
Specification: A particular or detailed statement, account or listing of the various
elements, materials, dimensions, etc. involved in the manufacturing and
construction of a product.
Standard: A firm guideline from a consensus group. Standards referenced in
"Section 6: Technical Specifications" are the latest revisions unless otherwise
stated.
Standee Line: A line marked across the bus aisle to designate the forward area
that passengers may not occupy when the bus is moving.
State of Charge (SOC): Quantity of electric energy remaining in the battery
relative to the maximum rated amp -hour (Ah) capacity of the battery expressed
in a percentage. This is a dynamic measurement used for the energy storage
system. A full SOC indicates that the energy storage system cannot accept
further charging from the engine- driven generator or the regenerative braking
system.
Stress Loops: The "pigtails" commonly used to absorb flexing in piping.
Structure: The basic body, including floor deck material and installation, load -
bearing external panels, structural components, axle mounting provisions and
suspension beams and attachment points.
Thermally Activated Gas Relief Device: A relief device that is activated by high
temperatures and generally contains a fusible material.
Wheelchair: A mobility aid belonging to any class of three- or four - wheeled
devices, usable indoors, designed for and used by individuals with mobility
impairments, whether operated manually or powered. A "common wheelchair" is
such a device that does not exceed 30 in. in width and 48 in. in length measured
2 in. above the ground, and does not weigh more than 600 Ibs when occupied.
TS 3. Referenced Publications
The documents or portions thereof referenced within this specification shall be
considered part of the requirements of the specification. The edition indicated for
each referenced document is the current edition, as of the date of the APTA
issuance of this specification.
CMPC- 15- LTB -RFP 15 January 2015
Colorado Mountain Section 6
Purchasing Consortium
TS 4. Legal Requirements
The Contractor shall comply with all applicable federal, state and local regulations.
These shall include but not be limited to Americans with Disabilities Act (ADA), as
well as state and local accessibility, and safety and security requirements. Local
regulations are defined as those below the state level.
Buses shall meet all applicable FMVSS regulations and shall accommodate all
applicable FMCSR regulations in effect at the location of the CMPC member agencies
and the date of manufacture.
In the event of any conflict between the requirements of these specifications and
any applicable legal requirement, the legal requirement shall prevail. Technical
requirements that exceed the legal requirements are not considered to conflict.
TS 5. Overall Requirements
The Contractor shall ensure that the application and installation of major bus
subcomponents and systems are compliant with all such subcomponent vendors'
requirements and recommendations. Components used in the vehicle shall be of
heavy -duty design and proven in transit service.
TS 5.1 Weight
It shall be a design goal to construct each bus as light in weight as possible without
degradation of safety, appearance, comfort, traction or performance.
Buses at a capacity load shall not exceed the tire factor limits, brake test criteria or
structural design criteria.
TS 5.2 Capacity
The vehicle shall be designed to carry the gross vehicle weight, which shall not
exceed the bus GVWR.
TS 5.3 Service Life
The minimum useful design life of the bus in transit service shall be at least twelve
(12) years or 500,000 miles. It shall be capable of operating at least 40,000 miles
per year, including the 12th year.
TS 5.4 Maintenance and Inspection
Scheduled maintenance tasks shall be related and shall be in accordance with the
manufacturer's recommended preventative maintenance schedule (along with
routine daily service performed during the fueling operations).
Test ports, as required, shall be provided for commonly checked functions on the
bus, such as air intake, exhaust, hydraulic, pneumatic, charge -air and engine
cooling systems.
CMPC- 15- LTB -RFP 16 January 2015
Colorado Mountain Section 6
Purchasing Consortium
The bus manufacturer shall give prime consideration to the routine problems of
maintaining the vehicle. All bus components and systems, both mechanical and
electrical, which will require periodic physical work or inspection processes shall be
installed so that a minimum of time is consumed in gaining access to the critical
repair areas. It shall not be necessary to disassemble portions of the bus structure
and /or equipment such as seats and flooring under seats in order to gain access to
these areas. Each bus shall be designed to facilitate the disassembly, reassembly,
servicing or maintenance, using tools and equipment that are normally available as
standard commercial items.
Requirements for the use of unique specialized tools will be minimized. The body
and structure of the bus shall be designed for ease of maintenance and repair.
Individual panels or other equipment that may be damaged in normal service shall
be repairable or replaceable. Ease of repair shall be related to the vulnerability of
the item to damage in service.
Contractor shall provide a list of all special tools and pricing required for
maintaining this equipment. Said list shall be submitted as a supplement to the
Pricing Schedule.
TS 5.5 Interchangeability
Unless otherwise agreed, all units and components procured under this Contract,
whether provided by Suppliers or manufactured by the Contractor, shall be
duplicates in design, manufacture and installation to ensure interchangeability
among buses in each order group in this procurement. This interchangeability shall
extend to the individual components as well as to their locations in the buses.
These components shall include, but are not limited to, passenger window
hardware, interior trim, lamps, lamp lenses and seat assemblies. Components with
non - identical functions shall not be, or appear to be, interchangeable.
Any one component or unit used in the construction of these buses shall be an
exact duplicate in design, manufacture and assembly for each bus in each order
group in this Contract. Contractor shall identify and secure approval for any
changes in components or unit construction provided within a Contract.
In the event that the Contractor is unable to comply with the interchangeability
requirement, the Contractor must notify the CMPC member agencies and obtain the
prior written approval, including any changes in pricing.
The CMPC shall review proposed product changes on a case -by -case basis and shall
have the right to require extended warranties to ensure that product changes
perform at least as well as the originally supplied products.
TS 5.6 Training
Training is a critical aspect for the efficient operation and niaintenance of
transit equipnient. It niust be able to be replicated throughout the useful
CMPC- 15- LTB -RFP 17 January 2015
Colorado Mountain Section 6
Purchasing Consortium
TS 5.6.1 Technical /Service Representatives
The Contractor shall, at its own expense, have one or more competent technical
service representatives available on request to assist the CMPC member agencies in
the solution of engineering or design problems within the scope of the specifications
that may arise during the warranty period. This does not relieve the Contractor of
responsibilities under the provisions of "Section 7: Warranty Requirements."
Proposer provide innovative Technical r vii support
progranzsloption,s above basespecification requirenient
CMPC- 15- LTB -RFP 18 January 2015
Colorado Mountain Section 6
Purchasing Consortium
scored could be significantly higher during evaluation process.
Training and TechnicallSerWce Suppor t . r r °1 are par Proposal
evaluation ri pia.
TS 5.7 Operating Environment
The bus shall achieve normal operation in ambient temperature ranges of -30 OF to
110 OF, at relative humidity between 5 percent and 100 percent, and at altitudes up
to 12,000 ft above sea level �)e i l eqLliy)M(Mt or procedUres may be employed
Mart the bUs after being exposed for inure than F hOUrs to temperatures less than
300 Fm withOLlt the engi ne in operation. Degradation of performance due to
atmospheric conditions shall be minimized at temperatures below 10 °F, above 115
OF or at altitudes above 3000 ft. Altitude requirements above 3000 ft. will need
separate discussions with the engine manufacturer to ensure that performance
requirements are not compromised. Speed, gradability and acceleration
performance requirements shall be met at, or corrected to, 77 °F, 29.31 in. Hg, dry
air per SAE11995.
TS 5.8 Noise
TS 5.8.1 Interior Noise
The combination of inner and outer panels and any material used between them
shall provide sufficient sound insulation so that a sound source with a level of 80
dBA measured at the outside skin of the bus shall have a sound level of 65 dBA or
less at any point inside the bus. These conditions shall prevail with all openings,
including doors and windows, closed and with the engine and accessories switched
off.
The bus - generated noise level experienced by a passenger at any seat location in
the bus shall not exceed 80 dBA. The driver area shall not experience a noise level
of more than 75 dBA. Measurements of interior noise levels shall be taken in
accordance with SAE12805. An exception shall be made for the turntable area,
which shall be considered a separate environment.
TS 5.8.2 Exterior Noise
Airborne noise generated by the bus and measured from either side shall not
exceed 80 dBA under full power acceleration when operated at 0 to 35 mph at curb
weight. The maximum noise level generated by the bus pulling away from a stop at
full power shall not exceed 83 dBA. The bus - generated noise at curb idle shall not
exceed 65dBA. If the noise contains an audible discrete frequency, a penalty of 5
dBA shall be added to the sound level measured. The Contractor shall comply with
the exterior noise requirements defined in local laws and ordinances identified by
the Agency and SAE1366.
CMPC- 15- LTB -RFP 19 January 2015
Colorado Mountain
Purchasing Consortium
TS 5.9 Fire Safety
Section 6
The bus shall be designed and manufactured in accordance with all applicable fire
safety and smoke emission regulations. These provisions shall include the use of
fire - retardant /low -smoke materials, fire detection systems, bulkheads and
facilitation of passenger evacuation.
TS 5.9.1 Materials
111 III....! Ilf : : :' „ L) III ,,,,; "'III
All materials used in the construction of the passenger compartment of the bus
shall be in accordance with the Recommended Fire Safety Practices defined in
FMVSS 302.
TS 5.10 Fire Suppression
111 III....! Ilf : : :' „ L) III 11L
Buses shall have a fire suppression system installed per manufacturer's
recommendations; manufacturer and design of system shall be included in the
Proposal.
TS 5.11 Respect for the Environment
In the design and manufacture of the bus, the Contractor shall make every effort to
reduce the amount of potentially hazardous waste. In accordance with Section 6002
of the Resource Conservation and Recovery Act, the Contractor shall use, whenever
possible and allowed by the specifications, recycled materials in the manufacture of
the bus.
CMPC- 15- LTB -RFP 20 January 2015
Colorado Mountain
Purchasing Consortium
111 31: 1114 Illf Am S]�:O IN
TS 6. Physical Size
Section 6
With exceptions such as exterior mirrors, marker and signal lights, bumpers, fender
skirts, washers, wipers, ad frames, cameras, object detection systems, bicycle
racks, feelers and rubrails, the bus shall have the following overall dimensions as
shown in Figure 1 at static conditions and design height.
W1UTH
IlEuiffauuing II
FIGURE 1
Transit Bus Exterior Dimensions
LJEN(3THIOVER BIJIMPE':R5
BODY LE NGTH
VODTH
Ilpffallllina miiri1orile
IQ 1 m m 1
OVER LL.
HIE'. IG HT
�IIIIIJi
REIN R OVERHANG WHE E EA SE' FRONT
(YIE R'H N(31
CMPC- 15- LTB -RFP 21 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
TS 6.1 Bus Length
For ease of use, the following tolerances will be allowable for each given bus length.
Bus length is determined as the measurement from bumper to bumper.
• 29ft -30ft bus: 29 ft to 30ft, 11 in.
• 32ft bus: 31 ft to 32ft, 11 in.
• 35ft bus: 35 ft to 35ft, 11 in.
• 40ft bus: 40 ft to 40ft, 11 in.
TS 6.2 Bus Width
TS 6.2.1 Transit Coach
111 III....! Ilf : : :' „ L) III ,,,,; "'III
102 in. Width Bus
Body width shall be 102 in. ( +0, -1 in.).
TS 6.3 Bus Height
111 III....! Ilf : : :' „ L) III 11L
Maximum Overall Height
Maximum overall height shall be 140 in., including all rigid, roof - mounted items
such as A /C, exhaust, fuel system and cover, etc. Due to CMPC nyenyber agency
facility door height!�, any Proposer with an overall height of over, 132
inches niust identify .xi nyuny height in r sal.
TS 6.4 Step Height
TS 6.4.1 Transit Coach
The step height shall not exceed 16.5 in. at either doorway without kneeling and
shall not exceed 15.5 in. at the step. A maximum of two steps are allowed to
accommodate a raised aisle floor in the rear of the bus.
TS 6.5 Underbody Clearance
The bus shall maintain the minimum clearance dimensions as defined and shown in
Figure 2 of SAE Standard 1689, regardless of load up to the gross vehicle weight
rating.
TS 6.6 Ramp Clearances
The approach angle is the angle measured between a line tangent to the front tire
static loaded radius arc and the initial point of structural interference forward of the
front tire to the ground.
The departure angle is the angle measured between a line tangent to the rear tire
static loaded radius arc and the initial point of structural interference rearward of
the rear tire to the ground.
CMPC- 15- LTB -RFP 22 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
The breakover angle is the angle measured between two lines tangent to the front
and rear tire static loaded radius and intersecting at a point on the underside of the
vehicle that defines the largest ramp over which the vehicle can roll.
TABLE 2a
Default Breakover Angle
Angle
29 to 40ft Bus
Approach
8.6 deg (min.)
Front breakover
8 deg (min.)
Rear breakover (articulated only)
n/a
Departure
8.6 deg (min.)
TS 6.7 Ground Clearance
Ground clearance shall be no less than 9 in., (8 in. at jacking pad) except within the
axle zone and wheel area.
Axle zone clearance, which is the projected area between tires and wheels on the
same axial centerline, shall be no less than 5.4 in.
Wheel area clearance shall be no less than 8 in. for parts fixed to the bus body and
6 in. for parts that move vertically with the axles.
CMPC- 15- LTB -RFP 23 January 2015
Colorado Mountain
Purchasing Consortium
- FIGURE 2
Transit Bus Minimum Road Clearance
Section 6
TS 6.8 Floor Height
TS 6.8.1 Transit Bus
Height of the step above the street shall be no more than 16 in. measured at the
centerline of the front and rear doorway. All floor measurements shall be with the
bus at the design running height and on a level surface and with the standard
installed tires. A maximum of two steps are allowed to accommodate a raised aisle
floor in the rear of the bus.
TS 6.9 Interior Headroom
Headroom above the aisle and at the centerline of the aisle seats shall be no less
than 78 in. in the forward half of the bus tapering to no less than 74 in. forward of
the rear settee. At the centerline of the window seats, headroom shall be no lower
than 65 in., except for parcel racks and reading lights, if specified. Headroom at the
back of the rear bench seat may be reduced to a minimum of 56 in., but it shall
increase to the ceiling height at the front of the seat cushion. In any area of the bus
directly over the head of a seated passenger and positioned where a passenger
entering or leaving the seat is prone to strike his or her head, padding shall be
provided on the overhead paneling.
CMPC- 15- LTB -RFP 24 January 2015
Colorado Mountain Section 6
Purchasing Consortium
Illfllll; IIII ° °�IIII Ilil; IIII������ Illfllll; IIII�� Illfllll; IIII� IIIP���� IIII� III II Illfllll;
TS 7. Power Requirements
The propulsion system shall be sized to provide sufficient power to enable the bus
to meet the defined acceleration, top speed and gradability requirements, and
operate all propulsion- driven accessories using actual road test results and
computerized vehicle performance data.
TS 7.1 Top Speed
111 III....! Ilf : : :' „ L) III 11L
The bus shall be capable of achieving a top speed of 65 mph on a straight, level
road at GVWR with all accessories operating. The bus shall be capable of safely
maintaining the vehicle speed according to the recommendations by the tire
manufacturer.
NOTE: Values are assumed to be sustained. Manufacturer shall supply CMPC
with data if there is a variance between peak performance and sustained
vehicle performance.
TS 7.2 Gradability
Gradability requirements shall be met on grades with a dry commercial asphalt or
concrete pavement at GVWR with all accessories operating
111 III....! Ilf : : :' „ L) III ,,,,; "'III
The propulsion system shall enable the bus to achieve and maintain a speed of 40
mph on a 21/2 percent ascending grade and 15 mph on a 10 percent ascending
grade continuous.
TS 7.3 Acceleration
TS 7.3.1 Non - Hybrid
The acceleration shall meet the requirements in Table 3 below and shall be
sufficiently gradual and smooth to prevent throwing standing passengers off -
balance. Acceleration measurement shall commence when the accelerator is
depressed.
CMPC- 15- LTB -RFP 25 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
TABLE 3
Maximum Start Acceleration Times on a Level Surface'
Speed (mph)
Maximum time
(seconds)
10
5
20
10
30
18
40
30
50
60
Top speed
1. Vehicle weight = GVWR
TS 7.4 Operating Range
The operating range of the bus shall be designed to meet the operating profile as
stated in the "Design Operating Profile" section.
TS 7.4.1 Diesel (Transit Bus)
Ilf; III....! Ilf : : :' „ IJ III ,,,,; "'Ill
The operating range of the bus when run on the FTA ABD Cycle shall be at least
350 miles (560 km) or 20 hours with full fuel capacity.
TS 7.4.2 CNG
Ilf; III....! Ilf : : :' „ IJ III ,,,,; "'Ill
The operating range of the bus when run on the FTA ABD cycle shall be at least 350
miles (560 km) or 20 hours with an initial gas - settled pressure of 3600 psi at 70 °F.
III,,,,; "'III "'III....! 111 114 A " "III "" ;I Ilf;;;!
Proposers to provide optional tank configurations and potential ranges.
TS S. Fuel Economy (Design Operating Profile)
Test results from the FTA ABD Cycle economy tests or other applicable test
procedures shall be provided to the CMPC. Results shall include vehicle
configuration and test environment information. Fuel economy data shall be
provided for each design operating profile. The design operating profile is assumed
to be defined by the FTA ABD Cycle.
Fuel economy tests shall be run on these four duty cycles: 1) Manhattan: 6.8 mph;
2) Orange County: 12.7 mph; 3) UDDS: 19 mph; and 4) Idle time.
CMPC- 15- LTB -RFP 26 January 2015
Colorado Mountain
Purchasing Consortium
TS 9. Engine
Section 6
The engine shall be equipped with an electronically controlled management system,
compatible with either 12V or 24V power distribution. The engine control system
shall be capable of transmitting and receiving electronic inputs and data from other
drivetrain components and broadcasting that data to other vehicle systems.
Communication between electronic drivetrain components and other vehicle
systems shall be made using the communications networks. The engine's electronic
management system shall monitor operating conditions and provide instantaneous
adjustments to optimize both engine and bus performance. The system shall be
programmable to allow optimization of programmable features.
The engine starting system shall be protected by an interlock that prevents its
engagement when the engine is running. Special equipment or procedures may be
employed to start the bus when exposed to temperatures less than 30 OF for a
minimum of four hours without the engine in operation. All cold weather starting
aids, engine heating devices and procedures shall be of the type recommended by
the engine manufacturer and approved by the CMPC member agencies.
,such itents and pr ocedures r identified andsubn°fiat with
the r, gal. The integration of all systems on the vehicle relative to engine idle
speed shall be the responsibility of the vehicle manufacturer to meet the
requirements of the transit agency.
The engine control system shall protect the engine against progressive damage.
The system shall monitor conditions critical for safe operation and automatically
derate power and /or speed and initiate engine shutdown as needed.
The engine shall have on -board diagnostic capabilities, be able to monitor vital
functions, store out -of- parameter conditions in memory and communicate faults
and vital conditions to service personnel. Diagnostic reader device connector ports,
suitably protected against dirt and moisture, shall be provided in the operator's
area and near or inside the engine compartment. The on -board diagnostic system
shall inform the operator via visual and /or audible alarms when out -of- parameter
conditions exist for vital engine functions.
CMPC- 15- LTB -RFP 27 January 2015
Colorado Mountain Section 6
Purchasing Consortium
Ilf; III....! Ilf : : :' „ L) III ,,,,; "'III
Ilf; III....! Ilf : : :' „ L) III ,,,,; "'III
Automatic Engine Protection/ Shutdown Override Feature
A control shall be available to the operator /driver that when constantly depressed
and released will delay the engine shutdown or allow the bus to be moved. Override
action shall be recorded. This data shall be retrievable by the CMPC member
agencies.
Ilf; III....! Ilf : : :' „ L) III ,,,,; "'III
Standard Requirements for a Fast Idle Device
The engine shall be equipped with an operator - controlled fast idle device. The fast
idle control shall be a two -way switch mounted on the dash or side console and
shall activate only with the transmission in neutral and the parking brake applied.
TS 9.1 Engine (CNG)
The engine shall meet all regulatory requirements when operating on fuel equal to
CARB Specifications for Compressed Natural Gas #2292.5. The four predominant
characteristics that must be met are methane, ethane, butane and propane.
TS 10. Cooling Systems
The cooling systems shall be of sufficient size to maintain all engine and
transmission fluids and engine intake air at safe, continuous operating
temperatures during the most severe operations possible and in accordance with
engine and transmission manufacturers' cooling system requirements. The cooling
system fan controls should sense the temperatures of the operating fluids and the
intake air, and if either is above safe operating conditions, the cooling fan should be
engaged. The fan control system shall be designed with a fail -safe mode of "fan
on." The cooling system shall meet the requirements stated in the operating
environment.
CMPC- 15- LTB -RFP 28 January 2015
Colorado Mountain Section 6
Purchasing Consortium
TS 10.1 Engine Cooling
A means of determining satisfactory engine coolant level shall be provided. A
spring - loaded, push- button type valve or lever shall be provided to safely release
pressure or vacuum in the cooling system with both it and the water filler no more
than ±60 in. above the ground. Both shall be accessible through the same access
door.
The cooling fan shall be temperature controlled, allowing the engine to reach
operating temperature quickly.
III,,,,; "'III "'III....! 11: 1114 A " "III
The radiator and charge air cooler shall be of durable, corrosion - resistant
construction with non - removable radiator headers.
III 11I III ;! 11: 1114 III " "; III ,111 "10 L I'll I , ' NG: ES I "'U
For roof - mounted radiators, a pressure filler will be provided in the engine
compartment no more than ±60 in. above the ground.
TS 10.1.1 Radiator Screen
III 11I 111114 A " "III
Screen in Front of Radiator
The radiator input shall be protected by an easily cleanable screen designed to
collect large debris. Radiators with a fin density greater than 12 fins per inch or a
louvered slit design shall not be used. No heat - producing components or climate -
control system components shall be mounted between the engine cooling air intake
aperture and the radiator. The radiator and charge air cooler shall be designed to
withstand thermal fatigue and vibration associated with the installed configuration.
The radiator and charge air cooler cores shall be easily cleaned (to include engine
side core surface) with standard pressure- washing equipment.
TS 10.1.2 Coolant
Standard Requirement for Coolant Filtration
The engine cooling system shall be equipped with a properly sized water filter with
a spin -on element and an automatic system for releasing supplemental coolant
additives as needed to replenish and maintain protection properties. When
replacing the water filter, only the water in the filter will be lost.
CMPC- 15- LTB -RFP 29 January 2015
Colorado Mountain
Purchasing Consortium
TS 10.1.3 Drive Design
Section 6
III 1111 I111111 IZ IIII 111 IIIV III!!!
Electric Fans
The bus shall be equipped with an electric fan drive bus cooling system. A screen
guard must be installed on electric motor fans per SAE 11308.
TS 10.1.4 Mounting
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Standard Mounting Design
Mounting location of radiator and charge air cooler shall be the Contractor's
standard design.
TS 10.2 Charge Air Cooling
111 III....! Ilf : : :' „ L) III 11L
The charge air - cooling system, also referred to as after - coolers or inter - coolers,
shall provide maximum air intake temperature reduction with minimal pressure
loss. The charge air radiator shall be sized and positioned to meet engine
manufacturer's requirements. The charge air radiator shall not be stacked ahead of
or behind the engine radiator and shall be positioned as close to the engine as
possible unless integrated with the radiator. Air ducting and fittings shall be
protected against heat sources and shall be configured to minimize restrictions and
maintain sealing integrity.
TS 10.3 Transmission Cooling
The transmission shall be cooled by a dedicated heat exchanger sized to maintain
operating fluid within the transmission manufacturer's recommended parameters of
flow, pressure and temperature. The transmission cooling system shall be matched
to the retarder and engine cooling systems to ensure that all operating fluids
remain within recommended temperature limits established by each component
manufacturer. The engine cooling system should provide coolant bypass flow to the
transmission cooling system with the engine thermostats closed. Unless otherwise
noted, the transmission cooler is to be the first component to see cold water from
the radiator outlet. In addition, all return water piping, aside from the thermostat
bypass line, is to be plumbed in after the transmission cooler.
TS 11. Transmission (Conventional Powertrain)
The transmission shall be multiple speed, automatic shift with torque converter,
retarder and electronic controls. Gross input power, gross input torque and rated
input speed shall be compatible with the engine. The transmission shall be designed
CMPC- 15- LTB -RFP 30 January 2015
Colorado Mountain Section 6
Purchasing Consortium
to operate for not less than 300,000 miles on the design operating profile without
replacement or major service. The transmission should be easily removable without
disturbing the engine and accessible for service.
The electronic controls shall be capable of transmitting and receiving electronic
inputs and data from other drivetrain components and of broadcasting that data to
other vehicle systems. Communication between electronic drivetrain components
and other vehicle systems shall be made using the communications networks.
Electronic controls shall be compatible with either 12V or 24V power distribution,
provide consistent shift quality, and compensate for changing conditions, such as
variations in vehicle weight and engine power. At a minimum, drivetrain
components consisting of the engine, transmission, retarder, ASR, and anti -lock
braking systems shall be powered by a dedicated and isolated ignition supply
voltage to ensure data communication among components exists when the vehicle
ignition is switched to the "on" position.
111 III....! Ilf : : :' „ L) III ,,,,; "'III
A nominal brake pedal application of 6 to 10 psi shall be required by the driver to
engage forward or reverse range from the neutral position to prevent sudden
acceleration of the bus from a parked position.
The electronically controlled transmission shall have on -board diagnostic
capabilities, be able to monitor functions, store and time -stamp out -of- parameter
conditions in memory, and communicate faults and vital conditions to service
personnel. The transmission shall contain built -in protection software to guard
against severe damage. The on -board diagnostic system shall trigger a visual alarm
to the driver when the electronic control unit detects a malfunction.
An electronic transmission fluid level monitoring and protection system shall be
provided.
TS 12. Retarder (Transit Bus)
The powertrain shall be equipped with a retarder designed to extend brake lining
service life. The application of the retarder shall cause a smooth blending of both
retarder and service brake function and shall not activate the brake lights.
Actuation of ABS and /or automatic traction control (ATC) shall override the
operation of the brake retarder.
CMPC- 15- LTB -RFP 31 January 2015
Colorado Mountain Section 6
Purchasing Consortium
III ,,,,; "'III "' Ilf;;;! Ilf II4 „ " "III " "; III....! Ilf Ill : : :: 'III "' III
i...11hn :R un R t ii ,, ii- h an HII fti v UR II2 IC:: ..i...Il....i Ihand � R v� R iir and i...Il....H:::: 2 lira k _. i�_.daI. I
lit Ih II c b: R in a conv�:Rinli � R n t II ocabon in t Ih � ? ID iirl v� ? iir" s ain:Ra shaIH II II c " II....i n in II y "
c II3 � R lira b c n of t Ih � R in: R to ii ' ,, R r li in c n � R II3 c li b c n and "Hand an IC::� iira III � :R IC:) � R II " c II3 � R lira b c n in
thI : R c t hl : ii ... 7 13 c li bi c ul II ( V(R 11 1111 O U n UR on t Ih (R SUNRI-lIlg C6U1111111 shaHI 3 iirc v li 6 R Ihand
o ntii -cll wfth thI :R 3�Riir � nt �R of i : t iirdabon � gUau IIy sp ft 112�Rt � RII thI :R IIlosibic ins. h :Rin
in "Hand an I::� iira III � R " t Ih � R in: R to ii -6R ii- shaIHI aftvaURd dLflring 12 lira III � R appIHcabon
IN IC:' )/ IC: Ih � R iil t Ih � R hand c n t ii -c II Is afti v U R ..i...11Il � R OWI:)C li II II work wfth t Ih � R IC:::: IIy/ iirl v� N
y bR iim um a III U faCtU 111:1.11- to un R t ii -6R ii- 113 � R iirfc iinm a iil � :R s�:R tb iil
Accessible Retarder Disable Switch
The retarder disable switch shall be accessible to the seated driver.
III,,,,; "'III "'III....! 11: 1114 A " "III " "; Ilf;;;!
Brake lights shall illuminate when the retarder is activated.
III,,,,; "'III "'III....! 11: 1114 A " "III " "; Ilf;;;!
Disabling retarder shall be recorded for CMPC member agency data collection.
TS 13. Mounting
All powerplant mounting shall be mechanically isolated to minimize transfer of
vibration to the body structure and provide a minimum clearance of 0.75 in. Mounts
shall control the movement of the powerplant so as not to affect performance of
belt- driven accessories or cause strain in piping and wiring connections to the
powerplant.
TS 13.1 Service
The propulsion system shall be arranged for ease of access and maintenance. The
Contractor shall list all special tools, fixtures or facility requirements recommended
for servicing. The muffler, exhaust system, air cleaner, air compressor, starter,
alternator, radiator, all accessories and any other component requiring service or
replacement shall be easily removable and independent of the engine and
transmission removal. An engine oil pressure gauge and coolant temperature gauge
shall be provided in the engine compartment. These gauges shall be easily read
during service and mounted in an area where they shall not be damaged during
minor or major repairs.
CMPC- 15- LTB -RFP 32 January 2015
Colorado Mountain Section 6
Purchasing Consortium
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Engine oil and the radiator filler caps shall be hinged to the filler neck and closed
with spring pressure or positive locks to prevent leakage. All fluid fill locations shall
be properly labeled to help ensure that correct fluid is added. All fillers shall be
easily accessible with standard funnels, pour spouts and automatic dispensing
equipment. All lubricant sumps shall be fitted with magnetic -type drain plugs or
magnets in pan.
III 11I 111114 A " "III
The bypass engine oil filter shall be of the centrifuge type providing less than 2
micron filtration. This filter shall be a cleanable type and mount in an area allowing
easy service.
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Engine Oil Pressure and Coolant Temperature Display
Engine oil pressure and coolant temperature gauges required in engine
compartment.
TS 14. Hydraulic Systems
Hydraulic system service tasks shall be minimized and scheduled no more
frequently than those of other major coach systems. All elements of the hydraulic
system shall be easily accessible for service or unit replacement. Critical points in
the hydraulic system shall be fitted with service ports so that portable diagnostic
equipment may be connected or sensors for an off -board diagnostic system
permanently attached to monitor system operation when applicable. A tamper-
proof priority system shall prevent the loss of power steering during operation of
the bus if other devices are also powered by the hydraulic system.
The hydraulic system shall operate within the allowable temperature range as
specified by the lubricant manufacturer.
CMPC- 15- LTB -RFP 33 January 2015
Colorado Mountain Section 6
Purchasing Consortium
111 III....! 111::::A IJ III ,,,,; "'III
No requirement for hydraulic system sensors.
TS 14.1 Fluid Lines
All lines shall be rigidly supported to prevent chafing damage, Fatigue Failures,
degradation and tension strain. Lines should be sufficiently flexible to minimize
mechanical loads on the components. Lines passing through a panel, frame or
bulkhead shall be protected by grommets (or similar devices) that fit snugly to both
the line and the perimeter of the hole that the line passes through to prevent
chafing and wear. Pipes and fluid hoses shall not be bundled with or used to
support electrical wire harnesses.
Lines shall be as short as practicable and shall be routed or shielded so that failure
of a line shall not allow the contents to spray or drain onto any component operable
above the auto - ignition temperature of the fluid.
All hoses, pipes, lines and fittings shall be specified and installed per the
manufacturer's recommendations.
TS 14.2 Fittings and Clamps
All clamps shall maintain a constant tension at all times, expanding and contracting
with the line in response to temperature changes and aging of the line material.
The lines shall be designed for use in the environment where they are installed (for
example, high- temperature resistant in the engine compartment, resistant to road
salts near the road surface, and so on).
Compression fittings shall be standardized to prevent the intermixing of
components. Compression fitting components from more than one manufacturer
shall not be mixed, even if the components are known to be interchangeable.
Plastic wire ties shall not be used for securement of fuel, hydraulic, brake,
coolant, or electrical lines larger than 1/2 inch.
TS 14.3 Charge Air Piping
Charge air piping and fittings shall be designed to minimize air restrictions and
leaks. Piping shall be as short as possible, and the number of bends shall be
minimized. Bend radii shall be maximized to meet the pressure drop and
temperature rise requirements of the engine manufacturer. The crosssection of all
charge air piping shall not be less than the crosssection of the intake manifold inlet.
Any changes in pipe diameter shall be gradual to ensure a smooth passage of air
and to minimize restrictions. Piping shall be routed away from heat sources as
practicable and shielded as required to meet the temperature rise requirements of
the engine manufacturer.
CMPC- 15- LTB -RFP 34 January 2015
Colorado Mountain Section 6
Purchasing Consortium
Charge air piping shall be constructed of stainless steel, aluminized steel, anodized
aluminum or painted steel rated at minimum 1000 hours of salt spray according to
ASTM B117, except between the air filter and turbocharger inlet, where piping may
be constructed of flexible heat - resistant material. Connections between all charge
air piping sections shall be sealed with a short section of reinforced hose and
secured with stainless steel constant tension clamps that provide a complete 360
deg seal.
TS 15. Radiator
Radiator piping shall be stainless steel, brass tubing or painted steel rated at 1000
hours of salt spray according to ASTM B117 and where practicable, hoses shall be
eliminated, including biodiesel. Necessary hoses shall be impervious to all bus
fluids. All hoses shall be secured with stainless steel clamps that provide a complete
360 deg seal. The clamps shall maintain a constant tension at all times, expanding
and contracting with the hose in response to temperature changes and aging of the
hose material.
TS 16. Oil and Hydraulic Lines
Oil and hydraulic lines shall be compatible with the substances they carry. The lines
shall be designed and intended for use in the environment where they are installed
(for example, high- temperature resistant in the engine compartment, resistant to
road salts near the road surface and so on). Lines within the engine compartment
shall be composed of steel tubing where practicable, except in locations where flexible
lines are required.
Hydraulic lines of the same size and with the same fittings as those on other piping
systems of the bus, but not interchangeable, shall be tagged or marked for use on
the hydraulic system only.
TS 17. Fuel
TS 17.1 Fuel Lines
Fuel lines shall be securely mounted, braced and supported as designed by the bus
manufacturer to minimize vibration and chafing and shall be protected against
damage, corrosion or breakage due to strain or wear.
Manifolds connecting fuel containers shall be designed and fabricated to minimize
vibration and shall be installed in protected locations to prevent line or manifold
damage from unsecured objects or road debris.
Fuel hose and hose connections, where permitted, shall be made from materials
resistant to corrosion and fuel and protected from fretting and high heat. Fuel hoses
shall be accessible for ease of serviceability.
CMPC- 15- LTB -RFP 35 January 2015
Colorado Mountain Section 6
Purchasing Consortium
111 III....! 111::::A IJ III ,,,,; "'III
Diesel, B20 Bio Diesel or CNG will be used as fuel.
TS 17.1.1 Fuel Lines, Diesel
Fuel lines shall be capable of carrying the type of fuel specified by the CMPC
member agencies (i.e., up to B20 type fuel).
TS 17.1.2 Fuel Lines, CNG
Fuel lines shall comply with NFPA -52. All tubing shall be a minimum of seamless
Type 304 stainless steel (ASTM A269 or equivalent). Fuel lines and fittings shall not
be fabricated from cast iron, galvanized pipe, aluminum, plastic or copper alloy with
content exceeding 70 percent copper. Pipe fittings and hoses shall be clear and free
from cuttings, burrs or scale. Pipe thread joining material that is impervious to CNG
shall be utilized as required. Fuel lines shall be identifiable as fuel lines only.
High - pressure CNG lines shall be pressure tested to a minimum of 125 percent of
system working pressure prior to fueling. CNG, nitrogen or clean, dry air shall be
used to pressure -test the lines /assembly. The bus manufacturer shall have a
documented procedure for testing the high - pressure line assembly.
Fuel lines shall be securely mounted, braced and supported using "split- block" type
or stainless steel P clamps; all mounting clamps shall be mounted to a rigid
structure to minimize vibration and shall be protected against damage, corrosion or
breakage due to strain, rubbing or wear. "Floating clamps" (not mounted to a rigid
structure) shall not be permitted. Fuel lines shall not be used to secure other
components (wires, air lines, etc.).
Manifolds connecting fuel containers shall be designed and fabricated to minimize
vibration and shall be installed in protected location(s) to prevent line or manifold
damage from unsecured objects or road debris.
Fuel hose connections, where permitted, shall be less than 48 in. in length, made
from materials resistant to corrosion and action of natural gas, and protected from
fretting and high heat and shall be supported approximately every 12 in.
TS 17.2 Design and Construction
TS 17.2.1 Design and Construction, Diesel
Fuel Tank(s)
111 III....! 111::::A IJ III ,,,,; "'III
The fuel tank(s) shall be made of corrosion - resistant steel.
CMPC- 15- LTB -RFP 36 January 2015
Colorado Mountain Section 6
Purchasing Consortium
Installation
The fuel tank(s) shall be securely mounted to the bus to prevent movement during
bus maneuvers.
The fuel tank(s) shall be equipped with an external, hex head, drain plug. It shall
be at least a 3 /8in. size and shall be located at the lowest point of the tank(s). The
fuel tank(s) shall have an inspection plate or easily removable filler neck to permit
cleaning and inspection of the tank(s) without removal from the bus. The tank(s)
shall be baffled internally to prevent fuel - sloshing regardless of fill level. The baffles
or fuel pickup location shall assure continuous full power operation on a 6 percent
upgrade for 15 minutes starting with no more than 25 gal of fuel over the unusable
amount in the tank(s). The bus shall operate at idle on a 6 percent downgrade for
30 minutes starting with no more than 10 gal of fuel over the unusable amount in
the tank(s).
The materials used in mounting shall withstand the adverse effects of road salts,
fuel oils and accumulation of ice and snow for the life of the bus.
Labeling
The capacity, date of manufacture, manufacturer name, location of manufacture,
and certification of compliance to federal motor carrier safety regulations shall be
permanently marked on the fuel tank(s). The markings shall be readily visible and
shall not be covered with an undercoating material.
Fuel Filler
The fuel filler shall be located 7 to 32ft behind the centerline of the front door on
the curbside of the bus. The filler cap shall be retained to prevent loss and shall be
recessed into the body so that spilled fuel will not run onto the outside surface of
the bus.
The fuel lines forward of the engine bulkhead shall be in conformance to SAE
Standards.
111 III....! Ilf : : :' „ t.) III ,,,,; "'III
OEM to designate height of fuel filler.
CMPC- 15- LTB -RFP 37 January 2015
Colorado Mountain Section 6
Purchasing Consortium
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Dry -Break Fuel Filler
The fuel filler shall accommodate a nozzle that forms a locked and sealed
connection during the refueling process to eliminate spills. Fuel shall not be allowed
to flow into the tank unless the nozzle has been properly coupled, locked and
sealed to the filler. With the nozzle open, fuel shall enter the tank at a fill rate of
not less than 40 gal per minute of foam -free fuel without causing the nozzle to shut
off before the tank is full. The nozzle shall automatically shut off when the tank is
essentially full. Once disconnected, fuel shall not be allowed to flow through the
nozzle at any time. Any pressure over 3 psi shall be relieved from the fuel tank
automatically. An audible signal shall indicate when the tank is essentially full. The
dry break system shall be compatible with the CMPC member agency's system. The
fuel filler cap shall be hinged.
III,,,,; "'III III ;! 11: 1114 III "" ;I III 1,111 "10 L UU ! 1kIC"I E-SI "t
Optional pricing, if available, for Diesel fuel fillers located on both sides of the
vehicle should be addressed in the Proposal.
TS 17.2.2 Design and Construction, CNG
Fuel Containers /Cylinders
CNG fuel containers /cylinders must be designed, constructed, manufactured and
tested in accordance with at least one of the following:
NFPA 52- Standard for Compressed Natural Gas (CNG) Vehicular Fuel
Systems
FMVSS 304
Any local standard(s) specifically intended for CNG fuel containers
The design and construction of the fuel system supplied by the OEM shall comply
with federal and local regulations.
Provide tail ed !;pecifications of the various tank options that roffered,
including i .
Installation
Fuel cylinders shall be installed in accordance with ANSI /IAS NGV2 - 1998, "Basic
Requirements for Compressed Natural Gas Vehicles (NGV) Fuel Containers" and
NFPA 52, "Compressed Natural Gas (CNG) Vehicular Fuel Systems Code," 1998
edition, Section 303. In the case of a low -floor transit bus, the placement of tanks
shall be limited to the roof of the vehicle or in the compartment above the engine of
the vehicle.
Fuel cylinders, attached valves, pressure relief devices, and mounting brackets
should be installed and protected so that their operation is not affected by bus
washers and environmental agents such as rain, snow, ice or mud. These
CMPC- 15- LTB -RFP 38 January 2015
Colorado Mountain Section 6
Purchasing Consortium
components should be protected from significant damage caused by road debris or
collision.
The roof and area above the engine- mounted tanks shall be contained within a
skeletal structure resembling a roll cage and contained within an enclosure. The
enclosure shall incorporate a hinged clamshell type access. The access panels shall
be designed to offer protection from weather and to be sacrificial as a means of
providing an escape path to atmosphere upon rapid enclosure pressure rise. The
latching method shall utilize quick - release captive hardware that can be
demonstrated to last the life of the bus. Additional shielding shall be provided
surrounding end fittings and valves as needed. Shields shall be attached to the bus
structure hinged in a manner that permits one mechanic to unlatch and swing the
shield open for routine inspections. As practical, electrical components shall not be
located within the roof enclosure, and if unavoidable, they shall be intrinsically safe.
CNG fueled buses shall be equipped with an active automatic gas detection system,
which shall annunciate unsafe levels of methane. The automatic gas detection
system shall be integrated with an onboard fire suppression system.
III,,,,; "'III "'III....! 11: 1114 A " "III "" ;I Ilf;;;!
The access panels shall also be interlocked via proximity sensors, such that, if other
than in their fully closed /locked position, an interlock will prevent engine starter
engagement, prevent selection of forward or reverse transmission and shall apply
the brake interlock at speeds less than 3 mph.
Labeling
CNG fuel systems shall be labeled in accordance with NFPA 52, "Compressed
Natural Gas (CNG) Vehicular Fuel Systems Code," 1998 edition.
Pressure Relief Devices (PRDs)
PRDs must be designed, constructed, manufactured and tested in accordance with
ANIS /IAS PRD1 - 1998, "Pressure Relief Devices for Natural Gas Vehicle (NGV) Fuel
Containers" and ANSI /IAS NGV2 -1998, "Basic Requirements for Compressed
Natural Gas Vehicle (NGV) Fuel Containers." All natural gas fuel system piping,
including the PRD vent line, shall be stainless steel. All PRDs must be vented to
outside.
Valves
Valves must be installed in accordance with ANIS /IAS NGV2 - 1998, "Basic
Requirements for Compressed Natural Gas Vehicle (NGV) Fuel Containers" and
NFPA 52, "Standard for Compressed Natural Gas (CNG) Vehicular Fuel Systems."
CMPC- 15- LTB -RFP 39 January 2015
Colorado Mountain Section 6
Purchasing Consortium
Fuel Filler
The fuel filler shall be located 7 to 38 ft (on a 30, 35 and 40ft coach) behind the
centerline of the front door on a side determined by the CMPC member agency. The
filler cap shall be retained to prevent loss and shall be recessed into the body.
The fill and vent receptacles shall be located within an enclosure on the right side of
the bus. The access door shall be sized to allow full viewing of gauges, ease of
hookups and maneuver of fuel nozzle.
The fuel fill receptacle and vent receptacle attachment shall be robust and capable
of routine fueling connects /disconnects without deflection or metal fatigue, and
capable of withstanding mechanical loads induced by a fueling drive -away incident
without attachment failure.
III,,,,; "'III "'III....! 11: 1114 A " "III "" ;I Ilf;;;!
The access door interlock shall also power on the fuel level gauges /illumination
when in the open position.
Fueling System
The CNG fueling port receptacle shall be an ANSI /AGA NGV1 or NGV2 certified
receptacle as designated by the CMPC member agency. The coach shall be capable
of being fueled by a nozzle determined by the CMPC member agency. The fueling
port receptacle location shall be such that connection by fueling personnel can be
performed without physical strain or interference. A dust cap shall be permanently
"tethered" to the fueling port receptacle. The fueling port receptacle access door
shall be equipped with an interlock sensor that disables the engine starting system
when the access door is open, to prevent drive - aways. The interlock shall be of the
type such that if the sensor fails, the bus will not start.
Fueling site characteristics such as pressure, flow rate and temperature shall be
provided by the CMPC member agency.
Defueling System
The CNG defueling port shall be an NGV- 3.1 /CGA -12.3 certified receptacle. The
CNG defueling port shall be located on the curbside of the bus, in a location that is
compatible with the CMPC member agency's defueling station operation. The
defueling system shall incorporate the following characteristics:
• Dust cap permanently "tethered" to the defueling port.
• Device(s) to prevent inadvertent defueling. Specifications to be provided by
CMPC member agency.
• Components compatible with CMPC member agency's defueling operation.
• The piping and fittings onboard the bus shall be sized to allow the fueling
station to meet the following operating parameters:
CMPC- 15- LTB -RFP 40 January 2015
Colorado Mountain Section 6
Purchasing Consortium
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Fuel system shall be sized to allow a bus with 20,000 scf on board to defuel within 2.5
hours.
III,,,,; "'III "'III....! 111114 A " "III "" ;I Ilf;;;!
Location /method of attaching CNG fuel system to earth ground.
TS 18. Emissions and Exhaust
TS 18.1 Exhaust Emissions
The engine and related systems shall meet all applicable emission and engine
design guidelines and standards.
TS 18.2 Exhaust System
The exhaust pipe shall be of sufficient height to prevent exhaust gases and waste
heat from discoloring or causing heat deformation to the bus. The entire exhaust
system shall be adequately shielded to prevent heat damage to any bus
component, including the exhaust aftertreatment compartment area. The exhaust
outlet shall be designed to minimize rain, snow or water generated from high -
pressure washing systems from entering into the exhaust pipe and causing damage
to the aftertreatment.
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Exhaust gases and waste heat shall be discharged from the roadside rear corner of
the roof.
TS 18.3 Exhaust Aftertreatment
An exhaust aftertreatment system will be provided to ensure compliance to all
applicable EPA regulations in effect.
Diesel Exhaust Fluid Injection
If required by the engine manufacturer to meet NOx level requirements specified by
EPA, a DEF injection system will be provided. The DEF system will minimally include
a tank, an injector, a pump, an ECM and a selective catalytic converter. The tanks
shall be designed to store DEF in the operating environment described in the
"Operating Environment" section.
111 III....! Ilf : : :' „ L) III ,,,,; "'III
The DEF filler shall accommodate a standard nozzle. The nozzle shall automatically
shut off when the tank is essentially full. The DEF filler cap shall be a screw -on cap
and located curbside.
CMPC- 15- LTB -RFP 41 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
III 11I 111114 A " "III
The DEF fluid lines shall be designed with heated lines for temperatures down to -20 °F.
III 11I 111114 A " "III
An audible signal shall indicate when the tank is essentially full.
TS 18.4 Particulate Aftertreatment
If required by the engine manufacturer to meet particulate level requirements
specified by EPA, a particulate trap will be provided. The particulate trap shall
regenerate itself automatically if it senses clogging. Regeneration cycles and
conditions will be defined by the engine manufacturer.
CMPC- 15- LTB -RFP 42 January 2015
Colorado Mountain
Purchasing Consortium
TS 19. General
TS 19.1 Design
Section 6
The structure of the bus shall be designed to withstand the transit service
conditions typical of an urban or intercity duty cycle throughout its service life. The
vehicle structural frame shall be designed to operate with minimal maintenance
throughout the 12 -year design operating profile. The design operating profile
specified by the CMPC member agencies shall be considered for this purpose.
Design iT sty Tr it serWce conditions identified in
CMPC Tr it Agency -15pecial Oper ation Conditions Ti in
Introduction of this can° T.
TS 20. Altoona Testing
iii„ iii,,,,, 111::::A L) III 11i iM 0 iii„ 1 iii,,,, ,r iii,,,,, iii„
TS 20.1 Structural Validation
Baseline Structural Analysis
The structure of the bus shall have undergone appropriate structural testing and /or
analysis. At minimum, appropriate structural testing and analysis shall include
Altoona testing or finite element analysis (FEA).
TS 21. Distortion
The bus, loaded to GVWR and under static conditions, shall not exhibit deflection or
deformation that impairs the operation of the steering mechanism, doors, windows,
passenger escape mechanisms or service doors. Static conditions shall include the
vehicle at rest with any one wheel or dual set of wheels on a 6 in. curb or in a 6 in.
deep hole.
TS 22. Resonance and Vibration
All structure, body and panel- bending mode frequencies, including vertical, lateral
and torsional modes, shall be sufficiently removed from all primary excitation
CMPC- 15- LTB -RFP 43 January 2015
Colorado Mountain Section 6
Purchasing Consortium
frequencies to minimize audible, visible or sensible resonant vibrations during
normal service.
TS 22.1 Engine Compartment Bulkheads
The passenger and engine compartment shall be separated by fire - resistant
bulkheads. The engine compartment shall include areas where the engine and
exhaust system are housed. This bulkhead shall preclude or retard propagation of
an engine compartment fire into the passenger compartment and shall be in
accordance with the Recommended Fire Safety Practices defined in FTA Docket 90A,
dated October 20, 1993. Only necessary openings shall be allowed in the bulkhead,
and these shall be fire - resistant. Any passageways for the climate control system
air shall be separated from the engine compartment by fire - resistant material.
Piping through the bulkhead shall have fire - resistant fittings sealed at the bulkhead.
Wiring may pass through the bulkhead only if connectors or other means are
provided to prevent or retard fire propagation through the bulkhead. Engine access
panels in the bulkhead shall be fabricated of fire - resistant material and secured
with fire - resistant fasteners. These panels, their fasteners and the bulkhead shall
be constructed and reinforced to minimize warping of the panels during a fire that
will compromise the integrity of the bulkhead.
TS 22.2 Crashworthiness (Transit Bus)
The bus body and roof structure shall withstand a static load equal to 150 percent
of the curb weight evenly distributed on the roof with no more than a 6 in.
reduction in any interior dimension. Windows shall remain in place and shall not
open under such a load. These requirements must be met without the roof -
mounted equipment installed.
The bus shall withstand a 25 mph impact by a 4000 lb automobile at any side,
excluding doorways, along either side of the bus and the articulated joint, if
applicable, with no more than 3 in. of permanent structural deformation at seated
passenger hip height. This impact shall not result in sharp edges or protrusions in
the bus interior.
Exterior panels below 35 in. from ground level shall withstand a static load of 2000
Ibs applied perpendicular to the bus by a pad no larger than 5 sq in. This load shall
not result in deformation that prevents installation of new exterior panels to restore
the original appearance of the bus.
TS 23. Corrosion
The bus flooring, sides, roof, understructure and axle suspension components shall
be designed to resist corrosion or deterioration from atmospheric conditions and
de -icing materials for a period of 12 years or 500,000 miles, whichever comes first.
It shall maintain structural integrity and nearly maintain original appearance
throughout its service life, with the CMPC's use of proper cleaning and neutralizing
agents.
CMPC- 15- LTB -RFP 44 January 2015
Colorado Mountain Section 6
Purchasing Consortium
All materials that are not inherently corrosion resistant shall be protected with
corrosion - resistant coatings. All joints and connections of dissimilar metals shall be
corrosion resistant and shall be protected from galvanic corrosion. Representative
samples of all materials and connections shall withstand a two -week (336 -hour)
salt spray test in accordance with ASTM Procedure B -117 with no structural
detrimental effects to normally visible surfaces and no weight loss of over 1
percent.
III 111 llf;;;! 11814 A " "III " ";I Ilf;;;! III ';I IIIV';I III L) III
Corrosion Resistance Requirements
All exposed surfaces and the interior surfaces of tubing and other enclosed
members shall be corrosion resistant through application of a corrosion protection
system.
III 111 11: 1114 A " "III "" ;I Ilf;;;! Ili Ilf llf;;;! Ilf :: :'III....! 11:111:1 llf;;;! Ilf) 0 Ilf3 " "III " ".1 0 114
TS 24. Towing
Each towing device shall withstand, without permanent deformation, tension loads
up to 1.2 times the curb weight of the bus within 20 deg of the longitudinal axis of
the bus. If applicable, the rear towing device(s) shall not provide a toehold for
unauthorized riders. The method of attaching the towing device shall not require
the removal, or disconnection, of front suspension or steering components.
Removal of the bike rack is permitted for attachment of towing devices.
Ilf; III....! Ilf : : :' „ L) III ,,,,; "'III
Shop air connectors shall be provided at the front and rear of the bus and shall be
capable of supplying all pneumatic systems of the bus with externally sourced
compressed air. The location of these shop air connectors shall facilitate towing
operations.
Ilf; III....! Ilf : : :' „ L) III ,,,,; "'III
No Provision of Glad -Hand Type Connectors for Towing
No glad -hand type connector shall be provided.
CMPC- 15- LTB -RFP 45 January 2015
Colorado Mountain Section 6
Purchasing Consortium
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Lifted (Supported) Front Axle and Flat Towing Capability
The front towing devices shall allow attachment of adapters for a rigid tow bar and
shall permit the lifting of the bus until the front wheels are clear off the ground in
order to position the bus on the towing equipment by the front wheels. These
devices shall also permit common flat towing.
Two rear recovery devices /tie downs shall permit lifting and towing of the bus for a
short distance, such as in cases of an emergency, to allow access to provisions for
front towing of bus. The method of attaching the tow bar or adapter shall require
the specific approval of the CMPC member agency. Any tow bar or adapter
exceeding 50 Ibs should have means to maneuver or allow for ease of use and
application. Each towing device shall accommodate a crane hook with a 1 in. throat.
Two tow hooks, one for front for rear, incorporated into
the franye for pulling u u with i attached to loader.
TS 25. Jacking
It shall be possible to safely jack up the bus, at curb weight, with a common 10 -ton
floor jack with or without special adapter, when a tire or dual set is completely flat
and the bus is on a level, hard surface, without crawling under any portion of the
bus. Jacking from a single point shall permit raising the bus sufficiently high to
remove and reinstall a wheel and tire assembly. Jacking pads located on the axle or
suspension near the wheels shall permit easy and safe jacking with the flat tire or
dual set on a 6 in. high run -up block not wider than a single tire. The bus shall
withstand such jacking at any one or any combination of wheel locations without
permanent deformation or damage.
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Yellow Pads
Jacking pads shall be painted safety yellow.
TS 26. Hoisting
The bus axles or jacking plates shall accommodate the lifting pads of a two -post (or
three -post if 60 ft articulated bus) hoist system. Jacking plates, if used as hoisting
pads, shall be designed to prevent the bus from falling off the hoist. Other pads or
the bus structure shall support the bus on jack stands independent of the hoist.
The vehicle shall be capable of lifting by the wheels, and, as necessary to meet tire
load requirements, the proper number for wheel lifts and /or adapters must be used.
CMPC- 15- LTB -RFP 46 January 2015
Colorado Mountain Section 6
Purchasing Consortium
TS 27. Floor
TS 27.1 Design (Transit Bus)
The floor shall be essentially a continuous plane, except at the wheel housings and
platforms. Where the floor meets the walls of the bus, as well as other vertical
surfaces such as platform risers, the surface edges shall be blended with a circular
section of radius not less than 1/4 in. or installed in a fully sealed butt joint.
Similarly, a molding or cover shall prevent debris accumulation between the floor
and wheel housings. The vehicle floor in the area of the entrance and exit doors
shall have a lateral slope not exceeding 2 deg to allow for drainage.
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Bi -Level Floor Design
The floor design shall consist of two levels (bi -level construction). Aft of the rear
door extending to the rear settee riser, the floor height may be raised to a height
no more than 21 in. above the lower level, with equally spaced steps. An increase
slope shall be allowed on the upper level, not to exceed 3.5 deg off the horizontal.
III,,,,; "'III "'III....! 11: 1114 A " "III
Floor Drain
A floor drain of noncorrosive materials shall be provided on the bus behind the
front, curbside wheelhouse near the wall to help drain any water that may
accumulate due to ice, snow, rain, etc. The drain pipe shall be approximately V/z in.
in diameter and shall extend no more than 5 in. below the floor. The drain pipe
shall be fitted with a rubber drain spout to minimize or prevent air drafts to the
interior of the bus. The strainer shall be firmly retained but also removable to allow
flushing of any accumulated debris.
TS 27.2 Strength
The floor deck may be integral with the basic structure or mounted on the structure
securely to prevent chafing or horizontal movement and designed to last the life of
the bus. Sheet metal screws shall not be used to retain the floor, and all floor
fasteners shall be serviceable from one side only. Any adhesives, bolts or screws
used to secure the floor to the structure shall last and remain effective throughout
the life of the coach. Tapping plates, if used for the floor fasteners, shall be no less
than the same thickness as a standard nut, and all floor fasteners shall be secured
and protected from corrosion for the service life of the bus.
The floor deck shall be reinforced as needed to support passenger loads. At GVWR,
the floor shall have an elastic deflection of no more than 0.60 in. from the normal
plane. The floor shall withstand the application of 2.5 times gross load weight
without permanent detrimental deformation. The floor, with coverings applied, shall
withstand a static load of at least 150 Ibs applied through the flat end of a 1/2 in.
diameter rod, with 1/32 in. radius, without permanent visible deformation.
CMPC- 15- LTB -RFP 47 January 2015
Colorado Mountain
Purchasing Consortium
TS 27.3 Construction
Section 6
The floor shall consist of the subfloor and the floor covering that will last the life of
the bus. The floor as assembled, including the sealer, attachments and covering,
shall be waterproof, non - hygroscopic and resistant to mold growth. The subfloor
shall be resistant to the effects of moisture, including decay (dry rot). It shall be
impervious to wood - destroying insects such as termites.
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Pressure - Preserved Plywood Panel
Plywood shall be certified at the time of manufacturing by an industry- approved
third -party inspection agency such as APA - The Engineered Wood Association
(formerly the American Plywood Association). Plywood shall be of a thickness
adequate to support design loads, manufactured with exterior glue, satisfy the
requirements of a Group I Western panel as defined in PS 1 -95 (Voluntary Product
Standard PS 1 -95, "Construction and Industrial Plywood ") and be of a grade that is
manufactured with a solid face and back. Plywood shall be installed with the
highest - grade, veneer side up. Plywood shall be pressure- treated with a
preservative chemical and process such as alkaline copper quaternary (ACQ) that
prevents decay and damage by insects. Preservative treatments shall utilize no
EPA - listed hazardous chemicals. The concentration of preservative chemicals shall
be equal to or greater than required for an above ground level application. Treated
plywood will be certified for preservative penetration and retention by a third -party
inspection agency. Pressure - preservative treated plywood shall have a moisture
content at or below 15 percent.
TS 28. Platforms
TS 28.1 Driver's Area
The covering of platform surfaces and risers, except where otherwise indicated,
shall be the same material as specified for floor covering. Trim shall be provided
along top edges of platforms unless integral nosing is provided.
TS 28.2 Driver's Platform
The driver's platform shall be of a height such that, in a seated position, the driver
can see an object located at an elevation of 42 in. above the road surface, 24 in.
from the leading edge of the bumper. Notwithstanding this requirement, the
platform height shall not position the driver such that the driver's vertical upward
view is less than 15 deg. A warning decal or sign shall be provided to alert the
driver to the change in floor level. Figure 2 illustrates a means by which the
platform height can be determined, using the critical line of sight.
CMPC- 15- LTB -RFP 48 January 2015
Colorado Mountain
Purchasing Consortium
4.
Section 6
FIGURE 2
Determining Platform Height
LAIC) IN
TS 28.3 Farebox
Farebox placement should minimize impact to passenger access and minimize
interference with the driver's line of sight.
Driver Interface Required; Platform Needed to Bring Height to Driver Access
If the driver's platform is higher than 12 in., then the farebox is to be mounted on a
platform of suitable height to provide accessibility for the driver without
compromising passengers' access.
III Ill 11 114 A " "Ill " "T Ilf;;;!
Provide all wiring and mounting locations for a farebox installation after delivery to
the agency.
CMPC- 15- LTB -RFP 49 January 2015
Colorado Mountain Section 6
Purchasing Consortium
III 11I 111114 A " "III
Stanchions
Stanchions shall be located around the farebox.
TS 28.4 Rear Step Area to Rear Area (Transit Bus)
If the vehicle is of a bi -level floor design, then a rear step area shall be provided
along the center aisle of the bus to facilitate passenger traffic between the upper
and lower floor levels. This step area shall be cut into the rear platform and shall be
approximately the aisle width, a minimum 12 in. deep and approximately half the
height of the upper level relative to the lower level. The horizontal surface of this
platform shall be covered with skid - resistant material with a visually contrasting
nosing and shall be sloped slightly for drainage. A warning decal or sign shall be
provided at the immediate platform area to alert passengers to the change in floor
level.
TS 29. Wheel Housing
TS 29.1 Design and Construction
Sufficient clearance and air circulation shall be provided around the tires, wheels
and brakes to preclude overheating when the bus is operating on the design
operating profile. Wheel housings shall be constructed of corrosion - resistant and
fire - resistant material.
Wheel housings, as installed and trimmed, shall withstand impacts of a 2 in. steel
ball with at least 200 ft -lbs of energy without penetration.
TS 29.2 Design and Construction (Transit Bus)
Interference between the tires and any portion of the bus shall not be possible in
maneuvers up to the limit of tire adhesion with weights from curb weight to GVWR.
Wheel housings shall be adequately reinforced where seat pedestals are installed.
Wheel housings shall have sufficient sound insulation to minimize tire and road
noise and meet all noise requirements of this specification.
Design and construction of front wheel housings shall allow for the installation of a
radio or electronic equipment storage compartment on the interior top surface, or
its use as a luggage rack.
The finish of the front wheel housings shall be scratch - resistant and complement
interior finishes of the bus to minimize the visual impact of the wheel housing. If
fiberglass wheel housings are provided, then they shall be color- impregnated to
match interior finishes. The lower portion extending to approximately 10 to 12 in.
above the floor shall be equipped with scuff - resistant coating or stainless steel trim.
Wheel housings not equipped with seats or equipment enclosure shall have a
horizontal assist mounted on the top portion of the housing no more than 4 in.
higher than the wheel well housing.
CMPC- 15- LTB -RFP 50 January 2015
Colorado Mountain
Purchasing Consortium
III 11I 111114 A " "III
The wheel housing shall be designed to have the ability to chain buses.
Section 6
CMPC- 15- LTB -RFP 51 January 2015
Colorado Mountain Section 6
Purchasing Consortium
011 III 1,
TS 30. Suspension
TS 30.1 General Requirements
The front, rear and mid (if articulated) suspensions shall be pneumatic type. The
basic suspension system shall last the service life of the bus without major overhaul
or replacement. Adjustment points shall be minimized and shall not be subject to a
loss of adjustment in service. Routine adjustments shall be easily accomplished by
limiting the removal or disconnecting the components.
TS 30.2 Alignment
All axles should be properly aligned so the vehicle tracks accurately within the size
and geometry of the vehicle.
TS 30.3 Springs and Shock Absorbers
TS 30.3.1 Suspension Travel
The suspension system shall permit a minimum wheel travel of 2.75 in. jounce -
upward travel of a wheel when the bus hits a bump (higher than street surface),
and 2.75 in. rebound - downward travel when the bus comes off a bump and the
wheels fall relative to the body. Elastomeric bumpers shall be provided at the limit
of jounce travel. Rebound travel may be limited by elastomeric bumpers or
hydraulically within the shock absorbers. Suspensions shall incorporate appropriate
devices for automatic height control so that regardless of load the bus height
relative to the centerline of the wheels does not change more than 1/2 in. at any
point from the height required. The safe operation of a bus cannot be impacted by
ride height up to 1 in. from design normal ride height.
TS 30.3.2 Damping
Vertical damping of the suspension system shall be accomplished by hydraulic
shock absorbers mounted to the suspension arms or axles and attached to an
appropriate location on the chassis. Damping shall be sufficient to control coach
motion to three cycles or less after hitting road perturbations. The shock absorber
bushing shall be made of elastomeric material that will last the life of the shock
absorber. The damper shall incorporate a secondary hydraulic rebound stop.
CMPC- 15- LTB -RFP 52 January 2015
Colorado Mountain
Purchasing Consortium
TS 30.3.3 Lubrication
111 III....! Ilf : : :' „ t.) III ,,,,; "'III
Section 6
Standard Grease Fittings
All elements of steering, suspension and drive systems requiring scheduled
lubrication shall be provided with grease fittings conforming to SAE Standard
1534.These fittings shall be located for ease of inspection and shall be accessible
with a standard grease gun from a pit or with the bus on a hoist. Each element
requiring lubrication shall have its own grease fitting with a relief path. The
lubricant specified shall be standard for all elements on the bus serviced by
standard fittings and shall be required no less than every 6000 miles.
TS 30.3.4 Kneeling
111 III....! Ilf : : :' „ t.) III ,,,,; "'III
A kneeling system shall lower the entrance(s) of the bus a minimum of 2 in. during
loading or unloading operations regardless of load up to GVWR, measured at the
longitudinal centerline of the entrance door(s) by the driver. The kneeling control
shall provide the following functions:
• Downward control must be held to allow downward kneeling movement.
• Release of the control during downward movement must completely stop the
lowering motion and hold the height of the bus at that position.
• Upward control actuation must allow the bus to return to normal floor height
without the driver having to hold the control.
The brake and throttle interlock shall prevent movement when the bus is kneeled.
The kneeling control shall be disabled when the bus is in motion. The bus shall
kneel at a maximum rate of 1.25 in. per second at essentially a constant rate. After
kneeling, the bus shall rise within 4 seconds to a height permitting the bus to
resume service and shall rise to the correct operating height within 7 seconds
regardless of load up to GVWR. During the lowering and raising operation, the
maximum vertical acceleration shall not exceed 0.2g, and the jerk shall not exceed
0.3g /second.
An indicator visible to the driver shall be illuminated until the bus is raised to a
height adequate for safe street travel. An audible warning alarm will sound
simultaneously with the operation of the kneeler to alert passengers and
bystanders. A warning light mounted near the curbside of the front door, a
minimum 2.5 in. diameter amber lens, shall be provided that will blink when the
kneel feature is activated. Kneeling shall not be operational while the wheelchair
ramp is deployed or in operation.
III,,,,; "'III "'III....! 11: 1114 A " "III
Allow upward kneel actuation with ramp deployed.
CMPC- 15- LTB -RFP 53 January 2015
Colorado Mountain Section 6
Purchasing Consortium
III 11I 111114 A " "III " "; Ilf;;;!
Full right -side kneel capabilities.
TS 31. Wheels and Tires
TS 31.1 Wheels
All wheels shall be interchangeable and shall be removable without a puller. Wheels
shall be compatible with tires in size and load- carrying capacity. Front wheels and
tires shall be balanced as an assembly per SAE 11986.
111 III....! Ilf : : :' „ t.) III ,,,,; "'III
Painted Steel
Wheels and rims shall be hub - piloted with powder- coated steel (maximum 3.5 mil)
and shall resist rim flange wear.
III 11I 11: 1114 A " "III " "; Ilf;;;!
111 III....! Ilf : : :' „ t.) III ,,,,; "'III
Standard non - locking lug nut.
III 11I 11: 1114 A " "III " "; Ilf;;;!
Spare wheel and tire provided at time of delivery to CMPC member agency.
TS 31.2 Tires
Tires shall be suitable for the conditions of transit service and sustained operation
at the maximum speed capability of the bus. Load on any tire at GVWR shall not
exceed the tire supplier's rating.
Sufficient space shall be provided to allow the CMPC member agencies to carry a
spare tire, if required.
CMPC- 15- LTB -RFP 54 January 2015
Colorado Mountain Section 6
Purchasing Consortium
III 11I 111114 A " "III
The tires shall be supplied by the Contractor. Ft °° ont tires and spar e shall have a
steer axle tread si r tireshall have a traction ^ssiiii
r winter driving conditions. Final tire r .i ii iii require
approval Tsai % r agency.
TS 32. Steering
111 III....! Ilf : : :' „ L) III 11L
Hydraulically assisted steering shall be provided. The steering gear shall be an
integral type with the number and length of flexible lines minimized or eliminated.
Engine- driven hydraulic pump shall be provided for power steering.
TS 32.1 Steering Axle (Transit Bus)
111 III....! Ilf : : :' „ L) III 11L
Solid Beam Axle and Grease -Type Front Bearings and Seals
The front axle shall be solid beam, non - driving with a load rating sufficient for the
bus loaded to GVWR and shall be equipped with grease type front wheel bearings
and seals.
All friction points on the front axle shall be equipped with replaceable bushings or
inserts and, if needed, lubrication fittings easily accessible from a pit or hoist.
The steering geometry of the outside (frontlock) wheel shall be within 2 deg of true
Ackerman up to 50 percent lock measured at the inside (backlock) wheel. The
steering geometry shall be within 3 deg of true Ackerman for the remaining 100
percent lock measured at the inside (backlock) wheel.
TS 32.2 Steering Wheel
TS 32.2.1 Turning Effort
Steering effort shall be measured with the bus at GVWR, stopped with the brakes
released and the engine at normal idling speed on clean, dry, level, commercial
asphalt pavement and the tires inflated to recommended pressure.
Under these conditions, the torque required to turn the steering wheel 10 deg shall
be no less than 5 ft -Ibs and no more than 10 ft -Ibs. Steering torque may increase
to 70 ft -Ibs when the wheels are approaching the steering stops, as the relief valve
activates.
Power steering failure shall not result in loss of steering control. With the bus in
operation, the steering effort shall not exceed 55 Ibs at the steering wheel rim, and
perceived free play in the steering system shall not materially increase as a result
CMPC- 15- LTB -RFP 55 January 2015
Colorado Mountain Section 6
Purchasing Consortium
of power assist failure. Gearing shall require no more than seven turns of the
steering wheel lock -to -lock.
Caster angle shall be selected to provide a tendency for the return of the front
wheels to the straight position with minimal assistance from the driver.
TS 32.2.2 Steering Wheel, General
The steering wheel diameter shall be approximately 18 to 20 in.; the rim diameter
shall be 7/s to 11/4 in. and shaped for firm grip with comfort for long periods of time.
Steering wheel spokes and wheel thickness shall ensure visibility of the dashboard
so that vital instrumentation is clearly visible at center neutral position (within the
range of a 95th - percentile male, as described in SAE 1050a, Sections 4.2.2 and
4.2.3). Placement of steering column must be as far forward as possible, but either
inline with or behind the instrument cluster.
TS 32.2.3 Steering Column Tilt
The steering column shall have full tilt capability with an adjustment range of no
less than 40 deg from the vertical and easily adjustable by the driver and shall be
accessible by a 5th percentile female and 95th percentile male.
TS 32.2.4 Steering Wheel Telescopic Adjustment
The steering wheel shall have full telescoping capability and have a minimum
telescopic range of 2 in. and a minimum low -end adjustment of 29 in., measured
from the top of the steering wheel rim in the horizontal position to the cab floor at
the heel point.
TABLE 4
Steering Wheel Height' Relative to Angle of Slope
At Minimum Telescopic Height Adjustment
(29 in.)
- At Maximum Telescopic Height
Adjustment (5 in.)
Angle of Slope - Height - Angle of Slope Height
0 deg
29 in.
0 deg
34 in.
15 deg
26.2 in.
15 deg
31.2 in.
25 deg
24.6 in.
25 deg
29.6 in.
35 deg
22.5 in.
35 deg
27.5 in.
- 1. Measured from bottom portion closest to driver.
CMPC- 15- LTB -RFP 56 January 2015
Colorado Mountain
Purchasing Consortium
TS 33. Drive Axle
Section 6
The bus shall be driven by a heavy -duty axle with a load rating sufficient for the
bus loaded to GVWR. The drive axle shall have a design life to operate for not less
than 300,000 miles on the design operating profile without replacement or major
repairs. The lubricant drain plug shall be magnetic type. If a planetary gear design
is employed, the oil level in the planetary gears shall be easily checked through the
plug or sight gauge. The axle and driveshaft components shall be rated for both
propulsion and retardation modes with respect to duty cycle.
NOTE: The retardation duty cycle can be more aggressive than propulsion.
The drive shaft shall be guarded to prevent hitting any critical systems, including
brake lines, coach floor or the ground, in the event of a tube or universal joint
failure.
TS 33.1 Non -Drive Axle
The non -drive axle is the drive axle without the drive gear with a load rating
sufficient for the load to GVWR.
TS 34. Turning Radius
Bus Length
(approximate)
Maximum Turning Radius
(see Figure )
30 ft
31 ft (TRO)
35 ft
39 ft (TRO)
40 ft
44 ft (TRO)
CMPC- 15- LTB -RFP 57 January 2015
Colorado Mountain
Purchasing Consortium
TS 35. Brakes
TS 35.1 Service Brake
Section 6
FIGURE 3
Turning Radius
Brakes shall be self- adjusting. Brake wear indicators (visible brake sensors) shall be
provided on exposed push rods.
III 11I 11: 1114 A " "III " "WIlf;;;!
Visible stroke indicators may be combined with electronic brake monitoring system
and vehicle brake warning system to notify driver and maintenance of unsafe brake
conditions.
CMPC- 15- LTB -RFP 58 January 2015
Colorado Mountain
Purchasing Consortium
TS 35.2 Actuation
Ilf; III....! Ilf : : :' „ L) III 11L
Section 6
Service brakes shall be controlled and actuated by a compressed air system. Force
to activate the brake pedal control shall be an essentially linear function of the bus
deceleration rate and shall not exceed 75 Ibs at a point 7 in. above the heel point of
the pedal to achieve maximum braking. The heel point is the location of the driver's
heel when his or her foot is rested flat on the pedal and the heel is touching the
floor or heel pad of the pedal. The ECU for the ABS system shall be protected, yet
in an accessible location to allow for ease of service.
The total braking effort shall be distributed among all wheels in such a ratio as to
ensure equal friction material wear rate at all wheel locations. Manufacturer shall
demonstrate compliance by providing a copy of a thermodynamic brake balance
test upon request.
III,,,,; "'III "'III....! 111114 A " "III "" ;I Ilf;;;!
Microprocessor controlled automatic traction control (ATC) shall be provided.
III,,,,; "'III "'III....! 11: 1114 A " "III "" ;I Ilf;;;!
The ABS /EBC controller must support EBC1 (PGN 61441) "Brake Pedal Position"
(SPIN 521) to support and enhance fuel savings technologies.
TS 35.3 Friction Material
The brake linings shall be made of non - asbestos material. In order to aid
maintenance personnel in determining extent of wear, a provision such as a scribe
line or a chamfer indicating the thickness at which replacement becomes necessary
shall be provided on each brake lining. The complete brake lining wear indicator
shall be clearly visible from the hoist or pit without removing backing plates.
III,,,,; "'III "'III....! 11: 1114 A " "III "" ;I Ilf;;;!
Remote brake wear indicator shall be provided.
TS 35.4 Hubs and Drums /Discs
Replaceable wheel bearing seals shall run on replaceable wear surfaces or be of an
integral wear surface sealed design. Wheel bearing and hub seals and unitized hub
assemblies shall not leak or weep lubricant when operating on the design operating
profile for the duration of the initial manufacturer's warranty.
CMPC- 15- LTB -RFP 59 January 2015
Colorado Mountain Section 6
Purchasing Consortium
Ilf; III....! Ilf : : :' „ L) III ,,,,; "'III
Drum Brakes
The bus shall be equipped with brake drums. Brake drums shall allow machining for
oversized linings per manufacturer's specifications.
III,,,,; "'III "'III....! 11: 1114 A " "III " "; III....!
Disc Brakes on All Axles
The bus shall be equipped with disc brakes on all axles, and the brake discs shall
allow machining of each side of the disc to obtain smooth surfaces per
manufacturer's specifications.
The brake system material and design shall be selected to absorb and dissipate
heat quickly so that the heat generated during braking operation does not glaze the
brake linings.
TS 35.5 Parking/ Emergency Brake
Ilf; III....! Ilf : : :' „ L) III 11L
Air Brakes
The parking brake shall be a spring- operated system, actuated by a valve that
exhausts compressed air to apply the brakes. The parking brake may be manually
enabled when the air pressure is at the operating level per FMVSS 121.
The parking r all incorporate audible r i in
event the bus is p into ral without the parking rbeing set. A
secondary r ^s all begin honking repeatedly if r tor's sea te It is
not fastened at any tin tinie the parking r is
TS 36. Interlocks (Transit Bus)
TS 36.1 Passenger Door Interlocks
To prevent opening passenger doors while the bus is in motion, a speed sensor
shall be integrated with the door controls to prevent the doors from being enabled
or opened unless the bus speed is less than 2 mph.
To preclude movement of the bus, an accelerator interlock shall lock the accelerator
in the closed position, and a brake interlock shall engage the service brake system
to stop movement of the bus when the driver's door control is moved to a door
enable or open position, or a door panel is opened more than 3 in. from the fully
closed position (as measured at the leading edge of the door panel). The interlock
engagement shall bring the bus to a smooth stop and shall be capable of holding a
fully loaded bus on a 6 percent grade, with the engine at idle and the transmission
in gear, until the interlocks are released. These interlock functions shall be active
whenever the vehicle master run switch is in any run position.
CMPC- 15- LTB -RFP 60 January 2015
Colorado Mountain Section 6
Purchasing Consortium
All door systems employing brake and accelerator interlocks shall be supplied with
supporting failure mode effects analysis (FEMA) documentation, which
demonstrates that failure modes are of a failsafe type, thereby never allowing the
possibility of release of interlock while an interlocked door is in an unsecured
condition, unless the door master switch has been actuated to intentionally release
the interlocks.
III,,,,; "'III "'III....! 11: 1114 A " "III
Braking effort adjustable with hand tools.
III,,,,; "'III "'III....! 11: 1114 A " "III
Requiring Accelerator Interlock Whenever Front Doors Are Open
An accelerator interlock shall lock the accelerator in the closed position, and a brake
interlock shall engage the service brake system to stop movement of the bus
whenever front doors are open.
TS 37. Pneumatic System
TS 37.1 General
The bus air system shall operate the air - powered accessories and the braking
system with reserve capacity. New buses shall not leak down more than 5 psi over
a 15- minute period of time as indicated on the dash gauge.
Provision shall be made to apply shop air to the bus air systems. A quick disconnect
fitting shall be easily accessible and located in the engine compartment and near
the front bumper area for towing. Retained caps shall be installed to protect fitting
against dirt and moisture when not in use. Air for the compressor shall be filtered.
The air system shall be protected per FMVSS 121.
TS 37.2 Air Compressor
111 III....! Ilf : : :' „ L) III 11L
The engine- driven air compressor shall be sized to charge the air system from 40
psi to the governor cut -off pressure in less than 4 minutes while not exceeding the
fast idle speed setting of the engine.
CMPC- 15- LTB -RFP 61 January 2015
Colorado Mountain Section 6
Purchasing Consortium
TS 37.3 Air Lines and Fittings
Air lines, except necessary flexible lines, shall conform to the installation and
material requirements of SAE Standard 11149 for copper tubing with standard,
brass, flared or ball sleeve fittings, or SAE Standard 1844 for nylon tubing if not
subject to temperatures over 200 °F. The air on the delivery side of the compressor
where it enters nylon housing shall not be above the maximum limits as stated in
SAE 1844. Nylon tubing shall be installed in accordance with the following color -
coding standards:
111 III....! Ilf : : :' „ t.) III ,,,,; "'III
• Green: Indicates primary brakes and supply.
• Red: Indicates secondary brakes.
• Brown: Indicates parking brake.
• Yellow: Indicates compressor governor signal.
• Black: Indicates accessories.
Line supports shall prevent movement, flexing, tension, strain and vibration.
Copper lines shall be supported to prevent the lines from touching one another or
any component of the bus. To the extent practicable and before installation, the
lines shall be pre -bent on a fixture that prevents tube flattening or excessive local
strain. Copper lines shall be bent only once at any point, including pre- bending and
installation. Rigid lines shall be supported at no more than 5 ft intervals. Nylon lines
may be grouped and shall be supported at 30 in. intervals or less.
The compressor discharge line between powerplant and body- mounted equipment
shall be flexible convoluted copper or stainless steel line, or may be flexible Teflon
hose with a braided stainless steel jacket. Other lines necessary to maintain system
reliability shall be flexible Teflon hose with a braided stainless steel jacket. End
fittings shall be standard SAE or JIC brass or steel, flanged, swivel -type fittings.
Flexible hoses shall be as short as practicable and individually supported. They shall
not touch one another or any part of the bus except for the supporting grommets.
Flexible lines shall be supported at 2ft intervals or less.
Air lines shall be clean before installation and shall be installed to minimize air
leaks. All air lines shall be routed to prevent water traps to the extent possible.
Grommets or insulated clamps shall protect the air lines at all points where they
pass through understructure components.
TS 37.4 Air Reservoirs
All air reservoirs shall meet the requirements of FMVSS Standard 121 and SAE
Standard 110 and shall be equipped with drain plugs and guarded or flush type
drain valves. Major structural members shall protect these valves and any
automatic moisture ejector valves from road hazards. Reservoirs shall be sloped
toward the drain valve. All air reservoirs shall have drain valves that discharge
CMPC- 15- LTB -RFP 62 January 2015
Colorado Mountain Section 6
Purchasing Consortium
below floor level with lines routed to eliminate the possibility of water traps and /or
freezing in the drain line.
TS 37.5 Air System Dryer
An air dryer shall prevent accumulation of moisture and oil in the air system. The
air dryer system shall include one or more replaceable desiccant cartridges.
III,,,,; "'III "'III....! 11: 1114 A " "III
Requirement for Additional Oil Separator Provision
A provision shall be included to collect /remove oil from the air system to prevent
affecting function and /or damaging pneumatic system components.
III,,,,; "'III "'III....! 11: 1114 A " "III
The air system shall be equipped with an air dryer located before the no. 1 air tank
and as far from the compressor as possible to allow air to cool prior to entering the
air dryer.
III,,,,; "'III "'III....! 11: 1114 A " "III
iii iii- IIII) iiii e iiii- s IIIh3 a IIII IIII III3 e e a Iii
.. .. IIIh3IIIh3e ����t h heated e haaat IIIh3 uu-ti.
CMPC- 15- LTB -RFP 63 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
Illf , ii Illf , riiil:ui:CAIIII Illf , 1111 I111:11:11:t nizaiw[C AlIM11113 11113A rA C0111M111MU11M3::CA ri; II
sys riiii:,,:,,:,iiims
TS 38. Overview
The electrical system will consist of vehicle battery systems and components that
generate, distribute and store power throughout the vehicle. (e.g., generator,
voltage regulator, wiring, relays and connectors).
Electronic devices are individual systems and components that process and store
data, integrate electronic information or perform other specific functions.
The data communication system consists of the bi- directional communications
networks that electronic devices use to share data with other electronic devices and
systems. Communication networks are essential to integrating electronic functions,
both on board the vehicle and off.
Information level systems that require vehicle information for their operations or
provide information shall adhere to 11939 data standard.
Data communications systems are divided into three levels to reflect the use of
multiple data networks:
Powertrain level: Components related to the powertrain, including the
propulsion system components (engine, transmission and hybrid units) and
anti -lock braking system (ABS), which may include traction control. At a
minimum, powertrain components consisting of the engine, transmission,
retarder, ASR and anti -lock braking systems shall be powered by a dedicated
and isolated ignition supply voltage to ensure data communication between
components exists when the vehicle ignition is switched to the "on" position.
Information level: Components whose primary function is the collection,
control or display of data that is not necessary to the safe drivability of the
vehicle (i.e., the vehicle will continue to operate when those functions are
inoperable). These components typically consist of those required for
automatic vehicle location (AVM) systems, destination signs, fareboxes,
passenger counters, radio systems, automated voice and signage systems,
video surveillance and similar components.
Multiplex level: Electrical or electronic devices controlled through
input /output signals such as discrete, analog and serial data information
(i.e., on /off switch inputs, relay or relay control outputs). Multiplexing is used
to control components not typically found on the drive train or information
levels, such as lights; wheelchair lifts; doors; heating, ventilation and air
conditioning (HVAC) systems (if applicable); and gateway devices.
CMPC- 15- LTB -RFP 64 January 2015
Colorado Mountain
Purchasing Consortium
Information
level
Multiplex level
Drivetrain level
Section 6
FIGURE 4
Data Communications Systems Levels
TS 38.1 Modular Design
Design of the electrical, electronic and data communication systems shall be
modular so that each electronic device, apparatus panel, or wiring bundle is easily
separable from its interconnect by means of connectors.
Power plant wiring shall be an independent wiring harness. Replacement of the
engine compartment wiring harness(es) shall not require pulling wires through any
bulkhead or removing any terminals from the wires.
TS 39. Environmental and Mounting Requirements
The electrical system and its electronic components shall be capable of operating in
the area of the vehicle in which they will be installed, as recommended in
SAEJ 1455.
Electrical and electronic equipment shall not be located in an environment that will
reduce the performance or shorten the life of the component or electrical system
when operating within the design operating profile. As a recommendation, no
vehicle component shall generate, or be affected by, electromagnetic interference
or radio- frequency interference (EMI /RFI) that can disturb the performance of
electrical /electronic equipment as defined in SAE11113 and UNECE Council Directive
95/54(R10).
The CMPC member agencies shall follow recommendations from bus manufacturers
and subsystem suppliers regarding methods to prevent damage from voltage spikes
generated from welding, jumpstarts, shorts, etc.
CMPC- 15- LTB -RFP 65 January 2015
Colorado Mountain Section 6
Purchasing Consortium
TS 39.1 Hardware Mounting
The mounting of the hardware shall not be used to provide the sole source ground,
and all hardware shall be isolated from potential EMI /RFI, as referenced in SAE
11113.
All electrical /electronic hardware mounted in the interior of the vehicle shall be
inaccessible to passengers and hidden from view unless intended to be viewed. The
hardware shall be mounted in such a manner as to protect it from splash or spray.
All electrical /electronic hardware mounted on the exterior of the vehicle that is not
designed to be installed in an exposed environment shall be mounted in a sealed
enclosure.
All electrical /electronic hardware and its mounting shall comply with the shock and
vibration requirements of SAE11455.
TS 40. General Electrical Requirements
TS 40.1 Batteries
TS 40.1.1 Low - Voltage Batteries (24V)
111 III....! Ilf : : :' „ t.) III ,,,,; "'III
Four Group 31 Maintenance -Free Batteries
Four Group 31 Series deep - cycling maintenance -free battery units shall be
provided. Each battery shall have a minimum of 700 cold- cranking amps. Each
battery shall have a purchase date no more than one year from the date of release
for shipment to the Agency.
111 III....! Ilf : : :' „ t.) III ,,,,; "'III
Same Size Terminal Ends
Positive and negative terminal ends shall be the same size.
TS 40.1.2 Battery Cables
The battery terminal ends and cable ends shall be color -coded with red for the
primary positive, black for negative and another color for any intermediate voltage
cables. Positive and negative battery cables shall not cross each other if at all
possible, shall be flexible and shall be sufficiently long to reach the batteries with
the tray in the extended position without stretching or pulling on any connection
and shall not lie directly on top of the batteries. Except as interrupted by the
master battery switch, battery and starter wiring shall be continuous cables with
connections secured by bolted terminals and shall conform to specification
requirements of SAE Standard 11127 -Type SGR, SGT, SGX or GXL and SAE
Recommended PracticeJ541, with 2100 strand 4/0 cable or greater recommended.
CMPC- 15- LTB -RFP 66 January 2015
Colorado Mountain Section 6
Purchasing Consortium
III,,,,; "'III "'III....! 111114 A " "III "" ;I Ilf;;;!
Color code each voltage.
TS 40.1.3 Jump-Start
III,,,,; "'III "'III....! 111114 A " "III "" ;I Ilf;;;!
Jump -Start Connector
A jump -start connector, red for 24V and blue for 12V, shall be provided in the
engine compartment, equipped with dust cap and adequately protected from
moisture, dirt and debris.
III,,,,; "'III "'III....! 11: 1114 A " "III "" ;I Ilf;;;!
Jump -Start Connector
A jump -start connector shall be located next to the battery disconnect switch.
TS 40.1.4 Battery Compartment
The battery compartment shall prevent accumulation of snow, ice and debris on top
of the batteries and shall be vented and self- draining. It shall be accessible only
from the outside of the vehicle. All components within the battery compartment,
and the compartment itself, shall be protected from damage or corrosion from the
electrolyte. The inside surface of the battery compartment's access door shall be
electrically insulated, as required, to prevent the battery terminals from shorting on
the door if the door is damaged in an accident or if a battery comes loose. The
battery compartment temperature should not exceed manufacturers specification.
The vehicle shall be equipped with a 12V DC and 24V DC quick disconnect
switch(es). The battery compartment door shall conveniently accommodate
operation of the12V DC and 24V DC quick disconnect switch(es).
The battery quick disconnect access door shall be identified with a decal. The decal
size shall not be less than 3.5 x 5in. (8.89 x 12.7cm).
The battery hold -down bracket shall be constructed of a nonconductive and
corrosion - resistant material (plastic or fiberglass).
This access door shall not require any special locking devices to gain access to the
switch, and it shall be accessible without removing or lifting the panel. The door
shall be flush- fitting and incorporate a spring tensioner or equal to retain the door
in a closed position when not in use.
The access door shall have a securement device capable of holding the door
open while servicing the batteries.
CMPC- 15- LTB -RFP 67 January 2015
Colorado Mountain Section 6
Purchasing Consortium
The batteries shall be securely mounted on a stainless steel or equivalent tray that
can accommodate the size and weight of the batteries. The battery tray, if
applicable, shall pull out easily and properly support the batteries while they are
being serviced. The tray shall allow each battery cell to be easily serviced. A locking
device shall retain the battery tray to the stowed position.
If not located in the engine compartment, the same fire - resistant properties must
apply to the battery compartment. No sparking devices should be located within the
battery box.
TS 40.1.5 Auxiliary Electronic Power Supply
If required, gel -pack, or any form of sealed (non- venting) batteries used for
auxiliary power are allowed to be mounted on the interior of the vehicle if they are
contained in an enclosed, non - airtight compartment and accessible only to
maintenance personnel. This compartment shall contain a warning label prohibiting
the use of lead -acid batteries.
TS 40.1.6 Master Battery Switch
The location of the master battery switch shall be clearly identified on the exterior
access panel, be accessible in less than 10 seconds for deactivation and prevent
corrosion from fumes and battery acid when the batteries are washed off or are in
normal service.
Turning the master switch off with the powerplant operating, during an emergency,
shall shut off the engine and shall not damage any component of the electrical
system. The master switch shall be capable of carrying and interrupting the total
circuit load.
111 III....! Ill::::' „ IJ III ,,,,; "'III
Single Switch
The batteries shall be equipped with a single switch for disconnecting both12V and
24Vpower.
TS 40.1.7 Low - Voltage Generation and Distribution
The low- voltage generating system shall maintain the charge on fully charged
batteries, except when the vehicle is at standard idle with a total low- voltage
generator load exceeding 70 percent of the low- voltage generator name plate
rating.
Voltage monitoring and over - voltage output protection (recommended at 32V) shall
be provided.
Dedicated power and ground shall be provided as specified by the component or
system manufacturer. Cabling to the equipment must be sized to supply the current
CMPC- 15- LTB -RFP 68 January 2015
Colorado Mountain Section 6
Purchasing Consortium
requirements with no greater than a 5 percent volt drop across the length of the
cable.
TS 40.1.8 Circuit Protection
All branch circuits, except battery -to- starting motor and battery -to-
generator /alternator circuits, shall be protected by current - limiting devices such as
circuit breakers, fuses or solid -state devices sized to the requirements of the circuit.
Electronic circuit protection for the cranking motor shall be provided to prevent
engaging of the motor for more than 30 seconds at a time to prevent overheating.
The circuit breakers or fuses shall be easily accessible for authorized personnel.
Fuses shall be used only where it can be demonstrated that circuit breakers are not
practicable. This requirement applies to in -line fuses supplied by either the
Contractor or a supplier. Fuse holders shall be constructed to be rugged and
waterproof. All manual reset circuit breakers critical to the operation of the bus
shall be mounted in a location convenient to the CMPC member agencies'
mechanics with visible indication of open circuits. The CMPC shall consider the
application of automatic reset circuit breakers on a case -by -case basis. The
Contractor shall show all in -line fuses in the final harness drawings. Any manually
resettable circuit breakers shall provide a visible indication of open circuits. Any
manually resettable circuit breakers shall provide a visible indication of open
circuits.
Circuit breakers or fuses shall be sized to a minimum of 15 percent larger than the
total circuit load. The current rating for the wire used for each circuit must exceed
the size of the circuit protection being used.
TS 40.2 Grounds
The battery shall be grounded to the vehicle chassis /frame at one location only, as
close to the batteries as possible. When using a chassis ground system, the chassis
shall be grounded to the frame in multiple locations, evenly distributed throughout
the vehicle to eliminate ground loops. No more than five ground ring /spade
terminal connections shall be made per ground stud with spacing between studs
ensuring contactivity and serviceability. Electronic equipment requiring an isolated
ground to the battery (i.e., electronic ground) shall not be grounded through the
chassis.
TS 40.3 Low Voltage /Low Current Wiring and Terminals
All power and ground wiring shall conform to specification requirements of SAE
Recommended Practice 11127, 11128 and 11292. Double insulation shall be
maintained as close to the junction box, electrical compartment or terminals as
possible. The requirement for double insulation shall be met by wrapping the
harness with plastic electrical tape or by sheathing all wires and harnesses with
non - conductive, rigid or flexible conduit.
CMPC- 15- LTB -RFP 69 January 2015
Colorado Mountain Section 6
Purchasing Consortium
Wiring shall be grouped, numbered and /or color- coded. Wiring harnesses shall not
contain wires of different voltage classes unless all wires within the harness are
insulated for the highest voltage present in the harness. Kinking, grounding at
multiple points, stretching, and exceeding minimum bend radius shall be prevented.
Strain - relief fittings shall be provided at all points where wiring enters electrical
compartments. Grommets or other protective material shall be installed at points
where wiring penetrates metal structures outside of electrical enclosures. Wiring
supports shall be protective and non - conductive at areas of wire contact and shall
not be damaged by heat, water, solvents, or chafing.
To the extent practicable, wiring shall not be located in environmentally exposed
locations under the vehicle. Wiring and electrical equipment necessarily located
under the vehicle shall be insulated from water, heat, corrosion and mechanical
damage. Where feasible, front -to -rear electrical harnesses should be installed
above the window line of the vehicle.
All wiring harnesses over 5 ft long and containing at least five wires shall include 10
percent (minimum one wire) excess wires for spares. This requirement for spare
wires does not apply to data links and communication cables. Wiring harness length
shall allow end terminals to be replaced twice without pulling, stretching or
replacing the wire. Terminals shall be crimped to the wiring according to the
connector manufacturer's recommendations for techniques and tools. All cable
connectors shall be locking type, keyed and sealed, unless enclosed in water tight
cabinets or vehicle interior. Pins shall be removable, crimp contact type, of the
correct size and rating for the wire being terminated. Unused pin positions shall be
sealed with sealing plugs. Adjacent connectors shall use either different inserts or
different insert orientations to prevent incorrect connections.
Terminals shall be crimped; corrosion - resistant and full ring type or interlocking
lugs with insulating ferrules. When using pressure type screw terminal strips, only
stranded wire shall be used. Insulation clearance shall ensure that wires have a
minimum of "visible clearance" and a maximum of two times the conductor
diameter or 1/16 in., whichever is less. When using shielded or coaxial cable, upon
stripping of the insulation, the metallic braid shall be free from frayed strands that
can penetrate the insulation of the inner wires.
Ultra -sonic and T- splices may be used with 8 AWG or smaller wire. When a T- splice
is used, it shall meet these additional requirements:
• It shall include a mechanical clamp in addition to solder on the splice.
• The wire shall support no mechanical load in the area of the splice.
• The wire shall be supported to prevent flexing.
All splicing shall be staggered in the harness so that no two splices are positioned in
the same location within the harness.
CMPC- 15- LTB -RFP 70 January 2015
Colorado Mountain Section 6
Purchasing Consortium
Wiring located in the engine compartment shall be routed away from high -heat
sources or shielded and /or insulated from temperatures exceeding the wiring and
connector operating requirements.
The instrument panel and wiring shall be easily accessible for service from the
driver's seat or top of the panel. The instrument panel shall be separately
removable and replaceable without damaging the instrument panel or gauges.
Wiring shall have sufficient length and be routed to permit service without
stretching or chafing the wires.
TS 40.4 Electrical Components
All electrical components, including switches, relays, flashers and circuit breakers,
shall be heavy -duty designs with either a successful history of application in heavy -
duty vehicles or design specifications for an equivalent environment.
All electric motors shall be heavy -duty brushless type where practical, and have a
continuous duty rating of no less than 40,000 hours (except cranking motors,
washer pumps, auxiliary heater pumps, defroster and wiper motors). All electric
motors shall be easily accessible for servicing.
TS 40.5 Electrical Compartments
All relays, controllers, flashers, circuit breakers and other electrical components
shall be mounted in easily accessible electrical compartments. All compartments
exposed to the outside environment shall be corrosion - resistant and sealed. The
components and their functions in each electrical compartment shall be identified
and their location permanently recorded on a drawing attached to the inside of the
access panel or door. The drawing shall be protected from oil, grease, fuel and
abrasion.
The front compartment shall be completely serviceable from the driver's seat,
vestibule or from the outside. "Rear start and run" controls shall be mounted in an
accessible location in the engine compartment and shall be protected from the
environment.
TS 41. General Electronic Requirements
If an electronic component has an internal real -time clock, it shall provide its own
battery backup to monitor time when battery power is disconnected, and /or it may
be updated by a network component. If an electronic component has an hour
meter, it shall record accumulated service time without relying on battery backup.
All electronic component suppliers shall ensure that their equipment is self -
protecting in the event of shorts in the cabling, and also in over - voltage (over 32V
DC on a 24V DC nominal voltage rating with a maximum of 50V DC) and reverse
polarity conditions. If an electronic component is required to interface with other
components, it shall not require external pull -up and /or pull -down resistors. Where
CMPC- 15- LTB -RFP 71 January 2015
Colorado Mountain Section 6
Purchasing Consortium
this is not possible, the use of a pull -up or pull -down resistor shall be limited as
much as possible and easily accessible and labeled.
TS 41.1 Wiring and Terminals
Kinking, grounding at multiple points, stretching and reducing the bend radius
below the manufacturer's recommended minimum shall not be permitted.
TS 41.1.1 Discrete I/O (Inputs/ Outputs)
All wiring to I/O devices, either at the harness level or individual wires, shall be
labeled, stamped or color -coded in a fashion that allows unique identification at a
spacing not exceeding 4 in. Wiring for each I/O device shall be bundled together. If
the I/O terminals are the same voltages, then jumpers may be used to connect the
common nodes of each I/O terminal.
TS 41.1.2 Shielding
All wiring that requires shielding shall meet the following minimum requirements. A
shield shall be generated by connecting to a ground, which is sourced from a power
distribution bus bar or chassis. A shield shall be connected at one location only,
typically at one end of the cable. However, certain standards or special
requirements, such as SAE11939 or RF applications, have separate shielding
techniques that also shall be used as applicable.
When using shielded or coaxial cable, upon stripping of the insulation, the metallic
braid shall be free from frayed strands, which can penetrate the insulation of the
inner wires. To prevent the introduction of noise, the shield shall not be connected
to the common side of a logic circuit.
TS 41.1.3 Communications
The data network cabling shall be selected and installed according to the selected
protocol requirements. The physical layer of all network communication systems
shall not be used for any purpose other than communication between the system
components, unless provided for in the network specifications.
Communications networks that use power line carriers (e.g., data modulated on a
24V power line) shall meet the most stringent applicable wiring and terminal
specifications.
TS 41.1.4 Radio Frequency (RF)
RF components, such as radios, video devices, cameras, global positioning systems
(GPS), etc., shall use coaxial cable to carry the signal. All RF systems require
special design consideration for losses along the cable. Connectors shall be
minimized, since each connector and crimp has a loss that will attribute to
attenuation of the signal. Cabling should allow for the removal of antennas or
attached electronics without removing the installed cable between them. If this
cannot be done, then a conduit of sufficient size shall be provided for ease of
CMPC- 15- LTB -RFP 72 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
attachment of antenna and cable assembly. The corresponding component vendors
shall be consulted for proper application of equipment, including installation of
cables.
TS 41.1.5 Audio
Cabling used for microphone level and line level signals shall be 22 AWG minimum
with shielded twisted pair. Cabling used for amplifier level signals shall be 18 AWG
minimum.
TS 42. Multiplexing
TS 42.1 General
The primary purpose of the multiplexing system is control of components necessary
to operate the vehicle. This is accomplished by processing information from input
devices and controlling output devices through the use of an internal logic program.
Versatility and future expansion shall be provided for by expandable system
architecture. The multiplex system shall be capable of accepting new inputs and
outputs through the addition of new modules and /or the utilization of existing spare
inputs and outputs. All like components in the multiplex system shall be modular
and interchangeable with self- diagnostic capabilities. The modules shall be easily
accessible for troubleshooting electrical failures and performing system
maintenance. Multiplex input /output modules shall use solid -state devices to
provide extended service life and individual circuit protection.
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Ten percent of the total number of inputs and outputs, or at least one each for each
voltage type utilized (OV, 12V, 24V) at each module location shall be designated as
spares.
TS 42.2 System Configuration
Multiplexing may either be distributed or centralized. A distributed system shall
process information on multiple control modules within the network. A centralized
system shall process the information on a single control module. Either system shall
consist of several modules connected to form a control network.
TS 42.2.1 I/O Signals
The input /output for the multiplex system may contain four types of electrical
signals: discrete, modulating, analog or serial data.
Discrete signals shall reflect the on /off status of switches, levers, limit switches,
lights, etc. Analog signals shall reflect numerical data as represented by a voltage
signal (0 -12V, 10 -24V, etc.) or current signal (4 -20 mA). Both types of analog
signals shall represent the status of variable devices such as rheostats,
potentiometers, temperature probes, etc. Serial data signals shall reflect ASCII or
CMPC- 15- LTB -RFP 73 January 2015
Colorado Mountain Section 6
Purchasing Consortium
alphanumeric data used in the communication between other on -board
components.
TS 43. Data Communications
TS 43.1 General
All data communication networks shall be either in accordance with a nationally
recognized interface standard, such as those published by SAE, IEEE or ISO, or
shall be published to the CMPC with the following minimum information:
• Protocol requirements for all timing issues (bit, byte, packet, inter - packet
timing, idle line timing, etc.) packet sizes, error checking and transport (bulk
transfer of data to /from the device).
• Data definition requirements that ensure access to diagnostic information
and performance characteristics.
• The capability and procedures for uploading new application or configuration
data.
• Access to revision level of data, application software and firmware.
• The capability and procedures for uploading new firmware or application
software.
• Evidence that applicable data shall be broadcast to the network in an efficient
manner such that the overall network integrity is not compromised.
Any electronic vehicle components used on a network shall be conformance tested
to the corresponding network standard.
TS 43.2 Drivetrain Level
Drivetrain components, consisting of the engine, transmission, retarder, anti -lock
braking system and all other related components, shall be integrated and
communicate fully with respect to vehicle operation with data using SAE
Recommended Communications Protocols such as 11939 and /or 11708/11587 with
forward and backward compatibilities or other open protocols. At a minimum,
drivetrain components consisting of the engine, transmission, retarder ASR, and
anti -lock braking systems shall be powered by a dedicated and isolated ignition
supply voltage to ensure data communication among components exists when the
vehicle ignition is switched to the "on" position.
TS 43.2.1 Diagnostics, Fault Detection and Data Access
Drivetrain performance, maintenance and diagnostic data, and other electronic
messages shall be formatted and transmitted on the communications networks.
The drivetrain level shall have the ability to record abnormal events in memory and
provide diagnostic codes and other information to service personnel. At a minimum,
this network level shall provide live /fail status, current hardware serial number,
software /data revisions and uninterrupted timing functions.
CMPC- 15- LTB -RFP 74 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
TS 43.2.2 Programmability (Software)
The drivetrain level components shall be programmable by the CMPC with
limitations as specified by the subsystem Supplier.
TS 43.3 Multiplex Level
TS 43.3.1 Data Access
At a minimum, information shall be made available via a communication port on the
multiplex system. The location of the communication port shall be easily accessible.
A hardware gateway and /or wireless communications system are options if
requested by the CMPC. The communication port(s) shall be located as specified by
the CMPC member agencies.
TS 43.3.2 Diagnostics and Fault Detection
The multiplex system shall have a proven method of determining its status (system
health and input /output status) and detecting either active (online) or inactive
(offline) faults through the use of on -board visual /audible indicators.
In addition to the indicators, the system shall employ an advanced diagnostic and
fault detection system, which shall be accessible via either a personal computer or
a hand held unit. Either unit shall have the ability to check logic function. The
diagnostic data can be incorporated into the information level network or the
central data access system.
111 III....! Ilf : : :' „ IJ III ,,,,; "'III
No requirement for mock -up board.
III 11I 11: 1114 A " "III "" ;I III....!
Provide Mock -Up Board
A mock -up board, where key components of the multiplexing system are replicated
on a functional model, shall be provided as a tool for CMPC member agencies to
share for diagnostic, design verification and training purposes.
TS 43.3.3 Programmability (Software)
The multiplex system shall have security provisions to protect its software from
unwanted changes. This shall be achieved through any or all of the following
procedures:
• Password protection
• Limited distribution of the configuration software
• Limited access to the programming tools required to change the software
• Hardware protection that prevents undesired changes to the software
CMPC- 15- LTB -RFP 75 January 2015
Colorado Mountain Section 6
Purchasing Consortium
Provisions for programming the multiplex system shall be possible through a PC or
laptop. The multiplex system shall have proper revision control to ensure that the
hardware and software are identical on each vehicle equipped with the system.
Revision control shall be provided by all of the following:
• Hardware component identification where labels are included on all multiplex
hardware to identify components
• Hardware series identification where all multiplex hardware displays the
current hardware serial number and firmware revision employed by the
module
• Software revision identification where all copies of the software in service
display the most recent revision number
• A method of determining which version of the software is currently in use in
the multiplex system
Revision control labels shall be electronic.
TS 43.4 Electronic Noise Control
Electrical and electronic subsystems and components on all buses shall not emit
electromagnetic radiation that will interfere with on -board systems, components or
equipment, telephone service, radio or TV reception, or violate regulations of the
Federal Communications Commission.
Electrical and electronic subsystems on buses shall not be affected by external
sources of RFI /EMI. This includes, but is not limited to, radio and TV transmission,
portable electronic devices including computers in the vicinity of or onboard the
buses, AC or DC power lines and RFI /EMI emissions from other vehicles.
CMPC- 15- LTB -RFP 76 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
Switches and controls shall be divided into basic groups and assigned to specific
areas, in conformance with SAE Recommended Practice 1680, Revised 1988,
"Location and Operation of Instruments and Controls in Motor Truck Cabs," and be
essentially within the hand reach envelope described in SAE Recommended Practice
1287, "Driver Hand Control Reach."
TS 44.2 Glare
The driver's work area shall be designed to minimize glare to the extent possible.
Objects within and adjacent to this area shall be matte black or dark gray in color
wherever possible to reduce the reflection of light onto the windshield. The use of
polished metal and light- colored surfaces within and adjacent to the driver's area
shall be avoided.
TS 44.3 Visors /Sun Shades
III .... °III "'III....!11 114 A ...11L I Ilf;;;!
Driver's Window Sunscreens
An adjustable roller type sunscreen shall be provided over the driver's windshield
and /or the driver's side window. The sunscreen shall be capable of being lowered to
the midpoint of the driver's window. When deployed, the screen shall be secure,
stable, and shall not rattle, sway or intrude into the driver's field of view due to the
motion of the coach or as a result of air movement. Once lowered, the screen shall
remain in the lowered position until returned to the stowed position by the driver.
Sunscreen shall be shaped to minimize light leakage between the visor and
windshield pillars to the extent possible.
TS 44.4 Driver's Controls
Frequently used controls must be in easily accessible locations. These include the
door control, kneel control, windshield wiper /washer controls, ramp, and lift and
run switch. Any switches and controls necessary for the safe operation of the bus
shall be conveniently located and shall provide for ease of operation. They shall be
identifiable by shape, touch and permanent markings. Controls also shall be located
so that passengers may not easily tamper with control settings.
All panel- mounted switches and controls shall be marked with easily read
identifiers. Graphic symbols shall conform to SAE Recommended Practice 12402,
CMPC- 15- LTB -RFP 77 January 2015
Colorado Mountain Section 6
Purchasing Consortium
"Road Vehicles - Symbols For Controls, Indicators, and Tell Tales," where available
and applicable. Color of switches and controls shall be dark with contrasting
typography or symbols.
Mechanical switches and controls shall be replaceable, and the wiring at these
controls shall be serviceable from a convenient location. Switches, controls and
instruments shall be dust and water - resistant.
111 III....! Ilf : : :' „ t.) III ,,,,; "'III
All switches /controls in the driver's controls area shall be mounted in an angled
panel steep enough to discourage drivers from using it as a personal storage area
for items like food, drinks, cell phones, etc.
TS 44.5 Normal Bus Operation Instrumentation and Controls
The following list identifies bus controls used to operate the bus. These controls are
either frequently used or critical to the operation of the bus. They shall be located
within easy reach of the operator. The operator shall not be required to stand or
turn to view or actuate these controls unless specified otherwise.
Systems or components monitored by onboard diagnostics system shall be
displayed in clear view of the operator and provide visual and /or audible indicators.
The intensity of indicators shall permit easy determination of on /off status in bright
sunlight but shall not cause a distraction or visibility problem at night. All indicators
shall be illuminated using backlighting.
The indicator panel shall be located in Area 1 or Area 5, within easy view of the
operator instrument panel. All indicators shall have a method of momentarily
testing their operation. The audible alarm shall be tamper- resistant and shall have
an outlet level between 80 and 83 dBA when measured at the location of the
operator's ear.
On -board displays visible to the operator shall be limited to indicating the status of
those functions described herein that are necessary for the operation of the bus. All
other indicators needed for diagnostics and their related interface hardware shall be
concealed and protected from unauthorized access. Table 6 represents instruments
and alarms. The intent of the overall physical layout of the indicators shall be in a
logical grouping of systems and severity nature of the fault.
Consideration shall be provided for future additions of spare indicators as the
capability of onboard diagnostic systems improves. Blank spaces shall contain LEDs.
CMPC- 15- LTB -RFP 78 January 2015
Colorado Mountain
Purchasing Consortium
TABLE 6 (Transit )
Transit Bus Instruments and Alarms
Section 6
Device
Description
Location
Function
Visual/ Audible
Master run
Rotary, four-
Master control for bus, off,
switch
position detent
Side console
day run, night run and
clearance ID lights
Engine start,
Approved
Side console
Activates engine starter
front
momentary switch
motor
Engine start,
Approved
Engine
Activates engine starter
rear
momentary switch
compartment
motor
Engine run,
Three - position
Engine
Permits running engine from
rear
toggle switch
compartment
rear start, normal front run
Amber light
position and off
Provides selection of
Drive selector
Touch panel switch
Side console
propulsion: forward, reverse
Gear selection
and neutral
Permits selection of
HVAC
Switch or switches
Side console
passenger ventilation: off,
to control HVAC
cool, heat, low fan, high fan
or full auto with on /off only
Driver's
Rotary, three-
Side console
Permits supplemental
ventilation
position detent
or dash left
ventilation: fan off, low or
wing
high
Rotary, three-
Side console
Permits defroster: fan off,
Defroster fan
position detent
sh le
d f
low, medium or high
wing
Defroster
Side console
Adjusts defroster water flow
temperature
Variable position
dash left
and temperature
wing
Windshield
One - variable rotary
Dash left
Variable speed control of left
wiper
position operating
wing
and right windshield wipers
both wipers
Windshield
Push button
Dash left
Activates windshield washers
washer
wing
Dash panel
Rotary rheostat or
Side console
provides adjustment for light
lights
stepping switch
or dgash left
intensity in night run position
Three - position
Selects mode of passenger
Interior lights
switch
Side console
compartment lighting: off,
on, normal
Fast idle
Two - position
Side console
Selects high idle speed of
switch
engine
WC ramp/
Two - position
Side console
Permits operation of ramp
kneel enable
switch'
or dash right
and kneel operations at each
Amber light
wing
door remote panel
Front door
Front door
Permits ramp and kneel
ramp /kneel
Two - position keyed
remote or
activation from front door
Amber light
enable
switch
ding
area, key required'
right
CMPC- 15- LTB -RFP 79 January 2015
Colorado Mountain
Purchasing Consortium
TABLE 6 (Transit )
Transit Bus Instruments and Alarms
Section 6
Device
Description
Location
Function
Visual/ Audible
Front door
Three - position
Right side of
permits deploy and stow of
ramp
momentary switch
steering
front ramp
Red light
wheel
Amber or red dash
Permits kneeling activation
Front kneel
Three - position
Front door
and raise and normal at front
indicator; exterior
momentary switch
remote
door remote location
alarm and amber
light
Rear door
Permits ramp and kneel
Two- position keyed
Rear door
ramp /kneel
switch'
remote
activation from rear door
Red light
enable
area; key required'
Rear door
Three - position
Rear door
Permits deploy and stow of
ramp
momentary switch
remote
rear ramp
Three - position
Rear door
Permits kneeling activation
Rear kneel
momentary switch
remote
and raise and normal at rear
door remote location
Recessed push
Activates emergency radio
button NO and NC
alarm at dispatch and
Silent alarm
Side console
permits covert microphone
contacts
and /or enables destination
momentary
sign emergency message
Video system
Momentary on /off
Triggers event equipment,
event switch
momentary switch
Side console
triggers event light on dash
Amber light
with plastic guard
Left remote
Four - position
Side console
Permits two -axis adjustment
mirror
toggle type
of left exterior mirror
Right remote
Four - position
Side console
Permits two -axis adjustment
mirror
toggle type
of right exterior mirror
Switch or
Permits heating of outside
Mirror heater
temperature
Side console
mirrors when required
activated
Five - position
Permits open /close control of
Passenger
handle type detent
Side console,
front and rear passenger
Red light
door control
or two momentary
forward
doors
push buttons
Rear door
Two - position
Side console
Allows driver to override
override
switch in approved
forward
activation of rear door
location
passenger tape switches
Engine
Momentary switch
Permits driver override
shutdown
with operation
Side console
auto engine shutdown
override
protection
CMPC- 15- LTB -RFP 80 January 2015
Colorado Mountain
Purchasing Consortium
TABLE 6 (Transit )
Transit Bus Instruments and Alarms
Section 6
Device
Description
Location
Function
Visual/ Audible
Hazard
Two- position
Side console
flashers
switch
or dash right
Activates emergency flashers
Two green lights
wing
Fire
Red push button
Dash left
Permits driver to override
with protective
wing or dash
and manually discharge fire
Red light
suppression
cover
center
suppression system
Mobile data
Facilitates driver interaction
LCD display with
Mobile data
terminal coach
Above right
with communication system
visual status and
terminal
operator interface
dash wing
and master log -on
text messages
panel
Farebox
Farebox coach
Facilitates driver interaction
interface
operator interface
Near farebox
with farebox system
LCD display
panel
Destination
Destination sign
In approved
Facilitates driver interaction
sign interface
interface panel
location
with destination sign system,
LCD display
manual entry
Momentary push
button (two
Left foot
Activates left and right turn
Two green lights
Turn signals
required) raised
panel
signals
and optional
from other
audible indicator
switches
Momentary push
In approved
Permits driver to manually
PA manual
button
location
activate public address
microphone
Permits driver to make
Low - profile
Low - profile
Steering
announcements with both
microphone
discrete mounting
column
hands on the wheel and
focusing on road conditions
High beam
Detented push
In approved
Permits driver to toggle
Blue light
button
location
between low and high beam
Side console
permits driver to apply and
Parking brake
Pneumatic PPV
or dash left
release parking brake
Red light
wing
Vertical side
Park brake
Pneumatic PPV
of the side
Permits driver to push and
release
console or
hold to release brakes
dash center
Hill holder
Two - position
Side console
Applies brakes to prevent
momentary switch
bus from rolling
Remote
Engine
Permits technician to raise
engine speed
Rotary rheostat
compartment
and lower engine RPM from
engine compartment
Master door/
Multi -pole toggle,
Out of
Permits driver override to
interlock
detented
operator's
disable door and
Red light
reach
brake /throttle interlock
Warning
Dash panel
Illuminates to warn driver
interlocks
Red indicator light
that interlocks have been
Red light
deactivated
center
deactivated
CMPC- 15- LTB -RFP 81 January 2015
Colorado Mountain
Purchasing Consortium
TABLE 6 (Transit )
Transit Bus Instruments and Alarms
Section 6
Device
Description
Location
Function
Visual/ Audible
Within reach
permits driver override to
Retarder
Multi -pole switch
of operator
disable brake
Red light
disable
detented
or approved
retardation /regeneration
location
Alarm
Push button
Approved
Permits driver to
acknowledge
momentary
location
acknowledge alarm condition
In sign
Rear door
Multi -pole toggle,
compartment
Permits driver to override
passenger
detented
or driver's
rear door passenger sensing
sensor disable
barrier
system
compartment
Indicator/
Momentary switch
Dash center
Permits driver to activate
All visuals and
alarm test
or programming'
panel
test of sentry, indicators and
audibles
button
audible alarms
Auxiliary
110 V power
Approved
Property to specify what
power
receptacle
location
function to supply
Speedometer,
Visual indication of speed
odometer, and
Dash center
and distance traveled,
Speedometer
diagnostic
panel
accumulated vehicle
Visual
capability, 5 -mile
mileage, fault condition
increments
display
Air pressure
Primary and
Dash center
Visual indication of primary
Red light and
gauge
secondary,
panel
and secondary air systems
buzzer
5 psi increments
Fire detection
Coach operator
Property
specific or
Indication of fire detection
Buzzer and red
display
dash center
activation by zone /location
light
Door
Sensing of door
Dash center
Indication of rear door
Red light and
obstruction
obstruction
sensitive edge activation
buzzer
Door ajar
Door not properly
Property
specific or
Indication of rear door not
Buzzer or alarm
closed
dash center
properly closed
and red light
Sensing low
Low system
primary and
Dash center
Indication of low air system
Buzzer and red
air pressure
secondary air tank
pressure
light
pressure
Methane
Detection of
Property
No start condition,
detection
system integrity
specific or
Detects system failure
amber light
function
dash center
Methane
Indication of 20%
Property
Flashing red at
detection
LED emergency
specific or
Detects levels of methane
20% LEL
light (LEL)
dash center
Methane
Indication of 50%
Property
Solid red at 50%
detection
LEL
specific or
Detects levels of methane
LEL
dash center
CMPC- 15- LTB -RFP 82 January 2015
Colorado Mountain
Purchasing Consortium
TABLE 6 (Transit )
Transit Bus Instruments and Alarms
Section 6
Device
Description
Location
Function
Visual/ Audible
Low coolant
Engine
indicator may be
coolant
supplied as audible
Within
Detects low coolant condition
Amber light
indicator
alert and visual
driver's sight
and /or text
message
Coolant
temperature
Hot engine
indicator may be
Within
Detects hot engine condition
indicator
supplied as audible
driver's sight
and initiates time delay
Red light
alert and visual
shutdown
and /or text
message
Engine oil pressure
Low engine oil
indicator may be
Detects low engine oil
pressure
supplied as audible
Within
pressure condition and
Red light
indicator
alert and visual
driver's sight
initiates time - delayed
and /or text
shutdown
message
ABS indicator
Detects system
Dash center
Displays system failure
Amber light
status
HVAC
Detects system
Dash center
Displays system failure
Amber or red light
indicator
status
Detects no charge condition
Charging
and optionally detects
Red light flashing
system
Detect charging
Dash center
battery high, low, imbalance,
or solid based on
indicator
system status
no charge condition, and
condition
(12/24 V)
initiates time - delayed
shutdown
Bike rack
deployed
Detects bike rack
Dash center
Indication of bike rack not
Amber or red light
indicator
position
being in fully stowed position
Analog gauge,
Indication of fuel tank
Fuel tank level
graduated based
Dash center
level /pressure
on fuel type
Displays level of DEF tank
DEF gauge
Level Indicator
Center dash
and indicates with warning
Red light
light when low
Active
Detects status
Dash center
Indication of electric
Amber or red light
regeneration
I
regeneration
1. Indicate area by drawing. Break up switch control from indicator lights.
TS 44.6 Driver Foot Controls
Accelerator and brake pedals shall be designed for ankle motion. Foot surfaces of
the pedals shall be faced with wear - resistant, nonskid, replaceable material.
CMPC- 15- LTB -RFP 83 January 2015
Colorado Mountain Section 6
Purchasing Consortium
TS 44.6.1 Pedal Angle
The vertical angle of the accelerator and brake pedals shall be determined from a
horizontal plane regardless of the slope of the cab floor. The accelerator and brake
pedals shall be positioned at an angle of 37 to 50 deg at the point of initiation of
contact and extend downward to an angle of 10 to 18 deg at full throttle.
The location of the brake and accelerator pedals shall be determined by the
manufacturer, based on space needs, visibility, lower edge of windshield and
vertical H- point.
TS 44.6.2 Pedal Dimensions and Position
The floor- mounted accelerator pedal shall be 10 to 12 in. long and 3 to 4 in. wide.
Clearance around the pedal must allow for no interference precluding operation.
The accelerator and brake pedals shall be positioned such that the spacing
between them, measured at the heel of the pedals, is between 1 and 2 in.
Both pedals should be located approximately on the same plane coincident to
the surface of the pedals.
TS 44.7 Brake and Accelerator Pedals
III,,,,, °'III °'III....! 111114 A ° °III
Adjustable Brake and Accelerator Pedals
Both pedals shall be adjustable forward and rearward a minimum of 3 in. The
adjustment shall be made by use of a dash - mounted toggle or rocker switch. The
switch shall be clearly labeled to identify it as pedal adjustment and shall be within
easy reach of the driver. Pedal adjustment shall be enabled only when the bus is
stationary and the parking brake engaged.
TS 44.8 Driver Foot Switches
Floor- Mounted Foot Control Platform
The angle of the turn signal platform shall be determined from a horizontal plane,
regardless of the slope of the cab floor. The turn signal platform shall be angled at
a minimum of 10 deg and a maximum of 37 deg. It shall be located no closer to the
seat front than the heel point of the accelerator pedal.
Turn Signal Controls
Turn signal controls shall be floor- mounted, foot - controlled, water - resistant, heavy -
duty, momentary contact switches.
CMPC- 15- LTB -RFP 84 January 2015
Colorado Mountain Section 6
Purchasing Consortium
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Foot Switch Control
The control switches for the turn signals shall be mounted on an inclined, floor -
mounted stainless steel enclosure or metal plate mounted to an incline integrated
into the driver's platform, located to the left of the steering column. The location
and design of this enclosure shall be such that foot room for the operator is not
impeded. The inclined mounting surface shall be skid - resistant. All other signals,
including high beam and public address system, shall be in approved locations.
The foot switches shall be UL- listed, heavy -duty type, of a rugged, corrosion -
resistant metal construction. The foot switches for the directionals shall be
momentary type, while those for the PA system and the high beam shall be latching
type. The spacing of the switches shall be such that inadvertent simultaneous
deflection of switches is prevented.
TS 45. Driver's Amenities
TS 45.1 Coat Hanger
III 11I Ilf;;;! 11 114 A ° "III' °'; Ilf;;;!
Coat Hook
A hook and loop shall be provided to secure the driver's coat.
TS 45.2 Drink Holder
111 III....! Ilf : : :' „ L) III 11L
No drink holder.
TS 45.3 Storage Box
111 III....! Ilf : : :' „ L) III 11L
Storage Box
An enclosed driver storage area shall be provided with a positive latching door
and /or lock. The minimum size is 2750 in . 3
TS 46. Windshield Wipers and Washers
TS 46.1 Windshield Wipers
The bus shall be equipped with a windshield wiper for each half of the windshield.
At 60 mph, no more than 10 percent of the wiped area shall be lost due to
windshield wiper lift. For two -piece windshields, both wipers shall park along the
center edges of the windshield glass. For single -piece windshields, wipers shall park
along the bottom edge of the windshield. Windshield wiper motors and mechanisms
CMPC- 15- LTB -RFP 85 January 2015
Colorado Mountain Section 6
Purchasing Consortium
shall be easily accessible for repairs or service. The fastener that secures the wiper
arm to the drive mechanism shall be corrosion - resistant.
III 11I 11 114 A " "III " "I Ilf;;;!
Intermittent Wiper with Variable Control
A variable -speed feature shall be provided to allow adjustment of wiper speed for
each side of the windshield between approximately five (5) and twenty -five (25)
cycles per minute.
TS 46.2 Windshield Washers
The windshield washer system, when used with the wipers, shall deposit washing
fluid evenly and completely wet the entire wiped area.
The windshield washer system shall have a minimum 3- gallon reservoir, located for
easy refilling from outside the bus. Reservoir pumps, lines and fittings shall be
corrosion - resistant and must include a means to determine fluid level.
TS 47. Driver's Seat
FIGURE 5
Driver's Seat
TS 47.1 Dimensions
The driver's seat shall be comfortable and adjustable so that people ranging in size
from a 95th - percentile male to a 5th - percentile female may operate the bus.
CMPC- 15- LTB -RFP 86 January 2015
Colorado Mountain Section 6
Purchasing Consortium
TS 47.1.1 Seat Pan Cushion Length
Measurement shall be from the front edge of the seat pan to the rear at its
intersection with the seat back. The adjustment of the seat pan length shall be no
less than 16.5 in. at its minimum length and no more than 20.5 in. at its maximum
length. The seat cushion shall have an adjustable thigh extension with a minimum
of 2" of travel.
SP 1.1.1 Seat Pan Cushion Height
Ilf; l::::A IJ III ,,,,; "'III
Dimensions
Measurement shall be from the cab floor to the top of the level seat at its center
midpoint. The seat shall adjust in height from a minimum of 14 in., with a minimum
6 in. vertical range of adjustment.
TS 47.1.2 Seat Pan Cushion Slope
Measurement is the slope of the plane created by connecting the two high points of
the seat, one at the rear of the seat at its intersection with the seat back and the
other at the front of the seat just before it waterfalls downward at the edge. The
slope can be measured using an inclinometer and shall be stated in degrees of
incline relative to the horizontal plane (0 deg). The seat pan shall adjust in its slope
from no less than plus 12 deg (rearward "bucket seat" incline) to no less than
minus 5 deg (forward slope). The seat cushion tilt shall operate independently of
the suspension and seat back recline.
TS 47.1.3 Seat Base Fore /Aft Adjustment
Measurement is the horizontal distance from the heel point to the front edge of the
seat. The minimum and maximum distances shall be measured from the front edge
of the seat when it is adjusted to its minimum seat pan depth (approximately 15
in.). On all low -floor buses, the seat base shall travel horizontally a minimum of 9
in. It shall adjust no closer to the heel point than 6 in. On all high -floor buses, the
seat base shall travel a minimum of 9 in. and adjust no closer to the heel point than
6 in.
TS 47.1.4 Seat Pan Cushion Width
Measurement is the horizontal distance across the seat cushion. The seat pan
cushion shall be 17 to 21 in. across at the front edge of the seat cushion and 20 to
23 in. across at the side bolsters.
TS 47.1.5 Seat Suspension
The driver's seat shall be appropriately dampened to support a minimum weight of
380 lbs. The suspension shall be capable of dampening adjustment in both
directions.
CMPC- 15- LTB -RFP 87 January 2015
Colorado Mountain Section 6
Purchasing Consortium
Rubber bumpers shall be provided to prevent metal -to -metal contact. Seat
suspension shall be equipped with dual adjustable shocks.
TS 47.1.6 Seat Back
Width
Measurement is the distance between the outermost points of the front of the seat
back, at or near its midpoint in height. The seat back width shall be no less than 19
in. Seat back will include dual recliner gears on both sides of the seat.
Height
Standard height seat back.
TS 47.1.7 Headrests
111 III....! Ilf : : :' „ IJ III ,,,,; "'III
Adjustable headrest.
TS 47.1.8 Seat Back Lumbar Support
Measurement is from the bottom of the seat back at its intersection with the seat
pan to the top of the lumbar cushioning. The seat back shall provide adjustable -
depth lumbar back support with three individual operating lumbar cells within a
minimum range of 7 to 11 in.
TS 47.1.9 Seat Back Angle Adjustment
The seat back angle shall be measured relative to a level seat pan, where 90 deg is
the upright position and 90 deg -plus represents the amount of recline.
The seat back shall adjust in angle from a minimum of no more than 90 deg
(upright) to at least 105 deg (reclined), with infinite adjustment in between. The
seat back shall be equipped with a plastic back protector to avoid damage of the
seat during reclining.
TS 47.2 Seat Belt
The belt assembly should be an auto - locking retractor (ASR). All seat belts should
be stored in automatic retractors. The belts shall be mounted to the seat frame so
that the driver may adjust the seat without resetting the seat belt.
The seat and seatbelt assemblies as installed in the bus shall withstand static
horizontal forces as required in FMVSS 207 and 210.
CMPC- 15- LTB -RFP 88 January 2015
Colorado Mountain Section 6
Purchasing Consortium
III 11I 111114 A " "III " "; Ilf;;;!
Lap and Shoulder (Three- Point) Seat Belt
Seat belts shall be provided across the driver's lap and diagonally across the
driver's chest. The driver shall be able to use both belts by connecting a single
buckle on the right side of the seat cushion and should be one belt. Driver should
not be able to separate the two belts to make a lap belt only. Three -point seatbelts
must be emergency locking retractor (ELR) in design.
III 11I 11: 1114 A " "III " "; Ilf;;;!
Adjustable- height D -ring.
III 11I 11: 1114 A " "III " "; Ilf;;;!
All seatbelt assemblies shall come equipped with a warning switch device to remind
operators to buckle up.
Lap Belt Length
III 11I 11: 1114 A " "III " "; Ilf;;;!
72 in. with Extension
The lap belt assembly shall be 72 in. in length with an 8 in. seat belt extension, as
long as the OEM provides i.
TS 47.3 Adjustable Armrest
111 III....! Ilf : : :' „ L) III 11L
No armrests.
TS 47.4 Seat Control Locations
While seated, the driver shall be able to make seat adjustments by hand without
complexity, excessive effort or being pinched. Adjustment mechanisms shall hold
the adjustments and shall not be subject to inadvertent changes.
TS 47.5 Seat Structure and Materials
Cushions
Cushions shall be fully padded with at least 3 in. of materials in the seating areas at
the bottom and back.
Cushion Materials
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Open -cell polyurethane (FMVSS 302).
CMPC- 15- LTB -RFP 89 January 2015
Colorado Mountain
Purchasing Consortium
TS 47.6 Pedestal
Powder - coated steel.
TS 47.7 Seat Options
Section 6
• seat alarm
• fabric options: Recaro Ergo Metro with vinyl headrest
• seat air vent
• side bolsters adjustments
• silicone seat cushion
TS 47.8 Mirrors
TS 47.8.1 Exterior Mirrors
The bus shall be equipped with corrosion - resistant, outside rearview mirrors
mounted with stable supports to minimize vibration. Mirrors shall be firmly attached
to the bus to minimize vibration and to prevent loss of adjustment with a
breakaway mounting system. Mirrors shall permit the driver to view the roadway
along the sides of the bus, including the rear wheels. Mirrors should be positioned
to prevent blind spots.
Mirrors shall retract or fold sufficiently to allow bus washing operations but avoid
contact with windshield.
III,,,,; "'III "'III....! 11: 1114 A " "III
Exterior mirrors shall be installed with a breakaway mounting system.
III,,,,; "'III "'III....! 11: 1114 A " "III
Spring - loaded mirror heads auto return.
III,,,,; "'III "'III....! 11: 1114 A " "III
Combination of flat and convex mirrors referred to as transit - specific.
Curbside Mirrors
The curbside rearview mirror shall be mounted so that its lower edge is no less than
76 in. above the street surface. A lower mount may be required due to mirror
configuration requests.
CMPC- 15- LTB -RFP 90 January 2015
Colorado Mountain Section 6
Purchasing Consortium
Ilf; III....! Ilf : : :' „ L) III ,,,,; "'III
Remote Adjustment of Curbside Mirror
The driver shall be able to adjust the curbside mirror remotely while seated in the
driving position. The control for remote positioning of the mirror shall be a single
switch or device.
III 11I 11: 1114 A " "III " "; Ilf;;;!
Heated and Remote Mirrors
The heaters shall be energized whenever the driver's heater and /or defroster is
activated or activated independently.
Street -Side Mirrors
III 11I 11: 1114 A " "III " "; Ilf;;;!
Remote Adjustment of Curbside Mirror
The driver shall be able to adjust the street -side mirror remotely while seated in the
driving position. The control for remote positioning of the mirror shall be a single
switch or device.
III 11I 11: 1114 A " "III " "; Ilf;;;!
Heated Street -Side Mirrors
The street -side mirrors shall have heaters that energize whenever the driver's
heater and /or defroster is activated, or can be activated independently.
TS 47.8.2 Interior Mirrors
Mirrors shall be provided for the driver to observe passengers throughout the bus
without leaving the seat and without shoulder movement. The driver shall be able
to observe passengers in the front /entrance and rear /exit areas (if applicable),
anywhere in the aisle, and in the rear seats.
CMPC- 15- LTB -RFP 91 January 2015
Colorado Mountain
Purchasing Consortium
1, 11 1111
TS 48. General
Use with 29 -30 ft length: A minimum of 6000 sq
operator and door windows, shall be required on
configuration bus.
Section 6
in. of window area, including
each side of the standard
Use with 35 ft length: A minimum of 8000 sq in. of window area, including operator
and door windows, shall be required on each side of the standard configuration bus.
Use with 40 ft length: A minimum of 10,000 sq in. of window area, including
operator and door windows, shall be required on each side of the standard
configuration bus.
TS 49. Windshield
The windshield shall permit an operator's field of view as referenced in SAE
Recommended Practice 11050.The vertically upward view shall be a minimum of 14
deg, measured above the horizontal and excluding any shaded band. The vertically
downward view shall permit detection of an object 31/2 ft high no more than 2 ft in
front of the bus. The horizontal view shall be a minimum of 90 deg above the line of
sight. Any binocular obscuration due to a center divider may be ignored when
determining the 90 deg requirement, provided that the divider does not exceed a 3
deg angle in the operator's field of view. Windshield pillars shall not exceed 10 deg
of binocular obscuration. The windshield shall be designed and installed to minimize
external glare as well as reflections from inside the bus.
The windshield shall be easily replaceable by removing zip -locks from the
windshield retaining moldings. Bonded -in -place windshields shall not be used.
Winglets may be bonded.
TS 49.1 Glazing
The windshield glazing material shall have a 1/4 in. nominal thickness laminated
safety glass conforming to the requirements of ANSI Z26.1 Test Grouping AS -1 and
the recommended practices defined in SAE 1673.
III,,,,; "'III "'III....! 111114 A " "III "" ;I Ilf;;;!
No band required.
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Two -piece windshield.
CMPC- 15- LTB -RFP 92 January 2015
Colorado Mountain
Purchasing Consortium
TS 50. Driver's Side Window
Section 6
The driver's side window shall be the sliding type, requiring only the rear half of the
sash to latch upon closing, and shall open sufficiently to permit the seated operator
to easily adjust the street -side outside rearview mirror. When in an open position,
the window shall not rattle or close during braking. This window section shall slide
in tracks or channels designed to last the service life of the bus. The operator's side
window shall not be bonded in place and shall be easily replaceable. The glazing
material shall have a single- density tint.
The driver's view, perpendicular through operator's side window glazing, should
extend a minimum of 33 in. (840 mm) to the rear of the heel point on the
accelerator, and in any case must accommodate a 95th percentile male operator.
The view through the glazing at the front of the assembly should begin not more
than 26 in. (560 mm) above the operator's floor to ensure visibility of an under -
mounted convex mirror. Driver's window construction shall maximize ability for full
opening of the window.
111 III....! Ilf : : :' „ t.) III ,,,,; "'III
The driver's side window glazing material shall have a 1/4 in. nominal thickness
laminated safety glass conforming to the requirements of ANSI Z26.1 -1996 Test
Grouping AS -2 and the recommended practices defined in SAE 1673.
The design shall prevent sections from freezing closed in the winter. Light
transmittance shall be 75 percent on the glass area below 53 in. from the operator
platform floor. On the top- fixed - over - bottom - slider configuration, the top fixed area
above 53 in. may have a maximum 5 percent light transmittance.
III,,,,; "'III "'III....! 11: 1114 A " "III "" ;I Ilf;;;!
Hidden Frame (Flush "Euro- Look ") Driver's Side Window
Agency to choose from the following options:
• top fixed over bottom slider
• non - egress
TS 51. Side Windows
TS 51.1 Configuration
Side windows shall not be bonded in place, but shall be easily replaceable without
disturbing adjacent windows and shall be mounted so that flexing or vibration from
engine operation or normal road excitation is not apparent. All aluminum and steel
material will be treated to prevent corrosion.
CMPC- 15- LTB -RFP 93 January 2015
Colorado Mountain Section 6
Purchasing Consortium
TS 51.2 Emergency Exit (Egress) Configuration
III 11I 111114 A ° "III
Maximum Egress
Every window shall be capable of being made an egress window.
III 11I 11: 1114 A " "III
Hidden Frame (Seamless)
• openable windows with inward - opening transom panels
TS 51.3 Configuration
III 11I 111114 A ° "III
Operable Windows with Inward - Opening Transom Panels (Fixed Bottom, Tip -In
Top)
Each operable side window shall incorporate an upper transom portion. The
transom shall be between 25 and 35 percent of the total window area. The lower
portion of the window shall be fixed. The transom portion shall be hinged along the
lower edge and open inward.
TS 51.4 Materials
111 III....! 111::::A IJ III 11L
Safety Glass Glazing Panels
Side windows glazing material shall have a minimum of 3/16 in. nominal thickness
tempered safety glass. The material shall conform to the requirements of ANSI
Z26.1 -1996 Test Grouping 2 and the recommended practices defined in SAE 1673.
111 III....! 111::::A IJ III ,,,,; "'III
Windows on the bus sides and in the rear door shall be tinted a neutral color,
complementary to the bus exterior. The maximum solar energy transmittance shall
not exceed 37 percent, as measured by ASTM E -424. Luminous transmittance shall
be measured by ASTM D -1003. Windows over the destination signs shall not be
tinted.
CMPC- 15- LTB -RFP 94 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Safety Glass Glazing Panels
Side windows glazing material shall have a minimum of 3/16 in. nominal thickness
tempered safety glass. The material shall conform to the requirements of ANSI
Z26.1 Test Grouping 2 and the recommended practices defined in SAE 1673.
NOTE: All glass treatments must be permanent, within the glass and /or in the
center membrane. Surface films are not permitted.
SHGC and light transmission performance shall be defined by the National
Fenestration Rating Council.
TS 51.5 Rear Window
111 III....! Ilf : : :' „ L) III 11L
No requirement for rear window.
CMPC- 15- LTB -RFP 95 January 2015
Colorado Mountain Section 6
Purchasing Consortium
IIII ° °I111111::::A IIII NNE II I III II IIII NNE IIII A IIII i:: IIM G A IIM III13 NNE III1 c o iim IIIC) NNE r::i::o11M3::11MG
TS 52. Capacity and Performance
The HVAC climate control system shall be capable of controlling the temperature
and maintaining the humidity levels of the interior of the bus as defined in the
following paragraphs.
111 III....! Ilf : : :' „ L) III ,,,,; "'III
HVAC equipped. See below for configuration.
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Allow Either Roof- or Rear - Mounted HVAC Unit
The HVAC unit may either be roof or rear - mounted. Note that a rear - mounted unit
will preclude a rear window and that the term "roof- mounted unit" includes units
mounted on top of or beneath the roof surface.
III 11I 111;! 1181 III " "; III ( III; ';� III III ; III,,,,, 11 II4 Ilf;1 i �i III ,! �� '" � ....... U
High - voltage electric- driven A/C system with full hermetic A/C compressor,
condenser fan, evaporator blower motors and brushless A/C generators.
With the bus running at the design operating profile with corresponding door
opening cycle, and carrying a number of passengers equal to 150 percent of the
seated load, the HVAC system shall control the average passenger compartment
temperature within a range between 65 and 80 °F, while maintaining the relative
humidity to a value of 50 percent or less. The system shall maintain theseconditions
while subjected to any outside ambient temperatures within a range of 10 to 95 OF
and at any ambient relative humidity levels between 5 and 50 percent.
When the bus is operated in outside ambient temperatures of 95 to 115 °F, the
interior temperature of the bus shall be permitted to rise 0.5 °F for each degree of
exterior temperature in excess of 95 °F.
When the bus is operated in outside ambient temperatures in the range of -10 to
10 °F, the interior temperature of the bus shall not fall below 55 OF while the bus is
running on the design operating profile.
CMPC- 15- LTB -RFP 96 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
System capacity testing, including pull- down /warm -up, stabilization and profile,
shall be conducted in accordance to APTA's Recommended Practice "Transit Bus
HVAC System Instrumentation and Performance Testing."
NOTE: The recommended locations of temperature probes are only guidelines
and may require slight modifications to address actual bus design. Care must
be taken to avoid placement of sensing devices in the immediate path of an
air duct outlet. In general, the locations are intended to accurately represent
the interior passenger area.
Additional testing shall be performed as necessary to ensure compliance to
performance requirements stated herein.
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Capacity and Performance Requirements
The air - conditioning portion of the HVAC system shall be capable of reducing the
passenger compartment temperature from 115 to 95 OF in less than 20 minutes
after engine start -up. Engine temperature shall be within the normal operating
range at the time of start -up of the cool -down test, and the engine speed shall be
limited to fast idle, which may be activated by a driver - controlled device. During
the cool -down period, the refrigerant pressure shall not exceed safe high -side
pressures, and the condenser discharge air temperature, measured 6 in. from the
surface of the coil, shall be less than 45 OF above the condenser inlet air
temperature. The appropriate solar load as recommended in the APTA
"Recommended Instrumentation and Performance Testing for Transit Bus Air
Conditioning System," representing 4 p.m. on August 21, shall be used. There shall
be no passengers on board, and the doors and windows shall be closed.
III,,,,; "'III "'III....! 11: 1114 A " "III "" ;I Ilf;;;!
Colder Ambient Conditions
The pull -up requirements for the heating system shall be in accordance with Section
11.1of APTA's Recommended Practice "Transit Bus HVAC System Instrumentation
and Performance Testing." With ambient temperature at -20 °F, and vehicle cold
soaked at that temperature, the bus heating system shall warm the interior
passenger compartment to an average temperature of 70 OF f2 OF within 70
minutes.
TS 53. Controls and Temperature Uniformity
The HVAC system excluding the driver's heater /defroster shall be centrally
controlled with an advanced electronic /diagnostic control system with provisions for
extracting /reading data. The system shall be compliant with 11939 Communication
Protocol for receiving and broadcasting of data.
CMPC- 15- LTB -RFP 97 January 2015
Colorado Mountain Section 6
Purchasing Consortium
Hot engine coolant water shall be delivered to the HVAC system driver's
defroster /heater and other heater cores by means of an auxiliary coolant pump,
sized for the required flow, which is brushless and sealless having a minimum
maintenance -free service life for both the brushless motor and the pump of at least
40,000 hours at full power.
III,,,,; "'III "'III....! 111 114 A " "III "" ;I Ilf;;;!
Fully Automatic Climate Control System
The climate control system shall be fully automatic and control the interior average
temperature to within f2 OF of specified temperature control setpoint.
Ilf; III....! Ilf : : :' „ L) III ,,,,; "'III
Single Control Setpoint at 70 OF
The temperature control setpoint for the system shall be 70 °F.
Interior temperature distribution shall be uniform to the extent practicable to
prevent hot and /or cold spots. After stabilization with doors closed, the
temperatures between any two points in the passenger compartment in the same
vertical plane, and 6 to 72 in. above the floor, shall not vary by more than 5 OF with
doors closed. The interior temperatures, measured at the same height above the
floor, shall not vary more than f5 OF from the front to the rear from the average
temperature determined in accordance with APTA's "Recommended Instrumentation
and Performance Testing for Transit Bus Air Conditioning System." Variations of
greater than f5 OF will be allowed for limited, localized areas provided that the
majority of the measured temperatures fall within the specified requirement.
CMPC- 15- LTB -RFP 98 January 2015
Colorado Mountain
Purchasing Consortium
TS 53.1 Auxiliary Heater
III 11I 111114 A ° "III "'';I Ilf;;;!
Section 6
Auxiliary Heater - Diesel Engine
An auxiliary heater fired by diesel fuel shall be provided to supplement the heat
supplied by the engine and shall have an output necessary to meet the
performance criteria. The heater shall be equipped with safety devices to prevent
overfueling, overheating due to loss of coolant or water pump failure, and operation
during conditions of low battery voltage. The auxiliary heater shall have capability
of functioning in the supplemental mode and preheat mode. The supplemental
mode shall automatically cycle the auxiliary heater "on" and "off" according to the
coolant temperature. No driver input shall be required when the engine is running.
The preheat mode shall be enabled through a single -pole double -throw momentary
switch. With the master run switch in the "off" position, toggling the switch to its
momentary upward ( "on ") position shall enable the auxiliary heater to operate in
preheat. Once in preheat, the unit shall continue to operate and cycle until either
the preheat switch is toggled to its momentary downward ( "off ") position, or the
master run switch is turned "on," or the time elapsed exceeds 60 minutes, at which
time the preheat mode will automatically be disabled. The supplement mode will
always override the preheat mode.
The auxiliary heater coolant pump shall shut down when the coolant is up to
temperature during the supplemental mode. With the engine running, there shall be
coolant flow through the heater all the time. The temperature sensor shall
constantly measure the coolant temperature and cycle "on" if required, at which
time the coolant pump turns on.
The auxiliary heater shall be equipped with a self - priming fuel pump. The unit shall
be electronically controlled with appropriate diagnostics for troubleshooting.
Operation, as well as diagnostic data, shall be stored and shall be retrievable
through an IBM compatible PC. The auxiliary heater maintenance /diagnostic
information shall be communicated through the appropriate protocol, SAE 11708 or
11939.
The auxiliary heater must be sized accordingly to prevent short cycling and meet
the manufacturers recommended minimum heater cycle on run time. The heater
must operate within manufacturers emissions specifications up to 12,000 feet
above sea level.
TS 54. Air Flow
TS 54.1 Passenger Area
The cooling mode of the interior climate control system shall introduce air into the
bus at or near the ceiling height at a minimum rate of 25 cubic ft per minute (cfm)
per passenger based on the standard configuration bus carrying a number of
passengers equal to 150 percent of the seated load. Airflow shall be evenly
CMPC- 15- LTB -RFP 99 January 2015
Colorado Mountain Section 6
Purchasing Consortium
distributed throughout the bus, with air velocity not exceeding 100 ft per minute on
any passenger. The ventilating mode shall provide air at a minimum flow rate of 20
cfm per passenger.
Airflow may be reduced to 15 cfm per passenger (150 percent of seated load) when
operating in the heating mode. The fans shall not activate until the heating element
has warmed sufficiently to ensure at least 70 OF air outlet temperature. The heating
air outlet temperature shall not exceed 120 OF under any normal operating
conditions.
The climate control blower motors and fan shall be designed such that their
operation complies with the interior noise level requirements.
III,,,,; "'III "'III....! 11: 1114 A " "III "" ;I Ilf;;;!
Requirement for 10 Percent "Fresh Air" Mixture
The air shall be composed of no less than 10 percent outside air.
TS 54.2 Driver's Area
The bus interior climate control system shall deliver at least 100 cfm of air to the
driver's area when operating in the ventilating and cooling modes. Adjustable
nozzles shall permit variable distribution or shutdown of the airflow. Airflow in the
heating mode shall be reduced proportionally to the reduction of airflow into the
passenger area. The windshield defroster unit shall meet the requirements of SAE
Recommended Practice 1382, "Windshield Defrosting Systems Performance
Requirements," and shall have the capability of diverting heated air to the driver's
feet and legs. The defroster or interior climate control system shall maintain
visibility through the driver's side window.
TS 54.3 Controls for the Climate Control System (CCS)
The controls for the driver's compartment for heating, ventilation and cooling
systems shall be integrated and shall meet the following requirements:
The heat /defrost system fan shall be controlled by a separate switch that has
an "off" position and at least two positions for speed control. All switches and
controls shall preclude the possibility of clothing becoming entangled, and
shields shall be provided, if required. If the fans are approved by the CMPC,
an "on /off" switch shall be located to the right of or near the main defroster
switch.
A manually operated control valve shall control the coolant flow through the
heater core.
If a cable- operated manual control valve is used, then the cable length shall
be kept to a minimum to reduce cable seizing. Heater water control valves
shall be "positive" type, closed or open.
CMPC- 15- LTB -RFP 100 January 2015
Colorado Mountain Section 6
Purchasing Consortium
TS 54.4 Driver's Compartment Requirements
A separate heating, ventilation and defroster system for the driver's area shall be
provided and shall be controlled by the driver. The system shall meet the following
requirements:
The heater and defroster system shall provide heating for the driver and
heated air to completely defrost and defog the windshield, driver's side
window, and the front door glasses in all operating conditions. Fan(s) shall be
able to draw air from the bus body interior and /or exterior through a control
device and pass it through the heater core to the defroster system and over
the driver's feet. A minimum capacity of 100 cfm shall be provided. The
driver shall have complete control of the heat and fresh airflow for the
driver's area.
The defroster supply outlets shall be located at the lower edge of the
windshield. These outlets shall be durable and shall be free of sharp edges
that can catch clothes during normal daily cleaning. The system shall be such
that foreign objects such as coins or tickets cannot fall into the defroster air
outlets. Adjustable ball vents or louvers shall be provided at the left of the
driver's position to allow direction of air onto the side windows.
A ventilation system shall be provided to ensure driver comfort and shall be capable
of providing fresh air in both the foot and head areas. Vents shall be controllable by
the driver from the normal driving position. Decals shall be provided, indicating
"operating instructions" and "open" and "closed" positions. When closed, vents shall
be sealed to prevent the migration of water or air into the bus.
TS 54.5 Driver's Cooling
111 III....! Ilf : : :' „ L) III 11L
No dedicated evaporator.
III,,,,; "'III "'III....! 11: 1114 A " "III "" ;I Ilf;;;!
A separate fan unit shall provide 100 cfm of air to the driver's area through
directionally adjustable nozzles and an infinitely variable fan control, both of which
shall be located above and ahead of the driver.
III,,,,; "'III "'III....! 11: 1114 A " "III "" ;I Ilf;;;!
Driver's booster blower.
TS 55. Air Filtration
Air shall be filtered before entering the AC system and being discharged into the
passenger compartment. The filter shall meet the ANSI /ASHRAE 52.1 requirement
for 5 percent or better atmospheric dust spot efficiency, 50 percent weight
CMPC- 15- LTB -RFP 101 January 2015
Colorado Mountain Section 6
Purchasing Consortium
arrestance, and a minimum dust holding capacity of 120 g per 1000 cfm cell. Air
filters shall be easily removable for service.
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Cleanable Filters
Air filters shall be cleanable.
TS 56. Roof Ventilators
Each ventilator shall be easily opened and closed manually. When open with the
bus in motion, this ventilator shall provide fresh air inside the bus. The ventilator
shall cover an opening area no less than 425 sq in. and shall be capable of being
positioned as a scoop with either the leading or trailing edge open no less than 4
in., or with all four edges raised simultaneously to a height of no less than 31/2 in.
An escape hatch shall be incorporated into the roof ventilator. Roof ventilator(s)
shall be sealed to prevent entry of water when closed.
III,,,,; "'III "'III....! 11: 1114 A " "III
Two Roof Ventilators
Two roof ventilators shall be provided in the roof of the bus, one approximately
over or just forward of the front axle and the other approximately over the rear
axle.
TS 57. Maintainability
Manually controlled shut -off valves in the refrigerant lines shall allow isolation of
the compressor and dehydrator filter for service. To the extent practicable, self -
sealing couplings utilizing 0 -ring seals shall be used to break and seal the
refrigerant lines during removal of major components, such as the refrigerant
compressor. Shut -off valves may be provided in lieu of self - sealing couplings. The
condenser shall be located to efficiently transfer heat to the atmosphere and shall
not ingest air warmed above the ambient temperature by the bus mechanical
equipment, or to discharge air into any other system of the bus. The location of the
condenser shall preclude its obstruction by wheel splash, road dirt or debris. HVAC
components located within 6 in. of floor level shall be constructed to resist damage
and corrosion.
111 III....! Ilf : : :' „ L) III ,,,,; "'III
High and low refrigerant pressure electronic gauges to be located in the return air
area.
CMPC- 15- LTB -RFP 102 January 2015
Colorado Mountain Section 6
Purchasing Consortium
TS 58. Entrance /Exit Area Heating
III 11I 111114 A ° "III "' Ilf;;;!
Entrance /Exit Area Heating
Heat shall be supplied to the entrance and exit areas to maintain a tread surface
temperature no less than 35 OF in an ambient of -10 OF to prevent accumulation of
snow, ice or slush with the bus operating under design operating profile and
corresponding door opening cycle.
TS 59. Floor -Level Heating
TS 59.1 Transit Coach
III 11I 111114 A ° "III "' Ilf;;;!
Floor -Level Heating
Sufficient floor -level heaters shall be provided to evenly supply heated forced air.
Control of the floor -level heating shall be through the main heating system
electronic control.
III,,,,; "'III "'III....! 11: 1114 A " "III " "; III....!
Forced Air Floor -Level Heating
Sufficient floor -level heaters shall be provided to evenly supply heated forced air
through floor ducts across the length of the bus. Floor ducts may be discontinued at
the upper level, but additional provisions to prevent cold floors and ensure
temperature uniformity shall be included. Control of the floor -level heating shall be
through the main heating system electronic control.
III,,,,; "'III "'III....! 11: 1114 A " "III " "; III....!
Convector Air Floor -Level Heating
Sufficient floor -level heaters shall be provided that evenly supply convector air
across the length of the bus. Control of the floor -level heating shall be through the
main heating system's electronic control.
III,,,,; "'III "'III....! 11: 1114 A " "III " "; III....!
Warm Wall Heating
Sufficient heaters shall be provided with ducting to blow warm air upward through a
cavity in the wall and discharge the warm air at the base of the windows. Control of
the warm wall heating shall be through the main heating system electronic control.
CMPC- 15- LTB -RFP 103 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
Illfllll; "" Illf llll; IIII : :I :; IIII IIII :: II Illf llll; IIII S, III1 : : : :::: II Ili:; IIII °° 11111111:11:11:; S AII IIII :: Illfllll; "" Illf llll; IIII : :I :; IIII IIII :I: IIII°°1IIII r::I::IIMG
II
TS 60. Design
The bus shall have a clean, smooth, simple design, primarily derived from bus
performance requirements and passenger service criteria. The exterior and body
features, including grilles and louvers, shall be shaped to facilitate cleaning by
automatic bus washers without snagging washer brushes. Water and dirt shall not
be retained in or on any body feature to freeze or bleed out onto the bus after
leaving the washer. The body and windows shall be sealed to prevent leaking of air,
dust or water under normal operating conditions and during cleaning in automatic
bus washers for the service life of the bus.
For evaluation purposes, the Consortium requests that BRT styled vehicles lie the
2Ei . 2 i However e properties 1 of this procurement have
requested that convent1
f2, 04g additional option. such, proposers are strongly encouraged
tosubmit multiple body designs and pricing information if they so choose.
Exterior panels shall be sufficiently stiff to minimize vibration, drumming or flexing
while the bus is in service. When panels are lapped, the upper and forward panels
shall act as a watershed. However, if entry of moisture into the interior of the
vehicle is prevented by other means, then rear cap panels may be lapped
otherwise. The windows, hatches and doors shall be able to be sealed.
Accumulation of spray and splash generated by the bus's wheels shall be minimized
on windows and mirrors.
TS 60.1 Materials
Body materials shall be selected and the body fabricated to reduce maintenance,
extend durability and provide consistency of appearance throughout the service life
of the bus. Detailing shall be kept simple, and add -on devices and trim shall be
minimized and integrated into the basic design.
111 III....! Ilf : : :' „ L) III ,,,,; "'III
No requirement for protection against graffiti /vandalism for body material surfaces.
TS 60.2 Roof - Mounted Equipment (Transit Bus)
A non -skid, clearly marked walkway or steps shall be incorporated on the roof to
provide access to equipment without damaging any system or bus paneling.
TS 61. Pedestrian Safety
Exterior protrusions along the side and front of the bus greater than 1/2 in. and
within 80 in. of the ground shall have a radius no less than the amount of the
protrusion. The exterior rearview mirrors, cameras and required lights and
reflectors are exempt from the protrusion requirement. Advertising frames shall
CMPC- 15- LTB -RFP 104 January 2015
Colorado Mountain Section 6
Purchasing Consortium
protrude no more than 7/s in. from the body surface. Grilles, doors, bumpers and
other features on the sides and rear of the bus shall be designed to minimize
toeholds or handholds.
Exterior protrusions shall not cause a line -of -sight blockage for the driver.
TS 62. Repair and Replacement
TS 62.1 Side Body Panels (Transit Bus)
Structural elements supporting exterior body panels shall allow side body panels
below the windows to be repaired in lengths not greater than 12.5 ft.
111 III....! Ilf : : :' „ IJ III ,,,,; "'III
Standard attachment of side body panels.
TS 63. Rain Gutters
Rain gutters shall be provided to prevent water flowing from the roof onto the
passenger doors and driver's side window. When the bus is decelerated, the gutters
shall not drain onto the windshield, driver's side window or door boarding area.
Cross sections of the gutters shall be adequate for proper operation.
TS 64. License Plate Provisions
Provisions shall be made to mount standard -size U.S. /Canada license plates per
SAE 1686 on the front and rear of the bus. These provisions shall direct -mount or
recess the license plates so that they can be cleaned by automatic bus - washing
equipment without being caught by the brushes. The rear license plate provision
shall be illuminated per SAE 1587.
III 11I 11: 1114 A " "III " "; Ilf;;;!
Front Plate or Holder is Required
Location to be provided to OEM.
TS 64.1 Rub rails
111 III....! 111::::A IJ III 11L
No requirement for rub rails.
CMPC- 15- LTB -RFP 105 January 2015
Colorado Mountain
Purchasing Consortium
TS 65. Fender Skirts
Section 6
Features to minimize water spray from the bus in wet conditions shall be included
in wheel housing design. Any fender skirts shall be easily replaceable. They shall be
flexible if they extend beyond the allowable body width. Wheels and tires shall be
removable with the fender skirts in place.
TS 66. Wheel Covers (Transit Bus)
iii„ iii,,,,, 111::::A L) III ,,,,,,,, iii,,,
Wheel covers not required.
TS 66.1 Splash Aprons
Standard Splash Aprons
Splash aprons, composed of 1/4 in. minimum composition or rubberized fabric, shall
be installed behind and /or in front of wheels as needed to reduce road splash and
to protect underfloor components. The splash aprons shall extend downward to
within 6 in. off the road surface at static conditions. Apron widths shall be no less
than tire widths. Splash aprons shall be bolted to the bus understructure. Splash
aprons and their attachments shall be inherently weaker than the structure to
which they are attached. The flexible portions of the splash aprons shall not be
included in the road clearance measurements. Splash apron shall be installed as
necessary to protect the wheelchair loading device from road splash. Other splash
aprons shall be installed where necessary to protect bus equipment.
III ,,,,,,,,iii,,, iii,,,,, iii :1114 „ iii,,, , iii,,,,, ,,,iii,,, iii „ IIN 1,,,111 i11„1 L)
Full width fr,ont and rear splash apron.
TS 67. Service Compartments and Access Doors
TS 67.1 Access Doors (Transit Bus)
Conventional or pantograph hinged doors shall be used for the engine compartment
and for all auxiliary equipment compartments, including doors for checking the
quantity and adding to the engine coolant, engine lubricant and transmission fluid.
Access openings shall be sized for easy performance of tasks within the
compartment, including tool operating space. Access doors shall be of rugged
construction and shall maintain mechanical integrity and function under normal
operations throughout the service life of the bus. They shall close flush with the
body surface. All doors shall be hinged at the top or on the forward edge and shall
be prevented from coming loose or opening during transit service or in bus washing
CMPC- 15- LTB -RFP 106 January 2015
Colorado Mountain Section 6
Purchasing Consortium
operations. All access doors shall be retained in the open position by props or
counterbalancing with over - center or gas - filled springs with safety props and shall
be easily operable by one person. Springs and hinges shall be corrosion resistant.
Latch handles shall be flush with, or recessed behind, the body contour and shall be
sized to provide an adequate grip for opening. Access doors, when opened, shall
not restrict access for servicing other components or systems.
If precluded by design, the manufacturer shall provide door design information
specifying how the requirements are met.
TS 67.2 Access Door Latch /Locks
Requirement for Latches on Access Doors
Access doors larger than 100 sq in. in area shall be equipped with corrosion -
resistant flush- mounted latches or locks except for coolant and fuel fill access
doors. All such access doors that require a tool to open shall be standardized
throughout the vehicle and will require a nominal 5/16 in. square male tool to open
or lock.
Engine access cover r rear all be designed preclude funies
and heat into asp r °1. t tnient yet allow access to necessary
conyponents s in i °1. r °1
TS 68. Bumpers
TS 68.1 Location
Bumpers shall provide impact protection for the front and rear of the bus with the top
of the bumper being 27 in., f2 in., above the ground. Bumper height shall be such
that when one bus is parked behind another, a portion of the bumper faces will
contact each other.
TS 68.2 Front Bumper
No part of the bus, including the bumper, shall be damaged as a result of a 5 mph
impact of the bus at curb weight with a fixed, flat barrier perpendicular to the bus's
longitudinal centerline. The bumper shall return to its pre- impact shape within 10
minutes of the impact. The bumper shall protect the bus from damage as a result of
6.5 mph impacts at any point by the common carriage with contoured impact
surface defined in Figure 2 of FMVSS 301 loaded to 4000 Ibs parallel to the
longitudinal centerline of the bus. It shall protect the bus from damage as a result
of 5.5 mph impacts into the corners at a 30 deg angle to the longitudinal centerline
of the bus. The energy absorption system of the bumper shall be independent of
every power system of the bus and shall not require service or maintenance in
normal operation during the service life of the bus. The bumper may increase the
overall bus length specified by no more than 7 in.
CMPC- 15- LTB -RFP 107 January 2015
Colorado Mountain Section 6
Purchasing Consortium
III 11I 111114 A " "III
Mounting provisions for integrated bike rack.
TS 68.3 Rear Bumper
No part of the bus, including the bumper, shall be damaged as a result of a 2 mph
impact with a fixed, flat barrier perpendicular to the longitudinal centerline of the
bus. The bumper shall return to its pre- impact shape within 10 minutes of the
impact. When using a yard tug with a smooth, flat plate bumper 2 ft wide
contacting the horizontal centerline of the rear bumper, the bumper shall provide
protection at speeds up to 5 mph, over pavement discontinuities up to 1 in. high,
and at accelerations up to 2 mph /sec. The rear bumper shall protect the bus when
impacted anywhere along its width by the common carriage with contoured impact
surface defined in Figure 2 of FMVSS 301 loaded to 4000 Ibs, at 4 mph parallel to or
up to a 30 deg angle to the longitudinal centerline of the bus. The rear bumper shall
be shaped to preclude unauthorized riders standing on the bumper. The bumper
shall not require service or maintenance in normal operation during the service life
of the bus. The bumper may increase the overall bus length specified by no more
than 7 in.
TS 68.4 Bumper Material
Bumper material shall be corrosion - resistant and withstand repeated impacts of the
specified loads without sustaining damage. These bumper qualities shall be
sustained throughout the service life of the bus.
TS 69. Finish and Color
TS 69.1 Appearance
All exterior surfaces shall be smooth and free of wrinkles and dents. Exterior
surfaces to be painted shall be properly prepared as required by the paint system
Supplier prior to application of paint to ensure a proper bond between the basic
surface and successive coats of original paint for the service life of the bus. Drilled
holes and cutouts in exterior surfaces shall be made prior to cleaning, priming and
painting, where possible, to prevent corrosion. The bus shall be painted prior to
installation of exterior lights, windows, mirrors and other items that are applied to
the exterior of the bus. Body filler materials may be used for surface dressing, but
not for repair of damaged or improperly fitted panels.
Paint shall be applied smoothly and evenly with the finished surface free of visible
dirt and the following other imperfections:
• blisters or bubbles appearing in the topcoat film
• chips, scratches or gouges of the surface finish
• cracks in the paint film
• craters where paint failed to cover due to surface contamination
• overspray
CMPC- 15- LTB -RFP 108 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
• peeling
• runs or sags from excessive flow and failure to adhere uniformly to the
surface
• chemical stains and water spots
• dry patches due to incorrect mixing of paint activators
• buffing swirls
All exterior finished surfaces shall be impervious to diesel fuel, gasoline and
commercial cleaning agents. Finished surfaces shall resist damage by controlled
applications of commonly used graffiti- removing chemicals.
Proper adhesion between the basic surface and successive coats of the original
paint shall be measured using an Elcometer adhesion tester as outlined in ASTM
D4541 -85. Adhesion shall be a minimum 300 ft -lbs. The bus manufacturer shall
supply test samples of the exterior surface for each step of the painting process
that may be subject to adhesion testing per ASTM G4541 -87 and ASTM D4145 -85.
ASTM D4541 -93 may be used for inspection testing during assembly of the vehicle.
III 11I 111114 A " "III
Standard OEM exterior paint system.
For, purpo,ses of evaluation, CMPC i,s requesting pricing on the RFTA paint
°,schenie. At Tin °1 t r Proposer will negotiate paint,schenie
requirenients with CMPC nyenyber agencies.
CMPC- 15- LTB -RFP 109 January 2015
Colorado Mountain Section 6
Purchasing Consortium
TS 70. Decals, Numbering and Signing
Monograms, numbers and other special signing shall be applied to the inside and
outside of the bus as required. Signs shall be durable and fade -, chip- and peel -
resistant. They may be painted signs, decals or pressure- sensitive appliques. All
decals shall be installed per the decal Supplier recommendations. Signs shall be
provided in compliance with the ADA requirements defined in 49 CFR Part 38,
Subpart B, 38.27. See a tliioina IIII IIII' ure aiiiiure iiinteiiinnaIIII aiiiiSiiinaSe iiiiin IIIG iiii tuuures
uin dh"1 e f III ii in S page.,
TS 70.1 Passenger Information
ADA priority seating signs as required and defined by 49 CFR shall be provided to
identify the seats designated for passengers with disabilities.
Requirements for a public information system in accordance with 49 CFR shall be
provided.
CMPC- 15- LTB -RFP 110 January 2015
Colorado Mountain
Purchasing Consortium
TS 71. Exterior Lighting
Section 6
All exterior lights shall be designed to prevent entry and accumulation of moisture
or dust. Lamps, lenses and fixtures shall be interchangeable to the extent
practicable. Two hazard lamps at the rear of the bus shall be visible from behind
when the engine service doors are opened. Light lenses shall be designed and
located to prevent damage when running the vehicle through an automatic bus
washer.
Ilf; III....! Ilf : : :' „ IJ III ,,,,; "'III
Commercially available LED -type lamps shall be utilized at all exterior lamp
locations. All LED lamps shall be standard installation of the OEM. The entire
assembly shall be specifically coated to protect the light from chemical and abrasion
degradation. LED lamps shall be potted type and designed to last the life of the bus
with a 12 year warranty.
III 11I 111 114 A " "III " "WIlf;;;!
Contractor to provide details of exterior lighting system.
Ilf; III....! Ilf : : :' „ IJ III ,,,,; "'III
Standard Size
Size of LED lamps used for tail, brake and turn signal lamps shall be standard
installation of OEM.
TS 71.1 Backup Light /Alarm
Visible and audible warnings shall inform following vehicles or pedestrians of
reverse operation. Visible reverse operation warning shall conform to SAE Standard
1593. Audible reverse operation warning shall conform to SAE Recommended
Practice 1994 Type C or D.
TS 71.2 Doorway Lighting
Lamps at the front and rear passenger doorways (if applicable) shall comply with
ADA requirements and shall activate only when the doors open. These lamps shall
illuminate the street surface to a level of no less than 1 foot - candle for a distance of
3 ft outward from the outboard edge of the door threshold. The lights may be
positioned above or below the lower daylight opening of the windows and shall be
shielded to protect passengers' eyes from glare.
CMPC- 15- LTB -RFP 111 January 2015
Colorado Mountain
Purchasing Consortium
TS 71.3 Turn Signals
Section 6
III 11I Ilf;;;! 11: 1114 A ° "III' °'; Ilf;;;!
Wraparound Front Turn Signals
Front turn signals shall be of wraparound design or shall be designed to be visible
from the front and the near side of the bus.
TS 71.4 Headlights
Headlamps shall be designed for ease of replacement.
111 III....! Ilf : : :' „ IJ III ,,,,; "'III
Standard Installation
Standard OEM headlight installation shall be provided in accordance with federal
regulations and shall be LED.
TS 71.5 Brake Lights
TS 71.5.1 Transit Bus
Brake lights shall be provided in accordance with federal regulations.
III 11I 11: 1114 A " "III " "; Ilf;;;!
High and Center Mount Red Brake Lamp
Bus shall include red, high and center mount brake lamp(s) along the backside of
the bus in addition to the lower brake lamps required under FMVSS. The high and
center mount brake lamp(s) shall illuminate steadily with brake application.
TS 71.6 Service Area Lighting (Interior and Exterior)
LED lamps shall be provided in the engine and all other compartments where service
may be required to generally illuminate the area for night emergency repairs or
adjustments. These service areas shall include, but not be limited to, the engine
compartment, the communication box, junction /apparatus panels and passenger
door operator compartments. Lighting shall be adequate to light the space of the
service areas to levels needed to complete typical emergency repairs and
adjustments. The service area lamps shall be suitable for the environment in which
they are mounted.
Engine compartment lamps shall be controlled by a switch mounted near the rear
start controls. All other service area lamps shall be controlled by switches mounted
on or convenient to the lamp assemblies. Power to the service area lighting shall be
programmable. Power shall latch on with activation of the switch and shall be
automatically discontinued (timed out) after 30 minutes to prevent damage caused
by inadvertently leaving the service area lighting switch in the "on" position after
repairs are made.
CMPC- 15- LTB -RFP 112 January 2015
Colorado Mountain Section 6
Purchasing Consortium
IIII :: II Illfllll; IIII S A IIM III:: IIIP : :: :IIII; II III:; S IIII° "'IIII Illf llll;
TS 72. General Requirements
Materials shall be selected on the basis of maintenance, durability, appearance,
safety, flammability and tactile qualities. Materials shall be strong enough to resist
everyday abuse and be vandalism and corrosion resistant. Trim and attachment
details shall be kept simple and unobtrusive. Interior trim shall be secured to avoid
resonant vibrations under normal operational conditions.
Interior surfaces more than 10 in. below the lower edge of the side windows or
windshield shall be shaped so that objects placed on them fall to the floor when the
coach is parked on a level surface. Any components and other electrical
components within close proximity to these surfaces shall also be resistant to this
cleaning method.
111 III....! Ilf : : :' „ t.) III ,,,,; "'III
No requirement for anti - graffiti /vandalism surface treatments.
TS 73. Interior Panels
Panels shall be easily replaceable and tamper resistant. They shall be reinforced, as
necessary, to resist vandalism and other rigors of transit bus service. Individual
trim panels and parts shall be interchangeable to the extent practicable.
111 III....! Ilf : : :' „ t.) III ,,,,; "'III
Interior panel required to meet FMVSS 302.
III,,,,; "'III "'III....! 11: 1114 A " "III "" ;I Ilf;;;!
Carpeting or fabric.
TS 73.1 Driver Area Barrier
TS 73.1.1 Transit Bus
A barrier or bulkhead between the driver and the street -side front passenger seat
shall be provided. The barrier shall minimize glare and reflections in the windshield
directly in front of the barrier from interior lighting during night operation. Location
and shape must permit full seat travel and reclining possibilities that can
accommodate the shoulders of a 95th - percentile male. The partition shall have a
side return and stanchion to prevent passengers from reaching the driver by
standing behind the driver's seat. The lower area between the seat and panel must
be accessible to the driver. The partition must be strong enough in conjunction with
the entire partition assembly for mounting of such equipment as flare kits, fire
extinguishers (1.2kg), microcomputer, public address amplifier, etc. The panel
should be properly attached to minimize noise and rattles.
CMPC- 15- LTB -RFP 113 January 2015
Colorado Mountain Section 6
Purchasing Consortium
111) f;;;! Ilf : : :' „ L) III 11I ° "11I
Wheel - Well -to- Ceiling Configuration of Driver's Barrier
The driver's barrier shall extend from the top of the wheelwell to the ceiling the
level of the seated driver and shall fit close to the bus side windows and wall to
prevent passengers from reaching the driver or the driver's personal effects.
TS 73.2 Modesty Panels
Sturdy divider panels constructed of durable, unpainted, corrosion - resistant
material complementing the interior shall be provided to act as both a physical and
visual barrier for seated passengers.
Design and installation of modesty panels located in front of forward - facing seats
shall include a handhold or grab handle along its top edge. These dividers shall be
mounted on the sidewall and shall project toward the aisle no farther than
passenger knee projection in longitudinal seats or the aisle side of the transverse
seats. Modesty panels shall extend from at least the window opening of the side
windows, and those forward of transverse seats shall extend downward to 1 and
11/2 in. above the floor. Panels forward of longitudinal seats shall extend to below
the level of the seat cushion. Dividers positioned at the doorways, where applicable,
shall provide no less than a 21/2 in. clearance between the modesty panel and a fully
open, inward opening door, or the path of a deploying flip -out ramp to protect
passengers from being pinched. Modesty panels installed at doorways shall be
equipped with grab rails if passenger assists are not provided by other means.
The modesty panel and its mounting shall withstand a static force of 250 Ibs applied
to a 4 x 4 in. area in the center of the panel without permanent visible
deformation.
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Modesty panels shall be installed as stated.
TS 73.3 Front End
The entire front end of the bus shall be sealed to prevent debris accumulation
behind the dash and to prevent the driver's feet from kicking or fouling wiring and
other equipment. The front end shall be free of protrusions that are hazardous to
passengers standing at the front of the standee line area of the bus during rapid
decelerations. Paneling across the front of the bus and any trim around the driver's
compartment shall be formed metal or composite material. Composite dash panels
shall be reinforced as necessary, vandal- resistant and replaceable. All colored,
painted and plated parts forward of the driver's barrier shall be finished with a
surface that reduces glare. Any mounted equipment must have provision to support
the weight of equipment.
CMPC- 15- LTB -RFP 114 January 2015
Colorado Mountain
Purchasing Consortium
TS 73.4 Rear Bulkhead
Section 6
The rear bulkhead and rear interior surfaces shall be material suitable for exterior
skin; painted and finished to exterior quality; or paneled with melamine -type
material, composite, scratch - resistant plastic or carpeting and trimmed with
stainless steel, aluminum or composite.
The rear bulkhead paneling shall be contoured to fit the ceiling, sidewalls and seat
backs so that any litter or trash will tend to fall to the floor or seating surface when
the bus is on a level surface. Any air vents in this area shall be louvered to reduce
airflow noise and to reduce the probability of trash or liter being thrown or drawn
through the grille. If it is necessary to remove the panel to service components
located on the rear bulkhead, then the panel shall be hinged or shall be able to be
easily removed and replaced. Grilles where access to or adjustment of equipment is
required shall be heavy duty and designed to minimize damage and limit
unauthorized access.
TS 73.5 Headlining
Ceiling panels shall be made of durable, corrosion resistant, easily cleanable
material. Headlining shall be supported to prevent buckling, drumming or flexing
and shall be secured without loose edges. Headlining materials shall be treated or
insulated to prevent marks due to condensation where panels are in contact with
metal members. Moldings and trim strips, as required to make the edges
tamperproof, shall be stainless steel, aluminum or plastic, colored to complement
the ceiling material. Headlining panels covering operational equipment that is
mounted above the ceiling shall be on hinges for ease of service but retained to
prevent inadvertent opening.
Headlining, rear bulkhead, andsidewalls all be cover with
transit r upholster LaFrance Heather Grey.
TS 73.6 Fastening
Interior panels shall be attached so that there are no exposed unfinished or rough
edges or rough surfaces. Fasteners should be corrosion resistant. Panels and
fasteners shall not be easily removable by passengers. Exposed interior fasteners
should be minimized, and where required shall be tamper resistant.
TS 73.7 Insulation
Any insulation material used between the inner and outer panels shall minimize the
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.
The combination of inner and outer panels on the sides, roof, wheel wells and ends
of the bus, and any material used between these panels, shall provide a thermal
insulation sufficient to meet the interior temperature requirements. The bus body
CMPC- 15- LTB -RFP 115 January 2015
Colorado Mountain Section 6
Purchasing Consortium
shall be thoroughly sealed so that the driver or passengers cannot feel drafts during
normal operations with the passenger doors closed.
III,,,,; "'III "'III....! 11: 1114 A " "III "" ;I Ilf;;;!
FMVSS 302
Insulation shall meet the requirements of FMVSS 302.
TS 73.8 Floor Covering
The floor covering shall have a non -skid walking surface that remains effective in all
weather conditions. The floor covering, as well as transitions of flooring material to
the main floor and to the entrance and exit area, shall be smooth and present no
tripping hazards. Seams shall be sealed /welded per manufacturer's specifications.
The standee line shall be approximately 2 in. wide and shall extend across the bus
aisle. The color and pattern shall be consistent throughout the floor covering.
Any areas on the floor that are not intended for standees, such as areas "swept"
during passenger door operation, shall be clearly and permanently marked.
The floor shall be easily cleaned and shall be arranged to minimize debris
accumulation.
A one -piece center strip shall extend from the vertical wall of the rear settee
between the aisle sides of transverse seats to the standee line. If the floor is of a
bi -level construction, then the center strip shall be one piece at each level. The
covering between the center strip and the wheel housings may be separate pieces.
At the rear door, however, a separate strip as wide as the door shall extend from
the center strip to the outboard edge of the rear /exit area.
The floor under the seats shall be covered with smooth surface flooring material.
The floor covering shall closely fit the sidewall in a fully sealed butt joint or extend
to the top of the cove.
TS 73.9 Interior Lighting
The light source shall be located to minimize windshield glare, with distribution of
the light focused primarily on the passengers' reading plane while casting sufficient
light onto the advertising display. The lighting system may be designed to form part
of or the entire air distribution duct.
The lens material shall be translucent polycarbonate. Lenses shall be designed to
effectively "mask" the light source. Lenses shall be sealed to inhibit incursion of
dust and insects yet be easily removable for service. Access panels shall be
provided to allow servicing of components located behind light panels. If necessary,
the entire light fixture shall be hinged.
CMPC- 15- LTB -RFP 116 January 2015
Colorado Mountain Section 6
Purchasing Consortium
III 11I 111114 A " "III " "; Ilf;;;!
[/(",) cur °i ui -c III III c IIII ui I'g I,ft i ii °h
n b :? iirl c iir II li Ih is shaHI iii -c lira iim iim III h R t Ih a -c U Ih t Ih (? /0 SYSURIM.
TS 73.10 Passenger
111 ) III....! 111::::A IJ III 11L
First Row Lights
The first light on each side (behind the driver and the front door) is normally turned
on only when the front door is opened, in "night run" and "night park." As soon as
the door closes, these lights shall go out. These lights shall be turned on at any
time if the switch is in the "on" position.
III 11I 11: 1114 A " "III " "; Ilf;;;!
Dimming Second Row Lights
To help eliminate windshield reflection on suburban roads where street lighting is at
a low level, the second light on each side, when "night run" or "night park" is
selected, shall be controlled by the switch; off in "off" and on in "normal." These
lights shall be turned on at any time if the switch is in the "on" position.
All interior lighting shall be turned off whenever the transmission selector is in
reverse and the engine run switch is in the "on" position.
The interior lighting design shall require the approval of the CMPC member
agencies.
111 III....! Ilf : : :' „ IJ III ,,,,; "'III
LED lights.
111 III....! Ilf : : :' „ IJ III ,,,,; "'III
First Light Modules Dim /Extinguish When Front Door is Closed
When the master switch is in the "run" or "night /run" mode, the first light module
on each side of the bus shall automatically extinguish or dim when the front door is
in the closed position and illuminate when the door is opened.
TS 73.11 Driver's Area
The driver's area shall have a light to provide general illumination, and it shall
illuminate the half of the steering wheel nearest the driver to a level of 5 to 10 foot -
candles.
CMPC- 15- LTB -RFP 117 January 2015
Colorado Mountain Section 6
Purchasing Consortium
TS 73.12 Seating Areas (Transit Bus)
The interior lighting system shall provide a minimum 15 foot - candle illumination on
a 1 sq ft plane at an angle of 45 degrees from horizontal, centered 33 in. above the
floor and 24 in. in front of the seat back at each seat position. Allowable average
light level for the rear bench seats shall be 7 foot - candles.
TS 73.13 Vestibules/ Doors (Transit Bus)
Floor surface in the aisles shall be a minimum of 10 foot - candles, and the vestibule
area a minimum of 4 foot - candles with the front doors open and a minimum of 2
foot - candles with the front doors closed. The front entrance area and curb lights
shall illuminate when the front door is open and master run switch is in the "lights"
positions. Rear exit area and curb lights shall illuminate when the rear door is
unlocked.
TS 73.14 Step Lighting
Step lighting for the intermediate steps between lower and upper floor levels shall
be a minimum of 4 foot - candles and shall illuminate in all engine run positions. The
step lighting shall be low profile to minimize tripping and snagging hazards for
passengers and shall be shielded as necessary to protect passengers' eyes from
glare.
TS 73.15 Ramp Lighting (Transit Bus)
Exterior and interior ramp lighting shall comply with federal regulations.
TS 73.16 Farebox Lighting
TS 73.16.1 Transit Bus
iii„ iii,,,,, 111::::A L) III ,,,,,,,, 11i
Farebox Light
A light fixture shall be mounted in the ceiling above the farebox location. The
fixture shall be capable of projecting a concentrated beam of light on the farebox.
This light will automatically come on whenever the front doors are opened and the
run switch is in the "night run" or "night park" position.
CMPC- 15- LTB -RFP 118 January 2015
Colorado Mountain
Purchasing Consortium
TS 74. Fare Collection
Section 6
Space and structural provisions shall be made for installation of currently available
fare collection devices, which shall be as far forward as practicable. Location of the
fare collection device shall not restrict traffic in the vestibule, including wheelchairs
if a front door loading device is used, and shall allow the driver to easily reach the
farebox controls and to view the fare register. The farebox shall not restrict access
to the driver area, shall not restrict operation of driver controls and shall not —
either by itself or in combination with stanchions, transfer mounting, cutting and
punching equipment, or route destination signs— restrict the driver's field of view
per SAE Recommended Practice 11050. The location and mounting of the fare
collection device shall allow use, without restriction, by passengers. The farebox
location shall permit accessibility to the vault for easy manual removal or
attachment of suction devices. Meters and counters on the farebox shall be
readable on a daily basis. The floor under the farebox shall be reinforced as
necessary to provide a sturdy mounting platform and to prevent shaking of the
farebox.
Contractor shall provide fare collection installation layout to the CMPC member
agencies for approval.
Transfer mounting, cutting and punching equipment shall be located in a position
convenient to the driver.
111 III....! Ilf : : :' „ IJ III ,,,,; "'III
Agency will install its own farebox. Iffiring to be in,stalled at factory r°
°nyenyber agencies in,stall fareboxes at each individual i
TS 75. Interior Access Panels and Doors (Transit Bus)
Access for maintenance and replacement of equipment shall be provided by panels
and doors that appear to be an integral part of the interior. Access doors shall be
hinged with gas props or over - center springs, where practical, to hold the doors out
of the mechanic's way. Panels shall prevent entry of mechanism lubricant into the
bus interior. All fasteners that retain access panels shall be captive in the cover.
111 III....! Ilf : : :' „ IJ III ,,,,; "'III
Access Doors that Do Not Require Tools or Keys to Open
Access doors shall be secured with hand screws or latches. All fasteners that retain
access panels shall be captive in the cover.
TS 75.1 Floor Panels
Access openings in the floor shall be sealed to prevent entry of fumes and water
into the bus interior. Flooring material at or around access openings shall be flush
with the floor and shall be edge -bound with stainless steel or another material that
is acceptable to the CMPC to prevent the edges from coming loose. Access openings
CMPC- 15- LTB -RFP 119 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
shall be asymmetrical so that reinstalled flooring shall be properly aligned.
Fasteners shall tighten flush with the floor.
The number of special fastener tools required for panel and access door fasteners
shall be minimized.
CMPC- 15- LTB -RFP 120 January 2015
TS 76.1 Arrangements and Seat Style (Transit Bus)
The passenger seating arrangement in the bus shall be such that seating capacity is
maximized and in compliance to the following requirements.
NOTE: The CMPC recognizes that ramp location, foot room, hip -to -knee
room, doorway type, width, seat construction, floor level type, seat
spacing requirements, ramp or lift, number of wheelchair positions,
etc. ultimately affect seating capacity and layout.
Ilf; III....! Ilf : : :' „ L) III ,,,,; "'III
Forward - Facing Seat Configuration
Passenger seats shall be arranged in a transverse, forward - facing configuration,
except at the wheel housings, where aisle- facing seats may be arranged as
appropriate with due regard for passenger access and comfort. Other areas where
aisle- facing seats may be provided are at wheelchair securement areas and
platforms (such as for fuel tank storage space).
III 11I 11: 1114 A " "III " "; Ilf;;;!
Passenger comfort is paramount. Midback or highback non - reclining seat shall be
use wherever possible. XIMSCO IIII 42003 sIhoUId be used fair IIIIxiniiieliiiiiin IIII uiiii -IIII aea
In IIII Y III,
III 11I 111114 A " "III " "; Ilf;;;!
eatliiiun in dhe faii-waird sectliioin of dhe bus allhaIIIIIIII Je �instaIIHIed ain uraiiiiae
I)IIat'foiinims Ih e ure e uu- IIII a a iiii 11112IIII e
TS 76.2 Rearward Facing Seats (Transit Bus)
Ilf; III....! Ilf : : :' „ L) III 11L
Rearward facing seats not allowed.
CMPC- 15- LTB -RFP 121 January 2015
Colorado Mountain Section 6
Purchasing Consortium
TS 76.3 Padded Inserts /Cushioned Seats (Transit Bus)
III 11I 111114 A ° "III
Fully Cushioned Seats
The passenger seats shall be fully cushioned mid or high back design
throughout the bus (measure to compressed surface, 150 -1b person)
where practicable (rear seats, aisle facing and wheelchair locations may be
excluded from this requirement.)
All 11I III;!Ilfll III " "; III IllUUIll IIUUU IIUIIU
Seats shall be constructed of anti - vandal materials.
TS 76.4 Seat back fitness
III 11I 111114 A ° "III
Cushioned Seat Configuration
Seating and interior trim shall have features to maximize passenger comfort. The
seat cushion shall be supported by springs. The seat cushion and back shall be
padded with a cellular foam product and be no less than 2 in. thick in areas
contacted and loaded by passengers in the normal seated position and shall be
upholstered with vinyl and /or fabric materials.
Seats, back cushions and other pads shall be securely attached and shall be
detachable by means of a simple release mechanism so that they are easily
removable by maintenance personnel but not by passengers. To the extent
practicable, seat cushions and pads shall be interchangeable throughout the bus.
Materials shall have high resistance to tearing, flexing and wetting.
TS 76.5 Drain Hole in Seats
111 III....! Ilf : : :' „ L) III 11L
No requirements for drain hole provision in seat inserts.
Retractable ate shall be provided all passenger r locations.
nyininyuny, re ra sea te s are required t r rd facing
passenger r in r r part buy.
CMPC- 15- LTB -RFP 122 January 2015
Colorado Mountain
Purchasing Consortium
TS 76.6 Hip -to -Knee Room
Section 6
Hip -to -knee room measured from the center of the seating position, from the front
of one seat back horizontally across the highest part of the seat to a vertical surface
immediately in front, shall be a minimum of 26 in. At all seating positions in paired
transverse seats immediately behind other seating positions, hip -to -knee room shall
be no less than 27 in.
TS 76.7 Foot Room
Foot room, measured at the floor forward from a point vertically below the front of
the seat cushion, shall be no less than 14 in. Seats immediately behind the wheel
housings and modesty panels may have foot room reduced.
TS 76.8 Aisles (Transit Bus)
The aisle between the seats shall be no less than 20 in. wide at seated passenger
hip height. Seat backs shall be shaped to increase this dimension to no less than 24
in. at 32 in. above the floor (standing passenger hip height).
CMPC- 15- LTB -RFP 123 January 2015
Colorado Mountain
Purchasing Consortium
TS 76.9 Dimensions (Transit Bus)
FIGURE 6
Seating Dimensions and Standard Configuration
mmmw
Section 6
Seat dimensions for the various seating arrangements shall have the dimensions as
follows (refer to Figure 6):
• The width, W, of the two - passenger transverse seat shall be a minimum 35
in.
• The length, L, shall be 17 in., ±1 in.
• The seat back height, B, shall be a minimum of 15 in.
• The seat height, H, shall be 17 in., f 1 in. For the rear lounge (or settee) and
longitudinal seats, and seats located above raised areas for storage of under-
floor components, a cushion height of up to 18 in., f2 in., will be allowed.
This shall also be allowed for limited transverse seats, but only with the
expressed approval of the CMPC.
• Foot room = F.
• The seat cushion slope, S, shall be between 5 and 11 deg.
• The seat back slope, C, shall be between 8 and 17 deg.
• Hip to knee room = K.
• The pitch, P, is shown as reference only.
TS 76.10 Structure and Design (Transit Bus)
The passenger seat frame and its supporting structure shall be constructed and
mounted so that space under the seat is maximized and is completely free of
obstructions to facilitate cleaning.
Seats, structures and restraints around the securement area should not infringe
into the mobility device envelope or maneuverability.
CMPC- 15- LTB -RFP 124 January 2015
Colorado Mountain Section 6
Purchasing Consortium
The transverse seat structure shall be fully cantilevered from the sidewall with
sufficient strength for the intended service. The lowest part of the seat assembly
that is within 12 in. of the aisle shall be at least 10 in. above the floor.
In locations at which cantilevered installation is precluded by design and /or
structure, other seat mounting may be allowed.
All transverse objects — including seat backs, modesty panels, and longitudinal
seats —in front of forward - facing seats shall not impart a compressive load in excess
of 1000lbs onto the femur of passengers ranging in size from a 5th - percentile
female to a 95th - percentile male during a 10g deceleration of the bus. This
deceleration shall peak at 0.05 to 0.015 seconds from initiation. Permanent
deformation of the seat resulting from two 95th - percentile males striking the seat
back during this 10g deceleration shall not exceed 2 in., measured at the aisle side
of the seat frame at height H. The seat back should not deflect more than 14 in.,
measured at the top of the seat back, in a controlled manner to minimize passenger
injury. Structural failure of any part of the seat or sidewall shall not introduce a
laceration hazard.
The seat assembly shall withstand static vertical forces of 500 Ibs applied to the top
of the seat cushion in each seating position with less than 'Ain. permanent
deformation in the seat or its mountings. The seat assembly shall withstand static
horizontal forces of 500 Ibs evenly distributed along the top of the seat back with
less than 'Ain. permanent deformation in the seat or its mountings. The seat backs
at the aisle position and at the window position shall withstand repeated impacts of
two 40 -lb sandbags without visible deterioration. One sandbag shall strike the front
40,000 times and the other sandbag shall strike the rear 40,000 times. Each
sandbag shall be suspended on a 36 in. pendulum and shall strike the seat back
10,000 times each from distances of 6, 8, 10 and 12 in. Seats at both seating
positions shall withstand 4000 vertical drops of a 40 -lb sandbag without visible
deterioration. The sandbag shall be dropped 1000 times each from heights of 6, 8,
10 and 12 in. Seat cushions shall withstand 100,000 randomly positioned 31/2 in.
drops of a squirming, 150 -lb, smooth - surfaced, buttocks - shaped striker with only
minimal wear on the seat covering and no failures to seat structure or cushion
suspension components.
The back of each transverse seat shall incorporate a handhold no less than 7/s in. in
diameter for standees and seat access /egress. The handhold shall not be a safety
hazard during severe decelerations. The handhold shall extend above the seat back
near the aisle so that standees shall have a convenient vertical assist, no less than
4 in. long that may be grasped with the full hand. This handhold shall not cause a
standee using this assist to interfere with a seated 50th - percentile male passenger.
The handhold shall also be usable by a 5th - percentile female, as well as by larger
passengers, to assist with seat access /egress for either transverse seating position.
The upper rear portion of the seat back and the seat back handhold immediately
forward of transverse seats shall be padded and /or constructed of energy- absorbing
CMPC- 15- LTB -RFP 125 January 2015
Colorado Mountain Section 6
Purchasing Consortium
materials. During a 10g deceleration of the bus, the HIC number (as defined by SAE
Standard 1211a) shall not exceed 400 for passengers ranging in size from a 5th
percentile female through a 95th percentile male.
The seat back handhold may be deleted from seats that do not have another
transverse seat directly behind and where a vertical assist is provided.
Longitudinal seats shall be the same general design as transverse seats but without
seat back handholds. Longitudinal seats may be mounted on the wheelhouses.
Armrests shall be included on the ends of each set of longitudinal seats except on
the forward end of a seat set that is immediately to the rear of a transverse seat,
the driver's barrier, or a modesty panel, when these fixtures perform the function of
restraining passengers from sliding forward off the seat. Armrests are not required
on longitudinal seats located in the wheelchair parking area that fold up when the
armrest on the adjacent fixed longitudinal seat is within 31/2 in. of the end of the
seat cushion. Armrests shall be located from 7 to 9 in. above the seat cushion
surface. The area between the armrest and the seat cushion shall be closed by a
barrier or panel. The top and sides of the armrests shall have a minimum width of 1
in. and shall be free from sharp protrusions that form a safety hazard.
Seat back handhold and armrests shall withstand static horizontal and vertical
forces of 250 Ibs applied anywhere along their length with less than 1/4 in.
permanent deformation. Seat back handhold and armrests shall withstand 25,000
impacts in each direction of a horizontal force of 125 Ibs with less than 1 /4in.
permanent deformation and without visible deterioration.
TS 76.11 Construction and Materials (Transit Bus)
Selected materials shall minimize damage from vandalism and shall reduce cleaning
time. The seats shall be attached to the frame with tamper- resistant fasteners.
Coloring shall be consistent throughout the seat material, with no visually exposed
portion painted. Any exposed metal touching the sides or the floor of the bus shall
be stainless steel. The seat, pads and cushions shall be contoured for individuality,
lateral support and maximum comfort and shall fit the framework to reduce
exposed edges.
The minimum radius of any part of the seat back, handhold or modesty panel in the
head or chest impact zone shall be a nominal 1 /4in. The seat back and seat back
handhold immediately forward of transverse seats shall be constructed of energy -
absorbing materials to provide passenger protection and, in a severe crash, to allow
the passenger to deform the seating materials in the impact areas. Complete seat
assemblies shall be interchangeable to the extent practicable.
111 III....! Ilf : : :' „ IJ III ,,,,; "'III
RFTA designated seat fabric: LaFrance Tower -Blue (362- 065D -07 -2533)
CMPC- 15- LTB -RFP 126 January 2015
Colorado Mountain Section 6
Purchasing Consortium
TS 77. Passenger Assists (Transit Bus)
Passenger assists in the form of full grip, vertical stanchions or handholds shall be
provided for the safety of standees and for ingress /egress. Passenger assists shall
be convenient in location, shape and size for both the 95th - percentile male and the
5th - percentile female standee. Starting from the entrance door and moving
anywhere in the bus and out the exit door, a vertical assist shall be provided either
as the vertical portion of the seat back assist or as a separate item so that a 5th -
percentile female passenger may easily move from one assist to another using one
hand and the other without losing support. All handholds and stanchions at the
front doorway, around the farebox, and at interior steps for bi -level designs shall be
powder- coated in a high- contrast yellow color.
TS 77.1 Assists (Transit Bus)
Excluding those mounted on the seats and doors, the assists shall have a cross -
sectional diameter between 11/4 and 11/2 in. or shall provide an equivalent gripping
surface with no corner radii less than 1/4 in. All passenger assists shall permit a full
handgrip with no less than 11/2 in. of knuckle clearance around the assist. Passenger
assists shall be designed to minimize catching or snagging of clothes or personal
items and shall be capable of passing the NHTSA Drawstring Test.
Any joints in the assist structure shall be underneath supporting brackets and
securely clamped to prevent passengers from moving or twisting the assists. Seat
handholds may be of the same construction and finish as the seat frame. Door -
mounted passenger assists shall be of anodized aluminum, stainless steel or
powder- coated metal. Connecting tees and angles may be powder- coated metal
castings. Assists shall withstand a force of 300 Ibs applied over a 12in. lineal
dimension in any direction normal to the assist without permanent visible
deformation. All passenger assist components, including brackets, clamps, screw
heads and other fasteners used on the passenger assists shall be designed to
eliminate pinching, snagging and cutting hazards and shall be free from burrs or
rough edges.
TS 77.2 Front Doorway
Front doors, or the entry area, shall be fitted with ADA- compliant assists. Assists
shall be as far outward as practicable, but shall be located no farther inboard than 6
in. from the outside edge of the entrance step and shall be easily grasped by a 5th -
percentile female boarding from street level. Door assists shall be functionally
continuous with the horizontal front passenger assist and the vertical assist and the
assists on the wheel housing or on the front modesty panel.
TS 77.3 Vestibule (Transit Bus)
The aisle side of the driver's barrier, the wheel housings and when applicable the
modesty panels shall be fitted with vertical passenger assists that are functionally
continuous with the overhead assist and that extend to within 36 in. of the floor.
CMPC- 15- LTB -RFP 127 January 2015
Colorado Mountain Section 6
Purchasing Consortium
These assists shall have sufficient clearance from the barrier to prevent inadvertent
wedging of a passenger's arm.
A horizontal passenger assist shall be located across the front of the bus and shall
prevent passengers from sustaining injuries on the fare collection device or
windshield in the event of a sudden deceleration. Without restricting the vestibule
space, the assist shall provide support for a boarding passenger from the front door
through the fare collection procedure. The assist shall be no less than 36 in. above
the floor. The assists at the front of the bus shall be arranged to permit a 5th -
percentile female passenger to easily reach from the door assist, to the front assist,
to vertical assists on the driver's barrier, wheel housings or front modesty panel.
TS 77.4 Rear Doorway(s) (Transit Bus)
Vertical assists that are functionally continuous with the overhead assist shall be
provided at the aisle side of the transverse seat immediately forward of the rear
door and on the aisle side of the rear door modesty panel(s). Passenger assists
shall be provided on modesty panels that are functionally continuous with the rear
door assists. Rear doors, or the exit area, shall be fitted with assists having a cross -
sectional diameter between 11/4 and 11/2 in. or providing an equivalent gripping
surface with no corner radii less than 1/4 in., and shall provide at least 11/2 in. of
knuckle clearance between the assists and their mounting. The assists shall be
designed to permit a 5th - percentile female to easily move from one assist to
another during the entire exiting process. The assists shall be located no farther
inboard than 6 in. from the outside edge of the rear doorway step.
TS 77.5 Overhead (Transit Bus)
Except forward of the standee line and at the rear door, a continuous, full -grip,
overhead assist shall be provided. This assist shall be located over the center of the
aisle seating position of the transverse seats. The assist shall be no less than 70 in.
above the floor.
111 III....! Ilf : : :' „ IJ III ,,,,; "'III
No requirements for overhead grab straps /extensions.
Overhead assists shall simultaneously support 150 Ibs on any 12in. length. No more
than 5 percent of the full grip feature shall be lost due to assist supports.
TS 77.6 Longitudinal Seat Assists (Transit Bus)
Longitudinal seats shall have vertical assists located between every other
designated seating position, except for seats that fold /flip up to accommodate
wheelchair securement. Assists shall extend from near the leading edge of the seat
and shall be functionally continuous with the overhead assist. Assists shall be
staggered across the aisle from each other where practicable and shall be no more
than 52 in. apart or functionally continuous for a 5th percentile female passenger.
CMPC- 15- LTB -RFP 128 January 2015
Colorado Mountain Section 6
Purchasing Consortium
TS 77.7 Wheel Housing Barriers /Assists (Transit Bus)
Unless passenger seating is provided on top of wheel housings, passenger assists
shall be mounted around the exposed sides of the wheel housings (and propulsion
compartments if applicable), which shall also be designed to prevent passengers
from sitting on wheel housings. Such passenger assists shall also effectively retain
items, such as bags and luggage, placed on top of wheel housings.
TS 78. Passenger Doors
TS 78.1 Transit Bus
Doorways will be provided in the locations and styles as follows. Passenger doors
and doorways shall comply with ADA requirements.
TS 78.1.1 Front door
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Door shall be forward of the front wheels and under direct observation of the driver.
TS 78.1.2 Rear Door(s)
III 11I 111114 A " "III
Curbside doorway centerline located rearward of the point midway between the
front door centerline and the rearmost seat back.
111 III....! Ilf : : :' „ L) III ,,,,; "'III
If air - powered, the door system shall operate per specification at air pressures
between 90 and 130 psi.
III 11I III ;! 111114 A III "" ;I III ,111 "10 L I'll I , ' NG: ES I "'U
Electric - powered doors.
TS 78.2 Materials and Construction
Structure of the doors, their attachments, inside and outside trim panels and any
mechanism exposed to the elements shall be corrosion resistant. Door panel
construction shall be of corrosion - resistant metal or reinforced non - metallic
composite materials. When fully opened, the doors shall provide a firm support and
shall not be damaged if used as an assist by passengers during ingress or egress.
Door edges shall be sealed to prevent infiltration of exterior moisture, noise, dirt,
and air elements from entering the passenger compartment, to the maximum
extent possible based on door types.
The closing edge of each door panel shall have no less than 2 in. of soft weather
stripping. The doors, when closed, shall be effectively sealed, and the hard surfaces
of the doors shall be at least 4 in. apart (not applicable to single doors). The
CMPC- 15- LTB -RFP 129 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
combined weather seal and window glazing elements of the front door shall not
exceed 10 deg of binocular obstruction of the driver's view through the closed door.
TS 78.3 Dimensions
TS 78.3.1 Transit Coach
FIGURE 7
Transit Bus Minimum Door Opening
When open, the doors shall leave an opening no less than 75 in. in height.
mmmw
313/4 in. Minimum Doorway Clear Width
Front door clear width shall be a minimum of 313/4 in. with the doors fully opened.
Rear door opening clear width shall be a minimum of 24 in. with the doors fully
opened. If area door ramp or lift is provided, then the clear door opening width
shall be a minimum of 313/4 in. with door fully opened.
If the CMPC requires a minimum rear door clear width of 313/4 in. or greater and an
outward opening (swing) door is specified, then the maximum outboard excursion
of 13 in. may be exceeded.
CMPC- 15- LTB -RFP 130 January 2015
Colorado Mountain Section 6
Purchasing Consortium
III,,,,; "'III III ;! 11111 III "" ;I III Ill UU Ill IIU IIU U
48 in. Rear Door Width
Rear door opening width shall be a minimum of 48 in.
TS 78.4 Door Glazing
The upper section of both front and rear doors shall be glazed for no less than 45
percent of the respective door opening area of each section. The lower section of
the front door shall be glazed for no less than 25 percent of the door opening area
of the section.
Door glazing shall be easily replaceable.
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Zip type glazing rubber.
111 III....! Ilf : : :' „ L) III ,,,,; "'III
The front door panel glazing material shall have a nominal 1/4 in. thick laminated
safety glass conforming with the requirements of ANSI Z26.1 Test Grouping 2 and
the recommended practices defined in SAE 1673.
Glazing material in the rear doorway door panels shall be defined by the CMPC.
Upper section all be glass and lower, sectionshall be a solid 1.
TS 78.5 Door Projection (Transit Bus)
TS 78.5.1 Exterior
The exterior projection of the front doors beyond the side of the bus shall be
minimized and shall not block the line of sight of the rear exit door via the curbside
mirror when the doors are fully open. The exterior projection of both doors shall be
minimized and shall not exceed 14 in. during the opening or closing cycles or when
doors are fully opened
TS 78.5.2 Interior
Projection inside the bus shall not cause an obstruction of the rear door mirror or
cause a hazard for standees.
TS 78.6 Door Height Above Pavement
It shall be possible to open and close either passenger door when the bus loaded to
gross vehicle weight rating is not knelt and parked with the tires touching a 9 in.
high curb on a street sloping toward the curb so that the street -side wheels are 5
in. higher than the right -side wheels.
CMPC- 15- LTB -RFP 131 January 2015
Colorado Mountain
Purchasing Consortium
TS 78.7 Closing Force
Section 6
Closing door edge speed shall not exceed 12 in. per second, and opening door
speed shall not exceed 19 in. per second. Power doors shall not slam closed under
any circumstance, even if the door is obstructed during the closing cycle. If a door
is obstructed during the closing cycle, the pressure exerted on the obstruction shall
not increase once initial contact has been made.
Doors closed by a return spring or counterweight -type device shall be equipped
with an obstruction - sensing device that, at a minimum, alerts the driver if an
obstruction is detected between the closing doors. Doors closed by a return spring
or counterweight type device, when unlocked, shall be capable of being pushed to
the point where the door starts to open with a force not to exceed 25 Ibs applied to
the center edge of the forward door panel.
Whether or not the obstruction - sensing system is present or functional, it shall be
possible to withdraw a 11/2 in. diameter cylinder from between the center edges of a
closed and locked door with an outward force not greater than 35 Ibs.
TS 78.7.1 Rear Door Closing Force (Transit Bus)
Power -close rear doors shall be equipped with an obstruction - sensing system such
that if an obstruction is within the path of the closing doors, the doors will stop
and /or reverse direction prior to imparting a 10 -lb force on 1 sq in. of that
obstruction. If a contactless obstruction sensing system is employed, it shall be
capable of discriminating between the normal doorway environment and
passengers or other obstructions within the doorway, and of altering the zones of
detection based upon the operating state of the door system.
TS 78.8 Actuators
Doors shall open or close completely in not more than 3.5 seconds from the time of
control actuation and shall be subject to the closing force requirements.
Door actuators shall be adjustable so that the door opening and closing speeds can
be independently adjustable to satisfy the above requirements. Actuators and the
complex door mechanism shall be concealed from passengers but shall be easily
accessible for servicing. The door actuators shall be rebuildable. If powered by
compressed air, exhaust from the door system shall be routed below the floor of
the bus to prevent accumulation of any oil that may be present in the air system
and to muffle sound.
Door actuators and associated linkages shall maximize door holding forces in the
fully open and fully closed positions to provide firm, non - rattling, non - fluttering
door panels while minimizing the force exerted by the doors on an obstruction
midway between the fully open and closed positions.
CMPC- 15- LTB -RFP 132 January 2015
Colorado Mountain Section 6
Purchasing Consortium
111 III....! 111::::A IJ III ,,,,; "'III
The rear door actuator(s) shall be under the complete control of the vehicle
operator and shall open and close in response to the position of the driver's door
control.
Doors that employ a "swing" or pantograph geometry and /or are closed by a return
spring or counterweight -type device shall be equipped with a positive mechanical
holding device that automatically engages and prevents the actuation mechanism
from being back - driven from the fully closed position. The holding device shall be
overcome only when the driver's door control is moved to an "Exit Door Enable"
position and the vehicle is moving at a speed of less than 2 mph, or in the event of
actuation of the emergency door release.
Locked doors shall require a force of more than 300 lbs. to open manually. When
the locked doors are manually forced to open, damage shall be limited to the
bending of minor door linkage with no resulting damage to the doors, actuators or
complex mechanism.
TS 78.8.1 Rear Door Interlocks (Transit Bus)
See "Hardware Mounting" for door system interlock requirements.
TS 78.9 Emergency Operation
In the event of an emergency, it shall be possible to manually open doors
designated as emergency exits from inside the bus using a force of no more than
25 Ibs after actuating an unlocking device. The unlocking device shall be clearly
marked as an emergency -only device and shall require two distinct actions to
actuate. The respective door emergency unlocking device shall be accessible from
the doorway area. The unlocking device shall be easily reset by the operator
without special tools or opening the door mechanism enclosure. Doors that are
required to be classified as "emergency exits" shall meet the requirements of
FMVSS 217.
TS 78.10 Door Control
The door control shall be located in the operator's area within the hand reach
envelope described in SAE Recommended Practice 1287, "Driver Hand Control
Reach." The driver's door control shall provide tactile feedback to indicate
commanded door position and resist inadvertent door actuation.
111 III....! Ilf : : :' „ IJ III ,,,,; "'III
Door control located on street side.
CMPC- 15- LTB -RFP 133 January 2015
Colorado Mountain Section 6
Purchasing Consortium
111 III....! Ilf : : :' „ L) III ,,,,; "'III
The front door shall remain in commanded state position even if power is removed
or lost.
TS 78.11 Door Controller
TS 78.11.1 Transit Bus
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Five - Position Driver's Door Controller
The control device shall be protected from moisture. Mounting and location of the
door control device handle shall be designed so that it is within comfortable, easy
arm's reach of the seated driver. The door control device handle shall be free from
interference by other equipment and have adequate clearance so as not to create a
pinching hazard.
Position of the door control handle shall result in the following operation of the front
and rear doors:
• Center position: Front door closed; rear door(s) closed or set to lock.
• First position forward: Front door open, rear door(s) closed or set to
lock.
• Second position forward: Front door open, rear door(s) open or set to
open.
• First position back: Front door closed; rear door(s) open or set to
open.
• Second position back: Front door open, rear door(s) open or set to
open.
TS 78.12 Door Open /Close
III 11I Ilf;;;! 11 114 A ° "III' °'; Ilf;;;!
Operator - Controlled Front and Rear Doors (If Applicable)
Operation of, and power to, the passenger doors shall be completely controlled by
the operator.
III 11I 11: 1114 A " "III " "; Ilf;;;!
An exterior door control switch shall be installed.
TS 79. Accessibility Provisions
Space and body structural provisions shall be provided at the front or rear door of
the bus to accommodate a wheelchair loading system.
CMPC- 15- LTB -RFP 134 January 2015
Colorado Mountain Section 6
Purchasing Consortium
TS 79.1 Loading Systems
• Shall be low -floor ramp
TS 79.2 Loading System for Low -Floor Bus
An automatically controlled, power- operated ramp system compliant to
requirements defined in 49 CFR Part 38, Subpart B, §38.23c shall provide ingress
and egress quickly, safely and comfortably, both in forward and rearward
directions, for a passenger in a wheelchair from a level street or curb.
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Front Door Location of Loading System, Flip -Out Design Ramp with 6:1 Slope
The wheelchair loading system shall be located at the front door, with the ramp
being of a simple hinged, flip -out type design being capable of deploying to the
ground at a maximum 6:1 slope.
III 11I 11: 1114 A " "III "" ;I III....!
Rear Door Location of Loading System, Flip -Out Design Ramp with 6:1 Slope
The wheelchair loading system shall be located at the rear door, with the ramp
being of a simple hinged, flip -out type design being capable of deploying to the
ground at a maximum 6:1 slope.
TS 79.3 Wheelchair Accommodations
NOTE: CMPC will approve acceptable securement system.
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Two Forward - Facing Wheelchair Securement Locations
Two forward - facing locations, as close to the wheelchair loading system as
practical, shall provide parking space and securement system compliant with ADA
requirements for a passenger in a wheelchair.
TS 79.4 Interior Circulation
Maneuvering room inside the bus shall accommodate easy travel for a passenger in
a wheelchair from the loading device and from the designated securement area. It
shall be designed so that no portion of the wheelchair protrudes into the aisle of the
bus when parked in the designated parking space(s). When the positions are fully
utilized, an aisle space of no less than 20 in. shall be maintained. As a guide, no
width dimension should be less than 34 in. Areas requiring 90 deg turns of
wheelchairs should have a clearance arc dimension no less than 45 in., and in the
parking area where 180 deg turns are expected, space should be clear in a full 60
in. diameter circle. A vertical clearance of 12in. above the floor surface should be
provided on the outside of turning areas for wheelchair footrests.
CMPC- 15- LTB -RFP 135 January 2015
Colorado Mountain Section 6
Purchasing Consortium
1, ° 11 1111 , AlIM11113 CO111Yl111YlU11W[CA r 1, ii
TS 80. Destination Signs
111 III....! Ilf : : :' „ L) III 11L
A heated destination sign system shall be furnished on the front and on the right
side near the front door. Ain liiiuir3toiiii -li ii- slii9iiin sIIIh3aIIIIIIII Je IIII eato iitlllh3l in the bus that
eauu3 111Je iiiewed by aIIIIIIII seated h3aaaeuu39eura that Ih3euu3 e inineete d 'to the III
a s to uuum, liii s ea IIIh3 a 111)3 III e of & sII)IIayl�ing ".IIII ex t t IIIh3 liii uir3l uu uuum a tliii uir3
All signs shall be controlled via a single human - machine interface (HMI). In the
absence of a single mobile data terminal (MDT), the HMI shall be conveniently
located for the bus driver within reach of the seated driver. " "'IIII " "'lllh"me sligiin slhmmallIHIIII have e a
I 'I e uin'ti- II
111 III....! Ilf : : :' „ L) III ,,,,; "'III
The destination sign compartments shall meet the following minimum
requirements:
• Compartments shall be designed to prevent condensation and entry of
moisture and dirt.
• Compartments shall be designed to prevent fogging of both
compartment window and glazing on the unit itself.
• Access shall be provided to allow cleaning of inside compartment
window and unit glazing.
• The front window shall have an exterior display area of no less than
8.5 in. high by 56 in. wide.
TS 81. Passenger Information and Advertising
(Transit Bus)
TS 81.1 Interior Displays
Provisions shall be made on the rear of the driver's barrier or equipment box
located on the wheel well for a frame to retain information such as routes and
schedules.
Advertising media 11 in. high and 0.09 in. thick shall be retained near the juncture
of the bus ceiling and sidewall. The retainers may be concave and shall support the
media without adhesives. The media shall be illuminated by the interior light
system.
CMPC- 15- LTB -RFP 136 January 2015
Colorado Mountain Section 6
Purchasing Consortium
TS 82. Passenger Stop Request /Exit Signal
TS 82.1 Transit Bus
III 11I 111114 A ° "III "'';I Ilf;;;!
Pull Cord Passenger Signal
A passenger "stop requested" signal system that complies with applicable ADA
requirements defined in 49 CFR, Part 38.37, shall be provided. The system shall
consist of a heavy -duty pull cable, chime and interior sign message. The pull cable
shall be located the full length of the bus on the sidewalls at the level where the
transom is located. If no transom window is required, then the height of the pull
cable shall approximate this transom level and shall be no greater than 63 in. as
measured from the floor surface. It shall be easily accessible to all passengers,
seated or standing. Pull cable(s) shall activate one or more solid state or magnetic
proximity switches. At each wheelchair passenger position and at priority seating
positions, additional provisions shall be included to allow a passenger in a mobility
aid to easily activate the "stop requested" signal.
An auxiliary passenger "stop requested" signal shall be installed at the rear door to
provide passengers standing in the rear door /exit area a convenient means of
activating the signal system. The signal shall be a heavy -duty push button type
located in the rear door vicinity. Button shall be clearly identified as "passenger
signal."
III,,,,; "'III "'III....! 11: 1114 A " "III "" ;I Ilf;;;!
Additional "Stop Request" Button on Rear Door Stanchion
A heavy -duty "stop request" signal button shall be installed on the modesty panel
stanchion immediately forward of the rear door and clearly identified as "STOP."
III,,,,; "'III "'III....! 11: 1114 A " "III "" ;I Ilf;;;!
I e e iiii- IIII) e lii ees liii uir"1 to iiii1ii it IIII III a liii 9 in ii II II III3 e used 't i s IIIG3IIII a y route liii uirl I uu uuum a tliii uirl
'to IIG3aaaeuu"19eura 111 he iuir"lteuuIii uu- aliii9uul iHIII aIIIIa o &islI)IIay stop requests Ih"lein
IIh3aaaeuu"19eura IIIh3aIIIIIIII tllh"1e eaIIII3IIIIe oir liiiinliiitliiiato tllh"1e stop request a a'teuuum
CMPC- 15- LTB -RFP 137 January 2015
Colorado Mountain
Purchasing Consortium
TS 82.2 Signal Chime
TS 82.2.1 Transit Bus
Ilf; III....! Ilf : : :' „ L) III ,,,,; "'III
Section 6
A single "stop requested" chime shall sound when the system is first activated. A
double chime shall sound anytime the system is activated from wheelchair
passenger areas.
Exit signals located in the wheelchair passenger area shall be no higher than 4 ft
above the floor. Instructions shall be provided to clearly indicate function and
operation of these signals.
III,,,,; "'III "'III....! 111114 A " "III "" ;I Ilf;;;!
Provide ability for adjustable speaker volume in driver's area for next stop chime.
TS 83. Intelligent Transportation Systems (ITS) /
Communications Systems
TS 83.1 Camera Surveillance System
III 11I Ilf;;;! 11 114 A ° "III' "';I Ilf;;;!
Provide all wiring and mounting locations for a multi- camera surveillance system,
including the installation of cameras, recorder, microphone, etc. Systeiim slhmmallIHIIII
uu3 e uu IIIG3 uu a to a uu IIII .. IIIh3 t ea iiiim e iiii -a a, IIII ire e IIII a Iii ire ire e I iii a iiii I"a e iiii iiirn
uumm uu a uu ° e IIII
re s IIIh3 IIII e IIII ea iiii m e iiii -a a iiii m e iiii -a a uu uu3liii ° the IIII uu3 to uu IIII uu I tlllh3 e 111J uu s s IIIh3 a IIII IIII
Ix e the IIIIhli Ih3eat uualllHit 3iiiietuuuu�e, ea eci
.� IIIG .. IIII a a uir3 e ur Iow Hu 3 t a uuIu
e in Iiitl insiii Systeiim sIhc)WA aIIIIs iineIIIIa e IIII I)lIIIIe II) VIZ iitlllh3 a haird diiii-IIIIve
iiin siiizeiii Systeiim aIIIh3aIIIIIIII Je e iii"aIIIG3a'tiiii11113IIIIe auirm hired t tlllh3e III S Systeiim III VIN fair
e uu uu uu uiri IIIIea tliii uir"m of III III S a atouu iiii uirm I uu uu a tliii uirm t tlllh3 e i eo a atouu
TS 83.2 Public Address System
A public address system shall be provided on each bus for facilitating III S u- ellllate
and driver - originated announcements to passengers. " "'IIII " "'lllhmme III S a ateuuum iHIHII uutliiilllIH4e
the sIpeallkeuu- a ateuu of the 111Juus ° °'IIII Illh"me gooseine6k uu iiiieuu 3IIIh3 uirme ain h3IIIleasuuure
ura ii ii IIII Je IIIIuu IIIG3IIIIeuu euirmto as IIIG3aur't ofthIIIs a atouu
CMPC- 15- LTB -RFP 138 January 2015
Colorado Mountain
Purchasing Consortium
TS 83.2.1 Speakers
111 III....! Ilf : : :' „ L) III ,,,,; "'III
Section 6
Sliii x interior loudspeakers and one exterior r rs
shall be provided, semi -flush mounted, on alternate sides of the bus passenger
compartment, installed with proper phasing. Total impedance seen at the input
connecting end shall be 8 Ohms. Mounting shall be accomplished with riv -nuts and
machine screws.
TS 83.3 Automatic Passenger Counter (APC)
III 11I Ilf;;;! 11 114 A ° "III' "';I Ilf;;;!
An infrared APC system shall be installed ain eadh dooir. CMPC member agency to
provide details of APC system, including installation locations and number of buses
to be equipped. ..... I1II "'IIIhe XI�)C e uir"ltuu IIIIeiiii- aIIIh"1aIIIIIIII 1113e liiiin taIIIIIIIIe in a IIII eatl in that Bain 11113e
accessed fair iiii m a liii iiiri to iiiri a iiiri ee air See f uur tlllh"1 e ur iiii -e uu liii iiii -e iiii m e iiiri to IIII lii s to
uu1 3 "'u
TS 83.4 Radio Handset and Control System
TS 83.4.1 Drivers Speaker
Each bus shall have a recessed speaker in the ceiling panel above the driver. This
speaker shall be the same component used for the speakers in the passenger
compartment. It shall have 8 Ohms of impedance.
TS 83.4.2 Handset
Contractor will install a handset for driver use that liiiuu"ldIuu ea ice
e ur 'IIII' uu"1 to ur in e t IIII') uu t e III IIII e uuum uuum uu uiri liii ea tliii uiri s
TS 83.4.3 Driver Display Unit (DDU)
Contractor shall install a driver display unit as close to the Driver's instrument panel
as possible.
TS 83.4.4 Emergency Alarm
Contractor shall install an emergency alarm that is accessible to the driver but
hidden from view. " "'IIII " "'IIIhe 111111 a iitelllh"1 aIIIh1 aIIII 1113e iinstaIIIIed ain the IIIIeI"t sliii e of the
uu1i4eur, uu"1e t t tlllh"1e uuIii euu -'a IIIIeI"t IIIIeg iiin a l scirete IIII eatl iivii
TS 83.5 '11111 VIII
I' "" "' 8 1,5 f QIeveur VIII )evice AVII /CAII�) Systeui,,n that findIudes the f6hbwfing
e o �,,n IIII 3o u ... uu to
IIIVI43 uu in lii t
uu1 to uu iiii uu IIII I I s IIII) IIII a
uu auirlaiiiit
cointirdII head
CMPC- 15- LTB -RFP 139 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
ii e iiir e iiin a IIII a iiiniii ii to IIIh"m
t Iiii imodeiim f iii II t e Iiii m Iiii m a uiri Iiii ea tliii uiri
I xteirii ioir sII eallkeuu-
uirmtouu Iiii uu e inineet uu- f ur exIiiistlii m I s eaIlkeuu- e ii uineetl
uir S IIII uir"m
I IIIIate Illl uu ue out Illh aurts 'f ur exliistlii ing daslh IIII eatl
IIIinfodev XI coiivtii-6IHIeii- aind seins ur
°'IIIC" it t e uu liil ....
ui a uu e s uu uir"m a IIIG uu� uu uu� uu . tte uu uu� tuu�a uir"m s uu t s uu uir"m a
I ire Illh"mauu- uir"mess iitlllhm alllh Illh uu uu Iiiiate e uir"mineet urs four bus Iiiiir"mlllh u'ts uu -e euu -se,
uuumeteur , ur, eft 'to IIII )e euim9 iiineeure Ie eui- IIII'te likes
I "'5 SIIII
SIII' ssey I aii-6I)ox itllm OCU, IqouiivtliiIng Illl raelket aind W ii1 g
h"m a uu -uir"m ess
I oil IIII t ur I
t uuVIa XTIII.. 1,500 Itliiiglitallll BOMIWI Z Ita Iii i S Iclit auinm
t "m uuum a uir"m tuu uir"m
IIG uu 9 uu -a uuum uuum Iiii uiri 9
I uu
� ... i Illl uu
���� x ��� ua ss uu�m
TS 84. Event Data Recorders (EDR)
III 11I 111114 A ...IIL'';t III:
EDRs shall be installed on the bus, one at the front and the other at the rear. These
units are to be installed as low as possible. The EDRs shall be able to communicate
over the 11939 CAN line and shall each be equipped with three -axis accelerometers.
Settings are to be finalized with the Agency during pre - production. EDRs shall
broadcast via the 11939 data communication link severe impact events to the
vehicle monitoring system and also trigger an event in the camera system. The EDR
shall also tag an event from a signal received over the 11939 CAN line from the
silent alarm switch signal and the camera event button and in turn broadcast these
events to the vehicle monitoring system. The EDR shall also record the following
operational data: headlights on or off, turn signals and hazard lights on or off,
ignition on or off, low air pressure warning, whether moving in forward or reverse
or idling, and whether parking brake is on or off.
"" !" VIII VIII °' VIII Iiii
Table 8 lists products that have been Ixre Ii uslIy used aind deeiiiined
aeeeIllh 'taIIII IIIIe The list iiis iii touinm e d 'to IxrovIi e a e insIiiistoii t Jas6Hiine four
G �iii eIIIG auu liiiuum IIIG Iiii II salllls and is not intended to be a comprehensive listing of every
product required for the manufacture of the subject buses. Product categories not
listed are left to the discretion of the Contractor so long as the product complies
with the specifications. Product specification information is for reference only and
CMPC- 15- LTB -RFP 140 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
may not reflect the latest or future improvements by manufacturers. Any change,
revision or substitution of specified products requires approval of the CMPC.
TABLE 8
a s e Coirnlpoineint IIII...'iii s t
Product
Manufacturer
Product Specification
Driver's Seat
Recaro
Ergo MC II
Passenger Seat
American Seating
N2003
Seat Fabric
La France
362- 065D -07 -2533
Brochure Rack
Transit Information Products
Base Part No. OBIC T 12P IL
Video System
MobileView
Penta 8
Flooring
Altro
Meta -Storm
Digital Recording System
UTC
Penta 8
Aux Oil Filter
Spinner
Model 576
Steer Tires / Spare
Michelin
XDN2
Drive Axle Tires
Michelin
XDN2
CMPC- 15- LTB -RFP 141 January 2015
Colorado Mountain Section 6
Purchasing Consortium
TS 86. Special Equipment
Items specified in this section are not covered by the SBPG Technical Specifications.
TS 86.1 Two - Position Bicycle Rack
A Sportworks DL2 two - position fold -down bicycle rack shall be installed on the front
of the bus. The mounting design shall facilitate easy removal during seasonal
change over.
TS 86.2 Interior Security Lights
TS 86.3 AM /FM Radio
Includes MP3 /USB port with built in PA function.
TS 86.4 Radio box (Secure Special Equipment Cabinet)
A secure radio box /special equipment cabinet shall be installed within the interior of
the bus, with at minimum four sliding racks, to house and mount video, ITS and
other special electronic equipment. The radio box should have electric fans to
circulate the heat from the ITS equipment out of the radio box. This box should
have a lock. The radio box should have a power block available for wiring additional
equipment.
CMPC- 15- LTB -RFP 142 January 2015
Colorado Mountain
Purchasing Consortium
TS 86.5 Yield to Bus Sign
10 second operator activation switch.
TS 86.6 Emergency Safety Equipment
TS 86.6.1 First Aid Kit
Each CMPC member agency to designate mounting location.
TS 86.6.2 Five -Pound A -B -C Fire Extinguisher
Each CMPC member agency to designate mounting location.
Section 6
TS 86.6.3 Three DOT Required Emergency Triangle Reflectors
To be provided in a box, each CMPC member agency designates mounting
location.
TS 86.6.4 Bodily Fluid Clean Up / Biohazard Kit
Each CMPC member agency to designate mounting location.
TS 86.7 Trashcans and Holders
TS 86.8 Hand Sanitizer Holder
CMPC- 15- LTB -RFP 143 January 2015
Colorado Mountain
Purchasing Consortium
TS 86.9 Brochure Racks
TS 86.10 Dash Fans
Section 6
Bus shall be equipped with variable speed two dash fans located near the center of
the dash. Switches controlling the fan shall be located on the Driver's switch panel.
TS 87. CMPC Alternative Required Equipment
The following are required equipment CMPC member agencies will request at the
time of order. Proposer is to identify in the Proposal, by completing the document in
Section 9, whether the proposed bus model offered is compatible with the following
manufacturers, systems or other configuration requirements. Evaluators will be
evaluated and scored during the evaluation process in relation to how many of the
below alternative required equipment items are compatible with the make and
model of bus(es) proposed.
CMPC- 15- LTB -RFP 144 January 2015
Colorado Mountain
Purchasing Consortium
TABLE 9
Alternative Required Equipment
Section 6
Product / Configuration
Manufacturer
Product Specification
Automated Passenger Counts
Dilax
Requires RM Velocity VLU, 11708 link to
(APC)
APC PCU, and GPS receiver hardware
components.
Automated Voice
Mackenzie Labs
MB -701
Annunciation (AVA)
Back Up Camera System
Luminator
Built in camera that interfaces with ODK
providing a backup display when the bus
is in reverse.
Bike Rack
Sportworks
3- Position Bike Rack
Destination Sign System
Hanover
Destination Sign System
Luminator
Gen 4 SMT with ODK4, rear run sign
camera option and dash sign.
Destination Sign System
TwinVision
Drop -Down Chain System
On -Spot
System should be programmable for
speed limitations for deployment as well
as top speed.
Fuel filler - standard fuel
The nozzle shall automatically shut off
nozzle
when the tank is essentially full. An
audible signal shall indicate when the
tank is essentially full. The fuel filler cap
shall be a screw -on cap.
Handset
AudioSears
For VoIP communication
Paratransit Scheduling
RouteMatch
Software /Hardware
Paratransit ing
Trapeze
Software/Hardware
Perimeter Seating Seat
Passenger seats shall be arranged in a
Configuration
perimeter- facing configuration.
Radio
Motorola
MOTOTRBO Model XPR4550 w /hand mic;
45 watt VHF Radio 2 antennas; GPS
surface mount antenna
Related ITS Components
Clever Devices
Announcement and Public Address
System; Infrared APC system
Surveillance Camera System
Apollo
5 -8 camera system; Wifi built in for
download; high definition, high capacity
mobile DVR.
Surveillance Camera System
UTC /GE MobileView
Penta 8 -12 camera system; GPS and Wifi
router & antenna, event button.
CMPC- 15- LTB -RFP 145 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
Surveillance Camera System
REI
3 -8 camera system
Surveillance Camera System
Seon
3 -4 camera system, GPS
Three forward facing
Three forward - facing locations, as close
wheelchair securement
to the wheelchair loading system as
locations.
practical, shall provide parking space and
securement system compliant with ADA
..... .
wheelchair. e i for a passenger is a
CMPC- 15- LTB -RFP 146 January 2015
Colorado Mountain
Purchasing Consortium
Table of Contents
Section 7
WR1. Basic Provisions .......................................................... ..............................2
WR 1.1 Warranty Requirements .......................................... ..............................2
WR 1.2 Voiding of Warranty ............................................... ..............................4
WR 1.3 Exceptions and Additions to Warranty ....................... ..............................5
WR1.4 Fleet Defects ........................................................ ...............................
6
WR 2. Repair Procedures ....................................................... ..............................6
WR2.1 Repair Performance ................................................ ..............................6
WR 2.2 Repairs by the Contractor ....................................... ..............................7
WR 2.3 Repairs by the Agency ............................................ ..............................7
WR 2.4 Warranty after Replacement /Repairs ........................ ..............................8
WR2.5 Forms ................................................................. ...............................
9
WR2.6 Return of Parts ..................................................... ...............................
9
WR2.7 Timeframe ......................................................... ...............................
10
WR2.8 Reimbursements ................................................. ...............................
10
1
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium Section 7
SECTION 7: WARRANTY REQUIREMENTS
WR 1. Basic Provisions
WR 1.1 Warranty Requirements
WR 1.1.1 Contractor Warranty
Warranties in this document are in addition to any statutory remedies or warranties
imposed on the Contractor. Consistent with this requirement, the Contractor warrants
and guarantees to the CMPC local member agency each complete bus and specific
subsystems and components as follows. Performance requirements based on design
criteria shall not be deemed a warranty item.
WR 1.1.2 Complete Bus
The complete bus, propulsion system, components, major subsystems and body and
chassis structure are warranted to be free from Defects and Related Defects for one
year or 50,000 miles, whichever comes first, beginning on the date of revenue service
but not longer than 15 days after acceptance under "Inspection, Testing and
Acceptance." The warranty is based on regular operation of the bus under the
operating conditions prevailing in the CMPC member agency's locale.
WR 1.1.3 Body and Chassis Structure
Body, body structure, structural elements of the suspension and engine cradle are
warranted to be free from Defects and Related Defects for three years or 150,000
miles, whichever comes first.
Primary load- carrying members of the bus structure, including structural elements of
the suspension, are warranted against corrosion failure and /or Fatigue Failure
sufficient to cause a Class 1 or Class 2 Failure for a period of 12 years or 500,000
miles, whichever comes first.
WR 1.1.4 Propulsion System
Propulsion system components, including the engine, transmission or drive motors,
and drive and non -drive axles shall be warranted to be free from Defects and Related
Defects for the standard two years or 100,000 miles, whichever comes first, unless a
particular manufacturer (i.e. engine) offers a more advantageous standard warranty.
An Extended Warranty to a maximum of five years or 300,000 miles,
whichever comes first, may be purchased at an additional cost. The
propulsion system manufacturer's standard warranty, delineating items
excluded from the Extended Warranty, should be submitted in accordance
with the with the Form for Proposal Deviation.
2
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
WR 1.1.5 Emission Control System (ECS)
Section 7
The Contractor warrants the emission control system for five years or 250,000 miles,
whichever comes first. The ECS shall include, but is not limited to, the following
components:
• complete exhaust system, including catalytic converter (if required)
• after treatment device
• components identified as emission control devices
WR 1.1.6 Subsystems
Other subsystems shall be warranted to be free from Defects and Related Defects for
two years or 100,000 miles, whichever comes first. Other subsystems are listed below:
• Brake system: Foundation brake components, including advancing mechanisms,
as supplied with the axles, excluding friction surfaces.
• Destination signs: All destination sign equipment for the front, side and rear
signs, power modules and operator control.
• Heating, ventilating: Roof and /or rear main unit only, excluding floor heaters
and front defroster.
• AC unit and compressor: Roof and /or rear main unit only, excluding floor
heaters and front defroster.
• Door systems: Door operating actuators and linkages.
• Air compressor.
• Air dryer.
• Wheelchair lift and ramp system: Lift and /or ramp parts and mechanical only.
• Sta rte r.
• Alternator: Alternator only. Does not include the drive system.
• Charge air cooler: Charge air cooler including core, tanks and including related
surrounding framework and fittings.
• Fire suppression: Fire suppression system including tank and extinguishing
agent dispensing system.
• Hydraulic systems: Including radiator fan drive and power steering as
applicable.
• Engine cooling systems:
• Radiator including core, tanks and related framework, including surge
tank.
• Transmission cooler.
• Passenger seating excluding upholstery.
• Fuel storage and delivery system.
• Surveillance system including cameras and video recorders.
o If systems are pre -wired at the manufacturer location, the
manufacturer shall warranty the wiring and any installation. The CMPC
member agency will have the option to have an equipment testing
session at the bus manufacturer to ensure equipment will function
appropriately once installed at the CMPC member agency site ahead of
the bus being delivered to the agency location.
3
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
WR 1.1.7 Extended Warranty
Section 7
The CMPC requests Proposers to provide on the Pricing Proposal Form any other
potential advantageous extended warranties given the technical specification
requirements identified in Section 6.
WR 1.1.8 Serial Numbers
Upon delivery of each bus, the Contractor shall provide a complete electronic list of
serialized units installed on each bus to facilitate warranty tracking. The list shall
include, but is not limited to the following:
• engine
• transmission
• alternator
• starter
• A/C compressor and condenser /evaporator unit
• drive axle
• power steering unit
• fuel cylinders (if applicable)
• air compressor
• wheelchair ramp (if applicable)
The Contractor shall provide updated serial numbers resulting from warranty
campaigns. The format of the list shall be approved by the CMPC member agency prior
to delivery of the first production bus.
WR 1.1.9 Extension of Warranty
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.
WR 1.2 Voiding of Warranty
The warranty shall not apply to the failure of any part or component of the bus that
directly results from misuse, negligence, accident or repairs not conducted in
accordance with the Contractor - provided maintenance manuals and with workmanship
performed by adequately trained personnel in accordance with recognized standards of
the industry. The warranty also shall be void if the CMPC member agency fails to
conduct normal inspections and scheduled preventive maintenance procedures as
recommended in the Contractor's maintenance manuals and if that omission caused
the part or component failure. The CMPC member agency shall maintain
4
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium Section 7
documentation, auditable by the Contractor, verifying service activities in conformance
with the Contractor's maintenance manuals.
WR 1.3 Exceptions and Additions to Warranty
The warranty shall not apply to the following items:
• scheduled maintenance items
• normal wear -out items
• items furnished by the CMPC member agency
Should the CMPC member agency require the use of a specific product and has
rejected the Contractor's request for an alternate product, then the standard Supplier
warranty for that product shall be the only warranty provided to the CMPC member
agency. This product will not be eligible under "Fleet Defects," below.
The Contractor shall not be required to provide warranty information for any warranty
that is less than or equal to the warranty periods listed.
WR 1.3.1 Pass - Through Warranty
Should the Contractor elect to not administer warranty claims on certain components
and wish to transfer this responsibility to the sub - suppliers, or to others, the
Contractor shall request this waiver.
Contractor shall state in writing that the CMPC member agency's warranty
reimbursements will not be impacted. The Contractor also shall state in writing any
exceptions and reimbursement including all costs incurred in transport of vehicles
and /or components. At any time during the warranty period, the Contractor may
request approval from the CMPC member agency to assign its warranty obligations to
others, but only on a case -by -case basis approved in writing by the CMPC. Otherwise,
the Contractor shall be solely responsible for the administration of the warranty as
specified. Warranty administration by others does not eliminate the warranty liability
and responsibility of the Contractor.
WR 1.3.2 Superior Warranty
The Contractor shall pass on to the CMPC any warranty offered by a component
Supplier that is superior to that required herein. The Contractor shall provide a list to
the CMPC noting the conditions and limitations of the Superior Warranty not later than
the start of production. The Superior Warranty shall not be administered by the
Contractor.
5
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
WR 1.4 Fleet Defects
WR 1.4.1 Occurrence and Remedy
Section 7
A Fleet Defect is defined as cumulative failures of twenty -five (25) percent of the same
components in the same or similar application where such items are covered by
warranty. A Fleet Defect shall apply only to the base warranty period in sections
entitled "Complete Bus," "Propulsion System" and "Major Subsystems." 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.
For the purpose of Fleet Defects in relation to the CMPC procurement design, all similar
manufacturer, model and size (length) bus orders delivered by year (i.e: 2016
deliveries) shall be treated as a separate bus fleet. In addition, should there be a
change in a major component over the five year contract period, the buses containing
the new major component shall become a separate bus fleet for the purposes of Fleet
Defects.
The Contractor shall correct a Fleet Defect under the warranty provisions defined in
"Repair Procedures." After correcting the Defect, the CMPC member agency 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 the buses in the fleet via a mutually agreed -to
arrangement. The Contractor shall update, as necessary, technical support information
(parts, service and operator's manuals) due to changes resulting from warranty
repairs. The CMPC member agency may immediately declare a Defect in design
resulting in a safety hazard to be a Fleet Defect. The Contractor shall be responsible to
furnish, install and replace all defective units.
WR 1.4.2 Exceptions to Fleet Defect Provisions
The Fleet Defect warranty provisions shall not apply to CMPC member agency - supplied
items, such as radios, fare collection equipment, communication systems and tires. In
addition, Fleet Defects shall not apply to interior and exterior finishes, hoses, fittings
and fabric.
WR 2. Repair Procedures
WR 2.1 Repair Performance
The Contractor is responsible for all warranty- covered repair work. To the extent
practicable, the CMPC member agency will allow the Contractor or its designated
representative to perform such work. At its discretion, the CMPC member agency may
6
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium Section 7
perform such work if it determines it needs to do so based on transit service or other
requirements. Such work shall be reimbursed by the Contractor.
WR 2.2 Repairs by the Contractor
If the CMPC member agency detects a Defect within the warranty periods defined in
this section, it shall, within thirty (30) days, notify the Contractor's designated
representative. The Contractor or its designated representative shall, if requested,
begin work on warranty- covered repairs within five (5) calendar days after receiving
notification of a Defect from the CMPC member agency. The CMPC member agency
shall make the bus available to complete repairs timely with the Contractor's repair
schedule.
The Contractor shall provide at its own expense all spare parts, tools and space
required to complete repairs. At the CMPC member agency's option, the Contractor
may be required to remove the bus from the CMPC member agency's property while
repairs are being effected. If the bus is removed from the CMPC member agency's
property, then repair procedures must be diligently pursued by the Contractor's
representative.
WR 2.3 Repairs by the Agency
WR 2.3.1 Parts Used
If the CMPC member agency performs the warranty- covered repairs, then it shall
correct or repair the Defect and any Related Defects utilizing parts supplied by the
Contractor specifically for this repair. At its discretion, the CMPC member agency may
use Contractor - specified parts available from its own stock if deemed in its best
interests.
WR 2.3.2 Contractor - Supplied Parts
The CMPC member agency may require that the Contractor supply parts for warranty -
covered repairs being performed by the CMPC member agency. Those parts may be
remanufactured but shall have the same form, fit and function, and warranty. The
parts shall be shipped prepaid to the CMPC member agency from any source selected
by the Contractor within 72 hours of receipt of the request for said parts and shall not
be subject to a CMPC member agency handling charge.
WR 2.3.3 Defective Component Return
The Contractor may request that parts covered by the warranty be returned to the
manufacturing plant. The freight costs for this action shall be paid by the Contractor.
Materials should be returned in accordance with the procedures outlined in "Warranty
Processing Procedures."
7
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
WR 2.3.4 Failure Analysis
Section 7
The Contractor shall, upon specific request of the CMPC member agency, provide a
failure analysis of Fleet Defect or safety - related parts, or major components, removed
from buses under the terms of the warranty that could affect fleet operation. Such
reports shall be delivered within 60 days of the receipt of failed parts.
WR 2.3.5 Reimbursement for Labor and Other Related Costs
The CMPC member agency shall be reimbursed by the Contractor for labor. The
amount shall be determined by the CMPC member agencies for a qualified mechanic at
a straight time wage rate of $85.00 per hour, which includes fringe benefits and
overhead adjusted for the CMPC member agencies' most recently published rates in
effect at the time the work is performed, plus the cost of towing in the bus, if such
action was necessary. *Please note, the cost will be $85.00 per hour in the first year of
the contract and increase each year by the same amount as the increase of the
Consumer Price Index, Denver - Boulder- Greeley, as posted by the Bureau of Labor and
Statistics, Mountain - Plains Information Office.
WR 2.3.6 Reimbursement for Parts
The CMPC member agency shall be reimbursed by the Contractor for defective parts
and for parts that must be replaced to correct the Defect. The reimbursement shall be
at the current price at the time of repair. Handling costs shall not be paid if parts are
supplied by the Contractor and shipped to the CMPC member agency.
WR 2.3.7 Reimbursement Requirements
The Contractor shall respond to the warranty claim with an accept /reject decision
including necessary failure analysis no later than sixty (60) days after the CMPC
member agency submits the claim and defective part(s), when requested.
Reimbursement for all accepted claims shall occur no later than sixty (60) days from
the date of acceptance of a valid claim. The CMPC member agency may dispute
rejected claims or claims for which the Contractor did not reimburse the full amount.
The parties agree to review disputed warranty claims during the following quarter to
reach an equitable decision to permit the disputed claim to be resolved and closed, of
which the CMPC Program Administrator will be involved. The parties also agree to
review all claims at least once per quarter throughout the entire warranty period to
ensure that open claims are being tracked and properly dispositioned. This review will
also involve the CMPC Program Administrator.
WR 2.4 Warranty after Replacement/ Repairs
If any component, unit or subsystem is repaired, rebuilt or replaced by the Contractor
or by the CMPC member agency with the concurrence of the Contractor, then the
component, unit or subsystem shall have the unexpired warranty period of the original.
Repairs shall not be warranted if Contractor - provided or authorized parts are not used
8
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium Section 7
for the repair, unless the Contractor has failed to respond within five days, in
accordance with "Repairs by the Contractor."
If an item is declared to be a Fleet Defect, then the warranty stops with the declaration
of the Fleet Defect. Once the Fleet Defect is corrected, the item(s) shall have three (3)
months or remaining time and /or miles of the original warranty, whichever is greater.
This remaining warranty period shall begin on the repair /replacement date for
corrected items on each bus if the repairs are completed by the Contractor or on the
date the Contractor provides all parts to the CMPC member agency.
WR 2.4.1 Warranty Processing Procedures
The following list represents requirements by the Contractor to the CMPC member
agency for processing warranty claims. One failure per bus per claim is allowed.
• bus number and VIN
• total vehicle life mileage at time of repair
• date of failure /repair
• acceptance /in- service date
• Contractor part number and description
• component serial number
• description of failure
• all costs associated with each failure /repair (invoices may be required for third -
pa rty costs) :
• towing
• road calls
• labor
• materials
• pa its
• handling
• troubleshooting time
WR 2.5 Forms
The CMPC member agency's forms will be accepted by the Contractor if all of the
above information is included. Electronic submittal may be used if available between
the Contractor and the CMPC member agency.
WR 2.6 Return of Parts
When returning defective parts to the Contractor, the CMPC member agency shall tag
each part with the following:
• bus number and VIN
• claim number
9
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium Section 7
• part number
• serial number (if available)
WR 2.7 Timeframe
Each claim must be submitted no more than thirty (30) days from the date of failure
and /or repair, whichever is later. All defective parts must be returned to the
Contractor, when requested, no more than forty -five (45) days from the date of repair.
WR 2.8 Reimbursements
Reimbursements are to be transmitted to the CMPC member agency address specified
in the individual purchase agreement between the agency and the Contractor.
10
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Table of Contents
Section 8
QA 1. Contractor's In -Plant Quality Assurance Requirements ...... ..............................2
QA 1.1 Quality Assurance Organization ................................. ..............................2
QA 1.2 Quality Assurance Organization Functions ................... ..............................2
QA2. Inspection .................................................................. ..............................5
QA 2.1 Inspection Stations ................................................. ..............................5
QA 2.2 Resident Inspectors ................................................. ..............................5
QA 3. Acceptance Tests ........................................................ ..............................7
QA3.1 Responsibility ........................................................ ............................... 7
QA3.2 Pre - Delivery Tests ................................................... ..............................7
QA 4. Agency- Specific Requirements ...................................... ..............................8
Attachment A: New Bus Manufacturing Inspection Guidelines . ............................... 9
Pre - Production Meeting ..................................................... ............................... 9
Resident Inspection Process for Serial Production ................ ............................... 10
Communications............................................................. ............................... 14
Vehicle Release for Del ivery ............................................... .............................15
1
CMPC- 15- LTB -RFP January 2015
Colorado Mountain Section 8
Purchasing Consortium
SECTION 8: QUALITY ASSURANCE
QA 1. Contractor's In -Plant Quality Assurance Requirements
QA 1.1 Quality Assurance Organization
QA 1.1.1 Organization Establishment
The Contractor shall establish and maintain an
organization. It shall be a specifically defined
responsible to the Contractor's top management.
QA 1.1.2 Control
effective in -plant quality assurance
organization and should be directly
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 supplied articles.
QA 1.1.3 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 acceptance /rejection of materials and manufactured articles in the
production of the transit buses.
QA 1.2 Quality Assurance Organization Functions
QA 1.2.1 Minimum Functions
The quality assurance organization shall include the following minimum functions:
Work instructions: The quality assurance organization shall verify inspection
operation instructions to ascertain that the manufactured product meets all
prescribed requirements.
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 year after inspections and tests are completed.
Corrective action: The quality assurance organization shall detect and promptly
ensure correction of any conditions that may result in the production of defective
transit buses. These conditions may occur in designs, purchases, manufacture,
tests or operations that culminate in defective supplies, services, facilities,
technical data or standards.
QA 1.2.2 Basic Standards and Facilities
The following standards and facilities shall be basic in the quality assurance process:
2
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 8
• Configuration control: The Contractor shall maintain drawings, assembly
procedures and other documentation that completely describe a qualified bus
that meets all of the options and special requirements of this procurement. The
quality assurance organization shall verify that each transit bus is manufactured
in accordance with these controlled drawings, procedures and documentation.
• Measuring and testing facilities: The Contractor shall provide and maintain the
necessary gauges and other measuring and testing devices for use by the
quality assurance organization to verify that the buses 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.
• 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 adjusted, replaced or repaired as required to maintain quality.
• Equipment use by resident inspectors: The Contractor's gauges and other
measuring and testing devices shall be made available for use by the resident
inspectors to verify that the buses conform to all specification requirements. If
necessary, the Contractor's personnel shall be made available to operate the
devices and to verify their condition and accuracy.
QA 1.2.3 Maintenance of Control
The Contractor shall maintain quality control of purchases:
Supplier control: The Contractor shall require each Supplier to maintain a quality
control program for the services and supplies that it provides. The Contractor'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.
Purchasing data: The Contractor shall verify that all applicable specification
requirements are properly included or referenced in purchase orders of articles
to be used on transit buses.
QA 1.2.4 Manufacturing Control
Controlled conditions: The Contractor shall ensure that all basic production
operations, as well as all 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 working environments if necessary.
3
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 8
• Completed items: A system for final inspection and test of completed transit
buses shall be provided by the quality assurance organization. It shall measure
the overall quality of each completed bus.
• Nonconforming materials: The quality assurance organization shall monitor the
Contractor's system for controlling nonconforming materials. The system shall
include procedures for identification, segregation and disposition.
• Statistical techniques: Statistical analysis, tests and other quality control
procedures may be used when appropriate in the quality assurance processes.
• Inspection status: A system shall be maintained by the quality assurance
organization for identifying the inspection status of components and completed
transit buses. Identification may include cards, tags or other normal quality
control devices.
QA 1.2.5 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 process and completed articles. As a minimum, it shall include the
following controls:
Inspection personnel: Sufficient trained inspectors shall be used to ensure that
all materials, components and assemblies are inspected for conformance with
the qualified bus design.
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 bus. 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 the Contractor or resident inspectors
during assembly shall be entered by the inspection personnel on a record that
accompanies the major component, subassembly, assembly or bus 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 corrective actions and mark the discrepancy record. If discrepancies cannot
be corrected by replacing the nonconforming materials, then the CMPC member
agency shall approve the modification, repair or method of correction to the
extent that the Contract specifications are affected. Inspection Records should
note all dates of inspection.
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 CMPC.
4
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
QA 2. Inspection
QA 2.1 Inspection Stations
Section 8
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 underbody structure completion, body framing completion, body
prior to paint preparation, water test, engine installation completion, underbody dress -
up and completion, bus prior to final paint touchup, bus prior to road test and bus final
road test completion.
QA 2.2 Resident Inspectors
QA 2.2.1 Resident Inspector's Role
The CMPC member agency may (depending on quantity purchased) be represented at
the Contractor's plant by resident inspectors, as required by FTA. Resident inspectors
may be CMPC member agency employees or outside contractors. The CMPC member
agency shall provide the identity of each inspector and shall also identify his or her
level of authority in writing. They shall monitor, in the Contractor's plant, the
manufacture of transit buses built under the procurement. The presence of these
resident inspectors in the plant shall not relieve the Contractor of its responsibility to
meet all the requirements of this procurement. The CMPC member agency shall
designate a primary resident inspector, whose duties and responsibilities are
delineated in "Pre- Production Meetings," "Authority" and "Pre- Delivery Tests," below.
Contractor and resident inspector relations shall be governed by the guidelines
included as Attachment A to this section.
QA 2.2.2 Pre - Production Meetings
The primary resident inspector may participate in design review and Pre - Production
Meetings with the CMPC member agency. At these meetings, the configuration of the
buses and the manufacturing processes shall be finalized, and all Contract
documentation provided to the inspector.
No less than thirty (30) days prior to the beginning of bus manufacture, the primary
resident inspector may meet with the Contractor's quality assurance manager and may
conduct a pre - production audit meeting. They shall review the inspection procedures
and finalize inspection checklists. The resident inspectors may begin monitoring bus
construction activities two weeks prior to the start of bus fabrication.
s
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
QA 2.2.3 Authority
Section 8
Records and data maintained by the quality assurance organization shall be available
for review by the resident inspectors. Inspection and test records for this procurement
shall be available for a minimum of one year after inspections and tests are completed.
The Contractor's gauges and other measuring and testing devices shall be made
available for use by the resident inspectors to verify that the buses conform to all
specification requirements. If necessary, the Contractor's personnel shall be made
available to operate the devices and to verify their condition and accuracy.
Discrepancies noted by the resident inspector during assembly shall be entered by the
Contractor's inspection personnel on a record that accompanies the major component,
subassembly, assembly or bus 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
corrective actions and mark the discrepancy record. If discrepancies cannot be
corrected by replacing the nonconforming materials, then the CMPC member agency
shall approve the modification, repair or method of correction to the extent that the
Contract specifications are affected.
The primary resident inspector shall remain in the Contractor's plant for the duration of
bus assembly work under this Contract. Only the primary resident inspector or
designee shall be authorized to release the buses for delivery. The resident inspectors
shall be authorized to approve the pre - delivery acceptance tests. Upon request to the
quality assurance supervisors, the resident inspectors shall have access to the
Contractor's quality assurance files related to this procurement. These files shall
include drawings, assembly procedures, material standards, parts lists, inspection
processing and reports, and records of Defects.
QA 2.2.4 Support Provisions
The Contractor shall provide office space for the resident inspectors in close proximity
to the final assembly area. This office space shall be equipped with desks, outside and
interplant telephones, Internet access, file cabinet and chairs.
QA 2.2.5 Compliance with Safety Requirements
At the time of the Pre - Production Meeting, the Contractor shall provide all safety and
other operational restrictions that govern the Contractor's facilities. These issues will
be discussed and the parties will agree which rules /restrictions will govern the CMPC
member agency's inspector(s) and any other CMPC member agency representatives
during the course of the Contract.
6
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
QA 3. Acceptance Tests
QA 3.1 Responsibility
Section 8
Fully documented tests shall be conducted on each production bus following
manufacture to determine its acceptance to the CMPC member agency. These
acceptance tests shall include pre - delivery inspections and testing by the Contractor
and inspections and testing by the CMPC member agency after the buses have been
delivered.
QA 3.2 Pre - Delivery Tests
The Contractor shall conduct acceptance tests at its plant on each bus following
completion of manufacture and before delivery to the CMPC member agency. These
pre - delivery tests shall include visual and measured inspections, as well as testing the
total bus operation. The tests shall be conducted and documented in accordance with
written test plans approved by the CMPC member agency.
Additional tests may be conducted at the Contractor's discretion to ensure that the
completed buses have attained the required quality and have met the requirements in
"Section 6: Technical Specifications." The CMPC member agency may, prior to
commencement of production, demand that the Contractor demonstrate compliance
with any requirement in that section if there is evidence that prior tests have been
invalidated by the Contractor's change of Supplier or change in manufacturing process.
Such demonstration shall be by actual test, or by supplying a report of a previously
performed test on similar or like components and configuration. Any additional testing
shall be recorded on appropriate test forms provided by the Contractor and shall be
conducted before acceptance of the bus.
The pre - delivery tests shall be scheduled and conducted with thirty (30) days' notice
so that they may be witnessed by the resident inspectors, who may accept or reject
the results of the tests. The results of pre - delivery tests, and any other tests, shall be
filed with the assembly inspection records for each bus. The underfloor equipment shall
be available for inspection by the resident inspectors, using a pit or bus hoist provided
by the Contractor. A hoist, scaffold or elevated platform shall be provided by the
Contractor to easily and safely inspect bus roofs. Delivery of each bus shall require
written authorization of the primary resident inspector. Authorization forms for the
release of each bus for delivery shall be provided by the Contractor. An executed copy
of the authorization shall accompany the delivery of each bus.
QA 3.2.1 Visual and Measured Inspections
Visual and measured inspections shall be conducted with the bus in a static condition.
The purpose of the inspection testing includes verification of overall dimension and
weight requirements, that required components are included and are ready for
operation, and that components and subsystems designed to operate with the bus in a
static condition do function as designed.
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
QA 3.2.2 Total Bus Operation
Section 8
Total bus operation shall be evaluated during road tests. The purpose of the road tests
is to observe and verify the operation of the bus as a system and to verify the
functional operation of the subsystems that can be operated only while the bus is in
motion.
Each bus shall be driven for a minimum of thirty (30) miles during the road tests. If
requested, computerized diagnostic printouts showing the performance of each bus
shall be produced and provided to the CMPC member agency. Observed Defects shall
be recorded on the test forms. The bus shall be retested when Defects are corrected
and adjustments are made. This process shall continue until Defects or required
adjustments are no longer detected.
QA 4. Agency- Specific Requirements
The CMPC requires that copies of all related Quality Assurance documents accompany
each bus ordered upon delivery.
The CMPC member agencies are to be provided the option to visit the Manufacturer's
site at 95% bus completion or prepaint. This allows CMPC member agencies to go
through the build sheet and ensure all requirements are being met independent of the
Manufacturer and resident inspector quality assurance provisions required in the above
sections.
8
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 8
Attachment A: New Bus Manufacturing Inspection Guidelines
Pre - Production Meeting
Responsibilities
CM PC Agency
• Provides conformed copy of technical requirements.
• Recommended staff to be involved may include the following:
• Project manager
• Technical engineer
• CMPC program administrator
• Quality assurance administrator
• Warranty administrator
• Process for inspector's role (to deal with CMPC member agency) for negotiated
changes after freeze date.
• Contractual requirements:
• Milestones
• Documentation
• Title requirements
• Deliverables
• Payments
• Reliability tracking
Manufacturer
• Identifies any open issues.
• Recommended staff to be involved may include the following:
• Project manager
• Technical engineer(s)
• CMPC program administrator
• Quality assurance administrator
• Warranty administrator
• Production flow (buses /week, shifts).
• Delivery schedule and offsite component build -up schedule.
• Bus QA documentation (including supplier application approvals and /or any
certifications required for the specific production).
• Communication flow /decision making.
Inspector (if needed per FTA requirements or CMPC local agency)
• Agree on decisions inspectors can and cannot make.
• Primary contact for problems, etc.
• Production flow process (description of manufacturing by station).
• Factory hours (manage inspection schedule based on production hours).
• Plant rules.
• Safety requirements.
• Orientation requirements.
9
CMPC- 15- LTB -RFP January 2015
Colorado Mountain Section 8
Purchasing Consortium
• Work environment.
• Inspector's office space (per contract).
Build Schedule
The bus manufacturer's contract administrator shall supply a fleet build production
schedule based on the dates in the CMPC member agency Purchase Agreement /
Purchase Order, and a description of the manufacturer's schedule for plant operations.
The production schedule should contain specific milestone dates, such as the following:
• First vehicle on production line (date on which any work will begin).
• First vehicle off production line.
• First vehicle through manufacturer's quality assurance inspections.
• First vehicle shipped to the CMPC member agency.
• Last vehicle on production line.
• Last vehicle off production line.
• Last vehicle shipped to the CMPC member agency.
Plant Tour (if Meeting at OEM's Location)
The CMPC member agency will review the entire process from start to finish and
review the work completed at each line station, including quality control measures.
CMPC member agencies are to be provided the option to visit the Manufacturer's site
at 95% bus completion or prepaint. This allows CMPC member agencies to go through
the build sheet and ensure all requirements are being met independent of the
Manufacturer and resident inspector quality assurance provisions required in the above
sections.
Resident Inspection Process for Serial Production
At the discretion of the CMPC member agency, a decision may be made to perform
resident inspection using the CMPC member agency's personnel, a contract inspector,
or a combination of both. The decision is based on factors such as the availability of
personnel, knowledge /expertise in bus build project management, the size of the bus
order, etc.
Inspector Responsibilities
The resident inspection process for the serial production of the buses begins according
to the serial bus production schedule. Resident inspectors should represent the CMPC
member agency for all build - related issues (quality, conformance, etc.). Resident
inspectors can also address contractual type issues but should only do so under the
consult of the CMPC program administrator. Resident inspectors are sent to the
manufacturer's facility according to a Resident Inspection Schedule. Typically, one or
two inspectors arrive onsite at the manufacturing facility about one week prior to
actual production to setup the resident inspection process and to begin preliminary
to
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 8
quality assurance inspections for items such as power plant build -up and wire harness
production, and to inspect incoming parts, fasteners, fluids, etc., that will be used in
the production of the buses. During the serial production of the buses, the resident
inspectors should monitor the production of each bus, verifying the quality of
materials, components, sub - assemblies and manufacturing standards. In addition, the
configuration of each vehicle should be audited using the vehicle manufacturer's Build
Specification and other documents to ensure contract compliance and uniformity.
Inspector Rotation /Scheduling
During the resident inspection phase, a single inspector or multiple inspectors could be
used. If it is decided to use multiple inspectors, then the inspectors could be rotated on
a biweekly to monthly basis as required. During the rotation of inspectors, a sufficient
period of overlap should be provided to guarantee the consistency of the resident
inspection process.
Resident Inspector Orientation
A resident inspector orientation by the bus manufacturer should take place upon the
arrival of the initial inspection team. The orientation should include expectations for
the use of personal protective equipment (safety shoes, safety glasses, etc.), daily
check -in and check -out requirements, lines of communication, use of production
documents such as speed memos and line movement charts, inspector /production
meetings, inspector office arrangements, and anything else pertinent to the inspection
team's involvement during the build. Many of the above items should already be
formalized during the Pre - Production Meeting.
Audits, Inspections and Tests
The resident inspection process monitors the production of each vehicle. Inspection
stations should be strategically placed to test or inspect components or other
installations before they are concealed by subsequent fabrication or assembly
operations. These locations typically are placed for the inspection of underbody
structure, body framing, electrical panels and harnesses, air and hydraulic line
routings, installation of insulation, power plant build -up and installation, rust
inhibitor /undercoating application, floor installation, front suspension alignment, and
other critical areas.
Vehicle Inspections
Each bus is subjected to a series of inspections after the bus reaches the point of final
completion on the assembly line. Typically, the vehicle manufacturer performs its own
quality assurance inspections following assembly line completion before releasing each
bus to the resident inspectors. The inspections for each vehicle are documented,
signed off upon passing and included in the vehicle record.
11
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 8
These are the typical inspections performed on each bus by the resident inspectors:
• Water test inspection
• Road test inspection
• Interior inspection (including functionality)
• Hoist /undercarriage inspection
• Exterior inspection (including roof)
• Electrical inspection
• Wheelchair ramp /lift inspection
Water Test Inspection
The water test inspection checks the integrity of the vehicle's body seams, window
frame seals and other exterior component close -outs for their ability to keep rainwater,
road splash, melting snow and slush, and other exterior water from entering the inside
of the vehicle. The vehicle's interior is inspected for signs of moisture and water leaks.
To perform the leak inspection, interior ceiling and side panels are removed, and
access doors are opened. If any moisture or water is detected, then the source of the
leak will be located and repaired by the manufacturer, and the vehicle will be tested
again.
Road Test Inspection
The road test inspection checks all the vehicle's systems and subsystems while the
vehicle is in operation. Typically, the road test inspection is performed immediately
following the water test inspection to reveal any standing water that may be present
due to a leak, but was not noticed during the "static" water test. Objectionable
vibrations, air leakage and other factors that affect ride quality are recorded and
reported to the vehicle manufacturer for resolution. Vehicle stability, performance,
braking and interlock systems, HVAC, and other critical areas are checked to ensure
that the vehicle is complete and ready to provide safe and reliable service.
The following tests may be performed and recorded during the road test:
• Acceleration test
• Top speed test
• Gradability test
• Service brake test
• Parking brake test
• Turning effort test
• Turning radius test
• Shift quality
• Quality of retarder or regenerative braking action
12
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 8
During the road test, a vehicle may be taken to a weigh station to record the vehicle's
front axle weight, rear axle weight and total vehicle (curb) weight.
Interior Inspection
The interior inspection checks the fit and finish of the interior installations.
In addition, the inspection also verifies the installation and function of systems and
subsystems according to the Build Specification. All systems and functions accessed
from the interior are inspected for functionality, appearance and safety.
Examples of systems /functions inspected include the following:
• Interior and exterior lighting controls
• Front and rear door systems
• Flooring installation
• Passenger and operator's seat systems
• Wheelchair securement and ramp systems
• Fire suppression system
• Electrical installations (multiplex, tell -tale wiring, panels, etc.)
• Window systems and emergency escape portals
• Operator dash /side panel controls /indicators
Hoist /Undercarriage Inspection
The hoist /undercarriage inspection checks the installation of components, wiring, air
lines, presence of fluid leaks, etc., located under the vehicle. Typically, this inspection
is performed following the road test. The vehicle is lifted onto a hoist or pulled over a
pit for the inspection. Areas inspected are the front suspension, air bags, air line
routings, electrical connections and routings, drivetrain components, linkages and any
other system or component that may be prone to early failure due to inadequate
installation techniques. All lines, cables, hoses, etc., are inspected for proper
securement and protection to prevent rubbing, chafing or any other condition that
could result in a failure. The engine /powerplant and HVAC compartments are also
inspected during this time.
Exterior Inspection
The exterior inspection checks the fit and finish of components installed on the exterior
of the vehicle. Access panels are opened and accessories are inspected for proper
installation. In addition, vehicle paint, graphics and proper decals are also inspected.
Acceptable paint finish quality (orange peel, adhesion, etc.) should be agreed on with
the vehicle manufacturer prior to production to ensure consistency of inspections.
13
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Electrical Inspection
Section 8
The vehicle's main electrical panels and other subpanels are inspected for proper
components, to include relays, fuses, modules, terminal strips, decals, etc. In addition,
electrical harnesses are inspected for proper wiring and termination techniques,
bulkhead protection, looming and other items that could result in future electrical
failure. On board vehicle compartment schematics are verified for accuracy.
Wheelchair Ramp Inspection
The wheelchair ramp assembly is inspected for proper installation and performance.
Clearances critical to the operation of the ramp are verified, and the ramp's electrical
systems are inspected to ensure appropriate wire routings and protection. The
successful integration of the ramp assembly into the vehicle is verified, and the vehicle
interlocks are checked during automatic and manual ramp operation.
Audits
During serial production of the bus's quality assurance inspection, tests may be
performed to ensure that the manufacturer's quality standards are being followed.
These inspection audits could be on items such as torque wrench calibrations, proper
techniques for fastener installations, proper use and type of adhesives, use of correct
installation drawings on the production line, etc.
Communications
The lines of communications, formal and informal, should be discussed and outlined in
the Pre - Production Meeting. As previously discussed, resident inspectors should
represent the CMPC member agency for all bus -build related issues (quality,
conformance, etc.). Resident inspectors can relay communications addressing
contractual type issues but should do so only under the consult of the CMPC program
administrator. Actual personnel contacts for the manufacturing facility should be
established during resident inspector orientation. These contacts could include quality
assurance, production, material handling, engineering and buy -off area personnel.
Documentation
The following documents /reports are typically generated during the bus build process:
• Vehicle build specification
• Sales order
• Pre - Production Meeting notes
• Prototype and production correspondence (vehicle build file)
• Manufacturer's vehicle record (Warranty file)
• Vehicle line documents
• Serialization documents (Warranty file)
• Alignment verification
• Brake testing
• HVAC testing and checkout
14
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 8
• Manufacturer's QA checklist and signoff
• Weight slip (prototype and Warranty file)
• Prototype performance tests document (vehicle build file)
• Acceleration Test
• Top Speed Test
• Gradability Test
• Interior Noise Test A - Stationary
• Interior Noise Test B - Dynamic
• Exterior Noise Test A - Pull Away
• Exterior Noise Test B - Pass -By
• Exterior Noise Test C - Curb Idle
• Turning Radius Test
• Turning Effort Test
• Parking Brake Test
• Service Brake Test
• Vehicle acceptance inspections — production (Warranty file)
• Water Test Inspection Report
• Road Test Inspection Report
• Interior Inspection Report
• Hoist /Undercarriage Inspection Report
• Exterior Inspection Report
• Electrical Inspection Report
• Wheelchair Inspection Report
• Speed Memos (Warranty file)
• CMPC member agency Vehicle Inspection record (Warranty file)
• Release for delivery documentation (Warranty file)
• Post - Production Acceptance - Certificate of Acceptance (Accounting)
• Post - Delivery Inspection Report - (Fleet Management & Warranty files)
Buy America Audit
A post - delivery Buy America audit is required for federally funded bus procurements
(see 49 CFR Part 663 for additional information). The onsite resident inspectors are to
monitor the production processes to verify compliance with final assembly
requirements identified by the Buy America pre -award audit. This audit is to verify
compliance with final assembly requirements and final documentation of Buy America
compliance and must be completed prior to title transfer.
Vehicle Release for Delivery
Upon satisfactory completion of all inspection, audit and test criteria, and resolution of
any outstanding issues affecting the purchase of any or all buses, proper
documentation (the Release for Delivery) is signed by the designated resident
inspector authorizing the bus manufacturer to deliver the vehicle to the CMPC member
agency's facility, where it will undergo a post - delivery inspection process and final
is
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 8
acceptance. The satisfactory sign -off of the Release for Delivery should complete the
resident inspector's duties for each bus. In final preparation for delivery, the bus
manufacturer may request the resident inspector to do a final walk- through of the bus
after it has been cleaned and prepped for shipping.
Post - Delivery and Final Acceptance
The CMPC member agency shall conduct acceptance tests on each delivered bus.
These tests shall be completed within ten (10) business days after bus delivery and
shall be conducted in accordance with the CMPC member agency's written test plans.
The purpose of these tests is to identify defects that have become apparent between
the time of bus release and delivery to the CMPC member agency. The post - delivery
tests shall include visual inspection, along with a verification of system(s) functionality
and overall bus operations. No post - delivery test shall apply new criteria that are
different from criteria applied in a pre - delivery test.
Buses that fail to pass the post - delivery tests are subject to non - acceptance. The CMPC
member agency shall record details of all defects on the appropriate test forms and
shall notify the Contractor of acceptance or non - acceptance of each bus within five
days after completion of the tests. The defects detected during these tests shall be
repaired according to procedures defined in the contract after non - acceptance.
Certificate of Acceptance
Accepted
Not accepted: In the event that the bus does not meet all requirements for
acceptance. The CMPC member agency must identify reasons for non-
acceptance and work with the OEM to develop a timeline of addressing the
problem for a satisfactory resolution and redelivery.
Conditional acceptance: In the event that the bus does not meet all
requirements for acceptance, the CMPC member agency may conditionally
accept the bus and place it into revenue service pending receipt of Contractor
furnished materials and /or labor necessary to address the identified issue(s).
16
CMPC- 15- LTB -RFP January 2015
CER 1. Other Forms
CER 1.1 Request for Clarification / Question
This form must be used for requested clarifications or questions in regards to CMPC- I5 -LTB -RFP.
Please complete form as required and submit by deadline specified in Section 2.
Request #:
Proposer:
RFP Section:
Page:
Question /clarification:
CMPC response:
Colorado Mountain Section 9
Purchasing Consortium
SECTION 9: FORMS AND CERTIFICATIONS
CER 1. CMPC -I5- LTB -RFP Proposer's Checklist
Package 1: Technical Proposal
❑ 1. Letter of Transmittal
❑ 2. Proposal Contents / Consideration (form)
❑ 3. Technical Proposal (including all required items specified in Section 2)
❑ 4. Adherence to Technical Specifications (form)
❑ 5. Form for Proposal Deviation (without price data) (form)
❑ 6. Vehicle Questionnaire (form)
❑ 7. Form for Acknowledgement of CMPC Alternative Required Equipment (form)
❑ 8. Production schedule and other Contract commitments for the duration of this Contract
Package 2: Price Proposal
❑ 1. Letter of Transmittal
❑ 2. Proposal Contents / Consideration (form)
❑ 3. Pricing Proposal (form)
❑ 4. Form for Proposal Deviation (with price data) (form)
❑ 5. Explanation of Method for Price Adjustments of Base Pricing Proposed
Package 3: Qualifications Package
❑ 1. Pre -Award Evaluation Data Form (form)
❑ 2. A copy of the three (3) most recent audited financial statements or a statement from the
Proposer regarding how financial information may be reviewed by the CMPC
❑ 3. Letter for insurance
❑ 4. Engineering organization chart, engineering change control procedure, field modification
process
❑ 5. Manufacturing facility plant layout, other contracts, staffing
❑ 6. Contractor Service & Parts Support Data (form)
❑ 7. Quality Assurance Program
❑ 8. References of last six (6) customer purchases / references of agencies - similar conditions
❑ 9. Proposal Form (form)
❑ 10. Acknowledgement of Addenda (form)
❑ 11. All Federal Certifications: (forms)
❑ Buy America Certification
1
CMPC -15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
❑ Debarment and Suspension Certification for Prospective Contractor
❑ Debarment and Suspension Certification (Lower -Tier Covered Transaction)
❑ Non - Collusion Affidavit
❑ Lobbying Certification
❑ Certificate of Compliance with Bus Testing Requirement
❑ DBE Approval Certification
❑ Federal Motor Vehicle Safety Standards
❑ Certification of Compliance with the Americans with Disabilities Act of 1990
Package 4: Proprietary /Confidential Information
Section 9
1. Proprietary /Confidential Information
There may be items in the first three packages that are included in Package 4 because they are considered to be
❑ proprietary/confidential information. When this occurs, the Proposer must note that fact in packages 1 through 3.
2
CMPC- 15- LTB -RFP January 2015
Colorado Mountain Section 9
Purchasing Consortium
PACKAGE 1 FORMS
CER 2. Proposal Contents / Consideration
Document Number: CMPC -I5- LTB -RFP
Proposers are to identify what size(s) and fuel type(s) the proposal submitted is to
be considered for.
❑ 40 foot ❑ Diesel
❑ 35 foot
❑ 32 foot
❑ 30 foot
❑ 29 foot
❑ Compressed Natural Gas (CNG)
3
CMPC -15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
CER 3. ADHERENCE TO TECHNICAL SPECIFICATIONS
Section 9
Proposers are to complete this form with information to explain if the Section 6 Techni-
cal Specification sections as defined below can be met, and if not, what deviations are
proposed. Deviations are to be supported with information provided in the Form for
Proposal Deviation. Please also note in this form if the Proposer exceeds speci-
fications in any of the defined sections.
1. General
Includes:
• TS 4 Legal Requirements;
• TS 5.3 Service Life; and
• TS 5.4 Maintenance and Inspection
Proposer Meets Section Specifications
Yes
No
Noted Deviations (list all section deviations for consideration here):
2. General
• TS 5.6 Training
Proposer Meets Section Specifications
Yes
No
Noted Deviations (list all section deviations for consideration here):
4
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
3. General
Includes:
• TS 5.7 Operating Environment;
• TS 5.8 Noise;
• TS 5.9 Fire Safety; and
• TS 5.10 Fire Suppression
Section 9
Proposer Meets Section Specifications
Yes
No
Noted Deviations (list all section deviations for consideration here):
4. Dimensions
• TS 6 Physical Size
Proposer Meets Section Specifications
Yes
No
Noted Deviations (list all section deviations for consideration here):
5
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
5. Vehicle Performance
Includes:
• TS 7 Power Requirements; and
• TS 8 Fuel Economy
Section 9
Proposer Meets Section Specifications
Yes
No
9 Engine;
Noted Deviations (list all section deviations for consideration here):
6. Powerplant
Includes:
• TS
9 Engine;
• TS
10 Cooling Systems;
• TS
11 Transmission;
• TS
12 Retarder;
• TS
13 Mounting;
• TS
14 Hydraulic Systems;
• TS
15 Radiator;
• TS
16 Oil and Hydraulic Lines;
• TS
17 Fuel; and
• TS
18 Emissions and Exhaust
Proposer Meets Section Specifications
Yes
No
Noted Deviations (list all section deviations for consideration here):
6
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
7. Structure
Includes:
• TS 19 General;
• TS 20 Altoona Testing;
• TS 21 Distortion;
• TS 22 Resonance and Vibration;
• TS 23 Corrosion;
• TS 24 Towing;
• TS 25 Jacking;
• TS 26 Hoisting;
• TS 27 Floor;
• TS 28 Platforms; and
• TS 29 Wheel Housing
Section 9
Proposer Meets Section Specifications
Yes
No
Noted Deviations (list all section deviations for consideration here):
S. Chassis
Includes:
• TS 30 Suspension;
• TS 31 Wheels and Tires;
• TS 32 Steering;
• TS 33 Drive Axle;
• TS 34 Turning Radius;
• TS 35 Brakes;
• TS 36 Interlocks; and
• TS 37 Pneumatic System
Proposer Meets Section Specifications
Yes
M
7
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Noted Deviations (list all section deviations for consideration here):
9. Electrical, Electronic and Data Communication Systems
Includes:
• TS 38 Overview;
• TS 39 Environmental and Mounting Requirements;
• TS 40 General Electrical Requirements;
• TS 41 General Electronic Requirements;
• TS 42 Multiplexing; and
• TS 43 Data Communications
Section 9
Proposer Meets Section Specifications
Yes
No
Noted Deviations (list all section deviations for consideration here):
10. Driver Provisions, Controls and Instrumentation
Includes:
• TS 44 Driver's Area Controls;
• TS 45 Driver's Amenities;
• TS 46 Windshield Wipers and Washers; and
• TS 47 Driver's Seat
Proposer Meets Section Specifications
Yes
M
8
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Noted Deviations (list all section deviations for consideration here):
11. Windows
Includes:
• TS 48 General;
• TS 49 Windshield;
• TS 50 Driver's Side Window; and
• TS 51 Side Windows
Section 9
Proposer Meets Section Specifications
Yes
No
Noted Deviations (list all section deviations for consideration here):
12. Heating, Ventilating, and Air Conditioning
Includes:
• TS 52 Capacity and Performance;
• TS 53 Controls and Temperature Uniformity;
• TS 54 Air Flow;
• TS 55 Air Filtration;
• TS 56 Roof Ventilators;
• TS 57. Maintainability;
• TS 58 Entrance /Exit Area Heating; and
• TS 59 Floor -Level Heating
Proposer Meets Section Specifications
Yes
ER
9
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Noted Deviations (list all section deviations for consideration here):
13. Exterior Panels, Finishes and Exterior Lighting
Includes:
• TS 60 Design;
• TS 61 Pedestrian Safety;
• TS 62 Repair and Replacement;
• TS 63 Rain Gutters;
• TS 64 License Plate Provisions;
• TS 65 Fender Skirts;
• TS 66 Wheel Covers;
• TS 67 Service Compartments and Access Doors;
• TS 68 Bumpers;
• TS 69 Finish and Color;
• TS 70 Decals, Numbering and Signing; and
• TS 71 Exterior Lighting
Section 9
Proposer Meets Section Specifications
Yes
No
Noted Deviations (list all section deviations for consideration here):
10
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
14. Interior Panels and Finishes
Includes:
• TS 72 General Requirements;
• TS 73 Interior Panels;
• TS 74 Fare Collection; and
• TS 75 Interior Access Panels and Doors
Section 9
Proposer Meets Section Specifications
Yes
No
Noted Deviations (list all section deviations for consideration here):
15. Passenger Accommodations
Includes:
• TS 76 Passenger Seating;
• TS 77 Passenger Assists;
• TS 78 Passenger Doors; and
• TS 79 Accessibility Provisions
Proposer Meets Section Specifications
Yes
No
Noted Deviations (list all section deviations for consideration here):
11
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
16. Signage and Communication
Includes:
• TS 80 Destination Signs;
• TS 81 Passenger Information and Advertising;
• TS 82 Passenger Stop Request / Exit Signal;
• TS 83 ITS / Communications Systems; and
• TS 84 Event Data Recorders
Section 9
Proposer Meets Section Specifications
Yes
No
Noted Deviations (list all section deviations for consideration here):
17. TS 86 Special Equipment
Proposer Meets Section Specifications
Yes
No
Noted Deviations (list all section deviations for consideration here):
12
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
❑ Exceed
FoDo Not Meet
❑ Provide Alternative
Complete description of Deviation:
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 5. Vehicle Questionnaire
This form must be completed and included in the Technical Proposal.
Bus manufacturer:
Bus model:
Understructure
manufacturer:
Model number:
Basic Body Construction
Type:
Tubing or frame member thic
Overstructu re
Understructure
Skin thickness and material
Roof
Sidewall
Skirt panel
Front end
Rear end
Dimensions
GENERAL COACH DATA SHEET
Overall length Over bumpers ft in.
Over body ft in.
Overall width Over body excluding mirrors ft in.
Over body including mirrors - driving position ft in.
Over tires front axles ft in.
Over tires center axle ft in.
Over tires rear axles ft in.
Overall height (maximum)
Overall height (main roof line)
ft in.
ft in.
14
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Angle of approach
deg
Breakover angle
deg
Breakover angle
deg
(rear)
Angle of departure
deg
Doorway Dimensions Front
Width between door posts in
Door width between panels in
Clear door width in
Doorway height in
Knuckle clearance in
Rear
in.
in.
in.
in.
in.
Step height from ground measured at center of doorway
Section 9
Front doorway, empty Ramp angle Rear Doorway, empty
Kneeled a. in. R1 deg a. in.
Unkneeled b. in. R2 deg b. in.
Interior head room (center of aisle)
Front axle location in.
Center axle in.
location
Rear axle location in.
Aisle width between transverse in.
seats
Floor height above ground (centerline of bus)
At front door in.
At front axle in.
At drive axle in.
15
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
At rear door in.
Section 9
Minimum ground clearance (between bus and ground, with bus
unkneeled)
Excluding in.
axles
Including axles in.
Horizontal turning envelope (see diagram below)
Outside body turning radius, TRO (including bumper) ft in.
Front inner corner radius, TR1 ft in.
Front wheel inner turning radius, TR2 ft in.
Front wheel outer turning radius, TR3 ft in.
Inside Body Turning Radius innermost point, TR4 (including ft in.
bumper)
Wheel base
Front in.
Rear in.
Overhang, centerline of axle over bumper
Front in.
Rear in.
Floor
Interior length ft in.
Interior width (excluding coving) ft in.
Total standee area (approximately) ft2
Minimum distance between
wheelhouses: Front in.
Rear I in.
16
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Maximum interior floor slope (from
horizontal)
Passenger capacity provided
Total maximum seating
Standee capacity
Minimum hip to knee in.
room
Minimum foot room in.
Weight
Center in.
deg
Section 9
Engine, main
Manufacturer
Type and weight rating
Model number
Bore
Stroke
Displacement
Compression ratio
Injector type and size
Net SAE horsepower
Net SAE torque
Crankcase oil capacity
New engine, dry
No. of
Front axle
Center axle
Rear axle
Total
people
Left Right Total
Left Right Total
Left Right Total
bus
Empty bus, full
fuel and
fa rebox
Fully seated,
full fuel and
fa rebox
Fully loaded
standee and
fully seated,
full fuel and
fa rebox
Crush load
(1.5x fully
loaded)
GVWR
GAWP,
Engine, main
Manufacturer
Type and weight rating
Model number
Bore
Stroke
Displacement
Compression ratio
Injector type and size
Net SAE horsepower
Net SAE torque
Crankcase oil capacity
New engine, dry
17
CMPC- 15- LTB -RFP January 2015
in.
in.
in.3
hp at
Ib /ft at
RPM
RPM
17
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
New engine, wet
Turbocharger make and model
Maximum speed, no load
Maximum speed, full load
Speed at idle
Speed at fast idle
gal
RPM
RPM
RPM
RPM
Engine information /graphs to be attached with this form:
Engine speed vs. road speed
Torque vs. engine speed
Horsepower vs. engine speed
Fuel consumption vs. engine speed
Vehicle speed vs. time (both loaded and unloaded)
Vehicle speed vs. grade (both loaded and unloaded)
Acceleration vs. time
Change of acceleration vs. time
Hybrid drive or transmission
Manufacturer
Type
Speeds
Gear ratios
Shift speeds
Section 9
1st -2nd
mph
2nd
-3rd
mph
3rd
-4th
mph
4th
-5th (if applicable)
mph
5th
-6th (if applicable)
mph
Fuel capacity (including heat
exchanger and
filters
Voltage regulator
Manufacturer
'u�0311I
Voltage equalizer
Manufacturer
'u�0311I
18
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Alternator
Manufacturer
Type
Model
Output at idle
Output at maxir
Maximum warra
Speed at idle (a
Drive type
Section 9
Starter motor
Manufacturer
Type
Model
Air compressor
Manufacturer
Type
Rated capacity
Capacity at idle
Capacity at ma
(engine)
Maximum warr a
Speed idle
Drive type
ximum speed CFM
nted speed rpm
rpm
Governor:
Cut -in pressure psi
Cut -out pressure psi
Axles
First
Manufacturer
Type
Model number
Gross axle weig
Axle load
Second
Manufacturer
19
CMPC- 15- LTB -RFP January 2015
(approximately) C
CFM
Governor:
Cut -in pressure psi
Cut -out pressure psi
Axles
First
Manufacturer
Type
Model number
Gross axle weig
Axle load
Second
Manufacturer
19
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Type
Model number
Gross axle weight rating Ibs
Axle load Hlbs
Third
Manufacturer
Type
Model number
Gross axle weig
Axle load
Axle ratio
Suspension system
Manufacturer
Type:
Section 9
Springs:
Joint
Manufacturer
Type
Model number
Wheels and tires
Wheels
Make
Size
Capacity
Material
Tires
Manufacturer
Type
Size
Load range /air
20
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Steering, power
Pump
Manufacturer and model
number
Type
Relief pressure
Booster /gear box
Manufacturer and model
number
Type
Ratio
Section 9
Power steering fluid capacity gal
Maximum effort at steering lbs (unloaded stationary coach on dry asphalt pavement)
wheel
Steering wheel diameter in.
Brakes
Make of fundamental t
Brake chambers vends
number:
Brake operation effort
Slack adjuster's vendor's type and part numbers
First:
Right:
Left:
Second:
Right:
Left:
Third:
Right:
Left:
Length:
First take -up:
Second take -
up:
Third take -up:
Brake drums /discs
First: Manufacturer
Part number
Diameter in.
21
CMPC- 15- LTB -RFP
January 2015
Colorado Mountain
Purchasing Consortium
Second: Manufacturer
Part number
Diameter
Third: Manufacturer
Part number
Diameter
Brake lining manufacturer
Type
Section 9
Brake lining identification
First: Forward
Reverse
Second: Forward
Reverse
Third: Forward
Reverse
Brake linings per shoe
First
Second
Third
Brake lining widths
First in.
Second in.
Third in.
Brake lining lengths
First in.
Second in.
Third in.
Brake lining thickness in.
Brake lining per axle
First sq. in.
Second sq. in.
Third sq. in.
22
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Cooling system
Radiator /charge air cooler
Manufacturer
Type
Model number
Number of tube
Tubes outer die
Fins per inch
Fin thickness
Section 9
Total cooling and heating system
capacity
Radiator fan speed
control
Surge tank capacity
Engine thermostat temperature
setting:
M
quarts
Initial opening (fully
closed)
Fully open
F
Overheat alarm temperature sending unit ❑ °
setting
Shutdown temperature ❑ OF
setting
Air reservoir capacity
Supply reservoir
in.3
Primary reservoir
in.3
Secondary reservoir
in.3
Packing reservoir
in.3
Accessory reservoir
in.3
Other reservoir type
in.3
OF
OF
Heating, ventilation and air conditioning equipment
Heating system capacity BTU /hr
Air conditioning capacity BTU
Ventilating capacity CFM
Compressor
Manufacturer
Model
Number of cylinders
Drive ratio
23
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Maximum warranted spec
Operating speed
Weight
Oil capacity Dry
Wet
Refrigerant: Type
Condenser
Manufacturer
Model
Number of fins /in.
Outer diameter of tube
Fin thickness
Condenser fan
Manufacturer
Model
Fan diameter
Speed maximum
Flow rate (maximum)
Receiver
Manufacturer
Model
Capacity Ibs
Condenser fan drive motors
Manufacturer
Model
Type
Horsepower
Operating speec
s
in.
rpm
CFM
rpm
rpm (recommended)
Ibs
Ibs
Section 9
Evaporator fan drive motors
Manufacturer
Model
Type
Horsepower
Operating speec
24
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Evaporator(s)
Manufacturer
Model
Number of rows
Number of fins /in.
Outer diameter of tube in.
Fin thickness in.
Number of evaporators
Expansion valve
Manufacturer
Model
Filter -drier
Manufacturer
Model
Heater cores
Manufacturer
Model
Capacity
Number of row=
Number of fins/
Outer diameter
Fin thickness
Number of heat
Section 9
Floor heater blowers
Front
Rear
Controls
Manufacturer
Model
Driver's heater
Manufacturer
Model
25
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Capacity Btu /hr
Ventilation system
Type
Coolant heater
Make
Model
Capacity Btu
Interior lighting
Manufacturer
Type
Number of fixtures
Size of fixtures
Power pack
Section 9
Doors
Front
Manufacturer of operating
equipment
Type of door
Type of operating equipment
Rear
Manufacturer of operating
equipment
Type of door
Type of operating equipment
Passenger windows
Front
Manufacturer
Model
Type
Number:
Sizes:
Glazing:
26
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Thickness
Color of tint
Light transmission
Mirrors
Section 9
Seats
Passenger
Manufacturer
Model
Type
Operator
Manufacturer
Model and part
number
Type
Paint
Manufacturer
Type
Wheelchair ramp equipment
Manufacturer
Model number
Capacity
Width of platfor
Length of platfo
System fluid cad
Type of fluid usi
Operating hydrz
pressure
Hydraulic cylinders:
Size
Number
27
CMPC- 15- LTB -RFP January 2015
Size
Type
Manufacturer
Part no.
Model no.
Right side exterior
Left side exterior
Center rearview
Front entrance area
Upper -right corner
Rear exit area
Seats
Passenger
Manufacturer
Model
Type
Operator
Manufacturer
Model and part
number
Type
Paint
Manufacturer
Type
Wheelchair ramp equipment
Manufacturer
Model number
Capacity
Width of platfor
Length of platfo
System fluid cad
Type of fluid usi
Operating hydrz
pressure
Hydraulic cylinders:
Size
Number
27
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Wheelchair securement equipment
Manufacturer
Model number
Destination signs
Manufacturer
Type
Character length
Front destination in.
Front route in.
Curbside destination in.
Rear route in.
Character height
Front destination in.
Front route in.
Curbside destination in.
Rear route in.
Number of characters
Front destination
Front route
Curbside destination
Rear route
Message width
Front destination
Front route
Curbside destination
Rear route
Electrical
Multiplex system
Manufacturer
Model number
Batteries
Manufacturer
in.
in.
in.
in.
Section 9
28
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Model number
Type
Communication system
GPS
Manufacturer
Model number
PA system
Section 9
Energy storage (hybrid drive)
Type
Number of cells V
Battery pack voltage V
Weight lbs
Security camera system
Manufacturer F
m
'0 6 :n■i11IBM
Number of cameras
Storage capacity
Bike racks
Manufacturer
Model number
Fire detection system
Manufacturer
Model number
Fire detectors
Type (thermal or
optical)
Number of detectors
29
CMPC- 15- LTB -RFP January 2015
Manufacturer
Model number
Number
Amplifier
Microphone
Internal speakers
External speaker
Energy storage (hybrid drive)
Type
Number of cells V
Battery pack voltage V
Weight lbs
Security camera system
Manufacturer F
m
'0 6 :n■i11IBM
Number of cameras
Storage capacity
Bike racks
Manufacturer
Model number
Fire detection system
Manufacturer
Model number
Fire detectors
Type (thermal or
optical)
Number of detectors
29
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Automatic voice annunciator system
Manufacturer
Model and part number
Annunciator LED sign
Number of signs
Housing dimensions
Character length
Character height
Character width
GPS antenna
Manufacturer
Model and part number
Automatic passenger counter
Manufacturer
Model and part a.
number
Sensor type
Section 9
Real -time bus arrival prediction system
Manufacturer Model number
Router
Cellular modem
Charge protection
Electronic tire pressure monitoring system
Manufacturer
Model number
Electronic brake stroke /wear indicator system
Manufacturer
Model number
NOTE: All information above is accurate to the timeframe upon submission. The Agency reserves
the right to update above data if changes occur, upon consultation with the customer.
30
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
CER 6. Acknowledgment of CMPC Required Equipment
Section 9
Product /
Manufacturer
Product
Proposer
Configuration
Specification
Compatibility
(Y /N)
Automated
Dilax
Requires RM Velocity VLU,
Passenger Counts
J1708 link to APC PCU,
(APC)
and GPS receiver hard-
ware components.
Automated Voice
Mackenzie
MB -701
Annunciation
Labs
(AVA)
Back Up Camera
Luminator
Built in camera that inter -
System
faces with ODK providing
a backup display when
the bus is in reverse.
Bike Rack
Sportworks
3- Position Bike Rack
Destination Sign
Hanover
System
Destination Sign
Luminator
Gen 4 SMT with ODK4,
System
rear run sign camera op-
tion and dash sign.
Destination Sign
TwinVision
System
Drop -Down Chain
On -Spot
System should be pro -
System
grammable for speed limi-
tations for deployment as
well as top speed.
Fuel filler -
The nozzle shall automati-
standard fuel
cally shut off when the
nozzle
tank is essentially full. An
audible signal shall indi-
cate when the tank is es-
sentially full. The fuel filler
cap shall be a screw -on
cap.
Handset
AudioSears
For VoIP communication
31
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
Paratransit
RouteMatch
Scheduling
Software
/Hardware
Paratransit
Trapeze
Scheduling
Software/
Hardware
Perimeter Seating
Passenger seats shall be
Seat Configuration
arranged in a perimeter-
facing configuration.
Radio
Motorola
MOTOTRBO Model
XPR4550 w /hand mic; 45
watt VHF Radio 2 anten-
nas; GPS surface mount
antenna
Related ITS
Clever Devices
Announcement and Public
Components
Address System; Infrared
APC system
Surveillance
Apollo
5 -8 camera system; Wifi
Camera System
built in for download; high
definition, high capacity
mobile DVR.
Surveillance
UTC /GE
Penta 8 -12 camera sys-
Camera System
MobileView
tem; GPS and Wifi router
& antenna, event button.
Surveillance
REI
3 -8 camera system
Camera System
Surveillance
Seon
3 -4 camera system, GPS
Camera System
Three forward
Three forward - facing loca-
facing wheelchair
tions, as close to the
securement
wheelchair loading system
locations.
as practical, shall provide
parking space and se-
curement system compli-
ant with ADA require -
ments for a passenger is
a wheelchair.
32
CMPC- 15- LTB -RFP January 2015
Colorado Mountain Section 9
Purchasing Consortium
PACKAGE 2 FORMS
CER 7. Proposal Contents / Consideration
Document Number: CMPC -I5- LTB -RFP
Proposers are to identify what size(s) and fuel type(s) the proposal submitted is to
be considered for.
❑ 40 foot ❑ Diesel
❑ 35 foot
❑ 32 foot
❑ 30 foot
❑ 29 foot
❑ Compressed Natural Gas (CNG)
33
CMPC -15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
CER 8. Price Proposal Form
Complete and submit one form for each vehicle length proposed.
Section 9
Fuel Options:
Cost (difference from base + / -)
Compressed Natural Gas (CNG)
$
Specify Base Fuel Tank Configuration
/ Range:
Im�iiiiiuuuuuuuu
Illlllllllllllllllllllllllllllllllllillllilllllilllllllllllillllllll�
Base Model om onen
Specify Manufacturer i Model Humner
1. Bus Model and Design is base primary
2. Engine
3. Transmission
4. Driver Seat
5. Passenger Seat
6. Wheelchair Securement
7. Air Conditioning System
1orA� ease cosr (Year
Fuel Options:
Cost (difference from base + / -)
Compressed Natural Gas (CNG)
$
Specify Base Fuel Tank Configuration
/ Range:
34
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
Body Style Options:
Cost (difference from base + / -)
Conventional Low Floor Body Design
$
Low Floor Trolley Fagade Design
$
Additional Options
(blue highlighted in Section 6):
Cost: (difference from base + / -)
1. Roof Mounted Radiator Pressure
Filler Provided in Engine
Compartment
$
2. Diesel Fuel Fillers - Located on
Both Sides of Bus
$
3. Disc Brakes on All Axles
$
4. Mock Up Board
$
5. High Voltage Electric Driven A/C
System
$
6. Forced Air Floor -Level Heating
$
7. Convector Air Floor -Level Heating
$
8. Warm Wall Heating
$
9. Fender Skirt
$
10. Passenger Seats Constructed of
Anti - Vandal Materials
$
11. Electric- Powered Doors
$
12. 48 Inch Rear Door Width
$
13. Rear Door Location W/C Loading
System: Flip -Out Design Ramp
$
35
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
14. Event Data Recorders $
(one front /one rear)
Section 9
Training / Support Programs
Cost (difference from base + / -)
Training Program Options:
Describe:
$
Describe:
$
Technical / Service Support Options:
Describe:
$
Describe:
$
Extended Warranties (List Covered Component
/ Subcomponent and Term)
Cost (difference
from base + / -)
Covered Component /Subcomponent
Term
1. Propulsion System (identify any
excluded items)
Five years /
300,000 miles
$
2.
$
3.
$
4.
$
36
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
Spare Parts (Firm Fixed Price for 180 days following
Proposal Opening Date)
Cost
Engine (list descriptions below)
1.
$
2.
$
3.
$
Transmission (list descriptions below)
1.
$
2.
$
Proposer hereby acknowledges that cost information submitted with the proposal is
complete and valid upon date of submission.
Company Name:
Contact Name:
Title:
Authorized Signature:
Date:
Notary:
37
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
CER 9. Form for Proposal Deviation (with price data)
Section 9
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
❑ Exceed
El Do Not Meet
Provide Alternative
Complete description of Deviation:
Rationale (pros and cons):
Price data:
38
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
PACKAGE 3 FORMS
CER 10. Pre -Award Evaluation Data Form
NOTE: Attach additional pages if required.
Section 9
1. Name of firm:
2. Address:
3. E]Individualaartnership[:]CorporationFlJoint Venture
4. Date organized:
State in which incorporated:
S. Names of officers or partners:
a.
b.
C.
d.
e.
6. How long has your firm been in business under its present name?
7.Attach as SCHEDULE ONE a list of similar current contracts that demonstrates your available capacity,
including the quantity and type of bus, name of contracting party, percentage completed and expected
completion date.
8.Attach as SCHEDULE TWO a list of at least three similar contracts that demonstrates your technical
proficiency, each with the name of the contracting party and number and they type of buses completed
within the last five years.
9.Have you been terminated or defaulted, in the past five years, on any Contract you were
awarded?
Yes❑ No
If yes, then attach as SCHEDULE THREE the full particulars regarding each occurrence.
10. Attach as SCHEDULE FOUR Proposer's last three (3) financial statements prepared in accordance
with generally accepted accounting principles of the jurisdiction in which the Proposer is located, and
audited by an independent certified public accountant; or a statement from the Proposer regarding how
financial information may be reviewed by the Agency (This may require execution of an acceptable non-
disclosure agreement between the Agency and the Proposer.)
11. Attach as SCHEDULE FIVE a list of all principal Subcontractors and the percentage and character of
Work (Contract amount) that each will perform on this Contract.
12. If the Contractor or Subcontractor is a joint venture, submit PRE -AWARD EVALUATION DATA
forms for each member of the joint venture.
The above information is confidential and will not be divulged to any unauthorized personnel.
The undersigned certifies to the accuracy of all information:
Name and title:
Company:
Authorized signature _ Date
39
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
CER 11. Contractor Service and Parts Support Data
Section 9
- Location of nearest Technical Service Representative to Eagle County, Colorado
Name:
Address:
Telephone:
Describe technical services readily available from said representative:
- Location of nearest Parts Distribution Center to Eagle County, Colorado
Name:
Address:
Telephone:
Describe the extent of parts available at said center:
- Policy for delivery of parts and components to be purchased for service and
maintenance:
Regular method of shipment:
Cost to CMPC member agency:
40
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
CER 12. Proposal Form
Section 9
PROPOSAL
By execution below by a duly authorized representative(s) of the Proposer, the Proposer hereby offers to
furnish equipment and services as specified in its Proposal submitted to the CMPC in response to Request
for Proposal No. CMPC -I5- LTB -RFP in its entirety.
Proposer:
Street address:
City, state, ZIP:
Name and title of Authorized Signer(s):
Name and title of Authorized Signer(s):
Phone:
Authorized signature
Authorized signature
Date
Date
41
CMPC -15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 13. Acknowledgement of Addenda
Failure to acknowledge receipt of all addenda may cause the Proposal to be considered nonresponsive to
the Solicitation. Acknowledged receipt of each addendum must be clearly established and included with
the Proposal.
The undersigned acknowledges receipt of the following addenda to the documents:
No Addenda Were Received
Addendum No.:
Dated:
Addendum No.:
Dated:
Addendum No.:
Dated:
Addendum No.:
Dated:
Proposer Name:
Contact Name:
Title:
Phone:
Street address:
City, State, ZIP:
Authorized signature
Date
42
CMPC- 15- LTB -RFP January 2015
Colorado Mountain Section 9
Purchasing Consortium
CER 14. Federal Certifications
CER 14.1 Buy America Certification
This form is to be submitted with an offer exceeding the small purchase threshold for federal assistance
programs, currently set at $100,000.
- Certificate of Compliance
The Proposer hereby certifies that it will comply with the requirements of 49 USC Section 5323(j)(2)(C),
Section 165(b)(3) of the Surface Transportation Assistance Act of 1982, as amended, and the regulations
of 49 CFR 661.11:
Name and title:
Company:
Authorized signature
Date
Certificate of Non - Compliance
The Proposer hereby certifies that it cannot comply with the requirements of 49 USC Section 5323(j)(2)(C)
and Section 165(b)(3) of the Surface Transportation Assistance Act of 1982, as amended, but may qualify
for an exception to the requirements consistent with 49 USC Sections 5323(j)(2)(B) or (j)(2)(D), Sections
165(b)(2) or (b)(4) of the Surface Transportation Assistance Act, as amended, and regulations in 49 CFR
661.7.
Name and title:
Company:
Authorized signature Date
43
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 14.2 Debarment and Suspension Certification for Prospective
Contractor
Primary covered transactions must be completed by Proposer for contract value over $25,000.
Choose one alternative:
- The Proposer, [;'irnseirt name ;;�, certifies to the best of its knowledge and belief that it and its
principals:
1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by any federal department or agency;
2. Have not within a three -year period preceding this Proposal been convicted of or had a
civil judgment rendered against them for commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a public (federal, state or
local) transaction or Contract under a public transaction; violation of federal or state
antitrust statutes or commission or embezzlement, theft, forgery, bribery, falsification or
destruction of records, making false statements, or receiving stolen property;
3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental
entity (federal, state, or local) with commission of any of the offenses enumerated in
Paragraph 2 of this certification; and
4. Have not within a three -year period preceding this Proposal had one or more public
transactions (federal, state or local) terminated for cause or default.
OR
- The Proposer is unable to certify to all of the statements in this certification, and attaches
its explanation to this certification. (In explanation, certify to those statements that can be
certified to and explain those that cannot.)
The Proposer 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 Title
31 USC § Sections 3801 are applicable thereto.
- Executed in [;'insert city and state:a•
Name:
Authorized signature
Date
44
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 14.3 Debarment and Suspension Certification
(Lower -Tier Covered Transaction)
This form is to be submitted by each Subcontractor receiving an amount exceeding $25,000.
- The prospective lower -tier participant (Proposer) certifies, by submission of this Proposal, that neither
it nor its "principals" as defined at 49 CFR § 29.105(p) is presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any
federal department or agency.
If the prospective Proposer is unable to certify to the statement above, it shall attach an explanation, and
indicate that it has done so by placing an °X" in the following space:
THE PROPOSER, ___ __r CERTIFIES OR
AFFIRMS THE TRUTHFULNESS AND ACCURACY OF EACH STATEMENT OF ITS CERTIFICATION
AND EXPLANATION, IF ANY. IN ADDITION, THE PROPOSER UNDERSTANDS AND AGREES THAT
THE PROVISIONS OF 31 USC §§ 3801 ET SEQ. APPLY TO THIS CERTIFICATION AND
EXPLANATION, IF ANY.
Name and title of the Proposer's authorized official:
Authorized signature Date
45
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
CER 14.4 Non - Collusion Affidavit (notarize)
Section 9
This affidavit is to be filled out and executed by the Proposer; if a corporation submits the proposal, then
by its properly executed agent. The name of the individual swearing to the affidavit should appear on the
line marked "Name of Affiant." The affiant's capacity, when a partner or officer of a corporation, should be
inserted on the line marked "Capacity." The representative of the Proposer should sign his or her
individual name at the end, not a partnership or corporation name, and swear to this affidavit before a
notary public, who must attach his or her seal.
- State of
County of
I, being first duly sworn, do
hereby state that
(Name of Affiant)
I am of
(Capacity) (Name of Firm, Partnership or Corporation)
whose business is
and who resides at
and that
(Give names of all persons, firms, or corporations interested in the bid)
is /are the only person(s) with me in the profits of the herein contained Contract; that the Contract
is made without any connection or interest in the profits thereof with any persons making any
Proposal for said Work; that the said Contract is on my part, in all respects, fair and without
collusion or fraud, and also that no members of the Board of Trustees, head of any department or
bureau, or employee therein, or any employee of the Authority, is directly or indirectly interested
therein.
Signature of Affiant Date
Sworn to before me this day of
20
- Seal
Notary public
My commission expires:
46
CMPC- 15- LTB -RFP January 2015
Colorado Mountain Section 9
Purchasing Consortium
CER 14.5 Lobbying Certification
This form is to be submitted with an offer exceeding $100,000.
The Proposer certifies, to the best its knowledge and belief, that:
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 a federal department
or agency, a member of the U.S. Congress, an officer or employee of the U.S. Congress, or an
employee of a member of the U.S. 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 thereof.
2. If any funds other than federal appropriated funds have been paid or will be paid to any person for
making lobbying contacts to an officer or employee of any agency, a member of Congress, an officer
or employee of Congress, or an employee of a member of Congress in connection with this 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 instruction, as amended by
"Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96).
3. The undersigned shall require that the language of this certification be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants and contracts under
grants, loans and cooperative agreements) and that all subrecipients 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, USC § 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 PROPOSER, , CERTIFIES OR AFFIRMS
THE TRUTHFULNESS AND ACCURACY OF EACH STATEMENT OF ITS CERTIFICATION AND
DISCLOSURE, IF ANY. IN ADDITION, THE PROPOSER UNDERSTANDS AND AGREES THAT THE
PROVISIONS OF 31 USC §§ 3801 ET SEQ. APPLY TO THIS CERTIFICATION AND DISCLOSURE, IF
ANY.
Name of the bidder or Proposer's authorized official:
Title:
Signature
Date
Per paragraph 2 of the included form Lobbying Certification, add Standard Form —LLL,
"Disclosure Form to Report Lobbying, " if applicable.
47
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 14.6 Certificate of Compliance with Bus Testing Requirement
The undersigned certifies that the vehicle offered in this procurement complies and will, when delivered,
comply with 49 USC § 5323(c) and FTA's implementing regulation at 49 CFR Part 665 according to the
indicated one of the following three alternatives.
Mark one and only one of the three blank spaces with an 'X"
The buses offered herewith have been tested in accordance with 49 CFR Part 665 on
(date). If multiple buses are being proposed, provide additional bus testing
information below or on attached sheet. The vehicles being sold should have the identical
configuration and major components as the vehicle in the test report, which must be submitted
with this Proposal. If the configuration or components are not identical, then the manufacturer
shall provide with its Proposal a description of the change and the manufacturer's basis for
concluding that it is not a major change requiring additional testing. If multiple buses are being
proposed, testing data on additional buses shall be listed on the bottom of this page.
2. The manufacturer represents that the vehicle is °grandfathered" (has been used in mass
transit service in the United States before October 1, 1988, and is currently being produced
without a major change in configuration or components), and submits with this Proposal the
name and address of the recipient of such a vehicle and the details of that vehicle's configuration
and major components.
3. The vehicle is a new model and will be tested and the results will be submitted to the Agency
prior to acceptance of the first bus.
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 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.
Company name:
Name and title of the Proposer's authorized official:
Authorized Signature
Date
48
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 14.7 Disadvantaged Business Enterprise TVM Certification
The Proposer, if a Transit Vehicle Manufacturer (TVM), hereby certifies that is 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 Manufacturer/ Proposer
Authorized Signature of Representative
Type or Print Name
Date
Title
49
CMPC- 15- LTB -RFP January 2015
Colorado Mountain Section 9
Purchasing Consortium
CER 14.8 Federal Motor Vehicle Safety Standards
The Proposer hereby certifies that it shall comply with the safety related FMVSS requirements contained in
Section 6: Technical Specifications.
The Proposer and (if selected) 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.
Company name:
Name of signer:
Title:
Authorized Signature
Date
50
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 14.9 Certification of Compliance with the Americans with
Disabilities Act of 1990
The Proposer hereby certifies that it shall comply with all requirements contained in Section 6 - Technical
Specifications relating to bus design or special equipment required by the Americans with Disabilities Act
of 1990.
Company name:
Name of signer:
Title:
Authorized Signature
Date
51
CMPC- 15- LTB -RFP January 2015
Colorado Mountain Section 9
Purchasing Consortium
CER 15. Other Forms
CER 15.1 Request for Clarification / Question
This form must be used for requested clarifications or questions in regards to CMPC -I5- LTB -RFP. Please
complete form as required and submit by deadline specified in Section 2.
Request #:
Proposer:
RFP Section:
Page:
Question /clarification:
CMPC response:
52
CMPC -15- LTB -RFP January 2015
Colorado Mountain Section 10
Purchasing Consortium
SECTION 10: CONTRACT
AGREEMENT BETWEEN
EAGLE COUNTY, COLORADO
AND
CONTRACTOR
THIS AGREEMENT (-Agreement") is effective as of the day %ii�a;
2014 by and between CONTRACTOR, a XXXX corporatio oii ) g
�� enafter °Ve� and Eagle
County, Colorado, a body corporate and politic (hereinaft, 'County"). % ;/,, /%
RECITALS G% , jj,,.
WHEREAS, the Colorado Mountain Purchasing Consortiums/ „M PC) is a partnership of local
agencies providing mass transportation services, who are I d for the purpose of coordi-
nated purchase of large accessible transit byes to be used by e�eective agency; and
WHEREAS, the following are current partici�,On1�"'i,`' "�h,e CMPC. t b City of Aspen, the City of
Greeley, Eagle County, Mesa County, the � oarin F/k T sportation Authority, Summit
County, the Town of Avon, the Town of Brecl�ri e, the"' ",,,,,,,,,"own of Snowmass Village, and the
University of Wyoming (each agency will be irfijo idually referred to as a CMPC agency and
collectively the CMPC); and
WHEREAS, Eagle Count/ % %'� d a prdrement on tfalf of the CMPC, which procurement com-
j // r
plied with federal anc uidel� /, for the use of grant funds to fund the purchase of large
transit buses and !j / / //% iii%�jjj�iiiiiiiiiiiiiiiii�
WHEREAS, Ve "'+�e sel respondent to the Colorado Mountain Purchasing Consor-
i,
tium Requ�e, or Prt"'' for r„ � Jo. CMPC -I5- LTB -RFP dated January 12, 2015 (the
,ir .
°RFP ") atihed hereto a �7ibit Aid incorporated herein by this reference; and
WHER/EAS' ,/ „dor is authored to do business in the State of Colorado and State of Wyoming
40///
and has the y, skill, expe ise, and experience necessary to provide the equipment and /or
h belo // paragraph 1 hereof; and
materials as s�� „�%
WHEREAS, this Agee nt shall govern the relationship between Vendor and County in connec-
tion with Vendor's ' =6mise 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
CMPC -15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 10
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
MANUFACTURER Technical and Price Proposal which are attached hereto as Exhibit B and Ex-
hibit C, 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 CMP agency as individu-
ally requested by each agency in the same form and with the same t s contained in the at-
tached Exhibit A. By signing below, Vendor represents that it has t/ pertise and personnel
necessary to properly and timely execute said Purchase Agreemen ,, an� vide the Equipment
in accordance with the terms of such Purchase Agreements.!
b. In performance under any Purchase Agreement be ,e Vendor an PC agency,
Vendor shall comply with all general requirements, cone ions and terms as set -' in Exhibit
A.
c. In the event of any conflict or inconsistency betvv ��,'terms and conditions set forth
,
in Exhibit A, Exhibit B and /or Exhibit C and the terms an� ditions set forth in this Agree-
ment, the terms and conditions set forth in this Agreement s evail.
2. County's Representative. The ECO Tram% I�artment's desf�'ee and the CMPC Program
Administrator shall be Vendor's contact with s6bttA ffii.,s_Aaree, ent.
3. Term of the Agreement. This Agreement smell "mmen /p`/upon the date first written above,
and subject to the provisions of paragraph 9 h6roof, shall continue in full force and effect for a
period of five years.
4. Extension or Modifio aon Any amendments h�`modifications shall be in writing signed by
both parties. Accordig "� %� cou; �ondu or dealings between the parties, nor verbal
change orders ex ress or i [ basis of any increase in the pom compensation pay-
able p ",� y p p g-
able hereunder. .. ,.��..
5. C o m ip er fion. Ed PC ac � shall be individually responsible for compensation to
Vendor i �!��ccordance wit ' y exec'°ed Purchase Agreement(s). Eagle County shall compen-
sate V��r, only for Purcfing Agements between Vendor and Eagle County. Vendor ac-
/ /// ,i
knowledge , t Eagle Cou 4� serves as the lead agency for the CMPC for the purpose of con-
1
tracting with ;% CMPC Prom Administrator and initiating the procurement process (RFP) and
that Eagle Coup all h //e no liability for any amounts due to Vendor under any other CMPC
agency Purchase'f� e�lT nt. Accordingly, Vendor covenants not to seek compensation from
Eagle County for and "I'll ases 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 li-
ability not less than those stated below:
a. Types of Insurance.
i. Workers' Compensation insurance as required by law.
2
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 10
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.
iii. Commercial General Liability coverage to include premises and operations, per-
sonal /advertising injury, products /completed operations, broad form property damage with lim-
its 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 covera '% II be endorsed to in-
clude Eagle County, its associated or affiliated entities, its succes s �� ssigns, elected offi-
cials, employees, agents and volunteers as additional insureds. A616 rtifica'b ", insurance consis-
tent with the foregoing requirements is attached hereto as Exb�bit�E.00j� %,
ii. The insurance provisions of this Agreement 2.. r1survive expiration or
termination hereof.
iii. The parties hereto understand and agree that `d " ''hty is relying on, and does
ii � ,
not waive or intend to waive by any provision of this Agr i �j /nt, the monetary limitations or
rights, immunities and protections provided by the Color ad p� ernmental Immunity Act, as
i/�
from time to time amended, or otherwiseajable to County, Yiated entities, successors
or assigns, its elected officials, employees, a volunteers � /;'
iv. Vendor is not entitled to workers cnpe��ie� its except as
provided by the Vendor, nor to unemployment rance�, "'ef
i
its unless unemployment com-
pensation coverage is provided Vendor or sore other entity. The Vendor is obligated to pay
all federal and state incomey moneys {did pursuant to this Agreement.
7. Indemnification. T ndor sal indemnify �� hold harmless County, and any of its offi-
cers, agents and em oy ",/`io gain ;r, r lasses aims, damages or liabilities for which County
may become subject to ms ses, claims, damages or liabilities arise out of,
directly or indirectly,_,Jhis Agr j nt, or are based upon any performance or nonperformance
by Vendor or r �� bcont 11lp s �reunder; and Vendor shall reimburse County for rea-
sonable at hey fees "' �� /i posts, ( 1�Wbnd other expenses incurred by County in connection
with inv�ating or defer any '(ch loss, claim, damage, liability or action. This indemnifi-
cation� of apply to cla'�; by t�iird parties against the County to the extent that County is
liable to s" ird party ford' ch claims without regard to the involvement of the Vendor. This
h sly ' '
rvive ex tion or termination hereof.
p ara ra 9 p 'I , p
8. Notice. Any n,,,�uired by this Agreement shall be deemed properly delivered when (i)
personally delivere , (ii) when mailed in the United States mail, first class postage prepaid,
or (iii) when delived by Fed Ex 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.
3
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
COUNTY:
Eagle County, Colorado
Attention: Director of Transportation
3289 Cooley Mesa Road
Post Office Box 1070
Gypsum, CO 81637
Telephone: 970 - 328 -3533
Faccimila• A7n- �?R -RSRA
E- rr
wit
Eag
50C
Pos
Eag
Tel(
Fac
E -N
VET
Ver
Ver
Tel(
9.
for
day
cea
the
10.
late
COL
m ei
of C
Section 10
ime and
calendar
Jor shall
=s under
rsies re-
or Eagle
s Agree -
he State
11. Ex by Counterp * %; Electronic Signatures. This Agreement may be executed in two
or more c
����qrparts each, which shall be deemed an original, but all of which shall consti-
tute one and ",kii��ame instr� ent. The parties approve the use of electronic signatures for
execution of t reem pit. Only the following two forms of electronic signatures shall be
permitted to bin �� I ies to this Agreement: (i) Electronic or facsimile delivery of a fully
executed copy of thsignature page; (ii) the image of the signature of an authorized signer
inserted onto P f at 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.
a. Vendor agrees to work in an expeditious manner, within the sound exercise of its judg-
ment and professional standards, in the performance of this Agreement. Time is of the essence
with respect to this Agreement.
4
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 10
b. This Agreement constitutes an agreement for performance by Contractor as an inde-
pendent 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 p rpdes with respect to the
p guncle, �ding
subject matter hereof and supersedes all other agreements or between the par -
ties with respect thereto.
WE
e. Vendor shall not assign any portion of this Agreemen�j it but the p �jvritten consent
of the County. Any attempt to assign this Agreement with p/04 void.
f. This Agreement shall be binding upon and shal �i ure to tl R benefit of the parties hereto
12111ice,
and their respective permitted assigns and success; 1RAMNAnter�,'r' nforcement "'of this Agree-
ment and all rights and obligations hereunder are reserv��!� for the parties, and not to any
third party.
g. No failure or delay by either party i exercise of any�reunder shall constitute
a waiver thereof. No waiver of any breach ��I� deemed a wai'r of any preceding or suc-
ceeding breach. f
h. The invalidity, illegality or unenforceab[4ity f any p' ision of this Agreement shall not
affect the validity or enforceabiliof any other �ovision hereof.
i. The signatories to is Ag ent aver t,,,hr knowledge no employee of the County
has an b
y personal or p acial int 'st whatsoev Y in the Equipment described in this Agree-
ment. The Vendor had nc�� ��efici R rest, direct or indirect , that would conflict in any man -
� i �� iii !
ner or degree with the perfc�j a c��iieement and Vendor shall not employ any person
having such knows aerests.
go
j T� endor, ifa� j moral per�ghteen (18) years of age or older, hereby swears and
affirms er penalty of ��ry th he or she (i) is a citizen or otherwise lawfully present in
ii,
the U gates pursuant�fede al law, (ii) to the extent applicable shall comply with C.R.S.
� /4.
24-76.5-1 (ior to the effxive date of this Agreement.
14. Prohibi
As used in this �taq/4` 14, the term undocumented individual will refer to those individuals
from foreign county( %not legally in the United States as set forth in C.R.S. 8- 17.5 -101, et.
seq. If Vendor has `� 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 un-
der this Agreement and that Vendor will participate in the E- verify Program or other Depart-
ment of Labor and Employment program ("Department Program ") in order to confirm the eligi-
bility of all employees who are newly hired for employment to perform Services under this
Agreement.
a. Vendor shall not:
5
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 10
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 ho are newly hired
for employment to perform Services under this Agreement through pa A/it n in the E- Verify
Program or Department Program, as administered by the United Stat j "Department of Home-
land Security. Information on applying for the E- verify program can/ 411111 nd at:
c. Vendor shall not use either the E- verify program o /sdi it Department" / /gra proce-
1i ii
dures to undertake pre - employment screening of job licants while the pub f,"... ntract for
services is being performed.]
d. If Vendor obtains actual knowledge that a subcont rforming work under the pub -
lic contract for services knowingly employs or contracts with
"'. undocumented individual Ven-
dor shall be required to:
i. Notify the subcontractor and Co ", iin three (3) s that Vendor has actual
knowledge that the subcontractor is employir o�'d��g wit lan undocumented individual;
and
ii. Terminate the subcontract with thU,i contract if within three days of receiving
the notice required pursuant to sub ara ra h of the ra h d the subcontractor does
q p p 9 p� p 9 pO
not stop employing or cont�" with the undo umented individual; except that Vendor shall
ii F o
not terminate the cont 1! h tWlWbcontractor; -ring such three (3) days the subcontrac-
��� �����
for provides informatio /0,k %pstablisK'that the subc� ractor has not knowingly employed or con-
tracted with an undoctim ""����d indi ii
e. Vendor shq�lmply w "f �y reasonable request by the Department of Labor and Em-
,,,
ployment ma ;; "� // rse of%� nve�sti ation that the department is undertaking pursuant
to its autho .�y establis ` �jj C. R.%.58102(5). p 9 p
iii
f / ���mdor violates th � prohibitions, County may terminate the Agreement for breach of
�����;
contract. Tf� Agreement so terminated specifically for breach of this provision of this
Agreement, f ,ror shall b0 1able for actual and consequential damages to County as required
by law. /� / / / / /%i , ^
g. County will "'defy the Colorado Secretary of State if Vendor violates this provision of
this Agreement anclAunty terminates the Agreement for such breach.
[REST OF PAGE INTENTIONALLY LEFT BLANK]
6
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 10
IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set
forth above.
VENDOR:
By:
Print
Title:
COUNTY OF EAGLE, STATE OF COLORADO, By and
Through Its BOARD OF COUNTY COMMISSIONERS
By: _ ///00/10
— , Chga an
Attest:
By : AM,,
Teak 1. Sim �d , Clerk to the
7
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Colorado Mountain
Purchasing Consortium
PURCHASE AGREEMENT
Between
g e iii c
Address
ARM I /FNnnQ
Section 10
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
PURCHASING AGREEMENT
Eagle County Award #CO- XXXXX.
Issued By:
Eagle Countv
P.O.
EagIE
Admi
Kelle
Direc
Conti
VENC
Mailir
StreE
Section 10
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 10
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 large transit buses; and
WHEREAS, Eagle County led a solicitation on behalf of the CMPC and issued the Colo-
rado Mountain Purchasing Consortium Request for Proposal for Project No. CMPC -15-
LTB -RFP dated January 12, 2015 (the RFP, a copy of which is in�� rated herein by
this reference and available for inspection in the offices of th�� ECO Transit Depart-
ment), which complied with federal guidelines for the purch 4 large transit buses
using state and /or federal grant dollars (the "Solicitation ");
WHEREAS, Vendor submitted a proposal on XXXX th �";, roposa ," a y of which is
incorporated herein by this reference and available r inspection at th 's of the
ECO Transit Department) and was chosen as thNAME
ccessfut, respondent to jfe Solicita-
tion; and
WHEREAS, Insert Agency Name ( "Agency ") is a p"J:/!,pant in the CMPC and desires
to purchase the below described make and model vehl"s) from Vendor in accor-
dance with said Solicitation; and ,
WHEREAS, Vendor is authorized to do bJ
Wyoming and has the time, skill, expert!
vehicles as set forth below in paragraph 1
Stet '/e of Colorado and State of
cf e O hce necessary to provide the
f; and
WHEREAS, this Purchas Agr l r nt shall go rrq the relationship between Vendor and
Agency in connection, the pbcurement ofeid vehicles.
NOW, THEREFORE, � 'r ti" hA67t" foreclosing and following promises, Vendor
and Agency agr� follow �/
1. Equip "'ant:
/ice %
a. - VeI agrees toll ovide the following vehicles and associated components
�,
(hereinafte � erred to ��the "Equipment ") as more specifically identified in the Con-
tractor build" t and�i liminary price sheet which is attached hereto as Exhibit A,
and incorporate >Jeary this reference:
Base Vehicle Size;
Fuel Type:
Quantity:
Size
Fuel
Quantity
b. Vendor shall comply with and be subject to all general requirements, conditions and
terms as set forth in the RFP.
10
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 10
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 deliver and Vendor will be notified b the 10tH �� "�
y y y �����fg the vehicle has
been accepted or needs additional work. The post - delivery to ' shall include visual
inspection and vehicle operations. Vehicles that fail to pass t//"/I'/
t- delivery tests are
subject to non - acceptance. Agency shall record details of'd, notify Vendor of
non - acceptance of each vehicle. The defects detected dung the is shall be re-
paired according to the procedures defined on page XXX,,/„ction XXX �f the RFP. In
the event Agency does not accept the Equipment fo rdny reason in its t/ 1 /'cretion,
then Vendor shall upon Agency's request and at no, c Agency:
i. take the Equipment back;
ii. exchange the Equipment; or
iii. repair the Equipment.
2. Compensation:
a. Agency shall compensate Vendoi
shown in Exhibit A and calculated as fo
Purchase Description
n accordance with the rates
otal Cost
Unit Cost Total Cost
iii %%/ iii %%%'iiiiiliiiii /rrr
b. Paymen�t ma Equipment satisfactorily delivered and accepted within
thirty (30) r �'Wori /t �ipt of� ro er and accurate invoice from Vendor and when
CMPC m hers rece il/rs quired �fiA /CDOT /WYDOT post - delivery paperwork. All in-
�/
voices II include d t regard ng the Equipment and such other detail as Agency
mayegCf,,
C. If, at���� me d J 'ng the term or after termination or expiration of this Agree -
/yi /
ment, Agency n/ 1y determines that any payment made by Agency to Vendor
was improper bec''e the Equipment for which payment was made were not provided
as set forth in thiAgreement, then upon written notice of such determination and re-
quest for reimbursement from Agency, Vendor shall forthwith return such payment(s)
to Agency. Upon termination or expiration of this Agreement, unexpended funds ad-
vanced by Agency, if any, shall forthwith be returned to Agency.
11
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 10
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 appro-
priation therefor by Agency in accordance with a budget adopted ����t�,��overning body
irrrr
in compliance with Article 25, title 30 of the Colorado Revised S�utes, the Local Gov-
ernment Budget Law (C.R.S. 29 -1 -101 et. seq.) and the TAB endment (Colorado
Constitution, Article X, Sec. 20).
3. Schedule:
a. The Equipment shall be delivered at a rat / of to exceed five (5)/1 � hicles per
ik
week Monday through Friday. No deliveries slyer mad i�ifl weekendor holidays.
As stated in the Proposal, delivery of the EquipmE , be completed on or before
XXXX weeks of the date of this Agreement.
Agency Delivery Address:
b. Vendor and Agency agree that if dliverat me within the time specified
at the pre - production meeting in excess A,XXXX'wd' k s noted in as liquidated dam -
i,
ages (but not as a penalty) Vendor shall p� gency,ot to exceed $100 per calendar
day, per vehicle.
4. Amendment o% dificati i Any amen' i-nents or modifications shall be in writ -
ing signed by both r �� No Id
��fal Eck , ment shall be provided by Vendor unless
ViI
and until Vendor has ob�� wi,�orization and acknowledgement by Agency
for such additiq,a,,,uipm�� accordance with Agency's internal policies. Accord-
for , „ 4j�//ii�,
ingly, no co�ffiM � % pct or in s between the parties, nor verbal change orders,
" "I ��� '�1terations or additions to the Equipment, and no
express 1/0 "Implied a��' ance ,,,,
claim t� Agency has �� unfitly enriched by any Equipment whether or not there
is in f,6 ct",such unjust richment, shall be the basis of any increase in the compen-
sation paya44 '6 ereunde�` n the event that written authorization and acknowledgment
by Agency f r % h adds 5 a equipment is not timely executed and issued in strict ac-
cordance with�„dement, Vendor's rights with respect to such additional equip-
ment shall be ded waived and such failure shall result in non - payment for such
additional equipmnt.
5. Federal Grant Contract: The Parties acknowledge that Agency is a sub -
recipient of a grant awarded by either /or the Federal Transit Administration (FTA), the
Colorado Department of Transportation (CDOT), or the Wyoming Department of Trans-
portation (WYDOT), which will be used to fund, in part, the procurement of this equip-
ment. The CMPC estimates that approximately 60% of all CMPC contract amounts will
be funded by the FTA and /or CDOT, WYDOT.
12
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 10
6. 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 manufactur-
ers warranties associated with the Equipment as specified in the RFP, Section X page X
and page X.
7. Other Contract Requirements and Vendor Representations:
a. Vendor has familiarized itself with the intended purpose otid use of the Equip-
/A
ment to be provided hereunder, the intended use of such E ( ent by Agency, and
' /, ji, '
with all local conditions, federal, state and local laws, ordinj,�es, s and regulations
that in any manner affect cost, progress, or Equipment. !O %�,..
b. Vendor will make, or cause to be made, exarr'1ations, investigatf i, tests
as he deems necessary for the performance of thi reemt.
c. The fact that the Agency has accepted or ap r% "the Equipment shall not re-
lieve Vendor of any of its responsibilities. Vendor re MIN
the expertise and personnel necessary to properly per',the terms of this Agree-
the ,�
ment. Vendor shall provide appropri ,upervision to i ;;1ployees to ensure the
performance in accordance with this A*4iW*t. Vendor provide the Equipment
and any associated services in a skillful,/h�ofet'�xad p �mpetent manner and in ac-
/,
cordance with the standard of care applic "le v n# f��s' supplying similar equipment
and services.
d. Vendor warrants erch7bility and � tnsss of the Equipment for its intended
use and purpose. /,v'
e. Vendor agrees to ter %ling warranties for each vehicle purchasec
under this Purc
INSERT WARRANTY REQUIREMENTS HERE
Agency Reimbursement of Warranty Claim(s) Address:
f. Vendo � rants ,/ t title to all Equipment shall pass to Agency either by incor-
% ,
poration into th ;gip facility or upon receipt by Vendor of payment from Agency
(whichever occurs) free and clear of all liens, claims, security interests or encum-
brances. Vendorrther warrants that Vendor (or any other person performing Work)
purchased all Equipment free and clear of all liens, claims, security interests or encum-
brances. 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:
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 10
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 ,41` qty.
i. Vendor agrees to work in an expeditious manner, wit � „ „ sound exercise of
its judgment and professional standards, in the performanc „�tt %� greement as out-
lined in the RFP, Section X. Time is of the essence with red ct to t , greement.
j. This Agreement constitutes an agreement for %performance by Cd(��i' r as an
independent Contractor and not as an employee Agency Nothing con in this
Agreement shall be deemed to create a relat of e/� oyer- emplaee, master -
servant, partnership, joint venture or any other rel j,�i'i between Agency and Ven-
dor except that of independent Vendor. Vendor shall o authority to bind Agency.
k. Vendor represents and warrantyt at all timese performance of the
Agreement, Vendor shall comply with III applica /�� laws, codes, rules and
regulations.
I. This Agreement contains the entire 4'1 ement etween the parties with respect
to the subject matter her�����d supersec%s all other agreements or understanding
between the parties wit !'le�s�pehereto.
m. Vendor shall of n
g�� portion gf this Agreement without the prior written
�
consent of the A enc „�t����'sign this Agreement without such consent
shall be void. g y,,,.
n Th . �'AAgreement4ftll be W)OTng upon and shall inure to the benefit of the par-
ties he ,o and their re I�,'tive,Obrmitted assigns and successors in interest. Enforce -
ment -of greement all rights and obligations hereunder are reserved solely for
/i,
the pa 3,111 not to a%third party.
o. No failur���jcle y by either party in the exercise of any right hereunder shall
constitute a waiv�,r'ereof. No waiver of any breach shall be deemed a waiver of any
preceding or succpi 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
14
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 10
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 applica-
ble 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
ment, or breach thereof, shall be litigated in the Colorado Di!
in which Agency is located, which shall be the sole and excN0
litigation. This Agreement shall be construed and interpri
erned by the laws of the State of Colorado.
Contract Documents:
which are agreed to
referred to as "ContN
amended, or repealed
to include all it,�m
ery of the '
X20/
quired bony one sh
whiche well knov
ia%
merits' ire %a,�� ordance
listed in or�th f prior
/i,
ments, the d6"Ment
Purchase Ag
Wtiis Purchase Agree-
d/
for the county
for such
and r "M shall be gov-
sheet and preliminary
n or, corporate .1rein by this reference, and collectively
,cu The contract Documents may only be altered,
t. The intent of the Contract Documents is
,
> and services necessary for the proper sale and deliv-
C� ctDocuments are complementary, and what is re-
as ICY,' ing as if required by all. Words and abbreviations
hnic or trade meanings are used in the Contract Docu-
osuch recognized meanings. The Contract Documents are
If a conflict exists in the terms of any of the Contract Docu-
a higher priority shall control.
9. Vendor's Agree ht: VENDOR agrees to provide the equipment identified
above and in the F11 rchasing 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- I5 -LTB -RFP, in accordance with the Contract Documents.
is
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Vendor
By:
Representative
Title
Date
Section 10
Agency
as
Agency Representative
16
CMPC- 15- LTB -RFP January 2015
kii LUM/Jr/I W,
00
§ -% \� ƒ
H
In
EM
ar
I mo
/v!✓
am 1 uw 1 l ,
,,
/ �7" ,w�J�
G �✓
muu�
�f�
WFfjr
7 /r' /
% /J�1j"I
� i
�
/6/%
m
�
',
�F
Il
roo iliu
All
/ nF„ al�rs
epryp
WF
RE,
Ci
a
ll
rx
10 'j,
vs
cr ci
ca h T3
al
X)
1'.
D
uO
Nook
,rD rim
YW
Q 6
1� J7
2 T
o w
u7 r
ti
V1, ti
ID
I r,5 a
1
(5 " - f, rn
I
L_
W
cu
:3
(Y
_0
c
CCU
CCOU)
u
.�4
4)
CAB
ci
0
L_
CL
nu
, 0Z
6 "
"n
NS
17 10
L
10
�5 a
C)
M
pd
r- o
IV,
m M 11 0 0
I
71 rz -t a)
'7
o c 0)
c
CD C7 'i '5
L)
E E
o,
ai
03
2D E
0 0
T c
a 2
C'
a)
17
75
CS
'6 n wr
o- 0
0
it
ID
c E
0
C,
(c,
o
0
_0
"D
LU
Z
C) 7-1 (T 11
6 t:
C)
<
<
"D,
m
3
S
r" 0
T
c-.
I
m
0
0 m
E�
0)
z
0 Q'
o I
w
IL
o
- CS
'.)
(, " -
B
0
1�
,
. E t
Ei (13
c
F,
Lu
,
a
w
t
uj
".I:
G
1)
11; 0 as CD
-6)
cc
g
Lu 7j
>
_1
11
> _j
LU
-1 V
LU
_j
_j E
Ex L
Lu
J) 2 c
C) H 0
Lu
w 3 a)
A,
wm
W
0
o
x
Z5
&
�5 0
A
c M
Lu 0) E
L_
W
cu
:3
(Y
_0
c
CCU
CCOU)
u
.�4
4)
CAB
ci
0
L_
CL
nu
, 0Z
6 "
"n
NS
17 10
L
10
�5 a
C)
M
pd
r- o
IV,
m M 11 0 0
I
I
m
C)
U�
CD
ID
n in fCT
Q
o
C:
4,3
c,
-11
S 0
m
C)
ny
J
23
>
rl c) z
ca cu
E R
4�
r LL
'�
W
0
fib
m
Cy
2
0
Cc)
W Cy cf
E
w
o
0
>
0 11 C
0
ti
Q,
N viJ &W 10,
0 ?5
m
C)
U�
CD
ID
n in fCT
Q
o
C:
4,3
c,
-11
S 0
C)
ny
lo
23
>
rl c) z
ca cu
0
2
W Cy cf
CU
o
0
>
0
ti
Q,
N viJ &W 10,
m
C)
U�
CD
ID
SUIP'P'OlRT FOR LIFE -THE GILLIG WAY
GILLIG was founded In 1890 with a commiitmient to
customer satisfaction and value. That commitment
continues today. We still have tirne far trust and
friendships and those "old-fashioned" values Of
honor, integrity, and giving our best.
Our continuous improvement program Is heavily
influenced by custorner input and our products are
defined by years of experience and customer focus
g�rolups. Development prograrns include input from
suppliers, employees, and Industry trends — all so
we can continue to bring you the best now and In
the future.
ULLIG buses are proudly made in Arnerica by
dedicated' Americans —recycling your tax dollars
and generating more tax revenue funding for you.
American buses are technology leaders: they have
the cleanest engines and were the first to
incorporate multiplexing, CAPS, lVS,, and hybrid
technologies. Buying American buses provides
you with the blest product, backed by local
accountability and suppolrt. Promoting domestic
jobs helps to strengthen our nation. You get great
buses from GILLIG and keep America working!
RUN -,.,a,,,,, "
2 58,00 Clawiter Road I Hayward, CA94545 1 510.785.1500 1 www.gillig.corn
CO1.0RADO MOUNTAIN PURCHASING CONSORTIUM
MARCH 20115
T [.�, IE OF CONTENTS
1. Cover Letter, Authority to Sign for GILLIG
Executive Summary
2. Cer 2. Proposal Contents /Consideration
3. Technical Proposal
Low Floor Diesel Bus Spec Sheet
Low Floor BRT Bus Spec Sheet
Low Floor CNG Bus Spec Sheet
Unique Features
a) Cer 3. Adherence to Technical Specifications
b) Bus Design Modifications
c) Documentation of Bus Design's successful high altitude and
cold weather operation
d) Training
e) Service, Warranty and Engineering Support
f) Bus Height
g) Fresh Air Intake
h) CNG Fuel Tank Sizes and Capacities
i) Altoona Bus Testing and Crashworthiness
j) Higher Capacity Heating
k) Seat Layouts
TECHNICAL PROPOSAL —ADDITIONAL INFORMATION
1) Engine, Transmission and Agility Fuel System
m) Axles
n) HVAC
o) WheelChair Ramp
p) Driver Ergonomics
q) BRT Windshield
r) Flooring
s) Electrical System
t) Interior Lighting
u) Towing
v) Hydraulic System
w) Body & Chassis, Fire Safety, Corrosion Protection and
Maintenance
x) Fuel Economy and Life Cycle Costs
y) GILLIG Management Plan
z) GILLIG Company Information
4. Cer 4. Form for Proposal Deviation (without price data)
5. Cer 5. Vehicle Questionnaire
6. Cer 6. Acknowledgment of CMPC Required Equipment
7. Delivery
8. References
VENDOR P077275
041,434 04/13/15
2015 PMA MembershipMe
200.00
P 0 ROX 3r:nB,/// 1j*)N RANIk'pi's
A,
PAY FO ARKANSAS TRANSIT ASSOC.
�] E 620 WEST BROADWAY
ORDEROF NO LAA"PLE RU)CF.' AR 72114-5526
II' 0000 50 2 24 ?ill 1: 12 2 24 1 50 0:
50224" 502247
200.00 200. 00
Chec k AMt : 200 ., 00
I
************200. 00
"'4a .... .. ..
. . .. .......
.......... .. ..
. .... .. . .
N
1121108000 547 Ills
5
n�
-�
a a�
CD =
n> 0
J m
�1 0
X y
v
z�
c ar
c�
rn r«
-J a
�a ;a
O
of �?r
W z
co
to p
C) CO)
-i
z
N
D
co
ti
O
n
a
0
z
r
sr
N
O
O
O
O
s
M
r
ro H
H
an �
k o
x
w ro
0 4
o
w m
A% y
(Tl H
its O
O z
w
a
O
OD
w, wl
,
M
A special meeting of the Board of Directors of Henry Crown and Company, a Delaware
corporation (the "Company"), was held at 222 N. LaSalle Street, Chicago, IL 60601, on January
4, 2013. All of the Directors, namely Lester Crown, A. Steven Crown, James S, Crown, William
H, Crown, and Charles H. Goodman, were present either in person or by phone. William H,
Crown acted as Chairman of the meeting and David M. Rubin acted as Secretary of the meeting.
The Chairman stated that the purpose of the meeting was the appointment of officers for
Gillig LLC and Arkay Acquisition LLC in the Company's capacity as Manager of each entity.
Upon motion duly made, seconded and unanimously carried, the following resolutions were
adopted:
Gillia LLC
RESOLVED, that effective January 1, 2013, the officers of Gillig LLC
are set forth below and such persons shall serve in the capacities set forth opposite
their names until the carlier of their removal, replacement, or resignation:
DENNIS L. HOWARD
DEREK MAUNUS
STEPHEN G, BENDER
STEVEN HASSON
PAMELA MCKENNA
CHARLES E. O'BRIEN
JOSEPH POLICARPIO
GREG VISMARA
DAVID M. RUBIN
JOHN J. SOBo,rA
BRIAN B. GILBEXr
Chief Executive Officer
President
Vice President -Finance and Treasurer
Vice President - Manufacturing
Vice President - Human Resources
Vice President - Aftermarket Pails
Vice President - Sales and Marketing
Vice President - Engineering
Vice President, General Counsel and Secretary
Vice President and Assistant Secretary
Assistant Secretary
FURTHER RE SOI,VED, that any person previously serving Gillig LLC
in the capacity of an officer and not otherwise appointed pursuant to the -foregoing
resolution be and is hereby removed from such office with immediate effect.
FURTHER RESOLVE D, that the above named officers are hereby
authorized to execute any and all documents for and on behalf of Gillig LLC
which are required in its usual and ordinary conduct of the business, including,
but not limited to, Bid Documents, Sales Contracts, Purchase Contracts, Lease
Purchase Agreements, and any and all assignments to such Lease Purchase
Agreements, together with any documents which may be or become necessary to
support such transactions of Gillig LLC.
l'XE'l"; " "1l T" IVE' 1l M MARV
GILLIG respectfully submits this Executive Summary in an effort to assist
COLORADO MGLJNTAIN PLJRCII SING CONSORTILJM in its deliberations in
selecting the best proposal. GILLIG naturally believes we are the most prudent,
responsible, compliant and viable choice in this procurement, and we hope the following
summary of salient points helps you reach the same conclusion.
PROVIDING LONG -TERM VALUE
Firstly, we applaud COLORADO MOLJNTAIN l l_TII (-'II SING CONSO I TII1. 's
procurement process, which stresses long term value -- a GILLIG goal for over 100
years. We believe that a product's design and features, as well as its reliability,
durability, quality and price are all components of its value; and the weight of each of
these value components is determined by the customer and depends on that customer's
particular situation.
In addition to product value, the other factors critical for a satisfying purchase are on-
time delivery, proper training and field support, and a long -term partnership with
the manufacturer. These latter items are somewhat harder to evaluate but are as
important as product value, particularly for a high -cost, severe duty, purpose -built
product like a transit bus -- and GILLIG has the integrity, commitment and history of
strength, stability and customer satisfaction, to satisfy these other factors also.
Consequently, we believe we offer both the BEST product value and the BEST
company to back it up, as explained below.
REDUCING THE RISK
We believe that —
a) Bus purchasing can be risky because buses are a purpose built product and not
a commodity, so you don't know exactly what you will get until the buses are
delivered about one year after the purchase decision is made; and with the frequent
failures /ownership changes in our bus manufacturing industry, your buses could
be totally different from what you expected at bid time (e.g. the Seattle bid was
won by Orion, which failed, so the buses being delivered are New Flyers).
b) An informed buyer makes a better decision and so becomes a more satisfied
customer, and an informed buyer always selects long term value and avoids
risk — which means GILLIG, because we've always maximized value and
minimized risk; and
c) Two thirds of BUS is US, so when buying a bus it's critical to know about the US
part — the company's reputation, its integrity and commitment, its capabilities and
performance and its' long -term and customer strategies — because this is the most
risky part of bus purchasing.
EVALUATION AREAS
So to help you better evaluate GILLIG's proposal we have expanded on the following
areas below —
l'XE'i"; "1 TIVE' 11MMA V
• COMPANY HISTORY — Over 120 years of transportation vehicles.
• RELIABILITY AND MAINTAINABILITY — The best in the industry.
• PRODUCT FEATURES — Unique designs and benefits.
• DRIVER AND PASSENGER COMFORT — Advanced features.
• MILEAGE — More miles of everything.
• INITIAL AND LIFE CYCLE COSTS — Lower overall cost means better value.
• DELIVERY — Incident free and we're never late.
• REPUTATION AND PERFORMANCE — Consistent and unbeatable.
• SUMMARY — Value you can count on.
COMPANY HISTORY
GILLIG has an unbeatable history of long -term stability, continuous improvement,
state -of -the -art technology, unfaltering integrity and responsibility, great customer
satisfaction and a passion for performance. We demand and promise the highest levels of
performance from our people, our products and our company -- and we have a history of
converting this performance into satisfaction for our customers.
More details of our history are explained elsewhere in our submission, but the highlights
are: Over 120 years of continuous success, with an impressive array of design firsts, an
unblemished record of financial stability, an unequaled record of organizational
stability, the most transit experienced people and management, unquestionable
integrity and trust, and an unbeatable level of performance. The combination of this
history, this experience, these skills and this performance, yields a product that has the
best reliability, durability and economy, which results in the highest levels of customer
satisfaction -- not our words -- please read the many customer testimonials included.
Our history proves -- YOU CAN COUNT ON US.
RELIABILITY AND MAINTAINABILITY
These are the heart and soul of any commercial equipment and certainly the strengths of
GILLIG's transit buses. We know that your performance is measured by up time and
operating expense, so our buses are designed and built to maximize up time and
minimize operating expense.
Our Low Floor bus was designed to exceed the operating performance levels of the
Phantom, which has a proven history of excellent performance. In addition, our Low
Floor model incorporates significant new features, which improve its operating
performance and life, even further. The body is constructed with an all aluminum, bolt -
together structure, which (1) reduces weight significantly, (2) is easy and inexpensive to
repair because of its simple bolt- together design, and (3) is corrosion resistant. The use
of standard tires extends tire life and cuts replacement costs, as well as provides for
1'XE' "; "11T" lVE' UMMARV
traditional approach and departure angles. The use of Meritor axles and brakes also
reduces costs and avoids additional training for mechanics. Large access doors and
simple skirt panels improve operating performance because of reduced maintenance
hours and lower parts costs.
We would also like to bring your attention to the Altoona Test results. Those independent
tests have verified our design goal to surpass the Phantom's unmatched performance
excellence, as well as out - performing other competitors' low floor models. Please read
the report and comparisons in detail and you will find that GILLIG's Low Floor
durability and reliability are at the top of the list, as is the GILLIG Low Floor fuel
economy and quietness.
Please read the included customer testimonials and other reliability and maintainability
data, proof that our transit bus is great and getting better. We are proud of our
products and our achievements and believe an informed purchaser will make the right
choice — GILLIG.
PRODUCT FEATURES
We believe this proposal will show you that our vehicles have the best features and
technologies to meet your needs and that our designs result in the most reliable, durable,
and cost effective low floor bus to maintain and operate.
Our Low Floor bus uses forward - looking technology with some unique ideas to avoid
the inherent compromises found in most other low floor designs.
Our Low Floor interior and exterior designs are functional and practical. Our
concern for easy maintenance and lower repair or replacement costs, keeps the exteriors
and interiors simple and uncluttered. Our Low Floor's exterior is pleasing, functional,
practical and safe, while its interior is also pleasing, functional, safe and comfortable.
Passenger and driver safety also plays a big part in our design strategy. Our Low Floor
has a very robust structure and many customers will attest to its strength. So, in accidents,
or after hard transit usage, the driver and passengers are always safe and protected. Our
unique stainless steel side impact protection barrier provides a safe enclosure for your
passengers and drivers,
DRIVER AND PASSENGER COMFORT
Ergonomics dictate the design of the driver's workstation and controls in the GILLIG
bus. Our engineers went well beyond sufficient seat adjustment and a tilt /telescoping
steering wheel, to include the placement of displays and controls, driver's storage box,
sun visors, etc.
1'XE' "; "1 Tl E' UMMARV
During our initial design phase, we concentrated particularly on the driver's area, and
later with the implementation of our stainless steel chassis, we were able to improve
several desirable features.
Visibility and comfort are key factors of our design, as is vehicle control, (which
depends a lot on the vehicles' ride and handling). GILLIG's Low Floor design
incorporates a bulged, tilted -back windshield feature to further reduce reflections.
Customer feedback indicates that drivers prefer driving our buses, because they have
better visibility and they ride and handle better, so drivers are more in control and more
confident. We also provide the necessary space and comfort, along with superior heating
and cooling -- a total environment for the driver to work efficiently, safely, and
comfortably.
Passenger safety and comfort are enhanced by a robust welded stainless steel
understructure (torsionally rigid body ensures a smoother ride) and low floor side impact
steel beams, a unique safety feature in the industry. Passenger comfort is further ensured
with a total of 8 air bags (front and rear), along with advanced frequency selective shock
absorbers. Wide doors and aisles, and the largest windows (total square inches) and
narrow window posts add to the comfort level, and large tires smooth out the bumps (they
don't drop as far into potholes and have more air to cushion the bumps). Overall a great
ride for the driver and passengers.
MTT,FACF,
Our buses deliver the best mileage performance, whether it is miles per gallon or miles
between road calls or miles of service life.
Our `T' drive engine configuration (introduced to transit by GILLIG) is the most
efficient, and now adopted by our competitors. However, customer data and Altoona test
data show that our buses have the best fuel consumption, are more reliable and have
the highest road call mileage. Testimonials from customers also show that our buses
have a longer service life and accumulate the most miles -- over 1.1 million miles in 18
years of service at Mendocino Transit.
Both our diesels and our hybrids have better fuel economy than other Altoona tested
buses, and they also have better performance. You can count on us to be better.
INITIAL AND PROJECTED LIFE COST
The initial price is obviously important, however, we respectfully point out that our
pricing history has always been consistent and low. We do not "gouge" customers in a
seller's market, as that would be unfair and irresponsible and our integrity and your
trust are more important than a short -term profit.
The projected life cycle cost is less definable but we think more important. It is also more
prone to abuse from irresponsible manufacturers who can make inflated claims that
would take years to disprove and are impossible to enforce. Consequently, we have
included customer data (third party) to prove our case. And, while we agree that duty
cycle and maintenance practices greatly affect life cycle costs, we believe our other
customer's experiences should be a good guide for COLGL I G MOUNTAIN
PURCHASING CONSORTIUM.
In another section, we have included various information and cost data from our
customers. Their sub -fleet comparisons confirm that GILLIG buses have lower
operating costs, require fewer man -hours to maintain, and have the best road call
mileage. Also, GILLIG service parts are usually lower cost (because of vehicle design)
and our stocking and administration of that department ensures quick delivery and
minimizes your inventories.
DELIVERY
An early delivery promise is only half the story. Keeping that promise has proved
impossible for our competitors -- but we always deliver on time. We have a 20 -year
history of never being late. Please read our testimonials and then ask around -- you will
find we are the only bus manufacturer to consistently deliver on -time and we are
certain you will be pleased with our proposed delivery schedule.
Please take our history of being the only manufacturer to consistently deliver on -time into
account when evaluating all delivery proposals in this procurement.
MANUFACTURER'S REPUTATION AND PERFORMANCE
We believe these are very important factors because they are the main measures of how a
manufacturer will perform. Without the necessary qualifications, experience,
resources, and integrity, the promise of low price, specification compliant product,
and statements of field support could turn into hollow promises.
GILLIG's qualifications are based on a proven history of Performance, an extensive and
proven Engineering Expertise, extensive and proven Manufacturing Expertise, proven
Plant Facilities, proven Management Expertise and a proven Management Plan.
GILLIG's measure of our Quality Assurance performance is ultimately based on both
short term, as well as long -term performance of our product in service. GILLIG has in
place a full Quality Control Department and Quality Assurance Program to meet or
exceed all customer and industry requirements. Remember, the only guarantee of quality
is the manufacturer's reputation; ISO 9000 or similar certifications are only indications
that a quality system exists, NOT a measure of production quality — output quality is
best gauged by reputation, and it depends on attitude and capability.
MEMO
1'XE'I"; "1 TIVE' 1JMMAR '
In the end, our financial strength, our consistent delivery performance, our products'
reliability, our responsive field support and most of all, our friendly customer
relationships all go to making us the best and most responsible bus manufacturer,
and we sincerely hope you agree with this conclusion.
We believe reputation is very important when making a long term purchase decision
(15 to 20 years) because products and proposals can be "doctored" to look good, but
a reputation can't. Reputations of good attitude, commitment, or performance
history take years to build and so, are the best gauge for a long term decision.
SUMMARY
We believe we are the best manufacturer for COLOO IIO MO LJNTAIN
PLJO 'II SING CONSORTILJM and are confident that you will agree. Our product,
our life cycle cost, our qualifications and our past performance are second to none.
COLOR IIO MOLJNTAIN PIJIII -'II SING CONSORTILJM can be secure in the
knowledge that a contract with GILLIG for this purchase will provide the best product
and support, as well as a valued long -term partner.
Please take a moment to read the included customer testimonials -- positive statements
from customers about our company, our products, and our people.
WE BELIEVE PRICE IS IMPORTANT, BUT NOT AS IMPORTANT AS LIFE
CYCLE COSTS, PERFORMANCE, RELIABILITY, EXPERIENCE AND LONG-
TERM CUSTOMER SATISFACTION.
FOR LONG -TERM VALUE - -- YOU CAN COUNT ON US.
We thank you for your consideration and hope this Summary has convinced you
that we are the BEST choice for your operation.
GILLIG SUPPORTS AMERICAN JOBS
Gillig LLC is a privately owned American manufacturer of heavy duty low floor transit buses
located in Hayward CA. and is the leading supplier of heavy duty transit buses in cities
throughout the United States. 100% of Gillig's manufacturing process is completed in America
by American workers, who in turn reinvest those tax dollars back into the American economy to
help strengthen our nation and support American jobs. This is not a new practice for Gillig, we
have been manufacturing transportation equipment in America for over 125 years and we are
proud to be part of the solution to build our nation's economy and be a strong supporter of
American jobs.
✓ 100% of Gillig employees live in the U.S.
✓ 100% of Gillig employees pay U.S. taxes
✓ Your tax dollars get recycled into the U.S. economy
GILLIG DOMESTIC SPEND ANALYSIS
,r LJS
7-11 cnk YOU Avr 6allt pot-61#7
Our best reference is our reputation of satisfying our customers with excellent products
and services. We have listed below a number of our customers, as representative
references to our company's experience and capabilities and who can attest to
GILLIG's commitment to customer satisfaction and support.
San Diego (NITS), CA
Bill Spraul
Chief Operating Officer
619 - 238 -0100 Ext. 6400
Bill. spraul@sdmts.com
Stockton (San Joaquin RTD), CA
Donna DeMartino
General Manager
209 - 948 -0645
ddemartino@sanj*oaquinrtd.com
San Mateo County (SamTrans), CA
Chuck Harvey
Chief Operating Officer
650 -508 -7720
harveyc@samtrans.com
St. Paul (Metro Transit), MN
Jan Homan
Chief Operating Officer
612 - 349 -7514
J an.homan @metc. state.mn.us
Louisville (TARC), KY
Barry Barker
Executive Director
502 -561 -5100
bbarker@n*detarc.org
Albany (CDTA), NY
Carm Basile
Chief Executive Officer
518- 437 -8310
carmb @cdta.org
Richmond (GRTC), VA
Charles Mitchell
Operations Manager
804 - 358 -3871 Ext. 320
cmitchell @ridegrtc. com
Jacksonville (JTA), FL
Lisa Darnall
Vice President, Transit Operations
904 -630 -3181
ldarnall @jtafla.com
Roanoke (Valley Metro), VA
John Thompson
Maintenance Manager
540- 982 -0305
j ct 1 @valleymetro. com
Portland (Tri -Met), OR
Greg Haley
Procurement Project Manager
503- 962 -3327
haleyg @trimet.org
Contra Costa County(CCCTA), CA
Scott Mitchell
Director of Maintenance
925- 676 -1976
Mitchell @cccta.org
Boa
INDIANA UNIVERSTIT
CAmpus Bus
SERVICE
February 24, 2015
Mr. Jim Ryan,
Regional Sales Manager
Gillig LLC
25800 Clawiter Road
Hayward, CA 94545
Dear Mr. Ryan:
I have had the pleasure of doing business with Gillig for many years. I have found all
Gillig employees to be customer- driven in both new bus sales as well as support for
ongoing bus maintenance.
The support that Gillig gives its customers many years after the buses are built is very
much appreciated. In early 2015 we still have eighteen. 1999 buses in daily service. The
1.999 buses constitute two-thirds of our fleet of 27 buses. In fact all of our 27 buses are
Gillig low-floor buses from model year 1.999 through 2005.
In December 2014 1 was most impressed by progress that has been made at the the
Hayward facility since my first visit 15 years ago.
It is a pleasure to work with you and the entire Gillig team. I would be pleased to
recommend Gillig to any of your prospective customers lor building a fine bus and
making sure that the buses can be well maintained many years into the future.
Sdn erely,
Pe Jr. Maull
Operations Manager
120 West Grimes Lane
Bloomington, Indiana
47403-3098
812-855-8384
............
February 17, 2015
Mr. Joseph Policarpio, Vice President
G
3ILLIG, LLC
25800 Clawiter Road
Hayworth, CA 94545
Dear Joe:
Carm Basile
Chief Executive Officer
518-437-6840
carm@cdta,org
The Capital District Transportation Authority (CDTA) is in the final year of our
David M. Stackrow
Chairman
second five-year contract with Gillig for the purchase of heavy duty coaches,
Rensselaer County
Throughout these contracts, Gillig has delivered a quality product, on time and
Vice C Georgeanna N. hairwoma Lussier
n
according to our specifications. The Gillig staff are consummate professionals and
Saratoga County
top-notch representatives of your company. We know that buses will be delivered
L
m accordance with the contract requirements, and any issues which are usually few
Joseph M. Spairana, Jr.
and minor in nature will be attended to in a timely manner.
Secretary
Rensselaer County
We appreciate Gillig's ability to stay abreast of the last developments in transit
Arthur F. Young, Jr.
technology and the fact that these developments are consistently communicated to
Treasurer
Albany County
us. Jerry Sheehan has been our principal contact for close to 10 years, and we
appreciate his efforts on our behalf.
Lisa A. Bailout
Saratoga County
Cordially,
Corey L. Bixby
Labor Representative
Denise A. Figueroa
Carm Basile
Albany County
Chief Executive Officer
Norman L. Miller
Schenectady County
Thomas M. Owens
Albany County
Carm Basile
Chief Executive Officer
CM l T'AL , lms riRic T`T�RANSPQRTATIGIM Aurii.iarzii ry,
110 WateirvIliet Aveinue Albany, N yr. 12206
o f of fl m7m qrFgqFj'tm
February 12, 2015
Mr. Joseph Policarpio, Vice President
GILLIG, LLB"
25800 Clawiter Road
I layworth, CA 94545
Dear Joe,
Tile Central Ohio Transit Authority (COTA) is currently in the third year 01'0111- second 'five year contract
with Gillig for the I)LIrchase of heavy duty transit coaches,
Throughout these contracts, Gillig has consistently delivered a quality product, on time. The Gillig staff
that we work with are C011SUrninate professionals. I know Our buses will be delivered in accordance with
the contract requirements, and any issues (which are usually Few and minor in nature) will be attended to
in a timely manner.
In addition, we appreciate Gillig's ability to stay abreast of the last developments in transit technology and
the fact that these developments are consistently communicated to Lis, as they apply to Our requirements.
Our transition to CNG-pokvered buses in 2013 was relatively seamless, thanks for the professionalism
exhibited by the Gillig staff.
We do appreciate this and ask that you keep up the good work
Sincerely,
Kevin Christopher
Director of Supply Management
r��llip
Donna L. Harper
Chair
Scott L. McCaleb
Vice Chair
Isaiah Rumlin
Secretary
Greg Evans
Treasurer
Edward E. Burr
Immediate Past Chair
Kevin J. Holzendorf
Board Member
Ava L. Parker
Board Member
Nathaniel P. Ford Sr.
Chief Executive Officer
P.O. Drawer "0"
100 N. Myrtle Ave.
Jacksonville, FL 32203
main: (904) 630 -3181
fax: (904) 630-3166
July 21, 2014
Mr. Joseph Policarpio, Vice President
Gillig LLC
25800 Clawiter Road
Hayward, CA 94545
Dear Mr. Policarpio:
I want to take this opportunity to thank you and your team. I have had the pleasure of
doing business with Gillig over the past sixteen years. Gillig is now on their fourth
five -year contract for the State of Florida.
During this time, I have found Gillig and its employees to be a customer - driven
organization that exceeds our expectations. Employees are dedicated, knowledgeable,
and professional whether they are dealing with new bus orders or when dealing with
routine matters.
I appreciate the input sought by Gillig as they continually advance in the area of
technology in an effort to meet the needs of the JTA and other industry customers.
Gillig buses are highly regarded throughout the transit industry and Gillig has a solid
reputation of building a quality product. The JTA is one that has certainly benefited by
purchasing those quality products from Gillig. Satisfying your customers, including
delivering on your promises is exemplary.
It is a pleasure to work with you and your team. I would be pleased to recommend
Gillig to any of your prospective customers.
Sincerely,
Lisa Darnall
Vice President, Transit Operations
!! ' 1111111%
L�..
o I'�
I
lf��� �s" Joyce Il:: aleacwoirw Chief Executive Officer
June 11, 2014
Mr. Joe Policarpio, VP Sales & Marketing
Gillig LLC
P.O. Box 3008
Hayward, CA 94540 -3008
Mr. Policarpio,
In 2013, we purchased 13 — 29 foot Gillig Coaches. As I reflect on the entire process of
contracting, design, production and product support, I am reminded of the complete
professionalism and corporate commitment to quality service and product provided by your
company. From the initial contract proposal to our current warranty and service support, the
Gillig team has met and often exceeded our expectations.
Our coaches have now been in service for nine months. They have operated an average of
32,000 miles of both highway and city service. Their reliability and efficiency, (6.17 MPG),
allow us to deliver our customers excellent service at a very competitive cost. In this short span
of time, they have become highly regarded by customers, drivers and, mechanics alike. The
quality of these vehicles was evident during our production inspection and they continue to
demonstrate that quality in day to day service.
I want to offer the entire team at Gillig our respect and thanks for your commitment to excellent
customer service and a truly quality coach. I expect that this is only a start to an extended
partnership.
Regards,
ve Richards
Director of Maintenance
Community Transit
7100 Hardy son Rd. Everett, QUA 9820.3 -5834 ph (425) 348 -7100 N ( 425) 348 2319 11 TY R6IIay: 711 wwwcornmunKytrains torg
I " 5�� MrD
April 25, 2014
Joe Saldana
Regional Sales Manager
Gillig Corporation
258010 Clawiter Road
Hayward, CA 94545,
Subject: RTD's Experience with Gillig Buses
0 M iii, III
The Denver Regional Transportation, District operates a subfleet of 350 - 2005 through
20018 Model Year Gillig low floor 30', 40' and hybrid buses. These buses have performed
extremely well under RTD operating conditions without noticeable issues. Their structures
are still solid with no structural issues including structure corrosion, a common problem in
RTD flieet caused by the winter use of Magnesium Chloride as a deicer on Denver streets.
The buses have been well accepted by RTD operators.
RTD has operated Gillig buses since 1993 and has had positive experience with Gillig as a
supplier. During the contract periods, Gillig managed to deliver the buses on time and
without requiring changes that caused additional costs. Gilfig's engineering, sales,
warranty and field service staffs have consistently made efforts to assist RTD in a timely
and professional manner. RTD has purchased considerable quantity of spare parts from
Gillig and found Gillig parts department being responsive in making parts readily available
at a reasonable cost.
RTD has recently awarded another contract to Gillig for the supply of 125 40' transit
busies with the potential for procuring up to an additional 307 buses over a five year
period. Gillig was selected for submitting the most responsive, responsible and best value
proposal.
RTD appreciates Gillig's partnership and looks forward to continuing our successful
business relationship.
Sincerely,
VNV
Dean Shaklee
General Superintendent of Maintenance
cc. Lou Ha, Manager of Technical Services
1600 Uake Street, Denver, Cdorado,80202 * 303299,6000 ,, t1id-denver.corn Regional rranspoitaflon Dftffict
Subject: Gillig LLC
To Whom It May Concern:
As a part of the production process for these two contracts, I personally inspect the first few
buses of each build at Gillig's Hayward, CA facility, and attend vehicle testing for performance
and function. TriMet sends inspectors to oversee the remainder of each build.
This is my personal opinion based on my experience, and not an endorsement by TriMet.
Sincerely,
Greg Haley
TriMet Maintenance Manager
M-Countymefiopofltan 11"a arv'po 11 t lo In Disfi 0 of OTegcmi
40f21A 1/fhAvemw, * 03-2:�S RIN (//V13) 0 1 CY'Mi 962 1IlrnrI mq
Lewis Lavine
Member Professionally,
Madan T, Ott
N I uni I c., r
Gail Carr Wilfiaivs
'NIvn-'bCj
Paul]. Ballard
Chiuf 9 �Ixecutivc' Officer
Robert Baufisirjr,
Gcnm-,it Maiiager tai
A (I n imm T n r4m
Dawn S. Distler
Gvncral %larlago of
Operai.vmq &
Edward W, Oliphant
Chief Fpm)11611 Officer
P,mricia Harris-Morchead
l )ircctot «fl' 8k
M,,irketing
j arnes McAteer, ATCP
Director rat & Gxsairts
Robert Baulsir
General Manager of Administration
February 26, 2013
�,�'�,'Nashville
mrr
A
Derek Manus
Gillig
vvww,nashvfl]emta.oI'g
2580O Clawiter Road
Hayward, CA 94545
43(1 Nlyatt Drive
Nashvii1c,'IN 37115
615-862-59'69
Mr. Manus:
615-862.4126 • Fax
I would like to express my sincere appreciation for the outstanding work
Gillig has and continues to provide, I have worked with Gillig since 1990 and the
Karl F. Dean
experience is always top notch, Having worked with many other manufacturers,
Nfnyor
Gillig is by far a customer-driven organization that continually exceeds
expectations. Staff is always professional and knowledgeable and commits to an
Board of Diiectors
effortless and superior build,
Thomas F. O'Connell
Nashville Metropolitan Transit Authority values our partnership with
Chair
Gillig and we look forward to many more years of success. Without hesitation I
would recommend Gillig to any potential customer.
Jeffrey P. Yatbro
Vice (I-Afr
Lewis Lavine
Member Professionally,
Madan T, Ott
N I uni I c., r
Gail Carr Wilfiaivs
'NIvn-'bCj
Paul]. Ballard
Chiuf 9 �Ixecutivc' Officer
Robert Baufisirjr,
Gcnm-,it Maiiager tai
A (I n imm T n r4m
Dawn S. Distler
Gvncral %larlago of
Operai.vmq &
Edward W, Oliphant
Chief Fpm)11611 Officer
P,mricia Harris-Morchead
l )ircctot «fl' 8k
M,,irketing
j arnes McAteer, ATCP
Director rat & Gxsairts
Robert Baulsir
General Manager of Administration
kat
A R A /\ VR A N', I �
AAe Y w C'hum 90
February 20, 20113
Mr. Joe Policarpio
Gillig Corporation
Hayward, CA 94545
Greetings Joe:
I have been involved with purchasing Gillig buses for 30 years! The first delivery
was in Savannah, GA in 1983 if I am not mistaken and the order was also the
first delivery of Gillig transit coaches east of the Mississippi if the lore hioldls true.
It is unusual for a product to maintain such staying power as Gillig. When one
exam:ines, why one remains loyal to a particular product, it is obvious why Gillig
has been so successful,. Simply stated the Gillig product is reliable and a good
value and the Gillig team members are helpful, honest and most knowledgeablie.
Our passengers were so excited when we got our first delivery of Gilligs here in
Knoxville. Our employees were really excited and are most impressed with the
Customer Support and appreciate that their feedback and concerns matter.
Sincerely,
Cindy McGinnis
General Manager
,'DI Uiui a,h Av^,,,nue
K'n co,', \/ i { I e, dN 3 7 65
T 86'�, 21 )
w 'V"'v kathus orn
WtrV
February 20, 2013
Mlr. Joe Policarpio
Director of National Sales
Gillig LLC
25800 Clawiter Road
Hayward, CA 94545
Dear Mr. Policarpio:
Greater Roanoke Transit Company has been purchasing Gillig buses since 1988, Jerry Anderson was our
first contact with Gillig and I remember that the major difference in the Gillig and what everyone else
was selling at that time was the T-Drive. So many things have changed over the years, but Gillig's way
of treating us, the customer, has remained the same.
Over the last 25 years we have purchased 72 Gilligs and are currently in the process of ordering 9 more
through the Virginia State Contract. We here at GRTC have been very pleased with not only the quality
of the buses built for us, but also extremely pleased with the service that we have received over the
years. In my 34 years, in the transit business and dealing with the various companies connected, with the
transit industry, I must say that Gillig has been the best when it comes to service after the sale.
I highly recommend Gillig to any transit agency procuring vehicles for their fleet.
Sincerely,
7
John Thompson
Director of Maintenance
Greater Roanoke Transit Company
P.O. Box 13247 - Roanoke, Wginia 24032 - Phone: 540,982,0305 - Fax: 540.982.2703 - www.valNeymetro.com
IMP
Mr. Joseph Policarplo
Director of Transit Sales
Gillig, LLC
25800 Clawiter Road
Hayward, CA 94545
E- M
Since 2001, COAST has been advantageously engaged with Gillig Corporation as our primary supplier for
heavy-duty public transit buses. In that time frame we have engaged with Gillig Corporation in four
separate contracts for a variety of buses and trolley conversion buses in quantities of 3-6 vehicles at a
time. in each case, we have had a very positive experience at every level in the procurement cycle, from
sales and engineering, to assembly and finally post-delivery and warranty support.
In addition to oluir relationship with Gillig for new sales, COAST has also taken, advantage of the used bins
market to add numerous 1988-1998, Gillig Phantoms to our fleet over the past 10+ years. Working with
your responsive and knowledgeable parts and service staff to keep these vehicles active in our revenue
fleet has been invaluable to our organization.
Gillig Corporation has consistently supplied our organization with high: quallity equipment that meets our
needs in a challenging Northeast operating environment. We look forward to continuing our mutually
beneficial relationship into the foreseeable future.
Thank you to you and all of your staff at Gillig.
Sincerely,
Q VC
Rad Nichols
Executive Director
42 Sumner Drive - Dover, NH 03820 a 603-743-5777 - Fax 603-743-5786
www.coastbus,,org
Mike Harrold We have regular dealings with every major bus... 1212112012 09 09:55 AM
From: Mike Harrold <MikeH@ridewta.com>
To: "Bob.Birdwell @gillig,com" <Bob.Birdwell @gillig.com>
Cc: "Eric.Ocampo @gillig.com " <Eric.Ocampo @gillig.com >, "Lisa.Jarvis @gillig.com' "
<Lisa.Jarvis cx gillig.com >, Warehouse <WAREH0USE@ridewta.coma
Date: 12021/2012 09:09 AM
Subject: RE: exh. (bellows retro fit for 201112012 buses
We have regular dealings with every major bus manufacturer. in North America.
Your dept. as with all Gillig is an example of the Gold Standard in customer
service.
Thank you,
Mike
- - - -- Original Message---- -
From: Bob.Birdwel.l @gillig.com ( mailto.Bob.Birdwell @gillig.comj
Sent: Friday, December 21, 2012 8 :49 AM
To: Mike Harrold
Cc: E,ric.Ocampoegillig.com; Lisa .Jarvis @gillig.com; Warehouse
Subject. RE: exh. bellows retro fit. for 2011/2012 buses
Mike. that was my original plan ... but it turns out it's more important for
each customer to have that tool than to try to coordinate their reuse.
Just .keep it.
THIS ELECTRONIC TRANSMISSION, INCLUDING ANY ATTACHMENTS, IS INTENDED ONLY FOR
THE PERSONAL AND CONFIDENTIAL USE OF THE RECIPIENT(S) NAMED ABOVE. If you are
not an intended recipient of this message or an agent .responsible for
delivering it to an intended recipient, you are hereby notified that you have
received this message in error, and that any review, dissemination,
distribution, or copying of this message is strictly prohibited. If you
receive this message in error please notify the sender immediately. If any
hard copies exist return them to sender and delete this message in its
entirety.
From: Mike Harrold <MikeH @ridewta.com>
To: "Bob.Birdwell @gillig.com" <Bob.Birdwell @gillig.com>
Cc: "Eric.Ocampo@gillig.com" <Eric.Ocampo @gillig.com >,
"Lisa, Jarvis @gillig.com'° <Lisa.,7arvis @gillig.com>, Warehouse
<WAREHOUSE @ridewta.com>
Date: 12/21/2012 08 :47 AM
Subject; RE: exh. bellows retro fit for 2011/2012 buses
Thank you for the assistance!!
RGA55286 indicates that we are to return the tool. Please advise Lisa that WTA
mould like to keep the tool.
I guess this is like our Christmas present from Gil.lig.
Kurt Karlson has been copied on this email.
See ya,
Mike
Mike Harrold
Senior Storekeeper
Whatcom Transportation Authority
4111 Bakerview Spur Road
Bellingham, W.A. 98226
p: 360- 715 -4525 / f: 360- 527 - 4865
mikeh @ridewta.com
April 11, 2012
Joseph Policarpio, Vice President
Gillig Corporation
25800 Clawiter Road
Hayward, CA 94545
Dear Mr. Policarpio:
I would like to take a moment to express my appreciation to the Gillig Corporation. It has been a
pleasure doing business with Gillig in the procurement of three orders of buses during the past
six years, the most recent current order this year, and the one order at the end of last year.
The people in the Gillig organization are truly enjoyable to work with. They are friendly,
professional and approach difficult situations in a positive manner. The integrity of Gillig's
management has been of the highest degree. It is very comforting to place an order with a
manufacturer knowing the buses will be built to specification and delivered on time.
Gillig's willingness and ability to implement modifications and improvements on the assembly
line is very refreshing.
Dependability of the Gillig Low -Floor has enabled us to maintain high bus availability with
minimal operating costs. The high performance standards of the Gillig Low -Floor can be
attributed to Gillig's on -going commitment to product improvement.
am most complimentary of Gillig's product support. Gillig provides on -site, highly professional,
knowledgeable field personnel who are very willing and quick to address and remedy any
identified issues or problems identified during the post - delivery inspection process. Maintenance
training of vehicles has also been timely, professional, and very beneficial for the Maintenance
support staff. If we ask for help, Gillig is there to back us all the way. It is very reassuring to
know that the manufacturer is not only there when you need them, but eager to help in any way
they can.
It is always a pleasure doing business with Gillig.
Very sincerely,
George Trauger
Director of Maintenance
P.O. Box 7070, Springfield, OR 97475 -0470 1 Phone: (541) 662 -6100 1 Fax: (541) 682 -6111 1 7 -1 -1 TTY j Web: Itd.org
STARK AREA REGIONAL TRAN 51"T'AUT'HO RrrY
February 22, 2012
Mr, Joe Policarpio
Director of National Sales
Gillig Corporation
25800 Clawiter Road
Hayward, CA 94545
Dear Mr. Policarpio:
www.SAR'lAonliric.com
Phone: (330) 47-SAR1A I
Fax: (330) 454-5476 T"1'Y: 1-800-750-0750
1600 Gateway Blvd SE ", Canton, Ohio 44707
RECEIVED FEB 2 7 2012
The Stark Area Regional Transit Authority (SARTA) has purchased Gillig buses
since 1992, and currently operates thirty-eight (38) out of a fleet of eighty (80)
buses. We currently have a contract for fifty (50) with nine (9) to be built by
June 2012.
We are very pleased with the quality of bus that Gillig builds, along with the
fact that they are delivered within the scheduled timefrarne requested by
SARTA. During the preproduction, assembly, and post delivery, Gillig's staff
has been accommodating SARTA's needs; answering questions in a
professional courteous manner. It is always comforting when conducting
inspections to be able to ask any line personnel questions, and see the pride
they have in the bus being built, shown in the way they take the time to
answer our questions.
The Gillig Service Department is very responsive to any issues that SARTA may
have even though we may not be one of the largest clients that they serve. The
Parts Department is very helpful, easy to work with, and extremely
knowledgeable about the buses we have ordered.
We value the partnership that has developed and hope to continue doing
business with Gillig in the future.
Sincerely,
4ark Firinicum
Director of Maintenance
11-1; S; \Adrnin Central \-Maintenance \DIRECTOR-Mark F\20I2\1,etters\JPolicarpio - Gillig Corp - Letter (2)-02-22-2012,docx
Oahu Transit Services, Inc,
811 Afi&&,9. limoltdie, 11196HI9-23](5
telephone ?80$) 848 4400 jksimde (8()�) 848-4419
MMMEM=
September 15, 2011
Mr. Joe Policarpio
Vice President of Marketing
Gillig Corporation
25800 Clawiter Road
Hayward, California 94545
110 �-1 �A* 13# lZe
"I', ....... .......
The economic environment of today dictates I keep a close eye on
operating expense. I'm always on the lookout for products that offer greater
value and reliable performance. Unknowingly at the time, I found such a valued
product some 27 years ago when the City and County of Honolulu purchased its
first Gillig coach.
Today, the City and County of Honolulu operates 335 Gillig coaches with
incredible success. The 335 Gillig sub-fleet is not only the workhorse of ouir fixed
route, but offers the Ilowest operating cost per mile. The Gillig product continues
to prove itself time and time again as our most efficient fleet, outperforming all
others.
I would also like to take this opportunity to thank Gillig for their continued
support after each bus purchase. Having worked with many manufacturers over
the years, I rank Gillig's commitment to their customers as second to none. I've
always walked away a satisfied customer. The warranty staff at Gillig is
courteous, well informed and provides quality service.
The business partners we choose to associate with today wfll ultimately
influence our chances of success for tomorrow. I feel confident, Honolulu made
the right choice to purchase yet another 50 new Gillig transit coaches. I
personally look forward to their arrival and wish the family of the Gillig
Corporation prosperity and continued success.
.rely,
Barboza
President, Maint�e,nGp.
eagle county regional transportation authority
RECEIVED MAY 282010
May 26, 2010
Mr. Dennis Howard
President
Gillig Corporation
25800 Clawiter Road
Hay yard, CA 94545
Dear Mr. Howard:
I am writing to express my sincere appreciation to you and your staff for the outstanding
service extended to ECO Transit during our numerous bus acquisitions over the past
eighteen years. My first experience was the purchase of seven Gillig Phantoms for the
Town of Avon in 1992 and ECO Transit's fleet (coaches) today remain 100% Gillig.
I want to complement your staff for the training, technical, and warranty support that has
allowed our team to place a good product on the road. The Sales staff as well as the Parts
Department has been extremely responsive to our needs. Your Sales staff has worked
with us on many occasions to find Piggy -back opportunities for our FTA supported
procurements. The Parts Department has been extremely responsive to our parts
requirements.
Your staff should also be complemented for building a solid and successful relationship
with the staff at ECO Transit since the beginning. Most importantly, the Gillig Coach
(from Phantoms to BRT style) has been the primary piece of equipment used in the
delivery of reliable regional transit service to tl1e mountain corn-111anities within Laglc
County over the past eighteen years. Thanks for an outstanding product and we will
expect to see you this fall when you deliver the 2010 BRT's.
Sincerely,
Har6 N. Taylor
General Manager
3289 Cooley Mesa Road, PO Box 1070, Gypsum, CO 81637 tel: 9701328 -3520 fax: 9701328 -3539 eco @eaglecounty.us
ti
ic
�'���� RECEIVED MAY
,�un„�� ��� 7 2010
May 10, 2010
Mr, Denny Howard
President
Gillig Corporation
25800 Clawiter Road
Hayward, California 94545
Reference: Recent Gillig Bus Purchase
Dear Denny:
FallsRide, the Public Transit System for the City of Wichita Falls, Texas, is a very small 5307
organization with 14 buses in our fleet. Subsequently, it is imperative that we have a very
reliable fleet of buses to meet our scheduling requirements. FallsRide recently purchased
eight Gillig 35 -foot low -floor buses, and the response from the Community has been
overwhelming. In fact, the quality and comfort of these new buses has resulted in a 15 -20%
passenger increase on some of our routes. It is not uncommon for our passengers to complain
to us if they have to ride one of the older buses. Similarly, the first reaction we get from our
drivers when assigned to an older bus is "what have I done wrong!" Gillig has built a product
that appeals to all facets of public transportation: a comfortable, easily accessible bus for
passengers, an ergonomically designed bus for transit operators, and an easy to maintain and
repair platform for mechanics. It is obvious that the folks who design and build Gillig buses
do so with these three groups in. mind.
What is even more remarkable is the level of customer service that we receive from Gillig.
Since we are a relatively small transit agency in the "big scheme of things," we have grown
used to poor customer service from other manufacturers. This is not the case with Gillig. For
example, on May 5, 2010, we received a phone call from a Gillig representative who was
conducting business in the Oklahoma City area. He wanted to know if there was anything
that he could help with, and we had some questions about the electrical system on the new
buses. He drove the two hours to Wichita Falls and spent four hours with our repair staff
before returning back to Oklahoma City on May 6t' for his return flight? The initial phone
call was unsolicited. Once he found out he could help us solve a couple of training problems,
he promptly drove to Wichita Falls to help us.
We are looking forward to working with Gillig for many years to come, As noted above: we
may be a small transit agency, but we still receive the same level of product quality and
customer support like the larger agencies. i hanks Gillig!
4" a"_1_4
John urzus
Director of Aviation, Traffic & Transportation
City of Wichita Falls, Texas
1300 7th Street P -o. Box 1431 Wichita Falls, Texas 76307
Colorado Mountain Section 9
Purchasing Consortium
PACKAGE 1 FORMS
CER 2. Proposal Contents / Consideration
Document Number: CMPC -IS- LTB -RFP
Proposers are to identify what size(s) and fuel type(s) the proposal submitted is to
be considered for.
❑✓ 40 foot ❑✓ Diesel
❑✓ 35 foot
❑ 32 foot
30 foot
❑ 29 foot
❑✓ Compressed Natural Gas (CNG)
3
CMPC -15- LTB -RFP January 2015
347
Timeles,s Styl�ing fo,r Youi r Fleet, Workhorse
The Low Floor bus is the fleet workhorse for transit through-
out the U, S,, and the foundation for each of GILIAG's
designs. Durable, reel able, and cost-effecdve to maintaun and
operate, the staunless sted chass�s and aVurnlnum body
equate to a Hghter-w6ght, Ngh-strength bus with Omeless
styHng,
Our Low Roar is avaflable in 29', 35', and 40' iengths,
powered by Cr eari Dies Diesel- Electric Hybrid, or
Compressed NaturW Gas,
I v v r L—U L) rl ri T 0 "11 ILI)
.,::lair araaru mg'aq Wm+ RAAMMI—�—
A unitized stainless steel d'iassis wiffi t,miqUe, side impact
barriar adds strength and corrosion resistance to the Low Floor
bus and protects passengers 4'1 the event of a collision,
GIL.L[G's t-ow Floor body strL)CtUre 01 lightweight, high-strength
ato 1T1i11U1T1 wifli ano6zed side posts resists corrosion and
greatly simplifies collision repairs, Its reduced weight saves on
Wel costs and its aluminum components are recyclable,
The Drtver's Station is con-fort-
able and ergonomic, Controls
are convenuent, easy-to- tead,
and logically located to ensure
better veNde control, j1de
comfort, and safety.
iMaximum Seating
Maxfirriuni feight
Outside Turrihing Radius
iMaXiiMiLgirvi Filidil Cali:aaicity
GVWR (Ibs.)
The Front Vestibule Area us
derJgned for quc ck and easy
entry and is one of the iargest
urn the Mustry, A 1:6 ramp
makes access even easuer
and reduces dweH time,
28
30'
Qu ck-Change SPJrt Panels
keep the bus out of the body
repair shop and back. on the
road for as poterifial colfision
repair savings of $1 0,000/bus
over 12 years,
'75 gW / 21,600 s(;f
...........
(ID, H) 30,000 / (1C) 34,500
(C)) - Diesel, (H) n- Flyt,)rrd, CLN("j
Standard-Sized ' res last up to
601,Yo ionger than iow proffle
dres, an(J th& ioweir rolfing
res„ stance saves fuel, Coupled
with as fighter body and an
efficient drivetraM, the iabor
and fue savings, could equaV
$24,000/bus over 12 years,
Sp t i b ; ' a I i rx i , ,,in d fn � i lim s i r , e h n t r, fe i o r i c o r i I y a nd ti b o� ; t T r a ,; ha an ry it l i ou I r iot i t,' r for u A'A I i �) "' I ten.
WWW'gilfig.com
PrOLAWY r ;Yaaraw dun USA
25800 Clawiteir Road
Hayward, CA 94545
5101,7 5,15010
09 17 W
60060, '0 W A" 17"",
mm
D-1,W FimeAnxiii/J/1 IHOI
A Stylish Evolution with Contemporary Flair
Update your brand and irripress your communfty Mhout
comprornismg operafiona performance, The modular.
BR-F des gn aflows you the aesfliefic flexibifity to select
the look you desire.
Our. BRT is avafl able in 29", 351, and 40" lengths,
powered by Clean Diese�, Diesel- Electric Hybrid, or
Cornpressed Natura as,
Luvv m-uum dm i l ivy
LUVV H- LUUH H H I H YU HIIL)
"1?7c
W4,
A unitized stainless steel d'iassis with unique side impact
barrier adds streng'ffi and corrosion resistance to the Low Floor,
bus and protects passengers 41 the event of a coMsion.
GILLIIG's Low Floor body strUCtUre Of lightweight, high-strength
akin-Orrurn with anodized side posts resists corrosion and
greatly sirnplifies collision repairs. Its redUced weight saves on
'fuel costs and its aluminum comporrents are recyclable,
The Drtver's Station us corrif(,-)j,t-
able and ergonomic. Controls
are convenVent, easy-to-read,
and laocally located to ensure
better vehicle control, ride
comfort, and safety.
MaArnuirin Seating
Maxin,iurn feight
OLItside 'I urrihriq Radius,
MaxtMlLflnri Fu61 Capacity
GVW R (INN")
'Fhe, Front Vestibule Area us
designecJ for, quick and easy
entry and us one of the iargest
un the industry. A '1:6 ramp
makes access even easkN-
and reduces dwefl time,
28
(D)'122", (H)131", (C)133"
30,
Quick-Charigp Skirt Panels
keep the bus out (')f the body
repair shop and back on Vie
road for as potendM coMsion
repair savfiigs of $10,000/bus
over 12 years,
... .. .... ...
75 iga 21,600 scf
(1), H) 30,000 t (C) 34,500
116111111211111211111, �Iillll 711111111110101111-1 1211611
(D) (1-i) Flybrid, (C/) CNG
Standard-Sized "Fires last UPW
60'Yo i(')nger than low proffle
tares, and theur lower rolIhng
resistance saves fuel. Coupled
Mth a fighter body euid an
efficient druvetrauri, the iabor
and fueV savings could equaV
$24,000/bLIS OVer 12 years,
,,md fo,,ihiros aio I r Only "'Ind "uhp'A lo �,,harvjo ,A1hwA or
Www.gillig.corn
PMUdry Made fin USA
258,00, Cla'' iter Road
Hayward, CA 94545
5101,7 5,15010
09 17 14
The latest ad6ftn to GILUG's Hne of green alternatives,
our CNG bus recorded the best fueV economy to date at
Altoona testing, With fts nevvest fueV Option, YOU can
now comUne GLUG's product reflabilfty, corporate
stabflity, and ffiendVy support Mth the iatest CNG
techno�ogy-
Our CNG us availaNe in 29", 35", and 40" lengths with
optional BRT and BRIPLLPS styling,
IN%
�Pp
410,
Maximiurn Seafin( IF`
g 28 ...........
uu
............................. ...............
4 4aX411LIM feiglit q 34
OLItsideTurning RadiUS 30"
Maxi itm IIFiiimmw, 111 Ca;:mcity 21,600 scf
GVWR (flbs) 34,500
'xicl fi, atut� , om, rot mk3mm;o oMy ,ml ,A"Joc'l l o q;Iulflp v'fllhuut n0ci" m r Ufligation.
Www.gilfig.com
PMUdly Made fin USA
258,00, C�awiter Road
Hayward, CA 9:4545
5101,785,15010
09 17 14
FR ,,,' ' ,,,,,,, Ft
UNIQUE
Made In The USA
• 100% of GILLIG employees live, work and pay taxes in the United States
• Your and Our tax dollars are recycled back into the US economy
Stainless Steel Chassis
• Maximizes corrosion resistance for reduced maintenance costs
• 130 times less susceptible to corrosion than carbon steel
Integrated Side Impact Barrier
• Affords maximum collision protection to passengers
• 15" high barrier provides the center chassis section with a sturdy, structural perimeter
Aluminum Body Structure
• High strength, non - corrosive extruded anodized aluminum
• No welding; specially designed, precision torque corner gussets provide improved serviceability to repair
damaged body structure
• Single piece midrail provides additional impact protection and helps retain windows in place following a
collision
Quick Change Aluminum Side Panels And Hinged Access Panels
• Simple, sectional design allows for quick and easy repair to damaged side panels
• Maximum maintenance accessibility leads to reduced maintenance man -hours
Standard Single Reduction Meritor Drive Axle
• Lower Cost of Ownership due to ease of repair and high availability of standard parts
• Suspension system incorporates (8) air bags to provide passengers with a smooth and comfortable ride
• Quiet ride gearing improves customer comfort and satisfaction
Standard Transit Size Tires And Wheels
• Provides longer tire life and avoids rim damage if curbed
• Reduces cost of ownership due to fewer tine changes or lower lease costs
Dinex G3 UO Multiplexed Electrical System
• Enhanced Diagnostic capabilities makes it easier and less timely to troubleshoot
• More advanced than other systems; fewer wires, reduced relays, more functionality and integration with
other networked components
Improved Driver Ergonomics
• More comfortable, more accommodating and more pleasurable to drive which leads to less driver fatigue
• Increased driver visibility via raised driving position and elimination of glare and blind spots
• Smoother ride quality and optimized handling characteristics
Improved ADA Accessibility
• Safe, easy to operate, front door, 1:6 ratio fold out wheelchair ramp
• 36" wide front aisle for maximum maneuverability
Safe, Easy To Access Roof Mounted CNG Tanks
• Outboard mounted tanks with integrated catwalk down roof centerline allows guarded maintenance access
without having to step on top of/over tanks to open enclosures and /or service tank system
• Customizable tank configuration to maximize range and /or minimize weight
Colorado Mountain
Purchasing Consortium
CER 3. ADHERENCE TO TECHNICAL SPECIFICATIONS
Section 9
Proposers are to complete this form with information to explain if the Section 6 Techni-
cal Specification sections as defined below can be met, and if not, what deviations are
proposed. Deviations are to be supported with information provided in the Form for
Proposal Deviation. Please also note in this form if the Proposer exceeds speci-
fications in any of the defined sections.
1. General
Includes:
• TS 4 Legal Requirements;
• TS 5.3 Service Life; and
• TS 5.4 Maintenance and Inspection
Proposer Meets Section Specifications
Yes
YES
No
Noted Deviations (list all section deviations for consideration here):
2. General
• TS 5.6 Training
Proposer Meets Section Specifications
Yes
YES
No
Noted Deviations (list all section deviations for consideration here):
4
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
3. General
Includes:
• TS 5.7 Operating Environment;
• TS 5.8 Noise;
• TS 5.9 Fire Safety; and
• TS 5.10 Fire Suppression
Section 9
Proposer Meets Section Specifications
Yes
No
NO
Noted Deviations (list all section deviations for consideration here):
SECTION 5.8, 5.8.1 INTERIOR NOISE
4. Dimensions
• TS 6 Physical Size
Proposer Meets Section Specifications
Yes
No
NO
Noted Deviations (list all section deviations for consideration here):
SECTION 6.3, BUS HEIGHT
SECTION 6, TABLE 2A
5
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
5. Vehicle Performance
Includes:
• TS 7 Power Requirements; and
• TS 8 Fuel Economy
Section 9
Proposer Meets Section Specifications
Yes
No
NO
Noted Deviations (list all section deviations for consideration here):
7.4.1 DIESEL (TRANSIT BUS)
7.4.2 CNG
6. Powerplant
Includes:
• TS
9 Engine;
• TS
10 Cooling Systems;
• TS
11 Transmission;
• TS
12 Retarder;
• TS
13 Mounting;
• TS
14 Hydraulic Systems;
• TS
15 Radiator;
• TS
16 Oil and Hydraulic Lines;
• TS
17 Fuel; and
• TS
18 Emissions and Exhaust
Proposer Meets Section Specifications
Yes
No
NO
Noted Deviations (list all section deviations for consideration here):
TS 10.1 ENGINE COOLING
TS 13.1 SERVICE
TS 17.1.2 FUEL LINES, CNG
TS 17.2.2 DESIGN AND CONSTRUCTION, CNG (installation)
TS 17.2.2 DESIGN AND CONSTRUCTION, CNG (fuel fill)
TS 17.2.2 DESIGN AND CONSTRUCTON, GNG (defueling system)
6
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
7. Structure
Includes:
• TS 19 General;
• TS 20 Altoona Testing;
• TS 21 Distortion;
• TS 22 Resonance and Vibration;
• TS 23 Corrosion;
• TS 24 Towing;
• TS 25 lacking;
• TS 26 Hoisting;
• TS 27 Floor;
• TS 28 Platforms; and
• TS 29 Wheel Housing
Section 9
Proposer Meets Section Specifications
Yes
No
NO
Noted Deviations (list all section deviations for consideration here):
TS 23 CORROSION
TS 27.1 DESIGN (TRANSIT BUS)
S. Chassis
Includes:
• TS 30 Suspension;
• TS 31 Wheels and Tires;
• TS 32 Steering;
• TS 33 Drive Axle;
• TS 34 Turning Radius;
• TS 35 Brakes;
• TS 36 Interlocks; and
• TS 37 Pneumatic System
Proposer Meets Section Specifications
Yes
No
NO
7
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
Noted Deviations (list all section deviations for consideration here):
TS 30.3.4 KNEELING, TS 32.1 TIRES, TS 32.2.3 STEERING COLUMN TILT
TS32.2.4 STEERING WHEEL TELESCOPIC ADJUSTMENT, TS 34 TURNING RADIUS
9. Electrical, Electronic and Data Communication Systems
Includes:
• TS 38 Overview;
• TS 39 Environmental and Mounting Requirements;
• TS 40 General Electrical Requirements;
• TS 41 General Electronic Requirements;
• TS 42 Multiplexing; and
• TS 43 Data Communications
Proposer Meets Section Specifications
Yes
YES
No
NO
Noted Deviations (list all section deviations for consideration here):
10. Driver Provisions, Controls and Instrumentation
Includes:
• TS 44 Driver's Area Controls;
• TS 45 Driver's Amenities;
• TS 46 Windshield Wipers and Washers; and
• TS 47 Driver's Seat
Proposer Meets Section Specifications
Yes
No
NO
8
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
Noted Deviations (list all section deviations for consideration here):
TS 44.5 NORMAL BUS OPERATIONAL INSTRUMENTATION AND CONTROLS
TS 44.5 NORMAL BUS OPERATIONAL INSTRUMENTATION AND CONTROLS (TABLE 6)
TS 45.3 STORAGE BOX
TS 46.1 WINDSHIELD WIPERS
11. Windows
Includes:
• TS 48 General;
• TS 49 Windshield;
• TS 50 Driver's Side Window; and
• TS 51 Side Windows
Proposer Meets Section Specifications
Yes
YES
No
Noted Deviations (list all section deviations for consideration here):
12. Heating, Ventilating, and Air Conditioning
Includes:
• TS 52 Capacity and Performance;
• TS 53 Controls and Temperature Uniformity;
• TS 54 Air Flow;
• TS 55 Air Filtration;
• TS 56 Roof Ventilators;
• TS 57. Maintainability;
• TS 58 Entrance /Exit Area Heating; and
• TS 59 Floor -Level Heating
Proposer Meets Section Specifications
Yes
YES
No
9
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Noted Deviations (list all section deviations for consideration here):
13. Exterior Panels, Finishes and Exterior Lighting
Includes:
• TS 60 Design;
• TS 61 Pedestrian Safety;
• TS 62 Repair and Replacement;
• TS 63 Rain Gutters;
• TS 64 License Plate Provisions;
• TS 65 Fender Skirts;
• TS 66 Wheel Covers;
• TS 67 Service Compartments and Access Doors;
• TS 68 Bumpers;
• TS 69 Finish and Color;
• TS 70 Decals, Numbering and Signing; and
• TS 71 Exterior Lighting
Section 9
Proposer Meets Section Specifications
Yes
No
NO
Noted Deviations (list all section deviations for consideration here):
TS 60.1 ROOF - MOUNTED EQUIPMENT (TRANSIT BUS)
10
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
14. Interior Panels and Finishes
Includes:
• TS 72 General Requirements;
• TS 73 Interior Panels;
• TS 74 Fare Collection; and
• TS 75 Interior Access Panels and Doors
Section 9
Proposer Meets Section Specifications
Yes
YES
No
NO
Noted Deviations (list all section deviations for consideration here):
15. Passenger Accommodations
Includes:
• TS 76 Passenger Seating;
• TS 77 Passenger Assists;
• TS 78 Passenger Doors; and
• TS 79 Accessibility Provisions
Proposer Meets Section Specifications
Yes
No
NO
Noted Deviations (list all section deviations for consideration here):
TS 76.5 DRAIN HOLE IN SEATS
TS 77.1 ASSIST (TRANSIT BUS)
11
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
16. Signage and Communication
Includes:
• TS 80 Destination Signs;
• TS 81 Passenger Information and Advertising;
• TS 82 Passenger Stop Request / Exit Signal;
• TS 83 ITS / Communications Systems; and
• TS 84 Event Data Recorders
Section 9
Proposer Meets Section Specifications
Yes
YES
No
NO
Noted Deviations (list all section deviations for consideration here):
TS 83.5.3 MOTOROLA XTL 1500
17. TS 86 Special Equipment
Proposer Meets Section Specifications
Yes
YES
No
Noted Deviations (list all section deviations for consideration here):
12
CMPC- 15- LTB -RFP January 2015
PACKAGE 1: TECHNICAL PROPOSAL REQUIREMENTS
3. Technical Proposal
b. Bus Design Modifications resulting from CMPC Operating Conditions
(include any facility equipment and ITS upgrades required to support
modifications)
The GILLIG proposal includes our standard LOW FLOOR heavy duty DIESEL and CNG
transit bus models, with descriptive design information provided throughout our bid
submission for your reference.
Due to the number of members of the CMPC, GILLIG is unable to identify any bus
design modifications that may be required for the many and various operating
conditions at the individual transit agency properties.
GILLIG proposes to discuss and quote any identified facility equipment and ITS
upgrades required during the evaluation /negotiation process or at the Pre - Production
Meeting(s) if we are the successful proposer.
Additional information can be provided upon request.
PACKAGE 1: TECHNICAL PROPOSAL REQUIREMENTS
3. Technical Proposal
c. Documentation of Bus Design's successful High Altitude, Cold Weather
Operation (to include statement from engine manufacturer acknowledging
any potential altitude and /or cold weather issues and any recommended
operating procedure /design criteria needed to address such issues.
GILLIG has successfully delivered over (200) buses to high altitude, cold weather
customers over the past two years. These buses were delivered with the Cummins
2013 ISL and ISL -G, the same engine family line that is included in our proposal.
GILLIG is not aware of any altitude or cold weather performance issues and we are
currently waiting on a formal response from Cummins as requested.
High Altitude / Cold Weather GILLIG customers
Denver, CO
Aspen, CO
Snowmass, CO
Logan, UT
Salt Lake City, UT
Park City, UT
Jackson, WY
Santa Fe, NM
Burlington, VT
Rutland, VT
GILLIG wishes to advise the COLORADO MOUNTAIN PURCHASING CONSORTIUM
that all training programs presented by Gillig instructors are individually tailored to be
representative of the vehicle specifications and equipment supplied on the buses at the
time of delivery. These programs may also be modified further to meet the needs
and /or time constraints of the customer at the preproduction meeting, if Gillig is the
successful bidder.
The GILLIG proposal includes the training modules as outlined below.
1. GILLIG Basic Bus Training — provided at Post Delivery Inspection.
2. Wheelchair ramp - will provide one 4 hour class on the wheelchair ramp.
3. Destination Signs - will provide one 8 -hour class on the destination sign system.
4. GILLIG will provide a complete set of Low Floor training DVD's.
The Training listed above is included in the per bus cost. Additional Training may be
purchased separately as quoted on the TRAINING — OPTIONS PRICING sheet. This
information can be found in PACKAGE 2 COST PROPOSAL.
Attached is our AVAILABLE OPTIONAL — TRAINING PROGRAM with additional
information on training that is available.
.� 1- - -N
All training programs presented by GILLIG are individually tailored to be representative
of the vehicle specifications and equipment supplied on the buses at the time of
delivery. These programs may also be modified further to meet the needs and /or time
constraints of the customer at the pre - production meeting. GILLIG's training program is
designed to instruct your transportation and maintenance personnel in the proper
methods of operating, maintaining, and servicing the buses. Your training program has
been specifically addressed in the appropriate section of this proposal and we are
certain it will exceed your expectations.
Our training programs have been well accepted by other transit agencies as described
in the attached customer testimonials.
You will also note that our technical trainers have extensive Mechanical Maintenance
experience and hold numerous training certifications.
To further aid in the training of your maintenance group, GILLIG will supply a set of bus
training DVD's.
E.
4 -2014
GILLIG FIELD SERVICE TRAINING PROGRAM
OBJECTIVE:
Our training programs are specifically designed to acquaint our customers with their
new GILLIG transit bus and to ensure their understanding for proper operation,
maintenance, diagnosis and repair of their coach, which employs the latest in "state of
the art" bus technology.
These programs will help our customers maximize the potential of the GILLIG transit
bus throughout its life.
All training programs presented by GILLIG instructors are individually tailored to be
representative of the vehicle specifications and equipment supplied on the buses at the
time of delivery. These programs may also be modified further to meet the needs and /or
time constraints of the customer.
PROGRAM PLAN:
The basic programs shall be presented as follows:
• Operator Instruction
• Maintenance Department General Vehicle Orientation
• Air Systems and Brake
• Basic Bus Electrical System
• Multiplex Electrical System
• CNG System
• Hydraulic System
• EFAN System
• Allison Hybrid Familiarization
• Gillig Emissions
E.
4 -2014
zleleli
OPERATOR INSTRUCTIONS:
This class will take approximately four hours and class size should not exceed six
drivers. This is a "hands -on" program to familiarize the driver in the proper operation of
the GILLIG transit bus and requires that a coach be made available by the customer for
this instruction. Topics included in this program are:
A. Seat and Seat Belt Operation and Adjustments
B. Steering Column Adjustments
C. Switches and Controls
1. Location
2. Proper Operation
3. Function
D. Instrumentation and Warning Lights
E. Entrance and Exit Door Operation
F. Wheelchair Ramp Operations
1. Safety Precautions
G. Brake Interlock
1. Safety Precautions
H. Speed Switch Circuit
1. Verbal Explanation
2. Demonstration
3. Safety Precautions
Engine Protection System
1. Controlling Functions
2. Shut Down Sequence
3. E.P.M. Override
a. Purpose
b. Proper Usage
4 -2014
MAINTENANCE DEPARTMENT GENERAL VEHICLE ORIENTATION
OBJECTIVE:
This is an on- vehicle instruction program to acquaint the mechanic with the operational
aspects of the GILLIG transit bus, as well as the components employed in its operation
and their locations. It also provides brief explanations and demonstrations of how and
when various systems interface with each other. These explanations and
demonstrations are designed to provide the mechanic with a better understanding of the
system logic employed and ultimately result in more rapid and accurate diagnosis and
repair. Other areas covered in this orientation program are maintenance items and can
be tailored for in -depth instruction on the door system, hydraulic system, steering
system, Hybrid Drives, CNG and suspension systems.
This class will take approximately eight hours to complete with a maximum class size of
twelve mechanics. A coach must be made available for this instruction by the customer.
Please be aware that any identified system can be expanded on and discussed more in-
depth in subsequent classes. Topics included in this program are:
A. Seat and Seat Belt Operation and Adjustments
B. Steering Column
1. Adjustments
2. Maintenance
C. Switches and Controls
1. Location
2. Proper Operation
3. Function
4. System Interfacing
5. Diagnostic Tips on the More Complex Systems
D. Instrumentation and Warning Lights
E. Engine Protection System
1. Controlling Functions
2. Shut Down Sequence
3. E.P.M. Override
a. Purpose
b. Proper Usage
4 -2014
F. Brake Interlock
1. Components
2. Operational Description
3. Explanation of Circuits that Apply Interlock
4. Interlock Air Pressure Adjustment
5. Override
6. Safety Precautions
G. Under 3 MPH Speed Switch Circuit
1. Operational Description
2. Diagnosis of Circuit
3. Safety Precautions
H. Wheelchair Ramp
1. Components and Component Location
2. Operation
3. Safety Device
4. Safety Precautions
I. Entrance Door
1. Components and Component Location
2. Operation
3. Door Panel Adjustment
4. Door Motor Adjustments
5. Proximity Switch Adjustments
Exit Door
1. Components and Component Location
2. Operation
3. Door Panel Adjustments
4. Door Motor Adjustments
5. Micro Switch Adjustments
K. Compartment by Compartment Tour of Bus
1. Components and Component Location
2. Operational Descriptions of Systems Viewed
3. Maintenance Information
4. Diagnostic Tips and Test Procedures
5. Safety Precautions
L. Vanner Equalizers
1. Component Location
2. Operational Description
3. Test Procedures
� E.
4 -2014
M. Hydraulic System
1. Component and Component Location
2. Description of Components and Maintenance Required
3. Explanation of Fan Drive Circuit and Its Function
4. Explanation of Steering Circuit and Its Function
5. Presentation of Flow and Pressure Specifications for Fan Drive and
Steering Circuits
6. Description and Explanation of Test Equipment Needed to Properly
Diagnose Hydraulic System Problems
7. Safety Precautions
N. EFAN System (If equipped)
1. Individual Fan Location and Function
2. Location and Function of the EFAN Controller
3. Use of EFAN Controller LED's for Diagnostics
4. Location and Function of EFAN Fuses Panel
5. Reverse Fan Operation
6. Safety Precautions
O. Fire Alarm System
1. Components and Component Location
2. Operational Description
3. Test Procedures
P. Steering and Front Suspension
1. Explanation of Front Ride Height Adjustment and Specifications
2. Explanation of Adjustment Points for Front End Alignment
3. Explanation of Front Shock Absorber
4. Explanation of Steering and Suspension Maintenance Requirements
Q. Rear Suspension
1. Components and Component Location
2. Discuss Inspection of Welds
3. Discuss Inspection of Suspension Components
4. Discuss Bushing Wear and Bushing Replacement
5. Explanation of Rear Ride Height Adjustment and Specifications
6. Explanation of Adjustment Points for Rear End Alignment
R. Engine Cooling System
1. Components and Component Location
2. Explanation of Cooling System Maintenance Requirements
3. Safety Precautions
4 -2014
S. Hybrid Drive System
1. System Components and Component Location
2. Drive System Theory of Operation
3. Drive System Component Interface
4. High Voltage Safety
T. CNG System (Compressed Natural Gas). (If equipped)
1. CNG Components and Location
2. Roof Mounted Tanks, Lines and PRD's
3. Fill Panel Components
4. Fueling /Defueling Procedures
5. CNG Safety
AIR SYSTEM AND BRAKES:
SCOPE:
This is a sixteen hour program of which approximately the first thirteen hours of
instruction will take place in a classroom setting utilizing a color coded air system
drawing projected from a laptop with a projector. Each student will have a copy of the
drawing and a detailed power point handout to follow along through the air system
circuits. The remaining time will be spent applying the classroom information to the
vehicle in "hands -on" tests and adjustments.
The customer shall make available a suitable room for training that is appropriately
equipped, keeping in mind the class size shall not exceed twelve mechanics, and a bus
for the last segment of the training program.
OBJECTIVE:
This program will focus primarily on providing the mechanic with a better understanding
of the air system, its components, and their operation under various operating
conditions. The class participants accomplish this by viewing and following along with
the colored air flow charts for normal brake operation, brake operation with loss of
primary air, brake operation with loss of secondary air, brake interlock, and anti -
compounding circuits to facilitate diagnosis of air leaks. Presentation of a
comprehensive systematic air system test procedure will also be included in this
program. The air flow charts, when used in conjunction with these air system tests, will
aid the mechanic in determining if the components in the air and braking systems are
operating properly and may also be used as a tool in the diagnosis and isolation of a
problem or air leak in the system.
E.
4 -2014
The secondary focus of this program is on the mechanical aspects of the braking
system such as but not limited to the operational principles of the Haldex slack adjuster,
initial set up and adjustments of the Haldex slack adjuster, maximum push rod travel,
and push rod angles, air dryer operation and compressor troubleshooting. Additional
topics will be covered upon request by the customer based on their particular need or
desire. ABS and Traction control systems will also be discussed.
BASIC BUS ELECTRICAL SYSTEM:
SCOPE:
This is a twenty -four hour program for a maximum of twelve mechanics. The program
will take place in both the classroom setting utilizing the supplied power point handout
and on the coach for practical application of the classroom material. The customer shall
make available a suitable room for training that is appropriately equipped. The
customer will also make available for training the schematics for the bus that the class is
training on.
OBJECTIVE:
This program is designed to help the mechanic utilize the GILLIG electrical diagrams
and schematics to the fullest extent possible. This will promote a better understanding
of the system logic, resulting in less time consuming and more accurate diagnosis.
Topics included in this program are:
A. Review of Basic Electrical Principles
1.
Use of Digital VOM
2.
Open Circuits
3.
Completed Circuits
4.
Shorted Circuits
a. Dead Short
b. Cross Short
5.
Series Battery Connections
a. Results
b. Benefits
6.
Parallel Battery Connections
a. Results
b. Benefits
7.
Series Circuits
a. Benefits
8.
Parallel Circuits
a. Benefits
9.
Voltage Drop
E.
4 -2014
a. Demonstration of How to Use Voltage Drop for Diagnostic
Purposes
B. Relays Used in GILLIG busses
1. Description of Internal Operation
2. Symbols as Represented on Drawings
3. Functional Diagrams
C. Diodes
1. Explanation of Operational Principles
2. Uses
3. Symbols and How to Determine Directional Flow
4. Test Procedures
D. Transistors
1. PNP's
2. N P N's
3. Test Procedures
E. Gener
1.
2.
3.
4.
5.
6.
7.
al Electrical Symbols
Fuses
Circuit Breakers
Resistors
a. Fixed Resistors
b. Variable Resistors
Coils
Normally Open Contacts
Normally Closed Contacts
Pressure Switches
F. Information Supplied on GILLIG Electrical Diagrams
1. Print Number
2. Revision
3. Part Numbers
4. Torque Specifications
5. Drawing Size
6. Component Location
7. Wiring Connector Locations
8. Wiring Numbering System
9. Wiring Color Coding
G. Typical Electrical Diagrams or Schematics Used to Determine System Logic
1. Battery Cables with Cut Off Switch
a. For Charging System Diagnosis
b. For Vanner Equalizer System Diagnosis
E.
4 -2014
H. Typical Electrical Diagrams or Schematics Used to Determine System Logic (cont.)
2. Ignition, Start, Fast Idle
a. For Front Run Diagnosis
b. For Rear Run Diagnosis
c. For Fast Idle Diagnosis
3. Wheelchair Ramp
a. For Wheelchair Ramp Interface Diagnosis
4. Kneeling
a. For Kneeling Diagnosis
b. For Raise Diagnosis
5. Stop Request
6. Fire Alarm
a. For Engine Fan Circuit Diagnosis
b. For Fire Alarm Diagnosis
7. Rear Door
a. For rear Door Operation Diagnosis
b. For sensitive Edge Diagnosis
c. For Door Alarm Diagnosis
8. Interlock
a. For Under 3 MPH Circuit Diagnosis
b. For Interlock Diagnosis
Different or additional circuits will be covered upon the customer's request.
MULTIPLEX ELECTRICAL SYSTEM:
SCOPE:
This is a twenty -four hour program for a maximum of twelve technicians. The program will be
split between a classroom setting and on the bus. The classroom portion will use the supplied
handout and the specific vehicle schematics. Using a digital projector the instructor will cover
the supplied handout. The customer shall make available a suitable room for training that is
appropriately equipped.
OBJECTIVE:
This program is designed to help the technician utilize the GILLIG electrical schematics and
ladder diagrams to the fullest extent possible. This will promote a better understanding of the
system logic, resulting in less time consuming and more accurate diagnosis. Topics included in
this program are:
A. General Information Supplied in the Gillig Electrical Schematics
1. Vehicle Identification Numbers and Bus (Fleet) Numbers
� —�
4 -2014
2. Safety Precautions
3. Print Numbers
4. Part Numbers
5. Torque Specifications
6. Welding Precautions
7. Component Locations
8. Wire Circuit Identification
9. Power Cables and Wire Color Coding
10. Different Types of Wire Connectors that Gillig uses
11. Wire Connector Location Guide
B. General Electrical Symbols Used in the Gillig Electrical Schematics
1. Ground Symbols and How to Identify and their Locations on the bus
2. Fuses and Locations of the Main Power Fuses
3. Circuit Breakers, Circuit Breaker Numbers, and Locations
4. Resistors
5. Different Types of Switches (Toggle, Push Button, Rotary, Proximity,
Pressure Type)
6. Wire Connector Symbol and How to use the Information Provided Inside the
Symbol
7. Normally Open Contacts
8. Normally Closes Contacts
9. L.E.D. (Light Emiting Diode) Benefits and where we use them
10. Diodes and Diode Pack -Test Procedures, Locations, Where Used
C. Review of Basic Electrical Principles
1. Open Circuits and How to Troubleshoot
2. Shorted Circuits (Direct Short and Cross Short) and how to Troubleshoot
3. Completed Circuits
4. Series Battery Connections
5. Results
7. Parallel Battery Connections
8. Results
9. Benefits
10. Series Circuits and their Benefits
11. Parallel Circuits and their Benefits
12.Voltage Drop Demonstrations to use for Diagnostic Purposes.
D. Introduction to Multiplex
1. What is and Why Multiplex
2. Why Gillig uses Multiplexing Systems
3. How Multiplex Works in a bus
4. Benefits of having a Multiplex system
-�
4 -2014
E. Coach Zone Concept
1. Zone Layout
2. Zone Function
3. View of Each Zone
4. Communication Process of each Zone
5. Communication Harness and Location
6. Diagnostic Fault Codes for Communication
F. 1/0 Controls Corporation "Dinex" Components
1. Power Management Module(PMS)
2. High Speed Cell Network Control Module (D2)
3. Digital Input/Output Module (A1,B2,B3,B4,C1,D3,D4)
4. Digital 32 Input Module (A2)
G. 1/0 Controls Corporation "Dinex" Components (cont.)
1. The "Smart" Indicator Light Bar (131)
2. Digital 24 Output Module (135) if Applicable
3. Explanation of the I.D. Keys on the Modules that have them
4. Explanation of each Different Colored L.E.D.'s on each Module
5. Component Function and Location
6. System Interface Using the Multiplex Inputs and Outputs Chart
H. Ladder Logic Diagrams
1. Why we use Ladder Logic Diagrams
2. How to read a Ladder Logic Diagram
3. How to use a Ladder Logic Diagram for Troubleshooting the System
Electrical System Interface
1. Multiplex System Power
2. Starting System
3. Charging System with Vanner Equalizer
4. Tail and Marker Lights
5. Turn Signals
6. Kneeling System
7. Wheelchair Ramp Power
8. Fast Idle
9. Brake and Throttle Interlock System
10. Senders and Switches and Engine Shutdown System
Different or Additional Circuits will be covered upon Customers Request.
J. J 1939 Controller Area Network
a. J 1939 Theory
—�
4 -2014
b. Gateway Function
c. Backbone Construction and Troubleshooting
d. Stub and Extension Cable Troubleshooting
e. Complete Network Troubleshooting
K. Diagnostics and Troubleshooting
1. Using the L.E.D.'s for Circuit Integrity
2. Using the Ladder Logic Diagrams
3. Using the Gillig Electrical Schematics
4. Using the "Dinex" Diagnostic Tools
a. G3 -MK -TEST KIT
b. G3- MK- ID- WRITER
c. G3 -MK- PROGRAM KIT
5. Create Defects in the bus Multiplex Electrical Systems for the Technicians to
Locate and Repair.
CNG SYSTEM
SCOPE:
This is an 8 hour program for a maximum of twelve technicians. The program will be split
between a classroom setting and on the bus. The classroom portion will use the supplied
handout. Using a digital projector the instructor will cover the supplied handout. The customer
shall make available a suitable room for training that is appropriately equipped and a CNG bus
for the hands on portion of the class.
OBJECTIVE:
After completion of the Gillig Compressed Natural Gas (CNG) program, each mechanic will be
able to identify the location and function of the CNG fuel storage and delivery system
components. These components include the storage tanks, pressure relief devices (PRD's),
high pressure filter, low pressure filter, and fuel shutoff valve and solenoids. Safety
precautions, maintenance, and troubleshooting will also be discussed. We will also discuss
the other changes to the bus when equipped with a CNG system.
A. CNG Safety
B. Compressed Natural Gas Properties
C. Fueling And Defueling
D. CNG Fuel System
1. Fill Panel
—�
4 -2014
a. High And Low Pressure Gauges
b. Shut Off Valve
c. Fast Fill And Slow Fill Receptacles
d. Defuel Receptacle and Valve
E. CNG Storage Tanks
1. Tank Types And Construction
2. Lines and Fittings
3. Pressure Relief Devices
4. Certification And Inspection
5. Tank Capacities
F. CNG Maintenance And Inspection
1. High Pressure Filter
2. Low Pressure Filter
3. Tanks
G. Gillig Bus Changes
1. Axles
2. Shocks
3. Brakes
4. Body Bracing
SCOPE:
HYDRAULIC SYSTEM:
This is an eight hour program of which approximately the first four hours of instruction will take
place in a classroom setting utilizing a hydraulic system drawing projected from a laptop with a
projector. Each student will have a copy of the drawing and a detailed power point handout to
follow along through the hydraulic system. The remaining time will be spent applying the
classroom information to the vehicle in "hands -on" tests and adjustments.
The customer shall make available a suitable room for training that is appropriately equipped,
keeping in mind the class size shall not exceed twelve mechanics, and a bus for the last
segment of the training program.
OBJECTIVE:
This program will focus primarily on providing the mechanic with a better understanding of the
hydraulic system, its components, and their operation under various operating conditions. The
class participants accomplish this by viewing and following along with the hydraulic system
—�
4 -2014
drawing. Presentation of a comprehensive hydraulic system test procedure will also be
included in this program. The hydraulic flow charts, when used in conjunction with these
system tests, will aid the mechanic in determining if the components in the hydraulic system
are operating properly and may also be used as a tool in the diagnosis and isolation of a
problem in the system. Safety precautions, maintenance, and troubleshooting will also be
discussed.
A. Hydraulic Safety
B. Hydraulic Reservoir
1. System /Reservoir Capacity
2. Fluid type
3. Filter /Fluid Change Intervals
C. Hydraulic Pump
1. Type
2. Flow Rates
3. Inspection
D. Hydraulic Manifold
1. Valve Identification /Ratings
2. Flow through The Valves
3. Inspection
E. Steering Gear Box
1. Flow Through The Box
2. Inspection
3. Flow Rates Needed
4. Gear Box Bleeding Procedures
F. Fan Drive Motor
1. Motor Operation
2. Motor Inspection
3. Required Motor Speeds
G. Fan Drive Controller
1. Required Wiring
2. J1939 Interface
3. Controller Logic
4. Verification Of Operation
H. Hydraulic Cooler
1. Location
2. Maintenance
3. Cooler Pressure Relief
—�
4 -2014
System Pressure and Flow Tests
EFAN SYSTEM
SCOPE:
This is a four to six hour program of which approximately the first four hours of instruction will
take place in a classroom setting utilizing a detailed system handout. The handout material
will be projected from a laptop and projector while each student follows along. The remaining
time will be spent applying the classroom information to the vehicle in "hands -on" tests and
adjustments.
The customer shall make available a suitable room for training that is appropriately equipped,
keeping in mind the class size shall not exceed twelve mechanics, and a bus for the last
segment of the training program.
OBJECTIVE:
This program will focus primarily on providing the mechanic with a better understanding of the
EFAN systems, their components, and operation under various operating conditions. While
Gillig utilizes two different EFAN systems, the scope and objective for each system is the
same. The class participants accomplish system understanding by viewing and following
along with the system handouts. Presentation of a comprehensive EFAN system test
procedure will also be included in this program. The handout, when used in conjunction with
the system tests, will aid the mechanic in determining if the components in the EFAN system
are operating properly and may also be used as a tool in the diagnosis and isolation of a
problem in the system. Safety precautions, maintenance, and troubleshooting will also be
discussed.
A. EFAN Safety
1. System Do's and Don'ts
B. Cooling Module
1. Engine Radiator
A. Radiator Construction and Airflow
B. Inspection and Maintenance
2. Charge Air Cooler
A. Construction and Airflow
B. Inspection and Maintenance
3. Hybrid Cooler (If Equipped)
A. Construction and Airflow
—�
4 -2014
B. Inspection and Maintenance
C. Physical Description Cooling Module
1. Electric Motor Fan Banks
A. Fan Make and Model
B. Fan Wiring
C. Fan Operation and Speeds
D, Fan Inspection /Maintenance /Reverse
E. Fan Troubleshooting
D. EFAN Controllers
1. Controller Overview
2. Controller Logic
3. Controller Wiring
4. Controller Protection Features
E. Overall System Maintenance and Troubleshooting
F. Diagnostic Software (If Applicable)
ALLISON HYBRID FAMIALIZATION
SCOPE:
This is an eight hour program for a maximum of twelve technicians. The program will be split
between a classroom setting and on the bus. The classroom portion will use customer
supplied vehicle schematics. Using a digital projector the instructor will cover the applicable
schematics for the Allison hybrid system. The on hands portion will cover component location,
function and operation. The customer shall make available a suitable room for training that is
appropriately equipped.
OBJECTIVE:
This program is designed to help the technician utilize the GILLIG electrical schematics as they
apply to the Allison Hybrid System. This will promote a better understanding of the hybrid
system components and their operation resulting in less time consuming and more accurate
diagnosis. High voltage safety will also be discussed.
A. General Description and
1. TCM /VCM
2. DPIM
3. ESS
Location of the Following Components
-�
4 -2014
4. Drive Unit (Motor A and Motor B)
5. HBA (If Equipped)
6. High Voltage Cables That Connect the Components Together
B. Ignition and Ground Wiring To the Following Components-
1 . TCM /VCM
2. DPIM
3. ESS
4. HBA (If Equipped)
C. J1939 CAN Network Discussion
1. J1939 Routing and Connections to All Components
D. Discuss HVIL Circuit to All Components
E. Motor Speed Sensors
F. Engine Cranking
G. Detail High Voltage Safety Tools /Procedures and Testing For All Components
H. Proceed to the Bus and Demonstrate Emergency Shutdown Procedures and
Lock Outs
Point Out All Discussed Components In, Around, and On Top of the Bus
GILLIG EMMISIONS
SCOPE:
This is a six to eight hour program of which approximately the first four hours of instruction will
take place in a classroom utilizing a emissions system handout. The handout will be projected
from a laptop with a projector. Each student will have a copy of the power point handout to
follow along through the emission system. The remaining time will be spent applying the
classroom information to the vehicle in "hands -on" inspection of the components.
The customer shall make available a suitable room for training that is appropriately equipped,
keeping in mind the class size shall not exceed twelve mechanics, and a bus for the last
segment of the training program.
-�
4 -2014
OBJECTIVE:
This program will focus primarily on providing the mechanic with a better understanding of the
emission system, its components, and their operation under various operating conditions. The
class participants accomplish this by viewing and following along with the supplied handout
and time spend on the bus. By applying this information the mechanic will be able to
determining if the components in the emission system are operating properly and may also be
used as a tool in the diagnosis and isolation of a problem in the system. Safety precautions,
maintenance, and troubleshooting will also be discussed.
A. EPA Requirements and Target Emission Numbers
B. System Overview
C. DPF Operation, Components and Maintenance
1. Inlet Section
2. DOC Section
3. DPF Section
4. Outlet Section
D. DPF Sensors
1. Temperature Sensors
2. Pressure Sensors
E. Regeneration Strategies
1. Passive
2. Active
3. Manual or Stationary
F. Procedure for Forcing Regenerations
1. Bus Regen Toggle Switch
2. Cummins Insite
G. Bus Indicator Lights for DPF /SCR Function and Malfunctions
H. Decomposition Chamber and Dosing Valve
SCR Operation and Sensors
J. Support Components for Correct SCR Operation
1. Heat Shield and Piping
2. Urea /DEF Explained
3. DEF Tank Components and Sensors
4. DEF Tank Heating Components
—�
4 -2014
5. Heated Lines
6. Dosing Valve
7. Supply Module and All Incorporated Components
8. Inspection /Maintenance Of all Listed Components
K. ODB 3 Compliance
L. Bus Changes to Accommodate Emissions Equipment
—�
4 -2014
i i "l
Service Department
GILLIG maintains a fully qualified, trained Service Department to respond to the
procuring Agency's request for assistance after delivery of equipment.
The Field Service Trainers and Field Service Representatives have extensive
"hands -on" experience on our coaches. The Field Service Trainers are available
to provide training to your staff on the proper operation and maintenance of the
equipment. The Field Service Representatives are fully qualified to assist the
procuring Agency in the maintenance of equipment, including, but not limited to
major component replacement and repair, electrical troubleshooting, suspension
and frame repair, as well as repair of all ancillary components and systems.
In -house qualified Field Service Representatives are available to troubleshoot
questions by phone, Monday through Friday, 7:00 a.m. to 4:00 p.m.
Warranty Department
The Warranty Department is available to assist the procuring Agency processing
warranty claims as required. The Field Service Trainer will assist the procuring
agency in the proper procedure for obtaining warranty parts, completion of the
warranty forms, and the handling of parts for warranty claims processing.
Engineering Department
We also maintain a fully experienced, qualified Engineering Department, directed
by the Vice President of Engineering, Quality Control and Customer Service. The
Engineering staff are available on request to assist in the resolution of
engineering or design problems that may arise within the scope of the
specifications during the warranty period.
The GILLIG Engineering Department is located in the manufacturing plant in
Hayward, CA, and is continually available to assist the manufacturing process.
The integrated staff performs all vehicle engineering, including the research and
development of all systems integrated on our vehicles.
All current products were designed and developed by GILLIG Engineering. The
entire GILLIG Low Floor transit bus is manufactured in the United States at this
one location in Hayward, CA. Attached is our staff description and organization.
FIELD SERVICE AND SUPPORT NETWORK
EXECUTIVE DIRECTOR
Robert L. Birdwell
TECHNICAL ADVISOR
Bo Vongamath
TECHNICAL TRAINERS
Based:
Russ An do - Seattle, WA
Ben Braun - Baltimore, MD
Blaine Fagel - Charlotte, NC
Kevin Hardesty - Columbus, OH
FIELD SERVICE REPRESENTATIVES *
FIELD SERVICE & WARRANTY
Bob Birdwell Director, QA & Service
Eric Ocampo Service Manager /Warranty
Johnny Phothipanya Warranty Parts Specialist
Bo Vongamath Technical Advisor
Lisa Jarvis
Based:
Lyle Archambeau ** -
St. Paul, MN
Jason Fairclough* -
Salt Lake City, UT
Dave Hagopian* -
St. Louis, MO
Mike O'Leary* -
San Francisco, CA
Mike Parrish* -
Toledo, OH
Joe Rhea* -
Dallas, TX
Dan Roe* -
Detroit, MI
Richard Salas* -
San Francisco, CA
Steven Sayne* -
Seattle, WA
Leon Shurn* -
Orlando, FL
Alfredo Smith* -
Austin, TX
Sang Tran* -
Los Angeles, CA
FIELD SERVICE & WARRANTY
Bob Birdwell Director, QA & Service
Eric Ocampo Service Manager /Warranty
Johnny Phothipanya Warranty Parts Specialist
Bo Vongamath Technical Advisor
Lisa Jarvis
Warranty Recovery Specialist
Vy Vu
Field Service Coordinator
Richard Galvan
QA Manager
Garfull Chan
Manager, QCE & FSE
Phone - 800 - 735 -1500 Fax- 510 - 785 -1348
bb@gilhg.com - (call Bob to schedule training)
eocampo@gillig.com
jphothipanya@gillig.com
bvongam ath@gilhg. com
lj arvis@gillig. com
vvUggillig.com
rgalvan@gillig.com
gchan@gilhg. com
Training instructors employed by GILLIG are fully qualified service personnel with extensive "hands on"
experience on our coaches. They have been trained in all phases of coach repair including, but not limited to
major component replacement and repair, electrical troubleshooting, suspension and frame repair as well as
repair of all ancillary components and systems.
* Performs pre- delivery service at the customer site, as well as ongoing field product support services.
** ASE Certified Mechanic
01.2015
FIELD SERVICE QUALIFICATIONS
ROBERT BIRDWELL - Executive Director, Quality & Service
Bob is responsible for all areas of Field Service, Warranty, Customer Acceptance, Quality Control
and coordinates the efforts of the entire department. Bob utilizes his many years of experience with
heavy -duty motor vehicle production to trouble -shoot problems for Customers and Field Service
Representatives. He has extensive experience as a Supervisor, General Supervisor, Superintendent,
and Quality Control Manager. He has an AA in Supervision Management and has been employed
by GILLIG since 1981.
RUSS ANDO - Senior Field Service Representative
Russ resides in Washington State and covers the Pacific Northwest Region. Russ Joined GILLIG in
March 2001 and worked in several areas on the production line, including line foreman. In July
2002, Russ joined the Field Service Department. He has over 20 years experience in classic auto
restoration and has completed several body -off, frame -up restorations. Along with his knowledge of
mechanics and hands on approach to his job, he earned a BFA with honors in illustration from
California College of Arts and Crafts.
LYLE ARCHAMBEAU - Senior Field Service Representative
Lyle lives in St. Paul, MN and covers the Midwest region. He has been employed at GILLIG since
1989. He has three years experience in Heavy vehicle Maintenance while stationed in the U.S. Army.
Also, Lyle has five years experience in the Automotive Maintenance Industry. He is ASE Certified
in Auto Electric, Brakes, Suspension, Engine Performance and Engine Rebuilding. He has attended
classes at Auto tech for Air Conditioning, and Engine Electronics Controls and Diagnosing.
BEN BRAUN — Trainer
Ben lives in Belair, MD and covers the Eastern Region. He has been employed with GILLIG since
1995 and has 31 years experience in the automotive, truck and bus industry. He has experience in all
areas of repair work. He was ASE Master Technician 1985 - 1990.
GARFULL CHAN — Manager, Quality Control Engineering and Field Service Engineering
Garfull is a native to the SF Bay Area where he went to school at UC Davis receiving his Bachelors
in 2003 and Masters of Science in Mechanical and Aeronautical Engineering in 2004. He began his
career as an Engineering Consultant to Daimler -Benz, then as an Engineering Specialist for Toyota
prior to joining GILLIG in 2006 as an Automotive Mechanical Design Engineer. He was promoted
to Project Engineer in 2012, and then promoted to Manager of QCE &FSE in 2014. He specializes
in body exterior and interior systems, body structures, aluminum and rubber extrusions, sheet metal
fiberglass enclosures, fastening and bonding methods, manufacturing and process improvements.
01.2015
FIELD SERVICE QUALIFICATIONS
BLAINE FAGEL — Trainer
Blaine has been in the transit industry since 1995. He began in the trucking industry in 1990. He has
fueled trucks /buses and performed preventative maintenance. He has also been a technician, union
officer, shop supervisor, technical spec writer and QA officer. He worked for Lynx Orlando for 8
years and Charlotte CATS for 3 years. He has been ASE Certified for heavy truck steering and
suspension, A/C refrigerant recovery and recycle, as well as for bus /truck air brakes. Blaine is also a
Type I & II Certified A/C Technician. He has taken many classes for electrical, preventative
maintenance, suspension, hydraulics, brakes, A /C, wheelchair lift (Lift -U), Cummins, Detroit Diesel,
Allison, Amerex as well as many managerial courses in people skills, time management, computer
software for transit specific products, Excel, Word, Outlook, Adobe Professional, and Powerpoint.
JASON FAIRCLOUGH — Senior Field Service Representative
Jason has been employed with GILLIG since March, 2001. He has 3 years experience as a Quality
Engineering Technician for Nova Bus Inc. Where he had taken several classes: Kizan, Metrology,
Paint and Body. Jason also has a certificate from the National Fire Academy, for Hazardous
Materials Incident Analysis, Hydraulics and Fluidics. While at GILLIG, Jason has taken classes in
I /O, Air Systems, Allison Electric Drive, and Service Training. In addition, Jason has over 15 years
experience building and racing vehicles for his race shop.
RICHARD GALVAN - Quality Assurance Manager
Richard joined GILLIG as a Production Supervisor in November of 1999 before being promoted to
QA Manager in January of 2003. He owned and operated his own business for 6 years and has 4
years of experience in high technology manufacturing and supervision.
DAVID HAGOPIAN — Senior Field Service Representative
Dave lives in southern Illinois and covers the Midwest region. He has been employed with GILLIG
since November 2000. Dave came to GILLIG with 19 years of experience as manager, service
writer and mechanic in the automotive industry. He has been ASE certified in heating, air
conditioning, and electrical/ electronic systems. He is trained in industrial electronics at
Southwestern Illinois College.
01.2015
FIELD SERVICE QUALIFICATIONS
KEVIN HARDESTY — Trainer
Kevin has been a technical coach trainer for 23 years. He has been a field service trainer for
GILLIG since 2005. Prior to being employed as a field service trainer for GILLIG, Kevin operated
his own technical training company for 9 years. Kevin started as a technical trainer for the Flexible
Corporation in 1987. He also spent 2 years at the Central Ohio Transit Authority as the Training
Supervisor. During his time at these positions, he has performed technical writing and created
numerous training classes using PowerPoint software. His other duties have included various field
service tasks as required.
ERIC OCAMPO — Warranty Administrator
Eric has been with GILLIG since January 1987. He came to GILLIG from A.C. Transit where he
worked for 2 '/z years involved in special projects. He has 1 year in R.O.C. diesel technology and
electrical and 5 years as an automotive technician. He also received training on DDEC, Allison,
Lift -U wheelchair lifts and Luminator destination signs for troubleshooting and repair. Eric spent
10 years as a Field Service Representative and was a Field Service Trainer from 1996 -2013. In April
2002, he completed training with Cummins I.S.L. troubleshooting and familiarization, and in
November 2004, he completed training with Allison Hybrid electric drives. Since 1999, he has
received numerous extensive training classes from I.O. Controls Multiplex Systems covering the T-
1, T -2 and the latest G -3 systems. In 2013, he became the Warranty Administrator.
JAMES MICHAEL O'LEARY - Senior Field Service Representative
Mike joined GILLIG in August of 1994 and worked in production, including the welding, chassis,
electrical and air conditioning departments where he has a 608 Air Conditioning Certificate. He is
based in the San Francisco Bay Area and covers the Western Region. Mike received his BS Degree
in Aviation Maintenance Management in 1994.
MIKE PARRISH - Senior Field Service Representative
Mike has been employed with GILLIG since 1993. He has been a Maintenance Manager for various
transit properties since 1974. He has a degree in Diesel Technology, and is also ASE Certified in
AC, Brakes and Steering. He went to Detroit Diesel and Allison Transmission schools and also has
a 608 Air Conditioning Certificate. He has also attended the Allison Electric Drive Training class.
Mike lives near Toledo, OH and covers the Midwest Region.
01.2015
FIELD SERVICE QUALIFICATIONS
JOE RHEA - Senior Field Service Representative
Joe has been employed with GILLIG since 1988 and has had training in DDEC, Voith,
Transmission troubleshooting, EEC & Lift -U Wheelchair lifts and Luminator Electric Destination
Signs. He has also attended training classes by the GILLIG trainer in the Electrical System, Air
System and Hydraulic systems on the GILLIG Phantom. Joe lives in Central Texas and covers the
Southern Region.
DAN ROE - Senior Field Service Representative
Dan came to GILLIG in 2007 after a 34 year career in a suburban Detroit transit authority. He was ASE
certified technician in the 80's. Dan went into maintenance management in the early nineties with a fleet
size of approximately 500 vehicles. He has had numerous classes and training sessions in all phases of
transit vehicle maintenance from engines to fare boxes and in 2007 attended the Allison transmission
school for hybrid electric drives and various GILLIG trainer classes. Dan has performed in plant
inspections for transit authority vehicle purchases since 1978 in many different bus manufacturing plants.
RICHARD SALAS — Field Service Representative
Richard has been employed with GILLIG since 1998. He worked in Labor Pool for one year and
worked 4 years as a Working Foreman in in the Trim department. He was also the Working
Foreman for the Maintenance Department on 3rd shift. He has attended training courses for the
Dinex and Air systems. He is based out of the San Francisco area.
LEON SHURN — Senior Field Service Representative
Leon has been with GILLIG since 1998. He started in Production and gained experience in several
departments. He has been a Field Service Representative since 2000. He has attended training
classes by GILLIG Trainers for electrical system troubleshooting, I/O Dinex control, air system,
and hydraulic system. Leon has also attended classes at the Oakland International Airport School of
Aeronautics for 6 months. He also has a Certificate of Completion for Allison Electric Drive 40/50
on Service and Troubleshooting. Leon started in the San Francisco Bay Area, but has now relocated
to the Orlando, FL area.
01.2015
FIELD SERVICE QUALIFICATIONS
ALFREDO SMITH - Senior Field Service Representative
Alfredo joined GILLIG in February 2000. He was recruited from a major bus transportation
company, where he was a Quality Assurance Inspector in the Maintenance Department. He is
trained in Transit Coach Electrical Systems, Preventative Maintenance and Electronic Controls by
the Universal Technical Institute, Total Quality Management at the University of Texas; and is a
graduate of the Sequoia Automotive Institute. Alfredo has 21 years experience in military and heavy
equipment repair and service with 5 years worldwide travel with major corporations as a ground
support equipment technician. Alfredo lives near Austin, TX and covers the Southern Region.
SANG TRAN - Field Service Representative
Sang has been with GILLIG since March, 1997. He first began in Dept 04, then transferred to the
Labor Pool in 1998. In the following years, he worked throughout all the departments in the plant
and spent most of his time in Dept 03 (Electrical). In mid -2001, he became a Field Service
Representative and relocated to Fairfax County in Virginia. Before joining GILLIG, he worked for
Morehouse Foods Co. in Emeryville, CA. As a lead machinist, he oversaw the high volume of
bottling, labeling, capping machines, and performed all electrical troubleshooting problems as
required.
BO VONGAMATH — Technical Service Advisor
Bo has been with GILLIG since January of 1999. He worked 2 years in the Labor Pool, 3 years in
the Electrical Department and 4 years as a Quality Inspector in the Field Service Department. He
also received training on Allison Electric Drive, Certified ASE Refrigerant Recovery and Recycling.
Before GILLIG, Bo worked at Chuck E. Cheese as their Electronic Technician for 10 years.
E. ff a MEMO
01.2015
GILLIG maintains a fully experienced and qualified Engineering Department directed by
the Vice President of Engineering. The Engineering staff is involved in all design
requests and is also made available to the customer on request to assist in the
resolution of engineering or design problems that may arise within the scope of the
specifications during the production and /or warranty period.
The GILLIG Engineering Department is located in the manufacturing plant in Hayward,
CA and is available to assist the manufacturing process. The integrated staff performs
all vehicle engineering including the research and development of all systems integrated
on our vehicles.
All current products were designed and developed by GILLIG Engineering. Attached is
our staff description and organization.
GILLIG ENGINEERING ORGANIZATION
'Name
Function
Education
Background
G. Vismara
Vice President, Engineering
BSME
27 yrs industry experience
at Peterbilt, Loral Space
Systems & Gillig
R. Quebbeman
Manager, Specifications
Assoc. Degree
46 yrs industry experience
& Bill of Material
Mech. Engr.
bus and truck design - Mack,
International & Gillig
S. Vanderlip
Manager, Mechanical
BSETME,PE
29 yrs industry experience
Engineering
and at Peterbilt & Gillig
Systems
C. Ababseh
Mechanical Design
BSME
9 yr industry experience
Engineer Body & Interior
at Gillig
J. Abrew
Bill of Material Order H.S.
26 yrs industry experience
Technician
with Gillig
T. Agawa
Bill of Material Order
BSIT
24 yrs industry experience
Technician
at Gillig and Peerless Lighting
F. Andrade
Electrical Design Engineer
BSEE
2 yrs industry exp E-N-G
Mobile and Gillig
G. Chan
Project Engineer Mechanical
MSME
10 yrs industry experience at
Current Product Team Lead
Toyota/NUMMI & Gillig
V. Chan
Design Engineer
BSBSE
9 yrs industry experience at
Electrical Systems
Sharper Image Corp, & Gillig
T. Cheung
Sr. Mechanical Design EngineerMSME
9 yrs industry experience at
BAE Systems and Gillig
F. Cruz
Bill of Material Technician
BSC-Mgmt
15 years industry experience
at Gillig
J. Edmondson
Bill of Material Order
H. S.
36 years industry experience
Technician
Peterbilt & Gillig
J. Efron
Mechanical Design Engineer
BSME
5 mos. Industry experience
At Loral Space Systems and
Gillig.
S. Faria
Bill of Material Technician
BSBA
22 yrs industry experience
Mack, Xerox & Gillig
'Name
Function
Education
Background
S. Finley
Design Engineer
BSEE
23 yrs industry experience
Electrical Systems
at Georgia-Pacifc, Walk-
Haydel & Gillig
E. Fong
Mechanical Design Engineer
MSME
16 yrs industry experience,
Varian Medical System, BAE,
IBM and Gillig
C. Garcia
Electrical Design Engineer
BSECE
6 yrs industry experience
At Lawrence Livermore Lab,
Northrop Grumman & Gillig
V. Garcia
Electrical Design Engineer
BSEE
8 yrs industry experience
Auto, Defense and Semi-
Conductor Industries and
Gillig
J. Gatti
Mechanical Design Engineer
BSME
3 yrs industry experience at
Dial Engineering and Gillig
D. Hayashi
Project Engineer
BSME
26 yrs industry experience
Powertrain & Chassis
at Peterbilt & Gillig
A. Hirata
Design Engineer
BS EECS & NE
34 yrs industry experience
Electrical Systems
Mare Island Naval Shipyard,
Flex Products, Siemens
N. Hom
Designer - Body
Assoc. Degree
28 yrs industry experience
Interior
at FMC Ground Systems,
Bechtel & Gillig
K. Hong
Electrical Design Engineer
MSEE
13 yrs industry experience
at Ford Motor Co, Better
Place, Mission Motors,
Electric Vehicles International
& Gillig
J. Kacinski
Designer Electrical
Assoc. Degree
31 yrs industry experience
Systems
at Peterbilt & Gillig
S. Loyd
Electrical Design Engineer
B.S. Physics
5 yrs industry experience at
Areias Systems
C. Lubas
Mechanical Design Engineer
BSME
12 yrs industry experience,
BAE and Continental AG and
Gillig
EJ Mariscal
Bill of Material Technican
HS
16 yrs industry experience at
Gillig
-------- — — ---------- — — ------- . ...... — � ME I! Em. I
Name
K. McKinlay
J. McKittrick
C. Miclea
B. Nguyen
H. Nguyen
J. Ocampo
V. Oreta
P.Pruscha
J. Ralleta
M. Reitz
Function
Designer -Body
Interior
CAD System Manager
Proj ect Engineer
Frame, Steering and
Front Suspension
Design Engineer
Electrical Systems
Proj ect Engineer
Brake, Air, and
Hydraulic Systems
Bill of Materials Technician
Administrative Assistant
Industrial Designer
Bill of Material Specialist
Dir. Electrical Engineering
Education
BSIT
BA- Architecture
BS /MS, ME
BSEE
BSMET
College
Business
College
BS Industrial
Design
H.S
BSME
M. Reynolds Bill of Material Release H.S.
Technician
G. Roderick Bill of Material Order AA
Technician
B. Rogers Mechanical Design Engineer BSME
J. Seei Bill of Material HS
Technician
Background
33 yrs industry experience
at Centerline Mfgr, Tonko,
& Gillig
38 yrs industry experience
at Mack & Gillig
41 yrs industry experience
in Europe and at Gillig
8 yrs industry at HP,
Kla- Tencor & Gillig
27 yrs industry experience
bus design at Gillig
26 years industry experience
at Gillig
34 yrs industry experience
at Farmers Insurance &
Gillig
30 yrs industry experience
at Peterbilt, Jaccuzi & Gillig
19 yrs experience Technology
Operations & Mgmt
experience at B of A,
Washington Mutual and Gillig
27 yrs industry experience at
Peterbilt, Fabco Automotive
And Gillig
18 yrs experience at Gillig
31 yrs industry experience
at Gillig
4 mo. Industry experience
At Gillig
18 yrs experience at Gillig
M. Shaieb Project Engineer BSME 33 yrs industry experience at
Technician BAE Systems & Gillig
Name
Function
Education
Background
C. Silva
Bill of Material
HS
29 yrs industry experience
Technician
at Gillig
G. Singh
Mechanical Design
BSME
7 yrs industry experience
Engineer, Body Exterior
International Cars & Motors,
and Gillig
H. Tuft
Project Engineer
BSME
9 yrs experience at
Powertrain
Electroglas Inc, & AutoCat
USA Inc.
J. Turner
Electrical Design Engineer
BSEE
5 mos. exp at Gillig
A.vanHaeften
Mechanical Design Engineer
BSME, PE
8 yrs industry experience at
Westinghouse, Park Hannifin
And Gillig
V.Verna
Dir. Electrical Engineering
MSEE, MBA
25 yrs industry experience
at Ford, Lear and Mercedes
K. Vorsatz
Mechanical Design Engineer
BSME
9 yrs industry experience at
BAE and Gillig
B. Wu
Design Engineer
BSEE
16 yrs industry experience
Electrical Systems
EIT
at Pulver Genau & Gillig
-------- — — ---------- — — ------- . ...... — � ME I! EN. I
AII."",,,,, / / /' ° ° %%' I1J, „ L.A/,,,,,,,;,30,'',,,,1 Il11,,,f
GILLIG stands behind the quality of our products and we have selected supplier
partners who share this belief as well. We have provided our GILLIG APPLICATION
FOR WARRANTY PROCEDURE which describes the process by which GILLIG
handles warranty claims. Normal warranty work (other than that work required to be
performed by sub - suppliers as discussed below) will be performed by the Agency's
maintenance department and reimbursed by Gillig at the documented warranty labor
rate. In the unlikely event that abnormal warranty is required, Gillig will work with the
Agency to resolve any such warranty projects which Agency believes should be
repaired directly by Gillig.
Due to the nature of some components and the associated warranties, GILLIG believes
that warranty work on the following should initially be managed by the sub - suppliers:
• Engine • Destination Signs
• Transmission • Surveillance Systems
• Air Conditioning Unit • Intelligent Transit Systems
• Axles • Batteries
GILLIG routinely assists customers in resolving warranty matters when local vendors
are unable or unwilling to provide necessary support by involving GILLIG's contacts
either at the local service facilities or through the component manufacturer's corporate
levels.
Feel free to contact our Field Service Department for assistance or if you have
questions:
Robert Birdwell,
Executive Director
(510) 264 -5075
GILLIG Service Department
25800 Clawiter Road
Hayward CA 94545
Post Office Box 3009
Hayward, CA 94540-3009
(510) 785-.1500,
FAX: (510) 785-6819
GILLIG APPLICATION FOR WARRANTY PROCEDURE
Please find enclosed the following:
1. GILLIG Instructions for Completing Application for Warranty Claim form;
2. Warranty Parts Ordering Procedure;
3. Parts Return Procedure
These procedures are covered in Field Service Bulletin FS-2013-01.
Thank you.
Sincerely,
GILLIG
Bob Birdwell
Executive Director, Quality & Service
R- 03.2013
GILLIG INSTRUCTIONS
FOR COMPLETING APPLICATION FOR WARRANTY CLAIM
Because GIL,LIG has to report each warranty claim to NHTSA in specific component
"buckets ", claims must have only one bus per claim and one defect per claim.
Sometimes we can process multiple buses per claim if all the VIN's & mileages are listed
and the failure and repair times are identical.
Because we use the information listed on the Applications for Warranty to detect failure
trends, and make improvements, failure descriptions such as "B.O." and "Inop" or
"Found Bad" will not suffice. The reason for removal and any troubleshooting
procedures should be included to help expedite claims. We prefer the Repair Order be
attached to the claim.
Warranty repairs exceeding standard repair times should have prior authorization to
prevent large cuts in reimbursement. To obtain prior authorization, please call the
Warranty Administrator at 510- 264 -5078 between the hours of 6 AM and 2 PM (Pacific
Time).
Claims for normal replacement items, such as light bulbs, and mechanical adjustments
are not normally approved unless their failure was caused by a warrantable defect. In
addition, consumables such as belts, tires, brake linings and drums are not warrantable,
unless their failure was due to a warrantable defect of another component.
Warranty Claims should be submitted to GIL,LIG within thirty days of the date of failure.
Claims can be mailed in to GIL,LIG at:
GIL,LIG
25800 Clawiter Road
Hayward, CA 94545
ATTN: Warranty Administrator
Or emailed to: "warraniyclaimsgGILLIG.com ".
GIL,LIG will provide warranty claim forms when requested. Both `hard' claims and an
electronic version of the Application for Warranty form are available.
It is not necessary to use GIL,LIG pre - printed forms, but any form used will need the
following information:
1. Unique Claim Number (must be pre- approved by GIL,LIG Warranty).
2. Date claim is being filled out
3. Last six digits of the VIN
4. Coach Number
5. Bus Owner, or Bus Property Name
6. Date bus placed in Revenue Service
7. Odometer or Hub mileage at time of failure
8. Date of Failure
9. Where Repaired (if not at the owner's property)
10. If Claim concerns the Engine, the Engine Serial Number
11. If Claim concerns the HVAC, the Air Conditioning Unit Serial Number
12. If Claim concerns the Transmission, the Transmission Serial Number
13. Complete description of failure, (Repair Order preferred)
14. Were any parts used? (Yes or No)
15. Description of parts used with the GIL,LIG Part Number
16. Price of the part(s) unless provided by GIL,LIG
17. Number of parts used
18. Provide subtotal for each part
19. Total all the parts used for this claim
20. Provide contractual warranty labor rate
21. Number of hours worked
22. Multiply number of hours by the labor rate for the total labor claimed
23. Work done by outside firm or tow to be entered and copy of invoice attached
24. Total Sublet cost(s)
25. Total amount for the claim
26. If bus is in California and claim is emission - related, Engine Hours (from ECM or
hourmeter)
27. Name & Contact Information of warranty person to answer any questions of claim
28. Email or Phone Number for person having knowledge of claim
29. Name & Contact Information of person who submitted claim
30. Email or Phone Number for person who submitted claim
31. Address of where to send reimbursement or parts credit.
See copy of claim with corresponding numbers to indicate where to put the above
information on Page 4.
GIL,LIG will pay at the direction of the bus owner, not the hired contractor or repair shop,
until and unless the bus owner directs it.
GIL,LIG cannot pay an invoice not made out to GIL,LIG, unless listed as a sublet on the
claim.
DATA #2
BUS OR COAC NO #4
IN SERVICE DA T"E 0
DATE I FAILURE *8
A)C
SE WAL # #. It I
MMXPISE, nEPAIFil; PIEQ�PAEDANDAFTACIl 00PY' OF REP-1kin OFIDER #13
(Elf SCROPTK")N OF FA I LURE `AlJST8E SPEDIFIC)
PAFITS, U,' Eir.) #14
F"R ICE
Q71Y
PR CHIICE
(.)� ED
SUBI 07AL
............ 1-1-1- ............ 1-1-1- ............ ............
15
.... .. ........... .......... ..
#16 #17
....... ... .........................
#18
PAV TTS f'o T AL
S
#19
...............................................
...... ...... ...... ...... ...... ...... ...... ...... ........ ......
#20 ;0211
LAB/C,),R WE NNNNNNNNNNNNNNNNNNNNNNNNNNNN 00000 0 00000000000000000000000000000000000000000 ...............
t-,xBoP TCTN,�
#2 �2
2
SUN-F-T (A-FrACHED (NVOICEFOOPIES)
F3 0 74
—TCYTAL
#23
.. ... ... ................................ ... ....
GRAND T,)TAL
#274
NOTF-� WCALIFORNIABUS, NEE f0l E NG IINF.'�' HiCX S Rs Pqom
#26
Ajr.TPf`)RAD0lV0-NA I`NP0 #27
F-IMAIL ADDRESS(IES)
. .................... ................................
SIJE',A)UTTED GY'l PROPERTY NAIME
E44AILADURflESS(ES)
Rt IMDD J RSEPJE-�' N7 PIAPAE AIP,901 ADDREIS,5 (IF MF FIE REN 7 F ROM ASOVE)
E-IMAIL ADCYRESSIIES)
NOTE. Worropty wM be donled it the dolootive, meAWat Is not received by GlILUG, wNit n 30 days of the t ure date,
WARRANTY PARTS ORDERING PROCEDURE
1. Determine part(s) being ordered by referring to the parts manual for the specific
bus in question. If the part can't be found or isn't listed, you can call GIL,LIG's
Warranty Parts Specialist at 510- 264 -5076 or Warranty Administrator at 510 -264-
5078.
2. Call or email the Warranty Parts Specialist, (510- 264 - 5076), between the hours of
5:00 am and 3:30 pm, Pacific Time during the work week, or email the request to
"warrantypartsg,GILLIG.com ". Be prepared to provide the following information:
A. GIL,LIG part number
B. Quantity
C. Description of part (pump, motor, etc.)
D. Last 6 digits of VIN
E. Mileage at failure
F. Description for failure
3. If bus is within the base bus warranty, GIL,LIG will ship the warranty part(s) to
your location. Parts will be sent prepaid, best way, (normally second day). If the
part is needed there the next day, it can be sent overnight and the difference of
shipping cost will be charged back.
A goldenrod copy of the "Sales Order /Return Authorization" form will be mailed,
and should be returned with the defective part(s). Defective parts should be sent to:
GIL,LIG LLC
ATTN: RGA4
25800 CLAWITER ROAD
HAYWARD, CA 94545
PARTS THAT ARE REQUESTED TO BE RETURNED SHOULD BE SENT WITHIN
30 DAYS. IF THE PART(S) IS NOT RETURNED WITHIN THAT TIME, THE COST
WILL BE INVOICED BACK.
4. If the bus is outside the base bus warranty, but the failed component still has
warranty due from the supplier, the part will need to be purchased from GIL,LIG's
Parts Department, which can then be claimed on an "Application For Warranty"
form. GIL,LIG will roll that over to the supplier, and whatever reimbursement the
supplier makes will then be forwarded to the end user.
PARTS RETURN PROCEDURE
1. Defective part(s) should be returned to GIL,LIG within 30 days of receipt of
GIL,LIG's Return Goods Authorization, (RGA).
2. All parts should be capped or plugged to prevent leakage, if applicable. Excess dirt
or grease should be removed to facilitate handling.
3. Parts should never be sent "COD ". GIL,LIG may provide a call tag, or the
shipping cost can be included on the Application for Warranty.
4. Part(s) must be tagged with the following information:
A. Last 6 digits of VIN
B. Date in Service & Mileage at Failure
C. Concise reason for removal
D. Bus Ower's Name/Name of Transit
5. Goldenrod copy of SALES ORDER/RETURN AUTHORIZATION must be
included with part(s).
6. Either the goldenrod copy of GIL,LIG's Application for Warranty form, or a copy
of whatever warranty claim form is used should come back with the part(s).
't Mi
LO
L TA I III �a"
GH I IG receinfly made a siginfficaint uinvestmeint liirn our )w is )usiiness wiUh Uhe Ilpurrull ase of Uhe � 08,000 sq ft
wardhouse aind offic Ik�)IuHdfing from CateqpflU, located aloing II hg[may 92 Ph is lis a hue "dass A" fadfly, wiUh
6g[fl dodks, 35'cleai Il urruyll fl, a two levd smaH Ipaids mezzaitine, aind a great locafloin oinly U4 rnfle away. Phe
inew facdRy wfll allow us to IluOter serve our aflerinadket customers v Uhs larger, more effideint wardhouse
mm���
GILLIG supplies service parts to customers through our Parts Division, located at
the same address in Hayward, California. All parts are produced to our original
vehicle specifications and are either manufactured in -house or purchased to our
drawings from OEM's.
GILLIG relocated and expanded the Parts Division warehouse and offices into a
new facility adjoining our main manufacturing plant. The new facility has five
times more storage space than was previously available. This allows us to increase
stocking levels and improves order filling speed and accuracy.
GILLIG is proud to advise that all parts (100 %) are stocked in the U.S. in our
Hayward facility. We do not stock parts in other countries.
All in -stock bus -down orders received by 4:00 p.m. PST are shipped the same day
(2nd day air freight at no charge or next day air, at your expense).
All backordered requirements are shipped within 24 hours of receipt from the
vendor.
All orders are shipped UPS 2nd day air, freight prepaid at no charge to you
(subject to UPS size and weight limitations).
Our current order response is - 92% of all transit bus orders received are shipped
within 48 hours and the percentage rises to 96% in an additional 72 hours
(excluding weekends) and 99% within 3 working days. We anticipate our
performance will be better in our new facility because of the improved efficiency
and increased stocking levels. Bar coding of parts and locations is now in place for
on -line inventory control and purchasing.
GILLIG's response to customers' parts requests has improved substantially in the
last 3 or 4 years, with most of the improvements coming in the last year. We are
committed to continue improving our service parts response and support in the
future.
GILLIG's simple bus designs, as well as our parts service programs, help you
control your parts cost. Common industry parts, flat skirt panels, and American
supplied components, such as Meritor/Rockwell axles, help reduce your parts
costs. Our increased warehouse stocking levels in Hayward and our second day air
shipments at no charge help you reduce your inventory costs as well.
Boa
GILLIG's Part Division is committed to the same GILLIG mission and goal of
customer satisfaction and friendly service. We are proud of our on time delivery at
competitive pricing. GILLIG's customers are not only impressed with the
performance and quality of our buses but they are also pleased with our overall
parts support and our quick and accurate parts deliveries. We request that you call
the following representative customers and ask about our unmatched performance.
Honolulu (Oahu Transit Services)
Dwight Higa
Materials Manager
Phone: 808 - 848 -4483
St. Louis (Bi -State Develop
Diana Hill
Procurement Director
Phone: 314 - 923 -3084
Hampton (Hampton Roads Trans.)
Gary Brittingham, Buyer
Phone: 757- 222 -6042
Email: gbrittingham @hrtransit.org
Agency) Youngstown (WRTA)
Becky Koenig
Maintenance Director
Phone: 330 - 744 -8431
Salt Lake City (Utah Transit Authority)
Brad Shields
Buyer
Phone: 801 - 287 -3009
Pinellas Suncoast Transit Authority
(St. Petersburg, Florida)
Jody Sibley
Parts Manager
Phone: 727 -540 -1884
Jacksonville Transportation Authority (FL)
Martin Griffith
Manager of Inventory Control & Stores
Phone: 904 -598 -8734
Richmond (GRTC)
Kathy Hare
Purchasing Manager
Phone: 804 - 474 -9353
Email khare @ridegrtc.com
Ft. Wright, KY (TANK)
Wayne Bey
Purchasing Agent
Phone: 859- 814 -2142
Email: wbey @tankbus.org
Inter -City Transit (Olympia, WA)
Marilyn Hemmann
Procurement Manager
Phone: 360- 705 -5833
Boa
In order to provide the most comprehensive and most economical service possible,
GILLIG uses a central warehouse and compensates for distance by shipping
second day air. Consequently, the nearest parts warehouse to supply your service
parts needs is:
Central Location: GILLIG
25800 Clawiter Road
Hayward, CA 94545
Central Contact: Chuck O'Brien - Vice President, Parts Division
Eiji Kinoshita - Director of Sales - Parts Division
Regional Contacts: Western Region:
Norm Reynolds — Regional Sales Manager
Phone: 510- 785 -1500
FAX: 510- 785 -6819
Northeast Region:
Jerry Sheehan — Regional Sales Manager
Phone: 510- 329 -0320
Central Region:
Jim Ryan - Regional Sales Manager
Phone: 800 - 410 -8614
FAX: 513- 336 -9345
Midwest Region:
Chad Engel — Regional Sales Manager
Phone: 510- 362 -6916
Southwest Region:
Joe Saldana — Regional Sales Manager
Phone: 510- 303 -0202
Southeast Region:
Butch Sibley - Regional Sales Manager
Phone: 510 -589 -9430
Northwest Region:
Lee Petersen - Regional Sales Manager
Phone: 510- 264 -3801
:Imii M".W11.13
Parts Availability: Over 92% of all regular parts orders are shipped
within 48 hours of ordering and almost 97% within
3 days.
Freight Policy: Regular parts orders are shipped freight free and
normal shipments to Central and Eastern locations are
shipped 2nd day air, at no charge.
Availability Life: Replacement parts will be available for a period of
twelve (12) years after the date of purchase of your
coaches.
CUSTOMER SATISFACTION
The GILLIG Service Parts Division is committed to the same GILLIG mission and
goals of customer satisfaction and friendly service with reliable and durable
products that are also economical to use.
To justify the district's purchase of GILLIG products and to assist the district in
attaining its own goals, the Parts Division has established the following programs
and objectives.
Unit Down
Our objective is to expedite these orders and ship them within 24 hours. Unit
down orders receive the highest priority throughout our manufacturing,
purchasing, and shipping organizations, and can be accepted up to as late as 4:00
p.m. (Pacific time) and shipped same day if in stock. If the customer chooses,
these orders can be shipped overnight at customer's cost.
Inventory
GILLIG maintains an extensive, continually growing, inventory of genuine
GILLIG and OEM parts, in our central warehouse. All locations and parts are bar
coded for accuracy and quick response. Computer programs monitor usage and
minimum stocking levels in real time so as to maximize parts availabilities. We
also stock or can get, common non - GILLIG parts.
Parts Lists
We can prepare, on request, a recommended initial stocking list of expected high
usage or long lead -time parts for the vehicles proposed. A detailed price list is also
available with the recommended initial stocking list.
Boa
Hot Line
GILLIG has a toll -free telephone number to enable customers to contact us at no
charge for advice, explanations, recommendations or orders.
Personalized Service
To provide better service, representatives are assigned to specific accounts so that
they can provide personal service while also providing account familiarity, history
and consistency.
Regional Coverage
Regional Sales Managers are available to visit customers to assist in all facets of
this business, including problem solving, introducing new kit and parts
availabilities and making recommendations.
Troubleshooting
We also provide a troubleshooting service; if you can't find a part, call your
representative and we'll find it for you, if possible, and even stock it in the future
if your demand warrants it.
3 -9 -15
uow
PACKAGE 1: TECHNICAL PROPOSAL REQUIREMENTS
3. Technical Proposal
f. If bus height is over 132 inches, documentation of overall height
Please reference our attached engineering drawing with bus height shown for both the
CNG and DIESEL transit vehicles.
The GILLIG CNG Low Floor Heavy Duty Transit bus height exceeds 132 ".
PACKAGE 1: TECHNICAL PROPOSAL REQUIREMENTS
3. Technical Proposal
g. Fresh Air Intake System drawings and design information, include any
available options
The 20% fresh air feature is included in our proposal with the Thermo King HVAC
system. The fresh air system adds a fresh air opening in the return air cavity of the
HVAC unit. The opening is located in front of the heater and evaporator coils in the
HVAC unit. A duct system draws outside air from the curbside of the bus to the fresh air
opening. The sizing of the opening and the duct system is set to allow 80% of the air
drawn into the HVAC system by the blower motors to come from the return air grille (
interior air) and 20% of the air to be drawn in from outside the bus (fresh air). This fresh
air is then conditioned and cooled or heated as required. We have provided installation
drawings for your review.
g q U Ra Q
NNNNONNN� ^^�W.�.�_i0 w
Wy �/� Z H o
CD
R Ut= GQ ILV�w ILpFKZ ZOO Z 0
F o WH Zo U� I
g "_ \Q�Z�WJJ�O4 D& SAW ti w
"a �Jw zI �0 Z�0ZQ ; S r ti
a IQa�w� & ¢Q
.N. a 9 a nHgQ�UaWJ3WW - �� 40
> sea ° v �w3N�21�Uz ao� o
R • t OW LW Fti o�yQ
Bg ° JIw40FX Wxy��`�
rc 4 1 0 Q (nU UQry�WIiN�w�3�ry�/
J0Z`� i
$ ff ff ff ff ff w W3aWaL (U j I mw _
LL
UZ� J I JC4 A ra
oFXa �aWW��Fad
\OJNHQaAc 11
cu © 31I�liu(h�1ZILILJ4 4c 8e
w
~ 071
0008;;0° °0000000 � °�
N (U
pq
o �Nm°I�n mi u�0i vi0i�mmmm
m.., ,., m p� � g
n�NN N N N NNNIA InNN.rNNNN
w g © aaa wa Ng x81 �
0 N :°maon 'V'vmNN1
ON
4 > > ® J
0 0
0 W
q
U v
. 0 w N
F
z
m
z
a � w
roa
Y Z
� W J � f
R Q W
ab QZ W.~.
W 4 W w 1p R
mw W W
3
lw
0O w O W
w
Z U W ow m
h .Z.m Q O Q
wo a xnw
Aw " W MQ N
N q
O Z a F Q Z
ir
it a3y 3
ooZ eoa
CD S J q S
J Z o � q J ti
.<o W J
M Gi r~„alwaI w
o
0 '04
z a a
cs
eee ®® ®®
LO
N
d
lD
x
w
o
z
w N
W
N 0
A OD
7 7
e 0
a
q U m I Q
Q U Fa
Q
- O
`D r
co w
W
Z
o O
dia
\ �D
I
0
0
w
o�
�
p 8 4
O O O
F I-
o p
m
a ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑
�] -
o o
❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑
" R
❑ ❑ ❑❑❑❑❑❑❑
°Qopowd -
❑ ❑ ❑ ❑ ❑ ❑ ❑❑
_ ❑ ❑ ❑ ❑ ❑ ❑ ❑
❑ ❑ ❑ ❑ ❑ ❑
z =
1:11:11:111 ❑ ❑
z
cu
❑❑❑❑
w O
❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑
❑ ❑ ❑ ❑ ❑ ❑
❑ ❑ ❑ ❑ ❑ ❑
z
z O
� Y
W U
H
S _ �
07
Qii
Q= Q Ul0
�
�OwN-
Vl
N
O
z
Ell
pp p
�DDppOppDppOL]DODDOppDppDOppDppD
9OD9OD9999gDgDg99DDDDDDD
DDDDgpDgpDgOgg DDDpDDD
gg
DD ®� ®OODDOOpap��Opp�O
DDD ppppppDDDDL]DDppDp
�
pp DL]DpppDDDDL]DD
ODDDDL]Dgg[pgg]gg
popopo
...pDpD�000_
0p�p����p ®�
gggg �GDO
_ ODgDgDpDO��gDO
�
as O9p�D�D�D�OL]DO ��D9�
DDDD D DpoDpoDDppp pp
DD
DDDDOOa000DD 998H8
pppp90pp�pp���
N OOL]DOO
N
O
4
CNG Tank Sizes and Capacities
Quantity Diameter Length Liquid Capacity SCF Fuel Weight DGE
4 16" 85" 12,902 cubic inch 2201 102 Lbs 15.8
4 16" 120" 18,802 cubic inch 3208 148.5Lbs 23.1
Type 3 Tanks
Configuration 1
Front row: Four tanks 16" diameter x 120"
length Rear row: Four tanks 16" diameter
x 85" length
Total Capacity: 21,636
SCF 10021bs of fuel
Diesel equivalent gallons: 155
Range per cycle (Based on Altoona Test Estimates)
40' Bus
CBD
471 miles
Arterial
605 miles
Commuter
943 miles
Overall Average
594 miles
Idle Consumption
142 hours
Useful Life
20 years
All range estimates are based upon the fuel economy estimates below:
Fuel Economy Estimates (Based on Altoona Test Estimates)
Diesel
CNG
CBD
.53 Miles /lb
Arterial
.68 Miles /lb
Commuter
1.05 Miles /lb
Average
.66 Miles /lb
Idle
6.33 Lbs /hour
Diesel
Gas
3.10 mpg
2.78 mpg
3.98 mpg
3.57 mpg
6.21 mpg
5.52 mpg
3.91 mpg
3.47 mpg
1.074 galihour
CNG TANK PROTECTION
Gillig CNG tank fairings developed with and fabricated from Performance Composites use a
composite core construction technique. Composite core construction uses a layer of honeycomb
core sandwiched between two thicknesses of laminated fiberglass. This sandwich construction
can be both lighter and stronger than a conventional construction made with only solid fiberglass
laminates. The cored fiberglass also has tremendous impact strength to absorb impact. Testing
has proven that honeycomb core materials have better memory enabling them to spring back into
shape after a concussion. These sandwiched laminates are structural and create a continuous
wall system to ensure CNG tank protection.
Colorado
liiiiiiiiiiiii « »
CER 14.6 Certificate of Compliance with Bus Testing Requirement
The undersigned certifies that the vehicle offered in this procurement complies and will, when delivered,
comply with ,49 USC § 5323(c) and FTA's implementing regulation at 49 CFR Part 665 according to the
indicated one of the following three alternatives.
Mark one and only one of the three blank spaces with an "X."
1. *X The buses offered herewith have been tested in accordance with 49 CFR Part 665 on
SEE BELOW (date). If multiple buses are being proposed, provide additional bus testing
information below or on attached sheet. The vehicles being sold should have the identical
configuration and major components as the vehicle in the test report, which must be submitted
with this Proposal. If the configuration or components are not identical, then the manufacturer
shall provide with its Proposal a description of the change and the manufacturer's basis for
concluding that it is not a major change requiring additional testing. If multiple buses are being
proposed, testing data on additional buses shall be listed on the bottom of this page.
2. The manufacturer represents that the vehicle is "grandfathered" (has been used in mass
transit service in the United States before October 1, 1988, and is currently being produced
without a major change in configuration or components), and submits with this Proposal the
name and address of the recipient of such a vehicle and the details of that vehicle's configuration
and major components.
3. The vehicle is a new model and will be tested and the results will be submitted to the Agency
prior to acceptance of the first bus.
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 Department of
Transportation's regulation on Program Fraud Civil Remedies, 49 CFR Part 31. In addition, the undersigned
understands that FfA may suspend or debar a manufacturer under the procedures in 49 CFR Part 29.
Company name: GILLIG LLC
Name and title of the Proposer's authorized official:
JOSEPH POLICARPIO, VICE PRESIDENT
MARCH 19, 2015
Authorized Signature Date
NOTE: REFERENCE OUR ATTACHED CERTIFICATION,
ALTOONA TEST REPORTS
LOW FLOOR 29' DIESEL - JUNE 2000
LOW FLOOR 35'/40' DIESEL - DECEMBER 2004
LOW FLOOR 29' CNG - JANUARY 2012
LOW FLOOR 35740' CNG - SEPTEMBER 2013
48
CMPC-15-LTB-RFP January 2015
Z
Idmam
This is to certify that the bus model proposed for your procurement complies with
the bus testing regulations required by the Surface Transportation and Uniform
Relocation Assistance Act of 1987 as defined in the Interim Final Rulemaking
(IFR) by the FTA in the Federal Register 49 CFR Part 665, dated July 28, 1992.
This statement means that the proposed vehicle complies with one or more of the
clauses below, as required by the above IFR:
* was in mass transportation service prior to September 30, 1988, or
is the same vehicle model that has been previously tested in PTI (Altoona),
and that
* any new component(s) has (have) been tested at PTI (Altoona), or
the installation of any new component(s) did not result in significant
structural modification to the vehicle; or
the installation of the component(s) did not result in a significant change in
the data obtained from previous testing of the vehicle model.
GILLIG LLC
By
JOSEPH POLICARPIO
TITLE VICE PRESIDENT
DATE MARCH 19.2015
8/08
EMM 1111,,,,O rktf`` Illl Illl ,,,OO Illy
TESTING AND DESIGN OPERATING PROFILE VALIDATION
Structural Analysis Validation - Completed
• Design Load Calculations
• Design Codes (interior lighting, driver's visibility, etc.)
• Design FMVSS Requirements
• Stress Calculations
• Finite Element Analysis
• Computer Simulations
Component Application Analysis - Completed
• Component Selections
• Component Application Approvals
• Computer Simulations
Physical Validation Testing — Most Current Completion Date
• Optimization of Ride and Handling — 2011
• Vibration Tests —2010
• Turning Radius Tests — 2011
• Engine Manufacturer Approvals
• Cummins IQA Approvals 2007
• Cummins IQA Approvals 2010
• Cummins IQA Approvals 2013
• Cummins IQA includes engine /emission system installation
approval, cooling system validation and compliance with electrical,
AEB's.
• Strain Gauge Validation — 2005
• Loaded Road Dynamic Stress Test — 2006
• TRW Steering Geometry Test — 1998
• Crashworthiness Test — 1998
• Thermo King Performance Test — 2010
• Amerex Installation Certifications — 2013
• Altoona Test 40' Diesel Bus Complete (ISM/Voith) — December 2004
• Altoona Test 40' Hybrid Bus Complete (ISB /EV40) — October 2004
• Altoona Test 29' Diesel Bus Complete (S40 /13300) — June 2000
• Altoona Test 40' Hybrid Bus Complete (ISL /Voith Hybrid) — 2010
• Altoona Test 40' CNG Bus Complete (ISLG /B400R) — May 2011
• Altoona Test 29' CNG Bus Complete (ISLG /B400R) — January 2012
• Altoona Test 40' BAE Hybrid — July 2012
• Altoona Test 29' ISL —June 2010
• Altoona Test 40' CNG /Disc Brake — June 2013
EMM 1111,,,,0 °%' !f` Illl Illl ,,,OO Illy
TESTING AND DESIGN OPERATING PROFILE VALIDATION
• FMVSS 121 Testing —Brakes
0 2002 29 Ft. Low Floor Drum Brakes
0 1999 29 Ft. Low Floor Drum Brake
0 1998 40 Ft. Low Floor Drum Brake
0 1997 40 Ft. Low Floor Drum Brake
0 2011 40 Ft. Low floor Drum Brake 27,000 Rear GAWR
0 2013 40 Ft. Low floor Meritor Disc Brakes
• Transmission Installation Approval & Cooling Tests
• Allison 2007, 2010, 2013
• Voith 2007, 2010, 2013
• ZF 2007, 2010, 2013
• Kidde Fire Suppression Installation Approval 2013
• Fogmaker Fire Suppression Installation Approval 2013
• Fire Trace Fire Suppression Installation Approval 2013
10 -14 SV
STURAA TEST
12 YEAR
500,000 MILE BUS
from
GILLIG CORPORATION
MODEL 29' LOW FLOOR
JUNE 2000
PTI- BT- R9922 -06 -00
PENNSTATE
OWLI
qw
The Pennsylvania Transportation Institute
201 Research Office Building (814) 865 -1891
The Pennsylvania State University
University Park, PA 16802
Bus Testing and Research Center
6th Avenue and 45th Street (814) 949 -7944
Altoona, PA 16602
TABLE OF CONTENTS
P. age
EXECUTIVE SUMMARY ............................. ............................... 3
ABBREVIATIONS.................................. ............................... 5
BUSCHECK -IN .......... ............................... I. I ....................... 6
1. MAINTAINABILITY
1.1 ACCESSIBILITY OF COMPONENTS AND SUBSYSTEMS ................... 16
1.2 SERVICING, PREVENTATIVE MAINTENANCE, AND REPAIR AND
MAINTENANCE DURING TESTING ..... ............................... 19
1.3 REPLACEMENT AND /OR REPAIR OF SELECTED SUBSYSTEMS ........... 24
2. RELIABILITY - DOCUMENTATION OF BREAKDOWN AND REPAIR
TIMES DURING TESTING ........................ ............................... 29
3. SAFETY - A DOUBLE -LANE CHANGE (OBSTACLE AVOIDANCE TEST) ............... . . 32
4. PERFORMANCE - AN ACCELERATION, GRADEABILITY, AND TOP
SPEED TEST .................................. ............................... 35
5. STRUCTURAL INTEGRITY
�.`>��:i>11�17 7`L�I :7a�►C ■ s ►��IL�I 9:i1I4l11l7T1�
6. FUEL ECONOMY TEST - A FUEL CONSUMPTION TEST USING AN
APPROPRIATE OPERATING CYCLE .............. ............................... 79
7. NOISE
7.1 INTERIOR NOISE AND VIBRATION TESTS ............................. 94
7.2 EXTERIOR NOISE TESTS ............ ............................... 100
SHAKEDOWN TEST .................. ...............................
39
5.2
STRUCTURAL STRENGTH AND DISTORTION TESTS - STRUCTURAL
DISTORTION ....................... ...............................
43
5.3
STRUCTURAL STRENGTH AND DISTORTION TESTS - STATIC
TOWING TEST ...................... ...............................
54
5.4
STRUCTURAL STRENGTH AND DISTORTION TESTS - DYNAMIC
TOWING TEST ...................... ...............................
56
5.5
STRUCTURAL STRENGTH AND DISTORTION TESTS
- JACKING TEST .................... ...............................
59
5.6
STRUCTURAL STRENGTH AND DISTORTION TESTS
- HOISTING TEST .................... ...............................
61
5.7
STRUCTURAL DURABILITY TEST ...... ...............................
64
6. FUEL ECONOMY TEST - A FUEL CONSUMPTION TEST USING AN
APPROPRIATE OPERATING CYCLE .............. ............................... 79
7. NOISE
7.1 INTERIOR NOISE AND VIBRATION TESTS ............................. 94
7.2 EXTERIOR NOISE TESTS ............ ............................... 100
EXECUTIVE SUMMARY
The Gillig Corporation submitted a model 29' Low Floor, diesel powered 28 seat/30-
foot bus, for a 12 year /500,000 mile STURAA test. The odometer reading at the time of
delivery was 32,867 miles. Testing started on November 1, 1999, and was completed on
June 5, 2000. The Check -in section of the report provides a description of the bus and
specifies its major components.
The primary part of the test program is the Structural Durability Test, which also
provides the information for the Maintainability and Reliability results. The Structural
Durability Test started on November 10, 1999 and was completed on May 10, 2000.
The interior of the bus is configured with seating for 28 passengers including the driver.
Additionally, free floor space will accommodate 12 standing passengers resulting in a
potential load of 40 persons. At 150 lbs per person, this load results in a gross vehicle
weight of 27,360 lbs. The SL.W segment was performed at 25,590 lbs and the final
segment of the test was performed at a CW of 21,460 lbs. Durability driving resulted in
several failures that required unscheduled maintenance. A description of failures, and a
complete and detailed listing of scheduled and unscheduled maintenance, is provided in
the Maintainability section of this report.
The components covered in Section 1.3 (Repair and /or Replacement of Selected
Subsystems) along with all other components encountered during testing were found to
be readily accessible and no restrictions were noted.
The Reliability Section compiles failures that occurred during structural durability
testing. Breakdowns are classified according to subsystems. The data in this section are
arranged so that those subsystems with more frequent problems are apparent. The
failures are also listed by class as defined in Section 2. The test bus encountered no Class
1 or Class 2 failures. Of the twenty -two reported failures, twenty were Class 3 and two
were Class 4.
The Safety Test, a double -lane change maneuver was safely performed in both
right -hand and left -hand directions up to a maximum test speed of 45 mph. The
performance of the bus is illustrated by a speed vs. time plot. Acceleration and gradeability
test data are provided in Section 4, Performance. The average time to obtain 50 mph was
26.06 seconds.
The Shakedown Test produced a maximum final loaded deflection of 0.120 inches
under a distributed static load of 15,000 lbs. The test resulted in essentially no permanent
deformation of the structure. The Distortion Test was completed with all subsystems,
doors and escape mechanism operating properly. Water leakage observed during the test
at both lower corners of the windshield. The Static Towing Test was performed using a
target load (towing force) of 25,752 lbs. All four pulls were completed to the full target load
with no damage or deformation observed. The Dynamic Towing Test was performed by
means of a front lift tow. The towing interface was accomplished by chaining to the front
axle using a 4x4 wooden beam at the cross member for protection, The bus was towed
without incident and no damage resulted from the test. The manufacturer does not
3
recommend towing the bus from the rear, therefore a rear test was not performed. The
Jacking and Hoisting Tests were performed without incident. The bus was found to be
stable on the jack stands and the minimum jacking clearance, measured with a tire
deflated, was 5.6 inches.
A Fuel Economy Test was run on simulated central business district, arterial, and
commuter courses. The results were 3.18 mpg, 3.93 mpg, and 7.86 mpg respectively; with
an overall average of 4.10 mpg.
A series of Interior and Exterior Noise Tests was performed. This data is listed in
Section 7.1 and 7.2 respectively.
4
ABBREVIATIONS
ABTC - Altoona Bus Test Center
A/C - air conditioner
ADB - advance design bus
ATA -MC - The Maintenance Council of the American Trucking Association
CBD - central business district
CW - curb weight (bus weight including maximum fuel, oil, and coolant; but
without passengers or driver)
dB(A) - decibels with reference to 0.0002 microbar as measured on the "A" scale
DIR - test director
DR - bus driver
EPA - Environmental Protection Agency
FFS - free floor space (floor area available to standees, excluding ingress /egress areas,
area under seats, area occupied by feet of seated passengers, and the vestibule area)
GVL - gross vehicle load (150 lb for every designed passenger seating
position, for the driver, and for each 1.5 sq ft of free floor space)
GVW - gross vehicle weight (curb weight plus gross vehicle load)
GVWR - gross vehicle weight rating
MECH - bus mechanic
Mpg - miles per gallon
mph - miles per hour
PM - Preventive maintenance
PTI - Pennsylvania Transportation Institute
rpm - revolutions per minute
SAE - Society of Automotive Engineers
SCH - test scheduler
SEC - secretary
SLW - seated load weight (curb weight plus 150 lb for every designed passenger seating
position and for the driver)
STURAA - Surface Transportation and Uniform Relocation Assistance Act
TD - test driver
TECH
- test technician
TM
- track manager
TP
- test personnel
5
TEST BUS CHECK -IN
I. OBJECTIVE
The objective of this task is to log in the NBM, assign a NBM number, complete
the vehicle data form, and perform a safety check.
II. TEST DESCRIPTION
The test consists of assigning a NBM test number to the bus, cleaning the bus,
completing the vehicle data form, obtaining any special information and tools from the
manufacturer, determining a testing schedule, performing an initial safety check, and
performing the manufacturer's recommended preventive maintenance. The bus
manufacturer must certify that the bus meets all Federal regulations.
Ill. DISCUSSION
The check -in procedure is used to identify in detail the major components and
configuration of the bus.
The test bus has a front door equipped with a Ricon fold over handicap ramp
located forward of the front axle and a rear door located forward of the rear axle. The
engine type is a diesel fueled DDC S40 267 hp. The transmission is an Allison B300.
The measured curb weight is 6,530 lb for the front axle and 14,930 lb for the rear
axle. These combined weights provide a total measured curb weight of 21,460 lb.
There are 28 seats including the driver and room for 12 standing passengers bringing
the total passenger capacity to 40. Gross load is 150 lb x 40 = 6,000 lb. At full
capacity, the measured gross vehicle weight is 27,360 lb. This value was used for all
static tests.
0
VEHICLE DATA FORM
Bus Number: 9922
Arrival Date: 11 -1 -99
Bus Manufacturer: Gillig Corp.
Vehicle Identification
Number (VIN): 15GGE221 OXL090250
Model Number: 29" Low Floor
Date: 11 -1 -99
Personnel: B.L. & S.C.
WEIGHT:
Individual Wheel Reactions:
Weights
(lb)
Front Axle
Middle Axle
Rear Axle
Right
Left
Right
Left
Right
Left
CW
3,420
3,110
N/A
N/A
7,240
7,690
SLW
4,060
3,800
NIA
NIA
8,600
9,130
GVW
4,440
4,210
NIA
N/A
9,060
9,650
Total Weight Details:
Weight (lb)
CW
SLW
GVW
GAWR
Front Axle
6,530
7,860
8,650
13,220
Middle Axle
NIA
NIA
NIA
N/A
Rear Axle
14,930
17,730
18,710
21,000
Total
21,460
25,590
27,360
GVWR:34,220
Dimensions:
Length (ft/in)
3018.75
Width (in)
102.00
Height (in)
117.00
Front Overhang (in)
89.00
Rear Overhang (in)
117.25
Wheel Base (in)
162.50
Wheel Track (in)
Front: 86.00
Rear: 79.00
Bus Number: 9922 FDate: 11 -1 -99
CLEARANCES:
Lowest Point Outside Front Axle
Location: W/C frame
Clearance(in): 10.2
Lowest Point Outside Rear Axle
Location: Transmission
Clearance(in): 10.5
Lowest Point between Axles
Location: frame
Clearance(in): 12.5
Ground Clearance at the.center (in)
12.5
o Fixed
Front Approach Angle (deg)
8.6
Excel / with Guardian glazing / AS-3 66 -M972 DOT -22
Rear Approach Angle (deg)
8.2
1 1 Rear
Ramp Clearance Angle (deg)
9.2
Dimension of Each Door (in)
Aisle Width (in)
Front: 35.5 Center: 39.3
Rear: 41.1
Inside Standing Height at Center
Aisle (ft)
Front: 94.5 Rear: 77.4
0 Other
BODY DETAILS:
Body Structural Type
Semi- monocoque
Frame Material
Steel
Body Material
Aluminum 1 Fiberglass
Floor Material
Plywood
Roof Material
Aluminum with fiberglass skin.
Windows Type
o Fixed
❑ Movable
Window Mfg. /Model No.
Excel / with Guardian glazing / AS-3 66 -M972 DOT -22
Number of Doors
1 Front
1 1 Rear
Mfr. / Model No.
Front - Vapor / Slide Glide Rear - Vapor ! plug door
Dimension of Each Door (in)
Front- 32.0 x 74.6
Rear- 23.5 x 77.6
Passenger Seat Type
n Cantilever
1 0 Pedestal
0 Other
Mfr. / Model No.
American Seating 16468
Driver Seat Type
® Air
❑ Spring
❑ Other
(explain)
Mfr. / Model No.
USSC Group Inc. 19110- 100002 -066
Number of Seats (including Driver)
28 + 2 wheelchair positions
Bus Number: 9922 Date: 11 -1 -99
BODY DETAILS (Contd..)
Free Floor Space ( ftz ) 18.1
Height of Each Step at Normal Front 1. 15.0 2. N/A 3, NIA 4. NIA
Position (in)
Middle 1. NIA 2. NIA 3. NIA 4. NIA
Rear 1. 15.0 2. NIA 3. N/A 4, NIA
Step Elevation Change - Kneeling 3.0
(in)
ENGINE
Type
M C.I.
❑ Alternate Fuel
❑ S.I.
❑ Other (explain)
Mfr. / Model No.
DDC 1 S40 267 hp
Location
❑ Front
n Rear
❑ Other
(explain)
Fuel Type
❑ Gasoline
❑ CNG
0 Methanol
® Diesel
❑ LNG
El Other
(explain)
Fuel Tank Capacity (indicate units)
75 Gals.
Fuel Induction Type
m Injected
❑ Carburetion
Fuel Injector Mfr. / Model No.
DDC I S40 267 hp
Carburetor Mfr. / Model No.
NIA
Fuel Pump Mfr. / Model No.
DDC / S40 267 hp
Alternator (Generator) Mfr. / Model
No.
Delco -Remy / 1117863
Maximum Rated Output
(Volts / Amps)
24/270
Air Compressor Mfr. / Model No.
Bendix / 5003834
Maximum Capacity (ft' I ruin)
16.5 CFM @ 1250 rpm
Starter Type
9 Electrical ❑ Pneumatic
❑ Other
(explain)
Starter Mfr. / Model No.
Delco_Remy / 10479213
0
Bus Number: 9922 1 Date: 11 -1 -99
TRANSMISSION
Transmission Type
❑ Manual
o Automatic
Mfr. I Model No.
Allison / B300
Control Type
❑ Mechanical
0 Electrical
❑ Other
(explain)
Torque Convertor Mfr. / Model No.
Allison I B300
Integral Retarder Mfr. / Model No.
Allison / B300
SUSPENSION
F;;;;;r of Axles
2
Front Axle Type
❑ Independent
N Beam Axle
Mfr. 1 Model No.
Dana 1 S46LF
Axle Ratio (if driven)
NIA
Suspension Type
n Air
❑ Spring
❑ Other
(explain)
No. of Shock Absorbers
2
Mfr. / Model No.
Koni / 4298
Middle Axle Type
❑ Independent
❑ Beam Axle
Mfr. / Model No.
NIA
Axle Ratio (if driven)
NIA
Suspension Type
❑ Air
❑ Spring
❑ Other
(explain)
No. of Shock Absorbers
N/A
Mfr. / Model No.
N/A
Rear Axle Type
❑ Independent
® Beam Axle
Mfr. / Model No.
Rockwell I RS21145NFLF607
Axle Ratio (if driven)
5:13
Suspension Type
m Air
❑ Spring
D Other
(explain)
No. of Shock Absorbers
2
Mfr. / Model No.
Koni / 88 1457 SPI
10
Bus Number: 9922 Date: 11 -1 -99
WHEELS & TIRES
Front
Wheel Mfr./ Model No.
Alcoa 22.5 x 8.2517,300 lb x 120PSI
Tire Mfr./ Model No.
Michelin X / 275/70R22.5
Rear
Wheel Mfr./ Model No.
Alcoa 22.5 x 8.2517,300 lb x 120PSI
Tire Mfr.1 Model No.
Michelin X / 275/701322.5
BRAKES
Front Axle Brakes Type
® Cam
To Disc
0 Other (explain)
Mfr. / Model No.
Spicer 115x6 S -cam
Middle Axle Brakes Type
Q Cam
ra Disc
0 Other (explain)
Mfr. / Model No,
N/A
Rear Axle Brakes Type
® Cam
o Disc
© Other (explain)
Mfr. / Model No.
Meritor 1 16.5x7 Cast Plus S -cam
Retarder Type
N/A
Mfr. / Model No.
NIA
HVAC
Heating System Type
m Air
a Water
❑ Other
Capacity (Btu /hr)
94,000
Mfr. 1 Model No.
Thermo King 1 X426
Air Conditioner
o Yes
❑ No
Location
Rear
Capacity (Btu /hr)
104,000 @ 95 °F ambient
A/C Compressor Mfr. / Model No.
Thermo King / X426
STEERING
Steering Gear Box Type
Hydraulic gear
Mfr, / Model No.
TRW / TAS 65
Steering Wheel Diameter
20.0
Number of turns (lock to lock)
4.75
11
Bus Number: 9922 Date: 11 -1 -99
OTHERS
Wheel Chair Ramps
Location: Front door
Type: Fold over
Wheel Chair Lifts
Location: NIA
Type: NIA
Mfr. / Model No.
Ricon / na
Emergency Exit
Location: Windows
Roof hatch
Doors
Number: 6
2
2
CAPACITIES
Fuel Tank Capacity (gallons)
75 gals
Engine Crankcase Capacity (gallons)
7 gals
Transmission Capacity (gallons)
6.5 gals
Differential Capacity (gallons)
4.4 gals
Cooling System Capacity (gallons)
12 gals
Power Steering Fluid Capacity
(gallons)
3 gals
12
VEHICLE DATA FORM
B Number: 9922 Date: 11 -1 -99
List all sure harts, tools and manuals delivered with the Taus.
Part Number
Description
Qty,
82 -14654
Oil filter
2
53 -22412
Hydraulic filter
2
53- 35688 -OOON
Rear suspension shock
2
80- 37050 -OOON
Front shock
2
53- 27363 -001
Need release
1
1820479C1
Fuel filter
2
80- 37209 -OOON
Front Air Spring
2
53- 28088 -001
Mount Center Bonded
8
53- 21338 -000
Mount Engine Rear Cushy Float
2
53- 34748 -000
Mount Lower Muffler Mtg.
4
04- 36863 -000
Valve Suspension Height Control
2
53- 28088 -000
Center bonded mount
2
56- 07695 -000
Radiator tie rod bushing
16
53 -33621 -002
Insulator
2
53- 33621 -001
Insulator
2
08 -36629 -000
Front suspension bump stop
4
53- 21338 -000
Mount Engine Rear Cushy Float
2
13
COMPONENT/SUBSYSTEM INSPECTION FORM
FBus Number: 9922 Date: 11 -1 -99
Subsystem
Checked
Comments
Air Conditioning Heating and
Ventilation
✓
Body and Sheet Metal
✓
Frame
✓
Steering
✓
Suspension
✓
Interior /Seating
✓
Axles
✓
Brakes
✓
Tires/Wheels
✓
Exhaust
✓
Fuel System
✓
Power Plant
✓
Accessories
✓
Lift System
✓
Interior Fasteners
✓
Batteries
✓
14
CHECK - IN
G1LLC CORPORATION'S
MODEL 29' LOW FLOOR
15
1. MAINTAINABILITY
1.1 ACCESSIBILITY OF COMPONENTS AND SUBSYSTEMS
1.1 -I. TEST OBJECTIVE
The objective of this test is to check the accessibility of components and
subsystems.
1.1 -II. TEST DESCRIPTION
Accessibility of components and subsystems is checked, and where accessibility
is restricted the subsystem is noted along with the reason for the restriction.
1.1 -III. DISCUSSION
The components covered in Section 1.3 (Repair and/or Replacement of Selected
Subsystems) along with all other components were found to be readily accessible and
no restrictions were noted.
`P
ACCESSIBILITY DATA FORM
Bus Number: 9922 1 Date: 5 -19 -00
Component
Checked
Comments
ENGINE:
Oil Dipstick
✓
Oil Filler Hole
✓
Oil Drain Plug
✓
Oil Filter
✓
Fuel Filter
✓
Air Filter
✓
Belts
✓
Coolant Level
✓
Coolant Filler Hole
✓
Coolant Drain
✓
Spark 1 Glow Plugs
✓
Alternator
✓
Diagnostic Interface Connector
✓
TRANSMISSION:
Fluid Dip -Stick
✓
Filler Hole
✓
Fill through dip tube.
Drain Plug
✓
SUSPENSION
Bushings
✓
Shock Absorbers
✓
Air Springs
✓
Leveling Valves
✓
Grease Fittings
✓
WA
ACCESSIBILITY DATA FORM
Bas Number: 9922 Date: 5 -19 -00
Component
Checked
Comments
HVAC :
A/C Compressor
✓
Filters
✓
Fans
✓
ELECTRICAL SYSTEM:
Fuses
✓
Batteries
✓
Voltage regulator
✓
Voltage Convertors
✓
Lighting
✓
MISCELLANEOUS:
Brakes
✓
Handicap lifts /Ramps
✓
Instruments
✓
Axles
✓
Exhaust
✓
Fuel System
✓
OTHERS:
18
1.2 SERVICING, PREVENTIVE MAINTENANCE, AND
REPAIR AND MAINTENANCE DURING TESTING
1.2 -I. TEST OBJECTIVE
The objective of this test is to collect maintenance data about the servicing,
preventive maintenance, and repair.
1.2.-11. TEST DESCRIPTION
The test will be conducted by operating the NBM and collecting the following data
on work order forms and a driver log.
1. Unscheduled Maintenance
a. Bus number
b. Date
c. Mileage
d. Description of malfunction
e. Location of malfunction (e.g., in service or undergoing inspection)
f. Repair action and parts used
g. Man -hours required
2. Scheduled Maintenance
a. Bus number
b. Date
c. Mileage
d. Engine running time (if available)
e. Results of scheduled inspections
f. Description of malfunction (if any)
g. Repair action and parts used (if any)
h. Man -hours required
The buses will be operated in accelerated durability service. While typical items
are given below, the specific service schedule will be that specified by the
manufacturer.
A. Service
1. Fueling
2. Consumable checks
3. Interior cleaning
B. Preventive Maintenance
4. Brake adjustments
5. Lubrication
6. 3,060 mi (or equivalent) inspection
19
7. Oil and filter change inspection
8. Major inspection
9. Tune -up
C. Periodic Repairs
1. Brake reline
2. Transmission change
3. Engine change
4. Windshield wiper motor change
5. Stoplight bulb change
6. Towing operations
7. Hoisting operations
1.2 -111. DISCUSSION
Servicing and preventive maintenance were performed at manufacturer specified
intervals. The following Scheduled Maintenance Form lists the mileage, items serviced,
the service interval, and amount of time required to perform the maintenance. Table 1
is a list of the lubricating products used in servicing. Finally, the Unscheduled
Maintenance List along with Unscheduled Maintenance related photographs is included
in Section 5.7, Structural Durability. This list supplies information related to failures that
occurred during the durability portion of testing. The Unscheduled Maintenance List
includes the date and mileage at which the malfunction occurred, a description of the
malfunction and repair, and the time required to perform the repair.
4111
w
U
N
Z
w
N Z O
0 Q SS
(11 O
EL
c © O
IL J U
� tJl
O
w C5
U
Cl)
N
D
o
O
0
0
0
O
O
O
a
of
ao
4
W
D
o
©
o
©
o°
C)
0
06
4
Q
co
cz
co
co
(Z
co
FZ
_
0
0
a
o
o Co
co
ca
C13
cis
CO 4"" 'O
co
co
0W
(D
(D(D
a)
moo
0)a)
CD �
(D
Da)
:3m
(D
Z3
(D
o
o
o
o�
o
oo �
�
20
O
O
N
(1)
O 0 [—
O
(D
cz
O cEi
a) O N
N cz
43 cis
"i3
0).-
"0
0)--
'D
Oa . -
Cl)
"O
0)
cz
co
co
0 -a
Ri
w
(C
-Y O
Y O � �
.� (1)
-Y O
c-0
C:-0
-0
C.Q
c.0
c-0
r– -0
. J 2
J 2
J 2
J 2
._[ 2 U
J
J 2
w
U
>
�
cU
it
C
G
C
it
c a-
C
C
w
0
0
0
0
0
a
O
N
u
v
u
0 E
i
0
c
c
c
c
0
.w
-_
a
0-
cz
a:
cL U-
a
a
N
wJL
o
co
°o
i•^
N
d
LO
ai
6
r
T
r
cp
w
V
TJ
O
9
Q
O
Q
O
il-
N
to
C7
N
co
C)
Q
9
T
N
*-
N
9
7
T
T
{�
m
V
d
©
O
O
21
W
U
Z
C\l
Q
z0)
Wcy)
N H c:
.« Z_ 0
0 Q M
O
O)m
IL _!(-)
D 0)
W
U
cn
22
Ci
O
O
O
O
O
d°
et
z W
O
O
0
itS
i�
O
'O
E
I
O
�
cc
(TJ
U
c (
c 0
Q
�
sn U
w U
cn
0-0
`0 w
O
�(Z
a) cz
C
tti 23
cZ i
C .0
� ..0
W
U
�
�
c
W
0
0
to
0
0
CL
CL
CL
h— LU
�
v} W
C\
J
FW-
C
O
W
O
O
©
^� 1
i V
i
O
O
O
22
Table 1. STANDARD LUBRICANTS
The following is a list of Texaco lubricant products used in bus testing conducted by the
Penn State University Altoona Bus Testing Center:
Engine oil
Transmission oil
Gear oil
Wheel bearing &
Chassis grease
1: Is �il WE
#2112
#1866
#2316
#1935
23
TEXACO DESCRIPTION
URSA Super Plus SAE 30
Automatic Trans Fluid
Mercon]Dexron II
Multipurpose
Multigear Lubricant
EP SAE 80W90
Starplex Il
.3 REPLACEMENT AND /OR REPAIR OF
SELECTED SUBSYSTEMS
1.3 -I. TEST OBJECTIVE
The objective of this test is to establish the time required to replace and/or repair
selected subsystems.
1.3 -11. TEST DESCRIPTION
The test will involve components that may be expected to fail or require
replacement during the service life of the bus. In addition, any component that fails
during the NBM testing is added to this list. Components to be included are:
1. Transmission
2. Alternator
3, Starter
4. Batteries
5. Windshield wiper motor
1.3 -111. DISCUSSION
During the test, several additional components were removed for repair or
replacement. Following is a list of components and total repair /replacement time.
MAN HOURS
Hydraulic line 1.0
Left rear ABS valve 1.0
Left rear suspension wear pad, rubber
roller and hanger hardware 3.5
Two transmission cooler support brackets 2.0
Oil pan 2.5
Both front suspension stop blocks 2.0
Air governor 1.0
Both rear spring beams & leveling valves 4.5
24
Right rear maxi brake 2.0
Right side low beam lamp 1.0
Both rear air bags 1.0
At the end of the test, the remaining items on the list were removed and replaced.
The transmission /engine assembly took 19.0 man -hours (two men 9.5 hrs) to remove
and replace. The time required for repair /replacement of the four remaining
components is given on the following Repair and /or Replacement Form.
25
REPLACEMENT AND /OR REPAIR FORM
Subsystem
Replacement Time
Transmission
19.00 man hours
Wiper Motor
0.75 man hours
Starter
1.00 man hours
Alternator
2.00 man hours
Batteries
1.00 man hours
26
1.3 REPLACEMENT AND /OR REPAIR OF
SELECTED SUBSYSTEMS
STARTER REMOVAL AND REPLACEMENT
(1.00 MAN HOUR)
GENERATOR REMOVAL AND REPLACEMENT
(2.00 MAN HOURS)
Rvi
1.3 REPLACEMENT AND /OR REPAIR OF
SELECTED SUBSYSTEMS CONT.
ENGINE/TRANSMISSION REMOVAL AND REPLACEMENT
(19.0 MAN HOURS)
WIPER MOTOR REMOVAL AND REPLACEMENT
(0.75 MAN HOURS)
2. RELIABILITY - DOCUMENTATION OF BREAKDOWN
AND REPAIR TIMES DURING TESTING
2 -I. TEST OBJECTIVE
The objective of this test is to document unscheduled breakdowns, repairs, down
time, and repair time that occur during testing.
2--II. TEST DESCRIPTION
Using the driver log and unscheduled work order forms, all significant
breakdowns, repairs, man -hours to repair, and hours out of service are recorded on the
Reliability Data Form.
CLASS OF FAILURES
Classes of failures are described below:
(a) Class 1: Ph sical Safet . A failure that could lead directly to
passenger or driver injury and represents a severe crash situation.
(b) Class 2: Road Call. A failure resulting in an enroute interruption
of revenue service. Service is discontinued until the bus is replaced
or repaired at the point of failure.
©
Class 3: Bus ChaRge. A failure that requires removal of the bus from
service during its assignments. The bus is operable to a rendezvous
point with a replacement bus.
(d) Class 4: Bad Order. A failure that does not require removal of
the bus from service during its assignments but does degrade coach
operation. The failure shall be reported by driver, inspector, or
hostler.
2 -I11. DISCUSSION
A listing of breakdowns and unscheduled repairs is accumulated during the
Structural Durability Test. The following Reliability Data Form lists all unscheduled
repairs under classes as defined above. These classifications are somewhat subjective
as the test is performed on a test track with careful inspections every two hours.
However, even on the road, there is considerable latitude on deciding how to handle
many failures.
W
The Unscheduled Repair List is also attached to provide a reference for the repairs
that are included in the Reliability Data Forms.
The classification of repairs according to subsystem is intended to emphasize those
systems which had persistent minor or more serious problems. There were no Class 1 or
2 failures. Of the twenty Class 3 failures, nine occurred in the suspension system, seven
to the engine /transmission, two with the brakes, and one each to the body and frame.
These, and the remaining two Class 4 failures are available for review in the
Unscheduled Maintenance List, located in Section 5.7 Structural Durability.
RELIABILITY DATA FORMS
Bus Number: 9922 Date: 05 -04 -00
Personnel: Bob Reifsteck
Failure Type
Class 4
Class 3
Class 2
Class 1
Bad
Bus
Road
Physical
Order
Change
Call
Safet
Subs stems
Mileage
Mileage
Mileage
Mileage
Man
Hours
Down
Time
Suspension
3,022
3.50
3.50
5,616
2.00
2.00
6,918
4.00
4.00
7,183
4.50
4.50
7,810
2.00
2.00
13,299
0.50
0.50
13,299
250
250
13,299
0.50
0.50
13,977
1.00
1.00
Engine/Transmission
000
1.00
1.00
4,045
2.00
200
5,169
2.50
2.50
5,924
1.00
1.00
5,924
1.50
1.50
9,620
1.00
1.00
12,992
0.50
0.50
14,317
1.00
1.00
Brakes
566
1.00
1.00
9,620
2.00
2.00
Body
817
1.00
1.00
4,884
1.50
1.50
Frame
3,022
6.00
6.00
31
3. SAFETY .. A DOUBLE -LANE CHANGE
(OBSTACLE AVOIDANCE)
3 -I. TEST OBJECTIVE
The objective of this test is to determine handling and stability of the bus by
measuring speed through a double lane change test.
3 -I1. TEST DESCRIPTION
The Safety Test is a vehicle handling and stability test. The bus will be operated
at SLW on a smooth and level test track. The bus will be driven through a double lane
change course at increasing speed until the test is considered unsafe or a speed of 45
mph is reached. The lane change course will be set up using pylons to mark off two 12
foot center to center lanes with two 100 foot lane change areas 100 feet apart. The bus
will begin in one lane, change to the other lane in a 100 foot span, travel 100 feet, and
return to the original lane in another 100 foot span. This procedure will be repeated,
starting first in the right -hand and then in the left -hand lane.
3 -III. DISCUSSION
The double -lane change was performed in both right -hand and left -hand
directions. The bus was able to safely negotiate the test course in both the right -hand
and left -hand directions up to the maximum test speed of 45 mph.
32
SAFETY DATA FORM
Bus Number: 9922 Date: 3 -24 -00
Personnel: S.C., E,D. & R.H.
Temperature ( °F): 43
Humidity ( %): 68
Wind Direction: Calm
Wind Speed (mph): Calm
Barometric Pressure (in.Hg): 30.12
SAFETY TEST: DOUBLE LANE CHANGE
Maximum safe speed tested for double -lane change to left
45 mph
Maximum safe speed tested for double -lane change to right
45 mph
Comments of the position of the bus during the lane change:
A safe profile was maintained through all portions of testing.
Comments of the tire /ground contact patch:
Tire /ground contact was maintained through all portions of testing.
33
3. SAFETY
RIGHT - HAND APPROACH
LEFT - HAND APPROACH
34
4. PERFORMANCE - AN ACCELERATION, GRADEABILITY,
AND TOP SPEED TEST
4 -1. TEST OBJECTIVE
The objective of this test is to determine the acceleration, gradeability, and top
speed capabilities of the bus.
4 -11. TEST DESCRIPTION
In this test, the bus will be operated at SLW on the skid pad at the Test Track
Facility. The bus will be accelerated at full throttle from a standstill to a maximum
"geared" or "safe" speed as determined by the test driver. The vehicle speed is
measured using a Correvit non - contacting speed sensor. The times to reach speed
between ten mile per hour increments are measured and recorded using a stopwatch
with a lap timer. The time to speed data will be recorded on the Performance Data
Form and later used to generate a speed vs time plot and gradeability calculations.
4 -III. DISCUSSION
This test consists of three runs in both the clockwise and counterclockwise
directions on the Test Track. Velocity versus time data is obtained for each run and
results are averaged together to minimize any test variability which might be introduced
by wind or other external factors. The test was performed up to a maximum speed of
50 mph. The fitted curve of velocity vs time is attached, followed by the calculated
gradeability results. The average time to obtain 50 mph was 26.06 seconds.
35
PERFORMANCE DATA FORM
Bus Number: 9922
Date: 3 -24 -00
Personnel: S.C., E.D. & R.H.
Temperature ( °F): 44
Humidity ( %): 68
Wind Direction: Calm
Wind Speed (mph): Calm
Barometric Pressure (in.Hg): 30.12
Air Conditioning compressor -OFF
✓ Checked
Ventilation fans -ON HIGH
✓ Checked
Heater pump motor -Off
✓ Checked
Defroster -OFF
✓ Checked
Exterior and interior lights -ON
✓ Checked
Windows and doors - CLOSED
✓ Checked
ACCELERATION, GRADEABILITY, TOP SPEED
Counter Clockwise Recorded Interval Times
Speed
Run 1
Run 2
Run 3
10 mph
4.82
4.20
4.88
20 mph
8.16
7.16
8.17
30 mph
12.26
12.14
12.38
40 mph
18.73
18.64
19.38
Top Test
Speed(mph) 50
27.26
27.38
27.92
Clockwise Recorded Interval Times
Speed
Run 1
Run 2
Run 3
10 mph
4.39
4.57
4.32
20 mph
7.58
7.19
7.51
30 mph
11.58
11.85
11.38
40 mph
17.23
17.10
16.88
Top Test
Speed(mph) 50
2439
25.29
24.13
36
PERFORMANCE SUMMARY SHEET
BUS MANUFACTURER :Gillig Corporation
BUS MODEL :G22EL02E2
TEST CONDITIONS :
------------ - - - ---
TEMPERATURE (DEG F ) 44.0
WIND DIRECTION 0
WIND SPEED (MPH) .0
HUMIDITY (%) ; 68
BAROMETRIC PRESSURE (IN. HG) 30.1
BUS NUMBER :9922
TEST DATE :03/24/00
VEHICLE SPEED
AVERAGE
TIME (SEC)
- - - - --
MAX. GRADE
(MPH)
CCW DIRECTION CW
DIRECTION
TOTAL
-----------------------------------------------------------------
10.0
4.63
4.43
4.53
20.0
7.83
7.43
7.63
30.0
12.26
11.60
11.93
40.0
18.92
17.07
17.99
50.0
27.52
24.60
26.06
TEST SUMMARY :
-------- - - - - --
---___- -_____-- w--------------------
VEHICLE SPEED
TIME
-------------------------
ACCELERATION
- - - - --
MAX. GRADE
(MPH)
(SEC)
(FT /SEC -2)
M
1.0
.33
4.4
13.7
5.0
1.71
4.2
13.0
10.0
3.54
3.9
12.1
15.0
5.51
3.6
11.2
20.0
7.64
3.3
10.3
25.0
9.97
3.0
9.4
30.0
12.51
2.8
8.6
35.0
15.30
2.5
7.8
40.0
18.38
2.3
7.0
45.0
21.82
2.0
6.3
50.0
-----------------------------------------------------------------
25.68
1.8
5.6
NOTE : Gradeability
results were calculated from
performance
- - -- test data. Actual sustained gradeability performance
for vehicles
equipped
with auto transmission may be
lower than the values
indicated here.
37
0
•E N
N
Gy
•rr
00
C©D ►oC) d' co N
(ydw) paadS
38
CD
r
C)
m
LO
N
O
N
v
L N
CD
r �
I
EWI
5. STRUCTURAL INTEGRITY
5.1 STRUCTURAL STRENGTH AND DISTORTION TESTS -
STRUCTURAL SHAKEDOWN TEST
5.1 -1. DISCUSSION
The objective of this test is to determine certain static characteristics (e.g., bus
floor deflection, permanent structural deformation, etc.) under static loading conditions.
5.1 -I1. TEST DESCRIPTION
In this test, the bus will be isolated from the suspension by blocking the vehicle
under the suspension points. The bus will then be loaded and unloaded up to a
maximum of three times with a distributed load equal to 2.5 times gross load. Gross
load is 150 lb for every designed passenger seating position, for the driver, and for
each 1.5 sq ft of free floor space. For a distributed load equal to 2.5 times gross load,
place a 375 -lb load on each seat and on every 1.5 sq ft of free floor space. The first
loading and unloading sequence will "settle" the structure. Bus deflection will be
measured at several locations during the loading sequences.
5.1 -111. DISCUSSION
This test was performed based on a maximum passenger capacity of 40 people
including the driver. The resulting test load is (40 x 375 !b) = 15,000 lb. The load is
distributed evenly over the passenger space. Deflection data before and after each
loading and unloading sequence is provided on the Structural Shakedown Data Form.
The unloaded height after each test becomes the original height for the next test.
Some initial settling is expected due to undercoat compression, etc. After each loading
cycle, the deflection of each reference point is determined. The bus is then unloaded
and the residual (permanent) deflection is recorded. On the final test, the maximum
loaded deflection was 0.120 inches at reference point 9. The maximum permanent
deflection after the final loading sequence ranged from 0.000 inches at reference points
1, 6, 7 and 12 to 0.003 inches at reference points 4, 5, and 10.
39
STRUCTURAL SHAKEDOWN DATA FORM
Bus Number: 9922
Date: 11 -4 -99
Personnel: S.C. & E.L.
Temperature (OF): 68
Loading Sequence: ®1 ❑ 2 ❑ 3 (check one)
Test Load lbs : 15,000
Right
Front
of
Bus
Left
Top View
Indicate Approximate Location of Each Reference Point
Reference
Point No.
A (in)
Original
Height
B (in)
Loaded
Height
B -A (in)
Loaded
Deflection
C (in)
Unloaded
Height
C -A (in)
Permanent
Deflection -
1
0
-.021
-.021
-.003
-.003
2
0
.070
.070
.012
.012
3
0
.099
.099
.015
.015
4
0
.121
.121
.018
.018
5
0
.113
.113
.020
.020
6
0
.045
.045
.004
.004
7
0
.034
.034
.000
.000
8
0
.104
.104
.016
.016
9
0
.125
.125
.008
.008
10
0
.104
.104
.016
.016
11
0
.075
.075
.014
.014
12
0
-.042
-.042
-.003
-.003
40
STRUCTURAL SHAKEDOWN DATA FORM
Bus Number: 9922
Date: 11 -4 -99
Personnel: S.C. & E.L.
Tem erature °F : 70
Loading Sequence: © 1 m 2 ❑ 3 (check one)
Test Load Ibs . 15,000
EM,
Front
of
Bus
Left
Top View
Indicate Approximate Location of Each Reference Point
Reference
Point No.
A (in)
Original
Height
B (in)
Loaded
Height
B -A (in)
Loaded
Deflection
C (in)
Unloaded
Height
C -A (in)
Permanent
Deflection
1
-.003
-.021
-.018
-.003
.000
2
.012
.069
.057
.014
.002
3
.015
.102
.087
.017
.002
4
.018
.125
.107
.021
.003
5
.020
.115
.095
.023
.003
6
.004
.044
.040
.004
.000
7
.000
.034
.034
.000
.000
8
.016
.106
.090
.018
.002
9
.008
.128
.120
.008
.000
10
.016
.106
.090
.019
.003
11
.014
.078
.064
.016
.002
12
-.003
-.041
-.038
-.003
.000
41
5.1 STRUCTURAL SHAKEDOWN TEST
DIAL INDICATORS IN POSITION
TEST BUS LOADED TO 2.5 TIMES GVL
(1 5,000 LBS.)
W
5.2 STRUCTURAL STRENGTH AND DISTORTION
TESTS - STRUCTURAL DISTORTION
5.2 -I. TEST OBJECTIVE
The objective of this test is to observe the operation of the bus subsystems when
the bus is placed in a longitudinal twist simulating operation over a curb or through a
pothole.
5.2 -I1. TEST DESCRIPTION
With the bus loaded to GVWR, each wheel of the bus will be raised (one at a
time) to simulate operation over a curb and the following will be inspected:
1.
Body
2.
Windows
3.
Doors
4.
Roof vents
5.
Special seating
6.
Undercarriage
7.
Engine
8.
Service doors
9.
Escape hatches
10.
Steering mechanism
Each wheel will then be lowered (one at a time) to simulate operation through a pothole
and the same items inspected.
5.2 -III. DISCUSSION
The test sequence was repeated ten times. The first and last test is with all
wheels level. The other eight tests are with each wheel 6 inches higher and 6 inches
lower than the other three wheels.
All doors, windows, escape mechanisms, engine, steering and handicapped
devices operated normally throughout the test. The undercarriage and body indicated
no deficiencies. Water leakage was observed during the test at both lower corners of
the windshield. The results of this test are indicated on the following data forms.
43
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 9922 Date: 11 -9 -99
Personnel: K.D., J.P., S.C. & E.L. Temperature( °F): 69
Wheel Position : (check one)
All wheels level
19 before
o after
Left front
0 6 in higher
o 6 in lower
Right front
o 6 in higher
o 6 in lower
Right rear
o 6 in higher
o 6 in lower
Left rear
o 6 in higher
ci 6 in lower
Right center
o 6 in higher
o 6 in lower
Left center
o 6 in higher
o 6 in lower
44
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special Seating
No deficiencies.
• Undercarriage
No deficiencies.
cK Service Doors
No deficiencies.
* Body
No deficiencies.
® Windows/ Body Leakage
No deficiencies.
g Steering Mechanism
No deficiencies.
44
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 9922
Date: 11 -9 -99
Personnel: K.D., J.P., S.C. & E.L.
Temperature ('F),- 69
Wheel Position: (check one)
All wheels level
o before
o after
Left front
® 6 in higher
m 6 in lower
Right front
o 6 in higher
❑ 6 in lower
Right rear
0 6 in higher
o 6 in lower
Left rear
o 6 in higher
o 6 in lower
Right center
n 6 in higher
o 6 in lower
Left center
❑ 6 in higher
o 6 in lower
45
Comments
0 Windows
No deficiencies.
® Front Doors
No deficiencies.
® Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device / Special Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
0 Steering Mechanism
No deficiencies.
45
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 9922
Date: 11 -9 -99
Personnel: K.D., J.P., S.C. & E.L.
Temperature( °F): 69
Wheel Position : (check one)
Ali wheels level
❑ before
❑ after
Left front
❑ 6 in higher
❑ 6 in lower
Right front
o 6 in higher
❑ 6 in lower
Right rear
❑ 6 in higher
❑ 6 in lower
Left rear
❑ 6 in higher
❑ 6 in lower
Right center
❑ 6 in higher
❑ 6 in lower
Left center
❑ 6 in higher
❑ 6 in lower
46
Comments
* Windows
No deficiencies.
* Front Doors
No deficiencies.
* Rear Doors
No deficiencies.
* Escape Mechanisms/ Roof Vents
No deficiencies.
® Engine
No deficiencies.
* Handicapped Device/ Special Seating
No deficiencies.
* Undercarriage
No deficiencies.
® Service Doors
No deficiencies.
® Body
No deficiencies.
® Windows/ Body Leakage
No deficiencies.
® Steering Mechanism
No deficiencies.
46
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 9922
Date: 11 -9 -99
Personnel: K.D., J.P., S.0 & E.L.
Temperature(' F): 69
Wheel Position: (check one)
All wheels level
❑ before
❑ after
Left front
❑ 6 in higher
❑ 6 in lower
Right front
❑ 6 in higher
❑ 6 in lower
Right rear
m 6 in higher
❑ 6 in lower
Left rear
❑ 6 in higher
❑ 6 in lower
Right center
❑ 6 in higher
❑ 6 in lower
Left center
❑ 6 in higher
❑ 6 in lower
47
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• /Handicapped Device/ Special Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
Windshield leaks at both lower corners.
s Steering Mechanism
No deficiencies.
47
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 9922
Date: 11 -9.99
Personnel: K.D., J.P., S.C. & E.L.
Temperatureff): 69
Wheel Position : (check one)
All wheels level
❑ before
❑ after
Left front
❑ 6 in higher
❑ 6 in lower
Right front
❑ 6 in higher
❑ 6 in lower
Right rear
❑ 6 in higher
❑ 6 in lower
Left rear
® 6 in higher
❑ 6 in lower
Right center
❑ 6 in higher
❑ 6 in lower
Left center
❑ 6 in higher
❑ 6 in lower
48
Comments
* Windows
No deficiencies.
* Front Doors
No deficiencies.
* Rear Doors
No deficiencies.
* Escape Mechanisms/ Roof Vents
No deficiencies.
® Engine
No deficiencies.
® Handicapped Device/ Special Seating
No deficiencies.
* Undercarriage
No deficiencies.
;9 Service Doors
No deficiencies.
* Body
No deficiencies.
* Windows/ Body Leakage
Windshield leak at both lower corners.
0 Steering Mechanism
No deficiencies.
48
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 9922
Date: 11 -9 -99
Personnel: K.D., J.P., S.C. & E.L.
Temperature( °F): 69
Wheel Position : (check one)
Al wheels level
Q before
c after
Left front
❑ 6 in higher
s 6 in lower
Right front
❑ 6 in higher
❑ 6 in lower
Right rear
0 6 in higher
❑ 6 in lower
Left rear
116 in higher
❑ 6 in lower
Right center
❑ 6 in higher
❑ 6 in lower
Left center
❑ 6 in higher
❑ 6 in lower
49
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
Windshield leaks at both lower corners.
n Steering Mechanism
No deficiencies.
49
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 9922
Date: 11 -9 -99
Personnel: K.D., J.P., S.C. & E.L.
Tern perature( °F): 69
Wheel Position : (check one)
All wheels level
o before
o after
Left front
o 6 in higher
0 6 in lower
Right front
o 6 in higher
® 6 in lower
Right rear
o 6 in higher
a 6 in lower
Left rear
c 6 in higher
❑ 6 in lower
Right center
0 6 in higher
© 6 in lower
Left center
o 6 in higher
❑ 6 in lower
50
Comments
* Windows
No deficiencies.
* Front Doors
No deficiencies.
* Rear Doors
No deficiencies.
* Escape Mechanisms/ Roof Vents
No deficiencies.
® Engine
No deficiencies.
* Handicapped Device/ Special Seating
No deficiencies.
Undercarriage
No deficiencies.
* Service Doors
No deficiencies.
® Body
No deficiencies.
* Windows/ Body Leakage
Windshield leaks at both lower corners.
® Steering Mechanism
No deficiencies.
50
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 9922
Date: 11 -9 -99
Personnel: K.D., J.P., S.C. & E.L.
Temperature( °F): 69
Wheel Position: (check one)
All wheels level
0 before
❑ after
Left front
❑ 6 in higher
❑ 6 in lower
Right front
❑ 6 in higher
❑ 6 in lower
Right rear
❑ 6 in higher
m 6 in lower
Left rear
116 in higher
❑ 6 in lower
Right center
❑ 6 in higher
❑ 6 in lower
Left center
❑ 6 in higher
0 6 in lower
51
Comments
0 Windows
No deficiencies.
0 Front Doors
No deficiencies.
0 Rear Doors
No deficiencies.
0 Escape Mechanisms/ Roof Vents
No deficiencies.
m Engine
No deficiencies.
Handicapped Device/ Special Seating
No deficiencies.
m Undercarriage
No deficiencies.
m Service Doors
No deficiencies.
o Body
No deficiencies.
s Windows/ Body Leakage
Windshield leaks at both lower corners.
0 Steering Mechanism
No deficiencies.
51
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 9922
Date: 11 -9 -99
Personnel: K.D., J.P., S.C. & E.L.
Temperature( °F): 69
Wheel Position : (check one)
All wheels level
❑ before
❑ after
Left front
❑ 6 in higher
❑ 6 in lower
Right front
❑ 6 in higher
❑ 6 in lower
Right rear
n 6 in higher
❑ 6 in lower
Left rear
❑ 6 in higher
m 6 in lower
Right center
D 6 in higher
❑ 6 in lower
Left center
❑ 6 in higher
❑ 6 in lower
Comments
m Windows
No deficiencies.
vg Front Doors
No deficiencies.
® Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies. .
• Handicapped Device/ Special Seating
No deficiencies.
Undercarriage
No deficiencies.
Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
Windshield leaks at both lower corners.
Eto Steering Mechanism
No deficiencies.
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 9922
Date: 11 -9 -99
Personnel: K.D., J.P., S.C. & E.L.
Temperature( °F): 69
Wheel Position: (check one)
All wheels level
o before
g after
Left front
o 6 in higher
o 6 in lower
Right front
o 6 in higher
o 6 in lower
Right rear
o 6 in higher
n 6 in lower
Left rear
c 6 in higher
o 6 in lower
Right center
0 6 in higher
o 6 in lower
Left center
o 6 in higher
o 6 in lower
53
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special Seating
No deficiencies.
• Undercarriage
No deficiencies
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
Windshield leaks at both lower corners.
Fa-steering Mechanism
No deficiencies.
53
5.3 STRUCTURAL STRENGTH AND DISTORTION
TESTS - STATIC TOWING TEST
5.3 -1. TEST OBJECTIVE
The objective of this test is to determine the characteristics of the bus towing
mechanisms under static loading conditions.
5.3 -11. TEST DESCRIPTION
Utilizing a load- distributing yoke, a hydraulic cylinder is used to apply a static
tension load equal to 1.2 times the bus curb weight. The load will be applied to both the
front and rear, if applicable, towing fixtures at an angle of 20 degrees with the
longitudinal axis of the bus, first to one side then the other in the horizontal plane, and
then upward and downward in the vertical plane. Any permanent deformation or
damage to the tow eyes or adjoining structure will be recorded.
5.3 -111. DISCUSSION
The load- distributing yoke was incorporated as the towing interface between the
Static Tow apparatus and the test bus tow eyes. The test was performed using a target
load (towing force) of 25,752 Ibs (1.2 x 21,460 lb CW). All four pulls were completed to
the full target test load with no damage or deformation observed. No problems were
encountered with the towing interface.
54
STATIC TOWING TEST DATA FORM
Bus Number: 9922
Date: 6 -5 -09
Personnel. S.C., E.D. & E.L.
Temperature ( °F): 67
Inspect right front tow eye and adjoining structure.
Comments: No damage or deformation.
Check the torque of all bolts attaching tow eye and surrounding structure.
Comments: Lock pins showed no damage or deformation.
Inspect left tow eye and adjoining structure.
Comments: No damage or deformation.
Check the torque of all bolts attaching tow eye and surrounding structure.
Comments; Lock pins showed no damage or deformation.
Inspect right rear tow eye and adjoining structure.
Comments: NIA
Check the torque of all bolts attaching tow eye and surrounding structure.
Comments: NIA
Inspect left rear tow eye and adjoining structure.
Comments: NIA
Check the torque of all bolts attaching tow eye and surrounding structure.
Comments: NIA
General comments of any other structure deformation or failure:
All four pulls were completed to the full test load of 25,752 lbs.
55
5.4 STRUCTURAL STRENGTH AND DISTORTION TESTS -
DYNAMIC TOWING TEST
5.4 -1. TEST OBJECTIVE
The objective of this test is to verify the integrity of the towing fixtures and
determine the feasibility of towing the bus under manufacturer specified procedures.
5.4 -I1. TEST DESCRIPTION
This test requires the bus be towed at curb weight using the specified equipment
and instructions provided by the manufacturer and a heavy -duty wrecker. The bus will
be towed for 5 miles at a speed of 20 mph for each recommended towing configuration.
After releasing the bus from the wrecker, the bus will be visually inspected for any
structural damage or permanent deformation. All doors, windows and passenger
escape mechanisms will be inspected for proper operation.
5.4 -II1. DISCUSSION
The bus was towed using a heavy -duty wrecker. The towing interface was
accomplished by chaining to the front axle using a 4x4 wooden beam at the cross
member for protection. A front lift tow was performed with no problems with the towing
interface, and no damage or deformation observed. Rear towing is not recommended
by the manufacturer.
56
DYNAMIC TOWING TEST DATA FORM
Bus Number: 9922 Date: 5 -15 -00
Personnel: S.C., R.H. & E.D.
Temperature ( °F): £3
Humidity ( %): 38
Wind Direction. N.W.
Wind Speed (mph): 3 - 5
Barometric Pressure (in.Hg): 29.75
Inspect tow equipment -bus interface.
Comments: No damaae or deformation noted.
Inspect tow equipment - wrecker interface.
Comments: No damaae or deformation noted.
Towing Comments: Towing interface was accomplished by chaining to the front
axle. A 44 wooden beam was placed between the chains and cross member for
Description and location of any structural d
General Comments: A front lift tow was performed.
57
: None noted.
5.4 DYNAMIC TOWING TEST
TOWING INTERFACE
TEST BIDS IN TOW
gm
5.5 STRUCTURAL STRENGTH AND DISTORTION
TESTS - JACKING TEST
5.5 -1. TEST OBJECTIVE
The objective of this test is to inspect for damage due to the deflated tire, and
determine the feasibility of jacking the bus with a portable hydraulic jack to a height
sufficient to replace a deflated tire.
5.5 -I1. TEST DESCRIPTION
With the bus at curb weight, the tire(s) at one corner of the bus are replaced with
deflated tire(s) of the appropriate type. A portable hydraulic floor jack is then positioned
in a manner and location specified by the manufacturer and used to raise the bus to a
height sufficient to provide 3 -in clearance between the floor and an inflated tire. The
deflated tire(s) are replaced with the original tire(s) and the jack is lowered. Any
structural damage or permanent deformation is recorded on the test data sheet. This
procedure is repeated for each corner of the bus.
5.5 -I11. DISCUSSION
The jack used for this test has a minimum height of 8.75 inches. During the
deflated portion of the test, the jacking point clearances ranged from 5.6 inches to 14.9
inches. No deformation or damage was observed during testing. A complete listing of
jacking point clearances is provided in the Jacking Test Data Form.
JACKING CLEARANCE SUMMARY
Condition
Frame Point Clearance
Front axle - one tire flat
8.6"
Rear axle - one tire flat
12.6"
Rear axle - two tires flat
11.3"
59
JACKING TEST DATA FORM
Bus Number: 9922 Date: 11 -3 -99
Personnel: B.L & E.L. Temperature: 69
Record any permanent deformation or damage to bus as well as any difficulty
encountered during jacking procedure.
.1
Jacking Pad
Jacking Pad
Deflated
Clearance
Clearance
Tire
Body /Frame
Axle /Suspension
Comments
(in)
(in)
Right front
9.7" 1
8.2" 1
8.6" D
5.6" D
Left front
9.7" 1
8.3" 1
8.7" D
5.7" D
Right rear -- outside
13.0" 1
15.2" 1
12.7" D
14.8" D
Right rear - -both
13.0" 1
15.2" 1
11.3" D
12.7" D
Left rear -- outside
13.0" 1
15.2" 1
12.6" D
14.9" D
Left rear - -both
13.011 1
15.2" 1
11.3" D
12.7" D
Right middle or tag --
NA
NA
outside
Right middle or tag --
NA
NA
both
Left middle or tag --
NA
NA
outside
Left middle or tag --
NA
NA
both
Additional comments of any deformation or difficulty during jacking:
No damage, deformation or problems were observed.
.1
5.6 STRUCTURAL STRENGTH AND DISTORTION
TESTS - HOISTING TEST
5.6 -1. TEST OBJECTIVE
The objective of this test is to determine possible damage or deformation caused
by the jack/stands.
5.6 -11. TEST DESCRIPTION
With the bus at curb weight, the front end of the bus is raised to a height sufficient
to allow manufacturer - specified placement of jack stands under the axles or jacking
pads independent of the hoist system. The bus will be checked for stability on the jack
stands and for any damage to the jacking pads or bulkheads. The procedure is
repeated for the rear end of the bus. The procedure is then repeated for the front and
rear simultaneously.
5.6 -III. DISCUSSION
The test was conducted using four posts of a six -post electric lift and standard 19
inch jack stands. The bus was hoisted from the front wheel, rear wheel, and then the
front and rear wheels simultaneously and placed on jack stands.
The bus easily accommodated the placement of the vehicle lifts and jack stands
and the procedure was performed without any instability noted.
61
HOISTING TEST DATA FORM
Bus Number: 9922
Date: 11 -3 -99
Personnel: B.L. & E.L.
Temperature ff ): 69
Comments of any structural damage to the jacking pads or axles while both
the front wheels are supported by the jack stands:
None noted.
Comments of any structural damage to the jacking pads or axles while both
the rear wheels are supported by the jack stands:
None noted.
Comments of any structural damage to the jacking pads or axles while both
the front and rear wheels are supported by the jack stands:
None noted.
C:
5.7 STRUCTURAL DURABILITY TEST
5.7 -1. TEST OBJECTIVE
The objective of this test is to perform an accelerated durability test that
approximates up to 25 percent of the service life of the vehicle.
5.7 -11. TEST DESCRIPTION
The test vehicle is driven a total of 15,000 miles; approximately 12,500 miles on the
Durability Test Track and approximately 2,500 miscellaneous other miles. The test will be
conducted with the bus operated under three different loading conditions. The first
segment will consist of approximately 6,250 miles with the bus operated at GVW. The
second segment will consist of approximately 2,500 miles with the bus operated at SLW.
The remainder of the test, approximately 6,250 miles, will be conducted with the bus
loaded to CW. If GVW exceeds the axle design weights, then the load will be adjusted to
the axle design weights and the change will be recorded. All subsystems are run during
these tests in their normal operating modes, All recommended manufacturers servicing is
to be followed and noted on the vehicle maintainability log. Servicing items accelerated by
the durability tests will be compressed by 10:1; all others will be done on a 1:1 mifmi basis.
Unscheduled breakdowns and repairs are recorded on the same log as are any unusual
occurrences as noted by the driver. Once a week the test vehicle shall be washed down
and thoroughly inspected for any signs of failure.
5.7 -111. DISCUSSION
The Structural Durability Test was started on November 10, 1999 and was
conducted until May 20, 2000. The first 6,250 miles were performed at a GVW of 27,360
lb. and was completed on March 10, 2000. The next 2,500 mile SLW segment was
performed at 25,590 lb and completed on March 20, 2000 and the final 6,250 mile segment
was performed at a CW of 21,460 lb and completed on May 10, 2000.
The mileage summary presents the accumulation of miles during the Structural
Durability Test. The driving schedule is included, showing the operating duty cycle. A
detailed plan view of the Test Track f=acility and Durability Test Track are attached for
reference. The amplitude and profile for each element of the durability test track is also
included. Finally, a list of unscheduled maintenance is included describing the failures that
were encountered along with related photographs during the Structural Durability Test.
64
GILLIG - TEST BUS #9922
MILEAGE DRIVEN /RECORDED FROM DRIVERS' LOGS
DATE
TOTAL
TOTAL
TOTAL
OTHER
DURABILITY
MILES
TRACK
11/10/99 TO
126.00
440.00
566.00
11/16/99
11/17/99 TO
0.00
0.00
0.00
11/23/99
11/24/99 TO
93.00
236.00
329.00
11/30/99
12/01/99 TO
251.00
759.00
1010.00
12/07/99
12/08./99 TO
53.00
915.00
968.00
12/14/99
12/15/99 TO
57.00
92.00
149.00
12/21/99
12/22/99 TO
0.00
0.00
0.00
12/28/99
12/29/99 TO
0.00
0.00
0.00
01/04/00
01/05/00 TO
98,00
748.00
846.00
01/11/00
01 /12/00 TO
357.00
731.00
1088.00
01/18/00
01 /19/00 TO
123.00
362.00
485.00
01/25/00
01/26/00 TO
170.00
313.00
483.00
02/01/00
02/02/00 TO
0.00
0.00
0.00
02/08/00
02/09/00 TO
164.00
156.00
320.00
02/15/00
02/16/00 TO
137.00
609.00
746.00
02/22/00
02/23/00 TO
10.00
183.00
193.00
02/29/00
03/01/00 TO
30.00
394.00
424.00
03/0700
65
DATE
TOTAL
TOTAL
TOTAL
OTHER
DURABILITY
MILES
TRACK
03/08/00 TO
144.00
751.00
895.00
03/14/00
03/15/00 TO
305.00
765.00
1070.00
03/21100
03/22/00 TO
175.00
411.00
586.00
03/28/00
03/29/00 TO
148.00
792.00
940.00
04/04/00
04/05/00 TO
65.00
904.00
969.00
04/11/00
04/12/00 TO
0.00
865.00
865.00
04/18/00
04/19/00 TO
0.00
426.00
426.00
04/25/00
04/26/00 TO
0.00
766.00
766.00
05/02/00
05/03/00 TO
0.00
830.00
830.00
05/09/00
05/10/00 TO
0.00
60.00
60.00
05/16/00
TOTAL
2506.00
12508.00
15014.00
Table 4. Driving Schedule for Bus Operation on the Durability Test Track.
STANDARD OPERATING SCHEDULE
Monday through Friday
HOUR ACTION
Shift 1 midnight
D
1:40 am
C
1:50 am
B
2:00 am
D
3:35 am
C
3 :45 am
B
4:05 am
D
5:40 am
C
5:50 am
B
6:00 am
D
7:40 am
C
7:50 am
F
Shift 2 8:00 am
D
9:40 am
C
9:50 am
B
10:00 am
D
11:35 am
C
11 :45 am
B
12:05 pm
D
1:40 pm
C
1 :50 pm
B
2:00 pm
D
3:40 pm
C
3:50 pm
F
Shift 3 4:00 pm
D
5:40 pm
C
5 :50 pm
B
6:00 pm
D
7:40 pm
C
7:50 pm
B
8:05 pm
D
9:40 pm
C
9:50 pm
B
10:00 pm
D
11:40 pm
C
11 :50 pm
F
B —Break
C- -Cycle all systems five times, visual inspection, driver's log entries
D--- -Drive bus as specified by procedure
F-- --Fuel bus, complete driver's log shift entries
67
pENN ATE BUS TESTING AND
OF ITYI
6 'L VIE'VV
IIESEARCH FACT
III
c�
0
Q
x
Ul
w
0.J
W w
e
Y
V/
W
AK
Ny
r
A�
F
Qa
G3
C
iC
...E
� N
fi
_,i
Q N
r- M
w
E
fi
Nr
rr rrr
HM ct"1 W
0 4i N W
C C C C
cc N m
J CD
v
0
rn
U
Cl)
+j
.J� q
. war O
� }t
C O
M
._
co
n '
W
A�`} CL
/c T W
1..L�
F-
>
L.1..
lA
(D
ILS
v
N
a n
m
co U
, `
o
0
U
E
d
m
r
Co
Q
0
E eo
W
U
c
S
LL
0 M
000
®000
0
rn
U
Cl)
+j
.J� q
. war O
� }t
C O
M
._
co
n '
W
A�`} CL
/c T W
1..L�
F-
>
L.1..
Staggered
Bumps
(10 mph)
Railroad
Crossing
(8 mph)
1" Random
Chuck Holes
(20 mph)
Chatter Bumps
(20 mph)
4" Chuck Hole
(5 mph)
16'- 0"
,
High Crown I 0`-1.5"
Intersection
(20 mph)
A
Frame Twist
(10 mph)
0.- 6"
01-601
(Typical)
15 deg. skew
41-011 Note: This hole has a bridge
to block one side on a daily
L rotational basis.
0'
■ - 4"
A
0' -.3.5"
Durability Element Profiles
The Pennsylvania Transportation Institute
Penn State
70
0'- 6"
W
Z
Q
N
Z
W w
_ 1-- C)
Ct) � �
_
Q 4 fl
O O
cn W 2-
UJ
N
Z
[A
cc
O
5
o
o
°
0
LOO
°o
C6
(6
N
T
LOO
N
Z w
W""
Q
Q
©
Ca
Q
Q
LO
Q
Q
LO
LO
O
W
U O
N
>
�
fl
(1) O
CU
cii O ©
U
cD
cz
M CO
U)
fl
-0 L
C O
>
tis
70 0 70
N
C L
(3)
.C1 CZ
fl
UJ
fl
.
U)
O
�
0 (�
CL
�
)
- CO
o �
v
a
a�
-a
-0
,—
U cz
(C4
`M
fl W
O G q�
Ell
L
.�
(D U)
N
co
Vi ftS
U 'D
CL Co
�
(Z
�) C
L�
CO C15
e��
�T
/fl��
�:
/ �
/
CO
C
i
`
FD
L
J
L
ct
W
Ln
N
fl
fl
(n
•Yf
-
0-
cz
E
co
v/
m o
U
°
V
U
Q
C
O
L
0
, '
tSS
0
it
O
Q
c
7
0 U
Q)
uj
CL
0
fl
7
U
ca
0'
O
V
cn O
o
:E O
fl U
o
E
a)
O
cz
cz
1-
0)
o
tt
. ©
C
Q3
N
0
LL-
)
O
X
O
co
:�
i— .0
Q
�
cts
0
H tz
0-0
�
Q
It
co
W =�
CfJ
h
N
N
(0
E,
LD
Q
C7
C7
OD
to
co
C7
C6
cY
d
i.0
W
C)
Q
Cn
(F)
0)
CA
0)
Q
Q
Q
Q
Q
Q
Q
0
}"
p
Q
N
1
('�
1
1
1
1
1
F
T
N
r
r
r
T-
71
W
Z
a
N
W o)
H CA
Cry Z c
�a°-
°n cz
0
6) W '�2L
i �- VJ
LU
Vi
Z
N
O
°
O
O
O
O
0
O
C7
tr)
©
0
LO
O
LO
O
N
O
N
0
O
Z W
2
©
©~
©
©
LO
©
cwt)
O
C)
t°t)"
N
Lq
Ca
N
�
ttf
�
N
d
T
O CL
co
0
cu
L: ca
'�
�-
_0
co L
c
CO
� -�
W
0-
c u
Z3
L } "
(D
L
p
co
m
CD
a)
CZ C.
tlL�3
V1
CL
X
O
—
N-0
E a)
0 -
co "7
-0-0
N -0
%- �
cz
�-
0 fA
L
(n
X . L
(z -0 U i
m
.,C]
i1
0
cu
cCf
0)
0.
� � co
c �
� o
.L..
.Y
CD z ('
L _
¢ CL
o
Q.
C� .
p
m
0-0
Las
m
Ir
2
L
�
•^L^,,
W
-
..ice
y
D
W
+-
A,
~ O
L
co cz
U
W
o
(n C) a)
0
co
O
=
Rf
Q)
U
O 0)
.�
�
+.
L III
'.CO
►�^^ '�
0)
>
CO
E
�.
cif
._
E
E cL w
sue. Co
�
x
0
o
CL
W
O
'O
a)
N
D
O C
0
cn
Cl)
B
U
0)
co
C 0 i
.0
E
X
"" co
C) N
�
C m
4)
L
E
Q .�
-0
to
Q)
cif
Cl)
^ C)
ti -p -0
E
0 w
•
"m
_
(/}
, N
L O Q}
L n
L 9
cif
.0
c!i i
co "(
OL '0
L
w
cif N t
�"".
cd -'6
QL.)
cz "2 "-
N
E Q)
N
.
cz
Q
iFf iii
L
4-
cn
Rf
_
O
N C Zr—
N O
CO
Ell
CD
cz V3
s—
0)
cif
CD
Q
O
J co O
J
J o
E--
J
CO
'd-
'Ct
00
C0
©
O
0)
m
:l( -J
,--
N
N
T—
00
T
N
G)
N
F
to
C)
Cn
Q)
+ °
00
CL)
CT
C6
Ld
ui
LC)
CC)
I�
1•
Cfl
T
r
°
O
C]
O
0
O
CD
d
O
C3
C]
O
O
O
°
C]
O
a
(o
Cv
o
a
v
a
o
N
°'
0
°
N
o
4 i
°°
N
o
o
co
O
O
1
o
70
W
U
Z
aN
Z N
LU
H CA
cj Z c
0
Q
a:�
o�
a cz
CD u°. t
a�0
."� tm
Ul
U�
N
Z
D
N
O
O
C)
X
Lo
N
O
LQ
O
T
O
T
Z L I
.M. .
~
Ltd
O
O
O
(\l
LO
Y
T
C.
S2 CU
O
�'
0
O
0
Litt
rtE
^`
En W
L
CO
0
W Q
C
H
O '
0) (D
a
(D cz
0)
�.
CL
-0
L
�
o
y+
C15
a)
�
4- 0)-a
cU
q?
..0
CL •
w
+-,
O CL
Cn -0
CL
m
m cz
CL cz
o L
E
o
O
0
m
E �,
E
CZ
mE
co
mE
Q O
r-
E
- X
u
co
�
_U
�(
� o
0
cn
/7
1�L
ni 0
(D
it
L Cl-
co
�L(
♦V
n0
T
(V
U)
�
�'
L co
tm
CO w
- t
0
co
•
© O
ay
CD
�M
W CD CD
CZ 70 W W
C
0
� 0
\V
� W o
0
L- co
L
..0
O -0
2
O y— ,r_
> 0
N
°}
L
Ell
(n
3:
o
.
5!E.0
o
o 0
cnm
-j
0.cc
m.0
.j 0
N
WJ
N
N
CmJl
Cr3
C6
C6
r
W
O
O
O
O
O
O
O
O
a
I
N6
N
O
C?
Lh
6
O
O
O
O
73
UNSCHEDULED MAINTENANCE
FAILED LEFT REAR ABS VALVE
(566 TEST MILES)
r
}
x
h,
rr3 t �
r.
f
r�
WORN LEFT REAR SUSPENSION PAD
(3,022 TEST MILES)
74
y
R
} ��.w _ °�!
. _— r
_ w ��
"�•cw+" � 4
_ �f
rte;
� � ry _
�,
-y
FAILED LEFT REAR ABS VALVE
(566 TEST MILES)
r
}
x
h,
rr3 t �
r.
f
r�
WORN LEFT REAR SUSPENSION PAD
(3,022 TEST MILES)
74
UNSCHEDULED MAINTENANCE CONT.
y
4!5
X
CRACKED RIGHT FRAME RAIL
(3,022 TEST MILES)
75
d
Jtl
a�
?i��,aH a.ri5
UNSCHEDULED MAINTENANCE CONT.
WORN WEAR PADS, REAR SUSPENSION
(6,918 TEST MILES)
BROKEN LEFT REAR SPRING BEAM
(7,183 TEST MILES)
77
UNSCHEDULED MAINTENANCE CUNT.
FAILED RIGHT REAR MAXI BRAKE
(9,620 TEST MILES)
DAMAGED RIGHT REAR SPRING BEAM ROLLER
(13,299 TEST MILES)
m
a
f¢ .
DAMAGED RIGHT REAR SPRING BEAM ROLLER
(13,299 TEST MILES)
m
6. FUEL ECONOMY TEST - A FUEL CONSUMPTION
TEST USING AN APPROPRIATE OPERATING CYCLE
6 -I. TEST OBJECTIVE
The objective of this test is to provide accurate comparable fuel consumption data
on transit buses produced by different manufacturers. This fuel economy test bears no
relation to the calculations done by the Environmental Protection Agency (EPA) to
determine levels for the Corporate Average Fuel Economy Program. EPA's
calculations are based on tests conducted under laboratory conditions intended to
simulate city and highway driving. This fuel economy test, as designated here, is a
measurement of the fuel expended by a vehicle traveling a specified test loop under
specified operating conditions. The results of this test will not represent actual mileage
but will provide data that can be used by recipients to compare buses tested by this
procedure.
6 -II. TEST DESCRIPTION
This test requires operation of the bus over a course based on the Transit Coach
Operating Duty Cycle (ADB Cycle) at seated load weight using a procedure based on
the Fuel Economy Measurement Test (Engineering Type) For Trucks and Buses: SAE
1376 July 82. The procedure has been modified by elimination of the control vehicle
and by modifications as described below. The inherent uncertainty and expense of
utilizing a control vehicle over the operating life of the facility is impractical.
The fuel economy test will be performed as soon as possible (weather permitting)
after the completion of the GVW portion of the structural durability test. It will be
conducted on the bus test lane at the PSBRTF. Signs are erected at carefully
measured points which delineate the test course. A test run will comprise 3 CBD
phases, 2 Arterial phases, and 1 Commuter phase. An electronic fuel measuring
system will indicate the amount of fuel consumed during each phase of the test. The
test runs will be repeated until there are at least two runs in both the clockwise and
counterclockwise directions in which the fuel consumed for each run is within ± 4
percent of the average total fuel used over the 4 runs. A 20- minute idle consumption
test is performed just prior to and immediately after the driven portion of the fuel
economy test. The amount of fuel consumed while operating at normal /low idle is
recorded on the Fuel Economy Data Form. This set of four valid runs along with idle
consumption data comprise a valid test.
79
The test procedure is the ADB cycle with the following four modifications:
1. The ADB cycle is structured as a set number of miles in a fixed time in the
following order: CBD, Arterial, CBD, Arterial, CBD, Commuter. A separate
idle fuel consumption measurement is performed at the beginning and end of
the fuel economy test. This phase sequence permits the reporting of fuel
consumption for each of these phases separately, making the data more
useful to bus manufacturers and transit properties.
2. The operating profile for testing purposes shall consist of simulated transit
type service at seated load weight. The three test phases (figure 6 -1) are: a
central business district (CBD) phase of 2 miles with 7 stops per mile and a
top speed of 20 mph; an arterial phase of 2 miles with 2 stops per mile and a
top speed of 40 mph; and a commuter phase of 4 miles with 1 stop and a
maximum speed of 40 mph. At each designated stop the bus will remain
stationary for seven seconds. During this time, the passenger doors shall be
opened and closed.
3. The individual ADB phases remain unaltered with the exception that 1 mile
has been changed to 1 lap on the PSBRTF track. One lap is equal to 5,042
feet. This change is accommodated by adjusting the cruise distance and
time.
4. The acceleration profile, for practical purposes and to achieve better
repeatability, has been changed to "full throttle acceleration to cruise
speed ".
Several changes were made to the Fuel Economy Measurement Test
(Engineering Type) For Trucks and Buses_ SAE 1376 July 82:
1. Sections 1.1, and 1.2 only apply to diesel, gasoline, methanol, and any other
fuel in the liquid state (excluding cryogenic fuels).
1.1 SAE 1376 July 82 requires the use of at least a 16 -gal fuel tank. Such
a fuel tank when full would weigh approximately 160 lb. It is judged that a 12 -gal tank
weighing approximately 120 lb will be sufficient for this test and much easier for the
technician and test personnel to handle.
.1
1.2 SAE 1376 July 82 mentions the use of a mechanical scale or a
flowmeter system. This test procedure uses a load cell readout combination that
provides an accuracy of 0.5 percent in weight and permits on -board weighing of the
gravimetric tanks at the end of each phase. This modification permits the determination
of a fuel economy value for each phase as well as the overall cycle.
2. Section 2.1 applies to compressed natural gas (CNG), liquified natural gas
(LNG), cryogenic fuels, and other fuels in the vapor state.
2.1 A laminar type flowmeter will be used to determine the fuel
consumption. The pressure and temperature across the flow element will be monitored
by the flow computer. The flow computer will use this data to calculate the gas flow
rate. The flow computer will also display the flow rate (scfm) as well as the total fuel
used (scf). The total fuel used (scf) for each phase will be recorded on the Fuel
Economy Data Form.
3. Use both sections 1 and 2 for dual fuel systems.
FUEL ECONOMY CALCULATION PROCEDURE
A. For diesel, gasoline, methanol and fuels in the liquid state.
The reported fuel economy is based on the following: measured test quantities- -
distance traveled (miles) and fuel consumed (pounds); standard reference values- -
density of water at 60 °F (8.3373 Ibs /gal) and volumetric heating value of standard fuel;
and test fuel specific gravity (unitless) and volumetric heating value (BTU /gal). These
combine to give a fuel economy in miles per gallon (mpg) which is corrected to a
standard gallon of fuel referenced to water at 60 °F. This eliminates fluctuations in fuel
economy due to fluctuations in fuel quality. This calculation has been programmed into
a computer and the data processing is performed automatically.
The fuel economy correction consists of three steps:
1.) Divide the number of miles of the phase by the number of pounds of fuel
consumed
total miles
base miles per hase perrun
CBD 1.9097 5.7291
ART 1.9097 3.8193
COM 3.8193 3.8193
FEom,,,b = Observed fuel economy = miles
lb of fuel
81
2.) Convert the observed fuel economy to miles per gallon [mpg] by multiplying
by the specific gravity of the test fuel Gs (referred to water) at 60 °F and
multiply by the density of water at 60 °F
FEomP9 = FEcMIIIb x Gs x Gw
where Gs = Specific gravity of test fuel at 60 °F (referred to water)
Gw = 8.3373 lb/gal
3.) Correct to a standard gallon of fuel by dividing by the volumetric heating
value of the test fuel (H) and multiplying by the volumetric heating value of
standard reference fuel (Q). Both heating values must have the same units.
FEc = FEoP9 x Q
H
where
H = Volumetric heating value of test fuel [BTU /gal]
Q = Volumetric heating value of standard reference fuel
Combining steps 1 -3 yields
-- -� FEc = miles x (Gs x Gw) x Q
lbs H
4.) Covert the fuel economy from mpg to an energy equivalent of miles per
BTU. Since the number would be extremely small in magnitude, the energy equivalent
will be represented as miles /BTUx106.
Eq = Energy equivalent of converting mpg to mile /BTUxl0'.
Eq = ((mpg) /(H))x106
B. CNG, LNG, cryogenic and other fuels in the vapor state.
99
The reported fuel economy is based on the following: measured test quantities- -
distance traveled (miles) and fuel consumed (scf), density of test fuel, and volumetric
heating value (BTU /lb) of test fuel at standard conditions (P =14.73 psis and T =60 °F).
These combine to give a fuel economy in miles per lb. The energy equivalent
(mile /BTUxl06) will also be provided so that the results can be compared to buses that
use other fuels.
1.) Divide the number of miles of the phase by the number of standard cubic
feet (scf) of fuel consumed.
total miles
tease miles per phase perrun
CBD 1.9097 5.7291
ART 1.9097 3.8193
COM 3.8193 3.8193
FEoM„$d = Observed fuel economy = miles
scf of fuel
2.) Convert the observed fuel economy to miles per lb by dividing FEo by the
density of the test fuel at standard conditions (Lb /ft3).
Note: The density of test fuel must be determined at standard
conditions as described above. If the density is not defined at the above
standard conditions, then a correction will be needed before the fuel economy
can be calculated.
FEOmilib = FEo / Gm
where Gm = Density of test fuel at standard conditions
3.) Convert the observed fuel economy (FEomi /lb) to an energy equivalent of
(miles /BTUx106) by dividing the observed fuel economy (FEomi /lb) by the heating value
of the test fuel at standard conditions,
where
Eq = ((FEomi /lb) /H)xl06
Eq = Energy equivalent of miles /lb to mile /BTUx10'
H = Volumetric heating value of test fuel at standard conditions
83
6 -III. DISCUSSION
This is a comparative test of fuel economy using number one diesel fuel with a
heating value of 20,214.0 btu /lb. The driving cycle consists of Central Business District
(CBD), Arterial (ART), and Commuter (COM) phases as described in 6 -II. The fuel
consumption for each driving cycle and for idle is measured separately. The results are
corrected to a reference fuel with a volumetric heating value of 127,700 btulgal.
An extensive pretest maintenance check is made including the replacement of all
lubrication fluids. The details of the pretest maintenance are given in the first three
Pretest Maintenance Forms. The fourth sheet shows the Pretest Inspection. The next
sheet shows the correction calculation for the test fuel. The next four Fuel Economy
Forms provide the data from the four test runs. Finally, the summary sheet provides the
average fuel consumption. The overall average is based on total fuel and total mileage
for each phase. The overall average fuel consumption values were; CBD _ 3.18 mpg,
ART - 3.93 mpg, and COM - 7.86 mpg. Average fuel consumption at idle was 4.71 lb /hr
(0.76 gph)•
84
FUEL ECONOMY PRE -TEST MAINTENANCE FORM
Bus Number: 9922 Date: 3 -22 -00 SLW (lbs): 25,590
Personnel: S.C., E.L. & E.D.
FUEL SYSTEM
OK
Date
Initials
Install fuel measurement system
✓
3 -22 -00
S.C.
Replace fuel filter
✓
3 -22 -00
S.C.
Check for fuel leaks
✓
3 -22 -00
S.C.
Specify fuel type (refer to fuel analysis)
Remarks:
BRAKES/TIRES
OK
Date
Initials
Inspect hoses
✓
3 -22 -00
S.C.
Inspect brakes
✓
3 -22 -00
S.C.
Relube wheel bearings
✓
3 -22 -00
S.C.
Check tire inflation pressures (mfg. specs.)
✓
3 -22 -00
S.C.
Remarks:
COOLING SYSTEM
OK
Date
Initials
Check hoses and connections
✓
3 -22 -00
S.C.
Check system for coolant leaks
✓
3 -22 -00
S.C.
Remarks:
85
FUEL ECONOMY PRE -TEST MAINTENANCE FORM (page 2)
Bus Number: 9922
Date: 3 -22 -00
Personnel. S.C., E.L. & E.D.
ELECTRICAL SYSTEMS
OK
Date
Initials
Check battery
✓
3 -22 -00
S.C.
Inspect wiring
✓
3 -22 -00
S.C.
Inspect terminals
✓
3 -22 -00
S.C.
Check lighting
✓
3 -22 -00
S.C.
Remarks:
DRIVE SYSTEM
OK
Date
Initials
Drain transmission fluid
✓
3 -22 -00
S.C.
Replace filter /gasket
✓
3 -22 -00
S.C.
Check hoses and connections
✓
3 -22 -00
S.C.
Replace transmission fluid
✓
3 -22 -00
S.C.
Check for fluid leaks
✓
3 -22 -00
S.C.
Remarks:
LUBRICATION
OK
Date
Initials
Drain crankcase oil
✓
3 -22 -00
S.C.
Replace filters
✓
3 -22 -00
S.C.
Replace crankcase oil
✓
3 -22 -00
S.C.
Check for oil leaks
✓
3- 22.00
S.C.
Check oil level
✓
3 -22 -00
S.C.
Lube all chassis grease fittings
✓
3 -22 -00
S.C.
Lube universal joints
✓
3 -22 -00
S.C.
Replace differential lube including axles
✓
3 -22 -00
S.C.
Remarks:
86
FUEL ECONOMY PRE -TEST MAINTENANCE FORM (page 3)
Bus Number: 9922
Date: 3 -22 -00
Personnel: S.C.
EXHAUST /EMISSION SYSTEM OK
Date
Initials
Check for exhaust leaks ✓
3 -22 -00
S.C.
Remarks:
ENGINE
OK
Date
Initials
Replace air filter
✓
3 -22 -00
S.C.
Inspect air compressor and air system
✓
3 -22 -00
S.C.
Inspect vacuum system, if applicable
✓
3 -22 -00
S.C.
Check and adjust all drive belts
✓
3 -22 -00
S.C.
Check cold start assist, if applicable
✓
3 -22 -00
S.C.
Remarks:
STEERING SYSTEM
OK
Date
Initials
Check power steering Doses and connectors
✓
3 -22 -00
S.C.
Service fluid level
✓
3 -22 -00
S.C.
Check power steering operation
✓
3 -22 -00
S.C.
Remarks:
OK
Date
Initials
Ballast bus to seated load weight
✓
3 -22 -00
S.C.
TEST DRIVE
OK
Date
Initials
Check brake operation
✓
3 -22 -00
S.C.
Check transmission operation
✓
3 -22 -00
S.C.
Remarks:
87
FUEL ECONOMY PRE-TEST INSPECTION FORM
Bus Number: 9922
Date: 3 -23 -00
Personnel: S.C. & E.D.
PRE WARM -UP
If OK, Initial
Fuel Economy Pre -Test Maintenance Form is complete
S.C.
Cold tire pressure (psi): Front 115 Middle NIA Rear 115
S.C.
Tire wear:
S.C.
Engine oil level
S.C.
Engine coolant level
S.C.
Interior and exterior lights on, evaporator fan on
S.C.
Fuel economy instrumentation installed and working properly.
S.C.
Fuel line -- no leaks or kinks
S.C.
Speed measuring system installed on bus. Speed indicator
installed in front of bus and accessible to TECH and Driver.
S.C.
Bus is loaded to SLW
S.C.
WARM -UP
If OK, Initial
Bus driven for at least one hour warm -up
S.C.
No extensive or black smoke from exhaust
S.C.
POST WARM -UP
If OK, Initial
Warm tire pressure (psi): Front 120 Middle N/A Rear 120
S.C.
Environmental conditions
Average wind speed <12 mph and maximum gusts <15 mph
Ambient temperature between 300( -1 °) and 90°F(32 0C)
Track surface is dry
Track is free of extraneous material and clear of
interfering traffic
S.C.
::
W
LL
cr
0
LL
0
Z
0
uj
—j
LLI
D
LL
E-1.61,
C)
(Q) 1)
0
Lo
0
Lo
U)
(o
0
T-
L0
-(1)
Q
LL
M
M
M
N
fU
LL
w
0
OD
Lo
f,-
In
CO
0
N
Lr)
Lo
Lf)
IT
Co
U-
0
C)
C)
0)
0')
fll
C)
CC
C\l
C\l
0
00
Lr)
tl-
U')
CY)
C)
CNI
U-)
Lo
bi
cz
CA
C �
r-�
4
6
tZ
0)
C,5
CF)
41
CO
cry
0
-j
(D
E
cc3
00
co
N
to
(o
6
U-)
I,-
cr)
0
U- CL 0
t--:
o6
c6
E
CD
uj
Lo
06
a)
Lo
It;
0
In
Lo
UL-
a
E
E
6
4
L6
L�
CD
U
CD
C
CL
a
0
CL
E
'E
Lo
7.
Y
0
(D
Lo
Lo
M
Lo
Lo
LL
a)
lzr
CF)
-7j
06
tii
co
CO
E
(D
-j
(D
E
D
M
W
-F-
C)
0
C)
0
0
LL
—C
N
C\j
o
0
cr)
+
04
L:
Lo
a)
q)
(D-D
CQ
(D
-2
>
Z
LfflEE
0 CL
4t
C\l
N
tw-
V)
#t
:E
a
. S
a)
E
v)
F-
co
Ir
D
co
2
0
E
0
+c"
0
E
0
L)
<
U
Q
U
U
C\j
E-1.61,
U.
cr
cr-
0
LL
Q
0
Z
0
0
w
—j
W
LL
Kc
0
0
En
u)
C)
0
M
L0
N
0)
U)
LL
m
C6
C6
6
(6
C6
Cl)
It
LL
Sri
0
Lo
0
(D
m
4-
00
00
L-)
6
m
co
cc')
0
LL
(6
00
C6
00
00
P�
rl_
till
o
00
(1)
CY)
cq
-.�f
U")
00
Lo
00
L o
L)
C)
co
0
co
�2
E
2 E
co
4-
U)
C)
0)
co D
cf)
co
00 0
tom-
C6
r�,
CO
0
-j
to
E
co
20
U-)
N
w
0
as
=3 Q)
LL CL
03
C\j
,
c)
C�
cf,
C\i
c)
C�
c)
C6
co
E
0
(D
7:
.
06
(D
E
6
LU
L.0
0:
C)
CD:
0
C5
LL
CL
E
0 0
ci;
cu
C6
a)
C
CD
Cf)
CO
0
a
E
Lo
0
a
C)
0
C,
(D
C)
U-
a6
4
6i
z
CO
CD
0
a
0
o
o
o
'i
0
U-
C\l
C\j
N
0
C\j
cr)
C\j
L:
C:
Lo
Lo
tt
rll
(D
;o
.0
4�
CM
(D
(D
:3
>
E
:3
z
cl)
:3
co
Cc
m
T-
m
0
C)
Kc
LL
cr
D
E
it
0
LL
0
Z
0
0
uj
-j
uj
LL
91
C)
(1) W
LO
0
to
0
0
0
C)
0)
(n M
(D
.
0
.
W
.
a
.
M
.
1-
.
6
LL
m
m
cr)
cq
CO
tt
CY)
LL
-C
C)
0
LO
LO
LO
LO
4@�
(1)
m
m
N
N
m
co
0
(0
(.0
cz
0
0
ti
C;
Q
N
LO
0
0
LO
M
M
-0
-0
(D
E
2
0
r-
co
-j
c-a
co
:3 a)
.6
6
6
c6
c6
U- a..'
cn
CZj
ol
V)
co
E
(D
.2
E
C\j
LO
0
M
M
0
LL
a
6i
14
66
4
CO
6
0
E
E
U
T
C:
�5
a)
a
CZ
C
(D
C/)
0
Cl
E
_0
LO
rl_
r-
C\j
0
c
LO
0
LO
—
LO
0
<
0)
LL
66
4
66
4
66
�6
z
It
3:J
E
-0
(D
D
co
0
C)
0
C)
0
0
0
cn
LL
3:
C\j
C\j
C)
O
0
0
N
C\j
m
Cl
0-)
It
0)
cr)
LO
L6
fU
(D
E
E
(ll
Vi
CL
C\j
C\j
CO
z
Z
41:
it
*I-
m
m
0
p
cu
0,
ca
CC
!—
c1]
il
<
0
U
m
0
91
U.
0
LL
0
Z
0
C)
w
-j
w
D
LL
92
0
0
Q)
11,
cr)
LO
0
LO
P.-
0
N
C�
LL Z)
co
C6
6
C'i
6
C6
(0
0
1-0 —
CL
E
0
cz
=3
.:3
cU
JE
Cry
m
C)
t=
m
lz
0)
CX)
C\j
E
Itt
N
0
0
C6
6
r�
C6
6
06
to
�
0
6
to
m
UJ
UL
0
E
(D
12
CL
E
F-
(D
T
U)
Cu
0
0
cm
0)
0)
C)
C�,
CF)
L:
W
E
Z :3
E
z
0
U-)
co
LO
N
C)
C4
Cf)
92
Q)
11,
0
CD
LO
0
LO
P.-
0
N
LL Z)
co
C6
6
C'i
6
C6
LL
U-)
m
m
C)
to
m
0)
CX)
C\j
N
Itt
N
0
0
C6
6
r�
C6
6
U-
to
�
0
LO
to
m
Cu
a)
cz
In
C-0
LO
O�
LO
cq
LO
N
C)
C4
d-' LO �
co
4-
u)
(0
to
m
LO
0
a)
r-
Cf)
0)
N
I-
U- CL
U)
co
co
co
Cl)
Cf)
ce)
E
(
,E
o
0
CO
0
CD
E
-C
C)
CO
cr)
C\j
U-
E
(D
(D
E
C)
o
a
c)
C)
o
U-
0
C',
II
w
F-
C:
CL
c
E
E
118
E
co
rr
ca
0
(D
0
92
FUEL ECONOMY SUMMARY SHEET
BUS MANUFACTURER :Gillig Corporation BUS NUMBER :Bus 9
BUS MODEL :G22EL02E2 TEST DATE :03/23/00
FUEL TYPE DIESEL
SP. GRAVITY .8095
HEATING VALUE 20214.00 BTU /Lb
Standard Conditions 60 deg F and 14.7 psi
Density of Water 8.3373 lb /gallon at 60 deg F
CYCLE
TOTAL FUEL
TOTAL MILES
FUEL ECONOMY
FUEL ECONOMY
ART
USED (Lb)
3.82
M /Lb(Measured)
MPG(Corrected)
Run #
:1, CCW
3.82
1.18
7.37
CBD
12.45
5.73
.46
2,88
ART
6.20
3.82
.62
3.86
COM
3.10
3.82
1.23
7.72
TOTAL
21.75
13.37
.61
3.85
Run # :2, CW
CBD
10.60
5.73
.54
3.39
ART
6.05
3.82
.63
3.96
COM
3.25
3.82
1.18
7.37
TOTAL
19.90
13.37
.67
4.21
Run # : 3 , CCW
CBD
11.20
5.73
.51
3.21
ART
6.00
3.82
.64
3.99
COM
2.70
3.82
1.41
8.87
TOTAL
19.90
13.37
.67
4.21
Run # :4, CW
CBD
11.05
5.73
.52
3.25
ART
6.15
3.82
.62
3.89
COM
3.20
3.82
1.19
7.48
TOTAL
20.40
13.37
.66
4.11
IDLE CONSUMPTION
Average Fuel Consumption.
30.02
Miles/ Million, BTU
First 20
Minutes Data
1.85 Lb
Last
20 Minutes Data 1.29 Lb
Average
Idle Consumption : 4.71
Lb /Hr
RUN CONSISTENCY: % Difference from overall average of total fuel used
---------------
Run 1 : -6.2 Run 2 2.9 Run 3 2.9 Run 4 .4
` J . &'
Average
Idle Consumption
.75
G /Hr
Average
CBD Phase Consumption
3.18
MPG
Average
Arterial Phase Consumption
: 3.93
MPG
Average
Commuter Phase Consumption
: 7.86
MPG
Overall
Average Fuel Consumption
4.10
MPG
Overall.
Average Fuel Consumption.
30.02
Miles/ Million, BTU
93
7. NOISE
7.1 INTERIOR NOISE AND VIBRATION TESTS
7.1 -1. TEST OBJECTIVE
The objective of these tests is to measure and record interior noise levels and
check for audible vibration under various operating conditions.
7.1 -11. TEST DESCRIPTION
During this series of tests, the interior noise level will be measured at several
locations with the bus operating under the following three conditions:
1. With the bus stationary, a white noise generating system shall provide a uniform
sound pressure level equal to 80 dB(A) on the left, exterior side of the bus. The
engine and all accessories will be switched off and all openings including doors
and windows will be closed. This test will be performed at the ABTC.
2. The bus accelerating at full throttle from a standing start to 35 mph on a level
pavement. All openings will be closed and all accessories will be operating
during the test. This test will be performed on the track at the PSBRTF.
3. The bus will be operated at various speeds from 0 to 55 mph with and without
the air conditioning and accessories on. Any audible vibration or rattles will be
noted. This test will be performed on the test segment between the PSBRTF
and the ABTC.
All tests will be performed in an area free from extraneous sound - making sources
or reflecting surfaces. The ambient sound level as well as the surrounding weather
conditions will be recorded in the test data.
7.1 -I11. DISCUSSION
This test is performed in three parts. The first part exposes the exterior of the
vehicle to 80 dB(A) on the left side of the bus and the noise transmitted to the interior is
measured. The overall average of the six measurements was 53.6 dB(A); ranging from
48.3 dB(A) at the rear passenger seats to 58.0 dB(A) at the driver's seat and in line with
the front speaker. The interior ambient noise level for this test was 36.1 dB(A).
The second test measures interior noise during acceleration from 0 to 35 mph.
This noise level ranged from 74.1 dB(A) at the driver's passenger seat and front speaker
to 77.1 dB(A) at the rear passenger seats. The overall average was 75.2 dB(A). The
interior ambient noise level for this test was 37.5 dB(A).
94
The third part of the test is to listen for resonant vibrations, rattles, and other noise
sources while operating over the road. No vibrations or rattles were noted.
INTERIOR NOISE TEST DATA FORM
Test Condition 1: 84 dB(A) Stationary White Noise
Bus Number: 9922
Date: 11 -1 -99
Personnel: B.L., S.C.& C.S.
Temperature (OF : 72
Humidity (%): 51
Wind Speed (mph): Calm
Wind Direction: Calm
Barometric Pressure in.H : 30.14
In Line with Middle Speaker
Initial Sound Level Meter Calibration: 9 checked by B.L.
Interior Ambient
Noise Level dB A : 36.1
Exterior Ambient
Noise Level dB A : 52.6
Microphone Height During Testing (in): 45
Measurement Location
Measured Sound Level dB (A)
Driver's Seat
58.0
Front Passenger Seats
55.2
In Line with Front Speaker
58.0
In Line with Middle Speaker
53.5
In Line with Rear Speaker
48.5
Rear Passenger Seats
48.3
Final Sound Level Meter Calibration: ® checked by B.L.
Comments: All readings taken in the center aisle.
PM
INTERIOR NOISE TEST DATA FORM
Test Condition 2: 0 to 35 mph Acceleration Test
Bus Number: 9922
Date: 3 -24 -00
Personnel: S.C., E.D. & R.N.
74.1
Temperature ('F): 44
Humidity % : 68
Wind Speed (mph): Calm
Wind Direction: Calm
Barometric Pressure in.H : 30.12
77.1
Initial Sound Level Meter Calibration: o checked by B.L.
Interior Ambient
Noise Level dB A : 37.5
Exterior Ambient
Noise Level dB A : 45.5
Microphone Height During Testing (in): 45
Measurement Location
Measured Sound Level dB (A)
Driver's Seat
74.1
Front Passenger Seats
74.1
Middle Passers er Seats
75.5
Rear Passenger Seats
77.1
Final Sound Level Meter Calibration: n checked b y B.L.
Comments: All readings taken in the center aisle.
EN
INTERIOR NOISE TEST DATA FORM
Test Condition 3: Audible Vibration Test
Bus Number: 9922
Date: 3 -24 -00
Personnel: S.C., E.D. & R.H.
Temperature (OF): 44
Humidity (%): 68
Wind Speed (mph): Calm
Wind Direction: Calm
Barometric Pressure in.H : 30.12
Describe the following possible sources of noise and give the relative location on the
bus.
Source of Noise
Location
Engine and Accessories
None noted.
Windows and Doors
None noted.
Seats and Wheel Chair lifts
None noted.
Comment on any other vibration or noise source which may have occurred
that is not described above: None noted.
..
7.1 INTERIOR NOISE TEST
TEST BUS SET —UP FOR INTERIOR NOISE TEST
wal
7.2 EXTERIOR NOISE TESTS
7.2 -I. TEST OBJECTIVE
The objective of this test is to record exterior noise levels when a bus is operated under
various conditions.
7.2 -11. TEST DESCRIPTION
In the exterior noise tests, the bus will be operated at a SLW in three different
conditions using a smooth, straight and level roadway:
1. Accelerating at full throttle from a constant speed at or below 35 mph and just
prior to transmission upshift.
2. Accelerating at full throttle from standstill.
3. Stationary, with the engine at low idle, high idle, and wide open throttle.
In addition, the buses will be tested with and without the air conditioning and all
accessories operating. The exterior noise levels will be recorded.
The test site is at the Test Track Facility and the test procedures will be in
accordance with SAE Standards SAE J366b, Exterior Sound Level for Heavy Trucks and
Buses. The test site is an open space free of large reflecting surfaces. A noise meter
placed at a specified location outside the bus will measure the noise level.
During the test, special attention should be paid to:
1. The test site characteristics regarding parked vehicles, signboards,
buildings, or other sound - reflecting surfaces
2. Proper usage of all test equipment including set -up and calibration
3. The ambient sound level
7.2 -111. DISCUSSION
The Exterior Noise Test determines the noise level generated by the vehicle
under different driving conditions and at stationary low and high idle, with and without air
conditioning and accessories operating. The test site is a large, level, bituminous paved
area with no reflecting surfaces nearby.
With an exterior ambient noise level of 46.5 dB(A), the average test result obtained
while accelerating from a constant speed was 72.7 dB(A) on the right side and 73.0
dB(A) on the left side.
m
When accelerating from a standstill with an exterior ambient noise level of 43.4
dB(A), the average of the results obtained were 72.6 dB(A) on the right side and 73.4
dB(A) on the left side.
With the vehicle stationary and the engine, accessories, and air conditioning on,
the measurements averaged 61.9 dB(A) at low idle, 62.8 dB(A) at high idle and 74.1
dB(A) at wide open throttle. With the accessories and air conditioning off, the readings
averaged 0.7 dB(A) lower at low idle, 1.2 dB(A) lower at high idle and 0.2 dB(A) lower at
wide open throttle. The exterior ambient noise level measured during this test was 47.7
dB(A).
101
EXTERIOR NOISE TEST DATA FORM
Accelerating from Constant Speed
Bus Number; 9922 --7Date:
3 -24 -00
Personnel: S.C., E.D. & R.H.
Temperature (OF): 48
Humidity (%): 68
Wind Speed (mph): Calm
Wind Direction: Calm
Barometric Pressure in.H : 30.12
1
Verify that microphone height is 4 feet, wind speed is less than 12 mph and ambient
temperature is between 30T and 90T. x checktg_§y B.L.
Initial Sound Level Meter Calibration: ® checked by B.L.
Exterior Ambient Noise Level dB A : 46.5
Accelerating from Constant Speed
Curb Right) Side
Accelerating from Constant Speed
Street Left Side
Run #
Measured Noise
Level dB (A)
Run #
Measured Noise Level
dB (A)
1
72.1
1
72.2
2
71.6
2
72.7
3
72.4
3
72.1
4
72.8
4
73.1
5
72.6
5
72.8
Average of two highest actual
noise levels = 72.7 dB (A)
Average of two highest actual
noise levels = 73.0 dB (A)
Final Sound Level Meter Calibration Check: o checked by B.L.
Comments:
WN
EXTERIOR NOISE TEST DATA FORM
Accelerating from Standstill
Bus Number: 9922
Date: 3 -24 -00
Personnel: S.C., E.D. & R.H.
Tem erature (OF): 48
Humidity % :fib
Wind Speed (mph): Calm
Wind Direction: Calm
Barometric Pressure in.H :30.12
1
Verify that microphone height is 4 feet, wind speed is less than 12 mph and ambient
temperature is between 30 °F and 90 °F: ® checked by B.L.
Initial Sound Level Meter Calibration: o checked by B.L.
Exterior Ambient Noise Level dB A : 48.5
Accelerating from Standstill
Curb Ri ht Side
Accelerating from Standstill
Street Left Side
Run #
Measured Noise
Level dB(A)
Run #
Measured
Noise Level
dB (A)
1
72.0
1
72.8
2
72.7
2
73.1
3
72.5
3
72.5
4
71.9
4
73.7
5 1
71.8
5
73.1
Average of two highest actual noise
levels = 72.6 dB (A)
Average of two highest actual noise
levels = 73.4 dB (A)
Final Sound Level Meter Calibration Check: m checked by B.L.
Comments:
103
EXTERIOR NOISE TEST DATA FORM
Stationary
Bus Number: 9922
Date: 3 -24 -00
Personnel: S.C., E.D. & R.H.
Temperature °F : 53
Humidity
Wind Speed (mph): Calm
Wind Direction: Calm
Barometric Pressure in.H : 30.12
700
Verify that microphone height is 4 feet, wind speed is less than 12 mph and ambient
temperature is between 30 °F and 90 °F: ® checked by B.L.
Initial Sound Level Meter Calibration: ® checked by B.L.
Exterior Ambient Noise Level dB A : 47.7
Accessories and Air Conditionin ON
Throttle Position
Engine RPM
Curb (Right) Side
dB (A)
Street (Left) Side
db A
Measured
Measured
Low Idle
700
60.9
62.6
High Idle
1,000
61.9
63.6
Wide O en Throttle
2,425
73.3
74.9
104
Accessories and Air Conditioning OFF
Throttle Position
Engine RPM
Curb (Right) Side
dB A
Street (Left) Side
db A
Measured
Actual
Low Idle
700
60.4
61.9
High Idle
1,000
1 61.2
62.0
Wide Open Throttle
2,425
73.0
74.8
Final Sound Level Meter Calibration Check: ® checked by B.L.
Comments:
104
STU RAA TEST
12 YEAR
500,000 MILE BUS
from
GILLIG CORPORATION
MODEL LOWFLOOR
DECEMBER 2004
PTI-BT-RO410
PFENNSTATE
xzclz�
QV
The Pennsylvania Transportation Institute
201 Research Office Building (814) 865-1891
The Pennsylvania State University
University Park, PA 16802
Bus Testing and Research Center
2237 Old Rt 220 N. (814) 695-3404
Duncansville, PA 16635
TABLE OF CONTENTS
Page
EXECUTIVE SUMMARY ........................................................................................... ...............................
3
ABBREVIATIONS..................................................................................................... ...............................
5
BUSCHECK -IN ........................................................................................................ ...............................
6
1. MAINTAINABILITY
1.1 ACCESSIBILITY OF COMPONENTS AND SUBSYSTEMS ........ ...............................
16
1.2 SERVICING, PREVENTATIVE MAINTENANCE, AND REPAIR AND
MAINTENANCE DURING TESTING ............................................ ...............................
19
1.3 REPLACEMENT AND /OR REPAIR OF SELECTED SUBSYSTEMS .........................
24
2. RELIABILITY - DOCUMENTATION OF BREAKDOWN AND REPAIR
TIMES DURING TESTING ................................................................................. ...............................
29
3. SAFETY - A DOUBLE -LANE CHANGE (OBSTACLE AVOIDANCE TEST) ..... ...............................
33
4. PERFORMANCE - AN ACCELERATION, GRADEABILITY, AND TOP
SPEEDTEST ...................................................................................................... ...............................
36
5. STRUCTURAL INTEGRITY
5.1 STRUCTURAL STRENGTH AND DISTORTION TESTS - STRUCTURAL
SHAKEDOWN TEST .................................................................... ...............................
40
5.2 STRUCTURAL STRENGTH AND DISTORTION TESTS - STRUCTURAL
DISTORTION................................................................................ ...............................
43
5.3 STRUCTURAL STRENGTH AND DISTORTION TESTS - STATIC
TOWINGTEST ............................................................................. ...............................
56
5.4 STRUCTURAL STRENGTH AND DISTORTION TESTS - DYNAMIC
TOWINGTEST ............................................................................. ...............................
60
5.5 STRUCTURAL STRENGTH AND DISTORTION TESTS
- JACKING TEST .......................................................................... ...............................
63
5.6 STRUCTURAL STRENGTH AND DISTORTION TESTS
- HOISTING TEST ......................................................................... ...............................
65
5.7 STRUCTURAL DURABILITY TEST ............................................. ...............................
67
6. FUEL ECONOMY TEST - A FUEL CONSUMPTION TEST USING AN
APPROPRIATE OPERATING CYCLE ............................................................ ...............................
79
7. NOISE
7.1 INTERIOR NOISE AND VIBRATION TESTS ............................. ...............................
94
7.2 EXTERIOR NOISE TESTS ....................................................... ...............................
100
EXECUTIVE SUMMARY
The Gillig Corporation submitted a model Lowfloor, diesel - powered 36 seat
(including the driver) 40 -foot bus, for a 12 yr /500,000 mile STURAA test. The odometer
reading at the time of delivery was 4,127 miles. Testing started on May 26, 2004 and
was completed on December 3, 2004. The Check -In section of the report provides a
description of the bus and specifies its major components.
The primary part of the test program is the Structural Durability Test, which also
provides the information for the Maintainability and Reliability results. The Structural
Durability Test was started on June 21, 2004 and was completed on November 5, 2004.
The interior of the bus is configured with seating for 36 passengers including the
driver. Free floor space will accommodate 39 standing passengers resulting in a
potential capacity of 75 persons. At 150 Ibs per person, this load results in a measured
gross vehicle weight of 37,950 Ibs. The first segment of the Structural Durability Test
was performed with the bus loaded to a GVW of 37,950 Ibs. The middle segment was
performed at a seated load weight of 32,540 Ibs and the final segment was performed at
a curb weight of 27,240 Ibs. Durability driving resulted in unscheduled maintenance and
failures that involved a variety of subsystems. A description of failures, and a complete
and detailed listing of scheduled and unscheduled maintenance is provided in the
Maintainability section of this report.
Accessibility, in general, was adequate. Components covered in Section 1.3
(Repair and /or Replacement of Selected Subsystems) along with all other components
encountered during testing, were found to be readily accessible and no restrictions were
noted.
The Reliability section compiles failures that occurred during Structural Durability
Testing. Breakdowns are classified according to subsystems. The data in this section
are arranged so that those subsystems with more frequent problems are apparent. The
problems are also listed by class as defined in Section 2. The test bus encountered no
Class 1 or Class 2 failures. Of the 24 reported failures, nine were Class 3 and 15 were
Class 4.
The Safety Test, (a double -lane change, obstacle avoidance test) was safely
performed in both right -hand and left -hand directions up to a maximum test speed of 45
mph. The performance of the bus is illustrated by a speed vs. time plot. Acceleration
and gradeability test data are provided in Section 4, Performance. The average time to
obtain 50 mph was 30.82 seconds.
The Shakedown Test produced a maximum final loaded deflection of 0.183
inches with a permanent set ranging between 0.001 to 0.006 inches under a distributed
static load of 28,125 Ibs. The Distortion Test was completed with all subsystems, doors
and escape mechanisms operating properly. No water leakage was observed
throughout the test. All subsystems operated properly.
3
The Static Towing Test was performed using a target load (towing force) of
32,688 lbs. All four front pulls were completed to the full test load with no damage or
deformation observed. The Dynamic Towing Test was performed by means of a front -
lift tow. The towing interface was accomplished using a hydraulic under -lift wrecker.
The bus was towed without incident and no damage resulted from the test. The
manufacturer does not recommend towing the bus from the rear, therefore, a rear test
was not performed. The Jacking and Hoisting Tests were also performed without
incident. The bus was found to be stable on the jack stands, and the minimum jacking
clearance observed with a tire deflated was 5.1 inches.
A Fuel Economy Test was run on simulated central business district, arterial, and
commuter courses. The results were 3.50 mpg, 4.41 mpg, and 7.40 mpg respectively;
with an overall average of 4.43 mpg.
A series of Interior and Exterior Noise Tests was performed. These data are
listed in Section 7.1 and 7.2 respectively.
4
ABBREVIATIONS
ABTC - Altoona Bus Test Center
A/C - air conditioner
ADB - advance design bus
ATA -MC - The Maintenance Council of the American Trucking Association
CBD - central business district
CW - curb weight (bus weight including maximum fuel, oil, and coolant; but
without passengers or driver)
dB(A) - decibels with reference to 0.0002 microbar as measured on the "A" scale
DIR - test director
DR - bus driver
EPA - Environmental Protection Agency
FFS - free floor space (floor area available to standees, excluding ingress /egress areas,
area under seats, area occupied by feet of seated passengers, and the vestibule area)
GVL - gross vehicle load (150 lb for every designed passenger seating
position, for the driver, and for each 1.5 sq ft of free floor space)
GVW - gross vehicle weight (curb weight plus gross vehicle load)
GVWR - gross vehicle weight rating
MECH - bus mechanic
Mpg - miles per gallon
mph - miles per hour
PM - Preventive maintenance
PSBRTF - Penn State Bus Research and Testing Facility
PTI - Pennsylvania Transportation Institute
rpm - revolutions per minute
SAE - Society of Automotive Engineers
SCH - test scheduler
SEC - secretary
SLW - seated load weight (curb weight plus 150 lb for every designed passenger seating
position and for the driver)
STURAA - Surface Transportation and Uniform Relocation Assistance Act
TD - test driver
TECH - test technician
TM - track manager
TP - test personnel
5
TEST BUS CHECK -IN
I. OBJECTIVE
The objective of this task is to log in the test bus, assign a bus number, complete
the vehicle data form, and perform a safety check.
II. TEST DESCRIPTION
The test consists of assigning a bus test number to the bus, cleaning the bus,
completing the vehicle data form, obtaining any special information and tools from the
manufacturer, determining a testing schedule, performing an initial safety check, and
performing the manufacturer's recommended preventive maintenance. The bus
manufacturer must certify that the bus meets all Federal regulations.
III. DISCUSSION
The check -in procedure is used to identify in detail the major components and
configuration of the bus.
The test bus consists of a Gillig Corporation, model Lowfloor. The bus has a front
door equipped with a Lift -U model LU6 01-03 handicap ramp, located forward of the
front axle and a rear door forward of the rear axle. Power is provided by a diesel - fueled,
Cummins Motors model ISM 280 engine coupled to a Voith model A4VTOR2 -8.5E
transmission.
The measured curb weight is 8,300 Ibs for the front axle and 18,940 Ibs for the
rear axle. These combined weights provide a total measured curb weight of 27,240 Ibs.
There are 36 seats including the driver and room for 39 standing passengers bringing
the total passenger capacity to 75. Gross load is 150 lb x 75 = 11,250 Ibs. At full
capacity, the measured gross vehicle weight is 37,950 Ibs.
6
VEHICLE DATA FORM
Bus Number: 0410
Arrival Date: 5 -26 -04
Bus Manufacturer: Gillig
Vehicle Identification
Number (VIN): 15GGD21 1 641 076000
Model Number: Lowfloor
Date: 5 -26 -04
Personnel: T.S. & S.C.
WEIGHT:
Individual Wheel Reactions:
Weights
(lb)
Front Axle
Middle Axle
Rear Axle
Right
Left
Right
Left
Right
Left
CW
4,110
4,190
N/A
N/A
8,940
10,000
SLW
4,850
4,970
N/A
N/A
10,920
11,800
GVW
6,320
6,470
N/A
N/A
12,220
12,940
Total Weiaht Details:
Weight (lb)
CW
SLW
GVW
GAWR
Front Axle
8,300
9,820
12,790
14,600
Middle Axle
N/A
N/A
N/A
N/A
Rear Axle
18,940
22,720
25,160
25,000
Total
27,240
32,540
37,950
GVWR:39,600
Dimensions:
Length (ft/in)
40/10.0
Width (in)
101.0
Height (in)
121.0 ( exhaust pipe)
Front Overhang (in)
89.5
Rear Overhang (in)
122.0
Wheel Base (in)
278.5
Wheel Track (in)
Front: 85.7
Rear: 77.7
Bus Number: 0410 Date: 5 -26 -04
CLEARANCES:
Lowest Point Outside Front Axle
Location: Skid plate Clearance(in): 9.0
Lowest Point Outside Rear Axle
Location: Transmission coolant pipe Clearance(in): 10.4
Lowest Point between Axles
Location: Frame Clearance(in): 12.8
Ground Clearance at the center (in)
12.8
Front Approach Angle (deg)
8.1
Rear Approach Angle (deg)
9.1
Ramp Clearance Angle (deg)
5.3
Aisle Width (in)
Front — 17.5 Rear — 23.0
Inside Standing Height at Center
Aisle (in)
Front — 94.6 Rear — 76.2
BODY DETAILS:
Body Structural Type
Monocoque
Frame Material
Steel
Body Material
Aluminum & fiberglass
Floor Material
Plywood
Roof Material
Aluminum & fiberglass
Windows Type
❑ Fixed I
■ Movable
Window Mfg. /Model No.
Excel / AS3 M14 G DOT 573
Number of Doors
1 Front 1
1 Rear
Mfr. / Model No.
Gillig / Vapor controllers
Dimension of Each Door (in)
I Front — 32.6 x 77.0
Rear — 29.8 x 77.7
Passenger Seat Type
❑ Cantilever
■ Pedestal
❑ Other
(explain)
Mfr. / Model No.
American Seating / Metropolitan
Driver Seat Type
■ Air
❑ Spring
❑ Other
(explain)
Mfr. / Model No.
Recaro / Ergo AM80/72
Number of Seats (including Driver)
36 (2 w/c positions with 4 seats folded away)
Bus Number: 0410 Date: 5/26/04
BODY DETAILS (Contd..)
Free Floor Space ft2 )
58.8
Height of Each Step at Normal
Position (in)
Front 1. 15.2 2. N/A 3. N/A 4. N/A
Middle 1. N/A 2. N/A 3. N/A 4. N/A
Rear 1. 15.8 2. N/A 3. N/A 4. N/A
Step Elevation Change - Kneeling
(in)
3.4
ENGINE
Type
■ C. 1.
❑ Alternate Fuel
❑ S.I.
❑ Other (explain)
Mfr. / Model No.
Cummins Motors / ISM 280
Location
❑ Front
■ Rear
❑ Other
(explain)
Fuel Type
❑ Gasoline
❑ CNG
❑ Methanol
■ Diesel
❑ LNG
❑ Other
(explain)
Fuel Tank Capacity (indicate units)
120 gals
Fuel Induction Type
■ Injected
❑ Carburetion
Fuel Injector Mfr. / Model No.
Cummins Motors / ISM 280
Carburetor Mfr. / Model No.
N/A
Fuel Pump Mfr. / Model No.
Cummins Motors / ISM 280
Alternator (Generator) Mfr. / Model
No.
C.E.Nichoff & Co.
Maximum Rated Output
(Volts / Amps)
26/300
Air Compressor Mfr. / Model No.
Cummins / 18.7
Maximum Capacity (ft3 / min)
18.7
Starter Type
■ Electrical
❑ Pneumatic
❑ Other
(explain)
Starter Mfr. / Model No.
Delco -Remy / 10479130
Bus Number: 0410 Date: 5 -26 -04
TRANSMISSION
Transmission Type
❑ Manual
I ■ Automatic
Mfr. / Model No.
Voith / A4VTOR2 -8.5 E
Control Type
❑ Mechanical
I ■ Electrical
❑ Other
Torque Convertor Mfr. / Model No.
Voith / A4VTOR2 -8.5 E
Integral Retarder Mfr. / Model No.
Voith / A4VTOR2 -8.5 E
SUSPENSION
Number of Axles
2
Front Axle Type
❑ Independent
■ Beam Axle
Mfr. / Model No.
Meritor / FH946 RK
Axle Ratio (if driven)
N/A
Suspension Type
■ Air
❑ Spring
❑ Other
(explain)
No. of Shock Absorbers
2
Mfr. / Model No.
Koni / 902423
Middle Axle Type
❑ Independent
❑ Beam Axle
Mfr. / Model No.
N/A
Axle Ratio (if driven)
N/A
Suspension Type
❑ Air
❑ Spring
❑ Other
(explain)
No. of Shock Absorbers
N/A
Mfr. / Model No.
N/A
Rear Axle Type
❑ Independent
■ Beam Axle
Mfr. / Model No.
Meritor / 71163WX
Axle Ratio (if driven)
5.38
Suspension Type
■ Air
❑ Spring
❑ Other
(explain)
No. of Shock Absorbers
4
Mfr. / Model No.
Koni / 902626
10
Bus Number: 0410 Date: 5 -26 -04
WHEELS & TIRES
Front
Wheel Mfr./ Model No.
Alcoa / 22.56 x 8.25
Tire Mfr./ Model No.
Goodyear G159 / 12R 22.5
Li
Wheel Mfr./ Model No.
Alcoa / 22.56 x 8.25
Tire Mfr./ Model No.
Goodyear G159 / 12R 22.5
BRAKES
Front Axle Brakes Type
■ Cam
I ❑ Disc
❑ Other (explain)
Mfr. / Model No.
Meritor / 16.5x6 Cost plus
Middle Axle Brakes Type
❑ Cam
❑ Disc
❑ Other (explain)
Mfr. / Model No.
N/A
Rear Axle Brakes Type
■ Cam
❑ Disc
❑ Other (explain)
Mfr. / Model No.
Meritor / 14.5x1 0W
Retarder Type
Integral hydraulic transmission
Mfr. / Model No.
Voith / A4VTOR2 -8.5 E
HVAC
Heating System Type
❑ Air
■ Water
❑ Other
Capacity (Btu /hr)
94,000
Mfr. / Model No.
I Thermo King / T1
Air Conditioner
■ Yes
❑ No
Location
Rear, above engine compartment
Capacity (Btu /hr)
104,000
A/C Compressor Mfr. / Model No.
Thermo King Corp. / X426
STEERING
Steering Gear Box Type
Hydraulic gear
Mfr. / Model No.
TRW / Ross
Steering Wheel Diameter
20.0
Number of turns (lock to lock)
4.75
11
Bus Number: 0410 Date: 5 -26 -04
OTHERS
Wheel Chair Rams
Location: Front door
Type: Hinged ram
Wheel Chair Lifts
Location: N/A
Type: N/A
Mfr. / Model No.
Lift-U / LU6 03 -03
Emergency Exit
Location: Windows
Doors
Roof hatch
Number: 6
2
2
CAPACITIES
Fuel Tank Capacity units
120 gals
Engine Crankcase Capacity (gallons)
8.675
Transmission Capacity (gallons)
Dry: 7.4 Refill: 6.6
Differential Capacity (gallons)
5.5
Cooling System Capacity (quarts)
50
Power Steering Fluid Capacity
(gallons)
3.6
12
VEHICLE DATA FORM
Bus Number: 0410 Date: 5 -26 -04
List all spare parts, tools and manuals delivered with the bus.
Part Number
Description
Qty.
G159 12R 22.5
Goodyear tires
6
FA. Voith 59.3355.10
Transmission filter
3
Donaldson P151097
Engine air filter
1
5298
Airbags
4
LF9001
Engine oil filter
1
102011
Engine fuel filter
1
Koni902423
Shock
1
WF2071
Coolant
1
Koni902626
Shock
1
Na
Radius rod (front)
2
Na
Radius rod (rear)
2
13
COMPONENT /SUBSYSTEM INSPECTION FORM
Bus Number: 0410 Date: 5 -26 -04
Subsystem
Checked
Comments
Air Conditioning Heating
and Ventilation
Body and Sheet Metal
Frame
Steering
Suspension
Interior /Seating
Axles
Brakes
Tires /Wheels
Exhaust
Fuel System
Diesel
Power Plant
Accessories
Lift System
Hinged ramp.
Interior Fasteners
Batteries
14
CHECK - IN
GILLIG CORPORATION'S
MODEL LOWFLOOR
15
1. MAINTAINABILITY
1.1 ACCESSIBILITY OF COMPONENTS AND SUBSYSTEMS
1.1 -I. TEST OBJECTIVE
The objective of this test is to check the accessibility of components and
subsystems.
1.1 -II. TEST DESCRIPTION
Accessibility of components and subsystems is checked, and where accessibility
is restricted the subsystem is noted along with the reason for the restriction.
1.1 -III. DISCUSSION
Accessibility, in general, was adequate. Components covered in Section 1.3
(repair and /or replacement of selected subsystems), along with all other components
encountered during testing, were found to be readily accessible and no restrictions were
noted.
16
ACCESSIBILITY DATA FORM
Bus Number: 0410 Date: 12 -3 -04
Component
Checked
Comments
ENGINE:
Oil Dipstick
Oil Filler Hole
Oil Drain Plug
Oil Filter
Fuel Filter
Air Filter
Belts
Coolant Level
Coolant Filler Hole
Coolant Drain
Spark / Glow Plugs
Alternator
Diagnostic Interface Connector
TRANSMISSION:
Fluid Dip-Stick
Filler Hole
Drain Plug
SUSPENSION
Bushings
Shock Absorbers
Air Springs
Leveling Valves
Grease Fittings
17
ACCESSIBILITY DATA FORM
Bus Number: 0410 Date: 12 -3 -04
Component
Checked
Comments
HVAC :
A/C Compressor
Filters
Fans
ELECTRICAL SYSTEM:
Fuses
Batteries
Voltage regulator
Voltage Convertors
Lighting
MISCELLANEOUS:
Brakes
Handicap Lifts /Ramps
Instruments
Axles
Exhaust
Fuel System
OTHERS:
18
1.2 SERVICING, PREVENTIVE MAINTENANCE, AND
REPAIR AND MAINTENANCE DURING TESTING
1.2 -I. TEST OBJECTIVE
The objective of this test is to collect maintenance data about the servicing,
preventive maintenance, and repair.
1.2. -II. TEST DESCRIPTION
The test will be conducted by operating the NBM and collecting the following data
on work order forms and a driver log.
1. Unscheduled Maintenance
a. Bus number
b. Date
c. Mileage
d. Description of malfunction
e. Location of malfunction (e.g., in service or undergoing inspection)
f. Repair action and parts used
g. Man -hours required
2. Scheduled Maintenance
a. Bus number
b. Date
c. Mileage
d. Engine running time (if available)
e. Results of scheduled inspections
f. Description of malfunction (if any)
g. Repair action and parts used (if any)
h. Man -hours required
The buses will be operated in accelerated durability service. While typical items
are given below, the specific service schedule will be that specified by the manufacturer.
A. Service
1. Fueling
2. Consumable checks
3. Interior cleaning
B. Preventive Maintenance
4. Brake adjustments
5. Lubrication
6. 3,000 mi (or equivalent) inspection
19
7. Oil and filter change inspection
8. Major inspection
9. Tune -up
C. Periodic Repairs
1. Brake reline
2. Transmission change
3. Engine change
4. Windshield wiper motor change
5. Stoplight bulb change
6. Towing operations
7. Hoisting operations
1.2 -III. DISCUSSION
Servicing and preventive maintenance were performed at manufacturer - specified
intervals. The following Scheduled Maintenance Form lists the mileage, items serviced,
the service interval, and amount of time required to perform the maintenance. Table 1
is a list of the lubricating products used in servicing. Finally, the Unscheduled
Maintenance List along with Unscheduled Maintenance - related photographs is included
in Section 5.7, Structural Durability. This list supplies information related to failures that
occurred during the durability portion of testing. The Unscheduled Maintenance List
includes the date and mileage at which the malfunction occurred, a description of the
malfunction and repair, and the time required to perform the repair.
20
W
U
Z
Z
W
(v H O
°a0
a J
LU
C�
D
W
2
U
U)
Ir-
N
(n
O O
O
O
O
O
O
O
O
2
Z
O
O
O
O
O
O
O
O
O
W
~
D
(Q
(Q
(Q
(Q
(Q
(Q
(Q
(Q
(Q
C
C
C
C
C
C
C
C
C
O
O
O
O
O
O
O
O
O
D
:S
D
D
(Q
(Q
(Q
(Q
(Q
(Q
(Q
(Q
(Q
70
70
70
70
70
70
70
70
70
o 70
o 70
o 70
o 70
o 70
o 70
o 70
o 70
o 70
4
4
4
4
4
4
4
4-
N (6
N (6
N (6
N (6
N (6
N (6
N (6
N (6
N (6
W
U
W
O
O
O
O
O
O
O
O
O
Q
Q
Q
Q
Q
Q
Q
Q
Q
C
C
C
C
C
C
C
C
C
LO
0
co
0
r-
LO
LO
W J
000
H
N
(h
(h
IT
LO
CO
LV
O
O
O
O
O
O
O
O
O
CO
A
4
A
O
CO
�
00
Q
O
N
O
N
0
O
I�
00
00
00
00
0
0
0
0
0
0
0
0
0
0
0
Ir-
N
W
U
z
Z
W
(v H O
N Q O
LU
N
a J C�
D
W
2
U
U)
U)
00
00
00
00
00
00
00
00
Q
14
14
0O
zW
oo
00
00
00
00
00
00
00
� r.
0~
C6
a�
0
0
0
0
0
0
0
o c4-
�70
a3 c�
4
.o
U)
U)
U)
U)
U)
U)
U
c
o 70
o 70
o 70
o 70
o 70
o 70
o 70
o
N
N
N
N
N
N
N
N U H
N (6
N (6
N (6
N (6
N (6
N (6
N (6
N N N
1 N
1 N
1 N
1 N
1 N
1 N
1 N
1 N
W
U
Q
N
a
W
o
O
O
O
O
O
O
O
�
U
U
U
U
U
U
U
U>,
Q
Q
Q
Q
Q
Q
Q
Q O
�
to
to
to
to
to
to
to
to O
C
C
C
C
C
C
C
C U
W
H Cl)
N
O
N
o
CO
IT
CO
WJ
ONO
�
0000
r-
r-
00
LO
O
H
00
O
O
N
(h
IT
LO
LV
O
O
O
O
O
O
O
O
Ln
-
00
4
00
�
�
00
Q
N
N
O
N
O
O
on
on
O
O
O
0
0
0
N
N
Table 1. STANDARD LUBRICANTS
The following is a list of Texaco lubricant products used in bus testing conducted by the
Penn State University Altoona Bus Testing Center:
ITEM
PRODUCT CODE
TEXACO DESCRIPTION
Engine oil
#2112
URSA Super Plus SAE 30
Transmission oil
#1866
Automatic Trans Fluid
Mercon /Dexron II
Multipurpose
Gear oil
#2316
Multigear Lubricant
EP SAE 80W90
Wheel bearing &
#1935
Starplex II
Chassis grease
23
1.3 REPLACEMENT AND /OR REPAIR OF
SELECTED SUBSYSTEMS
1.3 -I. TEST OBJECTIVE
The objective of this test is to establish the time required to replace and /or repair
selected subsystems.
1.3 -II. TEST DESCRIPTION
The test will involve components that may be expected to fail or require
replacement during the service life of the bus. In addition, any component that fails
during the NBM testing is added to this list. Components to be included are-
1 . Transmission
2. Alternator
3. Starter
4. Batteries
5. Windshield wiper motor
1.3 -III. DISCUSSION
During the test, several additional components were removed for repair or
replacement. Following is a list of components and total repair /replacement time.
Left front bump stop.
MAN HOURS
[116711
Left front slack adjuster snap ring & spacers. 0.50
A/C Belt. 0.50
Right front bump stop. 0.50
Left rear, front axle air bag. 1.00
Left front shock. 1.00
Hydraulic fluid reservoir. 2.00
Right front shock. 0.25
At the end of the test, the remaining items on the list were removed and replaced.
The transmission assembly took 8.0 man -hours (two men 4.0 hrs) to remove and
24
replace. The time required for repair /replacement of the four remaining components is
given on the following Repair and /or Replacement Form.
25
REPLACEMENT AND /OR REPAIR FORM
Subsystem
Replacement Time
Transmission
8.00 man hours
Wiper Motor
0.50 man hours
Starter
0.75 man hours
Alternator
0.75 man hours
Batteries
0.50 man hours
26
1.3 REPLACEMENT AND /OR REPAIR OF
SELECTED SUBSYSTEMS
TRANSMISSION REMOVAL AND REPLACEMENT
(8.00 MAN HOURS)
WIPER MOTOR REMOVAL AND REPLACEMENT
(0.50 MAN HOURS)
27
1.3 REPLACEMENT AND /OR REPAIR OF
SELECTED SUBSYSTEMS CONT.
STARTER REMOVAL AND REPLACEMENT
(0.75 MAN HOURS)
ALTERNATOR REMOVAL AND REPLACEMENT
(0.75 MAN HOURS)
28
2. RELIABILITY - DOCUMENTATION OF BREAKDOWN
AND REPAIR TIMES DURING TESTING
2 -I. TEST OBJECTIVE
The objective of this test is to document unscheduled breakdowns, repairs, down
time, and repair time that occur during testing.
2 -II. TEST DESCRIPTION
Using the driver log and unscheduled work order forms, all significant
breakdowns, repairs, man -hours to repair, and hours out of service are recorded on the
Reliability Data Form.
CLASS OF FAILURES
Classes of failures are described below:
(a) Class 1: Physical Safety. A failure that could lead directly to
passenger or driver injury and represents a severe crash situation.
(b) Class 2: Road Call. A failure resulting in an en route interruption
of revenue service. Service is discontinued until the bus is replaced
or repaired at the point of failure.
(c) Class 3: Bus Change. A failure that requires removal of the bus from
service during its assignments. The bus is operable to a rendezvous
point with a replacement bus.
(d) Class 4: Bad Order. A failure that does not require removal of
the bus from service during its assignments but does degrade coach
operation. The failure shall be reported by driver, inspector, or
hostler.
2 -III. DISCUSSION
A listing of breakdowns and unscheduled repairs is accumulated during the
Structural Durability Test. The following Reliability Data Form lists all unscheduled
repairs under classes as defined above. These classifications are somewhat subjective
as the test is performed on a test track with careful inspections every two hours.
However, even on the road, there is considerable latitude on deciding how to handle
many failures.
The Unscheduled Repair List is also attached to provide a reference for the
repairs that are included in the Reliability Data Forms.
29
The classification of repairs according to subsystem is intended to emphasize
those systems which had persistent minor or more serious problems. There were no
Class 1 or 2 failures. Of the nine Class 3 failures, seven involved the suspension
system and one each to the brakes and engine /transmission. These, and the remaining
15 Class 4 failures are available for review in the Unscheduled Maintenance List,
located in Section 5.7 Structural Durability.
30
RELIABILITY DATA FORMS
Bus Number: 0410 Date: 11/5/04
Personnel: Bob Reifsteck
Failure Type
Class 4
Class 3
Class 2
Class 1
Bad
Bus
Road
Physical
Order
Change
Call
Safety
Subsystems
Mileage
Mileage
Mileage
Mileage
Man
Hours
Down
Time
Suspension
1,346
0.50
24.00
1,483
0.50
8.00
2,464
0.50
8.00
2,534
0.50
8.00
2,534
0.50
0.50
2,708
0.50
8.00
3,147
0.50
8.00
3,363
0.50
8.00
3,419
1.00
1.00
3,836
0.50
8.00
5,201
0.50
8.00
5,288
1.00
8.00
7,307
1.00
8.00
9,974
1.00
10.00
12,743
0.25
3.00
12,743
1.00
48.00
Seats /Compartment
2,095
0.50
8.00
5,500
0.25
0.25
5,500
0.25
0.25
31
RELIABILITY DATA FORMS
Bus Number: 0410 Date: 11/5/04
Personnel: Bob Reifsteck
Failure Type
Class 4
Class 3
Class 2
Class 1
Bad
Bus
Road
Physical
Order
Change
Call
Safety
Subsystems
Mileage
Mileage
Mileage
Mileage
Man
Hours
Down
Time
Air Conditioning
445
0.50
2.00
729
1.00
4.00
Brakes
445
0.50
2.00
Engine/Transmission
12,487
2.00
2.00
Fuel System
729
0.50
8.00
32
3. SAFETY - A DOUBLE -LANE CHANGE
(OBSTACLE AVOIDANCE)
3 -I. TEST OBJECTIVE
The objective of this test is to determine handling and stability of the bus by
measuring speed through a double lane change test.
3 -II. TEST DESCRIPTION
The Safety Test is a vehicle handling and stability test. The bus will be operated
at SLW on a smooth and level test track. The bus will be driven through a double lane
change course at increasing speed until the test is considered unsafe or a speed of 45
mph is reached. The lane change course will be set up using pylons to mark off two 12
foot center to center lanes with two 100 foot lane change areas 100 feet apart. The bus
will begin in one lane, change to the other lane in a 100 foot span, travel 100 feet, and
return to the original lane in another 100 foot span. This procedure will be repeated,
starting first in the right -hand and then in the left -hand lane.
3 -III. DISCUSSION
The double -lane change was performed in both right -hand and left -hand
directions. The bus was able to safely negotiate the test course in both the right -hand
and left -hand directions up to the maximum test speed of 45 mph.
33
SAFETY DATA FORM
Bus Number: 0410 Date: 11 -11 -04
Personnel: R.C., T.S. & S.C.
Temperature ( °F): 56
Humidity ( %): 45
Wind Direction: SW
Wind Speed (mph): 8
Barometric Pressure (in.Hg): 30.10
SAFETY TEST: DOUBLE LANE CHANGE
Maximum safe speed tested for double -lane change to left
45 mph
Maximum safe speed tested for double -lane change to right
45 mph
Comments of the position of the bus during the lane change: A safe profile was
maintained through all portions of testing.
Comments of the tire /ground contact patch: Tire /ground contact was maintained
through all portions of testing.
34
3. SAFETY
RIGHT - HAND APPROACH
LEFT - HAND APPROACH
35
4. PERFORMANCE -AN ACCELERATION, GRADEABILITY,
AND TOP SPEED TEST
4 -I. TEST OBJECTIVE
The objective of this test is to determine the acceleration, gradeability, and top
speed capabilities of the bus.
4 -II. TEST DESCRIPTION
In this test, the bus will be operated at SLW on the skid pad at the PSBRTF. The
bus will be accelerated at full throttle from a standstill to a maximum "geared" or "safe"
speed as determined by the test driver. The vehicle speed is measured using a Correvit
non - contacting speed sensor. The times to reach speed between ten mile per hour
increments are measured and recorded using a stopwatch with a lap timer. The time to
speed data will be recorded on the Performance Data Form and later used to generate
a speed vs time plot and gradeability calculations.
4 -III. DISCUSSION
This test consists of three runs in both the clockwise and counterclockwise
directions on the Test Track. Velocity versus time data is obtained for each run and
results are averaged together to minimize any test variability which might be introduced
by wind or other external factors. The test was performed up to a maximum speed of
50 mph. The fitted curve of velocity vs time is attached, followed by the calculated
gradeability results. The average time to obtain 50 mph was 30.82 seconds.
36
PERFORMANCE DATA FORM
Bus Number: 0410
Date: 11 -11 -04
Personnel: R.C., T.S. & S.C.
Temperature ( °F): 56
Humidity ( %): 45
Wind Direction: SW
Wind Speed (mph): 8
Barometric Pressure (in.Hg): 30.10
Air Conditioning compressor -OFF
Checked
Ventilation fans -ON HIGH
Checked
Heater pump motor -Off
Checked
Defroster -OFF
Checked
Exterior and interior lights -ON
Checked
Windows and doors - CLOSED
Checked
ACCELERATION, GRADEABILITY, TOP SPEED
Counter Clockwise Recorded Interval Times
Speed
Run 1
Run 2
Run 3
10 mph
4.86
5.05
4.65
20 mph
8.24
8.42
8.15
30 mph
12.33
12.71
12.36
40 mph
20.39
20.36
19.83
Top Test
Speed(mph) 50
33.00
32.37
32.03
Clockwise Recorded Interval Times
Speed
Run 1
Run 2
Run 3
10 mph
4.37
5.02
5.34
20 mph
7.71
8.34
8.62
30 mph
11.68
12.40
12.84
40 mph
18.27
18.99
19.81
Top Test
Speed(mph) 50
28.35
29.02
30.16
37
RgRomm
PFRF(')RMANCE SUMMARY SHEET
BUS MANUFACTURER '.GlIlig
BUS MODEL :LOWFIOOT'
TES" r CONDITIONS '
---------------
1EMPERATURE (DEG F WO
WIND DIRECTION SW
WIND sirno (mPH) 8.0
HUMIDITY M 45
BAROMETRIC PRESSURE (IN. HG) 30.1
-
BUS NUMBER :0,410
TEST DATE :11711/014
--- ------ ---------------
VEHICLE SPEED
------------- -------
AVERAGE
--------------------
TIME (SEC)
- -----------------------
------
(MP1,l)
------------- -------
CCw DIREcrION CW
DIRECTION
TOTAL
" ----------------------------------
10. 0
-------------------------------------------
.3,3
------------------
4.911,
-------
4.88
2M
8.27
8.22
8.25
30.0
12.47
12.31
12.39
40.9
20, . 19
19,012
19.61
5�0.0
32.47
2'9.18
30.82
TEST SUMMARY
-----------------------------------------------------------------
VEHICLE SPEED
TIME
ACCELERATION
_
MAX. GRADE
(MP10
(SEC)
(FT/SECA2)
M
1.0
-------------------------------------------
.3,3
4 � 4
13,.7
5.b
1.71
4.1
12.8
10.0
3,59
3.7
11.7
15.01
5.65
3.4
1M
20,0
7.93
3.01
9.5
25.9
10,49
2ry7
8.4
36.9
13-38
2.4
7.4
35.9
16-66
2'.1
6.5
401.0
20.45
1A
5.6
45�.0
24.8�7
L5
4.8
50.0
----------------------------------------------------------------------
30 A2
1.3
4,O
NOTE radeability results were calculated from perforplance
test data. ACtUal sustained gradeability plerformaince
for vehicles equipped with auto transmission may be
lower th,an the values indicated here.
38
w
01
I
m
I
I
0.)
0
Speed (mph)
39
TO 707
= 0
C)
4�b
5. STRUCTURAL INTEGRITY
5.1 STRUCTURAL STRENGTH AND DISTORTION TESTS -
STRUCTURAL SHAKEDOWN TEST
5.1 -I. DISCUSSION
The objective of this test is to determine certain static characteristics (e.g., bus
floor deflection, permanent structural deformation, etc.) under static loading conditions.
5.1 -II. TEST DESCRIPTION
In this test, the bus will be isolated from the suspension by blocking the vehicle
under the suspension points. The bus will then be loaded and unloaded up to a
maximum of three times with a distributed load equal to 2.5 times gross load. Gross
load is 150 lb for every designed passenger seating position, for the driver, and for each
1.5 sq ft of free floor space. For a distributed load equal to 2.5 times gross load, place a
375 -lb load on each seat and on every 1.5 sq ft of free floor space. The first loading
and unloading sequence will "settle" the structure. Bus deflection will be measured at
several locations during the loading sequences.
5.1 -III. DISCUSSION
This test was performed based on a maximum passenger capacity of 75 people
including the driver. The resulting test load is (75 x 375 lb) = 28,125 lb. The load is
distributed evenly over the passenger space. Deflection data before and after each
loading and unloading sequence is provided on the Structural Shakedown Data Form.
The unloaded height after each test becomes the original height for the next test.
Some initial settling is expected due to undercoat compression, etc. After each loading
cycle, the deflection of each reference point is determined. The bus is then unloaded
and the residual (permanent) deflection is recorded. On the final test, the maximum
loaded deflection was 0.183 inches at reference point 10. The maximum permanent
deflection after the final loading sequence ranged from 0.001 inches at reference points
1, 6, and 7 to 0.006 inches at reference point 8.
40
STRUCTURAL SHAKEDOWN DATA FORM
Bus Number: 0410
Date: 6 -10 -04
Personnel: D.L., M.H. T.S. & E.L.
Temperature ( °F): 74
Loading Sequence: ■ 1 ❑ 2 ❑ 3 (check one)
Test Load (lbs): 28,125
Right
Front
of
Bus
Left
Indicate Approximate Location of Each Reference Point
11 10 9 8 0
12
1 6
2 3 4 5 0
Top View
Reference
Point No.
A (in)
Original
Height
B (in)
Loaded
Height
B -A (in)
Loaded
Deflection
C (in)
Unloaded
Height
C -A (in)
Permanent
Deflection
1
0
.036
.036
.033
-
.033
2
0
.128
.128
.029
.029
3
0
.186
.186
.045
.045
4
0
.181
.181
.038
.038
5
0
.158
.158
.035
.035
6
0
.009
.009
.004
.004
7
0
.010
.010
.001
.001
8
0
.183
.183
.035
.035
9
0
.212
.212
.039
.039
10
0
.214
.214
.036
.036
11
0
.135
.135
.023
.023
12
0
.011
.011
.036
.036
41
STRUCTURAL SHAKEDOWN DATA FORM
Bus Number: 0410
Date: 6 -10 -04
Personnel: D.L., M.H., T.S. & E.L.
Temperature ( °F): 78
Loading Sequence: ❑ 1 ■ 2 ❑ 3 (check one)
Test Load (lbs): 28,125
Right
Front
of
Bus
Left
Indicate Approximate Location of Each Reference Point
E 1 11 10 9 8 0
12 7
6
2 3 4 5 0
Top View
Reference
Point No.
A (in)
Original
Height
B (in)
Loaded
Height
B -A (in)
Loaded
Deflection
C (in)
Unloaded
Height
C -A (in)
Permanent
Deflection
1
.033
.045
.012
.034
-
.001
2
.029
.140
.111
.032
.003
3
.045
.204
.159
.050
.005
4
.038
.200
.162
.043
.005
5
.035
.175
.140
.040
.005
6
.004
.006
.002
.005
.001
7
.001
.000
-.001
.002
.001
8
.035
.185
.150
.041
.006
9
.039
.219
.180
.044
.005
10
.036
.219
.183
.041
.005
11
.023
.139
.116
.026
.003
12
.036
.012
-.024
.040
.004
42
5.1 STRUCTURAL SHAKEDOWN TEST
BUS LOADED TO 2.5 TIMES GVL
(287125 LBS)
43
5.2 STRUCTURAL STRENGTH AND DISTORTION
TESTS - STRUCTURAL DISTORTION
5.2 -I. TEST OBJECTIVE
The objective of this test is to observe the operation of the bus subsystems when
the bus is placed in a longitudinal twist simulating operation over a curb or through a
pothole.
5.2 -II. TEST DESCRIPTION
With the bus loaded to GVWR, each wheel of the bus will be raised (one at a
time) to simulate operation over a curb and the following will be inspected-
1 .
Body
2.
Windows
3.
Doors
4.
Roof vents
5.
Special seating
6.
Undercarriage
7.
Engine
8.
Service doors
9.
Escape hatches
10.
Steering mechanism
Each wheel will then be lowered (one at a time) to simulate operation through a pothole
and the same items inspected.
5.2 -III. DISCUSSION
The test sequence was repeated ten times. The first and last test is with all
wheels level. The other eight tests are with each wheel 6 inches higher and 6 inches
lower than the other three wheels.
All doors, windows, escape mechanisms, engine, steering and handicapped
devices operated normally throughout the test. The undercarriage and body indicated
no deficiencies. No water leakage was observed during the test. The results of this test
are indicated on the following data forms.
44
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 0410
Date: 6 -17 -04
Personnel: T.S., M.H., E.L. & E.D.
Temperature( °F): 78
Wheel Position : (check one)
All wheels level
■ before
o after
Left front
o 6 in higher
o 6 in lower
Right front
o 6 in higher
o 6 in lower
Right rear
o 6 in higher
o 6 in lower
Left rear
o 6 in higher
o 6 in lower
Right center
o 6 in higher
o 6 in lower
Left center
o 6 in higher
o 6 in lower
45
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
45
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 0410
Date: 6 -17 -04
Personnel: T.S., M.H., E.L. & E.D.
Temperature( °F): 78
Wheel Position : (check one)
All wheels level
o before
o after
Left front
■ 6 in higher
o 6 in lower
Right front
o 6 in higher
o 6 in lower
Right rear
o 6 in higher
o 6 in lower
Left rear
o 6 in higher
o 6 in lower
Right center
o 6 in higher
o 6 in lower
Left center
o 6 in higher
o 6 in lower
46
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
46
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 0410
Date: 6 -17 -04
Personnel: T.S., M.H., E.L. & E.D.
Temperature( °F): 78
Wheel Position : (check one)
All wheels level
o before
o after
Left front
o 6 in higher
o 6 in lower
Right front
■ 6 in higher
o 6 in lower
Right rear
o 6 in higher
o 6 in lower
Left rear
o 6 in higher
o 6 in lower
Right center
o 6 in higher
o 6 in lower
Left center
o 6 in higher
o 6 in lower
47
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
47
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 0410
Date: 6 -17 -04
Personnel: T.S., M.H., E.L. & E.D.
Temperature( °F): 78
Wheel Position : (check one)
All wheels level
o before
o after
Left front
o 6 in higher
o 6 in lower
Right front
o 6 in higher
o 6 in lower
Right rear
■ 6 in higher
o 6 in lower
Left rear
o 6 in higher
o 6 in lower
Right center
o 6 in higher
o 6 in lower
Left center
o 6 in higher
o 6 in lower
48
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
48
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 0410
Date: 6 -17 -04
Personnel: T.S., M.H., E.L. & E.D.
Temperature( °F): 78
Wheel Position : (check one)
All wheels level
o before
o after
Left front
o 6 in higher
o 6 in lower
Right front
o 6 in higher
o 6 in lower
Right rear
o 6 in higher
o 6 in lower
Left rear
■ 6 in higher
o 6 in lower
Right center
o 6 in higher
o 6 in lower
Left center
o 6 in higher
o 6 in lower
49
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
49
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 0410
Date: 6 -17 -04
Personnel: T.S., M.H., E.L. & E.D.
Temperature( °F): 78
Wheel Position : (check one)
All wheels level
o before
o after
Left front
o 6 in higher
o 6 in lower
Right front
o 6 in higher
o 6 in lower
Right rear
o 6 in higher
o 6 in lower
Left rear
o 6 in higher
■ 6 in lower
Right center
o 6 in higher
o 6 in lower
Left center
o 6 in higher
o 6 in lower
50
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
50
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 0410
Date: 6 -17 -04
Personnel: T.S., M.H., E.L. & E.D.
Temperature( °F): 78
Wheel Position : (check one)
All wheels level
o before
o after
Left front
o 6 in higher
o 6 in lower
Right front
o 6 in higher
o 6 in lower
Right rear
o 6 in higher
■ 6 in lower
Left rear
o 6 in higher
o 6 in lower
Right center
o 6 in higher
o 6 in lower
Left center
o 6 in higher
o 6 in lower
51
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
51
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 0410
Date: 6 -17 -04
Personnel: T.S., M.H., E.L. & E.D.
Temperature( °F): 78
Wheel Position : (check one)
All wheels level
o before
o after
Left front
o 6 in higher
o 6 in lower
Right front
o 6 in higher
■ 6 in lower
Right rear
o 6 in higher
o 6 in lower
Left rear
o 6 in higher
o 6 in lower
Right center
o 6 in higher
o 6 in lower
Left center
o 6 in higher
o 6 in lower
52
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
52
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 0410
Date: 6 -17 -04
Personnel: T.S., M.H., E.L. & E.D.
Temperature( °F): 78
Wheel Position : (check one)
All wheels level
o before
o after
Left front
o 6 in higher
■ 6 in lower
Right front
o 6 in higher
o 6 in lower
Right rear
o 6 in higher
o 6 in lower
Left rear
o 6 in higher
o 6 in lower
Right center
o 6 in higher
o 6 in lower
Left center
o 6 in higher
o 6 in lower
53
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
53
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 0410
Date: 6 -17 -04
Personnel: T.S., M.H., E.L. & E.D.
Temperature( °F): 78
Wheel Position : (check one)
All wheels level
o before
■ after
Left front
o 6 in higher
o 6 in lower
Right front
o 6 in higher
o 6 in lower
Right rear
o 6 in higher
o 6 in lower
Left rear
o 6 in higher
o 6 in lower
Right center
o 6 in higher
o 6 in lower
Left center
o 6 in higher
o 6 in lower
54
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
54
5.2 STRUCTURAL DISTORTION TEST
IF
RIGHT FRONT WHEEL SIX INCHES HIGHER
Now,
iuo
U,
0
RIGHT REAR WHEEL SIX INCHES LOWER
55
5.3 STRUCTURAL STRENGTH AND DISTORTION
TESTS - STATIC TOWING TEST
5.3 -I. TEST OBJECTIVE
The objective of this test is to determine the characteristics of the bus towing
mechanisms under static loading conditions.
5.3 -II. TEST DESCRIPTION
Utilizing a load- distributing yoke, a hydraulic cylinder is used to apply a static
tension load equal to 1.2 times the bus curb weight. The load will be applied to both the
front and rear, if applicable, towing fixtures at an angle of 20 degrees with the
longitudinal axis of the bus, first to one side then the other in the horizontal plane, and
then upward and downward in the vertical plane. Any permanent deformation or
damage to the tow eyes or adjoining structure will be recorded.
5.3 -III. DISCUSSION
The load- distributing yoke was incorporated as the interface between the Static
Tow apparatus and the test bus tow hook /eyes. The test was performed to the full
target test weight of 32,688 Ibs (1.2 x 27,240 Ibs CW). All four front pulls were
completed with no damage or deformation observed. The manufacturer does not
recommend towing from the rear, therefore, no rear test was performed.
56
STATIC TOWING TEST DATA FORM
Bus Number: 0410
Date: 11 -23 -04
Personnel: R.C., T.S., M.H. & S.C.
Temperature ( °F): 49
Inspect right front tow eye and adjoining structure.
Comments: No damage or deformation observed.
Check the torque /welds of all bolts attaching tow eye and surrounding
structure.
Comments: Welds verified.
Inspect left tow eye and adjoining structure.
Comments: No damage or deformation observed.
Check the torque /welds of all bolts attaching tow eye and surrounding
structure.
Comments: Welds verified.
Inspect right rear tow eye and adjoining structure.
Comments: N/A
Check the torque of all bolts attaching tow eye and surrounding structure.
Comments: N/A
Inspect left rear tow eye and adjoining structure.
Comments: N/A
Check the torque of all bolts attaching tow eye and surrounding structure.
Comments: N/A
General comments of any other structure deformation or failure: All four front
pulls were completed to the full target test load of 32,688 Ibs 1.2 x 27,240 Ibs with
no damage or deformation observed. The manufacturer does not recommend rear
towing, therefore, a rear test was not performed.
57
5.3 STATIC TOWING TEST
FRONT 200 UPWARD PULL
FRONT 200 DOWNWARD PULL
58
5.3 STATIC TOWING TEST CONT.
FRONT 200 LEFT PULL
FRONT 200 RIGHT PULL
59
5.4 STRUCTURAL STRENGTH AND DISTORTION TESTS -
DYNAMIC TOWING TEST
5.4 -I. TEST OBJECTIVE
The objective of this test is to verify the integrity of the towing fixtures and
determine the feasibility of towing the bus under manufacturer specified procedures.
5.4 -II. TEST DESCRIPTION
This test requires the bus be towed at curb weight using the specified equipment
and instructions provided by the manufacturer and a heavy -duty wrecker. The bus will
be towed for 5 miles at a speed of 20 mph for each recommended towing configuration.
After releasing the bus from the wrecker, the bus will be visually inspected for any
structural damage or permanent deformation. All doors, windows and passenger
escape mechanisms will be inspected for proper operation.
5.4 -III. DISCUSSION
The bus was towed using a heavy -duty wrecker. The towing interface was
accomplished by incorporating a hydraulic under lift. A front lift tow was performed.
Rear towing is not recommended. No problems, deformation, or damage was noted
during testing.
60
DYNAMIC TOWING TEST DATA FORM
Bus Number: 0410 Date: 12 -2 -04
Personnel: S.C. & M.H.
Temperature (OF): 41
Humidit (%): 60
Wind Direction: Calm
Wind Speed (mph): Calm
Barometric Pressure (in.Hg): 30.12
Inspect tow equipment-bus interface.
Comments: A safe and adequate connection was made between the tow equipment
and the bus.
Inspect tow equipment-wrecker interface.
Comments: A safe and adequate connection was made between the tow equipment
and the wrecker.
Towing Comments: A front lift tow was performed incorporating a hydraulic under
lift wrecker.
Description and location of any structural damage: None noted.
General Comments: The manufacturer does not recommend towing from the rear;
therefore, a rear tow was not performed.
61
5.4 DYNAMIC TOWING TEST
TOWING INTERFACE
TEST BUS IN TOW
62
5.5 STRUCTURAL STRENGTH AND DISTORTION
TESTS - JACKING TEST
5.5 -I. TEST OBJECTIVE
The objective of this test is to inspect for damage due to the deflated tire, and
determine the feasibility of jacking the bus with a portable hydraulic jack to a height
sufficient to replace a deflated tire.
5.5 -II. TEST DESCRIPTION
With the bus at curb weight, the tire(s) at one corner of the bus are replaced with
deflated tire(s) of the appropriate type. A portable hydraulic floor jack is then positioned
in a manner and location specified by the manufacturer and used to raise the bus to a
height sufficient to provide 3 -in clearance between the floor and an inflated tire. The
deflated tire(s) are replaced with the original tire(s) and the hack is lowered. Any
structural damage or permanent deformation is recorded on the test data sheet. This
procedure is repeated for each corner of the bus.
5.5 -III. DISCUSSION
The jack used for this test has a minimum height of 8.75 inches. During the
deflated portion of the test, the jacking point clearances ranged from 5.1 inches to 24.0
inches. No deformation or damage was observed during testing. A complete listing of
jacking point clearances is provided in the Jacking Test Data Form.
JACKING CLEARANCE SUMMARY
Condition
Frame Point Clearance
Front axle — one tire flat
8.2"
Rear axle — one tire flat
23.9"
Rear axle — two tires flat
21.7"
63
JACKING TEST DATA FORM
Bus Number: 0410
Date: 6 -8 -04
Personnel: S.C.
Temperature ( °F): 70
Record any permanent deformation or damage to bus as well as any difficulty
encountered during jacking procedure.
64
Jacking Pad
Jacking Pad
Deflated
Clearance
Clearance
Tire
Body /Frame
Axle /Suspension
Comments
(in)
(in)
11.4 " 1
8.6 " I
Right front
8.2 " D
5.3 " D
11.3 " 1
8.6 " I
Left front
8.2 " D
5.1 " D
27.0 " 1
10.3 " 1
Right rear — outside
24.0 " D
9.5 " D
27.0 " 1
10.3 " 1
Right rear —both
21.8 " D
8.1 " D
26.8 " 1
10.3 " 1
Left rear — outside
23.9 " D
9.6 " D
26.8 " 1
10.3 " 1
Left rear —both
21.7 " D
8.0 " D
Right middle or
NA
NA
tag— outside
Right middle or
NA
NA
tag —both
Left middle or tag—
NA
NA
outside
Left middle or tag—
NA
NA
both
Additional comments of any deformation or difficulty during jacking:
none
64
5.6 STRUCTURAL STRENGTH AND DISTORTION
TESTS - HOISTING TEST
5.6 -I. TEST OBJECTIVE
The objective of this test is to determine possible damage or deformation caused
by the jack /stands.
5.6 -II. TEST DESCRIPTION
With the bus at curb weight, the front end of the bus is raised to a height sufficient
to allow manufacturer - specified placement of jack stands under the axles or jacking
pads independent of the hoist system. The bus will be checked for stability on the jack
stands and for any damage to the jacking pads or bulkheads. The procedure is
repeated for the rear end of the bus. The procedure is then repeated for the front and
rear simultaneously.
5.6 -III. DISCUSSION
The test was conducted using four posts of a six -post electric lift and standard 19
inch jack stands. The bus was hoisted from the front wheel, rear wheel, and then the
front and rear wheels simultaneously and placed on jack stands.
The bus easily accommodated the placement of the vehicle lifts and jack stands
and the procedure was performed without any instability noted.
65
HOISTING TEST DATA FORM
Bus Number: 0410
Date: 6 -8 -04
Personnel: S.C.
Temperature ( °F): 75
Comments of any structural damage to the jacking pads or axles while both
the front wheels are supported by the iack stands:
6.1 roUrA �. -.1
Comments of any structural damage to the jacking pads or axles while both
the rear wheels are supported by the iack stands:
None noted.
Comments of any structural damage to the jacking pads or axles while both
the front and rear wheels are supported by the iack stands:
None noted.
66
5.7 STRUCTURAL DURABILITY TEST
5.7 -I. TEST OBJECTIVE
The objective of this test is to perform an accelerated durability test that
approximates up to 25 percent of the service life of the vehicle.
5.7 -II. TEST DESCRIPTION
The test vehicle is driven a total of 15,000 miles; approximately 12,500 miles on the
PSBRTF Durability Test Track and approximately 2,500 miscellaneous other miles. The
test will be conducted with the bus operated under three different loading conditions. The
first segment will consist of approximately 6,250 miles with the bus operated at GVW. The
second segment will consist of approximately 2,500 miles with the bus operated at SLW.
The remainder of the test, approximately 6,250 miles, will be conducted with the bus loaded
to CW. If GVW exceeds the axle design weights, then the load will be adjusted to the axle
design weights and the change will be recorded. All subsystems are run during these tests
in their normal operating modes. All recommended manufacturers servicing is to be
followed and noted on the vehicle maintainability log. Servicing items accelerated by the
durability tests will be compressed by 10:1; all others will be done on a 1:1 mi /mi basis.
Unscheduled breakdowns and repairs are recorded on the same log as are any unusual
occurrences as noted by the driver. Once a week the test vehicle shall be washed down
and thoroughly inspected for any signs of failure.
5.7 -III. DISCUSSION
The Structural Durability Test was started on June 21, 2004 and was conducted until
November 5, 2004. The first 6,250 miles were performed at a GVW of 37,950 lbs. and
completed on September 8, 2004. The next 2,500 mile SLW segment was performed at
32,540 Ibs and completed on September 22, 2004, and the final 6,250 mile segment was
performed at a CW of 27,240 Ibs and completed on November 5, 2004.
The following mileage summary presents the accumulation of miles during the
Structural Durability Test. The driving schedule is included, showing the operating duty
cycle. A detailed plan view of the Test Track Facility and Durability Test Track are attached
for reference. Also, a durability element profile detail shows all the measurements of the
different conditions. Finally, photographs illustrating some of the failures that were
encountered during the Structural Durability Test are included.
67
GILLIG - TEST BUS #0410
MILEAGE DRIVEN /RECORDED FROM DRIVERS' LOGS
DATE
TOTAL
TOTAL
TOTAL
DURABILITY
OTHER
TRACK
MILES
06/21/04 TO
511.00
75.00
586.00
06/27/04
06/28/04 TO
485.00
175.00
660.00
07/04/04
07/05/04 TO
95.00
5.00
100.00
07/11/04
07/12/04 TO
158.00
112.00
270.00
07/18/04
07/19/04 TO
358.00
121.00
479.00
07/25/04
07/26/04 TO
419.00
20.00
439.00
08/01/04
08/02/04 TO
184.00
109.00
293.00
08/08/04
08/09/04 TO
409.00
127.00
536.00
08/15/04
08/16/04 TO
504.00
127.00
631.00
08/22/04
08/23/04 TO
1155.00
52.00
1207.00
08/29/04
08/30/04 TO
790.00
130.00
920.00
09/05/04
09/06/04 TO
701.00
485.00
1186.00
09/12/04
09/13/04 TO
1118.00
51.00
1169.00
09/19/04
09/20/04 TO
920.00
187.00
1107.00
09/26/04
09/27/04 TO
994.00
49.00
1043.00
10/03/04
10/04/04 TO
1162.00
154.00
1316.00
10/10/04
10/11/04 TO
625.00
29.00
654.00
10/17/04
68
DATE
TOTAL
TOTAL
TOTAL
DURABILITY
OTHER
TRACK
MILES
________________
10/18/04 TO
___ _________________________
403.00
___ _ __
123.00
________________ _
526.00
10/24/04
10/25/04 TO
1196.00
156.00
1352.00
10/31/04
11/01/04 TO
304.00
222.00
526.00
11/07/04
TOTAL
12491.00
2509.00
15000.00
69
Tr'iblo, 4. Driving Schedule for, Bus Operation on the DurabHfty Test 'l-rack-
STANDARD OPERATNG SC� fEDUI-E
Monday through FrHay
HOUR ACTION
rnidnight
D
1:40 am
G
1,:50 aria
B
2�00 am
D
3 5 am
3A5 arn
4:015 am
D
5A0 am
0
5:50, am
B
&:00 am
D
T40 a
(11
7. 50, a aryl,
r
Shift 2 8:010, arn
D
x:40, atn,
C
9:50, am
B
0M am.
1)
'11:35 any,
C
11A am,
B
1' k5 pars
D
1; pm
C
1,50 P'ni
B
2-00 pin
D
140 prr'i
C
3M ptn
I.--
ShIft �3 4�OO prn
D
5A0, pri
C
5;:5 pin
B
:: 0 p rn
D
7:40 pm
C
T50 pm
B
M5 pm
D
9:40 prn
C
9:50 pm
6
10-001 pm
D
11,1410 pm
11 . 50 P rTI
BBreak
C . . . ... .. . Cycle all systems five times, visual inspection, drivees log entries
D—Drive bus as specified by procedure
F.-Fud blus., cornpIrele driver's log shift entries
70
"].].'LAN VIEW OF PENN STATE BUS TESTING AND
RESEARCH FACILITY9
71
N T Lo
coo ff rd
-, qlj
-if —i —j
2� kO
0,
Jo Q,
E v
t
i7.
CPL
72
Staggered
B,umps
(10 mph)
Railroad
Crossing
(13 mph)
V' Randorn
Chuck Holes
(2,0 mph),
Chatter Bumps
(20 mph�)
4" Chuck Hole
(5 mph)
High Crown
Intersection
(20 mph)
Frame Twist
(10 mph)
01-1.5"
0.-1 �.
A-
3 "- 6"'
relffm
(Typical)
15 dag. skew
4'- Q! . ... .... N otc; This hole h as a b r-i,d g u
to block otie tAde on daily
rotational basis.
0'- 4"
W.
"I-,,,,---... . .... . ....
01- 1 ,011 0'- 35'
Durability Element, Profiles,
The Pennsylvania Transportation Institute
Penn State
73
W- GIN
W
Z
Z
W
F-
( ( Z0
oaf
0
0) W-
a J
D
W
2
U)
Z
0 O O 00 O O O O LO LO LO LO
U) LO LO LO 0 O O O O O O
O
2
W 0 0 0 0 0 0 0 0
c O O O O O O O O
ti
0)
Z
O O O O O O O O
?�
N N 00 d" N 00 00 00
o~
W 0 0 0 0 0 0 0 0
c O O O O O O O O
ti
0)
O O
C
O
N
N
O O
O O
O
U
tUj)a-0
L
C
C
70
U
0
(D
70
N
�
(Q
(D
70
70
7Cj
-�
O
N70
N E
� f� n
4--
r
U
U
N
C
0
(6
Q
Q
Q
(0 6
to
W
L
U
Q
N
U
H
O
Q
Q-
O
0
O
U
(Q V 1
-0
Q
N
O
U)
U
cn
U
a
U
0
Q
E
E
E
E
cn
C: U
m
E
(Q
7
�a-
�,
N
�
L
D
�
N
U
0) .
U
O)
O)
D
Q
°�
C
C
(Q
C
C
m
E
E
C
o
0)
o
Q
E
(D
O
N
C
ca (D
�
(D
o) E
U
'�
>
�-
cL5-
0
c
U E
N
�
.E
7
E
U)
2 0
a�
J
J
W 0 0 0 0 0 0 0 0
c O O O O O O O O
ti
0)
O O
C
O O
O O
N
O O
O O
O
tUj)a-0
L
C
C
E q
U
0
(D
�
L
�
(D
N
-�
O
O
N E
� f� n
4--
O
_0
�
70
to
W
L
U
Q
Q
U
v
Q
o
0
0
(Q V 1
O
O
U
U
w-0
U
(D
O
E
E
cn
C: U
m
E
�.
N
�
C
D
�
(Q
0) .
U
C
U
C
L
O
O
�
O
Q
Q
N
ca (D
U
U
>
�-
a
L
a;�
(D
.E
7
E
�o�
��
���
�Q
LO
LO
a)
a)
(D
m
LO
W J
�
�
N
N
H r
W 0 0 0 0 0 0 0 0
c O O O O O O O O
ti
O O
O O
O O
O O
O O
O O
O O
O
ti
W
U
Z
Z
W
_
F-
0
oaf
N O
N C O)
0) W
a J
D
W
2
U)
Z
LO
ti
0
O
O
O
O
0
O
O
0
0
0
0
O
O
O
O
O
O
O
2
Z
O O
O
O
O
O
O
O
O
O
?� LU
00
O
00
00
00
00
00
00
~
D
70
N
U
N
L
70
70
70
70
70
U
U
U
U
7
U
O
Q
U>
U)
n
n
n
o
n
a>
E
E
E
Q
E
0
D
D
D
D
E
z3
ca
L
�
aD
>
L
c
c
c
(
�
c
N
O
O
O
C
O
4-
4-
�
O
4
O
0)
0)
0)
L
0
L
U-
m
E
E
Q
J
Q
_0
0)
N
C
C
C
4
U
C
N
O
O
O
1
O
O0
L
N
L
•�
V
-
�
O
O
O
�
Q
O
(D
W
Q
E
U)
0)
to
D
D
D
L
E
L
L
0
L
Q
O
L
-0
0
N
> N
O
O
O
L
O
L
4--
4--
4-
O
O
.�
O
L O
L
L
L
L
4--
4--
O
0)
0)
0)
N
N
N
4-- 0
O U
L
N
L
N
L
N
-
N
-
N
L
N
-
N
L S2
.
d
d
00
I-
(h
0
CO
00
OIL
d
O
ONO
U j W
LO
LO
(Y)
d
0000
W J
N
N
N
C6
(h
(h
(h
L
L
H �
O
O
O
O
O
O
O
O
O
W
O
d
CD
N
C
D
I
O
O
c
O
O
O
O
O
O
O
O
O
LO
ti
W
z
a
z
w
_F-
(Y z O
oaf
(Y O
o .0)
0) W-
a J
W
2
U)
z
tD
ti
U)
N N
O
O
N
O
O
O
O
N
O
O
2
z
N N
O
O
O
O
O
?� LU
O
O
06
O
N
C-j
06
~
D
70
U
(o
O
N
F-
U
Q
(o
Q
a)
L
a
0
�
U
U
Q
N
7Cj
O
(Q
U
O
L
O
N
o
0
L
U)
C
�.
O
O
o
(D
C
N
LF-
U
(Q
cn
cn
~
Z
2)
0
U
0)
L
i2 m
7d
(D
O0
U
70
C
U
N
(D
C
N
E
U
LV
O
O
O'
>
2)
N
O U
Q
W
CO
U
7
O
ch
)
0O
O
U
O (Ii
U
O)�
U N
C
E
(Q
(D
O
U
O
°
L--
E
(Q
N
70
to
�
-0 �.
L
(D
C
(h N
Qj
~ 0)
= (Q
N
N
= C
0
2
(D �
(D (n
N-0
N
N .O
N
N
L
O
O
O
O
r-
O
d
r-
(`7
CY)
TW
LO
LO
CY)
CY)
d
W J
L
L
r
O
N
N
N
F- r
O
O
O
O
O
O
O
W
F-
�
�
d
O
O
0
0
CIA
CIA
CIA
O
O
O
O
tD
ti
UNSCHEDULED MAINTENANCE
BROKEN SEAT FRAME
(5,500 TEST MILES)
BROKEN LEFT FRONT SHOCK
(9,974 TEST MILES)
77
UNSCHEDULED MAINTENANCE CONT.
CRACKED HYDRAULIC RESERVOIR
(12,487 TEST MILES)
CRACKED H -BEAM ANCHOR POINT
(12,743 TEST MILES)
78
6. FUEL ECONOMY TEST - A FUEL CONSUMPTION
TEST USING AN APPROPRIATE OPERATING CYCLE
6 -I. TEST OBJECTIVE
The objective of this test is to provide accurate comparable fuel consumption data
on transit buses produced by different manufacturers. This fuel economy test bears no
relation to the calculations done by the Environmental Protection Agency (EPA) to
determine levels for the Corporate Average Fuel Economy Program. EPA's calculations
are based on tests conducted under laboratory conditions intended to simulate city and
highway driving. This fuel economy test, as designated here, is a measurement of the
fuel expended by a vehicle traveling a specified test loop under specified operating
conditions. The results of this test will not represent actual mileage but will provide data
that can be used by recipients to compare buses tested by this procedure.
6 -II. TEST DESCRIPTION
This test requires operation of the bus over a course based on the Transit Coach
Operating Duty Cycle (ADB Cycle) at seated load weight using a procedure based on
the Fuel Economy Measurement Test (Engineering Type) For Trucks and Buses: SAE
1376 July 82. The procedure has been modified by elimination of the control vehicle
and by modifications as described below. The inherent uncertainty and expense of
utilizing a control vehicle over the operating life of the facility is impractical.
The fuel economy test will be performed as soon as possible (weather permitting)
after the completion of the GVW portion of the structural durability test. It will be
conducted on the bus test lane at the Penn State Test Facility. Signs are erected at
carefully measured points which delineate the test course. A test run will comprise 3
CBD phases, 2 Arterial phases, and 1 Commuter phase. An electronic fuel measuring
system will indicate the amount of fuel consumed during each phase of the test. The
test runs will be repeated until there are at least two runs in both the clockwise and
counterclockwise directions in which the fuel consumed for each run is within ± 4
percent of the average total fuel used over the 4 runs. A 20- minute idle consumption
test is performed just prior to and immediately after the driven portion of the fuel
economy test. The amount of fuel consumed while operating at normal /low idle is
recorded on the Fuel Economy Data Form. This set of four valid runs along with idle
consumption data comprise a valid test.
79
The test procedure is the ADB cycle with the following four modifications:
The ADB cycle is structured as a set number of miles in a fixed time in the
following order: CBD, Arterial, CBD, Arterial, CBD, Commuter. A separate
idle fuel consumption measurement is performed at the beginning and end of
the fuel economy test. This phase sequence permits the reporting of fuel
consumption for each of these phases separately, making the data more
useful to bus manufacturers and transit properties.
2. The operating profile for testing purposes shall consist of simulated transit
type service at seated load weight. The three test phases (figure 6 -1) are: a
central business district (CBD) phase of 2 miles with 7 stops per mile and a
top speed of 20 mph; an arterial phase of 2 miles with 2 stops per mile and a
top speed of 40 mph; and a commuter phase of 4 miles with 1 stop and a
maximum speed of 40 mph. At each designated stop the bus will remain
stationary for seven seconds. During this time, the passenger doors shall be
opened and closed.
3. The individual ADB phases remain unaltered with the exception that 1 mile
has been changed to 1 lap on the Penn State Test Track track. One lap is
equal to 5,042 feet. This change is accommodated by adjusting the cruise
distance and time.
4. The acceleration profile, for practical purposes and to achieve better
repeatability, has been changed to "full throttle acceleration to cruise
speed ".
Several changes were made to the Fuel Economy Measurement Test
(Engineering Type) For Trucks and Buses: SAE 1376 July 82:
1. Sections 1.1, and 1.2 only apply to diesel, gasoline, methanol, and any other
fuel in the liquid state (excluding cryogenic fuels).
1.1 SAE 1376 July 82 requires the use of at least a 16 -gal fuel tank. Such
a fuel tank when full would weigh approximately 160 lb. It is judged that a 12 -gal tank
weighing approximately 120 lb will be sufficient for this test and much easier for the
technician and test personnel to handle.
:0
1.2 SAE 1376 July 82 mentions the use of a mechanical scale or a
flowmeter system. This test procedure uses a load cell readout combination that
provides an accuracy of 0.5 percent in weight and permits on -board weighing of the
gravimetric tanks at the end of each phase. This modification permits the determination
of a fuel economy value for each phase as well as the overall cycle.
2. Section 2.1 applies to compressed natural gas (CNG), liquified natural gas
(LNG), cryogenic fuels, and other fuels in the vapor state.
2.1 A laminar type flowmeter will be used to determine the fuel
consumption. The pressure and temperature across the flow element will be monitored
by the flow computer. The flow computer will use this data to calculate the gas flow
rate. The flow computer will also display the flow rate (scfm) as well as the total fuel
used (scf). The total fuel used (scf) for each phase will be recorded on the Fuel
Economy Data Form.
3. Use both Sections 1 and 2 for dual fuel systems.
FUEL ECONOMY CALCULATION PROCEDURE
A. For diesel, gasoline, methanol and fuels in the liquid state.
The reported fuel economy is based on the following: measured test quantities- -
distance traveled (miles) and fuel consumed (pounds); standard reference values- -
density of water at 60 °F (8.3373 Ibs /gal) and volumetric heating value of standard fuel;
and test fuel specific gravity (unitless) and volumetric heating value (BTU /gal). These
combine to give a fuel economy in miles per gallon (mpg) which is corrected to a
standard gallon of fuel referenced to water at 60 °F. This eliminates fluctuations in fuel
economy due to fluctuations in fuel quality. This calculation has been programmed into
a computer and the data processing is performed automatically.
The fuel economy correction consists of three steps:
1.) Divide the number of miles of the phase by the number of pounds of fuel
consumed
total miles
phase miles per phase per run
CBD 1.9097 5.7291
ART 1.9097 3.8193
COM 3.8193 3.8193
FEo,,,;,,b = Observed fuel economy = miles
lb of fuel
81
2.) Convert the observed fuel economy to miles per gallon [mpg] by multiplying
by the specific gravity of the test fuel Gs (referred to water) at 60 °F and
multiply by the density of water at 60 °F
FEo,rpg = FEcm;,,b x Gs x Gw
where Gs = Specific gravity of test fuel at 60 °F (referred to water)
Gw = 8.3373 lb/gal
3.) Correct to a standard gallon of fuel by dividing by the volumetric heating
value of the test fuel (H) and multiplying by the volumetric heating value of
standard reference fuel (Q). Both heating values must have the same units.
FEc = FEompg x Q
H
where
H = Volumetric heating value of test fuel [BTU /gal]
Q = Volumetric heating value of standard reference fuel
Combining steps 1 -3 yields
FEc = miles x (Gs x Gw) x Q
Ibs H
4.) Covert the fuel economy from mpg to an energy equivalent of miles per
BTU. Since the number would be extremely small in magnitude, the energy
equivalent will be represented as miles /BTUx106.
Eq = Energy equivalent of converting mpg to mile /BTUx106.
Eq = ((mpg) /(H))x106
B. CNG, LNG, cryogenic and other fuels in the vapor state.
The reported fuel economy is based on the following: measured test quantities- -
distance traveled (miles) and fuel consumed (scf); density of test fuel, and volumetric
heating value (BTU /Ib) of test fuel at standard conditions (P =14.73 psia and T =60 °F)
82
These combine to give a fuel economy in miles per lb. The energy equivalent
(mile /BTUx106) will also be provided so that the results can be compared to buses that
use other fuels.
1.) Divide the number of miles of the phase by the number of standard cubic
feet (scf) of fuel consumed.
total miles
phase miles per phase per run
CBD 1.9097 5.7291
ART 1.9097 3.8193
COM 3.8193 3.8193
FEo,,,j /scf = Observed fuel economy = miles
scf of fuel
2.) Convert the observed fuel economy to miles per lb by dividing FEo by the
density of the test fuel at standard conditions (Lb/ft).
Note: The density of test fuel must be determined at standard
conditions as described above. If the density is not defined at the
above standard conditions, then a correction will be needed before the
fuel economy can be calculated.
FEo,,,;/,b = FEo / Gm
where Gm = Density of test fuel at standard conditions
3.) Convert the observed fuel economy (FEomi /lb) to an energy equivalent of
(miles /BTUx106) by dividing the observed fuel economy (FEomi /lb) by the
heating value of the test fuel at standard conditions.
where
Eq = ((FEomi /lb) /H)x106
Eq = Energy equivalent of miles /lb to mile /BTUx106
H = Volumetric heating value of test fuel at standard conditions
83
6 -III. DISCUSSION
This is a comparative test of fuel economy using diesel fuel with a heating value of
20,214.0 btu /Ib. The driving cycle consists of Central Business District (CBD), Arterial
(ART), and Commuter (COM) phases as described in 6 -II. The fuel consumption for
each driving cycle and for idle is measured separately. The results are corrected to a
reference fuel with a volumetric heating value of 127,700.0 btu /gal.
An extensive pretest maintenance check is made including the replacement of all
lubrication fluids. The details of the pretest maintenance are given in the first three
Pretest Maintenance Forms. The fourth sheet shows the Pretest Inspection. The next
sheet shows the correction calculation for the test fuel. The next four Fuel Economy
Forms provide the data from the four test runs. Finally, the summary sheet provides the
average fuel consumption. The overall average is based on total fuel and total mileage
for each phase. The overall average fuel consumption values were; CBD — 3.50 mpg,
ART — 4.41 mpg, and COM — 7.40 mpg. Average fuel consumption at idle was 7.88
lb/hr (1.26 gph).
84
FUEL ECONOMY PRE -TEST MAINTENANCE FORM
Bus Number: 0410 Date: 11 -4 -04 SLW (lbs): 32,540
Personnel: E.D., E.L. & S.C.
FUEL SYSTEM
OK
Date
Initials
Install fuel measurement system
11/4/04
S.C.
Replace fuel filter
11/4/04
S.C.
Check for fuel leaks
11/4/04
S.C.
Specify fuel type (refer to fuel analysis)
I Diesel
Remarks: none
BRAKES /TIRES
OK
Date
Initials
Inspect hoses
11/4/04
E. D.
Inspect brakes
11/4/04
E. D.
Relube wheel bearings
1 11/4/04
1 E. D.
Check tire inflation pressures (mfg. specs.)
11/4/04
E. D.
Remarks: none
COOLING SYSTEM
OK
Date
Initials
Check hoses and connections
11/4/04
T.S.
Check system for coolant leaks
11/4/04
T.S.
Remarks: none
85
FUEL ECONOMY PRE -TEST MAINTENANCE FORM (page 2)
Bus Number: 0410
Date: 11 -4 -04
Personnel: E.D., T.S. & S.C.
ELECTRICAL SYSTEMS
OK
Date
Initials
Check battery
11/4/04
S.C.
Inspect wiring
11/4/04
S.C.
Inspect terminals
11/4/04
S.C.
Check lighting
11/4/04
S.C.
Remarks: none
DRIVE SYSTEM
OK
Date
Initials
Drain transmission fluid
11/4/04
T.S.
Replace filter /gasket
11/4/04
T.S.
Check hoses and connections
11/4/04
T.S.
Replace transmission fluid
11/4/04
T.S.
Check for fluid leaks
—411/4/04
T.S.
Remarks: none
LUBRICATION
OK
Date
Initials
Drain crankcase oil
11/4/04
E. D.
Replace filters
1 11/4/04
E. D.
Replace crankcase oil
11/4/04
E. D.
Check for oil leaks
11/4/04
E. D.
Check oil level
11/4/04
E. D.
Lube all chassis grease fittings
11/4/04
E. D.
Lube universal joints
11/4/04
E. D.
Replace differential lube including axles
11/4/04
E. D.
Remarks: none
86
FUEL ECONOMY PRE -TEST MAINTENANCE FORM (paqe 3)
Bus Number: 0410
Date: 11 -4 -04
Personnel: E.D., T.S. & S.C.
EXHAUST /EMISSION SYSTEM
OK
Date
Initials
Check for exhaust leaks
11/4/04
S.C.
Remarks: none
ENGINE
OK
Date
Initials
Replace air filter
11/4/04
T.S.
Inspect air compressor and air system
11/4/04
T.S.
Inspect vacuum system, if applicable
11/4/04
T.S.
Check and adjust all drive belts
11/4/04
T.S.
Check cold start assist, if applicable
11/4/04
T.S.
Remarks: none
STEERING SYSTEM
OK
Date
Initials
Check power steering hoses and connectors
11/4/04
S.C.
Service fluid level
11/4/04
S.C.
Check power steering operation
11/4/04
S.C.
Remarks: none
OK
Date
Initials
Ballast bus to seated load weight
11/4/04
S.C.
TEST DRIVE
OK
Date
Initials
Check brake operation
11/4/04
S.C.
Check transmission operation
11/4/04
S.C.
Remarks: none
87
FUEL ECONOMY PRE -TEST INSPECTION FORM
Bus Number: 0410
Date: 11 -9 -04
Personnel: S.C.
PRE WARM -UP
If OK, Initial
Fuel Economy Pre -Test Maintenance Form is complete
S.C.
Cold tire pressure (psi): Front 120 Middle N/A Rear 120
S.C.
Tire wear:
S.C.
Engine oil level
S.C.
Engine coolant level
S.C.
Interior and exterior lights on, evaporator fan on
S.C.
Fuel economy instrumentation installed and working properly.
S.C.
Fuel line -- no leaks or kinks
S.C.
Speed measuring system installed on bus. Speed indicator
installed in front of bus and accessible to TECH and Driver.
S.C.
Bus is loaded to SLW
S.C.
WARM -UP
If OK, Initial
Bus driven for at least one hour warm -up
S.C.
No extensive or black smoke from exhaust
S.C.
POST WARM -UP
If OK, Initial
Warm tire pressure (psi): Front 121 Middle N/A Rear 122
S.C.
Environmental conditions
Average wind speed <12 mph and maximum gusts <15 mph
Ambient temperature between 30 0F( -1 CO) and 90°F(32 0C)
Track surface is dry
Track is free of extraneous material and clear of
interfering traffic
S.C.
::
N
LL
Cr
J_
O
LL
Q
H
D
Z
O
LLI
J
L LI
LL
8
U)
70 ^
D �
LO
r-
M
�
0
-a
LL Z
(h
N
(`')
N
('')
(h
00
(Y)
I I
�
N
2
�
^
LL
�-
O
O
M
O
N
O
M
O
LO
O
m
O
C
d
00
L6
N
U)
70
LL
00
00
I�
r-
CO
(h
c
o
-
U
>,
a)
U
M
o
O
O
M
O LO
(Q
m
J
Z
-
(D U
L
ca
O
LO
(D
co
O
d-
°
LL
cn
(l i
(l i
co
co
;T
T
E
E
O
a)
U
v
U)
CS
p
(D ^
(/)
CO
06
H N
O
O
O
.cn -
LO
dam'
IT
U-
0
E
0 .-
66
d
66
d
66
FD
c
cn
m
(n
E
^
T
�i
o
_
o
o
`O
jL
00
d
00
d
00
CO
N
II
m
J_
E
(D
U
E
m
0
0
0
0
0
0
�i
O
�j
U)
N
O
U
O
O
°
0
N
O
N
(y)
N
N
O
-0
-
E
N
Q
LU
(6
in
Z
Z3
Z
-0
j
U
U Hkkk
_
co
O
N
E
E
m
J
U)
m
U
Q
m
U
Q
m
U
0
U
IL (N O
N
=
O
U
8
N
LL
Cr
O
LL
Q
H
0
Z
O
LLI
J
W
D
LL
8
U)
70
0
LO
LO
0
0
LO
LO
rn
LL Z
(h
N-
(yj
N
(yj
(yj
�
O
cd
(Y)
I I
O)
2
N
L
LL
�-
LO
O
LO
LO
LO
O
N
0)
U
d
r—
O
�
0
M
O
~
c
0
�
�
O
U)
LL
LO
LO
LO
co
m
0
Cb
(D
U
r-
�
o
o
0
i
E
o
o
U)
(D(D
LO
LO
LO
l:T
(Q
(Q
J
�
=
m
N
N U
L
m
CO
N
O
d
CO
p
LL
Cn
d
cyj
d
cyi
d
cyi
d
cyi
d
cyi
d
0
C
O
N
U
v
U)
CS
p
U
~ U
�
O
�
O
O
d
0
(D
70
�
c
0
U)
�
a
>
N
L-
60
d
60
d
66
Cd
Z
U
E
I I
_0
m
(D
U
E
m
m
O
O
O
O
O
O
LL
O
�j
cn
N
o
U
O
O
o
°
O
N
LO
II
N
(N
N
E
N
Q
LU
E
U
_
cy)
N
E
J
m
m
m
0
O
N
=
O
U
8
N
LL
Cr
O
LL
Q
Q
Z
O
LLI
J
W
D
LL
U)
7^
o a)
NT
0°
°
0
-
O
"'
LO
0
LL )
(h
0�
O
co
I I
O)
N
2
L
LL
�-
O
O
O
O
O
L
N
0)
T
N
0
O
C
m
r-
r-
r-
~
LO
U)
LL
ONO
O
L
U
0
0
0
—
U
a�
U
LO
o
o
O
O
O
o
o
U)
0-)
(.0
co
i
coo
coo
m
N
Z
Z
(o
U
L
(h
O
LO
N
o
L6
cC;
(C;
1-,
O
LL Q —
E
cn
(h
(h
(h
(h
(h
d
c
o
o
�
U
v
U)
o
06
p
o
O
E U
C/?
co
06
~�
r-
O
O
O
M
LO
U-
0
-
E
U
M
c
cn
_
r-
Lo
M
M
M
m
O
E
^
T
LO
O
d-
O
LO
O
Q
a
D
LL
66
66
66
z
11
_0
m
E
(D
E
m
U
m
0
0
0
0
0
0
U-
0
U)
N
O
U
O
°
o
0
°
�
II
(Y)
(D
L
co
(D
�-
L
—
m
E
D
E
Z3
N
U Q
_
co
cn
Z
z
U�
E
U)
E
D
D
J
m
m
m
0
0
N
O
m
cn
U
Q
U
Q
U
U
U
N
LL
Cr
O
LL
Q
H
0
Z
O
L LI
J
W
D
LL
N
G)
U)
L�
70
LO
O
O
O
N
LO
(Ij
N
(Ij
N
(Ij
(h
00
O
co
I I
O)
N
2
�
LL
LO
m
r—
O
LO
m
o
c
~
LO
U)
70
LL
(c)
(6
(c)
Lo
Lb
Lo
L
U
0
0,
0
N
U
m
rn
°
00
00
°
LO
N
ZO
N (Q
N V
L
LO
O
00
00
O
O
E
LL °
E
(n
d
d
d
d
d
d
E
O
N
U
v
U)
06
p
2
�
E U
~ U
m
O
O
r-
O
d"
LL
0
E
an
d
an
d
m
0
a)
_0
4
c
)
cn
U
O
O
O
IT
IT
IT
N
LL
00
d
00
d
00
CO
N
U
E
11
_
a
m
(D
U
E
m
m
O
O
O
O
O
O
O
�j
U)
N
O
U
O
O
°
0
d
LO
II
o
0
0
°
�
�
(1)
-0
-0
E
N
Q
LU
-
E
Z
z
U
_
cn
N
E
o
m
J
cn
m
U
Q
m
U
Q
m
U
0
U
0
N
=
O
U
N
G)
0410. FUL
FUEL ECONOMY SUMMARY SHEE-1
BUS MANUFACTURER :G111ig BUS NUMBER :041.0
BUS MODEL ,LowFloor TEST DATE :1.1/8/04
FUEL TYPE DIESEL
SP. GRAVITY .8095
HEATING VALUE 20214,00 BTU/L.b
Standard Concitions 60 deg F and 14,7 'psi
Density of water 8.3373 lb/gal lon A 60 deg F
CYCLE
"TOTAL FUEL
TOTAL MILES
FUEL ECONOMY
FUEL ECONOMY
3.82
USED
435
M/Lb(Measured)
MPG(Corrected)
RU11 #
'1, CCW'
TOTAL 19.40
1337
.69
CBD
M15
5.73
�56
3.54
ART
5.20
3„82
.73
4.60
COM
3x40
3,82
1.12
7.04
TOTAL
18,75
13-37
.71
4,47
Run #
:2, cw
CBD
10115,
5„73
56
3.54
ART
5.65
3.82
.68
4,,24
COM
3.15
3.,82
1.21
7'.60
rWAL
1.5. 195'
13A7
71
4,42
Run # :3,, ccw
CIBD 10..75
5.73
.53
3 , 34
ART 5,.50
3.82
69
435
COM 3.15
3,82
1,21
7.00
TOTAL 19.40
1337
.69
4,32
COD 10.00
5®73
57
3.59
ART 5.40
3.82
.71
4.43
COM 3.25
382
1118
7,37
rcrr'AL 18w65
13•
.72
4.49
1 - "I -------------
IDLE CONSUMPTION
IFirst 20 minUtes Data : 265 Lb Last 20 Minutes Data 7.60 Lb
Average "Idle consumption : 7.88' Lb/'Hr
RUN CONSISTENCY'. % Difference -from overall average of total fuel used
---------------
Run 1 : 1.0 Run 2 -.1 Run 3 : -2'.4 RUn 4 : 1.5
SUMMARY
Average Idle consumption
Average CBEs Phase Consumption
Average: Arterial. Phase consumption
Avera e Commuter Phase Con5uniption
Overa?] Average Fuel Consumption
Overall Aver4e Fuel Consuniption
93
1.26
3,,50
4.41
7.40
4.43
32A4
rslkw
MPG
MPG
MPG
MPG
Miles/ Million BTU
7. NOISE
7.1 INTERIOR NOISE AND VIBRATION TESTS
7.1 -I. TEST OBJECTIVE
The objective of these tests is to measure and record interior noise levels and
check for audible vibration under various operating conditions.
7.1 -II. TEST DESCRIPTION
During this series of tests, the interior noise level will be measured at several
locations with the bus operating under the following three conditions:
With the bus stationary, a white noise generating system shall provide a uniform
sound pressure level equal to 80 dB(A) on the left, exterior side of the bus. The
engine and all accessories will be switched off and all openings including doors
and windows will be closed. This test will be performed at the ABTC.
2. The bus accelerating at full throttle from a standing start to 35 mph on a level
pavement. All openings will be closed and all accessories will be operating during
the test. This test will be performed on the track at the Test Track Facility.
3. The bus will be operated at various speeds from 0 to 55 mph with and without
the air conditioning and accessories on. Any audible vibration or rattles will be
noted. This test will be performed on the test segment between the Test Track
and the Bus Testing Center.
All tests will be performed in an area free from extraneous sound - making sources
or reflecting surfaces. The ambient sound level as well as the surrounding weather
conditions will be recorded in the test data.
7.1 -III. DISCUSSION
This test is performed in three parts. The first part exposes the exterior of the
vehicle to 80.0 dB(A) on the left side of the bus and the noise transmitted to the interior
is measured. The overall average of the six measurements was 60.8 dB(A); ranging
from 59.4 dB(A) at the rear passenger seats to 63.2 dB(A) at he driver's seat. The
interior ambient noise level for this test was 41.9 dB(A).
The second test measures interior noise during acceleration from 0 to 35 mph.
This noise level ranged from 72.5 dB(A) at the front passenger seats to 76.1 dB(A) at
the rear passenger seats. The overall average was 74.2 dB(A). The interior ambient
noise level for this test was 34.2 dB(A).
94
The third part of the test is to listen for resonant vibrations, rattles, and other noise
sources while operating over the road. No vibrations or rattles were noted.
95
INTERIOR NOISE TEST DATA FORM
Test Condition 1: 80 dB(A) Stationary White Noise
Bus Number: 0410
Date: 5 -26 -04
Personnel: T.S. & S.C.
Temperature (OF): 73
Humidity (%): 86
Wind Speed (mph): Calm
Wind Direction: Calm
Barometric Pressure (in.Hg): 30.14
In Line with Middle Speaker
Initial Sound Level Meter Calibration: ■ checked by: S.C.
Interior Ambient
Noise Level dB(A): 41.9
Exterior Ambient
Noise Level dB(A): 47.1
Microphone Height During Testing (in): 48.0
Measurement Location
Measured Sound Level dB(A)
Driver's Seat
63.2
Front Passenger Seats
61.0
In Line with Front Speaker
60.9
In Line with Middle Speaker
60.7
In Line with Rear Speaker
59.5
Rear Passenger Seats
59.4
Final Sound Level Meter Calibration: ■ checked by: S.C.
Comments: All readings taken in the center aisle.
96
INTERIOR NOISE TEST DATA FORM
Test Condition 2: 0 to 35 mph Acceleration Test
Bus Number: 0410
Date: 11 -11 -04
Personnel: T.S. & R.C.
Temperature (OF): 56
Humidity (%): 45
Wind Speed (mph): 8
Wind Direction: SW
Barometric Pressure (in.Hg): 30.10
Rear Passenger Seats
Initial Sound Level Meter Calibration: ■ checked by: S.C.
Interior Ambient
Noise Level dB(A): 34.2
Exterior Ambient
Noise Level dB(A): 40.3
Microphone Height During Testing (in): 48.0
Measurement Location
Measured Sound Level dB(A)
Driver's Seat
75.3
Front Passenger Seats
72.5
Middle Passenger Seats
72.8
Rear Passenger Seats
76.1
Final Sound Level Meter Calibration: ■ checked by: S.C.
Comments: All readinas taken in the center aisle.
97
INTERIOR NOISE TEST DATA FORM
Test Condition 3: Audible Vibration Test
Bus Number: 0410
Date: 11 -11 -04
Personnel: T.S. & R.C.
Temperature (OF): 56
Humidity (%): 45
Wind Speed (mph): 8
Wind Direction: SW
Barometric Pressure (in.Hg): 30.10
Describe the following possible sources of noise and give the relative location on the
bus.
Source of Noise
Location
Engine and Accessories
None noted.
Windows and Doors
None noted.
Seats and Wheel Chair lifts
None noted.
Comment on anv other vibration or noise source which may have occurred
that is not described above: none noted
98
7.1 INTERIOR NOISE TEST
TEST BUS SET -UP FOR 80 dB(A)
INTERIOR NOISE TEST
99
7.2 EXTERIOR NOISE TESTS
7.2 -I. TEST OBJECTIVE
The objective of this test is to record exterior noise levels when a bus is operated
under various conditions.
7.2 -II. TEST DESCRIPTION
In the exterior noise tests, the bus will be operated at a SLW in three different
conditions using a smooth, straight and level roadway:
1. Accelerating at full throttle from a constant speed at or below 35 mph and just
prior to transmission up shift.
2. Accelerating at full throttle from standstill.
3. Stationary, with the engine at low idle, high idle, and wide open throttle.
In addition, the buses will be tested with and without the air conditioning and all
accessories operating. The exterior noise levels will be recorded.
The test site is at the PSBRTF and the test procedures will be in accordance with
SAE Standards SAE J366b, Exterior Sound Level for Heavy Trucks and Buses. The test
site is an open space free of large reflecting surfaces. A noise meter placed at a
specified location outside the bus will measure the noise level.
During the test, special attention should be paid to
1. The test site characteristics regarding parked vehicles, signboards,
buildings, or other sound - reflecting surfaces
2. Proper usage of all test equipment including set -up and calibration
3. The ambient sound level
7.2 -III. DISCUSSION
The Exterior Noise Test determines the noise level generated by the vehicle under
different driving conditions and at stationary low and high idle, with and without air
conditioning and accessories operating. The test site is a large, level, bituminous paved
area with no reflecting surfaces nearby.
With an exterior ambient noise level of 41.8 dB(A), the average test result obtained
while accelerating from a constant speed was 71.4 dB(A) on the right side and 72.6
dB(A) on the left side.
100
When accelerating from a standstill with an exterior ambient noise level of 42.5
dB(A), the average of the results obtained were 71.0 dB(A) on the right side and 71.6
dB(A) on the left side.
With the vehicle stationary and the engine, accessories, and air conditioning on,
the measurements averaged 62.6 dB(A) at low idle, 64.3 dB(A) at high idle, and 74.8
dB(A) at wide open throttle. With the accessories and air conditioning off, the readings
averaged 0.9 dB(A) higher at low idle, 1.3 dB(A) higher at high idle, and 1.2 dB(A)
higher at wide open throttle. The exterior ambient noise level measured during this test
was 42.4 dB(A).
101
EXTERIOR NOISE TEST DATA FORM
Accelerating from Constant Speed
Bus Number: 0410
Date: 11 -11 -04
Personnel: T.S. & R.C.
Temperature (OF): 56
Humidity (%): 45
Wind Speed (mph): 8
Wind Direction: SW
Barometric Pressure (in.Hg): 30.10
1
Verify that microphone height is 4 feet, wind speed is less than 12 mph and ambient
temperature is between 30 °F and 90 °F: ■ checked by: S.C.
Initial Sound Level Meter Calibration: ■ checked by: S.C.
Exterior Ambient Noise Level dB(A): 41.8
Accelerating from Constant Speed
Curb Ri ght Side
Accelerating from Constant Speed
Street Left Side
Run #
Measured Noise
Level dB(A)
Run #
Measured Noise Level
dB(A)
1
71.6
1
71.9
2
70.7
2
72.2
3
71.1
3
72.0
4
71.1
4
72.7
5
71.0
5
72.4
Average of two highest actual
noise levels = 71.4 dB(A)
Average of two highest actual
noise levels = 72.6 dB(A)
Final Sound Level Meter Calibration Check: ■ checked by: S.C.
Comments: None
102
EXTERIOR NOISE TEST DATA FORM
Accelerating from Standstill
Bus Number: 0410
Accelerating from Standstill
Street (Left) Side
Date: 11 -11 -04
Personnel: R.C. & T.S.
Run #
Temperature ( °F): 56
1
Humidity ( %): 45
Wind Speed (mph): 8
71.8
Wind Direction: SW
Barometric Pressure (in.Hg): 30.10
2
70.5
Verify that microphone height is 4 feet, wind speed is less than 12 mph and ambient
temperature is between 30 °F and 90 °F: ■ checked by: S.C.
Initial Sound Level Meter Calibration:
■ checked by: S.C.
Exterior Ambient Noise Level dB(A):
42.5
Accelerating from Standstill
Curb (Right) Side
Accelerating from Standstill
Street (Left) Side
Run #
Measured Noise
Level dB(A)
Run #
Measured
Noise Level
dB(A)
1
71.2
1
71.8
2
70.3
2
70.5
3
70.6
3
71.3
4
70.8
4
70.9
5
70.8
5
70.4
Average of two highest actual noise
levels= 71.0 dB(A)
Average of two highest actual noise
levels = 71.6 dB(A)
Final Sound Level Meter Calibration Check: ■ checked by: S.C.
Comments: None
103
EXTERIOR NOISE TEST DATA FORM
Stationary
Bus Number: 0410
Date: 11 -11 -04
Personnel: T.S. & R.C.
Temperature ( °F): 56
Humidity ( %): 45
Wind Speed (mph): 8
Wind Direction: SW
Barometric Pressure (in.Hg): 30.10
Verify that microphone height is 4 feet, wind speed is less than 12 mph and ambient
temperature is between 30 °F and 90 °F: ■ checked by: S.C.
Initial Sound Level Meter Calibration: ■ checked by. S.C.
Exterior Ambient Noise Level dB(A): 42.4
Accessories and Air Conditioning ON
Throttle Position
Engine RPM
Curb (Right) Side
dB(A)
Street (Left) Side
db(A)
Measured
Measured
Low Idle
700
62.3
62.0
High Idle
998
63.5
65.0
Wide Open Throttle
2,335
73.7
75.8
Accessories and Air Conditioning OFF
Throttle Position
Engine RPM
Curb (Right) Side
dB(A)
Street (Left) Side
db(A)
Measured
Measured
Low Idle
702
64.0.
62.9
High Idle
1,001
66.5
64.6
Wide Open Throttle
2,333
74.7
76.2
Final Sound Level Meter Calibration Check: ■ checked by: S.C.
Comments: None
104
7.2 EXTERIOR NOISE TEST
TEST BUS UNDERGOING
EXTERIOR NOISE TESTING
105
STU RAA TEST
12 YEAR
500,000 MILE BUS
from
GILLIG
MODEL LOW FLOOR
JANUARY 2012
PTI- BT -R1109
I
The Thomas D. Larson
Pennsylvania Transportation Institute
Vehicle Systems and Safety Program
201 Transportation Research Building (814) 865 -1891
The Pennsylvania State University
University Park, PA 16802
Bus Testing and Research Center
2237 Old Route 220 N. (814) 695 -3404
Duncansville, PA 16635
TABLE OF CONTENTS
Paqe
EXECUTIVE SUMMARY ........................................................................................... ...............................
3
ABBREVIATIONS..................................................................................................... ...............................
5
BUSCHECK -IN ........................................................................................................ ...............................
6
1. MAINTAINABILITY
STRUCTURAL STRENGTH AND DISTORTION TESTS - STRUCTURAL
1.1 ACCESSIBILITY OF COMPONENTS AND SUBSYSTEMS ........ ...............................
20
1.2 SERVICING, PREVENTATIVE MAINTENANCE, AND REPAIR AND
52
MAINTENANCE DURING TESTING ............................................ ...............................
23
1.3 REPLACEMENT AND /OR REPAIR OF SELECTED SUBSYSTEMS .........................
28
2. RELIABILITY - DOCUMENTATION OF BREAKDOWN AND REPAIR
64
TIMES DURING TESTING ................................................................................. ...............................
33
3. SAFETY - A DOUBLE -LANE CHANGE (OBSTACLE AVOIDANCE TEST) ..... ...............................
36
4. PERFORMANCE TESTS
68
4.1 PERFORMANCE - AN ACCELERATION, GRADEABILITY, AND TOP
STRUCTURAL STRENGTH AND DISTORTION TESTS
SPEEDTEST ................................................................................ ...............................
39
4.2 PERFORMANCE - BUS BRAKING PERFORMANCE TEST .............................43
71
5. STRUCTURAL INTEGRITY
5.1
STRUCTURAL STRENGTH AND DISTORTION TESTS - STRUCTURAL
SHAKEDOWN TEST .................................................................... ...............................
48
5.2
STRUCTURAL STRENGTH AND DISTORTION TESTS - STRUCTURAL
DISTORTION................................................................................ ...............................
52
5.3
STRUCTURAL STRENGTH AND DISTORTION TESTS - STATIC
TOWINGTEST ............................................................................. ...............................
64
5.4
STRUCTURAL STRENGTH AND DISTORTION TESTS - DYNAMIC
TOWINGTEST ............................................................................. ...............................
68
5.5
STRUCTURAL STRENGTH AND DISTORTION TESTS
- JACKING TEST .......................................................................... ...............................
71
5.6
STRUCTURAL STRENGTH AND DISTORTION TESTS
- HOISTING TEST ......................................................................... ...............................
73
5.7
STRUCTURAL DURABILITY TEST ............................................. ...............................
75
6. FUEL ECONOMY TEST - A FUEL CONSUMPTION TEST USING AN
APPROPRIATE OPERATING CYCLE ............................................................. ...............................
92
7. NOISE
7.1
INTERIOR NOISE AND VIBRATION TESTS .......................... ...............................
107
7.2
EXTERIOR NOISE TESTS ....................................................... ...............................
112
8. EMISSIONS
........................................................................... ............................... ............................118
2
EXECUTIVE SUMMARY
Gillig submitted a model Low Floor, CNG- powered 26 seat/30 -foot bus, for a 12
yr /500,000 mile STURAA test. The odometer reading at the time of delivery was 13,938
miles. Testing started on June 7, 2011 and was completed on January 30, 2012. The
Check -In section of the report provides a description of the bus and specifies its major
components.
The primary part of the test program is the Structural Durability Test, which also
provides the information for the Maintainability and Reliability results. The Structural
Durability Test was started on June 15, 2011 and was completed on December 9, 2011.
The interior of the bus is configured with seating for 26 passengers including the
driver. (7 seats fold away for 2 wheelchair positions). Free floor space will
accommodate 22 standing passengers resulting in a potential load of 48 persons. At
150 Ibs per person, this load results in a measured gross vehicle weight of 33,440 lbs.
The first segment of the Structural Durability Test was performed with the bus loaded to
a GVW of 33,440 Ibs. The middle segment was performed at a seated load weight of
30,310 Ibs and the final segment was performed at a curb weight of 26,310 Ibs.
Durability driving resulted in unscheduled maintenance and failures that involved a
variety of subsystems. A description of failures, and a complete and detailed listing of
scheduled and unscheduled maintenance is provided in the Maintainability section of
this report.
Effective January 1, 2010 the Federal Transit Administration determined that the
total number of simulated passengers used for loading all test vehicles will be based on
the full complement of seats and free -floor space available for standing passengers
(150 Ibs per passenger). The passenger loading used for dynamic testing will not be
reduced in order to comply with Gross Axle Weight Ratings (GAWR's) or the Gross
Vehicle Weight Ratings (GVWR's) declared by the manufacturer. Cases where the
loading exceeds the GAWR and /or the GVWR will be noted accordingly. During the
testing program, all test vehicles transported or operated over public roadways will be
loaded to comply with the GAWR and GVWR specified by the manufacturer.
Accessibility, in general, was adequate, components covered in Section 1.3
(Repair and /or Replacement of Selected Subsystems) along with all other components
encountered during testing, were found to be readily accessible and no restrictions were
noted.
The Reliability section compiles failures that occurred during Structural Durability
Testing. Breakdowns are classified according to subsystems. The data in this section
are arranged so that those subsystems with more frequent problems are apparent. The
problems are also listed by class as defined in Section 2. The test bus encountered no
Class 1 or Class 2 failures. Of the 18 reported failures, 15 were Class 3 and 3 were
Class 4.
The Safety Test, (a double -lane change, obstacle avoidance test) was safely
performed in both right -hand and left -hand directions up to a maximum test speed of 45
3
mph. The performance of the bus is illustrated by a speed vs. time plot. Acceleration
and gradeability test data are provided in Section 4, Performance. The average time to
obtain 50 mph was 29.47 seconds. The Stopping Distance phase of the Brake Test
was completed with the following results; for the Uniform High Friction Test average
stopping distances were 36.11' at 20 mph, 82.39' at 30 mph, 151.79' at 40 mph and
188.94' at 45 mph. The average stopping distance for the Uniform Low Friction Test
was 37.76'. There was no deviation from the test lane during the performance of the
Stopping Distance phase. During the Stability phase of Brake Testing the test bus
experienced no deviation from the test lane but did experience pull to the left during
both approaches to the Split Friction Road surface. The Parking Brake phase was
completed with the test bus maintaining the parked position for the full five minute
period with no slip or roll observed in both the uphill and downhill positions.
The Shakedown Test produced a maximum final loaded deflection of 0.049
inches with a permanent set ranging between -0.005 to 0.004 inches under a distributed
static load of 16,575 lbs. The Distortion Test was completed with all subsystems, doors
and escape mechanisms operating properly. No water leakage was observed
throughout the test. All subsystems operated properly.
The Static Towing Test was performed using a target load (towing force) of
31,572 lbs. All four front pulls were completed to the full test load with no damage or
deformation observed. The Dynamic Towing Test was performed by means of a front -
lift tow. The towing interface was accomplished using a hydraulic under -lift wrecker.
The bus was towed without incident and no damage resulted from the test. The
manufacturer does not recommend towing the bus from the rear; therefore, a rear test
was not performed. The Jacking and Hoisting Tests were also performed without
incident. The bus was found to be stable on the jack stands, and the minimum jacking
clearance observed with a tire deflated was 4.4 inches.
A Fuel Economy Test was run on simulated central business district, arterial, and
commuter courses. The results were 0.99 M /lb, 1.07 M /lb, and 1.80 M /lb respectively;
with an overall average of 1.17 M /lb.
A series of Interior and Exterior Noise Tests as well as Emissions Testing were
performed. These data are listed in Section 7.1, 7.2 and 8 respectively.
4
ABBREVIATIONS
ABTC - Altoona Bus Test Center
A/C - air conditioner
ADB - advance design bus
ATA -MC - The Maintenance Council of the American Trucking Association
CBD - central business district
CW - curb weight (bus weight including maximum fuel, oil, and coolant; but
without passengers or driver)
dB(A) - decibels with reference to 0.0002 microbar as measured on the "A" scale
DIR - test director
DR - bus driver
EPA - Environmental Protection Agency
FFS - free floor space (floor area available to standees, excluding ingress /egress areas,
area under seats, area occupied by feet of seated passengers, and the vestibule area)
GVL - gross vehicle load (150 lb for every designed passenger seating
position, for the driver, and for each 1.5 sq ft of free floor space)
GVW - gross vehicle weight (curb weight plus gross vehicle load)
GVWR - gross vehicle weight rating
MECH - bus mechanic
Mpg - miles per gallon
mph - miles per hour
PM - Preventive maintenance
PSBRTF - Penn State Bus Research and Testing Facility
PTI - Pennsylvania Transportation Institute
rpm - revolutions per minute
SAE - Society of Automotive Engineers
SCH - test scheduler
SEC - secretary
SLW - seated load weight (curb weight plus 150 lb for every designed passenger seating
position and for the driver)
STURAA - Surface Transportation and Uniform Relocation Assistance Act
TD - test driver
TECH - test technician
TM - track manager
TP - test personnel
5
TEST BUS CHECK -IN
I. OBJECTIVE
The objective of this task is to log in the test bus, assign a bus number, complete
the vehicle data form, and perform a safety check.
II. TEST DESCRIPTION
The test consists of assigning a bus test number to the bus, cleaning the bus,
completing the vehicle data form, obtaining any special information and tools from the
manufacturer, determining a testing schedule, performing an initial safety check, and
performing the manufacturer's recommended preventive maintenance. The bus
manufacturer must certify that the bus meets all Federal regulations.
III. DISCUSSION
The check -in procedure is used to identify in detail the major components and
configuration of the bus.
The test bus consists of a Gillig, model Low Floor. The bus has a front door,
forward of the front axle which is equipped with a Lift -U model LU11 -08 -05 fold out
handicap ramp and a rear door forward of the rear axle. Power is provided by a CNG-
fueled, Cummins model ISL G280 engine coupled to an Allison 3000 Series
transmission.
The measured curb weight is 7,860 Ibs for the front axle and 18,450 Ibs for the
rear axle. These combined weights provide a total measured curb weight of 26,310 Ibs.
There are 26 seats including the driver (7 fold away for 2 wheelchair positions) and
room for 22 standing passengers bringing the total passenger capacity to 48. Gross
load is 150 lb x 48 = 7,200 Ibs. At full capacity, the measured gross vehicle weight is
33,440 Ibs.
These test results were obtained prior to the accreditation of the lab on November 8, 2011;
therefore, are not considered to be accredited in accordance with A2LA policy.
6
VEHICLE DATA FORM
Bus Number: 1109
Arrival Date: 6 -7 -11
Bus Manufacturer: Gillig
Vehicle Identification
Number (VIN): 15GGE2718B1092262
Model Number: Low Floor
Date: 6 -7 -11
Personnel: B.L., E.D. & E.L.
Chassis: N/A
WEIGHT:
Individual Wheel Reactions:
Weights
(lb)
Front Axle
Middle Axle
Rear Axle
Right
Left
Right
Left
Right
Left
CW
3,950
3,910
N/A
N/A
91070
9,380
SLW
4,480
4,420
N/A
N/A
10,580
10,830
GVW
5,160
5,060
N/A
N/A
11,390
11,830
Total Weight Details:
Weight (I b)
CW
SLW
GVW
GAWR
Front Axle
7,860
8,900
10,220
11,000
Middle Axle
N/A
N/A
N/A
N/A
Rear Axle
18,450
21,410
23,220
23,500
Total
26,310
30,310
33,440
GVWR:34,500
Dimensions:
Length (ft/in)
30/8.5
Width (in)
100.0
Height (in)
133.5
Front Overhang (in)
89.75
Rear Overhang (in)
116.75
Wheel Base (in)
162.0
Wheel Track (in)
Front: 86.2
Rear: 78.6
Bus Number: 1109 Date: 6 -7 -11
CLEARANCES:
Lowest Point Outside Front Axle
Location: Frame under radius rod
Clearance(in): 8.4
Lowest Point Outside Rear Axle
Location: Transmission hose Clearance(in): 10.5
Lowest Point between Axles
Location: Skid plate Clearance(in): 11.0
Ground Clearance at the center (in)
12.6
Front Approach Angle (deg)
8.7
Rear Approach Angle (deg)
9.0
Ramp Clearance Angle de
8.8
Aisle Width (in)
21.3
Inside Standing Height at Center
Aisle (in)
Front — 94.3 Rear — 76.4
BODY DETAILS:
Body Structural Type
Semi — monocoque
Frame Material
Stainless steal
Body Material
Aluminum
Floor Material
Composite rear and plywood low floor
Roof Material
Aluminum — roof skin is fiberglass
Windows Type
■ Fixed
1 ■ Movable
Window Mfg. /Model No.
Ricon / AS -3 DOT 322 M -299
Number of Doors
1 Front
1 1 Rear
Mfr. / Model No.
Vapor/ Front -Slide Glide Rear Push Out Plug door
Dimension of Each Door (in)
I Front - 75.4 x 32.1
1 Rear — 77.3 x 38.1
Passenger Seat Type
❑ Cantilever
■ Pedestal
❑ Other
(explain)
Mfr. / Model No.
American Seating / 1 MBA36LNNNOBBO8
Driver Seat Type
■ Air
❑ Spring
❑ Other
(explain)
Mfr. / Model No.
Recaro / Liquid Cell
Number of Seats (including Driver)
26 (7 fold away for 2 wheelchair positions)
Bus Number: 1109 Date: 6 -7 -11
BODY DETAILS (Contd..)
Free Floor Space ( ft2 )
36.7
Height of Each Step at Normal
Position (in)
Front 1. 16.1 2. N/A 3. N/A
Middle 1. N/A 2. N/A 3. N/A
Rear 1. 15.5 2. N/A 3. N/A
Step Elevation Change - Kneeling
(in)
Front — 3.9 Rear — 1.3
Lm[ eRLIM
Type
❑ C. 1.
❑ Alternate Fuel
■ S.I.
❑ Other (explain)
Mfr. / Model No.
Cummins / ISL G280
Location
❑ Front
■ Rear
❑ Other
(explain)
Fuel Type
❑ Gasoline
■ CNG
❑ Methanol
❑ Diesel
❑ LNG
❑ Other
(explain)
Fuel Tank Capacity (indicate units)
21,636 Scf
Fuel Induction Type
■ Injected
❑ Carburetion
Fuel Injector Mfr. / Model No.
Cummins / ISL G280
Carburetor Mfr. / Model No.
N/A
Fuel Pump Mfr. / Model No.
Cummins / ISL G280
Alternator (Generator) Mfr. / Model
No.
Delco Remy / 08600083
Maximum Rated Output
(Volts / Amps)
28/450
Air Compressor Mfr. / Model No.
Wabco /Twin 30.4
Maximum Capacity (ft 3 / min)
30.4
Starter Type
■ Electrical
❑ Pneumatic
❑ Other
(explain)
Starter Mfr. / Model No.
Delco Remy / 8200517
Bus Number: 1109 Date: 6 -7 -11
TRANSMISSION
Transmission Type
❑ Manual
1 ■ Automatic
Mfr. / Model No.
Allison / 3000 Series
Control Type
❑ Mechanical
■ Electrical
❑ Other
Torque Converter Mfr. / Model No.
Allison / B40OR
Integral Retarder Mfr. / Model No.
Allison / 418
SUSPENSION
Number of Axles
2
Front Axle Type
❑ Independent
■ Beam Axle
Mfr. / Model No.
Arvin Meritor/ MF512155ANL33
Axle Ratio (if driven)
N/A
Suspension Type
■ Air
❑ Spring
❑ Other
(explain)
No. of Shock Absorbers
2
Mfr. / Model No.
Koni / 91 30215P1
Middle Axle Type
❑ Independent
❑ Beam Axle
Mfr. / Model No.
N/A
Axle Ratio (if driven)
N/A
Suspension Type
❑ Air
❑ Spring
❑ Other
(explain)
No. of Shock Absorbers
N/A
Mfr. / Model No.
N/A
Rear Axle Type
❑ Independent
■ Beam Axle
Mfr. / Model No.
Arvin Meritor/ R52316ONFL1844
Axle Ratio (if driven)
5.38
Suspension Type
■ Air
❑ Spring
❑ Other
(explain)
No. of Shock Absorbers
2
Mfr. / Model No.
Koni / 90 3031
10
Bus Number: 1109 Date: 6 -7 -11
WHEELS & TIRES
Front
Wheel Mfr./ Model No.
Alcoa / 22.5 x 8.25
Tire Mfr./ Model No.
Michelin / 275/70R 22.5
Rear
Wheel Mfr./ Model No.
Alcoa / 22.5 x 8.25
Tire Mfr./ Model No.
Michelin / 275/70R 22.5
BRAKES
Front Axle Brakes Type
■ Cam
I ❑ Disc
❑ Other (explain)
Mfr. / Model No.
Meritor / 15 x 6 Q+ (Cast Plus)
Middle Axle Brakes Type
❑ Cam
❑ Disc
❑ Other (explain)
Mfr. / Model No.
N/A
Rear Axle Brakes Type
■ Cam
❑ Disc
❑ Other (explain)
Mfr. / Model No.
Meritor / 16.5 x 7 Q+ (Cast Plus)
Retarder Type
N/A
Mfr. / Model No.
N/A
HVAC
Heating System Type
❑ Air
■ Water
❑ Other
Capacity (Btu /hr)
94,000
Mfr. / Model No.
I Thermo King / T14
Air Conditioner
■ Yes
❑ No
Location
Rear
Capacity (Btu /hr)
101,000
A/C Compressor Mfr. / Model No.
Thermo King / X426
STEERING
Steering Gear Box Type
Hydraulic gear
Mfr. / Model No.
TRW / TAS65
Steering Wheel Diameter
20.0
Number of turns (lock to lock)
4.75
11
Bus Number: 1109 Date: 6 -7 -11
Wheel Chair Ramps
Location: Front
Type: Fold out ramp
Wheel Chair Lifts
Location: N/A
Type: N/A
Mfr. / Model No.
Lift-U / LU11 -08 -05
Emergency Exit
Location: Windows
Doors
Roof hatch
Number: 4
2
1
CAPACITIES
Fuel Tank Capacity (units)
21,636 Scf
Engine Crankcase Capacity (gallons)
7.0
Transmission Capacity (gallons)
7.7
Differential Capacity (gallons)
5.5
Cooling System Capacity (gallons)
15.0
Power Steering Fluid Capacity
(quarts)
14.0
12
VEHICLE DATA FORM
Bus Number: 1109 Date: 6 -7 -11
List all spare parts, tools and manuals delivered with the bus.
Part Number Description Qty.
N/A N/A N/A
13
COMPONENT /SUBSYSTEM INSPECTION FORM
Bus Number: 1109 Date: 6 -07 -11
Subsystem
Checked
Comments
Air Conditioning Heating
and Ventilation
B.R.
Body and Sheet Metal
B.R.
Frame
B.R.
Steering
B.R.
Suspension
B.R.
Interior /Seating
B.R.
Axles
B.R.
Brakes
B.R.
Tires/Wheels
B.R.
Exhaust
B.R.
Fuel System
B.R.
Power Plant
B.R.
Accessories
B.R.
Lift System
B.R.
Interior Fasteners
B.R.
Batteries
B.R.
14
CHECK - IN
GILLIG
MODEL LOW FLOOR
15
CHECK - IN CONT.
GILLIG MODEL LOW FLOOR
EQUIPPED WITH A LIFT -U MODEL LU11 -08 -05
FOLDOUT HANDICAP RAMP
16
CHECK - IN CONT.
OPERATOR'S AREA
VIN TAG
17
CHECK - IN CONT.
INTERIOR FORWARD
INTERIOR REAR
18
CHECK - IN CONT.
ENGINE COMPARTMENT
CNG FUEL TANKS
19
1. MAINTAINABILITY
1.1 ACCESSIBILITY OF COMPONENTS AND SUBSYSTEMS
1.1 -I. TEST OBJECTIVE
The objective of this test is to check the accessibility of components and
subsystems.
1.1 -II. TEST DESCRIPTION
Accessibility of components and subsystems is checked, and where accessibility
is restricted the subsystem is noted along with the reason for the restriction.
1.1 -III. DISCUSSION
Accessibility, in general, was adequate. Components covered in Section 1.3
(repair and /or replacement of selected subsystems), along with all other components
encountered during testing, were found to be readily accessible and no restrictions were
noted.
20
ACCESSIBILITY DATA FORM
Bus Number: 1109 Date: 12 -14 -11
Component
Checked
Comments
ENGINE:
Oil Dipstick
E. D.
Oil Filler Hole
E. D.
Oil Drain Plug
E. D.
Oil Filter
E. D.
Fuel Filter
E. D.
Air Filter
E. D.
Belts
E. D.
Coolant Level
E. D.
Coolant Filler Hole
E. D.
Coolant Drain
E. D.
Spark/ Glow Plugs
E. D.
Alternator
E. D.
Diagnostic Interface Connector
E. D.
TRANSMISSION:
Fluid Dip -Stick
E. D.
Filler Hole
E. D.
Drain Plug
E. D.
SUSPENSION
Bushings
E. D.
Shock Absorbers
E. D.
Air Springs
E. D.
Leveling Valves
E. D.
Grease Fittings
E. D.
21
ACCESSIBILITY DATA FORM
Bus Number: 1109 Date: 12 -14 -11
Component
Checked
Comments
HVAC :
A/C Compressor
E. D.
Filters
E. D.
Fans
E. D.
ELECTRICAL SYSTEM:
Fuses
E. D.
Batteries
E. D.
Voltage regulator
E. D.
Voltage Converters
E. D.
Lighting
E. D.
MISCELLANEOUS:
Brakes
E. D.
Handicap Lifts /Ramps
E. D.
Instruments
E. D.
Axles
E. D.
Exhaust
E. D.
Fuel System
E. D.
OTHERS:
22
1.2 SERVICING, PREVENTIVE MAINTENANCE, AND
REPAIR AND MAINTENANCE DURING TESTING
1.2 -I. TEST OBJECTIVE
The objective of this test is to collect maintenance data about the servicing,
preventive maintenance, and repair.
1.2. -II. TEST DESCRIPTION
The test will be conducted by operating the NBM and collecting the following data
on work order forms and a driver log.
1. Unscheduled Maintenance
a. Bus number
b. Date
c. Mileage
d. Description of malfunction
e. Location of malfunction (e.g., in service or undergoing inspection)
f. Repair action and parts used
g. Man -hours required
2. Scheduled Maintenance
a. Bus number
b. Date
c. Mileage
d. Engine running time (if available)
e. Results of scheduled inspections
f. Description of malfunction (if any)
g. Repair action and parts used (if any)
h. Man -hours required
The buses will be operated in accelerated durability service. While typical items
are given below, the specific service schedule will be that specified by the manufacturer.
A. Service
1. Fueling
2. Consumable checks
3. Interior cleaning
B. Preventive Maintenance
4. Brake adjustments
5. Lubrication
6. 3,000 mi (or equivalent) inspection
23
7. Oil and filter change inspection
8. Major inspection
9. Tune -up
C. Periodic Repairs
1. Brake reline
2. Transmission change
3. Engine change
4. Windshield wiper motor change
5. Stoplight bulb change
6. Towing operations
7. Hoisting operations
1.2 -III. DISCUSSION
Servicing and preventive maintenance were performed at manufacturer - specified
intervals. The following Scheduled Maintenance Form lists the mileage, items serviced,
the service interval, and amount of time required to perform the maintenance. Table 1
is a list of the lubricating products used in servicing. Finally, the Unscheduled
Maintenance List along with Unscheduled Maintenance - related photographs is included
in Section 5.7, Structural Durability. This list supplies information related to failures that
occurred during the durability portion of testing. The Unscheduled Maintenance List
includes the date and mileage at which the malfunction occurred, a description of the
malfunction and repair, and the time required to perform the repair.
24
w
U
z
a
z
w
N F-
,, _ z
O Q
�o
LLI
LU
V
U)
rn
O
m
{j
25
0
0
°O,
0
0
0
0
g
°O,
°O,
�
o
0
0
0
o
GH
d
d
d
00
a)
C:
C:
0
•
0
0
_c
0
r
0
r
0
.0 q: .�
.r
a)
a)
D
D
0
0)
(DO
(1)
a1
Y
(L)
�
a)
Y
(1)
> Se
a)
>
O
>
U)
..c
r-
.9--
S--
C
-C
a) E
cl�
0�
0-0
0-0
0-0
0-0
o
o
a)
a)
CD
a)
a)
C)
(D C)
-id
O
a) M
() ca
a) ca
0) M
a) Cz
a)
Q) Q) a)
0).-
-0
C) .-
-0
CD .-
'0
0) .-
"0
0).-
"0
0).-
'
-6
cli
co
co
m
C15
w O
cd C C
m 0)
Y a)
Y ()
� a)
.Y a)
� m
� cv
� a)
c-0
C_— -0
c .Q
C.0
c.n
J=3 U U
W
V
�
�
cll
o
O
O
d
0
W
a
an
�
Q
.
Q
CL
a
c
c
c
c
�Lu
a:
Q
a:
d
dLL
<D
cli
co
J
4
ti
�
co
It
m
LU
M
iN
LU
T
T
T
T
T
T
T
f"
a
T
O
O
L6
r
O
❑
N
(O
T
I�
Cif
r-
O
00
N
00
M
00
T
C)
O
O
0
O
O
O
O
25
w
U
z
a
z
_w
Nz
°a
N r�
LLI
� J
"a
W
U
U)
0)
_0
T
m
rVl
26
0
0
0
0
0
0
0
o
a
0
0
0
0
0
O
m
Z
LU
°o
°o
00
°0
00•
o0
n
C?
0
�t
w
co
cis
m
V)
c
c
c
0
0
0
.1,
0
.7'
0
"O
o
H
?a)
>
>-2
?
?.�
?-
>32
Ua
c U
c U
c U
c()
c 0
c U
� U
:3-
��
:3 a)
:3 CD
:3 (1)
�-C
U
(n U
(o
CA
U
"p N
'0 U
70
-O
U
o
0-0
0-0
0-0
a) C
CO
C
W
W
1 (D
.1 N
W
U
cc
c
c
c
c
c
c
c
W
O
O
O
O
O
p
O
N
U
U
U
U
U
U
U
Q
Q
Q
Q..
0-
UU..
Q
C
na
a
a
a
a
n
0)
r
W J
r
C0O
_
cN
�
1
rn
�--
00
O
O
T
r
r
N
T
M
r
Ct
T
r,'
W
r
r
r
r
T
Y
T
r
T
T
T
r
r
r
a
o
N
o
O
r
C7
r
r
r
r
r
r
r
r
r
(V
r
26
Table 1. STANDARD LUBRICANTS
The following is a list of Texaco lubricant products used in bus testing conducted by the
Penn State University Altoona Bus Testing Center:
ITEM
PRODUCT CODE
TEXACO DESCRIPTION
Engine oil
#2112
URSA Super Plus SAE 30
Transmission oil
#1866
Automatic Trans Fluid
Mercon /Dexron II
Multipurpose
Gear oil
#2316
Multigear Lubricant
EP SAE 80W90
Wheel bearing &
#1935
Starplex II
Chassis grease
27
1.3 REPLACEMENT AND /OR REPAIR OF
SELECTED SUBSYSTEMS
1.3 -I. TEST OBJECTIVE
The objective of this test is to establish the time required to replace and /or repair
selected subsystems.
1.3 -II. TEST DESCRIPTION
The test will involve components that may be expected to fail or require
replacement during the service life of the bus. In addition, any component that fails
during the NBM testing is added to this list. Components to be included are-
1 . Transmission
2. Alternator
3. Starter
4. Batteries
5. Windshield wiper motor
1.3 -III. DISCUSSION
During the test, several additional components were removed for repair or
replacement. Following is a list of components and total repair /replacement time.
MAN HOURS
Right front shock. 1.00
Both lower, rear shock spacers. 1.00
Left front shock. 1.00
Rear lower control arm assembly,
track rod & mounting bracket. 24.00
Replaced left rear ABS sensor wire. 1.50
Rear axle lateral bar. 4.50
Left rear brake chamber & bracket. 3.00
Rear suspension beam eye bolt,
washers & nut. 2.00
Air tank bracket & drain fitting. 3.00
Upper bracket bolts, front passenger door. 4.50
0.1
At the end of the test, the remaining items on the list were removed and replaced.
The transmission assembly took 6.00 man -hours (two men 3.00 hrs) to remove and
replace. The time required for repair /replacement of the four remaining components is
given on the following Repair and /or Replacement Form.
P*1
REPLACEMENT AND /OR REPAIR FORM
Subsystem
Replacement Time
Transmission
6.00 man hours
Wiper Motor
1.00 man hours
Starter
1.00 man hours
Alternator
1.50 man hours
Batteries
0.50 man hours
K %7
1.3 REPLACEMENT AND /OR REPAIR OF
SELECTED SUBSYSTEMS
TRANSMISSION REMOVAL AND REPLACEMENT
(6.00 MAN HOURS)
WIPER MOTOR REMOVAL AND REPLACEMENT
(1.00 MAN HOURS)
31
1.3 REPLACEMENT AND /OR REPAIR OF
SELECTED SUBSYSTEMS CONT.
STARTER REMOVAL AND REPLACEMENT
(1.00 MAN HOURS)
ALTERNATOR REMOVAL AND REPLACEMENT
(1.50 MAN HOURS)
W
2. RELIABILITY - DOCUMENTATION OF BREAKDOWN
AND REPAIR TIMES DURING TESTING
2 -I. TEST OBJECTIVE
The objective of this test is to document unscheduled breakdowns, repairs, down
time, and repair time that occur during testing.
2 -II. TEST DESCRIPTION
Using the driver log and unscheduled work order forms, all significant
breakdowns, repairs, man -hours to repair, and hours out of service are recorded on the
Reliability Data Form.
CLASS OF FAILURES
Classes of failures are described below:
(a) Class 1: Physical Safety. A failure that could lead directly to
passenger or driver injury and represents a severe crash situation.
(b) Class 2: Road Call. A failure resulting in an en route interruption
of revenue service. Service is discontinued until the bus is replaced
or repaired at the point of failure.
(c) Class 3: Bus Change. A failure that requires removal of the bus from
service during its assignments. The bus is operable to a rendezvous
point with a replacement bus.
(d) Class 4: Bad Order. A failure that does not require removal of
the bus from service during its assignments but does degrade coach
operation. The failure shall be reported by driver, inspector, or
hostler.
2 -III. DISCUSSION
A listing of breakdowns and unscheduled repairs is accumulated during the
Structural Durability Test. The following Reliability Data Form lists all unscheduled
repairs under classes as defined above. These classifications are somewhat subjective
as the test is performed on a test track with careful inspections every two hours.
However, even on the road, there is considerable latitude on deciding how to handle
many failures.
The Unscheduled Repair List is also attached to provide a reference for the
repairs that are included in the Reliability Data Forms.
W
The classification of repairs according to subsystem is intended to emphasize
those systems which had persistent minor or more serious problems. There were no
Class 1 or 2 failures. Of the fifteen Class 3 failures, six involved the suspension system,
three each occurred with the brakes and doors and one with the electrical system.
These, and the remaining three Class 4 failures are available for review in the
Unscheduled Maintenance List, located in Section 5.7 Structural Durability.
34
RELIABILITY DATA FORMS
Bus Number: 1109 Date: 12 -09 -11
Personnel: Bob Reifsteck
Failure Type
Class 4
Class 3
Class 2
Class 1
Bad
Bus
Road
Physical
Order
Change
Call
Safety
Subsystems
Mileage
Mileage
Mileage
Mileage
Man
Hours
Down
Time
Suspension
1,384
2.00
4.00
1,463
1.00
118.00
1,722
1.00
16.00
3,785
24.00
187.00
4,146
2.00
1.00
4,379
2.00
2.00
5,451
13.00
120.00
6,614
4.50
184.00
7,802
2.00
26.00
Brakes
5,451
1.50
1.00
5,451
10.00
14.00
6,516
3.00
10.00
Doors
11,291
4.50
4.00
12,351
1.50
1.50
13,877
2.00
4.00
Air System
8,074
3.00
20.00
12,351
1.50
1.50
Electrical
4,730
6.00
77.00
35
3. SAFETY - A DOUBLE -LANE CHANGE
(OBSTACLE AVOIDANCE)
3 -I. TEST OBJECTIVE
The objective of this test is to determine handling and stability of the bus by
measuring speed through a double lane change test.
3 -II. TEST DESCRIPTION
The Safety Test is a vehicle handling and stability test. The bus will be operated
at SLW on a smooth and level test track. The bus will be driven through a double lane
change course at increasing speed until the test is considered unsafe or a speed of 45
mph is reached. The lane change course will be set up using pylons to mark off two 12
foot center to center lanes with two 100 foot lane change areas 100 feet apart. The bus
will begin in one lane, change to the other lane in a 100 foot span, travel 100 feet, and
return to the original lane in another 100 foot span. This procedure will be repeated,
starting first in the right -hand and then in the left -hand lane.
3 -III. DISCUSSION
The double -lane change was performed in both right -hand and left -hand
directions. The bus was able to safely negotiate the test course in both the right -hand
and left -hand directions up to the maximum test speed of 45 mph.
These test results were obtained prior to the accreditation of the lab on November 8, 2011;
therefore, are not considered to be accredited in accordance with A2LA policy.
K11
SAFETY DATA FORM
Bus Number: 1109 Date: 9 -23 -11
Personnel: B.G., T.S. & B.L.
Temperature ( °F): 66
Humidity ( %): 100
Wind Direction: Calm
Wind Speed (mph): Calm
Barometric Pressure (in.Hg): 30.06
SAFETY TEST: DOUBLE LANE CHANGE
Maximum safe speed tested for double -lane change to left
45 mph
Maximum safe speed tested for double -lane change to right
45 mph
Comments of the position of the bus during the lane change: A safe profile was
maintained through all portions of testing.
Comments of the tire /ground contact patch: Tire /ground contact was maintained
through all portions of testing.
MrA
3. SAFETY
RIGHT - HAND APPROACH
LEFT - HAND APPROACH
X1:3
4.1 PERFORMANCE - AN ACCELERATION, GRADEABILITY,
AND TOP SPEED TEST
4 -I. TEST OBJECTIVE
The objective of this test is to determine the acceleration, gradeability, and top
speed capabilities of the bus.
4 -II. TEST DESCRIPTION
In this test, the bus will be operated at SLW on the skid pad at the PSBRTF. The
bus will be accelerated at full throttle from a standstill to a maximum "geared" or "safe"
speed as determined by the test driver. The vehicle speed is measured using a Correvit
non - contacting speed sensor. The times to reach speed between ten mile per hour
increments are measured and recorded using a stopwatch with a lap timer. The time to
speed data will be recorded on the Performance Data Form and later used to generate
a speed vs. time plot and gradeability calculations.
4 -III. DISCUSSION
This test consists of three runs in both the clockwise and counterclockwise
directions on the Test Track. Velocity versus time data is obtained for each run and
results are averaged together to minimize any test variability which might be introduced
by wind or other external factors. The test was performed up to a maximum speed of
50 mph. The fitted curve of velocity vs. time is attached, followed by the calculated
gradeability results. The average time to obtain 50 mph was 29.47 seconds.
These test results were obtained prior to the accreditation of the lab on November 8, 2011;
therefore, are not considered to be accredited in accordance with A2LA policy.
W
PERFORMANCE DATA FORM
Bus Number: 1109
Date: 9 -23 -11
Personnel: B.G., T.S. & B.L.
Temperature ( °F): 66
Humidity ( %): 100
Wind Direction: Calm
Wind Speed (mph): Calm
Barometric Pressure (in.Hg): 30.06
Air Conditioning compressor -OFF
✓ Checked
Ventilation fans -ON HIGH
✓ Checked
Heater pump motor -Off
✓ Checked
Defroster -OFF
✓ Checked
xterior and interior lights -ON
✓ Checked
indows and doors - CLOSED
LE
✓ Checked
ACCELERATION, GRADEABILITY, TOP SPEED
Counter Clockwise Recorded Interval Times
Speed
Run 1
Run 2
Run 3
10 mph
4.29
3.95
3.89
20 mph
7.19
7.20
7.01
30 mph
12.13
11.79
11.29
40 mph
19.48
19.86
19.35
Top Test
Speed(mph) 50
31.50
31.51
30.73
Clockwise Recorded Interval Times
Speed
Run 1
Run 2
Run 3
10 mph
3.77
4.14
3.85
20 mph
6.61
7.27
7.16
30 mph
10.77
11.39
11.57
40 mph
18.05
19.05
18.73
Top Test
Speed(mph) 50
27.33
28.17
27.60
►, 111
PERFORMANCE SUMMARY SHEET
BUS MANUFACTURER :Gillig BUS NUMBER :1109
BUS MODEL :Low Floor TEST DATE :09/23/11
TEST CONDITIONS :
TEMPERATURE (DEC F ) 66.0
WIND DIRECTION Calm
WIND SPEED (MPH) ,0
HUMIDITY ( %) 100
BAROMETRIC PRESSURE (IN. HG) 30.1
------------------------------------------------------------------
VEHICLE SPEED
AVERAGE
TIME (SEC)
MAX. GRADE
(MPH)
CCW DIRECTION CW
DIRECTION
TOTAL -
10.0
4.04
3.92
3.98
20.0
7.13
7.01
7.07
30.0
11.74
17..24
11.49
40.0
19.56
18.61
19.09
50.0
----------------------------------
31.25
-------------------------
27.70
29.47
- - - - --
TEST SUMMARY
-------------------------------------------------------------------
VEHICLE SPEED
TIME
ACCELERATION
MAX. GRADE
(MPH)
(SEC)
(FT /SEC'2)
(%)
1,0
.29
5.0
15.8
5.0
1.50
4.7
14.6
10.0
3.16
4.2
13.2
15.0
5,01
3.7
11.7
20.0
7.09
3.3
10.3
25.0
9.45
2,9
9.0
30.0
12.17
2.5
7.8
35.0
15.35
2.1
6.6
40.0
19.11
118
5.5
45.0
23.65
1.5
4.5
50.0
-------------------------------------------------------------------
29.27
1.2
3.6
NOTE : Gradeability
results
were calculated from
performance
- - -- test data. Actual sustained
gradeability performance
for vehicles
equipped
with auto transmission may be
lower than the values
indicated here.
41
El PA
4.0 PERFORMANCE
4.2 Performance - Bus Braking
4.2 I. TEST OBJECTIVE
The objective of this test is to provide, for comparison purposes, braking
performance data on transit buses produced by different manufacturers.
4.2 II. TEST DESCRIPTION
The testing will be conducted at the PTI Test Track skid pad area. Brake tests
will be conducted after completion of the GVW portion of the vehicle durability test. At
this point in testing the brakes have been subjected to a large number of braking snubs
and will be considered well burnished. Testing will be performed when the bus is fully
loaded at its GVW. All tires on each bus must be representative of the tires on the
production model vehicle
The brake testing procedure comprises three phases:
Stopping distance tests
Dry surface (high- friction, Skid Number within the range of 70 -76)
Wet surface (low- friction, Skid Number within the range of 30 -36)
2. Stability tests
3. Parking brake test
Stopping Distance Tests
The stopping distance phase will evaluate service brake stops. All stopping
distance tests on dry surface will be performed in a straight line and at the speeds of 20,
30, 40 and 45 mph. All stopping distance tests on wet surface will be performed in
straight line at speed of 20 mph.
The tests will be conducted as follows:
1. Uniform High Friction Tests: Four maximum deceleration straight -line
brake applications each at 20, 30, 40 and 45 mph, to a full stop on a
uniform high- friction surface in a 3.66 -m (12 -ft) wide lane.
2. Uniform Low Friction Tests: Four maximum deceleration straight -line
brake applications from 20 mph on a uniform low friction surface in a 3.66 -
m (12 -ft) wide lane.
When performing service brake stops for both cases, the test vehicle is
accelerated on the bus test lane to the speed specified in the test procedure and this
speed is maintained into the skid pad area. Upon entry of the appropriate lane of the
skid pad area, the vehicle's service brake is applied to stop the vehicle as quickly as
961
possible. The stopping distance is measured and recorded for both cases on the test
data form. Stopping distance results on dry and wet surfaces will be recorded and the
average of the four measured stopping distances will be considered as the measured
stopping distance. Any deviation from the test lane will be recorded.
Stability Tests
This test will be conducted in both directions on the test track. The test consists
of four maximum deceleration, straight -line brake applications on a surface with split
coefficients of friction (i.e., the wheels on one side run on high- friction SN 70 -76 or more
and the other side on low- friction [where the lower coefficient of friction should be less
than half of the high one] at initial speed of 30 mph).
(1) The performance of the vehicle will be evaluated to determine if it is
possible to keep the vehicle within a 3.66m (12 ft) wide lane, with the dividing line
between the two surfaces in the lane's center. The steering wheel input angle required
to keep the vehicle in the lane during the maneuver will be reported.
Parking Brake Test
The parking brake phase utilizes the brake slope, which has a 20% grade. The
test vehicle, at its GVW, is driven onto the brake slope and stopped. With the
transmission in neutral, the parking brake is applied and the service brake is released.
The test vehicle is required to remain stationary for five minutes. The parking brake test
is performed with the vehicle facing uphill and downhill.
4.2 -III. DISCUSSION
The Stopping Distance phase of the Brake Test was completed with the following
results; for the Uniform High Friction Test average stopping distances were 36.11' at 20
mph, 82.39' at 30 mph, 151.79' at 40 mph and 188.94' at 45 mph. The average
stopping distance for the Uniform Low Friction Test was 37.76' There was no deviation
from the test lane during the performance of the Stopping Distance phase.
During the Stability phase of Brake Testing the test bus experienced no deviation
from the test lane but did experience pull to the left during both approaches to the Split
Friction Road surface.
The Parking Brake phase was completed with the test bus maintaining the parked
position for the full five minute period with no slip or roll observed in both the uphill and
downhill positions.
These test results were obtained prior to the accreditation of the lab on November 8, 2011;
therefore, are not considered to be accredited in accordance with A2LA policy.
44
Table 4.2 -6. Braking Test Data Forms
Bus Number: 1109
Date-8-31-11
Personnel: G.C., T.S. & E.D.
Right Tire(s)
Amb. Temperature ( °F): 72
Wind Speed (mph): 5
Wind Direction: E
Pavement Temp ( °F) Start: 80.7
End: 104.9
TIRE INFLATION PRESSURE (psi):
Tire Type: Front: Michelin XZU 275/70 R22.5 Rear: Michelin XZU 275/70 R22.5
Left Tire(s)
Right Tire(s)
Front
120
120
Rear
Inner
Outer
Inner
Outer
Rear
120
120
120
120
Rear
120
120
120
120
AXLE LOADS (lb) (GVW)
Left
Right
Front
3,910
3,950
Rear
9,070
9,380
Bus Number: 1109
Personnel: G.C., T.S. & E.D.
FINAL INSPECTION
1.1
Date: 8 -31 -11
Table 4.2 -7. Record of All Braking System Faults /Repairs.
Date
Personnel
I Fault /Repair
Description
8 -31 -11
G.C., T.S. &
E.D.
None noted.
1.1
Table 4.2 -8.1. Stopping Distance Test Results Form
Stopping Distance (ft)
Vehicle
Direction
Vehicle
Direction
CW
CW
CCW
CCW
2
Speed (mph)
Stop 1
Stop 2
Stop 3
Stop 4
Average
20 (dry)
34.67
38.56
32.64
38.55
36.11
30 (dry)
85.23
84.17
78.35
81.78
82.39
40 (dry)
152.45
156.29
145.17
153.22
151.79
45 (d ry)
199.12
202.88
174.43
179.32
188.94
20 (wet)
39.08
35.39
36.74
39.80
37.76
Table 4.2 -8.2. Stability Test Results Form
Stability Test Results (Split Friction Road surface)
Vehicle
Direction
Attempt
Did test bus stay in 12' lane? (Yes /No)
CW
1
Yes
2
Yes
CCW
1
Yes
2
Yes
Table 4.2 -8.3. Parking Brake Test Form
PARKING BRAKE (Fully Loaded) - GRADE HOLDING
Vehicle
Direction
Attempt
Hold
Time (min)
Slide
(in)
Roll
(in)
Did
Hold
No
Hold
Front up
1
5 min
X
2
3
Front
down
1
5 min
X
2
3
tl
5. STRUCTURAL INTEGRITY
5.1 STRUCTURAL STRENGTH AND DISTORTION TESTS -
STRUCTURAL SHAKEDOWN TEST
5.1 -I. DISCUSSION
The objective of this test is to determine certain static characteristics (e.g., bus
floor deflection, permanent structural deformation, etc.) under static loading conditions.
5.1 -II. TEST DESCRIPTION
In this test, the bus will be isolated from the suspension by blocking the vehicle
under the suspension points. The bus will then be loaded and unloaded up to a
maximum of three times with a distributed load equal to 2.5 times gross load. Gross
load is 150 lb for every designed passenger seating position, for the driver, and for each
1.5 sq ft of free floor space. For a distributed load equal to 2.5 times gross load, place a
375 -lb load on each seat and on every 1.5 sq ft of free floor space. The first loading
and unloading sequence will "settle" the structure. Bus deflection will be measured at
several locations during the loading sequences.
5.1 -III. DISCUSSION
This test was performed based on a maximum passenger capacity of 41 people
including the driver plus 2 wheelchair positions. The resulting test load is (41 x 375 lb) _
15,375 lbs. + 1,200 lbs. (2 wheelchair positions) = 16,575 lbs. The load is distributed
evenly over the passenger space. Deflection data before and after each loading and
unloading sequence is provided on the Structural Shakedown Data Form.
The unloaded height after each test becomes the original height for the next test.
Some initial settling is expected due to undercoat compression, etc. After each loading
cycle, the deflection of each reference point is determined. The bus is then unloaded
and the residual (permanent) deflection is recorded. On the final test, the maximum
loaded deflection was 0.049 inches at reference point 9. The maximum permanent
deflection after the final loading sequence ranged from -0.005 inches at reference points
1, and 12 to 0.004 inches at reference points 7, 9 and 10.
These test results were obtained prior to the accreditation of the lab on November 8, 2011;
therefore, are not considered to be accredited in accordance with A2LA policy.
El f:3
STRUCTURAL SHAKEDOWN DATA FORM
Bus Number: 1109
Date: 6 -14 -11
Personnel: T.S., E.L., E.D, J.P. & B.L.
Temperature (°F): 65
Loading Sequence: ■ 1 ❑ 2 ❑ 3 (check one)
Test Load (lbs): 16,575 (19 seated, 22 standees & 2 wheelchair positions)
Right
Front
of
Bus
Left
Indicate Approximate Location of Each Reference Point
11 10 9 8 0
12
1 2 3 4 5 6
0
Top View
Reference
Point No.
A (in)
Original
Height
B (in)
Loaded
Height
B -A (in)
Loaded
Deflection
C (in)
Unloaded
Height
C -A (in)
Permanent
Deflection
1
0
.023
.023
.015
. -15
2
0
.030
.030
.009
.009
3
0
.036
.036
.010
.010
4
0
.052
.052
.012
.012
5
0
.045
.045
.011
.011
6
0
.030
.030
-.003
-.003
7
0
.035
.035
-.002
-.002
8
0
.053
.053
.010
.010
9
0
.150
.150
.102
.102
10
0
.044
.044
.005
.005
11
0
.039
.039
.004
.004
12
0
.021
.021
.015
.015
El N
STRUCTURAL SHAKEDOWN DATA FORM
Bus Number: 1109
Date: 6 -14 -11
Personnel: T.S., E.L., E.D., B.L., S.C. & J.P.
Temperature (°F): 69
Loading Sequence: ❑ 1 ■ 2 ❑ 3 (check one)
Test Load (lbs): 16,575 (19 seated, 22 standees & 2 wheelchair positions)
Right
Front
of
Bus
Left
Indicate Approximate Location of Each Reference Point
11 10 9 8 0
12
1 2 3 4 5 6
0
Top View
Reference
Point No.
A (in)
Original
Height
B (in)
Loaded
Height
B -A (in)
Loaded
Deflection
C (in)
Unloaded
Height
C -A (in)
Permanent
Deflection
1
.015
.023
.008
.010
-.005
2
.009
.031
.022
.008
-.001
3
.010
.037
.027
.009
-.001
4
.012
.051
.039
.011
-.001
5
.011
.045
.034
.010
-.001
6
-.003
.027
.030
.000
.003
7
-.002
.034
.036
.002
.004
8
.010
.056
.046
.013
.003
9
.102
.151
.049
.106
.004
10
.005
.047
.042
.009
.004
11
.004
.040
.036
.005
.001
12
.015
.023
.008
.010
-.005
691
5.1 STRUCTURAL SHAKEDOWN TEST
DIAL INDICATORS IN POSITION
BUS LOADED TO 2.5 TIMES GVL
(167575 LBS)
51
5.2 STRUCTURAL STRENGTH AND DISTORTION
TESTS - STRUCTURAL DISTORTION
5.2 -I. TEST OBJECTIVE
The objective of this test is to observe the operation of the bus subsystems when
the bus is placed in a longitudinal twist simulating operation over a curb or through a
pothole.
5.2 -II. TEST DESCRIPTION
With the bus loaded to GVWR, each wheel of the bus will be raised (one at a
time) to simulate operation over a curb and the following will be inspected-
1 .
Body
2.
Windows
3.
Doors
4.
Roof vents
5.
Special seating
6.
Undercarriage
7.
Engine
8.
Service doors
9.
Escape hatches
10.
Steering mechanism
Each wheel will then be lowered (one at a time) to simulate operation through a pothole
and the same items inspected.
5.2 -III. DISCUSSION
The test sequence was repeated ten times. The first and last test is with all
wheels level. The other eight tests are with each wheel 6 inches higher and 6 inches
lower than the other three wheels.
All doors, windows, escape mechanisms, engine, steering and handicapped
devices operated normally throughout the test. The undercarriage and body indicated
no deficiencies. No water leakage was observed during the test. The results of this test
are indicated on the following data forms.
52
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 1109
Date: 6 -15 -11
Personnel: T.S., E.D., E.L. & B.L.
Temperature( °F): 74
Wheel Position : (check one)
All wheels level
■ before
❑ after
Left front
❑ 6 in higher
❑ 6 in lower
Right front
❑ 6 in higher
❑ 6 in lower
Right rear
❑ 6 in higher
❑ 6 in lower
Left rear
❑ 6 in higher
❑ 6 in lower
53
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
53
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 1109
Date: 6 -15 -11
Personnel: T.S., E.D., E.L. & B.L.
Temperature( °F): 74
Wheel Position : (check one)
All wheels level
❑ before
❑ after
Left front
■ 6 in higher
❑ 6 in lower
Right front
❑ 6 in higher
❑ 6 in lower
Right rear
❑ 6 in higher
❑ 6 in lower
Left rear
❑ 6 in higher
❑ 6 in lower
54
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
54
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 1109
Date: 6 -15 -11
Personnel: T.S., E.D., E.L. & B.L.
Temperature( °F): 74
Wheel Position : (check one)
All wheels level
❑ before
❑ after
Left front
❑ 6 in higher
❑ 6 in lower
Right front
■ 6 in higher
❑ 6 in lower
Right rear
❑ 6 in higher
❑ 6 in lower
Left rear
❑ 6 in higher
❑ 6 in lower
55
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
55
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 1109
Date: 6 -15 -11
Personnel: T.S., E.D., E.L. & B.L.
Temperature( °F): 74
Wheel Position : (check one)
All wheels level
❑ before
❑ after
Left front
❑ 6 in higher
❑ 6 in lower
Right front
❑ 6 in higher
❑ 6 in lower
Right rear
■ 6 in higher
❑ 6 in lower
Left rear
❑ 6 in higher
❑ 6 in lower
56
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
56
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 1109
Date: 6 -15 -11
Personnel: T.S., E.D., E.L. & B.L.
Temperature( °F): 74
Wheel Position : (check one)
All wheels level
❑ before
❑ after
Left front
❑ 6 in higher
❑ 6 in lower
Right front
❑ 6 in higher
❑ 6 in lower
Right rear
❑ 6 in higher
❑ 6 in lower
Left rear
■ 6 in higher
❑ 6 in lower
57
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
57
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 1109
Date: 6 -15 -11
Personnel: T.S., E.D., E.L. & B.L.
Temperature( °F): 74
Wheel Position : (check one)
All wheels level
❑ before
❑ after
Left front
❑ 6 in higher
■ 6 in lower
Right front
❑ 6 in higher
❑ 6 in lower
Right rear
❑ 6 in higher
❑ 6 in lower
Left rear
❑ 6 in higher
❑ 6 in lower
58
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
58
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 1109
Date: 6 -15 -11
Personnel: T.S., E.D., E.L. & B.L.
Temperature( °F): 74
Wheel Position : (check one)
All wheels level
❑ before
❑ after
Left front
❑ 6 in higher
❑ 6 in lower
Right front
❑ 6 in higher
■ 6 in lower
Right rear
❑ 6 in higher
❑ 6 in lower
Left rear
❑ 6 in higher
❑ 6 in lower
59
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
59
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 1109
Date: 6 -15 -11
Personnel: T.S., E.D., E.L. & B.L.
Temperature( °F): 74
Wheel Position : (check one)
All wheels level
❑ before
❑ after
Left front
❑ 6 in higher
❑ 6 in lower
Right front
❑ 6 in higher
❑ 6 in lower
Right rear
❑ 6 in higher
■ 6 in lower
Left rear
❑ 6 in higher
❑ 6 in lower
60
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
60
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 1109
Date: 6 -15 -11
Personnel: T.S., E.D., E.L. & B.L.
Temperature( °F): 74
Wheel Position : (check one)
All wheels level
❑ before
❑ after
Left front
❑ 6 in higher
❑ 6 in lower
Right front
❑ 6 in higher
❑ 6 in lower
Right rear
❑ 6 in higher
❑ 6 in lower
Left rear
❑ 6 in higher
■ 6 in lower
61
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
61
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Bus Number: 1109
Date: 6 -15 -11
Personnel: T.S., E.D., E.L. & B.L.
Temperature( °F): 74
Wheel Position : (check one)
All wheels level
❑ before
■ after
Left front
❑ 6 in higher
❑ 6 in lower
Right front
❑ 6 in higher
❑ 6 in lower
Right rear
❑ 6 in higher
❑ 6 in lower
Left rear
❑ 6 in higher
❑ 6 in lower
62
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
62
5.2 STRUCTURAL DISTORTION TEST
LEFT REAR WHEEL SIX INCHES LOWER
RIGHT FRONT WHEEL SIX INCHES HIGHER
1*1
5.3 STRUCTURAL STRENGTH AND DISTORTION
TESTS - STATIC TOWING TEST
5.3 -I. TEST OBJECTIVE
The objective of this test is to determine the characteristics of the bus towing
mechanisms under static loading conditions.
5.3 -II. TEST DESCRIPTION
Utilizing a load- distributing yoke, a hydraulic cylinder is used to apply a static
tension load equal to 1.2 times the bus curb weight. The load will be applied to both the
front and rear, if applicable, towing fixtures at an angle of 20 degrees with the
longitudinal axis of the bus, first to one side then the other in the horizontal plane, and
then upward and downward in the vertical plane. Any permanent deformation or
damage to the tow eyes or adjoining structure will be recorded.
5.3 -III. DISCUSSION
The load- distributing yoke was incorporated as the interface between the Static
Tow apparatus and the test bus tow hook /eyes. The test was performed to the full
target test weight of 31,572 Ibs (1.2 x 26,310 Ibs CW). No damage or deformation was
observed during all four front pulls of the test. Rear towing is not recommended.
64
STATIC TOWING TEST DATA FORM
Bus Number: 1109
Date: 12 -9 -11
Personnel: E.L., T.S., J.P., B.L. & E.D.
Temperature ( °F): 38
Inspect right front tow eye and adjoining structure.
Comments: No damage or deformation observed.
Check the torque of all bolts attaching tow eye and surrounding structure.
Comments: Torques verified.
Inspect left tow eye and adjoining structure.
Comments: No damage or deformation observed.
Check the torque of all bolts attaching tow eye and surrounding structure.
Comments: Torques verified.
Inspect right rear tow eye and adjoining structure.
Comments: N/A
Check the torque of all bolts attaching tow eye and surrounding structure.
Comments: N/A
Inspect left rear tow eye and adjoining structure.
Comments: N/A
Check the torque of all bolts attaching tow eye and surrounding structure.
Comments: N/A
General comments of any other structure deformation or failure: None noted.
All 4 front pulls were completed to the target test load of 31,572 lbs.
1.2 x 26 310 Ibs CW
65
5.3 STATIC TOWING TEST
FRONT 200 UPWARD PULL
FRONT 200 DOWN PULL
66
5.3 STATIC TOWING TEST CONT.
FRONT 200 LEFT PULL
FRONT 200 RIGHT PULL
67
5.4 STRUCTURAL STRENGTH AND DISTORTION TESTS -
DYNAMIC TOWING TEST
5.4 -I. TEST OBJECTIVE
The objective of this test is to verify the integrity of the towing fixtures and
determine the feasibility of towing the bus under manufacturer specified procedures.
5.4 -II. TEST DESCRIPTION
This test requires the bus be towed at curb weight using the specified equipment
and instructions provided by the manufacturer and a heavy -duty wrecker. The bus will
be towed for 5 miles at a speed of 20 mph for each recommended towing configuration.
After releasing the bus from the wrecker, the bus will be visually inspected for any
structural damage or permanent deformation. All doors, windows and passenger
escape mechanisms will be inspected for proper operation.
5.4 -III. DISCUSSION
The bus was towed using a heavy -duty wrecker. The towing interface was
accomplished by incorporating a hydraulic under lift. A front lift tow was performed.
Rear towing is not recommended. No problems, deformation, or damage was noted
during testing.
68
DYNAMIC TOWING TEST DATA FORM
Bus Number: 1109 1 Date: 12 -9 -11
Personnel: T.S., J.P., B.L. & E.D.
Temperature ( °F): 42
Humidity ( %): 49
Wind Direction: SW
Wind Speed (mph): 2
Barometric Pressure (in.Hg): 30.26
Inspect tow equipment -bus interface.
Comments: A safe and adequate connection was made between the tow equipment
and the bus.
Inspect tow equipment- wrecker interface.
Comments: A safe and adequate connection was made between the tow equipment
and the wrecker.
Towing Comments: A front lift tow was performed incorporating a hydraulic under
lift wrecker.
Description and location of any structural damage: No damage or deformation
was observed.
General Comments: No problems were encountered with the tow or towing
interface.
69
5.4 DYNAMIC TOWING TEST
TOWING INTERFACE
TEST BUS IN TOW
70
5.5 STRUCTURAL STRENGTH AND DISTORTION
TESTS - JACKING TEST
5.5 -I. TEST OBJECTIVE
The objective of this test is to inspect for damage due to the deflated tire, and
determine the feasibility of jacking the bus with a portable hydraulic jack to a height
sufficient to replace a deflated tire.
5.5 -II. TEST DESCRIPTION
With the bus at curb weight, the tire(s) at one corner of the bus are replaced with
deflated tire(s) of the appropriate type. A portable hydraulic floor jack is then positioned
in a manner and location specified by the manufacturer and used to raise the bus to a
height sufficient to provide 3 -in clearance between the floor and an inflated tire. The
deflated tire(s) are replaced with the original tire(s) and the hack is lowered. Any
structural damage or permanent deformation is recorded on the test data sheet. This
procedure is repeated for each corner of the bus.
5.5 -III. DISCUSSION
The jack used for this test has a minimum height of 8.75 inches. During the deflated
portion of the test, the jacking point clearances ranged from 4.4 inches to 11.9 inches.
No deformation or damage was observed during testing. A complete listing of jacking
point clearances is provided in the Jacking Test Data Form.
JACKING CLEARANCE SUMMARY
Condition
Frame Point Clearance
Front axle — one tire flat
8.7"
Rear axle — one tire flat
11.8"
Rear axle — two tires flat
8.8"
These test results were obtained prior to the accreditation of the lab on November 8, 2011;
therefore, are not considered to be accredited in accordance with A2LA policy.
71
JACKING TEST DATA FORM
Bus Number. 1109
Date: 6 -8 -11
Personnel: E.D., E.L. & B.L. ::::][Temperature
( °F): 78
Record any permanent deformation or damage to bus as well as any difficulty
encountered during jacking procedure.
72
Jacking Pad
Jacking Pad
Deflated
Clearance
Clearance
Tire
Body /Frame
Axle /Suspension
Comments
(in)
(in)
11.5" 1
7.7" 1
Right front
8.9" D
4.4" D
11.2" 1
7.7" 1
Left front
8.7" D
4.5" D
12.7" 1
9.9" 1
Right rear — outside
11.9" D
9.3" D
12.7" 1
9.9" 1
Right rear —both
9.8" D
7.8" D
12.5" 1
9.8" 1
Left rear — outside
11.8" D
9.3" D
12.5" 1
9.8" 1
Left rear —both
8.8" D
7.3" D
Right middle or
NA
NA
tag— outside
Right middle or
NA
NA
tag —both
Left middle or tag—
NA
NA
outside
Left middle or tag—
NA
NA
both
Additional comments of any deformation or difficulty during jacking:
72
5.6 STRUCTURAL STRENGTH AND DISTORTION
TESTS - HOISTING TEST
5.6 -I. TEST OBJECTIVE
The objective of this test is to determine possible damage or deformation caused
by the jack /stands.
5.6 -II. TEST DESCRIPTION
With the bus at curb weight, the front end of the bus is raised to a height sufficient
to allow manufacturer - specified placement of jack stands under the axles or jacking
pads independent of the hoist system. The bus will be checked for stability on the jack
stands and for any damage to the jacking pads or bulkheads. The procedure is
repeated for the rear end of the bus. The procedure is then repeated for the front and
rear simultaneously.
5.6 -III. DISCUSSION
The test was conducted using four posts of a six -post electric lift and standard 19
inch jack stands. The bus was hoisted from the front wheel, rear wheel, and then the
front and rear wheels simultaneously and placed on jack stands.
The bus easily accommodated the placement of the vehicle lifts and jack stands
and the procedure was performed without any instability noted.
These test results were obtained prior to the accreditation of the lab on November 8, 2011;
therefore, are not considered to be accredited in accordance with A2LA policy.
73
HOISTING TEST DATA FORM
Bus Number: 1109
Date: 6 -9 -11
Personnel: E.D., E,L, & B.L.
Temperature ( °F): 80
Comments of any structural damage to the jacking pads or axles while both
the front wheels are supported by the iack stands:
6.1 roUrA �. -.1
Comments of any structural damage to the jacking pads or axles while both
the rear wheels are supported by the iack stands:
6.1 roUrA �. -.1
Comments of any structural damage to the jacking pads or axles while both
the front and rear wheels are supported by the iack stands:
None noted.
74
5.7 STRUCTURAL DURABILITY TEST
5.7 -I. TEST OBJECTIVE
The objective of this test is to perform an accelerated durability test that
approximates up to 25 percent of the service life of the vehicle.
5.7 -II. TEST DESCRIPTION
The test vehicle is driven a total of 15,000 miles; approximately 12,500 miles on the
PSBRTF Durability Test Track and approximately 2,500 miscellaneous other miles. The
test will be conducted with the bus operated under three different loading conditions. The
first segment will consist of approximately 6,250 miles with the bus operated at GVW. The
second segment will consist of approximately 2,500 miles with the bus operated at SLW.
The remainder of the test, approximately 6,250 miles, will be conducted with the bus loaded
to CW. If GVW exceeds the axle design weights, then the load will be adjusted to the axle
design weights and the change will be recorded. All subsystems are run during these tests
in their normal operating modes. All recommended manufacturers servicing is to be
followed and noted on the vehicle maintainability log. Servicing items accelerated by the
durability tests will be compressed by 10:1; all others will be done on a 1:1 mi /mi basis.
Unscheduled breakdowns and repairs are recorded on the same log as are any unusual
occurrences as noted by the driver. Once a week the test vehicle shall be washed down
and thoroughly inspected for any signs of failure.
5.7 -III. DISCUSSION
The Structural Durability Test was started on June 15, 2011 and was conducted until
December 9, 2011. The first 6,250 miles were performed at a GVW of 33,440 lbs. and
completed on August 29, 2011. The next 2,500 mile SLW segment was performed at
30,310 Ibs and completed on October 21, 2011, and the final 6,250 mile segment was
performed at a CW of 26,310 Ibs and completed on December 9, 2011.
The following mileage summary presents the accumulation of miles during the
Structural Durability Test. The driving schedule is included, showing the operating duty
cycle. A detailed plan view of the Test Track Facility and Durability Test Track are attached
for reference. Also, a durability element profile detail shows all the measurements of the
different conditions. Finally, photographs illustrating some of the failures that were
encountered during the Structural Durability Test are included.
75
GILLIG - TEST BUS #/1109
MILEAGE DRIVEN /RECORDED FROM DRIVER'S LOGS
DATE
TOTAL
TOTAL
TOTAL
DURABILITY
OTHER
TRACK
MILES
06/13/11 TO
193.00
55.00
248.00
06/19/11
06/20/11 TO
731.00
45.00
776.00
06/26/11
06/27/11 TO
420.00
19.00
439.00
07/03/11
07/04/11 TO
168.00
20.00
188.00
07110/11
07/11/11 TO
941.00
39.00
980.00
07/17/11
07/18/11 TO
1058.00
96.00
1154.00
07/24/11
07/25/11 TO
0.00
0.00
0.00
07/31/11
08/01/11 TO
482.00
20.00
502.00
08/07/11
08108111 TO
414.00
29.00
443.00
08/14/11
08115111 TO
658.00
6100
721.00
08121/11
08/22111 TO
185.00
302.00
487.00
08/28/11
08/29111 TO
247.00
438.00
685.00
09/04/11
09105111 TO
0.00
0.00
0.00
09111/11
09/12/11 TO
463.00
72.00
535.00
09/18/11
76
GILLIG -TEST BUS #1109
MILEAGE DRIVEN /RECORDED FROM DRIVER'S LOGS
DATE
TOTAL
TOTAL
TOTAL
DURABILITY
OTHER
TRACK
MILES
09/19/11 TO
98.00
175.00
273.00
09/25/11
09/26/11 TO
613.00
39.00
652.00
10/02/11
10/03/11 TO
579.00
210.00
789.00
10/09/11
10/10/11 TO
0.00
0.00
0.00
10116/11
10/17/11 TO
0.00
69.00
69.00
10/23/11
10/24/11 TO
873.00
154.00
1027.00
10130/11
10/31/11 TO
742.00
32.00
774.00
11/06/11
11/07/11 TO
1151.00
74.00
1225.00
11113/11
11/14/11 TO
710.00
34.00
744.00
11/20/11
11/21/11 TO
764.00
68.00
832.00
11/27111
11/28/11 TO
1012.00
71.00
1083.00
12/04/11
12/05111 TO
0.00
382.00
382.00
12/11/11
TOTAL
12502.00
2506.001
15008.00
77
TaWe 4, Driving SchedUle for Bus Ope afi on on the OuraWffty 1'est Track,
STANDARD OPIERATING SCIAEDULE
Monday through Friday
HOLIR ACTION
S 1, D
hift 1 rniMqfa
'I AO arn C
1:50 am, B
2:00 am, �D
3 :35 ann C
3,45 am B
4,05 arn D
5:40 am, C
5:50 am B
6:00 am, D
T40 arn C
TM, a rn, F
Sl�Hl 2 8M arn, D
9,40 arn C
9�501 arn B
1 UO an,�
11:35 i'Arri
11,45 am B
'12:05 pirn D
111,40 pni C
1 :50 prn B
2:00 pfn D
3AO Prf r C
3�50, pni P
Slfft 3 41301 par D
5:40, �pr,n C
5:501 pm B
61001 pm D
7:40 prn C
T50 pirri 13
&05 Prn D
9AO prn (I
9:50 prn B
101:00 Prn D
11 ; 40 pai C
11:50, ern 1'.",
B,......._..., r:
C--Cydle aU sterns five tirncys, Osual iin:specUon, driver's log ellWes
p:: D m..Drive bus as speGMed by procedure
l'-.-Fuel tws, cornpMe ddver's log shM ent,des
78
"I"LAN VIEW O�F PENN STATE, RUS TESI ING, AND
RESEARCH FACILITY"
79
Mao
is
4-J
(0/)
Cal)
>11
0
COOL
cl)
1:
c CL
m (3) 0) 1 C
Staggered
Buimps
(10 rn ph)
Railroad
Crossing
(8 mpl,i)
I" Random
Chuck Holes
(2,0 mph)
Chatter Bunips
(20 mph)
4" !Chuck Hole
(6 mph)
High Crown 0'., 1.5"
Intersection
(20 mph)
Frame Twiist
(10 rnph)
01 uw
ffyp�cal)
70---L.
15d . skew
1-0 M, Note: i bridge
This hole has,
to hl k one s,ide on a d:aily
rotationall tea sl,s,
f-
V.
01-1.01,
3.5I"
Durability ElIemient Profiles
The Pennsylvania Transportation Institute
Penn State
81
o.- 6-
LU
V
a
z
H i
O
T
©1
O)w
MJ.
ate:
wl
2
V
z
M
z LU
CD
C)
O
O
C)
Q
Q O
0 2
4
oo
co
Q
C
M
acv
p O V
s �
C a)
d'
n
mY @
O
0
CU
*
L� _r_ IY
Z
°
o
CO
°O•
°
O•
°
o
°
o
q Un
U
N
r^
r
N
CN
CN
(.0 r
O
a)
L O
U
O
L O ,
N
U)
C t N
U
C
a)
2
U
C
o
C
o
c�ri 0
O
cn�
fCf
>
0— a)
n
3
n
� U
�
v
O (ll
fa
0.
C;)
i77
O
C
CCS rn
H
4-1 L
c a)
2 o
Q
C
M
acv
p O V
s �
C a)
d'
n
mY @
O
0
CU
*
L� _r_ IY
n
3
n
LL
-n
C
v
O (ll
C;)
f
C
oc
�;a
C
M
acv
p O V
00
C a)
d'
a�
M OL
0
CU
a
E
O
m
O Y
U
co
a) 0
C
0
0
U
U
`^�
O
0
O
O C "�
OC
O
U) a)
L
a)
L O
U
O
L O ,
N
U)
C t N
U
C
a)
c
U
C
o
C
o
c�ri 0
O
cn�
fCf
>
0— a)
a
�•�
NON
O�
tB O
(� Q
�crmcoa
o
o
� 0•o a)
4
�=
E Q
oo m m
ro
F— O
P
P°
co
0
oE��
" a)
0 U0)
a) C:
`�-"
f
�
M
c4
o o cv
� c6
O
N C
0.
f� to
O -0 a) C-
a) C-
[Y
W CN6 OU E
iY
�-
H m o W
i— W
LL
-n
C
v
O (ll
a)
f
O
oc
�;a
O
acv
p O V
00
c
d'
a�
Ch
0
CU
O
O
m
U
cfl
C
0
0
0.
O
O
00
N
O
O
O
O O
U
O
C
C� W .n
C L
O CC
U "C
CO 0
....
C
� � 'O
Q) C
vL— �)
5
G
O
`t
fCf
>
a
�•�
NON
C
tB O
(� Q
•�
E L
O
4
a
P E
F— O
P
P°
co
C\l
LO
Cf)
LO
f
ce)
I�i
L
LL
f
O
1`
N
m o
Ltd
00
c
d'
a�
Ch
0
O a)
O
O
O
U
cfl
C
0
0
O
O
O
00
N
O
O
O
N E
E
C
O
() (�
Y -1
w
'- C2
a)
O O
S .—
0
`)
tea)
16.0
NON
C
^�
Cf)
C C
^
=1
4
a
Cf)
LO
f
ce)
I�i
L
LL
f
O
1`
N
M
Ltd
00
tt�
d'
Ch
O
O
O
N
cfl
i
I
0
O
O
O
00
O
O
O
O
O
O
O
O
82
LLI
U
Z
Z
LU
F-
�Z
oa
N
oa
M J
.L ❑
LL[
U)
Z
M
0) rn
0
N
m
i.�
Z lL
°o,
C!
Co
q
°o
°a,
°o,
o
I
o
0 090
CN
r
r
CO
N
N
O
O
O
O
Z O
O
O
a=
M
r
O
r
M
d'
N
N
co
20
U
U
O c
U
L
(B -0
(�
Q
N co
O `
U
a) C
(�
v
L
L) a)
C L
(U
a
X
@
.�
¢
N
N
a)
ll
M
L
co
Y
O
Q
_
Co UH
'" `� �•
ca
ca
ca
O
�n
�V 6i
-0 E2 .� -0
Y
a)
a)
04
N
11
a)
L
2
cz
C
m
�O
'(o
0) Q Q
a)
>. C
a) m
M C
++ Q.'�
ca L
a
O
0
O
a)
> ro
o_�_
coi
m
v
m
V
o
cd
ocU
a)
U 4)
(0�
o a) C
Ear` -L
n
a
a
E'-�°
ca
a
E xc
D x
o
a)
a)
a) °�
o
a) Z L
a) a) o ')
o
a)
ty)
X
(0
a)
C
U
C
O
N
E
RCS
N
a)
C
o
(D
E
.0
C
C
0)
O
E
-C
„_
�
Sa C
O
VC
E
(d
a) (9
C (n
n
0
co
U
00
cr a
O
N
>
U
(D
N
'C
C " U
O
LU
Y C
(0 C
L Q
O 'C
CL
OL
U
N U
c4 -Q
a)
=s
'C O C
�[
(d
L mo
(n
(Li
L C ._
_
�ro
��
°)Y
7c
Eo
mono
roZ'
c� �
m �
a) �
(D
(D
a)
(D
a) �
o
f— m O
I— m
to
0')
N
cc
O
LLu J
'It
�
LC)
(fl
ti
i-
LO
LO
co
co
co
ti
00
Lu
r
T
r
r
T
r
r
T
r
T
r
T
T
T
~
Lh
N
4
u�
d)
cYi
0
N
N
O
r
r-
&
N
O
O
00
00
0)
a)
a)
O
O
O
C)
O
O
T-
83
W
U
z
Q
z
w
F
M Z
oa
M�
Iw
I J
n
w
V
tq
z
m
zwCo
°
Lq
Co
'r
r
r
0 m
n
Lq
°
z
Lq
Q =
r
r
N
�O
L
O
O N
O
Y
tU
Q"
(n
L
C
�
Q LO
p
Y
H
L
V
Q
�
U
C O
(0 0.
i Q
0-0
aN
m
o
o-oo
o C
co
M
E��?
E
a
o
0
0
Q
Y
o .0
C
o
(Jj
O
L
,-
�
w
�o
c
m
L
o
V
c
O
C
ul
y
� N
O
L
—
L
Q
U C
Q
co
.-
�
cu co
N Y
,Y
co cc
2
4 cLo
CD
.ti
C
.0 0
L
N O
CL
C O
O
i
.0 O
F 5C
U-
1-
Ul J
N
M
�
R
c-
N
N
C7
1LJ
r
r
r
r
r
r
r
r
Q
O
r
r
r
r
r
C[
r
84
UNSCHEDULED MAINTENANCE
LEAKING RIGHT FRONT SHOCK
(1,384 TEST MILES)
NEW REAR, LOWER SHOCK SPACERS
(1,463 TEST MILES)
85
UNSCHEDULED MAINTENANCE CONT.
CRACKED TRANSVERSE BAR IN REAR, LOWER
CONTROL ARM ASSEMBLY
(3,785 TEST MILES)
86
UNSCHEDULED MAINTENANCE CONT.
CRACKED TRANSVERSE BAR IN REAR, LOWER
CONTROL ARM ASSEMBLY
(3,785 TEST MILES)
BROKEN TRACK ROD EYE
(3,785 TEST MILES)
87
UNSCHEDULED MAINTENANCE CONT.
FRONT SHOCK LEAKING OIL
(4,379 TEST MILES)
FAILED ALTERNATOR
(4,730 TEST MILES)
::
UNSCHEDULED MAINTENANCE CONT.
BROKEN LEFT REAR ABS SENSOR
(5,451 TEST MILES)
BROKEN LEFT REAR BRAKE CHAMBER BRACKET
(5,451 TEST MILES)
89
UNSCHEDULED MAINTENANCE CONT.
BROKEN RIGHT REAR BRAKE CHAMBER BRACKET
(6,516 TEST MILES)
FAILED BUSHING; REAR AXLE LATERAL BAR
(6,614 TEST MILES)
90
UNSCHEDULED MAINTENANCE CONT.
FAILED AIR TANK MOUNTING BRACKET
(8,074 TEST MILES)
BROKEN BOLTS FRONT DOOR; UPPER SUPPORT
BRACKET (13,877 TEST MILES)
91
6. FUEL ECONOMY TEST - A FUEL CONSUMPTION
TEST USING AN APPROPRIATE OPERATING CYCLE
6 -I. TEST OBJECTIVE
The objective of this test is to provide accurate comparable fuel consumption data
on transit buses produced by different manufacturers. This fuel economy test bears no
relation to the calculations done by the Environmental Protection Agency (EPA) to
determine levels for the Corporate Average Fuel Economy Program. EPA's calculations
are based on tests conducted under laboratory conditions intended to simulate city and
highway driving. This fuel economy test, as designated here, is a measurement of the
fuel expended by a vehicle traveling a specified test loop under specified operating
conditions. The results of this test will not represent actual mileage but will provide data
that can be used by recipients to compare buses tested by this procedure.
6 -II. TEST DESCRIPTION
This test requires operation of the bus over a course based on the Transit Coach
Operating Duty Cycle (ADB Cycle) at seated load weight using a procedure based on
the Fuel Economy Measurement Test (Engineering Type) For Trucks and Buses: SAE
1376 July 82. The procedure has been modified by elimination of the control vehicle
and by modifications as described below. The inherent uncertainty and expense of
utilizing a control vehicle over the operating life of the facility is impractical.
The fuel economy test will be performed as soon as possible (weather permitting)
after the completion of the GVW portion of the structural durability test. It will be
conducted on the bus test lane at the Penn State Test Facility. Signs are erected at
carefully measured points which delineate the test course. A test run will comprise 3
CBD phases, 2 Arterial phases, and 1 Commuter phase. An electronic fuel measuring
system will indicate the amount of fuel consumed during each phase of the test. The
test runs will be repeated until there are at least two runs in both the clockwise and
counterclockwise directions in which the fuel consumed for each run is within ± 4
percent of the average total fuel used over the 4 runs. A 20- minute idle consumption
test is performed just prior to and immediately after the driven portion of the fuel
economy test. The amount of fuel consumed while operating at normal /low idle is
recorded on the Fuel Economy Data Form. This set of four valid runs along with idle
consumption data comprise a valid test.
These test results were obtained prior to the accreditation of the lab on November 8, 2011;
therefore, are not considered to be accredited in accordance with A2LA policy.
92
The test procedure is the ADB cycle with the following four modifications:
The ADB cycle is structured as a set number of miles in a fixed time in the
following order: CBD, Arterial, CBD, Arterial, CBD, and Commuter. A
separate idle fuel consumption measurement is performed at the beginning
and end of the fuel economy test. This phase sequence permits the reporting
of fuel consumption for each of these phases separately, making the data
more useful to bus manufacturers and transit properties.
2. The operating profile for testing purposes shall consist of simulated transit
type service at seated load weight. The three test phases (figure 6 -1) are: a
central business district (CBD) phase of 2 miles with 7 stops per mile and a
top speed of 20 mph; an arterial phase of 2 miles with 2 stops per mile and a
top speed of 40 mph; and a commuter phase of 4 miles with 1 stop and a
maximum speed of 40 mph. At each designated stop the bus will remain
stationary for seven seconds. During this time, the passenger doors shall be
opened and closed.
3. The individual ADB phases remain unaltered with the exception that 1 mile
has been changed to 1 lap on the Penn State Test Track. One lap is equal to
5,042 feet. This change is accommodated by adjusting the cruise distance
and time.
4. The acceleration profile, for practical purposes and to achieve better
repeatability, has been changed to "full throttle acceleration to cruise
speed ".
Several changes were made to the Fuel Economy Measurement Test
(Engineering Type) For Trucks and Buses: SAE 1376 July 82:
1. Sections 1.1, and 1.2 only apply to diesel, gasoline, methanol, and any other
fuel in the liquid state (excluding cryogenic fuels).
1.1 SAE 1376 July 82 requires the use of at least a 16 -gal fuel tank. Such
a fuel tank when full would weigh approximately 160 lb. It is judged that a 12 -gal tank
weighing approximately 120 lb will be sufficient for this test and much easier for the
technician and test personnel to handle.
93
1.2 SAE 1376 July 82 mentions the use of a mechanical scale or a flow
meter system. This test procedure uses a load cell readout combination that provides
an accuracy of 0.5 percent in weight and permits on -board weighing of the gravimetric
tanks at the end of each phase. This modification permits the determination of a fuel
economy value for each phase as well as the overall cycle.
2. Section 2.1 applies to compressed natural gas (CNG), liquefied natural gas
(LNG), cryogenic fuels, and other fuels in the vapor state.
2.1 A laminar type flow meter will be used to determine the fuel
consumption. The pressure and temperature across the flow element will be monitored
by the flow computer. The flow computer will use this data to calculate the gas flow
rate. The flow computer will also display the flow rate (scfm) as well as the total fuel
used (scf). The total fuel used (scf) for each phase will be recorded on the Fuel
Economy Data Form.
3. Use both Sections 1 and 2 for dual fuel systems.
FUEL ECONOMY CALCULATION PROCEDURE
A. For diesel, gasoline, methanol and fuels in the liquid state.
The reported fuel economy is based on the following: measured test quantities- -
distance traveled (miles) and fuel consumed (pounds); standard reference values- -
density of water at 60 °F (8.3373 Ibs /gal) and volumetric heating value of standard fuel;
and test fuel specific gravity (unitless) and volumetric heating value (BTU /gal). These
combine to give a fuel economy in miles per gallon (mpg) which is corrected to a
standard gallon of fuel referenced to water at 60 °F. This eliminates fluctuations in fuel
economy due to fluctuations in fuel quality. This calculation has been programmed into
a computer and the data processing is performed automatically.
The fuel economy correction consists of three steps:
1.) Divide the number of miles of the phase by the number of pounds of fuel
consumed
total miles
phase miles per phase per run
CBD 1.9097 5.7291
ART 1.9097 3.8193
COM 3.8193 3.8193
FEom;/ib = Observed fuel economy = miles
lb of fuel
94
2.) Convert the observed fuel economy to miles per gallon [mpg] by multiplying
by the specific gravity of the test fuel Gs (referred to water) at 60 °F and
multiply by the density of water at 60 °F
FEompg = FEcmi/ib x Gs x Gw
where Gs = Specific gravity of test fuel at 60 °F (referred to water)
Gw = 8.3373 lb/gal
3.) Correct to a standard gallon of fuel by dividing by the volumetric heating
value of the test fuel (H) and multiplying by the volumetric heating value of
standard reference fuel (Q). Both heating values must have the same units.
FEc = FEompg x Q
H
where
H = Volumetric heating value of test fuel [BTU /gal]
Q = Volumetric heating value of standard reference fuel
Combining steps 1 -3 yields
FEc = miles x (Gs x Gw) x Q
Ibs H
4.) Covert the fuel economy from mpg to an energy equivalent of miles per
BTU. Since the number would be extremely small in magnitude, the energy
equivalent will be represented as miles /BTUx106.
Eq = Energy equivalent of converting mpg to mile /BTUx106.
Eq = ((mpg) /(H))x106
B. CNG, LNG, cryogenic and other fuels in the vapor state.
The reported fuel economy is based on the following: measured test quantities- -
distance traveled (miles) and fuel consumed (scf); density of test fuel, and volumetric
heating value (BTU /Ib) of test fuel at standard conditions (P =14.73 psia and T =60 EF)
95
These combine to give a fuel economy in miles per lb. The energy equivalent
(mile /BTUx106) will also be provided so that the results can be compared to buses that
use other fuels.
1.) Divide the number of miles of the phase by the number of standard cubic
feet (scf) of fuel consumed.
total miles
phase miles per phase per run
CBD 1.9097 5.7291
ART 1.9097 3.8193
COM 3.8193 3.8193
FEomi/scf = Observed fuel economy = miles
scf of fuel
2.) Convert the observed fuel economy to miles per lb by dividing FEo by the
density of the test fuel at standard conditions (Lb/ft).
Note: The density of test fuel must be determined at standard
conditions as described above. If the density is not defined at the
above standard conditions, then a correction will be needed before the
fuel economy can be calculated.
FEomi/ib = FEo / Gm
where Gm = Density of test fuel at standard conditions
3.) Convert the observed fuel economy (FEomi /lb) to an energy equivalent of
(miles /BTUx106) by dividing the observed fuel economy (FEomi /lb) by the
heating value of the test fuel at standard conditions.
where
Eq = ((FEomi /lb) /H)x106
Eq = Energy equivalent of miles /lb to mile /BTUx106
H = Volumetric heating value of test fuel at standard conditions
96
6 -III. DISCUSSION
This is a comparative test of fuel economy using CNG fuel with a heating value of
1,008.1 btu /Ib. The driving cycle consists of Central Business District (CBD), Arterial
(ART), and Commuter (COM) phases as described in 6 -II. The fuel consumption for
each driving cycle and for idle is measured separately. The results are corrected to a
reference fuel with a volumetric heating value of 126,700.0 btu /gal.
An extensive pretest maintenance check is made including the replacement of all
lubrication fluids. The details of the pretest maintenance are given in the first three
Pretest Maintenance Forms. The fourth sheet shows the Pretest Inspection. The next
sheet shows the correction calculation for the test fuel. The next four Fuel Economy
Forms provide the data from the four test runs. Finally, the summary sheet provides the
average fuel consumption. The overall average is based on total fuel and total mileage
for each phase. The overall average fuel consumption values were; CBD — 0.92 M /lb,
ART — 0.99 M /lb, and COM — 1.67 M /lb. Average fuel consumption at idle was 4.73
lb/hr.
97
FUEL ECONOMY PRE -TEST MAINTENANCE FORM
Bus Number: 1109 Date: 9 -19 -11 SLW (lbs): 30,310
Personnel: S.C. & T.S.
FUEL SYSTEM
OK
Date
Initials
Install fuel measurement system
✓
9 -19 -11
S.C.
Replace fuel filter
✓
9 -19 -11
S.C.
Check for fuel leaks
✓
9 -19 -11
S.C.
Specify fuel type (refer to fuel analysis)
I CNG
Remarks: None noted.
BRAKES /TIRES
OK
Date
Initials
Inspect hoses
✓
9 -19 -11
S.C.
Inspect brakes
✓
9 -19 -11
S.C.
Relube wheel bearings
✓
9 -19 -11
T.S
Check tire inflation pressures (mfg. specs.)
✓
9 -19 -11
S.C.
Remarks: None noted.
COOLING SYSTEM
OK
Date
Initials
Check hoses and connections
✓
9 -19 -11
S.C.
Check system for coolant leaks
✓
9 -19 -11
S.C.
Remarks: None noted.
98
FUEL ECONOMY PRE -TEST MAINTENANCE FORM (page 2)
Bus Number: 1109
Date: 9 -19 -11
Personnel: S.C. & T.S.
ELECTRICAL SYSTEMS
OK
Date
Initials
Check battery
✓
9 -19 -11
S.C.
Inspect wiring
✓
9 -19 -11
S.C.
Inspect terminals
✓
9 -19 -11
S.C.
Check lighting
✓
9 -19 -11
S.C.
Remarks: None noted.
DRIVE SYSTEM
OK
Date
Initials
Drain transmission fluid
✓
9 -19 -11
T.S.
Replace filter /gasket
✓
9 -19 -11
T.S.
Check hoses and connections
✓
9 -19 -11
T.S.
Replace transmission fluid
4,"9-19-11
-19 -11
T.S.
Check for fluid leaks
T.S.
Remarks: None noted.
LUBRICATION
OK
Date
Initials
Drain crankcase oil
✓
9 -19 -11
T.S.
Replace filters
✓
1 9 -19 -11
T.S.
Replace crankcase oil
✓
9 -19 -11
T.S.
Check for oil leaks
✓
9 -19 -11
T.S.
Check oil level
✓
9 -19 -11
T.S.
Lube all chassis grease fittings
1 9 -19 -11
T.S.
Lube universal joints
4./9-19-11
-19 -11
T.S.
Replace differential lube including axles
T.S.
Remarks: None noted.
99
FUEL ECONOMY PRE -TEST MAINTENANCE FORM (page 3)
Bus Number: 1109
Date: 9 -19 -11
Personnel: S.C. & T.S.
EXHAUST /EMISSION SYSTEM
OK
Date
Initials
Check for exhaust leaks
✓
9 -19 -11
S.C.
Remarks: None noted.
ENGINE
OK
Date
Initials
Replace air filter
✓
9 -19 -11
T.S.
Inspect air compressor and air system
✓
9 -19 -11
S.C.
Inspect vacuum system, if applicable
N/A
9 -19 -11
S.C.
Check and adjust all drive belts
✓
9 -19 -11
S.C.
Check cold start assist, if applicable
✓
9 -19 -11
S.C.
Remarks: None noted.
STEERING SYSTEM
OK
Date
Initials
Check power steering hoses and connectors
✓
9 -19 -11
S.C.
Service fluid level
✓
9 -19 -11
S.C.
Check power steering operation
✓
9 -19 -11
S.C.
Remarks: None noted.
OK
Date
Initials
Ballast bus to seated load weight
✓
9 -19 -11
S.C.
TEST DRIVE
OK
Date
Initials
Check brake operation
✓
9 -19 -11
S.C.
Check transmission operation
✓
9 -19 -11
S.C.
Remarks: None noted.
100
FUEL ECONOMY PRE -TEST INSPECTION FORM
Bus Number: 1109
Date: 9 -22 -11
Personnel: S.C.
PRE WARM -UP
If OK, Initial
Fuel Economy Pre -Test Maintenance Form is complete
S.C.
Cold tire pressure (psi): Front 120 Middle N/A Rear 120
S.C.
Tire wear:
S.C.
Engine oil level
S.C.
Engine coolant level
S.C.
Interior and exterior lights on, evaporator fan on
S.C.
Fuel economy instrumentation installed and working properly.
S.C.
Fuel line -- no leaks or kinks
S.C.
Speed measuring system installed on bus. Speed indicator
installed in front of bus and accessible to TECH and Driver.
S.C.
Bus is loaded to SLW
S.C.
WARM -UP
If OK, Initial
Bus driven for at least one hour warm -up
S.C.
No extensive or black smoke from exhaust
S.C.
POST WARM -UP
If OK, Initial
Warm tire pressure (psi): Front 122 Middle N/A Rear 124
S.C.
Environmental conditions
Average wind speed <12 mph and maximum gusts <15 mph
Ambient temperature between 300( -1 °) and 90°F(32 0C)
Track surface is dry
Track is free of extraneous material and clear of
interfering traffic
S.C.
101
�
�
LL
«
2
0
■
�
■
�
�
�
O
U.
�
«
O
�
�
O
2
O
U
LU
-i
LU
D
U
102
L
%
/))
2
m
@
M
@
a
2
)0
LO
't
E
9
E
2
\
a
2
3
%
I
+
)_
M
Q
LL
I
/
/ -\
0
9
$
9
2
2
0
t
5
m
R
)
/U-
k
m
@
\
.,
CL
)
11
m
/
k
-\
t
2
/
/
/ \
?
3
a)
-
/
co
co
co
/
/
k
f
/
/
/
/
L.L
\
)
m
/
ev
M
\
c
k
\
3
0
$
G
\
E
v
o
¥
m
n
6
m
\
\
/
\
4
`
5
0
d
\
k
$
z
+
d
\
OL
e
-
§
[
=
f
k
0
f
0\
f
\
/
)
R
$$
.
E
e
7
=
n
a
a
\
2
c
\
2G
�
LL
/
ƒ
/
D
/
LL
%
.�
/
±
§
®
\
0
0
0
0
0
0
\
\
O
Q
m
e
\
y
■
s
«
m
§
2
&
\
2
g
/
/
\
/
\
_
\
\
§
/
e
\
§
§
z
\
\
LU
D
\
z
5
2
E
O
\
k
R
#
&
#
r
#
5
\
=
'a
§
cy,
§
E
§
\
\
E
E
2
\
#
e
§
�
\
k
ƒ
/
I
R
m
O
<
O
<
O
O
102
�
@
�
LL
#
2
0
■
#
■
C)
2
�
O
LL
�
«
c
}
2
O
2
O
Q
w
-i
LLI
D
L
103
/
q
ca a
@
«
@
R
m
o
/
?
E
?
2
\
/
/
J
n
I
&
LL
/
k ( \
\
?
9
\
G
}
/
/
F-
(Y)
)
I�
J
z
e
\
)
11
m
\
/
\ \
k
/
/
S
2
S
q
/
m
\
$
D
LL
$
a
E
/
Ev
c
U
\
f
\
\
%
\
LL
CO
/
e
c
"T
a
o
Q
±
\
\
\
(
\
z
d
E
e
$
0
\
\
f
\
%
\
0
R$
U)
LL
_
4
e
4
a=
\_
E
$
m
LL
2
O
@
k
/
<
LL
§
E-
7
LL
z
ƒ
\
0
0
0
0
0
0
D
$
q
\
®
/
5
e
I
%
m
\
�
\
\
\
\
C)
2
e
/
-
(D
a
\
CL
/
/
\
m
)
2
z
\
\
t5
\
A
LU
2
7
a
r
\
_
D
§
§
k
\
E
\
E
E
R
#
E
±
0�
}
ƒ
/
c
R
@
o
<
O
<
O
O
\
103
�
0
�
LL
�
_
0
¢
■
■
(D
2
�
O
L
«
k
O
*
2
O
O
Q
w
-1
LU
D
LL
104
/ §)
o
m
c
n
m
&
\
/
+ / ] j
\
\
d
\
/
r-
/
q
\
I
+
+
�®
L
7
\
) j \
$
J
\
$
\
2
/
LL
/
C\l
a
y
/
/
2
C\j
\
$
R m
®
%
?
%
$
$
%
/
§
§
LL L
d
\
E
3
R
LL
/
E
/
E
a
E
p$
q
$
r
6
e
\
/
f
7
E
\
\
\
t
CO
#
e
0
=
U)
L
E
0
k
°
3
2
\
4
k
._
/
7
=
d
E
E
cd
E
_
/
h
3
\
/
7
7
D
R
$%
E
a
«
%
«
e
r
\
E
C
m
4
LL
/
/
s
7
O
m
/
ƒ
ƒ
k
$
7
p
2
\
$
5
®
$
/
0
0
0
0
0
0
11
2
7-i
0
/
2
3
b
/
M
\
\
zo
\
\
S
Li
o
�
®
§
\
E
©
M
z
CD
I
»
0
%
2
/
\
\
\
v
k
k
k
k
2
\
2
2
/
\
k
\
D
o
@
O
e
c
E
&
E
/
k
/
E
ƒ
q
/
ƒ
E
\
k
ƒ
/
104
U)
@
�
LL
m
�
0
m
�
�
�
�
�
O
LL
�
«
D
*
�
O
2
0
0
uj
-j
W
Q
LL
105
`
7
m
2
n
h
U)
2
co
\k)
G
\
G
$
d
\
\
\
%
\
2
$
$
t
CO
$
/
\
0
���
\
k
-f
\
./
[
± m ®
t
J
/
$
$
\
$
\
3
m
�
ƒ
co
a)
e
\
ƒ
\
�
E
%
J
d /�
d
co
a
e
p %
/
#
\
0
\
0
\
0
§
g
®
/
_
#
c
�t
e
e
f
=
W
L
e
CE
C
o
°
6
\
06
\
• -
m
#
_
+
d
\
E
§
_
_
\
0
_
'T
0
\
/
«
_
$
/
2
)
ƒ
_
#
m
«
c
o
%
\
E
0
\
@
/
\
/
\
7
75;
4
E
7
LL
O
¢
§
k
o
0
0
0
0
0
7
7
\
/
\
7
m
0
2
5
\
/
0
o
\
a
\
e
\
2.
m
/
\
§
co
b
\
0
��
s
®
/
\
\
\
?
k
\
\
�
cr
k
v
k
k
?
7
G
R
2
■
E
@
E
co
/
\
\
ƒ
q
ƒ
/
/
\
/
ƒ
/
105
1109 Jul
FUEL ECONOMY SUMMARY SHEET
BUS MANUFACTURER :Gillig
BUS NUMBER :1109
BUS MODEL :Low
Floor
TEST
DATE :09/22/11
FUEL TYPE
NATURAL GAS
SP. GRAVITY
.5570
HEATING VALUE
1008.10
BTU /Cf
FUEL TEMPERATURE
60.00 deg
F
standard conditions
60 deg F
and 14.7 psi
Density of Air
0.0729 lb /scf
---------------------------------------------------------------
CYCLE TOTAL FUEL TOTAL MILES
FUEL ECONOMY
FUEL ECONOMY
USED (Scf)
M /Scf(Measured)
M /Lb(corrected)
---------------------------------------------------------------
Run # :1, CCW
CBD 155.4
5.73
.04
.91
ART 97.2
3.82
.04
.97
COM 57.2
3.82
.07
1.64
TOTAL 309.8
13.37
.04
1.06
Run # :2, CW
CBD 153.4
5.73
.04
.92
ART 92.8
3.82
.04
1.01
COM 55.1
3.82
.07
1.71
TOTAL 301.3
13.37
.04
1.09
Run # :3, CCW
CBD 150.2
5.73
.04
.94
ART 95.0
3.82
.04
.99
COM 57.2
3.82
.07
1.64
TOTAL 302.4
13.37
.04
1.09
Run # :4, CW
CBD 156.5
5.73
.04
.90
ART 93.9
3.82
.04
1.00
COM 56.1
3.82
.07
1.68
TOTAL 306.5
13.37
.04
1.07
--------------------- - - - - --
IDLE CONSUMPTION (MEASURED)
First 20 Minutes Data : 41.0 scf Last 20 Minutes Data : 36.7 Scf
Average Idle Consumption : 116.6 Scf /Hr
RUN CONSISTENCY: % Difference from overall average of total fuel used
---------------
Run 1 . -1.6 Run 2 . 1.2 Run 3 .9 Run 4 .5
SUMMARY (CORRECTED VALUES)
Average Idle Consumption 4.73 LB /Hr
Average CBD Phase consumption .92 M /Lb
Average Arterial Phase Consumption .99 M /Lb
Average Commuter Phase consumption 1.67 M /Lb
overall Average Fuel Consumption 1.08 M /Lb
Overall Average Fuel consumption 43.49 Miles/ Million BTU
106
7. NOISE
7.1 INTERIOR NOISE AND VIBRATION TESTS
7.1 -I. TEST OBJECTIVE
The objective of these tests is to measure and record interior noise levels and
check for audible vibration under various operating conditions.
7.1 -II. TEST DESCRIPTION
During this series of tests, the interior noise level will be measured at several
locations with the bus operating under the following three conditions:
With the bus stationary, a white noise generating system shall provide a uniform
sound pressure level equal to 80 dB(A) on the left, exterior side of the bus. The
engine and all accessories will be switched off and all openings including doors
and windows will be closed. This test will be performed at the ABTC.
2. The bus accelerating at full throttle from a standing start to 35 mph on a level
pavement. All openings will be closed and all accessories will be operating during
the test. This test will be performed on the track at the Test Track Facility.
3. The bus will be operated at various speeds from 0 to 55 mph with and without
the air conditioning and accessories on. Any audible vibration or rattles will be
noted. This test will be performed on the test segment between the Test Track
and the Bus Testing Center.
All tests will be performed in an area free from extraneous sound - making sources
or reflecting surfaces. The ambient sound level as well as the surrounding weather
conditions will be recorded in the test data.
7.1 -III. DISCUSSION
This test is performed in three parts. The first part exposes the exterior of the
vehicle to 80.0 dB(A) on the left side of the bus and the noise transmitted to the interior
is measured. The overall average of the six measurements was 50.1 dB(A); ranging
from 48.7 dB(A) at the rear passenger seats to 51.9 dB(A) at the driver's seat. The
interior ambient noise level for this test was < 34.0 dB(A).
The second test measures interior noise during acceleration from 0 to 35 mph.
This noise level ranged from 75.2 dB(A) at the middle passenger seats to 78.2 dB(A) at
the rear passenger seats. The overall average was 76.7 dB(A). The interior ambient
noise level for this test was < 34.0 dB(A).
The third part of the test is to listen for resonant vibrations, rattles, and other noise
sources while operating over the road. No vibrations or rattles were noted.
These test results were obtained prior to the accreditation of the lab on November 8, 2011;
therefore, are not considered to be accredited in accordance with A2LA policy.
107
INTERIOR NOISE TEST DATA FORM
Test Condition 1: 80 dB(A) Stationary White Noise
Bus Number: 1109
Date: 6 -7 -11
Personnel: B.L., E.D. & E.L.
Temperature ( °F): 70
Humidity ( %): 65
Wind Speed (mph): Calm
Wind Direction: Calm
Barometric Pressure (in.Hg): 30.05
In Line with Middle Speaker
Initial Sound Level Meter Calibration: ■ checked by: B.L.
Interior Ambient
Noise Level dB(A): < 34.0
Exterior Ambient
Noise Level dB(A): 49.6
Microphone Height During Testing (in): 48
Measurement Location
Measured Sound Level dB(A)
Driver's Seat
51.9
Front Passenger Seats
49.9
In Line with Front Speaker
49.5
In Line with Middle Speaker
50.3
In Line with Rear Speaker
50.1
Rear Passenger Seats
48.7
Final Sound Level Meter Calibration: ■ checked by: B.L.
Comments: All readinas taken in the center aisle.
108
INTERIOR NOISE TEST DATA FORM
Test Condition 2: 0 to 35 mph Acceleration Test
Bus Number: 1109
Date: 9 -23 -11
Personnel: B.G., T.S. & B.L.
Temperature ( °F): 66
Humidity ( %): 100
Wind Speed (mph): Calm
Wind Direction: Calm
Barometric Pressure (in.Hg): 30.05
Rear Passenger Seats
Initial Sound Level Meter Calibration: ■ checked by: T.S.
Interior Ambient
Noise Level dB(A): < 34.0
Exterior Ambient
Noise Level dB(A): 36.3
Microphone Height During Testing (in): 48"
Measurement Location
Measured Sound Level dB(A)
Driver's Seat
77.3
Front Passenger Seats
76.0
Middle Passenger Seats
75.2
Rear Passenger Seats
78.2
Final Sound Level Meter Calibration: ■ checked by: T.S.
Comments: All readinas taken in the center aisle.
109
INTERIOR NOISE TEST DATA FORM
Test Condition 3: Audible Vibration Test
Bus Number: 1109
Date: 9 -23 -11
Personnel: B.G., T.S. & B.L.
Temperature ( °F): 66
Humidity ( %): 100
Wind Speed (mph): Calm
Wind Direction: Calm
Barometric Pressure (in.Hg): 30.05
Describe the following possible sources of noise and give the relative location on the
bus.
Source of Noise
Location
Engine and Accessories
None noted.
Windows and Doors
None noted.
Seats and Wheel Chair lifts
None noted.
Comment on anv other vibration or noise source which may have occurred
that is not described above: None noted.
110
7.1 INTERIOR NOISE TEST
TEST BUS SET -UP FOR 80 dB(A)
INTERIOR NOISE TEST
111
7.2 EXTERIOR NOISE TESTS
7.2 -I. TEST OBJECTIVE
The objective of this test is to record exterior noise levels when a bus is operated
under various conditions.
7.2 -II. TEST DESCRIPTION
In the exterior noise tests, the bus will be operated at a SLW in three different
conditions using a smooth, straight and level roadway:
1. Accelerating at full throttle from a constant speed at or below 35 mph and just
prior to transmission upshift.
2. Accelerating at full throttle from standstill.
3. Stationary, with the engine at low idle, high idle, and wide open throttle.
In addition, the buses will be tested with and without the air conditioning and all
accessories operating. The exterior noise levels will be recorded.
The test site is at the PSBRTF and the test procedures will be in accordance with
SAE Standards SAE J366b, Exterior Sound Level for Heavy Trucks and Buses. The test
site is an open space free of large reflecting surfaces. A noise meter placed at a
specified location outside the bus will measure the noise level.
During the test, special attention should be paid to
1. The test site characteristics regarding parked vehicles, signboards, buildings,
or other sound - reflecting surfaces
2. Proper usage of all test equipment including set -up and calibration
3. The ambient sound level
7.2 -III. DISCUSSION
The Exterior Noise Test determines the noise level generated by the vehicle under
different driving conditions and at stationary low and high idle, with and without air
conditioning and accessories operating. The test site is a large, level, bituminous paved
area with no reflecting surfaces nearby.
With an exterior ambient noise level of 37.1 dB(A), the average test result obtained
while accelerating from a constant speed was 70.1 dB(A) on the right side and 69.1
dB(A) on the left side.
112
When accelerating from a standstill with an exterior ambient noise level of 37.1
dB(A), the average of the results obtained were 70.0 dB(A) on the right side and 70.9
dB(A) on the left side.
With the vehicle stationary and the engine, accessories, and air conditioning on,
the measurements averaged 57.0 dB(A) at low idle, 56.1 dB(A) at high idle, and 71.4
dB(A) at wide open throttle. With the accessories and air conditioning off, the readings
averaged 4.1 dB(A) lower at low idle, 1.5 dB(A) lower at high idle, and 0.7 dB(A) lower
at wide open throttle. The exterior ambient noise level measured during this test was
37.1 dB(A).
These test results were obtained prior to the accreditation of the lab on November 8, 2011;
therefore, are not considered to be accredited in accordance with A2LA policy.
113
EXTERIOR NOISE TEST DATA FORM
Accelerating from Constant Speed
Bus Number: 1109
Accelerating from Constant Speed
Street (Left) Side
Date: 9 -23 -11
Personnel: B.G., T.S. & B.L.
Run #
Temperature ( °F): 68
1
Humidity ( %): 94
Wind Speed (mph): Calm
68.9
Wind Direction: Calm
Barometric Pressure (in.Hg): 30.06
2
69.0
Verify that microphone height is 4 feet, wind speed is less than 12 mph and ambient
temperature is between 30 °F and 90 °F: ■ checked by: T.S.
Initial Sound Level Meter Calibration:
■ checked by: B.L.
Exterior Ambient Noise Level dB(A):
37.1
Accelerating from Constant Speed
Curb (Right) Side
Accelerating from Constant Speed
Street (Left) Side
Run #
Measured Noise
Level dB(A)
Run #
Measured Noise Level
dB(A)
1
70.5
1
68.9
2
69.5
2
69.0
3
69.1
3
69.0
4
69.7
4
69.1
5
69.6
5
69.1
Average of two highest actual
noise levels = 70.1 dB(A)
Average of two highest actual
noise levels = 69.1 dB(A)
Final Sound Level Meter Calibration Check: ■ checked by: T.S.
Comments: None noted.
114
EXTERIOR NOISE TEST DATA FORM
Accelerating from Standstill
Bus Number: 1109
Accelerating from Standstill
Street (Left) Side
Date: 9 -23 -11
Personnel: B.G., T.S. & B.L.
Run #
Temperature ( °F): 68
1
Humidity ( %): 94
Wind Speed (mph): Calm
70.1
Wind Direction: Calm
Barometric Pressure (in.Hg): 30.06
2
70.9
Verify that microphone height is 4 feet, wind speed is less than 12 mph and ambient
temperature is between 30 °F and 90 °F: ■ checked by: B.L.
Initial Sound Level Meter Calibration:
■ checked by: B.L.
Exterior Ambient Noise Level dB(A):
37.1
Accelerating from Standstill
Curb (Right) Side
Accelerating from Standstill
Street (Left) Side
Run #
Measured Noise
Level dB(A)
Run #
Measured
Noise Level
dB(A)
1
69.7
1
70.1
2
69.4
2
70.9
3
70.3
3
69.7
4
69.6
4
70.8
5
1 69.7
5
1 70.8
Average of two highest actual noise
levels = 70.0 dB(A)
Average of two highest actual noise
levels = 70.9 dB(A)
Final Sound Level Meter Calibration Check: ■ checked by: T.S.
Comments: None noted.
115
EXTERIOR NOISE TEST DATA FORM
Stationary
Bus Number: 1109
Date: 9 -23 -11
Personnel: B.G., T.S. & B.L.
Temperature ( °F): 68
Humidity ( %): 94
Wind Speed (mph): Calm
Wind Direction: Calm
Barometric Pressure (in.Hg): 30.06
Verify that microphone height is 4 feet, wind speed is less than 12 mph and ambient
temperature is between 30 °F and 90 °F: ■ checked by: T.S.
Initial Sound Level Meter Calibration: ■ checked by: T.S.
Exterior Ambient Noise Level dB(A): 37.1
Accessories and Air Conditioning ON
Throttle Position
Engine RPM
Curb (Right) Side
dB(A)
Street (Left) Side
db(A)
Measured
Measured
Low Idle
695
59.8
54.2
High Idle
996
56.7
55.4
Wide Open Throttle
2,360
71.9
70.8
Accessories and Air Conditioning OFF
Throttle Position
Engine RPM
Curb (Right) Side
dB(A)
Street (Left) Side
db(A)
Measured
Measured
Low Idle
700
54.3
51.5
High Idle
998
55.5
53.7
Wide Open Throttle
2,406
70.8
70.5
Final Sound Level Meter Calibration Check: ■ checked by: B.L.
Comments: None noted.
116
7.2 EXTERIOR NOISE TESTS
TEST BUS UNDERGOING
EXTERIOR NOISE TESTING
117
8. EMISSIONS TEST - DYNAMOMETER -BASED
EMISSIONS TEST USING TRANSIT DRIVING CYCLES
8 -I. TEST OBJECTIVE
The objective of this test is to provide comparable emissions data on transit
buses produced by different manufacturers. This chassis -based emissions test
bears no relation to engine certification testing performed for compliance with the
Environmental Protection Agency (EPA) regulation. EPA's certification tests are
performed using an engine dynamometer operating under the Federal Test
Protocol. This emissions test is a measurement of the gaseous engine emissions
CO, CO2, NOx, HC and particulates (diesel vehicles) produced by a vehicle
operating on a large -roll chassis dynamometer. The test is performed for three
differed driving cycles intended to simulate a range of transit operating
environments. The cycles consist of Manhattan Cycle, the Orange County Bus
driving cycle, and the Urban Dynamometer Driving Cycle (UDDS) and. The test
is performed under laboratory conditions in compliance with EPA 1065 and SAE
J2711. The results of this test may not represent actual in- service vehicle
emissions but will provide data that can be used by recipients to compare buses
tested under different operating conditions.
8 -II. TEST DESCRIPTION
This test is performed in the emissions bay of the LTI Vehicle Testing
Laboratory. The Laboratory is equipped with a Schenk Pegasus 300 HP, large -
roll (72 inch diameter) chassis dynamometer suitable for heavy - vehicle emissions
testing. The dynamometer is located in the end test bay and is adjacent to the
control room and emissions analysis area. The emissions laboratory provides
capability for testing heavy -duty diesel and alternative - fueled buses for a variety
of tailpipe emissions including particulate matter, oxides of nitrogen, carbon
monoxide, carbon dioxide, and hydrocarbons. It is equipped with a Horiba full -
scale CVS dilution tunnel and emissions sampling system. The system includes
Horiba Mexa 7400 Series gas analyzers and a Horiba HF47 Particulate Sampling
System. Test operation is automated using Horiba CDTCS software. The
computer controlled dynamometer is capable of simulating over - the -road
operation for a variety of vehicles and driving cycles.
The emissions test will be performed as soon as permissible after the
completion of the GVW portion of the structural durability test. The driving cycles
are the Manhattan cycle, a low average speed, highly transient urban cycle
(Figure 1), the Orange County Bus Cycle which consists of urban and highway
driving segments (Figure 2), and the EPA UDDS Cycle (Figure 3). An emissions
test will comprise of two runs for the three different driving cycles, and the
118
average value will be reported. Test results reported will include the average
grams per mile value for each of the gaseous emissions for gasoline buses, for
all the three driving cycles. In addition, the particulate matter emissions are
included for diesel buses, and non - methane hydrocarbon emissions (NMHC) are
included for CNG buses. Testing is performed in accordance with EPA CFR49,
Part 1065 and SAE J2711 as practically determined by the FTA Emissions
Testing Protocol developed by West Virginia University and Penn State
University.
30
2E
C20
L
10
5
0
0
200 400 600 800 1000
Th ne, 's
Figure 1. Manhattan Driving Cycle (duration 1089 sec, Maximum speed
25.4mph, average speed 6.8mph)
Figure 2. Orange County Bus Cycle (Duration 1909 Sec, Maximum Speed
41 mph, Average Speed 12mph)
119
Figure 3. HD -ODDS Cycle (duration 1060seconds, Maximum Speed 58mph,
Average Speed 18.86mph)
8 -III. TEST ARTICLE
The test article is a Gillig, Low Floor model transit bus equipped with CNG-
fueled Cummins model ISL G280 engine. The bus was tested on October 19,
2011.
8 -IV. TEST EQUIPMENT
Testing is performed in the LTI Vehicle Testing Laboratory emissions
testing bay. The test bay is equipped with a Schenk Pegasus 72 -inch, large -roll
chassis dynamometer. The dynamometer is electronically controlled to account
for vehicle road -load characteristics and for simulating the inertia characteristics
of the vehicle. Power to the roller is supplied and absorbed through an
electronically controlled 3 -phase ac motor. Absorbed power is dumped back
onto the electrical grid.
Vehicle exhaust is collected by a Horiba CVS, full -flow dilution tunnel. The
system has separate tunnels for diesel and gasoline /natural gas fueled vehicles.
In the case of diesel vehicles, particulate emissions are measured gravimetrically
using 47mm Teflon filters. These filters are housed in a Horiba HF47 particulate
sampler, per EPA 1065 test procedures.. Heated gaseous emissions of
hydrocarbons and NOx are sampled by Horiba heated oven analyzers. Gaseous
120
emissions for CO, CO2 and cold NOx are measured using a Horiba Mexa 7400
series gas analyzer. System operation, including the operation of the chassis
dynamometer, and all calculations are controlled by a Dell workstation running
Horiba CDCTS test control software. Particulate Filters are weighed in a glove
box using a Sartorius microbalance accurate to 1 microgram.
84. TEST PREPARATION AND PROCEDURES
All vehicles are prepared for emissions testing in accordance with the Fuel
Economy Pre -Test Maintenance Form. (In the event that fuel economy test was
performed immediately prior to emissions testing this step does not have to be
repeated) This is done to ensure that the bus is tested in optimum operating
condition. The manufacturer - specified preventive maintenance shall be
performed before this test. The ABS system and when applicable, the
regenerative braking system are disabled for operation on the chassis
dynamometer. Any manufacturer - recommended changes to the pre -test
maintenance procedure must be noted on the revision sheet. The Fuel Economy
Pre -Test Inspection Form will also be completed before performing. Both the
Fuel Economy Pre -Test Maintenance Form and the Fuel Economy Pre -Test
Inspection Form are found on the following pages.
Prior to performing the emissions test, each bus is evaluated to determine
its road -load characteristics using coast -down techniques in accordance with
SAE J1263. This data is used to program the chassis dynamometer to
accurately simulate over - the -road operation of the bus.
Warm -up consists of driving the bus for 20 minutes at approximately 40
mph on the chassis dynamometer. The test driver follows the prescribed driving
cycle watching the speed trace and instructions on the Horiba Drivers -Aid
monitor which is placed in front of the windshield. The CDCTS computer
monitors driver performance and reports any errors that could potentially
invalidate the test.
All buses are tested at half seated load weight. The base line emissions
data are obtained at the following conditions-
1 . Air conditioning off
2. Evaporator fan or ventilation fan on
3. One Half Seated load weight
4. Appropriate test fuel with energy content (BTU /LB) noted in CDTCS
software
5. Exterior and interior lights on
6. Heater Pump Motor off
7. Defroster off
8. Windows and Doors closed
121
The test tanks or the bus fuel tank(s) will be filled prior to the fuel economy
test with the appropriate grade of test fuel.
8 -VI DISCUSSION
The following Table 1 provides the emissions testing results on a grams per
mile basis for each of the exhaust constituents measured and for each driving
cycle performed.
TABLE 1 Emissions Test Results
Driving Cycle
Manhattan
Orange County
Bus
UDDS
CO2, gm /mi
2,409
1,641
1,199
CO, gm /mi
11.9
12.8
7.2
THC, gm /mi
1.08
1.45
0.81
NMHC, gm /mi
0.06
0.07
0.04
NO,,, gm /mi
0.75
0.77
0.59
Particulates.
gm /mi
na
na
na
Fuel
consumption
scf /m i
43.6
29.9
21.7
122
STU RAA TEST
12 YEAR
500,000 MILE BUS
from
GILLIG
MODEL LOW FLOOR
SEPTEMBER 2013
PTI- BT -R1306
NOR! 101j1
The Thomas D. Larson
Pennsylvania Transportation Institute
201 Transportation Research Building (814) 865 -1891
The Pennsylvania State University
University Park, PA 16802
Bus Testing and Research Center
2237 Old Route 220 N. (814) 695 -3404
Duncansville, PA 16635
TABLE OF CONTENTS
Paqe
EXECUTIVE SUMMARY ........................................................................................... ...............................
3
ABBREVIATIONS..................................................................................................... ...............................
5
BUSCHECK -IN ........................................................................................................ ...............................
6
1. MAINTAINABILITY
STRUCTURAL STRENGTH AND DISTORTION TESTS - STRUCTURAL
1.1 ACCESSIBILITY OF COMPONENTS AND SUBSYSTEMS ........ ...............................
20
1.2 SERVICING, PREVENTATIVE MAINTENANCE, AND REPAIR AND
52
MAINTENANCE DURING TESTING ............................................ ...............................
23
1.3 REPLACEMENT AND /OR REPAIR OF SELECTED SUBSYSTEMS .........................
28
2. RELIABILITY - DOCUMENTATION OF BREAKDOWN AND REPAIR
64
TIMES DURING TESTING ................................................................................. ...............................
32
3. SAFETY - A DOUBLE -LANE CHANGE (OBSTACLE AVOIDANCE TEST) ..... ...............................
35
4. PERFORMANCE TESTS
68
4.1 PERFORMANCE - AN ACCELERATION, GRADEABILITY, AND TOP
STRUCTURAL STRENGTH AND DISTORTION TESTS
SPEEDTEST ................................................................................ ...............................
38
4.2 PERFORMANCE - BUS BRAKING PERFORMANCE TEST . ...............................
42
5. STRUCTURAL INTEGRITY
5.1
STRUCTURAL STRENGTH AND DISTORTION TESTS - STRUCTURAL
SHAKEDOWN TEST .................................................................... ...............................
48
5.2
STRUCTURAL STRENGTH AND DISTORTION TESTS - STRUCTURAL
DISTORTION................................................................................ ...............................
52
5.3
STRUCTURAL STRENGTH AND DISTORTION TESTS - STATIC
TOWINGTEST ............................................................................. ...............................
64
5.4
STRUCTURAL STRENGTH AND DISTORTION TESTS - DYNAMIC
TOWINGTEST ............................................................................. ...............................
68
5.5
STRUCTURAL STRENGTH AND DISTORTION TESTS
- JACKING TEST .......................................................................... ...............................
71
5.6
STRUCTURAL STRENGTH AND DISTORTION TESTS
- HOISTING TEST ......................................................................... ...............................
73
5.7
STRUCTURAL DURABILITY TEST ............................................. ...............................
75
6. FUEL ECONOMY TEST - A FUEL CONSUMPTION TEST USING AN
APPROPRIATE OPERATING CYCLE ............................................................. ...............................
85
7. NOISE
7.1
INTERIOR NOISE AND VIBRATION TESTS .......................... ...............................
100
7.2
EXTERIOR NOISE TESTS ....................................................... ...............................
105
8. EMISSIONS
........................................................................... ............................... ............................111
2
EXECUTIVE SUMMARY
Gillig submitted a model Low Floor, CNG- powered 41 seat/40 -foot bus, for a 12
yr. /500,000 mile STURAA test. Testing started on March 19, 2013 and was completed
on August 23, 2013. The Check -In section of the report provides a description of the
bus and specifies its major components.
The primary part of the test program is the Structural Durability Test, which also
provides the information for the Maintainability and Reliability results. The Structural
Durability Test was started on March 28, 2013 and was completed on July 8, 2013.
The interior of the bus is configured with seating for 41 passengers including the
driver. Free floor space will accommodate 32 standing passengers resulting in a
potential load of 73 persons. At 150 Ibs per person, this load results in a measured
gross vehicle weight of 40,230 Ibs. The first segment of the Structural Durability Test
was performed with the bus loaded to a GVW of 40,230 Ibs. The middle segment was
performed at a seated load weight of 35,610 Ibs. and the final segment was performed
at a curb weight of 29,560 Ibs. Durability driving resulted in unscheduled maintenance
and failures that involved a variety of subsystems. A description of failures, and a
complete and detailed listing of scheduled and unscheduled maintenance is provided in
the Maintainability section of this report.
Effective January 1, 2010 the Federal Transit Administration determined that the
total number of simulated passengers used for loading all test vehicles will be based on
the full complement of seats and free -floor space available for standing passengers
(150 Ibs per passenger). The passenger loading used for dynamic testing will not be
reduced in order to comply with Gross Axle Weight Ratings (GAWR's) or the Gross
Vehicle Weight Ratings (GVWR's) declared by the manufacturer. Cases where the
loading exceeds the GAWR and /or the GVWR will be noted accordingly. During the
testing program, all test vehicles transported or operated over public roadways will be
loaded to comply with the GAWR and GVWR specified by the manufacturer.
Accessibility, in general, was adequate, components covered in Section 1.3
(Repair and /or Replacement of Selected Subsystems) along with all other components
encountered during testing, were found to be readily accessible and no restrictions were
noted.
The Reliability section compiles failures that occurred during Structural Durability
Testing. Breakdowns are classified according to subsystems. The data in this section
are arranged so that those subsystems with more frequent problems are apparent. The
problems are also listed by class as defined in Section 2. The test bus encountered no
Class 1, 2 or Class 3 failures. Of the five reported failures, all were Class 4.
The Safety Test, (a double -lane change, obstacle avoidance test) was safely
performed in both right -hand and left -hand directions up to a maximum test speed of 45
mph. The performance of the bus is illustrated by a speed vs. time plot. Acceleration
and gradeability test data are provided in Section 4, Performance. The average time to
obtain 50 mph was 31.35 seconds. Top speed obtained on the dynamometer was 65
3
mph. The Stopping Distance phase of the Brake Test was completed with the following
results: for the Uniform High Friction Test average stopping distances were 31.66' at 20
mph, 61.20' at 30 mph, 97.85' at 40 mph and 127.70' at 45 mph. The average stopping
distance for the Uniform Low Friction Test was 30.77'. There was no deviation from the
test lane during the performance of the Stopping Distance phase. During the Stability
phase of Brake Testing the test bus experienced no deviation from the test lane but did
experience pull to the left during both approaches to the Split Friction Road surface.
The Parking Brake phase was completed with the test bus maintaining the parked
position for the full five minute period with no slip or roll observed in both the uphill and
downhill positions.
The Shakedown Test produced a maximum final loaded deflection of 0.215
inches with a permanent set ranging between -0.004 to 0.005 inches under a distributed
static load of 27,375 lbs. The Distortion Test was completed with all subsystems, doors
and escape mechanisms operating properly. No water leakage was observed
throughout the test. All subsystems operated properly.
The Static Towing Test was performed using a target load (towing force) of
35,472 lbs. All four front pulls were completed to the full test load with no damage or
deformation observed. The Dynamic Towing Test was performed by means of a front -
lift tow. The towing interface was accomplished using a hydraulic under -lift wrecker.
The bus was towed without incident and no damage resulted from the test. The
manufacturer does not recommend towing the bus from the rear; therefore, a rear test
was not performed. The Jacking and Hoisting Tests were also performed without
incident. The bus was found to be stable on the jack stands, and the minimum jacking
clearance observed with a tire deflated was 8.0 inches.
A Fuel Economy Test was run on simulated central business district, arterial, and
commuter courses. The results were 0.67 M /lb., 0.75 M /lb., and 1.28 M /lb. respectively;
with an overall average of 0.80 M /lb.
A series of Interior and Exterior Noise Tests was performed. These data are
listed in Section 7.1 and 7.2 respectively.
The Emissions Test was performed. These results are available in Section 8 of
this report.
4
ABBREVIATIONS
ABTC - Altoona Bus Test Center
A/C - air conditioner
ADB - advance design bus
ATA -MC - The Maintenance Council of the American Trucking Association
CBD - central business district
CW - curb weight (bus weight including maximum fuel, oil, and coolant; but
without passengers or driver)
dB(A) - decibels with reference to 0.0002 microbar as measured on the "A" scale
DIR - test director
DR - bus driver
EPA - Environmental Protection Agency
FFS - free floor space (floor area available to standees, excluding ingress /egress areas,
area under seats, area occupied by feet of seated passengers, and the vestibule area)
GVL - gross vehicle load (150 lb for every designed passenger seating
position, for the driver, and for each 1.5 sq ft of free floor space)
GVW - gross vehicle weight (curb weight plus gross vehicle load)
GVWR - gross vehicle weight rating
MECH - bus mechanic
Mpg - miles per gallon
mph - miles per hour
PM - Preventive maintenance
PSBRTF - Penn State Bus Research and Testing Facility
PTI - Pennsylvania Transportation Institute
rpm - revolutions per minute
SAE - Society of Automotive Engineers
SCH - test scheduler
SEC - secretary
SLW - seated load weight (curb weight plus 150 lb for every designed passenger seating
position and for the driver)
STURAA - Surface Transportation and Uniform Relocation Assistance Act
TD - test driver
TECH - test technician
TM - track manager
TP - test personnel
5
TEST BUS CHECK -IN
I. OBJECTIVE
The objective of this task is to log in the test bus, assign a bus number, complete
the vehicle data form, and perform a safety check.
II. TEST DESCRIPTION
The test consists of assigning a bus test number to the bus, cleaning the bus,
completing the vehicle data form, obtaining any special information and tools from the
manufacturer, determining a testing schedule, performing an initial safety check, and
performing the manufacturer's recommended preventive maintenance. The bus
manufacturer must certify that the bus meets all Federal regulations.
III. DISCUSSION
The check -in procedure is used to identify in detail the major components and
configuration of the bus.
The test bus consists of a Gillig, model Low Floor. The bus has a front door
equipped with a Ricon model R1621 RO- CY2778CY10 fold -out handicap ramp, forward
of the front axle, and a rear door forward of the rear axle. Power is provided by a CNG-
fueled, Cummins model ISL G280 engine coupled to a Voith model D864.5
transmission.
The measured curb weight is 9,970 Ibs for the front axle and 19,590 lbs. for the
rear axle. These combined weights provide a total measured curb weight of 29,560 Ibs.
There are 41 seats including the driver and room for 32 standing passengers bringing
the total passenger capacity to 73. Gross load is 150 lb. x 73 = 10,950 Ibs. At full
capacity, the measured gross vehicle weight is 40,510 Ibs.
6
VEHICLE DATA FORM
Paae 1 of 7
Bus Number: 1306
Arrival Date: 3 -19 -13
Bus Manufacturer: Gillig
Vehicle Identification
Number (VIN): 15GGD2713C1180773
Model Number: Low Floor G271D102N4
Date: 3 -19 -13
Personnel: S.R., E.D., T.G. & T.S.
Left
WEIGHT:
Individual Wheel Reactions:
Weights
(lb)
Front Axle
Middle Axle
Rear Axle
Right
Left
Right
Left
Right
Left
CW
4,970
5,000
N/A
N/A
91390
10,200
SLW
5,900
5,920
N/A
N/A
11,260
12,530
GVW
7,250
7,220
N/A
N/A
12,240
13,520
Total Weiaht Details:
Weight (I b)
CW
SLW
GVW
GAWR
Front Axle
9,970
11,820
14,470
14,600
Middle Axle
N/A
N/A
N/A
N/A
Rear Axle
19,590
23,790
25,760
27,000
Total
29,560
35,610
40,230
GVWR: 41,600
Dimensions:
Length (ft/in)
40/10.0
Width (in)
100.0
Height (in)
133.5
Front Overhang (in)
89.5
Rear Overhang (in)
121.5
Wheel Base (in)
279.0
Wheel Track (in)
Front: 85.7
Rear: 77.7
VEHICLE DATA FORM
Page 2 of 7
Bus Number: 1306 Date: 3 -19 -13
CLEARANCES:
Lowest Point Outside Front Axle
Location: Bus frame under front door Clearance(in): 10.8
Lowest Point Outside Rear Axle
Location: Coolant pipe from trans. accumulator Clearance(in): 12.3
Lowest Point between Axles
Location: Frame Clearance(in): 13.4
Ground Clearance at the center (in)
13.4
Front Approach Angle (deg)
6.9
Rear Approach Angle (deg)
8.8
Ramp Clearance Angle (deg)
5.5
Aisle Width (in)
Front: 21.6
Rear: 23.4
Inside Standing Height at Center Aisle
(in)
Front: 95.0
Rear: 76.2
BODY DETAILS:
Body Structural Type
Semi- monoco ue
Frame Material
Steel
Body Material
Aluminum
Floor Material
Plywood
Roof Material
Fiberglass
Windows Type
0 Fixed
❑ Movable
Window Mfg. /Model No.
Optic Armor /AS -5 M250GR /Cast Acrylic DOT -922
Number of Doors
1 Front
T1 Rear
Mfr. / Model No.
Not available
Dimension of Each Door (in)
Front- 15.3 x 31.9
1 Rear- 77.5 x 25.4
Passenger Seat Type
0 Cantilever
❑ Pedestal
❑ Other
(explain)
Mfr. / Model No.
American Seating / Metro / Insight
Driver Seat Type
0 Air
❑ Spring
❑ Other
(explain)
Mfr. / Model No.
USSC / G2A
Number of Seats (including Driver)
41 (9 seats stow for 2 wheelchair positions)
VEHICLE DATA FORM
Page 3 of 7
Bus Number: 1306 Date: 3 -19 -13
BODY DETAILS (Contd..)
Free Floor Space ( ft2 )
51
Height of Each Step at Normal
Position (in)
Front 1. 16.2 2. 3. 4.
Middle 1. N/A 2. 3. 4.
Rear 1. 16.0 2. 3. 4.
Step Elevation Change - Kneeling
(in)
Front — 3.8 Rear — 1.3
ENGINE
Type
❑ C. 1.
❑ Alternate Fuel
0 S. I.
❑ Other (explain)
Mfr. / Model No.
8.9 Cummins / ISL G280
Location
❑ Front
0 Rear
❑ Other
(explain)
Fuel Type
❑ Gasoline
0 CNG
❑ Methanol
❑ Diesel
❑ LNG
❑ Other
(explain)
Fuel Tank Capacity (indicate units)
25,304 Scf @ 3,600 PSIG / 70°
Fuel Induction Type
0 Injected
I ❑ Carburetion
Fuel Injector Mfr. / Model No.
8.9 Cummins / ISL G280
Carburetor Mfr. / Model No.
N/A
Fuel Pump Mfr. / Model No.
8.9 Cummins / ISL G280
Alternator (Generator) Mfr. / Model
No.
C.E. Niehoff & Company / C8030
Maximum Rated Output
(Volts / Amps)
28/500
Air Compressor Mfr. / Model No.
Wabco / 4938827
Maximum Capacity (ft 3 / min)
30.4
Starter Type
0 Electrical
❑ Pneumatic
❑ Other
(explain)
Starter Mfr. / Model No.
DELCO / 8200517
VEHICLE DATA FORM
Page 4 of 7
TRANSMISSION
Transmission Type
❑ Manual
0 Automatic
Mfr. / Model No.
Voith / D864.5
Control Type
❑ Mechanical
0 Electrical
❑ Other
Torque Converter Mfr. / Model No.
Voith / D864.5
Integral Retarder Mfr. / Model No.
Voith / D864.5
SUSPENSION
Number of Axles
2
Front Axle Type
❑ Independent
0 Beam Axle
Mfr. / Model No.
Meritor / FH946KX40
Axle Ratio (if driven)
N/A
Suspension Type
0 Air
❑ Spring
❑ Other
(explain)
No. of Shock Absorbers
2
Mfr. / Model No.
Koni - Holland / 91 3075
Middle Axle Type
❑ Independent
❑ Beam Axle
Mfr. / Model No.
N/A
Axle Ratio (if driven)
N/A
Suspension Type
❑ Air
❑ Spring
❑ Other
(explain)
No. of Shock Absorbers
N/A
Mfr. / Model No.
N/A
Rear Axle Type
❑ Independent
0 Beam Axle
Mfr. / Model No.
Meritor / 79163KX2 -538
Axle Ratio (if driven)
5.38
Suspension Type
0 Air
❑ Spring
❑ Other
(explain)
No. of Shock Absorbers
4
Mfr. / Model No.
Koni - Holland / 90 -3031
10
VEHICLE DATA FORM
Page 5 of 7
Bus Number: 1306 Date: 3 -19 -13
WHEELS & TIRES
Front
Wheel Mfr./ Model No.
Alcoa / 22.5 x 8.25
Tire Mfr./ Model No.
Michelin -X2U3 / 305 -85R 22.5
Rear
Wheel Mfr./ Model No.
Alcoa / 22.5 x 8.25
Tire Mfr./ Model No.
Michelin -X2U3 / 305 -85R 22.5
BRAKES
Front Axle Brakes Type
❑ Cam
I 0 Disc
❑ Other (explain)
Mfr. / Model No.
Meritor / EX225
Middle Axle Brakes Type
❑ Cam
❑ Disc
❑ Other (explain)
Mfr. / Model No.
N/A
Rear Axle Brakes Type
❑ Cam
0 Disc
❑ Other (explain)
Mfr. / Model No.
Meritor / EX225
Retarder Type
Integral
Mfr. / Model No.
Voith / D864.5
HVAC
Heating System Type
❑ Air
0 Water
❑ Other
Capacity (Btu /hr)
98,000
Mfr. / Model No.
I Thermo King / T14 / X430
Air Conditioner
0 Yes
❑ No
Location
Rear
Capacity (Btu /hr)
86,000
A/C Compressor Mfr. / Model No.
Thermo King / X340
STEERING
Steering Gear Box Type
Hydraulic Gear
Mfr. / Model No.
TRW / TAS65
Steering Wheel Diameter
20.0
Number of turns (lock to lock)
5
11
VEHICLE DATA FORM
Page 6 of 7
Bus Number: 1306 Date: 3 -19 -13
Wheel Chair Ramps
Location: Front Door
Type: Fold Out
Wheel Chair Lifts
Location: N/A
Type: N/A
Mfr. / Model No.
Ricon / R1621 RO- CY2778CY10
Emergency Exit
Location: Windows
Doors
Roof Hatch
Number: 7
2
1
CAPACITIES
Fuel Tank Capacity (units)
25,304 Scf @ 3,600 Psi
Engine Crankcase Capacity (gallons)
7.0
Transmission Capacity (gallons)
6.5
Differential Capacity (gallons)
5.5
Cooling System Capacity (quarts)
15.0
Power Steering Fluid Capacity
(quarts)
14.4
12
VEHICLE DATA FORM
Page 7 of 7
Bus Number: 1306 Date: 3/19/13
List all spare parts, tools and manuals delivered with the bus.
Part Number
Description
Qty.
Radius Rods
8
Brake Pads
8
Bump stops
6
CNG Filters
3
Coolant Filter
1
Air Filter
1
FF5686
Fuel Filter
2
3288656
Serpentine Belt
1
4955850
Spark Plug
6
4942430
Serpentine Belt
1
Leveling Valve
2
Tow bracket and Pins
2
Air bags
6
Tire & rim
2
Shocks
4
13
COMPONENT /SUBSYSTEM INSPECTION FORM
Page 1 of 1
Bus Number: 1306 Date: 3/19/13
Subsystem
Checked
Initials
Comments
Air Conditioning Heating
and Ventilation
✓
T.G.
Body and Sheet Metal
✓
E.D.
Frame
✓
E.D.
Steering
✓
E.D.
Suspension
✓
S.R.
Interior /Seating
✓
T.G.
Axles
✓
S.R.
Brakes
✓
E.D.
Tires/Wheels
✓
S.R.
Exhaust
✓
T.G.
Fuel System
✓
E.D.
Power Plant
✓
E.D.
Accessories
✓
S.R.
Lift System
✓
S.R.
Interior Fasteners
✓
T.G.
Batteries
✓
E.D.
14
CHECK - IN
GILLIG
MODEL LOW FLOOR
15
CHECK - IN CONT.
GILLIG MODEL LOW FLOOR
EQUIPPED WITH A RICON MODEL R1621 RO- CY2778CY10
FOLD -OUT HANDICAP RAMP
16
CHECK - IN CONT.
OPERATOR'S AREA
17
CHECK - IN CONT.
INTERIOR FORWARD
INTERIOR REAR
18
CHECK - IN CONT.
VIN TAG
ENGINE COMPARTMENT
19
iMMF_1ILlkCA1Ll /_1- -]Ilk Wo
1.1 ACCESSIBILITY OF COMPONENTS AND SUBSYSTEMS
1.1 -I. TEST OBJECTIVE
The objective of this test is to check the accessibility of components and
subsystems.
1.1 -II. TEST DESCRIPTION
Accessibility of components and subsystems is checked, and where accessibility
is restricted the subsystem is noted along with the reason for the restriction.
1.1 -III. DISCUSSION
Accessibility, in general, was adequate. Components covered in Section 1.3
(repair and /or replacement of selected subsystems), along with all other components
encountered during testing, were found to be readily accessible and no restrictions were
noted.
20
ACCESSIBILITY DATA FORM
Page 1 of 2
Bus Number: 1306 Date: 8 -13 -13
Component
Checked
Initials
Comments
ENGINE:
Oil Dipstick
✓
J. P.
Oil Filler Hole
✓
J. P.
Oil Drain Plug
✓
J. P.
Oil Filter
✓
J. P.
Fuel Filter
✓
J. P.
Air Filter
✓
J. P.
Belts
✓
J. P.
Coolant Level
✓
J. P.
Coolant Filler Hole
✓
J. P.
Coolant Drain
✓
J. P.
Spark/ Glow Plugs
✓
J. P.
Alternator
✓
J. P.
Diagnostic Interface Connector
✓
J. P.
TRANSMISSION:
Fluid Dip -Stick
✓
J. P.
Filler Hole
✓
J. P.
Accessed through
floor panel.
Drain Plug
✓
J. P.
SUSPENSION
Bushings
✓
J. P.
Shock Absorbers
✓
J. P.
Air Springs
✓
J. P.
Leveling Valves
✓
J. P.
Grease Fittings
✓
J. P.
21
ACCESSIBILITY DATA FORM
Page 2 of 2
Bus Number: 1306 Date: 8 -13 -13
Component
Checked
Initials
Comments
HVAC :
✓
J. P.
A/C Compressor
✓
J. P.
Filters
✓
J. P.
Fans
✓
J. P.
ELECTRICAL SYSTEM:
Fuses
✓
J. P.
Batteries
✓
J. P.
Voltage regulator
✓
J. P.
I Internal.
Voltage Converters
✓
J. P.
Lighting
✓
J. P.
MISCELLANEOUS:
Brakes
✓
J. P.
Handicap Lifts /Ramps
✓
J. P.
Instruments
✓
J. P.
Axles
✓
J. P.
Exhaust
✓
J. P.
Fuel System
✓
J. P.
OTHERS:
22
1.2 SERVICING, PREVENTIVE MAINTENANCE, AND
REPAIR AND MAINTENANCE DURING TESTING
1.2 -I. TEST OBJECTIVE
The objective of this test is to collect maintenance data about the servicing,
preventive maintenance, and repair.
1.2. -II. TEST DESCRIPTION
The test will be conducted by operating the NBM and collecting the following data
on work order forms and a driver log.
1. Unscheduled Maintenance
a. Bus number
b. Date
c. Mileage
d. Description of malfunction
e. Location of malfunction (e.g., in service or undergoing inspection)
f. Repair action and parts used
g. Man -hours required
2. Scheduled Maintenance
a. Bus number
b. Date
c. Mileage
d. Engine running time (if available)
e. Results of scheduled inspections
f. Description of malfunction (if any)
g. Repair action and parts used (if any)
h. Man -hours required
The buses will be operated in accelerated durability service. While typical items
are given below, the specific service schedule will be that specified by the manufacturer.
A. Service
1. Fueling
2. Consumable checks
3. Interior cleaning
B. Preventive Maintenance
4. Brake adjustments
5. Lubrication
6. 3,000 mi (or equivalent) inspection
23
7. Oil and filter change inspection
8. Major inspection
9. Tune -up
C. Periodic Repairs
1. Brake reline
2. Transmission change
3. Engine change
4. Windshield wiper motor change
5. Stoplight bulb change
6. Towing operations
7. Hoisting operations
1.2 -III. DISCUSSION
Servicing and preventive maintenance were performed at manufacturer - specified
intervals. The following Scheduled Maintenance Form lists the mileage, items serviced,
the service interval, and amount of time required to perform the maintenance. Table 1
is a list of the lubricating products used in servicing. Finally, the Unscheduled
Maintenance List along with Unscheduled Maintenance - related photographs is included
in Section 5.7, Structural Durability. This list supplies information related to failures that
occurred during the durability portion of testing. The Unscheduled Maintenance List
includes the date and mileage at which the malfunction occurred, a description of the
malfunction and repair, and the time required to perform the repair.
24
W
U
Z
Q
Z
W
N H (o
� ZQ O
LLI
r
r C
i� t ❑G . �7
LLI
25
O
O
o
0
o
O
o
O
o
O
O
O
O
O
O
O
O
2
Z
W
�g
o
o
a
a
9
q
o
0
®
C
C
C
C
c
c
C
c
0
0
0
0
0
0
0
0
>Y
>Y
O
I�
� Y
�Y
� X
�Y
�Y
� Y
QO
O (U
O N
N
N
7 N
C N
N
U
U
U
U
U
U
U
U
Uj
Uj
Uj
(/j
(/j
Uy
-0. U)
-a 0
-a 0
-0 N
-0 U)
-0 N
'a (o
'D
O
-p
O-O
O
O
O�g
O-g
2 7
N
LO-
CL) 2
O
a)
N
CV a
O
O
a) w
a) M
0 m
CU m
Qi m
0 w
a) cc
ai co
0)--
m ...
O .
a? ...
ID ...
0).-
al ...
YN
�N
YN
YCU
YCU
YCU
YO
YN
C.3
C-0
c-0
c-0
C-0
C-0
c
C-0
J
J:3
J
J
J
J
J=
J:3
W
L)
W
C
O
C
O
C
O
C
O
C
O
C
O
C
O
C
O
t
U
U
U
U
U
U
U
U
a
ri
a
a
a
Li
a
C�
N
m
°r°
WJ
co
coo
000
co
N
ce
4
€n
(6
00
co
m
c7
co
co
m
m
co
r^
r
r
r
r
r
r
r
A
00
6
CA
A
CA
O
C'7
QC]
O
r
r
CV
CAS
C7
r
It
�
4
fit.
It
't
Lo
�
O
O
O
O
O
O
O
O
25
LLI
U
Z
Z
Lit
•NZCD
Q Q c�
N
a)
a) ❑ .vi
act
LL
2
V
N
26
O
O
O
o
O
O
O
O
o
O
O
O
O
O
O
00
2
g
o
0
0
0
0
0
CO
0
It
Tt
00
L
Q)
Y L
0
0
0
O
Q
O
O C 4-
N
N
N
(n
U)
V) a)
O '
k-» O
j
>
j
j
Table 1. STANDARD LUBRICANTS
The following is a list of Texaco lubricant products used in bus testing conducted by the
Penn State University Altoona Bus Testing Center:
ITEM
PRODUCT CODE
TEXACO DESCRIPTION
Engine oil
#2112
URSA Super Plus SAE 30
Transmission oil
#1866
Automatic Trans Fluid
Mercon /Dexron II
Multipurpose
Gear oil
#2316
Multigear Lubricant
EP SAE 80W90
Wheel bearing &
#1935
Starplex II
Chassis grease
27
1.3 REPLACEMENT AND /OR REPAIR OF
SELECTED SUBSYSTEMS
1.3 -I. TEST OBJECTIVE
The objective of this test is to establish the time required to replace and /or repair
selected subsystems.
1.3 -II. TEST DESCRIPTION
The test will involve components that may be expected to fail or require
replacement during the service life of the bus. In addition, any component that fails
during the NBM testing is added to this list. Components to be included are-
1 . Transmission
2. Alternator
3. Starter
4. Batteries
5. Windshield wiper motor
1.3 -III. DISCUSSION
During the test, several additional components were removed for repair or
replacement. Following is a list of components and total repair /replacement time.
A/C belt.
MAN HOURS
iffiIl1
A/C dryer &Freon charge. 2.00
Right front shock.
PAW
Speedo /Odometer. 1.00
Left front shock.
01111
At the end of the test, the remaining items on the list were removed and replaced.
The transmission assembly took 9.00 man -hours (two men 4.50 hrs.) to remove and
replace. The time required for repair /replacement of the four remaining components is
given on the following Repair and /or Replacement Form.
0.1
REPLACEMENT AND /OR REPAIR FORM
Page 1 of 1
Subsystem
Replacement Time
Transmission
9.00 man hours
Wiper Motor
0.50 man hours
Starter
0.50 man hours
Alternator
1.00 man hours
Batteries
0.50 man hours
P*l
1.3 REPLACEMENT AND /OR REPAIR OF
SELECTED SUBSYSTEMS
TRANSMISSION REMOVAL AND REPLACEMENT
WIPER MOTOR REMOVAL AND REPLACEMENT
(0.50 MAN HOURS)
K %7
1.3 REPLACEMENT AND /OR REPAIR OF
SELECTED SUBSYSTEMS CONT.
STARTER REMOVAL AND REPLACEMENT
(0.50 MAN HOURS)
ALTERNATOR REMOVAL AND REPLACEMENT
(1.00 MAN HOURS)
31
2. RELIABILITY - DOCUMENTATION OF BREAKDOWN
AND REPAIR TIMES DURING TESTING
2 -I. TEST OBJECTIVE
The objective of this test is to document unscheduled breakdowns, repairs, down
time, and repair time that occur during testing.
2 -II. TEST DESCRIPTION
Using the driver log and unscheduled work order forms, all significant
breakdowns, repairs, man -hours to repair, and hours out of service are recorded on the
Reliability Data Form.
CLASS OF FAILURES
Classes of failures are described below:
(a) Class 1: Physical Safety. A failure that could lead directly to
passenger or driver injury and represents a severe crash situation.
(b) Class 2: Road Call. A failure resulting in an en route interruption
of revenue service. Service is discontinued until the bus is replaced
or repaired at the point of failure.
(c) Class 3: Bus Change. A failure that requires removal of the bus from
service during its assignments. The bus is operable to a rendezvous
point with a replacement bus.
(d) Class 4: Bad Order. A failure that does not require removal of
the bus from service during its assignments but does degrade coach
operation. The failure shall be reported by driver, inspector, or
hostler.
2 -III. DISCUSSION
A listing of breakdowns and unscheduled repairs is accumulated during the
Structural Durability Test. The following Reliability Data Form lists all unscheduled
repairs under classes as defined above. These classifications are somewhat subjective
as the test is performed on a test track with careful inspections every two hours.
However, even on the road, there is considerable latitude on deciding how to handle
many failures.
The Unscheduled Repair List is also attached to provide a reference for the
repairs that are included in the Reliability Data Forms.
W
The classification of repairs according to subsystem is intended to emphasize
those systems which had persistent minor or more serious problems. There were no
Class 1, 2 or 3 failures. Of the five reported Class 4 failures, two involved the air
conditioning system, two occurred with the suspension system and one with the
electrical system. These failures are available for review in the Unscheduled
Maintenance List, located in Section 5.7 Structural Durability.
W
RELIABILITY DATA FORMS
Bus Number : 1306 Date: 07 -08 -13
Personnel: Bob Reifsteck
Failure Type
Class 4
Class 3
Class 2
Class 1
Bad
Bus
Road
Physical
Order
Change
Call
Safety
Subsystems
Mileage
Mileage
Mileage
Mileage
Man
Hours
Down
Time
Air Conditioning
6,959
1.00
1.00
9,477
2.00
2.00
Suspension
11,598
2.00
2.00
13,373
2.00
2.00
Electrical
12,733
1.00
1.00
34
3. SAFETY - A DOUBLE -LANE CHANGE
(OBSTACLE AVOIDANCE)
3 -I. TEST OBJECTIVE
The objective of this test is to determine handling and stability of the bus by
measuring speed through a double lane change test.
3 -II. TEST DESCRIPTION
The Safety Test is a vehicle handling and stability test. The bus will be operated
at SLW on a smooth and level test track. The bus will be driven through a double lane
change course at increasing speed until the test is considered unsafe or a speed of 45
mph is reached. The lane change course will be set up using pylons to mark off two 12
foot center to center lanes with two 100 foot lane change areas 100 feet apart. The bus
will begin in one lane, change to the other lane in a 100 foot span, travel 100 feet, and
return to the original lane in another 100 foot span. This procedure will be repeated,
starting first in the right -hand and then in the left -hand lane.
3 -III. DISCUSSION
The double -lane change was performed in both right -hand and left -hand
directions. The bus was able to safely negotiate the test course in both the right -hand
and left -hand directions up to the maximum test speed of 45 mph.
W
SAFETY DATA FORM
Page 1 of 1
Bus Number: 1306 Date: 7 -8 -13
Personnel: T.S., S.R. & G.C.
Temperature ( °F): 77
Humidity ( %): 72
Wind Direction: NW
Wind Speed (mph): 6
Barometric Pressure (in.Hg): 28.82
SAFETY TEST: DOUBLE LANE CHANGE
Maximum safe speed tested for double -lane change to left
45 mph
Maximum safe speed tested for double -lane change to right
45 mph
Comments of the position of the bus during the lane change: A safe profile was
maintained through all portions of testing.
Comments of the tire /ground contact patch: Tire /ground contact was maintained
through all portions of testing.
� %�
3. SAFETY
RIGHT - HAND APPROACH
LEFT - HAND APPROACH
MrA
4.1 PERFORMANCE - AN ACCELERATION, GRADEABILITY,
AND TOP SPEED TEST
4 -I. TEST OBJECTIVE
The objective of this test is to determine the acceleration, gradeability, and top
speed capabilities of the bus.
4 -II. TEST DESCRIPTION
In this test, the bus will be operated at SLW on the skid pad at the PSBRTF. The
bus will be accelerated at full throttle from a standstill to a maximum "geared" or "safe"
speed as determined by the test driver. The vehicle speed is measured using a Correvit
non - contacting speed sensor. The times to reach speed between ten mile per hour
increments are measured and recorded using a stopwatch with a lap timer. The time to
speed data will be recorded on the Performance Data Form and later used to generate
a speed vs. time plot and gradeability calculations.
4 -III. DISCUSSION
This test consists of three runs in both the clockwise and counterclockwise
directions on the Test Track. Velocity versus time data is obtained for each run and
results are averaged together to minimize any test variability which might be introduced
by wind or other external factors. The test was performed up to a maximum speed of
50 mph. The fitted curve of velocity vs. time is attached, followed by the calculated
gradeability results. The average time to obtain 50 mph was 31.35 seconds. Top
speed obtained on the dynamometer was 65 mph.
KN
PERFORMANCE DATA FORM
Page 1 of 1
Bus Number: 1306
Counter Clockwise Recorded Interval Times
Date: 5 -19 -14
Run 1
Personnel: T.S., S.R.
Run 3
10 mph
Temperature ( °F): 74
4.18
Humidity ( %): 31
20 mph
Wind Direction: WNW
8.15
Wind Speed (mph): 7
30 mph
Barometric Pressure (in.Hg): 30.14
13.46
11.89
40 mph
20.49
21.97
INITIALS:
Air Conditioning compressor -OFF
✓ Checked
32.47
S.R.
Ventilation fans -ON HIGH
✓ Checked
Run 1
S.R.
Heater pump motor -Off
✓ Checked
4.27
S.R.
Defroster -OFF
✓ Checked
7.61
S.R.
Exterior and interior lights -ON
✓ Checked
11.83
S.R.
Windows and doors - CLOSED
✓ Checked
20.53
S.R.
ACCELERATION, GRADEABILITY, TOP SPEED
Counter Clockwise Recorded Interval Times
Speed
Run 1
Run 2
Run 3
10 mph
4.21
4.18
3.92
20 mph
7.59
8.15
7.02
30 mph
12.62
13.46
11.89
40 mph
20.49
21.97
19.36
Top Test
Speed(mph) 50
33.07
32.47
32.15
Clockwise Recorded Interval Times
Speed
Run 1
Run 2
Run 3
10 mph
4.27
4.11
4.21
20 mph
7.61
7.36
7.55
30 mph
11.83
12.21
12.99
40 mph
20.53
19.46
19.96
Top Test
Speed(mph) 50
29.70
30.19
30.53
W
1306
Page 1
►, 111
PERFORMANCE SUMMARY SHEET
BUS MANUFACTURER
:Gillig
BUS NUMBER
:1306
BUS MODEL
:Low Floor
TEST DATE
:05 -19 -14
TEST CONDITIONS :
TEMPERATURE (DEG
F )
74.0
WIND DIRECTION
WNW
WIND SPEED (MPH)
7.0
HUMIDITY ( %)
31
BAROMETRIC PRESSURE (IN. HG)
30.1
---..--------------------------------------------------------------
VEHICLE SPEED
AVERAGE TIME (SEC)
-
(MPH)
- -- -------------------------------------
CCW DIRECTION CW DIRECTION
TOTAL
-------- - - - - --
10.0
-----------------------------------------------
4.10
4.20
4.15
20.0
7.59
7.51
7.55
30.0
12.66
12.34
12.50
40.0
20.61
19.98
20.30
50.0
-------------------------------------------------------------------
32.56
30.14
31.35
TEST SUMMARY :
------ -- - - - - --
VEHICLE SPEED
TIME
--..-------------------------------
ACCELERATION
MAX. GRADE
(MPH)
------------------------------------------------------------------
(SEC)
(FT /SECA2)
( %)
1.0
.31
4.7
14.7
5.0
1.61
4.3
13.6
10.0
3.39
3.9
12.3
15.0
5.36
3.5
10.9
20.0
7.59
3.1
9.7
25.0
10.12
2.7
8.5
30.0
13.02
2.3
7.3
35.0
16.40
2.0
6.2
40.0
20.39
1.7
5.2
45.0
25.21
1.4
4.3
50.0
31.14
1.1
3.4
NOTE : Gradeability
results were calculated from performance
- - -- test data.
Actual sustained gradeability performance
for vehicles equipped
with auto transmission may
be
lower than
the values
indicated here.
Page 1
►, 111
41
LO
Cl)
O
Cl)
LO
N
� �
N
MCD
jo r
y
a �
�
.0
o
_-
>�
0
LO
-
O
CD �r°> 0 o 0 0
0
(ydw) paadg
41
4.0 PERFORMANCE
4.2 Performance - Bus Braking
4.2 I. TEST OBJECTIVE
The objective of this test is to provide, for comparison purposes, braking
performance data on transit buses produced by different manufacturers.
4.2 II. TEST DESCRIPTION
The testing will be conducted at the PTI Test Track skid pad area. Brake tests
will be conducted after completion of the GVW portion of the vehicle durability test. At
this point in testing the brakes have been subjected to a large number of braking snubs
and will be considered well burnished. Testing will be performed when the bus is fully
loaded at its GVW. All tires on each bus must be representative of the tires on the
production model vehicle
The brake testing procedure comprises three phases:
Stopping distance tests
Dry surface (high- friction, Skid Number within the range of 70 -76)
Wet surface (low- friction, Skid Number within the range of 30 -36)
2. Stability tests
3. Parking brake test
Stopping Distance Tests
The stopping distance phase will evaluate service brake stops. All stopping
distance tests on dry surface will be performed in a straight line and at the speeds of 20,
30, 40 and 45 mph. All stopping distance tests on wet surface will be performed in
straight line at speed of 20 mph.
The tests will be conducted as follows:
1. Uniform High Friction Tests: Four maximum deceleration straight -line
brake applications each at 20, 30, 40 and 45 mph, to a full stop on a
uniform high- friction surface in a 3.66 -m (12 -ft) wide lane.
2. Uniform Low Friction Tests: Four maximum deceleration straight -line
brake applications from 20 mph on a uniform low friction surface in a 3.66 -
m (12 -ft) wide lane.
When performing service brake stops for both cases, the test vehicle is
accelerated on the bus test lane to the speed specified in the test procedure and this
speed is maintained into the skid pad area. Upon entry of the appropriate lane of the
skid pad area, the vehicle's service brake is applied to stop the vehicle as quickly as
El PA
possible. The stopping distance is measured and recorded for both cases on the test
data form. Stopping distance results on dry and wet surfaces will be recorded and the
average of the four measured stopping distances will be considered as the measured
stopping distance. Any deviation from the test lane will be recorded.
Stability Tests
This test will be conducted in both directions on the test track. The test consists
of four maximum deceleration, straight -line brake applications on a surface with split
coefficients of friction (i.e., the wheels on one side run on high- friction SN 70 -76 or more
and the other side on low- friction [where the lower coefficient of friction should be less
than half of the high one] at initial speed of 30 mph).
(1) The performance of the vehicle will be evaluated to determine if it is
possible to keep the vehicle within a 3.66m (12 ft) wide lane, with the dividing line
between the two surfaces in the lane's center. The steering wheel input angle required
to keep the vehicle in the lane during the maneuver will be reported.
Parking Brake Test
The parking brake phase utilizes the brake slope, which has a 20% grade. The
test vehicle, at its GVW, is driven onto the brake slope and stopped. With the
transmission in neutral, the parking brake is applied and the service brake is released.
The test vehicle is required to remain stationary for five minutes. The parking brake test
is performed with the vehicle facing uphill and downhill.
4.2 -III. DISCUSSION
The Stopping Distance phase of the Brake Test was completed with the following
results: for the Uniform High Friction Test average stopping distances were 31.66' at 20
mph, 61.20' at 30 mph, 97.85' at 40 mph and 127.70' at 45 mph. The average stopping
distance for the Uniform Low Friction Test was 30.77' There was no deviation from the
test lane during the performance of the Stopping Distance phase.
During the Stability phase of Brake Testing the test bus experienced no deviation
from the test lane but did experience pull to the left during both approaches to the Split
Friction Road surface.
The Parking Brake phase was completed with the test bus maintaining the parked
position for the full five minute period with no slip or roll observed in both the uphill and
downhill positions.
El 161
Table 4.2 -6. Braking Test Data Forms
Page 1 of 3
Bus Number: 1306
TDate74-30-13
Personnel: B.L., S.R. & G.C.
Right Tire(s)
Amb. Temperature ( °F): 56
Wind Speed (mph): 6
Wind Direction: S
Pavement Temp ( °F) Start: 59 End: 62
TIRE INFLATION PRESSURE (psi):
Tire Type: Front: 305 85R 22.5 Michelin XZU3 Rear: 305 85R 22.5 Michelin XZU3
Left Tire(s)
Right Tire(s)
Front
110
110
Rear
Inner
Outer
Inner
Outer
Rear
110
110
110
110
Rear
N/A
N/A
N/A
N/A
AXLE LOADS (lb)
Left
Right
Front
7,220
7,250
Rear
13,520
12,240
Bus Number: 1305
Personnel: B.L., S.R. & G.C.
FINAL INSPECTION
44
Date: 4 -30 -13
Table 4.2 -7. Record of All Braking System Faults /Repairs.
Page 2 of 3
Date
Personnel
Fault /Repair
Description
4 -30 -13
B.L. & S.R.
None noted.
1.1
Table 4.2 -8.1. Stopping Distance Test Results Form
Page 3 or 3
Stopping Distance (ft)
Vehicle
Direction
Vehicle
Direction
CW
CW
CCW
CCW
2
Speed (mph)
Stop 1
Stop 2
Stop 3
Stop 4
Average
20 (dry)
32.87
30.85
32.60
30.31
31.66
30 (dry)
62.10
60.74
62.28
59.67
61.20
40 (dry)
99.67
98.33
95.57
97.83
97.85
45 (dry)
129.92
126.96
128.15
125.77
127.70
20 (wet)
31.45
32.33
30.17
29.13
30.77
Table 4.2 -8.2. Stability Test Results Form
Stability Test Results (Split Friction Road surface)
Vehicle
Direction
Attempt
Did test bus stay in 12' lane? (Yes /No)
CW
1
Yes
2
Yes
CCW
1
Yes
2
Yes
Table 4.2 -8.3. Parking Brake Test Form
PARKING BRAKE (Fully Loaded) — GRADE HOLDING
Vehicle
Direction
Attempt
Hold
Time (min)
Slide
(in)
Roll
(in)
Did
Hold
No
Hold
Front up
1
5
✓
2
3
Front
down
1
5
✓
2
3
1.1
4.2 Performance - Bus Braking
TEST BUS HELD 5 MINUTES
UP & DOWNHILL
_,yA
5.1 STRUCTURAL INTEGRITY
5.1 STRUCTURAL STRENGTH AND DISTORTION TESTS —
STRUCTURAL SHAKEDOWN TEST
5.1 -I. DISCUSSION
The objective of this test is to determine certain static characteristics (e.g., bus
floor deflection, permanent structural deformation, etc.) under static loading conditions.
5.1 -II. TEST DESCRIPTION
In this test, the bus will be isolated from the suspension by blocking the vehicle
under the suspension points. The bus will then be loaded and unloaded up to a
maximum of three times with a distributed load equal to 2.5 times gross load. Gross
load is 150 lb for every designed passenger seating position, for the driver, and for each
1.5 sq ft of free floor space. For a distributed load equal to 2.5 times gross load, place a
375 -lb load on each seat and on every 1.5 sq ft of free floor space. The first loading
and unloading sequence will "settle" the structure. Bus deflection will be measured at
several locations during the loading sequences.
5.1 -III. DISCUSSION
This test was performed based on a maximum passenger capacity of 73 people
including the driver. The resulting test load is (73 X 375 lb.) = 27,375 lbs. The load is
distributed evenly over the passenger space. Deflection data before and after each
loading and unloading sequence is provided on the Structural Shakedown Data Form.
The unloaded height after each test becomes the original height for the next test.
Some initial settling is expected due to undercoat compression, etc. After each loading
cycle, the deflection of each reference point is determined. The bus is then unloaded
and the residual (permanent) deflection is recorded. On the final test, the maximum
loaded deflection was 0.215 Inches at reference point 9. The maximum permanent
deflection after the final loading sequence ranged from -0.004 Inches at reference point
7 to 0.005 Inches at reference points 4 and 8.
El f:3
STRUCTURAL SHAKEDOWN DATA FORM
Page 1 of 2
Bus Number: 1306
Date: 3 -26 -13
Personnel: E.D., E.L., B.L., T.G., P.D., J.P., C.S. & G.C.
Temperature ( °F): 62
Loading Sequence: ■ 1 ❑ 2 ❑ 3 (check one)
Test Load (lbs.): 27,375 (41 seated + 32 standees)
Right
Front
of
Bus
Left
Indicate Approximate Location of Each Reference Point
E 1 11 10 9 8 0
12 7
6
2 3 4 5
0
Top View
Reference
Point No.
A (in)
Original
Height
B (in)
Loaded
Height
B -A (in)
Loaded
Deflection
C (in)
Unloaded
Height
C -A (in)
Permanent
Deflection
1
0
.055
.055
.023
.023
2
0
.133
.133
.028
.028
3
0
.160
.160
.034
.034
4
0
.173
.173
.035
.035
5
0
.174
.174
.037
.037
6
0
.011
.011
.004
.004
7
0
-.009
-.009
-.007
-.007
8
0
.170
.170
.038
.038
9
0
.233
.233
.041
.041
10
0
.223
.223
.041
.041
11
0
.164
.164
.024
.024
12
0
.025
.025
.023
.023
N
STRUCTURAL SHAKEDOWN DATA FORM
Page 2 of 2
Bus Number: 1306
Date: 3 -27 -13
Personnel: T.S., J.P., P.D. & E.L.
Temperature ( °F): 62
Loading Sequence: ❑ 1 ■ 2 ❑ 3 (check one)
Test Load (lbs.): 27,375 (41 seated + 32 standees)
Right
Front
of
Bus
Left
Indicate Approximate Location of Each Reference Point
11 10 9 8 0
12
1
6
2 3 4 5 J=
0
Top View
Reference
Point No.
A (in)
Original
Height
B (in)
Loaded
Height
B -A (in)
Loaded
Deflection
C (in)
Unloaded
Height
C -A (in)
Permanent
Deflection
1
.023
.051
.028
.024
.001
2
.028
.141
.113
.032
.004
3
.034
.170
.136
.038
.004
4
.035
.190
.155
.040
.005
5
.037
.192
.155
.041
.004
6
.004
.009
.005
.006
.002
7
-.007
-.012
-.005
-.011
-.004
8
.038
.190
.152
.043
.005
9
.041
.256
.215
.045
.004
10
.041
.247
.206
.044
.003
11
.024
.176
.152
.025
.001
12
.023
.027
.004
.024
.001
691
5.1 STRUCTURAL SHAKEDOWN TEST
DIAL INDICATORS IN POSITION
BUS LOADED TO 2.5 TIMES GVL
(27,375 LBS)
51
5.2 STRUCTURAL STRENGTH AND DISTORTION
TESTS - STRUCTURAL DISTORTION
5.2 -I. TEST OBJECTIVE
The objective of this test is to observe the operation of the bus subsystems when
the bus is placed in a longitudinal twist simulating operation over a curb or through a
pothole.
5.2 -II. TEST DESCRIPTION
With the bus loaded to GVWR, each wheel of the bus will be raised (one at a
time) to simulate operation over a curb and the following will be inspected-
1 .
Body
2.
Windows
3.
Doors
4.
Roof vents
5.
Special seating
6.
Undercarriage
7.
Engine
8.
Service doors
9.
Escape hatches
10.
Steering mechanism
Each wheel will then be lowered (one at a time) to simulate operation through a pothole
and the same items inspected.
5.2 -III. DISCUSSION
The test sequence was repeated ten times. The first and last test is with all
wheels level. The other eight tests are with each wheel 6 inches higher and 6 inches
lower than the other three wheels.
All doors, windows, escape mechanisms, engine, steering and handicapped
devices operated normally throughout the test. The undercarriage and body indicated
no deficiencies. No water leakage was observed during the test. The results of this test
are indicated on the following data forms.
52
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Paae 1 of 10
Bus Number: 1306
Date: 4/3/13
Personnel: B.L., E.L., E.D., T.G., J.P., K.D. & M.Z.
Temperature( °F): 37
Wheel Position : (check one)
All wheels level
■ before
❑ after
Left front
❑ 6 in higher
❑ 6 in lower
Right front
❑ 6 in higher
❑ 6 in lower
Right rear
❑ 6 in higher
❑ 6 in lower
Left rear
❑ 6 in higher
❑ 6 in lower
Right center
❑ 6 in higher
❑ 6 in lower
Left center
❑ 6 in higher
❑ 6 in lower
53
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
53
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Page 2 of 10
Bus Number: 1306
Date: 4/3/13
Personnel: B.L., E.L., E.D., T.G., J.P., M.Z. & K.D.
Temperature( °F): 37
Wheel Position : (check one)
All wheels level
❑ before
❑ after
Left front
■ 6 in higher
❑ 6 in lower
Right front
❑ 6 in higher
❑ 6 in lower
Right rear
❑ 6 in higher
❑ 6 in lower
Left rear
❑ 6 in higher
❑ 6 in lower
Right center
❑ 6 in higher
❑ 6 in lower
Left center
❑ 6 in higher
❑ 6 in lower
54
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
54
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Page 3 of 10
Bus Number: 1306
Date: 4/3/13
Personnel: B.L., E.L., E.D., T.G., J.P., K.D. & M.Z.
Temperature( °F): 37
Wheel Position : (check one)
All wheels level
❑ before
❑ after
Left front
❑ 6 in higher
❑ 6 in lower
Right front
■ 6 in higher
❑ 6 in lower
Right rear
❑ 6 in higher
❑ 6 in lower
Left rear
❑ 6 in higher
❑ 6 in lower
Right center
❑ 6 in higher
❑ 6 in lower
Left center
❑ 6 in higher
❑ 6 in lower
55
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
55
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Page 4 of 10
Bus Number: 1306
Date: 4/3/13
Personnel: B.L., E.L., E.D., T.G., J.P., K.D. & M.Z.
Temperature( °F): 37
Wheel Position : (check one)
All wheels level
❑ before
❑ after
Left front
❑ 6 in higher
❑ 6 in lower
Right front
❑ 6 in higher
❑ 6 in lower
Right rear
■ 6 in higher
❑ 6 in lower
Left rear
❑ 6 in higher
❑ 6 in lower
Right center
❑ 6 in higher
❑ 6 in lower
Left center
❑ 6 in higher
❑ 6 in lower
56
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
56
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Page 5 of 10
Bus Number: 1306
Date: 4/3/13
Personnel: B.L., E.L., E.D., T.G., J.P., K.D. & M.Z.
Temperature( °F): 37
Wheel Position : (check one)
All wheels level
❑ before
❑ after
Left front
❑ 6 in higher
❑ 6 in lower
Right front
❑ 6 in higher
❑ 6 in lower
Right rear
❑ 6 in higher
❑ 6 in lower
Left rear
■ 6 in higher
❑ 6 in lower
Right center
❑ 6 in higher
❑ 6 in lower
Left center
❑ 6 in higher
❑ 6 in lower
57
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
57
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Page 6 of 10
Bus Number: 1306
Date: 4/3/13
Personnel: B.L., E.L., E.D., T.G., J.P., K.D. & M.Z.
Temperature( °F): 37
Wheel Position : (check one)
All wheels level
❑ before
❑ after
Left front
❑ 6 in higher
■ 6 in lower
Right front
❑ 6 in higher
❑ 6 in lower
Right rear
❑ 6 in higher
❑ 6 in lower
Left rear
❑ 6 in higher
❑ 6 in lower
Right center
❑ 6 in higher
❑ 6 in lower
Left center
❑ 6 in higher
❑ 6 in lower
58
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
58
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Page 7 of 10
Bus Number: 1306
Date: 4/3/13
Personnel: B.L., E.L., E.D., T.G., J.P., K.D. & M.Z.
Temperature( °F): 37
Wheel Position : (check one)
All wheels level
❑ before
❑ after
Left front
❑ 6 in higher
❑ 6 in lower
Right front
❑ 6 in higher
■ 6 in lower
Right rear
❑ 6 in higher
❑ 6 in lower
Left rear
❑ 6 in higher
❑ 6 in lower
Right center
❑ 6 in higher
❑ 6 in lower
Left center
❑ 6 in higher
❑ 6 in lower
59
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
59
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Page 8 of 10
Bus Number: 1306
Date: 4/3/13
Personnel: B.L., E.L., E.D., T.G., J.P., K.D. & M.Z.
Temperature( °F): 37
Wheel Position : (check one)
All wheels level
❑ before
❑ after
Left front
❑ 6 in higher
❑ 6 in lower
Right front
❑ 6 in higher
❑ 6 in lower
Right rear
❑ 6 in higher
■ 6 in lower
Left rear
❑ 6 in higher
❑ 6 in lower
Right center
❑ 6 in higher
❑ 6 in lower
Left center
❑ 6 in higher
❑ 6 in lower
60
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
60
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Page 9 of 10
Bus Number: 1306
Date: 4/3/13
Personnel: B.L., E.L., E.D., T.G., J.P., K.D. & M.Z.
Temperature( °F): 37
Wheel Position : (check one)
All wheels level
❑ before
❑ after
Left front
❑ 6 in higher
❑ 6 in lower
Right front
❑ 6 in higher
❑ 6 in lower
Right rear
❑ 6 in higher
❑ 6 in lower
Left rear
❑ 6 in higher
■ 6 in lower
Right center
❑ 6 in higher
❑ 6 in lower
Left center
❑ 6 in higher
❑ 6 in lower
61
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies.
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
61
DISTORTION TEST INSPECTION FORM
(Note: Ten copies of this data sheet are required)
Page 10 of 10
Bus Number: 1306
Date: 4/3/13
Personnel: B.L., E.L., E.D., T.G., J.P., K.D. & M.Z.
Temperature( °F): 37
Wheel Position : (check one)
All wheels level
❑ before
■ after
Left front
❑ 6 in higher
❑ 6 in lower
Right front
❑ 6 in higher
❑ 6 in lower
Right rear
❑ 6 in higher
❑ 6 in lower
Left rear
❑ 6 in higher
❑ 6 in lower
Right center
❑ 6 in higher
❑ 6 in lower
Left center
❑ 6 in higher
❑ 6 in lower
62
Comments
• Windows
No deficiencies.
• Front Doors
No deficiencies.
• Rear Doors
No deficiencies.
• Escape Mechanisms/ Roof Vents
No deficiencies.
• Engine
No deficiencies.
• Handicapped Device/ Special
Seating
No deficiencies.
• Undercarriage
No deficiencies
• Service Doors
No deficiencies.
• Body
No deficiencies.
• Windows/ Body Leakage
No deficiencies.
■ Steering Mechanism
No deficiencies.
62
5.2 STRUCTURAL DISTORTION TEST
RIGHT FRONT WHEEL SIX INCHES HIGHER
LEFT REAR WHEEL SIX INCHES LOWER
[.163
5.3 STRUCTURAL STRENGTH AND DISTORTION
TESTS - STATIC TOWING TEST
5.3 -I. TEST OBJECTIVE
The objective of this test is to determine the characteristics of the bus towing
mechanisms under static loading conditions.
5.3 -II. TEST DESCRIPTION
Utilizing a load- distributing yoke, a hydraulic cylinder is used to apply a static
tension load equal to 1.2 times the bus curb weight. The load will be applied to both the
front and rear, if applicable, towing fixtures at an angle of 20 degrees with the
longitudinal axis of the bus, first to one side then the other in the horizontal plane, and
then upward and downward in the vertical plane. Any permanent deformation or
damage to the tow eyes or adjoining structure will be recorded.
5.3 -III. DISCUSSION
The load- distributing yoke was incorporated as the interface between the Static
Tow apparatus and the test bus tow hook /eyes. The test was performed to the full
target test weight of 35,472 lbs. (1.2 x 29,560 lbs. CW). No damage or deformation was
observed during all four front pulls of the test. The test bus was not equipped with rear
tow eyes or tow hooks, therefore a rear test was not performed.
64
STATIC TOWING TEST DATA FORM
Paae 1 of 1
Bus Number: 1306
Date: 8 -21 -13
Personnel: T.S., S.R., E.D. & E.L.
Temperature ( °F): 75
Inspect right front tow eye and adjoining structure.
Comments: None noted.
Check the torque of all bolts attaching tow eye and surrounding structure.
Comments: All bolts torqued to specifications.
Inspect left tow eye and adjoining structure.
Comments: None noted.
Check the torque of all bolts attaching tow eye and surrounding structure.
Comments: All bolts torqued to specifications.
Inspect right rear tow eye and adjoining structure.
Comments: None.
Check the torque of all bolts attaching tow eye and surrounding structure.
Comments: Not equipped.
Inspect left rear tow eye and adjoining structure.
Comments: None.
Check the torque of all bolts attaching tow eye and surrounding structure.
Comments: Not equipped.
General comments of any other structure deformation or failure:
A full and complete tow test was done to tow weight of 35,472 lb.
CW 29,560 x 1.2 = 35,472 lb. No deformation or failure noted.
65
5.3 STATIC TOWING TEST
FRONT 200 UPWARD PULL
FRONT 200 DOWN PULL
66
5.3 STATIC TOWING TEST CONT.
FRONT 200 RIGHT PULL
FRONT 200 LEFT PULL
67
5.4 STRUCTURAL STRENGTH AND DISTORTION TESTS -
DYNAMIC TOWING TEST
5.4 -I. TEST OBJECTIVE
The objective of this test is to verify the integrity of the towing fixtures and
determine the feasibility of towing the bus under manufacturer specified procedures.
5.4 -II. TEST DESCRIPTION
This test requires the bus be towed at curb weight using the specified equipment
and instructions provided by the manufacturer and a heavy -duty wrecker. The bus will
be towed for 5 miles at a speed of 20 mph for each recommended towing configuration.
After releasing the bus from the wrecker, the bus will be visually inspected for any
structural damage or permanent deformation. All doors, windows and passenger
escape mechanisms will be inspected for proper operation.
5.4 -III. DISCUSSION
The bus was towed using a heavy -duty wrecker. The towing interface was
accomplished by incorporating a hydraulic under lift. A front lift tow was performed.
Rear towing is not recommended. No problems, deformation, or damage was noted
during testing.
68
DYNAMIC TOWING TEST DATA FORM
Page 1 of 1
Bus Number: 1306 Date: 8 -1 -13
Personnel: T.S. & B.L.
Temperature ( °F): 75
Humidity ( %): 71
Wind Direction: SSW
Wind Speed (mph): 1.3
Barometric Pressure (in.Hg): 29.90
Inspect tow equipment -bus interface.
Comments: A safe and adequate connection was made between the tow
equipment and the bus.
Inspect tow equipment- wrecker interface.
Comments: A safe and adequate connection was made between the tow
equipment and the wrecker.
Towing Comments: A front lift tow was performed incorporating a hydraulic
under lift wrecker
Description and location of any structural damage: None noted.
General Comments: No problems with the towing interface or towing procedures
were encountered.
69
5.4 DYNAMIC TOWING TEST
TOWING INTERFACE
TEST BUS IN TOW
70
5.5 STRUCTURAL STRENGTH AND DISTORTION
TESTS - JACKING TEST
5.5 -I. TEST OBJECTIVE
The objective of this test is to inspect for damage due to the deflated tire, and
determine the feasibility of jacking the bus with a portable hydraulic jack to a height
sufficient to replace a deflated tire.
5.5 -II. TEST DESCRIPTION
With the bus at curb weight, the tire(s) at one corner of the bus are replaced with
deflated tire(s) of the appropriate type. A portable hydraulic floor jack is then positioned
in a manner and location specified by the manufacturer and used to raise the bus to a
height sufficient to provide 3 -in clearance between the floor and an inflated tire. The
deflated tire(s) are replaced with the original tire(s) and the jack is lowered. Any
structural damage or permanent deformation is recorded on the test data sheet. This
procedure is repeated for each corner of the bus.
5.5 -III. DISCUSSION
The jack used for this test has a minimum height of 8.75 inches. During the
deflated portion of the test, the jacking point clearances ranged from 8.0 inches to 13.2
inches. No deformation or damage was observed during testing. A complete listing of
jacking point clearances is provided in the Jacking Test Data Form.
JACKING CLEARANCE SUMMARY
Condition
Frame Point Clearance
Front axle — one tire flat
10.6"
Rear axle — one tire flat
13.0"
Rear axle — two tires flat
10.3"
71
JACKING TEST DATA FORM
Page 1 of 1
Bus Number: 1306
Date: 3 -21 -13
Personnel: S.R. & E.D.
Temperature ( °F): 62
Record any permanent deformation or damage to bus as well as any difficulty
encountered during jacking procedure.
72
Jacking Pad
Jacking Pad
Deflated
Clearance
Clearance
Tire
Body /Frame
Axle /Suspension
Comments
(in)
(in)
12.4" 1
14.3" 1
Right front
10.6" D
12.2" D
12.0" 1
10.9" 1
Left front
11.2" D
8.9" D
14.0" 1
10.2" 1
Right rear — outside
13.2" D
9.7" D
14.0" 1
10.2" 1
Right rear —both
10.6" D
8.2" D
14.0" 1
10.2" 1
Left rear — outside
13.0" D
9.6" D
14.0" 1
10.2" 1
Left rear —both
10.3" D
8.0" D
Right middle or
NA
NA
tag— outside
Right middle or
NA
NA
tag —both
Left middle or tag—
NA
NA
outside
Left middle or tag—
NA
NA
both
Additional comments of any deformation or difficulty during jacking:
None noted.
72
5.6 STRUCTURAL STRENGTH AND DISTORTION
TESTS - HOISTING TEST
5.6 -I. TEST OBJECTIVE
The objective of this test is to determine possible damage or deformation caused
by the jack /stands.
5.6 -II. TEST DESCRIPTION
With the bus at curb weight, the front end of the bus is raised to a height sufficient
to allow manufacturer - specified placement of jack stands under the axles or jacking
pads independent of the hoist system. The bus will be checked for stability on the jack
stands and for any damage to the jacking pads or bulkheads. The procedure is
repeated for the rear end of the bus. The procedure is then repeated for the front and
rear simultaneously.
5.6 -III. DISCUSSION
The test was conducted using four posts of a six -post electric lift and standard 19
inch jack stands. The bus was hoisted from the front wheel, rear wheel, and then the
front and rear wheels simultaneously and placed on jack stands.
The bus easily accommodated the placement of the vehicle lifts and jack stands
and the procedure was performed without any instability noted.
73
HOISTING TEST DATA FORM
Page 1 of 1
Bus Number: 1306
Date: 3/25/13
Personnel: T.S. & S.R.
Temperature ( °F): 64
Comments of any structural damage to the jacking pads or axles while both
the front wheels are supported by the iack stands:
None noted.
Comments of any structural damage to the jacking pads or axles while both
the rear wheels are supported by the iack stands:
6.1 roUrA �. -.1
Comments of any structural damage to the jacking pads or axles while both
the front and rear wheels are supported by the iack stands:
6.1 roUrA �. -.1
74
5.7 STRUCTURAL DURABILITY TEST
5.7 -I. TEST OBJECTIVE
The objective of this test is to perform an accelerated durability test that
approximates up to 25 percent of the service life of the vehicle.
5.7 -II. TEST DESCRIPTION
The test vehicle is driven a total of 15,000 miles; approximately 12,500 miles on the
PSBRTF Durability Test Track and approximately 2,500 miscellaneous other miles. The
test will be conducted with the bus operated under three different loading conditions. The
first segment will consist of approximately 6,250 miles with the bus operated at GVW. The
second segment will consist of approximately 2,500 miles with the bus operated at SLW.
The remainder of the test, approximately 6,250 miles, will be conducted with the bus loaded
to CW. If GVW exceeds the axle design weights, then the load will be adjusted to the axle
design weights and the change will be recorded. All subsystems are run during these tests
in their normal operating modes. All recommended manufacturers servicing is to be
followed and noted on the vehicle maintainability log. Servicing items accelerated by the
durability tests will be compressed by 10:1; all others will be done on a 1:1 mi /mi basis.
Unscheduled breakdowns and repairs are recorded on the same log as are any unusual
occurrences as noted by the driver. Once a week the test vehicle shall be washed down
and thoroughly inspected for any signs of failure.
5.7 -III. DISCUSSION
The Structural Durability Test was started on March 28, 2013 and was conducted
until July 8, 2013. The first 6,250 miles were performed at a GVW of 40,230 lbs. and
completed on May 2, 2013. The next 2,500 mile SLW segment was performed at 35,610
Ibs and completed on May 16, 2013, and the final 6,250 mile segment was performed at a
CW of 29,560 Ibs and completed on July 8, 2013.
The following mileage summary presents the accumulation of miles during the
Structural Durability Test. The driving schedule is included, showing the operating duty
cycle. A detailed plan view of the Test Track Facility and Durability Test Track are attached
for reference. Also, a durability element profile detail shows all the measurements of the
different conditions. Finally, photographs illustrating some of the failures that were
encountered during the Structural Durability Test are included.
75
GILLIG TEST BUS #1306,
MI L EAGE D R] VE N/RE C O,R.D ED FRO M D,R] VER.'S L 0 G S
DATE
TOTAL
TOTAL
TOTAL
DURABILITY
OTHER,
TRACK
MILES
012,5 9 3 TO,
2,24 00
72 00
2,96 00
0 3,13 1/13
0 4JO 1/13 TO,
1164 00
187..0 0
1361 00
0 4J0 7113
044 8/13 T0,
9,34 00
98 00
1032 00
0 4/14/13
04,/1 6,/13 TO,
12,20 00
9,6 00
1316 00
0 V2,1,113
04,22A 3 TO,
1155 00
186 00
1341 00
0 4,28/13
0Q2,9113 TO,
6,63..01
876 00
1629 00
0 5/0 5113
0 5/0 6113 T 0,
1133 00
89 00
12,22 00
05/12/13
0 5/0 7113 T0,
12,12 00
so 00
12,92 00
0 6119/13
0 52 0A 3 T0,
1041 00
170 00
12,11 00
0 5/26/13
0 5/27/13 TO,
463 00
134 00
597 00
0 6/0 2/13
0 6/0 3113 T 0,
106,6 00
151 00
12,17 00
0M9,/13
0 6/10/13 TO,
788 00
69 00
857 00
06116113
0 6. ,/17;/13 TO
7'14,.00
35 00
749 00
0 6/2'3/13
0 6/24/13 TO,
733 00
161 00
X394..00
0 6,/3 0113
76
ILL .I TEST BUS #1306,
MI LEA E D R.1 VE NIRE C 0 R.D ED F R.0 M D,R.I ER.' LOGS
DATE
TOTAL
TOTAL
TOTAL
DURABILITY
OTHER.
TREK.
MILES
0 TM 1,113 TO
0.00
0.00
0..10
0 TM 7113
0 TM 8,113 T 0
0 00
102 00
102, 00
07114,13
TOTAL
12"500...00
2,506 00
15006,00
77
Table 4, Driving SchedUle for Bus Opemfion cpin the DuraUlty ..C.. Nbt Track,
STANDARD OPERATING SCIAEC)ULE
Monday through Friday
HC)LIR ACTION
S 1, D
mitt 1 rniMgt�t
'I A0 alm c
1:50 am, B
2:00 arn D
3�35 arn c
3A5 ani, B
4,05 arn, D
5,40 a rn, G
5:50 a 17,1 B
600 arn D
T40 an't Cl
T50 am, F
Stifft 2 8M arn D
9,40 arn C
9�501 arn B
'10:00 an,� D
11:35 iarri C
11,46 am B
12:05 pirn D
1,1140 pni c
1 :50 pm �B
2M pfn D
3A0 ptn c
150, prn F
SI-Oft, 3 41301 pm D
Ctt ICnn
c
5:501 Pat B
61001 Pal D
7:40 pm c
T50 pirn B
&05 pm D
9A0 pwm (I
9:50 PFTI B
10,,,00 prn D
11 A0 prn c
11 �50 prn J:
B Break
C--Cyc8 c aU systems five fimcni, Visual 41SIPOCU,Clli, driver's tog c,�nWes
D bus as speGMed by pTxedure
I'Fuel bLm, cornpMe driver's log shM (,. ntdes
78
"l-)LAN VIEW OF PENN STATE, RUS TESTING AND
RESEARCH FACILITY"
79
(05
tol
z
>
ao
X
( / \ } \ \
(E) @
F-
>k
jo t
0
CL
co
C
/ ��2
� \\ Q /
CL
Staggered
BUIMPS
(10 rn p h)
Railroad
Crossing
(8 mph)
1" Random
Chuck Holes
(20 ni ph)
Chatter Burrips
(20 mph)
4" Chou Gk Hole
(6 mph)
High Crown 0'.
Intersection
(20 mph)
Frame Twist
(10 mph)
01. 161$w
011
Oil 6lil,
ffyplcal)
'15 deg, skew
... .. ..... ............. Note: This hole has bridge
to bl ck one side on a daily
rotal,lionall Wasis,
oil.
01-1.01,
MOM
Durability El�emenit Profiles
The Pennsylvania Transportation Institute
Pei in State!
81
o.- 6-
L11
U
Q
z
LU
F-
Tz
oa
wo
MJ
W
tJ
U)
z
z LL
O
O
O
O
O
0
r-
N
N
r
N
cl
CO
O
Q
o
Z Q
0
Q =)
T-
N
CV
r-
N
a
2
C
O
O
L
L
O
r
U
r-
N
CU
a)
O
~
p
Q
Q
Y C4
io L
N
C
U
a) °)
aD
a
o�
m
CL
LLL L
C
CU
d
w
>,
.O
C
�
U
•N
W
N
Oo O
O
U
C
L
7
L
_
L
4--
a LL
U
m CU
(D
m
a
�a
U
WLU
00
ce)
co
^�
<0
0
r
r
N
c-•
m
r
Lu
r
r
r
m
m
O
O
�-
©
N
I`
LO
U')
Cfl
Q
Ca
Q
O
Cfl
-h
UNSCHEDULED MAINTENANCE
WORN AND FRAYING A/C BELT
(6,959 TEST MILES)
LEAKING RIGHT FRONT SHOCK
(11,598 TEST MILES)
83
UNSCHEDULED MAINTENANCE CONT.
i,
FAILED SPEEDOMETER
(12,766 TEST MILES)
84
6. FUEL ECONOMY TEST - A FUEL CONSUMPTION
TEST USING AN APPROPRIATE OPERATING CYCLE
6 -I. TEST OBJECTIVE
The objective of this test is to provide accurate comparable fuel consumption data
on transit buses produced by different manufacturers. This fuel economy test bears no
relation to the calculations done by the Environmental Protection Agency (EPA) to
determine levels for the Corporate Average Fuel Economy Program. EPA's calculations
are based on tests conducted under laboratory conditions intended to simulate city and
highway driving. This fuel economy test, as designated here, is a measurement of the
fuel expended by a vehicle traveling a specified test loop under specified operating
conditions. The results of this test will not represent actual mileage but will provide data
that can be used by recipients to compare buses tested by this procedure.
6 -II. TEST DESCRIPTION
This test requires operation of the bus over a course based on the Transit Coach
Operating Duty Cycle (ADB Cycle) at seated load weight using a procedure based on
the Fuel Economy Measurement Test (Engineering Type) For Trucks and Buses: SAE
1376 July 82. The procedure has been modified by elimination of the control vehicle
and by modifications as described below. The inherent uncertainty and expense of
utilizing a control vehicle over the operating life of the facility is impractical.
The fuel economy test will be performed as soon as possible (weather permitting)
after the completion of the GVW portion of the structural durability test. It will be
conducted on the bus test lane at the Penn State Test Facility. Signs are erected at
carefully measured points which delineate the test course. A test run will comprise 3
CBD phases, 2 Arterial phases, and 1 Commuter phase. An electronic fuel measuring
system will indicate the amount of fuel consumed during each phase of the test. The
test runs will be repeated until there are at least two runs in both the clockwise and
counterclockwise directions in which the fuel consumed for each run is within ± 4
percent of the average total fuel used over the 4 runs. A 20- minute idle consumption
test is performed just prior to and immediately after the driven portion of the fuel
economy test. The amount of fuel consumed while operating at normal /low idle is
recorded on the Fuel Economy Data Form. This set of four valid runs along with idle
consumption data comprise a valid test.
85
The test procedure is the ADB cycle with the following four modifications:
The ADB cycle is structured as a set number of miles in a fixed time in the
following order: CBD, Arterial, CBD, Arterial, CBD, and Commuter. A
separate idle fuel consumption measurement is performed at the beginning
and end of the fuel economy test. This phase sequence permits the reporting
of fuel consumption for each of these phases separately, making the data
more useful to bus manufacturers and transit properties.
2. The operating profile for testing purposes shall consist of simulated transit
type service at seated load weight. The three test phases (figure 6 -1) are: a
central business district (CBD) phase of 2 miles with 7 stops per mile and a
top speed of 20 mph; an arterial phase of 2 miles with 2 stops per mile and a
top speed of 40 mph; and a commuter phase of 4 miles with 1 stop and a
maximum speed of 40 mph. At each designated stop the bus will remain
stationary for seven seconds. During this time, the passenger doors shall be
opened and closed.
3. The individual ADB phases remain unaltered with the exception that 1 mile
has been changed to 1 lap on the Penn State Test Track. One lap is equal to
5,042 feet. This change is accommodated by adjusting the cruise distance
and time.
4. The acceleration profile, for practical purposes and to achieve better
repeatability, has been changed to "full throttle acceleration to cruise
speed ".
Several changes were made to the Fuel Economy Measurement Test
(Engineering Type) For Trucks and Buses: SAE 1376 July 82:
1. Sections 1.1, and 1.2 only apply to diesel, gasoline, methanol, and any other
fuel in the liquid state (excluding cryogenic fuels).
1.1 SAE 1376 July 82 requires the use of at least a 16 -gal fuel tank. Such
a fuel tank when full would weigh approximately 160 lb. It is judged that a 12 -gal tank
weighing approximately 120 lb will be sufficient for this test and much easier for the
technician and test personnel to handle.
86
1.2 SAE 1376 July 82 mentions the use of a mechanical scale or a flow
meter system. This test procedure uses a load cell readout combination that provides
an accuracy of 0.5 percent in weight and permits on -board weighing of the gravimetric
tanks at the end of each phase. This modification permits the determination of a fuel
economy value for each phase as well as the overall cycle.
2. Section 2.1 applies to compressed natural gas (CNG), liquefied natural gas
(LNG), cryogenic fuels, and other fuels in the vapor state.
2.1 A laminar type flow meter will be used to determine the fuel
consumption. The pressure and temperature across the flow element will be monitored
by the flow computer. The flow computer will use this data to calculate the gas flow
rate. The flow computer will also display the flow rate (scfm) as well as the total fuel
used (scf). The total fuel used (scf) for each phase will be recorded on the Fuel
Economy Data Form.
3. Use both Sections 1 and 2 for dual fuel systems.
FUEL ECONOMY CALCULATION PROCEDURE
A. For diesel, gasoline, methanol and fuels in the liquid state.
The reported fuel economy is based on the following: measured test quantities- -
distance traveled (miles) and fuel consumed (pounds); standard reference values- -
density of water at 60 °F (8.3373 Ibs /gal) and volumetric heating value of standard fuel;
and test fuel specific gravity (unitless) and volumetric heating value (BTU /gal). These
combine to give a fuel economy in miles per gallon (mpg) which is corrected to a
standard gallon of fuel referenced to water at 60 °F. This eliminates fluctuations in fuel
economy due to fluctuations in fuel quality. This calculation has been programmed into
a computer and the data processing is performed automatically.
The fuel economy correction consists of three steps:
1.) Divide the number of miles of the phase by the number of pounds of fuel
consumed
total miles
phase miles per phase per run
CBD 1.9097 5.7291
ART 1.9097 3.8193
COM 3.8193 3.8193
FEom;fib. = Observed fuel economy = miles
lb of fuel
87
2.) Convert the observed fuel economy to miles per gallon [mpg] by multiplying
by the specific gravity of the test fuel Gs (referred to water) at 60 °F and
multiply by the density of water at 60 °F
FEompg = FEcmi/ib x Gs x Gw
where Gs = Specific gravity of test fuel at 60 °F (referred to water)
Gw = 8.3373 lb/gal
3.) Correct to a standard gallon of fuel by dividing by the volumetric heating
value of the test fuel (H) and multiplying by the volumetric heating value of
standard reference fuel (Q). Both heating values must have the same units.
FEc = FEompg x Q
H
where
H = Volumetric heating value of test fuel [BTU /gal]
Q = Volumetric heating value of standard reference fuel
Combining steps 1 -3 yields
FEc = miles x (Gs x Gw) x Q
Ibs H
4.) Covert the fuel economy from mpg to an energy equivalent of miles per
BTU. Since the number would be extremely small in magnitude, the energy
equivalent will be represented as miles /BTUx106.
Eq = Energy equivalent of converting mpg to mile /BTUx106.
Eq = ((mpg) /(H))x106
B. CNG, LNG, cryogenic and other fuels in the vapor state.
The reported fuel economy is based on the following: measured test quantities- -
distance traveled (miles) and fuel consumed (scf); density of test fuel, and volumetric
heating value (BTU /Ib) of test fuel at standard conditions (P =14.73 psia and T =60 EF)
::
These combine to give a fuel economy in miles per lb. The energy equivalent
(mile /BTUx106) will also be provided so that the results can be compared to buses that
use other fuels.
1.) Divide the number of miles of the phase by the number of standard cubic
feet (scf) of fuel consumed.
total miles
phase miles per phase per run
CBD 1.9097 5.7291
ART 1.9097 3.8193
COM 3.8193 3.8193
FEomi/scf = Observed fuel economy = miles
scf of fuel
2.) Convert the observed fuel economy to miles per lb by dividing FEo by the
density of the test fuel at standard conditions (Lb/ft).
Note: The density of test fuel must be determined at standard
conditions as described above. If the density is not defined at the
above standard conditions, then a correction will be needed before the
fuel economy can be calculated.
FEomi/ib = FEo / Gm
where Gm = Density of test fuel at standard conditions
3.) Convert the observed fuel economy (FEomi /lb) to an energy equivalent of
(miles /BTUx106) by dividing the observed fuel economy (FEomi /lb) by the
heating value of the test fuel at standard conditions.
where
Eq = ((FEomi /lb) /H)x106
Eq = Energy equivalent of miles /lb to mile /BTUx106
H = Volumetric heating value of test fuel at standard conditions
89
6 -III. DISCUSSION
This is a comparative test of fuel economy using CNG fuel with a heating value of
1,008.1 btu /Ib. The driving cycle consists of Central Business District (CBD), Arterial
(ART), and Commuter (COM) phases as described in 6 -II. The fuel consumption for
each driving cycle and for idle is measured separately. The results are corrected to a
reference fuel with a volumetric heating value of 126,700.0 btu /gal.
An extensive pretest maintenance check is made including the replacement of all
lubrication fluids. The details of the pretest maintenance are given in the first three
Pretest Maintenance Forms. The fourth sheet shows the Pretest Inspection. The next
sheet shows the correction calculation for the test fuel. The next four Fuel Economy
Forms provide the data from the four test runs. Finally, the summary sheet provides the
average fuel consumption. The overall average is based on total fuel and total mileage
for each phase. The overall average fuel consumption values were; CBD — 0.67 M /lb.,
ART — 0.75 M /lb., and COM — 1.28 M /lb. Average fuel consumption at idle was 4.52
lb./hr.
90
FUEL ECONOMY PRE -TEST MAINTENANCE FORM
Page 1 of 3
Bus Number: 1306 1 Date: 6 -28 -13 & 7 -9 -13 SLW (lbs.): 35,610
Personnel: B.L., P.D. & T.S.
FUEL SYSTEM
OK
Date
Initials
Install fuel measurement system
✓
7/9/13
T.S.
Replace fuel filter
✓
7/9/13
T.S.
Check for fuel leaks
✓
7/9/13
T.S.
Specify fuel type (refer to fuel analysis)
I CNG
Remarks: None noted.
BRAKES /TIRES
OK
Date
Initials
Inspect hoses
✓
6/28/13
P. D.
Inspect brakes
✓
6/28/13
P. D.
Relube wheel bearings
1 6/28/13
1 P. D.
Check tire inflation pressures (mfg. specs.)
✓
6/28/13
P. D.
Remarks: None noted.
COOLING SYSTEM
OK
Date
Initials
Check hoses and connections
✓
6/28/13
P. D.
Check system for coolant leaks
✓
6/28/13
P. D.
Remarks: None noted.
91
FUEL ECONOMY PRE -TEST MAINTENANCE FORM
Page 2 of 3
Bus Number: 1306
Date: 6 -28 -13
Personnel: B.L. & P.D.
ELECTRICAL SYSTEMS
OK
Date
Initials
Check battery
✓
6/28/13
B. L.
Inspect wiring
✓
6/28/13
B. L.
Inspect terminals
✓
6/28/13
B. L.
Check lighting
✓
6/28/13
B. L.
Remarks: None noted.
DRIVE SYSTEM
OK
Date
Initials
Drain transmission fluid
✓
6/28/13
B. L.
Replace filter /gasket
✓
6/28/13
B. L.
Check hoses and connections
✓
6/28/13
B. L.
Replace transmission fluid
4./6/28/13
B.L.
Check for fluid leaks
/28/13
B. L.
Remarks: None noted.
LUBRICATION
OK
Date
Initials
Drain crankcase oil
✓
6/28/13
P. D.
Replace filters
1 6/28/13
P. D.
Replace crankcase oil
✓
6/28/13
P. D.
Check for oil leaks
✓
6/28/13
P. D.
Check oil level
✓
6/28/13
P. D.
Lube all chassis grease fittings
1 6/28/13
P. D.
Lube universal joints
✓
6/28/13
P. D.
Replace differential lube including axles
✓
6/28/13
P. D.
Remarks: None noted.
92
FUEL ECONOMY PRE -TEST MAINTENANCE FORM
Page 3 of 3
Bus Number: 1306
Date: 6 -28 -13
Personnel: B.L. & P.D.
EXHAUST /EMISSION SYSTEM
OK
Date
Initials
Check for exhaust leaks
✓
6/28/13
B.L.
Remarks: None noted.
ENGINE
OK
Date
Initials
Replace air filter
✓
6/28/13
P.D.
Inspect air compressor and air system
✓
6/28/13
P.D.
Inspect vacuum system, if applicable
✓
6/28/13
P.D.
Check and adjust all drive belts
✓
6/28/13
P.D.
Check cold start assist, if applicable
✓
6/28/13
P.D.
Remarks: None noted.
STEERING SYSTEM
OK
Date
Initials
Check power steering hoses and connectors
✓
6/28/13
B.L.
Service fluid level
✓
6/28/13
B.L.
Check power steering operation
✓
6/28/13
B.L.
Remarks: None noted.
OK
Date
Initials
Ballast bus to seated load weight
✓
6/28/13
P.D. &
B.L.
TEST DRIVE
OK
Date
Initials
Check brake operation
✓
6/28/13
B.L.
Check transmission operation
✓
6/28/13
B.L.
Remarks: None noted.
93
FUEL ECONOMY PRE -TEST INSPECTION FORM
Page 1 of 1
Bus Number: 1306
Date: 7 -15 -13
Personnel: T.S., C.S. & S.R.
PRE WARM -UP
If OK, Initial
Fuel Economy Pre -Test Maintenance Form is complete
T.S.
Cold tire pressure (psi): Front 110 Middle N/A Rear 110
T.S.
Tire wear:
T.S.
Engine oil level
C.S.
Engine coolant level
C.S.
Interior and exterior lights on, evaporator fan on
T.S.
Fuel economy instrumentation installed and working properly.
S. R.
Fuel line -- no leaks or kinks
T.S.
Speed measuring system installed on bus. Speed indicator
installed in front of bus and accessible to TECH and Driver.
S. R.
Bus is loaded to SLW
T.S.
WARM -UP
If OK, Initial
Bus driven for at least one hour warm -up
C.S.
No extensive or black smoke from exhaust
C.S.
POST WARM -UP
If OK, Initial
Warm tire pressure (psi): Front 115 Middle N/A Rear 115
T.S.
Environmental conditions
Average wind speed <12 mph and maximum gusts <15 mph
Ambient temperature between 300( -1 °) and 90°F(32 0C)
Track surface is dry
Track is free of extraneous material and clear of
interfering traffic
S. R.
94
W
@
�
LL
■
�
0
e
m
■
�
O/
�\
#^
O
�
�
O
2
O
U
LLI
-1
w
�
LL
95
0
\
^
\ /
\
® _
%
q
\
(D
\
/
\
LL
�
f I
/
/
s
\
\
&
§
$
(14
w
e
0
%
LC
2
/
k
\
L
e
g
g—
e
\
0
\
d
k
\
E
/
\
E
k
/
$
E
R
LL
3
$
\
2
±
»
E v
a
a
p E
/
2//
3
2
/
N
9
®
¥
/
3
y E
3
4
6
4
6
6
e
4
6
LL
m
O
0
®
5
0
cn
/
\
q
2
\
0-
)
e
E
q
2
/
2
3
7
Z3
$
/
g
ƒ
C
$
.@
/
a
¥
g
»
a
w
\
\
/
/
®
k
ƒ
/
\
2
\
\
x
0
0
0
0
0
/
E\
S
o
LL
\
\
-
0
o
t
@
CD
Li
3
\
\
_7
/
c
�
e
%
\
R
®
k
)
0
g
/
/
\
/
/
\\
k
k
k
k
k
5
7
_
o:
E
$
c
R
c
R
c>
E
u
m
E
\
\
\
\
\
/
\
/
/
ƒ
/
/
2
/
95
(n
0
�
LL
■
:3
0
@
@
■
�
�
�
O
U-
�
«
O
y
�
O
2
O
U
w
-j
&
�
U�
96
6
LL
\
LL(
w
t
m
f
n\
(
2 0
@=
/
3
7
L
L
/
m
§
e
7
�
\
®
\
/
\
\
\
/
m
7
C/)
o
\
\
m
\
F-
LU
ƒ
�
\
2 v
a
%
E
2
G/
g
ƒ
0)E
7
2/
.0
a
4
a
4
a
w
=
¥
L
/
C
0
C,6
2
0
/
k
2
a
'
d
/
0
a
c
\@
0
= A
E
2
G//
2
0
/
a
a
2
\
§
a%
6
4
2
\
g
\
¢
o
\
\
\
_
\
ƒ
\
7
/
�
m
o
0
0
0
0
o
e$
m
f
O
=
5
E
[
E
n
2
=
u
2
E
M
\
\
/
O
o
7
ƒ
t
\
/
&
(
\
.
±
E
§
)
/
LO
b
\
f
\
\
/
«
\\/
k
k
k
k
k
\
3
_
\:
cn
¥
m
e=#
e
R=
R
o
3
E
a
m
E
/
q
/
/
\
/
/
\
\
\
2
ƒ
ƒ
96
W
@
�
LL
0
:3
0
@
§
�
�
�
O
LL
�
Q
0
y
S
O
2
O
U
w
-i
LU
�
LL
97
0
\
/LL
/_
¥
E
o
0
7
R/
z
/ _
(D
d
/
d
%
\
k
°%
/
75;
RS
2
±
L
/
n
/
s_
y
©
e
0
z
\
e
R
9
h
0
0
t
L
j
w
o
o/-
_
o
o
r
\
\
®
\
m
\
e
\
u
\
2
a
/
2 v
a
e
R$
/
2\
2
7
It
ƒ
a)
0
\
0
5
466
4
e
r
=
\
«
c
o
/
E
@
2
a
.
\
\
.
0
^
(D
\
_
°
/
/
\
^
/
7
\
)
v
�
5\
f
0/\
$
a
4
CO
r
~
o
E
h
T
_
\
\
\
c
\
E
\
L
\
\
�s
/
$
t
m
x
0
0
0
0
0
=
y
c\
»
/
$
2
E
\
\
%
\
/
#
5
S
$
e
M
/
\
c
O
o
/
\
_
C:
\
\
.
±
/
$
n
§
}
\
\
}
.(
i
\
®
\
\\\
Z
v
k
k
k
?
\
3
e
M:
\
g
$
2
R
c
R
O
2
E
2
m
E
�
/
/
012:1
/
/
ƒ
/
ƒ
/
\
k
ƒ
ƒ
97
�
Z
ƒ
■
_
0
�
§
�
�
�
0
LL
�
«
O
}
�
0
2
0
0
LLI
-i
w
�
U-
98
\
~
_ L
\
/
ƒ�
3-
g
w
m
m
s =
/
0
/
0
\
/
*
\
\
m
:3
LL
k
q
`
§
2
LO
°
\
@
%
e
o
o
m
r
Lo
\
±
m
w
/
/
\
\
$
\
\
\
E
LL
R
%
ƒ
e�
*
E o
a
e
@ I
/
\
®
7
ƒ
¥
\
0
OD,
\
a
4
5
4
6
a
=
6
�
\
0
q
c
o
2
G
\
®
z
k
=
Q
k
2
2
e
C,
3
\
m
\
0
/
\
i
$
a
#
5
4
a
e
\
3
=
\
@
(
±
O
m
2
/
\
}
/
\
/
/
\
7
A
m
2
$
/
0
0
0
0
0
0
B
2
S/
7
0
f
e
2
&
=
o
E
E
n
s
2
=
\
/
g
©
S
/
M
0
±
/
o
\
#
®
}
§
LO
\
/
§
%
•(
i
\
/
g
\
\
/
k
k
\
?
\
_
0
cm
\
C)
g
$
E
R=
G
O
E
a
n
E
/
L
\
/
/
/
/
/
\
ƒ
\
2
ƒ
ƒ
98
FUEL ECONOMY SUMMARY SHEET
BUS MANUFACTURER
BUS MODEL
FUEL TYPE
SP. GRAVITY
HEATING VALUE
FUEL TEMPERATURE
Standard Conditions
Density of Air
:Gillig -N
:Low Floor
NATURAL GAS
.5570
1008.10 BTU /cf
* * * ** deg F
60 deg F and 14.7 psi
0.0729 lb /scf
BUS NUMBER :1306
TEST DATE :07/15/13
---------------------------------------------------------------
CYCLE
TOTAL FUEL
TOTAL MILES
FUEL ECONOMY
FUEL ECONOMY
ART
USED (Scf)
3.82
M /Scf(Measured)
M /Lb(Corrected)
---------------------------------------------------------------
Run #
:1, CCW
3.82
.06
1.59
CBD
188.0
5.73
.03
.75
ART
101.0
3.82
.04
.93
COM
59.0
3.82
.06
1.59
TOTAL
348.0
13.37
.04
.95
Run # :2, CW
CBD
181.0
5.73
.03
.78
ART
101.0
3.82
.04
.93
COM
59.0
3.82
.06
1.59
TOTAL
341.0
13.37
.04
.97
Run # :3, CCW
CBD 176.0
5.73
.03
.80
ART 100.0
3.82
.04
.94
COM 58.0
3.82
.07
1.62
TOTAL 334.0
13.37
.04
.99
Run # :4, CW
Average Fuel Consumption
.97
M /Lb
CBD 186.0
5.73
.03
.76
ART 94.0
3.82
.04
1.00
COM 57.0
3.82
.07
1.65
TOTAL 337.0
13.37
.04
.98
---------------------------------------------------------------
IDLE CONSUMPTION
(MEASURED)
--------------- -
First 20 Minutes
Data : 56.0 Scf
Last 20
Minutes Data : 47.0 Scf
Average Idle Consumption : 154.5
Scf /Hr
RUN CONSISTENCY: o Difference from overall average of total fuel
used
---------------
Run 1 . -2.4 Run 2 -.3 Run 3 1.8 Run 4 .9
SUMMARY (CORRECTED VALUES)
Average
Idle Consumption
6.27
LB /Hr
Average
CBD Phase Consumption
.77
M /Lb
Average
Arterial Phase Consumption
.95
M /Lb
Average
Commuter Phase Consumption
1.62
M /Lb
Overall
Average Fuel Consumption
.97
M /Lb
Overall
Average Fuel Consumption
39.02
Miles/ Million BTU
99
7. NOISE
7.1 INTERIOR NOISE AND VIBRATION TESTS
7.1 -I. TEST OBJECTIVE
The objective of these tests is to measure and record interior noise levels and
check for audible vibration under various operating conditions.
7.1 -II. TEST DESCRIPTION
During this series of tests, the interior noise level will be measured at several
locations with the bus operating under the following three conditions:
1. With the bus stationary, a white noise generating system shall provide a uniform
sound pressure level equal to 80 dB(A) on the left, exterior side of the bus. The
engine and all accessories will be switched off and all openings including doors
and windows will be closed. This test will be performed at the ABTC.
2. The bus accelerating at full throttle from a standing start to 35 mph on a level
pavement. All openings will be closed and all accessories will be operating
during the test. This test will be performed on the track at the Test Track Facility.
3. The bus will be operated at various speeds from 0 to 55 mph with and without the
air conditioning and accessories on. Any audible vibration or rattles will be
noted. This test will be performed on the test segment between the Test Track
and the Bus Testing Center.
All tests will be performed in an area free from extraneous sound - making sources
or reflecting surfaces. The ambient sound level as well as the surrounding weather
conditions will be recorded in the test data.
7.1 -III. DISCUSSION
This test is performed in three parts. The first part exposes the exterior of the
vehicle to 80.0 dB(A) on the left side of the bus and the noise transmitted to the interior
is measured. The overall average of the six measurements was 48.9 dB(A); ranging
from 47.2 dB(A) at the rear passenger seats to 51.3 dB(A) at the driver's seat. The
interior ambient noise level for this test was < 30.0 dB(A).
The second test measures interior noise during acceleration from 0 to 35 mph.
This noise level ranged from 72.7 dB(A) at the front passenger seats to 75.1 dB(A) at
the rear passenger seats. The overall average was 74.1 dB(A). The interior ambient
noise level for this test was < 30.0 dB(A).
The third part of the test is to listen for resonant vibrations, rattles, and other noise
sources while operating over the road. No vibrations or rattles were noted.
100
INTERIOR NOISE TEST DATA FORM
Test Condition 1: 80 dB(A) Stationary White Noise
Page 1 of 3
Bus Number: 1306
Date: 3 -20 -13
Personnel: E.L., E.D., T.G., P.D. & B.L.
Temperature ( °F): 34
Humidity ( %): 50
Wind Speed (mph): 9
Wind Direction: W
Barometric Pressure (in.Hg): 29.86
In Line with Middle Speaker
Initial Sound Level Meter Calibration: ■ checked by: E.D.
Interior Ambient
Noise Level dB(A): < 30.0
Exterior Ambient
Noise Level dB(A): 47.1
Microphone Height During Testing (in): 29 inches above seat cushion.
Measurement Location
Measured Sound Level dB(A)
Driver's Seat
51.3
Front Passenger Seats
48.1
In Line with Front Speaker
48.5
In Line with Middle Speaker
49.8
In Line with Rear Speaker
48.5
Rear Passenger Seats
47.2
Final Sound Level Meter Calibration: ■ checked by: E.D.
Comments: All readinas taken in the center aisle.
Remarks /comments /recommended cha
II Note: Actual sound level is corrected for ambient inside sound level. II
101
INTERIOR NOISE TEST DATA FORM
Test Condition 2: 0 to 35 mph Acceleration Test
Page 2 of 3
Bus Number: 1306
Date: 7 -8 -13
Personnel: T.S., S.R. & G.C.
Temperature ( °F): 73
Humidity ( %): 81
Wind Speed (mph): 5
Wind Direction: W
Barometric Pressure (in.Hg): 28.83
Rear Passenger Seats
Initial Sound Level Meter Calibration: ■ checked by: S.R.
Interior Ambient
Noise Level dB(A): < 30.0
Exterior Ambient
Noise Level dB(A): 36.6
Microphone Height During Testing (in): 29" above seat cushion.
Measurement Location
Measured Sound Level dB(A)
Driver's Seat
74.2
Front Passenger Seats
72.7
Middle Passenger Seats
75.1
Rear Passenger Seats
74.2
Final Sound Level Meter Calibration: ■ checked by: S.R.
Comments: All readinas taken in the center aisle.
:Z�iiFTi:�••uu-� - ••uu-�•.C•:VI'fTtTZ- 3i101•0- I• -•.1
Note: Actual sound level is corrected for ambient inside sound level.
102
INTERIOR NOISE TEST DATA FORM
Test Condition 3: Audible Vibration Test
Page 3 of 3
Bus Number: 1306
Date: 7 -8 -13
Personnel: T.S., S.R. & G.C.
Temperature ( °F): 74
Humidity ( %): 81
Wind Speed (mph): 6
Wind Direction: W
Barometric Pressure (in.Hg): 28.82
Describe the following possible sources of noise and give the relative location on the
bus.
Source of Noise
Location
Engine and Accessories
None noted.
Windows and Doors
None noted.
Seats and Wheel Chair lifts
None noted.
Comment on any other vibration or noise source which may have occurred
that is not described above: None noted.
Remarks /comments /recommended changes: None noted.
Note: Actual sound level is corrected for ambient inside sound level.
103
7.1 INTERIOR NOISE TEST
TEST BUS SET -UP FOR 80 dB(A)
INTERIOR NOISE TEST
104
7.2 EXTERIOR NOISE TESTS
7.2 -I. TEST OBJECTIVE
The objective of this test is to record exterior noise levels when a bus is operated
under various conditions.
7.2 -II. TEST DESCRIPTION
In the exterior noise tests, the bus will be operated at a SLW in three different
conditions using a smooth, straight and level roadway:
1. Accelerating at full throttle from a constant speed at or below 35 mph and just
prior to transmission upshift.
2. Accelerating at full throttle from standstill.
3. Stationary, with the engine at low idle, high idle, and wide open throttle.
In addition, the buses will be tested with and without the air conditioning and all
accessories operating. The exterior noise levels will be recorded.
The test site is at the PSBRTF and the test procedures will be in accordance with
SAE Standards SAE J366b, Exterior Sound Level for Heavy Trucks and Buses. The test
site is an open space free of large reflecting surfaces. A noise meter placed at a
specified location outside the bus will measure the noise level.
During the test, special attention should be paid to:
1. The test site characteristics regarding parked vehicles, signboards, buildings,
or other sound - reflecting surfaces
2. Proper usage of all test equipment including set -up and calibration
3. The ambient sound level
7.2 -III. DISCUSSION
The Exterior Noise Test determines the noise level generated by the vehicle under
different driving conditions and at stationary low and high idle, with and without air
conditioning and accessories operating. The test site is a large, level, bituminous paved
area with no reflecting surfaces nearby.
With an exterior ambient noise level of 37.0 dB(A), the average test result obtained
while accelerating from a constant speed was 71.6 dB(A) on the right side and 71.4
dB(A) on the left side.
105
When accelerating from a standstill with an exterior ambient noise level of 37.9
dB(A), the average of the results obtained were 75.6 dB(A) on the right side and 75.4
dB(A) on the left side.
With the vehicle stationary and the engine, accessories, and air conditioning on,
the measurements averaged 62.0 dB(A) at low idle, 64.5 dB(A) at high idle, and 76.0
dB(A) at wide open throttle. With the accessories and air conditioning off, the readings
averaged 1.8 dB(A) lower at low idle, 1.3 dB(A) lower at high idle, and 0.5 dB(A) lower
at wide open throttle. The exterior ambient noise level measured during this test was
38.4 dB(A).
106
EXTERIOR NOISE TEST DATA FORM
Accelerating from Constant Speed
Page 1 of 3
Bus Number: 1306
Accelerating from Constant Speed
Street (Left) Side
Date: 7 -8 -13
Personnel: T.S., S.R. & G.C.
Run #
Temperature ( °F): 71
1
Humidity ( %): 81
Wind Speed (mph): 3
70.5
Wind Direction: NW
Barometric Pressure (in.Hg): 28.81
2
69.6
Verify that microphone height is 4 feet, wind speed is less than 12 mph and ambient
temperature is between 30 °F and 90 °F: ■ checked by: S.R.
Initial Sound Level Meter Calibration:
■ checked by: S.R.
Exterior Ambient Noise Level dB(A):
37.0
Accelerating from Constant Speed
Curb (Right) Side
Accelerating from Constant Speed
Street (Left) Side
Run #
Measured Noise
Level dB(A)
Run #
Measured Noise Level
dB(A)
1
71.5
1
70.5
2
71.6
2
69.6
3
70.6
3
70.2
4
70.5
4
70.1
5
71.1
5
72.2
Average of two highest actual
noise levels = 71.6 dB(A)
Average of two highest actual
noise levels = 71.4 dB(A)
Final Sound Level Meter Calibration Check: ■ checked by: S.R.
Remarks /comments /recommended changes: None noted.
107
EXTERIOR NOISE TEST DATA FORM
Accelerating from Standstill
Page 2 of 3
Bus Number: 1306
Accelerating from Standstill
Street (Left) Side
Date: 7 -8 -13
Personnel: S.R., T.S. & G.C.
Run #
Temperature ( °F): 71
1
Humidity ( %): 81
Wind Speed (mph): 3
74.9
Wind Direction: NW
Barometric Pressure (in.Hg): 28.81
2
75.4
Verify that microphone height is 4 feet, wind speed is less than 12 mph and ambient
temperature is between 30 °F and 90 °F: ■ checked by: S.R.
Initial Sound Level Meter Calibration:
■ checked by: S.R.
Exterior Ambient Noise Level dB(A):
37.9
Accelerating from Standstill
Curb (Right) Side
Accelerating from Standstill
Street (Left) Side
Run #
Measured Noise
Level dB(A)
Run #
Measured
Noise Level
dB(A)
1
74.1
1
74.9
2
75.7
2
75.4
3
75.4
3
75.4
4
75.3
4
75.4
5
75.5
5
74.9
Average of two highest actual noise
levels = 75.6 dB(A)
Average of two highest actual noise
levels = 74.4 dB(A)
Final Sound Level Meter Calibration Check: ■ checked by: S.R.
Remarks /comments /recommended changes: None noted.
108
EXTERIOR NOISE TEST DATA FORM
Stationary
Page 3 of 3
Bus Number: 1306
Date: 7 -8 -13
Personnel: S.R., T.S. & G.C.
Temperature ( °F): 71
Humidity ( %): 81
Wind Speed (mph): 3
Wind Direction: NW
Barometric Pressure (in.Hg): 28.81
Verify that microphone height is 4 feet, wind speed is less than 12 mph and ambient
temperature is between 30 °F and 90 °F: ■ checked by: S.R.
Initial Sound Level Meter Calibration: ■ checked by: S.R.
Exterior Ambient Noise Level dB(A): 38.4
Accessories and Air Conditioning ON
Throttle Position
Engine RPM
Curb (Right) Side
dB(A)
Street (Left) Side
db(A)
Measured
Measured
Low Idle
700
63.7
60.2
High Idle
1,000
64.5
64.5
Wide Open Throttle
2,380
75.6
76.4
Accessories and Air Conditioning OFF
Throttle Position
Engine RPM
Curb (Right) Side
dB(A)
Street (Left) Side
db(A)
Measured
Measured
Low Idle
700
61.8
58.6
High Idle
1,000
63.9
62.5
Wide Open Throttle
2,400
74.5
76.4
Final Sound Level Meter Calibration Check: ■ checked by: S.R.
Remarks /comments /recommended changes: None noted.
109
7.2 EXTERIOR NOISE TESTS
TEST BUS UNDERGOING
EXTERIOR NOISE TESTING
110
8. EMISSIONS TEST - DYNAMOMETER -BASED
EMISSIONS TEST USING TRANSIT DRIVING CYCLES
8 -I. TEST OBJECTIVE
The objective of this test is to provide comparable emissions data on transit
buses produced by different manufacturers. This chassis -based emissions test
bears no relation to engine certification testing performed for compliance with the
Environmental Protection Agency (EPA) regulation. EPA's certification tests are
performed using an engine dynamometer operating under the Federal Test
Protocol. This emissions test is a measurement of the gaseous engine emissions
CO, CO2, NOx, HC and particulates (diesel vehicles) produced by a vehicle
operating on a large -roll chassis dynamometer. The test is performed for three
differed driving cycles intended to simulate a range of transit operating
environments. The cycles consist of Manhattan Cycle, the Orange County Bus
driving cycle, and the Urban Dynamometer Driving Cycle (UDDS). The test is
performed under laboratory conditions in compliance with EPA 1065 and SAE
J2711. The results of this test may not represent actual in- service vehicle
emissions but will provide data that can be used by recipients to compare buses
tested under different operating conditions.
8 -II. TEST DESCRIPTION
This test is performed in the emissions bay of the LTI Vehicle Testing
Laboratory. The Laboratory is equipped with a Schenk Pegasus 300 HP, large -
roll (72 inch diameter) chassis dynamometer suitable for heavy - vehicle emissions
testing. The dynamometer is located in the end test bay and is adjacent to the
control room and emissions analysis area. The emissions laboratory provides
capability for testing heavy -duty diesel and alternative - fueled buses for a variety
of tailpipe emissions including particulate matter, oxides of nitrogen, carbon
monoxide, carbon dioxide, and hydrocarbons. It is equipped with a Horiba full -
scale CVS dilution tunnel and emissions sampling system. The system includes
Horiba Mexa 7400 Series gas analyzers and a Horiba HF47 Particulate Sampling
System. Test operation is automated using Horiba CDTCS software. The
computer controlled dynamometer is capable of simulating over - the -road
operation for a variety of vehicles and driving cycles.
The emissions test will be performed as soon as permissible after the
completion of the GVW portion of the structural durability test. The driving cycles
are the Manhattan cycle, a low average speed, highly transient urban cycle
(Figure 1), the Orange County Bus Cycle which consists of urban and highway
driving segments (Figure 2), and the EPA UDDS Cycle (Figure 3). An emissions
test will comprise of two runs for the three different driving cycles, and the
111
average value will be reported. Test results reported will include the average
grams per mile value for each of the gaseous emissions for gasoline buses, for
all the three driving cycles. In addition, the particulate matter emissions are
included for diesel buses, and non - methane hydrocarbon emissions (NMHC) are
included for CNG buses. Testing is performed in accordance with EPA CFR49,
Part 1065 and SAE J2711 as practically determined by the FTA Emissions
Testing Protocol developed by West Virginia University and Penn State
University.
30
2E
C20
L
10
5
0
0
200 400 600 800 1000
Th ne, 's
Figure 1. Manhattan Driving Cycle (duration 1089 sec, Maximum speed
25.4mph, average speed 6.8mph)
Figure 2. Orange County Bus Cycle (Duration 1909 Sec, Maximum Speed
41 mph, Average Speed 12mph)
112
Figure 3. HD -ODDS Cycle (duration 1060seconds, Maximum Speed 58mph,
Average Speed 18.86mph)
8 -III. TEST ARTICLE
The test article is a Gillig model Low Floor transit bus equipped with CNG
fueled Cummins ISL G280 engine. The bus was tested on July 18, 2013
8 -IV. TEST EQUIPMENT
Testing is performed in the LTI Vehicle Testing Laboratory emissions
testing bay. The test bay is equipped with a Schenk Pegasus 72 -inch, large -roll
chassis dynamometer. The dynamometer is electronically controlled to account
for vehicle road -load characteristics and for simulating the inertia characteristics
of the vehicle. Power to the roller is supplied and absorbed through an
electronically controlled 3 -phase ac motor. Absorbed power is dumped back
onto the electrical grid.
Vehicle exhaust is collected by a Horiba CVS, full -flow dilution tunnel. The
system has separate tunnels for diesel and gasoline /natural gas fueled vehicles.
In the case of diesel vehicles, particulate emissions are measured gravimetrically
using 47mm Teflon filters. These filters are housed in a Horiba HF47 particulate
sampler, per EPA 1065 test procedures.. Heated gaseous emissions of
hydrocarbons and NOx are sampled by Horiba heated oven analyzers. Gaseous
113
emissions for CO, CO2 and cold NOx are measured using a Horiba Mexa 7400
series gas analyzer. System operation, including the operation of the chassis
dynamometer, and all calculations are controlled by a Dell workstation running
Horiba CDCTS test control software. Particulate Filters are weighed in a glove
box using a Sartorius microbalance accurate to 1 microgram.
84. TEST PREPARATION AND PROCEDURES
All vehicles are prepared for emissions testing in accordance with the Fuel
Economy Pre -Test Maintenance Form. (In the event that fuel economy test was
performed immediately prior to emissions testing this step does not have to be
repeated) This is done to ensure that the bus is tested in optimum operating
condition. The manufacturer - specified preventive maintenance shall be
performed before this test. The ABS system and when applicable, the
regenerative braking system are disabled for operation on the chassis
dynamometer. Any manufacturer - recommended changes to the pre -test
maintenance procedure must be noted on the revision sheet. The Fuel Economy
Pre -Test Inspection Form will also be completed before performing. Both the
Fuel Economy Pre -Test Maintenance Form and the Fuel Economy Pre -Test
Inspection Form are found on the following pages.
Prior to performing the emissions test, each bus is evaluated to determine
its road -load characteristics using coast -down techniques in accordance with
SAE J1263. This data is used to program the chassis dynamometerto
accurately simulate over - the -road operation of the bus.
Warm -up consists of driving the bus for 20 minutes at approximately 40
mph on the chassis dynamometer. The test driver follows the prescribed driving
cycle watching the speed trace and instructions on the Horiba Drivers -Aid
monitor which is placed in front of the windshield. The CDCTS computer
monitors driver performance and reports any errors that could potentially
invalidate the test.
All buses are tested at half seated load weight. The base line emissions
data are obtained at the following conditions-
1 . Air conditioning off
2. Evaporator fan or ventilation fan on
3. One Half Seated load weight
4. Appropriate test fuel with energy content (BTU /LB) noted in CDTCS
software
5. Exterior and interior lights on
6. Heater Pump Motor off
7. Defroster off
8. Windows and Doors closed
114
The test tanks or the bus fuel tank(s) will be filled prior to the fuel economy
test with the appropriate grade of test fuel.
8 -VI DISCUSSION
The following Table 1 provides the emissions testing results on a grams per
mile basis for each of the exhaust constituents measured and for each driving
cycle performed.
TABLE 1 Emissions Test Results
Driving Cycle
Manhattan
Orange County
Bus
UDDS
CO2, gm /mi
2,383
1,725
1,331
CO, gm /mi
6.06
5.41
3.35
THC, gm /mi
0.70
0.21
0.44
NMHC, gm /mi
0
0
0.01
NO,,, gm /mi
0.25
0.40
0.44
Particulates.
gm /mi
N/A
N/A
N/A
Fuel
consumption
scf /m i
42.9
31.1
24.0
115
M / ) W FIJ j f i rj rr !,
CRASH TEST
Certification
The proposed bus model fully complies with the side impact crash test
requirements that are detailed in the UMTA (FTA) Baseline Advanced Design
Transit Coach White Book specifications (Section 2.1.2.10 Crashworthiness).
Background
The following report, including pre and post crash pictures, shows the results of
the testing conducted at a private test facility in Ohio. The test was conducted on
a specially built "worst- case" forty foot (40') Low Floor built in late 1997. The
bus was first subjected to the full Altoona Bus Test prior to the crash test in 1998.
Results Summary
The test requires a 4,OOO1b car to be crashed into the side of the bus at 25mph.
The impact is to cause no more than 3" of permanent structural deformation at the
seated passengers hip height and should not produce any sharp edges protruding
into the interior of the bus.
The test results found that the impact caused no more than 1/2" deformation at the
H -point and there were no sharp edges or protrusions.
Conclusion
• Actual deformation was less than 17% of that allowed
• Damage was so insignificant that structural repair was not required
• Damage was essentially confined to two quick- change skirt panels and their
lower anchor plates
• Total repair time was estimated at less than 1 hour for a 3M mechanic. No
welding was required; skirt panels were unbolted from their anchor plates
and were pulled from the mid -rail channel. The anchor plates were
replaced and new, pre - painted skirt panels were installed
• Total repair cost was estimated at less than $750, parts and labor
These results are unmatched by any competing vehicle and are a testimony to
Gillig's superior design knowledge and technology as well as an acknowledgment
of the vehicle's structural strength and build integrity. These results are proof of
the value and durability built into each Gillig bus.
Gillig Corporation
UMTA Side Impact Testing of a
1997 Gillig Lowfloor Transit Sus
TRC Test No. 980513
Prepared by:
Transportation Research Center Inc.
10820 State Route 347
East Liberty, OH 43319
Final Report
May -June 1998
Prepared for:
Gillig Corporation
Box 3008
25800 Clawiter Road
Hayward, CA 94540 -3008
Notice
Transportation Research Center Inc. does not endorse or certify products of manufacturers.
The manufacturer's name appears solely to identify the test article. Transportation Research
Center Inc. assumes no liability for the report or use thereof. It is responsible for the facts and
the accuracy of the data presented herein. This report does not constitute a standard,
specification, or regulation.
Report Prepared by:
,q,d,l E7. QY4(1
Michael S. Postle
Engineering Technician
Date 61 8 48
Report Approved By:
4 na.. Date J° . &,,
' W g roject Operations
Section
Table of Contents
Title
P_a9e
1.0 Purpose and Test Procedure 1 -1
2.0 Test Summary 2 -1
3.0 Vehicle Interior SidewaIl Deformation Data 3 -1
4.0 Camera Information 4 -1
Appendix A Photographs A -1
List of Tables
Table Title Page
1 Crash Test Summary 2 -3
2 Test Vehicle Information 2 -4
3 Vehicle Interior Sidewall Deformation Data 3 -2
4 Camera Information 4 -3
I
Figure
List of Figures
Title
Camera Positions
iii
Page
4-2
List of Photographs
Description
Figure
Pre -Test Front View
A -1
Post -Test Front View
A -2
Pre -Test Right Side View
A -3
Post -Test Right Side View
A -4
Pre -Test Rear View
A -5
Post -Test Rear View
A -6
Pre -Test Left Side View
A -7
Post -Test Left Side View
A -8
Pre -Test Right Three - Quarter Impact Area View
A -9
Post -Test Right Three - Quarter Impact Area View
A -10
Pre -Test Left Three - Quarter Impact Area View
A -11
Post -Test Left Three- Quarter Impact Area View
A -12
Pre -Test Impact Area Close -Up View
A -13
Post -Test Impact Area Close -Up View
A -14
Pre -Test Bullet Vehicle Left Three - Quarter View
A -15
Pre -Test Bullet Vehicle Front View
A -16
Post -Test Bullet Vehicle Front View
A -17
Post -Test Impact Area w/Exterior Panels Removed View 1
A -18
Post -Test Impact Area w/Exterior Panels Removed View 2
A -19
Post -Test Interior Impact Area View 1
A -20
Post -Test Interior Impact Area View 2
A -21
Post -Test Interior Impact Area View 3
A -22
Post -Test Interior Impact Area View 4
A -23
Post -Test Windshield Damage View
A -24
Post -Test Windshield Damage Close -Up View
A -25
Post -Test Driver Barrier View
A -26
Pre -Test Vehicle Chassis/Tire Information Label View
A -27
IV
Section 1.4
Purpose and Test Procedure
1 -1
Purpose
This 25 mph Millet vehicle into transit coach impact test was conducted for the Gillig
Corporation by Transportation Research Center Inc. The purpose of this test was to evaluate the
performance of the subject vehicle, a 1997 Gillig Lowfloor Transit Bus with die lower horizontal
sidewall extrusions removed, relative to the performance requirements of the Urban Mass
Transportation Administration (UMTA), `Baseline Advanced Design Transit Coach
Specification," paragraph 2.1.2.10, Crashworthiness.
1 -2
Test Procedure
This test was conducted using the Urban Mass Transportation Administration (UMTA),
"Baseline Advanced Design Transit Coach Specification," paragraph 2.1.2.10, Crashworthiness,
as a guideline.
The crash event was recorded by one (1) real -time panning motion picture camera and five
(5) high -speed motion picture cameras. The pre -test and post -test conditions were recorded by
one (1) real time motion picture camera
The vehicle interior sidewalI deformation data is presented in Section 3.0. Camera
information is presented in Section 4.0. Appendix A contains the still photographic prints.
1 -3
Section 2.0
Test Summary
2 -1
Test Summary
This bullet vehicle into transit bus side impact test was conducted at TRC on May 13, 1998.
The test vehicle, a 1997 Gillig Lowfloor Transit Bus with the lower horizontal sidewall
extrusions removed, appeared to comply with the perfonnance requirements of the Urban Mass
Transportation Administration (UMTA), "Baseline Advanced Design Transit Coach
Specification," paragraph 2.1.2.10, Crashworthiness.
The test vehicle was equipped with a 10.8 liter, 6 cylinder diesel engine, 4 -speed automatic
transmission, power steering, and air brakes. The transit bus test weight was 26,130 pounds.
The bullet vehicle's test weight was 4004 pounds. The bullet vehicle's impact speed was 25.2
mph. The test vehicle was positioned so that the longitudinal centerline of the bullet vehicle was
102.75 inches rearward of the front axle centerline.
The vehicle's maximum interior intrusion at seated passenger hip height was 0.50 inches.
There were no sharp edges or protrusions into the coach interior.
2 -2
Test Type:
Test Date:
Test Time:
Ambient Temperature
Vehicle:
Vehicle Test Weight:
Bullet Vehicle:
Bullet Vehicle Test Weight:
Impact Angle':
Impact VeIocity2:
Maximum Deformation at
Seated Passenger H- Point:
Dummies:
Type:
Location:
Restraint:
Number of Cameras:
Table 1 Crash Test Summary
Bullet Vehicle into Left Side of Transit Bus
05/13/98
2043
74° F
1997 Gillig Lowfloor Transit Bus with Iower horizontal
extrusions removed
26,130 lbs
1985 Oldsmobile Delta 88 Royale 4 -door sedan
4004 lbs
270°
Primary = 25.2 mph
Secondary = 25.2 mph
0.50 in.
Driver - NIA
N/A
N/A
N/A
High -speed 5
Real -time 1
' Clockwise from front centerline of test vehicle.
2 Speed trap measurement (:L .05 mph accuracy)
2 -3
Passenger - N/A
N/A
N/A
N/A
Table 2 Test Vehicle Information
Original Vehicle Manufacturer:
GilIig Corporation
Vehicle Altered by:
NIA
Make/Model:
40/ 102TB M 11
VIN:
15GGD2110V 1070002
Serial Number:
70002
Body Style:
Lowfloor Transit Bus
Model Year:
1997
Color:
White
Engine Data:
Type:
Diesel
Cylinders:
6
Displacement:
10.8 liters
Transmission Data:
4 speed, _manual, x automatic,
_fwd, x rwd, _4wd
Date Vehicle Received:
N/A
Odometer Reading:
21,512 miles
Dealer's Name and Address:
N/A
Accessories:
Power Steering
Yes
Automatic Transmission
Yes
Power Brakes
Air
Automatic Speed Control
No
Power Seats
No
Tilting Steering Wheel
Yes
Power Windows
No
Telescoping Steering Wheel
Yes
Tinted Glass
Yes
Air Conditioning
Yes
Radio
No
Anti -skid Brake
No
Clock
No
Rear Window Defroster
No
Other
None
Power Door Locks
No
pal!
Table 2 Test Vehicle Information. Cont'd.
Certification Data from VehicIe's Label:
Vehicle Manufactured by: Gillig Corporation
Date of Manufacture: 4115197
VIN: 15GGD2110V 1070002
GVWR: 39,600 lbs
GAWK:
Tire Information
Vehicle Tire Size:
Recommended Cold
Tire Pressure:
Front: 14,600lbs, Rear: 25,0001bs
Goodyear, Metro Miler, B305/85R22.5 LR J
Front: 115 psi; Rear: 105 psi
Test Vehicle Attitudes:
Pre -test Attitude: LF: 46.8 in RF: 47.8 in LR: 47.9 in RR: 48.6 in
Post -test Attitude: LF: 46.5 in RF: 48.2 in LR: 47.6 in RR: 48.6 in
2 -5
Section 3.0
Vehicle Sidewail Defonnation Data
3 -1
3 -2
U
-
N
C
U
O1 O O
O 00 00
U
rn 06 M
06 rn cV
o C 0
xx
4-j
t~
C�
oo %.o 00
,-, N +--
O
Q
[�
C� N
Q O o
09
m N N
N
r• r- m
r• n N
Q C? C?
.O
c�
cc
rnc0o
��a,
mm�
00
t• r- M
r~ r- N
O CD Ci
e
u
OO O C?
Ln Ln o
m Ln o
O
N
Cr- oOM
r-z rim
000
G
a,o�Q
QcOwC�
cm
No
Ul c�
co 0o O
F" %�o LT
N N —
q
CL
Q
����
0���
�OOG
cu
cn
c
�
b
^� 4;
t0
00 00 Q"
U t-- 00 00
U
� r` r-� N
U r` r` N
X 0 0 O
a
•
�p �D
C �D
�
00 00 00
tip 00 O�
U
U N Q -4
�
b
U t- r� N
Up C• r: N
%.9D %10
� O 0 C:,
q C,
GJ Rif
4-A
Z C40 00 O
C13
00 00 O
O O o
U
00
'a r� r- rn
�-' r- t`
N
o c0 0o Q
a. 00 00 0
0 0 0
x
o
m
led,
N
a r= t- M
r- r-: m
o O O
�?
tip �D �p
3 �p
--
U
4-1
U O
U
Q
M
r` t-- m
Q+ � �o do
O c rl
R, �o �
O O C=
,
U bA
� '�
�
•�
o
E
r-co
O
U � �
OR O�
N
r- r` M
00 r` M
O G O
--° +�
G
� O
O R w
R, rn t4
4._ p
pUj 4,
O
C
G C
o
3 -2
Section 4.0
Camera Information
4 -1
Phe
pit
Front
of $w
Figure I Camera Positions
4 -2
Table 4 Camera Information
Camera
Number Location Type
1 Real -time panning
2 Left tight
3 Right tight
4 Onboard
5 Pit tight
6 Pit tight
Bolex
Photosonic
Photosonic
Photosonic
Photosonic
Photosonic
4 -3
Lens
Speed
Purpose of
(mm)
(fps)
Camera Data
16
24
Vehicle dynamics
13
262
Vehicle dynamics
13
250
Vehicle dynamics
13
498
Interior Intrusion
25
488
Vehicle crush
25
504
Vehicle crush
Appendix A
Photographs
A -1
Figure A-2 Post-Test Front View
Figure A -4 Post -Test Right Side View
Figure A-6 Post-Test Rear View
Figure A -7 Pre-Test Left Side View
Figure A-8 Post-Test Left Side View
Figure A-10 Post-Test Right Three-Quarter Impact Area View
Figure A -14 Post-Test Impact Area Close -Up View
Figure A-15 Pre-Test Bullet Vehicle Left Three-Quarter View
Intentionally Left Blank
Figure A-17 Past -Test Bullet Vehicle Front View
Figure A-19 Post-Test Impact Area w/Exterior Panels Removed View 2
Figure A-23 Post-Test Interior Impact Area View 4
Figure A-24 Post-Test Windshield Damage View
Figure A-25 Post-Test Windshield Damage Close-Up View
NIANUFACTURED BY GfLLIG CORP.
A D A T F b,
k q b",
VIN I k 9 11 RIMS
kpa I IRF S,, psi COLD SINGLE
A I kg ------- 1b,
�%,, i i HE All TIRES, ...... . ...... DIMS
W11 ti k P a . . . . . . .......... . psi COLD DUAL,
AT
mm THIS VEHICLE CONFORMS TO ALL APPLICABLE U-S,
IN EFFECT
FEDERAL MOTOR VEHICLE SAFETY CTURE SHOWN STANDARDS ABOVE�
ON THE DATE OF MANUFA
MODEL:_'.-,
EH 11)� NO,.:
. . . ........
TypjE 2 OF VEHICLE:
UMBER' - PAS$PNQ1
ENGINE N
CAPACl""'-
Figure A-27 Pre-Test Vehicle Chassis/Tire Information Label View
PACKAGE 1: TECHNICAL PROPOSAL REQUIREMENTS
3. Technical Proposal
j. Higher Capacity Heating System Options
Please reference BASE EQUIPMENT AND ALTERNATIVES pricing sheets for optional
upgrades to the Heating System. This information can be found in PACKAGE 2 COST
PROPOSAL
Additional information can be provided upon request.
o 10Q Z4° li° in
? or
w wro �o Q(V O
o
WO U C)-
-Q
��z Z W YQV W o Ln
�w r� °�� z aQ U� III 1114 QN O C', �J
w r
w r° lo Lu
J
w
o
LL Q C� om
�Na2 .g o -oar. �Oz
W
m _
ry � aw z °ow _ IQ s A
al�ddl -
r o
q w _
000�� w� _
Nolm— (,�O) -
qfyUF
W j Z O
g9�wa� u�a �(I I I I I I a¢�
JW -
0 0 0. °p nis3a3d (d) z m
W ml 11 1 1 E I E o
N
o -
•o a -
o
o
a
W s �
� z
o � _
- - -_
° M
0.�wtiwaQ s - Q
oy�c�FZrw
ow
WWco�W�wQ
O
O
G❑ - -
I
I
I
goo .N
a
o ,
I � I�
I
I
w
0 0
o I I
z II
I�
I m
I�
I o M o
I
N o
I
a a
a............
m_J ¢�
q
a W
LU (V
V
0 -
� W
z
c? a (n O
��
-
_ <
LO
?
Q v
�' a
-44 ro >
o
0 8
(� CO
O
" �3
�>
-
a
c o q
w
o° tt
N
LU
J
_
'1Rap qw
oo�
z
o
j 0i LL
J
C
J -
'�p zw
ooa _ _
wo
LU
�]
E
o
-
0.
F��
-
p cu ra
dflJ
Nor�Nea
C,
.E =
ra
rrz
u)a)
&
w
w
� ¢ a
Q4 Iz w1z
2 z w
1
oddobmnmdnO
tro
�ew3oad td�
z rr
_
3zcr 1V3s
a39xa:sea cw)
Ll U
z
0. ^
W��4c3
a�
Ccn~�z
4
-
r�y�^aQZ
o,,� ca[ owe
- �a
-
°a rev
winarow—
N
W p u
��ra ~z
q��W�aa
Q
0
J m
�
T ¢
t1l
a
¢ o
w
w
u
IT
L
� N
o
N
�
M
z
w
i
-
Oy
0'29 =N
(-I
� 3
w
N
o
�'
- -
—�
14 W
r,
°W'
od�wd
ww
- is
s
�
r
CO
e°
m
�ri q
Ow
zjo°oj z
-w a iIF
is d
L
J
�O
o�i�oov�
�o z �z
ii�
Q O
Q
U
r?
L
w
o oh Q
N a z
owaa�a m
r r r
�a
iii
_
N
ot$
-J
J-
s
z
=� iim
LL
J
0
Q
Qe�,°�
o cs
zw
zz�
����
-
iio
i
Y
W
�E
oa� Q�
��owwo
mm
-
- -
-
w��q Nz
�� F oL,
zz
,
44
NQIHDNVIS (1�0)
E
=<id2
o
err'
Q � " w'Z
Wwo ww
Ids3ad(d)
]ZIS ids
� [ w
^�Nwuriw
a3
EDNI
oNSSSVd p)
z w w
w �
�F Z[ U
=
�Z�c�iWJ0
En
0
0.w�'azo
o
Lii z
o c�[�zww
ax
14Qoz�
R w
m
1, 44ry
4 C �
`�oa�n c�
r Q
',..
air
� o
En
o
ID
sm
CI -
0
J=0
j
7771:1,
D
- o (1 19- A)
M
(b R£- A)
N
w
-
(coa
=A)
0
0
-8- 2000 Series Rechnors
""OVAMER]CANSEATING
Sdlut�olrls for Motoircoadh Seafling
2000 S&ies IRedllilneir Ills vailLiUe in &x StyIl s
VIIoddl 2000 Redllirnrwir
Model 2000 creates a new standard
in recliner seating, with seat and
back cushion contours designed to
comfortably accommodate a wide
range of passengers. Paired with a
contoured, adjustable headrest, the
2000 Recliner sets the new milestone
for passenger seating comfort.
M odds 200.3 Rcclliinor
Model 2003 has an S- shaped,
contoured back that tapers towards
the top of the recliner to allow
better sight lines. Its one -piece back
features an integrated headrest and
is ergonomically designed to provide
lumbar support for added passenger
comfort.
M odawlll 20015 IRecllluirneir
Model 2005 has a full width,
S- shaped, contoured reclining back
for an added measure of passenger
privacy and exceptional comfort.
These features make it a smart choice
for suburban transit buses and private
motorcoach use.
ilfrddi 2006 I'tE "dkrlr it
Model 2006 has rounded styling
lines and a fuller back for passenger
privacy and comfort. It has a height
adjustable headrest and our signature
slim -line profile that allows passengers
to stretch out and get comfortable —
even when fully reclined.
\Aodctll 20041 13c,c lli nor
Model 2004 has an adjustable
headrest and an S- shaped, contoured
back that tapers toward the headrest
for a more open coach feel. With
more hip -to -knee room than any
recliner in its class, its slim -line profile
gives passengers added legroom.
Mcodr^III 20915 IRrwnT:llllinvir
Contoured seat and back cushion with
a fuller back for passenger privacy,
incorporates an integrated headrest.
A palm- shaped release
handle on the standard
armrest allows you to easily
fold the arm down.
f'Cf "tIIrest
A convenient recline button
puts back recline adjustment
at your fingertips.
Choose from two footrests, the self- storing model or
two - position model. Both provide added passenger
comfort and are designed to support in excess of a
500 -pound vertical load for safety.
Self- Storing Footrest
To operate the self- storing footrest, simply press it toward
the floor with your foot. It will gradually return itself to
the stored position in a smooth, controlled movement
when not in use.
Two - Position Footrest
The two - position footrest also operates by pressing it
from the stored position downward with your foot. It
will remain there even if you remove your foot. To restore
it, gently nudge it upwards with your foot.
"1iS [1liii in
Upholstered seat cushions are constructed of high density
polyurethane foam for increased comfort and service life.
The 2000 Series Recliner family offers several different
cushion and back packages. This allows you to tailor your
vehicle interior to your needs while enjoying the benefits
of the innovative modular frame design. Whether you seek
to promote privacy or encourage passenger interaction,
subtleties in contouring, shapes and widths can help
achieve these goals. Choose from a range of popular
upholstery fabrics in a spectrum of colors to complement
any vehicle interior.
NIII rrna(ein; llr, u, &d in the 1000 r'rwinExrr IRWrllii nerr, <irr, tc "A(wd M
rrrn"uiire Ilarirnq IIi[va'irnd crwrnlulliiair7rrnvrvi1'Jrr [edoirtfl lraniti,>Iporl,nC:ion
s,ii "oty %(,ilrnddIld ", dS \tll61 dS O lr o \N lrl 1.I Ir1 C "�')I "T1 Cn Ir6:11 T11 `al lrf & „i
rvq a li rvirrn eir7 N.
F'° lira Iinni
Add a footrest. Change to a different arm or even convert
a right hand seat to a left hand one. The 2000 Series
modular frame allows changes throughout seat life with
minimum effort and maximum return on investment.
Constructed of fatigue and corrosion - resistant powder
coated steel, the 2000 Series Recliners are supported at
the wall by heavy -gauge steel brackets and from the floor
with an inverted T- pedestal. Other mounting options are
available.
Jllf IllnnIir'est
Aisle Side Armrests
Choose from two different aisle side armrests, either our
standard fold down armrest or the optional fold up armrest.
Both feature a convenient fingertip recline button located
on the end of the armrest where passengers naturally
expect it. Effortless back recline adjustment is achieved
with either armrest and there are an infinite number of
stops within the 8" recline range. Comfortable to use, yet
made of durable materials for a long life. Each armrest
supports in excess of 500 pounds of vertical load and 250
pounds of horizontal load for durability and safety.
Standard Fold -down Armrest
To operate the standard fold -down armrest, simply pull
up on the palm shaped handle while rotating the armrest
forward. To restore this armrest to the upright position,
simply rotate it upwards and it will automatically lock
into place. This armrest features an alternative, non -
locking stop to facilitate cleaning.
Optional Fold -up Armrest
An optional fold -up armrest is available on 2000 Series
Recliners. For easy ingress and egress, simply lift this
armrest upward until it stops automatically or fold it
downward for active use. With no locks to release, this
allows open access to the seat from the aisle.
The 2000 Series' standard fold -down arm is
visually appealing as well as comfortable.
Seat cleaning and maintenance is effortless
with the armrest situated in the alternate,
non - locking position.
Selecting the below -seat -level storage position
permits greater ease of access and movement.
Two seat widths (see below)*
Optional foam and covers to ASTM D -3675, ASTM E -662 and FAR 25.853b \�Y�
Self- storing footrest
Two - position footrest
Aisle side fold -down or fold -up armrest
Model 2000 Recliner
Center - folding armrest (up)
Tufted upholstery (Models 2003, 2004, 2005 and 2006)
Aisle light
Beverage holder
Fold -up tray
Model 2003 Recliner
Expanding mesh magazine holder
High impact thermoplastic back panel (Models 2003, 2004 and 2006)
�J
Stainless steel back panel (Models 2005 and 2095) \
Seat -back grab handle with coat hook
Top- mounted grab handle (Models 2003, 2005 and 2095)
Model 2004 Recliner
Seat -back audio
Secura® mobility aid securement system\
Reversible seats \
Two and one executive seating
�s
* When ordering wider seat, indicate with "W" in front of model number Model 2005 Recliner
(for example, W2003)
Seat width - Dimension A Q,
Fold -down Arm Fold -up Arm
40-3/8 " 38- 13/16
and and
37-Vs" 36 -1/16"
Model 2006 Recliner
17a,9
Model 2095 Recliner
Our ia,,xisic)n
Since 1886, American Seating has set the standard for product design, durability and
comfort. Today, we remain committed to exceeding the expectations of our customers.
Our achievements serve as the platform for new and innovative products that continue
to be the benchmark of our industry.
A History of fnnt:ltii&fiv� > SOII,.V.0 "I11110IMS
401 American Seating Center, Grand Rapids, MI 49504 -4499
Phone 616 - 732 -6600 800 - 748 -0268 FAX 616- 732 -6401
americanseating.com
oiad American Seating is committed to
American Seating and Secura are registered trademarks of American Seating Company � lessening our impact on the planet through
Form No. TP- 2000 -12 ©2012 American Seating Company Litho in USA responsible stewardship of our environment
Trar-isit, Sea.t,-,IY"19
Modei 6466
......................................................... ...............................
Mode16466
u ruu ur fl ru u'r�R Uwau u'e
Individually upholstered cushion
assemblies are supported by
serpentine springs (This provides
longer cushion life and
unsurpassed comfort)
Easy to remove cushions and back
upholstery for efficient cleaning
or replacement
Variety of vehicle mounts available
including cantilever and T- pedestal
Vinyl or fabric upholstery offered
in a variety of colors and styles
Stainless steel, energy- absorbing
grab rail
Nigh- strength thermoplastic back panel
with recessed area for knee clearance
and comfort
Nigh- strength, fatigue- resistant steel frame
with a durable, powder- coated color finish
Patented, energy- absorbing grab rail with
textured finish available in many colors
Cushions and back pads offered with
polyurethane or low-smoke/low-fire
construction
34" width also available
Integrates with the A.R.M.- Securement
System for A.I.A. compliance
UIu.s� III)risse(� Qua iuVn .y ,1hrouph supmfor Desipl� r,md ,�u
American Seating performs extensive testing in the industry's largest and most
complete test facility. This testing, along with our desire for innovation, assures our
customers of consistent high quality products. At American Seating, materials and
assemblies must continuously meet demanding standards in the following areas:
tensile strength vibration
color fastness impact
flammability and fatigue resistance corrosion and abrasion
Aso . —Iabie r
okgaD AMERICANSEATING
SEATING CO. LTD.
A WHOLLY OWNED SUBSIDIARY OF AMERICAN SEATING KibOm (�g._, c Va�uc 11ci 'o tnaiwe
Post Office Box 2310
Orilla, Ontario L3V 6S2 CANADA
(877) 847 -3456
FAX (877) 847 -3950
401 American Seating Center
Grand Rapids, Michigan 49504
(800) 748 -0353
Fax (616) 732 -6491
www.americanseating.com
F No. AP1050 -P -1- 1201 ©2001 A.,e,, Searing C,mp,ny Litho USA
EMM 1111,,,,O rktf`` Illl Illl ,,,OO Illy
ENGINE AND TRANSMISSION
• GILLIG works extensively with the engine manufacturers and vibration
control system suppliers to develop "best practices" for engine isolation
and mounting. Every engineering design is specifically tailored to address
each individual engine installation. GILLIG engineers, using testing data
collected by our engine suppliers, evaluate isolation mounts based on
both velocity and accelerations of the drive train on a frequency analysis.
We carefully look at both transmissibility and resultant vibration in the
coach at the driver's floor, middle floor and rear floor.
• Based on the above analysis, GILLIG has selected to use Metalastic
mountings at the flywheel housing and at the pad mount under the
accessory drive. Transmissions are supported as required by the
manufacturer.
• On a GILLIG the 28 volt alternator is readily accessible through the rear
engine door. The drive belt and automatic belt tension device are located
immediately forward of the rear door and protected by an easily removed,
hinged belt guard.
• The 24 volt engine starter motor is located on the lower curbside of the
engine close to the rear of the coach. This unit is accessible from
underneath the coach and, when required, is usually changed over a pit or
with the coach on a hoist.
• The air filter element is accessible through the curbside engine access
door.
• The curbside engine access door also allows for maintenance personnel
to access the engine's electronic components.
• The straightforward design of the LOW FLOOR bus allows for easy
removal of the engine and transmission by 1 or 2 maintenance people.
The removal of either the engine and /or transmission should only be
required for major overhaul. This R &R can be accomplished in less than
transit industry standard time.
• The removal procedure for the engine and transmission powerplant is
covered in detail in the GILLIG Service Manual— provided separately.
• Due to the accessibility provided in the LOW FLOOR, all other repair work
can be accomplished with the components in the bus.
No special equipment or procedures must be employed to start the engine when
exposed to temperatures less than 30 degrees for a minimum of four hours without the
engine in operation.
GILLIG will provide the Agency with an auxiliary coolant heater that, when activated by
the designated employee, will preheat the engine to help improve cold weather
startability. This added component will relieve the need to idle the bus for long periods
of time.
Better. Every Tm Route.
Engines For Urban Transit
Applications.
Better. Where It Counts. Every Minute.
What counts is cleaner, more fuel efficient and more
reliable engines to keep your buses on schedule.
That's what Cummins 2013 engines deliver, whether
you are looking for diesel, natural gas or diesel -
electric hybrid engines to power your urban bus
fleet.
Not only do all of our Cummins transit bus engines
meet U.S. Environmental Protection Agency (EPA)
2013 emissions standards, but they also meet 2014
greenhouse gas (GHG) and fuel efficiency standards
a full year ahead of schedule. Our ISL9 and ISB6.7
clean diesel engines get up to 2 percent better fuel
economy versus 2010 engines, while the Cummins
Westport ISL G takes advantage of an abundance
of domestically produced natural gas to provide
lower total cost of ownership. These engines
share common base engine components, for
exceptional reliability and durability.
Cummins is the only engine manufacturer to design,
develop and support a totally integrated system frorr
the air handling to the exhaust aftertreatment. This
allows us to optimize performance to a degree that
no other manufacturer can match.
iw
We've utilized our fully integrated technology
to simultaneously improve fuel economy and
performance, lowering operating costs as we reduce
emissions to near -zero levels.
Cummins is a leader in hybrid diesel engines. Diesel -
electric buses powered by Cummins ISB6.7 and ISL9
engines have completed millions of miles of reliable
service throughout the world.
Our total commitment to delivering reliable power you
can count on every minute, backed by the largest
and most capable service and support network in
North America, is the reason Cummins has been the
#1 choice in U.S. urban transit fleets since 1998.
Leadership In Clean Diesel Technology.
Cummins is a leader in the development of diesel
engines with near -zero emissions. Our fully integrated
approach includes the Cummins Aftertreatment
System with a Diesel Particulate Filter (DPF) that
works in combination with our Selective Catalytic
Reduction (SCR) system. The entire system is
controlled by a single, robust Electronic Control
Module (ECM), for optimized combustion, better
performance and enhanced reliability.
Cummins 2013 ISL9 diesel is
equipped with a proven On -Board
Diagnostics system used in
thousands of on -road vehicles
since 2007. This system continuously monitors
performance of the emissions system, providing alerts
through a Malfunction Indicator Lamp (MIL) on the
instrument panel. The MIL illuminates when it detects
a malfunction related to the emissions control system,
altering the operator that the engine needs proper
troubleshooting and possible repair.
Alternative Technologies -
Natural Gas And Hybrid Engines.
At Cummins, we recognize that just talking about
climate change and environmental impact aren't
enough. So, in addition to offering clean - diesel
engines, we're at the forefront of alternative
technologies that can help reduce our dependence
on fossil fuels, and lower GHG emissions.
These include the ISL G natural gas engine from
Cummins Westport and our ISL9 and ISB6.7
diesel - electric hybrid engines.
The Cummins Westport ISL G is the most popular
natural gas engine in North America today,
delivering all the advantages of clean- burning
natural gas with no compromise in power or
torque.
Cummins ISL9 and ISB6.7 engines are used in a
wide range of hybrid diesel - electric systems found
in 30- to 60 -foot standard and articulated buses all
across North America.
1AMSHSA7r
11"111111111111,iutititi�o�ro»ro»ro»ro»>iU���
Cummins IS11136.7. Better Adds Up.
Reduced operating costs. Lower greenhouse gas
emissions. The fact that you get both in an engine
that meets 2014 GHG and fuel efficiency standards
a year ahead of schedule with near -zero emissions
is a bonus. The ISB6.7 is available exclusively
for transit bus hybrid diesel - electric propulsion
systems.
ISB6.7 Maintenance Intervals
Maintenance Item Miles /Kilometers Hours Months
Oil and Filter
15,000 MI
500
6
660 LB -FT
24,000 KM
Governed Speed
2600 RPM
Fuel Filter
15,000 MI
500
6
Number of Cylinders
24,000 KM
System Weight
Coolant Filter
15,000 MI
500
6
522 KG
24,000 KM
207 LB
94 KG
Overhead Adjustment
150,000 MI
5,000
48
241,500 KM
Standard Coolant Change
60,000 MI
2,000
24
96,000 KM
Coalescing Filter Every 3rd to 4th Oil Change Interval
DEF Filter
200,000 MI
320,000 KM
Particulate Filter Cleaning 200,000 MI
320,000 KM
Consult your Operation and Maintenance Manual for more information.
Cummins ISB6.7 already provides best -in -class
fuel economy, and it gets up to 2 percent better
fuel economy versus the 2010 model, so you get
lower operating costs. There is no compromise in
performance, either. The ISB6.7 used in hybrid diesel -
electric power plants is rated at 280 hp (209 k" with
660 lb-ft (896 N•m) of torque.
ISB6.7 Specifications
Advertised Horsepower
280 HP
209 KW
Peak Torque
660 LB -FT
896 Nom
Governed Speed
2600 RPM
Clutch Engagement Torque
400 LB -FT
542 Nom
Number of Cylinders
6
System Weight
1,357 LB
616 KG
Engine (Dry)
1,150 LB
522 KG
Aftertreatment System'
207 LB
94 KG
`Increase over standard muffler; does not include chassis OEM - supplied
components.
IMSLAS
A Better Route To Better Performance.
Cummins ISL9 clean diesel engine combines proven
reliability with exceptional durability. Years of bus duty
in tough urban routes provide ample evidence that its
high power -to- weight ratio, replaceable wet liner design,
roller followers, bypass oil filtration, targeted piston
cooling and other heavy duty engine features set the
standard for others to follow. It uses the XPI fuel system,
and shares the same high capacity Electronic Control
Module (ECM) with all other Cummins on- highway
diesel engines, for powerful, smooth, quiet performance.
ISL9 Maintenance Intervals
Maintenance Item
Miles /Kilometers
Hours
Months
Oil and Filter
15,000 MI
500
6
24,000 KM
550 LB -FT
746 1
Fuel Filter
15,000 MI
500
6
1,914 LB
24,000 KM
Engine (Dry)
1,697 LB
Coolant Filter
15,000 MI
500
6
24,000 KM
Overhead Adjustment
150,000 MI
5,000
48
241,500 KM
Standard Coolant Change 60,000 MI 2,000 24
96,000 KM
Coalescing Filter Every 3rd to 4th Oil Change Interval
DEF Filter 200,000 MI 6,500
320,000 KM
Particulate Filter Cleaning 200,000 MI 6,500
320,000 KM
Consult your Operation and Maintenance Manual for more information
Plus, because cleaner is better, the ISL9 already meets
2014 GHG and fuel economy standards, getting 2 percent
better fuel economy versus the previous model. Clean
diesel ratings are available at 280 hp (209 kW) and 330 hp
(246 kW) with up to 1100 lb-ft (1493 N•m) of peak torque.
A diesel - electric hybrid rating is available at 330 hp (246 kw)
with a peak torque of 1100 lb-ft (1493 N•m). The ISL9 has
the street smarts to make every urban transit operation run
better. Every bus. And every route.
ISL9 Specifications
Advertised Horsepower
280 -330 hp
209 -246 KW
Peak Torque
900-110011
1221-14931
Governed Speed
2200 rpm
Clutch Engagement Torque
550 LB -FT
746 1
Number of Cylinders
6
System Weight
1,914 LB
868 KG
Engine (Dry)
1,697 LB
770 KG
Aftertreatment System'
217 LB
98 KG
`Increase over standard muffler; does not include chassis OEM - supplied
components.
... ������rv'�'� ��.���rvi�� �������� \ 0 .ier e [t Co �ilts,�r
Cummins designs every component from air handling to the exhaust aftertreatment to work as a totally integrated system,
so we can optimize performance better than other engine manufacturers.
High- Capacity Electronic
Control Module (ECM)
A single ECM manages the entire
engine and aftertreatment system,
for optimum performance. This ECM
is used across the board for 2013
on- highway engines.
High Pressure Common Rail (HPCR)
Fuel System From Cummins Fuel
Systems
High injection pressures produce quick throttle
response at every rpm. Optimized timing
increases fuel efficiency and lowers emissions.
(ISB6.7)
XPI Fuel System From
Cummins Fuel Systems
Delivers superior performance at
every speed. Multiple injection
events per cycle improve fuel
efficiency and enable smoother,
quieter operation. (ISL9)
VGTTm Turbocharger From Cummins
Turbo Technologies
This patented design is widely recognized
as the industry leader for performance.
Electric actuation improves precision
and responsiveness.
Cummins Aftertreatment System
From Cummins Emission Solutions
The proprietary system consists of a Diesel Particulate
Filter (DP9 and Selective Catalytic Reduction (SCR)
technology for near -zero emissions.
Fleetguard® Fuel Filters, Lube Filters
And DEF From Cummins Filtration
Fleetguard filters protect against corrosion and
contaminants with innovative technology such
as NanaoNetTm media, which provides 10 times
better protection than conventional fuel filters.
High quality DEF is widely available at authorized
Cummins and Fleetguard locations, as well as in
bulk delivery.
/SL CAY
CNG LNG
Naturally Better. Cummins Westport ISL G
Natural Gas Engine.
There are over 40,000 Cummins Westport natural
gas engine- equipped vehicles performing cleanly and
reliably today. Interest in natural gas engines is steadily
growing throughout North America, with Cummins
Westport natural gas engines widely recognized for their
technological leadership in urban transit fleets. The ISL G
combines all the advantages of clean burning natural gas
with no compromise in power or torque.
The ISL G uses Stoichiometric cooled Exhaust Gas
Recirculation (SEGR) combustion to create the optimal
combination of power, torque and low emissions levels.
Stoichiometric combustion is the ideal ratio at which fuel
and oxygen are both completely consumed.
ISL G Maintenance Intervals
280 -320 hp 209 -239 KW
Peak Torque
Maintenance Item
Miles /Kilometers
Hours
Months
Oil and Filter'
7,500 MI
500
6
1,625 LB 737 KG
12,000 KM
Three -Way Catalyst (TWC)
Fuel Filter
15,000 MI
1,000
12
24,000 KM
Coolant Filter
7,500 MI
500
6
12,000 KM
Spark Plugs
22,500 MI
1,500
18
36,000 KM
Coolant Change
30,000 MI
2,000
24
48,000 KM
Valve Adjustment"
30,000 MI
2,000
24
48,000 KM
Air Cleaner /Element
Follow vehicle manufacturer's
published
recommendations
'Requires natural gas engine
oil (CES 20074).
"Initial valve adjustment at 1,000
hours.
The oxygen free exhaust stream enables the use of our
proprietary Three -Way Catalyst (FWC). This completely
passive device never needs additional fluids, regeneration
or cleaning, and takes the place of a conventional muffler.
Fuel for the Cummins Westport ISL G can be stored on the
vehicle as compressed natural gas (CNG) or liquefied natural
gas (LNG). The ISL G can also run on renewable natural
gas (RNG) made from biogas or landfill gas that has been
upgraded for vehicle fuel quality.
The ISL G shares 80 percent of its heavy duty components
with its diesel counterpart, the Cummins ISL9. This
increases durability and reliability while reducing the overall
ownership cost. The troubleshooting capabilities (using
Cummins standard software and diagnostic tools) are
also shared.
ISL G Specifications
Advertised Horsepower
280 -320 hp 209 -239 KW
Peak Torque
900 -1000 Ib -ft 1221 -1356 Nom
Governed Speed
2200 RPM
Clutch Engagement Torque
550 LB -FT 746 Nom
Number of Cylinders
6
Net Weight (Dry)
1,625 LB 737 KG
Aftertreatment System
Three -Way Catalyst (TWC)
�F �K J n J� (,", J� �I c
Pro,
Cun
A sir
lead
Stochiometric Cooled EGR
The ideal air /fuel ratio for complete
combustion means zero oxygen in
the exhaust, which allows use of
the passive Three -Way Catalyst.
High Energy Ignition System
Provides better performance, longer
service intervals and improved spark
plug and coil durability, plus self -
diagnostics. A coil -on -plug ignition
system eliminates the need for spark
plug wires.
Fully Skirted ISL Diesel
Engine Block
The high- strength, rebuildable
design adds durability. Shares
80 percent of major engine
components with the ISL9 diesel.
U ci iyii is aci mui a, a is i uci ayaici i i
and the ignition system. Compatible
with Cummins software and other
diagnostic service tools.
QuickServe® Online.
QuickServe Online sorts through 11 million Cummins
engines and a million documents in seconds to
find accurate, up -to- the - minute parts and service
information about a customer's engine. Every fact is
instantly available, from part numbers, diagrams and
supercessions to service bulletins and troubleshooting
manuals, operation and maintenance manuals, literature,
tools, catalogs and more. See quickserve.cummins.com
for access information.
Genuine Cummins New And ReCon' Parts.
stock parts for 100,000 individual
part numbers at our Memphis
Distribution Center, including
both new (Genuine Cummins)
and remanufactured (ReCon)
parts. Our centralized distribution
ietwork assures next -day delivery
almost everywhere in North America
on parts orders received by midnight EST. Genuine
Cummins Parts are of the highest quality and backed by
the best parts warranty in the industry. And we are so
confident in the reliability of Genuine Cummins ReCon
parts that every one comes with a full Cummins warranty.
Training Every Technician.
Make sure your technicians have the training on all
the latest technology. Cummins distributors offer local
training using the same diagnostic procedures and repair
techniques that are taught by our factory personnel.
Every Confidence.
All Cummins and Cummins Westport transit engines
come with a standard 2- year /unlimited - mileage warranty
with full parts and labor on warrantable failures* This
includes travel or towing when a bus is disabled or when
further operation would cause additional damage. Major
components are covered up to 3 years or 300,000 miles
(482,804 km), whichever occurs first, on Cummins ISL9
and ISL G urban transit bus engines.
"Warrantable failures are those due to defects in materials or Cummins
workmanship.
IS136.7 Ratings
Engine Advertised HP (KV4
Model
Peak Torque
LB -FT (Nom) @ RPM
Governed
Speed
ISB6.7 Hybrid
280 (209)
660(896)@ 1600
2600 RPM
ISL9 Ratings
ISL9 330
330 (246)
1100(1493)@ 1400
2200 RPM
ISL9 280
280 (209)
900(1221)@ 1300
2200 RPM
ISL9 Hybrid
330 (246)
1100 (1493) @ 1400
2200 RPM
ISL G Ratings
ISL G 320
320 (239)
1000(1356)@ 1300
2200 RPM
ISL G 280
280 (209)
900(1220)@ 1300
2200 RPM
Better Extended Coverage.
For additional peace of mind, Cummins and Cummins
Westport offer a variety of extended coverage plans to
meet every transit operation's needs. Check with your
local Cummins distributor for details.
Better Service. Everywhere.
Better Answers.
To learn more, visit cumminsengines.com or
cumminswestport.com. Assistance is also available
by phone at 1- 800- DIESELSTM (1- 800 - 343 - 7357), or
contact your local Cummins distributor or dealer. Product
literature and additional information are always accessible
online at cumminsengines.com. You can also register all
of your Cummins engines quickly and easily, and sign
up for our Bus News electronic newsletter for important
updates.
Cummins Inc.
Box 3005
C. Columbus, IN 47202 -3005
U.S.A.
Phone:1- 800- DIESFLST^ 1- 800 - 343 -7357)
Fax: 1-800-232-6393
Internet: cumminsengines.com
Twitter.com/CumminsFngines
YouTube.com/CumminsFngines
Bulletin 4971427 Printed In U.S.A. 5/13
©2013 Cummins Inc.
ENGINE COOLING
REAR STREETSIDE ACCESS PANEL
w� 11114 m Nunn 116wom 100 1001101101111 ml. n iiiiiiiamm"m
in 1111MW own immio 11*10101..
1110I.I.—
lilf -Ife 0(il 11-1
tiWN WV
. .... ... . . . . . . . . .
RADIATOR/CAC, AUXILIARY COOLANT HEATER, BOOSTER PUMP
REAR ENGINE DOOR
STAINLESS STEEL SURGE TANK
DINE
ERMAI INNOVAIION
GOHAR (Global On Highway Aluminum Radiator) with *are U,pavvecores
I "'lrainsiil , scllhoolll, and touuir bus coolllliling sollWfiiioins
Cooling modules using GOHAR radiators are designed specifically for the tough
requirements of transit, motor home, tour bus, and school bus applications. The
GOHAR radiator dramatically increases durability, eliminates solder corrosion,
and saves weight versus conventional copper -brass radiator designs. GOHAR
radiators utilize a controlled atmosphere braze (CAB) process resulting in much
stronger tube - header joints compared to copper -brass radiators.
*1 are Wav fiin couires now avauilllalbllle
The Square Wave° fin core is the newest addition to the Modine radiator family for
these applications, weighing approximately 35% less than a copper -brass radiator
design. Using the Modine GOHARopen fin channel design promotes higher
performance and significantly less clogging.
oii llM clllass tesfiiing calpalbliillllil liies
We maintain a number of world class technical centers devoted to heat - transfer
technology and innovation. Our four vehicular wind tunnels are available to test
buses and motor homes of all sizes. We also conduct durability tests (pressure,
temperature, and vibration) on our cooling module components to assure that you
receive the best heat - transfer solutions available.
ongeuir Illliife 4th III';Illll coal couiruirosliioin Ilpirotecflion
For additional corrosion protection Modine offers an optional E -coat corrosion
protection package. The industry standard is to face spray radiators black. Face
spraying penetrates the cores by only 2mm, leaving the area inside the core
unpainted. Face spraying is strictly cosmetic as the paint provides minimal
corrosion protection. The Modine E -coat process applies paint all the way through
the interior of the core providing protection against acid rain, soot, road salts and
sulfides from traffic.
imfmlpiroved Jilin euni4ll couiruirosliioin uiresliistaince
The superior strength of CAB joints not only structurally increases radiator life, it
eliminates "solder bloom" which is common in conventional copper -brass radiators
with less than idealy maintained coolant. In addition Modine uses proprietary
aluminum alloys to further improve corrosion resistance.
(Above) Top view of GOHARheaver, showing ends of tulhes
in top and bottom radiator tanks. Tubes are positioned iin -
ine to resist clogging; a staggered tube pattern accelerates
the clogging process. To minimize clogging, debris shoulld
have an unobstructed path to enter and exiit the cage.
IModine cooling modules are avaiillalhlle !in a slide
by -slide or over -under configuration. We assermlhlle
GOHAR radiators with charge-air coopers and
hydraulic oiill coopers into a co mplllete engine
cooling module
Square Wave" cages are
durable and cllog resistant.
Charge-air coolers
Modine all- aluminum air -to -air charge -
air coolers cool the turbocharged air of
diesel and gas engines.
Meeting environmental
challenges
Changes in emission laws for diesel
engines have resulted in higher
temperatures and pressures in charge -
air coolers. By means of advanced
engineering tools, including FEA, areas
of increased stress were isolated,
resulting in the design of Modine's high -
strength -alloy Bullet -Nose TM charge -
air cooler. The designs are proven to
significantly increase the life of charge -
air coolers.
Modine's problem - solving capabilities
can be applied to virtually any heat
transfer problem.
Call liffodine today
to find out how we
can help solve your
thermal challenge.
The above illustration shows
the results of an FEA on a
charge -air cooler tube at the
tube -to- header joint. The high -
stress areas, shown in red,
yellow and green, indicate
where additional strength is
needed to increase charge -air
cooler life.
1s
15
12
9
6
3
0
Cycles to failures (000s)
Prior design Bullet -Nose design
This chart shows a significant
improvement in durability of charge -
air coolers with the high- strength-
alloy Bullet -Nose design over the
prior design as measured by the
ability to withstand thermal cycle
testing.
E -fan Coo ling System
Diesel, CNG & Hybrid Applications
The Benefits
Fuel Savings
Reduced overall parasitic losses result in improved fuel savings. Modine's
unmatched cooling performance maintains engine cooling within a
tight temperature range promoting optimum engine performance and
corresponding fuel cost savings. Fuel savings of up to 15% is being reported
from the warmer states; +6% in the northern areas.
Enhanced Safety
De- coupling the hydraulic fan drive system reduces and /or eliminates the
opportunity for hot oil dripping onto other surfaces which causes thermal
event concerns.
Lowers Greenhouse Gas Emissions
More accurate control of the radiator and charge -air cooler temperatures
lowers green house gas emissions.
Weight Reduction
Removing a typical copper -brass cooling module along with the hydraulic fan
drive system and replacing with a Modine E -fan Cooling Module results in a
weight savings of up to 275 pounds per system.
Lower Maintenance Cost
Removing the hydrostatic fan drive system eliminates the need for
replacement belts lowering the overall life cycle cost.
The Features and Performance
Ease of Interface
The Modine E -Fan System requires only two electrical connection points
besides power and ground. One connection for J1939 comunication and another for Ignition, Fire Override, Reverse Fan
Feature and Secondary Diagnostic Lamp. The Modine J1939 controller is fully potted in a flame resistant resin providing a
NEMA -4 and IP67 seal rating. The controller is self protected with all inputs and outputs capable of surviving open and short
circuit conditions.
The system is capable of interfacing with "Clever Devices" (wireless connection) and data logging when used with Modine's
"E -Fan System Analyzer ".
Performance
Due to GOHAR radiator and charge -air cooler's high effectiveness and performance, only eight (8) electric fans are needed
to meet the strict EPA -2010 emissions requirements. Modine's E -Fan Cooling System performs at low amp draw and with
minimum sound pressure level.
Using only (8) electric fans Modine users are reporting ambient capabilities of up to 130° F exceeding the American Public
Transportation Association's (APTA) recommendation of 120° F. The EPA requires that the engine manufacturer only meet
106° F ambient capability when the radiator is brand new. Over time the radiator core collects an oil film and dirt and as a
result, cooling performance gradually erodes. Therefore, Properties demand that a performance buffer be built into the initial
engine cooling test. It is therefore likely that most Properties will add a 14 -15° F safety factor to the engine manufacturer's
106° F requirement.
The cooling fan motors are brushless, sealed and meet or exceed underwater and pressure wash testing requirements of
IP68 and IP6K9K, respectively. The fan system is programmed with a reverse fan feature allowing the fan to reverse air flow
direction, directing debris back in the direction it entered the heat exchanger cores.
The Modine system controller sends /receives temperature data for radiator, charge -air cooler and transmission. The Modine
system controller uses the J1939 communications to pulse width modulate the electric fan motors allowing the unit to vary
the fan speed based on temperature demands. J1939 is also used to send communication signals, in real time, to the
engine ECU as to the health of the cooling system.
Simply put the Modine E -Fan Cooling System is the quietest, highest cooling performance of any e -fan cooling system
available.
➢ Designed to be portable and used on demand
➢ Supplied as complete kit — Carry case, work station laptop,
analyzer and cable set
➢ Performs diagnostics testing without bus leaving the garage
➢ PC driven test graphical user interface
➢ Simulates SAE J1939 data —for temperatures and other data
as needed
➢ Manipulates digital I/P to fan system i.e. IGN, Fire, Reverse,
other
➢ Monitor diagnostics O/P of controller and display results/
status errors
➢ Connected to SAE J1939, will
monitor `real time' SAE J1939
traffic and Data log
➢ Upgradeable controller in field if
everneeded
A renowned heat transfer solutions provider
Got a heat transfer problem? Chances are, Modine has your solution. Our
radiators, oil coolers, and condensers are available separately or in assembled
modular packages designed to provide optimized system performance. We
custom - design our solutions to fit a wide range of heat transfer systems.
We pledge to work hand -in -hand with our customers to innovate and develop
products that meet your expectations for quality, durability and performance.
After all, that's what you would expect from the industry leader.
Transmission retarder oil coolers
for transit, school & tour buses
Traditional oil -to -water coolers
Brazed stainless steel plates are
stacked to form a modular unit. Plates
are copper brazed in place for oil
tight construction. The plate design
eliminates the need for Shell and Tube
type baffles. The oil inlet and outlet
fittings are welded directly to the cover
plate assembly, eliminating the need for
o -rings or gaskets.
Modine also offers a 4 -stack design.
The fourth cooling stack is dedicated to
cooling the sump while in the retarder
mode. This extends transmission life
and promotes longer intervals between
oil changes.
New transmission retarder
layered core oil cooler (Lcom
• Alternating stacked coolant -oil passages for maximum heat transfer in
smaller envelope.
• Estimated 27 pound weight savings over traditional three stack design.
• Increased durability and performance.
• Stainless steel construction eliminates the need for E -coat.
New high - performance layered core
for output retarder applications
:�,�,ifrT
Modine Manufacturing Company
1500 DeKoven Avenue
Racine, Wisconsin 53403 -2552
Tel. 262.636.1200
Fax 262.636.1424
www.modine.com
© Modine Manufacturing Company 2011
El
M
Allison Bus Series models are now
available with FuelSense®
� lllllllf "IIII It safe The driver in
an Allison- equipped bus has more
time to check the mirrors and to
look forward and behind. There
simply aren't as many distractions.
----------------------
Ill llll llllollll ollll lino I,' ago
All Allison Bus Series models offer
comprehensive coverage with 100%
parts and labor. Coverage may vary
by model and application. Contact
your Allison representative for
details
--------------- - - - - --
1111 lie��nt&nmnce IIII inade easy
Routine oil and filter changes
are the only regular preventive
maintenance required with an
Allison Automatic. An Allison
Approved TES 295 transmission-
fluid greatly extends oil change
intervals for most applications.
VY IIIMAIIIA III A Feature that automatically selects between lower and higher
S Ilh °IIIIIIIII' °T speed shift schedules based on the vehicle's weight and the
'��IIIIIC�nW' "��IIIIIIWA grade on which it's operating.
r'rvAAAllI., A defined set of low and "super" low speed shift schedules
designed to keep the engine speed at its optimum point,
maintaining necessary performance without shift cycling.
IIIIIIO 111 "'lll''Alll.. R� Feature that reduces or eliminates the load on
A III A"'III Ally° BUS the engine while the vehicle is stopped, reducing
STOP fuel usage and emissions.
AAAIII'1I:IIL.IIIIII:III''A III lll0lll Feature that mitigates aggressive driving practices by
R lll III;: automatically controlling engine torque. The intensity of
AAIIIAAIII;:IIAIII:III "'III "' control is determined by the vehicle's weight and grade on
which it's operating.
" "III llh °III Allllllallllllllall'A III lll0lll To get the most out of every drop of fuel, Allison 5th
A "III llRAIIIIIIA Generation Electronic Controls offer an enhanced array of
AAlll "'III "'lll'j'AIIL.A smart controls designed to increase fuel economy and fuel
efficiency for the specific needs of buses.
III'tAAIIIAA 111 "'IIIAA Cali
Alli:
a
to the vehicle's particular operating requirements,
;nostics monitor various operating parameters
acceleration to determine when to activate lockup.
APPLICATION ENGINEERING REVIEW IS REQUIRED FOR THIS FEATURE.
R11111 'III AIIRIP 11 Allison's electronic controls precisely blend the transmission
III AIII III III with the ABS- compatible, integral retarder and the vehicle's
service brakes to provide peak braking efficiency.
i!III�AIII�A '
pi; programmed shift p
easily, to match dri
A III IIIAIII_ _ Prohi
Ao IIIII IAIIRA Will not allow transmission to shift into
U III IIIAIII forward or reverse unless the service_
tAlllAllli:� IIIIIIIIIIIIIIIPIII III brakes are applied.
Ratings and Specifications
. . . . . . . . .
. . . . . . . . . .
. . . . . . . . . .
. . . . . . . . . .
. . . . . . . . . .
. . . . . . . . . .
. . . . . . . . . .
. . . . . . . . . .
. . . . . . . . . .
. . . . . . . . . .
. . . . . . . . . .
. . . . . . . . . .
. . . . . . . . . .
. . . . . . . . . .
. . . . . . . . . .
. . . . . . . . . .
. . . . . . . . . .
. . . . . . . . . .
. . . . . . . . . .
. . . . . . . . . . . . . . . . .
. . . . . . . . . . .
. . . . . . . . . .
. . . . . . . . . .
. . . . . . . . . . . . . . . . . .
. . . . . . . . . . .
. . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . .
a
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
MODEL RATIO PARK MAX INPUT
MAX INPUT
MAX INPUT
MAX INPUT MAX TURBINE MAX GVW MAX GCW
PAWL POWER'
TORQUE'
POWER w /SEM or
TORQUE w /SEM or TORQUES
w/o SEM
w/o SEM
TORQUE LIMITING','
TORQUE LIMITING','
hp (kW)
Ib -ft (N • m)
hp (kW)
Ib -ft (N • m) Ib -ft (N • m) Ibs (kg) Ibs (kg)
1 Retarder - equipped models only
MODEL
FIRST SECOND THIRD
FOURTH FIFTH SIXTH SEVENTH REVERSE
B 210
3.10:1 1.81:1 1.41:1
1.00:1 0.71:1 0.61:1 - - 4.49:1
B 220
3.10:1 1.81:1 1.41:1
1.00:1 0.71:1 0.61:1 - - 4.49:1
B 300
3.49:1 1.86:1 1.41:1
1.00:1 0.75:1 0.65:1 - - 5.03:1
B 400
3.49:1 1.86:1 1.41:1
1.00:1 0.75:1 0.65:1 - - 5.03:1
B 500
3.51:1 1.91:1 1.43:1
1.00:1 0.74:1 0.64:1 - - 4.80:1
MODEL
FULL LOAD GOVERNED SPEED
IDLE SPEED IN DRIVE OUTPUT SHAFT SPEED
Min -Max (rpm)
Min -Max (rpm) rpm
B 210/220
2200 -3200
500 -820 4500
B 300/400
1950 -2800
500 -800 3600'
B 500
1700 -2300
500 -800 -
1 Retarder - equipped models only
BUS SERIES
IU11111 �k h nn IlU k kkNNiY JJ'�'
%//�>t yy qp� UgkNN 111 �l >j ilN A 1N�' ,Y ` � U �ll lll Up II)U) ly �
MODEL MOUNTING PAD POSITIONS
DRIVE GEAR RATING DRIVE GEAR RATING DRIVE
MODEL
TORQUE
POWER
VIEWED FROM REAR
WITH ONE PTO WITH TWO PTOS
CAPACITY
CAPACITY
Ib -ft (N • m) Ib -ft (N • m)
Ib -ft (N • m)
hp (kW)
B 210' 3 and 9 o'clock
250 (339) 2002 (271 )2
Turbine
B 300/400
B 2201 3 and 9 o'clock
250 (339) 2002 (271 )2
Turbine
- High
1600 (2170)
600 (447)
B 300' 4 and 8 o'clock
485 (660) 6853 (930)3
Engine
- Medium
1300 (1760)
500 (373)
B 400' 4 and 8 o'clock
485 (660) 6853 (930)3
Engine
- Low
1100 (1490)
400 (298)
B 500' 1 and 8 o'clock
685 (930) 1175 (1595)
Engine
B 500
1 PTO- delete option available. 2 Rating per PTO. 3 Total on the drive gear.
- High
2000 (2710)
600 (447)
Medium
1600(2170)
600(447)
- Low
1300 (1760)
500 (373)
MODEL LENGTH'
DEPTH W /DEEP DEPTH W /SHALLOW
DRY WEIGHT
OIL PAN /SUMP OIL PAN /SUMP
VU 11��kkkk�a�i�i ,��Illlllllllpl�lllll ��kkki III a lJ1kN
in (mm)
in (mm) in (mm)
Ibs(kg)
B 210/220
MODEL
TORQUE
NOMINAL
CONVERTER STALL
TORQUE
-SAE No.3 mounting 28.01 (711.4)
11.22 (284.9) -
330 (150)
TC -210
2.05
- SAE No. 2 mounting 28.39 (721.1)
11.22 (284.9) -
330 (150)
B 210/220
TC -211
1.91
B 300/400
TC -221
1.73
- Basic model 28.29 (718.6)
12.90 (327.8) 11.14 (283.1)
535 (243)
TC -222
1.58
TC- 411
P.71
- With PTO only 32.49 (825.4)
12.90 (327.8) 11.14 (283.1)
575 (261)
TC -413
2.44
- With retarder only 28.29 (718.6)
12.90 (327.8) 11.14 (283.1)
615 (279)
TC -415
2.35
- With PTO & retarder 32.49 (825.4)
12.90 (327.8) 11.14 (283.1)
655 (297)
B 300/400
TC -417
2.20
B 500
TC -418
1.98
- Basic model 30.54 (775.8)
14.75 (374.7) 13.17 (334.6)
831(377)
TC -419
2.02
- With PTO only 33.42 (848.8)
14.75 (374.7) 13.17 (334.6)
893 (405)
TC -421
1.77
TC -521
2.42
- With retarder only 30.54 (775.8)
14.75 (374.7) 13.17 (334.6)
906 (411)
TC -531
2.34
- With PTO & retarder 33.42 (848.8)
14.75 (374.7) 13.17 (334.6)
968 (439)
B 500
TC -541
1,90
1 Length measured from flywheel housingto end of outputshaft.
2 Depth measured below transmission centerline.
TC -551
1.79
TC -561
1.58
MODEL CAPACITY' MAIN CIRCUIT FILTER LUBE CIRCUIT FILTER
ELECTRONIC OIL LEVEL
SENSOR(OLS)
quarts (liters)
B 210/220 Spin -On Canister -
-
- Standard Oil Sump 14.82 (14)2
B 300/400
Integral Integral
Standard
- Deep Oil Sump w/o PTO 292 (27.4)2
- Shallow Oil Sump w/o PTO 262 (24.6)2
B 500
Integral Integral
Standard
- Deep Oil Sump and PTO 512 (48)2
- Deep Oil Sump 482 (45)2
- Shallow Oil Sump and PTO 432 (41 )2
- Shallow Oil Sump 402 (38)2
Recommended oil types for all models are Allison Approved TES 295 transmission fluid.
1 Transmission only. Does not include cooler, hoses or fittings. 2 Amount of oil necessary to fill a dry transmission.
P.O. Box 894, Speed Code PF3
Indianapolis, Indiana 46206 -0894
SA3740EN (2014104)
ISO /QS 9000 and ISO 14001 Certified
Information or specifications subject to © 2014 Allison Transmission, Inc.
change without notice or obligation. All rights reserved.
in
I
I
ail
--------------------
21 LL
CL U)
CL =
0
0
ulliiil
........................
:E
E co
IIII
LL r L
cz
..........
cz
L o
cz
M
C6
z
ji
0
111111 IIIIIIIIIIIIIIIIIIII�
``
HI
1111 IIIIIIIIIIIIIIIIIIIII
U) CLVIII
lu
O 0
20P
--------------------
ility
h,jel s,Istei-ns,
CNG System Operation Manual
NEWMI
Rev. F. February 2015
/ / /Agility
r s,1 t rns CNG System Operation Manual
Table of Contents
Acronyms....................................................................................................................... ...............................
7
ProprietaryStatement ................................................................................................... ...............................
7
Preface........................................................................................................................... ...............................
8
1. Safety ......................................................................................................................... ...............................
8
1.1 Qualified Personnel ............................................................................................... ..............................8
1.2 Safety Equipment .................................................................................................. ..............................8
1.3 General Safety Precautions ................................................................................... ..............................9
1.4 CNG Vehicle Safety Precautions ........................................................................... ...............................
9
1.5 Codes and Compliances ........................................................................................ ..............................9
1.6 First Responder Guide .......................................................................................... ...............................
9
1.6.1 General Information ..................................................................................... .............................10
1.6.2 Vehicle Fire Procedures ................................................................................ .............................10
1.6.3 Return to Service Inspection ......................................................................... .............................10
1.6.4 Emergency Manual Shutdown Procedures ................................................... .............................11
1.6.5 Emergency Response .................................................................................... .............................12
2. System Schematics and General Assemblies ............................................................. .............................13
3. Fuel System Components and Specifications ............................................................ .............................16
3.1 Fuel Specifications ................................................................................................ .............................16
3.2 Superstructure ..................................................................................................... .............................16
3.3 Fuel Management Module .................................................................................. .............................16
3.4 Filters .................................................................................................................... .............................17
3.4.1 High Pressure Filter ....................................................................................... .............................17
3.4.2 Low Pressure Filter ........................................................................................ .............................17
3.5 Solenoid Valve ...................................................................................................... .............................18
3.5.1 Principles of Operation ................................................................................. .............................18
ENP -044: Gillig CNG System Operation Manual 2 of 35
a In
//AZ'A' I g � i �lity
�, 'ern
1 �e Vic.,.. , .d Ee „ 1 I f s
CNG System Operation Manual
3.6 Pressure Regulator ...............................................................................................
.............................18
3.7 Cylinders ...............................................................................................................
.............................18
3.8 Valves ...................................................................................................................
.............................18
3.8.1 Bleed Valve ....................................................................................................
.............................18
3.8.2 Check Valve ...................................................................................................
.............................19
3.8.3 Needle Valve .................................................................................................
.............................19
3.8.4 Ball Valve .......................................................................................................
.............................19
3.9 Pressure Relief Devices ........................................................................................
.............................19
3.10 Fill Receptacles ...................................................................................................
.............................19
3.11 Fittings and Connections
.................................................................................... .............................19
3.11.1 Tubing .........................................................................................................
.............................19
3.11.2 Fittings ......................................................................................................... .............................19
3.11.3 Tube and Fitting Installations ...................................................................... .............................19
3.11.4 Fitting Safety Considerations: .................................................................................................. 20
4. Operation and Maintenance ...................................................................................... .............................20
4.1 Inspecting Components ..................................................................................... ............................... 20
4.2 Leaks ..................................................................................................................... .............................21
4.2.1 Bottoming Requirements: .......................................................................................................... 21
4.2.2 Tightening of Fitting Nuts ........................................................................... ............................... 21
4.2.3 Testing for Leaks ......................................................................................... ............................... 21
4.2.4 Tightening Leaky Fittings ............................................................................... .............................22
4.2.5 Testing Pressure .......................................................................................... ............................... 22
4.2.6 Repairing a Leak ............................................................................................ .............................23
4.3 Starting Vehicle .................................................................................................... .............................23
4.4 Depressurizing CNG System Tubing ..................................................................... .............................23
4.5 Re- Pressurizing System ........................................................................................ .............................24
ENP -044: Gillig CNG System Operation Manual 3 of 35
/ / /Agility
r s,1 t rns CNG System Operation Manual
4.6 Maintaining High Pressure Filter .......................................................................... .............................24
4.6.1 Draining the HP Filter .................................................................................... .............................24
4.6.2 Replacing HP Filter Element .......................................................................... .............................25
4.7 Maintaining Low Pressure Filter .......................................................................... .............................25
4.7.1 Low Pressure Filter Replacement and Service .............................................. .............................25
4.7.2 Draining LP Filter & Replacing the Filter Housing ......................................... .............................25
4.8 Solenoid Valve ...................................................................................................... .............................25
4.9 Cylinders ............................................................................................................... .............................26
4.9.1 Inspecting Cylinders ...................................................................................... .............................26
4.9.2 Venting Procedure ...................................................................................... ...............................
27
4.10 Valve Maintenance .......................................................................................... ...............................
27
4.11 Pressure Relief Devices ( PRDs) ........................................................................... .............................27
4.11.1 PRD Visual Inspection ................................................................................. .............................27
4.11.2 Draining Vent Lines ..................................................................................... .............................27
4.12 Fill Receptacles ................................................................................................... .............................29
4.12.1 Fill Receptacle Maintenance ....................................................................... .............................29
4.12.2 Transit (Fast) Fill Freeze -Up ...................................................................... ...............................
29
5. Defueling Preparation and Procedures ...................................................................... .............................29
5.1 Defueling Requirements ...................................................................................... .............................30
5.1.2 Vent to Atmosphere .................................................................................... ...............................
30
5.1.3 Compressor Transfer ..................................................................................... .............................30
5.1.4 Returning to Supply ...................................................................................... .............................30
5.2 ATypical Venting Facility ..................................................................................... .............................30
5.3 Defueling Procedure ............................................................................................ .............................32
5.4 Removing CNG Cylinders from Service ................................................................ .............................32
6. Troubleshooting ......................................................................................................... .............................33
ENP -044: Gillig CNG System Operation Manual 4 of 35
fi/Agallity
-
� eys � � terns [NG3ys�yn0per�ion�Wanua|
Figures
Figure1CNG Diamond ................................................................................................................................
1U
Figure Z Emergency Shutdown Procedure ..................................................................................................
11
Figure 3 Emergency Response ....................................................................................................................
1Z
Figure4 Electrical Schematic ......................................................................................................................
13
Figure SCNG System Schematic .................................................................................................................
14
Figure 6 Fuel Management Module (FMM) Exploded View .......................................................................
1S
Figure 7 Roof Mounted CNG Storage System .............................................................................................
16
FigureOFMM Faceplate .............................................................................................................................
16
Figure 9 FMM Components (Rear View) ---------------------------------'16
Figure 1U Auxiliary (Remote) Fill Option .....................................................................................................
17
Figure11 High Pressure Filter .....................................................................................................................
17
Figure 1Z Low Pressure Filter ......................................................................................................................
1O
Figure13 Solenoid Valve .............................................................................................................................
1O
Figure 14 Pressure Regulator ......................................................................................................................
1O
Figure1S Bleed Valve ..................................................................................................................................
1O
Figure16 Check Valve .................................................................................................................................
19
Figure17 Needle Valve ...............................................................................................................................
19
Figure1O Ball Valve .....................................................................................................................................
19
Figure19PRD ..............................................................................................................................................
19
FigureZU Fill Receptacles ............................................................................................................................
19
FigureZ1 Bleed Valve ..................................................................................................................................
Z4
FigureZZ Drain Plug (Hex Cap) ...................................................................................................................
Z4
Figure Z3HP Filter Element Replacement ..................................................................................................
ZS
Figure Z4LP Filter Drain Cock .....................................................................................................................
ZS
FigureZS Solenoid Valve .............................................................................................................................
Z6
/ / /Agility
r s,1 t rns CNG System Operation Manual
Figure26 PRD Vent Lines ............................................................................................... .............................28
Figure 27 High Pressure Fuel Lines and Vent Lines ........................................................ .............................28
Figure 28 Transit (Fast) Fill Receptacle .......................................................................... .............................29
Figure 29 Typical Atmospheric Venting Equipment ....................................................... .............................31
Figure30 Defueling Nozzle ............................................................................................ .............................32
Figure31 FMM Panel, Front .......................................................................................... .............................32
Figure32 FMM Panel, Rear ............................................................................................ .............................32
Figure 33 Low Pressure Fuel Light Troubleshooting ...................................................... .............................34
Figure 34 Gas Leak Troubleshooting .............................................................................. .............................35
Tables
Table1 Revision Level ..................................................................................................... ..............................7
Table 2 Below Left: Connector Pin Out, Right: Electrical BOM ...................................... .............................13
Table3 CNG System Components ................................................................................. .............................14
Table4 FMM Components ............................................................................................. .............................15
Table 5 FMM Faceplate Components ............................................................................ .............................16
Table6 FMM Components ............................................................................................. .............................16
Table 7 Auxillary (Remote) Fill Components .................................................................. .............................17
Table 8 High Pressure Filter Components ...................................................................... .............................17
Table 9 Maintenance Schedule ...................................................................................... .............................21
Table 10 HP Filter Torque Specifications ..................................................................... ...............................
25
Table 11 Solenoid Valve Troubleshooting ................................................................... ...............................
26
Table 12 Troubleshooting Problems .............................................................................. .............................33
Table13 Trouble Solutions ............................................................................................ .............................33
ENP -044: Gillig CNG System Operation Manual 6 of 35
an
//AZ'A' I g i �lity
l
�e l, �a ,. ,. i i / �y 'ern s
Acronyms
AGA
American Gas Association
ANSI
American National Standards Institute
ASM
Assembly
BOM
Bill of Materials
CAN
National Standards of Canada
CGA
Compressed Gas Association
CNG
Compressed Natural Gas
CNG System Operation Manual
CSA
Canadian Standards Association
FMM
Fuel Management Module
HP
High Pressure
LP
Low Pressure
NFPA
National Fire Protection Association
NGV
Natural Gas Vehicle
OEM
Original Equipment Manufacturer
PRD
Pressure Relive Device
psi
Pounds per square inch (lb /in2)
Table 1 Revision Level
Proprietary Statement
The information provided within this manual is proprietary and confidential. All prior versions of this
manual, including updates and revisions forwarded separately, are proprietary. The information
provided by Agility Fuel Systems to its customers and clients is solely for the use of those customers and
clients. No portion of this manual may be reproduced or distributed without express written consent of
Agility Fuel Systems. Agility Fuel Systems reserves the right to utilize the intellectual property contained
within this publication as content for any other publication produced by Agility Fuel Systems.
Portions of this manual were drawn from information provided by suppliers of Agility Fuel Systems and
have been used with permission from the relevant parties. All information provided from outside
sources is so noted and credited accordingly.
Agility Fuel Systems gives express consent to Gillig to utilize portions of this manual, or the manual in
its entirety, for the purposes of providing customers and clients of Gillig with information pertaining to
the Agility Fuel Systems compressed natural gas (CNG) fuel storage system as used on Gillig CNG buses
with appropriate acknowledgement of copyright.
It should be noted that the version of this manual dated 2/10/2015 replaces any prior version. Any
information reproduced by Gillig for their use, or that of their customers and clients, should be drawn
from this manual.
ENP -044: Gillig CNG System Operation Manual 7 of 35
--
F
W. Yoshida
C. Forsberg
2/10/15
Removed part numbers, replacement /service
procedures, simplified text; lube HP filter threads
--
E
W. Yoshida
C. Forsberg
1/27/15
Updated rev table and inspection section 4.3
--
D
WY
8/14/13
Added defuel
--
C
AD
3/18/13
Added component references
--
B
AD
2/14/13
Added safety information
--
A
AD
12/10/12
Updated imagery
ECN
REV
AUTHOR
APPROVED
DATE
DESCRIPTION
Proprietary Statement
The information provided within this manual is proprietary and confidential. All prior versions of this
manual, including updates and revisions forwarded separately, are proprietary. The information
provided by Agility Fuel Systems to its customers and clients is solely for the use of those customers and
clients. No portion of this manual may be reproduced or distributed without express written consent of
Agility Fuel Systems. Agility Fuel Systems reserves the right to utilize the intellectual property contained
within this publication as content for any other publication produced by Agility Fuel Systems.
Portions of this manual were drawn from information provided by suppliers of Agility Fuel Systems and
have been used with permission from the relevant parties. All information provided from outside
sources is so noted and credited accordingly.
Agility Fuel Systems gives express consent to Gillig to utilize portions of this manual, or the manual in
its entirety, for the purposes of providing customers and clients of Gillig with information pertaining to
the Agility Fuel Systems compressed natural gas (CNG) fuel storage system as used on Gillig CNG buses
with appropriate acknowledgement of copyright.
It should be noted that the version of this manual dated 2/10/2015 replaces any prior version. Any
information reproduced by Gillig for their use, or that of their customers and clients, should be drawn
from this manual.
ENP -044: Gillig CNG System Operation Manual 7 of 35
m
No attempt shall be made to fill, install, or maintain this system until this manual and all referenced
supporting documentation have been read and fully understood.
OEM Replacement parts may be obtained by contacting Gillig.
CAUTION: All replacement parts must adhere to the accepted standards and ratings as
specified by Agility Fuel Systems. The usage of any part that is not approved by Agility Fuel
Systems is not recommended and may compromise the integrity and safety of the system.
Do not remove components from original packaging until absolutely necessary. Any components
that are to be reinstalled must be thoroughly cleaned, inspected, and stored in a satisfactory
manner until reinstallation.
1. Safety
In the interest of ensuring the safety of all personnel involved with compressed natural gas (CNG) fuel
storage systems this section outlines general guidelines that must be adhered to when operating and
servicing equipment provided by Agility Fuel Systems. Please consider the following procedures and
recommendations:
1.1 Qualified Personnel
CNG systems should be maintained and
inspected exclusively by trained personnel with
qualifications in accordance with the applicable
codes. As with all pressure vessels, CNG storage
and fuel delivery systems are inherently
dangerous. Individuals involved in any aspect of
CNG fuel system maintenance, emergency
response, servicing or testing must be properly
trained. Individuals who are not trained are not
permitted to service, maintain, test, or inspect a
system in anyway.
1.2 Safety Equipment
1. CNG safety signage should be visible at all
applicable locations as stipulated by federal,
state, and municipal law.
2. Natural gas rated fire extinguishers should be
accessible and visible throughout all servicing
and fueling areas. Be sure that fire extinguishers
are charged, up to date, and rated correctly.
3. In case of emergency, self- contained
breathing apparatus should be on site in an
easily accessible area.
4. Areas designated for CNG fueling systems
must have adequate lighting that complies with
NFPA code.
5. Protective footwear and eyewear should be
worn by all personnel in close proximity to a
CNG system.
6. When locating the source of a leak only use
certified leak detecting solutions and
equipment such as FBI°, combustible gas
detector, Swagelok Snoop°, Hoke Leak
Detective °. Any other product or solutions are
unacceptable.
ENP -044: Gillig CNG System Operation Manual 8 of 35
l
an
AAZA I g i �lity
�e e ,. ,. i i / s ' ern s
a
7. Only use tools that are in good working order
with proper calibration.
8. Wear appropriate attire while servicing or
maintaining any CNG system.
1.3 General Safety Precautions
1. Follow all maintenance procedures in the
order in which they are written, do not skip
steps unless there explicit permission to do so
2. Never use an open flame as a source of
illumination in proximity to a CNG system.
Natural gas is both volatile and explosive.
3. Any process or procedure that generates
sparks, flames, or heated particles should not
be applied in areas designated for CNG.
4. If a CNG system does require a process or
procedure that generates sparks, flames, or
significant heat, conduct the procedure in an
isolated area and make sure that the CNG
system has been completely purged with an
inert gas.
5. CNG fuel delivery systems are to be serviced
in designated areas that comply will all federal,
state, and municipal laws and regulations.
6. CNG servicing and fueling areas must be well
ventilated as stipulated by federal, state, and
municipal law.
7. Perform all maintenance and service
procedures in a dust free environment.
8. Never attempt to depressurize or vent a
system by loosening a fitting.
1.4 CNG Vehicle Safety Precautions
WARNING: Strict compliance
with proper safety and handling
practices is essential when operating
this compressed natural gas fuel system.
The following safety precautions are vehicle
specific and should be considered at all times
CNG System Operation Manual
when operating natural gas fuel systems and
equipment:
1. A portable fire extinguisher must be installed
on the vehicle in an easily accessible location.
2. Do not start the engine if a natural gas leak is
detected!
3. Ensure that all systems are grounded before
transferring CNG fuel from one vehicle to
another. Transferring CNG may cause a buildup
of static electricity which could discharge and
ignite the fuel.
4. Never attempt to open system components
that are under pressure.
5. System pressure must not exceed 3000 psi
@70 °F for public vehicles in Canada.
6. System pressure must not exceed 3600 psi
@70 °F for other vehicles.
7. Do not smoke or produce an open flame
within 30 feet of a CNG vehicle or a CNG
dispensing /filling station.
8. Always ground a vehicle prior to defueling.
9. If a CNG vehicle will be out of service for an
extended time, turn the quarter turn main shut-
off valve to the "Off /Closed" position and run
the engine until it stalls. This will burn the
residual fuel in the closed off lines.
1.5 Codes and Compliances
For complete and detailed information
concerning CNG codes and regulations please
refer to the following:
USA: NFPA 52
Canada: CAN /CGA B109
North America: ANSI /AGA NGV 3.1 /CGA 12.3
and NGV 12.3 -M95
1.6 First Responder Guide
A vehicle equipped with natural gas will have a
blue reflective decal on the rear of the vehicle
identifying the fuel as compressed natural gas
(CNG) or liquid natural gas (LNG).
ENP -044: Gillig CNG System Operation Manual 9 of 35
an
//AZ'A' I g i �lity
l
�e l, �a ,. ,. i i / �y 'ern s
Figure 1 CNG Diamond
Natural gas possesses unique hazards that are
not present in gasoline or diesel fuel. The
primary concern is that CNG is in a gaseous
state at room temperature and stored at 3600
psi. Agility Fuel Systems minimizes these
potential hazards through state of the art
design and testing practices.
1.6.1 General Information
The storage tanks for CNG fuel are housed in
steel frames that are bolted to the roof. These
structures are designed to protect the cylinders
in the event of a collision. Each individual
cylinder has a valve at one end which allows the
fuel in that cylinder to be isolated from the rest
of the fuel system. During regular operation, all
cylinder valves are open. The fuel management
module (FMM) is equipped with a 1/4 -turn
shut -off valve which isolates the fuel storage
system from the engine for emergency
situations.
CNG System Operation Manual
1.6.2 Vehicle Fire Procedures
In the event of a CNG fire it is imperative that
the vehicle operator acts quickly and efficiently
by observing to the following steps:
1. Evacuate the area.
2. Get passengers out of the vehicle as
quickly as possible.
3. Extinguish the fire using an
appropriately rated fire extinguisher.
Note a CNG fire is similar to a gasoline
fire. However if the fire is not
extinguished quickly the CNG cylinder
pressure relief devices (PRDs) may
activate to relieve excess pressure from
the cylinders. PRDs typically activate
between 212 -220 °F and will cause CNG
to exit rapidly from the storage tanks.
Escaping CNG may ignite and add to the
fire.
1.6.3 Return to Service Inspection
If the vehicle has been subjected to a fire or
collision exceeding 5 mph, the fuel storage
system must be inspected by a qualified
inspector before it can be returned to service.
ENP -044: Gillig CNG System Operation Manual 10 of 35
an
A, e / s, /s ' ern s
1.6.4 Emergency Manual Shutdown Procedures
CNG System Operation Manual
E 0 TURN IGNITION SWITCF
TO "'OFF" and
WMA
THE FOLLOWING ACTIONS WILL
SHUT DOWN THE CNG BUS:
------ ------ ------ ------ ------ ------ ------ ------
JIM
NMoll"
110zilli -
�L%fitom.lt#Lwifu�id muomill-
0 INFORM EMERGENCY
PERSONNEL!
(See other slWe of the card.)
Figure 2 Emergency Shutdown Procedure
ENP-044: Gillig CNG System Operation Manual 11 of 35
a In
y
f"�j i
, A, e / s "
, /s 'ern s
1.6.5 Emergency Response
JAI , � WARNINT
Storage pressure at CNG
(Compressed Natural Gas) is
up to 4,000 psi. Avoid cutting
all fuel supply piping.
S08 reNrPrSO DIf OWIS card lfer
systern shutdown finformation.
CNG System Operation Manual
EMERGENCY RESPONSE
G�ILLIG CN�G BU�S
CNG Tanks
High-Pressure
Fuel Supply Pipe
3,14" stainless steel
UN=C-
Beware of any fire, sparks, or
electrostatic charges before
approaching the vehicle,
Pressure Relief
Vent Locations
dal
U=e-
Gas may be present in fuel lines
after all valves have boon turned
oft
W 5
=V
in the event of a fire: All ranks
are oquilippod with thermal
activated pressure relief devices
that will vent fuel stored in the
tanks. These devices activate
at approximately 217IF and vent
lud, upward.
114 Turn Shutoff Valve
Main CNG Supply to Engline
Low Pressure Fuel Filter and
Hose to Engine ro-:0—n—of --cu-11i
Figure 3 Emergency Response
Manuial Tank
Shutoff Valves
(On Each Tank)
Each valve shuts off
flow onily from the tank
it is attached to!
aui
ENP-044: Gillig CNG System Operation Manual 12 of 35
l
an
//AZ'A' I g i �lity
�e , e ,. ,. i i / s ' ern s
a
CNG System Operation Manual
2. System Schematics and General Assemblies
This section illustrates general schematics and high level assembly drawings. All figures and illustrations
are intended for reference only.
CON NO.
PIN NO.
COLOR
SIGNAL
AWG
CON NQ
INN NO
3
1&2
1
BLACK
GROUND
18
3 &5
1
11
1
DELPHI FEMALE 2 PIN 'WEATHER PACK CONNECTOR BLACK
8
7
1
1
DELPHI MALE 3 PIN WEATHER PACK CONNECTOR BLACK
MOLEX CONNECTOR, 16PIN, RECEPTACLE, 18-22 AWG
1,&2
1&2
3
4
YELLOW
W4 TE
TEMPERATURE
PRESSURE
18
18
3 &5
3&,5
3
4
1
A5)
(1-9)aa M A 9
PRESSURE TRANSDUCER' 1 _ 18" a25 _
3
~
Figure 4 Electrical Schematic
Table 2 Below Left: Connector Pin Out, Right: Electrical BOM
AU
V -1
FQ
1
AGILITY CONTROL 80X -ECU
e e.
e e
2.0
19
1!
11
DEUTSCH WEDGELOCK FOR 4 WAY PLUG
MOLEX UNUSED CIRCUIT CAVITY PLUG FOR WIRES 14 -22 AWG
18
17
4 4
DELPHI WEATHER PACK FEMALE TERMINAL FOR WIRES 18 -20 AWG
DELPHI WEATHER PACK CABLE SEAL FOR WIRES 18 -2D AWG
r
3
130 r 1817,25„„ L —
A
9
4
MOLEX FEMALE TERMINAL FOR WIRES IA--18 AWG
DEUTSCH SOCKET FEMALE TERMINAL FOR ' WIR'ES 14 -18 AWG
I — J
Figure 4 Electrical Schematic
Table 2 Below Left: Connector Pin Out, Right: Electrical BOM
AU
V -1
FQ
1
AGILITY CONTROL 80X -ECU
e e.
e e
2.0
19
1!
11
DEUTSCH WEDGELOCK FOR 4 WAY PLUG
MOLEX UNUSED CIRCUIT CAVITY PLUG FOR WIRES 14 -22 AWG
18
17
2
5
DELPHI WEATHER PACK FEMALE TERMINAL FOR WIRES 18 -20 AWG
DELPHI WEATHER PACK CABLE SEAL FOR WIRES 18 -2D AWG
16
3
DELPHII WEATHER PACK MALE TERMINAL FOR WIRES 18 -20 AWG
15
14
9
4
MOLEX FEMALE TERMINAL FOR WIRES IA--18 AWG
DEUTSCH SOCKET FEMALE TERMINAL FOR ' WIR'ES 14 -18 AWG
11
1
DELPHI FEMALE 2 PIN 'WEATHER PACK CONNECTOR BLACK
8
7
1
1
DELPHI MALE 3 PIN WEATHER PACK CONNECTOR BLACK
MOLEX CONNECTOR, 16PIN, RECEPTACLE, 18-22 AWG
6
1
MOLEX CON.I6PVN PCB HEADER VER. ST. PROFILE —GOLD N TER.
5
1
MOLEX CON.,4PIN, PCB HEADER VER. ST. PROFILE—GOLD ON TER..
4
1
AGILITY CONTROL BCX— ECU W'TH GILLIG 0 -9C CALIBRATION FILL
3
1
MOLEX CONNECTOR, 4PIN, RECEPTACLE, 18 -22 AWG
2
1
DEUTSCH 4 PIN' CONNECTOR
1
1
PRESSURE & TEMPERATURE TRANSDUCER
ITEM
QTY
DESCRIPTION LEE�
ENP -044: Gillig CNG System Operation Manual 13 of 35
l
an
//AZ'A' I g i �lity
�A,e _11 /mssCeP erns
a
LJ
M
Figure 5 CNG System Schematic
Table 3 CNG System Components
CNG System Operation Manual
#
LEGEND
C'd LIN(- VAL:VL
I.,, I U . 11 ML:
yy
CNG Cylinder
k'$'J vwN
._,--- ---- ars•vrAVr LVae
J L,Kr,w
tvL wl >ff
so�eN�Ilrwa�wF.
� flu�Ix��wnM,lt
3
Pressure Relief Device
kQ;ulATL9N
� WiLSYl01S1 ;4N1Y(MI
f:Pll:t KVAVVP:
Ball Valve
PT IKU JId 111nN3uUePi➢
MF ePll f. Vpl Vf:
5
#
Description
#
Description
1
CNG Cylinder
12
Fill Receptacle
2
Cylinder Valve (with Solenoid Valve)
13
Transit Fill Receptacle
3
Pressure Relief Device
14
Low Pressure Gauge
4
Ball Valve
15
High Pressure Gauge
5
Manifold
16
High Pressure Filter
6
Pressure Transducer
17
Solenoid
7
Bleed Valve
18
Regulator
8
Needle Valve
19
UV Protected Cap
9
Defuel Receptacle
20
3 /4 -in. Stainless Steel Tube
10
Check Valve
21
Pressure Relief Device
11
Fill Manifold
22
Pressure Switch
ENP -044: Gillig CNG System Operation Manual 14 of 35
//AZ'A' I g i �lity
an
l
�e , e ,. ,. i i / s ' ern s
a
CNG System Operation Manual
r
BE TE,IFILIL OPTION-,
J
FACER ATE
Figure 6 Fuel Management Module (FMM) Exploded View
Table 4 FMM Components
ITEM
CITY
DESCRIPTION
1
2
TUBING FITTING, UNION, 1/4 -IN. TUBE OD
2
1
3/8 -IN. X 9/16 -18 MALE THREAD TUBE FITTING
3
1
3/8 -IN. X 3/4 -IN. REDUCING FITTING
4
1
3/8 -IN. X 9/16 -18 POSITIONABLE ELBOW
5
1
LOW PRESSURE GAUGE
6
1
HIGH PRESSURE GAUGE
7
2
FUELING RECEPTACLE BULKHEAD STYLE, 9/16 -18
8
1
3/8 -IN. CHECK VALVE
9
1
3/4 -IN. BALL VALVE
10
1
NEEDLE VALVE
11
1
AGILITY FUEL SYSTEMS ECU, 0 -90 OHM DASH GAUGE, GILLIG -OPTIONAL
12
1
REG /FILTER /SOLENOID ASSY
13
1
REMOTE FILL
14
1
REGULATOR BRACKET
15
1
FILTER BRACKET
16
1
VENT STACK ASSY
17
1
REAR COVER
18
1
BALL VALVE SPACER
19
1
FACEPLATE
20
1
PLUMBING TUBE
21
1
PLUMBING TUBE
22
1
PLUMBING TUBE
23
1
PLUMBING TUBE
24
1
PLUMBING TUBE
25
1
PLUMBING TUBE
26
1
FILLTUBE
27
1
FILLTUBE
28
1
MANIFOLD ASSY
11 DASH
GAUGE
OPTIONAL
ENP -044: Gillig CNG System Operation Manual 15 of 35
an
//AZ'A' I g i �lity
l
�e l, �a ,. ,. i i / �y 'ern s
CNG System Operation Manual
3. Fuel System Components and Specifications
3.1 Fuel Specifications
Fuel quality is crucial to maintaining engine
performance characteristics, life expectancy,
and emission standards. CNG fuel must meet or
exceed Cummins CES 20067 requirements.
'CAUTION: Failure to meet fuel
requirements may result in poor engine
performance and damage that is not covered
under warranty.
3.2 Superstructure
The fuel system structures and components are
designed to meet or exceed all safety and
vehicle standards. The systems are shipped as
complete units ready to be bolted on and
connected for turn -key operation. Figure 7
illustrates the Gillig configuration.
Figure 7 Roof Mounted CNG Storage System
3.3 Fuel Management Module
The fill panel control interface illustrated in
Figure 8 is accessible by opening the fill panel
access door at the rear passenger side of the
vehicle.
Table 5 FMM Faceplate Components
1
Emergency Shut -off Valve
2
Transit (Fast) Fill Receptacle
3
High Pressure Gauge
4
NGV1 Fill Receptacle
5
1 Defuel Receptacle
6
1 Low Pressure Gauge
Figure 8 FMM Faceplate
Main FMM components and connections inside
the fill panel are shown in Figure 9.
Table 6 FMM Components
1
High Pressure Connection to Cylinders
2
Manifold
3
Auxiliary Fill (Optional)
4
High Pressure Filter
5
Solenoid Valve
6
Pressure Regulator
7
Two Coolant Ports, In and Out
8
Defueling Needle Valve
9
Low Pressure Fuel Line Connection
Figure 9 FMM Components (Rear View)
ENP -044: Gillig CNG System Operation Manual 16 of 35
an
//AZ'A' I g i �lity
l
�e l, �a ,. ,. i i / �y 'ern s
Table 7Auxiliary (Remote) Fill Components
1
3/4 -In. x 1- 1/16 -12 SAE Positionable Elbow
2
Transit Fill Receptacle
3
Check Valve 3/4 -In. Tube Fittings
4
Remote Fill Bracket
5
Remote Fill Manifold
6
Plumbing Tee
Figure 10 Auxiliary (Remote) Fill Option
3.4 Filters
Figure 11 High Pressure Filter
CNG System Operation Manual
Table 8 Hiah Pressure Filter Components
Item
Description
1
Filter Housing
2
Filter Bowl O -Ring
3
O -Ring
4
Element Housing
5
Filter Element
6
Element Base
7
Filter Bowl
8
9/16 -in. Hex Plug and O -Ring
9
Hex Head Plug O -Ring
3.4.1 High Pressure Filter
The high pressure coalescing filter is located
downstream of the manifold and main shut -off
valve and upstream of the solenoid valve. The
high pressure filter purifies the fuel by removing
moisture and contaminants.
The high pressure filter element has an
efficiency rating of 1 micron. It should be
changed with every engine oil change.
3.4.2 Low Pressure Filter
The low pressure coalescing filter is located
downstream of the main shut -off valve, high
pressure filter, and regulator. The low pressure
filter removes residual contaminants and oil
from the fuel before it enters the engine.
The operating range of the low pressure filter is
-43 °F to +250 °F. The filter is 99.9% efficient for
.3 micron liquid droplet and 100% efficient for
25 micron particles. The filter is the spin -on
variety with a 1- 1/2 -16 UN -21B thread.
The filter is sealed with a lubricated gasket. The
filter includes a drain cock at the bottom.
ENP -044: Gillig CNG System Operation Manual 17 of 35
an
//AZ'A' I g i �lity
l
�e l, �a ,. ,. i i / �y 'ern s
Figure 12 Low Pressure Filter: (1) Filter Head; (2)
Filter Element
3.5 Solenoid Valve
CAUTION: The solenoid valve
generates considerable heat during
operation and may cause burns on contact
with unprotected skin.
i
Figure 13 Solenoid Valve
3.5.1 Principles of Operation
De- energized: The valve acts directly by utilizing
an armature and a pilot as opposed to a
plunger. Pressure from the inlet port flows
through the pilot guide surrounding the
armature, the pressure is then stopped by the
pilot at the orifice.
Energized: This valve operates using 24 Volts DC
from the onboard power supply. The armature
is forced upwards and lifts the pilot from the
seat of the orifice allowing pressure to flow
from the inlet port to the outlet port.
CNG System Operation Manual
3.6 Pressure Regulator
t
Figure 14 Pressure Regulator
Regulator Specs
Set Point: 125 psi outlet @ 3600 psi inlet
pressure
PRD: 200 ± 40 psi crack pressure
Maximum Pressure: 3600 psi
Minimum Pressure: 250 psi
Gas Flow Rate: 0 -110 lb/hr nominal
Coolant Temperature Range: -40 °F to +257 °F
3.7 Cylinders
The cylinders are standard Type 3 CNG cylinders
designed, manufactured, inspected, and
qualified in accordance with NGV -2 2007. The
Gillig configuration has a total of 8 cylinders,
mounted on the roof. The system water volume
is noted on FMM face plate.
Cylinder Specs
Service Pressure: 3600 psi @ 70 °F
Service Life: See cylinder manufacturer label or
marking
3.8 Valves
3.8.1 Bleed Valve
The bleed is operated by loosening the hex nut
at the top as shown in Figure 21.
7
Figure 15 Bleed Valve
Bleed Valve Specs
Flow coefficient: 0.25
Temperature Rating: -20 °C to 232 °C
ENP -044: Gillig CNG System Operation Manual 18 of 35
l
an
//AZA I g i �lity
�e e ,. ,. i i / s ' ern s
a
3.8.2 Check Valve
Figure 16 Check Valve
3.8.3 Needle Valve
Figure 17 Needle Valve
3.8.4 Ball Valve
Figure 18 Ball Valve
Ball Valve Specs
Temperature rating: -40 °C to 93 °C
3.9 Pressure Relief Devices
The pressure relief devices (PRD) used on this
system have been designed in accordance with
PRD -1, and meet or exceed the basic
requirements for fuel container pressure relief
devices onboard Natural Gas Vehicles.
C.7
Figure 19 PRD
PRD Specs
Operating Pressure: 0 -5,000 psi
Proof Pressure: 7,500 psi
Thermal Relief: 219 °F
CNG System Operation Manual
Flow Rate: 90 SUM at 100 psi
3.10 Fill Receptacles
Figure 20 Left: Transit Fill Receptacle; Right: NGV1
Receptacle
Fill Receptacle Specs
Design Pressure: 5000 psi maximum
Flow Rate, Transit Fill: 5000 SUM @ 3000 psi
Flow Rate, NGV1: 1500 SUM @ 3000 psi
Temperature Range: -40 °F to 250 °F
3.11 Fittings and Connections
3.11.1 Tubing
All tubing is stainless steel manufactured
according to ASTM A -269 or ASTM A213. It is
cold finished, bright annealed, seamless tube.
Tubing can be 316 SS or 304 SS, maximum
hardness HRB90.
3.11.2 Fittings
This system is plumbed with Swagelok°
stainless steel compression tube fittings. The
stainless steel fittings are designed specifically
for use in CNG applications.
3.11.3 Tube and Fitting Installations
Installing tube fittings correctly requires
adequate training, correct parts, and
appropriate tools. Tubes must be bent
accurately to minimize system stress. Fittings
must be assembled according to manufacturer's
specifications. For these reasons it is mandatory
that maintenance personnel receive proper
training from an authorized Swagelok°
distributor.
ENP -044: Gillig CNG System Operation Manual 19 of 35
an
//AZ'A' I g i �lity
l
�e l, �a ,. ,. i i / �y 'ern s
-' - -- - CAUTION: Do not mix tube fittings
from other manufacturers; this may result in
plumbing failures causing leaks, damage, or
serious injury.
3.11.4 Fitting Safety Considerations:
1. Do not bleed the CNG system by loosening or
cracking a fitting connection.
4. Operation and Maintenance
CNG System Operation Manual
2. Do not disassemble new fittings prior to use.
3. Do not attempt to torque fittings while
system is pressurized.
4. When tightening a compression nut on a
fitting make sure the fitting body is held
securely.
Routine maintenance of the compressed natural gas fuel system will ensure that the system and all of its
components are functioning properly.
WARNINGS:
1. System components must not be under pressure during servicing. Doing so may cause serious
injury.
2. This manual is intended as a supplement to training in operation and maintenance of the CNG
fuel system. Attempting to operate or maintain the CNG fuel system without proper training is
dangerous.
APRECAUTIONS
1. Do not expose plastic or elastomeric materials to commercial cleaning products. CNG
component should be washed with a diluted soap solution and rinsed thoroughly to remove
deposits.
2. CNG components and fittings are designed to be used exclusively in CNG applications. Parts
must be ordered directly through Agility Fuel Systems or through an approved Agility OEM dealer.
Any other parts may be unsafe and will subsequently void the warranty. All replacement parts and
components must receive approval from Agility prior to installation.
4.1 Inspecting Components
Daily
• Drain the low pressure filters per Section
4.7.2.
• Walk around the vehicle and check for
external damage to CNG cylinder housings
and covers.
Monthly
• Ensure that all PRD vent lines have end
caps securely in place. A PRD vent line
with a missing cap may indicate a PRD has
activated. If a PRD has activated, contact
the maintenance department or Agility. If
the cap is simply missing and the PRD has
not activated, replace the missing cap(s).
• Ensure that all natural gas system
components are solidly mounted.
• Ensure that the fuel supply tubes and the
flexible lines are in good condition.
• Ensure that no fuel leaks are present at
any fittings or components.
• Ensure that there are no coolant leaks at
the hose connections going to the high -
pressure regulator.
• Visually inspect cylinder mounting
structural components.
• Inspect fastened joints for loose fasteners.
• Inspect mounting bolts for damage.
ENP -044: Gillig CNG System Operation Manual 20 of 35
l
an
AAZA I g i �lity
�e e ,. ,. i i / s ' ern s
a
Annually
• Check cylinder covers for damage.
• Make sure cylinders are mounted
securely. Check mounts, brackets, and all
fasteners.
• Verify cylinder labels are in place and
make sure cylinder service life has not
expired.
• Inspect cylinder valves and PRDs for leaks
and damage.
• Inspect all plumbing tubes, hoses and fuel
flow components for leaks.
• Examine all cylinders for damage using
the cylinder manufacturer's guidelines.
Inspection records should be kept with
vehicle records, and the system label
should be updated to reflect the current
inspection status.
• Test main fuel solenoid valve.
• Test CNG tank solenoid valves (if
equipped).
Every Three Years or 36,000 Miles
Perform certified cylinder inspection as
required by FMVSS 304.
Maintenance Schedule
Table 9 Maintenance Schedule
Item
Frequency
Drain Low
Pressure (LP)
Daily*
Filter
Replace LP Filter
Every 15,000 miles*
Drain High
Pressure (HP)
Every 1500 miles*
Filter
Replace HP Filter
Every 3000 miles*
Element
Leak Test Fuel
Every Engine Oil Change
System
Component
Every Engine Oil Change
Inspection
*The interval for draining and replacing fuel
filters is dependent on the fuel station and will
vary by location. The drain interval must be
adjusted to the time required to accumulate no
more than one ounce of oil in the low pressure
fuel filter.
CNG System Operation Manual
4.2 Leaks
This section covers fitting replacement and leak
repair methods.
4.2.1 Bottoming Requirements:
`CAUTION: Adjusting fittings requires
accredited Swagelok° or Agility training.
In order to achieve a safe leak free seal the
tubing must be flush and fully bottomed in in
the appropriate fitting. Please consider the
following recommendations:
1. Tubing must be de- burred so that it sits flush
in the fitting.
2. Tubing must be rounded; elliptical or warped
tubing should not be used.
3. Tubing must have a minimum length straight
section before a bend radius as specified in the
Swagelok tube fitting manual.
4.2.2 Tightening of Fitting Nuts
When pre- swaging, Swagelok° recommends
that fitting nuts should be tightened 1 -1/4 turns
beyond snug. Snug is defined as the point at
which the tube cannot be rotated freely in the
pre -set swaging tool or fitting body. Swagelok°
fittings employ a two - ferrule design, the front
ferrule provides the seal, and the rear ferrule
provides a firm grip on the tubing.
4.2.3 Testing for Leaks
Fittings and connections should be checked
periodically for leaks. This task must be carried
out by certified personnel.
For monthly maintenance, the entire fuel
system can be leak tested with an inert gas, a
leak detection solution, and /or a methane
detector. All joints and connections should be
tested.
Generally speaking, leaks will occur at fitting
connections. When checking for leaks always
use leak detecting equipment and solutions
designed for use with stainless steel and brass
such as Snoop° or FBI°.
ENP -044: Gillig CNG System Operation Manual 21 of 35
l
an
AAZA I g i �lity
�e e ,. ,. i i / s ' ern s
a
To Find a Leak
1. Apply leak detecting solution and look for
bubbling or foaming at the site of the leak.
2. Examine connections for icing or signs of
condensation around the tubing.
3. Check for signs of damaged or perforated
tubing.
4.2.4 Tightening Leaky Fittings
Never tighten a fitting while the
system is under pressure. Always follow
proper safety and service procedures when
fixing a leak. Failure to adhere to safety
standards and procedures may result in
damage or personal injury.
1. If a leak is detected, depressurize the system
as described in Section 4.4, "Depressurizing
System."
2. Once the system is depressurized, tighten the
leaky fittings. Repressurize the system as
described in Section 4.5.
3. Once the system is re- pressurized, conduct a
leak test.
4. If leaks are still present, depressurize the
system again and repair any leaks, see Section
4.2.6.
4.2.5 Testing Pressure
If any components are loosened or replaced, an
excessive amount of fuel is being consumed, or
the vehicle was involved in an accident, a
pressure test using nitrogen is required before
re- filling with natural gas. The pressure test
procedure is described below:
Pressure Test Using an Inert Gas (Nitrogen):
1. Before proceeding with the nitrogen
pressure test, ensure that the system has
been depressurized, see section 4.4.
2. Once the system is fully plumbed or
repaired, ensure that the engine ignition is
in the "OFF" position and the vehicle is at
CNG System Operation Manual
least 15 feet away from an open flame or
source of ignition.
3. Ensure that the cylinder shut -off valves (one
per cylinder) are in the "CLOSED /OF"
position.
4. Turn the manual shut -off valve to the
"ON /OPEN" position.
5. Connect the pressure testing equipment to
the system fueling receptacle using a NGV1
fueling nozzle plumbed to a nitrogen source
with a flex hose rated to the system service
pressure of 3600 psi and a pressure
regulator. Slowly fill the system with
nitrogen to a pressure of 100 psi. While
filling the system, listen for leaking. Stop if
leaks are detected.
6. Perform the 100 psi leak test using leak
detection solution or an equivalent
alternate method.
WARNING: Be careful not to bleed the
nitrogen too fast as this could cause
injury.
7. If a leak is detected, disconnect the
nitrogen fill line from the system fueling
receptacle, depressurize the system by
venting the nitrogen with the bleed valve
(shown in Figures 15 and 21) and repair it.
8. If no leak is detected, slowly increase the
pressure to 1500 psi. Increase the pressure
at no more than 500 psi per minute until a
system pressure of 1500 psi is reached.
9. Perform the 1500 psi leak test using leak
detection solution or an equivalent
alternate method.
10. If a leak is detected, disconnect the
nitrogen fill line, depressurize the system
and fix the leak.
11. If no leak is detected, continue to slowly
increase the pressure to 3625 psi. Increase
ENP -044: Gillig CNG System Operation Manual 22 of 35
l
an
AAZA I g i �lity
�e e ,. ,. i i / s ' ern s
a
the pressure at no more than 500 psi per
minute.
12. Once the system is pressurized to 3625 psi,
perform another leak test.
13. If a leak is detected, disconnect the
nitrogen fill line, depressurize the system
and fix the leak.
14. After all the nitrogen leak tests have been
performed, the pressure shall remain
constant at 3625 psi for 10 minutes with no
signs of a pressure drop. If the system
pressure drops, locate and fix any leaks.
CAUTION: DO NOT TURN THE
ENGINE ON to activate the primary
solenoid lock -off valve for the next part
of the test — make sure to use an external
24 volt power supply, do not use the
vehicle's onboard power supply.
15. At this point, the system has been properly
pressure tested up to the primary solenoid
lock -off valve, Item 5 in Figure 9. To test the
connections downstream of the solenoid
valve, apply a 24 volt power supply to open
the valve. This will allow nitrogen to flow
through the rest of the system and up to
the secondary solenoid shut -off valve at the
engine. Conduct a leak test at all
connections downstream of the fuel outlet.
16. If a leak is detected, disconnect the
nitrogen fill line, depressurize the system
and repair the leak.
17. Once the 100 psi, 1500 psi and 3625 psi
tests have been performed and successfully
passed with no leaks, the nitrogen can be
vented to the atmosphere using the bleed
valve.
- '-- - - - = -. CAUTION: Ensure that all the safety
guidelines from the Safety section are
followed prior to fueling the system with
CNG.
CNG System Operation Manual
4.2.6 Repairing a Leak
WARNING: Ensure that the system
is depressurized before repairing the leak.
During the leak test or pressure test, leaking
could be caused by several problems. To repair
a leak found during either test, perform the
repairs in the order shown below.
1. Once the fittings have been reinstalled
follow the Testing Pressure procedure.
2. If the leak cannot be repaired, the
component should be replaced.
3. If replacement is necessary, follow the
proper procedures for replacing the
damaged parts and ensure correct
replacement parts are requisitioned and
installed.
If the repairs listed in Section 4.2.6 do not fix
the problem, contact Agility Fuel Systems
Product Support at 949 - 267 -7745.
4.3 Starting Vehicle
Starting a natural gas vehicle requires a delay
between the battery power being turned on
and the starter motor being activated.
1. Ensure that the cylinder shut -off valves (one
on each cylinder) are "ON /OPEN" and the
manual shut -off valve is turned to the
"ON /OPEN" position.
2. Ensure that the standard Gillig pre - vehicle
start -up procedures are followed.
3. Start the engine.
4. If the vehicle is starting from cold, let the
engine idle for five minutes. This will allow
coolant to warm the fuel and ensure that
the low- pressure lines (down- stream of the
primary pressure regulator do not freeze).
On extremely cold days, allow the vehicle to
idle for a longer period until the coolant
temperature is high enough to warm the
fuel.
4.4 Depressurizing CNG System
Tubing
1. Ensure that the vehicle is turned off.
ENP -044: Gillig CNG System Operation Manual 23 of 35
l
an
AAZA I g i �lity
�e e ,. ,. i i / s ' ern s
a
2. Turn the cylinder shut -off valves (one on
each cylinder) clockwise to the
"CLOSED /OFF" position.
3. Turn the manual shut off -valve to the
"ON /OPEN" position.
4. Turn on the vehicle and run the engine until
/ it stops.
WARNING
This does not depressurize the CNG storage
cylinders.
5. Ensure that the vehicle is off and that the
proper vehicle lock -out procedures are
followed.
6. Check the gauges on the fill panel to ensure
that all the pressure is relieved.
7. Remove the access cover on the rear of the
fill panel, if so equipped.
8. Relieve the remaining pressure by slowly
opening the bleed valve as illustrated in
Figure 21.
9. Turn the manual shut -off valve to the
"OFF /CLOSED" position.
0 age 1U. .0
Gas relieved from here
Figure 21 Bleed Valve
10. The system is now fully depressurized up to
the primary solenoid lock -off valve. There
may be pressure remaining downstream of
the solenoid valve. Be careful when
loosening fittings for the first time because
a small amount of gas may leak out of any
fitting downstream of the solenoid lock -off
valve, which is normal.
CNG System Operation Manual
4.5 Re- Pressurizing System
1. Ensure that the vehicle is off.
2. Ensure that the bleed valve is closed and
torqued to 4 -5 ft -Ibs.
3. Ensure that the filter bowl and the drain
plug are installed and tightened.
4. Re- install the fill panel cover (if removed).
5. Slowly turn the cylinder shut -off valves (one
on each cylinder) counter - clockwise to the
"OPEN /ON" position.
6. Slowly turn the manual shut -off valve to the
"ON /OPEN" position.
7. Ensure that the pressure test procedure
was performed if any parts were loosened
or replaced.
8. Start the engine.
4.6 Maintaining High Pressure Filter
Regular filter element replacement is important
for maintaining CNG fuel system performance.
In general, high pressure filter elements should
be replaced every 3000 miles. In addition, the
filter housing must be drained every 1500 miles.
Element replacement could change depending
on fuel station cleanliness and fuel quality.
4.6.1 Draining the HP Filter
1. Depressurize the system.
2. Slowly remove the drain plug (hex cap) with
an 11/16 -in. wrench. See Figure 22.
3. Drain until there is no residual liquid left.
4. Inspect the O -ring on the drain plug and
replace if necessary.
5. Replace the drain plug and torque to
26 ft -Ibs.
ENP -044: Gillig CNG System Operation Manual 24 of 35
l
an
AAZA I g i �lity
�e e ,. ,. i i / s ' ern s
a
4.6.2 Replacing HP Filter Element
To replace the filter element inside the Agility
HP filter:
1. Depressurize the system. See Section 4.4.
2. Drain the filter.
3. Unscrew the filter bowl by using a filter
bowl removal tool or a 1- 1 /4 -in. wrench.
4. Remove and replace the old filter element.
5. Inspect the O -ring on the filter element
holder for damage and replace if necessary
6. Lubricate the filter bowl threads with a
silicone lubricant. DO NOT allow lube to
contaminate the bowl or filter element.
7. Reinstall the bowl and tighten to
40 ±1 ft -I bs.
Table 10 HP Filter Torque Specifications
HP Torque Specifications (ft -Ibs.)
Filter Housing
40
Hex Head Plug
25 -30
Flow Ports (In /Out)
25 -30
f� 7
Apply silicone
lube on threads
Figure 23 HP Filter Element Replacement
4.7 Maintaining Low Pressure Filter
4.7.1 Low Pressure Filter
Replacement and Service
The low pressure filter should be drained daily
and replaced every 12 months. Depending on
the fuel quality and characteristics, drainage
and replacement may be required more
frequently than the prescribed schedule.
CNG System Operation Manual
4.7.2 Draining LP Filter & Replacing
the Filter Housing
1. Depressurize the system (Section 4.4) and
drain the high pressure filter (Section 4.7.1).
2. Once the work area has been depressurized,
the LP filter housing may be drained by turning
the drain cock counter - clockwise or liquid
begins to flow. When the flow stops, turn the
drain cock clockwise until fully seated hand
tight.
Figure 24 LP Filter Drain Cock
3. To replace the filter, remove the filter
housing by turning it counter - clockwise. This
step may require a strap wrench or grip pad.
Dispose of the filter housing per regulations.
4. Install the new filter. The filter gasket is
lubricated at the factory, no additional
lubrication is required. Tighten the new filter
housing by hand until gasket contact is
achieved, then turn the housing another 3/4-
turn. Be careful to avoid cross threading.
4.8 Solenoid Valve
The high pressure solenoid is a two -way valve
activated electrically by the ignition switch. By
default it is in the "OFF /CLOSED" position.
ENP -044: Gillig CNG System Operation Manual 25 of 35
an
//AZ'A' I g i �lity
l
�e l, �a ,. ,. i i / �y 'ern s
Figure 25 Solenoid Valve
CNG System Operation Manual
ACAUTION
Valve coils are designed to operate
continuously for a lifecycle of 22,000 hours.
Coils generate significant heat and require
adequate open space for dispersion. When a
coil remains energized for extended periods
of time the assembly will be hot. Although
the coil is designed to operate under these
conditions smoke or the scent of burning
coil insulation may be an indication of
overheating; in which case the coil may need
to be replaced.
Table 11 Solenoid Valve Troubleshooting
Problem
Possible Causes /Items to Check
Valve fails to operate
1. Check the electrical supply with a voltmeter. Voltage
must match nameplate rating
1. Check the electrical supply with a voltmeter. Voltage
must match nameplate rating
Valve fails to operate
2. Check coil with an ohmmeter for an open or short
Valve is sluggish or inoperative, but there
condition
are no issues with power supply and /or
3. Make sure the pressure complies with nameplate
pressure
rating
4. If no apparent system problem exists, remove and
replace the solenoid valve
4.9 Cylinders
- '-- - - - = -. CAUTION: CNG cylinders that have
been involved in an incident that registers at
level 2 or 3 should be depressurized prior to
inspection.
CAUTION: Failure to perform regular or
emergency inspections may put the vehicle
and operator at risk of serious injury or
death.
4.9.1 Inspecting Cylinders
The composite containers on the vehicle are
manufactured to comply with FMVSS 304,
NAI/IAS, or the CSA B51 Part 2 specifications
and must be inspected by a qualified cylinder
inspector every 3 years or 36,000 miles,
whichever comes first. The inspector should
provide a report for each cylinder and place an
inspection label on each of the cylinders.
Containers must also have permanent labels in
accordance with applicable regulations. These
labels provide valuable information to both the
inspector and the manufacturer.
Tanks should be inspected immediately if:
1. The vehicle has been in an accident.
2. The fuel container or vehicle has been
subjected to fire, impact, excessive, heat, or any
other means that may have caused external or
internal damage.
ENP -044: Gillig CNG System Operation Manual 26 of 35
l
an
AAZA I g i �lity
�e e ,. ,. i i / s ' ern s
a
3. Unusual behavior is observed. This may
include but is not limited to, emission of natural
gas odor, unexpected loss of gas pressure,
snapping or hissing sounds, rattling, and any
other indications of loose parts.
4. The fuel tank has been transferred to another
vehicle or the tank installation has been altered
significantly.
5. The system owner /operator should be
questioned if there are any known incidents or
conditions which may have caused damage to
the fuel container. These include but are not
limited to, dropping the container, impacts,
exposure to excessive heat, fire or harsh
chemicals and vehicle accidents. The
owner /operator should keep records of any
unusual observations as well the service history
of the container and any repairs since the
container was last inspected.
4.9.2 Venting Procedure
,
- '- - - - - -- CAUTION: Before depressurizing the
container, ground the venting orifice with a
minimum 3 -gauge wire to an appropriate
ground source at least 8 feet (2.44 meters)
underground. Rapid discharge can generate
sufficient static electricity to ignite escaping
gas.
When venting, be sure to do so in an open area
with good air circulation and no sources of open
flame, ignition or heat. Do not vent the system
where flammable gas is permitted to
accumulate and potentially ignite. Refer to
Section 5, "Defueling Preparation and
Procedures."
4.10 Valve Maintenance
Valves do not require regular maintenance, if a
malfunction should occur, check for leaks first
and replace the valve if necessary.
4.11 Pressure Relief Devices (PRDs)
The pressure relief devices used on this system
have been designed in accordance with PRD -1,
CNG System Operation Manual
and meet or exceed the requirements for fuel
container pressure relief devices onboard
Natural Gas Vehicles.
4.11.1 PRD Visual Inspection
PRDs must not have any aesthetic or structural
deficiencies. Remove any visible contaminants,
debris and moisture from the inlet port of the
PRD.
PRDs do not have consumable parts and require
no additional maintenance other than visual
inspection. PRDs that do not pass visual
inspection must be replaced.
4.11.2 Draining Vent Lines
Refer to Figures 26 and 27. The vent lines have
a drainage hole in the lowest point on the tube.
All vent lines should be checked for blockage
during component inspections to prevent water
build -up that can corrode the components. If
your vehicle is operating in a high humidity
region, the vent lines should be drained
frequently. If any vent caps are missing, the
vent tube should be drained immediately and
new caps installed. The vent tubes are not
under pressure so it is safe to service the cap.
G 9
*
WARNING: Ensure that you loosen
or remove the drain vent lines and NOT the
fuel lines. Loosening or removing a fuel line
can result in serious injury because it
contains high pressure gas.
NOTE: The COMPRESSED FUEL line is the
tubing that is CLOSEST to the handle on the
valve. If uncertain, trace the line in question.
If a line connects to a 3 /4 -in. fuel supply line,
it is a high pressure fuel line and should not
be handled unless the system is
depressurized. If the line is open on one end
with a cap it is a vent line and is not under
pressure.
ENP -044: Gillig CNG System Operation Manual 27 of 35
l
an
//AZ'A' I g i �lity
�e , e ,. ,. i i / s ' ern s
a
CNG System Operation Manual
Figure 26 PRD Vent Lines
Figure 27 High Pressure Fuel Lines and Vent Lines
ENP -044: Gillig CNG System Operation Manual 28 of 35
l
an
AAZA I g i �lity
�e e ,. ,. i i / s ' ern s
a
4.12 Fill Receptacles
4.12.1 Fill Receptacle Maintenance
1. External surfaces of the receptacles must be
kept clear of contaminants and debris at all
times. A dust cap is provided for this purpose.
2. External mounting hardware and receptacle
dust caps should be checked periodically to
ensure components are functioning properly
without leaks. If functionality is compromised or
a leak is detected consult a qualified technician.
Only trained accredited personnel should
service, maintain, remove, or install a fueling
receptacle.
3. A vehicle operator must not tamper, alter,
disconnect, or dissemble the receptacle or any
component connected to the receptacle.
- '-- - - - = -. CAUTION: Only qualified technicians
are permitted to perform mechanical
procedures to the receptacles.
Installations shall be conducted in
accordance of the regulations stipulated by
the authorities having jurisdiction (AHJ).
Only qualified technicians are permitted to
install and remove receptacles. The
receptacles connect to the Fuel Management
Module via straight threads to the female
SAE port.
4.12.2 Transit (Fast) Fill Freeze -Up
Transit (fast) fill receptacles are prone to
freezing during rapid filling procedures due to
"wet" compressed natural gas conditions.
CNG System Operation Manual
Figure 28 Transit (Fast) Fill Receptacle
To remedy the issue, keep the 1/4 -turn main
shut -off valve in the "OFF /CLOSED" position
until external icing is no longer visible and the
internal poppet assembly achieves a seal. Once
sealed, the internal check valve will resume
normal functionality and gas will cease to
escape from the receptacle.
0 01
WARNING: The receptacle is to be
used solely on vehicles fueled by
compressed natural gas. The receptacle is
designed to operate in conjuction with
AGA/CGA NGV1 certified fueling nozzles. For
information on coupling and uncoupling
procedures please consult the detailed
instructions included with any CNG fueling
dispensers.
NOTE: Receptacles come with protective
caps that must be removed prior to filling
procedures and replaced immediately
thereafter. The caps help extend system life
by preventing contaminants and debris from
entering the system.
5. Defueling Preparation and Procedures
A CNG vehicle may need to be defueled for maintenance or storage at some point. The best and safest
way to defuel a CNG system is to transfer fuel back to a dispensing station, if so equipped. Check with
your CNG filling station for specific procedures.
ENP -044: Gillig CNG System Operation Manual 29 of 35
an
//AZ'A' I g i �lity
l
�e l, �a ,. ,. i i / �y 'ern s
WARNING: Use a slow flow when
transferring fuel to reduce static
electricity /electrostatic discharge and to avoid
freezing.
-' - -- -Basic Rules for Defueling
• Only CNG qualified personnel should attempt
these processes
• Consume as much fuel as possible prior to
defueling
• You must have an approved place to put the
fuel removed from the vehicle
• Notify nearby personnel prior to defueling
• Always ground the vehicle and the fuel
system
• Never defuel indoors
• Always wear personal protective equipment
• Be familiar with evacuation routes
5.1 Defueling Requirements
There must be an approved place to put the
natural gas fuel removed from the vehicle.
There are three common defueling options:
Vent to atmosphere, compressor transfer and
return to supply.
In all cases, both vehicle and the fueling system
must be grounded to prevent static electricity
build -up.
CNG System Operation Manual
5.1.2 Vent to Atmosphere
First, verify whether or not this method is legal.
There may be local air quality regulations
restricting the release of methane into the
atmosphere. If atmospheric venting is
acceptable in your area, then a venting facility
compliant to regulations must be used.
5.1.3 Compressor Transfer
In this defueling method, a compressor at the
fueling station extracts the gas from vehicle.
5.1.4 Returning to Supply
The third method returns fuel to a distribution
system. When using this process, pressure in
the vehicle tank and the supply system pressure
will equalize, so some pressure may remain in
the vehicle fuel system.
5.2 A Typical Venting Facility
The following information is provided in the
absence of formalized procedures from local
authorities and governing bodies. Figure 29 is
an example of a typical venting facility.
i
CAUTION: Atmospheric venting of
natural gas to depressurize a cylinder must
be done with care. Improper equipment or
procedures raise the risk of fire. Before
depressurizing, ground the venting orifice to
an approved electrical ground system.
ENP -044: Gillig CNG System Operation Manual 30 of 35
l
an
//AZA I g i �lity
�e e ,. ,. i i / s ' ern s
a
CNG System Operation Manual
1�
Be sure to vent a CNG tank in an
open area with plenty of air circulation and
no nearby sources of open flame, ignition, or
heat. Do not vent the system in an area
where flammable gas is permitted to
accumulate and potentially ignite.
V'eNcle Cylinder On -board
(If not on vehWe, cylinder! V'hicle
must be properly restreYned Corn
"a au
Vent
tacWPppe
(proporty supported,
at least 10' above grou nid)
Hand
F'lexYijWe Valve +
Vent
Hose
E� r
Electhcal - ,....m ,,,.&
Grnrcunnding Earth Grounding
Cab 8e Ftodl onnectY,on
Figure 29 Typical Atmospheric Venting Equipment
A Venting Facility Should Include the Minimum
• A hand valve to control the flow of gas.
Equipment
Additional Equipment
• An on -board defueling connection, installed
. A portable fire extinguisher in an easily
on the vehicle. Consult the vehicle
accessible location at the defueling facility.
manufacturer for further information.
The extinguisher should have a rating no
• A vent pipe on the premises. This typically
less than 20 -B:C.
consists of a two -inch diameter steel pipe
• Large signage indicating "NO SMOKING"
attached to a support structure. The pipe
and "FLAMMABLE GAS."
must extend a minimum of two feet higher
than the support structure and a least 10
• A flame arrestor downstream of the hand
feet above ground level. The vent pipe must
valve.
be connected to an electrical ground. There
should be no ignition sources in proximity
to the pipe.
CAUTION: Freestanding cylinders
• An electrical ground connection with a
must be restrained prior to venting.
minimum 3 gauge or heavier stranded
Cylinders will contract and move if gas is
copper wire attached at one end to a
released at a rapid rate.
ground rod, or an equally suitable electrical
ground. The other end should be securely
fastened to both the venting pipe and
cylinder valve.
• A high pressure electrically conductive
flexible hose.
ENP -044: Gillig CNG System Operation Manual 31 of 35
l
an
//AZA I g i �lity
�e e ,. ,. i i / s ' ern s
a
5.3 Defueling Procedure
- '- - - - - -- This procedure applies to vehicles
equipped with a NGV1 -style defuel receptacle.
Refer to Figures 30, 31 and 32. The defuel
receptacle is equipped with a one -way check
valve, which must be safely bypassed to
perform the defuel process. The Agility Fuel
Systems transfer hose is equipped with a
matching defueling nozzle (Figure 30) that
safely mates with the defueling receptacle.
CNG System Operation Manual
Figure 32 FMM Panel, Rear: (7): Defuel Valve
1.Connect the ground wire from the vehicle to
the vent stack system.
2.Attach the defuel hose to the vent stack
system.
3.Attach the defuel nozzle to the defuel
receptacle on the FMM.
4. Ensure the manual shutoff valve is OPEN
Figure 30Defueling Nozzle 5.Slowly open the needle valve, and adjust for a
slow and steady flow to avoid freeze -up
Figure 31 FMM Panel, Front View: (1) Emergency
Shutoff Valve; (2) Transit (Fast) Fill Receptacle; (3)
High Pressure Gauge; (4) Fill Receptacle; (5) Defuel
Receptacle; (6) Low Pressure Gauge
5.4 Removing CNG Cylinders from
Service
WARNING: All traces of flammable
vapor must be removed from cylinders before
disposal to prevent the possibility of an
explosion.
CNG cylinders have a pre- determined service
life, and this date is printed on the "Do Not Use
After" label on each tank. Contact Agility Fuel
Systems for proper disposal procedures.
ENP -044: Gillig CNG System Operation Manual 32 of 35
an
//AZ'A' I g i �lity
�A,~^, ~^ 'ern s
6 Troubleshooting
[NG System Operation Manual
The following section covers a variety of potential problems and their respective solutions. The issues
addressed in this section are unique to CNG storage systems; however issues concerning other onboard
systems may influence or directly cause problems with the CNG storage system.
For any issues that are not addressed in the Operation Manual or for warranty information please
contact Agility Fuel Systems Product Support at 949-267-7745.
Table 12 Troubleshooting Problem
ITEM #
PROBLEM
1
After disconnecting the nozzle fuel continues to flow out of the fill receptacle
2
The main shut-off valve does not isolate the fuel (the vehic�le continues to run even
when the valves have been t!urned to t!he "off" posit!ion)
3
There is too much pressure coming out! of t!he regulator (should be 125 PSI)
4
There is not! enough pressure coming out! of the regulator (should be 125 PSI)
Table 23 Trouble Solutions
ITEM #
CAUSE
SOLUTION
wait! for receptacles to warm up to ambient!
O-rings frozen due to gas expansion
temperature and see if leak persists
1. Follow fill manifold depressurization procedures
2. Carefully remove receptacle from t!he manifold
Debris in fill receptacle
3. inspect! receptacle for blockage or damage
1
4. Reinstall or replace receptacle as necessary
5. Test! and check for leaks as previously described
1. Follow steps 1-3 as listed above
2. Visual inspect the check valve for damage
Built-in check valve damaged
3. Reinstall or replace check valve as necessary
4. Test! and check for leaks as previously described
1. Follow depressurization procedures
2. After it! is determined t!hat!t!here is no pressure in
Seats in the valve are worn or debris is
t!he system, remove t!he leaking fill manifold main
2
not! allowingt!he valve to fully close
shut-off valve
3. Replace valve seats as per manufacturer
recommendat!ions, or replace t!he component!
4. Leak test! as previously described
1. Remove and replace regulator following
3
Regu lat!or is not! working properly
procedures listed for regulator maintenance
High pressure filter is c�logged or low
1. Perform maintenance for filter element!
4
pressure filter is clogged
replacement!. Follow filter maintenance procedures
ENP-044: Gillig CNG System Operation Manual 33 of 35
l
r
an
AAZA I g I i �lity
re t �a ,. ,. i r / �y 'ern rlr �� i s
a
CNG System Operation Manual
No
Has the high
No Change filter
Figure 33 Low Pressure Fuel Light Troubleshooting
element and re -start
changed ?.
Law Pressure light
Yes
is an and/ r r
Systems Product
engine runs lean
Open ALL cylinder
V alves. Make sure the
off solenoid valve
114 -tum shutoff valve on
when the engine is
the fill panel is in the ON
No
position
Yes
Are the manual
valves open?
Yes
St art the
Fill CNG tank and
re -start procedure
Does the high
Check wiring for
pressure gauge
No
present at the
show at least
blown fuses, shorts
1900 psi?
solenoid No
Is there excessive Yes
or broken wires
freezing of plumbing
Yes
or pressure
solved?
regulator?
No
Has the high
No Change filter
pressure filter
element been
element and re -start
changed ?.
procedure
Yes
Call Agility Fuel
Systems Product
Support
949- 257 - 7745..
'With the key in the OFF No
position and engine net Check for
running, is the low Teaks
pressure gauge reading at Yes
least 90 psi?
No
Yes
Start the vehicle.
Nnes the low
No
Ensure vehicle is off.
pressure gauge read
Check volatage at lock
at least 99 psi even
off solenoid valve
when the engine is
throttled up?
Yes
Yes
St art the
Drain low pressure
vehicle.. Is 12V
Check wiring for
filter
present at the
blown fuses, shorts
solenoid No
or broken wires
valve?
Problem
solved?
No
Problem
No
se Ived?
Problem is not fuel
system related.. Check
OEM engineichassis
troubleshooting guide
ENP -044: Gillig CNG System Operation Manual 34 of 35
an
A' I g i �lity
A, e / s, /s ' e rn s
Figure 34 Gas Leak Troubleshooting
A gas leak can be smelled or heard
BE SAFE
E11SUre vehicle is i�ll ;3 Well Verltil3ted3re3.
3
Close t3nkV3lVeS.
EIISLI re engine is OFF.
Turn 1t4- -turn valve to OFF position.
Access the FlJlJ components.
Turn the 1MAUrn Valve to the OFF position.
Open one ofthe tank V3lVeS to pressurize the
system LIP to the V4,41-1rn shLItOff V3lVe.
Perform a leak test on the pressurized parts
LISIrIg leak detection procedures.
C311 101-1 Smell, Yes
hear or detect
3
gas leak?
No
Slowly open the 1,141, -turn valve
and le3ktest components
oetween the solenoidv3lve and
the 1,t4- -turn Valve
t
C311 YOU Smell, Yes
Can
or detect
0 as e3KI
No
s
-
Turn engine on and test for leaks
between fill panel and engine
Can YOU Smell, Yes
hear or detect 3
g3Sle3k?
No
Problem
solved?
CNG System Operation Manual
C311 Agility Fuel
Systems Product
Support
949-267-7745,
Problem is notfuel
System related. Check
OEM enginalch3SSIS
troubleshooting guide
ENP-044: Gillig CNG System Operation Manual 35 of 35
FL .11 %
SUSPENSION AXLES AND
GILLIG 30' and 40' Low floor buses feature a Neway Front and Rear suspension. The
suspension uses air from the air system to pressurize the air springs. The flow of the air
into the suspension system is controlled by automatic leveling valves, which maintain a
constant vehicle ride height by pressurizing or exhausting air into or from the air springs
as needed
Front Suspension — 40' Low Floor Buses
All GILLIG LF front suspension systems support the Meritor FH946 Deep Drop solid
beam front axle. The axles can support either disc or drum brakes. Four (4) air
bellows (2 if disc brakes are required) controlled by a single automatic leveling valve
provide a smooth ride and keep the body level. Two (2) Heavy Duty Koni Shock
Absorbers minimize the bounce. The front suspension also includes torque rods to
maintain the axle /frame geometry
Meritor FH 946 Front Axle w/ Disc Brakes
Front Suspension w/ Drum Brakes
Front Kneeling
A driver - actuated kneeling device lowers the bus during the loading or unloading of
passengers to a floor height of twelve inches (12 ") measured at the longitudinal
centerline of the front door. Brake and throttle interlock will prevent movement when the
bus is kneeled. The bus is capable of kneeling in a minimum of 1.5 seconds and a
maximum of 2.5 seconds from the time the control is actuated. After kneeling the bus
will rise within two (2) seconds to a height permitting the bus to resume service and will
rise to the correct operating height within five (5) seconds. During the lowering and
raising operation the maximum acceleration will not exceed 0.2g and the jerk will not
exceed 0.3g per second, measured on the front door step tread. An indicator mounted
on the instrument panel will be illuminated during the kneeling operation and will remain
illuminated until the bus is raised to a height adequate for safe street travel.
Rear Suspension — 40' Low Floor Buses
The GILLIG LF rear suspension is of the H -frame type and supports the Meritor 71000
Series rear axle. Four (4) air springs are located fore and aft of the axle centerline
and as far outboard as practicable. An automatic leveling valve is provided for each pair
of air springs. Four Heavy Duty Koni Shock Absorbers are used to reduce bounce
and provide smoother ride.
FL .11 %
SUSPENSION AXLES AND
The rear suspension is located in the X and Y planes by means of four radius rods. The
lower rods locate the axle /suspension assembly in the longitudinal plane and the
upper rods provide for lateral positioning. The rod ends have urethane bushings and
the upper rods are adjustable in length The rear suspension member is configured to
also serve as the driveline guard by preventing street contact of the drive shaft in the
case of U -joint or other failure.
Meritor 71000 Series Rear Axle w/ Disc Brakes
Rear Suspension w/ Drum Brakes
Front Suspension — 30' Low Floor Buses
The front suspension system incorporates four (4) air bellows controlled by a single
automatic leveling valve. Two (2) Koni shocks are provided. The front suspension
includes four (4) adjustable radius rods arranged so they locate the front axle in both X
and Y planes. The rods also provide the means for setting caster angle. The front
suspension bellows have a composite base and an external bump stop. The
compressive portion of the bump stop is easily replaceable.
Rear Suspension — 30' Low Floor Buses
The rear suspension incorporates a rear trailing arm type air suspension system. The
two bellows are located aft of the axle centerline and as far outboard as practicable.
Two Koni shock absorbers are required. The rear suspension is located in the X and Y
planes by means of two radius rods. The rod ends have urethane bushings. An
automatic leveling valve is provided for the bellows. The valve is located so that it will
preclude "flipping over" or reversal of valve action. Adjustment of the valve is
accomplished by positioning a vertical link in a slotted bracket.
W
j
3311
Z N
m
(/1
W
N W M O m
O
W
Z O
w z ti Lf7 W
�^
o w
p w o' W a - CO Vl
o
SOW
r, V)
t
a�zJ mim
«z3� -zo
Vl
4
Y
N
d' O N
°
Q
W
z
W
q
N 1
W
Z
�
w- A
o aU
U
ffal
Wu
o rc
�0
°OCL IQ �o
J Y M
°
W
Ln
� O
- Q
= M
M
�
13 -
m
I
o
-
a�p� a x awn
o,
x
O
4Yo
e
Li
¢
ae ff
W
I
U
W
p
Z
N AA � d
w
; i �&
=age sa
r
J
Q
Q
J
;
s a� Py4a$ u
W l7
o
U
a :�8% w tln;n
�Z
a3
O Q
o
q
Li
L7 H
q
O
w
D
Z U
Q
p
J
M
D
D
W
O
Y S
p
Q
�
W
�
n
I
/
0�x
w ¢
v
>
>
M /
/
z�
c
¢
a
am -
c,
/
p
w F-
u Q
o~
.
M
Ln
/
O]
v
M
p
cn
Q
J
�
S
/
W
/
N
Li
z
U
w
Mz
p
/
Nz
w
w
ca
-
J I
w 3
L D
z
p
ro
oC4
Z
a
F-
D
p
(/3
U
t° r
W If)
U
U
J
w
�¢
Y
p
J N
Q N
W
U
u C4
w
3
rQ x
3
w
Q
wr No
Ca
Li
in
j 0�
�� �z
Hw w
a-
N
�
J x Q ti
Z W ¢ W H m
zo
053 wLnLJl n
Ho zrLD"w
o 0 Zcu =~
=J �¢ �3z
�w
2:
I Q '0 � L � w
0
Z 3 Vl m
.V,
oiuowwDNZ�,
x U U¢ T Q
Z Fa o J
�` w e 3 o U J
o O J.--.
F-- l7
W � H QL7
Ld J N �
O
Z ti U M
Q
U
rya
Q
c
u
m
<
!
|
c
§0L
�||■
■$\ \_ § ƒL
Do®2
C5
CO
w
\
/ }/
~
§% $! ,G
}
w
6 e 2
\\ / §S
§§
®
LO \ /
| | |
| §
y
I s R
|E Oui
�
�\\
��
| ■ ■!
w x
\l | |'ƒ
,.
®
»b
& A
E
}$
|@
Q |
}\
z
��0
§kU
00
�/\
�
�z0
y
W | | §q
§/� |k |
`
Of
<
zm
<
e
O
R
e
z
§
@
y/
e
E
@
u
�7
.\
�/
3
60
®
=
\
/0
of U)
2
g
3
<
®
ƒ mz
<
/
3
£/
LLI LL, )
/
q4 z
I
/
z
2
e
L
0
^
m
m
}
»
e
Of
z
ui
�
y
/dam
co
§E
y
2
LLJ
L
§\
—
—
—
,.
\ \
,
\ j \ /
\§ \ \
. \ m
- -
u
ƒ e
¥ o
kF Gz /
% /g
00 Of
Of
°\ \_ �} /
>—
.\\
y
z -, g m
)k
y / \
<
I
�( \ }m(§ \ LLI
)%
ƒ
�� $ §� � \
o
I 0
/
�t er =�
8
§§
§
£& 3§§2
_
LLJ
<
oSzuxxS? 2
= oum <_
\ \
xP�<=
\ fz )
Z. 8
w - o3. uu
§-
/T §02 c
)I
© 3 �
§_ \§����� )
z
\
) /&»
§
%3¥
)
c
o
m
<
§§Q.
/] j
W)
�( \w �[
z§ �§ �]
LLJ
}\ /22 &�
,u * E
LLJ ]
;N..zj§\§
9 }§a ©x$$
D S:) y 0
2g &2§a
± \\k }. } }}
§=9z
/<
§\
of LU
\� LU
/� LU
/
Ld
Ld
�
�
%§
[ ƒ�j
\ §j wmm
\ §k §j
ILL z$ \
_/ /
/
/
/
� \
\
\
/ /
x
\
\§
/
LLJ
§
\R
/
<
\�
/\
��\
I
/
/
/
� \
\
-c= /
�7
woo )
2 »LLI)
c
i_
//§
z
� »
»{/
± \0
Lz
x� w =6
�
» § §j
\52 �$
_/
co
\ 1\
\
/
/ §k
§
§
+
,
}m
z�
a Of
}LU
LU
�`
\
\
x
\
/
/
/
/\
0
-c= /
�7
woo )
2 »LLI)
c
i_
//§
z
� »
»{/
± \0
Lz
x� w =6
�
» § §j
\52 �$
_/
co
\ 1\
\
/
/ §k
§
§
+
,
}m
z�
a Of
}LU
LU
�`
Fe a t t,i iiii e s
IIB e iiii °I el", iiii t s
King pin seals
Seal out contaminants; provide an improved
HUBS & DRUMS
lubrication system
Double draw keys
Hold front axle king pins firmly in place; two keys
POUNDS(kg)
provide more durable service and longer life
Large diameter king pin
Provides greater durability and longer life
Deep drop beam /wide spring centers
Permits floor heights as low as 14 - 15" (356- 381mm);
INCHES (mm)
maximizes aisle width for easier access
I -Beam construction
Proven durability in coach application; maintenance
practices same as current axles
Suspension bracket flexibility
Suspension rod attachment points integral to beam to
simplify bracket design; custom design brackets
16,000
available
Easy Steer'" king pin bushings
Permit easier steering
Tapered roller thrust bearing
49.82
Up to 51 degree turn angle
Improves maneuverability
Cast Plus'" Brakes:
(2184)
Cast shoes
Excellent dimensional integrity in service; reusable
Camshafts hardened and chrome
Superior resistance to damage from contamination
plated
and moisture
Chrome plated anchor pins with
Improve wear resistance and resist moisture damage
lubrication fittings
(419 x 152)
Bronze camshaft bushings
Better resistance to contamination
3X drums
Extra material to permit turning up to three times before
discarding drum
Uses Meritor Q Plus linings
27% thicker for extended mileage between relines;
added durability
GAWR RATING*
TRACK
OVERALL
BRAKES & SIZES
HUBS & DRUMS
PAD CENTER
AXLE BEAM DROP
TURN ANGLE
POUNDS(kg)
INCHES(mm)
INCHES (mm)
INCHES (mm)
BOLT CIRCLE DIAMETER
INCHES (mm)
INCHES (mm)
INCHES (mm)
16,000
85.96
102
16.5 x 6
10 Stud -11.25 (286)
49.82
8.0
51
(7264)
(2184)
(2591)
Cast Plus
10 Stud -13.19 (335)
(1265)
(203)
Degree
(419 x 152)
Hub Pilot
*Permitted use of axles and components, including capacity ratings where stated, vary with application and service. Applications should be approved
by Meritor Specialty Products and Brake Engineering Departments. Approved ratings may be higher or lower than indicated above, dependent upon
engineering review.
ME RITORTM
We work �or fax•
Meritor Heavy Vehicle Systems, LLC
2135 West Maple Road
Troy, Michigan 48084 U.S.A.
www.meritorauto.com
For more information, ca11800- 535 -5560.
© Copyright 1999
Meritor Automotive, Inc. Printed in the U.S.A.
Revised 12 -99
TP -96113 (47865/11900)
WN
an ArvinMeritor brand
1117P 11000 SCI-I e irl IIII e
Over � 00 Years of Bus wnd Coach �� xperl]se
)
THE .SVSTEM
DRIVETHAAfNPLIJSTII
G���
Vr!y
Il...eadllhig the Wary in the Il3us and
Coach MCar klet
Since the first bus rolled off the assembly
line and down the road, ArvinMeritor has
been building quality drivetrain
components. Through the years, our
ever - growing knowledge and experience
in this market has enabled us to take the
lead as the industry standard in transit
bus axles. We have established that
success by creating consistently superior
products time and again.
Built specifically for the high start -
and -stop duty cycles of the transit bus
industry, the 71000 Series Axle follows
this tradition. Like all Meritor® bus and
coach components, the 71000 Series
adheres to a specific design protocol
that is based on high quality and
attention to detail. The finished product
is one we're confident to stand behind.
I:::olfllowlhig the Il...eader
From behind the wheel to the back of
the bus, safety and comfort will always
be top priorities. Maneuverability,
durability and spacious passenger
capacity are good starting points. What
you may not realize is that achieving
these goals inside the bus actually
begins under the bus.
Sri
The 61000 Series Axle has long been
the industry standard, filling this role
with a safe, comfortable ride. To meet
changing industry demands,
ArvinMeritor created the 71000 Series
single reduction drive axle as a direct
replacement for the 61000 Series.
Several new features were
incorporated to improve efficiency and
overall performance, bringing the bus
ride experience to the next level.
Stronger Cast I11ousIhig
A one -piece ductile iron housing with
integral suspension bracket pads and
"bolt -on" torque rod brackets provide
a stronger foundation for the 71000
Series axle, as well as a higher GAWR
capacity of 28,660 lbs. (13MT). The
cast housing is designed to
accommodate all bus suspensions.
As a result, the 71000 Series, with its
specialized cast -in suspension pads,
easily replaces the 61000 Series with
a simple installation process.
Robust CarrlVer
With ongoing developments in CNG,
Hybrid, Articulated and Bus Rapid
Transit (BRT) configurations, axle loads
continue to increase. In addition,
engine and transmission retarders are
used extensively to supplement
braking. All of these factors add up and
place greater demands on the axle
gearing. To meet these demands, the
more robust 71000 Series carrier
offers increased capacity while still
fitting in the same housing size as the
61000 Series. And, wider gear teeth,
with the same overall diameter,
translates to increased strength and
longer life.
Other premium features include: a
unitized bearing package to reduce
maintenance and increase bearing life;
an improved integral pinion seal design
to virtually eliminate seal leaks; and
upgraded ring gear differential case
joints for added durability.
Quiet Operation
Why have a smoother - operating bus if
you can't have a quieter ride as well?
That was the question we answered
when our engineers developed
Quiet RideTM gearing. This gearing offers
the durability of our high - performance
products with a noise level of 9 dBA
quieter at the gear set level.
Through enhanced gear- manufacturing
processes, Quiet Ride creates a more
precise and smoother rolling gearset. This
helps eliminate aggravation to the other
systems in the vehicle, cutting down on
potential noise sources. The 71000
Series axles are available with Quiet Ride
gearing, providing an even more relaxed
riding experience.
U6lhzed Wheell Ill::nd
The optional Unitized Wheel End
contains seals, bearings and specially
formulated synthetic grease —all
pre - loaded into a single unitized hub
assembly. This arrangement reduces
wheel -end maintenance and
eliminates seal damage at hub
installation, wheel seal leaks and
the need for future wheel -end
adjustments.
Permanently lubricated and sealed,
the Unitized Wheel End ultimately
translates to improved performance,
lower maintenance costs and
reduced downtime.
1:3et er II31rak.Ihig
As new technology has brought
advanced vehicles to the road,
transmission retarder loads have
increased and brake lining life has
improved. With the 71000 Series,
brake flexibility has also been
enhanced. The standard Cast PIusTM
16.5" x 8.625" S -cam brake drum is
stronger and longer lasting. The
optional 14.5" x 10" "W" Series cam
brake rated to 26,000 lbs. GAWR, also
provides improved braking flexibility.
Meritor Heavy Vehicle Systems, LLC
2135 West Maple Road
Troy, MI 48084 USA
800 - 535 -5560
arvinmeritor.com
In addition, the 71000 axle was
designed to accommodate the Meritor
D- Elsa -2 air disc brake, which is the
largest air disc brake on the market
that can be fitted to a bus axle. This
brake features extra -thick pads for
longer life. A visual pad -wear sensor
makes it easy for the mechanic to see
the remaining lining life without removing
the wheel. An optional continuous pad -
wear indicator is available, which can be
used for precise monitoring of lining life
or used with an electronic braking system
(EBS).
SluirnllplHfled ServlGce
If a component needs service,
ArvinMeritor makes it easy, efficient
and reliable. Replacement parts are
readily available across North America
and all Meritor replacement parts are
the same exact parts as used on
original equipment assemblies.
Coiriprehen lve Warranty Coverage
The 71000 Series is covered by a
2- Year /100,000 -Mile warranty with
an optional 5- Year /250,000 -Mile
warranty.
Litho in USA
Copyright 2002 Issued 05 -02
ArvinMeritor, Inc. SP -0276 (47865/11900)
The'ToiM IPerforirnllp; nce Solftifion
Taking all of these features to the road,
the 71000 Series Axle offers improved
performance and durability as well as
longer life. Add to that less downtime
and lower maintenance costs, and it's
clear why the 71000 Series is setting
a new standard for the industry.
And, the 71000 Series Axle is only
one part of our comprehensive transit
bus and coach component offering.
Our family of products includes
components for the latest vehicle
designs as well as traditional
applications.
uuuu uuuu
u
11111 VINe IIIIIIIjl iil ° Illlly ' 11111 VIII eadell y
With more than a century of axle- manufacturing experience, Meritor
is one of the world's largest independent manufacturers of commercial
vehicle axles for a broad range of applications. In the North American
transit bus and motorcoach markets, Meritor has been a leading axle
supplier for decades.
That's because we engineer outstanding reliability, unmatched durability
and low cost of operation into every axle we make. Our specific axle
solutions for the transit bus and motorcoach markets mean a more
enjoyable and comfortable ride for passengers — and a real competitive
edge for you.
We offer a full line of front steer, tag and rear drive axles that deliver
the performance you demand — backed by the unequaled service and
support you expect from a global axle leader.
v III
Ste "Illlly Aktsiii
Meritor offers the exact front steer axle your transit bus or motorcoach
operation requires. Low -floor bus design? The Meritor Easy Steer TM
FH -946 deep drop front non -drive steer axle answers the call.
Ideal for 35 -, 40- and 60 -foot transit buses and motorcoaches, the
FH -946 allows the bus floor to drop up to 20 inches (508 mm)
below conventional bus designs — eliminating the need for steps
and allowing easier passenger accessibility. Passengers also
appreciate how the wide spring mountings maximize aisle width.
11111 1111111111 11111 IIIIIIIIII VIII IIIII�I �����
Here's what you'll appreciate: robust design features like I -beam
construction that make Meritor axles the industry standard in
reliability, durability and performance.
FH -946 deep drop front non -drive steer axle features include:
iffill Suspension rod attachment points are integral to the I -beam for
simplified bracket design and greater bracket flexibility
iffill Easy Steer king pin bushings and tapered roller thrust bearing
permit easier steering
iffill A 51- degree turn angle delivers outstanding maneuverability
iffill Meritor Cast PIusTM cam brakes offer added durability and
reliability with a single - piece, cast shoe and extended -life brake
linings that provide superior resistance to heat - related wear
iffill Optional EX225 -H Severe Service air disc brakes provide
reduced stopping distance, lower maintenance and maximum
corrosion protection
*Permitted uses of axles and components, including capacity ratings where stated, vary with application and service. Applications must be approved by
Meritor Specialty Products and Brake Engineering Departments. Approved ratings may be higher or lower than indicated above, dependent upon engineering review.
S liii iin g IIII e D ii r v e Ax IIII e s
DRIVETRAIN PLUS
THE COMPLETE SYSTEM
R S,,... 2 3,--1 6 Of-I 6 1 s e r e s s ri g e d r ����ve ax����es
in Morlkuir"�2 ,000 III single drive axle iamll r (Pors 1ho slronglh and durd )lllly
lhark krud, <. (Dp)xrarkurs ha ve came k(a dqx )ond on. A dull lime (ai axle modols is rlvwaigned
k(a muxk 1ho varirlous requlrumenIs (ai a range (ai vocarklons I ho lime includes axles
kDr gr ))p)llcarklons in conskrucklon, rduse and dly dxli vir k(a dire and rxwacux, I I...I , and
r odu )lo and krallvr lincharul.
In the 23,000 lb. gross axle weight rating
(GAWK) class, the Meritor® RS -23- 160/161
axles are capable of meeting the needs of
6 x 2 Iinehaul tractors as well as vocational
usage such as construction and refuse.
With a GCW rating of up to 127,000 lbs.,
these axles can perform the heavy work,
day in and day out. The RS -23- 160/161
axles feature the widest range of gear
ratios in their class, with the fast 2.80 for
today's gear fast/run slow engines through
the slow 7.17 for special vocational
requirements. Heavy -duty features such as
18" hypoid - Generoid gearing, torsion -flow
axle shafts and a rectangular axle housing
ensure the load- carrying capacity needed
for severe service. The primary difference
between these two axles is the housing
wall thickness, with the RS -23 -160 having
a 0.43" wall and the RS -23 -161 having
a 0.50" wall, each designed to handle
heavy payloads.
1811111 R Ming Geaur, ........ IRii lllh..l'oirgtje Gear,
fes9ii in 11oir It.oin er IL He
Advanced hypoid - Generoid gearing
delivers smoother and more continuous
tooth contact between the 18" ring gear
and pinion. This means better torque
capacity, quieter operation and longer
component life. Precision forging of
the differential side gears and pinions
increases reliability even more and adds
shock resistance.
1OW7
(7)
2-1) 24/25 arid 26/30 sar'��es
s ����ve � ri g r w �.
Designed kDr dq)cn(]a)Illll in [he moskdeman(fing onironmen1s, [book axles
Ic lu c slurd co .4 iclyol and kIAJ yo enhancing (DI)J(D s
l it -2:f A 60 Seiriiies Siing lle Ilffurliive Asllles
This axle was designed and engineered
for use primarily with refuse and
recycle vehicles where the demanding
requirements of door -to -door pickups,
frequent stopping and quick runs to
landfill sites, transfer stations and
hot - formed, rectangular- shaped housings. RS -26 /30- "185 Seiriiies
Unitized pinion seals virtually eliminate S"hngm Ile Ilffurliive Asllles
leakage and help prevent harmful road
contaminants from entering the axle
components. Coupled with a rigid
differential case, these features add
up to high axle strength and reduced
recycling plants are the norm. ArvinMeritor
maintenance.
engineers have combined robust features
For maximum traction on slippery
like the 18" ring gear and 2.25" axle shaft
surfaces, an optional driver - controlled
diameter to provide a cost - effective and
differential lock (DCDL) is also available.
dependable axle for the refuse and
DCDL can be locked and unlocked when
recycling industry.
the vehicle is stationary or during low -
lRS- 2.4/25 - "160 Seiriiies
speed operation. A sturdy, robust clutch
S"hngm Ile Ilffurliive Asllles
collar mechanically locks both axle shafts
The RS- 24/25 -160 models combine
together to produce superior traction at
excellent construction and quality
both wheels.
components to provide the rugged
dependability needed to stand up to
the industry's toughest demands. The
construction, refuse, fire and rescue
vocations can all make use of these axles.
Extra strength and rigidity are built into the
The excellence and dependability of the
RS- 26/30 -185 models have made them
the premium single axle, high GAWK
models in the market. One -piece forward -
mounted carriers and durable housings
ensure long and dependable service. For
maximum traction on slippery surfaces,
the optional driver - controlled differential
lock (DCDL) is also available. The brute
strength built into the RS- 26/30 -185 axles
create a design especially suitable for
heavy -duty truck and tractor applications.
The performance of fire and rescue
vehicles, pumper and ladder trucks and
waste - hauling vehicles benefit greatly
from these single- reduction axles.
High axle ratings and high -input torque
capability provide the strength and
durability required by transfer trailers
and front loaders, as well as recycle
and residential refuse pickup vehicles.
Driver - Controlled
Differential Lock (DCDL)
Aluminum
Carrier Casting
fait"" airiutll 19.6
Hylpolutll- Geirioeirrrlutll Geairiuiriou6
ArvinMeritor's advanced hypoid- Generoid
gearing delivers smoother and more
continuous tooth contact between the
ring gear and pinion than conventional
systems. This means better torque
capacity, quieter operation and longer
component life.
IFrerrlusluoirio- toiru6etll tfluttereirirttall Geairiuiriou6
Differential side gears and pinions are
precision forged for maximum strength
and greater resistance to shock impact.
Alluiririuluir urririu Carrier Castiuiriou6
When payload weight is critical, significant
weight savings can be achieved with
aluminum carriers in the RS -160 single
axle families.
Precision - forged
Differential Gearing
Rectangular
Axle Housing
Unitized 18" and 19.6"
Pinion Seals Hypoid - Generoid Gearing
Rectairiou6uullar Axle IHousluiriou6
Rugged, hot - formed, rectangular- shaped
housings are designed with full corner
sections for strength and excellent rigidity.
The deep vertical dimensions provide
greater stiffness to the entire axle
assembly.
thriulut'tzetll IHiridoirio Seals
ArvinMeritor's state -of- the -art drive axle
carrier seals are fully unitized to help
reduce drive axle maintenance. Located in
the single axle pinion position, the unique
design is a vast improvement over current
seal technology. The sealing lips no longer
run on the exposed yoke surface and do
not contact the yoke journal, eliminating
the need for yoke replacement due to
worn journal area. The lips are entirely
encased to keep lubricant in and eliminate
the potential for handling, installation and
contamination damage.
Dirtveir- Coirirtrrrlllletll tfluftereiriutivall (Lock,
(tfOlL)
For maximum traction, even in icy
conditions, slippery mud or off -road
terrain, ArvinMeritor developed the driver -
controlled differential lock (DCDL). This
feature lets drivers select engagement to
generate equal power at each wheel, as
needed. Available as an optional feature
on both the -160 and -180 Series single
axles, the DCDL can be locked and
unlocked when the vehicle is stationary
or during low -speed operation. A clutch
collar mechanically locks both axle shafts
together to provide maximum traction at
both wheels. This reduces the need for
chains or towing, allows precise driver
control and provides for less maintenance
and lower cost.
Description
' s
®'
Rating - lb (kg)
23,000 (10433)
23,000 (10433)
23,000 (10433)
Typical Applications
Construction, Refuse and
Construction, Refuse,
Double- & Triple Trailer Linehaul,
City Delivery
Fire & Rescue
LTL and Construction
127,000
127,000
140,000
GCW
Turnpike
(57607)
(57607)
(63504)
Highway
lbs. (kg)'
Paved
100,000
100,000
125,000
(45360)
(45360)
(56700)
2.80, 2.93, 3.07, 3.21, 3.42, 3.58,
2.93, 3.08, 3.21, 3.42, 3.58,
Standard Ratios
3.73, 3.91, 4.10, 4.30, 4.56, 4.89,
3.73, 3.91, 4.10, 4.30, 4.56, 4.89,
5.13, 5.38, 5.63, 5.86, 6.14, 6.83,
5.38, 5.63, 6.14,
6.43, 6.83, 7.17
7.17, 7.40
Ring Gear Size
(Pitch Diameter) Inches (mm)
18.00 (457.2)
18.00 (457.2)
19.62 (498.3)
Housing Size
5.28 x 4.61/0.43 or /0.63
5.28 x 4.61/0.50
5.25 x 4.61/0.50
Wall Thickness at Spring Seat
Wide Track
Inches (mm)
(13417/11 117/11 or /16)
134 x 117/12.7
( )
133 x 117/12.7
( )
Cam - Master Q Plus
Cam - Master Q Plus
Cam - Master Q Plus
15x8.62(381 x219)
16.5x7(419x178)
16.5x7(419x178)
Brake Types and Sizes
16.5 x 7 (419 x 178)
16.5 x 8 (419 X 203)
16.5 x 8 (419 X 203)
Inches (mm)
16.5 x 8 (419 X 203)
Stopmaster 15 x 7 (381 x 178)
Stopmaster 15 x 7 (381 x 178)
Stopmaster 15 x 7 (381 x 178)
Dura - Master Air Disc
Dura - Master Air Disc
Dura - Master Air Disc ADB -1560
ADB -1560
ADB -1560
Hub and Drum or Rotor, Bolt
10 Stud, 11.25 (285.75)/10 Stud, 13.19 (335) /Cast Spoke Wheels
Circle Dia. /Inches (mm)
OPTIONS:
Driver - Controlled Main
X
X
X
Differential Lock
Aluminum Carrier Casting
X
X
Anti -Lock Braking System (ABS)
X
X
X
Standard
72.24 (1834)
72.24 (1834)
72.24 (1834)
Track
Inches (mm)2
77.87 (1977)
Optional
84.00 (2133)
Not Available
Not Available
90.24 (2292)
1 All applications must comply with the ArvinMeritor Application Guidelines, TP -9441, or must be approved by the ArvinMeritor Engineering Department
2 Other tracks and wall thicknesses available.
For axle specifications on RS -21 -160, RS- 24/25 -160 and RS- 26/30 -185, contact ArvinMeritor.
The permitted use of axles and components, including the capacity ratings that are shown, vary with application and service. MeritorO axles are covered
by an industry- competitive warranty. For complete details, refer to publication SP -95155 or contact your ArvinMeritor representative.
Meritor Heavy Vehicle Systems, LLC
2135 West Maple Road
Troy, Michigan 48084 USA
800 - 535 -5560 © Copyright 2003
www.drivetrainplus.com ArvinMeritor, Inc.
Litho in USA
SP -97122 r 0903 (465089/11900) ArvinMeritor.
"Me enhanced concentration on gear design, inspection and manufacturing has led
toedecrease in sound and e smoother rolling gear set. Leeding edge tomth design
examines the unique situation of the Coach and �Motor home duty cycle to improve
QuietRide Gearing tooth contact pettern in both driving and coasting. � Th a latest GNC equipment creates
precise and repeatable tooth formoforimproved rolling action, CluietRide gears are
screened with specialized �NVH test equipment to insure e low noise signature.
The results? Improved performance, durability and rider comfort. �Not to mention,
reduced noise levels and maintenance costs. All offfiio makes it ffie ideal choice
forheevyotert -end -otop duty cycles and demanding retarder loads.
For more information, oeU us at 800 535-5560. You'll ffiink' "My m/he1 e great
ex|e.,' We'll respond, =The better to drive you m/ith�'
A ���� ����������������'�����m�r��nw
1733 vvww.8[v|D08[itO[.CO0
II e t IR de .� "I'll e r II ICI
I it Axles II . 5, II IF
Product Summary
MERITORm
an ArvinMeritor brand
The new Quiet Ride TM gearing is effective
and economical in making gear sets
superlative for low noise demanded in the
Transit Bus, Coach and Motor Home market.
It brings together the gear set design, and
manufacturing process, and inspection to
optimize the gear tooth design for low noise
while still retaining high strength and
durability.
Using state of the art design, manufacturing
and inspection equipment the Quiet Ride
provides a durable product and still offers, a
low noise ride that is 7 to 9 dBA quieter at
the gear set level. It is also enhanced with
gear cutting and inspection equipment and a
special gear tooth design for low noise.
The Quiet Ride gearing takes design and
processing to a new level to make smooth
running and quiet gear sets. A truck gear
operates in an open environment in which
noise is secondary concern. For the Transit
Bus, Coach and Motor home market, noise
is a primary concern. Quiet Ride ensures
that both the drive and coast side of the
tooth are quiet.
Application Summary
Ideal for the Coach and Motor home market,
noise is a primary design criteria. This
generally requires finer pitch designs
(more teeth for given gear diameter)
with longer contact patterns at light
gear loads.
Use of specialized noise, vibration and
harshness test equipment can check for
a low noise signature. Through years of
experience with `Noise Sensitive' and
`Coach Quality', ArvinMeritor has developed
an electronic profile on this equipment with
pass/ fail criteria for both drive and coast
side of the gear.
The Quiet Ride TM Gearing is available on all
Mentor axles designed for full -size coaches
and buses in North America, including the
R -120, R -145, R -160 and 71000 Series.
87
86
85
84
83
82
A 81
9
w 80
Z
0
79
78
`m
N 77
°m
0
N
76
D 75
74
73
72
71
70
fig
Euuatuuires
Bee ne its
Innovative gear tooth design
Low noise while retaining high strength
and durability
Gearing produced with noise signature
Superior performance in the Customer's
Coach
CNC gear cutting equipment
Cutting process very precise, with
excellent repeatability
Noise, Vibration and Harshness test
Checks for low noise signature
equipment
Electronic equipment profile
Receives quality noise inspection
State -of- the -art design, manufacturing,
Durable product with low noise ride that is
and inspection equipment
7 to 9 dBA quieter at the gear set level
New revolutionary design
Ensures both drive and coast side of the
tooth is quiet
I I I I I I I I I I
-----------------------------------------------------
I I I I I I I I I
— I————— I————— I————— I———— J———— J———- 1 — — — -1 — — —L ——
I I I I I
- -R -160; 4.56 Ratio -- - --- +---- }--- -� - - --
- - "Coast" Test Condition - - '- - - - - -
I I I I I I I I I I
— — — — — L — — — —I— — — — — — — —I— — — — —I— — — — J — — — — J — — — — 1 — — — — 1 — — — — L — — —�
--- - -r - -- I————— I— - - - —I— "Standard" Gear Set Production - + - - - -t -
I
—� ——— I————— I————— I————— I————————————— — — —T —— —� — — ——
— I————— I————— I————— I———— — — — — —— I
X — — — — — L ____
I I I I I I I I I I
r — — — — I— — — — — I— — — — —I — — m� mu�uun — — 1 — — — — Z — — — — T — — — — T — — — — r — — — —
I I I I I I I I I I
I I I I I I I I I I
- - - -- - - - -I- -
I-- - - -I - - "Ouuulletll Bide "Ge ur Set lRur °oductliioin + - - - - } - - - -
I I .m9 I I i i i i I I
——— I— ��� I — —— I — —— I — —— I — —— — —— — —— — — —— — —— — —-
I I I I I I I I I I
- - - "Peak Order" Total Noise Level, Comparison - L - - - -
1000 1100 1200 1300 1400 1500 1600 1700 1800 1900 2000 2100
Input Shaft Speed (RPM)
Meritor Heavy Vehicle Systems, LLC
2135 West Maple Road Litho in USA
Troy, Michigan 48084 USA
800 - 535 -5560 © Copyright 2002 Issued 08 -02
www.arvinmeritor.com ArvinMeritor Inc. SP -00000 (47865/11900)
o uu wno uu o
i N Flar
EMM 111J O rktf`` FLOOR
,,,OO III
BRAKES
GILLIG uses an industry standard air brake system consisting of the Wabco 30.4
CFM air compressor, SKF High Capacity Turbo 2000 dual desicant cartridge
heated air dryer with integral filtration, dedicated air brake circuits, and Meritor S-
cam brakes with Bendix front brake chambers and Haldex automatic slack
adjusters. The system and components are certified to FMVSS 121 standards.
All plumbing and hoses comply with industry, White Book, and FMVSS standards
for sizes, fittings, color code, etc.
This is Gillig's new standard installation and so far is the only approved air dryer
with sufficient capacity and effectiveness to meet the increased air flow output
(63 %) of the new 2013 Cummins engines equipped with the WABCO 30.4 CFM
air compressor.
The front brakes on the 35' and 40' bus are 6" wide x 16.5" in diameter and the
rear brakes are 10" wide x 14.5" in diameter. The front brakes on the 29' bus are
6" wide x 15" in diameter and the rear brakes are 7" wide x 16.5" in diameter
The Rockwell certified non - asbestos lining blocks are bolted or riveted to the
shoe tables. Actuation is by S -cam operated internally expanding shoes.
GILLIG buses are equipped with safety actuators, or spring brake chambers,
capable of bringing the fully loaded coach to a stop from a speed of twenty miles
per hour (20mph) at a deceleration rate equivalent to a stop within sixty feet (60').
Brake air system timing is balanced to provide controlled stopping within FMVSS
121 requirements.
GILLIG provides an anti -lock braking system provided by Wabco. Please
reference the descriptive literature attached.
The parking /emergency brake is located to the left of the driver and is operated
by pulling up on the knob to set the brake. This action activates a pressure switch
that illuminates a lamp on the driver's indicator lamp to notify the driver that the
parking brake has been set. Activation of the parking /emergency brake activates
the rear spring brakes. If air is lost to the brake system the spring brakes begin
to apply at 70 psi.
Electronically
controlled braking system
S A F E T Y D R I V E S U S
Wabco Truck ABS /EBS
Introduction
The ABS specifications situation
ABS control unit family
'7 ( The WABCO ABS /EBS D modular system
Basic version ABS from
"] 4S /3M to 4S /4M
ABS /ASR D -CAB
Frame assembly
EBS in tests
10 EBS cost - effective, safe and innovative
14 Compatibility between
tractor and trailer vehicles
TRI U IK IU /IIf;;:UU
Introduction
Over the past few years, virtually no
other aspect of commercial vehicle
technology has changed as much as
the brakes.
In this area of technology, the designer
has to take into consideration a wide
range of vehicles —from vans through
light -duty trucks to heavy -duty trucks
with trailers, or semi - trailers and buses —
in which various braking systems are
used. Furthermore, different usage
demands are to be satisfied. And last
but not least, there are various possible
service brake designs. Other systems
and functions will also be added over the
next few years.
Viewed historically, the past few decades
have seen a vast number of major deve-
lopments and changes. The introduction
of the dual circuit compressed air brake
in the 1960's or the launch of the auto-
matically load- dependent braking power
governor in the 1970's are just two of
many examples.
We are now experiencing the 1980's and
1990's as the decades of electronic vehi-
cle feedback control systems which also
made their mark on vehicle braking
systems. The anti -lock system (ABS) was
the first system of this kind and was
launched into volume production in com-
mercial vehicles back in 1981. European
legislation recognized the tremendous
improvement in safety standards achieved
by the ABS system, making ABS a man-
datory requirement for certain vehicle
types.
"TRUCK IU /IIf;;:UU
In 1987, ABS was then extended to
include anti -slip control (ASR) whereby
traction was improved significantly by
means of brake intervention.
The increasing pressure of competition in
the transport trade also increased the
requirements placed on the braking
system.
This was followed by the introduction of
the electronically controlled braking
system (EBS) in 1996. This step repre-
sented a considerable increase in safety
levels and a notable increase in vehicle
economic viability.
Attempts to improve the rollover resis-
tance of commercial vehicles have been
achieved through extending the functions
of ABS and EBS. Dynamic Drive Control
combined with EBS delivers yet another
increase in vehicle safety.
The aim of this brochure is to provide an
overview of the function and structure of
the various ABS and EBS systems as
well as of new parts and amendments to
legislation.
The ABS regulations situation
Standard specifications apply to all
vehicles used within Europe. The
regulations for braking systems incl.
ABS can be found in ECE -1113 and
71/320/EEC.
The ECE rulings are accepted throughout
Europe and exist in parallel to the EU
Directives. For various reasons, different
dates for introducing the EC and ECE
regulations have however been estab-
lished so that different usage dates were
required for ABS (refer to Figure 3).
Heavy commercial vehicles > 16 t
(categories N3, ...), should be fitted as
standard with ABS as of October 1991.
Following the latest round of specialist
advice, ABS is now to phased in progres-
sively as a mandatory requirement for all
other vehicles by 31 .03.2001 whereby
vans and light -duty buses in excess of 5 t
will also belong to the ABS club.
ABS control unit familiy
ImoduMull it systeini
Modified vehicle concepts, the desire for
greater optimization of functionality and
ongoing reductions in system costs
have resulted in the development of the
ABS /ASR D and E generations. This des-
cribes a whole system family. WABCO
provides vehicle manufacturers with
different control unit installation options
ranging from driver's cab to frame moun-
ted, depending on the vehicle concept.
All versions of the modular system also
satisfy the most stringent of statutory
requirements and at the same time pro-
vide the manufacturer with the options of
e.g. selecting between a pure ABS appli-
cation right up to the greatest ABS /ASR
scope of function.
Basic veirsion ABS firoini
/III 'tai /III
In order to satisfy extreme cost require-
ments even in the light -duty vehicle
ranges, WABCO has defined a basic ABS
version. This satisfies all statutory ABS
requirements and is designed for 4S /3M
and 4S /4M applications (in special in-
stances, also available as 4S /2M). The
E generation is also available with ASR
and EBL (Electronic Brake Limiter).
ABS control unit familiy
B / ASIR calb asseinilbly IIIIIIII From 4S /3M to 6S /6M
IIIIIIII With and without ASR
The traditionally familiar ABS /ASR control
unit version is fitted in the driver's cab. IIIIIIII For 12 V or 24 V voltage supply
These various ABS versions are available IIIIIIII CAN bus in accordance with
in a flexible modular system: SAE J 1939
IIIIIIII Trailer interface in accordance with
SAE J 2497 PLC 4 Truck
IIIIIIII RSC
IIIIIIII Diagnosis interfaces in accordance
with SAE J 1587, ISO 9141,
KWP 2000
IIIIIIII Diagnosis via flashing code
Some driver's cab concepts — especially
in US vehicles — prefer fitting the
ABS /ASR control unit on the frame. In
these instances, WABCO provides a spe-
cial housing suitable for this purpose. At
present, this family is only designed for
12 V applications.
"TRUCK IU /IIf;;:UU
EBS in tests
EBS has been used in volume
production runs since the autumn
of 1996.
It is important for us to know what our
customers say about our products. Are
there possibly any things they would like
to improve?
How do you find the braking feeling
in comparison with a conventional
braking system?
Can you feel the shorter braking
distance of the EBS?
IIIIIIII What have been your experiences
with regard to brake lining wear?
IIIIIIII How does the EBS behave in terms
of actuation and pedal feel?
IIIIIIII The conventionally braked trailer is
also controlled by the EBS. How does
this affect tractor trailer balance?
IIIIIIII How resistant to failure have you
found the EBS system to be?
EBS - cost - effective, safe and innovative
11E.:,, i
des ,,,,,. cost effective, safe
and llninov 'dive..
WABCO's electro- pneumatic braking
system can certainly be described in this
way.
Cost - effective for the manufacturer
through the use of standard components
and simple assembly.
Cost - effective for the operator through
the minimized and even spread of wear
on the front and rear axles and through
good tractor - trailer balance.
Safe thanks to improved ABS and ASR
functions which are integral components
of the system.
Safe thanks to convenient braking, virtu-
ally comparable with braking in cars.
Innovative as a result of extensive dia-
gnosis and self- diagnosis tools.
combined with other vehicle systems,
such as continuous braking integration
and drag torque control.
EBS electro- pneumatically controls the
braking pressure levels of the front and
rear axle as well as the trailer control
pressure. Redundant pressure control is
also available if the vehicle electrics fail.
EBS from WABCO — a product which will
arouse your curiosity.
l
IIIIIIII A brake signal transmitter which
creates both an electrical and a
pneumatic nominal retardation value
from driver pedal actuation.
IIIIIIII A proportional relay valve for
controlling the front axle braking
pressure with rear - mounted ABS
control valves.
"TRUCK IU /IIf;;:UU
An axle modulator for controlling the
braking pressure on the rear axle.
An electro- pneumatic trailer control
valve for controlling the trailer control
pressure.
A digital data interface to trailers
with EBS.
IIIIIIII A central control unit for primary
brake management functions, for front
axle and trailer pressure control, for
evaluating sensor signals and for
communicating with other vehicle
systems.
IF
IIIIIIII System functions
EBS has a multitude of functions
which reduce operating costs,
increase braking comfort levels and
improve safety:
IIIIIIII Brake management functions
Continuous brake integration is
responsible for correct usage of the
brakes available. It ensures that the
zero -wear brakes — retarder, engine
brake — take on a maximum degree of
braking work for the entire roadtrain
during every instance of braking. This
leaves the wheel brakes cold and of
course saves brake linings and drums
and /or brake discs.
EBS - cost - effective, safe and innovative
pedal code pedal feeling curve
braking force hysteresis reference
retardation
zi
retardation control balance
reference and actual of hysteresis
retardation
braking force
distribution control
actual retardation
I trailer control
The braking force distribution function
is responsible for the correct distri-
bution of braking force to the axles of
the towing vehicle and trailer. The
braking force distribution function
adaptively adapts to the loading ratios
of the towing vehicle. The correct
braking pressure is therefore automa-
tically applied adaptively to each axle.
At the same time, the integrated trailer
control determines the correct bra-
king pressure for the towed vehicle.
Good compatibility is therefore
ensured even with ever changing
vehicle combinations. The brake
management functions are perfec-
ted by the addition of the retardation
control function. This determines
possible deviations between the
desired and actual retardation and
compensates for this in a manner
barely perceptible to the driver. All in
all, this provides a braking feeling
which is comparable with that of a
car.
IIIIIIII ABS and ASR
The ABS and ASR functions are
integrated in the EBS system.
Through the use of information which
is available only to an EBS unit, such
as nominal retardation value, engine
torque or the actual braking pressure
levels, it has been possible to further
improve control quality and comfort
when compared with conventional
systems.
With regard to ABS, the modified indivi-
dual control system (MIR) on the front
axle ensures a tremendous ability to con-
trol the vehicle, while independent control
of the rear axle minimizes all braking
travel to that actually required.
ry
IIIIIIII Diagnosis functions
The EBS uses a multitude of functions
to test itself. In the event of an error
occurring, such as a defective elec-
trical wire, EBS reports this error via
the relevant warning device. Such an
error can be rapidly determined with
the assistance of diagnosis tools. The
EBS will also at the same time inform
you as to whether, taking the previous
example, the issue is actually a wire
interrupt or short circuit. It goes
without saying that the EBS also
reduces undesirable workshop visits.
EBS — cost - effective, safe, innovative!
Compatibility between
tractor and trailer vehicles
inn p 'fi lbi ll i t IUD t Ire
'tractor and trailU li velhidles
For reasons associated with safety and
cost effectiveness, a good balanced
of braking force between the tractor and
trailer vehicles is needed at all times. A
towing process is considered to be well
balanced if there are only slight diffe-
rences in the dead time and activation
pressure characteristics of the powered
vehicle and trailer vehicle and if the bra-
king forces are distributed in accordance
with the loading. The distribution of bra-
king force is ideal if the dynamic decele-
ration of the related axles of one combi-
nation is the same, i.e. each axle in the
combination retards their own dynamic
share of mass in accordance with the
deceleration specified by the driver. This
ideal distribution of braking force is
shown in Figure 11.
As can be seen in the Figure, the ratio of
braking force and axle load or the decele
ration angle a of all axles is the same. In
such instances, ideal coupling forces
exist between the tractor and trailer vehi-
cles. With road trains, the towbar force
equals zero. With semitrailer trains, the
ratio of horizontal force to vertical force
on the fifth wheel ideally corresponds to
the deceleration angle a.
In order to ensure that there is sufficient
balanced of braking force between
tractor and trailer vehicles, ECE R13 and
RREG 71/320 specify minimum threshold
times for the buildup of pressure on the
coupling head and an assignment of
deceleration z to pressure on the coup-
ling head pm.
These rulings were adapted in 1998 for
vehicles with EBS. The situation required
of tractor vehicles is described in
ECE -R13 §5.2.1.28.5.
Compatibility between
tractor and trailer vehicles
Although new vehicles with ABS only
have to satisfy the compatibility band
when fully laden, vehicle manufacturers
are attempting to achieve good compati-
bility for all loading statuses. As far as is
technically possible, a central band posi-
tion is striven for. If combinations are
changed frequently, on average satisfac-
tory wear characteristics are therefore
achieved for all vehicles involved.
Furthermore, the combination has good
balanced braking characteristics during
severe retardation. In reality, more and
more complaints relating to tractor - trailer
compatibility are however lodged. This
can in particular be explained by the diffe-
rent levels of brake lining wear.
Thanks to WABCO -EBS and automatic
compatibility control function, these
complaints are however increasingly a
thing of the past. Differences between the
braking characteristics of the tractor and
trailer vehicles are detected by the EBS
in the tractor vehicle and automatically
reduced. This feedback control takes
place in every instance of deceleration.
Figures 12 and 13 show the function of
automatic compatibility control function
on a sample vehicle.
Diagram 13 contains the familiar dia-
grams used for checking compatibility,
firstly showing the braking characteristics
of a typical conventional trailer vehicle
and an EBS tractor vehicle by way of
basic layout. Right from the first instance
of braking after starting a journey, the
difference in braking characteristics is
detected and, as is shown in Figure 13,
corrected. You can very clearly see that
the braking characteristics of the tractor
vehicle are adapted to that of the trailer
vehicle with regard to the braking pres-
sure on the coupling head brake (pm).
The comparison is undertaken again with
every instance of deceleration and further
corrections undertaken if required. Tractor
trailer compatibility is therefore con-
tinuously improved.
Compatibility between
tractor and trailer vehicles
The automatic compatibility control func-
tion always pursues the aim of reducing
the coupling forces between the vehicles
to the ideal level. On this basis, it is per-
missible for the tractor vehicle to exit the
original band limits of ECE -R13. This is
also necessary when you take into
account particularly old or poorly maintai-
ned trailer vehicles which only just satisfy
the intended band situation at lower bra-
king pressure levels. Figure 14 shows the
usual control range of a tractor vehicle
with EBS. This range would however only
be fully utilized if the trailer vehicle were to
make this necessary.
Further problems may arise if the tractor was therefore to ensure better braking
and trailer vehicles are fitted with different balance between tractor and trailer vehicle
brakes. Tractor vehicles are increasingly
fitted with disc -type brakes, whereas the
majority of trailer vehicles still have drum
brakes. Since disc -type brakes are sub-
ject to less thermal fading than drum bra-
kes, the braking force in such brakes falls
less considerably at high temperatures.
During long periods of braking, braking
energy could therefore be increasingly
transferred from the trailer vehicle (fitted
with drum brakes) to the tractor vehicle
(fitted with disc -type brakes). One of the
main objectives of EBS developments
even in the aforementioned instance.
Compatibility is improved through the
adoption of the following measures:
Compatibility between
tractor and trailer vehicles
IIIIIIII The basic layout of EBS tractor
vehicles corresponds to the mean
band position of laden vehicles over
the entire deceleration range. Retar-
dation feedback control therefore
allows the assignment of vehicle
retardation to the coupling head pres-
sure to be re- compared again and
again during travel.
IIIIIIII The basic layout of EBS trailer vehi-
cles with WABCO EBS has also been
designed for the mean band position
as was standard in previous trailer
vehicles. The starting point in the EC
Band, i.e. the activation pressure, is
therefore defined as 0.7 bar.
IIIIIIII As a result of fitting automatic
compatibility control function in the
tractor vehicle EBS, differences in the
braking characteristics of tractor and
trailer vehicles are automatically learnt
and minimized. If the differences in
braking characteristics are compen-
sated for, all wheel brakes of the vehi-
cle combination should make contact
at the start of braking. The predomi-
nance function of the standard trailer
control valve is therefore substituted
by an electropneumatic adaptation
function which is automatically activa
ted when trailers are changed.
The best results are of course achieved
when both tractor vehicle and trailer vehi-
cle have WABCO EBS. By transferring
additional data through the standardized
electrical connection, it is then possible
for the ideal tractor - trailer balance to be
established.
A combination of these measures results
in the retardation characteristics of both
vehicles of the combination being virtually
identical in the range of lower braking
pressure levels and highly synchronous
wear characteristics are achieved bet-
ween the two parts of a tractor - trailer
unit.
"TRUCK IU /IIf;;:UU
Compatibility between
tractor and trailer vehicles
In addition to this, overall wear levels are
reduced because the average temperatu-
re level of the wheel brakes is reduced as
a result of the better distribution of bra-
king force. New tractor vehicles with EBS
usually have a greater braking force than
that of previous vehicles. This is not
however achieved by means of a steeper
characteristics curve in the EC band, but
by increasing the permanently available
supply pressure with the aid of introduced
constant pressure systems. The charac-
teristics curve is therefore extended over
the 6.5 bar computed pressure to 8.5
bar. All trailer vehicles, even older ones
which are operated behind these new
tractor vehicles, also provide more bra-
king force because they are supplied with
8.5 bar of constant pressure and around
8 bar is available when the brakes are
fully actuated.
The present standard design of trailer
braking systems where z = 0.55 ... 0.6
at pm = 6.5 bar should therefore be
retained in principle.
It therefore also generally makes no
difference whether the trailer vehicles
are fitted with drum or disc -type
brakes.
If you would like more information
about WABCO Truck EBS, have any
further questions or are interested in
individual advice, please contact your
WABCO field service staff directly at
one of our Service Centers or call
0511 - 922 -0.
TRUCIK AlBS/111:..:.'.]BS 19
IICC WOR11 ,,,,,lli; Illi;llf;;:
WABCO is an international group of
companies and co- operation partners
located in Austria, Belgium, Brazil, China,
Czech Republic, France, Germany, Great
Britain, Hungary, India, Italy, Japan,
Korea, Poland, Russia, South Africa, Spain,
Sweden, Switzerland, The Netherlands,
USA and other countries.
Our detailed communication
connections are in the Internet under:
www.wabco- auto.com
E -mail: infogwabco- auto.com
a`
0
0
O
U
m
Q
m
a
0
U
WAR. CO Vehicle Control Systems
An American Standard Company
„
HVAC SYSTEM
THERMO KING T14 PACKAGED WITH 2014 ENGINE INSTALLATION
� � T,,H,E,-.,,R-"'M, C
High performance and reliability for more than 30 years
T- Series: The HVAC design that changed an industry.
�(II "I'M "Irll "'I((' III°m,vll (CmIlnlI('nl� ; III°(I vidcNnmI ,, ('I " \iiw hfc\
mid mildinum 11millWmill( P f(w lmv III( (y(In((:I l ";
ightweight
Il,l,llkv('Iljl� r111 r111,1IIIIIIIIl'II
mid C'Mil((' :III'; mid [II('N (( n,;IIIIIpI inI l.
E�asy to service
(,1II \'vI Il('I' "'I� ";C'r vIG.(' rI( ( ('" "; � ( I r I I I IIIrIj(Ir \::'(VIII Y(II "'I('I I�"
IIIl(IIII('fi vlv tlI I II,I.II: fl ( "III,I:,,IIII,) (v
ol(l "li(( "'il`l)I"
I "'ICI,(II ", N:,"('III(I v r:q I( IIII'N "; rIII( II ((XII \,vIIl('II� lv4i r
,v'ilI4l(I\,V I(II " "I ] II°(I \i'I4 niwll� "I
f (w Irl Ih-; (II" IImillI( mil "l(.(''..
Same 111a,jor, Components and
Illl.:ia ; Nlrl'v IIIrIIIy (,::If �1w "II;IIII(' III�n'lml
n I I X l I (' t o ; I I I w (' (' (� I "I (;;'r 1 I r1 I I( 'I"(' riI I' r" i I( I l I (' l I 1„",
r1 ;,;I:I.IIIw, r1 lr4i Icy' r,'I vril 1 IN(,7 " ;IIIIj IIrir� r1II4 o rI
III n,(ImIIs7 \rII �(I N(I \- ('_I ((I,;� P:IlI4l IIIII'IIIII i(I \,vlllll "II(''..
(' "; I I I I r1Ir ('ll II,;�r1 r1II(i ";n'vi I('(r1II ";(' (X�'
Proven depe udabjlh y
` nI:I.IzII(I\,V VIII 'Ir II;(lh1w, c'I. 4lqI('I"df ilIN(',, IvhN ildc( 1 rIh'
VI(:II�I(VIIIw, r1II4l Iw( it I w ";y' ;�('III'�Imr (r1I "'I I(I \- ('r y II.r
�Y('.I "rI�IlIl7 rII'I4l IIIrIII' "I�('ImII(.:'(' IIII4l N <c'q? y(III.r VIII "I
Best Value, Best Performance.
"r
OF
IL 4
Thermo King offers system diversity to fit your
individual requirements.
Unin(atche,d v(-,n,,,1-:;(a1J1i[.Y t-0 CL1',-3A.0F11(?�r
2 Refrigerant Options
�11 1,�l 34,,,"
�11 1,W)7 C,
3 Motor Options
\A/atir'd I fEdd
3 Compressor Options
°a ,x SCFE:x'\A/
so() SCA,E:x \A/
F 14 6" rII rI:,�
15 65 "", [I]i
A
61" rI:,: rI:,:
('37
16" K, G
The Best Solution Available for CNG Rear Mount Applications!
<C11
T-Series Standard Features
IA///.Y [)(I.y f0f 0 1 CYC t I I( If I YOU W(If It. T1 I Cif 7 10 11","if I g pfovicics Stclf I(, Icucl )C!(1hHC!S (ICSigi I(,!(, I tO 0 ICC t YOM OCCc/S.
Thermo King's IntelligAIRE III Control System Delivers
Industry-Leading Capability with Unmatched Ease-of-Use
Four simple modules remove complexiLy for openlmrs �Ind Lechnici In
D�splay Module
E3 0
Hgh Pe formance R 4oIC
�, 1:nvilormlonially SaFf, allol nalk/f, lhal plovidos molf, HTHS of fooljn ,,, pol 111' usod
R i 14a Rerrigerani
1:nvilonmorlially hiondly solulion
)(/;o Comprossor
oxf hisk/Oly Fol hansporl applifalions
Njill Fol oxiondod sorviff, Ifff,
Hold w1mijah1f,
Additional Standard Features
T-vaporalor ran molor
� dul \, doud de sh,Aled inchis
Iri'd p'n,mm"wril molor �ti ilh
rel dmv,d de 1 wid 1 wi i, hes
)/\/, 1.1 ) 1.11 �, 1/00 i'I MI sl
Privos h,"o aillim,", Fol
x urd run,ed, renlrflu�,,,d hkmers
Condenser ran molors
k o, \ c h 1 1 y, i n c h sl 'i'd I
nord molors �ti il 'I rel dmv,d de
I: e, ,,s wid wushes
)/\/, . / ) 1.11 �, I(Y)O rI MI sl �(Td)
I w molor drk,e;!� d )/ 111111 (1H in )
djammol axial H ov, Fan
�L � � �
��
T-Series Optional
Designed Specifically for Mobile Air Conditioning
Operating ` ������r
�~���V��r Y��K�r ��~^.^���
lut(21OgADRT-,, III zm8&rroo�c
Pressure DbplayMoJu&
^ Tbuchpaddisplays
fourdiffereotpressure
readio�s
^ 8imp|i ieopm6|em
dia�oosis aodpre-Uip
iosp(,rdoos
S �QI/SOIGScre
C011) [ wessors
^ Exc|uok/f,oil
iooeasedreU'd 6Uty
^ E,onm rnmvinBpolls
tbaoredprorado�,),
rompressors
^ lovvernoioe|eve|o
aod�J6raboo
tbaoredprorado�,),
rompresso�
^ 9mBromma6|ecopacit�
roo olforfuelsmdo�s
Additional Optional Features
^ E1jmbna1o8j�,,,,bBombK8obrononceCoois
^ povcPolls lo A'Aairflainmld 2&dmrlif9afka�,,e
isIo1e�aNMo ors, B ill ioa Bx Lero'dCoo1roUers.
8aroesses.TecmioalsaodStudsforLmwerCosts
^ �c�oncedDiaBnootico9rovideE'abureK8odelncUca1ion
81 (2 rI f - o u I-,, mgg y
ManagementSyslem
^ 9rovideohic|o�dnBo
��XdX-), Xd :1,f)mld
X64oredpmco��B
rompresso�
^ 9ro8mmna6&e|ecLm�r
raparity roo�olreJures
tbeparasidrloadoo
tbeeo�ioe
VVbunc foNconc&nocl dcLmtlf'rv&oo
evaporakxbmmoNr oberoaNr[�dcpeoJeo1�
Hgh9e�foomamChild
^ lonB-Ufff,oeo&d6eodnB
^ K8olf, looueforbcmq-
du1yappUraboos
^ Extendedm�ntenonce
intervals
T Series Specifications
omm(obz)vmI ('I'(, oluon
e4em'd shdir presslire
8�bspeedbm
304 oW/hrCz) 5orfm)
Low/ speed fao
-�366oW/br(1400(fm)
^^Cnom11 1,10orylornpdooa1 ab�nvvno
bi�bcpundor|owcprndhioopulmhoo
8ysleo oetrooUo�,,, rapad1ywd1b35°(
M5°p]aoz6eo, aoJ ) db
195°C(67°fgw6evapom1orreturoJr
Coo I re
s I J, ,l s I (, m��ad�
j I �M
Bhl/hr
K( �hr
FP
/cmc
66,7oo
16RoR
7
/0oo
8R.400
)).)77
/5
)400
933oo
)4.50o
)/
)Roo
/o/.000
) 5.4 )-)
)4
[bo4ucssorNet8ys�o [��arby
B I/h K( o/hrBP
/cmc 700 11, )16 6
I � �()() / )1,600 1H, w o
)400 )/./43 /5
�0oo R6.000 )/.67) /R
^Nnodoa|mnUop, mopaddoodm�o
abnvemayvaryd d I I I I
TSrdncuoitmodd[�amn�zn)cdn�nd
�noudtfac�ryI pe�nr
maorndata�r�ourapp|icatioo
��b() b K [�/6 I, (()� �, 000 B8 I I')
speed fmzm6ao4s speed
evaporakxaodrooJeoserfmls)
Power sou rrcBus,dteroa1oror
TbecmoD]o �,),6, I e� �essaheroaNr
(op ions below/)
Reheal:( ompressor rhildh roo1hnxnis�
eo�a�e�600slpuo4p aoJwm1 rroo1nd
vob�g/rUo�,), isronlzoUed
bytbecmostat
Cook Compressorrlutrbg/rlesDo/DH
oodemaodoftbermostat�
Veut:Bvaporatorfaoopera ion ool�
Beat:Boostpumpaodw/aterroo ol
valve g/rle oo den aodoftbermostat
Compressorrlutrbo� L
Add "r to �� z//c////��r�u/ z—`�c/�cozzv^���..� uc/// Your Specification Today!
T-Series All-Electric HVAC Options
Help Drive Energy Efficiency and Sustainability in Your Organization!
]FEA 13'eries FE, Ser� es
Alternator I
r
Ih-U
t
El— I.— C-d-1, I
Mato
Inverter
Mater
Coolant Pump
A N VOC
Controller
Chqi,S�-
�w� use nnsLridaiddiescd en('inc, dry iven buses
7"
6C)o VA(: AliC a it it
C P2M .. I
Compressor 2
23A
C..d..—I
Itl I,k 23A
C..d..2
29A
..P..t.'
LN-0 ..A
Buz Charging System
Controller
2A
cdectficbuex.
For complete All-Electric specifications, see your local Then-no King dealer or call 952-887-2241
EMM 111J O rktf`` FLOOR
,,,OO III
HVAC COMPRESSOR
The belt driven HVAC Refrigerant compressor is mounted to the top of the
rear curbside chassis outrigger immediately inside the engine door. There
are two piston driven models available from Thermo King: the standard
X426 that provides 25.9 cu. in. of displacement or the upgraded X430 that
provides 30 cu. in. of displacement. A tensioner pulley is provided under
the lower length of the belt to reduce slap and increase belt life.
D THERMC
Proven Reliability - Engineered by
Thermo King and extensively tested for
optimum performance and reliability
under extreme conditions.
Reduced Fuel Consumption -Tighter
manufacturing specifications mean
greater efficiency and fuel economy.
Long Service Life - Improved
materials and engineering make these
compressors longer lasting than ever.
New High Precision Crankshaft
Bearings - Reduced friction leads to
longer compressor life and less fuel
consumed.
New Oil Pump Housing - Reduces
stress on bearings, increasing
compressor lifespan.
Two Year Warranty - On dealer -
installed compressors. One -year
warranty on non - dealer installations.
TK 54086 -8 -PL (7 -08)
©2008 Ingersoll -Rand Company
Printed in U.S.A. on Recycled Paper
losing Don't rIS'K r load
to compressor failure!
With both trailer box and ambient air
temperatures of 100 °F, The Thermo King
compressor completed pulldown as much
as 53 minutes faster than the will -fit
compressors.
100F % %rlfffffffffIlrllr,I, I�OMIrIII/ljlN" myl ill% l% I /'/�/'/�/'//�/' / /' /II/'1�/1�/I
111111 Thermo King Compressor
IIIII Will -Fit Compressors
75F '
C 50F
9
32F
01, ° °,4"
O o 0 0 0 0 0 O 0 0 O O 0
�2 W OL O N
Time (Minutes)
The Thermo King compressor- equipped
unit used over 1 gallon less fuel than the
will -fit compressor- equipped units during
the pulldown tests.
0 5 1 1.5 2 2.5 3 15 4 4.5 5 5.5 6
Fuel (Gallons)
(Based on tests against 4 competitive reman compressors)
NEW! ..................
COMPRESSOR -X430 LS C5 DRY, NEW ...................... ............................102
-0900
NEW! ..................
COMPRESSOR -X430 LS C5 DRY, NEW EXCHANGE ...............................
8102 -900
102 - 0821...........
COMPRESSOR -X430 LS C5,7 QT SUMP WET, NEW ...... .......................102
-0902
8102 - 821...........
COMPRESSOR -X430 LS C5,7 QT SUMP WET, NEW EXCHANGE .........
8102 -902
102- 0525...........
COMPRESSOR -X426 SS C5 DRY, NEW ............................ .......................102
-0920
8102- 525...........
COMPRESSOR -X426 SS C5 DRY, NEW EXCHANGE ........ .......................8102
-920
102- 0677...........
COMPRESSOR -X426 LS C5, DRY, NEW ........................... .......................102
-0911
8102- 677...........
COMPRESSOR -X426 LS C5, DRY, NEW EXCHANGE ....... .......................8102
-911
4j:Pingersoli Rand
Climate Control Technologies
Providing equipment and services to manage controlled- temperature environments for
food and other temperature- sensitive products, our Climate Control Technologies sector
encompasses both transport and stationary refrigeration solutions. Our product brands
include Thermo King °, a world leader in transport temperature control systems, and
Hussmann °, a manufacturer of refrigeration and food merchandising equipment.
www.thermoking.com www.hussmann.com www.ingersollrand.com
fligAiRE A!
'j 3
3
QD GD (1,
VAXr iiic ri /rr /� j % ��rybliry/
G
v r
,
IllllJlllll� � "' I�11 ;%
#PlligrAIRE fil"Il
PRESSURE PSIG
€ IS-' I SUC r P CI -I
I� �� g �i g A IRE 99,
Y., 01-1('11 17 LISE 11 R VC)II t ie i'iel,' �� ()E 6, C'QR_)j"I
Coach and Transit Bus Climate Control has Never Been This Easy!
vill'' 61ag�IOSW��' &Id
U'oii[lJesliodiqg �fia�
do w �I i � itne. ch n i � n n
(werrick, "'uly f "In(linn �n ur(""��('
unnch�inn In helj'.)
i"d'onffly "'� 1')rnblern' A"ll "'fl"m-rn "'u'ld
t'I'I�dnwn undo"', "m(' t'�nred \AdHI
re"'d Iinw cl4'�Ic t, C az . I n
when ch"�'pnn""in'('
or
lNelligAIRE 111gives p-ml
wflfi �fie C/V',J �)ased �I N/\C
sys�e�ii
�n chreudy in�n
H'Ie nNwork,
rnnre infnrrn"'�linn
O'le
rnnck.ile req�,.iired
behAwen Ole unn rnller
"uld Ole Iiccl unnlrnller'
R, edii, i�'ed sO i q3 � itne I'o�"
I ii is� a� &i �IKfl ID ' Ig 1 g
a"o,gr'&ii Nes
nj'.)linn for n"I�"'lnrn
now ln"'�d "'� f"'in'ple Ide,
\A/1"lid"I r C ax be t""'mwd 4'uld
In "'fll in Ole fj('(Q \Add"Inr "Q
In unnf�'p"Ire
• Available I/O to monitor and control components
• Multi-zone temperature control flexibility
• Programming simplicity and configurability
with the PC interface
• Communications capability
• Weight reduction with elimination of harness
Energy Efficiency and Sustainability:
IntelligA IRE ff[ con he /p YOU get . there!
El
S ::'e uPrll ^p ( v�:'.' III e B xVOo)rll. R I'll usttp o ,ss ir( Pou :tir:.-.
I]
0 rue xp,,;'y �„lp „xttu�x9�'nuo +rur "���7dlwnuo p�;yr°
V�Iw¢�pupvv +x��sor;4vvxuo,d<rrl ,��x °�
FI�e p S,rv1 xuq; sc im” ( �PIoq:rxl ss, PI,
I�
P )v; 'r p p 'c MO" Pr Ili o p pr p p 'c Mrrb p p`'I{t'rV..,
Let IntelligAIRE III Provide Optimum Control of These Energy- Saving Components
One controller fbi, OR 011OL11- prodLlCts!
A' fi+ Iii x R PoN jr(kPIuUr
M F 4uflw9, Jod
RuoNl �p
.
MUM OWD
. . . . . . . . . . . . . . .
mr 7 o,wr9Y x
fi nd x
Ron, MuulO
AM Vhmjrk
��'I , J� �(-,
IntelligAIRE III: M("n-'e" J I.X11"")
ii,-)c evei, ba r -
all y(,1,)i1111]1111-, 1 6 - ") , C I i, e
Choose to monitor any of over 100 functions
— unique alarm codes alert you to any problems.
Let the Power of IntelligAIRE III Work for You!
C"" I 1 1711,
The IntelligAIRE III is a component-based system that allows system expansion as necessary to incorporate
additional features or multiple temperature control zones in applications such as articulated buses.
i 1jjj
Toolkit of the future from Thermo King
R "A 1`4 S� d 11 vv,wo
k, ( A)h,
Proprininiflinp ( A4,
Four simple modules remove complexity for operators and technicians
Display Module
V4O�,utuuri ,l;,O
Nlad: rlp,,(M1�.}' peldMrlppl +' IMr +M,�p +Ct� ^',
fl B. t M I M B a M h p N'd LISM r N tl'1'90_ C l, ➢�� M'
AM:Mr M ��aatrM�IBlr1 °�; 9IaM H�,'I�;'
MMl "1.,, +M MI I„ ,,r9..lM;lprl� ,ld:lgr9�,daged9�1P:
,lafrl a(,IrCM:;M(ro M Ml lM l�a.,, ,a��;d�r
MMp.ad 9,_aellM;ea,aBdw�e, sr
,,adrlMMnw�9U,prC+ ,, „elNMp,9d:9;
9,a.ralM;�a�,19rre°d Nlad r:1C,lM1�.}f
A ,,Brie, S 9oA Na ,, R:30r'O
lM;,a',aBMMrN�M ars,,
1 yl'a ads +C1 +,a:B;o_orr,,19r1
,1 !9 rCa��;ao 1 �'1 e rCa;�lMl,�uy
Pressure
Display Module
c OlvIkm al)
lelM Mr Ca ald� lMr+ M,� „+ Cd�d; ,1M a M MIMd�I+ Ma a�rl
N lad aelM;MrC;ald A, ,,:B:r�rd �; 9M fti1+ N.Y
,,,a,aBar�M MMIM;� „�,18� +�01 NAM ara:,„
iiR o I.H rCa,,,y,ki
'Udn Nl ud1tl:lc,
Main Modules
Li, i l i r' q ur ul u t i l trtin;d
TN , rIma mpr+::M; M ”; dM w 191 01c,
1-whim n”, "NMIh'NIl °r;cm C, dnd
Hic, N11,11M1 nmMp ;TMdk,o )
M Ml 01c, N 1 ad NIudn
ael+Mr:la.ald s 9ehMrC;ak's,,
McIMMa:Cuk MMMpeI?IBgMi19 ,pBi vi�N
10 ^;1 Lu (, .,n M Ma ar C a :10,1
J300,.1,, iDI Na.ar,:l+ d CM a VMr h
MMIMBa +::Maa1N ,I1 {''? II ",h, °_hN9 "19d_CI,h�M -
tar, v hk h m 9,r-M:n'k
LIO
R...) Nlodulc,
I0 Modules
IntelligAIRE III Delivers Industry- Leading
Capability with Unmatched Ease -of -Use
AA/ IIIiplrr lone" I',XllfuriMlr M'.i CAN Olf,mim ffif'ridly
furl hf, (;orliarMll((:i r: M:,aaaaaaiiali.r,.filiorl MIIsIMlfly fIrla jm's,u.l(e
a.sirl(l,iderlilr f l (r,Ijml(IIIi:ylophil, a19M;Mdulf'sIm
(exlMfunsi n`l aaaodu.k", dli (Ily I1n1(M Ihf�, imIn(MvrMlr,.(nrliml
vlfi (; /ylyI rwlr ti(Mik vehj( If "s IIg3O fIrld Mllfi(l,r9M slif 5
rIrltl Ir1l(r(ol'll'l((I : ed I'l(ll (1ik
26�`C
Add Thermo King's IntelligAIRE III to your HVAC specification today
Thermo King IntelligAIRE III is a 3rd generation advanced
microprocessor —based controller for bus climate control
systems that can be programmed for either manual or
automatic operation. .^ LHIkILrd' A, ,flLrr+ +hN 91P Nrr9,_IBr
B,_a.r:r is „9U, a.ra +xii; i rr d:d,a;AiRLr'flkdad„ d d::dadadd d d, +:;1 ,yid MN , ",MI�:M
ra;a r +, kdad; add 9rr /ra'k
NlH a,r:adxii; kffddMadAiRLH',flkMaJJP A/ idCS 1 :P LIS, r "r'Vdfl, rA lr Mr
Lr,d,_M1e /r flkH.Y F, di d,s, i ic, ad,dualtor +dN', 1 +d drk+,a ddadawd:da +dad;,radrl
ig1dArr:,aaddNM/ ir,6 ucs om'iRi0 0,0 11 9iP " Hill rr,rB;7 +dad dA Nd::drd R arrr.rNd;l..
L -ar N.Y,raird S( S
Nldd Nr.iM,_IBa��;ril] k NNI M H �SiSd S A Uj!1 9,_o;3) VkN it aVkRiiaics,,
Di;,ph"', Vk xii.:pl+ ,fl ;ri Uj!d d;18�l Ntl d dNd dri;.:pk'S HHd' dMY'F,AB: CW Apd
Nd+ rB.,'rn rddtN�rd,: LrNd 9dd 91ard d� ddp.rd ,, ddad 91.ad rid lard 1+ Nldd ,,:r9 Md,rariM,:,, A,ra.r.
;Mr;�, +:;l,radrf Aa�,,`,Ir ,rar rf�iiaaNM;�rd ,aid 1:,e� d ddp.r.drddlNd ollrrdfd Md;�arr,�:fd rddNM/ Ai::dr
(q J Tr N1
Ur Sp7p� Y Mod¢flc,
E
N Idd rui c+ h idr Lt� cks OS V+ W ,Md d Lr,d,_,reiCPS 0,011 ,r
Ndr °�;IaB.f9r;rarrd +:;l, rL�ddrlr:ls a +f+ ,,r °Mia„ ddr "�;,�iadr.,rBrddr.r N1dr; ",ir „Lrrds
r /ddL19I:.ad ,LrNdq�d¢�:rrB ddN A,L,��9o_orr /,rLL9,aa +drd , +:;1 ,, r,�a +,,1 r, „Brdad�d;,radrl
Jcw k cA A, ➢c'9� cwvl j- ord !i, ➢MYrp A,'rddhrr/ 9r "k Mtlld up MIIc. NYC ➢MYkS,',
VM -] B ddadd H WSC L1i"' kddtddNBdd ,aad,rN; "d"Ltl,dcdp0rr:H d ka d:;cp('adriciddN:rf
chp I c, irk /cr d ii, ➢�'htl';1r,pBo o', N,df X01 r L1r "I CHIIJ!C1 +'iH S , ➢S mdltl' i dcd
o,,i9 9 i c, d dr, 'oo H ikflir�g cAM b j- osscadRcr
cdaIIj;d,rr9 ,rrr, r+cadordrlk'd 1. +r /,r iidrRk +d:" 0r fl iylsk p11
HH, Tl rdr c+ h irrR kr IHR /I Nl " ^N:N NNN ++drr:r+ S ALrl.ly d +jLrtp,)JJ('d hD
Nd�radr,:1N+ , rNBddN ,�,dhLlydd;dierrra,arrr +.,aBr +dad; addd�rC °, Nldd Md,r�N�,LN�;+ arr,Na.rr,:ld,,,
,rad N;Gs`,, "��' Md;;rr9 AddrAB,L;i,Ir N +d�r,llrr °�;Arrae:rsr�,r „d LrNdrhrd,_ °, ,r.:ip�,M,�_MMd;;rrB,
Add, „r „9,_rk, cc o"01 01 'o ,N Nd ' ,; J0,1 kM1 6 add 9: ,,ca'k ,rq d ,r; r0,1
Md ;rrl ,.lddrrfa�r�L;'z:add,Br +U, wdd� LrSkoaMrd , +l N1;d r "O'l
ILrr :add,Brd birdgr,wiprd,0dfd,,,aerddr r::lidRIIC6 rr: A,,r9LrrV^mMHi
rd1Wfl+SNd,rBTi RirrfCdrd flyddrr.9ii, r,rar.},+dBladrrdoaHrdrlBdr
LM
Pr sm,c, Bpd d�flc,
N, rdir.scA 91ad:'Nldd rd „a +::d h arr�;' �ti ",rrd,aad9:y,rr, ,rL�,i.B,rlMld dMp.r.ad dprrd �;M:
Ard,a.r:a�rdhLlr N +':dn,aN N1dd rrra +d h arr °r;'rC +,rNd r 1'Nd,r��,, rd N, r+ rdd,:rC +d; L1rCa +;rd.i:
N K1)o hp_, ica, glad Nldd rdradd Kids Bud i,ridO v ",rrr;aadd}L
FL .11 %
WHEELCHAIR RAMP DESIGN
The Lift -U model LU -18 "Dual Mode" fold -out ramp is provided for ease of
accessibility and to meet ADA requirements.
This ramp offers an industry leading 1:8 maximum slope and the platform area
measures 30" x 49" which provides excellent on /off maneuverability.
Our 36" front aisle width allows ease of movement in and out of the bus.
The ramp controls are all electric (no hydraulics), and are conveniently located on the
right side of the drivers dash. The fold -out mechanism is simple and includes provisions
for a manual deploy override.
The ramp is located at the front entrance door for better driver control. The GILLIG
installation of the Lift -U ramp meets all ADA slope requirements.
6 -14
EMM 1111,,,,O rktf`` Illl Illl ,,,OO Illy
KNEELING
A driver - actuated kneeling device lowers the bus during the loading or unloading
of passengers to a floor height of twelve inches (12 ") measured at the
longitudinal centerline of the front door. Brake and throttle interlock will prevent
movement when the bus is kneeled. The bus is capable of kneeling in a minimum
of 1.5 seconds and a maximum of 2.5 seconds from the time the control is
actuated. After kneeling the bus will rise within two (2) seconds to a height
permitting the bus to resume service and will rise to the correct operating height
within five (5) seconds. During the lowering and raising operation the maximum
acceleration will not exceed 0.2g and the jerk will not exceed 0.3g per second,
measured on the front door step tread. An indicator mounted on the instrument
panel will be illuminated during the kneeling operation and will remain illuminated
until the bus is raised to a height adequate for safe street travel.
Iry
"DUAL- MODE" MODEL LU18 LOW FLOOR RAMP
LIFT -U introduces the new curb -smart "Dual -Mode Ramp ".
This ramp offers a two - position interior floor, that when deployed to most curbs maintains a lev-
el entrance into the bus; and when deployed to street level a portion of the interior floor auto-
matically lowers on an incline to offer a 1:6 slope for easier passenger boarding.
Good to the Road.... Better to the Curb!
1:8 Slope When Deployed to a 6 -inch Curb;
Maintaining a Level Entrance
Extended Length Outside the Bus
is Only 48- inches
1:6 Slope When Deployed to Street Level
The LU18 "two- position" interior
floor automatically lowers on an
incline when the outer ramp
reaches a pre- determined angle.
Operator involvement is not
required.
For More Information 1' 838-2400
r
or www.lift-u.com
140825
Iry
• Mechanism tray components are similar if not the same as our previous LU11 model.
• Rated load capacity is 950 pounds.
• Ramp is electrically operated and controlled. No hydraulics required.
• Ramp meets or exceeds ADA and DOT requirements.
• Self -contained module. Unit can be changed out in less than 30 minutes. No ramp components located outside of the ramp mechanism.
• Tensioned controlled to prevent "free falling" of ramp platform in any direction.
• Ramp comprises an internal "rising floor" for easier passenger transition to /from the bus aisle. No depressed pockets to negotiate.
• The LU18 includes an object detection feature. As the unit is electrically deployed or stowed, should the ramp encounter an obstruction, the drive
motor is disabled and ramp motion stops. Simply releasing the operator switch will automatically reset functionality.
48.3 BUS SIDE -WALL
INTERIOR FLOOR
12 0
REMAINS LEVEL
° m
POSITION ONE
DEPLOYED TO 6 in. CURB; KNEELED
12.0-7 /,---INTERIOR FLOOR LOWERS
TO A 1:6 SLOPE 1
6
POSITION TWO
DEPLOYED TO GROUND; KNEELED
The interior floor lowers to a fixed incline angle when the angle of the
outer ramp exceeds the fixed angle of the interior floor. For example,
on level ground the interior floor will lowerto its inclined position when
the outer ramp exceeds 9.5° (1 :6).
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
• The LU18 ramp incorporates soft- touchdown technology. As the unit is electrically deployed, the ramp decelerates before it contacts the
sidewalk or roadway.
• Watertight sealed electrical control enclosure.
• 30 inch ramp width.
• Ramp is manufactured from stainless steel for corrosion resistance. Aluminum is not used to avoid galvanic corrosion.
• The LU18 is designed using materials that provide high structural rigidity to prevent "oil canning" or "permanent deformation" of the ramp
surface.
• Manual operation requires less than 20 pounds of force to articulate ramp in any direction.
• To further facilitate serviceability, the "rising floor" on the LU18 can either be pivoted up out of the way or simply removed.
• The counterbalance chain /spring system on the LU18 ramp is located in the interior of the ramp frame. This offers greater protection for the
chain /spring system from the elements; but more importantly, provides easy access for servicing the mechanism from the interior of the
vehicle.
Standard Warranty — 2 Years Parts and Labor.
PATENT INFORMATION REFER TO: .lift - u.com /patents.pdf
....... ........ ........ ........ ........ ........ ........ ........ ........ .................
LIFT -U®, DIVISION OF HOGAN MFG., INC.
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Loading System
An automatically - controlled, power- operated ramp system compliant to requirements defined in 49 CFR Part 38,
Subpart B, §38.23c, such as the LIFT -U Dual -Mode Ramp Model LU18, shall provide ingress and egress
quickly, safely, and comfortably, both in forward and rearward directions, for a passenger in a wheelchair from a
level street or curb. The ramp shall be a fold out design and located at the (Front or Rear) door.
When the system is not in use, the passageway shall appear normal. In the stored position of the ramp, no
tripping hazards shall be presented and any resulting gaps shall be minimized. In the deployed position, the
ramp's interior surface adjacent the aisle shall translate upward to provide a level boarding surface, creating an
easier passenger transition to /from the bus aisle. Ramp width shall be a minimum of 30 inches. The ramp
slope, when measured at a 6 -inch curb shall be a maximum of 1:8, while maintaining a level entrance into the
bus; and when deployed to street level a portion of the interior floor shall automatically lower on an incline,
transforming the ramp to a maximum 1:6 slope. The portion of the ramp extending outside the bus shall be no
greater than 48- inches. The ramp shall have a rated capacity of at least 950 lbs.
The controls shall be simple to operate requiring only two switches: a power "on" switch with an indicator lamp
and a three position spring - loaded momentary switch for "stow" and "deploy "; with no complex phasing
operations required, and the loading system operation shall be under the surveillance and complete control of
the operator. If the loading system and controls are at the rear doors, a switch shall be provided in the
operator's area to disable the loading system. The bus shall be prevented from moving during the loading or
unloading cycle by a throttle and brake interlock system. The wheelchair loading system shall not present a
hazard, nor inconvenience any passenger. The loading system shall be inhibited from retracting or folding
when a passenger is on the ramp /platform.
A passenger departing or boarding via the ramp shall be able to easily obtain support by grasping the
passenger assist located on the doors or other assists provided for this purpose. The platform shall be
designed to protect the ramp from damage and persons on the sidewalk from injury during the
extension /retraction or lowering /raising phases of operation. Accordingly, the ramp shall include object
detection, so that during powered deployment or storage, should the ramp encounter an obstruction, the drive
1
LIFT -U°, Division of Hogan Mfg., Inc.
P.O. Box 398
Escalon, CA 95320
209.838.2400
131114
mechanism is disabled and all ramp motion stops. Releasing the operator switch shall automatically reset ramp
functionality. Also during powered deployment the ramp shall decelerate before it contacts the sidewalk or
roadway. The loading platform shall be covered with replaceable or renewable nonskid material, and shall be
fitted with devices to prevent the wheelchair from rolling off the sides during loading or unloading.
Deployment or storage of the ramp shall require no more than 15 seconds. The ramp shall be electrically
powered and operated, and require no hydraulics. The ramp control module shall be packaged in a sealed
enclosure and must withstand being submerged under water. The device shall function without failure or
adjustment for 500 cycles or 5,000 miles in all weather conditions on the design operating profile when activated
once during the idle phase. For corrosion resistance, all major ramp components including the ramp plate shall
be manufactured from stainless steel. Aluminum shall not be used to avoid galvanic corrosion.
A manual override system shall permit unloading a wheelchair and storing the device in the event of a primary
power failure. The manual operation of the ramp shall not require more than 20 lbs. of force by utilizing a coil -
spring counterbalance system. During powered operation, if the operator removes pressure from the control
switches, or if during manual operation the operator physically releases the ramp platform, the ramp shall not be
allowed to "free- fall" to prevent potential injury to passengers or persons on the sidewalk.
The ramp shall be a self- contained unit, having all drive system components located within the interior of the
ramp assembly and shall include easy access from the interior of the vehicle to facilitate service. The ramp
assembly shall be replaceable within 30 minutes by a 3M mechanic.
2
LIFT -U°, Division of Hogan Mfg., Inc.
P.O. Box 398
Escalon, CA 95320
209.838.2400
131114
LIFT -U, DIVISION OF HOGAN MFG., INC
® LIFT -U's "Dual- Mode" Ramp
Model LU18
LIFT -U is now offering the "Dual- Mode" Ramp. This ramp offers a two - position
interior floor, that when deployed to most curbs maintains a level entrance into the
bus; and when deployed to street level a portion of the interior floor automatically
lowers on an incline to offer a 1:6 slope for easier passenger boarding.
• The LU18 Ramp offers a 1:8 maximum slope when deploying to a 6 -inch curb while maintaining
a level entrance.
• The LU18 "two- position" interior floor automatically lowers on an incline when the outer ramp
reaches a pre - determined angle. Operator involvement is not required.
Profile Section View
LIFT -U Dual -Mode Ramp Model LU18
'12.0...... INTERICIR FLOOR LOWERS
rO A 1:0 $LOPE
POSITION TWO
DEPLOYED T GROUND; KNEELED
a "rhe Inttrior flour to wers; to a fixed ineirre angt e ton the ani�ge ePo'the
ouster ramp oewxee,edis the Axed eagle of the irrttrlr,r floor For exarrrpte„
on level rqirnd the interior fpor N lowe r to uts inc�ined povtion wM+he n
the outer rarmrp, excee,ds X 5' (1,6).
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
LIFT -U, DIVISION OF HOGAN MFG., INC
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
LIFT -U's "Dual- Mode" Ramp
® Model LU18
Customer Benefits
• Mechanism tray components are similar if not the same as our previous LU11 model.
• Rated load capacity is 950 pounds.
• Ramp is electrically operated and controlled. No hydraulics required.
• Ramp meets or exceeds ADA and DOT requirements.
• Self -contained module.. Unit can be changed out in less than 30 minutes. No ramp components
located outside of the ramp mechanism.
• Tensioned controlled to prevent "free falling" of ramp platform in any direction.
• Ramp comprises an interior "rising floor" for easier passenger transition to /from the bus aisle.
No depressed pockets to negotiate.
• The LU18 includes an object detection feature. As the unit is electrically deployed or stowed,
should the ramp encounter an obstruction, the drive motor is disabled and ramp motion stops.
Simply releasing the operator switch will automatically reset functionality.
• The LU18 ramp incorporates soft touchdown technology. As the unit is electrically deployed,
the ramp decelerates before it contacts the sidewalk or roadway.
• Watertight sealed electrical control enclosure.
• Ramp is manufactured from stainless steel for corrosion resistance. Aluminum is not used to
avoid galvanic corrosion.
• The LU18 is designed using materials that provide high structural rigidity to prevent "oil
canning" or "permanent deformation" of the ramp surface.
• Manual operation requires less than 20 pounds of force to articulate ramp in any direction.
• To further facilitate serviceability, the "rising floor" on the LU18 can either be pivoted up out of
the way or simply removed.
• The counterbalance chain /spring system on the LU18 ramp is located in the interior of the ramp
frame. This offers greater protection for the chain /spring system from the elements; but more
importantly, provides easy access for servicing the mechanism from the interior of the vehicle.
• Standard Warranty — 2 Years Parts and Labor.
2
u
Z
0
d z
Ifml
Q
Z
w
0
F
S
q
F
ti
w
z
w
F
0
w
w
0
d
F
Q
w
Q
ra
Q
(7
(lJ
F)
lf7
r
i
W
W
3
0
EL
Q
EL
0
0
a
a
,rn
u
�E
oio
z z o
o F- d-
3
f
G
J ? _
a T�
n
- _
z
"
g
0
w
rrIJ
0 3
U
w
3
-
o
� �
J
U ~ z o
�
r3
a
�¢
d`
{
uN
0
3w
w o A
¢ w
w z W u u
w
{
wd'
C,"'
3 z3.
a
-u,
W' Z Q H QZ
& 3 ° o
r
Fw-Z
z o
o a
u U
o z z
3 w w o
z
UW
W J Q S
>
U w U
d
S u d ¢
U
3'3a
Z w w
U
W
z_ w W w w¢
ww0
Jq
3 3 3
•-•-
FU wF fnW
0 W H E
U
Q
'u,
a3
wzu
wo
x
A� o -
a
3
w ww
W o w u
F-
q¢Z
wq
S°o w3 Xz
ZWI
W1
ti�J
m r I w a o i i
Po
i i i a� 3 x �
1 w U¢
U
Q U F
3 i
w W M
Z "'
U
I-
E
H UP
wwz
Z
�3
X
x
J�
o Z U�p .�
u
wo oo�nl
wwo
w
¢�
X
two w�
ww
w�
x'
uw wz
Sou
�>
U
rauw
a
z
m
u
zo
q�?zU
ur
z
ffi
uw
d>-F-
uv li
U
NN
° z u wu
uuz
vlw�
F-3
ti
wz
103�os
�?
wzo
Jo
�q
Z
z
xo u
> ��
in s
m
U�
m, -u
yw
QQ ��..
X 3�
XOw 3
I
wz�m
w,w
d
x
.,,.
X w w W
x w
X q q w
U 3w
&
x o x
a wr
�� I
(7
(lJ
F)
lf7
r
i
W
W
3
0
EL
Q
EL
0
0
a
a
,rn
u
�E
oio
z z o
o F- d-
3
f
G
J ? _
a T�
n
"
g
rrIJ
�z
a
w
d`
{
If
Ik
{
!
C,"'
y,
EMM 1111,,,,O rktf`` Illl Illl ,,,OO Illy
DRIVER ERGONOMICS AND COMFORT FEATURES
The GILLIG Low Floor bus uses forward- looking technology combined with some
unique ideas to avoid the inherent compromises found in most other low floor
designs. Our concern for low cost, easy maintenance keeps the exterior and
interior simple and uncluttered. This has led to an overall design that is pleasing,
functional, practical, and safe.
Passenger and driver safety concerns play a large part in our design strategy.
Many customers will attest to the strength of our Low Floor's very robust
structure. Our unique stainless steel side impact barriers provide a safe
enclosure for your passengers while a steel reinforcement plate in the driver's
area protects your driver. So, in accidents or after hard transit usage, the driver
and passengers can always feel safe on a GILLIG.
Ergonomics dictate the design of the driver's workstation. Our design group went
well beyond providing only sufficient seat adjustments and a tilt/telescoping
steering column. Additional features include the functional placement of displays
and controls, a driver's storage box, sun visors, etc. to fit within a driver's
comfortable range of motion.
The driver's position has been designed to provide maximum comfort to drivers
from the 95th percentile male to the 5th percentile female. To maximize the
driver's comfort, additional ventilation is provided to the driver by a booster fan
that delivers air through two overhead ventilators. Additional fresh air can be
allowed into the bus through the full slider type driver's window.
Visibility, comfort, and vehicle control are other key factors of our design.
GILLIG's Low Floor design incorporates a bulged, tilted back windshield to
reduce interior glare and reflection. Customer feedback indicates that drivers
prefer driving our buses because the bus provides better visibility, a smoother
ride, and better handling. These factors leave the driver feeling more in control
and more confident. We also provide the necessary space and comfort features,
including superior heating and cooling that gives the driver an efficient, safe, and
comfortable environment to work in.
F1
I I E k
Recaro has developed a line of seats that
specifically meet the needs of today's transit,
coach and over - the -road markets.
Through extensive research and development
the Recaro Ergo line meets the needs of
drivers with orthopedically correct design.
The Recaro list of optional features was created
to maximize the seating environment
through adjustability.
Extensive engineering has gone into each seat
in the line. Each RECARO seat is designed to
the specific needs of the demanding transit
market segment. With a focus on durability,
the sturdy steel construction of the each
Recaro hand -built seat meets or exceeds all
federal and industry standards.
�' III ,,::ecaro — First Class Seating
IIII° ZECAI10 EIII'° IIII
III; " "'IIII'°
RECARO has engineered a new seat designed
especially for the transit market. Utilizing its
20 -year heritage of providing seats to this
demanding industry segment, RECARO has
recognized the needs of the marketplace and
developed the Ergo Metro to deliver.
Combining a Recaro patented pneumatic
suspension system that encompasses dual shocks,
the Ergo Metro is a comfortable buffer between
the driver and the road. The Ergo Metro's high -
density foam and infinite adjustability creates a
comfort level that reduces driver fatigue.
Beneath the serviceable vinyl or cloth seat cover
resides a sturdy reinforced tubular structure with
Development of the RECARO Ergo line
combines input from municipalities
all over North America. This
research has resulted in a product
that meets the needs of drivers
and delivers superior value.
For the OEM, the Ergo Metro's basic
design is easily adapted to meet specific
manufacturer needs. The product is
durable, serviceable, and RECARO
design makes it aesthetically attuned
to today's most advanced interiors.
III;IIIIRG IIII
III ' 'IIII !° IIEA rUIZES
Standard Features
Pneumatic suspension
Dual adjustable shocks
Three -cell air lumbar
Nine inches of fore and aft travel
Air track release with center mechanical release
Assortment of high wearing cloth or vinyl seat covers
Dual locking T -2000 recliner gears
Tubular stamped steel back
400 lb. Capacity
High- density polyurethane foam
Black riser
12 or 24- degree seat back recline
Full plastic back protector
Six inches of height adjustment
Reinforced double locking seat tracks
Four -way adjustable headrest
Meets FMVSS 302, 207 and 210 standards
15- degree of rake adjustment
Two inches of cushion thigh extension
Two -year limited warranty
Flexible ergonomic design that fits varied sized drivers
Reinforced heavy duty suspension frame
Anti - rotational scissors design reduces bearing wear
Nylon -iron brand bearings for long lasting life
Ergonomically designed controls that are easy to reach and operate
Flexible design allowing for easy installation
Enhanced structural design improves track and suspension life
Riser design allows for removal by one technician.
Independently adjustable features allows for a custom fit
Controls are easily reachable from behind the wheel
Optional Items
Exclusive FR Treated Foam (Docket 90A)
Holdsworth brand cloth seat covers
1/0 seat alarm
RECARO seat alarm
Armrests
74" three -point seatbelt
Dual shocks help to
reduce bounce
T -2000 spring - loaded
recline gears
lumbar
Heavy duty
double - locking tracks
Adjustable headrest Adjustable
Double stitching for long life
Three -point belt option
I'— Auto Actuator Button
--- -Air Lumbar Adjustments
Pneumatic Air Suspension Switch
Seat Cushion Rake Adjustment
Sturdy
CA
FRONT VEIW
RECARO North America
3275 Lapeer Road West
Auburn Hills, M148326
248 - 364 -3818
Fax: 248 - 364 -3804
info @recaro - nao.com
www.recaro - nao.com
0 RECARO 2001
RH SIDE VEIW
RAKE
JJUSTMENT
REAR VEIW
KCA -102 5/01
e
e
z
«
{ }\
s :b
�(
>
[GAD/
° -1
� �
\
.
.
I
,.�
I
\
�
\
\
I�
\
\
�
_
,
— - — -- —
\ \§ ~
r
c
> �:
..- I
,
,
:
,
I
�
I
I
e
e
z
«
O
a 0 �� g a a a a p �
cl
.4
O COW. �ZWlwp4wgWr�WAwpdw!2wUWs
z
WE 10
.co
IAN
�-o cO OD
V,- ONI'll
"L NHnL
w .6 Lai
0
0 00 00 0
to 1 w
HRXYfM M M M W H m H 1 9 N R 0 000000 e
I
.19
9
EMM 1111,,,,O rktf`` Illl Illl ,,,OO Illy
DRIVERS STORAGE COMPARTMENT
The capacity and location of the driver's storage compartment can be tailored to
the needs of the customer. The standard on the Low Floor is a 21" X 8" X 14.5"
Black powder coated enclosure that is mounted behind the driver's head on the
wrap around molded barrier.
DOORS
The front door on the GILLIG Low Floor is 40" wide. The air actuated slide -glide
door header and the aluminum door panels are manufactured by Vapor. The
door panels are of bolted construction for ease of repair and replacement. The
door glazing is secured by a quick change rubber gasket. The speed of the door
opening and closing can be adjusted at the door motor, as can the rate of
cushioning during door operation.
The rear door proposed for this procurement is an "air open /air close" driver
controlled system. The rear door is a 48" wide plug door. The door header and
door panels are manufactured by Vapor.
The Vapor Door System provided in GILLIG Low Buses do not require any
specialized diagnostic systems or test equipment. Instead these door systems
can be diagnosed, adjusted, and repaired using basic hand tools such as screw
drivers, wrenches, pliers and feeler gauges.
All the moving parts in the Vapor door mechanisms are sealed and /or
permanently lubricated and require no maintenance other than regular inspection
and adjustment.
GILLIG has installed this door system in thousands of buses, operating in all
climates throughout the United States for over 20 years and have experienced
excellent service from this system.
Manual Door Releases
In an emergency, it may be necessary to open the bus doors by han.d.. To do
this, the doors must be released using the manual raechanisms, described on
this Page.
The n-mi.malaarrelease valve can
be funind in the pa.liel directly
above the doors.. To use the
w,dve, Weak the clear cover- and
turn the red handle 90'. The
doors can than be piffled open
by hand.
iii m7mIf'
The manual release handle for,
the rear doors can be found iii
the small inetal box located to
the left of the door�s. To release
the doors, break the clear covei,
panel and pnI4 the red handle
down. The doors call then be
pushed open easily..
0
E 0
F 0 0
�Fironi Door Manual Release
Rear, Door Manual Release
1 /apor Bus International
A Wabtec company
/11/e r (or
Founded in 1903 as a supplier of steam heating
equipment for railroad passenger cars, Vapor Bus
International has evolved to a leader in the design
and manufacture of passenger door systems and
other products for buses, rail passenger cars and
locomotives. As a division of the Wabtec Corporation,
Vapor is a part of a financially sound organization
that is totally committed to the transportation industry.
Vapor's approach to product design is based upon a
thorough understanding of the physical environment
and the operating needs of its customers. Experienced
engineers employ advanced design tools and thorough
testing to assure reliable products having long life and
low life cycle costs in the demanding bus environment.
Ongoing development and improvement programs
enhance product performance and value. Specific
Vapor door systems are integrated on a custom basis
to suit the requirements of both the vehicle OEM and
the end user.
Vapor's offices and manufacturing facilities are located
in Buffalo Grove, Illinois. Continuous investments in
equipment, employee training, and process improvement
enable Vapor to satisfy the evolving needs of the global
transportation industry.
� /! /pJ� » », °d //! `� /� %III r »,,,, dl� r »„o dl� G` 'cif p�J�D� »Wdl�/ `l r���,, l f�f uo dl� V� G�1
1 ° »a G G r. o fl�r
Vapor offers a complete line of door systems for
buses including actuators, controls, door panels,
seals and accessory items. Vapor can engineer a
complete system, or provide specific components
for integration by the bus manufacturer.
The selection of a door system for a bus depends upon
the type of vehicle and upon its total operating environment.
Vapor is experienced in the entire range of buses including
urban transit buses,commuter buses, intercity and tour
coaches and commercial vehicles. Vapor can provide the
optimum door system for any vehicle. Through our sister
company, Ricon Corporation, we can offer compatible
access ramps and lifts as well as window systems.
C2�
I l
%r /
i „dlr I
r /
ICI I� ��� G�1 U� J�J/
� iy ,u»,i ft of
I „» (fJ �........
��� �� ��
»
�� u,Gn
�
f f
'p� n�o f�r
I,, l
� %I
)���,» 0
�r „n��
r, n„ »u
v» ,r
e t%�
w i �
wu�m
Simplicity, reliability and suitability for the task -these
fundamentals of application engineering excellence
concisely describe the Vapor Pneumatic Differential Engine.
The compact differential engine consists of two opposed
cylinders of different diameters with pistons connected by
a rack. The rack meshes with a gear converting the straight
line motion of the pistons into the rotary motion required
for operation of the door linkage.
Air pressure is maintained in the smaller cylinder at all times,
permitting the use of a 3 -way rather than the conventional
4 -way valve. Operation is controlled by applying air to, or
venting air from, the larger cylinder.
LARGE CYLINDER
AIR METERING SCREWS
TO ADJUST DOOR SHAFT GEAR
OPENING & CLOSING SPRING
CON'MOLLER
RACK TEETH
ro
RVOI
HELICAL COMPRESSION I SMALL PISTON
SPRING LARGE PISTON SMALL CYLINDER
Ac iiivd�ii(,," Differential Engine
The Vapor Activair Differential Engine incorporates
innovative features for improved performance, easier,
less costly maintenance, greater reliability and
enhanced passenger security.
uuuuu Finger screws for door speed adjustments -
no tools needed
uuuuu Adjustable cushioning onset for precise door open
speed adjustment
uuuuu Solid- state, non - contact proximity switches
When air is exhausted from the large cylinder, the doors
open; admitting air to the large cylinder reverses the
direction of the rack and gear causing the doors to close.
Toward the end of either the opening or closing stroke,
the driven piston encounters an opposing pressure
buildup which slows the piston and cushions the
opening or closing the door.
Air metering screws permit adjustment of the opening
or closing speed of the doors as well as the opening
cushioning effect. The differential engine provides
effective door operation at air supply pressures
between 90 and 120 psi.
Force
Speed
OPEN CLOSE
Vapor's transit - tested pneumatic
differential engine provides maximum
velocity and minimum force in the
mid -point of its range of motion,
and maximum force and minimum
speed at the extremes of its motion.
uuuuu Single engine for all door configurations reduces
parts inventory
uuuuu Optional locking mechanism secures engine,
even if air pressure is lost
[3,
fff �//ff U / l
IIII fU r
.. . . . . . . . . . . .
� W
��llll�
l /
� I G�
�!
AsSE"'
)j 1
(
�l I� �i
L ��
/ / l
I � V.
J /I,/ //I,Ifr JJ�1 J�!
� "'
J�
JJ�1
J� fIJ�1
C
IIII If /If IIII( "'�llu /ii / / / /.II'"
//! rl�r
ii / / / /.II'" r /�r
r..11lli /irr 111 r1�r / /ii / / / /.II'"
Most Vapor bus door actuators are delivered as
baseplate assemblies. The baseplate combines the
prime mover, linkage, and door suspension into a
single pre - assembled and tested unit that mounts
directly to the bus structure above the door opening.
The key geometric elements are accurately positioned
relative to one another. The single -piece construction
simplifies door installation and adjustment, and assures
that geometric relationships will remain constant
throughout the life of the bus.
Vapor baseplate assemblies incorporate a linkage
that converts rotary motion from the prime mover to
linear motion of the linkage rod and back to rotary
motion of the door shaft.
By proper arrangement of the relative positions of the
output plate on the prime mover, and the door shaft
lever on the door shaft, the speed of the door and
the actuating force can be optimized so that the door
moves with maximum velocity and minimum force in
the midpoint of its range of motion and with
maximum force and minimum speed
at the extremes of its motion.
Air Assisted Open -
Spring Close Actuator
This is the most popular configuration for operating
exit swing doors on transit buses. The driver unlocks
the doors electrically which allows air to be fed into
Push Open- Spring Close Actuator
This alternate configuration for swing type exit doors gives
passengers complete control of door operation and the
highest level of safety. The bus driver controls the door
DII �� VhporBus International
A Wabtec company
uw,�iU "�0jra
II W I I I I I I I I 111111 11 1101111
JJJ) ( jj) ���
Vapor Electric Lift -to -Latch Actuator
The lift -to -latch actuator uses wedges mounted to the
door frame and doorjamb with a lifting motion of the
closed door panel to retain the door in the closed
position. The Vapor electric
Lift -to -Latch actuator "'A ' LL
Oft, �h.
� � r
Vapor Pneumatic
Rotary Actuator
The Vapor pneumatic rotary
actuator employs a unique
helical cam motion converter
to provide high holding torque
and positive sealing in the door
closed position. As the door
moves in only one plane, the
need for door alignment
adjustments is greatly reduced.
Vapor Pneumatic
Lift -to -Latch Actuator
This Vapor pneumatic actuator
provides the Lift -to -Latch
function with pneumatic operation.
11,j IIIOIq � 0 r j » °�� »� �� � S �� I'I� w urrG� �ee » fV �m, fV "(r 7im ',,. % n„ IIr�P
Vapor door panels are fabricated from aluminum
alloys to provide strength, light weight and corrosion
resistance. Available finishes include paint, anodized,
paintable E -Coat and custom finishes. Optional
accessories include: vTouchTm Electronic
ClassicTM
The standard Vapor door
panel has a single exterior
skin. Options include interior
skins, kick plates and the
provision of fully assembled
doors with windows installed
and all brackets and mounting
fasteners attached prior
to shipment.
Touch Bar, Universal Passenger Assist, and brushes
and seals. All door panels are compatible with the
CLASS® Sensing System. All panels satisfy industry
standard deflection requirements and applicable
FMVSS standards.
Ameriview®
The Vapor Ameriview door panel
combines contemporay appearance
with up to 25% glass area.
The unique glazing system
requires no fasteners and enables
quick glazing replacement.
The Ameriview panel is available
in multiple glazing configurations
Door Edges and Seals
CityMeWm
Vapor's fully - glazed door panel
provides the sleek visual impact
desired by appearance- conscious
transit agencies.
Aluminum frame construction
meets all industry requirements,
while the quick change glazing
uses no fasteners and needs just
minutes for glazing replacement.
Optional Glass Guard TM sacrificial
inner liner is available.
Vapor door edges and seals are designed to weatherproof the bus simply and effectively
and are configured for compatability with the door design and geometry. Elastomer seals "�t'
are extruded from a neoprene compound and incorporate a "box" or "T" section for
mounting into the door panel or doorjamb. Articulating door bottom seals including
the Vapor ActiveBrushTm are available for slide -glide (inswinging) doors operating
Edge" seals between door panels, offering maximum passenger protection with
high reliability and minimum maintenance. It incorporates a sealed cavity
connected to a highly sensitive pressure wave switch actuated by any change in air volume within the cavity.
An object caught between the doors will depress the rubber edge, creating a pulse of air that will activate the
switch and reopen the doors or sound an alarm. Other sensitive edge technologies can be provided upon request.
C LASS°
Contact -Less Acoustic
Sensing System
CLASS, the next generation in passenger
protection, combines acoustic technology
with advanced signal processing technigL
to provide contact -less sensing of passenc
and their belongings in the doorway.
CLASS replaces tape and mat switches,
touch bars and push buttons. Solid- state,
ultrasonic sensors enable passengers
to initiate door opening, provide
a "hold open" request fora
stream of existing passengers,tiyr
and enhance the function of sensitive
edges. The results: lower maintenance
costs, decreased dwell time, and greater
rider satisfaction.
vTouch® Electronic
Touch Bar
The Vapor vTouch features solid -state
circuitry that eliminates switch failures
and permits vertical or diagonal
mounting.
The low profile design reduces intru-
sion into the door opening, while the
universal housings simplify installation
and electrical connections.
The vTouch is ADA compliant, meets
industry strength standards, and
satisfies the NHTSA Drop and Drag
Test. The bar element is available in
powder coated silver gray or high -
visibility safety yellow. vTouch direct
replacements are available for
conventional touch bars.
Door System Controls
Controls for Vapor bus door systems
can be configured to meet the needs
of the vehicle manufacturer. The
simplest configuration employs a direct
connection between a pneumatic
actuator and a pneumatic driver's door controller. Common
configurations interface with the vehicle PLC system to
accomodate passenger actuation devices and /or sensitive
edges.The m icrocontrol ler- based Vapor Control Module is
available for complex door systems that require interface with
multiple sensors and vehicle systems.
Door Annunciator
The Door Annunciator can provide short audio
messages in the exit door area. Digitally recorded
messages are delivered in response to inputs from
the CLASS controller or other compatible inputs.
The messages may be warnings, greetings or
service announcements.
This compact, rugged unit is easily installed in the
door header space or mounted adjacent to
the doorway
Universal
Passenger Assist
The Vapor Universal Passenger
Assist is worthy of the modern bus.
Sleek contours compliment the
vehicle's appearance. Low profile
design minimizes intrusion into the
clear opening, while the two point
mounting maximizes flexibility
in positioning the assist.
The Universal Passenger Assist
is ADA compliant, meets industry
strength standards and satisfies
the NHTSA Drop and Drag Test.
Standard bar element finishes are
powder coated safety yellow and
stainless steel. Other colors can
be provided as options.
Driver's
Door Controller
Designed to be mounted on the l
driver's side console, Vapor driver's door
controllers are available in pneumatic, electric and
combination configurations. The basic design has the
industry- standard five positions, while optional stops
permit setting the number of positions 2, 3, or 4.
Controller handles can be provided in several sizes.
Most utilize a 5/16 inch square shank that can be used
as a key for industry- standard cover latches.
Door Geometries
��7�Qiiial��- - 1 \�I�I�1�Yi�. ` �f� ]iilii[�]il/11�7�71[•ial[�]iFc�
Slide Glide • Smooth, rapid operation • Transit bus entrance
• Limited protrusion outside of vehicle and exit doors
• Door panels may be flat or
moderately contoured
• Clear passenger path
• May require step cutouts
SSW • Simple geometry • Transit bus exit doors
wing g • May be spring - closed • Commercial buses
• Wide doors may protrude and shuttles.
outside vehicle
KNNNNKKA • Simple operation in emergency
situations
Parallelogram • Panels can be flat or contoured • Transit bus entrance
• Can be made flush with vehicle sidewall and exit doors
Plug • More complex mechanism and • Intercity and tour coach
1 adjustments doors (frequently
• Requires clear path to front and single panel)
rear sides of door of opening
• Overlaps door opening when open
Outside • Panels can be flat or contoured • Transit bus mid and rear
• Can be made flush with vehicle sidewall doors
Sliding Plug • More complex mechanism and • Single panel may be used
adjustments in front door if adequate
• Requires clear path to front and clearance is available aft
rear sides of door of opening of opening
• Overlaps door opening when open
• May be single panel or bi- parting
Service and Support
Vapor sales and service representatives can assist in distributors and directly from Vapor. Overhaul of Vapor
maintaining Vapor door systems throughout the life of components to factory standards can be provide upon
the vehicle with maintenance training and suggestions request.
for overhaul and upgrade programs.
Further information, including brochures for specific Vapor
Genuine Vapor parts, as well as rebuild and upgrade products, is available on our website, www.vapordoors.com,
parts kits are available from our authorized from your Vapor sales and service representative or from
our Customer Service Department.
Vapor Bus International
A Wabtec company
1010 Johnson Drive
Buffalo Grove, Illinois 60089 USA
Phone: 847.777.6400
Fax: 847.520.2222
Email: vaporbusinfo @wabtec.com
www.vapordoors.com
Bulletin No. 53 -2002 05 -2009 Printed in U.S.A.
U.S. and foreign patents are applicable and /or pending to products described and illustrated herein.
Vapor, Vapor Bus International, Activair, Ameriview, CLASS and vTouch are registered trademarks of the Wabtec Corporation.
Vapor reserves the right to discontinue products or change product specifications or designs at any time without notification.
GILLIG's over 30 years of transit bus manufacturing experience has taught us that to
minimize interior reflections the windshield needs to be angled (top tipped inwards) for a
100 to 150 tip -in at the driver's sight line. This directs internal reflections downwards and
not back into the driver's eyes. Interior light sources, both direct (interior lights) and
reflected (stanchions, seats, flooring and passengers) were studied and tested and the
above tip -in angle redirected most reflections downwards.
However, increasing the tip -in angle further, tended to increase external glare in high
sun positions as well as increase the solar load (heat) in the driver's area. Also an
increased tip -in angle either increases the front overhang with streamlined styling such
as in our BRT option proposed for this procurement. Consequently, GILLIG has
adopted a 120 (increasing to 140 at the top) tip -in to minimize interior reflections for the
driver. This is achieved by "bulging" the windshield. The bulge has the effect of
increasing the tip -in angle at the driver's sight line (more than a plain sloped
windshield). A drawing showing the effective windshield tip -in angle for our BRT front
end is shown below.
BRT VERSION
In addition to the tip -in angle of the windshield, GILLIG offers adjustable LED interior
lamps to reduce nighttime reflections even further. In the NITE /RUN position the right
hand bank of interior lights can be set to go out when the doors close and the vehicle is
in motion. The left hand bank will still be lit to provide lighting for passengers, but since
this bank is behind the driver's barrier, its reflections are blocked and do not reach the
driver's windshield. All interior lights automatically come on when the bus stops and the
doors are opened.
GILLIG's research has also revealed that nighttime windshield reflections can be further
reduced by selecting darker colored wheel housings and darker colored flooring. Since
there are so many surfaces that reflect light in the interior of a bus, choosing these
darker colors tends to reduce reflected light and thus the potential for windshield
reflections.
In addition, to reduce daylight glare, GILLIG offers front and side sunshade curtains
with opaque and mesh bands to maximize visibility while minimizing glare. The side
curtain band also has a mesh "window" to allow visibility of the outside L.H. rearview
mirror in low sun positions.
Our BRT style front end is available with either a one -piece or two -piece model
windshield installation, with a 140 tip -in, which was achieved by moving the lower
windshield edge forward by 12 ". This was done to minimize internal reflections.
For this procurement GILLIG intends to provide our BRT TWO -PIECE WINDSHIELD
that is mounted into the front cap and secured in place by a specifically designed
rubber molding. The rubber molding utilizes an integral zip lock, which expands the
molding channel and holds the windshield glazing firmly in place. Windshields are
positioned to preclude the maximum amount of reflections from the interior lighting.
A one -piece windshield is also available as an option.
A tint band across the top of the driver's windshield is also available as an option.
All windshields are laminated safety glass and meet FMVSS 205 and 217
requirements.
BRT TWO -PIECE FRONT WINDSHIELD
BRT ONE -PIECE FRONT WINDSHIELD
t / i ; ') 1
11111,,, „, 1 ' ° /// °° / /// lJ ` 1111 � f1 � „ 11111-
FLOORIZGI-
'
The flooring on the lower section and the raised rear section each are continuous planes
except for the wheel housings, the steps and the sloped sections at the front and rear
doors to allow for drainage and ADA access.
Figure 1: Front & Rear Door Slope
Figure 2: Flooring Layout of a GILLIG Low Floor
The flooring used is a high strength -to- weight ratio composite floor panel system
specifically designed to accept GILLIG hardware attachment and Huck fasteners for
underframe attachment. GILLIG composite floor is comprised of a phenolic resin
impregnated structural upper and lower composite skin firmly molded and co -cured into a
t / i ; ,,,,,,,,')'',,,,, 1
11111,,, „, 1 ' ° /// °° / /// lJ ` 1111 � f1 � „ 11111-
dense phenolic composite edge treatment. Within the fully enclosed composite panel
perimeter is a light weight end -grain balsa wood core. Never in any GILLIG bus floor
geometry is the balsa core exposed to the outside environment as is it fully encapsulated
within the phelonic resin, even in the area of the strategically designed thru- holes. The
balsa core does not rot and is fully enclosed by the phenolic composite upper and lower
skins and the dense edges. Balsa core is used by GILLIG as it is an excellent compression
strength core, performs very well in core shear, and it is better in sound transmission loss
factor versus lighter density closed rigid cellular polyisocyanurate foam cores.
The Altoona Test shows that the flooring structure will withstand the application of 2.5
times occupant load weight without permanent deformation and within the maximum
elastic deflection noted. See the attached results. Furthermore, the test performed by
Milwaukee Composites shows that the floor structure can withstand a static load of 300
lbs without permanent deformation.
The panels are secured to the chassis assembly using Huck bolts and white Sikaflex 221
Industrial Adhesive /Sealant. An excessive amount of sealant is used so that it completely
covers the chassis and "oozes” over the edges of the outriggers, cross - members, and
frame rails. All surface irregularities are filled with fiberglass Bondo and sanded smooth.
Floor joints are sealed with Sikaflex 219 prior to the installation of the floor covering.
11 (1 . ..... . . .. � "I F � L.. , 1.1 1) 11"ZI-
For safety, the flooring is covered with rubber or slip-resistant vinyl matting, which on
some buses includes a ribbed surface in the aisles. GILLIG prepares the subfloor and
installs the flooring in accordance rubber matting suppliers' instructions.
EMM 1111,,,,O rktf`` Illl Illl ,,,OO Illy
ELECTRICAL SYSTEM
GILLIG's continuous product improvement process has resulted in significant
advancements in our electrical system design and electrical component selection.
The current Low Floor design reduces bulky harnesses, particularly around the
driver's compartment area, and provides "plug and play" electrical connectors
with brackets to maximize ease of maintenance and diagnostics. Intelligent
component selection and location such as the latest Dinex G3 multiplex system,
12/24 volt battery system, front streetside battery box with stainless steel trays
located away from the hot engine compartment, EMP high output air cooled
alternators and a Vanner electrical system monitor has greatly increased the
reliability of the Low Floor electrical system.
Multiplexing
The GILLIG Low Floor uses the Dinex — G3 multiplex system manufacture by I/O
Controls. Multiplexing makes it possible to move large amounts of sensor and
switching information between remote locations on the bus using only a small
cable. Our multiplex system significantly reduces the quantity of wires and relays
in the bus electrical system while also providing better control and troubleshooting
capabilities for the electrical system. The I/O system has the capability of
communicating with the J1939 network.
Circuit Breakers 24V IGN Relays ' -j' ' - � '4 li? ' Power Repays
0 C
=111=11M
B2 #69 B3 #7'0 B4 #7'5 Al #64 A2 #91
12V Batt. I/a Dinex Multiplexer System I 1
GN'D Juinction interlock Regen
24V Batt. Ground Stud Override Start
Switch Switch
Front Multiplex System
EMM 111J O rktf`` FLOOR
,,,OO III
Power Relays
Circuit Breakers
24V lGN Repays
11
a
Multiplexer
Power Module
D2 #73 D3 #72 D4 #74
12V Batt.---' / GND Stud Battery Stud
24V Batt. Negative Jct.
Battery System
■ V .
Rear Multiplex System
ABS Blink
Code Switch
D5 #76 Transmission ECU
The bus has a split voltage electrical system. 12VDC (nominal) is utilized for
antilock brakes, exterior lighting, fare boxes, P.A. systems, etc. Most of the other
systems on the bus utilize 24VDC (nominal). A 100 amp battery equalizer is
installed between the two 12V batteries to insure equal charge and discharge of the
batteries. Two 12 -volt conventional type batteries are located on slide -out trays in
the battery compartment. The battery compartment is conveniently located on the
front left side of the bus. The battery disconnect switch is located in the battery
compartment and accessible through a clearly marked access door. The switch
completely disconnects the batteries from the electrical system.
RD t2V
d
I 8D 12V
:s
0 �------- A. Bottom Battery
iI n
... _...... _. _...... . _ ....... ........10- To Frame Ground
--------- 0 - To 24V Side of Battery Connect
EMM 1111,,,,O rktf`` Illl Illl ,,,OO Illy
A super capacitor is used as a supplemental power source to enhance starting. This
supplemental power source is installed in parallel with your cranking batteries to
provide consistent starting power over the service life of the batteries. It derives its
power from the charging system and discharges this power upon engagement of
the starter.
A Jump Start connector to safely assist in starting the bus in a low battery situation
can be located at the front of the bus behind the battery box door or behind an
access panel above the front bumper or at the rear of the bus inside the right rear
engine access door.
m
m
e
�5 S
Jump Start Connectors
Alternator
The alternator provides electrical power to all of the electrical systems and also
charges the batteries. The belt driven alternator is mounted at the rear of the
engine on a mounting cradle. A polyvee belt drives the alternator pulley from an
accessory pulley on the engine. Belt tension is automatically maintained by spring
tension on the idler pulley
EMM 1111,,,,O rktf`` Illl Illl ,,,OO Illy
Voltage Regulator
The voltage regulator is remotely mounted from the alternator at the rear curbside
battery fuse panel and can be easily accessed. The purpose of the voltage regulator
is to limit the alternator output voltage to a preset value.
VY!fa'Inm &I -0lkl & @MS
-- — — — — Regulator
Electrical System Monitor
GILLIG provides a Vanner Electrical System Monitor mounted on the rear
bulkhead to monitor alternator output to the battery. It communicates with the I/O
system to alert the driver via the indicator lamp strip in the driver's compartment if
there is a problem either the 12V or 24V electrical system on the bus.
QuIIck Comieds
r
+24V I a pt SI
tZ
'I 2V
+244
Ga.tf ILow
Ea.tf ifligh,
Puwer On, LEG
-7
a a
VANNER
Model EM70D
ELECTRICAL SYSTEM
"'O'PNIIT09
&44 hf4 F
Rf.)FtiF�!CdW
Q Q
MULTIPLEXING SYSTEM
The coach uses the Dinex -MPX multiplex system made by the I/O Controls Corporation. Multiplexing
makes it possible to move large amounts of electrical sensor and switching information between remote
locations on the coach using only a small cable. This eliminates a huge wire bundle (conventional wiring
harness) still found on some buses. Multiplexing also provides better control and troubleshooting capa-
bilities for the electrical system.
NOTICE
A multiplexing service manual from I/O Controls, Dinex G3 Multiplex
System for GILLIG Bus, is included on your GILLIG documentation
CD.
For the most up -to -date information, contact the I/O Controls Corporation.
I/O Controls Corporation
1359 West Foothill Blvd.
Azusa CA 91702
Phone (626) 812 -5353
www.iocontrols.com
Theory of Operation
The multiplexing system consists of modules in-
stalled at various locations on the coach (refer to
Figure 9 -19 for locations). "Clean" power for the
system is provided by a unit mounted in the Rear
Enclosure Electrical Panel. The system works as
follows: One of the modules, the D2, is a program-
mable master module "brain" unit. The others are
"slave" units, which either inform the rest of the
system of inputs from the coach and inputs from
the master module, or direct power to outputs at the
command of the master module.
An input (from a switch, sensor, etc.) is received by
a module. The module will send a signal to the D2
r
I D Key
O
Figure 9 -18, ID Key with Safety Tether
master module. Each module has a screw -on "Intelligent Key" (Figure 9 -18) which uniquely identifies
it on the network. Modules programmed to take action when they get a particular command will do so.
This process continues constantly; every module is constantly in communication with the D2 master
module.
The I/O system now has the capability of communicating with the J1939 network.
Electrical System 418
oo.o
0-0 -0
F�sE F, Fz
oa0 ao
om0 ao
0-0 =o
0-0 bo
o .o 0
Figure 9 -18, ID Key with Safety Tether
master module. Each module has a screw -on "Intelligent Key" (Figure 9 -18) which uniquely identifies
it on the network. Modules programmed to take action when they get a particular command will do so.
This process continues constantly; every module is constantly in communication with the D2 master
module.
The I/O system now has the capability of communicating with the J1939 network.
Electrical System 418
Multiplex System Components
The multiplexer modules are located in four or five locations inside the bus. Refer to Figure 9 -19 for a
diagram of these locations. The different types of modules are described below.
l Zone
Radio A & B
Box
Zone D
Front Door
Lighting Gateway Module
Zone C (on buses with
Module (optional) only a front door)
Zone A & B: Indicator Lamp Strip (light bar) and Air Tank Compartment. Located at the top
of the driver's windshield's area, the indicator lamp strip B1 (ID's #92 and #93) is a part of the
multiplexing network. Located on the ceiling behind the driver's area in the air tank compartment,
accessible by opening compartment door, are five multiplexer modules:
Al (ID # 62) and A2 (ID #91) B2 (ID #69), B3 (ID #70), and B4 (ID #75).
Zone C: Exit Door. A single module (on busses with rear exits) is installed in the area above the
rear exit door: C1 (ID #71).
Zone D: Rear Enclosure Electrical Panel. This panel is located behind a locking door at the
top of the rear bulkhead. Three multiplexer modules are located here: D2 (ID #73), D3 (ID #72),
D4 (ID #74), and (optionally) D5 (ID #76). The Power Management Module is also located here.
Radio Box: Located above the left front wheel well, the radio box houses optional ITS (intelligent
transportation systems –GPS and voice annunciator) components: B5 (ID #88 —this ID number will
vary depending which ITS system is on the bus).
Figure 9 -19, Multiplexer Component Locations
419
Electrical System
G3 -PMS- 0025 -01 Power Management
Located in Zone D, this module (Figure 9 -20) is a switching power supply circuit which takes a 10-
36VDC input and converts it to "clean" 12VDC power for the multiplex system. All of the components
in the multiplex system receive their power from this module. A circuit breaker is installed on the left
side of the module. The "Sleep Enable" switch should always be kept in the "ON" position. The Power
Management Module is located on the Rear Enclosure Electrical Panel (see the "Electrical Panels" sec-
tion of this chapter for location).
® ® c
o�a
DT06 -08S
o �
DT04 -2P
DT06 -08S
PIN
COL.
V =-
12VDC
1
BRW
POWER OUT
AND
DINEX G3
POWER IN
M6VDC
CONTROL
MODEL: G3- OO25 -01
OUTWARNIN Q
WARNING Q
INPUT COM.
LO CONTROLS CORP.
AZUSA, CA U.S.A.
DELAY ON O
WARNING
■IIIIIIIIIIIIIIIIIII■
ENABLE
CB
6
SLEEP O
EP
5A.
7
olSneLE
485 -B
8
GRY
DT04 -2P
DT06 -08S
PIN
COL.
FUNCTION
1
BRW
+12V ISOLATED
2
RED
GROUND ISOLATED
3
ORG
INPUT COM.
4
YEL
WARNING
5
GRE
MSW -6
6
BLU
485 -A
7
PPL
485 -B
8
GRY
BAT.GND
DT04 -2P
PIN
COL.
FUNCTION
1
YEL
CIRCUIT BREAKER
( +24V BATTERY
POWER)
2
BLK
BATTERY GROUND
Figure 9 -20, Power Management Module
Electrical System 420
G3- HCNC- J1939- 168- R6 -GL1 High Speed Controller Module
The G3- HCNC- J1939- 168- R6 -GL1 "brain" module (Figure 9 -21) is a programmable network controller
which can handle up to 16 inputs and 8 outputs. There is one G3- HCNC- J1939- 168 -R6 -GL module,
located in Zone D, installed in the coach. This module constantly monitors the system for signals
from other modules. Each output circuit is individually fused; inputs and outputs can be monitored by
observing the numbered LED's on the module's face. Green LED's indicate input circuit status; red or
amber LED's indicate output status.
This module contains two programs: one for processing ladder logic ( #77) and one for communicating
with the J1939 network ( #76).
I
o -o
ICI
J
AMP 96335] -1 CON -B
PINK FUNCTION
1 C M411NPUT5 -8)
2 C M211NPUT 13 -16
DTM06 -08S (NETWORK B)
DTM04 -OSP (NETWORK A)
3 1 COM3 INPUT 1 -4 AMP 96335] -2 CON -A DTM04 -OBP (NETWORK A) DTM04 -OBP (UPLOAD)
4 COM1 INPUT9 -12 PIN# FUNCTION PIN WIRECOLOR FUNCTION PIN WIRE COLOR FUNCTION
5 N/C 1 BATTERY GND 1 YELLOW N/C
6 N/C 2 BATTERY POWER 2 GREEN CAN LO A 2 N/C
] INPUTS 3 OUTPUT 8L 3 RED +12Y ISOLATED 3 RED +12V, ISOLATED
8 INPUT 16 4 OUTPUT 4L 4 BLACK GROUND ISOLATED 4 BLACK GROUND ISOLATED
9 INPUT] 5 OUTPUT 8H 5 N 5 ORANGE UPUNKA
10 INPUT 15 6 OUTPUT 4H 6 N/C 6 GREY UPUNK_B
11 INPUT 6 ] OUTPUT]L 7 N/C 7 N/C
12 INPUT I4 8 OUTPUT 3L 8 BLUE SHIELD _A 8 N/C
13 INPUT 9 OUTPUT 7H
14 1 INPUT 13 10 OUTPUT 3H DTM06- 08S (NETWORK B) DTO6J5 (J1939)
15 INPUT4 11 OUTPUT 6L [7N WIRECOLOR FUNCTION
16 INPUT I2 12 OUTPUT 2L YELLOW PIN# FUNCTION
1] INPUT3 13 OUTPUT 6H GREEN CAN LO B A J1939_HI
18 INPUT 11 14 OUTPUT 2 H RED +12Y ISOLATED B J1939_LO
19 INPUT2 15 OUTPUT 5L BLACK GROUND, ISOLATED C J19395HIELD
20 INPUT 10 16 OUTPUT 1 L N
21 INPUTI 17 OUTPUT 5H N/C
22 INPUT9 18 OUTPUT IH N/C
BLUE SHIELD B
Figure 9 -21, High -Speed Controller Module
421
Electrical System
< w0p0pp000 G
z UO
00000000
AMP 206466 -1
o UT00000 0 FUSE FS, FS F9 FS4
00
Q
117 =CO
C0
NE G1 FUSE SSE FS1 FS FS
MODEL 1H u "CO ca U S
A
AFUSP O
3 1 COM3 INPUT 1 -4 AMP 96335] -2 CON -A DTM04 -OBP (NETWORK A) DTM04 -OBP (UPLOAD)
4 COM1 INPUT9 -12 PIN# FUNCTION PIN WIRECOLOR FUNCTION PIN WIRE COLOR FUNCTION
5 N/C 1 BATTERY GND 1 YELLOW N/C
6 N/C 2 BATTERY POWER 2 GREEN CAN LO A 2 N/C
] INPUTS 3 OUTPUT 8L 3 RED +12Y ISOLATED 3 RED +12V, ISOLATED
8 INPUT 16 4 OUTPUT 4L 4 BLACK GROUND ISOLATED 4 BLACK GROUND ISOLATED
9 INPUT] 5 OUTPUT 8H 5 N 5 ORANGE UPUNKA
10 INPUT 15 6 OUTPUT 4H 6 N/C 6 GREY UPUNK_B
11 INPUT 6 ] OUTPUT]L 7 N/C 7 N/C
12 INPUT I4 8 OUTPUT 3L 8 BLUE SHIELD _A 8 N/C
13 INPUT 9 OUTPUT 7H
14 1 INPUT 13 10 OUTPUT 3H DTM06- 08S (NETWORK B) DTO6J5 (J1939)
15 INPUT4 11 OUTPUT 6L [7N WIRECOLOR FUNCTION
16 INPUT I2 12 OUTPUT 2L YELLOW PIN# FUNCTION
1] INPUT3 13 OUTPUT 6H GREEN CAN LO B A J1939_HI
18 INPUT 11 14 OUTPUT 2 H RED +12Y ISOLATED B J1939_LO
19 INPUT2 15 OUTPUT 5L BLACK GROUND, ISOLATED C J19395HIELD
20 INPUT 10 16 OUTPUT 1 L N
21 INPUTI 17 OUTPUT 5H N/C
22 INPUT9 18 OUTPUT IH N/C
BLUE SHIELD B
Figure 9 -21, High -Speed Controller Module
421
Electrical System
G3 -DIO- 888 -K6 Digital Input /Output Module
This module (Figure 9 -22) is a non - programmable "slave" unit which serves only as an on /off controller
for up to eight inputs and eight outputs. There are several of these modules installed in the bus, in Zones
A &B, Zone C, and Zone D. The number of modules depends upon bus design. Each output circuit
is individually fused; inputs and outputs can be monitored by observing the numbered LED's on the
module's face. Green LED's indicate input circuit status, red LED's indicate output status, and amber
LED's indicate load condition.
DEUTSCH
DTM06 -08SA
PIN
WIRE COLOR
CON -0036
1
YELLOW
a
DEUTSCH
GREEN
p
DTM04 -08PA
WIYI IJWJYCI Y WWJIL�
+12V ISOLATED
AMP
BLACK
GROUND, ISOLATED
206433 -1
FUSE FS1 FS2 FS3 FS4
WC
CON -0067
WC
WC
0 0 0 4 0
0 . �Oao �OsO
WC
WC
.a0 as 0,a0
1H
`I
DTM04- 08P/DTM06 -08S
PIN
WIRE COLOR
FUNCTION
1
YELLOW
CAN HI
2
GREEN
p
IN OUT FB
WIYI IJWJYCI Y WWJIL�
+12V ISOLATED
10.,0„0
BLACK
GROUND, ISOLATED
0:0 0,:,
FUSE FS1 FS2 FS3 FS4
WC
:0
�30
WC
WC
0 0 0 4 0
0 . �Oao �OsO
WC
WC
.a0 as 0,a0
z,
x
.70.70 70
FUSE FS5 FS FS7 FS8
.0..010 o
—
DIN
413
MODE P/N: 13-41381-052
MODEL:
✓� YWI�SYCIW/W WAY
Q
ONTR-Y8S CORP.
LO CONTROLS CORP.
SA, CA U.S.A.
DTM04- 08P/DTM06 -08S
PIN
WIRE COLOR
FUNCTION
1
YELLOW
CAN HI
2
GREEN
CAN LO
3
RED
+12V ISOLATED
4
BLACK
GROUND, ISOLATED
5
WC
WC
6
WC
WC
7
WC
WC
8
BLUE
SHIELD
Figure 9 -22, Digital Input /Output Module
Electrical System 422
G3- 48LED -05 -GL Indicator Lamp Strip Module
The Indicator Lamp Strip Module has been integrated into the Multiplexing system, and it now receives
commands from the master module to turn appropriate indicator lights on and off according to program-
ming commands. (See Figure 9 -23.)
o ❑❑❑❑❑❑❑❑❑❑❑❑ [][][][][]Ell:] ❑❑❑❑❑❑❑❑❑❑❑❑ ❑ ❑ °
11111111111111111111110 ❑❑ ❑❑ ❑❑ ❑❑ ❑❑ ❑❑ ❑❑ ❑❑ ❑❑ ❑❑ ❑❑ ❑❑ ❑❑ �.
Figure 9 -23, Indicator Lamp Strip Module
DTM04.08P/DTM06.08S
0 0 o
COL.
0
1
0
CAN HI
2
GRN
�
3
RED
+12V, ISOLATED
4
O
GROUND, ISOLATED
STOP ENGINE
8
CHECK ENGINE
9
GND
Figure 9 -23, Indicator Lamp Strip Module
DTM04.08P/DTM06.08S
PIN
COL.
FUNCTION
1
YEL
CAN HI
2
GRN
CAN LO
3
RED
+12V, ISOLATED
4
BLK
GROUND, ISOLATED
AMP 640501.2 (J1)
PIN
FUNCTION
1
VDC1 ( +24V)
2
VDC2 ( +24V)
3
VDC3 ( +24V)
4
GND
5
PRESS TO TEST
6
GND
7
STOP ENGINE
8
CHECK ENGINE
9
GND
G3- DIO- 321N -R6 Digital Input Control Module
The Digital Input Control Module (see Figure 9 -24) is located in Zone A & B (in the air tank compart-
ment). This module will take 32 inputs. A green LED will light up if the module receives a correspond-
ing input signal.
®
00000000
110, o 110, 110, 110, 110, 110, o
°00000000
00000000
DwE -i3I
�...
®MODEL
Ia L1. AP. O n n®
AMP 963357-1
DEUTSCH
DTM06.OBSA
CON -0036
❑
o❑o
DEUTSCH
PIN. FUNCTION
DTM04.08PA
CON -0016
INPUTI]
®
00000000
110, o 110, 110, 110, 110, 110, o
°00000000
00000000
DwE -i3I
�...
®MODEL
Ia L1. AP. O n n®
AMP 963357-1
PIN. FUNCTION
1
INPUTI]
2
INPUT25
3
INPUT1S
AMP 9633571
4
INPUT26
PIN. FUNCTION
5
INPUTI9
1
INPUTI
6
INPUT27
2
INPUTS
]
INPUT20
3
INPUT2
G
INPUT28
4
INPUT10
9
INPUT21
5
INPUTS
10
INPUT29
6
INPUT11
11
INPUT22
]
INPUT4
12
INPUT30
8
INPUT12
13
INPUT23
9
INPUTS
DTM— P /DTM.S
14
INPUT31
10
INPUT13
15
INPUT24
11
INPUTS
PIN WIRE COLOR FUNCTION
16
INPUT32
12
INPUT14
1
YELLOW
CAN HI
17
COM 3(INPUT17 -24)
13
INPUTI
2
3
GREEN
BED
CAN-LO
ISOLATED
18
COM4 INPUT2-2)
(
14
INPUTIS
4
BLACK
RO
G GROUND, ISOLATED
19
WC
15
INPUTS
5
ORANGE
N/C
20
WC
16
INPUT16
6
GREY
WC
21
TTERY POWER
17
COM 1 (INPUTI -e)
7
PURPLE
WC
22
BATTERYGND
18
COM2(INPUT9 -16)
8
BLUE
WC
Figure 9 -24, Digital Input Control Module
423
Electrical System
G3- DIO- 40UT -K7 Dedicated Four - Output Module (Optional)
This dedicated four - output module (Figure 9 -25) receives commands from the G3 -HCNC module and
performs various functions, depending upon where it is located —for example, this module can be used
to control ITS systems, HVAC, and as a front door control.
DEUTSCH
DTM06 -OBSA
CON -0036
PIN
WIRECOLOR
e
1
YELLOW
DEUTSCH ❑,
CON -0016
AMP
oo-
o °„ �¢
°oo., c353 „.e
00. 64s. °s 5
UN
206433-1
CON -0067 ®O®
�
DT04 -OSP
+12V, ISOLATED
4
BLACK
GROUND, ISOLATED
5
N/C
DTM04.08P/DTMO6 -08S
PIN
WIRECOLOR
FUNCTION
1
YELLOW
CAN HI
2
GREEN
CAN LO
3
RED
+12V, ISOLATED
4
BLACK
GROUND, ISOLATED
5
N/C
OUTPUT 3(2.5A MAX.)
6
N/C
OUTPUT 4(2.5A MAX.)
7
N/C
BATT. POWER
B
N/C
BATT. GROUND
DT04 -08P
PIN
WIRE COLOR
FUNCTION
1
BROWN
OUTPUT 2.5A MAX.
2
ORANGE
OUTPUT 2(2.5A MAX.)
3
N/C
4
N/C
5
YELLOW
OUTPUT 3(2.5A MAX.)
6
GREEN
OUTPUT 4(2.5A MAX.)
7
RED
BATT. POWER
B
BLACK
BATT. GROUND
Figure 9 -25, Dedicated Four - Output Module
Headlight Control Pulse -Width Modulation
In previous GILLIG I/O systems, pulse -width modulation (PWM) was provided by a separate module.
The task of the Headlight Control Pulse -Width Modulation module has now been assigned to output
channels 1 and 2 on the G3- HCNC- J1939- 168 -R6 and G3 -DIO- 888 -K6 modules. Output channels 1 and
2 can be controlled by the application program to provide PWM or non -PWM output.
PWM output provides low voltage to outputs 1 and 2 on 132 and 134 for low- and high -beam headlighs,
significantly increasing bulb life. The voltage pulse width, instead of a constant 12 volts, is digitally
modulated and programmable for a desired percentage of duty cycle. This module controls headlights,
panel lights, stop request lights, marker lights, and front stepwell heaters.
Electrical System 424
DL -CM2 -001 Dinex Lighting Gateway Module (Optional)
This module (Figure 9 -26) provides power to the interior lighting in buses equipped with I/O Controls
LED interior lighting systems, and it communicates with the master module to turn individual light-
ing fixtures on and off according to conditions in the ladder logic. It controls curbside lighting fixtures
14-10 (going from front to back) and streetside lighting fixtures 1 -5.
i
a,Tra:
MEAN
DTM06 -08S
TM04 -08P
® MINIMUM
.•Bu
—.o
DINE X DHGTING B
MODEL DL- CM2 -001
® DO CONTR0L5 CORP. OF 9 u
AZUSA. CA U.S.A
Figure 9 -26, Lighting Gateway Module
G3 -GW- 024 - MVCM -R7 Module (Optional)
The optional G3 -GW- 024 - MVCM -R7 Module (Figure 9 -27) sends discrete signals to intelligent devices
such as Siemens GPS /voice annunciation systems regarding bus status information, for example, that the
doors are open, the ramp is deployed, or that a stop has been requested.
PIN
�000000000mmm�mmmmmm�m���m
FUNCTION
1
17D- 825P-U
ONET RS-485+
2
GRIN
DNET RS -485-
3
RED
+12V ISOLATED
DTM04 -08P
BLK
GROUND, ISOLATED
�000000000mmm�mmmmmm�m���®
NC
NC
6
NC
NC
7
NC
I•IIIIIIIIIIIIIII■
8
BLU
s�
©�M
°ov°°ca�
70 eo 90
0
o
,:o umcc: m c-a.TmamS mnP,
Figure 9 -26, Lighting Gateway Module
G3 -GW- 024 - MVCM -R7 Module (Optional)
The optional G3 -GW- 024 - MVCM -R7 Module (Figure 9 -27) sends discrete signals to intelligent devices
such as Siemens GPS /voice annunciation systems regarding bus status information, for example, that the
doors are open, the ramp is deployed, or that a stop has been requested.
DTM04- 08P/DTM06 -08S
PIN
�000000000mmm�mmmmmm�m���m
FUNCTION
1
17D- 825P-U
ONET RS-485+
2
GRIN
DNET RS -485-
3
RED
+12V ISOLATED
DTM04 -08P
BLK
GROUND, ISOLATED
�000000000mmm�mmmmmm�m���®
NC
NC
6
NC
NC
7
NC
I•IIIIIIIIIIIIIII■
8
BLU
CAN SHIELD
70 eo 90
0
o
,:o umcc: m c-a.TmamS mnP,
1.0
00 21
.0 sw sw
DTM06 -08S
17:
Ell
DTM04- 08P/DTM06 -08S
PIN
�000000000mmm�mmmmmm�m���m
FUNCTION
1
YEL
ONET RS-485+
2
GRIN
DNET RS -485-
3
RED
+12V ISOLATED
4
BLK
GROUND, ISOLATED
�000000000mmm�mmmmmm�m���®
NC
NC
6
NC
NC
7
NC
NC
8
BLU
CAN SHIELD
DTM04- 08P/DTM06 -08S
PIN
COL.
FUNCTION
1
YEL
ONET RS-485+
2
GRIN
DNET RS -485-
3
RED
+12V ISOLATED
4
BLK
GROUND, ISOLATED
5
NC
NC
6
NC
NC
7
NC
NC
8
BLU
CAN SHIELD
Figure 9 -27, G3 -GW- 024 - MVCM -R7 Module
425
Electrical System
Multiplex System Connections
See Figure 9 -28. The modules in the system are connected by small cable bundles wrapped in plastic
conduit and joined by Deutsch connectors. Do not cut or modify any of the multiplex system wiring.
Refer to the Schematics Manual for your coach to determine cable routing.
Above Front Door
(On buses with
only a front door)
C1 #71
Zone C
Above Exit Door
(On buses with front
and exit doors)
C1 #71
PMS
GND Strip 9j!iM
GUZP
Zone D
Above HVAC Grille
D2 #73 D3 #72 D4 #74
Wake
A2 #91 To Master Diode Block
B2 #69 B3 #70 B4 #75 At #64
U
Battery
Figure 9 -28, Multiplex System Connections
Electrical System 426
D5 #76
(Optional)
J1939
i ` - - -- Network
i
i
i
Optional
In Radio Box
--_- Wireless
(optional)
Communication
B5 #88
i Module
i
i
Lighting Gateway
_
(Optional Module)
Zone A & B
Air Tank Compartment
Above the Driver
�1 �1 !---% r---%
i i
B1 #92/93
Wake
A2 #91 To Master Diode Block
B2 #69 B3 #70 B4 #75 At #64
U
Battery
Figure 9 -28, Multiplex System Connections
Electrical System 426
D5 #76
(Optional)
Troubleshooting
Troubleshooting a multiplexed electrical system is usually fairly easy. Most problems can be identified
by observing the LED's on the multiplex modules. It may, on rare occasions, become necessary to reload
the software into the master module.
To properly troubleshoot the electrical system, it is necessary to understand the relationship between
various combinations of inputs and the programmed responses to those inputs. The I/O Dinex
multiplexer system can be programmed to require any number of conditions (on or off signals from
coach switches or sensors) in any combination to produce a response. The response can simply turn on
an output to a device, or it can be a series of timed events and /or multiple actions.
Ladder Charts
The best way to understand the programming of your coach's multiplexer system is to study the diagram
of the programming, which is known as a "ladder chart." The ladder chart can be found in the GILLIG
Electrical Schematics Manual. Always make sure you are using the correct manual for your bus before
attempting any electrical troubleshooting; check the coach /chassis numbers on the manual's front cover.
Ladder charts use logical symbols and connecting lines to show the relationships between the various
inputs and outputs in the multiplexer system. The three most commonly used symbols are:
"ON" Input Condition Required
This symbol, which is made up of two vertical lines interrupting a horizontal line
(see Figure 9 -29), indicates that the input circuit number listed above the symbol
must be ON to continue to the next step to the right of the symbol on the ladder
chart. In the example here, the IGN circuit at Al -in1 must be on or active in order
for the multiplex system to move on to the next condition or action in the ladder
chart.
"OFF" Input Condition Required
This symbol, which looks like the "On Input Condition Required" symbol with a
diagonal slash through it (see Figure 9 -30), indicates that the input circuit num-
ber listed above the symbol must be OFF to continue to the next step to the right
of the symbol on the ladder chart. In the example here, the STARTER circuit at
D3 -in2 must be off or inactive in order for the multiplex system to move on to the
next condition or action in the ladder chart.
Al -in1
IGN
Figure 9 -29, "ON"
input required
D3 -in2
STARTER
Figure 9 -30, "OFF"
input required
427
Electrical System
Timed Action
This symbol, which looks like a box interrupting a horizontal line (see Figure 9 -31), indicates that the
timed function listed inside the box will affect whatever action is listed to the right of the box on the
ladder chart. In some cases, there may be a delay before an action is taken; in others, an action may be
taken for a specified amount of time, then stopped. In the example here, the DOOR ALARM output
B 1 -22 will be activated for three seconds, then turned off.
TURN ON 61 -22
3 SEC DOOR ALARM
Figure 9 -31, Timed Action Taken
Reading the Ladder Charts
Refer to Figure 9 -32. Each circuit shown on the ladder charts starts with a single line on the left and ends
with a single output on the right. The multiplexer system checks for the required conditions, scanning
from left to right. If a path can be completed (by meeting all the required conditions between the start
of the circuit on the left and the output on the right), power is sent to the output. In most cases, there
is more than one path that will activate the output; in these circuits, any completed path will activate
the output. For example, in Figure 9 -32, there are three ways to send power to the HEAD LIGHT at
132 -ol (the small "O" stands for "output "). One way is for all the conditions on the upper path to be
met; for this to happen, the STARTER MOTOR input at D3 -in2 must be OFF, the NIGHT RUN input
at AI-M2 must be ON, and A2 -in21 must be on. The output for 132 -ol will provide a 93% duty cycle.
All conditions on each rung must be met before the upper path can be completed and power sent to the
headlights. Another way to send power to the HEADLIGHT output is to complete the lower path, shown
in Figure 9 -32. To do this, the EXT. LIGHT TEST FLAG input must be ON.
STARTER
?,1 -in2 A2 -in21
NIGHT RUN HIGH BEAM
DUTY
CYCLE
Al -F07
EXT LT TEST FLAG
A2 -in20
--�i
HIGH BEAM ON SWITCH
Figure 9 -32, Headlight Relay Ladder Chart
Electrical System 428
B2 -01
C.S. HIGH
BEAM
B2 -o2
S.S. HIGH BEAM
Module LED's
The multiplexing system modules have LED indicator lights to help you find problems. Observing the
LED's on the modules while referring to the ladder chart for your bus will enable you to solve most
electrical problems on the bus.
Input Circuits
Input circuits have green LED's. Refer to the input /output map for your coach to determine which circuit
a particular LED is monitoring. On G3 -DIO -888 modules, input circuits are always numbered it through
18. On the G3- HCNC- J1939- 168 -R6 LED's it through 116 indicate inputs.
Output Circuits
Output circuits are monitored using the red or amber LED's. Refer to the input /output map for your
coach to determine which circuit a particular LED is monitoring. Red LED's are assigned a circuit num-
ber. When a red LED lights up, it indicates that the output circuit is on or active. On G3 -DIO -888 and
G3- HCNC -J1939 -168 modules, output circuits and their corresponding red LED's are always numbered
of through o8. G3 -DIO -888 and G3- HCNC- J1939- 168 -R6 modules have amber output LED's in addi-
tion to the red LED's; the amber LED's indicate that a circuit is ready but not active. Each amber LED is
paired with a red LED (see Figure 9 -33); the circuit number being monitored is the one by the red LED.
Data Communication Status LED
On the left side of each module (except the G3 -PMS -0025 power supply) will be one or two unlabeled
red LED's. See Figure 9 -33 location. The Data Communication Status LED's indicate communication
with other modules. If there are two Data Communication LED's on a module, they will be labeled with
ID numbers so you can tell which group of circuits each is monitoring.
Output circuit active Output circuit ready
Data Communication
Status LED
LED (red) LED (amber)
r-co, V. o4
Figure 9 -33, Multiplex Module LED's
429
Electrical System
us r
0,0"
O
=O � =O
FUSE F1 rz
0
OHO 0 a
O O ,
60�
:O,0 �O
ruse
0 �O -0
oNexq,
M �L a. �a . .
Us'.
0
Figure 9 -33, Multiplex Module LED's
429
Electrical System
Diagnosis
If an electrical component or system on the bus is having problems, first check the ladder charts and
electrical schematics to determine which multiplex modules and connections are responsible for the cir-
cuits in question. Then use the following troubleshooting list to help identify the problem:
Amber output circuit LED's on /off.
The amber LED for an output circuit indicates that the output circuit is ready but not active. If
the load circuit is open, the amber LED will be off. Possible causes include: burned -out bulb, bad
connection between multiplex module and coach electrical device, defective solenoid, etc.
Amber and red LED's for circuit both on.
If both the amber and red LED's for an output circuit are on, check the fuses for the correspond-
ing circuit on the multiplex module. (On the G3 -DIO- 888 -K6 module's outputs 132 -ol, B2 -o2,
134-o I, and B4 -o2, when amber and red LED's light simultaneously, this does not indicate a
blown fuse on these outputs. To check fuses on this module, visual inspection is necessary.)
Red output circuit LED's on /off.
If a red output LED is on, this indicates that the processor has triggered the corresponding func-
tion. If the red output LED is off, this indicates that this output is not active.
Red data communication status LED not flashing.
Each module's red data communication status LED (see Figure 9 -33) should always be flashing.
This indicates that the module is communicating with the rest of the system. If a red data com-
munication LED is not flashing, check the multiplex system cables for loose connections or dam-
age.
If none of these diagnostic procedures help, there may be a hardware or programming problem with the
multiplexing system itself. Contact the GILLIG Field Service Department at (510) 785 -1500 or
I/O Controls Corporation at (626) 812 -5353 for advanced troubleshooting assistance.
DINEX Flash Codes
The COMM FAULT lamp on the dashboard Indicator Lamp Strip can display a flash code if there is any
DINEX module communication failure. The Day Run, Night Run, Park, or Rear Run switch must be on
to display these flash codes. The COMM FAULT lamp will light for a few seconds on initial power -up,
along with all of the other LED's on the Indicator Lamp Strip. After that, if the COMM FAULT lamp
remains off, this indicates that the DINEX modules are communicating. Use the following flash codes to
determine which module is failing.
Electrical System 430
DINEX Flash Codes (Continued)
COMM FAULT
Lamp is:
Meaning
Off
Dinex communication OK
1 Flash
Module Al #64 Comm Fault
2 Flashes
Module A2 #91 Comm Fault
3 Flashes
Module LE #84 Comm Fault
4 Flashes
Module 131 #92 Comm Fault
5 Flashes
Module 131 #93 Comm Fault
6 Flashes
Module B2 #69 Comm Fault
7 Flashes
Module B3 #70 Comm Fault
8 Flashes
Module Cl #71 Comm Fault
9 Flashes
Module D3 #72 Comm Fault
10 Flashes
Module D2 #73 Comm Fault (internal)
11 Flashes
Module D4 #74 Comm Fault
12 Flashes
Module B4 #75 Comm Fault
13 Flashes
Module D5 #76 Comm Fault
14 Flashes
Module Al #77 (internal) Comm Fault
15 Flashes
Module B5 #88 Comm Fault
16 or 17 Flashes
Incorrect Dinex program, Incorrect Accessory
(such as RTMWin, iPAQ, or Palm PC accessory)
18 Flashes
Module G1 #87 Comm Fault
19 Flashes
Old SMBC program. Re -load with J1939 type
SMBC program.
431
Electrical System
Q
0
O
M
N
N
t`
U
tc
O N
r
r !tom I / /Il
� rn IJJI //
!11
1�-
!z7
co
tt�
S
w
zJ
t7 C+i lV N T L�1 a z
L2i LL7 12? Q Q J
v
Q
W
_!
Lq
�L
I-Uw
0= W
LL W O
tr J >}
7 Lu W 0
mmrtQ
W D20f aCw
�o
m�m =zaocc2
0 Cc
.. :3 C4
mII
W �dFO-
W 2W t?
Q
CII
ON p W
�
QE0
ILQS., II Q
FQU
0
z
m Q n
-7
Z
II F-
S W �wr
Qm<CL
0
r m y
F=.jmmm
CL
0
4U�Q
_
- - -
i fZ, a n
cv
iF -
.r
a
0
------------
- T
L L q �TJ - -LUT T
r — — — —
- - -I
LL Z
0
I N
Cj
C')
z
Z
Z2
2
0
T
O Z.
L ----- I
ow T
= a: 1
.1185
w
z
W LU 0
W 2
LLI
Cc I a z
a z 0.
< 5�
W29 I :?
Lq 0. Y
<>
o,, � 11
R o 2id
w () M : 2 & a- as
oz I p ) ml I
m
Lq P,:
0, LU
Z
LU
I------------- - - -IIU
Im TI II I
II I
Ir 2 II
io
IL
--------- x— n— —z
12-
W 2> II r
z
0 0
LU i� III is al
10
0
0
24- S-
C\j
:w
I II W
I II 10
cli < II
Z
LU
z
w CC ,
z 0 0
F z
OI w
wwo< IW
z N Ci cr
III----- __.- - - - - --
-----------------
C)
0
CD
0
04
N
t / i ; ,,,,,,,,''',,,,,
11111,,, „, 1 ' ° /// °° / /// lJ ` 1111 � f1
O T'IR OIL -IL -, IE IR AREA NETWORK
GILLIG provides two access points to the Controller Area Network (CAN). These are
located in secure areas to prevent unauthorized personnel from accessing or tampering
with connectors, while still being easy for maintenance personnel to connect to.
Interior location in forward air tank compartment by driver's area
Exterior location in engine compartment on rear run box
Additional connectors can be provided upon request. These can be at the driver's dash,
driver's side console, the electrical equipment cabinet or custom location upon request
and approval.
Interior Lighting
Passenger Interior Lighting
GILLIG provides the Pretoria all LED interior lighting system in the passenger
area. The LED lighting system is controlled by the I/O Controls multiplex
electrical system. It requires no ballast and allows for manual or programmable
dimming on any one of the lighting fixtures based on operational conditions. The
Pretoria LEDs in this system are covered by a 12 year warranty. The LED lighting
has low power consumption as compared with fluorescent lamps and eliminates
the disposal issues associated with fluorescent lamps. The panel materials are
easily cleaned of graffiti and allow for standard 11" ad card placement.
Preortia LED Interior
Licht
Driver's Lighting
The driver's lamp is located on the bottom of the main electrical panel closeout,
above and to the left of the driver. The lamp illuminates the steering wheel
and dash area of the driver's compartment. The lamp is controlled by a toggle
switch convenient to the driver.
Pretoria L, D Inferior Lighting
Interior LED Lighting has rapidly ad aced a�Qn�g with the d, sire of bus
owners and operators to have options regarding light systems and their ability tc� vary thy;,
u��o
light intensity to aid in the reduction of windshield glare which` will create a
safer environment for their drivers and patrons.
Lighting systems with variable output features may not only help reduce windshield glare
but also save valuable maintenance assets. Such as the time required to maintain
fluorescent systems, reduction of the space required to store lamp tubes, everything
involved with the disposal of fluorescent lamp tubes and no high voltage ballast to
replace or worry about.
Pretoria has designed and supplied more bus interior lighting and overhead parcel rack
variations than anyone in the industry and pioneered the use of aluminum composite
panels as transit ducting.
Our latest LED system builds on our 3rd Generation LED system by incorporating an
advanced multifunction LED driver with programming capabilities. The design and
functionality of the LED driver allows for the bus owner to specify the best suited lighting
option for their individual needs.
Please see the reverse side of this brochure for more information.
Ph. 615 867 -8515
Transit Interiors Fax. 615 867 -8790
1975 Joe B. Jackson Pkwy www.pretoriausa.com
Murfreesboro, TN 37127 www.smiglobal.net
Pretoria Transit Interiors
Pretoria LED Operating Options
The Pretoria LED Multifunction LED Driver Offers Options:
Standard Configuration (duplicates the operation of fluorescent systems)
- SBPG compliant light levels. The use of glare reduction features such as the
extinguishing or dimming of light fixtures, the use of tinted lens or colored
LED's may result in lower readings.
- LED's in Daylight (6000K- 6500K) or Cool White (4500K- 5000K) color temperature's.
- System allows for any fixture to Extinguish or Dim at an 80% reduction
pre -set level.
- Internal embossed prism PC lens that evenly mixes and distributes the light.
- Lens are available in clear, white, blue with custom tints available.
- Seamless light, translucent fixture end caps protect and seal the fixture and lens.
Manual Dimming Option (variable light level range, upgrade system)
- Driver console or concealed cabinet mounted R/S and C/S potentiometers for
variable light intensity with an output ranging from approx 20% through 100 %.
- Retains the ability for each fixture to Extinguish or Dim.
Programmable Light Output Option (customized light percentage output, upgrade system)
- Allows each fixture to adjust light output to a specific level per fixture based on
predetermined inputs from our custom programming module.
- Retains the ability for each fixture to Extinguish or Dim.
Other options include:
- LED's in glare reducing colors such as blue, red and green are available.
- Custom tinted lens are available.
- Photo sensor to automatically adjust the light levels relative to ambient light level conditions.
Available with Programmable Light Output option.
- Emergency back -up power to select fixtures. Available with any operating option.
Double Row of LED's are Spaced at 1/4" O.C.
Creates an Even and Seamless Lens Filling Light
that closely replicates Fluorescent Lighting.
Service of the System is Simple, Requiring Common
Tools and Absolutely No Soldering to Replace the
LED or the LED Driver.
pn"IiuiN1�li�uiulllllll 'uiuliiNiiiitliryi��ml M-
sp�P�Tlkqx
Fixture
End Cap / Seal
Double Row of LED's
Anodized Aluminum
Light Housing
t / i ; ,,,,,,,,')'',,,,, 1
11111,,, „, 1 ' ° /// °° / /// lJ ` 1111 � f1 � „ 11111-
T' III NG
Experience with several fleets has shown that it is rarely necessary to tow the GILLIG
coach as a mechanic can rectify almost all causes of road calls in less than thirty (30)
minutes. Usually, the coach can resume service immediately or be driven back to base.
In the event that towing is deemed necessary, the following steps must be taken:
• A fixed tow bar should be firmly attached to both front tow eyes. The tow eyes
are located below the front bumper.
• If at all possible, the coach should be towed with all wheels on the ground and
with an experienced driver at the wheel.
• If it is necessary to tow with the front of the coach elevated, the front axle must
be securely chained so that the shock absorbers and air springs are not
damaged. Chain the front axle as follows:
o Support the frame securely with blocks or jack stands.
• Working from behind the front axle, pass two chains through holes in the
chassis above the axle, and secure the chains around the axle. Minimum
chain size is 3/8 ".
• With all personnel clear, lift the front of the coach and verify that the
chains are supporting the axle.
• It is mandatory that the rear axle shafts or the drive shafts be removed before
towing, as failure to do so will damage the transmission. To remove the axle
shafts, take the following steps:
o Remove the eight nuts and star washers at the axle flange and then strike
the center of the flange with a sledge. Several blows may be required to
loosen the cone inserts around the studs.
• Remove the cones and slide the axle shafts out. Pick the opening with
shop towels. Ensure that both axle shafts are removed.
• To remove the driveline, follow the procedure below:
o Bend the lock tabs down and remove the two capscrews from the yoke
bearing end retainers at the universal joint.
• Drive the shaft first to one side and then the other until the bearing ends
can be removed. Tilt the spider and work it free from the yoke.
• Repeat the process at the other universal joint and then lift the driveline
shaft out of the assembly.
Refer to the attached towing instructions and Altoona test results for further information.
JACKING AND TOWING
Jacking Instructions
WARNING
• Never get beneath the bus when it is supported only by a jack!
• Do not start or run the engine when the bus is supported by a jack.
• The floor jack must be have a rated capacity of at least 15 tons.
• Never attempt to move the bus using a floor jack.
• Always block the frame after the bus has been raised.
• Make sure the lifting surface or bowl of the jack is the proper size and
shape to prevent the bus from slipping off the jack.
To jack the bus, follow these instructions:
1. Position the bus on a hard, level, flat surface before jacking.
2. Shift the transmission into neutral, apply the parking brake, and shut down the engine.
The floor jack must be located properly to prevent the possibility of the jack sliding from under
the bus.
4. Block or chock the front and rear of the wheel on the opposite side of the bus being raised to help
prevent the bus from moving.
5. If a flat tire is to be removed, raise the bus so an inflated spare tire will just clear the surface.
Jacking the bus to change a front tire can be done on the front axle beam, and at other frame locations
indicated by the Q symbols in Figure 1 -6. Jacking the bus to change a rear tire can be done on the rear
axle and at the locations on the rear suspension H -frame indicated by an Q symbol. Do not position the
jack under the "dropped" frame rails in the center section of the bus!
Figure 1 -6, Jacking Locations
31
General Information
OK
OK
NJ
O Ki
OK
-�
Jim
I
Figure 1 -6, Jacking Locations
31
General Information
Supporting the Bus on Jack Stands
To support the bus on jack stands, refer to the support locations shown in Figure 1 -7.
For the front, use:
two stands at points 0 or
two stands at points 0 or
two stands at points ©.
For the rear, use:
two stands at points 0 or
two stands at points G or
two stands at points Q.
If it is inconvenient to use the rear suspension points on the H- frame, for example, if you're working on
the rear suspension, use FOUR jack stands, one at each of the following frame points:
two stands at © and two stands at © or
two stands at © and two stands at 0.
Take special care to avoid crushing air lines, electrical wiring harnesses, etc.
WARNING
Supporting the bus on jack stands can be extremely dangerous, and
should only be done by highly experienced personnel.
� G
I.
■
■
Air
A
/B ��I
I � Dili
nil
iG
OEM
Figure 1 -7, Jack Stand Support Locations
32
General Information
Towing Instructions
C
ME
... . ... . ............... . . . . . . . . . . . . . . . . . C .
GILLIG recommends flatbedding a disabled bus. If towing is necessary, flat towing from the front with
a fixed tow bar is recommended. Towing with the front end raised should be a last resort. GILLIG does
not recommend towing from the rear. Review the Warnings and Caution below before towing the bus.
WARNING
• Towing should not be attempted without proper training.
• No towing operation should be attempted which is unsafe in any way
for the towing vehicle, operator, bystanders, or other motorists.
• Vehicle towing must be done in compliance with all state and local
laws. Safety chains must be used in conjunction with the primary
lifting/towing equipment. Secure or remove all loose or protruding
parts of a damaged bus. To avoid possible personal injury, DO NOT
get under a bus that is being lifted by the towing equipment unless the
bus is properly blocked and supported. The GILLIG Low Floor should
never be towed more than a few feet without first disconnecting the
driveline.
• An auxiliary air supply of 100 to 120 psi should be provided to the bus
while it is being towed, so that adequate air is available to operate the
brakes. Any time the air pressure falls below 65 psi, the parking brake
engages automatically. The Low Floor bus is fitted with emergency air
fittings at the front and rear behind the bumpers. This allows operation
of the brakes and suspension while the bus is being towed. The front
emergency air fitting has a cap /filter assembly which must be removed
prior to hooking up an external air source. Be sure to reinstall the cap/
filter assembly after towing the bus.
• Never tow a vehicle over 35 miles per hour (55 kilometers per hour).
CAUTION
Remove the driveshaft or both axle shafts before towing the bus! Towing
with the driveline rotating will damage the transmission. Clean up any
spilled oil.
33
General Information
Flat Towing (All Wheels on the Ground)
A fixed tow bar (Figure 1 -8 or Figure 1 -10) should be
used only for flat towing the Low Floor. If your bus has
the streamlined (BRT) front structure, you must use the
BRT tow bar in order to avoid damaging the front cap
lower closeout (see Figure 1 -9).
See Figure 1 -11 for ground clearance and towing height
for BRT tow bars.
Do not use
standard tow
bar on buses
with BRT front
cap closeout.
Figure 1 -9, Incorrect Tow Bar on BRT Bus
Front Bumper Channel
Figure 1 -8, GILLIG Fixed Tow Bar
for Standard Low Floor
Figure 1 -10, GILLIG Fixed Tow Bar for BRT Buses
CAUTION
Do not try to lift the front wheels with a tow bar. GILLIG tow bars are
for flat towing with all four wheels on the ground only. For towing with
the front wheels raised, see important information on the following page.
Figure 1 -11, BRT Tow Bar Ground Clearance and Towing Height
General Information 34
nax.
Towing with Front Wheels Raised (Hooking)
CAUTION
Do not try to lift the front wheels with a tow bar. GILLIG tow bars are
for flat towing with all four wheels on the ground only.
If it is necessary to tow with the front of the bus elevated, the front axle must be securely chained so that
the shock absorbers and air springs are not damaged. Chain the front axle as follows.
1. Support the frame securely with blocks or jack stands.
2. Make sure that wheels are pointing straight ahead.
Working from behind the front axle, secure the chains around the tie rod to the structure behind,
as shown in Figure 1 -12. Minimum chain size is 3/8 ".
4. Lift the front of the bus and verify that the chains are supporting the axle.
5. Use towing points 0 or towing points Q as shown in Figure 1 -12.
Figure 1 -12, Tow Points and Chaining Front Axle
35
General Information
Drive Shaft Removal
Refer to Figure 1 -13.
1. Park the bus on level ground and block the wheels to prevent movement of the bus.
2. Turn off the battery disconnect switch. Use a battery disconnect switch lockout device so that
power isn't inadvertently turned back on while you're working.
WARNING
The drive shaft is heavy. Support it securely before the capscrews are
removed.
CAUTION
To prevent damage to the bearings during removal, DO NOT let the
bearing caps and bearing cups drop on the floor.
3. Remove the capscrews from the two bearing caps that pass through the transmission yoke.
Discard the capscrews.
4. Remove the two bearing caps that pass through the transmission yoke. If necessary, use a bearing
puller to remove the bearing caps.
5. Disconnect the U -joint from the transmission yoke.
6. Working at the differential yoke, remove and discard the capscrews and the bearing straps. Pull
the drive shaft away from the yoke, being careful to keep the bearing cups on the spider. Use
caution to ensure the needle bearings inside the cups are not disturbed and do not fall out of the
caps. If the needle bearings fall out, they must be cleaned, lubricated, and reassembled in the cup.
36
General Information
GREASE FITTINGS
TRANSMISSION
YOKE
1*
GREASE
PLUG
r-,
GREASE FITTINGS BEARING CUP
DIFFERENTIAL
YOKE
1 a
0
SHAFT YOKE
SLIP TUBE
SHAFT
BEARING STRAP
SLIP
YOKE
�I DUST SEAL
C�
GREASE FITTING
U -JOINT
CROSS
BEARING CAP
TRUNNION
SLIP JOINT ASSEMBLY
Figure 1 -13, Drive Shaft
37
General Information
Axle Shaft Removal
CAUTION
Do not use a chisel or wedge to loosen the axle shafts and dowels. The
chisel or wedge can damage the hub, shafts, or oil seals.
1. Remove the nuts and washers from the hub studs.
2. Hold a 1 -1/2" (38 mm) diameter brass drift or hammer against the center of the axle shaft, inside
the round driving lugs. See Figure 1 -14.
WARNING
Wear safe eye protection. Do not hit the round driving lugs on the head
of the axle shafts as the lugs can break and cause injury.
3. Use a 5 -6 lb (2 -3 kg) hammer to strike the end of the drift to loosen the axle shaft and the
tapered dowels.
4. Mark each axle shaft before it is removed from the axle assembly.
5. Remove the tapered dowels and separate the axle shafts from the main axle hub assembly. Three
threaded holes may be provided in the axle shaft flange for use with puller screws, if necessary.
6. Install a cover over the open end of each axle assembly hub where an axle shaft was removed.
CAUTION
Before towing the bus, make sure that the driveshaft or both axle shafts
are removed.
Figure 1 -14, Axle Shaft Removal
38
General Information
HYDRAUL-IC SYSTEM
The hydraulic system furnishes hydraulic pressure to the steering gear to steer the
front wheels. The system consists of a fluid reservoir, pump, steering gear and
associated hoses and pipes.
Hydraulic fluid is stored in the reservoir. The hydraulic pump is bolted to the rear
of the air compressor, and provides constant flow to the steering gear at variable
pressure. Fluid leaving the steering gear is returned directly to the reservoir.
Hydraulic
Reservoir
...........: .
Purrnip
'Ib Steeding Gear
cW' .. -.40..
Fm nn Steffing Geor
The hydraulic pump provides hydraulic pressure to the power steering gear. The
hydraulic pump mounts on, and is driven from, the rear of the air compressor.
Hydrualic Pump Location
The reservoir is mounted in the right rear corner of the bus, in the engine compartment.
The drop -in filter element keeps foreign matter and dirt from entering the pump and the
steering gear. The fluid in the hydraulic system is selected to accomplish all of the
various demands placed on it by the system performance parameters.
S TE I E IRIIII °G SYST
GILLIG Low Floors utilize a hydraulically assisted power steering system
consisting of the steering wheel, steering column and shaft assembly, power
steering gear, pitman arm, drag link, and tie rod. A gear type hydraulic pump,
reservoir, and interconnecting system lines and hoses are also used in the
system.
Steering Miter Box U- J'oink
lliip hi ft YP Power Steering Gear .,
LU -Joint
Pitman A rilnu
Steering
Interimediate Shaft
Figure 1: Steering Box Components
Drag Line
GILLIG Low Floors utilizes a Douglas Autotec steering column as our standard
steering column and the TRW steering column when utilizing the optional TRW
Easy Steer electric assist steering system.
Figure 2: Tilt /Telescopic Steering Column and Wheel
The steering wheel is a three -spoke type, constructed of plastic resin over a steel
framework. The horn button is mounted in the center of the wheel. The steering
column is adjustable in two directions —up and down and fore and aft —by
rotating the tilt lock lever counterclockwise to release it, adjusting the column and
wheel to the desired position, and then rotating the lever clockwise to again lock
the column and wheel into place. The upper and lower shafts are connected by a
universal joint. The lower shaft extends directly to the steering gear input/worm
shaft and is connected by a second U joint, secured by a clamp bolt and nut. The
T'IE I E IRIIU °G SYS T
steering column is mounted to a reinforcement bracket which is bolted to the
steering column support bracket in the dash assembly.
The hydraulically assisted steering gear assembly is mounted on a bracket
attached between the forward two outriggers on the street side of the chassis,
directly beneath the driver's platform.
r
2�
a
,4
r�
�2g 27
Figure 3: Miterbox /Steering Shaft /Steering Gear Box
GILLIG utilizes the TRW Model TAS65 power steering box. The frame - mounted
steering gear is a recirculating ball type and contains an integral power cylinder
and control valves. A hydraulic supply line connects the steering gear to the
hydraulic pump and a return line routes fluid from the steering gear back to the
reservoir. The steering gear hydraulic system is equipped with two poppet
valves, one at each end of the rack piston, to allow pressure relief when the
steered wheel approaches the axle stops. The tripped valve reduces pressure in
the gearbox and thus helps to reduce heat generated by the pump and prolongs
the service life of the gear and pump.
S TE I E IRIIII °G SYST
The left steering arm and the left and right tie rod arms are secured to the
steering knuckles at one end and to a drag link or tie rod at the other. The arms
are retained with a key in the steering knuckle in the fixed angular position
necessary for proper steering. Steering turning action is transferred by the upper
and lower steering shafts, enclosed within the steering column, directly to the
input shaft of the steering gear.
25
Y �
zo
b p
18
li
Figure 4: Steering Knuckle Assembly
o e W z S Z
zo b m k s S t� Q D
w Q X
� q \a Q
co -
- 3
co
cu
L!7
0
o J_
Q
W
U W
d Q
S
� J
I-
0� W V)
W
0 0
LL] � o
z
W --
o
u
w
LJ
I—
� o
Q
I�> iar ¢rFaooWW �
Jw of W o3
�.w..zo��YYzo =o
a��zmwww�zwv���;v�vi �a
N A�
I
i I
I
I
QF = - - - - -- --
3 -7\
o
i� I rI
u IL
<4 O
Z��
ZJ _
�-
JU o 0
❑v) D w
C') x
Z N
J �
a�gN3 m
gt
a
IU
co
0
I
I i
I�4 i
I I
III
�I
� i
I
s CO
U 0
o a
i
I
lam-
�oo0
--
co
0
Steering Gear Mounting
( :-., — �r
32
26 31
C. 0
0
C
05- 0006- 0702G, Q, U
05- 014912
05- 0006 -0702G
05- 0006 -0702Q
05-0006-0702U
F,
o
11 �,
14 & o
15 o
16
0
0
0
'� 20
18
m
26
0
0
0 °
0
30 0
29
28
27
o -k
Q
i
i
10
i
400
184451 - 184476 11/13 SL
BODY AND CHASSIS
The GILLIG Low Floor bus is designed with a bolted aluminum body structure
that combines the strength of cast and forged aluminum corner gussets with
high strength - 6000 Series — extruded aluminum structural sections. These
aluminum structural sections are secured together with specially designed bolt -in-
place corner gussets. The bolts are precision torqued and coated with a tread -
locking compound. This type of construction offers improved strength, reduced
weight, excellent resistance to corrosion and improved serviceability over
comparable welded steel body structures.
Bolted construction reduces repair and maintenance time. Body sections, also
made of aluminum, can be unbolted and removed for easy service or repair. All
skirt panels are easily removable if replacement or repair is required. Resistance
to corrosion is much improved over steel due to the natural corrosion resistance
properties of aluminum. The reduced weight (approx. 2,000 lbs) of aluminum,
when compared to steel, results in a lower body weight.
The roof is also an extruded aluminum structural with cast and forged
aluminum corner gussets which is covered with a single sheet of 3mm think UV
resistant fiberglass skin. This specially designed opaque fiberglass material is
1000 times less thermally conductive and reflects up to 2 times more solar
radiation then aluminum. It is coated with a Lumashield surface film for easy
cleaning.
GILLIG provides insulation throughout the entire body structure. The insulation
material is 1.5" thick closed cell foam board with an R value of 3.5. The
insulation meets FMVSS 302 flammability requirements.
Corner Gussets
BODY AND CHASSIS
Body and Roof Assembly
Side Wall with Insulation
BODY AND CHASSIS
Bitumastic Corrosion Protection
Aluminum Roof Structure
BODY AND CHASSIS
Fiberglass Roof Coating
Insolated Roof Assembly
BODY AND CHASSIS
Chassis Structure
The unique chassis platform of a GILLIG Low Floor consists of a stainless steel
structure with integral side impact barriers. The three chassis modules (front,
center, and rear) are constructed of both open and tubular section structural shapes
that are welded together in specially designed fixtures with common tooling points
to those of the body. The three chassis modules are fastened together using a
Huck bolt system to finalize the chassis assembly.
The robust, integral side impact barrier has been designed to afford
maximum collision security to passengers inside the low floor section of the
bus. This fifteen inch high barrier also provides a significant structural element by
equipping the center section of the frame with a sturdy perimeter.
Stainless Steel Chassis w/ Side Impact Barriers
BODY AND CHASSIS
The forward chassis module features a tubular bridge section, which includes a
large stainless steel shear panel (wheelwell), over the front axle. The front
structure that supports the bumper and the "A" -posts is a twelve inch high
stainless steel channel. This channel is supported by fabricated I -beams and the
stainless steel driver's platform.
Front Section of Stainless Steel Chassis
Corrosion protection is fortified with an application of Corashield 7947 to the
underside of the completed chassis assembly.
The GILLIG LOW FLOOR chassis structure is manufactured from 3CR12
stainless steel. The corrosion rate of 3CR12 stainless steel is 130 times less
susceptible to corrosion than that of carbon steel. Additionally, whereas carbon
steel suffers from an "all over general corrosion," 3CR12 would only develop
micro -pits that do not propagate, and these become passive after some time.
BODY AND CHASSIS
The front stainless steel module design also allows for better ADA
accessibility. The enlarged entrance area leads to a wide aisle way between the
front wheel wells. It actually provides for a 36" width in that area and allows
generous room for maneuvering the larger mobility devices.
Front Chassis Module (36'Wide Wheelwell Opening)
To put this into perspective, if a plain unfabricated piece of 1/16" thick 3CR12
were left outside in a severe marine atmosphere (that is right on the coastline), it
would take a minimum of 700 years to corrode through its thickness, whereas a
piece of carbon steel in the same thickness would only take about 6 years to
corrode through.
Such a material makes a perfect foundation for a bus chassis that's subjected to
harsh, corrosive atmospheres - -- and that's why it was chosen for the GILLIG
LOW FLOOR bus.
Passenger and driver safety features are other important design criteria that have
been incorporated into the design of the GILLIG Low Floor. In the Low Floor
application, it should be noted that provision must be made to particularly protect
the passengers from side impact, as they are now located at a lower level than
standard floor buses. With this in mind, the GILLIG chassis substructure
incorporates a unique side impact protection barrier in the lower level. That
side impact barrier combined with the driver's front protection module
provides for a strong and durable structural foundation.
BODY AND CHASSIS
Center Stainless Steel Chassis w/ Side Impact Barrier
BODY AND CHASSIS
Chassis / Body / Roof Structure
➢ Light weight — Approx. 2,000 lbs. weight savings
➢ Quicker collision repair (quick change panels).
➢ Lower cost to repair (bolt together).
➢ Improved corrosion resistance (130+).
➢ Unique side impact protection.
➢ Strong protective structure.
➢ Better ADA accessibility.
BODY AND CHASSIS
Skirt Panels
GILLIG's Low Floor bus incorporates unique quick change skirt panels that can
be easily removed and replaced. There are two types of skirt panels, the stainless
steel hinged type, which serve as an access door, and the fixed type, which cannot
be opened. Both types of panels are designed so one person can replace a panel in
less then 10 minutes which greatly reduces the amount of downtime as a result
of minor accident damage.
Quick Change Skirt Panels
Hinged Skirt Panel Fixed Skirt Panel
t / i ; ,,,,,,,,')'',,,,, 1
11111,,, „, 1 ' ° /// °° / /// lJ ` 1111 � f1 � „ 11111-
The GILLIG Low Floor bus is fully compliant with all the applicable Federal Motor
Vehicle Safety Standards ( FMVSS), including FMVSS 302, which is the current industry
standard.
A galvanized steel engine compartment heat shield is bolted to the metal tube frame
above the engine compartment to provide a mounting platform for the air conditioning
unit and the inner bulkhead. The shield forms a protective barrier, shielding the AC
system, which is mounted on top, from excess heat from the engine. Various holes are
cut into the heat shield for component placement. UL classified polyurethane foam,
available from GILLIG Parts, is used as a fire sealant on large openings on the heat
shield panel where pipes, cables, and hoses pass through. This shield is not insulated
and does not require maintenance.
The inner bulkhead consists of 3/4” thick plywood with sheets of 18 -gauge steel
laminated on the engine side and .05" aluminum laminated on the interior side. Air
conditioning system controls are accessible through the hinged grille in the center of the
bulkhead, and vent holes are cut into either side of the control access. The AC system
is attached to the bulkhead with bolts. Silicon fire sealant is used throughout the AC
compartment and the engine compartment in small gaps and corners. One inch thick
baryfoil insulation is glued and clamped in place. Special fire - retardant stainless steel
transition ducts are mounted with self- tapping screws to the vent holes to provide air
flow into the bus.
j
To protect passengers and the bus from fire, GILLIG provides a fire detection system as
a standard on all buses. The fire detection system consists of red linear heat detection
wires, which are routed throughout the engine and air conditioning compartments. The
wires lead to the fire alarm bell and indicator light in the driver's area. The red linear
heat detection wires have two wires within that are insulated from each other. When a
fire occurs in the engine or air conditioning compartments or when the temperature
exceeds 348° F, the insulation surrounding the two wires melts, causing them to contact
each other. This contact causes the wires to complete a circuit to ground, which in turn
leads to the activation of the fire alarm bell and indicator light. At this point, the engine
fan and the air conditioning /heating unit automatically shut down.
t / i ; ,,,,,,,,')'',,,,, 1
11111,,, „, 1 ' ° /// °° / /// lJ ` 1111 � f1 � „ 11111-
� Red Wit CpeteetomWme
iest Lmaeati n s
fy�
A
6nereve L o p Clamp
Use hf eathr •Pxaek
with,, Juiimperr eke
GILLIG provides an Amerex V -25 dry chemical fire suppression system. A pressurized
cylinder containing the extinguishing agent is located on the curbside of the bus,
accessible through the curbside engine compartment door. Fixed temperature
thermostats and dispensing nozzles are strategically located in the engine and HVAC
compartments. If a fire starts the system can be manually activated or automatically by
a signal sent from the temperatures sensors to an electrical actuator that opens the
valves of the cylinder, dispensing the agent.
Fire Suppression Bottle
System Control Panel /
Manual Release Button
EMM 1111,,,,O rktf`` Illl Illl ,,,OO Illy
CORROSION PROTECTION
The design goal of producing a durable vehicle that would provide years of
reliable service necessitated a construction that would be as corrosion
resistant as possible.
All forms of corrosion were considered in the Low Floor designs, from
basic oxidation caused by moisture and humidity to surface corrosion
caused by chemical attack such as road or atmospheric salt or acid rain.
Also considered was simple galvanic corrosion caused by ion transfer in
contacting dissimilar metals, as well as the more complex intergranular,
oxygen cell or metallic ion corrosion.
The corrosion resistance of GILLIG's Low Floor continues to increase as
newer, more effective materials become available and as field experience
in all varieties of conditions and environments is gained. Stainless steel is
used extensively in the chassis construction, fuel tank, wheel wells, access
door hinges, electrical boxes, cushion clamps, etc. Aluminum extrusions
are employed throughout the body construction and .125" aluminum sheet
is used to form the body panels and access doors. Improved undercoating
materials, applied both prior to and following assembly, provide a high
level of corrosion resistance to the finished vehicle.
As will be discussed in the following pages, corrosion protection is
achieved by a combination of the following:
• Careful material selection
• Rigid process controls
• Standardized surface preparation prior to the application of high quality
protective coating.
EMM 1111,,,,O rktf`` Illl Illl ,,,OO Illy
CORROSION PROTECTION
MATERIAL SELECTION
The GILLIG LOW FLOOR is manufactured to a very high standard of quality and
finish. Aircraft quality materials provide high structural integrity and naturally high
corrosion resistance.
• Stainless steel chassis structure
• Corrosion resistant aluminum body structure
• Type 2 anodized midrail
• Fiberglass front and rear body panels
• Corrosion resistant aluminum body skirts
• Aluminum rear and side skirt hinged engine access doors
• Aluminum rivets on skirt panels
• Stainless interior trim fasteners to withstand interior bus wash and
tracked -in road salt
• Stainless external body screws with Teflon galvanic corrosion barrier
• Nylon Sprague wiper spanner lock -nuts and acorn nuts
• Stainless attachment hardware for the four rubber wheel well fenders
• Stainless compartment floor sheet for HVAC
• Powder coated chassis component mounting brackets
• Stainless coolant surge tank
• Aluminum radiator to side door baffle to exclude rear wheel thrown road
salt and debris from the faces of the turbo after cooler and radiator
• 8.5 FPI high performance square wave aluminum bar plate with cast
aluminum tanks to allow free passage of road debris and road salt to
improve corrosion resistance
• Black painted cores and powder coated cooling fan frame
• Stainless cushion hose clamps, all locations
• Stainless wheel wells
• Aluminum powder coated wheel well stress panels
• Rubber mud guard to wheel arch fenders
• Primary stainless grab handles, stanchions and fasteners. Cast aluminum
powder coated tees, hangers and elbows
• Bitumastic 300M coal tar epoxy is applied as a galvanic isolator on lower
sidewall extrusions and chassis mounting shoes to prevent galvanic
corrosion
• Stainless fuel tank with stainless mounting straps
• %" GW Industries Transit Deck XP Plus plywood, 7 ply, ACQ treated
plywood floor pre - sealed and undercoated prior to bus installation
Plywood underside and edges pre- treated with low viscosity PPG
Corashield 7972
All floorjoints sealed with Sikaflex 219
EMM 111J O rktf`` FLOOR
,,,OO III
CORROSION PROTECTION
• Stainless battery compartment tray
• Stainless with Corad Nylabond coating battery hold down
• Stainless fuse box and seal
• Stainless mounting bracket for battery disconnect and Vanner voltage
equalizer
• Non - metallic adhesive tape, or bitumen paint, separates aluminum and steel
materials in body and roof to prevent galvanic corrosion
• Stainless rear settee enclosure and access cover
• Undercoat from rear axle to front axle with PPG Corashield 7972
• Optional Electrolytic "E" coating of Radiator /CAC /Hydraulic Oil Cooler. Also
available on the Modine Transmission Oil Cooler that is provided with the
Allison Transmission
100% resin paint coverage of copper fins, tin /lead fin to tub solder, and
brass coolant tubes
• Corrosion protected ABS valves with bayonet connectors
• Exterior lamps mounted with pim nuts to prevent galvanic corrosion
• Stainless rear bumper mounting bracket with Bitumastic 300M coal tar epoxy
applied as galvanic isolator
EMM 1111,,,,O rktf`` Illl Illl ,,,OO Illy
CORROSION PROTECTION
PROCESS CONTROLS
GILLIG operates using established and tested engineering procedures and
standards.
CHASSIS FRAME
The chassis frame is assembled from three major weldments made up
from 3CR12 stainless steel. Areas where aluminum will be in close
proximity to chassis steel are coated with Bitumastic 300M on the both the
aluminum and steel prior to assembly to prevent dissimilar metal corrosion.
Subsequent to assembly, the chassis is undercoated with PPG Corashield
7947. Data sheets and applicable engineering standards are available
upon request.
BODY FRAME
The body frame is assembled of aluminum extrusions, forgings and
castings. Aluminum is inherently corrosion - resistant as surfaces form a
barrier oxide film within hours of being shaped. Aluminum body framing
parts are coated with DuPont 25P primer after assembly and prior to
exterior panel installation. This coating is shot from the skirt bottom level
up to 8" above the midrail extrusion. Interior shear panels are formed of
aluminum. Data sheets are available upon request.
ROOF STRUCTURE
The roof structure is comprised of aluminum extrusions and sheet
fiberglass reinforced plastic (FRP) which are bonded together with epoxy.
The FRP is chemically neutral and is not subject to corrosion. The
aluminum, which is inherently resistant to corrosion, is painted with exterior
paint if it will be exposed to the elements. Non - exposed interior surfaces
are covered by insulating material.
FRONT /REAR CAPS
Front and rear caps are molded fiberglass, which are painted to match the
customer's design layout. Fiberglass does not corrode.
EMM 111J O rktf`` FLOOR
,,,OO III
CORROSION PROTECTION
SIDE PANELS
Side panels are manufactured from .125" thick sheets of 5052 aluminum.
This metal has high resistance to corrosion and is of medium strength.
These pieces have no loading but are stiff enough to prevent drumming or
"oil caning ". The exteriors of the panels are treated with epoxy paint prior
to being painted with DuPont coatings per the customer's design. The
interior surface of the panel is also painted with the gray epoxy paint for
corrosion prevention.
These processes are documented, followed, inspected and, if needed,
improved. The careful selection of materials and methods ultimately results
in a bus that will withstand the toughest of operating environments
throughout the life of the bus. This is one of the many reasons GILLIG
buses have a lower lifetime cost of ownership.
EMM 111J O rktf`` FLOOR
,,,OO III
CORROSION PROTECTION
PROTECTIVE COATINGS
GILLIG has increased the use of powder- coated components especially
those sub - assemblies with moving parts that create nooks and crannies
that can hold moisture. All GILLIG manufactured parts and parts that are
provided through the supply chain are required to adhere to GILLIG
Manufacturing Standards that specify the proper cleaning, priming and
quality checks that parts must go through. These procedures are in place
to reduce areas that may hold moisture and therefore be more susceptible
to corrosion.
Improved undercoating materials, such as PPG Corashield 7972, are
available in a sprayable form. This allows the coating to get into small
spaces. The coating used on all GILLIG buses is highly sag resistant and
intended for underbody areas. It has easily passed the "Gravelometer"
test (SAE J400) at -30 degrees F showing no gravel or stone damage on
the test panels. It has passed the 1,000 hour salt spray cabinet showing no
corrosion under the coating and the coating remained intact. The film was
not affected when immersed in acidic and caustic solutions. The PPG
product has also passed the Heat Aging Test (ASTM C792) of 14 days
exposure at 158 degrees F. This undercoating is environmentally safe and
meets the strictest of air quality regulations.
mmiul 'rho
7III V Mluiu I .
3CR12 Stainless Steel
An explanation regarding staining and /or discoloration
Staining of all stainless steels is simply caused by a very low rate of corrosion taking
place. The stain is very tightly adhering to the surface and does not produce the friable,
or exfoliating product normally associated with the corrosion of a carbon steel.
For comparison 3CR12 has a general corrosion rate for all atmospheric conditions of less than 2 microns per year
(that is 0.0000787" per year). This compares to carbon steel which has a corrosion rate of up to 260 microns for
the same range of conditions (that is 0.01" per year). Additionally, whereas carbon steel suffers from an "all over
general corrosion ", 3CR12 would only develop micro -pits that do not propogate, and these become passive after
some time.
To put this into perspective, if a piece of 1/16" thick 3CR12 were left outside in a severe marine atmosphere (that is
right on the coastline) it would take a minimum of 700 years to corrode through it's thickness, whereas a piece of
carbon steel in the same thickness would only take about 6 years to corrode through. These examples apply to a
plain unfabricated piece of steel. Many other factors can adversely affect corrosion rates such as design and
fabrication influences.
For example, surface damage and contamination can impair resistance to attack in corrosive environments.
Scratches and gouging from poor handling should be avoided by preventative measures. Material should be lifted,
not dragged, and should be rested upon wooden chocks, not steel. 3CR12 should not be contaminated with any
low alloy steels during handling, storage and fabrication, as dust with iron particles can cause unsightly stains.
If discoloration is detected in the heat affected zone of the weld area, then post weld cleaning is recommended to
allow the oxides to reform, and thus perform in the same way as the rest of the material.
For further information, please refer to the Cromweld Technical Manual, Sections 4.1, 7.1, 7.41 and 8.1.
Cromweld Steels US
P.O. Box 1500, Cornelius,
North Carolina, 28031, USA
Telephone: 704 896 8114
Telefax: 704 896 8115
Website: www.cromweld.com
E. Mail: cromweldus @aol.com
EMM 1111,,,,O rktf`` Illl Illl ,,,OO Illy
CHASSIS
Stainless Steel 3CR12
• 130 Times less susceptible to corrosion than carbon steel.
• 1/16" 3CR12 corrodes thru in 700 years in severe marine
atmosphere, whereas carbon steel takes 6 years.
Body and Chassis are Integral and Mutually Supportive
Increased Safety and Robust Design
• Side impact protection barrier
• Front driver's module
Enlarged ADA Accessibility Design
EMM 1111,,,,O rktf`` Illl Illl ,,,OO Illy
CHASSIS ASSEMBLY
The unique chassis platform of a GILLIG Low Floor consists of a stainless
steel structure with integral side impact barriers. The three chassis
modules (front, center, and rear) are constructed of both open and tubular
section structural shapes that are welded together in specially designed
fixtures with common tooling points to those of the body. The final chassis
assembly is fastened together using a Huck bolt system.
The robust, integral side impact barrier has been designed to afford
maximum collision security to passengers inside the low floor section of
the bus. This fifteen inch high barrier also provides a significant structural
element by equipping the center section of the frame with a sturdy
perimeter.
The forward chassis structure features a tubular bridge section, which
includes a large stainless steel shear panel, over the front axle. The front
structure that supports the bumper and the "A" -posts is a twelve inch high
stainless steel channel. This channel is supported by fabricated 1 -beams
and the stainless steel driver's platform.
Corrosion protection is fortified with an application of Corashield 7972 to
the underside of the completed chassis assembly.
EMM 1111,,,,O rktf`` Illl Illl ,,,OO Illy
CHASSIS
Stainless Steel Chassis
• Improved corrosion resistance (130 +).
• Unique side impact protection.
• Strong protective structure.
• Better ADA accessibility.
The GILLIG LOW FLOOR chassis structure is manufactured from 3CR12
stainless steel. The corrosion rate of 3CR12 stainless steel is 130 times
less susceptible to corrosion than that of carbon steel. Additionally,
whereas carbon steel suffers from an "all over general corrosion ", 3CR12
would only develop micro -pits that do not propagate, and these become
passive after some time.
To put this into perspective, if a plain unfabricated piece of 1/16" thick
3CR12 were left outside in a severe marine atmosphere (that is right on
the coastline), it would take a minimum of 700 years to corrode through its
thickness, whereas a piece of carbon steel in the same thickness would
only take about 6 years to corrode through.
Such a material makes a perfect foundation for a bus chassis that's
subjected to harsh, corrosive atmospheres - -- and that's why it was chosen
for the GILLIG LOW FLOOR bus.
Passenger and driver safety features are other important design criteria
that have been incorporated into the design of the Gillig Low Floor. In the
Low Floor application, it should be noted that provision must be made to
particularly protect the passengers from side impact, as they are located at
a lower level than standard floor buses. With this in mind, the Gillig chassis
substructure incorporates a unique side impact protection barrier in the
lower level. That side impact barrier combined with the driver's front
protection module provides for a strong and durable structural foundation.
The front stainless steel module design also allows for better ADA
accessibility. The enlarged entrance area leads to a wide aisle way
between the front wheel wells. It actually provides for a 36" width in that
area and allows generous room for maneuvering the larger mobility
devices.
Emm 1111,,,,0 °%' !f` Illl Illl ,,,OO Illy
CHASSIS ASSEMBLY
CENTER SECTION OF STAINLESS STEEL CHASSIS
Emm 1111,,,,0 °%' !f` Illl Illl ,,,OO Illy
ASSEMBLY CHASSIS
FRONT SECTION OF STAINLESS STEEL CHASSIS
STAINLESS STEEL CHASSIS ASSEMBLY
ALUMINUM MID-RAIL
IN THE BODY SIDE STRUCTURE
Gillig continues to make improvements in the way aluminum is treated to prevent
corrosion in the mid -rail and body posts. In addition, Gillig sprays a coat of gray
DuPont Corlar 25P aluminum epoxy primer /sealer along the top and bottom
channels following assembly of the body sidewalls. The majority of the vertical
body posts are also provided with a coat of the 25P primer; however, Gillig has
taken the additional step of black anodizing the vertical body posts in front of and
aft of the rear wheels on both sides of the bus, in addition to having the mid -rail
anodized by our supplier. The vertical posts are also provided with a complete
second coat of 25P primer following assembly of the sidewall structure. The
second coat is applied to all aluminum extrusion from 8 " above the midrail and
down.
11 f' %' 11, 11111 ) 11-211,11:1"
STAINLESS STEEL CHASSIS ASSEMBLY
11 f' %' 11, 11111 ) 11-211,11:1"
ALUMINUM BODY STRUCTURE ON
STAINLESS STEEL CHASSIS ASSEMBLY
11 f' %' / / /'''° / / /// I111r 11111 ) °'' ;111 lJ fl
TREATED CHANNELS IN ALUMINUM BODY POSTS
The forward and aft channels in the vertical body posts are treated with Bitumastic
before any brackets are added. This is to protect from any interaction between the
aluminum posts and steel brackets. Interior aluminum steel stress panels are bonded to
the side wall structure to create a weather tight seal. As the picture below shows, the
wheel wells are completely sealed with Sika -Flex sealant to prevent water from entering
the bus.
11 f' %1 ' / / /'''° / / /// I111r 11111 f1 °'' ;11 lJ fl
SKIRT PANELS NON HINGED
The skirt panels are manufactured from .125" thick aluminum. The material
comes from a pre - primed aluminum coil that is treated with PPG -1 pma5432
epoxy paint (light gray). After receipt of the panels Gillig treats the shear edges
and areas that will insert into the mid -rail with DuPont Corlar 25P aluminum
epoxy primer (dark gray).
STACKED PANELS AFTER APPLICATION OF CORLAR
(Note that the panels are separated by wood blocks to allow for proper Corlar coverage on the targeted areas)
11 f' %' / / /'''° / / /// I111r 11111 ) °'' ;111 lJ fl
SKIRT PANELS ATTACHED
TO BODY STRUCTURE— NON HINGED
Non - hinged skirt panels are inserted into the mid -rail channel and then secured
at the bottom edge by body mounted brackets. The top edge of the skirt panel
has a 2" piece of polyurethane tape every 12 inches to eliminate road rattle but to
allow air flow through the mid -rail channel to eliminate moisture saturation in the
mid -rail channel.
The lower attachment brackets for the skirt panels are now manufactured from
aluminum. The attachment hardware is also made of aluminum, therefore
preventing any galvanic corrosion.
11 f' %1 ' / / /'''° / / /// I111r 11111 f1 °'' ;111 lJ fl
SKIRT PANELS ATTACHED
TO BODY STRUCTURE— HINGED
Hinged skirt panels are attached to the body with stainless steel hinges. The
surface of the panel where it is attached to the hinge is coated with the DuPont
Corlar primer (darker gray area). Additionally, a piece of 3M Tedlar weather
resistant isolating tape is sandwiched between where the hinge attaches to the
panel and to the body for added corrosion protection. Teflon galvanic corrosion
barriers are used on all skirt panel hardware. These panels are locked in place
with 5/16" square key locks. The back of the stainless steel lock is coated with
Bitumastic 300M before it is riveted to the panel with aluminum rivets. The body
mounted lock catch is also treated.
om LOW OW J, 1.,- O O
MAINTENANCE AND MEAN REPAIR TIMES
One of the design goals of the GILLIG LOW FLOOR bus was to maximize
maintenance accessibility. A direct measure of this goal is the amount
of man -hours required to maintain the vehicle. The GILLIG LOW FLOOR bus was
designed with this in mind.
First and foremost, the GILLIG LOW FLOOR bus utilizes the T -drive power train
configuration. Leveraging the operating economies experienced with our standard
floor bus, the LOW FLOOR has been designed to capture the same benefits.
The large rear engine compartment door, large A/C exterior grill with hinges,
street side radiator door, and curbside engine compartment door have been
designed to reduce maintenance hours by increasing maintenance access. Large
access doors are also mounted for the rear wheel wells to improve access to the
suspension componentry. A large battery compartment skirt panel encloses the
stainless steel slide out battery tray.
The interior destination sign door allows for quick access to the sign and window
cleaning. The multiplex electrical system is also accessed from inside the bus
overhead of the driver's area and at the rear bulkhead.
The LOW FLOOR bus is based on a simple design philosophy but with robust
design concepts. Our goal was to duplicate the reliability, durability, and cost
effectiveness already achieved with our standard floor Phantom bus. This has
been achieved.
Proven transit technology was utilized to keep the bus maintenance friendly, and
our simple innovative ideas solved those inherent compromises typically found in
other low floor bus designs.
MAINTENANCE SCHEDULE
GILLIG's Preventative Maintenance (PM) schedule is based on intervals of 6,000 miles
(except for specific major component requirements) beginning at 6,000 miles. Many
properties elect to use intervals of 3,000 miles. GILLIG also recommends a daily
inspection to be performed by the assigned driver. The daily inspection checklist is often
times drawn from a portion of the PM program.
According to PM information gathered from GILLIG customers, the following are
estimates that would apply to the following activities:
• If utilized, the 3,000 mile inspection is estimated to take 5.5 man -hours
• The 6,000 mile inspection is estimated to take 7.5 man -hours
• The 12,000 mile inspection is estimated to take 10 man -hours
• The 18,000 mile inspection is estimated to take 7 man -hours
• The 36,000 mile inspection is estimated to take 22 man -hours
mm- I..OW F1....
IMAINTIENANCIE ACCESS
Curbside Filter Access Door
DEF Tank
Fill Access
Streetside RAD/CAC/Hydraulic Cooler Access Door
mm- I..OW F1....
IMAINTIENANCIE ACCESS
Curbside Air Cleaner Access Door
Streetside Catalytic Converter Access Door
mm- I..OW Fl....
MAINTENANCE ACCESS
am sm am
HVAC and Rear Engine Access
mm
mm- I...,,OW F1....
MAINTENANCE ACCESS
Rear engine Door with Hinged Belt Guard
Rear Engine Access
mm- I..OW F1....
MAINTENANCE ACCESS
HVAC Access Door
Rear Wheel Skirt Panel Access
mm- I..OW F1....
IMAINTIENANCIE ACCIESS
Battery Access Door
Air Tank Drain Valves and Battery Cutoff Switch
Om- I..OW F1....
IMAINTIENANCIE ACCESS
Rear Bulkhead Mounted 1/0 Panel
Front Air Tank Compartment Mounted 1/0 Panel
mm- I..OW Fl....
MAINTENANCE ACCESS
Settee Engine Access Cover
is
Engine Access
Ema " "'tlf IF R
FRONT DOOR HEADER
Ema " "'tlf IF R
REAR DOOR HEADER
Ema " "'tlf IF R
DESTINATION SIGN COMPARTMENT
Ema " "'tlf IF R
REAR BULKHEAD MOUNTED ELECTRICAL COMPONENTS
Ema " "'tlf IF R
/� �/ Oi r✓ /� /i l f ... L
FUELECONOMY
GILLIG Low Floor buses have proven to be the leaders in fuel economy throughout the
North American Transit bus fleet. The superior fuel efficiency is attributable to a variety
of factors including GILLIG's lightweight aluminum body paired with the selection of the
best and most efficient drive train components (engine, transmission, and drive axle)
and accessories. The end result is a vehicle with substantially better fuel economy.
Diesel Engine
GILLIG diesel powered Low Floor buses are equipped with the Cummins ISL, 280HP
engine that meets all 2013 EPA and CARB emissions levels. The ISL is the most
popular engine in the transit market due to its high reliability, low maintenance cost and
fuel efficiency.
Hybrid Engine
GILLIG uses the Cummins ISB, 280HP engine in the hybrid application for both the
Allison EP40 and BAE HybriDrive hybrid systems. The performance characteristics of
the ISB are similar to, and in some cases superior to that of an ISL diesel powered bus.
Additionally, the ISB is significantly quieter, achieves better fuel economy, is more
economical to maintain and operate then the same system with an ISL.
CNG Engine
GILLIG CNG powered Low Floor buses use the Cummins ISL -G, 280HP engine, a
heavy -duty natural gas engine which meets the 2013 US EPA and CARB emission
standards as well as the 2014 EPA and DOT fuel economy and greenhouse gases
regulations.
The following are the results of the fuel economy tests performed at the Altoona test
facility:
CONFIDENTIAL
Altoona
Results
Cooling System
Diesel CBD
3.50 MPG
Modine Hydraulic
Diesel (Arterial)
4.41 MPG
Modine Hydraulic
Diesel Commuter
7.40 MPG
Modine Hydraulic
Diesel (Overall Average)
4.43 MPG
Modine Hydraulic
BAE Hybrid (CBD)
4.66 MPG
Modine E -Fan
BAE Hybrid (Arterial)
3.87 MPG
Modine E -Fan
BAE Hybrid (Commuter)
5.76 MPG
Modine E -Fan
BAE Hybrid Overall Average)
4.64 MPG
Modine E -Fan
CNG (CBD)
0.81 M /lb
Modine E -Fan
CNG (Arterial)
1.04 M /lb
Modine E -Fan
CNG (Commuter)
1.62 M /lb
Modine E -Fan
CNG (Overall Average)
1.02 M /lb
Modine E -Fan
CONFIDENTIAL
/� �/ Oi r✓ /� /i l f ... L
The operating range estimates based on the Altoona test data is as follows:
Additionally, customer data shows that the fuel econonmy of the GILLIG Low Floor
results in significant operational savings! We have attached data provided by a variety
of customers for your review.
4.00
2013 40' Gillig
3.90
CNG 3.90
a. 3.80
7
10% Savings!
w 3.700
2011 40' New
3.60
Flyer CNG, 2012 40' New
3 56 Flyer - CNG,
3.51
3.50
3.40
3.30
San Diego MTS
Fuel Economy -2114
CONFIDENTIAL
GILLIG LLC
FUEL ECONOMY DATA - CUSTOMER SUPPLIED DATA
Miles Per
Customer
Bus Type
Transmission
CoolingSystem
Year Built
Quantity
Gallon
Akron, OH
40' LF Hybrid
Allison EV40
Modine E -Fan
2011
3
5.4
Akron, OH
40' LF Diesel
Allison B40OR
ModineHydraulic
2011
6
4.3
Akron, OH
40' LF Diesel
Allison B40OR
ModineHydraulic
2010
10
4.2
Akron, OH
40' LF Diesel
Allison B40OR
ModineHydraulic
2009
4
4.0
Albany, NY
40' LF Diesel
Voith D864.5
ModineHydraulic
2012
20
4.3
Albany, NY
40' LF Hybrid
Allison EV40
ModineHydraulic
2010
15
6.0
Albany, NY
40' LF Diesel
Voith D864.5
ModineHydraulic
2010
17
4.4
Albany, NY
40' LF Hybrid
Allison EV40
ModineHydraulic
2010
8
5.4
Albany, NY
40' LF Hybrid
Allison EV40
ModineHydraulic
2009
20
5.1
Albany, NY
40' LF Hybrid
Allison EV40
ModineHydraulic
2008
14
5.5
Albany, NY
29' LF Hybrid
Allison EV40
ModineHydraulic
2008
8
6.0
Albany, NY
40' LF Hybrid
Allison EV40
ModineHydraulic
2007
6
5.4
Albany, NY
40' LF Diesel
Voith D864.5
ModineHydraulic
2007
8
4.1
Albany, NY
29' LF Hybrid
Allison EV40
ModineHydraulic
2007
8
5.4
Allentown, PA
40' LF Hybrid
Allison EV40
ModineHydraulic
2010
2
5.9
Allentown, PA
35' LF Hybrid
Allison EV40
ModineHydraulic
2010
3
6.7
Allentown, PA
40' LF Diesel
Allison B40OR
ModineHydraulic
2006
4
3.7
Allentown, PA
35' LF Diesel
Allison B40OR
ModineHydraulic
2006
4
4.1
Ann Arbor, MI
40' LF Hybrids
Allison EV40
Modine E -Fan
2012
10
5.6
Ann Arbor, MI
35' LF Hybrids
Allison EV40
ModineHydraulic
2010
4
5.6
Ann Arbor, MI
40' LF Hybrids
Allison EV40
ModineHydraulic
2009
7
4.7
Ann Arbor, MI
40' LF Hybrids
Allison EV40
ModineHydraulic
2008
5
4.6
Ann Arbor, MI
40' LF Hybrids
Allison EV40
ModineHydraulic
2007
15
4.6
CCCTA, CA
40' LF Hybrid
Voith DIWA
ModineHydraulic
2009
9
4.9
Charlotte Area Transit System
40'LFDiesel
Allison B40OR
ModineHydraulic
2012
28
4.2
Charlotte Area Transit System
29'LFDiesel
Allison B40OR
ModineHydraulic
2012
10
5.0
Charlotte Area Transit System
40'LFDiesel
Allison B40OR
ModineHydraulic
2011
23
4.3
Charlotte Area Transit System
40' LF Hybrid
Allison EV40
ModineHydraulic
2011
6
5.7
Charlotte Area Transit System
40'LFDiesel
Allison B40OR
ModineHydraulic
2009
20
4.4
Charlotte Area Transit System
40' LF Hybrid
Allison EV40
ModineHydraulic
2009
5
5.0
Charlotte Area Transit System
29'LFDiesel
Allison B40OR
ModineHydraulic
2009
3
6.2
Gainesville, FL
40' LF Diesel
ZF Ecolife
ModineHydraulic
2012
6
4.0
Gainesville, FL
40' LF Diesel
ZF Ecolife
ModineHydraulic
2011
5
4.0
Gainesville, FL
40' LF Diesel
ZF Ecolife
ModineHydraulic
2010
17
3.8
Gainesville, FL
40' LF Diesel
ZF Ecolife
ModineHydraulic
2009
4
3.7
Gainesville, FL
40' LF Diesel
ZF Ecolife
ModineHydraulic
2007
12
3.4
Grand Rapids, MI
40' LF Diesel
Allison B40OR
Modine E -Fan
2012
23
4.8
Grand Rapids, MI
40' LF Diesel
Allison B40OR
ModineHydraulic
2011
12
4.6
Grand Rapids, MI
35' LF Diesel
Allison B40OR
ModineHydraulic
2009
25
4.4
Grand Rapids, MI
40' LF Diesel
Allison B40OR
ModineHydraulic
2009
14
4.3
Grand Rapids, MI
40' LF Diesel
Allison B40OR
ModineHydraulic
2008
8
4.3
Grand Rapids, MI
40' LF Diesel
Allison B40OR
ModineHydraulic
2007
4
4.3
Grand Rapids, MI
40' LF Diesel
Allison B40OR
EMP E -Fan
2007
3
4.5
Indianapolis, IN
40'LFDiesel
Allison B40OR
ModineHydraulic
2010
11
4.4
u��
CONFIDENTIAL
GILLIG LLC
FUEL ECONOMY DATA - CUSTOMER SUPPLIED DATA
CONFIDENTIAL
Miles Per
Customer
Bus Type
Transmission
CoolingSystem
Year Built
Quantity
Gallon
Lancaster, CA
40' LF Hybrid
Allison EV40
Modine E -Fan
2012
15
6.1
Lancaster, PA
35' LF Hybrid
BAEHybriDrive
Modine E -Fan
2012
1
6.3
Lancaster, PA
40' LF Hybrid
BAEHybriDrive
Modine E -Fan
2012
1
6.1
Muskegon, MI
35' LF Diesel
Allison B40OR
ModineHydraulic
2009
5
4.5
Portland, OR
40'LFHybrid
BAEHybriDrive
Modine E-Fan
2012
4
5.5
Portland, OR
40' LF Diesel
Voith D864.5
EMP E -Fan
2012
51
4.2
South Daytona, FL
35' LF Hybrid
Allison EV40
ModineHydraulic
2010
9
5.0
SteamboatSprings
35' LF Hybrids
BAEHybriDrive
Modine E -Fan
2012
1
6.8
St. Louis, MN
40' LF Diesel
Allison B40OR
EMP E -Fan
2012
23
5.0
St. Louis, MN
35' LF Diesel
Allison B40OR
EMP E -Fan
2012
20
5.1
St. Louis, MN
40' LF Diesel
Allison B40OR
ModineHydraulic
2011
29
5.0
St. Louis, MN
40' LF Diesel
Voith D864.5
ModineHydraulic
2011
7
5.2
St. Louis, MN
35' LF Diesel
Voith D864.5
ModineHydraulic
2010
14
6.0
St. Louis, MN
40' LF Diesel
Voith D864.5
ModineHydraulic
2009
4
5.8
St. Louis, MN
35' LF Diesel
Voith D864.5
ModineHydraulic
2008
26
4.8
West Palm Beach, FL
35' LF Diesel
Allison B40OR
EMP E -Fan
2012
7
4.1
West Palm Beach, FL
40' LF Diesel
Allison B40OR
EMP E -Fan
2012
7
4.4
West Palm Beach, FL
40' LF Hybrid
Allison EV40
EMP E -Fan
2011
5
5.4
West Palm Beach, FL
40' LF Diesel
Allison B40OR
ModineHydraulic
2011
9
3.8
West Palm Beach, FL
40' LF Diesel
Allison B40OR
Modine E -Fan
2011
5
5.0
West Palm Beach, FL
40' LF Diesel
Allison B40OR
EMP E -Fan
2011
11
3.9
West Palm Beach, FL
40' LF Hybrid
Allison EV40
EMP E -Fan
2010
9
5.1
West Palm Beach, FL
40' LF Hybrid
Allison EV40
Modine E -Fan
2010
9
4.9
CONFIDENTIAL
V1 (34 Ft
The life cycle cost of a GILLIG bus can vary between each agency based on operating
conditions, maintenance practices, maintenance reporting software, and how often
various agencies perform detailed inspections and repairs. In our discussions with
customers we periodically hear that customers do not perform each of the inspections or
suggested maintenance items included in our maintenance manuals and may perform
certain items more often than suggested. Some agencies wait until a part fails on the bus
in order to replace it and others proactively remove and replace working components in
order to reduce mechanical road calls. Some agencies choose to purchase each of their
component parts directly from GILLIG and others choose to use "will fit" parts which may
reduce up -front costs at the expense of component life. Due to this variety, it is somewhat
difficult to exactly estimate what life cycle costs customers will experience.
Typically, the best way to compare buses from different manufacturers is to identify a
transit agency which is operating buses from each builder. As an example, please refer
to the following data that was provided by COTA (Columbus, OH), San Diego and
Honolulu.
COTA
Miles Between Road Calls
8,000
5,935
6,000 4,203
4,000 2,394
2,000
GILLIG CNG GILLIG Diesel New Flyer
Diesel
San Diego
CNG Fuel Economy
Comparison
4.00
3.90
3.80 ..
Cost Per Mile
w
3.56 3.51
a 3.60
$1.53
$1.40
3.40
3.20
Y l
$1.20
$1.00
40' GILLI.G............40'...New Flyer 40' New Flyer
CNG (2013) CNG (2011) CNG (2012)
COTA
Cost Per Mile
(Parts, Labor, Fuel)
$2.00 $1.46
$1.50 $1.17
$1.00 $0.42
$0.50
$_
GILLIG CNG GILLIG Diesel New Flyer
Diesel
This comparison data is fairly typical between mixed fleets, verifying that the GILLIG bus
is the better performer.
CONFIDENTIAL
Honolulu
Cost Per Mile
(Parts, Labor, Fuel)
$1.60
$1.53
$1.40
$1.20
$1.00
$1.17
GILLIG Nova
This comparison data is fairly typical between mixed fleets, verifying that the GILLIG bus
is the better performer.
CONFIDENTIAL
%
P"111,11-1,
I %
i ��c
Some of the GILLIG best -in -class features designed to reduce the life cycle costs are:
• Utilizing GILLIG's quick change side skirt panels, side panel scratches and dings
can be easily replaced in a matter of minutes allowing the bus to quickly return to
service while the spare panel is repaired in the body shop. This superior design
prevents buses from being tied up in the body shop waiting for welders to repair
the damaged portion.
• GILLIG buses utilize standard size tires rather than low profile tires which provide
approximately 70% longer tire life, reduced wheel damage due to curbing, fewer
maintenance hours for tire and wheel changes and greater availability. All of this
results in approximately $1,000 per year in savings on tires alone!
GILLIG's design philosophy includes parts standardization between different propulsion
packages and styling configurations. As we have continued to expand our product
offerings within the Low Floor platform, we have maintained a high degree of component
parts commonality. This means that inventory on hand to support a 29' Diesel Bus can
help support a 40' CNG BRT bus. This is a key advantage for you from an inventory
support and financial standpoint as valuable financial resources will not be tied up in
inventory stock preventing their use in operations.
During our most recent Altoona test (September 2013), there were only five unscheduled
maintenance items during the entire test and all were the relative minor class 4. We know
of no other heavy duty bus manufacturer with this durability result, as they typically range
between (18) and (34) items of unscheduled maintenance in class 2, 3 and 4 categories.
Obviously, our Altoona results are a true statement to our continuous product
improvement process, and BEST IN CLASS results!
CONFIDENTIAL
V1 (34 Ft
To validate this excellent performance at the Altoona test track, we gathered various cost
and maintenance reports (attached) from different transit agencies to chart the GILLIG
Low Floor bus performance below.
CONFIDENTIAL
Diesel:
3.60
CCCTA, CA
40,883
$
1.09
Hybrid:
4.60
Diesel:
4.50
Akron, OH
22,783
$
1.03
CNG:
4.25
Diesel-
4.60
$ 0.30
South Daytona, FL
Hybrid:
5.10
Diesel-
4.2
$ 0.41
Charlotte, NC
38,706
Hybrid:
5.7
Gainesville, FL
Diesel:
4.0
46,808
St Louis, MO
Diesel:
5.0
64,612
Diesel-
5.43
$ 0.20
Spokane, WA
Hybrid:
6.26
Tulsa, OK
CNG:
7.76
Bellingham, WA
Diesel.
5.47
$
1.01
San Diego, CA
CNG:
3.9
33,588
SamTrans, CA
32,037
Riverside, CA
25,130
Honolulu, HI
$
1.17
Diesel:
4.60
Average
Hybrid:
5.42
38,068
$
1.08
$ 0.30
CNG:
5.39
CONFIDENTIAL
V1 (34 Ft
Based on the analysis, the average annual cost to operate is as follows:
Average MPG
$0.30
4.6
5.39
5.42
6.2
Average Miles Between Road Calls
38,068
38,068
38,068
38,068
Estimated Average Maintenance and
$0.30
$0.30
$0.30
$0.30
Service cost per mile (Parts & Labor)
Miles between major rebuilds (Engine &
350,000
250,000
350,000
350,000
Transmission)
Estimated Annual Operating Cost Per
$1.01
$0.63
$0.90
$0.82
Mile
Estimated Annual Total Operating Cost
$45,450
$28,350
$40,500
$36,900
GILLIG's renowned durability and low cost to operate are a result of GILLIG's
commitment to continuous product improvement of our industry leading design and our
organization wide focus on quality. These are essential ingredients of our business
philosophy to provide you with the best transit bus in the industry.
We have also prepared an analysis which took the individual items included in our
maintenance manual, the estimated time to perform each of the stated items, the
component costs (assuming all were purchased directly from GILLIG), a 45,000 annual
mileage and a $57.00 per hour labor rate to arrive at an estimated cost per mile.
The customer provided data and Altoona test report verify that the GILLIG Low Floor is
the industry leader in reducing your life cycle costs.
CONFIDENTIAL
in
O
U
LLJ
LLJ
Li-
-:J
LLJ
w
06
Ln
D
fn
CA
w
0
Ct
0
z
z
0 0
I,,,
"1
11 11
"1
1, "1
�, "
1,", M
"", ,,
I �,
X,
✓ I
I
X, 11
"I C
11
1 1
M
C, C,
C; C
10
I°
C, C,
I �,
I,",
C,
I r,
X, I,",
C,
I �,
1,",
C,
I �,
2, 1 ,",
C, C,
I �, I �,
➢ I,,
"
C C,
C, I �,
I
C, 11
I �, X,
X,
C, C,
�, C,
➢ I ,,
"
C, C I
I r, c"
"
1,, 2,
c"
'J'
,
C, °,,, I
I �,
,,'5 ,,'5
,,'5 16
,,'5 ,,'5
,,'5 ,,'5
,,'5 ,,'5
,,'5 16
1,6 ""5
,,'5 ,,'5
•15 16 .
415
IA . 415
4.d Tx
tiLw.wu
ACS a '
co
4.d Tx
X,
1,",
2, 1,",
X, I,",
I
rry
X, 1
, 2,
2,
O
.......
.....
. . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . .
O C� C� C� ^ C� C� C� C� c� c� c� c� c� c� c� c� C� C� C� C� C� C� C�
. . . . . . . . . . . . . .
. . . . .
. . . . .
C� C� C� C� C�
Im I
. . .
. . .
C� C� c�
c� c�
w I
Li
F2 lw
-u
0
vi
wm J
r
s oz
0
U Z
0
0
u 0
0 0 0 0 c
E�
w < <
a
z z
0 0
<Z
c c
U.
0 Ed
mw
u u
FZ u 0 F- g 2 m
0
0
11
> z
Z -S Z 0 'z
�o �o
2
z z z
z
u _3
z . 0 ��
z
W z
z
g g
Z
<z
>
Z
<
0
0 0 z 0 0
u u u
t� < 0 0
z
2 2 > u
u 'o
z
u u
z
z z u z
ED z
6 6 0
z
2
u . u u u u u u u u u u u u u u u u
u u �w =
<
2
I
u u
in
O
U
w
caaJLLJ
Li-
J
W
t �I
w
06
Ln
m
uVBa
C7
6
0
6 6
6 C
h
Ct
w a
� s
¢ s
� O
z ¢
Z
¢ s
r 0
O O =
p
p
�p
p
c�
N
O
A
p
p
a �
w `
X w F p
z o 0 w ¢ ?� ¢
w O O O o;
O w N N O LL Q O o Z Z s
m Y K ¢ K
uO x r w o
z_
r > s w w p l7 O Z Q W p ma w w y w L
o D s w x 2 w
p m x¢ N m x 3¢ w a w 3 s m p
s 0 0 0 o LL o
o s o a z z m o s a z o Z o 0
U H Z Q z LL Z H z w Q Z w O Z O O z w "' 3D U Q-
O¢ w Z Z o Z
z W
s s¢ W w z w i Q¢ N w w x D w z w z¢
r i�u r _ r ru.
�U„ Z w Z a w w w Z w Z w w s w w w w a a w
u i u u? u u u u u u 0 u u u 0? s u u? i
w `
w`
N
Z �
s
of
OO
s c
o�
� 4
¢ i
o t
W F
w .
� N t
i LL i
p•
w �
w Z
y � l
LL w
Z s i
°o o_
z
w
a z •
N a
i
� s �
Or w i
s u i
:r(
x
j p i
x ;
� o i
s
� a _
s
o�
� w �
` x `
i U i
Z
O
� r
K Z
• w O
O r
K
Jw
� o
� � N
Z N
? o z
r _
i w w
Y
_
� N N
i F �
in
O
U
w
LLJ
J
(a
L-
W
J
C�
w
06
Ln
D
fn
CA
P�
6
0
O
2
K
6 6
6 O
h
Ct
w a
� s
¢ 0
� O
z ¢
z
r 0
O O 2
c�
N
z
z o ai
C]
� Z i
CS Q w 2 ¢
w LL x
z i
° O s 21
= z z
a 0
z `
V N Z a
z w a i
s
Z O
U U t
w
w
N
LL
Z H U
0 H Z
r r
w Q 0
O
O w �
� j s
F ° O
N = N
Z O
w Q U
z w
a
r
U Z U
Q w
U U
'w �
Z
O L
� s �
0
ac
• U
1 2 l
j Z l
a
0
O �
I Z l7 I
0 z
r F
w w
o r
0 z
N z
O J `
I U a
� w w F
2 2
i u u i
0
0
w
i N c a
J > c r
N w _
w
u = a
� w
2 m
U 2 K l
7 J Y y
> fL
j U w Q
w ¢ u O
Z o c
w z
¢ u a O O F i
w w U u W
s Z
g g a o¢ w N z c
0 0 0 o c
N N — —— Z Z U`
`t
r �
i
O
� � F
z �
= � i
i o �
� l
� m �
i s i
r
W
a
F
z
z
Z
O
Z
U 4
Z
z
O
i u l
s �
z a -
o
t5 u i
Z w i
LL U i
r
2
¢
0
z
a
U
t:
U
z �
I —F
O
m
2 -
Ir
> i
lu
w
0
m
�.
..
�'
O
U
IF..
Iu.1 Iu.1
ti7.. U
Imo" 2
I°
I° I °.
� pa
,ry �i
I.rry Ei
I,", f°
� i I°
I°
21 Pi
I.rry
�i
d
� i �
,
I.rw Pd
X, '
I.rry
X,
d
Pad
�i I°
Pi I.rS
I Pd
I.rS
I° Iw-
�Q
Q
I/-
••a
U_a
Tl:
IFI Imo" 2
U Tx
CS �
p; m l0
U Tx
tii.. h h
cd
r'
r ➢
t "1
tdS
1
d
"1 r
, 1 "1
',
't 1
d
1 '
J
�1
+'{ U
IF"
Tl:
�
O
N
'i,� T.5 0 0 0 0 0 0 O O O O O O O ti ti ti ti N O O O O O O O 0 0 0 0 0 0 0 O O
IF"
2 Q
Tl: �
U p„
U
0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 O O
0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 O O
Y 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 O O
O
Ol ri ri w
z
z o ai
C]
� Z i
CS Q w 2 ¢
w LL x
z i
° O s 21
= z z
a 0
z `
V N Z a
z w a i
s
Z O
U U t
w
w
N
LL
Z H U
0 H Z
r r
w Q 0
O
O w �
� j s
F ° O
N = N
Z O
w Q U
z w
a
r
U Z U
Q w
U U
'w �
Z
O L
� s �
0
ac
• U
1 2 l
j Z l
a
0
O �
I Z l7 I
0 z
r F
w w
o r
0 z
N z
O J `
I U a
� w w F
2 2
i u u i
0
0
w
i N c a
J > c r
N w _
w
u = a
� w
2 m
U 2 K l
7 J Y y
> fL
j U w Q
w ¢ u O
Z o c
w z
¢ u a O O F i
w w U u W
s Z
g g a o¢ w N z c
0 0 0 o c
N N — —— Z Z U`
`t
r �
i
O
� � F
z �
= � i
i o �
� l
� m �
i s i
r
W
a
F
z
z
Z
O
Z
U 4
Z
z
O
i u l
s �
z a -
o
t5 u i
Z w i
LL U i
r
2
¢
0
z
a
U
t:
U
z �
I —F
O
m
2 -
Ir
> i
lu
w
0
m
\
<
\
%
/
LLJ
LLJ
Li-
\
\
\
\
\
\
■
\
\
§
\
�
\ \
\ :�
�
�
3
�
�
E
0
A
:) \(
\ \
[ \ :
®,>
§(j
§ \\ \
\ /
\ \ /\}
/) \[
') 3359,
j �\(
3 / \[
§(
: G ;[
\� / \}
0
Ct
to
z
<
Z z r
z
<
Z
z
z <
z
u u u
z
-0 z
to
W
D
R
0
0
u
lu
t . . z
0 0 0 -C
u
u Zo
u
LLJ
0 r
u
-z'
u
u
0 -X
0
z
-X
0
ui
0 = 0 0
—
cc
zo
z
Z 1 0
C, Z Z
a
0
7 z z
z
0
0
0
z
0
LLJ
Li -
w o a
0 lJ w w w u
. 0
5
K z 0
0
IT
U 0 F.
z
z �o F.
z 0
cr,
°m Go
<u
D
0 tz
0
0 GLL
u
<
ACS
Ln
0 z
1° >
10 z
0 E
LLJ
0
0 U
0
0 0
0
D
0
0
u Z ED
u Z
Z a
<
0 <
'o
0 . .
(.9
lw
0
lw
u
m z
m z
u
Z
u <
M z
Z 0
< < <
u u x
5: z
2 2 0 x
.
, , 0 z
U
. z
. w <
2 <U u
z
< < <
U U
0
a a>
> > >
5 0
u 0 < z
P 0
0 0 0
�d I w
2 2 <
<
I
0 z z
z
0
z �x
0 I Z
w 7
I r
t 0
0
0 0
= u u
w , z z
u
0
u
=w
lu u u <
O
A
in
O
U
LLJ
LLJ
Li-
LLJ
;Y-
t �I
w
0
6 6
6 O
h
Ct
�.u.
u�
u
c�
N
O
A
�?�so
O O O O O O O 0 0 0 0 0 0 0 0 0 O O O O O O
O O O O O O O 0 0 0 0 0 0 0 0 0 O O O O O O
2 uli w M w w w w w w w ti N N� C C M w w w m 0 O
a QI
a
x
u
0
z L
O F
mow `
w
s ° �
o � 3
� w .
= a
w
Z ° [
m
r u_ U
Z � a
Q m
0
U s
w O
z w
O w z
a
a � a �
m
a z
� z
v� Q Z
z
0
a Q Z o
O
Q w
' w �
� � O
U Y U m
a u a u
x x
Z u Z u
s
O z
O
o �
'• Z O �
j O a i
s u s
O Z O
O w 0 F
z
� w z w
i K u
w �
w c
4
N �
O
O
u L
Z i
w
w
w
T
O
z
0
� O
i x
O s O O
-
i
z z z u u y
N u u u u u l
' J
a
u
Z
a
'a
m
z
D
O
Z
x
u
I
MA
u
u
u
u
Ln�7
Z
w
Z
w
Z
w
Z
P(9
0
o
w
0
o
w
0
o
w
0
o
CA
u.i
�
s
z N
Q w
2
vui
z
Q
=
vui
z
Q
=
vui
z
Q
z
m
Q 3 w
Z
3
Z
Z
Z
Q
a
¢
a
¢
a
¢
a
Q
w
s
U
w o
r
z
u
a
F
z
u
w
F
z
U w
w
o
P ro?
0
O
a~
¢
¢
¢
s
a
x
u
0
z L
O F
mow `
w
s ° �
o � 3
� w .
= a
w
Z ° [
m
r u_ U
Z � a
Q m
0
U s
w O
z w
O w z
a
a � a �
m
a z
� z
v� Q Z
z
0
a Q Z o
O
Q w
' w �
� � O
U Y U m
a u a u
x x
Z u Z u
s
O z
O
o �
'• Z O �
j O a i
s u s
O Z O
O w 0 F
z
� w z w
i K u
w �
w c
4
N �
O
O
u L
Z i
w
w
w
T
O
z
0
� O
i x
O s O O
-
i
z z z u u y
N u u u u u l
' J
a
u
Z
a
'a
m
z
D
O
Z
x
u
I
MA
1n
in
1n
0
U
W
LLJ
J
( „a
a
lL
W
J
w
06
Ln
V¢
W
C7
6
0
6 6
6 C
h
Ct
w 1
� s
¢ s
� o
z ¢
Z
Q J
r
O 0
O
=
�?�ssssss o 0
� c
Z �
z a
O O i
O
a o
u z .
Q .
u
a
Z
s
r -
s L
w �
U i
w F
r Q l
u i
N U _
~ � c
3 � i
O
vri ¢ i
w w i
-
u u I
m i
w
i ¢ c
Z
Z F
O
z
Z
O _
� 4
a �
w �
p U i
= r �
r si
s ¢
O w
r
W z w
Q ”
U U
g -
K i
i O �
r
i N
a
z
O
O
l7 �
Q �
Q � i
L]
. J
O
O i
� Q c
s
O �
� w o
Z s c
U U �
w Q
Z s �
J K l
O i
�z
Q c
> u
d
K 4
O L
Z
w Z �
J � i
Z Z w L
O p m -
°
c O
x u a c
Z �
� m Z
Z c � LL
o x O
0
i j Q F
s
1 w N O i
i K Yui
w w W F F,
w= =
r u u 0>
N
i
Z
i — t
w =
z s o Z
� a w O s i
w O Z w -
f� J o a 0
a
a O u i
� w Q w w i
O = = N
u u s u
F
0 >
O �
f � o
m � �
= 3 O O
F o
u
= g g `•
I a Y O O
u
)_ s w w w
i m �
_
i u u u i
1 s
i a i
Z
O '
O i
s
i O i
j � 1
j Q .
)Q
o ,
" K
= O
1
z
s
) � i
)
i
U
i Z i
� L]
j
Z
O
- 1
O
i N
c�
N
O
A
in
O
U
LLJ
LLJ
Li-
-:J
LLJ
w
06
Ln
D
fn
CA
0
Ct
0
z
z
0 0
0
u
u I
0
U
of
0
za
0 a
u
z
L
u u (
0
z 0
u
O
A
IF" 2
2,
2,
C) C,
uj
uj
0 D-
< V)
o
0
of
0
u
u I
0
U
of
0
za
0 a
u
z
L
u u (
0
z 0
u
O
A
onta ,L Jhrr Il idler, Il urec,,t r of Il Mahntenanc,,e
330... 762... 7267 x3082
FLEET # OF VEH VEH YR. OF FLEET FUEL MILES PER GALLON AVG MILES OPERATED
NO. IN FLEET MFG VEH SERVICE TYPE M -T -D Y -T -D M -T -D Y -T -D
3
10
MV -1
2012
SCAT
CNG
11.80
13.56
1977.7
16112.1
8
1
FORD
2001
SCAT
DIESEL
8.66
8.15
300.2
38373
9
4
FORD
2006
SCAT
DIESEL
5.78
7.55
229.0
4524.3
11
2
FORD
2006
SCAT
DIESEL
7.47
8.62
96.0
4330.0
12
13
FORD
2008
SCAT
DIESEL 1
8.71
8.84
1526.4
11154.2
51
20
CHEVROLET
2010
SCAT
DIESEL
9.79
10.02
2527.9
17388.0
60
31
FORD
2013
SCAT
CNG
4.46
5.15
1755
8245.9
21
23
GILLIG
2012
LINE
CNG
4.10
4.25
3567.7
23174.2
23
13
NEW FLYER
2002
LINE
DIESEL
3.23
3.67
2172.9
15877.1
24
2
MCI
2001
LINE
DIESEL
5.10
5.29
3280.5
18955.0
25
8
NEW FLYER
2002
LINE
DIESEL
3.35
3.92
1939.3
15629.5
26
4
NEW FLYER
2003
LINE
DIESEL
3.31
3.82
1686.3
15083.8
27
4
NEW FLYER
2004
LINE
DIESEL
318
3.47
1332.0
12798.0
31
10
GILLIG
2012
LINE
CNG
4.08
4.17
3207.5
22599.9
32
10
GILLIG
2013
LINE
CNG
4.02
4.02
38.0
38.0
50
1
HYBRID
2010
LINE
DIESEL
5.38
4.95
4009.0
24674.0
52
3
HYBRID
2011
LINE
DIESEL
5.79
5.79
2963.7
22735.7
61
6
NEW FLYER
2013
LINE
CNG
1.86
2.23
102
197.3
70
10
GILLIG
2010
LINE
DIESEL
3.51
3.80
3433.5
21285.5
81
9
GILLIG
2006
LINE
DIESEL
3.74
3.95
2922.8
21498.4
82
5
GILLIG
2007
LINE
DIESEL
4.33
4.54
2940.0
23183.0
83
6
GILLIG
2011
LINE
DIESEL
4.30
4.50
4109.8
23980.5
84
2
GILLIG
2007
LINE
DIESEL
4.22
4.25
4069.5
24322.5
86
2
GILLIG
2007
LINE
DIESEL
4.28
4.58
3613.0
23360.5
87
4
GILLIG
2009
LINE
DIESEL
3.66
3.99
3767.0
23981.0
88
6
MCI
2009
LINE
DIESEL
4.46
4.57
3653.7
24193.5
89
6
GILLIG
2011
LINE
DIESEL
3.52
3.65
3468.3
24223.3
91
3
GILLIG
2011
LINE
CNG
4.59
4.48
3553.3
19003.3
Confidential
IIIMI E 0�! L L CONSUVIAI E : 14 l l" IIGI ENUE EM II ES,
COST PER MILE # OF MILES BETWEEN
FLEET VEH FUEL FAILURE FAILURE
NO. MFG MODEL# YEAR TYPE M -T -D Y -T -D M -T -D Y -T -D M -T -D Y -T -D
3
MV -1
MV -1
2012
CNG
0.23
0.34
0
8
1977.7
16112.1
8
FORD
ELDORADO
2001
DIESEL
0.77
0.66
0
3
300.2
3837.3
9
FORD
ELDORADO
2006
DIESEL
3.56
1.18
0
5
229.0
4524.3
11
FORD
ELDORADO
2006
DIESEL
3.93
1.71
0
3
96.0
4330.0
12
FORD
ELDORADO
2008
DIESEL
1.32
0.91
0
5
1526.4
11154.2
51
CHEVROLET
ELDORADO
2010
DIESEL
0.51
0.48
0
13
2527.9
17388.0
60
FORD
PHOENIX
2013
CNG
0.42
0.36
3
12
1755
8245.9
21
GILLIG
401102
2012
CNG
0.62
0.52
20
99
3567.7
23174.2
23
NEW FLYER
401102
2002
DIESEL
1.59
1.79
12
98
2172.9
15877.1
24
MCI
451102
2001
DIESEL
1.14
1.13
0
3
3280.5
18955.0
25
NEW FLYER
401102
2002
DIESEL
1.71
1.67
12
78
1939.3
15629.5
26
NEW FLYER
401102
2003
DIESEL
1.56
1.46
4
33
1686.3
15083.8
27
NEW FLYER
401102
2004
DIESEL
2.96
1.95
4
26
1332.0
12798.0
31
GILLIG
401102
2012
CNG
0.55
0.48
9
36
3207.5
22599.9
32
GILLIG
HYBRID
2013
CNG
4.28
4.28
0
0
38.0
38.0
50
GILLIG
HYBRID
2010
DIESEL
1.33
1.13
4
10
4009.0
24674.0
52
GILLIG
HYBRID
2011
DIESEL
0.78
0.83
1
13
2963.7
22735.7
61
NEW FLYER
601102
2013
CNG
3.39
2.01
0
0
102
197.3
70
GILLIG
401102
2010
DIESEL
1.21
1.25
6
68
3433.5
21285.5
81
GILLIG
401102
2006
DIESEL
2.27
1.67
6
85
2922.8
21498.4
82
GILLIG
351102
2007
DIESEL
1.39
1.22
4
34
2940.0
23183.0
83
GILLIG
351102
2011
DIESEL
0.97
0.96
4
28
4109.8
23980.5
84
GILLIG
351102
2007
DIESEL
1.05
1.17
0
8
4069.5
24322.5
86
GILLIG
351102
2007
DIESEL
1.08
1.10
2
9
3613.0
23360.5
87
GILLIG
401102
2009
DIESEL
1.22
1.16
2
24
3767.0
23981.0
88
MCI
451102
2009
DIESEL
1.13
1.05
2
13
3653.7
24193.5
89
GILLIG
401102
2011
DIESEL
1.21
1.16
8
45
3468.3
24223.3
91
GILLIG
401102
2011
CNG
0.47
0.59
3
19
3553.3
19003.3
INSPECTIONS: SCAT TYPE BUSES
LARGE BUS 6K,12K,18K,24K
AIR CONDITIONING
TOTAL INSPECTIONS
30 OVERDUE
61 OVERDUE
7
98 TOTAL OVERDUE
Confidential
N
v
V
m
m
- v L
] W L
`o
0
r L
Y `
5 am+ L
h O F
U
v ° ® L
a
W
L
7 m F
J `1 OD
7 G m f
a a
U
a u
U
U L
u
m m
O O
U L
u
m m
O O
H U U
U U
W a a
a a
vi vi
vi vi
p v v
v v
v t t
t u
N m N v m
L L
N m N v m
L u
O t O
U
o t o
U
U U
O Vn O O Vn
u U U
O Vn O O Vn
U rn U U rn
U rn U U rn
Om
Om
mm -:t
rn -:t
m to m c-I m
V
W V V O
Q~ m Ln N N O
Ln
W -i Ol -i O
V O O N a a
O
O .--i O
m
IQ- Ln m rn � r,
Lr
Op
Ln
J
\
ON N N N N
N
F- u N N N N N
J
m m W N W
to
to c-I W V m
Ln O W W r,
H
.ti
m v1 m v1 v1
W W V1
0
0 0 0 0 0
O m W
M
J
1� V lD m N rl
O
_
W
O
� W
N
LL \
W VI
O rl c-I m
W v v m m
W
m
c-I m to W rl
Ln lD Ln Ln v
r:
O O O O O
U N N to r, r,
1� m rl N rl m
V
al
Q —
Q
N
C \
a
ly
N N N N N
N
W VI
J 0 N N N N N
W r"
lo
Om m rl rl
W W V W a
Ln
O
V O r, O m .--i
Ln
O
m
Z
y� m W N V m
V
-i N -i -i -i
O^ `� N ll�
O
Q_ 0 0 0 0 0
O U ai W r` r` r`
N N ^
ai rl
m
Iy- rn
a)
Q \
J
Q
6WL (n
0
Ln v m m Ln
h m �D v W
O
v
rl O to
m v m v m
LM lzj a N a
to W rl
^
O O O O O
C
c-i to
N
m
a' Ln V Ln N
Ol
m c
C
.1 p
ca
cy
Q
J
W VI
LM 1p W ao 0 r`
C m 0 ti
v
h
C lD Vo m lD o
2 W �D W Ln O
Ln rn
p �n � m Ln n
n
z � Ln �6 Ln Ln Ln
�
m
J rl
CQ
W C
W
1 O O N r` N to
m
E
N W r` r` Ln
W o �n W m �o
^
0
v W .--i W v
Lm
! p
m
v v �n
m m Ln r, m
rn
r
LL
1 J? N N N N
G)
t N
W d
p W
N J
I.Ir
r` to to V Ol
N
-6 N
n Ln -zt Ol N m
N to r, W lD
N
V Ln N Ln -zt -zt
rn o
Ln
m o
OC n_ o m v n
W W lD O
m
O
N
W (.7 al V1 lD lD
J QO D D
rn
r v m r-
v
bn Q
IQ N
1 C N N N
Ln
N w
} W L.7
J s
W C
1
T m
m d
1 to r` m v
o >
W to r` m ti ti
1 ti ti
Z
a
oW
O
°
O
I
aj aj v
C
U
> > t
m m U
U
OC
N N O
W y n W O] O
y 0 0 0 0 N
aj aj U
LL y O O O O N
O O O O O
N N N N N
t t O
O O O O O
N N N N N
U
W
F-
W
U U cy
m m o
O O N
Ln U
W
1
W
aj
O
Q
m m Y
U Q
O
N
V
O
v}
Ln
O
V}
W
O
N
m
O
N
v
W
Ln
v
Ln
Ln
N
Ln
rn
F-
J
W
c�
s=
N
s=
O
LEI,
CR
21
LL
V
Z
0
u
ilk
II
OP
..........
.......................
ca
N
70
4—
C:
0
�2
N V
V N
V
V N
N
;2
;2
;2 ;2
0 0
. .
.
H-
V
0 0
0
0 0
-----
-
- -
- -
------
-
- -
- -
-
- -
0: -
- -
"o
.....
N N
000000000000
0 0 EA
in
0,
c,i i
N 0
ca
T, o
I T,
T, M
M r, I
0 M
M
T,
- m
m
6 ii.
0,
0 0
1
in-
�� ';'
�o
1�
4.
H
". 02,
4
c4m
llcnl
in M
N
m
I M
r IM
N
M 0,
M 0
N
0 16
N
�n
m cl
ca �n
f,
�n �n
f, f,
v v
v v
m
M
M
0
W
G W
- i -o
-1-
0
Tlmommii
------------
fA
N
in
In
om
in
M
0
01 -
I , M
N
m
N
in m
T, m
01
i n
cal
in m
v
m
I
'I' p
, in
m (c,
in
(c,
If,
in N
If, If,
N (c,
If, ,,
�n
f,
6 m
If, If,
�n (6
f, If,
If,
o
MVi-MVNFM
oi-
m
0 -
-No
0
m
t
N
0 (6
(4 0
C'k
co
bo M�
m
0
S
Lo
------------
N in
C, o'
.1
1
o'
m
1'
in
o'
.inn
M
c'l
m
-000
----
0000
o
(cl
1,
I
Cl n
k,
"'
(cl
I I
M
m om
in
o,
n'
Ni
p in
`I�
(c,
in
m m m
v p
m (c,
o, in
o �'I
o'
ol
I
m cl�
c,
in
in
m
c'l
"i M
M
M
M cll
c'l
m
ml
o
�2
-
m o'
c'l
6
m
N
o' v
0- cu
I ;o ,l
in m
N in
�
�3
m o
in
c'l
v' 'i
as Ctv
m
m m
in
(D
o-m
-,N,Nm�,ON
�mm�
mi -o
-
m
NNNNNNNNNi
mo'mo'm
in
in in
in (c,
'mo'o'o'
(c, (c,
(c, (c,
(c, n
in
V
V V
Vmmmmm�2�2�2
lo
w
'E
w w
w
fo
-No
�o
w
u)
ilk
II
OP
..........
.......................
ca
N
70
4—
C:
0
V
CC
C
0
a
rn
F
U
ca
W
70
\—
O
l�I,
O O
V
O V
M i
r�
V V
M
V N
r
W M
O O
ca
,. ILL
N 06
(5:
M
N N
O N
W N
M O
V O
a:
W
M O
O M
N O
V I—
V
V N
N V
N V
V V
V V
V
V V
O
A O A O
A O A O
A O A O
A O A O
A O A O
A O
A O A O
a..
"
v
v
I .. w'
!in
N M
n }
c'm
i -;
a}
in
N V
M
m
m I
cn n
n C t
n 40
n n
I... n
n 1
n
rri
v
in
f
L.. )
n
I
a}
in
N M
J U
n a}
:t a}
c�i }vin
n n
`r}
in
n n
`r} `r}
n
`r} v�
n
cn
O� M
r`r}
ir} ir}
<r} <r}
If,
<r}
i»
N
W N
N M
M
M
N
O
M
m I-OWNMO
M M
W M
r r
OMNM
r r
r M
r
N
r
� m
A.
J,...
------------
E»
m
I
n 1
r} n
n 1
ca Ct
1 ..
1
0,
v
r
M
I
M n
nr<r}v
N }
Ct n
1
n
M
0
rii
p
c
m
N Iv
nm
n
nC�m
no
o)
)
1, n}
1
v
O
U
}I
�r}
`ra
n
aa'
rn o
ry
r•'r a}
I
}r}
ri
ri
N
"n
EA
r
O M
O N
O M
I—
M
M M
N V
M O
M
v
W
N
V M
M
O m
M W
W N
M
N O
O O
I— N
V �
V M
O M
� O
M M
N O
V
N
I—
r M
O N
m
7 4
W
M W
�
O O
M
U.
V
N
M M
N
N
V
N N
V N
V
N N
M N
O
N
M
N
EA
EA EA
EA EA
EA EA
EA EA
EA EA
EA
M� E,9
N
M
O O
M N
V O
M M
O
m.,.,.
N
N M
O W
M O
M M
M M
N
N
(V
M M
(V (V
M V
(V (V
N O
(V (V
O O
(V (V
O M
(V (V
M
(V
N
N
1 U
°J" m
n C l
T}
}
m y
1 1
„n
s}
N N
m
001-1
0
M M
0 0
W W
0 0
M M
0 0
W
0
W
O
—
Cl
J}
1m IX }(n
nIX
m �}
}I
1...... n
4+J n(n
Cl C,
ry
v-
C:J
r
N
in
v v'
V' v
m v
V' v
v V'
i.n
N V
%+
M
N
O M
N N
N
N
M N
O
O
N
m
O
N
°
ai
n
m
1 1
i}
}} an
IX}
n l
'n I
m }}
IX} n
rca
11D
N M
}
}} . 11`
.. 1
1 c }}
n C t
rn
,-
N M
ii
1v .
C t C,a
car -rca1
mca
C,l as
1`rS 1M
1
a }cn
-�
1....
o
-1---
I�
r M
M I—
M I�
r
m
NO
N
in
M
in C' }mCl
ca 0,
r l vl
I n
I v
,"
^J +' C}
0 V
, C,l
0
m
a}
N
M I`
N
_
a}
v r,i'
rc} m
n „ca
cv' v
rn
m r,l
a}
01
N C6
a}
1v as
1`C' 1i
1.
1 1 ..
p..... 1 n
I
m r......
c
m
M
M
I— N
V M
M
M M
N N
I-
V N
V M
M m
M I�
m O
V
#'
in
I
'y 'I
'I C'I
C,I I
I r"J
r"J
N
M
M M
M M
M
O O
O
O
12-�
O
0
O
O
U
Z
0
N
Q
ca
W
70
\—
O
l�I,
a
Q
Q
M_
R O
R N
0 R
v Q
E
U
M O
E U
t
d N
a
-= R
O
> U
Q Z
F
0
U H
0
k
F
0
U
ca
W
70
\—
0
l�I,
u =.
(�}
m
0
jq
0
0 0
0 0
.00
0 0
0 0
0 0
0
N N
tg N
8m
W
0 O
00
0 0
NO OO
0 N 0 M
0
N
N
N
O
O O
O O
O O
O O
O O
O
O O
a
w
a�
LL
0-
-
-
-
-�
-0
EA
U
a?
0
' Stl
(fl
(O
M
M
r
r
m OM
M m
O
0 N
O
A
0
A
0 0
A A
0 0
A A
0 A
A
O O
EA EA
O
EA
O O
EA EA
�a
m
(n
v o,
in m
cra
Im
I....
C}CSraom
m
(z}.nTIM
I
Nv
I(n
v:
m v
q.
v
n ti 'I
ca v
„nm
o, o
in n
n I
c,i
"� rn
M
R,
J
I
v
v
as (ca
(ca ,I
v n
m c}
m n
v m
�.. -.
(ca
N O
Fra
Fra Fra
<ra Fra
Fra Fra
Frx Fra
Fra Fra
Frx
o E,v
M O
O V
O
M
O N
N W
N
(O
I�
V O—
Vi-
W
(O O
I— N
O
M
C} N
C11 C}
l I
Ja I
I
o r'1
I IXa
M
0
[ }.1I
C
.C}
r }0'I
m
Ml
U
0,
noImv:
I.
rn
Fra
ira irx
<ra Fra
Fra Frx
<rx ira
Fra Frx
<rx
y3 (»
W
N M
V N
(O O
M W
(O
O
(O
(} W
M
N
M 0
(O N
m
M M
(O (O
O N
W O
V m
O
M
(O
a
O
W O
N
O
� M
6
O (O
r
N
N N
NCO
_
A
O
M
E0
A
� EA
7'
M
(O O
N V
M M
O (O
M m
M
m
V
O V
M
N
V
t%..m
O
O
N M
N M
N �
N
(O I�
O W
N
O N
M M
O
ai
LL
EA
EA EA
EA EA
EA EA
EA EA
EA EA
EA
EA
D �
m o
in m
ry ry
ry
o
ry
N M
(z}
�,? as
,? as
v. I.......
o, (z}
in r.....
(z}
�
N - N '
O
I— M
I— M
I— N
O O
M N
O
N
O
-
O
a
a
v
I C}
�.�I m
`I v
rv'1
N
in
in
M
OIL
N
m,
N
1
I
J m
C}
C} y
rr)
IXa IXa
IXa
N O
(O
at
.aa
m Ira
as . I
.i'a I
o,
�.._
n
. I n
. }a .n
,1a v
s'a
r......
O
cO_ m
m
m v
V' v
m r.+?
m m
m v
m
M
O O
O (O
M
...: 7
m
(NO
o
M O
o r
m m
o o
V m
O ...
.
(OO r
(MO
LL
O
1
1
-
1
%r'a
V'
I
C}
M
y
v
(} as
0, m-
m
(kC'}
}
y In
i n m
in
m I
cra as
0'
N
g
o N
N I
si a
in
I
r
yry
O
(O M
W M
(O (O
O V
(O
N 7
V
M M
W
N
I�
(O V
M
N O
N N
(O 00
M
m
M
co
M co
Co M
N
(V (V
M M
m
M V
m M
O
C
N?
r0
r0 r0
r0 r0
r0 r0
r0 r0
r0 r0
r0
(p
LL Ur;
IIS3
t6
2
Q N
U N
N
O N
�,Y
O
.•
O >
U
F
`O
LL
O
Z
D
N
4`
U
Q
ca
W
70
\—
0
l�I,
R
R
D
C
a
ci
Z
U
Q
F
0
U
ca
W
70
O
A
mrrnrnmm
v
Nvmoo
u� u�
S7
�
vrorovmcomcororai
m
m !r
N m
!r !r
r
N LL�
m m
LL�
m
rn rn
aG
4
m m
r o
m m
rn m
v v
v
N N
5q'.
vvvvri
ri ri
ri rivvv
ri ri
N yr'
L
U.
O
------------
O O
O O
O O
O O
O O
O
O O
fA fA
N'
LL
vvvu�mvmmvu�mm
v v
JI
F»
F» F»
F» F»
F» F»
F» F»
F» F»
F»
F» F»
Y:
a
rte. �,
rmrnoou�mrnrou�m
N N
y
O
------------
O O
O O
O O
O O
O O
O
O O
fA fA
u a,
9 �',
v
mco
r',I EA
�.,�m
`Im
ra as
ra
r11mm
rva rva
,
y.
m
r
1�
A
Er1
A m w
Er1 Er1
J' (?
(rk E }
I
Er1. Er1
I C:'�
Kk KI
cE.l C'�
Er1 Erk
CYO
Kk
g m
� U3
U 7
L Qi.
vv0000inmu�
m
m m
m N
v N
N m
u�u�
m m
m
m
v
0.'1
EIa
vC C�
E a En
wC" ��
irx E'
C� rl
En E a
qC.. m
Eri it
AA SCI
E in
h�
iii
m W
� r»-
m,,,,
U
ornmmmm�°�mv�N
N
Y�L+
.....
9k �,,.
7,
LL SS.:
mom
mmvu�rnmom
O
m m
Nmmu�m
V m
Cr O
Nrmm
Nmu�
N r
O O
r-:
� m
m
m !r
� �',,.
rnov�Nmru�rrnu�rn
mmmmmmmru�mmu�
in
m
FL.
-----<»-<»<»<»<»<»
<»
y,
rvvmru�rnu�mu�vu�
0
0 0
0 0
0 0
0 0
0 0
0
in
0
[Y 6
W
nmai
a
n
1a h-
aa..
"v
iaa
e11 : -m
m
hih
m v1
m m m
c1
as
v r
� m
Gi,
a
inv
N
m000
2
Nmu�
N
�•
LL
ca
1C
I
aM
Im v]
`I I
11 0
C`? rv1
rv1 I
m
rv1 m
I I
v "I
a
m
I. I
rt
11 v]
r l
N �
V
�
mmomru�mm
r
v
N
•- g1
a ca
:aa
rn w
m
� !r
,�..
y �
y Gf!
mro�ommvu�mrm
mu�rmrnmmmrnmmrn
u�oNor
m
m m
m N
m ri
mru�m0
m N
m m
m
m
rn
v �
w 4i..
rvi
ih ih
c rvi
`"i rvi
i+i ri
rvi i+i
ri
m
v
v v
v m
m m
m m
m m
m
2
3�
�QQQQ
O N
N
O N
IL Ji
J
R
N
LL
Q B
N
v
Z
D
N
Q
ca
W
70
O
A
H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H
O O M M i n M o 0 0 0 M o 0 0 0 0 0 o m 0 0 m in o o Ln 0 0 0 o o 0 0 0 in o Ln in 0 0 0 0 in in o o m (D 0 0
N Ln O� h N N O O O N l� O O O O O O O N O O�� Ln O N i-n O Ln Ln O Ln O Ln � O N h 0 0 0 0 N NOON Ln O O
� M O Ln rl N O M 0 0 0 L� 0 0 0 0 0 0 0 0 0 0 N N a1 O 10 dr N Ln Ln O N O M O N O O Ln O N 01 O O h Ln O O
U �4 Ln d' H d+ N N N rl N N Ln 10 M 61 d' d' dr In 16
H
W O O O o O O O o o o o o Ln o o o o o o o o o o o o o o Ln o Ln o o o o Ln Ln 0 0 0 0 0 0 0 0 0 0 0 0 0 0
00000000000ML-OOOOOOOOOOMOMON ON QMOONNMOMOOOOOOOOOOO
-d f I S d O O O O O O O O O O M N O O O O O O O O O O L n CO L n O M O O O N O O Ol N O l O d+ O O O O O O O O Moo
. . . . . . . . . . . . . . . . . . . . . . . . . .
CO
U) N O O O O O O O O O O d I r I O O O O O O O O O O of O N O l O O M O O O O N O t- O V+ 0 0 0 O O O O O M o o
CO CN �'+ rD 10 LD LN 6l N cr N NLnN 16 M
'� nS r-I l6 L- N N co co N N L- Ln rl N
H O N 6 O O M L� 16 N N ri r d
rl ri H H rl N IH M H rl rl N M
o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 o a a
<r <r d d d+ w�t <r a o O
Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln
M,r OOOOOOOMOOOOOMOOo OMOOOOOOOOOMOoOOMOOOMOOOO MoLn111Ln000
,,, -ri 000000 Mr- 00000 N 0000 N 000000000 N 0000 N to 00 N M 000 h MNL- r- 000
CO U O 0 0 0 0 0 0 W L n O OH O O d, O O o O O O O O O O O O O O N L n O O O O N O O L nw O w O M L n M l O N O O O
Ln N r . r . ri OD � 61 dl Ln i- Ln d' 10
-'� ri
r-I M
Ga ri
O
CN
0\
-ri Ln
U] N
m\ Ln O O o o o o Ln o Ln o o Ln In o Ln O Ln O O Ln O Ln O Ln O O Ln O Ln O Ln O Ln o 000 o O Ln O Ln O Ln Ln Ln Ln 00
-riM 'ii r-1 L- Ln O O O O O N O L- O O N N Ln L- O N O Ln r- Ln h Ln h Ln Ln N O h Ln r- Ln N O O Ln O Ln O r- Ln h Ln N h L- N LnO
�O �O r- I�rINMOOrI rlNO6110NONri lOOr- INhNl6 D\1010MLn ri lOMd'NNNdrON616\Ln l6Md'16 alMNO
Ci L- W h Ln O N�D Ln Ln ri h H Ln 6\ 10 10 16 N H 61 O 10 N N M Ln N N 61 h M O r- N O H d• O U) �N
(d O ri H H rl N 14 H N H r1 N M rl N rl H H
H
rn
q r
M o
N
r-I \
-ri ri
OO Mr-i ML- 1010 rl O O H Ln O N co rl m O N Ln O w O O Ln O rl m M Ln cM o O 10 N Hd+ 61 O 61 O N N L- N r-I N d' Ln NH
\ '> -H 161611 mdr Mriri WOW[-
d•r- iMNa>O LnNM16Mdr ri Ln l6 Ln L�NLnONc -i Olh
.rl r.�Q M10M L"di LnNN OriNd' 16Mr110 �- �,N16N 1061 awl Ln d+M MOHMMMML-Homh
rl rl r-I rl ra M ri r1 >� N rl rl N rl
W
rl c-I N N ri
Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q
U] H 00000000000000000000000000000000000000000000000000
N N O O O O O o O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O o O O
r-I �l m m w w w m co M Ln M N O H M M rl d• h Ln h lD N N rI L- r- drhmN Ln I— Q, 610 M N 100 d' N L- M Ln N rI L-M
[ci
OhOr -Id'ri ri 161000Ln rl dr�hl6 ri MLn ri�d+rlNlO d'Lnd'lfllfl d'1610NLn* alNrMLn Nl0 at r1 Ln 10Nhl-
HL- a)NL- Ndr 6161 N O ri O H M h rl H h� d' 1610 dr d• L-cr L- M drN00 Vr H O r- O N NONOMNHr -WMLn
61 61 N O m 61 O N rl O r-I O M M N O O M co d' U) 10 N M co Ln N O N rl M N r-I Ln M N M O rl O dr o N N N d' 10 N r m
'� ri r-i ri r-I ri ri rl ri rl rl ri ri ri ri rl ra r-I ri rINNNNrINNNNNNNNNN�rINrl riNNrl ri
c�
0
H
'�
col
pq
;;"wa'�
aw�urn,�,� "�
m w,• �
�`
,.».
.,�
ai;ta„
i
r-I
CSI
d• 10 Ln Ln W M M M
H ID M M M 11 MM,Gl r,M 11
nd'dr dr N N M 11 m
m 41 d'M 1616 'c, ;I, M W M M
MJ,0
6�NW
M
di GL
d' dr dr d' 'T d• dr dr
dr d' dr d• d' dr d+ dr d' ci' cry d+ �
d• dr 'T dr d' w �H Vr v
d' dr dr IT dr dr d+ �4N dr dr dr d•
dr
Ln Ln
dr d'
Ln Ln
r-i U]
W N
U) O co M N co Ln
HBO 6l rl dr ri M rl
N M L- Ln w N N Ln ei H H O Ln
Ln m to H H 0Hrq d,0mw0N
Ln Ln M 16 dr Ln M H L-
d' N rid• Ln 10 d'N
M Ln 61 d' 61 N N m m Ln m O
NLn ri ri d•MN10 LDS W a\61NNW
M M
L- m
H o
NNNO
10 Ln
4-) rl
O -r1
O Ln O 16 III N O M
m L` N W m O Ln dl 61 N H 10 m
to 10 m N 16 h O O Ln
M O M rl m M l0 N Ln M N m
H H
N m
N dr
H N
H
d'd'd• -4, v In cr
<f'd' i,dw Lno Ln d+di Ln dr 1010
L- Ln Ln co 1�L- 61 O O
O tb 0) H O O O N M 0) O Co
N O
6\ L--
rl O
6l0
x
a
rl ri
ri ri ri ri rl ri
ri
H r-I
rl
MJ
\
rn d
N N
a
U
m
H f
a
xq
\ ••
•rl
U N
-ri
0H N Mdl Ln 10 h
N 6\O rI N M L-Nm0HNMdrLn(0h
N0O
r-I N M d' Ln 10 t` N m O ri
NMd+Ln
10h
N01
d+dr d'd'dr d'd'd+cv
vLn Ln Ln Ln Ln Ln Ln Ln Ln Ln 10
16 10 10 10 16 10 10 10 10
L- r.- 1- h L- h L- h CZ h N co
N N
m w
N N
w
> Z
0 0 0 0 0 0 0 0
0 0 Q 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0
0 0
0 0
0 0
0 0
LN
c�
0
O O M M O M O O M O O M M M M M O O O O M O M O O O M O M o 0 0 o M O M O o 0 0 0 0 0 00 0 0 0 0 0
U] OMhNOhOONOOL-N�Ll- L- OOmONOL -000NONOMOONONOOMOOMOOOMOOOO
O M N M O N O O m 00 L- r- Mcr M 00N00HI hM00,110 ri HI N 00 m C) M 000000000 X00000
m U �-1 d' Ln W d' m M m m Ln rl m d' Ln 'cM O rl M
tn H Hi
co
a
Ul 0000LnooLn00000000000000000000maQ000000000000000000o
`o f -" O O L n L n N L n L n N O O O O O O O O O O O O O O L n O O O O O N O O O O O O O O O O O O O O O O O O O O O
mor- m�,Dd'M d' O10000000000000mmocDOOMOOOOOOOOOO00000000000
H
rt
)
� m
Cra i
O
C N
O \
-r Ln
U] (N
U1 \
-A m
O
r
«S O
�4 4J
H
M
C ri
0o
N
H \
-rI i
O O
H o
N
fA
N
ri
-ri
M
r'I
61 d'
N N
M r1
ri
U) bl C" . O O O O O O O O O rN O O O O N O O O O O O O O O O O O O O O O O O O O O
D h n N D N Ln
(d O ri lO Ln h N CO Ln C- N �
H CO H O c M
r1 ri N ri N N N HI M N ri
aaaaaaaaOOOO000000000000000000000000OOOOOOOOOOOOOo
0000000 0 IT d'<rd d td4 t, d+ d'rr<r<rd'd �t
<r a� d• d' d+ �r d• d+ � 3 3 S 3 3� 3� 3 3 3 3 3�� 3 3 3� 3� 3 3 3� 3 S�� 3 3�� 3 3 3 3 3 S 3 3
Ln Ln Ln Ln Ln Ln Ln Ln In Ln Ln Ln Ln Ln Lrl Ln Ln Ln Ln Ln Lrl Ln Ln Ln Ln Ln Lrl Ln Lrl ul Ill Ln Ln Ln Ln Ln Lrl Lrl Ln Lrl Ln Ln Ln Lrl Lrl Ln Lrl Ln Lrl Ln
rI ri ri ri H1 HI HI ri ri ri ri HI rI HI ri ri ri ri ri HI rI ri Hi ri Hi ri HI HL ri ri ri ri ri ri ri HI HI rI ri ri ri ri ri ri Hi ri HI HI HI r1
MH o m 0 0 0 0 m O O O O O m o o m m o m o o o m o o o o o m o m o m m 0 0 m o m LIl o o o o o m o o o m
,L,' -ri O h 0 0 0 0 N 0 0 0 0 N h O O N N m N m O O N O O O O m N m N O N N O O N O r- h O o o O O L- G O O N
UO N N N O O O N O O O O m O N O h o O rI L- O O w O O m O N T m m O m w O O L- O m O O O O O N O O COO
ID HI OI ID WD Ln h •O 01 ri HI d'lO lDm m6� C)\d'M ri L� h
N ri ri r-I rl HI rl ri rl Hi ri r1
L1l 0 0 0 0 0 0 0 0 Ln 0 0 0 0 Ln O 'O O Lfl Ln O O O Ln Lfl Ln O Ln Ln Ln O lfl Ln Ln Ln O Ln Ln O L!) Ln Ln Ln O Ln O Ln O O Ln
i7 ri N Ln Ln Ln Ln M O M O 1- O M M m i- m m m h N m O m N N r- O N N h m N N L- L- O N N m N N N N m N O N O o h
O Ln m Ol �D c l M N M m M Ol O N ri h Ln 1D �D co w m cN W of m M O m In N M O O ri m N d' O N ri d' m m N w O w m r1 m
d' h h V' O O N Cn CO Co N lD l0 N �D CO Ln Ol (l Co. O). Ol Ln Ln M CO N to h l0 N l0 L� M M N l0 L� � N �O L� Ln O N r` r Ln
is ri N ri H rl ri ri ri N r1 ri ri rI HI N H 11 HI N HI r1 N H HI N r-1 HI rl 1-1
-r1
I~
O
U
i7)r -i Nh61Mh�OHIOlOM NOD Ln �0l ri Lfl �D L�NLn Ori r-I d'N Ln 61 LnmON O W d'Mm�O61 r-I lO ID OCJINOd•
'J -rl C71hNHIHid'Or1 LnMNC)lm rlM�MONLnMNh�OMm�D CO lO Ln L�M� rlN d'O d'N d'N Ln �L� NOMN
FCO �Ln 'd'N OLn OlO mri �D d' W OmNd'N ri lD lOHI ID�OO1M ri L��<i'O Ln 'd'M L�d'L�Ln LD C!\d'Ln ID Ln OI IDOh
. . . . . . . . . . . . �
rl ri ri r-i r-I ri ri ri ri Hi ri ri N d' rl ri ri HI ri ri ri HI ri
ri
HI O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O o O O O,O 0 0 0 0 0 0 0 0
m�NNrlCOl0c1MO Wl0m6l��riMmLnOWNm�OOILn�lDl000O�01N11161Lnd lLnCOLnd'd'OLDO tNL-d•M
. . . . . . . . . . . . . . . . . . . .
Co w N Ln MM M lD N M CO d' N d• � d• d• N �' CO Ln Ln Ln �D Ln Ln m m h Ln i Ln M O O Ol M N Ln O O N N h O O O Ln d'
kD N d' M m m Ill N m m m N m m m co LD ri O\ HI m O Ln HI CO L- L- lD ri CO N d' m m co oo O M M M m r- r1 r1 Ln Ol I'D w ri QD
Ln w w h H Ln m O �D N m M Ln m H d' l0 w Ln m of Ln d' I- L- � m d' w h N w m d' w ri ri M m N m w o d• L- d+ r- m w Ln
ri N N N N N N N N N N C N N m N N N N N N N N C N N N N N N N N N N N N N N N N N N N N N N N N N N
r1
ri U)
d'Mmmri
m m L-
Ll- w m N L- N d' m
L- M O N ri m O HI M M M M d'm
.Ly
m N
iM
w ri d, 1;11 N
O ri ri N I- 't m M
m m N m m r- L` M m m m lD d' IT
4-) H
OLn
mM HI rI NC
1 LI 1 Nd'M OMC
b
a
0.1
r-I
h
L` N r
I tT N
H
.
Nr -Ir-LD
00 NOHINd OH
H HINNOONNNOOH N
r� W
N N M rI m HI M N M N M d' Ln rI N C, M N I'0 d' m 0 Ln m lO d' w m e V' m LA N d' M d'
d' 'd' d• cN M d' d' d' d+ d• d' d' d' d' d• d' d' cH d' d• d' d' d' d• d' d' d' d' d• V d' d• d' d• d' d' d• It d' t d' d' d' t
d' M O Ol N M N ri w m M d' M M M M h h L-
0l�OOlMHIL-0MN W l0 M CA hNMMO
l m 10 Ln CO lD Ol N HI O lD Ln C r m Li 1 Ln W Un
N O O O M M O HI O HI r1 M O rl r♦ r1 O r-1 ri
ri ri HI rl ri ri rL ri ri ri H H ri ri ri ri
P'
D
M d m lD h m M O HI N M d' m lD h m M O ri N
N N N N N N N m m m m m m m m m m d' d' d'
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
ri rl rl ri HI ri ri ri rl ri ri ri ri ri rI HI ri ri r1 ri
c�
N
0
ri U)
d'Mmmri
m m L-
Ll- w m N L- N d' m
L- M O N ri m O HI M M M M d'm
m N
iM
w ri d, 1;11 N
O ri ri N I- 't m M
m m N m m r- L` M m m m lD d' IT
4-) H
OLn
mM HI rI NC
1 LI 1 Nd'M OMC
1O r Ln I- Hl C�d'ri ML n0
0.1
H
OI
Nr -Ir-LD
00 NOHINd OH
H HINNOONNNOOH N
ari
r-
ri HI H HI H ri
ri HI rl ri ri ri HI
ri ri ri rl ri ri ri r-I ri ri HI ri HI rl
Ai
v
Ur1
i iall
m"
-ri
U v
O
r-I d• Ln w h
ri N m cN Ln l0 h of
m O rl N m d' m �o L- m m O Hi N
,'�
-ra
M
O) O� M Ol C)) m m
O co O O O O O
O ri HI ri HI H HI H HI H HI N N N
i4
.Li
N
N N N N N N N
O O O O O O O O
O O O O O O O O O O O O O O
N
N
0000OOOOHIHIr-I
Hl rir-iHI HIri
Hlrl rf HIHI HI riri ri Hl Hl r-1H1
ca
%
d' M O Ol N M N ri w m M d' M M M M h h L-
0l�OOlMHIL-0MN W l0 M CA hNMMO
l m 10 Ln CO lD Ol N HI O lD Ln C r m Li 1 Ln W Un
N O O O M M O HI O HI r1 M O rl r♦ r1 O r-1 ri
ri ri HI rl ri ri rL ri ri ri H H ri ri ri ri
P'
D
M d m lD h m M O HI N M d' m lD h m M O ri N
N N N N N N N m m m m m m m m m m d' d' d'
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
ri rl rl ri HI ri ri ri rl ri ri ri ri ri rI HI ri ri r1 ri
c�
N
0
E
U)
O
- M
W 1-1
O
G' N
O \
.H n
Ul N
W \
-H M
e O
U1
rl
}{ lL
E
� m
s~ �
«i O
(N
rl \
-ri rl
OO
r1 O
N
w
(f1
N
M
\
rn <r
N N
M ri
rl
U] O O N O o 0 0 0 0 L0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00.0(... 0 0 O O Ln
N M Ln N h a)
E t M m n m of
H ri r-
OOOOOOOOO000000000 0000000000000000000000
�33333333333�3333333��335333��3�3333�333
Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln
HHHr rirlririHHH, -1
�1r-I OOOOOOOO MM OOOOO oOO M M OOO oO M O M OOO M OO M M 0000 Ln
00000000�NOOOMMC )MMNNOOOOONor-mo ONoor Nc OQMO N
UO 000000oom0000ML-0Iflmo ToOOOMMOOL-OHMOOMMOOr1O r1
• • rl dl m 1� r♦ Ol Ln h M Ol r1 O di r1
rl rl r1 rl rl rl rl ri rl N C-
Ln
Ln Ln m O m m O m O m m O O m O O m 1 0 0 0 0 0 0 m m m m O m O O O O m m m m 0 0 0
'Ci ri I- Nhm L- h m h m N N m m N m O N O O O m m O N h N h O L-O Omm N L- L- Nm Om
Ow Mm H d+ N C� N O lO H m t- N Ln W mr rl Ln M m L- O\ ,O r m m N m N O m h m N CO Ln O O
�Ln NMAN lOMLnC M Ln rl lO d�ON O di oo ci vof Ln h Ol LO O IO Ln O O\ Ln LO Ln o O
_4 r1H r1 rl NNHHr1r1H N1-1 H r1 r1 r1 r1 N N HN (N
-H
J-)
O
U
bl ri r1 O m O m d\d+ m m m O mli m J, WOOL cl+ rl rl m O N m m N rl O H w m C- d' �,d' H Ow
'J -.i N 00
�iO Ln� W OhN�O LnmW lO�OhlO lfl rl rl rlM�MO)OtnOmrl�IOOOLD �nO��� L9
rl rl rI rl N rl Ln rl M rl rl rl rl ri N N ri N rl
rl N
Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q
H 0000000000000000000000000000000000000000
N 0000000000000000000000000000000000000000
Ln O 41 O O LD [� l0 O ri N O 01 lD rl m m N 1' w M r1 N M m w M CN � m m N N O m O
. . . . . .
Ln N 0)00\ N M L, L-. H. M H M Ln m I- N r1 W O L- L- T LO Ol rl oO Ln Ln N NID �O L- L- ;j, +v iO)>
dl N N h rl N N O M co Ln > lO m m T oo N N h r co Ln o% 0\ di m M r1 m w N m m N N IT O
V' �0 M 10, Ln M M O Ln N m N 1 k 01 rl M W h C O d� M lO L� OO m O m r N k O w O
rd
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
N N N N N rl N N m,,✓ N N N N N N N M N N N N N N N N N N N N pq N N N N N N N N N N m
a )lr
ri NLn�rm< rrnr��rd+ N�r�rm't Ln Ln oLn
�� zr di -;i, j, <i Ln t- 'j,'TIt �-r<ra d��Ir r'ra+d �r�r�a d Iry a d Ord �r�d a d d
rl UI 01 Ln mMNm L9 �O O L- M'{ 0000 H N m M M> N 0 M W H Mc l+ M W 0 rlM M lO MM r1
(� N Vi r1 m M w h m M �O N M H M h <t m h m l0 > mV of m t M M O L- M h M> O H O Ln h rl
.1-1 H d+ 00 L- d' N L� N N M O Ln M> O m m N�o of k0 l0 r- N�D w Ln i N r1 lO D\ i O co N w N h N C--
O -1
H QHOr H>QOmMr1010NNrIN�Or r rLr NNMM it NNNNmmNONNNM
arl rl rl rl rl rl rl rl rl rl rl rI rl rl rl rl rl rl rl ri rl ri ri rl rl rl rl rl rl rl rl `-, rl rl rl rl rl rl
�
000000000m000000000mCD000OinOOOMMCDQ000ooOO
in
U] OOOMOOOOONOOOOOOOiOOL
-000OONOOOL- NOOOOOOOMO N
00000000040
o 0000000
r o 0000 '10000 m m 000000000 �r
-H U N
m di Ln to t`
O U H
N
rn
N
rl rl ri rl rl
U)
bix
r
a
U1 O O Ln O O
O O O O M O O O O O O O
O O O O O O O O O O O O O O O O O O O O O O O O
ii G' 00N000OOON0000000000000o000000
MOO00000LnO Ln
IO M O O L O O O
O O O O N O O O O O O O
O O O O O O O O O� O O O O O O O O O O O O� O (Y) O
H
�
E
U)
O
- M
W 1-1
O
G' N
O \
.H n
Ul N
W \
-H M
e O
U1
rl
}{ lL
E
� m
s~ �
«i O
(N
rl \
-ri rl
OO
r1 O
N
w
(f1
N
M
\
rn <r
N N
M ri
rl
U] O O N O o 0 0 0 0 L0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00.0(... 0 0 O O Ln
N M Ln N h a)
E t M m n m of
H ri r-
OOOOOOOOO000000000 0000000000000000000000
�33333333333�3333333��335333��3�3333�333
Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln Ln
HHHr rirlririHHH, -1
�1r-I OOOOOOOO MM OOOOO oOO M M OOO oO M O M OOO M OO M M 0000 Ln
00000000�NOOOMMC )MMNNOOOOONor-mo ONoor Nc OQMO N
UO 000000oom0000ML-0Iflmo ToOOOMMOOL-OHMOOMMOOr1O r1
• • rl dl m 1� r♦ Ol Ln h M Ol r1 O di r1
rl rl r1 rl rl rl rl ri rl N C-
Ln
Ln Ln m O m m O m O m m O O m O O m 1 0 0 0 0 0 0 m m m m O m O O O O m m m m 0 0 0
'Ci ri I- Nhm L- h m h m N N m m N m O N O O O m m O N h N h O L-O Omm N L- L- Nm Om
Ow Mm H d+ N C� N O lO H m t- N Ln W mr rl Ln M m L- O\ ,O r m m N m N O m h m N CO Ln O O
�Ln NMAN lOMLnC M Ln rl lO d�ON O di oo ci vof Ln h Ol LO O IO Ln O O\ Ln LO Ln o O
_4 r1H r1 rl NNHHr1r1H N1-1 H r1 r1 r1 r1 N N HN (N
-H
J-)
O
U
bl ri r1 O m O m d\d+ m m m O mli m J, WOOL cl+ rl rl m O N m m N rl O H w m C- d' �,d' H Ow
'J -.i N 00
�iO Ln� W OhN�O LnmW lO�OhlO lfl rl rl rlM�MO)OtnOmrl�IOOOLD �nO��� L9
rl rl rI rl N rl Ln rl M rl rl rl rl ri N N ri N rl
rl N
Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q
H 0000000000000000000000000000000000000000
N 0000000000000000000000000000000000000000
Ln O 41 O O LD [� l0 O ri N O 01 lD rl m m N 1' w M r1 N M m w M CN � m m N N O m O
. . . . . .
Ln N 0)00\ N M L, L-. H. M H M Ln m I- N r1 W O L- L- T LO Ol rl oO Ln Ln N NID �O L- L- ;j, +v iO)>
dl N N h rl N N O M co Ln > lO m m T oo N N h r co Ln o% 0\ di m M r1 m w N m m N N IT O
V' �0 M 10, Ln M M O Ln N m N 1 k 01 rl M W h C O d� M lO L� OO m O m r N k O w O
rd
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
N N N N N rl N N m,,✓ N N N N N N N M N N N N N N N N N N N N pq N N N N N N N N N N m
a )lr
ri NLn�rm< rrnr��rd+ N�r�rm't Ln Ln oLn
�� zr di -;i, j, <i Ln t- 'j,'TIt �-r<ra d��Ir r'ra+d �r�r�a d Iry a d Ord �r�d a d d
rl UI 01 Ln mMNm L9 �O O L- M'{ 0000 H N m M M> N 0 M W H Mc l+ M W 0 rlM M lO MM r1
(� N Vi r1 m M w h m M �O N M H M h <t m h m l0 > mV of m t M M O L- M h M> O H O Ln h rl
.1-1 H d+ 00 L- d' N L� N N M O Ln M> O m m N�o of k0 l0 r- N�D w Ln i N r1 lO D\ i O co N w N h N C--
O -1
H QHOr H>QOmMr1010NNrIN�Or r rLr NNMM it NNNNmmNONNNM
arl rl rl rl rl rl rl rl rl rl rl rI rl rl rl rl rl rl rl ri rl ri ri rl rl rl rl rl rl rl rl `-, rl rl rl rl rl rl
M O r1 N M j, Ln �.O h N Ol
V� Ln Ln Ln Ln Ln Ln In Ln Ln Ln
0 0 0 0 0 0 0 0 0 0 0
ol
rl rl rl rl ri rl rl rl rl rl ri
w
Ln
N
Ln
Ln
Ln
li
O
O
ID
N
d�
dL
rl
m
Ln
O
O
D\
�i
�r
H
J1
rl N ID Io Ln IO h O OD O rI N r-I -Ln\o OmN 0
l0 �O l0 lfl � � w LD � L� � L- � h h h t` � � N m m !J
0000000000000000000000
,Q
rl rl rl rl rl rl rl rl rl rl rl rl rl c-i rl rl rl ri rl rl rl rl �
fir, °
O
m
c�
N
0
�
1a�
4
U W
e
1
U r♦ S-1
-H U N
m di Ln to t`
Si
00000
rl rl ri rl rl
U)
M O r1 N M j, Ln �.O h N Ol
V� Ln Ln Ln Ln Ln Ln In Ln Ln Ln
0 0 0 0 0 0 0 0 0 0 0
ol
rl rl rl rl ri rl rl rl rl rl ri
w
Ln
N
Ln
Ln
Ln
li
O
O
ID
N
d�
dL
rl
m
Ln
O
O
D\
�i
�r
H
J1
rl N ID Io Ln IO h O OD O rI N r-I -Ln\o OmN 0
l0 �O l0 lfl � � w LD � L� � L- � h h h t` � � N m m !J
0000000000000000000000
,Q
rl rl rl rl rl rl rl rl rl rl rl rl rl c-i rl rl rl ri rl rl rl rl �
fir, °
O
m
c�
N
0
M
0
N
.i
Q
Q
G1
LL
m
5�
G1
a
N
0
U
J
J
O
C
O
2
ti
ti
N
W
lD
W
h N
4a O N N
A to N
a r
o 0
v tcD
� C
a
o �
Y
O
v
u
INJ
.r
in
0
"qj
00
..
�ry�ry
WMpm.w" k�.w" iiiiiry-
�������M�������� 00 �����a
c�
N
O
A
v
rn
rn
m
In
o
m
r,
o
r,
to
W
N
O
N
N
m
a-I
W
N
m-
m
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
N
Ln
N
Ln
Ln
to
N
O
m
m
v
N
r,
O
It
W
O
V
r,
r,
Ln
N
l0
W
V
N
l0
to
O
W
V
N
Ln
N
N
O
W
V
"
N
O
N
V1
m
Ol
c-I
W
O
lD
.--�
m
V
N
N
O
r`
Ln
lD
m
lD
N
lD
'
r`
r`
V1
c-i
r`
r`
V
of
.ti
Oi
O
Ln
N
m
N
v
V}
m
V}
o
r4
lb
-:t
m
c-I
In
c-I
W
N
W
m
r,
v}
r`
N
.�
Ln
v,
v,
v,
v,
v,
v,
v,
v,
o
Ln
Ln
m
W
W
v
o
o
v
W
c-I
rl
rl
r`
O
N
c-I
O
to
r-
W
O
to
O
a
r,
cn
O
O
W
O
W
a
tV
Ol
r,
c-I
m
rl
m
rl
W
W
rl
O
N
to
r�
c-I
N
rl
W
O
r�
O
m
�o
N
O
W
c-I
Lr
i
'
N
r4
Ol
N
lD
N
lD
6
r,
r`
m
rn
Ol
m
m
m
N
Ol
Ol
m
W
N
m
m
O
o
Ln
N
N
c-I
N
N
N
N
N
c-I
c-I
N
N
N
'
m
N
N
Ln
r4
Ln
m
N
N
m
m
o
Ln
mm
W
m
m
W
r`
W
O
rl
0
N
N
V^
N
r`
lD
c-I
N
Ln
N
N
O
m
l0
r,
V
O
m
O
O
c-I
N
O
c-I
O
c-I
O
O
W
to
W
r-
N
c-I
V
O
m
W
O
m
r`
m
m
N
a
m
O
lO
N
m
W
W
O
N
m
lb
rl
O
rl
W
O
r:
N
:t
N
O
m
W
W
to
N
N
v
c-I
m
O
Ol
N
m
m
V
W
m
to
N
m
m
O
m
rl
O^
m
N
W
lm0
N
lm0
1W0
N
011
Ln
't
lO
N
V
Ol
Ol
O
O
V
N
lD
N
M
O
r�
m
v
Ln
lD
m
N
O
^
rl
N
r4
Ln
m
N
m
a
C
l0
m
V1
N
r,
N
N
m m
N
m
W
V1
W
N
m
W
N
N
N
N
cy
N
N
N
O
N
N
N
N
N
N
O
N
N
N
N
.�
W
W
cy
lD
Ol
m
r`
W
Ln
O
W
o
O
W
Ol
v
m
Ln
c-I
oo
O
N
N
O
N
V
0
^
rn
c7)
r
lD
O
W
V
W
om
V
lD
cy)
Ln
V
lW L
rn
m
N
m
v
m
r,
N
O
W
o
rn
v
m
'f
Ol
0
O
Ln
V1
lD
N
O
N
Ol
V
N
00
Ln
r.
N
In
In
v
m
m
oo
r,
,
oo
o)
m
v
m
Co
W
r'
v
Ln
.n
N
m
N
m
m
W
N
°�
.�
vii
.�
.�
N
.�
m
m
W
�
m
W
O
0
o
N
c7) )
c)
m
c)
rn )
rn
°'
O CD
O
Ol
N
O
N
-O
N
c
N
N
O
6l
0
0
r4
0
r4
O
0
0
m
O-:F
m
O
O
O7
�
O
O
N
N
c-I
N
N
W
O
O
W
O
a
O
W
W
a
W
N
N
m
4
N
Ln
lD
Ln
L 1
N
Ln
lD
'0000000000000
m-:tm�or,
oOmoOO
VO
.�
N
N
m
In
lLI
n
W
3
Wo
bA
wo
vv
bA
bA
bA
bA
bA
O
C7
C7
(D
LL
LL
m
o
2
,bD
0
0
0
0
0
0
Z
Z
ti
ti
N
W
lD
W
h N
4a O N N
A to N
a r
o 0
v tcD
� C
a
o �
Y
O
v
u
INJ
.r
in
0
"qj
00
..
�ry�ry
WMpm.w" k�.w" iiiiiry-
�������M�������� 00 �����a
c�
N
O
A
"Ben Grunat" <bgrunat@gillig.com>, "Joe Policarpio" <jpolicarpio@gillig.com>,
Question About Miles Driven Between Failures (Break Downs)
Norm Reynolds/Gillig - Monday 07/14/2014 01:54 PM
From: "Bob Bach" <bbacha.riversidetransit.com>
Date: July 14, 2014 at 9:51:13 AM PDT
To: ... Norm.Revnoldsa.611i�.com"' <Norm. Revnolds a. 611i >
Subject: RE: Question About Miles Driven Between Failures (Break Downs)
RIM
Looking at all failures, from 08/01/13 to06/30/14, valid or in-valid and all types of failures, the
Miles between failures for the Gillig fleet is:
115 failures (all types)
2,889,987 miles traveled
25,130 miles between failures
Bob Bach
Director of Maintenanc
Riverside Transit Agen
1825 Third Street
Riverside, CA 92507
(951) 565-5032 1
Confidential
SUMMARY BOARD REPORT'FOR
AUGUST' 2013
Maintenance Department
During the month of AUGUST SamTrans Fixed Route Buses averaged 32,027 miles between
service calls recording 16 service calls in 512,435 miles driven; Redi-Wheels averaged 72,598
miles between service calls recording 2 service calls in 145,195 miles driven.
The performance criteria of Viles Between Service Calls' for Fixed Route Buses and Redi-
Wheels exceeds the District standard of 20,000 miles between service calls.
S, rn ll rains
Conla(�;L David 0Iirneda, Ire(�;,Ior of Il \Aa nlenan(,,e
650 503...3 252
o ii,T)edad@saii,T)Iii'aiiis,,(:,,oii,T)
andersena Page 1 9/9/2013 Confidential
C)
N
O
M
L�
0
N
LL
W
E
J
N
N
/1
C)
C) M
Q W
U
J fn
o �_
° J
U
N
d
V
C
J
J
Q
U
Co
Co
0
c.�
0
E
0
Co r,4 0
...
0 1111111
,ti
co ) (.0 .',',',',',',',
E E
CD CD
C N O aC:= U T
E
(A N
U T
N
N
C
E N
�
C O
n O rn a
ai
U
>
v
N
0
m
s
N
m
U
m
n
X
N
°-
o
c
E
`m
U
.
i
C
O(D
°
U
O
N
1
ID-
Y
N
O
U
Mx
m
N
N
Q
(�
N
C
-O
N
N
o
O
N
O
C
7
i
Q
7
`
C
Q
00
00
-010
°°
W
W
W
LL
LL
U`
2
S
d
0-'
(n
(n
H
H
fS
O
O
O
O
N
O
O
�
N
OD
O
00 N N
N M N
d H d U— v, a a a
co om c iwa'
2oo
A C fC Z
r — U O
c Q �
0
9
:V
a�
0
A
San Diego, CA
Data Derived from Fleet Watch Service Activity Report for 6/29/13 -
2/21/14 (period of new bus introduction)
Series Bus & Fuel Type Miles Traveled I Total Fuel MPG (CNG is GGE)
300 2008 40' New Flyer - CNG 1,255,000.7 410,625.1
, , , , , ,
400 2005 40' New Flyer - CNG 149,213.0 49,456.1
3.06
3.02
500
2008 35' New Flyer - Gas Hybrid
343,311.6
96,528.3
3.56
600
201140' New Flyer - CNG
803,838.7
225,535.9
3.56
700
2012 40' New Flyer - CNG
943,213.9
268,614.5
3.51
800
2013 40' Gillig - CNG
378,736.2
97,233.2
3.90
1000
2008 60' NABI - CNG
642,022.5
238,085.0
2.70
1100
2013 60' New Flyer - CNG
4,369.5
2,899.4
1.51
1200
2013 60' New Flyer - CNG
71.4
8.9
8.00
1600
2000 40' New Flyer - CNG
235,199.0
70,152.6
3.35
1800
200140' New Flyer - CNG
1,710,061.0
553,602.5
3.09
1900
200160' New Flyer - Diesel
280,306.0
102,631.4
2.73
Confidential
..,�, xlllj',IIIIIIIII„
.�.��
0 00
cn
(�
d�
o S m
C y 3
N y E
\ � Q
N Q
:R
O
L �
o
N d i
rl L r0
0 a
O � O
d O
a �
0 iol-
i
ta
O
CL
a�
V
c
m a
E
L
0-
L �
4i a
a
V
's
W oV
> a
W
�+ V
7
e LL Q
Al r L
Wx
/� i d
LL U S
H
� N
x
= L
,yO w
G
a
D
D
O O O O O O O O O O O
O O O O O O O O O O O
Uf iR iR ifi ifi ifi ifi ifi ifi ifi ifi
M m m m m O m 7 O M �0
7 N M 7 M l0 M 7 7 M M
0 0 0 0 0 0 0 0 0 0 0
rb O N �R N .--i O n O Ur N
M m N m 7 rlj m 7 O N m O
O M n M O Lrl 7 Lrl � � O
N N N N M .--i N M N N N
ift a ifi ifi ifi ifi ifi ifi ifi ifi ifi
lD m m rb O 7 7 n M lD n
Ln M M M M Co Co Ln M n M
7 .--i Co m Co M N a� n rb rb
to N to M - N of m to m N
7 .--i Co n Co .--i O n C C
M o Ln 0; M 0 o,, v o a;
i�
iii iR iR iR iR iR iR iR iR iR
0 0 0 0 0 0 0 0 0 0 0
g q q q q q q q q q q
n O N O N .--i M of N M -
O Ln n Ln of O N N N n Ln
Lrl M lD M rl U Co O lD O Co
M M 7 7 M .--i N 7 M M N
O O O O O O Ln O O O O
n rb N M 7 7 O n M lD 0�
N r, 7 M N lD lD rb Ln N
Lrl Co U l0 N 1p N M
M .--i M M N
n to to Co Ln n Co N O a) 7
rYi rYi rYi rYi rYi rYi rYi v rYi rYi rYi
- N O O O O 7 O O O O
0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0
Co Ln v �D Co 0, Ln o M Co
00 00 n 7 r, N-i 00 Co
o-, O
O O O O O O O O O O O
O O O O O O O O O O O
O 0) m M N lD lD r, 7 M_ n rIj
CD CD O N N 00) 7 7 O M rb N
Ln r, M ,D O O .--i 00 7 0, Ln
n n rb �D rb n n n rb �D n
O O O O O O O O O O O
O O O O O O O O O O O
N lD N M 7 7 N n M lD of
N Ln 7 M N l0 if Co m N
N Lrl l0 O lD N M
M M M M N .--i M 7 M .--i
O O O O O O O O O O O
O O O O O O O O O O O
M M M O M N 7 O n Co
n Ln O .--i Co Co O O Ln o,,
M N .--i Ln M r, 7 7 M Ln rb
N N .-i Co n Co 7 r< M M 7
m N M Ln O o,, - r, if o,, Ln
n n rb �D rb �D n n rb �D n
.; N M 7 Ln 1p n Co 7 Ln to
O O O O O O O O .--i - .--i
N N N N N N N N N N N
O
O
O
N
L p1 p1 p1 p1 p1 p1 p1 p1 p1 p1 p1
O CD O i CD CD O i O
O O O O O O O O O O
R 'ii liR CiO R r.. CiO R iR lD R R R 7 R i7 R
N lD lD Lrl O M O m lD m N N
0 0 0 0 0 0 0 0 0 0 0 0
— m lD 7 m N N m m m N .--i N
Ol n rb Ur l0 rb Ur Ol cq 7 (3� Ur n
m O m m N .--i m .--i �D �D Lrl O M
CO 7 7 n � 7 n � n G N CO CO
N M N CO N N .--i .--i .--i .--i N
ifi ifi ifi ifi ifi ifi ifi ifi ifi
iR
M M O N M O M 7 Ol M 00
of N 7 lD rb rb Lrl O M rb .--i n M
7 (3� O 7 O Lrl O (3� n M 7 n G�
Lrl 7 lD lD rb Lrl O n n lD - rb
O lD M O N N lD N O (3 N
v M o Co o �D M Co r, �D Lr)
M .--i iii - iii iii iii N
iii iR iR ifi iR ifi ifi iR ifi
O O O O O O O O O O O O O
g q q q q q q q q q q q q
O lD .--i n O N O n N m Lfl N M
lD 7 7 7 7 rb n Lrl rb M .--i O rb
lD Co O Lfl M 7 7 7 n of Co Lfl n
M n O .--i rb O M 7 N di O O O
N M M M M M lD 7 O
M
N O O �D n O O O O O O O M
rb N lD of M rb Lfl M (3� O O N
rb N Lfl N rb n M .--i O O rb M M
Lrl - M 7 n Lrl rb rb N Lrl lD Lrl rb
7 N .� M U) U) m O N N 00 0) 0) n O M 00 O 0)
rYi v rYi rYi v v v v rYi v Lri Lri :
�o O .--i In IM O O O O O O O
0 0 0
C)
O O 1.0
- -
CD CD CD
O O O
�D n O
� 7 7
Lrl 1p 1p
O O O
0) N �D
N N Lfl
M 7 N
O O O
N 7 Lfl
O r,
Lrl 1p 1p
.--i N M
O O O
.ti .ti .ti
M
O
O
N
L 0)
A
0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0
of N of Co Co N Lrl N
.� n rb �D O rb O 7
M M M CO of .--i Lfl
O O O O O O O N
O O O O O O O n
7 N �D O O O 7
M 7 7 .� 7 n Lrl n
O N M r- rb rb 7 N
m lD N N Lrl N rb Lrl
n lD Lrl lD lD lD lD
� � - - - [-]
.� Lrl M O O n
n M CO -M O O Co M 0)
Lrl Co Oq N L(1 l0 L(1 7
O O O O O O O
O O O O O O O
M 7 CD n .D O 7
N O O O m CD N
N � � m � O O
rb O 1,6 7 M 7
7 lD N N Lfl N CO
n lD Lrl lD lD lD lD
N M
7
m
lD
N Co
CD CD
CD
CD
CD
CD CD
O O
O
O
O
O O
0 0
0
0
0
0 0
LL LL
LL
LL
LL
LL LL
J J
J
J
J
J J
21 21 21 21 21 21 21
0 0 0 0 0 0 0
J
Q
D
Lfl
N
O
iR
c�
N
Lfl
0
U
LL
O
n
M
O r6
� tl
O
O
Lrl
ifi
rb
Lrl
M
n
O
O
N
O
O
N
O
n
n
O
O
0
CL
N
N
Lri
�II
C) � �1
O�
O
q
n
7
O
O
N
Lrl
O
rb
O
O
n
n
O
O
rb
N
N
N
.ti
O
Ln
le
O
O
N
L 9
m
tl
M
rb
M
7
0
N_
M
N
.ti
ra
C
rl
(�
d�
o S m
0
N y E
\ 'a
N a
d jo!k
O
L �
0 �
\ O
0 � �
N d i
0 a
O � O
d O
a �
rw
O
CL
a�
owG'
W
V
c/�
m
E
L
0-
L
a
a�
V
's
a.+
O
ce
w�
W
x
ir
0 ,
i
a
0
d
a
N N
° °
� 4-P,
rb U)
O O
I-P, 4-P,
t0 7
N Lfl
r4 7
fR
00 m
7 M
M l0
7 00
rYi �
00
n N
pl r4
O O
� rb
,I-
n M
aLn `°
a
d N
LL Q
� L
C N
d�
i d
7 x
U
21
H
� N
O
x
= L
O 4) ' d
G
a
D
H
Z 7
O O
O O
N M
rb —
O O
Lfl N
O 0)
M -
O O
O O
� rb
,I-
C) O
O O
n n
N M
�D rb
Lfl rb
N M
O O
N N
m m
7 m lD m - M
O O O O O O
0 0 0 0 0 0
� � � � � �
N .--i lD M O N
O O O O O O
n M
7
M
.--i
O
.--i --i
O
N
Uf
7
N�;����
7
M
lD
N
M
M
O O
O
M O
7
0
M
O O
O
O
O
.--
fR fR
fR
fR
fR
fR
0
7
0
N
0
CO •--�
O
rb
N
rb
O
ti O
O
O
7
3
n
7
n
oc
Oi
CD m
v
m
m
m
4-P,
O
4-P,
4-P,
4-P,
ffi
ffi
O
O
O
0 0
0
0
0
0
g q
q
q
O
q
r
0)
0)
r"-
N
Lfl .--i
M
rb
rb
rb
oc
oc
O
l3
O
n M
7
rb
n
Lfl
7
Lfl
7
7
7
O O
O
O
O
O
7 n
Lfl
n
Lfl
Lfl
N
0
rb
O
1,
7
7
7
N
N
7 7
7
M
7
M
N 7
t0
7
Lfl
7
rYi rYi
rYi
rYi
rYi
rYi
M O — — O .--i
O O O O O O O O O
0 0 0 0 0 0 0 0 0
7 m M 7 7 M N l- M
O O O O O O O O O
cq -i -i N O � rb -i OM n
O CO 7 m m � m � m m CD
m
M N N
M .--i M .-
fR fR fR fR fR fR fR fR fR N
ffi
n O M Uf Uf OM - n I-R .--i
Lfl O M N Lfl rb Lfl .--i N M
O3i tN0 .~-i .�-i o n 7
CD co r, r" of o �D Lfi o co
N fR .--i .--i .--i N ffR .--i .--i M
ffi ffi ffi ffi ffi ffi ffi .--i
fR
0 0 0 0 0 0 0 0 0 0
g q q q q q q q q q
M- N r14 CD O r, � CD r, M 7 Ol
�O M O n � Lfl 7 �
N 7 n 00 7 M Lfl 7 N M
7 7 7 M 7 Lfl N N M Lfl
M
M Lfl O O O O O O O �D
pl l6 l6 rb Lfl N l6 N Lfl
M Lfl Lfl — n M Ol .--i Lfl 7
O .--i O m 00 7 M M O M
7 M M Lfl .--i .--i N M
M l0 rb Uf N rb Uf M Uf Uf
7 N — O O .--i — O O
0 0 0 0 0 0 0 0 0 0
n M M rb lD lD rb N lD 7
n rb lD 0) 0) N 0) 0) rb N
M M Lfl Lfl
ti ti ti ti ff rb
O O O O O O O O O Lfl
O O O O O O O O O M7
O N rb N N O_ �--i M N
7 N Ol - 7 0) N M �
M Lfl Lfl G rb 1, .--i
m O o v �D O rn - m m
M M 7 M M 7 N M N
O O O O O O O O O O
O O O O O O O O O O
n M lD rb Lfl N lD N .--i O
Lfl — M — N M Ol .--i Lfl .�
.--i M O Lfl 00 7 M M O --i
M
O O O O O O O O O
O O O O O O O O O
M Ol N Ol N rb Lfl .--i lD
M lD N O N n lD 00 7
M .--i N 7 M Ol Lfl Ol M
Lfl Lfl r< O ti G rb 1,6 7
M M M M M M N M N
N
M
O O
O
0 0
0
0
0
0
N�;����
7
M
lD
N
M
M
O O
O
O
.--i
0
0
O O
O
O
O
O
O O
O
O
O
O
0
7
0
N
0
CO •--�
(3)
.--i
M
O
CD
O
G M
O
M
7
cr
n
n
n
n
n
7 7
7
7
7
M
O O
O
O
O
O
O O
O
O
O
O
N N
M
N
M
N
7
7
7
N
7 N
Lfl
7
M
M
O O
O
O
O
O
O O
O
O
O
O
n N
Ol
N
.--i
lD
O M
7
n
7
O
N M
n
lD
Lfl
M
Lfl .-i
0
rb
O
1,
7 7
l0
�
M
l0
7 7
7
M
7
M
O O O O O O O O O
0 0 0 0 0 0 0 0 0
7 m M 7 7 M N l- M
O O O O O O O O O
cq -i -i N O � rb -i OM n
O CO 7 m m � m � m m CD
m
M N N
M .--i M .-
fR fR fR fR fR fR fR fR fR N
ffi
n O M Uf Uf OM - n I-R .--i
Lfl O M N Lfl rb Lfl .--i N M
O3i tN0 .~-i .�-i o n 7
CD co r, r" of o �D Lfi o co
N fR .--i .--i .--i N ffR .--i .--i M
ffi ffi ffi ffi ffi ffi ffi .--i
fR
0 0 0 0 0 0 0 0 0 0
g q q q q q q q q q
M- N r14 CD O r, � CD r, M 7 Ol
�O M O n � Lfl 7 �
N 7 n 00 7 M Lfl 7 N M
7 7 7 M 7 Lfl N N M Lfl
M
M Lfl O O O O O O O �D
pl l6 l6 rb Lfl N l6 N Lfl
M Lfl Lfl — n M Ol .--i Lfl 7
O .--i O m 00 7 M M O M
7 M M Lfl .--i .--i N M
M l0 rb Uf N rb Uf M Uf Uf
7 N — O O .--i — O O
0 0 0 0 0 0 0 0 0 0
n M M rb lD lD rb N lD 7
n rb lD 0) 0) N 0) 0) rb N
M M Lfl Lfl
ti ti ti ti ff rb
O O O O O O O O O Lfl
O O O O O O O O O M7
O N rb N N O_ �--i M N
7 N Ol - 7 0) N M �
M Lfl Lfl G rb 1, .--i
m O o v �D O rn - m m
M M 7 M M 7 N M N
O O O O O O O O O O
O O O O O O O O O O
n M lD rb Lfl N lD N .--i O
Lfl — M — N M Ol .--i Lfl .�
.--i M O Lfl 00 7 M M O --i
M
O O O O O O O O O
O O O O O O O O O
M Ol N Ol N rb Lfl .--i lD
M lD N O N n lD 00 7
M .--i N 7 M Ol Lfl Ol M
Lfl Lfl r< O ti G rb 1,6 7
M M M M M M N M N
n 0)
Uf rb
rb �D
N rb
fR fR
O 0)
rb —
n U)
ip Lfl
fR fR
q
Ol M
M oc
O �D
7 I-
C) Lfl
06 r�i
rb �D
M l0
Lfl
M rb
Lfi ry)
O N
0 0 0
Lfl n N
N 7 N
O M M
CD CD rlj
O O n
N
O �D 7
O
N N �
M n
M N
O O O
rb N
M M n
Lfl l0
O O
r, 7
n 00
O
N ^
M N
7
00
.ti
fR
7
7
7
Lfl
ffi
O
q
Lfl
N
7
O
00
Lfl
Lfi
O
O
O
.ti
O
O
ti
O
O
Lfl
M
O
r4
N
O
O
00
Lfl
O
O
7
7
r4
N
.--i
N
M
O O
O
O
°) °)
°)
°)
N
M
7
M
lD
N
M
M
O O
O
O
n 0)
Uf rb
rb �D
N rb
fR fR
O 0)
rb —
n U)
ip Lfl
fR fR
q
Ol M
M oc
O �D
7 I-
C) Lfl
06 r�i
rb �D
M l0
Lfl
M rb
Lfi ry)
O N
0 0 0
Lfl n N
N 7 N
O M M
CD CD rlj
O O n
N
O �D 7
O
N N �
M n
M N
O O O
rb N
M M n
Lfl l0
O O
r, 7
n 00
O
N ^
M N
7
00
.ti
fR
7
7
7
Lfl
ffi
O
q
Lfl
N
7
O
00
Lfl
Lfi
O
O
O
.ti
O
O
ti
O
O
Lfl
M
O
r4
N
O
O
00
Lfl
O
O
7
7
r4
N
.--i
N
M
7
M
lD
.--i
N
M
7
M
lD
N
M
M
.--i
N
.--i
0
0
0
0
0
0
ui
0
0
0
0
0
0
0
0
0
t/f
O
O
of
O
J
n
n
n
n
n
n
n
n
n
J
rb
rb
J
0)
C O
O
O
O
O
O
0
O
O
O
O
O
O
O
O
O
O
0
O
O
0
O
O O
O
O
O
O
O
~
O
O
O
O
O
O
O
O
O
O
~
O
O
~
O
0
O
N LL
LL
LL
LL
LL
LL
N
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
N
LL
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
-p
2)
���
2
����
0)
0)
0)
0)
0)
0
0)
0
N
A
D)
c�
N
4—
Lfl
O
U
LL
O
N
a�
p1
L6
tl
O
O
l
O
CL
N
c
tl
M
M
.ti
v
O
N
.ti
M
N
.ti
ra
c
rl
(�
d�
�o S m
0
N y �
\ � Q
N Q
jo!k
O
L �
O a+
\ O
N d i
rl L f0
0 a
qk
O O
d O
a �
0 iol-
i
ta
O
CL
a�
V
C
m a
E
L
0—
L �
4i a
a
a�
V
's
W oV
> a
W
�+ V
7
e LL Q
W L
Wx
/� i d
LL U
21
H
� N
O
x
= L
O 4) ' d
G
a
D
H
O O O O O O O O
� � � � � � �
0) U) O N N M 0)
O O
0 0 0 0 0 0 0 0 0
I-P, 4-P, 4-P, 4-P, 4-P,
U) CO CO 7 M Il�
00 U) r4 00 7 O CO �D 7
U) U) U) CO l0 0) l0 O U)
fR fR fR fR fR fR .--i
fR
M N I, r, 00 7 00 0) CO O^ O
.--i N N_ 0) r, .--i O l0 M
N Gi l3 N N
U) o v vi m co vi v rYi
fR fR fR fR
0 0 0 0 0 0 0 0 0
M 7 N M O 0) N 00 l0
oc .--i oc l0 l3 N l3 7 M
LI1 I� 7 N l0 l0 l0 l0 U)
O O O O O O O O M
MM 0) CO O^ N 7 0) CO
U) N .--i .--i M M M 7 l0
N M 0) l0 M CO 00 7 7
vi vi v vi vi v vi vi vi
O M N O O — O O
N
M
N
U)
.--i
M
O
O
0 0
0
0
0
0
0
0
0
N N
I,
0)
.--i
I,
M
0)
N
CO .--i
O
N
I,
n
O
O
0)
0) M
00
M
O
�D
1.0
0)
l0
0
0
0)
J
.--i O
�D
O
CO
0)
O
J
.--i —
7
N
O O
O
O
O
O
O
O
N
0) CO
N
M
U)
CO
I,
O
.--i
.�
0)
lD
CO
U)
I�
ry
ry
M U)
7
N
U)
lD
�
7
N
N
O O
-
O
O
O
O
v
�D CO
U)
O
O
n
1.0
CO
N
N N
N
N
M
N
N
N
LL
LL
LL
oc
O
(3
oc
O
O O
O
O
O
O
O
O
O
fR
fR
fR
fR
7 CO
�D
M
O
0
0)
O
0)
.--i 0)
0)
CO
I,
N
7
0)
.--i
�D
0)
CO
(3
O
O
CO
7
7
t0
7
M
7
N
O
O
O O
O
O
O
O
O
O
(3�
M 7
l0
l0
U)
M
U)
CO
U)
M
l0
�D
.--i
l0
l0
N l0
7
7
00
M
0)
U)
O
N 0)
O
l0
N
O
N
N
io
�D Il
N N
m
N
.--i
N
O
M
N
N
�D
N
CO
N
N
M
N
U)
.--i
M
O
O
O
O
O
O
.--i
.--i
.--i
I� N
1.0
CD
�
�
�
�
�
M
.--i
ui
O
O
O
O
O
O
O
O
O
0
0
0
0
0
0
0)
J
.--i O
�D
O
CO
0)
O
J
.--i —
7
N
�
CO
-i
l0
N
N
O O
O
O
O
O
O O
.--i
.�
0)
lD
CO
U)
I�
ry
ry
ifi
ry`
ifi
UR
fR
fR
M
fR
N
O O
O O
O
O
O
O
O-
O
O
O
�D
0)
CO
7
CO
1.6
(3�
N
O
LL LL
LL
LL
LL
LL
LL
oc
O
(3
oc
O
7
N
M
M
M
fR
fR
fR
fR
fR
fR
0
0
0
0
0
0
O
�
U)
00
N-i
O
�D
0)
CO
(3
O
O
CO
7
t0
7
M
7
N
O
O
O
O
O
O
O
O
.--i
(3�
M
.--i
O
�D
0)
U)
l0
M
N
N
CO
CO
I,
O
.--i
.--i
vi
vi
vi
r<
r<
io
O
O
O
O
O
O
M M
O O
� �
n 00
O O
0 0
7 M
I� 7
fR fR
00 O
ui ui
N M
l0 N
N M
ifi ifi
0
N
CO 00
N
t0 7
M 7
O O
N O
00 M
CO N
N 7
O —
0
7 t0
O O
I, U)
�D 00
06 r<1
7 U)
O O
N O
CO N
N 7
O O
m m
n �
Lfl M
7 L!1
N M
7
M
l0
N
0 0
0
0
0
0
N
N
.--i
.--i
.--i
I� N
1.0
0)
N
l0
.ti
l0
N
M
.--i
ui
O
O
O
O O
O
O
O
O
�O CO
0)
0)
0)
C)
O
00
�D
0)
J
.--i O
�D
O
CO
0)
O
J
.--i —
0) O
.ti
CO
CO
CO
�D
N
N
O O
O
O
O
O
O O
.--i
0)
M
.--i
O
O
O
O
O
O
O
O
U- l0
M
N
N
O O
O O
O
O
O
O
O O
O
O
O
O
�D CO
CO
U)
O
0)
O
O
O O
LL LL
LL
LL
LL
LL
LL
~
N
0) 0)
00
r,
00
�D
M M
O O
� �
n 00
O O
0 0
7 M
I� 7
fR fR
00 O
ui ui
N M
l0 N
N M
ifi ifi
0
N
CO 00
N
t0 7
M 7
O O
N O
00 M
CO N
N 7
O —
0
7 t0
O O
I, U)
�D 00
06 r<1
7 U)
O O
N O
CO N
N 7
O O
m m
n �
Lfl M
7 L!1
N M
7
M
l0
N
M
M
.--i
N
M
7
U)
l0
.--i N
O O
O
O
O
O
O
O
ui
O
O
O
O
O
O
t/f
O O
0) 0)
0)
0)
0)
0)
0)
0)
J
O
O
O
O
O
O
J
.--i —
N
N
N
N
N
N
CI
N N
O O
O
O
O
O
O
O
O
O
O
O
O
O
O O
O O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O O
LL LL
LL
LL
LL
LL
LL
~
N
~
N
J J J J J J J J J J J J J J J J
pl pl pl pl pl pl pl pl L pl pl pl pl pl L L L L
9_ 9
C7 2 C7 2 C7 2 C7 2 C7 2 C7 2 C7 2 C7 2 C7 2 (7 2 C7 2 C7 2 C7 2 C7 2 C7 2 C7 2
c�
N
U)
0
U
LL
O
M
a�
pl
a
O
O
l
O
CL
N
c
d
M
M
.-y
v
O
N
.ti
M
N
.ti
O
C
d
(�
d�
�o S m
0 d 3
N y �
\ � Q
N Q
y!k
S Lo
L �
o
.-N U
N d i
rl L r0
0 a
O � O
d O
a J
0 �
i
O
a
0
CL
a�
0
V
m a
E
L
0-
L �
4i a
a
a�
V
's
oV
> a
w
�+ V
7 'O
e LL Q
W L
Wx
LL U
21
H
� N
O
x
= L
O 4) > d
G
a
D
H
IL
Ln
M M
O O
C5 C5 °4-P,
m N
O O
0 0
I-P, 4-P,
co m rb � �
Co n
co N CO
M rb m
rb 1p Ln
Ln Ol M
M N N
fR
O O O
O O o
co Ln
Ili cc Ili
O M
O O O
r< v rYi
O N
M M M
m v Ln
Lri 1.6
O O O
O O O
Ln Ln N
N n Ln
Ln 7 O
CD CD N
N
O O
co 7 Ln m
N
CO CO N
Ln Ln
O O O
O O O
N L�fl Ol
O N
[h rl rl
.ti
O O
O O
n n
Ln Ln
Ln Ln
O O O O O O O O O
CD CD CD CD CD CD CD CD CD
0 0 0 0 0 0 ° o 0
0 0 0 0 0 0 0 0 0
O N �
rb O I-R 7 G� -i
Ln Ln Ln 7 n n n 0Mi O^ o
N N 7 7 n m N n rb
�r �r
00 7 Ln Ln 0) lD M N rb
N rb M Ln n N Ol N rb
M N .ti .ti .ti N M
fR fR fR fR fR f!i ffi fR fR
0 0 0 0 0 0 0 0 0 rClD j I m N - o
O N Ln M n Ln 7 Ol
CO m O l0 ti M M CO m
M M 7 7 7 M M M M
O O n O O M O O O
rr 0Y r-: Co r-: rr o o
Ln O N O lO m rb Ln N
O .--i CO n O C M
7 .--i M n .--i lO Ln Ln
m N v Ln rb - - Ln N
rYi v v Lri Lri Lri Lri Lri Lri
O O M .--i O M O - O
0 0 0 0 0 0 0 0 0
rb M .--i CO N 7 n 7 rb
7 n .--i - M Ln 0) n M
O 00 .--i O N O .--i O m
CD CD CD CD CD CD CD CD CD
O O O O O O O O O
Ln M rb l0 Ln N rb lD 0�
co r14 m 7 ON lD Ln n rb
7 M 7 7 7 M 7 7 7
O O O O O O O O O
m M M rb n rb O O -
Ln O rb O �D m rb Ln N
O .--i CO co M O m M
7 Ln n Ln lO Ln Ln
O O O O O O O O O
�O O Ln rb co 7 rb �D rb
co .--i O �O O CO rlj I- N O Ln
M M M 7 M M M M M
DO
ti
�i
ti
n
DO
n
ti
n
DO
ti
vi
DO
DO
T
A
n
T
W
T
n
T
ti
n
DO
'n
T
b
M 7 .--i N M 7 Ln lD n rb m
O O ui O O O O O O O O O t/f
N N N N N J
N N Q N N N N N N N N N Q
O O O O O O O O O O O
O O 0 0 O O O O O O O O O O 0
LL LL ~ N
3 3 3 3 3 3 3 3 3- 3- 3-0
J -p J -p J J J J J J J� J J
2 2 2 2 2 2 2 2 2
0),E: 0),E: L p1 p1 p1 p1 p1 Lm g g p1 �
- 9 - 9 A - C - C - C - C - C - C - C - C - C
- d - O- O- O- O- O- O- O- O- O
C7 2 C7 2 � C7 Z C7 Z C7 Z C7 Z C7 Z C7 Z C7 Z C7 Z C7 Z
c�
N
Ln
LL
0
U
O
v
a�
tl
O
0
0
0
O
CL
N
c
tl
M
rb
M
.ti
v
O
N
.ti
M
N
.ti
ra
C
rl
(�
d�
am M
O y 3
N y M
\ � Q
N Q
:R
O
L �
M
O a+
o'
.i U
O a+ iol-
N d i
rl L f0
0 a
� p O
d O
p iol-
i
a
0
CL
� p �
V
M a
E S
L
0-
L (7
4i a
a
a�
V
's
W o�
> Q
W
�+ V
e LL Q
IAiA 1 r L
W C d
xN
_ i d
LL U
21
H
ate+ N
o
H
yO
,G
a
p
H
M
M
C)
O
0
v
N
O
M
n
06
00
N_
fR
M
7
.ti
n
n
a;
U)
L(1
fR
_; C:)
U) C)
v
N
n
00
rn
v
U)
v
7
O
0
N
7
L(1
M
M
n
L(1
v
U)
N
O
O
0
U)
M
7
N
Q
O
a
O
H
W
W
J
LL
O ^ n
kD
O Cr �
7 V-
a a
a a
d t0
ya+
IM Q
9
LC
O Lr) M
N O
7
a a
f f
d A
IM Q
9
LO
O O O
O O o
0 6
u) Lr)
M M
� N
N
d W
U
a
IM a >
m
Z
O
Ca
L
O
U
H
W
0
m
a
H
W
W
J
LL.
n
00
L!1
y
A
V
9
10
0:
c
d
d
LO
VI
d
O
O
N
7
U
O
O
O
CD
M
N
d
-7
H
a
0
J
J
a
U
D
O
H
W
W
J
LL.
° °
O O
v .;
00
W W
Z
O
p
vi W W
U w
� W
W �
0
00
06
rn
r
O Gl M
Q
U e
O \ M
J LO rl
IM
L
Qa
�+ p
N
O
i \ �
A m = t!i
a o0
as ie-
N 'r
O
I I N
C
O
E T
C:
C:
C C
N N
E E
Ln Ln
N O C .O
LL Q Q Q
a
rn
M
M
.ti
0
N
M ry)
N
.ti
N
N
C
d
EMM 1111,,,,O rktf`` Illl Illl ,,,OO Illy
GILLIG MANAGEMENT PLAN
GILLIG understands the requirements of this solicitation, and believes we have
the expertise, resources and capabilities to fully meet your requirements in this
and future purchases. This management plan, which is organized in the following
categories -- past experience, current build program and future build and support
plan is intended to assure you that we can.
PAST EXPERIENCE AND QUALIFICATIONS
GILLIG LLC is a 125 year old company that is a Federal Transit Administration
(FTA) qualified Transit Vehicle Manufacturer (TVM), and as such meets all FTA
requirements imposed on grantees of Federal funding, including DBE goals, Buy
America provisions and Bus Test requirements.
GILLIG has designed, built and delivered nearly 25,000 transit buses to transit
properties around the U.S.A. over the past 20 years. GILLIG has also never
been late on a contracted or promised delivery in the past decade and all
buses have been accepted and used in transit service (some with over 2 million
miles) without a major problem or recall. Consequently, GILLIG is familiar with
and can fully satisfy all the terms, conditions and requirements of building and
selling transit buses that are safe, effective, comfortable and suitable for revenue
service in a transit application, and purchased with FTA and local funding. In
addition, we are proud of our vehicles' reputation for reliability and
operating economy.
The vehicle proposed in this submission is a heavy duty, purpose -built transit
bus, designed specifically for revenue service in a transit application. It is
designed to exceed FTA requirements of a 12 year or 500,000 mile service life.
The vehicle will also meet all applicable FMVSS requirements and all applicable
EPA emission standards.
In addition, it will be capable of safe operation at legal freeway speeds, have
industry acceptable acceleration and gradability exceeding 15 %, while fully
complying with the specifications of this solicitation and any applicable
modifications or addenda approved by your agency and made part of this
solicitation.
EMM 1111,,,,O rktf`` Illl Illl ,,,OO Illy
u� ��u I. I. J�u a MANAGEMENTPLAN
GILLIG's qualifications are based on - --
• A proven history of Product and Company Performance
• Extensive and Proven Engineering Expertise
• Extensive and Proven Manufacturing Expertise
• Extensive and Proven Management Expertise
• Appropriate and Proven Engineering, Manufacturing and Support
Facilities
• Abundant Financial Strength and Organizational Stability
• An excellent history of Customer Testimonials
Some of our buses are still in active service after 17 years and 2 million miles of
transit duty service, an excellent testimonial to our Experience and
Qualifications.
GILLIG's history and experience relevant to your needs include delivering multi-
year contracts of hundreds and hundreds of buses to Seattle, St. Paul,
Cincinnati, Richmond, Hampton and Lynx - Orlando, to name a few. All of these
buses were of similar complexity to your order, had similar costs and were built
and managed by most of the same people in the GILLIG organization. A
complete customer list with all details is included in our submission.
CURRENT BUILD PROGRAM
GILLIG's management plan for this current build includes the appropriate
commitment of resources, expertise and time to fulfill your build requirements as
covered in the following:
• Specification compliance
• Build capability and delivery plan
• Support structure and plan
• Employee and management experience
• Organizational stability
Specification Compliance is ensured by our experience and ability in meeting
other larger and smaller transit agencies' transit bus needs. In addition, GILLIG
has certified in this submission that it completely understands the procurement's
specifications and requirements, and will fully comply with them.
EMM 111J O rktf`` FLOOR
,,,OO III
Build Capability is ensured by our Engineering expertise (meeting design
requirements), which includes 27 degreed and experienced engineers supported
by 13 additional engineers with transit bus experience and other clerical support
exclusively for bus programs. Our financial strength also ensures build capability
(allows purchase of inventory and supplies), and our existing plant and facilities
have been proven to support our current build rate, which is also the build rate
we plan to operate at while building the proposed buses. Additionally, our
management, manufacturing and quality programs have been proven over the
years and are responsible for our excellent reputation in the industry.
Our Delivery Plan is enclosed and is based on our proven and practical timing
schedule, which includes a proposed delivery of about 5 buses per week to suit
your preferred acceptance and commissioning rate. Our proposed delivery
schedule is submitted in the appropriate section of this proposal. Subsequent
builds will be achieved in less than current industry leadtime; and noteworthy at
this time, is our unblemished record of on -time deliveries, ensuring that these
commitments will and can be met.
Our Support Structure and Support Plan includes competent and experienced
field service technicians (most are ASE or MACS certified), customized in -class
and video training programs supplemented with appropriate service and parts
manuals, a toll -free over - the -phone troubleshooting system and appropriate in-
house and contracted engineering support and test capabilities. We also have a
fully staffed Parts Division, with extensive inventory stocks and no- charge 2nd
day air delivery of parts orders (under 150 lbs. each).
Our Employee and Management Experience includes an extremely competent
and stable workforce with an average of well over 12 years of GILLIG
experience, and many more industry- experience years. Our Chief Executive
Officer is the longest tenured Chief Executive of any bus manufacturing
organization in North America (over 42 years) and our top fourteen senior
executives have over 400 years of combined vehicle manufacturing experience
(that's 32 years each).
GILLIG's employees represent a superbly experienced and solidly entrenched
team of people committed to satisfying customers by manufacturing quality
buses. We are not planning any major changes, like new plant hires, so
your build will be coming from basically the same seasoned employees.
EMM 1111,,,,O rktf`` Illl Illl ,,,OO Illy
Our Organization Stability is an industry landmark and ensures consistency in
build and performance which ultimately results in customer satisfaction. A
seasoned company with seasoned people is your best assurance of an
outstanding procurement.
FUTURE BUILD AND SUPPORT PLAN
GILLIG ensures your future needs will be met by making you a partner in our
business venture and thus including your requirements into our philosophy,
commitments and plans.
GILLIG's philosophy is that we have 4 partners in our business venture -- our
customers, our owners, our employees and our suppliers -- and it is
management's responsibility to ensure that each partners' interests are
addressed and appropriately served.
Consequently, our customers are our partners and so our customers' future
interests must be included in our future plans. Therefore, GILLIG is committed to
continuous improvement and continuous technological advancements, without
compromising our goals of reliable, durable, and economical products or
complete customer satisfaction.
GILLIG's 3 -year and 20 -year future plans include gradual and limited growth (to
ensure quality and employee stability) along with practical research and new
product development. GILLIG is committed to long -term relationships and to
supporting our customer - partners future changing needs.
Your future build requirements are incorporated into GILLIG's future build
plans which ensures timely delivery of future orders. GILLIG has followed the
same procedure in the past with other transit agencies with multi -year contracts
and has performed satisfactorily and on -time, on every procurement -- thus
ensuring similar performance on future orders in this procurement.
However, perhaps the strongest indicator of GILLIG's ability to support
your future vehicle needs in our uncompromising performance history of
product improvement, financial strength, and customer satisfaction.
We believe GILLIG is uniquely capable and qualified, to satisfy your current
and future needs, and we believe our proven management plan ensures
complete customer satisfaction if we win this award. Your trust in us has
been earned, and is without compromise. YOU CAN COUNT ON US.
cus I 000io 000000i0 0000 000i 000i o00o moor
° ° ° ° ° °° 0000oi 00000i 0000m 00000i
0000000i
B! MANUALS YOUR Ill...11llk'IP IIL...... nM'
IL.:IIIIIICIIIII UV R' "'I(" SEq MCE PARTS IICIIIIIU..IIL.UR E TIIC:" END
FIELD SERWCI [ ICE IpiIS FUTURE URE ORDERS
0 „
"rc ., um m � .. m n u. � m � �
�' u � �. �, i, ' r��m� a ,� muV'mµ,0m!m� fir., i "gym m i � m� � 4 ..,�w,m„., il' wm � mn e� ^,5 . , ...,..
This document is intended to give you an overview of the many types, levels
and categories of support you can expect from GILLIG. Much of what
is covered here is also described and explained elsewhere, but we thought a
summarizing overview would help you understand what support is available and
where to get it.
The information provided here is for your guidance and reference only. It is provided
at GILLIG's discretion and does not necessarily imply any guarantees or contractual
obligation (beyond your specific contract). Some information may be proprietary or
confidential so we request you please maintain our trust and confidentiality.
We have also included contact information. For efficiency, we
would prefer you contact the person/department associated with
your need /request directly, but if you are uncertain or unsatisfied,
please mention your concern to your sales manager or e -mail
JHemandezJr @GILLIG. com.
I,,,,,is 11:..31 III Il,,,,,,,,,llf;;;;
GILLIG builds the entire bus at our facility in Hayward, California. The plant
is about 25 miles southeast of San Francisco (e -mail Sales@GILLIG.com
for directions and maps). The plant hours are from 5:00 a.m. to 1:30 p.m., and
office hours are from 7:00 a.m. to 4:00 p.m. For safety reasons, safety glasses are
required during plant operation and open toed shoes, shorts, or loose /baggy clothes
are not permitted.
A bus takes about 3 weeks to be built and delivered. The first 2 weeks or so are spent
on the assembly line. The bus then spends a day or two in final inspection and road
testing, after which it is authorized for delivery. Delivery can take from a day to a week
or so, depending on the final destination (naturally Alaska and Hawaii deliveries take
longer). We build about 35 buses per week, but will generally only deliver yours at a rate
of about one per day (see explanation below) or as otherwise agreed.
Raw material, purchased components, and fabrications are scheduled to arrive at or
be completed in the plant around the start -of- production date for each build. The date
the first "chassis" starts at the beginning of the assembly line is a key date for our
factory, and you will be notified of this date so you can plan your inspection visits. At
our current build rate, we start about 7 "chassis" per day, approximately 11 /2 hours apart.
We build to a just -in -time system so all parts are received /made to match each order's
build schedule.
One of GILLIG's core quality strategies is to build in- station, because this ensures
that we have the proper tools, fixtures and expertise at a particular station for a particular
build function; it also ensures that the components /parts are being assembled in the
correct and optimized build sequence (everything is there and nothing is in the way).
This means that we must have everything scheduled precisely and everything must be
on time. This in turn means we must have the build properly and completely defined and
released well ahead of time. Our bills -of- material must be complete and everything fully
organized and sequenced. Executed properly, the build is smooth and the bus comes off
the line complete and ready for delivery. Historically, our execution has been almost
flawless, and in fact we've never been late on any delivery promise. Accordingly,
please plan to have your inspectors here as requested and plan to receive your buses as
scheduled.
We have essentially 5 stages of production: (1) chassis /undercarriage assembly, (2) body
assembly, (3) paint, (4) trim, and (5) final. The bus spends about 2 days in each stage, for
a total of 2 weeks in production (the variability is due to different start times in the day,
number of paint colors and masking, final inspection, etc.).
GILLIG does not batch build, so your buses will not be scheduled one after the other,
but rather in a sequence that separates each of your buses with 3, 4, or 5 other customer
buses, so your buses may be scheduled as every 4th or 5th bus on our line. This is done for
a number of reasons, including providing enough time for your inspector to inspect
01
I[;;;w31,,,,,JS I[;;; I,,,,, III III,,,,,,,,If;;;;;
and road test each bus, as well as ensuring a manageable delivery rate to your
facility. This build scheduling also ensures higher quality buses, helps our continuous
improvement program, and helps our vendors optimize their quality, workload, and
delivery programs.
GILLIG believes in strong mutual partnerships based on trust and respect, and
this includes open and friendly communications at all times, including when your bus is
in the build process. You (and your inspectors) are welcome to go anywhere on our
facility and talk to anyone while observing standard safety and privacy rules. Our
commitment to partnerships means we intend to build you the highest quality and most
reliable buses, and deliver them on -time, and we appreciate your help in accomplishing
these goals. Any input you have during our build process will be sincerely appreciated.
We look forward, with your help, to an on -time and successful build, and since we have
a success rate of over 99.9 %, we can assure you of a smooth and trouble -free build
process, a friendly and satisfying experience, and great buses, delivered when
promised.
CON IFAC...11....
Any comments or concerns during your build should be addressed
to Plant Superintendents Richard Bissell or Karl Liebl, Q.C.
Manager Richard Galvan, or our Plant Manager, Dan Troye. They
can be contacted by asking anyone in the plant or calling (5 10)
785 -1500 and paging them.
If;;;;; If;... 111.......111 llf......;
Buses are authorized for delivery after a road test and final inspection by
both our Q.A. personnel and your inspector. Once buses are "green sheeted," our
sales administrator schedules them for delivery with our drive -away service, and
they usually leave our factory that evening or the next day. Sometimes buses may
be held over for an extra day to avoid arriving at your facility during the weekend.
Our buses are generally delivered to your facility by road using a drive -away service
(Alaska and Hawaii deliveries go by land and sea). The drivers usually drive at night
(cooler and less traffic) and carefully observe tire, road and vehicle speed limits and
any other operating guidelines. They also report any unusual conditions or malfunctions
to our Field Service Department. This road delivery is beneficial because it serves as a
vehicle run -in and additional road test.
Deliveries can take from a day to a week, depending on the distance and travel
conditions (road work, snow in the mountains, etc.). The delivery rate depends on
your prearranged schedule, but is usually around 1 or 2 buses per day. Upon arrival,
your people should check out the bus, note any delivery damage, and sign for the
bus, which is then considered conditionally accepted. This also triggers our Finance
Department to implement invoicing, insurance switch over, etc. and our Field
Service Department to schedule a service technician to conduct a post - delivery
inspection (PDI) and provide vehicle familiarization to members of your staff.
The buses may arrive with a ship -loose package (spare tire, bike rack, mud flaps, etc.).
Please keep these with the bus as they could be needed to complete the PDI work.
Our deliveries are usually uneventful, but in the case of any problems or damage
(stone chips, etc.) these should be noted on the delivery sheet and are fixed during our
PDI. Deliveries are usually on -time as promised and the buses are complete and
functional, and generally are finally accepted for service within a day or two.
Any delivery timing questions should be directed to our Sales
Administrator, Laura Hernandez, at (510) 264 -5010. Any issues
or concerns about the bus condition/operation after delivery
should be directed to our Field Service office at (510) 264 -5077 or
e- mailed to Vy.Vu@GILLIG.com.
Ill 111llf;;;;;;; Ill,,,,,,,,lf;;;;; Ilf;; : :: if Ill llf;;;;;;;
GILLIG's Field Service Department (FSD) is staffed by well trained, caring
professionals and many of the service technicians are ASE certified. The
department is divided into 3 main groups (explained below) that handle (1)
field service, (2) warranty, and (3) training. So if you have any questions or
concerns in these areas, call our FSD office at (510) 264 -5075, and they will help
you to quickly resolve your issue.
Our FSD is responsible for the proper functioning (as designed and
manufactured) of your buses after they leave our plant in Hayward. (Naturally it is
your responsibility to properly service and maintain the buses.) Field Service personnel
conduct the PDI and ensure the buses are functioning properly and are signed off
(final acceptance) and put into service (warranty start date). They also conduct vehicle
familiarization and take care of any initial start -up issues and any warranty repairs.
They issue any necessary Service Bulletins and conduct any necessary Vehicle Recall
Campaigns. They also schedule and conduct your specified Product Training. Each
group's responsibilities are explained more fully below.
Field Service is responsible for ensuring that our buses operate as designed. Our service
technicians are located around the country, and their activities are coordinated and
scheduled out of the FSD office in Hayward, California. If you are having a functional or
warranty problem with one of our buses, a call to our FSD office will start the process to
get your problem fixed quickly.
Your maintenance staff can call (510) 264 -5077 or (800) 735 -1500 for immediate
over - the -phone troubleshooting. If this doesn't resolve the issue, our FSD office
staff will schedule a visit by one our service technicians for hands -on troubleshooting.
If the problem area is a GILLIG assembly, our service technician provides the
quickest resolution course, however, if a vendor component appears to be at fault,
the vendor's local dealer usually provides the quickest resolution. We may suggest
you call and schedule a visit by a dealer technician, or we may ask for the bus to be
taken to the dealer. We have found that it is generally better if you contact the dealer
or manufacturer's representative directly as this eliminates the middle man (us) and
ensures that the best description of the problem is provided. Be assured that GILLIG
will utilize the best resources to get you problem fixed as soon as possible, and that
regardless of which method is used, we are still ultimately responsible for getting
things resolved.
Our Warranty group essentially deals with repair, replacement, or reimbursement for
product failures during the warranty period of a particular product. A warranty claim,
describing the failure (and other relevant details) must be filed in order to start the
process of getting the failure fixed.
The warranty claim is reviewed by the Warranty Administrator and a determination on
its status (accept, accept with adjustments, or reject) is made often after discussions with
�u�
If llllf......;; Ill,,,,,,,,llf.... ........ Ill llf.......
GILLIG's Q.A., Manufacturing, or Engineering Departments, or with vendor OEM's.
The claim response is then sent back to the customer, as well as being relayed to relevant
GILLIG departments for corrective action, including as necessary, reimbursement or
replacement for the customer, design or manufacturing review at GILLIG, reporting to
and recovery from the vendor, as well as additional information collection, testing and/or
redesign for GILLIG or the vendor, when needed. We usually ask for failed parts to be
returned to help with failure analysis and vendor recovery.
If you disagree with a warranty claim decision, you can resubmit the claim along with
additional justification supporting your position, to the Field Service Director for
reconsideration. Your claim will be reviewed and you will be notified of the review
decision within a week or two.
GILLIG Training is also scheduled through our FSD office, and we do our best to
accommodate your needs within overall budget /resource limits. Our service technicians
generally conduct vehicle familiarization training (if needed) during PDI, just after
your buses are delivered. Mechanic training needs to be scheduled ahead of time. Our
trainers can hold classes in the day or evening to suit your needs. We can also shuffle or
exchange training topics (e.g. more electrical and less doors) to suit your needs. Vendor
training is also scheduled at this time. We can also split up or delay some training for
months or a year or so, if you need to spread your training out.
We will work with you and do our best to meet your training needs. We will also ship you
a free set of DVD's containing training videos when we send you your GILLIG Service
Manuals.
Feel free to contact our Field Service Department for assistance or
C1 ..11.. C 11.. if you have questions:
Robert Birdwell,
Executive Director
(510) 264 -5075
Vy.Vu@GILLIG.com
(510) 785 -1348 Fax
GILLIG Service Department
25800 Clawiter Road
Hayward, CA 94545
II MAN11 ,,,,,J JI,,,,,,,,,S
GILLIG's Publications Department produces a number of different manuals for
your buses, and in addition sends you a number of vendor manuals. In total a set
of manuals contains about 30 to 35 different manuals. These manuals will help
you operate, maintain, service and troubleshoot your buses so that you can
maximize their usefulness.
Each set of manuals is customized as far as possible for your particular build, down
to component assembly levels. The manuals may contain some generic text (especially
the vendor manuals) covering some non - specific details, but the basic parameters of size
and configuration, as well as major components, drive train, major options, etc., will be
customized to your build.
The GILLIG manuals are identified by the vehicle serial numbers that they cover,
including a picture of your bus (and your bus number, if available), on the manual
cover or inside cover page. So please make sure that your people refer to the correct
manuals by matching serial numbers of the buses being worked on to those on the
manual cover.
The manuals (described below) will be shipped to you automatically in three groups and
in the quantities specified or agreed upon in the pre - production meeting. The first group,
consisting of GILLIG Driver's Handbook, Service Manual, and OEM vendor manuals
(and include a transmittal letter listing all manuals sent or coming), should arrive about
I week after your first bus is delivered. The GILLIG Electrical Schematics manuals go
next and usually arrive 2 or 3 weeks after the first group. The last manual to be shipped
is the GILLIG Parts Manual, intentionally delayed so that we can capture all last minute
production changes and Bill of Material updates, etc. These manuals will usually arrive
3 months or so after the Electrical Schematics manuals. However, you should not need
this manual for those first few months because any problem on your new buses should
be covered by warranty; but if you do need parts in the interim, you can find part
numbers on the Recommended Stocking List mailed to you before your bus deliveries
started (explained in the Service Parts section below). For warranty parts, our Warranty
Department will find and order the right parts for you, and you can always call your
GILLIG Parts representative and he /she will find the right part numbers for the parts you
need.
The Driver's Handbook is designed to acquaint drivers with the controls, features, and
operating requirements of your buses. It is divided into 4 sections. Chapter I covers
the driver's compartment and controls; Chapter 2 explains the passenger area seating,
equipment, and exits; Chapter 3 describes the start -up and operating procedures; and
Chapter 4 covers the wheelchair ramp operation and related egress /exit features for
disabled passengers.
01
II JIM ,,,,J III,,,,,,,,S
The Service Manual contains general servicing information for each specific build
of buses. It has over 500 pages of text, line drawings, and illustrations dealing with
specifications, general information, and preventive maintenance requirements, as well
as chapters describing the servicing and operation of the buses major systems such as
engine, suspensions, electrical, etc. This manual is supplemented by vendor manuals
(described later), covering certain major components.
The Electrical Schematics Manual comes in two parts. The first part contains schematic
drawings of various vehicle circuit systems. The second is the multiplex systems
schematics, which contain descriptions of the multiplex modules, complete with their
input /outputs and related ladder diagrams.
These manuals contain the circuit, harness and device details that are explained more
generally in the Service Manual's electrical section.
The Parts Manual contains lists of serviceable parts, with illustrations and breakdowns
to help you order replacement parts for your buses. The left -hand page contains the
illustration and the facing right -hand page lists the part numbers. The illustration page
features a small diagram of a bus in the top corner with a large dot showing where
components pictured on that page are located in the bus. A table of contents in the front
and part number and description indexes at the back help locate the page and part you are
interested in finding /identifying.
Electronic versions of GILLIG manuals are provided on CD's. These PDF documents
are hyperlinked from the table of contents and index to help you find a particular part or
pages, plus they are easily searchable by keyword or number. For proprietary and liability
reasons, they are read /copy only, password protected documents.
The OEM vendor manuals are produced by the manufacturers of major components
(e.g. engine, axle, HVAC, etc.), and they describe these component assemblies along
with servicing requirements, troubleshooting guides, and sometimes serviceable parts
listings. GILLIG collects the relevant vendor manuals for your build and ships them in
appropriate quantities as part of the first manual shipment. Some important OEM vender
documentation is also included for your convenience on the GILLIG manual CD's.
General questions regarding manuals can be directed to your Sales Manager. Questions
or suggestions on content should be directed to GILLIG's Publications Department. And
if you did not receive your manuals as promised (quantity, damaged, or not in time frame
noted above), you should call or e -mail the contact below.
Arminder Dhillon, GILLIG Publications Dept
C1..11.....11.. Director of Publications 25972 Eden Landing Rd.
(510) 264 -5129 Hayward, CA 94545
Adhillon@GILLIG.com
FS
Our Parts Department will take care of your service parts needs. We have a
good reputation for fast, friendly, and responsive service and we can generally fill
about 90% of parts orders within 24 hours. Additionally, our West Coast location
means we are still open even when it's late in the day for most of our Midwestern
and Eastern customers.
GILLIG's Parts representatives are assigned to specific customers, so your
parts rep will know your people and your fleet (if you need a part and don't know the
number, you can describe it to your parts rep and he /she will get the number and fill
the order for you). We maintain a huge inventory of parts in our warehouses, parts and
locations are bar coded and tracked in real time to increase the accuracy and speed of
filling parts orders. Additionally, we stock parts "in- process" at our suppliers so they
can be quickly finished to your specifications. Also, because our Parts facilities are next
door to our production facility, we can quickly make up uncommon or large fabrications.
Another benefit is that due to time zones, East Coast customers can order parts at 5:00
p.m. (their time) and still have them ship out the same day.
All parts ordered by Eastern customers (east of the Rockies) are shipped freight
paid, 2"d day air. Western customers get their parts freight paid, best way. We also have
a "Bus Down" expedited service that ships parts the same day (order receipt by 3:00
p.m. PST, and if in stock), via next -day air (for this service, you pay the freight).
Before your buses arrive, you will receive a Recommended Stocking List for
frequently used parts for your particular buses. Purchasing these parts for your
stockroom will ensure that you have the commonly needed parts in your inventory,
thus reducing downtime for your new fleet. The list contains both consumable parts
and frequently damaged repair parts, and is based on our past experience with other
customers.
You will find that the people in our Parts Department, like everyone at GILLIG, are
friendly, efficient, on -time, and reliable. And they will be more than happy to help you
with parts for your non - GILLIG buses as well.
During the pre - production meeting, you will meet our Parts Department people and your
assigned Parts rep. They will also explain their service and terms as well as provide
specific sales contacts. The general contact information is below:
CON 11 AG 11 (510) 264 -5160 GILLIG Parts Dept.
(510) 887 -0981 Fax 25972 Eden Landing Rd.
Parts- Sales@GILLIG.com Hayward, CA 94545
Eiji Kinoshita,
Sales Director
Chuck O'Brien
Vice President & General Mgr
�I........III,,,,,. III I[....... II........ IIIILIlf......; lll11
Our Field Service Department issues Service Bulletins when necessary,
and these are mailed to the Maintenance Managers on record for impacted
customers.
Our FSD also issues any Recall Notices as required. In addition, the Sales
Department sometimes issues Advisories (e.g., on Biodiesel use), and these are
mailed to the General Manager or Maintenance Manager, as appropriate.
These notices are intended to keep our customers informed and assist in the proper
maintenance and safe operation of our buses.
Contact our Field Service Department at (510) 264 -5075 or
�II"� 1..11.. e -mail Vy.Vu@GILLIG.com for assistance.
01,,,,,,J III ' II f11,11", II ,,,,,,,,,I1 Il
Our Field Service Department provides a good help line for product issues. They
routinely involve our Engineering Department as well as our venders to help resolve
issues. One way or another they will get you an answer or resolution to your concern or
problem.
CD II . IF C...II....
In addition, you can call your Project Sales Manager or
Regional Sales Manager for help, or if you are unsatisfied with
the responses or treatment from other GILLIG departments.
The Sales Department is ultimately responsible for your
satisfaction, so if other avenues fail, call Sales at (510) 264 -5010
or e -mail Sales@GILLIG.com and someone will get back to you
right away.
III,,,,,,, [,,,,,,,,,,�,,,,,� f;;;;;;; ,,,,III,,,,,,,I[;;;;;;; III Ilf;;;;�
GILLIG is committed to continuous improvement. This requires us to
keep up with future trends in product features and designs as well as future
technologies and better products.
GILLIG has a 3 -phase research program. The first phase, "Futuring," involves
thinking of and assessing things that can shape our future. Phase 2 is "Visioning,"
which involves making ideas into things that will create the future we envision.
"Development" is Phase 3, where these things are made into practical products with
customer benefits. So while most of our research is applied research, it does contain
elements of post -pure and pre- applied research.
We are always evaluating new ideas and researching new products to ensure that we
offer you the right products at the right time, without compromising reliability or value.
For example, we researched and developed the hybrid drive technology for 8 years and
then introduced the world's first parallel hybrid bus in 2001. We then field tested it to
ensure its reliability and finally released it for production in 2005.
So you can rely on GILLIG to bring you cutting edge products but save you from
being on the bleeding edge of new technology introductions.
If you have an interest in any future trends or technologies,
ON 1F C..11.. contact your Sales Manager and we will give you the latest
status on various technologies and advise you on which trends/
technologies are promising and which are not.
If,,,,,,, 1,,,,F1j Ill,,,,,.11f;;;;;;;III,,,,,. If;;;;;
1[;;;;;;;
GILLIG wants to become your long -term bus manufacturer. We want
your repeat business, and we are committed to earning your future business by
ensuring satisfaction with your current order.
Discuss your probable future orders with your Sales Manager so he can help
you with timing, options, and potential new features and technologies. If you
plan on exercising quantity options, he can help you schedule these buses into our
production backlog and can inform you of the necessary lead times so you can plan
bus purchase order dates based on when you would like to receive your new buses.
Our Sales Managers can also inform you about new features or options we will be
offering in the near future, as well as when new regulations (e.g., emissions) become
effective, so you can decide on your new bus configuration and timing, and program
your funding and purchase orders accordingly.
If you let us know your future bus purchasing plans, we can also shorten your lead times
by plugging your planned order into our build schedule and thus hold build slots while
you are getting the paperwork sorted out. We can also assist with piggyback options if
needed.
Please feel free to discuss your likely future orders with your
CON 1F C..11.. Sales Manager or at the pre - production meeting, and let us help
expedite and smooth out the process of getting your next
buses.
St,,,,,Y II II II,,,`,
We hope this overview of our customer support helps you understand what we can
do to help you get the most satisfaction from your GILLIG buses.
If you have any questions or ideas to improve our service or
GG1 ..11.. C 11.. products, please send them to Sales@GILLIG.com or contact
Joe Policarpio at (510) 264 -5017 or
Joe.Policarpio@GILLIG.com.
Thank You!
Thank you for your business. Please let us know if you have any issues or concerns. We
want to satisfy you on this order and we want to continue to earn your future business.
GILLIG LLC is a privately held California company based twenty -five miles
southeast of San Francisco in Hayward, CA. The company is 125 years old and
is 100% U.S. owned and operated. The company's approximately eight hundred
employees manufacture and sell approximately 1,500 heavy -duty transit buses
every year with each bus being designed to meet our customers' individual
needs and expectations.
GILLIG's history dates back to 1890 when Jacob Gillig founded the company in
San Francisco for the purpose of customizing and rebuilding transportation
vehicles (carriages and buggies) of that era. The great San Francisco
earthquake and fire of April 1906 destroyed the original shop but Jacob's sons,
Chester and Leo, soon rebuilt the factory and grew the business to include
custom building of automobile bodies, special trucks and early model buses.
GILLIG continued to grow under leadership committed to providing quality and
value to its customers. Creative engineering and aggressive problem solving led
to many innovative product firsts. These included the patented California Top for
touring cars of the 1920's, one of the first transit style school buses in the 1930's,
the first rear engine diesel powered coach in 1959, the first production line built
dedicated LNG transit bus in 1992, the first parallel Hybrid electric bus with
regenerative braking in 1998 and the first production line built fuel cell bus in
2003. All of these were built using advanced technology of the day in order to
optimize quality and value.
Now, 125 years later, GILLIG is still growing and is still committed to quality and
value for our customers. We define quality as the ability to consistently satisfy
expectations and we define value as the optimum balance between features,
price, durability and life cycle costs.
All customers expect the highest quality at the best price; we believe in giving
them more: The Highest Quality at the Lowest Price with High Reliability and
Low Operating Costs. We start with cleverly engineered, practical designs and
then use our years of manufacturing experience and production skills to build a
rugged product with proven components. GILLIG is very proud of its
experienced and dedicated work force that, with a strong commitment to quality
and customer satisfaction, produces the best DIESEL, HYBRID and CNG
products in the bus market. Our business success is due to our tradition of
satisfying our customers with quality, value, and friendly service.
Today, GILLIG is a solid company with a strong reputation for performance and
customer satisfaction. Our stability and financial security is remarkable; our on-
time delivery record is unmatched; our product's performance and low life -cycle
costs are unbeatable, and; our after -sales support and customer satisfaction is
considered the best.
Tomorrow, we will be even better!
Boa
r
Historical Overview
• We area 100% U.S. owned and operated manufacturing company
GILLIG was founded over 125 years ago in San Francisco, California, and is
located 35 miles south of San Francisco in Hayward, California. We moved to
Hayward in the 1930's, and have been located at this same location in Hayward
since 1968.
GILLIG LLC
25800 Clawiter Road
Hayward, California 94545
PHONE: 800 - 735 -1500 Email: sales @gilllig.com
Manufacturing Facility
The entire office staff - Executive, Sales, Purchasing, Engineering,
Service/Warranty, Parts, Accounting, Personnel and Manufacturing plant are located
at this one (1) location only — on 26 acres. We do not sub - contract the manufacture
of our vehicles.
We manufacture all of our heavy duty transit vehicle models at this one (1) location -
- on the same production line, using the same qualified, experienced staff -- this
includes our DIESEL LOW FLOOR transit buses, HYBRID LOW FLOOR transit
buses, CNG LOW FLOOR transit buses, and BRT (Bus Rapid Transit) LOW
FLOOR custom model transit buses.
Staffing
We employ over 725 qualified and experienced full -time employees, and the factory
operates 12 months of the year to provide manufacture of our vehicles on time. In
order to provide Service and Support to our customers in the after - market we have
Field Service Representatives who reside throughout the United States to support
our customers.
Other Contracts
GILLIG manufactures and delivers our transit vehicles throughout the United States.
We currently have contracts to manufacture and deliver Diesel, CNG, and Hybrid
vehicles in 30 foot, 35 foot, and 40 foot lengths to transit agencies in many various
climates including Florida, Hawaii and Minnesota and Missouri.
• Additional information can be provided on request.
GILLIG SUPPORTS AMERICAN JOBS
Gillig LLC is a privately owned American manufacturer of heavy duty low floor transit buses
located in Hayward CA. and is the leading supplier of heavy duty transit buses in cities
throughout the United States. 100% of Gillig's manufacturing process is completed in America
by American workers, who in turn reinvest those tax dollars back into the American economy to
help strengthen our nation and support American jobs. This is not a new practice for Gillig, we
have been manufacturing transportation equipment in America for over 125 years and we are
proud to be part of the solution to build our nation's economy and be a strong supporter of
American jobs.
✓ 100% of Gillig employees live in the U.S.
✓ 100% of Gillig employees pay U.S. taxes
✓ Your tax dollars get recycled into the U.S. economy
GILLIG DOMESTIC SPEND ANALYSIS
,r LJS
7-11 cnk YOU Avr 6allt pot-61#7
FL .11 %
RESUME KEY PERSONNEL
Below is information on the Sales Department Key Personnel and Key Contacts.
Information covering our Support Services including - Field Service, Engineering
personnel and Parts Service is provided in sections following:
Joseph Policarpio, Vice President Sales & Marketing
Joe was recruited by Gillig in 1992 as the Director of Sales where he was involved in
the development and marketing of Gillig's new bus designs including the Low Floor,
Hybrid and CNG models. As Vice President, Joe is responsible for all sales and
marketing functions at Gillig. He is very active in the industry and is currently a member
on the APTA's Business Members Board of Governors, California Transit Association
Executive Committee and participates on various APTA committees. Joe earned a
Bachelor's of Science Degree in Mechanical Engineering from Rutgers University. With
over 20 years experience at Gillig, Joe has been instrumental in the successful
completion of hundreds of bus contracts.
Grep Vismara, Vice President Engineering
Greg has nearly 30 years of industry experience having previously worked for Peterbilt
Motors Company, and Space Systems Loral. Since joining Gillig in 1998, Greg has
overseen the development of new systems and models including the launch of the Gillig
Low Floor, CNG, BAE Hybrid, and Allison Hybrid models. As Vice President, Greg is
responsible for all aspects of Gillig's engineering. Greg earned a Bachelor's of Science
Degree in Mechanical Engineering from Santa Clara University. Greg is very involved
with the day to day project engineering that is focused on providing the highest degree
of quality possible.
Chris Turner, Vice President Manufacturing & Supply Chain
Chris joined Gillig in 2013 as Vice President of Supply Chain after working for Abbott
Laboratories, a global healthcare leader, for the previous 15 years. At Abbott, Chris
served in multiple controllership functions around the globe with responsibilities in sales,
marketing, supply chain and manufacturing. As Vice President of Manufacturing and
Supply Chain at Gillig, Chris is responsible for Production, Purchasing, Receiving,
Warehousing and Freight. Chris has a fantastic management support team consisting
of veteran Gillig employees and consistently emphasizes quality, execution and
continuous improvement. Chris earned a Bachelor of Science Degree in Finance from
the University of Illinois.
7 -14
FL .11 %
RESUME KEY PERSONNEL - coinfinued
Benjamin Grunat, Director of National Sales
Ben joined Gillig in 2010 as the Financial Controller where he was responsible for all
aspects of the Company's financial accounting and reporting functions. As the Director
of National Sales, Ben manages the Company's Regional Sales Managers and is
responsible for the customer relationship management and overall customer
satisfaction. Prior to joining Gillig, Ben worked for PricewaterhouseCoopers as a
Financial Auditor. Ben earned a Masters of Business Administration from Indiana
University and is a Certified Public Accountant.
Javier Hernandez Jr., Director of Project Sales Management
Javier is responsible for all areas of Project Sales Management and Contract
Administration. His department is directly responsible for processing customer orders
from RFP's through delivery of our buses to the customer. Javier has over 20 years of
Gillig experience where he has served as a Working Foreman, Production Supervisor,
Sales Engineer and most recently as a Regional Sales Manager. Javier and his group
have successfully processed hundreds of orders.
7 -14
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
6 Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
a Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
a Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
a Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NC
19
❑ Exceed
in Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as measured at the drivers seat. The
maximum dBA as shown in the Altoona test is measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
a Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
a Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
in Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
in Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Fl--
�
.�
well
�
�
�
�
�
�
�
�
Olt
�
�
fm
co
E 0 E § § >
f /00 \ >
Co f
$ @M
�° \ of
�&E \ /
_ = o o m
0) ® o¥ a m o
+
/ ° ° % 7 � 2 $ \ 5
oc >¥—
o=o B� &ogee =E
% / § @ O / ®® �a / \ \
o g£ o 0 0
2± o c 2 0$ E a °
X e g CO o o == o \ o o
2 R R=
LT- QRg2 �QIRO <22w -10
¢
. . . . . � . . . . . . . . . . .
�
.�
k
. �
e'
k
2
0
,
C3
c
°
�
O
k
�
>
� o ct
G�
§2���§
�Esul
E
2 3 °¥ B G
m
e> E w o E
k�
99 \Q) /��
.
m
z
g o- g®
O/
)%U ±
@
m o = _ .
o m = o
\
_
\ƒ
/
/�� \kU)
LL
Cl)
%
Z
£
@
~
E
<
/
. . . . . . .
g
k
0
®
U
Q
Fl--
�
.�
well
�
�
�
�
�
�
�
�
Olt
�
�
fm
co
E 0 E § § >
f /00 \ >
Co f
$ @M
�° \ of
�&E \ /
_ = o o m
0) ® o¥ a m o
+
/ ° ° % 7 � 2 $ \ 5
oc >¥—
o=o B� &ogee =E
% / § @ O / ®® �a / \ \
o g£ o 0 0
2± o c 2 0$ E a °
X e g CO o o == o \ o o
2 R R=
LT- QRg2 �QIRO <22w -10
¢
. . . . . � . . . . . . . . . . .
�
.�
k
. �
e'
Min Telescope Adjustment
Max Telescope Adjustment
Angle of Slope
Douglas Height
White Book
Spec
Angle of Slope
Douglas Height
Spec. Height
0 degrees
28.87
29.0"
0 degrees
30.75"
34.0"
15 degrees
26.00"
26.2"
15 degrees
27.80"
31.2"
25 degrees
23.68"
24.6"
25 degrees
25.36"
29.6"
35 degrees
21.09"
22.5"
35 degrees
22.64"
27.5"
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
in Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Fl--
�
.�
well
�
�
�
�
�
�
�
�
Olt
�
�
fm
co
E 0 E § § >
f /00 \ >
Co f
$ @M
�° \ of
�&E \ /
_ = o o m
0) ® o¥ a m o
+
/ ° ° % 7 � 2 $ \ 5
oc >¥—
o=o B� &ogee =E
% / § @ O / ®® �a / \ \
o g£ o 0 0
2± o c 2 0$ E a °
X e g CO o o == o \ o o
2 R R=
LT- QRg2 �QIRO <22w -10
¢
. . . . . � . . . . . . . . . . .
�
.�
k
. �
e'
k
2
0
,
C3
c
°
�
O
k
�
>
� o ct
G�
§2���§
�Esul
E
2 3 °¥ B G
m
e> E w o E
k�
99 \Q) /��
.
m
z
g o- g®
O/
)%U ±
@
m o = _ .
o m = o
\
_
\ƒ
/
/�� \kU)
LL
Cl)
%
Z
£
@
~
E
<
/
. . . . . . .
g
k
0
®
U
Q
Fl--
�
.�
well
�
�
�
�
�
�
�
�
Olt
�
�
fm
co
E 0 E § § >
f /00 \ >
Co f
$ @M
�° \ of
�&E \ /
_ = o o m
0) ® o¥ a m o
+
/ ° ° % 7 � 2 $ \ 5
oc >¥—
o=o B� &ogee =E
% / § @ O / ®® �a / \ \
o g£ o 0 0
2± o c 2 0$ E a °
X e g CO o o == o \ o o
2 R R=
LT- QRg2 �QIRO <22w -10
¢
. . . . . � . . . . . . . . . . .
�
.�
k
. �
e'
Min Telescope Adjustment
Max Telescope Adjustment
Angle of Slope
Douglas Height
White Book
Spec
Angle of Slope
Douglas Height
Spec. Height
0 degrees
28.87
29.0"
0 degrees
30.75"
34.0"
15 degrees
26.00"
26.2"
15 degrees
27.80"
31.2"
25 degrees
23.68"
24.6"
25 degrees
25.36"
29.6"
35 degrees
21.09"
22.5"
35 degrees
22.64"
27.5"
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
in Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
in Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
in Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
O
a 0 �� g a a a a p �
cl
.4
O COW. �ZWlwp4wgWr�WAwpdw!2wUWs
z
WE 10
.co
IAN
�-o cO OD
V,- ONI'll
"L NHnL
w .6 Lai
0
0 00 00 0
to 1 w
HRXYfM M M M W H m H 1 9 N R 0 000000 e
I
.19
9
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
in Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
in Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
in Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
in Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
in Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
in Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
in Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
x Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
x Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
in Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
A/ ^/-f0! 1r0
ilCC)RI./ CERTIFICATE OF LIABILITY INSURANCE
DATE(MMtDDIYYYY)
10!1!2014
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 CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
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
Tave Risk Management
450 Skokie Blvd. - Bldg. #800
Northbrook IL 60062
CONTACT
=- FAX
. 847- 267 -0415 . 847- 267 -0478
EMAIL .taveriskmanagement @taverm.com
INSURERS AFFORDING COVERAGE
NAIC #
INSURER A:Lexington Insurance Company
19437
10/1/2014
INSURED GILLIA
INSURERB:ZURICH AMERICAN INS CO
16535
GILLIG LLC
INSURERC:AMERICAN ZURICH INS CO
40142
25800 Clawiter Road
Hayward CA 94545 -3213
INSURER DACE American Insurance Company
DAMAGE To RETE
PREMISES Ea occur ence
INSURER E:
X
INSURER F
$0
COVERAGES CERTIFICATE NUMBER: 1506028927 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION 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,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
INSD
WVD
POLICY NUMBER
POLICY EFF
MM/DD/YYYY
POLICY EXP
MM /DD/YYYY
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
021458392
10/1/2014
10/1/2015
EACH OCCURRENCE
$5,000,000
CLAIMS -MADE ❑X OCCUR
DAMAGE To RETE
PREMISES Ea occur ence
$300,000
X
IVIED EXP (Any one person)
$0
SIR $500K/oCC
PERSONAL & ADV INJURY
$5,040,000
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$5,000,000
X POLICY [—I JECT PRO El LOC
PRODUCTS - COMP /OP AGG
$5,000,000
$
OTHER:
B
AUTOMOBILE
LIABILITY
BAP 5223578 06
1011/2014
10/1/2015
SINGLE LIMIT
Ea accident
$ 2,000,000
BODILY INJURY (Per person)
$
ANY AUTO
ALL AUTS OWNED SCHEDULED
AUTOS
BODILY INJURY (Per accident)
$
1xx
HIRE D AUTOS X NON -OWNED
AUTOS
PROPERTY DAMAGE
Per accident
$
$
GKLL LMT $1M
A
X
UMBRELLA LIAB
X
OCCUR
026022516
10/112014
10/1/2015
EACH OCCURRENCE
$10,000,000
AGGREGATE
$10,000,000
EXCESS LIAB
CLAIMS -MADE
DED X I RETENTION$ 10,000
$
C
p
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
WC 5223575 06 (Ded)
WCUC48138044
10/1/2014
10!1/2014
1011/2015
10/1/2015
PER OTH-
X STATUTE ER
E.L. EACH ACCIDENT
$1,000,000
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMEER EXCLUDED? ❑
NIA
E.L. DISEASE - EA EMPLOYEE.
$1,000,000
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
I
E.L. DISEASE - POLICY LIMIT I
$1,000,000
DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached If more space Is required)
Carrier F - ACE American Insurance Company
$400,000 SIR Each Accident
$400,000 SIR Each Employee Disease
This Certificate is for Informational Purposes Only.
CERTIFICATE HOLDER CANCELLATION
Gillig LLC
25800 Clawiter Road
Hayward CA 94545
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
©1988 -2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
x Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
x Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
in Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
in Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
in Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
in Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
GILLIG LLC
5.8.1 INTERIOR NOISE
19
❑ Exceed
a Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29' CNG bus exceeds the noise level requested in the spec of 75 dBA as
measured at the drivers seat. The maximum dBA as shown in the Altoona test is
measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or Understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
GILLIG LLC
RFP section:
5.8.1 INTERIOR NOISE
Page:
19
❑ Exceed
a Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
Our 29 CNG bus excee s the noise level requested in the spec of 75 dBA as measured at the drivers seat. The maximum dBA as shown
in the Altoona test is measured at 77.3 dBA.
Rationale (pros and cons):
13
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 5. Vehicle Questionnaire
This form must be completed and included in the Technical Proposal.
Bus manufacturer:
Bus model:
Understructure
manufacturer:
Model number:
Basic Body Construction
Type:
Tubing or frame member thic
Overstructu re
Understructure
Skin thickness and material
Roof
Sidewall
Skirt panel
Front end
Rear end
Dimensions
GENERAL COACH DATA SHEET
GILLIG LLC
29' DIESEL
HOGAN /IMPERIAL
G27E102N2
EXTRUDED ALIMUMINUM
kness and dimensions
ALUMINUM ASTM 6061 -T6, 6063 -T6 THICKNESS .118 IN
STAINLESS STEEL ASTM A240 UNS THICKNESS .25 IN
FIBERGLASS THICKNESS .12 IN
ALUMINUM THICKNESS .118 IN
ALUMINUM THICKNESS .125 IN
FIBERGLASS THICKNESS .125 IN
FIBERGLASS THICKNESS .125 IN
Overall length Over bumpers
Over body
Overall width Over body excluding mirrors
Over body including mirrors - driving position
Over tires front axles
Over tires center axle
Over tires rear axles
31
ft
ft
ft
ft
ft
ft
ft
9
in.
in.
in.
in.
in.
in.
in.
31
2
101
9
123
7.8
101
9
N/A
N/A
101
Overall height (maximum)
Overall height (main roof line)
Elft 4.3 in.
ft 5 in.
14
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Angle of approach
Breakover angle
Breakover angle
(rear)
Angle of departure
8.7
deg
deg
deg
deg
14.6
N/A
8.1
Doorway Dimensions Front
Width between door posts
43.38
in
Door width between panels
36.38
in
Clear door width
32.33
in
Doorway height
75
in
Knuckle clearance
1.5
in
Rear
34 in.
30 in.
30.35 in.
77 in.
1.5 in.
Step height from ground measured at center of doorway
Section 9
Front doorway, empty Ramp angle Rear Doorway, empty
Kneeled a. 11.9 in. R1 9.3 deg a. 14.4 in.
Unkneeled b. 15.3 in. R2 13.6 deg b. 15.3 in.
Interior head room (center of aisle)
Front axle location 95 in.
Center axle N/A in.
location
Rear axle location 76.5 in.
Aisle width between transverse in.
seats 23
Floor height above ground (centerline of bus)
At front door 16 in.
At front axle 16 in.
At drive axle 35.74 in.
15
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
At rear door 17.1 in.
Section 9
Minimum ground clearance (between bus and ground, with bus
unkneeled)
Excluding 10.2 in.
axles
Including axles 6.1 in.
Horizontal turning envelope (see diagram below)
Outside body turning radius, TRO (including bumper)
Front inner corner radius, TR1
Front wheel inner turning radius, TR2
Front wheel outer turning radius, TR3
Inside Body Turning Radius innermost point, TR4 (including
bumper)
29
ft
ft
ft
ft
ft
9
in.
in.
in.
in.
in.
N/A
N/A
18
1
25
0
12
3
Wheel base
Front 162.52 in.
Rear N/q in.
Overhang, centerline of axle over bumper
Front 8.36 in.
Rear 9.73 in.
Floor
Interior length 24 ft in.
Interior width (excluding coving) 7 ft 3.3 in.
Total standee area (approximately) 35 ft2
Minimum distance between Front 36 in.
wheelhouses:
Rear 133 in.
16
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Maximum interior floor slope (from
horizontal)
Passenger capacity p
Total maximum seating
Standee capacity
Minimum hip to knee
room
Minimum foot room
Weight
rovided
23
16
33 in.
14 in.
Center N/A in.
[27 deg
Section 9
Engine, main
Manufacturer
Type and weight rating
Model number
Bore
Stroke
Displacement
Compression ratio
Injector type and size
Net SAE horsepower
Net SAE torque
Crankcase oil capacity
New engine, dry
4.21
4.88
409
280
900
CUMMINS
No. of
Front axle
Center axle
Rear axle
Total
people
Left Right Total
Left Right Total
Left Right Total
bus
Empty bus, full
1300
fuel and
6880
17100
23980
fa rebox
Fully seated,
24
full fuel and
8080
19500
27580
fa rebox
Fully loaded
40
standee and
fully seated,
8880
21100
29980
full fuel and
fa rebox
Crush load
60
(1.5x fully
9880
23100
32980
loaded)
GVWR
30000
GAWR
10000
1
1
1
1
1 20000
30000
Engine, main
Manufacturer
Type and weight rating
Model number
Bore
Stroke
Displacement
Compression ratio
Injector type and size
Net SAE horsepower
Net SAE torque
Crankcase oil capacity
New engine, dry
4.21
4.88
409
280
900
CUMMINS
4 CYCLE INLINE DIESEL
ISL 280
in.
in.
in.3
16.5:1
ELECTRONIC
hp at
Ib /ft at
2200
RPM
RPM
1300
[4 ] gal
17
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
New engine, wet 3
Turbocharger make and model
Maximum speed, no load 2,
Maximum speed, full load 2
Speed at idle 7
Speed at fast idle 1
Section 9
to I gal
I WASTGATED HX40 I
Engine information /graphs to be attached with this form:
Engine speed vs. road speed
Torque vs. engine speed
Horsepower vs. engine speed
Fuel consumption vs. engine speed
Vehicle speed vs. time (both loaded and unloaded)
Vehicle speed vs. grade (both loaded and unloaded)
Acceleration vs. time
Change of acceleration vs. time
Hybrid drive or transmission
Manufacturer
ALLISON
Type
AUTOMATIC
Speeds
6
Gear ratios
Forward:
3.49:1
Reverse:
5.03:1
Shift speeds
1st -2nd
10 -22
mph
2nd -3rd
20 -22
mph
3rd -4th
30 -32
mph
4th -5th (if applicable)
40 -42
mph
5th -6th (if applicable)
50 -52
mph
Fuel capacity (including heat exchanger and
filters
26 QTS
Voltage regulator
Manufacturer NIEHOFF
Model A2 -336
Voltage equalizer
Manufacturer
Model
JANNER
30 SERIES 100 AMP
18
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Alternator
Manufacturer
Type
Model
Output at idle
Output at maxis
Maximum warn
Speed at idle (z
Drive type
Section 9
NIEHOFF
RECIPROCATING PISTON -TWIN CYLINDER
28V AIR COOLED
30.4 C
C803
6.5 C
num speed
nted speed
pproximately)
32
amps
amps
rpm
rpm
50
80
20
BELT DRIVEN
Starter motor
Manufacturer
Type
Model
)ELCO REMY
-ID ELECTRIC 24 VOLT
-2MT TYPE 400
Air compressor
Manufacturer
Type
Rated capacity
Capacity at idle
Capacity at ma
(engine)
Maximum warr a
Speed idle
Drive type
CUMMINS (WABCO)
RECIPROCATING PISTON -TWIN CYLINDER
(approximately) 6
30.4 C
CFM
6.5 C
Governor:
Cut -in pressure 110 psi
Cut -out pressure 130 psi
Axles
First
Manufacturer ARVIN MERITOR
Type DEEP DROP
Model number MFS12155
Gross axle weight rating 100 Ibs
Axle load 100 I b s
Second
Manufacturer ARVIN MERITOR
19
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Type RS21160
Model number SINGLE REDUCTION
Gross axle weight rating 200 Ibs
Axle load 2ood Ibs
Third
Manufacturer
Type
Model number
Gross axle weig
Axle load
Axle ratio
Suspension system
Manufacturer
Type:
Section 9
Springs
Joint
Manufacturer
Type
Model number
V/A
V/A
V/A
Wheels and tires
Wheels
Make
Size
Capacity
Material
4CCURIDE (HUB PILOTED)
22.5 X 8.25
7300
STEEL (POWDER COATED)
Tires
Manufacturer MICHELIN
Type XINCITYZ
Size 275/7022.5
Load range /air pressure I J/120
20
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Steering, power
Pump
Manufacturer and model
number
Type
Relief pressure
Booster /gear box
Manufacturer and model
number
Type
Ratio
PARKER PGP 330
GEAR DRIVEN
2175 1 psi
FRW / TAS65
POWER INTEGRAL
20.4:1
Section 9
Power steering fluid capacity 2.5 gal
Maximum effort at steering 10 Ibs (unloaded stationary coach on dry asphalt pavement)
wheel
Steering wheel diameter 20 in.
Brakes
Make of fundamental brake system JARVIN MERITOR / MGM
Brake chambers vendor size and part First: 24" W86 3276 T20
number:
Second: 30" TR- 3030 -HD
Third: N/A
Brake operation effort IS-CAM
Slack adjuster's vendor's type and part numbers
First:
Right:
Left:
Second:
Right:
Left:
Third:
Right:
Left:
Length:
First take -up:
Second take -
up:
Third take -up:
Brake drums /°d °is
First: Manufacturer
Part number
Diameter
CMPC- 15- LTB -RFP
300 -10042
300 -10041
419 -10636
419 -10636
N/A
N/A
5.5 IN
2.5 IN
N/A
ARVIN MERITOR
85- 123861 -002
15 1 in.
21
January 2015
Colorado Mountain
Purchasing Consortium
Second: Manufacturer
Part number
Diameter
Third: Manufacturer
Part number
Diameter
Brake lining manufacturer
Type
Section 9
ARVIN MERITOR
66864B
16.5
in.
N/A
N/A
N/A
in.
Brake lining identification
First: Forward
Reverse
Second: Forward
Reverse
Third: Forward
Reverse
Brake linings per shoe
First 2
Second 2
Third N/A
\BEX/TRANSIT
LION- ASBESTOS
697EE
685FF
697EE
685FF
N/A
N/A
Brake lining widths
First 6 in.
Second 7 in.
Third N/A in.
Brake lining lengths
First 8 in.
Second 8 in.
Third N/A in.
Brake lining thickness .75 in.
Brake lining per axle
First 340 sq. in.
Second 440 sq. in.
Third N/A sq. in.
22
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Cooling system
Radiator /charge air cooler
Manufacturer MODINE / MODINE
Type SIDE BY SIDE / SI[
Model number EPR023969002 / E
Number of tubes 276
Tubes outer diameter .076 X .
Fins per inch 10 / 12 fins
Fin thickness 003 / .006 in.
Total cooling and heating system
capacity
Radiator fan speed MODUL
control
Surge tank capacity 2.7 GA
Engine thermostat temperature
setting:
Overheat alarm temperature sen
setting
Shutdown temperature F 235
setting
Air reservoir capacity
Section 9
Supply reservoir
1000
in.3
Primary reservoir
1516
in.3
Secondary reservoir
2095
in.3
Packing reservoir
N/A
in s
Accessory reservoir
1090
in.3
Other reservoir type
N/A
in. s
Heating, ventilation and air conditioning equipment
Heating system capacity 90000 BTU /hr
Air conditioning capacity 101000 BTU
Ventilating capacity 2400 CFM
Compressor
Manufacturer THERMO KING
Model X430
Number of cylinders F48 Drive ratio
23
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Maximum warranted speed 13000 rpm
Operating speed VARIED LOAD rpm (recommended)
Weight 119 Ibs
Oil capacity Dry N/A gal
Wet 18.9 PTS ...,......
Refrigerant: Type R1 34A 18 Ibs
Condenser
Manufacturer ITHERMOKIN G
Model 4112 D76 G01
Number of fins /in. 8
Outer diameter of tube 375 in.
Fin thickness .008 in.
Condenser fan
Manufacturer ITHERMO KING
Model 4639 CO3 G05
Fan diameter 18 in.
Speed maximum 1800 rpm
Flow rate (maximum) 5000 CFM
Receiver
Manufacturer THERMO KING
Model 9874 G82 G01
Capacity 5 1 Ibs
Condenser fan drive motors
Manufacturer THERMO KING
Model 104644
Type BRUSHLESS
Horsepower 1.7 hp
Operating speed 1640 rpm
Evaporator fan drive motors
Manufacturer THERMO KING
Model 104645
Type BRUSHLESS
Horsepower 1.7 hp
Operating speed 1640 rpm
Section 9
24
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Evaporator(s)
Manufacturer ITHERMOKING
Model I THERMO KING
Number of rows 5
Number of fins /in. 9
Outer diameter of tube .375
Fin thickness .008
Number of evaporators 1
Expansion valve
Manufacturer
Model
Filter -drier
Manufacturer
Model
Heater cores
Manufacturer
Model
Capacity
Number of rows
Number of fins/
Outer diameter
Fin thickness
Number of heat
3PORLAN
1082 A30 G34
3PORLAN
1080 A98 G09
Section 9
Floor heater blowers
Front
Rear
Controls
Manufacturer
Model
:;OMAIR ROTRON
12 -1604 ASSEMBLY
THERMO KING
NTELLIGAIRE III
Driver's heater
Manufacturer MOBILE CLIMATE CONTROL
Model 21- 65539 -060
25
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Capacity 62000 Btu /hr
Ventilation system
Type 2% MAKE UP
Coolant heater
Make SPHEROS
Model THERMO 300HA
Capacity 104000 1 Btu
Interior lighting
Manufacturer
Type
Number of fixtures
Size of fixtures
Power pack
Section 9
Doors
Front
Manufacturer of operating
equipment
Type of door
Type of operating equipment
Rear
Manufacturer of operating
equipment
Type of door
Type of operating equipment
Passenger windows
Front
Manufacturer
Model
Type
Number:
Sizes:
Glazing:
VAPOR
>LIDE GLIDE
41R
VAPOR
SWING
\IR OPEN / SPRING CLOSE
DURA
BONDED (HIDDEN FRAME)
UPPER TRANSOM / LOWER FIXED
Side
Rear
10
0
30"
34"
46"
56"
Type
TEMPERED
26
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Thickness
Color of tint
Light transmission
Mirrors
.250"
3REY
i % -18%
Section 9
Seats
Passenger
Manufacturer
Model
Type
Operator
Manufacturer
Model and part
number
Type
Paint
Manufacturer
Type
AMERICAN SEATING
N2003 / 6466
SIGH BACK NON RECLINING
RECARO
=RGO METRO / 8V0.01.2A2.CC11
TRANSIT
DUPONT
:--LITE LOW VOC 2.8
Wheelchair ramp equipment
Manufacturer
Model number
Capacity
Width of platform
Length of platform
System fluid capacity
Type of fluid used
Operating hydraulic
pressure
Hydraulic cylinders:
Size
Type
Manufacturer
Part no.
Model no.
Right side exterior
10" X 11"
2 PC
B &R
N/A
#1011
Left side exterior
10" X 11"
2 PC
B &R
N/A
#1011
Center rearview
8.25" X 16"
FLAT
B &R
N/A
RECTANGULAR
Front entrance area
N/A
N/A
N/A
N/A
N/A
Upper -right corner
6"
CONVEX
B &R
N/A
ROUND
Rear exit area
12"
CONVEX
ROSCO
N/A
ROUND
Seats
Passenger
Manufacturer
Model
Type
Operator
Manufacturer
Model and part
number
Type
Paint
Manufacturer
Type
AMERICAN SEATING
N2003 / 6466
SIGH BACK NON RECLINING
RECARO
=RGO METRO / 8V0.01.2A2.CC11
TRANSIT
DUPONT
:--LITE LOW VOC 2.8
Wheelchair ramp equipment
Manufacturer
Model number
Capacity
Width of platform
Length of platform
System fluid capacity
Type of fluid used
Operating hydraulic
pressure
Hydraulic cylinders:
950
Ibs
30
in.
48
in.
N/A
quarts
N/A
N/A
Size
psi
27
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Wheelchair securement equipment
Manufacturer
Model number
AMERICAN SEATING / Q'STRAINT
4DVANCED RESTRAINT MODULE A.R.M, FLOOR POCKET / QRT DELUXE
Destination signs
Manufacturer
Type
UMINATOR
_ED
Character length
Front destination 5.1 in.
Front route N/A in.
Curbside destination 2.4 in.
Rear route N/A in.
Character height
Front destination
Front route
Curbside destination
Rear route
8.0
in.
in.
in.
in.
N/A
2.8
N/A
Number of characters
Front destination 8
Front route N/A
Curbside destination 12
Rear route n/a
Message width
Front destination
Front route
Curbside destination
Rear route
Electrical
Multiplex system
Manufacturer
Model number
Batteries
Manufacturer
64.8 in.
N/A in.
36.3 in.
N/A in.
1/0 CONTROLS
33
DEKA
Section 9
28
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Model number
Type
DP31CS
GROUP 31 / 700 CCA
Communication system
GPS
Manufacturer
Model number
PA system
CLEVER DEVICES
IVN 3
Section 9
Energy storage (hybrid drive)
Type N/A
Number of cells N/A V
Battery pack voltage N/A V
Weight N/A Ibs
Security camera system
Manufacturer
Model number
Number
Amplifier
CLEVER DEVICE
IVN 3
1
Microphone
SHURE
13 -44284
1
Internal speakers
PRO LINE
8 OHM
4
External speaker
MIDWEST
1180
1
Energy storage (hybrid drive)
Type N/A
Number of cells N/A V
Battery pack voltage N/A V
Weight N/A Ibs
Security camera system
Manufacturer
GE SECURITIES (UTC)
Model number
PENTA
Number of cameras
8
Storage capacity
2TB
Bike racks
Manufacturer
Model number
3PORTWORKS
DI-2
Fire detection system
Manufacturer
Model number
Fire detectors
Type (thermal or
optical)
Number of detectors
29
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Automatic voice annunciator system
Manufacturer CLEVER DEVICES
Model and part number IVN 3
Annunciator LED sign
Number of signs
Housing dimensions
Character length
Character height
Character width
GPS antenna
Manufacturer
Model and part number
1
1 LINE 16 CHARACTER
N/A in.
N/A in.
N/A in.
CLEVER DEVICES
VN 3
Automatic passenger counter
Manufacturer
Model and part a
number
Sensortype
INFODEV
VERTICAL DA -400
ELECTRO- OPTICAL
Real -time bus arrival prediction system
Section 9
Electronic tire pressure monitoring system
Manufacturer BENDIX SMART TIRE
Model number N/A
Electronic brake stroke /wear indicator system
Manufacturer N/A
Model number I N/A
NOTE: All information above is accurate to the timeframe upon submission. The Agency reserves
the right to update above data if changes occur, upon consultation with the customer.
30
CMPC- 15- LTB -RFP January 2015
Manufacturer
Model number
Router
N/A
N/A
Cellular modem
N/A
N/A
Charge protection
N/A
N/A
Electronic tire pressure monitoring system
Manufacturer BENDIX SMART TIRE
Model number N/A
Electronic brake stroke /wear indicator system
Manufacturer N/A
Model number I N/A
NOTE: All information above is accurate to the timeframe upon submission. The Agency reserves
the right to update above data if changes occur, upon consultation with the customer.
30
CMPC- 15- LTB -RFP January 2015
https: // iscaan. allisontransmission. com/ extranet /iscaan/SCAANReports ?...
35'/40' CNG
SCAAN No.: 0
Description : Run And View
Date : 10/22/2014
User : Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
INPUT SUMMARY
VOCATION
Service 113us
4pplication ICity / Transit Bus - U.S. APTA
configuration IStraight Vehicle
Vocation Number 44 -65 -14
VEHICLE PARAMETERS
End User (and Region, Sub Region)
JGillig (North America)
Manufacturer (and Region, Sub Region)
JGillig (North America, Western)
Model
140FT
Description
Low Floor CNG
Area and Weight
Power Packs
11
Height
110.00 (ft)
Width
18.50 (ft)
Standard Wind Resistance Coefficient ( No Deflector
10.55
User Defined Resistance Coefficient ( No Deflector)
0.00
Weight, Rated ( No Trailer, GVW)
141600 (lb)
Weight on Drive Wheels
164.90(%)
Weight on Drive Wheels
27000 (lb)
Tires
Number of Tires
16
Manufacturer
Tire Model & Size
Tire Type
IStandard Radial Tire
Revs
1482 (revs /mi)
Radius
120.92 (in.)
Standard Surface Factor
11.0 Smooth Concrete
User Defined Surface Factor
10.0
Standard Traction Limit Coefficient ( On-Road
10.70
ENGINE
Engine Manufacturer
lCummins
Model
JISL G
Description
1280hp / 900lbft / 2200rpm
Certification Year
2007, 2010
Peak Torque /Speed
900.0/1300 (lb -ft) /(rpm)
Peak Power /Speed
280.0/2000 (hp) /(rpm)
Governed Power /Speed
280.0/2200 (hp) /(rpm)
Cruise Velocity /Speed
65.0/1650 (mph) /(rpm)
Engine Curve Reference
IFR91959
No. Of Curves
ISingle
SCAAN File Number
2 -1163
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
1 of 20 10/22/2014 6:33 AM
https: // iscaan. allisontransmission. com/ extranet /iscaan/SCAANReports ?...
35'/40' CNG
ACCESSORIES (Power at governed speed)
Standard User
Peak Power point has been defined for the purposes of assessing Accessory Losses
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere
2 of 20 10/22/2014 6:33 AM
https: // iscaan. allisontransmission. com/ extranet /iscaan/SCAANReports ?...
35'/40' CNG
SCAAN No.: 0
Description : Run And View
Date : 10/22/2014
User : Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
SCAAN SUMMARY
Based On Standard Parameters
Vocation: Bus, City / Transit Bus - U.S. APTA, Straight Vehicle
End User: Gillig (North America)
Manufacturer: Gillig (North America, Western)
Model: 40FT, Low Floor CNG
Engine: Cummins ISL G 280hp / 9001bft / 2200rpm
Engine Certification
Year: 2007, 2010
Transmission:
B400 w /Ret (1 -6)
Rating: Transit Bus - w /4th & 5th Gen
Converter:
TC418 (Recommended)
Retarder: 3000 Product Family, High Capacity - 4th and 5th Gen Controls
Converter
Check
Check Name
m /Rating Units Min/ Overall
Max Actual Status
C1
C2
C4 JEngine
C9 JEngine
C5 IMinimum
C7 ITurbine
C8 lConverter
C3
Transmission /Converter Compatibility
Engine /Converter Compatibility
Speed At Converter Stall
Speed At Converter Stall, Smoke Control
Engine Speed
Torque At Stall
Speed Ratio at 2200 rpm
Converter Stall Torque Ratio
I
I
1850
1400
1370
0.800
F
I
I rpm
rpm
rpm
Ib -ft
I
1
I Min
I Min
I Max
Min
I
1867
1867
1867
1 1359
0.842
1.980
OK
I OK
OK
OK
F OK
OK
Transmission
Check Check Name
T1 Transmission/Vocation Compatibility
T2 Transmission Compatible with Compressed Natural Gas
m /Rating Units Min/ Overall
Max Actual Status
I I OK
OK
T17 ITransmission
Engines
Permitted in End User /Chassis Mfg
OK
Locations
T15 JInput
T14 llnputTorqu
T3 JInput
T11
Power(Gross)
e(Gross)
Speed (Engine Governed Speed)
Transmission Output Speed
325
925
1950/2800
3600
hp
1 Ib -ft
rpm
rpm
Max
I Max
Max
280
1 900
2200
2809
OK
1 OK
OK
OK
Vehicle/DriveLine
Check
V1
V21
V13
V14
V17
Check Name
JVehicle Weight, GVW
1st Range Converter Stall Gradeability
1st Range 70% Converter Efficiency Net Gradeability
1st Range 80% Converter Efficiency Gradeability
Maximum Geared Vehicle Speed At Engine Governed
m /Rating
1 45000
16.0
Units
1 Ibm
percent
percent
percent
h
Min/
Max
I Max
Min
Actual
1 41600
34.8
26.1
22.5
78.0
Overall
Status
1 OK
OK
V43 JHeat
V44 JHeat
Speed
Generated in 1st Range 70% Converter Efficiency
Generated in 1st Range 80% Converter Efficiency
m p
Btu /min
Btu /min
3424
2424
OK: Acceptable
OK -1: OK based on pre- acceptance by Engineering
OK -2: OK based on Accepted Application Review
C: Consider - manufacturer to assess
XX: Questionable - may not be acceptable
XXX: Not Acceptable - rating or usage violation
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere
3 of 20 10/22/2014 6:33 AM
https: // iscaan. allisontransmission. com/ extranet /iscaan/SCAANReports ?...
35'/40' CNG
Notes
SCAAN SUMMARY -APTA GUIDELINES
Vehicle/DriveLine
Check
Check Name
m /Rating
Units
Min/
Max
Actual
Overall
Status
V36 JVehicle
Speed On 2.50% Grade (APTA)
40.0
F mph
F Min
52.1
F OK
V37
Vehicle Speed On 16.00% Grade (APTA)
7.0
mph
Min
10.9
OK
V39 JAcceleration
Time, 0 -10.0 mph, 0.0% Grade (APTA)
5.0
sec
Max
2.0
OK
V40 JAcceleratio
n Time, 0 -20.0 mph, 0.0% Grade (APTA)
10.8
sec
I Max
1 6.3
F OK
V41 JAcceleration
Time, 0 -30.0 mph, 0.0% Grade (APTA)
20.0
sec
I Max
1 12.8
1 OK
V42
Acceleration Time, 0 -40.0 mph, 0.0% Grade (APTA)
31.0
F sec
FMax
F 22.6
F OK
Notes
Check
Comments
V36 lin
Range5L
V37
in Rangel C
V39
Full Throttle & Vehicle Brakes Locked Start
V40
Full Throttle & Vehicle Brakes Locked Start
V41
Full Throttle & Vehicle Brakes Locked Start
V42
Full Throttle & Vehicle Brakes Locked Start
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere
4 of 20 10/22/2014 6:33 AM
https: // iscaan. allisontransmission. com/ extranet /iscaan/SCAANReports ?...
35'/40' CNG
SCAAN No.: 0
Description : Run And View
Date : 10/22/2014
User : Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
CUSTOMER PERFORMANCE SUMMARY
Based on Standard Parameters
Vocation: Bus, City / Transit Bus - U.S. APTA, Straight Vehicle
End User: Gillig (North America)
Manufacturer: Gillig (North America, Western)
Model: 40FT, Low Floor CNG
Engine: Cummins ISL G 280hp / 9001bft / 2200rpm
Engine Certification Year: 2007, 2010
Transmission: B400 w /Ret (1 -6)
Rating: Transit Bus - w /4th & 5th Gen
Converter: TC418 (Recommended)
Retarder: 3000 Product Family, High Capacity - 4th and 5th Gen Controls
Weight: 41600 (lb) (GVW)
Driveline Ratio : 5.380
Tires: Standard Radial Tire, 482.0 (revs /mi)
Geared Speed: 78.0 (mph) 6L
Clutch Fan Status : Fan On
Air Conditioning Status : No AC
Gradeability
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
5 of 20 10/22/2014 6:33 AM
https: // iscaan. allisontransmission. com/ extranet /iscaan/SCAANReports ?...
SCAAN No.: 0
Description : Run And View
Date : 10/22/2014
User : Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
ENGINE - CONVERTER MATCH
Based on Standard Parameters
Transmission Input Ratio : 1.0000
Transmission Input Efficiency ( %): 100.00
Torque Converter: TC418 (Recommended)
Converter Operation
Minimum Engine Speed(rpm) = 1867
Stall Engine Speed(rpm) = 1867
Stall Speed Ratio = 0.000
Stall Torque Ratio = 1.980
35'/40' CNG
Clutch Fan Status: Fan On /Air Conditioning Status: No AC
Speed Torque Engine Engine(net) Engine Turbine Turbine Turbine Conv. Match
Ratio Ratio Speed Torque Power Speed Torque Power Heat Rej Point
(rpm) (Ib -ft) (hp) (rpm) (Ib -ft) F(hp) (Btu /min)
0.00001 1.9 01 18671 699.01 248.51 01 1359.11 0.01 105401 Stall
0.1000 1.940 1880 693.7 248.3 188 1321.3 47.3 8528
0.2000 1.880 1883 692.7 248.3 377 1278.7 91.7 6645
0.3000 1.785 1902 685.1 248.1 571 1200.3 130.41 4992
0.4000 1.657 1928 676.1 248.1 771 1099.3 161.4 3680
0.43591 1.6091 1940 67-1.71 248.11 8461 1060.21 170.71 32841 70Percent
0.50001 1.5201 19671 662.21 248.01 9841 987.01 184.91 2680
0.55381 1.4471 19931 653.11 247.91 11041 926.41 194.71 22551 80Percent
0.6000 1.385 2019 643.0 247.2 1211 872.41 201.21 1950
0.63911 1.3311 20411 634.11 246.41 13041 826.51 205.21 17461 85Percent
0.65001 1.3151 20471 631.61 246.11 13301 813.71 206.11 1697
0.70001 1.2471 20791 618.41 244.81 14551 754.61 209.11 1514
0.75001 1.1791 21121 605.21 243.41 15841 697.81 210.51 1396
0.8000 1.111 2151 590.5 241.8 1721 641.5 210.2 1343
0.8209 1.083 2172 582.7 241.0 1783 616.5 209.31 1344
0.84181 1.0541 2200 57-2.11 239.61 18521 588.91 207.61 13571 Governed
0.86241 1.0251 22051 556.11 233.41 19011 556.51 201.51 1356
0.88301 0.9971 22111 533.81 224.71 19531 518.61 192.81 13541 Coupling
0.90001 0.9971 22221 496.61 210.11 20001 481.61 183.41 1134
0.92501 0.9951 22501 401.81 172.11 20811 386.21 153.11 809
0.95001 0.9951 22801 297.91 129.41 21661 282.91 116.71 537
0.97501 0.9911 2320 16-3.11 72.11 22621 148.11 63.81 350
0.99001 0.9901 23471 71.01 31.71 23241 56.81 25.11 281
Lockup Operation
Clutch Fan Status: Fan On /Air Conditioning Status: No AC
Engine
Engine(net)
Engine
Turbine
Turbine
Turbine
Conv.
Match
Speed
Torque
Power
Speed
Torque
Power
Heat Rej
Point
(rpm)
(Ib -ft)
(hp)
(rpm)
(Ib -ft)
(hp)
(Btu /min)
9001
647.31
110.91
9001
637.41
109.21
72
10001
697.61
132.81
10001
687.11
130.8
85
12001
795.61
181.81
12001
784.31
179.21
110
1300
843.6
208.8
1300
832.0
205.9
122
14001
841.01
224.21
14001
829.21
221.0
133
16001
794.31
242.01
16001
782.41
238.41
153
17001
765.21
247.71
17001
753.11
243.81
166
18001
725.71
248.71
18001
713.31
244.51
180
19001
685.81
248.11
19001
673.11
243.51
194
20001
650.71
247.81
20001
637.91
242.91
208
21001
609.71
243.81
21001
596.61
238.61
222
22001
572.11
239.61
22001
558.71
234.01
2371
Governed
22251
486.91
206.31
22251
473.51
200.61
241
22501
401.81
172.11
22501
388.31
166.41
245
6 of 20 10/22/2014 6:33 AM
https: // iscaan. allisontransmission. com/ extranet /iscaan/SCAANReports ?...
35'/40' CNG
F-22751
316.6
137.1
2275 303.1
131.3 248
2300
231.4
1 ol .3F-23ooF-217.8F-95.41
252
23251
146.21
64.71
23251 132.61
58.71 256
23501
60.91
27.31
23501 47.31
21.11 260
2375
-24.3
-11.01
2375 -38.1
-17.21 263
2400
-109.6
-50.1
F-24OoF-123.4F--56.41
267
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
7 of 20 10/22/2014 6:33 AM
https: // iscaan. allisontransmission. com/ extranet /iscaan/SCAANReports ?...
35'/40' CNG
SCAAN No.: 0
Description : Run And View
Date : 10/22/2014
User : Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
TRANSMISSION OUTPUT PERFORMANCE
Based on Standard Parameters
Transmission Input Ratio : 1.0000
Transmission Input Efficiency ( %): 100.00
Transmission Base Model : B400 w /Ret
Note: This data is independent of the Shift Calibration, which defines the actual modes of operation (converter, lockup)
Clutch Fan Status : Fan On
Air Conditioning Status : No AC
Forward 1 ratio = 3.4872
8 of 20 10/22/2014 6:33 AM
https: // iscaan. allisontransmission. com/ extranet /iscaan/SCAANReports ?...
35'/40' CNG
9 of 20 10/22/2014 6:33 AM
https: // iscaan. allisontransmission. com/ extranet /iscaan/SCAANReports ?...
10 of 20 10/22/2014 6:33 AM
https: // iscaan. allisontransmission. com/ extranet /iscaan/SCAANReports ?...
35'/40' CNG
11 of 20 10/22/2014 6:33 AM
https: // iscaan. allisontransmission. com/ extranet /iscaan/SCAANReports ?...
35'/40' CNG
12 of 20 10/22/2014 6:33 AM
https: // iscaan. allisontransmission. com/ extranet /iscaan/SCAANReports ?...
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere
of 20 10/22/2014 6:33 AM
https: // iscaan. allisontransmission. com/ extranet /iscaan/SCAANReports ?...
Reverse (R 1 C)
Vehicle Engine Tractive Drawbar Wheel Net % Transm
Speed Speed Effort Pull Power Grade Heat Rej
(mph) (rpm) (lb) (lb) (hp) (%) (Btu /min)
R1Cj 0.01 18671 194551 192791 0.01 52.31 10533
R1 C 2.0 1887 17986 17805 95.9 47.4 6273
R1 C 3.9 1940 151221 14936 157.0 38.5 7 355 70Percent
R1 C 4.0 1944 149461 14759 159.4 37.91 3448
R1Cj 5.11 19931 132061 130161 178.91 32.91 2576F-1 80Percent
R1 C 6.0 2040 117791 11586 188.5 29.01 2085
R1Cj 6.01 20411 117751 115821 188.51 29.01 2084 85Percent
R1Cj 8.01 21571 90231 88231 192.51 21.71 1704
R1Cj 8.51 22001 83661 81641 190.21 20.01 1729F-1 Governed
R1Cj 10.01 22831 38671 36591 103.11 8.81 774
R1 C 10.9 2362 0 -212 0.0 -0.5 365
14 of 20 10/22/2014 6:33 AM
35'/40' CNG
SCAAN No.: 0
Description : Run And View
Date : 10/22/2014
User : Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
VEHICLE FULL THROTTLE PERFORMANCE
Based on Standard Parameters
Transmission Input Ratio : 1.0000
Power Packs: 1
Transmission Input Efficiency ( %): 100.00
Clutch Fan Status : Fan On
Axle Ratio: 5.380
Air Conditioning Status : No AC
Auxiliary Gearing Ratio: 1.000
Reverse (R 1 C)
Vehicle Engine Tractive Drawbar Wheel Net % Transm
Speed Speed Effort Pull Power Grade Heat Rej
(mph) (rpm) (lb) (lb) (hp) (%) (Btu /min)
R1Cj 0.01 18671 194551 192791 0.01 52.31 10533
R1 C 2.0 1887 17986 17805 95.9 47.4 6273
R1 C 3.9 1940 151221 14936 157.0 38.5 7 355 70Percent
R1 C 4.0 1944 149461 14759 159.4 37.91 3448
R1Cj 5.11 19931 132061 130161 178.91 32.91 2576F-1 80Percent
R1 C 6.0 2040 117791 11586 188.5 29.01 2085
R1Cj 6.01 20411 117751 115821 188.51 29.01 2084 85Percent
R1Cj 8.01 21571 90231 88231 192.51 21.71 1704
R1Cj 8.51 22001 83661 81641 190.21 20.01 1729F-1 Governed
R1Cj 10.01 22831 38671 36591 103.11 8.81 774
R1 C 10.9 2362 0 -212 0.0 -0.5 365
14 of 20 10/22/2014 6:33 AM
https: // iscaan. allisontransmission. com/ extranet /iscaan/SCAANReports ?...
35'/40' CNG
15 of 20 10/22/2014 6:33 AM
https: // iscaan. allisontransmission. com/ extranet /iscaan/SCAANReports ?...
35'/40' CNG
SCAAN No.: 0
2.01
Description : Run And View
0.3
Date : 10/22/2014
8.4551
User : Gurpreet Singh, Gillig
R1 C1
Application Review Status
0.5'1
Output Units : US
6.774
ALLISON TRANSMISSION
R1 C1
VEHICLE ACCELERATION PERFORMANCE
0.8'1
Brakes Locked Start
1906
Based on Standard Parameters
Transmission Input Ratio : 1.0000
Power Packs: 1
Transmission Input Efficiency ( %): 100.00
1.3
Clutch Fan Status : Fan On
Axle Ratio: 5.380
Air Conditioning Status : No AC
Auxiliary Gearing Ratio: 1.000
Grade: 0.0 percent
10.0
Reverse (R 1 C)
Vehicle Accel Engine
Speed Time Distance Rate Speed
(mph) (sec) (ft) (mph /sec) (rpm)
R 1 C
2.01
0.21
0.3
8.4551
1E
R1 C1
4.01
0.5'1
1.51
6.774
1�
R1 C1
6.01
0.8'1
4.01
1906
5.2331
2C
R1 C1
8.01
1.3
8.71
4.61
3.8631
21
R1 C
10.0
2.0
18.2
8.0
1.662
22
Automatic (1C-2C-2L-3L-4L-5L-6L)
Vehicle Accel Engine
Speed Time Distance Rate Speed
(mph) (sec) (ft) (mph /sec) I (rpm)
1CI
2.01
0.31
.4
OAF-
6.497
1882
1CI
4.0
0.6
F
1.91
5.8111
1906
1CI
6.0
1.-01
4.61
4.955
1951
1CI
8.0
1.-41
9.21
4.154
2017
1CI
10.01
2.01
16.31
3.4351
2092
1CI
10.91
2.31
20.71
3.1121
2130
2C
12.0
2.7
27.3
2.640
1964
2CI
14.01
3.51
42.51
2.405F-
.405
1999
2CI
16.01
4.31
61.81
2.178
2037
2CI
18.01
5.31
86.11
1.956
2078
2CI
18.31
5.51
90.21
1.922
2084
21-
20.01
6.31
114.41
1.934
1611
21-1
22.01
7.41
147.61
1.783
1773
21-
24.01
8.61
187.61
1.608
1934
21-
25.81
9.71
229.41
1.457
2075
31-
26.01
9.91
235.91
1.462
1584
31-1
28.0
11.-31
291.61
1.3821
1705
31-
30.01
12.81
356.01
1.2731
1827
3 L
32.0
14.5
430.9
1.167
1949
31-
34.01
16.3
518.11
1.060
2071
31-1
34.51
16.71
541.01
1.032
2100
41-
36.01
18.31
620.41
0.978
1556
41-
38.01
20.41
734.11
0.933
1642
41-
40.01
22.61
860.41
0.880
1729
41-
42.01
24.91
1002.71
0.816
1815
41-
44.01
27.51
1164.31
0.751
1902
41-
46.01
30.31
1347.81
0.692
1988
41-
48.01
33.31
1557.61
0.626
2075
41-
49.21
35.21
1695.31
0.5871
2125
51-
50.01
36.71
1800.21
0.5711
1620
5L
52.0
40.3
2071.5
0.535
1685
51-
54.01
44.2
2374.91
0.492
1750
51-
56.01
48.5
2719.51
0.448
1815
51-
58.01
53.21
3114.91
0.402
1880
16 of 20 10/22/2014 6:33 AM
https: // iscaan. allisontransmission. com/ extranet /iscaan/SCAANReports ?...
35'/40' CNG
F-5LI
60.01
58.51
3572.81
0.358
1944
F-5LI
62.01
64.51
4107.01
0.315
2009
51-
64.01
71.41
4747.01
0.267
2074
51-
66.01
79.71
5537.91
0.220
2139
51-
66.31
81.21
5689.71
0.212
2150
61-
68.01
89.21
6468.41
0.196
1918
61-
70.01
100.61
7628.41
0.1571
1974
61-
72.01
115.41
9174.51
0.1161
2030
61
74.0
137.2
11510.4
0.073
2087
F-6LI
76.01
179.11
16128.31
0.0311
2143
1st Lockup Hold (1C -1L)
Vehicle Accel Engine
Speed Time Distance Rate Speed
(mph) (sec) I (ft) (mph /sec) (rpm)
1CI
2.0
0.31
0.41
6.4971
1882
1CI
4.01
0.6-1
1.91
5.811
1906
1CI
6.01
1.0-1
4.61
4.955
1951
1CI
8.01
1.4-1
9.21
4.1541
2017
1CI
9.51
1.8-1
14.21
3.6001
2072
1 L
10.0
2.0
16.3
3.338
1507
1 L
12.01
2.61
26.61
2.935
1809
1 L
14.01
3.41
41.01
2.425
2110
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
17 of 20 10/22/2014 6:33 AM
https: // iscaan. allisontransmission. com/ extranet /iscaan/SCAANReports ?...
35'/40' CNG
SCAAN No.: 0
Description : Run And View
Date : 10/22/2014
User : Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
VEHICLE RETARDATION PERFORMANCE
Based on Standard Parameters
Transmission Input Ratio : 1.0000 Power Packs: 1
Transmission Input Efficiency ( %): 100.00
Engine Friction : Actual
Clutch Fan Status : Fan On Axle Ratio: 5.380
Air Conditioning Status : No AC Auxiliary Gearing Ratio: 1.000
Engine Only data is for comparison purposes only to help show retarder contribution
Closed Throttle Downshifts table is included for reference only
18 of 20 10/22/2014 6:33 AM
https: // iscaan. allisontransmission. com/ extranet /iscaan/SCAANReports ?...
35'/40' CNG
2L
18.0
1450
3.0
213
-0.028F8.8
-10.6
16276 0.097
198.2
2L
Fim
1289
-2.8
ligo
-0.026
40.1
-9.1
4686 -0.084
150.9 F
2L
14.0
11128
-2.6
1163
-0.024
132.5
-7.7
13332 -0.071
1110.6
2L
12.7
11025
-2.5
1143
-0.023
128.2
-6.8
12592 -0.063
188.5 F
2C
12.7
700
1.9
216
0.018
19.7
6.2
2665 0.057
80.0
Std Preselect Downshifts
19 of 20 10/22/2014 6:33 AM
https: // iscaan. allisontransmission. com/ extranet /iscaan/SCAANReports ?...
35'/40' CNG
Closed Throttle Downshifts
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
20 of 20 10/22/2014 6:33 AM
Colorado Mountain
Purchasing Consortium
Section 9
CER 5. Vehicle Questionnaire
This form must be completed and included in the Technical Proposal.
Bus manufacturer:
Bus model:
Understructure
manufacturer:
Model number:
Basic Body Construction
Type:
Tubing or frame member thic
Overstructu re
Understructure
Skin thickness and material
Roof
Sidewall
Skirt panel
Front end
Rear end
Dimensions
GENERAL COACH DATA SHEET
GILLIG LLC
35' DIESEL
HOGAN /IMPERIAL
G27B102N4
EXTRUDED ALIMUMINUM
kness and dimensions
ALUMINUM ASTM 6061 -T6, 6063 -T6 THICKNESS .118 IN
STAINLESS STEEL ASTM A240 UNS THICKNESS .25 IN
FIBERGLASS THICKNESS .12 IN
ALUMINUM THICKNESS .118 IN
ALUMINUM THICKNESS .125 IN
FIBERGLASS THICKNESS .125 IN
FIBERGLASS THICKNESS .125 IN
Overall length Over bumpers
Over body
Overall width Over body excluding mirrors
Over body including mirrors - driving position
Over tires front axles
Over tires center axle
Over tires rear axles
42
ft
ft
ft
ft
ft
ft
ft
0
in.
in.
in.
in.
in.
in.
in.
41
4.5
101
g
123
7.8
101
9
N/A
N/A
101
Overall height (maximum)
Overall height (main roof line)
flft 4.3 in.
ft 6 in.
14
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Angle of approach
Breakover angle
Breakover angle
(rear)
Angle of departure
8.5
deg
deg
deg
deg
12.8
N/A
8.9
Doorway Dimensions Front
Width between door posts
43.38
in
Door width between panels
36.38
in
Clear door width
32.33
in
Doorway height
75
in
Knuckle clearance
1.5
in
Rear
34 in.
30 in.
30.35 in.
77 in.
1.5 in.
Step height from ground measured at center of doorway
Section 9
Front doorway, empty Ramp angle Rear Doorway, empty
Kneeled a. 11.9 in. R1 9.3 deg a. 14.4 in.
Unkneeled b. 15.3 in. R2 13.6 deg b. 15.3 in.
Interior head room (center of aisle)
Front axle location 95 in.
Center axle N/A in.
location
Rear axle location 76.5 in.
Aisle width between transverse in.
seats 23
Floor height above ground (centerline of bus)
At front door 16 in.
At front axle 16 in.
At drive axle 35.74 in.
15
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
At rear door 17.1 in.
Section 9
Minimum ground clearance (between bus and ground, with bus
unkneeled)
Excluding 13 in.
axles
Including axles 8 in.
Horizontal turning envelope (see diagram below)
Outside body turning radius, TRO (including bumper)
Front inner corner radius, TR1
Front wheel inner turning radius, TR2
Front wheel outer turning radius, TR3
Inside Body Turning Radius innermost point, TR4 (including
bumper)
37
ft
ft
ft
ft
ft
9
in.
in.
in.
in.
in.
N/A
N/A
26
7
32
11
18
2
Wheel base
Front 230 in.
Rear N/q in.
Overhang, centerline of axle over bumper
Front 8.37 in.
Rear 10.22 in.
Floor
Interior length 29 ft in.
Interior width (excluding coving) 7 ft 3.3 in.
Total standee area (approximately) 50 ft2
Minimum distance between Front 36 in.
wheelhouses:
Rear 133 in.
16
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Maximum interior floor slope (from
horizontal)
Passenger capacity p
Total maximum seating
Standee capacity
Minimum hip to knee
room
Minimum foot room
Weight
rovided
31
55
26.8 in.
14 in.
Center N/A in.
[27 deg
Section 9
Engine, main
Manufacturer
Type and weight rating
Model number
Bore
Stroke
Displacement
Compression ratio
Injector type and size
Net SAE horsepower
Net SAE torque
Crankcase oil capacity
New engine, dry
4.21
4.88
409
280
900
CUMMINS
No. of
Front axle
Center axle
Rear axle
Total
people
Left Right Total
Left Right Total
Left Right Total
bus
Empty bus, full
1300
fuel and
8280
18260
26540
fa rebox
Fully seated,
32
full fuel and
9880
21460
31340
fa rebox
Fully loaded
87
standee and
fully seated,
12630
26960
39590
full fuel and
fa rebox
Crush load
130
(1.5x fully
14805
31310
46115
loaded)
GVWR
39600
GAWK
14600
1
1
1
1
1 25000
39600
Engine, main
Manufacturer
Type and weight rating
Model number
Bore
Stroke
Displacement
Compression ratio
Injector type and size
Net SAE horsepower
Net SAE torque
Crankcase oil capacity
New engine, dry
4.21
4.88
409
280
900
CUMMINS
4 CYCLE INLINE DIESEL
ISL 280
in.
in.
in.3
16.5:1
ELECTRONIC
hp at
Ib /ft at
2200
RPM
RPM
1300
[4 ] gal
17
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
New engine, wet
Turbocharger make and model
Maximum speed, no load
Maximum speed, full load
Speed at idle
Speed at fast idle
3 75 1 gal
WASTGATED HX40
2100 RPM
2?00 RPM
7 0 RPM
1 00 RPM
Engine information /graphs to be attached with this form:
Engine speed vs. road speed
Torque vs. engine speed
Horsepower vs. engine speed
Fuel consumption vs. engine speed
Vehicle speed vs. time (both loaded and unloaded)
Vehicle speed vs. grade (both loaded and unloaded)
Acceleration vs. time
Change of acceleration vs. time
Hybrid drive or transmission
Section 9
Manufacturer
ALLISON
Type
AUTOMATIC
Speeds
6
Gear ratios
Forward:
3.49:1
Reverse:
5.03:1
Shift speeds
1st -2nd
10 -22
mph
2nd -3rd
20 -22
mph
3rd -4th
30 -32
mph
4th -5th (if applicable)
40 -42
mph
5th -6th (if applicable)
50 -52
mph
Fuel capacity (including heat exchanger and
filters
26 QTS
Voltage regulator
Manufacturer NIEHOFF
Model A2 -336
Voltage equalizer
Manufacturer
Model
JANNER
30 SERIES 100 AMP
18
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Alternator
Manufacturer
Type
Model
Output at idle
Output at maxis
Maximum warn
Speed at idle (z
Drive type
Section 9
NIEHOFF
RECIPROCATING PISTON -TWIN CYLINDER
28V AIR COOLED
30.4 C
C803
6.5 C
num speed
nted speed
pproximately)
32
amps
amps
rpm
rpm
50
80
20
BELT DRIVEN
Starter motor
Manufacturer
Type
Model
)ELCO REMY
-ID ELECTRIC 24 VOLT
-2MT TYPE 400
Air compressor
Manufacturer
Type
Rated capacity
Capacity at idle
Capacity at ma
(engine)
Maximum warr a
Speed idle
Drive type
CUMMINS (WABCO)
RECIPROCATING PISTON -TWIN CYLINDER
(approximately) 6
30.4 C
CFM
6.5 C
Governor:
Cut -in pressure 110 psi
Cut -out pressure 130 psi
Axles
First
Manufacturer ARVIN MERITOR
Type DEEP DROP
Model number FH946
Gross axle weight rating 146 Ibs
Axle load 146 Ibs
Second
Manufacturer ARVIN MERITOR
19
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Type 71163
Model number SINGLE REDUCTION
Gross axle weight rating 250 Ibs
Axle load 25od Ibs
Third
Manufacturer
Type
Model number
Gross axle weig
Axle load
Axle ratio
Suspension system
Manufacturer
Type:
Section 9
Springs
Joint
Manufacturer
Type
Model number
V/A
V/A
V/A
Wheels and tires
Wheels
Make
Size
Capacity
Material
4CCURIDE (HUB PILOTED)
22.5 X 8.25
7300
STEEL (POWDER COATED)
Tires
Manufacturer MICHELIN
Type XDN2
Size 12R22.5
Load range /air pressure I H/120
20
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Steering, power
Pump
Manufacturer and model
number
Type
Relief pressure
Booster /gear box
Manufacturer and model
number
Type
Ratio
PARKER PGP 330
GEAR DRIVEN
2175 1 psi
FRW / TAS65
POWER INTEGRAL
20.4:1
Section 9
Power steering fluid capacity 2.5 gal
Maximum effort at steering 10 Ibs (unloaded stationary coach on dry asphalt pavement)
wheel
Steering wheel diameter 20 in.
Brakes
Make of fundamental brake system JARVIN MERITOR / MGM
Brake chambers vendor size and part First: 24" 167002
number:
Second: 30" 3436051
Third: N/A
Brake operation effort IS-CAM
Slack adjuster's vendor's type and part numbers
First:
Right:
Left:
Second:
Right:
Left:
Third:
Right:
Left:
Length:
First take -up:
Second take -
up:
Third take -up:
Brake drums /°d °is
First: Manufacturer
Part number
Diameter
CMPC- 15- LTB -RFP
419 -10777
419 -10776
419 -10973
419 -10972
N/A
N/A
5.5 IN
5.5 IN
N/A
ARVIN MERITOR
3219 -Y -5797
16.5 1 in.
21
January 2015
Colorado Mountain
Purchasing Consortium
Second: Manufacturer
Part number
Diameter
Third: Manufacturer
Part number
Diameter
Brake lining manufacturer
Type
Section 9
ARVIN MERITOR
3219 -M -4615
14.5
in.
N/A
N/A
N/A
in.
Brake lining identification
First: Forward
Reverse
Second: Forward
Reverse
Third: Forward
Reverse
Brake linings per shoe
First 2
Second 2
Third N/A
\BEX/TRANSIT
LION- ASBESTOS
697EE
685FF
697EE
685FF
N/A
N/A
Brake lining widths
First 6 in.
Second 10 in.
Third N/A in.
Brake lining lengths
First 8 in.
Second 8 in.
Third N/A in.
Brake lining thickness in.
Brake lining per axle
First 378 sq. in.
Second 553 sq. in.
Third N/A sq. in.
22
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Cooling system
Radiator /charge air cooler
Manufacturer MODINE / MODINE
Type SIDE BY SIDE / SI[
Model number EPR023969002 / E
Number of tubes 276
Tubes outer diameter .076 X .
Fins per inch 10 / 12 fins
Fin thickness 003 / .006 in.
Total cooling and heating system
capacity
Radiator fan speed MODUL
control
Surge tank capacity 2.7 GA
Engine thermostat temperature
setting:
Overheat alarm temperature sen
setting
Shutdown temperature F 235
setting
Air reservoir capacity
Section 9
Supply reservoir
1000
in.3
Primary reservoir
1516
in.3
Secondary reservoir
2095
in.3
Packing reservoir
N/A
in s
Accessory reservoir
1090
in.3
Other reservoir type
N/A
in. s
Heating, ventilation and air conditioning equipment
Heating system capacity 90000 BTU /hr
Air conditioning capacity 101000 BTU
Ventilating capacity 2400 CFM
Compressor
Manufacturer THERMO KING
Model X430
Number of cylinders F48 Drive ratio
23
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Maximum warranted speed 13000 rpm
Operating speed VARIED LOAD rpm (recommended)
Weight 119 Ibs
Oil capacity Dry N/A gal
Wet 18.9 PTS ...,......
Refrigerant: Type R1 34A 18 Ibs
Condenser
Manufacturer ITHERMOKIN G
Model 4112 D76 G01
Number of fins /in. 8
Outer diameter of tube 375 in.
Fin thickness .008 in.
Condenser fan
Manufacturer ITHERMO KING
Model 4639 CO3 G05
Fan diameter 18 in.
Speed maximum 1800 rpm
Flow rate (maximum) 5000 CFM
Receiver
Manufacturer THERMO KING
Model 9874 G82 G01
Capacity 5 1 Ibs
Condenser fan drive motors
Manufacturer THERMO KING
Model 104644
Type BRUSHLESS
Horsepower 1.7 hp
Operating speed 1640 rpm
Evaporator fan drive motors
Manufacturer THERMO KING
Model 104645
Type BRUSHLESS
Horsepower 1.7 hp
Operating speed 1640 rpm
Section 9
24
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Evaporator(s)
Manufacturer ITHERMOKING
Model I THERMO KING
Number of rows 5
Number of fins /in. 9
Outer diameter of tube .375
Fin thickness .008
Number of evaporators 1
Expansion valve
Manufacturer
Model
Filter -drier
Manufacturer
Model
Heater cores
Manufacturer
Model
Capacity
Number of rows
Number of fins/
Outer diameter
Fin thickness
Number of heat
3PORLAN
1082 A30 G34
3PORLAN
1080 A98 G09
Section 9
Floor heater blowers
Front
Rear
Controls
Manufacturer
Model
:;OMAIR ROTRON
12 -1604 ASSEMBLY
THERMO KING
NTELLIGAIRE III
Driver's heater
Manufacturer MOBILE CLIMATE CONTROL
Model 21- 65539 -060
25
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Capacity 62000 Btu /hr
Ventilation system
Type 2% MAKE UP
Coolant heater
Make SPHEROS
Model THERMO 300HA
Capacity 104000 1 Btu
Interior lighting
Manufacturer
Type
Number of fixtures
Size of fixtures
Power pack
Section 9
Doors
Front
Manufacturer of operating
equipment
Type of door
Type of operating equipment
Rear
Manufacturer of operating
equipment
Type of door
Type of operating equipment
Passenger windows
Front
Manufacturer
Model
Type
Number:
Sizes:
Glazing:
VAPOR
>LIDE GLIDE
41R
VAPOR
SWING
\IR OPEN / SPRING CLOSE
DURA
BONDED (HIDDEN FRAME)
UPPER TRANSOM / LOWER FIXED
Side
Rear
13
0
30"
34"
46"
56"
Type
TEMPERED
26
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Thickness
Color of tint
Light transmission
Mirrors
.250"
3REY
i % -18%
Section 9
Seats
Passenger
Manufacturer
Model
Type
Operator
Manufacturer
Model and part
number
Type
Paint
Manufacturer
Type
AMERICAN SEATING
N2003 / 6466
SIGH BACK NON RECLINING
RECARO
=RGO METRO / 8V0.01.2A2.CC11
TRANSIT
DUPONT
:--LITE LOW VOC 2.8
Wheelchair ramp equipment
Manufacturer
Model number
Capacity
Width of platform
Length of platform
System fluid capacity
Type of fluid used
Operating hydraulic
pressure
Hydraulic cylinders:
Size
Type
Manufacturer
Part no.
Model no.
Right side exterior
10" X 11"
2 PC
B &R
N/A
#1011
Left side exterior
10" X 11"
2 PC
B &R
N/A
#1011
Center rearview
8.25" X 16"
FLAT
B &R
N/A
RECTANGULAR
Front entrance area
N/A
N/A
N/A
N/A
N/A
Upper -right corner
6"
CONVEX
B &R
N/A
ROUND
Rear exit area
12"
CONVEX
ROSCO
N/A
ROUND
Seats
Passenger
Manufacturer
Model
Type
Operator
Manufacturer
Model and part
number
Type
Paint
Manufacturer
Type
AMERICAN SEATING
N2003 / 6466
SIGH BACK NON RECLINING
RECARO
=RGO METRO / 8V0.01.2A2.CC11
TRANSIT
DUPONT
:--LITE LOW VOC 2.8
Wheelchair ramp equipment
Manufacturer
Model number
Capacity
Width of platform
Length of platform
System fluid capacity
Type of fluid used
Operating hydraulic
pressure
Hydraulic cylinders:
950
Ibs
30
in.
48
in.
N/A
quarts
N/A
N/A
Size
psi
27
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Wheelchair securement equipment
Manufacturer
Model number
AMERICAN SEATING / Q'STRAINT
4DVANCED RESTRAINT MODULE A.R.M / QRT DELUXE
Destination signs
Manufacturer
Type
UMINATOR
_ED
Character length
Front destination 5.1 in.
Front route N/A in.
Curbside destination 2.4 in.
Rear route N/A in.
Character height
Front destination
Front route
Curbside destination
Rear route
8.0
in.
in.
in.
in.
N/A
2.8
N/A
Number of characters
Front destination 8
Front route N/A
Curbside destination 12
Rear route n/a
Message width
Front destination
Front route
Curbside destination
Rear route
Electrical
Multiplex system
Manufacturer
Model number
Batteries
Manufacturer
64.8 in.
N/A in.
36.3 in.
N/A in.
1/0 CONTROLS
33
DEKA
Section 9
28
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Model number
Type
DP31CS
GROUP 31 / 700 CCA
Communication system
GPS
Manufacturer
Model number
PA system
CLEVER DEVICES
IVN 3
Section 9
Energy storage (hybrid drive)
Type N/A
Number of cells N/A V
Battery pack voltage N/A V
Weight N/A Ibs
Security camera system
Manufacturer
Model number
Number
Amplifier
CLEVER DEVICE
IVN 3
1
Microphone
SHURE
13 -44284
1
Internal speakers
PRO LINE
8 OHM
6
External speaker
MIDWEST
1180
1
Energy storage (hybrid drive)
Type N/A
Number of cells N/A V
Battery pack voltage N/A V
Weight N/A Ibs
Security camera system
Manufacturer
GE SECURITIES (UTC)
Model number
PENTA
Number of cameras
8
Storage capacity
2TB
Bike racks
Manufacturer
Model number
3PORTWORKS
DI-2
Fire detection system
Manufacturer
Model number
Fire detectors
Type (thermal or
optical)
Number of detectors
29
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Automatic voice annunciator system
Manufacturer CLEVER DEVICES
Model and part number IVN 3
Annunciator LED sign
Number of signs
Housing dimensions
Character length
Character height
Character width
GPS antenna
Manufacturer
Model and part number
1
1 LINE 16 CHARACTER
N/A in.
N/A in.
N/A in.
CLEVER DEVICES
VN 3
Automatic passenger counter
Manufacturer
Model and part a
number
Sensortype
INFODEV
VERTICAL DA -400
ELECTRO- OPTICAL
Real -time bus arrival prediction system
Section 9
Electronic tire pressure monitoring system
Manufacturer BENDIX SMART TIRE
Model number N/A
Electronic brake stroke /wear indicator system
Manufacturer N/A
Model number I N/A
NOTE: All information above is accurate to the timeframe upon submission. The Agency reserves
the right to update above data if changes occur, upon consultation with the customer.
30
CMPC- 15- LTB -RFP January 2015
Manufacturer
Model number
Router
N/A
N/A
Cellular modem
N/A
N/A
Charge protection
N/A
N/A
Electronic tire pressure monitoring system
Manufacturer BENDIX SMART TIRE
Model number N/A
Electronic brake stroke /wear indicator system
Manufacturer N/A
Model number I N/A
NOTE: All information above is accurate to the timeframe upon submission. The Agency reserves
the right to update above data if changes occur, upon consultation with the customer.
30
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 5. Vehicle Questionnaire
This form must be completed and included in the Technical Proposal.
Bus manufacturer:
Bus model:
Understructure
manufacturer:
Model number:
Basic Body Construction
Type:
Tubing or frame member thic
Overstructu re
Understructure
Skin thickness and material
Roof
Sidewall
Skirt panel
Front end
Rear end
Dimensions
GENERAL COACH DATA SHEET
GILLIG LLC
40' DIESEL
HOGAN /IMPERIAL
G27D102N4
EXTRUDED ALIMUMINUM
kness and dimensions
ALUMINUM ASTM 6061 -T6, 6063 -T6 THICKNESS .118 IN
STAINLESS STEEL ASTM A240 UNS THICKNESS .25 IN
FIBERGLASS THICKNESS .12 IN
ALUMINUM THICKNESS .118 IN
ALUMINUM THICKNESS .125 IN
FIBERGLASS THICKNESS .125 IN
FIBERGLASS THICKNESS .125 IN
Overall length Over bumpers
Over body
Overall width Over body excluding mirrors
Over body including mirrors - driving position
Over tires front axles
Over tires center axle
Over tires rear axles
42
ft
ft
ft
ft
ft
ft
ft
0
in.
in.
in.
in.
in.
in.
in.
41
4.5
101
9
123
7.8
101
9
N/A
N/A
101
Overall height (maximum)
Overall height (main roof line)
Elft 4.3 in.
ft 6 in.
14
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Angle of approach
Breakover angle
Breakover angle
(rear)
Angle of departure
8.6
deg
deg
deg
deg
10.7
N/A
8.8
Doorway Dimensions Front
Width between door posts
43.38
in
Door width between panels
36.38
in
Clear door width
32.33
in
Doorway height
75
in
Knuckle clearance
1.5
in
Rear
34 in.
30 in.
30.35 in.
77 in.
1.5 in.
Step height from ground measured at center of doorway
Section 9
Front doorway, empty Ramp angle Rear Doorway, empty
Kneeled a. 11.9 in. R1 9.3 deg a. 14.4 in.
Unkneeled b. 15.3 in. R2 13.6 deg b. 15.3 in.
Interior head room (center of aisle)
Front axle location 95 in.
Center axle N/A in.
location
Rear axle location 76.5 in.
Aisle width between transverse in.
seats 23
Floor height above ground (centerline of bus)
At front door 16 in.
At front axle 16 in.
At drive axle 35.74 in.
15
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
At rear door 17.1 in.
Section 9
Minimum ground clearance (between bus and ground, with bus
unkneeled)
Excluding 13 in.
axles
Including axles 8 in.
Horizontal turning envelope (see diagram below)
Outside body turning radius, TRO (including bumper)
Front inner corner radius, TR1
Front wheel inner turning radius, TR2
Front wheel outer turning radius, TR3
Inside Body Turning Radius innermost point, TR4 (including
bumper)
44
ft
ft
ft
ft
ft
9
in.
in.
in.
in.
in.
N/A
N/A
33
4
39
9
23
8
Wheel base
Front 279 in.
Rear N/q in.
Overhang, centerline of axle over bumper
Front 8.37 in.
Rear 10.22 in.
Floor
Interior length 34 ft in.
Interior width (excluding coving) 7 ft 3.3 in.
Total standee area (approximately) 60 ft2
Minimum distance between Front F36—] in.
wheelhouses:
Rear 133 in.
16
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Maximum interior floor slope (from
horizontal)
Passenger capacity p
Total maximum seating
Standee capacity
Minimum hip to knee
room
Minimum foot room
Weight
rovided
35
18
27 in.
14 in.
Center N/A in.
[27 deg
Section 9
Engine, main
Manufacturer
Type and weight rating
Model number
Bore
Stroke
Displacement
Compression ratio
Injector type and size
Net SAE horsepower
Net SAE torque
Crankcase oil capacity
New engine, dry
4.21
4.88
409
280
900
CUMMINS
No. of
Front axle
Center axle
Rear axle
Total
people
Left Right Total
Left Right Total
Left Right Total
bus
Empty bus, full
1300
fuel and
11000
20380
31380
fa rebox
Fully seated,
36
full fuel and
12800
23980
36780
fa rebox
Fully loaded
54
standee and
fully seated,
13700
11000
39480
full fuel and
fa rebox
Crush load
81
(1.5x fully
15050
11000
43530
loaded)
GVWR
39600
GAWK
14600
1
1
1
1
1 25000
39600
Engine, main
Manufacturer
Type and weight rating
Model number
Bore
Stroke
Displacement
Compression ratio
Injector type and size
Net SAE horsepower
Net SAE torque
Crankcase oil capacity
New engine, dry
4.21
4.88
409
280
900
CUMMINS
4 CYCLE INLINE DIESEL
ISL 280
in.
in.
in.3
16.5:1
ELECTRONIC
hp at
Ib /ft at
2200
RPM
RPM
1300
[4 ] gal
17
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
New engine, wet
Turbocharger make and model
Maximum speed, no load
Maximum speed, full load
Speed at idle
Speed at fast idle
3 75 1 gal
WASTGATED HX40
2 WO RPM
2 00 RPM
7 0 RPM
1000. RPM
Engine information /graphs to be attached with this form:
Engine speed vs. road speed
Torque vs. engine speed
Horsepower vs. engine speed
Fuel consumption vs. engine speed
Vehicle speed vs. time (both loaded and unloaded)
Vehicle speed vs. grade (both loaded and unloaded)
Acceleration vs. time
Change of acceleration vs. time
Hybrid drive or transmission
Section 9
Manufacturer
ALLISON
Type
AUTOMATIC
Speeds
6
Gear ratios
Forward:
3.49:1
Reverse:
5.03:1
Shift speeds
1st -2nd
10 -22
mph
2nd -3rd
20 -22
mph
3rd -4th
30 -32
mph
4th -5th (if applicable)
40 -42
mph
5th -6th (if applicable)
50 -52
mph
Fuel capacity (including heat exchanger and
filters
26 QTS
Voltage regulator
Manufacturer NIEHOFF
Model A2 -336
Voltage equalizer
Manufacturer
Model
JANNER
30 SERIES 100 AMP
18
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Alternator
Manufacturer
Type
Model
Output at idle
Output at maxis
Maximum warn
Speed at idle (z
Drive type
Section 9
NIEHOFF
RECIPROCATING PISTON -TWIN CYLINDER
28V AIR COOLED
30.4 C
C803
6.5 C
num speed
nted speed
pproximately)
32
amps
amps
rpm
rpm
50
80
20
BELT DRIVEN
Starter motor
Manufacturer
Type
Model
)ELCO REMY
-ID ELECTRIC 24 VOLT
-2MT TYPE 400
Air compressor
Manufacturer
Type
Rated capacity
Capacity at idle
Capacity at ma
(engine)
Maximum warr a
Speed idle
Drive type
CUMMINS (WABCO)
RECIPROCATING PISTON -TWIN CYLINDER
(approximately) 6
30.4 C
CFM
6.5 C
Governor:
Cut -in pressure 110 psi
Cut -out pressure 130 psi
Axles
First
Manufacturer ARVIN MERITOR
Type DEEP DROP
Model number FH946
Gross axle weight rating 146 Ibs
Axle load 146 Ibs
Second
Manufacturer ARVIN MERITOR
19
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Type 71163
Model number SINGLE REDUCTION
Gross axle weight rating 250 Ibs
Axle load 25od Ibs
Third
Manufacturer
Type
Model number
Gross axle weig
Axle load
Axle ratio
Suspension system
Manufacturer
Type:
Section 9
Springs
Joint
Manufacturer
Type
Model number
V/A
V/A
V/A
Wheels and tires
Wheels
Make
Size
Capacity
Material
4CCURIDE (HUB PILOTED)
22.5 X 8.25
7300
STEEL (POWDER COATED)
Tires
Manufacturer MICHELIN
Type XDN2
Size 12R22.5
Load range /air pressure I H/120
20
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Steering, power
Pump
Manufacturer and model
number
Type
Relief pressure
Booster /gear box
Manufacturer and model
number
Type
Ratio
PARKER PGP 330
GEAR DRIVEN
2175 1 psi
FRW / TAS65
POWER INTEGRAL
20.4:1
Section 9
Power steering fluid capacity 2.5 gal
Maximum effort at steering 10 Ibs (unloaded stationary coach on dry asphalt pavement)
wheel
Steering wheel diameter 20 in.
Brakes
Make of fundamental brake system JARVIN MERITOR / MGM
Brake chambers vendor size and part First: 24" 167002
number:
Second: 30" 3436051
Third: N/A
Brake operation effort IS-CAM
Slack adjuster's vendor's type and part numbers
First:
Right:
Left:
Second:
Right:
Left:
Third:
Right:
Left:
Length:
First take -up:
Second take -
up:
Third take -up:
Brake drums /°d °is
First: Manufacturer
Part number
Diameter
CMPC- 15- LTB -RFP
419 -10777
419 -10776
419 -10973
419 -10972
N/A
N/A
5.5 IN
5.5 IN
N/A
ARVIN MERITOR
3219 -Y -5797
16.5 1 in.
21
January 2015
Colorado Mountain
Purchasing Consortium
Second: Manufacturer
Part number
Diameter
Third: Manufacturer
Part number
Diameter
Brake lining manufacturer
Type
Section 9
ARVIN MERITOR
3219 -M -4615
14.5
in.
N/A
N/A
N/A
in.
Brake lining identification
First: Forward
Reverse
Second: Forward
Reverse
Third: Forward
Reverse
Brake linings per shoe
First 2
Second 2
Third N/A
\BEX/TRANSIT
LION- ASBESTOS
697EE
685FF
697EE
685FF
N/A
N/A
Brake lining widths
First 6 in.
Second 10 in.
Third N/A in.
Brake lining lengths
First 8 in.
Second 8 in.
Third N/A in.
Brake lining thickness in.
Brake lining per axle
First 378 sq. in.
Second 553 sq. in.
Third N/A sq. in.
22
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Cooling system
Radiator /charge air cooler
Manufacturer MODINE / MODINE
Type SIDE BY SIDE / SI[
Model number EPR023969002 / E
Number of tubes 276
Tubes outer diameter .076 X .
Fins per inch 10 / 12 fins
Fin thickness 003 / .006 in.
Total cooling and heating system
capacity
Radiator fan speed MODUL
control
Surge tank capacity 2.7 GA
Engine thermostat temperature
setting:
Overheat alarm temperature sen
setting
Shutdown temperature F 235
setting
Air reservoir capacity
Section 9
Supply reservoir
1000
in.3
Primary reservoir
1516
in.3
Secondary reservoir
2095
in.3
Packing reservoir
N/A
in s
Accessory reservoir
1090
in.3
Other reservoir type
N/A
in. s
Heating, ventilation and air conditioning equipment
Heating system capacity 90000 BTU /hr
Air conditioning capacity 101000 BTU
Ventilating capacity 2400 CFM
Compressor
Manufacturer THERMO KING
Model X430
Number of cylinders F48 Drive ratio
23
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Maximum warranted speed 13000 rpm
Operating speed VARIED LOAD rpm (recommended)
Weight 119 Ibs
Oil capacity Dry N/A gal
Wet 18.9 PTS ...,......
Refrigerant: Type R1 34A 18 Ibs
Condenser
Manufacturer ITHERMOKIN G
Model 4112 D76 G01
Number of fins /in. 8
Outer diameter of tube 375 in.
Fin thickness .008 in.
Condenser fan
Manufacturer ITHERMO KING
Model 4639 CO3 G05
Fan diameter 18 in.
Speed maximum 1800 rpm
Flow rate (maximum) 5000 CFM
Receiver
Manufacturer THERMO KING
Model 9874 G82 G01
Capacity 5 1 Ibs
Condenser fan drive motors
Manufacturer THERMO KING
Model 104644
Type BRUSHLESS
Horsepower 1.7 hp
Operating speed 1640 rpm
Evaporator fan drive motors
Manufacturer THERMO KING
Model 104645
Type BRUSHLESS
Horsepower 1.7 hp
Operating speed 1640 rpm
Section 9
24
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Evaporator(s)
Manufacturer ITHERMOKING
Model I THERMO KING
Number of rows 5
Number of fins /in. 9
Outer diameter of tube .375
Fin thickness .008
Number of evaporators 1
Expansion valve
Manufacturer
Model
Filter -drier
Manufacturer
Model
Heater cores
Manufacturer
Model
Capacity
Number of rows
Number of fins/
Outer diameter
Fin thickness
Number of heat
3PORLAN
1082 A30 G34
3PORLAN
1080 A98 G09
Section 9
Floor heater blowers
Front
Rear
Controls
Manufacturer
Model
:;OMAIR ROTRON
12 -1604 ASSEMBLY
THERMO KING
NTELLIGAIRE III
Driver's heater
Manufacturer MOBILE CLIMATE CONTROL
Model 21- 65539 -060
25
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Capacity 62000 Btu /hr
Ventilation system
Type 2% MAKE UP
Coolant heater
Make SPHEROS
Model THERMO 300HA
Capacity 104000 1 Btu
Interior lighting
Manufacturer
Type
Number of fixtures
Size of fixtures
Power pack
Section 9
Doors
Front
Manufacturer of operating
equipment
Type of door
Type of operating equipment
Rear
Manufacturer of operating
equipment
Type of door
Type of operating equipment
Passenger windows
Front
Manufacturer
Model
Type
Number:
Sizes:
Glazing:
VAPOR
>LIDE GLIDE
41R
VAPOR
SWING
\IR OPEN / SPRING CLOSE
DURA
BONDED (HIDDEN FRAME)
UPPER TRANSOM / LOWER FIXED
Side
Rear
15
0
30"
34"
46"
56"
Type
TEMPERED
26
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Thickness
Color of tint
Light transmission
Mirrors
.250"
3REY
i % -18%
Section 9
Seats
Passenger
Manufacturer
Model
Type
Operator
Manufacturer
Model and part
number
Type
Paint
Manufacturer
Type
AMERICAN SEATING
N2003 / 6466
SIGH BACK NON RECLINING
RECARO
=RGO METRO / 8V0.01.2A2.CC11
TRANSIT
DUPONT
:--LITE LOW VOC 2.8
Wheelchair ramp equipment
Manufacturer
Model number
Capacity
Width of platform
Length of platform
System fluid capacity
Type of fluid used
Operating hydraulic
pressure
Hydraulic cylinders:
Size
Type
Manufacturer
Part no.
Model no.
Right side exterior
10" X 11"
2 PC
B &R
N/A
#1011
Left side exterior
10" X 11"
2 PC
B &R
N/A
#1011
Center rearview
8.25" X 16"
FLAT
B &R
N/A
RECTANGULAR
Front entrance area
N/A
N/A
N/A
N/A
N/A
Upper -right corner
6"
CONVEX
B &R
N/A
ROUND
Rear exit area
12"
CONVEX
ROSCO
N/A
ROUND
Seats
Passenger
Manufacturer
Model
Type
Operator
Manufacturer
Model and part
number
Type
Paint
Manufacturer
Type
AMERICAN SEATING
N2003 / 6466
SIGH BACK NON RECLINING
RECARO
=RGO METRO / 8V0.01.2A2.CC11
TRANSIT
DUPONT
:--LITE LOW VOC 2.8
Wheelchair ramp equipment
Manufacturer
Model number
Capacity
Width of platform
Length of platform
System fluid capacity
Type of fluid used
Operating hydraulic
pressure
Hydraulic cylinders:
950
Ibs
30
in.
48
in.
N/A
quarts
N/A
N/A
Size
psi
27
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Wheelchair securement equipment
Manufacturer
Model number
AMERICAN SEATING / Q'STRAINT
4DVANCED RESTRAINT MODULE A.R.M / QRT DELUXE
Destination signs
Manufacturer
Type
UMINATOR
_ED
Character length
Front destination 5.1 in.
Front route N/A in.
Curbside destination 2.4 in.
Rear route N/A in.
Character height
Front destination
Front route
Curbside destination
Rear route
8.0
in.
in.
in.
in.
N/A
2.8
N/A
Number of characters
Front destination 8
Front route N/A
Curbside destination 12
Rear route n/a
Message width
Front destination
Front route
Curbside destination
Rear route
Electrical
Multiplex system
Manufacturer
Model number
Batteries
Manufacturer
64.8 in.
N/A in.
36.3 in.
N/A in.
1/0 CONTROLS
33
DEKA
Section 9
28
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Model number
Type
DP31CS
GROUP 31 / 700 CCA
Communication system
GPS
Manufacturer
Model number
PA system
CLEVER DEVICES
IVN 3
Section 9
Energy storage (hybrid drive)
Type N/A
Number of cells N/A V
Battery pack voltage N/A V
Weight N/A Ibs
Security camera system
Manufacturer
Model number
Number
Amplifier
CLEVER DEVICE
IVN 3
1
Microphone
SHURE
13 -44284
1
Internal speakers
PRO LINE
8 OHM
6
External speaker
MIDWEST
1180
1
Energy storage (hybrid drive)
Type N/A
Number of cells N/A V
Battery pack voltage N/A V
Weight N/A Ibs
Security camera system
Manufacturer
GE SECURITIES (UTC)
Model number
PENTA
Number of cameras
8
Storage capacity
2TB
Bike racks
Manufacturer
Model number
3PORTWORKS
DI-2
Fire detection system
Manufacturer
Model number
Fire detectors
Type (thermal or
optical)
Number of detectors
29
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Automatic voice annunciator system
Manufacturer CLEVER DEVICES
Model and part number IVN 3
Annunciator LED sign
Number of signs
Housing dimensions
Character length
Character height
Character width
GPS antenna
Manufacturer
Model and part number
1
1 LINE 16 CHARACTER
N/A in.
N/A in.
N/A in.
CLEVER DEVICES
VN 3
Automatic passenger counter
Manufacturer
Model and part a
number
Sensortype
INFODEV
VERTICAL DA -400
ELECTRO- OPTICAL
Real -time bus arrival prediction system
Section 9
Electronic tire pressure monitoring system
Manufacturer BENDIX SMART TIRE
Model number N/A
Electronic brake stroke /wear indicator system
Manufacturer N/A
Model number I N/A
NOTE: All information above is accurate to the timeframe upon submission. The Agency reserves
the right to update above data if changes occur, upon consultation with the customer.
30
CMPC- 15- LTB -RFP January 2015
Manufacturer
Model number
Router
N/A
N/A
Cellular modem
N/A
N/A
Charge protection
N/A
N/A
Electronic tire pressure monitoring system
Manufacturer BENDIX SMART TIRE
Model number N/A
Electronic brake stroke /wear indicator system
Manufacturer N/A
Model number I N/A
NOTE: All information above is accurate to the timeframe upon submission. The Agency reserves
the right to update above data if changes occur, upon consultation with the customer.
30
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 5. Vehicle Questionnaire
This form must be completed and included in the Technical Proposal.
Bus manufacturer:
Bus model:
Understructure
manufacturer:
Model number:
Basic Body Construction
Type:
Tubing or frame member thic
Overstructu re
Understructure
Skin thickness and material
Roof
Sidewall
Skirt panel
Front end
Rear end
Dimensions
GENERAL COACH DATA SHEET
GILLIG LLC
29' CNG
HOGAN /IMPERIAL
G27E102N2
EXTRUDED ALIMUMINUM
kness and dimensions
ALUMINUM ASTM 6061 -T6, 6063 -T6 THICKNESS .118 IN
STAINLESS STEEL ASTM A240 UNS THICKNESS .25 IN
FIBERGLASS THICKNESS .12 IN
ALUMINUM THICKNESS .118 IN
ALUMINUM THICKNESS .125 IN
FIBERGLASS THICKNESS .125 IN
FIBERGLASS THICKNESS .125 IN
Overall length Over bumpers
Over body
Overall width Over body excluding mirrors
Over body including mirrors - driving position
Over tires front axles
Over tires center axle
Over tires rear axles
31
ft
ft
ft
ft
ft
ft
ft
9
in.
in.
in.
in.
in.
in.
in.
31
2
101
9
123
7.8
101
9
N/A
N/A
101
Overall height (maximum)
Overall height (main roof line)
Iflft 4.3 in.
ft 5 in.
14
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Angle of approach
Breakover angle
Breakover angle
(rear)
Angle of departure
8.7
deg
deg
deg
deg
14.6
NSA
8.1
Doorway Dimensions Front
Width between door posts
43.38
in
Door width between panels
36.38
in
Clear door width
32.33
in
Doorway height
75
in
Knuckle clearance
1.5
in
Rear
34 in.
30 in.
30.35 in.
77 in.
1.5 in.
Step height from ground measured at center of doorway
Section 9
Front doorway, empty Ramp angle Rear Doorway, empty
Kneeled a. 11.9 in. R1 9.3 deg a. 14.4 in.
Unkneeled b. 15.3 in. R2 13.6 deg b. 15.3 in.
Interior head room (center of aisle)
Front axle location 95 in.
Center axle NSA in.
location
Rear axle location 76.5 in.
Aisle width between transverse in.
seats 23
Floor height above ground (centerline of bus)
At front door 16 in.
At front axle 16 in.
At drive axle 35.74 in.
15
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
At rear door 17.1 in.
Section 9
Minimum ground clearance (between bus and ground, with bus
unkneeled)
Excluding 10.2 in.
axles
Including axles 6.1 in.
Horizontal turning envelope (see diagram below)
Outside body turning radius, TRO (including bumper)
Front inner corner radius, TR1
Front wheel inner turning radius, TR2
Front wheel outer turning radius, TR3
Inside Body Turning Radius innermost point, TR4 (including
bumper)
29
ft
ft
ft
ft
ft
9
in.
in.
in.
in.
in.
N/A
N/A
18
1
25
0
12
3
Wheel base
Front 162.52 in.
Rear N/q in.
Overhang, centerline of axle over bumper
Front 8.36 in.
Rear 9.73 in.
Floor
Interior length 24 ft in.
Interior width (excluding coving) 7 ft 3.3 in.
Total standee area (approximately) 35 ft2
Minimum distance between Front 36 in.
wheelhouses:
Rear 133 in.
16
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Maximum interior floor slope (from
horizontal)
Passenger capacity p
Total maximum seating
Standee capacity
Minimum hip to knee
room
Minimum foot room
Weight
rovided
23
30
33 in.
14 in.
Center N/A in.
[27] deg
Section 9
Engine, main
Manufacturer
Type and weight rating
Model number
Bore
Stroke
Displacement
Compression ratio
Injector type and size
Net SAE horsepower
Net SAE torque
Crankcase oil capacity
New engine, dry
4.49
5.69
543
280
900
CUMMINS
No. of
Front axle
Center axle
Rear axle
Total
people
Left Right Total
Left Right Total
Left Right Total
bus
Empty bus, full
1300
fuel and
8040
18240
26280
fa rebox
Fully seated,
24
full fuel and
9240
20640
29880
fa rebox
Fully loaded
54
standee and
fully seated,
10740
23640
34380
full fuel and
fa rebox
Crush load
81
(1.5x fully
12150
26340
38430
loaded)
GVWR
34500
GAWR
1100C
23500
34500
Engine, main
Manufacturer
Type and weight rating
Model number
Bore
Stroke
Displacement
Compression ratio
Injector type and size
Net SAE horsepower
Net SAE torque
Crankcase oil capacity
New engine, dry
4.49
5.69
543
280
900
CUMMINS
4 CYCLE INLINE NATURAL GAS
ISL -G
in.
in.
in.3
16.5:1
ELECTRONIC
hp at
Ib /ft at
2200
RPM
RPM
1300
[4 ] gal
17
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
New engine, wet
Turbocharger make and model
Maximum speed, no load
Maximum speed, full load
Speed at idle
Speed at fast idle
3.75 1 gal
WASTGATED HX40
2,100 RPM
2200 RPM
7 0 RPM
1 D001 RPM
Engine information /graphs to be attached with this form:
Engine speed vs. road speed
Torque vs. engine speed
Horsepower vs. engine speed
Fuel consumption vs. engine speed
Vehicle speed vs. time (both loaded and unloaded)
Vehicle speed vs. grade (both loaded and unloaded)
Acceleration vs. time
Change of acceleration vs. time
or transmission
Section 9
Manufacturer
ALLISON
Type
AUTOMATIC
Speeds
6
Gear ratios
Forward:
3.49:1
Reverse:
5.03:1
Shift speeds
1st -2nd
10 -22
mph
2nd -3rd
20 -22
mph
3rd -4th
30 -32
mph
4th -5th (if applicable)
40 -42
mph
5th -6th (if applicable)
50 -52
mph
Fuel capacity (including heat exchanger and
filters
26 QTS
Voltage regulator
Manufacturer NIEHOFF
Model A2 -336
Voltage equalizer
Manufacturer
Model
JANNER
30 SERIES 100 AMP
18
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Alternator
Manufacturer
Type
Model
Output at idle
Output at maxis
Maximum warn
Speed at idle (z
Drive type
Section 9
NIEHOFF
RECIPROCATING PISTON - TWIN CYLINDER
(approximately) 6
28V AIR COOLED
CFM
C803
num speed
nted speed
pproximately)
32
amps
amps
rpm
rpm
50
80
20,
BELT DRIVEN
Starter motor
Manufacturer
Type
Model
DELCO REMY
-ID ELECTRIC 24 VOLT
�2MT TYPE 400
Air compressor
Manufacturer
Type
Rated capacity
Capacity at idle
Capacity at ma
(engine)
Maximum warr a
Speed idle
Drive type
CUMMINS (WABCO)
RECIPROCATING PISTON - TWIN CYLINDER
(approximately) 6
30.4 C
CFM
6.5 C
Governor:
Cut -in pressure 110 psi
Cut -out pressure 130 psi
Axles
First
Manufacturer ARVIN MERITOR
Type DEEP DROP
Model number MFS12155
Gross axle weight rating 110 Ibs
Axle load 110 I b s
Second
Manufacturer ARVIN MERITOR
19
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Type IRS23160
Model number ISINGLE REDUCTION
Gross axle weight rating 235 Ibs
Axle load 235d Ibs
Third
Manufacturer
Type
Model number
Gross axle weig
Axle load
Axle ratio
Suspension system
Manufacturer
Type:
Section 9
Springs
Joint
Manufacturer
Type
Model number
\I /A
WA
WA
Wheels and tires
Wheels
Make
Size
Capacity
Material
4CCURIDE (HUB PILOTED)
22.5 X 8.25
7300
STEEL (POWDER COATED)
Tires
Manufacturer MICHELIN
Type XINCITYZ
Size 275/7022.5
Load range /air pressure I J/120
20
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Steering, power
Pump
Manufacturer and model
number
Type
Relief pressure
Booster /gear box
Manufacturer and model
number
Type
Ratio
PARKER PGP 330
GEAR DRIVEN
2175 1 psi
rRW / TAS65
POWER INTEGRAL
20.4:1
Section 9
Power steering fluid capacity 2.5 gal
Maximum effort at steering 10 Ibs (unloaded stationary coach on dry asphalt pavement)
wheel
Steering wheel diameter 20 in.
Brakes
Make of fundamental brake system JARVIN MERITOR / MGM
Brake chambers vendor size and part First: 24" W86 3276 T20
number:
Second: 30" TR- 3030 -HD
Third: I N/A
Brake operation effort IS -CAM
Slack adjuster's vendor's type and part numbers
First:
Right:
Left:
Second:
Right:
Left:
Third:
Right:
Left:
Length:
First take -up:
Second take -
up:
Third take -up:
Brake drums /°d °is
First: Manufacturer
Part number
Diameter
CMPC- 15- LTB -RFP
300 -10042
300 -10041
419 -10636
419 -10636
N/A
N/A
5.5 IN
2.5 IN
N/A
ARVIN MERITOR
85- 123861 -002
15 1 in.
21
January 2015
Colorado Mountain
Purchasing Consortium
Second: Manufacturer
Part number
Diameter
Third: Manufacturer
Part number
Diameter
Brake lining manufacturer
Type
Section 9
ARVIN MERITOR
66864B
16.5
in.
N/A
N/A
N/A
in.
Brake lining identification
First: Forward
Reverse
Second: Forward
Reverse
Third: Forward
Reverse
Brake linings per shoe
First 2
Second 2
Third N/A
\BEX /TRANSIT
VON - ASBESTOS
697EE
685FF
697EE
685FF
N/A
N/A
Brake lining widths
First 6 in.
Second 7 in.
Third N/A in.
Brake lining lengths
First 8 in.
Second 8 in.
Third N/A in.
Brake lining thickness .75 in.
Brake lining per axle
First 340 sq. in.
Second 440 sq. in.
Third N/A sq. in.
22
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Cooling system
Radiator /charge air cooler
Manufacturer MODINE / MODIP
Type SIDE BY SIDE /
Model number EPR023969002 /
Number of tubes 276
Tubes outer diameter .076 X
Fins per inch 10 / 12 fins
Fin thickness 003 / .006 in.
Total cooling and heating system
capacity
Radiator fan speed MODUI
control
Surge tank capacity 2.7 GA
Engine thermostat temperature Initial opening (fully
setting: closed)
Fully open
Overheat alarm temperature sending unit [215] OF
setting
Shutdown temperature F, ^,— ] °F
setting
Air reservoir capacity
Supply reservoir
1000
in.3
Primary reservoir
1516
in.3
Secondary reservoir
2095
in. s
Packing reservoir
N/A
in. s
Accessory reservoir
1090
in.3
Other reservoir type
N/A
in. s
Heating, ventilation and air conditioning equipment
Heating system capacity 90000 BTU /hr
Air conditioning capacity 101000 BTU
Ventilating capacity 2400 CFM
Compressor
Manufacturer THERMO KING
Model X430
Number of cylinders F48 Drive ratio
Section 9
23
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Maximum warranted speed 13000 rpm
Operating speed VARIED LOAD rpm (recommended)
Weight 119 Ibs
Oil capacity Dry NSA gal
Wet 18.9 PTS ...,......
Refrigerant: Type R134A 18 Ibs
Condenser
Manufacturer ITHERMO KING
Model 4112 D76 G01
Number of fins /in. 8
Outer diameter of tube 375 in.
Fin thickness .008 in.
Condenser fan
Manufacturer ITHERMO KING
Model 4639 CO3 G05
Fan diameter 18 in.
Speed maximum 1800 rpm
Flow rate (maximum) 5000 CFM
Receiver
Manufacturer THERMO KING
Model 9874 G82 G01
Capacity 5 1 Ibs
Condenser fan drive motors
Manufacturer THERMO KING
Model 104644
Type BRUSHLESS
Horsepower 1.7 hp
Operating speed 1640 rpm
Evaporator fan drive motors
Manufacturer THERMO KING
Model 104645
Type BRUSHLESS
Horsepower 1.7 hp
Operating speed 1640 rpm
Section 9
24
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Evaporator(s)
Manufacturer ITHERMOKING
Model I THERMO KING
Number of rows 5
Number of fins /in. 9
Outer diameter of tube .375
Fin thickness .008
Number of evaporators 1
Expansion valve
Manufacturer
Model
Filter -drier
Manufacturer
Model
3PORLAN
1082 A30 G34
3PORLAN
1080 A98 G09
Heater cores
Manufacturer ITHERMO KING
Model 14112 D74 G01
Capacity 90000 Btu /hr
Number of rows 2
Number of fins /in. 8
Outer diameter of tube .375 in.
Fin thickness 008 in.
Number of heater cores I 1
Floor heater blowers
Front
Rear
Controls
Manufacturer
Model
:,OMAIR ROTRON
12 -1604 ASSEMBLY
THERMO KING
NTELLIGAIRE III
Driver's heater
Manufacturer MOBILE CLIMATE CONTROL
Model 21- 65539 -060
Section 9
25
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Capacity 62000 Btu /hr
Ventilation system
Type 2% MAKE UP
Coolant heater
Make N/A
Model N/A
Capacity N/A Btu
Interior lighting
Manufacturer
Type
Number of fixtures
Size of fixtures
Power pack
Section 9
Doors
Front
Manufacturer of operating
equipment
Type of door
Type of operating equipment
Rear
Manufacturer of operating
equipment
Type of door
Type of operating equipment
Passenger windows
Front
Manufacturer
Model
Type
Number:
Sizes:
Glazing:
VAPOR
SLIDE GLIDE
kIR
/APOR
SWING
NIR OPEN / SPRING CLOSE
DURA
BONDED (HIDDEN FRAME)
UPPER TRANSOM / LOWER FIXED
Side
Rear
10
0
30"
34"
46"
56"
Type
TEMPERED
26
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Thickness
Color of tint
Light transmission
Mirrors
.250"
3REY
3 % -18%
Section 9
Seats
Passenger
Manufacturer
Model
Type
Operator
Manufacturer
Model and part
number
Type
Paint
Manufacturer
Type
AMERICAN SEATING
N2003 / 6466
-iIGH BACK NON RECLINING
RECARO
=RGO METRO / 8V0.01.2A2.CC11
TRANSIT
DUPONT
=LITE LOW VOC 2.8
Wheelchair ramp equipment
Manufacturer
Model number
Capacity
Width of platform
Length of platform
System fluid capacity
Type of fluid used
Operating hydraulic
pressure
Hydraulic cylinders:
Size
Type
Manufacturer
Part no.
Model no.
Right side exterior
10" X 11"
2 PC
B &R
N/A
#1011
Left side exterior
10" X 11"
2 PC
B &R
N/A
#1011
Center rearview
8.25" X 16"
FLAT
B &R
N/A
RECTANGULA
Front entrance area
N/A
N/A
N/A
N/A
N/A
Upper -right corner
6"
CONVEX
B &R
N/A
ROUND
Rear exit area
12"
CONVEX
ROSCO
N/A
ROUND
Seats
Passenger
Manufacturer
Model
Type
Operator
Manufacturer
Model and part
number
Type
Paint
Manufacturer
Type
AMERICAN SEATING
N2003 / 6466
-iIGH BACK NON RECLINING
RECARO
=RGO METRO / 8V0.01.2A2.CC11
TRANSIT
DUPONT
=LITE LOW VOC 2.8
Wheelchair ramp equipment
Manufacturer
Model number
Capacity
Width of platform
Length of platform
System fluid capacity
Type of fluid used
Operating hydraulic
pressure
Hydraulic cylinders:
950
Ibs
30
in.
48
in.
N/A
quarts
N/A
N/A
Size
psi
27
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Wheelchair securement equipment
Manufacturer
Model number
Section 9
AMERICAN SEATING / Q'STRAINT
ADVANCED RESTRAINT MODULE A.R.M, FLOOR POCKET / QRT DELUXE
Destination signs
Manufacturer
Type
.UMINATOR
LED
Character length
Front destination 5.1 in.
Front route N/A in.
Curbside destination 2.4 in.
Rear route N/A in.
Character height
Front destination
Front route
Curbside destination
Rear route
8.0
in.
in.
in.
in.
N/A
2.8
N/A
Number of characters
Front destination 8
Front route N/A
Curbside destination 12
Rear route n/a
Message width
Front destination
Front route
Curbside destination
Rear route
Electrical
Multiplex system
Manufacturer
Model number
Batteries
Manufacturer
64.8 in.
N/A in.
36.3 in.
N/A in.
1/0 CONTROLS
33
DEKA
28
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Model number
Type
DP31 CS
GROUP 31 / 700 CCA
Communication system
GPS
Manufacturer
Model number
PA system
CLEVER DEVICES
IVN 3
Section 9
Energy storage (hybrid drive)
Type N/A
Number of cells N/A V
Battery pack voltage N/A V
Weight N/A Ibs
Security camera system
Manufacturer
Model number
Number
Amplifier
CLEVER DEVICE
IVN 3
1
Microphone
SHURE
13 -44284
1
Internal speakers
PRO LINE
8 OHM
4
External speaker
MIDWEST
1180
1
Energy storage (hybrid drive)
Type N/A
Number of cells N/A V
Battery pack voltage N/A V
Weight N/A Ibs
Security camera system
Manufacturer
GE SECURITIES (UTC)
Model number
PENTA
Number of cameras
8
Storage capacity
2TB
Bike racks
Manufacturer
Model number
3PORTWORKS
DI-2
Fire detection system
Manufacturer
Model number
Fire detectors
Type (thermal or
optical)
Number of detectors
29
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Automatic voice annunciator system
Manufacturer CLEVER DEVICES
Model and part number IVN 3
Annunciator LED sign
Number of signs
Housing dimensions
Character length
Character height
Character width
GPS antenna
Manufacturer
Model and part number
1 1
1 LINE 16 CHARACTER
N/A in.
N/A in
N/A in.
CLEVER DEVICES
VN 3
Automatic passenger counter
Manufacturer
Model and part a
number
Sensortype
INFODEV
VERTICAL DA -400
ELECTRO- OPTICAL
Real -time bus arrival prediction system
Section 9
Electronic tire pressure monitoring system
Manufacturer IBENDIX SMART TIRE
Model number N/A
Electronic brake stroke /wear indicator system
Manufacturer N/A
Model number I N/A
NOTE: All information above is accurate to the timeframe upon submission. The Agency reserves
the right to update above data if changes occur, upon consultation with the customer.
30
CMPC- 15- LTB -RFP January 2015
Manufacturer
Model number
Router
N/A
N/A
Cellular modem
N/A
N/A
Charge protection
N/A
N/A
Electronic tire pressure monitoring system
Manufacturer IBENDIX SMART TIRE
Model number N/A
Electronic brake stroke /wear indicator system
Manufacturer N/A
Model number I N/A
NOTE: All information above is accurate to the timeframe upon submission. The Agency reserves
the right to update above data if changes occur, upon consultation with the customer.
30
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 5. Vehicle Questionnaire
This form must be completed and included in the Technical Proposal.
Bus manufacturer:
Bus model:
Understructure
manufacturer:
Model number:
Basic Body Construction
Type:
Tubing or frame member thic
Overstructu re
Understructure
Skin thickness and material
Roof
Sidewall
Skirt panel
Front end
Rear end
Dimensions
GENERAL COACH DATA SHEET
GILLIG LLC
35' CNG
HOGAN /IMPERIAL
G27B102N4
EXTRUDED ALIMUMINUM
kness and dimensions
ALUMINUM ASTM 6061 -T6, 6063 -T6 THICKNESS .118 IN
STAINLESS STEEL ASTM A240 UNS THICKNESS .25 IN
FIBERGLASS THICKNESS .12 IN
ALUMINUM THICKNESS .118 IN
ALUMINUM THICKNESS .125 IN
FIBERGLASS THICKNESS .125 IN
FIBERGLASS THICKNESS .125 IN
Overall length Over bumpers
Over body
Overall width Over body excluding mirrors
Over body including mirrors - driving position
Over tires front axles
Over tires center axle
Over tires rear axles
42
ft
ft
ft
ft
ft
ft
ft
0
in.
in.
in.
in.
in.
in.
in.
41
4.5
101
9
123
7.8
101
9
N/A
N/A
101
Overall height (maximum)
Overall height (main roof line)
[in. 1 ft .03
9 ft 6 in.
14
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Angle of approach
Breakover angle
Breakover angle
(rear)
Angle of departure
8.5
deg
deg
deg
deg
12.8
N/A
8.9
Doorway Dimensions Front
Width between door posts
43.38
in
Door width between panels
36.38
in
Clear door width
32.33
in
Doorway height
75
in
Knuckle clearance
1.5
in
Rear
34 in.
30 in.
30.35 in.
77 in.
1.5 in.
Step height from ground measured at center of doorway
Section 9
Front doorway, empty Ramp angle Rear Doorway, empty
Kneeled a. 11.9 in. R1 9.3 deg a. 14.4 in.
Unkneeled b. 15.3 in. R2 13.6 deg b. 15.3 in.
Interior head room (center of aisle)
Front axle location 95 in.
Center axle N/A in.
location
Rear axle location 76.5 in.
Aisle width between transverse in.
seats 23
Floor height above ground (centerline of bus)
At front door 16 in.
At front axle 16 in.
At drive axle 35.74 in.
15
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
At rear door 17.1 in.
Section 9
Minimum ground clearance (between bus and ground, with bus
unkneeled)
Excluding 13 in.
axles
Including axles 8 in.
Horizontal turning envelope (see diagram below)
Outside body turning radius, TRO (including bumper)
Front inner corner radius, TR1
Front wheel inner turning radius, TR2
Front wheel outer turning radius, TR3
Inside Body Turning Radius innermost point, TR4 (including
bumper)
37
ft
ft
ft
ft
ft
9
in.
in.
in.
in.
in.
N/A
N/A
26
7
32
11
18
2
Wheel base
Front 230 in.
Rear N/q in.
Overhang, centerline of axle over bumper
Front 8.37 in.
Rear 10.22 in.
Floor
Interior length 29 ft in.
Interior width (excluding coving) 7 ft 3.3 in.
Total standee area (approximately) 50 ft2
Minimum distance between Front 36 in.
wheelhouses:
Rear 133 in.
16
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Maximum interior floor slope (from
horizontal)
Passenger capacity p
Total maximum seating
Standee capacity
Minimum hip to knee
room
Minimum foot room
Weight
rovided
31
49
26.8 in.
14 in.
Center N/A in.
[27 deg
Section 9
Engine, main
Manufacturer
Type and weight rating
Model number
Bore
Stroke
Displacement
Compression ratio
Injector type and size
Net SAE horsepower
Net SAE torque
Crankcase oil capacity
New engine, dry
4.49
5.69
546
280
900
CUMMINS
No. of
Front axle
Center axle
Rear axle
Total
people
Left Right Total
Left Right Total
Left Right Total
bus
Empty bus, full
1300
fuel and
9940
19500
29440
fa rebox
Fully seated,
32
full fuel and
11540
22700
34240
fa rebox
Fully loaded
81
standee and
fully seated,
13990
27600
41590
full fuel and
fa rebox
Crush load
121.5
(1.5x fully
16015
31650
47665
loaded)
GVWR
14600
GAWK
14600
1
1
1
1
1 27000
41600
Engine, main
Manufacturer
Type and weight rating
Model number
Bore
Stroke
Displacement
Compression ratio
Injector type and size
Net SAE horsepower
Net SAE torque
Crankcase oil capacity
New engine, dry
4.49
5.69
546
280
900
CUMMINS
4 CYCLE INLINE NATURAL GAS
ISL -G
in.
in.
in.3
16.5:1
ELECTRONIC
hp at
Ib /ft at
2200
RPM
RPM
1300
[4 ] gal
17
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
New engine, wet
Turbocharger make and model
Maximum speed, no load
Maximum speed, full load
Speed at idle
Speed at fast idle
Section 9
3 75
1 gal
WASTGATED HX40
2 10C
RPM
2 20C
RPM
7 0
RPM
ilood
RPM
Engine information /graphs to be attached with this form:
Engine speed vs. road speed
Torque vs. engine speed
Horsepower vs. engine speed
Fuel consumption vs. engine speed
Vehicle speed vs. time (both loaded and unloaded)
Vehicle speed vs. grade (both loaded and unloaded)
Acceleration vs. time
Change of acceleration vs. time
transmission
Manufacturer
ALLISON
Type
AUTOMATIC
Speeds
6
Gear ratios
Forward:
3.49:1
Reverse:
5.03:1
Shift speeds
1st -2nd
10 -22
mph
2nd -3rd
20 -22
mph
3rd -4th
30 -32
mph
4th -5th (if applicable)
40 -42
mph
5th -6th (if applicable)
50 -52
mph
Fuel capacity (including heat exchanger and
filters
26 QTS
Voltage regulator
Manufacturer NIEHOFF
Model A2 -336
Voltage equalizer
Manufacturer
Model
JANNER
30 SERIES 100 AMP
18
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Alternator
Manufacturer
Type
Model
Output at idle
Output at maxis
Maximum warn
Speed at idle (z
Drive type
Section 9
NIEHOFF
RECIPROCATING PISTON -TWIN CYLINDER
28V AIR COOLED
30.4 C
C803
6.5 C
num speed
nted speed
pproximately)
32
amps
amps
rpm
rpm
50
80
20
BELT DRIVEN
Starter motor
Manufacturer
Type
Model
)ELCO REMY
-ID ELECTRIC 24 VOLT
-2MT TYPE 400
Air compressor
Manufacturer
Type
Rated capacity
Capacity at idle
Capacity at ma
(engine)
Maximum warr a
Speed idle
Drive type
CUMMINS (WABCO)
RECIPROCATING PISTON -TWIN CYLINDER
(approximately) 6
30.4 C
CFM
6.5 C
Governor:
Cut -in pressure 110 psi
Cut -out pressure 130 psi
Axles
First
Manufacturer ARVIN MERITOR
Type DEEP DROP
Model number FH946
Gross axle weight rating 146 Ibs
Axle load 146 Ibs
Second
Manufacturer ARVIN MERITOR
19
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Type 71163
Model number SINGLE REDUCTION
Gross axle weight rating 270 Ibs
Axle load 27od Ibs
Third
Manufacturer
Type
Model number
Gross axle weig
Axle load
Axle ratio
Suspension system
Manufacturer
Type:
Section 9
Springs
Joint
Manufacturer
Type
Model number
V/A
V/A
V/A
Wheels and tires
Wheels
Make
Size
Capacity
Material
4CCURIDE (HUB PILOTED)
22.5 X 8.25
7300
STEEL (POWDER COATED)
Tires
Manufacturer MICHELIN
Type XDN2
Size 12R22.5
Load range /air pressure I H/120
20
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Steering, power
Pump
Manufacturer and model
number
Type
Relief pressure
Booster /gear box
Manufacturer and model
number
Type
Ratio
PARKER PGP 330
GEAR DRIVEN
2175 1 psi
FRW / TAS65
POWER INTEGRAL
20.4:1
Section 9
Power steering fluid capacity 2.5 gal
Maximum effort at steering 10 Ibs (unloaded stationary coach on dry asphalt pavement)
wheel
Steering wheel diameter 20 in.
Brakes
Make of fundamental brake system JARVIN MERITOR / MGM
Brake chambers vendor size and part First: 24" 167002
number:
Second: 30" TR- 3030 -HD
Third: N/A
Brake operation effort IS-CAM
Slack adjuster's vendor's type and part numbers
First:
Right:
Left:
Second:
Right:
Left:
Third:
Right:
Left:
Length:
First take -up:
Second take -
up:
Third take -up:
Brake drums /°d °is
First: Manufacturer
Part number
Diameter
CMPC- 15- LTB -RFP
419 -10777
419 -10776
419 -10973
419 -10972
N/A
N/A
5.5 IN
5.5 IN
N/A
ARVIN MERITOR
3219 -Y -5797
16.5 1 in.
21
January 2015
Colorado Mountain
Purchasing Consortium
Second: Manufacturer
Part number
Diameter
Third: Manufacturer
Part number
Diameter
Brake lining manufacturer
Type
Section 9
ARVIN MERITOR
3219 -M -4615
14.5
in.
N/A
N/A
N/A
in.
Brake lining identification
First: Forward
Reverse
Second: Forward
Reverse
Third: Forward
Reverse
Brake linings per shoe
First 2
Second 2
Third N/A
\BEX/TRANSIT
LION- ASBESTOS
697EE
685FF
697EE
685FF
N/A
N/A
Brake lining widths
First 6 in.
Second 10 in.
Third N/A in.
Brake lining lengths
First 8 in.
Second 8 in.
Third N/A in.
Brake lining thickness in.
Brake lining per axle
First 378 sq. in.
Second 553 sq. in.
Third N/A sq. in.
22
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Cooling system
Radiator /charge air cooler
Manufacturer MODINE / MODINE
Type SIDE BY SIDE / SI[
Model number EPR023969002 / E
Number of tubes 276
Tubes outer diameter .076 X .
Fins per inch 10 / 12 fins
Fin thickness 003 / .006 in.
Total cooling and heating system
capacity
Radiator fan speed MODUL
control
Surge tank capacity 2.7 GA
Engine thermostat temperature
setting:
Overheat alarm temperature sen
setting
Shutdown temperature F 235
setting
Air reservoir capacity
Section 9
Supply reservoir
1000
in.3
Primary reservoir
1516
in.3
Secondary reservoir
2095
in.3
Packing reservoir
N/A
in s
Accessory reservoir
1090
in.3
Other reservoir type
N/A
in. s
Heating, ventilation and air conditioning equipment
Heating system capacity 90000 BTU /hr
Air conditioning capacity 101000 BTU
Ventilating capacity 2400 CFM
Compressor
Manufacturer THERMO KING
Model X430
Number of cylinders F48 Drive ratio
23
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Maximum warranted speed 13000 rpm
Operating speed VARIED LOAD rpm (recommended)
Weight 119 Ibs
Oil capacity Dry N/A gal
Wet 18.9 PTS ...,......
Refrigerant: Type R1 34A 18 Ibs
Condenser
Manufacturer ITHERMOKIN G
Model 4112 D76 G01
Number of fins /in. 8
Outer diameter of tube 375 in.
Fin thickness .008 in.
Condenser fan
Manufacturer ITHERMO KING
Model 4639 CO3 G05
Fan diameter 18 in.
Speed maximum 1800 rpm
Flow rate (maximum) 5000 CFM
Receiver
Manufacturer THERMO KING
Model 9874 G82 G01
Capacity 5 1 Ibs
Condenser fan drive motors
Manufacturer THERMO KING
Model 104644
Type BRUSHLESS
Horsepower 1.7 hp
Operating speed 1640 rpm
Evaporator fan drive motors
Manufacturer THERMO KING
Model 104645
Type BRUSHLESS
Horsepower 1.7 hp
Operating speed 1640 rpm
Section 9
24
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Evaporator(s)
Manufacturer ITHERMOKING
Model I THERMO KING
Number of rows 5
Number of fins /in. 9
Outer diameter of tube .375
Fin thickness .008
Number of evaporators 1
Expansion valve
Manufacturer
Model
Filter -drier
Manufacturer
Model
Heater cores
Manufacturer
Model
Capacity
Number of rows
Number of fins/
Outer diameter
Fin thickness
Number of heat
3PORLAN
1082 A30 G34
3PORLAN
1080 A98 G09
Section 9
Floor heater blowers
Front
Rear
Controls
Manufacturer
Model
:;OMAIR ROTRON
12 -1604 ASSEMBLY
THERMO KING
NTELLIGAIRE III
Driver's heater
Manufacturer MOBILE CLIMATE CONTROL
Model 21- 65539 -060
25
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Capacity 62000 Btu /hr
Ventilation system
Type 2% MAKE UP
Coolant heater
Make N/A
Model N/A
Capacity N/A Btu
Interior lighting
Manufacturer
Type
Number of fixtures
Size of fixtures
Power pack
Section 9
Doors
Front
Manufacturer of operating
equipment
Type of door
Type of operating equipment
Rear
Manufacturer of operating
equipment
Type of door
Type of operating equipment
Passenger windows
Front
Manufacturer
Model
Type
Number:
Sizes:
Glazing:
VAPOR
>LIDE GLIDE
41R
VAPOR
SWING
\IR OPEN / SPRING CLOSE
DURA
BONDED (HIDDEN FRAME)
UPPER TRANSOM / LOWER FIXED
Side
Rear
13
0
30"
34"
46"
56"
Type
TEMPERED
26
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Thickness
Color of tint
Light transmission
Mirrors
.250"
3REY
i % -18%
Section 9
Seats
Passenger
Manufacturer
Model
Type
Operator
Manufacturer
Model and part
number
Type
Paint
Manufacturer
Type
AMERICAN SEATING
N2003 / 6466
SIGH BACK NON RECLINING
RECARO
=RGO METRO / 8V0.01.2A2.CC11
TRANSIT
DUPONT
:--LITE LOW VOC 2.8
Wheelchair ramp equipment
Manufacturer
Model number
Capacity
Width of platform
Length of platform
System fluid capacity
Type of fluid used
Operating hydraulic
pressure
Hydraulic cylinders:
Size
Type
Manufacturer
Part no.
Model no.
Right side exterior
10" X 11"
2 PC
B &R
N/A
#1011
Left side exterior
10" X 11"
2 PC
B &R
N/A
#1011
Center rearview
8.25" X 16"
FLAT
B &R
N/A
RECTANGULAR
Front entrance area
N/A
N/A
N/A
N/A
N/A
Upper -right corner
6"
CONVEX
B &R
N/A
ROUND
Rear exit area
12"
CONVEX
ROSCO
N/A
ROUND
Seats
Passenger
Manufacturer
Model
Type
Operator
Manufacturer
Model and part
number
Type
Paint
Manufacturer
Type
AMERICAN SEATING
N2003 / 6466
SIGH BACK NON RECLINING
RECARO
=RGO METRO / 8V0.01.2A2.CC11
TRANSIT
DUPONT
:--LITE LOW VOC 2.8
Wheelchair ramp equipment
Manufacturer
Model number
Capacity
Width of platform
Length of platform
System fluid capacity
Type of fluid used
Operating hydraulic
pressure
Hydraulic cylinders:
950
Ibs
30
in.
48
in.
N/A
quarts
N/A
N/A
Size
psi
27
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Wheelchair securement equipment
Manufacturer
Model number
AMERICAN SEATING / Q'STRAINT
4DVANCED RESTRAINT MODULE A.R.M / QRT DELUXE
Destination signs
Manufacturer
Type
UMINATOR
_ED
Character length
Front destination 5.1 in.
Front route N/A in.
Curbside destination 2.4 in.
Rear route N/A in.
Character height
Front destination
Front route
Curbside destination
Rear route
8.0
in.
in.
in.
in.
N/A
2.8
N/A
Number of characters
Front destination 8
Front route N/A
Curbside destination 12
Rear route n/a
Message width
Front destination
Front route
Curbside destination
Rear route
Electrical
Multiplex system
Manufacturer
Model number
Batteries
Manufacturer
64.8 in.
N/A in.
36.3 in.
N/A in.
1/0 CONTROLS
33
DEKA
Section 9
28
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Model number
Type
DP31CS
GROUP 31 / 700 CCA
Communication system
GPS
Manufacturer
Model number
PA system
CLEVER DEVICES
IVN 3
Section 9
Energy storage (hybrid drive)
Type N/A
Number of cells N/A V
Battery pack voltage N/A V
Weight N/A Ibs
Security camera system
Manufacturer
Model number
Number
Amplifier
CLEVER DEVICE
IVN 3
1
Microphone
SHURE
13 -44284
1
Internal speakers
PRO LINE
8 OHM
6
External speaker
MIDWEST
1180
1
Energy storage (hybrid drive)
Type N/A
Number of cells N/A V
Battery pack voltage N/A V
Weight N/A Ibs
Security camera system
Manufacturer
GE SECURITIES (UTC)
Model number
PENTA
Number of cameras
8
Storage capacity
2TB
Bike racks
Manufacturer
Model number
3PORTWORKS
DI-2
Fire detection system
Manufacturer
Model number
Fire detectors
Type (thermal or
optical)
Number of detectors
29
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Automatic voice annunciator system
Manufacturer CLEVER DEVICES
Model and part number IVN 3
Annunciator LED sign
Number of signs
Housing dimensions
Character length
Character height
Character width
GPS antenna
Manufacturer
Model and part number
1
1 LINE 16 CHARACTER
N/A in.
N/A in.
N/A in.
CLEVER DEVICES
VN 3
Automatic passenger counter
Manufacturer
Model and part a
number
Sensortype
INFODEV
VERTICAL DA -400
ELECTRO- OPTICAL
Real -time bus arrival prediction system
Section 9
Electronic tire pressure monitoring system
Manufacturer BENDIX SMART TIRE
Model number N/A
Electronic brake stroke /wear indicator system
Manufacturer N/A
Model number I N/A
NOTE: All information above is accurate to the timeframe upon submission. The Agency reserves
the right to update above data if changes occur, upon consultation with the customer.
30
CMPC- 15- LTB -RFP January 2015
Manufacturer
Model number
Router
N/A
N/A
Cellular modem
N/A
N/A
Charge protection
N/A
N/A
Electronic tire pressure monitoring system
Manufacturer BENDIX SMART TIRE
Model number N/A
Electronic brake stroke /wear indicator system
Manufacturer N/A
Model number I N/A
NOTE: All information above is accurate to the timeframe upon submission. The Agency reserves
the right to update above data if changes occur, upon consultation with the customer.
30
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 5. Vehicle Questionnaire
This form must be completed and included in the Technical Proposal.
Bus manufacturer:
Bus model:
Understructure
manufacturer:
Model number:
Basic Body Construction
Type:
Tubing or frame member thic
Overstructu re
Understructure
Skin thickness and material
Roof
Sidewall
Skirt panel
Front end
Rear end
Dimensions
GENERAL COACH DATA SHEET
GILLIG LLC
40' CNG
HOGAN /IMPERIAL
G27D102N4
EXTRUDED ALIMUMINUM
kness and dimensions
ALUMINUM ASTM 6061 -T6, 6063 -T6 THICKNESS .118 IN
STAINLESS STEEL ASTM A240 UNS THICKNESS .25 IN
FIBERGLASS THICKNESS .12 IN
ALUMINUM THICKNESS .118 IN
ALUMINUM THICKNESS .125 IN
FIBERGLASS THICKNESS .125 IN
FIBERGLASS THICKNESS .125 IN
Overall length Over bumpers
Over body
Overall width Over body excluding mirrors
Over body including mirrors - driving position
Over tires front axles
Over tires center axle
Over tires rear axles
42
ft
ft
ft
ft
ft
ft
ft
0
in.
in.
in.
in.
in.
in.
in.
41
4.5
101
9
123
7.8
101
9
N/A
N/A
101
Overall height (maximum)
Overall height (main roof line)
lin. 1 ft .04
9 ft 6 in.
14
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Angle of approach
Breakover angle
Breakover angle
(rear)
Angle of departure
8.6
deg
deg
deg
deg
10.7
N/A
8.8
Doorway Dimensions Front
Width between door posts
43.38
in
Door width between panels
36.38
in
Clear door width
32.33
in
Doorway height
75
in
Knuckle clearance
1.5
in
Rear
34 in.
30 in.
30.35 in.
77 in.
1.5 in.
Step height from ground measured at center of doorway
Section 9
Front doorway, empty Ramp angle Rear Doorway, empty
Kneeled a. 11.9 in. R1 9.3 deg a. 14.4 in.
Unkneeled b. 15.3 in. R2 13.6 deg b. 15.3 in.
Interior head room (center of aisle)
Front axle location 95 in.
Center axle N/A in.
location
Rear axle location 76.5 in.
Aisle width between transverse in.
seats 23
Floor height above ground (centerline of bus)
At front door 16 in.
At front axle 16 in.
At drive axle 35.74 in.
15
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
At rear door 17.1 in.
Section 9
Minimum ground clearance (between bus and ground, with bus
unkneeled)
Excluding 13 in.
axles
Including axles 8 in.
Horizontal turning envelope (see diagram below)
Outside body turning radius, TRO (including bumper)
Front inner corner radius, TR1
Front wheel inner turning radius, TR2
Front wheel outer turning radius, TR3
Inside Body Turning Radius innermost point, TR4 (including
bumper)
44
ft
ft
ft
ft
ft
9
in.
in.
in.
in.
in.
N/A
N/A
33
4
39
9
23
8
Wheel base
Front 279 in.
Rear N/q in.
Overhang, centerline of axle over bumper
Front 8.37 in.
Rear 10.22 in.
Floor
Interior length 34 ft in.
Interior width (excluding coving) 7 ft 3.3 in.
Total standee area (approximately) 60 ft2
Minimum distance between Front F36—] in.
wheelhouses:
Rear 133 in.
16
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Maximum interior floor slope (from
horizontal)
Passenger capacity p
Total maximum seating
Standee capacity
Minimum hip to knee
room
Minimum foot room
Weight
rovided
35
40
27 in.
14 in.
Center N/A in.
[27 deg
Section 9
Engine, main
Manufacturer
Type and weight rating
Model number
Bore
Stroke
Displacement
Compression ratio
Injector type and size
Net SAE horsepower
Net SAE torque
Crankcase oil capacity
New engine, dry
4.49
5.69
546
280
900
CUMMINS
No. of
Front axle
Center axle
Rear axle
Total
people
Left Right Total
Left Right Total
Left Right Total
bus
Empty bus, full
1300
fuel and
10280
19880
30160
fa rebox
Fully seated,
36
full fuel and
12080
23480
35560
fa rebox
Fully loaded
76
standee and
fully seated,
14080
27480
41560
full fuel and
fa rebox
Crush load
114
(1.5x fully
15980
31280
47260
loaded)
GVWR
41600
GAWK
14600
1
1
1
1
1 27000
41600
Engine, main
Manufacturer
Type and weight rating
Model number
Bore
Stroke
Displacement
Compression ratio
Injector type and size
Net SAE horsepower
Net SAE torque
Crankcase oil capacity
New engine, dry
4.49
5.69
546
280
900
CUMMINS
4 CYCLE INLINE NATURAL GAS
ISL -G
in.
in.
in.3
16.5:1
ELECTRONIC
hp at
Ib /ft at
2200
RPM
RPM
1300
[4 ] gal
17
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
New engine, wet
Turbocharger make and model
Maximum speed, no load
Maximum speed, full load
Speed at idle
Speed at fast idle
3 75 1 gal
WASTGATED HX40
2 WO RPM
2 00 RPM
7 0 RPM
1DOCI RPM
Engine information /graphs to be attached with this form:
Engine speed vs. road speed
Torque vs. engine speed
Horsepower vs. engine speed
Fuel consumption vs. engine speed
Vehicle speed vs. time (both loaded and unloaded)
Vehicle speed vs. grade (both loaded and unloaded)
Acceleration vs. time
Change of acceleration vs. time
Hybrid drive or transmission
Section 9
Manufacturer
ALLISON
Type
AUTOMATIC
Speeds
6
Gear ratios
Forward:
3.49:1
Reverse:
5.03:1
Shift speeds
1st -2nd
10 -22
mph
2nd -3rd
20 -22
mph
3rd -4th
30 -32
mph
4th -5th (if applicable)
40 -42
mph
5th -6th (if applicable)
50 -52
mph
Fuel capacity (including heat exchanger and
filters
26 QTS
Voltage regulator
Manufacturer NIEHOFF
Model A2 -336
Voltage equalizer
Manufacturer
Model
JANNER
30 SERIES 100 AMP
18
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Alternator
Manufacturer
Type
Model
Output at idle
Output at maxis
Maximum warn
Speed at idle (z
Drive type
Section 9
NIEHOFF
RECIPROCATING PISTON -TWIN CYLINDER
28V AIR COOLED
30.4 C
C803
6.5 C
num speed
nted speed
pproximately)
32
amps
amps
rpm
rpm
50
80
20
BELT DRIVEN
Starter motor
Manufacturer
Type
Model
)ELCO REMY
-ID ELECTRIC 24 VOLT
-2MT TYPE 400
Air compressor
Manufacturer
Type
Rated capacity
Capacity at idle
Capacity at ma
(engine)
Maximum warr a
Speed idle
Drive type
CUMMINS (WABCO)
RECIPROCATING PISTON -TWIN CYLINDER
(approximately) 6
30.4 C
CFM
6.5 C
Governor:
Cut -in pressure 110 psi
Cut -out pressure 130 psi
Axles
First
Manufacturer ARVIN MERITOR
Type DEEP DROP
Model number FH946
Gross axle weight rating 146 Ibs
Axle load 146 Ibs
Second
Manufacturer ARVIN MERITOR
19
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Type 71163
Model number SINGLE REDUCTION
Gross axle weight rating 270 Ibs
Axle load 27od Ibs
Third
Manufacturer
Type
Model number
Gross axle weig
Axle load
Axle ratio
Suspension system
Manufacturer
Type:
Section 9
Springs
Joint
Manufacturer
Type
Model number
V/A
V/A
V/A
Wheels and tires
Wheels
Make
Size
Capacity
Material
4CCURIDE (HUB PILOTED)
22.5 X 8.25
7300
STEEL (POWDER COATED)
Tires
Manufacturer MICHELIN
Type XDN2
Size 12R22.5
Load range /air pressure I H/120
20
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Steering, power
Pump
Manufacturer and model
number
Type
Relief pressure
Booster /gear box
Manufacturer and model
number
Type
Ratio
PARKER PGP 330
GEAR DRIVEN
2175 1 psi
FRW / TAS65
POWER INTEGRAL
20.4:1
Section 9
Power steering fluid capacity 2.5 gal
Maximum effort at steering 10 Ibs (unloaded stationary coach on dry asphalt pavement)
wheel
Steering wheel diameter 20 in.
Brakes
Make of fundamental brake system JARVIN MERITOR / MGM
Brake chambers vendor size and part First: 24" 167002
number:
Second: 30" TR- 3030 -HD
Third: N/A
Brake operation effort IS-CAM
Slack adjuster's vendor's type and part numbers
First:
Right:
Left:
Second:
Right:
Left:
Third:
Right:
Left:
Length:
First take -up:
Second take -
up:
Third take -up:
Brake drums /°d °is
First: Manufacturer
Part number
Diameter
CMPC- 15- LTB -RFP
419 -10777
419 -10776
419 -10973
419 -10972
N/A
N/A
5.5 IN
5.5 IN
N/A
ARVIN MERITOR
3219 -Y -5797
16.5 1 in.
21
January 2015
Colorado Mountain
Purchasing Consortium
Second: Manufacturer
Part number
Diameter
Third: Manufacturer
Part number
Diameter
Brake lining manufacturer
Type
Section 9
ARVIN MERITOR
3219 -M -4615
14.5
in.
N/A
N/A
N/A
in.
Brake lining identification
First: Forward
Reverse
Second: Forward
Reverse
Third: Forward
Reverse
Brake linings per shoe
First 2
Second 2
Third N/A
\BEX/TRANSIT
LION- ASBESTOS
697EE
685FF
697EE
685FF
N/A
N/A
Brake lining widths
First 6 in.
Second 10 in.
Third N/A in.
Brake lining lengths
First 8 in.
Second 8 in.
Third N/A in.
Brake lining thickness in.
Brake lining per axle
First 378 sq. in.
Second 553 sq. in.
Third N/A sq. in.
22
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Cooling system
Radiator /charge air cooler
Manufacturer MODINE / MODINE
Type SIDE BY SIDE / SI[
Model number EPR023969002 / E
Number of tubes 276
Tubes outer diameter .076 X .
Fins per inch 10 / 12 fins
Fin thickness 003 / .006 in.
Total cooling and heating system
capacity
Radiator fan speed MODUL
control
Surge tank capacity 2.7 GA
Engine thermostat temperature
setting:
Overheat alarm temperature sen
setting
Shutdown temperature F 235
setting
Air reservoir capacity
Section 9
Supply reservoir
1000
in.3
Primary reservoir
1516
in.3
Secondary reservoir
2095
in.3
Packing reservoir
N/A
in s
Accessory reservoir
1090
in.3
Other reservoir type
N/A
in. s
Heating, ventilation and air conditioning equipment
Heating system capacity 90000 BTU /hr
Air conditioning capacity 101000 BTU
Ventilating capacity 2400 CFM
Compressor
Manufacturer THERMO KING
Model X430
Number of cylinders F48 Drive ratio
23
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Maximum warranted speed 13000 rpm
Operating speed VARIED LOAD rpm (recommended)
Weight 119 Ibs
Oil capacity Dry N/A gal
Wet 18.9 PTS ...,......
Refrigerant: Type R1 34A 18 Ibs
Condenser
Manufacturer ITHERMOKIN G
Model 4112 D76 G01
Number of fins /in. 8
Outer diameter of tube 375 in.
Fin thickness .008 in.
Condenser fan
Manufacturer ITHERMO KING
Model 4639 CO3 G05
Fan diameter 18 in.
Speed maximum 1800 rpm
Flow rate (maximum) 5000 CFM
Receiver
Manufacturer THERMO KING
Model 9874 G82 G01
Capacity 5 1 Ibs
Condenser fan drive motors
Manufacturer THERMO KING
Model 104644
Type BRUSHLESS
Horsepower 1.7 hp
Operating speed 1640 rpm
Evaporator fan drive motors
Manufacturer THERMO KING
Model 104645
Type BRUSHLESS
Horsepower 1.7 hp
Operating speed 1640 rpm
Section 9
24
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Evaporator(s)
Manufacturer ITHERMOKING
Model I THERMO KING
Number of rows 5
Number of fins /in. 9
Outer diameter of tube .375
Fin thickness .008
Number of evaporators 1
Expansion valve
Manufacturer
Model
Filter -drier
Manufacturer
Model
Heater cores
Manufacturer
Model
Capacity
Number of rows
Number of fins/
Outer diameter
Fin thickness
Number of heat
3PORLAN
1082 A30 G34
3PORLAN
1080 A98 G09
Section 9
Floor heater blowers
Front
Rear
Controls
Manufacturer
Model
:;OMAIR ROTRON
12 -1604 ASSEMBLY
THERMO KING
NTELLIGAIRE III
Driver's heater
Manufacturer MOBILE CLIMATE CONTROL
Model 21- 65539 -060
25
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Capacity 62000 Btu /hr
Ventilation system
Type 2% MAKE UP
Coolant heater
Make N/A
Model N/A
Capacity N/A Btu
Interior lighting
Manufacturer
Type
Number of fixtures
Size of fixtures
Power pack
Section 9
Doors
Front
Manufacturer of operating
equipment
Type of door
Type of operating equipment
Rear
Manufacturer of operating
equipment
Type of door
Type of operating equipment
Passenger windows
Front
Manufacturer
Model
Type
Number:
Sizes:
Glazing:
VAPOR
>LIDE GLIDE
41R
VAPOR
SWING
\IR OPEN / SPRING CLOSE
DURA
BONDED (HIDDEN FRAME)
UPPER TRANSOM / LOWER FIXED
Side
Rear
15
0
30"
34"
46"
56"
Type
TEMPERED
26
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Thickness
Color of tint
Light transmission
Mirrors
.250"
3REY
i % -18%
Section 9
Seats
Passenger
Manufacturer
Model
Type
Operator
Manufacturer
Model and part
number
Type
Paint
Manufacturer
Type
AMERICAN SEATING
N2003 / 6466
SIGH BACK NON RECLINING
RECARO
=RGO METRO / 8V0.01.2A2.CC11
TRANSIT
DUPONT
:--LITE LOW VOC 2.8
Wheelchair ramp equipment
Manufacturer
Model number
Capacity
Width of platform
Length of platform
System fluid capacity
Type of fluid used
Operating hydraulic
pressure
Hydraulic cylinders:
Size
Type
Manufacturer
Part no.
Model no.
Right side exterior
10" X 11"
2 PC
B &R
N/A
#1011
Left side exterior
10" X 11"
2 PC
B &R
N/A
#1011
Center rearview
8.25" X 16"
FLAT
B &R
N/A
RECTANGULAR
Front entrance area
N/A
N/A
N/A
N/A
N/A
Upper -right corner
6"
CONVEX
B &R
N/A
ROUND
Rear exit area
12"
CONVEX
ROSCO
N/A
ROUND
Seats
Passenger
Manufacturer
Model
Type
Operator
Manufacturer
Model and part
number
Type
Paint
Manufacturer
Type
AMERICAN SEATING
N2003 / 6466
SIGH BACK NON RECLINING
RECARO
=RGO METRO / 8V0.01.2A2.CC11
TRANSIT
DUPONT
:--LITE LOW VOC 2.8
Wheelchair ramp equipment
Manufacturer
Model number
Capacity
Width of platform
Length of platform
System fluid capacity
Type of fluid used
Operating hydraulic
pressure
Hydraulic cylinders:
950
Ibs
30
in.
48
in.
N/A
quarts
N/A
N/A
Size
psi
27
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Wheelchair securement equipment
Manufacturer
Model number
AMERICAN SEATING / Q'STRAINT
4DVANCED RESTRAINT MODULE A.R.M / QRT DELUXE
Destination signs
Manufacturer
Type
UMINATOR
_ED
Character length
Front destination 5.1 in.
Front route N/A in.
Curbside destination 2.4 in.
Rear route N/A in.
Character height
Front destination
Front route
Curbside destination
Rear route
8.0
in.
in.
in.
in.
N/A
2.8
N/A
Number of characters
Front destination 8
Front route N/A
Curbside destination 12
Rear route n/a
Message width
Front destination
Front route
Curbside destination
Rear route
Electrical
Multiplex system
Manufacturer
Model number
Batteries
Manufacturer
64.8 in.
N/A in.
36.3 in.
N/A in.
1/0 CONTROLS
33
DEKA
Section 9
28
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Model number
Type
DP31CS
GROUP 31 / 700 CCA
Communication system
GPS
Manufacturer
Model number
PA system
CLEVER DEVICES
IVN 3
Section 9
Energy storage (hybrid drive)
Type N/A
Number of cells N/A V
Battery pack voltage N/A V
Weight N/A Ibs
Security camera system
Manufacturer
Model number
Number
Amplifier
CLEVER DEVICE
IVN 3
1
Microphone
SHURE
13 -44284
1
Internal speakers
PRO LINE
8 OHM
6
External speaker
MIDWEST
1180
1
Energy storage (hybrid drive)
Type N/A
Number of cells N/A V
Battery pack voltage N/A V
Weight N/A Ibs
Security camera system
Manufacturer
GE SECURITIES (UTC)
Model number
PENTA
Number of cameras
8
Storage capacity
2TB
Bike racks
Manufacturer
Model number
3PORTWORKS
DI-2
Fire detection system
Manufacturer
Model number
Fire detectors
Type (thermal or
optical)
Number of detectors
29
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Automatic voice annunciator system
Manufacturer CLEVER DEVICES
Model and part number IVN 3
Annunciator LED sign
Number of signs
Housing dimensions
Character length
Character height
Character width
GPS antenna
Manufacturer
Model and part number
1
1 LINE 16 CHARACTER
N/A in.
N/A in.
N/A in.
CLEVER DEVICES
VN 3
Automatic passenger counter
Manufacturer
Model and part a
number
Sensortype
INFODEV
VERTICAL DA -400
ELECTRO- OPTICAL
Real -time bus arrival prediction system
Section 9
Electronic tire pressure monitoring system
Manufacturer BENDIX SMART TIRE
Model number N/A
Electronic brake stroke /wear indicator system
Manufacturer N/A
Model number I N/A
NOTE: All information above is accurate to the timeframe upon submission. The Agency reserves
the right to update above data if changes occur, upon consultation with the customer.
30
CMPC- 15- LTB -RFP January 2015
Manufacturer
Model number
Router
N/A
N/A
Cellular modem
N/A
N/A
Charge protection
N/A
N/A
Electronic tire pressure monitoring system
Manufacturer BENDIX SMART TIRE
Model number N/A
Electronic brake stroke /wear indicator system
Manufacturer N/A
Model number I N/A
NOTE: All information above is accurate to the timeframe upon submission. The Agency reserves
the right to update above data if changes occur, upon consultation with the customer.
30
CMPC- 15- LTB -RFP January 2015
SCAAN No.: 0
Description: Run And View
Date: 1/28/2015
User: Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
INPUT SUMMARY
VOCATION
Page 1 of 20
29' DIESEL
LRTP POSSIBLE BUT NOT REQUIRED
VEHICLE PARAMETERS
Area and Wei ght
Power Packs
Height
10.00
Width
8.50(
Standard Wind Resistance Coefficient ( No Deflector)
0.55
User Defined Resistance Coefficient ( No Deflector)
0.00
Weight, Rated ( No Trailer, GVW)
3000(
Wei ht on Drive Wheels
66.67
Weiaht on Drive Wheels
2000(
Tires
Number of Tires
6
Manufacturer
Tire Model & Size
Tire Type
Standard Radial Tire
Revs
476 (revs /mi)
Radius
121.18 (in.)
Standard Surface Factor
1.0 Smooth Concrete
User Defined Surface Factor
0.0
10.70
Standard Traction Limit Coefficient ( On -Road)
ENGINE
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
https:Hiscaan. allisontransmission. com /extranet/ iscaan/ SCAANReports ?f= Jan282015_1021... 1/28/2015
Page 2 of 20
29' DIESEL
TRANSMISSION
Manufacturer
Allison
Configuration
B400 w /Ret (1 -6) (1- 400 -13)
Converter
TC418 (Recommended) (1- 418 -1)
Retarder
3000 Product Family, Low Capacity - 4th and 5th Gen Controls
(1- 30001 -1)
Shift Calibration
2200 rpm S1 /S5 Perf, Retarder, Std Preselects, (1 -6) (1- 400 -2200-
2003)
Rating
iTransit Bus - w /4th & 5th Gen (1- 400 -11)
DRIVELINE
GRADES
Std Acceleration 0.00 ( %)
INERTIA
Engine (estimated) 1.5744 (lb -ft- sec ^2)
Tires/Wheels (estimated) 173.9727 (Ib -ft- sec ^2)
ENGINE DETAIL - Standard Accessories (AC On where applicable)
Peak Power point has been defined for the purposes of assessing Accessory Losses
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
https:Hiscaan. allisontransmission. com /extranet/ iscaan/ SCAANReports ?f= Jan282015_1021... 1/28/2015
Page 3 of 20
29' DIESEL
ENGINE DETAIL - User Defined Accessories (AC On where applicable)
Peak Power point has been defined for the purposes of assessing Accessory Losses
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
https:Hiscaan. allisontransmission. com /extranet/ iscaan/ SCAANReports ?f= Jan282015_1021... 1/28/2015
Page 4 of 20
29' DIESEL
SCAAN No.: 0
Description: Run And View
Date: 1/28/2015
User: Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
SCAAN SUMMARY
Based On Standard Parameters
LRTP POSSIBLE BUT NOT REQUIRED
Vocation: Bus, City / Transit Bus - U.S. APTA, Straight Vehicle
End User: Gillig (North America, Western)
Manufacturer: Gillig (North America, Western)
Model: 29FT, Low Floor Diesel
Engine: Cummins ISL9 280hp / 9001bft / 2200rpm
Engine Certification Year: 2007, 2010, 2013
Transmission: B400 w /Ret (1 -6)
Rating: Transit Bus - w /4th & 5th Gen
Converter: TC418 (Recommended)
Retarder: 3000 Product Family, Low Capacity - 4th and 5th Gen Controls
Converter
Transmission
Check
Check Name
RecommlRating
Units
Mini
Actual
Overall
Max
Status
T1
Transmission/Vocation Compatibility
OK
T2
Transmission Compatible with High Torque Rise
OK
Diesel Engines
T20
Torque Limiting: Engine & Transm SEM /LRTP Reqd
OK
T17
Transmission Permitted in End User /Chassis Mfg
OK
Locations
T15
Input Power(Gross)
325
hp
Max
289
OK
T14
Input Torque(Gross)
925
lb-ft
Max
900
OK
T3
JInput Speed (Engine Governed Speed)
1950/2800
rpm
2200
OK
Vehicle /DriveLine
Check
Check Name
RecommlRating
Units
Mini
Actual
Overall
Max
Status
V1
Vehicle Weight, GVW
45000
Ibm
Max
30000
OK
V21
1st Range Converter Stall Gradeability
percent
50.9
V13
1st Range 70% Converter Efficiency Net Gradeability
percent
37.8
V14
11st Range 80% Converter Efficiency Gradeability
16.0
percent
I Min
32.4
OK
V17
Maximum Geared Vehicle Speed At Engine Governed
mph
p
79.0
Speed
V43
Heat Generated in 1 st Range 70% Converter
Btu /min
3508
Efficiency
V44
Heat Generated in 1 st Range 80% Converter
Btu /min
2489
Efficiency
OK: Acceptable
OK -1: OK based on pre- acceptance by Engineering
OK -2: OK based on Accepted Application Review
C: Consider - manufacturer to assess
XX: Questionable - may not be acceptable
XXX: Not Acceptable - rating or usage violation
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere
https:Hiscaan. allisontransmission. com /extranet/ iscaan/ SCAANReports ?f= Jan282015_1021... 1/28/2015
Page 5 of 20
29' DIESEL
FMOT M
SCAAN SUMMARY-APTA GUIDELINES
Vehicle /DriveLine
https:Hiscaan. allisontransmission. com /extranet/ iscaan/ SCAANReports ?f= Jan282015_1021... 1/28/2015
Page 6 of 20
29' DIESEL
SCAAN No.: 0
Description: Run And View
Date: 1/28/2015
User: Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
SCAAN SUMMARY
Based On User Defined Parameters
LRTP POSSIBLE BUT NOT REQUIRED
Vocation: Bus, City / Transit Bus - U.S. APTA, Straight Vehicle
End User: Gillig (North America, Western)
Manufacturer: Gillig (North America, Western)
Model: 29FT, Low Floor Diesel
Engine: Cummins ISL9 280hp / 9001bft / 2200rpm
Engine Certification Year: 2007, 2010, 2013
Transmission: B400 w /Ret (1 -6)
Rating: Transit Bus - w /4th & 5th Gen
Converter: TC418 (Recommended)
Retarder: 3000 Product Family, Low Capacity - 4th and 5th Gen Controls
Vehicle /DriveLine
Vehicle /DriveLine /Fuel Econom
Check Check Name Recomm /Rating Units Mini Actual
Max
OK: Acceptable
OK -1: OK based on pre- acceptance by Engineering
OK -2: OK based on Accepted Application Review
C: Consider - manufacturer to assess
XX: Questionable - may not be acceptable
XXX: Not Acceptable - rating or usage violation
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
https:Hiscaan. allisontransmission. com /extranet/ iscaan/ SCAANReports ?f= Jan282015_1021... 1/28/2015
Page 7 of 20
29' DIESEL
FMOT M
SCAAN SUMMARY-APTA GUIDELINES
Vehicle /DriveLine
https:Hiscaan. allisontransmission. com /extranet/ iscaan/ SCAANReports ?f= Jan282015_1021... 1/28/2015
Page 8 of 20
29' DIESEL
SCAAN No.: 0
Description: Run And View
Date: 1/28/2015
User: Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
CUSTOMER PERFORMANCE SUMMARY
Based on Standard Parameters
LRTP POSSIBLE BUT NOT REQUIRED
Vocation: Bus, City / Transit Bus - U.S. APTA, Straight Vehicle
End User: Gillig (North America, Western)
Manufacturer: Gillig (North America, Western)
Model: 29FT, Low Floor Diesel
Engine: Cummins ISL9 280hp / 9001bft / 2200rpm
Engine Certification Year: 2007, 2010, 2013
Transmission: B400 w /Ret (1 -6)
Rating: Transit Bus - w /4th & 5th Gen
Converter: TC418 (Recommended)
Retarder: 3000 Product Family, Low Capacity - 4th and 5th Gen Controls
Weight: 30000 (lb) (GVW)
Driveline Ratio : 5.380
Tires: Standard Radial Tire, 476.0 (revs /mi)
Geared Speed: 79.0 (mph) 6L
Clutch Fan Status : Fan On
Air Conditioning Status : No AC
Acceleration full throttle, brakes locked start
Time And Distance To Speed. 0( %) Grade 0 -20 (mph) in
mph) lin 16.3(sec) 621
mph) lin 25.9(sec) 12E
mph) lin 40.7(sec) 24E
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
https:Hiscaan. allisontransmission. com /extranet/ iscaan/ SCAANReports ?f= Jan282015_1021... 1/28/2015
Page 9 of 20
29' DIESEL
SCAAN No.: 0
Description: Run And View
Date: 1/28/2015
User: Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
CUSTOMER PERFORMANCE SUMMARY
Based on User Defined Parameters
LRTP POSSIBLE BUT NOT REQUIRED
Vocation: Bus, City / Transit Bus - U.S. APTA, Straight Vehicle
End User: Gillig (North America, Western)
Manufacturer: Gillig (North America, Western)
Model: 29FT, Low Floor Diesel
Engine: Cummins ISL9 280hp / 9001bft / 2200rpm
Engine Certification Year: 2007, 2010, 2013
Transmission: B400 w /Ret (1 -6)
Rating: Transit Bus - w /4th & 5th Gen
Converter: TC418 (Recommended)
Retarder: 3000 Product Family, Low Capacity - 4th and 5th Gen Controls
Weight: 30000 (lb) (GVW)
Driveline Ratio : 5.380
Tires: Standard Radial Tire, 476.0 (revs /mi)
Geared Speed: 79.0 (mph) 6L
Clutch Fan Status : Fan On
Air Conditioning Status : On
Acceleration full throttle, brakes locked start
Time And Distance To Speed. 0( %) Grade 0 -20 (mph) in 5.1
mph) Ilin 18 .
mph) in 29.
mph) lin 47.
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
https:Hiscaan. allisontransmission. com /extranet/ iscaan/ SCAANReports ?f= Jan282015_1021... 1/28/2015
Page 10 of 20
29' DIESEL
SCAAN No.: 0
Description: Run And View
Date: 1/28/2015
User: Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
VEHICLE FULL THROTTLE PERFORMANCE
Based on Standard Parameters
LRTP POSSIBLE BUT NOT REQUIRED
Transmission Input Ratio : 1.0000
Power Packs: 1
Transmission Input Efficiency ( %): 100.00
Clutch Fan Status : Fan On
Axle Ratio: 5.380
Air Conditioning Status : No
AC
Auxiliary Gearing
Ratio: 1.000
Reverse RIC
Vehicle
Engine
Tractive
Drawbar Wheel
Net %
Transm
Speed
Speed
Effort
Pull Power
Grade
Heat Rej
(mph)
(rpm)
(I b)
(I b) (h p)
(%)
(Btulmin)
R1 C 0.0
1877
19323
19196 0.0
83.3
10636
R1 C 2.0
1900
17957
17826 95.8
73.9
6428
R1 C 4.0
1959
15172
15037 161.0
57.9
3638
70Percent
R1 C 4.0
1959
15140
15005 161.5
57.8
3617
R1 C 5.2
2013
13291
13153 184.1
48.8
2644
80Per7ent
R1 C 6.0
2050
11995
11855 191.9
43.0
2178
R1 C 6.1
2056
11802
11661 192.7
42.2
2125
85Percent
R1 C 8.01
21531
90871
8941 193.9
31.2
1712
R1 C 8.7
22001
81891
80411 189.11
27.8
17251 1
Governed
R1 Cl 10.0
22721
42681
41151 113.81
13.8
8631 1
R1 Cl 11.0
2361
0
-1571 0.0
-0.5
3641 1
https:Hiscaan. allisontransmission. com /extranet/ iscaan/ SCAANReports ?f= Jan282015_1021... 1/28/2015
Page 11 of 20
29' DIESEL
1st Lockup Hold (1C -1L)
Note : ' Tractive Effort exceeds vehicle traction limit (wheelslip possible) using On -Road Traction Limit Coefficient = 0.70
Note: Requested AC On Report is not included because AC Loss is 0.0
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
https:Hiscaan. allisontransmission. com /extranet/ iscaan/ SCAANReports ?f= Jan282015_1021... 1/28/2015
Vehicle
Engine
Tractive
Drawbar
Wheel
Net %
Transm
Speed
Speed
Effort
Pull
Power
Grade
Heat Rej
(mph)
(rpm)
(lb)
(lb)
(h p)
(%)
(Btulmin)
1CI
0.0
1877
13745
13617
0.0
50.9
10636
1 C
2.0
1894
13108
12977
69.9
48.0
7566
1 C
4.0
1921
12036
11901
128.4
43.2
5019
1 C
5.7
1959
10737
10598
164.2
37.8
3495
70Percent
1 C
6.0
1966
10541
10401
168.7
37.0
3311
1 C
7.5
2013
9401
9256
187.7
32.4
2485
80Percent
1CI
8.0
2029
8992
8846
191.8
30.9
2249
1 C
8.8
2056
8342
8193
196.3
28.4
1964
85Percent
1 C
9.6
2082
7752
7600
198.6
26.2
1780
1 L
9.6
1430
7954
7802
203.8
26.9
331
1 L
10.0
1488
7812
7659
208.3
26.4
334
1 L
12.0
1786
7078
6917
226.5
23.7
419
1 Ll
14.01
20841
60951
59251
227.61
20.11
490
1 LI
14.81
22001
54871
53141
216.31
18.01
520
Governed
1 LI
15.91
2360
0
-179
-0.0
-0.61
458
Note : ' Tractive Effort exceeds vehicle traction limit (wheelslip possible) using On -Road Traction Limit Coefficient = 0.70
Note: Requested AC On Report is not included because AC Loss is 0.0
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
https:Hiscaan. allisontransmission. com /extranet/ iscaan/ SCAANReports ?f= Jan282015_1021... 1/28/2015
Page 12 of 20
29' DIESEL
SCAAN No.: 0
Description: Run And View
Date: 1/28/2015
User: Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
VEHICLE FULL THROTTLE PERFORMANCE
Based on User Defined Parameters
LRTP POSSIBLE BUT NOT REQUIRED
Transmission Input Ratio : 1.0000
Power Packs: 1
Transmission Input Efficiency ( %): 100.00
Clutch Fan Status : Fan On
Axle Ratio: 5.380
Air Conditioning Status : Off
Auxiliary Gearing Ratio:
1.000
Reverse RIC
Vehicle
Engine
Tractive
Drawbar Wheel
Net %
Transm
Speed
Speed
Effort
Pull Power
Grade
Heat Rej
(mph)
(rpm)
(I b)
(I b) (h p)
(%)
(Btulmin)
R1 C 0.0
1870
19194
19067 0.0
82.3
10531
R1 C 2.0
1894
17836
17705 95.1
73.1
6357
R1 C 4.0
1954
15089
14954 159.7
57.5
3610
70Percent
R1 C 4.0
1955
15042
14907 160.4
57.3
3579
R1 C 5.2
2009
13245
13107 183.2
48.6
2633
80Per7ent
R1 C 6.0
2047
11945
11805 191.1
42.8
2166
R1 C 6.1
2053
11767
11627 191.9
42.0
2117
85Percent
R1 C 8.01
21521
90651
8919 193.4
31.1
1709
R1 C 8.7
22001
81671
80181 188.81
27.7
17241 1
Governed
R1 Cl 10.0
22731
42701
41161 113.91
13.9
8631 1
R1 Cl 11.0
2362
0
-1571 0.0
-0.5
3651 1
https:Hiscaan. allisontransmission. com /extranet/ iscaan/ SCAANReports ?f= Jan282015_1021... 1/28/2015
Page 13 of 20
29' DIESEL
1st Lockup Hold (1C -1L)
https:Hiscaan. allisontransmission. com /extranet/ iscaan/ SCAANReports ?f= Jan282015_1021... 1/28/2015
Vehicle
Engine
Tractive
Drawbar
Wheel
Net %
Transm
Speed
Speed
Effort
Pull
Power
Grade
Heat Rej
(mph)
(rpm)
(lb)
(lb)
(h p)
(%)
(Btulmin)
1CI
0.0
1870
13653
13526
0.0
50.5
10531
1 C
2.0
1888
13022
12891
69.4
47.6
7486
1 C
4.0
1916
11955
11820
127.5
42.9
4963
1 C
5.7
1954
10678
10539
162.9
37.5
3468
70Percent
1 C
6.0
1962
10473
10332
167.6
36.7
3276
1 C
7.5
2009
9368
9224
186.7
32.3
2474
80Percent
1CI
8.0
2026
8954
8808
191.0
30.7
2233
1 C
8.8
2053
8317
8168
195.5
28.3
1957
85Percent
1 C
9.6
2080
7723
7571
197.8
26.1
1772
1 L
9.6
1430
7823
7671
200.4
26.5
330
1 L
10.0
1488
7690
7537
205.1
26.0
334
1 L
12.0
1786
7002
6841
224.1
23.4
418
11-1
14.01
20841
60671
58971
226.51
20.01
490
1 LI
14.81
22001
54781
53041
215.91
18.0
520
Governed
11-1
15.91
2360
0
-179
-0.0
-0.61
459
Clutch Fan Status : Fan On Axle Ratio: 5.380
Air Conditioning Status : On Auxiliary Gearing Ratio: 1.000
Reverse R1C
Vehicle Engine Tractive Drawbar Wheel Net % Transm
Speed Speed Effort Pull Power Grade Heat Rej
I
https:Hiscaan. allisontransmission. com /extranet/ iscaan/ SCAANReports ?f= Jan282015_1021... 1/28/2015
Page 14 of 20
29' DIESEL
Automatic
1 C- 2C- 2L-
3L- 4L -5L -6L
Vehicle
Engine
Tractive
Drawbar
Wheel
Net %
Transm
Speed
Speed
Effort
Pull
Power
Grade
Heat Rej
(mph)
(rpm)
(lb)
(lb)
(h p)
(%)
(Btulmin)
1 C
0.0
1794
12636
12509
0.0
45.9
9376
1 C
2.0
1812
12021
11890
64.1
43.2
6561
1 C
4.0
1843
10943
10808
116.7
38.6
4271
1 C
5.5
1879
9851
9712
144.5
34.2
3087
70Percent
1 C
6.0
1894
9491
9351
151.9
32.8
2783
1 C
7.2
1936
8648
8504
166.1
29.6
2208
80Percent
1 C
8.0
1967
8124
7978
173.3
27.6
1931
1 C
8.5
1987
7783
7635
177.0
26.3
1794
85Percent
1CI
10.0
2041
6766
6613
180.41
22.6
1517
1 C
11.1
2081
6054
5897
178.9
20.0
1445
2C
11.1
1892
5135
4977
151.7
16.8
2785
2C
12.0
1908
4943
4782
158.2
16.1
2522
2C
14.0
1947
4553
4383
170.0
14.8
2052
2C
16.0
1987
4182
4003
178.4
13.51
1732
2CI
18.0
2028
3787
3596
181.8
12.1
1506
2C
18.5
2038
3683
3490
182.0
11.7
1459
2L
18.5
1475
3788
3595
187.2
12.1
253
2L
20.0
1591
3649
3448
194.6
11.6
279
2L
22.0
1751
3451
3237
202.4
10.9
298
2L
24.0
1910
3246
3019
207.8
10.11
325
2LI
26.0
2069
2945
2704
204.2
9.0
366
2L
26.1
2075
2929
2687
203.7
9.0
368
3L
26.1
1569
2782
2540
193.5
8.5
261
3L
28.0
1684
2673
2416
199.6
8.1
276
3L
30.0
1805
2558
2286
204.6
7.6
318
3L
32.0
1925
2439
2150
208.1
7.2
329
3LI
34.0
2045
2273
1966
206.11
6.6
365
3L
34.9
2100
2162
1847
201.3
6.2
387
4L
34.9
1490
2031
1716
189.1
5.7
216
4L
36.0
1537
2001
1675
192.1
5.6
226
4L
38.0
1622
1944
1599
197.0
5.31
251
4L
40.0
1707
1885
1519
201.0
5.1
262
4LI
42.0
1793
1826
1439
204.5
4.8
302
4L
44.0
1878
1765
1356
207.1
4.5
312
4L
46.0
1963
1704
1272
209.0
4.2
345
4L
48.0
2049
1606
1150
205.6
3.8
375
4L
49.8
2125
1494
1016
198.4
3.4
404
5L
49.8
1593
1444
966
191.7
3.2
416
5LI
50.0
1600
1440
959
192.0
3.2
421
5L
52.0
1664
1406
900
195.0
3.0
433
5L
54.0
1728
1372
839
197.6
2.8
462
5L
56.0
1792
1338
777
199.8
2.6
508
5L
58.0
18561
1303
7141
201.51
2.4
5281
1
5L
60.0
19201
1267
6491
202.81
2.2
5601
1
https:Hiscaan. allisontransmission. com /extranet/ iscaan/ SCAANReports ?f= Jan282015_1021... 1/28/2015
Page 15 of 20
29' DIESEL
Note : ' Tractive Effort exceeds vehicle traction limit (wheelslip possible) using On -Road Traction Limit Coefficient = 0.70
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
https:Hiscaan. allisontransmission. com /extranet/ iscaan/ SCAANReports ?f= Jan282015_1021... 1/28/2015
Page 16 of 20
29' DIESEL
SCAAN No.: 0
Description: Run And View
Date: 1/28/2015
User: Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
VEHICLE ACCELERATION PERFORMANCE
Brakes Locked Start
Based on Standard Parameters
LRTP POSSIBLE BUT NOT REQUIRED
Transmission Input Ratio : 1.0000 Power Packs: 1
Transmission Input Efficiency ( %): 100.00
Clutch Fan Status : Fan On Axle Ratio: 5.380
Air Conditioning Status : No AC Auxiliary Gearing Ratio: 1.000
Grade: 0.0 percent
Reverse RIC
Vehicle Accel Engine
Speed Time Distance Rate Speed
(mph) (sec) (ft) (mphlsec) (rpm)
R1 C 2.0 0.2 0.2 11.252 1900
R1 C 4.0 0.4 1.1 9.088 1959
R1 C 6.0 0.61 3.01 7.103 2050
R1 C 8.0 0.91 6.41 5.245 2153
R1 C 10.0 1.51 13.31 2.429 2272
Automatic
1 C- 2C- 2L- 3L- 4L -5L -6L
Vehicle
Accel
Engine
Speed
Time
Distance
Rate
Speed
(mph)
(sec)
(ft)
(mphlsec)
(rpm)
1 C
2.0
0.2
0.3
8.827
1894
1 C
4.0
0.5
1.4
7.894
1921
1 C
6.0
0.7
3.4
6.793
1966
1 C
8.0
1.1
6.7
5.751
2029
1 C
10.0
1.4
11.8
4.734
2097
1 C
11.1
1.7
15.6
4.220
2136
2C
12.0
1.9
19.7
3.710
1979
2C
14.0
2.5
30.5
3.397
2012
2CI
16.0
3.1
44.2
3.076
2047
2C
18.0
3.8
61.3
2.761
2083
2C
18.5
4.0
66.6
2.677
2093
2L
20.0
4.6
82.6
2.548
1591
2L
22.0
5.4
107.5
2.401
1751
2L
24.0
6.2
136.6
2.250
1910
21-
26.0
7.2
170.7
2.038
2069
2L
26.1
7.2
172.2
2.023
2075
3L
28.0
8.2
212.3
1.860
1684
3L
30.0
9.3
259.3
1.766
1805
3L
32.0
10.5
312.4
1.669
1925
3L
34.0
11.7
372.5
1.542
2045
31-
34.9
12.3
403.3
1.454
2100
4L
36.0
13.2
445.5
1.328
1537
4L
38.0
14.7
529.1
1.273
1622
4L
40.0
16.3
621.3
1.215
1707
4L
42.0
18.0
722.9
1.156
1793
4L
44.0
19.8
835.1
1.096
1878
41-
46.0
21.7
959.3
1.035
1963
4L
48.0
23.7
1098.0
0.949
2049
4L
49.8
25.7
1240.9
0.851
2125
5L
50.0
25.9
1260.4
0.796
1600
5L
52.0
28.5
1454.0
0.753
1664
https:Hiscaan. allisontransmission. com /extranet/ iscaan/ SCAANReports ?f= Jan282015_1021... 1/28/2015
Page 17 of 20
29' DIESEL
1st Lockup Hold (1 C -1 Q
Note: ' Indicates acceleration limited by wheel slip (wheelslip possible) using On -Road Traction Limit Coefficient = 0.70
Note: Requested AC On Report is not included because AC Loss is 0.0
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
https:Hiscaan. allisontransmission. com /extranet/ iscaan/ SCAANReports ?f= Jan282015_1021... 1/28/2015
Vehicle
Accel
Engine
Speed
Time
Distance
Rate
Speed
(mph)
(sec)
(ft)
(mphlsec)
(rpm)
1 C
2.0
0.2
0.3
8.827
1894
1 C
4.0
0.5
1.4
7.894
1921
1 C
6.0
0.7
3.4
6.793
1966
1 C
8.0
1.1
6.7
5.751
2029
1 C
9.6
1.4
10.6
4.909
2082
1 Ll
10.01
1.51
12.0
4.194
14881
1
1 Ll
12.01
2.01
20.1
3.790
1786
1 L1
14.01
2.51
30.9
3.262
2084
Note: ' Indicates acceleration limited by wheel slip (wheelslip possible) using On -Road Traction Limit Coefficient = 0.70
Note: Requested AC On Report is not included because AC Loss is 0.0
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
https:Hiscaan. allisontransmission. com /extranet/ iscaan/ SCAANReports ?f= Jan282015_1021... 1/28/2015
Page 18 of 20
29' DIESEL
SCAAN No.: 0
Description: Run And View
Date: 1/28/2015
User: Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
VEHICLE ACCELERATION PERFORMANCE
Brakes Locked Start
Based on User Defined Parameters
LRTP POSSIBLE BUT NOT REQUIRED
Transmission Input Ratio : 1.0000 Power Packs: 1
Transmission Input Efficiency ( %): 100.00
Clutch Fan Status : Fan On Axle Ratio: 5.380
Air Conditioning Status : Off Auxiliary Gearing Ratio: 1.000
Grade: 0.0 percent
Reverse RIC
Vehicle Accel Engine
Speed Time Distance Rate Speed
(mph) (sec) (ft) (mphlsec) (rpm)
R1 C 2.0 0.2 0.2 11.162 1894
R1 C 4.0 0.4 1.1 9.012 1955
R1 C 6.0 0.61 3.01 7.064 2047
R1 C 8.0 1.01 6.51 5.219 2152
R1 C 10.0 1.5 13.4 2.429 2273
Automatic
1 C- 2C- 2L- 3L- 4L -5L -6L
Vehicle
Accel
Engine
Speed
Time
Distance
Rate
Speed
(mph)
(sec)
(ft)
(mphlsec)
(rpm)
1 C
2.0
0.2
0.3
8.768
1888
1 C
4.0
0.5
1.4
7.835
1916
1 C
6.0
0.7
3.4
6.741
1962
1 C
8.0
1.1
6.8
5.723
2026
1 C
10.0
1.5
11.9
4.714
2095
1 C
11.1
1.7
15.7
4.205
2134
2C
12.0
1.9
19.8
3.685
1974
2C
14.0
2.5
30.7
3.379
2009
2CI
16.0
3.1
44.4
3.061
2044
2C
18.0
3.8
61.7
2.750
2081
2C
18.5
4.0
66.9
2.666
2091
2L
20.0
4.6
83.2
2.510
1591
2L
22.0
5.4
108.5
2.372
1751
2L
24.0
6.3
137.9
2.229
1910
21-
26.0
7.2
172.2
2.027
2069
2L
26.1
7.3
173.7
2.012
2075
3L
28.0
8.3
214.4
1.835
1684
3L
30.0
9.4
262.0
1.746
1805
3L
32.0
10.6
315.6
1.654
1925
3L
34.0
11.8
376.2
1.532
2045
31-
34.9
12.5
407.2
1.447
2100
4L
36.0
13.3
450.2
1.305
1537
4L
38.0
14.8
535.2
1.252
1622
4L
40.0
16.5
628.8
1.197
1707
4L
42.0
18.2
731.9
1.141
1793
4L
44.0
20.0
845.5
1.084
1878
41-
46.0
21.9
970.9
1.025
1963
4L
48.0
23.9
1110.8
0.942
2049
4L
49.8
25.9
1254.6
0.847
2125
5L
50.0
26.2
1274.5
0.780
1600
5L
52.0
28.8
1471.9
0.738
1664
https:Hiscaan. allisontransmission. com /extranet/ iscaan/ SCAANReports ?f= Jan282015_1021... 1/28/2015
Page 19 of 20
29' DIESEL
1st Lockup Hold (1 C -1 Q
Automatic 1 C- 2C- 2L- 3L- 4L -5L -6L
Vehicle
Accel
Engine
Speed
Engine
Time
Distance
Rate
Speed
Distance
(mph)
Speed
(sec)
(ft)
(mphlsec)
(rpm)
(ft)
1 C
(mphlsec)
2.0
(rpm)
0.2
0.3
8.768
0.2
1888
0.4
1 C
8.086
4.0
0.5
1.4
7.835
0.5
1916
1.5
1 C
7.149
6.0
0.7
3.4
6.741
0.8
1962
3.8
1 C
6.072
8.0
1.1
6.8
5.723
1.2
2026
7.5
1 C
5.142
9.6
1.4
10.7
4.886
1.6
2080
13.2
1L
4.283
10.01
1.51
12.1
4.127
1.9
1488
17.3
1 L
3.796
12.01
2.01
20.3
3.747
2.1
1786
21.9
1 L
3.319
14.01
2.51
31.2
3.245
2.8
2084
34.0
3.037
1947
2C
16.0
3.5
49.2
Clutch Fan Status : Fan On
2.775
Axle Ratio: 5.380
1987
2C
Air Conditioning Status : On
18.0
Auxiliary Gearing Ratio: 1.000
68.2
Grade: 0.0 percent
2028
2C
Reverse RIC
4.4
74.0
2.416
Vehicle
2L
20.0
Accel
5.1
Engine
2.265
Speed
1591
Time
2L
Distance
Rate
6.0
Speed
120.1
2.127
(mph)
(sec)
(ft)
(mphlsec)
24.0
(rpm)
153.0
R1 C
1.985
2.0
0.2
1910
0.3
2LI
10.190
26.0
1819
R1 C
4.0
0.4
1.3
1
8.101
1887
R1 C1
6.01
0.71
3.31
6.337
1991
R1 Cl
8.01
1.11
7.21
4.6351
2100
R1 C1
10.01
1.61
15.01
2.2081
2260
Automatic 1 C- 2C- 2L- 3L- 4L -5L -6L
Vehicle
Accel
Engine
Speed
Time
Distance
Rate
Speed
(mph)
(sec)
(ft)
(mphlsec)
(rpm)
1 C
2.0
0.2
0.4
8.086
1812
1 C
4.0
0.5
1.5
7.149
1843
1 C
6.0
0.8
3.8
6.072
1894
1 C
8.0
1.2
7.5
5.142
1967
1 C
10.0
1.6
13.2
4.283
2041
1 C
11.1
1.9
17.3
3.796
2081
2C
12.0
2.1
21.9
3.319
1908
2CI
14.0
2.8
34.0
3.037
1947
2C
16.0
3.5
49.2
2.775
1987
2C
18.0
4.2
68.2
2.496
2028
2C
18.5
4.4
74.0
2.416
2038
2L
20.0
5.1
92.0
2.265
1591
2L
22.0
6.0
120.1
2.127
1751
2LI
24.0
7.01
153.0
1.985
1910
2LI
26.0
8.01
191.8
1.782
20691
1
https:Hiscaan. allisontransmission. com /extranet/ iscaan/ SCAANReports ?f= Jan282015_1021... 1/28/2015
Page 20 of 20
29' DIESEL
2LI
Vehicle
26.1
8.1
Engine
193.5
1.768
Time
2075
Rate
3L
28.0
(mph)
9.2
(ft)
238.8
(rpm)
1.643
1 C
1684
0.2
3L
8.086
30.0
10.5
4.0
292.1
1.5
1.554
1843
1805
1 C
3L
0.8
32.0
6.072
11.8
352.6
8.0
1.462
7.5
1925
1967
3L
1 C
34.0
1.5
13.2
4.447
421.5
1.340
10.01
2045
13.4
3L
14881
34.9
1 Ll
13.9
2.21
457.0
3.367
1.255
2100
14.01
4LI
34.7
36.0
2084
14.8
505.2
1.165
1537
4L
38.0
16.6
600.7
1.112
1622
4L
40.0
18.5
706.4
1.057
1707
4L
42.0
20.4
823.5
1.001
1793
4L
44.0
22.5
953.5
0.943
1878
4L
46.0
24.7
1098.3
0.885
1963
4LI
48.0
27.0
1261.4
0.802
2049
4L
49.8
29.4
1432.1
0.707
2125
5L
50.0
29.7
1455.1
0.675
1600
5L
52.0
32.8
1684.4
0.633
1664
5L
54.0
36.1
1939.2
0.590
1728
5L
56.0
39.6
2223.7
0.547
1792
5LI
58.0
43.4
2543.3
0.503
1856
5L
60.0
47.6
2905.4
0.457
1920
5L
62.0
52.2
3319.5
0.411
1984
5L
64.0
57.5
3808.4
0.346
2048
5L
66.0
64.0
4430.7
0.274
2112
5L
67.2
68.7
4889.8
0.229
2150
6LI
68.0
72.0
5213.5
0.246
1894
6L
70.0
81.0
6123.7
0.203
1949
6L
72.0
92.2
7290.6
0.158
2005
6L
74.0
108.6
9055.3
0.094
2061
6L
76.0
145.4
13113.9
0.030
2117
1st Lockup Hold (1 C -1 L
Note: ' Indicates acceleration limited by wheel slip (wheelslip possible) using On -Road Traction Limit Coefficient = 0.70
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
https:Hiscaan. allisontransmission. com /extranet/ iscaan/ SCAANReports ?f= Jan282015_1021... 1/28/2015
Vehicle
Accel
Engine
Speed
Time
Distance
Rate
Speed
(mph)
(sec)
(ft)
(mphlsec)
(rpm)
1 C
2.0
0.2
0.4
8.086
1812
1 C
4.0
0.5
1.5
7.149
1843
1 C
6.0
0.8
3.8
6.072
1894
1 C
8.0
1.2
7.5
5.142
1967
1 C
9.6
1.5
11.8
4.447
2027
1 Ll
10.01
1.61
13.4
3.747
14881
1
1 Ll
12.01
2.21
22.5
3.367
1786
1 Ll
14.01
2.81
34.7
2.865
2084
Note: ' Indicates acceleration limited by wheel slip (wheelslip possible) using On -Road Traction Limit Coefficient = 0.70
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
https:Hiscaan. allisontransmission. com /extranet/ iscaan/ SCAANReports ?f= Jan282015_1021... 1/28/2015
file:///C: /Gsingh old com backup /Gurpreet D drive/Backup
35'/40' DIESEL
SCAAN No.: 222735
Description : Latest
Date :
User: Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
INPUT SUMMARY
VOCATION
Service 113us
Application ICity / Transit Bus - U.S. APTA
Configuration IStraight Vehicle
Vocation Number 44 -65 -14
VEHICLE PARAMETERS
End User (and Region, Sub Region)
I (North America)
Manufacturer (and Region, Sub Region)
JGillig (North America, Western)
Model
140FT
Description
Low Floor Diesel
Area and Weight
Power Packs
11
Height
110.00 (ft)
Width
18.50 (ft)
Standard Wind Resistance Coefficient ( No Deflector
10.55
User Defined Resistance Coefficient ( No Deflector)
0.00
Weight, Rated ( No Trailer, GVW)
139600 (lb)
Weight on Drive Wheels
163.13(%)
Weight on Drive Wheels
25000 (lb)
Tires
Number of Tires
16
Manufacturer
Tire Model & Size
Tire Type
IStandard Radial Tire
Revs
1482 (revs /mi)
Radius
120.92 (in.)
Standard Surface Factor
11.0 Smooth Concrete
User Defined Surface Factor
10.0
Standard Traction Limit Coefficient ( On-Road
10.70
ENGINE
Engine Manufacturer
lCummins
Model
ISL9
Description
1280hp / 900lbft / 2200rpm
Certification Year
2007, 2010, 2013
Peak Torque /Speed
900.0/1300 (lb -ft) /(rpm)
Peak Power /Speed
289.0/2000 (hp) /(rpm)
Governed Power /Speed
280.0/2200 (hp) /(rpm)
Cruise Velocity /Speed
65.0/1650 (mph) /(rpm)
Vocation
10
Engine Curve Reference
JFR92004, FR92596, FR93441
No. Of Curves
ISingle
SCAAN File Number
2 -1087
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
1 of 24
file:///C: /Gsingh old com backup /Gurpreet D drive/Backup
35'/40' DIESEL
2of24
file:///C: /Gsingh old com backup /Gurpreet D drive/Backup
35'/40' DIESEL
ENGINE DETAIL - User Defined Accessories (AC On where applicable)
Low And High Power
Fan On /AC On Fan On /AC On Fan Off /AC On Fan Off /AC On
Speed Power Torque Net Power Net Torque Net Power Net Torque
(rpm) (hp) (Ib -ft) (hp) (Ib -ft) (hp) (Ib -ft)
1200 1194.2 1850.0 1161.8 1708.2 1166.0 1726.7
1300 222.8 900.0 187.5 757.7 192.9 779.4 Peak Torque
1400 234.6 880.0 1196.3 1736.5 1203.0 1761.7
1600 255.6 839.0 1210.7 1691.6 1220.7 1724.4
1800 1273.8 1799.0 1221.3 1645.8 1235.6 1687.3
2000 289.0 758.9 1227.8 1598.3 1247.4 1649.6 1 Peak Power
2100 285.5 714.0 1219.6 1549.1 1242.2 1605.7
2200 1280.0 1668.5 1209.0 1499.0 1235.0 1561.1 lGoverned
2400 0.0 0.0 -82.1 -179.7 -48.4 -105.8 INo Load Governed
Peak Power point has been defined for the purposes of assessing Accessory Losses
3 of 24
file: / / /C: /Gsingh old com backup /Gurpreet D drive/Backup
35'/40' DIESEL
SCAAN No.: 222735
Description : Latest
Date :
User: Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
SCAAN SUMMARY
Based On Standard Parameters
Vocation: Bus, City / Transit Bus - U.S. APTA, Straight Vehicle
End User: (North America)
Manufacturer: Gillig (North America, Western)
Model: 40FT, Low Floor Diesel
Engine: Cummins ISL9 280hp / 9001bft / 2200rpm
Engine Certification Year: 2007, 2010, 2013
Transmission: B400 w /Ret (1 -6)
Rating: Transit Bus - w /4th & 5th Gen
Converter: TC418 (Recommended)
Retarder: 3000 Product Family, High Capacity - 4th and 5th Gen Controls
Converter
Check
Check Name
m /Rating Units Min/ Overall
Max Actual Status
C1
C2
C4 JEngine
C9 JEngine
C5 IMinimum
C7 ITurbine
C8 lConverter
C3
Transmission /Converter Compatibility
Engine /Converter Compatibility
Speed At Converter Stall
Speed At Converter Stall, Smoke Control
Engine Speed
Torque At Stall
Speed Ratio at 2200 rpm
Converter Stall Torque Ratio
I
I
1600
1400
1370
0.800
F
I
I rpm
rpm
rpm
Ib -ft
I
1
I Min
I Min
I Max
Min
I
1877
1877
1877
1 1367
0.845
1.980
OK
I OK
OK
OK
F OK
OK
Transmission
Check Check Name
T1 Transmission/Vocation Compatibility
T2 Transmission Compatible with High Torque Rise Diesel
m /Rating Units Min/ Overall
Max Actual Status
I I OK
OK
T20 ITorque
T17
T15 JInput
T14 llnputTorqu
T3
T11
Engines
Limiting: Engine & Transm SEM /LRTP Reqd
Transmission Permitted in End User /Chassis Mfg
Locations
Power(Gross)
e(Gross)
Input Speed (Engine Governed Speed)
Transmission Output Speed
325
925
1950 / 2800
3600
hp
1 Ib -ft
rpm
rpm
Max
I Max
Max
289
1 900
2200
2809
OK
OK
OK
1 OK
OK
OK
Vehicle/DriveLine
Check
V1
V21
V13
V14
V17
Check Name
JVehicle Weight, GVW
1st Range Converter Stall Gradeability
1st Range 70% Converter Efficiency Net Gradeability
1st Range 80% Converter Efficiency Gradeability
Maximum Geared Vehicle Speed At Engine Governed
Recomm /Rating
1 45000
16.0
Units
1 Ibm
percent
percent
percent
h
Min/
Max
I Max
Min
Actual
1 39600
37.0
28.0
24.2
78.0
Overall
Status
1 OK
OK
V43 JHeat
V44 JHeat
Speed
Generated in 1st Range 70% Converter Efficiency
Generated in 1st Range 80% Converter Efficiency
m p
Btu /min
Btu /min
3508
2489
OK: Acceptable
OK -1: OK based on pre- acceptance by Engineering
OK -2: OK based on Accepted Application Review
C: Consider - manufacturer to assess
XX: Questionable - may not be acceptable
XXX: Not Acceptable - rating or usage violation
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere
4of24
file:///C: /Gsingh old com backup /Gurpreet D drive/Backup
35'/40' DIESEL
Notes
Check
I Comments
C5
(Net peak torque speed + allowable variation is 1300 + 100 rpm)
T11
JRange 6L at 65.0 mph
V17
Iln 6 Lockup
V43
JAt 1959 rpm Engine Speed
V44
At 2013 rpm Engine Speed
SCAAN SUMMARY -APTA GUIDELINES
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere
5 of 24
file:///C: /Gsingh old com backup /Gurpreet D drive/Backup
35'/40' DIESEL
SCAAN No.: 222735
Description
Date :
User: Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
SCAAN SUMMARY
Based On User Defined Parameters
Vocation: Bus, City / Transit Bus - U.S. APTA, Straight Vehicle
End User: Denver (North America)
Manufacturer: Gillig (North America, Western)
Model: 40FT, Low Floor Diesel
Engine: Cummins ISL9 280hp / 900Ibft / 2200rpm
Engine Certification Year: 2007, 2010, 2013
Transmission: B400 w /Ret (1 -6)
Rating: Transit Bus - w /4th & 5th Gen
Converter: TC418 (Recommended)
Retarder: 3000 Product Family, High Capacity - 4th and 5th Gen Controls
Vehicle/DriveLine
Check Check Name Recomm /Rating Units Min/ Actual
Max
-I
V1
JVehicle Weight, GVW
45000
F Ibm
F Max
F 39600
V21
1 st Range Converter Stall Gradeability
percent
33.6
V13
1 st Range 70% Converter Efficiency Net Gradeability
percent
25.5
V14
11 st Range 80% Converter Efficiency Gradeability
16.0
percent
Min
22.2
V17
Imaximum Geared Vehicle Speed At Engine Governed Speed
mph
78.0
V43
JHeat Generated in 1st Range 70% Converter Efficiency
Btu /min
1 3481
V44
Heat Generated in 1st Range 80% Converter Efficiency
Btu /min
2477
Vehicle/DriveLine
/Fuel Economy
Check
Check Name
Recomm /Rating
Units
Min/
Max
Actual
OK: Acceptable
OK -1: OK based on pre- acceptance by Engineering
OK -2: OK based on Accepted Application Review
C: Consider - manufacturer to assess
XX: Questionable - may not be acceptable
XXX: Not Acceptable - rating or usage violation
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
6of24
file: / / /C: /Gsingh old com backup /Gurpreet D drive/Backup 1 -26- 2012/...
Notes
35'/40' DIESEL
Check I Comments
V17 lin 6 Lockup
V43 JAt 1954 rpm Engine Speed
V44 At 2009 rpm Engine Speed
SCAAN SUMMARY -APTA GUIDELINES
Vehicle/DriveLine
Check Check Name m /Rating Units Min/ Actual
Max
V36 Vehicle Speed On 2.50% Grade (APTA) 40.0 mph Min 49.0
V37 Vehicle Speed On 16.00% Grade (APTA) 7.0 mph Min 10.5
V39 JAcceleration Time, 0 -10.0 mph, 0.0% Grade (APTA) 5.0 sec Max 2.1
V40 Acceleration Time, 0 -20.0 mph, 0.0% Grade (APTA) 10.8 F sec FMax F 6.6
V41 Acceleration Time, 0 -30.0 mph, 0.0% Grade (APTA) 20.0 sec Max 13.7
V42 Acceleration Time, 0 -40.0 mph, 0.0% Grade (APTA) 1 31.0 F sec F Max F 24.4
Notes
Check I Comments
V36 lin Range5L
V37 in Rangel C
V39 Full Throttle & Vehicle Brakes Locked Start
V40 Full Throttle & Vehicle Brakes Locked Start
V41 Full Throttle & Vehicle Brakes Locked Start
V42 Full Throttle & Vehicle Brakes Locked Start
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere
7 of 24
file: / / /C: /Gsingh old com backup /Gurpreet D drive/Backup 1 -26- 2012/...
35'/40' DIESEL
SCAAN No.: 222735
Description : Latest
Date :
User: Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
CUSTOMER PERFORMANCE SUMMARY
Based on Standard Parameters
Vocation: Bus, City / Transit Bus - U.S. APTA, Straight Vehicle
End User: Denver (North America)
Manufacturer: Gillig (North America, Western)
Model: 40FT, Low Floor Diesel
Engine: Cummins ISL9 280hp / 9001bft / 2200rpm
Engine Certification Year: 2007, 2010, 2013
Transmission: B400 w /Ret (1 -6)
Rating: Transit Bus - w /4th & 5th Gen
Converter: TC418 (Recommended)
Retarder: 3000 Product Family, High Capacity - 4th and 5th Gen Controls
Weight: 39600 (lb) (GVW)
Driveline Ratio : 5.380
Tires: Standard Radial Tire, 482.0 (revs /mi)
Geared Speed: 78.0 (mph) 6L
Clutch Fan Status : Fan On
Air Conditioning Status : No AC
Gradeability
Acceleration (full throttle, brakes locked sty
Time And Distance To SDeed. 0( %) Grade
12.2
21.5
34.7
55.3
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
8 of 24 7/28/2014 6:47 AM
file: / / /C: /Gsingh old com backup /Gurpreet D drive/Backup 1 -26- 2012/...
35'/40' DIESEL
SCAAN No.: 222735
Description : Latest
Date :
User: Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
CUSTOMER PERFORMANCE SUMMARY
Based on User Defined Parameters
Vocation: Bus, City / Transit Bus - U.S. APTA, Straight Vehicle
End User: Denver (North America)
Manufacturer: Gillig (North America, Western)
Model: 40FT, Low Floor Diesel
Engine: Cummins ISL9 280hp / 9001bft / 2200rpm
Engine Certification Year: 2007, 2010, 2013
Transmission: B400 w /Ret (1 -6)
Rating: Transit Bus - w /4th & 5th Gen
Converter: TC418 (Recommended)
Retarder: 3000 Product Family, High Capacity - 4th and 5th Gen Controls
Weight: 39600 (lb) (GVW)
Driveline Ratio : 5.380
Tires: Standard Radial Tire, 482.0 (revs /mi)
Geared Speed: 78.0 (mph) 6L
Clutch Fan Status : Fan On
Air Conditioning Status : On
Gradeability
Acceleration (full throttle, brakes locked sty
Time And Distance To SDeed. 0( %) Grade
120
13.
39.9(sec) 197
65.3(sec) 403
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
9 of 24
file:///C: /Gsingh old com backup /Gurpreet D drive/Backup 1 -26- 2012/...
ALLISON TRANSMISSION
ENGINE - CONVERTER MATCH
Based on Standard Parameters
Transmission Input Ratio : 1.0000
Transmission Input Efficiency ( %): 100.00
Torque Converter: TC418 (Recommended)
Converter Operation
Minimum Engine Speed(rpm) = 1877
Stall Engine Speed(rpm) = 1877
Stall Speed Ratio = 0.000
Stall Torque Ratio = 1.980
35'/40' DIESEL
Clutch Fan Status: Fan On /Air Conditioning Status: No AC
Speed Torque Engine Engine(net) Engine Turbine Turbine Turbine Conv. Match
Ratio Ratio Speed Torque Power Speed Torque Power Heat Rej Point
(rpm) (Ib -ft) (hp) (rpm) (Ib -ft) F(hp) (Btu /min)
0.00001 1.9 01 18771 702.91 251.21 01 1366.91 0.01 106561 Stall
0.1000 1.940 1893 698.9 251.9 189 1331.4 48.0 8649
0.2000 1.880 1896 698.1 252.0 379 1288.8 93.oF 6743
0.3000 1.785 1919 692.3 252.9 576 1213.2 133.01 5089
0.40001 1.6571 19451 685.61 253.91 7781 1114.91 165.21 3765
0.43591 1.6091 19591 682.21 254.41 8541 1077.11 175.11 33661 70Percent
0.5000 1.520 1987 675.0 255.4 993 1006.5 190.4 2756
0.55381 1.4471 20131 665.31 255.01 11141 944.01 200.31 23171 80Percent
0.60001 1.3851 20361 653.51 253.31 12221 886.81 206.31 1996
0.6391 1.331 2056 643.4 251.8 1314 838.8 209.81 17831 85Percent
0.6500 1.315 2061 640.5 251.4 1340 825.4 210.6 1732
0.7000 1.247 2091 625.6 249.1 1463 763.6 212.8 1539
0.75001 1.1791 21211 610.01 246.41 15911 703.51 213.11 1412
0.8000 1.111 2155 592.5 243.1 1724 643.7 211.3 1350
0.8222 1.081 2174 582.6 241.2 1788 615.3 209.4 1346
0.8445 1.050 2200 569.1 238.4 1858 583.7 206.5 13541 Governed
0.86371 1.0241 22041 554.31 232.71 19041 553.71 200.71 1355
0.88301 0.9971 22101 533.41 224.51 19521 518.31 192.61 13531 Coupling
0.90001 0.9971 22211 496.31 209.91 19991 481.31 183.21 1133
0.92501 0.9951 22501 398.71 170.81 20811 383.21 151.81 805
0.95001 0.9951 22801 297.71 129.21 21661 282.71 116.61 537
0.97501 0.9911 2319 16-3.01 72.01 22611 148.01 63.71 350
0.99001 0.9901 23461 71.01 31.71 23231 56.71 25.11 281
Lockup Operation
Clutch Fan Status: Fan On /Air Conditioning Status: No AC
Engine
Engine(net)
Engine
Turbine
Turbine
Turbine
Conv.
Match
Speed
Torque
Power
Speed
Torque
Power
Heat Rej
Point
(rpm)
(Ib -ft)
(hp)
(rpm)
(Ib -ft)
(hp)
(Btu /min)
11501
743.61
162.81
11501
732.41
160.41
104
12001
794.01
181.41
12001
782.71
178.81
110
13001
841.91
208.41
13001
830.31
205.51
122
1400
819.2
218.4
1400
807.5
215.2
133
16001
771.31
235.01
16001
759.41
231.4
153
18001
722.41
247.61
18001
710.01
243.31
180
20001
671.71
255.81
20001
658.81
250.91
208
21001
620.91
248.31
21001
607.81
243.01
222
2200
569.1
238.4
2200
555.8
232.8
237
Governed
22251
483.91
205.01
22251
470.51
199.31
241
22501
398.71
170.81
22501
385.31
165.11
245
22751
313.51
135.81
22751
300.01
129.91
248
23001
228.21
99.91
23001
214.71
94.01
252
23251
142.91
63.31
23251
129.31
57.21
256
10 of 24 7/28/2014 6:47 AM
file: / / /C: /Gsingh old com backup /Gurpreet D drive/Backup 1 -26- 2012/...
35'/40' DIESEL
2350 57.6 25.8 2350 43.9 19.7 260
2375 -27.7 -12.5 2375 -41.4 -18.7 263
2400 -113.1 -51.71 2400 -126.9 -58.01 267
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere
of 24
file:///C: /Gsingh old com backup /Gurpreet D drive/Backup 1 -26- 2012/...
35'/40' DIESEL
ALLISON TRANSMISSION
TRANSMISSION OUTPUT PERFORMANCE
Based on Standard Parameters
Transmission Input Ratio : 1.0000
Transmission Input Efficiency ( %): 100.00
Transmission Base Model : B400 w /Ret
Note: This data is independent of the Shift Calibration, which defines the actual modes of operation (converter, lockup)
Clutch Fan Status : Fan On
Air Conditioning Status : No AC
Forward 1 ratio = 3.4872
12 of 24
file: / / /C: /Gsingh old com backup /Gurpreet D drive/Backup 1 -26- 2012/...
35'/40' DIESEL
13 of 24
file: / / /C: /Gsingh old com backup /Gurpreet D drive/Backup 1 -26- 2012/...
14 of 24
file: / / /C: /Gsingh old com backup /Gurpreet D drive/Backup 1 -26- 2012/...
35'/40' DIESEL
15 of 24
file: / / /C: /Gsingh old com backup /Gurpreet D drive/Backup 1 -26- 2012/...
35'/40' DIESEL
16 of 24
file: / / /C: /Gsingh old com backup /Gurpreet D drive/Backup 1 -26- 2012/...
35'/40' DIESEL
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere
17 of 24
file: / / /C: /Gsingh old com backup /Gurpreet D drive/Backup 1 -26- 2012/...
35'/40' DIESEL
ALLISON TRANSMISSION
VEHICLE FULL THROTTLE PERFORMANCE
Based on Standard Parameters
Transmission Input Ratio : 1.0000 Power Packs: 1
Transmission Input Efficiency ( %): 100.00
Clutch Fan Status : Fan On Axle Ratio: 5.380
Air Conditioning Status : No AC Auxiliary Gearing Ratio: 1.000
Reverse (R 1 C)
Vehicle Engine Tractive Drawbar Wheel Net % Transm
Speed Speed Effort Pull Power Grade Heat Rej
(mph) (rpm) (lb) (lb) (hp) (%) (Btu /min)
R1Cj 0.01 18771 195661 193991 0.01 56.21 10636
R1 C 2.0 1900 18156 17984 96.8 51.0 6382
R1 C 3.9 1959 153641 15186 161.0 41.51 3638 70Percent
R1 C 4.0 1961 152531 15075 162.7 41.21 3567
R1Cj 5.11 20131 134581 132771 184.11 35.61 2644F-1 80Percent
R1 C 6.0 2054 120261 11843 192.4 31.31 2145
R1Cj 6.01 20561 119511 117671 192.71 31.11 2125F-1 85Percent
R1Cj 8.01 21591 90641 88731 193.41 23.01 1709
R1 C 8.6 2200 8292 8099 189.1 20.9 1725 Governed
R1Cj 10.01 22821 38501 36511 102.71 9.31 771
R1 C 10.9 2361 0 -202 0.0 -0.5 364
of 24
file: / / /C: /Gsingh old com backup /Gurpreet D drive/Backup 1 -26- 2012/...
35'/40' DIESEL
19 of 24
file: / / /C: /Gsingh old com backup /Gurpreet D drive/Backup 1 -26- 2012/...
35'/40' DIESEL
ALLISON TRANSMISSION
VEHICLE ACCELERATION PERFORMANCE
Brakes Locked Start
Based on Standard Parameters
Transmission Input Ratio : 1.0000 Power Packs: 1
Transmission Input Efficiency ( %): 100.00
Clutch Fan Status : Fan On Axle Ratio: 5.380
Air Conditioning Status : No AC Auxiliary Gearing Ratio: 1.000
Grade: 0.0 percent
Reverse (R 1 C)
Vehicle Accel Engine
Speed Time Distance Rate Speed
(mph) (sec) (ft) (mph /sec) (rpm)
R1 C
2.01
0.21
0.3
8.881
1900
R1 C1
4.01
0.5
1
1.41
7.2071
1961
F-
R1 C1
6.01
0.8
1
3.81
5.6201
2054
R1 C1
8.01
1.2
1
8.11
4.0991
2159
R 1 C
10.0
1.9
17.3
1.725
2282
Automatic (1C-2C-2L-3L-4L-5L-6L)
Vehicle
Speed
(mph)
Time
(sec)
Distance
(ft)
Accel
Rate
(mph /sec)
Engine
Speed
(rpm)
1CI
2.01
0.31
0.41
6.8661
1895
1CI
4.01
0.61
1.81
6.1591
1922
1CI
6.01
0.91
4.41
5.2981
1968
1CI
8.01
1.41
8.61
4.4731
2032
1CI
10.01
1.91
15.21
3.6691
2101
F-
1CI
10.91
2.11
19.41
3.3101
2136
2C
12.0
2.5
25.5
2.842
1981
2CI
14.01
3.21
39.61
2.596F-
.596
2016
2CI
16.01
4.01
57.51
2.3431
2050
2CI
18.01
4.91
80.11
2.097
2087
2CI
18.31
5.11
84.01
2.059
2093
21-
20.01
5.91
107.71
1.966
1611
21-
22.01
7.01
140.11
1.848
1773
21-
24.01
8.11
178.01
1.727
1934
21-
25.81
9.21
216.61
1.5701
2075
31-
26.01
9.31
223.01
1.488
1584
31-
28.0
10.-71
277.61
1.415
1705
31-
30.01
12.21
339.51
1.3401
1827
al
32.0
13.7
409.6
1.262
1949
31-
34.01
15.4
489.71
1.147
2071
31-1
34.51
15.8
510.91
1.1121
2100
F
41-
36.01
17.3
588.91
0.996
1556
41-
38.0
19.-41
700.51
0.952
1642
41-
40.01
21.51
823.91
0.906
1729
41-
42.01
23.81
960.31
0.8601
1815
41-
44.01
26.21
1111.61
0.8121
1902
41-
46.01
28.71
1279.51
0.7641
1988
41-
48.01
31.51
1470.11
0.6861
2075
41-
49.21
33.31
1596.51
0.635
2125
51-
50.01
34.71
1699.81
0.5801
1620
5L
52.0
38.2
1966.3
0.545
1685
51-
54.01
42.01
2261.41
0.5111
1750
51-
56.01
46.11
2589.51
0.4751
1815
51-
58.01
50.51
2956.51
0.4391
1880
20 of 24
file:///C: /Gsingh old com backup /Gurpreet D drive/Backup 1 -26- 2012/...
35'/40' DIESEL
F_5LJ
60.01
55.31
3369.71
0.4021
1944
F_5LJ
62.01
60.51
3838.91
0.362
2009
5LI
64.01
66.61
4397.81
0.305
2074
5LI
66.01
73.91
5097.61
0.246
2139
5LI
66.31
75.31
5233.81
0.2361
2150
6LI
68.01
82.21
5917.51
0.2271
1918
6LI
70.0
91._91
6891.71
0.1921
1974
6LI
72.01
103.61
8116.91
0.1491
2030
61
74.0
120.2
9897.2
0.098
2087
6L
76.01
149.71
13146.71
0.047
2143
1st Lockup Hold (1C -1L)
Vehicle Accel Engine
Speed Time Distance Rate Speed
(mph) (sec) I (ft) (mph /sec) (rpm)
1CI
2.0
0.31
0.41
6.8661
1895
1CI
4.01
0.6-1
1.81
6.1591
1922
1CI
6.01
0.9-1
4.41
5.2981
1968
1CI
8.01
1.4-1
8.61
4.4731
2032
1CI
9.51
1.7-1
13.21
3.8561
2082
1 L
10.0
1.9
15.4
3.376
1507
1 L
12.01
2.51
25.51
3.0411
1809
1LI
14.01
3.21
39.01
2.5761
2110
Note: " Indicates acceleration limited by wheel slip (wheelslip possible) using On -Road Traction Limit Coefficient = 0.70
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
21 of 24
file:///C: /Gsingh old com backup /Gurpreet D drive/Backup 1 -26- 2012/...
35'/40' DIESEL
ALLISON TRANSMISSION
VEHICLE RETARDATION PERFORMANCE
Based on Standard Parameters
Transmission Input Ratio : 1.0000 Power Packs: 1
Transmission Input Efficiency ( %): 100.00
Engine Friction : Actual
Clutch Fan Status : Fan On Axle Ratio: 5.380
Air Conditioning Status : No AC Auxiliary Gearing Ratio: 1.000
Engine Only data is for comparison purposes only to help show retarder contribution
Closed Throttle Downshifts table is included for reference only
22 of 24
file: / / /C: /Gsingh old com backup /Gurpreet D drive/Backup 1 -26- 2012/...
35'/40' DIESEL
2L
18.0
1450
-3.2
1214
0.029
49.3
11.1
6276 0.102
198.7
2L
16.0
1289
3.0
191
0.027
40.5
9.6
4686 0.088
151.3
2L
14.0
11128
-2.8
1163
-0.025
132.8
-8.1
13333 -0.074
1110.9
2L
12.7
11025
-2.6
1144
-0.024
128.3
-7.1
12592 -0.066
188.6 F
2C
12.7
700
1.8
190
0.017
17.6
6.3
2638 0.058
77.9
Std Preselect Downshifts
23 of 24
file: / / /C: /Gsingh old com backup /Gurpreet D drive/Backup 1 -26- 2012/...
35'/40' DIESEL
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
24 of 24 7/28/2014 6:47 AM
SCAAN No.: 0
Description: Run And View
Date: 3/5/2015
User: Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
INPUT SUMMARY
VOCATION
Page 1 of 12
29' CNG
VEHICLE PARAMETERS
Area and Wei ght
Power Packs
Height
10.00
Width
8.50(
Standard Wind Resistance Coefficient ( No Deflector)
0.55
User Defined Resistance Coefficient ( No Deflector)
0.00
Weight, Rated ( No Trailer, GVW)
3450(
Wei ht on Drive Wheels
68.12
Weiaht on Drive Wheels
2350(
Tires
Number of Tires
6
Manufacturer
Tire Model & Size
Tire Type
Standard Radial Tire
Revs
476 (revs /mi)
Radius
121.18 (in.)
Standard Surface Factor
1.0 Smooth Concrete
User Defined Surface Factor
0.0
10.70
Standard Traction Limit Coefficient ( On -Road)
ENGINE
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
https:Hiscaan. allisontransmission. com /extranet/ iscaan /SCAANReports ?f= Mar052015_1543 ... 3/5/2015
Page 2 of 12
29' CNG
TRANSMISSION
Manufacturer
Allison
Configuration
B400 w /Ret (1 -6) (1- 400 -13)
Converter
TC418 (Recommended) (1- 418 -1)
Retarder
3000 Product Family, Medium Capacity - 4th and 5th Gen Controls
(1- 30001 -2)
Shift Calibration
2200 rpm S1 /S5 Perf, Retarder, Std Preselects, (1 -6) (1- 400 -2200-
2003)
Rating
iTransit Bus - w /4th & 5th Gen (1- 400 -11)
DRIVELINE
GRADES
Std Acceleration 0.00 ( %)
INERTIA
Engine (estimated)
1.5744 (lb -ft- sec ^2)
Tires/Wheels (estimated)
173.9727 (Ib -ft- sec ^2)
ENGINE DETAIL -
Standard Accessories (AC On
where applicable)
Low And High Power
Fan On1AC On
Fan On1AC On
Fan Off/AC On
Fan Off/AC On
Speed
Power
Torque
Net Power
Net Torque
Net Power
Net Torque
(rpm)
(h p)
(Ib -ft)
(h p)
(Ib -ft)
(h p)
(Ib -ft)
1000
142.8
750.0
132.8
697.6
135.8
713.2
1200
194.2
850.0
181.8
795.6
186.9
818.1
1300
222.8
900.0
208.8
843.6
215.4
870.0
Peak Torque
1400
239.9
900.0
224.2
841.0
232.3
871.6
1600
262.0
860.0
242.0
794.3
254.2
834.3
1700
270.3
835.0
247.7
765.2
262.3
810.3
1800
274.2
800.0
248.7
725.7
266.1
776.3
1900
276.8
765.0
248.1
685.8
268.5
742.2
2000
280.0
1735.3
1247.8
650.7
271.6
713.2
Peak Power
2100
279.9
1700.0
1243.8
609.7
271.4
678.6
2200
280.0
1668.4
1239.6
572.1
271.3
647.7
Governed
2400
0.0
10.0
-50.1
-109.6
-9.0
-19.6
No Load Governed
Peak Power point has been defined for the purposes of assessing Accessory Losses
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere
https:Hiscaan. allisontransmission. com /extranet/ iscaan /SCAANReports ?f= Mar052015_1543 ... 3/5/2015
Page 3 of 12
29' CNG
SCAAN No.: 0
Description: Run And View
Date: 3/5/2015
User: Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
SCAAN SUMMARY
Based On Standard Parameters
Vocation: Bus, City / Transit Bus - U.S. APTA, Straight Vehicle
End User: Gillig (North America)
Manufacturer: Gillig (North America, Western)
Model: 29FT, LF
Engine: Cummins ISL G 280hp / 9001bft / 2200rpm
Engine Certification Year: 2007, 2010
Transmission: B400 w /Ret (1 -6)
Rating: Transit Bus - w /4th & 5th Gen
Converter: TC418 (Recommended)
Retarder: 3000 Product Family, Medium Capacity - 4th and 5th Gen Controls
Converter
Transmission
Check
Check Name
RecommlRating
Units
Mini
Actual
Overall
Max
Status
T1
Transmission/Vocation Compatibility
OK
T2
Transmission Compatible with Compressed Natural
OK
Gas Engines
T17
Transmission Permitted in End User /Chassis Mfg
OK
Locations
T15
Input Power(Gross)
325
hp
Max
280
OK
T14
Input Torque(Gross)
925
lb-ft
Max
900
OK
T3
Input Speed (Engine Governed Speed)
1950/2800
rpm
2200
OK
T11
Transmission Output Speed
3600
rpm
Max
2774
OK
Vehicle /DriveLine
Check
Check Name
RecommlRating
Units
Mini
Actual
Overall
Max
Status
V1
Vehicle Weight, GVW
45000
Ibm
Max
34500
OK
V21
1st Range Converter Stall Gradeability
percent
42.6
V13
1st Range 70% Converter Efficiency Net Gradeability
percent
31.6
V14
11st Range 80% Converter Efficiency Gradeability
16.0
percent
Min
27.2
OK
V17
Maximum Geared Vehicle Speed At Engine Governed
mph
p
79.0
Speed
V43
Heat Generated in 1 st Range 70% Converter
Btu /min
3424
Efficiency
V44
Heat Generated in 1 st Range 80% Converter
Btu /min
2424
Efficiency
OK: Acceptable
OK -1: OK based on pre- acceptance by Engineering
OK -2: OK based on Accepted Application Review
C: Consider - manufacturer to assess
XX: Questionable - may not be acceptable
XXX: Not Acceptable - rating or usage violation
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere
https:Hiscaan. allisontransmission. com /extranet/ iscaan /SCAANReports ?f= Mar052015_1543 ... 3/5/2015
Page 4 of 12
29' CNG
FMOT M
SCAAN SUMMARY-APTA GUIDELINES
Vehicle /DriveLine
https:Hiscaan. allisontransmission. com /extranet/ iscaan /SCAANReports ?f= Mar052015_1543 ... 3/5/2015
Page 5 of 12
29' CNG
SCAAN No.: 0
Description: Run And View
Date: 3/5/2015
User: Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
CUSTOMER PERFORMANCE SUMMARY
Based on Standard Parameters
Vocation: Bus, City / Transit Bus - U.S. APTA, Straight Vehicle
End User: Gillig (North America)
Manufacturer: Gillig (North America, Western)
Model: 29FT, LF
Engine: Cummins ISL G 280hp / 9001bft / 2200rpm
Engine Certification Year: 2007, 2010
Transmission: B400 w /Ret (1 -6)
Rating: Transit Bus - w /4th & 5th Gen
Converter: TC418 (Recommended)
Retarder: 3000 Product Family, Medium Capacity - 4th and 5th Gen Controls
Weight: 34500 (lb) (GVW)
Driveline Ratio : 5.380
Tires: Standard Radial Tire, 476.0 (revs /mi)
Geared Speed: 79.0 (mph) 6L
Clutch Fan Status : Fan On
Air Conditioning Status : No AC
Acceleration full throttle, brakes locked start
Time And Distance To Speed. 0( %) Grade 0 -20 (mph) in
mph) lin 18.7(sec) 711
mph) lin 30.1(sec) 14E
mph) lin 47.3(sec) 28E
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
https:Hiscaan. allisontransmission. com /extranet/ iscaan /SCAANReports ?f= Mar052015_1543 ... 3/5/2015
SCAAN No.: 0
Description: Run And View
Date: 3/5/2015
User: Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
VEHICLE FULL THROTTLE PERFORMANCE
Based on Standard Parameters
Page 6 of 12
29' CNG
Transmission Input Ratio
: 1.0000
Power Packs: 1
Transmission Input Efficiency ( %): 100.00
Clutch Fan Status : Fan Off
Axle Ratio: 5.380
Air Conditioning Status :
No AC
Auxiliary Gearing
Ratio: 1.000
Reverse RIC
Vehicle
Engine
Tractive
Drawbar
Wheel
Net %
Transm
Speed
Speed
Effort
Pull
Power
Grade
Heat Rej
(mph)
(rpm)
(I b)
(I b)
(h p)
(%)
(Btulmin)
R1 C
0.0
1917
20279
20133
0.0
71.9
11412
R1 C
2.0
1939
18879
18728
100.7
64.6
6975
R1 C
4.0
1997
15979
15824
170.4
51.6
3957
R1 C
4.1
1999
15882
15727
172.0
51.2
3892
70Percent
R1 C
5.3
2057
13868
13710
196.3
43.3
2808
80Percent
R1 C
6.0
2093
12826
12665
205.2
39.5
2410
R1 C
6.3
2107
12420
12258
207.9
38.0
2290
85Percent
R1 C
7.81
22001
103771
10210
215.9
31.0
1931
Governed
R1 C
8.0
22031
99861
98191
213.01
29.7
18761
1
R1 C
10.0
22871
47481
45731
126.61
13.4
9661
1
R1 C
11.1
2388
0
-1791
0.0
-0.5
3711
1
https:Hiscaan. allisontransmission. com /extranet/ iscaan /SCAANReports ?f= Mar052015_1543 ... 3/5/2015
Page 7 of 12
29' CNG
1st Lockup Hold (1C -1L)
https:Hiscaan. allisontransmission. com /extranet/ iscaan /SCAANReports ?f= Mar052015_1543 ... 3/5/2015
Vehicle
Engine
Tractive
Drawbar
Wheel
Net %
Transm
Speed
Speed
Effort
Pull
Power
Grade
I
Heat Rej
(mph)
(rpm)
(lb)
(lb)
(hp)
(%)
(Btulmin)
1CI
0.0
1917
14425
14278
0.01
45.5
11412
1 C
2.0
1935
13765
13615
73.4
42.9
8179
1 C
4.0
1960
12675
12520
135.2
38.9
5472
1 C
5.9
1999
11241
11081
175.5
33.9
3737
70Percent
1 C
6.0
2003
11129
10968
178.1
33.5
3624
1 C
7.7
2057
9812
9646
200.2
29.1
2636
80Percent
1CI
8.0
2069
9549
9381
203.7
28.3
2479
1 C
9.0
2107
8781
8610
211.9
25.8
2113
85Percent
1 C
9.6
2130
8392
8219
215.0
24.5
1976
1 L
9.6
1430
8497
8324
217.7
24.9
340
1 L
10.0
1488
8386
8212
223.6
24.5
346
1 L
12.0
1786
7634
7451
244.3
22.1
429
11-1
14.01
20841
66491
64571
248.21
19.11
502
1 L
14.8
2200
6277
6081
247.4
17.9
535
Governed
1 L
16.0
2381
184
-18
7.8
-0.1
468
1 L
16.0
2387
0
202
0.0
-0.6
466
Clutch Fan Status : Fan On Axle Ratio: 5.380
Air Conditioning Status : No AC Auxiliary Gearing Ratio: 1.000
Reverse (R1C)
https:Hiscaan. allisontransmission. com /extranet/ iscaan /SCAANReports ?f= Mar052015_1543 ... 3/5/2015
Page 8 of 12
29' CNG
Tractive
Vehicle
Engine
Net %
Speed
Speed
(mph)
(rpm)
R1C
0.0
1867
R1C
2.0
188E
R1C
3.9
194E
R1C
4.0
1942
R1C
5.1
1992
R1C
6.0
2037
R1C
6.1
2041
R1C
8.01
215E
R1C
8.6
220C
R1C
10.0
2272
R1C
11.0
2367e
Page 8 of 12
29' CNG
Tractive
Drawbar
Wheel
Net %
Transm
Effort
Pull
Power
Grade
Heat Rej
(I b)
(I b)
(h p)
(%)
(Btulmin)
19213
19067
0.0
66.3
10533
17790
17640
94.9
59.5
6319
14934
14779
157.0
47.4
3557
70
14840
14685
158.3
47.0
3498
13041
12883
178.9
40.3
2576
80
11745
11584
187.9
35.6
2115
11628
11467
188.5
35.2
2084
85
9034
88671
192.71
26.61
1706
8262
8093
190.2
24.1
1729
Gi
4296
4122
114.61
12.0
867
0
-178
0.0
-0.5
365
https:Hiscaan. allisontransmission. com /extranet/ iscaan /SCAANReports ?f= Mar052015_1543 ... 3/5/2015
Page 9 of 12
29' CNG
1st Lockup Hold (1C -1L)
Note : ' Tractive Effort exceeds vehicle traction limit (wheelslip possible) using On -Road Traction Limit Coefficient = 0.70
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
https:Hiscaan. allisontransmission. com /extranet/ iscaan /SCAANReports ?f= Mar052015_1543 ... 3/5/2015
Vehicle
Engine
Tractive
Drawbar
Wheel
Net %
Transm
Speed
Speed
Effort
Pull
Power
Grade
Heat Rej
(mph)
(rpm)
(lb)
(lb)
(h p)
(%)
(Btulmin)
1CI
0.0
1867
13666
13520
0.0
42.6
10533
1 C
2.0
1882
12999
12849
69.3
40.1
7454
1 C
4.0
1905
11880
11725
126.7
36.1
4903
1 C
5.7
1940
10568
10408
160.1
31.6
3417
70Percent
1 C
6.0
1949
10319
10158
165.1
30.8
3195
1 C
7.4
1993
9223
9058
182.4
27.2
2422
80Percent
1CI
8.0
2014
8784
8617
187.41
25.8
2177
1 C
8.8
2041
8218
8048
192.0
24.0
1927
85Percent
1 C
9.6
2072
7613
7440
195.0
22.1
1740
1 L
9.6
1430
8175
8002
209.4
23.8
334
1 L
10.0
1488
8037
7862
214.3
23.4
338
1 L
12.0
1786
7132
6949
228.2
20.6
421
1 Ll
14.01
20841
59671
57751
222.81
17.01
4891
1
1 LI
14.81
22001
55161
53211
217.41
15.61
5211
1 Governed
1 LI
15.91
2361
0
-201
-0.0
-0.61
4591
1
Note : ' Tractive Effort exceeds vehicle traction limit (wheelslip possible) using On -Road Traction Limit Coefficient = 0.70
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
https:Hiscaan. allisontransmission. com /extranet/ iscaan /SCAANReports ?f= Mar052015_1543 ... 3/5/2015
SCAAN No.: 0
Description: Run And View
Date: 3/5/2015
User: Gurpreet Singh, Gillig
Application Review Status
Output Units : US
ALLISON TRANSMISSION
VEHICLE ACCELERATION PERFORMANCE
Brakes Locked Start
Based on Standard Parameters
Page 10 of 12
29' CNG
Transmission Input Ratio : 1.0000 Power Packs: 1
Transmission Input Efficiency ( %): 100.00
Clutch Fan Status : Fan Off Axle Ratio: 5.380
Air Conditioning Status : No AC Auxiliary Gearing Ratio: 1.000
Grade: 0.0 percent
Reverse RIC
Vehicle Accel Engine
Speed Time Distance Rate Speed
(mph) (sec) (ft) (mphlsec) (rpm)
R1 C 2.0 0.2 0.3 10.498 1939
R1 C 4.0 0.4 1.2 8.555 1997
R1 C 6.0 0.71 3.21 6.674 2093
R1 C 8.0 1.01 6.71 5.576 2203
R1 C 10.0 1.51 13.81 2.397 2287
Automatic
1 C- 2C- 2L- 3L- 4L -5L -6L
Vehicle
Accel
Engine
Speed
Time
Distance
Rate
Speed
(mph)
(sec)
(ft)
(mphlsec)
(rpm)
1 C
2.0
0.2
0.4
8.129
1935
1 C
4.0
0.5
1.5
7.310
1960
1 C
6.0
0.8
3.7
6.326
2003
1 C
8.0
1.1
7.2
5.356
2069
1 C
10.0
1.6
12.7
4.484
2147
1 C
11.1
1.8
16.6
4.099
2193
2C
12.0
2.1
21.0
3.420
2015
2C
14.0
2.7
32.8
3.132
2051
2CI
16.0
3.4
47.5
2.864
2089
2C
18.0
4.1
65.8
2.605
2131
2C
18.5
4.3
71.4
2.533
2143
2L
20.0
4.9
88.3
2.426
1591
2L
22.0
5.7
114.4
2.287
1751
2L
24.0
6.7
145.2
2.108
1910
21-
26.0
7.6
181.5
1.944
2069
2L
26.1
7.7
183.0
1.935
2075
3L
28.0
8.7
225.2
1.772
1684
3L
30.0
9.9
274.8
1.666
1805
3L
32.0
11.2
331.4
1.557
1925
3L
34.0
12.5
395.8
1.455
2045
31-
34.9
13.1
428.0
1.400
2100
4L
36.0
14.0
473.0
1.251
1537
4L
38.0
15.6
561.3
1.209
1622
4L
40.0
17.3
658.0
1.158
1707
4L
42.0
19.1
765.2
1.092
1793
4L
44.0
21.0
884.6
1.026
1878
41-
46.0
23.0
1017.7
0.964
1963
4L
48.0
25.1
1165.9
0.899
2049
4L
49.8
27.2
1313.9
0.838
2125
5L
50.0
27.5
1334.3
0.761
1600
5L
52.0
30.2
1536.2
0.724
1664
https:Hiscaan. allisontransmission. com /extranet/ iscaan /SCAANReports ?f= Mar052015_1543 ... 3/5/2015
Page 11 of 12
29' CNG
1st Lockup Hold (1 C -1 Q
Automatic 1 C- 2C- 2L- 3L- 4L -5L -6L
Vehicle
Accel
Engine
Speed
Engine
Time
Distance
Rate
Speed
Distance
(mph)
Speed
(sec)
(ft)
(mphlsec)
(rpm)
(ft)
1 C
(mphlsec)
2.0
(rpm)
0.2
0.4
8.129
0.3
1935
0.4
1 C
7.675
4.0
0.5
1.5
7.310
0.5
1960
1.6
1 C
6.862
6.0
0.8
3.7
6.326
0.8
2003
3.9
1 C
5.860
8.0
1.1
7.2
5.356
1.2
2069
7.8
1 C
4.921
9.6
1.5
11.4
4.647
1.7
2130
13.7
1 L
4.083
10.01
1.61
12.8
4.041
2.0
1488
18.1
1 L
3.656
12.01
2.11
21.2
3.674
2.2
1786
22.9
1 L
3.159
14.01
2.71
32.4
3.187
2.9
2084
35.6
2.883
1996
2C
16.0
3.6
51.7
Clutch Fan Status : Fan On
2.616
Axle Ratio: 5.380
2033
2C
Air Conditioning Status : No AC
18.0
Auxiliary Gearing Ratio: 1.000
4.4
71.9
Grade: 0.0 percent
2.356
2073
2C
Reverse RIC
18.5
4.7
78.0
2.287
Vehicle
2084
2L
Accel
5.3
Engine
95.7
2.303
Speed
Time
Distance
Rate
22.0
Speed
123.5
(mph)
(sec)
1751
(ft)
2LI
(mphlsec)
24.0
(rpm)
7.21
R1 C
2.0
0.2
0.3
2LI
9.914
26.0
1886
8.31
R1 C
196.9
4.0
0.4
1.3
20691
1
7.933
1942
R1 C1
6.01
0.71
3.41
6.137
2037
R1 Cl
8.01
1.11
7.41
4.5721
2150
R1 C1
10.01
1.71
15.11
2.1771
2273
Automatic 1 C- 2C- 2L- 3L- 4L -5L -6L
Vehicle
Accel
Engine
Speed
Time
Distance
Rate
Speed
(mph)
(sec)
(ft)
(mphlsec)
(rpm)
1 C
2.0
0.3
0.4
7.675
1882
1 C
4.0
0.5
1.6
6.862
1905
1 C
6.0
0.8
3.9
5.860
1949
1 C
8.0
1.2
7.8
4.921
2014
1 C
10.0
1.7
13.7
4.083
2087
1 C
11.1
2.0
18.1
3.656
2130
2C
12.0
2.2
22.9
3.159
1961
2CI
14.0
2.9
35.6
2.883
1996
2C
16.0
3.6
51.7
2.616
2033
2C
18.0
4.4
71.9
2.356
2073
2C
18.5
4.7
78.0
2.287
2084
2L
20.0
5.3
95.7
2.303
1591
2L
22.0
6.2
123.5
2.138
1751
2LI
24.0
7.21
156.8
1.932
1910
2LI
26.0
8.31
196.9
1.736
20691
1
https:Hiscaan. allisontransmission. com /extranet/ iscaan /SCAANReports ?f= Mar052015_1543 ... 3/5/2015
Page 12 of 12
29' CNG
2LI
Vehicle
26.1
8.3
Engine
198.6
1.725
Time
2075
Rate
3L
28.0
(mph)
9.4
(ft)
243.3
(rpm)
1.665
1 C
1684
0.3
3L
7.675
30.0
10.7
4.0
296.4
1.6
1.543
1905
1805
1 C
3L
0.8
32.0
5.860
12.1
358.2
8.0
1.417
7.8
1925
2014
3L
1 C
34.0
1.6
13.5
4.225
429.7
1.296
10.01
2045
13.8
3L
14881
34.9
1 Ll
14.3
2.21
466.1
3.431
1.233
2100
14.01
4LI
34.9
36.0
2084
15.2
513.5
1.186
1537
4L
38.0
16.9
607.0
1.136
1622
4L
40.0
18.7
710.5
1.078
1707
4L
42.0
20.6
826.4
1.004
1793
4L
44.0
22.7
957.5
0.928
1878
4L
46.0
24.9
1105.9
0.858
1963
4LI
48.0
27.4
1274.3
0.784
2049
4L
49.8
29.8
1446.3
0.713
2125
5L
50.0
30.1
1468.2
0.708
1600
5L
52.0
33.0
1686.4
0.666
1664
5L
54.0
36.1
1928.5
0.620
1728
5L
56.0
39.5
2201.3
0.567
1792
5LI
58.0
43.2
2511.7
0.514
1856
5L
60.0
47.3
2868.2
0.462
1920
5L
62.0
51.9
3280.0
0.412
1984
5L
64.0
57.2
3763.3
0.357
2048
5L
66.0
63.3
4347.7
0.301
2112
5L
67.2
67.4
4752.0
0.268
2150
6LI
68.0
70.4
5047.4
0.269
1894
6L
70.0
78.6
5876.5
0.224
1949
6L
72.0
88.7
6927.0
0.177
2005
6L
74.0
102.1
8361.6
0.127
2061
6L
76.0
122.5
10607.0
0.077
2117
6L
78.0
165.6
15491.8
0.027
2172
1st Lockuo Hold (1 C -1 L
Note: ' Indicates acceleration limited by wheel slip (wheelslip possible) using On -Road Traction Limit Coefficient = 0.70
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
https:Hiscaan. allisontransmission. com /extranet/ iscaan /SCAANReports ?f= Mar052015_1543 ... 3/5/2015
Vehicle
Accel
Engine
Speed
Time
Distance
Rate
Speed
(mph)
(sec)
(ft)
(mphlsec)
(rpm)
1 C
2.0
0.3
0.4
7.675
1882
1 C
4.0
0.5
1.6
6.862
1905
1 C
6.0
0.8
3.9
5.860
1949
1 C
8.0
1.2
7.8
4.921
2014
1 C
9.6
1.6
12.4
4.225
2072
1 Ll
10.01
1.71
13.8
3.871
14881
1
1 Ll
12.01
2.21
22.7
3.431
1786
1 L1
14.01
2.91
34.9
2.855
2084
Note: ' Indicates acceleration limited by wheel slip (wheelslip possible) using On -Road Traction Limit Coefficient = 0.70
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
https:Hiscaan. allisontransmission. com /extranet/ iscaan /SCAANReports ?f= Mar052015_1543 ... 3/5/2015
Colorado Mountain
Purchasing Consortium
CER 6. Acknowledgment of CMPC Required Equipment
Section 9
Product /
Manufacturer
Product
Proposer
Configuration
Specification
Compatibility
(Y /N)
Automated
Dilax
Requires RM Velocity VLU,
Y
Passenger Counts
J1708 link to APC PCU,
(APC)
and GPS receiver hard-
ware components.
Automated Voice
Mackenzie
MB -701
Y
Annunciation
Labs
(AVA)
Back Up Camera
Luminator
Built in camera that inter-
Y
System
faces with ODK providing
a backup display when
the bus is in reverse.
Bike Rack
Sportworks
3- Position Bike Rack
N
Destination Sign
Hanover
System
Y
Destination Sign
Luminator
Gen 4 SMT with ODK4,
Y
System
rear run sign camera op-
tion and dash sign.
Destination Sign
TwinVision
System
Y
Drop -Down Chain
On -Spot
System should be pro-
Y
System
grammable for speed limi-
tations for deployment as
well as top speed.
Fuel filler -
The nozzle shall automati-
Y
standard fuel
cally shut off when the
nozzle
tank is essentially full. An
audible signal shall indi-
cate when the tank is es-
sentially full. The fuel filler
cap shall be a screw -on
cap.
Handset
AudioSears
For VoIP communication
Y
31
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
Paratransit
RouteMatch
Y
Scheduling
Software
/Hardware
Paratransit
Trapeze
Y
Scheduling
Software/
Hardware
Perimeter Seating
Passenger seats shall be
Y
Seat Configuration
arranged in a perimeter-
facing configuration.
Radio
Motorola
MOTOTRBO Model
Y
XPR4550 w /hand mic; 45
watt VHF Radio 2 anten-
nas; GPS surface mount
antenna
Related ITS
Clever Devices
Announcement and Public
Y
Components
Address System; Infrared
APC system
Surveillance
Apollo
5 -8 camera system; Wifi
Y
Camera System
built in for download; high
definition, high capacity
mobile DVR.
Surveillance
UTC /GE
Penta 8 -12 camera sys-
Y
Camera System
MobileView
tem; GPS and Wifi router
& antenna, event button.
Surveillance
REI
3 -8 camera system
Camera System
Y
Surveillance
Seon
3 -4 camera system, GPS
Camera System
Y
Three forward
Three forward - facing loca-
Y
facing wheelchair
tions, as close to the
securement
wheelchair loading system
locations.
as practical, shall provide
parking space and se-
curement system compli-
ant with ADA require-
ments for a passenger is
a wheelchair.
32
CMPC- 15- LTB -RFP January 2015
COLORADO MOUNTAIN PURCHASING CONSORTIUM
MARCH 2015
COMPLETE DELIVERY
4 BUSES: BY DECEMBER 31, 2015 PROVIDED A FIRM
PURCHASE ORDER IS RECEIVED BY MAY 30, 2015.
6 BUSES: BY MARCH 31, 2016 PROVIDED A FIRM PURCHASE
ORDER IS RECEIVED BY JUNE 30, 2015.
OPTIONS ORDERS: FUTURE PLANNING OF OPTION ORDERS IS
ESSENTIAL. GILLIG WILL COMMIT TO THE
DELIVERY QUANTITIES & DELIVERY YEAR AS
INDICATED IN THE MULTI YEAR QUANTITITY
TABLE IN THE RFP. GILLIG WILL REQUIRE A FIRM
PURCHASE ORDER 12 MONTHS PRIOR TO
PRODUCTION START PROVIDED A WRITTEN
COMMUNICATION OF THE FLEET ORDER
COMPOSITION (QUANTITY, SIZE, FUEL) IS
PRESENTED TO US 16 MONTHS PRIOR TO
PRODUCTION START.
GILLIG'S history of on -time contract performance is unmatched in the industry because
we believe it is the responsibility of the bus manufacturer to deliver to the customer a
cost - effective yet quality -built bus on time, every time. GILLIG's high degree of
conformance to the customer bus specifications (as indicated elsewhere in this
proposal) guarantees that you will receive the bus that you want within the time frame in
which you need it.
Our unsurpassed record of on -time deliveries demonstrates our ability to satisfy
commitments made to our customers. This is evidenced by the fact that, unlike most
other bus manufacturers, GILLIG has never been required to pay liquidated damages
because of a late delivery. It is our goal to not only deliver on time but to improve upon
the quoted delivery.
We have NEVER been late on a promised delivery date. Please see the below table of
Actual and Promised Delivery Dates for some recent orders.
GILLIG DELIVERIES
Actual vs Promised Dates
^ ^Promised Delivery ^Act ual Delivery
GILLIG has other additional contract commitments for the duration of this contract;
however, they will not impact the proposed delivery schedule for your new vehicles.
EMM 1111,,,,O rktf`` Illl Illl ,,,OO Illy
UNDERSTANDING THE SCOPE OF WORK
GILLIG is the manufacturer of the heavy -duty LOW FLOOR DIESEL, transit bus
models in the 35 foot length that is proposed for this procurement. We have the
ability to bid, manufacture, and deliver on schedule the vehicles proposed. All our
experienced, qualified, and trained staff are located at one (1) location only and
will be manufacturing the vehicles proposed.
An outline of the major tasks to reach the finished product are listed below:
THE PROCESS: BID TO BUILD TO IN- SERVICE
GILLIG strives to build mutually beneficial partnerships by doing our very best to
build the best buses and satisfy the customers needs. Yet, in order to be successful
it is important that the customer understands and is comfortable with our
processes. Summarized below are the major phases of bus procurements from
Gillig's perspective.
BID
• The process starts with an advertisement for bid and the release of bid
specifications
• Next, the OEM submits requests for Approved Equals unless the bid
requires deviations to be submitted with the proposal
• Proposals are submitted
• Bids are reviewed and evaluated
• If required, negotiation meetings are held and BAFO's are requested
• Award notification is made
BUILD PREPARATION — (7) Months prior to Production
• The GILLIG Contracts Administrator sends a letter acknowledging the
contract award along with the pre -award Buy America certificate and any
necessary bonding or insurance requirements. The contract is executed
EMM 1111,,,,O rktf`` Illl Illl ,,,OO Illy
UNDERSTANDING THE SCOPE OF WORK
BUILD PREPARATION — (7) Months prior to Production - continued
• The assigned GILLIG Project Manager /Sales Engineer contacts the
customer and establishes a date for the customer pre - production meeting
that will be held at GILLIG. The customer is asked to provide requested
items such as: pictures of the required paint scheme, sample air system
connectors, schedule holders and interior color selections for trim,
passenger seats and the driver's seat. It is very important that these items
are collected and brought to the pre - production meeting because they help
GILLIG to properly define the customer's needs
• Customer pre - production meeting at the GILLIG factory. At this meeting
the Project Manager and the customer review the Customer Bid
Specification Notes (see attached), define details and unique features of the
vehicle and review the production schedule. Changes can be made easily at
this time at low or often no cost at all so it is important for the customer to
provide as much input as possible at this time. This is the most critical
step in product definition and ultimately THE CUSTOMERS
SATISFACTION DEPENDS ON THE SUCCESS OF THIS
MEETING
• GILLIG tracks and records the changes that are agreed to at the pre-
production meeting and identifies any customer requested action items. A
letter is then mailed to the customer for review and response (see attached
sample letter)
• Five (5) months prior to production start the Project Manager has received
feedback from the customer and finalizes the bus configuration. This
completed specification, called the Sales Work Order (no sample provided
for protection of trade secrets) , is then released internally to Engineering,
Purchasing and Manufacturing. After this document has been released any
subsequent changes to the specification must be made through a Production
Change Order (see attached sample)
• A Bill of Materials (no sample provided for protection of trade secrets) is
created from this Sales Work Order and component requirements are
loaded into an MRP system. If a new engineering design is required it will
be initiated through a Request for Engineering Information document (see
attached sample) GILLIG places purchase orders for major components
starting four (4) months prior to production
EMM 1111,,,,O rktf`` Illl Illl ,,,OO Illy
UNDERSTANDING THE SCOPE OF WORK
BUILD PREPARATION — (7) Months prior to Production - continued
• GILLIG Engineering produces a custom seat and dash layout (see attached
samples) per the customer requirements. These are sent to the customer for
approval
• Six (6) weeks prior to production start GILLIG conducts an internal pre-
production meeting to finalize all details of the order. The order is reviewed
by executive members of all internal departments. Changes made to the
order following this meeting are often times difficult and costly
BUILD
• The chassis starts on the production line on the scheduled date
• The customer's resident inspector(s) arrive and are assigned offices at the
manufacturing facility. The inspector(s) are an integral and critical part of
GILLIG's build process so GILLIG strongly recommends and requests that
the inspectors inspect the buses and provide guidance and feedback while
the buses are in- process as well as at completion. This approach ensures
specification compliance and quality while minimizing rework, cost and
delivery delays. All inspector initiated specification changes are handled by
the Project Manager whereas quality concerns or issues should be directed
to production supervisors
• When completed (approximately (13) days following chassis start) the bus
is road tested, water tested, underside inspected and any discrepancies are
"worked off'
• When satisfied, the inspector approves the bus for delivery. The bus is
usually shipped the same day
DELIVERY AND POST DELIVERY INSPECTION
• Buses are driven to the customer's facility by a contracted service
• Customer receives and conducts preliminary inspection of the bus for any
damage caused during shipment
EMM 1111,,,,O rktf`` Illl Illl ,,,OO Illy
UNDERSTANDING THE SCOPE OF WORK
DELIVERY AND POST DELIVERY INSPECTION - continued
• A GILLIG Field Service Representative arrives to assist customer in
preparing the bus to be put into revenue service. This includes fixing any
problems discovered by the customer following delivery, conducting
vehicle familiarization for maintenance and operation personnel and
ordering any parts that may be required to satisfy the customer (i.e. chipped
windshields)
• The customer accepts the bus, puts it into service and authorizes payment
POST DELIVERY SUPPORT
• The GILLIG Parts Department ships any maintenance support tools and /or
spare parts that were part of the bus order
• The contractual quantities of manuals (operators, service, parts, electrical
schematics and component supplier manuals) are shipped per the
contractual delivery time
• GILLIG Field Service schedules and /or conducts training as per the
contractual agreement
Although this is a simplified version of a complex process, GILLIG hopes that it
gives you some insight as to our perspective of the work flow. GILLIG is
committed to supporting its customers and products throughout the vehicle's
service life and will do whatever is reasonably and practical to ensure continued
customer satisfaction. GILLIG views bus procurements as a business partnership
and thus we intend to make this build as easy and trouble -free as possible.
WE ALL WORK HARD TO SATISFY YOU
AND BUILD THE BEST BUSES.
YOU CAN COUNT ON US.
I �" IPW illy "� ( /� ;n;, f''
1 / i � i /
ORDER PROCESSING TO ENSURE TIMELY BUS DELIVERY
•� •
GILLIG has delivered our LOW FLOOR heavy -duty transit buses throughout the United
States in similar climate and operating conditions to those described in this RFP. The
vehicle proposed has completed testing at the Altoona Testing Facility, and complies
with the FTA rules and regulations as required for FTA funded procurements. The
TESTING AND DESIGN OPERATING PROFILE VALIDATION includes additional
testing completed for your reference and information. This information can be found in
PACKAGE 1 —TECHNICAL PROPOSAL, section 3, tab i.
Denver (RTD), CO Steamboat Springs, CO
Bruce Abel Jonathan Flint
Bus Operations Manager Operations Manager
303 - 299 -2839 970 - 879 -3717
babel @Denver- RTD.com
Vail, CO
Todd Scholl
Fleet Manager
970 - 479 -2163
tscholl @vailgov.com
Logan (Cache Valley Transit Dist.), UT
Todd Beutler
General Manager /CEO
435 - 713 -6968
tbeutler @cvtdbus.org
jflint @steamboatsprings.net
St. Paul (Metro Transit), MN
Jan Homan
Chief Operating Officer
612- 349 -7514
jan.homan @metc.state.mn.us
Salt Lake City (UTA), UT
Kurt Burningham
Fleet Engineer
801 - 287 -3040
kburningham @rideuta.com
U S T' IR IR F IR IL. III S T
Our best reference is our reputation of satisfying our customers with excellent products
and services. We have listed below a number of our customers, as representative
references to our company's experience and capabilities and who can attest to
GILLIG's commitment to customer satisfaction and support.
San Diego (NITS), CA
Bill Spraul
Chief Operating Officer
619 - 238 -0100 Ext. 6400
Bill. spraul@sdmts.com
Stockton (San Joaquin RTD), CA
Donna DeMartino
General Manager
209 - 948 -0645
ddemartino@sanj*oaquinrtd.com
San Mateo County (SamTrans), CA
Chuck Harvey
Chief Operating Officer
650 -508 -7720
harveyc@samtrans.com
St. Paul (Metro Transit), MN
Jan Homan
Chief Operating Officer
612 - 349 -7514
J an.homan @metc. state.mn.us
Louisville (TARC), KY
Barry Barker
Executive Director
502 -561 -5100
bbarker@n*detarc.org
Albany (CDTA), NY
Carm Basile
Chief Executive Officer
518- 437 -8310
carmb @cdta.org
Richmond (GRTC), VA
Charles Mitchell
Operations Manager
804 - 358 -3871 Ext. 320
cmitchell @ridegrtc. com
Jacksonville (JTA), FL
Lisa Darnall
Vice President, Transit Operations
904 -630 -3181
ldarnall @jtafla.com
Roanoke (Valley Metro), VA
John Thompson
Maintenance Manager
540- 982 -0305
j ct 1 @valleymetro. com
Portland (Tri -Met), OR
Greg Haley
Procurement Project Manager
503- 962 -3327
haleyg @trimet.org
Contra Costa County(CCCTA), CA
Scott Mitchell
Director of Maintenance
925- 676 -1976
Mitchell @cccta.org
Boa
LOW FLOOR CUSTOMER LIST
3/20/2015 1 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
AC TRANSIT
37
40X102
APRIL 2013
10626 INTERNATIONAL BLVD.
182154 - 182190
OAKLAND, CA 94603
27
40X102
MAY 2013
STUART HOFFMAN
182191 - 182217
510 - 577 -2577
16
40X102
OCT. 2013
183351 - 183366
38
40X102
MARCH 2014
183367 - 183404
AUG 2014
68
40X102
183405 - 183472
ADVANCE TRANSIT, INC.
8
35X102
JULY 2004
PO BOX 1027
73695 -73702
WILDER, VT 05088
3
35X102
DEC. 2007
VAN CHESNUT, EXEC. DIR.
78667 -78669
802 - 295 -1824 X 16
CITY OF ALBANY
APRIL 2005
PO BOX 480
1
40X102
73313
ALBANY, OR 97321
DEC 2014
EDNA CAMPAU, TRANSIT COORDINATOR
1
40X102
183019
541 - 917 -7606
1
35X102
183109
ALBANY TRANSIT SYSTEM
NOV. 2006
712 FLINT AVE.
2
29X102
91171 -91172
ALBANY, GA 31701
JAN. 2008
NEDRA WOODYATT, GM
2
29X102
91476 -91477
229 - 431 -2824
SEPT.2009
1
29X102
91798
ALLEN COUNTY RTA
JULY 2009
200 E. HIGH ST., STE 2A
1
29X102
91430
LIMA, OH 45801
2
35X102
176678 -679
SHEILA SCHMITT, GM
MARCH 2013
419 - 222 -5745
2
35X102
182478 - 182479
AUG 2014
1
35X102
182079
1
29X102
92750
ALLISON TRANSMISSION DIVISION
1
40X102
DEC. 01
PO BOX 7120
72257
INDIANAPOLIS, IN
1
40X102
MAY'04
CHRIS COLLIER, SALES MGR
73449
317 - 915 -2764
1
40X102
JULY 2006
77533
3/20/2015 1 of 78
LOW FLOOR CUSTOMER LIST
AMERICAN UNIVERSITY
DELIVERY DATE/
CUSTOMER
# UNITS SIZE SERIAL NUMBERS
ALTOONA METRO TRANSIT
4 35X102 APRIL 2000
3301 FIFTH AVE.
71033 -71036
ALTOONA, PA 16602 -1801
1
ERIC WOLF, GM
JAN 2013
814 - 944 -4074
AMERICAN UNIVERSITY
1
35X102
MARCH 2010
4400 MASSACHUSETTS AVE. NW
177639
WASHINGTON, DC 20016 -8057
1
35X102
JAN 2013
ALFEF WORKU, SHUTTLE OPS & MAINT MGR
181543
202 - 885 -2650
AMES, CITY OF
4
40X102
JAN 1999
1706 W. 6TH ST.
70335 -70338
AMES, IA 50010
4
40X102
JULY 2008
SHERI KYRAS, TRANSIT DIRECTOR
176085 - 176088
515 - 239 -5563
5
40X102
JAN 2012
180452 - 180456
5
40X102
OCT 2012
180754 - 180758
ANN ARBOR TRANSPORTATION AUTHORITY
4
40X102
SEPT. 1999
2700 S. INDUSTRIAL HWY
70696 -70699
ANN ARBOR, MI 48104
7
35X102
SEPT. 1999
TERRY BLACK, MAINTENANCE MGR
70689 -70695
734 - 794 -1750
6
35X102
APRIL 2000
70680 -70685
ANNAPOLIS DOT
4
29X102
DEC. 2009
308 CHINQUAPIN ROUND RD
91976 -91979
ANNAPOLIS, MD 21401
5
29X102
MAY 2011
MEGGAN SOMBAT, GRANTS ADMIN
92176 -92180
410 - 263 -7964 X 6008
ANTELOPE VALLEY TRANSIT AUTHORITY
10
40X102
MARCH 2004
42210 6TH ST. WEST
74363 -74375
LANCASTER, CA 93534
MARK PERRY, FLEET MGR
661 - 609 -5364
APPALCART
2
40X102
OCT 2012
PO BOX 2357
181249 - 181250
BOONE, NC 28607
CHRIS TURNER, TRANSP. DIRECTOR
828 - 264 -2280
3/20/2015 2 of 78
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS SIZE
ARCATA, CITY OF 2 35X102
736 "F" ST.
ARCATA, CA 95521 2 35X102
LARRY PARDI, TRANSIT MANAGER
707 - 822 -3775
AREA TRANSPORTATION OF N. CENTRAL
PENNSYLVANIA
44 TRANSPORTATION CENTER
CHARLIE SHILK, MAINT. DIRECTOR
814 - 965 -2111 X 218
CITY OF ASHEVILLE
360 W. HAYWARD ST.
ASHEVILLE, NC 28801
NORMAN SCHENCK, GM
828 - 251 -4060
ATHENS CLARK COUNTY
325 POUND ST.
ATHENS, GA 30601
TERRY FERGUSON, SUPER OF MAINT.
706 - 613 -3431
ATRANS
2021 INDUSTRIAL BLVD
ALEXANDRIA, LA 71303
PAT LEAUMONT, GM
318 - 441 -6090
DELIVERY DATE/
SERIAL NUMBERS
OCT. 2009
177352 - 177353
MAY 2014
183291 - 183292
6 29X102
MARCH 2005
90105 -90110
2 35X102
JAN. 2009
11 29X102
91652 -91662
2 35X102
MAY 2010
1 35X102
178187
7 29X102 NOV 2012
92451 -92457
2 29X102 MARCH 2014
92793 -92794
3 29X102
FEB 2004
90858 -90860
4 35X102
73425 -73428
OCT. 2004
2 35X102
73088 -73089
JUNE 2005
2 40X102
74116 -74117
FEB. 2006
2 35X102
76054 -76055
3 29X102
91018 -91020
2 40X102
JAN. 2008
79575 -79576
1 40X102
JULY 2009
177013
2 29X102
91769 -91770
JULY 2011
4 40X102
178540 - 178543
MARCH 2013
4 40X102
181722 - 181725
4 35X102
JUNE 2006
4 35X102
MARCH 2012
179419 - 179422
3/20/2015 3 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 4 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
AVIS RENT -A -CAR SYSTEM, INC.
12
29X102
JAN 2000
900 OLD COUNTRY RD
90268 -90279
GARDEN CITY, NY 11530
5
40X102
JAN 2000
JERRY BERNACKI, VP
71203 -71206
516 - 222 -6663
15
29X102
OCT. 2002
90455 -90464
27
40X102
JULY /SEPT 2000
71197 -71201
71214 -71222
71382 -71393
71488
20
40X102
FEB /MAR 2001
71224 -71231
71394 -71403
71758 -71759
32
40X102
APR/JULY 2002
72305 -72336
9
40X102
MARCH 2003
72365 -72366
8
35X102
73052 -73059
AVIS- DULLES
MAY 2004
8
40X102
72491 -74298
NOV. 2012
4
40X102
181601 - 181604
AVIS -LA GUARDIA
10
29X102
FEB. 2013
92474 -92483
AVIS -PA
3
40X102
NOV. 2012
181597 - 181599
AVIS -WEST PALM BEACH
9
40X102
JAN 2004
73600 -73608
11
40X102
JAN 2004
AVON, TOWN OF
1
35X102
DEC. 2007
PO BOX 975
77855
AVON, CO 81620
1
35X102
MARCH 2008
JANE BURDEN, TRANSIG MGR
77578
970 - 748 -4111
1
29X102
NOV. 2011
91935
1
29X102
SEPT 2012
91936
BWI AIRPORT (MARYLAND AVIATION ADMIN
50
40X102
OCT -DEC 2004
7003 AVIATION BLVD.
76084 -76133
GLEN BOURNE, MD 21061
MARGIE HEPNER, CPPT
410 - 859 -7004
3/20/2015 4 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 5 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
74171 -74181
BARTA
2
40X102
JUNE 2004
1700 N. ELEVENTH ST.
74982 -74983
READING, PA 19604
17
35X102
DEC. 2005
C. RICHARD ROEBUCK ASST. EXEC DIR
76744 -76760
610 - 921 -0605
FEB. 2007
7
35X102
77700 -77706
OCT. 2008
7
35X102
79717 -79722
2
40X102
79723 -79724
SEPT.2009
2
40X102
177325 - 177326
BATTLE CREEK TRANSIT
2
29X102
JUNE 2008
339 W. MICHIGAN
91235 -91236
BATTLE CREEK, MI 49017
2
35X102
78896 -78897
ROBERT WERNER, TRANSIT MANAGER
269 - 966 -3477
BASIN TRANSIT SERVICE
3 +3
35X102
JUNE 2000
1130 ADAMS ST
71809 -71811
KLAMATH FALLS, OR 97601
ERNEST L. PALMER, GM
541 - 883 -2877
BAY METRO TRANSIT
7
29X102
APRIL 2002
1510 N. JOHNSON ST.
90509- 90514 +90631
BAY CITY, MI 48708
3
40X102
72556 -72558
DOUG GASTA
JANUARY 2011
989 - 894 -2900 X 219
4
29X102
92217 -92220
BEAVER CO. TRANSIT AUTHORITY
6
35X102
OCT. 2007
131 PLEASANT DR., STE 7
78163 -78168
ALIQUIPPA, PA, 15001
ROSE SUTTER, MAINT SUPERV
724 - 728 -4255
BEAVER CREEK METROPOLITAN DISTRICT
NOV. 2008
28 SECOND ST., STE 213
2
40X102
79690 -79691
EDWARDS, CO 81623
OCT. 2009
CHRIS LUBBERS, TRANSP. MGR
2
40X102
177582 - 177583
970 - 470 -2157
NOV. 2011
1
40X102
179466
OCT. 2012
1
40X102
181835
SEP 2014
1
40X102
183079
3/20/2015 5 of 78
LOW FLOOR CUSTOMER LIST
BEN FRANKLIN TRANSIT
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
BELLE URBAN SYSTEM
5
35X102
FEB. 2011
1900 KENTUCKY ST.
6
40X102
178772 - 178776
RACINE, WI 53405
MARCH 2006
STEVEN ROGSTAD, GM
3
40X102
76056 -76058
262 - 619 -2430
AUG 2007
BELOIT TRANSIT
5
29x102
JUNE 2002
1225 WILLOW BROOK RD
4
35X102
72726 -72729
BELOIT, WI 53511
9
40X102
JAN. 2006
MICHELLE GAVIN, DIR. OF TRANSIT
2
35X102
76382 -76383
608 - 364 -2870 X 12
4
40X102
JUNE 2007
3
35X102
77575 -77577
4
40X102
JANUARY 2011
1
35X102
176327
BEN FRANKLIN TRANSIT
DEC. 1998
1000 COLUMBIA PARK TRAIL
3
40X102
70365 -70367
RICHLAND, WA 99352
APRIL 2005
JERRY OTTO, FLEET MAINT. MGR.
6
40X102
75139 -75144
509 - 734 -5125
MARCH 2006
3
40X102
76056 -76058
AUG 2007
5
29x102
91342 -91346
OCT - NOV 2009
9
40X102
177354 - 177362
JUNE 2013
4
40X102
181955 - 181958
DEC. 2013
4
40X102
183171 - 183174
AUG 2014
2
40X102
184206 - 184207
DEC 2014
4
40X102
184601 - 184604
BERKSHIRE RTA
4
35X102
JUNE 2007
67 DOWNING PKWY
77779 -77782
PITTSFIELD, MA 01201
MARK MCCLANAN, GM
413 - 499 -6817
BISMAN TRANSIT
3750 E. ROSSER AVE.
3
29X102
MARCH 2004
BISMARCK, ND 5 85 01
90845 -90847
ROBIN WERE, TRANSIT DIRECTOR
2
29X102
APRIL 2006
701 - 258 -6817
91122 -91123
3/20/2015 6 of 78
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
BI -STATE DEVELOPMENT AGENCY
DBA METRO
707 N. FIRST ST.
25
35X102
ST. LOUIS, MO 63102 -2595
DIANA HILL, DIR. PURCHASING
4
40X102
314 - 923 -3084
7
40X102
14
35X102
20
35X102
21
35X102
26
40X102
BLOOMINGTON PTC
130 WEST GRIMES LN 3 40X102
BLOOMINGTON, IN 47403
LEWIS MAY, GM 2 29X102
812 - 332 -5688
5 40X102
BLOOMINGTON NORMAL PTS
104 E. OAKLAND AVE.
BLOOMINGTON, IL 61701
ANDREW JOHNSON, GM
309 - 829 -8722
BOSTON COACH
69 NORMAN ST.
EVERETT, MA 02149
RICK CAVALLIERI, GM
617 - 545 -6390
4 35X102
3 35X102
1 35X102
4 35X102
3 35X102
3 35X102
2 35X102
2 35X102
3/20/2015 7 of 78
DELIVERY DATE/
SERIAL NUMBERS
NOV. 2008
79895 -79919
AUG. 2009
176538 - 176541
MARCH 2011
178630 - 178636
179622 - 179635
APRIL 2012
179659 - 179678
DEC 2013
184171 - 184193
OCT 2014
184451 - 184476
OCT. 2002
72496 -72498
DEC. 2003
90712 -90713
73664 -73668
APRIL 2005
74358 -74362
78482 -78485
NOV. 2008
79452 -79454
MAY 2010
177589
AUG 2011
178879 - 178882
MAY 2011
176469 - 176471
JAN 2012
180146 - 180148
JAN 2013
180750 - 180751
AUG 2014
184386- 184387
LOW FLOOR CUSTOMER LIST
BROOME COUNTY TRANSIT
413 OLD MILL ROAD NOV 2014
VESTAL, NY 13850 7 40X102 184376 - 184382
BRIAN J. KEEFER, DIRECTOR OF MAINT.
607 - 763 -4930
BROWARD COUNTY
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
BROCKTON AREA TRANSIT AUTHORITY
70635 -70654
155 COURT ST
15
40X102
AUG. 2005
BROCKTON, MA 02302
11
35X102
75077 -75087
MICHAEL F. BLONDING, GM
30
40X102
JUNE 2006
508 - 588 -1000
8
35X102
76875 -76882
21
40X102
AUG 2007
6
40X102
78239 -78244
30
40X102
MAY 2010
3
40X102
177924 - 177926
25
40X102
OCT 2010
2
35X102
178323 - 178324
BROWNSVILLE, CITY OF
10
35X102
JUNE 2012
755 INTERNATIONAL BLVD
4
40X102
179690 - 179693
BROWNSVILLE, TX 78520
OCT 2013
ANDREW MUNOZ, ASSISTANT DIRECTOR
2
40X102
183286 - 183287
BROOME COUNTY TRANSIT
413 OLD MILL ROAD NOV 2014
VESTAL, NY 13850 7 40X102 184376 - 184382
BRIAN J. KEEFER, DIRECTOR OF MAINT.
607 - 763 -4930
BROWARD COUNTY
3201 W. COPANS RD
20
40X102
JAN 1999
POMPANO BEACH, FL 33069
70635 -70654
TIM GARLING, DIRECTOR
15
40X102
OCT. 1999
954 - 347 -8423
70655 -70669
30
40X102
OCT. 2000
71454 -71480 & 71821 -71823
21
40X102
OCT. 2001
71244 -71264
30
40X102
DEC. 2002
73187 -73216
25
40X102
SEPT. 2003
73670 -73694
BROWNSVILLE, CITY OF
10
35X102
JAN. 2001
755 INTERNATIONAL BLVD
71824 -71833
BROWNSVILLE, TX 78520
AUG 2008
ANDREW MUNOZ, ASSISTANT DIRECTOR
3
35X102
79410 -79412
956 - 541 -4881
DEC. 2010
6
35X102
179392 -397
AUG 2014
2
35X102
184264 - 184265
BUTTE CO. ASSOCIATION OF GOVMTS
FEB. 2011
2580 SIERRA SUNRISE TERR., STE 100
2
40X102
178566 - 178567
CHICO, CA 95928
4
35X102
178568 - 178571
MICHAEL ROSSON, SR. PLANNER
SEP 2014
530 - 879 -2468
6
40X102
184111 - 184116
3/20/2015 8 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 9 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
CACHE VALLEY TRANSIT DISTRICT
2
35X102
MAY 2004
754 WEST 600 NORTH
74401 -74402
LOGAN, UT 84321
3
35X102
76664 -76666
TODD BEULTER, GM
JUNE 2008
435 - 716 -9695
5
35X102
79416 -79420
NOV. 2010
3
40X102
178428 - 178430
CAMBRIA COUNTY TRANSIT
11
35X102
APRIL 2000
726 CENTRAL AVE.
70852 -70862
JOHNSTOWN, PA 15902 -2996
2
35X102
JUNE 2000
IRVING A CURE, EXEC. DIRECTOR
71031 -71032
814 - 535 -5526
8
29X102
APRIL 2007
91253 -91257
2
29X102
MAY 2008
91481 -91482
7
35X102
SEPT. 2011
180065 - 180071
CAMPUS BUS SERVICE
1
40X102
FEB. 2008
2100 STANTONSBURG RD
79413
GREENVILLE, NC 27835
12
40X102
JUNE 2008
SCOTT ALFORD, MANAGER
78636 -78647
252 - 847 -7886
CANBY AREA TRANSIT
2
35X102
OCT 2013
PO BOX 930
182065 - 182066
CANBY, OR 97013
JULIE WEHLING, TRANSIT DIRECTOR
503 - 266 -0751
CAPE ANN TRANSPORTATION AUTHORITY
2
29X102
AUG 2010
3 REAR POND RD
91427 -91428
GLOUCESTER, MA 01930
1
29X102
JAN 2012
ROBERT RYAN, GM
91778
978 - 283 -7916
CAPE COD RTA
12
29X102
MARCH 2006
222 OLD CHATHAM RD
91107 -91118
SO. DENNIS ,MA 02660
3
35X102
FEB. 2008
JOHN KENNEDY, GM
78898 -78900
508 - 385 -1430 X 102
4
29X102
FEB. 2010
91855 -91858
3
29X102
JUNE 2013
92670 -92672
CAPE FEAR PTA
1
35X102
SEPT. 2007
PO BOX 2258
78162
WILMINGTON, NC 28402
ALBERT EBY, DIRECTOR
910 - 202 -2035
3/20/2015 9 of 78
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS
CAPITAL AREA TRANSIT 4
901 N. CAMERON ST.
HARRISBURG, PA 17105 -1571 9
MARK MITCHELL, MGR. OF MAINTENANCE
717 - 233 -5657 X 120 6
CAPITAL DISTRICT TRANSIT AUTHORITY
110 WATERVLIET AVE.
ALBANY, NY 12206 -2077
CARM BASILE, CEO
518 - 482 -8067
CAPITAL METRO
AUSTIN, TX 78702
CARL WOODBY, DIR. OF MAINTENANCE
512 - 389 -7460
CAPITAL TRANSPORTATION CORP.
2250 FLORIDA BLVD.
BATON ROUGE, LA 70802
ROBERT MIRABITO, GM
225 - 389 -8920
CARTA
1617 WILCOX BLVD.
CHATTANOOGA, TN 37406
LISA MARAGNANO, GM
423 - 629 -1411
8
8
17
20
15
20
55
77
23
40X102
40X102
40X102
40X102
4 35X102
6 35X102
1 35X102
12 35X102
2 35X102
4 35X102
3/20/2015 10 of 78
AUG 1999
70873 -70892
JULY 2000
70903 -70957
JULY 2001
70958 -71034
NOV. 2001
71939 -71961
FEB. 2003
73560 -73563
OCT. 2011
179587 - 179592
MARCH 2013
181576
JAN. 2014
183339 - 183350
MAY 2009
79711 -79712
MARCH 2014
183542 - 183545
DELIVERY DATE/
SIZE
SERIAL NUMBERS
40X102
AUG 2004
72176 -72179
40X102
FEB. 2005
75175 -75183
40X102
DEC. 2008
79955 -79960
40X102
APRIL 2007
77813 -77820
40X102
APRIL 2007
91274 -91281
40X102
JUNE 2010
177840 - 177856
40X102
JUNE 2012
JULY 2014
40X102
183856 - 183870
40X102
40X102
40X102
40X102
4 35X102
6 35X102
1 35X102
12 35X102
2 35X102
4 35X102
3/20/2015 10 of 78
AUG 1999
70873 -70892
JULY 2000
70903 -70957
JULY 2001
70958 -71034
NOV. 2001
71939 -71961
FEB. 2003
73560 -73563
OCT. 2011
179587 - 179592
MARCH 2013
181576
JAN. 2014
183339 - 183350
MAY 2009
79711 -79712
MARCH 2014
183542 - 183545
LOW FLOOR CUSTOMER LIST
3/20/2015 11 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
CCCTA
10
40X102
APRIL 1998
2477 ARNOLD INDUSTRIAL WAY
70325 -70334
CONCORD, CA 94520
10
40X102
NOV. 2000
SCOTT MITCHELL, MAINT. MANAGER
71429 -71438
925 - 676 -1976 X 2909
18
29X102
MAY 2002
90556 -90565
90632 -90639
14
40X102
APRIL 2002
73314 -73327
13
35X102
JULY 2002
73328 -73340
31
40X102
DEC. 09-FEB. 10
177259 - 177289
10
40X102
APRIL 2013
182480- 182489
C -TRAN
2
40X102
JULY 1998
CLARK COUNTY PUBLIC TRANSP. BENEFIT AREA TRANSIT
70268 -70269
PO BOX 2529
7
29X102
NOV. 2004
VANCOUVER, WA 98668 -2529
90848 -90854
JOHN HOEFS, DIR. OF MAINTENANCE
5
29X102
JUNE 2008
360 - 906 -7358
91301 -91305
5
35X102
78742 -78746
FEB. 2009
7
35X102
176710 - 176716
CENTRAL ARKANSAS TRANSIT AUTHORITY
8
35X102
APRIL 2001
901 MAPLE ST.
71813 -71820
NO. LITTLE ROCK, AR 72114
13
35X102
MAY 2003
RODNEY MIDDLETON, DIR OF MAINT
73455 -73463
501 - 375 -0024
FEB. 2007
5
40X102
77542 -77546
1
35X102
77547
OCT. 2008
5
40X102
79589 -79593
5
35X102
79584 -97588
MARCH 2010
3
35X102
177595 - 177597
4
40X102
177598 - 177601
JULY 2010
8
35X102
177804 - 177811
CENTRAL NEW YORK RTA
2
35X102
SEPT. 2007
200 CORTLAND AVE.
78172 -78173
SYRACUSE, NY 13205 -0820
3
40X102
AUG 2008
E.J. MOSES, GRANT ADMINSTRATOR
79672 -79674
315 - 442 -3368
3
29X102
NOV. 2008
91639 -91641
4
35X102
JUNE 2009
176797 - 176800
3/20/2015 11 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 12 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
CENTRAL OHIO TRANSIT AUTHORITY
12
35X102
JAN. 2005
1600 MCKINLEY AVE.
74822 -74833
COLUMBUS, OH 43222
5
35X102
JULY 2007
KEVIN CHRISTOPHER, DIR. OF PURCHASING
77186 -77190
614 - 275 -5934
CENTRAL OKLAHOMA TRANSPORTATION
3
29X102
DEC. 2008
& PARKING AUTHORITY
91434 -91436
2000 S. MAY AVE.
JUNE 2009
OKLAHOMA CITY, OK 73108
2
40X102
176281 - 176282
ERICK ZAAGE, FLEET MGR
13
35X102
176268 - 176280
405 - 297 -2521
DEC. 2012
4
35X102
180563 - 180566
6
29X102
92363 -92368
CHARLOTTE AREA TRANSIT
14
40X102
DEC 2002
600 E. FOURTH ST.
73610 -73623
CHARLOTTE, NC 28202
3
29X102
MAY 2003
DANIEL EDES, TRANSIT PROJECT PLANNER
90756 -90758
704 - 353 -0017
2
40X102
JUNE 2003
73727 -73728
21
40X102
AUG. 2004
74322 -74342
1
29X102
90731
JULY 2005
4
29X102
90993 -90996
AUG 2007
19
29X102
91306 -91324
SEPT.2007
8
40X102
78231 -78238
JAN. 2009
3
29X102
91663 -91665
13
40X102
79920 -79932
DEC. 2009
18
40X102
176520 - 176537
JULY 2011
11
40X102
178145 - 178155
NOV. 2011
12
40X102
180217 - 180228
MAY 2012
10
29X102
92390 -92399
JULY 2012
26
40X102
180720 - 180745
JAN 2014
4
40X102
182785 - 182788
CHARLOTTESVILLE TRANSIT SERVICE
1
29X102
JUNE 2008
315 4TH ST. NW
91590
CHARLOTTESVILLE, VA 22903
8
35X102
79390 -79397
TERRY YEAGER, DIR OF MAINTENANCE
MARCH 2010
434 - 970 -3872
4
35X102
177564 - 177567
CHARLOTTE CONT'D
FEB 2014
2
35X102
182793 - 182794
JAN 2015
2
35X102
184251 - 184252
3/20/2015 12 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 13 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
CHATHAM AREA TRANSIT
31
35X102
MARCH 2003
PO BOX 9118
73624 -73654
SAVANNAH, GA 31412 -9118
5
29X102
JUNE 2006
CHAD REESE, EXEC. DIR.
90939 -90943
912 - 401 -9854
CHEMUNG CO. TRANSIT SYSTEM
4
40X102
NOV. 2011
1201 CLEMENS CENTER PKWY
179545 - 179548
ELMIRA, NY 14901
7
29X102
JAN 2014
BOB WILLIAMS, GM
92587 -92593
607 - 734 -5213
CHITTENDEN CO. TRANSPORTATION AUTHOR
3
35X102
JUNE 2007
15 INDUSTRIAL PKWY
5
40X102
77191 -77199
BURLINGTON, VT 05401
77194 -77199
GARY L. THOMPSON, ASST. GM
1
35X102
JAN. 2008
802 - 864 -0629 X 19
79379
2
40X102
AUG 2008
79414 -79415
1
35X102
DEC. 2008
176407
8
40X102
FEB. 2009
176289 - 176293
5
35X102
OCT. 2009
177445 - 177449
1
35X102
JAN 2010
92065 -92069
5
35X102
MAY 2012
1
40X102
179976 - 179980
FEB 2013
180766
CITIBUS
801 TEXAS AVE.
6
35X102
NOV. 2004
LUBBOCK, TX 79401
74753 -74758
MELINDA HARVEY, DIR. OF SERVICE
7
35X102
JAN. 2006
806 - 712 -2003
76727 -76733
6
29X102
OCT. 2009
91919 -91924
5
29X102
FEB. 2010
92065 -92069
CITY & BOROUGH OF JUNEAU CAPITAL TRANSIT
10099 BENTWOOD PL
DEC. 2009
JUNEAU, AK 99801
5
35X102
177717 - 177721
JOHN KERN, TRANSIT MANAGER
MAY 2010
907 - 789 -6903
2
35X102
178551 - 178552
3/20/2015 13 of 78
LOW FLOOR CUSTOMER LIST
CUSTOMER
CITY OF CEDAR RAPIDS
427 8TH ST. NW
CEDAR RAPIDS, IA 52405
BRAD DeBROWER, TRANSIT MGR
319 - 286 -5560
CITY OF CLINTON
1320 SO. SECOND ST.
CLINTON, IA 52732
DENNIS HART, SUPER. OF TRANSIT
563 - 242 -3721
CITY OF COLUMBIA
701 E. BROADWAY
COLUMBIA, MO 65205 -6015
DREW BROOKS, GM
573 - 874 -6281
CITY OF COLUMBUS
123 WASHINGTON ST.
COLUMBUS, IN 47201
SHERI CHRISTMAN, OPS MGR
812 - 376 -2506
CITY OF LONG BEACH
1 WEST CHESTER ST
LONG BEACH, NY 11561
MICHAEL ROBINSON, DIR OF COMM DEVEL
516 - 431 -1001
CLARKSVILLE TRANSIT SYSTEM
430 BOILLIN LN
CLARKSVILLE, TN 37040
ARTHUR BING, DEPUTY DIRECTOR
931 - 553 -2430
CLERMONT TRANSPORTATION CONN
4003 FILAGER RD
BATAVIA, OH 45103
LISA GATWOOD, DIRECTOR
513 - 732 -7577
# UNITS
2
4
5
5
4
2
2
1
1
2
2
SIZE
35X102
35X102
35X102
35X102
35X102
35X102
35X102
29X102
29X102
40X102
40X102
5 29X102
4 35X102
DELIVERY DATE/
SERIAL NUMBERS
JUNE 2009
176147 -168
JUNE 2010
177920 - 177923
SEPT. 2011
179504 - 179508
AUG 2012
179509 - 179513
NOV 2014
182408 - 182411
MAY 2009
176603 - 176604
NOV. 2010
178468 - 178469
MARCH 2012
92340
JULY 2013
182080
AUG 2007
78198 -78199
MARCH 2010
177783 - 177784
APRIL 2007
91242 -91246
JAN 2014
183925 - 183928
2 29X102
FEB. 2010
91884 -81885
3 29X102
DEC. 2010
92238 -92240
2 40X102
JUNE 2011
178931 - 178932
12 29X102
SEPT. 2013
92526 -92537
3/20/2015 14 of 78
LOW FLOOR CUSTOMER LIST
CUSTOMER
COMMUNITY TRANSIT
7000 HARDESON RD
EVERETT, WA 98203
FRED WORTHCOM, DIR OF TRANSPORTATION
425 - 438 -6132
COMMUNITY URBAN BUS SERVICE
254 OREGON WAY
LONGVIEW, WA 98632
CINDI MCCOY, TRANSIT SUPERVISOR
360 - 442 -5602
CONCORD, CITY OF
850 WARREN C. BLVD.
CONCORD, NC 28025
DANIEL NUCKOLLS, DIR. OF FLEET TRANSIT
704 - 920 -5431
CITY OF CORALVILLE
PO BOX 5127
CORALVILLE, IA 52241
VICKY ROBROCK, DIR. OF TRANSIT
319 - 248 -1790
CITY OF DURHAM
1907 FAY ST.
DURHAM, NC 27704
SEAN SMITH, TRANSIT ADMIN
919 - 560 -1545 X 32609
CITY OF FAIRFIELD
420 GREGORY ST.
FAIRFIELD, CA 94533
DAVID RENSCHLER, TRANSIT MGR
707 - 428 -7768
CITY OF LAS CRUCES
PO BOX 2000
LAS CRUCES, NM 88004
MICHAEL BARTHOLOMEW
575 - 541 -2500
CITY OF PETALUMA
PUBLIC WORKS DEPT.
555 N. MCDOWELL BLVD.
PETALUMA, CA 94952
JOHN SARAGUSA, TRANSIT MGR
707 - 778 -4421
DELIVERY DATE/
# UNITS SIZE SERIAL NUMBERS
1 35X102 OCT. 2009
176151
7 35X102 JAN. 2008
78191 -78197
MARCH 2011
3 29X102 91891 -91893
4 35X102
OCT. 2008
JUNE 2008
2
35X102
78869 -78870
177591
SEP 2014
1
35X102
183068
1
40X102
JULY 2009
92152 -92155
3 40X102
176264
4
40X102
JUNE 2010
NOV. 2010
177498 - 177501
20
40X102
DEC. 2009
176472 - 176473
177425 - 177444
7 35X102 JAN. 2008
78191 -78197
MARCH 2011
3 29X102 91891 -91893
4 35X102
OCT. 2008
79501 -79504
1 35X102
APRIL 2010
177591
4 35X102
MARCH 2007
77482 -77485
4 29X102
APRIL 2011
92152 -92155
3 40X102
FEB. 2008
78625 -78626
1 40X102
NOV. 2010
176931
MARCH 2011
2 40X102
176472 - 176473
3/20/2015 15 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 16 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
CITY OF SANTA MARIA
10
40X102
DEC. 2014
110 S. PINE ST., STE 221
182522 - 182531
SANTA MARIA, CA 93458 -5082
2
29X102
FEB. 2008
AUSTIN O'DELL, TRANSIT MGR
91564 -91565
805 - 925 -0951 X 225
1
29X102
NOV. 2011
92291
CITY OF ST. GEORGE
FEB 2008
931 E. RED HILLS PKWY
1
29X102
91564 -91565
ST. GEORGE, UT 84770
NOV 2011
COURTNEY STEPHENS, FLEET MGR
1
29X102
92291
435 - 627 -4040
FEB 2014
1
29X102
92673
DEC 2014
3
35X102
184792 - 184794
CITY OF STEVENS POINT
2
29X102
JUNE 2005
1515 STRONGS AVE.
90997 -90998
STEVENS POINT, WI 54481 -3594
SUSAN LEMKE, TRANSIT MGR
10
29X102
MAY 2013
715 - 341 -4490
92674 -92683
CITY UTILITIES OF SPRINGFIELD
4
29X102
JUNE 2002
301 E. CENTRAL
90518 -90521
SPRINGFIELD, MO 65802
GAIL DRISKELL, SR. BUYER
417 - 831 -8429
CITYLINK
3
30X102
NOV. 2006
801 LEESBURG RD
76347 -76349
FT. WAYNE, IN 46808
1
40X102
JULY 2007
KEN HOUSDEN, GM
78316
219 - 432 -4977
3
40X102
DEC. 2008
79599 -79601
CLALLAM TRANSIT SYSTEM
1
35X102
79602
830 W. LAURIDSEN BLVD.
MAY 2011
PORT ANGELES, WA 98363
5
35X102
178764 - 178768
KEVIN GALLACCI
MARCH 2013
360 - 452 -4511
2
40X102
181951 - 181952
MARCH 2013
2
40X102
180746 - 180747
40
40X102
MAY 2006
76006 -76045
2
40X102
JUNE 2006
76322 -76323
CLARK COUNTY DEPT. OF AVIATION
3
29X102
DEC. 2001
5757 WAYNE NEWTON BLVD.
90515 -90517
LAS VEGAS, NV 89119
3
29X102
JAN. 2008
MIKE SEED, PURCH. ANALYST
91384 -91386
702 - 261 -5176
4
40X102
OCT. 2008
3/20/2015 16 of 78
LOW FLOOR CUSTOMER LIST
CUSTOMER
COAST
42 SUMMER DR.
DOVER, NH 03820
RAD NICOLS, EXEC. DIR.
603 - 743 -5777 X 100
COLLIER AREA TRANSIT
2901 COUNTRY BARN RD.
NAPLES, FL 34102
TRINITY SCOTT, PUBLIC TRANSIT MGR
239 - 252 -5832
COLUMBUS TRANSIT
2250 KREUTZER DR
COLUMBUS, IN 47201
GREG NOEL, MAINTENANCE
812 - 376 -2506
COLUMBUS CONSOLIDATED GOVERNMENT
100 10TH ST.
COLUMBUS, GA 31901 -27365
THOMAS TAYLOR, MAINT. MGR
706 - 653 -4410
COLTS
NORTH SOUTH RD
SCRANTON, PA 18504
ROBERT FIUME, EXEC DIRECTOR
570 - 346 -1259
COMMUNITY DEVELOPMENT TRANSIT
820 E. MILLER ST.
JEFFERSON CITY, MO 65101
RICHARD TURNER SR., TRANSIT DIR
573 - 634 -6599 X 3
CONCORD, CITY OF
PO BOX 308
CONCORD, NC 28026
L.J. WESLOWSKI, DIR. OF FLEET SERVICES
704 - 920 -5878
2 35X102 JUNE 2009
78591 -78592
2 29X102 JANUARY 2011
91980 -91981
8 35X102
FEB. 2004
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
177012
79951 -79954
2
35X102
JANUARY 2011
1 35X102
AUG 2012
177927- 177928
4
35X102
OCT 2012
180568 - 180571
2
29X102
92449 -92450
1
29X102
DEC. 2005
90999
4
29X102
JUNE 2006
91164 -91167
3
35X102
MARCH 2010
177671 - 177673
JUNE 2012
3
35X102
180347 - 180349
NOV. 2012
2
35X102
180752 - 180753
5
29X102
MAY 2007
91242 -91246
2
40X102
APRIL 2014
184199- 184200
3
29X102
AUG 2010
92133 -92135
2 35X102 JUNE 2009
78591 -78592
2 29X102 JANUARY 2011
91980 -91981
8 35X102
FEB. 2004
72620 -72627
1 40X102
FEB. 2010
177012
1 40X102
FEB. 2011
176663
1 35X102
AUG 2012
180048
3/20/2015 17 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 18 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
CONNECTICUT RIVER TRANSIT
706 ROCKINGHAM RD
2
35X102
DEC. 2001
ROCKINGHAM, VT 05101
72508 -72509
ART SMITH, FLEET MGR
MAY 2005
802 - 460 -4433 X 218
1
35X102
74899
MAY 2007
1
35X102
91242 -91246
CORVALLIS, CITY OF
PO BOX 1083
MARCH 2009
CORVALLIS, OR 97339
14
40X102
176224 - 176237
BERNADETTE BARRETT, TRANSIT MGR.
7
29X102
91672 -91678
541 - 766 -6916
3
29X102
91669 -91671
MAY 2009
3
35X102
176206 - 176207
APRIL 2010
3
35X102
177955 - 177957
SEPT. 2012
2
35X102
180298 - 180299
FEB 2014
2
35X102
182549 - 182550
COTA
1600 MCKINLEY AVE.
21
35X102
SEPT. 2007
COLUMBUS, OH 43222
78205 -78225
KEVIN CHRISTOPHER, DIR SUPPLY MGMT
30
40X102
AUG 2008
614 - 275 -5934
79545 -79574
10
29X102
91550 -91559
APRIL 2010
1
29X102
91974
APRIL 2011
37
40X102
178781 - 178817
2
40X102
178788 - 178789
APRIL 2012
23
40X102
180409 - 180431
CONNECTICUT RIVER TRANSIT, INC.
300 CLINTON ST.
1
40X102
DEC. 2008
SPRINGFIELD, VT 05156
176197
BRIAN WATERMAN, OPER MGR
802 - 885 -5165
COUNCIL ON AGING OF ST. LUCIE INC
1505 ORANGE AVE.
12
29X102
JULY 2012
FT. PIERCE, FL 34950
92436 -92447
ROGELIO GONZALEZ, MAINT. DIRECTOR
772 - 345 -8216
CRAWFORD AREA TRANSPORTATION AUTHORITY
231 CHESTNUT ST. STE 210
OCT. 2008
MEADVILLE, PA 16335
3
29X102
91629 -91631
TIMOTHY GEIBEL, EXEC. DIRECTOR
814 - 336 -5600
3/20/2015 18 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 19 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
CUMBERLAND DAUPHIN HARRISBURG
TRANSIT AUTHORITY
25
40X102
FEB. 2007
901 N. CAMERON ST.
77451 -77475
HARRISBURG, PA 17105 -1571
1
29X102
JULY 2011
MARK G. MITCHELL, MGR MAINT
92222
717 - 233 -5657 X 120
7
35X102
JAN 2012
179017 - 179023
7
40X102
JUNE 2013
181737 - 181743
4
40X102
JAN 2014
183069 - 183072
DFW AIRPORT STANDARD PARKING CORP.
2425 RENTAL CAR
6
40X102
JAN. 2006
DALLAS FT. WORTH, TX 75261
76859 -76864
DAVID ROBBINS, GM
972 - 574 -7878 X 13
DANVILLE MASS TRANSIT
101 N. JACKSON
3
29X102
MAY 2004
DANVILLE, IL 61832
90728 -90730
JOHN METZINGER, MASS TRANSIT DIR.
2
29X102
FEB. 2008
217 - 431 -0653
91513 -91514
1
35X102
77442
MARCH 2011
3
35X102
179555 - 179557
DART
400 S. MADISON ST.
7
40X102
DEC 2000
WILMINGTON, DE 19801
71481 -71487
RICK WALTERS, MAINT ENG & TECH MGRS
20
40X102
MAY 2001
302 - 576 -6164
71675 -71794
2
40X102
AUG 2004
73348 -73349
4
29X102
SEPT. 2004
90724 -90727
7
40X102
AUG 2006
77225 -77231
3
29X102
OCT. 2006
91191 - 911201
38
40X102
MARCH 2008
79341 -79379
10
29X102
MAY 2008
91451 -91460
10
40X102
OCT. 2008
79463 -79472
3
29X102
NOV. 2008
91591 -91593
MAY 2010
22
29X102
91830 -91851
JULY - AUG 2014
29
40X102
184759 - 194787
3/20/2015 19 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 20 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
DFW RENTAL CAR
PO DRAWER 609428
MAY 2009
DFW AIRPORT, TX 75261 -9428
19
29X102
91594 -91612
GARY COLLINS, GM
40
40X102
SEPT. 1999
972 - 574 -7878 X 13
70991 -71030
CITY OF DAVENPORT
300 W. RIVER DR.
5
29X102
FEB. 2003
DAVENPORT, IA 52801
90760 -90764
COLE POULIOT, GM
6
35X102
JUNE 2004
563 - 888 -2150
73397 -73402
6
35X102
JULY 2011
179573 - 179578
DECATUR PTS
555 E. WOOD ST.
13
29X102
NOV. 2001
DECATUR, IL 62523
90432 -90444
PAUL MCCHANCY, MASS TRANSIT ADMIN
5
29X102
JULY 2009
217 - 424 -2820
91748 -91752
4
35X102
JULY 2010
177320 - 177323
DENTON CO. TRANSPORTATION AUTHORITY
1660 S. STEMMONS, STE 250
12
35X102
MARCH 2006
LEWISVILLE, TX 75067
76715 -76726
JARED VARNER, TRANSIT DIRECTOR
5
35X102
AUG 2007
972 - 221 -4600
78265 -78269
5
35X102
JANUARY 2011
177641 - 177645
1
35X102
SEPT. 2011
DES MOINES MTA
1100 MTA LANE
4
40X102
AUG 1998
DES MOINES, IA 50265
70360 -70363
ELIZABETH PRESUTTI, EXEC. DIRECTOR
11
40X102
DEC. 2000
515 - 283 -8115
71495 -71505
14
40X102
NOV. 2002
72739 -72752
7
40X102
FEB 2003
72882 -72888
2
29X102
MARCH 2012
91775 -91776
DETROIT DOT
1301 E. WARREN AVE
42
40X102
MARCH 2012
DETROI, MI 48207
180151 - 180192
DAN HODGES, SUPERVISOR
313 - 833 -7676
DUFAST TRANSIT
178 SPIDER LAKE RD
2
29X102
APRIL 2007
DUBOIS, PA 15801
91180 -91181
KRISTEN VIDA, EXEC. DIRECTOR
814 - 371 -3940
3/20/2015 20 of 78
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
DULUTH TRANSIT
2402 W. MICHIGAN ST.
DULUTH, MN 55806
15
40X102
DENNIS E. JENSEN, GM
3
40X102
218 - 722 -4426
10
29X102
10 35X102
8 35X102
2 35X102
10 40X102
10 40X102
10 40X102
DURHAM,NC
224 HOOVER RD 31 40X102
DURHAM, NC 27703
SEAN SMITH, GM 1 40X102
919 - 957 -7336
5 40X102
EAGLE COUNTY RTA
PO BOX 1070
GYPSUM, CO 81637
KELLEY COLLIER, TRANSIT DIRECTOR
970 - 328 -3524
2
5
3
4
3
2
1
4
2
3/20/2015 21 of 78
40X102
40X102
40X102
40X102
40X102
40X102
40X102
40X102
40X102
DELIVERY DATE/
SERIAL NUMBERS
MAY 1999
70399 -70410
70460 -70462
JUNE 2002
90589 -90598
JUNE 2004
74376 -74385
AUG 2007
78305 -78312
OCT. 2008
176178 - 176179
SEPT. 2010
178663 - 178672
OCT 2013
181356 - 181365
DEC 2014
185901 - 185910
MAY 2003
73946 -73977
MARCH 2005
73977
FEB. 2008
78979 -78984
AUG 2006
77548 -77549
OCT. 2007
78103 -78107
MAY 2008
78169 -78171
DEC. 2008
78857 -78860
OCT. 2009
177009 - 177011
OCT. 2010
177756 - 177757
OCT. 2012
179953
OCT 2013
183048 - 183051
OCT 2014
183077 - 183078
LOW FLOOR CUSTOMER LIST
CUSTOMER
EAST CAROLINA UNIVERSITY
18 MENDENHALL ST., STUDENT CENTER
GREENVILLE, NC 27858
WOOD DAVIDSON, GM
252 - 328 -5391
E. CAROLINA CONT'D
CITY OF EAU CLAIRE
910 FOREST ST.
EAU CLAIRE, WI 54703
MIKE KBRANCO, GM
715 - 839 -5120
ECCTA
801 WILBUR AVE
ANTIOCH, CA 94509
ANN HUTCHINSON DIR OF ADMIN SERVICES
925 - 754 -6622
EL METRO
401 SCOTT ST.
LAREDO, TX 78040
JOE JACKSON, TRANSIT OPS DIRECTOR
956 - 795 -2288 X 211
ENTERPRISE RENT -A -CAR
7201 S. FULTON ST.
CENTENNIAL, CO 80112
KERRI TIERNAN, VEHICLE ACQUISITION MGR
720 - 875 -9916
ENTERPRISE NATIONAL ALAMO
24530 E. 78TH AVE.
DENVER, CO 80249
JASON GAY
720 - 425 -8517
ENTERPRISE NATIONAL ALAMO
2121 BELVEDERE RD
WEST PALM BEACH, FL 33406
JOSE RAMOS, MAINT. SUPERVISOR
561 - 889 -2870
# UNITS
4
2
2
1
6
2
2
1
1
8
1
4
24
SIZE
40X102
40X102
40X102
35X102
40X102
40X102
40X102
35X102
29X102
29X102
40X102
35X102
40X102
DELIVERY DATE/
SERIAL NUMBERS
JUNE 2005
74460 -74463
JAN. 2006
76405 -76406
JUNE 2007
77835 -77836
OCT. 2007
78190
JUNE 2009
176947 - 176952
JULY 2011
178191 - 178192
JULY 2011
178191 - 178192
NOV. 2011
180016
FEB. 2013
91928
APRIL 2002
MARCH 2011
178345
178346 - 178349
182007 - 182031
MAY 2013
9 35X102
DEC. 2008
176090 - 176098
APRIL 2011
6 40X102
178156 - 178161
6 35X102
178162 - 178167
2 35X102
NOV. 2008
79715 -79716
4 40X102 OCT. 2011
180577 - 180574
3 40X102 APRIL 2014
183054 - 183056
3/20/2015 22 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 23 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
ERIE MTA
127 E. 14TH ST.
6
35X102
AUG. 2005
ERIE, PA 16503
76327 -76332
MICHAEL TANN, EXEC. DIRECTOR
1
29X102
NOV. 2005
814 - 459 -4287
91099
ERIE CONT'D
5
35X102
MARCH 2006
76470 -76474
4
35X102
SEPT.2007
78301 -78304
5
35X102
JAN. 2009
176080 - 176084
3
29X102
JUNE 2010
91746 -91747
4
35X102
178299 - 178302
ESCAMBIA COUNTY AREA TRANSIT
1515 W. FAIRFIELD DR.
6
29X102
JULY 2006
PENSACOLA, FL 32501
90830 -90835
HAROLD HUMPHREY, GM
6
29X102
JUNE 2007
850 - 595 -3228 X 214
91282 -91287
ESCOT BUS SALES
6890 142ND AVE N
5
40X102
JAN 2014
LARGO, FL 33771
183510 - 183514
BRIAN SCOTT, PRESIDENT
727 - 545 -2088
EUREKA, CITY OF
133 "V" ST.
2
35X102
MAY 2014
EUREKA, CA 95501 -0844
183297 - 183298
GREGG PRATT, GM
707 - 443 -0826
EVERETT, CITY OF
3225 CEDAR ST.
8
35X102
APRIL 2006
EVERETT, WA 98201
76823 -76831
GEORGE BAXTER, OPERATIONS MGR
4
40X102
DEC. 2007
425 - 257 -8935
78486 -78489
JUNE 2012
2
40X102
180449 - 180450
FAIRBANKS NORTH STAR BOROUGH
3175 PEGER RD
6
29X102
JUNE 2007
FAIRBANKS, AK 99709
91023 -91028
ROBERT WELLS, TRANSP. SHOP FOREMAN
4
35X102
76385 -76388
907 - 459 -1001
FEB 2014
3
35X102
183901 - 183903
FAIRFIELD TRANSPORTATION CENTER
2000 CADENASSO DR.
2
35X102
JULY 2001
FAIRFIELD, CA 94533
72552 -72553
GEORGE FINK, TRANSIT MGR
3
35X102
JUNE 2009
707 - 428 -7768
176426 - 176428
3/20/2015 23 of 78
LOW FLOOR CUSTOMER LIST
CUSTOMER
FAYETTE COUNTY
825 AIRPORT RD
LAMONT FURNACE, PA 15456
MICHELLE GRANT SHUMAR, DIRECTOR
714 - 628 -7532 X 101
FAYETTEVILLE, CITY OF
455 GROVE ST.
FAYETTEVILLE, NC 28301 -0998
RON MACALUSO, DIRECTOR
910 - 433 -1011
FIRST STUDENT INC.
1102 N. SNELLING AVE.
ST. PAUL, MN 55108
JOHN SCHOLL, SERVICE MGR
651 - 287 -1836
FIRST TRANSIT
1200 W. INDUSTRIAL AVE., UNIT 4
BOYNTON BEACH, FL
DAVID KNOTT, GM
561 - 738 -6008
FIRST TRANSIT DBA
IMPERIAL VALLEY TRANSIT
792 N. ROSS AVE.
EL CENTRO, CA 92243
MARV BALIN, GM
760 - 482 -2900
FIRST TRANSIT INC.
1200 BUSTLETON PIKE, STE 12
FEASTERVILLE, PA 19053
ROBERT JONES, VP
215 - 942 -9212
FIRST TRANSIT CHICAGO
2800 OLD WILLOW RD
NORTHBROOK, IL 60062
TOM GREAVES, DIR. OF MAINT
412--8933-1300 X 204
FIRST TRANSIT PUERTO RICO
1550 CARR 28 STE 2
PUERTO NUEVO PR 00920
JULIO BADIS, MANAGER
787 - 622 -6161 X 1000
DELIVERY DATE/
# UNITS SIZE SERIAL NUMBERS
6 29X102 MAY 2008
91494 -91499
4 35X102
JUNE 2008
78825 -78828
3 40X102
JULY 2009
176680- 176682
3 35X102
JUNE 2012
180798 - 180800
8 40X102
MAY 2008
78971 -78978
5 29X102
JULY 2005
90100 -90104
2 35X102
MARCH 2007
76407 -76408
3 40X102
SEPT.2009
177568 - 177570
9 40X102
OCT. 2012
180552 - 180560
25 40X102 MAY 2006
77200 -77224
12 35X102 JAN 2013
181674 - 181677
181679 - 181685
19 40X102 SEPT.2009
176896 - 176914
3/20/2015 24 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 25 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
FOND DU LAC AREA TRANSIT
530 N. DOTY ST.
4
29X102
MARCH 2011
FOND DU LAC, WI 54935
92156 -92159
LYNN GILLES, TRANSIT MGR
1
29X102
OCT. 2012
920 - 322 -3652
92330
2
29X102
APRIL 2013
92507 -92508
FOOTHILL TRANSIT ZONE
100 S. VINCENT AVE., STE 200
77
40X102
AUG 2000
W. COVINA, CA 91790
71120 -71196
VICKI VARGAS, OPS MGR
7
29X102
SEPT. 2000
626 - 931 -7212
90280 -90286
FORT WAYNE PTC
801 LEESBURG RD
4
35X102
SEPT. 2002
FT. WAYNE, IN 46808
72499 -72502
KEN HOUSDEN, GM
6
35X102
FEB. 2008
219 - 432 -4977
78836 -78841
FRANKLIN TRANSIT AUTHORITY
708 COLUMBIA AVE.
1
35X102
AUG 2007
FRANKLIN, TN 37065
77799
DIANE THORNE, EXEC. DIRECTOR
615 - 790 -4005
FREDERICK COUNTY BOARD OF COMM
1040 ROCK SPRINGS
6
29X102
FEB. 2010
FREDERICK MD 21702
91800 -91805
SHERRY BURFORD, DIRECTOR
301 - 600 -2065
FREE ENTERPRISE SYSTEM
17727 VOLBRECHT RD
9
40X102
AUG 2011
LANSING, IL 60438
180473 - 180481
WES BLOCKER, SHOP MANAGER
708 - 277 -3773
FRESNO AREA EXPRESS
2223 "G" ST.
10
40X102
JUNE 1999
FRESNO, CA 93706
70583 -70591 & 70602
KEN HAMM, DIR OF TRANSPORTATION
559 - 621 -1440
GG &C BUS CO., INC.
2924 JEFFERSON AVE.
2
35X102
FEB 2012
WASHINGTON, PA 15301
179464 - 179465
JOHN LENZNER
2
29X102
MAY 2013
724 - 222 -2320
91925 -91926
3/20/2015 25 of 78
LOW FLOOR CUSTOMER LIST
CUSTOMER
CITY OF GAINESVILLE
REGIONAL TRANSIT SERVICE
PO BOX 490 STATION 32
GAINESVILLE, FL 32601
JESUS GOMEZ, TRANSIT DIRECTOR
352 - 334 -2609
GALESBURG, CITY OF
55 W. TOMPKINS
GALESBURG, IL 61401
KRAIG MCKLUSKIE, TRANSIT MGR
309 - 342 -4242
GALLOPING GOOSE TRANSIT
1370 BLACK BEAN RD
TELURIDE, CO 81435
JASON WHITE, TRANSIT MGR
970 - 728 -2179
GARY PUBLIC TRANSP. CORP
100 W. 4TH AVE., 3RD FLOOR
GARY, IN 46402
DARYL LAMPKINS, GM
219 - 885 -7555
GASTONIA TRANSIT
PO BOX 1748
GASTONIA, NC 28053 -1748
DAVID MITCHELL, GEN. SERVICES DIR.
704 - 866 -6775
GLENN TRANSIT SERVICE
777 N. COLUSA ST.
WILLOWS, CA 95988
MARDY THOMAS, SR. PLANNER
530 - 934 -6540
GOLDSBORO WAYNE TRANSP. AUTHORITY
PO BOX 227
GOLDSBORO, NC 27533
ALAN STUBBS, EXEC DIRECTOR
919 - 736 -1374 X 208
# UNITS
12
4
1
5
6
3
3
1
1
1
SIZE
40X102
40X102
40X102
40X102
40X102
40X102
29X102
29X102
29X102
29X102
DELIVERY DATE/
SERIAL NUMBERS
NOV. 2007
78081 -78092
MAY 2009
177014 - 177017
MARCH 2011
178435
DEC 2011
179558 - 179562
MAY 2012
180336 - 180341
DEC 2014
183998 - 184000
APRIL 2004
90783 -90785
JULY 2011
92323
FEB. 2013
92273
APRIL 2009
91426
1 35X102 OCT. 2009
176954
2 35X102 SEPT. 2010
177074 - 177075
3/20/2015 26 of 78
AUG 2007
5 35X102
78245 -78249
3 40X102
78250 -78252
FEB. 2010
9 35X102
176550 - 176558
SEP 2014
3 35X102
184383 - 184385
7 35X102
JUNE 2004
72636 -72642
APRIL 2011
5 35X102
179148 - 179152
2 40X102
DEC. 2012
180215 - 180216
1 35X102 OCT. 2009
176954
2 35X102 SEPT. 2010
177074 - 177075
3/20/2015 26 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 27 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
GOLINE INDIAN RIVER TRANSIT
694 14TH ST
MARCH 2013
VERO BEACH, FL 32960
1
29X102
92339
KAREN DEIGL, PRESIDENT /CEO
2
35X102
180870 - 180871
772 - 569 -0760 X 104
GOOD EARTH TRANSIT
PO BOX 70631
8
35X102
MARCH 2008
HOUMA, LA 70631
78796 -78803
WENDELL J. VOISIN, PUBLIC TRANSIT ADM]
4
29X102
AUG 2011
985 - 850 -4616
92113 -92116
GRAND FORKS CITY BUS
867 S. 48TH ST.
1
29X102
MARCH 2003
GRAND FORKS, ND 58201
90574
DALE BERGMAN, SUPERINTENDENT
1
29X102
AUG. 2004
701 - 746 -2590
90925
GRAND RAPIDS -DASH
50 OTTAWA NW
5
29X102
MARCH 2011
GRAND RAPIDS, MI 49503
92160 -92164
BARBARA SINGLETON, DASH PROGRAM MGR
616 - 4563755
GRANT TRANSIT AUTHORITY
PO BOX 10
1
35X102
JUNE 2007
EPHRATA, WA 98823
77688
GREG WRIGHT, TRANSIT MGR
509 - 754 -1075
GRAYS HARBOR TRANSPORTATION AUTH.
705 30TH ST.
2
30X96
APRIL 2002
HOQUTAM, WA 98530
72527 -72530 & 72277
MARK CARLIN, OPER. SUPERVISOR
SEPT. 2006
360 - 532 -2770
3
35X102
77430 -77432
FEB 2012
2
35X102
176328 - 176329
APRIL 2012
1
35X102
181557
GREAT FALLS TRANSIT DISTRICT
3905 NORTH STAR BLVD.
4
35X102
MARCH 2003
GREAT FALLS, MT 59405
73445 -73448
JIM HELGESON, GM
2
29X102
APRIL 2009
406 - 727 -0382
91644 -91645
4
29X102
AUG 2010
92058 -92061
4
35X102
MARCH 2013
180309 - 180312
3/20/2015 27 of 78
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
GREATER ATTLEBORO TAUNTON RTA
10 OAK ST., 2ND FLOOR
1
29X102
APRIL 2006
TAUNTON, MA 02780
91153
CAROL GILL, CAPITAL PROGRAM MGR.
6
29X102
MAY 2006
508 - 226 -1102 X 225
91153 -91158
4
29X102
FEB. 2010
91875 -91878
GREATER DAYTONA RTA
600 LONGWORTH ST.
5
40X102
JUNE 2007
DAYTON, OH 45401
77850 -77854
TOM HODGE MAINT. MGR
13
40X102
OCT. 2008
937 - 425 -8637
79675 -79687
12
40X102
APRIL 2009
177247 - 177258
10
40X102
APRIL 2010
177968 - 177977
GREATER GLENS FALLS TRANSIT
495 QUEENSBURY AVE.
4
29X102
SEPT. 2009
QUEENSBURY, NY 12804
91806 -91809
SCOTT SOPCZYK, TRANSP. DIRECTOR
518 - 792 -1086
GREATER LAFAYETTE PTC
1250 CANAL RD
4
40X102
SEPT. 1998
LAFAYETTE, IN 47902
4
35X102
70165 -70169
MARTY SENNETT, GM
70347 -70350
317 - 423 -2666
3
40X102
NOV. 1999
70686 -70688
6
40X102
NOV. 2002
72870 -72875
3
40X102
FEB. 2003
72879 -72881
4
40X102
NOV. 2005
76486 -76489
4
40X102
JAN. 2007
77696 -77699
1
40X102
DEC. 2007
78313
1
40X102
MAY 2009
176027
GREATER LYNCHBURG TRANSIT CO.
PO BOX 797
6
35X102
DEC. 2008
LYNCHBURG, VA 24505
79945 -79950
GARY PARIS, DIR OF MAINT
4
35X102
DEC. 2009
434 - 455 -5094
177477 - 177480
4
35X102
FEB 2012
178830 - 178833
GREATER ORLANDO AVIATION AUTHORITY
1 AIRPORT BLVD.
3
40X102
MAY 2012
ORLANDO, FL 32827
180792 - 180794
MIKE SHUMACK, CONTRACTS MGR
407 - 825 -2375
3/20/2015 28 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 29 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
GREATER PEORIA MASS TRANSIT
2105 NE JEFFERSON
5
35X102
JUNE 2004
PEORIA, IL 61683
73217 -73221
TOM LUCEK, DIR. OF FLEET & FAC.
7
40X102
73174 -73180
309 - 679 -8128
MAY 2011
20
35X102
179996 - 180015
NOV. 2011
5
35X102
180126 - 180130
AUG 2012
5
35X102
180229 - 180233
JAN 2013
15
35X102
180234 - 180248
GREATER RICHMOND TRANSIT
101 S. DAVIS AVE.
18
40X102
SEPT. 2008
RICHMOND, VA 23220
79475 -79492
CHARLIE MITCHELL, OPS MGR
8
40X102
SEPT. 2012
804 - 474 -9320
180993 - 181100
GREATER ROANOKE TRANSIT COMPANY
1108 CAMPBELL AVE., SE
JUNE 2014
ROANOKE, VA 24013
9
35X102
183912 - 183920
JOHN THOMPSON, DIRECTOR OF MAINT.
540 - 982 -0303 EXT 128
GREEN BAY METRO
901 UNIVERSITY
10
35X102
JUNE 2011
GREEN BAY, WI 5 43 02
180265 - 180274
PATRICIA KIEWIZ, INTERIM GM
920 - 448 -3454
GREEN LINK TRANSIT
1021 S. MAIN ST.
2
35X102
JUNE 2010
GREENVILLE, SC 29601
177562 - 177563
MARK RICKARDS, GM
7
35X102
JULY 2011
864 - 303 -0150
179398 - 179404
3
35X102
SEPT. 2012
180457 - 180459
GREEN MOUNTAIN TRANSIT
6088 VT ROUTE 12
1
35X102
JULY 2007
BERLIN, VT 05602
77199
CHRIS COLE, GM
802 - 864 -0629 X 16
GREENSBORO TRANSIT AUTHORITY
320 E. FRIENDLY AVE.
10
35X102
DEC. 2006
GREENSBORO, NC 27401
77123 -77132
BRUCE ADAMS, SR. TRANSIT PLANNER
4
35X102
JAN. 2009
336 - 412 -6237
176180 - 176183
5
35X102
APRIL 2009
176184 - 176188
3/20/2015 29 of 78
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
GREENVILLE, NC
PUBLIC WORKS DEPT.
4
35X102
1500 BEATTY ST.
GREENVILLE, NC 27834
1
35X102
STEPHEN MANCUSO, TRANSIT MANAGER
252 - 329 -4047
2
35X102
2
35X102
2 35X102
CITY OF GUADALUPE
918 OBISPO ST. 1 29X102
GUADALUPE, CA 93434
JIM TALBOTT, EXEC. DIRECTOR 1 29X102
805 - 922 -8476
1 40X102
HAMPTON ROADS TRANSIT
3400 VICTORIA BLVD.
HAMPTON, VA 23661
MIKE PEREZ, DIR ROLLING STOCK
757 - 222 -6000 X 6014
HARFORD COUNTY, MD
1807 N. FOUNTAIN GREEN
BEL AIR, MD 21015
WARREN PATRICK,. FLEET MGR
443 - 243 -8000
22 +90
4
16
15
10
40
29
7
3
9
7
7
3/20/2015 30 of 78
35X102
29X102
35X102
29X102
40X102
40X102
40X102
40X102
40X102
35X102
29X102
29X102
DELIVERY DATE/
SERIAL NUMBERS
MAY 2003
73421 -73424
MAY 2005
74118
MARCH 2006
76948 -76949
OCT. 2008
79505 -79506
AUG 2014
183929 - 183930
APRIL 2005
90992
MAY 2007
91298
DEC. 2010
176481
APRIL 1999
70607 -70634
JUNE 2000
90294 -90297
JUNE 2002
72510 -72525
OCT. 2002
90540 -90554
AUG 2004
74425 -74434
FEB. 2007
77621 -77660
JAN. 2008
78514 -78542
AUG 2008
79963 -79969
DEC. 2008
79974 -79976
DEC. 2011
180021 - 180029
JAN 2013
92490 -92496
JAN 2013
92490 -92496
LOW FLOOR CUSTOMER LIST
3/20/2015 31 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
HARRISONBURG, VA
475 E. WASHINGTON ST.
2
35X102
OCT. 2003
HARRISONBURG, VA 22802
71691 -71692
REGGIE SMITH, DIR. OF PUBLIC TRANSP
6
35X102
AUG. 2004
540 - 432 -0496
74281 -74286
6
35X102
AUG 2008
79829 -79834
8
35X102
MARCH 2009
176368 - 176375
4
35X102
JUNE 2011
179981 - 179984
2
35X102
MARCH 2013
181285 - 181286
CITY OF HATTIESBURG
1001 TIPTON ST.
2
29X102
SEPT. 2007
HATTIESBUR, MS 39401
91394 -91395
VINCENT NELMS, DIVISION MGR
601 - 545 -4670
HAZLETON PUBLIC TRANSIT
40 N. CHURCH ST.
2
29X102
OCT. 2006
HAZLETON, PA 18201
90947 -90948
ROBERT FIUME, DIRECTOR
1
29X102
NOV. 2009
570 - 459 -5414
91810
2
29X102
MARCH 2012
92361 -92362
HERTZ CORPORATION
225 BRAE BLVD.
150
40X102
SEPT. 1997
PARK RIDGE, NJ 07656 -0713
70001 -70151
JACK ENG, MGR. BUS PROGRAMS
21
40X102
JUNE 1999
201 - 307 -2142
70411 -70412
70415,417 -418
70426 -436
70438 -456
70482 -487
70492 -499
70502, 70516
70522
71232 -71239
15
29X102
90455 -90464 & 90645 -90649
5
35X102
FEB. 2005
74607 -74611
NOV. 2010 - SEPT. 2011
94
40X102
179204 - 179299
JULY 2012
2
40X102
181895 - 181896
3
40x102
JUNE 2013
182878- 182880
3/20/2015 31 of 78
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS SIZE
HILLSBOROUGH AREA REGIONAL TRANSIT
4305 E. 21ST. AVE. 16 35X102
TAMPA, FL 33605
PHILLIP HALE, DIR. OF MAINTENANCE
813 - 623 -5835 X 196 17 29X102
HONOLULU, CITY OF
811 MIDDLE ST.
HONOLULU, HI 96813
RICK HARDY, VP MAINTENANCE
808 - 848 -4448
CITY OF HOT SPRINGS
100 BROADWAY TERR
HOT SPRINGS, AR 71901
BOB REDDISH, RESIDENT ADVISOR
501 - 321 -2020
HOUSATONIC AREA REG. TRANSIT
62 FEDERAL RD
DANBURY, CT 78408 -417
ERIC BERGSTRAESSER, CEO
203 - 744 -4070 X 132
HOUSTON AIRPORT SYSTEM
16930 JOHN F. KENNEDY BLVD
HOUSTON, TX 77032
DAVE DAVENPORT, GM
713 - 233 -1019
20
40X102
11
40X102
10
29X102
13
40X102
11
40X102
5
40X102
12
40X102
12
40X102
5
29X102
30
40X102
29
40X102
12
40X102
3 40X102
55 40X102
DELIVERY DATE/
SERIAL NUMBERS
FEB. 1999
70468 -70481
70631 -70632
JULY 2000
90252 -90266
90292 -90293
NOV. 2000
90387 -90403
MARCH 2002
73025 -73033 & 73098
MARCH 2003
90765 -90774
JUNE 2003
73570 -73582
APRIL 2004
74386 -74397
NOV. 2004
74848 -74752
NOV. 2005
76490 -76501
APRIL 2006
76886 -76896
JUNE 2007
91258 -91262
SEPT.2009
177170 - 177199
MARCH 2010
178008 - 178036
SEPT. 2013
182720 - 182731
SEPT. 1998
70604 -70606
DEC. 2003 -FEB. 2004
74182 -74236
1 29X102 JAN. 2009
91667
OCT. 2007
10 35X102 78408 -78417
SEP 2014
10 35X102 182389 - 182398
2 35X102 182399 - 182400
26
3/20/2015 32 of 78
JAN. 2003
40X102 72150 -72175
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
HOUSTON RAC SEP 2014 - JAN 2015
17340 RENTAL CAR AVE 28 40X102 184660 - 184687
HOUSTON, TX 77032
DAVE DAVENPORT, GM (FIRST TRANSIT)
281 - 233 -1019
HOWARD CO. GOVERNMENT
9007 MARSHALL AVE.
3
35X102
JANUARY 2011
LAUREL, MD 20707
178500 - 178502
FRED BAUMGARDNER, SERV QUALITY MGR
301 - 497 -5415 X 202
HUMBOLDT TRANSIT AUTHORITY
133 "V" ST.
3
35X102
OCT. 2009
EUREKA, CA 95501 -0844
176019 - 176021
NELEEN FREGOSO, GM
2
40X102
MARCH 2011
707 - 443 -0826
IDM
30022 BEVERLY RD
6
40X102
FEB. 2005
ROMULUS, MI 48174
74931 -74937
CHUCK COVINGTON, PRES. & CEO
734 - 467 -7000
INDIANA UNIVERSITY
120 W. GRIMES LANE
18 +8
40X102
DEC. 1998
BLOOMINGTON, IN 47401
70236 -70253
PERRY MAULL, OPS MGR
2
40X102
JUNE 2002
812 - 855 -8384
71694 -71694
4
40X102
JUNE 2005
75043 -75046
INDIANAPOLIS PTC
1501 W. WASHINGTON ST.
MAR - JUNE 2000
INDIANAPOLIS, IN 46222
25
29X102
90362 -90386
TREVOR O'COCK, OPS MGR
OCT - DEC 2000
317 - 635 -2100
25
35X102
72340 -72634
FEB - MAR 2001
25
40X102
72559 -72583
SEPT. 2003
24
40X102
72594 -72617
JAN. 2008
10
40X102
79380 -79389
AUG 2014
3
40X102
184551 - 184553
DEC 2014 - JAN 2015
10
40X102
184564 - 184573
3/20/2015 33 of 78
LOW FLOOR CUSTOMER LIST
CUSTOMER
INTERCITY TRANSIT
526 S. PATTISON ST.
OLYMPIA, WA 98507 -0659
MICHAEL HARBOUR, GM
360 - 786 -8585
OLYMPIA, CONT'D
INTERURBAN TRANSIT PARTNERSHIP
300 ELLSWORTH SW
GRAND RAPIDS, MI 49503
STEVE SCHIPPER, MAINT. MGR.
616 - 456 -7514 X 1216
INTRACITY TRANSIT
100 BROADWAY TERRACE
HOT SPRINGS, AR 71901
BOB REDDISH, RESIDENT ADVISOR
501 - 321 -2020
IOWA CITY TRANSIT
1200 S. RIVERSIDE DR.
IOWA CITY, IA 52245
CHRIS O'BRIAN, TRANSIT MGR
319 - 356 -5154
ISABELLA COUNTY TRANSPORTATION
# UNITS
12
8
4
4
4
5
5
8
23
2
13
9
14
2
7
7
8
25
12
SIZE
40X102
35X102
35X102
35X102
29X102
35X102
40X102
29X102
40X102
40X102
40X102
40X102
40X102
40X102
40X102
40X102
40X102
35X102
40X102
2 29X102
6 40X102
2700 E. TRANSPORTATION DR. 3
MT. PLEASANT, MI 48858
JANICE L. BAUMAN, GM 1
989 - 773 -2913
3/20/2015 34 of 78
DELIVERY DATE/
SERIAL NUMBERS
JULY 1998
701170 -70181
JULY 2004
70833 -70840
FEB. 2005
75106 -75109
JULY 2005
75256 -75259
NOV. 2005
91095 -91098
DEC. 2005
76509 -76513
DEC. 2007
78390 -78394
91376 -91383
AUG 2012
181052 - 181072
182005 - 182006
OCT. 2004
74850 -74862
AUG. 2005
76477 -76485
AUG 2006
77133 -77146
MARCH 2007
77595 -77596
AUG 2007
78093 -78099
FEB. 2008
78781 -78787
JAN. 2009
78788 -78795
SEPT.2009
176834 - 176858
NOV. 2011
180089 -18100
AUG 2010
JUNE 2007
77476 -77481
29X102 MARCH 2004
90740 -90742
29X102 AUG. 2004
90743
LOW FLOOR CUSTOMER LIST
3/20/2015 35 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
ISLAND TRANSIT
PO BOX 1735
2
40X102
APRIL 2009
COUPEVILLE, WA 98239
79441 -79442
DENNIS CARTER, MAINT. MGR
4
40X102
JANUARY 2011
360 - 678 -3949
178545 - 178548
JACKSON PUBLIC TRANSPORTATION CO.
1025 TERRY RD.
4
40X102
FEB. 2006
JACKSON, MS 39207 -2809
76677 -76680
NATE ROBINSON, DIR OF MAINT
8
35X102
OCT. 2006
601 - 948 -7140
77414 -77421
JACKSON, TOWN OF
PO BOX 1687
2
29X102
JUNE 2009
JACKSON, WY 83001
91424 -91425
STEVE AINSLIE, OPER MGR
5
40X102
OCT. 2009
307 - 733 -4521
176955 - 176959
2
29X102
MAY 2011
92196 -92197
1
40X102
OCT. 2012
180507
SEP 2014
1
40X102
183550
JACKSON TRANSIT AUTHORITY
241 E. DEADRICK ST.
JUNE 2009
JACKSON, TN 38301
1
29X102
91431
CHARLES E. SMITH, MAINT. MGR
JUNE 2010
731 - 423 -0200 X 108
1
29X102
91932
APRIL 2012
1
29X102
92400
NOV 2014
1
29X102
92646 -92647
JACKSON TRANSPORTATION AUTHORITY
2350 E. HIGH ST.
1
35X102
SEPT. 2008
JACKSON, MI 49203
79455
OLIVER LINDSAY, ADMIN DIRECTOR
1
40X102
77893
517 - 780 -3780
5
29X102
91636 -91640
4
35X102
JUNE 2010
177316 - 177319
2
35X102
MARCH 2012
178137 - 178138
3/20/2015 35 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 36 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
JACKSONVILLE TRANSPORTATION AUTHORITY
100 N. MYRTLE AVE.
MARCH 2004
JACKSONVILLE, FL 32203
25
35X102
73476 -73500
LISA DARNALL, COO
21
40X102
74790 -74810
904 - 630 -3181
JUNE 2007
22
40X102
77551 -77572
JAN. 2008
3
29X102
91478 -91480
APRIL 2009
6
40X102
79398 -79403
APRIL 2010
14
40X102
177785 - 177798
SEPT. 2011
13
40X102
179447 - 179459
JUNE 2013
6
40X102
181751 - 181756
OCT 2014
10
40X102
183988 - 183997
JEFFERSON CITY
820 E. MILLER ST.
5
35X102
JUNE 2005
JEFFERSON CITY, MO 65101
74542 -74546
RICHARD TURNER SR., TRANSIT DIV. DIR.
3
35X102
SEPT. 2006
573 - 634 -6599
76413 -76415
2
29X102
FEB. 2012
92117 -92118
JEFFERSON PARISH
90 FIRST ST.
1
29X102
MAY 2010
GRETNA, LA 70053
17
40X102
177934 - 177950
ORLANDO PIERRE, GM
AUG 2012
504 - 367 -0519
8
40X102
181173 - 181180
4
29X102
APRIL 2013
92426 -92429
JOHNSON CO. TRANSIT
1701 WEST 56 HWY
3
40X102
AUG 2007
OLATHE, KS 66061
78260 -78262
ALICE AMREIN, TRANSP. DIRECTOR
9
40X102
AUG 2009
913 - 782 -2210
176922 - 176930
4
40X102
JUNE 2011
179432 - 179435
4
40X102
FEB. 2013
181855 - 181858
KALAMAZOO, CITY OF
241 W. SOUTH ST.
6
35X102
OCT. 1998
KALAMAZOO, MI 49007 -4796
70339 -70344
ROB BRANCH, MAINT DIRECTOR
5
40X102
JUNE 2000
616 - 337 -8020
71076 -71080
3
35X102
JUNE 2000
71081 -71083
5
35X102
AUG 2003
73655 -73659
4
40X102
MARCH 2006
76681 -76684
4
35X102
FEB. 2008
78438 -78441
7
35X102
MARCH 2009
78442 -78448
3/20/2015 36 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 37 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
KANAWHA VALLEY RTA
1550 FOURTH AVE.
2
29X102
SEPT. 2009
CHARLESTON, WV 25324
91753 -91754
DENNIS DAWSON, GM
8
35X102
176971 - 176978
304 - 343 -3840
JAN 2014
5
29X102
92582 -92586
6
35X102
181972 - 181977
K.C.A.T.A.
1200 E. 18TH ST.
1
40X102
MARCH 2000
KANSAS CITY, MO 64108
70346
WALT WOODWARD, DIR. OF MAINT
1
29X102
AUG 1999
816 - 346 -0308
90281
17
40x102
SEPT. 2002
73367 -73383
26
40x102
APRIL 2003
73105 -73130
19
40x102
JUNE 2004
73994 -74012
12
40x102
JUNE 2005
76072 -76083
1
40x102
DEC. 2005
76326
19
40x102
FEB. 2006
76538 -76556
8
40x102
MARCH 2007
78073 -78080
10
29X102
MARCH 2007
91332 -91341
17
29X102
MAY 2008
91521 -91537
7
40X102
FEB. 2010
176165 - 176171
6
40X102
177521 - 177526
MARCH 3011
6
40X102
180042 - 180047
APRIL 2011
22
29X102
92301 -92322
SEPT. 2012
12
29X102
92551 -92562
KANSAS CITY INT'L AIRPORT
936 TEL AVIV AVE.
20
40X102
MARCH 2007
KANSAS CITY, MO 64153
77063 -77082
ED MURPHY, CHAIRMAN
KENOSHA TRANSIT
3735 65TH ST.
8
29X102
AUG. 2004
KENOSHA, WI 53142
90917 -90924
RON IWEN, GM
4
35X102
74129 -74132
262 - 653 -4291
MARCH 2005
9
35X102
74900 -74908
JULY 2009
4
40X102
177000 - 177003
JULY 2010
5
35X102
178535 - 178539
JAN 2012
3
40X102
179308 - 179310
3/20/2015 37 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 38 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
KETCHIKAN GATEWAY BOROUGH
344 FRONT ST.
4
29X102
MARCH 2008
KETCHIKAN, AK 99901
91446 -91449
MIKE BRANCO
2
29X102
DEC. 2011
907 - 228 -6675
92351 -92352
KEYLINE TRANSIT
2401 CENTRAL AVE.
4
35X102
JUNE 2011
DUBUQUE, IA 52001
179460 - 179463
BARBARA MORCK, DIR OF TRANSIT OPS
563 - 589 -4341
KEY WEST
PO BOX 1078
4
29X102
JUNE 2001
KEY WEST, FL 33040
90408 -90411
MYRA HERNANDEZ
7
29X102
JULY 2003
305 - 292 -8162
90684 -90690
2
35X102
JUNE 2008
78331 -78332
CITY OF KINGSTON
17 HOFFMAN ST.
2
35X102
AUG 2007
KINGSTON, NY 12401
78317 -78318
TONI ROSER, TRANSP. SUPERINTENDENT
2
35X102
JUNE 2011
845 - 331 -3725
178405 - 178406
KITSAP TRANSIT
200 CHARLESTON BLVD.
2
35X102
JUNE 2003
BREMERTON, WA 98312
73522 -73523
COLBY SWANSON, VEHICLE MAINT. DIR.
JULY 2004
360 - 478 -6229
10
35X102
74091 -74100
5
40X102
74106 -74110
5
40X102
JUNE 2005
74111 -74115
4
35X102
74101 -74105
CITY OF KNOXVILLE
1135 MAGNOLIA AVE.
4
35X102
NOV. 2008
KNOXVILLE, TN 37917
79725 -79728
SI MCMURRAY, CHIEF MAINT. OFFICER
6
35X102
JANUARY 2011
865 - 215 -7803
179524 - 179529
6
35X102
JULY 2011
179530 - 179536
6
35X102
MAY 2012
180433 - 180438
2
40X102
MARCH 2013
181712 - 181713
5
35X102
181729 - 181733
LA CROSSE MUNICIPAL TRANSIT UTILITY
2000 MARCO DR.
4
35X102
AUG 2001
LA CROSSE, WI 54601
72548 -72551
KEITH CARLSON, MANAGER
7
35X102
APRIL 2002
608 - 789 -7350
72270 -72276
LA CROSSE, CONT'D
JULY 2007
5
35X102
78154 -78158
3/20/2015 38 of 78
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
LAFAYETTE TRANSIT SYTEM
100 LEE AVE.
4
35X102
SEPT. 2004
LAFAYETTE, LA 70502
74013 -74016
MIKE MITCHELL, TRANSIT SUPERVISOR
4
35X102
JUNE 2005
337 - 291 -8571
75235 -75238
1
35X102
SEPT.2007
78449
3
35X102
NOV. 2008
79725 -79728
LAKELAND AREA MASS TRANSIT DISTRICT
1212 GEORGE JENKINS BLVD.
MARCH 1999
LAKELAND, FL 33801
5 +5
35X102
70463 -70467
TOM PHILLIPS, TRANSIT DIRECTOR
JAN. 2012
941 - 688 -7433
1
35X102
178142
DEC 2014
1
35X102
183846
LAKETRAN
555 LAKESHORE BLVD.
4
29X102
JUNE 2010
PAINESVILLE, OH 44077
92054 -92057
TERRI GOODSON, PROCUREMENT/GRANTS
440 - 350 -1007
LANE TRANSIT DISTRICT
PO BOX 7070
14 +50
40X102
AUG 1998
EUGENE, OR 97402
70254 -70267
RON BERKSHIRE, DIR OF MAINTENANCE
5
40X102
AUG 1999
541 - 862 -6163
70597 -70601
18
40X102
MAY 2003
73060 -73077
4
40X102
AUG 2002
73441 -73444
1
40X102
JULY 2005
75244
20
40X102
JAN. 2007
77500 -77519
LANTA
1060 LEHIGH ST.
4
40X102
OCT. 2006
ALLENTOWN, PA 18103
77119 -77122
RANDY FLYTE, MATERIALS & MAINT. SUP.
4
35X102
77115 -77118
610 - 435 -5739
EATS
611 SW BISHOP RD
4
29X102
AUG 2010
LAWTON, OK 73502
92241 -92244
STEVE SHERRER
580 - 248 -5252 X 101
LARSEN COUNTY TRANSIT AUTHORITY
701 -980 JOHNSTONVILLE RD
1
40X102
JUNE 2010
SUSANVILLE, CA 96130
177581
DELL DONOHO, GM
530 - 252 -7433
3/20/2015 39 of 78
LOW FLOOR CUSTOMER LIST
CUSTOMER
LASSEN CO. TRANSIT AUTHORITY
707 NEVADA ST., STE 4
SUSANVILLE, CA 96130
DAN DOUGLAS, TRANSIT PLANNER
530 - 251 -8306
LAVTA
1362 RUTAN CRT, SUITE 100
LIVERMORE, CA 94551
SYLVIA COX, DIR OF PLANNING
925 - 455 -7555
LAWTON AREA TRANSIT SYSTEM
611 SW BISHOP AVE.
LAWTON, OK 73501
GARY RUSHING, GM
580 - 248 -5252 X 102
LEBANON, COUNTY OF
200 WILLOW ST.
LEBANON, PA 17046
TERI GIURINTANO, EXEC. DIRECTOR
717 - 274 -3664 X 120
LEE COUNTY TRANSIT
10715 E. AIRPORT RD.
FT. MYERS, FL 33907
STEVE MYERS, GM
941 - 277 -5008
LEXTRAN
109 W. LOUDEN
LEXINGTON, KY 40508
MICHAEL NAGY, DIR. OF MAINTENANCE
859 - 913 -7769
# UNITS
1
DELIVERY DATE/
SIZE SERIAL NUMBERS
40X102 AUG 2012
181600
10
29X102
24
40X102
2
29X102
2
29X102
1
29X102
1
2
2
2
1
7
2
3
7
6
5
9
8
1
5
1
1
2
3/20/2015 40 of 78
29X102
29X102
40X102
29X102
29X102
35X102
35X102
35X102
35X102
40X102
40X102
40X102
40X102
29X102
29X102
40X102
40X102
40X102
NOV. 2003
90746 -90755
SEPT. 2003
73703 -73726
JUNE 2007
91288 -91289
DEC. 2011
92292 -92293
OCT. 2012
92326
AUG 2007
91375
APRIL 2009
91642 -91643
JUNE 2010
177534 - 177535
92025 -92026
OCT. 2010
92207
MAY 2002
73341 -73347
JAN. 2007
77096 - 770979
JAN. 2010
176749 - 176751
APRIL 2010
177759 - 177765
AUG. 2004
74642 -74647
NOV. 2005
76462 -76466
AUG 2007
78176 -78184
DEC 2007
78861 -78868
OCT 2009
91854
MAY 2011
92141 -92145
SEP 2012
181246
APR 2014
184243
DEC 2014
185099 - 185100
LOW FLOOR CUSTOMER LIST
CUSTOMER
LINK TRANSIT
2700 EUCLID AVE.
WENATCHEE, WA 98801
TODD DANIEL, MAINT. MGR.
509 - 663 -1342
LOUDOUN COUNTY
1 HARRISON ST
LEESBURG, VA 20177 -7000
NANCY GOURLEY
703 - 737 -8384
CITY OF LOVELAND
410 E. FIFTH ST.
LOVELAND, CO 80537
MARCY ABREO, TRANSIT MGR
970 - 962 -2743
LOWELL RTA
100 HALE ST.
LOWELL, MA 01852
TOM HENDERSON, DEPUTY ADMIN
978 - 459 -0164 X 210
LUZERNE COUNTY
315 NORTHAMPTON ST.
KINGSTON, PA 18704
HAROLD E. EDWARDS, EXEC. DIR.
717 - 288 -9356
LYNX
445 W. AMELIA ST., STE 800
ORLANDO, FL 32801
DAVID BURNETT, MAINT. MGR
407 - 841 -2279
DELIVERY DATE/
# UNITS SIZE SERIAL NUMBERS
4 29X102
NOV. 2004
FEB. 2005
90611 -90614
4 29X102
JULY 2005
3
91030 -91033
3 40X102
APRIL 2007
78270 -78272
8 40X102
SEPT. 2008
FEB. 2007
78543 -78550
3 35X102
78551 -78553
5 40X102
FEB 2014
OCT. 2007
184124- 184128
1 35X102 APRIL 2009
78338
2 35X102 DEC. 2010
176330 - 176331
8
29X102
FEB. 2005
90964 -90971
3
29X102
NOV. 2005
91100 -91102
7
40X102
FEB. 2007
77534 -77540
5
35X102
OCT. 2007
78200 -78204
6
35X102
DEC. 2008
79321 -79326
5
35X102
DEC. 1998
70351 -70355
2
35X102
OCT. 2009
176623 - 176624
DEC. 2009
2
35X102
176623 - 176624
5
29X102
JULY 2005
90113 -90117
5
35X102
SEPT.2006
77380 -77384
30
40X102
77350 -77379
3
29X102
MAY 2007
91239 -91240
2
35X102
78174 -78175
4
40X102
JUNE 2007
77929 -77932
AUG 2007
16
40X102
77933 -77948
5
35X102
77979 -77983
OCT. 2007
9
29X102
91462 -91470
5
40X102
78185 -78189
3/20/2015 41 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 42 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
LYNX CONT'D
JULY 2008
22
40X102
78901 -78922
AUG 2008
9
35X102
78923 -78931
1
29X102
91623
NOV. 2010
10
40X102
177907 - 177916
OCT. 2012
11
40X102
179679 - 179689
OCT. 2013
1
35X102
183004
JULY 2013
11
40X102
182987 - 182997
MARCH 2014
5
40X102
183 -14- 183018
MACATAWA AREA EXPRESS
TRANSPORTATION AUTHORITY
4
29X102
MAY 2010
171 LINCOLN, STE 20
91942 -91945
HOLLAND, MI 49423
LINDA LEFEBRE, COORDINATOR
616 - 928 -2486
MACOMB, IL (GO WEST TRANSIT)
1 UNIVERSITY CIRCLE
3
35X102
MARCH 2004
MACOMB, IL 61455
73741 -73743
JUDE KIAH, DIRECTOR
3
40X102
73744 -73746
309 - 298 -3553
MARCH 2010
1
35X102
176602
MADISON COUNTY METRO
EAST MASS TRANSIT
24
29X102
JANUARY 2011
ONE TRANSIT WAY
92001 -92024
GRANITE CITY, IL
4
35X102
178105 - 178108
JERRY KANE, EXEC DIRECTOR
22
40X102
177607 - 177628
618 - 874 -7433
JUNE 2012
14
40X102
180877 - 180890
DEC. 2012
13
40X102
182110 - 182122
13
29X102
92460 -92472
MADISON TRANSIT
1101 E. WASHINGTON ST.
15
40X102
MARCH 2004
MADISON, WI 58703
74408 -74422
CHUCK KAMP, TRANSIT MGR.
3
40X102
FEB. 2005
608 - 266 -4739
74765 -74767
MARCH 2009
22
40X102
176032 - 176053
JUNE 2009
11
40X102
176112 - 176122
OCT. 2011
14
40X102
180104 - 180117
DEC. 2012
13
40X102
182110 - 182122
13
29X102
92420 -92472
JAN 2014
18
40X102
183871 - 183881
3/20/2015 42 of 78
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
MANCHESTER TRANSIT AUTHORITY
110 ELM ST.
6
29X102
JUNE 2006
MANCHESTER, NH 03101 -2799
91147 -91152
DAVID SMITH, EXEC. DIRECTOR
3
29X102
JULY 2007
603 - 623 -8801
91351 -91353
3
29X102
AUG 2008
91613 -91615
MANKATO, CITY OF
PO BOX 3368
MARCH 2009
MANKATO, MN 56001
1
40X102
176572
MARK ANDERSON, MASS TRANSIT SUPER
FEB. 2010
507 - 387 -8655
3
35X102
177766 - 177768
MAY 2012
1
35X102
180483
SEP 2014
3
40X102
185896 - 185398
MAPLE GROVE, CITY OF
PO BOX 1180
3
40X102
MARCH 2013
MAPLE GROVE, MN 55311
181509 - 181511
MICHAEL OPATZ, TRANSP. COORDINATOR
763 - 494 -6005
MARBLE VALLEY RTD
158 SPRUCE ST.
5
35X102
MAY 2007
RUTLAND, VT 05701
77889 -77892
BENNY HUGHES, FLEET MGR
3
29X102
AUG 2008
91626 -91628
2
29X102
AUUST 2009
91766 -91767
MARCH 2011
4
29X102
92228 -92231
MARCH 2014
8
29X102
92662 -92669
MARITIME METRO TRANSIT
2655 S. 35TH ST.
5
29X102
JUNE 2004
MANITOWOC, WI 54220
90640 -90655
KEVIN GLAESER
4
35X102
JUNE 2005
920 - 683 -4550
74621 -74624
MARSHALLTOWN MUNICIPAL TRANSIT
905 E. MAIN ST.
1
29X102
MARCH 2009
MARSHALLTOWN, IA 50158
91423
RICHARD STONE, TRANSIT ADMIN
1
29X102
MAY 2010
641 - 754 -5719
91968
1
29X102
FEB 2012
92388
1
29X102
AUG 2013
92418
MASON CO. TRANSPORTION AUTHORITY
790 E JOHNS PRAIRIE RD.
3
35X102
JANUARY 2011
SHELTON, WA 98584
176683 - 176685
MIKE OLIVER, MAINT. MANGER
1
35X102
MARCH 2013
360 - 427 -5033 X 113
181880
3/20/2015 43 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 44 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
CITY OF MCALLEN TRANSIT
1501 W. BUSINESS HWY 83, STE 100
7
35X102
JANUARY 2011
MCALLEN, TX 78501
176482 - 176488
MARIO DELGADO, TRANSIT MANAGER
3
35X102
MARCH 2014
956 - 681 -3501
183301 - 183303
McCARRAN INT'L AIRPORT
PO BOX 11005
10
40X102
JAN. 2008
LAS VEGAS, NV 89111 -1005
78593 -78602
ED HOYING, LANDSIDE OPS
702 - 261 -5033
MEMPHIS ATA
1370 LEVEE RD
20
40X102
OCT. 2003
MEMPHIS, TN 38108 -1011
73154 -73173
GLEN LOCKHART, DIR OF MAINT
4
29X102
AUG 2007
901 - 722 -7184
90836 -90839
8
29X102
JUNE 2010
91957 -91964
SEPT. 2010
20
40X102
178377 - 178396
MENDOCINO TRANSIT AUTHORITY
241 PLANT RD
3
40X102
NOV 2013
UKIAH, CA 95482
182780 - 182782
DAN BAXTER, TRANSP. MANAGER
707 - 234 -6446
MERCED COUNTY TRANSIT
369 W. 18TH ST.
7
29X102
MARCH 2011
MERCED, CA 95340
92165 -92171
RICHARD GREEN, PROGRAM MANAGER
7
40X102
JAN. 2013
181558 - 181564
7
40X102
JAN 2013
181558 - 181564
MERRILL, CITY OF
1004 E. FIRST ST.
3
29X102
JULY 2004
MERRILL, WI 54452
90861 -90863
RICHARD GRENFELL, TRANSIT ADMIN.
2
29X102
JUNE 2005
715 - 536 -7112
90864 -90865
MERRIMACK VALLEY RTA
65 RAILROAD AVE.
3
35X102
JUNE 2007
HAVERHILL, MA 01835
78159 -78161
JOSEPH COSTANZO, ADMINISTRATOR
7
35X102
MAY 2009
978 - 469 -1251
177646 - 177652
8
35X102
JUNE 2011
177064 - 177065
8
35X102
180201 - 180208
JAN 2012
5
35X102
180209 - 180213
MET COUNCIL - ANOKA
390 ROBERT ST. NORTH
DEC. 2009
ST. PAUL, MN 5 5101-18 05
15
40X102
177450 - 177464
ALEX CURTISS
AUG 2010
651 - 602 -1487
31
40X102
79088 -79118
JANUARY 2011
8
29X102
91898 -91905
3/20/2015 44 of 78
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS SIZE
MET COUNCIL- BLAINE
515 N. CLEVELAND AVE.
ST. PAUL, MN 5 5114-18 78
ALEX CURTIS, MGR FLEET SERVICES
651 - 602 -1487
MET COUNCIL - PLYMOUTH
3204 COMO AVE.
MINNEAPOLIS, MN 55414
ALEX CURTISS
651 - 602 -1487
MET COUNCIL - ST. PAUL
390 NORTH ROBERT STREET
ST. PAUL, MN 5 5101-18 05
ALEX CURTISS
651 - 602 -1487
MET TRANSIT
PO BOX 1178
BILLINGS, MT 59103
RONALD WENGER, TRANSIT MGR
406 - 657 -8221
METRA
PO BOX 1340
COLUMBUS, GA 31902 -1340
THOMAS TAYLOR, MAINT. MANAGER
706 - 653 -4409
METRO AREA TRANSIT
402 N. 23RD ST.
FARGO, ND 58102
HAROLD PETERSON, FLEET SERV MGR
701 - 241 -1460
METRO AREA TRANSIT (MAT)
2222 CUMING ST.
OMAHA, NE 68102
CURT SIMON, DIR. OF OPERATIONS
METRO COUNCIL MEARS PARK CENTER
(TWIN CITIES)
230 E. FIFTH ST.
ST. PAUL, MN 55101
BRUCE DREIER
651 - 602 -1708
5 40X102
DELIVERY DATE/
SERIAL NUMBERS
JAN 2013
181096 - 181100
2 40X102
MARCH 2011
79233 -79234
2 40X102
SEPT. 2013
183169 - 183170
8 29X102
MAY 2009
91822 -91829
4 29X102
JULY 2014
16 29X102
92701 -92716
2 35X102 MAY 2011
177064 - 177065
3 35X102
MAY 2008
76350 -76352
3 35X102
MAY 2009
176429 - 176431
3 29X102
MARCH 2002
90482 -90484
4 29X102
MAY 2004
90680 -90683
19 35X102
DEC. 2000
71695 -71713
18 40X102
AUG 2000
71715 -71732
8 40X102
OCT. 2009
176752 - 176759
13 29X102
DEC. 2002
90665 -90677
5 40X102
FEB. 2004
74270 -74274
6 29X102
AUG 2004
90926 -90931
3/20/2015 45 of 78
LOW FLOOR CUSTOMER LIST
METRO TRANSIT
2000 S. MAY AVE
OKLAHOMA CITY, OK 73108
JIM MEEKS, DIR. OF PROCUREMENT
METROPOLITAN COUNCIL
515 N. CLEVELAND AVE.
ST. PAUL, MN 55114
ROB MILLESON, DIR. OF MAINTENANCE
612 - 349 -5008
METROPOLITAN EVANSVILLE TRANSIT SYSTEM
601 JOHN ST.
EVANSVILLE, IN 47113
JONATHAN SIEBEKING
812 - 435 -6168
METROPOLITAN TRANSIT AUTHORITY
130 NESTOR ST.
NASHVILLE, TN 37210
BOB BAULSIR, ASST. GM
615 - 862 -6178
2 40X102 MAY 2013
180986 - 180987
40X102
SEPT. 2003
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
METRO RTA
87
40X102
79001 -79087
416 KENMORE BLVD.
9
40X102
JAN. 2006
AKRON, OH 44301
791191 -79148
2
76832 -76840
DEAN HARRIS, DIR. OF FINANCE
5
35X102
FEB. 2007
330 - 564 -2264
40X102
MAY 2012
77056 -77060
40X102
2
35X102
MAY 2007
JUNE 2012
17
40X102
78263 -78264
2
35X102
DEC. 2007
40X102
180698 - 180710
78891 - 788892
MAY 2013
4
40X102
MAY 2009
JULY 2013
176819 - 176820
40X102
10
40X102
APRIL 2010
NOV 2013
24
40X102
177661 - 177670
6
40X102
MARCH 2011
40X102
184301 - 184375
4
179467- 1769472
METRO TRANSIT
2000 S. MAY AVE
OKLAHOMA CITY, OK 73108
JIM MEEKS, DIR. OF PROCUREMENT
METROPOLITAN COUNCIL
515 N. CLEVELAND AVE.
ST. PAUL, MN 55114
ROB MILLESON, DIR. OF MAINTENANCE
612 - 349 -5008
METROPOLITAN EVANSVILLE TRANSIT SYSTEM
601 JOHN ST.
EVANSVILLE, IN 47113
JONATHAN SIEBEKING
812 - 435 -6168
METROPOLITAN TRANSIT AUTHORITY
130 NESTOR ST.
NASHVILLE, TN 37210
BOB BAULSIR, ASST. GM
615 - 862 -6178
2 40X102 MAY 2013
180986 - 180987
25
40X102
SEPT. 2003
3
40X102
73595 -73597
24
40X102
MAR -NOV 2008
87
40X102
79001 -79087
2
40X102
AUG 2010
30
40X102
791191 -79148
2
35X102
DEC. 2011
5
40X102
179127 - 179131
25
40X102
MAY 2012
23
40X102
179636 - 179658
JUNE 2012
17
40X102
180648 - 180664
JULY 2012
13
40X102
180698 - 180710
MAY 2013
30
40X102
182571 - 182600
JULY 2013
21
40X102
182601 - 182621
NOV 2013
24
40X102
182622 - 182645
DEC 2013 - JULY 2014
75
40X102
184301 - 184375
4
29X102
JUNE 2006
91159 -91162
1
29X102
APRIL 2014
92547
25
40X102
MAY 2004
74245 -74269
24
40X102
JUNE 2006
76557 -76580
2
40X102
DEC. 2009
177506 - 177507
2
35X102
AUG 2010
178143 - 178144
25
40X102
FEB. 2011
179751 - 179775
3/20/2015 46 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 47 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
METROPOLITAN TRANSIT AUTHORITY
OF BLACK HAWK COUNTY
APRIL 2009
1515 BLACK HAWK ST.
1
35X102
176953
WATERLOO, IA 50702
2
29X102
91685 -91686
MARK LITTLE, GM
MARCH 2012
319 - 234 -5714
3
29X102
92372 -92374
FEB 2013
1
29X102
92448
METROPOLITAN TULSA TRANSIT
510 S. ROCKFORD
3
35X102
JUNE 2005
TULSA, OK 74120
74914 -74916
RANDY CLOUD, DIR. OF MAINT.
10
35X102
JUNE 2005
918 - 560 -5619
76441 -76450
15
40X102
76426 -76440
METROPOLITAN WASHINGTON AIRPORTS
AUTHORITY
10
29X102
FEB. 2005
RONALD REGAN WASH NAT'L AP MA -420
90972 -90981
WASHINGTON, DC 20001 -6000
8
29X102
SEPT. 2007
MIKE QUINN, FLEET MAINT. MGR.
91386 -91393
703 - 572 -3960
MIAMI DADE AVIATION DEPT.
4300 NW 14TH ST.
JAN. 2009
MIAMI, FL 33126
3
40X102
176175 - 176177
CARLOS CHANGE, BUYER
FEB 2012
305 - 869 -3010
3
29X102
92327 -92329
NOV 2014
5
40X102
184546 - 184550
MID MON TRANSIT AUTHORITY
1300 MCKEAN AVE.
2
35X102
JUNE 2004
CHARLEROI, PA 15022
112453 - 112454
RITA ROSSO, ASST. DIRECTOR
6
40X102
APRIL 2009
724 - 489 -0880
79404 -79409
MIDDLETOWN AREA TRANSIT
540 MAIN ST.
4
29X102
OCT. 2002
MIDDLETOWN, CT 06475
90585 -90588
THOMAS CHEESEMAN, TRANSIT ADMIN.
3
35X102
DEC. 2003
860 - 346 -0212
71265 -71267
MIDDLETOWN TRANSIT
1219 HOOK DR
6
29X102
JULY 2002
MIDDLETOWN, OH 45042 -1901
90489 -90494
KEITH BACK, GARAGE SUPERINTENDENT
3
29X102
JUNE 2012
513 - 727 -3643
92263 -92265
MILWAUKEE COUNTY TRANSIT SYSTEM
COUNCIL TRANSIT OPERATIONS
5
40X102
APRIL 2002
515 N. CLEVELAND AVE.
72850 -72854
ST. PAUL, MN 55114
VINCE PELLIGRIN, DIR. OF MAINTENANCE
612 - 349 -5000
3/20/2015 47 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 48 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
MINNESOTA VALLEY TRANSIT AUTHORITY
100 E. HWY 13
12
40X102
MAY 2003
BURNSVILLE, MN 55337
73764 -73775
MICHAEL ABEGG, PLANNER
9
40X102
DEC. 2007
952 - 882 -7500
78399 -78407
5
40X102
MARCH 2009
176869 - 176873
2
40X102
AUG 2010
177659 - 177660
2
40X102
MARCH 2012
179694 - 179695
6
40X102
FEB 2013
182040 - 182045
1
40X102
JAN 2015
185551
MISSOULA URBAN TRANSPORTATION
1221 SHAKESPEARE
DEC. 2009
MISSOULA, MT 59802
10
29X102
91946 -91955
STEVE EARLE, GM
SEP 2014
406 - 543 -8386
3
35X102
184191 - 184196
MOBILE, CITY OF
745 BROAD ST.
14
29X102
DEC. 2004
MOBILE, AL 36604
90950 -90963
TYRONE PARKER, DIR. OF PLANNING
JUNE 2010
251 - 344 -6600
6
29X102
91985 -91990
4
35X102
177558 - 177561
MODESTO, CITY OF
PO BOX 642
DEC. 2001
MODESTO, CA 95353
3
40X102
72278 -72280
FREDERICK CAVANNAH
SEPT. 2003
209 - 577 -5298
6
40X102
73978 -73983
8
35X102
74083 -74090
DEC. 2009
7
40X102
177465 - 177471
DEC 2014
8
40X102
184638 - 184645
JAN 2015
MONROE CO. TRANSP. AUTHORITY
PO BOX 339
3
35X102
NOV. 2002
MONROE, PA 18355
72478 -72480
WALTER QUADARELLA, DIR. OF OPERATIO7
1
29X102
90495
610 - 899 -6082
2
29X102
MAY 2007
91247 -91248
2
29X102
OCT. 2009
91782 -91783
8
35X102
OCT 2013
182751 - 182758
MONROE TRANSIT SYSTEM
700 WASHINGTON ST.
3
40X102
FEB. 2008
MONROE, LA 71201
78833 -78835
MIKE CREIGHTON, GM
APRIL 2009
318 - 329 -2206
1
40X102
176152
4
35X102
176154 - 176157
MONTACHUSETT RTA
R1427 WATER ST.
5
35X102
AUG 2007
FITCHBURG, MA 01420
78054 -78058
PHILIP ROCA, GM
1
40X102
JUNE 2013
978 - 345 -7111 X 2261
182420
3/20/2015 48 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 49 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
MONTANA DOT
2960 PROSPECT AVE
5
29X102
DEC 2013
HELENA, MT 59620
92684 -92688
ADAM KRAFT
406 - 444 -6120
MONTEBELLO BUS LINES
400 SOUTH TAYLOR AVE.
7
40X102
JAN. 1999
MONTEBELLO, CA 90640
70286 -70292
AURORA JACKSON, DIR. OF TRANSPORTATI
5
40X102
FEB. 2000
323 - 887 -4604
71490 -71494
MONTEREY SALINAS TRANSIT
ONE RYAN RANCH RD
12
40X102
OCT. 2002
MONTEREY,CA 93940 -5795
73429 -73440
MIKE HERNANDEZ, AGM /COO
12
40X102
JAN. 2004
831 - 393 -8132
77301 -73312
10
35X102
SEPT.2007
78291 -78300
5
40X102
JAN. 2008
78286 -78290
1
40X102
JUNE 2013
180771
MONTGOMERY COUNTY
16630 CRABBS BRANCH WAY
MARCH 2006
ROCKVILLE, MD 20855
5
40X102
76870 -76874
TAMMY DIXON, CPPB
JUNE 2008
240 - 777 -5733
5
40X102
79426 -79430
NOV. 2008
6
29X102
91646 -91651
DEC. 2008
16
40X102
176034 - 176069
JULY 2009
11
40X102
176667 - 176677
SEPT.2009
31
29X102
91687 -91711
SEPT. 2011
1
40X102
179503
AUG 2013
12
40X102
182279 - 182290
SEPT. 2013
28
29X102
92601 -92628
JULY - AUG 2014
32
29X102
92717 -92748
1
29X102
93013 (REPLACES 92723)
NOV. 2014
1
29X102
93013
MOUNTAIN LINE TRANSIT AUTHORITY
420 DUPONT RD
7
35X102
SEPT. 2009
MORGANTOWN, WV 26501
176986 - 176992
DAVID BRUFFY, GM
3
29X102
JULY 2010
304 - 296 -3680
91996 -91998
3
35X102
FEB 2014
184213
1
29X102
92749
3
35X102
184605 - 184607
3/20/2015 49 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 50 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
MOUNTAIN METROPOLITAN TRANSIT
1015 TRANSIT DR.
2
40X102
DEC. 2002
COLORADO SPRINGS, CO 80403
73662 -73663
KEN GIANINO
4
35X102
JULY 2005
CONTRACTING & PROCUREMENT ADMIN
75266 -75269
719 - 385 -7409
3
40X102
75232 -75234
COLORADO SPRINGS CONT'D
10
40X102
AUG 2006
77609 -77618
19
40X102
JULY 2007
78319 -78337
7
35X102
OCT. 2007
78951 -78957
6
35X102
SEPT. 2008
176376 - 176381
MUNCIE INDIANA TRANSIT SYSTEM
1300 E. SEYMOUR ST.
11
35X102
NOV. 2005
MUNCIE, IN 47302
76451 -76461
TROY DENISON. DIR OF MAINT
5
35X102
JAN. 2007
765 - 282 -2762
77579 -77583
MUSKEGON AREA TRANSIT SYSTEM
2624 SIXTH ST.
DEC. 2006
MUSKEGON HEIGHTS, MI 49444
4
35X102
76851 -76854
JAMES KOENS, TRANSIT SYSTEMS MGR.
MARCH 2009
231 - 724 -6420
5
35X102
78554 -78558
NEW CASTLE TRANSIT AUTHORITY
311 MAHONING AVE.
12
35X102
OCT. 1999
NEW CASTLE, PA 16101
70821 -70832
LEONARD LASTORIA
16
40X102
JUNE 2002
724 - 654 -3130
73405 -73420
3
29X102
JUNE 2005
90709 -90711
2
29X102
OCT. 2008
91624 -91625
3
40X102
JUNE 2010
178303 - 178305
NIAGARA FRONTIER TRANSIT AUTHORITY
1581 MICHIGAN AVE.
21
40X102
NOV. 2001
BUFFALO, NY 14209
72200 -72220
HOWIE SCHOLL, DIR. OF MAINTENANCE
16
40X102
JUNE 2002
716 - 881 -4705
73405 -73420
26
40X102
OCT. 2002
72699 -72722 & 72998 -72999
22
29X1012
MAY 2004
90866 -90887
54
40X102
NOV. 2010
178193 - 1782465
NAIPTA
3773 N. KASPAR DR
2
35X102
FEB. 2008
FLAGSTAFF, AZ 86004
77857 -77858
GEORGE GILLETTE, FLEET MGR
1
35X102
OCT. 2009
928 - 679 -8914
176017
3/20/2015 50 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 51 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
NO. ILLINOIS UNIVERSITY
ATC /VANCOM OF ILLINOIS
AUG 2004
1825 PLEASANT ST.
2
35X102
73660 -73661
DEKALB, IL 60115
JUNE 2005
CHARLES BAUTISTA, MGR.
2
35X102
74119 -74120
815 - 756 -9559
JULY 2007
2
35X102
78148 -78149
JUNE 2009
4
35X102
176736 - 176739
AUG 2010
4
35X102
177530 - 177533
JULY 2011
3
35X102
178139 - 178141
JUNE 2014
1
35X102
184581
NORTHWESTERN INDIANA REGIONAL
PLANNING COMMISSION
2
35X102
JUNE 2006
6100 SOUTHPORT RD
76416 -76417
PORTAGE, IN 46368
2
35X102
MARCH 2007
EMELIO RODRIGUEZ
77681 -77682
219 - 391 -8465
1
35X102
JAN. 2010
177200
NORWALK, CITY OF
12700 NORWALK BLVD
1
40X102
JAN. 1998
NORWALK, CA 90650
70000
JAMES C. PARKER
4
40X102
DEC. 1998
562 - 929 -5533
70356 -70359
2
40X102
DEC. 2003
73944 -73945
8
40X102
OCT. 1999
70982 -70989
2
40X102
DEC. 2001
72764 -72765
4
40X102
SEPT. 2002
73564 -73567
2
40X102
DEC. 2003
73944 -73945
1
40X102
JAN. 2010
177557
14
40X102
JAN 2013
182490 - 182503
NORWALK TRANSIT DISTRICT
275 WILSON AVE.
3
29X102
MARCH 2004
NORWALK, CT 06854
90706 -90709
LOUIS SCHULMAN, ADMIN.
3
35X102
NOV. 2006
203 - 299 -5163
77147 -77149
4
35X102
SEPT. 2008
79456 -79459
2
29X102
91620 -91621
3/20/2015 51 of 78
LOW FLOOR CUSTOMER LIST
CUSTOMER
OAHU TRANSIT SERVICES
811 MIDDLE ST.
HONOLULU, HI 96819
HERB BARBOZA, VP, MAINTENANCE
808 - 848 -4448
OAKLAND INT'L AIRPORT
ONE AIRPORT DR., BOX 45
OAKLAND, CA 94621
NOEL PINTO- CORREIA, AIRPORT OPS
510 - 577 -4909
OHIO VALLEY RTA
21 S. HURON ST.
WHEELING, WV 26003
THOMAS HVIZDOS, EXEC. DIRECTOR
304 - 232 -2190
OHIO STATE UNIV
2578 KENNY RD
COLUMBUS, OH 43210
TOM HOLMAN, TRANSP & TRAFFIC MGMT
614 - 292 -9113
ORANGE COUNTY
124 MAIN ST.
GOSHEN, NY 10924
ROB PARRINGTON, TRANSIT PLANNER
845 - 615 -3852
(SEE BELOW)
VILLAGE OF KIRYAS JOEL
150 SCHUNNEMUNK RD, MONROE, NY
TOWN OF WARWICK
12 KINGSD HWY, WARWICK, NY 10990
MIDDLETOWN TRANSIT
518 NEW YORK 17M, MIDDLETON, NY
NEWBURGH BEACON BUS CORP
24 WINDSOR HWY, NEW WINDOR, NY
CITY OF OWENSBORO
1314 W. 5TH ST.
OWENSBORO, KY 42301
MICHAEL HUGHS, OPS MGR
270 - 687 -8571
OZAUKEE CO. TRANSIT SERVICE
121 WEST MAIN ST.
PORT WASHINGTON, WI 53074
SHARON GILMAN, TRANSIT SERV. DIR.
262 - 284 -8121
# UNITS
10
40
10
10
18
29
5
15
3
SIZE
35X102
40X102
35X102
40X102
40X102
40X102
40X102
35X102
29X102
DELIVERY DATE/
SERIAL NUMBERS
DEC. 2010
179174 - 179183
JULY 2012
181451 -18490
181481 - 181490
181491 - 181500
JULY 2013
182081 - 182098
AUG 2014
184401 - 184429
MAY 1998
70293 -70297
FEB. 1999
70298 -70312
FEB. 2010
92062 -92064
6 40X102 AUG 2013
182456 - 182461
9 29X102 JUNE 2013
92438 -19546
6 35X102 182516 - 182521
5 29X102
92538 -92542
1 29X102
92546
3 29X102
92543 -92545
6 35X102
182516 - 182521
1 29X102
FEB. 2009
91668
APRIL 2010
3 29X102
91965 -91967
JAN 2013
2 29X102
92324 -92325
5 40X102
APRIL 2002
72850 -72854
3/20/2015 52 of 78
LOW FLOOR CUSTOMER LIST
PADUCAH TRANSIT AUTHORITY
850 HARRISON ST.
PADUCAH, KY 42001
ARTHUR BOYKIN, GM
270 - 444 -8700
PALMTRAN
SURFACE TRANSPORTATION DEPT.
3201 ELECTRONICS WAY
WEST PALM BEACH, FL 33407 -4618
JON KAVALUINAS, DIR. OF MAINTENANCE
407 - 233 -1145
PARK CITY MUNICIPAL CORP.
1053 IRON HORSE DR.
PARK CITY, UT 84060
KENT CASHEL, TRANSP MGR
435 - 615 -5360
3
DELIVERY DATE/
CUSTOMER
# UNITS SIZE SERIAL NUMBERS
PACIFIC TRANSIT SYSTEM
35X102
216 N. 2ND ST.
4 29X102 APRIL 2011
RAYMOND, WA 98577
92148 -92151
TIM RUSS, DIRECTOR
2 29X102 OCT. 2011
360 - 875 -9418
92274 -92275
PADUCAH TRANSIT AUTHORITY
850 HARRISON ST.
PADUCAH, KY 42001
ARTHUR BOYKIN, GM
270 - 444 -8700
PALMTRAN
SURFACE TRANSPORTATION DEPT.
3201 ELECTRONICS WAY
WEST PALM BEACH, FL 33407 -4618
JON KAVALUINAS, DIR. OF MAINTENANCE
407 - 233 -1145
PARK CITY MUNICIPAL CORP.
1053 IRON HORSE DR.
PARK CITY, UT 84060
KENT CASHEL, TRANSP MGR
435 - 615 -5360
3
29X102
1
29X102
6 +50
35X102
12
40X102
8
1
20
4
13
6
3
5
9
5
11
14
5
4
4
4
8
4
29X102
40X102
40X102
40X102
40X102
40X102
40X102
35X102
40X102
40X102
40X102
40X102
40X102
35X102
35X102
35X102
40X102
35X102
PETERSBURG, CITY OF
309 FAIRGROUNDS RD 1 29X102
PETERSBURG, VA 23803
GHA -IS BASHER, GM 9 29X102
804 - 733 -2413
4 35X102
3/20/2015 53 of 78
FEB. 2003
90600 -90602
DEC. 2003
90555
JAN. 1999
70533 -70538
70368 -70372
70675 -70676
70868 -70872
NOV. 2003
90775 -90782
DEC. 2004
76000
AUG 2006
76918 -76937
MAY 2007
77809 -77812
SEPT.2007
78108 -78120
78142 -78147
DEC. 2008
79669 -79671
OCT. 2009
176618 - 176622
FEB. 2011
178368 - 178376
AUG 2011
180439 - 180443
NOV. 2011
178883 - 178893
SEPT 2012
180051 - 180064
AUG 2013
183556 - 183560
SEPT. 2002
72237 -72240
JUNE 2005
74464 -74467
JULY 2008
79214 -79217
OCT. 2008
78130 -78137
JAN. 2010
176514 - 176517
DEC. 2001
90568
JUNE 2007
91265 -91273
JULY 2013
182504- 182507
CUSTOMER
PHILADELPHIA AIRPORT
8220 BARTRAM AVE.
PHILADELPHIA, PA 19153
PETER DONNER
215 - 365 -3477
PHILADELPHIA TROLLEY WORKS
LOW FLOOR CUSTOMER LIST
# UNITS SIZE
25 40X102
DELIVERY DATE/
SERIAL NUMBERS
MARCH 2006
77200 -77224
1350 SCHUYLKILL AVE.
1
40X102
MARCH 2006
PHILADELPHIA, PA 19146
8
40X102
76337
MICHAEL KATES, DIR. OF OPERATIONS
70373 -70374
267 - 446 -4612
15
40X102
OCT. 2000
PIEDMONT WAGON TRANSIT
71294 -71308
PO BOX 398
2
35X102
APRIL 2006
HICKORY, NC 28603
76938 -76939
CYNTHIA MCGINNIS, TRANSIT MGR
2
29X102
90702 -90705
828 - 464 -9444 X 204
8
40X102
MARCH 2005 -NNE 2005
PIERCE TRANSIT
74880 -74887
3701 98TH ST.
5
29X102
MARCH 2012
LAKEWOOD, WA 98499
2
40X102
180613 - 180614
BILL SPIES, SR. MANAGER OF MAINT
12
35X102
MARCH 2013
253 - 589 -6896
6
40X102
179989 - 179994
PINE BLUFF, CITY OF
2300 E. HARDING AVE. 4 29X102 SEPT. 2011
PINE BLUFF, AR 71601 92224 -92227
LARRY REYNOLDS, MANAGER
870 - 543 -5130
PINELLAS SUNCOAST TRANSIT
3201 SCHERER DR.
8
40X102
NNE 1999
ST. PETERSBURG, FL 33716
70373 -70374
BRAD MILLER, EXECUTIVE DIRECTOR
15
40X102
OCT. 2000
727 - 530 -9921
71294 -71308
10
40X102
NOV. 2002
72768 -72777
2
29X102
90702 -90705
8
40X102
MARCH 2005 -NNE 2005
74880 -74887
5
29X102
90982 -90986
8
35X102
74872 -74879
12
35X102
APRIL 2006
76622 -76633
36
40X102
MARCH 2006
76586 -76621
11
40X102
MAY 2007
77584 -77594
7
35X102
NNE 2007
77599 -77608
6
35X102
MARCH 2008
78849 -78854
2
35X102
NNE 2009
176133 - 176134
3/20/2015 54 of 78
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
PIONEER VALLEY TRANSIT AUTHORITY
2808 MAIN ST.
10
35X102
SPRINGFIELD, MA 01107
JIM BESAW, SUP. OF MAINTENANCE
5
40X102
413 - 732 -2161
8
40X102
10
40X102
15
35X102
3
40X102
16
35X102
POCATELLO, CITY OF
215 W. BONNEVILLE
1
29X102
POCATELLO, ID 83205
RON BINGGELI, PUBLIC TRANSIT DIR
208 - 232 -5057
POINT MANAGEMENT INC.
700 W. ATLANTIC AVE.
2
40X102
DELRAY BEACH, FL 33446
MICHAEL HYMAN, PRESIDENT
4
35X102
561 - 499 -3335
PORTAGE AREA RTA
2400 SUMMIT RD 3 35X102
KENT, OH 44240
BRIAN TRAUTMAN, MAINT. MGR 4 35X102
330 - 678 -7745
2 35X102
PORT AUTHORITY OF ALLEGHENY COUNTY
2235 ALLEGHENY
PITTSBURGH, PA 15233
RICK SNYDER, BUS PROCRUEMENT SPEC.
412 - 237 -7422
164
60
90
26
54
24
45
60
3/20/2015 55 of 78
40X102
40X102
40X102
40X102
40X102
40X102
40X102
40X102
DELIVERY DATE/
SERIAL NUMBERS
JUNE 2006
76803 -76812
76813 -76817
FEB. 2007
77520 -77527
FEB. 2008
78700 -78709
SEPT. 2008
78715 -78729
MAY 2009
176993 - 176995
OCT. 2010
178264 - 178281
JAN. 2008
91450
AUG 2002
70850 -70851
71277 -71280
MARCH 2005
75047 -75049
JAN. 2008
78360 -78363
NOV. 2009
177474 - 177476
JUNE 2003 - FEB. 2004
73777 -73940
MARCH -APRIL 2005
74483 -74541
10/06-2/07
76950 -77039
DEC. 2008 - MARCH 2009
79729 -79751
177363 - 177416
APRIL 2011
179881 - 179904
AUG 2012
181201 - 181245
SEP - DEC 2014
184051 - 184110
LOW FLOOR CUSTOMER LIST
3/20/2015 56 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
POTOMAC & RAPPAHA TRANSIT (OMNILINK)
14700 POTOMAC MILLS RD.
16
29X102
OCT. 2004
WOODBRIDGE, VA 22091
90888 -90903
BILL LIESEN, MGR. OF CONTRACT OPS.
2
29X102
JULY 2005
703 - 580 -6116
90904 -90905
4
29X102
JUNE 2006
91103 -91106
1
29X102
JUNE 2010
91909
4
40X102
JUNE 2012
180578 - 180581
7
40X102
180584 - 180590
NOV. 2013
5
29X102
92484 -92488
11
29X102
92565 -92575
POTTSTOWN URBAN TRANSIT INC.
902 FARMINGTON AVE.
5
35X102
JUNE 2007
POTTSTOWN, PA 19464
77865 -77869
CHARLIE DICKINSON, PRESIDENT
610 - 326 -5413
PRINCE GEORGE CO. GOVERNMENT
9400 PEPPERCORN PL., STE 320
12
35X102
JULY 2008
LARGO, MD 20774
79986 -79997
JAMES RASZEWSKI, CHIEF DIV OF TRANSIT
8
35X102
JAN. 2010
301 - 883 -5656
177536 - 177543
2
35X102
MARCH 2010
177653 - 177654
NOV. 2010
PRINCE GEORGE CONT'D
22
35X102
178109 - 178130
2
40X102
178479 - 178480
2
35X102
178481 - 178482
NOV. 2011
6
29X102
92267 -92272
DEC. 2011
4
29X102
92276 -92279
6
35X102
178131 - 178136
6
35X102
179011 - 179016
JAN. 2012
14
35X102
181251 - 181264
PUEBLO, CITY OF
350 S. GRAND AVE.
3
35X102
SEPT. 2010
PUEBLO, CO 81003
176664 - 176666
BRENDA BROYLES, TRANSIT MGR
719 - 553 -2725
PULLMAN TRANSIT
775 NW GUY ST.
SEPT. 2010
PULLMAN, WA 99163
1
35X102
177693
MICHAEL WAGNER, GM
4
40X102
177689 - 177692
509 - 338 -3248
QUINCY REGIONAL AIRPORT
1645 HWY 104
1
35X102
DEC. 2010
QUINCY, IL 62305
177076
MARTY STEGEMAN, AIRPORT DIRECTOR
217 - 885 -3262
3/20/2015 56 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 57 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
RACINE, CITY OF
BELLE URBAN SYSTEM
10
35X102
JULY 2004
1900 KENTUCKY ST.
74582 -74591
RACINE, WI 53405
3
35X102
OCT. 2009
AL STANEK, TRANSIT MGR
79708 -79710
262 - 636 -9480
3
35X102
AUG 2012
180510 - 180512
14
35X102
FEB 2013
181583 - 181594
RALEIGH, CITY OF
222 W. HARGETT ST., STE 400
FEB. 2008
RALEIGH, NC 27602 -0590
13
40X102
78812 -78824
DAVID EATMAN, PLANNER
2
40X102
79473 -79474
919 - 833 -3823
JUNE 2009
19
40X102
176717 - 176735
JUNE 2011
7
40X102
179301 - 179307
OCT 2012
2
40X102
180716 - 180717
OCT 2014
11
40X102
184728 - 184738
DEC 2014
10
40X102
185089 - 185098
RALEIGH DURHAM AIRPORT AUTHORITY
1000 TRADE DR.
4
40X102
DEC. 2008
RDU AIRPORT, NC 27623 -0001
176403 - 176406
ANDY THOMPSON
2
40X102
DEC. 2010
919 - 840 -7811
178954 - 178955
4
40X102
SEPT. 2013
182106- 182109
RAZORBACK TRANSIT
240 EASTERN
2
40X102
SEPT. 2007
FAYETTEVILLE, AR 72701
78339 -78340
ADAM WADDELL, ASSOC. DIRECTION
2
40X102
NOV. 2008
479 - 575 -6292
79998 -79999
FEB. 2010
2
40X102
177593 - 177594
FEB 2012
2
40X102
178433 - 178434
JULY 2012
2
40X102
179188 - 179189
RED ROSE TRANSIT
45 ERICK RD
2
29X102
DEC. 2006
LANCASTER, PA 17602
91263 -91264
JEFFERY GLISSON, DIR. OF CAPITAL
FEB. 2009
717 - 397 -5613
2
29X102
91548 -91549
1
35X102
79861
1
35X102
JUNE 2010
176932
REDDING AREA BUS AUTHORITY
777 CYPRESS AVE.
1
40X102
JULY 2009
REDDING, CA 96001
176960
SUE HANSON, TRANSP. PLANNER
3
40X102
JULY 2010
530 - 215 -7116
177951 - 177953
3
35X102
JULY 2013
182046- 182048
JAN 2015
2
35X102
184577 - 184578
3/20/2015 57 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 58 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
REGIONAL TRANSPORTATION COMM
2050 VILLANOVA DR.
2
40X102
OCT. 2003
RENO, NV 8 95 02
73568 -73569
JOE JACKSON, TRANSIT MANAGER
7
40X102
JULY 2004
775 - 332 -9508
74343 -74349
1
40X102
DEC. 2004
73609
8
40X102
OCT. 2006
77088 -77095
14
40X102
DEC. 2007
78468 -78481
13
29X102
JULY 2008
91401 -91413
4
40X102
176099 - 176102
JAN. 2009
12
40X102
79835 -79846
REGIONAL TRANSPORTATION AUTHORITY
5658 BEAR LN
13
35X102
JUNE 2009
CORPUS CHRISTI, TX 78405
176388 - 176400
JOSE TOVAR, DIR OF MAINT
2
35X102
MARCH 2009
361 - 289 -2712
176401 - 176402
3
35X102
JANUARY 2011
177686 - 177688
REGIONAL TRANSPORTATION DISTRICT
1900 31ST ST.
AUG. 2005 - FEB. 2006
DENVER, CO 80216 -4909
133
40X102
76164 -76296
LOU HA, MGR. OF TECHNICAL SUPPORT
9/06-3/07
303 - 299 -6265
103
40X102
77247 -77349
MARCH 2007
13
29X102
91183 -91195
JUNE 2008
13
29X102
91401 -91413
JULY 2008
25
40X102
79515 -79539
MAY 2014 - AUG 2014
20
40X102
185222 - 185241
AUG - OCT 2014
65
40X102
185242 - 185306
RESEARCH TRIANGLE REGIONAL PTA
PO BOX 13787
6
35X102
MARCH 2008
RESEARCH TRIANGLE PARK, NC 27709
78885 -78890
LAURIE BARRETT, DIR. OF BUS OPS
12
40X102
MAY 2009
919 - 485 -7451
176135 - 176146
APRIL 2010
8
40X102
178411 - 178418
RICHLAND CO. TRANSIT
35 N. PARK ST.
1
29X102
JUNE 2005
MANSFIELD, OH 44903
91354 -91355
JAY MICKAM, MAINT MGR
2
29X102
JULY 2007
419 - 522 -4355
91354 -91355
RIDER TRANSIT
2030 WILSHIRE CRT
8
35X102
FEB 2014
CONCORD, NC 28025
181994 - 182001
L.J. WESLOWSKI, TRANSIT MGR
704 - 920 -5878
3/20/2015 58 of 78
LOW FLOOR CUSTOMER LIST
CUSTOMER
RIVERCITIES TRANSIT
254 OREGON WAY
LONGUIE, WA 98632 -1134
BRAD WINDLER
RIVER VALLEY METRO
MASS TRANSIT DISTRICT
288 W. SOUTH TEC DR., SUITE C
KANKAKEE, IL 60901
BOB HOFFMAN, MANAGING DIRECTOR
815 - 929 -0936
RIVER VALLEY TRANSIT
1500 WEST THIRD ST.
WILLIAMSPORT, PA 17701
JOHN KIEHL, JR., ASST. GM
570 - 326 -2500
RHODE ISLAND PTA
265 MELROSE ST.
PROVIDENCE, RI 02907
MIKE MCGRANE, CONTRACT MGR.
401 - 784 -9500 X 214
ROARING FORK TRANSP. AUTHORITY
0051 SERVICE CENTER DR.
ASPEN, CO 81611
KENNY OSIER, DIR. OF MAINTENANCE
970 - 384 -4987
ROCHESTER, CITY OF
1602 4TH ST., SE
ROCHESTER, MN 55904
ANTHONY KNAUER
507 - 281 -6008
1 40X102 AUG 2010
176767
1 35X102 DEC.2011
180985
4 40X102
AUG 1999
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
5
35X102
JUNE 2013
FEB. 2003
181774 - 181778
3
29X102
AUG. 2004
2
35X102
90737 -90739
50
29X102
MAY 2006
16
40X102
91039 -91088
1 40X102 AUG 2010
176767
1 35X102 DEC.2011
180985
4 40X102
AUG 1999
NOV. 2005
3
35X102
76532 -76534
2
40X102
76535 -76536
FEB. 2003
DEC. 2008
1
40X102
78153
2
35X102
79507 -79508
25
40X102
OCT. 2005
16
40X102
76645 -76660
4 40X102
APRIL 2007
DEC. 2009
24
40X102
176768 - 176791
179166 - 179169
FEB. 2011
10
35X102
179382 - 179391
4 40X102
JAN 2014
JAN 2013
30
40X102
181605 - 181634
20
40X102
APRIL 2013
181635 - 181654
1 40X102 AUG 2010
176767
1 35X102 DEC.2011
180985
4 40X102
AUG 1999
70395 -70398
4 40X102
APRIL 2000
71037 -71040
8 40X102
FEB. 2003
73464 -73471
6 40X102
JAN. 2004
73010 -73015
6 40X102
JAN. 2005
74888 -74893
8 40X102
APRIL 2004
74121 -74128
4 40X102
APRIL 2007
76865 -76868
4 40X102
NOV. 2010
179166 - 179169
1 40X102
AUG 2011
179170
4 40X102
JAN 2014
183480 - 183484
3/20/2015 59 of 78
LOW FLOOR CUSTOMER LIST
CUSTOMER
ROCHESTER- GENESSEE RTA
1372 E. MAIN ST.
ROCHESTER, NY 14609
CHARLES WALKER, PROJECT MGR
585 - 654 -0247
ROCHESTER CONT'D
ROCKFORD MASS TRANSIT DISTRICT
520 MULBERRY ST.
ROCKFORD, IL 61101
DAN ENGELKES, MAINT. MANAGER
815 - 961 -2240
CITY OF ROSEVILLE
2005 HILLTOP CIRCULE
ROSEVILLE, CA 95747
MICHAEL WIXON
916 - 774 -5293
SALEM AREA MASS TRANSIT
555 COURT ST. NE
SALEM, OR 97301
JOE LAFRENIERE, DIR. OF MAINT
503 - 588 -2624
SALISBURY, CITY OF
300 W. FRANKLIN ST.
SALISBURY, NC 28144
RODNEY HARRISON, TRANSIT DIV. MGR
704 - 638 -5253
SAMTRANS
1250 SAN CARLOS AVE.
SAN CARLOS, CA 94070 -1306
DAVID OLMEDA, MANAGER BUS MAINT.
650 - 508 -6252
SFO SHUTTLE BUS CO.
7801 EARHART RD
OAKLAND, CA 94621
BROYCE BATCHAN, PROJECT MANAGER
510 - 382 -2140
# UNITS
22
4
19
20
21
12
6
5
4
1
3
16
8
4
4
2
29X102
40X102
35X102
40X102
40X102
35X102
40X102
35X102
35X102
35X102
MAY 2009
91717 -91422
79979 -79983
FEB 2014
184209 - 184212
FEB. 2008
79451
78737 -78739
79448 -79450
FEB. 2011
178325 - 178332
178333 - 178336
FEB 2012
179405 - 179408
SEPT. 2008
79961 -79962
DELIVERY DATE/
SIZE
SERIAL NUMBERS
40X102
MAY 2004
74435 -74456
40X102
JULY 2005
29X102
76333 -76336
40X102
JAN. 2006
OCT 09 - MARCH 10
76353 -76368
40X102
76379 -76381
40X102
JULY 2007
177018 - 177057
77900 -77921
40X102
SEPT.2009
4
176408- 176424
40X102
AUG 2011
178858 - 178878
35X102
SEPT.2009
92633 -92644
177221 - 177231
29X102
40X102
35X102
40X102
40X102
35X102
40X102
35X102
35X102
35X102
MAY 2009
91717 -91422
79979 -79983
FEB 2014
184209 - 184212
FEB. 2008
79451
78737 -78739
79448 -79450
FEB. 2011
178325 - 178332
178333 - 178336
FEB 2012
179405 - 179408
SEPT. 2008
79961 -79962
12
3/20/2015 60 of 78
40X102 DEC. 2012
181843 - 181854
JAN. 2004
60
40X102
74019 -74078
DEC.2009
4
29X102
91771 -91774
OCT 09 - MARCH 10
70
40X102
177078 - 177168
40
35X102
177018 - 177057
DEC 2013
4
29X102
92626 -92632
JULY - SEP 2014
12
29X102
92633 -92644
21
40X102
183145 - 183165
12
3/20/2015 60 of 78
40X102 DEC. 2012
181843 - 181854
LOW FLOOR CUSTOMER LIST
CUSTOMER
SAN JOAQUIN RTD
1533 E. LINDSAY ST.
STOCKTON, CA
CHRIS DURANT, MAINT SUPT
209 - 948 -5008
SAN JOSE INT'L AIRPORT
1661 AIRPORT BLVD. C -205
SAN JOSE, CA 95110 -1285
DAVE GOTSCHALL, AIRPORT OPS MGR.
408 - 277 -5249
SAN LUIS OBISPO CO.
179 CROSS ST.
SAN LUIS OBISPO, CA 93401
DAVID ROESSLER, MGR. MAINT & FAC
805 - 781 -4835
CITY OF SAN LUIS OBISPO
PUBLIC WORKS DEPT
919 PALM ST.
SAN LUIS OBISPO, CA 93401
JOHN WEBSTER, SR., TRANSIT MGR
805 - 781 -7531
SANDY, CITY OF
16610 CHAMPION WAY
SANDY, OR 97055
JULIE STEPHENS, TRANSIT MGR
503 - 489 -0925
S.M.A.R.T.
660 WOODWARD AVE.
DETROIT, MI 48226 -3315
CHUCK COUWLIER, PROC. MGR.
313 - 223 -2138
SMART CONT'D
# UNITS
2
11
8
12
20
3 40X102
1 40X102
6
3
2
2
4
1
2
1
40X102
35X102
29X102
35X102
40X102
40X102
40X102
35X102
JUNE 2001
70768 -70770
JUNE 2013
182291
AUG 2013
182292- 182297
182298- 182300
OCT. 2007
91169 -91170
DEC. 2008
176110 - 176111
176106 - 176109
MAY 2012
179686
FEB 2013
180508 & 181949
DEC. 2011
178555
DELIVERY DATE/
SIZE
SERIAL NUMBERS
40X102
JULY 2004
73093 -73094
29X102
MAY 2007
40X102
91202 -91212
40X102
MAY 2013
DEC. 2001 -FEB. 2002
182435 - 182442
40X102
JUNE 2013
182532 - 182543
40X102
APRIL 2000
40X102
70801 -70820
3 40X102
1 40X102
6
3
2
2
4
1
2
1
40X102
35X102
29X102
35X102
40X102
40X102
40X102
35X102
JUNE 2001
70768 -70770
JUNE 2013
182291
AUG 2013
182292- 182297
182298- 182300
OCT. 2007
91169 -91170
DEC. 2008
176110 - 176111
176106 - 176109
MAY 2012
179686
FEB 2013
180508 & 181949
DEC. 2011
178555
3/20/2015 61 of 78
MAY -SEPT. 2001
40
35X102
72379 -72418
MARCH 2002
12
40X102
72258 -72296
DEC. 2001 -FEB. 2002
48
35X102
72419 -72466
AUG 2002
55
40X102
72936 -72990
OCT. -DEC. 2002
45
35X102
72891 -72935
OCT 2014
2
40X102
184502 - 184503
57
40X102
NNE -AUG 2003
73223 -73278
30
29X102
NOV. 2003
90788 -90817
3/20/2015 61 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 62 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
SANTA BARBARA MTD
550 OLIVE ST.
11
29X102
MAY 2004
SANTA BARBARA, CA 93101
90906 -90916
STEVE HAHN, SPECIAL PROJECTS
15
40X102
74592 -74602
805 - 963 -3364
NOV. 2006
3
29X102
90994 -90946
JUNE 2009
3
29X102
91440 -91442
JUNE 2011
7
40X102
178923 - 178929
OCT. 2013
13
40X102
182759 - 182771
SANTA CLARA VTA
3331 NORTH FIRST ST.
3
40X102
JUNE 1999
SAN JOSE, CA 95134 -1906
70677 -70679
ART DOUWES, SR. ENGINEER
61
40X102
DEC. 2001 -MARCH 2002
408 - 321 -7027
72040 -72100
23
35X102
APRIL 2002
72101 -72123
56
40X102
JULY-SEPT. 2002
72643 -72699
3
40X102
JULY 2004
FUEL CELL'
73941 -73943
SANTA CLARITA, CITY OF
28250 CONSTELLATION RD.
10
40X102
MAY 2013
SANTA CLARITA, 91355
181764 - 181773
ADRIAN AGUILAR, TRANSIT MNGR.
661 - 295 -6305
SANTA MARIA AREA TRANSIT
110 S. PINE ST., STE 221 (MAIL STE 10 1)
3
35X102
JAN. 2004
SANTA MARIA, CA 93454
72489 -72491
AUSTIN O'DELL, MGR
3
40X102
NOV. 2009
805 - 925 -0951 X 225
78627 -78629
NOV. 2010
1
40X102
176931
ST. CLOUD MTC
665 FRANKLIN AVE. NE
18
35X102
MARCH 2002
ST. CLOUD, MN 56304
73034 -73051
ED YORK, DIR OF MAINT
5
35X102
JAN. 2003
320 - 251 -1499
73100 -73104
ST. JOSEPH TRANSIT
702 S. 5TH ST.
2
29X102
MARCH 2002
ST. JOSEPH, MO 64501
90487 -90488
SCOTT BUTCHER, MAIN. MANAGER
5
29X102
JAN. 2003
816 - 271 -5367
90569 -90573
7
29X102
MARCH 2004
90714 -90723
6
29X102
FEB. 2005
90932 -90937
2
29X102
JULY 2012
92358 -92359
3/20/2015 62 of 78
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
ST. LOUIS METRO
1
29X102
707 N. FIRST ST.
ST. LOUIS, MO 63102 -6819
2
29X102
DARREN CURRY, DIR OF MAINT
314 - 982 -1400
3
40X102
5303 PINKNEY AVE.
21
35X102
SARASOTA, FL 34232
5
35X102
GLMA CARTER, GM
4
40X102
941 - 232 -8300
14
35X102
7
40X102
29
40X102
20
35X102
SCHUYLKILL TRANSPORTATION SYSTEM
23
40X102
PO BOX 67
8
40X102
ST. CLAIR, PA 17970 -0067
22
35X102
DENNIS ZAHORA, VP
21
35X102
570 - 429 -2805
26
40X102
25
40X102
SANTA ROSA, CITY OF
100 SANTA ROSA AVE.
1
29X102
SANTA ROSA, CA A90693
DAVE ELLIS, TRANSIT PLANNER
5
40X102
707 - 543 -3335
SARASOTA CO. TRANSPORTATION AUTHORITY
5303 PINKNEY AVE.
5
35X102
SARASOTA, FL 34232
GLMA CARTER, GM
2
35X102
941 - 232 -8300
9
35X102
6
40X102
18
35X102
SCHUYLKILL TRANSPORTATION SYSTEM
PO BOX 67
4
29X102
ST. CLAIR, PA 17970 -0067
DENNIS ZAHORA, VP
1
35X102
570 - 429 -2805
1
1
3/20/2015 63 of 78
35X102
29X102
DELIVERY DATE/
SERIAL NUMBERS
NNE 2001
90485 -90486
MAY 2002
72531 -72533
JULY - NOV 2008
79894 -79914
NOV 2008
79915 -79919
AUG 2009
176538 - 176541
FEB. 2011
179622 - 179635
MARCH 2011
178630 - 178636
OCT - NOV 2011
179593 - 179621
MAR - APRIL 2012
179659 - 179678
APRIL - MAY 2012
179636 - 179658
OCT 2013
182369- 182376
OCT - NOV 2013
184151 - 184172
NOV - DEC 2013
184173 - 184193
SEP - OCT 2014
184451 - 184476
NOV - DEC 2014
184477 - 184501
DEC. 2002
90693
73000 -73004
APRIL 2004
73450 -73454
JULY 2006
76662 -76663
MARCH 2007
77405 -77413
FEB. 2011
179968 - 179973
MARCH 2014
183931 - 183948
APRIL 2007
91294 -91297
NOV. 2010
176158
AUG 2012
179988
92375
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS SIZE
SHENANGO VALLEY SHUTTLE SERVICE
2495 HIGHLAND RD. 3 29X102
HERMITAGE, PA 16148
JAMES DECAPUA, ADMINISTRATOR 1 29X102
724 - 981 -1561
1 29X102
1 29X102
SHEBOYGAN TRANSIT
LAKESHORE METRO
608 S. COMMERCE ST.
SHEBOYGAN, WI 53081
TRACY ROBINSON
920 - 459 -3409
SHREVEPORT, CITY OF
1115 JACK WELLS BLVD.
SHREVEPORT, LA 71107
VALERIE MCELLHOSE, GM
318 - 673 -7406 X 113
SIOUX CITY TRANSIT
2505 FOURTH ST.
SIOUX CITY, IA 51101
MIKE COLET, TRANSIT DIRECTOR
712 - 279 -6408
SIOUX FALLS TRANSIT
500 EAST STREET
SIOUX FALLS, SD 5 7103 -7016
MICHAEL WALKER, GM
605 - 367 -7874
SISKIYOU COUNTY
411 4TH ST.
YREKA, CA 96097
MELISSA CUMMINS, TRANSP. SERV MGR
530 - 842 -8295
1 35X102
6 35X102
6 40X102
5 29X102
5 35X102
12 40X102
10 35X102
DELIVERY DATE/
SERIAL NUMBERS
OCT. 2001
90429 -90431
JAN. 2008
91300
MARCH 2012
92389
APRIL 2013
92473
OCT. 2003
73587
NOV. 2003
73587 -83592
JUNE 2005
76157 -76162
DEC. 2005
91034 -91038
SEPT. 2010
177751 - 177755
MARCH 2003
73729 -73740
AUG 2008
77040 -77049
4 35X102
JAN. 2004
73131 -73134
3 35X102
AUG 2004
73135 -73137
1 35X102
JUNE 2006
76418
1 35X102
JUNE 2007
77098
2 35X102
MAY 2009
78932 -78933
16 29X102
JULY 2009
91718 -91733
1 29X102
91975
AUG 2010
2 35X102
177769 -17770
AUG 2012
1 40X102
180354
8 29X102
JAN. 2002
90532 -90539
5 35X102 AUG 2013
183505 - 183509
3/20/2015 64 of 78
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
SKAGIT TRANSIT SYSTEM
40X102
WILSONVILLE, OR 97070
380 PEASE RD.
2
40X102
BURLINGAME, WA 98233 -3118
40X102
503 - 570 -1577
BEN HAIGH, MAINTENACE MANAGER
1
40X102
360 - 757 -8801
MAY 2006
100 DALY LANE
7
4
40X102
1
35X102
SMART TRANSIT
2
29X102
8455 ELLIGSEN RD
1
40X102
WILSONVILLE, OR 97070
40
40X102
STEVEN ALLEN, OPS MGR
1
40X102
503 - 570 -1577
1
40X102
SNOWMASS VILLAGE
10 40X102
MAY 2006
100 DALY LANE
7
29X102
SNOWMASS VILLAGE, CO 81615
182049 - 182056
CHIP FOSTER, OPS SUPERVISOR
2
29X102
970 - 923 -2543
2
29X102
10 40X102
SOUTHEAST AREA TRANSIT
260 MILITARY HWY 2 29X102
PRESTON, CT 06365
JOSEPH VARNEKE, GM 2 29X102
860 - 886 -2631 X 111
1 40X102
SOUTH EAST AREA TRANSIT
375 FAIRBANKS ST.
ZANESVILLE, OH 43701
KEVIN RANDALL, MAINT. MGR.
740 - 454 -8573
SOUTHEASTERN TRANSIT REGIONAL AUTHORITY
65 POTOMSKA ST.
NEW BEDFORD, MA 02741
GLEN ALFERES, SUPER. OF MAINT
508 - 999 -5211 X 144
NEW BEDFORD CONT'D
SOUTHWEST METRO TRANSIT
13500 TECHNOLOGY DR.
EDEN PRAIRIE, MN 55344
DAVE SIMANEAU, OPS & MAINT. MGR
952 - 974 -3133
1 35X102
1 35X102
DELIVERY DATE/
SERIAL NUMBERS
JUNE 1998
70284 -70285
JUNE 1999
70592
MAY 2000
71064 -71075
NOV. 2011
178544
AUG 2012
180354
NOV 2013
182078
JUNE 2011
92210 -92216
AUG 2012
92353 -92354
JUNE 2013
92416 -92417
AUG 2014
92689 -92690
AUG 2006
76763 -76802
NOV. 2008
79978
MAY 2012
181102 - 181145
MARCH 2013
181937 - 181946
SEPT. 2004
90289 -90290
MARCH 2006
91128 -91129
APRIL 2013
181441
APRIL 2013
181442
JULY 2004
72555
2
29X102
SORTA
MAY 2010
1401 -B BANK ST.
40
40X102
CINCINNATI, OH 45214 -1782
12 29X102
92042 -92053
CARLOS ROWLAND, DIR OF MAINT
1
40X102
513 - 632 -7514
10 40X102
MAY 2006
44
40X102
10 40X102
SOUTHEAST AREA TRANSIT
260 MILITARY HWY 2 29X102
PRESTON, CT 06365
JOSEPH VARNEKE, GM 2 29X102
860 - 886 -2631 X 111
1 40X102
SOUTH EAST AREA TRANSIT
375 FAIRBANKS ST.
ZANESVILLE, OH 43701
KEVIN RANDALL, MAINT. MGR.
740 - 454 -8573
SOUTHEASTERN TRANSIT REGIONAL AUTHORITY
65 POTOMSKA ST.
NEW BEDFORD, MA 02741
GLEN ALFERES, SUPER. OF MAINT
508 - 999 -5211 X 144
NEW BEDFORD CONT'D
SOUTHWEST METRO TRANSIT
13500 TECHNOLOGY DR.
EDEN PRAIRIE, MN 55344
DAVE SIMANEAU, OPS & MAINT. MGR
952 - 974 -3133
1 35X102
1 35X102
DELIVERY DATE/
SERIAL NUMBERS
JUNE 1998
70284 -70285
JUNE 1999
70592
MAY 2000
71064 -71075
NOV. 2011
178544
AUG 2012
180354
NOV 2013
182078
JUNE 2011
92210 -92216
AUG 2012
92353 -92354
JUNE 2013
92416 -92417
AUG 2014
92689 -92690
AUG 2006
76763 -76802
NOV. 2008
79978
MAY 2012
181102 - 181145
MARCH 2013
181937 - 181946
SEPT. 2004
90289 -90290
MARCH 2006
91128 -91129
APRIL 2013
181441
APRIL 2013
181442
JULY 2004
72555
3/20/2015 65 of 78
MARCH 2008
7 35X102
78842 -78848
MAY 2010
10 29X102
92032 -92041
NOV. 2010
12 29X102
92042 -92053
MARCH 2012
9 29X102
92376 -92384
10 40X102
MAY 2006
76908 -76917
8 35X102
OCT. 2013
182049 - 182056
3/20/2015 65 of 78
LOW FLOOR CUSTOMER LIST
CUSTOMER
SPACE COAST AREA TRANSIT
401 S. VARN AVE.
COCOA, FL 32922
SCOTT NELSON, MGR OF OPS & MAINT
321 - 635 -7815 X 237
SPARTANBURG, CITY OF
150 AIRFLOW DR.
SPARTANBURG, SC 29306
LUIS GONZALEZ, GM
864 - 595 -2710
SPECIAL TRANSIT
4880 PEARL ST.
BOULDER, CO 80301
RICH BURNS, DIR OF OPERATIONS
303 - 447 -2848
SPOKANE TRANSIT
1230 W. BOONE AVE.
SPOKANE, WA 99201
STEVE BLASKA, DIRECTOR OF OPERATIONS
509 - 325 -6083
SPRINGFIELD CITY AREA TRANSIT
100 JEFFERSON ST.
SPRINGFIELD, OH 45501
RON MACALUSO, GM
937 - 433 -2883
SPRINGFIELD MASS TRANSIT DISTRICT
928 S. NINTH ST.
SPRINGFIELD, IL 62703
FRANK SQUIRES, MANAGING DIRECTOR
217 - 522 -6087
DELIVERY DATE/
# UNITS SIZE SERIAL NUMBERS
6 35X102
OCT. 2007
78460 -78465
2 40X102
78466 -78467
10 29X102
JUNE 2011
8 35X102
179917 - 179924
35X102
DEC. 2011
6 35X102
180118 - 180123
19 40X102
NOV 2013
2 40X102
182772 - 182773
2 35X102
MARCH 2012
178625 - 178626
3 29X102 AUG 2004
90721 -90723
4 29X102 DEC. 2009
91880 -91883
13 35X102
JAN. 2003
73016 -73018
10 35X102
73384 -73393
10 29X102
JULY 2003
7 35X102
90818 -90827
35X102
JULY 2005
5 29X102
74550 -74559
19 40X102
SEPT.2006
7 35X102
77750 -77768
17 40X102
OCT. 2007
78148 -78434
3 35X102
OCT. 2007
78435 -78437
14 40X102
DEC.2008
79603 -79616
3 29X102
DEC. 2009
91443 -91445
9 40X102
NOV. 2009
176245 - 176253
8 40X102
183561 - 183568
5 29X102 SEPT. 2004
90732 -90736
4 35X102
JULY 2008
78663 -78666
10 35X102
AUG 2011
179514 - 179523
7 35X102
JUNE 2013
183061 - 183067
5 29X102
JUNE 2013
92502 -92506
7 35X102
JAN 2014
183061 - 183067
3/20/2015 66 of 78
LOW FLOOR CUSTOMER LIST
STATE OF MAINE
SH5, 1 CHILD ST.
AUGUSTA, ME 04333
DANIEL ROLFE, PLANNER/SCHEDULER
207 - 441 -2352
STEVENS POINT
1515 STRONGS AVE.
STEVENS POINT, WI 54481
SUSAN LEMKE, TRANSIT MGR.
715 - 341 -4490
SUMMIT STAGE
PO BOX 2179
FRISCO, CO 80443
JIM SMITH, OPERATIONS MGR
970 - 668 -4162
17 35X102 FEB. 2011
178607 - 178623
2 29X102 AUG 2001
90504 -90505
3 29X102 APRIL 2002
90506 -90508
1 29X102 APRIL 2003
90759
3 29X102 JAN. 2008
78028 -78030
2 40X102 APRIL 2009
79692 -79693
2 40X102 FEB 2014
182776- 182777
3/20/2015 67 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
STANFORD UNIVERSITY
315 BONAIR SIDING
14
35X102
AUG 2003
STANFORD, CA 94305 -7270
73750 -73763
KEVIN MATHY
2
40X102
DEC. 2011
650 - 725 -5997
180363 - 180364
STAR METRO
400 DUPREE ST.
1
29X102
MARCH 2007
TALLAHASSEE, FL 32304
91299
RALPH WILDER, SUPER OF TRANSIT MAINT
3
35X102
DEC. 2011
850 - 891 -5217
180198 - 180200
2
40X102
40X102
183052 - 183053
STARK AREA RTA
1600 GATEWAY BLVD., SE
5
29X102
MARCH 2004
CANTON, OH 44707
90840 -90844
MARK FINNICUM, COO
4
29X102
MARCH 2008
330 - 477 -2782 EXT 524
91397 -91400
6
35X102
JUNE 2010
178590 - 178595
6
35X102
FEB. 2011
178596 - 178601
STARTRAN
710 "J" STREET
20
35X102
DEC. 2001
LINCOLN, NE 68508
71409 -71428
GLENN KNUST, SUPER. OF MAINT.
10
35X102
JULY 2004
402 - 441 -8317
74632 -74641
15
35X102
NOV. 2006
77100 -77104
13
29X102
MARCH 2011
92120 -92132
STATE OF MAINE
SH5, 1 CHILD ST.
AUGUSTA, ME 04333
DANIEL ROLFE, PLANNER/SCHEDULER
207 - 441 -2352
STEVENS POINT
1515 STRONGS AVE.
STEVENS POINT, WI 54481
SUSAN LEMKE, TRANSIT MGR.
715 - 341 -4490
SUMMIT STAGE
PO BOX 2179
FRISCO, CO 80443
JIM SMITH, OPERATIONS MGR
970 - 668 -4162
17 35X102 FEB. 2011
178607 - 178623
2 29X102 AUG 2001
90504 -90505
3 29X102 APRIL 2002
90506 -90508
1 29X102 APRIL 2003
90759
3 29X102 JAN. 2008
78028 -78030
2 40X102 APRIL 2009
79692 -79693
2 40X102 FEB 2014
182776- 182777
3/20/2015 67 of 78
CUSTOMER
SUNTRAN
PO BOX 1270
OCALA, FL 34478 -1270
STEVEN NEAL
352 - 401 -6999
SUN IRAN
3920 N. SUN IRAN BLVD.
TUCSON, AZ 85705
KEVIN FAULKNER, PROJECT MGR
520 - 206 -8805
SUN VALLEY TRANSIT
PO BOX 3091
KETCHUM, ID 83340
TERRY CRAWFORD, MGR.
208 - 726 -7576
TALTRAN
555 APPLEYARD DR.
TALLAHASSEE, FL 32304
TALPH WILDER, MAINT. MGR
850 - 891 -5197
LOW FLOOR CUSTOMER LIST
# UNITS
2
7
18
19
22
1
38
12
11
36
24
1
15
2
2
1
1
2
9
5
4
4
12
29X102
29X102
35X102
35X102
35X102
35X102
40X102
40X102
35X102
40X102
2 40X102
TCAT
737 WILLOW AVE. 8 40X102
ITHACA, NY 14850
SUE WILCOX, PURC & PROJECTS MGR 2 40X102
607 - 277 -9388 X 540
6 40X102
3/20/2015 68 of 78
JULY 2002
90288 -90289
FEB. 2006
91124 -91125
JAN. 2007
77671
JAN 2014
182419
MARCH 2003
73520 -73521
FEB. 2005
74863 -74871
MARCH 2007
77242 -77246
DEC. 2007
78395 -78398
JUNE 2009
176706 - 176709
MAY 2010
177857 - 177868
MAY 2012
180405 - 180406
AUG 2006
77422 -77429
NOV. 2009
177472 - 177473
AUG 2011
176760 - 176765
DELIVERY DATE/
SIZE
SERIAL NUMBERS
29X102
JULY 2002
90566 -90567
35X102
JUNE 2007
78253 -78259
40X102
APRIL 2008
78751 -78768
40X102
DEC. 2011
180313 - 180331
OCT. 2012
40X102
181151 - 181172
AUG 2013
35X102
182070
40X102
SEPT. 2005
75189 -75226
40X102
FEB. 2007
77486 -77497
40X102
OCT. 2008
176000 - 176010
40X102
NOV. 2008
176332 - 176367
40X102
JAN. 2010
178899- 178922
40X102
MARCH 2011
178572
40X102
NOV. 2012
181391 - 181405
29X102
29X102
35X102
35X102
35X102
35X102
40X102
40X102
35X102
40X102
2 40X102
TCAT
737 WILLOW AVE. 8 40X102
ITHACA, NY 14850
SUE WILCOX, PURC & PROJECTS MGR 2 40X102
607 - 277 -9388 X 540
6 40X102
3/20/2015 68 of 78
JULY 2002
90288 -90289
FEB. 2006
91124 -91125
JAN. 2007
77671
JAN 2014
182419
MARCH 2003
73520 -73521
FEB. 2005
74863 -74871
MARCH 2007
77242 -77246
DEC. 2007
78395 -78398
JUNE 2009
176706 - 176709
MAY 2010
177857 - 177868
MAY 2012
180405 - 180406
AUG 2006
77422 -77429
NOV. 2009
177472 - 177473
AUG 2011
176760 - 176765
LOW FLOOR CUSTOMER LIST
3/20/2015 69 of 78
DELIVERY DATE/
CUSTOMER # UNITS
SIZE
SERIAL NUMBERS
THE TRANSIT AUTHORITY
1120 VIRGINIA AVE. WEST
6
29X102
MARCH 2003
HUNTINGTON, WV 25779
90652 -90657
PAUL E. DAVIS, ASST. GM
3
35X102
73747 -73749
304 - 529 -6094
TOLEDO AREA REGIONAL TRANSIT
1127 W. CENTRAL AVE.
13
40X102
OCT. 1998
TOLEDO, OH 43697 -0792
70152 -70164
JIM GEE, GM
20
40X102
SEPT. 1999
419 - 245 -5222
71044 -71063
8
35X102
DEC. 2004
72481 -72488
3
40X102
74398 -74400
DEC. 2012
8
35X102
181443 - 181450
TOPEKA TRANSIT
201 N. KANSAS AVE.
MARCH 2011
TOPEKA, KS 66603 -3622
16
35X102
180249 - 180264
SUSAN DUFFY, CEO /GM
DEC 2014
785 - 233 -2011 X 102
10
35X102
184266 - 184275
TORRANCE, CITY OF
201500 MADRONA AVE.
8
40X102
APRIL 2000
TORRANCE, CA 90503 -3690
70553 -70560
KIM TURNER, TRANSIT DIRECTOR
JULY 2002
310 - 618 -6245
72753 -72763
TOWN OF BRECKENRIDGE
1105 AIRPORT RD
1
29X102
AUG 2013
BRECKENRIDGE, CO
91929
JIM BENKELMAN, TRANSIT /PARKING /FLEET MGR
970 - 547 -3153
TOWN OF CHAPEL HILL
6900 MILLHOUSE RD
13
40X102
JULY 2007
CHAPEL HILL, NC 27516
78341 -78353
K. STEPHEN SPADE, TRANSP. DIRECTOR
8
40X102
JUNE 2009
919 - 968 -2755
176564 - 176571
JAN 2012
4
40X102
179184 - 179187
TOWN OF HUNTINGTON
144 E. 2ND ST.
3
29X102
JULY 2011
HUNTINGTON STATION, NY 11746
92257 -92259
STEPHEN MCGLOIN, DIRECTOR
631 - 351 -3053
3/20/2015 69 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 70 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
TRANSIT AUTHORITY OF N. KENTUCKY
(TANK)
12
40X102
FEB. 2000
3375 MADISON PIKE
71064 -71075
FORT WRIGHT, KY 41017
15
40X102
OCT. 2000
ANDY AIELLO, GM
71365 -71381
859 - 814 -2123
5
40X102
DEC. 2002
73005 -73009
5
29X102
90603 -90610
11
40X102
OCT. 2004
74811 -74821
10
40X102
DEC. 2005
76667 -76676
10
40X102
NOV. 2006
77232 -77241
9
40X102
DEC. 2007
78176 -78184
8
40X102
78861 -78868
OCT. 2008
7
40X102
176190 - 176196
OCT. 2009
TANK CONT'D
8
40X102
177417 - 177424
APRIL 2012
8
40X102
181545 - 181552
MARCH 2013
8
40X102
181704 - 181711
TRANSIT AUTHORITY OF RIVER CITY (TARO)
1000 W. BROADWAY
74
40X102
NOV 1998 & JAN. 1999
LOUISVILLE, KY 40203
70182 -70235
BARRY BARKER, EXEC. DIR.
37
40X102
OCT. 1999
71084 -71119 & 71243
20
40X102
AUG 1999
70375 -70394
17
29X102
JAN. 2002
90465 -90481
11
40X102
DEC. 2001
72467 -72477
20
40X102
FEB. 2003
72778 -72797
16
40X102
APRIL 2005
76141 -76156
6
40X102
MAY 2008
78684 -78689
17
40X102
OCT. 2009
176874 - 176890
15
40X102
FEB 2013
181817 - 181831
1
40X102
181711
JULY 2013
21
40X102
183701 - 183721
AUG 2014
12
40X102
183722 - 183733
TRANSPO
901 E. NORTHSIDE BLVD.
19
35X102
OCT. 2002
SOUTH BEND, IN 46624
72584 -72593
MIKE STAHLY, DIR. OF MAINTENANCE
10
35X102
FEB. 2003
574 - 232 -8901
73078 -73087
21
35X102
APR -MAY 2004
74133 -74153
TRANSIT MANAGEMENT OF NASHUA
219 LEDGE ST.
7
29X102
DEC. 2001
NASHUA, NH 03060
90616 -90622
PAUL NEWMAN
1
35X102
APRIL 2005
603 - 589 -3089
76163
3/20/2015 70 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 71 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
TRANSTAR TRANSPORTATION GROUP INC.
404 ZELL DR.
6
40X102
MAY 2014
ORLANDO, FL 32824
184294 - 184299
ROBERT GAYE, CEO
408 - 888 -5530
TRIANGLE TRANSIT AUTHORITY
5201 NELSON RD
AUG 2011
MORRISVILLE, NC 27560
10
40X102
179001 - 179010
LAURIE BARRETT, DIR OF BUS OPS
OCT. 2011
919 - 485 -7451
6
40X102
180522 - 180527
TRI MET
4412 SE 17TH AVE.
JULY -SEPT 2012
PORTLAND, OR 97202
51
40X102
181001 - 181051
GREG HALEY, MAINT. MGR
NNE -AUG 2013
503 - 962 -3327
69
40X102
182802 - 182870
APR - AUG 2014
90
40X102
183579 - 183668
TRI -STATE TRANSIT AUTHORITY
1120 VIRGINIA AVE.
MARCH 2007
HUNTINGTON, WV 25704
4
29X102
91229 -91232
PAUL DAVIS, GM
MARCH 2008
305 - 529 -6094
2
35X102
78999 -79000
TULSA TRANSIT AUTHORITY
PO BOX 52488
OCT. 2000
TULSA, OK 74152
8
35X102
71508 -71515
RANDY CLOUD, DIR. OF MAINT
OCT. 2000
918 - 585 -1195
5
40X102
71516 -71520
MARCH 2004
8
35X102
72481 -72488
JAN. 2009
3
29X102
91414 -91416
TWIN TRANSIT
212 E. LOCUST
MAY 2006
CENTRALIA, WA 98531
2
29X102
91119 -91120
ERNEST GRAICHEN, GM
JULY 2011
360 - 330 -2072
1
29X102
92223
ULSTER CO. AREA TRANSIT
1 DANNY CIRCLE
JAN. 2012
KINGSTON, NY 12401
2
29X102
92092 -92093
ROBERT DiBELLA, DIR. PUBLIC TRANSIT
845 - 340 -3335
UNIVERSITY OF CONNECTICUT
3 N. HILLSIDE RD., UNIT 6199
2
35X102
OCT. 2005
STORRS, CT 06269
76582 -76583
JANET FRENIERE, TRANSP. SERVICES ADMI
4
35X102
JUNE 2008
860 - 486 -4804
79210 -79213
3
35X102
JULY 2011
177510 - 177512
3/20/2015 71 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 72 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
UNIVERSITY OF DELAWARE
403 WYOMING RD
7
35X102
APRIL 2011
NEWARK, DE 49716
178962 - 178968
WILLIAM FITZPATRICK, MGR OF TRANSP
302 - 831 -1123
UNIVERSITY OF IOWA, CAMBUS MGR
100 CAMBUS OFFICE
3
40X102
JULY 2009
IOWA CITY, IA 52242 -1000
176200 - 176202
BRIAN MCCLATCHEY
8
40X102
JULY 2011
319 - 335 -8632
179315 - 179322
2
40X102
SEPT. 2013
183295 - 183296
3
29X102
92594 -92596
UNIVERSITY OF KANSAS
1501 IRVING HILL RD
MARCH 2008
LAWRENCE, KS 66045
5
40X102
79443 -79447
DANNY KAISER, DIR. PARKING & TRANSIT
JUNE 2009
785 - 864 -7275
4
35X102
176823 - 176826
JAN. 2012
6
40X102
180036 - 180041
AUG 2013
3
40X102
183096 - 183098
JUNE 2014
3
40X102
183475 - 183477
UNIVERSITY OF MARYLAND
BUILDING 013, GREENHOUSE RD
8
35X102
MARCH 2005
COLLEGE PARK, MD 20742
76046 -76053
DON ST. ARMAND, FLEET MGR.
8
35X102
JULY 2006
301 - 314 -7264
76685 -76692
4
40X102
MAY 2010
178956 - 178959
JAN 2013
6
40X102
181565 - 181570
5
35X102
181571 - 181575
UNIVERSITY OF MARYLAND
BALTIMORE COUNTY
3
35X102
APRIL 2007
1000 HILLTOP CIRCULE
77746 -77748
BALTIMORE, MD 21250
JOE REGIER, COMMONS DIRECTOR
410 - 455 -3870
UNIV. OF MASS TRANSIT SERVICES
255 GOVERNORS DR.
5
40X102
JUNE 2006
AMHERST, MA 01003 -9266
76818 -76822
TOM CARON, SUP. OF MAINTENANCE
5
40X102
MARCH 2007
413 - 545 -0253
77528 -77532
3
40X102
MAY 2009
176996 - 176998
3/20/2015 72 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 73 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
UNIV. OF MICHIGAN
3003 SOUTH STATE ST.
6 +30
40X102
DEC. 2000
WOLVERINE TOWER, ROOM 7071
71114 -71119
ANN ARBOR, MI 48109 -1282
6
40X102
FEB. 2002
KEITH JOHNSON, TRANSIT MGR
71971 -71976
734 - 764 -2491
6
40X102
JAN. 2003
73019 -73024
8
40X102
AUG 2004
74237 -74244
6
40X102
AUG. 2005
76338 -76343
6
40X102
JULY 2007
78038 -78043
3
40X102
FEB. 2008
78893 -78895
4
40X102
DEC. 2011
180165 - 180168
3
40X102
AUG 2013
180988 - 180990
APR 2014
3
40X102
184388 - 184390
MAR - APR 2014
3
29X102
92790 -92792
UNIVERSITY OF VIRGINIA
I101MILLMONT ST.
DEC. 2007
CHARLOTTESVILLE, VA 22904
3
35X102
77897 -77899
ANDY MANSFIELD, ASST. DIRECTOR
SEPT. 2009
434 - 962 -2090
2
35X102
177722 - 177723
FEB 2012
6
35X102
180537 - 180542
SEP 2014
5
35X102
184444 - 184448
UTAH TRANSIT AUTHORITY
3600 SOUTH 700 WEST
NOV. 1999
SALT LAKE CITY, UT 84119
67
40X102
70700 -70766
DOUG WOODBURY, FLEET ENGINEER
MAY - AUG 1999
801 - 287 -4674
28
35X102
70772 -70799
APR - JUNE 2001
46
40X102
71621 -71666
JUL 2001
11
35X102
72127 -72137
JUNE 2001
5
40X102
72138 -72142
AUG - NOV 2006
31
40X102
77707 -77737
AUG. 2007
1
35X102
78691
OCT 2007 - JAN 2008
34
40X102
77989 -78027
JAN. 2008
5
40X102
78023 -78027
JAN - MAR 2009
47
40X102
79847 -79893
JUNE 2010
1
40X102
176432
JUNE - NOV 2010
36
40X102
176433 - 176468
OCT - DEC 2011
20
35X102
179822 - 179851
JAN - MAR 2012
30
40X102
179782 - 179811
JUNE 2012
1
40X102
179812
3/20/2015 73 of 78
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
UTAH TRANSIT AUTHORITY ... CONT'D
APR - JULY 2013
10
40X102
182345 - 182354
NNE 2013
2
35X102
182748 - 182749
NOV 2013
14
40X102
182651 - 182664
NOV - DEC 2014
20
40X102
184611 - 184630
VAIL, TOWN OF
75 S. FRONTAGE RD
1
40X102
OCT. 2006
VAIL, CO 81657
76514
TODD SCHOLL, FLEET MGR
970 - 479 -2162
VALLEY TRANSIT
1401 W. ROSE ST.
5
29X102
NNE 2005
WALLA WALLA, WA 99362
90987 -90991
DICK FONDAHN, GM
3
29X102
AUG 2006
509 - 525 -9140
91011 -91012 & 91021
VANGUARD CAR RENTAL USA
6929 N. LAKEWOOD AVE., SUITE 100
4
35X102
CHICAGO, IL - 5105
TULSA, OK 74117 -1808
74982 -74994
ROBERT STAFF, VP FLEET MAINT.
9
35X102
SAN DIEGO - 1105 &5105
954 - 320 -6075
74986 -74994
1
35X102
RALEIGH, NC - 1105
75000
8
40X102
BOSTON, MA - 2/05
75002 -75009
5
40X102
DETROIT, MI - 1105
75010 -75014
2
35X102
ATLANTA, GA - 2/05
3
40X102
74995 -74996
75015 -75017
2
35X102
MAUI, HI - 12/04 &2/05
74999 & 75075
3
40X102
HONOLULU, HI
75018 -019 & 75075
2
40X102
LAS VEGAS, NV - 1105
75020 -75021
10
40X102
LA, CA - 1/05 &4/05
75022 - 75031
9
40X102
DEC. 2006
77837 -77845
RALEIGH, NC 12/07
1
40X102
78037
DENVER 12/07
8
40X102
77804 -77811
HONOLULU, HI 12/07
2
40X102
78747 -78748
DETROIT, MI - 12/07
2
40X102
77862 -77863
CHICAGO 12/07
1
40X102
77864 &78033 -036
MAY 08 -SEPT. 08
45
40X102
79624 -79668
3/20/2015 74 of 78
LOW FLOOR CUSTOMER LIST
CUSTOMER
VEOLIA TRANSPORTATION SERVICES, INC.
1825 PLEASANT ST
DEKALB, IL 60115
AL DAVIS, GM
815 - 758 -6900
VIDANT HEALTH
2100 STANTONSBURG
GREENVILLE, NC 27835
SCOTT ALFORD, MANAGER
252 - 847 -7886
VISALIA, CA 93291
525 N. CAIN ST.
VISALIA, CA 93291
MONTY COX, TRANSIT MGR
559 - 713 -4100
VOITH TURBO INC.
25 WINSHIP RD
YORK, PA 17406
ROB WISS, VP ROAD DIVISION
717 - 767 -3224
VOLUSIA COUNTY TRANSIT
905 BIG TREE RD.
SO. DAYTONA, FL 32119
RICK KAZAWITCH, DIR. OF MAINTENANCE
386 - 756 -7476 X 121
VOTRAN
950 BIG TREE RD
SO. DAYTONA, FL 32119 -8815
RICK KAZAWITCH, DIR. OF MAIN.
386 - 756 -7496 X 4121
WALT DISNEY WORLD
PO BOX 10000
BUENA VISTA, FL 32830
CURT HALL, MAINT MGR
407 - 824 -6039
WALT DISNEY CONT'D
1 40X102 FEB. 2008
77749
8 29X102 JAN. 2003
90694 -90701
2 29X102 AUG 2008
78654 -78662
45 40X1012 NOV.-DEC. 2004
74678 -74722
45
40X1012
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
3
35X102
AUG 2006
76855 -76858
9
35X102
JUNE 2009
1
40X102
79977
22
40X102
JULY 2010
2
40X102
177932 - 177933
21
40X102
AUG 2012
1
40X102
180350
15
40X102
OCT 2013
1
40X102
180749
3
40X102
JUNE 2004
73090 -73092
1 40X102 FEB. 2008
77749
8 29X102 JAN. 2003
90694 -90701
2 29X102 AUG 2008
78654 -78662
45 40X1012 NOV.-DEC. 2004
74678 -74722
45
40X1012
JUNE 2004
74678 -74722
6
35X102
SEPT.2006
76845 -76850
9
35X102
MAY 2014
184141 - 184149
22
40X102
DEC. 2005
76693 -76714
21
40X102
DEC. 2007
78603 -78623
15
40X102
JAN. 2009
176294- 176308
13
40X102
MAY 2010
176309 - 176321
47
40X102
JUNE 2011
179700 - 179746
24
40
MAY 2013
183024 - 183047
3/20/2015 75 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 76 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
WARREN COUNTY TRANSIT AUTHORITY
42 CLARK ST.
5
29X102
APRIL 2009
WARREN, PA 16365
91471 -91475
JOHN ALDRICH, EXEC. DIRECTOR
814 - 723 -1874
WAUKESHA TRANSIT SYSTEM
2311 BADGER DR.
14
35X102
OCT. 1998
WAUKESHA, WI 53187 -0063
70270 -70283
BRIAN ENGELKING, TRANSIT COORDINATO
7
35X102
MARCH 2004
262 - 524 -3594
72855 -72861
2
35X102
SEPT. 2002
73403 -73404
3
35X102
MAY 2008
79493 -79495
CITY OF WAUSAU
420 PLUMER ST.
9
35X102
FEB. 2009
WAUSAU, WI 54403
176070 - 176078
GREG SEUBERT, TRANSIT DIRECTOR
6
35X102
OCT. 2011
715 - 842 -9287
179323 - 179328
WESTCAT
601 WALTER AVE.
3
40X102
JULY 2005
PINOLE, CA 94565
73294 -73296
CHARLES ANDERSON, GM
5
35X102
AUG 2007
510 - 724 -3331
78064 -78068
6
35X102
AUG 2008
79509 -79514
5
35X102
JULY 2013
182544- 182548
12
40X102
FEB 2014
183304 - 183315
WESTERN KENTUCKY UNIV.
1 BIG RED WAY
2
40X102
MAY 2006
BOWLING GREEN, KY 42101 -3576
76468 -76469
JENNIFER TOUGAS, PHD, DIRECTOR
1
40X102
NOV. 2012
270 - 745 -8746
181750
3
40X102
AUG 2013
182415 - 182417
WESTERN RESERVE TRANSIT AUTHORITY
604 MAHONING AVE.
OCT. 2000
YOUNGSTOWN, OH 44802
19
35X102
71873 -71891
MATTHEW KOTANCHEK, DIR. OF MAINT
JAN. 2005
330 - 744 -8431
7
35X102
75050 -75056
OCT 2014
8
35X102
184219 - 184226
WHATCOM TRANSPORTATOIN AUTH.
4111 BAKERVIEW SPUR RD
6
29X102
SEPT. 2004
BELLINGHAM, WA 98226
90659 -90664
PETE START, DIR. OF FLEET & FACILITIES
3
29X102
JUNE 2008
360 - 738 -4580
91481 -91483
JUNE 2010
6
40X102
177629 - 177634
5
35X102
177812 - 177816
NOV. 2011
8
40X102
179954 - 179961
NOV. 2012
5
40X102
181146 - 181150
3/20/2015 76 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 77 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
WICHITA, CITY OF
777 E. WATERMAN ST.
JUNE 2002
WICHITA, KS 67202 -4615
9
35X102
72730 -72738
JAY BANASIAK, GM
JULY 2009
316 - 265 -1450
14
40X102
176933 - 176946
JAN. 2010
8
35X102
176542 - 176549
FEB. 2013
4
35X102
180084 - 180087
APR 2014
10
35X102
184131 - 184140
WICHITA FALLS TRANSIT
2100 SEYMOUR HWY
JUNE 2012
WICHITA FALLS, TX 76301
2
35X102
180334 - 180335
DENNIS BURKETT, PUBLIC TRANSIT ADMIN
940 - 761 -7642
WILLIAMSBURG AREA TRANSIT AUTHORITY
DEC 2014
7239 POCAHONTAS TRAIL
5
35X102
184688 - 184692
WILLIAMSBURG, VA 23185
KEVAN DANKER, EXECUTIVE DIRECTOR
757 - 603 -1134
WILMINGTON, CITY OF
1110 CASTLE ST.
16
35X102
JUNE 2003
WILMINGTON, NC 28401
73138 -73153
ALBERTY EBY, GM
2
35X102
JAN. 2005
910 - 343 -0106
74423 -74424
WINDHAM RTD
968 MAIN ST.
2
29X102
MARCH 2006
WILLIMANTIC, CT 06226
91126 -91127
MELINDA PERKINS, TRANSIT ADMIN
3
29X102
OCT. 2008
860 - 456 -2223
91633 -91635
WINSTON -SALEM TRANSIT AUTHORITY
1060 N. TRADE ST.
10
35X102
JAN. 2010
WINSTON SALEM, NC 27102
176801 - 176810
ART BARNES, GM
10
35X102
JAN. 2011
336 - 727 -2648
178458 - 178467
WORCESTER RTA
287 GROVE ST.
AUG 2008
WORCESTER, MA 01605
2
29X102
91500 -91501
JOHN CARNEY, GM
6
40X102
79315 -79320
508 - 756 -8324 X 3002
FEB 2012
1
40X102
180777
1
35X102
180779 - 180782
OCT. 2013
5
35X102
181966 - 181971
JUNE 2014
1
40X102
184300
WYNN LAS VEGAS
3131 LAS VEGAS BLVD.
4
40X102
APRIL 2005
LAS VEGAS, NV 89109
74928 -74931
RICHARD MOSKAL, MAINT. MGR.
702 - 770 -2901
3/20/2015 77 of 78
LOW FLOOR CUSTOMER LIST
3/20/2015 78 of 78
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
YAKIMA, CITY OF
2301 FRUITVALE BLVD.
3
35X102
SEPT. 2004
YAKIMA, WA 98902
73095 -73097
RICHARD WONNER, FLEET & FACILITIES M<
3
35X102
JUNE 2006
509 - 576 -6412
40X102
77052 -77053
3
40X102
77053 -77055
JAN. 2009
4
35X102
78050 -78053
SEPT. 2010
5
35X102
178505 - 178509
MAY 2014
3
35X102
183166 - 183168
YORK CO. TRANSPORTATION AUTHORITY
1230 ROOSEVELT AVE.
1
40X102
SEPT. 2013
YORK, PA 17404
183299
RICHARD FARR, EXEC DIRECTOR
717 - 846 -5562
YUBA- SUTTER TRANSIT AUTHORITY
2100 B ST
11
35X102
JAN 2014
MARYSVILLE, CA 95901
183490 - 183500
KEITH MARTIN, TRANSIT MGR
530 - 634 -6880
3/20/2015 78 of 78
CNG
CUSTOMER LIST
CUSTOMER
COTA
1600 MCKINLEY AVE.
COLUMBUS, OH 43222
KEVIN CHRISTOPHER, DIRECTOR SUPPLY MGMT
614- 275 -5903 CHRISTOPHERK @COTA.COM
ENTERPRISE - LAX
8734 BELLANCA AVE.
LOS ANGELES, CA 90045
HENRY SINGH, BUS OPERATIONS MGR
415 - 760 -0075 HARJEET.SINGH @EHI.COM
ENTERPRISE /SAN DIEGO
2942 KETTNER DRIVE
SAN DIEGO, CA 92101
HENRY SINGH, BUS OPERATIONS MGR
415 - 760 -0075 HARJEET.SINGH @EHI.COM
ERIE METRO TRANSIT AUTHORITY
127 E 14TH ST
ERIE, PA 16503
DENNIS SOLENSKYU, EXEC DIRECTOR
814- 459 -4287
CITY OF FRESNO
2223 "G" ST.
FRESNO, CA 93706
KEN HAMM, DIRECTOR OF TRANSPORTATION
559 - 621 -1440 KENNETH.HAMM @FRESNO.GOV
GREATER RICHMOND TRANSIT CO
301 E. BELT BLVD.
RICHMOND, VA 23224
CHARLES MITCHELL, OPERATIONS MGR
804 - 358 -4782 CMITCHELL @RIDEGRTC.COM
I�]►� 1� l:[� P I c j r i
3/20/2015 1
10 40X102 JAN 2014
183175 - 183184
SEP 2011
9 40X102 180131 - 180139
FEB. 2012
3 29X102 92294 -92296
SEP 2014
8 40X102 185882 - 185889
MARCH 2013
8 40X102 182301 - 182308
MAY 2012
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
FEBRUARY 2013
18
40X102
182123 - 182140
12
35X102
182141 - 182152
FEB 2014
8
29X102
92780 -92787
FEB - MAR 2014
7
35X102
183776 - 183782
FEB - JULY 2014
21
40X102
183753 - 183773
OCT. 2010
2
35X102
176518 - 176519
FEB. 2011
1
35X102
177513
MAY 2012
2
35X102
180407 - 180498
DEC 2014
2
40X102
183972 - 183973
AUGUST 2012
2
35X102
181526- 181527
10 40X102 JAN 2014
183175 - 183184
SEP 2011
9 40X102 180131 - 180139
FEB. 2012
3 29X102 92294 -92296
SEP 2014
8 40X102 185882 - 185889
MARCH 2013
8 40X102 182301 - 182308
MAY 2012
CNG
CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
909 FANNIN, STE 1650
7
29X102
92332 -92340
HOUSTON, TX 77010
BRYAN BROWN, SENIRO ASSOCIATE
713 - 650 -1470 BBROWN @THEGOODMANCORP.COM
INDIANA COUNTY TRANSIT AUTHORITY
MARCH 2013
1657 SALTSBURG AVE.
2
29X102
92284 -92285
INDIANA, PA 15701
JOHN KANYAN, EXEC DIRECTOR
724 - 465 -2140 X 106 JKANYAN @INDIGOBUS.COM
K.C.A.T.A.
FEB. 2013
1200 E. 18TH ST.
2
29X1023
92563 -92564
KANSAS CITY, MO 64108
SEP 2014
BOB KOHLER, DIR. OF TRANSPORTATION
8
29X102
92768 -92775
816- 346 -0250
LAFAYETE TRANSIT SYSTEM
JUNE 2011
100 LEE AVE.
5
35X102
178944 - 178948
LAFAYETTE, LA 70502
JANUARY 2013
MIKE MITCHELL, TRANSIT & PARKING MGR
2
35X102
180991 - 180992
337 - 291 -7030 MMITCHELL @LAFAYETTELA.GOV
AUGUST 2013
3
35X102
182798 - 182800
LONG BEACH PTC
SEPTEMBER 2011
1963 E. ANAHEIM ST.
33
40X102
180901 - 180933
LONG BEACH, CA 908313
NOV. 2012
ROLANDO CRUZ, VP MAINTENANCE MGR
31
40X102
180934 - 180964
562- 599 -8506 RCRUZ @LBTRANSIT.COM
LA DOT
100 S. MAIN ST.
JAN 2015
10TH FLOOR
1
29X102
92866
LOS ANGELES, CA 90012
MIKE PASCUAL, TRANSP, PLANNING ASSOC. 11
213 - 928 -9750 MICHAEL.PASCUAL @LACITY.ORG
METRO - GREATER PORTLAND TRANSIT
5
3
JAN 2014
114 VALLEY ST
183185- 183189
PORTLAND, ME 04102
RICHARD NYE, DIR OF MAINT & TRANSPORTATION
207 - 774 -03512
METRO RTA
JUNE 2011
416 KENMORE BLVD.
2
40X102
180296- 180297
AKRON, OH 44301
JULY 2011
DEAN HARRIS, DIRECTOR OF FINANCE
1
40X102
176562
330 - 762 -7267 X 3140 DEAN. HARRIS @AKRONMETRO.ORG
DEC. 2011
23
40X102
180484 - 180506
OCT. 2012
3/20/2015 2
CNG
CUSTOMER LIST
CUSTOMER # UNITS SIZE
10 40X102
10 40X102
6 40X102
kyt111611 teZil01WI 7mr_ 'm9:L`1►1.11&T&I1;11 kyt
2624 SIXTH ST. 3 35X102
MUSKEGON HEIGHTS, MI 49444
JAMES KOENS, TRANSIT SYSTEM MANAGER 1 35X102
231 - 724 -6420 KOENSJ @CO.MUSKEGON.MI.US
3 35X102
NATIONAL /ALAMO -LAX
9020 AVIATION BLVD.
INGLEWOOD, CA 90301
HENRY SINGH, BUS OPERATIONS MGR
415 - 760 -0075 HARJEET.SINGH @EHI.COM
NATIONAL SAN DIEGO
3280 N. HARBOR DR.
SAN DIEGO, CA 92101
HENRY SINGH
415 - 760 -0075 HARJEET.SINGH @EHI.COM
CITY OF NORWALK
12700 NORWALK BOULEVARD
NORWALK, CA 90651
DAMIAN ROSALES, PROCUREMENT ANALYST
562 - 929 -5572 DROSALES @CI.NORWALK.CA.US
PORT OF SEATTLE
PO BOX 68727
SEATTLE, WA 68727
PETER LINDSAY, AVIATION DEVELOPMENT MGR
206 - 787 -4002 LINDSAY.P @PORTSEATTLE.ORG
REGIONAL TRANSPORTATIOIN AUTHORITY
5658 BEAR LN
CORPUS CHRISTI, TX 78405
JOSE TOVAR, MAINTENANCE MGR
361- 903 -3550 JTOVAR @CCRTA.ORG
CITY OF RIPON
259 N. WILMA AVENUE
RIPON, CA 95366
3/20/2015 3
SERIAL NUMBERS
181265- 181274
JULY 2013
181870 - 181879
AUG 2014
183891 - 183896
NOV. 2011
180528 - 180530
JULY 2012
180567
AUG 2014
182405 - 182407
NOVEMBER 2012
14 40X102 182490 - 182503
NOV. 2011
29 40X102 179852 - 179880
OCT. 2012
5 40X102 181275 - 181279
5 35X102 181280 - 181284
1 35X102 NOVEMBER 2012
181815
MAY 2012
1 40X102
181556
JULY 2012
1 40X102
181903
AUG 2014
5 40X102
183951 - 183955
DEC 2014
8 40X102
186383- 186390
AUGUST 2012
1 40X102
181525
NOVEMBER 2012
14 40X102 182490 - 182503
NOV. 2011
29 40X102 179852 - 179880
OCT. 2012
5 40X102 181275 - 181279
5 35X102 181280 - 181284
1 35X102 NOVEMBER 2012
181815
CNG
CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
KEVIN M. WERNER, CITY ENGINEER
181764 - 181773
209 - 599 -2108 KWERNER @CITYOFRIPON.ORG
11
40x102
FEB 2014
RIVER VALLEY TRANSIT
AUGUST 2012
1500 WEST THIRD ST.
1
40X102
180872
WILLIAMSPORT, PA, 17701
20
40X102
DECEMBER 2012
JOHN KIEHL, JR., ASSISTANT GENERAL MANAGER
182218 - 182237
570 - 326 -2500 JKIEHL @CITYBUS.ORG
25
40X102
AUGUST 2013
RIVERSIDE TRANSIT AGENCY
80
40X102
JAN 2014
1825 THIRD ST
13
40X102
182902 - 182981
RIVERSIDE, CA 92507
16
FEB 2014
BOB BACH, DIRECTOR OF MAINTENANCE
182885 - 182900
951 - 565 -5032
1
29X102
92262
ROARKING FORK TRANSPORTATION AUTHORITY
JAN. 2013
51 SERVICE DR.
4
40X102
181416- 181419
ASPEN, CO 81611
JUNE 2013
KENNY OSIER, DIR. OF MAINTENANCE
18
40X102
181420 - 181437
970 - 384 -4965 KOSIER @RFTA.COM
SAN DIEGO METROPOLITAN TRANSIT SYSTEM
JULY - NOV 2013
100 16TH ST.
26
40X102
183201 - 183226
SAN DIEGO, CA 92101
DECEMBER 2013
JULIO ORTIZ, DIR. OF MAINTENANCE
24
40X102
183227 - 183250
619 - 238 -0100 X 6500
SEP - DEC 2014
12
40X102
184001 - 184012
JAN 2015
24
40X102
183227 - 184050
lIw,g.]a F_I►1r_lWyA_lVIr:1
28250 CONSTELLATION ROAD
10
40X102
MARCH 2013
SANTA CLARITA, CA 91355
181764 - 181773
ADRIAN AGUILAR, TRANSIT MANAGER
11
40x102
FEB 2014
661 - 295 -6305 AAGUILAR @SANTA- CLARITA.COM
183190 - 183200
CITY OF SANTA MONICA - BIG BLUE BUS
1660 7TH STREET
20
40X102
DECEMBER 2012
SANTA MONICA, CA 90401
182218 - 182237
PATRICK CAMPBELL, COO
25
40X102
AUGUST 2013
310 - 458 -1975 EXT 6349 PATRICK.CAMPBELL @SM GOV. NET
182238 - 182262
13
40X102
FEB 2014
182263- 182275
SANTA FE TRAILS
MARCH 2012
2931 RUFINA ST.
1
29X102
92262
SANTA FE, NM 87507
MAY 2012
JON BULTHUIS, DIRECTOR
1
29X102
92266
505 - 955 -2006 JRBULTHUIS @CI.SANTA- FE.NM.US
SEP 2014
5
35X102
184289 - 184293
3/20/2015 4
CNG
CUSTOMER LIST
CUSTOMER # UNITS
SARTA
1600 GATEWAY BLVD., SE
CANTON, OH 44707
MARK FINNICUM, DIR. OF MAINTENANCE
330-454-6132X524 MFINNICUM @SARTAONLINE.COM
SUN TRAN
3920 N. SUN TRAN BLVD.
TUCSON, AZ 85705
KEVIN FAULKNER, PROJECT MGR
520- 206 -8805
CITY OF THOUSAND OAKS
1993 RANCHO CONEJO BLVD
THOUSAND OAKS, CA 91320
MIKE HOUSER, TRANSIT MANAGER
805- 376 -5063
TULSA TRANSIT
510 SO. ROCKFORD
TULSA,OK 74152
BILL CARTWRIGHT, GENERAL MANAGER
918 - 560 -5603 BCARTWRIGHT @TULSATRANSIT.ORG
UNION CITY TRANSIT
34650 7TH ST.
UNION CITY, CA 94587
STEVE ADAMS, TRANSIT PLANNER
510 - 675 -5373 SADAMS @UNIONCITY.ORG
UTAH TRANSIT AUTHORITY
3600 SOUTH 700 WEST
SALT LAKE CITY, UT 84131
DOUG WOODBURY, FLEET ENGINEER
801 - 287 -4674 DWOODBURY @RIDEUTA.COM
VALLEY REGIONAL TRANSIT
830 NORTH MAIN ST., STE 230
MERIDIAN, ID 83642
3/20/2015 5
6
3
4
25
2
11
4
5
1
1
3
0
10
7
SIZE
35X102
35X102
40X102
40X102
29X102
SERIAL NUMBERS
FEB. 2012
179962- 179967
JUNE 2012
181073 - 181075
AUG 2014
183897 - 183900
MAY - JUNE 2014
188526- 185549
DEC 2014
92797 -92798
40X102 JULY 2013
182345 - 182354
AUGUST 2011
40X102 180365- 180371
AUGUST 2011
35X102
179925 - 179935
AUGUST 2011
40X102
179939 - 179942
FEB. 2013
35X102
181907 - 181912
OCTOBER 2013
40X102
182078
35X102
182079
OCTOBER 2013
35X102
183093 - 183095
OCT. 2012
35X102
180531 - 180536
40X102 JULY 2013
182345 - 182354
AUGUST 2011
40X102 180365- 180371
CNG
CUSTOMER LIST
CUSTOMER # UNITS
BRUCE SACKRON, TRANSPORTATION SERV MGR
208 - 846 -8547 X 4226 BSACKRON @VALLEYRIDE.ORG
VALLEY RIDE
4788 S. ORCHARD
BOISE, ID 83705
BRUCE SACKRON, TRANSPPORTATION SERV MGR
208 - 846 -8547 X 4226 BSACKRON @VALLEYRIDE.ORG
CITY OF VISALIA
525 N. CAIN ST.
VISALIA, CA 93292
GAMALIEL ANGUTANO, MAINTENANCE MGR
559 - 713 -4702 GANG UTANO @CI.VISALIA.CA.US
3/20/2015 6
3
8
4
3
4
SIZE SERIAL NUMBERS
AUGUST 2011
40X102
180351 - 180353
35X102
180355 - 180362
DECEMBER 2013
35X102
183486- 183489
35X102
MAY 2013
181371 -18373
40X102
MAY 2013
183073 - 183076
Post Office Box 3008
Hayward, CA 94540 -3008
(510) 785 -1500
FAX: (510)785 -6819
March 19, 2015
Ann Beauvais
CMPC Program Administrator
RAE CONSULTANTS, INC.
2212 West Platte Avenue
Colorado Springs, CO 80904
CMPC- I5- LTB -RFP
DATE DUE: MARCH 23, 2415 AT :00 P
Dear Ms. Beauvais:
GILLIG LLC is pleased to submit the enclosed documentation covering out PACKAGE 2 --
30' PRICE PROPOSAL WITH CNG OPTION PRICING response to the above solicitation
for your review and consideration.
In response to your IP11.4, SIGNING OF PROPOSAL, FORMS, we submit the following
information in this COVER LETTER:
1. The bid is offered by:
2. Contact Person during negotiation process:
GILLIG LLC
25800 Clawiter Road
Hayward, CA 94545
Phone: (800) 735 -1500
Fax: (510) 785 -6819
Joseph Policarpio
Phone: (800) 735 -1500
E -mail: sales a,giIli .com
3. This letter is signed by Joseph Policarpio, our Vice president who is authorized (see
attached Resolution) to act for and bind Gillig LLC in all matter relating to this
proposal.
OIM ;O & /°� _'f/�
���� � 76 6J�� 'a'e d 0 � �iiu�� 'smigoWYW'J� OiM �
We appreciate this opportunity and look forward to a successful bid opening.
Very truly yours,
/ y
Joseph Policarpio
Vice President
Phone: (800) 735 -1500
JP:mg
Enclosures
cc: Javier Hernandez, Jr., Director Project Sales Manager
Benjamin M. Grunat, Director National Sales
Jose Saldana, Regional Sales Manager
Post Office Sox 3008
Hayward, CA 94540 -3008
(510) 785 -1500
FAX: (510) 785 -6819
March 19, 2015
Ann Beauvais
CMPC Program Administrator
RAE CONSULTANTS, INC.
2212 West Platte Avenue
Colorado Springs, CO 80904
CMPC- I5- LTB -RFP
ATE DUE: MARCH 23, 2015 AT 5:00 P
Dear Ms. Beauvais:
GILLIG LLC is pleased to submit the enclosed documentation covering out PACKAGE 2 —
35' PRICE PROPOSAL WITH CNG OPTION PRICING response to the above solicitation
for your review and consideration.
In response to your IP11.4, SIGNING OF PROPOSAL FORMS, we submit the following
information in this COVER LETTER:
1. The bid is offered by:
2. Contact Person during negotiation process
GILLIG LLC
25800 Clawiter Road
Hayward, CA 94545
Phone: (800) 735 -1500
Fax: (510) 785 -6819
Joseph Policarpio
Phone: (800) 735 -1500
E -mail: sales@gillig.com
3. This letter is signed by Joseph Policarpio, our Vice president who is authorized (see
attached Resolution) to act for and bind Gillig LLC in all matter relating to this
proposal.
7-hank Your vP-or J-r,3Z,5! ��Q16
@Oi
We appreciate this opportunity and look forward to a successful bid opening.
Very truly yours,
Joseph Policarpio
Vice President
Phone: (800) 735 -1500
JP:mg
Enclosures
cc: Javier Hernandez, Jr., Director Project Sales Manager
Benjamin M. Grunat, Director National Sales
Jose Saldana, Regional Sales Manager
Post office Box $008
Hayward, CA 94540 -3008
(510) 785 -1500
FAX: (510) 785 -6819
March 19, 2015
Ann Beauvais
CMPC Program Administrator
RAE CONSULTANTS, INC.
2212 West Platte Avenue
Colorado Springs, CO 80904
CMPC- I5- LTB -RFP
DATE DUE: MARCH 23, 2015 AT 5:00 PM
Dear Ms. Beauvais:
GILLIG LLC is pleased to submit the enclosed documentation covering out PACKAGE 2 —
40' PRICE PROPOSAL WITH CNG OPTION PRICING response to the above solicitation
for your review and consideration.
In response to your IP11.4, SIGNING OF PROPOSAL FORMS, we submit the following
information in this COVER LETTER:
1. The bid is offered by:
2. Contact Person during negotiation process:
GILLIG LLC
25800 Clawiter Road
Hayward, CA 94545
Phone: (800) 735 -1500
Fax: (510) 785 -6819
Joseph Policarpio
Phone: (800) 735 -1500
E -mail: sales Ca gillig.com
3. This letter is signed by Joseph Policarpio, our Vice president who is authorized (see
attached Resolution) to act for and bind Gillig LLC in all matter relating to this
proposal.
�a�u�
We appreciate this opportunity and look forward to a successful bid opening.
Very truly yours,
Joseph Policarpio
Vice President
Phone: (800) 735 -1500
JP:mg
Enclosures
cc: Javier Hernandez, Jr., Director Project Sales Manager
Benjamin M. Grunat, Director National Sales
Jose Saldana, Regional Sales Manager
Colorado Mountain
Purchasing Consortium
CER 8. Price Proposal
Complete and submit one form for each vehicle length proposed.
Compressed Natural Gas (CNG)
Specify Base Fuel Tank Configuration
/ Range:
Cost (difference from
(8) 85" TYPE ill TANKS 17,608 SCF
ESTIMATED 450 MI
34
C PC- 15 -LTB -P January 2015
Colorado Mountain
Purchasing Consortium
Conventional Low Floor Body Design
Law Floor Trolley Facade Design j OPTiON, 'LIST
Additional Options
(blue highlighted in Section 6):
1. Roof Mounted Radiator Pressure
Filler Provided in Engine
Compartment
2. Diesel Fuel Fillers - Located on
Both Sides of Bus
3. Disc Brakes on All Axles
4. Mock Up Board - 110 CONTROLS
Cost: (difference from base + / -) I
5. High Voltage Electric Driven A/C $�
System (DIESEL ONLY)
r
6. Forced Air Floor -Level Heating $ „hI j,A,
7. Convector Air Floor -Level Heating
8. Warm Wall Heating
9. Fender Skirt
10. Passenger Seats Constructed of
Anti - Vandal Materials
11, Electric- Powered Doors VAPOR
12, 48 Inch Rear Door Width
13. Rear Door Location W/C Loading
System: Flip -Out Design Ramp
35
CMPC -I5 -L January 2015
Colorado Mountain
Purchasing Consortia
14. Event Data Recorders
(one front /one rear) 5143.00 ,
I Training / Support Programs I Cost (difference from s + / -)
Training Program Options:
Describe:
$
REFERENCE OPTIONAL TRAINING DETAILED
:,:.'SEE TRAINING OPTIONS SHEET
INFORMATION IN SECTION 3D OF TECHNICAL
v
PROPOSAL
Describe:
5
a
SAS G !
r }
Describe:'
I Technical / Service Support Options:
Describe:
REFERENCE SECTION 3E OF TECHNICAL
PROPOSAL FOR DETAILED SERVICE SUPPORT
INFORMATION
a
r
.�
Describe:'
Extended Warranties (List Covered Component Cost (difference
/ Subcomponent and Term) I from base + / -)
Covered Component /Subcomponent I Term
1. Propulsion System (identify any Five years /
excluded items) *CUMMINS ISL & 300,000 miles
ALLISON B40OR TOTAL
2• *LIFT -U LU18 RAMP 3YRS /UNL
3. *THERMO KING T14/X430 I 3YRS /UNL
4. 1
*SEE EXTENDED COVERAGE STATEMENTS FOR DETAILED 'INFORMATION
36
CMPC-15-LTB-RFP January
Colorado Mountain
Purchasing Consortium
Spare Parts (Firm Fixed Price for 180 days following
Proposal Opening Date)
Engine (list descriptions below)
1' CUMMINS ISL 280 W /DPF
2.
3.
Transmission (list descriptions below)
• �� ill"
2.
W
Proposer hereby acknowledges that cost information submitted with the proposal is
complete and valid upon date of submission.
Company a GILLIG LLC
Contact JOSEPH POLICARPIO
SEE ATTACHED
37
C C ®15 ®LT January 2
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate
is attached, and not the truthfulness, accuracy, or
[validity of that document.
State of California
County of ALAMEDA
Subscribed and sworn to (or affirmed) before me on this 19TH
day of MARCH , 20 15 , by JOSEPH POLICARPIO
proved to me on the basis of satisfactory evidence to be the
person(s) who appeared before me.
i yL�l
r�
(Seal) Sign
My commission number: 1985400
My commission expires: JULY 19, 2016
Type or Title of Document: CER 8. PRICE PROPOSAL FORM
30 FOOT DIESEL
Signer's Name: JOSEPH POLICARPIO
Document Date: MARCH 19, 2015
Colorado Mountain
Purchasing Consortium
CER 8. Price Proposal Form
Complete and submit one form for each vehicle length proposed.
4rMjR7=,
Compressed Natural Gas (CNG)
Specify Base Fuel Tank Configuration
/ Range:
111 C777 NINON!
(4) 120" X (4) 85" TYPE III TANKS
21,636 SCF ESTIMATED 594 Ml
34
C Cw15 -LT January 2015
7
Colorado Mountain
Purchasing Consortium
Additional Options
Cost: (difference from base + / -)
(blue highlighted in Section 6) :.
1. Roof Mounted Radiator Pressure
$NIA
Filler Provided in Engine
Compartment's
2. Diesel Fuel Fillers - Located on
Both Sides of Bus
�� r 5
System: Flip -Out Design Ramp
31865.00
REQUIRES 48" REAR DOOR
3. Disc Brakes on All Axles
4. Mock Up Board - 110 CONTROLS
�277,
.
5. High Voltage Electric Driven A /C~
System (DIESEL ONLY)
� �, 7 00
6. Forced Air Floor -Level Heating
g; k
7. Convector Air Floor -Level Heating
$
8. Warm Wall Heating
$�
9. Fender Skirt`.
14. Passenger Seats Constructed of
Anti- Vandal Materials
11. Electric- Powered Doors VAPOR
12. 48 Inch Rear Door Width
�$
13. Rear Door Location W/C Loading;��'
System: Flip -Out Design Ramp
31865.00
REQUIRES 48" REAR DOOR
35
C - -LT January 2015
Colorado Mountain
Purchasing Consortium
14. Event Data Recorders
(one front /one rear) $5,143.00
~ = .. :
Training / Support Program; os (difference from s + / -)
Training Program ions:
Describe: $ .
REF OPTIONAL TRAINING DETAILED SEE TRAINING OPTIONS SHEET..
INFORMATION IN SECTION 3D OF TECHNICAL
PROPOSAL
Describe:.
Technical / Service Support Options:
Describe:
REFERENCE SECTION 3E OF TECHNICAL
PROPOSAL FOR DETAILED SERVICE SUPPORT
INFORMATION
Describe:
Extended r i (List Covered Component Cost (differenc
/ Subcomponent and Term) I from + / -)
Covered Component /Subcomponent I Term
1. Propulsion System (identify any Five years / $
excluded items) *CUMMINS ISL & 300,000 miles8,385:�00
ALLISON B40OR TOTAL
2• *LIFT -U LU18 RAMP 3YRS /UNL 300,00 =
3• *THERMO KING T14 /X430 f 3YRS /UNL
4.
*SEE EXTENDED COVERAGE STATEMENTS FOR DETAILED INFORMATION
36
C -15 -LT - F January 2015
F
0.00
�
Extended r i (List Covered Component Cost (differenc
/ Subcomponent and Term) I from + / -)
Covered Component /Subcomponent I Term
1. Propulsion System (identify any Five years / $
excluded items) *CUMMINS ISL & 300,000 miles8,385:�00
ALLISON B40OR TOTAL
2• *LIFT -U LU18 RAMP 3YRS /UNL 300,00 =
3• *THERMO KING T14 /X430 f 3YRS /UNL
4.
*SEE EXTENDED COVERAGE STATEMENTS FOR DETAILED INFORMATION
36
C -15 -LT - F January 2015
Colorado Mountain Section
Purchasing Consortium
Proposer hereby acknowledges that cost information submitted with the proposal is
complete and valid upon date of submission.
Notary: SEE ATTACHED
37
CMPC-15-LTB-RFP January 2015
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate
is attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of ALAMEDA
Subscribed and sworn to (or affirmed) before me on this 19TH
day of MARCH 20 15 , by JOSEPH POLICARPIO
proved to me on the basis of satisfactory evidence to be the
person(s) who appeared before me.
I . .� M. GON ALEZwEJ C�Ftl�i
OMM. NO. 1985440 2W
N I`ASY PUBLIC CALIFORNIA
ALAMEDA COUNTY
.mow
NAY Comm. Expkes July 18, 2116
(Seal) Sign
My commission number: 1985400
My commission expires: JULY 19, 2016
Type or Title of Document: CER 8. PRICE PROPOSAL FORM
35 FOOT DIESEL
Signer's Name: JOSEPH POLICARPIO
Document Date: MARCH 19, 2015
Colorado Mountain
Purchasing Consortium
CER 8. Price Proposal Form
Complete and submit one form for each vehicle length proposed.
Fuel Options:
Compressed Natural Gas (CNG)
Specify Base Fuel Tank Configuration
/ Range:
Cost (difference from as +/-)
(4) 120" X (4) 85" TYPE III TANKS
21,636 SCF ESTIMATED 594 MI
34
CMPC-15-LTB-RFP January 2015
Colorado Mountain
Purchasing Consortium
Additional Options
(blue highlighted in Section 6):
1. Roof Mounted Radiator Pressure
Filler Provided in Engine
Compartment
2. Diesel Fuel Fillers - Located on
Both Sides of Bus
3. Disc Brakes on All Axles
4. Mock Up Board - IIO CONTROLS
5. High Voltage Electric Driven A/C
System (DIESEL ONLY)
6. Forced Air Floor -Level Heating
7. Convector Air Floor -Level Heating
8. Warm Wall Heating
9. Fender Skirt
10. Passenger Seats Constructed of
Anti - Vandal Materials
11. Electric- Powered Doors VAPOR
12, 48 Inch Rear Door Width
13. Rear Door Location W/C Loading
System: Flip -Out Design Ramp
REQUIRES 48" REAR DOOR
Cost: (difference from base
NIA
7
f. f�
,4700
, 79:0(
�+ N � A,
,ff
{� c✓ s °I
1, 5390 tix
x
0,j
Oo
N f
rx;
4 ,"62�i f
� 3;865 00
35
CMPC-15-LTB-RFP January 2015
Training / Support Programs I Cost (difference from base + / -)
j Training Program options:
Describe:
REFERENCE OPTIONAL TRAINING DETAILED $F-E TRAINING OPTIONS SHEET
INFORMATION IN SECTION 3D OF TECHNICAL
PROPOSAL
Describe:
Technical / Service Support Options:
Describe:
REFERENCE SECTION 3E OF TECHNICAL
PROPOSAL FOR DETAILED SERVICE SUPPORT
INFORMATION
M
Describe:
Extended Warranties (List Covered Component Cost (difference
/ Subcomponent and Term) from s + / -)
Covered Component /Subcomponent I Term
1. Propulsion System (identify any Five years
excluded items) "CUMMINS ISL & 300,000 miles
ALLISON B40OR TOTAL
2. *LIFT -U LU18 RAMP 3YRSIUNL�06 � "; `1,
3. *THERMO KING T14/X430 3YRSIUNL �� � 742'.00"'5"
4. $
"SEE EXTENDED COVERAGE STATEMENTS FOR DETAILED INFORMATION
36
CMPC-15-LTB-RFP January 2015
Colorado ounain
Purchasing Consortium
Spare Parts (Firm Fixed Price for 180 days following Cost
Proposal Opening Date)
Engine (list descriptions below)
1.CUMMINS ISL 280HP WIDPF
2.
3.
Transmission (list descriptions below)
2.
Proposer hereby acknowledges that cost information submitted with the proposal is
complete and valid upon date of submission.
Company : GILLIG LLC
Contact JOSEPH POLICARPIO
Title: VICE PRESIDENT
{
Authorized i t r : '
MARCH 19, 2015
SEE ATTACHED
37
CMPC-15-LTB-RFP January 2015
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate
is attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of ALAMEDA
Subscribed and sworn to (or affirmed) before me on this 19TH
day of MARCH 1 20 15 , by JOSEPH POLICARPIO
proved to me on the basis of satisfactory evidence to be the
person s wl7o apfre red before me.
M. GONZALEZ-BECERR.4
OW NO, 1985400
NOTARY PUBLfC CALIFORNfA 6
r� ALAMEDA COUNTY NO
My Comm, Expiwe JWy 19, 2016
(Seal)
My commission number: 1985400
My commission expires: JULY 19, 2016
Type or Title of Document: CER 8. PRICE PROPOSAL FORM
40 FOOT DIESEL
Signer's Name: JOSEPH POLICARPIO
Document Date: MARCH 19, 2015
Colorado Mountain Purchasing Consortium
Base Equipment and Alternatives
Price Sheet
Project # CMPC- I5- LTB -RFP
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 1
PROPULSION
BASE
Cummins '13 ISL 280HP Diesel Engine with Allison B40OR -5 Transmission
BASE
Philips Temro Block Heater
$121.00
CNG SYSTEM
Additional os ver
Base Diesel Bus
Cummins ISL -G 280 HP, with (4) 85" & (4) 120" Type III Fuel Tanks (21,664 SCF /est.594mi)
$48,015.00
Cummins ISL -G 280 HP, with (8) 85" Type III Fuel Tanks (17,608 SCF /est.450mi)
$43,637.00
Cummins ISL -G 280 HP, with (8) 120" Type III Fuel Tanks (25,664 SCF /est.705mi) 35740' only
$53,119.00
Add Second Fast Fuel Fill to Low Mount Position
$814.00
Smart Gauge Fuel System Monitoring Gauge (includes tank upgrade to electric solenoids)
$3,214.00
BASE
Manual Fuel Tank Shut -Off Valves
BASE
STYLING PACKAGES
BASE
BRT Front Cap, Rear Cap and Engine Door Styling
BASE
Standard Low Floor Front Cap, Rear Cap and Engine Door Styling
($13,333.00)
BRT Front Cap Styling Only
($4,160.00)
BRTPLUS Front Cap, Rear Cap, Roof Line and Engine Door Styling
$6,250.00
BRT Roof Fairings, Front or Rear (each)
$1,250.00
OIL SYSTEM
BASE
Spinner II Auxiliary Filter
BASE
Delete Spinner II Auxiliary Filter
($545.00)
Titan Probalizer OD -1014 Extraction Port (per fitting)
$44.00
Femco Auto Drain
$69.00
STARTER
BASE
Delco MT 42 Electric
BASE
Delco MT 39 Electric
($28.00)
COOLING SYSTEM
BASE
Modine E -Cool Electric Cooling System with E -Coat
BASE
EMP Electric Cooling System with E -Coat
$2,930.00
Radiator Tank Guard
$256.00
Radiator Tank Guard, with Splash Shield
$384.00
ALTERNATOR
BASE
Niehoff C803 (500 Amp for Electric Radiator)
BASE
EMP (450 Amp for EMP Electric Radiator)
$0.00
Delco 450 -DN (450 Amp for Electric Radiator)
$107.00
TRANSMISSION
BASE
Allison B400R, GEN IV
BASE
Voith D864.5
($1,261.00)
ZF 6AP1400 ECOLIFE
($828.00)
Femco Auto Drain
$69.00
KP Push Button
$59.00
Transmission Temperature Gauge (Dash or Rear Run Box)
$50.00
Keyed Transmission Lockout Switch on Dash
$351.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 1
Colorado Mountain Purchasing Consortium
Base Equipment and Alternatives
Price Sheet
Project # CMPC- I5- LTB -RFP
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 2
AXLE HUBS & SEALS
BASE
Hub Piloted Wheels
BASE
BASE
Axles with Grease Seals (per axle)
BASE
Axles with Chicago Rawhide Oil Seals
$0.00
Synthetic 75W90 Gear Oil for Rear Axle
$187.00
HUBODOMETER
Engler (Stemco) Mechanical without Tenths and without Guard
$79.00
Veeder Root Mechanical without Tenths and without Guard
$72.00
S & A Fleetwatch 392 Electronic
$436.00
Data Trac Pro 600 -9999
$84.00
Hubodometer Guard
$68.00
BRAKES
BASE
S -Cam Drum Brakes with Wabco ABS System
BASE
BASE
Automatic Traction Control
BASE
Delete Automatic Traction Control
($75.00)
BASE
6 - Position Retarder Control Lever
BASE
Delete 6 - Position Retarder Control Lever
($450.00)
Disc Brakes with Wabco ABS System
$3,103.00
MGM E- Stroke Brake Monitoring System for Drum Brakes
$1,879.00
MGM E- Stroke Brake Monitoring System for Disc Brakes
$1,534.00
WHEELS
BASE
(7) Steel Powder Coated Finish, White or Black
BASE
(7) Alcoa Aluminum Polished Finish with Durabrite
$2,084.00
(7) Alcoa Aluminum Machine Finish with Durabrite
$1,622.00
Add Duraflange (per wheel)
$106.00 each
TIRES
BASE
Bus Builder Supply Michelin XDN2 (H) Tires (12R/22.5)
BASE
Procuring Agency Supply Tires
($3,661.00)
BASE
Bus Builder Supply Michelin X InCity Tires (275/70R22.5) - 29' only
BASE
Bus Builder Supply Goodyear G152 Tires (305/85R22.5)
Quote
Bus Builder Supply Goodyear G152 Tires (305/70R22.5)
Quote
Bus Builder Supply Goodyear G152 Tires (275/70R22.5) - 29' only
Quote
Bus Builder Supply Firestone 18J Tires (315/80R22.5)
Quote
Bus Builder Supply Firestone 16H Tires (305/70R22.5)
Quote
Bus Builder Supply Bridgestone 16H Tires (275/70R22.5) - 29' only
Quote
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 2
Colorado Mountain Purchasing Consortium
Base Equipment and Alternatives
Price Sheet
Project # CMPC- I5- LTB -RFP
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 3
STEERING SYSTEM
BASE
Douglas Steering Column (Standard Steering Column)
BASE
TRW Easy Steer, Electric Assisted Steering Column
$2,494.00
VIP Textured Steering Wheel
$73.00
FUEL SYSTEM
BASE
Emco Wheaton Posi Lock 105 (Flip Cap or Twist Cap)
BASE
Dual Fill (Curbside and Streetside) with Emco Wheaton Posi Lock 105
$996.00
Standard Gravity Fuel Fill
($273.00)
Dual Fill (Curbside and Streetside) with Standard Gravity Fill
$769.00
BASE
Standard 120gal (35'/ 40') or 75gal (29' LF) Net Useable Fuel Tank
BASE
80 gal Net Useable Split Fuel Tanks (29' LF with No Rear Door)
$1,270.00
Davco Fuel Pro 384, Heated
$641.00
Racor 490R30 Filter with Thumbpump
$313.00
BASE
Fuel Gauge on Dash
BASE
Delete Fuel Gauge on Dash - Diesel
($140.00)
REAR RUN BOX
BASE
Electrical Gauges - Engine Oil and Coolant Temp
BASE
Rear Hand Throttle Control
$144.00
Delete Electrical Gauges
($50.00) each
Mechanical Gauges - Murphy Oil Pressure and Coolant Temperature (IPO electric)
$60.00 each
Voltmeter, J1939 (12v or 24v)
$50.00 each
AIR SYSTEM
BASE
SKF, HCT_2000 Duraguard Air Dryer
BASE
Kingston Auto Drain Valve at Ping Tank
$0.00
Curbside Rear Kneeling
$525.00
BATTERIES
BASE
(4) DEKA Group 31 Top Post Connections
BASE
(2) DEKA 8D Side Lug or Top Post Connections
($222.00)
(2) AGM Glass Matt 8D Side Lug or Top Post Connections
$271.00
(4) AGM Glass Matt Group 31 Top Post Connections
$903.00
KBI Super Capacitor with (2) DEKA Group 31 batteries
$4,134.00
BASE
(2) Anderson 350 Jump Start Connectors
BASE
Delete Anderson 350 Jump Start Connector
($85.00) each
FRAME
Engine Skid Protection w /Extended Tow Eyes
$129.00
Engine Skid Protection w /Extended Tow Eyes & 2" Thick x 2" Wide Wear Plate
$377.00
WHEELCHAIR LIFT / RAMP
BASE
Lift-U Ramp (LU -18), Front Door
BASE
Lift-U Ramp (LU -18), Rear Door (requires 48" rear door selection) N/A w/29'
$3,865.00
Reinforced A -Post Skid Plates (per side)
$67.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 3
Colorado Mountain Purchasing Consortium
Base Equipment and Alternatives
Price Sheet
Project # CMPC- I5- LTB -RFP
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 4
HEATING / AIR CONDITIONING
BASE
TK T -14 w /X430 or X426, EBM Brushless Motors
BASE
TK T -14 w/S391, EBM Brushless Motors
$750.00
TK T -14 w/S616, EBM Brushless Motors
$2,975.00
TK T -14 with Permanent Magnet Motors
($2,285.00)
TK All- Electric HVAC - Diesel (N /A for CNG)
$15,379.00
TK Pressure and Return Display Mounted to Unit
$356.00
Delete TK Pressure and Return Display Mounted to Unit
($285.00)
MCC Micromax w /05G Compressor, Brushless Motors, R134a
($3,565.00)
DRIVERS HEATERS & ADDITIONAL PASSENGER HEATERS
BASE
MCC Drivers Heater - Brushless Motor, Left Foot Vent, 1/4 Turn Valves
BASE
MCC Drivers Heater - Brush Motor, Left Foot Vent, 1/4 Turn Valves
($387.00)
BASE
Front Stepwell / Threshold Heater - MCC with Brushless Motor
BASE
Delete Front Stepwell / Threshold Heater - MCC with Brushless Motor
($260.00)
BASE
Streetside Underseat Heater - MCC with Brushless Motor
BASE
Delete Streetside Underseat Heater - MCC with Brushless Motor
($325.00)
BASE
Curbside Rear Stepwell Heater - MCC with Brushless Motor
BASE
Delete Curbside Rear Stepwell Heater - MCC with Brushless Motor
($325.00)
AUXILIARY COOLANT HEATER
BASE
Spheros Model Thermo 300HA (104,000 btu) Coolant Heater
BASE
Spheros Model Thermo 230 (80,000 btu) Coolant Heater
$0.00
Proheat Model X45 (45,000btu) Coolant Heater
$252.00
Proheat Model M80 (80,000btu) Coolant Heater
$111.00
Espar Electric Coolant Heater
($169.00)
"Hot Flow" (CTM 15110 -A00) Coolant Heater for CNG
$0.00
Delete Spheros Model Thermo 300HA (104,000 btu) Coolant Heater
($1,812.00)
DRIVER'S AUXILIARY FAN & DASH AREA
BASE
Drivers Fan Mounted to Dash (qty 2)
BASE
Delete Drivers Dash Fan (each)
($71.00)
BASE
Rubber Maid Waste Basket at Rear Door Location
BASE
BASE
Rubber Maid Waste Basket at Front Door Location
BASE
Delete Rubber Maid Waste Basket (each)
($83.00)
REAR DOOR
BASE
34" Rear Door - Air Open / Spring Close (Full Driver's Control)
BASE
Delete Rear Door
($1,400.00)
48" or 56" Rear Door (requires Air Open / Air Close Door)
$2,601.00
Vapor CLASS Control with Green LED Lamp (34" Door)
$5,511.00
Vapor vTouch Electronic Touch Bars with Green LED Lamp (34" Door)
$605.00
34" Rear Door - Vapor Electric Open / Electric Close (Full Driver's Control)
$4,621.00
BASE
Exterior Air Release Front Door Control Valve
BASE
Delete Exterior Air Release Front Door Control Valve
($162.00)
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 4
Colorado Mountain Purchasing Consortium
Base Equipment and Alternatives
Price Sheet
Project # CMPC- I5- LTB -RFP
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 5
ELECTRICAL EQUIPMENT CABINET
BASE
44" Tall with Key Lock and (2) 5/16' Square Key Locks
BASE
33" Tall with Key Lock and (2) 5/16' Square Key Locks
($125.00)
44" Tall (33') with Key Lock and (2) 5/16' Square Key Locks & 11" Drivers Storage
$120.00
Storage Box on Curbside Forward Wheel Well (8.25 "H x 20 "W x 13 "D)
$470.00
ADVERTISING FRAMES - EXTERIOR
BASE
Exterior, None
BASE
Exterior, 21" X 40 ", Front Clear or Black Anodized, Powder Coated
$175.00
Exterior, 30" X 88 ", Curbside or Streetside
$283.00
Exterior, 30" X 144 ", Clear or Black Anodized, Powder Coated
$335.00
Exterior, 21" X 72 ", Rear
$226.00
ADVERTISING FRAMES - INTERIOR
BASE
Transit Information Products -OBIC T 12P 1 L -ASPEN
BASE
Delete Transit Information Products -OBIC T 12P 1 L -ASPEN
($260.00)
Interior, Innocom Schedule Racks 3.75" X 7" X 1.5"
$17.00 each
Interior, 22" X 21 ", Black, RH Load, Open Back
$165.00
DRIVERS SEAT
BASE
Recaro Ergo Metro w /Headrest, Seat Belt Alarm and 3 -Point Belt (Lap and Shoulder)
BASE
USSC G2A w /Headrest, Seat Belt Alarm and 3 -Point Belt (Lap)
($325.00)
USSC 9100ALX3 with Headrest, Seat Belt Alarm and 3 -Point Belts (Lap & Shoulder)
($352.00)
PASSENGER SEATING
BASE
AMSECO N2003/6466
BASE
BASE
Thermoplastic Grabhandles
BASE
BASE
Standard Wool Fabric or Vinyl
BASE
40NE Gemini
Quote to Spec
40NE CitiSeats
Quote to Spec
40NE Angel Seats
Quote to Spec
40NE Aries
Quote to Spec
40NE Patriot
Quote to Spec
AMSECO N2005
Quote to Spec
AMSECO Insight
Quote to Spec
AMSECO 6468
Quote to Spec
AMSECO Metropolitan
Quote to Spec
KIEL IDEO
Quote to Spec
KIEL ESOS
Quote to Spec
WHEELCHAIR SECUREMENT
BASE
AMSECO - A.R.M. System
BASE
40NE J2 -VPRO
Quote to Spec
AMSECO - Dual Autolok
Quote to Spec
Q'Pod Assembly
Quote to Spec
KIEL
Quote to Spec
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 5
Colorado Mountain Purchasing Consortium
Base Equipment and Alternatives
Price Sheet
Project # CMPC- I5- LTB -RFP
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 6
PASSENGER SIGNALS
BASE
Pull Cords (Neutral or Yellow) with Touch Pad at Wheelchair Location
BASE
Touch Tape on Window Mullions
$1,116.00
BASE
Stop Request Button at Rear Door Stanchion
BASE
Additional Amber Stop Request Lamp Mounted on Driver's Dash
$35.00
DRIVER'S BARRIER
BASE
Wrap Around Fiberglass (35'/ 40' Low Floor)
BASE
Wrap Around Fiberglass with (3) Schedule Rack Cutouts (35'& 40' Only)
$61.00
BASE
Flat Melamine, One Piece (29' Only)
BASE
STANCHIONS & GRAB RAILS
BASE
Powdercoated Door Handles, Vertical Stanchions, Hand Rails & Modesty Panel Tubes
BASE
SSTL Vertical Stanchions and Modesty Panel Tubes
($400.00)
Powdercoated Vertical Stanchions Only
($200.00)
Vertical Stanchion at Front Wheelwells (each)
$76.00
Vinyl Grab Straps (each)
$20.00
SSTL Spring Loaded Grab Handle (each)
$123.00
WINDOWS
SEE PAGE 11 FOR WINDOW OPTIONS
HEADLAMPS
BASE
(4) Dialite LED Headlights (High & Low Beam)
BASE
Dual (4) Halogen Headlights
($678.00)
(2) Dialite LED Headlights (Low Beam Only)
($189.00)
Dinex STAR LED Headlight system (Low Beam Only)
($208.00)
Dinex STAR LED Headlight system with Sound Alert (Low Beam Only)
$321.00
AUXILIARY EXTERIOR LAMPS
BASE
(2) Red LED Brake Lamps Mounted to Bottom of HVAC Door
BASE
BASE
(2) Red LED Brake Lamps Mounted at Upper Corners of HVAC Door
BASE
7" Tail Lights IPO 4"
$0.00
(1) Red LED "STOP" Sign Mounted to Bottom of HVAC Door
$434.00
(2) Amber LED Turn Lamps Mounted to Top of HVAC Door
$100.00
BASE
(1) Triangle Style Amber LED Yield Sign Mounted on Streetside of HVAC Door
BASE
Delete Triangle Style Amber LED Yield Sign Mounted on Streetside of HVAC Door
($550.00)
(2) Additional Turn Signals Mounted on each Side of Bus (total 4 per side)
$115.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 6
Colorado Mountain Purchasing Consortium
Base Equipment and Alternatives
Price Sheet
Project # CMPC- I5- LTB -RFP
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 7
PLEASURE RADIO
BASE
REI AM /FM /CD /MP3 - USB /SD PLAYER,
BASE
Delete REI AM /FM /CD /MP3 - USB /SD PLAYER,
($350.00)
COMMUNICATION RADIO SYSTEM
BASE
Motorola APX Series
BASE
Motorola APX Series
($4,500.00)
Customer Specific 2 -Way Radio System
Quote to Spec
PUBLIC ANNOUNCEMENT SYSTEM
BASE
PA via Clever Devices ITS System
BASE
Clever Devices Speak Easy II
$1,140.00
INTELLIGENT VEHICLE SYSTEM
(On -Board Hardware Only)
BASE
Clever Devices IVN3 Complete ITS System Per Spec
BASE
Delete Clever Devices IVN3 Complete ITS System
($30,000.00)
AVAIL ITS System (Budgetary)
Quote to Spec
INIT ITS System (Budgetary)
Quote to Spec
Trapeze Transit Master ITS System (Budgetary)
Quote to Spec
Xerox ITS System (Budgetary)
Quote to Spec
Stand Alone UTA APC System (Does not include software or service fees)
$6,174.00
Customer Specified ITS System
Quote to Spec
DESTINATION SIGNS
BASE
Luminator Horizon SMT 100% Amber LED Front & Curbside Signs
BASE
Twin Vision 100% AMBER LED Front & Curbside Signs
$0.00
Twin Vision Silver Series 100% LED Front, Curbside, & Rear Run Signs
$938.00
Hanover 100% AMBER LED Front & Curbside Signs
($896.00)
Add Luminator or Twin Vision Amber LED Rear Run Sign
$980.00
Add Hanover Amber LED Rear Run Sign
$906.00
Heated /Defroster for Front Sign Glazing
$214.00
White LED Signs
Quote to Spec
FARE COLLECTION
BASE
GFI Odyssey
BASE
Delete GFI Odyssey
($15,881.00)
GFI Fast Fare
Quote
Diamond Model H with Spare Vault
$2,600.00
Diamond Model SV with Spare Vault
$1,601.00
Main T1 with Spare V1 Vault in Standard Paint Color
$938.00
Main M4 with Spare V4 Vault in Standard Paint Color
$840.00
Main SL5 with Spare V5 Vault in Standard Paint Color
$2,181.00
Denominator Manual Passenger Counter (Rows X Tallies X $32)
Farebox Guard
$187.00
Globe 60090 Transfer Cutter (each)
$63.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 7
Colorado Mountain Purchasing Consortium
Base Equipment and Alternatives
Price Sheet
Project # CMPC- I5- LTB -RFP
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 8
FLOORING
BASE
Green Wood Plywood with Altro Transflor
BASE
RCA Rubber
($400.00)
Full Composite Flooring
$2,500.00
ROOF HATCHES
BASE
Transpec Manual Hatch at Front and Rear Position
BASE
Delete Transpec Manual Hatch at Forward Position
($250.00)
Upgrade Hatch to Transparent Skylight Hatch (per position)
$103.00
ELECTRICAL / MULTIPLEXING
BASE
1/0 Controls, Dinex G3 System
BASE
Cole Hersee #12063 Electrical Tow Connector
$168.00
DRIVERS SUN SHADES
BASE
Roller Style with Pull String Release
BASE
FIRE SUPPRESSION & METHANE DETECTION
BASE
Amerex V25 System Fire Suppression
BASE
BASE
Amerex Safety -Net Fire Suppression & (4) Sensor Methane Detection (CNG only)
BASE
Delete Fire Suppression (Diesel Only)
($1,800.00)
SURVEILLANCE CAMERA SYSTEMS
BASE
UTC Penta, (8) Color Cameras, DVR & Audio
BASE
Delete UTC Penta, (8) Color Cameras, DVR & Audio
($6,941.00)
Seon Explorer TX8, (8) Color Cameras, DVR & Audio
Quote to Spec
Apollo Road Runner, (8) Color Cameras, DVR & Audio
Quote to Spec
Transit Solutions, (8) Color Cameras, X -DMR8 DVR & Audio
Quote to Spec
REI HD8000, (8) Color Cameras, DVR & Audio
Quote to Spec
Safety Vision SVR 4108, (8) Color Cameras, DVR & Audio
Quote to Spec
Engine Compt SWAT Switch
$275.00
BICYCLE RACKS
BASE
Sportworks DL2, Two Bikes, Stainless Steel
BASE
Sportworks DL2, Two Bikes, Black Powdercoated
($269.00)
Delete Sportworks DL2, Two Bikes, Stainless Steel
($880.00)
Bike Rack Deployed Indicator Lamp on Driver's Dash
$30.00
Mounting Brackets and Pivot Plate Only
$253.00
Bike Rack Mounted Advertising Frame, 21" X 40"
$274.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 8
Colorado Mountain Purchasing Consortium
Base Equipment and Alternatives
Price Sheet
Project # CMPC- I5- LTB -RFP
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 9
SAFETY EQUIPMENT
BASE
Fire Extinguisher and Safety Triangle Kit
BASE
BASE
Twenty Four Unit First Aid Kit
BASE
Blood Born Pathogen Kit
$35.00
Wheel Chocks (per set)
$35.00
DRIVER'S DASH
BASE
Air Pressure & Speedometer
BASE
BASE
Diesel Exhaust Fluid (Required for Diesel and Hybrid)
BASE
Additional Gauges (each)
$50.00
BASE
Diesel Gauge Included in Fuel Section
BASE
I/O Multi Function Display (MFD)
$3,258.00
12v Power Port
$110.00
Big Gulp Cup Holder
$35.00
Euramatic Folding Style Cup Holder
$25.00
Trash Bag Holder
$75.00
ACCELERATOR / BRAKE FOOT CONTROLS
BASE
Kongsberg Adjustable Throttle / Brake Pedal
BASE
Williams Controls 45degree Throttle Pedal (non adjustable)
($795.00)
PAINT /DECALS
BASE
Three Paint Passes
BASE
Add /Delete Each Paint Pass
$941.00
Clear Coat
$850.00
BASE
Basic Non - Reflective Exterior Logo Decals
BASE
Delete Basic Non - Reflective Exterior Logo Decals
($3,378.00)
Custom Paint and /or Decal Design
QUOTE
Gillig Provide Design Services for Paint/Decal Layout
$500.00
ROOF NUMBERS
BASE
None
BASE
Roof Numbers (Up to Four 24" High Decals)
$125.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 9
Colorado Mountain Purchasing Consortium
Base Equipment and Alternatives
Price Sheet
Project # CMPC- 15- LTB -RFP
PASSENGER WINDOW OPTIONS
30'
35'
40'
Dura Hidden Frame /Bonded - Transom
BASE
BASE
BASE
Dura Standard Frame, Safety Glass - Transom
(1�11,3 54.00)
(1�11,942 00)
(12,447 00)
Dura Hidden Frame /Bonded - Full Fixed
Quote
Quote
Quote
Dura Standard Frame, Safety Glass - Full Fixed
Quote
Quote
Quote
Add Thermo Guard to Dura Standard Frame
Quote
Quote
Quote
Add Thermo Guard to Dura Hidden Frame /Bonded
Quote
Quote
Quote
INTERIOR LIGHTING OPTIONS
30'
35'
40'
Pretoria LED Lighting System w /Reading Lamps
BASE
BASE
BASE
Delete Reading Lamps
(IMO .00)
(IMO )
(IMO )
Dinex - LED Lighting System w /out Reading Lamps
N "Il l" . 0)
N "Il l" )
EN "'ll0 )
Pretoria LED Lighting System w /out Reading Lamps
(IMO 00)
(ICmO )
(IMO )
Open Bottom Racks - Full Length
$6,762.00
$11,266.00
$13,695.00
Suburban Package Rack
$10,082.00
$11,663.00
$13,809.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 1
Colorado Mountain Purchasing Consortium
Diesel Trolley Equipment and Alternatives
Price Sheet
Project # CMPC- 15- LTB -RFP
TROLLEY PACKAGE OPTIONS
Base 30'
30'
35'
40'
Base Package (Diesel)
$61,494.00
$69,106.00
$77,061.00
Roof Cupola Assembly
INCLUDED
INCLUDED
INCLUDED
Solid Brass SF Cable Car Bell
INCLUDED
INCLUDED
INCLUDED
Exterior Wood Like Trim Installed On: Cupola,
Interior Vinyl Seat Cushions
Front & Rear Overhang Eaves, Arches, Window
1 $3,881.00
1 $4,363.00
Mullions, Window Sills, Rub Rails, Skirt Panels,
INCLUDED
INCLUDED
INCLUDED
Front & Rear Door, Front & Rear Bumper.
Reference Layout.
Interior Trim Includes Solid American White Oak
Trim on: Ceiling Panel Strips, Window Tops &
Sills, Overhead Passenger Light Panels, Driver's
INCLUDED
INCLUDED
INCLUDED
Dash Area.
Vintage Style Vinyl Graphics: Cupola Window &
Exterior Window Graphic Motifs, Standard Gold
Vinyl Pinstriping, Exterior Graphics Banner
Package, Interior Graphics Banner at Rear 1/0
INCLUDED
INCLUDED
INCLUDED
Enclosure, Exterior Bus Numbers, Gold Battery
Disconnect Decal. Reference Layout
Cow Catcher
$3,036.00
$3,036.00
$3,036.00
Roof Accent LED Rope Lighting
$3,036.00
$3,149.00
$3,261.00
Front Center Trolley Light
$594.00
$594.00
$594.00
Exterior Roof Mounted Sign Boards (CS & RS)
$3,624.00
$3,624.00
$3,624.00
Front Roof Hatch Accomodations
$794.00
$794.00
$794.00
WOODEN TROLLEY PASSENGER SEAT OPTIONS
Base 30'
Base 35'
Base 40'
(26) Passengers
(32) Passengers
(38) Passengers
Vintage Style Trolley Seating; Solid American
White Oak Milled Wood Slats, Bull Nose Top &
$9,817.00
$8,147.00
$8,209.00
Bottom Roundover Edges.
Interior Vinyl Seat Cushions
$3,374.00
1 $3,881.00
1 $4,363.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 1
GILLIG LLC
MARCH 19, 2015
COLORADO MOUNTAIN PURCHASING CONSORTIUM
TRAINING OPTIONS /PRICING
GILLIG Provided Training
(24) hours of Maintenance up to (10) students $5,000.00
(24) hours of Electrical up to (10) students $5,000.00
(24) hours of Parts & Support Familiarization up to (10) students $0.00
Component Supplier Provided Training (Tuition OnI
(40) Hours of Cummins Engine $1,750.00 per student
(32) Hours of Allison Transmission $1,400.00 per student
(8) Hours of Luminator Signs up to (12) Students $0.00
(24) Hours of Thermo King HVAC up to (10) Students $250.00 per student
(8) Hours of Lift -U Ramp up to (12) Students $0.00
GILLIG Training DVD's
(1) Complete set of GILLIG Training DVD's $0.00
GILLIG LLC
COLORADO MOUNTAIN PURCHASING CONSORTIUM MARCH 19, 2015
RECOMMENDED TOOLS LIST
DIESEL AND CNG LOW FLOOR
LAPTOPS
82- 19526 -000 COMPUTER, LAPTOP DELL $ 1,470.24
82- 19526 -001
LAPTOP, TOUGHBOOK CF31
$
4,281.27
CUMMINS TOOLS
82- 17098 -XXXXX
82- 23481 -003
SOFTWARE, INSITE LITE SUBSCRIPTION
KIT, DATALINK ADAPTER
$
$
710.00
1,119.00
ALLISON TOOLS
82- 64140 -000
82- 63714 -002
SOFTWARE, ALLISON DOC 11.0.1 DOWNLOAD
KIT, WIRELESS /USB TRANSLATOR, ALLISON
$
$
707.00
1,143.00
ABS TOOLS
82- 24262 -000
WABCO SOFTWARE, ABS TOOLBOX
$
479.00
LUMINATOR SIGN TOOLS
82- 40732 -000
82- 63118 -000
SOFTWARE, IPS PROGRAM
STICK, USB MEMORY (BLANK)
$
$
500.00
70.00
HVAC TOOLS
82- 58779 -001
TOOL, INTELLIGARE III,SMART PAC
$
1,231.00
1/O TOOLS
82- 40737 -004
82- 40737 -001
82- 40737 -003
82- 40737 -005
MODULE, CIRCUIT TESTER **
MODULE,PROGRAM LOADER CHARGER **
MODULE, ID WRITER /VERIFICATION **
MODULE, DIAGNOSTIC TOOL FOR USB **
$
$
$
$
2,165.00
1,273.00
349.00
572.00
II������IrIrr��rJJ �v imp _
All the following general comments and clarifications may not apply to _your specific
procurement, but they are included so as to avoid misunderstandings, so they should not be
construed as making this a conditional bid. These comments do not change the quoted
pricing for the initial order and build.
TAX/F'EE STATEMENT
The prices quoted for this procurement are for the specified deliverables only and exclude
(unless specifically noted by buyer or seller) any Local, City, County, State, Franchise or
Income or Value Added(VAT) taxes, tariffs, fees, business licenses, or other licenses, that
may need to be paid as part of the performance of this contract, or any option of it. If any
additional fees are required, they will be noted and added to the appropriate invoice.
PAYM ENT
All Prices are in U.S. Dollars and payments are only accepted on U.S. bank checks or via
electronic funds transfers, (no credit, debit or bank cards) and any applicable transaction fees
would be the responsibility of the buyer.
EAUSSIDNS AND OTHER REGULATED DR MANDATED CHANGES
The prices quoted for the initial build quantity are for vehicles meeting all applicable Federal
and State regulations (including EPA, CA..RB, or NHTSA requirements) currently known to
be in effect at the time of delivery of those vehicles. Changes caused by or related to
future regulations, any subsequently enacted regulations, or technologies necessitating
revisions from the currently proposed vehicle configuration (e.g. component
change /availability due to emission or other regulations, requirements or mandates), may
require a price adjustment, which would be subject to negotiation and agreement by both
Gillig and the buyer. This latter statement applies to future builds only that may need to use
different components or currently unknown or unavailable technology, to meet regulations or
requirements in effect at the time(s) of those optional deliveries(e.g. costs or technologies to
meet 2017 emission requirements are currently unknown).
OPTIONAL BUILD PRICING
Most bids include a PPI adjuster to determine pricing for future builds, and this is to clarify
that bus pricing for such future build quantities may be different from the PPI adjusted price
because of the above regulated/mandated changes and/or due to customer initiated change
notices.
GILLIG LLC
By /
JOST PH POLICARPIO
TITLE VICE PRESIDENT
DATE MARCH 19, 2015
1!18%2007(2 -13)
GILLIG LLC
LOW FLOOR TRANSIT COACH
STANDARD LIMITED WARRANTY & EXTENDED COVERAGE
FOR
COLORADO MOUNTAIN PURCHASING CONSORTIUM — MARCH 23, 2015
GILLiG LLC warrants to the original purchaser, that its transit coaches, save and except for those major component
assemblies and other parts described below which are separately warranted by their respective manufacturer's
(OEM's), will be FREE FROM DEFECTS IN MATERIAL AND WORKMANSHIP UNDER NORMAL USE
D SERVICE, for the distance or time periods specified in the attached, and agrees to REPAIR or REPLACE the
defective parts AT NO COST TO THE PURCHASER. This is a limited warranty subject to the provisions stated
below and is referred to as GILLIG's Standard Limited Warranty.
This warranty DOES NOT COVER malfunction or failure resulting from the purchaser's or its agents or employees
alteration, misuse, abuse, accident, neglect or failure to perform normal preventive maintenance as outlined in
GILLIG's Service Manual, nor does it cover components or assemblies not originally provided by GILLIG. Further,
this warranty DOES NOT APPLY to normal replacement items such as light bulbs, seals, filters or bushings, nor to
consumable items such as belts, tires, brake linings or drums.
GILLIG DOES NOT WARRANT some major component assemblies (such as the engines, transmissions and air
conditioning systems) which are warranted by their respective manufacturers (OEM's) and identified as Category 3
items on page three (3) of this Warranty. Warranty coverage for these items is as defined in those manufacturer's
own warranty documents and per their terms and conditions, and as administered by their own support networks.
GILLIG makes NO OTHER WARRANTIES, except as stated herein, and GILLIG's obligation under this warranty
is LIMITED AND FULLY DESCRIBED HEREIN. Determination of warrantable defects is at GILLIG's (or the
OEM's) discretion and will require inspection of failed components. Correction or compensation under this warranty
for Category 1 and Category 2 items cannot be made unless requested on a GILLIG Application for Warranty Claim
form and in accordance with the claim procedure established by GILLIG.
THIS WARRANTY IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTY EXPRESSED OR IMPLIED,
but if such has legal status, it CANNOT EXCEED THE DURATIONS STATED HEREIN. This warranty gives
the purchaser specific legal rights and some state statutes may include other rights.
This is GILLIG's sole warranty with respect to its transit coaches. GILLIG MAKES NO OTHER WARRANTY
OF ANY KIND WHATEVER, EXPRESS OR IMPLIED; AND ALL IMPLIED WARRANTIES OF
MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE WHICH EXCEED THE
AFORESAID OBLIGATION ARE HERE, BY DISCLAIMED BY GILLIG AND EXCLUDED FROM THIS
AGREEMENT.
Standard & Extended
Revised: 2/14/14
Page 1 of 4
GILLIG LLC
LOW FLOOR TRANSIT COACH
STANDARD LIMITED WARRANTY & EXTENDED COVERAGE
FOR
COLORADO MOT TNTAIN PURCHASING CONSORTIUM —MARCH 23,201
GILLIG's Standard Limited Warranty which covers Category 1 and Category 2 parts, components and
assemblies, covers the following systems, components or assemblies for the period specified, and includes
100% PART S AND LABOR to repair or replace the defective components as determined by GILLIG. (See
Page 3 for explanation of notes (1) -(7).)
Includes GILLIG manufactured or assembled components and systems as well as some purchased assemblies,
Warranty and warranty claims administration provided by GILLIG.
Coverage Period (1)
Months Miles
FULL COACH WARRANTY (2) (3) (7) 12 50,000
BODY STRUCTURE WARRANTY (4) 36 150,000
CORROSION & STRUCTURAL
INTEGRITY WARRANTY (5) 144 500,000
Includes major components purchased and installed by GILLIG. Warranty provided by component OEM's.
Warranty claims administration provided by GILLIG.
AXLE
Meritor Front Steering 24 Unlimited
Meritor Rear Driving 24 Unlimited
BRAKE SYSTEM
(Excludes Friction Material)
Bendix Valves 24 100,000
Meritor Brakes 24 100,000
RADIATOR & CHARGE AIR COOLER
MODINE 24 100,000
Standard & Extended
Revised 2114/14
Page 2 of 4
GILLIG LLC
LOW FLOOR TRANSIT COACH
STANDARD LIMITED KT N E COVERAGE
FOR
COLORADO MOUNTAIN PURCHASING CONSORTIUM — MARCH 23, 2015
Major components listed below under "Category 3" are covered by warranties or extended coverages(), for the
miles and/or months indicated, provided by the manufacturer (OEM's) ofthose components. Purchasers should
refer to specific OEM warranty documents for details. Warranty claims are and will be administered by the
respective manufacturers (OEM's) and all warranty claims must be made directly to said manufacturers.
GILLIG will assist purchasers in dealing with these OEM's and warranty issues that may arise from time to
time.
CATEGORY 3
Covera>e Period (1)
Months Miles
ENGINE (7)
Cummins ISL 280, ISL -G 24 Not applicable
ENGINE ACCESSORIES
Delco Starter
36
350,000
Niehoff Alternator
24
Unlimited
TRANSMISSION
Allison B40OR
24
Unlimited
AIR CONDITIONING SYSTEM
Thermo King
24
Not applicable
WHEELCHAIR RAMP
Lift -U LU -18
24
Unlimited
EMISSIONS CONTROL SYSTEMS
60
250,000
VIDEO SURVELLANCE SYSTEM
24
100,000
DOOR SYSTEM
Vapor
12
100,000
NOTES
(1) Coverage ceases at the first expiration of the time or distance noted.
(2) Full coach warranty includes and applies to electrical, doors, seats, flooring, roof hatches, destination signs,
wheelchair ramp, handrails, radio, P.A., etc., but not to IVS systems or special options.
(3) Fleet defect coverage is for a maximum of 12 months or 50,000 miles and includes all components and
assemblies on the vehicle.
Standard & Extended
Revised: 2114114
Page 3 of 4
(4) Basic body structure warranty includes and applies to structural members in the body and undercarriage
including the structural members in the suspensions.
(5) The corrosion and structural integrity guarantee covers against a significant loss of structural integrity of the
assembly or its functional performance, resulting from a pertinent loss of cross - section due to corrosion caused
by normal environmental elements but excludes corrosion caused by aggressive road de -icers such as Magnesium
Chloride or equivalents, unless Gillig approved preventative measures are taken (see Service Manual).
(6) Extended coverage may not duplicate Standard Limited warranty coverage. Note: Please refer to OEM warranty
documents for details.
(7) Use of non -ASTM biodiesel blends from non- BQ9000 suppliers in excess of B20 may void the engine
manufacturer's warranty on fuel related components, and also may void warranties of hoses, seals and fittings
in contact with the fuel,
Standard & Extended
Revised: 2114114
Page 4 of 4
PACKAGE 2: PRICE PROPOSAL
4. Form for Proposal Deviation, if applicable.
GILLIG wishes to advise that there are no deviations that require any price adjustments.
GILLIG has made a diligent and complete review of the CMPC's invitation to bid, insofar
as it is possible, all issues have been addressed.
PACKAGE 2: PRICE PROPOSAL
5. Explanation of Method for Price Adjustments of Base Pricing Proposed.
Because the CMPC member agencies will be ordering vehicle configurations
that will vary from the base RFTA vehicle specified in Section 6, Proposer is to
describe and document the process for transparent non - cardinal change price
adjustments to the base price proposed to justify a fair and reasonable price
when modifying orders to accommodate various CMPC member needs.
GILLIG has quoted the vehicle configurations requested in the proposal along with
options pricing for various components.
GILLIG can quote on request additional non - cardinal change price adjustments to the
base price for the CMPC review and approval prior to modifying orders based on CMPC
member needs.
In compliance with your specifications, Subject to the CMPC's right to order
modifications, any vehicles purchased under assignment shall have the same
specifications as the vehicles purchased under this Contract.
The price of the vehicles for purchase after the first contract year (2016 -2020) shall be
the unit price of the 2015 ( "Base Order Price ") vehicles, adjusted by multiplying the
base order price by the following fraction:
Latest Published Preliminary Index Number Prior to Notice of Order of
Indentified Quantity(ies) in Year 2016 -2020 / Index Number on Effective
Date of the Contract
The Index shall be the Producer Price Index for Truck and Bus Bodies, Series No.
1413, published by the United States Department of Labor, Bureau of Labor Statistics,
or if such Index is no longer in use, then such replacement that is most comparable to
the Index as may be designated by the Bureau of Labor Statistics, or as agreed by the
parties.
PACKAGE 2: PRICE PROPOSAL
5. Explanation of Method for Price Adjustments of Base Pricing Proposed.
Because the CMPC member agencies will be ordering vehicle configurations
that will vary from the base RFTA vehicle specified in Section 6, Proposer is to
describe and document the process for transparent non - cardinal change price
adjustments to the base price proposed to justify a fair and reasonable price
when modifying orders to accommodate various CMPC member needs.
GILLIG has quoted the vehicle configurations requested in the proposal along with
options pricing for various components.
GILLIG can quote on request additional non - cardinal change price adjustments to the
base price for the CMPC review and approval prior to modifying orders based on CMPC
member needs.
In compliance with your specifications, Subject to the CMPC's right to order
modifications, any vehicles purchased under assignment shall have the same
specifications as the vehicles purchased under this Contract.
The price of the vehicles for purchase after the first contract year (2016 -2020) shall be
the unit price of the 2015 ( "Base Order Price ") vehicles, adjusted by multiplying the
base order price by the following fraction:
Latest Published Preliminary Index Number Prior to Notice of Order of
Indentified Quantity(ies) in Year 2016 -2020 / Index Number on Effective
Date of the Contract
The Index shall be the Producer Price Index for Truck and Bus Bodies, Series No.
1413, published by the United States Department of Labor, Bureau of Labor Statistics,
or if such Index is no longer in use, then such replacement that is most comparable to
the Index as may be designated by the Bureau of Labor Statistics, or as agreed by the
parties.
kii LUM/Jr/I W,
00
§ -% \� ƒ
H
In
EM
ar
I mo
/v!✓
am 1 uw 1 l ,
,,
/ �7" ,w�J�
G �✓
muu�
�f�
WFfjr
7 /r' /
% /J�1j"I
� i
�
/6/%
m
�
',
�F
Il
roo iliu
All
/ nF„ al�rs
epryp
WF
RE,
Ci
a
ll
rx
10 'j,
vs
cr ci
ca h T3
al
X)
1'.
D
uO
Nook
,rD rim
YW
Q 6
1� J7
2 T
o w
u7 r
ti
V1, ti
ID
I r,5 a
1
(5 " - f, rn
I
L_
W
cu
:3
(Y
_0
c
CCU
CCOU)
u
.�4
4)
CAB
ci
0
L_
CL
nu
, 0Z
6 "
"n
NS
17 10
L
10
�5 a
C)
M
pd
r- o
IV,
m M 11 0 0
I
71 rz -t a)
'7
o c 0)
c
CD C7 'i '5
L)
E E
o,
ai
03
2D E
0 0
T c
a 2
C'
a)
17
75
CS
'6 n wr
o- 0
0
it
ID
c E
0
C,
(c,
o
0
_0
"D
LU
Z
C) 7-1 (T 11
6 t:
C)
<
<
"D,
m
3
S
r" 0
T
c-.
I
m
0
0 m
E�
0)
z
0 Q'
o I
w
IL
o
- CS
'.)
(, " -
B
0
1�
,
. E t
Ei (13
c
F,
Lu
,
a
w
t
uj
".I:
G
1)
11; 0 as CD
-6)
cc
g
Lu 7j
>
_1
11
> _j
LU
-1 V
LU
_j
_j E
Ex L
Lu
J) 2 c
C) H 0
Lu
w 3 a)
A,
wm
W
0
o
x
Z5
&
�5 0
A
c M
Lu 0) E
L_
W
cu
:3
(Y
_0
c
CCU
CCOU)
u
.�4
4)
CAB
ci
0
L_
CL
nu
, 0Z
6 "
"n
NS
17 10
L
10
�5 a
C)
M
pd
r- o
IV,
m M 11 0 0
I
I
m
C)
U�
CD
ID
n in fCT
Q
o
C:
4,3
c,
-11
S 0
m
C)
ny
J
23
>
rl c) z
ca cu
E R
4�
r LL
'�
W
0
fib
m
Cy
2
0
Cc)
W Cy cf
E
w
o
0
>
0 11 C
0
ti
Q,
N viJ &W 10,
0 ?5
m
C)
U�
CD
ID
n in fCT
Q
o
C:
4,3
c,
-11
S 0
C)
ny
lo
23
>
rl c) z
ca cu
0
2
W Cy cf
CU
o
0
>
0
ti
Q,
N viJ &W 10,
m
C)
U�
CD
ID
SUIP'P'OlRT FOR LIFE -THE GILLIG WAY
GILLIG was founded In 1890 with a commiitmient to
customer satisfaction and value. That commitment
continues today. We still have tirne far trust and
friendships and those "old-fashioned" values Of
honor, integrity, and giving our best.
Our continuous improvement program Is heavily
influenced by custorner input and our products are
defined by years of experience and customer focus
g�rolups. Development prograrns include input from
suppliers, employees, and Industry trends — all so
we can continue to bring you the best now and In
the future.
ULLIG buses are proudly made in Arnerica by
dedicated' Americans —recycling your tax dollars
and generating more tax revenue funding for you.
American buses are technology leaders: they have
the cleanest engines and were the first to
incorporate multiplexing, CAPS, lVS,, and hybrid
technologies. Buying American buses provides
you with the blest product, backed by local
accountability and suppolrt. Promoting domestic
jobs helps to strengthen our nation. You get great
buses from GILLIG and keep America working!
RUN -,.,a,,,,, "
2 58,00 Clawiter Road I Hayward, CA94545 1 510.785.1500 1 www.gillig.corn
A special meeting of the Board of Directors of Henry Crown and Company, a Delaware
corporation (the "Company"), was held at 222 N. LaSalle Street, Chicago, IL 60601, on January
4, 2013. All of the Directors, namely Lester Crown, A. Steven Crown, James S, Crown, William
H, Crown, and Charles H. Goodman, were present either in person or by phone. William H,
Crown acted as Chairman of the meeting and David M. Rubin acted as Secretary of the meeting.
The Chairman stated that the purpose of the meeting was the appointment of officers for
Gillig LLC and Arkay Acquisition LLC in the Company's capacity as Manager of each entity.
Upon motion duly made, seconded and unanimously carried, the following resolutions were
adopted:
Gillia LLC
RESOLVED, that effective January 1, 2013, the officers of Gillig LLC
are set forth below and such persons shall serve in the capacities set forth opposite
their names until the carlier of their removal, replacement, or resignation:
DENNIS L. HOWARD
DEREK MAUNUS
STEPHEN G, BENDER
STEVEN HASSON
PAMELA MCKENNA
CHARLES E. O'BRIEN
JOSEPH POLICARPIO
GREG VISMARA
DAVID M. RUBIN
JOHN J. SOBo,rA
BRIAN B. GILBEXr
Chief Executive Officer
President
Vice President -Finance and Treasurer
Vice President - Manufacturing
Vice President - Human Resources
Vice President - Aftermarket Pails
Vice President - Sales and Marketing
Vice President - Engineering
Vice President, General Counsel and Secretary
Vice President and Assistant Secretary
Assistant Secretary
FURTHER RE SOI,VED, that any person previously serving Gillig LLC
in the capacity of an officer and not otherwise appointed pursuant to the -foregoing
resolution be and is hereby removed from such office with immediate effect.
FURTHER RESOLVE D, that the above named officers are hereby
authorized to execute any and all documents for and on behalf of Gillig LLC
which are required in its usual and ordinary conduct of the business, including,
but not limited to, Bid Documents, Sales Contracts, Purchase Contracts, Lease
Purchase Agreements, and any and all assignments to such Lease Purchase
Agreements, together with any documents which may be or become necessary to
support such transactions of Gillig LLC.
iuumumumum
LLIII
uuumuu
F-I.-I
cn
Vi umm
cn
uuviuviuviuviuvi�
iuviuviuviuvi
W
uuviuviuviuvuu
O
a)
'�
uumumumuum
TT
T
00
^
L
uvi iuviuvu
.�
�
o
M
O
cn
o
M
>,
U
a-
C/)
o
L
o
U
m
E
U a,
o
Q
' (/�
O
Q
U) E
o
0
M
N
U
M
(D
C
j
LL
O
m
' L
o
o
'�
m
.�
_m
E
�
O
O �
00
},
'o
O
(�
U
�
0
�-
cn
>'
0
},
. _
W
o
o
O
L
E
QL
O
>,
o
4-0 m
a)
a)
c:)
>
40
U)
—�:
Q
LZ
CY)
Q
N
ti
se
=
O
n
E
U
iuumumumum
LLIII
uuumuu
F-I.-I
Vi umm
uuviuviuviuviuvi�
iuviuviuviuvi
uuviuviuviuvuu
uumumumuum
V♦
uvi iuviuvu
nC
W
uvi iuviuvu
N
cn
o
o
cn
cn
U a,
o
L
U
Q
U) E
o
0
M
�
U
N
m
4
�
' L
cn
L
cn
cn
'�
0 �
.�
E
�
�
O �
00
},
'o
O
(�
o
'cn
0
�-
cn
o
>,,.o
E
QL
a)
>,
Q
N
ti
se
=
O
E
w
GILLIG SUPPORTS AMERICAN JOBS
Gillig LLC is a privately owned American manufacturer of heavy duty low floor transit buses
located in Hayward CA. and is the leading supplier of heavy duty transit buses in cities
throughout the United States. 100% of Gillig's manufacturing process is completed in America
by American workers, who in turn reinvest those tax dollars back into the American economy to
help strengthen our nation and support American jobs. This is not a new practice for Gillig, we
have been manufacturing transportation equipment in America for over 125 years and we are
proud to be part of the solution to build our nation's economy and be a strong supporter of
American jobs.
✓ 100% of Gillig employees live in the U.S.
✓ 100% of Gillig employees pay U.S. taxes
✓ Your tax dollars get recycled into the U.S. economy
GILLIG DOMESTIC SPEND ANALYSIS
LJ s
a�uaaood
..........
COLORADO MOUNTAIN PURCHASING CON
MARCH /I;
TABLE OF CONTENTS
• COVER LETTER, AUTHORITY TO SIGN FOR GILLIG
Historical Overview
Gillig Supports American Jobs
• TABLE OF CONTENTS
• QUALIFICATIONS
1. Cer 10. Pre -Award Evaluation Data Form
1) Schedule one and two — Current Contracts
• Customer Reference List
• Gillig Low Floor Customer List — DIESEL
• Gillig Low Floor Customer List — CNG
2) Schedule four — Financial Statements
3) Schedule five — Gillig Manufacturing Information
2. Financial Statements
3. Letter for Insurance
4. Service, Warranty and Engineering Support
5. Manufacturing Facility
6. Cer 11. Contractor Service and Parts Support Data
7. Quality Assurance
8. References
9. Cer 12. Proposal Form
10. Cer 13. Acknowledgement of Addenda
11. Federal Certifications - Signed
• Buy America Certification
❖ Gillig Pre -Award Buy America Certificate
❖ Gillig Federal Motor Vehicle Safety Standards Certification
❖ Gillig FMVSS Decal Data Plate
• Debarment and Suspension Certification for Prospective Contractor
• Debarment and Suspension Certification (Lower -Tier Covered Transaction)
• Non - Collusion Affidavit — Notarized
• Lobbying Certification
• Certificate of Compliance with Bus Testing Requirement
❖ Gillig Bus Test Certification
• DBE Approval Certification and TVM Certification
❖ Gillig Disadvantaged /Minority Business Enterprise (DBE /MBE)
Certification
❖ Gillig Transit Vehicle Manufacturer (TVM Certification)
• Federal Motor Vehicle Safety Standards
❖ Gillig FMVSS Decal Data Plate
• Certification of Compliance with the Americans with Disabilities Act of 1990
f 3 VV (II ,, %
Our best reference is our reputation of satisfying our customers with excellent products
and services. We have listed below a number of our customers, as representative
references to our company's experience and capabilities and who can attest to
GILLIG's commitment to customer satisfaction and support.
San Diego (MTS), CA
Bill Spraul
Chief Operating Officer
619 - 238 -0100 Ext. 6400
Bill.spraul @sdmts.com
Stockton (San Joaquin RTD), CA
Donna DeMartino
General Manager
209 - 948 -0645
ddemartino@sanj*oaquinrtd.com
San Mateo County (SamTrans), CA
Chuck Harvey
Chief Operating Officer
650 -508 -7720
harveyc @samtrans.com
St. Paul (Metro Transit), MN
Jan Homan
Chief Operating Officer
612 - 349 -7514
J an.homan @metc. state.mn.us
Louisville (TARC), KY
Barry Barker
Executive Director
502 -561 -5100
bbarker@n*detarc.org
Albany (CDTA), NY
Cann Basile
Chief Executive Officer
518- 437 -8310
carmb @cdta.org
Richmond (GRTC), VA
Charles Mitchell
Operations Manager
804 - 358 -3871 Ext. 320
cmitchell @ridegrtc. com
Jacksonville (JTA), FL
Lisa Darnall
Vice President, Transit Operations
904 -630 -3181
ldarnall @jtafla.com
Roanoke (Valley Metro), VA
John Thompson
Maintenance Manager
540- 982 -0305
j ct 1 @valleymetro. com
Portland (Tri -Met), OR
Greg Haley
Procurement Project Manager
503- 962 -3327
haleyg @trimet.org
Contra Costa County(CCCTA), CA
Scott Mitchell
Director of Maintenance
925- 676 -1976
Mitchell @cccta.org
wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww� uu�i�i� III�III 1111�11�11 uuuuiuu���
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
AC TRANSIT
37
40X102
APRIL 2013
10626 INTERNATIONAL BLVD.
182154 - 182190
OAKLAND, CA 94603
27
40X102
MAY 2013
STUART HOFFMAN
182191 - 182217
510 -577 -2577
16
40X102
OCT. 2013
183351- 183366
38
40X102
MARCH 2014
183367 - 183404
AUG 2014
68
40X102
183405- 183472
ADVANCE TRANSIT. INC.
8
35X102
JULY 2004
PO BOX 1027
73695 -73702
WILDER, VT 05088
3
35X102
DEC. 2007
VAN CHESNUT, EXEC. DIR.
78667 -78669
802 - 295 -1824 X 16
CITY OF ALBANY
APRIL 2005
PO BOX 480
1
40X102
73313
ALBANY, OR 97321
DEC 2014
EDNA CAMPAU, TRANSIT COORDINATOR
1
40X102
183019
541- 917 -7606
1
35X102
183109
ALBANY TRANSIT SYSTEM
NOV. 2006
712 FLINT AVE.
2
29X102
91171 -91172
ALBANY, GA 31701
JAN. 2008
NEDRA WOODYATT, GM
2
29X102
91476 -91477
229 - 431 -2824
SEPT. 2009
1
29X102
91798
ALLEN COUNTY RTA
JULY 2009
200 E. HIGH ST., STE 2A
1
29X102
91430
LIMA, OH 45801
2
35X102
176678 -679
SHEILA SCHMITT, GM
MARCH 2013
419 - 222 -5745
2
35X102
182478 - 182479
AUG 2014
1
35X102
182079
1
29X102
92750
ALLISON TRANSMISSION DIVISION
1
40X102
DEC. 01
PO BOX 7120
72257
INDIANAPOLIS, IN
1
40X102
MAY'04
CHRIS COLLIER, SALES MGR
73449
317 - 915 -2764
1
40X102
JULY 2006
77533
3/20/2015 1 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
ALTOONA METRO TRANSIT
3301 FIFTH AVE.
ALTOONA, PA 16602 -1801
ERIC WOLF, GM
814 - 944 -4074
AMERICAN UNIVERSITY
4400 MASSACHUSETTS AVE. NW
WASHINGTON, DC 20016 -8057
ALFEF WORKU, SHUTTLE OPS & MAINT MGR
202 - 885 -2650
AMES, CITY OF
1706 W. 6TH ST.
AMES, IA 50010
SHERI KYRAS, TRANSIT DIRECTOR
515- 239 -5563
ANN ARBOR TRANSPORTATION AUTHORITY
2700 S. INDUSTRIAL HWY
ANN ARBOR, MI 48104
TERRY BLACK, MAINTENANCE MGR
734 - 794 -1750
ANNAPOLIS DOT
308 CHINQUAPIN ROUND RD
ANNAPOLIS, MD 21401
MEGGAN SOMBAT, GRANTS ADMIN
410 - 263 -7964 X 6008
ANTELOPE VALLEY TRANSIT AUTHORITY
42210 6TH ST. WEST
LANCASTER, CA 93534
MARK PERRY, FLEET MGR
661 - 609 -5364
APPALCART
PO BOX 2357
BOONE, NC 28607
CHRIS TURNER, TRANSP. DIRECTOR
828 - 264 -2280
DELIVERY DATE/
# UNITS SIZE SERIAL NUMBERS
4 35X102 APRIL 2000
71033 -71036
1 35X102
MARCH 2010
177639
1 35X102
JAN 2013
181543
4 40X102
JAN 1999
70335 -70338
4 40X102
JULY 2008
176085- 176088
5 40X102
JAN 2012
180452- 180456
5 40X102
OCT 2012
180754- 180758
4 40X102
SEPT. 1999
70696 -70699
7 35X102
SEPT. 1999
70689 -70695
6 35X102
APRIL 2000
70680 -70685
4 29X102
DEC. 2009
91976 -91979
5 29X102
MAY 2011
92176 -92180
10 40X102
MARCH 2004
74363 -74375
2 40X102 OCT 2012
181249 - 181250
3/20/2015 2 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
ARCATA, CITY OF
2
35X102
OCT. 2009
736 7" ST.
177352- 177353
ARCATA, CA 95521
2
35X102
MAY 2014
LARRY PARDI, TRANSIT MANAGER
183291 - 183292
707 - 822 -3775
AREA TRANSPORTATION OF N. CENTRAL
6
29X102
MARCH 2005
PENNSYLVANIA
90105 -90110
44 TRANSPORTATION CENTER
2
35X102
JAN. 2009
CHARLIE SHILK, MAINT. DIRECTOR
11
29X102
91652 -91662
814 - 965 -2111 X 218
MAY 2010
1
35X102
178187
CITY OF ASHEVILLE
7
29X102
NOV 2012
360 W. HAYWARD ST.
92451 -92457
ASHEVILLE, NC 28801
2
29X102
MARCH 2014
NORMAN SCHENCK, GM
92793 -92794
828 - 251 -4060
ATHENS CLARK COUNTY
3
29X102
FEB 2004
325 POIJND ST.
90858 -90860
ATHENS, GA 30601
4
35X102
73425 -73428
TERRY FERGUSON, SUPER OF MAINT.
OCT. 2004
706 - 613 -3431
2
35X102
73088 -73089
JUNE 2005
2
40X102
74116 -74117
FEB. 2006
2
35X102
76054 -76055
3
29X102
91018 -91020
2
40X102
JAN. 2008
79575 -79576
1
40X102
JULY 2009
177013
2
29X102
91769 -91770
JULY 2011
4
40X102
178540- 178543
MARCH 2013
4
40X102
181722 - 181725
ATRANS
4
35X102
JUNE 2006
2021 INDUSTRIAL BLVD
ALEXANDRIA, LA 71303
4
35X102
MARCH 2012
PAT LEAUMONT, GM
179419 - 179422
318 - 441 -6090
3/20/2015 3 of 112
CUSTOMER
AVIS RENT -A -CAR SYSTEM, INC.
900 OLD COUNTRY RD
GARDEN CITY, NY 11530
JERRY BERNACKI, VP
516- 222 -6663
AVIS - DULLES
AVIS -LA GUARDIA
AVIS -PA
AVIS -WEST PALM BEACH
AVON, TOWN OF
PO BOX 975
AVON, CO 81620
JANE BURDEN, TRANSIG MGR
970 - 748 -4111
LOW FLOOR CUSTOMER LIST
# UNITS
12
5
15
27
20
32
9
8
8
4
10
3
9
11
1
1
1
1
BWI AIRPORT (MARYLAND AVIATION ADMIN 50
7003 AVIATION BLVD.
GLEN BOURNE, MD 21061
MARGIE HEPNER, CPPT
410 - 859 -7004
3/20/2015 4 of 112
DELIVERY DATE/
SIZE
SERIAL NUMBERS
29X102
JAN 2000
90268 -90279
40X102
JAN 2000
71203 -71206
29X 102
OCT. 2002
90455 -90464
40X102
JULY /SEPT 2000
71197 -71201
71214 -71222
71382 -71393
71488
40X102
FEB /MAR 2001
71224 -71231
71394 -71403
71758 -71759
40X102
APR/JULY 2002
72305 -72336
40X102
MARCH 2003
72365 -72366
35X102
73052 -73059
MAY 2004
40X102
72491 -74298
NOV. 2012
40X102
181601 - 181604
29X 102
FEB. 2013
92474 -92483
40X102
NOV. 2012
181597- 181599
40X102
JAN 2004
73600 -73608
40X102
JAN 2004
35X102
DEC. 2007
77855
35X102
MARCH 2008
77578
29X102
NOV. 2011
91935
29X102
SEPT 2012
91936
40X102
OCT -DEC 2004
76084 -76133
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
74171 -74181
BARTA
2
40X102
JUNE 2004
1700 N. ELEVENTH ST.
74982 -74983
READING, PA 19604
17
35X102
DEC. 2005
C. RICHARD ROEBUCK ASST. EXEC DIR
76744 -76760
610 - 921 -0605
FEB. 2007
7
35X102
77700 -77706
OCT. 2008
7
35X102
79717 -79722
2
40X102
79723 -79724
SEPT. 2009
2
40X102
177325- 177326
BATTLE CREEK TRANSIT
2
29X102
JUNE 2008
339 W. MICHIGAN
91235 -91236
BATTLE CREEK, MI 49017
2
35X102
78896 -78897
ROBERT WERNER, TRANSIT MANAGER
269 - 966 -3477
BASIN TRANSIT SERVICE
3 +3
35X102
JUNE 2000
1130 ADAMS ST
71809 -71811
KLAMATH FALLS, OR 97601
ERNEST L. PALMER, GM
541- 883 -2877
BAY METRO TRANSIT
7
29X102
APRIL 2002
1510 N. JOHNSON ST.
90509- 90514 +90631
BAY CITY, MI 48708
3
40X102
72556 -72558
DOUG GASTA
JANUARY 2011
989 - 894 -2900 X 219
4
29X102
92217 -92220
BEAVER CO. TRANSIT AUTHORITY
6
35X102
OCT. 2007
131 PLEASANT DR., STE 7
78163 -78168
ALIQUIPPA, PA, 15001
ROSE SUTTER, MAINT SUPERV
724 - 728 -4255
BEAVER CREEK METROPOLITAN DISTRICT
NOV. 2008
28 SECOND ST., STE 213
2
40X102
79690 -79691
EDWARDS, CO 81623
OCT. 2009
CHRIS LUBBERS, TRANSP. MGR
2
40X102
177582- 177583
970 - 470 -2157
NOV. 2011
1
40X102
179466
OCT. 2012
1
40X102
181835
SEP 2014
1
40X102
183079
3/20/2015 5 of 112
LOW FLOOR CUSTOMER LIST
BEN FRANKLIN TRANSIT
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
BELLE URBAN SYSTEM
5
35X102
FEB. 2011
1900 KENTUCKY ST.
6
40X102
178772 - 178776
RACINE, WI 53405
MARCH 2006
STEVEN ROGSTAD, GM
3
40X102
76056 -76058
262 - 619 -2430
AUG 2007
BELOIT TRANSIT
5
29x102
JUNE 2002
1225 WILLOW BROOK RD
4
35X102
72726 -72729
BELOIT, WI 53511
9
40X102
JAN. 2006
MICHELLE GAVIN, DIR. OF TRANSIT
2
35X102
76382 -76383
608 - 364 -2870 X 12
4
40X102
JUNE 2007
3
35X102
77575 -77577
4
40X102
JANUARY 2011
1
35X102
176327
BEN FRANKLIN TRANSIT
DEC. 1998
1000 COLUMBIA PARK TRAIL
3
40X102
70365 -70367
RICHLAND, WA 99352
APRIL 2005
JERRY OTTO, FLEET MAINT. MGR.
6
40X102
75139 -75144
509- 734 -5125
MARCH 2006
3
40X102
76056 -76058
AUG 2007
5
29x102
91342 -91346
OCT - NOV 2009
9
40X102
177354- 177362
JUNE 2013
4
40X102
181955- 181958
DEC. 2013
4
40X102
183171 - 183174
AUG 2014
2
40X102
184206 - 184207
DEC 2014
4
40X102
184601 - 184604
BERKSHIRE RTA
4
35X102
JUNE 2007
67 DOWNING PKWY
77779 -77782
PITTSFIELD, MA 01201
MARK MCCLANAN, GM
413 - 499 -6817
BISMAN TRANSIT
3750 E. ROSSER AVE.
3
29X102
MARCH 2004
BISMARCK, ND 58501
90845 -90847
ROBIN WERE, TRANSIT DIRECTOR
2
29X102
APRIL 2006
701 - 258 -6817
91122 -91123
3/20/2015 6 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
BI -STATE DEVELOPMENT AGENCY
DBA METRO
707 N. FIRST ST.
25
35X102
ST. LOUIS, MO 63102 -2595
DIANA HILL, DIR. PURCHASING
4
40X102
314 - 923 -3084
7
40X102
14
35X102
20
35X102
21
35X102
26
40X102
BLOOMINGTON PTC
130 WEST GRIMES LN 3 40X102
BLOOMINGTON, IN 47403
LEWIS MAY, GM 2 29X102
812 - 332 -5688
5 40X102
BLOOMINGTON NORMAL PTS
104 E. OAKLAND AVE.
BLOOMINGTON, IL 61701
ANDREW JOHNSON, GM
309 - 829 -8722
BOSTON COACH
69 NORMAN ST.
EVERETT, MA 02149
RICK CAVALLIERI, GM
617 -545 -6390
4 35X102
3 35X102
1 35X102
4 35X102
3 35X102
3 35X102
2 35X102
2 35X102
3/20/2015 7 of 112
DELIVERY DATE/
SERIAL NUMBERS
NOV. 2008
79895 -79919
AUG. 2009
176538- 176541
MARCH 2011
178630 - 178636
179622 - 179635
APRIL 2012
179659- 179678
DEC 2013
184171 - 184193
OCT 2014
184451- 184476
OCT. 2002
72496 -72498
DEC. 2003
90712 -90713
73664 -73668
APRIL 2005
74358 -74362
78482 -78485
NOV. 2008
79452 -79454
MAY 2010
177589
AUG 2011
178879 - 178882
MAY 2011
176469 - 176471
JAN 2012
180146 - 180148
JAN 2013
180750- 180751
AUG 2014
184386 - 184387
LOW FLOOR CUSTOMER LIST
BROOME COUNTY TRANSIT
413 OLD MILL ROAD NOV 2014
VESTAL, NY 13850 7 40X102 184376 - 184382
BRIAN J. KEEFER, DIRECTOR OF MAINT.
607 - 763 -4930
BROWARD COUNTY
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
BROCKTON AREA TRANSIT AUTHORITY
70635 -70654
155 COURT ST
15
40X102
AUG. 2005
BROCKTON, MA 02302
11
35X102
75077 -75087
MICHAEL E. BLONDING, GM
30
40X102
JUNE 2006
508 -588 -1000
8
35X102
76875 -76882
21
40X102
AUG 2007
6
40X102
78239 -78244
30
40X102
MAY 2010
3
40X102
177924 - 177926
25
40X102
OCT 2010
2
35X102
178323 - 178324
BROWNSVILLE, CITY OF
10
35X102
JUNE 2012
755 INTERNATIONAL BLVD
4
40X102
179690 - 179693
BROWNSVILLE, TX 78520
OCT 2013
ANDREW MUNOZ, ASSISTANT DIRECTOR
2
40X102
183286 - 183287
BROOME COUNTY TRANSIT
413 OLD MILL ROAD NOV 2014
VESTAL, NY 13850 7 40X102 184376 - 184382
BRIAN J. KEEFER, DIRECTOR OF MAINT.
607 - 763 -4930
BROWARD COUNTY
3201 W. COPANS RD
20
40X102
JAN 1999
POMPANO BEACH, EL 33069
70635 -70654
TIM GARLING, DIRECTOR
15
40X102
OCT. 1999
954- 347 -8423
70655 -70669
30
40X102
OCT. 2000
71454 -71480 & 71821 -71823
21
40X102
OCT. 2001
71244 -71264
30
40X102
DEC. 2002
73187 -73216
25
40X102
SEPT. 2003
73670 -73694
BROWNSVILLE, CITY OF
10
35X102
JAN. 2001
755 INTERNATIONAL BLVD
71824 -71833
BROWNSVILLE, TX 78520
AUG 2008
ANDREW MUNOZ, ASSISTANT DIRECTOR
3
35X102
79410 -79412
956 -541 -4881
DEC. 2010
6
35X102
179392 -397
AUG 2014
2
35X102
184264 - 184265
BUTTE CO. ASSOCIATION OF GOVMTS
FEB. 2011
2580 SIERRA SUNRISE TERR., STE 100
2
40X102
178566- 178567
CHICO, CA 95928
4
35X102
178568- 178571
MICHAEL ROSSON, SR. PLANNER
SEP 2014
530- 879 -2468
6
40X102
184111 - 184116
3/20/2015 8 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 9 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
CACHE VALLEY TRANSIT DISTRICT
2
35X102
MAY 2004
754 WEST 600 NORTH
74401 -74402
LOGAN, UT 84321
3
35X102
76664 -76666
TODD BEULTER, GM
JUNE 2008
435- 716 -9695
5
35X102
79416 -79420
NOV. 2010
3
40X102
178428 - 178430
CAMBRIA COUNTY TRANSIT
11
35X102
APRIL 2000
726 CENTRAL AVE.
70852 -70862
JOHNSTOWN, PA 15902 -2996
2
35X102
JUNE 2000
IRVING A CURE, EXEC. DIRECTOR
71031 -71032
814 -535 -5526
8
29X102
APRIL 2007
91253 -91257
2
29X102
MAY 2008
91481 -91482
7
35X102
SEPT. 2011
180065- 180071
CAMPUS BUS SERVICE
1
40X102
FEB. 2008
2100 STANTONSBURG RD
79413
GREENVILLE, NC 27835
12
40X102
JUNE 2008
SCOTT ALFORD, MANAGER
78636 -78647
252- 847 -7886
CANBY AREA TRANSIT
2
35X102
OCT 2013
PO BOX 930
182065- 182066
CANBY, OR 97013
JULIE WEHLING, TRANSIT DIRECTOR
503- 266 -0751
CAPE ANN TRANSPORTATION AUTHORITY
2
29X102
AUG 2010
3 REAR POND RD
91427 -91428
GLOUCESTER, MA 01930
1
29X102
JAN 2012
ROBERT RYAN, GM
91778
978 - 283 -7916
CAPE COD RTA
12
29X102
MARCH 2006
222 OLD CHATHAM RD
91107 -91118
SO. DENNIS ,MA 02660
3
35X102
FEB. 2008
JOHN KENNEDY, GM
78898 -78900
508- 385 -1430X 102
4
29X102
FEB. 2010
91855 -91858
3
29X102
JUNE 2013
92670 -92672
CAPE FEAR PTA
1
35X102
SEPT. 2007
PO BOX 2258
78162
WILMINGTON, NC 28402
ALBERT EBY, DIRECTOR
910 - 202 -2035
3/20/2015 9 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 10 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
CAPITAL AREA TRANSIT
4
40X102
AUG 2004
901 N. CAMERON ST.
72176 -72179
HARRISBURG, PA 17105 -1571
9
40X102
FEB. 2005
MARK MITCHELL, MGR. OF MAINTENANCE
75175 -75183
717 - 233 -5657 X 120
6
40X102
DEC. 2008
79955 -79960
CAPITAL DISTRICT TRANSIT AUTHORITY
8
40X102
APRIL 2007
110 WATERVLIET AVE.
77813 -77820
ALBANY, NY 12206 -2077
8
40X102
APRIL 2007
CARM BASILE, CEO
91274 -91281
518- 482 -8067
17
40X102
JUNE 2010
177840 - 177856
20
40X102
JUNE 2012
JULY 2014
15
40X102
183856- 183870
CAPITAL METRO
20
40X102
AUG 1999
2910 E. FIFTH ST.
70873 -70892
AUSTIN, TX 78702
55
40X102
JULY 2000
CARL WOODBY, DIR. OF MAINTENANCE
70903 -70957
512- 389 -7460
77
40X102
JULY 2001
70958 -71034
23
40X102
NOV. 2001
71939 -71961
CAPITAL TRANSPORTATION CORP.
4
35X102
FEB. 2003
2250 FLORIDA BLVD.
73560 -73563
BATON ROUGE, LA 70802
6
35X102
OCT. 2011
ROBERT MIRABITO, GM
179587- 179592
225- 389 -8920
1
35X102
MARCH 2013
181576
12
35X102
JAN. 2014
183339 - 183350
CARTA
2
35X102
MAY 2009
1617 WILCOX BLVD.
79711 -79712
CHATTANOOGA, TN 37406
4
35X102
MARCH 2014
LISA MARAGNANO, GM
183542- 183545
423 - 629 -1411
3/20/2015 10 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 11 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
CCCTA
10
40X102
APRIL 1998
2477 ARNOLD INDUSTRIAL WAY
70325 -70334
CONCORD, CA 94520
10
40X102
NOV. 2000
SCOTT MITCHELL, MAINT. MANAGER
71429 -71438
925- 676 -1976 X 2909
18
29X102
MAY 2002
90556 -90565
90632 -90639
14
40X102
APRIL 2002
73314 -73327
13
35X102
JULY 2002
73328 -73340
31
40X102
DEC. 09-FEB. 10
177259- 177289
10
40X102
APRIL 2013
182480 - 182489
C -TRAN
2
40X102
JULY 1998
CLARK COUNTY PUBLIC TRANSP. BENEFIT AREA TRANSIT
70268 -70269
PO BOX 2529
7
29X102
NOV. 2004
VANCOUVER, WA 98668 -2529
90848 -90854
JOHN HOLES, DIR. OF MAINTENANCE
5
29X102
JUNE 2008
360 - 906 -7358
91301 -91305
5
35X102
78742 -78746
FEB. 2009
7
35X102
176710 - 176716
CENTRAL ARKANSAS TRANSIT AUTHORITY
8
35X102
APRIL 2001
901 MAPLE ST.
71813 -71820
NO. LITTLE ROCK, AR 72114
13
35X102
MAY 2003
RODNEY MIDDLETON, DIR OF MAINT
73455 -73463
501- 375 -0024
FEB. 2007
5
40X102
77542 -77546
1
35X102
77547
OCT. 2008
5
40X102
79589 -79593
5
35X102
79584 -97588
MARCH 2010
3
35X102
177595- 177597
4
40X102
177598- 177601
JULY 2010
8
35X102
177804 - 177811
CENTRAL NEW YORK RTA
2
35X102
SEPT. 2007
200 CORTLAND AVE.
78172 -78173
SYRACUSE, NY 13205 -0820
3
40X102
AUG 2008
E.J. MOSES, GRANT ADMINSTRATOR
79672 -79674
315- 442 -3368
3
29X102
NOV. 2008
91639 -91641
4
35X102
JUNE 2009
176797 - 176800
3/20/2015 11 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 12 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
CENTRAL OHIO TRANSIT AUTHORITY
12
35X102
JAN. 2005
1600 MCKINLEY AVE.
74822 -74833
COLUMBUS, OH 43222
5
35X102
JULY 2007
KEVIN CHRISTOPHER, DIR. OF PURCHASING
77186 -77190
614 - 275 -5934
CENTRAL OKLAHOMA TRANSPORTATION
3
29X102
DEC. 2008
& PARKING AUTHORITY
91434 -91436
2000 S. MAY AVE.
JUNE 2009
OKLAHOMA CITY, OK 73108
2
40X102
176281 - 176282
ERICKZAAGE, FLEET MGR
13
35X102
176268 - 176280
405- 297 -2521
DEC. 2012
4
35X102
180563- 180566
6
29X102
92363 -92368
CHARLOTTE AREA TRANSIT
14
40X102
DEC 2002
600 E. FOURTH ST.
73610 -73623
CHARLOTTE, NC 28202
3
29X102
MAY 2003
DANIEL EDES, TRANSIT PROJECT PLANNER
90756 -90758
704 - 353 -0017
2
40X102
JUNE 2003
73727 -73728
21
40X102
AUG. 2004
74322 -74342
1
29X102
90731
JULY 2005
4
29X102
90993 -90996
AUG 2007
19
29X102
91306 -91324
SEPT. 2007
8
40X102
78231 -78238
JAN. 2009
3
29X102
91663 -91665
13
40X102
79920 -79932
DEC. 2009
18
40X102
176520- 176537
JULY 2011
11
40X102
178145- 178155
NOV. 2011
12
40X102
180217 - 180228
MAY 2012
10
29X102
92390 -92399
JULY 2012
26
40X102
180720 - 180745
JAN 2014
4
40X102
182785- 182788
CHARLOTTESVILLE TRANSIT SERVICE
1
29X102
JUNE 2008
315 4TH ST. NW
91590
CHARLOTTESVILLE, VA 22903
8
35X102
79390 -79397
TERRY YEAGER, DIR OF MAINTENANCE
MARCH 2010
434 - 970 -3872
4
35X102
177564- 177567
CHARLOTTE CONTD
FEB 2014
2
35X102
182793 - 182794
JAN 2015
2
35X102
184251- 184252
3/20/2015 12 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 13 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
CHATHAM AREA TRANSIT
31
35X102
MARCH 2003
PO BOX 9118
73624 -73654
SAVANNAH, GA 31412 -9118
5
29X102
JUNE 2006
CHAD REESE, EXEC. DIR.
90939 -90943
912 - 401 -9854
CHEMUNG CO. TRANSIT SYSTEM
4
40X102
NOV. 2011
1201 CLEMENS CENTER PKWY
179545- 179548
ELMIRA, NY 14901
7
29X102
JAN 2014
BOB WILLIAMS, GM
92587 -92593
607 - 734 -5213
CHITTENDEN CO. TRANSPORTATION AUTHOR
3
35X102
JUNE 2007
15 INDUSTRIAL PKWY
5
40X102
77191 -77199
BURLINGTON, VT 05401
77194 -77199
GARY L. THOMPSON, ASST. GM
1
35X102
JAN. 2008
802 - 864 -0629 X 19
79379
2
40X102
AUG 2008
79414 -79415
1
35X102
DEC. 2008
176407
8
40X102
FEB. 2009
176289 - 176293
5
35X102
OCT. 2009
177445- 177449
1
35X102
JAN 2010
92065 -92069
5
35X102
MAY 2012
1
40X102
179976 - 179980
FEB 2013
180766
CITIBUS
801 TEXAS AVE.
6
35X102
NOV. 2004
LUBBOCK, TX 79401
74753 -74758
MELINDA HARVEY, DIR. OF SERVICE
7
35X102
JAN. 2006
806 - 712 -2003
76727 -76733
6
29X102
OCT. 2009
91919 -91924
5
29X102
FEB. 2010
92065 -92069
CITY & BOROUGH OF JUNEAU CAPITAL TRANSIT
10099 BENTWOOD PL
DEC. 2009
JUNEAU, AK 99801
5
35X102
177717 - 177721
JOHN KERN, TRANSIT MANAGER
MAY 2010
907 - 789 -6903
2
35X102
178551- 178552
3/20/2015 13 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 14 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
CITY OF CEDAR RAPIDS
427 8TH ST. NW
JUNE 2009
CEDAR RAPIDS, IA 52405
2
35X102
176147 -168
BRAD DeBROWER, TRANSIT MGR
JUNE 2010
319 - 286 -5560
4
35X102
177920 - 177923
SEPT. 2011
5
35X102
179504- 179508
AUG 2012
5
35X102
179509- 179513
NOV 2014
4
35X102
182408 - 182411
CITY OF CLINTON
1320 SO. SECOND ST.
2
35X102
MAY 2009
CLINTON, IA 52732
176603- 176604
DENNIS HART, SUPER. OF TRANSIT
2
35X102
NOV. 2010
563- 242 -3721
178468 - 178469
1
29X102
MARCH 2012
92340
1
29X102
JULY 2013
182080
CITY OF COLUMBIA
2
40X102
AUG 2007
701 E. BROADWAY
78198 -78199
COLUMBIA, MO 65205 -6015
2
40X102
MARCH 2010
DREW BROOKS, GM
177783 - 177784
573- 874 -6281
CITY OF COLUMBUS
5
29X102
APRIL 2007
123 WASHINGTON ST.
91242 -91246
COLUMBUS, IN 47201
SHERI CHRISTMAN, OPS MGR
812 - 376 -2506
CITY OF LONG BEACH
4
35X102
JAN 2014
1 WEST CHESTER ST
183925- 183928
LONG BEACH, NY 11561
MICHAEL ROBINSON, DIR OF COMM DEVEL
516- 431 -1001
CLARKSVILLE TRANSIT SYSTEM
2
29X102
FEB. 2010
430 BOILLIN LN
91884 -81885
CLARKSVILLE, TN 37040
3
29X102
DEC. 2010
ARTHUR BING, DEPUTY DIRECTOR
92238 -92240
931 -553 -2430
2
40X102
JUNE 2011
178931 - 178932
CLERMONT TRANSPORTATION CONN
12
29X102
SEPT. 2013
4003 EILAGER RD
92526 -92537
BATAVIA, OH 45103
LISA GATWOOD, DIRECTOR
513- 732 -7577
3/20/2015 14 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
COMMUNITY TRANSIT
7000 HARDESON RD
EVERETT, WA 98203
FRED WORTHCOM, DIR OF TRANSPORTATION
425- 438 -6132
COMMUNITY URBAN BUS SERVICE
254 OREGON WAY
LONGVIEW, WA 98632
CINDI MCCOY, TRANSIT SUPERVISOR
360 - 442 -5602
CONCORD, CITY OF
850 WARREN C. BLVD.
CONCORD, NC 28025
DANIEL NUCKOLLS, DIR. OF FLEET TRANSIT
704 - 920 -5431
CITY OF CORALVILLE
PO BOX 5127
CORALVILLE, IA 52241
VICKY ROBROCK, DIR. OF TRANSIT
319 - 248 -1790
CITY OF DURHAM
1907 FAY ST.
DURHAM, NC 27704
SEAN SMITH, TRANSIT ADMIN
919 -560 -1545 X 32609
CITY OF FAIRFIELD
420 GREGORY ST.
FAIRFIELD, CA 94533
DAVID RENSCHLER, TRANSIT MGR
707 - 428 -7768
CITY OF LAS CRUCES
PO BOX 2000
LAS CRUCES, NM 88004
MICHAEL BARTHOLOMEW
575 -541 -2500
CITY OF PETALUMA
PUBLIC WORKS DEPT.
555 N. MCDOWELL BLVD.
PETALUMA, CA 94952
JOHN SARAGUSA, TRANSIT MGR
707 - 778 -4421
DELIVERY DATE/
# UNITS SIZE SERIAL NUMBERS
1 35X 102 OCT. 2009
176151
7 35X102 JAN. 2008
78191 -78197
MARCH 2011
3 29X102 91891 -91893
4 35X102
OCT. 2008
JUNE 2008
2
35X102
78869 -78870
177591
SEP 2014
1
35X102
183068
1
40X102
JULY 2009
92152 -92155
3 40X102
176264
4
40X102
JUNE 2010
NOV. 2010
177498 - 177501
20
40X102
DEC. 2009
176472 - 176473
177425- 177444
7 35X102 JAN. 2008
78191 -78197
MARCH 2011
3 29X102 91891 -91893
4 35X102
OCT. 2008
79501 -79504
1 35X102
APRIL 2010
177591
4 35X102
MARCH 2007
77482 -77485
4 29X102
APRIL 2011
92152 -92155
3 40X102
FEB. 2008
78625 -78626
1 40X102
NOV. 2010
176931
MARCH 2011
2 40X102
176472 - 176473
3/20/2015 15 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
CITY OF SANTA MARIA
I10 S. PINE ST., STE 221
SANTA MARIA, CA 93458 -5082
AUSTIN O'DELL, TRANSIT MGR
805- 925 -0951 X 225
CITY OF ST. GEORGE
931 E. RED HILLS PKWY
ST. GEORGE, UT 84770
COURTNEY STEPHENS, FLEET MGR
435- 627 -4040
CITY OF STEVENS POINT
1515 STRONGS AVE.
STEVENS POINT, WI 54481 -3594
SUSAN LEMKE, TRANSIT MGR
715- 341 -4490
CITY UTILITIES OF SPRINGFIELD
301 E. CENTRAL
SPRINGFIELD, MO 65802
GAIL DRISKELL, SR. BUYER
417 - 831 -8429
CITYLINK
801 LEESBURG RD
FT. WAYNE, IN 46808
KEN HOUSDEN, GM
219 - 432 -4977
CLALLAM TRANSIT SYSTEM
830 W. LAURIDSEN BLVD.
PORT ANGELES, WA 98363
KEVIN GALLACCI
360 - 452 -4511
# UNITS
10
2
1
1
1
1
3
29X 102
29X 102
29X 102
35X102
2 29X102
10 29X102
4 29X102
3
1
3
1
5
2
2
40
2
30X102
40X102
40X102
35X102
35X102
40X102
40X102
40X102
40X102
CLARK COUNTY DEPT. OF AVIATION 3 29X102
5757 WAYNE NEWTON BLVD.
LAS VEGAS, NV 89119 3 29X102
MIKE SEED, PURCH. ANALYST
702 - 261 -5176 4 40X102
3/20/2015 16 of 112
FEB 2008
91564 -91565
NOV 2011
92291
FEB 2014
92673
DEC 2014
184792 - 184794
JUNE 2005
90997 -90998
MAY 2013
92674 -92683
JUNE 2002
90518 -90521
NOV. 2006
76347 -76349
JULY 2007
78316
DEC. 2008
79599 -79601
79602
MAY 2011
178764 - 178768
MARCH 2013
181951- 181952
MARCH 2013
180746 - 180747
MAY 2006
76006 -76045
JUNE 2006
76322 -76323
DEC. 2001
90515 -90517
JAN. 2008
91384 -91386
OCT. 2008
DELIVERY DATE/
SIZE
SERIAL NUMBERS
40X102
DEC. 2014
182522- 182531
29X 102
FEB. 2008
91564 -91565
29X102
NOV. 2011
92291
29X 102
29X 102
29X 102
35X102
2 29X102
10 29X102
4 29X102
3
1
3
1
5
2
2
40
2
30X102
40X102
40X102
35X102
35X102
40X102
40X102
40X102
40X102
CLARK COUNTY DEPT. OF AVIATION 3 29X102
5757 WAYNE NEWTON BLVD.
LAS VEGAS, NV 89119 3 29X102
MIKE SEED, PURCH. ANALYST
702 - 261 -5176 4 40X102
3/20/2015 16 of 112
FEB 2008
91564 -91565
NOV 2011
92291
FEB 2014
92673
DEC 2014
184792 - 184794
JUNE 2005
90997 -90998
MAY 2013
92674 -92683
JUNE 2002
90518 -90521
NOV. 2006
76347 -76349
JULY 2007
78316
DEC. 2008
79599 -79601
79602
MAY 2011
178764 - 178768
MARCH 2013
181951- 181952
MARCH 2013
180746 - 180747
MAY 2006
76006 -76045
JUNE 2006
76322 -76323
DEC. 2001
90515 -90517
JAN. 2008
91384 -91386
OCT. 2008
LOW FLOOR CUSTOMER LIST
CUSTOMER
COAST
42 SUMMER DR.
DOVER, NH 03820
RAD NICOLS, EXEC. DIR.
603 - 743 -5777 X 100
COLLIER AREA TRANSIT
2901 COUNTRY BARN RD.
NAPLES, EL 34102
TRINITY SCOTT, PUBLIC TRANSIT MGR
239 - 252 -5832
COLUMBUS TRANSIT
2250 KREUTZER DR
COLUMBUS, IN 47201
GREG NOEL, MAINTENANCE
812 - 376 -2506
COLUMBUS CONSOLIDATED GOVERNMENT
100 10TH ST.
COLUMBUS, GA 31901 -27365
THOMAS TAYLOR, MAINT. MGR
706 - 653 -4410
COLTS
NORTH SOUTH RD
SCRANTON, PA 18504
ROBERT FIUME, EXEC DIRECTOR
570- 346 -1259
COMMUNITY DEVELOPMENT TRANSIT
820 E. MILLER ST.
JEFFERSON CITY, MO 65101
RICHARD TURNER SR., TRANSIT DIR
573- 634 -6599 X 3
CONCORD, CITY OF
PO BOX 308
CONCORD, NC 28026
L.J. WESLOWSKI, DIR. OF FLEET SERVICES
704 - 920 -5878
2 35X102 JUNE 2009
78591 -78592
2 29X102 JANUARY 2011
91980 -91981
8 35X102
FEB. 2004
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
177012
79951 -79954
2
35X102
JANUARY 2011
1 35X102
AUG 2012
177927 - 177928
4
35X102
OCT 2012
180568- 180571
2
29X102
92449 -92450
1
29X 102
DEC. 2005
90999
4
29X102
JUNE 2006
91164 -91167
3
35X102
MARCH 2010
177671 - 177673
JUNE 2012
3
35X102
180347 - 180349
NOV. 2012
2
35X102
180752- 180753
5
29X102
MAY 2007
91242 -91246
2
40X102
APRIL 2014
184199 - 184200
3
29X102
AUG 2010
92133 -92135
2 35X102 JUNE 2009
78591 -78592
2 29X102 JANUARY 2011
91980 -91981
8 35X102
FEB. 2004
72620 -72627
1 40X102
FEB. 2010
177012
1 40X102
FEB. 2011
176663
1 35X102
AUG 2012
180048
3/20/2015 17 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
CONNECTICUT RIVER TRANSIT
706 ROCKINGHAM RD
ROCKINGHAM, VT 05101
ART SMITH, FLEET MGR
802 - 460 -4433 X 218
CORVALLIS, CITY OF
PO BOX 1083
CORVALLIS, OR 97339
BERNADETTE BARRETT, TRANSIT MGR.
541- 766 -6916
COTA
1600 MCKINLEY AVE.
COLUMBUS, OH 43222
KEVIN CHRISTOPHER, DIR SUPPLY MGMT
614 - 275 -5934
# UNITS
2
CONNECTICUT RIVER TRANSIT. INC.
300 CLINTON ST.
SPRINGFIELD, VT 05156
BRIAN WATERMAN, OPER MGR
802 - 885 -5165
COUNCIL ON AGING OF ST. LUCIE INC
1505 ORANGE AVE.
FT. PIERCE, EL 34950
ROGELIO GONZALEZ, MAINT. DIRECTOR
772 - 345 -8216
CRAWFORD AREA TRANSPORTATION AUTHORITY
231 CHESTNUT ST. STE 210
MEADVILLE, PA 16335
TIMOTHY GEIBEL, EXEC. DIRECTOR
814 - 336 -5600
1
1
14
7
3
3
3
2
2
21
30
10
1
37
2
23
1
12
3
3/20/2015 18 of 112
29X 102
29X 102
JULY 2012
92436 -92447
OCT. 2008
91629 -91631
DELIVERY DATE/
SIZE
SERIAL NUMBERS
35X102
DEC. 2001
72508 -72509
MAY 2005
35X 102
74899
MAY 2007
35X102
91242 -91246
MARCH 2009
40X102
176224 - 176237
29X102
91672 -91678
29X102
91669 -91671
MAY 2009
35X102
176206 - 176207
APRIL 2010
35X 102
177955 - 177957
SEPT. 2012
35X 102
180298 - 180299
FEB 2014
35X102
182549 - 182550
35X102
SEPT. 2007
78205 -78225
40X102
AUG 2008
79545 -79574
29X102
91550 -91559
APRIL 2010
29X 102
91974
APRIL 2011
40X102
178781 - 178817
40X102
178788 - 178789
APRIL 2012
40X102
180409 - 180431
40X102
DEC. 2008
176197
29X 102
29X 102
JULY 2012
92436 -92447
OCT. 2008
91629 -91631
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
CUMBERLAND DAUPHIN HARRISBURG
TRANSIT AUTHORITY
25
40X102
FEB. 2007
901 N. CAMERON ST.
77451 -77475
HARRISBURG, PA 17105 -1571
1
29X102
JULY 2011
MARK G. MITCHELL, MGR MAINT
92222
717 - 233 -5657 X 120
7
35X102
JAN 2012
179017 - 179023
7
40X102
JUNE 2013
181737 - 181743
4
40X102
JAN 2014
183069 - 183072
DEW AIRPORT STANDARD PARKING CORP.
2425 RENTAL CAR
6
40X102
JAN. 2006
DALLAS ET. WORTH, TX 75261
76859 -76864
DAVID ROBBINS, GM
972 -574 -7878 X 13
DANVILLE MASS TRANSIT
101 N. JACKSON
3
29X102
MAY 2004
DANVILLE, IL 61832
90728 -90730
JOHN METZINGER, MASS TRANSIT DIR.
2
29X102
FEB. 2008
217 - 431 -0653
91513 -91514
1
35X 102
77442
MARCH 2011
3
35X102
179555- 179557
DART
400 S. MADISON ST.
7
40X102
DEC 2000
WILMINGTON, DE 19801
71481 -71487
RICK WALTERS, MAINT ENG & TECH MGRE
20
40X102
MAY 2001
302 -576 -6164
71675 -71794
2
40X102
AUG 2004
73348 -73349
4
29X102
SEPT. 2004
90724 -90727
7
40X102
AUG 2006
77225 -77231
3
29X102
OCT. 2006
91191 - 911201
38
40X102
MARCH 2008
79341 -79379
10
29X102
MAY 2008
91451 -91460
10
40X102
OCT. 2008
79463 -79472
3
29X102
NOV. 2008
91591 -91593
MAY 2010
22
29X102
91830 -91851
JULY - AUG 2014
29
40X102
184759- 194787
3/20/2015 19 of 112
CUSTOMER
DEW RENTAL CAR
PO DRAWER 609428
DEW AIRPORT, TX 75261 -9428
GARY COLLINS, GM
972 -574 -7878 X 13
CITY OF DAVENPORT
300 W. RIVER DR.
DAVENPORT, IA 52801
COLE POULIOT, GM
563- 888 -2150
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
# UNITS SIZE SERIAL NUMBERS
MAY 2009
19 29X102 91594 -91612
40 40X102 SEPT. 1999
70991 -71030
5 29X102
6 35X102
6 35X102
DECATURPTS
555 E. WOOD ST. 13 29X102
DECATUR, IL 62523
PAUL MCCHANCY, MASS TRANSIT ADMIN 5 29X102
217 - 424 -2820
4 35X102
DENTON CO. TRANSPORTATION AUTHORITY
1660 S. STEMMONS, STE 250
12
35X102
LEWISVILLE, TX 75067
JARED VARNER, TRANSIT DIRECTOR
5
35X102
972 - 221 -4600
5
35X102
1
35X102
DES MOINES MTA
1100 MTA LANE
4
40X102
DES MOINES, IA 50265
ELIZABETH PRESUTTI, EXEC. DIRECTOR
11
40X102
515- 283 -8115
14
40X102
7
40X102
2
29X102
DETROIT DOT
1301 E. WARREN AVE 42 40X102
DETROI, MI 48207
DAN HODGES, SUPERVISOR
313 - 833 -7676
DUEAST TRANSIT
178 SPIDER LAKE RD 2 29X102
DUBOIS, PA 15801
KRISTEN VIDA, EXEC. DIRECTOR
814 - 371 -3940
3/20/2015 20 of 112
FEB. 2003
90760 -90764
JUNE 2004
73397 -73402
JULY 2011
179573- 179578
NOV. 2001
90432 -90444
JULY 2009
91748 -91752
JULY 2010
177320 - 177323
MARCH 2006
76715 -76726
AUG 2007
78265 -78269
JANUARY 2011
177641 - 177645
SEPT. 2011
AUG 1998
70360 -70363
DEC. 2000
71495 -71505
NOV. 2002
72739 -72752
FEB 2003
72882 -72888
MARCH 2012
91775 -91776
MARCH 2012
180151- 180192
APRIL 2007
91180 -91181
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
DULUTH TRANSIT
2402 W. MICHIGAN ST.
DULUTH, MN 55806
15
40X102
DENNIS E. JENSEN, GM
3
40X102
218 - 722 -4426
10
29X102
10 35X102
8 35X102
2 35X102
10 40X102
10 40X102
10 40X102
DURHAM, NC
224 HOOVER RD 31 40X102
DURHAM, NC 27703
SEAN SMITH, GM 1 40X102
919 - 957 -7336
5 40X102
EAGLE COUNTY RTA
PO BOX 1070
GYPSUM, CO 81637
KELLEY COLLIER, TRANSIT DIRECTOR
970 - 328 -3524
2
5
3
4
3
2
1
4
2
3/20/2015 21 of 112
40X102
40X102
40X102
40X102
40X102
40X102
40X102
40X102
40X102
DELIVERY DATE/
SERIAL NUMBERS
MAY 1999
70399 -70410
70460 -70462
JUNE 2002
90589 -90598
JUNE 2004
74376 -74385
AUG 2007
78305 -78312
OCT. 2008
176178 - 176179
SEPT. 2010
178663 - 178672
OCT 2013
181356- 181365
DEC 2014
185901- 185910
MAY 2003
73946 -73977
MARCH 2005
73977
FEB. 2008
78979 -78984
AUG 2006
77548 -77549
OCT. 2007
78103 -78107
MAY 2008
78169 -78171
DEC. 2008
78857 -78860
OCT. 2009
177009 - 177011
OCT. 2010
177756- 177757
OCT. 2012
179953
OCT 2013
183048 - 183051
OCT 2014
183077 - 183078
LOW FLOOR CUSTOMER LIST
3/20/2015 22 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
EAST CAROLINA UNIVERSITY
18 MENDENHALL ST., STUDENT CENTER
4
40X102
JUNE 2005
GREENVILLE, NC 27858
74460 -74463
WOOD DAVIDSON, GM
2
40X102
JAN. 2006
252- 328 -5391
76405 -76406
2
40X102
JUNE 2007
77835 -77836
1
35X 102
OCT. 2007
78190
6
40X102
JUNE 2009
176947 - 176952
E. CAROLINA CONT'D
2
40X102
JULY 2011
178191 - 178192
2
40X102
JULY 2011
178191 - 178192
1
35X102
NOV. 2011
180016
1
29X 102
FEB. 2013
91928
8
29X102
APRIL 2002
CITY OF EAU CLAIRE
910 FOREST ST.
MARCH 2011
EAU CLAIRE, WI 54703
1
40X102
178345
MIKE KBRANCO, GM
4
35X102
178346 - 178349
715- 839 -5120
ECCTA
801 WILBUR AVE
24
40X102
182007 - 182031
ANTIOCH, CA 94509
MAY 2013
ANN HUTCHINSON DIR OF ADMIN SERVICES
925- 754 -6622
EL METRO
401 SCOTT ST.
9
35X102
DEC. 2008
LAREDO, TX 78040
176090 - 176098
JOE JACKSON, TRANSIT OPS DIRECTOR
APRIL 2011
956- 795 -2288 X 211
6
40X102
178156- 178161
6
35X102
178162 - 178167
ENTERPRISE RENT -A -CAR
7201 S. FULTON ST.
2
35X102
NOV. 2008
CENTENNIAL, CO 80112
79715 -79716
KERRI TIERNAN, VEHICLE ACQUISITION MGR
720 - 875 -9916
ENTERPRISE NATIONAL ALAMO
24530 E. 78TH AVE.
4
40X102
OCT. 2011
DENVER, CO 80249
180577- 180574
JASON GAY
720 - 425 -8517
ENTERPRISE NATIONAL ALAMO
2121 BELVEDERE RD
3
40X102
APRIL 2014
WEST PALM BEACH, FL 33406
183054 - 183056
JOSE RAMOS, MAINT. SUPERVISOR
561- 889 -2870
3/20/2015 22 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 23 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
ERIE MTA
127 E. 14TH ST.
6
35X102
AUG. 2005
ERIE, PA 16503
76327 -76332
MICHAEL TANN, EXEC. DIRECTOR
1
29X102
NOV. 2005
814 - 459 -4287
91099
ERIE CONT'D
5
35X102
MARCH 2006
76470 -76474
4
35X102
SEPT. 2007
78301 -78304
5
35X102
JAN. 2009
176080 - 176084
3
29X102
JUNE 2010
91746 -91747
4
35X102
178299 - 178302
ESCAMBIA COUNTY AREA TRANSIT
1515 W. FAIRFIELD DR.
6
29X102
JULY 2006
PENSACOLA, FL 32501
90830 -90835
HAROLD HUMPHREY, GM
6
29X102
JUNE 2007
850 -595 -3228 X 214
91282 -91287
ESCOT BUS SALES
6890 142ND AVE N
5
40X102
JAN 2014
LARGO, FL 33771
183510- 183514
BRIAN SCOTT, PRESIDENT
727 -545 -2088
EUREKA, CITY OF
133 "V" ST.
2
35X102
MAY 2014
EUREKA, CA 95501 -0844
183297 - 183298
GREGG PRATT, GM
707 - 443 -0826
EVERETT, CITY OF
3225 CEDAR ST.
8
35X102
APRIL 2006
EVERETT, WA 98201
76823 -76831
GEORGE BAXTER, OPERATIONS MGR
4
40X102
DEC. 2007
425- 257 -8935
78486 -78489
JUNE 2012
2
40X102
180449 - 180450
FAIRBANKS NORTH STAR BOROUGH
3175 PEGER RD
6
29X102
JUNE 2007
FAIRBANKS, AK 99709
91023 -91028
ROBERT WELLS, TRANSP. SHOP FOREMAN
4
35X102
76385 -76388
907 - 459 -1001
FEB 2014
3
35X102
183901 - 183903
FAIRFIELD TRANSPORTATION CENTER
2000 CADENASSO DR.
2
35X102
JULY 2001
FAIRFIELD, CA 94533
72552 -72553
GEORGE FINK, TRANSIT MGR
3
35X102
JUNE 2009
707 - 428 -7768
176426 - 176428
3/20/2015 23 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
FAYETTE COUNTY
825 AIRPORT RD
LAMONT FURNACE, PA 15456
MICHELLE GRANT SHUMAR, DIRECTOR
714 - 628 -7532 X 101
FAYETTEVILLE, CITY OF
455 GROVE ST.
FAYETTEVILLE, NC 28301 -0998
RON MACALUSO, DIRECTOR
910 - 433 -1011
FIRST STUDENT INC.
1102 N. SNELLING AVE.
ST. PAUL, MN 55108
JOHN SCHOLL, SERVICE MGR
651- 287 -1836
FIRST TRANSIT
1200 W. INDUSTRIAL AVE., UNIT 4
BOYNTON BEACH, FL
DAVID KNOTT, GM
561- 738 -6008
FIRST TRANSIT DBA
IMPERIAL VALLEY TRANSIT
792 N. ROSS AVE.
EL CENTRO, CA 92243
MARV BALIN, GM
760 - 482 -2900
FIRST TRANSIT INC.
1200 BUSTLETON PIKE, STE 12
FEASTERVILLE, PA 19053
ROBERT JONES, VP
215- 942 -9212
FIRST TRANSIT CHICAGO
2800 OLD WILLOW RD
NORTHBROOK, IL 60062
TOM GREAVES, DIR. OF MAINT
412--8933-1300 X 204
FIRST TRANSIT PUERTO RICO
1550 CARR 28 STE 2
PUERTO NUEVO PR 00920
JULIO BADIS, MANAGER
787 - 622 -6161 X 1000
DELIVERY DATE/
# UNITS SIZE SERIAL NUMBERS
6 29X102 MAY 2008
91494 -91499
4 35X102
JUNE 2008
78825 -78828
3 40X102
JULY 2009
176680 - 176682
3 35X102
JUNE 2012
180798 - 180800
8 40X102
MAY 2008
78971 -78978
5 29X102
JULY 2005
90100 -90104
2 35X102
MARCH 2007
76407 -76408
3 40X102
SEPT. 2009
177568- 177570
9 40X102
OCT. 2012
180552- 180560
25 40X102 MAY 2006
77200 -77224
12 35X102 JAN 2013
181674 - 181677
181679 - 181685
19 40X102 SEPT. 2009
176896 - 176914
3/20/2015 24 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 25 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
FOND DU LAC AREA TRANSIT
530 N. DOTY ST.
4
29X102
MARCH 2011
FOND DU LAC, WI 54935
92156 -92159
LYNN GILLES, TRANSIT MGR
1
29X102
OCT. 2012
920 - 322 -3652
92330
2
29X102
APRIL 2013
92507 -92508
FOOTHILL TRANSIT ZONE
100 S. VINCENT AVE., STE 200
77
40X102
AUG 2000
W. COVINA, CA 91790
71120 -71196
VICKI VARGAS, OPS MGR
7
29X102
SEPT. 2000
626 - 931 -7212
90280 -90286
FORT WAYNE PTC
801 LEESBURG RD
4
35X102
SEPT. 2002
FT. WAYNE, IN 46808
72499 -72502
KEN HOUSDEN, GM
6
35X102
FEB. 2008
219 - 432 -4977
78836 -78841
FRANKLIN TRANSIT AUTHORITY
708 COLUMBIA AVE.
1
35X102
AUG 2007
FRANKLIN, TN 37065
77799
DIANE THORNE, EXEC. DIRECTOR
615- 790 -4005
FREDERICK COUNTY BOARD OF COMM
1040 ROCK SPRINGS
6
29X102
FEB. 2010
FREDERICK MD 21702
91800 -91805
SHERRY BURFORD, DIRECTOR
301 - 600 -2065
FREE ENTERPRISE SYSTEM
17727 VOLBRECHT RD
9
40X102
AUG 2011
LANSING, IL 60438
180473 - 180481
WES BLOCKER, SHOP MANAGER
708 - 277 -3773
FRESNO AREA EXPRESS
2223 "G" ST.
10
40X102
JUNE 1999
FRESNO, CA 93706
70583 -70591 & 70602
KEN HAMM, DIR OF TRANSPORTATION
559- 621 -1440
GG &C BUS CO.. INC.
2924 JEFFERSON AVE.
2
35X102
FEB 2012
WASHINGTON, PA 15301
179464 - 179465
JOHN LENZNER
2
29X102
MAY 2013
724 - 222 -2320
91925 -91926
3/20/2015 25 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
CITY OF GAINESVILLE
REGIONAL TRANSIT SERVICE
PO BOX 490 STATION 32
GAINESVILLE, EL 32601
JESUS GOMEZ, TRANSIT DIRECTOR
352- 334 -2609
GALESBURG, CITY OF
55 W. TOMPKINS
GALESBURG, IL 61401
KRAIG MCKLUSKIE, TRANSIT MGR
309 - 342 -4242
GALLOPING GOOSE TRANSIT
1370 BLACK BEAN RD
TELURIDE, CO 81435
JASON WHITE, TRANSIT MGR
970 - 728 -2179
GARY PUBLIC TRANSP. CORP
100 W. 4TH AVE., 3RD FLOOR
GARY, IN 46402
DARYL LAMPKINS, GM
219 - 885 -7555
GASTONIA TRANSIT
PO BOX 1748
GASTONIA, NC 28053 -1748
DAVID MITCHELL, GEN. SERVICES DIR.
704 - 866 -6775
GLENN TRANSIT SERVICE
777 N. COLUSA ST.
WILLOWS, CA 95988
MARDY THOMAS, SR. PLANNER
530- 934 -6540
GOLDSBORO WAYNE TRANSP. AUTHORITY
PO BOX 227
GOLDSBORO, NC 27533
ALAN STUBBS, EXEC DIRECTOR
919 - 736 -1374 X 208
1 35X 102 OCT. 2009
176954
2 35X102 SEPT. 2010
177074 - 177075
3/20/2015 26 of 112
AUG 2007
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
FEB. 2010
NOV. 2007
12
40X102
78081 -78092
3 35X102
184383 - 184385
MAY 2009
4
40X102
177014 - 177017
APRIL 2011
MARCH 2011
1
40X102
178435
180215- 180216
DEC 2011
5
40X102
179558- 179562
MAY 2012
6
40X102
180336 - 180341
DEC 2014
3
40X102
183998 - 184000
3
29X102
APRIL 2004
90783 -90785
1
29X102
JULY 2011
92323
1
29X 102
FEB. 2013
92273
1
29X102
APRIL 2009
91426
1 35X 102 OCT. 2009
176954
2 35X102 SEPT. 2010
177074 - 177075
3/20/2015 26 of 112
AUG 2007
5 35X102
78245 -78249
3 40X102
78250 -78252
FEB. 2010
9 35X102
176550- 176558
SEP 2014
3 35X102
184383 - 184385
7 35X102
JUNE 2004
72636 -72642
APRIL 2011
5 35X102
179148 - 179152
2 40X102
DEC. 2012
180215- 180216
1 35X 102 OCT. 2009
176954
2 35X102 SEPT. 2010
177074 - 177075
3/20/2015 26 of 112
CUSTOMER
GOLINE INDIAN RIVER TRANSIT
LOW FLOOR CUSTOMER LIST
# UNITS SIZE
VERO BEACH, EL 32960 1
KAREN DEIGL, PRESIDENT /CEO 2
772 -569 -0760 X 104
GOOD EARTH TRANSIT
PO BOX 70631 8
HOUMA, LA 70631
WENDELL J. VOISIN, PUBLIC TRANSIT ADMI 4
985- 850 -4616
GRAND FORKS CITY BUS
867 S. 48TH ST.
GRAND FORKS, ND 58201
DALE BERGMAN, SUPERINTENDENT
701 - 746 -2590
GRAND RAPIDS -DASH
50 OTTAWA NW
GRAND RAPIDS, MI 49503
BARBARA SINGLETON, DASH PROGRAM MGR
616 - 4563755
GRANT TRANSIT AUTHORITY
PO BOX 10
EPHRATA, WA 98823
GREG WRIGHT, TRANSIT MGR
509- 754 -1075
GRAYS HARBOR TRANSPORTATION AUTH.
705 30TH ST.
HOQUTAM, WA 98530
MARK CARLIN, OPER. SUPERVISOR
360 -532 -2770
GREAT FALLS TRANSIT DISTRICT
3905 NORTH STAR BLVD.
GREAT FALLS, MT 59405
JIM HELGESON, GM
406 - 727 -0382
29X 102
35X102
35X102
29X 102
DELIVERY DATE/
SERIAL NUMBERS
MARCH 2013
92339
180870 - 180871
MARCH 2008
78796 -78803
AUG 2011
92113 -92116
1 29X102 MARCH 2003
90574
1 29X 102 AUG. 2004
90925
5 29X102 MARCH 2011
92160 -92164
1 35X102 JUNE 2007
77688
2 30X96
APRIL 2002
72527 -72530 & 72277
SEPT. 2006
3 35X102
77430 -77432
FEB 2012
2 35X102
176328 - 176329
APRIL 2012
1 35X102
181557
4 35X102
MARCH 2003
73445 -73448
2 29X102
APRIL 2009
91644 -91645
4 29X102
AUG 2010
92058 -92061
4 35X102
MARCH 2013
180309 - 180312
3/20/2015 27 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
GREATER ATTLEBORO TAUNTON RTA
10 OAK ST., 2ND FLOOR
TAUNTON, MA 02780
CAROL GILL, CAPITAL PROGRAM MGR.
508- 226 -1102 X 225
GREATER DAYTONA RTA
600 LONGWORTH ST.
DAYTON, OH 45401
TOM HODGE MAINT. MGR
937 - 425 -8637
GREATER GLENS FALLS TRANSIT
495 QUEENSBURY AVE.
QUEENSBURY, NY 12804
SCOTT SOPCZYK, TRANSP. DIRECTOR
518- 792 -1086
GREATER LAFAYETTE PTC
1250 CANAL RD
LAFAYETTE, IN 47902
MARTY SENNETT, GM
317 - 423 -2666
# UNITS
1
6
4
5
13
12
10
4
4
4
3
6
3
4
4
1
1
40X102
35X102
40X102
40X102
40X102
40X102
40X102
40X102
40X102
GREATER LYNCHBURG TRANSIT CO.
DELIVERY DATE/
SIZE
SERIAL NUMBERS
29X102
APRIL 2006
LYNCHBURG, VA 24505
91153
29X102
MAY 2006
4
91153 -91158
29X 102
FEB. 2010
91875 -91878
40X102
JUNE 2007
GREATER ORLANDO AVIATION AUTHORITY
77850 -77854
40X102
OCT. 2008
3
79675 -79687
40X102
APRIL 2009
177247 - 177258
40X102
APRIL 2010
407 - 825 -2375
177968 - 177977
29X102
SEPT. 2009
91806 -91809
40X102
35X102
40X102
40X102
40X102
40X102
40X102
40X102
40X102
GREATER LYNCHBURG TRANSIT CO.
PO BOX 797
6
35X102
LYNCHBURG, VA 24505
GARY PARIS, DIR OF MAINT
4
35X102
434 - 455 -5094
4
35X102
GREATER ORLANDO AVIATION AUTHORITY
1 AIRPORT BLVD.
3
40X102
ORLANDO, EL 32827
MIKE SHUMACK, CONTRACTS MGR
407 - 825 -2375
3/20/2015 28 of 112
SEPT. 1998
70165 -70169
70347 -70350
NOV. 1999
70686 -70688
NOV. 2002
72870 -72875
FEB. 2003
72879 -72881
NOV. 2005
76486 -76489
JAN. 2007
77696 -77699
DEC. 2007
78313
MAY 2009
176027
DEC. 2008
79945 -79950
DEC. 2009
177477 - 177480
FEB 2012
178830 - 178833
MAY 2012
180792 - 180794
LOW FLOOR CUSTOMER LIST
CUSTOMER
GREATER PEORIA MASS TRANSIT
2105 NE JEFFERSON
PEORIA, IL 61683
TOM LUCEK, DIR. OF FLEET & FAC.
309 - 679 -8128
GREATER RICHMOND TRANSIT
101 S. DAVIS AVE.
RICHMOND, VA 23220
CHARLIE MITCHELL, OPS MGR
804 - 474 -9320
GREATER ROANOKE TRANSIT COMPANY
1108 CAMPBELL AVE., SE
ROANOKE, VA 24013
JOHN THOMPSON, DIRECTOR OF MAINT.
540- 982 -0303 EXT 128
GREEN BAY METRO
901 UNIVERSITY
GREEN BAY, WI 54302
PATRICIA KIEWIZ, INTERIM GM
920 - 448 -3454
GREEN LINK TRANSIT
1021 S. MAIN ST.
GREENVILLE, SC 29601
MARK RICKARDS, GM
864 - 303 -0150
GREEN MOUNTAIN TRANSIT
6088 VT ROUTE 12
BERLIN, VT 05602
CHRIS COLE, GM
802 - 864 -0629 X 16
GREENSBORO TRANSIT AUTHORITY
320 E. FRIENDLY AVE.
GREENSBORO, NC 27401
BRUCE ADAMS, SR. TRANSIT PLANNER
336 - 412 -6237
# UNITS
5
7
20
5
5
15
SIZE
35X102
40X102
35X102
35X102
35X102
35X102
18 40X102
8 40X102
9 35X102
10
2
7
3
1
35X102
35X102
35X102
35X102
35X102
DELIVERY DATE/
SERIAL NUMBERS
JUNE 2004
73217 -73221
73174 -73180
MAY 2011
179996 - 180015
NOV. 2011
180126 - 180130
AUG 2012
180229 - 180233
JAN 2013
180234 - 180248
SEPT. 2008
79475 -79492
SEPT. 2012
180993 - 181100
JUNE 2014
183912 - 183920
JUNE 2011
180265- 180274
JUNE 2010
177562- 177563
JULY 2011
179398 - 179404
SEPT. 2012
180457- 180459
JULY 2007
77199
10 35X102 DEC. 2006
77123 -77132
4 35X102 JAN. 2009
176180 - 176183
5 35X102 APRIL 2009
176184 - 176188
3/20/2015 29 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
GREENVILLE, NC
PUBLIC WORKS DEPT.
4
35X102
1500 BEATTY ST.
GREENVILLE, NC 27834
1
35X102
STEPHEN MANCUSO, TRANSIT MANAGER
252- 329 -4047
2
35X102
2
35X102
2 35X102
CITY OF GUADALUPE
918 OBISPO ST. 1 29X102
GUADALUPE, CA 93434
JIM TALBOTT, EXEC. DIRECTOR 1 29X102
805- 922 -8476
1 40X102
HAMPTON ROADS TRANSIT
3400 VICTORIA BLVD.
HAMPTON, VA 23661
MIKE PEREZ, DIR ROLLING STOCK
757- 222 -6000 X 6014
HARFORD COUNTY, MD
1807 N. FOUNTAIN GREEN
BEL AIR, MD 21015
WARREN PATRICK,. FLEET MGR
443 - 243 -8000
22 +90
4
16
15
10
40
29
7
3
9
7
7
3/20/2015 30 of 112
35X102
29X 102
35X102
29X 102
40X102
40X102
40X102
40X102
40X102
35X102
29X 102
29X 102
DELIVERY DATE/
SERIAL NUMBERS
MAY 2003
73421 -73424
MAY 2005
74118
MARCH 2006
76948 -76949
OCT. 2008
79505 -79506
AUG 2014
183929 - 183930
APRIL 2005
90992
MAY 2007
91298
DEC. 2010
176481
APRIL 1999
70607 -70634
JUNE 2000
90294 -90297
JUNE 2002
72510 -72525
OCT. 2002
90540 -90554
AUG 2004
74425 -74434
FEB. 2007
77621 -77660
JAN. 2008
78514 -78542
AUG 2008
79963 -79969
DEC. 2008
79974 -79976
DEC. 2011
180021 - 180029
JAN 2013
92490 -92496
JAN 2013
92490 -92496
LOW FLOOR CUSTOMER LIST
3/20/2015 31 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
HARRISONBURG, VA
475 E. WASHINGTON ST.
2
35X102
OCT. 2003
HARRISONBURG, VA 22802
71691 -71692
REGGIE SMITH, DIR. OF PUBLIC TRANSP
6
35X102
AUG. 2004
540- 432 -0496
74281 -74286
6
35X102
AUG 2008
79829 -79834
8
35X102
MARCH 2009
176368 - 176375
4
35X102
JUNE 2011
179981 - 179984
2
35X102
MARCH 2013
181285- 181286
CITY OF HATTIESBURG
1001 TIPTON ST.
2
29X102
SEPT. 2007
HATTIESBUR, MS 39401
91394 -91395
VINCENT NELMS, DIVISION MGR
601 -545 -4670
HAZLETON PUBLIC TRANSIT
40 N. CHURCH ST.
2
29X102
OCT. 2006
HAZLETON, PA 18201
90947 -90948
ROBERT FIUME, DIRECTOR
1
29X102
NOV. 2009
570- 459 -5414
91810
2
29X102
MARCH 2012
92361 -92362
HERTZ CORPORATION
225 BRAE BLVD.
150
40X102
SEPT. 1997
PARK RIDGE, NJ 07656 -0713
70001 -70151
JACK ENG, MGR. BUS PROGRAMS
21
40X102
JUNE 1999
201 - 307 -2142
70411 -70412
70415, 417 -418
70426 -436
70438 -456
70482 -487
70492 -499
70502, 70516
70522
71232 -71239
15
29X102
90455 -90464 & 90645 -90649
5
35X102
FEB. 2005
74607 -74611
NOV. 2010 - SEPT. 2011
94
40X102
179204 - 179299
JULY 2012
2
40X102
181895- 181896
3
40x 102
JUNE 2013
182878 - 182880
3/20/2015 31 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
HILLSBOROUGH AREA REGIONAL TRANSIT
4305 E. 21ST. AVE.
TAMPA, FL 33605
PHILLIP HALE, DIR. OF MAINTENANCE
813 - 623 -5835 X 196
HONOLULU, CITY OF
811 MIDDLE ST.
HONOLULU, HI 96813
RICK HARDY, VP MAINTENANCE
808 - 848 -4448
CITY OF HOT SPRINGS
100 BROADWAY TERR
HOT SPRINGS, AR 71901
BOB REDDISH, RESIDENT ADVISOR
501- 321 -2020
HOUSATONIC AREA REG. TRANSIT
62 FEDERAL RD
DANBURY, CT 78408 -417
ERIC BERGSTRAESSER, CEO
203 - 744 -4070 X 132
HOUSTON AIRPORT SYSTEM
16930 JOHN F. KENNEDY BLVD.
HOUSTON, TX 77032
DAVE DAVENPORT, GM
DELIVERY DATE/
# UNITS SIZE SERIAL NUMBERS
16
35X102
FEB. 1999
70468 -70481
70631 -70632
17
29X102
JULY 2000
90252 -90266
90292 -90293
20
40X102
NOV. 2000
90387 -90403
11
40X102
MARCH 2002
73025 -73033 & 73098
10
29X102
MARCH 2003
90765 -90774
13
40X102
JUNE 2003
73570 -73582
11
40X102
APRIL 2004
74386 -74397
5
40X102
NOV. 2004
74848 -74752
12
40X102
NOV. 2005
76490 -76501
12
40X102
APRIL 2006
76886 -76896
5
29X102
JUNE 2007
91258 -91262
30
40X102
SEPT. 2009
177170 - 177199
29
40X102
MARCH 2010
178008 - 178036
12
40X102
SEPT. 2013
182720 - 182731
3 40X102 SEPT. 1998
70604 -70606
55 40X102 DEC. 2003-FEB. 2004
74182 -74236
1 29X 102 JAN. 2009
91667
OCT. 2007
10 35X102 78408 -78417
SEP 2014
10 35X102 182389 - 182398
2 35X102 182399 - 182400
26
3/20/2015 32 of 112
JAN. 2003
40X102 72150 -72175
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
713 - 233 -1019
3/20/2015 33 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
HOUSTON RAC SEP 2014 - JAN 2015
17340 RENTAL CAR AVE 28 40X102 184660 - 184687
HOUSTON, TX 77032
DAVE DAVENPORT, GM (FIRST TRANSIT)
281 - 233 -1019
HOWARD CO. GOVERNMENT
9007 MARSHALL AVE.
3
35X102
JANUARY 2011
LAUREL, MD 20707
178500- 178502
FRED BAUMGARDNER, SERV QUALITY MGR
301 - 497 -5415 X 202
HUMBOLDT TRANSIT AUTHORITY
133 "V" ST.
3
35X102
OCT. 2009
EUREKA, CA 95501 -0844
176019 - 176021
NELEEN FREGOSO, GM
2
40X102
MARCH 2011
707 - 443 -0826
IDM
30022 BEVERLY RD
6
40X102
FEB. 2005
ROMULUS, MI 48174
74931 -74937
CHUCK COVINGTON, PRES. & CEO
734 - 467 -7000
INDIANA UNIVERSITY
120 W. GRIMES LANE
18 +8
40X102
DEC. 1998
BLOOMINGTON, IN 47401
70236 -70253
PERRY MAULL, OPS MGR
2
40X102
JUNE 2002
812 - 855 -8384
71694 -71694
4
40X102
JUNE 2005
75043 -75046
INDIANAPOLIS PTC
1501 W. WASHINGTON ST.
MAR - JUNE 2000
INDIANAPOLIS, IN 46222
25
29X102
90362 -90386
TREVOR O'COCK, OPS MGR
OCT - DEC 2000
317 - 635 -2100
25
35X102
72340 -72634
FEB - MAR 2001
25
40X102
72559 -72583
SEPT. 2003
24
40X102
72594 -72617
JAN. 2008
10
40X102
79380 -79389
AUG 2014
3
40X102
184551- 184553
DEC 2014 - JAN 2015
10
40X102
184564- 184573
3/20/2015 34 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 35 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
INTERCITY TRANSIT
526 S. PATTISON ST.
12
40X102
JULY 1998
OLYMPIA, WA 98507 -0659
701170 -70181
MICHAEL HARBOUR, GM
8
35X102
JULY 2004
360 - 786 -8585
70833 -70840
4
35X102
FEB. 2005
75106 -75109
4
35X102
JULY 2005
OLYMPIA, CONTD
75256 -75259
4
29X102
NOV. 2005
91095 -91098
5
35X102
DEC. 2005
76509 -76513
5
40X102
DEC. 2007
78390 -78394
8
29X102
91376 -91383
AUG 2012
23
40X102
181052- 181072
2
40X102
182005- 182006
INTERURBAN TRANSIT PARTNERSHIP
300 ELLSWORTH SW
13
40X102
OCT. 2004
GRAND RAPIDS, MI 49503
74850 -74862
STEVE SCHIPPER, MAINT. MGR.
9
40X102
AUG. 2005
616 - 456 -7514 X 1216
76477 -76485
14
40X102
AUG 2006
77133 -77146
2
40X102
MARCH 2007
77595 -77596
7
40X102
AUG 2007
78093 -78099
7
40X102
FEB. 2008
78781 -78787
8
40X102
JAN. 2009
78788 -78795
25
35X102
SEPT. 2009
176834 - 176858
12
40X102
NOV. 2011
180089 -18100
INTRACITY TRANSIT
100 BROADWAY TERRACE
2
29X102
AUG 2010
HOT SPRINGS, AR 71901
BOB REDDISH, RESIDENT ADVISOR
501- 321 -2020
IOWA CITY TRANSIT
1200 S. RIVERSIDE DR.
6
40X102
JUNE 2007
IOWA CITY, IA 52245
77476 -77481
CHRIS O'BRIAN, TRANSIT MGR
319 - 356 -5154
ISABELLA COUNTY TRANSPORTATION
2700 E. TRANSPORTATION DR.
3
29X102
MARCH 2004
MT. PLEASANT, MI 48858
90740 -90742
JANICE L. BAUMAN, GM
1
29X102
AUG. 2004
989 - 773 -2913
90743
3/20/2015 35 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS SIZE
DELIVERY DATE/
SERIAL NUMBERS
ISLAND TRANSIT
PO BOX 1735
2
40X102
APRIL 2009
COUPEVILLE, WA 98239
79441 -79442
DENNIS CARTER, MAINT. MGR
4
40X102
JANUARY 2011
360 - 678 -3949
178545- 178548
JACKSON PUBLIC TRANSPORTATION CO.
1025 TERRY RD.
4
40X102
FEB. 2006
JACKSON, MS 39207 -2809
76677 -76680
NATE ROBINSON, DIR OF MAINT
8
35X102
OCT. 2006
601 - 948 -7140
77414 -77421
JACKSON, TOWN OF
PO BOX 1687
2
29X102
JUNE 2009
JACKSON, WY 83001
91424 -91425
STEVE AINSLIE, OPER MGR
5
40X102
OCT. 2009
307 - 733 -4521
176955- 176959
2
29X102
MAY 2011
92196 -92197
1
40X102
OCT. 2012
180507
SEP 2014
1
40X102
183550
JACKSON TRANSIT AUTHORITY
241 E. DEADRICK ST.
JUNE 2009
JACKSON, TN 38301
1
29X102
91431
CHARLES E. SMITH, MAINT. MGR
JUNE 2010
731 - 423 -0200 X 108
1
29X102
91932
APRIL 2012
1
29X102
92400
NOV 2014
1
29X102
92646 -92647
JACKSON TRANSPORTATION AUTHORITY
2350 E. HIGH ST.
1
35X102
SEPT. 2008
JACKSON, MI 49203
79455
OLIVER LINDSAY, ADMIN DIRECTOR
1
40X102
77893
517- 780 -3780
5
29X102
91636 -91640
4
35X102
JUNE 2010
177316 - 177319
2
35X102
MARCH 2012
178137 - 178138
3/20/2015 36 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 37 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
JACKSONVILLE TRANSPORTATION AUTHORITY
100 N. MYRTLE AVE.
MARCH 2004
JACKSONVILLE, EL 32203
25
35X102
73476 -73500
LISA DARNALL, COO
21
40X102
74790 -74810
904 - 630 -3181
JUNE 2007
22
40X102
77551 -77572
JAN. 2008
3
29X102
91478 -91480
APRIL 2009
6
40X102
79398 -79403
APRIL 2010
14
40X102
177785- 177798
SEPT. 2011
13
40X102
179447 - 179459
JUNE 2013
6
40X102
181751- 181756
OCT 2014
10
40X102
183988 - 183997
JEFFERSON CITY
820 E. MILLER ST.
5
35X102
JUNE 2005
JEFFERSON CITY, MO 65101
74542 -74546
RICHARD TURNER SR., TRANSIT DIV. DIR.
3
35X102
SEPT. 2006
573- 634 -6599
76413 -76415
2
29X102
FEB. 2012
92117 -92118
JEFFERSON PARISH
90 FIRST ST.
1
29X102
MAY 2010
GRETNA, LA 70053
17
40X102
177934 - 177950
ORLANDO PIERRE, GM
AUG 2012
504- 367 -0519
8
40X102
181173 - 181180
4
29X102
APRIL 2013
92426 -92429
JOHNSON CO. TRANSIT
1701 WEST 56 HWY
3
40X102
AUG 2007
OLATHE, KS 66061
78260 -78262
ALICE AMREIN, TRANSP. DIRECTOR
9
40X102
AUG 2009
913 - 782 -2210
176922 - 176930
4
40X102
JUNE 2011
179432 - 179435
4
40X102
FEB. 2013
181855- 181858
KALAMAZOO, CITY OF
241 W. SOUTH ST.
6
35X102
OCT. 1998
KALAMAZOO, MI 49007 -4796
70339 -70344
ROB BRANCH, MAINT DIRECTOR
5
40X102
JUNE 2000
616 - 337 -8020
71076 -71080
3
35X102
JUNE 2000
71081 -71083
5
35X102
AUG 2003
73655 -73659
4
40X102
MARCH 2006
76681 -76684
4
35X102
FEB. 2008
78438 -78441
3/20/2015 37 of 112
CUSTOMER
LOW FLOOR CUSTOMER LIST
# UNITS
3/20/2015 38 of 112
DELIVERY DATE/
SIZE SERIAL NUMBERS
35X102 MARCH 2009
78442 -78448
LOW FLOOR CUSTOMER LIST
CUSTOMER
KANAWHA VALLEY RTA
1550 FOURTH AVE.
CHARLESTON, WV 25324
DENNIS DAWSON, GM
304 - 343 -3840
K.C.A.T.A.
1200 E. 18TH ST.
KANSAS CITY, MO 64108
WALT WOODWARD, DIR. OF MAINT
816 - 346 -0308
KANSAS CITY INTL AIRPORT
936 TEL AVIV AVE.
KANSAS CITY, MO 64153
ED MURPHY, CHAIRMAN
KENOSHA TRANSIT
3735 65TH ST.
KENOSHA, WI 53142
RONIWEN,GM
262 - 653 -4291
1
40X102
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
2
29X102
SEPT. 2009
74900 -74908
91753 -91754
8
35X102
176971 - 176978
JULY 2010
5 35X102
JAN 2014
5
29X102
92582 -92586
6
35X102
181972 - 181977
1
40X102
MARCH 2000
90917 -90924
4 35X102
70346
1
29X102
AUG 1999
74900 -74908
90281
17
40x102
SEPT. 2002
JULY 2010
5 35X102
73367 -73383
26
40x102
APRIL 2003
73105 -73130
19
40x 102
JUNE 2004
73994 -74012
12
40x 102
JUNE 2005
76072 -76083
1
40x 102
DEC. 2005
76326
19
40x 102
FEB. 2006
76538 -76556
8
40x102
MARCH 2007
78073 -78080
10
29X102
MARCH 2007
91332 -91341
17
29X102
MAY 2008
91521 -91537
7
40X102
FEB. 2010
176165- 176171
6
40X102
177521- 177526
MARCH 3011
6
40X102
180042 - 180047
APRIL 2011
22
29X102
92301 -92322
SEPT. 2012
12
29X102
92551 -92562
20
40X102
MARCH 2007
77063 -77082
8 29X102
AUG. 2004
90917 -90924
4 35X102
74129 -74132
MARCH 2005
9 35X102
74900 -74908
JULY 2009
4 40X102
177000 - 177003
JULY 2010
5 35X102
178535- 178539
3/20/2015 39 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
JAN 2012
3 40X102 179308 - 179310
3/20/2015 40 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 41 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
KETCHIKAN GATEWAY BOROUGH
344 FRONT ST.
4
29X102
MARCH 2008
KETCHIKAN, AK 99901
91446 -91449
MIKE BRANCO
2
29X102
DEC. 2011
907 - 228 -6675
92351 -92352
KEYLINE TRANSIT
2401 CENTRAL AVE.
4
35X102
JUNE 2011
DUBUQUE, IA 52001
179460 - 179463
BARBARA MORCK, DIR OF TRANSIT OPS
563 -589 -4341
KEY WEST
PO BOX 1078
4
29X102
JUNE 2001
KEY WEST, FL 33040
90408 -90411
MYRA HERNANDEZ
7
29X102
JULY 2003
305- 292 -8162
90684 -90690
2
35X102
JUNE 2008
78331 -78332
CITY OF KINGSTON
17 HOFFMAN ST.
2
35X102
AUG 2007
KINGSTON, NY 12401
78317 -78318
TONI ROSER, TRANSP. SUPERINTENDENT
2
35X102
JUNE 2011
845- 331 -3725
178405- 178406
KITSAP TRANSIT
200 CHARLESTON BLVD.
2
35X102
JUNE 2003
BREMERTON, WA 98312
73522 -73523
COLBY SWANSON, VEHICLE MAINT. DIR.
JULY 2004
360 - 478 -6229
10
35X102
74091 -74100
5
40X102
74106 -74110
5
40X102
JUNE 2005
74111 -74115
4
35X102
74101 -74105
CITY OF KNOXVILLE
1135 MAGNOLIA AVE.
4
35X102
NOV. 2008
KNOXVILLE, TN 37917
79725 -79728
SI MCMURRAY, CHIEF MAINT. OFFICER
6
35X102
JANUARY 2011
865- 215 -7803
179524- 179529
6
35X102
JULY 2011
179530- 179536
6
35X102
MAY 2012
180433 - 180438
2
40X102
MARCH 2013
181712 - 181713
5
35X102
181729 - 181733
LA CROSSE MUNICIPAL TRANSIT UTILITY
2000 MARCO DR.
4
35X102
AUG 2001
LA CROSSE, WI 54601
72548 -72551
KEITH CARLSON, MANAGER
7
35X102
APRIL 2002
608 - 789 -7350
72270 -72276
LA CROSSE, CONTD
JULY 2007
5
35X102
78154 -78158
3/20/2015 41 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 42 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
LAEAYETTE TRANSIT SYTEM
100 LEE AVE.
4
35X102
SEPT. 2004
LAEAYETTE, LA 70502
74013 -74016
MIKE MITCHELL, TRANSIT SUPERVISOR
4
35X102
JUNE 2005
337 - 291 -8571
75235 -75238
1
35X102
SEPT. 2007
78449
3
35X102
NOV. 2008
79725 -79728
LAKELAND AREA MASS TRANSIT DISTRICT
1212 GEORGE JENKINS BLVD.
MARCH 1999
LAKELAND, EL 33801
5 +5
35X102
70463 -70467
TOM PHILLIPS, TRANSIT DIRECTOR
JAN. 2012
941 - 688 -7433
1
35X102
178142
DEC 2014
1
35X102
183846
LAKETRAN
555 LAKESHORE BLVD.
4
29X102
JUNE 2010
PAINESVILLE, OH 44077
92054 -92057
TERRI GOODSON, PROCUREMENT /GRANTS
440 - 350 -1007
LANE TRANSIT DISTRICT
PO BOX 7070
14 +50
40X102
AUG 1998
EUGENE, OR 97402
70254 -70267
RON BERKSHIRE, DIR OF MAINTENANCE
5
40X102
AUG 1999
541- 862 -6163
70597 -70601
18
40X102
MAY 2003
73060 -73077
4
40X102
AUG 2002
73441 -73444
1
40X102
JULY 2005
75244
20
40X102
JAN. 2007
77500 -77519
LANTA
1060 LEHIGH ST.
4
40X102
OCT. 2006
ALLENTOWN, PA 18103
77119 -77122
RANDYELYTE, MATERIALS & MAINT. SUP.
4
35X102
77115 -77118
610 - 435 -5739
EATS
611 SW BISHOP RD
4
29X102
AUG 2010
LAWTON, OK 73502
92241 -92244
STEVE SHERRER
580- 248 -5252 X 101
LARSEN COUNTY TRANSIT AUTHORITY
701 -980 JOHNSTONVILLE RD
1
40X102
JUNE 2010
SUSANVILLE, CA 96130
177581
DELL DONOHO, GM
530- 252 -7433
3/20/2015 42 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 43 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
LASSEN CO. TRANSIT AUTHORITY
707 NEVADA ST., STE 4
1
40X102
AUG 2012
SUSANVILLE, CA 96130
181600
DAN DOUGLAS, TRANSIT PLANNER
530- 251 -8306
LAVTA
1362 RUTAN CRT, SUITE 100
10
29X102
NOV. 2003
LIVERMORE, CA 94551
90746 -90755
SYLVIA COX, DIR OF PLANNING
24
40X102
SEPT. 2003
925- 455 -7555
73703 -73726
2
29X102
JUNE 2007
91288 -91289
LAWTON AREA TRANSIT SYSTEM
611 SW BISHOP AVE.
2
29X102
DEC. 2011
LAWTON, OK 73501
92292 -92293
GARY RUSHING, GM
1
29X102
OCT. 2012
580- 248 -5252 X 102
92326
LEBANON, COUNTY OF
200 WILLOW ST.
1
29X102
AUG 2007
LEBANON, PA 17046
91375
TERI GIURINTANO, EXEC. DIRECTOR
2
29X102
APRIL 2009
717 - 274 -3664 X 120
91642 -91643
JUNE 2010
2
40X102
177534- 177535
2
29X102
92025 -92026
OCT. 2010
1
29X102
92207
LEE COUNTY TRANSIT
10715 E. AIRPORT RD.
7
35X102
MAY 2002
ET. MYERS, EL 33907
73341 -73347
STEVE MYERS, GM
2
35X102
JAN. 2007
941 - 277 -5008
77096 - 770979
3
35X102
JAN. 2010
176749 - 176751
7
35X102
APRIL 2010
177759- 177765
LEXTRAN
109 W. LOUDEN
AUG. 2004
LEXINGTON, KY 40508
6
40X102
74642 -74647
MICHAEL NAGY, DIR. OF MAINTENANCE
NOV. 2005
859- 913 -7769
5
40X102
76462 -76466
AUG 2007
9
40X102
78176 -78184
DEC 2007
8
40X102
78861 -78868
OCT 2009
1
29X102
91854
MAY 2011
5
29X102
92141 -92145
SEP 2012
1
40X102
181246
APR 2014
1
40X102
184243
3/20/2015 43 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
DEC 2014
2 40X102 185099- 185100
3/20/2015 44 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 45 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
LINK TRANSIT
2700 EUCLID AVE.
4
29X102
NOV. 2004
WENATCHEE, WA 98801
90611 -90614
TODD DANIEL, MAINT. MGR.
4
29X102
JULY 2005
509- 663 -1342
91030 -91033
3
40X102
APRIL 2007
78270 -78272
8
40X102
SEPT. 2008
78543 -78550
3
35X102
78551 -78553
LOUDOUN COUNTY
1 HARRISON ST
5
40X102
FEB 2014
LEESBURG, VA 20177 -7000
184124 - 184128
NANCY GOURLEY
703 - 737 -8384
CITY OF LOVELAND
410 E. FIFTH ST.
1
35X102
APRIL 2009
LOVELAND, CO 80537
78338
MARCY ABREO, TRANSIT MGR
2
35X102
DEC. 2010
970 - 962 -2743
176330 - 176331
LOWELL RTA
100 HALE ST.
8
29X102
FEB. 2005
LOWELL, MA 01852
90964 -90971
TOM HENDERSON, DEPUTY ADMIN.
3
29X102
NOV. 2005
978 - 459 -0164 X 210
91100 -91102
7
40X102
FEB. 2007
77534 -77540
5
35X102
OCT. 2007
78200 -78204
6
35X102
DEC. 2008
79321 -79326
LUZERNE COUNTY
315 NORTHAMPTON ST.
5
35X102
DEC. 1998
KINGSTON, PA 18704
70351 -70355
HAROLD E. EDWARDS, EXEC. DIR.
2
35X102
OCT. 2009
717 - 288 -9356
176623 - 176624
DEC. 2009
LYNX
2
35X102
176623 - 176624
445 W. AMELIA ST., STE 800
ORLANDO, EL 32801
5
29X102
JULY 2005
DAVID BURNETT, MAINT. MGR
90113 -90117
407 - 841 -2279
5
35X102
SEPT. 2006
77380 -77384
30
40X102
77350 -77379
3
29X102
MAY 2007
91239 -91240
2
35X102
78174 -78175
4
40X102
JUNE 2007
77929 -77932
AUG 2007
16
40X102
77933 -77948
5
35X102
77979 -77983
OCT. 2007
3/20/2015 45 of 112
CUSTOMER
LOW FLOOR CUSTOMER LIST
# UNITS
3/20/2015 46 of 112
DELIVERY DATE/
SIZE SERIAL NUMBERS
29X102 91462 -91470
40X102 78185 -78189
LOW FLOOR CUSTOMER LIST
3/20/2015 47 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
LYNX CONTD
JULY 2008
22
40X102
78901 -78922
AUG 2008
9
35X102
78923 -78931
1
29X 102
91623
NOV. 2010
10
40X102
177907 - 177916
OCT. 2012
11
40X102
179679 - 179689
OCT. 2013
1
35X102
183004
JULY 2013
11
40X102
182987 - 182997
MARCH 2014
5
40X102
183 -14- 183018
MACATAWA AREA EXPRESS
TRANSPORTATION AUTHORITY
4
29X102
MAY 2010
171 LINCOLN, STE 20
91942 -91945
HOLLAND, MI 49423
LINDA LEEEBRE, COORDINATOR
616 - 928 -2486
MACOMB, IL (GO WEST TRANSIT)
1 UNIVERSITY CIRCLE
3
35X102
MARCH 2004
MACOMB, IL 61455
73741 -73743
JUDE KIAH, DIRECTOR
3
40X102
73744 -73746
309 - 298 -3553
MARCH 2010
1
35X102
176602
MADISON COUNTY METRO
EAST MASS TRANSIT
24
29X102
JANUARY 2011
ONE TRANSIT WAY
92001 -92024
GRANITE CITY, IL
4
35X102
178105- 178108
JERRY KANE, EXEC DIRECTOR
22
40X102
177607 - 177628
618 - 874 -7433
JUNE 2012
14
40X102
180877 - 180890
DEC. 2012
13
40X102
182110 - 182122
13
29X102
92460 -92472
MADISON TRANSIT
1101 E. WASHINGTON ST.
15
40X102
MARCH 2004
MADISON, WI 58703
74408 -74422
CHUCK KAMP, TRANSIT MGR.
3
40X102
FEB. 2005
608 - 266 -4739
74765 -74767
MARCH 2009
22
40X102
176032 - 176053
JUNE 2009
11
40X102
176112 - 176122
OCT. 2011
14
40X102
180104 - 180117
DEC. 2012
13
40X102
182110 - 182122
13
29X102
92420 -92472
JAN 2014
18
40X102
183871 - 183881
3/20/2015 47 of 112
LOW FLOOR CUSTOMER LIST
MARITIME METRO TRANSIT
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
MANCHESTER TRANSIT AUTHORITY
90640 -90655
110 ELM ST.
6
29X102
JUNE 2006
MANCHESTER, NH 03101 -2799
91147 -91152
DAVID SMITH, EXEC. DIRECTOR
3
29X102
JULY 2007
603 - 623 -8801
1
29X102
91351 -91353
MARSHALLTOWN, IA 50158
3
29X102
AUG 2008
RICHARD STONE, TRANSIT ADMIN
1
29X102
91613 -91615
MANKATO, CITY OF
91968
PO BOX 3368
1
29X102
MARCH 2009
MANKATO, MN 56001
1
40X102
176572
MARK ANDERSON, MASS TRANSIT SUPER
1
29X102
FEB. 2010
507- 387 -8655
3
35X102
177766 - 177768
MASON CO. TRANSPORTION AUTHORITY
MAY 2012
790 E JOHNS PRAIRIE RD.
1
35X102
180483
SHELTON, WA 98584
SEP 2014
MIKE OLIVER, MAINT. MANGER
3
40X102
185896- 185398
MAPLE GROVE, CITY OF
181880
PO BOX 1180
3
40X102
MARCH 2013
MAPLE GROVE, MN 55311
181509 - 181511
MICHAEL OPATZ, TRANSP. COORDINATOR
763 - 494 -6005
MARBLE VALLEY RTD
158 SPRUCE ST.
5
35X102
MAY 2007
RUTLAND, VT 05701
77889 -77892
BENNY HUGHES, FLEET MGR
3
29X102
AUG 2008
91626 -91628
2
29X102
AUUST 2009
91766 -91767
MARCH 2011
4
29X102
92228 -92231
MARCH 2014
8
29X102
92662 -92669
MARITIME METRO TRANSIT
2655 S. 35TH ST.
5
29X102
JUNE 2004
MANITOWOC, WI 54220
90640 -90655
KEVIN GLAESER
4
35X102
JUNE 2005
920 - 683 -4550
74621 -74624
MARSHALLTOWN MUNICIPAL TRANSIT
905 E. MAIN ST.
1
29X102
MARCH 2009
MARSHALLTOWN, IA 50158
91423
RICHARD STONE, TRANSIT ADMIN
1
29X102
MAY 2010
641 - 754 -5719
91968
1
29X102
FEB 2012
92388
1
29X102
AUG 2013
92418
MASON CO. TRANSPORTION AUTHORITY
790 E JOHNS PRAIRIE RD.
3
35X102
JANUARY 2011
SHELTON, WA 98584
176683 - 176685
MIKE OLIVER, MAINT. MANGER
1
35X102
MARCH 2013
360 - 427 -5033 X 113
181880
3/20/2015 48 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
3/20/2015 49 of 112
LOW FLOOR CUSTOMER LIST
MERCED COUNTY TRANSIT
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
CITY OF MCALLEN TRANSIT
92165 -92171
1501 W. BUSINESS HWY 83, STE 100
7
35X102
JANUARY 2011
MCALLEN, TX 78501
176482 - 176488
MARIO DELGADO, TRANSIT MANAGER
3
35X102
MARCH 2014
956- 681 -3501
183301 - 183303
McCARRAN INT'L AIRPORT
PO BOX 11005
10
40X102
JAN. 2008
LAS VEGAS, NV 89111 -1005
78593 -78602
ED HOYING, LANDSIDE OPS
2
29X102
JUNE 2005
702 - 261 -5033
90864 -90865
MEMPHIS ATA
1370 LEVEE RD
20
40X102
OCT. 2003
MEMPHIS, TN 38108-1011
73154 -73173
GLEN LOCKHART, DIR OF MAINT
4
29X102
AUG 2007
901 - 722 -7184
90836 -90839
8
29X102
JUNE 2010
91957 -91964
8
35X102
SEPT. 2010
20
40X102
178377 - 178396
MENDOCINO TRANSIT AUTHORITY
5
35X102
180209 - 180213
241 PLANT RD
3
40X102
NOV 2013
UKIAH, CA 95482
182780 - 182782
DAN BAXTER, TRANSP. MANAGER
15
40X102
177450- 177464
707 - 234 -6446
MERCED COUNTY TRANSIT
369 W. 18TH ST.
7
29X102
MARCH 2011
MERCED, CA 95340
92165 -92171
RICHARD GREEN, PROGRAM MANAGER
7
40X102
JAN. 2013
181558- 181564
7
40X102
JAN 2013
181558- 181564
MERRILL, CITY OF
1004 E. FIRST ST.
3
29X102
JULY 2004
MERRILL, WI 54452
90861 -90863
RICHARD GRENFELL, TRANSIT ADMIN.
2
29X102
JUNE 2005
715 -536 -7112
90864 -90865
MERRIMACK VALLEY RTA
65 RAILROAD AVE.
3
35X102
JUNE 2007
HAVERHILL, MA 01835
78159 -78161
JOSEPH COSTANZO, ADMINISTRATOR
7
35X102
MAY 2009
978 - 469 -1251
177646 - 177652
8
35X102
JUNE 2011
177064 - 177065
8
35X102
180201 - 180208
JAN 2012
5
35X102
180209 - 180213
MET COUNCIL - ANOKA
390 ROBERT ST. NORTH
DEC. 2009
ST. PAUL, MN 55101 -1805
15
40X102
177450- 177464
3/20/2015 50 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS
ALEX CURTISS
651- 602 -1487 31
3/20/2015 51 of 112
DELIVERY DATE/
SIZE SERIAL NUMBERS
AUG 2010
40X102 79088 -79118
JANUARY 2011
29X102 91898 -91905
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS SIZE
MET COUNCIL - BLAINE
515 N. CLEVELAND AVE.
ST. PAUL, MN 55114 -1878
ALEX CURTIS, MGR FLEET SERVICES
651- 602 -1487
MET COUNCIL - PLYMOUTH
3204 COMO AVE.
MINNEAPOLIS, MN 55414
ALEX CURTISS
651- 602 -1487
MET COUNCIL - ST. PAUL
390 NORTH ROBERT STREET
ST. PAUL, MN 55101 -1805
ALEX CURTISS
651- 602 -1487
MET TRANSIT
PO BOX 1178
BILLINGS, MT 59103
RONALD WENGER, TRANSIT MGR
406 - 657 -8221
METRA
PO BOX 1340
COLUMBUS, GA 31902 -1340
THOMAS TAYLOR, MAINT. MANAGER
706 - 653 -4409
METRO AREA TRANSIT
402 N. 23RD ST.
FARGO, ND 58102
HAROLD PETERSON, FLEET SERV MGR
701 - 241 -1460
METRO AREA TRANSIT (MAT)
2222 CUMING ST.
OMAHA, NE 68102
CURT SIMON, DIR. OF OPERATIONS
METRO COUNCIL MEARS PARK CENTER
(TWIN CITIES)
230 E. FIFTH ST.
ST. PAUL, MN 55101
BRUCE DREIER
651- 602 -1708
3/20/2015
5 40X102
2 40X102
2 40X102
8 29X102
16 29X102
2 35X102
3 35X102
3 35X102
3 29X 102
4 29X102
19 35X102
18 40X102
8 40X102
13 29X102
5 40X102
6 29X102
52 of 112
DELIVERY DATE/
SERIAL NUMBERS
JAN 2013
181096 - 181100
MARCH 2011
79233 -79234
SEPT. 2013
183169 - 183170
MAY 2009
91822 -91829
JULY 2014
92701 -92716
MAY 2011
177064 - 177065
MAY 2008
76350 -76352
MAY 2009
176429 - 176431
MARCH 2002
90482 -90484
MAY 2004
90680 -90683
DEC. 2000
71695 -71713
AUG 2000
71715 -71732
OCT. 2009
176752- 176759
DEC. 2002
90665 -90677
FEB. 2004
74270 -74274
AUG 2004
90926 -90931
LOW FLOOR CUSTOMER LIST
3/20/2015 53 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
METRO RTA
416 KENMORE BLVD.
9
40X102
JAN. 2006
AKRON, OH 44301
76832 -76840
DEAN HARRIS, DIR. OF FINANCE
5
35X102
FEB. 2007
330 -564 -2264
77056 -77060
2
35X102
MAY 2007
78263 -78264
2
35X102
DEC. 2007
78891 - 788892
4
40X102
MAY 2009
176819 - 176820
10
40X102
APRIL 2010
177661 - 177670
6
40X102
MARCH 2011
179467 - 1769472
METRO TRANSIT
2000 S. MAY AVE
2
40X102
MAY 2013
OKLAHOMA CITY, OK 73108
180986 - 180987
JIM MEEKS, DIR. OF PROCUREMENT
METROPOLITAN COUNCIL
515 N. CLEVELAND AVE.
SEPT. 2003
ST. PAUL, MN 55114
3
40X102
73595 -73597
ROB MILLESON, DIR. OF MAINTENANCE
MAR -NOV 2008
612 - 349 -5008
87
40X102
79001 -79087
AUG 2010
30
40X102
791191 -79148
DEC. 2011
5
40X102
179127 - 179131
MAY 2012
23
40X102
179636 - 179658
JUNE 2012
17
40X102
180648 - 180664
JULY 2012
13
40X102
180698 - 180710
MAY 2013
30
40X102
182571- 182600
JULY 2013
21
40X102
182601 - 182621
NOV 2013
24
40X102
182622 - 182645
DEC 2013 - JULY 2014
75
40X102
184301 - 184375
METROPOLITAN EVANSVILLE TRANSIT SYSTEM
601 JOHN ST.
4
29X102
JUNE 2006
EVANSVILLE, IN 47113
91159 -91162
JONATHAN SIEBEKING
1
29X102
APRIL 2014
812 - 435 -6168
92547
METROPOLITAN TRANSIT AUTHORITY
130 NESTOR ST.
25
40X102
MAY 2004
NASHVILLE, TN 37210
74245 -74269
BOB BAULSIR, ASST. GM
24
40X102
JUNE 2006
615- 862 -6178
76557 -76580
3/20/2015 53 of 112
CUSTOMER
LOW FLOOR CUSTOMER LIST
# UNITS
25
3/20/2015 54 of 112
DELIVERY DATE/
SIZE
SERIAL NUMBERS
40X102
DEC. 2009
177506- 177507
35X102
AUG 2010
178143 - 178144
40X102
FEB. 2011
179751- 179775
LOW FLOOR CUSTOMER LIST
METROPOLITAN WASHINGTON AIRPORTS
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
METROPOLITAN TRANSIT AUTHORITY
90972 -90981
OF BLACK HAWK COUNTY
8
29X102
APRIL 2009
1515 BLACK HAWK ST.
1
35X102
176953
WATERLOO, IA 50702
2
29X102
91685 -91686
MARK LITTLE, GM
MARCH 2012
319 - 234 -5714
3
29X102
92372 -92374
MIAMI, FL 33126
3
40X102
FEB 2013
CARLOS CHANGE, BUYER
1
29X 102
92448
METROPOLITAN TULSA TRANSIT
3
29X102
92327 -92329
510 S. ROCKFORD
3
35X102
JUNE 2005
TULSA, OK 74120
5
40X102
74914 -74916
RANDY CLOUD, DIR. OF MAINT.
10
35X102
JUNE 2005
918 -560 -5619
2
35X102
76441 -76450
CHARLEROI, PA 15022
15
40X102
76426 -76440
METROPOLITAN WASHINGTON AIRPORTS
AUTHORITY
10
29X102
FEB. 2005
RONALD REGAN WASH NAT'L AP MA -420
90972 -90981
WASHINGTON, DC 20001 -6000
8
29X102
SEPT. 2007
MIKE QUINN, FLEET MAINT. MGR.
91386 -91393
703 -572 -3960
MIAMI DADE AVIATION DEPT.
4300 NW 14TH ST.
JAN. 2009
MIAMI, FL 33126
3
40X102
176175- 176177
CARLOS CHANGE, BUYER
FEB 2012
305- 869 -3010
3
29X102
92327 -92329
NOV 2014
5
40X102
184546- 184550
MID MON TRANSIT AUTHORITY
1300 MCKEAN AVE.
2
35X102
JUNE 2004
CHARLEROI, PA 15022
112453 - 112454
RITA ROSSO, ASST. DIRECTOR
6
40X102
APRIL 2009
724 - 489 -0880
79404 -79409
MIDDLETOWN AREA TRANSIT
540 MAIN ST.
4
29X102
OCT. 2002
MIDDLETOWN, CT 06475
90585 -90588
THOMAS CHEESEMAN, TRANSIT ADMIN.
3
35X102
DEC. 2003
860 - 346 -0212
71265 -71267
MIDDLETOWN TRANSIT
1219 HOOK DR
6
29X102
JULY 2002
MIDDLETOWN, OH 45042 -1901
90489 -90494
KEITH BACK, GARAGE SUPERINTENDENT
3
29X102
JUNE 2012
513- 727 -3643
92263 -92265
MILWAUKEE COUNTY TRANSIT SYSTEM
COUNCIL TRANSIT OPERATIONS
5
40X102
APRIL 2002
515 N. CLEVELAND AVE.
72850 -72854
ST. PAUL, MN 55114
VINCE PELLIGRIN, DIR. OF MAINTENANCE
3/20/2015 55 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
612 - 349 -5000
3/20/2015 56 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 57 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
MINNESOTA VALLEY TRANSIT AUTHORITY
100 E. HWY 13
12
40X102
MAY 2003
BURNSVILLE, MN 55337
73764 -73775
MICHAEL ABEGG, PLANNER
9
40X102
DEC. 2007
952- 882 -7500
78399 -78407
5
40X102
MARCH 2009
176869 - 176873
2
40X102
AUG 2010
177659- 177660
2
40X102
MARCH 2012
179694 - 179695
6
40X102
FEB 2013
182040 - 182045
1
40X102
JAN 2015
185551
MISSOULA URBAN TRANSPORTATION
1221 SHAKESPEARE
DEC. 2009
MISSOULA, MT 59802
10
29X102
91946 -91955
STEVE EARLE, GM
SEP 2014
406 -543 -8386
3
35X102
184191 - 184196
MOBILE. CITY OF
745 BROAD ST.
14
29X102
DEC. 2004
MOBILE, AL 36604
90950 -90963
TYRONE PARKER, DIR. OF PLANNING
JUNE 2010
251- 344 -6600
6
29X102
91985 -91990
4
35X102
177558- 177561
MODESTO, CITY OF
PO BOX 642
DEC. 2001
MODESTO, CA 95353
3
40X102
72278 -72280
FREDERICK CAVANNAH
SEPT. 2003
209 -577 -5298
6
40X102
73978 -73983
8
35X102
74083 -74090
DEC. 2009
7
40X102
177465- 177471
DEC 2014
8
40X102
184638 - 184645
JAN 2015
MONROE CO. TRANSP. AUTHORITY
PO BOX 339
3
35X102
NOV. 2002
MONROE, PA 18355
72478 -72480
WALTER QUADARELLA, DIR. OF OPERATIOP
1
29X102
90495
610 - 899 -6082
2
29X102
MAY 2007
91247 -91248
2
29X102
OCT. 2009
91782 -91783
8
35X102
OCT 2013
182751- 182758
MONROE TRANSIT SYSTEM
700 WASHINGTON ST.
3
40X102
FEB. 2008
MONROE, LA 71201
78833 -78835
MIKE CREIGHTON, GM
APRIL 2009
318 - 329 -2206
1
40X102
176152
4
35X102
176154- 176157
3/20/2015 57 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 58 of 112
DELIVERY DATE/
CUSTOMER
# UNITS SIZE SERIAL NUMBERS
MONTACHUSETT RTA
R1427 WATER ST.
5 35X102 AUG 2007
FITCHBURG, MA 01420
78054 -78058
PHILIP ROCA, GM
1 40X102 JUNE 2013
978 - 345 -7111 X 2261
182420
3/20/2015 58 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
MONTANA DOT
2960 PROSPECT AVE 5 29X102 DEC 2013
HELENA, MT 59620 92684 -92688
ADAM KRAFT
406 - 444 -6120
MONTEBELLO BUS LINES
400 SOUTH TAYLOR AVE.
7
40X102
JAN. 1999
MONTEBELLO, CA 90640
70286 -70292
AURORA JACKSON, DIR. OF TRANSPORTATP
5
40X102
FEB. 2000
323 - 887 -4604
71490 -71494
MONTEREY SALINAS TRANSIT
ONE RYAN RANCH RD
12
40X102
OCT. 2002
MONTEREY,CA 93940 -5795
73429 -73440
MIKE HERNANDEZ, AGM/COO
12
40X102
JAN. 2004
831 - 393 -8132
77301 -73312
10
35X102
SEPT. 2007
78291 -78300
5
40X102
JAN. 2008
78286 -78290
1
40X102
JUNE 2013
180771
MONTGOMERY COUNTY
16630 CRABBS BRANCH WAY
MARCH 2006
ROCKVILLE, MD 20855
5
40X102
76870 -76874
TAMMY DIXON, CPPB
JUNE 2008
240 - 777 -5733
5
40X102
79426 -79430
NOV. 2008
6
29X102
91646 -91651
DEC. 2008
16
40X102
176034 - 176069
JULY 2009
11
40X102
176667 - 176677
SEPT. 2009
31
29X102
91687 -91711
SEPT. 2011
1
40X102
179503
AUG 2013
12
40X102
182279 - 182290
SEPT. 2013
28
29X102
92601 -92628
JULY - AUG 2014
32
29X102
92717 -92748
1
29X102
93013 (REPLACES 92723)
NOV. 2014
1
29X102
93013
MOUNTAIN LINE TRANSIT AUTHORITY
420 DUPONT RD
7
35X102
SEPT. 2009
MORGANTOWN, WV 26501
176986 - 176992
DAVID BRUFFY, GM
3
29X102
JULY 2010
3/20/2015 59 of 112
CUSTOMER
304 - 296 -3680
LOW FLOOR CUSTOMER LIST
# UNITS
3/20/2015 60 of 112
DELIVERY DATE/
SIZE
SERIAL NUMBERS
91996 -91998
35X102
FEB 2014
184213
29X 102
92749
35X102
184605- 184607
LOW FLOOR CUSTOMER LIST
NEW CASTLE TRANSIT AUTHORITY
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
MOUNTAIN METROPOLITAN TRANSIT
70821 -70832
1015 TRANSIT DR.
2
40X102
DEC. 2002
COLORADO SPRINGS, CO 80403
73662 -73663
KEN GIANINO
4
35X102
JULY 2005
CONTRACTING & PROCUREMENT ADMIN
75266 -75269
719 - 385 -7409
3
40X102
75232 -75234
COLORADO SPRINGS CONTD
91624 -91625
10
40X102
AUG 2006
77609 -77618
NIAGARA FRONTIER TRANSIT AUTHORITY
19
40X102
JULY 2007
1581 MICHIGAN AVE.
21
40X102
78319 -78337
BUFFALO, NY 14209
7
35X102
OCT. 2007
HOWIE SCHOLL, DIR. OF MAINTENANCE
16
40X102
78951 -78957
716 - 881 -4705
6
35X102
SEPT. 2008
26
40X102
176376 - 176381
MUNCIE INDIANA TRANSIT SYSTEM
72699 -72722 & 72998 -72999
1300 E. SEYMOUR ST.
11
35X102
NOV. 2005
MUNCIE, IN 47302
76451 -76461
TROY DENISON. DIR OF MAINT
5
35X102
JAN. 2007
765- 282 -2762
77579 -77583
MUSKEGON AREA TRANSIT SYSTEM
2624 SIXTH ST.
2
35X102
DEC. 2006
MUSKEGON HEIGHTS, MI 49444
4
35X102
76851 -76854
JAMES KOENS, TRANSIT SYSTEMS MGR.
1
35X102
MARCH 2009
231 - 724 -6420
5
35X102
78554 -78558
NEW CASTLE TRANSIT AUTHORITY
311 MA ZONING AVE.
12
35X102
OCT. 1999
NEW CASTLE, PA 16101
70821 -70832
LEONARD LASTORIA
16
40X102
JUNE 2002
724 - 654 -3130
73405 -73420
3
29X102
JUNE 2005
90709 -90711
2
29X102
OCT. 2008
91624 -91625
3
40X102
JUNE 2010
178303 - 178305
NIAGARA FRONTIER TRANSIT AUTHORITY
1581 MICHIGAN AVE.
21
40X102
NOV. 2001
BUFFALO, NY 14209
72200 -72220
HOWIE SCHOLL, DIR. OF MAINTENANCE
16
40X102
JUNE 2002
716 - 881 -4705
73405 -73420
26
40X102
OCT. 2002
72699 -72722 & 72998 -72999
22
29X1012
MAY 2004
90866 -90887
54
40X102
NOV. 2010
178193 - 1782465
NAIPTA
3773 N. KASPAR DR
2
35X102
FEB. 2008
FLAGSTAFF, AZ 86004
77857 -77858
GEORGE GILLETTE, FLEET MGR
1
35X102
OCT. 2009
928 - 679 -8914
176017
3/20/2015 61 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
3/20/2015 62 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 63 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
NO. ILLINOIS UNIVERSITY
ATC /VANCOM OF ILLINOIS
AUG 2004
1825 PLEASANT ST.
2
35X102
73660 -73661
DEKALB, IL 60115
JUNE 2005
CHARLES BAUTISTA, MGR.
2
35X102
74119 -74120
815- 756 -9559
JULY 2007
2
35X102
78148 -78149
JUNE 2009
4
35X102
176736 - 176739
AUG 2010
4
35X102
177530- 177533
JULY 2011
3
35X102
178139 - 178141
JUNE 2014
1
35X102
184581
NORTHWESTERN INDIANA REGIONAL
PLANNING COMMISSION
2
35X102
JUNE 2006
6100 SOUTHPORT RD
76416 -76417
PORTAGE, IN 46368
2
35X102
MARCH 2007
EMELIO RODRIGUEZ
77681 -77682
219 - 391 -8465
1
35X102
JAN. 2010
177200
NORWALK, CITY OF
12700 NORWALK BLVD
1
40X102
JAN. 1998
NORWALK, CA 90650
70000
JAMES C. PARKER
4
40X102
DEC. 1998
562- 929 -5533
70356 -70359
2
40X102
DEC. 2003
73944 -73945
8
40X102
OCT. 1999
70982 -70989
2
40X102
DEC. 2001
72764 -72765
4
40X102
SEPT. 2002
73564 -73567
2
40X102
DEC. 2003
73944 -73945
1
40X102
JAN. 2010
177557
14
40X102
JAN 2013
182490 - 182503
NORWALK TRANSIT DISTRICT
275 WILSON AVE.
3
29X102
MARCH 2004
NORWALK, CT 06854
90706 -90709
LOUIS SCHULMAN, ADMIN.
3
35X102
NOV. 2006
203 - 299 -5163
77147 -77149
4
35X102
SEPT. 2008
79456 -79459
2
29X102
91620 -91621
3/20/2015 63 of 112
LOW FLOOR CUSTOMER LIST
C' I T STOAWR
811 MIDDLE ST.
HONOLULU, HI 96819
HERB BARBOZA, VP, MAINTENANCE
808 - 848 -4448
OAKLAND INTL AIRPORT
ONE AIRPORT DR., BOX 45
OAKLAND, CA 94621
NOEL PINTO- CORREIA, AIRPORT OPS
510 -577 -4909
OHIO VALLEY RTA
21 S. HURON ST.
WHEELING, WV 26003
THOMAS HVIZDOS, EXEC. DIRECTOR
304 - 232 -2190
OHIO STATE UNIV
2578 KENNY RD
COLUMBUS, OH 43210
TOM HOLMAN, TRANSP & TRAFFIC MGMT
614 - 292 -9113
ORANGE COUNTY
124 MAIN ST.
GOSHEN, NY 10924
ROB PARRINGTON, TRANSIT PLANNER
845- 615 -3852
(SEE BELOW)
VILLAGE OF KIRYAS JOEL
150 SCHUNNEMUNK RD, MONROE, NY
TOWN OF WARWICK
12 KINGSD HWY, WARWICK, NY 10990
MIDDLETOWN TRANSIT
518 NEW YORK 17M, MIDDLETON, NY
NEWBURGH BEACON BUS CORP
24 WINDSOR HWY, NEW WINDOR, NY
CITY OF OWENSBORO
1314 W. 5TH ST.
OWENSBORO, KY 42301
MICHAEL HUGHS, OPS MGR
270 - 687 -8571
OZAUKEE CO. TRANSIT SERVICE
121 WEST MAIN ST.
6 40X102 AUG 2013
182456- 182461
9 29X102 JUNE 2013
92438 -19546
6 35X102 182516- 182521
5 29X102
92538 -92542
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
10
35X102
DEC. 2010
179174 - 179183
40
40X102
JULY 2012
181451 -18490
10
35X102
181481 - 181490
10
40X102
181491 - 181500
JULY 2013
18
40X102
182081 - 182098
AUG 2014
29
40X102
184401 - 184429
5
40X102
MAY 1998
70293 -70297
15
35X102
FEB. 1999
70298 -70312
3
29X102
FEB. 2010
92062 -92064
6 40X102 AUG 2013
182456- 182461
9 29X102 JUNE 2013
92438 -19546
6 35X102 182516- 182521
5 29X102
92538 -92542
1 29X 102
92546
3 29X102
92543 -92545
6 35X102
182516- 182521
1 29X102 FEB. 2009
91668
APRIL 2010
3 29X102 91965 -91967
JAN 2013
2 29X102 92324 -92325
5 40X102 APRIL 2002
3/20/2015 64 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS
PORT WASHINGTON, WI 53074
SHARON GILMAN, TRANSIT SERV. DIR.
262 - 284 -8121
3/20/2015 65 of 112
DELIVERY DATE/
SIZE SERIAL NUMBERS
72850 -72854
LOW FLOOR CUSTOMER LIST
CUSTOMER
PACIFIC TRANSIT SYSTEM
216 N. 2ND ST.
RAYMOND, WA 98577
TIM RUSS, DIRECTOR
360 - 875 -9418
PADUCAH TRANSIT AUTHORITY
850 HARRISON ST.
PADUCAH, KY 42001
ARTHUR BOYKIN, GM
270 - 444 -8700
PALMTRAN
SURFACE TRANSPORTATION DEPT.
3201 ELECTRONICS WAY
WEST PALM BEACH, EL 33407 -4618
JON KAVALUINAS, DIR. OF MAINTENANCE
407 - 233 -1145
PARK CITY MUNICIPAL CORP.
1053 IRON HORSE DR.
PARK CITY, UT 84060
KENT CASHEL, TRANSP MGR
435- 615 -5360
PETERSBURG, CITY OF
DELIVERY DATE/
# UNITS SIZE SERIAL NUMBERS
4 29X102 APRIL 2011
92148 -92151
2 29X102 OCT. 2011
92274 -92275
3 29X102 FEB. 2003
90600 -90602
1 29X 102 DEC. 2003
90555
6 +50
35X102
JAN. 1999
72237 -72240
4 35X102
70533 -70538
12
40X102
70368 -70372
JULY 2008
70675 -70676
8 40X102
OCT. 2008
70868 -70872
8
29X102
NOV. 2003
176514- 176517
90775 -90782
1
40X102
DEC. 2004
76000
20
40X102
AUG 2006
76918 -76937
4
40X102
MAY 2007
77809 -77812
SEPT. 2007
13
40X102
78108 -78120
6
40X102
78142 -78147
DEC. 2008
3
40X102
79669 -79671
OCT. 2009
5
35X102
176618 - 176622
FEB. 2011
9
40X102
178368 - 178376
AUG 2011
5
40X102
180439 - 180443
NOV. 2011
11
40X102
178883 - 178893
SEPT 2012
14
40X102
180051- 180064
AUG 2013
5
40X102
183556- 183560
4 35X102
SEPT. 2002
72237 -72240
4 35X102
JUNE 2005
74464 -74467
4 35X102
JULY 2008
79214 -79217
8 40X102
OCT. 2008
78130 -78137
4 35X102
JAN. 2010
176514- 176517
3/20/2015 66 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS
309 FAIRGROUNDS RD 1
PETERSBURG, VA 23803
GHA -IS BASHIR, GM 9
804 - 733 -2413
3/20/2015 67 of 112
DELIVERY DATE/
SIZE
SERIAL NUMBERS
29X 102
DEC. 2001
90568
29X102
JUNE 2007
91265 -91273
35X102
JULY 2013
182504- 182507
CUSTOMER
LOW FLOOR CUSTOMER LIST
# UNITS SIZE
8220 BARTRAM AVE. 25 40X102
PHILADELPHIA, PA 19153
PETER DONNER
215- 365 -3477
PHILADELPHIA TROLLEY WORKS
1350 SCHUYLKILL AVE.
PHILADELPHIA, PA 19146
MICHAEL KATES, DIR. OF OPERATIONS
267 - 446 -4612
PIEDMONT WAGON TRANSIT
PO BOX 398
HICKORY, NC 28603
CYNTHIA MCGINNIS, TRANSIT MGR
828 - 464 -9444 X 204
PIERCE TRANSIT
3701 98TH ST.
LAKEWOOD, WA 98499
BILL SPIES, SR. MANAGER OF MAINT
253 -589 -6896
PINE BLUES, CITY OF
2300 E. HARDING AVE.
PINE BLUES, AR 71601
LARRY REYNOLDS, MANAGER
870 -543 -5130
PINELLAS SUNCOAST TRANSIT
3201 SCHERER DR.
ST. PETERSBURG, FL 33716
BRAD MILLER, EXECUTIVE DIRECTOR
727 -530 -9921
DELIVERY DATE/
SERIAL NUMBERS
MARCH 2006
77200 -77224
1 40X102 MARCH 2006
76337
2 35X102 APRIL 2006
76938 -76939
MARCH 2012
2 40X102 180613 - 180614
MARCH 2013
6 40X102 179989 - 179994
4
8
15
10
2
8
5
8
12
36
11
7
6
3/20/2015 68 of 112
29X102 SEPT. 2011
92224 -92227
40X102
JUNE 1999
70373 -70374
40X102
OCT. 2000
71294 -71308
40X102
NOV. 2002
72768 -72777
29X102
90702 -90705
40X102
MARCH 2005 -JUNE 2005
74880 -74887
29X102
90982 -90986
35X102
74872 -74879
35X102
APRIL 2006
76622 -76633
40X102
MARCH 2006
76586 -76621
40X102
MAY 2007
77584 -77594
35X102
JUNE 2007
77599 -77608
35X102
MARCH 2008
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
78849 -78854
2 35X102 JUNE 2009
176133 - 176134
3/20/2015 69 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
PIONEER VALLEY TRANSIT AUTHORITY
2808 MAIN ST.
10
35X102
SPRINGFIELD, MA 01107
JIM BESAW, SUP. OF MAINTENANCE
5
40X102
413 - 732 -2161
8
40X102
10
40X102
15
35X102
3
40X102
16
35X102
POCATELLO, CITY OF
215 W. BONNEVILLE
1
29X102
POCATELLO, ID 83205
RON BINGGELI, PUBLIC TRANSIT DIR
208 - 232 -5057
POINT MANAGEMENT INC.
700 W. ATLANTIC AVE.
2
40X102
DELRAY BEACH, FL 33446
MICHAEL HYMAN, PRESIDENT
4
35X102
561- 499 -3335
PORTAGE AREA RTA
2400 SUMMIT RD 3 35X102
KENT, OH 44240
BRIAN TRAUTMAN, MAINT. MGR 4 35X102
330 - 678 -7745
2 35X102
PORT AUTHORITY OF ALLEGHENY COUNTY
2235 ALLEGHENY
PITTSBURGH, PA 15233
RICK SNYDER, BUS PROCRUEMENT SPEC.
412 - 237 -7422
164
60
90
26
54
24
45
60
3/20/2015 70 of 112
40X102
40X102
40X102
40X102
40X102
40X102
40X102
40X102
DELIVERY DATE/
SERIAL NUMBERS
JUNE 2006
76803 -76812
76813 -76817
FEB. 2007
77520 -77527
FEB. 2008
78700 -78709
SEPT. 2008
78715 -78729
MAY 2009
176993 - 176995
OCT. 2010
178264 - 178281
JAN. 2008
91450
AUG 2002
70850 -70851
71277 -71280
MARCH 2005
75047 -75049
JAN. 2008
78360 -78363
NOV. 2009
177474 - 177476
JUNE 2003 - FEB. 2004
73777 -73940
MARCH -APRIL 2005
74483 -74541
10/06-2/07
76950 -77039
DEC. 2008 - MARCH 2009
79729 -79751
177363 - 177416
APRIL 2011
179881 - 179904
AUG 2012
181201 - 181245
SEP - DEC 2014
184051- 184110
LOW FLOOR CUSTOMER LIST
3/20/2015 71 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
POTOMAC & RAPPAHA TRANSIT (OMNILINK)
14700 POTOMAC MILLS RD.
16
29X102
OCT. 2004
WOODBRIDGE, VA 22091
90888 -90903
BILL LIESEN, MGR. OF CONTRACT OPS.
2
29X102
JULY 2005
703 -580 -6116
90904 -90905
4
29X102
JUNE 2006
91103 -91106
1
29X102
JUNE 2010
91909
4
40X102
JUNE 2012
180578- 180581
7
40X102
180584- 180590
NOV. 2013
5
29X102
92484 -92488
11
29X102
92565 -92575
POTTSTOWN URBAN TRANSIT INC.
902 FARMINGTON AVE.
5
35X102
JUNE 2007
POTTSTOWN, PA 19464
77865 -77869
CHARLIE DICKINSON, PRESIDENT
610 - 326 -5413
PRINCE GEORGE CO. GOVERNMENT
9400 PEPPERCORN PL., STE 320
12
35X102
JULY 2008
LARGO, MD 20774
79986 -79997
JAMES RASZEWSKI, CHIEF DIV OF TRANSIT
8
35X102
JAN. 2010
301 - 883 -5656
177536- 177543
2
35X102
MARCH 2010
177653- 177654
NOV. 2010
PRINCE GEORGE CONTD
22
35X102
178109 - 178130
2
40X102
178479 - 178480
2
35X102
178481 - 178482
NOV. 2011
6
29X102
92267 -92272
DEC. 2011
4
29X102
92276 -92279
6
35X102
178131 - 178136
6
35X102
179011 - 179016
JAN. 2012
14
35X102
181251- 181264
PUEBLO, CITY OF
350 S. GRAND AVE.
3
35X102
SEPT. 2010
PUEBLO, CO 81003
176664 - 176666
BRENDA BROYLES, TRANSIT MGR
719 -553 -2725
PULLMAN TRANSIT
775 NW GUY ST.
SEPT. 2010
PULLMAN, WA 99163
1
35X102
177693
MICHAEL WAGNER, GM
4
40X102
177689 - 177692
509- 338 -3248
OUINCY REGIONAL AIRPORT
1645 HWY 104
1
35X102
DEC. 2010
QUINCY, IL 62305
177076
MARTY STEGEMAN, AIRPORT DIRECTOR
3/20/2015 71 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
217 - 885 -3262
3/20/2015 72 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 73 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
RACINE, CITY OF
BELLE URBAN SYSTEM
10
35X102
JULY 2004
1900 KENTUCKY ST.
74582 -74591
RACINE, WI 53405
3
35X102
OCT. 2009
AL STANEK, TRANSIT MGR
79708 -79710
262 - 636 -9480
3
35X102
AUG 2012
180510- 180512
14
35X102
FEB 2013
181583- 181594
RALEIGH, CITY OF
222 W. HARGETT ST., STE 400
FEB. 2008
RALEIGH, NC 27602 -0590
13
40X102
78812 -78824
DAVID EATMAN, PLANNER
2
40X102
79473 -79474
919 - 833 -3823
JUNE 2009
19
40X102
176717 - 176735
JUNE 2011
7
40X102
179301 - 179307
OCT 2012
2
40X102
180716 - 180717
OCT 2014
11
40X102
184728 - 184738
DEC 2014
10
40X102
185089- 185098
RALEIGH DURHAM AIRPORT AUTHORITY
1000 TRADE DR.
4
40X102
DEC. 2008
RDU AIRPORT, NC 27623 -0001
176403 - 176406
ANDY THOMPSON
2
40X102
DEC. 2010
919 - 840 -7811
178954- 178955
4
40X102
SEPT. 2013
182106 - 182109
RAZORBACK TRANSIT
240 EASTERN
2
40X102
SEPT. 2007
FAYETTEVILLE, AR 72701
78339 -78340
ADAM WADDELL, ASSOC. DIRECTION
2
40X102
NOV. 2008
479 -575 -6292
79998 -79999
FEB. 2010
2
40X102
177593- 177594
FEB 2012
2
40X102
178433 - 178434
JULY 2012
2
40X102
179188 - 179189
RED ROSE TRANSIT
45 ERICK RD
2
29X102
DEC. 2006
LANCASTER, PA 17602
91263 -91264
JEFFERY GLISSON, DIR. OF CAPITAL
FEB. 2009
717 - 397 -5613
2
29X102
91548 -91549
1
35X102
79861
1
35X102
JUNE 2010
176932
REDDING AREA BUS AUTHORITY
777 CYPRESS AVE.
1
40X102
JULY 2009
REDDING, CA 96001
176960
SUE HANSON, TRANSP. PLANNER
3
40X102
JULY 2010
530- 215 -7116
177951- 177953
3
35X102
JULY 2013
3/20/2015 73 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
182046 - 182048
JAN 2015
2 35X102 184577- 184578
3/20/2015 74 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
REGIONAL TRANSPORTATION COMM
2050 VILLANOVA DR.
2
40X102
RENO, NV 89502
JOE JACKSON, TRANSIT MANAGER
7
40X102
775- 332 -9508
1
40X102
8
40X102
14
40X102
13
29X102
4
40X102
12
40X102
REGIONAL TRANSPORTATION AUTHORITY
5658 BEAR LN 13 35X102
CORPUS CHRISTI, TX 78405
JOSE TOVAR, DIR OF MAINT 2 35X102
361 - 289 -2712
3 35X102
REGIONAL TRANSPORTATION DISTRICT
1900 31ST ST.
DENVER, CO 80216 -4909
LOU HA, MGR. OF TECHNICAL SUPPORT
303 - 299 -6265
RESEARCH TRIANGLE REGIONAL PTA
PO BOX 13787
RESEARCH TRIANGLE PARK, NC 27709
LAURIE BARRETT, DIR. OF BUS OPS
919 - 485 -7451
RICHLAND CO. TRANSIT
35 N. PARK ST.
MANSFIELD, OH 44903
JAY MICKAM, MAINT MGR
419 -522 -4355
RIDER TRANSIT
2030 WILSHIRE CRT
3/20/2015
133
103
13
13
25
20
65
40X102
40X102
29X 102
29X 102
40X102
40X102
40X102
6 35X102
12 40X102
8 40X102
1 29X102
2 29X102
8 35X102
75 of 112
DELIVERY DATE/
SERIAL NUMBERS
OCT. 2003
73568 -73569
JULY 2004
74343 -74349
DEC. 2004
73609
OCT. 2006
77088 -77095
DEC. 2007
78468 -78481
JULY 2008
91401 -91413
176099 - 176102
JAN. 2009
79835 -79846
JUNE 2009
176388 - 176400
MARCH 2009
176401 - 176402
JANUARY 2011
177686 - 177688
AUG. 2005 - FEB. 2006
76164 -76296
9/06-3/07
77247 -77349
MARCH 2007
91183 -91195
JUNE 2008
91401 -91413
JULY 2008
79515 -79539
MAY 2014 - AUG 2014
185222- 185241
AUG - OCT 2014
185242- 185306
MARCH 2008
78885 -78890
MAY 2009
176135- 176146
APRIL 2010
178411 - 178418
JUNE 2005
91354 -91355
JULY 2007
91354 -91355
FEB 2014
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS
CONCORD, NC 28025
L.J. WESLOWSKI, TRANSIT MGR
704 - 920 -5878
3/20/2015 76 of 112
DELIVERY DATE/
SIZE SERIAL NUMBERS
181994 - 182001
LOW FLOOR CUSTOMER LIST
CUSTOMER
RIVERCITIES TRANSIT
254 OREGON WAY
LONGUIE, WA 98632 -1134
BRAD WINDLER
RIVER VALLEY METRO
MASS TRANSIT DISTRICT
288 W. SOUTH TEC DR., SUITE C
KANKAKEE, IL 60901
BOB HOFFMAN, MANAGING DIRECTOR
815- 929 -0936
RIVER VALLEY TRANSIT
1500 WEST THIRD ST.
WILLIAMSPORT, PA 17701
JOHN KIEHL, JR., ASST. GM
570- 326 -2500
RHODE ISLAND PTA
265 MELROSE ST.
PROVIDENCE, RI 02907
MIKE MCGRANE, CONTRACT MGR.
401 - 784 -9500 X 214
ROARING FORK TRANSP. AUTHORITY
0051 SERVICE CENTER DR.
ASPEN, CO 81611
KENNY OSIER, DIR. OF MAINTENANCE
970 - 384 -4987
ROCHESTER CITY OF
1602 4TH ST., SE
ROCHESTER, MN 55904
ANTHONY KNAUER
507- 281 -6008
1 40X102 AUG 2010
176767
1 35X102 DEC.2011
180985
4 40X102
AUG 1999
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
5
35X102
JUNE 2013
FEB. 2003
181774 - 181778
3
29X102
AUG. 2004
2
35X102
90737 -90739
50
29X102
MAY 2006
16
40X102
91039 -91088
1 40X102 AUG 2010
176767
1 35X102 DEC.2011
180985
4 40X102
AUG 1999
NOV. 2005
3
35X102
76532 -76534
2
40X102
76535 -76536
FEB. 2003
DEC. 2008
1
40X102
78153
2
35X102
79507 -79508
25
40X102
OCT. 2005
16
40X102
76645 -76660
4 40X102
APRIL 2007
DEC. 2009
24
40X102
176768 - 176791
179166 - 179169
FEB. 2011
10
35X102
179382 - 179391
JAN 2013
30
40X102
181605- 181634
20
40X102
APRIL 2013
181635- 181654
1 40X102 AUG 2010
176767
1 35X102 DEC.2011
180985
4 40X102
AUG 1999
70395 -70398
4 40X102
APRIL 2000
71037 -71040
8 40X102
FEB. 2003
73464 -73471
6 40X102
JAN. 2004
73010 -73015
6 40X102
JAN. 2005
74888 -74893
8 40X102
APRIL 2004
74121 -74128
4 40X102
APRIL 2007
76865 -76868
4 40X102
NOV. 2010
179166 - 179169
3/20/2015 77 of 112
CUSTOMER
LOW FLOOR CUSTOMER LIST
# UNITS
3/20/2015 78 of 112
DELIVERY DATE/
SIZE SERIAL NUMBERS
40X102 AUG 2011
179170
40X102 JAN 2014
183480 - 183484
LOW FLOOR CUSTOMER LIST
CUSTOMER
ROCHESTER - GENESSEE RTA
1372 E. MAIN ST.
ROCHESTER, NY 14609
CHARLES WALKER, PROJECT MGR.
585- 654 -0247
ROCHESTER CONTD
ROCKFORD MASS TRANSIT DISTRICT
520 MULBERRY ST.
ROCKFORD, IL 61101
DAN ENGELKES, MAINT. MANAGER
815- 961 -2240
CITY OF ROSEVILLE
2005 HILLTOP CIRCULE
ROSEVILLE, CA 95747
MICHAEL WIXON
916 - 774 -5293
SALEM AREA MASS TRANSIT
555 COURT ST. NE
SALEM, OR 97301
JOE LAFRENIERE, DIR. OF MAINT
503 -588 -2624
SALISBURY. CITY OF
300 W. FRANKLIN ST.
SALISBURY, NC 28144
RODNEY HARRISON, TRANSIT DIV. MGR
704 - 638 -5253
SAMTRANS
1250 SAN CARLOS AVE.
SAN CARLOS, CA 94070 -1306
DAVID OLMEDA, MANAGER BUS MAINT.
650 -508 -6252
# UNITS
22
4
19
20
21
12
6
5
4
1
3
16
8
4
4
2
29X102
40X102
35X102
40X102
40X102
35X102
40X102
35X102
35X102
35X102
MAY 2009
91717 -91422
79979 -79983
FEB 2014
184209 - 184212
FEB. 2008
79451
78737 -78739
79448 -79450
FEB. 2011
178325- 178332
178333 - 178336
FEB 2012
179405- 179408
SEPT. 2008
79961 -79962
DELIVERY DATE/
SIZE
SERIAL NUMBERS
40X102
MAY 2004
74435 -74456
40X102
JULY 2005
29X102
76333 -76336
40X102
JAN. 2006
OCT 09 - MARCH 10
76353 -76368
40X102
76379 -76381
40X102
JULY 2007
177018 - 177057
77900 -77921
40X102
SEPT. 2009
4
176408 - 176424
40X102
AUG 2011
178858- 178878
35X102
SEPT. 2009
92633 -92644
177221 - 177231
29X102
40X102
35X102
40X102
40X102
35X102
40X102
35X102
35X102
35X102
MAY 2009
91717 -91422
79979 -79983
FEB 2014
184209 - 184212
FEB. 2008
79451
78737 -78739
79448 -79450
FEB. 2011
178325- 178332
178333 - 178336
FEB 2012
179405- 179408
SEPT. 2008
79961 -79962
3/20/2015 79 of 112
JAN. 2004
60
40X102
74019 -74078
DEC.2009
4
29X102
91771 -91774
OCT 09 - MARCH 10
70
40X102
177078 - 177168
40
35X102
177018 - 177057
DEC 2013
4
29X102
92626 -92632
JULY - SEP 2014
12
29X102
92633 -92644
21
40X102
183145- 183165
3/20/2015 79 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
SEO SHUTTLE BUS CO.
7801 EARHART RD 12 40X102 DEC. 2012
OAKLAND, CA 94621 181843 - 181854
BROYCE BATCHAN, PROJECT MANAGER
510- 382 -2140
3/20/2015 80 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 81 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
SAN JOAQUIN RTE)
1533 E. LINDSAY ST.
2
40X102
JULY 2004
STOCKTON, CA
73093 -73094
CHRIS DURANT, MAINT SUPT
11
29X102
MAY 2007
209 - 948 -5008
91202 -91212
8
40X102
MAY 2013
182435- 182442
12
40X102
JUNE 2013
182532- 182543
SAN JOSE INTL AIRPORT
1661 AIRPORT BLVD. C -205
20
40X102
APRIL 2000
SAN JOSE, CA 95110 -1285
70801 -70820
DAVE GOTSCHALL, AIRPORT OPS MGR.
408 - 277 -5249
SAN LUIS OBISPO CO.
179 CROSS ST.
3
40X102
JUNE 2001
SAN LUIS OBISPO, CA 93401
70768 -70770
DAVID ROESSLER, MGR. MAINT & EAC
1
40X102
JUNE 2013
805- 781 -4835
182291
AUG 2013
6
40X102
182292 - 182297
3
35X102
182298 - 182300
CITY OF SAN LUIS OBISPO
PUBLIC WORKS DEPT
2
29X102
OCT. 2007
919 PALM ST.
91169 -91170
SAN LUIS OBISPO, CA 93401
DEC. 2008
JOHN WEBSTER, SR., TRANSIT MGR
2
35X102
176110 - 176111
805- 781 -7531
4
40X102
176106 - 176109
MAY 2012
1
40X102
179686
FEB 2013
2
40X102
180508 & 181949
SANDY, CITY OF
16610 CHAMPION WAY
1
35X102
DEC. 2011
SANDY, OR 97055
178555
JULIE STEPHENS, TRANSIT MGR
503- 489 -0925
S.M.A.R.T.
660 WOODWARD AVE.
MAY -SEPT. 2001
DETROIT, MI 48226 -3315
40
35X102
72379 -72418
CHUCK COUWLIER, PROC. MGR.
MARCH 2002
313 - 223 -2138
12
40X102
72258 -72296
DEC. 2001-FEB. 2002
48
35X102
72419 -72466
AUG 2002
55
40X102
72936 -72990
OCT. -DEC. 2002
45
35X102
72891 -72935
OCT 2014
2
40X102
184502- 184503
SMART CONTD
57
40X102
JUNE -AUG 2003
3/20/2015 81 of 112
CUSTOMER
LOW FLOOR CUSTOMER LIST
# UNITS SIZE
30 29X102
3/20/2015 82 of 112
DELIVERY DATE/
SERIAL NUMBERS
73223 -73278
NOV. 2003
90788 -90817
LOW FLOOR CUSTOMER LIST
3/20/2015 83 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
SANTA BARBARA MTD
550 OLIVE ST.
11
29X102
MAY 2004
SANTA BARBARA, CA 93101
90906 -90916
STEVE HAHN, SPECIAL PROJECTS
15
40X102
74592 -74602
805- 963 -3364
NOV. 2006
3
29X102
90994 -90946
JUNE 2009
3
29X102
91440 -91442
JUNE 2011
7
40X102
178923 - 178929
OCT. 2013
13
40X102
182759- 182771
SANTA CLARA VTA
3331 NORTH FIRST ST.
3
40X102
JUNE 1999
SAN JOSE, CA 95134 -1906
70677 -70679
ART DOUWES, SR. ENGINEER
61
40X102
DEC. 2001 -MARCH 2002
408 - 321 -7027
72040 -72100
23
35X102
APRIL 2002
72101 -72123
56
40X102
JULY-SEPT. 2002
72643 -72699
3
40X102
JULY 2004
FUEL CELL'
73941 -73943
SANTA CLARITA, CITY OF
28250 CONSTELLATION RD.
10
40X102
MAY 2013
SANTA CLARITA, 91355
181764 - 181773
ADRIAN AGUILAR, TRANSIT MNGR.
661 - 295 -6305
SANTA MARIA AREA TRANSIT
110 S. PINE ST., STE 221 (MAIL STE 101)
3
35X102
JAN. 2004
SANTA MARIA, CA 93454
72489 -72491
AUSTIN O'DELL, MGR
3
40X102
NOV. 2009
805- 925 -0951 X 225
78627 -78629
NOV. 2010
1
40X102
176931
ST. CLOUD MTC
665 FRANKLIN AVE. NE
18
35X102
MARCH 2002
ST. CLOUD, MN 56304
73034 -73051
ED YORK, DIR OF MAINT
5
35X102
JAN. 2003
320 - 251 -1499
73100 -73104
ST. JOSEPH TRANSIT
702 S. 5TH ST.
2
29X102
MARCH 2002
ST. JOSEPH, MO 64501
90487 -90488
SCOTT BUTCHER, MAIN. MANAGER
5
29X102
JAN. 2003
816 - 271 -5367
90569 -90573
7
29X102
MARCH 2004
90714 -90723
6
29X102
FEB. 2005
90932 -90937
2
29X102
JULY 2012
3/20/2015 83 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
92358 -92359
3/20/2015 84 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 85 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
ST. LOUIS METRO
707 N. FIRST ST.
JUNE 2001
ST. LOUIS, MO 63102 -6819
2
29X102
90485 -90486
DARREN CURRY, DIR OF MAINT
MAY 2002
314 - 982 -1400
3
40X102
72531 -72533
JULY - NOV 2008
21
35X102
79894 -79914
NOV 2008
5
35X102
79915 -79919
AUG 2009
4
40X102
176538- 176541
FEB. 2011
14
35X102
179622 - 179635
MARCH 2011
7
40X102
178630 - 178636
OCT - NOV 2011
29
40X102
179593- 179621
MAR - APRIL 2012
20
35X102
179659- 179678
APRIL - MAY 2012
23
40X102
179636 - 179658
OCT 2013
8
40X102
182369 - 182376
OCT - NOV 2013
22
35X102
184151- 184172
NOV - DEC 2013
21
35X102
184173 - 184193
SEP - OCT 2014
26
40X102
184451- 184476
NOV - DEC 2014
25
40X102
184477 - 184501
SANTA ROSA, CITY OF
100 SANTA ROSA AVE.
1
29X102
DEC. 2002
SANTA ROSA, CA A90693
90693
DAVE ELLIS, TRANSIT PLANNER
5
40X102
73000 -73004
707 -543 -3335
SARASOTA CO. TRANSPORTATION AUTHORITY
5303 PINKNEY AVE.
5
35X102
APRIL 2004
SARASOTA, FL 34232
73450 -73454
GLMA CARTER, GM
2
35X102
JULY 2006
941 - 232 -8300
76662 -76663
9
35X102
MARCH 2007
77405 -77413
6
40X102
FEB. 2011
179968 - 179973
18
35X102
MARCH 2014
183931 - 183948
SCHUYLKILL TRANSPORTATION SYSTEM
PO BOX 67
4
29X102
APRIL 2007
ST. CLAIR, PA 17970 -0067
91294 -91297
DENNIS ZAHORA, VP
1
35X102
NOV. 2010
570- 429 -2805
176158
AUG 2012
3/20/2015 85 of 112
CUSTOMER
LOW FLOOR CUSTOMER LIST
# UNITS
3/20/2015 86 of 112
DELIVERY DATE/
SIZE SERIAL NUMBERS
35X102 179988
29X102 92375
LOW FLOOR CUSTOMER LIST
CUSTOMER
SHENANGO VALLEY SHUTTLE SERVICE
2495 HIGHLAND RD.
HERMITAGE, PA 16148
JAMES DECAPUA, ADMINISTRATOR
724 - 981 -1561
SHEBOYGAN TRANSIT
LAKESHORE METRO
608 S. COMMERCE ST.
SHEBOYGAN, WI 53081
TRACY ROBINSON
920 - 459 -3409
SHREVEPORT, CITY OF
1115 JACK WELLS BLVD.
SHREVEPORT, LA 71107
VALERIE MCELLHOSE, GM
318 - 673 -7406 X 113
SIOUX CITY TRANSIT
2505 FOURTH ST.
SIOUX CITY, IA 51101
MIKE COLET, TRANSIT DIRECTOR
712 - 279 -6408
SIOUX FALLS TRANSIT
500 EAST STREET
SIOUX FALLS, SD 57103 -7016
MICHAEL WALKER, GM
605- 367 -7874
SISKIYOU COUNTY
411 4TH ST.
YREKA, CA 96097
MELISSA CUMMINS, TRANSP. SERV MGR
530- 842 -8295
5 35X102 AUG 2013
183505- 183509
3/20/2015 87 of 112
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
3
29X102
OCT. 2001
90429 -90431
1
29X 102
JAN. 2008
91300
1
29X102
MARCH 2012
92389
1
29X102
APRIL 2013
92473
OCT. 2003
1
35X102
73587
6
35X102
NOV. 2003
73587 -83592
6
40X102
JUNE 2005
76157 -76162
5
29X102
DEC. 2005
91034 -91038
5
35X102
SEPT. 2010
177751- 177755
12
40X102
MARCH 2003
73729 -73740
10
35X102
AUG 2008
77040 -77049
4
35X102
JAN. 2004
73131 -73134
3
35X102
AUG 2004
73135 -73137
1
35X102
JUNE 2006
76418
1
35X102
JUNE 2007
77098
2
35X102
MAY 2009
78932 -78933
16
29X102
JULY 2009
91718 -91733
1
29X102
91975
AUG 2010
2
35X102
177769 -17770
AUG 2012
1
40X102
180354
8
29X102
JAN. 2002
90532 -90539
5 35X102 AUG 2013
183505- 183509
3/20/2015 87 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
3/20/2015 88 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 89 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
SKAGIT TRANSIT SYSTEM
380 PEASE RD.
2
40X102
JUNE 1998
BURLINGAME, WA 98233 -3118
70284 -70285
BEN HAIGH, MAINTENACE MANAGER
1
40X102
JUNE 1999
360 - 757 -8801
70592
4
40X102
MAY 2000
71064 -71075
1
35X102
NOV. 2011
178544
SMART TRANSIT
8455 ELLIGSEN RD
1
40X102
AUG 2012
WILSONVILLE, OR 97070
180354
STEVEN ALLEN, OPS MGR
1
40X102
NOV 2013
503 -570 -1577
182078
SNOWMASS VILLAGE
100 DALY LANE
7
29X102
JUNE 2011
SNOWMASS VILLAGE, CO 81615
92210 -92216
CHIP FOSTER, OPS SUPERVISOR
2
29X102
AUG 2012
970 - 923 -2543
92353 -92354
2
29X102
JUNE 2013
92416 -92417
AUG 2014
2
29X102
92689 -92690
SORTA
1401 -B BANK ST.
40
40X102
AUG 2006
CINCINNATI, OH 45214 -1782
76763 -76802
CARLOS ROWLAND, DIR OF MAINT
1
40X102
NOV. 2008
513- 632 -7514
79978
44
40X102
MAY 2012
181102 - 181145
10
40X102
MARCH 2013
181937 - 181946
SOUTHEAST AREA TRANSIT
260 MILITARY HWY
2
29X102
SEPT. 2004
PRESTON, CT 06365
90289 -90290
JOSEPH VARNEKE, GM
2
29X102
MARCH 2006
860 - 886 -2631 X 111
91128 -91129
1
40X102
APRIL 2013
181441
1
35X102
APRIL 2013
181442
SOUTH EAST AREA TRANSIT
375 FAIRBANKS ST.
1
35X102
JULY 2004
ZANESVILLE, OH 43701
72555
KEVIN RANDALL, MAINT. MGR.
740 - 454 -8573
SOUTHEASTERN TRANSIT REGIONAL AUTHORITY
65 POTOMSKA ST.
MARCH 2008
NEW BEDFORD, MA 02741
7
35X102
78842 -78848
GLEN ALFERES, SUPER. OF MAINT.
MAY 2010
508- 999 -5211 X 144
10
29X102
92032 -92041
NOV. 2010
NEW BEDFORD CONTI)
12
29X102
92042 -92053
MARCH 2012
3/20/2015 89 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS
9
SOUTHWEST METRO TRANSIT
13500 TECHNOLOGY DR. 10
EDEN PRAIRIE, MN 55344
DAVE SIMANEAU, OPS & MAINT. MGR 8
952- 974 -3133
3/20/2015 90 of 112
DELIVERY DATE/
SIZE SERIAL NUMBERS
29X102 92376 -92384
40X102 MAY 2006
76908 -76917
35X102 OCT. 2013
182049 - 182056
LOW FLOOR CUSTOMER LIST
CUSTOMER
SPACE COAST AREA TRANSIT
401 S. VARN AVE.
COCOA, EL 32922
SCOTT NELSON, MGR OF OPS & MAINT
321 - 635 -7815 X 237
SPARTANBURG, CITY OF
150 AIRFLOW DR.
SPARTANBURG, SC 29306
LUIS GONZALEZ, GM
864 -595 -2710
SPECIAL TRANSIT
4880 PEARL ST.
BOULDER, CO 80301
RICH BURNS, DIR OF OPERATIONS
303 - 447 -2848
SPOKANE TRANSIT
1230 W. BOONE AVE.
SPOKANE, WA 99201
STEVE BLASKA, DIRECTOR OF OPERATIONS
509- 325 -6083
SPRINGFIELD CITY AREA TRANSIT
100 JEFFERSON ST.
SPRINGFIELD, OH 45501
RON MACALUSO, GM
937 - 433 -2883
SPRINGFIELD MASS TRANSIT DISTRICT
928 S. NINTH ST.
SPRINGFIELD, IL 62703
FRANK SQUIRES, MANAGING DIRECTOR
217 -522 -6087
3 29X102 AUG 2004
90721 -90723
4 29X102 DEC. 2009
91880 -91883
13 35X102
JAN. 2003
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
6
35X102
OCT. 2007
90818 -90827
35X102
78460 -78465
2
40X102
78466 -78467
SEPT. 2006
JUNE 2011
8
35X102
179917 - 179924
78148 -78434
3 35X102
DEC. 2011
6
35X102
180118 - 180123
DEC.2008
NOV 2013
2
40X102
182772 - 182773
2
35X102
MARCH 2012
176245- 176253
178625- 178626
3 29X102 AUG 2004
90721 -90723
4 29X102 DEC. 2009
91880 -91883
13 35X102
JAN. 2003
73016 -73018
73384 -73393
10 29X102
JULY 2003
90818 -90827
35X102
JULY 2005
74550 -74559
19 40X102
SEPT. 2006
77750 -77768
17 40X102
OCT. 2007
78148 -78434
3 35X102
OCT. 2007
78435 -78437
14 40X102
DEC.2008
79603 -79616
3 29X102
DEC. 2009
91443 -91445
9 40X102
NOV. 2009
176245- 176253
8 40X102
183561- 183568
5 29X102 SEPT. 2004
90732 -90736
4 35X102 JULY 2008
78663 -78666
10 35X102 AUG 2011
179514- 179523
7 35X102 JUNE 2013
3/20/2015 91 of 112
CUSTOMER
LOW FLOOR CUSTOMER LIST
# UNITS SIZE
5 29X102
7 35X102
3/20/2015 92 of 112
DELIVERY DATE/
SERIAL NUMBERS
183061 - 183067
JUNE 2013
92502 -92506
JAN 2014
183061 - 183067
LOW FLOOR CUSTOMER LIST
CUSTOMER
315 BONAIR SIDING
STANFORD, CA 94305 -7270
KEVIN MATHY
650- 725 -5997
STAR METRO
400 DUPREE ST.
TALLAHASSEE, FL 32304
RALPH WILDER, SUPER OF TRANSIT MAINT
850- 891 -5217
STARK AREA RTA
1600 GATEWAY BLVD., SE
CANTON, OH 44707
MARK FINNICUM, COO
330 - 477 -2782 EXT 524
STARTRAN
710 "J" STREET
LINCOLN, NE 68508
GLENN KNUST, SUPER. OF MAINT.
402 - 441 -8317
STATE OF MAINE
SH5, 1 CHILD ST.
AUGUSTA, ME 04333
DANIEL ROLFE, PLANNER/SCHEDULER
207 - 441 -2352
STEVENS POINT
1515 STRONGS AVE.
STEVENS POINT, WI 54481
SUSAN LEMKE, TRANSIT MGR.
715- 341 -4490
SUMMIT STAGE
PO BOX 2179
FRISCO, CO 80443
JIM SMITH, OPERATIONS MGR
970 - 668 -4162
20
35X102
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
14
35X102
AUG 2003
APRIL 2003
73750 -73763
2
40X102
DEC. 2011
78028 -78030
2 40X102
180363 - 180364
1
29X102
MARCH 2007
FEB 2014
91299
3
35X102
DEC. 2011
180198 - 180200
2
40X102
40X102
183052- 183053
5
29X102
MARCH 2004
90840 -90844
4
29X102
MARCH 2008
91397 -91400
6
35X102
JUNE 2010
178590- 178595
6
35X102
FEB. 2011
178596- 178601
20
35X102
DEC. 2001
90504 -90505
3 29X102
71409 -71428
10
35X102
JULY 2004
APRIL 2003
74632 -74641
15
35X102
NOV. 2006
78028 -78030
2 40X102
77100 -77104
13
29X102
MARCH 2011
FEB 2014
92120 -92132
17 35X102 FEB. 2011
178607 - 178623
2 29X102
AUG 2001
90504 -90505
3 29X102
APRIL 2002
90506 -90508
1 29X102
APRIL 2003
90759
3 29X102
JAN. 2008
78028 -78030
2 40X102
APRIL 2009
79692 -79693
2 40X102
FEB 2014
182776 - 182777
3/20/2015 93 of 112
LOW FLOOR CUSTOMER LIST
SUN VALLEY TRANSIT
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
SUNTRAN
90288 -90289
PO BOX 1270
2
29X102
JULY 2002
OCALA, EL 34478 -1270
90566 -90567
STEVEN NEAL
7
35X102
JUNE 2007
352- 401 -6999
78253 -78259
18
40X102
APRIL 2008
78751 -78768
TALTRAN
19
40X102
DEC. 2011
555 APPLEYARD DR.
2
35X102
180313 - 180331
TALLAHASSEE, EL 32304
OCT. 2012
TALPH WILDER, MAINT. MGR
22
40X102
181151- 181172
850- 891 -5197
AUG 2013
1
35X102
182070
SUN TRAN
77242 -77246
3920 N. SUN IRAN BLVD.
38
40X102
SEPT. 2005
TUCSON, AZ 85705
75189 -75226
KEVIN FAULKNER, PROJECT MGR
12
40X102
FEB. 2007
520- 206 -8805
77486 -77497
11
40X102
OCT. 2008
176000 - 176010
36
40X102
NOV. 2008
2
40X102
176332 - 176367
24
40X102
JAN. 2010
178899 - 178922
1
40X102
MARCH 2011
178572
15
40X102
NOV. 2012
181391 - 181405
SUN VALLEY TRANSIT
PO BOX 3091
2
29X102
JULY 2002
KETCHUM, ID 83340
90288 -90289
TERRY CRAWFORD, MGR.
2
29X102
FEB. 2006
208 - 726 -7576
91124 -91125
1
35X 102
JAN. 2007
77671
1
35X102
JAN 2014
182419
TALTRAN
555 APPLEYARD DR.
2
35X102
MARCH 2003
TALLAHASSEE, EL 32304
73520 -73521
TALPH WILDER, MAINT. MGR
9
35X102
FEB. 2005
850- 891 -5197
74863 -74871
5
40X102
MARCH 2007
77242 -77246
4
40X102
DEC. 2007
78395 -78398
4
35X102
JUNE 2009
176706 - 176709
12
40X102
MAY 2010
177857- 177868
MAY 2012
2
40X102
180405- 180406
TCAT
3/20/2015 94 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS
737 WILLOW AVE. 8
ITHACA, NY 14850
SUE WILCOX, PURC & PROJECTS MGR 2
607 - 277 -9388 X 540
3/20/2015 95 of 112
DELIVERY DATE/
SIZE
SERIAL NUMBERS
40X102
AUG 2006
77422 -77429
40X102
NOV. 2009
177472 - 177473
40X102
AUG 2011
176760 - 176765
LOW FLOOR CUSTOMER LIST
3/20/2015 96 of 112
DELIVERY DATE/
CUSTOMER # UNITS
SIZE
SERIAL NUMBERS
THE TRANSIT AUTHORITY
1120 VIRGINIA AVE. WEST
6
29X102
MARCH 2003
HUNTINGTON, WV 25779
90652 -90657
PAUL E. DAVIS, ASST. GM
3
35X102
73747 -73749
304 -529 -6094
TOLEDO AREA REGIONAL TRANSIT
1127 W. CENTRAL AVE.
13
40X102
OCT. 1998
TOLEDO, OH 43697 -0792
70152 -70164
JIM GEE, GM
20
40X102
SEPT. 1999
419 - 245 -5222
71044 -71063
8
35X102
DEC. 2004
72481 -72488
3
40X102
74398 -74400
DEC. 2012
8
35X102
181443 - 181450
TOPEKA TRANSIT
201 N. KANSAS AVE.
MARCH 2011
TOPEKA, KS 66603 -3622
16
35X102
180249 - 180264
SUSAN DUFFY, CEO /GM
DEC 2014
785- 233 -2011 X 102
10
35X102
184266 - 184275
TORRANCE, CITY OF
201500 MADRONA AVE.
8
40X102
APRIL 2000
TORRANCE, CA 90503 -3690
70553 -70560
KIM TURNER, TRANSIT DIRECTOR
JULY 2002
310 - 618 -6245
72753 -72763
TOWN OF BRECKENRIDGE
1105 AIRPORT RD
1
29X102
AUG 2013
BRECKENRIDGE, CO
91929
JIM BENKELMAN, TRANSIT /PARKING/FLEET MGR
970 -547 -3153
TOWN OF CHAPEL HILL
6900 MILLHOUSE RD
13
40X102
JULY 2007
CHAPEL HILL, NC 27516
78341 -78353
K. STEPHEN SPADE, TRANSP. DIRECTOR
8
40X102
JUNE 2009
919 - 968 -2755
176564- 176571
JAN 2012
4
40X102
179184 - 179187
TOWN OF HUNTINGTON
144 E. 2ND ST.
3
29X102
JULY 2011
HUNTINGTON STATION, NY 11746
92257 -92259
STEPHEN MCGLOIN, DIRECTOR
631 - 351 -3053
3/20/2015 96 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
TRANSIT AUTHORITY OF N. KENTUCKY
(TANK)
3375 MADISON PIKE
FORT WRIGHT, KY 41017
ANDY AIELLO, GM
859- 814 -2123
TANK CONTD
TRANSIT AUTHORITY OF RIVER CITY (TARC)
1000 W. BROADWAY
LOUISVILLE, KY 40203
BARRY BARKER, EXEC. DIR.
TRANSPO
901 E. NORTHSIDE BLVD.
SOUTH BEND, IN 46624
MIKE STAHLY, DIR. OF MAINTENANCE
574- 232 -8901
3/20/2015 97 of 112
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
12
40X102
FEB. 2000
71064 -71075
15
40X102
OCT. 2000
71365 -71381
5
40X102
DEC. 2002
73005 -73009
5
29X102
90603 -90610
11
40X102
OCT. 2004
74811 -74821
10
40X102
DEC. 2005
76667 -76676
10
40X102
NOV. 2006
77232 -77241
9
40X102
DEC. 2007
78176 -78184
8
40X102
78861 -78868
OCT. 2008
7
40X102
176190 - 176196
OCT. 2009
8
40X102
177417 - 177424
APRIL 2012
8
40X102
181545- 181552
MARCH 2013
8
40X102
181704 - 181711
74
40X102
NOV 1998 & JAN. 1999
70182 -70235
37
40X102
OCT. 1999
71084 -71119 & 71243
20
40X102
AUG 1999
70375 -70394
17
29X102
JAN. 2002
90465 -90481
11
40X102
DEC. 2001
72467 -72477
20
40X102
FEB. 2003
72778 -72797
16
40X102
APRIL 2005
76141 -76156
6
40X102
MAY 2008
78684 -78689
17
40X102
OCT. 2009
176874 - 176890
15
40X102
FEB 2013
181817 - 181831
1
40X102
181711
JULY 2013
21
40X102
183701 - 183721
AUG 2014
12
40X102
183722 - 183733
19
35X102
OCT. 2002
72584 -72593
10
35X102
FEB. 2003
73078 -73087
3/20/2015 97 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS
21
TRANSIT MANAGEMENT OF NASHUA
219 LEDGE ST.
NASHUA, NH 03060
PAUL NEWMAN
603 -589 -3089
3/20/2015 98 of 112
DELIVERY DATE/
SIZE SERIAL NUMBERS
35X102 APR -MAY 2004
74133 -74153
29X 102 DEC. 2001
90616 -90622
35X102 APRIL 2005
76163
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS SIZE
TRANSTAR TRANSPORTATION GROUP INC.
404 ZELL DR.
ORLANDO, EL 32824
ROBERT GAYE, CEO
408 - 888 -5530
TRIANGLE TRANSIT AUTHORITY
5201 NELSON RD
MORRISVILLE, NC 27560
LAURIE BARRETT, DIR OF BUS OPS
919 - 485 -7451
TRI MET
4412 SE 17TH AVE.
PORTLAND, OR 97202
GREG HALEY, MAINT. MGR
503- 962 -3327
TRI -STATE TRANSIT AUTHORITY
1120 VIRGINIA AVE.
HUNTINGTON, WV 25704
PAUL DAVIS, GM
305 -529 -6094
TULSA TRANSIT AUTHORITY
PO BOX 52488
TULSA, OK 74152
RANDY CLOUD, DIR. OF MAINT
918 -585 -1195
TWIN TRANSIT
212 E. LOCUST
CENTRALIA, WA 98531
ERNEST GRAICHEN, GM
360 - 330 -2072
ULSTER CO. AREA TRANSIT
1 DANNY CIRCLE
KINGSTON, NY 12401
ROBERT DiBELLA, DIR. PUBLIC TRANSIT
845- 340 -3335
UNIVERSITY OF CONNECTICUT
3 N. HILLSIDE RD., UNIT 6199
STORRS, CT 06269
3/20/2015
6 40X102
10 40X102
6 40X102
51
40X102
69
40X102
90
40X102
4
2
8
5
8
3
2
1
29X 102
35X102
35X102
40X102
35X102
29X 102
29X 102
29X 102
2 29X102
2 35X102
99 of 112
DELIVERY DATE/
SERIAL NUMBERS
MAY 2014
184294 - 184299
AUG 2011
179001 - 179010
OCT. 2011
180522- 180527
JULY -SEPT 2012
181001 - 181051
JUNE -AUG 2013
182802 - 182870
APR - AUG 2014
183579- 183668
MARCH 2007
91229 -91232
MARCH 2008
78999 -79000
OCT. 2000
71508 -71515
OCT. 2000
71516 -71520
MARCH 2004
72481 -72488
JAN. 2009
91414 -91416
MAY 2006
91119 -91120
JULY 2011
92223
JAN. 2012
92092 -92093
OCT. 2005
76582 -76583
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS SIZE
JANET ERENIERE, TRANSP. SERVICES ADMIT 4 35X102
860 - 486 -4804
3 35X102
3/20/2015 100 of 112
DELIVERY DATE/
SERIAL NUMBERS
JUNE 2008
79210 -79213
JULY 2011
177510- 177512
LOW FLOOR CUSTOMER LIST
CUSTOMER
UNIVERSITY OF DELAWARE
403 WYOMING RD
NEWARK, DE 49716
WILLIAM FITZPATRICK, MGR OF TRANSP
302 - 831 -1123
UNIVERSITY OF IOWA. CAMBUS MGR
100 CAMBUS OFFICE
IOWA CITY, IA 52242 -1000
BRIAN MCCLATCHEY
319 - 335 -8632
UNIVERSITY OF KANSAS
1501 IRVING HILL RD
LAWRENCE, KS 66045
DANNY KAISER, DIR. PARKING & TRANSIT
785- 864 -7275
UNIVERSITY OF MARYLAND
BUILDING 013, GREENHOUSE RD
COLLEGE PARK, MD 20742
DON ST. ARMAND, FLEET MGR.
301 - 314 -7264
UNIVERSITY OF MARYLAND
BALTIMORE COUNTY
1000 HILLTOP CIRCULE
BALTIMORE, MD 21250
JOE REGIER, COMMONS DIRECTOR
410 - 455 -3870
UNIV. OF MASS TRANSIT SERVICES
255 GOVERNORS DR.
AMHERST, MA 01003 -9266
TOM CARON, SUP. OF MAINTENANCE
413 -545 -0253
DELIVERY DATE/
# UNITS SIZE SERIAL NUMBERS
7 35X102 APRIL 2011
178962 - 178968
3 40X102
JULY 2009
176200 - 176202
8 40X102
JULY 2011
179315- 179322
2 40X102
SEPT. 2013
183295- 183296
3 29X102
92594 -92596
MARCH 2008
5 40X102
79443 -79447
JUNE 2009
4 35X102
176823 - 176826
JAN. 2012
6 40X102
180036 - 180041
AUG 2013
3 40X102
183096 - 183098
JUNE 2014
3 40X102
183475- 183477
8 35X102
MARCH 2005
76046 -76053
8 35X102
JULY 2006
76685 -76692
4 40X102
MAY 2010
178956- 178959
JAN 2013
6 40X102
181565- 181570
5 35X102
181571- 181575
3 35X102
APRIL 2007
77746 -77748
5 40X102 JUNE 2006
76818 -76822
5 40X102 MARCH 2007
77528 -77532
3 40X102 MAY 2009
176996 - 176998
3/20/2015 101 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 102 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
UNIV. OF MICHIGAN
3003 SOUTH STATE ST.
6 +30
40X102
DEC. 2000
WOLVERINE TOWER, ROOM 7071
71114 -71119
ANN ARBOR, MI 48109 -1282
6
40X102
FEB. 2002
KEITH JOHNSON, TRANSIT MGR
71971 -71976
734 - 764 -2491
6
40X102
JAN. 2003
73019 -73024
8
40X102
AUG 2004
74237 -74244
6
40X102
AUG. 2005
76338 -76343
6
40X102
JULY 2007
78038 -78043
3
40X102
FEB. 2008
78893 -78895
4
40X102
DEC. 2011
180165- 180168
3
40X102
AUG 2013
180988 - 180990
APR 2014
3
40X102
184388 - 184390
MAR - APR 2014
3
29X102
92790 -92792
UNIVERSITY OF VIRGINIA
I I01MILLMONT ST.
DEC. 2007
CHARLOTTESVILLE, VA 22904
3
35X102
77897 -77899
ANDY MANSFIELD, ASST. DIRECTOR
SEPT. 2009
434 - 962 -2090
2
35X102
177722 - 177723
FEB 2012
6
35X102
180537- 180542
SEP 2014
5
35X102
184444 - 184448
UTAH TRANSIT AUTHORITY
3600 SOUTH 700 WEST
NOV. 1999
SALT LAKE CITY, UT 84119
67
40X102
70700 -70766
DOUG WOODBURY, FLEET ENGINEER
MAY - AUG 1999
801 - 287 -4674
28
35X102
70772 -70799
APR - JUNE 2001
46
40X102
71621 -71666
JUL 2001
11
35X102
72127 -72137
JUNE 2001
5
40X102
72138 -72142
AUG - NOV 2006
31
40X102
77707 -77737
AUG. 2007
1
35X102
78691
OCT 2007 - JAN 2008
34
40X102
77989 -78027
JAN. 2008
5
40X102
78023 -78027
JAN - MAR 2009
47
40X102
79847 -79893
JUNE 2010
1
40X102
176432
JUNE - NOV 2010
3/20/2015 102 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
36 40X102 176433 - 176468
OCT - DEC 2011
20 35X102 179822 - 179851
JAN - MAR 2012
30 40X102 179782 - 179811
JUNE 2012
1 40X102 179812
3/20/2015 103 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 104 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
UTAH TRANSIT AUTHORITY ... CONTI)
APR - JULY 2013
10
40X102
182345- 182354
JUNE 2013
2
35X102
182748 - 182749
NOV 2013
14
40X102
182651- 182664
NOV - DEC 2014
20
40X102
184611 - 184630
VAIL. TOWN OF
75 S. FRONTAGE RD
1
40X102
OCT. 2006
VAIL, CO 81657
76514
TODD SCHOLL, FLEET MGR
970 - 479 -2162
VALLEY TRANSIT
1401 W. ROSE ST.
5
29X102
JUNE 2005
WALLA WALLA, WA 99362
90987 -90991
DICK FONDAHN, GM
3
29X102
AUG 2006
509 -525 -9140
91011 -91012 & 91021
VANGUARD CAR RENTAL USA
6929 N. LAKEWOOD AVE., SUITE 100
4
35X102
CHICAGO, IL - 5105
TULSA, OK 74117 -1808
74982 -74994
ROBERT STAFF, VP FLEET MAINT.
9
35X102
SAN DIEGO - 1105 &5105
954- 320 -6075
74986 -74994
1
35X102
RALEIGH, NC - 1105
75000
8
40X102
BOSTON, MA - 2/05
75002 -75009
5
40X102
DETROIT, MI - 1105
75010 -75014
2
35X102
ATLANTA, GA - 2/05
3
40X102
74995 -74996
75015 -75017
2
35X102
MAUI, HI - 12/04 &2/05
74999 & 75075
3
40X102
HONOLULU, HI
75018 -019 & 75075
2
40X102
LAS VEGAS, NV - 1105
75020 -75021
10
40X102
LA, CA - 1/05 &4/05
75022 - 75031
9
40X102
DEC. 2006
77837 -77845
RALEIGH, NC 12/07
1
40X102
78037
DENVER 12/07
8
40X102
77804 -77811
HONOLULU, HI 12/07
2
40X102
78747 -78748
DETROIT, MI - 12/07
2
40X102
77862 -77863
CHICAGO 12/07
1
40X102
77864 &78033 -036
3/20/2015 104 of 112
CUSTOMER
LOW FLOOR CUSTOMER LIST
# UNITS SIZE
45 40X102
3/20/2015 105 of 112
DELIVERY DATE/
SERIAL NUMBERS
MAY 08 -SEPT. 08
79624 -79668
LOW FLOOR CUSTOMER LIST
CUSTOMER
VEOLIA TRANSPORTATION SERVICES, INC.
1825 PLEASANT ST
DEKALB, IL 60115
AL DAVIS, GM
815- 758 -6900
VIDANT HEALTH
2100 STANTONSBURG
GREENVILLE, NC 27835
SCOTT ALFORD, MANAGER
252- 847 -7886
VISALIA, CA 93291
525 N. CAIN ST.
VISALIA, CA 93291
MONTY COX, TRANSIT MGR
559- 713 -4100
VOITH TURBO INC.
25 WINSHIP RD
YORK, PA 17406
ROB WISS, VP ROAD DIVISION
717 - 767 -3224
VOLUSIA COUNTY TRANSIT
905 BIG TREE RD.
SO. DAYTONA, EL 32119
RICK KAZAWITCH, DIR. OF MAINTENANCE
386 - 756 -7476 X 121
VOTRAN
950 BIG TREE RD
SO. DAYTONA, EL 32119 -8815
RICK KAZAWITCH, DIR. OF MAIN.
386 - 756 -7496 X 4121
WALT DISNEY WORLD
PO BOX 10000
BUENA VISTA, EL 32830
CURT HALL, MAINT MGR
407 - 824 -6039
WALT DISNEY CONTI)
DELIVERY DATE/
# UNITS SIZE SERIAL NUMBERS
3 35X102 AUG 2006
76855 -76858
1 40X102 FEB. 2008
77749
8 29X102 JAN. 2003
90694 -90701
2 29X102 AUG 2008
78654 -78662
45 40X1012 NOV. -DEC. 2004
74678 -74722
45
JUNE 2009
1 40X102
79977
JULY 2010
2 40X102
177932 - 177933
SEPT. 2006
AUG 2012
1 40X102
180350
9
OCT 2013
1 40X102
180749
3 40X102
JUNE 2004
22
73090 -73092
1 40X102 FEB. 2008
77749
8 29X102 JAN. 2003
90694 -90701
2 29X102 AUG 2008
78654 -78662
45 40X1012 NOV. -DEC. 2004
74678 -74722
45
40X1012
JUNE 2004
74678 -74722
6
35X102
SEPT. 2006
76845 -76850
9
35X102
MAY 2014
184141 - 184149
22
40X102
DEC. 2005
76693 -76714
21
40X102
DEC. 2007
78603 -78623
15
40X102
JAN. 2009
176294 - 176308
13
40X102
MAY 2010
176309 - 176321
3/20/2015 106 of 112
CUSTOMER
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
# UNITS SIZE SERIAL NUMBERS
47 40X102 JUNE 2011
179700 - 179746
24 40 MAY 2013
183024 - 183047
3/20/2015 107 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
WARREN COUNTY TRANSIT AUTHORITY
42 CLARK ST.
WARREN, PA 16365
JOHN ALDRICH, EXEC. DIRECTOR
814 - 723 -1874
WAUKESHA TRANSIT SYSTEM
2311 BADGER DR.
WAUKESHA, WI 53187 -0063
BRIAN ENGELKING, TRANSIT COORDINATO.
262 -524 -3594
CITY OF WAUSAU
420 PLUMER ST.
WAUSAU, WI 54403
GREG SEUBERT, TRANSIT DIRECTOR
715- 842 -9287
WESTCAT
601 WALTER AVE.
PINOLE, CA 94565
CHARLES ANDERSON, GM
510- 724 -3331
# UNITS
5
14
7
2
3
9
6
3
5
6
5
12
DELIVERY DATE/
SIZE SERIAL NUMBERS
29X102 APRIL 2009
91471 -91475
35X102
35X102
35X102
35X102
35X102
35X102
40X102
35X102
35X102
35X102
40X102
WESTERN KENTUCKY UNIV.
1 BIG RED WAY 2 40X102
BOWLING GREEN, KY 42101 -3576
JENNIFER TOUGAS, PHD, DIRECTOR 1 40X102
270 - 745 -8746
3 40X102
WESTERN RESERVE TRANSIT AUTHORITY
604 MAHONING AVE.
YOUNGSTOWN, OH 44802 19 35X102
MATTHEW KOTANCHEK, DIR. OF MAINT
330 - 744 -8431 7 35X102
8 35X102
WHATCOM TRANSPORTATOIN AUTH.
4111 BAKERVIEW SPUR RD 6 29X102
BELLINGHAM, WA 98226
PETE START, DIR. OF FLEET & FACILITIES 3 29X102
360 - 738 -4580
6 40X102
5 35X102
3/20/2015 108 of 112
OCT. 1998
70270 -70283
MARCH 2004
72855 -72861
SEPT. 2002
73403 -73404
MAY 2008
79493 -79495
FEB. 2009
176070 - 176078
OCT. 2011
179323 - 179328
JULY 2005
73294 -73296
AUG 2007
78064 -78068
AUG 2008
79509 -79514
JULY 2013
182544- 182548
FEB 2014
183304 - 183315
MAY 2006
76468 -76469
NOV. 2012
181750
AUG 2013
182415- 182417
OCT. 2000
71873 -71891
JAN. 2005
75050 -75056
OCT 2014
184219 - 184226
SEPT. 2004
90659 -90664
JUNE 2008
91481 -91483
JUNE 2010
177629 - 177634
177812 - 177816
NOV. 2011
CUSTOMER
LOW FLOOR CUSTOMER LIST
# UNITS
3/20/2015 109 of 112
DELIVERY DATE/
SIZE SERIAL NUMBERS
40X102 179954- 179961
NOV. 2012
40X102 181146 - 181150
LOW FLOOR CUSTOMER LIST
3/20/2015 110 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
WICHITA, CITY OF
777 E. WATERMAN ST.
JUNE 2002
WICHITA, KS 67202 -4615
9
35X102
72730 -72738
JAY BANASIAK, GM
JULY 2009
316 - 265 -1450
14
40X102
176933 - 176946
JAN. 2010
8
35X102
176542- 176549
FEB. 2013
4
35X102
180084 - 180087
APR 2014
10
35X102
184131 - 184140
WICHITA FALLS TRANSIT
2100 SEYMOUR HWY
JUNE 2012
WICHITA FALLS, TX 76301
2
35X102
180334 - 180335
DENNIS BURKETT, PUBLIC TRANSIT ADMIN
940 - 761 -7642
WILLIAMSBURG AREA TRANSIT AUTHORITY
DEC 2014
7239 POCAHONTAS TRAIL
5
35X102
184688 - 184692
WILLIAMSBURG, VA 23185
KEVAN DANKER, EXECUTIVE DIRECTOR
757- 603 -1134
WILMINGTON, CITY OF
1110 CASTLE ST.
16
35X102
JUNE 2003
WILMINGTON, NC 28401
73138 -73153
ALBERTY EBY, GM
2
35X102
JAN. 2005
910 - 343 -0106
74423 -74424
WINDHAM RTD
968 MAIN ST.
2
29X102
MARCH 2006
WILLIMANTIC, CT 06226
91126 -91127
MELINDA PERKINS, TRANSIT ADMIN
3
29X102
OCT. 2008
860 - 456 -2223
91633 -91635
WINSTON -SALEM TRANSIT AUTHORITY
1060 N. TRADE ST.
10
35X102
JAN. 2010
WINSTON SALEM, NC 27102
176801 - 176810
ART BARNES, GM
10
35X102
JAN. 2011
336 - 727 -2648
178458- 178467
WORCESTER RTA
287 GROVE ST.
AUG 2008
WORCESTER, MA 01605
2
29X102
91500 -91501
JOHN CARNEY, GM
6
40X102
79315 -79320
508- 756 -8324 X 3002
FEB 2012
1
40X102
180777
1
35X 102
180779 - 180782
OCT. 2013
5
35X102
181966 - 181971
JUNE 2014
1
40X102
184300
WYNN LAS VEGAS
3131 LAS VEGAS BLVD.
4
40X102
APRIL 2005
3/20/2015 110 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS
LAS VEGAS, NV 89109
RICHARD MOSKAL, MAINT. MGR.
702 - 770 -2901
3/20/2015 111 of 112
DELIVERY DATE/
SIZE SERIAL NUMBERS
74928 -74931
LOW FLOOR CUSTOMER LIST
3/20/2015 112 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
YAKIMA, CITY OF
2301 ERUITVALE BLVD.
3
35X102
SEPT. 2004
YAKIMA, WA 98902
73095 -73097
RICHARD WONNER, FLEET & FACILITIES MC
3
35X102
JUNE 2006
509 -576 -6412
40X102
77052 -77053
3
40X102
77053 -77055
JAN. 2009
4
35X102
78050 -78053
SEPT. 2010
5
35X102
178505- 178509
MAY 2014
3
35X102
183166 - 183168
YORK CO. TRANSPORTATION AUTHORITY
1230 ROOSEVELT AVE.
1
40X102
SEPT. 2013
YORK, PA 17404
183299
RICHARD FARR, EXEC DIRECTOR
717 - 846 -5562
YUBA- SUTTER TRANSIT AUTHORITY
2100 B ST
11
35X102
JAN 2014
MARYSVILLE, CA 95901
183490 - 183500
KEITH MARTIN, TRANSIT MGR
530- 634 -6880
3/20/2015 112 of 112
CNG
CUSTOMER LIST
CUSTOMER
COTA
1600 MCKINLEY AVE.
COLUMBUS, OH 43222
KEVIN CHRISTOPHER, DIRECTOR SUPPLY MGMT
614 - 275 -5903 CHRISTOPHERK @COTA.COM
ENTERPRISE - LAX
8734 BELLANCA AVE.
LOS ANGELES, CA 90045
HENRY SINGH, BUS OPERATIONS MGR
415 - 760 -0075 HARJEET.SINGH @EHI.COM
ENTERPRISE /SAN DIEGO
2942 KETTNER DRIVE
SAN DIEGO, CA 92101
HENRY SINGH, BUS OPERATIONS MGR
415 - 760 -0075 HARJEET.SINGH @EHI.COM
ERIE METRO TRANSIT AUTHORITY
127 E 14TH ST
ERIE, PA 16503
DENNIS SOLENSKYU, EXEC DIRECTOR
814- 459 -4287
CITY OF FRESNO
2223 "G" ST.
FRESNO, CA 93706
KEN HAMM, DIRECTOR OF TRANSPORTATION
559 - 621 -1440 KENNETH.HAMM @FRESNO.GOV
GREATER RICHMOND TRANSIT CO
301 E. BELT BLVD.
RICHMOND, VA 23224
CHARLES MITCHELL, OPERATIONS MGR
804 - 358 -4782 CMITCHELL @RIDEGRTC.COM
3/20/2015 1
10 40X102 JAN 2014
183175- 183184
SEP 2011
9 40X102 180131 - 180139
FEB. 2012
3 29X102 92294 -92296
SEP 2014
8 40X102 185882 - 185889
MARCH 2013
8 40X102 182301 - 182308
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
FEBRUARY 2013
18
40X102
182123 - 182140
12
35X102
182141 - 182152
FEB 2014
8
29X102
92780 -92787
FEB - MAR 2014
7
35X102
183776 - 183782
FEB - JULY 2014
21
40X102
183753 - 183773
OCT. 2010
2
35X102
176518 - 176519
FEB. 2011
1
35X102
177513
MAY 2012
2
35X102
180407 - 180498
DEC 2014
2
40X102
183972 - 183973
AUGUST 2012
2
35X102
181526- 181527
10 40X102 JAN 2014
183175- 183184
SEP 2011
9 40X102 180131 - 180139
FEB. 2012
3 29X102 92294 -92296
SEP 2014
8 40X102 185882 - 185889
MARCH 2013
8 40X102 182301 - 182308
CNG
CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
HDMD HOUSTON
MAY 2012
909 FANNIN, STE 1650
7
29X102
92332 -92340
HOUSTON, TX 77010
BRYAN BROWN, SENIRO ASSOCIATE
713 - 650 -1470 BBROWN @THEGOODMANCORP.COM
INDIANA COUNTY TRANSIT AUTHORITY
MARCH 2013
1657 SALTSBURG AVE.
2
29X102
92284 -92285
INDIANA, PA 15701
JOHN KANYAN, EXEC DIRECTOR
724 - 465 -2140 X 106 JKANYAN @INDIGOBUS.COM
K.C.A.T.A.
FEB. 2013
1200 E. 18TH ST.
2
29X1023
92563 -92564
KANSAS CITY, MO 64108
SEP 2014
BOB KOHLER, DIR. OF TRANSPORTATION
8
29X102
92768 -92775
816- 346 -0250
LAFAYETE TRANSIT SYSTEM
JUNE 2011
100 LEE AVE.
5
35X102
178944 - 178948
LAFAYETTE, LA 70502
JANUARY 2013
MIKE MITCHELL, TRANSIT & PARKING MGR
2
35X102
180991 - 180992
337 - 291 -7030 MMITCHELL @LAFAYETTELA.GOV
AUGUST 2013
3
35X102
182798 - 182800
LONG BEACH PTC
SEPTEMBER 2011
1963 E. ANAHEIM ST.
33
40X102
180901 - 180933
LONG BEACH, CA 908313
NOV. 2012
ROLANDO CRUZ, VP MAINTENANCE MGR
31
40X102
180934 - 180964
562 - 599 -8506 RCRUZ @LBTRANSIT.COM
LA DOT
100 S. MAIN ST.
JAN 2015
10TH FLOOR
1
29X102
92866
LOS ANGELES, CA 90012
MIKE PASCUAL, TRANSP, PLANNING ASSOC. 11
213 - 928 -9750 MICHAEL.PASCUAL @LACITY.ORG
METRO - GREATER PORTLAND TRANSIT 5 3 JAN 2014
114 VALLEY ST 183185- 183189
PORTLAND, ME 04102
RICHARD NYE, DIR OF MAINT & TRANSPORTATION
207 - 774 -03512
METRO RTA JUNE 2011
416 KENMORE BLVD. 2 40X102 180296- 180297
AKRON, OH 44301 JULY 2011
DEAN HARRIS, DIRECTOR OF FINANCE 1 40X102 176562
330 - 762 -7267 X 3140 DEAN.HARRIS @AKRONMETRO.ORG DEC. 2011
3/20/2015 2
CNG
CUSTOMER LIST
CUSTOMER # UNITS
23
10
10
6
MUSKEGON AREA TRANSIT SYSTEM
2624 SIXTH ST.
MUSKEGON HEIGHTS, MI 49444
JAMES KOENS, TRANSIT SYSTEM MANAGER
231 - 724 -6420 KOENSJ @CO.MUSKEGON.MI.US
NATIONAL /ALAMO -LAX
9020 AVIATION BLVD.
INGLEWOOD, CA 90301
HENRY SINGH, BUS OPERATIONS MGR
415 - 760 -0075 HARJEET.SINGH @EHI.COM
NATIONAL SAN DIEGO
3280 N. HARBOR DR.
SAN DIEGO, CA 92101
HENRY SINGH
415 - 760 -0075 HARJEET.SINGH @EHI.COM
CITY OF NORWALK
12700 NORWALK BOULEVARD
NORWALK, CA 90651
DAMIAN ROSALES, PROCUREMENT ANALYST
562 - 929 -5572 DROSALES @C I. NORWALK. CA. US
PORT OF SEATTLE
PO BOX 68727
SEATTLE, WA 68727
PETER LINDSAY, AVIATION DEVELOPMENT MGR
206 - 787 -4002 LINDSAY.P @PORTSEATTLE.ORG
REGIONAL TRANSPORTATIOIN AUTHORITY
5658 BEAR LN
CORPUS CHRISTI, TX 78405
JOSE TOVAR, MAINTENANCE MGR
361- 903 -3550 JTOVAR @CCRTA.ORG
3/20/2015 3
3
1
3
1
1
5
8
1
14
29
5
5
SIZE
SERIAL NUMBERS
40X102
180484 - 180506
OCT. 2012
40X102
181265- 181274
JULY 2013
40X102
181870 - 181879
AUG 2014
40X102
183891 - 183896
NOV. 2011
35X102
180528 - 180530
JULY 2012
35X102
180567
AUG 2014
35X102
182405 - 182407
40X102
40X102
40X102
40X102
40X102
40X102
40X102
40X102
35X102
MAY 2012
181556
JULY 2012
181903
AUG 2014
183951 - 183955
DEC 2014
186383- 186390
AUGUST 2012
181525
NOVEMBER 2012
182490- 182503
NOV. 2011
179852 - 179880
OCT. 2012
181275 - 181279
181280- 181284
CNG
CUSTOMER LIST
CUSTOMER # UNITS
CITY OF RIPON
259 N. WILMA AVENUE 1
RIPON, CA 95366
KEVIN M. WERNER, CITY ENGINEER
209 - 599 -2108 KWERNER @CITYOFRIPON.ORG
RIVER VALLEY TRANSIT
1500 WEST THIRD ST.
WILLIAMSPORT, PA, 17701
JOHN KIEHL, JR., ASSISTANT GENERAL MANAGER
570 - 326 -2500 JKIEHL @CITYBUS.ORG
RIVERSIDE TRANSIT AGENCY
1825 THIRD ST
RIVERSIDE, CA 92507
BOB BACH, DIRECTOR OF MAINTENANCE
951 - 565 -5032
ROARKING FORK TRANSPORTATION AUTHORITY
51 SERVICE DR.
ASPEN, CO 81611
KENNY OSIER, DIR. OF MAINTENANCE
970 - 384 -4965 KOSIER @RFTA.COM
SAN DIEGO METROPOLITAN TRANSIT SYSTEM
100 16TH ST.
SAN DIEGO, CA 92101
JULIO ORTIZ, DIR. OF MAINTENANCE
619- 238 -0100 X 6500
CITY OF SANTA CLARITA
28250 CONSTELLATION ROAD
SANTA CLARITA, CA 91355
ADRIAN AGUILAR, TRANSIT MANAGER
661 - 295 -6305 AAGUILAR @SANTA- CLARITA.COM
CITY OF SANTA MONICA - BIG BLUE BUS
1660 7TH STREET
SANTA MONICA, CA 90401
PATRICK CAMPBELL, COO
310 - 458 -1975 EXT 6349 PATRICK. CAM PBELL @SMGOV.NET
SANTA FE TRAILS
2931 RUFINA ST.
SANTA FE, NM 87507
3/20/2015 4
1
4
18
26
24
12
24
10
11
20
25
13
1
SIZE SERIAL NUMBERS
35X102 NOVEMBER 2012
181815
AUGUST 2012
40X102 180872
40X102 JAN 2014
182902- 182981
FEB 2014
182885 - 182900
JAN. 2013
40X102 181416- 181419
JUNE 2013
40X102 181420 - 181437
1Aiwm01[OITA1001K?
40X102
183201 - 183226
DECEMBER 2013
40X102
183227 - 183250
SEP - DEC 2014
40X102
184001 - 184012
JAN 2015
40X102
183227 - 184050
40X102 MARCH 2013
181764 - 181773
40x102 FEB 2014
183190- 183200
40X102
DECEMBER 2012
1 8221 8- 1 82237
40X102
AUGUST 2013
182238- 182262
40X102
FEB 2014
182263- 182275
MARCH 2012
29X102
92262
MAY 2012
CNG
CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
JON BULTHUIS, DIRECTOR
1
29X102
92266
505 - 955 -2006 JRBULTHUIS @CI.SANTA- FE.NM.US
SEP 2014
5
35X102
184289 - 184293
SARTA
FEB. 2012
1600 GATEWAY BLVD., SE
6
35X102
179962- 179967
CANTON, OH 44707
JUNE 2012
MARK FINNICUM, DIR. OF MAINTENANCE
3
35X102
181073 - 181075
330 - 454 -6132 X 524 MFINNICUM @SARTAONLINE.COM
AUG 2014
4
40X102
183897 - 183900
SUN TRAN
3920 N. SUN TRAN BLVD.
MAY - JUNE 2014
TUCSON, AZ 85705
25
40X102
188526- 185549
KEVIN FAULKNER, PROJECT MGR
520- 206 -8805
CITY OF THOUSAND OAKS
DEC 2014
1993 RANCHO CONEJO BLVD
2
29X102
92797 -92798
THOUSAND OAKS, CA 91320
MIKE HOUSER, TRANSIT MANAGER
805- 376 -5063
TULSA TRANSIT
510 SO. ROCKFORD
AUGUST 2011
TULSA,OK 74152
11
35X102
179925 - 179935
BILL CARTWRIGHT, GENERAL MANAGER
AUGUST 2011
918 - 560 -5603 BCARTWRIGHT @TULSATRANSIT.ORG
4
40X102
179939 - 179942
FEB. 2013
5
35X102
181907 - 181912
OCTOBER 2013
1
40X102
182078
1
35X102
182079
OCTOBER 2013
3
35X102
183093 - 183095
UNION CITY TRANSIT
OCT. 2012
34650 7TH ST.
6
35X102
180531 - 180536
UNION CITY, CA 94587
STEVE ADAMS, TRANSIT PLANNER
510 - 675 -5373 SADAMS @UNIONCITY.ORG
UTAH TRANSIT AUTHORITY
10
40X102
JULY 2013
3600 SOUTH 700 WEST
182345 - 182354
SALT LAKE CITY, UT 84131
3/20/2015 5
CNG
CUSTOMER LIST
CUSTOMER # UNITS
DOUG WOODBURY, FLEET ENGINEER
801 - 287 -4674 DWOODBURY @RIDEUTA.COM
VALLEY REGIONAL TRANSIT
830 NORTH MAIN ST., STE 230
MERIDIAN, ID 83642
BRUCE SACKRON, TRANSPORTATION SERV MGR
208 - 846 -8547 X 4226 BSACKRON @VALLEYRIDE.ORG
VALLEY RIDE
4788 S. ORCHARD
BOISE, ID 83705
BRUCE SACKRON, TRANSPPORTATION SERV MGR
208 - 846 -8547 X 4226 BSACKRON @VALLEYRIDE.ORG
CITY OF VISALIA
525 N. CAIN ST.
VISALIA, CA 93292
GAMALIEL ANGUTANO, MAINTENANCE MGR
559 - 713 -4702 GANGUTANO @CI.VISALIA.CA.US
3/20/2015 6
7
3
8
4
3
4
SIZE SERIAL NUMBERS
AUGUST 2011
40X102 180365- 180371
AUGUST 2011
40X102
180351 - 180353
35X102
180355 - 180362
DECEMBER 2013
35X102
183486- 183489
35X102
MAY 2013
181371 -18373
40X102
MAY 2013
183073 - 183076
// LA//
10. Attach as SCHEDULE FOUR Proposer's last three (3) financial statements
prepared in accordance with generally accepted accounting principles of the jurisdiction
in which the Proposer is located, and audited by an independent certified public
accountant; or a statement from the Proposer regarding how financial information may
be reviewed by the Agency (This may require execution of an acceptable non-
disclosure agreement between the Agency and the Proposer.)
Gillig confirms that we have the financial resources to bid, manufacture, deliver, and
support the vehicles after delivery for this procurement as required by your
specifications.
Attached is our FINANCIAL RESPONSIBILITY outline for your reference and
information.
Gillig can supply the "CONFIDENTIAL" Financial Reports on request to discuss at the
negotiation session or in a mutually acceptable process determined by the Agency and
Gillig.
M / ) W FIJ j f i rj rr !,
FNANGlAl..
GILLIG's financial strength and stability is legendary in our industry, and is
openly acknowledged by our competitors, our suppliers, and business experts.
CUSTOMER BENEFITS:
Gillig's financial strength is obviously good for Gillig but it's even better for our
customers because they benefit from our strength and stability. Our customers
know they can count on us, through thick and thin, to support them; to be there
for them, to always deliver the best quality and value, because they know we'll
still be in business and we have the resources to do what's needed. We don't
need to compromise or cut corners to save a dollar because the strength of
our balance sheet allows us to make the best decision for our customers.
Customers also appreciate and enjoy the confidence and security our financial
strengths and stability bring.
INDUSTRY FAILURES:
The last 20 years have been devastating for North American bus manufacturers,
except GILLIG. Every other bus manufacturer has failed, closed down, been
sold off or forced to "refinance" in that period, some 3 or 4 times, yet
GILLIG has remained intact. Gone are Orion, MAN, Volvo, Scania, Flxible, GM
Truck & Bus, S &S, TMC, Neoplan, etc., and forced sales, closures or refinancing
has happened to NABI (Crown Ikarus, Ikarus USA, American Ikarus, First
Hungarian Fund, Cerberus Capt. M'ment.), New Flyer (Western Flyer, Manitoba
Dev. Corp., Den Ousten, KPS, Harvest Partners), Bluebird (Luce Bros., MBO,
Volvo /Henlys, bankruptcy and restructuring.) Except for GILLIG, the average
life of a bus manufacturer in North America has only been about 4 to 5 years,
yet you are still expected to keep those buses running for 12 to 15 years!
Most of GILLIG's current competitors have been taken over in the last few years
and are now owned or controlled by investment companies, and their current
CEO's have only 4 or 5 years of industry experience. Whereas GILLIG is still
privately held and family owned (3rd generation Chicago family), and has the
same CEO (30 years) — partially explaining our long -term focus, our
consistency, our industry commitment, our depth of experience and our ability to
know what our transit customers need.
M / ) W FIJ j f i rj rr !,
F III III A L. IR IE S I P 0 I N S III I B III L. I TY
IMPORTANCE OF FINANCIAL STRENGTH:
The dismal performance of other bus manufacturers, contrasted against
the stunning performance of GILLIG, proves our financial responsibility
and should be one of the most compelling reasons to select GILLIG — you
need a partner with a solid track record, because you'll need their support
for the next 15 years.
GILLIG is profitable and has been for the last 30 years. We have no external
long -term debt, and sufficient assets to run our business. Our payment history is
clean, just ask our suppliers "which bus OEM pays them the best" (see our
vendor references). We virtually have no bonding limit and an untarnished record
with our surety (see letter attached). We don't need progress payments and have
more than enough cash to run our operations and successfully complete your
contract.
LONG TERM VIABILITY IS CRITICAL:
When buying a 15 year product, it is always important to consider the long -term
viability of the manufacturer. However, in these troubled times, it is critical that
the financial viability of the bidders is evaluated properly and weighted
appropriately in the final decision. All the promised product features or quick
deliveries, all the contractual terms and liquidated damages, all the warranty
agreements or low prices are worth very little if the company goes bankrupt,
is liquidated or forced to sell off; and as indicated above, that happens too often
in our industry (about 1 /year). Bonding ability is a good gauge of financial
strength and past performance. A bidder that has trouble bonding, or has poor
financials, should be considered too risky and disqualified as not responsible (or
at least severely penalized in their financial evaluation).
SATISFACTION AND FINANCIAL STRENGTH:
Long term customer satisfaction is directly linked to the seller's financial
strength and performance. A company in financial trouble cannot afford the
time and resources to do things properly; it's managers are always looking for
corners to cut and its good employees are always looking elsewhere for better
jobs, leaving below- average employees to build below- average products that
achieve below- average customer satisfaction. Whereas a financially strong
company can weather the storms, can keep the best people and can afford the
little extras to guarantee customer satisfaction. Strong companies can focus
on products and customers - -- weak companies have to focus on cutting
corners and paying banks interest.
SATISFACTION GUARANTEE:
GILLIG's financial responsibility, our financial stability, performance and strength
are your best guarantee of long -term customer satisfaction and support.
M / ) W FIJ j f i rj rr !,
F III III A L. IR IE F IE IR IE I N C IE L. III S T
GILLIG's fiscal responsibility is unmatched in the industry: no external debt, no
claims against us and an on time payment record to our suppliers that is
unequaled. Our proven financial strength represents an enormous advantage to
our customers, our suppliers, our owners and our employees. Below is a list of
several of the industries' major suppliers along with our Bonding and Bank
references that can attest to GILLIG's payment history, reliability and
consistency. We encourage you to call any of these references and ask if we
are creditworthy, if we make our payments on time, if we give our suppliers
proper lead time, if we refrain from making last minute changes in the
specifications and if we keep our delivery requests consistent.
BONDING REFERENCES BANKING REFERENCES
Lockton Companies Union Bank
Gregory Morin Megan Dinh
Senior Vice President Account Manager
816/960 -9875 925/947 -3068
SUPPLIER REFERENCES
American Seating Company Thermo King Corporation
David McLaughlin William Gall
VP and General Sales Manager Regional Sales Manager
616/732 -6671 925/672 -1460
Arvin Meritor
Hogan Manufacturing
John Wolf
Diann Boger
Manager, Sales
Controller
248/435 -1519
209/552 -8638
Cummins Engine Company Luminator
Laura Chasse Dan Kelleher
General Manager, Bus Business VP, Sales & Marketing
812/377 -3915 972/516 -3073
Freedman Seating Company Voith Transmissions Inc.
Dan Cohen Robert Wiss
VP Sales /Marketing VP Road Products
773/524 -2440 732/899 -3335
R.C.A. Rubber Company Altro Transflor
Don Bullock Dan Lee
VP Sales Manager — The Americas
330/807 -2746 562/944 -8292 x3500
,,,,, f %ll i F0 ,,,,,, 011 I fi r/
PROPOSER'S REPUTATION AND PERFORMANCE
GILLIG was founded in San Francisco in 1890 (as Gillig Bros.), moving to
Hayward during the 1930's to expand the facilities, and to our current
factory location in 1968.
We have an excellent record of providing "customer satisfaction ".
Please reference and do not hesitate to contact our current DIESEL
LOW FLOOR CUSTOMER LIST.
Our qualified, experienced staff is available to support the vehicle from the
bid process, through manufacturing, and after market for the full life of the
vehicles.
Judgments & Liens
GILLIG is involved in various legal actions arising in the normal course of
business as both plaintiff and defendant. Outside auditors have confirmed
that the outcome of these actions either individually or in aggregate will not
have any adverse financial impact, and no prior judgments or liens have
been significant to require financial disclosure.
Fleet Defects History
Gillig has experienced a minor number of vendor fleet defects which have
been addressed and resolved by the vendors and Gillig. There have been no
major fleet defects (grounded fleet).
Warranty Claims
Warranty claims are handled by our Field Service Department. The Gillig
Field Service Department and outside Parts Sales Representatives are also
available to assist the agency during scheduled visits.
III T'IR ODUCTI G IHIII T' URY
GILLIG LLC is a privately held California company based twenty -five miles
southeast of San Francisco in Hayward, CA. The company is 125 years old and
is 100% U.S. owned and operated. The company's approximately eight hundred
employees manufacture and sell approximately 1,500 heavy -duty transit buses
every year with each bus being designed to meet our customers' individual
needs and expectations.
GILLIG's history dates back to 1890 when Jacob Gillig founded the company in
San Francisco for the purpose of customizing and rebuilding transportation
vehicles (carriages and buggies) of that era. The great San Francisco
earthquake and fire of April 1906 destroyed the original shop but Jacob's sons,
Chester and Leo, soon rebuilt the factory and grew the business to include
custom building of automobile bodies, special trucks and early model buses.
GILLIG continued to grow under leadership committed to providing quality and
value to its customers. Creative engineering and aggressive problem solving led
to many innovative product firsts. These included the patented California Top for
touring cars of the 1920's, one of the first transit style school buses in the 1930's,
the first rear engine diesel powered coach in 1959, the first production line built
dedicated LNG transit bus in 1992, the first parallel Hybrid electric bus with
regenerative braking in 1998 and the first production line built fuel cell bus in
2003. All of these were built using advanced technology of the day in order to
optimize quality and value.
Now, 125 years later, GILLIG is still growing and is still committed to quality and
value for our customers. We define quality as the ability to consistently satisfy
expectations and we define value as the optimum balance between features,
price, durability and life cycle costs.
All customers expect the highest quality at the best price; we believe in giving
them more: The Highest Quality at the Lowest Price with High Reliability and
Low Operating Costs. We start with cleverly engineered, practical designs and
then use our years of manufacturing experience and production skills to build a
rugged product with proven components. GILLIG is very proud of its
experienced and dedicated work force that, with a strong commitment to quality
and customer satisfaction, produces the best DIESEL, HYBRID and CNG
products in the bus market. Our business success is due to our tradition of
satisfying our customers with quality, value, and friendly service.
Today, GILLIG is a solid company with a strong reputation for performance and
customer satisfaction. Our stability and financial security is remarkable; our on-
time delivery record is unmatched; our product's performance and low life -cycle
costs are unbeatable, and; our after -sales support and customer satisfaction is
considered the best.
Tomorrow, we will be even better!
wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww�m uu�i�� III�III llll�llill uuuuiuu���
j rrr /f % f ,,,, f / ,,,, ,% ,i
MANUFACTURING F III I1 -,III TIII IES
• We area 100% U.S, owned and operated manufacturing company
• GILLIG was founded 125 years ago (in 1890) in San Francisco,
California, and is now located 35 miles south of San Francisco in
Hayward, California. We moved to Hayward in the 1930's and have
been located at this same location in Hayward since 1968.
GILLIG LLC
25800 Clawiter Road
Hayward, California 94545
PHONE: 800 - 735 -1500
Web Site: www.gillig.com
• The Manufacturing plant and entire office staff (Executive, Sales,
Purchasing, Engineering, Service /Warranty, and Accounting) are
located at this one (1) location only on 26 acres. We do not sub-
contract the manufacture of our vehicles.
The Parts Department has recently expanded to a new larger facility
approximately 2 blocks from the main manufacturing plant. See
attached Parts Department information.
• We manufacture all of our vehicles at this one (1) location on the
same production line -- this includes our DIESEL LOW FLOOR
transit bus, HYBRID LOW FLOOR transit bus, CNG LOW FLOOR
transit bus, and BRT (Bus Rapid Transit) custom model buses.
• We employ almost 800 qualified and experienced employees, and the
factory operates 12 months of the year to manufacture our vehicles
on time to meet promised delivery dates, and to provide Service and
Support to our customers.
• Additional information can be provided on request.
't Mi
LO
L TA I III �a"
GH I IG receinfly made a siginfficaint uinvestmeint liirn our )w is )usiiness wiUh Uhe Ilpurrull ase of Uhe � 08,000 sq ft
wardhouse aind offic Ik�)IuHdfing from CateqpflU, located aloing II hg[may 92 Ph is lis a hue "dass A" fadfly, wiUh
6g[fl dodks, 35'cleai Il urruyll fl, a two levd smaH Ipaids mezzaitine, aind a great locafloin oinly U4 rnfle away. Phe
inew facdRy wfll allow us to IluOter serve our aflerinadket customers v Uhs larger, more effideint wardhouse
mm���
GILLIG supplies service parts to customers through our Parts Division, located at
the same address in Hayward, California. All parts are produced to our original
vehicle specifications and are either manufactured in -house or purchased to our
drawings from OEM's.
GILLIG relocated and expanded the Parts Division warehouse and offices into a
new facility adjoining our main manufacturing plant. The new facility has five
times more storage space than was previously available. This allows us to increase
stocking levels and improves order filling speed and accuracy.
GILLIG is proud to advise that all parts (100 %) are stocked in the U.S. in our
Hayward facility. We do not stock parts in other countries.
All in -stock bus -down orders received by 4:00 p.m. PST are shipped the same day
(2nd day air freight at no charge or next day air, at your expense).
All backordered requirements are shipped within 24 hours of receipt from the
vendor.
All orders are shipped UPS 2nd day air, freight prepaid at no charge to you
(subject to UPS size and weight limitations).
Our current order response is - 92% of all transit bus orders received are shipped
within 48 hours and the percentage rises to 96% in an additional 72 hours
(excluding weekends) and 99% within 3 working days. We anticipate our
performance will be better in our new facility because of the improved efficiency
and increased stocking levels. Bar coding of parts and locations is now in place for
on -line inventory control and purchasing.
GILLIG's response to customers' parts requests has improved substantially in the
last 3 or 4 years, with most of the improvements coming in the last year. We are
committed to continue improving our service parts response and support in the
future.
GILLIG's simple bus designs, as well as our parts service programs, help you
control your parts cost. Common industry parts, flat skirt panels, and American
supplied components, such as Meritor/Rockwell axles, help reduce your parts
costs. Our increased warehouse stocking levels in Hayward and our second day air
shipments at no charge help you reduce your inventory costs as well.
Boa
GILLIG's Part Division is committed to the same GILLIG mission and goal of
customer satisfaction and friendly service. We are proud of our on time delivery at
competitive pricing. GILLIG's customers are not only impressed with the
performance and quality of our buses but they are also pleased with our overall
parts support and our quick and accurate parts deliveries. We request that you call
the following representative customers and ask about our unmatched performance.
Honolulu (Oahu Transit Services)
Dwight Higa
Materials Manager
Phone: 808 - 848 -4483
St. Louis (Bi -State Develop
Diana Hill
Procurement Director
Phone: 314 - 923 -3084
Hampton (Hampton Roads Trans.)
Gary Brittingham, Buyer
Phone: 757- 222 -6042
Email: gbrittingham @hrtransit.org
Agency) Youngstown (WRTA)
Becky Koenig
Maintenance Director
Phone: 330 - 744 -8431
Salt Lake City (Utah Transit Authority)
Brad Shields
Buyer
Phone: 801 - 287 -3009
Pinellas Suncoast Transit Authority
(St. Petersburg, Florida)
Jody Sibley
Parts Manager
Phone: 727 -540 -1884
Jacksonville Transportation Authority (FL)
Martin Griffith
Manager of Inventory Control & Stores
Phone: 904 -598 -8734
Richmond (GRTC)
Kathy Hare
Purchasing Manager
Phone: 804 - 474 -9353
Email khare @ridegrtc.com
Ft. Wright, KY (TANK)
Wayne Bey
Purchasing Agent
Phone: 859- 814 -2142
Email: wbey @tankbus.org
Inter -City Transit (Olympia, WA)
Marilyn Hemmann
Procurement Manager
Phone: 360- 705 -5833
Boa
In order to provide the most comprehensive and most economical service possible,
GILLIG uses a central warehouse and compensates for distance by shipping
second day air. Consequently, the nearest parts warehouse to supply your service
parts needs is:
Central Location: GILLIG
25800 Clawiter Road
Hayward, CA 94545
Central Contact: Chuck O'Brien - Vice President, Parts Division
Eiji Kinoshita - Director of Sales - Parts Division
Regional Contacts: Western Region:
Norm Reynolds — Regional Sales Manager
Phone: 510- 785 -1500
FAX: 510- 785 -6819
Northeast Region:
Jerry Sheehan — Regional Sales Manager
Phone: 510- 329 -0320
Central Region:
Jim Ryan - Regional Sales Manager
Phone: 800 - 410 -8614
FAX: 513- 336 -9345
Midwest Region:
Chad Engel — Regional Sales Manager
Phone: 510- 362 -6916
Southwest Region:
Joe Saldana — Regional Sales Manager
Phone: 510- 303 -0202
Southeast Region:
Butch Sibley - Regional Sales Manager
Phone: 510 -589 -9430
Northwest Region:
Lee Petersen - Regional Sales Manager
Phone: 510- 264 -3801
:Imii M".W11.13
Parts Availability: Over 92% of all regular parts orders are shipped
within 48 hours of ordering and almost 97% within
3 days.
Freight Policy: Regular parts orders are shipped freight free and
normal shipments to Central and Eastern locations are
shipped 2nd day air, at no charge.
Availability Life: Replacement parts will be available for a period of
twelve (12) years after the date of purchase of your
coaches.
CUSTOMER SATISFACTION
The GILLIG Service Parts Division is committed to the same GILLIG mission and
goals of customer satisfaction and friendly service with reliable and durable
products that are also economical to use.
To justify the district's purchase of GILLIG products and to assist the district in
attaining its own goals, the Parts Division has established the following programs
and objectives.
Unit Down
Our objective is to expedite these orders and ship them within 24 hours. Unit
down orders receive the highest priority throughout our manufacturing,
purchasing, and shipping organizations, and can be accepted up to as late as 4:00
p.m. (Pacific time) and shipped same day if in stock. If the customer chooses,
these orders can be shipped overnight at customer's cost.
Inventory
GILLIG maintains an extensive, continually growing, inventory of genuine
GILLIG and OEM parts, in our central warehouse. All locations and parts are bar
coded for accuracy and quick response. Computer programs monitor usage and
minimum stocking levels in real time so as to maximize parts availabilities. We
also stock or can get, common non - GILLIG parts.
Parts Lists
We can prepare, on request, a recommended initial stocking list of expected high
usage or long lead -time parts for the vehicles proposed. A detailed price list is also
available with the recommended initial stocking list.
Boa
Hot Line
GILLIG has a toll -free telephone number to enable customers to contact us at no
charge for advice, explanations, recommendations or orders.
Personalized Service
To provide better service, representatives are assigned to specific accounts so that
they can provide personal service while also providing account familiarity, history
and consistency.
Regional Coverage
Regional Sales Managers are available to visit customers to assist in all facets of
this business, including problem solving, introducing new kit and parts
availabilities and making recommendations.
Troubleshooting
We also provide a troubleshooting service; if you can't find a part, call your
representative and we'll find it for you, if possible, and even stock it in the future
if your demand warrants it.
3 -9 -15
uow
j rrr /f II ,,, % f ,,,, f / ,,,, ,% ,i
PACKAGE 3: QUALIFICATION PACKAGE REQUIREMENTS
2. A copy of the three (3) most recent financial statements audited by an
independent third party or a statement from the Proposer regarding how financial
information may be reviewed by the CMPC.
Gillig confirms that we have the financial resources to bid, manufacture, deliver, and
support the vehicles after delivery for this procurement as required by your
specifications.
Attached is our FINANCIAL RESPONSIBILITY outline for your reference and
information.
Gillig can supply the "CONFIDENTIAL" Financial Reports on request to discuss at the
negotiation session or in a mutually acceptable process determined by the District and
Gillig.
M / ) W FIJ j f i rj rr !,
FNANGlAl..
GILLIG's financial strength and stability is legendary in our industry, and is
openly acknowledged by our competitors, our suppliers, and business experts.
CUSTOMER BENEFITS:
Gillig's financial strength is obviously good for Gillig but it's even better for our
customers because they benefit from our strength and stability. Our customers
know they can count on us, through thick and thin, to support them; to be there
for them, to always deliver the best quality and value, because they know we'll
still be in business and we have the resources to do what's needed. We don't
need to compromise or cut corners to save a dollar because the strength of
our balance sheet allows us to make the best decision for our customers.
Customers also appreciate and enjoy the confidence and security our financial
strengths and stability bring.
INDUSTRY FAILURES:
The last 20 years have been devastating for North American bus manufacturers,
except GILLIG. Every other bus manufacturer has failed, closed down, been
sold off or forced to "refinance" in that period, some 3 or 4 times, yet
GILLIG has remained intact. Gone are Orion, MAN, Volvo, Scania, Flxible, GM
Truck & Bus, S &S, TMC, Neoplan, etc., and forced sales, closures or refinancing
has happened to NABI (Crown Ikarus, Ikarus USA, American Ikarus, First
Hungarian Fund, Cerberus Capt. M'ment.), New Flyer (Western Flyer, Manitoba
Dev. Corp., Den Ousten, KPS, Harvest Partners), Bluebird (Luce Bros., MBO,
Volvo /Henlys, bankruptcy and restructuring.) Except for GILLIG, the average
life of a bus manufacturer in North America has only been about 4 to 5 years,
yet you are still expected to keep those buses running for 12 to 15 years!
Most of GILLIG's current competitors have been taken over in the last few years
and are now owned or controlled by investment companies, and their current
CEO's have only 4 or 5 years of industry experience. Whereas GILLIG is still
privately held and family owned (3rd generation Chicago family), and has the
same CEO (30 years) — partially explaining our long -term focus, our
consistency, our industry commitment, our depth of experience and our ability to
know what our transit customers need.
M / ) W FIJ j f i rj rr !,
F III III A L. IR IE S I P 0 I N S III I B III L. I TY
IMPORTANCE OF FINANCIAL STRENGTH:
The dismal performance of other bus manufacturers, contrasted against
the stunning performance of GILLIG, proves our financial responsibility
and should be one of the most compelling reasons to select GILLIG — you
need a partner with a solid track record, because you'll need their support
for the next 15 years.
GILLIG is profitable and has been for the last 30 years. We have no external
long -term debt, and sufficient assets to run our business. Our payment history is
clean, just ask our suppliers "which bus OEM pays them the best" (see our
vendor references). We virtually have no bonding limit and an untarnished record
with our surety (see letter attached). We don't need progress payments and have
more than enough cash to run our operations and successfully complete your
contract.
LONG TERM VIABILITY IS CRITICAL:
When buying a 15 year product, it is always important to consider the long -term
viability of the manufacturer. However, in these troubled times, it is critical that
the financial viability of the bidders is evaluated properly and weighted
appropriately in the final decision. All the promised product features or quick
deliveries, all the contractual terms and liquidated damages, all the warranty
agreements or low prices are worth very little if the company goes bankrupt,
is liquidated or forced to sell off; and as indicated above, that happens too often
in our industry (about 1 /year). Bonding ability is a good gauge of financial
strength and past performance. A bidder that has trouble bonding, or has poor
financials, should be considered too risky and disqualified as not responsible (or
at least severely penalized in their financial evaluation).
SATISFACTION AND FINANCIAL STRENGTH:
Long term customer satisfaction is directly linked to the seller's financial
strength and performance. A company in financial trouble cannot afford the
time and resources to do things properly; it's managers are always looking for
corners to cut and its good employees are always looking elsewhere for better
jobs, leaving below- average employees to build below- average products that
achieve below- average customer satisfaction. Whereas a financially strong
company can weather the storms, can keep the best people and can afford the
little extras to guarantee customer satisfaction. Strong companies can focus
on products and customers - -- weak companies have to focus on cutting
corners and paying banks interest.
SATISFACTION GUARANTEE:
GILLIG's financial responsibility, our financial stability, performance and strength
are your best guarantee of long -term customer satisfaction and support.
M / ) W FIJ j f i rj rr !,
F III III A L. IR IE F IE IR IE I N C IE L. III S T
GILLIG's fiscal responsibility is unmatched in the industry: no external debt, no
claims against us and an on time payment record to our suppliers that is
unequaled. Our proven financial strength represents an enormous advantage to
our customers, our suppliers, our owners and our employees. Below is a list of
several of the industries' major suppliers along with our Bonding and Bank
references that can attest to GILLIG's payment history, reliability and
consistency. We encourage you to call any of these references and ask if we
are creditworthy, if we make our payments on time, if we give our suppliers
proper lead time, if we refrain from making last minute changes in the
specifications and if we keep our delivery requests consistent.
BONDING REFERENCES BANKING REFERENCES
Lockton Companies Union Bank
Gregory Morin Megan Dinh
Senior Vice President Account Manager
816/960 -9875 925/947 -3068
SUPPLIER REFERENCES
American Seating Company Thermo King Corporation
David McLaughlin William Gall
VP and General Sales Manager Regional Sales Manager
616/732 -6671 925/672 -1460
Arvin Meritor
Hogan Manufacturing
John Wolf
Diann Boger
Manager, Sales
Controller
248/435 -1519
209/552 -8638
Cummins Engine Company Luminator
Laura Chasse Dan Kelleher
General Manager, Bus Business VP, Sales & Marketing
812/377 -3915 972/516 -3073
Freedman Seating Company Voith Transmissions Inc.
Dan Cohen Robert Wiss
VP Sales /Marketing VP Road Products
773/524 -2440 732/899 -3335
R.C.A. Rubber Company Altro Transflor
Don Bullock Dan Lee
VP Sales Manager — The Americas
330/807 -2746 562/944 -8292 x3500
,,,,, f %ll i F0 ,,,,,, 011 I fi r/
PROPOSER'S REPUTATION AND PERFORMANCE
GILLIG was founded in San Francisco in 1890 (as Gillig Bros.), moving to
Hayward during the 1930's to expand the facilities, and to our current
factory location in 1968.
We have an excellent record of providing "customer satisfaction ".
Please reference and do not hesitate to contact our current DIESEL
LOW FLOOR CUSTOMER LIST.
Our qualified, experienced staff is available to support the vehicle from the
bid process, through manufacturing, and after market for the full life of the
vehicles.
Judgments & Liens
GILLIG is involved in various legal actions arising in the normal course of
business as both plaintiff and defendant. Outside auditors have confirmed
that the outcome of these actions either individually or in aggregate will not
have any adverse financial impact, and no prior judgments or liens have
been significant to require financial disclosure.
Fleet Defects History
Gillig has experienced a minor number of vendor fleet defects which have
been addressed and resolved by the vendors and Gillig. There have been no
major fleet defects (grounded fleet).
Warranty Claims
Warranty claims are handled by our Field Service Department. The Gillig
Field Service Department and outside Parts Sales Representatives are also
available to assist the agency during scheduled visits.
CC Industries, Inc.
222 North LaSalle Street
Suite 1000
Chicago, IL 60601
February 19, 2015
To Whom It May Concern:
With respect to a recent bid, attached is a certificate of insurance which shows Gillig LLC's insurance
Should you have any questions, please contact me at (312) 750-6612 or email me at �davis( �xo_yyL�-
Sincerely,
�—/
Linda Davis
Director of Risk Management
A/ ^/-f0! 1r0
ilCC)RI./ CERTIFICATE OF LIABILITY INSURANCE
DATE(MMtDDIYYYY)
10!1!2014
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 CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
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
Tave Risk Management
450 Skokie Blvd. - Bldg. #800
Northbrook IL 60062
CONTACT
=- FAX
. 847- 267 -0415 . 847- 267 -0478
EMAIL .taveriskmanagement @taverm.com
INSURERS AFFORDING COVERAGE
NAIC #
INSURER A:Lexington Insurance Company
19437
10/1/2014
INSURED GILLIA
INSURERB:ZURICH AMERICAN INS CO
16535
GILLIG LLC
INSURERC:AMERICAN ZURICH INS CO
40142
25800 Clawiter Road
Hayward CA 94545 -3213
INSURER DACE American Insurance Company
DAMAGE To RETE
PREMISES Ea occur ence
INSURER E:
X
INSURER F
$0
COVERAGES CERTIFICATE NUMBER: 1506028927 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION 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,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
INSD
WVD
POLICY NUMBER
POLICY EFF
MM/DD/YYYY
POLICY EXP
MM /DD/YYYY
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
021458392
10/1/2014
10/1/2015
EACH OCCURRENCE
$5,000,000
CLAIMS -MADE ❑X OCCUR
DAMAGE To RETE
PREMISES Ea occur ence
$300,000
X
IVIED EXP (Any one person)
$0
SIR $500K/oCC
PERSONAL & ADV INJURY
$5,040,000
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$5,000,000
X POLICY [—I JECT PRO El LOC
PRODUCTS - COMP /OP AGG
$5,000,000
$
OTHER:
B
AUTOMOBILE
LIABILITY
BAP 5223578 06
1011/2014
10/1/2015
SINGLE LIMIT
Ea accident
$ 2,000,000
BODILY INJURY (Per person)
$
ANY AUTO
ALL AUTS OWNED SCHEDULED
AUTOS
BODILY INJURY (Per accident)
$
1xx
HIRE D AUTOS X NON -OWNED
AUTOS
PROPERTY DAMAGE
Per accident
$
$
GKLL LMT $1M
A
X
UMBRELLA LIAB
X
OCCUR
026022516
10/112014
10/1/2015
EACH OCCURRENCE
$10,000,000
AGGREGATE
$10,000,000
EXCESS LIAB
CLAIMS -MADE
DED X I RETENTION$ 10,000
$
C
p
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
WC 5223575 06 (Ded)
WCUC48138044
10/1/2014
10!1/2014
1011/2015
10/1/2015
PER OTH-
X STATUTE ER
E.L. EACH ACCIDENT
$1,000,000
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMEER EXCLUDED? ❑
NIA
E.L. DISEASE - EA EMPLOYEE.
$1,000,000
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
I
E.L. DISEASE - POLICY LIMIT I
$1,000,000
DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached If more space Is required)
Carrier F - ACE American Insurance Company
$400,000 SIR Each Accident
$400,000 SIR Each Employee Disease
This Certificate is for Informational Purposes Only.
CERTIFICATE HOLDER CANCELLATION
Gillig LLC
25800 Clawiter Road
Hayward CA 94545
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
©1988 -2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD
i i "l
Service Department
GILLIG maintains a fully qualified, trained Service Department to respond to the
procuring Agency's request for assistance after delivery of equipment.
The Field Service Trainers and Field Service Representatives have extensive
"hands -on" experience on our coaches. The Field Service Trainers are available
to provide training to your staff on the proper operation and maintenance of the
equipment. The Field Service Representatives are fully qualified to assist the
procuring Agency in the maintenance of equipment, including, but not limited to
major component replacement and repair, electrical troubleshooting, suspension
and frame repair, as well as repair of all ancillary components and systems.
In -house qualified Field Service Representatives are available to troubleshoot
questions by phone, Monday through Friday, 7:00 a.m. to 4:00 p.m.
Warranty Department
The Warranty Department is available to assist the procuring Agency processing
warranty claims as required. The Field Service Trainer will assist the procuring
agency in the proper procedure for obtaining warranty parts, completion of the
warranty forms, and the handling of parts for warranty claims processing.
Engineering Department
We also maintain a fully experienced, qualified Engineering Department, directed
by the Vice President of Engineering, Quality Control and Customer Service. The
Engineering staff are available on request to assist in the resolution of
engineering or design problems that may arise within the scope of the
specifications during the warranty period.
The GILLIG Engineering Department is located in the manufacturing plant in
Hayward, CA, and is continually available to assist the manufacturing process.
The integrated staff performs all vehicle engineering, including the research and
development of all systems integrated on our vehicles.
All current products were designed and developed by GILLIG Engineering. The
entire GILLIG Low Floor transit bus is manufactured in the United States at this
one location in Hayward, CA. Attached is our staff description and organization.
FIELD SERVICE AND SUPPORT NETWORK
EXECUTIVE DIRECTOR
Robert L. Birdwell
TECHNICAL ADVISOR
Bo Vongamath
TECHNICAL TRAINERS
Based:
Russ An do - Seattle, WA
Ben Braun - Baltimore, MD
Blaine Fagel - Charlotte, NC
Kevin Hardesty - Columbus, OH
FIELD SERVICE REPRESENTATIVES *
FIELD SERVICE & WARRANTY
Bob Birdwell Director, QA & Service
Eric Ocampo Service Manager /Warranty
Johnny Phothipanya Warranty Parts Specialist
Bo Vongamath Technical Advisor
Lisa Jarvis
Based:
Lyle Archambeau ** -
St. Paul, MN
Jason Fairclough* -
Salt Lake City, UT
Dave Hagopian* -
St. Louis, MO
Mike O'Leary* -
San Francisco, CA
Mike Parrish* -
Toledo, OH
Joe Rhea* -
Dallas, TX
Dan Roe* -
Detroit, MI
Richard Salas* -
San Francisco, CA
Steven Sayne* -
Seattle, WA
Leon Shurn* -
Orlando, FL
Alfredo Smith* -
Austin, TX
Sang Tran* -
Los Angeles, CA
FIELD SERVICE & WARRANTY
Bob Birdwell Director, QA & Service
Eric Ocampo Service Manager /Warranty
Johnny Phothipanya Warranty Parts Specialist
Bo Vongamath Technical Advisor
Lisa Jarvis
Warranty Recovery Specialist
Vy Vu
Field Service Coordinator
Richard Galvan
QA Manager
Garfull Chan
Manager, QCE & FSE
Phone - 800 - 735 -1500 Fax- 510 - 785 -1348
bb@gilhg.com - (call Bob to schedule training)
eocampo@gillig.com
jphothipanya@gillig.com
bvongam ath@gilhg. com
lj arvis@gillig. com
vvUggillig.com
rgalvan@gillig.com
gchan@gilhg. com
Training instructors employed by GILLIG are fully qualified service personnel with extensive "hands on"
experience on our coaches. They have been trained in all phases of coach repair including, but not limited to
major component replacement and repair, electrical troubleshooting, suspension and frame repair as well as
repair of all ancillary components and systems.
* Performs pre- delivery service at the customer site, as well as ongoing field product support services.
** ASE Certified Mechanic
01.2015
FIELD SERVICE QUALIFICATIONS
ROBERT BIRDWELL - Executive Director, Quality & Service
Bob is responsible for all areas of Field Service, Warranty, Customer Acceptance, Quality Control
and coordinates the efforts of the entire department. Bob utilizes his many years of experience with
heavy -duty motor vehicle production to trouble -shoot problems for Customers and Field Service
Representatives. He has extensive experience as a Supervisor, General Supervisor, Superintendent,
and Quality Control Manager. He has an AA in Supervision Management and has been employed
by GILLIG since 1981.
RUSS ANDO - Senior Field Service Representative
Russ resides in Washington State and covers the Pacific Northwest Region. Russ Joined GILLIG in
March 2001 and worked in several areas on the production line, including line foreman. In July
2002, Russ joined the Field Service Department. He has over 20 years experience in classic auto
restoration and has completed several body -off, frame -up restorations. Along with his knowledge of
mechanics and hands on approach to his job, he earned a BFA with honors in illustration from
California College of Arts and Crafts.
LYLE ARCHAMBEAU - Senior Field Service Representative
Lyle lives in St. Paul, MN and covers the Midwest region. He has been employed at GILLIG since
1989. He has three years experience in Heavy vehicle Maintenance while stationed in the U.S. Army.
Also, Lyle has five years experience in the Automotive Maintenance Industry. He is ASE Certified
in Auto Electric, Brakes, Suspension, Engine Performance and Engine Rebuilding. He has attended
classes at Auto tech for Air Conditioning, and Engine Electronics Controls and Diagnosing.
BEN BRAUN — Trainer
Ben lives in Belair, MD and covers the Eastern Region. He has been employed with GILLIG since
1995 and has 31 years experience in the automotive, truck and bus industry. He has experience in all
areas of repair work. He was ASE Master Technician 1985 - 1990.
GARFULL CHAN — Manager, Quality Control Engineering and Field Service Engineering
Garfull is a native to the SF Bay Area where he went to school at UC Davis receiving his Bachelors
in 2003 and Masters of Science in Mechanical and Aeronautical Engineering in 2004. He began his
career as an Engineering Consultant to Daimler -Benz, then as an Engineering Specialist for Toyota
prior to joining GILLIG in 2006 as an Automotive Mechanical Design Engineer. He was promoted
to Project Engineer in 2012, and then promoted to Manager of QCE &FSE in 2014. He specializes
in body exterior and interior systems, body structures, aluminum and rubber extrusions, sheet metal
fiberglass enclosures, fastening and bonding methods, manufacturing and process improvements.
01.2015
FIELD SERVICE QUALIFICATIONS
BLAINE FAGEL — Trainer
Blaine has been in the transit industry since 1995. He began in the trucking industry in 1990. He has
fueled trucks /buses and performed preventative maintenance. He has also been a technician, union
officer, shop supervisor, technical spec writer and QA officer. He worked for Lynx Orlando for 8
years and Charlotte CATS for 3 years. He has been ASE Certified for heavy truck steering and
suspension, A/C refrigerant recovery and recycle, as well as for bus /truck air brakes. Blaine is also a
Type I & II Certified A/C Technician. He has taken many classes for electrical, preventative
maintenance, suspension, hydraulics, brakes, A /C, wheelchair lift (Lift -U), Cummins, Detroit Diesel,
Allison, Amerex as well as many managerial courses in people skills, time management, computer
software for transit specific products, Excel, Word, Outlook, Adobe Professional, and Powerpoint.
JASON FAIRCLOUGH — Senior Field Service Representative
Jason has been employed with GILLIG since March, 2001. He has 3 years experience as a Quality
Engineering Technician for Nova Bus Inc. Where he had taken several classes: Kizan, Metrology,
Paint and Body. Jason also has a certificate from the National Fire Academy, for Hazardous
Materials Incident Analysis, Hydraulics and Fluidics. While at GILLIG, Jason has taken classes in
I /O, Air Systems, Allison Electric Drive, and Service Training. In addition, Jason has over 15 years
experience building and racing vehicles for his race shop.
RICHARD GALVAN - Quality Assurance Manager
Richard joined GILLIG as a Production Supervisor in November of 1999 before being promoted to
QA Manager in January of 2003. He owned and operated his own business for 6 years and has 4
years of experience in high technology manufacturing and supervision.
DAVID HAGOPIAN — Senior Field Service Representative
Dave lives in southern Illinois and covers the Midwest region. He has been employed with GILLIG
since November 2000. Dave came to GILLIG with 19 years of experience as manager, service
writer and mechanic in the automotive industry. He has been ASE certified in heating, air
conditioning, and electrical/ electronic systems. He is trained in industrial electronics at
Southwestern Illinois College.
01.2015
FIELD SERVICE QUALIFICATIONS
KEVIN HARDESTY — Trainer
Kevin has been a technical coach trainer for 23 years. He has been a field service trainer for
GILLIG since 2005. Prior to being employed as a field service trainer for GILLIG, Kevin operated
his own technical training company for 9 years. Kevin started as a technical trainer for the Flexible
Corporation in 1987. He also spent 2 years at the Central Ohio Transit Authority as the Training
Supervisor. During his time at these positions, he has performed technical writing and created
numerous training classes using PowerPoint software. His other duties have included various field
service tasks as required.
ERIC OCAMPO — Warranty Administrator
Eric has been with GILLIG since January 1987. He came to GILLIG from A.C. Transit where he
worked for 2 '/z years involved in special projects. He has 1 year in R.O.C. diesel technology and
electrical and 5 years as an automotive technician. He also received training on DDEC, Allison,
Lift -U wheelchair lifts and Luminator destination signs for troubleshooting and repair. Eric spent
10 years as a Field Service Representative and was a Field Service Trainer from 1996 -2013. In April
2002, he completed training with Cummins I.S.L. troubleshooting and familiarization, and in
November 2004, he completed training with Allison Hybrid electric drives. Since 1999, he has
received numerous extensive training classes from I.O. Controls Multiplex Systems covering the T-
1, T -2 and the latest G -3 systems. In 2013, he became the Warranty Administrator.
JAMES MICHAEL O'LEARY - Senior Field Service Representative
Mike joined GILLIG in August of 1994 and worked in production, including the welding, chassis,
electrical and air conditioning departments where he has a 608 Air Conditioning Certificate. He is
based in the San Francisco Bay Area and covers the Western Region. Mike received his BS Degree
in Aviation Maintenance Management in 1994.
MIKE PARRISH - Senior Field Service Representative
Mike has been employed with GILLIG since 1993. He has been a Maintenance Manager for various
transit properties since 1974. He has a degree in Diesel Technology, and is also ASE Certified in
AC, Brakes and Steering. He went to Detroit Diesel and Allison Transmission schools and also has
a 608 Air Conditioning Certificate. He has also attended the Allison Electric Drive Training class.
Mike lives near Toledo, OH and covers the Midwest Region.
01.2015
FIELD SERVICE QUALIFICATIONS
JOE RHEA - Senior Field Service Representative
Joe has been employed with GILLIG since 1988 and has had training in DDEC, Voith,
Transmission troubleshooting, EEC & Lift -U Wheelchair lifts and Luminator Electric Destination
Signs. He has also attended training classes by the GILLIG trainer in the Electrical System, Air
System and Hydraulic systems on the GILLIG Phantom. Joe lives in Central Texas and covers the
Southern Region.
DAN ROE - Senior Field Service Representative
Dan came to GILLIG in 2007 after a 34 year career in a suburban Detroit transit authority. He was ASE
certified technician in the 80's. Dan went into maintenance management in the early nineties with a fleet
size of approximately 500 vehicles. He has had numerous classes and training sessions in all phases of
transit vehicle maintenance from engines to fare boxes and in 2007 attended the Allison transmission
school for hybrid electric drives and various GILLIG trainer classes. Dan has performed in plant
inspections for transit authority vehicle purchases since 1978 in many different bus manufacturing plants.
RICHARD SALAS — Field Service Representative
Richard has been employed with GILLIG since 1998. He worked in Labor Pool for one year and
worked 4 years as a Working Foreman in in the Trim department. He was also the Working
Foreman for the Maintenance Department on 3rd shift. He has attended training courses for the
Dinex and Air systems. He is based out of the San Francisco area.
LEON SHURN — Senior Field Service Representative
Leon has been with GILLIG since 1998. He started in Production and gained experience in several
departments. He has been a Field Service Representative since 2000. He has attended training
classes by GILLIG Trainers for electrical system troubleshooting, I/O Dinex control, air system,
and hydraulic system. Leon has also attended classes at the Oakland International Airport School of
Aeronautics for 6 months. He also has a Certificate of Completion for Allison Electric Drive 40/50
on Service and Troubleshooting. Leon started in the San Francisco Bay Area, but has now relocated
to the Orlando, FL area.
01.2015
FIELD SERVICE QUALIFICATIONS
ALFREDO SMITH - Senior Field Service Representative
Alfredo joined GILLIG in February 2000. He was recruited from a major bus transportation
company, where he was a Quality Assurance Inspector in the Maintenance Department. He is
trained in Transit Coach Electrical Systems, Preventative Maintenance and Electronic Controls by
the Universal Technical Institute, Total Quality Management at the University of Texas; and is a
graduate of the Sequoia Automotive Institute. Alfredo has 21 years experience in military and heavy
equipment repair and service with 5 years worldwide travel with major corporations as a ground
support equipment technician. Alfredo lives near Austin, TX and covers the Southern Region.
SANG TRAN - Field Service Representative
Sang has been with GILLIG since March, 1997. He first began in Dept 04, then transferred to the
Labor Pool in 1998. In the following years, he worked throughout all the departments in the plant
and spent most of his time in Dept 03 (Electrical). In mid -2001, he became a Field Service
Representative and relocated to Fairfax County in Virginia. Before joining GILLIG, he worked for
Morehouse Foods Co. in Emeryville, CA. As a lead machinist, he oversaw the high volume of
bottling, labeling, capping machines, and performed all electrical troubleshooting problems as
required.
BO VONGAMATH — Technical Service Advisor
Bo has been with GILLIG since January of 1999. He worked 2 years in the Labor Pool, 3 years in
the Electrical Department and 4 years as a Quality Inspector in the Field Service Department. He
also received training on Allison Electric Drive, Certified ASE Refrigerant Recovery and Recycling.
Before GILLIG, Bo worked at Chuck E. Cheese as their Electronic Technician for 10 years.
E. ff a MEMO
01.2015
GILLIG maintains a fully experienced and qualified Engineering Department directed by
the Vice President of Engineering. The Engineering staff is involved in all design
requests and is also made available to the customer on request to assist in the
resolution of engineering or design problems that may arise within the scope of the
specifications during the production and /or warranty period.
The GILLIG Engineering Department is located in the manufacturing plant in Hayward,
CA and is available to assist the manufacturing process. The integrated staff performs
all vehicle engineering including the research and development of all systems integrated
on our vehicles.
All current products were designed and developed by GILLIG Engineering. Attached is
our staff description and organization.
GILLIG ENGINEERING ORGANIZATION
'Name
Function
Education
Background
G. Vismara
Vice President, Engineering
BSME
27 yrs industry experience
at Peterbilt, Loral Space
Systems & Gillig
R. Quebbeman
Manager, Specifications
Assoc. Degree
46 yrs industry experience
& Bill of Material
Mech. Engr.
bus and truck design - Mack,
International & Gillig
S. Vanderlip
Manager, Mechanical
BSETME,PE
29 yrs industry experience
Engineering
and at Peterbilt & Gillig
Systems
C. Ababseh
Mechanical Design
BSME
9 yr industry experience
Engineer Body & Interior
at Gillig
J. Abrew
Bill of Material Order H.S.
26 yrs industry experience
Technician
with Gillig
T. Agawa
Bill of Material Order
BSIT
24 yrs industry experience
Technician
at Gillig and Peerless Lighting
F. Andrade
Electrical Design Engineer
BSEE
2 yrs industry exp E-N-G
Mobile and Gillig
G. Chan
Project Engineer Mechanical
MSME
10 yrs industry experience at
Current Product Team Lead
Toyota/NUMMI & Gillig
V. Chan
Design Engineer
BSBSE
9 yrs industry experience at
Electrical Systems
Sharper Image Corp, & Gillig
T. Cheung
Sr. Mechanical Design EngineerMSME
9 yrs industry experience at
BAE Systems and Gillig
F. Cruz
Bill of Material Technician
BSC-Mgmt
15 years industry experience
at Gillig
J. Edmondson
Bill of Material Order
H. S.
36 years industry experience
Technician
Peterbilt & Gillig
J. Efron
Mechanical Design Engineer
BSME
5 mos. Industry experience
At Loral Space Systems and
Gillig.
S. Faria
Bill of Material Technician
BSBA
22 yrs industry experience
Mack, Xerox & Gillig
'Name
Function
Education
Background
S. Finley
Design Engineer
BSEE
23 yrs industry experience
Electrical Systems
at Georgia-Pacifc, Walk-
Haydel & Gillig
E. Fong
Mechanical Design Engineer
MSME
16 yrs industry experience,
Varian Medical System, BAE,
IBM and Gillig
C. Garcia
Electrical Design Engineer
BSECE
6 yrs industry experience
At Lawrence Livermore Lab,
Northrop Grumman & Gillig
V. Garcia
Electrical Design Engineer
BSEE
8 yrs industry experience
Auto, Defense and Semi-
Conductor Industries and
Gillig
J. Gatti
Mechanical Design Engineer
BSME
3 yrs industry experience at
Dial Engineering and Gillig
D. Hayashi
Project Engineer
BSME
26 yrs industry experience
Powertrain & Chassis
at Peterbilt & Gillig
A. Hirata
Design Engineer
BS EECS & NE
34 yrs industry experience
Electrical Systems
Mare Island Naval Shipyard,
Flex Products, Siemens
N. Hom
Designer - Body
Assoc. Degree
28 yrs industry experience
Interior
at FMC Ground Systems,
Bechtel & Gillig
K. Hong
Electrical Design Engineer
MSEE
13 yrs industry experience
at Ford Motor Co, Better
Place, Mission Motors,
Electric Vehicles International
& Gillig
J. Kacinski
Designer Electrical
Assoc. Degree
31 yrs industry experience
Systems
at Peterbilt & Gillig
S. Loyd
Electrical Design Engineer
B.S. Physics
5 yrs industry experience at
Areias Systems
C. Lubas
Mechanical Design Engineer
BSME
12 yrs industry experience,
BAE and Continental AG and
Gillig
EJ Mariscal
Bill of Material Technican
HS
16 yrs industry experience at
Gillig
-------- — — ---------- — — ------- . ...... — � ME I! Em. I
Name
K. McKinlay
J. McKittrick
C. Miclea
B. Nguyen
H. Nguyen
J. Ocampo
V. Oreta
P.Pruscha
J. Ralleta
M. Reitz
Function
Designer -Body
Interior
CAD System Manager
Proj ect Engineer
Frame, Steering and
Front Suspension
Design Engineer
Electrical Systems
Proj ect Engineer
Brake, Air, and
Hydraulic Systems
Bill of Materials Technician
Administrative Assistant
Industrial Designer
Bill of Material Specialist
Dir. Electrical Engineering
Education
BSIT
BA- Architecture
BS /MS, ME
BSEE
BSMET
College
Business
College
BS Industrial
Design
H.S
BSME
M. Reynolds Bill of Material Release H.S.
Technician
G. Roderick Bill of Material Order AA
Technician
B. Rogers Mechanical Design Engineer BSME
J. Seei Bill of Material HS
Technician
Background
33 yrs industry experience
at Centerline Mfgr, Tonko,
& Gillig
38 yrs industry experience
at Mack & Gillig
41 yrs industry experience
in Europe and at Gillig
8 yrs industry at HP,
Kla- Tencor & Gillig
27 yrs industry experience
bus design at Gillig
26 years industry experience
at Gillig
34 yrs industry experience
at Farmers Insurance &
Gillig
30 yrs industry experience
at Peterbilt, Jaccuzi & Gillig
19 yrs experience Technology
Operations & Mgmt
experience at B of A,
Washington Mutual and Gillig
27 yrs industry experience at
Peterbilt, Fabco Automotive
And Gillig
18 yrs experience at Gillig
31 yrs industry experience
at Gillig
4 mo. Industry experience
At Gillig
18 yrs experience at Gillig
M. Shaieb Project Engineer BSME 33 yrs industry experience at
Technician BAE Systems & Gillig
Name
Function
Education
Background
C. Silva
Bill of Material
HS
29 yrs industry experience
Technician
at Gillig
G. Singh
Mechanical Design
BSME
7 yrs industry experience
Engineer, Body Exterior
International Cars & Motors,
and Gillig
H. Tuft
Project Engineer
BSME
9 yrs experience at
Powertrain
Electroglas Inc, & AutoCat
USA Inc.
J. Turner
Electrical Design Engineer
BSEE
5 mos. exp at Gillig
A.vanHaeften
Mechanical Design Engineer
BSME, PE
8 yrs industry experience at
Westinghouse, Park Hannifin
And Gillig
V.Verna
Dir. Electrical Engineering
MSEE, MBA
25 yrs industry experience
at Ford, Lear and Mercedes
K. Vorsatz
Mechanical Design Engineer
BSME
9 yrs industry experience at
BAE and Gillig
B. Wu
Design Engineer
BSEE
16 yrs industry experience
Electrical Systems
EIT
at Pulver Genau & Gillig
-------- — — ---------- — — ------- . ...... — � ME I! EN. I
February 2013
%03ILLIG LLC
,QUALITY ASSURANCE MANUAL
SECTION 3
CONTRACT REVIEW AND CHANGE, AUTHORIZATION
Section 3
Page 1
The purpose of this section is to document how we coordinate activities related to defining and
documenting of customer requirements, resolving issues, and determining the capability of Gillig
to meet customer requirements.
Gillig produces a standard product called a Low Floor Transit Bus Of 102" width and 29', 35',
or 40' length. These are FTA defined standard lengths and widths and Federal and State
mandated compliance features.
The customer bid document offered to multiple U.S., Canadian and Off -shore heavy duty transit
bus builders, details the standard and non-standard major components and design variations
that the specific transit district customer expects on their bus order. Gillig, in their bid response
has the option of accepting the bus property bid features or proposing an "approved equal."
It is the responsibility of Gillig Sales Engineering to inform the bus property, in writing why an
"approved equal" is preferred for durability, reliability, safety, federal compliance,
standardization, or cost control reasons.
The customer then has the option of approving or disapproving the "approved equal" proposal.
Gillig Sales Engineering reviews all approved equals requests, updates the internal
documentation and prepares the bid submission package.
The Sales contract for a bus is multi inches thick. There will be one or multiple pre-build
meetings to help with the customer and the Gillig Sales Program Manager to review the contract
for final definition of the customer's specifications, These Gillig/customer pre-bid meetings will
be documented by the Gillig Sales Program Manager with a copy forwarded to the Gillig
affected departments, a copy maintained in the contract file for that order, and a copy forwarded
to the customer. This will contain the agreed on interpretation and modifications of the
specifications.
February 2013
GILLIG LLC
QUALITY ASSURANCE MANUAL
SECTION 3
CONTRACT REVIEW AND CHANGE AUTHORIZATION
Section 3
Page 2
Because of long, 8 to 16 weeks, lead time for the major components, the Sales Program
Manager for that contract will issue a Majors Indented B,ill' of Material to Design Engineering and
Purchasing (attached) to purchase major components and for design engineering to issue REI's
(Request for Engineering Information) to start design of parts and components not previously
engineered and related to manufacturing.
This will be followed by a Preliminary Sales Order multi page document to detail the major and
minor product description of the bus as interpreted from the contract by the Sales "Project
Manager." This is forwarded to the Engineering Bill of Material Group (BOM) to structure a
complete BOM of all the bus components.
This contract may contain incomplete "word statements" of a color, size, or type description, it
may contain two options that are incompatible, or a major component suppl:ier may not
authorize a deviation specified in the contract. The engineering BOM structuring supervisor or
his assigned representative will issue a Request for EncLineering Information (attached) to the
Sales Program Manager to request a resolution of the uncertainty. The Sales Program Manager
will resolve the issue with the customer with a response to the Engineering BOM Coordinator for
that sales order and a copy to the contract file.
As the bus is built, the customer may assign a "Resident Inspector" to review the contract and
document revised specifications. As the bus is built the Inspector sometimes has personal
specification preferences that vary from the contract. The Inspector may observe a singular or
multiple frequency quality control concern.
If the Inspector requests a Contract Change, the change cannot be made by a Manufacturing
Supervisor until it is approved in writing by the Custom Contract Administrator and the Gillig
Sales Program Manager on a speed letter or similar three part document. A copy will go to the
customer, a copy to the Gilllig V.R. of Manufacturing, and a copy to the Gillig contract file. This
ensures the bus is later accepted in the "Contract Change" condition. The Sales Program
Manager will issue a Production Change Order (PCO) to Engineering to document the design
change for future service parts support. Without a PCO there can be no Engineering change
documentation.
ERP 6.02 00 live 51,- 55148 -005
VYV 12/10/08 12;06:55 GILLIG LRmC
ITE0411 -IR indented Current Bill of Material Report
Fage', 0
Starting jten 51-55148-oos
Ending Ttem 51- 55148 -005
Starting Product Cade.,
Ending Product Cade:
Material type; C
Sources PmT
Stacked: ,B
Paint Between Level b s:
Print truly Zero level Itemsa Yes
Display Reference Fields; so
0est)mation:'P C -ATE T\51.- 55148- 005,TXT
UERP 5.02.00 live cTLLxc. LLC
vYV '12/10108 12.0Ca55
11TRII -R Page. 1 Indented Current Bill of Material Report
Lev item Description U R type Src. st'k. Qty Per U/M
Page I
14vdaIN, � N-1Wtl r .,. �NlIWRZv40: ��.�w��.rv.
IK7T " " -a; Stk^ed. Us89 .�,��_.II fi}vNe pdrn. � iklPfYfUG1 #' �.11 ��
.........__._ ..... ..........u.._........._....... ... ..........._..... ........,.,..........._.....�.,
<<2 #q!,i45i
(tll dnVrS tAbtd aMge tltE'.I haldtwJE%µYlw)
—R^G
DtSW'9Ftk dJ4., 0M. N ..�,.........a
I' s R.p-i
ry� yA^ yI
1 ASYa1hA
.........................
Kgy#omanY MrY'�itam �Y r'
9,
.„ p.p,xdmmnd', �C'n,�raw,�oroq
i
r „➢ A 1 P 1 II
Lfa iaP. a. > I ", i,:lV
4Y LI 1�rvl. {r[�pawofP "' d�4 jCsIIWyPt �,9 r
_
J89Sy r'afrt}'
we f
yy
77— ,. ,,....._..._
I �< y^rrxn,�,.�,.u.,.,.,.w .: Y :,-,,r7,
Vii 1 �e ,77
.w.... .._...."I
jP
���� y
k
r
Pw
February 2013
GILLIG LL,C
QqALITY ASSURANCE MANUAL
Sim=
SECTION 3
• . AVW.CW11Td11V.1A1i1�W1 -
Section 3
Page 3
Minor, non - recurring quality control deviations will be resolved directly by the Customer
Resident Inspector with the line Supervisor and line Quality Inspector.
Repetitive quality control deviations which are judged to be contract non-compliant by the
Customer Resident Inspector, will be dealt with by a "speed letter" from the Customer Resident
Inspector to the Gillig Sales Program Manager. The Sales Program Manager will meet with the
Quality Assurance Manager to satisfactorily resolve the non-compliance,
Approved . .. ....... Date 02/26/2013
Robert L. Birdwell
EMS 1- / %A/ -F j / i � ffi �
WARRANTY SUPPORT
GILLIG stands behind the quality of our products and we have selected supplier
partners who share this belief as well. We have provided our GILLIG APPLICATION
FOR WARRANTY PROCEDURE which describes the process by which GILLIG
handles warranty claims. Normal warranty work (other than that work required to be
performed by sub - suppliers as discussed below) will be performed by the Agency's
maintenance department and reimbursed by Gillig at the documented warranty labor
rate. In the unlikely event that abnormal warranty is required, Gillig will work with the
Agency to resolve any such warranty projects which Agency believes should be
repaired directly by Gillig.
Due to the nature of some components and the associated warranties, GILLIG believes
that warranty work on the following should initially be managed by the sub - suppliers:
• Engine • Destination Signs
• Transmission • Surveillance Systems
• Air Conditioning Unit • Intelligent Transit Systems
• Axles • Batteries
GILLIG routinely assists customers in resolving warranty matters when local vendors
are unable or unwilling to provide necessary support by involving GILLIG's contacts
either at the local service facilities or through the component manufacturer's corporate
levels.
Feel free to contact our Field Service Department for assistance or if you have
questions:
Robert Birdwell,
Executive Director
(510) 264 -5075
GILLIG Service Department
25800 Clawiter Road
Hayward CA 94545
Post Office Box 300,8
Hayward, CA 94540-3008
(510) 785-1500
FAX: (510) 785-6819
GILLIG APPLICATION FOR WARRANTY PROCEDURE
Please find enclosed the following:
1. GILLIG Instructions for Completing Application for Warranty Claim form;
2. Warranty Parts Ordering Procedure;
3. Parts Return Procedure
These procedures are covered in Field Service Bulletin FS-2013-01.
Thank you.
Sincerely,
GILLIG
Bob Birdwell
Executive Director, Quality & Service
R- 03.2013
GILLIG INSTRUCTIONS
FOR COMPLETING APPLICATION FOR WARRANTY CLAIM
Because GIL,LIG has to report each warranty claim to NHTSA in specific component
"buckets ", claims must have only one bus per claim and one defect per claim.
Sometimes we can process multiple buses per claim if all the VIN's & mileages are listed
and the failure and repair times are identical.
Because we use the information listed on the Applications for Warranty to detect failure
trends, and make improvements, failure descriptions such as "B.O." and "Inop" or
"Found Bad" will not suffice. The reason for removal and any troubleshooting
procedures should be included to help expedite claims. We prefer the Repair Order be
attached to the claim.
Warranty repairs exceeding standard repair times should have prior authorization to
prevent large cuts in reimbursement. To obtain prior authorization, please call the
Warranty Administrator at 510- 264 -5078 between the hours of 6 AM and 2 PM (Pacific
Time).
Claims for normal replacement items, such as light bulbs, and mechanical adjustments
are not normally approved unless their failure was caused by a warrantable defect. In
addition, consumables such as belts, tires, brake linings and drums are not warrantable,
unless their failure was due to a warrantable defect of another component.
Warranty Claims should be submitted to GIL,LIG within thirty days of the date of failure.
Claims can be mailed in to GILLIG at:
GILLIG
25800 Clawiter Road
Hayward, CA 94545
ATTN: Warranty Administrator
Or emailed to: "warraniyclaimsgGILLIG.com ".
GILLIG will provide warranty claim forms when requested. Both `hard' claims and an
electronic version of the Application for Warranty form are available.
It is not necessary to use GILLIG pre - printed forms, but any form used will need the
following information:
1. Unique Claim Number (must be pre- approved by GILLIG Warranty).
2. Date claim is being filled out
3. Last six digits of the VIN
4. Coach Number
5. Bus Owner, or Bus Property Name
6. Date bus placed in Revenue Service
7. Odometer or Hub mileage at time of failure
8. Date of Failure
9. Where Repaired (if not at the owner's property)
10. If Claim concerns the Engine, the Engine Serial Number
11. If Claim concerns the HVAC, the Air Conditioning Unit Serial Number
12. If Claim concerns the Transmission, the Transmission Serial Number
13. Complete description of failure, (Repair Order preferred)
14. Were any parts used? (Yes or No)
15. Description of parts used with the GILLIG Part Number
16. Price of the part(s) unless provided by GILLIG
17. Number of parts used
18. Provide subtotal for each part
19. Total all the parts used for this claim
20. Provide contractual warranty labor rate
21. Number of hours worked
22. Multiply number of hours by the labor rate for the total labor claimed
23. Work done by outside firm or tow to be entered and copy of invoice attached
24. Total Sublet cost(s)
25. Total amount for the claim
26. If bus is in California and claim is emission - related, Engine Hours (from ECM or
hourmeter)
27. Name & Contact Information of warranty person to answer any questions of claim
28. Email or Phone Number for person having knowledge of claim
29. Name & Contact Information of person who submitted claim
30. Email or Phone Number for person who submitted claim
31. Address of where to send reimbursement or parts credit.
See copy of claim with corresponding numbers to indicate where to put the above
information on Page 4.
GILLIG will pay at the direction of the bus owner, not the hired contractor or repair shop,
until and unless the bus owner directs it.
GILLIG cannot pay an invoice not made out to GILLIG, unless listed as a sublet on the
claim.
I.
#3
UNI IIAL NO.
OWNER #-4)
MILEAGE Kf" F"A]LURE #7
WH ERE REPAIRED; *91
E NG
IINE SERIAL# *110
T'R;A, NS, MISS 110 N SER I,A L P
*11
DATE_
BUS OR; COACH NO
IN�:i SERVICE DA'I"E
DA" 1"EOF"FAILURE
AC, SERIAL # #11
...........................
DE50916,E'REPAIRS! RE-011.)IREVAND ATT,%,Q i COPY OF 9f;!rAI9 ORDEn *13
CJF FALURI: MUS IB E SPE("'ITIC)
FAX (510)785-1348
#14
PHICE
Q.T. y
81
PA fi, I IN I M F.3,1: H
EA(35���,'
.............
USED
...........
......................................
X11
.
.......................................................................................................
...........................
.............................
.............................
f-"Mll"81I
19
42,0 #21
ILAPI RATE 4"IF
ILA BOR"I"CITP1J..
$45
2.
. . . ........
�'6F
......
#23
GRANDT(C)7AL,
NOT8, lPC AUP01iPfiilA 8U ,
926
7
4218,
SlIJEWITTED I3YiP9rWFRT'Y ADDRESS
FIE IMBUI 961EIVEN7 NAME PVORE$�-,i, i(IF DIF FIE REPJ FROM ABOVE)
E -MAILADDRESS(ES)
�L
NOTE� Warsenty wl 11 bo dienied if the, dole CtiVe Matatlal Is not reCeNed bV G,[ LIG within f Ms faillAirls, date.
WARRANTY PARTS ORDERING PROCEDURE
1. Determine part(s) being ordered by referring to the parts manual for the specific
bus in question. If the part can't be found or isn't listed, you can call GILLIG's
Warranty Parts Specialist at 510- 264 -5076 or Warranty Administrator at 510 -264-
5078.
2. Call or email the Warranty Parts Specialist, (510- 264 - 5076), between the hours of
5:00 am and 3:30 pm, Pacific Time during the work week, or email the request to
"warrantypar°tsg,GILLIG.com ". Be prepared to provide the following information:
A. GIL,LIG part number
B. Quantity
C. Description of part (pump, motor, etc.)
D. Last 6 digits of VIN
E. Mileage at failure
F. Description for failure
3. If bus is within the base bus warranty, GILLIG will ship the warranty part(s) to
your location. Parts will be sent prepaid, best way, (normally second day). If the
part is needed there the next day, it can be sent overnight and the difference of
shipping cost will be charged back.
A goldenrod copy of the "Sales Order /Return Authorization" form will be mailed,
and should be returned with the defective part(s). Defective parts should be sent to:
GILLIG LLC
ATTN: RGA4
25800 CLAWITER ROAD
HAYWARD, CA 94545
PARTS THAT ARE REQUESTED TO BE RETURNED SHOULD BE SENT WITHIN
30 DAYS. IF THE PART(S) IS NOT RETURNED WITHIN THAT TIME, THE COST
WILL BE INVOICED BACK.
4. If the bus is outside the base bus warranty, but the failed component still has
warranty due from the supplier, the part will need to be purchased from GILLIG's
Parts Department, which can then be claimed on an "Application For Warranty"
form. GILLIG will roll that over to the supplier, and whatever reimbursement the
supplier makes will then be forwarded to the end user.
PARTS RETURN PROCEDURE
1. Defective part(s) should be returned to GIL,LIG within 30 days of receipt of
GILLIG's Return Goods Authorization, (RGA).
2. All parts should be capped or plugged to prevent leakage, if applicable. Excess dirt
or grease should be removed to facilitate handling.
3. Parts should never be sent "COD ". GILLIG may provide a call tag, or the
shipping cost can be included on the Application for Warranty.
4. Part(s) must be tagged with the following information:
A. Last 6 digits of VIN
B. Date in Service & Mileage at Failure
C. Concise reason for removal
D. Bus Ower's Name/Name of Transit
5. Goldenrod copy of SALES ORDER/RETURN AUTHORIZATION must be
included with part(s).
6. Either the goldenrod copy of GILLIG's Application for Warranty form, or a copy
of whatever warranty claim form is used should come back with the part(s).
III T'IR ODUCTI G IHIII T' URY
GILLIG LLC is a privately held California company based twenty -five miles
southeast of San Francisco in Hayward, CA. The company is 125 years old and
is 100% U.S. owned and operated. The company's approximately eight hundred
employees manufacture and sell approximately 1,500 heavy -duty transit buses
every year with each bus being designed to meet our customers' individual
needs and expectations.
GILLIG's history dates back to 1890 when Jacob Gillig founded the company in
San Francisco for the purpose of customizing and rebuilding transportation
vehicles (carriages and buggies) of that era. The great San Francisco
earthquake and fire of April 1906 destroyed the original shop but Jacob's sons,
Chester and Leo, soon rebuilt the factory and grew the business to include
custom building of automobile bodies, special trucks and early model buses.
GILLIG continued to grow under leadership committed to providing quality and
value to its customers. Creative engineering and aggressive problem solving led
to many innovative product firsts. These included the patented California Top for
touring cars of the 1920's, one of the first transit style school buses in the 1930's,
the first rear engine diesel powered coach in 1959, the first production line built
dedicated LNG transit bus in 1992, the first parallel Hybrid electric bus with
regenerative braking in 1998 and the first production line built fuel cell bus in
2003. All of these were built using advanced technology of the day in order to
optimize quality and value.
Now, 125 years later, GILLIG is still growing and is still committed to quality and
value for our customers. We define quality as the ability to consistently satisfy
expectations and we define value as the optimum balance between features,
price, durability and life cycle costs.
All customers expect the highest quality at the best price; we believe in giving
them more: The Highest Quality at the Lowest Price with High Reliability and
Low Operating Costs. We start with cleverly engineered, practical designs and
then use our years of manufacturing experience and production skills to build a
rugged product with proven components. GILLIG is very proud of its
experienced and dedicated work force that, with a strong commitment to quality
and customer satisfaction, produces the best DIESEL, HYBRID and CNG
products in the bus market. Our business success is due to our tradition of
satisfying our customers with quality, value, and friendly service.
Today, GILLIG is a solid company with a strong reputation for performance and
customer satisfaction. Our stability and financial security is remarkable; our on-
time delivery record is unmatched; our product's performance and low life -cycle
costs are unbeatable, and; our after -sales support and customer satisfaction is
considered the best.
Tomorrow, we will be even better!
Boa
MANUFACTURING
LAYOUT, O T'IH IE IR CONTRACTS, STAFFING
Historical Overview
• We area 100% U.S. owned and operated manufacturing company
GILLIG was founded over 125 years ago in San Francisco, California, and is
located 35 miles south of San Francisco in Hayward, California. We moved to
Hayward in the 1930's, and have been located at this same location in Hayward
since 1968.
GILLIG LLC
25800 Clawiter Road
Hayward, California 94545
PHONE: 800 - 735 -1500 Email: sales @gilllig.com
Manufacturing Facility
The entire office staff - Executive, Sales, Purchasing, Engineering,
Service/Warranty, Parts, Accounting, Personnel and Manufacturing plant are located
at this one (1) location only — on 26 acres. We do not sub - contract the manufacture
of our vehicles.
We manufacture all of our heavy duty transit vehicle models at this one (1) location -
- on the same production line, using the same qualified, experienced staff -- this
includes our DIESEL LOW FLOOR transit buses, HYBRID LOW FLOOR transit
buses, CNG LOW FLOOR transit buses, and BRT (Bus Rapid Transit) LOW
FLOOR custom model transit buses.
Staffing
We employ over 725 qualified and experienced full -time employees, and the factory
operates 12 months of the year to provide manufacture of our vehicles on time. In
order to provide Service and Support to our customers in the after - market we have
Field Service Representatives who reside throughout the United States to support
our customers.
Other Contracts
GILLIG manufactures and delivers our transit vehicles throughout the United States.
We currently have contracts to manufacture and deliver Diesel, CNG, and Hybrid
vehicles in 30 foot, 35 foot, and 40 foot lengths to transit agencies in many various
climates including Florida, Hawaii and Minnesota and Missouri.
• Additional information can be provided on request.
GILLIG SUPPORTS AMERICAN JOBS
Gillig LLC is a privately owned American manufacturer of heavy duty low floor transit buses
located in Hayward CA. and is the leading supplier of heavy duty transit buses in cities
throughout the United States. 100% of Gillig's manufacturing process is completed in America
by American workers, who in turn reinvest those tax dollars back into the American economy to
help strengthen our nation and support American jobs. This is not a new practice for Gillig, we
have been manufacturing transportation equipment in America for over 125 years and we are
proud to be part of the solution to build our nation's economy and be a strong supporter of
American jobs.
✓ 100% of Gillig employees live in the U.S.
✓ 100% of Gillig employees pay U.S. taxes
✓ Your tax dollars get recycled into the U.S. economy
GILLIG DOMESTIC SPEND ANALYSIS
,r LJS
7-11 cnk YOU Avr 6allt pot-61#7
FL .11 %
RESUME I KEY PERSONNEL,.
IRS O I I IE IL,.
Below is information on the Sales Department Key Personnel and Key Contacts.
Information covering our Support Services including - Field Service, Engineering
personnel and Parts Service is provided in sections following:
Joseph Policarpio, Vice President Sales & Marketing
Joe was recruited by Gillig in 1992 as the Director of Sales where he was involved in
the development and marketing of Gillig's new bus designs including the Low Floor,
Hybrid and CNG models. As Vice President, Joe is responsible for all sales and
marketing functions at Gillig. He is very active in the industry and is currently a member
on the APTA's Business Members Board of Governors, California Transit Association
Executive Committee and participates on various APTA committees. Joe earned a
Bachelor's of Science Degree in Mechanical Engineering from Rutgers University. With
over 20 years experience at Gillig, Joe has been instrumental in the successful
completion of hundreds of bus contracts.
Grep Vismara, Vice President Engineering
Greg has nearly 30 years of industry experience having previously worked for Peterbilt
Motors Company, and Space Systems Loral. Since joining Gillig in 1998, Greg has
overseen the development of new systems and models including the launch of the Gillig
Low Floor, CNG, BAE Hybrid, and Allison Hybrid models. As Vice President, Greg is
responsible for all aspects of Gillig's engineering. Greg earned a Bachelor's of Science
Degree in Mechanical Engineering from Santa Clara University. Greg is very involved
with the day to day project engineering that is focused on providing the highest degree
of quality possible.
Chris Turner, Vice President Manufacturing & Supply Chain
Chris joined Gillig in 2013 as Vice President of Supply Chain after working for Abbott
Laboratories, a global healthcare leader, for the previous 15 years. At Abbott, Chris
served in multiple controllership functions around the globe with responsibilities in sales,
marketing, supply chain and manufacturing. As Vice President of Manufacturing and
Supply Chain at Gillig, Chris is responsible for Production, Purchasing, Receiving,
Warehousing and Freight. Chris has a fantastic management support team consisting
of veteran Gillig employees and consistently emphasizes quality, execution and
continuous improvement. Chris earned a Bachelor of Science Degree in Finance from
the University of Illinois.
7 -14
FL .11 %
RESUME I KEY PERSONNEL,. IRS O I I IE IL,. - c iirvU iin tied
Benjamin Grunat, Director of National Sales
Ben joined Gillig in 2010 as the Financial Controller where he was responsible for all
aspects of the Company's financial accounting and reporting functions. As the Director
of National Sales, Ben manages the Company's Regional Sales Managers and is
responsible for the customer relationship management and overall customer
satisfaction. Prior to joining Gillig, Ben worked for PricewaterhouseCoopers as a
Financial Auditor. Ben earned a Masters of Business Administration from Indiana
University and is a Certified Public Accountant.
Javier Hernandez Jr., Director of Project Sales Management
Javier is responsible for all areas of Project Sales Management and Contract
Administration. His department is directly responsible for processing customer orders
from RFP's through delivery of our buses to the customer. Javier has over 20 years of
Gillig experience where he has served as a Working Foreman, Production Supervisor,
Sales Engineer and most recently as a Regional Sales Manager. Javier and his group
have successfully processed hundreds of orders.
7 -14
Colorado Mountain
Purchasing Consortium
CER 11. Contractor Service and Parts Support Data
Section 9
- Location of nearest Technical Service Representative to Eagle County, Colorado
Name: ROBERT BIRDWELL, EXECUTIVE DIRECTOR FIELD SERVICE AND QUALITY ASSURANCE
Address: GILLIG 25800 CLAWITER ROAD, HAYWARD, CA 94545
Telephone: (800) 735 -1500
Describe technical services readily available from said representative:
REFERENCE OUR ATTACHED INFORMATION.
- Location of nearest Parts Distribution Center to Eagle County, Colorado
Name: GILLIG PARTS
Address: 25800 CLAWITER ROAD, HAYWARD, CA 94545
Telephone: (800) 735 -1500
Describe the extent of parts available at said center:
REFERENCE OUR ATTACHED INFORMATION.
- Policy for delivery of parts and components to be purchased for service and
maintenance:
Regular method of shipment: U.P.S.
Cost to CMPC member agency:PREPAID
40
CMPC- 15- LTB -RFP January 2015
i i "l
Service Department
GILLIG maintains a fully qualified, trained Service Department to respond to the
procuring Agency's request for assistance after delivery of equipment.
The Field Service Trainers and Field Service Representatives have extensive
"hands -on" experience on our coaches. The Field Service Trainers are available
to provide training to your staff on the proper operation and maintenance of the
equipment. The Field Service Representatives are fully qualified to assist the
procuring Agency in the maintenance of equipment, including, but not limited to
major component replacement and repair, electrical troubleshooting, suspension
and frame repair, as well as repair of all ancillary components and systems.
In -house qualified Field Service Representatives are available to troubleshoot
questions by phone, Monday through Friday, 7:00 a.m. to 4:00 p.m.
Warranty Department
The Warranty Department is available to assist the procuring Agency processing
warranty claims as required. The Field Service Trainer will assist the procuring
agency in the proper procedure for obtaining warranty parts, completion of the
warranty forms, and the handling of parts for warranty claims processing.
Engineering Department
We also maintain a fully experienced, qualified Engineering Department, directed
by the Vice President of Engineering, Quality Control and Customer Service. The
Engineering staff are available on request to assist in the resolution of
engineering or design problems that may arise within the scope of the
specifications during the warranty period.
The GILLIG Engineering Department is located in the manufacturing plant in
Hayward, CA, and is continually available to assist the manufacturing process.
The integrated staff performs all vehicle engineering, including the research and
development of all systems integrated on our vehicles.
All current products were designed and developed by GILLIG Engineering. The
entire GILLIG Low Floor transit bus is manufactured in the United States at this
one location in Hayward, CA. Attached is our staff description and organization.
FIELD SERVICE AND SUPPORT NETWORK
EXECUTIVE DIRECTOR
Robert L. Birdwell
TECHNICAL ADVISOR
Bo Vongamath
TECHNICAL TRAINERS
Based:
Russ An do - Seattle, WA
Ben Braun - Baltimore, MD
Blaine Fagel - Charlotte, NC
Kevin Hardesty - Columbus, OH
FIELD SERVICE REPRESENTATIVES *
FIELD SERVICE & WARRANTY
Bob Birdwell Director, QA & Service
Eric Ocampo Service Manager /Warranty
Johnny Phothipanya Warranty Parts Specialist
Bo Vongamath Technical Advisor
Lisa Jarvis
Based:
Lyle Archambeau ** -
St. Paul, MN
Jason Fairclough* -
Salt Lake City, UT
Dave Hagopian* -
St. Louis, MO
Mike O'Leary* -
San Francisco, CA
Mike Parrish* -
Toledo, OH
Joe Rhea* -
Dallas, TX
Dan Roe* -
Detroit, MI
Richard Salas* -
San Francisco, CA
Steven Sayne* -
Seattle, WA
Leon Shurn* -
Orlando, FL
Alfredo Smith* -
Austin, TX
Sang Tran* -
Los Angeles, CA
FIELD SERVICE & WARRANTY
Bob Birdwell Director, QA & Service
Eric Ocampo Service Manager /Warranty
Johnny Phothipanya Warranty Parts Specialist
Bo Vongamath Technical Advisor
Lisa Jarvis
Warranty Recovery Specialist
Vy Vu
Field Service Coordinator
Richard Galvan
QA Manager
Garfull Chan
Manager, QCE & FSE
Phone - 800 - 735 -1500 Fax- 510 - 785 -1348
bb@gilhg.com - (call Bob to schedule training)
eocampo@gillig.com
jphothipanya@gillig.com
bvongam ath@gilhg. com
lj arvis@gillig. com
vvUggillig.com
rgalvan@gillig.com
gchan@gilhg. com
Training instructors employed by GILLIG are fully qualified service personnel with extensive "hands on"
experience on our coaches. They have been trained in all phases of coach repair including, but not limited to
major component replacement and repair, electrical troubleshooting, suspension and frame repair as well as
repair of all ancillary components and systems.
* Performs pre- delivery service at the customer site, as well as ongoing field product support services.
** ASE Certified Mechanic
01.2015
FIELD SERVICE QUALIFICATIONS
ROBERT BIRDWELL - Executive Director, Quality & Service
Bob is responsible for all areas of Field Service, Warranty, Customer Acceptance, Quality Control
and coordinates the efforts of the entire department. Bob utilizes his many years of experience with
heavy -duty motor vehicle production to trouble -shoot problems for Customers and Field Service
Representatives. He has extensive experience as a Supervisor, General Supervisor, Superintendent,
and Quality Control Manager. He has an AA in Supervision Management and has been employed
by GILLIG since 1981.
RUSS ANDO - Senior Field Service Representative
Russ resides in Washington State and covers the Pacific Northwest Region. Russ Joined GILLIG in
March 2001 and worked in several areas on the production line, including line foreman. In July
2002, Russ joined the Field Service Department. He has over 20 years experience in classic auto
restoration and has completed several body -off, frame -up restorations. Along with his knowledge of
mechanics and hands on approach to his job, he earned a BFA with honors in illustration from
California College of Arts and Crafts.
LYLE ARCHAMBEAU - Senior Field Service Representative
Lyle lives in St. Paul, MN and covers the Midwest region. He has been employed at GILLIG since
1989. He has three years experience in Heavy vehicle Maintenance while stationed in the U.S. Army.
Also, Lyle has five years experience in the Automotive Maintenance Industry. He is ASE Certified
in Auto Electric, Brakes, Suspension, Engine Performance and Engine Rebuilding. He has attended
classes at Auto tech for Air Conditioning, and Engine Electronics Controls and Diagnosing.
BEN BRAUN — Trainer
Ben lives in Belair, MD and covers the Eastern Region. He has been employed with GILLIG since
1995 and has 31 years experience in the automotive, truck and bus industry. He has experience in all
areas of repair work. He was ASE Master Technician 1985 - 1990.
GARFULL CHAN — Manager, Quality Control Engineering and Field Service Engineering
Garfull is a native to the SF Bay Area where he went to school at UC Davis receiving his Bachelors
in 2003 and Masters of Science in Mechanical and Aeronautical Engineering in 2004. He began his
career as an Engineering Consultant to Daimler -Benz, then as an Engineering Specialist for Toyota
prior to joining GILLIG in 2006 as an Automotive Mechanical Design Engineer. He was promoted
to Project Engineer in 2012, and then promoted to Manager of QCE &FSE in 2014. He specializes
in body exterior and interior systems, body structures, aluminum and rubber extrusions, sheet metal
fiberglass enclosures, fastening and bonding methods, manufacturing and process improvements.
01.2015
FIELD SERVICE QUALIFICATIONS
BLAINE FAGEL — Trainer
Blaine has been in the transit industry since 1995. He began in the trucking industry in 1990. He has
fueled trucks /buses and performed preventative maintenance. He has also been a technician, union
officer, shop supervisor, technical spec writer and QA officer. He worked for Lynx Orlando for 8
years and Charlotte CATS for 3 years. He has been ASE Certified for heavy truck steering and
suspension, A/C refrigerant recovery and recycle, as well as for bus /truck air brakes. Blaine is also a
Type I & II Certified A/C Technician. He has taken many classes for electrical, preventative
maintenance, suspension, hydraulics, brakes, A /C, wheelchair lift (Lift -U), Cummins, Detroit Diesel,
Allison, Amerex as well as many managerial courses in people skills, time management, computer
software for transit specific products, Excel, Word, Outlook, Adobe Professional, and Powerpoint.
JASON FAIRCLOUGH — Senior Field Service Representative
Jason has been employed with GILLIG since March, 2001. He has 3 years experience as a Quality
Engineering Technician for Nova Bus Inc. Where he had taken several classes: Kizan, Metrology,
Paint and Body. Jason also has a certificate from the National Fire Academy, for Hazardous
Materials Incident Analysis, Hydraulics and Fluidics. While at GILLIG, Jason has taken classes in
I /O, Air Systems, Allison Electric Drive, and Service Training. In addition, Jason has over 15 years
experience building and racing vehicles for his race shop.
RICHARD GALVAN - Quality Assurance Manager
Richard joined GILLIG as a Production Supervisor in November of 1999 before being promoted to
QA Manager in January of 2003. He owned and operated his own business for 6 years and has 4
years of experience in high technology manufacturing and supervision.
DAVID HAGOPIAN — Senior Field Service Representative
Dave lives in southern Illinois and covers the Midwest region. He has been employed with GILLIG
since November 2000. Dave came to GILLIG with 19 years of experience as manager, service
writer and mechanic in the automotive industry. He has been ASE certified in heating, air
conditioning, and electrical/ electronic systems. He is trained in industrial electronics at
Southwestern Illinois College.
01.2015
FIELD SERVICE QUALIFICATIONS
KEVIN HARDESTY — Trainer
Kevin has been a technical coach trainer for 23 years. He has been a field service trainer for
GILLIG since 2005. Prior to being employed as a field service trainer for GILLIG, Kevin operated
his own technical training company for 9 years. Kevin started as a technical trainer for the Flexible
Corporation in 1987. He also spent 2 years at the Central Ohio Transit Authority as the Training
Supervisor. During his time at these positions, he has performed technical writing and created
numerous training classes using PowerPoint software. His other duties have included various field
service tasks as required.
ERIC OCAMPO — Warranty Administrator
Eric has been with GILLIG since January 1987. He came to GILLIG from A.C. Transit where he
worked for 2 '/z years involved in special projects. He has 1 year in R.O.C. diesel technology and
electrical and 5 years as an automotive technician. He also received training on DDEC, Allison,
Lift -U wheelchair lifts and Luminator destination signs for troubleshooting and repair. Eric spent
10 years as a Field Service Representative and was a Field Service Trainer from 1996 -2013. In April
2002, he completed training with Cummins I.S.L. troubleshooting and familiarization, and in
November 2004, he completed training with Allison Hybrid electric drives. Since 1999, he has
received numerous extensive training classes from I.O. Controls Multiplex Systems covering the T-
1, T -2 and the latest G -3 systems. In 2013, he became the Warranty Administrator.
JAMES MICHAEL O'LEARY - Senior Field Service Representative
Mike joined GILLIG in August of 1994 and worked in production, including the welding, chassis,
electrical and air conditioning departments where he has a 608 Air Conditioning Certificate. He is
based in the San Francisco Bay Area and covers the Western Region. Mike received his BS Degree
in Aviation Maintenance Management in 1994.
MIKE PARRISH - Senior Field Service Representative
Mike has been employed with GILLIG since 1993. He has been a Maintenance Manager for various
transit properties since 1974. He has a degree in Diesel Technology, and is also ASE Certified in
AC, Brakes and Steering. He went to Detroit Diesel and Allison Transmission schools and also has
a 608 Air Conditioning Certificate. He has also attended the Allison Electric Drive Training class.
Mike lives near Toledo, OH and covers the Midwest Region.
01.2015
FIELD SERVICE QUALIFICATIONS
JOE RHEA - Senior Field Service Representative
Joe has been employed with GILLIG since 1988 and has had training in DDEC, Voith,
Transmission troubleshooting, EEC & Lift -U Wheelchair lifts and Luminator Electric Destination
Signs. He has also attended training classes by the GILLIG trainer in the Electrical System, Air
System and Hydraulic systems on the GILLIG Phantom. Joe lives in Central Texas and covers the
Southern Region.
DAN ROE - Senior Field Service Representative
Dan came to GILLIG in 2007 after a 34 year career in a suburban Detroit transit authority. He was ASE
certified technician in the 80's. Dan went into maintenance management in the early nineties with a fleet
size of approximately 500 vehicles. He has had numerous classes and training sessions in all phases of
transit vehicle maintenance from engines to fare boxes and in 2007 attended the Allison transmission
school for hybrid electric drives and various GILLIG trainer classes. Dan has performed in plant
inspections for transit authority vehicle purchases since 1978 in many different bus manufacturing plants.
RICHARD SALAS — Field Service Representative
Richard has been employed with GILLIG since 1998. He worked in Labor Pool for one year and
worked 4 years as a Working Foreman in in the Trim department. He was also the Working
Foreman for the Maintenance Department on 3rd shift. He has attended training courses for the
Dinex and Air systems. He is based out of the San Francisco area.
LEON SHURN — Senior Field Service Representative
Leon has been with GILLIG since 1998. He started in Production and gained experience in several
departments. He has been a Field Service Representative since 2000. He has attended training
classes by GILLIG Trainers for electrical system troubleshooting, I/O Dinex control, air system,
and hydraulic system. Leon has also attended classes at the Oakland International Airport School of
Aeronautics for 6 months. He also has a Certificate of Completion for Allison Electric Drive 40/50
on Service and Troubleshooting. Leon started in the San Francisco Bay Area, but has now relocated
to the Orlando, FL area.
01.2015
FIELD SERVICE QUALIFICATIONS
ALFREDO SMITH - Senior Field Service Representative
Alfredo joined GILLIG in February 2000. He was recruited from a major bus transportation
company, where he was a Quality Assurance Inspector in the Maintenance Department. He is
trained in Transit Coach Electrical Systems, Preventative Maintenance and Electronic Controls by
the Universal Technical Institute, Total Quality Management at the University of Texas; and is a
graduate of the Sequoia Automotive Institute. Alfredo has 21 years experience in military and heavy
equipment repair and service with 5 years worldwide travel with major corporations as a ground
support equipment technician. Alfredo lives near Austin, TX and covers the Southern Region.
SANG TRAN - Field Service Representative
Sang has been with GILLIG since March, 1997. He first began in Dept 04, then transferred to the
Labor Pool in 1998. In the following years, he worked throughout all the departments in the plant
and spent most of his time in Dept 03 (Electrical). In mid -2001, he became a Field Service
Representative and relocated to Fairfax County in Virginia. Before joining GILLIG, he worked for
Morehouse Foods Co. in Emeryville, CA. As a lead machinist, he oversaw the high volume of
bottling, labeling, capping machines, and performed all electrical troubleshooting problems as
required.
BO VONGAMATH — Technical Service Advisor
Bo has been with GILLIG since January of 1999. He worked 2 years in the Labor Pool, 3 years in
the Electrical Department and 4 years as a Quality Inspector in the Field Service Department. He
also received training on Allison Electric Drive, Certified ASE Refrigerant Recovery and Recycling.
Before GILLIG, Bo worked at Chuck E. Cheese as their Electronic Technician for 10 years.
E. ff a MEMO
01.2015
GILLIG maintains a fully experienced and qualified Engineering Department directed by
the Vice President of Engineering. The Engineering staff is involved in all design
requests and is also made available to the customer on request to assist in the
resolution of engineering or design problems that may arise within the scope of the
specifications during the production and /or warranty period.
The GILLIG Engineering Department is located in the manufacturing plant in Hayward,
CA and is available to assist the manufacturing process. The integrated staff performs
all vehicle engineering including the research and development of all systems integrated
on our vehicles.
All current products were designed and developed by GILLIG Engineering. Attached is
our staff description and organization.
GILLIG ENGINEERING ORGANIZATION
'Name
Function
Education
Background
G. Vismara
Vice President, Engineering
BSME
27 yrs industry experience
at Peterbilt, Loral Space
Systems & Gillig
R. Quebbeman
Manager, Specifications
Assoc. Degree
46 yrs industry experience
& Bill of Material
Mech. Engr.
bus and truck design - Mack,
International & Gillig
S. Vanderlip
Manager, Mechanical
BSETME,PE
29 yrs industry experience
Engineering
and at Peterbilt & Gillig
Systems
C. Ababseh
Mechanical Design
BSME
9 yr industry experience
Engineer Body & Interior
at Gillig
J. Abrew
Bill of Material Order H.S.
26 yrs industry experience
Technician
with Gillig
T. Agawa
Bill of Material Order
BSIT
24 yrs industry experience
Technician
at Gillig and Peerless Lighting
F. Andrade
Electrical Design Engineer
BSEE
2 yrs industry exp E-N-G
Mobile and Gillig
G. Chan
Project Engineer Mechanical
MSME
10 yrs industry experience at
Current Product Team Lead
Toyota/NUMMI & Gillig
V. Chan
Design Engineer
BSBSE
9 yrs industry experience at
Electrical Systems
Sharper Image Corp, & Gillig
T. Cheung
Sr. Mechanical Design EngineerMSME
9 yrs industry experience at
BAE Systems and Gillig
F. Cruz
Bill of Material Technician
BSC-Mgmt
15 years industry experience
at Gillig
J. Edmondson
Bill of Material Order
H. S.
36 years industry experience
Technician
Peterbilt & Gillig
J. Efron
Mechanical Design Engineer
BSME
5 mos. Industry experience
At Loral Space Systems and
Gillig.
S. Faria
Bill of Material Technician
BSBA
22 yrs industry experience
Mack, Xerox & Gillig
'Name
Function
Education
Background
S. Finley
Design Engineer
BSEE
23 yrs industry experience
Electrical Systems
at Georgia-Pacifc, Walk-
Haydel & Gillig
E. Fong
Mechanical Design Engineer
MSME
16 yrs industry experience,
Varian Medical System, BAE,
IBM and Gillig
C. Garcia
Electrical Design Engineer
BSECE
6 yrs industry experience
At Lawrence Livermore Lab,
Northrop Grumman & Gillig
V. Garcia
Electrical Design Engineer
BSEE
8 yrs industry experience
Auto, Defense and Semi-
Conductor Industries and
Gillig
J. Gatti
Mechanical Design Engineer
BSME
3 yrs industry experience at
Dial Engineering and Gillig
D. Hayashi
Project Engineer
BSME
26 yrs industry experience
Powertrain & Chassis
at Peterbilt & Gillig
A. Hirata
Design Engineer
BS EECS & NE
34 yrs industry experience
Electrical Systems
Mare Island Naval Shipyard,
Flex Products, Siemens
N. Hom
Designer - Body
Assoc. Degree
28 yrs industry experience
Interior
at FMC Ground Systems,
Bechtel & Gillig
K. Hong
Electrical Design Engineer
MSEE
13 yrs industry experience
at Ford Motor Co, Better
Place, Mission Motors,
Electric Vehicles International
& Gillig
J. Kacinski
Designer Electrical
Assoc. Degree
31 yrs industry experience
Systems
at Peterbilt & Gillig
S. Loyd
Electrical Design Engineer
B.S. Physics
5 yrs industry experience at
Areias Systems
C. Lubas
Mechanical Design Engineer
BSME
12 yrs industry experience,
BAE and Continental AG and
Gillig
EJ Mariscal
Bill of Material Technican
HS
16 yrs industry experience at
Gillig
-------- — — ---------- — — ------- . ...... — � ME I! Em. I
Name
K. McKinlay
J. McKittrick
C. Miclea
B. Nguyen
H. Nguyen
J. Ocampo
V. Oreta
P.Pruscha
J. Ralleta
M. Reitz
Function
Designer -Body
Interior
CAD System Manager
Proj ect Engineer
Frame, Steering and
Front Suspension
Design Engineer
Electrical Systems
Proj ect Engineer
Brake, Air, and
Hydraulic Systems
Bill of Materials Technician
Administrative Assistant
Industrial Designer
Bill of Material Specialist
Dir. Electrical Engineering
Education
BSIT
BA- Architecture
BS /MS, ME
BSEE
BSMET
College
Business
College
BS Industrial
Design
H.S
BSME
M. Reynolds Bill of Material Release H.S.
Technician
G. Roderick Bill of Material Order AA
Technician
B. Rogers Mechanical Design Engineer BSME
J. Seei Bill of Material HS
Technician
Background
33 yrs industry experience
at Centerline Mfgr, Tonko,
& Gillig
38 yrs industry experience
at Mack & Gillig
41 yrs industry experience
in Europe and at Gillig
8 yrs industry at HP,
Kla- Tencor & Gillig
27 yrs industry experience
bus design at Gillig
26 years industry experience
at Gillig
34 yrs industry experience
at Farmers Insurance &
Gillig
30 yrs industry experience
at Peterbilt, Jaccuzi & Gillig
19 yrs experience Technology
Operations & Mgmt
experience at B of A,
Washington Mutual and Gillig
27 yrs industry experience at
Peterbilt, Fabco Automotive
And Gillig
18 yrs experience at Gillig
31 yrs industry experience
at Gillig
4 mo. Industry experience
At Gillig
18 yrs experience at Gillig
M. Shaieb Project Engineer BSME 33 yrs industry experience at
Technician BAE Systems & Gillig
Name
Function
Education
Background
C. Silva
Bill of Material
HS
29 yrs industry experience
Technician
at Gillig
G. Singh
Mechanical Design
BSME
7 yrs industry experience
Engineer, Body Exterior
International Cars & Motors,
and Gillig
H. Tuft
Project Engineer
BSME
9 yrs experience at
Powertrain
Electroglas Inc, & AutoCat
USA Inc.
J. Turner
Electrical Design Engineer
BSEE
5 mos. exp at Gillig
A.vanHaeften
Mechanical Design Engineer
BSME, PE
8 yrs industry experience at
Westinghouse, Park Hannifin
And Gillig
V.Verna
Dir. Electrical Engineering
MSEE, MBA
25 yrs industry experience
at Ford, Lear and Mercedes
K. Vorsatz
Mechanical Design Engineer
BSME
9 yrs industry experience at
BAE and Gillig
B. Wu
Design Engineer
BSEE
16 yrs industry experience
Electrical Systems
EIT
at Pulver Genau & Gillig
-------- — — ---------- — — ------- . ...... — � ME I! EN. I
't Mi
LO
L TA I III �a"
GH I IG receinfly made a siginfficaint uinvestmeint liirn our )w is )usiiness wiUh Uhe Ilpurrull ase of Uhe � 08,000 sq ft
wardhouse aind offic Ik�)IuHdfing from CateqpflU, located aloing II hg[may 92 Ph is lis a hue "dass A" fadfly, wiUh
6g[fl dodks, 35'cleai Il urruyll fl, a two levd smaH Ipaids mezzaitine, aind a great locafloin oinly U4 rnfle away. Phe
inew facdRy wfll allow us to IluOter serve our aflerinadket customers v Uhs larger, more effideint wardhouse
mm���
GILLIG supplies service parts to customers through our Parts Division, located at
the same address in Hayward, California. All parts are produced to our original
vehicle specifications and are either manufactured in -house or purchased to our
drawings from OEM's.
GILLIG relocated and expanded the Parts Division warehouse and offices into a
new facility adjoining our main manufacturing plant. The new facility has five
times more storage space than was previously available. This allows us to increase
stocking levels and improves order filling speed and accuracy.
GILLIG is proud to advise that all parts (100 %) are stocked in the U.S. in our
Hayward facility. We do not stock parts in other countries.
All in -stock bus -down orders received by 4:00 p.m. PST are shipped the same day
(2nd day air freight at no charge or next day air, at your expense).
All backordered requirements are shipped within 24 hours of receipt from the
vendor.
All orders are shipped UPS 2nd day air, freight prepaid at no charge to you
(subject to UPS size and weight limitations).
Our current order response is - 92% of all transit bus orders received are shipped
within 48 hours and the percentage rises to 96% in an additional 72 hours
(excluding weekends) and 99% within 3 working days. We anticipate our
performance will be better in our new facility because of the improved efficiency
and increased stocking levels. Bar coding of parts and locations is now in place for
on -line inventory control and purchasing.
GILLIG's response to customers' parts requests has improved substantially in the
last 3 or 4 years, with most of the improvements coming in the last year. We are
committed to continue improving our service parts response and support in the
future.
GILLIG's simple bus designs, as well as our parts service programs, help you
control your parts cost. Common industry parts, flat skirt panels, and American
supplied components, such as Meritor/Rockwell axles, help reduce your parts
costs. Our increased warehouse stocking levels in Hayward and our second day air
shipments at no charge help you reduce your inventory costs as well.
Boa
GILLIG's Part Division is committed to the same GILLIG mission and goal of
customer satisfaction and friendly service. We are proud of our on time delivery at
competitive pricing. GILLIG's customers are not only impressed with the
performance and quality of our buses but they are also pleased with our overall
parts support and our quick and accurate parts deliveries. We request that you call
the following representative customers and ask about our unmatched performance.
Honolulu (Oahu Transit Services)
Dwight Higa
Materials Manager
Phone: 808 - 848 -4483
St. Louis (Bi -State Develop
Diana Hill
Procurement Director
Phone: 314 - 923 -3084
Hampton (Hampton Roads Trans.)
Gary Brittingham, Buyer
Phone: 757- 222 -6042
Email: gbrittingham @hrtransit.org
Agency) Youngstown (WRTA)
Becky Koenig
Maintenance Director
Phone: 330 - 744 -8431
Salt Lake City (Utah Transit Authority)
Brad Shields
Buyer
Phone: 801 - 287 -3009
Pinellas Suncoast Transit Authority
(St. Petersburg, Florida)
Jody Sibley
Parts Manager
Phone: 727 -540 -1884
Jacksonville Transportation Authority (FL)
Martin Griffith
Manager of Inventory Control & Stores
Phone: 904 -598 -8734
Richmond (GRTC)
Kathy Hare
Purchasing Manager
Phone: 804 - 474 -9353
Email khare @ridegrtc.com
Ft. Wright, KY (TANK)
Wayne Bey
Purchasing Agent
Phone: 859- 814 -2142
Email: wbey @tankbus.org
Inter -City Transit (Olympia, WA)
Marilyn Hemmann
Procurement Manager
Phone: 360- 705 -5833
Boa
In order to provide the most comprehensive and most economical service possible,
GILLIG uses a central warehouse and compensates for distance by shipping
second day air. Consequently, the nearest parts warehouse to supply your service
parts needs is:
Central Location: GILLIG
25800 Clawiter Road
Hayward, CA 94545
Central Contact: Chuck O'Brien - Vice President, Parts Division
Eiji Kinoshita - Director of Sales - Parts Division
Regional Contacts: Western Region:
Norm Reynolds — Regional Sales Manager
Phone: 510- 785 -1500
FAX: 510- 785 -6819
Northeast Region:
Jerry Sheehan — Regional Sales Manager
Phone: 510- 329 -0320
Central Region:
Jim Ryan - Regional Sales Manager
Phone: 800 - 410 -8614
FAX: 513- 336 -9345
Midwest Region:
Chad Engel — Regional Sales Manager
Phone: 510- 362 -6916
Southwest Region:
Joe Saldana — Regional Sales Manager
Phone: 510- 303 -0202
Southeast Region:
Butch Sibley - Regional Sales Manager
Phone: 510 -589 -9430
Northwest Region:
Lee Petersen - Regional Sales Manager
Phone: 510- 264 -3801
:Imii M".W11.13
Parts Availability: Over 92% of all regular parts orders are shipped
within 48 hours of ordering and almost 97% within
3 days.
Freight Policy: Regular parts orders are shipped freight free and
normal shipments to Central and Eastern locations are
shipped 2nd day air, at no charge.
Availability Life: Replacement parts will be available for a period of
twelve (12) years after the date of purchase of your
coaches.
CUSTOMER SATISFACTION
The GILLIG Service Parts Division is committed to the same GILLIG mission and
goals of customer satisfaction and friendly service with reliable and durable
products that are also economical to use.
To justify the district's purchase of GILLIG products and to assist the district in
attaining its own goals, the Parts Division has established the following programs
and objectives.
Unit Down
Our objective is to expedite these orders and ship them within 24 hours. Unit
down orders receive the highest priority throughout our manufacturing,
purchasing, and shipping organizations, and can be accepted up to as late as 4:00
p.m. (Pacific time) and shipped same day if in stock. If the customer chooses,
these orders can be shipped overnight at customer's cost.
Inventory
GILLIG maintains an extensive, continually growing, inventory of genuine
GILLIG and OEM parts, in our central warehouse. All locations and parts are bar
coded for accuracy and quick response. Computer programs monitor usage and
minimum stocking levels in real time so as to maximize parts availabilities. We
also stock or can get, common non - GILLIG parts.
Parts Lists
We can prepare, on request, a recommended initial stocking list of expected high
usage or long lead -time parts for the vehicles proposed. A detailed price list is also
available with the recommended initial stocking list.
Boa
Hot Line
GILLIG has a toll -free telephone number to enable customers to contact us at no
charge for advice, explanations, recommendations or orders.
Personalized Service
To provide better service, representatives are assigned to specific accounts so that
they can provide personal service while also providing account familiarity, history
and consistency.
Regional Coverage
Regional Sales Managers are available to visit customers to assist in all facets of
this business, including problem solving, introducing new kit and parts
availabilities and making recommendations.
Troubleshooting
We also provide a troubleshooting service; if you can't find a part, call your
representative and we'll find it for you, if possible, and even stock it in the future
if your demand warrants it.
3 -9 -15
uow
GILLIG's Quality Assurance Program effectively ensures only the highest quality
products and services reach our customers. Due to GILLIG's unique management and
operating style, we rely more on total commitment to satisfying our customers, than to
conforming to documented standards that fall short of assuring quality. We feel
continual process and product improvement, and increased customer satisfaction meets
our main focus of attention.
The following is an overview of GILLIG'S Quality Assurance Program that has a proven
track record of ensuring that customer satisfaction and product reliability remain at the
highest possible levels.
Design Review Participation
The Director of Quality & Service participates in meetings and other communication
forms on design and customer issues pertaining to the quality performance and
acceptance of GILLIG'S product and services. Quality is designed in.
Manufacturing and Vendor Qualification
Manufacturing procedures are reviewed to ensure achievement of quality goals.
Vendors are pre - qualified to ensure their products meet GILLIG'S standards, and
periodic reviews ensure standards are maintained, as needed.
Receiving Inspection
Inspection of the majority of incoming materials takes place at the actual location of
assembly by Production associates. Any concerns of material quality are directed to the
designated Area Quality Inspector, or to the Quality Manager for investigation. When
deemed appropriate, certain incoming parts, components, assemblies, or materials are
reviewed prior to acceptance into storage or delivery to the assembly line. All rejected
material is identified and held from further use until proper disposition is resolved.
Disposition is coordinated in a timely manner with Purchasing and Production to
eliminate line shortages.
In- Process Inspection
Thirteen Quality Inspectors, with a combined GILLIG experience of over 230 years, are
assigned to monitor and verify compliance to specifications, including specific customer
requirements. Customers' Resident Inspectors are also encouraged to work closely with
Production and Quality personnel throughout all phases of assembly. Their knowledge
is continually passed on to the assemblers in the form of instructions and information to
ensure compliance. Any discrepancies found during in- process inspection that cannot
be corrected in- station are recorded on the Green Inspection Report that accompanies
each bus throughout production. Production Management reviews each discrepancy,
and the appropriate production associate is assigned to correct the discrepancy.
Communication of discrepancies caused by previous operations is also accomplished in
real time to help eliminate error redundancy. Production and Quality personnel utilize
direct feedback from Post Delivery Inspection reports in an ongoing effort to improve
assembly quality.
Final, Inspection & Acceptance
Each bus is inspected after final assembly for completeness, conformance to
specifications and customer requirements. When it is deemed ready, a road test is
performed to check for operational quality, often with the customer's inspectors present.
After road testing, all open issues are reviewed by Quality and Production personnel,
along with Resident Inspector /s if present, and resolved. Any components that are not
available for assembly are recorded on a Ship Short Authorization Request, which must
be approved prior to delivery. Upon acceptance, the Resident Inspector signs the Green
Sheet, authorizing delivery to the customer's property. Final acceptance occurs when all
Post Delivery Inspection issues are amended by GILLIG'S Field Service Department. All
inspection and test records are maintained for the life of the bus.
We have provided a copy of our Quality Assurance Manual and individual bus
Inspection Record for your review. Note that the Gillig Inspection Record includes (441)
independent and documented checks on each bus. These documents are used to
ensure the highest quality buses and assist Gillig with meeting and exceeding customer
expectations.
Continuous Improvement
Customer, Field Service, Sales, and Warranty data are used to provide feedback of the
performance of the buses and components. This feedback is utilized to bring about
product improvements on a continuous basis through weekly management meetings.
Quality Control Department
N
N
N
N
N
N
N
U
N
N
U
U
U
U
U
U
U
U
U
U
�
M
00
N
(D
UD
(D
N
N
U
N
U
Q
a
o
C1
o
�
�
�
U
N
°-
N
N
U
U)
U
.U)
4--j
�
7o
N
N
1
U
E
Ri
U
m
cn
w
LL
Q
CL
U)
UALITY ASSURANCE
MANUAL
TABLE OF CONTENTS
• SECTION 0
QUALITY ASSURANCE INTRODUCTION
• SECTION 1
SCOPE AND FIELD OF APPLICATION
• SECTION 2
QUALITY ASSURANCE ORGANIZATION
• SECTION 3
CONTRACT REVIEW AND CHANGE AUTHORIZATION
• SECTION 4
ENGINEERING DESIGN AND SPECIFICATIONS
CONTROL
• SECTION 5
ENGINEERING DEFINED MANUFACTURING
STANDARDS
• SECTION 6
PURCHASED PART CONTROL
• SECTION 7
FIRST ARTICLE PROCEDURE
• SECTION 8
RECEIVING INSPECTION AND TESTING
• SECTION 9
GAUGE, FIXTURE, AND TOOL CONTROL
• SECTION 10
CONTROL OF NON - CONFORMING MATERIAL
• SECTION 11
CORRECTIVE ACTION NON - CONFORMING MATERIAL
• SECTION 12
WELDING OPERATOR QUALIFICATION PROCEDURE
• SECTION 13
ASSEMBLY PROCESS
• SECTION 14
FABRICATION INSPECTION INTERNAL
MANUFACTURING PARTS
• SECTION 15
QUALITY ASSURANCE FORMS
February 2013
GILLIG LLC
QUALITY ASSURANCE MANUAL
SECTION 0
QUALITY ASSURANCE INTRODUCTION
Section 0
Page 1
This Quality Assurance Manual describes the quality system that assures conformance to
customer requirements during the bid process, product definition, product design, supplier
procurement, assembly testing, and shipment of the Low Floor Transit Bus. This manual
documents the general quality policies, procedures and practices of Gillig LLC.
The quality philosophy of Gillig stresses continuous measurable improvements in the quality of
products, services, and processes at our Hayward design and assembly facility as well as at our
suppliers. Our goal is to produce durable, reliable, cost - effective vehicles which satisfy our
customer's expectations.
Our customer is an integral part of the Total Quality Management (TQM) process starting with
the contract specifications, participating in approved equals discussion, understanding
expectations, and reviewing corrective action. Improvements depend on timely and accurate
partnership communications.
Each Gillig employee is also a customer of a preceding assembler, designer, supplier, sales
specialist, warranty administrator or field service representative. The TQM process requires a
continuous feedback loop to recommend, validate, document, and incorporate improvements.
Gillig performs minimal machining and stamping. Much of the dollar content of our product are
customer specified major components including the engine, transmission, mobility impaired lift,
wheel chair positions, seating, axles, tires, wheels, air conditioner, windows, filters, coolers, floor
cover, destination signs, and ITS systems. It is Gillig's Quality Assurance responsibility to
reliably and safely integrate these components to meet the suppliers application requirements,
American Disability Act Laws, National Highway Traffic Safety Laws, State Codes, FTA
Specifications, Maintenance Accessibility Criteria, and the Customers Expectations.
pp r
A roved ;`- -� -a Date 02/26/2013
Robert L. Birdwell
GILLIG LLC
QUALITY ASSURANCE MANUAL
February 2013
SECTION 1
SCOPE AND FIELD OF APPLICATION
SCOPE:
Section 1
Page 1
The requirements specified in this Quality Manual are designed to prevent and detect non-
conformance during contract review, design, bill of material specification, supplier procurement,
production, final testing, and delivery to the customer.
FIELD OF APPLICATION:
This Quality Manual applies to the design, procurement, production and testing of the Gillig
Low Floor Transit Bus and related sub - assembly components over which Gillig has design,
assembly and test control.
pp r
A roved ;`- -� -a Date 02/26/2013
Robert L. Birdwell
February 2013
GILLIG LLC
QUALITY ASSURANCE MANUAL
SECTION 2
QUALITY ASSURANCE ORGANIZATION
Section 2
Page 1
The Gillig Quality Assurance Manager prepares the quality control and inspection documents
and supervises and trains the inspectors. He maintains liaison with production departments,
purchasing, suppliers, engineering and customer specification. Each inspector is assigned
responsibility areas as shown on the attached.
The position definition, duties, and qualifications are defined on the attached pages.
The Bill of Materials (BOM) is the document that specifies to the production assemblers and
supervisors the components, accessories, and structure required for the customer's bus. The
inspectors audit the assembly to the BOM.
pp r
A roved ;`- -� -a Date 02/26/2013
Robert L. Birdwell
Quality Control Department
TITLE
DIRECTOR OF QUALITY ASSURANCE
JOB SUMMARY
Responsible for the administration of the Quality Assurance Program and the Quality Control Program to
ensure product integrity
DUTIES
Duties /Quality Control Program:
1. Supervises inspectors daily checking production standards and inspection procedures.
2. Provides inspectors, supervisors and employees with training in acceptable standards.
3. Maintains a liaison through open communications with inspectors, supervisors and employees in solving
problems and providing feedback.
Duties /Quality Assurance:
1. Instruct, educate and encourage all employees to become product - quality conscious.
2. Develop and maintain acceptable standard guideline programs for the following:
a. Product Quality
b. Production Assembly
c. Fabrication of Parts
d. Vendors
3. Administers Quality Assurance Program through researching existing problems and assuring non -
reoccurrence.
4. Work closely with vendors to ensure feedback of existing problems and solutions.
5. Researches problems causing repetitive write -ups or claims, and provides a solution.
6. Work closely with vendors to ensure feedback of existing problems with new designs and to eliminate any
existing problems.
7. Acts as a liaison with outside inspectors.
8. Maintain an open -doors policy to encourage employee participation in the quality program.
9. Schedules periodic meetings for purpose of communicating method improvements, discussing problems,
etc.
10. Interfaces with transit district Quality Assurance Personnel.
DESIRABLE QUALIFICATIONS
A minimum of seven years experience of intense product knowledge and proven supervisory skills.
Salary Grade: 10
TITLE
QUALITY CONTROL MANAGER
JOB SUMMARY
Manages a total quality control program.
DUTIES
1. Responsible for maintaining current inspection procedures.
2. Manages a team of inspectors.
3. Maintains a liaison with production departments.
4. Responsible for ensuring product quality.
5. Responsible for inspecting fabricated parts.
6. Responsible for inspecting incoming parts from vendors.
7. Works with Resident Inspectors on customer specification compliance.
DESIRABLE QUALIFICATIONS
Five years of intense product training and a degree preferred.
Salary Grade: 8
TITLE
QUALITY CONTROL INSPECTOR
JOB SUMMARY
Inspects the product and ensures that production personnel correct the problems.
DUTIES
1. Inspect each product and identify the quality problems.
2. Reject parts that are not up to quality standards.
3. Perform final inspection on each product.
4. Aid supervisors in training employees in quality techniques.
5. Inspects fixtures and tools to ensure they are operational and meet quality standards.
6. Communicate with supervisors and engineers when problems occur.
7. Conduct receiving inspections as required.
8. Read and interpret Gillig, Customer, and Supplier drawings.
9. Be familiar with dimensional and measurement standards.
10. Be familiar with and able to read micrometer, calipers, protractors, and other basic inspection hand tools.
DESIRABLE QUALIFICATIONS
High school diploma, 2 -5 years experience at Gillig or equivalent.
Salary Grade: 4
February 2013
GILLIG LLC
QUALITY ASSURANCE MANUAL
SECTION 3
CONTRACT REVIEW AND CHANGE AUTHORIZATION
Section 3
Page 1
The purpose of this section is to document how we coordinate activities related to defining and
documenting of customer requirements, resolving issues, and determining the capability of Gillig
to meet customer requirements.
Gillig produces a standard product called a Low Floor Transit Bus of 102" width and 29', 35',
or 40' length. These are FTA defined standard lengths and widths and Federal and State
mandated compliance features.
The customer bid document offered to multiple U.S., Canadian and Off -shore heavy duty transit
bus builders, details the standard and non - standard major components and design variations
that the specific transit district customer expects on their bus order. Gillig, in their bid response
has the option of accepting the bus property bid features or proposing an "approved equal."
It is the responsibility of Gillig Sales Engineering to inform the bus property, in writing why an
"approved equal" is preferred for durability, reliability, safety, federal compliance,
standardization, or cost control reasons.
The customer then has the option of approving or disapproving the "approved equal" proposal.
Gillig Sales Engineering reviews all approved equals requests, updates the internal
documentation and prepares the bid submission package.
The Sales contract for a bus is multi inches thick. There will be one or multiple pre -build
meetings to help with the customer and the Gillig Sales Program Manager to review the contract
for final definition of the customer's specifications. These Gillig /customer pre -bid meetings will
be documented by the Gillig Sales Program Manager with a copy forwarded to the Gillig
affected departments, a copy maintained in the contract file for that order, and a copy forwarded
to the customer. This will contain the agreed on interpretation and modifications of the
specifications.
February 2013
GILLIG LLC
QUALITY ASSURANCE MANUAL
SECTION 3
CONTRACT REVIEW AND CHANGE AUTHORIZATION
Section 3
Page 2
Because of long, 8 to 16 weeks, lead time for the major components, the Sales Program
Manager for that contract will issue a Majors Indented Bill of Material to Design Engineering and
Purchasing (attached) to purchase major components and for design engineering to issue REI's
(Request for Engineering Information) to start design of parts and components not previously
engineered and related to manufacturing.
This will be followed by a Preliminary Sales Order multi page document to detail the major and
minor product description of the bus as interpreted from the contract by the Sales "Project
Manager." This is forwarded to the Engineering Bill of Material Group (BOM) to structure a
complete BOM of all the bus components.
This contract may contain incomplete "word statements" of a color, size, or type description, it
may contain two options that are incompatible, or a major component supplier may not
authorize a deviation specified in the contract. The engineering BOM structuring supervisor or
his assigned representative will issue a Request for Engineering Information (attached) to the
Sales Program Manager to request a resolution of the uncertainty. The Sales Program Manager
will resolve the issue with the customer with a response to the Engineering BOM Coordinator for
that sales order and a copy to the contract file.
As the bus is built, the customer may assign a "Resident Inspector" to review the contract and
document revised specifications. As the bus is built the Inspector sometimes has personal
specification preferences that vary from the contract. The Inspector may observe a singular or
multiple frequency quality control concern.
If the Inspector requests a Contract Change, the change cannot be made by a Manufacturing
Supervisor until it is approved in writing by the Custom Contract Administrator and the Gillig
Sales Program Manager on a speed letter or similar three part document. A copy will go to the
customer, a copy to the Gillig V.P. of Manufacturing, and a copy to the Gillig contract file. This
ensures the bus is later accepted in the "Contract Change" condition. The Sales Program
Manager will issue a Production Change Order (PCO) to Engineering to document the design
change for future service parts support. Without a PCO there can be no Engineering change
documentation.
51-55149-005
ICRP 6.02.00 live G'&LLSG LL,C.
vyv 12110/p8 12:06:55
ITEM11 -R Indented 'cur'rent Bill of material Report
starting ztemn 5.1••55148 -005
Ending hewn: 51-55148-005
starting.Prodoct: code:
Ending Product code:
Material Type: C
sources PM-r
stocked: s
Aar, code: ABC
Effective Date: 12/10/08
Print Between t.evel 0: S
Print only Zero Level items: yes
D °iSplay Reference Fields: No
Destination P C:`aTE'k'Ti,5:1- 55148- 005.TXT
HERD 6.02..00 live GXLLYG, LLC
vyv 12/10/08 12.06:55
YTCM31 -R 1 Indented Cnarrent Bill of material Report
Pages
Lev Item Description QLy P'er 44/M
U R Type Src Stk..
-------- -__
rcs
Page 1.
REOUE'rs'r FOR ENGINEERING ING INFORM ATION F V, I, RN P 77 --ry
^^�'l�el Nl e$�aa� CNpdry:. a and
%PodY�ld �� b«I and ���.. cPitlGroac ..._.. �.. .._.......�• 5'uM 1'!] $0p d fDUC p• «.IF � IN GNatla:
Qltl V � P G A :nip.d PEI Xn doopyN
N G tim,I s,,., r r F S A.,p br6
5Yhn1Nn'Ay: ft rym D&r (rk777 Dvw-unpr d.�m�;err'raa
$ "if $$Cd$�$$Ia97M14�0 ..... ... ................
�.....„„....„... .....,.....W.. M7xw..l
li'PYN�adla ,Iv.i g I,tl,wC✓o ��fF �611�'I W(f�
�.__....,..._
FIR R^rlsn r,x� � _... �� rn «v ��
.,�.M„«,.,,.�., ,,,,,,,,�,„,,,..,»
! ,� . e. �e� UW/+tl,nu
r r---
a tl da rryt
t tl
NJ �awa��� ��
a v a tl.
i
rFG
$� p
Y A a � d $ r v Y�'I qp 6iar4$mlrc yr sWp fJu, nPcr
�L%Cd
_p
I �`�^yiMR
Y9.+hY
n :
59N
1 hyd� wd Md^tlYr $
W�
F f W M"'Il y, �M. a
Om
JwV it Pti eP�
•••
P;:
f l ri 11 w �$,7Y 4r� I aM1.GJ'i" Y1 <�
gym. (.1;, L S fps ;d,r N (� , 63nCe' J f f r
S'v h s l'4i+ a ,� f f �,:,yl, I, x r i At'rr
r r lol ; $ r "yL,
r rv, r, .-rs rir 17 vvcu;
r, , ur, N "° I:,o I— IYf r c, r
r /,, i :fi r, I; r X'z
February 2013
GILLIG LLC
QUALITY ASSURANCE MANUAL
SECTION 3
CONTRACT REVIEW AND CHANGE AUTHORIZATION
Section 3
Page 3
Minor, non - recurring quality control deviations will be resolved directly by the Customer
Resident Inspector with the line Supervisor and line Quality Inspector.
Repetitive quality control deviations which are judged to be contract non - compliant by the
Customer Resident Inspector, will be dealt with by a "speed letter" from the Customer Resident
Inspector to the Gillig Sales Program Manager. The Sales Program Manager will meet with the
Quality Assurance Manager to satisfactorily resolve the non - compliance.
pp r
A roved ;`- -� -a Date 02/26/2013
Robert L. Birdwell
February 2013
GILLIG LLC
QUALITY ASSURANCE MANUAL
SECTION 4
ENGINEERING DESIGN AND SPECIFICATIONS CONTROL
Section 4
Page 1
All production material shall be designed to specifications established by the Engineering
Department and controlled by supplier drawings, Gillig proprietary drawings, and part number
databases. In addition to ANSI standard dimensions and specification requirements, drawings
shall specify materials and test processes where applicable.
Customer contract requirements shall be converted to Gillig specifications and drawings by the
Engineering Department who is also responsible for maintaining and distributing all drawings to
the latest revisions.
Engineering is responsible for reviewing the applicable bus Federal Motor Vehicle Safety
Standards and State Regulations, designing for compliance to the FMVSS and State
Regulations, and auditing compliance to the attached FVMSS list.
Engineering is responsible for obtaining Supplier Application Approval (attached) for the rating
of major components such as axles, tires, wheels, brakes, steering gear, transmission, and
engines.
The Engineering Design Bulletin (attached) is to ensure a uniformity of design practices.
The sequence of events for creating the Engineering Bill of Materials from the customer sales
order is attached.
pp r
A roved ;`- -� -a Date 02/26/2013
Robert L. Birdwell
L �A
_ pkrova I �N=b�l
vi C1 CYi AXLE COMPONENTS APPLICATION C-0464!E:j
— 01G202
WIM2001 0 640d65wb._b4D0_A7D"1 52 CWNg_08090$ *ia
4EEf.
Pe RAN
Wmftf
LF-78000 SERIES
e'Lp—maM&UahI
C-mom Rem Froad Leads,
cummf"s ISM
R QUEBREMAN
z Rm
G-0. a Ammi be.. 1". ifnpw
ma
C—
0 H-W Haut pZmSCma
2410 HP LIZ 2100 RPM 200 RPM
a
GILUG
fnk-ty audh S h d 0.
cmwvy�.,n'.— ,.
LWhalf ntmplmv
1."4119 x TrWO QZ425
u Who Yard rad—ROOR0
Allison 134098
mmevdec�rnc vend 7aa'mlae•cmm.p
Lm ngUG gm aeon
3A9 0.76
yLYw1GN
WWII T." r wlf T. der
z
TC -419
T-COW MOW
EammrpC unary
u
4X2 x 2
—R— "a—
m
4Xd 6X4
96
Tloo 0fdomun-
Is
x
FWN rAzo aiueA tWY
axwa ftw f-
a
s.
3EE-AT-rACl4ED 2n.4
Older slar.
- — — — — — — —
V-N'a
}. pHAaum Wasae - -w M1
SU-ATTACHED
r
Rom
om.'51t. Ift.,
So 10" Ra.+aue.
W
12YEARS
j
a
—I
R"r
TaWPWhc?
QVW
QcW
P.—me me
'Rt
8,366
19,000
27,100
10
'a
Leased
14,600
39,600
20
I—
ALL AVAL TO 6-14 PMX:
FH946
Valvormaz
Typ,
Ref" Apjakaftins: C421204, C "021205, and C•020277
74 79 Min.
664OTF 76.1141-77,W
a.
40,62
15
01
.
—2—mitfs
8uwanOm
Md.
--
MERITOA & REWAY
—11, 1,—
—
a,
RQUEGBrMAN ENGR MGR
m.da
GILLIG AtR
45AS
519! -;r84 -5047
mss,
7Po412n05
FHe,46
proved pDr the yellow highlighted conditions above,
z
a.
.,
au.
MmalaYS
t� l'pa'doea Alwb—ffl to th.-J. and et—hilqw" mim Men-9mor", a& aqesu71 a4 ime
firm m-PahubWYQfIUhQ0EM. t], the btackoti wo alfached by Manor u,2} Memw Rim itiJaWfpad a mar
maorsan .Ihm.0EM
—
-.— - —
Anthony T, DAm,ico
Senior Ptoject Engineer
r 08105105
— 01G202
WIM2001 0 640d65wb._b4D0_A7D"1 52 CWNg_08090$ *ia
4fitor vin "e r Vehicular drake Application
AmWwilw
2125 Vkv M.O. R..d RAN NUM8EN
2, ME ASM4.7199
C-046405
ATD-162 Shout 2 or 2
CUS!"erem"Pr S.1
Roar
PCCR N.*M,
V94 omto Of— AXIS mot
z
0
AkA .00M A ido of INS 010#1
11,Squwammii
1X22511
EMS
OMSK:
Ci
Woo UNng
Caalar of Gmnft
EMOY —ed
Ala Chsb., S m. dSq I. j�
24?
241247
R!
SWk Lo.W.In I YVo* Anglo
Max OW cOnwabor Ff. S.Wo
aY
-CUSIMN —ufmko
Hw-
A
to
0
OEM SvW—
R QUESHEMAN
ENGIR MG�R
7"w-
;a,
146121 FOR CAM ORAXOS AT possma avatfaltio qj am mwNw mu it ba Immited to "op tho eamshan iwq Pram a,,oadng 25 WO In max5 -m
0
NOTE FOR VYEDGe DRAKE& Ak pfo Isfa, a-46W. at If. j.sarw�, mwt b. $W.0ad 1. k-p lTm two. shop Iwo ftrnn "ud.g Qj dd Lb. no,o-
—
NOTE FOR HYDRAULIC DRAKES: Mama am Ima pie iswo IS 1,500 P,Sj,
4
CAUT10M ff.ndu hen sp✓ g tinik. pp'i.Non 0wb— — .."ad, into DU systom muilba dopippairmh an oft lad,
(aampound)apPYrcal;idn p1 gds %by DOM the sahko ad sydam and Ina W.�g sy3j,".
m
CAUTION: If and whan Wd ainival appWalion -N.. we arnployed, Iho RWY eftuit J& M. h—d YjAva .M L—q� oh. a pnoo Jd�g d".t At 86 p. 9.0
0
fnWimum Far DUMPS, TRAIN SOT MIXER S, and HtF USE HAULERS, Ohio hor 11, d..d to 75 P-S,A. —i-m
,,
CAUTIVN Poogat alk. ayajam a Soon bey So, oms Antis " 10 P(ovide the (04WM braking pul— amder dq Uwaling cowl6ant, r-Vdnir but nm Rmited to
X
-uff-iont PfOSSWO 10 eamPlaft Ookoaso al ur" Wake Chambers
BRAKEADJOStWNT: MOST bo aq am nnmn.op, v0*101 only,
*
TRUCX9 and SU0 M F-1 mim amiit.V wWqjg — NOT nocoffmr4mos, APOWAI is iwiiid V W91no "160% Aw mW - FIRE APPARATUS
*
Th. f0n�Anjj .. NOT .0, 13,a M"01 a$ MgRITORAIJTOMOnVEWOm aPIX(mving bfAat 0. Nhii V114W4 WA. 0 th-dS0.16flyd M. .—Urw—r to autno
1mtWad.q o.k. p.6--ndfw oomSpaj YAM NJ4TSA,qqvvaraof0,:
:IsMid-OH01 H10014 RoqWm nt.. IS
ae
*
as
v V06116 $I'M;rg Di.tv" Raqusm.m, a Wisko Lkiog Ma, II.I.no
Oa cam"aftnalmon • P*tk.QirqC-,W-fi-
AP-Vl
Front
Rear
Ta I Pusher
.,
EX225H3
EX225H3
Brake
MA72o
MA720
24
MGM MJB 2424EY
rs
S46dmnq vApdgp Angw
drA
C"momis
dr
M.
of
US
s2
X The buthoo app meol am "441" to ..t D..PPIk-,obP,a dy—ornal'of n0vtomGM4 .FFMV8&121, P—Q,aPh $4 4 oW44 W&,t. LIM IWurg w4qcm of INS
Yght,Aw
FMV88.$21 a.m pt Wic4 Wool opolkobts,
Elo—kV
ffer
DS 430 0044wq Ubraty
430 GILLIG COLOR
i11A"F,,
CODF's
2 POWER COAMMOtPENRCATION
COED PART r4KIRERS VSF FMYFI F, RFI,q'X.
35012 9I Q PC
MRAZa
FOR MON C00- PART NUMUCH5 -- COLUR
mm
TO VENDOR PART NUMSFR BEL.Oei
M Y
NOTES
1, PQ R QOAJ�NO THICKNEM 4 MIA;
2 POWER COAMMOtPENRCATION
S. RART NUMBER SFANDAROS. SEE UUUtTRiVJ?G.W2
A. FOR TAMM UCrNT POWDER COATED PARIS USE
MRAZa
mm
M Y
r imnam deuarrc., r UN oaren aae rAY`L M*M
PMM
cave
MOD
r ,e, r F I o w (g' G i I V i g
1, Sales -s a word document of What the customer wants
group �s,',ua
2L Order is configured as an estimate using the configurator by bill of matenaf personnel rn the enquneenng group,
2a, use sen al number of first bus for esfirnare number
2b, start process, at header and seled the carrect master,
2c. corfflgur,
wDr iaunches the master chosen
2d answer Ihe controls whicli Will then pick the correct sub models in master as rnatenat
2e- selec1ing the prooess button after all controls are answer in the master wdi launch sub Models one at time as fine dens on the estimate,
2L first tine ttern sub model launches for seledion with any mate6W and controls picked because of passing from masuar or rules firing
2.g after picking alt choices in Ist sub modd and hitting the process button it will launch the neA line to conii
aN modals @m launched and precessed- gure and this rouflne conflnUeS LNIfil,
3 Use custom GNg program to get selected items and operations from the CFG database and Make a serialized item (B>,,xxxx) with
W( thra, propel structure.
4, Manually dear, up requirements on the Welino item Sxxxxx for those iinselectable items that were, selected as "undefinet ...
5 Noffj purchasing that item (Exxxxx) 'ts ready and can be scheduled to drive MRP'
6 Purchasing maintains it as sOledulW, item unlit the Friday before Production starts at which time they create jobs for the next week and
leave them open until the bus is built, then lobs are backflushed- Jobs are mantamed Manually for changes unfil dosed,
ENGINEERING BOM PROCESS
DEFINITIONS:
Bill of Materials: a computer print out that shows that assemblies, sub - assemblies, and parts
used to structure the build of a bus.
Sales Production Change Order (PCO): an authorization from Sales to design a new part or
assembly of parts for a specific customer orders.
It also authorizes substitution with an existing part already designed and released.
Request for Engineering Information (REI): a request to Design Engineering to design and
release a new part or assembly.
This includes release of a new or revised supplier part or assembly.
Master Database: a computer database of all parts or assemblies authorized by Engineering.
pp r
A roved ;`- -� -a Date 02/26/2013
Robert L. Birdwell
February 2013
GILLIG LLC
QUALITY ASSURANCE MANUAL
SECTION 5
ENGINEERING DEFINED MANUFACTURING STANDARDS
Section 5
Page 1
Manufacturing standards are prepared by Engineering to define a complex sequence of
production processes on a sub - assembly to ensure quality compliance with supplier or Gillig
Engineering specifications.
Examples include the attached, plywood floor sealing and installation procedure.
pp r
A roved ;`- -� -a Date 02/26/2013
Robert L. Birdwell
A5 Va I
Revised 7/8/91
X_
GILILIG MANUFACTURING STANDARD
SUBJECT: Standard It 14-001
Transit bus plywood floor- Page I of 3
installation procedure E f f e c t 1 v e_2,/i49_J_
Approved Aet�
1.0 AgNEBAL REQU_RjEM,
g&T �s.
1,1 All transit bus Plywood! flooring shall be marine grade AS in
accordance with Gillig, drawi�ng 56-13714 DR W6-35 nor
Upon receipt of Plywood at Gillig, cut and remove steel band
straps in order to prevent crushing and subsequent damage to
plywood sheets.
In order to prevent moisture damage prior to treatment, store
all Plywood panels under cover (either inside a building or
under a tarpaulin).
Avoid splintering when sawing Plywood to size. Splintering
results in pockets where moisture can accumulate and cause
future decay. The use of fine tooth:, carbide tipped saw
blades is recommended.
2,0 ERE_TE1AIM_ENT_,
2,1 Apply Dolphin 7756 Hydro-Armor undercoating to underside of
each plywood panel prior to installation in the bus, In order
to insure 100% underside moisture protection.
Apply undercoating to a, dry film, thickness of 20 to 30 mils,
Protect plywood edges from an over spray of undercoating
material, during coating process, because that will prevent
the absorption of edge sealant.
Separate panels 'while drying in order to Prevent adhosion of
adjacent panels to each other, Use adequate spacers,
2.2 After cutting Plywood to final size, coat all perimeter edges,
of all Plywood panel's with 3M 6Q6, NF sealant, Gillig part
number, 53-2195-002, See -figure 01. Fill all perimeter edge
voids In plywood and spread edge coating uniformly,
Standard #14001
page 2
3.0 ILI RTAU_A_T_taN_PR_QQ.EDUR E 1
3.1 Install rubber to chassis structure with 51dwA Z-221 5rALANT
0ill1g part number 53-oaiq5--b ,s-,
Do not overlap rubber onto any tapping plates.
App lly a bead of 51KA Zzf $'OALAOT Gillig part
number 53-02i95--o15 to body and chassis structure at all
plywood contact points (periphery, as well as interior joints)
in order to seal all underside joints from future moisture and
road salt and to Increase structural rigidity of bus body.
See figure 03.
Fasten plywood panels to body and chassis structure in
accordance with Gilliq drawing 10-23831,
4. 0 11RQEHMAUU
4 . I Apply Dolphin 77!;2 Hydro-Armor undercoating to underside
structure of vehicle to achieve long term chassis rust
protection. Coat all metal surfaces with the following
exceptions..
Do n_ot coat any of the following,,
Any part of wheel' chair lift
Air bags
Shock absorbers
Slack adjusters
Air valves and brake chambers
Air dryer
Air lines for 10 inches at connectors
Electrical lines and components
Apply undercoating to a dry fillim thickness or 10 to 30 mils.
AL/vo
Standard # 14-
Page 3 of -1
Figure 01
Figure 02
Figure 03
., ?7.t
I
-I-- --
A N D A 11 D
February 2013
GILLIG LLC
QUALITY ASSURANCE MANUAL
SECTION 6
PURCHASED PART CONTROL
Section 6
Page 1
Purchase orders issued for material to be used in production shall include the drawings and /or
engineering specifications and indicate the drawing revision applying to each item.
Gillig Purchasing Agents may approve suppliers for all purchased material except items on the
Restricted Material List or suppliers considered unacceptable for poor quality performance or
failure to pass First Article Inspection. Quality Assurance shall review entries made into the
Reject Report database to determine if a quality problem exist. If a problem is indicated, a
Corrective Action Report (CAR) shall be requested to the supplier through the Purchasing
Department. If the supplier does not respond to the CAR or if the problem continues, Quality
Assurance shall recommend that the supplier be removed as an approved source. A supplier
removed for unacceptable quality must be approved by Quality Assurance and Engineering
before again being considered an acceptable source of material.
Suppliers for products on the Restricted Materials List must fulfill qualification requirements
specified by Engineering for products supplies and be approved by Engineering and by Quality
Assurance. In addition, a Supplier Quality Assurance Survey shall be conducted by Quality
Assurance at the request of Engineering or Purchasing to determine the ability of a supplier to
inspect, test, and supply material conforming to the quality standards specified by Gillig.
If Quality Assurance considers a supplier unable to perform inspections and tests necessary to
assure conformance to Gillig quality standards, the supplier shall be removed as an approved
source until acceptable evidence of inspection capability is supplied. Approval by Engineering
and Quality Assurance is required before supplier shall again be considered acceptable.
February 2013
GILLIG LLC
QUALITY ASSURANCE MANUAL
SECTION 6
PURCHASED PART CONTROL
Section 6
Page 2
The Supplier Quality Assurance Survey Report shall be maintained with the Supplier
Performance Report. Copies of the Survey Report shall be distributed to the supplier surveyed
and to Gillig Purchasing and Engineering.
RESTRICTED MATERIALS LIST
Suppliers for the following products must fulfill product qualification requirements specified by
Engineering and require approval by Engineering and Quality Assurance:
• Driver & passenger heater
Circuit breakers
• Air to air aftercooler
Sensors
• Engine radiator
Electrical wiring harness
• Hydraulic oil cooler
Circulation pump
• Transmission oil cooler
Hydraulic pump & fan motor controls
• Undercoating material
Interior roof & sidewall panel
• Hydraulic fluid
Electrical switches
• Windshield & mask
Ventilation & lighting duct
• Fan & drive belts
Steering wheel assembly
• Bumpers
Steering gear, draglink & pitman arm
• Windows & window seals
Wheels
• Stanchion attachment
Brakes
• Grab rails & attachments
Noise & thermal insulation
• Door control mechanisms
Fiberglass suppliers
• Fire sensors
Hydraulic & airlines
• Hose clamps
• Air system components
• Seat & seat belt attachment
• Adhesives & sealants
• Structural materials
Fasteners
• Driver dash & gauges
Hydraulic lifts
• Mirrors
Drivetrain components, axles & suspensions
• Any component that must comply with
Aluminum extrusions
Federal or State safety regulations
Castings
pp r
A roved ;`- -� -a Date 02/26/2013
Robert L. Birdwell
February 2013
GILLIG LLC
QUALITY ASSURANCE MANUAL
SECTION 7
FIRST ARTICLE PROCEDURE
PURPOSE: To define First Article Process
SCOPE: Parts requiring F.A.I.
• New design parts (Engineering)
• Source change (Purchasing)
RESPONSIBILITIES:
Section 7
Page 1
Engineering initiates the F.A. process by checking the F.A. box on Page 2 of the
REI. Purchasing initiates the F.A. process when changing the source of an
existing part.
Purchasing supplies F.A. paperwork to supplier.
SUPPLIER RESPONSIBILITIES:
Supplier submits
• F.A. part
• Dimensional inspection sheet
• Raw material certificate
• Tests data (if applicable)
• Coating certificates.
pp:
,..r
A roved Date 02/26/2013 ;`- -���:a
Robert L. Birdwell
First Article Process
Flow Chart
February 2013
GILLIG LLC
QUALITY ASSURANCE MANUAL
SECTION 8
RECEIVING INSPECTION AND TESTING
Section 8
Page 1
When necessary, purchased materials deemed shall be inspected by the Quality Assurance
Organization.
Gillig adopted a program called "Dock to Stock," which relies on suppliers to ensure parts are
made to all specifications and quality requirements.
Purchased materials inspected and accepted by receiving inspection shall be routed to stores.
Rejected material shall be returned to the supplier accompanied by a non - conformance
rejection report (attached) indicating the reason for rejection.
The receiving inspection for the majority of parts will be at the assembly location where the part
is installed on the vehicle or chassis, or during final vehicle test.
Examples include:
• The power steering and fan drive hydraulic system
• Engine
• Transmission
• Cooling system
• Destination signs
• Seats
• Lighting
• Sensors
• Suspensions
• Brakes
• Wheels and axles
• Cable harness
• Electrical power modules
• Steering system
• Air conditioning and heater system
• Wiper system
• Gauges
pp r
A roved ;`- -� -a Date 02/26/2013
Robert L. Birdwell
Quality Control Rejections Report Maintenance
Cwlrml'.A: NEW
��`..� ... � ...... .... , � l!Brt
Sidkuv 11,Ulgan
Mere #; p
s
IPlannau::'
Descr
Aft, Descr,
I
Qy Relacted: �fl D8
- Dole KeJ 11 2/1 0108
cult a. f .
VINOI. C
�I
) Re ws nr
�I
R'egrmtimst Cticpt,�
i
Rejected by:
Lunation:
d
verrnyta.
FIOI &V: p
1
di�pczwn:
(,Iy F.eceiyed: (0.un __,.
, 'Last Recemfed. ( &1C (Approval hey,:
GILLIG LLC
QUALITY ASSURANCE MANUAL
February 2013
SECTION 9
GAUGE, FIXTURE, AND TOOL CONTROL
SCOPE:
Section 9
Page 1
Purpose: The purpose of this document is to define the procedure for calibration and control of
gauges, fixtures, and tools used to assemble the Gillig Low Floor Transit Bus.
DEFINITIONS:
Calibration: comparison between two instruments or devices, one of which is a standard of
known accuracy. The production used device is periodically compared to a standard.
Control Equipment: the equipment include torque wrenches, micrometers, vernier calipers,
torque screw drivers, Hunter axle alignment fixture, electronic terminal crimps, roof fixture,
dynamometer, and Faro CMM.
REQUIREMENTS:
1. Quality Assurance will be responsible for determining which tool and fixture requires in-
house or external calibration. All measurement and inspection of control equipment shall
have the capability of accuracy, stability, range, and traceability to the National Bureau of
Standards.
2. Quality Assurance will maintain a record on each item requiring calibration. As a minimum,
records will reflect the date calibrated, who calibrated, degree out of calibration, and date
due for recalibration. Records may be maintained manually and shall be periodically
reviewed for establishing calibration intervals.
3. New purchased equipment requiring calibration shall include a request for calibration
certification. Outside agencies used for calibration purposed shall be approved by Quality
Assurance.
4. All new or recalibration equipment, along with the certification and reports will be forwarded
to Quality Assurance for records control and equipment placement.
February 2013
GILLIG LLC
QUALITY ASSURANCE MANUAL
SECTION 9
GAUGE, FIXTURE, AND TOOL CONTROL
Section 9
Page 2
5. Calibration intervals shall be established for each piece of equipment, based on accuracy
required, purpose of use, and degree of use. Intervals shall be shortened as required to
assure accuracy. Calibrations may be lengthened if it is determined from previous
calibrations that such actions will not impair product quality.
6. Quality Assurance will ensure that those personnel performing in -house equipment
calibration, possess the technical expertise required.
7. All measuring and test equipment will be handled, stored, and transported in a manner that
does not adversely affect the equipment calibration. Dropped or misused equipment
requires close inspection by qualified personnel prior to us.
pp r
A roved ;`- -� -a Date 02/26/2013
Robert L. Birdwell
February 2013
GILLIG LLC
QUALITY ASSURANCE MANUAL
SECTION 10
CONTROL OF NON - CONFORMING MATERIAL
Section 10
Page 1
Non - conforming material shall be identified and segregated to prevent unauthorized use.
Where a non - conformance is detected during an inspection of assembly verification step, the
non - conformance shall be corrected before the product is passed along to the next step in the
process.
Where a non - conformance is detected in a Total Quality Control (TQC) check, the product shall
be reworked or moved to the appropriate location for correction.
The responsibility for review and the authority for disposition of nonconforming product and
materials lies with the Quality Inspector for that assembly station. The Inspector will contact the
responsible Project Engineer if there are questions on the ability to rework to engineering
specifications.
pp r
A roved ;`- -� -a Date 02/26/2013
Robert L. Birdwell
February 2013
GILLIG LLC
QUALITY ASSURANCE MANUAL
SECTION 11
CORRECTIVE ACTION NON - CONFORMING MATERIAL
Section 11
Page 1
Gillig recognizes that prevention of non - conformance is more desirable than correction. But,
when the actual result does not measure up to the desired result an effective and timely
approach to corrective action is essential.
Corrective action always takes place through human interaction. Emphasis should be on
immediate corrective activities and should follow reliance on a formal system. But, these
activities should follow a defined sequence to maximize the effectiveness of the action taken. It
is important to verify that the Corrective Action does not cause non - conformance of an adjoining
or related component or a future more serious failure. Corrective Action can occur daily as a
part of every job. the purpose of this section is to establish a systematic approach to follow in all
cases where corrective action is required.
The approach to Corrective Action should also follow a prescribed sequence. Gillig's Corrective
Action Process follows this five step problem solving method:
1. Identify the non - conformance and the extent (define the problem).
2. Implement a temporary solution (fix).
3. Obtain failure or non - conforming samples and investigate the failure cause (identify).
4. Test, document, and implement a permanent corrective action (correct).
5. Follow -up to ensure fix effectiveness (evaluate).
It is expected that formal as well as informal Corrective Action will follow this model. There are a
number of methods for identifying the need for initiating Corrective Action, some of them are
listed below:
A. Failed TQC check
B. Results from quality measurements
C. Quality Control Rejection report
D. Findings from Quality Audits
E. Customer feedback
F. Field Service, Sales, Engineering feedback
G. Supplier feedback
H. Findings from process audits
I. Warranty reports
J. Field Service Representative's weekly PDI reports
pp r
A roved ;`- -� -a Date 02/26/2013
Robert L. Birdwell
February 2013
GILLIG LLC
QUALITY ASSURANCE MANUAL
SECTION 12
WELDING OPERATOR QUALIFICATION PROCEDURE
Section 12
Page 1
On a periodic basic, each Gillig welder is required to perform a welding test for qualification. The
test standard is the American Welding Society (AWS) procedures (attached).
This test duplicated the welding performed on the welded fabrications. If the employee is not
engage in his qualified welding process for a period exceeding six month, that person is no
longer weld qualified until a satisfactory retest.
On a periodic basis, the Quality Control Inspectors will review the weld at the various assembly
stations and weld fixtures for compliance to the engineering drawing.
01111=1
Section 12 suspended due to the fact that on -line welding has been engineered out of the bus
manufacturing.
pp r
A roved ;`- -� -a Date 02/26/2013
Robert L. Birdwell
GILLIG COFRPORAT10.14'
TITLE 14ELD INSPECTION & REPAIR PROCEDURES
REL. DATE 7/81 IREV. DATE
NUMBER GIL-10689 "
SHEET 1 OF 5
1..Q 'VISUAL INSPECTION
1.1 All welds shall be visually inspected. A weld shall be acceptable: by
visual inspection if it shows that:
1.2 The weld has no cracks.
1.3 Thorough fusion exists between adjacent layers of weld metal and between
weld metal and base metal.
1,4 All craters are filled to the full cross-section of the weld.
1.5 Weld profiles are in accordance, with 1.5.
1.6 Irrespective of length, undercut shall not exceed the Value shown in
Figure 1.6. Further, the undercut may be twice the value permitted by
Figure 1.E for an accumulated length of two inches in any twelve inch
length of weld, but in no case may undercut on one side br greater than
1/16 inch. For weld lengths less than 12 inches, the permitted length
should be proportioned to the actual length.
1.7 The sum of diameters of piping porosity in fillet welds does not exceed
3/8 inch in any linear inch of weld and shall not exceed 3/4 inch in any
twelve inch length of weld.
1.8 A fillet weld in any single continuous weld shall be permitted to underrun
the nominal fillet size required by 1/16 inch lifthout correction, provided
that the undersize portion of the weld does not exceed lo% of the le ' ngth
of the weld. Piping porosity shall not exceed 3/8 inch in any linear
inch of weld and shall not exceed 3/4 inch in any 12 inch length of weld.
2.0 _WELD PROFILES
2.1 The faces . of fillet welds may be slightly convex, flat or Tightly concav?
as shown in Figure 1.5, with none of the unacceptable profiles, shown in
Figure 1.5. Except at 'outs ide corner joints, the convexity shal ' 1 not
exceed 0.1 times actual le? size or longer leg in the case of an
unequal leg fillet weld, plus 0..66 i " ch,
imum reinforcement
2.2 Groove welds shall preferable be made with slight or min. forcL
In the case of'butt and corner joints, the rei.nforcement shall not exceed.
1/8 inch in height and shall have gradual transition to the plane of t . he
base metal surface.
GILLG CORpORATIO
I T I-E WELD INSPECTION & REPAIR PROCEDURE NUMBER GIL-10689 H E ET 2' OF 5
.. — ---------
e
Size size
Siz e 45' size
Size SIZR C Size C p size C
Note; Convexity C shalt not exceed 04 tunes actual leg
size, or the longer leg in the case of in unequal teg
fillet weld,. plus 0.06 in
(A) Desirable fillet weld files
p (8) Acceptable ffillet , weld profiles
N
;N
Si e Size size Size Size-A S fze-.+�
Insufficient Exce give Excessive Overlap Insuffkient inadequate
throat convexity undercut leg penetration
(C) Unacceptable fillet weld profiles
R.
------------
Note. Reinforcement R shall not exceed 1/8
(0) Acceptable butt weld profile
r---
<
Excessive Insuffla lent Excessive Overlap
r
—�- -(E) Unacceptable butt weld profiles
F ig . -T, 5 -Acceptable and unacceptable weld profiles
r -7
TITLE WELD INSPECTION & REP-AIR PROCEDURE G'IL-10689 SHEET 3 O�
2.3 Surfaces of butt joints required to be fluah shall be finished so as not
to reduce the thickness of the thinner base metal or weld metal by more
than 1/32 inch.' Any reinforcement must blend smoothly into the plate
surfaces whith transition areas free from edge weld undercut,
2.4 field overlays shall niot exceed 1/16 Inch beyond the fusion line of the wpld,
3.0 -NONDES . TRUCTIVE TESTING
3.1 When nondestructive testing other than visual is' to be required, -it shall
-be so stated. This information shall designate the categories of welds
to be examined, the extent of examination of each, category and the method
or methods of testing.
3.2 We . Ids tested nondestructively . that do not meet the requirements of this code
shall be repaired by the methods perm1ited by 5.0.
3.3 When radiographic testing is use . d, the procedure. and-technique shalt be
in accordance with Part B of the A.W.S. Structural Welding Code.
3.4 When ultrasonic testing I s used,• the Procedure and technique sha 11 1 be in
accordance with Pant C of A,W.S. Structural Welding Code,
3.5 When, magnetic particle testing is used, the procedure and technique shall be
in accordance with ASTM E109.
3.6 For .. detecting discontinuities that are open to the surface, dye penetrant
inspection may be used. The standard methods -set forth in ASTIR E165 shall
be used for dye penetrant inspection.
4.0 ACCEPTANCE LIMITS
4.1 - Radiographic and magnetic particle inspection;
Welds that are subject to radiographic ar.magnetic particle inspection
testing in addition to visual inspection shall have no cracks and shall
be unacceptable If the radiogrpahy or magnetic article Inspection shows
any of the types of discontinuities given in 4 or 4.2,
4.2 Individual discontinuities,, having a• greatest dimension off 3/32 inch or
greater if,
r �ni
1. The greatest dimen - Sion I of a discontinuity is larger than 2/3 of the
effective throat, 2/3 the weld size, or 3/4 inches,
2, The discontinuity' is closer than three times its greatest dimension
to.the end of a grrove weld subject,to primary .tensile stresses,
3. A group of such discontinuities i,� in line such that,
a.''The sum of the greatest dimensions of all such discontinuities
S
TITLE WELD INSPECTION & REPAIR- PROCEDURES �'Ut15ER GIIL-10689 HEET 4 OF
larger than the effective throat or weld size i any length of six times
the effective throat or weld size'. When the length of the weld being
examined is less than six times the effective throat or weld size,
the permissible sum of the greatest dimensions shall be proportionally
less than the effective throat or weld size,
b. The space between two such discont!Wties Which-'are 'adjaceht- ff'lLs
than three times the greatest dimension of the larger of the discontin-
uities in the pair being considered.
4.3 Independent of the requirements of 4. 1', discontinuities having a greatest
dimension of less than 3/23 inches if the s,um of- their greatest, dimensions
exceeds 3/8 inch in any linear inch of weld.
E.0 WELD REPAIRS
Unacceptable welds may be repaired or removed and replaced,__ The repair
or replaced, weld shall be retested by the original method used, and the
tame technique and quality assurance criteria shall apply.
5.1 Overlap or excessive convexity remove excess weld metal.
5,2 Excessive concavity of weld or crater, undersize welds, undercutting -
prepare prepare surfaces and deposit additional weld metal.
5.3 Excessive weld inclusions, incomplete fusion,
d.
pgarsity' excessive slag
-'remove unacce able portions and rewe?
5.3.1 The removal of weld metal or portions of the base metal may be done by
machining, grinding, chipping o . xygen gouging, or air carbon arc gouging.
It shall be done in such a manner that the remaining weld metal or base
metal is not nicked or undercut. Unacceptabld portlons�of the weld shall
be removed without substantial removal of the base metal. Additional
weld metal to compensate for any deficiency in size shall be deposited
using an electrode preferably smaller than that used for making the origina,
weld. The surfaces shall be cleaned thoroughly before welding.
5,4 Cracks in, weld ' or base metal - ascertain the extent of the cracks by use
of acid etching, magnetic particle inspection,.or other equally positive
means; remove the crack and sound metal two inches beyond each end @f the
crack and reweld.
6,0 PEENING
Peening may be used on Intermediate wend layers for control of shrinkage
stresses in thick welds to prevent cracking. No peening shall be done on
the root or surface 1�yer of the weld or 'the base meta'l at the edges of
the weld. Care should be taken t6 prevenf overlappi.ng or cracking of the
weld or ba-se metal.
dL% Y 1 0
TITLE WELD INSPECTION 8 REPAIR PROCEDURES Nurisc'R GIL-10689 SHEET 5 OF 5
7.0 ARC STRIKES
Arc strikes outside the area of permanent welds Should be avoided on any
base metal. Cracks or blemishes caused by arc strikers shall be ground
to a smooth contour and ch-ccked to insure soundness.
FIGURE 1- 6
LLCIWABLE U,T
CLASS A CLASS B CLASS C
WELDS WELDS WELDS
0.015 10% parent 0.030
material
thiqkne,s�,
C 1e11
February 2013
GILLIG LLC
QUALITY ASSURANCE MANUAL
SECTION 13
ASSEMBLY PROCESS
Section 13
Page 1
The assembly process consists of several separate build stations through many departments,
as shown on the attached "In Process Build Sequence" outline (Attachment 1).
Job Definition and Training:
The line supervisor in each department prepares and maintains detailed job breakdowns
defining job functions and duties performed by each employee in their department. Attachment
I I is a job breakdown from Department 08 Trim.
Every employee receives on- the -job (hands on) training under the direction of their supervisor.
Line supervisors are also responsible for conducting ongoing cross - training to ensure that
multiple employees are trained and qualified on every job. This process ensures flexibility in
assigning work, maintaining an efficient work flow and ensuring that high quality standards are
maintained, even when absences occur.
Supplemental training programs are periodically conducted by our suppliers. Last year's
supplier training were attended by employees from various departments as appropriate, and
included:
• Hydraulic torque training
• Wheel alignment training
• Air fitting torque control training
• Air conditioning charging
• Lift installation training
Process Control and Work Instruction:
It is the responsibility of each line supervisor to direct the workforce, provide work instruction,
provide all necessary product information, and to monitor and control processing the product
through all stations within their department.
Gillig's philosophy is to "Build Quality In" through each work station and each operation. The
mission of each line supervisor is to "do it right the first time" and this is communicated to every
employee. All quality defects identified through the inspection process must be corrected by the
department and where practical, by the employee who performed the work incorrectly. Through
this process, we all learn by our mistakes and are motivated not to repeat them, reinforcing the
basic philosophy of "Building Quality In" and "doing it right the first time."
_ ...............
GILLIG L L.0 — I PLANT MAP
a
B
�,. . s..
x
wr i a
WS,
�."
��...
i
c ��r
_ �.. ss� nay (—wi rmeaa% ^�ttw� Vwa�. as j{
6
h
k 11 [I LI , LJ
Eam lllllllllll UU�1 �VUVI I'��I� p�11�1��1����N�UII ��� IIII�I�����I�I��uoiou
JOB BREAKDOWN
February 2013
GILLIG LLC
QUALITY ASSURANCE MANUAL
SECTION 13
ASSEMBLY PROCESS
Section 13
Page 2
To achieve the quality goals, provide work instructions and maintain process control, the
supervisor utilizes the following tools:
A. Build Paper:
For each Low Floor Transit Bus order, a build paper is prepared and released,
identifying Engineering Bills of Material which are necessary and appropriate to meet all
of the customer specifications. This document provides detailed parts breakdown, listing
specific part numbers required to build the product through each build station and
operation. The build paper is the primary source of information for the supervisor and
employees for product definition. The Bills of Material are structured by major
assemblies or systems, such as frame assembly, engine assembly, radiator assembly
and cooling system, etc., and installation drawings are identified for each of these
assemblies and /or systems. Attachment III is one page of build paper which is part of
frame assembly identifying chassis air piping and is accompanied by the installation
drawing which is called out in the Bill of Material. This build paper and drawing provide
the supervisor and employee with all necessary and detailed information to perform the
chassis air piping operation. Attachment IV is a second example from the build paper
identifying the cooling system and includes the installation drawing called out for that
operation.
B. Supplier Manuals and Instruction Data:
All major purchased components are provided with operating and installation manuals or
instruction data. This information is utilized by the supervisor in training and instructing
employees in the appropriate assembly operations. Attachment V is an SAE J514
technical data sheet which identifies proper torque of SAE 37 degree flare connections.
Attachment VI is a torque chart for SAE mechanical fasteners.
C. Manufacturing Standards and Operating Procedures:
More critical operations in the assembly process are documented in manufacturing
standard or operating procedure which provide the supervisor and employee with
detailed outline of the proper steps to properly perform that work operation. Attachment
VII is the operating procedure for preparation priming and painting of the transit bus.
pp r
A roved ;`- -� -a Date 02/26/2013
Robert L. Birdwell
FM FIR IMJ, W A 1 e�P'a, ,�Aff,,ltl 'CMp�i°7R- �4�8{�i& QA''k Wa°mrpwvyd Hf',l q
�., 1 VI 1) ti *,A. Pr�x tb 1:.e�e Yana fins.,0gi kxViw.M
Y�.:..
r-Fe —CQ+b
C.Hmndf,..^^.'9E
EFv^xzriyMn: F14:551S fRC 3CCfIgCdSiiE ChWSS'S
Al y,Cp {�Efr T � $wY try ��.�
�...,..i
"I',"",',,'-, ............ .... ..... _... ..... ., ..:�... ._ .. , ....;....,,.,.�
�Y04kfa ��9-0rInmlCpg n �,�Dm9Yas � �NI1+S � [15 @SfiCflnkd � tlPim'b drse SSpck Lw; : Cc SS hS�t Prl
^ .
uL. w4
... —..._
�CiA F 5"lrx:ReaMJt pr6ce
GYFFM +d17y t ^AM:.,�
fWXW Lmrw9 T'� pdayz .. SdyNnk Cciv4 0 017
Al l—
Ld9 54R& fi. ow —sk wa Cost r 400co
&iVy±eC: EA6937XS 9&RIM
P'dPYI- NRRtlbk SLGik 0 -0000
9yP4
type in>r tx R
f° f4F'ItMI
�C
,4m ,w, Cr Giy Ckn Cxde.; QDDB
ProdWCi COdm 9433
5[macrA anw f .'[W6,7 :- 3LYNP9j
1[
Coal AAe i Fa'nr�daad.
lervlcae&Cmdd Aft-Mx OM
LNrt Was{h! 0 AilWh"CI
Acsv*ardaw BtlOIY
�f9esal+^ed CU �NUfGi
zs AM
n h.[ '0C lf4AnnYnGlan Sa Cw'a7exs
LG:Hrsd9c'. NehHYx A:&S i"ntxlpt
'
$vq TYpa YCamfQvacrYycl4as
'¢ty Coac
'
L0 400..-- 'AEAAIA T FOR ➢SWT 95 Ma
mu Q -Oa Ya3
[81 0nhe 98Y 8/4 :TYTD3
A,ODODQ F8 M
T
r >a Up B/A TiTU s <r
[41 08th- All BPA9 'TIT11
1.00000 0A. fu
+ RII p/M 7ITt,i x'
961 Dith. N.PV la TIT61
1.000 00
P- All BIN 7IIiLR. +'.xs
961 Bit&. RBF BIN 7ITLE
1,0104010 1-W
b P.w .14 TYT'LS K
97,L dtDxO WsP a /IT TYTAZ
;�7�pQD�A Yx /V
'7
r RHY. BIN TTa9a4 S
YYr RIF BIR UILB <
'rces�space^.6arto ..�_ _.
zs AM
f 01 FIR I 1A V,— Admk- R p,,15 khff
........ ...
kranning V —conocis I liales Uses Qefinuc
r r
m im
D4.:j
C" -w-d F-77 7D L—L
r
)Iep
�mjioa b:57 26 AM
FYI, e —ID—ripUon
10 401 DIFAVIT FoRim ♦A Ploo
0,00
OF vfm IM.
I-W
— RAF PM T%ILK —
Eli tithe RIF B/M Tint
1,01
Alp vim 717LIE time
39 spate b— 10 —tinec.
�mjioa b:57 26 AM
Alo SAE 370 Flare Connection (SAE J514)
I-low it works:
Th is co n nectio n seals on the two mating 37' seats-
causes:
Most of the leaks on this connection are due to lack
of tightening car hurnan error. You can't tell if the nut
has been tightened by just looking at tile connection.
If it is more than finger tight" you can,t tell from ob-
servation how [TwCh., Torque wrenches at(, good
only when they are used. you must rely on the user
to be sure torque wrenches are used on all joints.
The user must depend real his merriory to know if be
has tightened all of the joints.
cure:
Here are steps for an excellent method of tightening.
Anyone can tell if the joint was tightened and how
much.
1. Tighten the nut by hand until it bottoms the seats.
2, Using a marker, draw a line lengthwise on the nut
and extend it onto the adapter.
3. Using a wrench, rotate the nut to tighten. Turn the
nut the amount shown in the chart below.
mum a fine antbe
-d &OW ...unt wt, h 1ho —1 q�y5 Nht—#
4.1.. %Olqymo. ..I_ W..,j .1 a11, fiat h hes b— fgh, uned-
1 0
2
-12
' 14
4
6
-20
2-2 1,12
V
1 -1
'A
"'A
-2 0.
24
732
. . . . . . . . . . . .
Q xhc7ulrl be
P ,Icon dri t" toen d ahned r e a thpalit r tahteose
marae y geufideeclt i npees r fOorrArny Aannd e . t hat
What to do if the joint leaks after it has been tightened properly
Disconnect the line and check for: .
Wash thorn off
1 Foreign particles in the joint ...... ......... ......
Rep lace them
2 Cracked seats .................... ......... ..........
3. Seat mismatching or not concentric, wiJi the threads ............. .....
Replace the faulty Part
....
Replace the faulty Part
4, Deep nicks in the seats .......... ........ --l—.1
5, Excessive seat impression. This indicate- excessive torque oil tile swivel nUt
Threads will stretch tinder higi I
or too soft a material for high pressures,
. .......
Replace the faulty part
pressure . , . . . . . . ................ ......
6. Chatter or too[ mark - high and low spots on seats ...... ...
Replace the faulty Part
7- SAE 45' mots, when connected 10 an SAE 37' male flare fitting, wilt leak. The
SAE 45' nut may be too long and can bottom on the adapter hex before the
Use all SAE 37* flare parts
seats are tight ....... ........ .
reMember — Many of the leakage problems on this type of connection won't sho�w until the unit 118S been in
service for a few hours.
410-001.DVVG Lilwary
- -------------
EFFECTIVE
S.A.E. BOLTS APPRO' VED
J"PAGE OF
TIGHTFNING TORQUF VALUES (FTA-ES,)
BOLT
SIZE
S.A.E. GRADE 5 S.A.E. GRADE 8
PLAIN PLAIN PLAIN PLAIN
DRY LUBRICATED DRY LUBRICATED
THREADS THREADS THREADS THREADS
e.4 JU
24 9 14 27 Flo
3/8 16 31 23 44 33
- al 35 21$ 49 _az_
7/16- 14 49 37 70 53
_ 20 53 41 70 M2
112 - 13 75 56 105 79
- 20 as 64 120 9q
518 - H 150 113 210 158
- la —UP- 0 - 190
-314 ?7 2013 375 288.
?25 ggl 420 als
7/6 - 9 345 egS 6D5 454
- 14 435 2�16 1
I - v 590 401
-- 14 fi
NOTES,
II TORQUE VALUES ARE BASED ON 75Y. OF PROOF LOAD
E! , ALWAYS TOME AT NUT
3) 'LUBRICATED' INCLUDES LUBRICANTS,PLATING AND HARDENED
WASHERS
4) ONLY RE TORQUE TABLES WHEN NO SPECIFIC VALUE
IS SPECIFIED ON DRAWINGSMANUALS OR OTHER TECHNICAL
DATA.
5> TOL, OF -'5% PERMITTED ON INDICATED TORQUE VALUES
J,T,R,DCN 4/15/91 CAD,DVG
Giffig s,rANDARD OIDERWION PROCEDURE
106-'3-13
PURPOW I o define the process of Exterior topcoat 1mron 6000 or Elite Metallic Base colors
EQUIPMENT; Spray equipment, HVILP gun: Pressure pots, in accoidance to SOP 0771105-A
SCOPE: Application of Imron 6000 or Elite Metall1c, color Base system
A, FoHowing primer application in accordance to SOP 071106.1, allow primer to flesh.
8,. Check that fluid lines have been flushed and cleaned,
I Load mixed Metallic Basecoat color into pressure pots
2 Check RLJjd delivery of 10.-12 oz, per min, daily,
3. Check air pressure (approx. 45 to 50 psi) and fan width (aipprox, 10 Rn,)
C_ Start by appIying Basecoat using a cross-coat technique a section at a flame (approx, 8 to 10 ft),
1 Spray a wet first coat using top-to-bottom motion w4h 50% overlap
2, Spray a second moduum-wet coat using a side-to-ade Pnotion witti 50% overlap
1 Hash times between coats wil: vary between 30 seconds and 2 minutes.
4, Check that h0og as„ achieved. Most colors will hide in two coats Sorne lead-free colors
may require additional cross coats
5, If needed a third fog coat can be used to even out and make the motallics undoln).
Dry film thickness for Metolffcs & Pearl colors will be approx. 1 0. 1.6 mils.
D Aflow unit to Hash 10 minutes prior to applying 8840s, clear.
1. Clean and! flush fluid lines
2 Load mixed 8840s Clear into pressure pots-
3. Check fluid delivery of 10-12 oz. per min .. air pressure and fan wRdlh dady,
E Apply 8840s Clear using a cross -coat technique a section at a fume (approx, 8 ft)
1 Spray a wet first coat using top -lo-bolliorn motion-
2 Spray a second madrurn-wet coat using a side-to-side motion
3, Minimal o no Flash limes between coats
4 3, Allow uoil to flash 15 wiles prior to turning on booth heaters.
I Move unit to drying area and force dry (cD, 140 F. substrate temperaiLlre for 40 minutes.
11 refer to DuPont Mixing manual in Pakit rnixing; room.
Supervisor:
DuPOTIV
Paint Supervlaor:
Quality Mgn:'_____
Gillig STANDARD OPERATION PROCEDURE
qRg'?oration . . ...... . ......... . . . . . . .............. . .
TiTLE
Exterior Pamt iniron bouu� sjn le stage systern 071106-2
,5;k,T �SGE,15 ...... . . ....... .. . . . . ........
REVISION LEVEL REVISION! DATE PAGE
5/22!120 1 1211412006 1 1 OF 1
Dave Duncan IManuel Luna lRichard.Galvan lRuss
PURPOSE: -ro define the process of Exterior topcoat I mron 50001 single stage system,
EQUIPMENT: Spray equipment HVLP gun: Pressure pots, in accordance to SOP 077'1105 -A
SCOPE. Application of Innron topcoat system.
A. Allow primer to flash for 25-30 minutes,
B. Miieck that fluid lines have been flushed and cleaned.
1. Load mixed liin,ron 5000 color into pressure pots.
2. Check fluid delivery of 10-12 oz per min, daity.
3 Check air pressure and fan width daily.
C, Apply liniron 5000, using a cross-coat technique a section at a time (approx a rt)
1. Spray wet first coal using top -to- bottom motion.
2 Spray a second medium-wet coat using, a side-to-side motion,
3. Flash firnes between coats wilt vary between 30 seconds and 2 minutes.
D. Spray Untilt hiding is achieved and a total DFT of 1,5 - 3.0 mils,
E. Allow unit to flash 10 minutes prior to heal
F, Move unit to drying area and force dry @ '140 F. for 40 minutes
.. refer to DuPont Mixing manual in Paint mixing) room.
G eneral Manager.
Paint Supervisor:
Paint Supervisor:
MMMMIM
Giffig STANDARD OPERATION FROCEDURE
Conf)orafion
P'''rimer Scaler
l7 F11 tt5 -t
4, "008
_a122)2003 . . .......
APPROVALS
GENERAL MANAGER
UPE
PA R:V:ISOR
PAINT SUPERVISOR
OUALITY M
Duncan
,):I:NT
R:�: eri'.:
u::Dave
Richard Gah
PURPOSE:
To define the process of Exteriw primer system
EQUIPMENT:
Spray equipment, Pressure pots in accordance of ,430,P 077110,5.A
Blow guns, lack rags
PROCESS:
Application of primeNseaIer system
A. Move unit into Extedw Prinner Spray Booth after wash system.
B. Blow off all areas W be painted,
L 'lack if you see dust on area, Tack the root line,
2. Make sure surface is dean and dry.
3, Booth temp should be between 70F & 751 F
4, Surface tenrip should be between 70V & 751'
C Apply 921s Epoxy primer on exlerior "
I, Use pressure pot system to apply, All spray ,guns shoWd be the sanne ' 1,0 fluid lips
2. Sel pots to deliver 14 ounces per minute. Adjust air pressure to 45-55 psi at the gun.
3. Apply full cost to window frames & back side of access doors.
4. Appiy one wet coat, to provide- .6 to I m4s DF�'T on entire section
5, Re-post wilh second med:luin wet coat, ko provide 6 to I ftis DIFT
D, Total dry, fdm thickness of 921 s primer mum be between 1,8 & 2L0 MIN'
E Allow primer to flash, rininimunn of 15 minutes before top, coat,
I. If booth & surface Wmp, is too low, Longer flesh times are nequjied or apply heat for 10 minutes.
E. Primer mosi be sandeWqcuff if nnI painted willnin 30 hours,
" refer to DuPont Mixing manual in 11mrit m xinq room
General Manager: _ Paint Suporvis=
Paint Supervls= Quality Mgr.:
DuPont;
Giffig STANDARD OPERATION PROCEDURE
Cornoration
Pre-Treatment I Wl 104
a
PURPOSE: To define the process of rnetal cleaning pre-Irealment wash on Bus units
Following rerQmmendahone set by DuBois wash & cleaning systems,
Document - Pre-Trealmeril Solutions for Gillig Corp. - dated 2d27107
NT; pressure washer that reels min, speo. for DuBois Phos/Cleaning soltution
pressure washer with fresh clean water for rinse cycle.
Blow guns
Back Pack sprayer lor Final Sealer.
PROCESS;
Refer to DuBois Recommendations & Process Procedures
A, Move unit into wash Pre - treatment station
1. Remove all overspray train undercoat
2 Mask all areas as fequ'red,
B Apply SeGUrC Stearn Plus with pressure washer lo entire bus, working from bottonn to top
1, Apply Secure Steam Plus at 185E to 20SF, with pressure of 1400-1500ps!
2 Dwell time 60 - 91) seconds after applicalloil
3. Apphy Secure Steam Plus at 2-4% concentration by volume, with pH 4,0 - 5.f1
4 Do not kil clearing solution dry oil substrate prior to rinsing,
C Rinse thoroughly with fresh clean water with pressure wash system unW water sheets
0 substrate. Work Top to Bottom **
I Runsolfluslh thoroughly around all seams & window frames,
2 Reduce Rinse pressure to create a "flooding effeft", spray, pressure 700�-800 psi
3 Critical to compVetely remove Phos/Cleaninq solution, keep surface wet,
1), Apply Final 9@aiw with back paok sprayer,
1, Apply Final Sealer SpeclaLINK
2, Applicaliwi at arnWent ternperature "above 5OF"
3. Apply SpectraLiNK at 1 - 3% concentration by volume
E Mow off unit with dean shop air. "
1 With air hose blow off water, dRrecling air over all gaps and crevices which may exist.
2. Avoid toudiing the surface will, hands.
3 Move into prinre booth when conipfetely dry,
4 No need to tack, the surface should clean & ready for primer,
neral manager. Paint Supervisor:.
hit Suporvtsor ..... ... . . .... .............. .... ........ _ . -1 "I'll", Quality Mg
DuPont:
GILLIG LLC
QUALITY ASSURANCE MANUAL
February 2013
SECTION 14
FABRICATION INSPECTION INTERNAL MANUFACTURING PARTS
This procedure shall apply to the following operations:
1. Welding
2. Door Assembly
3. Settee Assembly
4. Fabrication (drill, shear, form, cut)
5. Wire Harness Assembly
6. Sidewall Assembly
7. Rear Assembly
8. Roof Assembly
9. Hose Assembly
10. Front Assembly
Section 14
Page 1
During the production run the Quality Inspector shall conduct periodic inspections in addition to
the first piece approval. The supervisors and operators, however, are responsible for the quality
of parts produced and should check for non - conformance during the production run. If the
operator or inspector discovers a non - conformance to the specifications, they will notify the
supervisor so production can be stopped, and non - conforming parts identified and segregated.
The product shall be reworked or returned to the proceeding step for correction.
The Quality Inspector or Supervisor will contact the responsible Project Engineer if there are
questions on the ability to rework to Engineering specifications.
First piece and periodic inspection shall verify that the parts or assemblies being produced
conform to the Engineering design specifications. Additional inspection and process
requirements may be defined in the Engineering Manufacturing Standards.
pp r
A roved ;`- -� -a Date 02/26/2013
Robert L. Birdwell
February 2013
GILLIG LLC
QUALITY ASSURANCE MANUAL
SECTION 15
QUALITY ASSURANCE FORMS
• First Article Inspection
• Customer Pick -Up Information
• Gillig Delivery Slip
• Ship Short Authorization Request
• Gillig Inspection Report (Inspection Record)
• Rejection Report
• Weight Slip
• VIN Plate
Section 15
Page 1
pp r
A roved ;`- -� -a Date 02/26/2013
Robert L. Birdwell
F1 Fl Sl ARTICLE LOCA'
Control M
S VAF (
FIRST AFB TICLE INFO:
ISMID DaW: t 21101200 BuYac rvcliard onivan POM
Parl Rev, Desmipflon;
N:Jm her:
ppliler 4: REI H: Du DaW
Source Now Suppllkw yes
J yes Now ywj
Part
Change? No No LJ No
Wsc, Comnams:
Al, 1�IX I p ll,".'(3REL"N IA(',! I () 11 HL SAMM I PARd , SUPPIA 11 FAIRS [AH'rICU., HTM FC-1 ll(,:)N
St"H711, I' MT 11 A C"OPY M-1'111F PfUN I bAUS r Ill', Al"VAGI M) 10 cM,p,Ic,s rfflSl PT10 17 L(K1
DIC)CHNiFIA"i
SUPPLUER INFO:
suppllor" Appraver
Name:
suppliorcorarlimW
QA Appov"ll
Approvor: oNapploval:
(VA Comments:
Engineering Decision of QA Rejection:
EnWne�r Appmall
Appiovec I)Nappfovak
Eng4mring Gornmmllq:
Approved Dedsbn DAW
Yas Dadsbn Dalo:
I 1 No
I
FIRST ARTICLE
2704
ZONT46E NUMBER
This part is considered rejected
material Until It is released by the
quality control department.
J*A-Rf'k6MB-E"-R- -RE-V-IS--IO-NS
TO-: 'SALES DFFIARTMENT
CUSTOMER:
CUSTOMER PICK -UP INFORMATION
. ... .......... . ... . ... .
DA I E COM P - E I E 1)
SERIAL NO.
LOW FLOOR It ODIEL i,,j SERVICE DEPT REPAIR WORK #
IH'YBRID MODEL EI OTHER
BUS MILEAGE
ALL ITEMS SHIPPED LOOSE INSIDE BUS OR ITEMS MISSING FROM BUS MUST BE RECORDED.
— SPARE TIRE/WHEEL INCLUDED BUS SHIPPED SHORT
GILLIG Q,C,
APPROVED:
RESIDENT INSPECTOR
APPROVED:
(FOR ALL VEHICLES -- ATTACH WEIGHT CERTIFICATE AND FEDERAL SERIAL REGISTER)
[—.T...O.. . . . . ....S..E.......R......V.........I...C..........E....../......A..................C..........O..U..... . N. -. -. T...—.I..N.....G........./.. PU-. B.....L... . P C. . A... .....T......I.'.O ... . .N .. ..D ... E:"'
+ copy of Serial Regisler
ESTIMATED DELIVERY DATE BUIS:
SALES DEPARTMENT
o DELIVERY SLIP
DMV LICENSE (CA ONLY)
OUT OF STATE:
Ej M.S.01WEIGHTCERTTO ACCOUNTING
NOTE:
DATE LEAVES FACTORY DELIVERY BY
REQUdTED BY
GILLIG LLC
BOX 3008
HAYWARD, CA 94540
VEHICLE
SERIAL NO.
BUS NO,
DELIVERED To:
ADDRESS:
. .......... ..
DELIVERY DATE: TIME:
IZF"Cl-,IVFD BY:
THIS FORM ONLY INDICATES RE, cn-r OF VEHICLE(S) AT LOCATION
SHOWN ABOVE. 11118 DOVS NOT CONSTITUTE FINAL, ACCEPTANCE BY THE
CUSTOMER.
NOTE DISCREPANCIES (IF ANY)
I')l`JAVF"RED BY:
SPARE T'IRE/WIIEEL INCLUDED
S E,,T OF KEYS
FUEL POPPET VALVE
S,HIIP SHOR'r AUTHORIZATION! Mg—UEST
VIN NUMBER, ------- DATE
REQUESTED BY:
Richard Galvan, Quality Assurance
i ol 111TOM10-mo
YES N0 APPROVED BY:
Are parts on order?
YES NO APPROVED BY:
Joe Poll ccar plo, National Sallies Director
Steve Enochion, V.P. of Molerialls
Date ordered P.0, No.
LOW FLOOR
INSPECTION RECORD,
I Customer / Coach Number
Chassis Serial Number
Draglin k Torque & Key ATC Check
Air Conditioning System PDI Left & Right Turn Radii
Odometer! Hub Odometer Road Test Date / Test Driver
Coach Weight — Unladen Front Axle Weight
Rear Sus. Air Bag Height
LF RF
LR RR
LF 1nqpccfionRocoM v 10 doc 9/29,108 Page I
Chassis Squareness
Chassis Start Date
Center Rear Axle
Center Front Axle
Rear Wheel Lug Torque
Bleed Steering
ABS, Check
Front Wheel Lug Torque
Draglin k Torque & Key ATC Check
Air Conditioning System PDI Left & Right Turn Radii
Odometer! Hub Odometer Road Test Date / Test Driver
Coach Weight — Unladen Front Axle Weight
Rear Sus. Air Bag Height
LF RF
LR RR
LF 1nqpccfionRocoM v 10 doc 9/29,108 Page I
—_ Quality Control Rejection Report Maintenance o i
I'
., ,..�..�, ...... .:.,
Descu {
Aft bema t
.. .
Uy Rejected; �0-0G
Data Rcj �l ill OMO
I°
VIN #:
Nei Reamer �
+^
P.0.0 419 DPP A:
.. w
Ptcjcct Bw E
_ , ._..
U,catlen,
J5 i
Vendor C
1
RGAA: I
.. RGAk Date
`rk
Po g.i
Gty Rerekwed: 1 U dU(1
Last Recelvea QC Approval by: � ...._ .. __.
-n
m C)
-4 Ln S
f 0
Ln 9 0 U:�
�,n M 0
08 W
>
"'o
�
Ll
n
m
�
rri in
rn
0
Eno
m
m
n
R
m
-n
m C)
-4 Ln S
f 0
Ln 9 0 U:�
�,n M 0
08 W
>
"'o
�
Ll
n
�
Eno
R
m
-n
m C)
-4 Ln S
f 0
Ln 9 0 U:�
�,n M 0
08 W
>
"'o
�
Ll
n
LO
Eno
R
m
0
Llz
M-
Ln
U
z r
T m
c
r,
0
T
m
0
n
8,
3 9
0.
-n
m C)
-4 Ln S
f 0
Ln 9 0 U:�
�,n M 0
08 W
>
"'o
�
n
LO
m
R
HAYWWARD, CA
[SATE: .
GVVWR. .......... ...............................
kg .. .... lb.
GAIIWR. FRONT .........
......... kg ....... . lip.
WITH ............. ...............................
TIRES, .......................................... I RIMS
AT......... ......... .........
kPa ............................................................. psi COLD SINGLE
G.AWWR: REAR ...........................
kg .............. ............................lb.
WITH .................... ..............
TIRES, ........................ RIMS
AT ....... ........ �,..�.._
kP ......... m ... ........ _ _ � _.. ,,,,,-psi COLD DUAL
THIS VEHICLE CONFORMS TO ALL APPLICABLE U.S.
FEDERAL MOTOR VEHICLE
SAFETY STANDARDS IN EFFECT
ON THE DATE OF MANUFACTURE SHOWN ABOVE.
VEHICLE I.D. NO.: , ..
TYPE OF VEHICLE: Pia
ENGINE NUMBER:
_._..
CAPACIITY: .........
....._ ........ . ......... .......PASSENGERS
UNLADEN WEIGHT : ..............................
................ ......................... ......... Ib.
INSPECTION RECORD
Customer / Coach Number
Chassis Serial Number
Chassis Squareness
Chassis Start Date
Center Rear Axle
Center Front Axle
Rear Wheel Lug Torque
Bleed Steering
ABS Check
Front Wheel Lug Torque
Draglink Torque & Key
ATC Check
Air Conditioning System PDI
Left & Right Turn Radii
Odometer / Hub Odometer
Road Test Date / Test Driver
Coach Weight — Unladen
Front Axle Weight
Rear Sus. Air Bag Height
LF RF
LR RR
110 Program
GILLIG _InspectionRecord_v16.docx 5/2/13 Page 1
SERIAL REGISTER FOR FEDERAL REQUIREMENTS
CUSTOMER CHASSIS SERIAL NO.
COACH MODEL NO.
DATE COMPLETED
DESCRIPTION
MODEL NO.
SERIAL NO.
INITIAL
FRONT AXLE
PSI
INITIAL
LF
REAR AXLE
5.
TRANSMISSION
LI
TRANS A -R NO.
9.
STEER. GEAR
LO
11.
ENGINE
TIRES
SERIAL NO.
MANUFACTURER
SIZE /PLY RATING
BRAND
PSI
INITIAL
LF
4.
5.
6.
LI
8.
9.
10.
LO
11.
12.
RI
RO
RF
SPARE
QA
STAMP
QA INSPECTOR
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Page 2
DATA PLATE INFORMATION VERIFICATION
MANUFACTURED BY GILLIG LLC
HAYWARD, CALIFORNIA
DATE
THIS VEHICLE CONFORMS TO ALL APPLICABLE U.S. FEDERAL
MOTOR VEHICLE SAFETY STANDARDS IN EFFECT ON
THE DATE OF MANUFACTURE SHOWN ABOVE
VEHICLE ID NO.
TYPE OF VEHICLE _
ENGINE NO.
CAPACITY
UNLADEN WEIGHT _
FRONT AXLE WEIGHT
MODEL
PASSENGERS
LBS
LBS
Page 3
[Enter same date as Road Test date.]
GVWR
KG LB
GVWR FRONT
KG LB
WITH
TIRES RIMS
AT
KPA PSI COLD SINGLE
GVWR REAR
KG LB
WITH
TIRES RIMS
AT
KPA PSI COLD DUAL
THIS VEHICLE CONFORMS TO ALL APPLICABLE U.S. FEDERAL
MOTOR VEHICLE SAFETY STANDARDS IN EFFECT ON
THE DATE OF MANUFACTURE SHOWN ABOVE
VEHICLE ID NO.
TYPE OF VEHICLE _
ENGINE NO.
CAPACITY
UNLADEN WEIGHT _
FRONT AXLE WEIGHT
MODEL
PASSENGERS
LBS
LBS
Page 3
� SERIAL NUMBER LOG
DESCRIPTION
SERIAL NUMBER
REMARKS
1. ENGINE
2. TRANSMISSION
3. HYBRID
A. ESS (BATTERY)
B. DRIVE UNIT
C. DPIM
4. FRONT AXLE
5. REAR AXLE
6. REAR DIFFERENTIAL
7. ALTERNATOR
8. STARTER MOTOR
9. HYDRAULIC PUMP
10. STEERING GEAR
11. THRESHOLD HEATER
12. AIR COMPRESSOR
13. TRANS OIL COOLER
14. PRO HEATER
15. WEBASTO HEATER
16. DEF TANK
17. VOLTAGE REGULATOR
18. FAN MOTOR
19. FAN CONTROL VALVE
20. RADIATOR
21. HEATER BOOSTER PUMP
22. FUEL TANK
23. AIR COND. COMPRESSOR
24. EQUALIZER / VANNER
25. MUFFLER -DPF
SCR
26. FIRE BOTTLE
27. AIR COND. CONDENSER
28. FRONT DOOR MOTOR
29. FRONT BASE PLATE
30. REAR DOOR MOTOR
31. REAR BASE PLATE
32. DC -DC CONVERTER
33. TRANSMISSION ECU
34. DRIVER'S HEATER
35. DRIVER'S SEAT
36. FAREBOX VAULT
37. FAREBOX
Page 4
� SERIAL NUMBER LOG
DESCRIPTION
SERIAL NUMBER
REMARKS
38. FRONT DEST. SIGN
39. SIDE DEST. SIGN
40. REAR ROUTE NO. SIGN
41.2 -WAY RADIO
42. REAR VIEW CAMERA
43. REAR VIEW MONITOR
44. DEST. SIGN CONTROLLER
45. KEYPAD DISPLAY
46. WHEELCHAIR RAMP
47. ANNUNCIATOR
48. INTERIOR INFO SIGN
49. VIDEO RECORDER
A.
B.
C.
50. FAREBOX KEYPAD
51. CAMERA
1.
2.
3.
4.
5.
6.
7.
8.
9.
50. INFRA RED
51. A.P.C.
A.
B.
C.
52. CNG TANK ASSY
Page 5
CHASSIS DEPARTMENT 04
OPERATIONS
OK
QA
OPERATIONS
OK
QA
1. CHASSIS LENGTH & DOOR OPTION
45. AUK HEATER
2. LIFT LOCATION
46. RETARDER ACTIVATION
3. CHASSIS I.D.
47. HYDRAULIC OIL COOLER
4. FRAME WELDS
48. RADIATOR MOUNTING & HOSES
5. FRONT SUSPENSION & TORQUE
49. RADIATOR BAFFLE
6. DRAGLINK
50. HYDRAULIC RESERVOIR HOSES
7. PITMAN ARM INSTALL
51. POWER CABLES & VANNER TORQUE
8. TORQUE ROD INSTALLATION TORQUE
52. BATTERY INST. TOP /SIDE POST
A. FRONT AXLE
53. FUSE BOX INSTALL
B. REAR AXLE
54. POWER CABLES & CUT -OFF SWITCH TORQUE
9. STEERING GEAR & TORQUE
55. BATT. CABLES CLEARANCE
10. STEERING SHAFT & TORQUE
56. FUEL TANK
11. FR AXLE POTS, SLACKS & LOCK CLIP
57. FUEL FILL TYPE
12. TOE SWITCHES
58. FUEL LINES ROUTING & CLAMPING TORQUE
13. DRIVER PLATFORM CONNECTIONS
59. J -1939 CONNECTIONS
14. ELECTRIC HORNS
60. ELECTRICAL HARNESSES & CLAMPS
15. THROTTLE & BRAKE PEDALS
61. AIR RESTRICTION INDICATOR
16. CHASSIS HUCK BOLTS
62. FREON COMPRESSOR INSTALLATION
17. REAR SUSPENSION & TORQUE
63. SURGE TANK & HOSES
18. RR AXLE POTS, SLACKS & LOCK CLIP
64. REAR RUN BOX
19. SHOCK ABSORBERS
65. EXH. SYSTEM FLEX PIPES & CLAMPS
20. BATTERY BOX
66. CAC INSTALLATION & PIPING
21. AIR DRYER INST. PIPING & WIRING
67. TURBO PIPING AND CLAMPS
22. HYD. /FUEL LINES CLAMPED APART
68. TIRES & WHEELS
23. DRIVE SHAFT INSTALL
69. AIR INTAKE SYSTEM
24. DRIVELINE GUARD
70. AIR COMPRESSOR PIPING
25. ALTERNATOR INSTALLATION
71. AXLE OIL LEVEL
26. ALT. CABLE CLAMP & TORQUE
72. ENGINE OIL TYPE & LEVEL
27. AIR COMPRESSOR GOVERNOR
73. TRANS. OIL TYPE & LEVEL
28. HYDRAULIC PUMP MOUNTING
74. RADIATOR COOLANT
29. TRANSMISSION OIL COOLER
75. HYD. FLUID TYPE & LEVEL
30. OPTION OIL FILTER
76. ENGINE START UP
31. STARTER MOTOR INST. ELECT /AIR
77. AIR TEST (WET TEST)
32. STARTER CABLES TORQUE
78. FLAG FUSES INSTL. & TORQUE 140 IN -LB
33. BLOCK HEATER
79. JUMP START CONNECTORS
34. (HYB) HIGH - VOLTAGE CABLE CONN.
35. ENGINE GROOM & INSTALLATION
36. MOTOR MOUNT & TORQUE
37. TRANS INST & FLEX PLATE BOLTS TORQUE
38. LEVELING VALVES
39. BRAKE LINES ROUTING & CLAMPING
40. FAN DRIVE MOTOR
41. FAN & SHROUD
42. HYDRAULIC LINES ROUTING & CLAMPS
43. HTR. LINES + CLAMPS & INSULATION
44. HEATER VALVE
Page 6
DISCREPANCY
Page 6
Rockwell /WABCO D Version Anti -Lock Brake System Checklist
Vehicle ID 4
Inspector's Name
Date
Step 1. Start WABCO ABS testing using MPSI Pro -Link 9000.
A. Turn ignition on.
B. Connect Pro -Link diagnostic tool to vehicle 6 -pin diagnostic plug.
C. Press ENTER and read ECU data. Note Fault conditions on display. If EXISTING FAULTS display, go to
EXISTING FAULTS menu and review and repair before proceeding.
Step 2. Clear stored faults with Pro -Link STORED FAULT menu.
Step 3. Record the following ECU information from Pro -Link PROGRAM ID menu.
ECU Rev. ECU Part Number
ECU MFG Date Code ECU Serial Number
Step 4. Component test for ABS Modulator Valve operation. Check the location and function of each valve. With brake
pedal applied you should hear four short air exhausts (Decreasing) and one long air pressure hold (Holding).
Valve Function Tests
Identification
OK
Not OK
N/A
Modulator Valve Cycle
Left Front (A) Steer Axle
Modulator Valve Cycle
Right Front (B) Steer Axle
Modulator Valve Cycle
Left Rear (C) Drive Axle
Modulator Valve Cycle
Right Rear (D) Drive Axle
Step 5. Component test for Sensors. Check the location and voltage output of each sensor. The AC voltage output should
be greater than .5 volts @ 30 rpm.
Sensor Function Tests
Identification
OK
Not OK
N/A
Sensor Output
Left Front Wheel (A) Steer Axle
Sensor Output
Right Front Wheel (B) Steer Axle
Sensor Output
Left Rear (C) Drive Axle
Sensor Output
Right Rear (D) Drive Axle
Step 6: Miscellaneous Component Testing
Other Function Tests
Identification
OK
Not OK
N/A
ATC Modulator Valve
Full System Only
ATC Lamp (Wheel Spin)
Full System Only
ABS Lamp (Tractor ABS)
D Basic and Full
ABS Check Switch, Disable ATC
D Full. Hold switch for just over
3 seconds
Engine Datalink (Eng Torque) ATC
D Full
Retarder Datalink
D Basic and Full (when equipped)
Retarder Relay
D Basic and Full (when equipped)
Page 7
BODY DEPARTMENT (05)
SHEET METAL DEPARTMENT (06)
OPERATIONS
OK
QA
OPERATIONS
OK
QA
1. SIDE FRAME STRESS PANELS
1. ENTR. DOOR HEADER INSTALLATION
2. SIDE FRAME GUSSET TORQUE 15 FT -LB
2. ENTR. DOOR & INSTALLATION
3. ROOF GUSSET ASSY. TORQUE 15 FT -LB
3. DEST. SIGN COMP. & DOOR
4. ROOF INSULATION & SEALING
4. FT. DOOR HARN. INTERFERENCE
5. AIR TANK INSTALLATION & PIPING
5. ELECT. PANEL CLOSEOUT
6. EMERGENCY HATCH INSTALLATION
6. AIR TANK CLOSEOUT
7. HATCH DECALS
7. WHEELWELL TUBS
8. ROOF HARNESS
8. WINDSHIELD WASHER BOTTLE
9. ANTENNA COAX
9. DRIVER'S HEATER
10. VIDEO CABLES
10. DASH INSTALLATION
11. GPS CABLE
11. DRIVER'S CONSOLE
12. BULKHEAD INSTALLATION & SEALER
12. DOOR CONTROL
13. INTERIOR LIGHTS
13. EXIT DOOR HEADER STYLE / INSTALLATION
14. LIGHT: LED / FLORESCENT
14. EXIT DOOR & INSTALLATION
15. INTERIOR PANELS
15. EXIT STEP NOSING
A. CEILING PANELS
16. HEATED EXIT MAT
B. REAR BULKHEAD
17. FIRE WIRE ROUTING
16. GRAB RAILS
18. FRONT CAP
17. FIRE WIRE INSTALLATION @ AC
19. CURB SIDE ENGINE DOOR
18. FIRE BOTTLE / RECORD SERIAL #
20. REAR ENGINE DOOR
19. BITUMASTIC COATING - CHASSIS & BODY
21. A/C PIPING & CLAMPING
20. A/C INSTALLATION / RECORD NUMBERS (P. 4)
22. REAR CAP CLOSEOUT & TAIL PIPE
21. STEERING COLUMN BRACKET
23. VERIFY REAR CORNER PANELS
22. BODY ASSEMBLY MOUNTED TO CHASSIS
24. RADIATOR DOOR
23. DPF & SCR / RECORD NUMBERS (P. 4)
25. BATT. BOX COMP. / DOOR
24. EXHAUST PIPING
26. EXT. LAMP HOLES
25. AIR FILTER
27. SKIRT PANELS INSTALLATION
26. WHEELWELLS / INSTALLATION & SEAL
A. LOCKS AND LATCHES
27. HYBRID HIGH VOLTAGE CABLES
B. PRIMER
28. HYB HYDRAULIC LINE CONNECTIONS / ROUTING
28. CHECK SETTEE HATCH
29. HYBRID A/C LINES TO BATTERY PACK
29. AIR TANK WET TEST
30. HYBRID BATTERY PACK & DPIM INSTALL
30. EXHAUST FLEX CLEARANCE
31. DC -DC CABLE CONNECTION
31. AIR CLEANER / HEAT SHIELD / BARYFOIL
32. DESTINATION SIGN COMPARTMENT
32. BELT GUARD
33. DESTINATION SIGN HARNESS
33. BODY SQUARENESS:
34. SETTEE INSULATION
35. CHIME HARNESSES
36. ELECTRIC PANEL INSTALLATION
37. FLOOR INSTALLATION
38. FLOOR ROUTING
39. A/C COMPRESSOR ALIGNMENT
34. BRT WINDSHIELD OPENING:
40. SETTEE FRAME / SEAL
41. FLOOR SEALING
42. 12 & 24V CONNECTIONS @ FLAG
43. AC POWER CABLE @ FLAG
44.
45.
Page 8
DISCREPANCY
m
m
Page 8
RACK DEPARTMENT 09
OPERATIONS
OK
QA
OPERATIONS
OK
QA
1. INSTRUMENT PANEL & WIRING
51. OIL PRESS GAUGE - FRONT
2. LAMP INDICATOR
52. VOLT GAUGE - FRONT
3. BOOSTER FAN - LOW
53. FUEL GAUGE
4. BOOSTER FAN - HIGH
54. WATER TEMP GAUGE - FRONT
5. CHECK FAST IDLE /INTERLOCK
55. CHECK SPEEDOMETER
6. DRIVER'S DEFROSTER
56. BRAKE INTERLOCK OPERATION
7. HAZARD LIGHTS
57. KNEELING INTERLOCK WARNING
8. HEADLIGHT FUNCTIONS
58. RETARDER - BRAKE ACTIVATION
9. TURN SIGNALS
59. AIR GAUGES
10. DASH PANEL LIGHTS
60. AIR DRYER
11. IGNITION SWITCH FUNCTIONS
61. TRANS TEMP GAUGE
12. RETARDER ON /OFF LIGHT
62. HYDRAULIC LOW LEVEL LAMP
13. INTERIOR LIGHTS
63. TRANSMISSION SHIFTER
14. ROOF MARKER LIGHTS
64. INTERIOR LIGHTS - REVERSE
15. WIPER MOTOR INSTALLATION
65. KNEELING SYSTEM
16. WINDSHIELD WASHER FUNCTION
66. HOSE /WIRE ROUTING UNDERSIDE
17. INTERMITTENT WIPERS
67. CHECK AXLE OIL
18. WIPER W/ LAMP ACTIVATION
68. CHECK FOR HEATER VALVES OPEN
19. ENGINE TEST SWITCH
69. DRIVER'S HEATER HOSES
20. FRONT STEPWELL HEATER SWITCH
70. CHECK BRAKE ADJ. STROKE LENGTH
21. YIELD SIGN SWITCH
71. CHECK AIR SYSTEM / WET TEST
22. POWER VENTILATOR SWITCH
72. STEERING COLUMN INSTALLATION
23. FIRE ALARM TEST
73. FRONT BRAKE LINE CLEARANCE
24. ENGINE PROGRAM
74. FARE BOX CONNECTIONS & GROUND
25. TRANSMISSION PROGRAM
75. FIRE SUPPRESS SYSTEM CABLES
26. VIDEO CABLE ROUTING
76. RIGHT TURN HORN
27. ABS TEST
77. HILL HOLDER
28. ATC TEST
78. AUXILIARY DUAL FLASHER
29. ENGINE COMPARTMENT LIGHTS
79. AUTO PASSENGER COUNTER CABLES
30. ENGINE OIL LEVEL
80. TWO -WAY RADIO ANTENNA CABLE
31. TRANSMISSION FLUID LEVEL
81. GPS CABLE
32. RADIATOR COOLANT LEVEL
82. REAR STEP HEATED MAT
33. HYDRAULIC FLUID LEVEL
83. 121 BRAKE SYSTEM
34. OIL PRESS GAUGE - REAR
84. PROGRAM REV
35. WATER TEMP GAUGE - REAR
85. BRAKE LIGHTS
36. VOLT GAUGE - REAR
86. DRIVER FOOT AREA FOR CLEARANCE
37. ENGINE HOURMETER
87. RETARDANT SEALER @ ENGINE COMPT
38. A/C HOURMETER
88. PKNG BRAKE ALARM 9 -10 -10 w /IGN Off & Park
39. REAR THROTTLE
89.
40. JUMP START PLUG & WIRE / COLOR
90.
41. 12 & 24V CABLE CONNECTION @ RR PANEL
91.
42. 12 & 24V CABLE CONNECTION @ FR PANEL
92.
43. IGNITION START - REAR
93.
44. CHECK A/C BELT TENSION & ALIGNMENT
94.
45. CHECK EXHAUST LEAKS
95.
46. FAN CONTROL STATIC OPERATION
96.
47. SEAL EXTERIOR WHEELWELLS
197.
48. IGNITION START - FRONT
98.
49. LOW AIR ALARM
99.
1100.
50. CHARGING SYSTEM
�� DISCREPANCY
�.
Page 9
V011TH
New Production Inspection Check Sheet
ffftom atf0"ghffiop.
DIWA.5 Transmission
Sheet 1
Transmission Serial Number: Transmission Design Pattern #:
End User Name: ECU Serial Number:
Vehicle Manufacturer: GILLIG LLC ECU Part Number:
Vehicle Model: Engine Manufacturer / Type:
Type Of Vehicle: Bus Engine Max HP / @RPM
Chassis No: Oil Manufacturer / Oil Type
Item # Description Of Test / Description Of Check Yes / OK Remarks / Notes
1.0 At Standstill, Engine is not running.
1.1 All cable connections properly fitted and connected. 0
1.2 Cables installed correctly (Min Bend radius, no rubbing, 100mm away O
from heat source)
1.3 Transmission Accessibility:
- Transmission periphery 0
- Diagnostic port 0
- Top cover / Solenoid valves 0
- Measuring oil level 0
- Measuring ports 0
- Oil pan / Draining oil 0
- Filling transmission fluid. 0
1.4 No vehicle components secured to the transmission. 0
1.5 Electronic control unit installation location approved & protected from 0
splash
2.0 At Standstill, Engine is running.
2.1 Verify that oil level on Voith dipstick (@ transmission) matches the 0
level indicated on OEM dipstick (@ engine compartment)
2.2 Inspect for leaks 0
3.0 Test Drive
3.1 Functional Check
- Starter Inhibitor while button is pressed 0
- Gear Guard Function (Gear should not engage 0
without depressing foot brake)
- ANS Function If Installed 0
- Retarder Off Switch (If Installed) 0
3.2 Retarder Operation: Verify Retarder inputs FB1, FB2 & FB3 activate
in the correct order and that FB1 & FB2 are active before shoe to
drum or pad to disc contact is made. 0
3.3 Read Fault Memory, rectify fault and clear memory if applicable 0
3.4 Stall Speed n1 [1 /min]
DIWA.5
Page 10
VOITH
New Production Inspection Check Sheet
FnoMia »ad
DIWA.5 Transmission
Sheet 2
3.5 Check oil level at operating temp (- 175 °F), top off if necessary O
3.6 Inspect for Leaks O
4.0 Results of Commissioning
Complaints eliminated O
Notes:
Date: Inspected By:
DIWA.5
Page 11
PAINT DEPARTMENT 07
DEFECT LIST
1.
BONDO
5.
SCRATCHES
9. DRY SPRAY
13. PINHOLES
2.
DINGS
6.
OVERSPRAY
10. PEELING
14. BAD REPAIR
3.
GRIND
7.
WATER MARKS
11. CHIPS
15. SOLVENT POP
4.
FISH EYE
8.
RUNS / SAG
12. DIRT
16.
DISCREPANCIES OK QA
1.
2.
3.
4.
5.
Page 12
EXTERIOR INSPECTION CHECK LIST
OK QA
INTERIOR INSPECTION CHECK LIST OK QA
1.
LAYOUT
1. COMPARTMENT DOOR
2.
SKIRT PANELS LOWER EDGE
2. ENTER / EXIT DOORS
3.
FRONT DOOR RUBBER
3. DASH
4.
REAR DOOR RUBBER
DISCREPANCIES OK QA
1.
2.
3.
4.
5.
Page 12
TRIM DEPARTMENT 08
OPERATIONS
OK
QA
OPERATIONS
OK
QA
1. INTERIOR PANELS
34. ENTRANCE & EXIT GRABHANDLES
2. FLOOR TYPE
3.
35. EXTERIOR MIRRORS
3. FLOORING INSTALLATION
4.
36. FENDERS
4. TAIL LIGHTS
37. DRIP RAIL
6.
5. REFLECTORS
38. RADIO BOX
7.
6. LICENSE PLATE HOLDER
39. GRAB HANDLES @ WHEELWELLS
7. MUDFLAPS
9.
40. SIDE DESTINATION SIGN & SER #
8. FRONT & REAR BUMPER
10.
41. DRIVER'S SEAT & SERIAL #
9. TURN SIGNALS
42. DRIVER'S BARRIER
12.
10. MARKER LIGHTS
43. HUB ODOMETER
13.
11. RAMP LIGHT
44. INTERIOR MIRRORS
12. DOOR SEALS
15.
45. FIRE EXTINGUISHER
13. DOOR GLAZING & SEAL
16.
46. FIRST AID KIT
14. FOAM TAPE EXT. COMP. DOORS
47. ROAD WARNING KIT
18.
15. FOAM TAPE INTERIOR COMP. DOORS
48. CUP HOLDER
19.
16. EXTERIOR DOOR LATCHES
49. INTERIOR AD FRAMES
17. ENGINE COMPARTMENT DECALS
50. FAREBOX & SERIAL #
18. EXTERIOR AD FRAMES
51. FAREBOX GUARD
19. STEPWELL LIGHTS
52. INTERIOR DECALS
20. SEAT RAILS
53. SEAT LOCATION
21. FRONT DESTINATION SIGN & SER #
54. WINDOW BARS
22. WINDSHIELD INSTALLATION
55. A/C RETURN GRILL
23. WIPER ARM ASSEMBLY
56. ADA SPACE
24. FAREBOX PLATFORM
57. SEAT BELTS / RESTRAINTS
25. DRIVER STEP
58. STANCHION LOCATION
26. PASSENGER HEATER
59. STANCHION TORQUE
27. SUN SCREENS / DRIVER CURTAIN
60. SEAT MOUNTING TORQUE
28. PASSENGER SIGNAL
61.
29. DRIVER'S WINDOW
62.
30. SIDE WINDOWS
63.
31. LUGGAGE RACK
64.
32. MODESTY PANELS
65.
33. CHECK FLOOR SEALING
66.
REF
DISCREPANCY
OK
QA
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
Page 13
ELECTRICAL DEPARTMENT 03
OPERATIONS
OK
QA
OPERATIONS
OK
QA
1. TURN SIGNAL / HAZARD LIGHTS
31. DRIVER SEAT BELT ALARM
2. BRAKE LIGHTS
3.
32. DRIVER SEAT CUSHION ALARM
3. TAIL LIGHTS
4.
33. CHIMES
4. REVERSE LIGHT & BEEPER
34. ADA CHIME STOP REQUEST
6.
5. ROOF MARKER LIGHTS
35. UNDERSEAT PASS. HEATERS
7.
6. FIRE SUPPRESSION SYS COMPONENTS
36. HEATED STEPWELL MAT
7. REMOTE MIRROR
9.
37. EXIT DOOR HARNESS
8. HEATED MIRROR
10.
38. EXIT DOOR SENSITIVE EDGE OPERATION
9. INSTRUMENT PANEL DECALS
39. EXIT DOOR LIGHTS & SWITCHES
12.
10. INSTRUMENT PANEL /WIRING
40. AISLE LAMPS
13.
11. INTERIOR LAMPS/ FRONT DOOR
41. ELECTRICAL FUNCTION CHECK
12. ENTRANCE DOOR LIGHTS & SWITCHES
15.
42. FAREBOX CONNECTION
13. TRANSMISSION SHIFTER
43. HEATED DEST SIGN GLAZING
14. KNEELING SYSTEM
44. ENGINE COMPARTMENT LIGHTS
15. DRIVER'S FAN - LOW & HIGH
45. LICENSE PLATE LIGHT
16. PASSENGER RAMP PANEL
46. REAR ROUTE SIGN
17. RAMP ALARM
47. YIELD SIGN
18. STEPWELL HEATER
48. REAR START
19. WEBASTO / PRO -HEAT TEST
49. CHECK VOLTAGE REGULATOR
20. CRIME ALARM
50. FIRE ALARM
21. ELECTRICAL PANEL/ WIRING
51. RAMP INTERLOCK & WARNING SYS
22. ENTRANCE DOOR HARNESS
52. RAMP COUNTER
23. DASH MOUNTED SIGN
53. PLEASURE RADIO
24. DEST. SIDE & REAR SIGN
54. LOW AIR ALARM
25. ABS BRAKE SYSTEM / CODES
55.
26. VIDEO SURVEILLANCE SYSTEM
56.
A. NUMBER OF CAMERAS
57.
B. CAMERA LOCATION
58.
C. EVENT SWITCH & LED
59.
27. ANNUNCIATOR TYPE
60.
28. INTERIOR DESTINATION SIGN
29. GLOBAL POSITIONING SYS (GPS)
30. HEEL SWITCH FOR P/A SYSTEM
REF
DISCREPANCY
OK
QA
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
Page 14
RAMP INSTALLATION &TEST 10
-� - Isis
-.
FINAL DEPARTMENT 10
UNDERSIDE OPERATIONS
OPERATIONS
OK QA
OPERATIONS OK QA
1.
RAMP LEVEL WITH FLOOR
1. CHECK TORQUE SEAL ALL HRDWAR
6. CYCLE RAMP MINIMUM 6 TIMES
2.
RAMP HARDWARE TORQUED
7.
3.
RAMP BEEPER
mm
8.
4.
INTERLOCK WORKS W/ RAMP DEPLOYED
3. ENGINE COMP. CLEARANCES
9.
5.
INTERLOCK W/ RAMP MAN. DEPLOYED
mm
10.
FINAL DEPARTMENT 10
UNDERSIDE OPERATIONS
OK
QA
OPERATIONS
OK
QA
1. CHECK TORQUE SEAL ALL HRDWAR
1. STEERING COLUMN CLOSEOUT
2. ENG. COMP. WIRE & HOSE ROUTING
mm
2. DRIVER'S SEAT FUNCTIONS
�mm
3. ENGINE COMP. CLEARANCES
mm
3. CHECK FRONT HUB OIL LEVEL
mm
4. CHECK FUEL LEAKS
�mm
4. CHECK WIPER OPERATION
0m
5. CHECK HYDRAULIC LEAKS
mm
5. CHECK WINDSHLD WASHER OPERATION
mm
6. CHECK COOLANT LEAKS
6. TORQUE WHEEL LUG NUT
7. CHECK OIL LEAKS
mm
7. BIKE RACK
mm
8. PROPER CLAMPS & HANGER
mm
8. WHEEL COVERS
mm
9. BRAKE HOSE ROUTING
9. FIRE ALARM A/C SHUTDOWN
10. SLACK ADJUSTER ANGLE
10. INTERIOR DETAIL
11. CLEVIS & COTTER PINS -FRONT
A. PAINT
12. CLEVIS & COTTER PINS - REAR
B. FLOOR
13. UNDERSIDE WIRE & HOSE ROUTING
C. CEILING
14. SUSP. HRDWARE TORQUE & SEAL
D. CLEANLINESS
15. UNDER SEAL COMPLETE
11. ENTRANCE DOOR OPERATION
16.
A. OPEN
17.
B. CLOSE
18.
C. SENSITIVE EDGE
19.
12. EXIT DOOR OPERATION
20.
A. OPEN
B. CLOSE
C. SENSITIVE EDGE
13. SHIP LOOSE ITEMS (NOTE ON GREEN SHEET)
14.
15.
�
DISCREPANCY
mm
®m
mm
mm
�mm
mm
mm
mm
�mm
0m
mm
mm
�mm
0m
mm
mm
mm
mm
mm
Page 15
ALIGNMENT & DYNO TEST
OPERATIONS
OK
QA
OPERATIONS
OK
QA
1. ALIGN TO SPECIFICATIONS
4. ALL SAFETY GEAR INSTALLED
DYNAMOMETER / ROAD TEST
5. ALL INTERIOR DOORS SECURED
2. SET TURN ANGLE
7. ALL SHIP LOOSE ITEMS INSTALLED
1. MAX WATER TEMP: DEGREES
8. FUNCTION CHECK COMPLETE
3. ADJUST DRAGLINK
10. ENTRANCE -EXIT DOOR OPERATION
2. HVAC SYSTEM FUNCTION
4. TORQUE DRAGLINK & KEY
3. HEATER /DEFROSTER FUNCTION
5. RIDE HEIGHT
4. ENGINE PERFORMANCE
6. HEADLIGHT ADJUSTMENT
5. TRANSMISSION SHIFTING
7. CHECK HORN OPERATION
6. BRAKE RETARDER
8. TORQUE STEERING WHEEL & STAKE
7. THROTTLE RETARDER
9. STEP HEIGHT
8. SPEEDOMETER ACCURACY
10. CLEAR FRONT BRAKE LINES
9. MAXIMUM SPEED: MPH
11.
10. TEST INTERLOCK
112.
12.
11. HYDRAULIC LEAKS
13.
COOLANT LEAKS
14.
13. CHECK FOR CODES
15.
14. CHECK ENGINE OIL LEVEL
16.
15. CHECK TRANSMISSION OIL LEVEL
17.
16. CHECK ENGINE COOLANT LEVEL
18.
17. CHECK HYDRAULIC FLUID LEVEL
19.
18. FIRE SUPPRESSION SYSTEM ARMED
20.
19. FIRE SYSTEM SENSOR HEAT CHECK
21.
20.
22.
21.
23.
22.
24.
1
1
123.
25.
1
1
124.
26.
1
1
125.
DISCREPANCY
FINAL ACCEPTANCE
OPERATION
INSPECTOR
1. ALL SHORTAGES ADDRESSED
2. ALL WRITE -UPS COMPLETED
3. ALL FINAL OPERATIONS COMPLETED
4. ALL SAFETY GEAR INSTALLED
5. ALL INTERIOR DOORS SECURED
6. ALL EXTERIOR DOORS SECURED
7. ALL SHIP LOOSE ITEMS INSTALLED
8. FUNCTION CHECK COMPLETE
9. FIRE SUPPRESSION SYS. ACTIVATED
10. ENTRANCE -EXIT DOOR OPERATION
Page 16
DISCREPANCIES
DISCREPANCY
OK
QA
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
44.
45.
46.
47.
48.
49.
50.
Page 17
DISCREPANCIES
DISCREPANCY
OK
QA
51.
52.
53.
54.
55.
56.
57.
58.
59.
60.
61.
62.
63.
64.
65.
66.
67.
68.
69.
70.
71.
72.
73.
74.
75.
76.
77.
78.
79.
80.
81.
82.
83.
84.
85.
86.
87.
88.
89.
90.
91.
92.
93.
94.
95.
96.
97.
98.
99.
100.
Page 18
SHORTAGES
DEPT. PART NO. P.O # DESCRIPTION QTY DUE INSTALLED DATE
REQ'D DATE BY
Page 19
GILLIG has delivered our LOW FLOOR heavy -duty transit buses throughout the United
States in similar climate and operating conditions to those described in this RFP. The
vehicle proposed has completed testing at the Altoona Testing Facility, and complies
with the FTA rules and regulations as required for FTA funded procurements. The
TESTING AND DESIGN OPERATING PROFILE VALIDATION includes additional
testing completed for your reference and information. This information can be found in
PACKAGE 1 —TECHNICAL PROPOSAL, section 3, tab i.
Denver (RTD), CO Steamboat Springs, CO
Bruce Abel Jonathan Flint
Bus Operations Manager Operations Manager
303 - 299 -2839 970 - 879 -3717
babel @Denver- RTD.com
Vail, CO
Todd Scholl
Fleet Manager
970 - 479 -2163
tscholl @vailgov.com
Logan (Cache Valley Transit Dist.), UT
Todd Beutler
General Manager /CEO
435 - 713 -6968
tbeutler @cvtdbus.org
jflint @steamboatsprings.net
St. Paul (Metro Transit), MN
Jan Homan
Chief Operating Officer
612- 349 -7514
jan.homan @metc.state.mn.us
Salt Lake City (UTA), UT
Kurt Burningham
Fleet Engineer
801 - 287 -3040
kburningham @rideuta.com
U S T' IR IR F IR IL. III S T
Our best reference is our reputation of satisfying our customers with excellent products
and services. We have listed below a number of our customers, as representative
references to our company's experience and capabilities and who can attest to
GILLIG's commitment to customer satisfaction and support.
San Diego (NITS), CA
Bill Spraul
Chief Operating Officer
619 - 238 -0100 Ext. 6400
Bill. spraul@sdmts.com
Stockton (San Joaquin RTD), CA
Donna DeMartino
General Manager
209 - 948 -0645
ddemartino@sanj*oaquinrtd.com
San Mateo County (SamTrans), CA
Chuck Harvey
Chief Operating Officer
650 -508 -7720
harveyc@samtrans.com
St. Paul (Metro Transit), MN
Jan Homan
Chief Operating Officer
612 - 349 -7514
J an.homan @metc. state.mn.us
Louisville (TARC), KY
Barry Barker
Executive Director
502 -561 -5100
bbarker@n*detarc.org
Albany (CDTA), NY
Carm Basile
Chief Executive Officer
518- 437 -8310
carmb @cdta.org
Richmond (GRTC), VA
Charles Mitchell
Operations Manager
804 - 358 -3871 Ext. 320
cmitchell @ridegrtc. com
Jacksonville (JTA), FL
Lisa Darnall
Vice President, Transit Operations
904 -630 -3181
ldarnall @jtafla.com
Roanoke (Valley Metro), VA
John Thompson
Maintenance Manager
540- 982 -0305
j ct 1 @valleymetro. com
Portland (Tri -Met), OR
Greg Haley
Procurement Project Manager
503- 962 -3327
haleyg @trimet.org
Contra Costa County(CCCTA), CA
Scott Mitchell
Director of Maintenance
925- 676 -1976
Mitchell @cccta.org
Boa
LOW FLOOR CUSTOMER LIST
CUSTOMER
AC TRANSIT
10626 INTERNATIONAL BLVD.
OAKLAND, CA 94603
STUART HOFFMAN
510 - 577 -2577
ADVANCE TRANSIT, INC.
PO BOX 1027
WILDER, VT 05088
VAN CHESNUT, EXEC. DIR.
802 - 295 -1824 X 16
CITY OF ALBANY
PO BOX 480
ALBANY, OR 97321
EDNA CAMPAU, TRANSIT COORDINATOR
541 - 917 -7606
ALBANY TRANSIT SYSTEM
712 FLINT AVE.
ALBANY, GA 31701
NEDRA WOODYATT, GM
229 - 431 -2824
ALLEN COUNTY RTA
200 E. HIGH ST., STE 2A
LIMA, OH 45801
SHEILA SCHMITT, GM
419 - 222 -5745
ALLISON TRANSMISSION DIVISION
PO BOX 7120
INDIANAPOLIS, IN
CHRIS COLLIER, SALES MGR
317 - 915 -2764
NOV. 2006
2 29X102 91171 -91172
JAN. 2008
2 29X102 91476 -91477
SEPT.2009
1 29X102 91798
JULY 2009
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
37
40X102
APRIL 2013
182478 - 182479
182154 - 182190
27
40X102
MAY 2013
92750
1 40X102
182191 - 182217
16
40X102
OCT. 2013
MAY'04
183351 - 183366
38
40X102
MARCH 2014
77533
183367 - 183404
AUG 2014
68
40X102
183405 - 183472
8
35X102
JULY 2004
73695 -73702
3
35X102
DEC. 2007
78667 -78669
APRIL 2005
1
40X102
73313
DEC 2014
1
40X102
183019
1
35X102
183109
NOV. 2006
2 29X102 91171 -91172
JAN. 2008
2 29X102 91476 -91477
SEPT.2009
1 29X102 91798
3/20/2015 1 of 112
JULY 2009
1 29X102
91430
2 35X102
176678 -679
MARCH 2013
2 35X102
182478 - 182479
AUG 2014
1 35X102
182079
1 29X102
92750
1 40X102
DEC. 01
72257
1 40X102
MAY'04
73449
1 40X102
JULY 2006
77533
3/20/2015 1 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS
ALTOONA METRO TRANSIT 4
3301 FIFTH AVE.
ALTOONA, PA 16602 -1801
ERIC WOLF, GM
814 - 944 -4074
AMERICAN UNIVERSITY 1
4400 MASSACHUSETTS AVE. NW
WASHINGTON, DC 20016 -8057 1
ALFEF WORKU, SHUTTLE OPS & MAINT MGR
202 - 885 -2650
AMES, CITY OF 4
1706 W. 6TH ST.
AMES, IA 50010 4
SHERI KYRAS, TRANSIT DIRECTOR
515 - 239 -5563 5
5
ANN ARBOR TRANSPORTATION AUTHORITY
2700 S. INDUSTRIAL HWY
ANN ARBOR, MI 48104
TERRY BLACK, MAINTENANCE MGR
734 - 794 -1750
ANNAPOLIS DOT
308 CHINQUAPIN ROUND RD
ANNAPOLIS, MD 21401
MEGGAN SOMBAT, GRANTS ADMIN
410 - 263 -7964 X 6008
ANTELOPE VALLEY TRANSIT AUTHORITY
42210 6TH ST. WEST
LANCASTER, CA 93534
MARK PERRY, FLEET MGR
661 - 609 -5364
APPALCART
PO BOX 2357
BOONE, NC 28607
CHRIS TURNER, TRANSP. DIRECTOR
828 - 264 -2280
4
7
6
4
5
SIZE
35X102
35X102
35X102
40X102
40X102
40X102
40X102
40X102
35X102
35X102
29X102
29X102
10 40X102
2 40X102
3/20/2015 2 of 112
DELIVERY DATE/
SERIAL NUMBERS
APRIL 2000
71033 -71036
MARCH 2010
177639
JAN 2013
181543
JAN 1999
70335 -70338
JULY 2008
176085 - 176088
JAN 2012
180452 - 180456
OCT 2012
180754 - 180758
SEPT.1999
70696 -70699
SEPT.1999
70689 -70695
APRIL 2000
70680 -70685
DEC. 2009
91976 -91979
MAY 2011
92176 -92180
MARCH 2004
74363 -74375
OCT 2012
181249 - 181250
LOW FLOOR CUSTOMER LIST
CUSTOMER
ARCATA, CITY OF
736 "F" ST.
ARCATA, CA 95521
LARRY PARDI, TRANSIT MANAGER
707 - 822 -3775
AREA TRANSPORTATION OF N. CENTRAL
PENNSYLVANIA
44 TRANSPORTATION CENTER
CHARLIE SHILK, MAINT. DIRECTOR
814 - 965 -2111 X 218
CITY OF ASHEVILLE
360 W. HAYWARD ST.
ASHEVILLE, NC 28801
NORMAN SCHENCK, GM
828 - 251 -4060
ATHENS CLARK COUNTY
325 POUND ST.
ATHENS, GA 30601
TERRY FERGUSON, SUPER OF MAINT.
706 - 613 -3431
ATRANS
2021 INDUSTRIAL BLVD
ALEXANDRIA, LA 71303
PAT LEAUMONT, GM
318 - 441 -6090
# UNITS
SIZE
2
35X102
2
35X102
6
2
11
1
7
2
3
4
2
2
2
3
2
1
2
4
4
4
4
3/20/2015 3 of 112
29X102
35X102
29X102
35X102
29X102
29X102
29X102
35X102
35X102
40X102
35X102
29X102
40X102
40X102
29X102
40X102
40X102
35X102
35X102
DELIVERY DATE/
SERIAL NUMBERS
OCT. 2009
177352 - 177353
MAY 2014
183291 - 183292
MARCH 2005
90105 -90110
JAN. 2009
91652 -91662
MAY 2010
178187
NOV 2012
92451 -92457
MARCH 2014
92793 -92794
FEB 2004
90858 -90860
73425 -73428
OCT. 2004
73088 -73089
JUNE 2005
74116 -74117
FEB. 2006
76054 -76055
91018 -91020
JAN. 2008
79575 -79576
JULY 2009
177013
91769 -91770
JULY 2011
178540 - 178543
MARCH 2013
181722 - 181725
JUNE 2006
MARCH 2012
179419 - 179422
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS SIZE
AVIS RENT -A -CAR SYSTEM, INC. 12 29X102
900 OLD COUNTRY RD
GARDEN CITY, NY 11530 5 40X102
JERRY BERNACKI, VP
516 - 222 -6663 15 29X102
27 40X102
20 40X102
BWI AIRPORT (MARYLAND AVIATION ADMIN 50 40X102
7003 AVIATION BLVD.
GLEN BOURNE, MD 21061
MARGIE HEPNER, CPPT
410 - 859 -7004
3/20/2015 4 of 112
DELIVERY DATE/
SERIAL NUMBERS
JAN 2000
90268 -90279
JAN 2000
71203 -71206
OCT. 2002
90455 -90464
JULY /SEPT 2000
71197 -71201
71214 -71222
71382 -71393
71488
FEB /MAR 2001
71224 -71231
71394 -71403
71758 -71759
APR/JULY 2002
72305 -72336
MARCH 2003
72365 -72366
73052 -73059
MAY 2004
72491 -74298
NOV. 2012
181601 - 181604
FEB. 2013
92474 -92483
NOV. 2012
181597 - 181599
JAN 2004
73600 -73608
JAN 2004
DEC. 2007
77855
MARCH 2008
77578
NOV. 2011
91935
SEPT 2012
91936
OCT -DEC 2004
76084 -76133
32
40X102
9
40X102
8
35X102
AVIS- DULLES
8
40X102
4
40X102
AVIS -LA GUARDIA
10
29X102
AVIS -PA
3
40X102
AVIS -WEST PALM BEACH
9
40X102
11
40X102
AVON, TOWN OF
1
35X102
PO BOX 975
AVON, CO 81620
1
35X102
JANE BURDEN, TRANSIG MGR
970 - 748 -4111
1
29X102
1
29X102
BWI AIRPORT (MARYLAND AVIATION ADMIN 50 40X102
7003 AVIATION BLVD.
GLEN BOURNE, MD 21061
MARGIE HEPNER, CPPT
410 - 859 -7004
3/20/2015 4 of 112
DELIVERY DATE/
SERIAL NUMBERS
JAN 2000
90268 -90279
JAN 2000
71203 -71206
OCT. 2002
90455 -90464
JULY /SEPT 2000
71197 -71201
71214 -71222
71382 -71393
71488
FEB /MAR 2001
71224 -71231
71394 -71403
71758 -71759
APR/JULY 2002
72305 -72336
MARCH 2003
72365 -72366
73052 -73059
MAY 2004
72491 -74298
NOV. 2012
181601 - 181604
FEB. 2013
92474 -92483
NOV. 2012
181597 - 181599
JAN 2004
73600 -73608
JAN 2004
DEC. 2007
77855
MARCH 2008
77578
NOV. 2011
91935
SEPT 2012
91936
OCT -DEC 2004
76084 -76133
LOW FLOOR CUSTOMER LIST
CUSTOMER
BARTA
1700 N. ELEVENTH ST.
READING, PA 19604
C. RICHARD ROEBUCK ASST. EXEC DIR
610 - 921 -0605
BATTLE CREEK TRANSIT
339 W. MICHIGAN
BATTLE CREEK, MI 49017
ROBERT WERNER, TRANSIT MANAGER
269 - 966 -3477
BASIN TRANSIT SERVICE
1130 ADAMS ST
KLAMATH FALLS, OR 97601
ERNEST L. PALMER, GM
541 - 883 -2877
BAY METRO TRANSIT
1510 N. JOHNSON ST.
BAY CITY, MI 48708
DOUG GASTA
989 - 894 -2900 X 219
BEAVER CO. TRANSIT AUTHORITY
131 PLEASANT DR., STE 7
ALIQUIPPA, PA, 15001
ROSE SUTTER, MAINT SUPERV
724 - 728 -4255
BEAVER CREEK METROPOLITAN DISTRICT
28 SECOND ST., STE 213
EDWARDS, CO 81623
CHRIS LUBBERS, TRANSP. MGR
970 - 470 -2157
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
79690 -79691
74171 -74181
2
40X102
JUNE 2004
NOV. 2011
1 40X102
74982 -74983
17
35X102
DEC. 2005
6
35X102
76744 -76760
1 40X102
183079
FEB. 2007
7
35X102
77700 -77706
OCT. 2008
7
35X102
79717 -79722
2
40X102
79723 -79724
SEPT.2009
2
40X102
177325 - 177326
2 29X102 JUNE 2008
91235 -91236
2 35X102 78896 -78897
3 +3 35X102 JUNE 2000
71809 -71811
7
29X102
APRIL 2002
79690 -79691
90509 - 90514 +90631
3
40X102
72556 -72558
NOV. 2011
1 40X102
JANUARY 2011
4
29X102
92217 -92220
6
35X102
OCT. 2007
1 40X102
183079
78163 -78168
3/20/2015 5 of 112
NOV. 2008
2 40X102
79690 -79691
OCT. 2009
2 40X102
177582 - 177583
NOV. 2011
1 40X102
179466
OCT. 2012
1 40X102
181835
SEP 2014
1 40X102
183079
3/20/2015 5 of 112
LOW FLOOR CUSTOMER LIST
BEN FRANKLIN TRANSIT
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
BELLE URBAN SYSTEM
5
35X102
FEB. 2011
1900 KENTUCKY ST.
6
40X102
178772 - 178776
RACINE, WI 53405
MARCH 2006
STEVEN ROGSTAD, GM
3
40X102
76056 -76058
262 - 619 -2430
AUG 2007
BELOIT TRANSIT
5
29x102
JUNE 2002
1225 WILLOW BROOK RD
4
35X102
72726 -72729
BELOIT, WI 53511
9
40X102
JAN. 2006
MICHELLE GAVIN, DIR. OF TRANSIT
2
35X102
76382 -76383
608 - 364 -2870 X 12
4
40X102
JUNE 2007
3
35X102
77575 -77577
4
40X102
JANUARY 2011
1
35X102
176327
BEN FRANKLIN TRANSIT
DEC. 1998
1000 COLUMBIA PARK TRAIL
3
40X102
70365 -70367
RICHLAND, WA 99352
APRIL 2005
JERRY OTTO, FLEET MAINT. MGR.
6
40X102
75139 -75144
509 - 734 -5125
MARCH 2006
3
40X102
76056 -76058
AUG 2007
5
29x102
91342 -91346
OCT - NOV 2009
9
40X102
177354 - 177362
JUNE 2013
4
40X102
181955 - 181958
DEC. 2013
4
40X102
183171 - 183174
AUG 2014
2
40X102
184206 - 184207
DEC 2014
4
40X102
184601 - 184604
BERKSHIRE RTA
4
35X102
JUNE 2007
67 DOWNING PKWY
77779 -77782
PITTSFIELD, MA 01201
MARK MCCLANAN, GM
413 - 499 -6817
BISMAN TRANSIT
3750 E. ROSSER AVE.
3
29X102
MARCH 2004
BISMARCK, ND 5 85 01
90845 -90847
ROBIN WERE, TRANSIT DIRECTOR
2
29X102
APRIL 2006
701 - 258 -6817
91122 -91123
3/20/2015 6 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
BI -STATE DEVELOPMENT AGENCY
1
35X102
DBA METRO
707 N. FIRST ST.
25
35X102
ST. LOUIS, MO 63102 -2595
DIANA HILL, DIR. PURCHASING
4
40X102
314 - 923 -3084
3
35X102
EVERETT, MA 02149
7
40X102
RICK CAVALLIERI, GM
14
35X102
617 - 545 -6390
20
35X102
21
35X102
26
40X102
BLOOMINGTON PTC
130 WEST GRIMES LN
3
40X102
BLOOMINGTON, IN 47403
LEWIS MAY, GM
2
29X102
812 - 332 -5688
5
40X102
4
35X102
3
35X102
BLOOMINGTON NORMAL PTS
104 E. OAKLAND AVE.
1
35X102
BLOOMINGTON, IL 61701
ANDREW JOHNSON, GM
4
35X102
309 - 829 -8722
BOSTON COACH
69 NORMAN ST.
3
35X102
EVERETT, MA 02149
RICK CAVALLIERI, GM
3
35X102
617 - 545 -6390
2
35X102
2
35X102
3/20/2015 7 of 112
DELIVERY DATE/
SERIAL NUMBERS
NOV. 2008
79895 -79919
AUG. 2009
176538 - 176541
MARCH 2011
178630 - 178636
179622 - 179635
APRIL 2012
179659 - 179678
DEC 2013
184171 - 184193
OCT 2014
184451 - 184476
OCT. 2002
72496 -72498
DEC. 2003
90712 -90713
73664 -73668
APRIL 2005
74358 -74362
78482 -78485
NOV. 2008
79452 -79454
MAY 2010
177589
AUG 2011
178879 - 178882
MAY 2011
176469 - 176471
JAN 2012
180146 - 180148
JAN 2013
180750 - 180751
AUG 2014
184386- 184387
LOW FLOOR CUSTOMER LIST
CUSTOMER
BROCKTON AREA TRANSIT AUTHORITY
155 COURT ST
BROCKTON, MA 02302
MICHAEL F. BLONDING, GM
508 - 588 -1000
BROOME COUNTY TRANSIT
413 OLD MILL ROAD
VESTAL, NY 13850
BRIAN J. KEEFER, DIRECTOR OF MAINT.
607 - 763 -4930
BROWARD COUNTY
3201 W. COPANS RD
POMPANO BEACH, FL 33069
TIM GARLING, DIRECTOR
954 - 347 -8423
BROWNSVILLE, CITY OF
755 INTERNATIONAL BLVD
BROWNSVILLE, TX 78520
ANDREW MUNOZ, ASSISTANT DIRECTOR
956 - 541 -4881
BUTTE CO. ASSOCIATION OF GOVMTS
2580 SIERRA SUNRISE TERR., STE 100
CHICO, CA 95928
MICHAEL ROSSON, SR. PLANNER
530 - 879 -2468
# UNITS SIZE
11
35X102
8
35X102
6
40X102
3
40X102
2
35X102
4
40X102
2
40X102
DELIVERY DATE/
SERIAL NUMBERS
AUG. 2005
75077 -75087
JUNE 2006
76875 -76882
AUG 2007
78239 -78244
MAY 2010
177924- 177926
OCT 2010
178323 - 178324
JUNE 2012
179690 - 179693
OCT 2013
183286 - 183287
NOV 2014
7 40X102 184376 - 184382
20
40X102
JAN 1999
70635 -70654
15
40X102
OCT. 1999
70655 -70669
30
40X102
OCT. 2000
71454 -71480 & 71821 -71823
21
40X102
OCT. 2001
71244 -71264
30
40X102
DEC. 2002
73187 -73216
25
40X102
SEPT. 2003
73670 -73694
10
35X102
JAN. 2001
71824 -71833
AUG 2008
3
35X102
79410 -79412
DEC. 2010
6
35X102
179392 -397
AUG 2014
2
35X102
184264 - 184265
FEB. 2011
2
40X102
178566 - 178567
4
35X102
178568 - 178571
SEP 2014
6
40X102
184111 - 184116
3/20/2015 8 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
CACHE VALLEY TRANSIT DISTRICT
754 WEST 600 NORTH
LOGAN, UT 84321
TODD BEULTER, GM
435 - 716 -9695
CAMBRIA COUNTY TRANSIT
726 CENTRAL AVE.
JOHNSTOWN, PA 15902 -2996
IRVING A CURE, EXEC. DIRECTOR
814 - 535 -5526
CAMPUS BUS SERVICE
2100 STANTONSBURG RD
GREENVILLE, NC 27835
SCOTT ALFORD, MANAGER
252 - 847 -7886
CANBY AREA TRANSIT
PO BOX 930
CANBY, OR 97013
JULIE WEHLING, TRANSIT DIRECTOR
503 - 266 -0751
CAPE ANN TRANSPORTATION AUTHORITY
3 REAR POND RD
GLOUCESTER, MA 01930
ROBERT RYAN, GM
978 - 283 -7916
CAPE COD RTA
222 OLD CHATHAM RD
SO. DENNIS ,MA 02660
JOHN KENNEDY, GM
508 - 385 -1430 X 102
CAPEFEAR PTA
PO BOX 2258
WILMINGTON, NC 28402
ALBERT EBY, DIRECTOR
910 - 202 -2035
# UNITS
3
5
3
11
2
8
2
7
1
12
SIZE
35X102
35X102
35X102
40X102
35X102
35X102
29X102
29X102
35X102
40X102
40X102
2 35X102
2 29X102
1 29X102
12
3
4
3
1
3/20/2015 9 of 112
29X102
35X102
29X102
29X102
35X102
DELIVERY DATE/
SERIAL NUMBERS
MAY 2004
74401 -74402
76664 -76666
JUNE 2008
79416 -79420
NOV. 2010
178428 - 178430
APRIL 2000
70852 -70862
JUNE 2000
71031 -71032
APRIL 2007
91253 -91257
MAY 2008
91481 -91482
SEPT. 2011
180065 - 180071
FEB. 2008
79413
JUNE 2008
78636 -78647
OCT 2013
182065 - 182066
AUG 2010
91427 -91428
JAN 2012
91778
MARCH 2006
91107 -91118
FEB. 2008
78898 -78900
FEB. 2010
91855 -91858
JUNE 2013
92670 -92672
SEPT.2007
78162
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
CAPITAL AREA TRANSIT
4
40X102
901 N. CAMERON ST.
HARRISBURG, PA 17105 -1571
9
40X102
MARK MITCHELL, MGR. OF MAINTENANCE
717 - 233 -5657 X 120
6
40X102
CAPITAL DISTRICT TRANSIT AUTHORITY
8
40X102
110 WATERVLIET AVE.
ALBANY, NY 12206 -2077
8
40X102
CARM BASILE, CEO
518 - 482 -8067
17
40X102
20
40X102
15
40X102
CAPITAL METRO
20
40X102
2910 E. FIFTH ST.
AUSTIN, TX 78702
55
40X102
CARL WOODBY, DIR. OF MAINTENANCE
512 - 389 -7460
77
40X102
23 40X102
CAPITAL TRANSPORTATION CORP. 4 35X102
2250 FLORIDA BLVD.
BATON ROUGE, LA 70802 6 35X102
ROBERT MIRABITO, GM
225 - 389 -8920 1 35X102
12 35X102
CARTA 2 35X102
1617 WILCOX BLVD.
CHATTANOOGA, TN 37406 4 35X102
LISA MARAGNANO, GM
423 - 629 -1411
3/20/2015 10 of 112
DELIVERY DATE/
SERIAL NUMBERS
AUG 2004
72176 -72179
FEB. 2005
75175 -75183
DEC. 2008
79955 -79960
APRIL 2007
77813 -77820
APRIL 2007
91274 -91281
JUNE 2010
177840 - 177856
JUNE 2012
JULY 2014
183856 - 183870
AUG 1999
70873 -70892
JULY 2000
70903 -70957
JULY 2001
70958 -71034
NOV. 2001
71939 -71961
FEB. 2003
73560 -73563
OCT. 2011
179587 - 179592
MARCH 2013
181576
JAN. 2014
183339 - 183350
MAY 2009
79711 -79712
MARCH 2014
183542 - 183545
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
CCCTA
10
40X102
2477 ARNOLD INDUSTRIAL WAY
CONCORD, CA 94520
10
40X102
SCOTT MITCHELL, MAINT. MANAGER
925 - 676 -1976 X 2909
18
29X102
14
40X102
13
35X102
31
40X102
10
40X102
C -TRAN
2
40X102
CLARK COUNTY PUBLIC TRANSP. BENEFIT AREA TRANSIT
PO BOX 2529
7
29X102
VANCOUVER, WA 98668 -2529
JOHN HOEFS, DIR. OF MAINTENANCE
5
29X102
360 - 906 -7358
5
35X102
7
35X102
CENTRAL ARKANSAS TRANSIT AUTHORITY
8
35X102
901 MAPLE ST.
NO. LITTLE ROCK, AR 72114
13
35X102
RODNEY MIDDLETON, DIR OF MAINT
501 - 375 -0024
5 40X102
1 35X102
5 40X102
5 35X102
3 35X102
4 40X102
8 35X102
CENTRAL NEW YORK RTA 2 35X102
200 CORTLAND AVE.
SYRACUSE, NY 13205 -0820 3 40X102
E.J. MOSES, GRANT ADMINSTRATOR
315 - 442 -3368 3 29X102
4 35X102
3/20/2015 11 of 112
DELIVERY DATE/
SERIAL NUMBERS
APRIL 1998
70325 -70334
NOV. 2000
71429 -71438
MAY 2002
90556 -90565
90632 -90639
APRIL 2002
73314 -73327
JULY 2002
73328 -73340
DEC. 09 -FEB. 10
177259 - 177289
APRIL 2013
182480- 182489
JULY 1998
70268 -70269
NOV. 2004
90848 -90854
JUNE 2008
91301 -91305
78742 -78746
FEB. 2009
176710 - 176716
APRIL 2001
71813 -71820
MAY 2003
73455 -73463
FEB. 2007
77542 -77546
77547
OCT. 2008
79589 -79593
79584 -97588
MARCH 2010
177595 - 177597
177598 - 177601
JULY 2010
177804 - 177811
SEPT.2007
78172 -78173
AUG 2008
79672 -79674
NOV. 2008
91639 -91641
JUNE 2009
176797 - 176800
LOW FLOOR CUSTOMER LIST
CUSTOMER
CENTRAL OHIO TRANSIT AUTHORITY
1600 MCKINLEY AVE.
COLUMBUS, OH 43222
KEVIN CHRISTOPHER, DIR. OF PURCHASING
614 - 275 -5934
CENTRAL OKLAHOMA TRANSPORTATION
2000 S. MAY AVE.
OKLAHOMA CITY, OK 73108
ERICK ZAAGE, FLEET MGR
405 - 297 -2521
CHARLOTTE AREA TRANSIT
600 E. FOURTH ST.
CHARLOTTE, NC 28202
DANIEL EDES, TRANSIT PROJECT PLANNER
704 - 353 -0017
CHARLOTTESVILLE TRANSIT SERVICE
315 4TH ST. NW
CHARLOTTESVILLE, VA 22903
TERRY YEAGER, DIR OF MAINTENANCE
434 - 970 -3872
CHARLOTTE CONT'D
# UNITS
SIZE
12
35X102
5
35X102
3
2
13
4
6
14
3
2
21
1
4
19
8
3
13
18
11
12
10
26
4
1
8
4
2
2
3/20/2015 12 of 112
29X102
40X102
35X102
35X102
29X102
40X102
29X102
40X102
40X102
29X102
29X102
29X102
40X102
29X102
40X102
40X102
40X102
40X102
29X102
40X102
40X102
29X102
35X102
35X102
35X102
35X102
DELIVERY DATE/
SERIAL NUMBERS
JAN. 2005
74822 -74833
JULY 2007
77186 -77190
DEC. 2008
91434 -91436
JUNE 2009
176281 - 176282
176268- 176280
DEC. 2012
180563 - 180566
92363 -92368
DEC 2002
73610 -73623
MAY 2003
90756 -90758
JUNE 2003
73727 -73728
AUG. 2004
74322 -74342
90731
JULY 2005
90993 -90996
AUG 2007
91306 -91324
SEPT.2007
78231 -78238
JAN. 2009
91663 -91665
79920 -79932
DEC. 2009
176520 - 176537
JULY 2011
178145 - 178155
NOV. 2011
180217 - 180228
MAY 2012
92390 -92399
JULY 2012
180720 - 180745
JAN 2014
182785 - 182788
JUNE 2008
91590
79390 -79397
MARCH 2010
177564 - 177567
FEB 2014
182793 - 182794
JAN 2015
184251 - 184252
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
CHATHAM AREA TRANSIT
31
35X102
PO BOX 9118
SAVANNAH, GA 31412 -9118
5
29X102
CHAD REESE, EXEC. DIR.
912 - 401 -9854
CHEMUNG CO. TRANSIT SYSTEM
4
40X102
1201 CLEMENS CENTER PKWY
ELMIRA, NY 14901
7
29X102
BOB WILLIAMS, GM
607 - 734 -5213
CHITTENDEN CO. TRANSPORTATION AUTHOR
3
35X102
15 INDUSTRIAL PKWY
5
40X102
BURLINGTON, VT 05401
GARY L. THOMPSON, ASST. GM
1
35X102
802 - 864 -0629 X 19
2
40X102
1
35X102
8
40X102
5
35X102
1
35X102
5
35X102
1
40X102
CITIBUS
801 TEXAS AVE. 6 35X102
LUBBOCK, TX 79401
MELINDA HARVEY, DIR. OF SERVICE 7 35X102
806 - 712 -2003
6 29X102
5 29X102
CITY & BOROUGH OF JUNEAU CAPITAL TRANSIT
10099 BENTWOOD PL
JUNEAU, AK 99801 5 35X102
JOHN KERN, TRANSIT MANAGER
907 - 789 -6903 2 35X102
3/20/2015 13 of 112
DELIVERY DATE/
SERIAL NUMBERS
MARCH 2003
73624 -73654
JUNE 2006
90939 -90943
NOV. 2011
179545 - 179548
JAN 2014
92587 -92593
JUNE 2007
77191 -77199
77194 -77199
JAN. 2008
79379
AUG 2008
79414 -79415
DEC. 2008
176407
FEB. 2009
176289 - 176293
OCT. 2009
177445 - 177449
JAN 2010
92065 -92069
MAY 2012
179976 - 179980
FEB 2013
180766
NOV. 2004
74753 -74758
JAN. 2006
76727 -76733
OCT. 2009
91919 -91924
FEB. 2010
92065 -92069
DEC. 2009
177717 - 177721
MAY 2010
178551 - 178552
LOW FLOOR CUSTOMER LIST
CUSTOMER
CITY OF CEDAR RAPIDS
427 8TH ST. NW
CEDAR RAPIDS, IA 52405
BRAD DeBROWER, TRANSIT MGR
319 - 286 -5560
CITY OF CLINTON
1320 SO. SECOND ST.
CLINTON, IA 52732
DENNIS HART, SUPER. OF TRANSIT
563 - 242 -3721
CITY OF COLUMBIA
701 E. BROADWAY
COLUMBIA, MO 65205 -6015
DREW BROOKS, GM
573 - 874 -6281
CITY OF COLUMBUS
123 WASHINGTON ST.
COLUMBUS, IN 47201
SHERI CHRISTMAN, OPS MGR
812 - 376 -2506
CITY OF LONG BEACH
1 WEST CHESTER ST
LONG BEACH, NY 11561
MICHAEL ROBINSON, DIR OF COMM DEVEL
516 - 431 -1001
CLARKSVILLE TRANSIT SYSTEM
430 BOILLIN LN
CLARKSVILLE, TN 37040
ARTHUR BING, DEPUTY DIRECTOR
931 - 553 -2430
CLERMONT TRANSPORTATION CONN
4003 FILAGER RD
BATAVIA, OH 45103
LISA GATWOOD, DIRECTOR
513 - 732 -7577
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
JUNE 2009
2
35X102
176147 -168
JUNE 2010
4
35X102
177920 - 177923
SEPT. 2011
5
35X102
179504 - 179508
AUG 2012
5
35X102
179509 - 179513
NOV 2014
4
35X102
182408 - 182411
2
35X102
MAY 2009
176603 - 176604
2
35X102
NOV. 2010
178468 - 178469
1
29X102
MARCH 2012
92340
1
29X102
JULY 2013
182080
2
40X102
AUG 2007
78198 -78199
2
40X102
MARCH 2010
177783 - 177784
5
29X102
APRIL 2007
91242 -91246
4
35X102
JAN 2014
183925 - 183928
2
29X102
FEB. 2010
91884 -81885
3
29X102
DEC. 2010
92238 -92240
2
40X102
JUNE 2011
178931 - 178932
12
29X102
SEPT. 2013
92526 -92537
3/20/2015 14 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
COMMUNITY TRANSIT
7000 HARDESON RD
EVERETT, WA 98203
FRED WORTHCOM, DIR OF TRANSPORTATION
425 - 438 -6132
COMMUNITY URBAN BUS SERVICE
254 OREGON WAY
LONGVIEW, WA 98632
CINDI MCCOY, TRANSIT SUPERVISOR
360 - 442 -5602
CONCORD, CITY OF
850 WARREN C. BLVD.
CONCORD, NC 28025
DANIEL NUCKOLLS, DIR. OF FLEET TRANSIT
704 - 920 -5431
CITY OF CORALVILLE
PO BOX 5127
CORALVILLE, IA 52241
VICKY ROBROCK, DIR. OF TRANSIT
319 - 248 -1790
CITY OF DURHAM
1907 FAY ST.
DURHAM, NC 27704
SEAN SMITH, TRANSIT ADMIN
919 - 560 -1545 X 32609
CITY OF FAIRFIELD
420 GREGORY ST.
FAIRFIELD, CA 94533
DAVID RENSCHLER, TRANSIT MGR
707 - 428 -7768
CITY OF LAS CRUCES
PO BOX 2000
LAS CRUCES, NM 88004
MICHAEL BARTHOLOMEW
575 - 541 -2500
CITY OF PETALUMA
PUBLIC WORKS DEPT.
555 N. MCDOWELL BLVD.
PETALUMA, CA 94952
JOHN SARAGUSA, TRANSIT MGR
707 - 778 -4421
# UNITS SIZE
1 35X102
2
1
1
4
20
35X102
35X102
40X102
40X102
40X102
DELIVERY DATE/
SERIAL NUMBERS
OCT. 2009
176151
JUNE 2008
78869 -78870
SEP 2014
183068
JULY 2009
176264
JUNE 2010
177498 - 177501
DEC. 2009
177425 - 177444
7 35X102 JAN. 2008
78191 -78197
MARCH 2011
3 29X102 91891 -91893
4 35X102
OCT. 2008
79501 -79504
1 35X102
APRIL 2010
177591
4 35X102
MARCH 2007
77482 -77485
4 29X102
APRIL 2011
92152 -92155
3 40X102
FEB. 2008
78625 -78626
1 40X102
NOV. 2010
176931
MARCH 2011
2 40X102
176472 - 176473
3/20/2015 15 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
CITY OF SANTA MARIA
10
40X102
110 S. PINE ST., STE 221
92291
JULY 2007
SANTA MARIA, CA 93458 -5082
2
29X102
AUSTIN O'DELL, TRANSIT MGR
DEC 2014
3 35X102
805 - 925 -0951 X 225
1
29X102
CITY OF ST. GEORGE
931 E. RED HILLS PKWY
ST. GEORGE, UT 84770
COURTNEY STEPHENS, FLEET MGR
435 - 627 -4040
CITY OF STEVENS POINT
1515 STRONGS AVE.
STEVENS POINT, WI 54481 -3594
SUSAN LEMKE, TRANSIT MGR
715 - 341 -4490
CITY UTILITIES OF SPRINGFIELD
301 E. CENTRAL
SPRINGFIELD, MO 65802
GAIL DRISKELL, SR. BUYER
417 - 831 -8429
CITYLINK
801 LEESBURG RD
FT. WAYNE, IN 46808
KEN HOUSDEN, GM
219 - 432 -4977
CLALLAM TRANSIT SYSTEM
830 W. LAURIDSEN BLVD.
PORT ANGELES, WA 98363
KEVIN GALLACCI
360 - 452 -4511
CLARK COUNTY DEPT. OF AVIATION
5757 WAYNE NEWTON BLVD.
LAS VEGAS, NV 89119
MIKE SEED, PURCH. ANALYST
702 - 261 -5176
DELIVERY DATE/
SERIAL NUMBERS
DEC. 2014
182522 - 182531
FEB. 2008
91564 -91565
NOV. 2011
92291
3
FEB 2008
1 29X102
91564 -91565
NOV 2011
1 29X102
92291
JULY 2007
FEB 2014
1 29X102
92673
3
DEC 2014
3 35X102
184792 - 184794
2 29X102
JUNE 2005
1
90997 -90998
10 29X102
MAY 2013
92674 -92683
4 29X102
JUNE 2002
178764 - 178768
90518 -90521
3
30X102
NOV. 2006
76347 -76349
1
40X102
JULY 2007
78316
3
40X102
DEC. 2008
79599 -79601
1
35X102
79602
MAY 2011
5
35X102
178764 - 178768
MARCH 2013
2
40X102
181951 - 181952
MARCH 2013
2
40X102
180746 - 180747
40
40X102
MAY 2006
76006 -76045
2
40X102
JUNE 2006
76322 -76323
3
29X102
DEC. 2001
90515 -90517
3
29X102
JAN. 2008
91384 -91386
4
40X102
OCT. 2008
3/20/2015 16 of 112
COLLIER AREA TRANSIT
wig KK n 1 u 011:4 •8 1.7.111 IN 0 9 :N w
NAPLES, FL 34102
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
COAST
239 - 252 -5832
2
42 SUMMER DR.
2
35X102
DOVER, NH 03820
2
RAD NICOLS, EXEC. DIR.
4
35X102
603 - 743 -5777 X 100
2250 KREUTZER DR
3
29X102
2
29X102
1
29X102
4
29X102
3
35X102
COLLIER AREA TRANSIT
wig KK n 1 u 011:4 •8 1.7.111 IN 0 9 :N w
NAPLES, FL 34102
3
35X102
TRINITY SCOTT, PUBLIC TRANSIT MGR
239 - 252 -5832
2
35X102
5
29X102
2
40X102
COLUMBUS TRANSIT
2250 KREUTZER DR
3
29X102
COLUMBUS, IN 47201
GREG NOEL, MAINTENANCE
812 - 376 -2506
COLUMBUS CONSOLIDATED GOVERNMENT
100 10TH ST.
2
35X102
COLUMBUS, GA 31901 -27365
THOMAS TAYLOR, MAINT. MGR
706 - 653 -4410
COLTS
NORTH SOUTH RD
SCRANTON, PA 18504
ROBERT FIUME, EXEC DIRECTOR
2
29X102
570 - 346 -1259
COMMUNITY DEVELOPMENT TRANSIT
820 E. MILLER ST.
8
35X102
JEFFERSON CITY, MO 65101
RICHARD TURNER SR., TRANSIT DIR
573 - 634 -6599 X 3
CONCORD, CITY OF
PO BOX 308
1
40X102
CONCORD, NC 28026
L.J. WESLOWSKI, DIR. OF FLEET SERVICES
1
40X102
704 - 920 -5878
1
35X102
3/20/2015 17 of 112
DELIVERY DATE/
SERIAL NUMBERS
79951 -79954
JANUARY 2011
177927- 177928
OCT 2012
180568 - 180571
92449 -92450
DEC. 2005
90999
JUNE 2006
91164 -91167
MARCH 2010
177671 - 177673
JUNE 2012
180347- 180349
NOV. 2012
180752 - 180753
MAY 2007
91242 -91246
APRIL 2014
184199- 184200
AUG 2010
92133 -92135
JUNE 2009
78591 -78592
JANUARY 2011
91980 -91981
FEB. 2004
72620 -72627
FEB. 2010
177012
FEB. 2011
176663
AUG 2012
180048
LOW FLOOR CUSTOMER LIST
3/20/2015 18 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
CONNECTICUT RIVER TRANSIT
706 ROCKINGHAM RD
2
35X102
DEC. 2001
ROCKINGHAM, VT 05101
72508 -72509
ART SMITH, FLEET MGR
MAY 2005
802 - 460 -4433 X 218
1
35X102
74899
MAY 2007
1
35X102
91242 -91246
CORVALLIS, CITY OF
PO BOX 1083
MARCH 2009
CORVALLIS, OR 97339
14
40X102
176224 - 176237
BERNADETTE BARRETT, TRANSIT MGR.
7
29X102
91672 -91678
541 - 766 -6916
3
29X102
91669 -91671
MAY 2009
3
35X102
176206 - 176207
APRIL 2010
3
35X102
177955 - 177957
SEPT. 2012
2
35X102
180298 - 180299
FEB 2014
2
35X102
182549 - 182550
COTA
1600 MCKINLEY AVE.
21
35X102
SEPT. 2007
COLUMBUS, OH 43222
78205 -78225
KEVIN CHRISTOPHER, DIR SUPPLY MGMT
30
40X102
AUG 2008
614 - 275 -5934
79545 -79574
10
29X102
91550 -91559
APRIL 2010
1
29X102
91974
APRIL 2011
37
40X102
178781 - 178817
2
40X102
178788 - 178789
APRIL 2012
23
40X102
180409 - 180431
CONNECTICUT RIVER TRANSIT, INC.
300 CLINTON ST.
1
40X102
DEC. 2008
SPRINGFIELD, VT 05156
176197
BRIAN WATERMAN, OPER MGR
802 - 885 -5165
COUNCIL ON AGING OF ST. LUCIE INC
1505 ORANGE AVE.
12
29X102
JULY 2012
FT. PIERCE, FL 34950
92436 -92447
ROGELIO GONZALEZ, MAINT. DIRECTOR
772 - 345 -8216
CRAWFORD AREA TRANSPORTATION AUTHORITY
231 CHESTNUT ST. STE 210
OCT. 2008
MEADVILLE, PA 16335
3
29X102
91629 -91631
TIMOTHY GEIBEL, EXEC. DIRECTOR
814 - 336 -5600
3/20/2015 18 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 19 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
CUMBERLAND DAUPHIN HARRISBURG
TRANSIT AUTHORITY
25
40X102
FEB. 2007
901 N. CAMERON ST.
77451 -77475
HARRISBURG, PA 17105 -1571
1
29X102
JULY 2011
MARK G. MITCHELL, MGR MAINT
92222
717 - 233 -5657 X 120
7
35X102
JAN 2012
179017 - 179023
7
40X102
JUNE 2013
181737 - 181743
4
40X102
JAN 2014
183069 - 183072
DFW AIRPORT STANDARD PARKING CORP.
2425 RENTAL CAR
6
40X102
JAN. 2006
DALLAS FT. WORTH, TX 75261
76859 -76864
DAVID ROBBINS, GM
972 - 574 -7878 X 13
DANVILLE MASS TRANSIT
101 N. JACKSON
3
29X102
MAY 2004
DANVILLE, IL 61832
90728 -90730
JOHN METZINGER, MASS TRANSIT DIR.
2
29X102
FEB. 2008
217 - 431 -0653
91513 -91514
1
35X102
77442
MARCH 2011
3
35X102
179555 - 179557
DART
400 S. MADISON ST.
7
40X102
DEC 2000
WILMINGTON, DE 19801
71481 -71487
RICK WALTERS, MAINT ENG & TECH MGRS
20
40X102
MAY 2001
302 - 576 -6164
71675 -71794
2
40X102
AUG 2004
73348 -73349
4
29X102
SEPT. 2004
90724 -90727
7
40X102
AUG 2006
77225 -77231
3
29X102
OCT. 2006
91191 - 911201
38
40X102
MARCH 2008
79341 -79379
10
29X102
MAY 2008
91451 -91460
10
40X102
OCT. 2008
79463 -79472
3
29X102
NOV. 2008
91591 -91593
MAY 2010
22
29X102
91830 -91851
JULY - AUG 2014
29
40X102
184759 - 194787
3/20/2015 19 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
DFW RENTAL CAR
PO DRAWER 609428
DFW AIRPORT, TX 75261 -9428
19
29X102
GARY COLLINS, GM
40
40X102
972 - 574 -7878 X 13
CITY OF DAVENPORT
300 W. RIVER DR.
5
29X102
DAVENPORT, IA 52801
COLE POULIOT, GM
6
35X102
563 - 888 -2150
6
35X102
DECATUR PTS
555 E. WOOD ST.
13
29X102
DECATUR, IL 62523
PAUL MCCHANCY, MASS TRANSIT ADMIN
5
29X102
217 - 424 -2820
4
35X102
DENTON CO. TRANSPORTATION AUTHORITY
1660 S. STEMMONS, STE 250
12
35X102
LEWISVILLE, TX 75067
JARED VARNER, TRANSIT DIRECTOR
5
35X102
972 - 221 -4600
5
35X102
1
35X102
DES MOINES MTA
1100 MTA LANE
4
40X102
DES MOINES, IA 50265
ELIZABETH PRESUTTI, EXEC. DIRECTOR
11
40X102
515 - 283 -8115
14
40X102
7
40X102
2
29X102
DETROIT DOT
1301 E. WARREN AVE
42
40X102
DETROI, MI 48207
DAN HODGES, SUPERVISOR
313 - 833 -7676
DUFAST TRANSIT
178 SPIDER LAKE RD
2
29X102
DUBOIS, PA 15801
KRISTEN VIDA, EXEC. DIRECTOR
814 - 371 -3940
3/20/2015 20 of 112
DELIVERY DATE/
SERIAL NUMBERS
MAY 2009
91594 -91612
SEPT.1999
70991 -71030
FEB. 2003
90760 -90764
JUNE 2004
73397 -73402
JULY 2011
179573 - 179578
NOV. 2001
90432 -90444
JULY 2009
91748 -91752
JULY 2010
177320 - 177323
MARCH 2006
76715 -76726
AUG 2007
78265 -78269
JANUARY 2011
177641 - 177645
SEPT. 2011
AUG 1998
70360 -70363
DEC. 2000
71495 -71505
NOV. 2002
72739 -72752
FEB 2003
72882 -72888
MARCH 2012
91775 -91776
MARCH 2012
180151 - 180192
APRIL 2007
91180 -91181
LOW FLOOR CUSTOMER LIST
3/20/2015 21 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
DULUTH TRANSIT
2402 W. MICHIGAN ST.
MAY 1999
DULUTH, MN 55806
15
40X102
70399 -70410
DENNIS E. JENSEN, GM
3
40X102
70460 -70462
218 - 722 -4426
JUNE 2002
10
29X102
90589 -90598
JUNE 2004
10
35X102
74376 -74385
AUG 2007
8
35X102
78305 -78312
OCT. 2008
2
35X102
176178 - 176179
SEPT. 2010
10
40X102
178663 - 178672
OCT 2013
10
40X102
181356 - 181365
DEC 2014
10
40X102
185901 - 185910
DURHAM.NC
224 HOOVER RD
31
40X102
MAY 2003
DURHAM, NC 27703
73946 -73977
SEAN SMITH, GM
1
40X102
MARCH 2005
919 - 957 -7336
73977
5
40X102
FEB. 2008
78979 -78984
EAGLE COUNTY RTA
PO BOX 1070
AUG 2006
GYPSUM, CO 81637
2
40X102
77548 -77549
KELLEY COLLIER, TRANSIT DIRECTOR
OCT. 2007
970 - 328 -3524
5
40X102
78103 -78107
MAY 2008
3
40X102
78169 -78171
DEC. 2008
4
40X102
78857 -78860
OCT. 2009
3
40X102
177009 - 177011
OCT. 2010
2
40X102
177756 - 177757
OCT. 2012
1
40X102
179953
OCT 2013
4
40X102
183048 - 183051
OCT 2014
2
40X102
183077 - 183078
3/20/2015 21 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
EAST CAROLINA UNIVERSITY
18 MENDENHALL ST., STUDENT CENTER
GREENVILLE, NC 27858
WOOD DAVIDSON, GM
252 - 328 -5391
E. CAROLINA CONT'D
CITY OF EAU CLAIRE
910 FOREST ST.
EAU CLAIRE, WI 54703
MIKE KBRANCO, GM
715 - 839 -5120
ECCTA
801 WILBUR AVE
ANTIOCH, CA 94509
ANN HUTCHINSON DIR OF ADMIN SERVICES
925 - 754 -6622
EL METRO
401 SCOTT ST.
LAREDO, TX 78040
JOE JACKSON, TRANSIT OPS DIRECTOR
956 - 795 -2288 X 211
ENTERPRISE RENT -A -CAR
7201 S. FULTON ST.
CENTENNIAL, CO 80112
KERRI TIERNAN, VEHICLE ACQUISITION MGR
720 - 875 -9916
ENTERPRISE NATIONAL ALAMO
24530 E. 78TH AVE.
DENVER, CO 80249
JASON GAY
720 - 425 -8517
ENTERPRISE NATIONAL ALAMO
2121 BELVEDERE RD
WEST PALM BEACH, FL 33406
JOSE RAMOS, MAINT. SUPERVISOR
561 - 889 -2870
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
4
40X102
JUNE 2005
74460 -74463
2
40X102
JAN. 2006
76405 -76406
2
40X102
JUNE 2007
77835 -77836
1
35X102
OCT. 2007
78190
6
40X102
JUNE 2009
176947 - 176952
2
40X102
JULY 2011
178191 - 178192
2
40X102
JULY 2011
178191 - 178192
1
35X102
NOV. 2011
180016
1
29X102
FEB. 2013
91928
8
29X102
APRIL 2002
MARCH 2011
1
40X102
178345
4
35X102
178346 - 178349
24
40X102
182007 - 182031
MAY 2013
9
35X102
DEC. 2008
176090 - 176098
APRIL 2011
6
40X102
178156 - 178161
6
35X102
178162 - 178167
2
35X102
NOV. 2008
79715 -79716
4 40X102 OCT. 2011
180577 - 180574
3 40X102 APRIL 2014
183054 - 183056
3/20/2015 22 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
ERIE MTA
127 E. 14TH ST.
ERIE, PA 16503
MICHAEL TANN, EXEC. DIRECTOR
814 - 459 -4287
ERIE CONT'D
ESCAMBIA COUNTY AREA TRANSIT
1515 W. FAIRFIELD DR.
PENSACOLA, FL 32501
HAROLD HUMPHREY,GM
850 - 595 -3228 X 214
ESCOT BUS SALES
6890 142ND AVE N
LARGO, FL 33771
BRIAN SCOTT, PRESIDENT
727 - 545 -2088
EUREKA, CITY OF
133 "V" ST.
EUREKA, CA 95501 -0844
GREGG PRATT, GM
707 - 443 -0826
EVERETT, CITY OF
3225 CEDAR ST.
EVERETT, WA 98201
GEORGE BAXTER, OPERATIONS MGR
425 - 257 -8935
FAIRBANKS NORTH STAR BOROUGH
3175 PEGER RD
FAIRBANKS, AK 99709
ROBERT WELLS, TRANSP. SHOP FOREMAN
907 - 459 -1001
FAIRFIELD TRANSPORTATION CENTER
2000 CADENASSO DR.
FAIRFIELD, CA 94533
GEORGE FINK, TRANSIT MGR
707 - 428 -7768
# UNITS SIZE
6
35X102
1
29X102
5
35X102
4
35X102
5
35X102
3
29X102
4
35X102
6
29X102
6
29X102
5 40X102
DELIVERY DATE/
SERIAL NUMBERS
AUG. 2005
76327 -76332
NOV. 2005
91099
MARCH 2006
76470 -76474
SEPT.2007
78301 -78304
JAN. 2009
176080 - 176084
JUNE 2010
91746 -91747
178299- 178302
JULY 2006
90830 -90835
JUNE 2007
91282 -91287
JAN 2014
183510 - 183514
2 35X102 MAY 2014
183297 - 183298
8 35X102
APRIL 2006
76823 -76831
4 40X102
DEC. 2007
78486 -78489
JUNE 2012
2 40X102
180449 - 180450
6 29X102
JUNE 2007
91023 -91028
4 35X102
76385 -76388
FEB 2014
3 35X102
183901 - 183903
2 35X102
JULY 2001
72552 -72553
3 35X102
JUNE 2009
176426- 176428
3/20/2015 23 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
FAYETTE COUNTY
825 AIRPORT RD
LAMONT FURNACE, PA 15456
MICHELLE GRANT SHUMAR, DIRECTOR
714 - 628 -7532 X 101
FAYETTEVILLE, CITY OF
455 GROVE ST.
FAYETTEVILLE, NC 28301 -0998
RON MACALUSO, DIRECTOR
910 - 433 -1011
FIRST STUDENT INC.
1102 N. SNELLING AVE.
ST. PAUL, MN 55108
JOHN SCHOLL, SERVICE MGR
651 - 287 -1836
FIRST TRANSIT
1200 W. INDUSTRIAL AVE., UNIT 4
BOYNTON BEACH, FL
DAVID KNOTT, GM
561 - 738 -6008
FIRST TRANSIT DBA
IMPERIAL VALLEY TRANSIT
792 N. ROSS AVE.
EL CENTRO, CA 92243
MARV BALIN, GM
760 - 482 -2900
FIRST TRANSIT INC.
1200 BUSTLETON PIKE, STE 12
FEASTERVILLE, PA 19053
ROBERT JONES, VP
215 - 942 -9212
FIRST TRANSIT CHICAGO
2800 OLD WILLOW RD
NORTHBROOK, IL 60062
TOM GREAVES, DIR. OF MAINT
412--8933-1300 X 204
FIRST TRANSIT PUERTO RICO
1550 CARR 28 STE 2
PUERTO NUEVO PR 00920
JULIO BADIS, MANAGER
787 - 622 -6161 X 1000
3/20/2015
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
6
29X102
MAY 2008
91494 -91499
4
35X102
JUNE 2008
78825 -78828
3
40X102
JULY 2009
176680- 176682
3
35X102
JUNE 2012
180798 - 180800
8
40X102
MAY 2008
78971 -78978
5
29X102
JULY 2005
90100 -90104
2
35X102
MARCH 2007
76407 -76408
3
40X102
SEPT.2009
177568 - 177570
9
40X102
OCT. 2012
180552 - 180560
25 40X102 MAY 2006
77200 -77224
12 35X102 JAN 2013
181674 - 181677
181679 - 181685
19 40X102 SEPT.2009
176896 - 176914
24 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
FOND DU LAC AREA TRANSIT
530 N. DOTY ST.
FOND DU LAC, WI 54935
LYNN GILLES, TRANSIT MGR
920 - 322 -3652
FOOTHILL TRANSIT ZONE
100 S. VINCENT AVE., STE 200
W. COVINA, CA 91790
VICKI VARGAS, OPS MGR
626 - 931 -7212
FORT WAYNE PTC
801 LEESBURG RD
FT. WAYNE, IN 46808
KEN HOUSDEN, GM
219 - 432 -4977
FRANKLIN TRANSIT AUTHORITY
708 COLUMBIA AVE.
FRANKLIN, TN 37065
DIANE THORNE, EXEC. DIRECTOR
615 - 790 -4005
FREDERICK COUNTY BOARD OF COMM
1040 ROCK SPRINGS
FREDERICK MD 21702
SHERRY BURFORD, DIRECTOR
301 - 600 -2065
FREE ENTERPRISE SYSTEM
17727 VOLBRECHT RD
LANSING, IL 60438
WES BLOCKER, SHOP MANAGER
708 - 277 -3773
FRESNO AREA EXPRESS
2223 "G" ST.
FRESNO, CA 93706
KEN HAMM, DIR OF TRANSPORTATION
559 - 621 -1440
GG &C BUS CO., INC.
2924 JEFFERSON AVE.
WASHINGTON, PA 15301
JOHN LENZNER
724 - 222 -2320
3/20/2015
# UNITS SIZE
4 29X102
1 29X102
2 29X102
77 40X102
7 29X102
4 35X102
6 35X102
1 35X102
6 29X102
9 40X102
10 40X102
2 35X102
2 29X102
25 of 112
DELIVERY DATE/
SERIAL NUMBERS
MARCH 2011
92156 -92159
OCT. 2012
92330
APRIL 2013
92507 -92508
AUG 2000
71120 -71196
SEPT.2000
90280 -90286
SEPT. 2002
72499 -72502
FEB. 2008
78836 -78841
AUG 2007
77799
FEB. 2010
91800 -91805
AUG 2011
180473 - 180481
JUNE 1999
70583 -70591 & 70602
FEB 2012
179464 - 179465
MAY 2013
91925 -91926
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
CITY OF GAINESVILLE
REGIONAL TRANSIT SERVICE
NOV. 2007
PO BOX 490 STATION 32
12
40X102
78081 -78092
GAINESVILLE, FL 32601
MAY 2009
JESUS GOMEZ, TRANSIT DIRECTOR
4
40X102
177014 - 177017
352 - 334 -2609
MARCH 2011
1
40X102
178435
DEC 2011
5
40X102
179558 - 179562
MAY 2012
6
40X102
180336 - 180341
DEC 2014
3
40X102
183998 - 184000
GALESBURG, CITY OF
55 W. TOMPKINS
3
29X102
APRIL 2004
GALESBURG, IL 61401
90783 -90785
KRAIG MCKLUSKIE, TRANSIT MGR
1
29X102
JULY 2011
309 - 342 -4242
92323
1
29X102
FEB. 2013
92273
GALLOPING GOOSE TRANSIT
1370 BLACK BEAN RD
1
29X102
APRIL 2009
TELURIDE, CO 81435
91426
JASON WHITE, TRANSIT MGR
970 - 728 -2179
GARY PUBLIC TRANSP. CORP
100 W. 4TH AVE., 3RD FLOOR
AUG 2007
GARY, IN 46402
5
35X102
78245 -78249
DARYL LAMPKINS, GM
3
40X102
78250 -78252
219 - 885 -7555
FEB. 2010
9
35X102
176550 - 176558
SEP 2014
3
35X102
184383 - 184385
GASTONIA TRANSIT
PO BOX 1748
7
35X102
JUNE 2004
GASTONIA, NC 28053 -1748
72636 -72642
DAVID MITCHELL, GEN. SERVICES DIR.
APRIL 2011
704 - 866 -6775
5
35X102
179148 - 179152
GLENN TRANSIT SERVICE
777 N. COLUSA ST.
2
40X102
DEC. 2012
WILLOWS, CA 95988
180215 - 180216
MARDY THOMAS, SR. PLANNER
530 - 934 -6540
GOLDSBORO WAYNE TRANSP. AUTHORITY
PO BOX 227
1
35X102
OCT. 2009
GOLDSBORO, NC 27533
176954
ALAN STUBBS, EXEC DIRECTOR
2
35X102
SEPT. 2010
919 - 736 -1374 X 208
177074 - 177075
3/20/2015 26 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
GOLINE INDIAN RIVER TRANSIT
SEPT.2006
3 35X102
694 14TH ST
FEB 2012
VERO BEACH, FL 32960
1
29X102
KAREN DEIGL, PRESIDENT /CEO
2
35X102
772 - 569 -0760 X 104
MARCH 2003
GOOD EARTH TRANSIT
2 29X102
APRIL 2009
PO BOX 70631
8
35X102
HOUMA, LA 70631
92058 -92061
WENDELL J. VOISIN, PUBLIC TRANSIT ADM]
4
29X102
985 - 850 -4616
GRAND FORKS CITY BUS
867 S. 48TH ST.
GRAND FORKS, ND 58201
DALE BERGMAN, SUPERINTENDENT
701 - 746 -2590
GRAND RAPIDS -DASH
50 OTTAWA NW
GRAND RAPIDS, MI 49503
BARBARA SINGLETON, DASH PROGRAM MGR
616 - 4563755
GRANT TRANSIT AUTHORITY
PO BOX 10
EPHRATA, WA 98823
GREG WRIGHT, TRANSIT MGR
509 - 754 -1075
GRAYS HARBOR TRANSPORTATION AUTH.
705 30TH ST.
HOQUTAM, WA 98530
MARK CARLIN, OPER. SUPERVISOR
360 - 532 -2770
GREAT FALLS TRANSIT DISTRICT
3905 NORTH STAR BLVD
GREAT FALLS, MT 59405
JIM HELGESON, GM
406 - 727 -0382
3/20/2015
DELIVERY DATE/
SERIAL NUMBERS
MARCH 2013
92339
180870 - 180871
MARCH 2008
78796 -78803
AUG 2011
92113 -92116
1 29X102 MARCH 2003
90574
1 29X102 AUG. 2004
90925
5 29X102 MARCH 2011
92160 -92164
1 35X102 JUNE 2007
77688
2 30X96
APRIL 2002
72527 -72530 & 72277
SEPT.2006
3 35X102
77430 -77432
FEB 2012
2 35X102
176328 - 176329
APRIL 2012
1 35X102
181557
4 35X102
MARCH 2003
73445 -73448
2 29X102
APRIL 2009
91644 -91645
4 29X102
AUG 2010
92058 -92061
4 35X102
MARCH 2013
180309 - 180312
27 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
GREATER ATTLEBORO TAUNTON RTA
10 OAK ST., 2ND FLOOR
TAUNTON, MA 02780
CAROL GILL, CAPITAL PROGRAM MGR
508 - 226 -1102 X 225
GREATER DAYTONA RTA
600 LONGWORTH ST.
DAYTON, OH 45401
TOM HODGE MAINT. MGR
937 - 425 -8637
GREATER GLENS FALLS TRANSIT
495 QUEENSBURY AVE.
QUEENSBURY, NY 12804
SCOTT SOPCZYK, TRANSP. DIRECTOR
518 - 792 -1086
GREATER LAFAYETTE PTC
1250 CANAL RD
LAFAYETTE, IN 47902
MARTY SENNETT, GM
317 - 423 -2666
GREATER LYNCHBURG TRANSIT CO.
PO BOX 797
LYNCHBURG, VA 24505
GARY PARIS, DIR OF MAINT
434 - 455 -5094
GREATER ORLANDO AVIATION AUTHORITY
1 AIRPORT BLVD.
ORLANDO, FL 32827
MIKE SHUMACK, CONTRACTS MGR
407 - 825 -2375
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
1
29X102
APRIL 2006
91153
6
29X102
MAY 2006
91153 -91158
4
29X102
FEB. 2010
91875 -91878
5
40X102
JUNE 2007
77850 -77854
13
40X102
OCT. 2008
79675 -79687
12
40X102
APRIL 2009
177247 - 177258
10
40X102
APRIL 2010
177968 - 177977
4
29X102
SEPT.2009
91806 -91809
4
40X102
SEPT. 1998
4
35X102
70165 -70169
70347 -70350
3
40X102
NOV. 1999
70686 -70688
6
40X102
NOV. 2002
72870 -72875
3
40X102
FEB. 2003
72879 -72881
4
40X102
NOV. 2005
76486 -76489
4
40X102
JAN. 2007
77696 -77699
1
40X102
DEC. 2007
78313
1
40X102
MAY 2009
176027
6
35X102
DEC. 2008
79945 -79950
4
35X102
DEC. 2009
177477 - 177480
4
35X102
FEB 2012
178830 - 178833
3 40X102 MAY 2012
180792- 180794
3/20/2015 28 of 112
CUSTOMER
GREATER PEORIA MASS TRANSIT
2105 NE JEFFERSON
PEORIA, IL 61683
TOM LUCEK, DIR. OF FLEET & FAC
309 - 679 -8128
GREATER RICHMOND TRANSIT
LOW FLOOR CUSTOMER LIST
# UNITS
SIZE
5
35X102
7
40X102
20
35X102
5
35X102
5
35X102
15
35X102
101 S. DAVIS AVE.
RICHMOND, VA 23220
CHARLIE MITCHELL, OPS MGR
804 - 474 -9320
GREATER ROANOKE TRANSIT COMPANY
1108 CAMPBELL AVE., SE
ROANOKE, VA 24013
JOHN THOMPSON, DIRECTOR OF MAINT.
540 - 982 -0303 EXT 128
GREEN BAY METRO
901 UNIVERSITY
GREEN BAY, WI 5 43 02
PATRICIA KIEWIZ, INTERIM GM
920 - 448 -3454
GREEN LINK TRANSIT
1021 S. MAIN ST.
GREENVILLE, SC 29601
MARK RICKARDS, GM
864 - 303 -0150
GREEN MOUNTAIN TRANSIT
6088 VT ROUTE 12
BERLIN, VT 05602
CHRIS COLE, GM
802 - 864 -0629 X 16
GREENSBORO TRANSIT AUTHORITY
320 E. FRIENDLY AVE.
GREENSBORO, NC 27401
BRUCE ADAMS, SR. TRANSIT PLANNER
336 - 412 -6237
3/20/2015
DELIVERY DATE/
SERIAL NUMBERS
JUNE 2004
73217 -73221
73174 -73180
MAY 2011
179996 - 180015
NOV. 2011
180126 - 180130
AUG 2012
180229 - 180233
JAN 2013
180234 - 180248
18 40X102
SEPT. 2008
79475 -79492
8 40X102
SEPT. 2012
180993 - 181100
JUNE 2014
9 35X102
183912 - 183920
10 35X102
JUNE 2011
180265 - 180274
2 35X102
JUNE 2010
177562 - 177563
7 35X102
JULY 2011
179398- 179404
3 35X102
SEPT. 2012
180457 - 180459
1 35X102
JULY 2007
77199
10 35X102 DEC. 2006
77123 -77132
4 35X102 JAN. 2009
176180 - 176183
5 35X102 APRIL 2009
176184 - 176188
29 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
GREENVILLE. NC
22 +90
35X102
PUBLIC WORKS DEPT.
4
35X102
1500 BEATTY ST.
4
29X102
GREENVILLE, NC 27834
1
35X102
STEPHEN MANCUSO, TRANSIT MANAGER
16
35X102
252 - 329 -4047
2
35X102
2
35X102
2 35X102
CITY OF GUADALUPE
918 OBISPO ST. 1 29X102
GUADALUPE, CA 93434
JIM TALBOTT, EXEC. DIRECTOR 1 29X102
805 - 922 -8476
1 40X102
HAMPTON ROADS TRANSIT
3400 VICTORIA BLVD.
22 +90
35X102
HAMPTON, VA 23661
MIKE PEREZ, DIR ROLLING STOCK
4
29X102
757 - 222 -6000 X 6014
16
35X102
15
29X102
10
40X102
40
40X102
29
40X102
7
40X102
3
40X102
9
35X102
7
29X102
HARFORD COUNTY, MD
1807 N. FOUNTAIN GREEN 7 29X102
BEL AIR, MD 21015
WARREN PATRICK,. FLEET MGR
443 - 243 -8000
3/20/2015 30 of 112
DELIVERY DATE/
SERIAL NUMBERS
MAY 2003
73421 -73424
MAY 2005
74118
MARCH 2006
76948 -76949
OCT. 2008
79505 -79506
AUG 2014
183929 - 183930
APRIL 2005
90992
MAY 2007
91298
DEC. 2010
176481
APRIL 1999
70607 -70634
JUNE 2000
90294 -90297
JUNE 2002
72510 -72525
OCT. 2002
90540 -90554
AUG 2004
74425 -74434
FEB. 2007
77621 -77660
JAN. 2008
78514 -78542
AUG 2008
79963 -79969
DEC. 2008
79974 -79976
DEC. 2011
180021 - 180029
JAN 2013
92490 -92496
JAN 2013
92490 -92496
LOW FLOOR CUSTOMER LIST
3/20/2015 31 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
HARRISONBURG, VA
475 E. WASHINGTON ST.
2
35X102
OCT. 2003
HARRISONBURG, VA 22802
71691 -71692
REGGIE SMITH, DIR. OF PUBLIC TRANSP
6
35X102
AUG. 2004
540 - 432 -0496
74281 -74286
6
35X102
AUG 2008
79829 -79834
8
35X102
MARCH 2009
176368 - 176375
4
35X102
JUNE 2011
179981 - 179984
2
35X102
MARCH 2013
181285 - 181286
CITY OF HATTIESBURG
1001 TIPTON ST.
2
29X102
SEPT. 2007
HATTIESBUR, MS 39401
91394 -91395
VINCENT NELMS, DIVISION MGR
601 - 545 -4670
HAZLETON PUBLIC TRANSIT
40 N. CHURCH ST.
2
29X102
OCT. 2006
HAZLETON, PA 18201
90947 -90948
ROBERT FIUME, DIRECTOR
1
29X102
NOV. 2009
570 - 459 -5414
91810
2
29X102
MARCH 2012
92361 -92362
HERTZ CORPORATION
225 BRAE BLVD.
150
40X102
SEPT. 1997
PARK RIDGE, NJ 07656 -0713
70001 -70151
JACK ENG, MGR. BUS PROGRAMS
21
40X102
JUNE 1999
201 - 307 -2142
70411 -70412
70415,417 -418
70426 -436
70438 -456
70482 -487
70492 -499
70502, 70516
70522
71232 -71239
15
29X102
90455 -90464 & 90645 -90649
5
35X102
FEB. 2005
74607 -74611
NOV. 2010 - SEPT. 2011
94
40X102
179204 - 179299
JULY 2012
2
40X102
181895 - 181896
3
40x102
JUNE 2013
182878- 182880
3/20/2015 31 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
HILLSBOROUGH AREA REGIONAL TRANSIT
4305 E. 21ST. AVE.
TAMPA, FL 33605
PHILLIP HALE, DIR. OF MAINTENANCE
813 - 623 -5835 X 196
HONOLULU, CITY OF
811 MIDDLE ST.
HONOLULU, HI 96813
RICK HARDY, VP MAINTENANCE
808 - 848 -4448
CITY OF HOT SPRINGS
100 BROADWAY TERR
HOT SPRINGS, AR 71901
BOB REDDISH, RESIDENT ADVISOR
501 - 321 -2020
HOUSATONIC AREA REG. TRANSIT
62 FEDERAL RD
DANBURY, CT 78408 -417
ERIC BERGSTRAESSER, CEO
203 - 744 -4070 X 132
HOUSTON AIRPORT SYSTEM
16930 JOHN F. KENNEDY BLVD.
HOUSTON, TX 77032
DAVE DAVENPORT, GM
DELIVERY DATE/
# UNITS SIZE SERIAL NUMBERS
16
35X102
FEB. 1999
70468 -70481
70631 -70632
17
29X102
JULY 2000
90252 -90266
90292 -90293
20
40X102
NOV. 2000
90387 -90403
11
40X102
MARCH 2002
73025 -73033 & 73098
10
29X102
MARCH 2003
90765 -90774
13
40X102
JUNE 2003
73570 -73582
11
40X102
APRIL 2004
74386 -74397
5
40X102
NOV. 2004
74848 -74752
12
40X102
NOV. 2005
76490 -76501
12
40X102
APRIL 2006
76886 -76896
5
29X102
JUNE 2007
91258 -91262
30
40X102
SEPT.2009
177170 - 177199
29
40X102
MARCH 2010
178008 - 178036
12
40X102
SEPT. 2013
182720 - 182731
3 40X102 SEPT. 1998
70604 -70606
55 40X102 DEC. 2003-FEB. 2004
74182 -74236
1 29X102 JAN. 2009
91667
OCT. 2007
10 35X102 78408 -78417
SEP 2014
10 35X102 182389 - 182398
2 35X102 182399 - 182400
26
3/20/2015 32 of 112
JAN. 2003
40X102 72150 -72175
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
713 - 233 -1019
3/20/2015 33 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS SIZE
HOUSTON RAC
17340 RENTAL CAR AVE 28 40X102
HOUSTON, TX 77032
DAVE DAVENPORT, GM (FIRST TRANSIT)
281 - 233 -1019
DELIVERY DATE/
SERIAL NUMBERS
SEP 2014 - JAN 2015
184660 - 184687
HOWARD CO. GOVERNMENT
9007 MARSHALL AVE.
3
35X102
JANUARY 2011
LAUREL, MD 20707
178500 - 178502
FRED BAUMGARDNER, SERV QUALITY MGR
301 - 497 -5415 X 202
HUMBOLDT TRANSIT AUTHORITY
133 "V" ST.
3
35X102
OCT. 2009
EUREKA, CA 95501 -0844
176019 - 176021
NELEEN FREGOSO, GM
2
40X102
MARCH 2011
707 - 443 -0826
IDM
30022 BEVERLY RD
6
40X102
FEB. 2005
ROMULUS, MI 48174
74931 -74937
CHUCK COVINGTON, PRES. & CEO
734 - 467 -7000
INDIANA UNIVERSITY
120 W. GRIMES LANE
18 +8
40X102
DEC. 1998
BLOOMINGTON, IN 47401
70236 -70253
PERRY MAULL, OPS MGR
2
40X102
JUNE 2002
812 - 855 -8384
71694 -71694
4
40X102
JUNE 2005
75043 -75046
INDIANAPOLIS PTC
1501 W. WASHINGTON ST.
MAR - JUNE 2000
INDIANAPOLIS, IN 46222
25
29X102
90362 -90386
TREVOR O'COCK, OPS MGR
OCT - DEC 2000
317 - 635 -2100
25
35X102
72340 -72634
FEB - MAR 2001
25
40X102
72559 -72583
SEPT. 2003
24
40X102
72594 -72617
JAN. 2008
10
40X102
79380 -79389
AUG 2014
3
40X102
184551 - 184553
DEC 2014 - JAN 2015
10
40X102
184564 - 184573
3/20/2015 34 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
INTERCITY TRANSIT
2
29X102
526 S. PATTISON ST.
12
40X102
OLYMPIA, WA 98507 -0659
MICHAEL HARBOUR, GM
8
35X102
360 - 786 -8585
1200 S. RIVERSIDE DR.
4
35X102
IOWA CITY, IA 52245
4
35X102
OLYMPIA, CONT'D
319 - 356 -5154
4
29X102
ISABELLA COUNTY TRANSPORTATION
5
35X102
2700 E. TRANSPORTATION DR.
5
40X102
MT. PLEASANT, MI 48858
8
29X102
JANICE L. BAUMAN, GM
23
40X102
989 - 773 -2913
2
40X102
INTERURBAN TRANSIT PARTNERSHIP
300 ELLSWORTH SW
13
40X102
GRAND RAPIDS, MI 49503
STEVE SCHIPPER, MAINT. MGR.
9
40X102
616 - 456 -7514 X 1216
14
40X102
2
40X102
7
40X102
7
40X102
8
40X102
25
35X102
12
40X102
INTRACITY TRANSIT
100 BROADWAY TERRACE
2
29X102
HOT SPRINGS, AR 71901
BOB REDDISH, RESIDENT ADVISOR
501 - 321 -2020
IOWA CITY TRANSIT
1200 S. RIVERSIDE DR.
6
40X102
IOWA CITY, IA 52245
CHRIS O'BRIAN, TRANSIT MGR
319 - 356 -5154
ISABELLA COUNTY TRANSPORTATION
2700 E. TRANSPORTATION DR.
3
29X102
MT. PLEASANT, MI 48858
JANICE L. BAUMAN, GM
1
29X102
989 - 773 -2913
3/20/2015 35 of 112
DELIVERY DATE/
SERIAL NUMBERS
JULY 1998
701170 -70181
JULY 2004
70833 -70840
FEB. 2005
75106 -75109
JULY 2005
75256 -75259
NOV. 2005
91095 -91098
DEC. 2005
76509 -76513
DEC. 2007
78390 -78394
91376 -91383
AUG 2012
181052 - 181072
182005 - 182006
OCT. 2004
74850 -74862
AUG. 2005
76477 -76485
AUG 2006
77133 -77146
MARCH 2007
77595 -77596
AUG 2007
78093 -78099
FEB. 2008
78781 -78787
JAN. 2009
78788 -78795
SEPT.2009
176834 - 176858
NOV. 2011
180089 -18100
AUG 2010
JUNE 2007
77476 -77481
MARCH 2004
90740 -90742
AUG. 2004
90743
LOW FLOOR CUSTOMER LIST
3/20/2015 36 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
ISLAND TRANSIT
PO BOX 1735
2
40X102
APRIL 2009
COUPEVILLE, WA 98239
79441 -79442
DENNIS CARTER, MAINT. MGR
4
40X102
JANUARY 2011
360 - 678 -3949
178545 - 178548
JACKSON PUBLIC TRANSPORTATION CO.
1025 TERRY RD.
4
40X102
FEB. 2006
JACKSON, MS 39207 -2809
76677 -76680
NATE ROBINSON, DIR OF MAINT
8
35X102
OCT. 2006
601 - 948 -7140
77414 -77421
JACKSON, TOWN OF
PO BOX 1687
2
29X102
JUNE 2009
JACKSON, WY 83001
91424 -91425
STEVE AINSLIE, OPER MGR
5
40X102
OCT. 2009
307 - 733 -4521
176955 - 176959
2
29X102
MAY 2011
92196 -92197
1
40X102
OCT. 2012
180507
SEP 2014
1
40X102
183550
JACKSON TRANSIT AUTHORITY
241 E. DEADRICK ST.
JUNE 2009
JACKSON, TN 38301
1
29X102
91431
CHARLES E. SMITH, MAINT. MGR
JUNE 2010
731 - 423 -0200 X 108
1
29X102
91932
APRIL 2012
1
29X102
92400
NOV 2014
1
29X102
92646 -92647
JACKSON TRANSPORTATION AUTHORITY
2350 E. HIGH ST.
1
35X102
SEPT. 2008
JACKSON, MI 49203
79455
OLIVER LINDSAY, ADMIN DIRECTOR
1
40X102
77893
517 - 780 -3780
5
29X102
91636 -91640
4
35X102
JUNE 2010
177316 - 177319
2
35X102
MARCH 2012
178137 - 178138
3/20/2015 36 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
JACKSONVILLE TRANSPORTATION AUTHORITY
1
29X102
100 N. MYRTLE AVE.
17
40X102
JACKSONVILLE, FL 32203
25
35X102
LISA DARNALL, COO
21
40X102
904 - 630 -3181
4
29X102
JOHNSON CO. TRANSIT
22
40X102
3 29X102
6 40X102
14 40X102
13 40X102
6 40X102
10 40X102
JEFFERSON CITY
820 E. MILLER ST. 5 35X102
JEFFERSON CITY, MO 65101
RICHARD TURNER SR., TRANSIT DIV. DIR. 3 35X102
573 - 634 -6599
2 29X102
JEFFERSON PARISH
OCT. 1998
90 FIRST ST.
1
29X102
GRETNA, LA 70053
17
40X102
ORLANDO PIERRE, GM
71081 -71083
504 - 367 -0519
8
40X102
73655 -73659
4
29X102
JOHNSON CO. TRANSIT
76681 -76684
4 35X102
1701 WEST 56 HWY
3
40X102
OLATHE, KS 66061
ALICE AMREIN, TRANSP. DIRECTOR
9
40X102
913 - 782 -2210
4
40X102
4
40X102
KALAMAZOO, CITY OF
241 W. SOUTH ST.
KALAMAZOO, MI 49007 -4796
ROB BRANCH, MAINT DIRECTOR
616 - 337 -8020
DELIVERY DATE/
SERIAL NUMBERS
MARCH 2004
73476 -73500
74790 -74810
JUNE 2007
77551 -77572
JAN. 2008
91478 -91480
APRIL 2009
79398 -79403
APRIL 2010
177785 - 177798
SEPT. 2011
179447 - 179459
JUNE 2013
181751 - 181756
OCT 2014
183988 - 183997
JUNE 2005
74542 -74546
SEPT.2006
76413 -76415
FEB. 2012
92117 -92118
MAY 2010
177934 - 177950
AUG 2012
181173 - 181180
APRIL 2013
92426 -92429
AUG 2007
78260 -78262
AUG 2009
176922 - 176930
JUNE 2011
179432 - 179435
FEB. 2013
181855 - 181858
6 35X102
OCT. 1998
70339 -70344
5 40X102
JUNE 2000
71076 -71080
3 35X102
JUNE 2000
71081 -71083
5 35X102
AUG 2003
73655 -73659
4 40X102
MARCH 2006
76681 -76684
4 35X102
FEB. 2008
78438 -78441
3/20/2015 37 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 38 of 112
SIZE
35X102
DELIVERY DATE/
SERIAL NUMBERS
MARCH 2009
78442 -78448
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
KANAWHA VALLEY RTA
1550 FOURTH AVE.
2
29X102
SEPT. 2009
CHARLESTON, WV 25324
91753 -91754
DENNIS DAWSON, GM
8
35X102
176971 - 176978
304 - 343 -3840
JAN 2014
5
29X102
92582 -92586
6
35X102
181972 - 181977
K.C.A.T.A.
1200 E. 18TH ST.
1
40X102
MARCH 2000
KANSAS CITY, MO 64108
70346
WALT WOODWARD, DIR. OF MAINT
1
29X102
AUG 1999
816 - 346 -0308
90281
17
40x102
SEPT. 2002
73367 -73383
26
40x102
APRIL 2003
73105 -73130
19
40x102
JUNE 2004
73994 -74012
12
40x102
JUNE 2005
76072 -76083
1
40x102
DEC. 2005
76326
19
40x102
FEB. 2006
76538 -76556
8
40x102
MARCH 2007
78073 -78080
10
29X102
MARCH 2007
91332 -91341
17
29X102
MAY 2008
91521 -91537
7
40X102
FEB. 2010
176165 - 176171
6
40X102
177521 - 177526
MARCH 3011
6
40X102
180042 - 180047
APRIL 2011
22
29X102
92301 -92322
SEPT. 2012
12
29X102
92551 -92562
KANSAS CITY INT'L AIRPORT
936 TEL AVIV AVE.
20
40X102
MARCH 2007
KANSAS CITY, MO 64153
77063 -77082
ED MURPHY, CHAIRMAN
KENOSHA TRANSIT
3735 65TH ST.
8
29X102
AUG. 2004
KENOSHA, WI 53142
90917 -90924
RON IWEN, GM
4
35X102
74129 -74132
262 - 653 -4291
MARCH 2005
9
35X102
74900 -74908
JULY 2009
4
40X102
177000 - 177003
JULY 2010
5
35X102
178535 - 178539
3/20/2015
39 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
JAN 2012
40X102 179308 - 179310
3/20/2015 40 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS SIZE
KETCHIKAN GATEWAY BOROUGH
344 FRONT ST.
KETCHIKAN, AK 99901
MIKE BRANCO
907 - 228 -6675
KEYLINE TRANSIT
2401 CENTRAL AVE.
DUBUQUE, IA 52001
BARBARA MORCK, DIR OF TRANSIT OPS
563 - 589 -4341
KEY WEST
PO BOX 1078
KEY WEST, FL 33040
MYRA HERNANDEZ
305 - 292 -8162
CITY OF KINGSTON
17 HOFFMAN ST.
KINGSTON, NY 12401
TONI ROSER, TRANSP. SUPERINTENDENT
845 - 331 -3725
KITSAP TRANSIT
200 CHARLESTON BLVD.
BREMERTON, WA 98312
COLBY SWANSON, VEHICLE MAINT. DIR.
360 - 478 -6229
CITY OF KNOXVILLE
1135 MAGNOLIA AVE.
KNOXVILLE, TN 37917
SI MCMURRAY, CHIEF MAINT. OFFICER
865 - 215 -7803
LA CROSSE MUNICIPAL TRANSIT UTILITY
2000 MARCO DR.
LA CROSSE, WI 54601
KEITH CARLSON, MANAGER
608 - 789 -7350
LA CROSSE, CONT'D
3/20/2015
4 29X102
2 29X102
4 35X102
4
7
2
2
2
2
10
5
5
4
4
6
6
6
2
5
4
7
5
41 of 112
29X102
29X102
35X102
35X102
35X102
35X102
35X102
40X102
40X102
35X102
35X102
35X102
35X102
35X102
40X102
35X102
35X102
35X102
35X102
DELIVERY DATE/
SERIAL NUMBERS
MARCH 2008
91446 -91449
DEC. 2011
92351 -92352
JUNE 2011
179460 - 179463
JUNE 2001
90408 -90411
JULY 2003
90684 -90690
JUNE 2008
78331 -78332
AUG 2007
78317 -78318
JUNE 2011
178405 - 178406
JUNE 2003
73522 -73523
JULY 2004
74091 -74100
74106 -74110
JUNE 2005
74111 -74115
74101 -74105
NOV. 2008
79725 -79728
JANUARY 2011
179524- 179529
JULY 2011
179530 - 179536
MAY 2012
180433 - 180438
MARCH 2013
181712 - 181713
181729 - 181733
AUG 2001
72548 -72551
APRIL 2002
72270 -72276
JULY 2007
78154 -78158
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS SIZE
LAFAYETTE TRANSIT SYTEM
100 LEE AVE. 4 35X102
LAFAYETTE, LA 70502
MIKE MITCHELL, TRANSIT SUPERVISOR 4 35X102
337 - 291 -8571
1 35X102
3 35X102
LAKELAND AREA MASS TRANSIT DISTRICT
1212 GEORGE JENKINS BLVD.
LAKELAND, FL 33801
5 +5
35X102
TOM PHILLIPS, TRANSIT DIRECTOR
941 - 688 -7433
1
35X102
1
35X102
LAKETRAN
555 LAKESHORE BLVD.
4
29X102
PAINESVILLE, OH 44077
TERRI GOODSON, PROCUREMENT/GRANTS
440 - 350 -1007
LANE TRANSIT DISTRICT
PO BOX 7070
14 +50
40X102
EUGENE, OR 97402
RON BERKSHIRE, DIR OF MAINTENANCE
5
40X102
541 - 862 -6163
18
40X102
4
40X102
1
40X102
20
40X102
LANTA
1060 LEHIGH ST.
4
40X102
ALLENTOWN, PA 18103
RANDY FLYTE, MATERIALS & MAINT. SUP.
4
35X102
610 - 435 -5739
EATS
611 SW BISHOP RD
4
29X102
LAWTON, OK 73502
STEVE SHERRER
580 - 248 -5252 X 101
LARSEN COUNTY TRANSIT AUTHORITY
701 -980 JOHNSTONVILLE RD
1
40X102
SUSANVILLE, CA 96130
DELL DONOHO, GM
530 - 252 -7433
3/20/2015 42 of 112
DELIVERY DATE/
SERIAL NUMBERS
SEPT. 2004
74013 -74016
JUNE 2005
75235 -75238
SEPT.2007
78449
NOV. 2008
79725 -79728
MARCH 1999
70463 -70467
JAN. 2012
178142
DEC 2014
183846
JUNE 2010
92054 -92057
AUG 1998
70254 -70267
AUG 1999
70597 -70601
MAY 2003
73060 -73077
AUG 2002
73441 -73444
JULY 2005
75244
JAN. 2007
77500 -77519
OCT. 2006
77119 -77122
77115 -77118
AUG 2010
92241 -92244
JUNE 2010
177581
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
LASSEN CO. TRANSIT AUTHORITY
707 NEVADA ST., STE 4
1
40X102
AUG 2012
SUSANVILLE, CA 96130
181600
DAN DOUGLAS, TRANSIT PLANNER
530 - 251 -8306
LAVTA
1362 RUTAN CRT, SUITE 100
10
29X102
NOV. 2003
LIVERMORE, CA 94551
90746 -90755
SYLVIA COX, DIR OF PLANNING
24
40X102
SEPT. 2003
925 - 455 -7555
73703 -73726
2
29X102
JUNE 2007
91288 -91289
LAWTON AREA TRANSIT SYSTEM
611 SW BISHOP AVE.
2
29X102
DEC. 2011
LAWTON, OK 73501
92292 -92293
GARY RUSHING, GM
1
29X102
OCT. 2012
580 - 248 -5252 X 102
92326
LEBANON, COUNTY OF
200 WILLOW ST.
1
29X102
AUG 2007
LEBANON, PA 17046
91375
TERI GIURINTANO, EXEC. DIRECTOR
2
29X102
APRIL 2009
717 - 274 -3664 X 120
91642 -91643
JUNE 2010
2
40X102
177534 - 177535
2
29X102
92025 -92026
OCT. 2010
1
29X102
92207
LEE COUNTY TRANSIT
10715 E. AIRPORT RD.
7
35X102
MAY 2002
FT. MYERS, FL 33907
73341 -73347
STEVE MYERS, GM
2
35X102
JAN. 2007
941 - 277 -5008
77096 - 770979
3
35X102
JAN. 2010
176749 - 176751
7
35X102
APRIL 2010
177759 - 177765
LEXTRAN
109 W. LOUDEN
AUG. 2004
LEXINGTON, KY 40508
6
40X102
74642 -74647
MICHAEL NAGY, DIR. OF MAINTENANCE
NOV. 2005
859 - 913 -7769
5
40X102
76462 -76466
AUG 2007
9
40X102
78176 -78184
DEC 2007
8
40X102
78861 -78868
OCT 2009
1
29X102
91854
MAY 2011
5
29X102
92141 -92145
SEP 2012
1
40X102
181246
APR 2014
1
40X102
184243
3/20/2015 43 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
DEC 2014
40X102 185099 - 185100
3/20/2015 44 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
LINK TRANSIT
2700 EUCLID AVE.
4
29X102
WENATCHEE, WA 98801
TODD DANIEL, MAINT. MGR.
4
29X102
509 - 663 -1342
3
40X102
8
40X102
3
35X102
LOUDOUN COUNTY
1 HARRISON ST
5
40X102
LEESBURG, VA 20177 -7000
NANCY GOURLEY
703 - 737 -8384
CITY OF LOVELAND
410 E. FIFTH ST.
1
35X102
LOVELAND, CO 80537
MARCY ABREO, TRANSIT MGR
2
35X102
970 - 962 -2743
100 HALE ST. 8 29X102
LOWELL, MA 01852
TOM HENDERSON, DEPUTY ADMIN. 3 29X102
978 - 459 -0164 X 210
7 40X102
5 35X102
6 35X102
LUZERNE COUNTY
315 NORTHAMPTON ST. 5 35X102
KINGSTON, PA 18704
HAROLD E. EDWARDS, EXEC. DIR. 2 35X102
717 - 288 -9356
LYNX 2 35X102
445 W. AMELIA ST., STE 800
ORLANDO, FL 32801 5 29X102
DAVID BURNETT, MAINT. MGR
407 - 841 -2279 5 35X102
30 40X102
3 29X102
2 35X102
4 40X102
16 40X102
5 35X102
3/20/2015 45 of 112
DELIVERY DATE/
SERIAL NUMBERS
NOV. 2004
90611 -90614
JULY 2005
91030 -91033
APRIL 2007
78270 -78272
SEPT. 2008
78543 -78550
78551 -78553
FEB 2014
184124- 184128
APRIL 2009
78338
DEC. 2010
176330 - 176331
FEB. 2005
90964 -90971
NOV. 2005
91100 -91102
FEB. 2007
77534 -77540
OCT. 2007
78200 -78204
DEC. 2008
79321 -79326
DEC. 1998
70351 -70355
OCT. 2009
176623 - 176624
DEC. 2009
176623 - 176624
JULY 2005
90113 -90117
SEPT.2006
77380 -77384
77350 -77379
MAY 2007
91239 -91240
78174 -78175
JUNE 2007
77929 -77932
AUG 2007
77933 -77948
77979 -77983
OCT. 2007
LOW FLOOR CUSTOMER LIST
fE1 ®►1 I W
3/20/2015 46 of 112
SIZE
29X102
40X102
DELIVERY DATE/
SERIAL NUMBERS
91462 -91470
78185 -78189
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS
SIZE
LYNX CONT'D
TRANSPORTATION AUTHORITY
22
40X102
9
35X102
1
29X102
10
40X102
11
40X102
1
35X102
11
40X102
5
40X102
MACATAWA AREA EXPRESS
40X102
11
TRANSPORTATION AUTHORITY
4
29X102
171 LINCOLN, STE 20
40X102
13
HOLLAND, MI 49423
18
40X102
LINDA LEFEBRE, COORDINATOR
616 - 928 -2486
MACOMB, IL (GO WEST TRANSIT)
1 UNIVERSITY CIRCLE
3
35X102
MACOMB, IL 61455
JUDE KIAH, DIRECTOR
3
40X102
309 - 298 -3553
1
35X102
MADISON COUNTY METRO
EAST MASS TRANSIT
24
29X102
ONE TRANSIT WAY
GRANITE CITY, IL
4
35X102
JERRY KANE, EXEC DIRECTOR
22
40X102
618 - 874 -7433
14
40X102
13
40X102
13
29X102
MADISON TRANSIT
1101 E. WASHINGTON ST.
15
40X102
MADISON, WI 58703
CHUCK KAMP, TRANSIT MGR.
3
40X102
608 - 266 -4739
22
40X102
11
40X102
14
40X102
13
40X102
13
29X102
18
40X102
3/20/2015 47 of 112
DELIVERY DATE/
SERIAL NUMBERS
JULY 2008
78901 -78922
AUG 2008
78923 -78931
91623
NOV. 2010
177907 - 177916
OCT. 2012
179679 - 179689
OCT. 2013
183004
JULY 2013
182987- 182997
MARCH 2014
183 -14- 183018
MAY 2010
91942 -91945
MARCH 2004
73741 -73743
73744 -73746
MARCH 2010
176602
JANUARY 2011
92001 -92024
178105 - 178108
177607- 177628
JUNE 2012
180877 - 180890
DEC. 2012
182110 - 182122
92460 -92472
MARCH 2004
74408 -74422
FEB. 2005
74765 -74767
MARCH 2009
176032 - 176053
JUNE 2009
176112 - 176122
OCT. 2011
180104 - 180117
DEC. 2012
182110 - 182122
92420 -92472
JAN 2014
183871 - 183881
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
MANCHESTER TRANSIT AUTHORITY
5
29X102
JUNE 2004
110 ELM ST.
6
29X102
JUNE 2006
MANCHESTER, NH 03101 -2799
4
35X102
91147 -91152
DAVID SMITH, EXEC. DIRECTOR
3
29X102
JULY 2007
603 - 623 -8801
91351 -91353
905 E. MAIN ST.
3
29X102
AUG 2008
MARSHALLTOWN, IA 50158
91613 -91615
MANKATO, CITY OF
1
29X102
MAY 2010
PO BOX 3368
MARCH 2009
MANKATO, MN 56001
1
40X102
176572
MARK ANDERSON, MASS TRANSIT SUPER
FEB. 2010
507 - 387 -8655
3
35X102
177766 - 177768
MAY 2012
MASON CO. TRANSPORTION AUTHORITY
1
35X102
180483
790 E JOHNS PRAIRIE RD.
3
35X102
SEP 2014
SHELTON, WA 98584
3
40X102
185896 - 185398
MAPLE GROVE, CITY OF
1
35X102
MARCH 2013
PO BOX 1180
3
40X102
MARCH 2013
MAPLE GROVE, MN 55311
181509 - 181511
MICHAEL OPATZ, TRANSP. COORDINATOR
763 - 494 -6005
MARBLE VALLEY RTD
158 SPRUCE ST.
5
35X102
MAY 2007
RUTLAND, VT 05701
77889 -77892
BENNY HUGHES, FLEET MGR
3
29X102
AUG 2008
91626 -91628
2
29X102
AUUST 2009
91766 -91767
MARCH 2011
4
29X102
92228 -92231
MARCH 2014
8
29X102
92662 -92669
MARITIME METRO TRANSIT
2655 S. 35TH ST.
5
29X102
JUNE 2004
MANITOWOC, WI 54220
90640 -90655
KEVIN GLAESER
4
35X102
JUNE 2005
920 - 683 -4550
74621 -74624
MARSHALLTOWN MUNICIPAL TRANSIT
905 E. MAIN ST.
1
29X102
MARCH 2009
MARSHALLTOWN, IA 50158
91423
RICHARD STONE, TRANSIT ADMIN
1
29X102
MAY 2010
641 - 754 -5719
91968
1
29X102
FEB 2012
92388
1
29X102
AUG 2013
92418
MASON CO. TRANSPORTION AUTHORITY
790 E JOHNS PRAIRIE RD.
3
35X102
JANUARY 2011
SHELTON, WA 98584
176683 - 176685
MIKE OLIVER, MAINT. MANGER
1
35X102
MARCH 2013
360 - 427 -5033 X 113
181880
3/20/2015 48 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
3/20/2015 49 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
CITY OF MCALLEN TRANSIT
7
29X102
MARCH 2011
1501 W. BUSINESS HWY 83, STE 100
7
35X102
JANUARY 2011
MCALLEN, TX 78501
7
40X102
176482 - 176488
MARIO DELGADO, TRANSIT MANAGER
3
35X102
MARCH 2014
956 - 681 -3501
7
40X102
183301 - 183303
McCARRAN INT'L AIRPORT
181558 - 181564
PO BOX 11005
10
40X102
JAN. 2008
LAS VEGAS, NV 89111 -1005
3
29X102
78593 -78602
ED HOYING, LANDSIDE OPS
90861 -90863
702 - 261 -5033
2
29X102
JUNE 2005
MEMPHIS ATA
90864 -90865
1370 LEVEE RD
20
40X102
OCT. 2003
MEMPHIS, TN 38108 -1011
3
35X102
73154 -73173
GLEN LOCKHART, DIR OF MAINT
4
29X102
AUG 2007
901 - 722 -7184
7
35X102
90836 -90839
978 - 469 -1251
8
29X102
JUNE 2010
8
35X102
91957 -91964
SEPT. 2010
20
40X102
178377 - 178396
MENDOCINO TRANSIT AUTHORITY
JAN 2012
241 PLANT RD
3
40X102
NOV 2013
UKIAH, CA 95482
182780 - 182782
DAN BAXTER, TRANSP. MANAGER
DEC. 2009
707 - 234 -6446
15
40X102
177450 - 177464
MERCED COUNTY TRANSIT
369 W. 18TH ST.
7
29X102
MARCH 2011
MERCED, CA 95340
92165 -92171
RICHARD GREEN, PROGRAM MANAGER
7
40X102
JAN. 2013
181558 - 181564
7
40X102
JAN 2013
181558 - 181564
MERRILL, CITY OF
1004 E. FIRST ST.
3
29X102
JULY 2004
MERRILL, WI 54452
90861 -90863
RICHARD GRENFELL, TRANSIT ADMIN.
2
29X102
JUNE 2005
715 - 536 -7112
90864 -90865
MERRIMACK VALLEY RTA
65 RAILROAD AVE.
3
35X102
JUNE 2007
HAVERHILL, MA 01835
78159 -78161
JOSEPH COSTANZO, ADMINISTRATOR
7
35X102
MAY 2009
978 - 469 -1251
177646 - 177652
8
35X102
JUNE 2011
177064 - 177065
8
35X102
180201 - 180208
JAN 2012
5
35X102
180209 - 180213
MET COUNCIL - ANOKA
390 ROBERT ST. NORTH
DEC. 2009
ST. PAUL, MN 5 5101-18 05
15
40X102
177450 - 177464
3/20/2015 50 of 112
ALEX CURTISS
651 - 602 -1487
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
31
3/20/2015 51 of 112
AUG 2010
40X102 79088 -79118
JANUARY 2011
29X102 91898 -91905
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS SIZE
MET COUNCIL- BLAINE
515 N. CLEVELAND AVE.
ST. PAUL, MN 5 5114-18 78
ALEX CURTIS, MGR FLEET SERVICES
651 - 602 -1487
MET COUNCIL - PLYMOUTH
3204 COMO AVE.
MINNEAPOLIS, MN 55414
ALEX CURTISS
651 - 602 -1487
MET COUNCIL - ST. PAUL
390 NORTH ROBERT STREET
ST. PAUL, MN 5 5101-18 05
ALEX CURTISS
651 - 602 -1487
MET TRANSIT
PO BOX 1178
BILLINGS, MT 59103
RONALD WENGER, TRANSIT MGR
406 - 657 -8221
METRA
PO BOX 1340
COLUMBUS, GA 31902 -1340
THOMAS TAYLOR, MAINT. MANAGER
706 - 653 -4409
METRO AREA TRANSIT
402 N. 23RD ST.
FARGO, ND 58102
HAROLD PETERSON, FLEET SERV MGR
701 - 241 -1460
METRO AREA TRANSIT (MAT)
2222 CUMING ST.
OMAHA, NE 68102
CURT SIMON, DIR. OF OPERATIONS
METRO COUNCIL MEARS PARK CENTER
(TWIN CITIES)
230 E. FIFTH ST.
ST. PAUL, MN 55101
BRUCE DREIER
651 - 602 -1708
3/20/2015
DELIVERY DATE/
SERIAL NUMBERS
5 40X102 JAN 2013
181096 - 181100
2 40X102
MARCH 2011
79233 -79234
2 40X102
SEPT. 2013
183169 - 183170
8 29X102
MAY 2009
91822 -91829
4 29X102
JULY 2014
16 29X102
92701 -92716
2 35X102 MAY 2011
177064 - 177065
3 35X102
MAY 2008
76350 -76352
3 35X102
MAY 2009
176429 - 176431
3 29X102
MARCH 2002
90482 -90484
4 29X102
MAY 2004
90680 -90683
19 35X102
DEC. 2000
71695 -71713
18 40X102
AUG 2000
71715 -71732
8 40X102
OCT. 2009
176752 - 176759
13 29X102
DEC. 2002
90665 -90677
5 40X102
FEB. 2004
74270 -74274
6 29X102
AUG 2004
90926 -90931
52 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
METRO RTA
416 KENMORE BLVD.
AKRON, OH 44301
DEAN HARRIS, DIR. OF FINANCE
330 - 564 -2264
METRO TRANSIT
2000 S. MAY AVE
OKLAHOMA CITY, OK 73108
JIM MEEKS, DIR. OF PROCUREMENT
METROPOLITAN COUNCIL
515 N. CLEVELAND AVE.
ST. PAUL, MN 55114
ROB MILLESON, DIR. OF MAINTENANCE
612 - 349 -5008
METROPOLITAN EVANSVILLE TRANSIT SYSTEM
601 JOHN ST.
EVANSVILLE, IN 47113
JONATHAN SIEBEKING
812 - 435 -6168
METROPOLITAN TRANSIT AUTHORITY
130 NESTOR ST.
NASHVILLE, TN 37210
BOB BAULSIR, ASST. GM
615 - 862 -6178
# UNITS
SIZE
9
40X102
5
35X102
2
35X102
2
35X102
4
40X102
10
40X102
6
40X102
DELIVERY DATE/
SERIAL NUMBERS
JAN. 2006
76832 -76840
FEB. 2007
77056 -77060
MAY 2007
78263 -78264
DEC. 2007
78891 - 788892
MAY 2009
176819 - 176820
APRIL 2010
177661 - 177670
MARCH 2011
179467- 1769472
2 40X102 MAY 2013
180986 - 180987
25 40X102 MAY 2004
74245 -74269
24 40X102 JUNE 2006
76557 -76580
3/20/2015 53 of 112
SEPT. 2003
3
40X102
73595 -73597
MAR -NOV 2008
87
40X102
79001 -79087
AUG 2010
30
40X102
791191 -79148
DEC. 2011
5
40X102
179127 - 179131
MAY 2012
23
40X102
179636 - 179658
JUNE 2012
17
40X102
180648 - 180664
JULY 2012
13
40X102
180698 - 180710
MAY 2013
30
40X102
182571 - 182600
JULY 2013
21
40X102
182601 - 182621
NOV 2013
24
40X102
182622 - 182645
DEC 2013 - JULY 2014
75
40X102
184301 - 184375
4
29X102
JUNE 2006
91159 -91162
1
29X102
APRIL 2014
92547
25 40X102 MAY 2004
74245 -74269
24 40X102 JUNE 2006
76557 -76580
3/20/2015 53 of 112
LOW FLOOR CUSTOMER LIST
# UNITS
SIZE
2
40X102
2
35X102
25
40X102
3/20/2015 54 of 112
DELIVERY DATE/
SERIAL NUMBERS
DEC. 2009
177506 - 177507
AUG 2010
178143 - 178144
FEB. 2011
179751 - 179775
LOW FLOOR CUSTOMER LIST
CUSTOMER
METROPOLITAN TRANSIT AUTHORITY
OF BLACK HAWK COUNTY
1515 BLACK HAWK ST.
WATERLOO, IA 50702
MARK LITTLE, GM
319 - 234 -5714
METROPOLITAN TULSA TRANSIT
510 S. ROCKFORD
TULSA, OK 74120
RANDY CLOUD, DIR. OF MAINT.
918 - 560 -5619
METROPOLITAN WASHINGTON AIRPORTS
AUTHORITY
RONALD REGAN WASH NAT'L AP MA -420
WASHINGTON, DC 20001 -6000
MIKE QUINN, FLEET MAINT. MGR.
703 - 572 -3960
MIAMI DADE AVIATION DEPT.
4300 NW 14TH ST.
MIAMI, FL 33126
CARLOS CHANGE, BUYER
305 - 869 -3010
MID MON TRANSIT AUTHORITY
1300 MCKEAN AVE.
CHARLEROI, PA 15022
RITA ROSSO, ASST. DIRECTOR
724 - 489 -0880
MIDDLETOWN AREA TRANSIT
540 MAIN ST.
MIDDLETOWN, CT 06475
THOMAS CHEESEMAN, TRANSIT ADMIN.
860 - 346 -0212
MIDDLETOWN TRANSIT
1219 HOOK DR
MIDDLETOWN, OH 45042 -1901
KEITH BACK, GARAGE SUPERINTENDENT
513 - 727 -3643
MILWAUKEE COUNTY TRANSIT SYSTEM
COUNCIL TRANSIT OPERATIONS
515 N. CLEVELAND AVE.
ST. PAUL, MN 55114
VINCE PELLIGRIN, DIR. OF MAINTENANCE
# UNITS
1
2
3
1
3
10
15
10
8
3
3
5
2
6
SIZE
35X102
29X102
29X102
29X102
35X102
35X102
40X102
29X102
29X102
40X102
29X102
40X102
35X102
40X102
4 29X102
3 35X102
6 29X102
3 29X102
5
3/20/2015 55 of 112
40X102
DELIVERY DATE/
SERIAL NUMBERS
APRIL 2009
176953
91685 -91686
MARCH 2012
92372 -92374
FEB 2013
92448
JUNE 2005
74914 -74916
JUNE 2005
76441 -76450
76426 -76440
FEB. 2005
90972 -90981
SEPT.2007
91386 -91393
JAN. 2009
176175 - 176177
FEB 2012
92327 -92329
NOV 2014
184546 - 184550
JUNE 2004
112453 - 112454
APRIL 2009
79404 -79409
OCT. 2002
90585 -90588
DEC. 2003
71265 -71267
JULY 2002
90489 -90494
JUNE 2012
92263 -92265
APRIL 2002
72850 -72854
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
612 - 349 -5000
3/20/2015 56 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
MINNESOTA VALLEY TRANSIT AUTHORITY
1 29X102
90495
100 E. HWY 13
12
40X102
BURNSVILLE, MN 55337
2 29X102
OCT. 2009
MICHAEL ABEGG, PLANNER
9
40X102
952 - 882 -7500
182751 - 182758
3 40X102
5
40X102
78833 -78835
2
40X102
1 40X102
2
40X102
176154 - 176157
6
40X102
1
40X102
MISSOULA URBAN TRANSPORTATION
1221 SHAKESPEARE
MISSOULA, MT 59802
10
29X102
STEVE EARLE, GM
406 - 543 -8386
3
35X102
MOBILE, CITY OF
745 BROAD ST.
14
29X102
MOBILE, AL 36604
TYRONE PARKER, DIR. OF PLANNING
251 - 344 -6600
6
29X102
4
35X102
MODESTO, CITY OF
PO BOX 642
MODESTO, CA 95353
3
40X102
FREDERICK CAVANNAH
209 - 577 -5298
6
40X102
8
35X102
7
40X102
8
40X102
MONROE CO. TRANSP. AUTHORITY
PO BOX 339
MONROE, PA 18355
WALTER QUADARELLA, DIR. OF OPERATIO1
610 - 899 -6082
MONROE TRANSIT SYSTEM
700 WASHINGTON ST.
MONROE, LA 71201
MIKE CREIGHTON, GM
318 - 329 -2206
DELIVERY DATE/
SERIAL NUMBERS
MAY 2003
73764 -73775
DEC. 2007
78399 -78407
MARCH 2009
176869 - 176873
AUG 2010
177659 - 177660
MARCH 2012
179694 - 179695
FEB 2013
182040 - 182045
JAN 2015
185551
DEC. 2009
91946 -91955
SEP 2014
184191 - 184196
DEC. 2004
90950 -90963
JUNE 2010
91985 -91990
177558 - 177561
DEC. 2001
72278 -72280
SEPT. 2003
73978 -73983
74083 -74090
DEC. 2009
177465 - 177471
DEC 2014
184638 - 184645
JAN 2015
3 35X102
NOV. 2002
72478 -72480
1 29X102
90495
2 29X102
MAY 2007
91247 -91248
2 29X102
OCT. 2009
91782 -91783
8 35X102
OCT 2013
182751 - 182758
3 40X102
FEB. 2008
78833 -78835
APRIL 2009
1 40X102
176152
4 35X102
176154 - 176157
3/20/2015 57 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 58 of 112
DELIVERY DATE/
CUSTOMER
# UNITS SIZE SERIAL NUMBERS
MONTACHUSETT RTA
R1427 WATER ST.
5 35X102 AUG 2007
FITCHBURG, MA 01420
78054 -78058
PHILIP ROCA, GM
1 40X102 NNE 2013
978 - 345 -7111 X 2261
182420
3/20/2015 58 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
MONTANA DOT
2960 PROSPECT AVE 5 29X102 DEC 2013
HELENA, MT 59620 92684 -92688
ADAM KRAFT
406 - 444 -6120
MONTEBELLO BUS LINES
400 SOUTH TAYLOR AVE.
7
40X102
JAN. 1999
MONTEBELLO, CA 90640
70286 -70292
AURORA JACKSON, DIR. OF TRANSPORTATI
5
40X102
FEB. 2000
323 - 887 -4604
71490 -71494
MONTEREY SALINAS TRANSIT
ONE RYAN RANCH RD
12
40X102
OCT. 2002
MONTEREY,CA 93940 -5795
73429 -73440
MIKE HERNANDEZ, AGM /COO
12
40X102
JAN. 2004
831 - 393 -8132
77301 -73312
10
35X102
SEPT.2007
78291 -78300
5
40X102
JAN. 2008
78286 -78290
1
40X102
JUNE 2013
180771
MONTGOMERY COUNTY
16630 CRABBS BRANCH WAY
MARCH 2006
ROCKVILLE, MD 20855
5
40X102
76870 -76874
TAMMY DIXON, CPPB
JUNE 2008
240 - 777 -5733
5
40X102
79426 -79430
NOV. 2008
6
29X102
91646 -91651
DEC. 2008
16
40X102
176034 - 176069
JULY 2009
11
40X102
176667 - 176677
SEPT.2009
31
29X102
91687 -91711
SEPT. 2011
1
40X102
179503
AUG 2013
12
40X102
182279 - 182290
SEPT. 2013
28
29X102
92601 -92628
JULY - AUG 2014
32
29X102
92717 -92748
1
29X102
93013 (REPLACES 92723)
NOV. 2014
1
29X102
93013
MOUNTAIN LINE TRANSIT AUTHORITY
420 DUPONT RD
7
35X102
SEPT. 2009
MORGANTOWN, WV 26501
176986 - 176992
DAVID BRUFFY, GM
3
29X102
JULY 2010
3/20/2015 59 of 112
304 - 296 -3680
LOW FLOOR CUSTOMER LIST
3/20/2015 60 of 112
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
91996 -91998
3
35X102
FEB 2014
184213
1
29X102
92749
3
35X102
184605 - 184607
3/20/2015 60 of 112
LOW FLOOR CUSTOMER LIST
NEW CASTLE TRANSIT AUTHORITY
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
MOUNTAIN METROPOLITAN TRANSIT
70821 -70832
1015 TRANSIT DR.
2
40X102
DEC. 2002
COLORADO SPRINGS, CO 80403
73662 -73663
KEN GIANINO
4
35X102
JULY 2005
CONTRACTING & PROCUREMENT ADMIN
75266 -75269
719 - 385 -7409
3
40X102
75232 -75234
COLORADO SPRINGS CONT'D
91624 -91625
10
40X102
AUG 2006
77609 -77618
NIAGARA FRONTIER TRANSIT AUTHORITY
19
40X102
JULY 2007
1581 MICHIGAN AVE.
21
40X102
78319 -78337
BUFFALO, NY 14209
7
35X102
OCT. 2007
HOWIE SCHOLL, DIR. OF MAINTENANCE
16
40X102
78951 -78957
716 - 881 -4705
6
35X102
SEPT. 2008
26
40X102
176376 - 176381
MUNCIE INDIANA TRANSIT SYSTEM
72699 -72722 & 72998 -72999
1300 E. SEYMOUR ST.
11
35X102
NOV. 2005
MUNCIE, IN 47302
76451 -76461
TROY DENISON. DIR OF MAINT
5
35X102
JAN. 2007
765 - 282 -2762
77579 -77583
MUSKEGON AREA TRANSIT SYSTEM
2624 SIXTH ST.
2
35X102
DEC. 2006
MUSKEGON HEIGHTS, MI 49444
4
35X102
76851 -76854
JAMES KOENS, TRANSIT SYSTEMS MGR.
1
35X102
MARCH 2009
231 - 724 -6420
5
35X102
78554 -78558
NEW CASTLE TRANSIT AUTHORITY
311 MAHONING AVE.
12
35X102
OCT. 1999
NEW CASTLE, PA 16101
70821 -70832
LEONARD LASTORIA
16
40X102
JUNE 2002
724 - 654 -3130
73405 -73420
3
29X102
JUNE 2005
90709 -90711
2
29X102
OCT. 2008
91624 -91625
3
40X102
JUNE 2010
178303 - 178305
NIAGARA FRONTIER TRANSIT AUTHORITY
1581 MICHIGAN AVE.
21
40X102
NOV. 2001
BUFFALO, NY 14209
72200 -72220
HOWIE SCHOLL, DIR. OF MAINTENANCE
16
40X102
JUNE 2002
716 - 881 -4705
73405 -73420
26
40X102
OCT. 2002
72699 -72722 & 72998 -72999
22
29X1012
MAY 2004
90866 -90887
54
40X102
NOV. 2010
178193 - 1782465
NAIPTA
3773 N. KASPAR DR
2
35X102
FEB. 2008
FLAGSTAFF, AZ 86004
77857 -77858
GEORGE GILLETTE, FLEET MGR
1
35X102
OCT. 2009
928 - 679 -8914
176017
3/20/2015 61 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
3/20/2015 62 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
NO. ILLINOIS UNIVERSITY
ATC /VANCOM OF ILLINOIS
1825 PLEASANT ST.
DEKALB, IL 60115
CHARLES BAUTISTA, MGR.
815 - 756 -9559
NORTHWESTERN INDIANA REGIONAL
PLANNING COMMISSION
6100 SOUTHPORT RD
PORTAGE, IN 46368
EMELIO RODRIGUEZ
219 - 391 -8465
NORWALK, CITY OF
12700 NORWALK BLVD
NORWALK, CA 90650
JAMES C. PARKER
562 - 929 -5533
NORWALK TRANSIT DISTRICT
275 WILSON AVE.
NORWALK, CT 06854
LOUIS SCHULMAN, ADMIN.
203 - 299 -5163
DELIVERY DATE/
# UNITS SIZE SERIAL NUMBERS
3/20/2015 63 of 112
AUG 2004
2 35X102
73660 -73661
JUNE 2005
2 35X102
74119 -74120
JULY 2007
2 35X102
78148 -78149
JUNE 2009
4 35X102
176736 - 176739
AUG 2010
4 35X102
177530 - 177533
JULY 2011
3 35X102
178139 - 178141
JUNE 2014
1 35X102
184581
2 35X102
JUNE 2006
76416 -76417
2 35X102
MARCH 2007
77681 -77682
1 35X102
JAN. 2010
177200
1 40X102
JAN. 1998
70000
4 40X102
DEC. 1998
70356 -70359
2 40X102
DEC. 2003
73944 -73945
8 40X102
OCT. 1999
70982 -70989
2 40X102
DEC. 2001
72764 -72765
4 40X102
SEPT. 2002
73564 -73567
2 40X102
DEC. 2003
73944 -73945
1 40X102
JAN. 2010
177557
14 40X102
JAN 2013
182490 - 182503
3 29X102
MARCH 2004
90706 -90709
3 35X102
NOV. 2006
77147 -77149
4 35X102
SEPT. 2008
79456 -79459
2 29X102
91620 -91621
3/20/2015 63 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
OAHU TRANSIT SERVICES
811 MIDDLE ST.
HONOLULU, HI 96819
HERB BARBOZA, VP, MAINTENANCE
808 - 848 -4448
OAKLAND INT'L AIRPORT
ONE AIRPORT DR., BOX 45
OAKLAND, CA 94621
NOEL PINTO- CORREIA, AIRPORT OPS
510 - 577 -4909
OHIO VALLEY RTA
21 S. HURON ST.
WHEELING, WV 26003
THOMAS HVIZDOS, EXEC. DIRECTOR
304 - 232 -2190
OHIO STATE UNIV
2578 KENNY RD
COLUMBUS, OH 43210
TOM HOLMAN, TRANSP & TRAFFIC MGMT
614 - 292 -9113
ORANGE COUNTY
124 MAIN ST.
GOSHEN, NY 10924
ROB PARRINGTON, TRANSIT PLANNER
845 - 615 -3852
(SEE BELOW)
VILLAGE OF KIRYAS JOEL
150 SCHUNNEMUNK RD, MONROE, NY
TOWN OF WARWICK
12 KINGSD HWY, WARWICK, NY 10990
MIDDLETOWN TRANSIT
518 NEW YORK 17M, MIDDLETON, NY
NEWBURGH BEACON BUS CORP
24 WINDSOR HWY, NEW WINDOR, NY
CITY OF OWENSBORO
1314 W. 5TH ST.
OWENSBORO, KY 42301
MICHAEL HUGHS, OPS MGR
270 - 687 -8571
OZAUKEE CO. TRANSIT SERVICE
121 WEST MAIN ST.
# UNITS
SIZE
10
35X102
40
40X102
10
35X102
10
40X102
18
40X102
29
40X102
5
40X102
15
35X102
3 29X102
DELIVERY DATE/
SERIAL NUMBERS
DEC. 2010
179174 - 179183
JULY 2012
181451 -18490
181481 - 181490
181491 - 181500
JULY 2013
182081 - 182098
AUG 2014
184401 - 184429
MAY 1998
70293 -70297
FEB. 1999
70298 -70312
FEB. 2010
92062 -92064
6 40X102 AUG 2013
182456 - 182461
9 29X102 JUNE 2013
92438 -19546
6 35X102 182516 - 182521
5 29X102
92538 -92542
1 29X102
92546
3 29X102
92543 -92545
6 35X102
182516 - 182521
1 29X102 FEB. 2009
91668
APRIL 2010
3 29X102 91965 -91967
JAN 2013
2 29X102 92324 -92325
5 40X102 APRIL 2002
3/20/2015 64 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
PORT WASHINGTON, WI 53074
SHARON GILMAN, TRANSIT SERV. DIR.
262 - 284 -8121
3/20/2015 65 of 112
72850 -72854
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
PACIFIC TRANSIT SYSTEM
216 N. 2ND ST.
4
29X102
RAYMOND, WA 98577
TIM RUSS, DIRECTOR
2
29X102
360 - 875 -9418
PADUCAH TRANSIT AUTHORITY
850 HARRISON ST.
3
29X102
PADUCAH, KY 42001
ARTHUR BOYKIN, GM
1
29X102
270 - 444 -8700
PALMTRAN
SURFACE TRANSPORTATION DEPT.
6 +50
35X102
3201 ELECTRONICS WAY
WEST PALM BEACH, FL 33407 -4618
12
40X102
JON KAVALUINAS, DIR. OF MAINTENANCE
407 - 233 -1145
8
29X102
1
40X102
20
40X102
4
40X102
13
40X102
6
40X102
3
40X102
5
35X102
9
40X102
5
40X102
11
40X102
14
40X102
5
40X102
PARK CITY MUNICIPAL CORP.
1053 IRON HORSE DR.
4
35X102
PARK CITY, UT 84060
KENT CASHEL, TRANSP MGR
4
35X102
435 - 615 -5360
4
35X102
8
40X102
4
35X102
I0aIa"Ri ELE "Tex4l1M&NI
3/20/2015 66 of 112
DELIVERY DATE/
SERIAL NUMBERS
APRIL 2011
92148 -92151
OCT. 2011
92274 -92275
FEB. 2003
90600 -90602
DEC. 2003
90555
JAN. 1999
70533 -70538
70368 -70372
70675 -70676
70868 -70872
NOV. 2003
90775 -90782
DEC. 2004
76000
AUG 2006
76918 -76937
MAY 2007
77809 -77812
SEPT.2007
78108 -78120
78142 -78147
DEC. 2008
79669 -79671
OCT. 2009
176618 - 176622
FEB. 2011
178368 - 178376
AUG 2011
180439 - 180443
NOV. 2011
178883 - 178893
SEPT 2012
180051 - 180064
AUG 2013
183556 - 183560
SEPT. 2002
72237 -72240
JUNE 2005
74464 -74467
JULY 2008
79214 -79217
OCT. 2008
78130 -78137
JAN. 2010
176514 - 176517
LOW FLOOR CUSTOMER LIST
s IRwralkAlm - mnar0
309 FAIRGROUNDS RD
PETERSBURG, VA 23803
GHA -IS BASHIR, GM
804 - 733 -2413
3/20/2015 67 of 112
SIZE
29X102
29X102
35X102
DELIVERY DATE/
SERIAL NUMBERS
DEC. 2001
90568
NNE 2007
91265 -91273
JULY 2013
182504- 182507
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS SIZE
PHILADELPHIA AIRPORT
8220 BARTRAM AVE. 25 40X102
PHILADELPHIA, PA 19153
PETER DONNER
215 - 365 -3477
PHILADELPHIA TROLLEY WORKS
1350 SCHUYLKILL AVE.
PHILADELPHIA, PA 19146
MICHAEL KATES, DIR. OF OPERATIONS
267 - 446 -4612
PIEDMONT WAGON TRANSIT
PO BOX 398
HICKORY, NC 28603
CYNTHIA MCGINNIS, TRANSIT MGR
828 - 464 -9444 X 204
PIERCE TRANSIT
3701 98TH ST.
LAKEWOOD, WA 98499
BILL SPIES, SR. MANAGER OF MAINT
253 - 589 -6896
PINE BLUFF, CITY OF
2300 E. HARDING AVE.
PINE BLUFF, AR 71601
LARRY REYNOLDS, MANAGER
870 - 543 -5130
PINELLAS SUNCOAST TRANSIT
3201 SCHERER DR.
ST. PETERSBURG, FL 33716
BRAD MILLER, EXECUTIVE DIRECTOR
727 - 530 -9921
DELIVERY DATE/
SERIAL NUMBERS
MARCH 2006
77200 -77224
1 40X102 MARCH 2006
76337
2 35X102 APRIL 2006
76938 -76939
MARCH 2012
2 40X102 180613 - 180614
MARCH 2013
6 40X102 179989 - 179994
4
8
15
10
2
8
5
8
12
36
11
7
6
3/20/2015 68 of 112
29X102 SEPT.2011
92224 -92227
40X102
NNE 1999
70373 -70374
40X102
OCT. 2000
71294 -71308
40X102
NOV. 2002
72768 -72777
29X102
90702 -90705
40X102
MARCH 2005 -NNE 2005
74880 -74887
29X102
90982 -90986
35X102
74872 -74879
35X102
APRIL 2006
76622 -76633
40X102
MARCH 2006
76586 -76621
40X102
MAY 2007
77584 -77594
35X102
NNE 2007
77599 -77608
35X102
MARCH 2008
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
78849 -78854
35X102 NNE 2009
176133 - 176134
3/20/2015 69 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 70 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
PIONEER VALLEY TRANSIT AUTHORITY
2808 MAIN ST.
10
35X102
JUNE 2006
SPRINGFIELD, MA 01107
76803 -76812
JIM BESAW, SUP. OF MAINTENANCE
5
40X102
76813 -76817
413 - 732 -2161
FEB. 2007
8
40X102
77520 -77527
FEB. 2008
10
40X102
78700 -78709
SEPT. 2008
15
35X102
78715 -78729
MAY 2009
3
40X102
176993 - 176995
OCT. 2010
16
35X102
178264 - 178281
POCATELLO, CITY OF
215 W. BONNEVILLE
1
29X102
JAN. 2008
POCATELLO, ID 83205
91450
RON BINGGELI, PUBLIC TRANSIT DIR
208 - 232 -5057
POINT MANAGEMENT INC.
700 W. ATLANTIC AVE.
2
40X102
AUG 2002
DELRAY BEACH, FL 33446
70850 -70851
MICHAEL HYMAN, PRESIDENT
4
35X102
71277 -71280
561 - 499 -3335
PORTAGE AREA RTA
2400 SUMMIT RD
3
35X102
MARCH 2005
KENT, OH 44240
75047 -75049
BRIAN TRAUTMAN, MAINT. MGR
4
35X102
JAN. 2008
330 - 678 -7745
78360 -78363
2
35X102
NOV. 2009
177474 - 177476
PORT AUTHORITY OF ALLEGHENY COUNTY
2235 ALLEGHENY
JUNE 2003 - FEB. 2004
PITTSBURGH, PA 15233
164
40X102
73777 -73940
RICK SNYDER, BUS PROCRUEMENT SPEC.
MARCH -APRIL 2005
412 - 237 -7422
60
40X102
74483 -74541
10/06-2/07
90
40X102
76950 -77039
DEC. 2008 - MARCH 2009
26
40X102
79729 -79751
54
40X102
177363 - 177416
APRIL 2011
24
40X102
179881 - 179904
AUG 2012
45
40X102
181201 - 181245
SEP - DEC 2014
60
40X102
184051 - 184110
3/20/2015 70 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
POTOMAC & RAPPAHA TRANSIT (OMNILINK)
2
40X102
14700 POTOMAC MILLS RD.
16
29X102
WOODBRIDGE, VA 22091
6
29X102
BILL LIESEN, MGR. OF CONTRACT OPS.
2
29X102
703 - 580 -6116
6
35X102
4
29X102
1
29X102
PUEBLO, CITY OF
4
40X102
350 S. GRAND AVE.
7
40X102
PUEBLO, CO 81003
5
29X102
BRENDA BROYLES, TRANSIT MGR
11
29X102
POTTSTOWN URBAN TRANSIT INC.
902 FARMINGTON AVE.
5
35X102
POTTSTOWN, PA 19464
CHARLIE DICKINSON, PRESIDENT
1
35X102
610 - 326 -5413
4
40X102
PRINCE GEORGE CO. GOVERNMENT
9400 PEPPERCORN PL., STE 320
12
35X102
LARGO, MD 20774
1
35X102
JAMES RASZEWSKI, CHIEF DIV OF TRANSIT
8
35X102
301 - 883 -5656
2
35X102
PRINCE GEORGE CONT'D
22
35X102
2
40X102
2
35X102
6
29X102
4
29X102
6
35X102
6
35X102
14
35X102
PUEBLO, CITY OF
350 S. GRAND AVE.
3
35X102
PUEBLO, CO 81003
BRENDA BROYLES, TRANSIT MGR
719 - 553 -2725
PULLMAN TRANSIT
775 NW GUY ST.
PULLMAN, WA 99163
1
35X102
MICHAEL WAGNER, GM
4
40X102
509 - 338 -3248
QUINCY REGIONAL AIRPORT
1645 HWY 104
1
35X102
QUINCY, IL 62305
MARTY STEGEMAN, AIRPORT DIRECTOR
3/20/2015 71 of 112
DELIVERY DATE/
SERIAL NUMBERS
OCT. 2004
90888 -90903
JULY 2005
90904 -90905
JUNE 2006
91103 -91106
JUNE 2010
91909
JUNE 2012
180578 - 180581
180584 - 180590
NOV. 2013
92484 -92488
92565 -92575
JUNE 2007
77865 -77869
JULY 2008
79986 -79997
JAN. 2010
177536 - 177543
MARCH 2010
177653 - 177654
NOV. 2010
178109 - 178130
178479 - 178480
178481 - 178482
NOV. 2011
92267 -92272
DEC. 2011
92276 -92279
178131 - 178136
179011 - 179016
JAN. 2012
181251 - 181264
SEPT. 2010
176664 - 176666
SEPT. 2010
177693
177689- 177692
DEC. 2010
177076
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
217 - 885 -3262
3/20/2015 72 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
RACINE, CITY OF
2
40X102
BELLE URBAN SYSTEM
10
35X102
1900 KENTUCKY ST.
19
40X102
RACINE, WI 53405
3
35X102
AL STANEK, TRANSIT MGR
2
40X102
262 - 636 -9480
3
35X102
14 35X102
RALEIGH, CITY OF
222 W. HARGETT ST., STE 400
RALEIGH, NC 27602 -0590
13
40X102
DAVID EATMAN, PLANNER
2
40X102
919 - 833 -3823
19
40X102
7
40X102
2
40X102
11
40X102
10
40X102
RALEIGH DURHAM AIRPORT AUTHORITY
1000 TRADE DR.
4
40X102
RDU AIRPORT, NC 27623 -0001
ANDY THOMPSON
2
40X102
919 - 840 -7811
4
40X102
RAZORBACK TRANSIT
240 EASTERN
2
40X102
FAYETTEVILLE, AR 72701
ADAM WADDELL, ASSOC. DIRECTION
2
40X102
479 - 575 -6292
2
40X102
2
40X102
2
40X102
RED ROSE TRANSIT
45 ERICK RD
2
29X102
LANCASTER, PA 17602
JEFFERY GLISSON, DIR. OF CAPITAL
717 - 397 -5613
2
29X102
1
35X102
1
35X102
REDDING AREA BUS AUTHORITY
777 CYPRESS AVE.
1
40X102
REDDING, CA 96001
SUE HANSON, TRANSP. PLANNER
3
40X102
530 - 215 -7116
3
35X102
3/20/2015 73 of 112
DELIVERY DATE/
SERIAL NUMBERS
JULY 2004
74582 -74591
OCT. 2009
79708 -79710
AUG 2012
180510 - 180512
FEB 2013
181583 - 181594
FEB. 2008
78812 -78824
79473 -79474
JUNE 2009
176717 - 176735
JUNE 2011
179301 - 179307
OCT 2012
180716 - 180717
OCT 2014
184728 - 184738
DEC 2014
185089 - 185098
DEC. 2008
176403 - 176406
DEC. 2010
178954 - 178955
SEPT. 2013
182106- 182109
SEPT.2007
78339 -78340
NOV. 2008
79998 -79999
FEB. 2010
177593 - 177594
FEB 2012
178433 - 178434
JULY 2012
179188 - 179189
DEC. 2006
91263 -91264
FEB. 2009
91548 -91549
79861
JUNE 2010
176932
JULY 2009
176960
JULY 2010
177951 - 177953
JULY 2013
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
182046- 182048
JAN 2015
35X102 184577 - 184578
3/20/2015 74 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
REGIONAL TRANSPORTATION COMM
2050 VILLANOVA DR.
2
40X102
OCT. 2003
RENO, NV 8 95 02
73568 -73569
JOE JACKSON, TRANSIT MANAGER
7
40X102
JULY 2004
775 - 332 -9508
74343 -74349
1
40X102
DEC. 2004
73609
8
40X102
OCT. 2006
77088 -77095
14
40X102
DEC. 2007
78468 -78481
13
29X102
JULY 2008
91401 -91413
4
40X102
176099 - 176102
JAN. 2009
12
40X102
79835 -79846
REGIONAL TRANSPORTATION AUTHORITY
5658 BEAR LN
13
35X102
JUNE 2009
CORPUS CHRISTI, TX 78405
176388 - 176400
JOSE TOVAR, DIR OF MAINT
2
35X102
MARCH 2009
361 - 289 -2712
176401 - 176402
3
35X102
JANUARY 2011
177686 - 177688
REGIONAL TRANSPORTATION DISTRICT
1900 31ST ST.
AUG. 2005 - FEB. 2006
DENVER, CO 80216 -4909
133
40X102
76164 -76296
LOU HA, MGR. OF TECHNICAL SUPPORT
9/06-3/07
303 - 299 -6265
103
40X102
77247 -77349
MARCH 2007
13
29X102
91183 -91195
JUNE 2008
13
29X102
91401 -91413
JULY 2008
25
40X102
79515 -79539
MAY 2014 - AUG 2014
20
40X102
185222 - 185241
AUG - OCT 2014
65
40X102
185242 - 185306
RESEARCH TRIANGLE REGIONAL PTA
PO BOX 13787
6
35X102
MARCH 2008
RESEARCH TRIANGLE PARK, NC 27709
78885 -78890
LAURIE BARRETT, DIR. OF BUS OPS
12
40X102
MAY 2009
919 - 485 -7451
176135 - 176146
APRIL 2010
8
40X102
178411 - 178418
RICHLAND CO. TRANSIT
35 N. PARK ST.
1
29X102
JUNE 2005
MANSFIELD, OH 44903
91354 -91355
JAY MICKAM, MAINT MGR
2
29X102
JULY 2007
419 - 522 -4355
91354 -91355
RIDER TRANSIT
2030 WILSHIRE CRT
8
35X102
FEB 2014
3/20/2015
75 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
CONCORD, NC 28025
L.J. WESLOWSKI, TRANSIT MGR
704 - 920 -5878
3/20/2015 76 of 112
181994 - 182001
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS SIZE
RIVERCITIES TRANSIT
254 OREGON WAY 5 35X102
LONGUIE, WA 98632 -1134
BRAD WINDLER
RIVER VALLEY METRO
MASS TRANSIT DISTRICT
288 W. SOUTH TEC DR., SUITE C
KANKAKEE, IL 60901
BOB HOFFMAN, MANAGING DIRECTOR
815 - 929 -0936
RIVER VALLEY TRANSIT
1500 WEST THIRD ST.
WILLIAMSPORT, PA 17701
JOHN KIEHL, JR., ASST. GM
570 - 326 -2500
RHODE ISLAND PTA
265 MELROSE ST.
PROVIDENCE, RI 02907
MIKE MCGRANE, CONTRACT MGR.
401 - 784 -9500 X 214
ROARING FORK TRANSP. AUTHORITY
0051 SERVICE CENTER DR.
ASPEN, CO 81611
KENNY OSIER, DIR. OF MAINTENANCE
970 - 384 -4987
ROCHESTER, CITY OF
1602 4TH ST., SE
ROCHESTER, MN 55904
ANTHONY KNAUER
507 - 281 -6008
3
50
3
2
1
2
25
16
24
10
30
20
1
1
4
4
8
6
6
8
4
4
3/20/2015 77 of 112
29X102
29X102
35X102
40X102
40X102
35X102
40X102
40X102
40X102
35X102
40X102
40X102
40X102
35X102
40X102
40X102
40X102
40X102
40X102
40X102
40X102
40X102
DELIVERY DATE/
SERIAL NUMBERS
JUNE 2013
181774 - 181778
AUG. 2004
90737 -90739
MAY 2006
91039 -91088
NOV. 2005
76532 -76534
76535 -76536
DEC. 2008
78153
79507 -79508
OCT. 2005
76645 -76660
DEC. 2009
176768 - 176791
FEB. 2011
179382 - 179391
JAN 2013
181605 - 181634
APRIL 2013
181635 - 181654
AUG 2010
176767
DEC.2011
180985
AUG 1999
70395 -70398
APRIL 2000
71037 -71040
FEB. 2003
73464 -73471
JAN. 2004
73010 -73015
JAN. 2005
74888 -74893
APRIL 2004
74121 -74128
APRIL 2007
76865 -76868
NOV. 2010
179166 - 179169
LOW FLOOR CUSTOMER LIST
# UNITS SIZE
1 40X102
4 40X102
3/20/2015 78 of 112
DELIVERY DATE/
SERIAL NUMBERS
AUG 2011
179170
JAN 2014
183480 - 183484
LOW FLOOR CUSTOMER LIST
CUSTOMER
ROCHESTER- GENESSEE RTA
1372 E. MAIN ST.
ROCHESTER, NY 14609
CHARLES WALKER, PROJECT MGR
585 - 654 -0247
ROCHESTER CONT'D
ROCKFORD MASS TRANSIT DISTRICT
520 MULBERRY ST.
ROCKFORD, IL 61101
DAN ENGELKES, MAINT. MANAGER
815 - 961 -2240
CITY OF ROSEVILLE
2005 HILLTOP CIRCULE
ROSEVILLE, CA 95747
MICHAEL WIXON
916 - 774 -5293
SALEM AREA MASS TRANSIT
555 COURT ST. NE
SALEM, OR 97301
JOE LAFRENIERE, DIR. OF MAINT
503 - 588 -2624
SALISBURY. CITY OF
300 W. FRANKLIN ST.
SALISBURY, NC 28144
RODNEY HARRISON, TRANSIT DIV. MGR
704 - 638 -5253
SAMTRANS
1250 SAN CARLOS AVE.
SAN CARLOS, CA 94070 -1306
DAVID OLMEDA, MANAGER BUS MAINT.
650 - 508 -6252
3/20/2015 79 of 112
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
22
40X102
MAY 2004
74435 -74456
4
40X102
JULY 2005
76333 -76336
19
40X102
JAN. 2006
76353 -76368
76379 -76381
20
40X102
JULY 2007
77900 -77921
40X102
SEPT.2009
176408- 176424
21
40X102
AUG 2011
178858 - 178878
12
35X102
SEPT.2009
177221 - 177231
6
29X102
MAY 2009
91717 -91422
5
40X102
79979 -79983
FEB 2014
4
35X102
184209 - 184212
FEB. 2008
1
40X102
79451
3
40X102
78737 -78739
16
35X102
79448 -79450
FEB. 2011
8
40X102
178325 - 178332
4
35X102
178333 - 178336
FEB 2012
4
35X102
179405 - 179408
2
35X102
SEPT. 2008
79961 -79962
JAN. 2004
60
40X102
74019 -74078
DEC.2009
4
29X102
91771 -91774
OCT 09 - MARCH 10
70
40X102
177078 - 177168
40
35X102
177018 - 177057
DEC 2013
4
29X102
92626 -92632
JULY - SEP 2014
12
29X102
92633 -92644
21
40X102
183145 - 183165
3/20/2015 79 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS SIZE
SFO SHUTTLE BUS CO.
7801 EARHART RD 12 40X102
OAKLAND, CA 94621
BROYCE BATCHAN, PROJECT MANAGER
510 - 382 -2140
3/20/2015 80 of 112
DELIVERY DATE/
SERIAL NUMBERS
DEC. 2012
181843 - 181854
LOW FLOOR CUSTOMER LIST
CUSTOMER
SAN JOAQUIN RTD
1533 E. LINDSAY ST.
STOCKTON, CA
CHRIS DURANT, MAINT SUPT
209 - 948 -5008
SAN JOSE INT'L AIRPORT
1661 AIRPORT BLVD. C -205
SAN JOSE, CA 95110 -1285
DAVE GOTSCHALL, AIRPORT OPS MGR.
408 - 277 -5249
SAN LUIS OBISPO CO.
179 CROSS ST.
SAN LUIS OBISPO, CA 93401
DAVID ROESSLER, MGR. MAINT & FAC
805 - 781 -4835
CITY OF SAN LUIS OBISPO
PUBLIC WORKS DEPT
919 PALM ST.
SAN LUIS OBISPO, CA 93401
JOHN WEBSTER, SR., TRANSIT MGR
805 - 781 -7531
SANDY, CITY OF
16610 CHAMPION WAY
SANDY, OR 97055
JULIE STEPHENS, TRANSIT MGR
503 - 489 -0925
S.M.A.R.T.
660 WOODWARD AVE.
DETROIT, MI 48226 -3315
CHUCK COUWLIER, PROC. MGR.
313 - 223 -2138
SMART CONT'D
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
2
40X102
JULY 2004
73093 -73094
11
29X102
MAY 2007
91202 -91212
8
40X102
MAY 2013
182435 - 182442
12
40X102
JUNE 2013
182532 - 182543
20
40X102
APRIL 2000
70801 -70820
3
40X102
JUNE 2001
70768 -70770
1
40X102
JUNE 2013
182291
AUG 2013
6
40X102
182292 - 182297
3
35X102
182298 - 182300
2
29X102
OCT. 2007
91169 -91170
DEC. 2008
2
35X102
176110 - 176111
4
40X102
176106 - 176109
MAY 2012
1
40X102
179686
FEB 2013
2
40X102
180508 & 181949
1
35X102
DEC. 2011
178555
57 40X102 NNE -AUG 2003
3/20/2015 81 of 112
MAY -SEPT. 2001
40
35X102
72379 -72418
MARCH 2002
12
40X102
72258 -72296
DEC. 2001 -FEB. 2002
48
35X102
72419 -72466
AUG 2002
55
40X102
72936 -72990
OCT. -DEC. 2002
45
35X102
72891 -72935
OCT 2014
2
40X102
184502 - 184503
57 40X102 NNE -AUG 2003
3/20/2015 81 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
73223 -73278
30 29X102 NOV. 2003
90788 -90817
3/20/2015 82 of 112
LOW FLOOR CUSTOMER LIST
ST. JOSEPH TRANSIT
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
SANTA BARBARA MTD
90487 -90488
550 OLIVE ST.
11
29X102
MAY 2004
SANTA BARBARA, CA 93101
90906 -90916
STEVE HAHN, SPECIAL PROJECTS
15
40X102
74592 -74602
805 - 963 -3364
NOV. 2006
3
29X102
90994 -90946
JUNE 2009
3
29X102
91440 -91442
3/20/2015
83 of 112
JUNE 2011
7
40X102
178923 - 178929
OCT. 2013
13
40X102
182759 - 182771
SANTA CLARA VTA
3331 NORTH FIRST ST.
3
40X102
JUNE 1999
SAN JOSE, CA 95134 -1906
70677 -70679
ART DOUWES, SR. ENGINEER
61
40X102
DEC. 2001 -MARCH 2002
408 - 321 -7027
72040 -72100
23
35X102
APRIL 2002
72101 -72123
56
40X102
JULY-SEPT. 2002
72643 -72699
3
40X102
JULY 2004
FUEL CELL'
73941 -73943
SANTA CLARITA, CITY OF
28250 CONSTELLATION RD.
10
40X102
MAY 2013
SANTA CLARITA, 91355
181764 - 181773
ADRIAN AGUILAR, TRANSIT MNGR.
661 - 295 -6305
SANTA MARIA AREA TRANSIT
110 S. PINE ST., STE 221 (MAIL STE 10 1)
3
35X102
JAN. 2004
SANTA MARIA, CA 93454
72489 -72491
AUSTIN O'DELL, MGR
3
40X102
NOV. 2009
805 - 925 -0951 X 225
78627 -78629
NOV. 2010
1
40X102
176931
ST. CLOUD MTC
665 FRANKLIN AVE. NE
18
35X102
MARCH 2002
ST. CLOUD, MN 56304
73034 -73051
ED YORK, DIR OF MAINT
5
35X102
JAN. 2003
320 - 251 -1499
73100 -73104
ST. JOSEPH TRANSIT
702 S. 5TH ST.
2
29X102
MARCH 2002
ST. JOSEPH, MO 64501
90487 -90488
SCOTT BUTCHER, MAIN. MANAGER
5
29X102
JAN. 2003
816 - 271 -5367
90569 -90573
7
29X102
MARCH 2004
90714 -90723
6
29X102
FEB. 2005
90932 -90937
2
29X102
JULY 2012
3/20/2015
83 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
92358 -92359
3/20/2015 84 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
ST. LOUIS METRO
707 N. FIRST ST.
ST. LOUIS, MO 63102 -6819
DARREN CURRY, DIR OF MAINT
314 - 982 -1400
SANTA ROSA, CITY OF
100 SANTA ROSA AVE.
SANTA ROSA, CA A90693
DAVE ELLIS, TRANSIT PLANNER
707 - 543 -3335
SARASOTA CO. TRANSPORTATION AUTHORITY
5303 PINKNEY AVE.
SARASOTA, FL 34232
GLMA CARTER, GM
941 - 232 -8300
SCHUYLKILL TRANSPORTATION SYSTEM
PO BOX 67
ST. CLAIR, PA 17970 -0067
DENNIS ZAHORA, VP
570 - 429 -2805
DELIVERY DATE/
# UNITS SIZE SERIAL NUMBERS
1 29X102 DEC. 2002
90693
5 40X102 73000 -73004
5 35X102
APRIL 2004
NNE 2001
2
29X102
90485 -90486
76662 -76663
MAY 2002
3
40X102
72531 -72533
6 40X102
FEB. 2011
JULY - NOV 2008
21
35X102
79894 -79914
183931 - 183948
NOV 2008
5
35X102
79915 -79919
1 35X102
NOV. 2010
AUG 2009
4
40X102
176538 - 176541
FEB. 2011
14
35X102
179622 - 179635
MARCH 2011
7
40X102
178630 - 178636
OCT - NOV 2011
29
40X102
179593 - 179621
MAR - APRIL 2012
20
35X102
179659 - 179678
APRIL - MAY 2012
23
40X102
179636 - 179658
OCT 2013
8
40X102
182369 - 182376
OCT - NOV 2013
22
35X102
184151 - 184172
NOV - DEC 2013
21
35X102
184173 - 184193
SEP - OCT 2014
26
40X102
184451 - 184476
NOV - DEC 2014
25
40X102
184477 - 184501
1 29X102 DEC. 2002
90693
5 40X102 73000 -73004
5 35X102
APRIL 2004
73450 -73454
2 35X102
JULY 2006
76662 -76663
9 35X102
MARCH 2007
77405 -77413
6 40X102
FEB. 2011
179968 - 179973
18 35X102
MARCH 2014
183931 - 183948
4 29X102
APRIL 2007
91294 -91297
1 35X102
NOV. 2010
176158
AUG 2012
3/20/2015 85 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 86 of 112
SIZE
35X102
29X102
DELIVERY DATE/
SERIAL NUMBERS
179988
92375
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS SIZE
SHENANGO VALLEY SHUTTLE SERVICE
2495 HIGHLAND RD. 3 29X102
HERMITAGE, PA 16148
JAMES DECAPUA, ADMINISTRATOR 1 29X102
724 - 981 -1561
1 29X102
1 29X102
SHEBOYGAN TRANSIT
LAKESHORE METRO
608 S. COMMERCE ST.
SHEBOYGAN, WI 53081
TRACY ROBINSON
920 - 459 -3409
SHREVEPORT, CITY OF
1115 JACK WELLS BLVD.
SHREVEPORT, LA 71107
VALERIE MCELLHOSE, GM
318 - 673 -7406 X 113
SIOUX CITY TRANSIT
2505 FOURTH ST.
SIOUX CITY, IA 51101
MIKE COLET, TRANSIT DIRECTOR
712 - 279 -6408
SIOUX FALLS TRANSIT
500 EAST STREET
SIOUX FALLS, SD 5 7103 -7016
MICHAEL WALKER, GM
605 - 367 -7874
SISKIYOU COUNTY
411 4TH ST.
YREKA, CA 96097
MELISSA CUMMINS, TRANSP. SERV MGR
530 - 842 -8295
1 35X102
6 35X102
6 40X102
5 29X102
5 35X102
12 40X102
10 35X102
DELIVERY DATE/
SERIAL NUMBERS
OCT. 2001
90429 -90431
JAN. 2008
91300
MARCH 2012
92389
APRIL 2013
92473
OCT. 2003
73587
NOV. 2003
73587 -83592
JUNE 2005
76157 -76162
DEC. 2005
91034 -91038
SEPT. 2010
177751 - 177755
MARCH 2003
73729 -73740
AUG 2008
77040 -77049
4 35X102
JAN. 2004
73131 -73134
3 35X102
AUG 2004
73135 -73137
1 35X102
JUNE 2006
76418
1 35X102
JUNE 2007
77098
2 35X102
MAY 2009
78932 -78933
16 29X102
JULY 2009
91718 -91733
1 29X102
91975
AUG 2010
2 35X102
177769 -17770
AUG 2012
1 40X102
180354
8 29X102
JAN. 2002
90532 -90539
5 35X102 AUG 2013
183505 - 183509
3/20/2015 87 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
3/20/2015 88 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
SKAGIT TRANSIT SYSTEM
380 PEASE RD.
BURLINGAME, WA 98233 -3118
BEN HAIGH, MAINTENACE MANAGER
360 - 757 -8801
SMART TRANSIT
8455 ELLIGSEN RD
WILSONVILLE, OR 97070
STEVEN ALLEN, OPS MGR
503 - 570 -1577
SNOWMASS VILLAGE
100 DALY LANE
SNOWMASS VILLAGE, CO 81615
CHIP FOSTER, OPS SUPERVISOR
970 - 923 -2543
SORTA
1401 -B BANK ST.
CINCINNATI, OH 45214 -1782
CARLOS ROWLAND, DIR OF MAINT
513 - 632 -7514
SOUTHEAST AREA TRANSIT
260 MILITARY HWY
PRESTON, CT 06365
JOSEPH VARNEKE, GM
860 - 886 -2631 X 111
# UNITS
SOUTH EAST AREA TRANSIT
375 FAIRBANKS ST.
ZANESVILLE, OH 43701
KEVIN RANDALL, MAINT. MGR.
740 - 454 -8573
SOUTHEASTERN TRANSIT REGIONAL AUTHORITY
65 POTOMSKA ST.
NEW BEDFORD, MA 02741
GLEN ALFERES, SUPER. OF MAINT.
508 - 999 -5211 X 144
NEW BEDFORD CONT'D
2
1
4
1
1
1
7
2
2
2
40
1
44
10
2
2
1
1
1
3/20/2015 89 of 112
SIZE
40X102
40X102
40X102
35X102
40X102
40X102
29X102
29X102
29X102
29X102
40X102
40X102
40X102
40X102
29X102
29X102
40X102
35X102
35X102
35X102
29X102
29X102
DELIVERY DATE/
SERIAL NUMBERS
JUNE 1998
70284 -70285
JUNE 1999
70592
MAY 2000
71064 -71075
NOV. 2011
178544
AUG 2012
180354
NOV 2013
182078
JUNE 2011
92210 -92216
AUG 2012
92353 -92354
JUNE 2013
92416 -92417
AUG 2014
92689 -92690
AUG 2006
76763 -76802
NOV. 2008
79978
MAY 2012
181102 - 181145
MARCH 2013
181937 - 181946
SEPT. 2004
90289 -90290
MARCH 2006
91128 -91129
APRIL 2013
181441
APRIL 2013
181442
JULY 2004
72555
MARCH 2008
78842 -78848
MAY 2010
92032 -92041
NOV. 2010
92042 -92053
MARCH 2012
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS SIZE
9 29X102
SOUTHWEST METRO TRANSIT
13500 TECHNOLOGY DR. 10 40X102
EDEN PRAIRIE, MN 55344
DAVE SIMANEAU, OPS & MAINT. MGR 8 35X102
952 - 974 -3133
3/20/2015 90 of 112
DELIVERY DATE/
SERIAL NUMBERS
92376 -92384
MAY 2006
76908 -76917
OCT. 2013
182049 - 182056
LOW FLOOR CUSTOMER LIST
CUSTOMER
SPACE COAST AREA TRANSIT
401 S. VARN AVE.
COCOA, FL 32922
SCOTT NELSON, MGR OF OPS & MAINT
321 - 635 -7815 X 237
SPARTANBURG, CITY OF
150 AIRFLOW DR.
SPARTANBURG, SC 29306
LUIS GONZALEZ, GM
864 - 595 -2710
SPECIAL TRANSIT
4880 PEARL ST.
BOULDER, CO 80301
RICH BURNS, DIR OF OPERATIONS
303 - 447 -2848
SPOKANE TRANSIT
1230 W. BOONE AVE.
SPOKANE, WA 99201
STEVE BLASKA, DIRECTOR OF OPERATIONS
509 - 325 -6083
SPRINGFIELD CITY AREA TRANSIT
100 JEFFERSON ST.
SPRINGFIELD, OH 45501
RON MACALUSO, GM
937 - 433 -2883
SPRINGFIELD MASS TRANSIT DISTRICT
928 S. NINTH ST.
SPRINGFIELD, IL 62703
FRANK SQUIRES, MANAGING DIRECTOR
217 - 522 -6087
3/20/2015 91 of 112
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
6
35X102
OCT. 2007
78460 -78465
2
40X102
78466 -78467
JUNE 2011
8
35X102
179917 - 179924
DEC. 2011
6
35X102
180118 - 180123
NOV 2013
2
40X102
182772 - 182773
2
35X102
MARCH 2012
178625 - 178626
3
29X102
AUG 2004
90721 -90723
4
29X102
DEC. 2009
91880 -91883
13
35X102
JAN. 2003
73016 -73018
73384 -73393
10
29X102
JULY 2003
90818 -90827
35X102
JULY 2005
74550 -74559
19
40X102
SEPT.2006
77750 -77768
17
40X102
OCT. 2007
78148 -78434
3
35X102
OCT. 2007
78435 -78437
14
40X102
DEC.2008
79603 -79616
3
29X102
DEC. 2009
91443 -91445
9
40X102
NOV. 2009
176245 - 176253
8
40X102
183561 - 183568
5
29X102
SEPT. 2004
90732 -90736
4
35X102
JULY 2008
78663 -78666
10
35X102
AUG 2011
179514 - 179523
7
35X102
JUNE 2013
3/20/2015 91 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
183061 - 183067
29X102 JUNE 2013
92502 -92506
35X102 JAN 2014
183061 - 183067
3/20/2015 92 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
STANFORD UNIVERSITY
315 BONAIR SIDING
STANFORD, CA 94305 -7270
KEVIN MATHY
650 - 725 -5997
STAR METRO
400 DUPREE ST.
TALLAHASSEE, FL 32304
RALPH WILDER, SUPER OF TRANSIT MAINT
850 - 891 -5217
STARK AREA RTA
1600 GATEWAY BLVD., SE
CANTON, OH 44707
MARK FINNICUM, COO
330 - 477 -2782 EXT 524
STARTRAN
710 "J" STREET
LINCOLN, NE 68508
GLENN KNUST, SUPER. OF MAINT
402 - 441 -8317
STATE OF MAINE
SH5, 1 CHILD ST.
AUGUSTA, ME 04333
DANIEL ROLFE, PLANNER/SCHEDULER
207 - 441 -2352
STEVENS POINT
1515 STRONGS AVE.
STEVENS POINT, WI 54481
SUSAN LEMKE, TRANSIT MGR.
715 - 341 -4490
SUMMIT STAGE
PO BOX 2179
FRISCO, CO 80443
JIM SMITH, OPERATIONS MGR
970 - 668 -4162
DELIVERY DATE/
# UNITS
SIZE
SERIAL NUMBERS
14
35X102
AUG 2003
73750 -73763
2
40X102
DEC. 2011
180363 - 180364
1
29X102
MARCH 2007
91299
3
35X102
DEC. 2011
180198 - 180200
2
40X102
40X102
183052 - 183053
5
29X102
MARCH 2004
90840 -90844
4
29X102
MARCH 2008
91397 -91400
6
35X102
JUNE 2010
178590 - 178595
6
35X102
FEB. 2011
178596 - 178601
20
35X102
DEC. 2001
71409 -71428
10
35X102
JULY 2004
74632 -74641
15
35X102
NOV. 2006
77100 -77104
13
29X102
MARCH 2011
92120 -92132
17 35X102 FEB. 2011
178607 - 178623
2 29X102 AUG 2001
90504 -90505
3 29X102 APRIL 2002
90506 -90508
1 29X102 APRIL 2003
90759
3 29X102 JAN. 2008
78028 -78030
2 40X102 APRIL 2009
79692 -79693
2 40X102 FEB 2014
182776- 182777
3/20/2015 93 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 94 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
SUNTRAN
PO BOX 1270
2
29X102
JULY 2002
OCALA, FL 34478 -1270
90566 -90567
STEVEN NEAL
7
35X102
JUNE 2007
352 - 401 -6999
78253 -78259
18
40X102
APRIL 2008
78751 -78768
19
40X102
DEC. 2011
180313 - 180331
OCT. 2012
22
40X102
181151 - 181172
AUG 2013
1
35X102
182070
SUN TRAN
3920 N. SUN TRAN BLVD.
38
40X102
SEPT. 2005
TUCSON, AZ 85705
75189 -75226
KEVIN FAULKNER, PROJECT MGR
12
40X102
FEB. 2007
520 - 206 -8805
77486 -77497
11
40X102
OCT. 2008
176000 - 176010
36
40X102
NOV. 2008
176332 - 176367
24
40X102
JAN. 2010
178899- 178922
1
40X102
MARCH 2011
178572
15
40X102
NOV. 2012
181391 - 181405
SUN VALLEY TRANSIT
PO BOX 3091
2
29X102
JULY 2002
KETCHUM, ID 83340
90288 -90289
TERRY CRAWFORD, MGR.
2
29X102
FEB. 2006
208 - 726 -7576
91124 -91125
1
35X102
JAN. 2007
77671
1
35X102
JAN 2014
182419
TALTRAN
555 APPLEYARD DR.
2
35X102
MARCH 2003
TALLAHASSEE, FL 32304
73520 -73521
TALPH WILDER, MAINT. MGR
9
35X102
FEB. 2005
850 - 891 -5197
74863 -74871
5
40X102
MARCH 2007
77242 -77246
4
40X102
DEC. 2007
78395 -78398
4
35X102
JUNE 2009
176706 - 176709
12
40X102
MAY 2010
177857 - 177868
MAY 2012
2
40X102
180405 - 180406
TCAT
3/20/2015 94 of 112
LOW FLOOR CUSTOMER LIST
s IRwralkAlm - mnar0
737 WILLOW AVE.
ITHACA, NY 14850
SUE WILCOX, PURC & PROJECTS MGR
607 - 277 -9388 X 540
3/20/2015 95 of 112
SIZE
40X102
40X102
40X102
DELIVERY DATE/
SERIAL NUMBERS
AUG 2006
77422 -77429
NOV. 2009
177472 - 177473
AUG 2011
176760 - 176765
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS
SIZE
SERIAL NUMBERS
THE TRANSIT AUTHORITY
1120 VIRGINIA AVE. WEST
6
29X102
MARCH 2003
HUNTINGTON, WV 25779
90652 -90657
PAUL E. DAVIS, ASST. GM
3
35X102
73747 -73749
304 - 529 -6094
TOLEDO AREA REGIONAL TRANSIT
1127 W. CENTRAL AVE.
13
40X102
OCT. 1998
TOLEDO, OH 43697 -0792
70152 -70164
JIM GEE, GM
20
40X102
SEPT. 1999
419 - 245 -5222
71044 -71063
8
35X102
DEC. 2004
72481 -72488
3
40X102
74398 -74400
DEC. 2012
8
35X102
181443 - 181450
TOPEKA TRANSIT
201 N. KANSAS AVE.
MARCH 2011
TOPEKA, KS 66603 -3622
16
35X102
180249 - 180264
SUSAN DUFFY, CEO /GM
DEC 2014
785 - 233 -2011 X 102
10
35X102
184266 - 184275
TORRANCE, CITY OF
201500 MADRONA AVE.
8
40X102
APRIL 2000
TORRANCE, CA 90503 -3690
70553 -70560
KIM TURNER, TRANSIT DIRECTOR
JULY 2002
310 - 618 -6245
72753 -72763
TOWN OF BRECKENRIDGE
1105 AIRPORT RD
1
29X102
AUG 2013
BRECKENRIDGE, CO
91929
JIM BENKELMAN, TRANSIT /PARKING /FLEET MGR
970 - 547 -3153
TOWN OF CHAPEL HILL
6900 MILLHOUSE RD
13
40X102
JULY 2007
CHAPEL HILL, NC 27516
78341 -78353
K. STEPHEN SPADE, TRANSP. DIRECTOR
8
40X102
JUNE 2009
919 - 968 -2755
176564 - 176571
JAN 2012
4
40X102
179184 - 179187
TOWN OF HUNTINGTON
144 E. 2ND ST.
3
29X102
JULY 2011
HUNTINGTON STATION, NY 11746
92257 -92259
STEPHEN MCGLOIN, DIRECTOR
631 - 351 -3053
3/20/2015 96 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 97 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
TRANSIT AUTHORITY OF N. KENTUCKY
(TANK)
12
40X102
FEB. 2000
3375 MADISON PIKE
71064 -71075
FORT WRIGHT, KY 41017
15
40X102
OCT. 2000
ANDY AIELLO, GM
71365 -71381
859 - 814 -2123
5
40X102
DEC. 2002
73005 -73009
5
29X102
90603 -90610
11
40X102
OCT. 2004
74811 -74821
10
40X102
DEC. 2005
76667 -76676
10
40X102
NOV. 2006
77232 -77241
9
40X102
DEC. 2007
78176 -78184
8
40X102
78861 -78868
OCT. 2008
7
40X102
176190 - 176196
OCT. 2009
TANK CONT'D
8
40X102
177417 - 177424
APRIL 2012
8
40X102
181545 - 181552
MARCH 2013
8
40X102
181704 - 181711
TRANSIT AUTHORITY OF RIVER CITY (TARO)
1000 W. BROADWAY
74
40X102
NOV 1998 & JAN. 1999
LOUISVILLE, KY 40203
70182 -70235
BARRY BARKER, EXEC. DIR.
37
40X102
OCT. 1999
71084 -71119 & 71243
20
40X102
AUG 1999
70375 -70394
17
29X102
JAN. 2002
90465 -90481
11
40X102
DEC. 2001
72467 -72477
20
40X102
FEB. 2003
72778 -72797
16
40X102
APRIL 2005
76141 -76156
6
40X102
MAY 2008
78684 -78689
17
40X102
OCT. 2009
176874 - 176890
15
40X102
FEB 2013
181817 - 181831
1
40X102
181711
JULY 2013
21
40X102
183701 - 183721
AUG 2014
12
40X102
183722 - 183733
TRANSPO
901 E. NORTHSIDE BLVD.
19
35X102
OCT. 2002
SOUTH BEND, IN 46624
72584 -72593
MIKE STAHLY, DIR. OF MAINTENANCE
10
35X102
FEB. 2003
574 - 232 -8901
73078 -73087
3/20/2015 97 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
21 35X102 APR -MAY 2004
74133 -74153
TRANSIT MANAGEMENT OF NASHUA
219 LEDGE ST. 7 29X102 DEC. 2001
NASHUA, NH 03060 90616 -90622
PAUL NEWMAN 1 35X102 APRIL 2005
603 - 589 -3089 76163
3/20/2015 98 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS SIZE
TRANSTAR TRANSPORTATION GROUP INC.
404 ZELL DR. 6 40X102
ORLANDO, FL 32824
ROBERT GAYE, CEO
408 - 888 -5530
TRIANGLE TRANSIT AUTHORITY
5201 NELSON RD
MORRISVILLE, NC 27560
LAURIE BARRETT, DIR OF BUS OPS
919 - 485 -7451
TRI MET
4412 SE 17TH AVE.
PORTLAND, OR 97202
GREG HALEY, MAINT. MGR
503 - 962 -3327
TRI -STATE TRANSIT AUTHORITY
1120 VIRGINIA AVE.
HUNTINGTON, WV 25704
PAUL DAVIS, GM
305 - 529 -6094
TULSA TRANSIT AUTHORITY
PO BOX 52488
TULSA, OK 74152
RANDY CLOUD, DIR. OF MAINT
918 - 585 -1195
TWIN TRANSIT
212 E. LOCUST
CENTRALIA, WA 98531
ERNEST GRAICHEN, GM
360 - 330 -2072
ULSTER CO. AREA TRANSIT
10 40X102
6 40X102
51
40X102
69
40X102
90
40X102
4
2
8
5
8
3
2
1
29X102
35X102
35X102
40X102
35X102
29X102
29X102
29X102
1 DANNY CIRCLE
KINGSTON, NY 12401 2 29X102
ROBERT DiBELLA, DIR. PUBLIC TRANSIT
845 - 340 -3335
UNIVERSITY OF CONNECTICUT
3 N. HILLSIDE RD., UNIT 6199 2 35X102
STORRS, CT 06269
3/20/2015 99 of 112
DELIVERY DATE/
SERIAL NUMBERS
MAY 2014
184294- 184299
AUG 2011
179001 - 179010
OCT. 2011
180522 - 180527
JULY -SEPT 2012
181001 - 181051
NNE -AUG 2013
182802- 182870
APR - AUG 2014
183579 - 183668
MARCH 2007
91229 -91232
MARCH 2008
78999 -79000
OCT. 2000
71508 -71515
OCT. 2000
71516 -71520
MARCH 2004
72481 -72488
JAN. 2009
91414 -91416
MAY 2006
91119 -91120
JULY 2011
92223
JAN. 2012
92092 -92093
OCT. 2005
76582 -76583
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS
JANET FRENIERE, TRANSP. SERVICES ADMI 4
860 - 486 -4804
3/20/2015 100 of 112
SIZE
35X102
35X102
DELIVERY DATE/
SERIAL NUMBERS
JUNE 2008
79210 -79213
JULY 2011
177510 - 177512
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
UNIVERSITY OF DELAWARE
403 WYOMING RD
7
35X102
NEWARK, DE 49716
WILLIAM FITZPATRICK, MGR OF TRANSP
302 - 831 -1123
UNIVERSITY OF IOWA. CAMBUS MGR
100 CAMBUS OFFICE
3
40X102
IOWA CITY, IA 52242 -1000
BRIAN MCCLATCHEY
8
40X102
319 - 335 -8632
2
40X102
3
29X102
UNIVERSITY OF KANSAS
1501 IRVING HILL RD
LAWRENCE, KS 66045
DANNY KAISER, DIR. PARKING & TRANSIT
785 - 864 -7275
UNIVERSITY OF MARYLAND
BUILDING 013, GREENHOUSE RD
COLLEGE PARK, MD 20742
DON ST. ARMAND, FLEET MGR
301 - 314 -7264
UNIVERSITY OF MARYLAND
BALTIMORE COUNTY
1000 HILLTOP CIRCULE
BALTIMORE, MD 21250
JOE REGIER, COMMONS DIRECTOR
410 - 455 -3870
UNIV. OF MASS TRANSIT SERVICES
255 GOVERNORS DR.
AMHERST, MA 01003 -9266
TOM CARON, SUP. OF MAINTENANCE
413 - 545 -0253
5 40X102
4 35X102
6 40X102
3 40X102
3 40X102
8 35X102
8 35X102
4 40X102
6 40X102
5 35X102
3 35X102
DELIVERY DATE/
SERIAL NUMBERS
APRIL 2011
178962- 178968
JULY 2009
176200- 176202
JULY 2011
179315 - 179322
SEPT. 2013
183295 - 183296
92594 -92596
MARCH 2008
79443 -79447
JUNE 2009
176823 - 176826
JAN. 2012
180036 - 180041
AUG 2013
183096 - 183098
JUNE 2014
183475 - 183477
MARCH 2005
76046 -76053
JULY 2006
76685 -76692
MAY 2010
178956 - 178959
JAN 2013
181565 - 181570
181571 - 181575
APRIL 2007
77746 -77748
5 40X102 JUNE 2006
76818 -76822
5 40X102 MARCH 2007
77528 -77532
3 40X102 MAY 2009
176996 - 176998
3/20/2015 101 of 112
LOW FLOOR CUSTOMER LIST
3/20/2015 102 of 112
DELIVERY DATE/
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
UNIV. OF MICHIGAN
3003 SOUTH STATE ST.
6 +30
40X102
DEC. 2000
WOLVERINE TOWER, ROOM 7071
71114 -71119
ANN ARBOR, MI 48109 -1282
6
40X102
FEB. 2002
KEITH JOHNSON, TRANSIT MGR
71971 -71976
734 - 764 -2491
6
40X102
JAN. 2003
73019 -73024
8
40X102
AUG 2004
74237 -74244
6
40X102
AUG. 2005
76338 -76343
6
40X102
JULY 2007
78038 -78043
3
40X102
FEB. 2008
78893 -78895
4
40X102
DEC. 2011
180165 - 180168
3
40X102
AUG 2013
180988 - 180990
APR 2014
3
40X102
184388 - 184390
MAR - APR 2014
3
29X102
92790 -92792
UNIVERSITY OF VIRGINIA
I101MILLMONT ST.
DEC. 2007
CHARLOTTESVILLE, VA 22904
3
35X102
77897 -77899
ANDY MANSFIELD, ASST. DIRECTOR
SEPT. 2009
434 - 962 -2090
2
35X102
177722 - 177723
FEB 2012
6
35X102
180537 - 180542
SEP 2014
5
35X102
184444 - 184448
UTAH TRANSIT AUTHORITY
3600 SOUTH 700 WEST
NOV. 1999
SALT LAKE CITY, UT 84119
67
40X102
70700 -70766
DOUG WOODBURY, FLEET ENGINEER
MAY - AUG 1999
801 - 287 -4674
28
35X102
70772 -70799
APR - JUNE 2001
46
40X102
71621 -71666
JUL 2001
11
35X102
72127 -72137
JUNE 2001
5
40X102
72138 -72142
AUG - NOV 2006
31
40X102
77707 -77737
AUG. 2007
1
35X102
78691
OCT 2007 - JAN 2008
34
40X102
77989 -78027
JAN. 2008
5
40X102
78023 -78027
JAN - MAR 2009
47
40X102
79847 -79893
JUNE 2010
1
40X102
176432
JUNE - NOV 2010
3/20/2015 102 of 112
Is If.'YICSLA151N
LOW FLOOR CUSTOMER LIST
# UNITS
SIZE
36
40X102
20
35X102
30
40X102
1
40X102
3/20/2015 103 of 112
DELIVERY DATE/
SERIAL NUMBERS
176433 - 176468
OCT - DEC 2011
179822 - 179851
JAN - MAR 2012
179782 - 179811
JUNE 2012
179812
LOW FLOOR CUSTOMER LIST
CUSTOMER # UNITS
SIZE
UTAH TRANSIT AUTHORITY ... CONT'D
10
40X102
2
35X102
14
40X102
20
40X102
DELIVERY DATE/
SERIAL NUMBERS
APR - JULY 2013
182345 - 182354
NNE 2013
182748- 182749
NOV 2013
182651 - 182664
NOV - DEC 2014
184611 - 184630
VAIL. TOWN OF
75 S. FRONTAGE RD
1
40X102
OCT. 2006
VAIL, CO 81657
76514
TODD SCHOLL, FLEET MGR
970 - 479 -2162
VALLEY TRANSIT
1401 W. ROSE ST.
5
29X102
NNE 2005
WALLA WALLA, WA 99362
90987 -90991
DICK FONDAHN, GM
3
29X102
AUG 2006
509 - 525 -9140
91011 -91012 & 91021
VANGUARD CAR RENTAL USA
6929 N. LAKEWOOD AVE., SUITE 100
4
35X102
CHICAGO, IL - 5105
TULSA, OK 74117 -1808
74982 -74994
ROBERT STAFF, VP FLEET MAINT.
9
35X102
SAN DIEGO - 1105 &5105
954 - 320 -6075
74986 -74994
1
35X102
RALEIGH, NC - 1105
75000
8
40X102
BOSTON, MA - 2/05
75002 -75009
5
40X102
DETROIT, MI - 1105
75010 -75014
2
35X102
ATLANTA, GA - 2/05
3
40X102
74995 -74996
75015 -75017
2
35X102
MAUI, HI - 12/04 &2/05
74999 & 75075
3
40X102
HONOLULU, HI
75018 -019 & 75075
2
40X102
LAS VEGAS, NV - 1105
75020 -75021
10
40X102
LA, CA - 1/05 &4/05
75022 - 75031
9
40X102
DEC. 2006
77837 -77845
RALEIGH, NC 12/07
1
40X102
78037
DENVER 12/07
8
40X102
77804 -77811
HONOLULU, HI 12/07
2
40X102
78747 -78748
DETROIT, MI - 12/07
2
40X102
77862 -77863
CHICAGO 12/07
1
40X102
77864 &78033 -036
3/20/2015 104 of 112
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
MAY 08 -SEPT. 08
45 40X102 79624 -79668
3/20/2015 105 of 112
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
VEOLIA TRANSPORTATION SERVICES, INC.
74678 -74722
1825 PLEASANT ST
3
35X102
DEKALB, IL 60115
76845 -76850
AL DAVIS, GM
35X102
MAY 2014
815 - 758 -6900
184141 - 184149
VIDANT HEALTH
40X102
DEC. 2005
2100 STANTONSBURG
76693 -76714
GREENVILLE, NC 27835
1
40X102
SCOTT ALFORD, MANAGER
78603 -78623
252 - 847 -7886
2
40X102
1
40X102
13
1
40X102
VISALIA, CA 93291
176309 - 176321
525 N. CAIN ST.
3
40X102
VISALIA, CA 93291
MONTY COX, TRANSIT MGR
559 - 713 -4100
VOITH TURBO INC.
25 WINSHIP RD
1
40X102
YORK, PA 17406
ROB WISS, VP ROAD DIVISION
717 - 767 -3224
VOLUSIA COUNTY TRANSIT
905 BIG TREE RD.
8
29X102
SO. DAYTONA, FL 32119
RICK KAZAWITCH, DIR. OF MAINTENANCE
2
29X102
386 - 756 -7476 X 121
45
40X1012
VOTRAN
950 BIG TREE RD
SO. DAYTONA, FL 32119 -8815
RICK KAZAWITCH, DIR. OF MAIN.
386 - 756 -7496 X 4121
WALT DISNEY WORLD
PO BOX 10000
BUENA VISTA, FL 32830
CURT HALL, MAINT MGR
407 - 824 -6039
WALT DISNEY CONT'D
3/20/2015
DELIVERY DATE/
SERIAL NUMBERS
AUG 2006
76855 -76858
JUNE 2009
79977
JULY 2010
177932 - 177933
AUG 2012
180350
OCT 2013
180749
JUNE 2004
73090 -73092
FEB. 2008
77749
JAN. 2003
90694 -90701
AUG 2008
78654 -78662
NOV. -DEC. 2004
74678 -74722
45
40X1012
JUNE 2004
74678 -74722
6
35X102
SEPT.2006
76845 -76850
9
35X102
MAY 2014
184141 - 184149
22
40X102
DEC. 2005
76693 -76714
21
40X102
DEC. 2007
78603 -78623
15
40X102
JAN. 2009
176294- 176308
13
40X102
MAY 2010
176309 - 176321
106 of 112
LOW FLOOR CUSTOMER LIST
# UNITS SIZE
47 40X102
24
3/20/2015 107 of 112
40
DELIVERY DATE/
SERIAL NUMBERS
NNE 2011
179700 - 179746
MAY 2013
183024 - 183047
LOW FLOOR CUSTOMER LIST
CUSTOMER
WARREN COUNTY TRANSIT AUTHORITY
42 CLARK ST.
WARREN, PA 16365
JOHN ALDRICH, EXEC. DIRECTOR
814 - 723 -1874
WAUKESHA TRANSIT SYSTEM
2311 BADGER DR.
WAUKESHA, WI 53187 -0063
BRIAN ENGELKING, TRANSIT COORDINATO
262 - 524 -3594
CITY OF WAUSAU
420 PLUMER ST.
WAUSAU, WI 54403
GREG SEUBERT, TRANSIT DIRECTOR
715 - 842 -9287
WESTCAT
601 WALTER AVE.
PINOLE, CA 94565
CHARLES ANDERSON, GM
510 - 724 -3331
WESTERN KENTUCKY UNIV.
1 BIG RED WAY
BOWLING GREEN, KY 42101 -3576
JENNIFER TOUGAS, PHD, DIRECTOR
270 - 745 -8746
WESTERN RESERVE TRANSIT AUTHORITY
# UNITS SIZE
5 29X102
14
7
2
3
9
6
3
5
6
5
12
2
1
3
35X102
35X102
35X102
35X102
35X102
35X102
40X102
35X102
35X102
35X102
40X102
40X102
40X102
40X102
604 MAHONING AVE.
YOUNGSTOWN, OH 44802
19
35X102
MATTHEW KOTANCHEK, DIR. OF MAINT
330 - 744 -8431
7
35X102
8
35X102
WHATCOM TRANSPORTATOIN AUTH.
4111 BAKERVIEW SPUR RD
6
29X102
BELLINGHAM, WA 98226
PETE START, DIR. OF FLEET & FACILITIES
3
29X102
360 - 738 -4580
6
40X102
5
35X102
3/20/2015 108 of 112
DELIVERY DATE/
SERIAL NUMBERS
APRIL 2009
91471 -91475
OCT. 1998
70270 -70283
MARCH 2004
72855 -72861
SEPT. 2002
73403 -73404
MAY 2008
79493 -79495
FEB. 2009
176070 - 176078
OCT. 2011
179323 - 179328
JULY 2005
73294 -73296
AUG 2007
78064 -78068
AUG 2008
79509 -79514
JULY 2013
182544- 182548
FEB 2014
183304 - 183315
MAY 2006
76468 -76469
NOV. 2012
181750
AUG 2013
182415 - 182417
OCT. 2000
71873 -71891
JAN. 2005
75050 -75056
OCT 2014
184219 - 184226
SEPT. 2004
90659 -90664
JUNE 2008
91481 -91483
JUNE 2010
177629 - 177634
177812 - 177816
NOV. 2011
LOW FLOOR CUSTOMER LIST
# UNITS SIZE
8 40X102
5 40X102
3/20/2015 109 of 112
DELIVERY DATE/
SERIAL NUMBERS
179954 - 179961
NOV. 2012
181146 - 181150
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
WICHITA, CITY OF
777 E. WATERMAN ST.
3
29X102
WICHITA, KS 67202 -4615
9
35X102
JAY BANASIAK, GM
5
35X102
316 - 265 -1450
14
40X102
KEVAN DANKER, EXECUTIVE DIRECTOR
8
35X102
757 - 603 -1134
4
35X102
WILMINGTON, CITY OF
10
35X102
WICHITA FALLS TRANSIT
fci[Q ll0Y /uN1UCa:\&A'1
WICHITA FALLS, TX 76301
2
35X102
DENNIS BURKETT, PUBLIC TRANSIT ADMIN
940 - 761 -7642
3
29X102
WILLIAMSBURG AREA TRANSIT AUTHORITY
7239 POCAHONTAS TRAIL
5
35X102
WILLIAMSBURG, VA 23185
10
35X102
KEVAN DANKER, EXECUTIVE DIRECTOR
757 - 603 -1134
10
35X102
WILMINGTON, CITY OF
1110 CASTLE ST.
16
35X102
WILMINGTON, NC 28401
ALBERTY EBY, GM
2
35X102
910 - 343 -0106
6
40X102
968 MAIN ST.
2
29X102
WILLIMANTIC, CT 06226
MELINDA PERKINS, TRANSIT ADMIN
3
29X102
860 - 456 -2223
WINSTON -SALEM TRANSIT AUTHORITY
1060 N. TRADE ST.
10
35X102
WINSTON SALEM, NC 27102
ART BARNES, GM
10
35X102
336 - 727 -2648
WORCESTER RTA
287 GROVE ST.
WORCESTER, MA 01605
2
29X102
JOHN CARNEY, GM
6
40X102
508 - 756 -8324 X 3002
1
40X102
1
35X102
5
35X102
1
40X102
WYNN LAS VEGAS
3131 LAS VEGAS BLVD.
4
40X102
3/20/2015 110 of 112
DELIVERY DATE/
SERIAL NUMBERS
JUNE 2002
72730 -72738
JULY 2009
176933 - 176946
JAN. 2010
176542- 176549
FEB. 2013
180084 - 180087
APR 2014
184131 - 184140
JUNE 2012
180334 - 180335
DEC 2014
184688- 184692
JUNE 2003
73138 -73153
JAN. 2005
74423 -74424
MARCH 2006
91126 -91127
OCT. 2008
91633 -91635
JAN. 2010
176801 - 176810
JAN. 2011
178458 - 178467
AUG 2008
91500 -91501
79315 -79320
FEB 2012
180777
180779- 180782
OCT. 2013
181966 - 181971
JUNE 2014
184300
APRIL 2005
LOW FLOOR CUSTOMER LIST
DELIVERY DATE/
CUSTOMER # UNITS SIZE SERIAL NUMBERS
LAS VEGAS, NV 89109
RICHARD MOSKAL, MAINT. MGR.
702 - 770 -2901
3/20/2015 111 of 112
74928 -74931
LOW FLOOR CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
YAKIMA. CITY OF
2301 FRUITVALE BLVD.
3
35X102
YAKIMA, WA 98902
RICHARD WONNER, FLEET & FACILITIES M(
3
35X102
509 - 576 -6412
40X102
3
40X102
4
35X102
5
35X102
3
35X102
YORK CO. TRANSPORTATION AUTHORITY
1230 ROOSEVELT AVE.
1
40X102
YORK, PA 17404
RICHARD FARR, EXEC DIRECTOR
717 - 846 -5562
YUBA- SUTTER TRANSIT AUTHORITY
2100 B ST
11
35X102
MARYSVILLE, CA 95901
KEITH MARTIN, TRANSIT MGR
530 - 634 -6880
3/20/2015 112 of 112
DELIVERY DATE/
SERIAL NUMBERS
SEPT. 2004
73095 -73097
JUNE 2006
77052 -77053
77053 -77055
JAN. 2009
78050 -78053
SEPT. 2010
178505 - 178509
MAY 2014
183166 - 183168
SEPT. 2013
183299
JAN 2014
183490 - 183500
CNG
CUSTOMER LIST
CUSTOMER
COTA
1600 MCKINLEY AVE.
COLUMBUS, OH 43222
KEVIN CHRISTOPHER, DIRECTOR SUPPLY MGMT
614- 275 -5903 CHRISTOPHERK @COTA.COM
ENTERPRISE - LAX
8734 BELLANCA AVE.
LOS ANGELES, CA 90045
HENRY SINGH, BUS OPERATIONS MGR
415 - 760 -0075 HARJEET.SINGH @EHI.COM
ENTERPRISE /SAN DIEGO
2942 KETTNER DRIVE
SAN DIEGO, CA 92101
HENRY SINGH, BUS OPERATIONS MGR
415 - 760 -0075 HARJEET.SINGH @EHI.COM
ERIE METRO TRANSIT AUTHORITY
127 E 14TH ST
ERIE, PA 16503
DENNIS SOLENSKYU, EXEC DIRECTOR
814- 459 -4287
CITY OF FRESNO
# UNITS
18
12
8
7
21
2
1
2
2
SIZE
40X102
35X102
29X102
35X102
40X102
35X102
35X102
35X102
40X102
2 35X102
10 40X102
2223 "G" ST. 9 40X102
FRESNO, CA 93706
KEN HAMM, DIRECTOR OF TRANSPORTATION 3 29X102
559 - 621 -1440 KENNETH.HAMM @FRESNO.GOV
8 40X102
GREATER RICHMOND TRANSIT CO
301 E. BELT BLVD.
RICHMOND, VA 23224
CHARLES MITCHELL, OPERATIONS MGR
804 - 358 -4782 CMITCHELL @RIDEGRTC.COM
I�]►� 1� l:[� P I c j r i
3/20/2015 1
8 40X102
DELIVERY DATE/
SERIAL NUMBERS
FEBRUARY 2013
182123 - 182140
182141 - 182152
FEB 2014
92780 -92787
FEB - MAR 2014
183776 - 183782
FEB - JULY 2014
183753 - 183773
OCT. 2010
176518 - 176519
FEB. 2011
177513
MAY 2012
180407 - 180498
DEC 2014
183972 - 183973
AUGUST 2012
181526- 181527
JAN 2014
183175 - 183184
SEP 2011
180131 - 180139
FEB. 2012
92294 -92296
SEP 2014
185882 - 185889
MARCH 2013
182301 - 182308
MAY 2012
CNG
CUSTOMER LIST
CUSTOMER
# UNITS
SIZE
SERIAL NUMBERS
909 FANNIN, STE 1650
7
29X102
92332 -92340
HOUSTON, TX 77010
BRYAN BROWN, SENIRO ASSOCIATE
713 - 650 -1470 BBROWN @THEGOODMANCORP.COM
INDIANA COUNTY TRANSIT AUTHORITY
MARCH 2013
1657 SALTSBURG AVE.
2
29X102
92284 -92285
INDIANA, PA 15701
JOHN KANYAN, EXEC DIRECTOR
724 - 465 -2140 X 106 JKANYAN @INDIGOBUS.COM
K.C.A.T.A.
FEB. 2013
1200 E. 18TH ST.
2
29X1023
92563 -92564
KANSAS CITY, MO 64108
SEP 2014
BOB KOHLER, DIR. OF TRANSPORTATION
8
29X102
92768 -92775
816- 346 -0250
LAFAYETE TRANSIT SYSTEM
JUNE 2011
100 LEE AVE.
5
35X102
178944 - 178948
LAFAYETTE, LA 70502
JANUARY 2013
MIKE MITCHELL, TRANSIT & PARKING MGR
2
35X102
180991 - 180992
337 - 291 -7030 MMITCHELL @LAFAYETTELA.GOV
AUGUST 2013
3
35X102
182798 - 182800
LONG BEACH PTC
SEPTEMBER 2011
1963 E. ANAHEIM ST.
33
40X102
180901 - 180933
LONG BEACH, CA 908313
NOV. 2012
ROLANDO CRUZ, VP MAINTENANCE MGR
31
40X102
180934 - 180964
562- 599 -8506 RCRUZ @LBTRANSIT.COM
LA DOT
100 S. MAIN ST.
JAN 2015
10TH FLOOR
1
29X102
92866
LOS ANGELES, CA 90012
MIKE PASCUAL, TRANSP, PLANNING ASSOC. 11
213 - 928 -9750 MICHAEL.PASCUAL @LACITY.ORG
METRO - GREATER PORTLAND TRANSIT
5
3
JAN 2014
114 VALLEY ST
183185- 183189
PORTLAND, ME 04102
RICHARD NYE, DIR OF MAINT & TRANSPORTATION
207 - 774 -03512
METRO RTA
JUNE 2011
416 KENMORE BLVD.
2
40X102
180296- 180297
AKRON, OH 44301
JULY 2011
DEAN HARRIS, DIRECTOR OF FINANCE
1
40X102
176562
330 - 762 -7267 X 3140 DEAN. HARRIS @AKRONMETRO.ORG
DEC. 2011
23
40X102
180484 - 180506
OCT. 2012
3/20/2015 2
CNG
CUSTOMER LIST
CUSTOMER # UNITS
10
10
6
MUSKEGON AREA TRANSIT SYSTEM
2624 SIXTH ST.
MUSKEGON HEIGHTS, MI 49444
JAMES KOENS, TRANSIT SYSTEM MANAGER
231 - 724 -6420 KOENSJ @CO.MUSKEGON.MI.US
NATIONAL /ALAMO -LAX
9020 AVIATION BLVD.
INGLEWOOD, CA 90301
HENRY SINGH, BUS OPERATIONS MGR
415 - 760 -0075 HARJEET.SINGH @EHI.COM
NATIONAL SAN DIEGO
3280 N. HARBOR DR.
SAN DIEGO, CA 92101
HENRY SINGH
415 - 760 -0075 HARJEET.SINGH @EHI.COM
CITY OF NORWALK
12700 NORWALK BOULEVARD
NORWALK, CA 90651
DAMIAN ROSALES, PROCUREMENT ANALYST
562 - 929 -5572 DROSALES @CI.NORWALK.CA.US
PORT OF SEATTLE
PO BOX 68727
SEATTLE, WA 68727
PETER LINDSAY, AVIATION DEVELOPMENT MGR
206 - 787 -4002 LINDSAY.P @PORTSEATTLE.ORG
REGIONAL TRANSPORTATIOIN AUTHORITY
5658 BEAR LN
CORPUS CHRISTI, TX 78405
JOSE TOVAR, MAINTENANCE MGR
361- 903 -3550 JTOVAR @CCRTA.ORG
CITY OF RIPON
259 N. WILMA AVENUE
RIPON, CA 95366
3/20/2015
3
1
3
1
1
5
8
1
14
29
SIZE
SERIAL NUMBERS
40X102
181265- 181274
JULY 2013
40X102
181870 - 181879
AUG 2014
40X102
183891 - 183896
NOV. 2011
35X102
180528 - 180530
JULY 2012
35X102
180567
AUG 2014
35X102
182405 - 182407
40X102
40X102
40X102
40X102
40X102
40X102
40X102
5 40X102
5 35X102
1 35X102
3
MAY 2012
181556
JULY 2012
181903
AUG 2014
183951 - 183955
DEC 2014
186383- 186390
AUGUST 2012
181525
NOVEMBER 2012
182490 - 182503
NOV. 2011
179852 - 179880
OCT. 2012
181275 - 181279
181280 - 181284
NOVEMBER 2012
181815
CNG
CUSTOMER LIST
CUSTOMER # UNITS
KEVIN M. WERNER, CITY ENGINEER
209 - 599 -2108 KWERNER @CITYOFRIPON.ORG
RIVER VALLEY TRANSIT
1500 WEST THIRD ST.
WILLIAMSPORT, PA, 17701
JOHN KIEHL, JR., ASSISTANT GENERAL MANAGER
570 - 326 -2500 JKIEHL @CITYBUS.ORG
RIVERSIDE TRANSIT AGENCY
1825 THIRD ST
RIVERSIDE, CA 92507
BOB BACH, DIRECTOR OF MAINTENANCE
951 - 565 -5032
ROARKING FORK TRANSPORTATION AUTHORITY
51 SERVICE DR.
ASPEN, CO 81611
KENNY OSIER, DIR. OF MAINTENANCE
970 - 384 -4965 KOSIER @RFTA.COM
SAN DIEGO METROPOLITAN TRANSIT SYSTEM
100 16TH ST.
SAN DIEGO, CA 92101
JULIO ORTIZ, DIR. OF MAINTENANCE
619- 238 -0100 X 6500
CITY OF SANTA CLARITA
28250 CONSTELLATION ROAD
SANTA CLARITA, CA 91355
ADRIAN AGUILAR, TRANSIT MANAGER
661 - 295 -6305 AAGUILAR @SANTA- CLARITA.COM
CITY OF SANTA MONICA - BIG BLUE BUS
1660 7TH STREET
SANTA MONICA, CA 90401
PATRICK CAMPBELL, COO
310 - 458 -1975 EXT 6349 PATRICK.CAMPBELL @SM GOV. NET
SANTA FE TRAILS
2931 RUFINA ST.
SANTA FE, NM 87507
JON BULTHUIS, DIRECTOR
505 - 955 -2006 JRBULTHUIS @CI.SANTA- FE.NM.US
3/20/2015 4
1
80
16
4
18
26
24
12
24
10
11
20
25
13
1
1
5
SIZE SERIAL NUMBERS
AUGUST 2012
40X102 180872
40X102 JAN 2014
182902 - 182981
FEB 2014
182885 - 182900
JAN. 2013
40X102 181416- 181419
JUNE 2013
40X102 181420 - 181437
JULY - NOV 2013
40X102
183201 - 183226
DECEMBER 2013
40X102
183227 - 183250
SEP - DEC 2014
40X102
184001 - 184012
JAN 2015
40X102
183227 - 184050
40X102 MARCH 2013
181764 - 181773
40x102 FEB 2014
183190 - 183200
40X102
DECEMBER 2012
182218 - 182237
40X102
AUGUST 2013
182238 - 182262
40X102
FEB 2014
182263- 182275
MARCH 2012
29X102
92262
MAY 2012
29X102
92266
SEP 2014
35X102
184289 - 184293
CNG
CUSTOMER LIST
CUSTOMER # UNITS
SARTA
1600 GATEWAY BLVD., SE
CANTON, OH 44707
MARK FINNICUM, DIR. OF MAINTENANCE
330-454-6132X524 MFINNICUM @SARTAONLINE.COM
SUN TRAN
3920 N. SUN TRAN BLVD.
TUCSON, AZ 85705
KEVIN FAULKNER, PROJECT MGR
520- 206 -8805
CITY OF THOUSAND OAKS
1993 RANCHO CONEJO BLVD
THOUSAND OAKS, CA 91320
MIKE HOUSER, TRANSIT MANAGER
805- 376 -5063
TULSA TRANSIT
510 SO. ROCKFORD
TULSA,OK 74152
BILL CARTWRIGHT, GENERAL MANAGER
918 - 560 -5603 BCARTWRIGHT @TULSATRANSIT.ORG
UNION CITY TRANSIT
34650 7TH ST.
UNION CITY, CA 94587
STEVE ADAMS, TRANSIT PLANNER
510 - 675 -5373 SADAMS @UNIONCITY.ORG
UTAH TRANSIT AUTHORITY
3600 SOUTH 700 WEST
SALT LAKE CITY, UT 84131
DOUG WOODBURY, FLEET ENGINEER
801 - 287 -4674 DWOODBURY @RIDEUTA.COM
VALLEY REGIONAL TRANSIT
OJV IVVR 11-1 IVIP111V J 1 ., J 1 C LJV
3/20/2015 5
6
3
4
25
2
11
4
5
1
1
3
n.
10
7
SIZE
35X102
35X102
40X102
40X102
29X102
Rl=110l_1w► [NJ iyd- l =1 *11
FEB. 2012
179962- 179967
JUNE 2012
181073 - 181075
AUG 2014
183897 - 183900
MAY - JUNE 2014
188526- 185549
DEC 2014
92797 -92798
40X102 JULY 2013
182345 - 182354
AUGUST 2011
40X102 180365- 180371
AUGUST 2011
35X102
179925 - 179935
AUGUST 2011
40X102
179939 - 179942
FEB. 2013
35X102
181907 - 181912
OCTOBER 2013
40X102
182078
35X102
182079
OCTOBER 2013
35X102
183093 - 183095
OCT. 2012
35X102
180531 - 180536
40X102 JULY 2013
182345 - 182354
AUGUST 2011
40X102 180365- 180371
CNG
CUSTOMER LIST
CUSTOMER # UNITS
MERIDIAN, ID 83642
BRUCE SACKRON, TRANSPORTATION SERV MGR
208 - 846 -8547 X 4226 BSACKRON @VALLEYRIDE.ORG
VALLEY RIDE
4788 S. ORCHARD
BOISE, ID 83705
BRUCE SACKRON, TRANSPPORTATION SERV MGR
208 - 846 -8547 X 4226 BSACKRON @VALLEYRIDE.ORG
CITY OF VISALIA
525 N. CAIN ST.
VISALIA, CA 93292
GAMALIEL ANGUTANO, MAINTENANCE MGR
559 - 713 -4702 GANG UTANO @CI.VISALIA.CA.US
3/20/2015 6
3
8
4
3
4
SIZE SERIAL NUMBERS
AUGUST 2011
40X102
180351 - 180353
35X102
180355 - 180362
DECEMBER 2013
35X102
183486- 183489
35X102
MAY 2013
181371 -18373
40X102
MAY 2013
183073 - 183076
PROPOSAL
By execution below by a duly authorized representative(s) of the Proposer, the Proposer hereby offers to
furnish equipment and services as specified in its Proposal submitted to the CMPC in response to Request
for Proposal No. CMPC-15-LTB-RFP in its entirety,
Proposer:
Street address:
258OOCLAW|TERROAD
City, state, ZIP:
M/#WARD.CA 94545
Name and title of Authorized Gigners):
JOSEPH POLICARPIO, VICE PRESIDENT
Name and title of Authorized Signer(s):
'-----
Phone:
800-735-1500
Authorized signature
Authorized signature
MARCH 19,2015
Date
Date
41
CMPC-1 5-LTB-RFP January 2015
Colorado M�I o .
CER 13. Acknowledgement of Addenda
Failure to acknowledge receipt of all addenda may cause the Proposal to be considered nonresponsive to
the Solicitation. Acknowledged receipt of each addendum must be clearly established and included with
the Proposal.
The undersigned acknowledges receipt of the following addenda to the documents:
2
No Addenda Were Received
Addendum No.: 1
Dated: FEBRUARY 26, 2015
Addendum No.: 2 Dated:
MARCH 6, 2015
Addendum No.: Dated:
Addendum No.: Dated:
Proposer Name: GILLIG LLC
Contact Name: JOSEPH POLICARPIO
Title: VICE PRESIDENT
Phone: (800) 735 -1500
Street address: 25800 CLAWITER ROAD
City, State, ZIP: HAYWARD, CA 94545
MARCH 19, 2015
Authorized signature Date
42
CMPC-15-LTB-RFP 1
Colorado Mountain
CER 14.1 Buy America Certification
This form is to be submitted with an offer exceeding the small purchase threshold for federal assistance
programs, currently set at $100,000.
- Certificate of Compliance
The Proposer hereby certifies that it will comply with the requirements of 49 USC Section 5323(j)(2)(C),
Section 185(b)(3) of the Surface Transportation Assistance Act of 1982, as amended, and the regulations
or49CFRG61.11:
Name and title:
JOSEPH POL|CARP|O. VICE PRESIDENT
Company: G|U-|Q LLC
MARCH 19,2015
Authorized signature Date
Certificate of Non-Compliance
The Proposer hereby certifies that it cannot comply with the requirements of 49 USC Section 5323(j)(2)(C)
and Section 165(b)(3) of the Surface Transportation Assistance Act of 1982, as amended, but may qualify
for an exception to the requirements consistent with 49 USC Sections 5323(j)(2)(B) or (j)(2)(D), Sections
165(b)(2) or (b)(4) of the Surface Transportation Assistance Act, as amended, and regulations in 49 CFR
Name and title:
Authorized signature Date
43
CMPC-15-LTB-RFP January 2015
COLORADO MOUNTAIN PURCHASING CONSORTIUM, EAGLE COUNTY REGIONAL TRANSPORTATION AUTHORITY
GYPSUM, CO
PRE -AWARD BUY AMERICA CERTIFICATE
TWENTY -NINE FOOT LOW FLOOR (BRT) TRANSIT BUSES (QTY: 10 TO 135, BID: CMPC- I5- LTB -RFP)
19- Mar -15
GILLIG IS ONE OF THE MOST "AMERICAN' BUS MANUFACTURERS IN THE WORLD. Gillig is 100% U.S. owned and operated. ALL OF OUR
FACILITIES are located in the U.S.A. ALL OF OUR MANUFACTURING is done in the U.S.A. and we have a policy that stresses the use of products produced
in the U.S.A.
We certify full compliance with the FTA's "Buy America" regulations (Section 49 CFR Part 663) and submit the following abbreviated listing as evidence of this
compliance.
PERCENT
COUNTRY
OF TOTAL
COMPONENT
MANUFACTURER
OF ORIGIN
COST
AIC TRANSITION DUCTS
THERMAL STRUCTURES, INC
U.S.A.
0.11%
AIR CONDITIONING SYSTEM
THERMO KING
U.S.A.
5.63%
AIR DRYER ASSEMBLY
SKF USA, INC
U.S.A.
0.15%
ALTERNATOR
C E NIEHOFF
U.S.A.
0.78%
BIKE RACK
SPORTWORKS
U.S.A.
0.38%
BOOSTER PUMP
AMETEK TECHNICAL
U.S.A.
0.19%
BULKHEAD ASSEMBLY
ALVA GWYN
U.S.A.
0.16%
COMPOSITE FLOORING
MILWAUKEE COMPOSITES
U.S.A.
0.34%
DESTINATION SIGNS
LUMINATOR
U.S.A.
0.98%
DOOR CONTROLS & PANELS - FRONT
VAPOR BUS INTERNATIONAL
U.S.A.
0.87%
DOOR CONTROLS & PANELS - REAR
VAPOR BUS INTERNATIONAL
U.S.A.
0,81%
DRIVER'S SEAT
RECARO NORTH AMERICA
U.S.A.
0,68%
ELECTRICAL HARNESSES & CABLES
LACO INCORPORATED
U.S.A.
1.61%
ELECTRICAL HARNESSES, CABLES & PANELS
COMPASS COMPONENTS
U.S.A.
4.34%
ENGINE & AFTERTREATMENT SYSTEM
CUMMINS, INC
U.S.A.
13.95%
EXTERIOR MIRRORS
HADLEY PRODUCTS, INC - B &R DIVISION
U.S.A.
0.27%
FABRICATIONS
DETENTION DEVICE SYSTEMS
U,&A.
0.64%
FABRICATIONS
DIE & TOOL PRODUCTS
U.S.A.
1.44%
FABRICATIONS
GCM
U.S.A.
0.84%
FABRICATIONS
HOGAN MANUFACTURING
U.S.A.
4,78%
FABRICATIONS
IMPERIAL FABRICATING
U.S.A.
0.90%
FIRE SUPPRESSION SYSTEM
AMEREX CORPORATION
U.S.A.
0.72%
FRONT AND REAR AXLE ASSEMBLIES
MERITOR AUTOMOTIVE
U.S.A.
3.79%
FRONT AND REAR BUMPER ASSEMBLIES
RO -LAB AMERICAN RUBBER CO.
U.S.A,
0.60%
FRONT CAP
AMTECH CORPORATION
U.S.A.
0.78%
INTERIOR LIGHTING KIT
SPECIALTY MANUFACTURING INC
U.S.A.
0.96%
PASSENGER SEAT ASSEMBLIES
AMERICAN SEATING
U.S.A.
3.39%
RADIATOR AND CHARGE AIR COOLER
MODINE MANUFACTURING COMPANY
U.S.A.
1.86%
REAR CAP ASSEMBLY
AMTECH CORPORATION
U.S.A.
0.31%
REAR SUSPENSION
SAF HOLLAND USA
U.S.A.
0.54%
ROOF SKIN
CRANE COMPOSITES, INC.
U.S.A.
0.15%
TIRES
MICHELIN
U.S.A.
1.04%
TRANSMISSION
ALLISON TRANSMISSION
U.S.A.
4.80%
WHEELCHAIR RAMP
LIFT -U
U.S.A.
2.14%
WINDOW ASSEMBLIES
DURA AUTOMOTIVE SYSTEM
U.S.A.
2.19%
SPECIFICALLY IDENTIFIED U.S. COMPONENTS AS A % OF TOTAL
MATERIALS
63.13%
FINAL ASSEMBLY - ALL VEHICLE ASSEMBLY OPERATIONS,
STARTING WITH THE UNDERSTRUCTURE THROUGH TO FINAL
ROAD TEST ARE DONE IN HAYWARD, CA
GILLIG
U.S.A.
100.00%
I'm MAMMA N # It
.M
Gillig LLC certifies that final assembly of its buses occurs at its manufacturing plant in Hayward,
California. The final assembly process consists of the assembly of the chassis; the installation and
interconnection of the engine, transmission, axles, including the cooling and braking systems; the
installation and interconnection of the heating and air conditioning equipment; the installation of
pneumatic and electrical systems; mounting of the body structure to the chassis; installation of door
systems; painting of the vehicle; installation of destination signs, windows, passenger seats,
passenger grab rails, and wheelchair lifts; wheel alignment, dynamometer and road testing; final
inspection, repairs and preparation of the vehicles for delivery.
The cost of the above mentioned activities for this order has been determined to be $14,379.77 per
bus.
COLORADO MOUNTAIN PURCHASING CONSORTIUM, EAGLE COUNTY REGIONAL TRANSPORTATION AUTHORITY
GYPSUM, CO
PRE-AWARD BUY AMERICA CERTIFICATE
THIRTY-FIVE FOOT (BRT) LOW FLOOR TRANSIT BUSES (QTY: 10 TO 135, BID: CMPC- I 5-LTB-RFP)
19- Mar -15
GILLIG IS ONE OF THE MOST "AMERICAN" BUS MANUFACTURERS IN THE WORLD. Gillig is 100% U.S. owned and operated. ALL OF OUR
FACILITIES !TIES arelocated in the U.S.A. ALL OF OUR MANUFACTURING is done in the U.S.A. and we have a policy that stresses the use of products produced
in the U.S.A.
We certify full compliance with the FTA's "Buy America" regulations (Section 49 CFR Part 663) and submit the following abbreviated listing as evidence of this
compliance,
PERCENT
COUNTRY
OF TOTAL
COMPONENT
MANUFACTURER
OF ORIGIN
COST
AIR CONDITIONING SYSTEM
THERMO KING
U.S.A.
6.12%
AIR DRYER ASSEMBLY
SKF USA, INC
U.S.A.
0.15%
ALTERNATOR
C E NIEHOFF
U.S.A.
0.77%
BIKE RACK
SPORTWORKS
U.S.A.
0.37%
BOOSTER PUMP
AMETEK TECHNICAL
U.S.A.
0.19%
BULKHEAD ASSEMBLY
ALVA GWYN
U.S.A.
0.16%
COMPOSITE FLOORING
MILWAUKEE COMPOSITES
U.S.A,
0.60%
DESTINATION SIGNS
LUMINATOR
U.S.A.
0.97%
DOOR CONTROLS & PANELS - FRONT
VAPOR BUS INTERNATIONAL
U.S.A.
0.86%
DOOR CONTROLS & PANELS - REAR
VAPOR BUS INTERNATIONAL
U.S.A.
0.80%
DRIVER'S SEAT
RECARO NORTH AMERICA
U.S.A.
0.67%
ELECTRICAL HARNESSES & CABLES
LACO INCORPORATED
U.S.A.
1,39%
ELECTRICAL HARNESSES, CABLES & PANELS
COMPASS COMPONENTS
U.S.A.
4,54%
ENGINE & AFTERTREATMENT SYSTEM
CUMMINS, INC
U.S.A.
13,76%
EXTERIOR MIRRORS
HADLEY PRODUCTS, INC - B&R DIVISION
U.S.A.
0.27%
FABRICATIONS
DIE & TOOL PRODUCTS
U.S.A.
1.18%
FABRICATIONS
GCM
U.S.A.
0.77%
FABRICATIONS
HOGAN MANUFACTURING
U.S.A.
0.36%
FABRICATIONS
IMPERIAL FABRICATING
U.S.A.
5,12%
FIRE SUPPRESSION SYSTEM
AMEREX CORPORATION
U.S.A.
0.71%
FRONT AND REAR AXLE ASSEMBLIES
MERITOR AUTOMOTIVE
U.S.A.
4.31%
FRONT AND REAR BUMPER ASSEMBLIES
DYTECH RO-LAB RUBBER CO.
U.S.A.
0.60%
FRONT CAP
AMTECH CORPORATION
U.S.A.
0.77%
PASSENGER SEAT ASSEMBLIES
AMERICAN SEATING
U.S.A.
4.89%
RADIATOR AND CHARGE AIR COOLER
MODINE MANUFACTURING COMPANY
U.S.A.
1,83%
REAR CAP ASSEMBLY
AMTECH CORPORATION
U.S.A.
0.30%
REAR SUSPENSION
SAF HOLLAND USA
U.S.A.
122%
ROOF HATCH
SPECIALTY MANUFACTURING INC
U.S.A.
0.13%
ROOF SKIN
CRANE COMPOSITES, INC,
U.S.A,
0.18%
TIRES
MICHELIN
U.S.A.
1,02%
TRANSMISSION
ALLISON TRANSMISSION
U.S.A.
4.73%
WHEELCHAIR RAMP
LIFT-U
U.S.A.
2.11%
WHEELWELL COVERS
AMTECH LLC
U.S.A.
0.37%
WINDOW ASSEMBLIES
DURA AUTOMOTIVE SYSTEM
U.S.A,
176%
SPECIFICALLY IDENTIFIED U.S. COMPONENTS AS A % OF TOTAL
MATERIALS
64.98%
FINAL ASSEMBLY - ALL VEHICLE ASSEMBLY OPERATIONS,
STARTING WITH THE UNDERSTRUCTURE THROUGH TO FINAL
ROAD TEST ARE DONE IN HAYWARD, CA
GILLIG
U.S.A.
100.00%
HAYWARD, CALWN.
UUMUMMIMI
M-03 a 111515 WIT-1.3 k
Gillig LLC certifies that final assembly of its buses occurs at its manufacturing plant in Hayward,
California. The final assembly process consists of the assembly of the chassis; the installation and
interconnection of the engine, transmission, axles, including the cooling and braking systems; the
installation and interconnection of the heating and air conditioning equipment; the installation of
pneumatic and electrical systems; mounting of the body structure to the chassis; installation of door
systems; painting of the vehicle; installation of destination signs, windows, passenger seats,
passenger grab rails, and wheelchair lifts; wheel alignment, dynamometer and road testing,-final
inspection, repairs and preparation of the vehicles for delivery.
The cost of the above mentioned activities for this order has been determined to be $14,906.53 per
bus.
COLORADO MOUNTAIN PURCHASING CONSORTIUM, EAGLE COUNTY REGIONAL TRANSPORTATION AUTHORITY
GYPSUM, CO
PRE-AWARD BUY AMERICA CERTIFICATE
FORTY FOOT (BRT) LOW FLOOR TRANSIT BUSES (QTY: 10 TO 135, BID: CMPC- I 5-LTB-RFP)
19-Mar-15
GILLIG IS ONE OF THE MOST "AMERICAN" BUS MANUFACTURERS IN THE WORLD. Gillig is 100% U.S. owned and operated. ALL OF OUR
FACILITIES are located in the U.S.A. ALL OF OUR MANUFACTURING is done in the U.S.A. and we have a policy that stresses the use of products produced
in the U.S.A.
We certify full compliance with the FTA's "Buy America" regulations (Section 49 CFR Part 663) and submit the following abbreviated listing as evidence of this
compliance.
PERCENT
COUNTRY
OFTOTAL
COMPONENT
MANUFACTURER
OF ORIGIN
COST
AIR CONDITIONING SYSTEM
THERMO KING
U.S.A.
6.02%
AIR DRYER ASSEMBLY
SKF USA, INC
U.S.A.
0.15%
ALTERNATOR
C E NIEHOFF
U.S.A.
0.75%
BIKE RACK
SPORTWORKS
U.S.A.
0.37%
BOOSTER PUMP
AMETEK TECHNICAL
U.S.A.
0.19%
BULKHEAD ASSEMBLY
ALVA GWYN
U.S.A.
0.16%
COMPOSITE FLOORING
MILWAUKEE COMPOSITES
U.S.A.
0.59%
DESTINATION SIGNS
LUMINATOR
U.S.A.
0.95%
DOOR CONTROLS & PANELS - FRONT
VAPOR BUS INTERNATIONAL
U.S.A.
0.85%
DOOR CONTROLS & PANELS - REAR
VAPOR BUS INTERNATIONAL
U.S.A.
0.79%
DRIVER'S SEAT
RECARO NORTH AMERICA
U.S.A.
0.65%
ELECTRICAL HARNESSES, CABLES & PANELS
COMPASS COMPONENTS
U.S.A.
4.72%
ENGINE & AFTERTREATMENT SYSTEM
CUMMINS, INC
U.S.A.
13.52%
EXTERIOR MIRRORS
HADLEY PRODUCTS, INC - B&R DIVISION
U.S.A.
0.26%
FABRICATIONS
DIE & TOOL PRODUCTS
U.S.A.
1.06%
FABRICATIONS
GCM
U.S.A.
0.75%
FABRICATIONS
HOGAN MANUFACTURING
U.S.A.
0.36%
FABRICATIONS
IMPERIAL FABRICATING
U.S.A.
5.13%
FIRE SUPPRESSION SYSTEM
AMEREX CORPORATION
U.S.A.
0.70%
FRONT AND REAR AXLE ASSEMBLIES
MERITOR AUTOMOTIVE
U.S.A.
4.24%
FRONT AND REAR BUMPER ASSEMBLIES
DYTECH RO-LAB RUBBER CO.
U.S.A.
0.59%
FRONT CAP
AMTECH CORPORATION
U.S.A.
0.76%
PASSENGER SEAT ASSEMBLIES
AMERICAN SEATING
U.S.A.
5.29%
RADIATOR AND CHARGE AIR COOLER
MODINE MANUFACTURING COMPANY
U.S.A.
1.80%
REAR CAP ASSEMBLY
AMTECH CORPORATION
U.S.A.
0.30%
REAR SUSPENSION
SAF HOLLAND USA
U.S.A.
1,20%
ROOF HATCH
SPECIALTY MANUFACTURING INC
U.S.A.
0.13%
ROOF SKIN
CRANE COMPOSITES, INC.
U.S.A.
0.20%
TIRES
MICHELIN
U. SA.
1.01%
TRANSMISSION
ALLISON TRANSMISSION
U.S.A.
4.65%
WHEELCHAIR RAMP
LIFT-U
U.S.A.
2.07%
WHEELWELL COVERS
AMTECH LLC
U.S.A.
0.36%
WINDOW ASSEMBLIES
DURA AUTOMOTIVE SYSTEM
U.S.A.
3.20%
SPECIFICALLY IDENTIFIED U.S. COMPONENTS AS A % OF TOTAL MATERIALS
63,74%
FINAL ASSEMBLY - ALL VEHICLE ASSEMBLY OPERATIONS,
STARTING WITH THE UNDERSTRUCTURE THROUGH TO FINAL
ROAD TEST ARE DONE IN HAYWARD, CA
GILLIG
U.S.A.
100,00%
R ULO&j
I
Gillig LLC certifies that final assembly of its buses occurs at its manufacturing plant in Hayward,
California. The final assembly process consists of the assembly of the chassis; the installation and
interconnection of the engine, transmission, axles, including the cooling and braking systems; the
installation and interconnection of the heating and air conditioning equipment; the installation of
pneumatic and electrical systems; mounting of the body structure to the chassis; installation of door
systems; painting of the vehicle; installation of destination signs, windows, passenger seats,
passenger grab rails, and wheelchair lifts; wheel alignment, dynamometer and road testing; final
inspection, repairs and preparation of the vehicles for delivery.
The cost of the above mentioned activities for this order has been determined to be $14,906.53 per
bus.
COLORADO MOUNTAIN PURCHASING CONSORTIUM, EAGLE COUNTY REGIONAL TRANSPORTATION AUTHORITY
GYPSUM, CO
PRE -AWARD BUY AMERICA CERTIFICATE
TWENTY -NINE FOOT LOW FLOOR (CNG -BRT) TRANSIT BUSES (QTY: 10 TO 135, BID: CMPC- I5- LTB -RFP)
19- Mar -15
GILLIG IS ONE OF THE MOST "AMERICAN" BUS MANUFACTURERS IN THE WORLD. Gillig is 100% U.S. owned and operated. ALL OF OUR
FACILITIES are located in the U.S.A. ALL OF OUR MANUFACTURING is done in the U.S.A. and we have a policy that stresses the use of products produced
in the U.S.A.
We certify full compliance with the FTA's "Buy America" regulations (Section 49 CFR Part 663) and submit the following abbreviated listing as evidence of this
compliance.
COMPONENT
A/C TRANSITION DUCTS
AIR CONDITIONING SYSTEM
AIR DRYER ASSEMBLY
ALTERNATOR
BIKE RACK
BOOSTER PUMP
BULKHEAD ASSEMBLY
COMPOSITE FLOORING
DESTINATION SIGNS
DOOR CONTROLS & PANELS - FRONT
DOOR CONTROLS & PANELS - REAR
DRIVER'S SEAT
ELECTRICAL HARNESSES & CABLES
ELECTRICAL HARNESSES, CABLES & PANELS
ENGINE & AFTERTREATMENT SYSTEM
EXTERIOR MIRRORS
FABRICATIONS
FABRICATIONS
FABRICATIONS
FABRICATIONS
FABRICATIONS
FIRE SUPPRESSION SYSTEM
FRONT AND REAR AXLE ASSEMBLIES
FRONT AND REAR BUMPER ASSEMBLIES
FRONT CAP
FUEL SYSTEM
INTERIOR LIGHTING KIT
MISCELLANEOUS
PASSENGER SEAT ASSEMBLIES
RADIATOR AND CHARGE AIR COOLER
REAR CAP ASSEMBLY
REAR SUSPENSION
ROOF FAIRING
ROOF SKIN
TIRES
TRANSMISSION
WHEELCHAIR RAMP
WINDOW ASSEMBLIES
MANUFACTURER
THERMAL STRUCTURES, INC
THERMO KING
SKF USA, INC
C E NIEHOFF
SPORTWORKS
AMETEK TECHNICAL
ALVA GWYN
MILWAUKEE COMPOSITES
LUMINATOR
VAPOR BUS INTERNATIONAL
VAPOR BUS INTERNATIONAL
RECARO NORTH AMERICA
LACO INCORPORATED
COMPASS COMPONENTS
CUMMINS, INC
HADLEY PRODUCTS, INC - B &R DIVISION
DIAMOND MANUFACTURING
DIE & TOOL PRODUCTS
GCM
HOGAN MANUFACTURING
IMPERIAL FABRICATING
AMEREX CORPORATION
MERITOR AUTOMOTIVE
RO -LAB AMERICAN RUBBER CO.
AMTECH CORPORATION
AGILITY FUEL SYSTEMS
SPECIALTY MANUFACTURING INC
KD SPECIALTIES
AMERICAN SEATING
MODINE MANUFACTURING COMPANY
AMTECH CORPORATION
SAT HOLLAND USA
PERFORMANCE COMPOSITES
CRANE COMPOSITES, INC.
MICHELIN
ALLISON TRANSMISSION
LIFT -U
DURA AUTOMOTIVE SYSTEM
SPECIFICALLY IDENTIFIED U.S. COMPONENTS AS A % OF TOTAL MATERIALS
FINAL ASSEMBLY - ALL VEHICLE ASSEMBLY OPERATIONS,
STARTING WITH THE UNDERSTRUCTURE THROUGH TO FINAL
ROAD TEST ARE DONE IN HAYWARD, CA GILLIG
PERCENT
COUNTRY OF TOTAL
OF ORIGIN COST
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A,
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A,
U.S.A.
U.S.A.
U.S.A
0.09%
4,56%
0.12%
0.63%
0.31%
0.16%
0.13%
0.32%
0.79%
0.71%
0.66%
0.55%
0.62°%
3.70%
8.95%
0.22%
0.58%
0.81%
0.65%
3.81%
0.37%
1.00%
3.07%
0.49%
0.63%
10.36%
0.78%
0.40%
2.75%
1.51%
0,25%
0.44%
1.63%
0.12%
0.84%
3.89%
1.73%
1.77%
60.41% *
100.00%
1 0 1 1
we) NOWNIM., I
Gillig LLC certifies that final assembly of its buses occurs at its manufacturing plant in Hayward,
California. The final assembly process consists of the assembly of the chassis; the installation and
interconnection of the engine, transmission, axles, including the cooling and braking systems; the
installation and interconnection of the heating and air conditioning equipment; the installation of
pneumatic and electrical systems; mounting of the body structure to the chassis; installation of door
systems; painting of the vehicle; installation of destination signs, windows, passenger seats,
passenger grab rails, and wheelchair lifts; wheel alignment, dynamometer and road testing; final
inspection, repairs and preparation of the vehicles for delivery.
The cost of the above mentioned activities for this order has been determined to be $14,845.59 per
bus.
COLORADO MOUNTAIN PURCHASING CONSORTIUM, EAGLE COUNTY REGIONAL TRANSPORTATION AUTHORITY
GYPSUM, CO
PRE -AWARD BUY AMERICA CERTIFICATE
THIRTY -FIVE FOOT (CNG -BRT) LOW FLOOR TRANSIT BUSES (QTY: 10 TO 135, BT7: CMPC -I 5- LTB -RFP)
19- Mar -15
GILLIG IS ONE OF THE MOST "AMERICAN" BUS MANUFACTURERS IN THE WORLD. Gillig is 100% U.S. owned and operated. ALL OF OUR
FACILITIES are located in the U.S.A. ALL OF OUR MANUFACTURING is done in the U.S.A. and we have a policy that stresses the use of products produced
in the U.S.A.
We certify full compliance with the FTA's "Buy America" regulations (Section 49 CFR Part 663) and submit the following abbreviated listing as evidence of this
compliance.
COMPONENT
AIR CONDITIONING SYSTEM
AIR DRYER ASSEMBLY
ALTERNATOR
BIKE RACK
BOOSTER PUMP
BULKHEAD ASSEMBLY
COMPOSITE FLOORING
DESTINATION SIGNS
DOOR CONTROLS & PANELS - FRONT
DOOR CONTROLS & PANELS - REAR
DRIVER'S SEAT
ELECTRICAL HARNESSES & CABLES
ELECTRICAL HARNESSES, CABLES & PANELS
ENGINE & AFTERTREATMENT SYSTEM
EXTERIOR MIRRORS
FABRICATIONS
FABRICATIONS
FABRICATIONS
FABRICATIONS
FIRE SUPPRESSION SYSTEM
FRONT AND REAR AXLE ASSEMBLIES
FRONT AND REAR BUMPER ASSEMBLIES
FRONT CAP
FUEL SYSTEM
MISCELLANEOUS
PASSENGER SEAT ASSEMBLIES
RADIATOR AND CHARGE AIR COOLER
REAR CAP ASSEMBLY
REAR SUSPENSION
ROOFHATCH
ROOF SKIN
TIRES
TRANSMISSION
WHEELCHAIR RAMP
WHEELWELL COVERS
WINDOW ASSEMBLIES
MANUFACTURER
THERMO KING
SKF USA, INC
C E NIEHOFF
SPORTWORKS
AMETEK TECHNICAL
ALVA GWYN
MILWAUKEE COMPOSITES
LUMINATOR
VAPOR BUS INTERNATIONAL
VAPOR BUS INTERNATIONAL
RECARO NORTH AMERICA
LACO INCORPORATED
COMPASS COMPONENTS
CUMMINS, INC
HADLEY PRODUCTS, INC - B &R DIVISION
DIE & TOOL PRODUCTS
GCM
HOGAN MANUFACTURING
IMPERIAL FABRICATING
AMEREX CORPORATION
MERITOR AUTOMOTIVE
DYTECH RO -LAB RUBBER CO.
AMTECH CORPORATION
AGILITY FUEL SYSTEMS
KD SPECIALTIES
AMERICAN SEATING
MODINE MANUFACTURING COMPANY
AMTECH CORPORATION
SAF HOLLAND USA
SPECIALTY MANUFACTURING INC
CRANE COMPOSITES, INC.
MICHELIN
ALLISON TRANSMISSION
LIFT -U
AMTECH LLC
DURA AUTOMOTIVE SYSTEM
SPECIFICALLY IDENTIFIED U.S. COMPONENTS AS A % OF TOTAL MATERIALS
FINAL ASSEMBLY - ALL VEHICLE ASSEMBLY OPERATIONS,
STARTING WITH THE UNDERSTRUCTURE THROUGH TO FINAL
ROAD TEST ARE DONE IN HAYWARD, CA GILLIG
PERCENT
COUNTRY OF TOTAL
OF ORIGIN COST
U.S.A.
U.S.A,
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S,A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S,A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
4.96%
0.12%
0.62%
0.30%
0.15%
0.13%
0.49%
0.78%
0.70%
0.65%
0.54%
0.68%
3.69%
8.83%
0.22%
0.93%
0.57%
4.29%
0.76%
0.48%
3.49%
0.48%
0.63%
10.21%
0.52%
3.97%
1,49%
0.24%
0.99%
0.11%
0.15%
0.83%
3.83%
1.71%
0.30%
2.24%
61.05% *
100.00%
a M 4 it ,AIZI ♦..
I MI;
Gillig LLC certifies that final assembly of its buses occurs at its manufacturing plant in Hayward,
California. The final assembly process consists of the assembly of the chassis; the installation and
interconnection of the engine, transmission, axles, including the cooling and braking systems; the
installation and interconnection of the heating and air conditioning equipment; the installation of
pneumatic and electrical systems; mounting of the body structure to the chassis; installation of door
systems; painting of the vehicle; installation of destination signs, windows, passenger seats,
passenger grab rails, and wheelchair lifts; wheel alignment, dynamometer and road testing; final
inspection, repairs and preparation of the vehicles for delivery.
The cost of the above mentioned activities for this order has been determined to be $15,694.43 per
bus.
COLORADO MOUNTAIN PURCHASING CONSORTIUM, EAGLE COUNTY REGIONAL TRANSPORTATION AUTHORITY
GYPSUM, CO
PRE -AWARD BUY AMERICA CERTIFICATE
FORTY FOOT (CNG -BRT) LOW FLOOR TRANSIT BUSES (QTY: 10 TO 135, BID: CMPC- I5- LTB -RFP)
19- Mar -15
GILLIG IS ONE OF THE MOST "AMERICAN" BUS MANUFACTURERS IN THE WORLD. Gillig is 100% U.S. owned and operated. ALL OF OUR
FACILITIES are located in the U.S.A, ALL OF OUR MANUFACTURING is done in the U.S.A. and we have a policy that stresses the use of products produced
m the U.S.A.
We certify full compliance with the FTA's "Buy America" regulations (Section 49 CFR Part 663) and submit the following abbreviated listing as evidence ofthis
compliance.
COMPONENT
AIR CONDITIONING SYSTEM
AIR DRYER ASSEMBLY
ALTERNATOR
BIKE RACK
BOOSTER PUMP
BULKHEAD ASSEMBLY
COMPOSITE FLOORING
DESTINATION SIGNS
DOOR CONTROLS & PANELS - FRONT
DOOR CONTROLS & PANELS - REAR
DRIVER'S SEAT
ELECTRICAL HARNESSES & CABLES
ELECTRICAL HARNESSES, CABLES & PANELS
ENGINE & AFTERTREATMENT SYSTEM
EXTERIOR MIRRORS
FABRICATIONS
FABRICATIONS
FABRICATIONS
FABRICATIONS
FIRE SUPPRESSION SYSTEM
FRONT AND REAR AXLE ASSEMBLIES
FRONT AND REAR BUMPER ASSEMBLIES
FRONT CAP
FUELSYSTEM
MISCELLANEOUS
PASSENGER SEAT ASSEMBLIES
RADIATOR AND CHARGE AIR COOLER
REAR CAP ASSEMBLY
REAR SUSPENSION
ROOF HATCH
ROOF SKIN
TIRES
TRANSMISSION
WHEELCHAIR RAMP
WHEELWELL COVERS
WINDOW ASSEMBLIES
MANUFACTURER
THERMO KING
SKF USA, INC
C E NIEHOFF
SPORTWORKS
AMETEK TECHNICAL
ALVA GWYN
MILWAUKEE COMPOSITES
LUMINATOR
VAPOR BUS INTERNATIONAL
VAPOR BUS INTERNATIONAL
RECARO NORTH AMERICA
LACO INCORPORATED
COMPASS COMPONENTS
CUMMINS, INC
HADLEY PRODUCTS, INC - B &R DIVISION
DIE & TOOL PRODUCTS
GCM
HOGAN MANUFACTURING
IMPERIAL FABRICATING
AMEREX CORPORATION
MERITOR AUTOMOTIVE
DYTECH RO -LAB RUBBER CO.
AMTECH CORPORATION
AGILITY FUEL SYSTEMS
KD SPECIALTIES
AMERICAN SEATING
MODINE MANUFACTURING COMPANY
AMTECH CORPORATION
SAF HOLLAND USA
SPECIALTY MANUFACTURING INC
CRANE COMPOSITES, INC.
MICHELIN
ALLISON TRANSMISSION
LIFT -U
AMTECH LLC
DURA AUTOMOTIVE SYSTEM
SPECIFICALLY IDENTIFIED U.S. COMPONENTS AS A % OF TOTAL MATERIALS
FINAL ASSEMBLY - ALL VEHICLE ASSEMBLY OPERATIONS,
STARTING WITH THE UNDERSTRUCTURE THROUGH TO FINAL
ROAD TEST ARE DONE IN HAYWARD, CA GILLIG
PERCENT
COUNTRY OF TOTAL
OF ORIGIN COST
U,S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A,
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S,A,
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
U.S.A.
4.89%
0.12%
0.61%
0.30%
0.15%
0.13%
0.19%
0.77%
0.69%
0.64%
0.53%
1.04%
3.42%
8.70%
021%
0.86%
0.75%
4,00°%
0.40%
0.86%
3.44%
0.48%
0.62%
10.07%
0.58%
4.30%
1.47%
0.24%
0.98%
0.10%
0.16°%
0.82%
3.78%
1.68%
0.29%
2.60%
60.85% *
100.00%
1 1 ' ♦ P I a 1" s.
0 • 1
/ 1 l
Gillig LLC certifies that final assembly of its buses occurs at its manufacturing plant in Hayward,
California. The final assembly process consists of the assembly of the chassis; the installation and
interconnection of the engine, transmission, axles, including the cooling and braking systems; the
installation and interconnection of the heating and air conditioning equipment; the installation of
pneumatic and electrical systems; mounting of the body structure to the chassis; installation of door
systems; painting of the vehicle; installation of destination signs, windows, passenger seats,
passenger grab rails, and wheelchair lifts; wheel alignment, dynamometer and road testing; final
inspection, repairs and preparation of the vehicles for delivery.
The cost of the above mentioned activities for this order has been determined to be $15,694.43 per
bus.
This is to certify that the Gillig transit bus model(s) proposed, complies (comply) with all
applicable Federal Motor Vehicle Safety Standard as required by the F.T.A. and the
D.O.T., and described in Title 49 CFR Chapter V, part 571-FMVSS, last revised on
October 1, 1998.
By
GILLIG LLC
JOSEPH POLICARPIO
TITLE VICE PRESIDENT
DATE MARCH 19, 2015
ENGINEERING REFERENCE:
SUBJECT: DATA
PART f 59-35132-003
STATUS: TB
COLORS: BLACK ON WHITE
DESCRIPTION: DATA PLATE
REMARKS: METRIC AND INCH—POUND UNITS (49 CFR PART 567)
LANGUAGE: ENGLISH
CUSTOMER: ALL
SERIAL NUMBER: N/A
r- MANUFACTURED BY
HAYWARD, CA
DATE,
GVWR:
kg
GAWK: FRONT
kg
WITH
TIRES,
AT
kPa
GAWR: REAR
kg
WITH
TIRES,
AT
kPa
REVISJONS
OMROTION
RELEASED FOR PRODUCTION
Ih
--Ib.
RIMS
psi COLD SINGLE
lb.
RIMS
Psi COLD DUAL
I'l-3
cz)
THIS VEHICLE CONFORMS TO ALL APPLICABLE U.S.
FEDERAL MOTOR VEHICLE SAFETY STANDARDS IN EFFECT
ON THE DATE OF MANUFACTURE SHOWN ABOVE.
SPECIFICATIONS:
1. MATERIAL IS 59-52697-000
2. SURFACE PRINTING. BLACK ARTWORK.
3. DIMENSIONS ARE 6.125" WIDE BY 4.56" HIGH. (0.1 "LETTERING MINIMUM)
PASSENGER
I
9
ITEM NO I DESCRIPTION QTY
zi2 j GILLIG C40RP.
� HAMARD. CA
_ aw jUi AS RH OPPOSITE ND6F
TITLE-
4C.IMDOO�"V ^NOj M "O�ry OF THE MUD COA DECAL—DATA PLATE
un.1mmomw'Ov oft
W." on '90=c�r w
�A.M.WRID-10" Motu GILLIG LLC
I Olaim oic "". wa. 4.�" ums I JJC DA' 03/17/09 I!tLT'
MC.AUA ANDULaA
36: A6 _E�a - i�4
An. 415 THAD ANGLE —
.Is.- DESIGN
STD NO 302
I El 11353 d
FULL 5 ", 9-35132-OC
SHEET I
Y , a I !,
�qLAVTIWTMN
! M
CER 14.2 Debarment and Suspension Certification for Prospective
Contractor
Primary covered transactions must be completed by Proposer for contract value over $25,000.
Choose one alternative:
GILLIG LLC
- The Proposer, m: ... , certifies to the best of its knowledge and belief that it and its
principals:
1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by any federal department or agency;
2. Have not within a three -year period preceding this Proposal been convicted of or had a
civil judgment rendered against them for commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a public (federal, state or
local) transaction or Contract under a public transaction; violation of federal or state
antitrust statutes or commission or embezzlement, theft, forgery, bribery, falsification or
destruction of records, making false statements, or receiving stolen property;
3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental
entity (federal, state, or local) with commission of any of the offenses enumerated in
Paragraph 2 of this certification; and
4. Have not within a three -year period preceding this Proposal had one or more public
transactions (federal, state or local) terminated for cause or default.
I
- The Proposer is unable to certify to all of the statements in this certification, and attaches
its explanation to this certification. (In explanation, certify to those statements that can be
certified to and explain those that cannot.)
The Proposer 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 Title
31 USC § Sections 3801 are applicable thereto.
- Executed in N i4.ii- *seft..ed t % -i--A stateli HAYWARD, CA
Name: JOSEPH POLICARPIO, VICE PRESIDENT
Authorized signature
44
CMPC-15-LTB-RFP
MARCH 19, 2015
�--,
Colorado Mountain
Purchasing Consortium
CER 14.3 Debarment and Suspension Certification
(Lover -Tier Covered Transaction)
This form is to be submitted by each Subcontractor receiving an amount exceeding $25,000.
- The prospective lower -tier participant (Proposer) certifies, by submission of this Proposal, that neither
it nor its "principals" as defined at 49 CFR § 29.105(p) is presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any
federal department or agency.
If the prospective Proposer is unable to certify to the statement above, it shall attach an explanation, and
indicate that it has done so by placing an "X" in the following space:
THE PROPOSER, GILLIG LLC CERTIFIES OR
AFFIRMS THE TRUTHFULNESS AND ACCURACY OF EACH STATEMENT OF ITS CERTIFICATION
AND EXPLANATION, IF ANY. IN ADDITION, THE PROPOSER UNDERSTANDS AND AGREES THAT
THE PROVISIONS OF 31 USC §§ 3801 ET SEQ. APPLY TO THIS CERTIFICATION AND
EXPLANATION, IF ANY.
Name and title of the Proposer's authorized official: JOSEPH POLICARPIO, VICE PRESIDENT
A
MARCH 19, 2015
Authorized signature Date I
45
January
Colorado Mountain
- I , 'hm
siucilumml
MA illlro'
101"41 NEW",
State of CALIFORNIA
County of ALAMEDA
JOSEPH POLICARPIO
being first duly sworn, do
hereby state that
(Name of Affiant)
Iam VICE PRESIDENT of
GILLIG LLC
(Capacity) (Name of Firm, Partnership or corporation)
whose business is
MANUFACTURE AND SALE TRANSIT BUSES
and who resides at
25800 CLAWITER ROAD, HAYWARD, CA 94545
and that
GILLIG LLC
(Give names of all persons, firms, or corporations interested in the bid)
is/are the only person(s) with me in the profits of the herein contained Contract; that the Contract
is made without any connection or interest in the profits thereof with any persons making any
Proposal for said Work; that the said Contract is on my part, in all respects, fair and without
collusion or fraud, and also that no members of the Board of Trustees, head of any department or
bureau, or employee therein, or any employee of the Authority, is directly or indirectly interested
therein.
MARCH 19, 2015
Signature of Affiant Date
Sworn to before me this 19TH day of
MARCH f 20 15
SEE ATTACHED
Seal
Notary public
My commission expires: JULY 19, 2016
46
CMPC-15-LTB-RFP January 2015
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate
is attached, and not the truthfulness, accuracy, or
validity of that document.
Mate of California
County of ALAMEDA
Subscribed and sworn to (or affirmed) before me on this 19TH
day of MARCH 20 15 , by JOSEPH POLICARPIO
proved to me on the basis of satisfactory evidence to be the
person(s) who appeared before me.
p M. GONZALEZ- BECERR
y., COMM. NO. 1985400
NOTARY PUBLIC CALIFORNIA w
ALAMEDA COUNTY {
My Comm. Expires July 19, 2016
(Seal) Signatur }
My commission number: 1985400
My commission expires: JULY 19, 2016
loll
• • • •
Type or Title of Document: CER 14.4 NON-COLLUSION AFFIDAVIT
Signer's Name: JOSEPH .! •,
Document 1. te: MARCH 19,2015
Colorado t i Section
Purchasing r
CER 14.5 Lobbying Certification
This form is to be submitted with an offer exceeding $100,000.
The Proposer certifies, to the best its knowledge and belief, that:
1. 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 a federal department
or agency, a member of the U.S. Congress, an officer or employee of the U.S. Congress, or an
employee of a member of the U.S. 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 thereof.
2. If any funds other than federal appropriated funds have been paid or will be paid to any person for
making lobbying contacts to an officer or employee of any agency, a member of Congress, an officer
or employee of Congress, or an employee of a member of Congress in connection with this 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 instruction, as amended by
"Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96).
3. The undersigned shall require that the language of this certification be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants and contracts under
grants, loans and cooperative agreements) and that all subrecipients 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, USC § 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 PROPOSER, GILLIG LLC
CERTIFIES OR AFFIRMS
THE TRUTHFULNESS AND ACCURACY OF EACH STATEMENT OF ITS CERTIFICATION AND
DISCLOSURE, IF ANY. IN ADDITION, THE PROPOSER UNDERSTANDS AND AGREES THAT THE
PROVISIONS OF 31 USC T§ 3801 ET SEQ. APPLY TO THIS CERTIFICATION AND DISCLOSURE, IF
ANY.
Name of the bidder or Proposer's authorized official:
JOSEPH POLICARPIO
Title:
VICE PRESIDENT
" MARCH 19, 2015
Signat re Date
Per paragraph 2 of the included form Lobbying Certification, add Standard Form —LLL,
"Disclosure Form to Report Lobbying," if applicable.
47
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
1 M t
CER 14.6 Certificate of Compliance with Bus Testing Requirement
The undersigned certifies that the vehicle offered in this procurement complies and will , when delivered
comply with 49 USC § 5323(c) and FTA's implementing regulation at 49 CFR Part 665 according to the
indicated one of the following three alternatives.
Mark one and only one of the three blank spaces with an "X."
1. *X The buses offered herewith have been tested in accordance with 49 CFR Part 665 on
SEE BELOW (date). If multiple buses are being proposed, provide additional bus testing
information below or on attached sheet. The vehicles being sold should have the identical
configuration and major components as the vehicle in the test report, which must be submitted
with this Proposal. If the configuration or components are not identical, then the manufacturer
shall provide with its Proposal a description of the change and the manufacturer's basis for
concluding that it is not a major change requiring additional testing. If multiple buses are being
proposed, testing data on additional buses shall be listed on the bottom of this page.
The manufacturer represents that the vehicle is "grandfathered" (has been used in mass
transit service in the United States before October 1, 1988, and is currently being produced
without a major change in configuration or components), and submits with this Proposal the
name and address of the recipient of such a vehicle and the details of that vehicle's configuration
and major components.
The vehicle is a new model and will be tested and the results will be submitted to the Agency
prior to acceptance of the first bus.
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 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.
Company name: GILLIG LLC
Name and title of the Proposer's authorized official:
JOSEPH POLICARPIO, VICE PRESIDENT
Signature
NOTE: REFERENCE OUR ATTACHED CERTIFICATION.
ALTOONA TEST REPORTS
LOW FLOOR 29' DIESEL - JUNE 2000
LOW FLOOR 35'/40' DIESEL - DECEMBER 2004
LOW FLOOR 29' CNG - JANUARY 2012
LOW FLOOR 35'/40' CNG - SEPTEMBER 2013
MARCH 19, 2015
Date
48
CMPC-15-LTB-RFP January 1
This is to certify that the bus model proposed for your procurement complies with
the bus testing regulations required by the Surface Transportation and Uniform
Relocation Assistance Act of 1987 as defined in the Interim Final Rulemaking
(IFR) by the FTA in the Federal Register 49 CFR Part 665, dated July 28, 1992.
This statement means that the proposed vehicle complies with one or more of the
clauses below, as required by the above IFR:
was in mass transportation service prior to September 30, 1988, or
is the same vehicle model that has been previously tested in PTI (Altoona),
and that
any new component(s) has (have) been tested at PTI (Altoona), or
the installation of any new component(s) did not result in significant
structural modification to the vehicle; or
the installation of the component(s) did not result in a significant change in
the data obtained from previous testing of the vehicle model.
By
ILLI
JOSEPH POLICARPIO
TITLE VICE PRESIDENT
DATE MARCH 19, 2015
8 /08
Colorado Mountain
CER 14~7 Disadvantaged Business Enterprise TVM Certification
The Proposer, J a Transit Vehicle Manufacturer (TVM), hereby certifies that is has complied with the
requirements of 49 CFR, Section 25.49 by submitting an annual DBE/ VVBE goal to the Federal Transit
Administration (FTA).The goal has either been approved urnot 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 [ am duly authorized by said manufacturer to make this certification,
Proposer / Manufacturer
Name nf Manufacturer/ Proposer
Authorized Signature of Representative Date
JOSEPHPDL|CARP0 VICE PRESIDENT
Type or Print Name Title
NOTE: REFERENCE OUR ATTACHED CERTIFICATION.
49
CMPC-15-LTB-RFP January 2015
I 04110031111W11 tki"
L]1BEMBE) CERTIFICATION
Gillig LLC, Box 3008, Hayward, California 94545, hereby certifies that Gillig
LLC has complied with the requirements of 49 CFR Part 26 of the Transportation
Assistance Act of 1982, and submitted the required documents to the Federal
Transit Administration (FTA).
The FTA advised that Gillig has obtained 49 C.F.R. Part 26.49 certification and
we are eligible to bid on federally funded contracts in FY2015. Transit customers
may call the FTA for verification.
BRITNEY BERRY
FEDERAL TRANSIT ADMINISTRATION
Office of Civil Rights
1200 New Jersey Avenue SE
Washington, DC 20590
Phone: 202-366-1065
E-mail: britney.berry@dot.gov
GILLIG LLC
By
JOSEPH POLICARPIO
TITLE -VICE PRESIDENT
DATE MARCH 19, 2015
9-14
01011111 MNIUMN I I,
UT a I" W I'm N I N Lem 14163
GILLIG LLC, a Transit Vehicle Manufacturer, hereby certifies that it has complied with
the requirements of 49 CFR Part 26 by submitting an annual combined Disadvantaged
Business Enterprise (DBE) goal to the Federal Transit Administration (FTA). The goals
apply to Federal Fiscal Year 2015 and have not been approved or disapproved by the
FTA.
By
GILLIG LLC
10-13
Colorado Mountain
CER 14.8 Federal Motor Vehicle Safety Standards
The Proposer hereby certifies that it shall comply with the safety related FMVSS requirements contained in
Section 6: Technical Specifications.
The Proposer and (if selected) 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.
Company name: GILLIG LLC
Name of signer: JOSEPH POLICARPIO
Title: VICE PRESIDENT
MARCH 19, 2015
Authorized Signature Date
NOTE: REFERENCE OUR ATTACHED SELF CERTIFICATION STICKER.
50
CMPC-15-LTB-RFP January 2 015
ENGINEERING REFERENCE:
SUBJECT: DATA
PART #: 59-35132-003
STATUS: TB
COLORS: BLACK ON WHITE
DESCRIPTION: DATA PLATE
REMARKS: METRIC AND INCH—POUND UNITS (49 CFR PART 567)
LANGUAGE: ENGLISH
CUSTOMER:ALL
SERIAL NUMBER: N/A
REVISIONS
PRODUCTION
?'-MANUFACTURED BY GILLIG LLC
HAYWARD, CA DATE:
191 0
GVWR: kg lb.
GAWK: FRONT kg —lb.
WITH TIRES, RIMS
AT kPa psi COLD SINGLE
GAWR: REAR kg lb.
WITH TIRES, RIMS
AT kPa psi COLD DUAL
THIS VEHICLE CONFORMS TO ALL APPLICABLE U.S.
FEDERAL MOTOR VEHICLE SAFETY STANDARDS IN EFFECT
ON THE DATE OF MANUFACTURE SHOWN ABOVE. U15 tn
VEHICLE I.D. NO.:
SPECIFICATIONS:
1. MATERIAL IS 59-52697-000
2. SURFACE PRINTING, BLACK ARTWORK.
3. DIMENSIONS ARE 6.125" WIDE BY 4.56" HIGH. (0.1 "LETTERING MINIMUM)
PASSENGERS
ul)
ITEM NO DESCRIFMN QTY
GILUG CORP.
10110.LI107 MAYWARD,CA 105I7E NIX
oti PACP COF�nIALL* MO 11 � "WM� MUC COF"OlklnON, DECAL—DATA PLATE
USE" OR olv=�L Of WE O�Eml w �
O"_ ai � o""O. vem—c4 =17;e WET OE
�ow, GILLIG LLC
REOO" 4L "Ft$, DREM I R"P EOCIEs jic 1"' 03117/09 1='! 'L
Q Ax{ 3
THAD AWl E_
DESIGN
STD NO 302
RE172353
FUFE��59-35132-003
SHEET 1
Ill
Colorado Mountain
CER 14.9 Certification of Compliance with the Americans with
Disabilities Act of 1990
The Proposer hereby certifies that it shall comply with all requirements contained in Section 6 - Technical
Specifications relating to bus design or special equipment required by the Americans with Disabilities Act
of 1990.
Company name: GILLIG LLC
Name of signer: JOSEPH POLICARPIO
Title: VICE PRESIDENT
Authorized Signature
MARCH 19, 2015
Date
51
CMPC-15-LTB-RFP January 2015
Questions / Requests for Clarifications from the CMPC for CMPC- I5 -LTB -RFP
Proposal from Gillig
May 6, 2015
30 Foot
35 foot
40 foot
Qualifications: Provide financial statements prepared in accordance with generally
accepted accounting principles of the jurisdiction in which the proposer is located, and
audited by an independent certified public accountant as requested under qualifications
requirements.
Technical Specifications: Provide information on fire safety and fire suppression system
offered with proposal.
Technical Specifications: Seatbelts are still a requirement of the specification. Provide an
alternative seat type that is comparable to that specified in the RFP specifications that will
allow for seatbelts. Or is Gillig stating that regardless of seat type, seatbelts will not be
provided?
Technical Training Package Requirements: The scope of the training proposed by Gillig
is excellent. The issue the CMPC member agencies struggle with is that due to the nature of
the operation, employee turnover, and retraining needs that will occur over the life of the
bus, the CMPC is requesting a delivery method that is repeatable. To that extent, the CMPC
would like to review an example of the training DVDs Gillig mentions in their
proposal. How will this electronic material be updated by Gillig as maintenance procedures
change? How will the CMPC be updated? Are there licensing fees that are associated with
updates?
Is the hands -on training offered by Gillig and other subcomponent manufacturers only to
be completed at a location determined by the supplier, or can the CMPC members have a
central training location in Colorado that mechanics can attend? Can the training be
offered "a la carte" if provided in Colorado?
The CMPC is not looking for Gillig to "eat" any costs in relation to the training package
requested. Anything offered or negotiated will be considered an optional pricing item and
Gillig should charge the CMPC member agencies fairly and appropriately.
Technical Service /Support Package: Is Gillig open to discussing with the CMPC
additional methods and associated costs to meet FTA State of Good Repair requirements?
The CMPC has some additional methods it would like to discuss with Gillig.
Price Proposal: On the 30 -foot
bus, please confirm that Diesel
fuel fillers are quoted as $996.00.
Price Proposal: Please explain N/A for Forced Air Floor -Level Heating; Convector Air
Floor -Level Heating; and Warm Wall Heating (30 foot only). Does this mean this is Not
Available? If not, why?
Price Proposal: Explain why a
Rear Door Location W/C Loading
System: Flip -Out Design Ramp is
"N /A" on the 30 -foot bus
proposed.
Price Proposal: Please clarify
the maximum number of
ambulatory passenger seats that
can be installed on a 30 -foot bus
in a perimeter style
configuration. We are trying to
acquire 27 ambulatory
passenger seats, is that possible?
Please consider in your answer
providing any type of slim design
seating (i.e. Kiehl) available to
try and meet our passenger
capacity requirements without
going to a 35 -foot configuration.
Price Proposal - Extended Warranties: Will Gillig offer both a Cummins Engine and
Allison Transmission Extended Warranty? If yes, please define the term and price.
Price Proposal - Price Adjustments: While it was appreciated that various pricing of bus
subcomponents or vehicle feature options were provided in the price sheets that
accompanied the Price Proposal, how will Gillig determine pricing for items that CMPC
member agencies identify at the time of order that is not currently listed in the price
sheets? The CMPC requires an actual methodology Gillig will employ to determine both
increases and decreases in pricing per individual order.
Parts Availability: The CMPC has had issue in the past with a long lead -time for parts.
What is Gillig's proposal guarantee for long lead -time parts? Can these parts be identified
up front and how can you accommodate CMPC member agencies who must repair buses
quickly, especially during the peak winter season?
Also, what percentage of bus parts does Gillig have in stock; please give some reference as
to common in stock parts?
Section 4 Special Provisions Payment Terms Deviation: In requesting alternative
language that excludes providing manuals, certifications and post- delivery audit
requirements at the time of delivery and acceptance, before payment is to be made, is Gillig
stating that these documents will not be provided before payment is required of the CMPC
member agency?
Section 4 Special Provisions Insurance Deviation: Eagle County is asking if Gillig will
comply with Section 10 Contract - 6. Insurance to add Eagle County as an additional
insured, as this is an Eagle County requirement, non - negotiable.
Section 10 Contract: Will Gillig be able to agree to the Indemnification requirements of
Eagle County on page 3 Section 7 of the draft contract as stated? The deviation request of
Gillig's providing alternative language will not be approved by Eagle County.
3
Post Office Box 3008
Hayward, CA 94540 -3008
(510) 785 -1500
FAX: (510) 785 -6819
May 11, 2015
Ann Beauvais
CMPC Program Administrator
RAE CONSULTANTS, INC.
2212 West Platte Avenue
Colorado Springs, CO 80904
RE: CMPC- I5- LTB -RFP
QUESTIONS/REQUEST FOR CLARIFICATIONS
DATE DUE: MAY 15, 2015
Dear Ms. Beauvais:
In response to your Questions and Requests for Clarification email dated May 7, 2015 GILLIG
would like to respond as follows. For convenience sake, we have listed your question first
followed by GILLIG's responses.
1) Qualifications: Provide financial statements prepared in accordance with generally
accepted accounting principles of the jurisdiction in which the proposer is located, and
audited by an independent certified public accountant as requested under qualifications
requirements.
GILLIG RESPONSE:
As a privately held company, GILLIG considers our financial statements to be highly
confidential and therefore does not provide copies of our statements to third parties.
We can make provisions for CMPC to review the financial statements as part of a
pre -award Buy America Audit.
2) Technical Specifications: Provide information on fire safety and fire suppression system
offered with proposal.
GILLIG RESPONSE:
The GILLIG Low Floor bus is fully compliant with all the applicable Federal Motor
Vehicle Safety Standards ( FMVSS), including FMVSS 302, which is the current
industry standard on fire safety.
J< , "'App=
���
Questions and Requests for Cluffications
CMPC- i 5- LTB -RFP
May 11, 2015
2 1 P a g e
A galvanized steel engine compartment heat shield is bolted to the metal tube frame
above the engine compartment to provide a mounting platform for the air
conditioning unit and the inner bulkhead. The shield forms a protective barrier,
shielding the AC system, which is mounted on top, from excess heat from the engine.
Various holes are cut into the heat shield for component placement. UIJ classified
polyurethane foam, available from GILLIG Parts, is used as a fire sealant on large
openings on the heat shield panel where pipes, cables, and hoses pass through. This
shield is not insulated and does not require maintenance.
The inner bulkhead consists of 314" thick plywood with sheets of 18 -gauge steel
laminated on the engine side and .45" aluminum laminated on the interior side. Air
conditioning system controls are accessible through the hinged grille in the center of
the bulkhead, and vent holes are cut into either side of the control access. The AC
system is attached to the bulkhead with bolts. Silicon fire sealant is used throughout
the AC compartment and the engine compartment in small gaps and corners. One
inch thick baryfoil insulation is glued and clamped in place. Special fire- retardant
stainless steel transition ducts are mounted with self- tapping screws to the vent holes
to provide air flow into the bus.
To protect passengers and the bus from fire, GILLIG provides a fire detection system
as a standard on all buses. The fire detection system consists of red linear heat
detection wires, which are routed throughout the engine and air conditioning
compartments. The wires lead to the fire alarm bell and indicator light in the driver's
area. The red linear heat detection wires have two wires within that are insulated
from each other. When a fire occurs in the engine or air conditioning compartments
or when the temperature exceeds 348° F, the insulation surrounding the two wires
melts, causing them to contact each other. This contact causes the wires to complete
a circuit to ground, which in turn leads to the activation of the fire alarm bell and
indicator light. At this point, the engine fan and the air conditioning/heating unit
automatically shut down.
GILLIG's proposal includes an Amerex V -25 dry chemical fire suppression system.
A pressurized cylinder containing the extinguishing agent is located on the curbside
of the bus, accessible through the curbside engine compartment door. Fixed
temperature thermostats and dispensing nozzles are strategically located in the
engine and HVAC compartments. If a fire starts the system can be manually activated
or automatically by a signal sent from the temperatures sensors to an electrical
actuator that opens the valves of the cylinder, dispensing the agent.
3) Technical Specifications: Seatbelts are still a requirement of the specification. Provide
an alternative seat type that is comparable to that specified in the RFP specifications that
will allow for Seatbelts. Or is Gillig stating that regardless of seat type, seatbelts will not
be provided?
Questions and Requests f'or Clarifications
CMPC- 15 -L; TB -RFP
Nla} 11, 2015
3!Page
GILLIG RESPONSE:
GILLIG has not provided seat belts for Eagle County, City of Aspen, RFTA, Summit
County, Town of Avon, Town of Breckenridge, or Town of Snowmass Village on prior
bus deliveries. Please advise which members require seat belts and for which size
buses so we can further investigate.
4) Technical Training Package Requirements: The scope of the training proposed by Gillig
is excellent. The issue the CMPC member agencies struggle with is that due to the nature
of the operation, employee turnover, and retraining needs that will occur over the life of
the bus, the CMPC is requesting a delivery method that is repeatable. To that extent, the
CMPC would like to review an example of the training DVDs Gillig mentions in their
proposal. How will this electronic material be updated by Gillig as maintenance procedures
change? How will the CMPC be updated? Are there licensing fees that are associated with
updates?
Is the hands - - -on training offered by Gillig and other subcomponent manufacturers only to
be completed at a location determined by the supplier, or can the CMPC members have a
central training location in Colorado that mechanics can attend? Can the training be offered
"a la carte" if provided in Colorado?
The CMPC is not looking for Gillig to "eat" any costs in relation to the training package
requested. Anything offered or negotiated will be considered an optional pricing item and
Gillig should charge the CMPC member agencies fairly and appropriately.
GILLIG RESPONSE:
GILLIG will provide a sample set of the DVD training videos for CMPC to review.
GILLIG provides a set of training DVDs to every customer as buses are ordered.
Updates to these DVDs are made periodically and may be requested from GILLIG's
Sales, Field Service or Publications departments. Note that updated DVDs may
include information which is not relevant to older equipment. GILLIG does not
charge licensing fees for video updates.
Yes, GILLIG can schedule GILLIG training at a variety of locations and will work
with the CMPC to schedule training which best meets the needs of the consortium
members. GILLIG will work with the vendors which supply vendor specific training
to meet the needs of CMPC, however certain training may be available only at local
dealers. GILLIG can provide training on a course by course basis subject to
instructor availability and class size limitations. We welcome the opportunity to
further discuss our training options with the CMPC.
Questions and Requests for Ckuificarion:
C1v1PC- l5 -M -UP
'\play 11, 2015
4 1 P a g e
5) Technical Service /Support Package: Is Gillig open to discussing with the CMPC
additional methods and associated costs to meet FTA State of Good Repair requirements?
The CMPC has some additional methods it would like to discuss with Gillig.
GILLIG RESPONSE:
Yes.
6) Price Proposal: On the 30 -foot bus, please confirm that Diesel fuel fillers are quoted at
$996.00.
GILLIG RESPONSE:
The base bus includes a single fast fill location on the curb side of the bus. The option
to add a second fast fill location on the street side of a 35' or 40' diesel bus is priced
at $996. Dual fill locations is not an available option on the 29' bus due to the fuel
tank location.
7) Price Proposal: Please explain N/A for Forced Air Floor -- -Level Heating; Convector Air
Floor -- -Level Heating; and Warm Wall Heating (30 foot only). Does this mean this is Not
Available? If not, why?
NIA refers to Not Available. The 30' bus cannot have warm wall heating due to the
fuel tank location and chassis plumbing limitations. GILLIG can provide underseat
floor heaters on the 35' and 40' buses.
8) Price Proposal: Explain why a Rear Door Location W/C Loading System: Flip -- -Out
Design Ramp is "N /A" on the 30- - -foot bus proposed
GILLIG RESPONSE:
GILLIG has not performed the engineering necessary to install a wheelchair ramp in
the rear door of a 30 foot bus which would require substantial chassis modifications
and rerouting of various harnesses and fluid lines. Pricing for this option is not
currently available and therefore is not offered at this time.
9) Price Proposal: Please clarify the maximum number of ambulatory passenger seats that
canbe installed on a3 0 --- footbus in a perimeter style configuration. We are trying to acquire
27 ambulatory passenger seats, is that possible? Please consider in your answer providing
Questions and Requests for Clarifications
C-\,4PC-15-L'FB-RFP
May 11,'415
5Page
any type of slim design seating (i.e. Kiel) available to try and meet our passenger capacity
requirements without going to a 35 -- -foot configuration.
GILLIG RESPONSE:
The maximum number of passengers that can be seated with no wheelchairs on the
bus and a rear door is 26. Through the elimination of the rear door and the use of
split fuel tanks for the diesel bus (or the elimination of the rear door on a CNG bus)
the passenger seating can be increased to 28 seated. Please reference the attached
seating layouts. Similar layouts can be provided for a variety of seating options.
10) Price Proposal — Extended Warranties: Will Gillig offer both a Cummins Engine and
Allison Transmission Extended Warranty? If yes, please define the term and price.
GILLIG RESPONSE:
GILLIG can offer extended coverage on the Cummins Engine and Allison
Transmission for a period of 5 years or 300,000 miles (whichever comes first) at the
following costs:
Cummins ISL (Diesel)
$5,693.00
Cummins ISL-G (CNG)
$7,904.00
Allison B40OR
$2,693.00
11) Price Proposal — Price Adjustments: While it was appreciated that various pricing of bus
subcomponents or vehicle feature options were provided in the price sheets that
accompanied the Price Proposal, how will Gillig determine pricing for items that CMPC
member agencies identify at the time of order that is not currently listed in the price sheets?
The CMPC requires an actual methodology Gillig will employ to determine both increases
and decreases in pricing per individual order.
GILLIG would use current option pricing based on similar contracts.
12) Parts Availability: The CMPC has had issue in the past with a long lead-time for parts.
What is GILLIG's proposal guarantee for long lead-time parts? Can these parts be
identified up front and how can you accommodate CMC member agencies who must repair
buses quickly, especially during the peak winter season?
Also, what percentage of bus parts does Gillig have in stock; please give some reference
as to common in stock parts?
Questions and Requests for Clarifications
CMPC- 15- LTB -RFP
11ay 11, 1-0 15
6'P a g e
GILLIG RESPONSE:
In 2013, GILLIG purchased a 108,000 sq ft warehouse and office building which has
allowed us to make significant investments in our parts inventory. We have been
receiving overwhelmingly positive feedback since this investment and have
recognized significant improvements in same day order fulfilment. Through the over
14,000 SKUs stocked in our warehouse and the additional inventory held by our
suppliers for shipment directly to customers, 92% of all transit bus orders received
are shipped within 48 hours and the percentage rises to 96% in an additional 72 hours
(excluding weekends) and 99% within 3 additional working days.
We compared the most recently created Recommended Stocking List for a customer
to our inventory system and noted we have 93% of the components in stock.
It can be difficult to forecast the demand for and therefore stock components which
are infrequently purchased from GILLIG. Our buyers work closely with our
suppliers to manage lead -times on the components which are not stocked to minimize
the impact on our customers. GILLIG's Aftermarket buyers routinely work with our
Production buyers, vendors and even customers who may have stock of components
to meet the needs of our customers.
To ensure timely receipt of parts GILLIG has the following shipping policies:
• All in -stock bus -down orders received by 4:00 p.m. PST are shipped the same
day (2nd day air freight at no charge or next day air, at your expense).
• All backordered requirements are shipped within 24 hours of receipt from the
vendor.
• All orders are shipped UPS 2nd day air, freight prepaid at no charge to you
(subject to UPS size and weight limitations).
13) Section 4 Special Provisions Payment Terms Deviation: In requesting alternative
language that excludes providing manuals, certifications and post - -- delivery audit
requirements at the time of delivery and acceptance, before payment is to be made, is Gillig
stating that these documents will not be provided before payment is required of the CMPC
member agency?
GILLIG RESPONSE:
Certifications and post - delivery audit requirements will be provided prior to
payment. Manuals will be provided approximately 30 days after delivery of the first
production unit of each unique fleet.
Questions and Requests fbi- Chu•ficaflorLs
C',TC-t5-L'rB-RFP
May 11, 2015
7 1 P a g e
14) Section 4 Special Provisions Insurance Deviation: Eagle County is asking if Gillig will
comply with Section 10 Contract --- 6. Insurance to add Eagle County as an additional
insured, as this is an Eagle County requirement, non - -- negotiable.
GILLIG RESPONSE:
GILLIG will list Eagle County as an additional insured.
15) Section 10 Contract: Will Gillig be able to agree to the Indemnification requirements of
Eagle County on page 3 Section 7 of the draft contract as stated? The deviation request of
GILLIG's providing alternative language will not be approved by Eagle County.
GILLIG RESPONSE:
Yes.
We thank you for this opportunity and please let us know if you have any further questions.
Sincerely,
Enclosures
CC: Benjamin M. Grunat, Director of National Sales
Javier Hernandez, Jr., Director of Project Sales Management
Joe Saldafta, Regional Sales Manager
Questions J Requests for Clarifications from the CMPC for CMPC- I5 -LTB -RFP
Proposal from Gillig
May 6, 2015
30 Foot
35 foot
40 foot
Qualifications: Provide financial statements prepared in accordance with generally
accepted accounting principles of the jurisdiction in which the proposer is located, and
audited by an independent certified public accountant as requested under qualifications
requirements.
Technical Specifications: Provide information on fire safety and fire suppression system
offered with proposal.
Technical Specifications: Seatbelts are still a requirement of the specification. Provide an
alternative seat type that is comparable to that specified in the RFP specifications that will
allow for seatbelts. Or is Gillig stating that regardless of seat type, seatbelts will not be
provided?
Technical Training Package Requirements: The scope of the training proposed by Gillig
is excellent. The issue the CMPC member agencies struggle with is that due to the nature of
the operation, employee turnover, and retraining needs that will occur over the life of the
bus, the CMPC is requesting a delivery method that is repeatable. To that extent, the CMPC
would like to review an example of the training DVDs Gillig mentions in their
proposal. How will this electronic material be updated by Gillig as maintenance procedures
change? How will the CMPC be updated? Are there licensing fees that are associated with
updates?
Is the hands -on training offered by Gillig and other subcomponent manufacturers only to
be completed at a location determined by the supplier, or can the CMPC members have a
central training location in Colorado that mechanics can attend? Can the training be
offered "a la carte" if provided in Colorado?
The CMPC is not looking for Gillig to "eat" any costs in relation to the training package
requested. Anything offered or negotiated will be considered an optional pricing item and
Gillig should charge the CMPC member agencies fairly and appropriately.
Technical Service /Support Package: Is Gillig open to discussing with the CMPC
additional methods and associated costs to meet FTA State of Good Repair requirements?
The CMPC has some additional methods it would like to discuss with Gillig.
Price Proposal: On the 30400t
bus, please confirm that Diesel
fuel fillers are quoted as $996.00.
Price Proposal: Please explain N/A for Forced Air Floor -Level Heating; Convector Air
Floor -Level Heating; and Warm Wail Heating (30 foot only). Does this mean this is Not
Available? If not, why?
Price Proposal: Explain why a
Rear Door Location W f C Loading
System: Flip-Out Design Ramp is
"N /A" on the 30 -foot bus
proposed.
Price Proposal: Please clarify
the maximum number of
ambulatory passenger seats that
can be installed on a 30 -foot bus
in a perimeter style
configuration. We are trying to
acquire 27 ambulatory
passenger seats, is that possible?
Please consider in your answer
providing any type of slim design
seating (i.e. Kiehl) available to
try and meet our passenger
capacity requirements without
going to a 35 -foot configuration.
Price Proposal - Extended Warranties: Will Gillig offer both a Cummins Engine and
Allison Transmission Extended Warranty? If yes, please define the term and price.
Price Proposal - Price Adjustments: While it was appreciated that various pricing of bus
subcomponents or vehicle feature options were provided in the price sheets that
accompanied the Price Proposal, how will Gillig determine pricing for items that CMPC
member agencies identify at the time of order that is not currently listed in the price
sheets? The CMPC requires an actual methodology Gillig will employ to determine both
increases and decreases in pricing per individual order.
Parts Availability: The CMPC has had issue in the past with a long lead -time for parts.
What is Gillig's proposal guarantee for long lead -time parts? Can these parts be identified
up front and how can you accommodate CMPC member agencies who must repair buses
quickly, especially during the peak winter season?
Also, what percentage of bus parts does Gillig have in stock; please give some reference as
to common in stock parts?
Section 4 Special Provisions Payment Terms Deviation: In requesting alternative
language that excludes providing manuals, certifications and post-delivery audit
requirements at the time of delivery and acceptance, before payment is to be made, is Gillig
stating that these documents will not be provided before payment is required of the CMPC
member agency?
Section 4 Special Provisions Insurance Deviation: Eagle County is asking if Gillig will
comply with Section 10 Contract - 6. Insurance to add Eagle County as an additional
insured, as this is an Eagle County requirement, non-negotiable.
Section 10 Contract: Will Gillig be able to agree to the Indemnification requirements of
Eagle County on page 3 Section 7 of the draft contract as stated? The deviation request of
Gillig's providing alternative language will not be approved by Eagle County.
3
Z
0
} Li
m� q�
0
C C C
Z
n3
CL
z
ov�oi- i 12
a
a
C
F
(n°
2 0
oN
0
Wz wN I�
c`Sw �U IF
a
a
cc
ul
L
is
�p J:r.o rK � z�
om3
Ia-w
O
zQ OZ Io
.�
QJ
Z
4
J
f- U
n
¢q U3 Iq
�7
//�
V T'
8
CID 8
=
o ix
to
Q
�N
ACC
N j
t0
O¢Zzu
j
�D
.
FS 3F
o
atS
Q
E
�VI
Ow
z
oo cz s o
CO
'�/�
co
��;� �;C VlvFi v~i Vl
��ao
lwkwwww
�o ow Q
p
0
"
vii
d�aa�QO¢¢aa
Z
Z .
—O
°Sz
€�
V
E
o-o
>g z�c�i
mz °m
£
^M
�a
z �a�
00033a
=¢aaa
u z
.ram
I
I I
I NI
NI
N--
dna
wolx�uau to °I
.z—
x H
�z
cz-ia,
IT1 gg
l
l l
l l
l l
l l
l �gQ
g z d
X N° �'
U
w 0
w U o W
U wX ��
a3ratjlmU
w U .i d o o z o
N Z W to m O
ze3s3a3d id7
"' Z
0
3ZIS I tl S
L'3nlLld tip
V
�OYwdO
W 0
z CQ ~
o o
o
�
0 Om
S
'�$ E
'�'
..o
6
W<
ou
H
Q Q Z Z
V i W H .0 zUQ
1
o z� ¢ w��4�m��
'
_
V1 OQ Cf �GyO J�O�L�
O O
w
yS
J W
mi� � vfwmm m -� -�I
W
�W
m p
w�
Z
w
O O a U� d Z U
�
w Z
N
gnoO o O
2 -
F
o
5
-
n
8
3P l8
m� q�
0
Nh
L°
W X u
0
^� mrozmm
'cn -� 3m <wwawlw �n a oar
w o a ct z = v c� y d j z w° ( �. < CV 00
oz
LOL 5
QZ� OZ�OMM MM >O� O �WOUO -1 O m 4 m rJ' LL r $�
ZC U J V p��i�l111 ^1111 w ¢� < _ Sm
a?o
52
r�yCVF
o e o¢ F o a z wwm
z I N" hoIHN.1'15 (J.tO) 4 4 ° u N E`
�ac�i
UZy i l l l l l l l ��¢ a O w❑ ❑ N og
O2W„W�, zo
oF,gO U
F " vi Um II ICJUddIddU lla� {�)�uJ
wee Y Nca�.o °.pzz ivu�adta) Z � m `-.s 3°
L'�Wa vzx �m .m� 0 3 1 MMNNinNNNaM O rv35
M _
a3sx�ma
-
owz w sow. ap m8
Z�j ~O W Q a
�Wg04
mOZ ~ V >C9 >N
x ° of ° 2 �5
CC Kw �po �z Naoxcn�a N?� -' k s
U �arxwWZ
ez V F NUIO
N
FC a4zi' -mom w ~I _i¢oaxoNF I � �f _:� 5
eU�
I
..._ ti v
aKUAW _.... _.... .., .......... 1. a
.... .,. u..._.
�Mti�N �V10 F- Z4J it?��Z=
cWzg3G rr J_L'S ¢y1,yNWo
ejwz�m w "fix WG`2 j��W
CMr70r��pp x 4f1m m�0�(�m riJ
w oh WSJ ° =¢ o oommu<§zi
F�nWF+awl-
~O «s
N
0
I
d I
m c y as
�:
> >
I
�.I
�8
I � = i
I,
a
m
— I
REQUEST FOR BEST AND FINAL OFFER
Your company submitted a proposal in response to the above referenced
Request for Proposal (RFP) issued by the COLORADO MOUNTAIN
PURCHASING CONSORTIUM (CMPC).
The evaluation committee conducted a preliminary evaluation of proposals, and
requests for clarifications and /or discussions were held with Proposers
determined to be reasonably susceptible of being selected for award
(competitive range) for the purpose of clarifying the project requirements. This
is notification that all discussions and negotiations have concluded. The CMPC is
now requesting that Proposers revise their proposals based upon these
clarifications /discussions and submit a Best and Final Offer (BAFO). Items to be
submitted in the BAFO are identified in Section A below.
Best and Final Offers must be received by the CMPC by mail no later than
the deadline specified above. Best and Final Offers must be clearly marked
as described below to ensure proper delivery and receipt:
COLORADO MOUNTAIN PURCHASE CONSORTIUM
Request for Proposal (RFP): ACCESSIBLE LARGE TRANSIT BUSES
RFP Number: CMPC- I5 -LTB -RFP
Please mail all BAFO responses to:
Ann Beauvais
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
Responses may also be submitted by email to: ann@raeconsultants.co . If
emailed, a mailed response must also be submitted. Electronic submission
should not take the place of a mailed submission.
Best and Final Offers submitted are subject to the same provisions for
proposal submission requirements (one hard copy, one electronic file, native
PDFs required) and provisions regarding late submissions, modifications, and
withdrawals of proposals set forth in our solicitation, CMPC- I5- LTB -RFP,
Section 2, Instructions to Proposers.
If the proposer makes any modifications to the Best and Final Offer
submission, those modifications must also be received by Friday, June 121H,
5pm MDT.
Any previous proposals submitted by Proposers who choose to submit a notice
of withdrawal or to not submit a Best and Final Offer will be construed as their
Best and Final Offer.
Section A: The Best and Final Offer should address the following
information:
1. Training Program and Technical /Service Support Offer Submission.
We request a revision to the Training Options /Pricing price sheet offered by
Gillig. Below is a list of items we want defined, itemized, and priced in a
revised training offer.
a. Please keep the Gillig Provided Training and Component Supplier
Provided Training (Tuition Only) price list but clarify if the cost
represents students traveling to Gillig for training or if the cost is for
Gillig and component supplier trainers to provide training on site at
a CMPC member property.
In addition, provide pricing for on -site training at one designated
location in Colorado four times per year x 5 years (locations would
vary throughout the year, for example 1) Glenwood Springs; 2)
Grand Junction; 3) Greeley; 4) Breckenridge) for the CMPC
member agencies.
Parameters:
• Two (2) full days of training each visit (4x a year).
• 20 -25 students.
• One to two trainers provided by Gillig.
2
• Topics cover all Gillig provided training. Component supplier
training provided if available as well.
• Cost includes trainers' labor, travel and per diem per trip.
• Please identify the room space and materials to be provided by
the CMPC at each member location.
b. Ability to share Gillig Training DVDs in an online training
environment. Due to the high cost of in person staff training, the
CMPC uses a method to provide shared online training that can be
accessed by all staff of each CMPC member agency. While the
CMPC has already developed a platform for distribution, we must
receive a guarantee from the manufacturer that we can use the
electronic materials provided to us in our online training format.
Please confirm that we have permission to use Gillig's electronic
materials. The CMPC will also more than likely need to standardize
or customize some of the material presented to better meet our
training needs. Can Gillig please describe the approval process the
CMPC will need to go through in order to modify the electronic
training information provided? Also please identify a direct contact
person at Gillig in regards to that process so that the CMPC can
work with that individual to maintain the integrity of all Gillig
provided training materials.
Included with the online training, the CMPC has a method for
testing individuals who have reviewed the online materials to
measure comprehension. Please confirm that Gillig will assist the
CMPC in developing associated tests and assessments, when
necessary, to accompany their online training DVDs. If a quiz or
assessment is not already built and we need Gillig's assistance,
please state the cost per course that Gillig charges for that
technical assistance.
Please also formally list any licensing fee costs for any DVD
updates.
In addition, please state the charge for the development of any
additional training DVDs that may be needed. We require the
training DVDs to cover at minimum:
• Air
• After - treatment
• Axle
• Brakes
• Cooling, Engine and Transmission
• Drive Train
3
• Destination Sign
• Electrical
• Fire Suppression
• Entry and Exit Doors
• Hydraulic
• HVAC
• Methane Detection
• Multiplex
• Steering
• Suspension
• Wheel Chair Ramp
c. Appropriately trained Gillig employed "Service Advisor" to attend all
properties in the consortium twice a year for five years (contract
term). The service advisor is to come in the spring and fall of each
year. We expect this individual to be on site in Colorado & Wyoming
for 2 -3 weeks per each visit, spending 1 -2 days with each member
agency. Please outline costs for labor, travel, and per diem for each
trip or as a package cost per year (2x). This is with the
understanding that the Service Advisor's time will be scheduled one
year in advance.
The Service Advisor's role on site is to: 1) complete a
comprehensive review of each CMPC member agency's preventive
maintenance (PM) program, procedures and intervals; 2) review
maintenance site for any special equipment or tools needed to
ensure proper maintenance occurs; and 3) report any findings and
recommendations on how the program could be strengthened in
order to better meet the manufacturer's PM requirements. The bulk
of the work will be in the initial two years of the contract,
determining what PM programs the CMPC member agencies adhere
to and determining if those programs best meet manufacturer's
requirements.
The on site assessment will include inspecting at least two buses at
random and viewing corresponding PM records.
2. Financial Statements
The CMPC would like to make clear that if a contract is awarded to
Gillig, as part of the contract terms, we will require receipt of the three
(3) most recent financial statements audited by an independent third
party. If after review of those financial statements the CMPC finds
cause for not entering into a contract, the CMPC may terminate
I!
contract negotiations with Gillig and will be held harmless. Please
confirm that this is agreeable to Gillig.
3. Price Proposal Form - 30 Foot Bus
Please resubmit the Price Proposal Form - CER.B, for the 30 Foot Bus
only and identify Additional Options, #2 Diesel Fuel Fillers - Located
on Both Side of Bus cannot be provided. If N /A, explain the reason in
price sheet.
Also in the 30 foot Price Proposal Form provide pricing for Warm Wall
Heating and the seating configurations that this heating method can
be provided with.
4. Price Proposal Form - 30, 35 and 40 Foot Buses
Please resubmit all Price Proposal Forms - CER.B, for all three
proposed bus lengths and include the extended warranties for the
following engines and transmission: Cummins ISL - Diesel, Cummins
ISL- CNG, and Allison B400R, as presented in your clarification dated
May 11, 2015.
5. Price Proposal: Explanation of Method for Price Adjustments of Base
Pricing Proposed.
Please resubmit Package 2: Price Proposal: Explanation of Method for
Price Adjustments of Base Pricing Proposed to include a written
explanation and an example of what Gillig will be referencing to
determine pricing for items that CMPC member agencies identify at the
time of order that are not currently listed in the Gillig provided price
sheets for this CMPC proposal.
Items that have been approved or accepted by the CMPC.
1. The CMPC has accepted Gillig's proposal and justification for not
providing seatbelts. No other information is required.
2. The CMPC has accepted the rationale for not providing pricing for a
rear door wheelchair ramp on the 30 -foot bus. No other information is
required.
3. The CMPC has accepted the additional information regarding parts
availability. No other information is required.
5
4. The CMPC has accepted the answers regarding contract specific
requirements provided by Gillig in regards to manuals supplied after
payment, agreeing to adding Eagle County as additional insured, and
agreeing to Eagle County's indemnification clause. No other
information is required.
Please note: Best and Final Offers will be evaluated as an adjustment to scores
already determined based on the original proposal response. The same
requirements and evaluation criteria used in the original evaluation will be used
to evaluate the Best and Final Offer. This process is documented in Section 2 of
the solicitation, "Proposal Selection Process."
Please contact Ann Beauvais, CMPC Program Administrator at 719.447.7623 or
ann@ra consultants.com for any additional clarification.
C
Post Office Box 3008
Hayward, CA 94540 -3008
(510) 785 -1500
FAX: (510) 785 -6819
June 12, 2015
Ann Beauvais
CMPC Program Administrator
RAE CONSULTANTS, INC.
2212 West Platte Avenue
Colorado Springs, CO 80904
RE: CMPC- I5- LTB -RFP REQUEST FOR BEST AND FINAL OFFER
DATE DUE: JUNE 12, 2015 AT 5 :OOPM
Dear Ms. Beauvais,
In response to your Request for Best and Final Offer, received via e -mail on June 3, 2015 GILLIG
would like to respond as follows. For convenience sake, we have listed your request first followed
by GILLIG's responses.
Section A:
1) TRAINING PROGRAM AND TECHNICAL /SERVICE SUPPORT OFFER
SUBMISSION
a. i. GILLIG Provided Training and Component Supplier Provided Training
Please reference Colorado Mountain Purchasing Consortium Training
Options/Pricing sheet submitted with our BAFO.
The GILLIG Provided Training will be performed at the CMPC member agency
site location. The Luminator and Lift -U Ramp training will be performed at the
CMPC member agency site location.
The Cummins, Allison and Thermo King training will be performed at their
respective distributor /dealer locations that are authorized to perform the training.
Training instructors of these suppliers may be able to perform certain training at
the CMPC member agency site location at additional cost. These additional costs
can be determined at time of training when the specific training requirements and
locations are known.
i.,:a" ✓,n dT "��� ��4�..�'� M� ke .,..,,M`� " :, "tip`( "W`^^'�M1., ", ^p� {"�r�;�,�iti�l�P.
Ali Ci,;� ^�+�",..�. t,��� k4 °mx. ° m Iddii" "�.
J
Request for Best and final Offer
CMPC- L5 -LTB IUT
June 9, 3015
211'age
ii. On Site Training at one Designated Location in Colorado Four Times Per
Year
GILLIG can perform this on site training at a single designated location for each
week in Colorado four times per year (one 3 day training session each time) but
requires the CMPC to purchase and reserve each session at lest 6 months prior to
actual training dates. The cost of $5000 includes a 3 day training session and can
be tailored to your specific requirements. Based on past experience, we suggest
class size to be only 12 students, not 20 -25 students. GILLIG will provide one
trainer for this training segment. GILLIG will need a large enough room to
accommodate the students and instructor as well as a digital projector with large
dry erase board and screen. A bus needs to be available for the hands on portion of
the class.
b. GILLIG agrees to the distribution of the GILLIG Training DVDs in the CMPC
online training environment. Distribution of these DVDs are only allowed to
CMPC member agencies and are at no additional charge (unauthorized
distribution is strictly prohibited). Should the CMPC wish to standardize or
customize some of the material presented to better meet their training needs,
GILLIG will require review and authorization of these changes by our Field
Service Training Department and Engineering Department (cost included in base
bus prices). The appropriate contact at GILLIG is Eric Ocampo, Service
Manager, phone 510 -785 -1500.
GILLIG will assist the CMPC in developing associated tests and assessments to
accompany CMPC on line training DVDs. Costs are included in the base bus prices
and include four "20 Question Assessment" tests per year for the five year contract.
Licensing fee costs for any DVDs updated by GILLIG are included in the base bus
prices.
The following training DVDs are already produced and are included in the base bus
prices.
- Air System
- After - treatment System
- Brake System
- Multiplex Electrical System
- Door Systems
- Hydraulic System
- Steering System
- Suspension System
- Wheel Chair Ramp System
- Engine Cooling System
Regae,t for Best and Final Offer
CMFC- 15- 1.TB -RFI'
June 9, 2015
31? a g e
To produce other training DVDs, a cost of $54,000 will apply. This cost includes
the script writing, trainer, film contract and editing of one group of DVDs that
include three different subject courses. Please note that there is a twelve month
development and production time after receipt of purchase order for any
additional new DVD requirements.
C. GILLIG Service Adviser Visits
GILLIG is willing to accommodate the CMPC request for a Service Advisor visit,
to occur twice per year for 1 -2 days at each CMPC agency (not to exceed 2- 3
week total duration per visit), provided Service Advisor's time will be scheduled
one year in advance. Typically our trainers travel on Mondays and Fridays of
each week. The package cost per year (ie, quantity two of 2 -3 week visit) is
$39,500.
2) Financial Statements: The CMPC would like to make clear that if a contract is awarded
to GILLIG, as part of the contract terms, we will require receipt of the three (3) most recent
financial statements audited by an independent thirdparty. If after review of those financial
statements the CMPC finds cause for not entering into a contract, the CMPC may terminate
contract negotiations with GILLIG and will be held harmless. Please confirm that this is
agreeable to GILLIG.
GILLIG RESPONSE: GILLIG concurs.
3) Price Proposal From —30 Foot Bus: Please resubmit the Price Proposal Form — CER.8,
for the 30 Foot Bus only and identify Additional Options, #2 Diesel Fuel Fillers —
Located on Both Side of Bus cannot be provided. If NIA, explain the reason in price
sheet.
Also in the 30 foot Price Proposal Form provide pricing for Warm Wall Heating and the
seating configurations that this heating method can be provided with.
GILLIG RESPONSE: GILLIG has updated the 30 Foot Bus Price Proposal Form to
include the street side and curb side fuel fill configuration as an option. This option is
available in a front door only configuration, we have provided a seat layout for your
reference. GILLIG would like to clarify that the DEF fill tank will located on the curb side
of the bus and is not available on the street side of the bus,
GILLIG has provided pricing for the Warm Wall Heating option as requested. This option
is available with cantilevered seat installations only and is only available on the street side
of the bus.
Request for Best and Final Over
CMPC- I i- f,'T'B -RPP
June fit, ?Oli
f1Page
4) Price Proposal From — 30, 35 and 40 Foot Buses: Please resubmit all Price Proposal
Forms — CER.8, for all three proposed bus lengths and include the extended warranties for
the following engines and transmission: Cummins ISL — Diesel, Cummins ISL- CNG, and
Allison B400R, as presented in your clarification dated May 11, 2015.
GILLIG RESPONSE: GILLIG would like to clarify that the Total Base Cost for the 30',
35' and 40' buses have been revised to include the Cummins ISL 280HP engine extended
coverage and the Allison B40OR transmission extended coverage. The Compressed Natural
Gas (CNG) Fuel Option now includes the Cummins ISL -G engine extended coverage for
all length buses.
5) Price Proposal: Explanation of Method for Price Adjustments of Base Pricing Proposed.
Please resubmit Package 2: Price Proposal: Explanation of Method for Price Adjustments
of Base Pricing Proposed to include a written explanation and an example of what GILLIG
will be referencing to determine pricing for items that CMPC member agencies identify at
the time of order that are not currently listed in the GILLIG provided price sheets for this
CMPC proposal.
GILLIG RESPONSE: Should an option be requested from one of the CMPC member
agencies which is not listed in GILLIG's listing of Optional and Alternative Equipment,
GILLIG will provide a quote based on then current information, vendor pricing and other
quoted contracts. In the event that a mutually agreeable price cannot be determined,
GILLIG will assist the CMPC member in identifying an alternative selection which may
include foregoing the requested item.
We thank you for this opportunity and please let us know if you have any further questions.
Sincerely,
/1/1Wy 111
JosephPolicarpio
Vice President
GILLIG LLC
25800 Clawiter Road
Hayward, CA 94545
Phone: 800 -735 -1500
Enclosures
CC: Benjamin M. Grunat, Director of National Sales
Javier Hernandez, Jr., Director of Project Sales Management
Joe Saldafta, Regional Sales Manager
ffi w
CD
ix
Lij
Z 0 < <
< I
L rocaww
>
cc
U) C) CD
OD
N cm
2 a 0 LU
c
<
PZ u co
z—
W
7 lu
W
:E:n
z z
ooa < S T —
H
<3�:- fEE :-13':,<
I . z
dno
wB
ffi hv� t5 0� I I I I I I I I I I I 111 1 tnN g
I I< u5
N 0 Z� OJ Z<
ail
8
o" =d(d)
<
M3SWd (1) jr
�8
ES , - -
3 0 1 L w
E-4 0 � �= <
CO
C, h z l<
OD
N
Z,
ki
Z,
CSE Z� z r o
0
o5g,
0
Qz L=W
z
z <m .7 <7
0
in -_j < _j
Colorado Mountain
Purchasing Consortium
CER 8. Price Proposal Form
Complete and submit one form for each vehicle length proposed.
GILLIG LLC
BAFO
JUNE 12, 2015
Section 9
Base Model Components I Specify Manufacturer / Model Number
1. Bus Model and Design
(BRT is base primary
design)
GILLIG / 30' LOW FLOOR BRT
2. Engine CUMMINS / ISL 280HP
3. Transmission ALLISON / B40OR
4. Driver Seat RECARO / ERGO METRO
s. Passenger Seat AMSECO / N2003 & 6466
6. Wheelchair Securement I AMSECO & Q'STRAINT /ADVANCED RESTRAINT MODULE
7. Air Conditioning System
THERM© KING / T14M & X430 COMPRESSOR
TOTAL BASE COST $
(Year 1): 472,908.00
Fuel Options:
Cost (difference from base + % -)
Compressed Natural Gas (CNG)
$45,848.00
Specify Base Fuel Tank Configuration
/ Range:
(8) 85" TYPE III TANKS 17,608 SCF
ESTIMATED 450 MI
34
CMPC- I5- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JUNE 12, 2015
Section 9
Body Style Options:
Cost (difference from base +j -)
Conventional Low Floor Body Design
$ <13,333.00>
Low Floor Trolley Fagade Design I
$ SEE TROLLEY OPTIONS LIST)
Additional Options
(blue highlighted in Section 6):
Cost: (difference from base +J -)
1. Roof Mounted Radiator Pressure
Filler Provided in Engine
Compartment
$
N/A
2. Diesel Fuel Fillers - Located on
Both Sides of Bus
$
$96,00
3. Disc Brakes on All Axles
$
3,103 00
4. Mock Up Board - 1/0 CONTROLS
$
22,427.00
5. High Voltage Electric Driven A/C
System (DIESEL ONLY)
$
15,379.00
6. Forced Air Floor -Level Heating
$
NSA
7. Convector Air Floor -Level Heating
$
N/A
8. Warm Wall Heating
$
1,309.00
9. Fender Skirt
$
0,00
10. Passenger Seats Constructed of
Anti - Vandal Materials
$
N/A
11. Electric - Powered Doors VAPOR
$
4,621.00
12. 48 Inch Rear Door Width
$
3,801.00
13. Rear Door Location WJC Loading
System: Flip -Out Design Ramp
$
NSA
35
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
14. Event Data Recorders $
(one front/one rear) 5,143.00
GILLIG LLC
BAFO
JUNE 12, 2015
Section 9
Training / Support Programs
Cost (difference from base
Training Program Options:
Describe:
$
REFERENCE OPTIONAL TRAINING DETAILED
SEE TRAINING OPTIONS SHEET
INFORMATION IN SECTION 3D OF TECHNICAL
PROPOSAL
Describe:
$
Technical / Service Support Options:
Describe:
$
REFERENCE SECTION 3E OF TECHNICAL
0.00
PROPOSAL FOR DETAILED SERVICE SUPPORT
ALLISON B40OR
INFORMATION
Describe:
$
Extended Warranties (List Covered Component
Cost (difference
Subcomponent and Term)
from base
Covered ComponentISubcomponent
Term
1. Propulsion System (identify any
Five years
excluded items) *CUMMINS ISL &
300,000 miles
INCLUDED
ALLISON B40OR
TOTAL
2. *LIFT-U LU18 RAMP
3YRS/UNL
$300.00
3. *THERMO KING T14/X430
3YRS/UNL
$1,742.00
4.
T
I
$
*SEE EXTENDED COVERAGE STATEMENTS FOR DETAILED INFORMATION
36
CMPC-1 5-LTB-RFP January 2015
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JUNE 12, 2015
Section 9
Spare Parts (Firm Fixed Price for 180 days following
Proposal Opening Date)
Cost
Engine (list descriptions below)
CUMMINS ISL 280HP W/DPF
$ 56,452.00
2.
$
3.
$
Transmission (list descriptions below)
........ .... . ........ 77 77�77777777-777777777777
$ 20,652.00
ALLISON B40OR
2.
$
Proposer hereby acknowledges that cost information submitted with the proposal is
complete and valid upon date of submission,
Company Name: GILLIG LLC
Contact Name: JOSEPH POLICARPIO
Notary: SEE ATTACHED
37
CMPC-15-LTB-RFP January 2015
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate
is attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of ALAMEDA
Subscribed and sworn to (or affirmed) before me on this 12TH
day of JUNE 1 20 15 , by JOSEPH POLICARPIO
proved to me on the basis of satisfactory evidence to be the
person(s) who appeared before me.
(Seal) Sig
My commission number: 1985400
My commission expires: JULY 19, 2016
DESCRIPTION OF ATTACHED DOCUMENT
Type or Title of Document: CER 8. PRICE PROPOSAL FORM
30 FOOT DIESEL
Signer's Name: JOSEPH POLICARPIO
Document Date: JUNE 12, 2015
Colorado Mountain
Purchasing Consortium
CER 8. Price Proposal Form
Complete and submit one form for each vehicle length proposed.
GILLIG LLC
BAFO
JUNE 12, 2015
Section 9
"ak retch,, t ue Ica rice
/ ///
❑ t � 1
$ 50,226.00
✓ �� ,;, ,,, ,,
� /
, „
,
Base Model Components Specify Manufacturer J Model Number
1. Bus Model and Design
GILLIG / 35' LOW FLOOR BRT
(BRT is base primary
design)
2. Engine
CUMMINS / ISL 280HP
3. Transmission
ALLISON I B40OR
4. Driver Seat
RECARO / ERGO METRO
5. Passenger Seat
AMSECO 1 N2003 & 6466
6. Wheelchair Securement
AMSECO & Q'STRAINT /ADVANCED RESTRAINT MODULE
7. Air Conditioning System
THERMO KING / T14M & X430 COMPRESSOR
TOTAL BASE COST
$
(Year 1):
480,833.00
Fuel Options:
Cost (difference from base +J -)
Compressed Natural Gas (CNG)
$ 50,226.00
Specify Base Fuel Tank Configuration
/ Range:
(4) 120" X (4) 85" TYPE III TANKS
21,636 SCF ESTIMATED 594 MI
34
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JUNE 12, 2015
Section 9
Body Style Options:
Cost (difference from base
Conventional Low Floor Body Design
$ <$13,333.00>
Low Floor Trolley Fagade Design
$ SEE TROLLEY OPTIONS LIST
Additional Options
(blue highlighted in Section 6):
Cost: (difference from base
1. Roof Mounted Radiator Pressure
Filler Provided in Engine
Compartment
$ N/A
2. Diesel Fuel Fillers - Located on
Both Sides of Bus
$
996.00
3. Disc Brakes on All Axles
$
3,103.00
4. Mock Up Board - 1/0 CONTROLS
$
22,427.00
5. High Voltage Electric Driven A/C
System (DIESEL ONLY)
$
15,379.00
6. Forced Air Floor-Level Heating
$
N/A
7. Convector Air Floor-Level Heating
$
N/A
8. Warm Wall Heating
$
1,639.00
9. Fender Skirt
$
0.00
10. Passenger Seats Constructed of
Anti-Vandal Materials
$
N/A
11. Electric-Powered Doors VAPOR
$
4,621.00
12. 48 Inch Rear Door Width
$
3,801.00
13. Rear Door Location W/C Loading
System: Flip-Out Design Ramp
REQUIRES 48" REAR DOOR
$
3,665.00
35
CMPC-15-LTB-RFP January 2015
Colorado Mountain
Purchasing Consortium
14. Event Data Recorders $
(one front /one rear) $5,143.00
GILLIG LLC
BAFO
JUNE 12, 2015
Section 9
Training j Support Programs
Cost (difference from base +j -)
Training Program Options:
Describe:
$
REF OPTIONAL TRAINING DETAILED
SEE TRAINING OPTIONS SHEET
INFORMATION IN SECTION 3D OF TECHNICAL
PROPOSAL
Describe:
$
Technical j Service Support Options:
Describe:
$
REFERENCE SECTION 3E OF TECHNICAL
0.00
PROPOSAL FOR DETAILED SERVICE SUPPORT
ALLISON B40OR
INFORMATION
Describe:
$
Extended Warranties (List Covered Component
Cost (difference
% Subcomponent and Term)
from base + / -)
Covered ComponentJSubcomponent
Term
.
1. Propulsion System (identify any
Five years J
$
excluded items) *CUMMINS ISL &
300,000 miles
INCLUDED
ALLISON B40OR
TOTAL
2• *LIFT -U LU18 RAMP
3YRS /UNL
$ 300.00
3. *THERMO KING T14 / X430
3YRS /UNL
$ 1,742.00
4.
$
*SEE EXTENDED COVERAGE STATEMENTS FOR DETAILED INFORMATION
36
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JUNE 12, 2015
Section 9
Spare Parts (Firm Fixed Price For 180 days Following
Proposal Opening Date)
Cost
Engine (list descriptions below)
CUMMINS ISL 280HP W/DPF
$
56,452.00
2.
$
3.
Transmission (list descriptions below)
ALLISON B40OR
$
20,652.00
2.
$
Proposer hereby acknowledges that cost information submitted with the proposal is
complete and valid upon date of submission.
Company Name: GILLIG LLC
IN ota ry: SEE ATTACHED
37
CMPC-15-LT B-RFP January 2015
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate
is attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of ALAMEDA
Subscribed and sworn to (or affirmed) before me on this 12TH
day of JUNE 7 20 15 , by JOSEPH POLICARPIO
proved to me on the basis of satisfactory evidence to be the
person(s) who appeared before me.
(Seal) Sign
My commission number: 1985400
My commission expires: JULY 19, 2016
DESCRIPTION OF ATTACHED DOCUMENT
Type or Title of Document: CER 8. PRICE PROPOSAL FORM
35 FOOT DIESEL
Signer's Name: JOSEPH POLICARPIO
Document Date: JUNE 12, 2015
Colorado Mountain
Purchasing Consortium
CER 8. Price Proposal Form
Complete and submit one form for each vehicle length proposed.
GILLIG LLC
BAFO
JUNE 12, 2015
Section 9
...... . .. -
a rit,wbi size "V c, I e
h 6 ni
d 4,
Compressed Natural Gas (CNG)
al"IR/ lw/
40
ot/// j D
51
(4) 120" X (4) 85" TYPE I I I TANKS
21,636 SCF ESTIMATED 594 MI
,iii "W"
/0-0 , —%Mv, //1 ASKS
A//
Oj SO/
- - --------
// -
Base Model Components Specify Manufacturer j Model Number
1. Bus Model and Design
GILLIG / 40' LOW FLOOR BRT
(BRT is base primary
design)
2. Engine
CUMMINS / ISL 280HP
3. Transmission
ALLISON / B40OR
4. Driver Seat
RECARO ERGO METRO
5. Passenger Seat
AMSECO N2003 & 6466
6. Wheelchair Securement
AMSECO & Q'STRAINT / ADVANCED RESTRAINT MODULE
7. Air Conditioning System
THERMO KING / T14M & X430 COMPRESSOR
TOTAL BASE COST
$
(Year 1):
4851033.00
Fuel Options:
Cost (difference from base
Compressed Natural Gas (CNG)
$507226.00
Specify Base Fuel Tank Configuration
/ Range:
(4) 120" X (4) 85" TYPE I I I TANKS
21,636 SCF ESTIMATED 594 MI
34
CMPC-15-LTB-RFP January 2015
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JUNE 12, 2015
Section 9
Body Style Options:
Cost (difference from base
Conventional Low Floor Body Design
$ <13,333.00>
Low Floor Trolley Fagade Design
1$ SEE TROLLEY OPTIONS LIST
Additional Options
(blue highlighted in Section 6):
Cost: (difference from base
1. Roof Mounted Radiator Pressure
Filler Provided in Engine
Compartment
$ N/A
2. Diesel Fuel Fillers - Located on
Both Sides of Bus
$
996.00
3. Disc Brakes on All Axles
$
3,103.00
4. Mock Up Board - 110 CONTROLS
$
227427.00
5. High Voltage Electric Driven A/C
System (DIESEL ONLY)
$
15,379.00
6. Forced Air Floor-Level Heating
$ N/A
7. Convector Air Floor-Level Heating
$
N/A
8. Warm Wall Heating
$
1,639.00
9. Fender Skirt
$
0.00
10. Passenger Seats Constructed of
Anti-Vandal Materials
$
N/A
11. Electric - Powered Doors VAPOR
$
4,621.00
12. 48 Inch Rear Door Width
$
3,801.00
13. Rear Door Location W/C Loading
System: Flip-Out Design Ramp
REQUIRES 48" REAR DOOR
$
3,865.00
35
CMPC-15-LTB-RFP January 2015
Colorado Mountain
Purchasing Consortium
14. Event Data Recorders $
(one front /one rear) 5,143.00
GILLIG LLC
BAFO
JUNE 12, 2015
Section 9
Training / Support Programs
[cost (difference from base +J -)
Training Program Options:
Describe:
$
REFERENCE OPTIONAL TRAINING DETAILED
SEE TRAINING OPTIONS SHEET
INFORMATION IN SECTION 3D OF TECHNICAL
PROPOSAL
Describe:
$
Technical / Service Support Options:
Describe:
$
REFERENCE SECTION 3E OF TECHNICAL
0.00
PROPOSAL FOR DETAILED SERVICE SUPPORT
ALLISON B40OR
INFORMATION
Describe:
$
Extended Warranties (List Covered Component
Cost (difference
j Subcomponent and Term)
from base + / -)
Covered Component /Subcomponent
Term
, , � "O„
1. Propulsion System (identify any
Five years J
$
excluded items) "CUMMINS ISL &
300,000 miles
INCLUDED
ALLISON B40OR
TOTAL
2• *LIFT -U LU18 RAMP
3YRS /UNL
$ 300.00
3. *THERMO KING T14/X430
3YRS /UNL
$ 1,742.00
4.
$
*SEE EXTENDED COVERAGE STATEMENTS FOR DETAILED INFORMATION
36
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JUNE 12, 2015
Section 9
Spare Parts (Firm Fixed Price for 180 days following
Cost
Proposal Opening Date)
Engine (list descriptions below)
1. CUMMINS ISL 280HP W/DPF
$ 56,452.00
2.
$
3.
Transmission (list descriptions below)
'-ALLISON B40OR
$ 20,652.00
2.
$
Proposer hereby acknowledges that cost information submitted with the proposal is
complete and valid upon date of submission.
Company Name: GILLIG LLC
Contact Name: JOSEPH POLICARPIO
Title: VICE PRESIDENT
I
Authorized Signature:
Date: JUNE 12, 2015
Notary: SEE ATTACHED
37
CMPC-15-LTB-RFP January 2015
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate
is attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of ALAMEDA
Subscribed and sworn to (or affirmed) before me on this 12TH
day of JUNE 1 20 15 , by JOSEPH POLICARPIO —
proved to me on the basis of satisfactory evidence to be the
person(s) who appeared before me.
(Seal) Sign
My commission number: 1985400
My commission expires: JULY 19,2016
DESCRIPTION OF ATTACHED DOCUMENT
Type or Title of Document: CER 8. PRICE PROPOSAL FORM
40 FOOT DIESEL
Signer's Name: JOSEPH POLICARPIO
Document Date: JUNE 12,2015
Colorado Mountain Purchasing Consortium BAFO
Base Equipment
Price
Project # B
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 1
PROPULSION
BASE
Cummins '13 ISL 280HP Diesel Engine with Allison B400R -5 Transmission
BASE
Philips Temro Block Heater
$121.00
CNG SYSTEM
Additional Cost Over
Base Diesel Bus
Cummins ISL -G 280 HP, with 4 85" & 4 120" Type III Fuel Tanks 21,664 SCFlest.594mi
$50,226.00
Cummins ISL -G 280 HP, with 8 85" Type III Fuel Tanks 17,608 SCFtest.450mi
Cummins ISL -G 280 HP, with 8 120" Type III Fuel Tanks 25,664 SCF1est.705mi 35'140' only
$45,848.00
$55,330.00
Add Second Fast Fuel Fill to Low Mount Position
$814.00
BASE
Smart Gauge Fuel System Monitoring Gauge includes tank upgrade to electric solenoids
Manual Fuel Tank Shut -Off Valves
$3,214.00
BASE
STYLING PACKAGES
BASE
BRT Front Cap, Rear Cap and Engine Door Styling
BASE
Standard Low Floor Front Cap, Rear Cap and Engine Door Styling
$13,333.00
BRT Front Cap Styling Only
$4,160.00
BRTPLUS Front Cap, Rear Cap, Roof Line and Engine Door Styling
$6,250.00
BRT Roof Fairings, Front or Rear (each)_
$1,250.00
OIL SYSTEM
BASE
Spinner II Auxiliary Filter
BASE
Delete Spinner II Auxiliary Filter
$545.00
Titan Probalizer OD -1014 Extraction Port (per fitting
$44.00
Femco Auto Drain
$69.00
STARTER
BASE
Delco MT 42 Electric
BASE
Delco MT 39 Electric
$28.00
COOLING SYSTEM
BASE
Modine E -Cool Electric Cooling System with E -Coat
BASE
EMP Electric Coolin S stem with E -Coat
$2,930.00
Radiator Tank Guard
$256.00
Radiator Tank Guard, with Splash Shield
$384.00
ALTERNATOR
BASE
Niehoff C803 500 Amp for Electric Radiator
BASE
EMP 450 Amp for EMP Electric Radiator
$0.00
Delco 450 -DN 450 Amp for Electric Radiator
$107.00
TRANSMISSION
BASE
Allison B400R, GEN IV
BASE
VoitF D864.5
$11261.00
ZF 6AP1400 ECOLIFE
$828.00
Femco Auto Drain
$69.00
KP Push Button
$59.00
Transmission Temperature Gauge Dash or Rear Run Box
$50.00
Keyed Transmission Lockout Switch on Dash
$351.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 1
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 2
AXLE HUBS & SEALS
BASE
Hub Piloted Wheels
BASE
BASE
Axles with Grease Seals per axle
BASE
Axles with Chicago Rawhide Oil Seals
$0.00
Synthetic 75W90 Gear Oil for Rear Axle
$187.00
HUBODOMETER
Engler Stemco Mechanical without Tenths and without Guard
$79.00
Veeder Root Mechanical without Tenths and without Guard
$72.00
S & A Fleetwatch 392 Electronic
$436.00
Data Trac Pro 600 -9999
$84.00
Hubodometer Guard
$68.00
BRAKES
BASE
S -Gam Drum Brakes with Wabco ABS System
BASE
BASE
Automatic Traction Control
BASE
Delete Automatic Traction Control
$75.00
BASE
6 - Position Retarder Control Lever
BASE
Delete 6 - Position Retarder Control Lever
$450.00
Disc Brakes with Wabco ABS System
$3,103.00
MGM E- Stroke Brake Monitoring System for Drum Brakes
$1,879.00
MGM E- Stroke Brake Monitoring System for Disc Brakes
$1,534.00
WHEELS
BASE
7 Steel Powder Coated Finish, White or Black
BASE
7 Alcoa Aluminum Polished Finish with Durabrite
$2,084.00
7 Alcoa Aluminum Machine Finish with Durabrite
$1,622.00
Add Duraflan a per wheel
$106.00 each
TIRES
BASE
Bus Builder Supply Michelin XDN2 H Tires 12R/22.5
BASE
Procuring Agency Supply Tires
$3,661.00
BASE
Bus Builder Supply Michelin X InCity Tires 275/70822.5 - 29' only
BASE
Bus Builder Supply Goodyear 6152 Tires 305/85822.5
Quote
Bus Builder Supply Goodyear 6152 Tires 305/70R22.5
Quote
Bus Builder Supply Goodyear G152 Tires 275/70822.5 - 29' only
Quote
Bus Builder Supply Firestone 18J Tires 315/80R22.5
Quote
Bus Builder Supply Firestone 16H Tires (305/70822.5 )
Quote
Bus Builder Supply Bridgestone 16H Tires 275/70R22.5 - 29' only
Quote
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 2
Colorado Mountain , • Consortium
Base Equipment •', Alternatives JUNE 12,2015
Price
! P w
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 3
STEERING SYSTEM
BASE
Douglas Steering Column Standard Steering Column
BASE
TRW Easy Steer, Electric Assisted Steering Column
$2,494.00
VIP Textured Steering Wheel
$73.00
FUEL SYSTEM
BASE
Emco Wheaton Posi Lock 105 Flip Cap or Twist Cap
BASE
Dual Fill Curbside and Streetside with Emco Wheaton Posi Lock 105
$996.00
Standard Gravity Fuel Fill
$273.00
Dual Fill Curbside and Streetside with Standard Gravity Fill
$769.00
BASE
Standard 120 al (35'/ 40' or 75 al 29' LF Net Useable Fuel Tank
BASE
80 gal Net Useable Split Fuel Tanks 29' LF with No Rear Door
$1,270.00
Davco Fuel Pro 384, Heated
$641.00
Racor 490R30 Filter with Thumbpump
$313.00
BASE
Fuel Gauge on Dash
BASE
Delete Fuel Gauge on Dash - Diesel
$140.00
REAR RUN BOX
BASE
Electrical Gauges - Engine Oil and Coolant Temp
BASE
Rear Hand Throttle Control
$144.00
Delete Electrical Gauges
$50.00 each
Mechanical Gauges - " Murphy Oil Pressure and Coolant Temperature (IPO electric
$60.00 each
Voltmeter, J1939 12v or 24v
$50.00 each
AIR SYSTEM
BASE
SKF, HCT 2000 Duraguard Air Dryer
BASE
Kingston Auto Drain Valve at Ping Tank
$0.00
Curbside Rear Kneeling
$525.00
BATTERIES
BASE
4 DEKA Group 31 Top Post Connections
BASE
2 DEKA 8D Side Lug or Top Post Connections
($222.00
2 AGM Glass Matt 8D Side Lug or Top Post Connections
$271.00
4 AGM Glass Matt Group 31 Top Post Connections
$903.00
KBI Super Capacitor with 2 DEKA Group 31 batteries
$4,134.00
BASE
2 Anderson 350 Jump Start Connectors
BASE
Delete Anderson 350 Jump Start Connector
$85.00 each
FRAME
Engine Skid Protection w /Extended Tow Eyes
$129.00
Engine Skid Protection w /Extended Tow Eyes & 2" Thick x 2" Wide Wear Plate
$377.00
WHEELCHAIR LIFT / RAMP
BASE
Lift -U Ramp LU -18), Front Door
BASE
Lift-U Ramp LU -18 , Rear Door requires 48" rear door selection N/A w/29'
$3,865.00
Reinforced A -Post Skid Plates (per side
$67.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 3
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 4
HEATING /AIR CONDITIONING
BASE
TK T -14 w /X430 or X426, EBM Brushless Motors
BASE
TK T -14 w/S391, EBM Brushless Motors
$750.00
TK T -14 w/5616, EBM Brushless Motors
$2,975.00
TK T -34 with Permanent Magnet Motors
$2,285.00
TK All- Electric HVAC - Diesel N/A for CNG
$15,379.00
TK Pressure and Return Display Mounted to Unit
$356.00
Delete TK Pressure and Return Display Mounted to Unit
$285.00
MCC Micromax w /05G Compressor, Brushless Motors, R1 34a
$3,565.00
DRIVERS HEATERS & ADDITIONAL PASSENGER HEATERS
BASE
MCC Drivers Heater - Brushless Motor, Left Foot Vent, 1/4 Turn Valves
BASE
MCC Drivers Heater - Brush Motor, Left Foot Vent, 1/4 Turn Valves
$387.00
BASE
Front Stepwell / Threshold Heater - MCC with Brushless Motor
BASE
Delete Front Stepwell / Threshold Heater - MCC with Brushless Motor
$260.00
BASE
Streetside Underseat Heater - MCC with Brushless Motor
BASE
Delete Streetside Underseat Heater - MCC with Brushless Motor
$325.00
BASE
Curbside Rear Stepwell Heater - MCC with Brushless Motor
BASE
Delete Curbside Rear Stepwell Heater - MCC with Brushless Motor
$325.00
AUXILIARY COOLANT HEATER
BASE
Spheros Model Thermo 300HA 104,000 btu Coolant Heater
BASE
Spheros Model Thermo 230 (80,000 btu ) Coolant Heater
$0.00
Proheat Model X45 45,OOObtu Coolant Heater
$252.00
Proheat Model M80 80,OOObtu Coolant Heater
$111.00
Espar Electric Coolant Heater
$169.00
"Hot Flow" (CTM 15110 -A00 Coolant Heater for CNG
$0.00
Delete Spheros Model Thermo 300HA 104,000 btu Coolant Heater
$1,812.00
DRIVER'S AUXILIARY FAN & DASH AREA
BASE
Drivers Fan Mounted to Dash (qty 2 )
BASE
Delete Drivers Dash Fan each
$71.00
BASE
Rubber Maid Waste Basket at Rear Door Location
BASE
BASE
Rubber Maid Waste Basket at Front Door Location
BASE
Delete Rubber Maid Waste Basket each
$83.00
REAR DOOR
BASE
34" Rear Door - Air Open / Spring Close Full Driver's Control
BASE
Delete Rear Door
$1,400.00
48" or 56" Rear Door requires Air Open / Air Close Door
$2,601.00
Vapor CLASS Control with Green LED Lamp 34" Door
$5,511.00
Vapor vTouch Electronic Touch Bars with Green LED Lamp 34" Door
$605.00
34" Rear Door - Vapor Electric Open / Electric Close Full Driver's Control
$4,621.00
BASE
Exterior Air Release Front Door Control Valve
BASE
Delete Exterior Air Release Front Door Control Valve
$162.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 4
Colorado Mountain Purchasing Consortium BAF#
Base Equipment and Alternatives JUNE 12,2015
Price Sheet
• •
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 5
ELECTRICAL EQUIPMENT CABINET
BASE
44" Tall with Key Lock and 2 5/16' Square Key Locks
BASE
33" Tall with Key Lock and 2 5/16' Square Key Locks
$125.00
44" Tall 33' with Key Lock and 2 5/16' Square Key Locks & 11" Drivers Storage
$120.00
Storage Box on Curbside Forward Wheel Well (8.25'H x 2 0"W x 13 "D'
$470.00
ADVERTISING FRAMES - EXTERIOR
BASE
Exterior, None
BASE
Exterior, 21" X 40 ", Front Clear or Black Anodized, Powder Coated
$175.00
Exterior, 30" X 88 ", Curbside or Streetside
$283.00
Exterior, 30" X 144 ", Clear or Black Anodized, Powder Coated
$335.00
Exterior, 21" X 72 ", Rear
$226.00
ADVERTISING FRAMES - INTERIOR
BASE
Transit Information Products -OBIC T 12P 1 L -ASPEN
BASE
Delete Transit Information Products -OBIC T 12P 1 L -ASPEN
$260.00
Interior, Innocom Schedule Racks 3.75" X 7" X 1.5"
$17.00 each
Interior, 22" X 21 ", Black, RH Load, Open Back
$165.00
DRIVERS SEAT
BASE
Recaro Ergo Metro w /Headrest, Seat Belt Alarm and 3 -Point Belt (Lap and Shoulder
BASE
USSC G2A w /Headrest, Seat Belt Alarm and 3 -Point Belt Lap
$325.00
USSC 9100ALX3 with Headrest, Seat Belt Alarm and 3 -Point Belts Lap & Shoulder
$352.00
PASSENGER SEATING
BASE
AMSECO N2003/6466
BASE
BASE
Thermoplastic Grabhandles
BASE
BASE
Standard Wool Fabric or Vinyl
BASE
4ONE Gemini
Quote to Spec
4ONE CitiSeats
Quote to Spec
4ONE Angel Seats
Quote to Spec
4ONE Aries
Quote to Spec
4ONE Patriot
Quote to Spec
AMSECO N2005
Quote to Spec
AMSECO Insight
Quote to Spec
AMSECO 6468
Quote to Spec
AMSECO Metropolitan
Quote to Spec
KIEL IDEO
Quote to Spec
KIEL ESOS
Quote to Spec
WHEELCHAIR SECUREMENT
BASE
AMSECO - A.R.M. System
BASE
4ONE J2 -VPRO
Quote to Spec
AMSECO - Dual Autolok
Quote to Spec
Q'Pod Assembly
Quote to Spec
KIEL
Quote to Spec
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 5
Colorado Mountain Purchasing Consortium BAFO
Base Equipment #; Alternatives JUNE 12, 2015
Price
Project # r
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 6
PASSENGER SIGNALS
BASE
Pull Cords Neutral or Yellow with Touch Pad at Wheelchair Location
BASE
Touch Tape on Window Mullions
$1,116.00
BASE
Stop Request Button at Rear Door Stanchion
BASE
Additional Amber Stop Request Lamp Mounted on Driver's Dash
$35.00
DRIVER'S BARRIER
BASE
Wra.p Around Fiberglass (35'/ 40' Low Floor
BASE
Wrap Around Fiberglass with 3 Schedule Rack Cutouts (35'& 40' Only)
$61.00
BASE
Flat Melamine, One Piece 29' Only)
BASE
STANCHIONS & GRAB RAILS
BASE
Powdercoated Door Handles, Vertical Stanchions, Hand Rails & Modesty Panel Tubes
BASE
SSTL Vertical Stanchions and Modesty Panel Tubes
$400.00
Powdercoated Vertical Stanchions Only
$200.00
Vertical Stanchion at Front Wheelwells each
$76.00
Vinyl Grab Straps (each)
$20.00
SSTL Spring Loaded Grab Handle each
$123.00
WINDOWS
SEE PAGE 11 FOR WINDOW OPTIONS
HEADLAMPS
BASE
4 Dialite LED Headli hts (High & Low Beam
BASE
Dual 4 Halogen Headlights
$678.00
2 Dialite LED Headlights Low Beam Only)
$189.00
Dinex STAR LED Headlight system Low Beam Onl
$208.00
Dinex STAR LED Headlight system with Sound Alert Low Beam Only)
$321.00
AUXILIARY EXTERIOR LAMPS
BASE
2 Red LED Brake Lamps Mounted to Bottom of HVAC Door
BASE
BASE
2 Red LED Brake Lamps Mounted at Upper Corners of HVAC Door
BASE
7" Tail Lights IPO 4"
$0.00
1 Red LED "STOP" Sign Mounted to Bottom of HVAC Door
$434.00
2 Amber LED Turn Lamps Mounted to Top of HVAC Door
$100.00
BASE
1 Triangle Style Amber LED Yield Sign Mounted on Streetside of HVAC Door
BASE
Delete Triangle Style Amber LED Yield Sign Mounted on Streetside of HVAC Door
$550.00
2 Additional Turn Signals Mounted on each Side of Bus total 4 per side
$115.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 6
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 7
PLEASURE RADIO
BASE
REI AM /FM /CD /MP3 - USB /SD PLAYER,
BASE
Delete RE] AM /FM /CD /MP3 - USB /SD PLAYER,
$350.00)
COMMUNICATION RADIO SYSTEM
BASE
Motorola APX Series
BASE
Motorola APX Series
$4,500.00
Customer Specific 2-Way Radio System
Quote to Spec
PUBLIC ANNOUNCEMENT SYSTEM
BASE
PA via Clever Devices ITS System
BASE
Clever Devices Speak Easy II
$1,140.00
INTELLIGENT VEHICLE SYSTEM
(On -Board Hardware Only)
BASE
Clever Devices IVN3 Complete ITS System Per Spec
BASE
Delete Clever Devices IVN3 Complete ITS System
$30,000.00
AVAIL ITS System (Budgetary)
Quote to Spec
INIT ITS System (Budgetary)
Quote to Spec
Trapeze Transit Master ITS System (Budgetary)
Quote to Spec
Xerox ITS System (Budgetary)
Quote to Spec
Stand Alone UTA APC System Does not include software or service fees
$6,174.00
Customer Specified ITS System
Quote to Spec
DESTINATION SIGNS
BASE
Luminator Horizon SMT 100 % Amber LED Front & Curbside Signs
BASE
Twin Vision 100% AMBER LED Front & Curbside Signs
$0.00
Twin Vision Silver Series 100% LED Front, Curbside, & Rear Run Signs
$938.00
Hanover 100 % AMBER LED Front & Curbside Signs
$896.Q0
Add Luminator or Twin Vision Amber LED Rear Run Sin
$980.00
Add Hanover Amber LED Rear Run Sin
$906.00
Heated /Defroster for Front Sign Glazing
$214.00
White LED Signs
Quote to Spec
FARE COLLECTION
BASE
GFI Odyssey
BASE
Delete GFI Odyssey
$15,881.00
GFI Fast Fare
Quote
Diamond Model H with Spare Vault
$2,600.00
Diamond Model SV with Spare Vault
$1,601.00
Main T1 with Spare V1 Vault in Standard Paint Color
$938.00
Main M4 with Spare V4 Vault in Standard Paint Color
$840.00
Main SL5 with Spare V5 Vault in Standard Paint Color
$2,181.00
Denominator Manual Passenger Counter Rows X Tallies X $32
Farebox Guard
$187.00
Globe 60090 Transfer Cutter (each)
$63.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 7
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 8
FLOORING
BASE
Green Wood Plywood with Altro Transflor
BASE
RCA Rubber
$400.00
Full Composite Flooring
$2,500.00
ROOF HATCHES
BASE
Trans ec Manual Hatch at Front and Rear Position
BASE
Delete Trans ec Manual Hatch at Forward Position
$250.00
Upgrade Hatch to Transparent Skylight Hatch per position)
$103.00
ELECTRICAL 1 MULTIPLEXING
BASE
1/0 Controls, Dinex G3 System
BASE
Cole Hersee #12063 Electrical Tow Connector
$168.00
DRIVERS SUN SHADES
BASE
Roller Style with Pull String Release
BASE
FIRE SUPPRESSION & METHANE DETECTION
BASE
Amerex V25 System Fire Suppression
BASE
BASE
Amerex Safety-Net Fire Suppression & 4 Sensor Methane Detection CNG only)
BASE
Delete Fire Suppression Diesel Only)
$1,800.00
SURVEILLANCE CAMERA SYSTEMS
BASE
UTC Penta, 8 Color Cameras, DVR & Audio
BASE
Delete UTC Penta, 8 Color Cameras, DVR & Audio
$6,941.00
Seon Explorer TX8, 8 Color Cameras, DVR & Audio
Quote to Spec
Apollo Road Runner, 8 Color Cameras, DVR & Audio
Quote to Spec
Transit Solutions, 8 Color Cameras, X -DMR8 DVR & Audio
Quote to Spec
REI HD8000, 8 Color Cameras, DVR & Audio
Quote to Spec
Safety Vision SVR 4108, 8 Color Cameras, DVR & Audio
Quote to Spec
Engine Compt SWAT Switch
$275.00
BICYCLE RACKS
BASE
Sportworks DL2, Two Bikes, Stainless Steel
BASE
Sportworks DI-2, Two Bikes, Black Powdercoated
$269.00
Delete Sportworks DI-2, Two Bikes, Stainless Steel
$880.00
Bike Rack Deployed Indicator Lamp on Driver's Dash
$30.00
Mounting Brackets and Pivot Plate Only
$253.00
Bike Rack Mounted Advertising Frame, 21" X 40"
$274.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 8
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 9
SAFETY EQUIPMENT
BASE
Fire Extinguisher and Safety Triangle Kit
BASE
BASE
Twenty Four Unit First Aid Kit
BASE
Blood Born Pathogen Kit
$35.00
Wheel Chocks (per set)
$35.00
DRIVER'S DASH
BASE
Air Pressure & Speedometer
BASE
BASE
Diesel Exhaust Fluid Required for Diesel and Hybrid)
BASE
Additional Gauges each
$50.00
BASE
Diesel Gauge Included in Fuel Section
BASE
1/0 Multi Function Display MFD)
$3,258.00
12v Power Port
$110.00
Big Gulp Cup Holder
$35.00
Euramatic Folding Style Cup Holder
$25.00
Trash Bag Holder
$75.00
ACCELERATOR / BRAKE FOOT CONTROLS
BASE
Kongsberg Adjustable Throttle / Brake Pedal
BASE
Williams Controls 45de ree Throttle Pedal (non adjustable )
($795.00
PAINT /DECALS
BASE
Three Paint Passes
BASE
Add /Delete Each Paint Pass
$941.00
Clear Coat
$850.00
BASE
Basic Non - Reflective Exterior Logo Decals
BASE
Delete Basic Non - Reflective Exterior Loo Decals
$3,378.00
Custom Paint and/or Decal Design
QUOTE
Gillig Provide Design Services for Paint/Decal Layout
$500.00
ROOF NUMBERS
BASE
None
BASE
Roof Numbers (Up to Four 24" High Decals
$125.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 9
GILLIG L
Colorado Mountain Purchasing Consortium BA
Base Equipment and Alternatives JUNE 12, 2011
Price Sheet
Project 5-LTB-RFF-
PASSENGER WINDOW OPTIONS
1 30' 35' 40'
Dura Hidden Frame/Bonded - Transom
BASE
BASE
BASE
Dura Standard Frame, Safety Glass - Transom
($1,354,i M)
0(),'p
Dura Hidden Frame/Bonded - Full Fixed
Quote
Quote
Quote
Dura Standard Frame, Safety Glass - Full Fixed
Quote
Quote
Quote
Add Thermo Guard to Dura Standard Frame
Quote
Quote
Quote
Add Thermo Guard to Dura Hidden Frame/Bonded
Quote
Quote
Quote
INTERIOR LIGHTING OPTIONS
30' 35' 40'
Pretoria LED Lighting System w/Reading Lamps
BASE
BASE
BASE
Delete Reading Lamps
($300,00�li
($300,0(1)
($3(x),0iD)
—
Dinex - LED Lighting System w/out Reading Lamps
($105 11Y))
(s lip aoo)
($105,100)
Pretoria LED Lighting System w/out Reading Lamps
($300 00�)
_($3010,(10)
($300,00)
Open Bottom Racks - Full Length
$6,762.00
$11,266.00
$13,695.00
Suburban Package Rack
$10,082.00
$11,663.00
$13,809.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 1
Colorado Mountain Purchasing Consortium
Diesel Equipment
TROLLEY PACKAGE OPTIONS
30' 35' 40'
Base Package (Diesel)
$61,494.00
$69,106.00
$77,061.00
Roof Cupola Assembly
INCLUDED
INCLUDED
INCLUDED
Solid Brass SF Cable Car Bell
INCLUDED
INCLUDED
INCLUDED
Exterior Wood Like Trim Installed On: Cupola,
Front & Rear Overhang Eaves, Arches, Window
Mullions, Window Sills, Rub Rails, Skirt Panels,
INCLUDED
INCLUDED
INCLUDED
Front & Rear Door, Front & Rear Bumper.
Reference Layout.
Interior Trim Includes Solid American White Oak
Trim on: Ceiling Panel Strips, Window Tops &
Sills, Overhead Passenger Light Panels, Driver's
INCLUDED
INCLUDED
INCLUDED
Dash Area.
Vintage Style Vinyl Graphics: Cupola Window &
Exterior Window Graphic Motifs, Standard Gold
Vinyl Pinstriping, Exterior Graphics Banner
INCLUDED
INCLUDED
INCLUDED
Package, Interior Graphics Banner at Rear 110
Enclosure, Exterior Bus Numbers, Gold Battery
Disconnect Decal. Reference Layout
Cow Catcher
$3,036.00
$3,036.00
$3,036.00
Roof Accent LED Rope Lighting
$3,036.00
$3,149.00
$3,261.00
Front Center Trolley Light
$594.00
$594.00
$594.00
Exterior Roof Mounted Sign Boards CS & RS)
$3,624.00
$3,624.00
$3,624.00
Front Roof Hatch Accomodations 1
$794.00 1
$794.00 1
$794.00
Base 30' Base 35' Base 40'
26 Passengers (32 ) Passengers (383 ) Passengers
Vintage Style Trolley Seating; Solid American
White Oak Milled Wood Slats, Bull Nose Top & $9,817.00 $8,147.00 $8,209.00
Bottom Roundover Edges.
Interior Vinyl Seat Cushions $3,374.00 $3,881.00 $4,363.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 1
GILLIG LLG
BAFO
JUNE 12, 2015
TRAINING OPTIONS/PRICING
1 1 1 0 FE=-
(24) hours of Maintenance up to (10) students
(24) hours of Electrical up to (10) students
(24) hours of Parts & Support Familiarization up to (10) students
Component Supplier Provided Training (Tuition Only)
(40) Hours of Cummins Engine
(32) Hours of Allison Transmission
(8) Hours of Luminator Signs up to (12) Students
(24) Hours of Thermo King HVAC up to (10) Students
(8) Hours of Lift -U Ramp up to (12) Students
GILLIG Training DVD's
(1) Complete set of GILLIG Training DVD's
GILLIG LLC
BAFO
June 12, 2015
' 111 11
$5,000.00
$0.00
$1,750.00 per student
$1,400.00 per student
$0.00
$250.00 per student
$0.00
El 1 11
GILLIG LLC
COLORADO MOUNTAIN PURCHASING CONSORTIUM BAFO
JUNE 12, 2015
RECOMMENDED TOOLS LIST
DIESEL AND CNG LOW FLOOR
LAF 1 OPS
82- 19526 -000
82- 19526 -001
COMPUTER, LAPTOP DELL
LAPTOP, TOUGHBOOK CF31
$
$
1,470.24
4,281.27
CUMMINS TOOLS
82- 17098 -XXXXX
82- 23481 -003
SOFTWARE, INSITE LITE SUBSCRIPTION
KIT, DATALI NK ADAPTER
$
$
710.00
1,119.00
ALLISON TOOLS
82- 64140 -000
82 -63714 -002
SOFTWARE, ALLISON DOC 11.0.1 DOWNLOAD
KIT, WIRELESS /USB TRANSLATOR, ALLISON
$
$
707.00
1,143.00
ABS TOOLS
82- 24262 -000
WABCO SOFTWARE, ABS TOOLBOX
$
479.00
LUMINATOR SIGN TOOLS
82- 40732 -000
82- 63118 -000
SOFTWARE, IPS PROGRAM
STICK, USB MEMORY (BLANK)
$
$
500.00
70.00
HVAC TOOLS
82- 58779 -001
TOOL, INTELLIGARE III,SMART PAC
$
1,231.00
110 TOOLS
82- 40737 -004
82- 40737 -001
82- 40737 -003
82- 40737 -005
MODULE, CIRCUIT TESTER **
MODULE,PROGRAM LOADER CHARGER **
MODULE, ID WRITERNERIFICATION **
MODULE, DIAGNOSTIC TOOL FOR USB **
$
$
$
$
2,165.00
1,273.00
349.00
572.00
GILLIG LLC
LOW FLOOR TRANSIT COACH
STANDARD LIMITED WARRANTY & EXTENDED COVERAGE
FOR
COLORADO MOUNTAIN PURCHASING CONSORTIUM — BEST & FINAL OFFER JUNE 2015
C',Tr T IG L.L .0 �`'arratits t� the orign:ai purchau °vr, that ItJ transit coac\.hes, save and except for t hose major component
assemblies and other parts described below which are separately warranted by their respective manufacturer's
(OEM's), will be FREE FROM DEFECTS IN MATERIAL AND WORKMANSHIP UNDER NORMAL USE
AND SERVICE, for the distance or time periods specified in the attached, and agrees to REPAIR or REPLACE the
defective parts AT NO COST TO THE PURCHASER. This is a limited warranty subject to the provisions stated
below and is referred to as GILLIG's Standard Limited Warranty.
This warranty DOES NOT COVER malfunction or failure resulting from the purchaser's or its agents or employees
alteration, misuse, abuse, accident, neglect or failure to perform normal preventive maintenance as outlined in
GILLIG's Service Manual, nor does it cover components or assemblies not originally provided by GILLIG. Further,
this warranty DOES NOT APPLY to normal replacement items such as light bulbs, seals, filters or bushings, nor to
consumable items such as belts, tires, brake linings or drums.
PURCHASER'S SOLE REMEDIES FOR LIABILITY OF ANY KIND WITH RESPECT TO THE
PRODUCTS FURNISHED UNDER THIS WARRANTY AND ANY OTHER PERFORMANCE BY GILLIG
UNDER OR PURSUANT TO THIS WARRANTY, OR WITH RESPECT TO PURCHASER'S USE
THEREOF, INCLUDING NEGLIGENCE, SHALL BE LIMITED TO THE REMEDIES PROVIDED IN
THIS WARRANTY AND SHALL IN NO EVENT INCLUDE ANY INCIDENTAL, INDIRECT, SPECIAL
OR CONSEQUENTIAL DAMAGES OR LOSS OF USE, REVENUE OR PROFIT. IN NO EVENT SHALL
GILLIG'S LIABILITY FOR DAMAGES WITH RESPECT TO ANY OF THE PRODUCTS COVERED
UNDER THIS WARRANTY EXCEED THE AMOUNT PAID BY THE PURCHASER TO GILLIG FOR
SUCH PRODUCTS.
GILLIG DOES NOT WARRANT some major component assemblies (such as the engines, transmissions and air
conditioning systems) which are warranted by their respective manufacturers (OEM's) and identified as Category 3
items on page three (3) of this Warranty. Warranty coverage for these items is as defined in those manufacturer's
own warranty documents and per their terms and conditions, and as administered by their own support networks.
GILLIG makes NO OTHER WARRANTIES, except as stated herein, and GILLIG's obligation under this warranty
is LIMITED AND FULLY DESCRIBED HEREIN. Determination of warrantable defects is at GILLIG's (or the
OEM's) discretion and will require inspection of failed components. Correction or compensation under this warranty
for Category 1 and Category 2 items cannot be made unless requested on a GILLIG Application for Warranty Claim
form and in accordance with the claim procedure established by GILLIG.
THIS WARRANTY IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTY EXPRESSED OR IMPLIED,
but if such has legal status, it CANNOT EXCEED THE DURATIONS STATED HEREIN. This warranty gives
the purchaser specific legal rights and some state statutes may include other rights.
This is GILLIG's sole warranty with respect to its transit coaches. GILLIG MAKES NO OTHER WARRANTY
OF ANY KIND WHATEVER, EXPRESS OR IMPLIED; AND ALL IMPLIED WARRANTIES OF
MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE WHICH EXCEED THE
AFORESAID OBLIGATION ARE HEREBY DISCLAIMED BY GILLIG AND EXCLUDED FROM THIS
AGREEMENT.
Standard & Extended
Revised: 3131/15
Page 1 of 5
GILLIG LLC
LOW FLOOR TRANSIT COACH
STANDARD LIMITED WARRANTY & EXTENDED COVERAGE
FOR
COLORADO MOUNTAIN PURCHASING CONSORTIUM - BEST & FINAL OFFER JUNE 2015
GILLIG's Standard Limited Warranty which covers Category 1 and Category 2 parts, components and
assemblies, covers the following systems, components or assemblies for the period specified, and includes
100% PARTS AND LABOR to repair or replace the defective components as determined by GILLIG. (See
Page 3 for explanation of notes (1) -(7).)
CATEGORY 1
Includes GILLIG manufactured or assembled components and systems as well as some purchased assemblies.
Warranty and warranty claims administration provided by GILLIG.
Coverage Period (1)
Months Miles
FULL COACH WARRANTY (2) (3) (7) 12 50,000
BODY STRUCTURE WARRANTY (4) 36 150,000
CORROSION & STRUCTURAL
INTEGRITY WARRANTY (5) 144 500,000
CATEGORY 2
Includes major components purchased and installed by GILLIG. Warranty provided by component OEM's.
Warranty claims administration provided by GILLIG.
AXLE
Meritor Front Steering 24 Unlimited
Meritor Rear Driving 24 Unlimited
BRAKE SYSTEM
(Excludes Friction Material)
Bendix Valves 24 100,000
Meritor Brakes 24 100,000
RADIATOR & CHARGE AIR COOLER
Modine 24 100,000
Standard & Extended
Revised 3131115
Page 2 of 5
STANDARD
LOW FLOOR COVERAGE
O.
COLORADO MOUNTAIN PURCHASlk�����-�L�-�#
Maior components listed below under "Category 3" are covered by warranties or extended coverages(b), for the
miles and /or months indicated, provided by the manufacturer (OEM's) of those components. Purchasers should
refer to specific OEM warranty documents for details. Warranty claims are and will be administered by the
respective manufacturers (OEM's) and all warranty claims must be made directly to said manufacturers.
GILLIG will assist purchasers in dealing with these OEM's and warranty issues that may arise from time to
time.
CATEGORY 3
Coverage Period (1)
Months Miles
ENGINE (7)
Cummins ISL 280, ISL -G 280 60 300,000
ENGINE ACCESSORIES
Delco Starter
36
350,000
Niehoff Alternator
24
Unlimited
TRANSMISSION
Allison B40OR
60
300,000
AIR CONDITIONING SYSTEM
Thermo King
24
Not applicable
WHEELCHAIR RAMP
Lift -U LU -18
24
Unlimited
EMISSIONS CONTROL SYSTEMS
60
250,000
VIDEO SURVEILLANCE SYSTEM
24
100,000
DOOR SYSTEM
Vapor
12
100,000
Standard & Extended
Revised: 3/31/15
Page 3 of 5
Low Floor Transit Coach Emission Warranty
GILLIG warrants to the ultimate purchaser and each subsequent purchaser that the new vehicle is
designed, built and equipped so it conforms at the time of sale to the ultimate purchaser with all
U.S. federal emissions regulations applicable at the time of manufacture and that it is free
from defects in materials or workmanship which would cause the vehicle to fall to not meet these
regulations within five years or 100,000 miles of operation, whichever occurs first, as measured
from the date the vehicle is placed into service. In no case may this period be less than the
Standard Limited Warranty where applicable to emission warrantable parts. If the
ultimate purchaser registers the vehicle in the state of California (or any other state following
the applicable California Air Resources Board regulations) a separate California Emissions
Warranty applies.
GILLIG warrants to the ultimate purchaser that registers the vehicle in the state of California (or any other
state following the applicable California Air Resources Board regulations), and each subsequent purchaser,
that the new vehicle is designed, built and equipped so it conforms at the time of sale to the ultimate
purchaser with all applicable regulations adopted by the California Air Resources Board at the time
of manufacture and that it is free from defects in materials or workmanship which would cause the
vehicle to fail to not meet these regulations within five years, 100,000 miles or 3000 hours of
operation, whichever occurs first, as measured from the date the vehicle is placed into service. In no case
may this period be less than the basic mechanical warranty provided to the purchaser of the engine.
GILLIG warrants to the ultimate purchaser and each subsequent purchaser thatthe tires on this vehicle
conform at the time of sale to the ultimate purchaser with all U.S federal emissions regulations and all
applicable regulations adopted by the California Air Resources Board at the time of manufacture and are free
from defects in materials or workmanship which would cause the vehicle to fail to not meet these regulations
for a period of 2 years or 24,000 miles, whichever occurs first.
This list of emission control parts may be covered by the Emission Warranty under certain
failure modes.
• Ambient Air Temperature Sensor
• Charge AirCooler and associated plumbing
• Wire harness circuits connected at both ends to emissions warrantable components
• Exhaust gas pipes from turbocharger out to the last after treatment device
• Urea quality sensor
• Urea tank, heating element, level sensor, temperature sensor, coolant control valve
• Urea lines and line heater controls
• On -Board Diagnostic (OBD) Malfunction Indicator Lamp (MIL)
• Diesel Exhaust Fluid (DEF) Lamp
• OBD Connector
Standard & Extended
Revised: 3/31/15
Page 4 of 5
NOTES
(1) Coverage ceases at the first expiration of the time or distance noted.
(2) Full coach warranty includes and applies to electrical, doors, seats, flooring, roof hatches, destination
signs, wheelchair ramp, handrails, radio, P.A., etc., but not to NS systems or special options.
(3) Fleet defect coverage is for a maximum of 12 months or 50,000 miles and includes all components
and assemblies on the vehicle.
(4) Basic body structure warranty includes and applies to structural members in the body and
undercarriage including the structural members in the suspensions.
(5) The corrosion and structural integrity guarantee covers against a significant loss of structural integrity
of the assembly or its functional performance, resulting from a pertinent loss of cross - section due to
corrosion caused by normal environmental elements but excludes corrosion caused by aggressive road
de -icers such as Magnesium Chloride or equivalents, unless Gillig approved preventative measures are
taken (see Service Manual).
(6) Extended coverage may not duplicate Standard Limited warranty coverage. Note: Please refer to OEM
warranty documents for details.
(7) Use of non -ASTM biodiesel blends from non- BQ9000 suppliers in excess of B20 may void the engine
manufacturer's warranty on fuel related components, and also may void warranties of hoses, seals and
fittings in contact with the fuel.
Standard & Extended
Revised: 3/31/15
Page 5 of 5
I m
PRICING CLARIFICATION
All the following general comments and clarifications may not apply to your specific
procurement, but they are included so as to avoid misunderstandings, so they should not be
construed as making this a conditional bid. These comments do not change the quoted
pricing for the initial order and build.
TAX/FEE STATEMENT
The prices quoted for this procurement are for the specified deliverables only and exclude
(unless specifically noted by buyer or seller) any Local, City, County, State, Franchise or
Income or Value Added(VAT) taxes, tariffs, fees, business licenses, or other licenses, that
may need to be paid as part of the performance of this contract, or any option of it. If any
additional fees are required, they will be noted and added to the appropriate invoice.
PAYMENT
All Prices are in U.S. Dollars and payments are only accepted on U.S. bank checks or via
electronic funds transfers, (no credit, debit or bank cards) and any applicable transaction fees
would be the responsibility of the buyer.
EMISSIONS AND OTHER REGULATED OR MANDATED CHANGES
The prices quoted for the initial build quantity are for vehicles meeting all applicable Federal
and State regulations (including EPA, CARB, or NHTSA requirements) currently known to
be in effect at the time of delivery of those vehicles. Changes caused by or related to
future regulations, any subsequently enacted regulations, or technologies necessitating
revisions from the currently proposed vehicle configuration (e.g. component
change /availability due to emission or other regulations, requirements or mandates), may
require a price adjustment, which would be subject to negotiation and agreement by both
Gillig and the buyer. This latter statement applies to future builds only that may need to use
different components or currently unknown or unavailable technology, to meet regulations or
requirements in effect at the time(s) of those optional deliveries(e.g. costs or technologies to
meet 2017 emission requirements are currently unknown).
OPTIONAL BUILD PRICING
Most bids include a PPI adjuster to determine pricing for future builds, and this is to clarify
that bus pricing for such future build quantities may be different from the PPI adjusted price
because of the above regulated /mandated changes and/or due to customer initiated change
notices.
1/18!2007(2 -13)
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JUNE 12, 2015
- ,;
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or understandings." One copy without any price/cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
1
GILLIG LLC
WR 1.1.5 EMISSION CONTROL SYSTEM (ECS)
3
❑ Exceed
11 Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
The Contractor warrants the emission control system for five years or 250,000 miles,
whichever comes first. The ECS shall include, but is not limited to, the following
components:
• complete exhaust system, including catalytic converter (if required)
• after treatment device
• components identified as emission control devices
Rationale (pros and cons):
GILLIG cannot offer a 5yr1250,000 mile warranty on the Emission Control System
(ECS) as identified in WR 1.1.5. GILLIG's request to purchase this ECS warranty from
Cummins has been denied. Therefore, GILLIG is not able to offer the requested
warranty to the Colorado Mountain Purchasing Consortium and will offer the standard
Cummins Emission Control System (ECS) warranty of 5yrl100,000 miles in
accordance with the Cummins warranty provisions.
13
January 2015
mmMm o m .— . - - - ------- .. . .. . moo w.w ..... .w w. �m --- - - - m� w -�a ��„
PACKAGE 2: PRICE PROPOSAL
5. Explanation of Method for Price Adjustments of Base Pricing Proposed.
Because the CMPC member agencies will be ordering vehicle configurations
that will vary from the base RFTA vehicle specified in Section 6, Proposer is to
describe and document the process for transparent non - cardinal change price
adjustments to the base price proposed to justify a fair and reasonable price
when modifying orders to accommodate various CMPC member needs.
GILLIG has quoted the vehicle configurations requested in the proposal along with
options pricing for various components.
GILLIG can quote on request additional non - cardinal change price adjustments to the
base price for the CMPC review and approval prior to modifying orders based on CMPC
member needs.
Should an option be requested from one of the CMPC member agencies which is not
listed in GILLIG's listing of Optional and Alternative Equipment, GILLIG will provide a
quote based on then current information, vendor pricing and other quoted contracts. In
the event that a mutually agreeable price cannot be determined, GILLIG will assist the
CMPC member in identifying an alternative selection which may include foregoing the
requested item.
In compliance with your specifications, Subject to the CMPC's right to order
modifications, any vehicles purchased under assignment shall have the same
specifications as the vehicles purchased under this Contract.
The price of the vehicles for purchase after the first contract year (2016 -2020) shall be
the unit price of the 2015 ( "Base Order Price ") vehicles, adjusted by multiplying the
base order price by the following fraction:
Latest Published Preliminary Index Number Prior to Notice of Order of
Indentified Quantity(ies) in Year 2016 -2020 l Index Number on Effective
Date of the Contract
The Index shall be the Producer Price Index for Truck and Bus Bodies, Series No.
1413, published by the United States Department of Labor, Bureau of Labor Statistics,
or if such Index is no longer in use, then such replacement that is most comparable to
the Index as may be designated by the Bureau of Labor Statistics, or as agreed by the
parties.
Thursday, July 2, 2015 3:31:52 PM MT
Subject: Re: GILLIG - CMPC- 15- LTB -RFP REQUEST FOR BEST & FINAL OFFER
Date: Tuesday, June 16, 2015 11:19:10 PM MT
From: ann @raeconsultants.com
To: Alejandra.Salgado @gillig.com
CC: Joseph. Policarpio @gillig.com, Javier. HernandezJr @gillig.com, Ben.Grunat @gillig.com,
Joe.Saldana @gillig.com, David. Rands @gillig.com, Maribel.Gonzalez @gillig.com,
Deirdre. Fenelon @ gillig.com
BCC: Kelley Collier
Priority: High
All,
We are requesting that Gillig resubmit this Best and Final Offer proposal as it did not truly meet what we
requested to be provided.
The following are the issues that need to be corrected and resubmitted, therefore please resubmit the entire
package of materials. If they are not resolved, we will score what was provided and this might affect Gillig
negatively in future evaluations.
1. After what was submitted, we need to clarify what we were requesting in terms of pricing for extended
warranties. On May 11, in a clarification sent by Gillig, item number 10 (see attached) warranties were
itemized and listed as an additional cost. In the BAFO request, we asked for this information to be
translated to updated order forms NOT as an addition to the base cost, but as an addition to the extended
warranty section of the price proposal form, itemized as it was in the clarification submission. The CMPC
needs extended warranties offered to them as an official price quote, but not as an increase to the base
cost. If you require further clarification, please contact me ahead of further submissions.
2. The on site training program and service advisor visits per the BAFO request were to be a revision to the
Training Options /Pricing sheet offered by Gillig. The training program, per the items listed in the BAFO,
were to be defined, itemized and priced in a revised training offer sheet. Including in a narrative response a
total price for the various options is not sufficient and this narrative should either be included or reflected
in the revised training options /price sheet. We require this information itemized as a revision to the
original training options /pricing sheet submitted at the time of proposal. Please itemize everything the cost
includes and does not include.
3. We requested an example to be included with the price adjustment explanation and in our phone
discussions with Gillig, we were told this could be provided. Please include an example of how Gillig will
provide pricing based on current information, vendor pricing and other quoted contracts.
4. Please explain to me (in an email is fine) if the proposal deviation included on page 40 of the PDF
submission (attached) is a new proposal deviation or one that was submitted previously.
I would like to clarify that the BAFO request stated mailed and emailed materials (emailed was not to be in lieu of
mailed) were to be received by June 12th, S:OOpm MDT. Technically I only received an emailed version by this
time, so I was not to accept this BAFO submission. Please do not choose to issue this revised BAFO in the same
manner. All materials, mailed and emailed, are to be received by S:OOpm MDT on the date provided below.
I will ask that these revisions be submitted by mail and email no later than S:OOpm MDT on Monday June 22nd
to my physical and email address stated in the BAFO request.
If you have any questions, please contact me. I am out of the office, but will respond to your email as soon as I
possibly can.
Thank you,
Ann
Page 1 oft
Ann Beauvais
RAE Consultants, Inc.
PO Box 7639
Denver, CO 80207
(p) 719 - 447 -7623
ann @raeconsultants.com
ambeauvais @hotmail.com
Dear Ms. Beauvais:
Enclosed for your review is Gillig's response to CMPC's Best and Final Offer Request along with
supporting documents. Original documents will be shipped to your attention today via Fed Ex (overnight
delivery).
Thank you in advance for your consideration of these items
Regards,
Alejandra Salgado
Sales Administrator
Gillig LLC
Tel: (510) 264 -5015
Fax: (510) 785 -6819
Page 2 oft
June 19, 2015
Ann Beauvais
CMPC Program Administrator
RAE CONSULTANTS, INC.
2212 West Platte Avenue
Colorado Springs, CO 80904
Post Office Box 3008
Hayward, CA 94540-3008
(510) 785-1500
FAX: (510) 785-6819
RE: CMPC-15-LTB-RFP REQUEST FOR BEST AND FINAL OFFER
DATE DUE: JUNE 22, 2015 AT 5:OOPM
Dear Ms. Beauvais:
In response to your second Request for Best and Final Offer, received via e-mail on June 16, 2015
GILLIG would like to respond as follows. For convenience sake, we have listed your request first
followed by GILLIG's responses.
1. After what was submitted, we need to clarify what we were requesting in terms of pricing
for extended warranties. On May 11, in a clarification sent by Gillig, item number 10 (see
attached) warranties were itemized and listed as an additional cost. In the BAFO request,
we asked for this information to be translated to updated order forms NOT as an addition
to the base cost, but as an addition to the extended warranty section of the price proposal
form, itemized as it was in the clarification submission. The CMPC needs extended
warranties offered to them as an official price quote, but not as an increase to the base cost.
If you require further clarification, please contact me ahead of further submissions.
GILLIG RESPONSE: As requested, GILLIG has provided itemized pricing for the
extended coverages for Cummins and Allison. The prices are located in the Extended
Warranties section for each model bus proposed.
2. The on site training program and service advisor visits per the BAFO request were to be a
revision to the Training Options/Pricing sheet offered by Gillig. The training program, per
the items listed in the BAFO, were to be defined, itemized and priced in a revised training
offer sheet. Including in a narrative response a total price for the various options is not
sufficient and this narrative should either be included or reflected in the revised training
options/price sheet. We require this information itemized as a revision to the original
training options/pricing sheet submitted at the time of proposal. Please itemize everything
the cost includes and does not include.
GILLIG RESPONSE: Please refer to the new "Colorado Mountain Purchasing
Consortium Training Options/Pricing" sheet and "Training Program & Techinical/Service
Support Information and Clarification" sheet.
3. We requested an example to be included with the price adjustment explanation and in our
phone discussions with Gillig, we were told this could be provided. Please include an
/F
) . .. ... ..... �
"'Y
Request #2 for Best and Final Offer
CM1'C- 15- LTB -RFP
June 19. 2015
'_ Page
example of how Gillig will provide pricing based on current information, vendor pricing
and other quoted contracts.
GILLIG RESPONSE: Should an option be requested from one of the CMPC member
agencies which is not listed in GILLIG's listing of Optional and Alternative Equipment,
GILLIG will provide a quote based on then current information, vendor pricing and other
quoted contracts. Given the extensive list of options provided with GILLIG's proposal, it
is difficult to identify an option which was not included in our list. As an example, had
GILLIG not provided a quote in our list for the manual passenger counter and had a
customer requested an 1x8 manual passenger counter, the customer would have been
presented a price of $256 by our Project Sales Manager. The attached Klamath Falls price
list shows the same price as would have been quoted to the customer and could be provided
to support the quoted price. GILLIG could also provide a copy of a price summary for
another customer showing the same price had been quoted to other customers. In the event
that a mutually agreeable price cannot be determined, GILLIG will assist the CMPC
member in identifying an alternative selection which may include foregoing the requested
item.
4. Please explain to me (in an email is fine) if the proposal deviation included on page 40 of
the PDF submission (attached) is a new proposal deviation or one that was submitted
previously.
GILLIG RESPONSE: GILLIG would like to confirm that the deviation included is
indeed a new deviation and was not included with our initial proposal. GILLIG was not
able to purchase the desired Emission Control System (ECS) being requested by the CMPC
from Cummins. Cummins will not offer a 5yr1250,000 mile warranty for the ECS.
We thank you for this opportunity and please let us know if you have any further questions.
Sincerely,
Joseph Policarpio
Vice President
GILLIG LLC
25800 Clawiter Road
Hayward, CA 94545
Phone: 800 - 735 -1500
JP:as
Enclosures
CC: Benjamin M. Grunat, Director of National Sales
Javier Hernandez, Jr., Director of Project Sales Management
Joe Saldafia, Regional Sales Manager
KLAMATH FALLS, OR
FEBRUARY 2015
OPTIONS
COST
ENGINE OIL EXTRACTOR; TITAN PROBALYZER $44.00
TRANSMISSION OIL EXTRACTOR; TITAN PROBALYZER $44.00
VEEDEROOT MECHANICAL HUBODOMETER $72.00
FUEL GAUGE @ DASH
$134.00
ENGINE HOUR METER @ REAR RUN BOX
$50.00
VOLTMETER @ DASH OR REAR RUN BOX
$50.00
TRANSMISSION TEMP GAUGE @ DASH
$50.00
DASH MOUNTED FAN $76.00
DELETE EMCO WHEATON FUEL FILL <$273.00>
MANUAL PASSANGER COUNTER (I ROW X 8 TALLY) $256.00
FAREBOX GUARD $144.00
HEATED FRONT SIGN GLAZING $210.00
SPORT WORKS DL2 MOUNTING BRACKETS ONLY $298.00
SAMPLE
FEBRUARY 25, 2015
Colorado Mountain
Purchasing Consortium
CER 8. Price Proposal Form
Complete and submit one form for each vehicle length proposed,
GILLIG LLC
BAFO
JUNE 19, 2015
Section 9
Mark which size vehicl p,price,
Cost (difference from base
prvpo d, for."
$43,637.00
2`9 Foot Zus — Diesel
32 Foot 1136's 'Diesel
A
Base Model Components
Specify Manufacturer j Model Number
1. Bus Model and Design
GILLIG / 30' LOW FLOOR BRT
(BRT is base primary
design)
2. Engine
CUMMINS / ISL 280HP
3. Transmission
ALLISON / B40OR
4. Driver Seat
RECARO ERGO METRO
5. Passenger Seat
AMSECO, 1 N2003 & 6466
6. Wheelchair Securement
AMSECO & Q'STRAINT / ADVANCED RESTRAINT MODULE
7. Air Conditioning System
THERMO KING / T14M & X430 COMPRESSOR
TOTAL BASE COST
$
(Year 1):
464,522.00
Fuel Options:
Cost (difference from base
Compressed Natural Gas (CNG)
$43,637.00
Specify Base Fuel Tank Configuration
/ Range:
(8) 85" TYPE III TANKS 17,608 SCF
ESTIMATED 450 MI
34
CMPC-15-LTB-RFP January 2015
Colorado Mountain
Purchasing Consortium
GILLIG LLG
BAFO
JUNE 19, 2015
Section 9
Body Style Options:
Cost (difference from base +j -)
Conventional Low Floor Body Design
$ <13,333.00>
Low Floor Trolley Fagade Design I
$ SEE TROLLEY OPTIONS LIST
Additional Options
(blue highlighted in Section 6):
Cost: (difference from base +j -)
1. Roof Mounted Radiator Pressure
Filler Provided in Engine
Compartment
$
N/A
2. Diesel Fuel Fillers - Located on
Both Sides of Bus
$
896.00
3. Disc Brakes on All Axles
$
3,103.00
4. Mock Up Board - UO CONTROLS
$
22,427.00
5. High Voltage Electric Driven A/C
System (DIESEL ONLY)
$
15,379.00
6. Forced Air Floor -Level Heating
$
NIA
7. Convector Air Floor -Level Heating
$
N/A
8. Warm Wall Heating
$
1,309.00
9. Fender Skirt
$
00
10. Passenger Seats Constructed of
Anti - Vandal Materials
$
N/A
11. Electric- Powered Doors VAPOR
$
4,621 00
12. 48 Inch Rear Door Width
$
3,801.00
13. Rear Door Location W/C Loading
System: Flip -Out Design Ramp
$
N/A
35
CMPC- I5- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
14. Event Data Recorders $
(one front/one rear) 5,143.00
GILLIG LLC
BAFO
JUNE 19, 2015
Section 9
Training / Support Programs
Cost (difference from base
Training Program Options:
Describe:
$
REFERENCE OPTIONAL TRAINING DETAILED
SEE TRAINING OPTIONS SHEET
INFORMATION IN SECTION 3D OF TECHNICAL
2• *LIFT-LI LU18 RAMP
PROPOSAL
$300.00
Describe:
$
Technical / Service Support Options:
Describe:
$
REFERENCE SECTION 3E OF TECHNICAL
0.00
PROPOSAL FOR DETAILED SERVICE SUPPORT
INFORMATION
Describe:
$
Extended Warranties (List Covered Component
Subcomponent and Term)
Cost (difference
from base
Covered ComponentlSubcomponent
'Term
1. Propulsion System (identify any
excluded items) *CUMMINS ISL
CUMMINS ISL-G
Five years
300,000 miles
TOTAL
$ 5693.00
,
7,904.00
2• *LIFT-LI LU18 RAMP
3YRS/UNL
$300.00
3. *THERMO KING T14/X430
3YRS/UNL
$1,742.00
4• ALLISON B40OR
5YRS/300,000 miles
$2,693.00
*SEE EXTENDED COVERAGE STATEMENTS FOR DETAILED INFORMATION
36
CMPC-15-LTB-RFP January 2015
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JUNE 19, 2015
Section 9
Spare Parts (Firm Fixed Price for 180 days following
Proposal Opening Date)
Cost
Engine (list descriptions below)
1. CUMMINS ISL 280HP W /DPF
$ 56,452.00
2.
3.
Transmission (list descriptions below)
1- ALLISON B40OR
$ 20,652.00
2.
$
Proposer hereby acknowledges that cost information submitted with the proposal is
complete and valid upon date of submission.
Company Name: GILLIG LLC
Contact Name: JOSEPH POLICARPIO
SEE ATTACHED
37
CMPC-15-LTB-RFP January 2015
DESCRIPTION OF ATTACHED DOCUMENT:
TITLE: PRICE PROPOSAL FORM
SIGNER: JOSEPH POLICARPIO
A notary public or other officer completing this certificate verifies only the
identity of the individual who signed the document to which this certificate is
attached. and not the truthfulness. accuracv. or validity of that document.
State of California
County of A,
Subscribed and sworn to (or affirmed) before me on this T4 A, I E-
by
proved to me on the basis of satisfactory evidence to be the persons who appeared before me.
Signature
;V
Thomas F Noon, Jr. — Notary Public
My Commission Expires February 13, 2019
Contra Costa County, California
Colorado Mountain
Purchasing Consortium
CER 8. Price Proposal Form
Complete and submit one form for each vehicle length proposed.
GILLIG LLC
BAFO
JUNE 19, 2015
Section 9
-Mark,which-size vehicle,pripe,
Cost (difference from base
'proposed for-.,
$48,015.00
29', Foot Bus - Diesel,
3,12foot Bus - 'Diesel"
Foot' 6`u'i'-" b i e sel
4a "Foot Bus "
Base Model Components
Specify Manufacturer j Model Number
1. Bus Model and Design
GILLIG / 35' LOW FLOOR BRT
(BRT is base primary
design)
2. Engine
CUMMINS / ISL 280HP
3. Transmission
ALLISON / B400R
4. Driver Seat
RECARO ERGO METRO
5. Passenger Seat
AMSECO N2003 & 6466
6. Wheelchair Securement
AMSECO & Q'STRAINT /ADVANCED RESTRAINT MODULE
7. Air Conditioning System
THERMO KING / T14M & X430 COMPRESSOR
TOTAL BASE COST
$
(Year 1):
472,447.00
Fuel Options:
Cost (difference from base
Compressed Natural Gas (CNG)
$48,015.00
Specify Base Fuel Tank Configuration
/ Range:
(4) 120" X (4) 85" TYPE I I I TANKS
21,636 SCF ESTIMATED 594 MI
34
CMPC-15-LTB-RFP January 2015
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JUNE 19, 2015
Section 9
Body Style Options:
Cost (difference from base
Conventional Low Floor Body Design
$ <$13,333.00>
Low Floor Trolley Fagade Design
1$ SEE TROLLEY OPTIONS LIST
Additional Options
(blue highlighted in Section 6):
Cost: (difference from base
1. Roof Mounted Radiator Pressure
Filler Provided in Engine
Compartment
$ N/A
2. Diesel Fuel Fillers - Located on
Both Sides of Bus
$
996.00
3. Disc Brakes on All Axles
$
3,103.00
4. Mock Up Board - 110 CONTROLS
$
22,427.00
5. High Voltage Electric Driven A/C
System (DIESEL ONLY)
$
15,379.00
6. Forced Air Floor-Level Heating
$
N/A
7. Convector Air Floor-Level Heating
$
N/A
8. Warm Wall Heating
$
1,639.00
9. Fender Skirt
$
0.00
10. Passenger Seats Constructed of
Anti-Vandal Materials
$
N/A
11. Electric- Powered Doors VAPOR
$
4,621.00
12. 48 Inch Rear Door Width
$
3,801.00
13. Rear Door Location W/C Loading
System: Flip-Out Design Ramp
REQUIRES 48" REAR DOOR
$
3,865.00
35
CMPC-15-LTB-RFP January 2015
Colorado Mountain
Purchasing Consortium
14. Event Data Recorders $
(one front /one rear) $5,143.00
GILLIG LLC
BAFO
JUNE 19, 2015
Section 9
Training j Support Programs
Cost (difference from base +j -)
Training Program Options:
Describe:
$
REF OPTIONAL TRAINING DETAILED
SEE TRAINING OPTIONS SHEET
INFORMATION IN SECTION 3D OF TECHNICAL
2. *LIFT -U LU18 RAMP
PROPOSAL
$ 300.00
Describe:
$
Technical J Service Support Options:
Describe:
$
REFERENCE SECTION 3E OF TECHNICAL
0 00
PROPOSAL FOR DETAILED SERVICE SUPPORT
INFORMATION
Describe:
$
Extended Warranties (List Covered Component
% Subcomponent and Term)
Cost (difference
from base +j -)
Covered ComponentJSubcomponent
Term
., r,
1. Propulsion System (identify any
excluded items) *CUMMINS ISL
CUMMINS ISL -G
Five years J
300,000 miles
TOTAL
$ 51693.00
7,904.00
2. *LIFT -U LU18 RAMP
3YRS /UNL
$ 300.00
3. *THERMO KING T14 / X430
3YRS /UNL
$ 1,742.00
4. ALLISON B40OR
5YRS /300,000 miles
$ $2,693.00
*SEE EXTENDED COVERAGE STATEMENTS FOR DETAILED INFORMATION
36
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JUNE 19, 2015
Section 9
Spare Parts (Firm Fixed Price for 180 days following
Cost
Proposal Opening Date)
Engine (list descriptions below)iii
% / /; %rrrrr,,,ji,, r,;'
1. CUMMINS ISL 280HP W /DPF
$ 56,452.00
2.
$
3.
$
Transmission (list descriptions below)
,
dill
1 ALLISON B40OR
$ 20,652.00
2.
$
Proposer hereby acknowledges that cost information submitted with the proposal is
complete and valid upon date of submission.
Company Name: GILLIG LLC
Contact Name: JOSEPH POLICARPIO
SEE ATTACHED
37
CPC -15 -LT -FP January 2015
DESCRIPTION OF ATTACHED DOCUMENT:
TITLE: PRICE PROPOSAL FORM
SIGNER NAME: JOSEPH POLICARPIO
A notary public or other officer completing this certificate verifies only the
identity of the individual who signed the document to which this certificate is
attached. and not the truthfulness. accuracy or validity of that document- I
State of California
County of AIIAMEIV
Subscribed and sworn to (or affirmed) before me on this Tot A JJE M. "k
by
proved to me on the basis of satisfactory evidence to be the persons who appeared before me.
Colorado Mountain
Purchasing Consortium
CER 8. Price Proposal Form
Complete and submit one form for each vehicle length proposed.
GILLIG LLC
BAFO
JUNE 19, 2015
Section 9
Base Model Components I Specify Manufacturer / Model Number
1. Bus Model and Design
(BRT is base primary
design)
2. Engine
1 3. Transmission
1 4. Driver Seat
CUMMINS / ISL 280HP
• 11'
5. Passenger Seat AMSECO / N2003 & 6466
6. Wheelchair Securement AMSECO & Q'STRAINT / ADVANCED RESTRAINT MODULE
7. Air Conditioning System THERMO KING / T14M & X430 COMPRESSOR
TOTAL BASE COST $
(Year 1): 476,647.00
Fuel Options:
Cost (difference from base +J -)
Compressed Natural Gas (CNG)
$48,015.00
Specify Base Fuel Tank Configuration
/ Range'
(4) 120" X (4) 85" TYPE III TANKS
21,636 SCF ESTIMATED 594 MI
34
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JUNE 19, 2015
Section 9
Body Style Options:
Cost (difference from base
Conventional Low Floor Body Design
$ <137333.00>
Low Floor Trolley Fagade Design
s SEE TROLLEY OPTIONS LIST
Additional Options
(blue highlighted in Section 6):
Cost: (difference from base
1. Roof Mounted Radiator Pressure
Filler Provided in Engine
Compartment
$ N/A
2. Diesel Fuel Fillers - Located on
Both Sides of Bus
$
996.00
3. Disc Brakes on All Axles
$
3,103.00
4. Mock Up Board - 1/0 CONTROLS
$
22,427.00
5. High Voltage Electric Driven A/C
System (DIESEL ONLY)
$
15,379.00
6. Forced Air Floor-Level Heating
$
N/A
7. Convector Air Floor-Level Heating
$
N/A
8. Warm Wall Heating
$
1,639.00
9. Fender Skirt
$
0.00
10. Passenger Seats Constructed of
Anti-Vandal Materials
$
N/A
11. Electric- Powered Doors VAPOR
$
4,621.00
12. 48 Inch Rear Door Width
$
3,801.00
13. Rear Door Location W/C Loading
System: Flip-Out Design Ramp
REQUIRES 48" REAR DOOR
$
3,865.00
35
CMPC-15-LTB-RFP January 2015
Colorado Mountain
Purchasing Consortium
14. Event Data Recorders $
(one front/one rear) 5,143.00
GILLIG LLC
BAFO
JUNE 19, 2015
Section 9
Training / Support Programs
Cost (difference from base
Training Program Options:
Describe:
$
REFERENCE OPTIONAL TRAINING DETAILED
SEE TRAINING OPTIONS SHEET
INFORMATION IN SECTION 3D OF TECHNICAL
PROPOSAL
1. Propulsion System (identify any
Describe:
$
Technical / Service Support Options:
Describe:
$
REFERENCE SECTION 3E OF TECHNICAL
0.00
PROPOSAL FOR DETAILED SERVICE SUPPORT
2. *LIFT-U LU18 RAMP
INFORMATION
$300.00
Describe:
$
Extended Warranties (List Covered Component
Cost (difference
Subcomponent and Term)
from base
Covered Component /Subcomponent
Term
77777
1. Propulsion System (identify any
Five years J
$5693.00
excluded items) *CUMMINS ISL
300,000 miles
CUMMINS ISL-G
TOTAL
7,904.00
2. *LIFT-U LU18 RAMP
3YRS/UNL
$300.00
3. *THERMO KING T14/X430
3YRS/UNL
$1,742.00
4. ALLISON B40OR
5YEARS/300,000 miles
$2,693.00
*SEE EXTENDED COVERAGE STATEMENTS FOR DETAILED INFORMATION
36
CMPC-15-LTB-RFP January 2015
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JUNE 19, 2015
Section 9
Spare Parts (Firm Fixed Price for 180 days following
Proposal Opening Date)
Cost
Engine (list descriptions below)
1. CUMMINS ISL 280HP W/DPF
56,45 2.00
2.
$
3.
$
Transmission (list descriptions below)
'-ALLISON B40OR
$ 20,652.00
2.
$
Proposer hereby acknowledges that cost information submitted with the proposal is
complete and valid upon date of submission.
Company Name: GILLIG LLC
Contact Name: JOSEPH POLICARPIO
Title: VICE PRESIDENT
Authorized Signature:
Date: JUNE 19, 2015
Notary.w SEE ATTACHED
37
CMPC-15-LTB-RFP January 2015
DESCRIPTION OF ATTACHED DOCUMENT:
SIGNER NAME: JOSEPH POLICARPIO
A notary public or other officer completing this certificate verifies only the
identity of the individual who signed the document to which this certificate is
attached- and not the truthfulness. accuracv. or validity of that document_
State of California
County of
Subscribed and sworn to or affirmed) before me on this 3,;� AS LT 02LOIS-
by e-
J;� -jw
proved to me on the basis of satisfactory evidence to be the persons who appeared before me.
Signature
iv—�."3E2
Thomas F. Noon, Jr. — Notary Public
My Commission Expires February 13, 2019
Contra Costa County, California
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 1
PROPULSION
BASE
Cummins '13 ISL 280HP Diesel Engine with Allison B40OR -5 Transmission
BASE
Philips Temro Block Heater
$121.00
CNG SYSTEM
—'---" --
Additional Cost Over
Base Diesel Bus
Cummins ISL -G 280 HP, with 4 85" & 4 120" Type III Fuel Tanks 21,664 SCFlest.594mi
$48,015.00
Cummins ISL -G 280 HP, with 8 85" Type III Fuel Tanks 17,608 SCFtest.450mi
$43,637.00
Cummins ISL -G 280 HP, with 8 120" Type III Fuel Tanks 25,664 SCF(est.705mi 35740' only
$53,119.00
Add Second Fast Fuel Fill to Low Mount Position
$814.00
Smart Gauge Fuel System Monitoring Gauge includes tank upgrade to electric solenoids
$3,214.00
BASE
Manual Fuel Tank Shut -Off Valves
BASE
STYLING PACKAGES
BASE
BRT Front Cap, Rear Cap and Engine Door Styling
BASE
Standard Low Floor Front Cap, Rear Cap and Engine Door Styling
$13,333.00
BRT Front Cap Styling Only
$4,160.00
BRTPLUS Front Cap, Rear Cap, Roof Line and Engine Door Styling
$6,250.00
BRT Roof Fairings, Front or Rear each
$1,250.00
OIL SYSTEM
BASE
Spinner II Auxiliary Filter
BASE
Delete Spinner II Auxiliary Filter
$545.00
Titan Probalizer OD -1014 Extraction Port per fittin
$44.00
Femco Auto Drain
$69.00
STARTER
BASE
Delco MT 42 Electric
BASE
Delco MT 39 Electric
$28.00
COOLING SYSTEM
BASE
Modine E -Cool Electric Cooling System with E -Goat
BASE
EMP Electric Cooling System with E -Coat —
- $2,930.00
Radiator Tank Guard
$256.00
Radiator Tank Guard, with Splash Shield
$384.00
ALTERNATOR
BASE
Niehoff C803 500 Amp for Electric Radiator
BASE
EMP (450 Amp for EMP Electric Radiator )
$0.00
Delco 450 -DN 450 Amp for Electric Radiator
$107.00
TRANSMISSION
BASE
Allison B400R, GEN IV
BASE
Voith D864.5
$1,261.00
ZF 6AP1400 ECOLIFE
$828.00
Femco Auto Drain
$69.00
KP Push Button
$59.00
Transmission Temperature Gauge Dash or Rear Run Box
$50.00
Keyed Transmission Lockout Switch on Dash
$351.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 1
Colorado Mountain Purchasing Consortium BAFO
Base Equipment and Alternatives
Price
• ♦ ra
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 2
AXLE HUBS & SEALS
BASE
Hub Piloted Wheels
BASE
BASE
Axles with Grease Seals (per axle
BASE
Axles with Chicago Rawhide Oil Seals
$0.00
Synthetic 75W90 Gear Oil for Rear Axle
$187.00
HUBODOMETER
Engler Stemco Mechanical without Tenths and without Guard
$79.00
Veeder Root Mechanical without Tenths and without Guard
$72.00
S & A Fleetwatch 392 Electronic
$436.00
Data Trac Pro 600 -9999
$84.00
Hubodometer Guard
$68.00
BRAKES
BASE
S -Cam Drum Brakes with Wabco ABS System
BASE
BASE
Automatic Traction Control
BASE
Delete Automatic Traction Control
$75.00
BASE
6 - Position Retarder Control Lever
BASE
Delete 6 - Position Retarder Control Lever
$450.00
Disc Brakes with Wabco ABS System
$3,103.00
MGM E- Stroke Brake Monitoring System for Drum Brakes
$1,879.00
MGM E- Stroke Brake Monitoring System for Disc Brakes
$1,534.00
WHEELS
BASE
7 Steel Powder Coated Finish, White or Black
BASE
(7 ) Alcoa Aluminum Polished Finish with Durabrite
$2,084.00
7 Alcoa Aluminum Machine Finish with Durabrite
$1,622.00
Add Duraflan a (per wheel)
$106.00 each
TIRES
BASE
Bus Builder Supply Michelin XDN2 H Tires 12R/22.5
BASE
,Procuring
Agency Supply Tires
$3,661.00
BASE
Bus Builder Supply Michelin X InCity Tires 275/70822.5 - 29' only
BASE
Bus Builder Supply Goodyear G152 Tires 305/85R22.5
Quote
Bus Builder Supply Goodyear G152 Tires 305/70R22.5
Quote
Bus Builder Supply Goodyear G152 Tires 275/70822.5 - 29' only
Quote
Bus Builder Supply Firestone 18J Tires 315/80822.5
Quote
Bus Builder Supply Firestone 16H Tires 305/70822.5
Quote
Bus Builder Supply Bridgestone 16H Tires 275/70R22.5 - 29' only
Quote
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 2
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 3
STEERING SYSTEM
BASE
Douglas Steering Column Standard Steering Column
BASE
TRW Easy Steer, Electric Assisted Steering Column
$2,494.00
VIP Textured Steering Wheel
$73.00
FUEL SYSTEM
BASE
Emco Wheaton Posi Lock 105 Flip Cap or Twist Ca
BASE
Dual Fill Curbside and Streetside with Emco Wheaton Posi Lock 105
$996.00
Standard Gravity Fuel Fill
$273.00
Dual Fill Curbside and Streetside with Standard Gravity Fill
$769.00
BASE
Standard 120 al (35'/ 40' or 75 al 29' LF Net Useable Fuel Tank
BASE
80 gal Net Useable Split Fuel Tanks 29' LF with No Rear Door
$1,270.00
Davco Fuel Pro 384, Heated
$641.00
Racor 490R30 Filter with Thumbpump
$313.00
BASE
Fuel Gauge on Dash
BASE
Delete Fuel Gauge on Dash - Diesel
$140.00
REAR RUN BOX
BASE
Electrical Gauges - Engine Oil and Coolant Temp
BASE
Rear Hand Throttle Control
$144.00
Delete Electrical Gauges
$50.00 each
Mechanical Gauges - Murphy Oil Pressure and Coolant Temperature (IPO electric
$60.00 each
Voltmeter, J1939 12v or 24v
$50.00 each
AIR SYSTEM
BASE
SKF, HCT 2000 Duraguard Air Dryer
BASE
Kingston Auto Drain Valve at Ping Tank
$0.00
Curbside Rear Kneeling
$525.00
BATTERIES
BASE
4 DEKA Group 31 Top Post Connections
BASE
2 DEKA 8D Side Lug or Top Post Connections
($222.00
2 AGM Glass Matt 8D Side Lug or Top Post Connections
$271.00
4 AGM Glass Matt Group 31 Top Post Connections
$903.00
KBI Super Capacitor with 2 DEKA Group 31 batteries
$4,134.00
BASE
2 Anderson 350 Jump Start Connectors
BASE
Delete Anderson 350 Jump Start Connector
$85.00 each
FRAME
Engine Skid Protection w /Extended Tow Eyes
$129.00
Engine Skid Protection w /Extended Tow Eyes & 2" Thick x 2" Wide Wear Plate
$377.00
WHEELCHAIR LIFT / RAMP
BASE
Lift -U Ramp (LU-18), Front Door
BASE
Lift -U Ramp (LU -18 ), Rear Door requires 48" rear door selection N/A w/29'
$3,865.00
Reinforced A -Post Skid Plates per side
$67.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 3
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 4
HEATING / AIR CONDITIONING
BASE
TK T -14 w/X430 or X426, EBM Brushless Motors
BASE
TK T -14 w/S391, EBM Brushless Motors
$750.00
TK T -14 w/S616, EBM Brushless Motors
$2,975.00
TK T -14 with Permanent Magnet Motors
$2,285.00
TK AlkElectric HVAC - Diesel N/A for CNG
$15,379.00
TK Pressure and Return Display Mounted to Unit
$356.00
Delete TK Pressure and Return Display Mounted to Unit
$285.00
MCC Micromax w /05G Compressor, Brushless Motors, R1 34a
$3,565.00
DRIVERS HEATERS & ADDITIONAL PASSENGER HEATERS
BASE
MCC Drivers Heater - Brushless Motor, Left Foot Vent, 1/4 Turn Valves
BASE
MCC Drivers Heater - Brush Motor, Left Foot Vent, 1/4 Turn Valves
$387.00
BASE
Front Stepwell / Threshold Heater - MCC with Brushless Motor
BASE
Delete Front Stepwell / Threshold Heater - MCC with Brushless Motor
$260.00
BASE
Streetside Underseat Heater - MCC with Brushless Motor
BASE
Delete Streetside Underseat Heater - MCC with Brushless Motor
$325.00
BASE
Curbside Rear Stepwell Heater - MCC with Brushless Motor
BASE
Delete Curbside Rear Stepwell Heater - MCC with Brushless Motor
$325.00
AUXILIARY COOLANT HEATER
BASE
Spheros Model Thermo 300HA 104,000 btu Coolant Heater
BASE
Spheros Model Thermo 230 (80,000 btu ) Coolant Heater
$0.00
Proheat Model X45 45,OOObtu Coolant Heater
$252.00
Proheat Model M80 80,OOObtu Coolant Heater
$111.00
Espar Electric Coolant Heater
$169.00
"Hot Flow" (CTM 15110 -A00 ) Coolant Heater for CNG
$0.00
Delete Spheros Model Thermo 300HA 104,000 btu Coolant Heater
($1,812.00
DRIVER'S AUXILIARY FAN & DASH AREA
BASE
Drivers Fan Mounted to Dash t 2
BASE
Delete Drivers Dash Fan each
$71.00
BASE
Rubber Maid Waste Basket at Rear Door Location
BASE
BASE
Rubber Maid Waste Basket at Front Door Location
BASE
Delete Rubber Maid Waste Basket each
($83.00
REAR DOOR
BASE
34" Rear Door - Air Open / Spring Close Full Driver's Control
BASE
Delete Rear Door
$1,400.00
48" or 56" Rear Door (requires Air Open / Air Close Door
$2,601.00
Vapor CLASS Control with Green LED Lam 34" Door
$5,511.00
,Vapor
vTouch Electronic Touch Bars with Green LED Lam 34" Door
$605.00
34" Rear Door - Vapor Electric Open / Electric Close Full Driver's Control
$4,621.00
BASE
Exterior Air Release Front Door Control Valve
BASE
Delete Exterior Air Release Front Door Control Valve
$162.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 4
fA i r • !'+ Mountain s Consortium
f
Base ! fA Alternatives JUNE 19, 2
Price
■ , w F P
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 5
ELECTRICAL EQUIPMENT CABINET
BASE
44" Tall with Key Lock and 2 5/16' Square Key Locks
BASE
33" Tall with Key Lock and 2 5/16' S uare Key Locks
$125.00
44" Tall 33' with Key Lock and 2 5/16' S uare Key Locks & 11" Drivers Storage
$120.00
Storage Box on Curbside Forward Wheel Well 8.25 "H x 20 "W x 13 "D
$470.00
ADVERTISING FRAMES - EXTERIOR
BASE
Exterior, None
BASE
Exterior, 21" X 40 ", Front Clear or Black Anodized, Powder Coated
$175.00
Exterior, 30" X 88 ", Curbside or Streetside
$283.00
Exterior, 30" X 144 ", Clear or Black Anodized, Powder Coated
$335.00
Exterior, 21" X 72 ", Rear
$226.00
ADVERTISING FRAMES - INTERIOR
BASE
Transit Information Products -OBIC T 12P 1 L -ASPEN
BASE
Delete Transit Information Products -OBIC T 12P 1L-ASPEN
$260.00
Interior, Innocom Schedule Racks 3.75" X 7" X 1.5"
$17.00 each
Interior, 22" X 21 ", Black, RH Load, Open Back
$165.00
DRIVERS SEAT
BASE
Recaro Ergo Metro w /Headrest, Seat Belt Alarm and 3 -Point Belt Lap and Shoulder
BASE
USSC G2A w /Headrest, Seat Belt Alarm and 3 -Point Belt La
$325.00
USSC 9100ALX3 with Headrest, Seat Belt Alarm and 3 -Point Belts Lap & Shoulder
$352.00
PASSENGER SEATING
BASE
AMSECO N2003/6466
BASE
BASE
Thermoplastic Grabhandles
BASE
BASE
Standard Wool Fabric or Vinyl
BASE
40NE Gemini
Quote to Spec
40NE CitiSeats
Quote to Spec
40NE Angel Seats
Quote to Spec
40NE Aries
Quote to Spec
40NE Patriot
Quote to Spec
AMSECO N2005
Quote to Spec
AMSECO Insight
Quote to Spec
AMSECO 6468
Quote to Spec
AMSECO Metropolitan
Quote to Spec
KIEL IDEO
Quote to Spec
KIEL ESOS
Quote to Spec
WHEELCHAIR SECUREMENT
BASE
AMSECO - A.R.M. §y-stem
BASE
40NE J2 -VPRO
Quote to Spec
AMSECO - Dual Autolok
Quote to Spec
Q'Pod Assembly
Quote to Spec
KIEL
Quote to Spec
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 5
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 6
PASSENGER SIGNALS
BASE
Pull Cords Neutral or Yellow with Touch Pad at Wheelchair Location
BASE
Touch Tape on Window Mullions
$1,116.00
BASE
Stop Request Button at Rear Door Stanchion
BASE
Additional Amber Stop Request Lamp Mounted on Driver's Dash
$35.00
DRIVER'S BARRIER
BASE
Wrap Around Fiberglass (35'/ 40' Low Floor
BASE
Wrap Around Fiberglass with 3 Schedule Rack Cutouts (35'& 40' Only)
$61.00
BASE
Flat Melamine, One Piece (29' Only)
BASE
STANCHIONS & GRAB RAILS
BASE
Powdercoated Door Handles, Vertical Stanchions, Hand Rails & Modesty Panel Tubes
BASE
SSTL Vertical Stanchions and Modesty Panel Tubes
$400.00
Powdercoated Vertical Stanchions Only
$200.00
Vertical Stanchion at Front Wheelwells each
$76.00
Vinyl Grab Straps each
$20.00
SSTL Spring Loaded Grab Handle each
$123.00
WINDOWS
SEEPAGE 11 FOR WINDOW OPT IONS
HEADLAMPS
BASE
4 Dialite LED Headlights (High & Low Beam
BASE
Dual 4 Halogen Headlights
$678.00
2 Dialite LED Headlights Low Beam Onl
$189.00
Dinex STAR LED Headlight system Low Beam Only)
$208.00
Dinex STAR LED Headlights stem with Sound Alert (Low Beam Only)
$321.00
AUXILIARY EXTERIOR LAMPS
BASE
2 Red LED Brake Lamps Mounted to Bottom of HVAC Door
BASE
BASE
2 Red LED Brake Lamps Mounted at Upper Corners of HVAC Door
BASE
7" Tail Lights IPO 4"
$0.00
1 Red LED "STOP" Sign Mounted to Bottom of HVAC Door
$434.00
2 Amber LED Turn Lamps Mounted to Top of HVAC Door
$100.00
BASE
1 Triangle Style Amber LED Yield Sign Mounted on Streetside of HVAC Door
BASE
Delete Triangle Style Amber LED Yield Sign Mounted on Streetside of HVAC Door
$550.00
2 Additional Turn Signals Mounted on each Side of Bus total 4 per side)$115.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 6
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 7
PLEASURE RADIO
BASE
REI AM /FM /CD /MP3 - USB /SD PLAYER,
BASE
Delete REI AM /FM /CD /MP3 - USB /SD PLAYER,
$350.00)
COMMUNICATION RADIO SYSTEM
BASE
Motorola APX Series
BASE
Motorola APX Series
$4,500.00
Customer Specific 2 -Way Radio System
Quote to Spec
PUBLIC ANNOUNCEMENT SYSTEM
BASE
PA via Clever Devices ITS System
BASE
Clever Devices Speak Easy II
$1,140.00
INTELLIGENT VEHICLE SYSTEM
On -Board Hardware Only)
BASE
Clever Devices IVN3 Complete ITS System Per Spec
BASE
Delete Clever Devices IVN3 Complete ITS System
$30,000.00
AVAIL ITS System (Budgetary)
Quote to Spec
INIT ITS System (Budgetary)
Quote to Spec
Trapeze Transit Master ITS System (Budgetary)
Quote to Spec
Xerox ITS System (Budgetary)
Quote to Spec
Stand Alone UTA APC System Does not include software or service fees
$6,174.00
Customer Specified ITS System
Quote to Spec
DESTINATION SIGNS
BASE
Luminator Horizon SMT 100% Amber LED Front & Curbside Signs
BASE
Twin Vision 100% AMBER LED Front & Curbside Signs
$0.00
Twin Vision Silver Series 100% LED Front, Curbside, & Rear Run Signs
$938.00
Hanover 100% AMBER LED Front & Curbside Signs
$896.00
Add Luminator or Twin Vision Amber LED Rear Run Sin
$980.00
Add Hanover Amber LED Rear Run Sin
$906.00
Heated /Defroster for Front Sign Glazing
$214.00
White LED Signs
Quote to Spec
FARE COLLECTION
BASE
GFI Odyssey
BASE
Delete GFI Odyssey
$15,881.00
GFI Fast Fare
Quote
Diamond Model H with Spare Vault
$2,600.00
Diamond Model SV with Spare Vault
$1,601.00
Main T1 with Spare V1 Vault in Standard Paint Color
$938.00
Main M4 with Spare V4 Vault in Standard Paint Color
$840.00
Main SL5 with Spare V5 Vault in Standard Paint Color
$2,181.00
Denominator Manual Passenger Counter Rows X Tallies X $32
Farebox Guard
$187.00
Globe 60090 Transfer Cutter each
$63.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 7
Colorado R . Purchasing Consortium BAF4
Base
1
Ri • • R Alternatives JUNE 19,2
Price
R �, ■r r
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 8
FLOORING
BASE
Green Wood Plywood with Altro Transflor
BASE
RCA Rubber
$400.00
Full Composite Flooring
$2,500.00
ROOF HATCHES
BASE
Transpec Manual Hatch at Front and Rear Position
BASE
Delete Transpec Manual Hatch at Forward Position
$250.00
Upgrade Hatch to Transparent Skylight Hatch (per position
$103.00
ELECTRICAL / MULTIPLEXING
BASE
I/Q Controls, Dinex G3 System
BASE
Cole Hersee #12063 Electrical Tow Connector
$168.00
DRIVERS SUN SHADES
BASE
Roller Style with Pull String Release
BASE
FIRE SUPPRESSION & METHANE DETECTION
BASE
Amerex V25 System Fire Suppression
BASE
BASE
Amerex Safety-Net Fire Suppression & 4 Sensor Methane Detection CNG only)
BASE
Delete Fire Suppression Diesel Only)
$1,800.00
SURVEILLANCE CAMERA SYSTEMS
BASE
UTC Penta, 8 Color Cameras, DVR & Audio
BASE
Delete UTC Penta, 8 Color Cameras, DVR & Audio
$6,941.00
Seon Explorer TXB, 8 Color Cameras, DVR & Audio
Quote to Spec
Apollo Road Runner, 8 Color Cameras, DVR & Audio
Quote to Spec
Transit Solutions, (8) Color Cameras, X -DMR8 DVR & Audio
Quote to Spec
REI HD8000, 8) Color Cameras, DVR & Audio
Quote to Spec
Safety Vision SVR 4108, 8 Color Cameras, DVR & Audio
Quote to Spec
Engine Com t SWAT Switch
$275.00
BICYCLE RACKS
BASE
S ortworks DI-2, Two Bikes, Stainless Steel
BASE
S ortworks DL2, Two Bikes, Black Powdercoated
($269.00
Delete S ortworks DI-2, Two Bikes, Stainless Steel
$880.00
Bike Rack Deployed Indicator Lamp on Driver's Dash
$30.00
Mounting Brackets and Pivot Plate Only
$253.00
Bike Rack Mounted Advertising Frame, 21" X 40"
$274,00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 8
Colorado • Purchasing Consortium BAFO
Base Equipment
and Alternatives
Price Sheet
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 9
SAFETY EQUIPMENT
BASE
Fire Extinguisher and Safety Triangle Kit
BASE
BASE
Twenty Four Unit First Aid Kit
BASE
Blood Born Pathogen Kit
$35.00
Wheel Chocks per set)
$35.00
DRIVER'S DASH
BASE
Air Pressure & Speedometer
BASE
BASE
Diesel Exhaust Fluid Required for Diesel and Hybrid)
BASE
Additional Gauges each
$50.00
BASE
Diesel Gauge Included in Fuel Section
BASE
Ito Multi Function Display MFD)
$3,258.00
12v Power Port
$110.00
f i 2 Gulp Cup Holder
$35.00
Euramatic Folding Style Cup Holder
$25.00
Trash Bag Holder
$75.00
ACCELERATOR t BRAKE FOOT CONTROLS
BASE
Kon2sberg Adjustable Throttle 1 Brake Pedal
BASE
Williams Controls 45de ree Throttle Pedal non adjustable
$795.00
PAINT/DECALS
BASE
Three Paint Passes
BASE
Add /Delete Each Paint Pass
$941.00
Clear Coat
$850.00
BASE
Basic Non - Reflective Exterior Loo Decals
BASE
Delete Basic Non - Reflective Exterior Logo Decals
$3 378 00
Custom Paint and/or Decal Design
QUOTE
Gilli Provide Desi n Services for Paint/Decal Layout
$500.00
ROOF NUMBERS
BASE
None
BASE
Roof Numbers Up to Four 24" High Decals
$125.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 9
*ft GILLIG LLC
Colorado Mountain Purchasing Consortium BAFO
Base Equipment and Alternatives JUNE 19, 2015
PASSENGER WINDOW -- OPTIONS
30' 35' 40'
Dura Hidden Frame/Bonded - Transom
BASE
BASE
BASE
Dura Standard Frame, Safety Glass - Transom
MI,35,1 00),
($ II1942.00)
($2,4:47,00
Dura Hidden Frame/Bonded - Full Fixed
Quote
Quote
Quote
Dura Standard Frame, Safety Glass - Full Fixed
Quote
Quote
Quote
Add Thermo Guard to Dura Standard Frame
Quote
Quote
Quote
Add Thermo Guard to Dura Hidden Frame/Bonded
Quote
Quote
Quote
INTERIOR LIGHTING
OPTIONS
30' 35' 40'
Pretoria LED Lighting System w/Reading Lamps
BASE
BASE
BASE
Delete Reading Lamps
Dinex - LED Lighting System w/out Reading Lamps
Pretoria LED Lighting System w/out Reading Lamps
Open Bottom Racks - Full Length
($3(X], DO)
($ � o5,00)
($300, ;X))
$6,762.00
($ mo aci)
($105,0M
M3001,01))
$11,266.00
($��3,00 011�:)�
($10500)
($300,00)
$13,695.00
Suburban Package Rack
$10,082.00
$11,663.06—
$13,809.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 1
Colorado Mountain Purchasing Consortium BA
Diesel Trolley Equipment * • Alternatives •
Price
• . . ■
r
TROLLEY PACKAGE OPTIONS
30' 35' 40'
Base Package (Diesel)
$61,494.00
$69,106.00
$77,061.00
Roof Cupola Assembly
INCLUDED
INCLUDED
INCLUDED
Solid Brass SF Cable Car Bell
INCLUDED
INCLUDED
INCLUDED
Exterior Wood Like Trim Installed On• Cupola,
$9,817.00
$8,147.00
$8,209.00
Front & Rear Overhang Eaves, Arches, Window
Mullions, Window Sills, Rub Rails, Skirt Panels,
INCLUDED
INCLUDED
INCLUDED
Front & Rear Door, Front & Rear Bumper.
Reference Layout.
Interior Trim Includes Solid American White Oak
Trim on: Ceiling Panel Strips, Window Tops &
Sills, Overhead Passenger Light Panels, Driver's
INCLUDED
INCLUDED
INCLUDED
Dash Area.
Vintage Style Vinyl Graphics: Cupola Window &
Exterior Window Graphic Motifs, Standard Gold
Vinyl Pinstriping, Exterior Graphics Banner
INCLUDED
INCLUDED
INCLUDED
Package, Interior Graphics Banner at Rear 110
Enclosure, Exterior Bus Numbers, Gold Battery
Disconnect Decal. Reference Layout
Cow Catcher
$3,036.00
$3,036.00
$3,036.00
Roof Accent LED Rope Li hting
$3,036.00
$3,149.00
$3,261.00
Front Center Trolley Light
$594.00
$594.00
$594.00
Exterior Roof Mounted Sign Boards (CS & RS ) 1
$3,624.00
$3,624.00
$3,624.00
Front Roof Hatch Accomodations 1
$794.00
$794.00
$794.00
WOODEN TROLLEY PASSENGER SEAT
OPTIONS
Base 30'
Base 35' Base 40'
(26 ) Passengers
32) Passengers (38) Passengers
Vintage Style Trolley Seating; Solid American
White Oak Milled Wood Slats, Bull Nose Top &
$9,817.00
$8,147.00
$8,209.00
Bottom Roundover Edges.
Interior Vinyl Seat Cushions 1
$3,374.00
$3,881.00
$4,363.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 1
Ifi
GILLIG LLC
COLORADO MOUNTAIN PURCHASING CONSORTIUM BAFO
JUNE 19, 2015
RECOMMENDED TOOLS LIST
DIESEL AND CNG LOW FLOOR
LAPTOPS
82- 19526 -000
82- 19526 -001
COMPUTER, LAPTOP DELL
LAPTOP, TOUGHBOOK CF31
$
$
1,470.24
4,281.27
CUMMINS TOOLS
82- 17098 -XXXXX
82- 23481 -003
SOFTWARE, INSITE LITE SUBSCRIPTION
KIT, DATALINK ADAPTER
$
$
710.00
1,119.00
ALLISON TOOLS
82- 64140 -000
82 -63714 -002
SOFTWARE, ALLISON DOC 11.0.1 DOWNLOAD
KIT, WIRELESS /USB TRANSLATOR, ALLISON
$
$
707.00
1,143.00
ABS TOOLS
82- 24262 -000
WABCO SOFTWARE, ABS TOOLBOX
$
479.00
LUMINATOR SIGN TOOLS
82 -40732 -000
82- 63118 -000
SOFTWARE, IPS PROGRAM
STICK, USB MEMORY (BLANK)
$
$
500.00
70.00
HVAC TOOLS
82- 58779 -001
TOOL, INTELLIGARE III,SMART PAC
$
1,231.00
I/o TOOLS
82- 40737 -004
82- 40737 -001
82- 40737 -003
82- 40737 -005
MODULE, CIRCUIT TESTER **
MODULE,PROGRAM LOADER CHARGER **
MODULE, ID WRITERNERIFICATION **
MODULE, DIAGNOSTIC TOOL FOR USB **
$
$
$
$
2,165.00
1,273.00
349.00
572.00
GILLIG LLC
BAFO
June 19, 2015
COLORADO MOUNTAIN PURCHASING CONSORTIUM
TRAINING OPTIONS/PRICING
Please reference the attached "Training Program and Technical Services Support
information and Clarification" sheet for further details.
GILLIG Provided Training
(24) hours of Maintenance up to (10) students
(24) hours of Electrical up to (10) students
$5,000.00
(24) hours of Parts & Support Familiarization up to (10) students $0.00
(4X) times per year On-Site Training at one (1) location $20,000.00
Component Supplier Provided Training (Tuition On
(40) Hours of Cummins Engine $1,750.00 per student
(32) Hours of Allison Transmission $1,400.00 per student
(8) Hours of Luminator Signs up to (12) Students $0.00
(24) Hours of Thermo King HVAC up to (10) Students $250.00 per student
(8) Hours of Lift -U Ramp up to (12) Students $0.00
GILLIG Training DVD's
(1) Complete set of GILLIG Training DVD's $0.00
(per attached sheet)
Assist in Developing Assessment Tests $0.00
(per attached sheet)
DVD Licensing Fees $0.00
(per attached sheet)
Production of DVD's for Three Subject Courses Simultaneously $54,000.00
(per attached sheet)
GILLIG Service Adviser Visits
Service Advisor Visits Package $39,500.00
(per attached sheet)
GILLIG LLC
BAFO
JUNE 14, 2015
INFORMATION AND CL RIFICATION
A. ■ GILLIG Provided Training and Component Supplier Provided Training
Please reference Colorado Mountain Purchasing Consortium Training Options/Pricing
sheet submitted with our BAFO.
The GILLIG Provided Training will be performed at the CMPC member agency site
location. The Luminator and Lift -U Ramp training will be performed at the CMPC
member agency site location.
The Cummins, Allison and Thermo King training will be performed at their
respective distributor/dealer locations that are authorized to perform the training.
Training instructors of these suppliers may be able to perform certain training at the
CMPC member agency site location at additional cost. These additional costs can be
determined at time of training when the specific training requirements and locations
are known.
■ On Site Training at One Designated Location in Colorado Four Times Per Year
GILLIG can perform this on site training at a single designated location for each week
in Colorado four times per year (one 3 day training session each time) but requires the
CMPC to purchase and reserve each session at least 6 months prior to actual training
dates. The cost of $20,000 includes four 3.7-day training sessions and can be -tailored to
your specific requirements. Based on past experience, we suggest class size to be only
12 students, not 20-25 students. GILLIG will provide one trainer for this training
segment. GILLIG will need a large enough room to accommodate the students and
instructor as well as a digital projector with large dry erase board and screen. A bus
needs to be available for the hands on portion of the class.
B. GILLIG agrees to the distribution of the GILLIG Training DVDs in the CMPC online
training environment. Distribution of these DVDs are only allowed to CMPC
member agencies and are at no additional charge (unauthorized distribution is strictly
prohibited). Should the CMPC wish to standardize or customize some of the material
presented to better meet their training needs, GILLIG will require review and
authorization of these changes by our Field Service Training Department and
Engineering Department. The appropriate contact at GILLIG is Eric Ocampo,
Service Manager, phone 510-785-1500.
GILLIG will assist the CMPC in developing associated tests and assessments to
accompany CMPC on line training DVDs and include four "20 Question Assessment"
tests per year for the five year contract.
GILLIGI,LC
BAFO
JUNE 19, 2015
The following training DVDs are already produced and are included in the base bus
prices.
- Air System
- After-treatment System
- Brake System
- Multiplex Electrical System
- Door Systems
- Hydraulic System
- Steering System
- Suspension System
- Wheel Chair Ramp System
- Engine Cooling System
To produce other training DVDs, a cost of $54,000 will apply. This cost includes the
script writing, trainer, film contract and editing of one group of DVDs that include
three different subject courses. Please note that there is a twelve month development
and production time after receipt of purchase order for any additional new DVD
requirements.
C. GILLIG Service Adviser Visits
GILLIG is willing to accommodate the CMPC request for a Service Advisor visit, to
occur twice per year for 1-2 days at each CMPC agency (not to exceed 2- 3 week total
duration per visit), provided Service Advisor's time will be scheduled one year in
advance. Typically our trainers travel on Mondays and Fridays of each week. The
package cost per year (ie, quantity two of 2-3 week visit) is $39,500.
GILLIG LLC
LOW FLOOR TRANSIT COACH
STANDARD LIMITED WARRANTY & EXTENDED COVERAGE
FOR
COLORADO MOUNTAIN PURCHASING CONSORTIUM — BEST & FINAL OFFER JUNE 2015
fl—TI T If' LLC Waliaiits tv the Grig- a' purchaser, that its transit coaches, save and except for those major component
assemblies and other parts described below which are separately warranted by their respective manufacturer's
(OEM's), will be FREE FROM DEFECTS IN MATERIAL AND WORKMANSHIP UNDER NORMAL USE
AND SERVICE, for the distance or time periods specified in the attached, and agrees to REPAIR or REPLACE the
defective parts AT NO COST TO THE PURCHASER. This is a limited warranty subject to the provisions stated
below and is referred to as GILLIG's Standard Limited Warranty.
This warranty DOES NOT COVER malfunction or failure resulting from the purchaser's or its agents or employees
alteration, misuse, abuse, accident, neglect or failure to perform normal preventive maintenance as outlined in
GILLIG's Service Manual, nor does it cover components or assemblies not originally provided by GILLIG. Further,
this warranty DOES NOT APPLY to normal replacement items such as light bulbs, seals, filters or bushings, nor to
consumable items such as belts, tires, brake linings or drums.
PURCHASER'S SOLE REMEDIES FOR LIABILITY OF ANY KIND WITH RESPECT TO THE
PRODUCTS FURNISHED UNDER THIS WARRANTY AND ANY OTHER PERFORMANCE BY GILLIG
UNDER OR PURSUANT TO THIS WARRANTY, OR WITH RESPECT TO PURCHASER'S USE
THEREOF, INCLUDING NEGLIGENCE, SHALL BE LIMITED TO THE REMEDIES PROVIDED IN
THIS WARRANTY AND SHALL IN NO EVENT INCLUDE ANY INCIDENTAL, INDIRECT, SPECIAL
OR CONSEQUENTIAL DAMAGES OR LOSS OF USE, REVENUE OR PROFIT. IN NO EVENT SHALL
GILLIG'S LIABILITY FOR DAMAGES WITH RESPECT TO ANY OF THE PRODUCTS COVERED
UNDER THIS WARRANTY EXCEED THE AMOUNT PAID BY THE PURCHASER TO GILLIG FOR
SUCH PRODUCTS.
GILLIG DOES NOT WARRANT some major component assemblies (such as the engines, transmissions and air
conditioning systems) which are warranted by their respective manufacturers (OEM's) and identified as Category 3
items on page three (3) of this Warranty. Warranty coverage for these items is as defined in those manufacturer's
own warranty documents and per their terms and conditions, and as administered by their own support networks.
GILLIG makes NO OTHER WARRANTIES, except as stated herein, and GILLIG's obligation under this warranty
is LIMITED AND FULLY DESCRIBED HEREIN. Determination of warrantable defects is at GILLIG's (or the
OEM's) discretion and will require inspection of failed components. Correction or compensation under this warranty
for Category 1 and Category 2 items cannot be made unless requested on a GILLIG Application for Warranty Claim
form and in accordance with the claim procedure established by GILLIG.
THIS WARRANTY IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTY EXPRESSED OR IMPLIED,
but if such has legal status, it CANNOT EXCEED THE DURATIONS STATED HEREIN. This warranty gives
the purchaser specific legal rights and some state statutes may include other rights.
This is GILLIG's sole warranty with respect to its transit coaches. GILLIG MAKES NO OTHER WARRANTY
OF ANY KIND WHATEVER, EXPRESS OR IMPLIED; AND ALL IMPLIED WARRANTIES OF
MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE WHICH EXCEED THE
AFORESAID OBLIGATION ARE HEREBY DISCLAIMED BY GILLIG AND EXCLUDED FROM THIS
AGREEMENT.
Standard & Extended
Revised: 3/31115
Page 1 of 5
GILLIG LLC
LOW FLOOR TRANSIT COACH
STANDARD LIMITED WARRANTY & EXTENDED COVERAGE
FOR
COLORADO MOUNTAIN PURCHASING CONSORTIUM - BEST & FINAL OFFER JUNE 2015
GILLIG's Standard Limited Warranty which covers Category 1 and Category 2 parts, components and
assemblies, covers the following systems, components or assemblies for the period specified, and includes
100% PARTS AND LABOR to repair or replace the defective components as determined by GILLIG. (See
Page 3 for explanation of notes (1) -(7).)
CATEGORYI
Includes GILLIG manufactured or assembled components and systems as well as some purchased assemblies.
Warranty and warranty claims administration provided by GILLIG.
Coverage Period (z)
Months Miles
FULL COACH WARRANTY (Z) (3) (7) 12 50,000
BODY STRUCTURE WARRANTY (4) 36 150,000
CORROSION & STRUCTURAL
INTEGRITY WARRANTY (5) 144 500,000
CATEGORY2
Includes major components purchased and installed by GILLIG. Warranty provided by component OEM's.
Warranty claims administration provided by GILLIG.
AXLE
Meritor Front Steering 24 Unlimited
Meritor Rear Driving 24 Unlimited
BRAKE SYSTEM
(Excludes Friction Material)
Bendix Valves 24 100,000
Meritor Brakes 24 100,000
RADIATOR & CHARGE AIR COOLER
Modine 24 100,000
Standard & Extended
Revised 3/31/15
Page 2 of 5
GILLIG LLC
LOW FLOOR TRANSIT COACH
STANDARD LIMITED WARRANTY & EXTENDED COVERAGE
FOR
COLORADO MOUNTAIN PURCHASING CONSORTIUM - BEST & FINAL OFFER JUNE 2015
Major components listed below under "Category 3" are covered by warranties or extended coverages(l), for the
miles and/or months indicated, provided by the manufacturer (OEM's) of those components. Purchasers should
refer to specific OEM warranty documents for details. Warranty claims are and will be administered by the
respective manufacturers (OEM's) and all warranty claims must be made directly to said manufacturers.
GILLIG will assist purchasers in dealing with these OEM's and warranty issues that may arise from time to
time.
CATEGORY
ENGINE (1)
Cummins ISL 280, ISL-G 280
Coverage Period (1)
Months Miles
24 Unlimited
ENGINE ACCESSORIES
Delco Starter 36 350,000
Niehoff Alternator 24 Unlimited
TRANSMISSION
Allison B40OR 24 Unlimited
AIR CONDITIONING SYSTEM
Thermo King
WHEELCHAIR RAMP
Lift -U LU- 18
EMISSIONS CONTROL SYSTEMS
VIDEO SURVEILLANCE SYSTEM
DOOR SYSTEM
Vapor
Standard & Extended
Revised: 3/31/15
Page 3 of 5
24 Not applicable
24 Unlimited
60 100,000
24 100,000
12 100,000
11
Low Floor Transit Coach Emission Warranty
GILLIG warrants to the ultimate purchaser and each subsequent purchaser that the new vehicle is
designed, built and equipped so it conforms at the time of sale to the ultimate purchaser with all
U.S. federal emissions regulations applicable at the time of manufacture and that it is free
from defects in materials or workmanship which would cause the vc�ilcle to fail to not meet these
regulations within five years or 100,000 miles of operation, whichever occurs first, as measured
from the date the vehicle is placed into service. In no case may this period be less than the
Standard Limited Warranty where applicable to emission warrantable parts. If the
ultimate purchaser registers the vehicle in the state of California (or any other state following
the applicable California Air Resources Board regulations) a separate California Emissions
Warranty applies.
GILLIG warrants to the ultimate purchaser that registers the vehicle in the state of California (or any other
state following the applicable California Air Resources Board regulations), and each subsequent purchaser,
that the new vehicle is designed, built and equipped so it conforms at the time of sale to the ultimate
purchaser with all applicable regulations adopted by the California Air Resources Board at the time
of manufacture and that it is free from defects in materials or workmanship which would cause the
vehicle to fail to not meet these regulations within five years, 100,000 miles or 3000 hours of
operation, whichever occurs first, as measured from the date the vehicle is placed into service. In no case
may this period be less than the basic mechanical warranty provided to the purchaser of the engine.
GILLIG warrants to the ultimate purchaser and each subsequent purchaser that the tires on this vehicle
conform at the time of sale to the ultimate purchaser with all U.S federal emissions regulations and all
applicable regulations adopted by the California Air Resources Board at the time of manufacture and are free
from defects in materials or workmanship which would cause the vehicle to fail to not meet these regulations
for a period of 2 years or 24,000 miles, whichever occurs first.
This list of emission control parts may be covered by the Emission Warranty under certain
failure modes.
• Ambient Air Temperature Sensor
• Charge Air Cooler and associated plumbing
• Wire harness circuits connected at both ends to emissions warrantable components
• Exhaust gas pipes from turbocharger out to the last after treatment device
• Urea quality sensor
• Urea tank, heating element, level sensor, temperature sensor, coolant control valve
• Urea lines and line heater controls
• On -Board Diagnostic (OBD) Malfunction Indicator Lamp (MIL)
• Diesel Exhaust Fluid (DEF) Lamp
• OBD Connector
Standard & Extended
Revised: 3/31/15
Page 4 of 5
NOTES
(1) Coverage ceases a1the first expiration of the time or distance noted.
(2) Full coach warranty includes and applies to electrical, doors, seats, flooring, roof hatches, destination
sips, wheelchair ramp, handrails, radio, P.A., etc., but not to IVS systems or special options.
(3) Fleet defect coverage is for a maximum of 12 months or 50,000 miles and includes all components
and assemblies oo the vehicle.
(4) Basic body structure warranty iuobdom and applies to structural members in the body and
undercarriage including the structural members in the onapomsiouo.
(5) The corrosion and structural integrity guumyotoeoovermugubnmtuui8oifioontloouofobuotorolbnb:udtv
oy the assembly oz its functional performance, resulting from a pertinent loss of cross-section due to
corrosion caused by normal environmental elements but excludes corrosion caused by aggressive road
de-icers such as Magnesium Chloride or equivalents, unless Gillig approved preventative measures are
taken (see Service Manual).
(6) Extended coverage may not duplicate Standard Limited warranty coverage. Note: Please refer toOEM
warranty documents for details.
(7) Use oyoou-A3IMbiodiemel blends from 000'80900U suppliers bz excess o[B20 may void the engine
manufacturer's warranty on fuel related components, and also may void warranties of hoses, seals and
fittings in contact with the fuel.
Standard &2uended
Revised: 3/31/15
Page 5 of 5
u.
All the following general comments and clarifications may not apply to your specific
procurement, but they are included so as to avoid misunderstandings, so they should not be
construed as making this a conditional bid. These comments do not change the quoted
pricing for the initial order and build.
TAX/FEE STATEMENT
The prices quoted for this procurement are for the specified deliverables only and exclude
(unless specifically noted by buyer or seller) any Local, City, County, State, Franchise or
Income or Value Added(VAT) taxes, tariffs, fees, business licenses, or other licenses, that
may need to be paid as part of the performance of this contract, or any option of it. If any
additional fees are required, they will be noted and added to the appropriate invoice.
PAYMENT
All Prices are in U.S. Dollars and payments are only accepted on U.S. bank checks or via
electronic funds transfers, (no credit, debit or bank cards) and any applicable transaction fees
would be the responsibility of the buyer.
EMISSIONS AND OTHER REGULATED OR MANDATED CHANGES
The prices quoted for the initial build quantity are for vehicles meeting all applicable Federal
and State regulations (including EPA, CARB, or NHTSA requirements) currently known to
be in effect at the time of delivery of those vehicles. Changes caused by or related to
future regulations, any subsequently enacted regulations, or technologies necessitating
revisions from the currently proposed vehicle configuration (e.g. component
change /availability due to emission or other regulations, requirements or mandates), may
require a price adjustment, which would be subject to negotiation and agreement by both
Gillig and the buyer. This latter statement applies to future builds only that may need to use
different components or currently unknown or unavailable technology, to meet regulations or
requirements in effect at the time(s) of those optional deliveries(e.g. costs or technologies to
meet 2017 emission requirements are currently unknown).
OPTIONAL BUILD PRICING
Most bids include a PPI adjuster to determine pricing for future builds, and this is to clarify
that bus pricing for such future build quantities may be different from the PPI adjusted price
because of the above regulated/mandated changes and/or due to customer initiated change
notices.
GILLIG LLC
6
By
J SEPH POLICARPIO
TITLE VICE PRESIDENT
DATE JUNE 19, 2015
1/18/2007(2 -13)
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JUNE 19, 2015
Section 9
'%-'.#ER 4. Form for Proposal Deviation (without price dataA
This form shall be completed for each condition, exception, reservation or
understanding (i.e., Deviation) in the Proposal according to "Conditions, Exceptions,
Reservations or understandings." One copy without any price /cost information is to be
placed in the Technical Proposal as specified in "Technical Proposal Requirements," and
a separate copy with any price /.cost information placed in the Price Proposal as
specified in "Price Proposal Requirements."
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
1
GILLIG LLC
WR 1.1.5 EMISSION CONTROL SYSTEM (ECS)
3
❑ Exceed
11 Do Not Meet
❑ Provide Alternative
Complete description of Deviation:
The Contractor warrants the emission control system for five years or 250,000 miles,
whichever comes first. The ECS shall include, but is not limited to, the following
components:
• complete exhaust system, including catalytic converter (if required)
• after treatment device
• components identified as emission control devices
Rationale (pros and cons):
GILLIG cannot offer a 5yr/250,000 mile warranty on the Emission Control System
(ECS) as identified in WR 1.1.5. GILLIG's request to purchase this ECS warranty from
Cummins has been denied. Therefore, GILLIG is not able to offer the requested
warranty to the Colorado Mountain Purchasing Consortium and will offer the standard
Cummins Emission Control System (ECS) warranty of 5yr/100,000 miles in
accordance with the Cummins warranty provisions.
13
January 2015
w
01111111101)
c
PACKAGE 2: PRICE PROPOSAL
5. Explanation of Method for Price Adjustments of Base Pricing Proposed.
Because the CMPC member agencies will be ordering vehicle configurations
that will vary from the base RFTA vehicle specified in Section 6, Proposer is to
describe and document the process for transparent non - cardinal change price
adjustments to the base price proposed to justify a fair and reasonable price
when modifying orders to accommodate various CMPC member needs.
GILLIG has quoted the vehicle configurations requested in the proposal along with
options pricing for various components.
GILLIG can quote on request additional non - cardinal change price adjustments to the
base price for the CMPC review and approval prior to modifying orders based on CMPC
member needs.
Should an option be requested from one of the CMPC member agencies which is not
listed in GILLIG's listing of Optional and Alternative Equipment, GILLIG will provide a
quote based on then current information, vendor pricing and other quoted contracts. In
the event that a mutually agreeable price cannot be determined, GILLIG will assist the
CMPC member in identifying an alternative selection which may include foregoing the
requested item.
In compliance with your specifications, Subject to the CMPC's right to order
modifications, any vehicles purchased under assignment shall have the same
specifications as the vehicles purchased under this Contract.
The price of the vehicles for purchase after the first contract year (2016 -2020) shall be
the unit price of the 2015 ( "Base Order Price ") vehicles, adjusted by multiplying the
base order price by the following fraction:
Latest Published Preliminary Index Number Prior to Notice of Order of
Indentured Quantity(ies) in Year 2016 -2420 I Index Number on Effective
Date of the Contract
The Index shall be the Producer Price Index for Truck and Bus Bodies, Series No.
1413, published by the United States Department of Labor, Bureau of Labor Statistics,
or if such Index is no longer in use, then such replacement that is most comparable to
the Index as may be designated by the Bureau of Labor Statistics, or as agreed by the
parties.
Tuesday, July 14, 2015 1:45:53 PM MT
Subject: Re: GILLIG - CMPC- I5- LTB -RFP REQUEST FOR BEST & FINAL OFFER - RE- SUBMITTAL
Date: Friday, June 26, 2015 1:09:34 PM MT
From: ann @raeconsultants.com
To: Ben.Grunat @gillig.com
CC: Alejandra.Salgado @gillig.com, David. Rands @gillig.com, Deirdre. Fenelon @gillig.com,
Javier. HernandezJr @ gillig.com, Joe.Sa Ida na @gillig.com, Joseph. Policarpio @gillig.com,
Maribel.Gonzalez @gillig.com
BCC: Kelley Collier
Hello Ben,
Thank you for the answer. Was this identified anywhere in your actual BAFO response? I cannot locate this
information.
If it is not included, I will need yet another revised BAFO submission to include this information, as justification for
price increases needs to be documented by GILLIG for consideration by the CMPC.
Also, I reviewed the revised training offer and it still does not document, line by line, what the training package
offer includes. Our BAFO identified some costs, such as travel, per diem, etc. that we wanted included. But it was
unclear if blanket costs proposed, such as $39,500 for a Service Advisor Visit Package, includes the items
requested in the BAFO such as travel and per diem.
Therefore, if another revision to the BAFO is required in regards to the base cost adjustment, then I am also
requesting another Training Options /Pricing sheet revision to provide more information on what line items are
provided with the cost presented and what is excluded.
Please note that if another BAFO revision is required, I must receive this within two business days, mailed and
emailed, by close of business June 30th. I will then reconvene the evaluation committee to conduct further
evaluation, as the base cost has been revised and affects all scoring.
Any award notification as a result may be delayed by at minimum 30 days, as I am out of the country on vacation
starting July 4 through July 31st and our main contact at Eagle County will no longer be in her position after July
3rd and I will have to communicate and work with her replacement on any award notification prior to public
issuance.
If we can work through whether another revision is needed today, I would appreciate it.
Ann
RAE Consultants, Inc.
PO Box 7639
Denver, CO 80207
(p) 719 - 447 -7623
ann @raeconsultants.com
ambeauvais @hotmail.com
From: " en.Grunat@gilli .cam" < en.Grunat@gilli .co >
Date: Friday, June 26, 2015 12:52 PM
To: Ann Beauvais <ann@raeconsultants.co >
Cc: "Aleian ra.Sal a o illi .co " <Aleian ra.Sal a o illi . cam >, "David. Ra n s@gilli .co "
<Davi .Ran s@gilli .cam >, "Deir re.Fenelon@gilli .cam" <Deir re.Fenelon@giIIi .cam >,
Page 1 of5
June 26, 2015
Ann Beauvais
f-M-Dr D
1-1 A � . lo-
gramn. Administrator
RAE CONSULTANTS, INC.
2212 West Platte, Avenue
Colorado Springs, CO 80904
Post Office Box 3008
Hayward, CA 94540-3008
(510) 785-1500
FAX: (510) 785-6819
RE: CMPC-15-LTB-RFP REQUEST FOR BEST AND FINAL OFFER
DATE DUE: JUNE 30, 2015 AT 5: OOPM
Dear Ms. Beauvais:
In response to your third Request for Best and Final Offer, received via e-mail today June 26, 2015
GILLIG would like to respond as follows. For convenience sake, we have listed your request first
followed by GILLIG's responses.
After what was submitted, we need to clarify what we were requesting in terms of pricing
for extended warranties. On May 11, in a clarification sent by Gillig, item number 10 (see
attached) warranties were itemized and listed as an additional cost. In the BAFO request,
we asked for this information to be translated to updated order forms NOT as an addition
to the base cost, but as an addition to the extended warranty section of the price proposal
form, itemized as it was in the clarification submission. The CMPC needs extended
warranties offered to them as an official price quote, but not as an increase to the base cost.
If you require further clarification, please contact me ahead of further submissions.
GILLIG RESPONSE: As requested, GILLIG has provided itemized pricing for the
extended coverages for Cummins and Allison. The prices are located in the Extended
Warranties section for each model bus proposed.
2. The on site training program and service advisor visits per the BAFO request were to be a
revision to the Training Options/Pricing sheet offered by Gillig. The training program, per
the items listed in the BAFO, were to be defined, itemized and priced in a revised training
offer sheet. Including in a narrative response a total price for the various options is not
sufficient and this narrative should either be included or reflected in the revised training
options/price sheet. We require this information itemized as a revision to the original
training options/pricing sheet submitted at the time of proposal. Please itemize everything
the cost includes and does not include.
GILLIG RESPONSE: Please refer to the new "Colorado Mountain Purchasing
Consortium Training Options/Pricing" sheet and "Training Program & Techinical/Service
Support Information and Clarification" sheet.
ct;
Request 43 for Best and Final OtTer
CV[PC -15-LTB -R FP
Tome 26,2015
2';.P a g e
3. We requested an example to be included with the price adjustment explanation and in our
phone discussions with Gillig, we were told this could be provided. Please include an
example of how Gillig will provide pricing based on current information, vendor pricing
and other quoted contracts.
GILT IG A�SA1 -0 Oil
>, d f u CMPC L
A. � E fI . Should an option e requested from one of the CMPC member
agencies which is not listed in GILLIG's listing of Optional and Alternative Equipment,
GILLIG will provide a quote based on then current information, vendor pricing and other
quoted contracts. Given the extensive list of options provided with GILLIG's proposal, it
is difficult to identify an option which was not included in our list. As an example, had
GILLIG not provided a quote in our list for the manual passenger counter and had a
customer requested an 1x8 manual passenger counter, the customer would have been
presented a price of $256 by our Project Sales Manager. The attached Klamath Falls price
list shows the same price as would have been quoted to the customer and could be provided
to support the quoted price. GILLIG could also provide a copy of a price summary for
another customer showing the same price had been quoted to other customers. In the event
that a mutually agreeable price cannot be determined, GILLIG will assist the CMPC
member in identifying an alternative selection which may include foregoing the requested
item.
4. Please explain to me (in an email is fine) if the proposal deviation included on page 40 of
the PDF submission (attached) is a new proposal deviation or one that was submitted
previously.
GILLIG RESPONSE: GILLIG would like to confirm that the deviation included is
indeed a new deviation and was not included with our initial proposal. GILLIG was not
able to purchase the desired Emission Control System (ECS) being requested by the CMPC
from Cummins. Cummins will not offer a 5yr1250,000 mile warranty for the ECS.
5. While the extended warranties were added, the base cost proposed is still higher than it was
at the time of initial submission, by $2,900.00. We never asked for a revised base price
under either BAFO request. Is Gillig now proposing a higher base cost per vehicle size? If
so, why?
GILLIG RESPONSE: Based on our discussions throughout the RFP process, it became
apparent that the CMPC was looking for more extensive support beyond what is typically
offered by GILLIG. The various requests and options presented in our revised proposal
and discussed during our negotiations will require additional administration, support and
oversight at GILLIG headquarters which increases the company's overhead costs and
potential staffing requirements. After our detailed analysis, it became necessary to include
these increased contract related oversight costs in our pricing.
Request�3 for Best and Final Offer
C-%IPC-15-LTB-RFP
June 26, 7015
3 1 P a g e
We thank you for this opportunity and please let us know if you have any further questions.
Sincerely,
Joseph Policarpio
Vice President
GILLIG LLC
25800 Clawiter Road
Hayward, CA 94545
Phone: 800-735-1500
JP:as
Enclosures
CC: Benjamin M. Grunat, Director of National Sales
Javier Hernandez, Jr., Director of Project Sales Management
Joe Saldafia, Regional Sales Manager
- .... . ...... , .. ......... .
KLAMATH FALLS, OR
FEBRUARY 2015
OPTIONS
FEBRUARY25, 201$
COST
ENGINE OIL EXTRACTOR, TITAN PROBALYZER.
lt44.00
TRANSMISSION OIL EXTRACTOR; TITAN PROBALYZER
$44.00
VEEDEROOT MECHANICAL HUBODOMETER.
$72.00
FUEL GAUGE @ DASH
$134.00
ENGINE HOUR METER @ REAR RUN BOX
$50.00
VOLTMETER @ DASH OR REAR RUN BOX
$50.00
TRANSMISSION TEMP GAUGE @ DASH
$50.00
DASH MOUNTED FAN
$76.00
DELETE EMCO WHEATON FUEL FILL
<$273.00>
MANUAL PASSANGER, COUNTER (I ROW X 8 TALLY)
$256.00
FAREBOX GUARD
$144.00
HEATED FRONT SIGN GLAZING
$210.00
SPORT WORKS DL2 MOUNTING BRACKETS ONLY
$298.00
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JUNE 19, 2015
CER 8. Price Proposal
Form
Complete and submit one form for each vehicle length proposed.
Mark wh" size vehicle price:'
Specify Base Fuel Tank Configuration
proposed for.
/ Range:
32 Foot Bus — Diesel
[1 29 Foot Bus — DjesLj
35 Foot But; — Diesel
F030 Foot Bus — Diesel
40 Foot Bus —'Diesel
Base Model Components
Specify Manufacturer / Model Number
1. Bus Model and Design
GILLIG / 30' LOW FLOOR BRT
(BRT is base primary
design)
2. Engine
CUMMINS I ISL 280HP
3. Transmission
ALLISON / B40OR
4. Driver Seat
/ ERGO METRO
EEERECARO
5. Passenger Seat
MS CO /
EAMSECO / N2003 & 6466
6. Wheelchair Securement
AMSECO & Q'STRAINT / ADVANCED RESTRAINT MODULE
7. Air Conditioning System
THERMO KING / T14M & X430 COMPRESSOR
TOTAL BASE COST
$
(Year 1):
4641522.00
Fuel Options:
Cost (difference from base
Compressed Natural Gas (CNG)
$ 43,637.00,
Specify Base Fuel Tank Configuration
(8) 85" TYPE III TANKS 17,608 SCIF
/ Range:
ESTIMATED 450 MI
34
CMPC-15-LTB-RFP January 2015
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JUNE 19, 2015
Section 9
Body Style Options:
Cost (difference from base + / -)
Conventional Low Floor Body Design
$ '� • 13n ,333 ��.U0>
Low Floor Trolley Facade Design
SEE TROLLEY OPTIONS LIST
Additional Options
(blue highlighted in Section 6):
Cost: (difference from base + / -)
1. Roof Mounted Radiator Pressure
Filler Provided in Engine
Compartment
$ N/A
2. Diesel Fuel Fillers - Located on
Both Sides of Bus
$
896.00
3. Disc Brakes on All Axles
$ 3,903.00 .
4. Mock Up Board - 1/0 CONTROLS
$22,427.00
5. High Voltage Electric Driven A/C
System (DIESEL ONLY)
$
15,379.00
6. Forced Air Floor -Level Heating
$ N/A
7. Convector Air Floor -Level Heating
$ N/A
8. Warm Wall Heating
$ 1,309.00
9. Fender Skirt
$ 0.00
10. Passenger Seats Constructed of
Anti - Vandal Materials
$
N/A
11. Electric- Powered Doors VAPOR
$ 4,621.00
12. 48 Inch Rear Door Width
$ 3,801.00-
13. Rear Door Location W/C Loading
System: Flip -Out Design Ramp
$
N/A
35
CMPC- I5- LTS -RFP January 2015
Colorado Mountain
Purchasing Consortium
14. Event Data Recorders $ '
(one front/one rear) 1 5,143.00
GILLIG LLC
BAFO
JUNE 19, 2015
Section 9
Training / Support Programs —[cost
(difference from base
Training Program Options:
Describe:
Covered Component /Subcomponent
REFERENCE OPTIONAL TRAINING DETAILED
SEE TRAINING OPTIONS SHEET
INFORMATION IN SECTION 30 OF TECHNICAL
Five years
PROPOSAL
excluded items) ISL
Describe:
,
Technical / Service Support Options:
Describe:
$
REFERENCE SECTION 3E OF TECHNICAL
0.00
PROPOSAL FOR DETAILED SERVICE SUPPORT
3. *THERMO KING T14/X430
INFORMATION
$1,742.00
Describe:
$
Extended Warranties (List Covered Component
Cost (difference
Subcomponent and Term)
from base
Covered Component /Subcomponent
Term
1. Propulsion System (identify any
*CUMMINS
Five years
$ 5693.00
excluded items) ISL
300,000 miles
,
CUMMINS ISL-G
TOTAL
7,904.00
2• *LIFT-U LU18 RAMP
3YRS/UNL
$ 300.00
3. *THERMO KING T14/X430
3YRS/UNL
$1,742.00
4. ALLISON B40OR
5YRS/300,000 miles
$2,693.00
*SEE EXTENDED COVERAGE STATEMENTS FOR DETAILED INFORMATION
36
CMPC-15-LTB-RFP January 2015
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JUNE 19, 2015
Section 9
Spare Parts (Firm Fixed Price for 180 days following
Proposal Opening Date)
Cost
Engine (list descriptions below)
1. CUMMINS ISL 280HP W /DPF
$ 56,452.00
2.
$
3.
$
Transmission (list descriptions below)
1' ALLISON B40OR
$ 20,652.00
2.
$
Proposer hereby acknowledges that cost information submitted with the proposal is
complete and valid upon date of submission.
Company Name: GILLIG LLC
Contact Name: JOSEPH .a ... #
Title: VICE _V
37
® January 201
DESCRIPTION OF ATTACHED DOCUMENT:
TITLE: PRICE PROPOSAL FORM
S T GITE R : JOSEPTUT POLICARPIO
A notary public or other officer completing this certificate verifies only the
identity of the Individual who signed the document to which this certificate is
attached. and not the truthfulness. accuracv. or validity of that document I
State of California
County of
Subscribed and sworn to (or affirmed) before me on this
. . .... .. ..
by 111,
J) (1:11110� LA111, 211"x„"
proved to me on the basis of satisfactory evidence to be the persons who appeared before me.
9— THOMAS F. F. NOON JR.
CO #2097434 rri
No" Pubk-VA�W,
C
ru c
CONTRA COSTA COUNTY
M My Comm, Ew FEB. 13,2019
My
Signatu re Iff 1110 r
1� 4'' A0,111111, 4 2
Thomas F. Noon, Jr. — Notary Public
My Commission Expires February 13, 2019
Contra Costa County, California
Colorado Mountain
Purchasing Consortium
CER 8. Price Proposal Form
Complete and submit one form for each vehicle length proposed.
GILLIG LLC
Wo
JUNE 19, 2015
Section 9
Mark which size vehicle price
Cost (difference from base
proposed for:
$48,015.00
29 Foot Bus - Diesel
32 Foot Bus - Diesel
21,636 SCF ESTIMATED 594 MI
35 Foot Bus - Diesel
[]30 Foot F$us - Diesel
U 40 Foot Bus - Diesel
Base Model Components
Specify Manufacturer / Model Number
1. Bus Model and Design
GILLIG / 35' LOW FLOOR BRT
(BRT is base primary
design)
2. Engine
CUMMINS / ISL 280HP
3. Transmission
ALLISON / B40OR
4. Driver Seat
RECARO ERGO METRO
S. Passenger Seat
AMSECO N2003 & 6466
6. Wheelchair Securement
AMSECO & Q'STRAINT /ADVANCED RESTRAINT MODULE
7. Air Conditioning System
THERMO KING / T1 4M & X430 COMPRESSOR
TOTAL BASE COST
7
$
(Year 1):
472,447.00
Fuel Options:
Cost (difference from base
Compressed Natural Gas (CNG)
$48,015.00
S p e c i f y Base Fuel Tank Configuration
/ Range:
(4) 120" X (4) 85" TYPE I I I TANKS
21,636 SCF ESTIMATED 594 MI
34
CMPC-15-LTB-RFP January 2015
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JUNE 19, 2015
Section 9
Body Style Options:
Cost (difference from base + / -)
Conventional Low Floor Body Design
$ {$131333.003
Low Floor Trolley Facade Design
SEE TROLLEY OPTIONS LIST
Additional Options
(blue highlighted in Section 6):
Cost: (difference from base +J -)
1. Roof Mounted Radiator Pressure
Filler Provided in Engine
Compartment
$ N/A
2. Diesel Fuel Fillers - Located on
Both Sides of Bus
996.00
3. Disc Brakes on All Axles
$ 3,103.00
4. Mock Up Board - I/O CONTROLS
$ 22,427.00
5. High Voltage Electric Driven A/C
System (DIESEL ONLY)
$
15,379.00
6. Forced Air Floor -Level Heating
$ N/A
7. Convector Air Floor -Level Heating
$ N/A
8. Warm Wall Heating
$ 1,639.00
9. Fender Skirt
0.00
10. Passenger Seats Constructed of
Anti - Vandal Materials
$
NIA
11. Electric - Powered Doors VAPOR
$ 4,6721 00
12. 48 Inch Rear Door Width
$ 3,801.00
13. Rear Door Location W/C Loading
System: Flip -Out Design Ramp
REQUIRES 48" REAR DOOR
$
3,305.00
35
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
14. Event Data Recorders $
(one front/one rear) $5,143.00
GILLIG LLG
BAFO
JUNE 19, 2015
Section 9
Training / Support Programs
Cost (difference from base
Training Program Options:
Describe:
$
REF OPTIONAL TRAINING DETAILED
INFORMATION IN SECTION 3D OF TECHNICAL
SEE TRAINING OPTIONS SHEET
PROPOSAL
2• *LIFT-U LU18 RAMP
Describe:
$ -7
Technical / Service Support Options:
Describe:
$
REFERENCE SECTION 3E OF TECHNICAL
0.00
PROPOSAL FOR DETAILED SERVICE SUPPORT
INFORMATION
Describe:
$
Extended Warranties (List Covered Component
Subcomponent and Term)
Cost (difference
from base
Covered ComponentlSubcomponent
Term
1. Propulsion System (identify any
excluded items) *CUMMINS ISL
CUMMINS ISL-G
Five years J
300,000 miles
TOTAL
$ 5,693.00
7,904.00
2• *LIFT-U LU18 RAMP
3YRS/UNL
$300.00
3• *THERMO KING T14 / X430
3YRS/UNL
$1,742.00
4- ALLISON B40OR
SYRS/300,000 miles
$ $2,693.00
*SEE EXTENDED COVERAGE STATEMENTS FOR DETAILED INFORMATION
36
CMPC-15-LTB-RFP January 2015
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JUNE 19, 2015
Section 9
Spare Parts (Firm Fixed Price for 180 days following
Proposal Opening Date)
Cost
Engine (list descriptions below)
CUMMINS ISL 280HP W/DPF
$ 56,452.00
2.
$
3.
$
Transmission (list descriptions below)
ALLISON B40OR
$ 20,652.00
2.
$
Proposer hereby acknowledges that cost information submitted with the proposal is
complete and valid upon date of submission,
Company Name: GILLIG LLC
Contact Name: JOSEPH POLICARPIO
Title: VICE PRESIDENT
Authorized Signature:
Date: JUNE 19, 2016
Notary.,, SEE ATTACHED
37
CMPC-15-LTB-RFP January 2015
DESCRIPTION OF ATTACHED DOCUMENT:
TIILR* PR AL FORM
SIGNER NAME: JOSEPH POLICARPIO
A notary public or other officer completing this certificate verifies only the
identity of the individual who signed the document to which this certificate is
attached. and not the truthfulness. accuracv. or validity of that document. I
State of California
County of 15,7 (I.A-
Subscribed and sworn to (or affirmed) before me on this .. .. .. . .. ....
by MY
ell
proved to me on the basis of satisfactory evidence to be the persons who appeared before me
6,
Signature 411 .. C
Thomas F. Noon, Jr — Notary Public
My Commission Expires February 13, 2019
Contra Costa County, California
GILLIG LLC
BAFO
JUNE 19, 2015
Colorado Mountain Section 9
Purchasing Consortium
CER 8. Price Proposal Form
Comolete and sub-tti , 111P, t I , I I'll I'll Ill.
I-Base Model Components , Specify Manufacturer I Model Number
1. Bus Model and Design
GILLIG / 40' LOW FLOOR BRT
(EIR T is base P�lmary
design)
.Engine
CUMMINS / I 280HP
3. Transmission ALLISON / B400 R
5. Passenger Seat
AMSECO / N2003 & 6466
_101 - ----- - -----
f. Wheelchair Securement iw0rity"lafto [ 04
7. Air Conditioning System THERMO KING/ T1 4M & X430 COMPRESSOR
TOTAL BASE COS-r $
(Year 1): 476,647.00
Fuel Options: Cost (difference from -base
Compressed Natural Gas (CNG) $48,015.00
34
CMPC-15-LTB-RFP January 2015
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JUNE 19, 2015
Section 9
Body Style Options:
Cost (difference from base + / -)
Conventional Low Flour Body Design
$ <13,333.00>
Low Floor Trolley Facade Design
$ SEE TROLLEY OPTIONS LIST
Additional Options
(blue highlighted in Section 6):
Cost: (difference from base
1. Roof Mounted Radiator Pressure
Filler Provided in Engine
Compartment
$ NIA
2. Diesel Fuel Fillers - Located on
Both Sides of Bus
996.00
3. Disc Brakes on All Axles
$ 3,103.00
4. Mock Up Board -1 /O CONTROLS
$ 22,427.00
5. High Voltage Electric Driven A/C
System (DIESEL ONLY)
$
1 5,379.00
6. Forced Air Floor -Level Heating
$ N/A .
7. Convector Air Floor -Level Heating
$ N/A
8. Warm Wall Heating
$ 1,639.00
9. Fender Skirt
$ 0.00
10, Passenger Seats Constructed of
Anti - Vandal Materials
$
N/A
11. Electric - Powered Doors VAPOR
$ 4,621.00
12. 48 Inch Rear Door Width
$ 31801.00
13. Rear Door Location W/C Loading
System: Flip -Out Design Ramp
REQUIRES 48" REAR DOOR
$ _.
3,865.00
35
CMPC- I5- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
14. Event Data Recorders $
(one front /One rear) 5,143600
GILLIG LLC
BAFO
JUNE 19, 2015
Section 9
Training j Support Programs
Cost (difference from base + / -}
Training Program Options:
Describe:
$
REFERENCE OPTIONAL TRAINING DETAILED
INFORMATION IN SECTION 3D OF TECHNICAL
SEE TRAINING OPTIONS SHEET
PROPOSAL
Five years J
Describe:
$
Technical j Service Support Options:
Describe:
$
REFERENCE SECTION 3E OF TECHNICAL
00
PROPOSAL FOR DETAILED SERVICE SUPPORT
3YRS /UNL
INFORMATION
3. *THERMO DING T14/X430
Describe:
$
Extended Warranties (List Covered Component
Cost (difference
J Subcomponent and Term)
from base
Covered ComponentJSubcomponent
Term
1. Propulsion System (identify any
'CUMMINS
Five years J
$ 5,693.00
excluded items) ISL
300,000 miles
CUMMINS ISL -G
TOTAL
7,904.00
2• *LIFT -U LU18 RAMP
3YRS /UNL
$ 30Q.00
3. *THERMO DING T14/X430
3YRSIUNL
$1,742.00
4. ALLISON B40OR
YEARS1300,000 miles
$ 2,593,00
*SEE EXTENDED OVERAGE STATEMENTS FOR DETAILED INFORMATION
36
CMPC- I5- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JUNE 19, 2015
Section 9
Spare Parts (Firm Fixed Price for 180 days following
Proposal Opening Date)
Engine (list descriptions below)
Cost
1. CUMMINS ISL 280HP W/DPF
.$ 56,452.00
2.
$
3,
$.
Transmission (list descriptions below)
'-ALLISON B40OR
$ 20,652.00
2.
Proposer hereby acknowledges that cost information submitted with the proposal is
complete and valid upon date of submission.
Company Name: GILLIG LLC
Contact Name: JOSEPH POLICARPIO
Title: VICE PRESIDENT
Authorized Signature:
Date: JUNE 19, 2015 101,
Notary.- SEE ATTACHED
37
CMPC-15-LTB-RFP January 2015
DESCRIPTION OF ATTACHED DOCUMENT:
SIGNER NAIAEi JOSEPH POLICARPIO
A notary public or other officer completing this certificate verifies only the
Identity of the individual who signed the document to which this certificate is
attached- and not the truthfulness. accuracv_ or validity of that document I
State of California
County of A'11?111'.ij, ,
°` ......... . ... . . .... .
Subscribed and sworn to (or affirmed) before me on this 141 . ..
by
proved to me on the basis of satisfactory evidence to be the persons who appeared before me.
Signature
Thomas F. Noon, Jr. — Notary Public
MY Commission Expires February 13, 2019
Contra Costa County, California
%.#ovorado Mountain Purchasing
•
Base i and - Alternatives
i
Price
Alternative prices are subject to appropriate PPI Increases per contract.
Confidential and Proprietary Information
Page 1
PROPULSION
BASE
Cummins'13 ISL 280HP Diesel Engine with Allison B40OR -5 Transmission
BASE
Philips Temro Block Heater
$121.00
CNG SY.,.,.._, -.
STEM
Additional Cost Over
Base Diesel Bus
Cummins ISL -G 280 HP, with 4 85" & 4 120" Type III Fuel Tanks 21,664 SCF /est,594mi
$48,015.00
Cummins ISL -G 280 HP, with 8 85" Type III Fuel Tanks 17,608 SCF /est.450mi
$43,637.00
Cummins ISL -G 280 HP, with 8 120" Type III Fuel Tanks 25,664 SCF /est.705mi 35'140' only
$53,119.00
Add Second Fast Fuel Fill to Low Mount Position
$814.00
Smart Gauge Fuel System Monitorin Gauge includes tank upgrade to electric solenoids
$3,214.00
BASE
Manual Fuel Tank Shut -Off Valves
BASE
STYLING PACKAGES
SASE
BRT Front Cap, Rear Cap and Engine Door Styling
BASE
Standard Low Floor Front Cap, Rear Cap and Engine Door Styling
$13,333.00
BRT Front Cap Styling Only - -
$4,160.00
BRTPLUS Front Cap, Rear Cap, Roof Line and Engine Door Styling
$6,250,00
BRT Roof Fairings, Front or Rear each
$1,250.00
OIL SYSTEM
BASE
Spinner 11 Auxiliary Filter
BASE
Delete Spinner If Auxiliary Filter
$545.00
Titan Probalizer OD -1014 Extraction Port per fitting)
$44.00
Femoo Auto Drain
$69.00
STARTER
BASE IDelco
MT 42 Electric
BASE
Delco MT 39 Electric
$28.00
COOLING SYSTEM
BASE
Modine E -Cool Electric Cooling System with E -Coat
BASE
EMP Electric Coolin System with E -Coat _.... _..._. _....
_ . $2,930.00
Radiator Tank Guard
$256.00
Radiator Tank Guard, with Splash Shield
$384.00
ALTERNATOR
BASE
Niehoff C803 500 Amp for Electric Radiator
BASE
EMP 450 Amp for EMP Electric Radiator
$0.00
Delco 450 -DN 450 Amp for Electric Radiator
$107.00
TRANSMISSION
BASE
Allison B400R, GEN IV
BASE
Voith D864.5
$1,261.00
ZF 6AP1400 ECOLIFE
($828.00)
Femoo Auto Drain
$69.00
KP Push Button
$59.00
Transmission Temperature Gauge Dash or Rear Run Box
$50.00
Keyed Transmission Lockout Switch on Dash
$351.00
Alternative prices are subject to appropriate PPI Increases per contract.
Confidential and Proprietary Information
Page 1
Colorado r • «, Ih i
•
Base Equipment and Alternatives JUNE 19,2015
Price Sheet
Project i y a .rT R fir;
4`
Alternative prices are subject to appropriate PPI Increases per contract.
Confidential and Proprietary Information
Page 2
AXLE HUBS & SEALS
BASE
Hub Piloted Wheels
BASE
Ades wlth Grease Seals r axle)
BASE
�r
Axles with Chicago Rawhide Oil Seals
BASE
$0.00
Synthetic 75W90 gear Oil for Rear Axle
$187.00
HUBODOMETER
Engler Stemco Mechanical without Tenths and without Guard
$79.00
Veeder Root Mechanical without Tenths and without Guard
$72.00
S & A Fleetwatch 392 Electronic
$436 OO
Data Trac Pro 600 -9999
$84.00
Hubodometer Guard
--$68.00
BRAKES
BASE
S -Cam Drum Brakes with Wabc o ABS System
BASE
BASE
Automatic Traction Control
Delete Automatic Traction Control
BASE
$75.00
BASE
6 - Position Retarder Control Lever
Delete 6 - Position Retarder Control Lever
BASE
($450.00)
Disc Brakes with Wabco ABS System
$3,103.00
MGM E -Stroke Brake Monitoring System for Drum Brakes
$1,879.00
MGM E -Stroke Brake Monitoring System for Disc Brakes
$1,534.00
WHEELS
BASE
7 Steel Powder Coated Finish, White or Black
7 Alcoa Aluminum Polished Finish with Durabrite
BASE
$2,084.00
7 Alcoa Aluminum Machine Finish with Durabrite
$1,622.00
Add Duraflan a erwheel
$106.00 each
TIRES
BASE
Bus Builder Supply Michelin XDN2 H Tires (12R/22.5)_____
BASE
Procuring Agency 8gency Supply Tires
$3,661.04
BASE
Bus Builder Supely Michelin X InCity Tires 275174R22.5 - 29' only
BASE
Bus Builder Su I Good ear G152 Tires 305185822.5
Quote
Bus Builder Supply Goodyear G152 Tires 305/74R22.5
Quote
Bus Builder Supply Goodyear G152 Tires 275/70 2.5)-29'only
Quote
Bus Builder Suepfy Firestone 18J Tires 315180822.5
Quote
Bus Builder Supply Firestone 16H Tires 305/70R22.5
Quote
Bus Builder Supply Bridgestone 16H Tires 275/70822.5 - 29' only
Quote
Alternative prices are subject to appropriate PPI Increases per contract.
Confidential and Proprietary Information
Page 2
Colorado Mountain Purchasing Consortium
Base Equipment
Price Sheet
Project P
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 3
STEERING SYSTEM
BASE
Douglas Steerin2 Column Standard Steering Column
BASE
TRW Easy Steer, Electric Assisted Steering Column
$2,494.00
VIP Textured Steering Wheel
$73.00
FUEL SYSTEM
BASE
Emco Wheaton Posi Lock 105 (Flip Cap or Twist Ca
BASE
Dual Fill Curbside and Streetside with Emco Wheaton Posi Lock 105
$996.00
Standard Gravity Fuel Fill
$273.00
Dual Fill Curbside and Streetsidej with Standard Gravity Fill
$769.00
BASE
Standard 120 al 35' / 40' or 75 al 29' LF Net Useable Fuel Tank
BASE
80 gal Net Useable Split Fuel Tanks 29' LF with No Rear Door
$1,270.00
Davcp Fuel Pro 384, Heated
$641.00
Racor 49OR30 Filter with Thumbpurnp
$313.00
BASE
Fuel Gauge on Dash
BASE
Delete Fuel Gauge on Dash - Diesel
$140.00
REAR RUN BOX
BASE
Electrical Gauges - Engine Oil and Coolant Tern
BASE
Rear Hand Throttle Control
$144.00
Delete Electrical Gauges
$50.00 each
Mechanical Gauges - Mur hy Oil Pressure and Coolant Tem erature IPO electric
$60.00 each
Voltmeter, J1939 12v or 24v
$50.00 each
AIR SYSTEM
BASE
SKF, HCT 2000 Dura uard Air Dryer
BASE
Kingston Auto Drain Valve at Ping Tank
$0.00
Curbside Rear Kneellpq
$525.00
BATTERIES
BASE
4 DEKA Group 31 Top Post Connections
BASE
2 DEKA 8D Side Lu or Top Post Connections
$222.00
2 AGM Glass Matt 8D Side Lug or Top Post Connections
$271.00
4 AGM Glass Matt Group 31 Top Post Connections
$903.00
KBI Super Capacitor with 2 DEKA GLCLUP 31 batteries
$4,134.00
BASE
2 Anderson 350 Jump Start Connectors
BASE
Delete Anderson 350 Jump Start Connector
$85.00 each
FRAME
Engine Skid Protection w /Extended Tow Eyes
$129.00
En ine Skid Protection w /Extended Tow Eyes & 2" Thick x 2" Wide Wear Plate
$377.00
WHEELCHAIR LIFT AMP
BASE
Lift-U Ramp LU -18 , Front Door
BASE
Lift -U Ramp LU -18 , Rear Door (requires 48" rear door selection N/A w/29'
$3,865.00
Reinforced A -Post Skid Plates er side
$67.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 3
Colorado : fMh'
y; Consortium BAFO
Base. Equipment
Price Sheet
Project #; „ rte; P
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 4
HEATING / AIR CONDITIONING
BASE
TK T -14 w/X430 or X426, EBM Brushless Motors
BASE
TK T -14 w /5391, EBM Brushiess Motors
$750.00
TK T -14 w /S616, EBM Brushless Motors
TK T -14 with Permanent Magnet Motors
TK Ail - Electric HVAC - Diesel N/A for CNG
TK Pressure and Return Display Mounted to Unit
Delete TK Pressure and Return Display Mounted to Unit
MCC Micromax w /05G Compressor, Brushless Motors, R1 34a
$2,975.00
($2,285.00
$15,379.00
$356.00
$285,00
$3,565.00
DRIVERS HEATERS B ADDITIONAL PASSENGER HEATERS
BASE
MCC Drivers Heater- Brushless Motor, Left Foot Vent, 1/4 Turn Valves
BASE
BASE
MCC Drivers Heater - Brush Motor, Left Foot Vent, 1/4 Turn Valves
Front Stepwell / Threshold Heater - MCC with Brushless Motor
$387.00
BASE
BASE
Delete Front Ste well / Threshold Heater - MCC with Brushless Motor
Streetside Underseat Heater - MCC with Brushless Motor
$260.00
BASE
BASE
Delete Streetside Underseat Heater - MCC with Brushless Motor
Curbside Rear Ste well Heater - MCC with Brushless Motor
$325.00
BASE
Delete Curbside Rear Ste well Heater - MCC with Brushless Motor
$325.00
AUXILIARY COOLANT HEATER
BASE
Spheros Model Thermo 300HA 104,000 btu Coolant Heater
BASE
S herds Modei Thermo 230 80 000 btu Coolant Heater
$0.00
Proheat Model X45 45,000btu Coolant Heater
Proheat Model M80 80,000btu Coolant Heater
Es par Electric Coolant Heater
$252.00
$111.00
($169.00)
"Hot Flow" (CTM 15110 -A00 Coolant Heater for CNG
$0.00
Delete S heros Model Thermo 300HA 104,000 btu Coolant Heater
$1,812.00
DRIVER'S AUXILIARY FAN & DASH AREA
BASE
Drivers Fan Mounted to Dash 2
BASE
BASE
Delete Drivers Dash Fan each
Rubber Maid Waste Basket at Rear Door Location
$71.00
BASE
BASE
Rubber Maid Waste Basket at Front Door Location
BASE
Delete Rubber Maid Waste Basket each
$83.00
REAR DOOR
BASE
34" Rear Door - Air Open / Spring Close Full Driver's Control
BASE
Delete Rear Door
48" or 56" Rear Door (requires Air Open / Air Close Door
Vapor CLASS Control with Green LED Lam 34" Door
Vapor vTouch Electronic Touch Bars with Green LED Lam 34" Door
($1,400.00)
$2,601.00
$5,511.00
$605.00
BASE
34" Rear Door - Vapor Electric Open / Electric Close Full Driver's Control
Exterior Air Release Front Door Control Valve
$4,621.00
BASE
Delete Exterior Air Release Front Door Control Valve
$162.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 4
Colorado Mountain
Base Equipment
Price Sheet
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 5
ELECTRICAL EQUIPMENT CABINET
BASE
44" Tall with Key Lock and 2 5116' Square Key Locks
BASE
33" Tall with Key Lock and t2t 5116' S uare KG • Locks
$125.00
44" Tall 33' with Key Lock and 2 5116' S uare Key Locks & 11" Drivers Storage
$120.00
Storage Box on Curbside f=orward Wheel Well 8.25 "H x 20 "W x 13 "D
$470.00
ADVERTISING FRAMES - EXTERIOR
BASE
Exterior, None
BASE
Exterior, 21" X 40 ", Front Clear or Black Anodized, Powder Coated
$175.00
Exterior, 30" X W', Curbside or Streetside
—f2-83.00
Exterior, 30" X 144 ", Clear or Black Anodized, Powder Coated
$335.00
Exterior, 21" X 72 ", Rear
$226.00
ADVERTISING FRAMES - INTERIOR
BASE
Transit Information Products -OBIC T 12P 1 L -ASPEN
BASE
Delete Transit Information Products -OBIC T 12P 1 L -ASPEN
$260.00
Interior, innocom Schedule Racks 3.75" X T' X 1.5"
$17.00 each
Interior, 22" X 21 ", Black, RH Load, Open Back
$165.00
DRIVERS SEAT
BASE
Recaro Ergo Metro w/Headrest, Seat Belt Alarm and 3 -Point Belt (Lap and Shoulder
BASE
USSC G2A w /Headrest, Seat Belt Alarm and 3 -Point Belt La
$325.00
USSC 9100ALX3 with Headrest, Seat Belt Alarm and 3 -Point Belts (Lap & Shoulder
$352.00
PASSENGER SEATING
BASE
AMSECO N2003/6466
BASE
BASE
Thermoplastic Gratihandles -- _ -- –_
-BASE
BASE
Standard Wool Fabric or Vinyl
BASE
4ONE Gemini
Quote to Spec
4ONE CitiSeats
Quote to Spec
4ONE Angel Seats
Quote to Spec
4ONE Aries
Quote to Spec
4ONE Patriot
Quote to Spec
AMSECO N2005
Quote to Spec
AMSECO Insight
Quote to Spec
AMSECO 6468
Quote to Spec
AMSECO Metropolitan
Quote to Spec
KIEL
Quote to Spec
KIEL SOS
ESO
Quote to Spec
WHEELCHAIR SECUREMENT
BASE
AMSECO - A.R.M. System
BASE
4ONE J2 -VPRO
Quote to Spec
AMSECO - Dual Autolok
Quote to Sec
Q'Pod Assembly
Quote to Spec
KIEL
Quote to Spec
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 5
Colorado Mountain Purchasing Consortium •
Base Equipment and Alternatives JUNE 19.2015
Price Sheet I
r
Alternative prices are subject to appropriate PPI Increases per contract.
Confidential and Proprietary Information
Page 6
PASSENGER SIGNALS
BASE
Pull Cords Neutral or Yellow with Touch Pad at Wheelchair Location
BASE
Touch Tape on Window Mullions
$1,116.00_
BASE
Stop Request Button at Rear Door Stanchion
BASE
Additional Amber Sto Request Lam Mounted on Driver's Dash
$35.00
DRIVER'S BARRIER
BASE
Wra Around Fiber lass 35' 140' Low Floor
BASE
Wrap Around Fiberqlass with 3 Schedule Rack Cutouts (35'& 40' Only)
$61.00
BASE
Flat Melamine One Piece 29' Onl
BASE
STANCHIONS & GRAB RAILS
BASE
Powdercoated Door Handles, Vertical Stanchions, Hand Rails & Modesty Panel Tubes
BASE
SSTL Vertical Stanchions and Modesty Panel Tubes
$400.00
Powdercoated Vertical Stanchions Onl
$200.00
Vertical Stanchion at Front Wheelwells each
$76.00
Vinyl Grab Straps each
$20.00
SSTL Spring Loaded Grab Handle (eachy
$123.00
WINDOWS
SEEPAGE 19 FOR WINDOW OPTIONS
HEADLAMPS
BASE
4 Dialite LED Headli hts Hi h & Low Beam
BASE
Dual 4 Halogen Headlights
$676.00
2 Dialite LED Headlights Low Beam Only)
$1$9.00
Dinex STAR LED Headli ht system Low Beam On
$208.00
Dinex STAR LED Headlight system with Sound Alert Low Beam Only)
$321.00
UXILIARY EXTERIOR LAMPS
BASE
2 Red LED Brake Lamps Mounted to Bottom of HVAC Door
BASE
BASE
2 Red LED Brake Lamps Mounted at Upper Comers of HVAC Door
BASE
7" Tail Lights IPO 4"
$0.00
1 Red LED "STOP" Sign Mounted to Bottom of HVAC Door
$A34.00
2 Amber LED Turn Lams Mounted to Top of HVAC Door
$100.00
BASE
1 Trian le S le Amber LED Yield Sign Mounted on Streetside of HVAC Door
BASE
Delete Triangle Style Amber LED Yield Sign Mounted on Streetside of HVAC Door
$550.00
2 Additional Turn Signals Mounted on each Side of Bus total 4 per side
$115.00
Alternative prices are subject to appropriate PPI Increases per contract.
Confidential and Proprietary Information
Page 6
Colorado Mountain Purchasing Consortium •
Base Equipment
Price
Project # r r i►r
.;
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 7
PLEASURE RADIO
BASE
REI AM /FM /CD /MP3- USB /SD PLAYER,
BASE
Delete RE! AM /FM /CD/MP3- 1-ISB /SD PLAYER,
$350.00
COMMUNICATION RADIO SYSTEM
BASE
Motorola APX Series
BASE
Motorola APX Series
$4,500.00
Customer Specific 2-Way Radio System
Quote to Spec
PUBLIC ANNOUNCEMENT SYSTEM
BASE
PA via Clever Devices ITS System
BASE
Clever Devices Speak Easy 11
$1,140.00
INTELLIGENT VEHICLE SYSTEM
On -Board Hardware On!
BASE
Clever Devices IVN3 Complete ITS System Per Spec
BASE
Delete Clever Devices IVN3 Complete ITS System
$30,000.00
AVAIL ITS System Bud eta
Quote to Spec
[NIT ITS System (Budgetary)
Quote to Spec
Ira eze Transit Master ITS Sys tem (Budgetary)
Quote to Spec
Xerox ITS System (Budgetary)
Quote to S ec
Stand Alone UTA ARCS tem Does not include software or service fees
$6,174.00
Customer Specified ITS System
Quote to Spec
DESTINATION SIGNS
BASE
Luminator Horizon SMT 100% Amber LED Front & Curbside Signs
BASE
Twin Vision 100% AMBER LED Front & Curbside Signs
$0,00
Twin Vision Silver Series 100% LED Front, Curbside, A Rear Run Si ns
$938.00
Hanover 100% AMBER LED Front & Curbside Signs
$896.00
Add Luminator or Twin Vision Amber LED Rear Run Sin
$980.00
Add Hanover Amber LED Rear Run Sin
$606.00
Heated /Defroster for Front Sign Glazing
$214.00
White LED Signs
Quote to Spec
FARE COLLECTION
BASE
GFI Odyssey
BASE
Delete GFI Odyssey
$15 881 00
GFI Fast Fare
Quote
Diamond Model H with Spare Vault
$2,600.00
Diamond Model SV with Spare Vault
$1,601.00
Main T1 with Spare V1 Vault in Standard Paint Color
$938.00
Main M4 with Spare V4 Vault in Standard Paint Color
$840.00
Main SL5 with Spare V5 Vault in Standard Paint Color
$2,181.00
Denominator Manual Passen er Counter Rows X Tallies X $32
Farebox Guard
$187.00
Globe 60090 Transfer Cutter each
$63.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 7
GILLIG LLI
Colorado Mountain Purchasing Consortium BAFI
Base Equipment and Alternatives JUNE 19, 2016
Price Sheet
Project # CMPC-1 5-1-, TB-TFP
Alternative prices are subject to appropriate PPI Increases per contract.
Confidential and Proprietary Information
Page 8
FLOORING
BASE
I Green Wood Plywood with Altro Transflor
BASE
I RCA Rubber
400 -
1$ V.0.)
Full Composite Flooring
$2,500.00
ROOF HATCHES
BASE
Transpec Manual Hatch at Front and Rear Position
BASE
Delete Transpec Manual Hatch at Forward Position
($250.00)
1 Uivrade Hatch to Transparent Skylight Hatch (per position)
$103.00
ELECTRICAL / MULTIPLEXING
BASE
1/0 Controls, Dinex G3 System
BASE
Cole Hersee #12063 Electrical Tow Connector
$168.00
DRIVERS SUN SHADES
BASE
Roller &le with Pull .String Release
BASE
FIRE SUPPRESSION & METHANE DETECT—ION
BASE
Amerex V25 System Fire Suppression
BASE
BASE
Amerex Safe -Net Fire Suppression & (4) Sensor Methane Detection (CNG only)
BASE
Delete Fire Suppression (Diesel Onlyy_
($1,800,00)
SURVEILLANCE CAMERA SYSTEMS
BASE
UTC Penta, (8) Color Cameras, DVR & Audio
BASE
Delete UTC Penta, (8) Color Cameras, DVR & Audio
Seon E)plorer TX8, (8) Color Cameras, DVR & Audio
polio Road Runner, (8) Color Cameras, DVR & Audio
($6,941.00)
Quote to Spec
—Quote to Spec
Transit Solutions, (8) Color Cameras, X-DIVIR8 DVR & Audio
Quote to Spec
REI HD8000,(8) Color Cameras, DVR & Audio
Quote to Spec
lSafe
!X Vision SVR 4108, (8) Color Cameras, DVR & Audio
Quote to Spec
JEngine
Compt SWAT Switch
$275.00
BICYCLE RACKS
-
BASE
Snoftvwjnrkq ni , Two Bikes, Stainless Steel
BASE
Sportworks DI-2, Two Bikes, Black Powdercoated
($269.00)
Delete SR2rtworks DI-2, Two Bikes, Stainless Steel
$880.00)
Bike Rack Deployed Indicator Lamp on Drivers Dash
$30.00
Mounting Brackets and Pivot Plate Only
$253.00
Bike Rack Mounted Advertising Frame, 21" X 40"
$274.00 --1
Alternative prices are subject to appropriate PPI Increases per contract.
Confidential and Proprietary Information
Page 8
Colorado Mountain Purchasing Consortium •
Base Equipment `
7n Alternatives
Price Sheet
Project # P
Alternative prices are subject to appropriate PPI Increases per contract.
Confidential and Proprietary Information
Page 9
SAFETY EQUIPMENT
BASE
Fire Extinguisher and Safety Triangle Kit
BASE
MY Four Unit First Aid Kit
BASE
Blood Bom Pathogen Kit
BASE
iidh eei Chocks er set
$35.00
$35.00
DRIVER'S DASH
BASE
Air Pressure & Speedometer
BASE
Diesel Exhaust Fluid (Required for Diesel and H brid
BASE
Additional Gau es (each)
BASE
BASE
Diesel Gauge Included in Fuel Section
$50.00
110 Multi Function Dis la MFD
BASE
12v Power Port
$32
,258.0
,
Gal Cu Holder
$
-Big
Euramatie Folding Style Cu Holder
$35.00
Trash Bag Holder
$25.00
$75.00
ACCELERATOR / BRAKE FOOT CONTROLS
BASE
Kon rg Adjustable Throttle / Brake Pedal
I
Williams Controls 45degree Throttle Pedal non adjustable
BASE
$795.00
PAINTIDECALS
BASE
Three Paint Passes
Add/Delete Each Paint Pass
BASE
E
Clear Coat
$941.00
BASE
Basic Non - Reflective Exterior Lo o Decals
$850.00
Delete Basic Non - Reflective Exterior Loo Decals
E
BASE
Custom Paint and /or Decal Desi n
$3,37
Gilli Provide Design Services for Paint/Decal La ut
QUOTE
$500.00
ROOF NUMBERS
BASE
None
Roof Numbers (Up to Four 24" High Decals
BASE
$125.00
Alternative prices are subject to appropriate PPI Increases per contract.
Confidential and Proprietary Information
Page 9
GILLIG LLC
Colorado Mountain Purchasing Consortium •
' ; Eqipt d Alternatives JUNE 19,2015
Price Sheet
-m-sa
PASSENGER WINDOW OPTIONS
Dura Hidden Frame/Bonded - !ransom
bura Standard Emme, Safety Glass - Transom
Dura Hidden Frame/Bonded - Full Fixed
Dura Standard Frame, Safety Glass - Full Fixed
Add —Thermo Guard to Dura Standard Frame
Add Thermo Guard to Dura Hidden Frame/Bonded
1 30.
BASE
($1,g54 0 0)
Quote
Quote -
Quote
Quote
35'
BASE
T
Quote
Quote
a-U-0-t-e
Quote
BASE
($2,447,00)
Quote
Quote
Quote
Quote
INTERIOR LIGHTING
OPTIONS
Pretoria LED 40ting System w/Reading Lamps
30'
BASE
35'
BASE
40'
BASE
Delete Reading Lamps
Dinex - LED Lighting System w/out Reading Lamps
Pretoria LED Lighting System w/out Reading Lamps
Open Bottom Racks - Full Length
Suburban Package Rack
_($300 00)
($105,0o)
($300,0c))
$6,762.00
$10,082-00—
$-Jr)
($'waoo)
($300,00)
$11,266.00
—$11,663.00
'13300,00)
(simm)
("300,00)
$13,695.00
$13,809.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 1
Colorado Mountain Purchasing Consortium GILLIG LLC
BAFO
Diesel Trolley Equipment and Alternatives JUNE 19,2015
Price Sheet
TROLLEY PACKAGE
OPTIONS
OPTIONS
30'
35' 40'
$69,106.00 $77,061.00
Base Package Diesel`
$61,494.00
Roof Cupola Assembly
Solid Brass SF Cable Car Bell
INCLUDED
INCLUDED INCLUDED
Exterior WoDd Like Trim Installed On: Cupola,
INCLUDED
INCLUDED INCLUDED
Front & Rear Overhang Eaves, Arches, Window
Mullions, Window Sills, Rub Rails, Skirt Panels,
INCLUDED
INCLUDED INCLUDED
Front & Rear Door, Front & Rear Bumper.
Interior Vinyl Seat Cushions
$3074.00
Reference Layout.
,363.00
Interior Trim Includes Solid American White Oak
Trim an: Ceiling Panel Strips, Window Tops &
Sills, Overhead Passenger Light Panels, Driver's
INCLUDED
INCLUDED
INCLUDED
Dash Area.
Vintage Style Vinyl G cs: Cupola Window &
Exterior Window Graphic Motifs, Standard Gold - -
__
Vinyl Pinstriping, Exterior Graphics Banner
INCLUDED
INCLUDED
INCLUDED
Package, Interior Graphics Banner at Rear 1/0
Enclosure, Exterior Bus Numbers, Gold Battery
Disconnect Decal. Reference Layout
Cow Catcher
$3,036.00
$3,036.00
$3,036.00
Roof Accent LED Rope Lighting
$3,036.00
$3,149.00
$3,261.00
Front Center Trolley Light
$594.00
$504.00
$594,00
Exterior Roof Mounted Sign Boards CS & RS
$3,624.00
$3 62490
�
$3,624.00
Front Roof Hatch Accomodations - - ____ --
$794.00
$794.00
_-
$794.00
WOODEN TROLLEY PASSENGER
SEAT
OPTIONS
Base 30'
Base 35'
Base 40'
26 Passengers
32} Passengers
38 Passengers
Vintage Style Trolley Seating; Solid American
White Oak Milled Wood Slats, Bull Nose Top &
Bottom Roundover Edges.
$9,817.00
$8,147.00
$8,209.00
Interior Vinyl Seat Cushions
$3074.00
$3,881.00
,363.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 1
GILLIG LLC
COLORADO MOUNTAIN PURCHASING CONSORTIUM BAFO
RECOMMENDED TOOLS LIST JUNE 19, 2015
DIESEL AND CNG LOW FLOOR
LAPTOPS
82 -19526 -000
82- 19526 -001
COMPUTER, LAPTOP DELL
LAPTOP, TOUGHBOOK CF31
$
$
1,470.24
4,281 27
CUMMINS TOOLS
82- 17098 -XXXXX
82 -23481 -003
SOFTWARE, INSITE LITE SUBSCRIPTION
KIT,DATALINK ADAPTER
$
$
710.00
1,119.00
ALLISON TOOLS
82 -64140 -000
82- 63714 -002
SOFTWARE, ALLISON DOG 11.0.1 DOWNLOAD
KIT, WIRELESS /USB TRANSLATOR, ALLISON
$
$
707.00
1,143.00
ABS TOOLS
82- 24262 -000
WABCO SOFTWARE, ABS TOOLBOX
$
479.00
LUMINATOR SIGN TOOLS
82- 40732 -000
82 -63118 -000
SOFTWARE, IPS PROGRAM
STICK, USB MEMORY (BLANK)
$
$
500.00
70.00
HVAC TOOLS
82 -58779 -001
TOOL, INTELLIGARE 111,SMART PAC
$
1,231.00
1/O TOOLS
82- 40737 -004
82- 40737 -001
82 -40737 -003
82 -40737 -005
MODULE, CIRCUIT TESTER **
MODULE,PROGRAM LOADER CHARGER **
MODULE, ID WRITER/VERIFICATION **
MODULE,DIAGNOSTIC TOOL FOR USB °*
$
$
$
$
2,165.00
1,273.00
349.00
572.00
GILLIG LLC
BAFO
June 19, 2015
COLORADO MOUNTAIN PURCHASING CONSORTIUM
TRAINING OPTIONS/PRICING
Please reference the attached "Training Program and Technical Services Support
infermation and Clarification" sheet for further (1, etalls
GILLIG Provided Training
(24) hours of Maintenance up to (10) students $5,000.00
(24) hours of Electrical up to (10) students $5,000.00
(24) hours of Parts & Support Familiarization up to (10) students $0.00
(4X) times per year On-Site Training at one (1) location $20,000.00
GILLIG Training DVDIs
(1) Complete set of GILLIG Training DVD's $0.00
(per attached sheet)
Assist in Developing Assessment Tests $0.00
(per attached sheet)
DVD Licensing Fees $0.00
(per attached sheet)
Production of DVDIs for Three Subject Courses Simultaneously $54,000-00
(per attached sheet)
GILLIG Service Adviser Visits
Service Advisor Visits Package $39,500.00
(per attached sheet)
GILLIG LLC
BAFO
JUNE 19, 2015
� - 11 1 1 IWIMA *I I V
111N YoRKYA REV I 111M. MLo a "IT77.1 I rsw�
A. ■ GILLIG Provided Training and Component Supplier Provided Training
Please reference Colorado Mountain Purchasing Consortium Training Options/Pricing
sheet submitted with our BAFO.
The GILLIG Provided Training will be performed at the CMPC member agency site
location. The Luminator and Lift-U Ramp training will be performed at the CMPC
member agency site location.
The Cummins, Allison and Thermo King training will be performed at their
respective distributor/dealer locations that are authorized ' to perform the training.
Training instructors of these suppliers may be able to perform certain training at the
CMPC member agency site location at additional cost. These additional costs can be
determined at time of training when the specific training requirements and locations
are known.
On Site Training at One Designated Location in Colorado Four Times Per Year
GILLIG can perform this on site training at a single designated location for each week
in Colorado four times per year (one 3 day training session each time) but requires the
CMPC to purchase and reserve each session at least 6 months prior to actual training
dates. The cost of $20,000 includes four 3--44y training sessions and can be tailored to
your specific requirements. Based on past experience, we suggest class size to be only
12 students, not 20-25 students. GILLIG will provide one trainer for this training
segment. GILLIG will need a large enough room to accommodate the students and
instructor as well as a digital projector with large dry erase board and screen. A bus
needs to be available for the hands on portion of the class,
B. GILLIG agrees to the distribution of the GILLIG Training DVDs in the CMPC online
training environment. Distribution of these DVDs are only allowed to CMPC
member agencies and are at no additional charge (unauthorized distribution is strictly
prohibited). Should the CMPC wish to standardize or customize some of the material
presented to better meet their training needs, GILLIG will require review and
authorization of these changes by our Field Service Training Department and
Engineering Department. The appropriate contact at GILLIG is Eric Ocampo,
Service Manager, phone 510-785-1500.
GILLIG will assist the CMPC in developing associated tests and assessments to
accompany CMPC on line training DVDs and include four "20 Question Assessment"
tests per year for the five year contract.
GILLIG LLC
BAFO
JUNE l9, 20I5
The following training DVDs are already produced and are included in the base bus
prices.
- Air System
- After-treatment System
- Brake System
- Multiplex Electrical System
- Door Systems
- Hydraulic System
- Steering System
Suspension System
Wheel Chair Ramp System
Engine Cooling System
To produce other training DVDs, a cost of $54,000 will apply. This cost includes the
script writing, trainer, film contract and editing of one group of DVDs that include
three different subject courses. Please note that there is a twelve month development
and production time after receipt of purchase order for any additional new DVD
requirements.
C. GILLIG Service Adviser Visits
GILLIG is willing to accommodate the CMPC request for a Service Advisor visit, to
occur twice per year for 1-2 days at each CMPC agency (not to exceed 2- 3 week total
duration per visit), provided Service Advisor's time will be scheduled one year in
advance. Typically our trainers travel on Mondays and Fridays of each week. The
package cost per year (ie, quantity two of 2-3 week visit) is $39,500.
GILLIG LLC
LOW FLOOR TRANSIT COACH
STANDARD LIMITED WARRANTY & EXTENDED COVERAGE
FOR
COLORADO MOUNTAIN PURCHASING CONSORTIUM — BEST & FINAL OFFER JUNE 2015
GH,LIG LLC warrants to the original purchaser, that Its transit coaches, save and except for those major component
assemblies and other parts described below which are separately warranted by their respective manufacturer's
(OEM's), will be FREE FROM DEFECTS IN MATERIAL AND WORKMANSHIP UNDER NORMAL USE
AND SERVICE, for the distance or time periods specified in the attached, and agrees to REPAIR or REPLACE the
defective parts AT NO COST TO THE PURCHASER. This is a limited warranty subject to the provisions stated
below and is referred to as GILLIG's Standard Limited Warranty.
This warranty DOES NOT COVER malfunction or failure resulting from the purchaser's or its agents or employees
alteration, misuse, abuse, accident, neglect or failure to perform normal preventive maintenance as outlined in
GILLIG's Service Manual, nor does it cover components or assemblies not originally provided by GILLIG. Further,
this warranty DOES NOT APPLY to normal replacement items such as light bulbs, seals, filters or bushings, nor to
consumable items such as belts, tires, brake linings or drums.
PURCHASER'S SOLE REMEDIES FOR LIABILITY OF ANY KIND WITH RESPECT TO THE
PRODUCTS FURNISHED UNDER THIS WARRANTY AND ANY OTHER PERFORMANCE BY GILLIG
UNDER OR PURSUANT TO THIS WARRANTY, OR WITH RESPECT- TO PURCHASER'S USE
THEREOF, INCLUDING NEGLIGENCE, SHALL BE LIMITED TO THE REMEDIES PROVIDED IN
THIS WARRANTY AND SHALL IN NO EVENT INCLUDE ANY INCIDENTAL, INDIRECT, SPECIAL
OR CONSEQUENTIAL DAMAGES OR LOSS OF USE, REVENUE OR PROFIT. IN NO EVENT SHALL
GILLIG'S LIABILITY FOR DAMAGES WITH RESPECT TO ANY OF THE PRODUCTS COVERED
UNDER THIS WARRANTY EXCEED THE AMOUNT PAID BY THE PURCHASER TO GILLIG FOR
SUCH PRODUCTS.
GILLIG DOES NOT WARRANT some major component assemblies (such as the engines, transmissions and air
conditioning systems) which are warranted by their respective manufacturers (OEM's) and identified as Category 3
items on page three (3) of this Warranty. Warranty coverage for these items is as defined in those manufacturer's
own warranty documents and per their terms and conditions, and as administered by their own support networks.
GILLIG makes NO OTHER WARRANTIES, except as stated herein, and GILLIG's obligation under this warranty
is LIMITED AND FULLY DESCRIBED HEREIN. Determination of warrantable defects is at GILLIG's (or the
OEM's) discretion and will require inspection of failed components. Correction or compensation under this warranty
for Category 1 and Category 2 items cannot be made unless requested on a GILLIG Application for Warranty Claim
form and in accordance with the claim procedure established by GILLIG.
THIS WARRANTY IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTY EXPRESSED OR IMPLIED,
but if such has legal status, it CANNOT EXCEED THE DURATIONS STATED HEREIN. This warranty gives
the purchaser specific legal rights and some state statutes may include other rights.
This is GILLIG's sole warranty with respect to its transit coaches. GILLIG MAKES NO OTHER WARRANTY
OF ANY KIND WHATEVER, EXPRESS OR IMPLIED; AND ALL IMPLIED WARRANTIES OF
MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE WHICH EXCEED THE
AFORESAID OBLIGATION ARE HEREBY DISCLAIMED BY GILLIG AND EXCLUDED FROM THIS
AGREEMENT.
Standard & Extended
Revised: 3/31/15
Page 1 of 5
GILLIG LLC
LOW FLOOR TRANSIT COACH
STANDARD LIMITED WARRANTY & EXTENDED COVERAGE
FOR
COLORADO MOUNTAIN PURCHASING CONSORTIUM - BEST & FINAL OFFER JUNE 2015
GILLIG's Standard Limited Warranty which covers Category I and Category 2 parts, components and
assemblies, covers the following systems, components or assemblies for the period specified, and includes
100% PARTS AND LABOR to repair or replace the defective components as determined by GILLIG. (See
Page 3 for explanation of notes (1)-(7).)
Includes GILLIG manufactured or assembled components and systems as well as some purchased assemblies.
Warranty and warranty claims administration provided by GILLIG.
-CoveraLye Period (1) -
Months Afikl
FULL COACH WARRANTY (2) (3) (7) 12 50,000
BODY STRUCTURE WARRANTY (4) 36 150,000
CORROSION & STRUCTURAL
INTEGRITY WARRANTY (5) 144 500,000
CATEGORY
Includes major components purchased and installed by GILLIG. Warranty provided by component OEM's.
Warranty claims administration provided by GILLIG.
AXLE
Meritor Front Steering 24 Unlimited
Meritor Rear Driving
24
Unlimited
BRAKE SYSTEM
(Excludes Friction Material)
Bendix Valves 24 100,000
Meritor Brakes 24 100,000
RADIATOR & CHARGE AIR COOLER
Modine
24 100,000
Standard & Extended
Revised 3/31/15
Page 2 of 5
GILLIG LLC
LOW FLOOR TRANSIT COACH
STANDARD LIMITED WARRANTY & EXTENDED COVERAGE
FOR
COLORADO MOUNTAIN PURCHASING CONSORTIUM - BEST & FINAL OFFER JUNE 2015
Major components listed below under "Category 3" are covered by warranties or extended coverages( , for the
miles and/or months indicated, provided by the manufacturer (OEM's) ofthose components. Purchasers should
refer to specific OEM warranty documents for details. Warranty claims are and will be administered by the
respective manufacturers (OEM's) and all warranty claims must be made directly to said manufacturers.
GILLIG will assist purchasers in dealing with these OEM's and warranty issues that may arise from time to
time.
CATEGORY 3
Standard & Extended
Revised: 3/31/15
Page 3 of 5
Coverage Period 0)
Months
Miles
ENGINE (7)
Cummins ISL 280, ISIrG 280
24
Unlimited
ENGINE ACCESSORIES
Delco Starter
36
350,000
Niehoff Alternator
24
Unlimited
TRANSMISSION
Allison B40OR
24
Unlimited
AIR CONDITIONING SYSTEM
'Mermo King
24
Not applicable
WHEELCHAIR RAMP
Lift -U LU -18
24
Unlimited
EMISSIONS CONTROL SYSTEMS
60
100,000
VIDEO SURVEILLANCE SYSTEM
24
100,000
DOOR SYSTEM
Vapor
12
100,000
Standard & Extended
Revised: 3/31/15
Page 3 of 5
Low Floor Transit Coach Emission Warranty
GILLIG warrants to the ultimate purchaser and each subsequent purchaser that the new vehicle is
designed, built and equipped so it conforms at the time of sale to the ultimate purchaser with all
U.S. f°dderal emissions regulations applicable at the time of manufacture and that it is free
from defects in materials or workmanship which would cause the vchicle to fail to not meet these
regulations within five years or 100,000 miles of operation, whichever occurs first, as measured
from the date the vehicle is placed into service. In no case may this period be less than the
Standard Limited Warranty where applicable to emission warrantable parts. If the
ultimate purchaser registers the vehicle in the state of California (or any other state following
the applicable California Air Resources Board regulations) a separate California Emissions
Warranty applies.
GILLIG warrants to the ultimate purchaser that registers the vehicle in the state of California (or any other
state following the applicable California Air Resources Board regulations), and each subsequent purchaser,
that the new vehicle is designed, built and equipped so it conforms at the time of sale to the ultimate
purchaser with all applicable regulations adopted by the California Air Resources Board at the time
of manufacture and that it is free from defects in materials or workmanship which would cause the
vehicle to fail to not meet these regulations within five years, 100,000 miles or 3000 hours of
operation, whichever occurs first, as measured from the date the vehicle is placed into service. In no case
may this period be less than the basic mechanical warranty provided to the purchaser of the engine.
GILLIG warrants to the ultimate purchaser and each subsequent purchaser that the tires on this vehicle
conform at the time of sale to the ultimate purchaser with all U.S federal emissions regulations and all
applicable regulations adopted by the California Air Resources Board at the time of manufacture and are free
from defects in materials or workmanship which would cause the vehicle to fail to not meet these regulations
for a period of 2 years or 24,000 miles, whichever occurs first.
This list of emission control parts may be covered by the Emission Warranty under certain
failure modes.
• Ambient Air Temperature Sensor
• Charge Air Cooler and associated plumbing
• Wire harness circuits connected at both ends to emissions warrantable components
• Exhaust gas pipes from turbocharger out to the last after treatment device
• Urea quality sensor
• Urea tank, heating element, level sensor, temperature sensor, coolant control valve
• Urea lines and line heater controls
• On -Board Diagnostic (OBD) Malfunction Indicator Lamp (MIL)
• Diesel Exhaust Fluid (DEF) Lamp
• OBD Connector
Standard & Extended
Revised: 3/31/15
Page 4 of 5
NOTES
(1) Coverage ceases at the first expiration of the time or distance noted.
(2) Full coach warranty includes and applies to electrical, doors, seats, flooring, roof hatches, destination
signs, wheelchair ramp, handrails, radio, P.A., etc., but not to NS systems or special options.
(3) Fleet defect coverage is for a maximum of 12 months or 50.,000 miles and includes, all components
and assemblies on the vehicle.
(4) Basic body structure warranty includes and applies to structural members in the body and
undercarriage including the structural members in the suspensions.
(5) The corrosion and structural integrity guarantee covers against a significant loss of structural integrity
of the assembly or its functional performance, resulting from a pertinent loss of cross-section due to
corrosion caused by normal environmental elements but excludes corrosion caused by aggressive road
de-icers such as Magnesium Chloride or equivalents, unless Gillig approved preventative measures are
taken (see Service Manual).
(6) Extended coverage may not duplicate Standard Limited warranty coverage. Note: Please refer to OEM
warranty documents for details.
(7) Use of non-ASTM biodiesel blends from non-BQ9000 suppliers in excess of B20 may void the engine
manufacturer's warranty on fuel related components, and also may void warranties ofhoses, seals and
fittings in contact with the fuel.
Standard & Extended
Revised- 3/31/15
Page 5 of 5
tlO11�IIII o mall
Ni�W114P�IM k'.NI�J.111 u� uu�an� wm� o�ty�n ox� �ouv�m��mnunumi�wnonumrmmu�. mnimwuuuw; os��uwxm�wrvnunuuuniwnwmwwuivwuuuua�xuuu�muouwiouuniunnrv�mxu��uu�uonuu�imxn�; mrvowimnaimimnuvmoouvuuuiuuxnmiuui�uux�ximrnmwuurmannnuvan�w�i�, nnmm�iunononoimumw�nuwinn�wiumm�vwnoxrc�unmm���numxmunnnunuaMVwwrc�ww� .iw
PRICING CLARIFICATION
All the following general comments and clarifications may not apply to your specific
procurement, but they are included so as to avoid misunderstandings, so they should not be
construed as making this a conditional bid. These comments do not change the auoted
pricing for the initial order and build.
TAXIFEE STATEMENT
The prices quoted for this procurement are for the specified deliverables only and exclude
(unless specifically noted by buyer or seller) any Local, City, County, State, Franchise or
Income or Value Added(VAT) taxes, tariffs, fees, business licenses, or other licenses, that
may need to be paid as part of the performance of this contract, or any option of it. If any
additional fees are required, they will be noted and added to the appropriate invoice.
PAYMENT
All Prices are in U.S. Dollars and payments are only accepted on U.S. bank checks or via
electronic funds transfers, (no credit, debit or bank cards) and any applicable transaction fees
would be the responsibility of the buyer.
EMISSIONS AND OTHER REGULATED OR MANDATED CHANGES
The prices quoted for the initial build auantitY are for vehicles meetin all a plicahle Federal
and State regulations (including EPA, CARB, or NHTSA requirements) currently known to
be in effect at the time of delivery of those vehicles. Chan Yes caused by or related to
future regulations, any subsequently enacted regulations, or technologies necessitating
revisions from the. currently proposed vehicle configuration (e.g. component
change /availability due to emission or other regulations, requirements or mandates), may
require a price adjustment, which would be subject to negotiation and agreement by both
Gillig and the buyer. This latter statement applies to future builds only that may need to use
different components or currently unknown or unavailable technology, to meet regulations or
requirements in effect at the time(s) of those optional deliveries(e.g. costs or technologies to
meet 2017 emission requirements are currently unknown).
OPTIONAL BUILD PRICING
Most bids include a PPI adjuster to determine pricing for future builds, and this is to clarify
that bus pricing for such future build quantities may be different from the PPI adjusted price
because of the above regulated/mandated changes and/or due to customer initiated change
notices.
� l
Byu
J SEPH POLICARPIO
TITLE VICE PRESIDENT
DATE JUNE 19, 2015
I/M2007(2 -13)
Colorado Mountain
Purchasing Consortium
BAFO
JUNE 19, 2015
Section 9
Please note in your deviation if you exceed the specification, do not meet the
specification, or are providing an alternative to the specification.
Deviation No.:
Contractor:
RFP section:
Page:
1
GILLIG LLC
VM 11.1.8 EMISSION CONTROL SYSTEM]m-3
❑Exceed - - -- _
I Do Not t -Meet
a Provide Alternative
Complete description of Deviation:
The Contractor warrants the emission control system for five years or 250,000 miles,
whichever comes first. The ECS shall include, but is not limited to, the following
components:
complete exhaust system, including catalytic converter (if required)
• after treatment device
components identified as emission control devices
Rationale (pros and cons):
GILLIG cannot offer a 5yr/250,000 mile warranty on the Emission Control System
(ECS) as identified in WR 1.1.5. GILLIG's request to purchase this ECS warranty from
Cummins has been denied. Therefore, GILLIG is not able to offer the requested
warranty to the Colorado Mountain Purchasing Consortium and will offer the standard
Cummins Emission Control System (ECS) warranty of 5yr/100,000 miles in
accordance with the Cummins warranty provisions.
13
v� pw m
�WinW�u �IV�
a,.....,,
PACKAGE 2: PRICE PROPOSAL
5. Explanation of Method for Price Adjustments of Base Pricing Proposed
Because the CMPC member agencies will be ordering vehicle configurations
that will vary from the base RFTA vehicle specified in Section 6, Proposer is to
describe and document the process for transparent non - cardinal change price
adjustments to the base price proposed to justify a fair and reasonable price
when modifying orders to accommodate various CMPC member needs.
GILLIG has quoted the vehicle configurations requested in the proposal along with
options pricing for various components.
GILLIG can quote on request additional non - cardinal change price adjustments to the
base price for the CMPC review and approval prior to modifying orders based on CMPC
member needs.
Should an option be requested from one of the CMPC member agencies which is not
listed in GILLIG's listing of Optional and Alternative Equipment, GILLIG will provide a
quote based on then current information, vendor pricing and other quoted contracts. In
the event that a mutually agreeable price cannot be determined, GILLIG will assist the
CMPC member in identifying an alternative selection which may include foregoing the
requested item.
In compliance with your specifications, Subject to the CMPC's right to order
modifications, any vehicles purchased under assignment shall have the same
specifications as the vehicles purchased under this Contract.
The price of the vehicles for purchase after the first contract year (2016 -2020) shall be
the unit price of the 2015 ("Base Order Price ") vehicles, adjusted by multiplying the
base order price by the following fraction:
Latest Published Preliminary Index Number Prior to Notice of Order of
Indentified Quantity(Yes) in Year 2015 -2020 J Index Number on . Effective
Date of the Contract
The Index shall be the Producer Price Index for Truck and Bus Bodies, Series No.
1413, published by the United States Department of Labor, Bureau of Labor Statistics,
or if such Index is no longer in use, then such replacement that is most comparable to
the Index as may be designated by the Bureau of Labor Statistics, or as agreed by the
parties.
Thursday, July 2, 2015 3:27:08 PM MT
Subject: Re: Colorado Mountain Purchasing Consortium BAFO Request to Gillig, revision 4
Date: Wednesday, July 1, 2015 5:51:15 PM MT
From: ann @raeconsultants.com
To: Ben.Grunat @gillig.com, Javier. HernandezJr @gillig.com, Joe.Saldana @gillig.com,
Joseph. Policarpio @gillig.com, Maribel.Gonzalez @gillig.com
CC: Will Jones, Kenny Osier, Kelley Collier, Tom Russell, Lewis - Baker, Maribeth, Kathy Young, Blake
Shultz
Priority: High
All,
I just received last minute clarification from the additional CMPC member agency that had planned to order in
2015, University of Wyoming. They need two (2) 35 foot diesels to be ordered this year but do not need to take
delivery of these buses in 2015. They can take delivery of them in winter or spring 2016. They have asked though
that this does not extend to summer 2016. Please also confirm in the BAFO response that if also placed by
8/30/15, these two additional orders can be delivered by 4/30/16.
Ann Beauvais
RAE Consultants, Inc.
PO Box 7639
Denver, CO 80207
(p) 719 - 447 -7623
ann @raeconsultants.com
ambeauvais @hotmail.com
From: Ann Beauvais <ann@raeconsultants.co >
Date: Wednesday, July 1, 2015 5:03 PM
All,
Per the conversation this morning by phone, the CMPC is requesting that Gillig, LLC submit a revised Best and
Final Offer (BAFO) document that modifies the BAFO submitted on June 26, 2015.
Revisions and clarifications are to include:
• Removal of all training and technical service options and pricing requested in the original CMPC BAFO
request dated June 3, 2015.
• Removal of any associated overhead charges added to the base cost per bus as a result of the training and
technical support options requested in the BAFO request of 6/3/15.
• Detailed explanation of the remaining additional base cost charges added in the BAFO submitted by Gillig
on June 26, 2015. Please explain what these cost increases are for in detail.
Page 1 oft
• The CMPC has reviewed the orders to be placed and received in 2015. There will be two (2) orders placed
for 30 foot diesel buses and two (2) orders placed for 35 foot CNG buses. Please respond, if these orders
are placed as final and firm by August 30, 2015, can Gillig build and deliver these buses to the Town of
Breckenridge and City of Greeley respectively by December 18th, 2015? If the answer is no, what date is
Gillig proposing delivery by?
Please submit the revised BAFO by email and hard copy to me no later than 5pm MDT on Friday, July 10, 2015.
We welcome a revised document sooner than July 10 if at all possible. Please mail the document to:
Ann Beauvais
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
Ann Beauvais
RAE Consultants, Inc.
PO Box 7639
Denver, CO 80207
(p) 719 - 447 -7623
ann@raeconsultants.corn
ambeauvais@hatrnail.cam
Page 2 oft
Post Office Box 3008
Hayward, CA 94540-3008
(510) 785-1500
FAX: (510) 785-6819
July 9, 2015
Ann Beauvais
CMPC Program Administrator
RAE CONSULTANTS, INC.
2212 West Platte Avenue
Colorado Springs, CO 80904
RE: CMPC-15-LTB-RFP REQUEST FOR BEST AND FINAL OFFER
DATE DUE: JULY 10, 2015 AT 5:OOPM
Dear Ms. Beauvais:
In response to your fourth Request for Best and Final Offer, received via e-mail on July 1, 2015
GILLIG would like to respond as follows. For convenience sake, we have listed your request first
followed by GILLIG's responses.
1. After what was submitted, we need to clarify what we were requesting in terms of pricing
for extended warranties. On May 11, in a clarification sent by GILLIG, item number 10
(see attached) warranties were itemized and listed as an additional cost. In the BAFO
request, we asked for this information to be translated to updated order forms NOT as an
addition to the base cost, but as an addition to the extended warranty section of the price
proposal form, itemized as it was in the clarification submission. The CMPC needs
extended warranties offered to them as an official price quote, but not as an increase to the
base cost. If you require further clarification, please contact me ahead of further
submissions.
GILLIG RESPONSE: As requested, GILLIG has provided itemized pricing for the
extended coverages for Cummins and Allison. The prices are located in the Extended
Warranties section for each model bus proposed.
2. We requested an example to be included with the price adjustment explanation and in our
phone discussions with GILLIG, we were told this could be provided. Please include an
example of how GILLIG will provide pricing based on current information, vendor pricing
and other quoted contracts.
GILLIG RESPONSE: Should an option be requested from one of the CMPC member
agencies which is not listed in GILLIG's listing of Optional and Alternative Equipment,
GILLIG will provide a quote based on then current information, vendor pricing and other
quoted contracts. Given the extensive list of options provided with GILLIG's proposal, it
is difficult to identify an option which was not included in our list. As an example, had
GILLIG not provided a quote in our list for the manual passenger counter and had a
customer requested an lx8 manual passenger counter, the customer would have been
. . . ..... .
Request 141 for Best and final Offer
CNCPC- i 5 -UrB -R F"P
July 9. 201
2'';Page
presented a price of $256 by our Project Sales Manager. The attached Klamath Falls price
list shows the same price as would have been quoted to the customer and could be provided
to support the quoted price. GILLIG could also provide a copy of a price summary for
another customer showing the same price had been quoted to other customers. In the event
that a mutually agreeable price cannot be determined, GILLIG will assist the CMPC
member in identifying an alternative selection which may include foregoing the requested
item.
3. Please explain to me (in an email is fine) if the proposal deviation included on page 40 of
the PDF submission (attached) is a new proposal deviation or one that was submitted
previously.
GILLIG RESPONSE: GILLIG would like to confirm that the deviation included is
indeed a new deviation and was not included with our initial proposal. GILLIG was not
able to purchase the desired Emission Control System (ECS) being requested by the CMPC
from Cummins. Cummins will not offer a 5yr/250,000 mile warranty for the ECS.
4. Removal of all training and technical service options and pricing requested in the original
CMPC BAFO request dated June 3, 2015.
GILLIG RESPONSE: Please refer to the revised "Colorado Mountain Purchasing
Consortium Training Options /Pricing" sheet and "Training Program & Technical /Service
Support Information and Clarification" sheet.
5. Removal of any associated overhead charges added to the base cost per bus as a result of
the training and technical support options requested in the BAFO request of 6/3/15.
Detailed explanation of the remaining additional base cost charges added in the BAFO
submitted by GILLIG on June 26, 2015. Please explain what these cost increases are for in
detail.
GILLIG RESPONSE: GILLIG has removed all of the associated charges from the base
bus that applied to the extra training and technical support options that were requested in
the BAFO dated June 3, 2015. Our proposal no longer includes those training and technical
support options and any inclusion of those requests at a later date will be negotiated
according to the exact requirements at that time.
The remaining additional charges in the base bus prices are a result of our increased costs
in materials related to the delayed timing of contract award and the final design of our 2416
OBD that is required by the EPA.
6. The CMPC has reviewed the orders to be placed and received in 2015. There will be two
(2) orders placed for 30 foot diesel buses and two (2) orders placed for 35 foot CNG buses.
Please respond, if these orders are placed as final and firm by August 30, 2015, can GILLIG
build and deliver these buses to the Town of Breckenridge and City of Greeley respectively
by December 18th, 2015? If the answer is no, what date is GILLIG proposing delivery by?
Request u4 for Bast and Final 01 %r
Cl9PC-t5-f: FB -RFP
Judy 9, 2015
3;Page
The University of Wyoming needs two (2) 35 foot diesels to be ordered this year but do
not need to take delivery of these buses in 2015. They can take delivery of them in winter
or spring 2016. They have asked though that this does not extend to summer 2016. Please
also confirm in the BAPO response that if also placed by 8/30/15, these two additional
orders can be delivered by 4/30/16.
GILLIG RESPONSE: Based upon our firm order backlog and the timeline required to
process any new incoming order, it is not possible for us to deliver buses by December 18,
2015. However, GILLIG will commit to reserving six (6) bus production slots for the
CMPC with deliveries prior to April 30, 2016 provided firm purchase orders are received
prior to August 30, 2015.
We thank you for this opportunity and please let us know if you have any further questions.
Sincerely,
Joseph Policarpio
Vice President
GILLIG LLC
25800 Clawiter Road
Hayward, CA 94545
Phone: 800 - 735 -1500
JP:as
Enclosures
CC: Benjamin M. Grunat, Director of National Sales
Javier Hernandez, Jr., Director of Project Sales Management
Joe Saldana, Regional Sales Manager
ENGINE OIL EXTRACTOR; TITAN PROBALYZER
TRANSMISSION OIL EXTRACTOR; TITAN PROBALYZER
VEEDEROOT MECHANICAL HUBODOMETER
FUEL GAUGE @ DASH
ENGINE HOUR METER @ REAR RUN BOX
VOLTMETER @ DASH OR REAR RUN BOX
TRANSMISSION TEMP GAUGE @ DASH
DASH MOUNTED FAN
DELETE EMCO WHEATON FUEL FILL
MANUAL PASSANGER COUNTER (I ROW X 8 TALLY)
FAREBOX GUARD
HEATED FRONT SIGN GLAZING
SPORT WORKS DL2 MOUNTING BRACKETS ONLY
SAMPLE
COST
$44.00
$44.00
$72.00
$134.00
$50.00
$50.00
$50.00
$76.00
<$273.00>
$256.00
$144.00
$210.00
$298.00
FEBRUARY 25 2019
Colorado Mountain
Purchasing Consortium
CER 8. Price Proposal Form
Complete and submit one form for each vehicle length proposed.
GILLIG LLC
BAFO
JULY 9, 2015
Section
Base Model Components I Specify Manufacturer j Model Number
1. Bus Model and Design
(BRT is base primary
design)
WA99=—
3. Transmission
4. Driver Seat
5. Passenger Seat
6. Wheelchair Securement
7. Air Conditioning System
TOTAL BASE COST
(Year 1):
CUMMINS 1 ISL 280HP
AMSECO 1 N2003 & 6466
AMSECO & Q'STRAINT / ADVANCED RESTRAINT MODULE
THERMO KING 1 T14M & X430 COMPRESSOR
463, 732.00
Fuel Options:
Cost (difference from base
Compressed Natural Gas (CNG)
$43,637.00
Specify Base Fuel Tank Configuration
/ Range:
(8) 85" TYPE III TANKS 17,608 SCF
ESTIMATED 450 MI
34
CMPC- I5- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JULY 9, 2015
Section 9
Body Style Options:
Cost (difference from base +J -)
Conventional Low Floor Body Design
$ <13,333.00>
Low Floor Trolley Fagade Design
$ SEE TROLLEY OPTIONS LIST
Additional Options
(blue highlighted in Section 6);
Cost: (difference from base +J -)
1. Roof Mounted Radiator Pressure
Filler Provided in Engine
Compartment
$
N/A
2. Diesel Fuel Fillers - Located on
Both Sides of Bus
$
896.00
3. Disc Brakes on All Axles
$
3,103.00
4. Mock Up Board - I10 CONTROLS
$
22,427 00
5. High Voltage Electric Driven A/C
System (DIESEL ONLY)
$
15,379.00
6. Forced Air Floor -Level Heating
$
N/A
7. Convector Air Floor -Level Heating
$
N/A
8. Warm Wall Heating
$
1,309.00
9. Fender Skirt
$
0.00
10. Passenger Seats Constructed of
Anti - Vandal Materials
$
N/A
11. Electric- Powered Doors VAPOR
$
4,621 00
12, 48 Inch Rear Door Width
$
3,801.00
13. Rear Door Location WJC Loading
System: Flip -Out Design Ramp
$
I
N/A
35
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
14. Event Data Recorders $
(one front /one rear) 5,143.00
GILLIG LLC
BAFO
JULY 9, 2015
Section 9
Training / Support Programs
Cost (difference from base +j -)
Training Program Options:
Describe:
$
REFERENCE OPTIONAL TRAINING DETAILED
SEE TRAINING OPTIONS SHEET
INFORMATION IN SECTION 3D OF TECHNICAL
PROPOSAL
1. Propulsion System (identify any
Describe:
$
Technical / Service Support Options:
Describe:
$
REFERENCE SECTION 3E OF TECHNICAL
QUOTE
PROPOSAL FOR DETAILED SERVICE SUPPORT
2. *LIFT -U LU18 RAMP
INFORMATION
$ 300.00
Describe:
$
Extended Warranties (List Covered Component
Cost (difference
% Subcomponent and Term)
from base +j -)
Covered ComponentJSubcomponent
Term
1. Propulsion System (identify any
Five years J
$ 5693.00
excluded items) *CUMMINS ISL
300,000 miles
'
7,904.00
CUMMINS ISL -G
TOTAL
2. *LIFT -U LU18 RAMP
3YRS /UNL
$ 300.00
3. *THERMO KING T14/X430
3YRS /UNL
$j)742.00
4. ALLISON B40OR
5YRS/300,000 miles
$ 2,693.00
*SEE EXTENDED COVERAGE STATEMENTS FOR DETAILED INFORMATION
36
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JULY 9, 2015
Section 9
Spare Parts (Firm Fixed Price for 180 days following
Proposal Opening Date)
Cost
Engine (list descriptions below)
1. CUMMINS ISL 280HP W/DPF
$
56,452.00
2.
$
3.
$
Transmission (list descriptions below)
ALLISON B40OR
$
20,652.00
2.
$
Proposer hereby acknowledges that cost information submitted with the proposal is
complete and valid upon date of submission.
Company Name: GILLIG LLC
Contact Name: JOSEPH POLICARP10
37
CMPC-15-LTB-RFP January 2015
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate
is attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of ALAMEDA
Subscribed and sworn to (or affirmed) before me on this 9TH
day of JULY 1 20 15 , by JOSEPH POLICARPIO
proved to me on the basis of satisfactory evidence to be the
person(s) who appeared before me.
(Seal) Sign
My commission number: 1985400
My commission expires: JULY 19, 2016
DESCRIPTION OF ATTACHED DOCUMENT
Type or Title of Document: CER 8. PRICE PROPOSAL FORM
30 FOOT DIESEL BAFO
Signer's Name: JOSEPH POLICARPIO
Document Date: JULY 9,2015
Colorado Mountain
Purchasing Consortium
CER 8. Price Proposal Form
Complete and submit one form for each vehicle length proposed.
GILLIG LLC
BAFO
JULY 9, 2015
Section 9
Base Model Components I Specify Manufacturer j Model Dumber
1. Bus Model and Design
(BRT is base primary
design)
1 3. Transmission
4. Driver Seat
35'LOW FLOOR BRT
CUMMINS / ISL 280HP
ALLISON / B40OR
5. Passenger Seat AMSECO / N2003 & 6466
6. Wheelchair Securement AMSECO & Q'STRAINT /ADVANCED RESTRAINT MODULE
7. Air Conditioning System
THERMO KING / T14M & X430 COMPRESSOR
TOTAL BASE COST $
(Year 1): 471,657.00
Fuel Options:
Cost (difference from base +j -)
Compressed Natural Gas (CNG)
$ 48,015.00
Specify Base Fuel Tank Configuration
j Range:
(4) 120" X (4) 85" TYPE III TANKS
21,636 SCF ESTIMATED 594 MI
34
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JULY 9, 2015
Section 9
Body Style Options:
Cost (difference from base
Conventional Low Floor Body Design
$ <$13,333.00>
Low Floor Trolley Fagade Design T,
$ SEE TROLLEY OPTIONS LIST
Additional Options
(blue highlighted in Section 6):
Cost: (difference from base
1. Roof Mounted Radiator Pressure
Filler Provided in Engine
Compartment
$ N/A
2. Diesel Fuel Fillers - Located on
Both Sides of Bus
$
996.00
3. Disc Brakes on All Axles
$
3,103.00
4. Mock Up Board - 110 CONTROLS
$
22,427.00
5. High Voltage Electric Driven A/C
System (DIESEL ONLY)
$
15,379.00
6. Forced Air Floor-Level Heating
$
N/A
7. Convector Air Floor-Level Heating
$ N/A
8. Warm Wall Heating
$1
1,639.00
9. Fender Skirt
$
0.00
10. Passenger Seats Constructed of
Anti-Vandal Materials
$
N/A
11. Electric- Powered Doors VAPOR
$
4,621.00
12. 48 Inch Rear Door Width
$
3,801.00
13. Rear Door Location W/C Loading
System: Flip-Out Design Ramp
REQUIRES 48" REAR DOOR
$
3,865.00
35
CMPC-15-LTB-RFP January 2015
Colorado Mountain
Purchasing Consortium
14. Event Data Recorders $
(one front /one rear) $5143.00
GILLIG LLC
BAFO
JULY 9, 2015
Section 9
Training j Support Programs
TCost (difference from base + / -)
Training Program Options:
Describe:
$
REF OPTIONAL TRAINING DETAILED
INFORMATION IN SECTION 3D OF TECHNICAL
SEE TRAINING OPTIONS SHEET
PROPOSAL
2. *LIFT -U LU18 RAMP
Describe:
$
Technical / Service Support Options:
Describe:
$
SECTION REFERENCE TECHNICAL
QUOTE
PROPOSAL FOR DETAILED SERVICE SUPPORT
INFORMATION
Describe:
$
Extended Warranties (List Covered Component
% Subcomponent and Term)
Cost (difference
from base +j -)
Covered Component /Subcomponent
Term
1. Propulsion System (identify any
excluded items) *CUMMINS ISL
CUMMINS ISL -G
Five years j
300,000 miles
TOTAL
$ 5,693.00
7,904.00
2. *LIFT -U LU18 RAMP
3YRS /UNL
$ 300.00
3• *THERMO KING T14 / X430
3YRS /UNL
$ 1,742.00
4. ALLISON B40OR
5YRS/300,000 miles
$ $2,693,00
*SEE EXTENDED COVERAGE STATEMENTS FOR DETAILED INFORMATION
36
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JULY 9, 2015
Section 9
Spare Parts (Firm Fixed Price for 180 days following
Proposal Opening Date)
Cost
Engine (list descriptions below)
1. CUMMINS ISL 280HP W/DPF
$ 56,4 52.00
2.
$
3.
$
Transmission (list descriptions below)
'-ALLISON B40OR
$ 20,652.00
2.
$
Proposer hereby acknowledges that cost information submitted with the proposal is
complete and valid upon date of submission.
0, as
Title: VICE PRESIDENT
Notary: SEE ATTACHED
37
CMPC-15-LTB-RFP January 2015
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate
is attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of ALAMEDA
Subscribed and sworn to (or affirmed) before me on this 9TH
day of JULY 20 15 by JOSEPH POLICARPIO
proved to me on the basis of satisfactory evidence to be the
person(s) who appeared before me.
(Seal) Signatu
My commission number: 1985400
My commission expires: JULY 19, 2016
DESCRIPTION OF ATTACHED DOCUMENT
Type or Title of Document: CER 8. PRICE PROPOSAL FORM
35 FOOT DIESEL BAFO
Signer's Name: JOSEPH POLICARPIO
Document Date: JULY 9, 2015
Colorado Mountain
Purchasing Consortium
CER 8. Price Proposal Form
Complete and submit one form for each vehicle length proposed.
Model Base .. - Model
1. Bus Model and Design
(BRT is base primary
design)
2. Engine
3. Transmission
4. Driver Seat
CUMMINS / ISL 280HP
GILLIG LLC
BAFO
JULY 9, 2015
Section 9
5. Passenger Seat _ _ _ AMSECO / N2003 & 6466
6. Wheelchair Securement AMSECO & Q'STRAINT / ADVANCED RESTRAINT MODULE
7. Air Conditioning System THERMO KING / T14M & X430 COMPRESSOR
TOTAL BASE COST $
(Year 1): 475,857.00
Fuel Options:
Cost (difference from base +J -)
Compressed Natural Gas (CNG)
$ 48,015.00
Specify Base Fuel Tank Configuration
j Range:
(4) 120" X (4) 85" TYPE III TANKS
21,636 SCF ESTIMATED 594 MI
34
CMPC- I5- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JULY 9, 2015
Section 9
Body Style Options:
Cost (difference from base
Conventional Low Floor Body Design
$ <13,333.00>
Low Floor Trolley Fagacle Design 1$
SEE TROLLEY OPTIONS LIST
Additional options
(blue highlighted in Section 6):
Cost: (difference from base
1. Roof Mounted Radiator Pressure
Filler Provided in Engine
Compartment
$
NIA
2. Diesel Fuel Fillers - Located on
Both Sides of Bus
$
996.00
3. Disc Brakes on All Axles
$
3,103.00
4. Mock Up Board - 110 CONTROLS
$
22,427.00
5. High Voltage Electric Driven A/C
System (DIESEL ONLY)
$
15,379.00
6. Forced Air Floor-Level Heating
$ N/A
7. Convector Air Floor-Level Heating
$
N/A
8. Warm Wall Heating
$
1,639-00
9. Fender Skirt
$
0.00
10. Passenger Seats Constructed of
Anti-Vandal Materials
$
N/A
11. Electric-Powered Doors VAPOR
$
4,621.00
12. 48 Inch Rear Door Width
$
3,801.00
13. Rear Door Location W/C Loading
System: Flip-Out Design Ramp
REQUIRES 48" REAR DOOR
$
35
CMPC-15-LTB-RFP January 2015
Colorado Mountain
Purchasing Consortium
14. Event Data Recorders $
(one front /one rear) 57143.00
GILLIG LLC
BAFO
JULY 9, 2015
Section 9
Training j Support Programs
rCost'dlifference from base +j -)
Training Program Options:
Describe:
$
REFERENCE OPTIONAL TRAINING DETAILED
SEE TRAINING OPTIONS SHEET
INFORMATION IN SECTION 3D OF TECHNICAL
PROPOSAL
I. Propulsion System (identify any
*CUMMINS
Describe:
$
Technical j Service Support Options:
Describe:
$
REFERENCE SECTION 3E OF TECHNICAL
QUOTE
PROPOSAL FOR DETAILED SERVICE SUPPORT
2. *LIFT -U LU18 RAMP
INFORMATION
$ 300.00
Describe:
$
Extended Warranties (List Covered Component
Cost (difference
J Subcomponent and Term)
from base +J -)
Covered Component /Subcomponent
Term
I. Propulsion System (identify any
*CUMMINS
Five years J
$ 5,503.00
excluded items) ISL
300,000 miles
CUMMINS ISL -G
TOTAL
7,904.00
2. *LIFT -U LU18 RAMP
3YRS /UNL
$ 300.00
3. *THERMO KING T14/X430
3YRS /UNL
$ 1,742.00
4. ALLISON B400R 15YEARS/300,000
miles
$ 2,693.00
*SEE EXTENDED COVERAGE STATEMENTS FOR DETAILED INFORMATION
36
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
GILLIG LLC
BAFO
JULY 9, 2015
Section 9
Spare Parts (Firm Fixed Price for 180 days following
Proposal Opening Date)
Cost
Engine (list descriptions below)
1. CUMMINS ISL 280HP W/DPF
$ 56,452.00
2.
$
3.
$
Transmission (list descriptions below)
'-ALLISON B40OR
$ 20,652.00
2.
$
Proposer hereby acknowledges that cost information submitted with the proposal is
complete and valid upon date of submission,
Company Name: GILLIG LLC
Contact Name: JOSEPH POLICARPIO
Title: VICE PRESIDENT
Authorized Signature:
Date: JULY 9, 2015
Notary: SEE ATTACHED
37
CMPC-15-LTB-RFP January 2015
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate
is attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of ALAMEDA
Subscribed and sworn to (or affirmed) before me on this 9TH
day of JULY 1 20 15 , by JOSEPH POLICARPIO
proved to me on the basis of satisfactory evidence to be the
person(s) who appeared before me.
Id
(Seal) Sign
My commission number: 1985400
My commission expires: JULY 19, 2016
DESCRIPTION OF ATTACHED DOCUMENT
Type or Title of Document: CER 8. PRICE PROPOSAL FORM
40 FOOT DIESEL BAFO
Signer's Name: JOSEPH POLICARPIO
Document Date: JULY 9,2015
%.*olorado Mountain Purchasing Consortium •
Base Equipment and Alternatives JULY 9, 2015
Price Sheet
Project . 5-LTB-RFP
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 1
PROPULSION
BASE
Cummins '13 ISL 280HP Diesel Engine with Allison B40OR -5 Transmission
BASE
Philips Temro Block Heater
$121.00
CNG SYSTEM
Additional Cost Over
Base Diesel Bus
Cummins ISL -G 280 HP, with 4 85" & 4 120" Type III Fuel Tanks (21,664 SCF /est.594mi )
$48,015.00
Cummins ISL -G 280 HP, with 8 85" Type III Fuel Tanks 17,608 SCF /est.450mi
$43,637.00
Cummins ISL -G 280 HP, with 8 120" Type III Fuel Tanks 25,664 SCF /est.705mi 35740' only
$53,119.00
Add Second Fast Fuel Fill to Low Mount Position
$814.00
Smart Gauge Fuel System Monitoring Gauge includes tank upgrade to electric solenoids
$3,214.00
BASE
Manual Fuel Tank Shut -Off Valves
BASE
STYLING PACKAGES
BASE
BRT Front Cap, Rear Cap and Engine Door Styling
BASE
Standard Low Floor Front Cap, Rear Cap and Engine Door Styling
$13,333.00
BRT Front Cap Styling Only
$4,160.00
BRTPLUS Front Cap, Rear Cap, Roof Line and Engine Door Styling
$6,250.00
BRT Roof Fairings, Front or Rear each
$1,250.00
OIL SYSTEM
BASE
Spinner II Auxiliary Filter
BASE
Delete Spinner II Auxiliary Filter
$545.00
Titan Probalizer OD -1014 Extraction Port (per fitting)
$44.00
Femco Auto Drain
$69.00
STARTER
BASE
Delco MT 42 Electric
BASE
Delco MT 39 Electric
($28.00)
COOLING SYSTEM
BASE
Modine E -Cool Electric Cooling System with E -Coat
BASE
EMP Electric Cooling System with E -Coat
$2,930.00
Radiator Tank Guard
$256.00
Radiator Tank Guard, with Splash Shield
$384.00
ALTERNATOR
BASE
Niehoff C803 500 Amp for Electric Radiator
BASE
EMP 450 Amp for EMP Electric Radiator
$0.00
Delco 450 -DN 450 Amp for Electric Radiator
$107.00
TRANSMISSION
BASE
Allison B400R, GEN IV
BASE
Voith D864.5
$1,261.00
ZF 6AP1400 ECOLIFE
$828.00
Femco Auto Drain
$69.00
KP Push Button
$59.00
Transmission Temperature Gau a Dash or Rear Run Box
$50.00
Keyed Transmission Lockout Switch on Dash
$351.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 1
Colorado • r Purchasing Consortium
Base Equipment and Alternatives JULY 9, 2015
Project Price Sheet
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 2
AXLE HUBS & SEALS
BASE
Hub Piloted Wheels
BASE
BASE
Axles with Grease Seals (per axle
BASE
Axles with Chicago Rawhide Oil Seals
$0.00
Synthetic 75W90 Gear Oil for Rear Axle
$187.00
HUBODOMETER
Engler Stemco Mechanical without Tenths and without Guard
$79.00
Veeder Root Mechanical without Tenths and without Guard
$72.00
S & A Fleetwatch 392 Electronic
$436.00
Data Trac Pro 600 -9999
$84.00
Hubodometer Guard
$68.00
BRAKES
BASE
S -Cam Drum Brakes with Wabco ABS System
BASE
BASE
Automatic Traction Control
BASE
Delete Automatic Traction Control
$75.00
BASE
6 - Position Retarder Control Lever
BASE
Delete 6 - Position Retarder Control Lever
$450.00
Disc Brakes with Wabco ABS System
$3,103.00
MGM E- Stroke Brake Monitoring System for Drum Brakes
$1,879.00
MGM E- Stroke Brake Monitoring System for Disc Brakes
$1,534.00
WHEELS
BASE
7 Steel Powder Coated Finish, White or Black
BASE
7 Alcoa Aluminum Polished Finish with Durabrite
$2,084.00
7 Alcoa Aluminum Machine Finish with Durabrite
$1,622.00
Add Duraflan a per wheel
$106.00 each
TIRES
BASE
Bus Builder Supply Michelin XDN2 H Tires 12R/22.5
BASE
Procuring Agency Supply Tires
$3,661.00
BASE
Bus Builder Supply Michelin X InCity Tires (275/70R22.5 ) - 29' only
BASE
Bus Builder Supply Goodyear G152 Tires 305/85R22.5
Quote
Bus Builder Supply Goodyear G152 Tires 305/70822.5
Quote
Bus Builder Supply Goodyear G152 Tires 275/70822.5 - 29' only
Quote
Bus Builder Supply Firestone 18J Tires 315/80822.5
Quote
Bus Builder Supply Firestone 16H Tires 305/70822.5
Quote
Bus Builder Supply Bridgestone 16H Tires 275/70R22.5 - 29' only
Quote
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 2
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 3
STEERING SYSTEM
BASE
Douglas Steering Column Standard Steering Column
BASE
TRW Easy Steer, Electric Assisted Steering Column
$2,494.00
VIP Textured Steering Wheel
$73.00
FUEL SYSTEM
BASE
Emco Wheaton Posi Lock 105 (Flip Cap or Twist Cap
BASE
Dual Fill Curbside and Streetside with Emco Wheaton Posi Lock 105
$996.00
Standard Gravity Fuel Fill
$273.00
Dual Fill Curbside and Streetside with Standard Gravity Fill
$769.00
BASE
Standard 120 al (35'/ 40' or 75ga1 29' LF Net Useable Fuel Tank
BASE
80 gal Net Useable Split Fuel Tanks 29' LF with No Rear Door
$1,270.00
Davco Fuel Pro 384, Heated
$641.00
Racor 490R30 Filter with Thumb pump
$313.00
BASE
Fuel Gauge on Dash
BASE
Delete Fuel Gauge on Dash - Diesel
$140.00
REAR RUN BOX
BASE
Electrical Gauges - Engine Oil and Coolant Tern
BASE
Rear Hand Throttle Control
$144.00
Delete Electrical Gauges
($50.00 each
Mechanical Gauges --Murphy Oil Pressure and Coolant Temperature (IP0 electric
$60.00 each
Voltmeter, J1939 12v or 24v
$50.00 each
AIR SYSTEM
BASE
SKF, HCT_2000 Dura uard Air Dryer
BASE
Kingston Auto Drain Valve at Ping Tank
$0.00
Curbside Rear Kneeling
$525.00
BATTERIES
BASE
4 DEKA Group 31 Top Post Connections
BASE
2 DEKA 8D Side Lug or Top Post Connections
$222.00
2 AGM Glass Matt 8D Side Lujg or Top Post Connections
$271.00
4 AGM Glass Matt Group 31 Top Post Connections
$903.00
KBI Super Capacitor with 2 DEKA Group 31 batteries
$4,134.00
BASE
2 Anderson 350 Jump Start Connectors
BASE
Delete Anderson 350 Jump Start Connector
$85.00 each
FRAME
,Engine
Skid Protection w /Extended Tow Eyes
$129.00
Engine Skid Protection w /Extended Tow Eyes & 2" Thick x 2" Wide Wear Plate
$377.00
WHEELCHAIR LIFT/ RAMP
BASE
Lift -U Ramp (LU-18), Front Door
BASE
Lift -U Ramp LU -18 , Rear Door (requires 48" rear door selection N/A w/29'
$3,865.00
Reinforced A -Post Skid Plates per side
$67.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 3
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 4
HEATING / AIR CONDITIONING
BASE
TK T -14 w /X430 or X426, EBM Brushless Motors
BASE
TK T -14 w/S391, EBM Brushless Motors
$750.00
TK T -14 wIS616, EBM Brushless Motors
$2,975.00
TK T -14 with Permanent Magnet Motors
$2,285.00
TK All- Electric HVAC - Diesel N/A for CNG
$15,379.00
TK Pressure and Return Display Mounted to Unit
$356.00
Delete TK Pressure and Return Display Mounted to Unit
$285.00
MCC Micromax w /05G Compressor, Brushless Motors, R1 34a
$3,565.00
DRIVERS HEATERS & ADDITIONAL PASSENGER HEATERS
BASE
MCC Drivers Heater - Brushless Motor, Left Foot Vent, 1/4 Turn Valves
BASE
MCC Drivers Heater - Brush Motor, Left Foot Vent, 1/4 Turn Valves
$387.00
BASE
Front Stepwell / Threshold Heater - MCC with Brushless Motor
BASE
Delete Front Stepwell / Threshold Heater - MCC with Brushless Motor
$260.00
BASE
Streetside Underseat Heater - MCC with Brushless Motor
BASE
Delete Streetside Underseat Heater - MCC with Brushless Motor
$325.00
BASE
Curbside Rear Stepwell Heater - MCC with Brushless Motor
BASE
Delete Curbside Rear Stepwell Heater - MCC with Brushless Motor
$325.00
AUXILIARY COOLANT HEATER
BASE
Spheros Model Thermo 300HA 104,000 btu Coolant Heater
BASE
Spheros Model Thermo 230 80,000 btu Coolant Heater
$0.00
Proheat Model X45 45,OOObtu Coolant Heater
$252.00
Proheat Model M80 80,OOObtu Coolant Heater
$111.00
Espar Electric Coolant Heater
$169.00
"Hot Flow" (CTM 15110 -A00 Coolant Heater for CNG
$0.00
Delete Spheros Model Thermo 300HA 104,000 btu Coolant Heater
$1,812.00
DRIVER'S AUXILIARY FAN & DASH AREA
BASE
Drivers Fan Mounted to Dash qt 2
BASE
Delete Drivers Dash Fan each
($71.00)
BASE
Rubber Maid Waste Basket at Rear Door Location
BASE
BASE
Rubber Maid Waste Basket at Front Door Location
BASE
Delete Rubber Maid Waste Basket each
$83.00
REAR DOOR
BASE
34" Rear Door - Air Open / Spring Close Full Driver's Control
BASE
Delete Rear Door
$1,400.00
48" or 56" Rear Door (requires Air Open / Air Close Door
$2,601.00
Vapor CLASS Control with Green LED Lamp 34" Door
$5,511.00
Vapor vTouch Electronic Touch Bars with Green LED Lam 34" Door
$605.00
34" Rear Door - Vapor Electric Open / Electric Close Full Driver's Control
$4,621.00
BASE
Exterior Air Release Front Door Control Valve
BASE
Delete Exterior Air Release Front Door Control Valve
$162.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 4
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 5
ELECTRICAL EQUIPMENT CABINET
BASE
44" Tall with Key Lock and 2 5/16' S ware Key Locks
BASE
33" Tall with Key Lock and 2 5/16' S care Key Locks
$125.00
44" Tall 33' with Key Lock and 2 5/16' Square Key Locks & 11" Drivers Storage
$120.00
Stora a Box on Curbside Forward Wheel Well 8.25 "H x 20 "W x 13"D)
$470.00
ADVERTISING FRAMES - EXTERIOR
BASE
Exterior, None
BASE
Exterior, 21" X 40 ", Front Clear or Black Anodized, Powder Coated
$175.00
Exterior, 30" X 88 ", Curbside or Streetside
$283.00
Exterior, 30" X 144 ", Clear or Black Anodized, Powder Coated
$335.00
Exterior, 21" X 72 ", Rear
$226.00
ADVERTISING FRAMES - INTERIOR
BASE
Transit Information Products -QBIC T 12P 1 L -ASPEN
BASE
Delete Transit Information Products -OBIC T 12P 1 L -ASPEN
($260.00
Interior, Innocom Schedule Racks 3.75" X 7" X 1.5"
$17.00 each
Interior, 22" X 21 ", Black, RH Load, Open Back
$165.00
DRIVERS SEAT
BASE
Recaro Ergo Metro w /Headrest, Seat Belt Alarm and 3 -Point Belt (Lap and Shoulder
BASE
USSC G2A w /Headrest, Seat Belt Alarm and 3 -Point Belt Lap
$325.00
USSC 9100ALX3 with Headrest, Seat Belt Alarm and 3 -Point Belts Lap & Shoulder
$352.00
PASSENGER SEATING
BASE
AMSECO N2003/6466
BASE
BASE
Thermoplastic Grabhandles
BASE
BASE
Standard Wool Fabric or Vinyl
BASE
4ONE Gemini
Quote to Spec
4ONE CitiSeats
Quote to Spec
4ONE Angel Seats
Quote to Spec
4ONE Aries
Quote to Spec
40NE Patriot
Quote to Spec
AMSECO N2005
Quote to Spec
AMSECO Insight
Quote to Spec
AMSECO 6468
Quote to Spec
AMSECO Metropolitan
Quote to Spec
KIEL IDEO
Quote to Spec
KIEL ESOS
Quote to Spec
WHEELCHAIR SECUREMENT
BASE
AMSECO - A.R.M. System
BASE
4ONE J2 -VPRO
Quote to Spec
AMSECO - Dual Autolok
Quote to Spec
Q'Pod Assembly
Quote to Spec
KIEL
Quote to Spec
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 5
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 6
PASSENGER SIGNALS
BASE
Pull Cords Neutral or Yellow with Touch Pad at Wheelchair Location
BASE
Touch Tape on Window Mullions
$1,116.00
BASE
Stop Request Button at Rear Door Stanchion
BASE
Additional Amber Stop Request Lamp Mounted on Driver's Dash
$35.00
DRIVER'S BARRIER
BASE
Wrap Around Fiberglass (35'/ 40' Low Floor
BASE
Wrap Around Fiberglass with 3 Schedule Rack Cutouts (35'& 40' Only)
$61.00
BASE
Flat Melamine, One Piece (29' Only)
BASE
STANCHIONS & GRAB RAILS
BASE
Powdercoated Door Handles, Vertical Stanchions, Hand Rails & Modesty Panel Tubes
BASE
SSTL Vertical Stanchions and Modesty Panel Tubes
$400.00
Powdercoated Vertical Stanchions Only
$200.00
Vertical Stanchion at Front Wheelwells each
$76.00
Vinyl Grab Straps each
$20.00
SSTL Spring Loaded Grab Handle each
$123.00
WINDOWS
SEEPAGE 91 FOR WINDOW OPTIONS
HEADLAMPS
BASE
4 Dialite LED Headlights (High & Low Beam
BASE
Dual (4 ) Halogen Headli hts
($678.00
2 Dialite LED Headlights (Low Beam Onl
$189.00)
Dinex STAR LED Headlight system Low Beam Only)
$208.00
Dinex STAR LED Headlight system with Sound Alert Low Beam Onl
$321.00
AUXILIARY EXTERIOR LAMPS
BASE
2 Red LED Brake Lamps Mounted to Bottom of HVAC Door
BASE
BASE
2 Red LED Brake Lamps Mounted at Upger Corners of HVAC Door
BASE
7" Tail Li hts IPO 4"
$0.00
1 Red LED "STOP" Sign Mounted to Bottom of HVAC Door
$434.00
2 Amber LED Turn Lams Mounted to Top of HVAC Door
$100.00
BASE
1 Triangle Style Amber LED Yield Sign Mounted on Streetside of HVAC Door
BASE
Delete Triangle Style Amber LED Yield Sign Mounted on Streetside of HVAC Door
$550.00
2 Additional Turn Signals Mounted on each Side of Bus total 4 per side
$115.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 6
Colorado Mountain • Consortium BAFO
Base Equipment and Alternatives JULY 9, 2015
Price Sheet
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 7
PLEASURE RADIO
BASE
REI AM /FM /CD /MP3 - USB /SD PLAYER,
BASE
Delete RE[ AM /FM /CD /MP3 - USB /SD PLAYER,
$350.00
COMMUNICATION RADIO SYSTEM
BASE
Motorola APX Series
BASE
Motorola APX Series
$4,500.00
Customer Specific 2-Way Radio System
Quote to Spec
PUBLIC ANNOUNCEMENT SYSTEM
BASE
PA via Clever Devices ITS System
BASE
Clever Devices Speak Easy II
$1,140.00
INTELLIGENT VEHICLE SYSTEM
(On -Board Hardware Only)
BASE
Clever Devices IVN3 Complete ITS System Per Spec
BASE
Delete Clever Devices IVN3 Complete ITS System
$30,000.00
AVAIL ITS System (Budgetary)
INIT ITS System (Budgetary)
Trapeze Transit Master ITS System (Budgetary)
Xerox ITS System (Budgetary)
Quote to Spec
Quote to Spec
Quote to Spec
Quote to Spec
Stand Alone UTA APC System Does not include software or service fees
$6,174.00
Customer Specified ITS System
Quote to Spec
DESTINATION SIGNS
BASE
Luminator Horizon SMT 100% Amber LED Front & Curbside Signs
BASE
Twin Vision 100% AMBER LED Front & Curbside Signs
$0.00
Twin Vision Silver Series 100% LED Front, Curbside, & Rear Run Signs
$938.00
Hanover 100% AMBER LED Front & Curbside Signs
$896.00
Add Luminator or Twin Vision Amber LED Rear Run Sin
$980.00
Add Hanover Amber LED Rear Run Sin
$906.00
Heated /Defroster for Front Sign Glazing
$214.00
White LED Signs
Quote to Spec
FARE COLLECTION
BASE
GFI Odyssey
BASE
Delete GFI Odyssey
$15,881.00
GFI Fast Fare
Quote
Diamond Model H with Spare Vault
$2,600.00
Diamond Model SV with Spare Vault
$1,601.00
Main T1 with Spare V1 Vault in Standard Paint Color
$938.00
Main M4 with Spare V4 Vault in Standard Paint Color
$840.00
Main SL5 with Spare V5 Vault in Standard Paint Color
$2,181.00
Denominator Manual Passenger Counter Rows X Tallies X $32
Farebox Guard
$187.00
Globe 60090 Transfer Cutter each
$63.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 7
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 8
FLOORING
BASE
Green Wood Plywood with Altro Transflor
BASE
RCA Rubber
$400.00
Full Composite Flooring
$2,500.00
ROOF HATCHES
BASE
Transpec Manual Hatch at Front and Rear Position
BASE
Delete Transpec Manual Hatch at Forward Position
$250.00
Upgrade Hatch to Transparent Skylight Hatch per position)
$103.00
ELECTRICAL i MULTIPLEXING
BASE
Ito Controls, Dinex G3 System
BASE
Cole Hersee #12063 Electrical Tow Connector
$168.00
DRIVERS SUN SHADES
BASE
Roller Style with Pull String Release
BASE
FIRE SUPPRESSION & METHANE DETECTION
BASE
Amerex V25 System Fire Suppression
BASE
BASE
Amerex Safety-Net Fire Suppression & 4 Sensor Methane Detection CNG only)
BASE
Delete Fire Suppression Diesel Only)
$1,800.00
SURVEILLANCE CAMERA SYSTEMS
BASE
UTC Penta, 8 Color Cameras, DVR & Audio
BASE
Delete UTC Penta, 8 Color Cameras, DVR & Audio
$6,941.00
Seon Explorer TX8, 8 Color Cameras, DVR & Audio
Quote to Spec
Apollo Road Runner, 8 Color Cameras, DVR & Audio
Quote to Spec
Transit Solutions, 8 Color Cameras, X -DMR8 DVR & Audio
Quote to Spec
REI HD8000, 8 Color Cameras, DVR & Audio
Quote to Spec
Safety Vision SVR 4108, 8 Color Cameras, DVR & Audio
Quote to Spec
Engine Compt SWAT Switch
$275.00
BICYCLE RACKS
BASE
S ortworks DI-2, Two Bikes, Stainless Steel
BASE
S ortworks DL2, Two Bikes, Black Powdercoated
($269.00
Delete S ortworks DI-2, Two Bikes, Stainless Steel
$880.00
Bike Rack Deployed Indicator Lamp on Driver's Dash
$30.00
Mounting Brackets and Pivot Plate Only
$253.00
Bike Rack Mounted Advertising Frame, 21" X 40"
$274.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 8
Colorado • Purchasing • • BAFO
Base Equipment and Alternatives
Price
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 9
SAFETY EQUIPMENT
BASE
Fire Extinguisher and Safety Triangle Kit
BASE
BASE
Twenty Four Unit First Aid Kit
BASE
Blood Born Patho en Kit
$35.00
Wheei Chocks (per set
$35.00
DRIVER'S DASH
BASE
Air Pressure & Speedometer
BASE
BASE
Diesel Exhaust Fluid (Required for Diesel and Hybrid)
BASE
BASE
Additional Gauges each
Diesel Gauge Included in Fuel Section
$50.00
BASE
1/0 Multi Function Display MFD)
12v Power Port
$3,258.00
$110.00
Big Gulp Cup Holder
$35.00
Euramatic Folding Style Cup Holder
$25.00
Trash Bag Holder
$75.00
ACCELERATOR / BRAKE FOOT CONTROLS
BASE
Kongsberg Adjustable Throttle / Brake Pedal
BASE
Williams Controls 45de ree Throttle Pedal non adjustable
$795.00
PAINT /DECALS
BASE
Three Paint Passes
BASE
BASE
Add /Delete Each Paint Pass
Clear Coat
Basic Non - Reflective Exterior Loo Decals
$941.00
$850.00
BASE
Delete Basic Non - Reflective Exterior Logo Decals
Custom Paint and /or Decal Design
$3,378.00
QUOTE
Gilliq Provide Design Services for Paint/Decal Layout
$500.00
ROOF NUMBERS
BASE
N one
BASE
Roof Numbers Up to Four 24° High Decals)
$125.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 9
Colorado Mountain Purchasing Consortium BAF-*
Base JULY '
■ , r r
PASSENGER WINDOW OPTIONS
30' 35' 40'
Dura Hidden Frame /Bonded - Transom
BASE
BASE
BASE
Dura Standard
�JY
'' iQu
i
i
Dura HiddenFrame /Bonded - Full Fixed
to
Quoted
Quote
Dura Standard Frame, Safety Glass - Full Fixed
Quote
Quote
Quote
Add Thermo Guard to Dura Standard Frame
Quote
Quote
Quote
Add Thermo Guard to Dura Hidden Frame /Bonded
Quote
Quote
Quote
INTERIOR LIGHTING
OPTIONS
30' 35' 40'
Pretoria LED Lighting System w /Reading Lamps
BASE
BASE
BASE
Delete Reading Lamps
($300,00)
('' 30�11) 00.)
($30(1,00)
Dinex- LED Lighting System w /out Reading Lamps
($1,105,100)
($105,00)
Pretoria LED twufReading Lamps.
g
a.uii I111
($300,1:0)
($300 011) "i
Open 9
Racks Full Length
$6,762.00
$11,266.00
$13,695.00
Suburban Package Rack
$10,082.00
$11,663.00
$13,809.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 1
F-%
Trolley %.*olorado Mountain Purchasing Consortium BA
Diesel ! R and Alternatives JULY9,20
Price
■ • r �r w �r . �
TROLLEY PACKAGE OPTIONS
30' 35' 40'
Base Package (Diesel)
$61,494.00
$69,106.00
$77,061.00
Roof Cupola Assembly
INCLUDED
INCLUDED
INCLUDED
Solid Brass SF Cable Car Bell
INCLUDED
INCLUDED
INCLUDED
Exterior Wood Like Trim Installed On: Cupola,
White Oak Milled Wood Slats, Bull Nose Top &
$9,817.00
Front & Rear Overhang Eaves, Arches, Window
$8,147.00
$8,209.00
Mullions, Window Sills, Rub Rails, Skirt Panels,
INCLUDED
INCLUDED
INCLUDED
Front & Rear Door, Front & Rear Bumper.
Interior Vinyl Seat Cushions
$3,374.00
Reference Layout.
$3,881.00
$4,363.00
Interior Trim Includes Solid American White Oak
Trim on: Ceiling Panel Strips, Window Tops &
Sills, Overhead Passenger Light Panels, Driver's
INCLUDED
INCLUDED
INCLUDED
Dash rea.
Vintage Style Vinyl Graphics: Cupola Window &
Exterior Window Graphic Motifs, Standard Gold
--
Vinyl Pinstriping, Exterior Graphics Banner
INCLUDED
INCLUDED
INCLUDED
Package, Interior Graphics Banner at Rear Ito
Enclosure, Exterior Bus Numbers, Gold Battery
Disconnect Decal. Reference Layout
Cow Catcher
$3,036.00
$3,036.00
$3,036.00
Roof Accent LED Rope Lighting
$3,036.00
$3,149.00
$3,261.00
Front Center Trolley Light
$594.00
$594.00
$594.00
Exterior Roof Mounted Sign Boards (CS & RS )
$3,624.00
$3,624.00
$3,624.00
Front Roof Hatch Accomodations
$794.00 1
$794.00 1
$794.00
WOODEN TROLLEY PASSENGER SEAT OPTIONS
Base 30'
Base 35'
Base 40'
(26) Passengers
(32 ) Passengers
(38) Passengers
Vintage Style Trolley Seating; Solid American
White Oak Milled Wood Slats, Bull Nose Top &
$9,817.00
$8,147.00
$8,209.00
Bottom Roundover Edges.
Interior Vinyl Seat Cushions
$3,374.00
$3,881.00
$4,363.00
Alternative prices are subject to appropriate PPI increases per contract.
Confidential and Proprietary Information
Page 1
GILLIG LLC
COLORADO MOUNTAIN PURCHASING CONSORTIUM BAFO
RECOMMENDED TOOLS LIST JULY 9, 2015
DIESEL AND CNG LOW FLOOR
0
LAPTOPS
82 -19526 -000
82- 19526 -001
COMPUTER, LAPTOP DELL
LAPTOP, TOUGHBOOK CF31
$
$
1,470.24
4,281.27
CUMMINS TOOLS
82- 17098 -XXXXX
82- 23481 -003
SOFTWARE, INSITE LITE SUBSCRIPTION
KIT, DATALINK ADAPTER
$
$
710.00
1,119.00
ALLISON TOOLS
82- 64140 -000
82- 63714 -002
SOFTWARE, ALLISON DOC 11.0.1 DOWNLOAD
KIT, WIRELESStUSB TRANSLATOR, ALLISON
$
$
707.00
1,143.00
ABS TOOLS
82- 24262 -000
WABCO SOFTWARE, ABS TOOLBOX
$
479.00
LUMINATOR SIGN TOOLS
82- 40732 -000
82 -63118 -000
SOFTWARE, IPS PROGRAM
STICK, USB MEMORY (BLANK)
$
$
500.00
70.00
HVAC TOOLS
82 -58779 -001
TOOL, INTELLIGARE III,SMART PAC
$
1,231.00
Ii0 TOOLS
82- 40737 -004
82- 40737 -001
82 -40737 -003
82 -40737 -005
MODULE, CIRCUIT TESTER **
MODULE,PROGRAM LOADER CHARGER **
MODULE, ID WRITERNERIFICATION **
MODULE,DIAGNOSTIC TOOL FOR USB **
$
$
$
$
2,165.00
1,273.00
349.00
572.00
GILLIG LLC
BAFO
July 9, 2015
TRAINING OPTIONS/PRICING
Please reference the attached "Training Program and Technical Services Support
information and Clarification" sheet for further details.
GILLIG Provided Training
(24) hours of Maintenance up to (10) students
(24) hours of Electrical up to (10) students
(24) hours of Parts & Support Familiarization up to (10) students
(4X) times per year On-Site Training at one (1) location
Component Supplier Provided Training (Tuition Only)
(40) Hours of Cummins Engine
(32) Hours of Allison Transmission
(8) Hours of Luminator Signs up to (12) Students
(24) Hours of Thermo King HVAC up to (10) Students
(8) Hours of Lift-U Ramp up to (12) Students
GILLIG Training DVD's
(1) Complete set of GILLIG Training DVD's
$5,000.00
$0.00
$20,000.00
$1,750.00 per student
$1,400.00 per student
$0.00
$250.00 per student
$0.00
M
GILLIG LLC
,BAFO
JULY %, 2015
FIN III WHIMIRIN
INFORMATION AND CLARIFICATION
A. ® GILLIG Provided Training and Component Supplier Provided Training
Please reference Colorado Mountain Purchasing Consortium Training Options/Pricing
sheet submitted with our BAFO.
The GILLIG Provided Training will be performed at the CMPC member agency site
location. The Luminator and Lift-U Ramp training will be performed at the CMPC
member agency site location.
The Cummins, Allison and Thermo King training will be performed at their
respective distributor/dealer locations that are authorized to perform the training.
Training instructors of these suppliers may be able to perform certain training at the
CMPC member agency site location at additional cost. These additional costs can be
determined at time of training when the specific training requirements and locations
are known,
■ On Site Training at One Designated Location in Colorado Four Times Per Year
GILLIG can perform this on site training at a single designated location for each week
in Colorado four times per year (one 3 day training session each time) but requires the
CMPC to purchase and reserve each session at least 6 months prior to actual training
dates. The cost of $20,000 includes four 3-day training sessions and can be tailored to
your specific requirements. Based on past experience, we suggest class size to be only
12 students, not 20-25 students. GILLIG will provide one trainer for this training
segment. GILLIG will need a large enough room to accommodate the students and
instructor as well as a digital projector with large dry erase board and screen. A bus
needs to be available for the hands on portion of the class.
B. GILLIG agrees to the distribution of the GILLIG Training DVDs in the CMPC online
training environment. Distribution of these DVDs are only allowed to CMPC
member agencies and are at no additional charge (unauthorized distribution is strictly
prohibited).
The following training DVDs are already produced and are included at no additional
charge:
- Air System
- After-treatment System
- Brake System
- Multiplex Electrical System
GiLLIG LLC
BAFO
JULY 9.20 i 5
- Door Systems
- Hydraulic System
- Steering System
- Suspension System
- Wheel Chair Ramp System
- Engine Cooling System
GILLIG LLC
LOW FLOOR TRANSIT COACH
STANDARD LIMITED WARRANTY & EXTENDED COVERAGE
FOR
COLORADO MOUNTAIN PURCHASING CONSORTIUM — BEST & FINAL OFFER JULY 10 2015
GILLIG LLC warrants to the original purchaser, that its transit coaches, save and except for those major component
assemblies and other parts described below which are separately warranted by their respective manufacturer's
(OEM's), will be FREE FROM DEFECTS IN MATERIAL AND WORKMANSHIP UNDER NORMAL USE
AND SERVICE, for the distance or time periods specified in the attached, and agrees to REPAIR or REPLACE the
defective parts AT NO COST TO THE PURCHASER. This is a limited warranty subject to the provisions stated
below and is referred to as GILLIG's Standard Limited Warranty.
This warranty DOES NOT COVER malfunction or failure resulting from the purchaser's or its agents or employees
alteration, misuse, abuse, accident, neglect or failure to perform normal preventive maintenance as outlined in
GILLIG's Service Manual, nor does it cover components or assemblies not originally provided by GILLIG. Further,
this warranty DOES NOT APPLY to normal replacement items such as light bulbs, seals, filters or bushings, nor to
consumable items such as belts, tires, brake linings or drums.
PURCHASER'S SOLE REMEDIES FOR LIABILITY OF ANY KIND WITH RESPECT TO THE
PRODUCTS FURNISHED UNDER THIS WARRANTY AND ANY OTHER PERFORMANCE BY GILLIG
UNDER OR PURSUANT TO THIS WARRANTY, OR WITH RESPECT TO PURCHASER'S USE
THEREOF, INCLUDING NEGLIGENCE, SHALL BE LIMITED TO THE REMEDIES PROVIDED IN
THIS WARRANTY AND SHALL IN NO EVENT INCLUDE ANY INCIDENTAL, INDIRECT, SPECIAL
OR CONSEQUENTIAL DAMAGES OR LOSS OF USE, REVENUE OR PROFIT. IN NO EVENT SHALL
GILLIG'S LIABILITY FOR DAMAGES WITH RESPECT TO ANY OF THE PRODUCTS COVERED
UNDER THIS WARRANTY EXCEED THE AMOUNT PAID BY THE PURCHASER TO GILLIG FOR
SUCH PRODUCTS.
GILLIG DOES NOT WARRANT some major component assemblies (such as the engines, transmissions and air
conditioning systems) which are warranted by their respective manufacturers (OEM's) and identified as Category 3
items on page three (3) ofthis Warranty. Warranty coverage for these items is as defined in those manufacturer's
own warranty documents and per their terms and conditions, and as administered by their own support networks.
GILLIG makes NO OTHER WARRANTIES, except as stated herein, and GILLIG's obligation under this warranty
is LIMITED AND FULLY DESCRIBED HEREIN. Determination of warrantable defects is at GILLIG's (or the
OEM's) discretion and will require inspection of failed components. Correction or compensation under this warranty
for Category I and Category 2 items cannot be made unless requested on a GILLIG Application for Warranty Claim
form and in accordance with the claim procedure established by GILLIG.
THIS WARRANTY IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTY EXPRESSED OR IMPLIED,
but if such has legal status, it CANNOT EXCEED THE DURATIONS STATED HEREIN. This warranty gives
the purchaser specific legal rights and some state statutes may include other rights.
This is GILLIG's sole warranty with respect to its transit coaches. GILLIG MAKES NO OTHER WARRANTY
OF ANY KIND WHATEVER, EXPRESS OR IMPLIED; AND ALL IMPLIED WARRANTIES OF
MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE WHICH EXCEED THE
AFORESAID OBLIGATION ARE HEREBY DISCLAIMED BY GILLIG AND EXCLUDED FROM THIS
AGREEMENT.
Standard & Extended
Revised: 3/31/15
Page 1 of 5
GILLIG LLC
LOW FLOOR TRANSIT COACH
STANDARD LIMITED WARRANTY & EXTENDED COVERAGE
FOR
COLORADO MOUNTAIN PURCHASING CONSORTIUM - BEST & FINAL OFFER JULY 10 2015
GILLIG's Standard Limited Warranty which covers Category 1 and Category 2 parts, components and
assemblies, covers the following systems, components or assemblies for the period specified, and includes
100% PARTS AND LABOR to repair or replace the defective components as determined by GILLIG. (See
Page 3 for explanation of notes (1) -(7).)
CATEGORY 1
Includes GILLIG manufactured or assembled components and systems as well as some purchased assemblies.
Warranty and warranty claims administration provided by GILLIG.
Coverage Period (1)
Months Miles
FULL COACH WARRANTY (2) (3) (7) 12 50,000
BODY STRUCTURE WARRANTY (4) 36 150,000
CORROSION & STRUCTURAL
INTEGRITY WARRANTY (5) 144 500,000
CATEGORY 2
Includes major components purchased and installed by GILLIG. Warranty provided by component OEM's.
Warranty claims administration provided by GILLIG.
AXLE
Meritor Front Steering
Meritor Rear Driving
BRAKE SYSTEM
(Excludes Friction Material)
Bendix Valves
Meritor Brakes
RADIATOR & CHARGE AIR COOLER
Modine
Standard & Extended
Revised 3/31/15
Page 2 of 5
24 Unlimited
24 Unlimited
24 100,000
24 100,000
24 100,000
GILLIG LLC
LOW FLOOR TRANSIT COACH
STANDARD LIMITED WARRANTY & EXTENDED COVERAGE
FOR
COLORADO MOUNTAIN PURCHASING CONSORTIUM - BEST & FINAL OFFER JULY 10, 2015
Major components listed below under "Category 3" are covered by warranties or extended coverages(6 ), for the
miles and /or months indicated, provided by the manufacturer (OEM's) ofthose components. Purchasers should
refer to specific OEM warranty documents for details. Warranty claims are and will be administered by the
respective manufacturers (OEM's) and all warranty claims must be made directly to said manufacturers.
GILLIG will assist purchasers in dealing with these OEM's and warranty issues that may arise from time to
time.
CATEGORY3
Coverage Period (1)
Months Miles
ENGINE
Cummins ISL 280, ISL -G 280 24 Unlimited
ENGINE ACCESSORIES
Delco Starter
36
350,000
Niehoff Alternator
24
Unlimited
TRANSMISSION
Allison B40OR
24
Unlimited
AIR CONDITIONING SYSTEM
Thermo King
24
Not applicable
WHEELCHAIR RAMP
Lift -U LU -18
24
Unlimited
EMISSIONS CONTROL SYSTEMS
60
100,000
VIDEO SURVEILLANCE SYSTEM
24
100,000
DOOR SYSTEM
Vapor
12
100,000
Standard & Extended
Revised: 3/31/15
Page 3 of 5
Low Floor Transit Coach Emission Warranty
GILLIG warrants to the ultimate purchaser and each subsequent purchaser that the new vehicle is
designed, built and equipped so it conforms at the time of sale to the ultimate purchaser with all
U.S. federal emissions regulations applicable at the time of manufacture and that it is free
from defects in materials or workmanship which would cause the vehicle to fail to not meet these
regulations within five years or 100,000 miles of operation, whichever occurs first, as measured
from the date the vehicle is placed into service. In no case may this period be less than the
Standard Limited Warranty where applicable to emission warrantable parts. If the
ultimate purchaser registers the vehicle in the state of California (or any other state following
the applicable California Air Resources Board regulations) a separate California Emissions
Warranty applies.
GILLIG warrants to the ultimate purchaser that registers the vehicle in the state of California (or any other
state following the applicable California Air Resources Board regulations), and each subsequent purchaser,
that the new vehicle is designed, built and equipped so it conforms at the time of sale to the ultimate
purchaser with all applicable regulations adopted by the California Air Resources Board at the time
of manufacture and that it is free from defects in materials or workmanship which would cause the
vehicle to fail to not meet these regulations within five years, 100,000 miles or 3000 hours of
operation, whichever occurs first, as measured from the date the vehicle is placed into service. In no case
may this period be less than the basic mechanical warranty provided to the purchaser of the engine.
GILLIG warrants to the ultimate purchaser and each subsequent purchaser that the tires on this vehicle
conform at the time of sale to the ultimate purchaser with all U.S federal emissions regulations and all
applicable regulations adopted by the California Air Resources Board at the time of manufacture and are free
from defects in materials or workmanship which would cause the vehicle to fail to not meet these regulations
for a period of 2 years or 24,000 miles, whichever occurs first.
This list of emission control parts may be covered by the Emission Warranty under certain
failure modes.
• Ambient Air Temperature Sensor
• Charge Air Cooler and associated plumbing
• Wire harness circuits connected at both ends to emissions warrantable components
• Exhaust gas pipes from turbocharger out to the last after treatment device
• Urea quality sensor
• Urea tank, heating element, level sensor, temperature sensor, coolant control valve
• Urea lines and line heater controls
• On -Board Diagnostic (OBD) Malfunction Indicator Lamp (MIL)
• Diesel Exhaust Fluid (DEF) Lamp
• OBD Connector
Standard & Extended
Revised: 3/31/15
Page 4 of 5
NOTES
(1) Coverage ceases at the first expiration of the time or distance noted.
(2) Full coach warranty includes and applies to electrical, doors, seats, flooring, roof hatches, destination
signs, wheelchair ramp, handrails, radio, PA, etc., but not to IVS systems or special options.
(3) Fleet defect coverage is for a maximum of 12 months or 50,000 miles and includes all components
and assemblies on the vehicle.
(4) Basic body structure warranty includes and applies to structural members in the body and
undercarriage including the structural members in the suspensions.
(5) The corrosion and structural integrity guarantee covers against a significant loss of structural integrity
of the assembly or its functional performance, resulting from a pertinent loss of cross - section due to
corrosion caused by normal environmental elements but excludes corrosion caused by aggressive road
de -icers such as Magnesium. Chloride or equivalents, unless Gillig approved preventative measures are
taken (see Service Manual).
(6) Extended coverage may not duplicate Standard Limited warranty coverage. Note: Please refer to OEM
warranty documents for details.
(7) Use of non -ASTM biodiesel blends from non- BQ9000 suppliers in excess of B20 may void the engine
manufacturer's warranty on fuel related components, and also may void warranties of hoses, seals and
fittings in contact with the fuel.
Standard & Extended
Revised: 3/31/15
Page 5 of 5
10 ai[ol 1►�Cll
All the following general comments and clarifications may not apply to your specific
procurement, but they are included so as to avoid misunderstandings, so they should not be
construed as making this a conditional bid. These comments do not change the quoted
pricing for the initial order and build.
TAX/FEE STATEMENT
The prices quoted for this procurement are for the specified deliverables only and exclude
(unless specifically noted by buyer or seller) any Local, City, County, State, Franchise or
Income or Value Added(VAT) taxes, tariffs, fees, business licenses, or other licenses, that
may need to be paid as part of the performance of this contract, or any option of it. If any
additional fees are required, they will be noted and added to the appropriate invoice.
PAYMENT
All Prices are in U.S. Dollars and payments are only accepted on U.S. bank checks or via
electronic funds transfers, (no credit, debit or bank cards) and any applicable transaction fees
would be the responsibility of the buyer.
EMISSIONS AND OTHER REGULATED OR MANDATED CHANGES
The prices quoted for the initial build quantity are for vehicles meeting all applicable Federal
and State regulations (including EPA, CARB, or NHTSA requirements) currently known to
be in effect at the time of delivery of those vehicles. Changes caused by or related to
future regulations, any subsequently enacted regulations, or technologies necessitating
revisions from the currently proposed vehicle configuration (e.g. component
change /availability due to emission or other regulations, requirements or mandates), may
require a price adjustment; which would be subject to negotiation and agreement by both
Gillig and the buyer. This latter statement applies to future builds only that may need to use
different components or currently unknown or unavailable technology, to meet regulations or
requirements in effect at the time(s) of those optional deliveries(e.g. costs or technologies to
meet 2017 emission requirements are currently unknown).
OPTIONAL BUILD PRICING
Most bids include a PPI adjuster to determine pricing for future builds, and this is to clarify
that bus pricing for such future build quantities may be different from the PPI adjusted price
because of the above regulated/mandated changes and/or due to customer initiated change
notices.
1 •
JOSEPH POLICARPIO
TITLE VICE PRESIDENT
DATE JULY 9, 2015
1/18/2007(2 -13)
ESIMS
PACKAGE 2: PRICE PROPOSAL
5. Explanation of Method for Price Adjustments of Base Pricing Proposed.
Because the CMPC member agencies will be ordering vehicle configurations
that will vary from the base RFTA vehicle specified in Section 6, Proposer is to
describe and document the process for transparent non - cardinal change price
adjustments to the base price proposed to justify a fair and reasonable price
when modifying orders to accommodate various CMPC member needs.
GILLIG has quoted the vehicle configurations requested in the proposal along with
options pricing for various components.
GILLIG can quote on request additional non- cardinal change price adjustments to the
base price for the CMPC review and approval prior to modifying orders based on CMPC
member needs.
Should an option be requested from one of the CMPC member agencies which is not
listed in GILLIG's listing of Optional and Alternative Equipment, GILLIG will provide a
quote based on then current information, vendor pricing and other quoted contracts. In
the event that a mutually agreeable price cannot be determined, GILLIG will assist the
CMPC member in identifying an alternative selection which may include foregoing the
requested item.
In compliance with your specifications, Subject to the CMPC's right to order
modifications, any vehicles purchased under assignment shall have the same
specifications as the vehicles purchased under this Contract.
The price of the vehicles for purchase after the first contract year (2016 -2020) shall be
the unit price of the 2015 ( "Base Order Price ") vehicles, adjusted by multiplying the
base order price by the following fraction:
Latest Published Preliminary Index Number Prior to Notice of Order of
Indentified Quantity(ies) in Year 2016 -2020 I Index Number on Effective
Date of the Contract
The Index shall be the Producer Price Index for Truck and Bus Bodies, Series No.
1413, published by the United States Department of Labor, Bureau of Labor Statistics,
or if such Index is no longer in use, then such replacement that is most comparable to
the Index as may be designated by the Bureau of Labor Statistics, or as agreed by the
parties.
Colorado Mountain
Purchasing Consortium
PURCHASE AGREEMENT
Between
Agency
Address
AND Gillig LLC
For
Quantity and Description
PROPOSAL # CMPC- 15- LTB -RFP
Awarded: July 13, 2015
by
Eagle County Government
P.O. Box 850
Eagle, Colorado 81631
Exhibit C
PURCHASING AGREEMENT
Eagle County Award 4CO -2015-
Issued By:
Eagle County
P.O. Box 850
Eagle, CO 81631
Administered By:
Director of Transportation
Contractor:
Gillig LLC
Address:
25800 Clawiter Road
Hayward, CA 94545
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 large transit buses, 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 -
15-LTB-RFP dated January 12, 2015 (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 transit buses
using state and /or federal grant dollars (the "Solicitation "); and
WHEREAS, Gillig LLC ( "Manufacturer ") submitted a proposal on March 23, 2015 (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 for the bus length(s) identified by the CMPC;
and
WHEREAS, Insert Agency Name ( "Agency ") is a participant in the CMPC and
desires to purchase the below described make and model vehicle(s) from the
Manufacturer in accordance with said Solicitation; and
WHEREAS, Manufacturer 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 the
Manufacturer and Agency in connection with the procurement of said vehicles.
NOW, THEREFORE, in consideration of the foreclosing and following promises,
Manufacturer and Agency agree as follows:
Equipment:
a. Manufacturer agrees to provide the following vehicles and associated components
(hereinafter referred to as the "Equipment ") as more specifically identified in the Agency
Order which is attached hereto as Exhibit A, and incorporated herein by this reference:
Bus Size Length
Fuel Type: Fuel
Quantity: Quantity
b. Manufacturer shall comply with all general requirements, conditions and terms as
set forth in the RFP, including all approved deviations.
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 the Manufacturer will be notified by the I Oth 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 and notify the
Manufacturer of non - acceptance of each vehicle. The defects detected during these tests
shall be repaired according to the procedures defined in Section 4: Special Provisions,
SP. 1 of the RFP. In the event Agency does not accept the Equipment for any reason in
its sole discretion, then the Manufacturer 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 Manufacturer for the Equipment in accordance with the
rates shown in Exhibit A, and calculated as follows:
Purchase Description
Unit Cost Total Cost
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 Manufacturer 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
Manufacturer 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, Manufacturer 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 Manufacturer
hereunder and Manufacturer 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
Manufacturer 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
week Monday through Friday. No deliveries shall be made on weekends or holidays.
Delivery of the Equipment shall be completed on or before 365 days from date of firm
order provided written notification from the agency is received by the Manufacturer 480
days prior to delivery, with the exception of 2015 and 2016 vehicles as defined in the
Best and Final Offer.
b. Manufacturer and Agency agree that if delivery is not made within a maximum of
480 days, as liquidated damages (but not as a penalty) Manufacturer shall pay Agency
one hundred dollars ($100.00) per calendar day, per vehicle.
C. The Manufacturer is required to work with the CMPC Program Administrator on all
contract delay related issues, per Section 3: General Conditions of the RFP, G.C. 9.3.
Finalized order dates are to be communicated to the CMPC Program Administrator to
track adherence to delivery timeframe requirements. Notifications of any production
delays that would result in late delivery or liquidated damages must be communicated by
the Manufacturer to the Agency and CMPC Program Administrator per Section 4:
Special Provisions of the RFP, SP 6.
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: Manufacturer shall execute all documents required by Agency to
transfer title of the Equipment to Agency as identified in Section 4: Special Provisions
Table 1: Contract Deliverable of the RFP. Manufacturer 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, Section 4, SP 2.3.
6. Other Contract Requirements and Manufacturer Representations
a. Manufacturer 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. Manufacturer 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 Manufacturer of any of its responsibilities. Manufacturer represents and
warrants that it has the expertise and personnel necessary to properly perform the terms
of this Agreement. Manufacturer shall provide appropriate supervision to its employees
to ensure the performance in accordance with this Agreement. Manufacturer 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 Manufacturers
supplying similar equipment and services.
d. Manufacturer warrants merchantability and fitness of the Equipment for
its intended use and purpose.
e. Manufacturer agrees to provide the standard manufacturer and component
warranties as stated in Section 7: Warranty Provisions, of the RFP unless any accepted
deviations to Section 7 were accepted by the CMPC as part of the initial proposal or Best
and Final Offer proposal for each vehicle purchased under this Purchase Agreement. All
accepted deviations are included in the Eagle County Contract Exhibit B. All extended
warranties as provided in CER. 8 Price Proposal Form accepted by the CMPC for each
bus length awarded are referenced in the Eagle County Contract Exhibit B.
f Manufacturer warrants that title to all Equipment shall pass to Agency
either by incorporation into the Agency facility or upon receipt by Manufacturer of
payment from Agency (whichever occurs first) free and clear of all liens, claims, security
interests or encumbrances. Manufacturer further warrants that Manufacturer (or any
other person performing Work) purchased all Equipment free and clear of all liens,
claims, security interests or encumbrances. Notwithstanding the foregoing, Manufacturer
assumes all risk of loss with respect to the Equipment until the equipment has been
delivered. The Agency shall assume risk of loss of the bus on delivery after satisfactory
initial delivery inspection. Prior to this delivery, the Manufacturer shall have risk of loss
of the bus, including any damages sustained during the delivery regardless of the status of
title or any payments related to the bus. Drivers shall keep a maintenance log en route,
and it shall be delivered to the Agency with the bus. If the bus is released back to the
Manufacturer for any reason, then the Manufacturer has the risk of loss upon such
release.
g. Within a reasonable time after receipt of written notice, Manufacturer
shall correct at its own expense, without cost to Agency, and without interruption to
Agency as defined in Section T
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 Manufacturer in law or in equity.
i. Manufacturer 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, Section 7, WR 2.2. 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
Manufacturer except that of independent Manufacturer . Manufacturer shall have no
authority to bind Agency.
k. Manufacturer represents and warrants that at all times in the performance
of the Agreement, Manufacturer 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. Manufacturer 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 Manufacturer has no beneficial interest, direct or indirect, that
would conflict in any manner or degree with the performance of the Agreement and
Manufacturer shall not employ any person having such known interests.
r. The Manufacturer, 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, Agency Order
3) The RFP
4) Manufacturer Proposal and related BAFO
which are agreed to by Manufacturer, 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. Manufacturer's Agreement: Gillig LLC 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- 15- LTB -RFP, in accordance with the Contract
Documents.
Gillig, LLC
By:
Representative
Title
Date:
CMPC Member Agency:
SI
Agency Representative
Title
Date:
�'► CERTIFICATE OF LIABILITY INSURANCE
DATE (M M /DD/YYYY)
8/11/2015
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 CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
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
Tave Risk Management
450 Skokie Blvd. -Bldg. #800
Northbrook IL 60062
CONTACT
NAME:
PHONE 847- 267 -0415 FAX 847- 267 -0478
E-MAIL taveriskmanagement @taverm.com
INSURERS AFFORDING COVERAGE
NAIC #
021458392
INSURER A:Lexington Insurance Company
19437
EACH OCCURRENCE
INSURED GILLI -1
INSURERB:Zurich American Insurance Co.
16535
INSURERC:American Zurich Insurance Co.
40142
GILLIG LLC
INSURER DACE American Insurance Company
25800 Clawiter Road
Hayward CA 94545 -3213
INSURER E
INSURER F
MED EXP (Any one person)
$0
rrnvco Af_cQ f`CDTICIr'ATC AIIIMRPR• 134816768 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION 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,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
INSD
WVD
POLICY NUMBER
POLICY EFF
MMIDD/YYYY
POLICY EXP
MM/DD/YYYY
LIMITS
A
x
COMMERCIAL GENERAL LIABILITY
021458392
10/1/2014
10/1/2015
EACH OCCURRENCE
$5,000,000
DAMAGE TO RENTE9_
PREMISES Ea occurrence
$300,000
CLAIMS -MADE F OCCUR
X
MED EXP (Any one person)
$0
SIR $50OK/occ
PERSONAL & ADV INJURY
$5,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$5,000,000
PRODUCTS - COMP/OPAGG
$5,000,000
X POLICY 0 PRO -
POLICY ❑ LOC
$
OTHER:
B
AUTOMOBILE LIABILITY
BAP 5223578 06
10/1/2014
10/1/2015
Ea accident)
$2,000,000
BODILY INJURY (Per person)
$
X ANY AUTO
BODILY INJURY (Per accident)
$
ALL OWNED SCHEDULED
AUTOS
X HIREDAUTOS X NON-OWNED
AUTOS
PROPERTY accident) AM
$
$
X GKLL LMT $1 M
A
X
UMBRELLA LIAB
X
OCCUR
026022516
10/1/2014
10/1/2015
EACH OCCURRENCE
$10,000,000
AGGREGATE
$10,000,000
EXCESS LIAB
CLAIMS -MADE
DED X RETENTION $10,000
$
C
D
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
ANY PROPRIETOR /PARTNER/EXECUTIVE
WC 5223575 -06 (DED)
WCUC48138044
10/1/2014
10/1/2014
10/112015
10/1/2015
H
X STATUTE ER
E.L. EACH ACCIDENT
$1,000,000
E.L. DISEASE - EA EMPLOYEE
$1,000,000
OFFICER/MEMBER EXCLUDED? ❑
(Mandatory In NH)
N/A
E.L. DISEASE - POLICY LIMIT
1 $1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required)
Carrier D - ACE American Insurance Company
$400,000 SIR Each Accident
$400,000 SIR Each Employee Disease
RE: Colorado Mountain Purchasing Consortium (CMPC) RFP No. CMPC- I5 -LTB -RFP Attn: Ann Beauvais, CMPC Program Administrator
See Attached...
f`CDTICIf`ATF HOLDER CANCELLATION
U 7988 -204 ACORD CORPORA I ION. An rign[s reserveu.
ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD
Exhibit D
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Eagle County RTA
ACCORDANCE WITH THE POLICY PROVISIONS.
Attn: Director of Transportation
AUTHORIZED REPRESENTATIVE
3289 Cooley Mesa Road
Gypsum CO 81637
U 7988 -204 ACORD CORPORA I ION. An rign[s reserveu.
ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD
Exhibit D
1.
AGENCY CUSTOMER ID: GILLI -1
_ LOC #:
ACCOREP ADDITIONAL REMARKS SCHEDULE Pagel of 1
AGENCY
Tave Risk Management
NAMED INSURED
GILLIG LLC
25800 Clawiter Road
Hayward CA 94545 -3213
POLICY NUMBER
CARRIER
NAIC CODE
EFFECTIVE DATE:
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE
County RTA, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and volunteers are
anal insureds on the General Liability and Auto Liability policies. This statement is subject to policy terms and conditions; where
;d by written contract.
ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD