No preview available
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