Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC15-370 ElDorado National-CaliforniaColorado 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
strong and competitive proposal s
Mountain West.
Sincerely,
Ann Beauvais
RAE Consultants, Inc.
CMPC Program Administrator
in our solicitation and look forward to receiving
that meet the needs of agencies in the Rocky
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
ann @raeconsultants.com
January 12, 2015
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.eaglecounty.us /rfp or by email at
ann @raeconsultants.com
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:
https: // global .gotomeeting.com /join/248552613
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.
2
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:
BRT.
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: ann @raeconsultants.com
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.eaglecounty.us /rfp or by email at: ann @raeconsultants.com
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 S. 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:
https: // global. gotomeeting.com /join/248552613; 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
SECTION 2: INSTRUCTIONS TO PROPOSERS ............................ ..............................2
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 ............................................................................................. ..............................5
IP 7. DBE Requirements for Transit Vehicle Manufacturers ................... ............................... 5
IP 8. 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 ....................................................................... ............................... 8
IP 10.3 Protests on the Recommended Award ....................................... ............................... 8
IP10.4 FTA Review ........................................................................................... ............................... 9
IP 11. Preparation of Proposals ........................................................................ ............................... 9
IP 11.1 Use of Proposal Forms ..................................................................... ............................... 9
IP 11.2 Proposal Format Requirements .................................................... ............................... 9
IP 11.3 Agency Treatment of Proprietary /Confidential Information ........................... 12
IP 11.4 Signing of Proposal Forms ............................................................ ............................... 13
IP 11.5 Modification or Withdrawal of Proposals ................................. ............................... 13
IP 11.6 Ownership and Cost of Proposal Development ....................... .............................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: ann @raeconsultants.com
Telephone: 719 - 447 -7623
Section 2
The RFP Package can be obtained online at http: / /www.eaglecounty.us /rfp or by
email at: ann @raeconsultants.com
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:
https: // global. gotomeeting.com /join/248552613; 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
kelley.collier @eaglecounty.us (preferred 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.
ann @raeconsultants.com (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 4220.11F or its successor may be obtained from Ann Beauvais, CMPC
Program Administrator, ann @raeconsultants.com, 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
disclosed under state or federal law,
Eagle County will use best efforts
information identified in Package 4.
Section 2
or by order of court competent jurisdiction,
to withhold from disclosure proprietary
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
SECTION 3: GENERAL CONDITIONS ........................................................ ..............................2
GC1. Definitions ............................................................................................................... ..............................2
GC 2. 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
GC 5. Title and Warranty of Title ................................................................................ ..............................5
GC 6. Intellectual Property Warranty ........................................................................ ..............................5
GC7. Data Rights ............................................................................................................. ..............................6
GC 7.1 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
GC 9.3 Excusable Delays /Force Majeure ............................................................. ..............................8
GC9.4 Termination ..................................................................................................... ............................... 9
GC9.5 Compliance with Laws and Regulations ................................................ .............................12
GC9.6 Changes of Law ............................................................................................. .............................12
GC9.7 Governing Law and Choice of Forum ..................................................... .............................12
GC9.8 Disputes ............................................................................................................ .............................13
GC 9.9 Maintenance of Records; Access by Agency; Right to Audit Records ....................15
GC 9.10 Confidential Information .......................................................................... .............................16
GC 9.11 Conflicts of Interest, Gratuities ............................................................. .............................16
GC 9.12 General Nondiscrimination Clause ........................................................ .............................17
GC 9.13 Amendment and Waiver ........................................................................... .............................17
GC 9.14 Remedies Not Exclusive ........................................................................... .............................17
GC9.15 Counterparts ................................................................................................. .............................17
GC9.16 Severability ................................................................................................... .............................17
GC9.17 Third -Party Beneficiaries .......................................................................... .............................18
GC 9.18 Assignment of Contract ............................................................................ .............................18
GC 9.19 Independent Parties ................................................................................... .............................18
GC9.20 Survival ........................................................................................................... .............................18
GC 10. 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 i 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
DEFAULT
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:
http: / /www.dhs.gov /xprevprot /programs /qc 1185221678150.shtm
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
SECTION 4: SPECIAL PROVISIONS .......................................................... ..............................2
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 Schedule ........................................................................................... ..............................4
SP2.3 Contract Deliverables .................................................................................... ..............................4
SP 3. Multiyear Quantity Purchases and Multiyear Contract Pricing .......... ..............................8
SP4. Assignability of Quantities ................................................................................ .............................10
SP5. Payment .................................................................................................................. .............................10
SP5.1 Payment Terms .............................................................................................. .............................10
SP5.2 Payment of Taxes .......................................................................................... .............................11
SP 5. 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
SP 7.4 Agency- Furnished Property ........................................................................ .............................13
SP 8. Federal Motor Vehicle Safety Standards (FMVSS) .................................. .............................14
SP9. Insurance ................................................................................................................ .............................14
SP10. 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 1
Contract
Deliverables
Deliverable aMPC 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 certificate(s) - 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 copy of 1
order
QA purchasing certifications 30 days following first Pre-
1 per
8. acknowledging receipt of Review
Production Meeting Hardcopy 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 aMPC 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
CMPC 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 /
Electronic
1 / 1
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 aMPC Due Date Format Quantity
31. FTA Post - Delivery Audit: Approval 10 days prior to bus delivery Hardcopy / 1 / 1
FMVSS Electronic
Professionally prepared Electronic32. 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 CMPC
35.
Preventative maintenance
Review With each bus delivery Hardcopy / agency:
defined
manuals Electronic
at time
of order
Per CMPC
Diagnostic procedures Hardcopy / agency:
36.
manuals
Review With each bus delivery Electronic
defined
at time
of order
Per CMPC
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 CMPC
Hardcopy/ agency:
39. Component repair manuals Review With each bus delivery Electronic
defined
at time
of order
Per CMPC
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 aMPC Due Date Format Quantity
CY CY CY Jan. - Total
Agency
47 Driver's log and incident Review With each bus delivery if drive- Hardcopy 1 per bus
2019
report
By
away service is used
2015
As -built drawings; to include
2020 Agency
48 as built wiring diagrams for Review
Within 60 days after final bus
Electronic 1
0
ITS components if system is
3
delivery
City of Greeley CNG 35'
pre- wired.
2 4 2 5
SP 3. Multiyear Quantity Purchases and Multiyear Contract
Pricing
Table 2
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
Section 4
Implementation of sustainable practices may include maximizing the use of
environmentally and socially responsible materials and services, utilizing energy -
efficient and non - polluting vehicles, equipment and processes, and ensuring employee
awareness of sustainability initiatives.
15
CMPC- 15- LTB -RFP January 2015
Colorado Mountain Section 5
Purchasing Consortium
Table of Contents
SECTION 5: FEDERAL REQUIREMENTS .................................................. ..............................2
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
FR 4. Civil Rights Requirements .................................................................................. ..............................3
FR 5. No Government Obligation to Third Parties ................................................ ..............................4
FR 6. Program Fraud and False or Fraudulent Statements or Related Acts .............................5
FR 7. Suspension and Debarment .............................................................................. ..............................5
FR 8. Disadvantaged Business Enterprise ( DBE) .................................................. ..............................6
FR 9. Clean Water Requirements ............................................................................... ..............................6
FR10. Clean Air Requirements .................................................................................... ..............................7
FR 11. Compliance with Federal Lobbying Policy .................................................. ..............................7
FR12. Buy America .......................................................................................................... ..............................7
FR 13. Testing of New Bus Models ............................................................................. ..............................8
FR 14. Pre -Award and Post - Delivery Audits ............................................................ ..............................8
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
TS 5.3 Service Life ..................................................... ............................... 16
TS 5.4 Maintenance and Inspection .............................. ............................... 16
TS 5.5 Interchangeability . ............................... ........... ....................... I....... 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
TS 6. 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 Cl earance ....................................... ............................... 22
TS 6.6 Ramp Cl earances ............................................. ............................... 22
TS 6.7 Ground Cl earance ............................................ ............................... 23
TS 6.8 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 Section 6
Purchasing Consortium
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
TS 17.1 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
TS 29. 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 2 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
TS 42. 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 Section 6
Purchasing Consortium
TS 45.2 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 .......................... ............................... I......... I... 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
TS 51. 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
TS 51.5 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
TS 60.1 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 4 January 2015
Colorado Mountain Section 6
Purchasing Consortium
TS 64.1 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
TS 71.4 Headlights ....................... ............................... ............................112
TS 71.5 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
TS 73.4 Rear Bulkhead .................. ............................... ............................115
TS 73.5 Headlining ....................... ............................... ............................115
TS73.6 Fastening ........................ ............................... ............................115
TS 73.7 Insulation ........................ ............................... ............................115
TS 73.8 Floor Covering .................. ............................... ............................116
TS 73.9 Interior Lighting ............... ............................... ............................116
TS 73.10 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
TS 74. Fare Collection ...................... ............................... ............................119
TS 75. Interior Access Panels and Doors (Transit Bus) ........ ............................119
TS 75.1 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 1z January 2015
Colorado Mountain Section 6
Purchasing Consortium
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
TS 76.7 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
TS 78.1 Transit Bus ...................... ............................... ............................129
TS 78.2 Materials and Construction . ............................... ............................129
TS 78.3 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
TS 82.1 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 6 January 2015
Colorado Mountain Section 6
Purchasing Consortium
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
TS 86.10 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
INTRODUCTION
CMPC TRANSIT AGENCY SPECIAL OPERATING CONDITIONS
The following information is provided as an introduction to the Technical
Specifications to provide context for Proposers in terms of the overall
environment; climate and operating conditions the CMPC agencies provide
transit in on a daily basis. This information is provided so that Proposals
submitted are tailored to best meet, along with Technical Specification
requirements, the specific environment agencies in Colorado and Wyoming
provide service in, as these agencies have experienced issues with air
compressors and defrost systems in the past. Any design modifications
should be noted in the Proposal with the intent of meeting CMPC member
agency operating requirements. Proposers are to specify if any other
facility equipment or ITS upgrades are required to support any design
modifications proposed. Documentation of successful high altitude, cold
weather operation MUST be submitted with Proposal.
Operating Elevations: 4,500 to 12,000 feet above sea level; typical daily
operations are 8,000 to 10,000 feet.
Ambient Temperatures: -30 degrees to +110 degrees Fahrenheit; Daily
temperature variance of up to 70 degrees.
Prolonged High Speed Operations: 65 MPH for up to 1 hour
Steep Grades: 12% up to 1.5 Miles; 7 -8% up to 10 Miles
5 -6 months of heavy snow and ice conditions and contact with de -icing chemicals
such as magnesium chloride that corrode the bus under carriage.
CMPC- 15- LTB -RFP 8 January 2015
Colorado Mountain
Purchasing Consortium
GENERAL
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 requirements and equipment
to the standard specifications template to address the specific needs of the
consortium transit agencies. As requested by the SBPG Committee, any
additions to the Technical Specifications 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 I 1 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 S. 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 maintenance of
transit equipment. It must be able to be replicated throughout the useful
CMPC- 15- LTB -RFP
17 January 2015
Colorado Mountain Section 6
Purchasing Consortium
life of the vehicle due to employee turnover within the transit agency. In
addition, procedures and practices may be changed or modified by the
manufacturer over time. Rapid changes in technology and technological
advances incorporated in buses today require ongoing and refresher
training. The CMPC has found that previously provided "traditional"
training requirements have not addressed these needs. While not a
requirement, proposers are strongly encouraged to provide training
options in their Proposal that better address the current needs of our
industry and the Proposal evaluation process will reflect this request.
Training options provided by component manufacturers are as important
as those provided by the bus manufacturer.
To provide an example of what the CMPC is seeking, while it is understood
that there can be high costs associated with training, if some costs can be
shared through the development of electronic training modules, ongoing
webinars, or online training programs, the CMPC member agencies will
score favorably any of these provided options. Therefore, Proposers are
encouraged to submit a list of various training options and any associated
costs as part of their proposals.
At minimum, the CMPC is seeking qualified instructors to provide training
at the time of delivery on proper operation and maintenance of the bus as
well as provide teaching aids for use by the CMPC member agency staff
members after initial training has been provided. Proposers who provide
innovative training programs and options could be awarded a significantly
higher evaluation score under Training for exceeding specifications.
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."
Ongoing Technical and Service support beyond the warranty period is
critical to the efficient and cost - effective operation of transit equipment.
This is becoming more important due to the rapid changes in technologies
and the implementation of State of Good Repair (SGR) guidelines issued by
the Federal Transit Administration (FTA). Bus manufacturers should
provide more and stronger assistance in helping transit agencies manage
the maintenance and repair of their vehicles. Similar to the request made
in the Training section above, proposers are encouraged to submit
enhanced Technical and Service support programs and any associated
costs.
Proposers who provide innovative Technical and Service support
programs / options above and beyond the base specification requirement
CMPC- 15- LTB -RFP 18 January 2015
Colorado Mountain Section 6
Purchasing Consortium
could be scored significantly higher during the evaluation process. Both
Training and Technical / Service Support programs are part of the Proposal
evaluation criteria.
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. Special equipment or procedures may be employed to
start the bus after being exposed for more than 4 hours to temperatures less than
30° F without the engine 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 SAEJ1995.
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 SAEJ2805. 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 SAEJ366.
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
DEFAULT
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
DEFAULT
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 Section 6
Purchasing Consortium
DIMENSIONS
TS 6. Physical Size
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.
FIGURE 1
Transit Bus Exterior Dimensions
UUIDTH 11CTH
IExc'u -Ang mlaoml I I „no u N,1
t Rz.
TRANSIT BU S EXTERIOR DIMENSIONS
LL
IT
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
DEFAULT
102 in. Width Bus
Body width shall be 102 in. ( +0, -1 in.).
TS 6.3 Bus Height
DEFAULT
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 member agency
facility door heights, any Proposer with an overall height of over 132
inches must identify the maximum height in the Proposal.
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 J689, 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
VEHICLE PERFORMANCE
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
DEFAULT
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 at 12,000 feet above
sea level.
DEFAULT
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)
DEFAULT
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
DEFAULT
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.
ALTERNATIVE
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
POWERPLANT
TS 9. Engine
Section 6
The engine shall comply with applicable local, state and /or federal emissions and
useful life requirements. The engine shall have a design life of not less than
300,000 miles without replacement or major service. The lifetime estimate is based
on the design operating profile. Due to high altitude operations and loss of
power at altitude, Proposers must take great care in proposing an
appropriate engine capable of providing acceptable performance for the
size of bus proposed.
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. * *Any
such items and procedures must be clearly identified and submitted with
the Proposal. 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
DEFAULT
Supplier shall recommend powerplant. Documentation of successful high
altitude, (8000 - 12,000 feet above sea level) cold weather operation of the
proposed engine; a statement from the engine manufacturer
acknowledging: 1) Any potential altitude and /or cold weather issues; 2)
Any recommended operational procedures and design criteria needed to
address such issues; and the Proposer's recommended solutions to any
recommendations of the engine manufacturer MUST be submitted with the
Proposal.
DEFAULT
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.
DEFAULT
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
CARE 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.
ALTERNATIVE
The radiator and charge air cooler shall be of durable, corrosion - resistant
construction with non - removable radiator headers.
ALTERNATIVE — OPTIONAL PRICING REQUESTED
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
ALTERNATIVE
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
DEFAULT
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
ALTERNATIVE
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 31308.
TS 10.1.4 Mounting
DEFAULT
Standard Mounting Design
Mounting location of radiator and charge air cooler shall be the Contractor's
standard design.
TS 10.2 Charge Air Cooling
DEFAULT
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.
DEFAULT
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
ALTERNATIVE — RFTA REQUIREMENT
The retarder shall be activated by BOTH a hand lever and THE brake pedal. A
switch located in a convenient location in the Driver's area shall allow "Hand Only"
operation of the retarder in one position and "Hand and Brake Pedal" operation in
the other. A 5 -7 position lever mounted on the steering column shall provide hand
control with the percentage of retardation equally split between the positions. When
in "Hand and Brake" the retarder shall be activated during a brake application
AND /OR when the hand control is activated. The CMPC will work with the OEM /drive
system manufacturer to determine retarder performance settings.
DEFAULT
Accessible Retarder Disable Switch
The retarder disable switch shall be accessible to the seated driver.
ALTERNATIVE
Brake lights shall illuminate when the retarder is activated.
ALTERNATIVE
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
An air cleaner with a dry filter element and a graduated air filter restriction indicator
shall be provided. The location of the air intake system shall be designed to
minimize the entry of dust and debris and to maximize the life of the air filter.
Location and design of the fresh air intake shall preclude the buildup of ice
and snow that has impeded engine power for some of the CMPC local
agency members in the past. Proposers are requested to provide drawings
and information on the design of the fresh air intake system and any
available options with their proposal. The engine air duct shall be designed to
minimize the entry of water into the air intake system. Drainage provisions shall be
included to allow any water /moisture to drain prior to entry into the air filter.
DEFAULT
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.
ALTERNATIVE
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.
DEFAULT
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
DEFAULT
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 8117, 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
DEFAULT
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)
DEFAULT
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.
DEFAULT
OEM to designate height of fuel filler.
CMPC- 15- LTB -RFP 37 January 2015
Colorado Mountain Section 6
Purchasing Consortium
DEFAULT
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.
ALTERNATIVE — OPTIONAL PRICING REQUESTED
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 detailed specifications of the various tank options that are offered,
including useful life.
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.
ALTERNATIVE
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.
ALTERNATIVE
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
DEFAULT
Fuel system shall be sized to allow a bus with 20,000 scf on board to defuel within 2.5
hours.
ALTERNATIVE
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.
DEFAULT
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.
DEFAULT
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
ALTERNATIVE
The DEF fluid lines shall be designed with heated lines for temperatures down to -20 °F.
ALTERNATIVE
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
STRUCTURE
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 should also withstand transit service conditions identified in the
CMPC Transit Agency Special Operation Conditions section in the
Introduction of this document.
TS 20. Altoona Testing
DEFAULT (MODIFIED)
The Altoona Test Report shall be provided to the CMPC with the Proposal
submission. Along the report, a plan of corrective action to address
deficiencies, breakdowns and other issues identified during Altoona testing
must be provided. The bus model tested shall match the bus model
proposed for procurement, including structure, axles and drivetrain. Base
model and partial Altoona test reports are acceptable when the
combination of these tests adequately represents the proposed bus model.
TS 20.1 Structural Validation
DEFAULT
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.
ALTERNATIVE — MINIMUM REQUIREMENT
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.
ALTERNATIVE — PREFERRED OPTION
Additional Corrosion Resistance Requirements
The vehicle shall be constructed using only inherently corrosion - resistant materials
and fasteners such as stainless steel or composites to minimize deterioration. The
structure shall not require corrosion - preventive coatings or after treatments, either
during construction or throughout the service life of the vehicle. Additional
technical evaluation points will be awarded to any Proposer who meets
this requirement.
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.
DEFAULT
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.
DEFAULT
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
DEFAULT
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 and one for rear, shall be incorporated into
the frame for pulling the bus out with chain 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.
DEFAULT
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.
DEFAULT
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.
ALTERNATIVE
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 11/2 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.
DEFAULT
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
FIGURE 2
Determining Platform Height
Section 6
AID IN
TS 28.3 Farebox
Farebox placement should minimize impact to passenger access and minimize
interference with the driver's line of sight.
DEFAULT
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.
ALTERNATIVE
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
ALTERNATIVE
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
ALTERNATIVE
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
CHASSIS
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
DEFAULT
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
J534.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
DEFAULT
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.
ALTERNATIVE
Allow upward kneel actuation with ramp deployed.
CMPC- 15- LTB -RFP 53 January 2015
Colorado Mountain Section 6
Purchasing Consortium
ALTERNATIVE
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.
DEFAULT
Painted Steel
Wheels and rims shall be hub - piloted with powder- coated steel (maximum 3.5 mil)
and shall resist rim flange wear.
FA1k94:7 I_lk 10 l 94
Tire - pressure monitoring system shall be an active tire pressure and
temperature monitoring system via a dash mounted display and a wireless
hand tool, the system shall provide accurate, real -time tire pressure and
temperature information, appropriate warnings of high temperatures or
improper inflation pressures. System shall automatically compensate for
routine operating temperatures to minimize "false" warnings.
DEFAULT
Standard non - locking lug nut.
ALTERNATIVE
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
ALTERNATIVE
The tires shall be supplied by the Contractor. Front tires and spare shall have a
steer axle tread design. Rear tire shall have a traction type tread suitable
for winter driving conditions. Final tire determination will require the
approval of the CMPC member agency.
TS 32. Steering
DEFAULT
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)
DEFAULT
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 3)
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
DEFAULT
Brakes shall be self- adjusting. Brake wear indicators (visible brake sensors) shall be
provided on exposed push rods.
ALTERNATIVE
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
DEFAULT
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.
ALTERNATIVE
Microprocessor controlled automatic traction control (ATC) shall be provided.
ALTERNATIVE
The ABS /EBC controller must support EBC1 (PGN 61441) "Brake Pedal Position"
SPN 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.
ALTERNATIVE
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
DEFAULT
Drum Brakes
The bus shall be equipped with brake drums. Brake drums shall allow machining for
oversized linings per manufacturer's specifications.
ALTERNATIVE — OPTIONAL PRICING REQUESTED
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
DEFAULT
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 brake system shall incorporate an audible warning in the
event the bus is put into neutral without the parking brake being set. A
secondary horn shall begin honking repeatedly if the operator's seatbelt is
not fastened at any time the parking brake is not set.
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.
ALTERNATIVE
Braking effort adjustable with hand tools.
ALTERNATIVE
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
DEFAULT
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 J844 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 J844. Nylon tubing shall be installed in accordance with the following color -
coding standards:
DEFAULT
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 310 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.
ALTERNATIVE
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.
ALTERNATIVE
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.
ALTERNATIVE
Air Dryer shall be equipped with heated exhaust port.
CMPC- 15- LTB -RFP 63 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
ELECTRICAL, ELECTRONIC AND DATA COMMUNICATION
SYSTEMS
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 31939 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 'ion" 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 (AVL) 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
SAEJ1455.
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 SAEJ1113 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
J1113.
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)
DEFAULT
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.
DEFAULT
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
ALTERNATIVE
Color code each voltage.
TS 40.1.3 Jump -Start
ALTERNATIVE
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.
ALTERNATIVE
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.
DEFAULT
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 J1127, J1128 and J1292. 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 SAE31939 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.
DEFAULT
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 42.2.11/0 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 J1708/J1587 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.
DEFAULT
No requirement for mock -up board.
ALTERNATIVE — OPTIONAL PRICING REQUESTED
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
DEFAULT
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
DRIVER PROVISIONS, CONTROLS AND INSTRUMENTATION
TS 44. Driver's Area Controls
TS 44.1 General
In general when designing the driver's area, it is recommended that SAE 1833,
Human Physical Dimensions," be used.
Switches and controls shall be divided into basic groups and assigned to specific
areas, in conformance with SAE Recommended Practice J680, 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
J287, "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
ALTERNATIVE
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 J2402,
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.
DEFAULT
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 Bus)
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
Defroster fan Rotary, three-
Side console
dg sh
Permits defroster: fan off,
position detent wi low, medium or high
left
Defroster
Variable position
Side console
left Adjusts defroster water flow
temperature wi and temperature
dgsh
Windshield One- variable rotary Dash left Variable speed control of left
wiper position operating
both wipers wing and right windshield wipers
Windshield
Push button
Dash left
Activates windshield washers
washer wing
Dash panel Rotary rheostat or
Side console
or dgash left
provides adjustment for light
lights stepping switch 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' dash right
area, key required
wing
CMPC- 15- LTB -RFP 79 January 2015
Colorado Mountain
Purchasing Consortium
TABLE 6 (Transit Bus)
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 kneelTwo - 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
i
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
momentary switch Side console
Triggers event equipment, Amber light
event switch
with plastic guard
triggers event light on dash
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 outsideMirrorheatertemperatureSideconsole
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 to 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 Bus)
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
Mobile data
terminal coach Above right
Facilitates driver interaction LCD display with
terminal operator interface dash wing
with communication system visual status and
panel
and master log -on text messages
Farebox
Farebox coach
Facilitates driver interaction
interface
operator interface Near farebox
with farebox system LCD display
panel
I 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 andParkingbrakePneumaticPPVordashleft
release parking brake
Red light
wing
Vertical side
Park brake of the side Permits driver to push and
release
Pneumatic PPV
console or hold to release brakes
dash center
Hill holder
Two - position
Side console
Applies brakes to prevent
momentary switch bus from rolling
I 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 operators 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 Bus)
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 lightdisabledetentedorapproved
retardation /regenerationlocation
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 drivers 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 audiblesbuttonaudiblealarms
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
secondary,
Dash center Visual indication of primary Red light and
gauge
5 psi increments
panel and secondary air systems buzzer
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 lightfunctiondashcenter
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
specific or Detects levels of methane
Solid red at 50%
detection LEL
dash center
LEL
CMPC- 15- LTB -RFP 82 January 2015
Colorado Mountain
Purchasing Consortium
TABLE 6 (Transit Bus)
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 /pressureonfueltype
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 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
ALTERNATIVE
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.
DEFAULT
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
DEFAULT
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
ALTERNATIVE
Coat Hook
A hook and loop shall be provided to secure the driver's coat.
TS 45.2 Drink Holder
DEFAULT
No drink holder.
TS 45.3 Storage Box
DEFAULT
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.
ALTERNATIVE
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
DEFAULT
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
DEFAULT
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 (ALR). 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
ALTERNATIVE
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.
ALTERNATIVE
Adjustable- height D -ring.
ALTERNATIVE
All seatbelt assemblies shall come equipped with a warning switch device to remind
operators to buckle up.
Lap Belt Length
ALTERNATIVE
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 it.
TS 47.3 Adjustable Armrest
DEFAULT
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
DEFAULT
Open -cell polyurethane (FMVSS 302).
CMPC- 15- LTB -RFP 89 January 2015
Colorado Mountain
Purchasing Consortium
TS 47.6 Pedestal
DEFAULT
Powder - coated steel.
TS 47.7 Seat Options
Section 6
seat alarm
fabric options: Recaro Ergo Metro AM80 with adjustable 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.
ALTERNATIVE
Exterior mirrors shall be installed with a breakaway mounting system.
ALTERNATIVE
Spring - loaded mirror heads auto return.
ALTERNATIVE
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
DEFAULT
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.
ALTERNATIVE
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
ALTERNATIVE
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.
ALTERNATIVE
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
WINDOWS
TS 48. General
Section 6
Use with 29 -30 ft length: A minimum of 6000 sq in. of window area, including
operator and door windows, shall be required on each side of the standard
configuration bus.
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 J1050.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 J673.
ALTERNATIVE
No band required.
DEFAULT
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.
DEFAULT
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 J673.
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.
ALTERNATIVE
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
ALTERNATIVE
Maximum Egress
Every window shall be capable of being made an egress window.
ALTERNATIVE
Hidden Frame (Seamless)
openable windows with inward - opening transom panels
TS 51.3 Configuration
ALTERNATIVE
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
DEFAULT
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 J673.
DEFAULT
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
DEFAULT
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 J673.
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
DEFAULT
No requirement for rear window.
CMPC- 15- LTB -RFP 95 January 2015
Colorado Mountain
Purchasing Consortium
HEATING, VENTILATING AND AIR CONDITIONING
Section 6
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.
DEFAULT
HVAC equipped. See below for configuration.
DEFAULT
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.
ALTERNATIVE (DIESEL OR CNG BUSES) - OPTIONAL PRICING REQUESTED
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.
Due to CMPC agencies' operating conditions, Proposers offering higher
capacity heating systems that can maintain a temperature closer to 70
degrees F when the outside ambient temperatures are in the range of -30
degrees to 10 degrees F, while minimizing interior noise levels, will be
awarded additional bonus evaluation points for exceeding basic
specification requirements, as this is a fundamental evaluation criteria in
the technical specification area.
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.
DEFAULT
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.
ALTERNATIVE
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 J1939 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.
ALTERNATIVE
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.
DEFAULT
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
I_1ft94N0 111111 lky14
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
J 1939.
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.
ALTERNATIVE
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 J382, "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
DEFAULT
No dedicated evaporator.
ALTERNATIVE
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.
ALTERNATIVE
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.
DEFAULT
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.
ALTERNATIVE
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 O -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.
DEFAULT
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
ALTERNATIVE
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
ALTERNATIVE
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.
ALTERNATIVE — OPTIONAL PRICING REQUESTED
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.
ALTERNATIVE — OPTIONAL PRICING REQUESTED
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.
ALTERNATIVE — OPTIONAL PRICING REQUESTED
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
EXTERIOR PANELS, FINISHES AND EXTERIOR LIGHTING
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 be the
primary design. However some properties purchasing off this procurement have
requested that conventional low -floor body design be one option and low -floor
trolley facade as an additional option. As such, proposers are strongly encouraged
to submit 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.
DEFAULT
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.
DEFAULT
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 J686 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 J587.
ALTERNATIVE
Front Plate or Holder is Required
Location to be provided to OEM.
TS 64.1 Rub rails
DEFAULT
No requirement for rub rails.
CMPC- 15- LTB -RFP 105 January 2015
Colorado Mountain
Purchasing Consortium
TS 65. Fender Skirts
DEFAULT — OPTIONAL PRICING REQUESTED
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)
DEFAULT
Wheel covers not required.
TS 66.1 Splash Aprons
DEFAULT
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.
ALTERNATIVE (TRANSIT BUS)
Full width front 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
DEFAULT
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 over rear settee shall be designed to preclude fumes
and heat into the passenger compartment yet allow access to necessary
components in the engine compartment.
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
ALTERNATIVE
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.
ALTERNATIVE
Standard OEM exterior paint system.
For purposes of evaluation, CMPC is requesting pricing on the RFTA paint
scheme. At time of order, any chosen Proposer will negotiate paint scheme
requirements with CMPC member 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 additional RFTA required internal signage in pictures
on the following page.
l Twi. *wnn
urm wo.an. nW
QDDQ NOT CROSS
IN FRONT OF SUS
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.
DEFAULT
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.
ALTERNATIVE
Contractor to provide details of exterior lighting system.
DEFAULT
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
J593. 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 i 1 January 2015
Colorado Mountain
Purchasing Consortium
TS 71.3 Turn Signals
Section 6
ALTERNATIVE
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.
DEFAULT
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.
ALTERNATIVE
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
INTERIOR PANELS AND FINISHES
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.
DEFAULT
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.
DEFAULT
Interior panel required to meet FMVSS 302.
ALTERNATIVE
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
DEFAULT (TQ
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.
DEFAULT
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, and sidewalls shall be covered with
transit grade upholstery, 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.
ALTERNATIVE
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
ALTERNATIVE
I/O Controlled Lighting
Interior lights shall be programmable through the I/O system.
TS 73.10 Passenger
DEFAULT
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.
ALTERNATIVE
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.
DEFAULT
LED lights.
DEFAULT
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.
LED Reading lights shall be provided above all seats located at least eight
feet behind the driver's seat. Lights shall be controlled by individual
switches accessible by the passenger. Design shall minimize glare on the
windshield. Reading lights shall not interfere will advertising media. A
master switch controlling all reading lights located in the driver's area
shall be provided. Reading lights located over the rear most passenger
seats and opposite the rear door shall be illuminated anytime the bus is in
Night Run or "Night Park."
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
DEFAULT (TC)
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 J1050. 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.
DEFAULT
Agency will install its own farebox. Wiring to be installed at factory for CMPC
member agencies to install fireboxes at each individual agency location.
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.
DEFAULT
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
Colorado Mountain Section 6
Purchasing Consortium
PASSENGER ACCOMMODATIONS
TS 76. Passenger Seating
Proposers shall submit make and model of seat, and seating layout in
Proposal for each vehicle size proposed.
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.
DEFAULT
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).
ALTERNATIVE
Passenger comfort is paramount. Midback or highback non - reclining seat shall be
use wherever possible. AMSCO N2003 should be used for pricing purposes
only.
ALTERNATIVE
Seating in the forward section of the bus shall be installed on raised
platforms wherever possible.
TS 76.2 Rearward Facing Seats (Transit Bus)
DEFAULT
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)
ALTERNATIVE
Fully Cushioned Seats
The passenger seats shall be fully cushioned mid or high back design
throughout the bus (measure to compressed surface, 150 -lb person)
where practicable (rear seats, aisle facing and wheelchair locations may be
excluded from this requirement.)
ALTERNATIVE — OPTIONAL PRICING REQUESTED
Seats shall be constructed of anti - vandal materials.
TS 76.4 Seat back fitness
ALTERNATIVE
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
DEFAULT
No requirements for drain hole provision in seat inserts.
Retractable seatbelts shall be provided at all passenger locations. At a
minimum, retractable seatbelts are required on the four forward facing
passenger seats in the forward most part of the bus.
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
iAE `41' PEINTA
DEFAULT
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 1 /4in. 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 J211a) 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.
DEFAULT
RFTA designated seat fabric: La France 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.
DEFAULT
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
DEFAULT
Door shall be forward of the front wheels and under direct observation of the driver.
TS 78.1.2 Rear Door(s)
ALTERNATIVE
Curbside doorway centerline located rearward of the point midway between the
front door centerline and the rearmost seat back.
DEFAULT
If air - powered, the door system shall operate per specification at air pressures
between 90 and 130 psi.
ALTERNATIVE — OPTIONAL PRICING REQUESTED
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.
DEFAULT
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
outward opening (swing) door is specified, then the maximum
of 13 in. may be exceeded.
or greater and an
outboard excursion
CMPC- 15- LTB -RFP 130 January 2015
Colorado Mountain Section 6
Purchasing Consortium
ALTERNATIVE — OPTIONAL PRICING REQUESTED
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.
DEFAULT
Zip type glazing rubber.
DEFAULT
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 J673.
Glazing material in the rear doorway door panels shall be defined by the CMPC.
Upper section shall be glass and lower section shall be a solid panel.
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
DEFAULT
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 J287, "Driver Hand Control
Reach." The driver's door control shall provide tactile feedback to indicate
commanded door position and resist inadvertent door actuation.
DEFAULT
Door control located on street side.
CMPC- 15- LTB -RFP 133 January 2015
Colorado Mountain Section 6
Purchasing Consortium
DEFAULT
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
DEFAULT
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
ALTERNATIVE
Operator - Controlled Front and Rear Doors (If Applicable)
Operation of, and power to, the passenger doors shall be completely controlled by
the operator.
ALTERNATIVE
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.
DEFAULT
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.
ALTERNATIVE — OPTIONAL PRICING REQUESTED
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.
DEFAULT
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
SIGNAGE AND COMMUNICATION
TS 80. Destination Signs
DEFAULT
A heated destination sign system shall be furnished on the front and on the right
side near the front door. An interior sign shall be located within the bus that
can be viewed by all seated passengers that, when connected to the ITS
system, is capable of displaying "Next Stop" information.
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. The sign shall have a
1708 control.
DEFAULT
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
I_\ 1k 1114 :10 Fit 6lkyI4
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 estop 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."
ALTERNATIVE
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."
ALTERNATIVE
A Clever Devices interior LED sign will be used to display route information
to passengers. The interior sign will also display stop requests when
passengers pull the cable or initiate the stop request system.
CMPC- 15- LTB -RFP 137 January 2015
Colorado Mountain
Purchasing Consortium
TS 82.2 Signal Chime
TS 82.2.1 Transit Bus
DEFAULT
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.
ALTERNATIVE
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
ALTERNATIVE
Provide all wiring and mounting locations for a multi- camera surveillance system,
including the installation of cameras, recorder, microphone, etc. System shall
incorporate a minimum of eight cameras, including one forward facing
windshield camera. Cameras monitoring the interior of the bus shall
provide the highest quality picture, especially under low light /dark
conditions. System should also include Mobile DVR, with a hard drive 2 gig
in size. System shall be compatible and wired to the ITS System IVN for
communication of ITS system information to the video system.
TS 83.2 Public Address System
A public address system shall be provided on each bus for facilitating ITS related
and driver - originated announcements to passengers. The ITS system will utilize
the speaker system of the bus. The gooseneck microphone and pleasure
radio will be implemented as part of this system.
CMPC- 15- LTB -RFP 138 January 2015
Colorado Mountain
Purchasing Consortium
TS 83.2.1 Speakers
DEFAULT
Section 6
Six interior loudspeakers and one exterior speaker between the two doors
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)
ALTERNATIVE
An infrared APC system shall be installed on each door. CMPC member agency to
provide details of APC system, including installation locations and number of buses
to be equipped. The APC controller shall be installed in a location that can be
accessed for maintenance or replacement. See further requirements listed
in 83.5.
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 includes ability for Voice
over Internet Protocol (VoIP) communications.
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. The EA switch should be installed on the left side of the
driver, next to the driver's left leg in a discrete location.
TS 83.5 ITS Components
TS 83.5.1 Clever Device AVL /CAD System that includes the following
components:
IVN3 unit
Interior LED display
Transit control head
CMPC- 15- LTB -RFP 139 January 2015
Colorado Mountain
Purchasing Consortium
Section 6
Emergency alarm switch
iDigi modem for CAD communication
Exterior speaker
Interior connector for existing PA speaker connection
PA plate /broke out parts for existing dash locations
Infodev APC controller and sensor
Traffic signal priority emitter for transit signal
Wire harness with appropriate connectors for bus inputs (reverse,
odometer, door, etc.) to be engineered by Clever Devices
TS 83.5.2 SPX:
SPX Odyssey Farebox with OCU, Mounting Bracket and wiring
harness
TS 83.5.3 Motorola:
Motorola XTL 1500 Digital 800MHZ Radio with mounting kit and
programming
TS 83.5.4 Passenger WiFi modem
TS 84. Event Data Recorders (EDR)
ALTERNATIVE — OPTIONAL PRICING REQUESTED
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 J1939 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.
TS 85. Base Component List
Table 8 lists products that have been previously used and deemed
acceptable." The list is intended to provide a consistent baseline for
preparing proposals 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
Base Component List
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
Section 6
TS 86.10 Dash Fans
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, J1708 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 Scheduling 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
requirements for a passenger is a
wheelchair.
CMPC- 15- LTB -RFP 146 January 2015
Colorado Mountain
Purchasing Consortium
Table of Contents
Section 7
SECTION 7: WARRANTY REQUIREMENTS ............... ............................... 2
WR 1. 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
WR 2.1 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
WR 2.8 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.
Starter.
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
The CMPC requests Proposers to provide on
potential advantageous extended warrantie
requirements identified in Section 6.
WR 1.1.8 Serial Numbers
Section 7
the Pricing Proposal Form any other
s given the technical specification
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
parts
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
SECTION 8: QUALITY ASSURANCE ......................... ............................... 2
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
QA 3.1 Responsibility ........................................................ ............................... 7
QA 3.2 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 Delivery ............................................. ............................... 15
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 effective in -plant quality assurance
organization. It shall be a specifically defined organization and should be directly
responsible to the Contractor's top management.
QA 1.1.2 Control
The quality assurance organization shall exercise quality control over all phases of
production, from initiation of design through manufacture and preparation for delivery.
The organization shall also control the quality of 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.
s
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
io
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.
it
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 Section 9
Purchasing Consortium
CER 3. ADHERENCE TO TECHNICAL SPECIFICATIONS
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 Section 9
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
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 Section 9
Purchasing Consortium
S. Vehicle Performance
Includes:
TS 7 Power Requirements; and
TS 8 Fuel Economy
Proposer Meets Section Specifications
Yes
No
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
MOR
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
Proposer Meets Section Specifications
Yes
Iwo
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
No
Section 9
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
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
No
Section 9
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
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
W
Section 9
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
Proposer Meets Section Specifications
Yes
Ile
Noted Deviations (list all section deviations for consideration here):
Section 9
10
CMPC- 15- LTB -RFP January 2015
Colorado Mountain Section 9
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
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
Im s
Noted Deviations (list all section deviations for consideration here):
11
CMPC- 15- LTB -RFP January 2015
Colorado Mountain Section 9
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
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 Do 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
Overstructure
Understructure
Skin thickness and material
Roof
Sidewall
Skirt panel
Front end
Rear end
Dimensions
GENERAL COACH DATA SHEET
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
ft
ft
ft
ft
ft
ft
ft
in.
in.
in.
in.
in.
in.
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
Front in.
wheelhouses:
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.
F1 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
farebox
Fully seated,
full fuel and
farebox
Fully loaded
standee and
fully seated,
full fuel and
farebox
Crush load
1.5x fully
loaded)
GVWR
GAWR
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 F1 gal
17
CMPC- 15- LTB -RFP January 2015
in.
in.
in.3
hp at
Ib /ft at
RPM
RPM
F1 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
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
Model
Voltage equalizer
Manufacturer
Model
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 warra
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
Section 9
Type:
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
psi
Section 9
Power steering fluid capacity gal
Maximum effort at steering Ibs (unloaded stationary coach on dry asphalt pavement)
wheel
Steering wheel diameter in.
Brakes
Make of fundamental b
Brake chambers vendo
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 diz
Fins per inch
Fin thickness
Section 9
Total cooling and heating system gal
capacity
Radiator fan speed
control
Surge tank capacity quarts
Engine thermostat temperature Initial opening (fully OF
setting: closed)
Fully open °F
FOverheatalarmtemperaturesendingunit °
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
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
Condenserfan
Manufacturer
Model
Fan diameter
Speed maximum
Flow rate (maximum)
Receiver
Manufacturer
Model
Capacity Ibs
Condenser fan drive motors
Manufacturer
Model
Type
Horsepower
Operating speec
in.
in.
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 Btu /hr
Number of rows
Number of fins /in.
Outer diameter of tube in.
Fin thickness in.
Number of heater cores
Floor heater blowers
Front
Rear
Controls
Manufacturer
Model
Driver's heater
Manufacturer
Model
Section 9
25
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Capacity Btu /hr
Ventilation system
Type
Coolant heater
Make r
Model r
Capacity I Btu
Interior lighting
Manufacturer
Type
Number of fixtures
Size of fixtures
Power pack
Doors
Section 9
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 Ibs
Security camera system
Manufacturer I
Model number
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 Ibs
Security camera system
Manufacturer I
Model number
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
b
c
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 31708 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
Mark which size vehicle price
Cost (difference from base + / -)
Compressed Natural Gas (CNG)
proposed for:
Specify Base Fuel Tank Configuration
Range:
El_
32 Foot Bus - Diesel
29 Foot Bus - Diesel
35 Foot Bus - Diesel
1-130 Foot Bus - Diesel 0 40 Foot Bus - Diesel
Base Model Components Specify Manufacturer / Model Number
1. Bus Model and Design
BRT is base primary
design)
2. Engine
3. Transmission
4. Driver Seat
5. Passenger Seat
6. Wheelchair Securement
7. Air Conditioning System
TOTAL BASE COST
Year 1):
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 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. IndividualF]Partnership Corporation Joint Venture
4. Date organized:
State in which incorporated:
5. 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 -15- 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
CER 13. Acknowledgement of Addenda
Section 9
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 Section 9
Purchasing Consortium
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, [insert 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].
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, , 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
SealNotarypublic
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).
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.
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 -15- 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
Purchasing Consortium
Section 10
SECTION 10: CONTRACT
AGREEMENT BETWEEN
EAGLE COUNTY, COLORADO
AND
CONTRACTOR
THIS AGREEMENT ( "Agreement ") is effective as of the day of ,
2014 by and between CONTRACTOR, a XXXX 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 coordi-
nated 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
County, the Town of Avon, the Town of Breckenridge, the Town of Snowmass Village, and the
University of Wyoming (each agency will be individually referred to as a "CMPC agency" and
collectively the CMPC); and
WHEREAS, Eagle County led a procurement on behalf of the CMPC, which procurement 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 the selected respondent to the Colorado Mountain Purchasing Consor-
tium Request for Proposal for 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:
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 CMPC agency as individu-
ally requested by each agency in the same form and with the same terms contained in the at-
tached Exhibit A. 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.
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 Agree-
ment, the terms and conditions set forth in this Agreement shall prevail.
2. County's Representative. The ECO Transit's Department's designee and the CMPC Program
Administrator shall be Vendor's contact with respect to this Agreement.
3. Term of the Agreement. This Agreement skall 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 pay-
able 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 ac-
knowledges that Eagle County serves as the lead agency for the CMPC for the purpose of con-
tracting 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 li-
ability not less than those stated below:
a. Types of Insurance.
i. Workers' Compensation insurance as required by law.
CMPC- 15 -LTB -RFP January 2015
Colorado Mountain Section 10
Purchasing Consortium
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 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 consis-
tent with the foregoing requirements is attached hereto as Exhibit E.
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 offi-
cers, 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.
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
Facsimile: 970 - 328 -3539
E -mail: Kelley.collier @eaglecounty.us
With a copy to:
Eagle County Attorney
500 Broadway
Post Office Box 850
Eagle, CO 81631
Telephone: 970 -38 -8685
Facsimile: 970 - 328 -8699
E -Mail: atty @eaglecounty.us
VENDOR:
Vendor Name
Vendor Address
Telephone:
Section 10
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 re-
lated 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 Agree-
ment 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.
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 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 It vision 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:
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 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 /gc 1185221678150.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 subcontract 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]
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.
COUNTY OF EAGLE, STATE OF COLORADO, By and
Through Its BOARD OF COUNTY COMMISSIONERS
By:
Chairman
Attest:
Bv:
Teak J. Simonton, Clerk to the Board
VENDOR:
By:
Print Name:
Title:
7
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Colorado Mountain
Purchasing Consortium
PURCHASE AGREEMENT
Between
Agency
Address
AND VENDOR
For
Quantity and Description
A,
PROPOSAL # CMPC -I5 -LTB -R
Awarded : XXXXX
by
Eagle County Government
P.O. Box 850
Eagle, Colorado 81631
Section 10
r
CMPC -15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
PURCHASING AGREEMENT
Eagle County Award #CO- XXXXX.
Issued By:
Eagle County
P.O. Box 850
Eagle, CO 81631
Administered By:
Kelley Collier
Director of Transportation
Contractor:
VENDOR
Mailing Address:
Street Address:
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 incorporated herein by
this reference and available for inspection in the offices of the ECO Transit Depart-
ment), which complied with federal guidelines for the purchase of large transit buses
using state and /or federal grant dollars (the "Solicitation "); and
WHEREAS, Vendor submitted a proposal on XXXX (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 Solicita-
tion; 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 Vendor in accor-
dance with said Solicitation; 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
vehicles as set forth below in paragraph 1 hereof; and
WHEREAS, this Purchase Agreement shall govern the relationship between Vendor and
Agency in connection with the procurement of said vehicles.
NOW, THEREFORE, in consideration of the foreclosing and following promises, Vendor
and Agency agree as follows:
1. Equipment:
a. Vendor agrees to provide the following vehicles and associated components
hereinafter referred to as the "Equipment ") as more specifically identified in the Con-
tractor build sheet and preliminary price sheet which is attached hereto as Exhibit A,
and incorporated herein by this reference:
Base Vehicle Size: Size
Fuel Type: Fuel
Quantity: 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 delivery and Vendor will be notified by the 10th day if the vehicle has
been accepted or needs additional work. The post - delivery tests shall include visual
inspection and vehicle operations. Vehicles that fail to pass the post - delivery tests are
subject to non - acceptance. Agency shall record details of all defects notify Vendor of
non - acceptance of each vehicle. The defects detected during these tests shall be re-
paired according to the procedures defined on page XXX of Section XXX of the RFP. In
the event Agency does not accept the Equipment for any reason in its sole discretion,
then Vendor shall upon Agency's request and at no charge to Agency:
i. take the Equipment back;
ii. exchange the Equipment; or
iii. repair the Equipment.
2. Compensation:
a. Agency shall compensate Vendor for the Equipment in accordance with the rates
shown in Exhibit A and calculated as follows:
Unit Cost Total Cost
Purchase Description Unit Cost Total Cost
b. Payment will be made for Equipment satisfactorily delivered and accepted within
thirty (30) days of receipt of a proper and accurate invoice from Vendor and when
CMPC members receive required FTA /CDOT /WYDOT post - delivery paperwork. All in-
voices 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 Agree-
ment, Agency reasonably determines that any payment made by Agency to Vendor
was improper because the Equipment for which payment was made were not provided
as set forth in this Agreement, then upon written notice of such determination and 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.
1
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 by its governing body
in compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local Gov-
ernment 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.
As stated in the Proposal, delivery of the Equipment shall be completed on or before
XXXX weeks of the date of this Agreement.
Agency Delivery Address:
b. Vendor and Agency agree that if delivery is not made within the time specified
at the pre - production meeting in excess of XXXX weeks as noted in as liquidated dam-
ages (but not as a penalty) Vendor shall pay Agency not to exceed $100 per calendar
day, per vehicle.
4. Amendment or Modification: Any amendments or modifications shall be in writ-
ing signed by both parties. No additional Equipment shall be provided by Vendor unless
and until Vendor has obtained written authorization and acknowledgement by Agency
for such additional equipment in accordance with Agency's internal policies. Accord-
ingly, no course of conduct or dealings between the parties, nor verbal change orders,
express or implied acceptance of alterations or additions to the Equipment, and no
claim that Agency has been unjustly enriched by any Equipment, whether or not there
is in fact any such unjust enrichment, shall be the basis of any increase in the compen-
sation payable hereunder. In the event that written authorization and acknowledgment
by Agency for such additional equipment is not timely executed and issued in strict ac-
cordance with this Agreement, Vendor's rights with respect to such additional equip-
ment shall be deemed waived and such failure shall result in non - payment for such
additional equipment.
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 and use of the Equip-
ment to be provided hereunder, the intended use of such Equipment by Agency, and
with all local conditions, federal, state and local laws, ordinances, rules and regulations
that in any manner affect cost, progress, or Equipment.
b. Vendor will make, or cause to be made, examinations, investigations, and tests
as he deems necessary for the performance of this Agreement.
c. The fact that the Agency has accepted or approved the Equipment shall not re-
lieve Vendor of any of its responsibilities. Vendor represents and warrants that it has
the expertise and personnel necessary to properly perform the terms of this Agree-
ment. Vendor shall provide appropriate supervision to its employees to ensure the
performance in accordance with this Agreement. Vendor will provide the Equipment
and any associated services in a skillful, professional and competent manner and in ac-
cordance with the standard of care applicable to vendors supplying similar equipment
and services.
d. Vendor warrants merchantability and fitness of the Equipment for its intended
use and purpose.
e. Vendor agrees to provide the following warranties for each vehicle purchased
under this Purchase Agreement:
INSERT WARRANTY REQUIREMENTS HERE
Agency Reimbursement of Warranty Claim(s) Address:
f. Vendor warrants that title to all Equipment shall pass to Agency either by incor-
poration into the Agency facility or upon receipt by Vendor of payment from Agency
whichever occurs first) free and clear of all liens, claims, security interests or encum-
brances. Vendor further 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 equity.
i. Vendor agrees to work in an expeditious manner, within the sound exercise of
its judgment and professional standards, in the performance of this Agreement as out-
lined in the RFP, Section X. 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 Ven-
dor except that of independent Vendor. Vendor shall have no authority to bind Agency.
k. Vendor represents and warrants that at all times in the performance of the
Agreement, Vendor shall comply with y and all applicable laws, codes, rules and
regulations.
I. This Agreement contains the entire agreement between the parties with respect
to the subject matter hereof and supersedes all other agreements or understanding
between the parties with respect thereto.
m. Vendor shall not assign any portion of this Agreement without the prior written
consent of the Agency. Any attempt to assign this Agreement without such consent
shall be void.
n. This Agreement shall be binding upon and shall inure to the benefit of the par-
ties hereto and their respective permitted assigns and successors in interest. Enforce-
ment of this Agreement and all rights and obligations hereunder are reserved solely for
the parties, and not to any third party.
o. No failure or delay by either party in the exercise of any right hereunder shall
constitute a waiver thereof. No waiver of any breach shall be deemed a waiver of any
preceding or succeeding breach.
p. The invalidity, illegality or unenforceability of any provision of this Agreement
shall not affect the validity or enforceability of any other provision hereof.
q. The signatories to this Agreement aver to their knowledge no employee of the
Agency has any personal or beneficial interest whatsoever in the Equipment described
in this Agreement. The Vendor has no beneficial interest, direct or indirect, that would
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 to this Purchase Agree-
ment, 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 gov-
erned by the laws of the State of Colorado.
8. Contract Documents:
1) Purchase Agreement
2) Exhibit A, Contractor build sheet and preliminary
price sheet
3) The RFP
4) The Proposal
which are agreed to by Vendor, incorporated rein 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 deliv-
ery of the Equipment. The Contract Documents are complementary, and what is re-
quired 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 Docu-
ments 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 Docu-
ments, the document with a higher priority shall control.
9. Vendor's Agreement: VENDOR 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.
15
CMPC -15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Vendor
By:
Representative
Title
Date:
Agency
Agency Representative
Title
Date:
Section 10
16
CMPC- 15- LTB -RFP January 2015
Colorado Mountain Purchasing
Consortium
February 26, 2015
CMPC -15- LTB -RFP Addendum #1:
Addendum #1
Attached are the CMPC responses to the clarifications and questions submitted by
potential proposers on February 13, 2015.
There are a total of 4 files (including this cover page) that address the responses
and revisions provided by the CMPC.
1. PDF table of responses to submitted clarifications and questions. Table includes
question or clarification posed, section reference and page #, and CMPC response.
2. PDF of page 2 of Section 2, the CMPC purchasing quantity table that was not
printing in full. We have tested this revised version and it should print as a
complete table now.
2. PDF of page 8 of Section 4, the CMPC purchasing quantity table that was not
printing in full. We have tested this revised version and it should print as a
complete table now.
Please note: The CMPC would like to clarify in writing Section 2: IP 11.2: Proposal
Format Requirements, page 10. In submitting one (1) electronic copy of the
proposal to the CMPC, proposers are to submit single, searchable, PDF files to
mirror hard copy submissions. One flash drive to include the electronic proposal
documents per manufacturer is permitted as long as the proposal packages
included are clearly marked by size and bus model proposed. Again, the electronic
copy should mirror any hard copy submissions but the CMPC does not want one
large scan of the hard copy documents. The CMPC requires searchable, single file
PDFs so that the information provided can be used by multiple agencies for
evaluation and purchase purposes. Electronic documents are our primary form of
filing because of the number of CMPC agencies and auditors who will review the
information submitted.
CMPC -I5- LTB -RFP February 26, 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
Diesel 29' 0 2 1 0 2 1
Snowmass 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.
CMPC- 15- LTB -RFP 2 January 2015
Colorado Mountain Purchasing Consortium
SP 1. Multiy
Pricing
Table 2
Purchasing Quanti
Purchasing
Agency
City of Aspen
City of Greeley
Eagle County
Mesa County
Town of Avon
Town of
Breckenridge
Town of
Breckenridge
RFTA
Summit County
Town of
Snowmass
Village
University of
Wyoming
Total
Section 4
ear Quantity Purchases and Multiyear Contract
ties
Fuel Vehicle June CY CY CY CY Jan. - Total
Type Size Dec. 2016 2017 2018 2019 June By
2015 2020 Agenc
Diesel 35' -40' 0 3 0 0 1 3 7
CNG 35' 4 2 4 2 5 0 17
Diesel 40' 2 1 1 7 4 0 15
CNG 30' -35' 0 1 0 1 1 1 4
Diesel 35' 0 2 0 0 2 1 5
Diesel 29' 2 0 0 0 0 0 2
Diesel 32' 0 3 2 0 0 0 5
Diesel 35' -40' 0 6 17 7 20 2 52
Diesel 40' 0 0 5 1 8 3 17
Diesel 29' 0 2 1 0 2 1 6
Diesel 35' 2 0 2 0 0 1 5
10 20 32 18 43 12 135
CMPC- I5- LTB -RFP January 2015
CMPC LTB RFP Clarification Requests
Question / Clarification Section Reference / Page # CMPC Response
Section 2 - Instructions to Proposers
Will the requester accept electric vehicles for this RFP? CMPC- IS -LBT -RFP No
The PDF versions available to Proposers show a complete table in both sections 2
It appears that a portion of the quantities by consortium agency table is and 4. We noted that when printed, the tables do not show as defined in the
missing. There are no additional agencies after the Town of Snowmass Section 2 - IP 1. Quantities; Page 2 electronic version, cutting off as identified below the Town of Snowmass Village. The
Village. Please confirm that the entire table is supplied. CMPC is attaching to this addendum single table files for Sections 2 and 4 that can
be printed to show the entire table.
It depends on who the agency is, where they are located, what they need, and if
they can agree to the terms and conditions prior to March 6, 2015. We have a
targeted focus of helping agencies in our Rocky Mountain region, to include FTA
Regions 8 and 6, and helping those agencies who do not have the means to procure
at this level without outside assistance.
With the variety of products offered in your procurement, I foresee interest
from other transit agencies nationwide. Please clarify the Colorado Mountain Agencies wanting to join at this point would have to agree to the consortium
Purchasing Consortium stance on additional FTA funded transit agencies tying Section 2 - IP 1. Quantities; Page 2 procurement model and fee structure, be able to provide a 5 year justifiable capital
into your procurement prior to the RFP due date. Will your Consortium replacement schedule, and their primary funding source, whether it be state DOT or
consider additional transit agencies from other states tying in? FTA dollars, would have to review and support the procurement method. We do not
look to have agencies join the CMPC if they have not run the model past their state
DOT representatives and /or their FTA regional liaisons for prior consent.
We will not delay the existing procurement timeframe to include additional agencies.
See Section 1, RFP Notice, NR. 3 Proposal Due Date and Submittal Requirements.
Envelopes or boxes containing proposals shall be sealed and clearly labeled with thePleaseadvisewhattheproposalsubmissionrequirementsareforexample: Proposal number: CMPC -IS- LTB -RFP and submitted in accordance with thenameofrecipientandstreetaddress. Also please advise how the boxes IP 11. Preparation of Proposals; Page 9 solicitation instructions in Section 2 of the RFP documents. Per Section 2, IP 11.2
containing the proposal should be labeled. Proposal Format Requirements, pages 10 -12, there should be four packages of
materials and clearly identified as such.
If the purpose of scanning is to include one large scan of the proposal as an
electronic file submitted to the CMPC, that is not what the CMPC is asking for. We
require single electronic files, that originated in Word or PDF, not a scan or picture of
We request that the hard -copy Proposals be prepared either double -sided or Section 2 - IP 11.1. Use of Proposal hard copy documents. The electronic files will be heavily used and disseminated, and
single- sided. Single -sided allows for easier electronic scanning on our therefore, we must have single, searchable electronic PDF files to use. We request
systems.
Forms; Page 10
that you continue to provide double sided hard copy proposals as it is our intent to
limit the amount of paperwork we receive hard copy to the minimal amount needed
to submit a proper proposal.
APTA's Standard Bus Procurement Guidelines identifies a standard specification, but
also has "Alternative" specifications for many items. In most cases, the CMPC chose
the specification that best met its needs, whether it was the "Default" or
We seek a clarification regarding the requirement that Contractors use the Alternative" specification. By not changing the format used by APTA, manufacturers
CMPC's form, without alteration for submittal of the Price Proposal. Please be can easily identify items APTA deemed as "Alternatives" from a standard
advised that throughout Section 6 there are Alternative equipment specified. specification. The CMPC is requesting that Proposers provide their base cost on
Most of the Alternative equipment as requested requires additional costing. Section 2 - IP 12.5., #2. Cost the whichever specification is used for a specific component, whether it be what APTA
For instance, Page 67, #TS 40.1.3 - Jump -Start is listed as a Alternative. Evaluation Criteria; Page 20 coins as "Default" or "Alternative." As such there is no need for additional alternate
However, page 35 of Section 9 does not have an Additional Option listing for a pricing Information.
jump -start connector. What form are Contractors to use in providing pricing
responses to all of the required Alternative components? That being said, there are handful of specifications where two different options are
requested along with spate pricing information. We have marked those as
Alternative - Optional Pricing Requested." Those components will have alternative
pricing allowances on the Price Proposal form in Section 9.
Section 3 - General Conditions
The language in Section 3, GC 2 is standard APTA language. The CMPC will not alter
The Cummins engine, Allison transmission and Thermo King HVAC systems language that is APIA standard. The language is provided because the CMPC
are warranted directly by the aforementioned component manufacturer. Bus member agencies must have a way to hold accountable the bus manufacturer when
manufacturers cannot administer warranty restitution on behalf of these three Section 3 - Materials and there are fleet defect and warranty issues. Because our contract will ultimately be
components. We request that these three items be excluded from the nshlWorkmanship; Page 3 with the bus manufacturer and not the component supplier, we must ensure that the
Contractor responsibility for all materials and workmanship. Contractor will take responsibility for all materials and workmanship.
Section 4 - Special Provisions
Gillig requests that the Procuring Agency advise bidders /proposers of any
Local, City, County, State, Franchise or Income taxes, tariffs, fees, business
licenses and special taxes, or licenses that will need to be paid and /or
purchased by the successful bidder /proposer as part of the performance of
this contract or option of this contract. The APTA STANDARD BUS Public transit systems under the CMPC within the State of Colorado and State of
PROCUREMENT GUIDELINES advises that the "Agency shall furnish to all SP 5.2 Payment of Taxes; Page 11 Wyoming are exempt from State and Local taxes. Tax Exempt ID numbers can be
prospective Proposers a list of applicable state and local taxes imposed by the provided at the time of order.
Agency's state or local governments. The Agency shall be liable for any such
state and local taxes applicable to the complete bus as delivered that are
promulgated and become effective between the Due Date and the delivery
date." Please advise.
Y&I-1 f
CMPC LTB RFP Clarification Requests
Question / Clarification Section Reference / Page # CMPC Response
This language is fairly standardized and came predominately from APTA. WeWerequireCMPCclarificationregardingapplicabletaxes. The first sentence of recognize that the Proposer has pay taxes on certain items to supply buses. this section states that member agencies are exempt from payment of Federal
Because the CMPC member agenciesies are exempt from paying taxes, the totalExciseTaxandColoradoStateTax. Further in the same paragraph there is a Section 4 - SP 5.2. Payment of Taxes; contract price proposed shall include compensation for all taxes the busrequirementstatingthattheContractorisresponsibleforascertainingandPage11
manufacturer required to pay by law, but not include these costs as taxespayingthetaxeswhendue. These two statements appear to conflict. Please transferred to the CMPC member agencies. Instead, ad, please roll these taxes into the
confirm whether any taxes are required to be accrued by the Contractor. base cost of the the bus.
Section 6 - Technical Specifications
We would like to make the CMPC aware that the Cummins ISL -G natural gas
fueled engine utilizes a fixed geometry turbo charger which limits the altitude
capability to 10,000 feet above sea level. Above 10,000 feet, the natural gas The CMPC will not modify the specification. TS 9 requests that the bus manufacturer
engine same suffer performance loss and encounter possible long -term and engine manufacturer clearly identify issues related to high altitude and colddurabilityconcerns. Note the Cummins diesel engines which utilize variable Section 6 - TS 7.2 Gradability; Page 25 weather operations. With this information CMPC agencies can make informed
geometry turbochargers are able to meet the 12,000 feet above sea level decisions as to the suitability of the performance of the bus being proposed.
performance requirements. Please adjust the CMPC performance specification
accordingly.
We would like to make CMPC aware that 30' and 32' buses do not have
adequate roof length to accommodate adequate CNG fuel storage tanks to Section 6 - TS 7.4.2 CNG; Page 26 The CMPC will not modify the specification. Proposer is asked to submit tank capacityattaina350milerange. Please revise the range requirements on the 30' and and range for various bus lengths with Proposal.
32' bus lengths to approximately 250 miles.
APTA's Standard Bus Procurement Guidelines identifies a standard specification, but
also has "Alternative" specifications for many items. In most cases, the CMPC chose
the specification that best met its needs, whether it was the "Default" or
Alternative" specification. By not changing the format used by APTA, manufacturers
can easily identify items APTA deemed as "Alternatives" from a standard
specification. The CMPC is requesting that Proposers provide their base cost on
Please advise if the property specific "alternative" requirements are to be whichever specification is used for a specific component, whether it be what APTA
included in the base bus price or priced an as option. Section 6 -TS 12 - Example; Page 32 coins as "Default" or "Alternative." As such there is no need for additional alternate
pricing information.
That being said, there are handful of specifications where two different options are
requested along with spate pricing information. We have marked those as
Alternative - Optional Pricing Requested." Those components will have alternative
pricing allowances on the Price Proposal form in Section 9.
We request clarification on the material required for the diesel fuel tank. Is Section 6 - TS 17.2.1 Design and The CMPC does not require stainless steel, but if proposed, this addition would
CMPC requiring a corrosion resistant stainless steel fabricated fuel tank, or is a Construction, Diesel Fuel Tank(s); Page garner higher evaluation points awarded over a non - stainless steel tank.
corrosion resistant coated mild steel fuel tank acceptable? 36
Does your current defuel system include an earth ground strap or integrated
earth ground? The GILLIG CNG defuel system provides a conductive path from RFTA: integrated earth ground. Mesa County: have not purchased any type of
the tanks to the defuel receptacle on the bus. When the bus defuel system is Section 6 - TS 17.2.2 Design and defueling equipment yet. Looking at an atmospheric defuel valve with a ground
connected to the defuel nozzle, the defuel nozzle /system is to complete the Construction, CNG; Page 41 strap, however are waiting until training in defueling and tank inspection is complete
ground path. The filling station hose would provide the ground path from the to make a final decision. The training is scheduled in March.
fill receptacle on the bus.
We request the deletion of the requirements for sufficient space to be
provided to allow the CMPC member agencies to carry a spare tire. This Section 6 TS 31.2 Tires; Page 54 The CMPC will not modify the specification. If the manufacturer cannot address this
specification is for a low -floor transit bus, which by design does not have requirement, please note this as a Deviation in the Proposal submission.
space to mount a spare tire. Please delete this requirement from the RFP.
Do you have the information on the manufacture, model and size of the front
steer axle and rear drive axle tires that you could provide? Due to new Green
TS 85 Base Component List Table 6 identifies the type of fire requested. Bus
House Gas rules all OEM manufactures are required to report the rolling
resistance values of any tires installed on the vehicles, whether supplied by
Section 6 - TS 31.2 Tires; Page 55
manufacturers determine the actual size of the tires.
the CMPC its members or purchased and installed by the OEM.
Does CMPC or its members have current information on the type, manufacture No. The APTA Standard Bus Procurement Guidelines (SBPG) included this option and
or model of a remote brake wear indicator system that is being requested? Section 6 - TS 35.3 Friction Material; related specifications. Recommended changes to this specification should be
This information would allow us to accurately price the bus with your specific Page 59 forwarded onto the SBPG Committee at APTA.
requirements.
We request clarification from CMPC if they require as a default or as an option Multiplexing is a standard on most buses and this is listed as a specification
multiplex programming software and hardware? No reference is made to
Section - TS 43 Programmabilityon
requirement, not an additional option.
either being required. Please clarify.
Software); ); Page 75e
Yes, a 110V power receptacle is being requested. The intent is to provide power for aWerequestclarificationfromCMPCiftheytrulywanta110Vpowerlaptoporothersimilardiagnosticequipment. A small power inverter shouldreceptacleonthebus. This is a very uncommon request for a transit bus. Section 6 - Table 6 Auxiliary Power; adequately meet the intent of this specification and should not be a significant cost. Additionally, this will add significant cost and complexity to the bus. Note, Page 82 Proposers may decline to provide it or provide cost information if they feel such anmostbusmanufacturersprovidea12Vpowerpluglocatedwithinthedriversoptionmaybecostprohibitive.
area as standard.
Is an open -cell polyurethane or silicon seat cushion required? Please clarify Section 6 - TS 47.5 Seat Structure and
the requirement.
Meterials & TS 47.7 Seat Options; Pages
89 -90
See TS 47.5.
Optional pricing has been requested for the following components: The SBPG included this option and related specifications. Such systems are new to
High - voltage electric- driven A/C system with full hermetic A/C compressor, the industry. If such a system is not currently offered please state so as a
condenser fan, evaporator blower motors and brushless A/C generators. Section 6 - TS 52. Ca pacity and Deviation. If it is available, please provide a detailed description with the proposal. performance; Page 96
Recommended changes to this specification should be forwarded onto the SBPG
Please provide definition of brushless A/C generators. Committee at APTA.
2/26/15
CMPC LTB RFP Clarification Requests
Question / Clarification Section Reference / Page # CMPC Response
The APTA Standard Bus Procurement Guidelines (SBPG) included this option and
Specifications are for an air filter that has a minimum dust holding capacity of related specifications. Recommended changes to this specification should be
120g per 1000 cfm cell. A default requirement is also listed to have cleanable Section 6 - TS 55 Air Filtration; Pages forwarded onto the SBPG Committee at APTA. The CMPC will accept either a
air filters. The filter that is used that has the requirements listed in the 101 -102 cleanable or non - cleanable type of air filter. Proposers should identify in their
specification is of the non cleanable type. Please clarify the requirement. Proposals the type of air filter used, cleanable or replaceable. It is suggested that
the more costly type of air filter is proposed.
Please clarify that just BRT styling is being requested and not the full length Proposers are encourgaged to provide pricing on various body styles offered. TheBRTplusfulllengthfairingdesignasreferencedonpage109, section 69.1 Section 6 - TS 60 Design; Page 104 illustration in TS 69.1 was only intended to be used as a paint scheme. paint scheme design.
Please clarify the requirement for an integrated bike rack mounting provision
on the front bumper. Our bus uses through the bumper holes for slide in stand Section 6 - TS 68.2 Front Bumper; Page One definition of integrated is: "made up of aspects or parts that work well together."
off brackets to be used for mounting the pivot plate and bike rack at the front 108 The specification allows a great deal of Flexibility to the bus manufacturer.
bumper location.
Please clarify if both the low beam and high beam headlights will be LED. Section 6 - TS 71.4 Headlights; Page If LED low and high beam headlights are "Standard OEM Installation" they are
112 required. If not, submit a Deviation request for an alternative design.
We request clarification from CMPC regarding a material conflict on the rear
bulkhead. Section TS 73.4 requires a hard material such as melamine -type be
utilized. Whereas, Section TS 73.5 requires a headlining, rear bulkhead and
sidewalls to be covered in transit grade upholstery, La France Heather Grey. Section 6 - TS 73.4 Rear Bulkhead / The rear bulkhead shall be upholstered as per TS 73.5.
Please clarify which material is to be provided on the rear bulkhead, (a hard 73,5 Headlining; Page 115
material or LaFrance fabric). Your response will allow proper costing of the
Contractor's proposals.
We request that the CMPC specify either the Freedman Seating - CitiSeat or
Freedman Seating - Mid /Hi Featherweight passenger seat as the default
passenger seat. Both models are available with vandal resistant materials,
aisle facing Flip seats and FMVSS certified retractable seat belts. The Section 6 - TS 76.1 Arrangements and Please submit the proposed Deviation on CER 4 Form for Proposal Deviation and CER
American Seating model N2003 does not offer the option for seat belts, aisle Seat Style (Transit Bus); Page 121 9 Form for Proposal Deviation with price data if needed.
facing Flip seats or vandal resistant materials. The American seating N2003
does not meet the CMPC seat design requirements. See attached Freedman
seating literature for details.
We request clarification from CMPC on the Alternative requirement stating that
seating in the forward section of the bus be installed on raised platforms Raised seating platforms provide better views out of the windows and provide for
wherever possible. Please clarify what the goal of raised passenger seating Section 6 - TS 76.1 Arrangements and elevated passenger areas where interior temperatures are more consistent.
would be on a fully accessible low -Floor bus? The raised platform requirement
Seat Style (Transit Bus); Page 121
seems in conflict on a low -floor bus.
We request clarification from CMPC on whether the retractable seatbelts The language is very clear that the CMPC requires seatbelts at all passenger
required in the bid specification are a Default or an Alternative? Additionally, locations, this is not an option, it is a requirement. If the Proposer(s) is unable to
we highly recommend that CMPC clarify that all supplied seatbelts are to be provide seatbelts as requested or required, it will be noted in the review process.
FMVSS certified meeting FMVSS 207, 209, and 210. These are the Federal
Motor Vehicle Safety Standards applicable to passenger seatbelts. If CMPC
Section 6 - TS 76.5 Retractable
In regards to FMVSS requirements, TS 4 adequately covers any FMVSS requirements
does not require the applicable federal certifications, it opens the member Seatbelts; Page 122
pertaining to the manufacture of buses. Passenger seatbelts clearly fall under those
agencies up to significant potential liability exposure. Please revise the requirements.
seatbelt requirements to include the aforementioned FMVSS certification
requirements.
Section 6 - TS 76.3 Padded
Are the Amseco N2003 seats to be included in all base bus configurations? Inserts /Cushioned Seats (Transit Bus); Yes
Page 122
Optional pricing is requested for anti - vandal seat construction. Please clarify if Section 6 - TS 76.3 Padded
this is required for all seating configurations and whether you require stainless Inserts /Cushioned Seats (Transit Bus); For perimeter seating configuration and thermo plastic seats.
steel or thermo plastic seats. Page 122
The specification states "see "hardware mounting" for door system interlock
requirements." Section 39.1 appears to not have the requirements for the rear
Section 6 - TS 78.8.1 Rear Door TS 36 requires door interlocks to: "prevent opening passenger doors." That would
door interlock. Please clarify your request.
Interlocks (Transit Bus); Page 133 include both front and rear doors.
This section states the gooseneck microphone and pleasure radio will be Section 6 - TS 83.2 Public Addressimplementedaspartofthesystem. Please confirm that you require a pleasure
radio (AM /FM), and that It needs to interface through the ITS system. System; Page 138
Confirmed
Please confirm that the APC sensors that should be the base configuration are Section 6 - TS 83.3 Automatic Confirmed that the APC sensors should be the Infodev sensors.
the Infodev sensors listed in section 83.5.1. Passenger Counter (APC); Page 139
We request clarification from CMPC on who will be providing the Driver Display
Unit (DDU) that the contractor is required to install? If the Contractor is Section 6 - TS 83.4.3 Driver Display This information is in TS 83.5.1.
required to provide the Driver Display Unit, please provide additional Unit (DDU); Page 139 provided
information on what is specifically required with brand and model information.
Please confirm that an Odyssey farebox is required in the base bus Section 6 - TS 83.5.2 SPX; Page 140 Confirmed
configuration.
Please confirm your 2 -way radio requirement of the Motorola XTL 1500 radio
with mounting kit. We have been advised that the Motorola XTL line has been Section 6 - TS 83.5.3 Motorola; Page Please note the Deviation in the Proposal submission.
discontinued and replaced with the APX line of radios.
140
Does CMPC or its members have current information on the type, manufacture
or model of a passenger WiFi modem that is being requested? This Section 6 - TS 83.5.4 Passenger WIFI Cradlepoint IBRI100
information would allow us to accurately price the bus with your specific Modem; Page 140
requirements.
2/26/15
CMPC LTB RFP Clarification Requests
Question / Clarification Section Reference / Page # CMPC Response
Does CMPC or its members have current information on the type, manufacture The APTA Standard Bus Procurement Guidelines (SBPG) included this option and
or model of an event data recorder system that is being requested? This Section 6 - TS 84 Event Data Recorders related specifications. Recommended changes to this specification should be
information would allow us to accurately price the bus with your specific EDR); Page 140 forwarded onto the SBPG Committee at APIA.
requirements.
We request clarification from CMPC on whether the Special Equipment (TS
Section 6 - TS 86 Special Equipment; Items listed under TS 86.1 -86.10 shall be included in the base price of the bus. 86.1 through TS 86.10) is to be included in the baseline bus quotation, or on
an additional pricing sheet generated by either CMPC or the Contractor? Pages 142 -144
We request confirmation from CMPC that the listed Alternative Required
Equipment does not need to be priced by the Contractor and provided at time Section 6 - 87 and Table 9, The CMPC does not require pricing for TS 87. Per Section 9, form CER 6, proposers
of proposal for submission. It is our interpretation that we simply need to Alternative Re tRequired Equipment; Pages are required to acknowledge and demonstrate compatibility with the products or
confirm to CMPC whether or not the Alternative Required Equipment is items listed in TS 87 only.
compatible with the buses being bid by the Contractor. Please confirm this is
144 -146
an accurate interpretation.
Please confirm your (AVA) alternative equipment Mackenzie Labs MB -701. It is Section 6 - TS 87 CMPC Alternative AVA equipment will be ordered through RouteMatch and installed by the bus
our understanding that this product has been discontinued. Required Equipment; Page 145 manufacturer. Manufacturer must be able to meet RouteMatch requirements for AVA.
Section 9 - Required Forms and Certifications
There are some deviations to the specification that have price implications. If they
We request clarification from CMPC on how to proceed with the price data do, CER 9 is required to be submitted under Package 2. If there are no price
portion of the deviation. If there is a technical requirement in Section 6 of
Section 9 - CER 9. Form for Proposal
implications, then do not submit information under CER 9.
RFP that our bus design is unable to accommodate, how does this equate to Deviation (with price data); Page 38
price data in any way? Furthermore, there will be deviations that have no CER 4 and CER 9 should be identical except CER 9 should show any price
price impact whatsoever. How are those to be handled? implications.
YN-1 f
Colorado Mountain Purchasing
Consortium
1. March 6, 2015
CMPC -15- LTB -RFP Addendum #2:
Addendum #2
Issue #1: There has been a change to the CMPC purchasing quantity tables
since the last addendum issued on February 26, 2015.
No quantity amount has changed. The only edit is the City of Greeley has
changed the size of vehicle for purchase from 35' to 35' -40'.
Therefore, there are a total of 3 files (including this cover page) that address
this change.
1. PDF of page 2 of Section 2, the CMPC purchasing quantity table to reflect the
City of Greeley size changes.
2. PDF of page 8 of Section 4, the CMPC purchasing quantity table to reflect the
City of Greeley size changes.
Issue #2:
On March 3, 2015, the CMPC received a request from a potential Proposer
requesting to delay the proposal response date by a minimum of one week, and
to adjust the proposal due date to no earlier than March 30, 2015.
After review and consideration, the CMPC has chosen to deny this request.
Proposals remain due by 5:00 pm MDT on March 23, 2015.
The denial of this request is based on two main considerations.
1. The request had no specific reason for requesting the delay. Without any
justification or specific reasoning to review and /or respond to, the CMPC was
unable to determine if the request was valid.
2. The request was not submitted within the CMPC specified timeframes for
request for addenda by the potential Proposer, per Section 2, IP.2 and IP.5 of
the solicitation documents. This request came after requests were due to the
CMPC for consideration and the CMPC was not made aware of any potential
Proposer time constraints before March 3rd
The CMPC procurement timeline was set because many of the CMPC agencies
must purchase vehicles in the next few months in order to satisfy federal and
state grant requirements. It is imperative the CMPC follow its original
procurement deadlines in order to meet the needs of the CMPC member
agencies.
We encourage all potential Proposers to submit proposals with the most
comprehensive data available at the time by March 23rd, 2015.
CMPC -I5- LTB -RFP March 6, 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' -40' 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
Diesel 29' 0 2 1 0 2 1
Snowmass 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.
CMPC- 15- LTB -RFP 2 March 2015
Colorado Mountain Purchasing Consortium Section 4
SP 1. Multiyear Quantity Purchases and Multiyear Contract
Pricing
Table 2
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' -40' 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- I5- LTB -RFP March 2015
Colorado Mountain Section 9
Purchasing Consortium
SECTION 9: FARMS AND CERTIFICATIONS
CER 1, CMPC- I5- LTB -RFP Proposer's Checklist
Package 1: Technical Proposal
6 1. Letter of Transmittal
2. Proposal Contents / Consideration (form)
J 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)
d 8. Production schedule and other Contract commitments for the duration of this Contract
Package 2: Price Proposal
J I. Letter of Transmittal
2. Proposal Contents / Consideration (form)
3. Pricing Proposal (form)
j 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 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)
d 11. All Federal Certifications: (forms)
Buy America Certification
CMPC- I5 -LTB -RI=P January 2015
Colorado Mountain
Purchasing Consortium
Debarment and Suspension Certification for Prospective Contractor
Debarment and Suspension Certification (Lower -Tier Covered Transaction)
Non - Collusion Affidavit
e Lobbying Certification
Certificate of Compliance with Bus Testing Requirement
DBE Approval Certification
Federal Motor Vehicle Safety Standards
e 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
propriefary/confidentiai information. When this occurs, the Proposer must note that iscf in packages T through 3.
2
CMPC- I5- LTS -RFP January 2015
fElDorado
National California
February 24, 2015
Ms. Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
RE: CMPC- I5- LTB -RFP — Package 1 Letter of Transmittal.
Dear Ms. Beauvais:
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement for
the submission of a Package 1 Letter of Transmittal. Contained in Package 1 you will find all of the
required Technical Proposal submission documents. This includes the Proposal Content/Consideration
Form, Technical Proposal, Form for Proposal Deviation (without price data), Vehicle Questionnaire Form,
Form of Acknowledgment of CMPC Alternative Required Equipment and Production and Delivery
Schedules.
As you may be aware, ElDorado National is the largest manufacturer of commercial buses in North
America. We produce in excess of 2,900 commercial buses annually and recently celebrated our 60,000'h
built bus? We also offer the widest array of bus products in the industry, ranging from low -floor minivans to
40' heavy -duty transit buses. . A more in depth analysis of ElDorado National's corporate strengths and
key personnel can be found in the attached ElDorado National Heritage Story.
With factories in Riverside, California and Salina, Kansas; our combined bus manufacturing plants
encompass more than 450,000 square feet. ElDorado National is a wholly awned subsidiary of Allied
Specialty Vehicles (ASV). ASV is a 1.7 billion dollar corporation comprised of industry leading brands
serving commercial bus, fire & emergency and recreational vehicle markets. Within the Commercial
segment ASV offers a full line of commercial and school buses, terminal trucks and sweeper vehicles. The
Fire & Emergency segment offers a full line of fire apparatus and ambulances. Within the recreational
vehicle division, ASV produces motorized RV's winder many of the industry's most iconic brands. A more in
depth analysis of ElDorado National's corporate strengths and key personnel can be found in the attached
ElDorado National Heritage Story.
Sincerely,
Mike Amm.
Vice President of Sales
ElDorado National - California, Inc.
9126 Tanglewood Drive, Urbandale Iowa 50322 - Tel: 515 -270 -2939 - Fax: 515- 270 -2537 • E -mail: mammann @eldorado- ca.com
Colorado Mountain Section 9
Purchasing Consortium
PACKAGE 1 FORMS
CER 2. Proposal Contents / Consideration
Document Number: CMPC- I5- LTS -RFP
Proposers are to identify what size(s) and fuel type(s) the proposal submitted is to
be considered for.
W1 40 foot IZI Diesel
W1 35 foot
W1 32 foot
W] 30 foot
29 foot
IZI Compressed Natural Gas (CNG)
3
CMPC- I5- 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
ElDorado National meets section specifications.
No
Noted Deviations (list all section deviations for consideration here):
2. General
T5 5.6 Training
Proposer Meets Section Specifications
Yes
ElDorado National meets /exceeds section specifications.
No
Noted Deviations (list all section deviations for consideration here):
Additional intensive power train components training will be offered as optional items.
Additionally, by having Colorado West Equipment as our in -state service center, additional
major component training will be provided on an ongoing basis.
4
CMPC- I5- 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
ElDorado National meets section specifications.
No
Noted Deviations (fist all section deviations for consideration here):
4. Dimensions
TS 5 Physical Size
Proposer Meets Section Specifications
Yes
ElDorado National meets section specifications.
No
Noted Deviations (list all section deviations for consideration here):
CMPC- iS -LTB -RI=P January 2015
Colorado Mountain
Purchasing Consortium
S. Vehicle Performance
Includes:
TS 7 Power Requirements; and
TS 8 Fuel Economy
Section 9
Proposer Meets Section Specifications
Yes
ElDorado National meets /exceeds section specifications.
No
ElDorado National meets section specifications with one condition listed below.
No
In the interest of superior corrosion protection and durability, ElDorado National has
Noted Deviations (list all section deviations for consideration here):
TS 7.2 - Cummins, tSL-G natural gas engines werato up to 10,000 feat above sea level without performance degradation. About 10,000 teat, some performance
degradation should be expected. The attached Cummins engine data sheet far detalis in our applicable devlation listing.
TS 7.3.1 - Estimated acceleration times that exceed RFP requirements are as folkrwa: 0 to 20 mph - 10.5 seconds, 0 to 30 mph = 21.5 seconds, 0 to 40 mph = 32.0
seconds the balance of the aeceferetion times will be met.
T5 7.4.2 - 30' and 32' buses will have a four tank CNG POD fuel storage system which has a maximum gaseous fuel capacity of 13,190 SCF. When rated at an 90%
average till (very conservative) this equates to approxlmataty 78 usable gallons of fuel. Our operational experience shows that this provides a Cgl7 application range
of approximately 250 mllss. Nate, the 35' and 40' buses have double the fuel storage capacity and will meet the 350 mile range with natural gas.
6. Powerplant
Includes:
TS 9 Engine;
TS 10 Cooling Systems;
TS 11 Transmission;
T5 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
ElDorado National meets /exceeds section specifications.
No
Noted Deviations (list all section deviations for consideration here):
In the interest of superior corrosion protection and durability, ElDorado National has
provided a stainless steel diesel fuel tank in all sizes of buses bid.. This exceeds your
specification requirements, and is superior to both carbon steel and plastic fuel tanks.
Given your high corrosion market, this should be a critical benefit to CMPC.
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
ElDorado National meets section specifications with the conditions listed below..
No
ElDorado National meets /exceeds section specifications.
No
Noted Deviations (list all section deviations for consideration here):
TS 23. -The Axeer W and 44Y b.. ..di. Ya bid with ate upgraded 1D0% 334 prods ataiNd -.Iasi rb.1 11.4.& abuctura which nMads your T0. 23 naennatim - Pmtertmd Option.. Thl3 body &Lydon* dnalavdal wll ru':ur 1a 9'.+ir•'.
underooaeno th— ghouHhOe. Sea atterhad mateds4 mmperiaon ahaeM Whae more e4peneh e, pre Ldt ad mnoedon ttwuphout Ure ntedaY Ipa d uve siP,idkan! money in pro Icr+y rub.
TS 23.. Th e E.i Ride. 11 Mr, 82' and the Ax 3S, 40' hue mod'e1a arc hid wiA mr kpm f Lbaplass c npr lta eafludw elda —lis wNch.seta }n TS- 23 Alternative • Prelened Option. This ardor body akin material in
nn- oriels and wll tea .nude Ihm4hpvt let IKe. Sae ettadiad wnpoetle material daemipbon ehoe4
Note Iliad the 30' and 52' bu4ae ar bid m44111he AR"Alf,, . - Mlnlmvm Ratiulromnt. We uUka 30S prado aWnd4 Ne41 on W wheoh.alr, atepwal4 sad rqr argJne W @heed. The halonoa fa mmaefon pmkar tad hlgh hwrq h
union areal win lira taywb of exhtdar 0apo9Ndn prOlattla0 aed 27ehert Mtpf9aAr?Q and eR lUhvkr apvCaalS h the fkwr eldawals and roof. SM atlnahe0 obilGlbPl prnlacklan pro-pram for henifilnleee steel .7 Rk1ar Il body
WCtu e.
T!527.! -The 30' and 32' utitixe 3 V lalael Siapa At bath "7AnC6 and exit &WS for aupdniM MbiStufa drdinap e.
Be 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
T5 37 Pneumatic System
Proposer Meets Section Specifications
Yes
ElDorado National meets section specifications with the conditions listed below..
No
7
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
Noted Deviations (list all section deviations for consideration here):
TS 31.2 - Space Is not provided to carry a spare tire. These are low -floor buses which do not have adequate under -floor
space to accommodate spare tires.
TS 32.2.4 - Maximum telescopic height adjustment Is 2.25"
T5 36.1 - ElDorado National has utilized Vapor air doors for over 20 years without brake interlock failure issues. Given our
long and successful Vapor boor/ brake interlock performance history, FEMA documentation has not been required or
completed.
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
Eldorado National meets section specifications.
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
E1Dorado National meets /exceeds section specifications with condition list below.
No
8
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Noted Deviations (list all section deviations for consideration here) :
TS 47.7 - Recaro no longer offers a seat air vent. As such, it will not be provided.
Section 9
TS 47.8.11 - The BRT front -end on our bus requires a set of specific Hadley brand exterior mirrors. These mirrors are not
breakaway or spring - loaded with auto return type. See attached Hadley exterior mirrors specification sheets for details.
11. Windows
Includes:
TS 48 General;
TS 49 Windshield;
TS 50 Driver's Side Window; and
T5 51 Side Windows
Proposer Meets Section Specifications
Yes
ElDorado National meets section specifications.
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 5+6 Roof Ventilators;
TS 57. Maintainability;
TS 58 Entrance /Exit Area Heating; and
TS 59 Floor -Level Heating
Proposer Meets Section Specifications
Yes
ElDorado National meets /exceeds section specifications.
No
9
CMPC- 15- L.TB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
Noted Deviations (list all section deviations for consideration here):
Ts 52. - Our baseline diesel fueled Causes utilize the Thermo King - Athenia AM roof mounted HVAC system which offers a highest HVAC
performance ratings avallable in the industry. The Athenia AMII has a 113,000 BTU /hr. air conditioning rating and a 115,000 BTU/hr.
heating system rating, By comparison, the rear mounted HVAC system offered by competitors is rated at 101,000 BTU air condltloning
and 98,000 BTU heating.
TS 54.2 - Our dash mounted heatingPdefrostet system has a 475 CFM output, which is well In excess of the 100 CFM minimum specified.
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
Proposer Meets Section Specifications
Yes
ElDorado National meetstexceeds section specifications with conditions list below.
No
Noted Deviations (list all section deviations for consideration here):
TS 62.1 - Upgraded, non - corrosive composite exterior sidewall panels with removable composite lower
skirts have been included in our standard offering to CMPC. By comparison, many competitors utilize
aluminum exterior skins which are prone to electrolysis corrosion.
TS 71.3 - Wraparound front turn signals utilizing the required LED lighting design is not available on our
bus. Our exterior lighting meets all applicable DIRT requirements.
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
ElDorado National meets section specifications.
No
ElDorado National meets section specifications with the following conditions.
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
ElDorado National meets section specifications with the following conditions.
No
Noted Deviations (list all section deviations for consideration here):
TS 781 - AMSCO N2003 passenger seats have been provided in our baseline product offering in all seated positions possible.. AMSCO #5466 padded transit seats
are pmvided on the rear row of five as well as all flip - seats. 30' and 32' models also use AMSCO - Metropolitan flips -eats on the frontwheef well. Please see
attached baseline floorplans foe details.
TS 78.5 - The AMSCO N2003 passenger seat as required by CMPC are not avallable with FMVSS certified retractable sealbells.
TS 76 - ElDorado National is offering the Freedman Seating - model CitiSeal and Mid -High Featherweight passenger seats, both of which are supplied with the
required FMVSS certified retractable seatbelts meeting the balance of the CMPC specifications as an option. Note that cantilevered seating is not compatible with
FMVSS certified seatbelts, as such as Freedman Sealing pricing Includes 7-pedestal seat mounting. Addltionally, only the CltlSeet has anti- vandal seat material
included. See attached Freedman Seating optional floorplans for details.
11
CMPC- 15- LTB -RFP January 2015
Colorado Mountain Section 9
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
Proposer Meets Section Specifications
Yes
ElDorado National meets section specifications with the following condition.
No
Noted Deviations (list all section deviations for consideration here):
TS 83.5.3 - Motorola model APX two -way radio will be provided in lieu of the discontinued XTL 1500.
T5 85. - Steer tires will be Michelin brand, model INCITY transit tire. Note that the 275/70R22.5 tire as
utilized on the 30" and 32' buses are rated at a maximum speed of 62 mph. This is the latest generation
Michelin tire designed specifically for transit bus use. See attached Michelin tire brochure for details.
17. TS 86 Special Equipment
Proposer Meets Section Specifications
Yes
ElDorado National meets section specifications.
No
Noted Deviations (list all section deviations for consideration here):
12
CMPC- 15- LTB -RFP January 2015
CER 3. — Supporting Documentation
ElDorado
National - California
Cummins Inc. ISLS.9 -2013
C. Base Engine Data Sheet D563018BX03
Automotive Market
Number Cylinders: 6 - Bore: 4.49 (4 In) Revision:
Displacement 543 (543.1 Ina) Stroke: 5.69 (6 in)
Aspiration: Turbocharged and Charne Air Cooled 16-.ful -2014
General Engine Salta
Approximate Engine Weight - Dry
Approximate Engine Weight Wet
Center of Gravity
from front face of block
above crankshaft centerline
Moment of inertia of Complete Engine:
X moment of inertia: (Roll)
Y moment of inertia: (Pitch)
Z moment of inertia: (Yaw)
Maximum static mounting surface bending moment
Rear face of block
Bolt pad for front support
Maximum crankshaft thrust bearing load limit
Intermittent load:
Continuous load:
Maximum bending moment availeble from front of the crankshaft:
0 degrees
90 degrees
180 degrees
270 degrees
Maximum torque available from front of crankshaft (no side toad):
Mass moment of inertia - rotating components (excluding flywheel)
Altitude capability
Cooling System
Minimum operating block coolant temperature
Coolant Capacity
Engine coolant circuit thermostat opening temperature
Engine coolant circuit thermostat fully open temperature
Minimum fill rate (low level alarm required for most engines)
Maximum Coolant expansion space (% total system capacity)
Minimum coolant expansion space (% total system capacity)
Minimum drawdown (% total cooling system capacity): 5% minimum + 1% greater than
amount not filled at Initial fill
Maximum deaeratlon time
Minimum pressure cap rating at sea level
Maximum external coolant flaw in engine circuit at 2.100
Full -4N Fan engine coolant outlet temperature
Full -on fan charge air cooler outlet temperature
Winter fronts - must not restrict air passage area below:
Lubrication System
Oil pressure @ idle - minimum
Total system capacity (standard pan)
Maximum Tube oil flow to all accessories
Maximum oil pressure spike on cold engine
Typical oil pressure range - warm engine
Status for curves and data; Beta- Measured data)Tolerrance; NIA for
Alpha]Betai'Preiiminary Engines.
1,695 Ibm
1,770 Ibm
15 in
8.8 in
365 in -Ibf- -sect
708 in- thf -sec2
552 In -Ibf- -sect
1,000 lb-ft
366 lb -ft
1,400 tbf
1,000 IV
420 lb-ft
5.1 in-tbf -sect
12,000 ft
160 deg F
14.7 quarts
180 deg F
202 deg F
3 gpm
12 %
6 %
25 min
15 psi
20 gpm
210 deg F
150 deg F
120 in2
15 psi
6.5 gal
2 gpm
150 psi
40 - 55 psi
Customer Engineer:
A Keith McIntire
Q 2013, Cummins Inc., All Rights Reserved
Cummins Confidential and-Proprietary
Controlled copy is located on gce.cummins.com
769 kg
803 kg
381 mm
224 mm
41.2 kg -m2
80.0 kg -m2
62.3 kg-m2
1,356 N -m
496 N -m
6,228 N
4,448 N
569 N -m
0.578 kg-m2
3,658 m
71 deg C
13.9 L
82 deg C
94 deg C
11 Umin
103 kPa
76 UmIn
99 deg C
56 deg C
774 cm2
103.4 kPa
24.61 L
7.57 Urnin
1,034 kPa
276 - 379 kPa
D563018BX03 (Continued) Page: 2
Fuel System
Maximum fuel supply restriction as OEM connection point at 1,800 and Full load
with clean fuel fitter element(s) at maximum fuel flow: 4 in -Hg 13.5 kPa
Maximum fuel drain restriction (total head)
before (or without) check valve: 10 in -Hg 34 kPa
Minimum fuel tank venting requirement 7 ft3fhr 0.1 us
Maximum fuel Inlet temperature 160 deg F 71 deg C
Maximum heat rejection to return fuel 50 BTU1min 0.88 kW
Maximum design fuel flow 280 lb/hr 127 kg/hr 1
Engine fuel compatibility (consult Service Bulletin #3379001 for appropriate use of other fuels) ULSt7, 620 1
Electrical System
System voltage: J2 Y 2A Y
Minimum battery capacity -cold soak at -18 C (0 F) or above
Engine only (de- clutched load) cold cranking amperes 1,500 CCA 750 CCA
Engine only (de- clutched load) reserve capacity 360 min 160 min
Maximum starting circuit resistance (see table 1 in AEB 21,35)
Minimum ambient temperature for unaided cold start 20 deg F 61 deg C
Typical cranking speed 130 RPM
Intake Asir System
Maximum intake air restriction
dirty fitter 25 in H2O 6.2 kPa
clean filter 10 in H2O 2.5 kPa
Exhaust System
Maximum allowable static bending moment at exhaust outlet flange 9 lb-ft 12.2 N =m
Maximum exhaust temperature after Aftertreatment System during active regerr 1,157 deg F 625 deg C
Maximum exhaust flow rate during active regen 2,360 13 /min 1,114 Us
Maximum exhaust temperature after Aftertreatment System during stationary regen 1,112 deg F 600 deg C
Maximum exhaust flow rate during stationary regen 372 ft3lmin 176 Us
Change Log
Elate Author Changs Description
101112011 A Keith McIntire Created initial Config sheet for 2013 ISL
10119/2011 A Keith McIntire Revised tube system capacity to reflect 24 quart pan + 2 quarts in oil drillings and fitter
6119/2012 A Keith .McIntire Beta level revision. Revised mass moment of inertia - rotating components (excluding flywheel)
3/412014 A Keith McIntire Revised maximum allowable static bending moment at exhaust outlet flange limit to reflect the same
value as that published in AEB 64.13 Turbocharger Load Limits.
End of Roport
D 2013, Cummins Inc., All Rigghts Reserved
Cummins Confidential and"Proprietary
Controlled copy is located on gce,cummins.com
Cummins Inc. ISL G
C. Base Engine Data Sheet D883002BX03
Automotive Market
Number Cylinders: 6 Bore: 4 -49 (4 In) Revision:
Displacement: 543 (543 In3) Stroke: 5.69 (6 In)
Aspiration: Turbocharged and Change Air Cooled 10 -.1un -2014
General Engine Data
Approximate Engine Weight- Dry 1,625 Ibm 737 kg
Approximate Engine Weight - Wet 1,700 Ibm 771 kg
Center of Gravity
from front face of block 18.4 In 493 mm
above crankshaft centerline 7.7 in 196 mm
Moment of inertia of Complete Engine:
X moment of inertia: (Roll) 330 in-lbf -sect 37.3 kg-m2
Y moment of inertia: (Pitch) 740 In -Ibf -sect 83.6 kg-m2
Z moment of Inertia: (Yaw) 560 in- Ibf -sect 63.3 kg -m2
Maximum static mounting surface bending moment
Fear face of block 1,000 lb-ft 1,356 N -m
Bolt pad for front support 366 lb-ft, 496 N-m
Maximum crankshaft thrust bearing load limit
Intermittent load: 1,200 Ibf 5,338 N
Continuous load: 600 Ibf 3,559 N
Maximum bending moment available from front of the crankshaft:
0 degrees
90 degrees
180 degrees
270 degrees
Maximum torque available from front of crankshaft (no side load): 525 lb-ft 712 N-m
Mass moment of inertia - rotating components (excluding flywheel) 6.2 in- Ibf -sect 0.700 kg -m2
Altitude capability 10,000 ft 3,048 m
Cooling System
Minimum operating block coolant temperature 160 deg F 71 deg C
Coolant Capacity 13.1 quarts 12.4 L
Engine coolant circuit thermostat opening temperature 180 deg F 82 deg C
Engine coolant circuit thermostat fully open temperature 200 deg F 93 deg C
Minimum fill rate (low level alarm required for most engines) 3 gpm 11 Umin
Maximum coolant expansion space (% total system capacity)
Minimum coolant expansion space (% total system capacity) 6 %
Minimum drawdown (% total cooling system capacity): 5% minimum + 1 % greater than
amount not filled at initial fill 1 %
Maximum deaeration time 25 min
Minimum pressure cap rating at sea level 15 psi 103 kPa
Maximum external coolant flow in engine circult at 2,000 16 opm 68 Umin
Full -ON Fan engine coolant outlet temperature 200 deg F 93 deg C
Full -on fan charge air cooler outlet temperature 122 deg F 50 deg C
Winter fronts - must not restrict air passage area below: 120 in2 774 cm2
Lubrication System
Oil pressure @ Idle - minimum 12 psi 82.7 kPa
Total system capacity (standard pan) 7.3 gal 27.63 L
Maximum tube oil flaw to all accessories 2 gpm 7.57 Umin
Maximum oil pressure spike on cold engine 140 psi 965 kPa
Typical oil pressure range - warm engine 40-65 psi 276-448 kPa
Status for curves and data: Final - (Measured data) Customer Engineer:
Tolerance: Within +1- 5 Rick D Mason
0 2013, Cummins Inc., All Rights Reserved
Cummins Confidential and Proprietary
Controlled Copy is located on gce,cummins.com
D883002SX03 (Continued) Page: 2
Fuel System
Fuel inlet pressure at rated editions - maximum 150 psi 1,034 kPa
Fuel inlet pressure at rated conditions - minimum 70 psi 483 We
Fuel inlet temperature - maximum 200 deg F 93 deg C
Fuel inlet temperature - minimum 40 deg F 40 deg C
Fuel composition specification see AEB 79.05, minimum MN is 75
Fuel supply capacity requirement at 60 psi (414 kPa) 126 Iblhr 57.2 kg/hr
Engine fuel compatibility (consult Service Bulletin #3379001 for appropriate use of other fuels) NC
Electrical System
Starting system voltage: 12 V 24 V
Minimum battery capacity -cold soak at -18 C (0 F) or above
Engine only (de- clutched lend) cold cranking amperes 1,500 CCA 750 CCA
Engine only (de- clutched load) reserve capacity 360 min 160 min
Maximum starting circuit resistance (see table 1 in AEB 21.35)
Minimum ambient temperature for unaided cold start 10.0 deg F 12.2 deg C
Typical cranking speed 130 RPM
Intake Nr System
Maximum intake air restriction
dirty filter 25 In H2O 6.2 We
Clean filter 10 in H2O 2.5 kPa
Exhaust System
Maximum allowable static bending moment at exhaust outlet flange 10 lb-ft 13.6 Win
Maximum pipe length turbo to catalyst 110 in 2,794 mm
Change Log
Date Author Change Description
5121/2007 (tick D Mason promote to limited production with updates
4123/2008 Jim A Cole To document the latest rev. to the exh, max. pipe length from 80 to 110.
5/27/2008 Rick D Mason Fuel Composition Specification Note shortened to fit.
611212008 Jim A Cole Made corrections for Responsibility slbe Rick Mason
611012014 Andrew Caftas Under the Electrical System heading "System voltage" was changed to 'Starting system voltage' for
clarification,
i
End of Report
C7 2613, Cummins Inc., All Rights Reserved
Cummins Confidential and Proprietary
Controlled copy is located on gce.cummins.com
SCAAN No.: 259348
Description : ElDorado NtIonal Cummins ;SL 280-Rear Axle 538 MIA
Date: 3/1212015
User: Rafael Mendez, Valley Power Systems
Application Review Status:
Output Units: US
ALLISON TRANSMISSION
INPUT SUMMARY
VOCATION
VEHICLE PARAMETERS
End User (anti Regim, Sub Region) nd 4orth America, WpAt
Manufacturer (and R"g.on, Sub Regiw_ El Dorado Nabartai ( North ArnerK, Western)
Description ITRANSITSHUTTLE
An-r-j and Wpi&t
Power Packs
He-,ght
1v10jjjfth
rwrype
Standard Wind Resistance Coefficient ( No Deflector)
User Defined Resistance Coefficient (No Deflector)
10.55
0.00
Weight, Rated ( No Trailer, GVW) 134000 (lb)
Weight on Drive Wheels
Weight on Drive Wheels P2-440 (lb)
M
lNumber
pmmk%
7ipwa-
TIM Modal & SLT6
rwrype
UertirlicatIon Year
lFaw-'- --
Iia—mk —Tor-q-u-ei5p-eed W0.011300 (Ib-ft)/(rpm)
Pe=ak -Power /`§peed 289.0120100 (hpy(rpm)
ed PowerlSpeed
0r Mned Surkce Factr
ftrlc! - rm UmIt coeffdant Ore-Re'-d p-70
ENGINE
Engine Wno pmmk%
mod si
UertirlicatIon Year
Iia—mk —Tor-q-u-ei5p-eed W0.011300 (Ib-ft)/(rpm)
Pe=ak -Power /`§peed 289.0120100 (hpy(rpm)
ed PowerlSpeed 28D.0/2200 (hp)/(rpm)
Vocation O
Engine Curve Reference FIR91 D28
Zingle
File Number 12-0K5
This SCAAN information Is subject to the SCAAN DiscIalmer set forth elsewhere.
ACCESSORIES (Power at governed speed)
Standard User
a--n'(tutclh fan) 32.70
Std E. ffidency
11 5744 (l b-ft- seO2
26.00
Alt/Generator 15.78
110
00
Air Compressor 12.00
SteerPump 11.59 12.00
Air Conditioning p-06
TRANSMISSION
Mangy:.: --..r
erter 1TC418 (Recommended) (1A18-1)
Aer 13000 Product Family, Medium Capacity - 4th and 5th Gen
lControls (1-300011-2)
Calibration -]2000 rpm 53157 Econ, SW Preselects, (1-5) (IA00 -2000 -102;
9 ffr-H wsl i-BpS-- w/4 th & 5th Gen (I A 0 0- 11)
DIRIVELINE
INERTIA
Engine {estlrnated)
Std E. ffidency
11 5744 (l b-ft- seO2
Ao
T
110
Raw
JJ,-,er Effidempi
ENGINE DETAIL - Standard Accessories (AC On where applicable)
Ri7dc -- -- ---
St-d Effiderecy -
UW Effidvr:%-'
ITnu-"-370mc. . -r.ft
INERTIA
Engine {estlrnated) 11 5744 (l b-ft- seO2
TiresWheels (estimated) T T
33.2154 Ob-ft -see2)
T -T
ENGINE DETAIL - Standard Accessories (AC On where applicable)
Low And High Power
Fan OWAC n Fan OWAC On Fan OWAC On Fan t]ff1AC On
Spa7*d Power Torque Not Power Not Torque Net Power Net Torque
7 m) rpm) hp) i (lb-ft) I (hp) 016-ft) I (hp) Ib-ft)
06.z i7 0 192.6 1843.0
1300 1222.8 -WO.0 1208.4 841.9 1215.2 11369.2 Peak Torque
1400 1234.6 ?8 .o 1218.4 819.2 226.8 1850.9
1600 6255.6 E839.0 6235.4 1771.3 1247.6 1812.6
1800 1273.8 '799.0 1247.6 1722.4 P65.5 1774.7
O 0 286. ',iiig5 -'F I2-5i. i i7-1 - i ski F336.3 Pawer
Xij-& -"12-89.9 i71-4._6 1248.3- 1620.9 1276.6
2200 (P80.0 - 16118.4 X233.4 16472 JGMerneu
2330 0 Q.0 8.0 1118.19.1 -20.4 INIo 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.
ENGINE DETAIL - User Defined Accessories (AC On where applicable)
Low And High Power
Speed
rpm) rpm)
1200
Pave r
I (hp)
05.4 .899.0
Torque
lb -ft)
Fan OnIAC On
Net Power
hp)
182.1
Fan OnJAC On
Net Torque
lb -ft)
797.0
Fan Off/AC On
Not Power
hp)
1186.3
Fan Off1AC On
Net Torque
lb -ft)
Status
1815.4
1_300 _
1400
22.8 1900,0
x 34.6 -M---0 -
197.2 ?796 :8 202.6 81 B.5 Peak Torque
J206.6 775,1 213.3 800.2
1600 55.6 39.0 2222.1 1729.2 1232.1 762.0
C7
1800 1273.8 799.0 34.0 682.6 1248.2 724.2
2000 1289.0 1758.9 241.6 1634.6 1261.2 6B5.8 Peak Power
2100 1285.5 1714.0 1234.0 1585.1 1256.6 6141.7
2200 - 280:0 1666.4 224.0 534.8 ' 50.9 596.8 Governed
2330 10.0 10.0 62.3 ; -140.4 1-31.4 70.8 No Load Govemec
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.
SCAAN No.: 259348
Descriptlon : ElDorado Ntional Curnmins ISL 280 -Rear Axle 5.38 MA
Date: 3/12/2015
User: Rafael Mendez, Valley Power Systems
Application Review Status:
Output Units: US
ALLISON TRANSMISSION
SCAAN SUMMARY
Based On Standard Parameters
Vocation: Bus, City I Transit Bus - U.S. APTA, Straight Vehicle
End User: Maryland (North America, Western)
Manufacturer. El Dorado National (North America, Western)
Model: E -Z RIDER, TRANSITISHUTTLE
Engine. Cummins ISL 280hp 19001bft 12200rpm
Engine Certification Year: 2001, 2002
Transmission: 8400 w /Ret (1 -5)
Rating: Transit Bus - w14th & 5th Gen
Converter: TC418 (Recommended)
Retarder: 3000 Product f=amily, Medium Capacity - 4th and 5th Gen Controls
Converter
i ActualCheckjCheckName
rMRecommlRatingV
C1 Transmission /Converter Compahblil'ty
Status
C2 Englne/Converter Compatibility
Q!
G4 iEngine Speed At Converter Stall I
i
C9 Engine Speed At Converter Stall, Smoke Gontr& 7 1595
C5 _Minimum Engine Speed
T
j 1300 -
C7 ITurbin- 9 --forque At Stall 1 1370 _
C8 Ponverter Speed Ratio at 2200 rpm
63 16;nverter Stall Torque Ratio
1_
Units Min/ i Actual Overall
Max j Status
Q! OK
OK
rpm ° -f
rpm Mln 1877 T OIIC
rpm it Min 18377 6K
fflb-ft MaxI 1367
TT Min 0.845 1_ OK
k -
Transmission
Check Check Name - ItecomrrJRating
I
ra nsmissionNocation mCopatibility I
Units Mini
Max Actual
Overall
Status
OKT1
V21 71 st Range Converter Stall Gradeabiilty - percent
fT
ransmiseion Compatible with High Torque Rise
Olesel Engines
fransmission Permitted in End -u Mfg _
Locations
51.6
r 1 st Range 70% Converter Efficiency NetV13
Gradeability I
OK
T17
38'2 ^
1fiA percertt
OK
T15
T14 -Input
Input Powe4Gross) - 325 -
Torque(Gross) ^ ^ - --
i '
925
hp Max
Max
289
900
OK
OKIb-ft
T3 Input Speed (Engine Governed Speed) 195012800
r insmission Output Speed - _ 360tp -.._.
rpm 2204
2834
II OK
OK -- T41- Max
VehidGIA) !vein
Check Check Nameittecomm/Rating Units lNlnl Actual Overall
Max I Status
V1 NeWde Weighs, GVW - i 45000 Ibm Max J
Ch eck
34000 - OK _
V21 71 st Range Converter Stall Gradeabiilty - percent
fT
51.6
r 1 st Range 70% Converter Efficiency NetV13
Gradeability I
percen t T—
1 38'2 ^
V14 1st Range 80% Converter Efficiency Gradeability - -R --_ 1fiA percertt Min 32.8 OK
r.. -._ —. -- - - -
f V17 Maximum Geared Vehicle Speed A# Engine j
I Govemed Speed i
mph
I
60.0 i
V43 Heat Generated In 1st Range 70°k Converter
r - -
Efflcienoy nBtulmin i 350$ I
F-- Hea# Generated in 1st Renge $0% Converter - - i V44
Effldency Btulmin
r
2489 I
F
OK: Acceptable
1.6 OK
V40
OK -1: OK based on pre - acceptance by Engineering
10.8 - - -t- sec 5.1 -
OK -2: OK rased on Accepted Application Review
V41 Acceleration Time, 0 -30.0 m- ph, 0.096 Grade {APTA} ! 20.0 i -
C: Consider - manufacturer to assess
10.7 OK
V42
X(: Questionable - may not be acceptable
31.0
f --
sec 9. 1 2
O (X: Not Acceptable - rating or usage violation
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
Notes
CheckY - - -
Comments
C5 Oat peak torque speed + allowable variation is 1200 + 100 rpm)
T114
flange 51- at 60.0 mph
V17 In 5 Lodcu
E V43 At 1959 rpm Engine Speed . --
V44 2013 rpm r =ngine Speed
SCAAN SUMMARY -APTA GUIDELINES
Vehicle/DriveLlne
Ch eck Check Name RecommlRating Units Mint T -- ._ Actual OverallIMaxiStatus
V36 Vehicle Speed 2.5{1°w Grade {APTA) 40.0 t mph Min 57.6 OK
V37 Vehicle Speed On 16.00% Grade (APTA) 7.0 - mph Min 1.. 13.0
V39 Acceleration Time, L} -10.0 mph, 0.096 Grade {APTA) ' 5.0_ sec i Max 1.6 OK
V40 Acceleration Time, 0 -20.0 mph, 0.0% Grade {APTA} 10.8 - - -t- sec 5.1 - 1 - OK -
V41 Acceleration Time, 0 -30.0 m- ph, 0.096 Grade {APTA} ! 20.0 i - sec - Ma-- ax 10.7 OK
V42 oAcceleration Time, 0-40.0 mph, 0.0°k Grade (APTA} _ 31.0
f --
sec 9. 1 2 OK
Akfts
V37 rr Ftang r:
r V:9 Ful Ttrrotf'e & VeF 3s;le !?rakes Lcx seu Sf; >°
t uil'T1prrttle i&VelW3 e:; Liked,
41 Full'E hro;tt:= `ief;Erie l3r k, Laxi ict4 :::
V412 Fsa ?t Ti rot le & Leckie Brrskw L.k -.ked Si>sr_
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
SCAAN No.: 259348
Description : ElDorado Ntional Cummins ISL 280 -Rear Axle 5.38 MA
Date: 3/1212015
User: Rafael Mendez, Valley Power Systems
Application Review Status
Output Units : US
ALLISON TRANSMISSION
SCAAN SUMMARY
Based On User Defined Parameters
Vocation: Bus, City f Transit Bus - U.S. APIA, Straight Vehicle
End User: Maryland (North America, Western)
Manufacturer: El Dorado National (North America, Western)
Model: E -Z RIDER, TRANSIT/SHUTTLE
Engine: Cummins ISL 280hp 19001bft f 2200rpm
Engine Certification Year: 2001, 2002
Transmission: B400 w /Ret (1 -5)
Rating: Transit Bus - w14th & 5th Gen
Converter: TC418 (Recommended)
Retarder: 3000 Product Family, Medium Capacity - 4th and 5th Gen Controls
VehiclelDriveLrne
Check Check Name RgcdmrNRating Units Mln1
Actual
Max l
Vi °VehicEe Weight, GVW -- — - -T- 45000 lbm Max 34000
V21
s'
tst Range Converter Stall Gradleability percent 38.8 f
V13 1st Range 70% Converter Effrclency Net Gradeability T-
I percent 2'9.
3T-
V14 '1st Range 80 % Converter Efficiency Gradeability 16.0 percent Min 25.4
V17 Maximue m Geared Vehicle Speed At Engine Governed
m hp 60.0Sped
V43 Heat in 1st Range 70% Converter Efficiency — Btulmin 3564Generated
V44 Heat Generated in 1st Range 8096 Converter Efficiency Btu /min 2522
VehWfe1Dr1veL1ne1Fuel Economy_
Check _._.Check blame
OK: Acceptable
OK -1: OK based an 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 Acoeptable - rating or usage violation
RecornlR ting Units MiN IMax
Actual
i - -
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
hIT17,79
V1 7 in 6 testa
7WY At swa pia Eavino+
j VM}4 # I Brag% d
CAAN SUMMARY -APTA GUIDELINES
Yehicle/OrniveLOe
Check Check Name RecommlRating Unita Mint
i
Max Actusi
V36
Y
Vehicle Speed 4n 2.50%n Grade (APTA) -.— T— mph Min 49.3
F- V37 IVehicle Speed On 16.00% Grade (APTA) 7,0 mph Min 8.2
V39 IAeraltionTime, 0-10.0 mph, 0.0% Grade (APTA)
g
5.0 see ax -`
A
2.0.
74 0 Acceleration Time, 0 -20.0 mph, 0.0 %a Grade {APTA) 10.8 sec Max_ 6.6
r.'
V41 iAcceleration Time, 0 -30.0 mph, 0.0 % Grade (APTA) 20.0 s_ec M_ax -14.0
VA2 7jAccelerationTime, 0x40.0 mph, 0.0'% Grade {APTA) 31.0 seo—J Max 1-- 26.5
Notes
Check -- Commerrts
T_
V36 Iln Range5L
V37 - in Range2C
V39 Full Throttle $ Veh6e_ Brakes Locked Start
V40 Full Throttle &Vehicle Brakes Locked Start
V41 JFjI Throttle i Vehicle Brakes Locked Start `- .- --- -- __. -_._ __- .-
F .
V42 Full Throttle & Vehicle Brakes Locked Start — _
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
SCAAN No.: 259348
Description : Eldorado Ntional Cummins ISL 280-Rear Axle 5.38 MA
Date: 3112/2015
User., Rafael Mendez, Valley Power Systems
Application Review Status:
Output Units : US
ALLISON TRANSMISSION
CUSTOMER PERFORMANCE SUMMARY
Based on Standard Parameters
Vocation: Bus, City 1 Transit Bus - U.S. APTA, Straight Vehicle
End User: Maryland (North America, Western)
Manufacturer: El Dorado National (North America, Western)
Model: E -Z RIDER, TRANSIT /SHUTTLE
Engine: Cummins ISL 280hp f 9001bft 12200rpm
Engine Certification Year: 2001, 2002
Transmission: B400 w1Ret (1 -5)
Rating: Transit Bus - w14th & 5th Gen
Converter: TC418 (Recommended)
Retarder: 3000 Product Family, Medium Capacity - 4th and 5th Gen Controls
Welght: 34000 (lb) (GVW)
iDriveline Ratio : 5.380
Tires: Standard Radial Tire, 545.0 (revslmi)
Geared Speed: 60.0 (mph) 5L
Clutch Fan Status: Fan On
Air Conditioning Status: No AC
Gradeataiilty
Launch GradeabAity 149.6( %)
jLow Speeo Gradeabiilty
Maximum Speed On Grade
Aca;r!nfron (iud &rokt cr, bi-s«tes locke:i .stz
Tune And Distance To Speed, 0`y ) G,.,ada
13.8(° %) at 6.5(mph), 80( %) Conv Eff Grade
F.00( %) at 61.5(mph), 5L, head Load Span,".
j0.25( %) at e31.3(mph), SL- _-... ----
0.50( %) at 61.1 (mph), 5L
M%) at 2130moh,
xS: are.i6(r1 phi, 3L
20 (mph) jin 5A(sec) 93(ft)
30 (mphl — in 10.7(sac) 303(ft)
40 (mph) IIII 13.2(seu) :45(tt)
60 imph) jun 3U.9(*oc) 1517(ft)
66 frnDhI in 47.&sw,.i 2874--ft)
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
SCAAN No.: 259348
Description : El Dorado Ntional Cummins ISL 280 -Rear Axle 5.38 MA
Date: 3/1212015
User : Rafael Mendez, Valley Power Systems
Application Review Status:
Output Units : US
ALLISON TRANSMISSION
CUSTOMER PERFORMANCE SUMMARY
Based on User Defined Parameters
Vocation: Bus, City 1 Transit Bus - U.S. APTA, Straight Vehicle
End User: Maryland (North America, Western)
Manufacturer: El Dorado National (North America, Western)
Model: E -Z RIDER, TRANSITISHUTTLE.
Engine: Cummins ISL 280hp 19001bft f 2200rpm
Engine Certification Year: 2001, 2002
Transmission: 8400 wlRet (1 -5)
Rating: Transit Bus - w14th & 5th Gen
Converter: TC418 (Recommended)
Retarder: 3000 Product Family, Medium Capacity - 4th and 5th Gen Controls
Weight: 34000 (lb) (GVW)
Driveline Ratio: 5.380
Tires: Standard Radial Tire, 545.0 (revslmi)
Geared Speed: 60.0 (mph) 5L
Clutch Fan Status : Fan On
Air Condidoning Status : On
Gradeability
Launch Grad_eabifit_y -- _— _ — - - --
t ow Speed_Gradeabllity - -- - — _ - 25.4( %) at E.4(m,ph), 80(° %) Conv Ef€ Grade
Maximum Speed On Grade 10.00( %) at 61.0(mph), 5L, Road Load Speed
Acceleration (full throttle, brakes locked start)
Time And Distance To Speed, 0( %) Grade Iii -tit (mph)
0-m%) it
5-30 (mph) -
10 -40 (mph)
A
1.00(%)
50 (mph) -
in64(
mphX
512.i%) ter; d.(mp): _
f
st 43.&,mph):
I
4--W( %) at M.55ln?ph). 7L_.
if, rq%)at31.3(mph)'41-
rn4h) t I lb)
W1 %) at 18, mF ), 2L
pt 17.19,rr+;lpta), 2L
Acceleration (full throttle, brakes locked start)
Time And Distance To Speed, 0( %) Grade Iii -tit (mph) lin 6.6(sec) 120(ft)
5-30 (mph) - in 14.0(sec) 398(ft)
10 -40 (mph) lin 25.5(sec) 997(ft)
50 (mph) - n 42.0(sec) 2091 (ft)
r— -- a (mph) in 68.2(sec) 4230(ft)
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
SCAAN No.: 259348
Description : ElDorado Nbonal Cummins ISL 280 -Rear Axle 5.38 MA
Date : 311212015
User : Rafael Mendez, Valley Power Systems
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 Off Axle Ratio: 5.380
Air Conditioning Status: No AC Auxiliary Gearing Ratio: 1.004
Reverser (RIC)
Whaet _G NVehicleEngine ! Tractive Drawbar
I Speed SPftd Mod I Pull
rn4h) t I lb)
RiG D.Q 1937' 235791 234351
j R161 2.61 1966 216721 21524
f _- 3.6 2020' 185_47 18396; R1C
4.O E 2039 ` 176Q2 17449
R1CJ 4.7E - 2072 16128; 15974( -
kicl 45{ 2119:- 114374 14217;
R1 C 9 6.01 21_49 13397 13239
R 1 C ! 6.8 j 2200: 11865 11704
R1Cj 8A! 2222' 8343 8179
R1Ci 9.4j 2322, 1 169;
Whaet _G NNot % Tranam ff
Automatic (1C-2C-2L -3L 4L-5L) _ _
Va }hide , _ Engine T Traa; —T - brarar6ar ! Wha_ et f4et % € Tranam —r 1 --
1C -
Speed Speed
mph) (rpm)
EOT, - 19371
Effort
Ibj
Pull Pcwrer Grade
Ib) (hp) (%)
heat Rej
Btulmin)
16772 166281
15782 f
0.0 -
85.0'
56.1 f
52.4E
116951
79861
C
r 1 C 2.Q 1956 159301
1C' 4.01 19911 14381 F 14228 F .53.47 46.11 5063
1-C 5.2 20-201 13134 j 129 7 8 1893.9' 79-413! 38393' 7013Qnt
1 C 1 6.01 2047 12'981 12040 j 195.21 37.81 3166
41C 6.71 2072 1,411 1251 204.91! 35.1E 263411 BOPemont
1 C E 7.9 1119 10 1631 9999 1 215.41 0.$ , 214i F- SSPercent
C 1 8.01 2121 10,10 9@45 215.71 30.6 21231
v
G ; 8:. 2129 9324 I 9759 F- 2, 6.
6l'
30 0 -` 2t*3
i 2C 8-21 2wj 1 751.41 73591 164.2 22.2' 46101 1
2C 1 10.01 2025 WS?
a
675, 185.4 F 2 36-321
2C I 12.Q 2031 631.7j 365 202.11 18,41 28;34 ;
2C' 14.0 21 C-1 5722 5534 21:3.61 16,5,:
16.31-
2263.
2211i 2C __,4.2i.® 2105] 56571 5a68 2'4.51
A
2L'
14 -2
v
16.G'
129$
1 458
5:57 I 30e7 199.4 15.1
1•Z.51
253
2 5078 C 4384 216.
O 18.C; 1640 43%6 W57 22-S 1 13.$x` 294,
21.1 1$.9 17211 4770 45:6
3763
F240.21-
2t?ti. -fi
13.5 j 3F6
31-1 18.2 , 13011 3 3 17.2
3L1 20X,
22,C
13:7
1515
3917 3397,
3562
208.0
l
in.91 245
371
0 3L I' 24.r 1653 afir "t1 3425 2374.9 1':7.1 I 2wi l
3L j 26.G ; 179'9 354'r j 321#6
F
245.3 9.7 326 ,
I3L 26.6 183,32 507 3244 248.8 6
4L j 213 <6, 1 "1 1 2b38 2574 201.31
J
287W
7,61 1981 J
84L 28.0 j 6
i
27 1' 7. 208
4L 30.0 r 14661
1564
2733 24431
23641.
21876
22'.8
T.2
7.0 23.1: 2670
4L; --
5L E
5L
5L?_
34.41
5
35.E
36.01
16621
17341
1300
1118
1392
2606
22531 - -
20'97
2283E
p-
229'
1761:
236.3
242.1
1!1$.4
6.7
6.5'
P5.21
5.1 p
255,
274
32fi
20W! '1747 2aa.5
7693j 208.Q_
r 5L d
5L
40.01--
a -- °--
1466
j539f
20161
198U -
1637,f 215.T1
1580j_ _ 221:7-
4.8E 37, ' I
5L' 44.01 1612 1943 1.5221 228.0- 4.5j 4351
r 5L
5L
46.0
48.0 i
1686
1759
1906
1868'
1462
1401
l- 233.8T
z
239.2 i _ -. - --
4,3 E-
4.1 :'
458
s
9499
o
5L
5L
5L
5L
5L'
5L
50.0 --
54.0
56A ---
58.0 _
sa 0
63.0 _
1832
1905
9 9791
2_052
2125
2198'
2200'
1
13
1 ____
1754
16841
15991
B
1340
1277' - -
12131- _
11161
1004.
890
888:
59 -
671
244.1 j_
24$.6
252.6
251.4
247.4
242.3 -'
242.1
9811
0.01
j
3.9
3.8
538
3 6 - -
3.3
3.0
2_6.
2.6
0.2
2.0
6221
7071
759
7611 "1
759;
758
1
i___-
1594
1512
s
Gouemed
5L - 62 0 -
m
22721
5L 63 3 2i-181
584
0;
1st Lockup Fold (iC -iW _ _
Vehicle _ Englne Yractiue Drawbar Wheei Wet 96 iranam
Speed I 'Speed Effort ` Pull Power I Grade Heat Roj
F--7 (mph) rpm)
A)de Ratio: 5.380
Air Conditioning Status: No AC
F -1 c j 0.0, 1937 16772T 166281
159300 - 15782
56.1, 11695'1:
prawbar
1C 2.U1 T195fi
46.1 5063-
VYhaa
Power
1 C 4.0 1991 143811 142281 153.4F
1C 5.21 20201
A) 1
12978
u
180.9 41731 38391
1877f.
70Percentl
r 1C
1C
iC_
6.01
6.7
20471
20721
12198
11411
10483
f - - '12040 195.2
F- - 112511 204.91
50320 213.4
37.9 3"1661
26941
22801
72_9
59141
I
80Percent
6i 2107
35.11
31.9
1L 7.8 1301' 9786
T
9603 -_- 198.8
9468 - 205..5
29.4
29.0
3 j
54.0!
1 L k 8 1363, 9632 826 r
184.1
1 L I IO.ol 17G41 8880 8709 236.8
255.5-
247.2I --
0.0
26.5 395
23.6
1 21.0;1 535_
192.71-
Governed
iL, 12.0
12-9;
3.fi
2045 79851-
71821-
7806_-
6998r - -
1871...
2200
2093 I
232i 0 .55j 448;
Clutch Fan Status Fan On A)de Ratio: 5.380
Air Conditioning Status: No AC Au)dliary Gearing Ratio: 1.000
Reverse (RIC)
Engine - Tractive prawbar
Vehicle Engine T
Speed Speed
Tractive
Effort
Drawbar
Pull
VYhaa
Power
14e! °%
Grade'
Transco
Hem Rej
mph)
Effort T
rpm) Ib) Ib) hp) i A) 1 4RluNmissj
0_
I
1877f. 221241 21980.
T..
Q.E?i._._.
lb)
1 - - -- 10636
RiCJ
2.01 194H6i 20182x- 2003_41 - -- 107.5; 72_9
59141
I
R1Ci _
T_
3.5 -_ 195_9 173_72 172201 - -- 161 01 58.7 l 3638 7oPeroant
1 R1C1-
51.61
1985] 1@315] 1fi1631 174.0;, 54.0!
j _....
31054.0-
R1CT, 4.5 20131 152171 150631 184.1 49.4 2644 80Peroent
RiC1-
1
CT
2056; 135131 13356 192.71- 42.71 2125 r 85Peroent
I Ric_ 6.0 2093 I 12213 12055 195.41 1887
164.2 38.2'
1- R1 G k- 7.
i 1C
2200 9374 9212' 186.11.
37.9
28.1 _ 17251 Govemad
I- Ri G 1 72.1 23.9 164018.01 2
10604
Ri C 9.4 2306 : -- 01- 169 0.0 ,_ 0.51 351
196.3'
T- - --
Automatic (IC- 2C-2L -3L -4L- .rid.)
I I Vehlcte Engine - Tractive prawbar
j I Speed Speed Effort T Pull I Power Grade Heat Rej
I mph) rpm) lb) I lb) hp) I BUftin) 1
ICI 0.01 18771 15737 156931 0.01 51.61 10MI *1
1C1-
J
2.0 _ 18951 1488 - - 147391 - 79.41
T
441 71471T
1
CT
4 0 - 1932 13310 13157T 142 0 42.0 6 {
Ic ! 5.0 1955 12294 121391 164.2 38.2' 3495 70Percentl
i 1C 60 19931 -_ 11312; 11154; 1810{ 3_4.7
1c 6.5 20131 10753 10604 2485 sDPercentl
1c 95511
T
93871 196.3' 28.7' 85Percend
IC; 8:0 20671 9260 9095 ; _ 11875 27.8: 1877 f
1 C B.2 20741., 19Q761 8911 198.11 27.2 1828
2C 8.2; 19_411 6953 6788 151.8 `•. 20.4 4017
2c' 10.0' 19701 433: 6262T 171.5 € 18.7. 3189
Tu
2C 12_.0 ; 2008 5858 5678' 187.4! 16.9 • 2512
2C 14.0 2048 ; 5263' 5075, 196.51 15.1. 1984:
ac. ia:z ^ zo x1
W_ -
5199 6669: 197.21 14.9 1gk1
2L 114.21 12961 50 89 4900; 193 01 14.6; 251 r- -
2L 160 14581 4865 - 4667! 2076 13.9 -_ 260 j T
21-i 18.0! 16401 4597 - 43891 220.71^ 13.0 ; 287
1 2 t3.' 1 1 4 --! 1 E, F_ 225.3 1z. l a E:,
j I m, 13013L3L
3777 1
3
355.E
194.2
9-01.2
0.81
10.5
31
i 24 :'
Wheel
Pourer
Net °!o
Grade
L T - Er.D !: 17,71
131-1 22 -01 1.:_ 3Yitu 3M 211.4 N 0.0 2:r
2'1,91
hp)
31-1 24.01 - 16531- 3468 3? ".8 221.6 9.5
L' 2&C 1 17 -21 3:?a 2^44, 229.7 9.01 32+3
3L! 26.61 1 S-12 x253;
2:747
21? zka .ts 8.8 32>
79.4 48.1
411 1 - 26.8 1.13''!1 2'483 1'94. 7.J i 198
1932
F
26,01 1 51, 2420 01.2 7.1 2481
iC;
L - 30.111 14513 2fi1(; 2327 M,.3 6.9j 2121
38.2 3495 -
4L 1 32^..01 1,51S41
34.0 662
2538'
24571
b73q7E? 7
22321
213e
Ey/
4'}f_y4yI
216.6
p
I
i6V77
1 6.61, 2,351
6.3 27-11
1 704L
11312 11154
1
i(L _ ^ .
J734
35.5
R - -_ 6.0
13001 2030 1 C"93 192.C1 6JI : 32 3
1'0.7 3[ 10604q 187.7 32.8.
1,31191 2018
1C 7.61 2053
L 1 39.9 13921 1975 6151 2?113.1 4.81 354I
L:. 61
i -
5L i -- 4Q.G
42.0
48 a 1930 iitlf- 2 ^5._] 4.6 3041 1 -
1,ss3ia f8 5
27.9'
111.1 4.4 -
92861
6LI 44.01 11 1879 14i71 21,'-' F 42 ; 43C
83381 - 8167; 222.4
5L 46.01 1W,. I 1?9:'_1 Y7,F- 2s0.-
01i
4.0 4481
j -- 21.1
1
5LI 49.0E flip 1 17441 12 r V
1
3.81 4l
216.31 18.2
r -- 50.0'
F Governed I
1L
3.51 529
23051
x'1-1 52.0, i905l 1fi471 i-1111 1 ..': :2 31 a.: 1 Via+
5L- 54.01 ',47n
i6 0 J t bL
150?
1 f
105 * 2 0.0
22F__2
3.11 €i121
2.81 --
bL - 58.0. 21225
5L,- 60.01 - 2191E
14181 231 2IP74 2.41
i3 Ct 897 211.8 2.0 74,'ii
50 55.01 P200 1
5b7
694 2.0. ', J5 1 Cyaverrled
5L - 6z r . 22 3 266 - - E3.9 Z) ,r _..7.
fat LoOup Hold (IC-IL)
Vehicle
Speed
Englne
Speed
Tractive - Drawbar
Effort Pull
Wheel
Pourer
Net °!o
Grade
Crarlam
Heat ReJ
mph) q") lb) lb) hp) N Btulmin
1C 0.0 1877 15737 15593 i O:O i _ 51
1 C ; 2.0' 18951 14887- 14739 79.4 48.1 71471 1
r -1 C 4.0 1932 13310 13157 [- 1.42.0
iC; 5.0,- 1958 12294 12139_ 164.2_- 38.2 3495 - 70P ®rcent
1 C ; 6.Q i 1$93 11312 11154 181.0 34.7 j 2811 1
iC: - fib; 2013 1'0.7 3[ 10604q 187.7 32.8. 2485 1 80'Percent
1C 7.61 2053 98283 9485 196.0
T..
29.0 19901
L:. 61 1301 9451 - 92881 192.4 28.4 3_i 1 17_
1L - 8.01 1363 27.9' 321928619122198.1
1 L 10.0 17041 24.7: 384. 83381 - 8167; 222.4
1 L : 12.0 ' 3045 p 72071- 70281 230.6i' 30 6 j -- 21.1
1 L a 12.9 2 O l 8282 669g) -- 216.31 18.2 520 , F Governed I
1L 13.5 23051
1865
0.0- 0.5
Note: 'Tractive Effort exceeds vehicle traction limit (wheelslip possible) using Can -Road Traction Limit Coefficient = 6.70
Note: Requested AC On Reports are not Included because AC Loss is 0.0
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
SCAAN No.: 259348
Description : ElDorado Ntional Cummins ISL 280 -Rear Axle 5.38 MA
Date : 3112!2015
User; Rafael Mendez, Valley Power Systems
Application Review Status:
Output Units: US
ALLISON! TRANSMISSION
VEHICLE FULL THROTTLE PERFORMANCE
Based on User Defined Parameters
Transmission input Ratio: 1.0000
Transmission Input Efficiency ( %): 100.00
Clutch Fan Status: Fan Off Axle Ratio: 5.380
Air Conditioning Status: Off Au )dliary Gearing Ratio: 1.000
Reverse (RIC)
Power Packs: 1
Automefiic (9C- 2C- 2L -3[.' 4t.-W
Vehicle
Speed
0.0
Engine ra_ ctive
Effort
rn (Ib
d_ awbr
Yb)
192441
Power Grade
hp) __.
W. _ h- e..l _ N-- e Ttanam
Heat
f hm )
11M I "
T-
193_ 1 19388
R1C
R1C1
R1C
R1C1
2.0
3.8
4.0
1963 1
2017 f 152fi1
2038 -- 1
20761 13270
17668
15110
4322
95.0, 60.81
i45 -fl- I 49.8
F 154. 45.4
165.1 41.81
662Z
I 3988
3<t9_0
2861
N'
I
v
70Percerit
80Psrcnk4.7 13115
R1C
1V
ii-
5.5
a
2117 - 11827
21471 - 11011
2200 ; -_~ -- 97041
i
1.1670
108531
9544
6709
169
P
pT
173.7 38 5!
178.2; 33.1
I 21177.3 - 29.ci
146.6:! 20.11
0'6 -0.5:
2314
U.O ._, .
1 _ 85Peresntb
7 r
Goyema l
1 - 6.0 2107
1917
116431
R1C
R1C
8.0
9.41
2221 - 587 - 31
2322 ; 1
i
I- - -
o_.
i
Automefiic (9C- 2C- 2L -3[.' 4t.-W
2L 1fi.01 14581 4173; 3975 176.0 11.81 2661 1
18A!_1640; 3999! - 3790; 191.9` -_- 11.2! -_- 2941
2L 18.9;_.. 1721] - 3920 3705 197.41 11.01 306;91 -
3t j - '18.9, 131)1; 32731 30601 .164_91- _ - 9.0; 233
3L1 _._..20,01 ___ '1377] __- - 3219! - -- 2999 171.71 S.gl--- •----- 2451.__ - -.-
3L l - - 22.01 F515 3-1118' 28851 1829_! 8.51 2561 j
K! -. 24.0 1653 3016 ; - _ _ 277 Et _ _ 193.01
VetDicla EEnglna TTractive - Drawbar WWheel NNet % TTransm
Speed SSpeed EEffort PPull PPower GGrade HHeat Reg
mph) ( rpm)' ( lb) ( lb) ( hp) I ( K) _ Btufmin)
r. 1 - U.O ._, . 1934 .._ 113791 y..._. _ 13647; - 116431
10E _ i:OF - 1---I .. ttso 7l- 1129491 sss.el - ai.2l -- 77946I -T- _
i 1 C 4.0 - 119891 - - 11823 - 11670 ] 1126.11 336.51 -_- - 5oa 3 T
s _ 1C I _ - 5.2 •__ 220971 _ 108071 - 106511 148.71 - 33.01 - 382fi 70t'ercen
1C1
pp_ _
s.0 22044 - 10030. 99872160.5 - 30._3 - - 3150
Y- _
1C 66.71 22070 993891 992281 ii-68--41 _ T8.21 8aPertxDrt1
7.91 22117 88 81981 1177 OI 2
T 2
7I^
83111 881461
I
1 C j- - 8.2 0 - 221271 881581 -- 779931 1178.11 - 24 21 2054 ! _I__.... _ ...
1- 2C 1_._.. - 8.2 11997 661871 - 6022 - 135.0 ! - 18.0 _
T- jC - -- . 10.0 _. 220231 - 57171 55546 1152.51 115.51 _ 36151
j 2C - - 12,01 _ 51941 5015; 22820k
r 2G - 14.0 _ 20991 - 47_04 - 4516 1175,6 1 - 13.4 22252 - - --
2CI 114.21 _ 290 446 44611 1176.4' 11 113.2.1 222011.
7' -
2L 114,26-
e
2
43201 - 4131 1 - 163.81 112.2: 2253
aLr 26.0 1 1791 9`3 5 2i2.k- I 6 32U
C _ 2.0
16 4.41
c;_- $.Z
3L 26-61 13321 25- 1-6181 204,41
1
an
11823
908071
r- KIe 2t3'X 130Q1 3 ±7 2061 1F-5, Yd.1 1-
9.972
fLI
eau.: I 1 2297 2023 1tt,5 6.4 t a
1C
1LC
1L'
4L F ' -T 1 - 146& 2.2t6 l 196E 1?A.7 5 <5 215
7.
8.0!
i 41- 32.3 1 15641 211,4 1868 18.772 5.s I 2X1
r
14.0
I 12.+3
1 Z9
i 4LI
7297
i 6560
589
Q5-
1 902 21,!:! 1818 1'94.? 5.41 25;
A 3-,.51 17341 21, -, 21 17 274
uL 1300 7_4 1.x.`3! y. i5 .1
i 4.71
1 325
3C,.. 931 ITT 1; - 4.0 3:301 1
5L 1i.0 39`.' s'O-7 132 1i"O.J 2.9 355-7
5L1 a:41.L 46G 1 a5715- 77 17ta.31 3.$ 3701
44.ta 1 '65 12 159-.1 11751 187.41 3.51 4351 1
s.,'
5L 1 46.61 75 : 15:351 T' a 1 Diu 3.1 42,31 1
Y Q 0 /,
204._
y 5S81 I
570
51-1 54_C 1 13rit I IA4', 1 "_ 207.5 7.t- n
vLl 2052 M-1 2Q1: 1: i 47 661,
i 5L 5r3.f`r 215-5 1 J ; -+ i ; 9 203.11.
9691
2.1 7071 1
0 5_1-1
Lr 60.0 i 200 11A' j 61b 198.31 1.8 I 764 I Gulwar od
5L t_-ex 1 22721 4?i,; 1 1 -111 tnl.t? 1 •0.5 59
1st Lockup Hold (i C-M
Vehicle
Speed
mph)
Ic 0.01
Engine
Speed
rPm)
1934
Tractive ^Drawbar
Effort Pull
lb) (lb)
I _ 137911 13647]
Wheal
Power
fh9
0.6
Nat °lo
Grade
94}
43.8
Transact
Heat Raj
atulmin)
I ._ - ....._ • 11643
I
Not 9b
C _ 2.0
16 4.41
c;_- $.Z
1953 13097 129491 69.9 41.2 7946 1
1989
2Q17_
11823
908071
116701
106511
126.1
1
W
I 36.5
33.4
5Q3_31
3826
i___
709'ercant
1C, 6.0
1C! 6.71
2044 10030 9.972 160.51
168.41
30'3
28.2r
31541
f3(Peaeentj20.50 a t3i 2."L 268.4
1C
1LC
1L'
r- 7.61 21051 96181 1348( 1765- 4 25.7 2250
2.01 18161
7.
8.0!
13011
13f3
60_28j
T9i6
71363
7752
163.4
wi6e3.9_-
23.81
23.4
3'94
1L
i L
1 L
r
14.0
I 12.+3
1 Z9
17 C4
j 2{145
22001
23221
7297
i 6560
589
Q5-
7126
y
63811
T ^
5714
187
194.5-5-1
209.9
I -- 2(.0
Q.Q
21.41 3951
19.1 {
1.0 535 i
0.5j
1
l Governed
Clutch Fan Status : Fan On Axle Ratio: 5.380
Ajr Conditioning Status ; Off Auxiliary Gearing Ratio: 1.000
Reverse (RIC)
Vehicle Engine Tractfva Drawbar Wheel Not 9b iransm
Speed Speed Effort Pull Power j Grade ! Heat Rej
mph) rpm) lb) lb) hp) M 1 Stulmin)
R1Cl 0.0, 1886 18424 182801 0.4 63.8, 10792 1
1- R1C 2.01 18161 16830. 16682 89.8 56.31 6025 "1
R1 C 3.5 - - - 19691 - 14490'. -- 14339 135.0 46.5 3700 70Percant'
R1C
RlC
R1C .
4.6
4.6
5 4T
4?
20221
2088
13651
12666
11257
134981-
12512
ii100
145,8 43.3E 31791
154AI 39.6 _2677
161 3' 34.5- 215fi-
T
Wewce
85Percent
Fi1C1
r.-
Ric
6.0
7.1.
s0
f 10230
F- 19113
10072
78$7
6538
163 7
sv.6i
143.01
31.0:
19.61
1$25
1746
1653
5.6 19691
2102
2266 E5-0
2211 r 6762
161661-
Governed
F -
R1 c 9.4 2369 6
20221
169 0.0^ 0.51 352
1 SOPement
Automatic (iC- 2C- 2L- 3L- 4-5L)
l u
1 C
Wehlcle
Speed
mph)
l 0.61
2.6
Cngine _
Speed
rpm)
18861
1965
Tractiva
Effort
Qb)
13105
12 -R-
Qrawbar
Pull
ON
129_61
12259
1Nheel
Power
hp)
6:
66.21
Net %
Grade
N _
41' 21
38.71...
Tranam
Heat Raj
Btulmin)
16792r
1271 T-----
1539
T
1C
F.1
4A 1942 F- 19113 109801 118.5 34.17
31.
114
2a.5
4529
35547
28711 "
70i'ercent5.6 19691 16255 161661- 137.71
a 5 .4-T
5L,
93071
lCl
iCl
6.61
7.7
20221 8959 87991
7793
15770
184.41
26.8 2515 1 SOPement
2666 7x}57 23.5 19931
TT-
85Percent
1 C j 8,6
8.21
2C 8
2675
26831
7749
T598j
58671
7584 185.3
7431 --- 165.81
6666
56421 128,81
22.9
22.41
16.8
1916
y
i866_T_
41051195
F C _-_ - 16.61
F2,01
r 2C --- 14.0
1__2C_-- ...._ -- 14,2
4
5268 i_ 43.41
j - _ • 4715 ! - 156,61
6666 -
4212i____ 212 184.3j`
41581 164,91.
15.51
14.0
12.51
12.31_
1979
2617
5379
1666
4894
265
1 - - ° _ 2551 F . _ -__.-
i.
2056
a..
20811
W 6666
44001
14.21
2L - _ -s,,
F 2L 1 0.6d
4021 i 159.T1
383fif17z.1
3614; 183.51..-
3512; 187.8;
29761 166.61..
2965 - 166.7
1- __.4
10.71
v
1298 42101
1458
16401
46341
1661
38231
281.1-T
6666 -._
2L 18,8
3L - 26.61
1721
13011
µ372_
61
31901.._.. 1_6.
41 8.
81 j- 8.
6
298 2321._
1_
1377
i 31251.._. r
243 3L 22.
0
1666 . -..._ i
1515
T- 2772 176.21 8.
21
6116
3664 r 3L 1 24.U1
1653,
F 2886 j 2635 18_4.3 I _ 7.81-' 8 1 .. . _ . ii
I . 3L 26.01- 1791 2754 5i._.___•- fi91.01 7.4
3211
TW j 3Li_....26if i8 -l_----.-
27161._...
2452II- 192.8 7.
21.._. 6.
111 .324_
j.__
T 4Ld28-7 13W 2272'_ _- Y009 1 169.
2- 3 4L 28 ° - -1368 - 2_ 31 C -
19571
f _ 168.
61 5.9_ 1981
1- 5.8
j -
J 2081
1 ll8 l -- 173.
61 32;0_j 1564_ 2108; 1802 - -_ 179.$
1.._ F
4L1 .11..1.1.
m_ 2044 1721 185.3
1 _ __ 4L i 35.5 1734, 1996 ' ^ 166+0 --- 188.91
s _ j 5Lj 35.5: - 13flo; - -- 16791 1343 156.
9 36.0 1319' _-- 1670" 13291 - 160 .
4 5L1 38.0, - 13921 163$' 1276` - 185.
8E 5.
51
i_. 5.
1 4.
9 4.
01 3.
91 3.
8-
2131 2
ice
I
6116 _.1
271 3,
241
3271
3551
I
1
w1 5t. 40.6 14661 _ 1600° 1221 170.
7' 5L j 42.0 1539 1585 ' 1164 17,5--
2-,, 5L. 44.6 1612 15297 11071 179.
4: : 5L' 46.6 ; 16861 1491; _
1047' 5L, 48.0 17591 1464.' 987 186_,1
i SL': 56 01- 1832 14161 925- 188.
6 _ r
5C ___
r- 52, 6; 19051 1377 E.... 861 191 -1
0 6.1.
11 3.6 -__
w9_.. 3.4 3921
1 3.31 _ 436
1 3.1: - 456
T, 2.9 - -
492 _ 2.7: 531 ..
1 _... _. 2.
5
i4 2.3; 614__
L 56.13 2 2 '12 °r te.: 1 1 h.t? 2.31 3
Tractive
Effort
Ib)
6LI M:0 2125 11 f,&, IM.8 1.Eaj MI
131051
51- _ _.. 6 l.Q 2198 i 1 Z e3 4tx3
i
178.6, 1.4T 75t}
M.71
S1 X3,0 11 i' k`.:. i 78.E 1 752
5L 135,0 X72 49 s 57 a ":.r 75
1025,51
5L. 62.91 2at14 I I I ct.0 1 2"11 7481 1
1st Lockup Hold (?C -1L)
1
F 1cj
Vehicle
Speed
mph)
0.01
Engine
Speed
rpm)
Tractive
Effort
Ib)
Drawbar
Pull
Ib)
Wheel
Power
hp)
001
Net %
Grade
41.21
Transrn
Heat Rai
Btulmin)
107$2
Reverse (R1C)
1886 1 131051 129611
lei 2.0 1905 124071 122591 66.2 M.71 72711 1
1C 4 -0 19421 11113 10960
p
118.51 34.11 4529
11C 5.01 19691 1025,51 10100 13'.7 31.1 1354 7! Percent
14,1 f5.0 1 2002 1 11466 J !'7
J
151.4 28.5
26.8
267'
2515 8*9Pa nt1CL.n 2022r 8tY WV+ 'j 157.0
1C 7.6 2062 8556 I +beg 1 1ri3.9 23,91
23.1
20ZY.1
31
1
IiL17.K1- 1335 7t3ti i i7
T
i?.2
i t_
I 8.01 1363 7CS-91 7525, F-I".01 22.71 3221 1
F--1L 1 10.01 17041 3942 6 ,'.1 185.1 1051 3"
0IT- - 353
r 1 L 1e!J 20'5 1 58771 1P3.81 1 4501 I
F-
TL1T
11,0
13 "1-
2200 5 !)S 11i- 113267 15.21
p -
0.51
523
414
r,ren
23+08 91 1Fiaa 0.0
Clutch Fan Status: Fan Off A)de Ratio: 5.380
Engine Tractive
Air Conditioning Status: On AuAliary Gearing Ratio., 1.000
Tranum I'
Reverse (R1C)
Speed Speed. Effort Pull.
T
Vehicle Engine
Speed l Speed I Tractive drawbar Wheel
Effort Pull Power
Nat o i
Grade
Transco
Heat Rej
mph) I (rpm) Ib) Oil (hp)
lb) l Ib)
Btu /min)
R1C
Ii
0.0 j 1884. 183841 182401 OA 63.6 10759 `
2.0 1915 168191 16671 - - 89.7 ,1 56.3 60211 ' 1
C
14525 i 14374 135.4 46.13 ` - 3715 70Percentl
f - R1C-_ 4.0 i937 r_ 137111 1355_9 ii46.3 f - 43.5 32051 1
r RIC 4.61 20271
v
12719 125651
Y-
155.aj 39.81 2693 1 SOPercent
R1C 5.4 2572 11330, 11174 162.9. 34.8 2178 85PercenL
R1C -- 8.0 21091 llalssT W1856 31.4 1952
f
1
RI CI 7,3 2200 j 83941 8232
152.2
164.2; 25.0. 17741
6.61
1 Governed]
R1C 8,01 22141
i5$.0
65711J
143.7;
4
19.71
23.7 2012 85Percent2
R1 C E 9.4 23131 1691- 0.0 0IT- - 353 1
Automatic (1C- 2C- 2L- 3L- 4L -5L)
Vehicle Engine Tractive Drawbar Wheel Not % Tranum I'
Speed Speed. Effort Pull. Paver GradeI Heat Rej
mph) rpm) lb) l Ib) hp) Btulmin)
1 001 -- 18$4; 13077 12932 0.01 41.1 1 . 107591
C 20, 19031 12392E 12244 66.1 38.8 7258
1 C 4.0
T
19421 11124
s
10971 118,71 34.11 4539 1
1C" 5.01 1971 10280_ 1 101241 138.21- 31.2! 3568; 1 7aPercentl
1 C i - 6.O [---i-0051 9 512 j 9354 j- 152.2
1C 6.61 20271
rt b
89971 i5$.0 28,91
8009 7845 -- 166. 1C 7.8 25721 23.7 2012 85Percent2
F-IEI 8.01 2081 7825 76$01 166.9 23.1 r 1 g43
F1
r._ CT__.
8.2
8.2T
201M
1951
7677 75121
585t
6T-'22.71
127.0
18941
581fi
Grade
2C
2C
10.01 19811 1 5227 14_4.0
157
15.6
14.1
3288
1 12.0 2020
5398
F- 4921 4742 2570T
2C 14.0 2081 4436 4248 165.6 12.66 2052IT
1C,
2CI
1 21-1
14.21
14.2
16.0
206$ 1 43841 4195' 1_66.3
154:6
12.1
11.5
20001
249
1
I - 1296 4077T 3888.
1458 3930 37321'-- 167.7 11.01 261
2L1
Y
18.0 3756 3547 180.3 10.5 289 IT
T
r 2L 18.91
1640
1721 36771 3463
876
V_-
28,5T_
r
i ' 185.2
i 55.8
161.8
10.2
8.5
3001 1
3L
L
I
I 18.9
211.0 -1
i 301
i
3089 230
7572!
137 3Q35I
22.3 [
I
3
3L 1653
253!
2832
T
2702
v
2587 181.2 7.$1
252 1
24.0 281 I
r- 31- 26.01- 1791 2-7-291-- 2470 189.2 7.3 3211 1
3L
4L-
26.6
26.6
1832T 4v26 2434r
1937
191.4 7.21 325
130[1 221}1
F 4L
i _L
28-0
30,0
1368 21661 1892
151___
161.7
1591
T _ 5.6
5.4-
2081 1
146t3 2114
i 4L
4L
4L{
01 1564 F 2463 1757 176,0
t687 - 182.3
1635 -
d
186.-
1290 f -- 153.$
1277 1 155.4
12291. - . 16i.0j
1 166.31
1i29 171.31
T"
1077, 175.9
1624 j 180.1
F
8T0 - i 84.0
815 187.5]
859!
e
190.7[_
8021 193.51
7171 -- ^ 191.9
620l - - -- 188.10!..~ 620
5221 183.3-[
5.2
F
4.8
31
i 3.81
3.5
237
1682 -
TF
2010
s_
27435517341971
61L I - MIT - 1300
i 5L G - - - 36.01 _ 1319
5LI - -- -38.0; 13921
T_ 5L.._ -, .0 - 1466.)
5_L, - 42.0 1539
5L, 44.0
5L i 46.D _ -._ -._ _ 18885L! ---
5[ y 48.0 1759
5L 50.0 1832
r 5L 52.D 19051
5L] - 56.01 2052-
I5L_ 58,01 2125 12t81.-
r 5L1
v
60:0;- 2198
1626
1618,]
321
328
T
1589
a -
i:5a8
v
1529
14991
1468
14381
140$1
3.3
3.2j
3.0
2.9
2.7f
2.5
I 2.4
T
2.1
1.51w
1.51
0.$
2.01
392
4301
452
4931
532[
I
1
y
13751 565r•
616
1285 55
t 146
7 ©1f
752
5L [ 60.0 22001
r 5L 1- E 2272
L- 5L - -- 630 2308-
11441,
36
520 183.21
266
T`
63.9
0.01
754
j 752
751 T
Governed
at-667i
9st Lockup Fuld (IC -4L)
Vehicle I Englne Tractive
r°
Qrawber Wheel Net %
If Speed I Speed Effort Pull Power Grade
Mph) 9 rpm) lb) I lb) hp)
1 C 0.0 : 18841 130771 12932 13.0 41.1
iC 2.0 19031 12392; 122441 66.1 38.6-
1C, 4.0 ; 19421 11124 109711 118.7 34.1.
j 1C. 5.0; 19711 1028_0; 10124, - 138.2; 31.2.
1C 6.0. - 2005 a 9512? .-.- 93541 152.2; 28.6
1C 6.6 [ 8997 8837 j 158.01 26.9
7.$1
2027
2067 8122 r"- 7959 ; 165.31 24.1
1L 7.5 [ 1341 7572! 7 4091 154.1 22.3 [
Transm
Heat Re)
6tulmin) C
107591 j
72581
3566° 1 70Perrenti
28831
2530 SOPercent
2058!
1L 8.o I36;3 MWJ
Engine
Speed
rpm)
183-5i-
Tractive
Effort
lb)
174901
drawbar
Pull
lb) q
173461
17L lul 17041 69441 6
trinsrn
Heat Rej
3SP
F1
1 '1RIE
kI
12.6T- k'Ddb I r-111,5i,11- 59271 19,x.4 r 17.71
15747' 84.8! 52.3
U4.6 4i
Fir 112.91 22no 1 54441 52611 187.41 -1577 625 Govemc,,
13-6A 1 39.9. 28497-
R1 C-
Clutch Fan Status - Fan On Axle Ratio: 5.380
Air Conditioning Status: On Auxiliary Gearing Ratio: 1.000
Reverse (R I Q)
R1C.1
Vehicle
Speed
Mph)
0.01
Engine
Speed
rpm)
183-5i-
Tractive
Effort
lb)
174901
drawbar
Pull
lb) q
173461
heel
I
Met'
Power Grade
hp) N
0.01._ 59.3'[-
Transco
Heat RajT(Btulmin)
69E
trinsrn
Heat Rej
70Percent
F1
1 '1RIE
kI
2.61
3.4[
18675 158951
T----T35i3'1191911i724
15747' 84.8! 52.3
U4.6 4i
64 74
3 177TT
RICI 4.01
r-
19501 127611 126091 13-6A 1 39.9. 28497-
R1 C- 4.51 19761 12,)rg 1 1,19161 143,4!-''S-7.4F- 25011
122971
1 80Percenti
Rici 5.31 20237 1079-1 106351 151.411 32.9j 2034
1CI
F-PiPetcentl
7 C1 6. 70 2 0661 S5031 944'? 15-
13.
6 1 28.9 1 1 n3l I
RIC 7.9 2200'; 6g361 67721 S. -20-31
104501 102981
Gornveed
RICI 8.01 2, 65281 63641 39-3,1 19.11 1615 1 1
1 R-ICI 9.31 2299 1 -1691 0.0, -0 350 -5:
Atjtw?at;c (IC-2C-2L-3L-4L-5L)
a
Vehicle
Speed
Engine
Speed
Tractive
Effort
Drawbar
Pull I Power Grade
trinsrn
Heat Rej
mph) rpm) ib) Qb) hp) I M I (Btulmin)
I 1 C I 0.01 18351 124411 122971 0.01 38.81 99821 1
1CI 2.01 18541 36.31--1-60-111749 66431-T-
1 C I 4.01- 18941 104501 102981 111.5r 31.81
ic 4.41 97111 9. 311 283; 1 70Percentl
1 c: 6.01 1959[ 8850 F 86921 141.6 I i6.41 2569
TC
F- 1-46-11
1
T
51-- -19-76-1 8535 1 -g3-76
I 776 TH351--- 7- 6-2-6--1 74& 5.2' 2. 1 1 F 7 85Percent]
C-1-8-i 20391 7289 ---Tl24[ 155.5 21.4 i762
ICI 8.2j 20461 976165-
28B1
ii 6.TO- ill F---i717
2C 8.21 19031 54531 -- 8 119.01 15.71 3692 [T
C 1 -6- 5.01 1934 1 3f 921 f503614:5
2C 12.01 1976[ 45941 44141 4 OT 13.1] 2306FT
2+C F 14.01' 2019T 39637 18531IF5.01 Tl.i'
kj i4-:27 Oij 4097 T-
2L
f
14.21 ----------- - 39681 -37 15T 1l1 21
2L
2L;
16.bl
li.0, 1640
3T917
35801
3693-1
133711
iii.7'
1.8
061
10.0
2561
2831
T-,--
Y_ T
2L 18.9il 1721 3483 I iF6 1'--- 175.41
3L' i- 8.6, 1301 l 3006
24W1
2792,' 151.4
27-21
8.21
7-'-3'L-7-
20.0; 13771
3L.
i
22.0
24.
115151
1 i
2820; 2588
2-45-1-1--
1 4
1 i2 --6 f2
247 IT.-
IT7iF
F Xj
j 4C
iii
I-- 26.i ijY2
H,6T 13001
25701 -
H5321
2i4l]
Hi 1-
18781
178.2
179.61-'--'
151.91
68
T.7-- 6 319-"
7:
5.5
13687 J06791- 8[ 415 RO-81.,7
I 4L jy 30.0 1486 203$ 1749 163.1 5.2 213
4L 1 32.0
AL - -_ 34. i
1ai64 1976,
1662 191 2 j
16701--
15910
16,8.6
173.41
4.9 2351 1
411' 7 2521-
4L - 35,5 1734 1865 1528
1245I
178.4
149.6
4.51
W
i7 5L1 ^ 35,5 13001 - ..1:811
271
32oi
51.I 36.01 13191 1573 12321 151.D 3.; 3231 1
5LT ---5.01,
6-. L 40.01
1392 15381
146,6, 1 - - -- 1503
1178
11231
155.91
160.3
3.5
3.31
351
3E11-
r 5L
5i.1
42.01
44.01_
1539
T
1467 1-_ 087
100
164.31 3.1
01
387 T
1612 14311 425
1 - 5L
I ._
I
48.0
1 50.p
1686 1393 949
8891
7 i
170.9
173.6,1
175.81
2.8
2.6_1-
2.41
4451 1
j 17591 1356, 4861
5251
1__ -_
18321 1318
I- 5LT
5Y.
52.0
54.0
19051
19791
1,279T
a - --
12411
7631- 177.4 2.21 5551 1
5L
F 5L `-
5L
j 5L
5L1
5t
56.01
58.0
1- .._ 60.01
60._2 00
62 L11
62.61
2052 11751 8[17
502
3 i
393
021
621
175.4
T
189.7
1
162.81
41.51-
o 11_
i . 6_147 I_
2125
2198
2272
2295
10971
10191
1017
251 j
70
1.5
1.2
1.21
1.21
1.91
2I - 6,92
Governed
744
745
1st Lockup bold (1C -9L)
Vehicle - Eng1ne Tractive prawbar wheel Net 95 Transco T
I Speed 1 Speed Effort Pull Power Grade Meet ReJ
I I (mph) k (rpm) (lb) (lb) (hp) i°+) (Bt ulmin)
j 1__- 2.51-` .18541_ 117491 116011__6_2.71 - -- -36.3 _ c6a3F -!
1 C - 4.0 - - 18941 _
Y
10450-'] .._ - - - - ,-02981 - 111.5 - 31.8 40831 --- -I - -- - -
8711 95561____ 127.1 29.3; -_ 3283 T- 76Percenti
a` _ _
1 _. __.I -_
F,. 1C ___ __. - 6.61 19591 " 8850 86921 141.6,1 2s.4j - 2568
1Cj 6.41
19761v
8535E 146,.11- 25.41 25521T SOPercent
T - - --
t
G1 7.61_ -_ -2021- - T62fi. 74631 _- -154.21
y
22.51 18831 E 85Percentl
7:s j 2524 7 a -- 7aa 1 1 x4.41 zz_41 _ . 867 j -
1 t.1- 7.6 _ 1301 1 73 - 7203 f - - 149.91 21.71
T x - -
306
1 L 8.0 13631. 7236 j __.-_ _ 7072 .. 1 -- -'1 I 154.41.. -_" 21.31- 316 r --
1Ly - 10;0 97041_ - 6,4891 _ -6,317r - 173.0 is.9°1 s
1L1- - 12.01___'20451 5597 54,8T_-- T179.11 16.11 - i72
11-1 - 12.9 22001 -- 4855 -- - 4672 i , 67.1 ' 13.9 j - 514 I_ Governed [
r 1L 13.5; 22981.. ® 01 -,861 0.01 -0.51 _ 442,
Note: `Tractive Effort exceeds vehlcie traction limit (wheelslip possible) using On -Road Traction Limit Coefficient = 0.70
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
SCAAN No.: 259348
Description : ElDcrado Ntional Cummins ISL 280 -Rear Axle 5.38 MA
Date: 3!1212015
User: Rafael Mendez, Valley Power Systems
Application Review Status:
Output Units: US
ALLISON TRANSMISSION
VEHICLE ACCELERATION PERFORMANCE
Brakes Locked Start
Based on Standard Parameters
Transmission Input Ratio : 1.0000
Transmission Input Ef dency ( %): 100.00
Clutch Fan Status : Fan Off
Air Conditioning Status: No AC
Grade: 0.0 percent
i?e,.Srr (R1 C,1
Vehicle
Speed
mph)
R1C:
R1Cj
R1CI
AOC,Mutic (1C-2r.-2L-3L-4L-5!-)
Power Packs: 1
Axle Ratio: 5.380
Auxiliary Gearing Ratio: 1.000
Accol !<ngine
Time Distance i Rato Speed
ft) - (rnphtsec) (rpm)
2.01._ _•- 0.2 Q.7.. _ t i.7371 - - 1946
4.0 0.31 1.1 9.166 2039
0 C1.6 i ?.0 - 6.7731 2149
S: , Ci, _4497- 222"2
5t p
Vehicle
Spend Time
mph) (Sec) _
Accal Engine
Distance Rate Sp*m d
lit) (mph,'aec) irpri l
0.3 1sr.
uC1.9 i
i icl 4.5 0.41 1 3 8.3241 1891
C 6.0 1 0.71 3.3 6.91 2047
2121
36.7 i - c 02.'..fi;. -_.
16 3 -2+ 1.14, 7.01 5.527! 21290
f
1. ?i1z 2025
2`'5,1 - -
i
2121
1 .:,
17 5 ,Wj X61
5 i; 3.416 {f01
ZL: s.0 3.2 1 1458
50. i,
4., 1721
1;774,9.
22.1 Y'i ii.sr 2.1441 1515
tl.E z a;
13 ra
Z.
t.-
i
1, n
168,-,
i
T
26.0 9 Iq, a. 4
41_
a2.0 1, it -348.6
12.41 4 "E.1 I X11 i ---- -- _ 4.C,"
Li- 1.1.v$ 360 A! .i
BT- i 3.E a.. Fes." 1.1i I --
21,21 958.7; 0,1353 1f,12
5? i 48.0_ -_._._ 24.41 lQrl7".a 0.915 ?- 1fiSfw
I
r5 43.01 26.6 1151.2 0.8178
i Knn l - -a n iAian ;aao
5t p 52.0; 1.4 uC1.9 i O.rKI3 190'.1 I
64.0, 801.7; r3.',i3 1791
36.7 i - c 02.'..fi;. -_. 0.700) COU --
5L ag.7 2`'5,1 - - 0.630;, 2121
1S1 Lookup Hold (IC-IL)
Speed Time Distance
mph) (SGC) M
F- 1C 2.0 j 0.21 U
i-ci 4.0T 0.47 1.3
F- 16 1 6.01 077
6.0 Y r 3.21 'i.2-061 iM
R1C1 8,01
1 L 8- 1.0 6.8
mph) sec}T ft)
1L 12.01 2.01 T1.3
Rate
mphisoc)
9.511
Clutch Fan Status: Fan On AxJe Ratio: 5.380
Air Conditioning Status : No AC Auxiliary Gearing Ratio- 1.000
Grade: 0.0 percent
Reverse (RIC)
8.324
4.450
4.094
3-6W
Engine
Speed
rpm)
1956
1991
27047
2106
1363
1704
2046
Vehicle
Speed
Accel---
Time Distance Rate
i-nglne
Speed
mph) sac) (ft) (mphisec) rpm)
Accel
li,&: 2.01
zi
8910.2 0.3
1985RICt4.01 0.4
v
i.2 8.387
6.0 Y r 3.21 'i.2-061 iM
R1C1 8,01 1.01 --.-f.3 2209
AU10madd (IC-2C-2L-3L-4L-5Q
Vehicle Accel Engine
Speed Time Distance Rate Speed
mph) sec}T ft) mph/sec) rpm)
77, J&; iv, 0-.21 0.31 8.8831 1895
lc 4.0 1932,
f IC! 6.01 Oil 1993 1
1C 8.01 1.11-- K193
it
2067]
8. 72 5 - 1. lf 5.0581 20741
0 1.6 1 3 3.873, 0.
2C 12.01 i2.4 - 3.5091
20081
14.0 D 3.1371 2048,
2C;------ 4.2'111 - 2-8-1 35,4: 1-0941
21-z 16.0 3- i 4,9.-6-,i 2.7U2 1458
L 66.7 2.5411 1640!
21-1 18.91 4.6 78.31 1721
31-: 20-0! Ij 93 2.1391 1377
3L 0 iO'l 122.6T 2-.6i6j 1515
31- 24.0. 7.1 156.5; 1.9381 1653
X: 26.01 8.1 196.5' F331 I
26.6' 8.4 208.3 1.800,:- 1832
4L. 28.0, 9.41 245.3 1.496 1368,
4L 30.0; 10.7'_ 0.7't 303.4, 1.438 1466.
4L 32.01 12.2 368.0 1.380 1564
4L: 34-0! 13.61 439-6 1.319 1662';
4 35.5)' 14.81 498-2 1.273; 1734- 734
5L 36.01 13 523.9 1.050 1319
5' 38.0 17.2 6W.41
3.31
Sped
8.8&11
7.6W
am 40.0 loll 745.01 466
Ric
F.t7 21.31 57'1.6 1 153741
l)L 44.;_. 2v:6 10%e l
L t1 25.9 1103,C,
0.4
1 WIZ
7.521 2036.
b.© 0_T...
6 t7. 17 to
8.01 _
sr
8.0 _ 3687; 2221 i
0.7551 12Z2
i
lev..
r
l 47.61 s,747* ti di'7i1 i
L 119-
fst Lockup Hold (1C -90
Wahicle
Speed
Piph1
Accel Engine
lime Distance Rata Speed
S ") (10 pnpWsec) trppn)
G i
Accel ..._
3.31
Sped
8.8&11
7.6W
1896
i R1C
Distance
1
R,. C
Ric
sec) ft) mph/sec) rpm)
0.0 - c - t3.t- 3.t: t70
4.0.
Note: ' Indicates acceleration Irnited by wheel slip (wheelslip passible) using On -Road Traction Limit Coefficient = 0.70
Nate: Requested AC On Reports are not included because AC Loss is 0.0
This SCAAN Information is subject to the SCAAN Disclaimer set forth elsewhere.
SCAAN No.: 259348
Description : ElDorado Ntional Cummins iSL 280 -Rear Axle 5.38 MA
Date: 3/12/2015
User : Rafael Mendez, Vailey Power Systems
Application Review Status
Output Units: US
Transmission Input Rado : 1.0000
Transmission Input E=fficlency { %): 100.00
Clutch Fan Status : !Fan Off
Air Conditioning Status: Off
Grade: 0.0 percent
Vehicle Accel ..._
Sped
Mph)
i R1C
Distance
etc
R,. C
Ric
sec)
ALLISON TRANSMISSION
VEHICLE ACCELERATION PERFORMANCE
Brakes Lacked Start
Based on User Defined Parameters
Power Packs: 1
Axle Ratio: 5.380
AuAliary Gearing Ratio: 1.000
Accel ..._ Engine r
Time Distance Rate Speed
sec) ft) mph/sec) rpm)
20f 0.2 0.3 9631 1963
A4.0. 0.4 T 1.3 7.521 2036.
b.© 0_T... 3.6. 5510;- 2147
8.01 _ 1.2
A
8.0 _ 3687; 2221 i
Automatic NC- 2C- 2L- 3L- 4L-a)
SL 58.0! 51.31 2973.01
5L 5
Est Lookup Hold (IC-9L)
Speed Time T Distance lute pasSpend
mph/sac)
mph) sec) ft) mphkec)
7.8041
rpm)
1953lCl
Time
0.31 T4T-
lCl- 8.W141'--198914.01 6-51 Tij-
7--1 -C-1- 6.01 079 4.01 5.6701 20441
TCT 8.0T 1-21' 8.07 4.638] 2119
1C,
8.2 1 .31
7.1'
4.526 21
C7 10.01 1781- 15.3 3.437 20231
I C 12.01 001 205912.41 R2
14.0 1 371 38.2 1- 2.7881 20991
2C 14.21 i.2 39. 2 2103, i757
56.7 2.300 i'--- - 1 - 458 -1
F- -TL F 18.01 16401
TLl i8.9 1 5.21 90.11- 2.142 17271
1:1Y 120.0' 5.8 1.8051 1377
L 0 0 142.3 737 1515
K 24.01 1-82.01 1 i&i 1 653'r
F- 3L7 26.01 227-.01 1.5981 1791
3LI 1.7, 1.57 18321
I 4Lj 28.01 10.91 286.01 150 1368
FO.O 2 259l 146612.51
F----4LI- --i2 .6- 1 4-2F 431.9! 1,1671-- 1664
34.01 1662, 15-91
a5j 17.3____,.____.... 7 -1 i:iF4bi2.
38.0 17.6 11 13191
5U iiO OiT, T4 7i 13921
22.7 0-. Tzi! 800,
i
I
42A i 1'03&81
5LI 44.01 27.91 1266 0.738E
1390.61 0.703SL -WO! 3- 0.7,
5Lj
1832;
2.01 39.il52.0- 41 0. FO70-1 1905
1979 IF5Li670[ 2623,] 0.512! 20521:
SL 58.0! 51.31 2973.01
5L 5
Est Lookup Hold (IC-9L)
Engine
Rate
Vehicle
Speed
mph/sac) rpm)
7-804
Speed
6,824, 1989:
Time
2044'
Distance
mph)
1363'
3.350,
lc? 2.0[ 0:3' 0-4.
IC 4,01 0.5 1.6
6.6'. 0.9 4.0'
1C, 7.6 1.2 7.1'
IL: 8.0: 1.3 8.3
IL.'-" 0 1.81----"--'--- 15.9
IL: 12.01 2.5! 26.0'z
0.4511 1
5.90'r 2198; I
Acc el Engine
Rate Speed
mph/sac) rpm)
7-804 1953
6,824, 1989:
5.670. 2044'
4.824,
1363'
3.350,
Clutch Fan Status: Fan On Axle Ratio: 5.380
Air Conditioning Status: Off Auxiliary Gearing Ratio: 1.000
Grade: 0.0 percent
Reverse (R1C)
R i C'
Vchicle
Speed
mph)
2
Accel
Time Distance Rate
aec) (ft) (mph/sec)
0.2 ` - _ 0,'31 9.069
Engine
Speed
rpm)
Accet
Rate
mphlsec)
1916
R1 C { 4.01 0.5 i 1.41 7-.0-0-51 1994
0.4
R1C 6G 0.8r 3.91 5.1631 2102
4.0
RIC! 8.ol 1.21 3..5,M 22111
1c
Az,torratc (1C- W- 2L- 3L- 4-51)
1st Lockup Hold (7C -1L)
Vehicte
Speed
mph)
Time
se cj
Distance
ttt
Accet
Rate
mphlsec)
Engine
Speed
rpm)
2.01 0 31 0.4 7.388 t r,
JET- 4.0 1 -.6 1.7 6.40 I 4
1c oI a. 4.2 s. M 1 202
1c S,Q 1 1.3 8.6
6.1l
4.330
4.219
2Wri
2M- 1c 8:?!
v_
1.
L -C- 1.i 1y.3 3. 1979`
12-01 2.81
3.3T
26.9
40.81
2.9161
2.f03f
2017
t4.01 20W
2C 1 1y4.2tt 3.4 2.501 206`.3}
I--- i4.lF ti.s
y4,
22.6
alYi.i!i 7.7777
4464
83.`41 L'_T- 16401
Gg
L.t`t
1
6.1
3L
3%
22.0
24.4
r7.3 14&81
100.41
3 Vii ; 15t
T
3L 26.0 f ri."'
253.$
1503 1n'3
1.47uj 12+ 3% L.I
2.3 1.21G - MI
30.3 10,1 371.11 1.162 14651
i.1 '14 i; iI- 4 -j
r-
32,0 14.3 45121
ILI 34.01 Iti.7 2 1 1.0641 16w, '
I -, 35.5 43.1 612 4Y t- -- - - - 1,6 C 17M
SLI W.0 1 1&71 045A 0,832! _ 13191
r
381.01
1
21.2 778. ? i 0.7901 1;x92
23,7
63.
46i
4g '; . J
1012
61-1 42,0
r - - - - -- ! .. _.. • _..
vL i }
23t
r° tsls
d
5L 1i
5L °
5L
5L
SL
5L 1
o1 ".2.21
35.0
50.0 38.7
52.01- 42.3
54.0 j _ 46,1
56.0 - 50.4
58.0 55.3
60-01 611
145ao]
1676,$+.._.. - -- . 1
19Y17.3
2185.4 -
2485.5
2 82791 -
3238.9'
3747.5 I
t,.F61
0. - 618f
0.580
Q 5 i0 .
Q.499
Q.443
0.377'
0.310
l6tu61
1759'
1832'
1905 I
1979
2052 -
2125'
2198. f
1st Lockup Hold (7C -1L)
Speed Time Distance
Ij
Mph) (see)
2.01,-,- - 0.31 0-41'
Clutch Fan Status: Fan Off
Air Conditioning Status : On
Grade: 0.0 percent
Reverse (RIC)
1---
TVe-hi-cle
Speedlrnph)
RICi
Automatic (IC-2C-2L-3L-4L-
1 -_ - Vehicle
4.01 0.61 1.7
TimeI (sac)
2.01 0.2
4-0 0.5
011---
0.8
1.2
Accel
Rate
mphisee)
i
Aide Ratio: 5.380
Auxiliary Gearing Ratio: 1.000
6,407
4-521
Accel
Distance Rate
mphisee)
0.31 9.031
1.4
3.9
8,6,1
Engine
Speed
rpm)
19421
1---- 7
F--
F
7.0041
iuij - -
3.586
Engine
Speed
rpm)
1997
zi-0-91,
I I Speed
1-4.2
Time Distance I Rate
42.4F----'
63636363
Speed
mph)
2L.
I (see) ft) (mph1sez)
114.4 1.694:
rpm)
I 1Cj
22.0
0-3--1--- b.4: 7.378] 19031
1--Tc-F- 4.01 0.6f- 6.4D11
1.557
1942
T6.
4.2 5.3561
1,4137
2005
1C: 8 51 4363.
1-465.
2081
4L'
1 8.2 1.4 9. 6' i.52
1368
v__...
o9,
F- 2C iF.1 1--,{ 9, 16.; 3. i*
1466'
1981
2C, i2.01
461.9
2.93T6 T
6363 '
2020 € -
17.0!
F4.61
1.043
6.61 Y W31
35.5
T -T 1
6363
2C1 1-4.2
5.61
34 42.4F----'
63636363
2.589
L
2L.
114.4 1.694: 1377
2.1601
22.0 7.4
1'8-.6 f 84.0 2053,
2066
14581
1640'
2L: 118-9 5.61 95.91 2.001: 1721
L 20.61 114.4 1.694: 1377
1--
yL:, 22.0 7.4 15155 - --
l 631..4
24 794,01.. 0 1.557 1653
T6. 242.31 1,4137 1791
1-465.
4L' 6ii.0 1 i 16 305.4 1A69 1368
4L, 30.0! 13.31 379.6, 1.128 1466'
4L iio:
6363
15.1 461.9 1.686
4L 34.0, 17.0! 552,9 1.043 1662:
4L 35.5 18.51 626.6 1,010, 1734
5L: 36.0 19.1 660.4 0400: 1319
51-
6363
38.0 21.7! 798.9 0.770;
6363---
770 1392
6- L 40.0: 24.31
6363 - 1414...
0.7391 .
1
1 466.
5L E
6363 6363 6313-
42.0! 27.1 P
f T
1117Z: 0.7071 1539
44.0; 30.01 1300.3 0.675 1612.
Ist Lockup Hold (4C -1L)
Vehicle
Speed Time Distance
Mph)
1 C7
Clutch Fan Status . Fan On
Air Conditioning Status : On
Grade: 0.0 percent
Reverse (RIC)
Vehicle
Speed
mph)
RJC 2.0
RI C, 4.0
RIC 6.01
R1C' 8.01
Automatic (IC-2C-2L-3L-4L-5L)
Vehicle
0.e-42F V386
Rate T Speed
8.5061 18671
rnphfsec) rpm)
7.378
I Spend Timer
cz C-
JL
Rats
0.= 9" k"5
L
j'C 7j L'41
J. 91-9gqq
L1L
trite)
2M2
0.39- 2125
1954 1 10.4
1. E -19-al
Ist Lockup Hold (4C -1L)
Vehicle
Speed Time Distance
Mph)
1 C7
Clutch Fan Status . Fan On
Air Conditioning Status : On
Grade: 0.0 percent
Reverse (RIC)
Vehicle
Speed
mph)
RJC 2.0
RI C, 4.0
RIC 6.01
R1C' 8.01
Automatic (IC-2C-2L-3L-4L-5L)
Me Ratio: 5.380
Auxiliary Gearing Ratio: 1.000
Time Distance
sac) I M
0.21
0.8
1.31
0.3
9.4
Accol Engine
Vehicle
Rate Speed
Rate T Speed
8.5061 18671
rnphfsec) rpm)
7.378
I Spend Timer
cz C-
Rats Speed
nlph)
j'C 7j L'41
2-771T
ft)
Me Ratio: 5.380
Auxiliary Gearing Ratio: 1.000
Time Distance
sac) I M
0.21
0.8
1.31
0.3
9.4
Accol Engine
Vehicle
Rate Speed
mphtsac) (rpm)
8.5061 18671
A c—ef---[-Cnsine
6.524
3.481 I' — 2205
Vehicle A c—ef---[-CnsineISpendTimerDistanceRatsSpeed
nlph) P ft) MPIVA-Ir ) trite)
G.93T 1954 1 10.4
Ic! 4.0 ox
7e
8.21 1.61 0-71 2046!
U I
F 2C 777 28.6; 2.721
3.51 i73.T -
2CI 3,61 4r 2.4,4
4AJ 2.080 1456
18.9- 51 7761;
31- 20." 6.61 120.61 1.636 IIS77
3L'
3L!
22.1] ,
4
7 1
203.$I 1.4761
1515
1653
234.9 1-1921 1701
4L]"
L
F LT
26.01
3 D
32.01
12,21
15-91
324o.? -w
484.11
iki
1 1
UW73
11
564
0 17.91 Y9i3l 161372
F 4LF 35.51 19AT 58.8 F 0.9451 17341
51-1 36.01 2011 693.81 0.7711
4
6.738
1319 F
J'- - -.-- - - 2278
SLR 40.01
j5L, 42.01
25.51
T8.T1
9
1172.6-
0J031
66780.6681
14661
F- -51- 44.0
5L 01
4870 T6.3
136-7-07
1582.7
1822.6
0.6321 1612,
0.5i; 16861
0.65iT 1759
TL 50.01
5TO
0.5 1832
61 79 1905
2731.91 0.438 I
T
19791
i125.51--
3609.51 0. Y, 21251
g 91 0.249] 2198'
46.0. 2391
54.01 50.41
of
F- 682FL-r
Ist Lockup Hold (IC-IL)
Vehicle
Speed
Mph)
Time Distance
r-) I (ft) I
1
1C{
2.01
iii
fc- 6.-6
1 C F6
18541
6,010[
1-0.0!r
4.9521
12.0
Accel - ----- -T-Engine
0
Speed
mphl"c) I rpm)
18541
6,010[ 1894;
4.9521
4.250
1.41 g.41
2.11 1704
2.5641 204529.5
Accel - ----- -T-Engine
Rate Speed
mphl"c) I rpm)
18541
6,010[ 1894;
4.9521
4.250 2024
1363 j
Y i3'[-- 1704
2.5641 2045
Note., * Indicates acceleration limited by wheel slip (wheeislip possible) using On -Road Traction Limit Coefficient = 0,70
This SCAAN Information Is subject to the SCAAN Disclaimer set forth elsewhere.
SCAAN No.: 259348
Descdption : El Dorado Ntional Cummins ISL 280•Rear Axle 5.38 MA
Date: 311212015
User : Rafael Mendez, Valley Power Systems
Application Review Status:
Output Units,. US
Transmission Input Ratio : 1.0000
Transmission Input Efficiency (%): 100.00
Engine Friction : Actual
Clutch Fan Status : Fan Off
Air Conditioning Status: No AC
ALLISON TRANSMISSION
VEHICLE RETARDATION PERFORMANCE
Based on Standard Parameters
Power Packs: I
Axle Ratio: 5.380
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
Closed Throttle Downshifts
7
Vehicle Engine Engine Only Engine and Retarder
5L
r 5t162.D
Speed
mPh)
Speed
mm)
Equlllb.
Grade
9f,)
Transm,
Heat Rej.
Btulmin)
Deal
g
Wheel
Power
hp)
E quillb.
Grade
N
Transm. Decal
Heat Rej. 9
Btulmin)
Wheel
Power
hp)
617.483.6 330
r2 ?72
3.6
s
3.5 -746
791 1-0035 X94.7
0.fl34
T
9Q.3
2.8 _ --
12.9 -1556
22651 - -- -0.123
0.124 _613.1
t
5L
5L5$.0
60.0 198
2125 -3.3
3 4 695 1- 0.033-F-7-
0.032
n o
79.5 Ti
13.1
3.3
21_905 ; -0.126 607.8
i (967
647 1857 -0.12a j6flz.7
5L
SL
560
54.D
k052
1979
3.2 1601 F 0.031 175.0 _
70.3
13.6
1 13.8 '-
21811 3100
217C7 -0.133 -
1597.8
3.0 557 1 0.029 593.0
5L 52.0 11905
5
2.9 1516 0.028 165.7 14.1 21726 [ -0.136 588.4
5L 50.0 11832
695
2.8 1476 0.027 161.3 14.5 686 ,-4.139 15B4.0
5L 48.D 1759 2.7 1439 - - 0.02!6 57.1 14.5
u=
21E49 5.143 579.8
5L
5Ll44.0
146.0 11686
X1612 -
2.6
2.537Q
1404 0.025
Q,024 _
53.1-
49.3 m15.8
15.3 121614 -0.147
J21580 _ 015
1575.9
521
Y
1572.1
5L 142.0 1539 ~ -1 -2.4 X344 023 45.9 16.3 ; 21554 - 56_8.6
r
5L 0.0 71466 -2.3 320 D22 42.6 16.5 12 845 2-0.157 - 1548.5
5L 38.D x392 .Z 296 0.021- 39.5 1B.4
2.7 ° -
719793 Q.157 52 .1
5L
5L
38.6
34.D'
1319 -
1246 E -2fl
272 1-0:021 136.5 16.3 7182 i -0.156 - 1491.8
248 0.020
224 i (1.019
33.7
31.0
16.2
18.1
17681 ; -0.155
16641 -0.154
463.6
1435.65L32.0 1173 1 -2.0
5L 30.4 1 099 1.9 202
F8
T-
1-0.018
O.i118
28.4
26.7
16.0 j 15591 E- {}.153_
1 S.4 - .14881 - - 0.153
407.7
5L 28.6 _ Ein- F-
128.6 11400 --
8.0 1368 '- -
t .8. --
400.0
390.fi
4L
4L
1 -2.3 -1,218
2.2 -_-
022 37.9 T6.4 [14912 - 0 _-
6.4 - 14572 4.1552121:6.022 -136.6
4L 26.0 11271 2.2 192 0021 33.1 1_6.3 135 ?40.154361.7
4L 24.0 {1173 - - 2.1 172 j-0.020 29.7 - F16.2 712475 0.153 332.9
4L 22.0 ,,1475 Y 152 ] 0.015 26.5 _ 18.1 11426 L1i.152 304.4
4L
K122.6
22.0 1075
71515
2.0
1 -2.8
152 001926.5 18.1 T1425 - 11.152
17.0 - - 111492 -0.156
X304.4
219 'i-0.026
3L 0.0
3L'18.4
11 377 !- 7
240 1-2.6
1198 -0.025
175 ;- 4.€l24
136.6
137.7 -J-15_3_-
319.8
16.8 ;10444 -0.155 •289.1
15 3 - s85Q5 -0.141 :237.0
13.Q -16285 -0.120 1178.43L116..0 1102 2.5 151 - -- -0.0237.2 5
3 116.D
2L! 0 454
1D99 -+' 2.5
3.3 ' --
15Q ; -0.023
211 -- - -r -0.630 - (39.5
7.1 -_- 12.9 -_ 1B24fi- - j fl.12o
13.8 J6306 - -- f -U.123
7177.4' _
185.8 r
2L 1144 _
f. 2L112.0 11DS3
127_5 _
T3.0
3.2 186 1-0.6'28 3.1
9 -
71.6 14494 1 -0.103 -
5.6 -- _ 3046
139.2
Ji55 -1 O.D27 -27
2L 11.3 1025 ' ;5.6 142 -0.627 5.0 8.9 - 2579 -0.075
8.5 2740 -0.073 -
85.1
81.513 - -1700 L2.6 304 -4:022 21.5
Std F'reselecf DO%7whft
j f Engine Only Engine and Retarder
Vehicle
Speed
mph) t Equllb. Transm.
Grade Heat Raj.
l7ecet
9
Wheel
Power
Ec{uillb.
Grade
Transm.
Heat Raj. f
Oacal
f 9
Wheel
Power
i (967 Btulmin) hp) h) Btulmin) hp)
791 - - 0.035 F94.7 -- -+ 12.8 22001 - 0.'122 617.4
5L 672 _0 ' 227_ --3 5 746 0.034 190.3 -12.5 - -,- 21956 i.123 - 613.1 --
5L 12198 3.4 695 0.033 05.0 -13.1 9_05 - - 0.125 647.8
5L 58.4 21 i5 647 O.Q32 179.9 013.3 21857 0.127 602.7
5L 56.4 2652 1-3.2 601 - - -- 0.031 -- 75.1- 4 13.f 21811 _
v-
0.129 X597.8
SL x54.0 1979 3.0 557 0.029 wl70.3
J -
13.8 - 121767 -_ 0.132 - 1,5530
5L 152.4 - j1SD5 -_ 2.9 1516 i 0.028 165.7 1-14.1 1216 0.185 - 588.4
5L 50.0 1832 J -2.8 - - 476_ D.D27- q6 .3 14.5
1
2188fi - 0.1313 - a
5L 148.0 - 1755
v
2.7 ° - 439 -- 16'66 r57.7 _ - 14.9 - -- 121849 -- x.141 -- 1579.8 " - -
5L 47.1 - -1725 2.6 423 0.026 -2 15.1 21633 143 578.0
4L
r 4LQ
47.1 3.3 477 0.032 --F
TY -
5.3 --15.8
8 f .9 -_..
VIRIAet
21687 - 147 08.0
1 3.3 - -- 5 -
IT
8 . 21667
hp) (
1604.6
4L
F 4L
144.0
42.0
0150
2052 ^ -}
Jai -1420
i -12330 -
1 -0.030 175.7 1-16.5
17,0
121630 -
21598 -
153
158
598.4
92.5OA29T.8 -
F 4L 40.0 1955 2.5 -T o 028 64.1 17.1 11878 15$ 569.9 lH4L138.0 11857 2.8
2.6
1323
12 ---
1-0.026
P6525- 1-53,5
158.7 _
1-16,8
16.9
118765
19821
6-
158 539.2
4L 36.0 1759
seaz: -T•
508.8
4L M _ 1662 2.5 - 268 -0.024 148.7 16.7
ai7
111 - 0.155 1478.7
r 4L 33.4 1632 -1-2.5 260 -0.Q24 1473 ---TI-6.7'
5L j52.0 1
1iT393 - - - - -1 0.155 - 469.6
3L
3L
133.4
32.0
12300
i22"`+' _-- --..6
3,7 1403 - 0.034
a3. _
183.5
5
17.9
77.8_
I15729
417537 160 05.8
j3-76
1 -3.4
167_9_3. _ -- 159 1482.1 7.
r 3L 330.0 X2066
T
339 - - -0 032_ --T 9,3 -_7.6
L
7. 3L
128,0
26.0. .._.-E1791
9218 . -__.
r
3.2__!
I 3.1
345 1 0.030
F73 -- - I -0.029
61.6 17.4
17.3 _-
414666
143605 _-
0.156
X1-0.154
T415._5
383.0 - 54.4
R
L
2L
25.3
25.3
1739
1
4.2
0.O
4 ._ -1377
262 1 -0.028 51.8 17.2 -_ 13208 1-4 -'154
0,157
O.i55 -
37 {).9
401.9__
379.1 .T.
i 0.039 82.8_
75.8 _-_..J
18.6 TMX1332_3
18.4 - - 112651_ r 2L 24.0 - _.2187 1348 1 -0.038
T-2L22.0- 4 4.0 - - -- 1306- 0.036 65.4_ - -x18,2
1-17.9
115$0 ~ -
F10513• - - --
153 343.2
11822 3.7-- -j258 j -0.033 -- -155.7 1 F 51 -- 1308.2
21-
e 2L
18.0
116.0 __
14.0
1640 -
1458 - _ _
x1275
3_.5 - --
3.3
231 -` -0.031 -
211 - 0.031]
47.0
139.7 -
16.3 . -
i
13.9
856 -- - -- -- 138-
646 0.118
44494 • -0.099 -
252.3
190.9 -
1139.22L3,2 186 -1 -0,028 - 133.1 -• - 1-11.6
F 2L
1C
1 1G
1C
5 -- _ 13-.,5'-
13.5 _ -2026
0 ~
10.0 ^ --
Fl;; s 1 1 1179
7.0 -_
16.3 -
6 _
028 --F3175
78_1 X0,050 78.1
i,i - .4696.. x_094 -
15.0
V
4696 - - - = 0.1fl6 _
1 -13.0 3592 x±091-
1 -1fl.5 12397 ' OA73
1128.0
1174.6
1751
1351 - --
1-701 . -j -0.045 _
1636 - 1 -0.039
jii3.2_ -
46.5 --
X134.5
1- -_
1C
1 1Ci6.0
8.0_.
x00 -.__
i _ __
5.. -..__
L33 -
0.029 122.1.
33.7
W
1527`- ¢-0.054Ti
6.2 -_ .___ -... 0.04p
56.4 -
ri.i ..
Engine Brake, Std Preselect Downshift
1 11 EEngine QQnly _ 1 EEn91ne and RRetarder TTVehideEEngine - F5;
g
cel VVIRIAet
1
961 ( Stulmin) ! hp) ( 94) ( Btulmin) ( hp)
1 5L ii -12330 - 11-3.6 ' - JT9i .
51L 662.0 22272 - - xx-3.5 - 7746 - 034 _ 90.3 112.9 221956 JJ -0.123 - 6613.' r-
j 5Li60.0 -- 2198 11-3.4 11695 -- T
9
19fl5 - - 0.125 6607.8
51.158.0 2125 . 3.3 11647 QQ.p82 667_ ._9 -,a: - - $ z _ sseaz: -T•
F 5L,56.0 - -- 112652 -- - + 3.2 11sa1___ -- 00.031 -175.0 - 4-13.8 _ _ 21811 J-0.129 597.8
1 5L'S4,Q 111979 3.Q 1557. 00.029 1170.3 -- -13.6 ; 21767 - 0.132 11593.0
5L j52.0 111905 2.9 11516 EE -0.028 _ 165.7 i -14.1 - 4421726 13.13_5 _
11 5L 150.0 - § 1832 - - 1 -2 8 - -- 11476 - - -
1
161.3 -14.5 1121686 '
X588.4 -
1584.0
5L{480 + 1759 11 -2.7 ; 439 rr -0.026 , 57.1 - 21649 - 0.141 5579.8
5L 447.1 111725 - 2,6 ; 423 - 0.026 ? 121633 - 0.143 5578.0
4L {47.1 112300 ; 3.3 11477 , 0.032 : 853 1-15.8 1121687 - - 0.147 6608.0 r
4L 148.0 112248 - 3.3 ss457 - 1.031 XX81.9 - 16 -Q 221667 - 0.149 6604.6
4L 144.0 22150 - 3.i 4 r21630 - r
4L 142.0 _ 12052 ; 3.0 ; 386 - 0.029 ; 69.8 { - 17.0 ; 21596 - 0. 158 ;592.5 FF1
1955 - - 2.9 • 0.028 + 120878 - 0.159
4L
4L 34.11 j 662 2.6 1268
Engine Only
j-0. 4 48.7 16.7 17711 1 -0.155 178.7
1 4L 33.4 11632 2.5 1260 0.024
0.434
7.3
83.5
16.7_
17.9 17
117393 j -0.155 45x.6
r37 ^r- 0.160- 539.8r3L33.4 2 i4 F3.7 1403
3L 132.0 12264 -3.6 1376 0.033 177.5 17.8 16793 .159 ,4$2,1
3L130.0 2066 4 -3.4 339 1 -0.032 69.3 17,6 - 15729 0.157 F448.6
31. 128. 0 1928 -3.2 1305 i'-0.030 1.6 1.17.4 114666 FO. 15fi 415.5
3L
3Lr5.3
126.0 1791 -3.1 1273 0,029 154A 1 -173 13_605
113208 --
0.154 1383.0
1739 -3.0 262
1610 -0.036
1,028 51.8 17.2 0.154 v1370.9
2L 25.3 12301 -4.4 1377 F 4.03'9
0.038
182.8
75.8
18.6
18.4
113323
12851 -
0.157 1401.9
0.155 379.12L24.0 12187 1-4.2 .1348
2L
22
2L
122.0
02L1 .0.0
18.0 11640
12004 -4.0 1306 036
0.033
0.031
i
165.4
55.7
18.2
17.9 110513
111580 0.153 1343.2
0.151_308.2
0.138 1252.3
1822 -3.7
j 3.5
2fi8
231 47.0 16.3 18561
2L 16.0 11458 9 -3.3 1211 0.030
0.028 _33.1
1 -0.028
39.7
11.6
131.5
13.9
11.1
16346 r0 118 - 190.9
f4494 -0.099 _ 139.2
4094 -4.094 ;128.02L
14.0
13.5
1275 -3.2
1229 -3.9
18fi
179
1C113.5
1 CT3 2.0
2026 -7.4
1751 P6.3
M
7781 : -0.050 -178.1
2755$ -0.159 15$0,4 -
1-15.0 - -4696
13.0 3592 0
1-0.106 1174.6
1701 _ -0.045 _ 63.2 091 -- 1134.5 -
1C110.0
1C IB.O
1351 w.6 1636 j -0.039 146.5 10.5
8 --
12397 F6.a73 190.0
906 J -5.1 608 -- -0.033 33.7 - 1527 , -0A4,{ 6 4
i
4C 16.0 1700 -4,5 1330 1- 0.029 122.1 6.2 696 141.040 131.1
Clutch Fan Status . Fan On Axle Ratio: 5.380
Air Conditioning Status : No AC Auxiliary Gearing Ratio: 1.000
Engine Only data Is for comparison purposes only to help show retarder contribution
Closed Throttle Downshifts table is included for reference only
Closed Throttle Downshifts
Engine Only Engine and Retarder
Vehicle
Spe d
mph)
Engine
Speed EquilbTranam.
rpml
Grade T 17ecel
Heat Rej. 9
heel
Power
NbTransm.
tirade Heat Rej, 9 Power
r J (96} Btulmin hP1 i9L (Btulrrrin} hp)
51.1631 2330 14.3 13.5 122016 1-0.1301806170.042 9135.6 1658,4
61162.0 2272 142 7 0.041 128.3 C - - ,131 _ 13.6 f'i51.1-
5L 60.4 2198 174 0 706 10.039 1119.5 13.8 2 i916 1 -0.132 1642.2
5L 58.0 2125 -3,9 657 -0.037 111.0 -
T.
113.9 - -- 124867 " -4.134 639.8
556.0 2452 X3.7 1610 -0.036 103.0 14.1 121820 -0.136 -_ 625 -8
5L 54.0 1979 173.5 c155 0.034 95.4_4.4 2 i 775 0.138 18.1
5LT52.0 1905
v
X3.4 14.6 X1733 _ }-0.140 - 523 -0.0333,,SB 1 - 9610 9
5L
48.0
18_32 .3.2
1759
rt
y-3.1
f 483 1 -0.031
445 __ - - -1 -0.030
T
1409 r -4.029
11.2
N.
44.9
15.3
121693 °0.143
21655 _ _ - { 0.146
604.0
1597,5
j591.4
5L
r5L 46.0 686 -- 1-_3.0 tl68.6 1 15.7 21619_ - -- - -,W .150
1--
5L4 0-
i
1612 2.8 1374 '-0.027 -62
i
16.1 121 584-0_.1585.7
5L 2.0 1539 - 2.7 348 _ ! 026 57.7 18.6 2755$ -0.159 15$0,4 -
5L;40.0 1466 - -_f -26 324 0,025 152.$ -16.8 y20848 - 0.160 -0,160 65&7
5L138,0
T - --
1392 -2.55 i
T ..__, -.. _.
X9796 -_- 0159 - 52$.8_ 1295 ,0.024 48.3 16.6 1- ._-
5L6.0 1274 -0.023 r _0 .. 1-16.5 - - !18745 - 0.158- 498,2
i
1319 - - -2.4
5L 34.0 11246 1-2.2 250 ! 0.022 '40.0 -16.4 17693 -- - (1.157 469.9
J
5LF32.0 11173 r-2.1 1226 I -0.021 136.2 1 -16.3 .16643 4.156 4{i.$
5L 30.0 _.10s9 12.1 03 Lt1.424 _ 32.7 -.1-T .2 .15592 '- 0.155 _ 12.0
r 5L128 6 :1050 I -2.0 1 r _6._ - 188 41.018 34.5 I -16.1 14882 -0.154 -382.6
4L8.6 11400 2.6 ;217 -0.025 415.7 1 16.8 ,14912 i- 0.158 408 B
4L 128.0 ;1368 , -2.6 9291 } -0.025 44.9 9 -16.7 ;14572
T , -
0.158 398.8
F 4L 6.0 1271 z.a 1s2 j -0.0--133 9.7 --1-- 16.6 1ki
Engine Only
4L
4L
4.0 _
22.0
1173 -2.3
1075 2.2
172 0.022 34.9 16.5 12475 156 33$.1
152 I -0.021 30.5 16.4 11426 j -0.154 T
i 4L 22.0 1075 2.2_ 152 021 30.5 16.4 - 11425 4154 308.4
I3L 22.0 1515 -3.3 - -- F222 7 0.031 53.2 7.5
T -
11485
T
161 - 331.Q
3L 120.0 1377 -3.1 00 1-0.029 45.1 17.3 10446 159 297,6
3L
3L,16.0
118.0 11240 -2.9
9102Y
2.8
1177 0.027 37.9
31.5 -
15.7
13.3
18506
166 _
0.145 43.2
i 52 0.02& 123 1182.7
3L
2L
16.0
16.0 --
109% _ _
1454 _..
2.8 7151
14A ._ -.- i2 14
1 0.026
0.036
31.4
49.5
13.2
i -74.5
16247 p
66
Z.122
129
181.7
195.7
2L
2L
I--2L
114.0 - ..1275
12.0 -
11.3 _
1093
1025.
3,7
3.3 44-
188 1-0.033 139.8
31.310.0
12.1 _4496
3047 - -
0.108
0.089
146.0
102.6156
2052 -
1979
0.030 8.5 92
2G 11.3 700
V -
J-2.4 202 0.021 19.1`
54.0
2839 0 .073 179.2
Std PravelectDawnshifts
e
Engine Only Engirm and Retarder
Vehicle
Speed
Engine
Speed Equlllb.
Grade
a _
Tranem.
Heat Rej,
Decd
g
YVheeI
Power
Equllib.
Grade
Tranam.
Heat Rej.
decal
g
Wheel
Powermph)
96) Btulmin) hp) Btulmin)
22016 a
V-
0.130
hp)
658.45L63.6 2330 14Z 806 0.042 135.6 1 -13.5
5L 62.0 _ -_ p2272 4,2 1283 13.6 121968 P651.1- 758 e -0.041
5L 6fl.0 2198_-
0.131
1-0 »132 - 1642.20 - -- 706 -0.039 119.5. 13.8 -2191f
F 8.0 2i25 3.9 13.
9T__
657 0.037 11.0 -- 1867 0.1---1033.8
5L5B.0 2052 -
1979 j
X3.7 _-
3.5
i
565
610
21775
I- 0.135
0.138
625.8
618.1r5L54.0 0.034 - E %5.4 1_4.4
5L 52.0_`- - 1805 ___ 4 -- 1523 _ _ -- 0,033 -" 881 -_ 14.6 7733 - 0.140 610..9
5 L 50.0 1832 2 3 1-0.031 - 181.2_ 14.9 -- 1-0.143 604.0 -
e 5LF4iO. - i759 3.1 030 T4.T - 15.3
2693
21655 _ 1-0.146 597.5
5L 47.1 - -11725 428 - 0.029 71.8 15.5 - _- 3.0 -_ 1638 0.148 _ 594.6
4L4L}47.1 0300 -_ J-4.3 477
T
0:041 + J124.4 18.721667 0 157 7-2
4Ljdfi.O 48 1 0.040
T
118,4 _ 16,9 21686 F0.159 X6412 -r-
F4L!44A 3.9 - - 142fl - -- 0.038 _
I
p107.6 17.3 -.- .'11630 E -0_.16'2 _.630.4
0.036 _ 197.6._. F17 7 -- 1596 - 0.166 0.3
4L Ko - 1955
1-
3.5
3.4
35:4
23 -1I'
295
1-0.034
0.032 79.2
88.1
7.fi
17.8 ^- 20878
1 9821 - --
0.167 !
4 -00.165 ,
594.0
1559.8r4L38.0 -1857
4L 6.0 17593.2 0.030 E7i.1 - 17.4 18765
p' -
0.163 528.3
r 4L 4.0 - 1662- 3.0 -- 6 0.029 1 t - 63.5 17.2
Cj
117711 0.16_2 ^ 3
4L 33.4 _ 11632 i -3.0 1210 -- 0.028 61.3 - 17.2 - - 17393 0.161 483.6
3-L 33.4 12300 I5.0 13 - -1 046 ~122.8 19.3- 17547 ^ 4-0 »175 x45,1
r 3L [32.0 12204 1-4.8 1385 0_.044_ it 12.1_ 19.0 16801 I -0.173_ _ 516.7
r 3L30.0
s-
266
u
j 4.5 347 _ 0.041 - 97.$ -1 18.7 - X15736 i -0.170 477.1 -
T 3Li2$.0 11928 0,1 - 1311 0.039 _ 184.8 18.4 94672 - -- 0.157 - 0.30
j 3L12.6.0_ -- 1791 3.$ 278 Lb.03_6 J73,0 . -18.1 _ 13610 0.16_5 14_01.6 _1
YF
3Li 1739 I -3.8 __ . I - xr266 r0. 035 68.9 - 18.0 13213 - 0.164 f388.
OF
o5.3
2L 25.3 12301 1 -6.1 390 0;054 ^ 1122.3 20,4 13337 0.117 441.4
2L';24.0 5187 5.8 1360 x0.052 1109.7 20.1 12663 0.174
y
413.0
1 2L `22.0 12004 i -5.3 315 - - 0.047 ~ 1.5 1-19.6 11589 0.170 1369.3
2L 120.0 11622 1-4.8 274 _ 0.043 75.3 - 19.1 10520 0.1115 327.8
1 2L 18.0 - 1640 1-4.4
i-
123_6 7Z._039 _ 161.3 17._ 2 8566 0_..1_ 50 266.6 r
k'11 6.0 1458 4.6
T
214 6.636 i.7 74.6 0.128 - 200.8
75 3 033 _ 8 12,1 449 6 i- 0.107 114 0
13.a 22 3.6
Vehicle
Speed
mph)
O.Q32 37; 1.6 4Q6 q.9Q22L
10113-15 11 885 -8.8 11118 0.064 1101.0 16.9 15033 0.129 1197.6
102.0 1627 7,7 957 0.056 js62^ 14.4 3'848 l.io3 149.5
1 1C110.0 11264 -6.5 1798 4046 154.3 11.4 12559 FO.081 97.7
1 C 8.0 6411 j -5.5 692 -p.03E. 36.2 6 161 i 059 58.9
1 1616,0 700 4.1 227 1-0.729 119.8 5,,R 1592 040 P&8
Engine Brake, Std P esetect Downstritfs
Note: Requested AC On Reports are not included because AC Lass is 0.0
Vehicle
Speed
mph)
Engine
Speed
rpm)
Engine Qnly
Equilib.
Grade
M
Engine and Retarder
WheelTransm. Decal yy i
Heat Rej. 9 Power
Btulmin) (hp)
Egt ilib.
Grade
9C)
Transm.
Heat Rej,
Btulmin)
Decel
9
Wheel
Power
hp)
5L 63.6 X2330 4 3 1806 1- 0.042_ 1135.8 13.5
13.6
1 -13.8
122016
X21968
121916
r- 0.130
0.131
0.132
658.4_
1651 1
1642.2
5L
5L
62.0
60.0
l72
2198
v
2
40 -
758 ; 0.041
706 ^ 1-0.039
128.3_
1119.5
5L
R:156.0
58.0 12125 3.9
3.7
1657 -0.037 1111,0 13.9 121867
21820.
1- 0.134
1-0.135
1633.8
625.8 - 2052 - - 1610 ! -0.036 103.0 14.1
51-54.0
5L
1979 1.3.5 1565 j -0.034 95.4
88.1
81.2
14.4
14.6 -
W
14.9
1775 138 618.1
52.0 1905 1' -3.4 -23 0,033 21733- D.14_0
21693 0.1
610,9
j SL 50.Q I1832 1=3.2 s3 0,031 a
j 5L
C 5LT47.1
48.0 1759
1725
3.1
3.0
1445
2B
0.030 174.7 15.3 _
15.5 - --
721655 - .0597.5
21638 _-- EZ.148 Y594 1x.029 71.8.
r
4L47.1 23(10 4.3 1477 041-1124.4 16.7 16587 0.157 1647.2
4L 46.0 22248 1-4.1 1456 1-0.040 1118.4 16.91666 159 641.2
4L,44.0 2150 13.9 420 Pi],038 1107.6 17.3 21630 962630.4
4L 42.0 120522 0.7 1386 LO.036 197.6 17.7 121596
120878 Q1167 1594.0
T
4L 40.0 1955 -1 ,5 1354 034 T889 TI-i7.8
4L
4L
38.0
36.
T
11857 4 323 032 79.2 17.6
17,4 _
TY 319_82 1
v
18765
0. i 65 559.8
63 526'.3
4
1759 '-32 0.0301295 7i.9
4L34
4L133.4
3L
0 186- 2 C 0
01632 _- 1 -3.0 --
33.4 12300
jr-
5.0 -
1268 ' -0.029
260
a
l 0.028
13 p -0.046
163.5
1 -61.3
122.8'--j-
17.2 _17711
9.3 - -
7393
1 17541
0.162
0.961'
0. 175
1493.4
14$3.6 r
x1
T
45.
I 3L
3L130A
32.0 2204
2066 -I4,5
1-4.8 385 -[:F-044--T-F1 2.1 -7-19.0
97.8 - _F18.
7f
166801_
X95736 -- -
0.173
0.170
1516.7
477.134T ; 0,1}49
3L 28.0 1928 4.1 1311
278 -, -t
1-0.039
0.036
84.8
73.0
18.4
18.9
14672
3 10
0.167
j -0.165
438.7
03L26.0 1791 3.9
3L 125.3 1739 j -3.8 66 1 -0.035 168.9 18.0 113213 0.164 388.0
21-125.3
2L 24,0
2301
12187 -_
1-6.1
15.8
390
380
1-0.054
1-0.052
122.3
69.7 -1
20.4
20.1 ... _
13337
112663
0.177
0.1,74
441.4 _
a
493.0
2L
2L20.0
122:0 2004
11822 - -.8
5.3 _- P315
1274
047 1.5 19,6 11589
10520
t}.1 TO
0.165
369,3_
1327.8 -1
2L118.0 J1640 44 1236 X0.039 161.3 17.2
12.1 -
856fi
6349
4496
0.150
0.128
j -0.107
1266.6
200.9
146.0
v
2L
2L114.0
16.0'1458 ]-4.0 !294 ,0.036 _648.7_1-14.6
11275 -3.7
P
1188 - -- 14033 f39.8
2L i13 5 11229
10 13.5 x1885
10;12.0 11627
r 10iiOA.
4
11264
1C 18.0 1848
j 1 C 16 O 1700 _
3-6 ;181 032 337.5 11.B 4096
1-0 a 1118.o6a 1101.0 16.9_ _ 5033
1-7.7 - '957 - Q 178.2 -14.4 3_848
6.5 - :7_98 - - 1 -0.046 154,3 - -11.4 2559 -
5.5
Y
1692 ;- 0.038 {36,2 X8.6 11612
4 i -0.029 19.8 8 921
r. -... .._,__.___._
X0.102
0.103-
0.081
0.059
1134.0
197.6
149.5
197.7
58.9
Note: Requested AC On Reports are not included because AC Lass is 0.0
This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere.
SCAAN No.: 259348
Description: E €Dorado Ntional Cummins ISL 280 -'Rear Axle 5.38 MA
Date: 311212015
User: Rafael Mendez, Valley Power Systems
Application Review Status ;
Output Units : US
ALLISON TRANSMISSION
VEHICLE RETARDATION PERFORMANCE
Based on User Defined Parameters
Transmission Input Ratio : 1.0000
Transmission Input Efficiency ( %): 100.00
Engine Friction : Actual
Clutch Fan Status : Fan Off Axle Ratio: 5.380
Air Conditioning Status ; Off Awdliary 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
Closed Throttle Downshifts
Power Packs: 1
I i 1 Engine Dnly Engine and Retarder
Vehicle
Speed
Engine
Speed
rpm)
Equiilt;.
Grade
Tranam. Deaei Wheel
hest Raj. fi 9 Power
Equitib. Tranam.
Grade heat Raj.
3eael Wheal
9 Power
I 1
mph)
9+.} gtulmin} hp) 1 Btulmin) hp}
j 5L1,63.6 123 1791 0.139 116.3 15.2 122001 - 145 - 1750.1
V 5L 62.4 272 V9 _--.
II3.88
15.3 X219:57 - 0147 _.744.97470.038 -111.0
LlE[60.6-- 60.0 2190 0.436 1W3.5
9_8.3
15.6 21948 149 1738.4
5L 58.4
Y
2125_ 3.6 647 I- 0.035 15.9 - 21857 1- 0.1_52 732.2
f 5L 156.4 - 2Q52 -- X3.5 - 1601 - y -0.434 92.3 16.2 121811 0.155 7263 -
i
r 5L 54.0 1979 3.4 557 0.033 86.5
80.3
X75.5 1-17.3
16.5 °-
1-16.9
T
121767
v -
0_.15$
x1726_ } -(1162
1216$7 1-0.166 -
1720.4
71 a.8
709.4
5L 52.0 ° 1905 x-3.2' x516_ I -0.031
5L 50.0 1832 a 3.1 4T7 j -4.030
u
5L 1413.4 X1759 j -3.0 4440 0.029 170.4 017,8 21650 - - 0.17ti W-3 ---T
5L146.0 116862.9 1405 40.028 65.5 18.4 - 121615
r v
i.175
19.1 -_ 12 581 j -0.181
699.4
11 500 11612 _ -l2 8 _1371 x-0.02_7 6_0.9 694.7
542.4 __ _ 11539 -- I -2.7 - _44 0.026 156.7 9 -i 21554 _(1.187 1690.5 -
r 5L 140.04F6 2 321 x0.025 52.7 - 19.9 _ 20845 - 189 686.1
392 _ -_ 2, o.nza - .aie:s..__ s:8 1979 t - - -.f 1a S
L 36.0 1318 4 272 0.023 145.3 19.7
J
1$743 0.187 1597.3
1 5Lr }34.0 1246 -2.3 248 1 -0.022 41.$ -19,6 1-0a86 563.1..`
5L!32.0 1117_3 2.2 225 4.022 138.4 19.5
17692
v.
16641 0.185 529.0
F2.1 02 -` 0,021 -135.3 19.4 15591 p.185 49,,5.2
5L ;28,6 41050 2.1 187 - - T33, 0.020 - 2 i -19.4 14881 0.184 472.3
4L 28.6 - 15 0 _ 2.6 ° ° 1218 - - -- 0.025 - 146.9 1 -19.9 14912 - 0.187. 1488.0
4L ,28A - 1368 2.6 212 i 0.025 45.4 - 19.9 14572 1-0.187
r 4Lj26;0 _ 11271 1-2.5 - '192 - - 0.024 _ 41,0 " 19.8 13524 -- 0.186 439.4 -r
i 4L 4.0 1173- 2.4 _ -a172 0.023 __9 119.7 - 12475 -
A-
0.185 404.5
4L }22.0 1075 2.3 1152 0.022 33.0 19.6 11426 0.184 369.9
4L!22.0 11075 1 -2.3 1152 0.022 33A 19.6 11425 0.184 369.9
3L;22.0 x1515 3.3 219 0,031 151.9 20.6 11492 0.188 388.8 T
3L 120.0 1377 1-3.2 199 0.029 45.4 20.4 10444 0.187 351.6
3L 118.0 1240 1 -3.0 - _ 175 - - -- 0.028 139,4 08.6 - 8505 0.170 288.3' -
j 3L 140 i 102 i -2_.9 1151 0.027 133.8 15.7 16286 0.145 217.2
T 3L 116.0 - -- 1099 1.2.9 -_.__. - 51 1 -0.027 33.7
T -
1-15.7 - 6246
W _ - --
0.144 1215.9 1
E!16._0__ L 116.0 1454 _ 1 -40 2_1_'1'___ 0.036 - 149.0 '- 18.8 _ 6307 _. 01.148 231.1 -
2LI14.0 11275
2L 12.0 1093 -
2L 14.3 jives _
2C 11.3 1700
Std Preselect Downshifts
4.1 14494 0.125
1.66 0046 0.104
c.8 2579 [ -u.o9s
Engine Brake, Std Preselect Downshifts
1. Vehicle Engine - _ Engine Only - l =ngine and Retarder
1 Speed Speed I Equllib.. Transm. 1 Decal fi Wtreel Equlllb. 1 Transco. I Decal - Wheel .1
Vehicle
Speed
mph)
Engine
Speed
rpm)
Engine Only Engine and Retarder
Equilib.
Grady
96)
Transm.
Heat Rej,
Stulmin)
Decal
ti
Wheel
Power
hp)
Equilib,
Grade
96)
15.2_
Y- ---_ _
Transm. Decal
Heat Raj. 9
Btulmin)
001 -0.144
YVheel
Power
hp)
754.15L63. 6 2330 4.0 791 0.439 116.3
F5L 62.0 12272 1 3.9 747 0 111.0-15.3 1957 - -4 -0.146 - 1744.9
5L 60.0 2198 3.8 1696 , -0.036 1104.5 15.6 121M6 0.148 738.4
5L
5L
58.0
56,0
2125 3.6 647 j -0.035 L3 15.9
16.2 121811
21857 '.- _4,_5_
0.153 -
732.2
1726.220523.5 - 4601 0-0 34^ 3 L
151-154.0
5L 52.0 - -fi
11979
905-
u
3.4 1557 1 -0.033 186.5 16.5 21767 1- 4_.157 1720.4
3.2 - 1516 -0.031 80.9 16.9 21726 -0.160 0714.8
5L 150.0 11832 3.1 1477 1-0.030 175.5 17.3 21687 x-0.164 X709.4
5L 48.0 1759 3.0 1440 -0.029 70.4 17.8 - x165069 - 704,3
5L 47.1 1725 2 423 -0.029 68.1
a
1$.1 21633 !-0.171 1702.0
4L d7.1 2300 3.8 477 -0.036
7 -'-0.036
104.9
x1'00.7 -
19.0
19.3
21687 -0,176 1738.7
4L 46,0 2248
s
21667 - -- l 4,378 L734.6
q 4L 144.0
v'
3.7
12150 P3.6 J420 •0.034 193.1 19.8
7
121630 r -0.183 1727.0
L42 0 2052 3.4 X3$6 0.033 869.5 121596 -0.18$ 7198
4L 140.0 11955 3.3 354 1-0,032 79.0 20.6 20878 -0.190 692.3
L
r 4L
38.0! 1857
15
x3.2
3A
1323 .034 172,4 20.5
20.3
X19821 -0.08$ 1655.0
18765 ^ 1-0.18$ 618.136.0 G295 ~
4T -
0.02$ -166.1
4L
4L
134.0
133.4 -
11662
1632
2.9
9
1268 •0.028 160.2 20.2 117711 , -0.187 1581.5
0.186 1570.6 - T2_66---7 4.027
R
58,5 20,2 _ 117393
3L33.4
3L
3L128.0
32.0 -- L
300
2204 - -x4.2
43 t04 -0.040
376 - -- ; -0.039 -r9.
A -- 34p -0703
T.
4
102.7
X760
v-
21.2
21.7
i -21:f
1.4 - --
21.0
17537 ,192 614.7
16793 D,191_ "•,586.0 L
15729
V11
4.18$
J
545.3 _..
1146M 0.187 ;545.1
13605 - -: -0.186 - 465.6WL
206fi
1928 33.8 9305 1 -0_.035
1-3.6
r v ;
273- -0.034 67.2 _
3L 125.3 11739 3.5 i22 - 0.033
5.2 !- 4377 __- 6 -0,046
64.0 2-0.9F1 3209 !- 0.185 451.0
13324 ;-0.188 - X48$ 8 = 2L 125.3 230 i- 101.$ I -22.7
1 2L,24.0 12187 5.0 1349 1 -0.045 93.4 22.5 12652 ' -0.187 1461.1
2L!22,0
r 2L 2 0. 0
120 04
11822
X4.7 x307 1- 0.042
14A 1288 L -0.040
180.6
58.7
22.3 111581 j- 0_.184 1417.5
1051321.8
2L 18.0 F16A4
2L16.0
f-
1458 --
2L,14.0 1275
x-4.2 231 -0.437
4.0' - -- 211 - - 4.036 -49.1
58.1
v
19.8 - -8561 -0.166 1307.0
18:8 - 36346 - -~ 0.142 - 232 .5 --
1- 14.1_ ;4494 -0.119 ;169.8
13.4 ,4354 - -- 01114 ! 156.1
18.3 _ _ 14709 - - -0.129 1213.1 I
3,8 ..1 -0.034 41.4
2L!!13.5 1229
1C113.5 2020 ° _ _
7 179 -0.034 - fi9.1
8.4 1793 - - - -0.060 _ 186.1
p 1C_ 12,C '1744
1010.0 -
v
11341
1C!8.O 887
1016.0 1700
7.7 _ 715 _ -0.054 ,778 _
x6.9 !8_53 0 048 X57.5 -
IT-
6.3 i635 -0.040 141.9
5.6 337 -0.035 27.7
15.8 !3606 -0.110 164.2
12.8 _ 2415 - -0 488 11142
30.1 11555 ^- -0.065 169 4
F7.6 70z 4.44z ;38. - - l
Engine Brake, Std Preselect Downshifts
1. Vehicle Engine - _ Engine Only - l =ngine and Retarder
1 Speed Speed I Equllib.. Transm. 1 Decal fi Wtreel Equlllb. 1 Transco. I Decal - Wheel .1
1 I mph)
I
rpm) Grady
M
at Rej.
Btulmin)
g Power
hp}
Grads Heat i6j.
Btulmin)
g Power
hp)
5L
5L
6
62.0 --
2330
r"'2 _
v -
3.9
4.0 1791
747
Equilib.
FO.039 1111,13.3
eecel
F15.2 122001 x.144 1750.1
rpm) I Grade
038 111.0
T
15.3' 5.3 '_-- - -21957
V _ -
Q.148 744.9 -
5L 60.11 1"98 1 3.8 Few- 036 104.5 15 6 x21946 _ 0.148 738.4
5L 58.0 - - -25
j2330
847 a- 035 98.3 - - 15.9 - T21857 732.2 '-
5L 58.0 2052 3.5 601 034 92.3 16.2 21811 10,153 726.2 T
r 5L 54.0 - 1879 -3.4
T3.2..__
155T
51. ---
033 ¢86
03400.9
5 16.5 - 2.1767 - - 0.157- 1720.4
r 51. 152.0 _ j1905 16.9 J21726 I. 11.160 YT?74.8_._
5L 50.0 1832 3.1
44a
477 030
T
75.5
4
17.3
1T.8 -
21687
21550
tf 164 09.4
5L AR759 G3.0 029 F7 7114.3 _
r 5L 7.1 1725 2.9
3.7
r
423 1-0.029 168 - 18.1 1833 ' 1 T7 82.0
4L.1
I
F2300 3.8
1224$ -
4T7
457 - -- -
fd20 --
f -Q 036
j-a -036 j1
0.034
x-0.033 _
104.9
a0.7 - --19.3 x21667
u
0.176 -
1 -0.178
738.7_
734.6 I
4L
F 4L
44.0 }
u
2.0
T -
2150
u -
3.6
052 ---1--3.4-
11 -_
85.9
19.8 _
T
20.5 -
c183a- 0.183 727.0
W 2'159i6. - 0.189 _ 719.8 ~
4L
j "4-L
4 -
134,0
0
0 ._ _T1 T
38.0
vrt -J
1955
X1758
3.3
3.2
A-
354 0.032 79.0 20.6 20878
iS8a)
1-0.190 _
I --
S.
0
0.188
692.3-
P-
618.1`- -
328' 0.030 -
0.029.. BB,1
72.4 - 5 -_ --
k.3 - 18765
4L
33.4 -
1662 2.9
1632 2.9
68
260 __ --]:F
0.028
7
80.2 _
X58.5
20.2
20.2 -17393
177111 1 -07187
1 -0.186 -
581.5
T0.6
r 3L
3L132.0
133.4 _ 23110.3
2264 -- a ;2 - -
404
3A
i-L" e/`*"' -- 1]2.7 27.7 17537 j -0.192 14.7
3L
3LE28.0
j 3L 26.0
a x066
i1 _8
T
1791 _
1340 8.037
305 1- 0._035 ._
12T3 .' -0.834
85.4 21.4 15729 - ' -0.18_9
1 -0.R87
4.188
545.3
05.1 - j -3.8
3.6- .....-
76.A_-
067.2 -
2_1.2__. - .
ice-
21.0 X13605
F 3L
2L
o2 5.3
25.3 _
79 _ t1 3-9-
301
3.5
377
1262 1-0.033
0.046
64.O
v
101.9
20.9 _ -13289
22.7____---
22.5 --
22.1
21.8
0.185 _
T13324
µT - -
1 -x.188 _488.8
11262- - -0.187
91581 0 184 -
j10573 -0.182
18561 - -° - -0.166t
6346 142
4}.119^-
114
51.0
T
T469.1
417.5 -
374.8
i 307.0
232.5
189.8
T156.1 _
4
r
2L
i 2L,22_
Tr 2LT20.0
V 2L
2L
2L
2L 13.5
24.0
18.0 -
18:0_
14.0
987 5
004 i 4 7Y _3Q7
1822 -4.4
1640 2 _ ° 1 1-4
145(1 l4.0
1275 - -. - --
1229 .-. '1-3 7 -- -+179
9
0.042-
1288 -0.040
14 _
X80.8
68.7_
231 i -0.037
211 -0.1)38
4 58.1 -
49.1
41.a
39.1 - --
19 8
16.8
14.1 --
13.4
186 - -- .034
1 -0.034
F 1 C 113.5 - 2020 _ F8.4 _- 1793 0.080 1 .-- F9-6.'-''-- 18.3 - -- 709 - ! -0.12_9 ._ _ 213.1_
I 1 C 12.0
r c 0.0'- -
r 108 0 __
1 C6 t1
1744 T7 15
Ii341 - -- .74-9 - - --
113$7 __ 1, .3.
780 15.633T
i -0.054 7I
157.5 - 1
41.J' -
27.7
15.8. -
921 . -_ _2495
10.1 -_
7.6 _
T3 of 0.110 °
1555 i 0.065
1702 4-0.048
184.2
53 - -
35 - _ _ 0.6Z
035
89.4
138.6
Clutch Fan Status: Fan On
Air Conditioning Status: Off
Axle Ratio: 5.380
Auxiliary Gearing Ratio: 1.000
Engine Only date is for comparison purposes only to help show retarder contribution
Closed Throttle Downshifts table is included for reference only
Closed Throttle DownshiRs
Engine Only Engine and Retarder f
Vehicle
Speed
Englne
Speed f Equillb. 1 ...... _ _..
I Transm. I Os l Wheel Equilib. Transm. eecel Wheel
mph) rpm) I Grade i heat Rej. 9 Power Grade heat Rej. 9 Power
1 ( %} Btulmin) I i (hp) 15j I (Btulmin) hp)
f 5L 163.6 j2330 1-4.7 804 - j -0.045 155.7 15.9 422014 0.152 788.6 l
51- 162.0 1'2272 x kti '
756y -_ --
i -0.044 147.6 - 16.0 21966 P70.153 781.4 -
5L 60.0 12198 IZ.042 1-16.2 21914 -0 55
5L 58.0 2125 -4.2 j6550 128.3 16.5 21865 9 -0.158_ 762.1
1 -0,160 1753.15L56.0 12052 4.0 808 F-0.039 1119.3 16.7 21818
5L 54.0 11979 3.9 564 -0.037 110.7 17,0 21774 183 1744.5
5L 52.0 1905 I -3.7 522 -0.036 102,5 17.4 21732 166 736.3
i 5L 50.0 1832 3.5 .482 034 94.7 17.8 21692 j -0.170 6728.6
5L
I SL
8.0
46.0 11686
1759 3.4 1444
3.2
033
J409 0.031
87,4
1880.5
18.2
18.8 ~
121664
21619
01.174
0.179
y
721.2
714.3
5L
5L
0 1612 3.1 374 .030 74.0
68.1 _]
19.3 p21584 184 707.8
2.0 1539 3.0 347 .029 20.0 21557 -- 13.790 701.9
5L 40.0 1466 2.8 323 028 62.5 20.2 20847 0.192 675.9
r 5L 38.0 11392
1319 _ .$
l -2.7 298 ?.026 57.4 20.0 19796 x0.190_
11.189 04.4 , 5L 36.0 74 02-0S 52.4 19.9 118744
17.0
5L X34.0 1246
W
1-2.5
1173 °2.4 _
25 -°-0.024 47.8
52.0
13.8 17$93 188
16543 ;d}.187
569.1
534.15L32:0 26 ____F-0.023 143.5
ri7.4
19.7
5L 30.0 1099 -2.3
1050 ! 2.2
s i
3,0
03 0.022 39.4 19.F 15592 D.186 499.3
51_128.6
r 4L 28,6 - -0
188
218
0.022 _
1.028
36.8
55.4 -- ]-20.3
19._5 -14882
5L 48.0
1 -0.186 j 76.0
494.5 - 14912 - 0.190
4L 28.4 1368 -2.9 211 0.028 + 53.3 20.2 14572 0.190 X482.5
4L 25.0 1271
T -
21192 Ir0.02'7 47.4 20.1 -. 13524 0.188 45.8
4L
4LR122
124.0 11173 1-2.8
1075 - - -- I-2.5
1172
1152 - -F&.024
FO.025 141.9
136.8
19.9
1 11 V8
112476
11426 -
rO.187 09.5
0.186 __373.7
4L 0 1075 2.5 512_ -- 024 136.8 1 -19.8 11425 0.186
r4L
3Li3L!22.0
3L
11515
k20_.0_
v _
11377
3.8
r3.8
I0-4
22
x 00
0.036_
0.034 153.5
62.7 21.2 11495
104446.
T_.
191
0.193
i
399.8
I359.7209
3L
r
3LF16.0
1240 1176 -!, -0.032
152 -_
u ,
0,030
45 -3 19.0
i
8506 0.174 2
221.3 - 1102 _
v -
3.2
v
38.0 1 $.0 6286 0.148
3'L
2L
2L114.
2L
F 2LI11.3
18.0
16._0 _
12.0
i
1099 1-32
14_54._.. -4.64.
1275
151 0.030
w -0.042
0.038
37.9
58.6 i1.5
147.5 1
18,0 6247 - 0.147_ 220.0
8309 0,154_240.7
L1.129 q1 T6.2
3047 -0.107 - -x4.1
2580 `- 0.099 107.3 r
14.6
11093 1-4.0
1025 - ; -3.9 144
156 -0.036 -_
0.035
37.7
134.5 - -
12.1!
11.1
jCi11.3 700 2.9 217 -0.025 FX24.2 1[l.1 42653 ;•0.088 97.0
Std Preselect Downshift
Engine Only Engine and Retarder
Vehicle
Speed
Engine
Speed Equlllb.. Transm. l]ecel Wheel Equlllb. Transm. 6"c 1 Wheel
mph) rpm} Grade bleat Rej. 9 Power Grade Heat Raj. 9 Power
i 4 Btulmin) hp} Btulmin) hp)
5L!63.6 x3304.7 804 i -0.t?4 155.7 15.9 22014 0. 5i 789.6 - r
5L j62.0 2272 4 4.5 1756 - 0.044 ~ T'147.6 JF.O j21966 -- 0.153 1781.4 -
5L 60.0 42 198 R74- T04 0_.042 137.7 1.6.2 x,29914 0.155
L-
5L 218_65
i -
0.157 1762.1 7158.0 125 4,2 '.655 A.041 1128.3 -16,5
1____ 5L 56.0 052 0 - 1608 0.039 _ 111_9,3 16.7 - - x21818 0.159 _ T. 753.1
f
5L 54.0 -1979 3.9 564 -- - 0.037 10.1 17.0 21774 0.162 744.5
5L 52.0 11905 3.7 - -- 522 0.036 102.5 ri7.4 21732 - 0.166 736.3 F
5L 50.0 , 1832 '- 3.5 482 _ 0.034 194.7 _ 17.8 21692 _ 0.189 - 728.6
5L 48.0
0 _ d __
11759 3.4 444 0.033 8T,4 _ i - - __, 182 21654 ., ._ 0.173 721.2 _ 1
3.3 _ 427 0.032 184.1 1 -18.5 21637 -
a
0.175 718.0_ - T
4- L 47.1 340.7 1477 - - 0.045 _ 1142.5 -
e
19.9 21687 0.186 - 776.4
4L 45.0 _ 22 - 48
2150 j-4.4
4.5 456 -_.
420
0.044
0.042
135.9
123.9
20.2 21666 16.188 769.7 -
r4L 0 20.7 121530 ' -0.192 757.8
4L 42,0 2052 ' 4.1 -- `
v
7-6.04701386 112.7 21.2 -- 21596 D.188 T45.5
4L 40.0
J
1$55 3.9
7 - --
354
323 _ --
rO.D38 1D2.1 21.3
2i.1 -
2D878 198 715.5
r..438.D_ 11857 92.i-- 9821 _ 195 _` 4T
41. 36.0 175$ 3.5 295
j258 _
034 83.0 20.9 - 18765 195 635.0
4L 34.0 -1-652 3.4 032 174.4 20.7 17711 193 -595.7
4L 133.4 11632 3.3 1260 P6.032 72,0 20.6 17393 0_.182 584,0
1 3L
a4i32.D
33.4
l22[4
2300_ 5.6
5.3_.-
412 A52 140,6 23.1 17545 - 0.207 2._6
D50 128.7 22.8 - 1 5800 -.- 1.205` 619.3 -
31. 130.0 2056
1- 0.192_
1345 ------]:Y047 112.9 22.5 1 _5 0.202 _
0.199
572.8
a5F3L128 -a- .x-928 R47 r1p 044 .044 8.3 22.1 -4671
3L 6.0 11791 1--4.4 77 , .0410
80 4 _ -
1:--24.,5
21
21.6
113609
13212 _._._
713334 -
0,195
0.195 -"
F5D.2a8
483.5
467.3
25.8
3L 3 1739 4.3 1265 p-DQ
2L 25.3 12301- . --6.9 T388 0.0131 39.9
2L
2Lt.0
24.0 -12187 5 358 - -0.{158 -
1314 0.054 _
126.0
105.7
24.1 -
23.5 -- -
1_2661 - - -1
111588
F2-05
R
2D1 _1442.6
9393.7V93.-
2L 0,0 11822 r.5_ 273 - 0._049 ,
x235
T- (
1.045
0,042
87-.67-F-22.
F1.8_
58.8 -
9
20.7 -
17.5 -_.
110519 0.196 ^
0.178 _
ti.151 _ -242.1
393.8
320.8 - 2L 18,0 _
16.0
iS401 5 0
6
8565 __ -. - -.•
2L
21-
2L
14.D -11275
13.5
4.3 188 -0.038 7.5 14.6 4496 10.127 176.2 - -
1229 -44 2 _ ._. 0.038 - 44.8 _
118.6
165.0
13.9 - 14096 _ - _ 0.121
20.2 -14979 x-0140 1235.5
17.2 - -- - 13813 -a 122
j13.6 -- 12548 -_ - 0.095
178.9
1117.6'
1C
1 C
1
13.5
412.0
10.0 -
11905 - -10.3
142 - _
12fi8 -
9.t .._
7 »7 -
1063 1 -0.072_
922 - x:;065.5
x87 054
1
11C
8.D
0 -
842_ }6.6
G700 - -1-51
f
702 -_ -_ -04
242
T_ -
0.035 -
44.i _
125.: _ -1_71
I_1 a.4 _ X1622 -Q.Q7a 71.7
607 _- __ - _ '35 9
Y
Erom Brake, Std Preselect Downslrih's
5L
5L
Vehicle
Speed
Engine
Speed Equilib. Transm, -
7DeaelI i
Engine and Retarder --
Equlllh. Tranam. Decel { WheelI
F17.0--
mph) rpm) Grade Heat Rej. g PawnI Grade Heat Rey. 9 q Power
150.0 11832
N Btuimin) hp) o} (Btulmin) I (hp)
5L 63.6 12330 - ;.7 ... ___ 8[14 ° - .. i 155.7 511-15.9 122014 11.151 X7$9.6
16.0 5 - , -0.1_53 7_814
T-
F 5LT6 0 12272 j-4.5 -_ 1756 61-0.044_ 47.
F87-.i7-TI 8.2 -- 21554 -
C1 - ,7fl42 ,137 16.2 11155 - X771.5 -
5L 58.0 - - 12125 __- 1655 -° 0,041
w -;
211$.5 121865 0715 762.1 -
SL 58,fl _ X0$2_.__ _ - -40_ - -
0.175
8.3
1 -O.a39 1119.3 -- 1$.7 _ X21818 I.0.158 1753.1 --
5L
5L
154.0
152.0
11979
1_90_5
0.9
3 7
I564 1 -0.037 1110.7
522 -0 -0_36 1102.5
F17.0-- 121774 10.152 1744.5
17.4 P173 0.156 -736.3
V
r 5L 150.0 11832 5 82 0.034 X94.7 17.8 x21692 0.189 728.6 -
T
r 5L 148.0 1759 13.4 444 1 -0.033 F87-.i7-TI 8.2 -- 21554 - 6.173 721.2 -
5L 1471 11725 1-3.3 1427 1 -0.032 184.1 1-18.5 121637 0.175
4L 147.1 123Q0 x-4.7 1477 0.045 1142.5 1 -19.9 - --
y
21687 _
W y -
0.186 776.4
4L146.0 12248 1-4.6 456 1 -0.044 X135.9 2fl.2 12166$ 7.188 1759.7
d 4L 144:Q 12150 1-4.4 420 1 -0.042 123.9 1-20.7 21630 1- 0.192_ 1757.8
4L 42,Q j2_._._ 2052 41 386 1 -0.040 112.7 1- 21.2 i21596 0.198 _1746.5
j 4L 140.0 11955 0.9 354 0.038 102.1 1 -21.3 ._. -. 2.6.8- 78 0.198 1715.5
4L 138.0 1857 9-3.7 323 0.036 92.2 21.1 19821 x0.196 674.9
4L 136,0 i 758 1-3.5 1295 0.034 88.0 j -211.9 1 8765 0.195 1635.0
4L34.0 166_2 1-3.4 1268 0.032 74.4 1-20.7 117711 3 -0.193 595.7
4L 13_3.4 1632 13.3 fi0 0.032 72.0 1 -_20.6 k17393 1- 0.192 584.0
F 3L 133.4 X300 6 0.052 1140.6 1-23.1 117545 I-0.207 rfi52.6112
0 {150 28.7 _22 8. X16800 i -0.205 1619.3
3Lf360 2056 SCR 345 0.047 112.9 - _5 15735 j- 0.202 1572.8
31- 2S.0 1928 4.? 310 1.0.044 198.3 22.1 114671 0.193 15227.5
Ducal
9
31- re6.0 1 791 4.4 1277 -0.041 85.0 -21.8 136 0.196 1463.5
31-25.3
4.4
I -0+2
j 4.1
4.0 _ _-
1 -3.8
11739 4,3 1265 0.040 180.4 -21.6 13212 0.195 1467.3
2L 25.3 2301 6.9 - F- -0.-061 139.9 -24.5 I'3334 0.20$ 526,8
1 21- 24:0 12187 5 1358 '- 0.058 126.0 _241 J12661 0.205 1493.7
j 21-22.0
034
2004
1822
6.0 1314
5.5 -
1 -0.054 1105.7 23.5 11 166
10519.
j- 0.201
1-0-196
T
442.6
393.821- 20,0 273 P- 0.049 87.6 22.9
21- 18.0 1640 5.0 235 0.045 71.8 20.7
21559 - 0.19_2 - 1608.4
n_ r -
0.193 X683.19
19798 4193 9647.8
18747 -0.192 ^_ 612,6
17695 i 0191_ - 1577.5 -'
16645 10.190 9542.7
15595 1-0 189 - { 1507.9
148$4 189 {484.5 -
14912 i-0 193 1502.2 ri
14572 ' -0.193 _ 490 _
13524 - 0.192 1454.1
0.178 320.8
2L 116.0 11458 4.6
of
1 -0.042 158.8 1 17.5 6349 -0 151 242.1
21-14.0
418.1 --
382.3
38223
1275 3 188 1 -0.038 147.5 14.6 4496 i -0,127 176.2
21-13.5 1229 i'4. 2 1180 -0.038 44,$
1063 0.072 118.6 _
92.5
13.9 - 4096 0.121 161.9
iC 13.5 19Q5 10.3 20.2 149-19
17.2 13813
0.140
0.122
235,6
1178.9IC112.0 11642 9.1 J922 - -0:065
1 C 10.0 1268 7.? 787 1-0.054 0 13.11 2548 -095 117.t's -
1 C 6.0 842 6 702 -0.045 44.2 10.4 1622 1-0.070 1.7
1C 6.0 1700 1 1242 p -0.035 j25.0 7.1 _ 607 }0.048 35.9
Clutch Fan Status: Fan Off Axle Ratio: 5.380
Air Conditioning Status : On Auxiliary Gearing Rasa: 1.000
Engine Only data is for comparison purposes only to help show retarder contribution
Closed Throttle Downshifts table Is included for reference only
Closed Thmitle Downshifts
eT name Qn y Engine and Retarder
Vahlcle
5paed
m,ph)
Engine
Speed
rpm)
Equillb,
Grade
M
Transm.
Heat Raj.
Btulmin)
Decal Wheel
9 Power
hp)
Equillb.
Grade
h)
15.7
Transm.
Heat Re].
Btulmin)
22008 -
Y
416Q j777.2
Ducal
9
Wheat
Power
hp)
5L 63.6
i
330 x-4.5 798 - ---- FOA43_ -143.3
51-62.0
r
51-
51- x58.0
Q
12272
21$$
2125 -
2052
1979
4.4
I -0+2
j 4.1
4.0 _ _-
1 -3.8
1754
702
654 -_
607
0x.042
01.041
LL rQ.040
j -0.038
1137.4
1 --
15.8
16.1
16.4 -
1964
21812
X21864 -
1-0.152
0.154
0.157
771.2
X763.9_
756.9_ 123.0
51-
51-
56.0 _
54.0
116.1 16.7 1817 ?-0159750.0
17.0 - -X1773 _- - -0.163 -743.3
r
51-
5L
52.0
150.0
1905 - -3.7
1832 1-3.6
51220.036 103.0 17.4 F 1732 166
17.821692 0.170
736.9
730.7
tl 5L 48.0 1759 3.5 445 034 90.8 18.3 21655 j-0. 715724.7
5L
5L
146.0
144.0
1686
i 612 -3
k -3.3
2 -
4
10
375T_
032
0.031 " "T79.6
185.1 18.9 -
19.5
P1620 180 '
X21585 -0.185
719.0
713.5
51-
5L
2.0
40.0
f 15339 11 349
1468 -3.0 -
y
325
1392 -2.9 X301 -
1319 F -2.9 -Eii
2.8 252 _
11173 -- -2- 28 -
I1099 2.6
r
1205 --
11050 - -2.6 - 1190
w -3.2 218
1368 ! -3.2 1212
11271 -- ;-3.1 ,192
0,0_30 74.6' 20.2
69.8
y
20.4
0.029 ;651 -20.3
0.02$ .6 20.2
0A27 56.2 -- -24.1
v
QQ2852.0 ; -2_0.0
0 025 i48.0 19.9 _ -
0 025 145.4 19.9
1-0.031 63.0 -20:6
0.031 161.2 1-20.5
0.030 :55.7 1 -20.4 - --
21559 - 0.19_2 - 1608.4
n_ r -
0.193 X683.19
19798 4193 9647.8
18747 -0.192 ^_ 612,6
17695 i 0191_ - 1577.5 -'
16645 10.190 9542.7
15595 1-0 189 - { 1507.9
148$4 189 {484.5 -
14912 i-0 193 1502.2 ri
14572 ' -0.193 _ 490 _
13524 - 0.192 1454.1
51-
51-
F 5LF3io
51-
51-
5L
41-
41-
41-126.0
138.0
36.0
T1246
32.0 _
30.0 --
j28,6
28.6 117400
128.0
4La24.0
41-
11173
1075 -3.0
6-3.0
0 -__
172
152
X152 - -
0.029
0.028 -45.4
0,028 -
150.4 1-20.3
9 -20.3_
45.4 a -20.3
X12475
11_426
111425 _-
0.191
0.19{1 -_
11.190
418.1 --
382.3
38223
22.0
10754L22.0
3L 22 Q} 11515 -- T4.2' - -- .1223 - - - -- x-0.039 69.4 21.5 1498 1-0.196 3
i
3L PO.0 117377 - -4.Q 202
1240 -, -3.9 -
fJ
178 - -_
0.038 161.4 21.4 i0447 1 -0.195
T1 08" _ I -0.179 -
367.5
1302.7j3L18.0_ 0.036 - 53.7 1"19.5
F 31- 16.0 1102 -3.8 ^'754
T ~
0.035 146.6 16_.7
16.6 -- 16249
18288 0.153 -^
1"0.153 _
229.9
228.6 - 1 3F6.0 1099
i,-
38 ___ `153 0.035 5
Z1- 16.0 1454 1-5.1 1216 1 -0.046 65.9 -T 18.0 8311 I -0.159 1248.0
2L
r 2L
14.0 _
12.0 _-
1275 -5.0
1_ -. _ 1093 -- -8 .
1190
159 _
0.044
0.043
55.9 15.3
T
4498 1 -0.135
0.114
184.6
1328' 4 4 12.8 0 ._...__ 050 -
2L 11.3
X700
1025 .7
0- l_ .
r46
337 --
10.042 43.0 12.0 582 -
a -
1 -0.106
0.093 i08.5
115.8
0.034 35.7 - 11.2 774
SO Preselect Downshifts _
1 Only .._
s --
T - - -- Engine and Retarder
Vehicle Engine _- _. _• _ _._- - _ - . ___ _ _. _ ____T.
1 Speed Speed Equlllb, - Transm. 1 Decel Wheel - Equillb. - [ Tranam.- Decei _ Whee1
mph) (rpm) Grade Heat Raj. 9 Power Grade Heat Raj. 9 Pawner
fie) I (Btulrnin) I (hp) N (B#ulmin) (hp)
I 5L 6 P330 1-4.5 1798 10.043 143.3 15.7 22008 0.148 777.2
1 5L 0 72 4.4 754 0.042 137.4 15.8 1964 -0.150 771.2
1 16.1 521912 -_ I -0.152 -'_ 763.9 7_
5L(58.0 125 44.1 µr16.4.- 121864 0_.154 - 854 1 -0.04Q_- J123.0 758.9 T
5L 56.0 2052 4.0 07 0.038 116.1 1_6.7 -- 121817 E-0.157 75Q•Q -- -
1 5L154.0 11979 1 -3,8 16-6- 1 0.037 709.5 17,0
f _ -
11773 0.181 7743.3 T
F 5L 2.0 ---__ _1905 3.7 1522 17.4 - ._ 121732....- 0.164 - X36.9 - OA36 _ 1103.0
1 5L 50T- - -- -11832 P.6 - 1 T.8 - X169282 - 0.035 g - _
1 5L 4 -- - 1759
11725
0.5 - -- 1445`-- E -0.034 _ 90.8 18.3 -
18.6 -' - --
121655'
j 1638(-0.175
i -0.172 724.7 - - -T
122.0 - 5L 47.1 I428 _ 1 -0.033 - 1 7_
4L W7.1 12300. 4. L*77 _- 0.042 - 131.4 - 19.6 __., -_ ,12168'1 65.2
4L 8_ ! 2248 _ 0.042 -d 28.6 i 9.9 - 21667 -_
r
0.1_83 - 760.5 -T
4L 44 0 _
142.0 - -2
i2i 50
s
A
1 i.2 X420 _ 0.0-40 J117.9 1 -20.5
ii x -f
21G30 ° - -
v
26 _-
0.188
0.194
751.8 r
1743A41 - - v_ -0.039_ 49,6
1955 1-3.9 1354 0.037 101.5 21.3 ' -- - 120878 . 6-:Ri5 1714.9 T
J1857 3.8 1323 0.036 _93.81-21.1 j19821
1 _
0.194 1676.4. _ I_
J 4L 136.0 11759 1 -_7. 295 Q.035_ 1-1 ^0. 18765 0.192 1638.418_6.4
f 4L134.0 11662 3.5 1268 0.034 '79.4 1 -20.9 117711__ i?.191 1600.7
j 4L 33.4 1832 3.5 1260 0.033 _. 7 20.8 13 3 -0.191
3L 33.4...^- 2300 1-5.2 1.-__.._--.1-4.049121,382
1129.4 122.7
3L 32.0 - 204 5.1 0.047 120.9 -22.5 -_ .16798 1-0.196 611.5 -T
31-30.0 -- -2066 1-4.9 - 1345 0.045 108.322.3. 15734 - -- 0.194 - 569.3
F 3Ll28.0 li928 - 4.7 310 0.044 - ;98.3 22.1 114671 X527,5 _I..
I 3L .0 1791 4.5 278 M42 87.9 ' 2i.9 13609 0.191 - 1486.3 -T
3L;25.3 11739 4.4 _-
v '
266 0.041 21.8
T
13213 0.990 1471.1
r 2Lr5.3 12301
12187
6.4 - - -- -'!384
84.2
0.057 112_8.7 23.9 13391 -- -'i0.194 1515.6
2L 12_4.0 - 0"6.2 356 - - -- 1 -0.055 " 111$.8 23.7 _._ ,12659 0.992 486.5
2L 22.0 12004 5.9 313 i -0.053 ;103.9 1-23.4 11587 I -0.190 440.8 1
2L20.0 -- -11822 274 0.050 °89.9 i -23.1 10519 Q.187 396.1
r 21-'18.0 1640 5.3 237 0.048 177.1 121.0 _ 8567 0.172 326.1
2L'16.0 -- 1458 5.1 216 0.046 06.1 1-18.1 4351 0.148 249.4 1
i 2Lf4,t7 11275 5.0 190 0.044 i55.9 1-15.3 0.126 184.6 1
2L A 3.5 1229 4.9 183 0.044 15_3.3 1-14.6 04098 0.121 _ 170.4 1
r 10113.5 1904 10.4 1069 0.072 1119.2 1 -20.3 4964 0.138 236.3
i 16;12.0 11605 9.6 1012 00.066 198.2 1-17.8 13903 0.122 184.6
1 C 11 D.0 11166 x-8.8 i 0Q2 _ 0.059 {74.9 1 -14.7 - - 12764 1 - -_ _
Ermine Brake, Std Preselect Downshifts
Clutch Fan Status : Fan On Axle Ratio: 5.380
Air Conditioning Status: On 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
Closed Th_rottfe !7_ ownshifts
Vehicle Engine 7 _ _ _ Engine Only R_Mender
Speed 1 -speed C Equilib.T Tmnsm.. 1 Decal YYheeiY Equilib. 1 Transco. [7ecel Wheel
Vehicle Engine
Speed
1
Speed
mph) I (rpm)
Englns Only Engine and Retarder
Equilib.
Grade
Yo)
Transm.
Meat Rej.
Btulmin)
Qecel
9
Wheel
Power
hp)
Equilib. Transrn. Decei
Grade Heat Rej. 9
N (Btulmin)
a.7 2240$ " - -0.148 -- -777.2
Wheel
Power
hp)
5L]63.6 1233 0 .5 t} T98 - - .043 143.3 7.1
5L 62.(1 2272 7 4 1754 0.042 1137.4 15.8 121964 -0.150
FA 6.1 121912 --T-0.152
771.2 -
7$29763.9' 51. 160.0 2198 ^T4.2 702 -0.041 1130.1
5L
r- 5L156.Q
58.03 2125
2052
4.1
1-
4.0
654 -0.040
607 ; 0.038
123.07
116.1
16.4
i2i
1864 1-6.` u
16.7 21817
756.9
750.0
5L 54.03 1979 3.8 1563 0.037 109.5 17,0 21773 -0.161 743.3
552.0
5L50.0
1905
1832
7 522 ! -0.0363,0
I -O.Q35
v
F17.8
17.4 121732i -0.1_64
x1692 1.0.168 30.T
T736.9
3.6 X482
51-148.0
5L 47.1
1759
1725
13.5 - 0445 10.034 90.8 18.3 21655 - 0.172 724.7
3.4 ,428 j -0M3 - 1 18.6 21638 - -: -0.1r25 - 1722.p
4L 47.1 12300 4 1477 0.042 1131.4 19.6 121687 -0.180 1765.2
4i 46.0] 224$ 1457
J42Q
1+0.042 126.6 li 9 121667 17.183- 1760.5
4L 44.0 2150 - -14.2 0.040} 117,9 1 -20.5 21630 .188 751.8
41L
4L}40-
2.0 12052 RA
3.9
1386 0.039
lam'' 0.037101.5
1Q9.6
T
F21.2 1596 0.194 1743.4
1955 21.3 0878 i1.195 11714.9
4L 38.0 1857 3.8 -323 1 -0,03fi 93.8 21.1 19821 , L0.1 94 676A
i4L 36.0 1759 3.7 295 1 -0.035 66:4 21.0 18765 -0.192 638.4
4L 34.0 1662 3.5 68 ,034 79.4 20.917T11 0.1$1 600.7
41. 133.4 11632
2300 -
1 -3.5
5.2 -
1260 4- 0.033 77.3 20.8 17393_ -0.199
3L 33,4 4Q9 ; -O.D49 129.4 1 -22.7 -- 117543 -0.197 641.4
3L 32.0 204 5.1 382 .047 120.9 22.5 16798 -0.996 611.a
3L
3L
3L126.0
3L
303.17 -
28.0
066
119284.7
4.9 345 - - -0.045
X310 044
1278 F .042
Y4Yy
Q.Q41 -84.2
109.3
98.3
87.9_ _ -21.9
22.3
22.114671
15734 - 07.194 -15693
0.153
13GU3 -0.191
13213 -4,190 -
1527.5
471.1-- 25.3
1791 - -4.5
f9 12601 21.8
i2L 5.3 k2301
12187 -4-6.2
1-5.4 1384x6.057
0.055
128.7
118.8_
1-23.9 13331 4-0.194
23.7 i12859 --- W0.1 @2
515.6
X4865L24:0
2L 22.0 20034 1 -5.9 313 X7.053 103.9 23.4 011587 4 -0.190 140.8
2L120:0 1822- 56 1274 050 89.9 1 - 11G519- 7 1396.1
2L 18A 164Q -5.3 37 0.048 77.1 21.0 18567 0.172 1326.1
T 2L:16.0
2Lj 14.0
11458 1-5.1 216
1, 190 - -
0.0461
0.044
i
166x.1
155.9 -
18_.1 6357 '1-0 148 49A
715.3 - 14498 - -0.126 - 1184.6X1275 .0
21113.5
1 C 113 .5
112 20# _ 11.9
11904 j 10.4
11605. 1-9.6
1183 1-0.044 163.3
1119,2
14.6 14098 0.121 1170.4
1 -20.3 14$84 - 17.138 ;z36.31 -0.072069
1C 12.0 11012 - 0.066_ 98.2 17.8 3803 T- 0.122 - 1,184.6
14.7 7 - - T*0.09_8 1 .i
11.9
i
11902 - ir0.Q71 182.5
IC 10.0
1Ci$.0 --
11166 -8.8
100 - - ±;-8.1
11002 0.055 74.9
982 - ? -0.048 55.0
Clutch Fan Status : Fan On Axle Ratio: 5.380
Air Conditioning Status: On 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
Closed Th_rottfe !7_ ownshifts
Vehicle Engine 7 _ _ _ Engine Only R_Mender
Speed 1 -speed C Equilib.T Tmnsm.. 1 Decal YYheeiY Equilib. 1 Transco. [7ecel Wheel
f mph) rprn) F""'T"w'
M
al
Stulmin)
g Power
hp)
Grads
9b)
Heat Raj.
Btulmin)
9 Power
hp)
Fr 5L
SLU
63.6 2330 1-5.2
2272 - - -5.0
811 -- -
763 ----- 176
0.050
r^.D49
18_2.8
174.0 -
16.4 22021 157 16.6 -
16.5 ^_ 21973El. 7.8
1 5L 60.0 2198 t"' ° 711 1-
0x+.
047 1163.2
rpm)
16.7 21921 1 -0.160 797.1
g
1
s 5L 58. _ 125 _ 7 - 661 0,045 153.0 - 17.0 871 - 4 0.162 1786.8
5L 56.0 2052 - 4.5 614 0.044 143.1 17.2 21824 E -0.165 1777.0
r 5L
P 5L
54.4
F5-252.0 -- -3905
1979 4.3 576 042 133.7
124.6 - -
17.5
17.9 __ •
21780
21737 - '
0.167 767.5
4.2 _ -1527 0.040 f}.171 8.5
5L 150.0 11832 14.0
0.049
0.047
1487 6-0.039 1116.0 18.3 21697 _ X0.174 749,9
5L 48.4
0.045 1153.0 - 1 -17.0
0.037 107.8 T 18.7 21$,59 t1.179µ
j -0.189
195
x••0.196 -
741.7 --
5L
5L
j 5LJ42,0
F 5L
1. 5L
46.0
4_4.4
VT_
1686 3.7 41_4 036
x-0.035 -92.7
1352 - - -0.633 -•9
r28 - -j OA32
100.1 19.3 21624 733.9_
7_26.6
719.$
693._0
656.2 -
18_12-
T1539 1-34
3.6 -79 19.8 -
20.5
21589
121562
0
3$.0 --
1466 1-3.3 7_9.6 20.7 _
20.5
20852
Pad - -1343 031 _173.5
f
5L 36.0
392'
1319 0.1 78 j -0.430 167.8
57.1, - -20
24.4 1_87_4B
J17697 _- __[1.193
1664fi
rU.194 519.7
583.6
I
r 5L 34.0 1248 - -- e3A -- 253 1-0.029 ~182,3 20.3
2. 5L132.4
6107.8 -.-
1173 µ _ 2.9 230 - - -0.
028 51_130.
0 5L 28,
6
1099 _ 105Q _ -9-2.
7 x-2.8
206
191 1 -0.
027
026 _ 52.
2 49,
0 -- 20.
1... 20.
0' - --
115596
14885__. -._ 0,
191 -.. 1 _
190 512.
1 88.
2
4L T 4L28.
0 6
11400 {
11368 _ 5 -3.
6 3.
5 _
218
1211 -_A__ _ •
f QQ34 _71.
5 0,034 _ 69,
1 -_- 20.
9 20.9 _.__•- -
14572 114912 1-0.
196 0.
196 _ 510.
7 498.
3
4L 4L,240
Z
4L F
4L
3L Ti
F192 _ -
1172 3.2
152 _ -- - 1-3 2 -
1152 _
p - -
0225 T5.
033 p
031 _
AMC) 0.
034 0.
044 2.
0 55.
4 49.
2 49.
2- 80.
3 20.
7 1-20.
6 -- 20.
5 1 -20.
5 _ 1 -22.
1 13524 1-0.
194 12475 -- 1 -0.
193 11426 _
X0192 11425 ?-
0192 1498 x0.
201 60.
414
31 ~ 1386.
1 9386.
1 417.
2 122
D 22 0 ___
ji075 22.0 -
11515
127, 31-3.
3
11075 74.
7 3E.12Q.
0 3L'••18.
p 3L116.
0
r '
3L
2L 1_6.
0 - --
lift. - .. _ -
1377 -
11102 11
D99
1454
11275
1093
1700t-4 5 - ;204 -0.
Q42'
x 4.3.. -. d17:1 - -- - -,- €}.040 -159.
7 1-4.1 ' -_ -- 1155 - _'-b.
Q38 4.1 !154 -- 03$' 5p.
6 0.8 _ 9218 _ .
052 _ 1 -5.5 ___F192 -- - 5••0,
049 - 160 - - 0.
046 5.1 _ 11_47_ -_ 9 -0.
045 - 1-3.5 140 -0,
030 ' 56.8 _- ,
1 21.
9 19.
9 _ 17.
0 110449 _ -- 0.199 - 375.
7 - 5U9 . 4.182930_8.
6 6289 1-0.156 1234,
1 6250 0.155 -- 1232.
8 16314 ___ _ j -0.165 --1 _ T 175,
5 =_ 9 -18.
9 1 -18.
7. ._ F 2L 14.0562
3 - 154.
5 146.
4 _ 15.
8
i 13.
2 12.
3 - -- 14.7 ____2576'__'___T-6_0_
1_ 14500 _..- __.9-0.140 - 1191.
1 - 0.117 _ 136.8 1.
3051 2 83 4109 1119.
2
T 9 9142.
8 r
2L
r2L 12.
0 11.
3 r 2C 11.3 134.
0 _ Std Preselect
Downshifts Engine Only Engine and
Retarder
Vehide
Speed
Engine Speed f Equlllb. Transm. i awl 11Mheel
1 Equllib. Transm. Neel
Wheel I. mph) rpm) Grade Heat Raj,
g
1 Power Grade Heat Raj. 9
Power I N Btulmin) hp) Btulmin)
hp) 6 5L163.6 2330 5.2 1811 0.050 1182.8 16.4 922021 0.155 816.
6 5L 62.0 12272 5.0 1763 174.0 1 -16.5 21973 - 0.157 1807.
8
711 0.
049 0.047 183.2 1-16.7 - 21921 0.159 1797.
1 5L,158.0 - _ 12125 4.76_61 0.045 1153.0 - 1 -17.0 21871 0.16i 1786.
8 _ 5L 56.0 12052 -- 4.5 1614 0.044 143.1 -- J -17.2 ` -- 21824 - 0.163 777.
0 _.._ 5L 54.0 11979 - 4.3 1.670 L0.042 133.7 1- 17.5 21780 1-0.166 1767.
5 r 5L;52.0 X1905 4.2 1527 0.040 124.6 17_.9_ 21737 0.170 758.
5 5L 50.0 1$32 4.
0 -
W - - 7 0.039 1116.4 -- 1_8.3 - 21697 , 0.173_ - X749_.
9 - 5L 0 1759 _ 3.9 X449 0.037 6107.8 -.- I *:F 21859 - 1 -0.171 - 74i.'
5L47.1 25 33.$- 432 0.037 aQ4,1 19.0 21642 -0.179 _ 738.0
4L 7.1 12300 x-5.3 477 -0.051 169.0 20.6 21687 Q.191
T
1802.9
4L 0 2248 J-5.2 1456' 1 OA50 3161.8
Decal
20.$ 216660.193 x95.8
4L 4.0 2150 0.0 420 0.048 148.7 21.3 1630 1-0.197 782.6_
4L 42.0 2052 4,8 k3 -- -0.045 _ 136.3 - 21.9 21596 TiO2
m
770.2
7,4-L OA 1955 4.6 354 -0.044 124.6 - 22.0 20878 4 2U3 - 738.0
4L 38.0 11857 4 1323 _ - 0.042
1295 - -0.040
v
iO3.2
1113.6 1 -21.8 119821 1 -0.201 1696.3
0.199 [655.24L'36.0
5L 162.0 -122
1759 1-4.2 21.6
v
18765
4L
4L
34.0 1662 4.0 268 I -0.038
0.038 _
93.6
90.$
i
21.4 117711 ;-0.198 614.9
33.4 1632 1 -39 -___6Q 21.3 17393 197 602.8-
3L 433.4 2300 ^ 6.5 417 ! -0.060 167.3 24.0 17550 41.213 679.3
3L
3L
32.0
30.0 -
2204 6.2 _ 389 1-0.058 354.33
17.5
23.8 16$05 211 644.9
0.208 596.72066 - ; F259-- 5.9 35U ; 5- 136.$ -1 23.4
3L
F-3026----j- L
28.0 --
26 0
1928
11'791 a
1 -5.6
315A
j -0.052 1120.7
r
23.1
22.71.
22.6
14675
13613
Q.205 X543.8
0202
i ;
5Q4.25.3 281 fl.Q49 1105.$
3L
2L
2L
25.3
5.3
24.0
1739
2301 - -18.1
2187 ._ -
1 -5.1
7.7
269 -0.04$
395 E` _0.072
365 - Q.069 i51.a
100.6
166.7 25.7
013216
13342
12668 _Q.212
0.201
4'
487.5
0 75 -553,6
519.1
2248
25.a-
2L 122.0 12004 7.2 1320 -0.06_4
279 -0.0601108.8
1129.0 24.8 11594 - 1-0.207 X465.9
F1 5.Q2L20A18226.7
v
4L-
24.2 110524 0.203 -
2L 18.0 1640 6.2 241 i -0.055
r19 : -0.052 _
90.9 2_1.9 8570 1-0.185 339.$
59.12L16,0 X1458 - - - 5.8
1275 5.5
75.7 1 g.- - -_ 63 -0.159
q
2L 14.0 192 -0.049 _ 26315.8 4500 1-0.135 -1191.1
0,201 1
0.1_99_ -
21-113-9
71C] i 3.5 _
1_229 .4 1184 x0.048 59.11
1379
yu
x.085 139.3 3.22.0
15.1 4f00_
5294
Y-
L)-
129
154 -
176.1
6.3t79$ -12.0 -_
1C112.0 1517 1.10.8
151
11252 .075 4111.1 19.0
15,4
441443_ -^
2912O.t02
131
133.2
197.5 _
16 10.0 311024 r-0.063 80.6
1 C 18.0 1700 -7.9 938 4.052 153.9 11.8 11&58 - 0,077 1.4
Engine Brake, Std Preselect Downshifts
Engine Only Engine and Retarder
Vehicle
Speed
Engine
Speed Equilla. Transm. Gil Wheel Equili6.- Transm. Decal Wheal
tnph) rpm) Grade Heat Raj. 9 Power Grade Heat Rej. 9 Power
3b) Btulmin) hp) l 13tulmin) 1 hp)
r 51-163.6 2330 T 5 2
5.0 -
811 1 0.050 1182.8 16.4 22021 -
1973
v4.155
0.157
816.6
W7.s5L162.0 -122 763 ' -0.049 174.0 16.5
711
661
0.047
0.045
163.2
F53.0
16.7 1921 j -0.159 797.1
s
5L158.0 2125 -4.7 17.0 a1871 -0.161 786,8
5L 56.0 2052 Y -4.5 614 ~! 0.044 143.1 17.2 - 21824 - 10.163 4;777.0
r 5L 154.0 1979 j 4.3 5_70 0.042 33,7 - 17.5 121780 1 -0.166 767.5
v
1
1 5L 152.0 1905 -4.2
1832 1-4.Q
01759 I -3.9
527 - - 0.040124.6 F1 7.9 -
18.3
y21737
a
121697
11 -0.170
A.
173V
758.5
749.95Lt50 TO' ; 0.039 1116.0
449 x-0.037 107.85L148.0 18.7 121659 ; -0.177 1741.7
5L;47.1 ji725 3 $ -- 432 X0.037 104.1 19.0
1 -20.6
E21fi42
121687
0.1_79 X738.0 3
0.191 li$42.9fi -4L x47.1 2300 -5,3 {4n - 0 051 '169.0 -
4L R46.0 2248 1-5.2 456 0.050 161.8 1 -20.6 - - 21656 0.993 795.8
e44
v
4L- 6..i97 7._8_... .6
0 1052 386 0.045 136.3 21.9 2159_6 0_.202 770.2
4L 140.0 11955 4.6 354 _ 0 U44 - 1124.6 22.0 420878 0.203 738.0
4L 138.0 -;1857 21.8 -
21.6
19e2t
1118765 -
0,2011
0.1_99_ -
696 - - 3
655.2
4.4 - _ '323 - ^
117_59 ;-4.2 '295
662 4.0 268 __-
0.042 1113.6 --
A' .040 103.2
0.03$ 93.6 -
41-36.0
4L 1134.0 21.4 y17711 0.198 - 614.9
4L 33.4 I1632 J=.9 T26U ". .038 8 21.9 17393 - j -0.,7 6626-- 62.8 -r
3L 33.4 2300 fi 5 1417 060 1167.3 24.0 117550 .213
1Gt3L15
J - (
1.211
1679.3 _
i44,8F3L32.0 04' 6 .2 - X389. 058... -154.3 1-23.8
g 3L 30.0 i2d86 5.9 -_ 350 4-0.055 138.8 23.4
23.1.
115740 f 0.208
14 7-5 -- -. -0.205
596.7
549.$ F 3L 8.0 91928. f 5.8 --. 315 0.052 1120.7
3L 2B.0 797 5.3 281
T
049 - 1105.8 22.7 13613 202 1504.2
3L
F2-L
25.3
5.3
1738
2301 .--.
1
Fl - --
269
X95 -_._.- --0.O
048
2 -JT6
100.6 22.6 ^ 1321,- 0.201 7.5
553.8- - 6 .-. 25.7 3342 ~ 0.215
2124.0
F-2LO F2t
12187
i
1 -7.7 - 385 I -0.069
0.064
f
11,91.4 25.4 66,8 i -0.212 519.1
1 -7.2 1320. 1 0 - 24.8 11594 - - -I 0.207 5.9
2L 0
18:0 - _
18.0
1822
164x --"r.z
ji458- -
67
a
5,8
279 .U60
I2a1" -0.055
X19 -0TO§2
108.8
aka
24.2 110524 - -0.203
1$5 ^
183r5 3
i
15A
J33. ^T2L
2L
z1.9
A
75.7
1-
18.8
0y".
1.s9
21.14.6
21
1275
1229 - -J-4
5, 5 192 _ -0,049
11 i4- j-0.o48
62.3_
59.1_
µ15.
8 15.
1 -
T 4500 {1.,
35 41 oa _ 0.
129 191.
1 176.1 13.
5 1C113.
5
1C
1Cli0. 1798 _ 12.0
7379
i -0.
085
1252-
T -0.
075 J7151 _- I -0.
063 139.
3 111.
1 -- SU.
6 22.
0 J -19.0
14143 1b.4
iZ912 5294 J 0.164 1256.3
T 12.0 !
1517 _
1102
A -9.
4 9-10.8 ! 131119_7.
5-- t1.
102
5 - 133.2 -
T 1C 8.0 -
00 _
s - T 9 938 t}.052 - 153.9 11.8 1858 0.
077
V 1
K4 This SCAAN information is subject to the SCAAN Disclaimer set forth
1u
HEXAGON
LINCOLN
March 10, 2015
To whom it may concern:
Hexagon Lincoln, Inc., being a manufacture of CNG gas cylinders, hereby confirms:
Hexagon Lincoln compressed natural gas cylinders are manufactured for a 20 year
service life in accordance with section 2.1.2 of ANSI CSA NGV2 -2007.
Sincerely,
Brock Peterson
Standards Engineer
Hexagon Lincoln
5117 'NW 40th Street
Lincoln, NE 5$516
Brock .peterson @hexagonlincoln.com
Hexagon Lincoln Inc. 5117 NW 40;10 Slreel. Lincoln Nebraska 68524, USA, Phone: 402. 470.5000, 800.279 TANK (8265). Fax: 402-470.00;9,
lirilslaell ri:l exagonlmcoln.co r, wmhezagonluKoln.com
0
TUFFSHELV HuNCOON
Type 4 compressed natural gas tanks
50 years fabricating advanced
filament -wound composites
20 years building Type 4 C1VG tanks
2
ALL COMPOSITES
ARE NOT TREATED
EQUAL
Hexagon Lincoln was the first manufacturer to certify
an all- composite Natural Gas Vehicle (NGV) container
to the ANSI /CSA NGV2 standard. After 20 years of
production, we are still the world's largest manufacturer
of Type 4 pressure vessels. Throughout the world,
you'll find our natural gas tanks in passenger and
commercial vehicles, hydrogen tanks in fuel cell vehicles,
accumulators in hydraulic hybrid vehicles„ and riser
tensioning systems for oil and gas exploration industries.
r
1
r7o
v _ -
Ci
4lVk
41,
dof
x
4
40 j
v
fY ,
1
r7o
v _ -
Ci
4lVk
41,
dof
x
4
40 j
Hexagon Lincoln's tanks
are the only CNG tanks we
offer. " —• North American
Bus Manufacturer
SAFE, EFFICIENT
AND DURABLE
k
ight reduces vehicle mass and enhances handling and drivability.
rength carbon fiber and supertough glass hybrid construction
s impact damage and fatigue.
ap protects against abrasions and scuffs.
r liner is corrosion free.
on - machined valve interface ensures leak free operation.
Available in both strap mount and boss mount designs for maximum
packaging efficiency.
Expausive list of standard sixes available for vehicles big and small.
Easy to install in existing tank space, rooftop or chassis mount.
Pressure relief device protects against fire by venting contents into
the atmosphere.
Proven durability in the field by severe accidents.
Designed to be maintenance free with reduced inspection casts.
Bass mount design isolates tanks from torsional forces.
Training program and inspection manual provided with full -time
technical field service support.
Full list of certifications and inspection requirements are available
at hexagonlincoln.com.
4
PASSENGER VEHICLES
You'll find our composite
Type 4 tanks everywhere,
as they are used by
many well -known car
manufacturers
MASS TRANSIT
You'll also find them in
65% of European and
80% of North American
transit buses, including
Los Angeles, Atlanta, New
York City, Washington DC,
and Vancouver
HEAVY DUTY VEHICLES
Our tanks are installed in
a variety of commercial
vehicles, including
Class 8 trucks, refuse
trucks, concrete mixers
and delivery trucks,
TUFFSHELU 3.600 PSI
Strap Mount 3,600 psi / 248 bar
SIZE (OD X ,LENGTH)
IN MN
WEIGH
L13 KG
WATER VOL
G L
GAS EQUIV
G L
VIESEL IQUIV
0 L
10 x 34 263 x 864 41 19 8 32 2.7 10-2 2.4 9.1
t0 x 80 262 x 2,032 86 39 21 81 6.9 26.1 6.2 23.5
13 x 35 329 x 887 50 23 14 52 4.4 1+6.7 3.9 14.8
13 x 43 328 x 1,092 60 27 17 66 5.6 21.2 5.0 18.9
13 x 60 328 x 1,524 81 37 25 96 8.1 30.7 7.2 27.3
13 x 72 328 x 1,828 97 44 31 117 9.9
4.7
37.5
17.8
8.9
4.2
33.7
15,914x35350x88365291555
14 x 82 348 x 2,086 146 66 38 142 12.0 45.4 10.7 403
16 x 47 411 x 1.181 100 45 29 111 9.4 35.6 8.4 31.8
16 x 55 411 x 1,391 117 53 35 134 11.3 42.8 10.1 38.2
16 x 62 410 x 1,575 129 59 41 155 13.1 49.6 11.7 44.3
16 x 71 411 x 1,791 1.45 66 47 178 15.1 572 115 51.1
16 x 78 411 x 1,981 160 73 53 199 16.8 63.6 15.0 56.8
16 x 83 410 x 2,108 170 77 56 213 18.0 68.1 16.1 60.9
16 x 120 410 x 3,035 240 109 83 315 26.7 101.1 23.9 90.5
18 x 33 463 x 851 91 41 25 93 7.9 29.9 7.1 26.9
l8 x 36 463 x 914 97 44 27 102 8.6 32.6 7.7 29.1
18 x 45 462 x 1.143 119 54 35 133 11.3 42.8 10.1 382
18 x 49
18 x 60
18 x 78
21 x45
21 x60
21 x 80
21 x l00
21 x 120
26 x 60
461 x 1,242
461 x 1,524
460 x 1,972
539 x 1,143
538 x 1,530
537 x 2,032
536 x 2,540
537 x 3,048
658 x 1,530
128
154
196
156
203
265
327
389
243
58
70
89
71
92
120
148
177
110
39
49
65
47
66
91
117
142
99
147
185
247
177
251
346
442
539
374
12.4
15.7
20.9
15.0
21.2
29.3
37.4
45.6
31.6
46.9
59.4
79.1
56.8
80.3
110.9
141.6
172.6
119.6
11.1
14.0
1V
13.4
42.0
53.0
70.8
50.7
19.0
26.2
33.5
40.8
711
99.2
126.8
154.4
28.3 107.1
Boss Mount 3,600 psi / 248 tsar
SIZE (00 x LENGTH)
IN mm Le KG
WATER VQI
a L
GAS EQUl'V
a L
DIESEL EQUIV
6 L
13 x 72 328 x 1,829 92 42 29 109 9.2 34.8 8.2 31.0
16 x 72 411 x 1,834 140 63 44 168 14.2 53.8 12.7 48.1
16 x 81 411 x 2,066 158 71 51 193 16.3 61.7 14.6 55.3
16 x 83 411 x 2,108 161 73 52 198 16.8 63.6 15.0 56.8
16 x 100 411 x 2,540 197 89 65 245 20.7 78.4 18.5 70.0
16 x 105 411 x 2,670 207 94 68 259 21.9 82.9 19.6 74.2
I& x 120
18 x 105
410 x 3,067
460 x 2,669
233 106 80 303 25.6 96.9 22.9 86.7
255 115 86 327 27,7 104.9 24.8 93.9
21 x64 536 x 1,643 205 93 56 251 21.2 30.3 19.0 71.9
21 x 70 538 x 1,787 223 101 73 278 23.5 89.0 21.0 79.5
21 x80 537 x 2,032 253 Us 86 325 27.5 104.1 24.6 933
21 x86 537 x 2,184 272 123 94 354 30.0 113.6 26.8 101.4
21 x 108 537 x 2,743 337 153 120 454 38A 145A 34,3 129.8
21 x 126 537 x 3,188 391 177 142 539 45.6 172.6 40.8 154.4
26 x 60 658 x 1,530 229 104 90 339 28.7 108,6 25.7 97.3
26 x 80 658 x 2,032 302 137 129 486 41.1 155.6 36.8
42,4
139.3
160.526x90658x228633815314856047.4
53.6
179.4
202.926x100658x2,540 374 170 167 633 47.9 181.3
26 x 120 658 x 3,048 447 203 206 780 66.0 249.8 59.0 223.3
Hexagon Lincoln is the world's
largest manufacturer of Type 4
pressure vessels.
TUFFSHELU3,000 PSI
Strap and Boss Mount 3,000 psi / 207 bar
SIZF (OD X
IN
IE 113, i
MM
WEI&
li
LIB KG G L
c F- -
G L G L
7 x 26 178 x 650 Strap 9 4 3
5
5
7
8
10
13
20
18
26
30
38
0,9
1.4
1-3
1.8
11
3.4
5.3
43
6.9
7.9 I
0.8
1.3
1-2
3.0
4.9
4.5
7x41 178 x 1,051
a X 28 210 x 700
807 210x950
9x35 240 x 892
IOx37 260 x 950
BOSS 14 7
7
13 63Strap
Strap
Strap
17 a17 1.6 6.1
24 1124 -
28 1328-- t 1,9 7.2
Strap5 2.6
2.7
21
1.8
9.8
10-2
10.6
6.8
U 8.7
9011x33274xI11x35274xON
I I x 23 276 x W
S trap
Strap
23 It
24 11
10 38
11 40
7 26
14 9.1
2.5 9.5
Strap 17 8 1.6 63
11 x 28 276 x 700 Strap 19 9 8 32 21 83 2-0 7.6
11 x34 279 x 854 Strap 32 is 10 38 16 9.8 2.3 8.7
11 x35
11x38
279 x 890
280 X 965
Strap
Strap
35 16 0 39 2.8 10-6 2,5 9.5
26 12 12 46 3.2 12,1 2.9 11.0
12 x 32
14 x 25
15 x66
16 x 36
16 x 121
316 x 800
360 x 638
386 x 1,676
410 x 921
405 x 3,083
Strap 28
29
101
51
205
13
13
46
23
93
12
12
46
45
3.2
3.2
11.0
6.3
22-2
23-9
26.5
j - 15.3
12.1
12A
41.6
23.8
84.0
90.5
IO0.3
57.9
2.9
2.9
11.0
11.0Strap
Strap
Boss
BOSS
Buss
BOSS
BOSS
41 156
24 89
83 315
99 338
99 375
57 217
9.9
5.6
19.9
21.4
37.1
21.2
75.3
81.016x130405x3,295
16 x 143 405 x 3.630
18 x 72 457 x 1,829
219 99
240 109
165 75
23.7 89.7
13.7 51.9
t
w
j
11.
t
f
9
HEXAGON
U NCO LN
i
Hexagon Lincoln's TUFFSHELLO all - composite fuel tanks are simply
the hest combination of safety, efficiency and durability available
in today's market. Their lightweight construction improves vehicle
range, payload and handling. Reduced fuel consumption is good
for the environment, and even better for your bottom line.
Hexagon Lincoln operates one of the world's most advanced
facilities for designing, testing and manufacturing composite
Type 4 pressure vessels. After 50 years of fabricating
advanced filament -wound composites and 20 years building
Type 4 compressed natural gas tanks, we are the global
leader in the industry.
TUFFSHELLI
TITAN'
SMARTSTORE'
Hexagon Lincoln — Innovative Gas Storage and Transport I NGV Global Page I of 2
4 ngvglobal.com http: flwww. ngvglobsl .com4incoln- composites- innovative- gas - storage -0210
Hexagon Lincoln — Innovative Gas Storage and Transport
Hexagon Lincoln is the global leader in the design and
manufacture of all- composite, type IV compressed energy gas
cylinders. With 50 years of experience, our team is made up of
the sharpest Engineers who continue to pave the way in
developing cutting -edge products. Our ail- composite cylinders
are used in a wide range of applications throughout the world.
Our core business area is high pressure gas containment for
HEXAGON
LINCOLN
products such as natural gas and hydrogen vehicle tanks, bulk gas transportation modules, and fuel storage
systems. Our core technical expertise is used as the basis for producing our TUFFSHELLO and TITAN""
all- composite cylinders with ultimate burst strengths and internal water volumes.
TUFFSHELLOD fuel tanks can be used for storage of compressed natural gas. TUFFSHELL& ail- composite
fuel tanks are simply the best combination of light weight, storage efficiency, durability, and cost available in
today's market. Only Hexagon Lincoln offers TUFFSHELLO. This unique design feature combines a
naturally durable hybrid structure with energy absorbing foam and a tough fiberglass overwrap.
TUFFSHELLO significantly enhances damage tolerance and mitigates damage from chemical or
environmental attack and abrasion from handling.
TUFFSHELLO Advantages:
Weight savings of up to 70% over steel tanks
Lighter weight than metal lined tanks
Unsurpassed fill efficiency
Service life of 20 years with superior fatigue life
Corrosion resistant
Backed by proven technology and in -house engineering
expertise
Manufacturing flexibility to reduce lead time
Meets or exceeds all current standards
Strap or boss mounting flexibility
Lowers vehicle maintenance and operating costs
20 years of proven field experience
Today, Hexagon Lincoln operates one of the world's most
advanced facilities for designing, testing and manufacturing
composite pressure cylinders. Our products highlight our
expertise in innovative technology, versatile production and cost effectiveness.
www.hexagonlincoin.com
1.13M.119.1AHK
http :lfwww.ngvglobO.coniAincoln- composites- innovative- gas - storage -02.10 3/9/2015
Hexagon Lincoln — Innovative Gas Storage and Transport I NGV Global Page 2 of 2
Contact Information
Website: hexagon Iincoln.corn
Mail: Hexagon Lincoln 5117 NW 40th St. Lincoln, NE 68524 USA
Phone: 402- 470 -5000 1- 800 -279 -Tank (8265) Fax: 402 -470 -0019
E -mail: tuffshell @hexagonlincvin.com
http : / /www.ngvglobal.com/lincoln- composites- innovative -gas- storage -4214 31912415
ElDorado -W
National - California Axess / EZ Rider It - Composite Exterior
ne entire exterior sidewall skin of the Axess and E -Z Rider II bus models are fabricated from non - corrosive composite materials.
Our exterior sidewail skin offers vastly superior corrosion protection versus the painted aluminum skin utilized by many
competitors. This is a critical benefit in high corrosion operating environments. Additionally, the composite material reduces solar
heat intrusion, thus aiding HVAC performance. The full- height removable composite skirt design on the Axess and E -Z Rider II
utilizes stainless steel machined fasteners allowing for extremely fast body panel replacement /repair. Many competitors offer
only short- height removable skirts or even non - removable skirts. Both competitive designs require high labor hours and expense
for common lower sidewail repairs. The Axess and E -Z Rider Il sidewalls are designed and built for heavy- transit duty]
NON- CORROSIVE COMPOSITE MATERIAL
LJ
FULL HEIGHT SKIRT DESIGN
ElDorado National - California, Inc. « 9670 Galena Street, Riverside CA 92509 • (800) 3621287
ElDorado National — Low -Floor Bus Body Construction and
Corrosion Protection Program
E1Dorado National uses the following methods and processes for the structural steel body
fabrication and corrosion protection for the E -Z bider II low -floor buses:
The integrated body is structurally fabricated using Grade C, ASTM500 high - strength
carbon steel rectangular tubing, plate and formed sheet welded into a 100% monocoque
type space frame. Stainless steel is integrated in corrosion critical areas including
wheelwells, stepwells, battery compartment and rear engine bulkhead. The body frame
structure as presented has been third party tested for meeting and exceeding the rollover
requirements of FMVSS 220 and side impact requirements of FMVSS 214D.
Prior or to frame weld assembly, the inside of all structural tubing in the floor, sidewalls
and roof are sprayed with Ziebart - Formula A, rust proofing material for internal corrosion
protection_
The steel /stainless steel cage structure and all related metals parts are welded in to a
complete frame assembly. This assembly is moved into a blast booth where it is blasted
entirely with 40150 mix of steel grit medial. This gives all steel parts a 1 -roil physical
profile for paint adhesion. No other corrosion protection program offers this level of metal
preparation.
After blasting the cage it is moved to a cross -flow paint booth. The cage is prepared and
primed using PPG corrosion resistant epoxy primer /sealer #CRE 104. In critical corrosive
areas PPG - Corashield is applied which has been ASTM tested to 1,000 hours of salt
spray. The protected cage is then baked at 140'° for 20 minutes to ensure proper curing.
All cage and metal joints are completely sealed with Sikaflex.
3M double face tape is used between the body panels and the steel frame for bonding and
separation of dissimilar metal.
The understruucture of the vehicle floor and side skirts are coated with BASF — Degacoat
310 undercoating.
Photos of the E -Z Rider H body construction and corrosion
protection process are as follows:
Page 2 of 5
Body Construction and Corrosion Protection System - continued.
March 9, 2015
The inside of all tubular structures are coated with Ziebart - Formula A prior to tube cutting .
and welding. The entire cage is then fixture welded for build consistency throughout the
order.
2. Completed monocoque cage construction. All welded structural components including
wheelwells, stepwells and bulkheads are attached prior to the corrosion protection process.
Page 3 of 5
Body Construction and Corrosion Protection System - continued.
March 9, 2015
3. The f =e assembly is moved into a blast booth where it is blasted entirely with 40/50 mix
of steel grit medial. This gives all steel parts a 1 -mil physical profile for paint adhesion.
4. After blasting the cage it is moved to a cross -flow paint booth. The entire cage is prepared
and pruned using PPG corrosion resistant epoxy primer /sealer #CRE 904.
Page 4 of 5
Body Construction and Corrosion Protection System - continued.
March 9, 2015
5. In critical corrosive areas, including the entire under- carriage and rear section of the bus
has an additional coating of PPG - Corashield #8071 is applied. The protected cage is then
baked at 140' for 20 minutes to ensure proper curing.
6.. Low floor bus cage upon completion of the body construction and corrosion protection
process. The finished corrosion protection coverage has been ASTM tested to 1,400 hours of
salt spray.
Page 5 of 5
Body Construction and Corrosion Protection System o continued.
March 9, 2015
7. The final stage of the corrosion protection process is complete sealing with Sikaflex7 -221
Elastic Adhesive/Sealant.
END OF CORROSION PROTECTION PROGRAM PRESENTATION
Q
Ce o C? aLai r r
V N
Lo i(7 O
OD fnaUo
Q^ s tdJ N IJv +`n Lo
go EQ
V1
O p .<
a mu a
f
z of Q0
N dl- s
via
aLLJ
CV[ tY ' Q
z
r
mVI
LY Q
E2 0 W i0 0
LU al z
iC7 Ex ZO dj ..
0 x
W t z G Do
ZDwDU¢03:
C
O
m ¢¢ nkfd iumiCV)
ra CL a m
L J am 0 Q
p ~
tee V%
LU
Z z N t—u Z 00 #I
rQ
LU
m
acv z
IT 6 a+ a
5C? MQLni ] tz
Az
sit L
LLJ
bibyfa= x0 g
xz C3
f-4 Xo
C
r
r
c
a w
oil
QI
a
v
3r
N =
LL
rK
2
tp c+)
zoo1 lq
od
Jill
i1Si'E
F
low
n
an,
9[
9
m
Ix
0
n
LU
LULU
w
a
F- F-
z
z °
a o
e v
LU
s
M
rr'1 S
J1,
LU
N
z
wry
z
N
M
S
e
u
i
s
TV
a
0
0
rlZ: §
b
Ln
6Quz b
Z -z
8667
g 0
Ico
N
Q
a
cn
Cis
CD
N
fV
z
Q
s
z
r ^ J
0
0: PV
U ryj
0W
x
U}
ca
Q ['V mTr,
LD
z
M
LU
V7
Lou (
A
l!]
o m Z
V%D LU
M
ceQ
U T
O,
tD mXx
Z
J©
N _
ti CV
rl
ry
Nti
cm
C) : 0
T 1
1
t
Q
CL
Q
7LU
LU
00 rn
v
W
ui
M
wi p4ti
O'S L Ln 2: i'V X
TV
a
0
0
rlZ: §
b
Ln
6Quz b
Z -z
8667
g 0
Ico
N
Q
a
cn
Cis
CD
N
fV
z
Q
s
z
r ^ J
0
0: PV
U ryj
0W
x
U}
ca
Q ['V mTr,
LD
z
M
LU
V7
Lou (
A
l!]
o m Z
V%D LU
M
ceQ
U T
O,
tD mXx
Z
J©
N _
ti CV
rl
ry
Nti
s I
LL
M r
az
a z
j x'
eqW 0. LL
w
d f] V7
o w Nm g
f1i JJ[1Wcs0
uV
0 On
mwp
luUmffl vx
f J apz=
if Oy,Wzzo
mt7U Twp
pe
Z ¢o1WoZ
4(4-
z 2ILW
O ~ LL LL
C] ,
6
V
r w Q Z7)w
0a000rL
0 2LL 8H ¢
C) : 0
T 1
1
t
Q
CO 00 rn
W
ui
s I
LL
M r
az
a z
j x'
eqW 0. LL
w
d f] V7
o w Nm g
f1i JJ[1Wcs0
uV
0 On
mwp
luUmffl vx
f J apz=
if Oy,Wzzo
m t7U Twp
pe
Z ¢o1WoZ
4(4-
z 2ILW
O ~ LL LL
C] ,
6
V
r w Q Z7)w
0a000rL
0 2LL 8H ¢
AMERICANSFATING 2000 Series Recliners
Solutions for Motorcoach Seating
2000 Series, Recliners
15 1 lei e IQd8yw'.h IhL' me"%' bjuu
T y are comtot! able, duratflc- and designed foi rl,-.--,p l
ii I. I 's-ri ,r t<< feAluies a rugged. modular frame with a vafiely of sculpted
I .-.! J LOA lad -ages to promote overall comfut for your pamngers.
i
Ilp %
yr
40
40
loop
k4l
tx
1
11
fit. e '
r
TI
AP
L
ai
The 2000 Series Recliners set the pace for style,
comfort and durability — all in a slim -line design
to maximize hip -to -knee spacing.
2000 Series Recliner Is Available in Six Distinctive Styles
7000
Model 2OW 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.
Model
Model 2003 has an 5- 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.
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.
Model 2005 has a full width.
5- 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,
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.
Model
Contoured seat and back cushion with
a fuller back for ,passenger privacy;
incorporates an integrated headrest.
lei
A palm - shaped release
handle on the standard
armrest allows you to easily
fold the arm down.
Footrests
r
Flip
E ,
Cushions
Upholstered seat cushions are constructed of high density
polyurethane foam for increased comfort and service life.
Upholstery Packages
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 svk
A convenient recline button to promote privacy or encourage passenger interaction,
puts back redine adjustment subtleties in contouring, shapes and widths can helpatyourfingertips.
achieve these goals. Choose from a range of popular
upholstery fabrics in a spectrum of colors to complement
any vehicle interior.
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.
All materials used in the 2000 Series Rediners are tested to
ensure long life and compliance with federal transportation
safety standards, as well as our own uncompromising
requirements.
Frame
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.
Aisle side Armrests
Choose from two different aisle side armrests, either our
standard fold down armrestor 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 white 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.
Fabric Options:
Two seat widths (see below)*
optional foam and covers to ASTM D -3675, ASTM E -662 and FAR 25.853b ,
Self - storing footrest
A Two - position footrest 60,
Aisle side fold -down or fold -up armrest Model 2000 Redrner
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 hack panel (Models 2003, 2004 and 2006) i
n
Stainless steel hack panel (Models 2005 and 2095)
Seat -back grab handle with coat hook
Top - mounted grab handle (Models 2003, 2005 and 2095)
Model 2004 Redlrw
Seat -back audio
5ecuraO mobility aid securement system {
Reversible seats
Two and one executive seating
When ordering wider seat, indicate with "W" in front of model number Model 3005 Recliner
for example, W2003)
Seat width - Dimension A
Fold -down Ann Fold -up Arm
400/s" 38- 13116' .
and and
37 -5/8" 36 -1 /1e'
I
Model zaps Recliner
Model 2095 Recliner
Since 1886, American Seating has set the standard for product design, durability and
comfort. Today, we remain committers 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.
AMERICANSEATING
A History of Innovative ) acs L U i
401 American Seating Center, Grand Rapids, MI 49544 -4499
Phone 616- 732 -66DO BOD-74 -[1268 FAX 616 - 732 -6401
amencanseating,Com A-ncaim Seaairg a cercmit'.d t
Amercan Seating and Seaga are registered trademarks of American Seating Company lesser" our mpx4 on IN piaest though
Form No. TP- 2000.12 02012 Ameriran Seating Company UHw in USA respwdihe stewardship of nut enre rnnera.
Transit ,Seating
Madei 6466
High- strength thermoplastic
back panel with recessed area
for knee clearance.
5t(AMERICAN SEATING
Patented, energy- ahsorbing
grab rail with a textured finish
that comes in marry colors.
Easy to remove cushions and
back upholstery for efficient
cleaning or replacement.
Individually upholstered cushion
assemblies, supported by using
serpentine springs, provide
longer cushion life and
unsurpassed comfort.
High- strength, fatigue -
resistant steel Frazee with
a durable, powder- coated
color finish.
Transit- Seating
Model 6466
At c w.u.bs. rr i»:
cG Lm.
o
A WHOUY OWNED SURSIMARY OF AMERMAN SEATMG
Post 0 fl cc Box 2310
Oral., Ontario L3V 6S2 CANADA
877) 847 -3456
FAX (877) 847 -3950
S- r'. • 1 1'; - I ''
Individually upholstered cushion
assetnhlies 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
V1 p. ..
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
High- strength thermoplastic back panel
with recessed area for knee clearance
and comfort
High - strength, fatigue resistant steel frame
with a durable, powder - coated color finish
Patented, energy -ahsr rblrig grab rail with
textured finish available in many colas
Cushions and back pads offered with
polyurethane or low-smoke %low -fire
consu-utctlon
34" width also available
Integrates with the A.R.M." Securement
System for A.D.A. compliance
Unsuipasseci Qua IiIy Through. Superior Desigit and Testing
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 duality products. At American Seating, materials and
assem,blles must continuously meet demanding standards In the following areas:
tensile strength vibration
color fastness impact
flammability and fatigue resistance corrosion and abrasion
AMERICANSEATING
Ki iowledge. Val Lip. Per for rllallrel
401 American Seating Canter
Grand Rapids, Michigan 49504
800) 748 -0353
Fax (616) 732 -6491
www. a merit a nsesti ng. co m
Foam No. AP1050- P- 1.1201 +02DM A,- ,..icsn Sae "ny comveny L,i .USA
AMERICANSEATING
Metropolitan
Transit Seat
Superior comfort, contemporary styling, ease of maintenance.
Combining contemporary design, tested durability and comfort
with a varlety of options and patented features, the new
METROPOLITAN can be tailored to fit your specific needs.
Color- coordinated molded
Prc-formed, fire-resistance. fiberglass inserts with quick
molded fiberglass shell provides release for easy maintenance
color consistency, ntexlmum
strength and minimum welght.
High- strength thermoplastic
hack panel with recessed
Metropolitan"
Transit Seat
Also— ii.bie rr :
MUM Co. aD
A WKUY i "ED SLOSIOIARY OF AMERICAN SEATING
Pau Orrice Box 2316
Orilta, Ontario L3V 652 CANADA
877) 847 -3456
FAX (877) 847 -3950
S',,1Idatd I "Paltlt-es
Pre - formed, fire- reaistant, molded
fiberglass shell provides color
consistency, maximum strength and
minlmum weight
Color- coordinated molded fiberglass
Inserts with quick release for easy
maintenance
High- strength thermoplastic back
panel with recessed areas for knee
clearance and comfort. Patented
bubble crash pad is standard for safety
Variety of coach mounts available
including, cantilever, stainless steel.
T- pedestal, carbon and stainless
options
Wide range of standard colors
coordinate with virtually any coach
interior
Available in a choice of vandal
resistance (V1R -50) or cut resistant
CR -50) upholstery insert options.
Padded as well as textured plastic
irmerts are also offered
Higl1- strength, Fatigue resistant,
welded steel frame with durable
powder coat finish
Rivetless attachment of shell to frame
eliminates snagging, cracking
hazards and facilitates shell
replacement
Waterfall seat front edge provides
passenger comfort
Meets or exceeds White Book
Specifications
Patented stainless steel, energy
absorbing grab handles for safety
and long service
A folding seat is available to
accommodate passengers using
mobility aids
Integrates with the A.R.M."
Securement System for A.D.A.
compliance
Unstimassed QUality'llirough Superior Design and Testing
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 duality products. At American Seating, tnaterials and
assemblies must continuously meet demanding standards In the following areas
tensile strength vibration
color fastness impact
flammability and fatigue resistance corrosion and abrasion
5t(AMERICANSEATING
Kiinvvleripp Valtie. Petfrittname!
461 American Seating Center
G,ond Rapids, Michigan 49504
866) 748 -0353
Fax (616) 732-6491
avarw.a me r i cansaati ng xom
For.,No.6&03#- 1.1201 02001Ar,.eir.+.S. -"C p —y U— USA M.t— pvI;r.o'i,."d.o...+.orth.A. 1i — S.sair,gCo.
d +
MID=HI SEAT
ROCK SOLID"
r,l`if
Wvmb1le seemm So} KFWAS
Freedman Seating Company's Feather Weight
seats are designed to be like feathers on a
bird: light and airy to satisfy weight restrictions
and ensure a smooth ride, yet durable for
years of service and low maintenance.
Freedman Seating Feather Weight seats are
the most severely tested in the company's
history, and meet all applicable federal
motor vehicle safety standards for strength
andsafety (including 210 for seat belts).
Less weight means one thing to bus
builders and operators: they can get
more passengers per bus.
And when we say more passengers,
we mean more happy, passengers
Not Just Seats
THE FEATHER WEIGHT SERIES BY
Cla
W
JQ
rte*
0
a
28-174
1B-1/4 z_
24.1/4
38.5/8
r2
2s
lwip- ro-xNeq j
F 10.7184
KNEE ROOM] KNEE ROOM]
4 8&718
pwE NO
Not just Seats
Q
1 C
rQ
001: 2000 c ert if ied co rn pa ny rr
4545 W. Augusta Btvd., Chicago, IL 80651
773)524 -2440 (800)443 -4540 Fast {773 }252 -7450
e -mail: sales @freedmanseat.00m
WWW.FREEDMANSEATING.COM
wsi- i a ble w i+ r+e s
Whether your bus Is for tour /chartK pars transit,
or shuttle, Feather Weight Mid -Hi works for you.
Optional adjustable headrests and reclining
back -rests give you luxuries for long journeys,
while grab rails and ABS plastic backs provide
the function and safety required for shorter trips.
The ultra -thin backrest gives outstanding support
and creates more hip -to -knee room than any
other seat in its class, The steel frame system
meets or exceeds all applicable government
standards for safety and durability. And, it's light
as a feather!
Feather Weight Mid -Hi features include:
An ultra -thin Knee -Saver type backrest for added
hip -to -knee room and lumbar support
Molded polyurethane seat and back cushions for
comfort and long lasting support
1736° wide seat cushions
2234" back height off the seat cushion, 37" off the floor
Wire mesh -grid seat springs for even support
FMVSS 210 compliance-all Feather Weight seats
we seat belt ready
Transit style -rigid backrests (starting weight
without options -43 lbs.)
Touring style - reclining backrests (starting weight
without options -47 Ibs,)
Covers that can be removed and replaced easily
and without the use of special tools
Feather Weight Mid -Hi options Include:
Black molded U.S. Arms or upholstered
flip -up armrests
Adjustable headrests
Black or yellow corner AV grab rails
Black or yellow top AV grab rails
ABS plastic backs
Mesh map pockets
Vertical stitching
FTA foam
Snack trays
Aluminum folding footrests
Pillow seat cushions
Rear row quick disconnect
Side sliders
16 ", 18" or 19" wide seats available
Rigid or reclining backrests
Seat belts
Non - retracting seat beits
Retracting seat belts
USR (Under Seat Retractors)
S3 Bio- Cushions (Made with vegetable oil)
A wide variety of cloths and vinyls
S3 cloths (Made with recycled yarn)
We are constantly updating and improving our seats: therefore
we reserve the right to change or modify specifications or
materlals without notice. All Freadman Seating company
seats most or exceed FMVS standards.
ISO 9001:2000 reglstered
En CitiSeat
7RAMW COL -I
Not just Seats
rp
ft
FREEDMAN
SEATING COMPANY
r a
r a
94-3/4
L 1
0
Freedman CitiSeat
17-316
17 W0 /FAV
Bus
17 -112 W~
secs
24 -30
IN
Freedman CitiSeat Flip
1$
MODEL WEIGHT A 8 C D E F G
Single
L li11 li a
Citluat Fllp 45 lbs. 221A" 18%a" 10%* 1774' 38"1+° 18 " 10 %`
Double
CltlSeat Flip 78 lbs. 22',4" 36'/4' 10%" 17'k" 36'! "' 18" 10141'
3 Place
CitiSeat Flip 112 lbs. 22!" 5374" 10%' 17%' 36 "l.' 18' 10ii"
Freedman CitiSeat Foldaway
r- 21±1/4 -..
I 43-316
lr314
t114
TRMff C+tiU CTION
Comfortable, safe, durable and attractive. The CitiSeat
has It all. No matter the floor plan, the CitiSeat can be
configured to meet your needs. Transit or shuttle,
public or private, the CItlSeat works!
The CitiSeat has the features that riders prefer.
1Waterfalled seat insert provides more comfort
Available with a choice of 'inserts and vandal
resistant options
Conventional padded
Padded with Prevent anti- vandal mesh
Unpadded AV (anti - vandal) inserts with KEVLAR•
Padded AV inserts with KEVLAW
Contemporary design and colors to help create
a relaxed and aesthetically pleasing environment.
Ergonomically satisfying -"Individualized" seat
Insert change out is quick, easy, and
accomplished in seconds.
Improved hip to knee room compared to other
transit seats
Heavy duty hand holds
Heavy duty arms rests
The CitiSeat flip
Available as a single, double
or triple, the CitiSeat Flip
makes. ADA compliance a
snap. The rotating back
provides comfort & support
while letting the seat be
positioned close to the wall.
The CitiSeat Foldaway
This revolutionary seat gives riders what they really
want - forward facing seats. The CitiSeat Foldaway
stows and deploys in seconds, and the canxilevered
design leaves the floor free of obstructions for
cleaning and rider comfort. The design of the
future- available today
Not Just Seats i
CA
vo
L li11 li a
4545 W. Augusta Blvd., Chicago, IL 60651
gn
773)524 -2440 (800 )443 -4540 Fax (773)252-7450
WWW.FREEDMANSEATIWG.COM
e -mail: sales0freedmanseet.com
We are constantly updating and Improving our seats; therefore
we reserve the right to change or modify specifications or
materlsls without notice. All Freedman Seating Company
seats meet or exceed FMVS standards.
z
ry
0
a
J
LL
z
W
U)
z
W
W
i' LLJ
z
J
W
V )
In
V J
Z)
Z
K
18gr
Cl-
N
LLJiz
J nr a'
z 3 NACU E
W t!S U
II
QLJrl
1— -
W
M
X U li N F y
go
O
LLJ F
U
z 0
ry©
11-
1Z
LJ z
W
EO
b `
N
Z C] WN
o
LJ Z LLJ
I 4.I In/iA1 MD A'MIG i'111f
I 5
t{ x
L— - -dL
z Z
Q
E
3;
Lu Lw
r3 w3
W- -- - - - - -- - -- .._e.
LLLJ N
W
La V)
U
r Ey
w z Po
v
a2
Ln 0 Vo
a a w L' E
re
z
d
n
ry
0
0
J
LL
D
z
rw
VJ
z
W
1
w
z
i
a . .
U)
r
U)
Z)
N
40,
r-4,
u co
cti
n
tea
a7 zfy w
I II li I I
ii liC.3
LLJ
lil II
I
m
W
cm
UJ '
R/ V J I I
LU
iil •I i I Ym
91gp
y, Y
LO
E
azwr
C)
zi
U- 3Qjwo
D3
W
W x
co
try W
LD
W
Q
y 4*
NJ
O
J1
E
LA V)
aLl
Ln A 3
a
Ld tAi —ibj
LLI W
7
cn r[n
QQ0
LL
ujq Z V) V)
W a IL
W W Nc1J MLL/
4
oil flIL
L d LLJ W
V co w K) 2 G1 E
w- 0 N Qa
z
ry
0
0
j
U-
0
z
rW
N )
z
W
w
Ors.
LI
z
0
1
0
1
M)
l o
0
J
W
ui
203
r 3:
Wz
E3
OC
1
b3:
z W
3
LJ
W
WC
U' W
EOcs
C =
d
C3
E a
g = j®1I-
Pi J
d tw 9
oil I
a m
an
U
ZO
C
P3
C3
W
S3 pC
M
2
Wn
P 2
CJ S) N
6
C/1
E
U
altal
d-
ry
0
0
11
r
LL.
V
LU
0
LL
m
z
0
I-
ci
Inn
J
co
t J
CE3
4-
cd
c
4 JQ
I.,
F-
o
0 I1 , II1 cd i
z2 J I
laO
LLJ ''nn
I 1
W LsJ I
NIaM
n
Iz
y
L
azw
Z° Q}
LLI m
DD
50 Lu O Z W a
n w
zZo
i
J 6
W WS
L) o ci 3 3a
W i w c U'! to
Ww W
CW11
LLI LMEN
o X Lo W
C,] N0N
Improved* mileage and durability in
an all - position tire designed for the
challenges of urban conditions.
CHELIN
MI+CHELINO X0 INCITYTM Z TIRE
Improved"' mileage and durability in an all- position tire designed for the
challenges of urban conditions.
20% Additional Mileage "'
Longer tread life
Scrub Resistant Compound
Fights treadwear
Wear Resistant Tread Pattern
Optimized for urban bus conditions and
for the reduction of irregular wear R1
Wide Footprint
Distributes force for longer tread life
Extended Casing Life
Improved casing protection and
casing fatigue resistance
Extra Thick Sidewalls
20% thicker than MICHRI.Iidm XZLP2 tire.
Strong protection against shocks
Full Width Elastic Protector Ply
Michelin exclusive
Sidewall Wear Indicators
Promote timely tire rotation for long
casing life and enhanced retreadabibty
Extended Metallic Chafer
Dissipates heat in bead area
Optimized Bead Architecture
Designed to improve bead durability
Outstanding Fuel Efficiency
Low rolling resistance without
compromising tread life
Optimized Design
Compounds and tread pattern combine
to deliver outstanding fuel efficiency
and mileage for urban applications
URBAN APPLICATIONS
Driver Confidence
e Outstanding traction with Matrix— 5iping
Matrix" Sipes
Provide inter - locking action which offers excellent traction
and even wear
Zig -Zag Groove Walls
Provide optimized biting edges and excellent water and
snow evacuation
Full Depth Sipes
Provide excellent traction throughout the life of the Tread
5txe Load
Range
Catalog
Number,
TreadDepth' 4 acdp Loaded
Radius
overall
Diameter
Overe0lMdth
1$1
Approved
eels
pRmwrng I
IrstsdersL,
Pan. Perm
Spacing ($)
Revs
Per
Mlle
Max Load and Preuvre
51n9ie
maxc Load and Pressure
oua.I
32nds mph In mm In mm ill. rarer in mm air psi I kg kPa lbs psi kg. kN
27 517 0 82 2,50.4 1 59714 21 62 17.7 453 38.1 969 11.4 289 835,7.50 11.9 303 542 6940 130 315{1 900 6395 130 2900 900
305r70R22.5m L 30255 22 65 18.4 468 39.5 1003 12.3 312 9.00,8.25 13.4 341 525 8047 130 3650 900 7385 130 3350 900
305185R22.5w 1 36530 24 68 20.0 507 42.7 1085 11.7 298 9.0{1,8.25 13.2 335 485 7830 120 3550 830 7160 120 3250 830
Nwe: VdwJ listed first is the measuring wheel.
1) Compared to MICHELIN• XZU02 and 71211.3 tires.
2) when cornpared to MICHELIN• XZU•2 (12R22 -51 and )QU'3 (345185822 -5) tires us MICHELIN• X• INCIT " Z tires (311 In direct comparison fleet testing.
3) 'No bus shall be operated with regronved, recapped or retreaded trey on the fiord wheels.' US Code of Federal Regulatuns: Title 49, Transportation; Part 393.73.
4) Prelim inary specs.
Exceeding the lawful speed IImIt Is neither recommended nor endorsed.
t) overall widths will change 4 -1 inch (2 -5 mm) for each 114 Inch change in wheel width. Minimum dual spacing should be adjusted accordingly.
MICHELI N•tlres and tubes are subject to a corrtinuous development program. Michelin North America, In reserves the right So change product specifications at anytime without notice or obligadons.
Please consult wheel manufacturer's load and Inflation limits, Never exceed wheel monufamear's limits writhout permissl on of component manufacturer.
www.michelintruck.com
United States
Michelin North America, Inc.
One Parkway South
Greenville, SC 29615
1- 888 -622 -2306
Canada
Michelin North America (Canada), Inc.
2500 Daniel Johnson, Suite 500
Lavai, Quebec H 7 2P6
1 -888- 871 -4444
Mexico
Industrias Michelin, S.A. de C.V.
Av. 5 de febrero No. 2113 -A
Fracc, Industrial Benito Juarez
7 6120, Querdtarc, Qrb. hilexlco
011 52 442 296 1600
Copyright C 2014 Michelin Noth America, Inc- All Rights Reserved, An Equal Opportunity Employer. The Michelin Man is a registered trademark owned by Michelin North America, Inc. MF Only (49114)
ElDorado V
National California
February 23, 2015
Ms. Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 90904
RE: CMPC- 15- LTB -RFP — Bus Design Modifications Letter.
Der Ms. Beauvais;
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement for
the submission of a Package I - Bus Design Modifications Letter.
Pursuant to this requirement, please be advised that ElDorado National utilizes transit industry standard
powertrain components including Cummins engines, Arvin Meritor axles, Allison transmissions, Thermo
Icing HVAC systems, 1/0 Controls multiplex electrical systems and US fabricated body componentry. As
such, transit agencies will not need to modify their current maintenance, operating or ITS facilities to
accommodate E1Dorado National - Axess or E -Z Rider II transit buses. Upon review, please do not hesitate
to contact us with any questions or additional needs. Again, thank you for the opportunity to participate in
your consortium procurement.
Sincerely,
ke Ammann
Vice President of Sales
E1Dorado National - California, Inc.
9126 Tanglewood Drive, Urbandale Iowa 50322 - Tel: 515 - 270 -29139 - Fax: 515 -270 -2537 - E -mail: marnmann@eidorado- ca.com
ElDorado
National
March 9, 2015
Ms. Ann Beauvais
CMPC Program, Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
California
RE: CMPC- 15- LLB -RFP — High Altitude /Cold Weather Operations Letter.
Dear Ms. Beauvais:
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement for
the submission of a Package 1 - documentation regarding our bus design's successful high - altitude and cold -
weather operation.
ElDorado National has been in continuous production of the E -Z Rider II low -floor transit bus since 2001.
The Axess has been a continuous production since 2003. As such, both vehicle designs have been transit
and shuttle - proven for millions of miles. ElDorado National transit buses are currently operating in Mesa
County and Black Hawk County, Colorado. Additionally, CNG powered 40' Axess buses have been running
at the Denver International Airport - Rental Car Facility since December, 2008.
ElDorado National is also a major supplier of transit buses to the Provinces of Alberta, Saskatchewan and
Ontario, Canada. Experience has shown that these are some of the coldest and most highly corrosive transit
bus operating environment in the world. ElDorado National has in excess of 300 transit buses running in
Canada, since 2002. As such, ElDorado National is keenly aware of the corrosion protection systems
required to make buses survive in cold - weather applications. We offer multiple sidewall and roof insulation
packages, from polystyrene board to fiberglass Batt to sprayed -in urethane foam to moisture proof sealed bag
insulation. Note that many bus manufacturers including Giilig will not even sell to the environmentally
demanding Canadian market!
With regard to high - altitude performance, please be advised that all bus manufacturers utilize the same
engines and comparable air intake systems, thus dramatically minimizing performance differential between
bus manufacturers. Upon review, please do not hesitate to contact us with any questions or additional needs.
Again, thank you for the opportunity to participate in your consortium procurement.
Sincerely,
Ike 4m=m
Vice President of Sales
ElDorado National - California, Inc.
9126 Tanglewood Drive, Urbandale Iowa 50322 Tel: 515- 270 -2939 • Fax: 515 -270 -2537 • E -mail: mammann @eldorado- ca.com
ElDorado
National
March 10, 2015
Ms. Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
California
RE: CMPC- IS- LTB -RFP — Training Program Proposal Letter.
Dear Ms. Beauvais:
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement in
Package 1 for documentation on our training program, as is included in the cost of our vehicle.
Pursuant to this requirement, please see the attached CMPC Agency on -site training agenda for the Axess
and E -Z Rider II buses as bid. Please note that the training will be customized per the end -users specific bus
build requirements.
In addition to our standard training as mentioned above, ElDorado National and Colorado West Equipment
also offer a centralized training opportunity as listed below.
As the eleven members of the consortium are spread around the state, Eldorado National proposes a
central training opportunity concurrent with the Colorado Association of Transit Agencies (CASTA)
spring or fall conference. CMPC may select which of the two CASTA Conferences they prefer this
training session to be tied to.
During either the Spring Training Conference and the Fall Transit Expo and Conference, CASTA
will provide a meeting room to accommodate the technicians, fleet managers and trainers to receive
specific Eldorado National and component training without requiring additional time away from each
agency or incurring additional travel expense!
Centralized training allows the technicians to learn with their peers while networking and building
contacts above and beyond the vendor base for information.
Each training session can focus on subjects specific to agency needs, rather than redundant training
for each individual agency.
Training located at the CASTA conference sites farther strengthens the bond between CASTA,
vendors and agencies by providing the benefits that agencies most often request; training and local
aftermarket support.
9126 Tanglewood Drive, Urbandale Iowa 50322 - Tel: 515 - 270 -2939 • Fax: 515 -270 -2537 • E -mail: mammann @eldorado- ca.com
Page 2 of 2
CMPC RFP CMPC- 15- LTB -RFP — Training Program Proposal Letter, continued
March 10, 2015
This unique two - pronged agency training attack allows for superior training coverage and a more efficient
use of agency personnel time. Upon review, please do not hesitate to contact me with any questions
regarding this training outline.
Sincerely
r1,
Mike Ammann
Vice President of Sales
ElDorado National - California, Inc.
Enclosure - ElDorado National gaining Syllabus.
National - California
MECHANICS /DRIVER
TRAINING OUTLINE
11 Page
Orientation
Module Overview:
The Orientation module is designed to introduce the vehicle to the customer. The low -floor
design allows for easy entry and exit from the vehicle and accessibility under the vehicle for
routine maintenance.
Discussion topics will include a brief company' history, safety, an introduction to the bus
systems, warranty, parts and service manual information. A tour of the vehicle is included to
show compartment and component locations, the under carriage, and bus systems operation.
Learning Objective:
Upon completion of the Orientation Course, the student will become familiar with basic bus
systems, component locations and the use of the Parts, Service and Troubleshooting
Manuals.
Topics To Be Covered:
Company History
General Information
Bus Compartments
Bus Systems
Service Manual
Parts Manual
Troubleshooting Manual
Warranty
Bus Tour
Instructional Guidance:
In a classroom environment, using the Power Point presentation and student handouts,
provide a short lecture explaining bus 'history and application. Describe bus layout, showing
compartment and component locations. Demonstrate bus systems operations. Note that
engine /transmission /HVAC training is available from the OEM component supplier at an
additional charge.
Tour the bus. Open all compartments and identify the components within the specific
compartments. Lift the bus and identify the chassis and suspension components. When
possible, operate several bus systems, i.e. Doors, Lights, Passenger Chime, Ramp, etc.
Training Aids:
Classroom, Laptop, Power Point Presentation, LISB Stick Handouts, Tools, and Bus.
2 l Page
Class Time: Two hours.
Prerequisite: Entry Level Mechanic
Electrical System
Module Overview:
The Electrical Module provides information that will enable the technician to maintain,
troubleshoot, and operate the bus electrical system. Content includes covering the 24/12 volt
electrical power source, the 10 Controls Multiplex system theory of operation, and the use of
both the Ladder Logic and Schematics. A bus tour is included to show compartment and
component locations. At the conclusion the student will have a working knowledge of how to
maintain the bus electrical system.
Learning abiective:
Upon completion of the Electrical Module, the student will be able to name, locate, identify
and understand the function of the major electrical components. Using the Ladder Logic and
Schematics, the student will troubleshoot and repair instructor installed defects with minimal
instructor assistance.
Topics To Be Covered:
Compartment and component locations
24 Volt System
12 Volt System
Welding Cautions
Bus Electrical Systems
Multiplex Electrical System
10 Test / Programming Kit
Ladder Logic
Schematic
In Classroom Troubleshooting Exercise
On the Bus Troubleshooting Exercise or Demonstration
Preventive Maintenance
31 Page
Instructional Guidance:
In a classroom environment, using the Power Point presentation and student handouts,
describe the bus electrical system showing compartments and component locations. Explain
the 24 / 12 volt system. Stress the importance of disconnecting the electronic control
modules whenever welding is performed on the bus. Describe applicable bus electrical
systems that are not covered in other modules, such as Fire Suppression, Gas Detection (if
applicable), ABS f ATC, Electric Fan Circuit, etc. Explain multiplex theory of operation, the
function of the colored LED's and how to interpret the information in the Logic
Ladder. Explain how to troubleshoot the multiplex system, starting with the ladder and
tracing the affected circuit in the schematic. On the bus, demonstrate the use of the ID Test j
Programming Kit. Have the student either individually or as a team, troubleshoot and repair
instructor installed electrical circuit defects. Also, critique and review troubleshooting
techniques. Evaluate student's knowledge and progress.
Training Aids:
Classroom, Ladder Logic, Schematics, Laptop, Power Point Presentation and Handouts,
Programming Kit, and Bus.
Class Time:
Six Hours
Prerequisite:
Journeyman Level Mechanic
Air system
Module Overview:
The Air System Module provides information that will familiarize the technician with the bus
Air System. Air System circuits, component description, operation, and application will be
provided in both the instructor's presentation and drawings. Air System coverage will include
Supply, Accessories, Primary Brake, Secondary Brake, Parking 'Brake, and Safety Air Circuits. A
bus tour is included to show component locations.
Learning Obiective:
Upon completion of this module, the student will understand the basic bus air system
arrangement, be able to locate and identify the components as to name and function.
41 Page
Topics To Be Covered:
Supply
Accessory
Primary Brake System
Interlock Brake System
Secondary Brake System
Parking Braise System
Safety Air Circuits
Brake Anti - Compound Circuit
Preventive Maintenance
instructional Guidance:
In a classroom environment, using laptop, projector and drawings, explain the function of
each air system component and the operation of the bus air systems including Supply,
Accessory, Primary, interlock, Secondary and Safety Air circuits.
On the bus, identify and show locations of each air system components. demonstrate how to
check the proper operation the Parking Brake System Double Check Valve and the SRI Spring
Brake Valve. Share troubleshooting tips such as; empty delivery lines are connected to open
exhaust ports and an air signal is needed to open a relay valve. Evaluate student's knowledge
and progress.
Training Aids:
Classroom, Air System Drawings, Laptop, Power Point Presentation and Handout and Bus.
Class Time:
Two hours.
Prerequisite:
Journeyman Level Mechanic
Door System
ildlodule System Overview:
The Door System Module provides information that will enable the technician to maintain
the bus Door System. Entry and Exit door air and electrical systems, adjustment procedures
and customer options are covered. A bus tour Is included to show component locations.
Learning Objective:
Upon completion of this module, the student will understand the Entry and Exit Door System
arrangement and be able to locate and identify the components as to name and function.
51 Page
Topics To Be Covered:
Entry Door
Exit Door
Customer Options
Adjustment Procedures
Instructional Guidance:
In a classroom environment, using the Power Point presentation, student handouts and
drawings, describe the bus Door Systems. Using door system drawings, explain operation and
adjustment procedures. Also explain optional door operating systems such as Vapor Control
Module and Contact Less Acoustic Sensing System (CLASS) if applicable. On the bus, point out
Door System components. Demonstrate door operation. Evaluate student's knowledge and
progress.
Training Aids:
Classroom, Drawings, Laptop, Power Point Presentation and 'Handouts and Bus.
Class Time:
Two hours
Prerequisite:
Journeyman Level Mechanic
Hydraulic System
Module Overview:
The Hydraulic System Module provides information that will enable the technician to
maintain the bus Hydraulic System. Topics to be covered are the Hydraulic Reservoir, Power
Steering and (tamp Hydraulic Circuits. A bus tour is included to show component locations.
LearningObiective:
Upon completion of this module, the student will understand the basic bus Hydraulic System
arrangement and be able to locate and identify the components as to name and function.
Topics To Be Covered:
Reservoir
Power Steering Circuit
Ramp Circuit
Troubleshooting
Test Procedures
61 Page
Instructional Guidance:
In a classroom environment, using the Power Point presentation, student handouts and
drawings, describe the bus Hydraulic Systems. Explain proper servicing procedure. Using
hydraulic systems drawings, explain operation and testing procedure. On the bus, point out
the Hydraulic System components. Evaluate student's knowledge and progress.
Trainini Aids:
Classroom, 'Hydraulic Drawings, Laptop, Power Point Presentation and Handouts and Bus.
Class Time:
One hour.
Prerequisite:
Journeyman Level Mechanic
After Treatment System
Module Overview:
The After Treatment System (ATS) module provides Information on both the Diesel Exhaust
Fluid (DEF) and Diesel Particulate Filter (DPF). This module will familiarize the students with
the operation, indications, and precautions pertaining to the ATS.
earning Obiective #1:
Upon completion of the After Treatment System module the student will become familiar
with the basic operation of the Diesel Particulate Filter system. The student will be able to
explain the DPF purpose and function of Passive, Stationary, and Active Regeneration and
what action is required as the result of warning lights and indicators.
Topics To Be Covered:
Acronyms
Passive Regeneration
Active Regeneration
Stationary Regeneration
Dash Lights
Exhaust Regen Inhibit
High Exhaust System Temperature (H.E.S.T.)
Check Engine
Stop Engine
71 Rage
DPF Light
Regen Inhibit Switch
Exhaust Manual Regen Switch
High Exhaust Temperature Precautions
Learnina Ob'ective #2:
Upon completion of the After Treatment System module the student will become familiar
with the basic operation of the Diesel Exhaust Fluid system. The student will be able to
explain the DEF purpose and function and what action is required as the result of warning
lights and indicators.
Topics To Be Covered:
Acronyms
System Components
Supply Pump Module
DEF Tank
DEF Fluid
DEF Low Level Warning
DEF Incorrect Fluid Warning
Service Schedule
Instructional Guidance:
In a classroom environment, using a Power Point
Presentation, explain the:
1. DPF Passive, Stationary, and Active Regeneration process including the conditions that
must be met for operation. Describe the function of each Indicator Light and actions required
as the result of the indicator. Explain the function of the Regen Inhibit Switch and Exhaust
Manual Regen Switch. Explain the high exhaust temperature hazard when the bus Is in
Stationary or Active Regeneration.
7. DEF system process and the function ofeach component. Explain how to interpret the
warning light and gauge indications. During the bus tour, show the system components
location.
Training Aids:
Classroom, Power Point Presentation and Handouts and Bus.
Class Time:
Two to Four hours
Prerequisite:
Entry Level Mechanic
8 f Page
ElDorado
National
March 10, 2015
Ms. Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
California
RE: CMPC- I5- LTB -RFP — Technical / Service Support Statement.
Dear Ms. Beauvais:
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement in
Package I for documentation on our technical / service support program.
Pursuant to this requirement, please be advised that ElDorado National has an entire inventory of
replacement parts for the Axess and E -Z Hider II buses as bid, located in Riverside, CA. Our parts
department has dedicated 12,000 square foot of warehouse and shipping facilities. ElDorado National
maintains in excess of $4,000,000.00 in parts inventory to service our customers. Our parts department
employs a staff' of ten, full -time personnel.
Past parts shipments are a key to our continued success. Our parts department has the ability to ship parts
via all modes of transportation. This includes over - night, UPS ground and common carrier. All orders for
in -stock components will ship the same -day if the order is received before 2 :00 p.m. Pacific time. For over-
night shipped parts, orders may be received as late as 2:30 p.m. Pacific time.
CMPC member agencies will find that the ElDorado National proposal offers exceptional factory support
through the nearby Riverside, California manufacturing facility. Furthermore, Colorado West Equipment,
our local factory authorized parts /service /warranty restitution center offers unparalleled spare /warranty parts
support to all transit agencies in Colorado. No other bus manufacturer can offer this level of local parts
support throughout the life of the vehicle. Details of our local servicing capabilities are listed below.
COLORADO WEST EQUIPMENT COMPANY OVERVIEW
Colorado / West Equipment, Inc. is a Subchapter S Corporation operating in Colorado, Nebraska,
and Wyoming focused entirely on the distribution and service of buses.
Page 2 of 4
CMPC RFP CMPC- 15- LTB -RFP — Training Program Proposal Letter, continued
March 10, 2015
The company employs eleven (11) individuals specializing in bus sales, parts sales, administration,
and warehousing at its offices and warehouse in Henderson, CO. An additional service location, in
close proximity to the offices 1 warehouse employs five (5) technicians, trained and certified by
Eldorado National.
The company, since its inception, has operated at a profit with a high employee retention rate
averaging 15.8 years of tenure. The knowledge base and experience of the staff results in a high level
of performance and increased customer satisfaction.
Company management feels strongly that, in order to remain successful, we must perform at a
superior level exceeding our customer's expectations. In order to accomplish this goal, we cannot
dilute our efforts with other markets or unrelated lines 1 accessories, therefore remaining focused on
the bus sales and service business.
Colorado 1 West. Equipment, Inc. incorporated as a Subchapter S Corporation, under the laws of the
State of Colorado, on February 27, 1987 and have perpetually operated in good standing for the past
twenty -eight (28) years.
The company has delivered in excess of 5,000 new buses during its tenure. The Company's
reputation remains strong regarding products and aftermarket support. It is important to note that the
Company has never been named in litigation which speaks to product dependability, company
integrity, and satisfactory resolution of customer issues.
The company owns facilities in both Colorado and Nebraska and carries no debt. All facilities,
inventory, tooling, and assets are unencumbered. The Company has significant cash reserves and
borrows only briefly during the summer bus delivery period via a long standing credit facility with
US Bank. The Company carries a 3A2 rating with Dun & Bradstreet (D -U -N -S Number 17-440 -
7502).
KEY PERSONNEL
a. B. Begley, President: Born 1948 and graduated University of Texas at Austin 1970. 1971 -1973
employed by H -E Lowderrnilk of Denver, CO. 1973 -1987 employed by Elder/ Quinn & Me Gill,
Inc. of Denver, CO. 1987 - present active Colorado 1 West Equipment, Inc.
Jeffrey P. Koza, Vice - President: Born 1970 and graduated Colorado School of Mines 1993. 1993-
1994 employed by Western Geophysical of Houston, TX. 1994 -1995 employed by Oppenheimer
Shareholder Services of Denver, CO. 1999 MBA in Finance from University of Denver, Daniels
College of Business. 1995- present active Colorado 1 West Equipment, Inc.
Brent L. Holt, General Manager: Born 1953. Employed in family business after high school in Salt
Lake City, UT. 1994 employed by International Harvester Branch in Denver, CO. 1999- present
active Colorado 1 West Equipment, Inc.
Page 3 of
CMPC RFP CMPC- 15- LTB -RFP — Training Program Proposal Letter, continued
March 10, 2015
Richard Lovely, Parts Manager: Born 1962. 1983 -2001 employed by Cummins Pourer Southeast and
Rocky Mountain. 2001- present active Colorado /'West Equipment, Inc.
Ed Woolverton, Principal: Bom 1947. 1967-1970 United States Marine Corp, Vietnam combat
veteran, disabled. 1970 -1977 Automotive and truck technician various dealers. 1977 -1994 General
Motors of Detroit, Ml. 1990 -1999 Trans/West GMC of Commerce City, CO. 1999- present active
TMS Truck & Bus.
FACILITIES
Main facility in Henderson. Colorado
Company headquarters since 1987. Administration, sales and afterrnarket support functions located
at this location.
Current bus parts inventory as of March 1, 2015 exceeds $650,000.00
Centrally located within 10 mile radius of engine, transmission and air conditioning regional service
centers.
Page 4 of 4
CMPC RFP CMPC- I5- LTB -RFP - Training Program Proposal Letter, continued
March 14, 2015
i
Primary service facility in Brighton, Colorado
Dedicated service staff` of 5 trained technicians.
Finished facility with secure lot capable of 50 foil size buses. Four interior service bays.
Certified repair, warranty and installation for the following components:
Eldorado National - California
Eldorado National - Kansas
Eldorado Mobility
Blue Bird Corporation
Girardin Minibus
Cummins (ISB6.7, ISL8.9 and ISL -G)
Multiple air conditioning mfg's (ACC, ACT, MCC)
Ricon mobility products
Braun mobility products
Espar Climate Control Systems
Webasto Thermosyster s
Rud automatic tire chains
On -Spot automatic tine chains
Upon review, please do not hesitate to contact me with any questions our industry- leading technical and
service support.
Sincerely,
Mike Ammann
Vice President of Sales
E1Dorado National - California, Inc.
ElDorado
National
February 23, 2015
Ms_ Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
L 'z
RE; CMPC- 15- LTB -RFP — Overall Height Letter.
Dear Ms. Beauvais.
California
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement for
the submission of Package I - documentation on any vehicle bid with a height in excess of 132 ".
Pursuant to this requirement, please be advised that the Axess and E -Z Rider Il low -door buses when
equipped with roof - mounted CNG storage tanks have an overall height of 136 ". Please see the attached
exterior elevation for dimensional values on CNG equipped buses. Note that all diesel powered buses are
less than the 132" height requirement. Upon review, please do not hesitate to contact me with any questions
or additional needs.
Sincerely,
ke A m; ann
Vice President of Sales
E1Dorado National - California, Inc.
Enclosure - Exterior elevation drawing with dimensions..
9126 Tanglewood Drive, Urbandale Iowa 50322 • Tel: 515 -270 -2939 • Fax: 515- 270 -2537 • E -mail: mammann@eldorado- ca.com
I
I
1d
11
x
r .
I
Ir ,i e\
A
Emil
R
I
N
rte_ _._ _ ! I -? ' .. - A
a
El
III .
i
1
a
f ri
M+Q
r r#
jT
M \
fi
K
ElDorado
National
February 23, 2015
Ms. Alin Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
OF - i. O
California
RE: CMPC- IS- LTB -RFP — Air Intake Location Letter.
Dear Ms. Beauvais:
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RF'P requirement for
the submission of Package 1 - documentation on the fresh air intake system drawings and design
information.
Pursuant to this requirement, please see the attached engineering drawings denoting our engine fresh air
intake location located high on the curbside of the bus. I have also attached a photo showing the location of
the air intake. You will find that ElDorado National Engineering went to great lengths to design the air
intake as high as possible on the side of the bus, to allow clean air access. Upon review, please do not
hesitate to contact me with any questions or additional needs.
Sincereliiann) Mike
Vice President of Sales
ElDorado National - California, Inc.
Enclosures - Fresh air intake drawings and photo.
9126 Tanglewood Drive, Urbandale Iowa 50322 • Tel: 515 -270 -2939 • Fax. 515 -270 -2537 • E- mail: mammann @eldorado- ca.com
aQO
O rn°
r
o
o
x
LLJ
r
LAJLLJ C7
V) Z
tr
a
IIt
i i i LIM!
Lp
it
w
art ......
s 'z
cn
r b
I
w
y. yy
F
d c a
Mi en
f r
E o 8
I - --
i.
r-
op
MbmLhm- MP
1 i
r
ElDorado
National
February 23, 2015
Ms. Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
California
RE: CMPC- I5- LTB -RFP — CNG Tank Configuration[Documentation Letter.
Dear Ms. Beauvais:
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement for
the submission of Package 1 - documentation on the CNG storage tanks available on the buses as bid.
Pursuant to this requirement, please be advised that ElDorado National is offering the highest CNG fuel tank
capacities available as standard. To meet the 350 mile range requirement on the 35' and 40'buses, we are
providing eight (8) Hexagon Lincoln - Type 4 compressed natural gas storage tanks. 30'and 32' buses will
utilize four (4) of the hexagon Lincoln — Type 4 compressed natural gas storage tanks and have a range of
approximately 250 miles. The life expectancy for the Type 4 all- composite CNG tank is 20 years. This
more than exceeds the 12 year/500,000 mile FTA mandated life cycle of the bus. Upon review, please do
not hesitate to contact me with any questions or additional needs.
Sincerely,
C
ike Amman
Vice President of Sales
ElDorado National California, Inc.
Enclosure - Hexagon Lincoln CNG fuel tank brochure.
9126 Tanglewood [hive, Urbandale Iowa 50322 • Tel: 515 -270 -2939 . Fax: 515- 270 -2537 • E -mail: mammann @eldorado- ca.com
d C
OT
o
oov
Y
Ca }
0 d
ty7
Q
cCIL
Q `
Wa
Q "
r
4 o
LLJ
J #'
N t4
077
Z
o.
J
u o +n
CID
N fJ J LWA
f"i a
J
C? II tltltl
0
x
6ip
Q
L.1 U Q e 3
Lq
tocn
x a u
u vro z
J o
7Q
O
x
W M co
r
p 0
HEXAGON
LINCOLN
March 10, 2015
To whom it may concern:
Hexagon Lincoln, Inc., being a manufacture of CNG gas cylinders, hereby confirms:
Hexagon Lincoln compressed natural gas cylinders are manufactured for a 20 year
service life in accordance with section 2.1.2 of ANSI CSA NGV2- 2067.
Sincerely,
Brock Peterson
Standards Engineer
Hexagon Lincoln
5117 NW 401h Street
Lincoln, NE 68516
brock.peterson @hexagonlincoln.com
Hexagon Lincoln Inc. 5117 NW 40th Street, Lincoln Nebraska 6B524. USA, Phone: 402.470 -5000, 800-279-IANK MR, Lax: 402- 470 -0019,
tulfshelba:llexaganluuDhi.com, www.hexagonlincoliuom
TUFFSHELU
Type 4 compressed natural gas tanks
u
HEXAGON
LINCOLN
50 years fabricating advanced
filament-wound composites
ZO years building Type 4 CYG tanks
ALL COMPOSITES
ARE NOT CREATED
EQUAL
Hexagon Lincoln was the first manufacturer to certify
an all- composite Natural Gas Vehicle (NGV) container
to the ANSI /CSA NGV2 standard. After 20 years of
production, we are still the world's largest manufacturer
of Type 4 pressure vessels. Throughout the world,
you'll find our natural gas tanks in passenger and
commercial vehicles, hydrogen tanks in fuel cell vehicles,
accumulators in hydraulic hybrid vehicles, and riser
tensioning systems for oil and gas exploration industries.
44 •. i,
6416 Z
t
R
dF
y •!
It t
01
9
d{
it
V
r4M" 'ice f ` .sf •
V Or
Via
1
Hexagon Lincoln's tanks
are the only CNG tanks we
offer. " — North American
Bus Manufacturer
AFE, EFFICIENT
D DURABLE
lightweight reduces vehicle mass and enhances handling and drivability.
Higl strength carbon Fiber and super -tough glass hybrid construction
reduces impact damage and fatigue.
Pc
ap protects against abrasions and scuffs. rer liner is corrosion free.
ision- machined valve interface ensures leak free operation.
Available in both strap mount and boss mount designs for maximum
packaging efficiency!
Expansive list of standard sizes available for vehicles big and small.
Easy to install in existing tank space, rooftop or chassis mount.
Pressure relief device protects against fire by venting contents into
the atmosphere.
Proven durability in the field by severe accidents.
Designed to be maintenance free with reduced inspection costs.
Boss mount design isolates tanks from torsional forces.
Training program and inspection manual provided with full -time
technical field service support.
Full list of certifications and inspection requirements are available
at hexagon Iincoln.com.
4
f"
PASSENGER VEHICLES
You'll find our composite
Type 4 tanks everywhere,
as they are used by
many well -known car
manufacturers
MASS TRANSIT
You'll also find them in
55% of European and
80% of North American
transit buses, including
Los Angeles, Atlanta, New
York City, Washington QC,
and Vancouver.
HEAVY DUTY VEHICLES
Our tanks are installed in
a variety of commercial
vehicles, including
Class 8 trucks, refuse
trucks, concrete mixers
and delivery trucks
5
TUFFSHELU 3,600 PSI
Strap Mount 3,600 psi / 248 bar
IN MM LB KG G L 6 L G L
10 x 34 263 x 864 41 19 8 32 2.7 10.2 24 9.1
10 x 80 262 x 2,032 86 39 21 81 6.9 26.I 6.2 23.5
13 x 35 329 x 887 50 23 14 52 4.4 16.7 3.9 14.8
13 x 43 328 x 1,092 60 27 17 66 5.6 21.2 5.0 1&9
13 x 60 328 x 1,524 81 37 25 96 8.1 301 7.2 27.3
13 x 72 328 x 1$28 97 44 31 117 9.9 37.5 8.9 33.7
14 x 35 350 x883 65 29 15 55 4.7 17.8 4.2 15.9
14 x 82 348 x 2,086 146 66 38 142 12.0 45.4 10.7 40.5
16x47 411 x 1,181 100 45 29 111 9.4 35.6 8.4 31.8
16 x 55 411 x 1,391 117 53 35 134 11.3 42.8 10.1 38.2
16 x 62 410 x 1,575 129 59 41 155 13.1 49.6 11.7 44.3
16 x 71 411 x 1,791 145 66 47 178 15.1 57.2 13.5 51.1
16 x 78 411 x 1,981 160 73 53 199 16.8 616 15.0 56.8
16 x 83 410 x 2,108 170 77 56 213 1 &0 68.1 16.1 60.9
16 x 120 410 x 3,035 240 109 83 315 26.7 101.1 23.9 90.5
18 x 33 463 x 851 91 41 25 93 7.9 29.9 7.1 26.9
18 x 36 463 x 914 97 44 27 102 8.6 32.6 7.7 29.1
18 x 45 462 x 1,143 119
128
154
196
156
203
265
327
389
54
58
70
89
71
92
120
148
177
35
39
49
65
47
133
147
185
247
177
11.3
1.2.4
15.7
20.9
15.0
42.8
46.9
59A
79.1
56.8
10.1
11.1
14.0
38.2
42.0
53.0
18 x 49 461 x 1,242
18 x 60 461 x 1,524
18 x 78 460 x 1,972
21 x45 539x 1,143
21 x60 538 x 1,530
21 x 80 537 x 2,032
21 x 100 536 x 2,540
21 x 120 537 x 3;048
18.7
13A
70.8
50.7
66 251
91 346
117 442
142 539
21.2 80.3
29.3 110.9
19.0
26.2
33.5
40.8
71.9
99.2
126.8
154.4
37.4 141.6
45.6 172.6
26 x 60 658 x 1,530 243 110 99 374 31.6 119.6 28.3 I07.1
Bass Mount 3,600 psi / 248 bar
5126 (00 X LENGTH)
IN MM L9 KO G L
GAS EQUIV
G L
DIESEL EQU1V
G L
13 x 72 328 x 1,829 92 42 29 109 9.2 34.8 8.2 31.0
16 x 72 411 x 1,834 140 63 44 168 14.2 53.8 12.7 48.1
16 x 81 411 x 2,066 158 71 51 193 16.3 61,7 14.6 55,3
16 x 83 411 x 2,108 161 73 52 198 16.8 63.6 15.0 56.8
16 x 100 411 x 2,540 197 89 65 245 20.7 78.4 18.5 70.0
16 x 105 411 x 2,670 207 94 68 259 21.9 82.9 19.6 74.2
16 x 120 410 x 3,067 233 106 80 303 25.6 96.9 22.9 80
18 x 105 460 x 2,669 255 115 86 327 27.7 104.9 24.8 93.9
21 x64 536 x 1,643 205 93 66 251 21.2 80.3 19.0 71.9
21 x 70 538 x 1,787 223 101 73 278 23.5 89.0 21 O 79.5
21 x80 537 x 2,032 253 115 86 325 27.5 104.1 24.6 93.1
21 x86 537 x 2,184 272 123 94 354 30.0 113.6 26.8 101A
21 x 108 537 x 2,743 337 153 120 454 38.4 145.4 34.3 129.8
21 x 126 537 x 3,188 391
229
177
104
142 539 45.6 172.6 40.8 154.4
26 x 60 658 x 1,530 90
128
339 1
486
28.7 108.6 25.7 97,3
26 x 80 658 x 2,032 302 137 41.1 155.6 36.8 1.39.3
26 x 90 658 x 2,286 338 153 148 560 47.4 179.4 42.4 160.5
26 x 100 658 x 2,540 374 170 167 633 S3.6 202.9 47.9 181.3
26 x 120 658 x 33,048 447 203 206 780 66.0 249.8 59.0 223.3
Hexagon Lincoln is the world's
largest manufacturer of Type 4
pressure vessels.
TUFFSHELr3,000 P51
Strap and Bass Mount 3,000 psi / 207 bar
114 MM 8 KG G L G L G L
7x 26 178 x 650 St 4 3 13 0.9 3.4 0.8 3.0
7 x 41 178 x 1,051 BO4 7 5
5
20
18
1.4 5.3 1.3
1.2
4.9
4.58x28
8 x 37
210 x 700
210 x 950
St3 6
8
1.3 4.9
St7 T 26 1.8 6.8 l.6 6,1
9 x 35 240 x 892 Strap 24 11 8 30 2.1
2.6
7.9
9.8
1.9
2.3
7.2
8.710x37260x950Strap28131038
11 x33
11 x35
274 x830
274 x 880
Strap
Strap
Strap
23
24
17
11
11
8
10 38 2.7 10.2 2.4 9.1
11 40
7 26
2.8 10.6 2.5 9.5
11x23 276 x 585 1.8 6.8 1.6 6.1
11 x28 276 x 700 Strap 19 9 8 32 2.2 8.3 2.0 7.6
11 x34 279 x 854 Strap 32 15 10 38 2.6 9.8 2.3 8.7
11 x35
11 x38
279 x 890
280 x 965
Strap
Strap
35
26
16
12
10
12
39
46
2.8
3.2
10.6
12.1
2.5
2.9
2,9
2.9
9.5
11.0
11.0
11.0
12 x 32 316 x 800
14 x 25 360 x 638
Strap
Strap
28 13 12 46 3.2 12.1
29 13 12
41
24
83
89
99
45
156
89
315
338
375
3.2
11.0
6.3
22.2
23.9
26.5
15.3
12.1
41.6
23.8
84.0
90.5
100.3
57.9
15 x66 386 x 1,676
16 x 36 410 x 921
16 x 121 405 x 3,083
16 x 130 405 x 3,295
16 x 143 405 x 3,630
18x72 457 x 1,829
Strap
BM
boss
BM
Boss
101 46
51 23
9.8
5.6
19.9
21.4
23.7
13.7
37.1
21.2
75.3
81.0
89.7
51.9
205 93
219 99
240 109
Boss 165 75 57 217
10
10
7!
aq ff
r r
AAA
r a
N
r
k-
HEXAGON
LINCOLN
Hexagon Lincoln's TUFFSHELI° all- composite fuel tanks are simply
the best combination of safety, efficiency and durability available
in today's market. Their lightweight construction improves vehicle
range, payload and handling. Reduced fuel consumption is goon
for the environment, and even better for your bottom line.
Hexagon Lincoln operates one of the world's most advanced
facilities for designing, testing and manufacturing composite
Type 4 pressure vessels. After 50 years of fabricating
advanced filament -wound composites and 20 years building
Type 4 compressed natural gas tanks. we are the global
leader in the industry.
TUFFSHELLO
TITAN "
SMARTSTORE'"
STURAA TEST
12 YEAR
500,000 MILE BUS
from
ELDORADO NATIONAL
MODEL E-Z RIDER II
OCTOBER 2001
PTI- BT -RO107
AENNSTATE
The Pennsylvania Transportation Institute
201 Research Office Building (814) 866 -1891
The Pennsylvania State University
University Park, PA 16802
Bus Testing and Research Center
6th Avenue and 48th Street (814) 949 -7944
Altoona, PA 16602'
Nation
a .PzXc3035e. oompany
November 1, 2001
MANUFACTURERS ANALYSIS OF UNSCHEDULED MAINTENANCE AND
CORRECTIVE ACTIONS
SUBJECT: Altoona Test on E1Dorado National EZ -Rider It -v 12 yearl500,000 miles
The E-Z Rider iI successfully completed the 12- year1500,000 mile durability test and the
following areas were identified and needed attention due to results fi•om this test.
The left rear spring was broken and it was analyzed and determined by the manufacturers',
Standen's Limited, that the test conditions were exceeding the design criteria by more than
10 %. The production parts were resized and the spring profile was modified to conform
with the new requirements (see letter dated October, 2001, from Standen's Limited).
The sheet metal mounted to the upper engine compartment showed fatigue due to moving
fore and aft under stopping loads. By installing brackets for additional support to the sheet
metal area this problem was easily eliminated.
The airbag, located at the rear suspension, was ruptured early in the test. It was found that
the airbag was rubbing the head of a suspension bolt. The bolt was relocated and replaced
using a round head type bolt.
The front suspension bolts were changed to fine thread to increase the clamping force.
In summary, the Altoona test identified a number of additional minor unscheduled
maintenance items that were addressed for final production. Overall, we feel the bus
performed very well in its class.
Engineering Department
13900 Sycamre Way • Chino, GA 91710 • (9D9) 591 -9557 • Smvice: (909) 828 -5580 • Pasts: (800) 338 -3211 * Fax: (909) 581 -5285
EsublishM 1924
October 2001
Khalil Subat
Eldorado National
13400 Sycamore Way
Chino, CA 91710
Dear Khalil,
Standen's Limited
1222 -58th Avenue S.E.
P.O. Box 67 Station T
Calgary, Alberta
T2H 2G7 Canada
Phone: 403- 258 -7800
Tull Free: 800 -663 -7800
wwnesraridens.com
In July we were asked by Eldorado National to take a look at the problems they were having with the rear
suspension and rear spring, part # 13006701. We sent our Service Manager Brad Shier to the Altoona, PA
Test Track to investigate the cause. The center bolts were shcacng, the spring was moving on the We and
fmally one of the spring failed. Indications were the test conditions were exceeding the original design
criteria by approximately 10 %.
Listed below are some of the actions that were taken to resolve the issues.
To stop the spring movement, the saddle was welded to the axle.
We changed the center bolt from a grade 2 up to a grade 5 to eliminate the breakage
The a -bolt size was increased from 0.875" to 1.0" in diameter to provide higher torque capability
to keep the components steadfast.
We modified our shot peening process based on research and positive results were obtained.
We modified the spring profile to conform to the new criteria.
We believe these modifications have resolved the problems that occurred at the beginning of the testing.
Best regards,
LPCJARRY
E GiNEERING MANAGER
STANDEN'S LIMITED
M, Mel Svendsen
Marty Bull
j Don Staesz
f
Striving for +exeeUence through -teamwork and comminwat
ISO 9001 Cereffied
TABLE OF CONTENTS
Pane
EXECUTIVE SUMMARY ............................. ...............................
ABBREVIATIONS ..................... ............ . ............
BUS CHECK -IN ...... ......... ................................. ....... 6
1. MAINTAINABILITY
1.1 ACCESSIBILITY OF COMPONENTS AND SUBSYSTEMS 18
1.2 SERVICING, PREVENTATIVE MAINTENANCE, AND REPAIR AND
MAINTENANCE DURING TESTING .................................... 21
1.3 REPLACEMENT AND/OR REPAIR OF SELECTED SUBSYSTEMS ........... 26
2. RELIABILITY - DOCUMENTATION OF BREAKDOWN AND REPAIR
7. NOISE
7.1 INTERIOR NOISE AND VIBRATION TESTS ............................ 97
7.2 EXTERIOR NOISE TESTS . ............................... 103
TIMES DURING TESTING ........................ ............................... 31
3. SAFETY - A DOUBLE-LANE CHANGE (OBSTACLE AVOIDANCE TEST) ................ 34
4. PERFORMANCE - AN ACCELERATION, GRADEABILITY, AND TOP
SPEED TEST ............................ .................................. 37
5. STRUCTURAL INTEGRITY
5.1 STRUCTURAL STRENGTH AND DISTORTION TESTS - STRUCTURAL
SHAKEDOWN TEST ............................. ...... ........... 41
5.2 STRUCTURAL STRENGTH AND DISTORTION TESTS - STRUCTURAL
DISTORTION ..................... ........................ ....... 45
5.3 STRUCTURAL STRENGTH AND DISTORTION TESTS - STATIC
TOWING TEST ...................... ............................... 57
5.4 STRUCTURAL STRENGTH AND DISTORTION TESTS - DYNAMIC
TOWING TEST ..................................................... 61
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 ....... .... : ' '' * '' * ' ' * - * ' ' ' '' * I ..... 68
6. FUEL ECONOMY TEST - A FUEL CONSUMPTION TEST USING AN
APPROPRIATE OPERATING CYCLE ............................................. 82
7. NOISE
7.1 INTERIOR NOISE AND VIBRATION TESTS ............................ 97
7.2 EXTERIOR NOISE TESTS . ............................... 103
EXECUTIVE SUMMARY
ElDorado National submitted a model E -Z Rider 11, CNG- fueled, 28 seat, 30foot
bus, for a 12- Year /500,000 mile, STURAA test. The odometer reading at the time of
delivery was 562.0 miles. Testing started on April 15, 2001 and was completed on
September 21, 2001., 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 sections of the report. The
Structural Durability Test was started on April. 3, 2001 and was completed on August 29,
2001.
The interior of the bus Is configured with seating for 28 passengers including the
driver. free floor space will accommodate 15 standing passengers, resulting in a potential
load of 43 persons. At 150 Ibs per person, the gross vehicle load is 6,450 Ibs. The first
segment of the Structural Durability Test was performed with the bus loaded to a GVW of
27,400 Ibs. The middle segment was performed at a seated load weight of 25,130 Ibs and
the final segment was performed at a curb weight of 21,190 lbs. 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 failure
data is also classified by severity as defined in Section 2. The test bus encountered no
Class 1 or Class 2 failures. Of the 34 failures, 21 were Class 3 and 13 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 46.64 seconds.
The Shakedown Test produced a maximum final loaded deflection of 0.048 inches
under a distributed static load of 16,125 Ibs. There was essentially no permanent
deflection after the load was removed. The Distortion Test was completed with all
subsystems, doors and escape mechanisms operating properly. No water leakage
observed throughout the test. All subsystems operated properly.
3
The Static Towing Test was to be performed using a target load (towing force) of
25,425 It s. Testing was terminated during the 20° downward pull at approximately 20,000
lbs of force due to failure of a welded gusset at the tow -hook attachment. A rear test was
not performed at the manufacturer's request. The Dynamic Towing Test was performed
by means of a rear -lift tow.. The towing interface was accomplished using a hydraulic -lift
wrecker. The bus was towed without incident and no damage resulted from the test. 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 6.2 inches.
A Fuel Economy Test was run on simulated central business district, arterial, and
commuter courses. The results were 0.54 Mllb, +x.77 MJIb, and 1.25 Mllb respectively; with
an overall average of 0.72 Wlb.
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, nil, and coolant; but
without passengers or driver)
dB(A) - decibels with reference to 0.0002 microbar as measured on the W 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
PTl - 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 Assistence Fact
TD v test driver
TECH - test technician
TM - track manager
TP - test personnel
5
TEST BUS CHECK -IN
1. 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.
11. TEST DESCRIPTION
The test consists of assigning a bus test number to the bus, cleaning the bus,
completing the vehicle data fonn, 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 consists of an ElDorado National, model E -Z Rider 11. The test bus
has a front door, forward of the front axle, and a rear door which is equipped with a
Eldorado National hydraulic fold -out ramp, located rear of the rear axle. Power is
provided by a CNG- fueled, Cummins C8.3 - 250G engine couplers to an Allison 8300
transmission.
The measured curb weight is 5,260 lbs for the front axle and 15,930 lbs for the
rear axle. These combined weights provide a total measured curb weight of 21,190 lbs.
There are 28 seats including the driver and room for 15 standing passengers bringing
the total passenger capacity to 43. Gross load is calculated as 150 lb x 43 = 6,450 lbs.
At full capacity, the measured gross vehicle weight is 27,440 lbs.
6
VEHICLE DATA FORM
Bus 'Number: 0107 Arrival Date: 417-01
Bus Manufacturer: ElDorado National Vehicle Identification
Number IN : 1 NBLLACG51 C084304
Model Number: E -Z Rider II Date: 417 -01
Personnel: S.C. & E.D.
WEIGHT:
Individual Wheel Reactlons:
Weights
lb)
Front Axle Middle Axle Rear Axle
Ri ht Left Right Left Pi ht Left
CW 2,650 2,610 NIA NIA 7,650 8,280
SLW 3,290 3,580 NIA NIA 8,750 9,510
GVW 3,930 4,2$0 NIA MIA 9,270 9,920
Total Weiaht Details:
Weight Jib) CW SLW GVW GAWK
Front Axle 5,260 6,870 8,210 11,000
Middle Axle NIA NIA NIA NIA
Rear Axle 15 830 18,260 1g,190 23,000
Total 21,190 25,130 27,400 GVWR:34,000
Dimensions:
Len th fUln 30/6.5
Width in 102-00
Height in 137.00
Front Overhang in 91.75
Rear Overban in 11.4.75
Wheel Base in 160.00
Wheel Track (in) Front: 85.50
Rear: 78.20
Bus Number: 0107 Date: 4 -16-01
CLEARANCES:
Lowest Point Outside Front Axle Location: Front sus sloe pivot Clearance in : 10.3
Lowest Paint Outside Rear Axle Location: Frame Clearance in : 10.3
Lowest Point between Axles Location: WIC motor cover Clearance in : 10.0
Ground Clearance at the center in 12.0
Front Approach Angle Ld 10.6
Rear!Soeroach Angle -(d 8.7
Aluminum/Fiberglass
Ramp Clearance An le 8.5
Windows Type
Aisle Width in Front - 22.0 Center - 34.5 Rear - 28.5
Inside Standing Height at Center
Aisle in
Front - 95.0 Rear - 79.5
BODY DETAILS:
Body Structural T Semi-monoc ue
Frame Material Steel tubing
Body Material AJurninum/fibeEglass.
Floor Material PkLiood
Roof Material Aluminum/Fiberglass
Windows Type Fixed I s+ Movable
Window M JModel No. HEHR 11983 DOT 399 M228G
Number of Days 1 Front F —,Rear
Mfry.l Model No. Vapor Corp. I Vapor Slide Glide
Dimension of Each Doer in Front-36.5x76.0 Rear -36.5 x 76.0
Passenger Seat Type - a Cantilever is Pedestal o Other
explain)
Mfr. l Model No. Freedman 1 mid-hi h back
Driver Seat Type Air Spring 0 Other
explain)
Mfr. I Model No. Recaro I AM31
Ndrnber of Seats jjncludin Driver 28
G uS:NurMber; 0107 Date: 4 -16-01
BODY DETAILS
23.5
Height of Each Step at Normal Front
Position (in)
Rear
Step Elevation Change - Kneeling 1 4.4
ENGINE
Type a C. 1. Alternate Fuel
2 S.I. Other (explain)
Mfr. I Model No. Cummins / C 8.3 - 250 G
Location Front eg Rear Other
explain)
Fuel Type Gasoline a CNG a Methanol
Diesel LNG Other
explain)
Fuel Tank Capacl indicate units 60,456 in' Q 3.600 psi.
Fuel Induction Typ2 Injected eg Carburetion
Fuel Injector Mfr. / Model No. NIA
carburetor Mfr. I Model No. Woodward 1 000103003
Fuel Pum Mfr. I Model No. N/A
Alternator (Generator) Mfr. I Model
No.
Leece Neville I BJ0684100A
Maximum Rated Output
alts I Am
14/200
Air Compressor Mfr. I Model No. Holset / HD850
Maximum Ca acit ft' I min 15 cubic in.
Starter Type Electrical Pneumatic 11 Other
e lain
Starter Mfr. I Model No. I Denso 1 22138000 -5311 12V
Bus Number: 0107 Date: 4 -16 -01
TRANSMISSION
Transmission Type 0 Manual ® Automatic
Mfr. I Model No. Allison 113300
ControFType 0 Mechanical m Electrical 0 Other
Torque Convertor Mfr. I Model No. Allison 18300
Integral Retarder Mfr. I Model No. NIA
SUSPENSION
Number of Axles 2
Front-Axle T e D inde endent Beam Axle
Mfr. / Model No. Maritor 1 CAS 981 -01
Axle Ratio if driven NIA
Suspension Type ca Air r] Spring 11 Other
ex lain
No. of Shock Absorbers 2
Mfr. /Model No. Koni 190 1905 H.L.K. 8430
Middle Axle Typ± D Inde ancient o Beam Axle
Mfr. l Model No. NIA
Axis Ratio if driven N/A
Suspension Type 4 Air d Spring Other
explain)
No. of Shock Absorbers MIA
Mfr_ I Model No. N/A
Rear Ax #e Type Inde22ndent a Beam Axle
Mfr. I Model No. Mentor 13121 T21 78
Axle Ratio If driven 4.89
Suspension Type Air a Spring Other
explain)
No. of Shock Absorbers . 2
Mir. /Model No. Koni 1905055SP1
10
Bus Number: 0107 Date: 4 -19 -01
WHEELS & TIRES
Front Wheel Mfr.l Model No. Accuride 129001
Tire Mfrd Model No. Michelin I XZU 275I70R 22.5
Rear Wheel Mfr.l Model No. Accuride f 29001
Tire Mfrd Model No. Michelin I XZU 275I70R 22.5
BRAKES
Front Axle Brakes Type e Cam 0 Disc [3 Other ex lain
Mfr. / Model No. Meritor / Cam- Master
Middle Axle Brakes Type d Cara Disc Other (explain)
Mfr. / Model No. N/A
Rear Axle Brakes Type a Cam a Disc 0 Other a lain
Mfr. / Model N6. Meritor I Cam - Master
Retarder Tvpe NIA
Mfr. / Model No. NIA
HVAC
Heatin S stem Type E3 Alr 0 Water o Other
Capacity Btu/hr 90,000 rear 60,000 front
Mfr. / Model No. Thermo Kin I T2 -600 Series
Air Conditioner 0 Yes C.7 No
Location Thermo Kin I T2-600 Series
Ca acit BW/hr 87,000 rear / 24,000 front
FA/C Compressor Mfr. ! Model No. Thermo King/ X425COM
STEERING
Steering Gear Box Tyet Hydraulic 22ar
Mfr. I Model No. R.H.She and Co. Inc. / - Series
Steerinq Wheel Diameter 20.00
Number of turns Iock to lock 4.25
11
Bus Number. 0107 date: 4 -16 -01
OTHERS
Wheal Chair Ramps Location: Right rear Type: Hydraulic fold out
6.3
Transmission Ca ac' (gallons)
rare
Wheel Chair Lifts Location: NIA T e: NIA
Mir.1 Model No. Eldorado National 168005150
Emergency Fait Laotian: Windows Number: 3
Doors 2
Roof hatch 1
CAPACITIES
Fuel Tank Capacity units 60,456 in* Q 3,600 psi.
Engine Crankcase Capacity
gallons)
6.3
Transmission Ca ac' (gallons) 6
Differential Capacity allons 5
Cooling System Ca acit uarts 2.6
Power Steering Fluld Capacity
gallons)
7
12
VEHICLE DATA FORM
Elus Number: 0107 Date: 4 -18-01
List all spare parts, tools and manuals delivered with the bus.
Part Number Descri lion Q ty.
3933577 ICM module 1
3800958 S ark plugs 6
NIA Coolant circulating um 1
90- 5055SP1 - Koni Shock 2
19 -1905 - Koni Shack 2
KD - 2222 Hel ht oontrol valve 3
32017 Leveling arm kit 3
Michelin X XZU 2T 275POR 22.5 Tire 2
NA Motor oil 5 gat
NA power steering 'fluid 5 gal
NA Transmission fluid 5 gal
NA Antifreeze 5 gal
Ecoi€te 62891 -001 Air filter 2
LF 3000 Oil filter 1
NG 5900 Fuel filter 1
WF 2071 Coolant filter 1
08003840 Air pressure switch 1
08004434 Air pressure switch 1
C8009102 Switch 1
08010548 Switch 1
08023897 Switch 1.
26001201 Switch 1
3926866 Belt 1
Napa #17415 V -belt 2
13
VEHICLE DATA FORM
List all spare parts, tools and manuals delivered with the bus,
Part Number Description Qty-
Thermo 1(ing # 78-0941,., Belt 1
Bando # B-83 Beit 1
NA Hydraulic filter 1
NA Manuals 2
14
COMPONENTISUBSYSTEM INSPECTION FORM
Bus Number: 0107 ! Date: 4 -16 -01
Subsystem Checked Comments
Air Conditioning Heating and
Venfilation
Body and Sheet Metal J
Frame
Steering
Suspension J
Interior/Seating J
Axles
Brakes
TireslWheels J
Exhaust
Fuel System
Power Plant
Accessories
Lift System J
Interior Fasteners
Batteries J
i5
CHECK - IN
ELDORADO NATIONAL'S
MODEL E-Z RIDER iI
4
16
CHECK - IN CONT..
ELDORADO NATIONAL'S MODEL
E -Z RIDER II EQUIPPED WITH A HYDRAULIC FOLD-
OUT HANDICAP RAMP
17
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.
11-11. 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 -Ili. 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.
18
ACCESSIBILITY DATA FORM
Bus Number: 0107 Date: 9 -19 -41
Component Checked Comments
ENGINE
Oil Dipstick
Oil Filler Hole
Oil Drain PlugJ
Oil Filter
Fuel Filter w/
Air Filter V
Belts V
Coolant Level
Coolant Filler Hale
Coolant Drain
J Glow Plus VSpark
Alternator J
Diagnostic Interface Connector V
TRANSMISSION
Fluid Dip-Stick
Filler Hole J
Drain PlugJ
SUSPENSION:
Bushings
Shack Absorbers J
Air Springs J
Leveling Valves
Grease Fittings V
19
ACCESSIBILITY DATA FORM
Bus f umber: 0107 Date: 9 -19 -01
Component Checked Comments
HVAC :
A/C Compressor
Filters
Fans
ELECTRICAL SYSTEM:
Fuses
Batteries
Voltage regulator
Voltage Convertors
Lighting
MISCELLANEOUS:
Brakes
Handicap. Lifts /Rams
Instruments
Axles
Exhaust
Fuel System
OTHERS:
1.2 SERVICING, PREVENTIVE MAINTENANCE, AND
REPAIR AND MAINTENANCE DURING TESTING
1.2= -1. TEST OBJECTIVE
The objective of this test is to collect maintenance data about the servicing,
preventive maintenance, and repair.
1.2. -Il. 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.,
f. Repair action and parts used
g. Man -hours required
in service or undergoing inspection)
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.
are given below, the specific service schedule will be that specified
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
21
While typical items
by the
7. Oil and Ater 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 -I11. 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.
22
w
Z
Z
W
Z
0 a
CY)a
m W
J
M
Lll
V
U)
C_3
C)
0
W
rn
C7 0 C) CD 0 C) C) C3 C) 0
7 C) C) 0 C 0 C? C7 D U C7
Q dr xt d° st tt Ni Ni
Z W Q O QOQQp
CaC]
c[9 c3 co m a cLS a
ue+ s s
14y
4- W 4-
C C C c c C_ cCcC
n0 C) 0 C) 0
7 3 3 3 3
ri? rii Vy N
CO
3
t!
CO
I1
m C13
fl7
CCf
CVi
m
GR
C[3
0) 0} 4) tU tlj
x
i}
x
4) 4)
ac
1}
3e
D CD
e
0) a) 0 4j
c v c ty ca c L} c 0 c Q c L) c U c U
3 3 0 3 C 3t 3,C 3 3a) 3Q) 3 0)
o C) n L) N 0 4/i 0 Vl U- 6 0 o) Q V! U n C) C
O C3 Q b 2 Z} 2 a O -rs 2 2 C] 2
14
2
0) :3 0 D 0 0 3 0 3 Q) :3 CD 4) 3
2
CU :3 0
CO a) c0 a) is iv 0> w 0 m ai ca 0 m as m di so
CA 0) C35 CA • - CM .. s) Cm . - 0) Cal CD .
i5
J :3 J D 2 1.2 J 2 J 3 1
W
V
C C C C C C C C c c
W ti 0 0 O O 0 0 C) C) 0
V3 wa) a) D im 0
C3 CL CL C L a CL Da 0 CL 0-
C C G C C C C C C C=
a ti a_ a
N m ti
ClWJcj
tom-
co 00 E c 7 t#
H CV C") ti L M OD a) C7
T
N
T
LU O
C 07 N C] CD
0 N rr Crjr ra V-° r 9r r
N
r
N
r
Q
r
C 0 O C? C) C7 Q C7 Ca C7
23
0
z
a
z
w
z
0-
02
0
J
ui
Z
C)
C)
C:)
O
w
24
a c) o
a o r
or
zg a a°
CD
cn
c c c
a 0
z
uu u 0
a uj
2
D 0
v
C3 w
2,0
0 Q m
W co CD M
Y Q7 Y a7 SmC fv
c: .0 en c.0
J zR D -;R 1-2
w
u
W
C C
G
C
OJ
Q. G- CL
C C C
a
2 a_ fL
N w
G3
W J r E
H r p
r r
Q
i
r
G
r
Qom'
e-- i *Q N
0 C6 pQ
Cy 0 O
24
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
25
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 flails
during the NBIVI testing is added to this list. Components to be included are-
1 . Transmission
2. Alternator
3. Starter
4. Batteries
5. Windshield wiper motor
13-E11. DISCUSSION
During the test, several additional components were removed for repair or
replacement. Fallowing is a list of components and total repair /replacement time.
MAN HOURS
Right rear air bag. 1.50
Oil cooler. 1.00
Both rear spring brakes. 2.00
Both rear suspension beams, 2.00
Both A/C adjusting table links. 1.00
Rear view mirror mounting bracket. 0.50
Left rear air bag. 1.00
Transmission oil cooler. 0.50
Both front shocks. 1.00
26
Right front axle a -bolt. 0.50
Upper radiator hose. 2.00
At the end of the test, the remaining items on the list were removed and replaced.
The transmission assembly took 20.00 man -hours (two men 10.00 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.
27
REPLACEMENT AND /OR REPAIR FORM
Subs stem Replacement Time
Transmission 20.00 man hours
Wiper Motor 0.75 man hours
Starter 0.50 man hours
Aitemator 0.75 man hours
Batteries 0.50 man hours
28
1.3 REPLACEMENT AND /OR REPAIR OF
SELECTED SUBSYSTEMS
ENGINEITRANSMISSION REMOVAL AND REPLACEMENT
20.00 MAN HOURS)
WIPER MOTOR REMOVAL AND 'REPLACEMENT
0.75 MAN HOURS)
29
1.3 REPLACEMENT AND /OR REPAIR OF
SELECTED SUBSYSTEMS CONT.
STARTER REMOVAL AND REPLACEMENT
0.50 MAN HOURS)
ALTERNATOR REMOVAL AND REPLACEMENT
0.755 MAN HOURS)
30
2. RELIABILITY - DOCUMENTATION OF BREAKDOWN
AND REPAIR TIMES DURING TESTING
2 -1. TEST OBJECTIVE
The objective of this test is to document unscheduled breakdowns, repairs, down
time, and repair time that occur during testing.
241. 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: Read 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.
c) Class 3: Bus Chance. A failure that requires removal of the bus from
service during its assignments. The taus is operable to a rendezvous
point with a replacement taus.
d) Glass 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 -111. 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_
31
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 -one Class 3 failures, eight occurred in the
suspension, five with the engineltransmission, four in the electrical system, three with
the axles and one with the brakes. These, and the remaining thirteen Class 4 failures
are available for review in the Unscheduled Maintenance List, located in Section 5.7
Structural Durability.
32
RELIABILITY DATA FORMS
Bus Dumber: 0107 Date: 8 -27-01
Personnel: Bob Reifsteck
Failure Type
Class 4 Class 3 Class 2 Class 1
Bad Bus Road Physical
Order Chan a Call Safety
Subs sterns Milea a Miiea a Mileage Mileage
Man
Hours
Down
Time
EnginelTransmission 3,781 1.00 1.00
3 833 6.00 6.00
4,793 0.50 0.50
4,793 1.00 1.00
5,531 1.00 1.00
5,625 1.00 1.00
6,168 0.50 0.50
6,336 0.50 0.50
6,336 1.00 1.00
6,336 2.50 2.50
8,621 1.00 1.00
8,621 1.00 1.00
10,316 2.50 2.50
10,959 0.50 0.50
14,680 2.00 2.00
Suspension
2,198 1.50 1.50
2,313 2.00 2.00
5,531 3.00 3.00
5,816 1.00 1.00
5,923 5.00 5.00
61333 4.00 1 4.00
33
3. SAFETY - A DOUBLE -LAME CHANGE
OBSTACLE AVOIDANCE)
3 -1. 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 -11. 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.
KI
SAFETY DATA FORM
Bus Number: 0107 Date: 9 -13 -01
Personnel: S.G. & B.S.
Temperature (IF).- 78 Humidity (%)-. 66
Wind Direction: Calm Wind Speed (mph): Calm
Barometric Pressure in.H : 30.15
SAFETY TEST: DOUBLE LANE CHANGE
Maximum safe speed tested for double -lame change to left 45
Maximum safespeed tested for double -lane change to right 45
Comments of the position of the bus during the lane change:
A safe profile was maintained thrau h all portions of testing.
Comments of the tire/ round contact patch:
Viral round contact was maintained through all portions of testing.
35
3. SAFETY
LEFT - HAND APPROACH
RIGHT HAND APPROACH
36
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 taus.
4 -11. TEST DESCRIPTION
In this test, the tags will he operated at SLW on the skid pad at the PSBRTP. 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 -111. 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 46.64 seconds.
y]
PERFORMANCE DATA FORM
Bus Number; 0107 Date: 9 -13 -01
Personnel: S.C., B.S. & C.S.
Temperature ('F): 78 Humidity (%): 66
Wind Direction: Calm Wind Speed (mph): Calm
Barometric Pressure in.H : 30.15
Air Conditioning compressor-OFF Checked
Ventilation fans -ON HIGH J Checked
Heater pum2 motor -Off Checked
Defroster -OFF Checked
Exterior and interior rights-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 4.36 3.80 3.52
20 mph 8.52 8.21 8.64
30 mph 14.15 14.18 14.74
40 mph 27.46 24.90 25.74
Top Test
Speed(mph) 50
46.42 46.98 47.74
Clockwise Recorded Interval Times
Speed Run 1 Run 2 Run 3
10 mph 3.47 4.12 3.64
20 mph 8.37 7.84 7.77
30 mph 13.09 12.84 12.67
40 m h 24.93 24.34 21.39
Top Test
Speed(mph) 50
46.96 46.50 45.25
0107.ACC
PERFORMANCE SUMMARY SHEET
BUS MANUFACTURER :ELDORADO
BUS MODEL :EZ -RIDER II
TEST CONDITIONS :
TEMPERATURE (DEG F ) : 78.0
WIND DIRECTION CALM
WIND SPEED (MPH) .0
HUMIDITY M 66
BAROMETRIC PRESSURE (IN. HG) 30.2
BUS NUMBER :0107
TEST DATE :09/13/01
VEHICLE SPEED AVERAGE TIME (SEC)
MPH) CCW DIRECTION CW DIRECTION TOTAL
10.0 - - - - 3.89 3.74 3.82
2+0.0 8.45 7.99 8.23
30.0 14.35 12.87 13.61
40.0 25.03 23.55 24.79
50.0 47.05 46.24 46.64
TEST SUMMARY :
VEHICLE SPEED TIME ACCELERATION MAX. GRADE
MPH) (SEC) (FT /SECA2) M
30 --------- - - -4.g ------------ 15.4 - - --
5.0 1.55 4.4 13.9
10.0 3.33 3.9 12.1
15.0 5.38 3.3 10.3
20.0 7.81 2.8 8.6
25.4 10.73 2.3 7.1
30.0 14.33 1.8 5.7
35.0 18.91 1.4 4.4
40.0 24.96 1.0 3.2
45.0 33.43 .7 2.2
50.0 46.38 .4 1.4
NOTE : Gradeability results were calculated from performance
test data. Actual sustained gradeability performance
for vehicles equi ped with auto transmission may be
lower than the values indicated here.
1']
0
LO
LO
u)
CIO
Q
cn
0r
N
r R
Q N
in
LO
U
CDO
co 0 m N v o
4dw) psedg
ELI
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 -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 -111. DISCUSSION
This test was performed based on a maximum passenger capacity of 43 people
including the driver. The resulting test load is (43 x 375 lb) = 16,125 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 0.048 inches at reference point 4. The maximum permanent
deflection after the final loading sequence ranged from 0.000 inches to 0.002 inches.
41
STRUCTURAL SHAKEDOWN DATA FORM
Bus Number: 0107 Date: 4-17-01
Personnel: S.G., T.S. 8 S.R. Temperature °F : 137
Loaning Sequence: a 1 0 2 03 (check one)
Test Load [bs : 16.125
Right
Front
Of
Bus
Left
Top View
Indicate Approximate Location of Each Reference Paint
11 10 9
1 8 7
1
2
1 2 3 4
5
Reference
Point No.
A (in)
Original
Height
8 (in)
Loaded
Height
B -A (in)
Loaded
Defiecdon
C (in)
Unloaded
Height
C -A (in)
Permanent
Deflection
1 0 000 000 007 007
2 0 054 054 013 013
3 0 060 060 013 013_
4 0 079 079 013 013
5 0 058 058 013 013
6 0 024 024 001 001
7 0 013 013 001 001
8 0 036 036 005 005
9 0 018 018 000 000
10 0 020 020 000 000
11 1 0 019 019 001 001
12 1 0 005 1 -.005 005 005
42
STRUCTURAL SHAKEDOWN DATA FORM
Bus Number: 0107 Date: 4 -17 -01
Personnel: S.C., S.R. T.S. E.L. & E.D. Temperature OF): 67
Loading Sequence: 01 02 03 (check one)
Test load Ibs : 16,125
Right
Front
Of
Bus
Left
Tap View
Indicate Approximate Location of Each Reference Point
12
11 10 9 1
8 7
1
2 3 4 5
6
Reference
Point No.
A (in)
Original
Height_
B (in)
Loaded
Height
B -A (in)
Loaded
Deflection
C (in)
Unloaded
Hei t
C -A (in)
Permanent
Deflection
1 007 000 007 007 000
2 013 055 042 013 010
3 013 060 047 013 000
4 013 061 048 013 000
5 013 058 045 013 000
6 001 024 023 003 002
7 001 013 014 000 001
8 005 035 030 005 000
9 000 021 021 000 000
10 000 023 023 001 001
11 001 022 02.1 003 002
12 005 004 009 006 1 .001
5.1 STRUCTURAL ,SHAKEDOWN TEST
E
DIAL INDICATORS IN POSITION
BUS LOADED TO 2.5 TIMES GVL
16,125 LBS)
5,2 STRUCTURAL STRENGTH AND DISTORTION
TESTS - STRUCTURAL DISTORTION
5.2 -I. TEST QBJECTIVE
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 DESCRIIa'TION
With the bus loaded to OVWR, each wheel of the bus will be raised lone 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.
45
DISTORTION TEST INSPECTION FORM
Note: Ten copies of this data sheet are required)
Bus Number: 0107 Date. 4-17-01
Personnel: S.C., S.R., T.S., E.L., & E.D. Temperature( 'fl: 67
Wheel Position: check one
Ail wheels level a before o after
Left front 6 in higher a 6 in lower
Right front Q 6 In higher o 6 In lower
Right rear in 6 in higher 0 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.
a Rear Doors No deficiencies.
a Escape Mechanisms/ Roof Vents No deficiencies.
o Engine No deficiencies.
a Handicapped Device/ Special Seating No deficiencies.
a Undercarriage No deficiencies.
o Service Doors No deficiencies.
a Body No deficiencies.
Windows/ Body Leakage No deficiencies.
Steering Mechanism No deficiencies.
46
DISTORTION TEST INSPECTION FORM
Note: Ten copies of this date sheet are required)
Bus Number: 0107 4 -17 -01
Personnel: S.C., S.R., T.S., E.L., & E.D.
LDate:
em ereture °t= : 67
Wheel Position: check one
All wheels level before after
Left front 6 in higher 6 in lower
Right front o 6 in-higher 6 in lower
Right rear o 6 in h her o 6 in lower
Left rear 6 in higher 6 in lower
Right center o 6 in higher o 6 In lower
Left center 1 a 6 in higher 6 In lower
47
Comments
m Windows No deficiencies.
a f=ront Doors No deficiencies.
Rear Doors No deficiencies.
0 Escape Meehanismsl Roof Vents No deficiencies.
N Engine No deficiencies.
a Handicapped Device / Special Seating No deficiencies.
e Undercarriage No deficiencies.
o Service Doors No deficiencies.
Body No deficiencies.
a Windows/ Body Leakage No deficiencies.
m Steering Mechanism No deficiencies.
47
DISTORTION TEST INSPECTION FORMA
Note: Ten copies of this data sheet are required)
Sus Number: 0107 Date: 4 -17 -01
Personnel: S.C. S.R., T.S., E.L., & E.D. Temperature( OF): 67
Wheel Position : deck one
All wheels level o before after
Left front 6 in higher o 6 in lower
Right front 6 in higher o 6 in lower
Right rear 6 in higher da 6 in lower
Left rear a 6 in h her a 6 in lower
Right center 6 in higher o 6 in lower
Left center o 6 in higher 116 in lower
48
Comments
it Windows No deficiencies.
m Front Doors No deficiencies.
9 Rear Doors No deficiencies,
o Escape Mechanisms/ Roof Vents No deficiencies.
a Engine No deficiencies.
im Handicapped Device/ Special Seating_ No deficiencies.
m Undercarriage No deflciencies.
e Service Doors No deficiencies.
m Bad No deficiencies.
o Windows/ God Leakage No deficiencies.
a Steering Mechanism No deficiencies.
48
DISTORTION TEST INSPECTION FORM
Note: Ten copies of this data sheet are required)
Bus Number; 0107 Date: 4 -17 -01
Personnel: S.C. S.R., T..S., E.L., & E.D. Tern erature °l= : 67
Wheel Position: check one
All wheels level o before after
Left front 6 in hl her 6 in lower
Right front 6 In hl her 6 in lower
Right rear z 6 in hl her 116 in lower
Left rear 6 in higher 6 in lower
R' ht center 6 in hi her 6 in lower
Left center 6 in higher n 6 In lower
49
Comments
a Windows No deficiencies.
a Front Doors No deficiencies.
Rear Doors No deficiencies.
o Esca Mechanisms! Roof Vents No deficiencies.
N_Engine No deficiencies.
N Handicapped Device/ Sp2cial Seating No deficiencies.
zg Undercarriage No deficiencies..
o Service Doors No deficiencies.
0 Body No deficiencies.
10 Windows/ Body Leakage No deficiencies.
a Steering Mechanism No deficiencies.
49
DISTORTION TEST INSPECTION FORM
Note: Ten copies of this data sheet are required)
Bus Number: 0107 Date: 4 -17 -01
Personnel: S.C., S.R., T.S. E.L., & E.D. Temperature( *F): 67
Wheel Position : check one
All wheats level 4 before - c3 after
Left front 6 in higher 6 in lower
Right front 116 in higher 6 in lower
Right rear o 6 in higher 6 In lower
Left rear 6 in higher 6 in lower
Iht center 6 in hi her 6 in lower
Left center 6 in higher 6 In lower
50
Comments
w Windows No deficiencies.
a Front Doors No deficiencies.
Rear Doors No deficiencies.
Escape Mechanisms/ Roof Vents No deficiencies.
im Engine No deficiencies.
0 Handicapped Device/ Special Seating No deficiencies.
a Undercarriage No deficiencies.
x Service Boors No deficiencies.
e Sod No deficiencies.
m Wind awsl Body Leakage No deficiencies.
o Steering Mechanism No deficiencies.
50
DISTORTION TEST INSPECTION FORM
Nate: Ten copies of this data sheet are isqu €red)
Bus Number: 0107 Date: 4 -17 -01
Personnel: S.C., S.R., T.S. E.L. & E.D. Tem erature °F : 67
Wheel Position: check one
All wheels level before after
Left front o 6 in higher ig 6 in lower
Ri t front o 6 In higher a 6 in lower
Right rear o 6 in higher o 6 in lower
Left rear 0 6 In h her ci 6 In tower
Right center Q 6 in higher 116 In lower
Left center o 6 in higher u 6 in lower
51
Comments
Windows No deficiencies_
Front Doors No defldencles.
Rear Doors No deficiencies.
cl Esce a Mechanismsi Roof Vents No deficiencies.
Engine No deficiencies.
Handicapped Device / S ecial Seating No deficiencies.
Undercarriage No deficiencies.
Service Doors No deficiencies.
Body No deficiencies.
Windows/ Body Leakage No defidencles.
5tearine Mechanism No deficiencies.
51
DISTORTION TEST INSPECTION FORM
Note: Ten copies of this data sheet are required)
Bus Number: 0107 Date. 4- 17-01
Personnel: S.C., S.R., T.S., E.L., & E.D. Temperature( OF): 67
Wheel Position : check one
All wheels level before - a after
Left front 6 in higher n 6 in lower
Right front 1:16 in higher a 6 in lower
R9 ht rear 6 in higher 6 in lower
Left rear a 6 in higher 6 in lower
Right center 6 in higher 6 in lower
Left center 6 in higher a 6 in lower
52
Comments
Windows No deficiencies.
ag Front Doors No deficiencies.
Rear Doors No deficiencies.
Escape Mechanisms/ Roof Vents No deficiencies.
Engine No deficiencies.
Handicaeped 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: 0107 Este: 4 -17 -01
Personnel: S.C., S.R., T.S., E.L., & E.D. Temperature( aF : 67
Wheel Position. check one
All wheels level o before o after
Left front o 6 in higher 6 in lower
Right front a 6 in hi her 6 in lower
Right rear 6 in higher o 6 in lower
Left rear 6 in higher 6 in lower
Ri ht center to in higher 6 in lower
Left center 6 in hi her 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: 0107 Date, 4 -17 -01
Personnel: S.C., S-R., T-S., E.L., & E.D. im erature °F : 67
Wheel Position :._(check one
All wheels level before after
Left front 6 in higher 6 in lower
RI ht front 6 In higher 6 in lower
Pi ht rear 116 in M her 6 in lower
Left rear 6 in higher a 6 in lower
RI ht center 1 6 in higher 6 in lower
Left center I 6 in higher 6 in lower
m
Comments
Windows No deficiencies.
Front Doors No deficiencies.
cd Rear Doors No deficiencies.
Escape Mechanisms/ Roof Vents No deficiencies.
e Engine No deficiencies.
Handicapped Device / Special Seating No deficiencies.
Undercarriage No deficiencies.
e Service Doors No deficiencies.
Body No deficiencies.
Windows/ Body Leakage No deficiencies.
o Steering Mechanism No deficiencies.
m
DISTORTION TEST INSPECTION FORM
Note: Ten copies of thls data sheet are required)
Bus Number: 0107 Date: 4 -17 -01
Personnel: S.C., S.R„ T.S., E.L., & E.D. Temperature( OF): 67
Wheel Position: check one
All wheels level o befbre - a after
Left front Cl 6 in higher Q 6 in lower
Right front 4 6 in higher 6 in lower
Right rear o 6 In h her o 6 in lower
Left rear a 6 in higher 6 In lower
Right center o 6 in higher a 6 in lower
Left center a 6 in higher o 6 in lower
55
Comments
a Windows No deficiencies.
Front Doors No deficiencies.
Rear Doors No deficiencies.
Escape Mechanisms/ Roof Vents No deficiencies.
m Engine No deficiencies.
Handicapped Devicel Special Seatfng No deficiencies.
Undercarriage No deficiencies
Service Doors No deficiencies._
Body No deficiencies,
Windows/ Body Leaka a I No deficiencies.
fo Steering Mechanism No deficiencies.
55
5.2 STRUCTURAL DISTORTION TEST
RIGHT REAR WHEEL SIC INCHES LOWER
LEFT REAR WHEEL SIX INCHES HIGHER
56
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 bras 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.
5.3411. DISCUSSION
The load- distributing yoke was used to establish the interface between the Static
Tow apparatus and the test bus tow hookleyes. The test was to be performed to the
full target test weight of 25,428 Ibs (1.2 x 21,190 Ibs CW). Testing was terminated after
a weld failed at the gusset plate/tow hook interface during the 20° downward pull. The
failure occurred at approximately 20,000 lbs of force. The rear test was not performed
at the manufacturer's request.
57
STATIC TOWING TEST DATA FORM
Bus Number: 0107 Date: 9 -18 -01
Personnel: S.C., E.Q. & E.L. Temperature ("F), 73
Ins22ct right front tow eye and adjoining structure.
Comments: The gusset plateltow hook'Interface weld failed at approx. 20,000 lbs
during the 209 downward pull.
Check the to ue of all bolts attaching tow e e and surrounding structure.
Comments: The gusset plate /tow hook interface weld failed at approx. 20,000 lbs
during the 20° downward pull.
Inspect left tow eye and a0jolning structure.
Comments: The gusset plateltow hook interface weld failed at approx. 20,000 lbs
during the 200 downward pull.
Check the torque of all bolts attaching tow eye and surrounding structure.
Comments: The gusset plate /tow hook interface weld failed at approx. 20,000 lbs
during the 20° downward pull.
ins ct right rear tow eye and ad'oinin structure.
Comments: NIA
Check the tar ue of all bolts attaching tow eye and surrounding structure.
Comments: NIA
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: Further testing
was terminated after failure at 20,000 lbs durin the 20° downward pull.
Pi -I
5.3 STATIC TOWING TEST
FRONT 20° UPWARD PULL
FRONT 200 DOWNWARD PULL
59
r
7
r
r.
9 .'s y
5.4 STRUCTURAL STRENGTH AND DISTORTION TESTS -
DYNANlIC 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 24 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 using a hydraulic -lift wrecker. A rear lift tow was performed. No
problems, deformation, or damage was noted during testing.
61
DYNAMIC TOWING TEST DATA FORM
Bus Number: 0107 Date: 7-2-01
Personnel: KID & S.C.
Tem2erature ('F): 74 Humidily (%y 60
Wind Direction: E Wind Speed (rnph): 5
Barometric Pressure Ain.Hg): 30.12
Inspect tow equipment-bus interface.
Comments: A safe adequate connection was made between the test bus and tow
equipment.
Inspect tow equipment-wrecker Interface.
Comments: A safe and adequate connection was made between the tow
equipment and wrecker.
Towing Comments: A rear lift tow was performed using a hydraulic-lift wrecker.
Description and location of any structural damage: None.
General Comments: N2_problems were encountered with the tow or towing
interface.
62
I
1,
I
5.5 STRUCTURAL STRENGTH AND DISTORTION
TESTS - JACKING TEST
5.5 -I. TEST OBJECTIVE
t
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 -1I. TEST 'DESCRIPTION
With the bus at curb weight, the tire(s) at one comer 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 6.2 inches to 14.4
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 11.7"
Rear axle - one the flat 14.341
Rear axle - two tires flat 12.9"
63
1
JACKING TEST DATA FORM
Bus Number: 0107 Date: 4 -16 -01
Personnel: T-S. & S.R. Temperature: 68
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
Right front 13.4" 1 8.5" 1
11.8" D 6.5" D
Left front 13.5" 1 8.5" 1
11.7" D 6.2" D
Right rear -- outside 15.2" 1 9.9" 1
14.3" D 9.6" D
Right rear- -bath 15.2" 1 9.9" 1
12.9" D 8.6" D
Left rear -- outside 15.3" 1 10.11" 1
14.4" D 9.6"
Left rear- -bath 15.3" l 10.11, 1
13.2" D 9.0" 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 additional comments.
64
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.
65
HOISTING TEST DATA FORM
Bus Dumber: 0107 Date: 4 -19 -01
Personnel: S.C., T.S. & S.R. Temperature (OF): 68
Comments of any structural damage to the jacking pads or axles while both
the front wheels are supported by the jack stands:
Done noted_
Comments of any structural damage to the jacking pads or axles while both
the rear wheels are supported.l y 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:
Done noted.
66
I
A
T.
5.6 HOISTING TEST
TEST BUS STABLE ON JACK STANDS
67
I
ti
I
5.7 STRUCTURAL DURABILITY TEST
5.7 -1. TE T 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
PTI 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 0,250 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 5,250 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 milmi 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 -1II. DISCUSSION
The Structural Durability Test was started on April 3, 2001 and was conducted until
August 29, 2001. The first 6,250 miles were performed at a GVW of 27,400 Ibs and
completed on June 30, 2001. The next 2,500 mile SLW segment was performed at 25,130
Ibs and completed on July 20, 2001, and the final 6,250 mile segment was performed at a
CW of 21,190 lbs and completed on August 29, 2001-
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 PTI test track facility and Durability Test Track are
attached for reference also, a durability element profile detail shows all the measurement
of the different conditions. Finally, photographs illustrating some of the failures that were
encountered during the Structural Durability Test are included.
68
ELDORADO - TEST BUS #0107
MILEAGE DRIVEN/RECORDED FROM DRIVERS' LOGS
69
DATE TOTAL TOTAL TOTAL
DURABILITY OTHER
TRACK MILES
04102101 TO 0.04 104.00 104.00
04108101
041+09/01 TO 0.00 0.00 0.00
04115101
04116101 TO 343.00 82.00 425.00
04/22101
04/23101 TO 352.00 247.00 599.00
04/29/41
04130101 TO 665.04 131.00 796.00
05106/01
05107101 TO 270_.00 91.04 361.00
05113101
05114101 TO 420.00 95.+00 515.00
05120101
05121101 TO 794.00 140.00 924.00
05127/01
r
05128101 TO 55.00 54.00 109.00
06103101
06/04/01 TO 600.00 92.00 692.00
T
0110101
06/11101 TO 708.00 248.00 954.00 n
06/17/91
06 /18/01 TO 253.00 136.00 389.00
06/24/01
16125101 TO 977.00 156.00 1133.00
47/01101
w ------- r___- --------------- ---- -
07102J01 TO 24.00 14.00 38.00
07/08/01
M
07/09101 TO 1082.00 189.00 1271.00
07/15/01
07116/01 TO 1272.00 305.00 1577.00
Y
07122/01
07123/01 TO 739.00 174.00 913.00
07/29/01
69
DATE TOTAL TOTAL TOTAL
DURABILITY OTHER
TRACK MILES
rranrwrrr ----------------------- - — rrwwwwwrww—..-rrw avww..wwrrrwww.rrwwwwrwrrwwwwww w_ww w.rw.rrww:
07130101 TO 1175.00 126.00 1300.00
08105/01
08106101 TO 942.00 140.00 1082.00
0811 210'1
08/13/01 TO 748.00 0.00 748.00
0811910'1
08120101 TO 735.00 0.00 735.00
08/26101
08127101 TO 356.00 0.00 356.00
09102101
TOTAL 12500.00 2521.00 15021.00
70
I
A
Table 4. Driving Schedule for Bus Operation on the Durability Test Track.
STANDARD OPERATING SCHEDULE
Monday through Friday
f
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
5:50 am
C
B
6 :00 am D
7 :40 am C 17
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 71
11:45 am B
12:05 pm D
1 :40 pm C
1 :50 pm B
2:04 pm D
3 :40 pm C
3 :50 pm F
Shift 3 4:00 pm D
5 :40 pm C
5:50 pm B
5 :00 pm D
7:40 pm. C V
7:50 pm B
8 :05 pm D
9:40 prn C
9:50 pm B
10 :00 pm D
11 :40 pm C
11 :50 pm F
a
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
Ti .
A
PLAN VIEW OF PENN STATE BUS TESTINGING AND
RESEARCH FACILITY"'
Ns U
T ga
72
73
Yi &
L T
Ea
T
I hp y LLl
r v o
i1U G Y
i Li} C L
n Q U
0
IY/
w
x
d
A
J
rx
L
i
7
a
cu
S.
Vl
0
b
cu
0
CL
S
A
ca
C.) 0 +
1
0- A
a) L
tL
0
IY/
w
x
d
A
J
rx
L
i
7
a
Staggered
Bumps
10 mph)
Railroad
Crossing
8 mph)
1" Random
0' -1 w
Chuck Hones
20 mph)
3'- +6"
Chatter Bumps
20 mph)
i !
4" Chuck Hole
5 mph)
High Crown
Intersection
20 mph)
Frame Twist
10 mph)
0'- 0.75"
0'- 6"
0'- 6"
15 deg. skew
41- 0" Note: This hole has a bridge
I- —L to block one side on a daily
roWonal basis.
0'- 4"
On
0' -.1.5"
Durability Element Profiles
The Pennsylvania Transportation Institute
Penn State
74
0'- 6"
W
L)
Z
Z
LLI r-
o
6 0
r ' d
O) W
a
a
xw
U
w
z
N
Ir
7
0 Ca 0 0 C) a 0 C) 0 o t
5 0 LO 0
N
C7
r
0
Cy
O
CC)
LO
C7
CD
r
C)
cli
n
r
o
U(
Z W
0 C7 0 C7 0 0 0 0 0 C7 Q C7
0 S O LO C) C7 O 0 LC} C7 C7 C3 C]
M r N r N CL] 6 r^• fh Uf
US
I C p y
0
C
cc
v a CL crj
E CL CO
070
U 0 rn 0) 0 c c 0
co U
0 M c
01
C L p)
pU}
Co Cp 4Y rJ 0 C
70 -4- 0 0
O LD m
0
a`y
R
u
C U
m
CL C Z7
0
E -6 p
0 0
y E ca R
U
C5 m
a)
U ro- i:F E O in co U ca in m
47
Oc?
0
CD o
E
W
L
L C
Cu
A o
E
E o c
C
ns
CA
D
Q)
co
g
2
j,
c
a m
co
CU
w
iti Q
vim)
CU 0 a 0
CL 0m0i p G7 ua ci D c 1 crr
3 U C C) U fU U liC7) 3 2 C) 2 C7)
ci7 03 d1 D E 4) 0 Q U E o v Cv .3C CD
l? Cll
fH
D c 3
m
c
H
wc
LCI
c ppfr8 c
I— ca
c
F-
U) LU Of) Cri M M m
W J C•V M a M M m 0) 07 co M M
Ct? Y M M1 co 00 I`+ V) LO X5
Ca CN N M C6 M LC5 Lt3 Li]
Q T
CD COLi1LizM1L LC] aS CC# CC) CC7
C7 Ca C3 O C7 C] C7 0 O CD C7
75
d
0
Y. d3
1
w
Sr
c l
w
L)
z
w
H
cr)z
od
j) LU
Q- :3I
W
2
z
D
r-
0
0
J
w
76
0 o C3 o UD 0 o C> C:)
t- rr L6
C)
Ui S
C3
r N
Z wpg
C) 0 CD 0 0 C] C) p 0 0
a f- a C:) 0 0 c? Q 0 LLB C7 0 C:) Q
r e- LO LC`J
CL
m
3
r C ca 71
a 0
C 3
C
CL
O
iJ U7
M 0 -0 a) C S3
A c a CM - C C Ca
0) V E
p C
CL
M m m CL
if3 CO C y M C fA w Sli
CL
c as 01 m
x o U
ro v
p *6 ui m a
C
O
m
i
2 C W
0 CD tT Q- 0 m m of
U s ui C D• RS C3
E
w
m
C
0 m
L-
m
m
E a cu
a
v
CD 3M eEa
c
m tU cu m M
w a t3
us m 0 0
cn E
sD oa 0 E C. 0
is g aa,°
w
E E 0 to m
c`n a`s
E m L c E
a
o
tla to (D D w 0 a) E?
r o o Z 2 E C a)
C
o c a
F- t0
Z
Q F° F-
E
m M F- m n I- M F- H sx m 4S
L-
wW
j
Lo
N
CQ
R^
M
CV
00
CD
CD
m
LG
m
w
m
CIO
CO
0)
F+- N CV CV
CD iJ m r m m co Cpl r CD co CD
Lf'i ie LC) CD CD Ca CLS Cfl C6 00 C70
r
O O r9
0) C? CD r- 00 co co 00 V- P-
r CV CV' N CV N N Cv r t- v-
CD Cp CD CD CD 6 CD CD r-` I P-.
C:, 0 C7 C CD Q C3 0 C7 0 0 C7
76
W
Z
Z
O
cr7 = Cr7
o 0
m d
ty)W 9
O
ww
r
Z
m
77
r
jj
7
0, O a O U) O D o
T
C
T
O D
Iq T: C
Z }LI
M
Q
Ca C7 O a l[7 0 O C7 0 C7 Q
r r r r N LO t# Lq
C7
Q CS C6 Q' cc
cc
CU
a>
f1
ca
M 10 t 0
j.. D r- m si+ L cy
co u m
CL t5
m
ro
7 W
a) Q, a. 4 r_ CZ
r, 0
C C C U
12 2 CL 2 CL 2 A 2 a
Q CZ] Cif `
C q
f - c CO
0
m Cl3 m O'_
n ci
O a
I_
c
U]] CL
CL
n
3 a w a 6 as
E
rn to e
3 z E 3 0 E
S cu
D
co r
0
0
1) L
U U
C i C S X
C
v r
y,
E
Q Cl1
4 C
Q
o L
as LS
M *. L 0 0 a) 0 OL
co —
C X CIS 0
cu CL
a) E v a as m m
w U h I
W r° o a r' N V)
tom.. dm- d4-
co
W J cv c7 C) CO c;? Iq 0) w N W) co
co C) C) o C cv Er a' IT
Cla Cn C37 r e-- r- s- r r r r
N N N N C7 N N NNC)
p ti R r . ap 00 07 ob ob
0 O O C7 Q C) Ca 0 0 O d
77
r
jj
UNSCHEDULED MAINTENANCE
FAILED RIGHT READ AIR BAG
2,313 TEST MILES)
LEAKING HYDRAULIC COOLER
39781 TEST MILES)
78
S
UNSCHEDULED MAINTENANCE CONT.
BOTH READ BRAKE CHAMBERS
ARE RUBBING ON THE !FRAME
3,833 TEST MILES)
79
0
UNSCHEDULED MAINTENANCE CONT.
BROKEN SUPPORT STRUCTURE FOR COOLANT
RESERVOIR
3,833 TEST MILES)
so
BROKEN LEFT REAR SUSPENSION BEAM
5,531 TEST MILES)
so
UNSCHEDULED MAINTENANCE CONT.
f.
BROKEN LEFT REAR SPRING BEAM
6,336 TEST MILES)
BROKEN LEFT REAR SPRING BEAM
12,875 TEST MILES)
81
I
6. FUEL ECONOMY TEST -A FUEL CONSUMPTION
TEST USING AN APPROPRIATE OPERATING CYCLE
6-1. 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.
6-11. 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
CBD phases, 2 Arterial phases, and t 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 fvr each run is within t 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.
82
e
The test procedure is the ADB cycle with the following four modifications: I
The ADB cycle is structured as a set number of miles In a fixed time in the i
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 y
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
S
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 I
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 befter
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. z
83
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 *. I 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 6011F (8.3373 Ibsigal) 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 ger run
CBD 1.9097 5.7291
ART 1.9097 3.8193
COIVI 3.81.93 3.8193
FEomNe = Observed fuel economy Miles
lb of fuel
84
1
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 4
FEo,,,pg = FEc,,,,,,,, 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 cif 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 = FEa.PQ x -
H
where
H = Volumetric heating value of test fuel [BTUfgal)
Q = Volumetric heating value of standard reference fuel
Combining steps 1 -3 yields
FEc = miles x (Gs x Gw) x Q
lbs H
4.) Convert 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 /BTUx10'e_
Eq = Energy equivalent of converting mpg to mile /BTUx10 ".
Eq = ((mpgY(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-
T
distance traveled (miles) and fuel consumed (scf); density of test fuel, and volumetric
heating value (BTU /!b) of test fuel at standard conditions (f' =14.73 psis and T =60 °F).
These combine to give a fuel economy in miles per lb. The energy equivalent
85
mile /BTUxW) 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 8.7291
ART 1.9097 3.8193
COM 3.8193 3.8193
FEo.U. -f = Observed fuel economy = miles
sef 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 (Lblft3).
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.
FE01011b = FEo f Gm
where Gm = Density of test fuel at standard conditions
3.) Convert the observed fuel economy (FEomiAb) to an energy equivalent of
miles/BTUx10') by dividing the observed fuel economy (FEomillb) by the
heating value of the test fuel at standard conditions,
where
Eq = ((FEomiflb)IH)x10ll
Eq = Energy equivalent of miles/lb to mile /BTUx10'G
H = Volumetric heating value of test fuel at standard conditions
86
6 -111. DISCUSSION
This is a comparative test of fuel economy using number CNG fuel with a heating
value of 1,008.1 btu/cf. The driving cycle consists of Central Business District (C8D),
Arterial (ART), and Commuter (COM) phases as described in 6 -11. 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 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
0.54 Mllb, ART - 0.77 MAb, and COM - 1.25 Mllb. Average fuel consumption at idle
was 10.79 Lb/hr (256.5 Scflhr). w
4
r
Y
ik
r
M
i
Y
c
87
FUEL ECONOMY PRE-TEST MAINTENANCE FORM
Bus Number: 0107 Date: 9-6 -01 SLW Ibs : 25 130
Rersonnel: E.D., EL., T.S. & S.C.
FUEL, SYSTEM OK Date Initials
Install fuel measurement s stern J 9 -6-01 S.C.
Replace fuel filter 9 -6 -01 T.S
Check fbr fuel leaks 9 -6-01 S.C.
S pecify fuel a refer to fuel analysis)
Remarks:
BRAKES] -IRES OK Date Initials
lnsp2ct hoses J 9-6 -01 E.L.
Inspect brakes J 9-6-01 E.L.
Relube wheel bearings J 9 -6 -01 E.L.
Check tire inflation ressures mf. .secs. 9 -6-01 S.C.
Remarks:
COOLING SYSTEM OK Date Initials
Check hoses and connections J 9 -6 -01 E.D.
Check sy§tem for coolant leaks 9 -6-01 E.D.
Remarks: None.
88
FUEL ECONOMY PRE-TEST MAINTENANCE FORM (page Z) y_
Sus Number: 0107 Date: 9 -6 -01
Personnel: S.C. & T.S.
ELECTRICAL SYSTEMS OK Date Initials
Check battery 9 -6-01 S.0
Inspect wiring 1 9 -6 -01 S.C.
Inspect terminals 9-6 -01 S.C.
Check lighting 9-6 -01 S.C.
Remarks:
DRIVE SYSTEM OK Date Initials
Drain transmission fluid 9 -6 -01 T.S.
Re lace filter/ gasket 1 9-6 -01 T.S.
Check hoses and connections 9-6 -01 T.S.
Replace transmission fluid 9 -6 -01 T.S.
Check for fluid leaks 9-6 -01 T.S.
Remarks:
LUBRICATION OK Date Initials
Drain crankcase oil 9 -6 -01 T.S.
Replace filters 9 -6 -01 T.S.
Replace crankcase oil 9 -6 -01 T.S.
Check for oil leaks 1 9 -6 -01 T.S.
Check oil level 1 9 -6 -01 T.S.
Lube all chassis grease flttin s 1 9 -6.01 T.S.
Lube universal joints J 9 -6 -01 T.S.
Replace differential lobe including axles L 9 -6 -01 T.S.
Remarks: None.
89 S -
FUEL ECONOMY PRE -TEST MAINTENANCE FORM (page 3)
Bus Number: 0107 Date, 9 -6 -01
Personnel: S.C. S T.S.
EXHAUSTIEMISSION SYSTEM OK Date Initials
Check for exhaust leaks 9 -6 -01 S.C.
Remarks:
ENGINE OK Date Initials
Replace air filter or 9 -6 -01 T.S.
Inspect air compressor and air system Of 9 -6 -01 T.S.
Inspect vacuums stem, if applicable 9-6 -01 T.S.
Check and adjust all drive belts 9 -6 -01 T.S.
Check cold start assist, if applicable 9 -6 -01 T.S.
Remarks:
STEERING SYSTEM OK Date Initials
Check power steering hoses and connectors 9-6 -01 S.C.
Service fluid level 9-6-01 S.C.
Check power steering operation 9-6-01 S.C.
Remarks:
OK Date Initials
Ballast bus to seated load wei ht 9-6 -01 S.C.
TEST DRIVE OK Date Initials
Check brake operation 9 -6 -01 S.C.
Check transmission operation 9 -6 -01 S.C.
Remarks: None.
90
FUEL ECONOMY PRE -TEST INSPECTION FORM
Bus Number: 0107 Date: 9 -12 -01
Personnel.S.C.
PRE WARM -UP if OK, lnitiai
Fuel Economy- Pre -Test Maintenance Farm is complete S.C.
Cold fire pressure (psi): Front 125 Middle NIA Rear 120 S.C.
Tire wear: S.C.
Engine oil level S.C.
Engine coolant level S.C.
Inferior and exterior rights on, evaporator fan on S.C.
Fuel economy instrumentation installed and working ro erl . 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 12,6 Middle N A Rear 124 S.C.
Environmental conditions
Average wind speed < 12 mph and maximum gusts <15 mph
Ambient temperature between 30 °( -1 e) and 90*F(32'C)
Track surface Is dry
Track is free of extraneous material and clear of
interfering traffic
S.C.
91
I
R
TA
r
a
W
U^
r.R
C
la
s
y!
CJ
0
0
Z
W
LL
92
c/{W///
je.
L
VJ Yf W} C TM ^
r I
CD
NO
r
R• 2 o r
CL II
EV r N C' o P, C-4 2
w
D
N Qi. CD CD
co
E w
3
CO 0 LTV
CD m Y
0
Y
M LO
4
LL
00 wt W 41 00 ici
LL 0
D JE 0
co
d m
to
LLc
CD
m
E
F-
co
n
U
c t:
II
0 rr OD!
O
P-- U Q r q?
L•
ate-
N
L II O
LL
Z 0
V!
U C
C
r'
cr] fY U C) U U t°v Z m U
92
001
m
LL
0
0
0
ca
tu
0
0
z
C)
LLI
J
W
U.
93
r
N
co
v
2 LO W w D qw
LLLU
N
Dr p U
O] 4 CV CeJ ti T t WD
E 2 co a) cz co co m m
0 cc E
Si)
E
U E s 3
Cm m G
a
l M CD U-
2
E co t co d co co v
L N.
Cd
Q
z
C6 12
CL
W U
CO
E
y
101) iL a0 tC) aD 6
C
0 43
c CD c
E
0
Q
c
0 d
E
P II
LL
CCf)
m
U if H
0 m
0 U-
00
C)
C) V- 4),
O
c r a) Y fr r-
o N t3 Q Z
U ty LL
rte'
7 4? m iY C'A m p 0 0 O
F Sn C? Q U d C? U= U
93
r
U)
LL
Y!
w 4)
U)
C
LL
F
Z
W
J
LU
LL
04
r.
clq 0-1
W
CD LL CO)
L4 CO cq q p
P-
LO
N
c0 2 00 CDG
H LLD
L- co
c z
H I ICD
o v
r b D
C6 co Lo 0) I•;
U- cx
A /
yy
od
C r
cao
C
y
CA. C2
P 0 H
D Y m LL
co
E tr
v 3
N
E
F—
t` Q Eli =
co It co qt co LO
E
3v
C,6 12 z'
crL'I 0 L
W U a)
OL E
c`ta m C) tr
cn
j2 G C
o
N n'. d E u`
II n
Q II
f13 ca
a..
O
i3 r
cd
w cc CD
o V
13 i
p
r Qi
co
lR}
N F fl a z
Li'
0mm4
Lg
Q 0
Z= U
04
U)
LL
w
a
0
4)
U)
w
0
O
H
G
z
0
W
J
W
D
LL
95
A
ZJ
C
S
J
Lp
r
LL
C]
Ce) C
LL CO P--: r` X Cl N CO
c v w Z w m w
0
U'
CO
L
M
d 15
m
E 75
LL a
D co
a
ni oo
E n cI3
ca
co rn rn
cz C6
rn
r
rn
d m
E
co E
Q F o o v u
10acoco66cb
U- o
iij cu 0
0
CLw
C7 E C
C m
o
LO
et
r~
o
rl-
tit
kn
0
F` rap t' co 6a c8
LL
40
c CO c U
E c E h
oo 2
2_ E co
C CO CO
Ch
u
13 m
Q
r
J W
z Z IMF
V
0
y0 Lmk4wIVVQV1...+ a- V
95
A
ZJ
C
S
J
0107.FUL
FUEL ECONOMY SUMMARY SHEET
BUS MANUFACTURER :ELDORADO BUS NUMBER :0107
BUS MODEL :EZ -RIDER 11 TEST 'DATE :09/12/01
FUEL TYPE NATURAL GAS
SP. GRAVITY .5770
HEATING VALUE 1008.10 BTU /Cf
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 (sof) M /Scf(Measured) M /Lb(Corrected)
Run-#-: 1,- G-------------------------------
CBD 255.8 5.73 02 53
ART 116.3 3.82 03 78
cam 70.0 3.82 05 1.30
TOTAL 442.1 13.37 03 72
Run # 2 Cw
CBD 49.0 5.73 02 55
ART 118.5 3.82 03 77
COM 82.3 3.82 05 1.10
TOTAL 449.8 13.37 03 71
Run # 3 ccw
CBD 149.1 5.73 02 55
ART 1.16.2 3.82 03 78
COM 69.1 3.82 06 1.31
TOTAL 434.4 13.37 03 73
Run # 4, CW
CBD 262.7 5.73 02 52
ART 118.0 3.82 03 77
COM 71.1 3.82 05 1.28
TOTAL 451.8 13.37 03 70
IDLE CONSUMPTION
First 20 Minutes Data 83.2 Scf Last 20 Minutes Data . 87.8 Scf
Average Idle consumption : 256.5 SCf /Hr
RUN CONSISTENCY: % Difference from overall average of total fuel used
Run 1 . .5 Run 2 . -1.2 Run 3 . 2.3 Run 4 . -1.6
SUMMITRY
Average idle consumption 10.79
Average CBD Phase consumption .54
Average Arterial Phase Consumption : .77
Average Commuter Phase Consumption : 1.25
Overall Average Fuel consumption .72
overall Average Fuel consumption 29.84
96
LB /Hr
M /Lb
MM /Lb
b
M /Lb
Miles/ Million wru
7. NOISE
7.1 INTERIOR NOISE AND VIBRATION TESTS
7.1 -I. TEST QBJECTIVE
The objective of these tests is to measure and record interior noise levels and
check for audible vibration under various operating conditions.
7.1 -I1. 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 -I1t. 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 51.8 dB(A); ranging from
50.5 dB(A) at the front passenger driver's seat to 52.9 dB(A) in line with the middle
speaker. The interior ambient noise level for this test was 36.8 dB(A).
The second test measures interior noise during acceleration from 0 to 35 mph.
This noise level ranged from 78.8 dB(A) at the driver's seat to 86.3 dB(A) at the rear
passenger seats. The overall average was 81.2 dB(A). The interior ambient noise level
for this test was 34.0 dB(A).
97
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.
f
98
r
c ft
5,
w
r
p
gL
INTERIOR NOISE TEST DATA FORMA
Test Condition 1: 80 dB(A) Stationary White Noise
Bus Number. 0107 Date: 4 -3-01
Personnel: S.C., T.S. & S.R.
Temp eratWre °F : 40 Humldi %): 65
Wind S eed m h : Calm Wind Direction: Calm
Barometric Pressure in.H : 30.12
52.8
Initial Sound Level Meter Calibration: ® checked by: S.C.
Interior Ambient
Noise Level dB A : 36.8
Exterior Ambient
Noise Level dB A : 53.5
Micro hone Height During Testing (in): 48.4
Measurement Location Measured Sound Level dB CA)
Drive's Seat 50.8
Front Passenger Seats 50.5
In Line with Front Speaker 52.8
In Line with Middle Speaker 52.9
In Line with Rear Speaker 51.6
Rear Passenger Seats 51.9
LFInal Sound Level Meter Calibration: o checked b : S.C.
Comments: All readinos taken in the center aisle.
99
j
INTERIOR NOISE TEST DATA FORM
Test Condition 2: 4 to 35 mph Acceleration Test
i
Bus Number: 0107 Date: 9 -13 -01
Personnel: S.C. & B.S.
ILT—emperature ("F): 78 Humidity % : 66
Wind Speed (mph): Calm Wind Direction: Calm
Barometric Pressure in.H : 30.15
Rear Passenger Seats
Initial Sound Level Meter Calibration: a chocked by: S.C.
Interior Ambient
Noise Level dB A : 34.0
Exterior Ambient
Noise Level dB A : 42.5
Microphone Height During Testing (in): 48.0
Measurement Location Measured Sound Leval dB (A)
Driver's Seat 78.8
Front Passenger Seats 79.0
Middle Passenger Seats 81.2
Rear Passenger Seats 86.1
Fir<al Sound Level Meter Calibration: im checked by: S.C.
I Comments: All readings taken in the center aisle. _
DY
1
Y
a7
INTERIOR NOISE TEST DATA FORM
Test Condition 3: Audible Vibration Test
Bus Number: 0107 Date: 9 -13-01
Personnel: S.C. & B.S.
Temperature ('F): 78 Humidity MY 66
Wind Speed (mph): Calm Wind Direction: Calm
Barometric Pressure In.H : 30.'15
None noted.
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.
101
7.1 INTERIOR NOISE TEST
rA
TEST BUS SET-UP FOR CONDITION #1 OF
INTERIOR NOISE TEST
102
I
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 -I1. 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
specked 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 outside ambient noise level of 44.1 dB(A), the average test result obtained
while accelerating from a constant speed was 80.2 dB(A) on the right side and 86.3
dB(A) on the left side.
103
When accelerating from a standstill with an exterior ambient noise level of 45.2
dB(A), the average of the results obtained were 79.3 dB(A) on the right side and 84.3
dB(A) on the left side.
With the vehicle stationary and the engine, accessories, and air conditioning on,
the measurements averaged 64.6 dB(A) at low idle, 64.6 dB(A) at high idle, and 82.4
dB(A) at wide open throttle. With the accessories and air.conditioning off, the readings
averaged 3.2 dB(A) lower at low idle, 0.3 dB(A) higher at high idle, and 0.1 dB(A) higher
at wide open throttle. The exterior ambient noise Level measured during this test was
44.2 MAY Note; When accessories and A/C is turned on the engine automatically
goes into high idle.
a
9
w 7j
1
184
S
L
EXTERIOR NOISE TEST DATA FORM
Accelerating from Constant Speed
Bus Number: 0107 -, date: 9 -13 -01
Personnel: S.C. & B.S.
Tem erature (*F): 79 Humidity (%): 66
Wind Speed rn h : Calm Wind Direction: Calm
Barometric Pressure in.H : 80,15
1
Verify that microphone height is 4 feet, wind speed is less than 12 mph and ambient
temperature is between 30T and 90 °F: o checked by: S.C.
Initial Sound Level Meter Calibration: cg checked by: S.C.
Exterior Ambient Noise 'Level dB A : 44.1
Accelerating from Constant Speed
Curb Ri ht Side
Accelerating from Constant Speed
Street Left Side
Run # Measured Noise
Level dB (A)
Run # Measured Noise Level
dB (A)
1 78.6 1 84.8
2 80.8 2 84.0
3 79.2 3 85.9
4 79.7 4 88.7
5 79.4 5 85.5
Average of two highest actual
noise levels = 80.2 df A
Average of tWo highest actual
noise levels = 88.3 d% ,A)
Final Sound Level Meter Calibration Check: ® checked by: S.C.
Comments: None.
105
EXTERIOR NOISE TEST DATA FORA
Accelerating from Standstill
Bus Number: 0107 Date: 9 -13-01
Personnel: S.C. & B.S.
Tem nature °F : 78 Humidity (%): 66
Wind Speed (mph): Calm Wind Direction: Calm
Barometric Pressure in.H : 30.15
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: w checked by: S.C.
Initial Sound Level Meter Calibration: ® checked by: S.C.
Exterior Ambient Noise Level dB A : 45.2
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 79.3 1 83.7
2 79.0 2 83.4
3 79.0 3 84.0
4 79.3 4 84.2
5 79.3 5 84.4
Average of two highest actual noise
levels = 79.3 dB (A)
Average of two highest actual noise
levels = 84.3 d8 A
Final Sound Level Meter Calibration Check: a checked by: S.C.
Comments: lone.
106
s
i
EXTERIOR NOISE TEST DATA FORM
Stationary
Bus Number: 0107 Date: 9 -13-01
Personnel: S.C. & B.S.
Temperature (IF): 78 Humidi % : 66
Wind Speed (mph): Calm Wind Direction: Calm
Barometric Pressure• in.H : 30.15
Low Idle
Verity that microphone height is 4 feet, wind speed is less than 12 mph and ambient
tem erature is between 30 °F and 90 °F :" o checked by: S.C.
Initial Sound Level Meter Calibration: n checked by: S.C.
Exterior Ambient Noise Level dB(A ): 44.2
Accessories and Air Condtlonin ON
Throttle Position Engine RPM
Curb (Right) Side
d8 A
Stmt (Left) Side
db A
Measured Measured
Low Idle 1,000 65.1 64.1
Hi h Idle 1,000 65.1 64.1
Wide Open Throttle 2,650 1 81.5 83.2
107
Accessories and Air Condltlonln OFF
Throttle Position Engine RPM
Curb (Right) Side
dB (A)
Street (Left) Side
db A
Measured Measured
Low Idle 800 60.4 62.3
High Idle 1,000 64.7 65.1
Wide Open Throttle 2,700 81.9 83.1
Final Sound Level Meter Calibration Check:. 0 checked by, . S.C.
Comments: done.
107
i
i
i
r.
3
ti
a
5
T
t
f 4S
4-
5
i.
E
r
c
0
Y
r
ElDorado
National
February 24, 2015
M& Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
California
RE: CMPC- I5- LTB -RF'P — Heating System, Configuration Letter.
Dear Ms. Beauvais:
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement for
the submission of Package I - documentation on higher capacity heating systems.
Pursuant to this requirement, please be advised that ElDorado National is offering; the Thermo King -
Athenia AMII roof mounted HVAC system on our baseline diesel buses. The Athena AME offers the
highest heating capacity of any transit bus HVAC system with a heating rating of 115,000 BTU/hr. By way
of comparison, the Thermo King - T- Series rear - mounted HVAC systems offered as standard by Gillig and
others only has a heating capacity of 98,000 BTU/hr. As such, the ElDorado National - Axess and E -Z
Rider 11 already offer the highest ducted heating system capacity in the industry. See attached Thermo King
Athenia AMI1 and T- Series brochures for capacity details.
In addition to the Atheriia AMII - 115,000 BTU/hr. Passenger compartment heater performance, both
ElDorado National bus models as bid also utilize a 55,000 BTU/hr. dash mounted driver's heating system, as
well as dual 65,000 BTU/hr. forced air floor mounted heaters located in the passenger compartment.
Finally, the coolant heat is augmented by the addition of a Spheros Thermo 304 auxiliary coolant heater
which has a heating performance of 30 kW. I have attached the Spheros - 300 brochure for your review. No
bus manufacturer can offer a higher rated heating system than the ElDorado National bus models offered!
Sincerely
iike Amm
Vice President of Sales
ElDorado National - California, Inc.
Enclosures - Thermo King - Athenia AMII / T' Series brochures and Spheros - Thermo 300 brochure
9126 Tanglewood Drive, Urbandale Iowa 50322 • Tel: 515 -270 -2939 • Fax: 515- 270 -2537 • E -mail: mammann@eldorado- ca.com
THERMC
Introducing the
S% Athenia All 11 Series
Featuring an updated design that delivers
A LOW-KEIGHT, improved quality and reliability while offering
HIGH-PERFORMANCE new features and significant enhancements.
ROOFMOUNT SYSTEM!
Easy-to-imt?'15 1096 weight reduction,
Welded frame
I j ne 1: i (A i RL' Al i 1 +A
k'4h Reduced number of potential leak points
No sealants used in design
0f--.Jqi106 W1 i LN6, hvbi t; Stiffer construction for improved unit/bus sealing
10% more condenser airflow
596 more evaporator airflow
Motorized water vnive smndwid
Access all servicable items from inside bus
Electronic c_4pachy control
standard
The Rock-Solid Result of over SO Years
of HVAC Design Experience!
r
ONE PLATFORM FOR
ALL YOUR NEEDS!
ATHENIA AM 11 E -" ALL ELEETIRIC
System for hybrid, trolley and battery buses
ATHENIA AM 11 E4-W0 ALL ELECTRIC WITH:
Exclusive alternator /inverter power for standard diesel and CNG-- powered buss
ATHENIA AM 11960
Base platform with R-1 34a refrigerant
ATHENIA AM It 7000
Base platform with R -407c refrigerant
AVAILABLE MID -2014 ,`, Idrt- Channel-brazed alurisnurn condlenser c€ its become the 5f.-LM-
dc-rd flki i°ducad 4eSrff,ejC n -L :Ind €n- 1pralreJ FezfC't'rnam.-e
3
USING WHAT WE KNOW TO MAY'
WATER TIGHT DESIGN
Names interface points use water -tight sealed i~rttings
No water ingress due to high/low pressure differentials
One piece welded flame
No rivets or sealant
s
I
NE's"' SIDE - ACCESS COMERS
Guli owing doors eliminate prop rods
Improved latching, sealing, access and aesdwdcs
IPe6llls 6ffi7 1 E
r
4 •
1,
I
HAT YOU NEED A REALITY.
NEW ELECTRONIC CAPACITY CONTROL
Capacity can be reduced when not needed for fuel savings on cooler days
Improved temperature balance on Arctic buses so capacity can be shifted from unit to unit as needed
NEW MOTORIZED
WATER VALVE
Improved temperature control in re -heat and heating modes
Ellmirmtes water hammer
UNIT CONTROLS IN
CONDITIONED AIR SPACE
Improved environmental protection
Improved access and servicability
j
MORE STANDARD FEATURES THAN EVER!
Why pay for more than you want. Thermo King provides
standard features designed to meet your needs.
INTFLLIG+AI RF Illy" CONTROL SYSTEM
EVanded CAN communications capability
Plugs directly into J1939 network to make
more info available
Eliminates the gateway module required
between bus & unit controllers
Eliminates need far expansion modules external to
controller where multiple zones must be controlled
independently
HIGH PERFORAXAffE R --907C OR R -1344
Environmentally safe alternatives
riith zero ODP
OPTIONAL FEATURES INCLUDE:
Take control of your operating costs With these cost- saving
options available only from Thermo King.
INTELLIGAIRE I #r" ELECTRONIC
PRESSURE DISPLAY MODULE
Touchpad displays four different
pressure readings
Simplifies problem diagnosis and pre -trip inspections
5397/5616 SCREW COMPRESSORS
Exclusion oil management system
for increased reliability
Fewer moving parts than
reciprocating compressors
Lower noise levels and vibration than
reciprocating compressors
Programmable capacity control for fuel savings
THE THERMO KING X430 COMPRESSOR
Engineered exclusively for transport +R`
4•
applications
Built for extended service Irfe
r
f=ield repairable
ELECTRONIC CAPACY Y CONTROL
Capadty can be reduced when not needed
far fuel savings on cooler days
improved temperature balance an Arctic
buses so capacity can be shifted from unit
to unit as needed
MOTORIZED WATER VALVE
improved temperature control in
re -heat and heating modes '.
liminates water hammer ,.
LOW LIFE BRUSNLESS MOTORS
Integral electronics
10% greater airflow
Maintenance-free
Ftogrammabie variable speed
40,00(1 -hour bearings
OTHER AVAILABLE OPTIONS
Return Air Grille
Damper - Controlled Fresh Air Module
SPECIFICATIONS
ti C,' .S d.' do I f 1,,..(.1,',V ) .` , .4 ,, ;J(,1.,1: ?f. -1) ATHENLAA:A,"! ;Vl .%Tt4FP1144.111i';000
1dR Itl
kW 30 33.1
Kcal /hr 23,183 78,476
Rated capacities are at fallowing oonditions:
Outside 35 °C/95 °F
Inside 27 0 C /e0 °F DS
190C/67 °F W3
At 30 Lt /Min.(B GPM) eonlant flaw rate and 55K 000 °F) temperature differential between return air and coolant.
i 15,OW
KW 33.7 .
Kcal/hr 29,-040 --
0 in. water column external static pressure)
High Speed _ 3200 fta /min
V
Aw6; Speed 1900 fta/min
Low Speed! 1350 fta /min
HFC R -134a H'FC R-407C
120 Amps
470Ibs (213 kg)
5391 147 lbs (67 k4)
5616 171 Ibs [77 4)
X426/1(430 115 lbs (52.2 kg)
108* (2743)
MA W& Service Organization
Thermo King flacks its equipment and
customers with a highly - trained'!, worldwide
service organization. This assures you
the support of factory authorized service
facilities and a stock of factory parts and
a factory trained mechanics.
Warranty Summary
Terms of the Thermo King Warranty
are available on request from your local
Thermo King dealer. Please reference
document TKS0049 for the Thermo King
Bus Unit Warranty.
UFFRI /Ingersoll Rand.
Ingersoll Rand's climate Soiutions srcwr Miyers energy•effiirle rt HVACR sdoons for cusTamers
globally h3 world doss brands include Theme King ttie leader -n tunspart temperrturr control and
Trane, a owder of energy efficxenl heating, ventilating and av candhionlnq sysarms, b iding and
mrrtrac og serytm parts suppart and advanom Maros For ca mmemial buildings and homrs
T-X 55861 -3-PL Cl l 131
02013 Ingersoll - Rand, plc
Prirded In USA on Recycied Paper
0
1 C THERMO KING
T Series
The most reliable HIVAC system for transit is now better than ever.
r
ri
min
1M
i
r
W
w
IR In ersoll Rand
High performance and rehability for more than 30 years
T- Series: The H VAC design that changed an industry
Low life cycle costs
Performance proven components provide long service life
and minimum maintenance for low life cycle costs.
Lightweight
Lightweight all aluminum frame, blowers, coil headers
and compressor reduce bus stress and fuel consumption.
Easy to service
Convenient service access to all major components.
controls. Removable access panels and a convenient rear
window location provide easy access to unit components
for repairs or maintenance.
Same major components and
options across platform.
T Seres units have many of the same internal
components in the electrical and refrigeration systems,
assuring a readily available supply of parts and parts
interchangeability to lower costs and minimize downtime.
Easy to install
T Series units are easy to install and service because of
the compact, one -piece design.
Proven dependab lity
You know you're getting a dependable, reliable bus air
conditioning and heating system that can lower your
operating and maintenance costs and keep your, bus
riders cool
Best Value, Best Perfarman+ce.
t
i
i
Thermo Ding offers system diversity to fit your
individual requirements.
Unmatched versatility to meet customer specifications
2 Refrigerant Options
R1:34a
I R407
3 Motor Options
i =.sllless
Wound Field
Peniiat,eiii R#wgfid
3 Compressor Options
5391 Screw
Sfi16 sc) ew
T14 6830 mm 902 mm
26.'9") (35.5")
1636 mm 168 KG
64.4 ") (3701bs)
T 16 658 m rn 9637m m 161$ mm 173 KG
25.9
j) (379x') (64.4 ") (3801bs)
The Rest Solution Available for CNG Re ®r Mount Applications!
T-Series Standard Features
Why poy for more than you want Thermo King provides standard features designed to meetyour needs,
Thermo King's IntelhgAIRE III Control System Delivers
Industry-Leading Capability with Unmatched Ease-of-Use
O'Aii y io 111g "fit vo.jy into
11Y C 1: .1 %L'
Four simple modules remove complexity for operators and technicians
Display Module Pressure Display Module Main Module 10 Module
High Performance R-4wC
R-i34a Refrigerant
The Thermo King X43o Compremr
Additional Standard Features
Heavy-duty double shafted indus-
trial permanent magnetic motor with
replaceable bearings and brushes
27V, 1.15 hp, 1700 rpm (high speed)
ward curved, centrifugal blowers
Condenser fan motors
Two, heavy-duty industrial perma-
nent magnet motors with replaceable
bearings and brushes
27V, .75 hp, igoo rpm (high speed)
Each motor drives a 457 mm N in.)
0J
T Series Optional. Features
Take contrai of your operating costs with these cost-saving options available only from Thermo King.
Thermo King Brushless Motors
a IMMMMMM
MAWMEIlMC'l NNI
Designed 5pecificaPy for Mobile Air Conditioning
Lower Your Operating Costs
mtelligAIRE IIP,' Electronic
Pressure Display Module
Toucl,pad dispk ys,
four different pressure
readings
irnplifls s pl%) ,len+
diagnosis and pre-trip
inspections
t
Sw/S6r6 Screw
Compressors
F elusive ;,il
management system for
increased reliability
1 C!'JF I' liltil'1! } jlr•1'lS
than reciprocating
compressors
1,,;Vur I l:,ise levels
and vibration
than reciprocating
compressors
1 +;i %iiilliict zi° a irr?.;ll,il ;•
control for fuel savings
Ad(fitional Optional Feature
f;ii". 'riates ti9g„n Fresh }'i uinteminte Coots
Fe-,xel Varis to A2ein.z; is end Replate _. Electronic: Package
is Integral to Motors, Eliminating External Controllers,
Harnesses, Terminals and Studs for Lower Costs
Advanced Diagnozsti(s I-mvide Niil,re Male lndivaboxl
a,,,.
Electronic Energy
Management System
11?-nl'I +. {t-S fuel Sall ii i €s
wilh X4*A), X0 7 Gild
I,.lrI ref illrfjcaliiI
compressors
I'i i3enrfoi7,11114' f'l: i 1 f Simi
rapacity control reduces
the parasitic load on
the engine
l +Is)l,licl 11011 tl, IJ,1!!rix:r°:.a
evaporator fan motors alternator (independently
modulal it ie „alca Val" I, powers fan motors and controls)
High Perforinanee Clutcb .
oog lkle sr-aled NFddllg
moi-v too gLie for hea v'v
duty applications
i rJi- r•{ n.r irll?nalsrc
intervals
T Series Specifications
o mm (o in.) water column
external static pressure
High speed fan
3814 m3/hr (2250 cfm)
Low Speed fan
2366 m3/hr (1400 cfm)
e ;wh , • ir.l. c' ;:,a!• eEi :Pifit s .„
high speed or low speed fan operation.
System net cooling capacity with 35 °C
95 °F) ambient, and 26.7 °C (Bo °F) db,
19.5'C (67 °F) wb evaporator return air
so fII RH):
CompressorNet System Capacity
RPM Btu/hr Kcal/hr HP
1000 66,700 16,808 7
1800 88,40D 22,277 15
2400 97,300 24.520 21
2800 101,000 25,452 24
CompressorNet System Capacity
RPM Btu /hr KCal /hr HP
1000 45,700 11,516 6
1800 73.600 16.547 12
2400 83.900 21,143 15
2800 86,0oo 21,672 16
T Series unit model (frame size) selected..
mance data for your application,
t
r,
I'
f
P
24.696 KC.al /hr {98,r r o Stu /hr)
@ 8 GPM & i6o F water
AT 27V do
High speed fan: 106 amps (high speed
evaporator and condenser fans)
Power source: Bus alternator or
Thermo King batteryless alternator
options below)
Reheat:Compressor clutch continuously
engaged, boost pump and water control
valve cycling is controlled
by thermostat.
Cool: Compressor clutch cycles On/Off
on demand of thermostat.
Vent: Evaporator fan operation only.
I lea t:Boost pump and water control
valve cycle on demand of thermostat.
Compressor clutch off.
Add Thermo King's T= Series HVAC System to Your Spedf cation Today!
9 ,
I r - a , i
L _ fit;.}' d
T Series All- Electric HVAC options
Help Drive Energy Efficiency and Sustainability in Your Organization!
TEA Series I TE Series
jtM +
wnr. (n 1
Yhbn
Y Y
lailr
iaei Y Ma
h 3AI3 VGC
sl Orrilry fMr
For use on standard diesel engine - driven buses,
sate
Engine driven
bw VAC Alternator
0A
iy r
y qM 3!A
rrw
fie i
3J1
YA
Mn Mrl
CM4nMf3A
For use on hvhr d elertTic and all - electric buses.
For complete All - Electric specifications, see your local Thermo Fling dealer or call 952- 887 -2241
CiPIngersoll Rand
Ingersoll Mend's Chorale Solution, sector delivers eneryy•eSficic+tit HYACR. solutions Sur
cuytr MP-ib U11sSlall,y 1116 world class brands intllyde Htbh16n1df1 a, a uianuf,irlurci ai reI•itje1dl1Cii1
anti icon nlercliandrsing solutions. Thermei .King, the leader in 1ran5prl femperal.11fe cur1I1 +,1
andT acre ;n tuarlder 2I o Fi,gy Ptiiilanl 11e]tsmj Veallrallnlj d1:Cl air F7r11111,nn111r1 ycrpl
bipliding anti tontractrng 5ervtces. parts support and adl.ar ed caii1a)k or cnrrimFrnal
buirdulgsand homes.
TK 30271 -3 -PL (9.11)
02011 jngcrsOlP -Rand, plc
Printed in LISA.
C
C - I
tow4ebasto
Feel the drive
Thermo 23013001350
Operational Readiness Through Large Water Hewer Systems
Ready to Start Even at Low Temperatures
The high - performance water heaters of the Thermo series heat
up large engines up to appropriate operational temperatures
before actually starting the engine. The passenger cabins in
public- transit busses or coach busses can be warmed after
long standing periods to a comfortable temperature level
without running the motor.
Machines like rail cars or locomotives can be warmed up
without idling. Aside from the operational readiness, an
increased life expectancy of the engine is ensured. Units needed
for the preparation of warm water are found to be useful not
only in the marine sector; they are also applied as mobile solu-
tions for the cleaning of material or for the frost -free prepara-
tion of water for domestic use.
A very reliable and high - quality technology is a necessity in
the transport of people and cargo. The water heater systems
exceed the legal requirements and are developed according to
the high standards of bus Gi
Increased product specifications provide a high - performance
system with approval of the Federal Railway Authority for the
operation in the rail market. Additionally Webasto offers water
heaters for the operation on boats and yachts.
Product Benefits:
Diagnosis for preventative maintenance and
short repair times
Pre -configured complete system with easy
installation
Optional fuel pre - heating
Fulfills the approval conditions for operation in
the rail market as well as the high standards of
bus OEMs
Reduction of the standing and malfunction
times of the vehicle through diagnosis' function
of the heater
0
1 -'- -_ ' - - - _-] -
Didensi-
e- Construction;
Commercial i I&Agkultur-: Vehicles
al Machinery 1
Technical Specifications:
Thermo 230 Th4 Thermo 350
EC type approval label el *2001156*2004 EG-00071 el *200115662664 EG-0008 el *2001156*2004 EC-M
EMC-cerdflication 72f245 *20416128 EG
HM—tn9- _pe-r -Io-rr-na n-c-a- W__ ____23____T____ 30 35
Fuel corimmption ft1h) 3.0 4.0 4.5
Nominal voltage (Y) 24 (20-28)
65 110 j 140
Fuels Diesel EN590 (85), Arctic - Diesel, Heating ON (EL)
Operation temperature range -40 to +80
Measurements L x W x H (rnm) 610 x 246 x ZZO
Weight (kg)
rcubwon pump 1.1411114 Aquavent 5000S Aquaverit 60M
Flow rate 1 h) D520052O 6000
Measurements L x W x H (mm) 221 x 100 x 105 Z49 x 106 x 105 284 x 115 x 110
Weight (kg) 2.1 21 2S5
Additional specifications 1Qr Rail Heaters:
H_*_8_ter-s%-ft_ rail Thermo 230 Thermo 300 Thermo 350
Heater rail appnoval rpe approval ;umbe; ESA 32AZ310174M
Sped* market Heater type approval DIN EN 50155, DIN EN 50125 -1, DIN 6700-1 to 6
requirements
EMC DIN EN 61000 2:2005. DfN EN 611100 Fr3:2007
Fire protection DIN EN 551 D levell 11
Operation voltage Variant .'155 20-28
range
Variant 350.190 19-28 7 II ---I _ . _._ ..A
Variants-
0 Rail Application
The water heaters are available in special rail variants and
guarantee the operational readiness of the locomotives and rail
cars at low temperatures. These pre- installed, complete systems
with filter heaters and circulation pumps are offered for the
heating categories of 23-35 kW.
M
Webasto AG
Global Cornfort Solutions
P.0 Box 90
82132 Stockdod
Germany
Marine Water Station
The high-performance and reliable Thermo 230 watersWicon is
applicable especially for the heating up of boats and yachts of
large volumes. The climate is warm on board and additionally
warm water is amply available. Should one heater unit not suf-
fice for appropriate heating, two units can be combined.
Ilk
www.weba!ito.com
ElDorado
National California
March 9, 2015
Ms. Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
RE: CMPC- I5- LTB -RFP — Make /Model of Seat and Seating Layouts.
Dear Ms. Beauvais:
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement for
the submission of Package I - documentation on the proposed passenger seating as well as provided seating
layouts.
Pursuant to this requirement, ElDorado National has provided baseline floorplans for the 30', 32', 35'and
40' buses as bid. The baseline floorplans include the required AMSCO model N2003 passenger seat on all
positions possible. At flip seats locations, the AMSCO model 6466 transit flip seat is provided. Finally on
the 30' and 32' E -2 Rider II, the front curbside wheelwell will utilize AMSCO model Metropolitan slim -line
flip seats. Literature for all AMSCO passenger seat models are attached. As you are aware, the AMSCO —
N2003 passenger seat does not accommodate the required retractable passenger seatbelts. In fact, none of
the AMSCO passenger seats as quoted are available with FMVSS certified seatbelts!
As an option to the CMPC agencies, ElDorado National is the only heavy -duty bus builder which a ers
FMVSS 2071210 ce!:y ed retractable passenger seatbelts. We have quoted. the Freedman — CitiSeat and
Mid -High Featherweight passenger seating floorplans as options to CMPC. The aforementioned Freedman
seats are quoted with stainless steel T- pedestal legs and FMVSS certified retractable seatbelts as required.
Freedman Seating literature is also attached. Upon review, please do not hesitate to contact me with any
questions regarding our passenger seat offerings.
Sincerely—
Mike Ammann
Vice President of Sales
ElDorado National - California, Inc.
Enclosures - Floorplans and passenger seat information.
9126 Tanglewood Drive, Urbandale Iowa 50322 • Tel: 515- 270 -2939 • Fax: 515 -270 -2537 • E -mail: mammann @eldorado- ca.com
AM RICANSEATING 2000 Series Recliners
Solutions for Motorcoach Seating
2000 Series Recliners
111t:: _ _ 1 selling is here today w h the ne+, M)U Seats Recliners
frog i m 5eat g. They ate cornl ortahle, dur:ble and designed for ease of
ira ntenlr -. ach features a ru ^,ged, mod?,lar frame wit II a, variety of surlpted
CU'Ihiurr ar i Lack pacb, ages to promote overall comfort for your passengers.
M
t
I
i
i-
01
t.
01
r r ,
i 1
ON : :%
f
r, VIA.,
t
all
rh 0.00
Or
The 2000 Series Recliners set the pace for style,
comfort and durability —all in a slim -line design
to maximize hip -to -knee spacing.
2000 Series Recliner Is Available in Six Distinctive Styles
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.
Model 2003 Recline,
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.
Model 2004 Recliner
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.
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.
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.
lel 2095 Reef
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.
Footrests
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, simpty 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.
Cushions
Upholstered seat cushions are constructed of high density
polyurethane foam for increased comfort and service life.
Upholstery Packages
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 pcoular
upholstery fabrics in a spectrum of colors to complement
any vehicle interior.
All materials used in the 2000 Series Recliners are tested to
ensure long life and compliance with federal transportation
safety standards, as well as our own uncompromising
requirements.
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.
Armrests
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 -levet storage position
permits greater ease of access and movement.
Fabric Options:
Two seat widths (see below)*
Optional foam and covers to ASTM D -3675, ASTM E -652 and FAR 25.853b
R
Self - storing footrest 1
Two - position footrest
Aisle side fold -down or fold -up armrest
r
Model 2000 Recliner
Center - folding armrest (up)
Tufted upholstery (Models 2003, 2004, 2405 and 2005)
Aisle light
Beverage holder
Fold -up tray — 1"
Model 2003 Recliner
Expanding mesh magazine holder
A
High impact thermoplastic back panel (Models 2003, 2004 and 2006)
Stainless steel back panel (Models 2005 and 2095)
Seat -back grab handle with coat hook
Top- mounted grab handle (Models 2003, 2005 and 2095)
w
Model 2004 Recliner
Seat -back audio
Secura° mobility aid securement system
w
Reversible seats
Two and one executive seating
when ordering wider seat, indicate with "W" in front of model number Model 005 Recliner
for example, w2003)
n n
Seat Wdth • Dimension A
Fold -down Arm Fold -up Arm
40 -3f8" 38_13/16"
and and
37 -5Is" 36-1/16"
Model 2006 Rediner
Model 2095 Recliner
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..
AMERICANSEATING
A History of innovative i
401 American Seating Center, Grand Rapids, Mi 49504 -4499
Phone 616- 732 -6600 860- 748 -0268 FAX 616- 732 -6401
americanseating.com
Ameriran Sealing u €ornmitied to
Ame•can Seating and Secura are registered trademarks of American Seating Company ksser¢N our dTw M the planet though
Form No. TP- 2000 -12 02012 American Seating Company Litho in USA F mspanl* simarkshipof ow ffro ,ment,
tfAMERICANSEATING
Metropolitan
Transit ,Seat
Superior comfort, contemporary styling, ease of maintenance
Combining contemporary design, tested durability and comfort
with a variety of options and patented features, the new
METROPOLITAN can be tailored to fit your specific needs..
Color- coordinated molded
Pre-formed, fire- resistanre, fiberglass inserts with quick
molded fiberglass shell provides release for easy maintenance. High - strength thermoplastic
color Consistency, maximum back panel with recessed
oranoth and mintmom weiahe.
Metropolitan
Transit Seat
Ai- a,,.uucl. from:
Okim
ISATM1 CO. L7Q.
A W14OLLY OWNED WINDIARY Of AMERWANSfATIMC
Pon Orrice Box 2310
Or lia, Ontario OV 6S2 CANADA
877) 847 -3456
FAX (877) 847.3950
Standard Features
Pre- formed, Fire- resistant, molded
Fiberglass shell provides color
consistency, maximum strength and
asinimu.m weight
Color- coordinated molded fiberglass
inserts with quick release for easy
maintenance
High- strength thermoplastic back
panel with recessed areas for knee
clearance and comfort. Patented
bubble crash pad is standard For safety
Variety of coach mounts available
including, cantilever, stainless steel,
T- pedestal, carbon and stainless
Options
Wide range of standard colors
coordinate with virtually any coach
interior
Available in a choice of vandal
resistance (VR -50) or cut resistant
CR -511) upholstery insert options.
Padded as well as textured plastic
inserts are also offered
High- strength, Fatigue resistant,
welded steel frame with durable
powder coat finish
Rivetless attachment of shell to frame
eliminates snagging, cracking
hazards and facilitates shell
replacement
Waterfall seat front edge provides
passenger comfort
Meets or exceeds White Book
Specifications
Patented stainless steel, energy
absorbing grab handles for safety
and long service
Ai folding seat is available to
accommodate passengers using
mobility aids
Integrates with the A.R.M."
Securement System for A.U.A.
compliance
Unstimassecl Qunl iry Througvi Superior Dpsivn 71t1d Testirltl,
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
AMERICANSEATING
Knowledge. "value, Performance!
401 Arnarlcan Seating Canter
Grand Rapids, Michigan 49504
806) 748 -0353
Fax (616) 732 -6491
www, a ma r i can seat i req.c om
Fe.m Ro. iSIA03 -P- 1.1261 c20O1 Ar,wis S. ing Cor p y Limo USA
AMERICAN SEATING
Transit Seating
Modei 6466
Superior comfort, contemporary styling, ease of maintenance.
1- filth- strength thermopiasrsc
hark panel with recessed area
for knee clearance..
Patented. energy- absorbing
grab rail with a textured finish
chat comes in many colors_
Easy to remove cushions and
back upholstery for efficient
cleaning or replacement.
f
Individually upholstered cushion
assemblies, supported by using
serpentine springs, provide
longer cushion life and
unsurpassed comfort.
High- strength, fatigue -
resistant stet] frame with
a durable, powder- coated
color finish.
Transit Seating
Model 6466
o
nmi09i w ca iati.
A WKOLLY OWNED SG851DIARV OF AMERICAN SEATING
Past Dmca Bak 2310
0r Ill a. 0.tan. L 3 652 CANADA
877) 847 -3456
FAX (877) 847 -3950
r
Individually upholstered cushion
assemblies are supported by
serpentine springs (This provides
longer cushion life and
unsurpassed comfort)
Fasy to remove cushions and back
upholstery for efficient cleaning
or replacement
optic! L'
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
High- strength thermoplastic back panel
with recessed area for knee clearance
and comfort
High - strength, fatigue - resistant steel frame
with a durable, powder- coated color finish
Patented, energy - absorbing graft 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.D.A. compliance
Unsurpassed Quallty Through Superior Design and Testing
Amer }can 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 treating, 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
AMERICANSEATING
Kr1w,t-1(,.dge.Valun. Performance!
401 Amer {ten Seating Canter
Grand Rapid . Michigan 495134
800)748.0353
Fax (618) 732.8491
www.am erl ca nse at i ngxonn
For- No. AP[050-Pd -5201 02001 A+++.ri— 5—mg C—p —y be . USA
4 ZZ 011 Fj fA
r q
CitiSear
TRANSIT COLLECTION
Not just Seats
n
CD
I.A
rt
lcr
a i'y-h z
T
Freedman CitiSeat T&4W3ffC0LLECT10N
40.711 e
17 WWAD
17 -112 WMAtD
Bus
SPECS
I
24-30 — y
Freedman CitiSeat Flip
TO SPECIFICATION
MODEL. WEIGHT A S C D E F G
Single
CitiSeat Flip 45 lbs. 22;4" 1894" 1034" 17'/" 36%" 18" 103:"
Double
CitiSeat Flip 78 lbs. 2214" 36'/." 1034" 17'/" 36'/ 18" 1DY"
3 Place
CitiSeat !Flip 112 lbs. 22'/." 53'1" 1014, 17'/," 36%" i8" 103:"
Freedman CitiSeat Foldaway
21t114 -_-
17 -1/2
1114
15__
Comfortable, safe, durable and attractive. The CFdSeat
has it all. No matter the floor plan, the CitiSeat can be
configured to meet your needs. Transit or shuttle,
public or private, the CitiSeat works!
The CitiSeat has the features that riders prefer:
Waterfailed seat insert provides more comfort
Available with a choice of inserts and vandal
resistant options
Conventional padded
Padded with Prevent anti- vandal mesh
Unpadded AV (anti- vandal) inserts with KEVLAR•
Padded AV inserts with KEVLAR•
Contemporary design and colors to help create
a relaxed and aesthetically pleasing environment,
Ergonomically satisfying - "Individualized" seat
Insert change out is quick, easy, and
accomplished in seconds.
Improved hip to knee room compared to other
transit seats
Heavy duty .hand holds
Heavy duty arms rests
The CitiSeat flip
Available as a single, double
or triple, the CitiSeat Flip
makes ADA compliance a
snap. The rotating back
provides comfort & support
while letting the seat be
positioned close to the wail.
The CitiSeat Foldaway
This revolutionary seat gives riders what they really
want - forward facing seats. The CitiSeat Foldaway
stows and deploys in seconds, and the cantilevered
design leaves the floor free of obstructions for
cleaning and rider comfort. The design of the
future- available today
Not Just Seats
4 1- J ITT. TA M
4545 W. Augusta Blvd., Chicago, IL 60651
773)524 -2440 (800)443 -4540 Fax(773)252 -7450
W W W. FREED MANSEATING. COM
e -mail: salesdfreedmanseat.com
We are constantly updating and improving our seats; therefore
we reserve the right to change or modify specifications or
materials without notice. AS Freedman seating company
seats meet or exceed FMVS standards.
C1
V r
C)
l
4
fi a —
L 7 —LJ— L. { -1
I/ r U
MID=HI SEAT
ROCK SOLID"
S%s oCt%-nble SeotH%6 Salt4io%s
Freedman Seating Company's Feather Weight
seats are designed to be like feathers on a
bird: light and airy to satisfy weight restrictions
and ensure a smooth ride, yet durable for
years of service and low maintenance.
Freedman Seating Feather Weight seats are
the most severely tested in the company's
history, and meet all applicable federal
motor vehicle safety standards for strength
andsafety (including 210 for seat belts).
Less weight means one thing to bus
builders and operators: they can get
more passengers per bras.
And when we say more passengers,
we mean more happy passengers.
Not Just Seats
THE FEATHER WEIGHT SERIES BY
ac
v
rt
F1
37 -7/8
35—
24•
T_ , 8 112
Vl
Ip
z4 -3c,—
MP
its
32-3/9 31 -3/6 30.9/8
29 26 27
HIP- r4YY<gJEQ. fH- ro-KNEEJ (HIP- TO- IQVE4
36-5/8
10-7/8 9 7/9 8.7/8
KNEE ROM SEE RCAMY {TWEE ROOM]
Not just Seats
SEAIINGCOMPANY
an • 900 000 certified company
4545 W. Augusta Blvd., Chicago, IL 60651
773)524 -2444 (800)443 -4540 Fax (773)252 -7450
e -mail: sales@freedmanseat.com
WWtW.FREEDMANSEATING.COM
ly
C14
t;J}
O
t
rls
sl-o i+ab e Se a4k#ions
Whether your bus is for tour /charter, para - transit,
or shuttle, Feather Weight Mid -Hi works for you.
Optional adjustable headrests and reclining
back -rests give you luxuries for long journeys,
while grab rails and ABS plastic backs provide
the function and safety required for shorter trips.
The ultra -thin backrest gives outstanding support
and creates more hip -to -knee room than any
other seat in its class. The steel frame system
meets or exceeds all applicable government
standards for safety and durability. And, it's light
as a feather!
Feather Weight Mid -Hi features include:
An ultra -thin Knee -Saver type backrest for added
hip -to -knee room and lumbar support
Molded polyurethane seat and back cushions for
comfort and long lasting support
17'x" wide seat cushions
22h' back height off the seat cushion, 37'oft the floor
Wire mesh -grid seat springs for even support
FMVSS 210 compliance -all Feather Weight seats
are seat belt ready
Transit style -rigid backrests (starting weight
without options --43 Ibs.)
Touring style - reclining backrests (starting weight
without options -47 lbs.)
Covers that can be removed and replaced easily
and without the use of special tools
Feather Weight Mid -Hi options include:
Black molded U.S. Arms or upholstered
flip -up arrrlrests
Adjustable headrests
Black or yellow corner AV grab rails
Black or yellow top AV grab rails
ABS plastic backs
Mesh reap pockets
Vertical stitching
FTA foam
Snack trays
Aluminum folding footrests
Pillow seat cushions
Rear row quick disconnect
Side sliders
16 ", 18" or 19" wide seats available
Rigid or reclining backrests
Seat belts
Non- retracting seat belts
Retracting seat belts
USR (Under Seat Retractors)
S3 Bio- Cushions (Made with vegetable oil)
A wide variety of cloths and vinyls
S3 cloths (Made with recycled yarn)
We are constantly updating and improving our seats; therefore
we reserve the right to change or modify specifications or
materials without notice. All Freedman Seating Company
seats meet or exceed FMVS standards.
ISO 9001:2000 registered
z
J
Q
0
0
J
LL
z
W
U)
z
L)
0.
W
W
z
J
rW
L+ )
U)
1
D
rn
by
4_J
E
0 c
r3
cz ti
ofes 0
0
oi
IJ
i
U- WN
Q
W
d.x7 Q V C.
3
ti WW
12 03
U. bS
G =
cr
X U li (t7 I I n Y
LJ
3 z 4
LU
to
r3 w 3
tn
m (n V
w
CS
I I
I I
I I
qt
CAza N om ;
uj w 0 3
3 SoLAJLa
w oz
3
N
w
a
Oa
5-
sa 2w
D 4i apJ.
D n WNm
k^
z
n
o
0
J
LL
L
rW
W
j
I..LI
z
fW
A
P.
cd
O
w It GC3 z
T n'] z w
LLJ
f
44 4J
GGG
ayy
W Y
W O
L.d Q
n
Q.Z1J
Fes-
U
UJLi0YZ0W
0
W W
O xcors
0 Cc LLLL3
z
X EL V ix.f OYJ wo .
Vl Q
Q
M7 o
eD
p
J
ca
to
q
O$ En S
F
U1
W W
wW
LnSl1
y-WO
7 Q 0i
Up
v
N
Wes Ws4] DVS 4W 7'
0 Li
W
W cn
Er
J
LLJ W W LAJ
C.1Ld ZW ZW O L
N
C7 lai (L
UI
QQN a
pgx
z
V
0
J
U-
W
f)
z
z
0
n
0
U) f
co
b
U
Silo
N
Li'L7.J7V1f Q
W
031; ga
III II Q
LAJ
J
IP
ll I
F
III
Irya 9y I
a
IZ
v 1J
Q m
WJ
lal
QpCy P
to
zg IrLa
w z w
UA
w
UA
I 1
I
I
LLz z
N
ffi
qqV © N
3
in
LL
o
0
rLL
Y
w
U)
I u
L.
C
F-
1
V )
D
I _I
14
n
yr
40-4
o
a
p
UCL v
mLliWSj
m
0
l yyV 3 ei I111 6 I YI
i 111 Q m nJ
LLJ V) LD LuIU)
7 I
4.9 W
oiiit i ii
n
Y
YXm
Ld J
41
Z
0u
N 6Q
a w
O L LJ
7 N rc
oo wN_ T U-1
to
OWK
T 4
It J T
aolity rn
X CL o
c+
a IOIi.. M w .,Iw sww
n o
Q w t
NZ
k£
F- t a
a.
a
w ui
N
2 0 r360 3
ND End
Z W z N
W
N I/}
2 in
CDj
LLJ
US
V 0 N LL
Colorado Mountain
Purchasing Consortium
Section S
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 Flo.: Contractor: RFP section: Page:
1.0 ElQorado National - Cali#omia TS 7.2 125
Exceed N Do Not Meet o Provide Alternative
Complete description of Deviation:
The Cummins - 8.91- model ISL G, natural gas engine has a altitude capability of
10,000 feet. Above 10,000 feet, the engine performance and gradeability will degrade.
See attached Cummins - ISL G Hasa Engine Data Sheet for details.
Rationale (pros and cons):
Note, this is the only CNG fueled commercial bus engine available on the market
today. As such, CMPC must accept the performance degradation above 10,000 feet.
13
CMPC- 15- LTB -RFP January 2015
Cummins Inc.
ca Base Engine Data Sheet
Automotive Market
Number Cylinders: 6 Bore: 4.49 (4 in)
Displacement: 543 (543 Ina) Stroke. 5.69 (B In)
Aspiration: Turbocharged and Chay Air Cooled
ISL G
D883002BX03
Revision: - —
10-Jun -2014
General Engine data
Coolant Capacity 13.1 quarts
Approximate Engine Weight- Dry 1,625 Ibm 737 kg
Approximate Engine Weight - Wet 1,700 Ibm 771 kg
Center of Gravity
Minimum fill rate (low level alarm required for most engines) 3 gpm
from front face of block 19.4 in 493 mm
above crankshaft centerline 7.7 in 196 mm
Moment of Inertia of Complete Engine:
Minimum drawdown ( % total cooling system capacity): 5% minimum + 1% greater than
X moment of inertia: (Roll) 330 in -lbf -sect 37.3 kg -m2
Y moment of inertia: (Pitch) 740 in -lbf sect 83.6 kg -m2
Z moment of inertia: (Yaw) 560 in -Ibf- -sect 63.3 kg -m2
Maximum static mounting surface bending moment
Maximum external coolant flow In engine circuit at 2,000 18 gpm
Rear face of block 1,000 1b-ft 1,356 N-m
Bolt pad for front support 366 lb-ft 496 N -m
Maximum crankshaft thrust bearing load limit
Winter fronts - must not restrict air passage area below: 120 In2
Intermittent load: 1,2DO IV 5,338 N
Continuous load: 800 Ibf 3,559 N
Maximum bending moment available from front of the crankshaft:
Total system capacity (standard pen) 7.3 gal
0 degrees
Maximum tube oil flow to all accessories 2 gpm
90 degrees
Maximum oil pressure spike on cold engine 140 psi
180 Cie graos
Typical oil pressure range - warm engine 40-65 psi
270 degrees
Maximum torque available from front of crankshaft (no side load) 525 lb-ft 712 N -m
Mass moment of inertia - rotating components (excluding flywheel) 6.2 in- Ibf -sec2 0 -700 kg -m2
Altitude capability 10,000 ft 3,048 m
Cooling System
Minimum operating block coolant temperature 160 deg F 71 deg C
Coolant Capacity 13.1 quarts 12.4 L
Engine coolant circuit thermostat opening temperature 180 deg F 82 deg C
Engine coolant circuit thermostat fully open temperature 200 deg F 93 deg C
Minimum fill rate (low level alarm required for most engines) 3 gpm 11 Umin
Maximum coolant expansion space (% total system capacity)
Minimum coolant expansion space ( % total system capacity) 6 %„
Minimum drawdown ( % total cooling system capacity): 5% minimum + 1% greater than
amount not filled at initial fill 1 %
Maximum deaeraticn time 25 min
Minimum pressure cap raking at sea level 15 psi 103 kPa
Maximum external coolant flow In engine circuit at 2,000 18 gpm 66 Umin
Full-(7N Fan engine coolant outlet temperature 200 deg F 93 deg C
Full-on Fan charge air cooler outlet temperature 122 deg F 50 deg C
Winter fronts - must not restrict air passage area below: 120 In2 774 cm2
Lubrication System
Oil pressure @ Idle - minimum 12 psi 82.7 kPa
Total system capacity (standard pen) 7.3 gal 27.63 L
Maximum tube oil flow to all accessories 2 gpm 7.57 Llmin
Maximum oil pressure spike on cold engine 140 psi 965 kPa
Typical oil pressure range - warm engine 40-65 psi 276-448 kPa
I Status for curves and data: Final- (Measured data) Customer Engineer:
Tolerance: Within +1- 5 Rock D Mason
L-- -- — —
C) 2013, Cummins Inc., Al Rights Reserved
Cummins Confidential and Proprietary
Controlled copy is located on gce.cummins.com
D883O02BXO3 (Continued) Pane: 2
Fuel System
Fuel inlet pressure at rated conditions - maximum 150 psi 1,034 kPa
Fuel Inlet pressure at rated conditions - minimum 70 psi 483 kPa
Fuel inlet temperature - maximum 200 deg F 93 deg C
Fuel inlet temperature - minimum 40 deg F 40 deg C
Fuel composition specification see AEB 79.05, minimum MN is 75
Fuel supply capacity requirement at 60 psl (414 kPa) 126 lb/hr 57.2 kg/hr
Engine fuel compatibility (consult Service Bulletin #3379001 for appropriate use of other fuels) NG
Electrical System
Starting system voltage: V L4 V
Minimum battery capacity-cold soak at -18 C (0 F) or above
Engine only (de- clutched load) cold cranking amperes 1,500 CCA 750 CCA
Engine only (de- clutched load) reserve capacity 360 min 160 min
Maximum starting circuit resistance (see table 1 in AEB 21.35)
Minimum ambient temperature for unaided cold start 10.0 deg F 12.2 deg C
Typical cranking speed 130 RPM
Intake {fir System
Maximum intake air restriction
d'sty filter 25 in H2O 6.2 kPa
clean filter 10 in H2O 2.5 kPa
Exhaust System
Maximum allowable static bending moment at exhaust outlet flange 10 lb-ft 13.6 N-m
Maxmum pipe length turbo to catatyst 110 in 2,794 mm
Change Log
Date Author Change Description
512 1 12 0 0 7 Rick D Mason promote to limited production with updates
4!2312008 Jim A Cole To document the latest rev. to the exh. max. pipe length from 80 to 110.
5/2712008 Rick D Mason Fuel Composition Specification Note shortened to fit.
6/12/2008 Jim A Cole Made conwAons for Responsibility s/be Rick Mason
6110/2014 Andrew Caffas Under the /Electrical System heading "System voltage" was ahanged to "Starting system voltage" for
clarification.
End of Report
2013, Cummins Inc., Al Rights Reserved
Cummins Confidential and Proprietary
Controlled copy is located on gce..curnmins.c rn
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. Form for 'Proposal Deviation (without prig 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:
2.0 EiDorado National - Galifomia TS 7.3.1 26
d Exceed III Do Not Meet o Provide Alternative
Complete description of Deviation:
The maximum start acceleration times on a Bevel surface will be as follows:
Speed(MPH) Maximum time(seconds)
10 5.0
20 10.5*
30 21.5*
40 32.0*
50 45.5
Rationale (pros and cons):
The acceleration times listed above that are marked with the " *" are longer than the
requirement.
13
CMPC- 15 -LTS -REP ,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: 1263.0 Elporado National - Galifomia T5 7.4.2
o Exceed a Do Not Meet a Provide Alternative
Complete description of Deviation:
The 30' anti 32' when optioned with compressed natural gas (CNG) will have an
estimated range of 250 miles. This is due to the lack of roof mounted CNG storage
space. Note, the 35' and 40' buses as offered have adequate CNG fuel storage space
to accommodate the 350 mile range..
Rationale (pros and cons):
The shorter roof lengths on the 30' and 32' buses cannot accommodate more than four
4) 120" x 16.1" CNG fuel storage tanks. This limits the range on the shorter buses to
approximately 250 miles.
13
CMPC- 95 -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:
4.0 ElOorado. National - California TS 17.2.1'' 36
A Exceed o Do Not 'Meet o Provide Alternative
Complete description of Deviation:
All diesel fuel buses offered by ElDorado National to CMPC on this procurement are
equipped with upgraded 304 grade stainless steel fuel tanks.
Rationale (pros and cons):
The use of 304 grade stainless steel fuel tanks eliminate the need to replace fuel tanks
due to corrosion or fatigue. Note that carbon steel fuel tanks as well as polyethylene
plastic) fuel tanks degrade over time and will need maintenance /replacement. Our
stainless steel fuel tank as offered is vastly superior in high corrosion markets such as
Colorado.
13
CMPC- I5 -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 Proposai 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:
5.0 EIporado National - califomia T5 23 45
0 Exceed Do Not Meet o Provide Alternative
Complete description of Deviation:
Please be aware that ElDorado National is offering the Axess 35' and 40' bus models
meeting the Alternate - Preferred Option. The entire body structure, (floor, sidewalls and
roof structure) fabricated from only the finest 304 Grade stainless steel, (see attached
Axess stainless steel cage data sheet), Additionally, the exterior sidewall skin material
will be fabricated from non - corrosive composite material, (see attached composite
sidewall data sheet). While more expensive, it offers unparalleled corrosion protection.
Rationale (pros and cans):
The use of 344 grade stainless steel for the entire body structure eliminates structural
corrosion for the entire 12 year/500,000 mile life cycle of the vehicle. This dramatically
reduces the life cycle cast and maintenance expense throughout the vehicle's life. This
is vastly superior to Gillig body structure which utilizes inferior 3CR12 grade ferritic
stainless steel floor with aluminum walls and roof. Additionally, the New Flyer body
structure utilizes carbon steel. Both the Gillig and the New Flyer requires continual
undercoating to maintain corrosion protection. The Axess structure does not!
13
CMPC- I5- L.TB -RFP January 2015
E1Dorado
National - California Axess - Superior Materials / Corrosion Protection
The entire Axess 35' and 40' bus substructure (floor /sidewalls /roof) as bid to the Colorado Mountain Purchasing
Consortium (CMPC) is fabricated of high - quality 304 Grade stainless steel. Given the high corrosion environments
found in the consortium operating areas, ElDorado National has chosen to offer our most corrosion free body structure
as standard. A picture of the Axess stainless steel cage design is shown below.
By way of comparison, our competitors offer a variety of chassis structure materials including carbon steel and 3CR12
ferritic stainless steel). For a comparison of corrosion protection, please see below the third -party generated ASTM
B117 - Standard Practice for operating Salt Spray (Fog) Apparatus testing for 1,000 hours. All structural material
samples were tested under identical ASTM B117 mandated conditions at Element Materials Technology Laboratories in
Huntington Beach, California.
Untreated carbon steel Corrosion protected
coated carbon steel
3CR12 ferritic stainless
steel alloy
i
e
ww
You will find that the 304 Grade austenitic stainless steel as offered on the Axess is superior to all other material choices for
304 Grade austenitic
stainless steel
corrosion protection in high corrosion environments such as the CM PC operating areas.
k'
df
f
Corrosion protected
coated carbon steel
3CR12 ferritic stainless
steel alloy
i
e
ww
You will find that the 304 Grade austenitic stainless steel as offered on the Axess is superior to all other material choices for
304 Grade austenitic
stainless steel
corrosion protection in high corrosion environments such as the CM PC operating areas.
ElDorado ,
National - California Axess - Superior Materials / Corrosion Protection
The comparative life expectancy of 304 grade stainless steel and 3CR12 stainless steel is outlined on
the following tables:
afla No
4a flab
r O OOO
10000
1 000
1OW
tea
10
a
9V
BG Callaghan. Atmospheric Corrosion Testing in Southern Africa - Results of a Twenty Year Exposure Programme. Pretoria: BG
Callaghan, 1991. Print.
ElDorado M
National - California Axess / E -Z Rider II - Composite Exterior
The entire exterior sidewall skin of the Axess and E -Z Rider II bus models are fabricated from non- corrosive composite materials.
Our exterior sidewall skin offers vastly superior corrosion protection versus the painted aluminum skin utilized by many
competitors. This is a critical benefit in high corrosion operating environments. Additionally, the composite material reduces solar
heat intrusion, thus aiding HVAC performance. The full- height removable composite skirt design on the Axess and E -Z Rider 91
utilizes stainless steel machined fasteners allowing for extremely fast body panel replacement/repair. Many competitors offer
only short - height removable skirts or even non - removable skirts. Both competitive designs require high labor hours and expense
for common lower sidewall repairs. The Axess and E_Z Rider II sidewalls are designed and built for heavy - transit duty!
NON - CORROSIVE COMPOSITE MATERIAL
774t
FULL 'HEIGHT SKIRT DESIGN
salrrirs i - _ _
ElDorado National -California, Inc. • 9670 Galena Street, Riverside CA 92509 (800) 362 -1287
Colorado Mountain
Purchasing Consortium
Section 9
CEa 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: I RFP section: Page:
6.0 ElDorado National - Califomia TS 27.1 4
8 Exceed so Do Not Meet Provide Alternative
Complete description of Deviation:
The E -Z Rider 11 30' and 32' louses have a lateral slope at the entrance and exit doors
of 4 °.
Rationale (pros and cons);
The 40 slope allows for superior moisture drainage at the entrance and exit doors in
snowy climates. Note, 4° slope meets all applicable DOT, FMVSS and ADA
requirements.
13
CMPC- 15 -LTB -RFP January 2015
Deviation 7.0 has been deleted from
our proposal.
ElDorado
National - California
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 Mo.: contractors LRFP section: Page: 1548.0 EtDomdo National - Cakifonii31.2
Q Exceed —71 Do Not Meet I Provide Alternative
Complete description of Deviations
The low -floor buses as specified are not designed to accommodate the mounting of
spare tires. Spare tires if desired, will be shipped loose in bus.
Rationale (pros and cons):
The floor height on our buses is approximately 15" above the pavement surface. This
does not allow adequate clearance for the under -body mounting of a spare tire.
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.
9.0 Etaorado Natinnar - Califomia TS 32.2.4 56
Exceed A Do Not Meet TO Provide Alternative
Complete description of Deviation:
The maximum telescopic height adjustment is 2.25 °.
Rationale (pros and cons):
This is the maximum height adjustment available on the Sheppard steering column
utilized on our low -floor buses.
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: ITS Page:
10.0 ElDorado National - California 36.1 61
o Exceed a Do Not Meet a Provide Alternative
Complete description of Deviation:
The ElDorado National brake and accelerator interlock systems do not have failure
made effects analysis (FEMA) documentation.
Rationale (pros and tons):
ElDorado National has utilized the same Vapor doorlbrakelaccelerator interlock
system for the past 20 years. We have not sufferers failures on the brake and
accelerator interlock systems. We have real -world proven experience with our
brake /accelerator interlock systems and do not require failure mode analysis.
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:
10.1 ElOorado National - Califomia TS 47.7 90
n Exceed 8 Do Not Meet Provide Alternative
Complete description of Deviation:
The Recaro Ergo Metre - AM80 is no longer manufactured with seat air vents.
Rationale (pros and cons):
Recaro has discontinued this option on the Ergo Metro - AM80, as such it cannot be
provided.
13
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Sectfon 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: REP section: Page:
10.2 EII]orado National - califomia TS 47.8.1 90
a Exceed 8 Do Not Meet Provide Alternative
Complete description of Deviation:
The Hadley brand BRT style mirror utilized on the Axess and E -Z Rider II as bid with
the BRT appearance package is not breakaway nor spring - loaded with auto return.
Please see the attached Hadley exterior mirror drawings for details.
Rationale (pros and cons):
The modem, swept design of our be BRT front cap requires the utilization of a long
mirror arm. This mirror arm is extremely robust, and proven on Hundreds of BRT style
E -Z Rider 11 and Axess model buses.
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: RYFP section: Page:
11.0 ElDorado Nadonal - cafrfomia TS 71.3 112
r, Exceed d Do Not Meet A Provide Alternative
Complete description of Deviation:
The buses as bid by ElDorado National do not utilize wraparound front turn signals.
We offer front and side mounted LED turn signals instead.
Rationale (pros and cons):
The ElDorado National exterior lighting meets all applicable DOT, FIVIVSS and ICC
lighting requirements. The nature of LED lamps does not allow wraparound
illumination.
13
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section S
CER 4. Farm 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: 1121110E[Dorado national - California TS 76.1
a Exceed A do Not Meet a Provide Alternative
Complete description of Deviation:
The AMSCO - N2003 model passenger seat is supplied at all positions possible. At
the flip seat positions the AMSCO - 6465 padded passenger seat is utilized. Finally,
the 30' and 32' model buses utilize AMSCO - Metropolitan flip seats on the front
curbside wheelwell as needed.
Rationale (pros and cons):
Note, the AMSCO - N2003 is a tour bus passenger seat not a transit bus passenger
seat, as such there are limited seating configuration choices with this seat. We have
utilized the AMSCO equivalent transit seat where needed. Please see attached
flovrplans for details.
13
CMPC -1 ra- 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:
13.0 ElDorado Nabonai - Caiifomia TS 76.3 122
8 Exceed ii Do Not Meet it Provide Alternative
Complete description of Deviation:
The AMSCO - N2003 model passenger seat as supplied in our baseline quotation is
not available with anti- vandal seat cushion material.
Rationale (pros and cons):
The AMSCO - N2003 is a padded passenger seat and is not anti - vandal resistant. Our
alternative Freedman Seating CitiSeat has been quoted with anti - vandal resistant seat
cushion materials. Please see the alternate Freedman Seating - CitiSeat and
Mid -High Featherweight passenger seat quotations for details.
13
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
DER 4. Form for Proposal Deviation (without price data)
This form shall be completed for each condition, exception, reservation or
understanding (Le., 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:
14.0 ElDorado National - California TS 76.5 122
a Exceed d Do Not Meet a Provide Alternative
Complete description of Deviation:
The AMSCO - N2003 model passenger seat as supplied in our baseline quotation is
not available with FMVSS 207/210 certified seatbelts. The seat manufacturer does not
have a seatbelt solution for this model passenger seat. Please see optional Freedman
Seating - CitiSeat and Mid -High passenger seat quotations for seating selections that
include the required FMVSS 207/210 seat belts.
Rationale (pros and cons).
ElDorado National is the only heavy -duty transit bus manufacturer with FMVSS
207/210 certified seatbelts available. The Axess and E -Z Rider It as bid has been
tested and certified to accommodate FMVSS compliant seatbelts. No ether bidder will
be able to provide certified seatbelts as an option. Please give proper credit to our
proposal.
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 (Le., 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: RPP section: ITS Page:
15.4 ElDorado National - California 83.5.3 144
o Exceed a Do Not Meet d Provide Alternative
Complete description of Deviation:
The XTL 1544 model radio is no longer produced by Motorola. The equivalent
Motorola APX digital radio will be provided in its place.
Rationale (pros and cons):
The XTL model radio is no longer produced by Motorola.
13
CM1PC- 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., Deviatlon) in the Proposal according to "Conditions, 'Exceptions,
Reservations or Understandings." One copy without any price/cost information its 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:
16.0 Eloorado National - caiifomla TS 85 - Table 8 141
o Exceed ll Do Not Meet it Provide Alternative
Complete description of Deviation:
The steer axle will be equipped with Michelin model INCITY transit bus tires. The rear
axle will be equipped with snow tires as required.
Rationale (pros and cons):
This is the new standard Michelin transit tire.
13
CMPC- I5- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
CER 4. f=orm 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 /cast 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.
17.01 Eldorado National - Califomla WR 1.1.2 Section 7 - Page 2
A Exceed o Do Not Meet Lo Provide Alternative
Complete description of Deviation:
ElDorado National is supremely confident of the quality of our product. As such, we
offer a vastly superior base warranty. The complete bus is warranted for two (2)
years 1 10O,O00 mules, whichever occurs first.
Rationale (pros and cons).
The ElDorado, National base warranty is double the complete bus warranty as
required, It is also vastly superior to that of our competition. Please grade our
superior warranty accordingly.
13
CMPC- 15- LTS -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:
1$.0 ElDorado National - califomia jj R 1. 1.6 Section 7 - Page 3
a Exceed a] Do Not Meet Provide Alternative
Complete description of Deviation:
ElDorado National is offering a two (2) years 1100,000 miles, (whichever occurs first)
warranty on the complete bus, not just the Subsystems specified.
Rationale (pros and cans);
The ElDorado National base warranty covers the complete bus, not just subsystems
for 2 years 1100,000 miles. Please grade our proposal accordingly,
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:
19.0 ElDorado Nadonal - California WR 1.3.1 Section 7, page 5
Exceed Do Not Meet a Provide Alternative
Complete description of Deviation:
In accordance with Section WR 1.3.1, ElDorado National hereby requests a waiver to
transfer the Cummins engine, Allison transmission and Thermo Ding HVAC system
administration of warranty claims to the aforementioned factory authorized, local
component distributors. The balance of the bus will be warranted directly by ElDorado
National.
Rationale (pros and cons):
Cummins, Allison and Thermo King warranty administration will be provided by the
factory authorized distributors as required by these component manufacturers.
13
CMPC- 15- LTS -IRFP 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: jtl. section: Page:
20.0 Eromdo National - Garrbmi Section 8, page 2
g Exceed Do Not Meet 6 Provide Alternative
Complete description of Deviation:
ElDorado National is an ISO 9001 certified manufacturing facility with an extremely
robust Quality Assurance system in place. We ask that our ISO 9001 certified Quality
Assurance Manual as provided in our proposal be supplied in lieu of section QA 1. In
its entirety.
Rationale (pros and cons):
ElDorado National has a complete ISO 9001 approved Quality Assurance system
already in place. Changing our Quality Assurance system in any way causes
significant administrative issues. Note that marry of our competitors are not ISO 9001
certified. Please provide additional Quality Assurance Scoring value for our ISO 9001
certification.
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
GENERAL COACH DATA SHEET
ElDorado National- California Inc.
EZ- Rider 11
ElDorado National- California Inc.
I E -Z Rider 1130' 1
Type: IMonocoque Type Space Frame
Tuning or frame member thickness and dimensions
Overstructure Various sizes of steel tubing and stainless steel sheet
Understructure Various sizes of steel tubing and stainless steel sheet
Skin thickness and Ens#erial
Roof
5idewall
Skirt ganef
Front end
Rear end
Dimensions
0.063 Aluminum
0.10 Fiberglass composite
0.155 Fiberglass composite
0.125 Fiberglass
0.125 Fiberglass
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
2.5 in.
in.
in.
in.
in.
in.
in.
30 6.5
8 6
10 0
8 5
N/A N/A
58
Overall height (maximum)
Overall height (main roof line)
10 ft E in.
9 ft 11 in.
14
CMPC- I5- LTB -RFP January 2015
Colorado Mountain Section 9
Purchasing Consortium
Angle of approach 8.7 deg
Breakover angle 15 deg
Breakover angle
NIA deg
rear)
Angle of departure 8.7 deg
Doorway Dimensions Front Rear
Width between door posts 44 in. 42 in.
Door width between panels 36 in. 37 in.
Clear door width 32 in. 34 in.
Doorway height 78 in. 78 in.
Knuckle clearance 1.5 in. 1.5 in.
Step height from ground measured at center of doorway
Front doorway, empty Ramp angle (tear Doorway, empty
Kneeled a. in. R1 14 deg a. in.
Unkneeled b. j4 in. R2 decd b. M in.
Interior head room (center of aisle)
Front axle location 95 in.
Center axle
NIA
in.
location
Rear axle location 79 in.
Aisle width between transverse in.
seats L
Floor height above ground (centerline of bus)
At front doer 14 in.
At front axle 17.38 in..
At drive axle 33,38 in..
15
CMPC- 95- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
At rear door 14 I in.
Section 9
Minimum ground clearance (between bus and ground, with bus
unkneeled)
Excluding in.
axles
Including axles 6 in.
Horizontal turning envelope (see diagram below)
Outside body turning radius, TRO (including bumper)
Front inner corner radius, TRI
Front wheel inner turning radius, TR2
Front wheel outer taming radius, TR3
Inside Body Turning Radius innermost point, TR4 (including
bumper)
31 ft
ft
ft
ft
ft
0 in.
in.
in.
in.
in.
24 5
18 6
26 6
13 1D
Wheel base
Front 164 in.
Rear NSA in.
Overhang, centerline of axle over bumper
Front 95.5 in.
Rear [i1 in.
Floor
Interior length 20 ft 3 in.
Interior width (excluding coring) 7 ft 11 in.
Total standee area (approximately) 26 fta
Minimum distance between
Front 3t} 5 in
wheelhouses:
Rear 134 l in.
16
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Maximum interior floor slope (from
horizontal)
Passenger capacity provided
Total maximum seating 23
Standee capacity 18
Minimum hip to knee in.
room
Minimum foot room 114 1 in.
Weight
Center AiIA in.
F? 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
Cummins Engine Co.
No. of Front axle Center axle Rear axle Total
543
people Left Right Total Left Right Total Left Right Total bus
Empty bus, full
saa 1.300
23,880
fuel and 3,422 NIA NIA NIA 8,413 17,120
farebox
Fully seated, 23 + 27,484
full fuel and 3,968 7,770 N 1 A NIA NIA 10,053 9,657
farebox Driver
Fully loaded 41 t 30,180
standee and
fully seated, Driver 4,388 8,595 N A NIA NIA 11,008 10,577
full fuel and
farebox
Crush load 33,33
1.5x fully N A NIA 9,53 NIA NIA
loaded)
GVWR 11,0100 23,000 34,000
GAW R 1 1 12,000 1 123,00O
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
Cummins Engine Co.
4 cycle in -line turbo charged air cooled
ISL- 289 HHD
d9 in.
in.
in.3
sus
543
16.601
Basch XPl
2aa hp at
ib/ft at
2,200 RPM
RPMsaa1.300
E gal
17
CMPC- I5- LTB -RFP .January 2015
Colorado Mountain Section 9
Purchasing Consortium
New engine, wet It I gal
Turbocharger make and mode! Hots+et
Maximum speed, no load =•W RPM
Maximum speed, full load RPM
Speed at idle Too RPM
Speed at fast idle ,.m 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 Allison
Type Automatic
Speeds 6
Gear ratios Forward: O.G.075 Reverse: 15.03
Shift speeds
1st -2nd 10 mph
2nd -3rd 21 mph
3rd --4th 30 mph
4th -5th (if applicable) 40 mph
5th -6th (if applicable) 52 mph
Fuel capacity (including heat exchanger and 128 llart5filters
Voltage regulator
Manufacturer C.E. Niehoff
Mode! 1803
Voltage equalizer
Manufacturer
Model
Vanner
70 Series
18
CMPC- 15- L1B -RFP January 2015
Colorado Mountain
Purchasing Consortium
Alternator
Manufacturer
Type
Model
Output at idle
Output at maxi
Maximum warn
Speed at idle (t
Drive type
Section 9
C.E. Niehoff
Air Cooled
803
num speed
nted speed
pproxlmately)
525
amps
amps
rpm
rpm
Belt Drive
Starter motor
Manufacturer
Type
Model
Denso
Electric
42$000 -0060
Air compressor
Manufacturer
Type
Rated capacity
Capacity at idle
Capacity at ma
engine)
Maximum Warr a
Speed idle
Drive type
Wabco
Twin Cylinder- Reci rocatin
approximately) 8
30.4 CCFM
8.5 C
Governor:
Cut -in pressure 105 psi
Cut -out pressure 125 psi
Axles
First
Manufacturer IMeritor
Type IDeep Drop I- Beam
Model number MFS12
Gross axle weight rating H,,Dw
Ibs
Axle load Ibs
Second
Manufacturer NIA
19
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Type NIA
Model number N/A
Gross axle weight rating NIA Ibs
Axle load N/A] Ibs
Third
Manufacturer 1111eritor
Type Pull Floating
Model number RS23
Gross axle weight rating v,= Ibs
Axle load 22.E I Ibs
Axle ratio 5.38
Suspension system
Manufacturer I ElDorado National
Type., First: Air ride- Ti
Second: ILIA
Third: Air ride- Ti
Springs: First: Air Rag
Second: N1A
Third: Air Baia
Joint
Manufacturer
Type
Model number
N/A
N/A
NIA
Wheels and tires
Wheels
Make
Size
Capacity
Material
Tires
Section 9
Accuride - Hub Piloted
22.5 "x7.5"
5,610 Ibs,
Steel
Manufacturer Michelin
Type Radial
Size 275170R 22.5
Load range/air pressure 1130 psi
arm taper leaf
arm taper leaf
20
CMPC- I5- LTB -RPP 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
Eaton Series 26
Gear Pump
1.'915 1 psi
Sheppard- M100
Hydraulic
18.9:1
Section 9
Power steering fluid capacity 2 gal
Maximum effort at steering 7-10 Ibs (unloaded stationary coach on dry asphalt pavement)
wheel
Steering wheel diameter 20 in.
Brakes
Make of fundamental brake system Bendix/ Wabco
Brake chambers vendor size and part First: 20@1 MGMnumber: GL
Second: N/A
Third: 3030 MGM
Brake operation effort 120 Ihs- 7" awav fmm hPPI noint
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
Haidex- Automatic A5 3275G 1099
Haidex- Automatic A5 3275G 1098
N/A
NIA
Haidex- Automatic A28 32755 1059
Haidex- Automatic A28 3275S 1059
5.50
N/A
6.50
Meritor
85123681002
15 1 in.
21
CMPC- I5- 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 LM- MA212
LM- MA_ 212
N/A -
NIA
R301/LM- ABB931 -162
R3011LM- ABB931 -162
Reverse
Second: Forward
Reverse
Third: Forward
Reverse
Brake linings per shoe
First 2
Second N/A
Third 2
Brake lining widths
First 6 in.
Second NIA in.
Third 17 in.
Brake lining lengths
First 15 in,
Second NIA in.
Third 16.5 in.
Brake lining thickness 0,75 in.
Brake lining per axle
First 384. sq. in..
Second N/A sq. in.
Third 452 sq. in.
22
CMPC- 1 5- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Cooling system
Radiator/charge air cooler
Manufacturer Modine /Modine E -Fan Cooling S ;
Type Over under module designn
Model number E -Fan Oren 2
Number of
tubeEpTubesouterdia/ 4.25 in.
Fins per inch
Fin thickness
Total cooling and heating system O gal
capacity
Radiator fan speed lDigita TypecontrolDigital1
Surge tank capacity 16 quarts
Engine thermostat temperature Initial opening (fully
setting: closed)
Fully open
Overheat alarm temperature sending unit 225
OF
setting
Shutdown temperature °F
setting
Air reservoir capacity
Supply reservoir 1,224 in . 3
Primary reservoir 2,495 in. 3
Secondary reservoir 2,495 in.3
Packing reservoir in . 3
Accessory reservoir 2,495 in.3
Other reservoir type N/A in.3
OF
OF
Heating, ventilation and air conditioning equipment
Heating system capacity 115,000 BTU/hr
Air conditioning capacity 115,000 BTU
Ventilating capacity U00 GFM
Compressor
Manufacturer Thermo King
Model X430
Number of cylinders 4
Drive ratio 11
Section 9
23
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Maximum warranted speed
Operating speed
Weight
Oil capacity Dry ]
Wet
Refrigerant. Type
Condenser
2,600 rpm
2,200 rpm (recommended)
110 lbs
ft gal
gal
8407 17 lbs
Manufacturer IThermo King
Model lAthenia AM 11
Number of fins/in. 11
Outer diameter of tube 0.375 in.
Fin thickness 0,016 in.
Condenserfan
Manufacturer JEBIVI
Model W313300 ECDC
Fan diameter 12 in.
Speed maximum 3,300 rpm
Flow rate (maximum) 5,500 CFM
Receiver
Manufacturer Thermo King
Model Hodzontal T
Capacity 1 9S I lbs
Condenser fan drive motors
Manufacturer EBM
Model W3G300
Type ECDC
Horsepower 0.30 hp
Operating speed 3,300 rpm
Evaporator fan drive motors
Manufacturer
Model
Type
Horsepower
Operating spee+
Section 9
24
CMPC- 15- t_TB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Evaporator(s)
Manufacturer ThelrmoKin
Model I Athenia AM II
Number of rows 4
Number of fins/in. 10
Outer diameter of tube 0,375 in.
Fin thickness 0.016 in.
Number of evaporators eci ,lrzPw wi
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
7anfoss
Tube
Thermo King
Various- disposable in -line type
Section 9
Floor heater blowers
Front
Rear
Controls
Manufacturer
Model
Midshi - 65,000 BTU forced air heater
35,000 BTU forced air heater
Thermo King
Intelligaire III
Driver's heater
Manufacturer IMobility Climate Controls.
Model 13 -14114
25
CMPC- I5- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Capacity 160,000 1 Btu /hr
Ventilation system
Type I Thermo King/ Mobility Climate Controls
Coolant heater
Make Webasto
Model Thermo 300
Capacity 80,000 Btu
Interior lighting
Manufacturer
Type
Number of fixtures
Size of fixtures
Power pack
Doors
Section 9
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
Electro- pneumatic
Vapor
Slide /Glide
Electro- pneumatic
Hehr
Custom Build
Laminated safetv alass
Side
Rear
110
NIA
50" x 44 144 x 44
Type Laminated
26
CMPC- I5- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Thickness
Color of tint
Light transmission
Mirrors
1/4" Nominal
Per specification
Per specification
Section 9
Seats
Passenger
Manufacturer
Model
Type
Operator
Manufacturer
Model and part
number
Type
Paint
Manufacturer
Type
American Seating
N2003 and 6466
added passenger seats
Recaro
Ergo Metro - AM80
Air suspension driver seat
PG
7elfleet - low GOC, ppolyurethane enamel
Wheelchair ramp equipment
Manufacturer R9con
Model number 621SA
Capacity
Size Type Manufacturer Part no. Model no.
Right side exterior 15x8 Combo Hadley c5- 2"913HRFHRCX -07S CS- 2s- 0913HRFHRcx -079
Left side exterior 15X8 Combo Hadley R&7- U13HRFHRGX -0TS RS- 7.U13HRFHRGX -0T9
Center rearview 15x4 Convex Lucerex 23.987.00
pressure
Front entrance area Not Applicable
Hydraulic cylinders: Size N/A
Upper -right corner 6" Convex Rosco BAS3001 BAS3001
Rear exit area 12" Convex Rosco 362R 3628
Seats
Passenger
Manufacturer
Model
Type
Operator
Manufacturer
Model and part
number
Type
Paint
Manufacturer
Type
American Seating
N2003 and 6466
added passenger seats
Recaro
Ergo Metro - AM80
Air suspension driver seat
PG
7elfleet - low GOC, ppolyurethane enamel
Wheelchair ramp equipment
Manufacturer R9con
Model number 621SA
Capacity 1,000 Ibs
Width of platform 30 or 32 in.
Length of platform 51.4 in.
System fluid capacity NIA quarts
Type of fluid used Not applicable - Electro- mechanical drive systen
Operating hydraulic n
t
psi
pressure
Hydraulic cylinders: Size N/A
Number N/A
27
is utilized on this new
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Wheelchair securement equipment
Manufacturer
Model number
Section 9
Destination signs
Manufacturer
Type
uminator - Horizon.
LED
Character length
Front destination "namable in.
Front route NIA in.
Curbside destination Programmable in.
Rear route NIA in.
Character height
Front destination Up to 8" in.
Front route NIA in.
Curbside destination Up to 4" in.
Rear route NIA in.
Number of characters
Front destination Programable
Front route N/A
Curbside destination Programable
Rear route NIA
Message width
Front destination
Front route
Curbside destination
Rear route
Electrical
Multiplex system
Manufacturer
Model number
Batteries
Manufacturer
Programable in
NIA in.
Programable in.
NIA in.
110 Controls
Dinex G3
FDelco or interstate - Group 31 maintenance -free batteries x 4
28
CMPC- I5- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Model number
Type
Group 31
Minimum 700 CCA each
Communication system
Gps
Manufacturer
Model number
PA system
Clever Devices
DR700
Section 9
Energy storage (hybrid drive)
Type
Number of cells V
Battery pack voltage V
Weight Ibs
Security camera system
Manufacturer MobiieView
Model number 7000 Series NVR
Number of cameras 8
Storage capacity 2 TB
Bike racks
Manufacturer SportWorks
DI-2
Fire detection system
Manufacturer
Model number
Fire detectors
Type (thermal or
optical)
Number of detectors
Note, this replaces the Penta DVR as specified
29
CMPC- 15- LTB -RFP January 2015
Manufacturer Model number Number
Amplifier Clever Devices DR700
Microphone Clever Devices Stealth Mic
Internal speakers GFI Genfare 603B/LP
External speaker REI 220010
Energy storage (hybrid drive)
Type
Number of cells V
Battery pack voltage V
Weight Ibs
Security camera system
Manufacturer MobiieView
Model number 7000 Series NVR
Number of cameras 8
Storage capacity 2 TB
Bike racks
Manufacturer SportWorks
DI-2
Fire detection system
Manufacturer
Model number
Fire detectors
Type (thermal or
optical)
Number of detectors
Note, this replaces the Penta DVR as specified
29
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
Automatic voice annunciator system
Manufacturer I Clever Devices
Model and part number DR700
Annunciator LED sign
Number of signs
Housing dimensions
Character length
Character height
Character width
NIA
N/A in.
in.
In.
N/A
N/A
GP5 antenna
Manufacturer
Model and part number
clever Devices
art of DR700 system
Automatic passenger counter
Manufacturer
Model and part a
number
b
c
Sensor type
Infodev
Automatic Passenger Counting (APC)
Utilizes DL10B onboard computer
DA -20 - electro- optical, directional counting sensors J
Real -time bus arrival prediction system
Manufacturer
Router
Cellular modem
Charge protection
Electronic tire pressure monitoring system
Manufacturer ISmartTire
Model number PMS
Electronic brake stroke /wear indicator system
Manufacturer MGM Brake
Model number I e- Stroke
T
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- I5- L.TB -RFP January 2015
SPECIFICATIONS
i-
HEAVY -DUTY 30', 32' AND 35' LOW -FLOOR BUS
The E -Z Rider 11 continues to be the
mid -size, heavy -duty low -floor bus
gold standard? Designed and built in
the USA, the E -Z Rider II offers
unmatched floor plan flexibility with
ADA compliant wheelchair ramps at
front, tenter or bath doors for superior
paratransit flexibility. With hundreds of
options, the E -Z Rider 11 is custom built
to meet your exacting needs. With the
latest in exterior styling, the E -Z Rider 11
will separate your fleet from
the ordinary!
DESIGNED AND BUILT IN THE USA! 1111111111M
aJ
ElDorado if
National California
BEST AESTHET11CS
Swept windshield offers the superior
aestnetics you demand with enhanced
visibility and reduced wind noise for
the driver and passengers.
HIGHEST CAPACITY
Best seated capacity in the business!
The E -Z Rider II 35'seats as many
as the competitors 40'bus! High
capacity with superior maneuverability
and greater fuel efficiency.
MIDSTWHEELCHAiRS
Up to four wheelchairs can be
accommodated with ADA ramps
at front, center or rear doors = total access!
The available center door ramp is designed
to accommodate even the largest electric
scooters with ease.
POPULARFLOORPLANS
Note: this is only a partial listing of available
floorplans.To find a floorplan meeting your
exact needs, contact your El Dorado National
representative,)
X91DEL
1!I lrlill rr llreLl 1,
ICI
Passengers w/2 Wheelchairs
or 23 Passengers
24 Passengers w/2 VVIneelchalrs
or
If1i r11, f Ntilk[fl . l
f! I!1 C 1 r mss;: =-y .,,,,.,,r
I
1!I
1 NI Ir P lFl"y
1 IfA ``--I F Al I Iw.
f 1 I:kl 'aI I
Passengers
3YMM
IF
is
25 Passengers w/2 Wheelchalra
or3l Passengers
1 Ili ii iiiKr3r iiFiaililaL
ICI 1 r.ii! t! [! Illrrrr
1111 I ° I . [ F, ... -: `
1 I 1 iJ 11 llIliil InwiL[" -'
ICI
Ifil I Irr.ili 1! f lil+ll ;1 If>f I LEI _ U t`- _ -`i
1 I rISI
il•
IN 1 rt'lil f H i'I" i >
I
Ill l r,l
A 1
Ill ill Ilil ®!p a
lir-
y }#
I
Ill •' +!:ii .
I,r'.
Ill 1 Il I . °..T _
Ill i !J i 1 [ Illf9t Ii L41y'
IEI
In
30 Passengers w/2 Wheelchairs
or 35 Passengers
Ilk I I I I 1 IKID-
33 .
i
or 41 Passengers
Ill _ 1 i`µ. "` —
T' 0 2014 Mcrado National 1.
2014 TECHNICAL
SPECIFICATIONS TECHNICAL SPECIFICATIONS 30'MODEL 32 'MODEL_ 35'
MODEL GVWR 35,000Ibs. 35,0001bs. 35,
0001bs. Body Length 307' 31'3" 35'
7" BodyWidth 102" 102"
102" Wheelbase 160 " 168"
220" Approach Angle 9" 90
90 Brea kove r An g le 140 14°
120 Departure Angle 90 9°
9° Seating Upto33 Up to 33 Up to
41 Body Height 125'With Exhaust, 126 "With Roof HVAC, 135 "With
CNG Interior Height 95 "Over Front Axle, 78 "Over Rear
Axle Step Height -Front And Rear Doors 14 "and 11 "
Kneeled Wheelchair Ramp Locations Front And /Or Center
Doors Available Engines Cummins - Diesel, CNG,
LNG, Available Transmissions Allison - 8300R, B400R,Voith,
2F Passenger HVAC Roof Or Rear Mounted Pius Dash Mounted Driver's
HVAC Front And Rear Axles
ArvinMeritor Brakes S -Cam Drum W /Automatic Slack Adjusters And
ABS Tires 275/70R 22.
5 Front And Rear Doors Vapor Air - Slide
Glide Electrical System I/O Controls Multiplex - G2A or
G3 Suspension Air Suspension Front And
Rear
I
e t, ©
Ell3orado . At ElDorado National, we constantly National -
California improve our product,as a result
all specifications and dimensions are subject 9670 Galena Street • Riverside, CA
92509 to change without notice. (909) 591-
9557 R www.enconline.
Colorado Mountain
Purchasing Consortium
CER 5. Vehicle Questionnaire
This form must be completed and included in the Technical Proposal.
Bus manufacturer:
Bus model:
Understructu re
manufacturer:
Model number:
Basic Body Construction
GENERAL COACH DATA SHEET
ElDorado National- California Inc.
EZ- Rader II
ElDorado National - California Inc.
E -Z Rider 1132'
Section 9
Type: IMonocoque Type Space Frame
Tubing or frame member thickness and dimensions
Overstructure Various sizes of steel tubing and stainless steel sheet
tinderstructure Various sizes of steel tubing and stainless steel sheet
Skin thickness and material
Ro ©f
Sidewall
Skirt panel
Front end
Rear end
Dimensions
0.063 Aluminum
0.10 Fiberglass composite
0.165 Fiberglass composite
0,125 Fiberglass
0.125 Fiberglass
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
10.5 in.
in.
in.
in.
in.
in..
in.
31
g
10
2.5
6
0
8 5
N/A NIA
8 5
Overall height (maximum)
Overall height (main roof line)
10 ft Min.
ft in.
14
CMPC- 15- 1_Tl3 -RFP January 2015
Colorado Mountain
Purchasing Consortium
Angle of approach
Breakover angle
areakover angle
rear)
Angle of departure
8.7 deg
deg
deg
deg
15
N/A
8.7
Doorway Dimensions Front
Width between door posts 44 in
Door width between panels 36 in
Clear door width 32 in
Doorway height 78 in
Knuckle clearance 1.5 in
Rear
42 in.
37 in.
in.
78 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 in. R1 14 deg a. M in.
Unkneeled b. 14 in. RZ 18 deg b. in.
Interior head room (center of aisle)
Front axle location 95 in.
Center axle
NIA
in.
location
Rear axle location 79 in.
Aisle width between transverse r in.
seats LL
Floor height above ground (centerline of bus)
At front door 14 in.
At front axle 17.38 in.
At drive axle 33.38 in.
15
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
At rear door 14 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)
Front inner corner radius, TR1
Front wheel inner turning radius, TR2
Front wheel outer tuming radius, TR3
Inside Body Turning Radius innermost point, TR4 (including
bumper)
32
26
ft
ft
ft
ft
ft
4 in.
in.
in.
in.
in
1
9
20 10
27 7
15 12
Wheel base
Front 16$ in.
Rear N/A in.
Overhang., centerline of axle over bumper
Front 95.5 in.
Rear 119 in.
Floor
Interior length
P27
ft 11 in.
Interior width (excluding cooing) ft 11 in..
Total standee area (approximately) ft2
Minimum distance between
Front 34.5 in.
wheelhouses:
Rear 134 in.
16
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Maximum interior floor slope (from
horizontal)
Passenger capacity provided
Total maximum seating 23
Standee capacity 18
Minimum hip to knee in.
room
Minimum foot roam 14 in.
Weight
Center NfA in.
l,J
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
Cummins Engine Co.
No, of Front axle Center axle Rear axle Total
Bosch }API
People Left Right Total Left Right Total Left Right Total bus
Empty bus, full 24,130
fuel and 3,347 N/A N/A N/A 8,476 17,299
farebox
Fully seated, 23+ 27,730
full fuel and 3,743 7,650 N / A N/A N/A 10,242 9,838
farebox Driver
Fully loaded 41 + 30,430
standee and
fully seated, Driver 4,393 8,975 N / A N/A NIA 10,937 10,518
full fuel and
farebox
Crush load 33,58
l.sx fully N A N/A 10,04 N/A N/A
loaded)
GVWR 11,000 23,000 34,000
GAW R I —r-1-12,0001 I I I 123,nno
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
Cummins Engine Co.
4 cycle in -line turbo charged air cooled
15L- 280 HHD
4.49
5.60
543
in.
in.
in.
16.61
Bosch }API
280
sao
hp at
lb/ft at
2,200 RPM
RPM1,300
gal
17
CMPC- I5- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
New engine, wet It I gal
Turbocharger make and model Holset
Maximum speed, no load ? -D RPM
Maximum speed, full load == RPM
Speed at idle no RPM
Speed at fast idle 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 IAIIison
Section 9
ype Automatic
Speeds 6
Gear ratios Forward: Reverse: 5.03
Shift speeds
1st -2nd 10 mph
2nd -3rd 21 mph
3rd -4th 30 mph
4th- 5th (if applicable) 40 mph
5th -6th (if applicable) mph
Fuel capacity (including heat exchanger and 2 Llc7ftSfilters
Voltage regulator
Manufacturer
Model
G.E. Niehoff
B03
Voltage equalizer
Manufacturer
Model
Vanner
70 Series
18
CMPC- I5- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Alternator
Manufacturer
Type
Model
Output at idle
Output at maxi
Maximum warn
Speed at idle (i
Drive type
Section 9
C.E. Niehoff
Air Cooled
843
num speed
nted speed
pproximately)
525
amps
amps
rpm
rpm
Belt Drive
Starter motor
Manufacturer
Type
Model
Denso
Electric
Q8000-0060
Air compressor
Manufacturer
Type
Rated capacity
Capacity at idle
Capacity at ma
engine)
Maximum wary a
Speed idle
Drive type
Wabco
Twin Cylinder- RReci rocatin
approximately) 8
34.4 CCFM
8.5 C
Governor:
Cut -in pressure 105 psi
Cut -out pressure 125 psi
Axles
First
Manufacturer IMeritor
Type I Deep Drop I- Beam
Model number IMFS12
Gross axle weight rating H2"Ibs
Axle load lbs
Second
Manufacturer N/A
19
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Type NIA
Model number NIA
Gross axle weight rating NIA lbs
Axle load NIA I lbs
Third
Manufacturer IMeritor
Type Full Floating--
Model number I RS23
Gross axle weight rating 23,aro lbs
Axle load 22.ODOI lbs
Axle ratio 5.38
Suspension system
Manufacturer I ElDorad'o National
Type: First: Air ride- Trailing arm taper leaf
Second: N/A
Third: Air ride- Trailing arm taper leaf
Springs: First: Air Bag
Second: N/A
Third: Air Bae
Joint
Manufacturer
Type
Model number
NIA
NIA
NIA
Wheels and tires
Wheels
Make
Size
Capacity
Material
Tires
Accuride - Hub Piloted
22.5` X 7.5n
5,610 lbs.
Steel
Manufacturer Micllelll
Type Radial
Size 27517 R
Load range/air pressure
Section 9
20
CMPC- I5- 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
Eaton Series 26
Gear Purr
1.915Ipsi
Sheppard- M 100
Hydraulic
18.9:1
Section 9
Power steering fluid capacity 2 gal
Maximum effort at steering 7-10 Ibs (unloaded stationary coach on dry asphalt pavement)
wheel
Steering wheel diameter 20 in.
Brakes
Make of fundamental E
Brake chambers vende
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
CMPC- I5- LTB -RFP
Haldex- Automatic A5 3275G 1099
Haldex- Automatic A5 3275G 1098
N/A
N/A
Haldex- Automatic A28 3275S 1059
Haldex- Automatic A28 3275S 1059
5.50
NIA
6.50
Meritor
85.12368.1002
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
Brake lining Identification
First: Forward LM- M 21
LM- MA212
N/A
NIA
R301/LM- ABB931 -1 fit
8301 /LM- ABB931 -1 fit
Abex
Q Plus
Reverse
Second: Forward
Reverse
Third: Forward
Reverse
Brake linings per shoe
First 2
Second N/A
Third 2
Brake fining widths
First 6 in.
Second NIA in.
Third 17 in.
Brake lining lengths
First 15 in.
Second N/A in.
Third 16.5 in.
Brake fining thickness 0.75 in.
Brake lining per axle
First 384 sq. in.
Second N/A sq. in.
Third 46 sq. in.
22
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Cooling system
Radiator /charge air cooler
Manufacturer Modine /Modine E -Fan Cooling S
Type Over under module design
Model number E -Fan Gen 2
Number of
tubeEdm
28/15
Tubes outer dia in./ 4.25 in.
Fins per inch fins
Fin thickness in.
Total cooling and heating system o gal
capacity
Radiator fan speed
LDigital TypecontrolLJ
in .3
Surge tank capacity 16 quarts
Engine thermostat temperature Initial opening (fully
setting: closed)
2,495
Fully open
Overheat alarm temperature sending unit 225
OF
setting
in.,
Shutdown temperature
2,495
OF
setting
N/A in.'
Air reservoir capacity
Supply reservoir 1,224 in .3
Primary reservoir 2,495 in.'
Secondary reservoir 2,495 in.3
Packing reservoir in.,
Accessory reservoir 2,495 in.'
Other reservoir type N/A in.'
185 OF
195 OF
Heating, ventilation and air conditioning equipment
Heating system capacity 115,000 BTU /hr
Air conditioning capacity 115,000 BTU
Ventilating capacity 3,000 CFM
Compressor
Manufacturer
Model
Number of cyiir
Drive ratio
Section 9
23
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Maximum warranted speed 2,600
Operating speed 2,200
Weight 110
Oil capacity Dry 70 ft
Wet
Refrigerant: Type R4O7C
Condenser
Manufacturer Thermo King
Model lAthenia AM 11
Number of fins/in. 11
Outer diameter of tube 0.375 in.
Fin thickness 0.016 in.
Condenserfan
Manufacturer JEBM
Model IW3G300 ECDC
Fan diameter 12 in.
Speed maximum 3,306 rpm
Flow rate (maximum) 5,50Q CFM
Receiver
Manufacturer Thermo King
Model Horizontal T
Capacity 17-1; 1 Ibs
Condenser fan drive motors
Manufacturer
Model
Type
Horsepower
Operating speei
Section 9
rpm
rpm (recommended)
Ibs
gal
gal
17 Ibs
Evaporator fan drive motors
Manufacturer EBM
Model K313O97
Type ECDC
Horsepower 0.30 1 hp
Operating speed 14,400 1 rpm
24
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Evaporator(s)
Manufacturer Thermo Kin
Model I Athenia AM 11
Number of rows 4
Number of fins/in. 10
Outer diameter of tube 0.375 in.
Fin thickness 0.016 in.
Number of evaporators ac;rG Pa=cau
Expansion valve
Manufacturer
Model
Filter -drier
Manufacturer
Model
Heater scores
anfoss
Tube
Thermo King
Various- disposable in -line type _
Manufacturer IThermo King
Model
Capacity 115,000 Btu/hr
Number of rows 2
Number of fins/in. 8
Outer diameter of tube 0.375 in.
Fin thickness 0.008 in..
Number of heater cores 4ckGlo w-a
Floor heater blowers
Front
Rear
Controls
Manufacturer
Model
Midship - 65,000 BTU forced air heater
35,000 BTU forced air heater
Thermo King
fntelligaire III
Driver's heater
Manufacturer Mobility Climate Controls
Model 13 -14114
Section 9
25
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Capacity 160,000 1 Btu/hr
Ventilation system
Type I Thermo King/ Mobility Climate Controls
Coolant heater
Make Webasto
Model Thermo 300
Capacity 80,000 1 Btu
Interior lighting
Manufacturer
Type
Number of fixtures
Size of fixtures
Power pack
Section 9
1/0 CONTROLS
LED
Laminated safety glass
72" Long
24 Volt - driver module
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
Aide /Glide
Electra - pneumatic
apor
51ide /Glide
Electro- pneumatic
Hehr
Custom Build
Laminated safety glass
Side
Rear
110
I N/A
50" x 44 144 x 44
Type Laminated
26
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Thickness
Color of tint
Light transmission
Mirrors
114 " Nominal
Per specification
Per specification
Section 9
Seats
Passenger
Manufacturer
Model
Type
Operator
Manufacturer
Model and part
number
Type
Paint
Manufacturer
Type
American Seating
N2003 and 6466
Padded passenger seats
Recairo
Ergo Metro - AM80
Air suspension driver seat
PPG
Deltleet - low COC, ppolyurethane enamel
Wheelchair ramp equipment
Manufacturer Rlcon
Model number 1621SA
Capacity
Width of platform
Length of platform
System 'fluid capacity
Type of fluid used
Operating hydraulic
Size Type Manufacturer Part no. Model no.
Right side exterior 15x8 Combo Hadley CS-23- [913HRF14RCX -07S CS2"913HRFHRCX -6TS
Left side exterior 15x8 Combo Hadley R3- 7- UI3HRFHRCX -0TS R5.7- UI3HRFHRCX-4TS
Center rearview 15x4 Convex Lucerex 23.987.00
Front entrance area Not Applicable
Upper -right corner 6" Convex Rosco BAS3001 BAS3001
Rear exit area 12" Convex Bosco 3628 362R
Seats
Passenger
Manufacturer
Model
Type
Operator
Manufacturer
Model and part
number
Type
Paint
Manufacturer
Type
American Seating
N2003 and 6466
Padded passenger seats
Recairo
Ergo Metro - AM80
Air suspension driver seat
PPG
Deltleet - low COC, ppolyurethane enamel
Wheelchair ramp equipment
Manufacturer Rlcon
Model number 1621SA
Capacity
Width of platform
Length of platform
System 'fluid capacity
Type of fluid used
Operating hydraulic
1,000 I bs
30 or 32 in.
51.4 in.
NIA quarts
Not applicable - Electro- mechanical drive system is utilized on this new ramp
psi
pressure t 4A
Hydraulic cylinders: Size NIA
Number NIA
27
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Wheelchair securement equipment
Manufacturer
Model number
0
QVT 81 00-Al Deluxe
Destination signs
Manufacturer uminator - Horizon
Type I LED
Character length
Front destination Programable in.
Front route N/A in.
Curbside destination Programmable in.
Rear route N/A in.
Character height
Front destination Up to $" in.
Front route N/A in.
Curbside destination Up to 4^ in.
Rear route N/A in.
Number of characters
Front destination Programable
Front route N/A
Curbside destination Programable
Rear route N/A
Message width
Front destination
Front route
Curbside destination
Rear route
Electrical
Multiplex system
Manufacturer
Model number
Batteries
Manufacturer
Programable in.
N/A in.
Programable in.
N/A in.
1/0 Controls
Dinex G3
l)elco or Interstate - Group 31 maintenance -free batteries x 4
Section 9
28
CMPC- I5- LTB -RFP .January 2015
Colorado Mountain
Purchasing Consortium
Model number lGroup 31
Type I Minimum 700 CCA each
Communication system
GPs
Manufacturer
Model number
PA system
Clever Devices
DR700
Section 9
Energy storage (hybrid drive)
Type
Number of cells V
Battery pack voltage V
Weight Ibs
Security camera system
Manufacturer Mo'bileView
Model number 7000 Series
Number of cameras 8
Storage capacity 2 TB
Bike racks
Manufacturer
Model number
3portWorks
DL2
Fire detection system
Manufacturer
Model number
Fire detectors
Type (thermal or
optical)
Number of detectors
this rer laces the Penta DVR as
29
CMPC- I5- LTB -RFP January 2015
Manufacturer Model number Number
Amplifier Clever Devices DR700
Microphone Clever Devices stealth Mic
Internal speakers GFI Genfare 603E {LP
External speaker REI 220010
Energy storage (hybrid drive)
Type
Number of cells V
Battery pack voltage V
Weight Ibs
Security camera system
Manufacturer Mo'bileView
Model number 7000 Series
Number of cameras 8
Storage capacity 2 TB
Bike racks
Manufacturer
Model number
3portWorks
DL2
Fire detection system
Manufacturer
Model number
Fire detectors
Type (thermal or
optical)
Number of detectors
this rer laces the Penta DVR as
29
CMPC- I5- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
Automatic voice annunciator system
Manufacturer =ever
Model and part number I DR700
Annunciator LED sign
Number of signs
Housing dimensions
Character length
Character height
Character width
N/A
N/A in.
in,
in.
N/A
N/A
GPs antenna
Manufacturer
Model and part number
Clever Devices
art of DR7[DO system
Automatic passenger counter
Manufacturer
Model and part a
number
b
C.
Sensor type
Infodev
Automatic Passenger Counting (APC)
Utilizes DL10B onboard computer
I DA -20 - electro- optical, directional counting sensors 1
Real -time bus arrival prediction system
Manufacturer
Router
Cellular modem
Charge protection
Electronic tire pressure monitoring system
Manufacturer SmartTire
Model number iTP'MS
Electronic brake stroke /wear indicator system
Manufacturer MGM Brake
Model number le-Stroke
Model number
NOTE: All information above Is accurate to the timefrarne 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
SPECIFICATIONS
EAVY -DUTY 30', 32' AND 35' LOW -FLOOR BUS
The E -Z Rider II continues to be the
mid -size, heavy -duty low -floor bus
gold standard! Designed and built in
the USA, the E -Z Rider II offers
unmatched floor plan flex!blllty with
ADA compliant wheelchair ramps at
front, center or both doors for superior
paratransit flexibility. With hundreds of
options, the E -Z Rider II is custom built
to meet your exacting needs. With the
latest in exterior styling, the E -Z Rider II
will separate your fleet from
the ordinary!
DESIGNED AND BUILT IN THE U5A! M[f—!
ElDorado
National - California
BEST AESTHETICS
Swept windshield offers the 4uperior
aesthetics you demand with enhanced
visibility and reduced wind noise for
the driver and passengers.
HIGHEST CAPACITY
Best seated capacity in the business!
The E -Z Rider II 35'seats as many
as the competitors 40' bus! High
capacity with superior maneuverability
and greater fuel efficiency.
MOSTWHEELCHAIRS
Up to four wheelchairs can be
accommodated with ADA ramps
at front, center or rear doors = total access!
The available center door ramp is designed
to accommodate even the largest electric
scooters with ease.
POPULAR FLOORPLANS
Note: this is only a partial fisting of available
floorplans.To find a floorplan meeting your
exact needs, contact your ElDorado National
representative.)
iii i liliili ' h _~ nlilililL'
Ili Iihl lIN -1=
I
Ili 111 ..! II 1 'r„;
Ili 1t t 1
14
11 ?r+lleu l t!
24 Passengers w/2 Wh chairs
or 30 Passengers
Ill
I I I ill ;4F
Il rJ Tf11#7)lliaFiarw G"". ll
Illl<i pl il
ODL
Ill I
Itl 1 r 1! Iluklr Ir Fiwiwri L'!all
Ill
u
1 11 f i [i U
win in I
111111111 ii'M In
ul
Ill 1 0118-1 ul IRl~It+ri
ICI ul ° Ill.
30 Passengers w/2 Wheel&6rs
or 35 Passengers
1 I I1lslal Il h i
GIs
111 n,iiil U ww
1 1 :1 r iH
1 1 11iRi l 1 IjsMhl1l1
22 Passengers w/2 Wheelchaiirs
1 1
1 Rem 10 Eiiiiiiiwi ,1ll
1 1 aim s 1 litkil .
33 Passengers w/2 WheeMairs
or 41 Passengers
C ZU 14 Eldorado National 1.2014
TECHNICAL SPECIFICATIONS
GVWR
Body Length
BodyWidth
Wheelbase
Approach Angle
Breakover Angle
Departure Angle
Seating
Body Height
Interior Height
Step Height -Front And Rear Doors
Wheelchair Ramp Locations
Available Engines
Available Transmissions
Passenger HVAC
Front And Rear Axles
Brakes
Tires
Front And Rear Doors
Electrical System
Suspension
TECHNICAL SPECIFIC
30'MODEL
35,000 lbs.
30'7"
102"
160"
9
14°
9°
Up to 33
32'MODEL 35`MODEL
35,000 lbs. 35,DDD tbs.
31 3 35' " 1
102"
168,
9°
14°
r
Up to 33
102"
220„
9°
12°
9°
Up to 41
12S'With Exhaust, 126 "With Roof HVAC,136 "With CNG
95"Over Front Axle,78 "Over Rear Axle
14 "and 11 "Kneeled
Front And/Or Center Doors
Cummins -Diesel, CNG, LNG,
Allison - 8300R, B400R, Voith, ZF
Roof Or Rear Mounted Plus Dash Mounted Driver's HVAC
ArvinMeritor
S -Cann Drum W /Automat €c Slack Adjusters And ABS
2751108 22.5
Vapor Air - Slide Glide
If0 Controls Multiplex - G2A or G3
Air Suspension Front And Rear
E1Doaraclo
National - CaliforniaAtElDoradoNational, weconstantly y
improve our product; as a result all L1
specificatlons and dimensions are subject 9670 Galena Street • Riverside, CA 92509
to change Without notice. 909) 591 -9557
www.enconline.com
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, Yes
Passenger Counts 31708 link to APC PCU,
APC) and GPS receiver hard-
ware components.
Automated Voice Mackenzie MB -701 Yes
Annunciation Labs
AVA)
Back Up Camera Luminator Built in camera that inter- Yes
System faces with ODK providing
a backup display when
the bus is in reverse.
Bike Rack. Sportworks 3- Position Bike Rack Yes
Destination Sign Hanover,
System
Destination Sign Luminator Gen 4 SMT with ODK4, Yes
System rear run sign camera op-
tion and dash sign.
Destination Sign TwinVision
YesSystem
Drop -Down Chain On -Spot System should be pro- Yes
System grammable for speed limi-
tations for deployment as
well as top speed.
Fuel filler - The nozzle shall automati- Yes
standard fuel tally shut off when the
nozzle tank is essentially full. An
audible signal shall indi-
cate when the tank is es-
sentially full. The fuel i=dler
cap shall be a screw -on
cap.
Handset AudioSears For VoIP communication
Yes
31
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
Paratransit RouteMatch Yes
Scheduling
Software
Hardware
Pa ratra nsit Trapeze Yes
Scheduling
Software/
Hardware
Perimeter Seating Passenger seats shall be Yes
Seat Configuration arranged in a perimeter-
facing configuration.
Radio Motorola MCTOTRBO Model Yes.
XPR4550 w/hand mic; 45
watt VHF Radio 2 anten-
nas; GPS surface mount
antenna
Related ITS Clever Devices Announcement and Public Yes
Components Address System; Infrared
APC system
Surveillance Apollo 5 -8 camera system; Wifi Yes
Camera System built in for download; high
definition, high capacity
mobile DVR.
Surveillance UTC /GE Penta 8 -12 camera sys- Yes
Camera System MobileView tem; GPS and Wifi router
antenna, event button.
Surveillance RE 3 -8 camera system
YesCameraSystem
Surveillance Seon 3 -4 camera system, GPS
YesCameraSystem
Three forward Three forward- facing loca- Yes
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- LTS -RFP January 2016
ElDorado
National
March 9, 2015
Ms. Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
J
t
California
RE: CMPC- IS- LTB -RFP — Delivery Performance Letter.
Dear Ms. Beauvais:
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement for
the submission of a Package 1 - documentation regarding our production and delivery schedule for year one
as well as subsequent years of the contract.
E1Dorado has a stater -of- the -art facility located in Riverside, California that is specifically designed to
accommodate the small, custom built order requirements as detailed in Section: "IP 1. Quantities" of the
CMPC RFP. To this end, we have the unique ability to offer exceedingly fast delivery for all CMPC
member orders.
YEAR ONE OF CONTRACT:
If E1Dorado National is awarded this contract, we hereby commit to delivering buses to CMPC members
within 330 days from receipt of valid purchase order during the first year of the contract.
YEARS TWO THROUGH FIVE OF CONTRACT:
If ElDorado National is awarded this contract, we hereby commit to delivering buses to CMPC members
within 330 days from receipt of valid purchase order for years two through five.
Upon review, please do not hesitate to contact us with any questions or additional needs. Again, thank you
for the opportunity to participate in your consortium procurement.
Sincerel ,
Mike Amin
Vice President of Sales
E1Dorado National - California, Inc.
9126 Tanglewood Drive, Urbandale Iowa 50322 - Tel: 515- 270 -2939 • Fax: 515- 270 -2537 • E -mail: mammann @eldorado- ca.com
ElDorado
National
March 9, 2015
Ms. Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
California
RE. CMPC- I5 -LTB- REP — Other Contract Commitments Letter.
Dear Ms. Beauvais:
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement
found in Package 1 specific to other contract commitments for the duration of this contract.
Listed below is a r () T,,f7identiai list other open contracts that ElDorado National — California, Inc. is currently
obligated to, in addition to our current backlog of sold orders:
1. Charlotte Airport - 5 year contract / unlimited E -Z Rider Il options
2. Huntsville, Alabama - 5 year contract / 20 E -Z Rider II option
3. Dutchess County - 5 year contract / 25 Axess bus options
4. State of Minnesota Consortium contract - 1 year contract (through December 31, 2015) / unlimited E -Z Rider 11 and
Passport -HD options
5. CALACT - 2 year contract 1200 options
6. HGAC Consortium, contract - 3 year contract (through December 31, 2016) / unlimited options on all ENC-
California bus models
7. Sherman, Texas (TAPS) - 5 year contract (through fall, 201 8) / 50 E -Z Rider 11 options
8. Montclair State - 4 year contract / 8 XHF options
9. Ulster County - 5 year contract / 5 Passport-HD options
10. PACE (Chicago) - 5 year contract / 310 Axess diesel bus options (a portion of these are currently in production)
11. PACE (Chicago) - 5 year contract 1250 Axess CNG bus options (a portion of these are currently in production)
12. Stony Brook University - 5 year contract / 12 E -Z Rider 11 options
13. US Virgin Islands - 5 year contract 1 10 XBF options
14. Longview Transit, (TX) - 5 year contract / 6 E -Z Rider 11 options
15. Michiana Area Council of Governments (MACOG) - 5 year contract 111 E -Z Rider II Trolley options
T
l
Mike Arnmann
Vice President of Sales
ElDorado National - California, Inc.
9126 Tanglewood Drive, Urbandale Iowa 50322 . Tel: 515- 270 -2939 - Fax: 515 -270 -2537 • E- mail: mammann@eldorado- ca.com
ElDorado W
National California
March 11, 2015
Ms. Ann Beauvais
CMPC Program. Administrator
RAE Consultants, Inc..
2212 Nest Platte Avenue
Colorado Springs, CO 80904
RE: CMPC- I5- LTB -RFP — Safety and Crashworthiness Statement..
Dear Ms. Beauvais:
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement
listed in Section 2, page 18 specific to the submission of evidence of vehicle safety and crashworthiness.
The ElDorado National - Axess and E -Z Rider II buses are the safest and most rigorously tested buses in the
industry. Both bus models have successfully completed all of the required FTA, FMVSS and DOT
requirements specific to transit buses. ElDorado National went above and beyond the federal requirements
to validate the structural integrity of our low -floor buses. Both the Axess and E -Z bider 11 have been third-
party tested and successfully completed successfully completed FMVSS 214D for side impact structural
integrity as well as FMVSS 220 for rollover protection. While both tests are specific to school bus bodies,
ElDorado National wanted to confirm the superior structural design of our buses. No other heavy -duty
transit bus manufacturer in North America has gone to such lengths to assure the safest and most
crashworthy bus design. Please see attached FMVSS 214D and FMVSS 220 test results for details.
Sincerely,
Mike Ammann
Vice President of Sales
ElDorado National - California, Inc.
Enclosures — FMVSS 214D and 220 test reports.
9126 Tanglewood Drive, Urbandale Iowa 50322 • Tel: 515 -270 -2939 - Fax.- 515 -270 -2537 • E -mail: mammann @eldorado- ca.com
LABORATORY TEST REPORT
FOR LATERAL IMPACT TESTING
EZ RIDER 11 BUS
Prepared for:
ElDorado National
13900 Sycamore Way
Chino, CA 91710
Test Report No. KAR 20113 -01
KARCO Engineering
AUTOMOTIVE RESEARCH CENTER
9270 Holly Road
Adelanto, CA 92301
Tel: (760) 246 -1672
Fax: (760) 246 -8112
January 22, 2001
KARCO Engineering compiled this publication for information gathering only. The opinions,
findings and conclusions expressed in this publication are those of the authors and not
necessarily those of any other organization. KARCO Engineering provides test services only and
is not involved in consulting, product design or the manufacturing of any automotive products.
KARCO does not warrant, supervise or monitor compliance of products or services except as
specifically agreed to in writing_ By their very nature, testing, analysis and other KARCO services
are 'limited in scope and subject to expected measurement variability. No activity by KARCO
Engineering can release a manufacturer from product or any other liability.
Tested By:
Reviewed By.
Approved By:
Frank D. Richardson, Program Manager
Approval Date: Jautary 22,2Q01
KAH20113 -01
TABLE OF CONTENTS
Section Page
1 Introduction 1
2 Test Procedure and Summary 2
3 Test Results and Data 3
ndi
A Photographs A
Data Sheet No.
1 General Test and Vehicle Parameter Data 4
2 Test vehicle Summary of Results 5
3 Bullet Vehicle Summary of Results 8
4 Vehicle damage Profile Measurements 9
1 KAR20113 -01
SECTION 1
INTRODUCTION
A lateral impact crash test was conducted on an ElDorado National EZ -Rider 11 bus. The
purpose of this test was to determine if the vehicle could withstand a 25 -mph impact by a 4,000 -
pound automobile at any point, excluding doorways, along either side of the bus with no more than
3 inches of permanent structural deformation at seated passenger hip height. This impact shail not
result in sharp edges or protrusions into the bus interior, This test was conducted using a 1985
Cadillac ElDorado as a bullet vehicle.
This report is organized in sections containing pertinent test information and data tables as
follows:
Section 2 - Tent Procedure and Summary
Section 3 Test Results
Appendix A - Photographs
I
r
j 2 KAR20113 -01
i
i
i
SECTION 2
TEST PROCEDURE AND SUMMARY
The ElDorado National EZ Rider 11 bus was subjected to a 25.3 mph lateral impact test on
January 22, 2001. Vehicle information and measurements are presented in Section 3.
The test procedure is comprised of the following steps:
1. Test vehicle inspection.
2. Test vehicle preparation, ballasting and pre -test measurements
3. Photography preparation
4. Preparation of test site
5, Bullet vehicle preparation and ballasting
6_ Test conduct
7. Post -test measurements
The significant aspects of the test procedure are described in the following paragraphs_
The test vehicle was inspected, paying special attention to structural components for
possible areas of concern and non- compliance due to design, manufacturing defects or previous
collisions. No visible discrepancies were noted. The test was conducted fallowing the above steps.
The !ElBorado National EZ Rider 11 bus was impacted on the left (driver's) side by a 1985
Cadillac Eldorado at a velocity of 25.3 mph. The test (target) vehicle was stationary and was
positioned 90° to the line of forward motion. The test vehicle sustained a maximum static crush of
4.43 inches (in.). Crush measurement data are presented in the data sheets. The test vehicle was
loaded with 13680 pounds (lb.) of ballast weight to compensate for missing components, Infrastructure
material, and passenger capacity. The .Bullet vehicle sustained a maximum static crush of 18.50
inches (in.). Crush measurements for the Mullet vehicle are also presented in the data sheets. The test
weight of the bullet vehicle was 4002 lb.
3 KAR20113 -01
SECTION 3
TEST RESULTS AND DATA SHEETS
The results of the 25.3 mph lateral impact test that was conducted on the subject ElDorado
National EZ Rider 11 bus are ,presented In this section. The lateral impact event was documented by
two (2) real -time video cameras and one (1) high -speed video camera. Pre -test and post -tent
photographs of the vehicle and the test setup are shown in Appendix A.
4 KAR20113 -01
DATA SHEET NO. I
GENERAL TEST AND VEHICLE PARAMETER DATA
TEST VEHICLE: ELDORADO NATIONAL EZ RIDER [(BUS PROJECT: P20113
TEST MODE: LATERAL IMPACT TEST DATE: 01122101
TEST VEHICLE INFORMATION
Manufacturer 4 7; °•,
ELD0R 0_ -NA' t A`L":.:: VIN f FLAE
Basic Vehicle).:
Manufacturer NA Manufacturing Date
Odometer Reading I Fuel Type r
a
Engine Displacement x:'
T Cylinders
yt
Transmission A.IJ r{ g• r ,
s'jl { - Final Drive k
f• .ny r i y-k
r T . k r' !
Engine Placement r Color
Tire Press./Max. Cap. Front
x a d M•
yrr• Cold Tire Press. Front'
j'• i i
Tire Pr.lfVlax. Cap. Rear aF "" ` Cold Tire !Tess. Rear y
Type of Spare Recommend Tire Size
K ;f•r. .' t..:. a . err ry. r:
The Size on Vehicle
b'r •x
S •
iVIllflLli Ctllf€:rw
H'
J. T.. SiR:
R sT n o:r..i d•'$ .s.ati • F°='T' ,. ee , i4c - 4saP d' , a a`•S' —r
GVWR f , , '.r "' idr96an Cargo Capacity h A
Basic Vehicle) l +',: 4r r , ,.- Basic Vehicle)
GAWR Front f;:`., ' GAWR Rear
Basic Vehicle) g ." -k r . . Basic Vehicle}
GV1+VR NO.- Cargo Capacity
Modifier} Modifier )
yFrontGAWRRearS 7
Modifier) 4 ; a•t k; Modifier)
21= 1pAirConditioningPowerSteeringring
Power Brakes
r
AM/FM/Cassette
Disc Brakes {Front}
r '?
Disc Brakes (Rear)
x
Power Windows
o Tilt Steering
r_k rs ar r
Anti -look Brakes (ABS) Power Seats r, '
r'•+
h
Driver Ai UP tit; Passen er Alrl?a g1 3
Y
5 KAR20113 -01
DATA SHEET NO. 1 (continued)
VEHICLE CAPACITY DATA:
TYPE OF FRONT SEATS NA
TOTAL NUMBER OF OCCUPANTS 37 —5C-CljP ATS`X1501b. 5550 lb,
VEHICLE CAPACITY WEIGHT (Ib.): WEIGHT OF VEHICLE (IN lb.) AS RECEIVED
with maximum fluids):
Vehicle Capacity Weight
Occupant Weight
RCLW
NA ib.
NA lb.
Right
ib.
RCLW = Rated Cargo/Luggage Weight
CALCULATION OF TEST
TARGET WEIGHT ft.):
Total Delivered Weight NA lb.
RCLW NA lb.
TARGET TEST WEIGHT NA lb,
TEST WEIGHT OF VEHICLE & BALLAST
I
REAR TOTAL
Right
Oggr
I A
W
fff6Ft 500 j o91a 0,114
Total
Left F':
Percent of Total.
Total
Percent of Total
TEST WEIGHT OF VEHICLE & BALLAST
Weight of Ballast secured in cargo area: la680 lb.
Vehicle Components Removed For Weight Reduction: NONE
TEST VEHICLE ATTITUDE (mm)
LF RF LR AR
P LIE, MAsDelivered
KAsTested2
Vehicle Wheelbase: — 160 in.
R KAR20113-01
FRONT REAR TOTAL
Right
I A
W
Lett
Total
Percent of Total.
Weight of Ballast secured in cargo area: la680 lb.
Vehicle Components Removed For Weight Reduction: NONE
TEST VEHICLE ATTITUDE (mm)
LF RF LR AR
P L IE, MAsDelivered
KAsTested2
Vehicle Wheelbase: — 160 in.
R KAR20113-01
DATA SHEET NQ. 2
TEST VEHICLE SUMMARY OF RESULTS
TEST VEHICLE: ELDORADO NATIONAL EZ RIDER 11 BUS
TEST MODE: LATERAL IMPACT
PROJECT: P20113
TEST DATE: 01122/01
7 KAR20113 -01
DATA SHEET NO.3
BULLET VEHICLE SUMMARY OF RESULTS
TEST VEHICLE: ELDORADO NATIONAL EZ -RIDER II
TEST MODE: LATERAL IMPACT
PROJECT: P20113
TEST DATE: 01/22101
8 KAR20113 -01
a R
1.7 1 VIN
m-mimMe'lljukylr-Tffifim
Kell I 4=1
Engine _ t Cylinders
r
Engine Placement v Color
E • ii Cold • Wi-
Tire PressdMax. Cap. Rear
ac
Tire Press. Rear t Vii•
Recommend Tire Size Type of Spare MNmm-
Tire Size !AC kf' _Y
M
rr
0
3iM$:.
Manufacturer ks t
GVVVA Ay4 - p 0 Capacity
Basic Vehicle) A i
GAWR Front jr 1 AWR Rear
Basic
Yt.
r r
Yr •?
a'"
rf ;
GVWR s 5' tat`'j i Capacity iy Y .'1 1:4'1ie' lqs • -
s
GAWR Rear
e..xiCIIL"'Fr....arx'
4.
Air Conditloning
Power Brakes
p L
P;" . ..-(F x rp n .1' }'F S•dtF.t
Disc E (Front)- i s1 rs InrtF
Power Windows
t fir,. ?Ta l,•.l
Anfl-lock Brakes (ABS)
Driver Airbag
r s
asseP nger Air
8 KAR20113 -01
DATA SHEET NO. 3 (continued)
CALCULATION OF TEST
TARGET WEIGHT (lb.): TEST WEIGHT OF VEHICLE & BALLAST
Taal Delivered Weight NA Ib.
RCLW
T"
NA Ib.
TARGET TEST WEIGHT 4000 lb.
01110161:115:111 r
lm _,
RIGHT
f 1t
yyrr RC1 I,
CtitlSS Mr1 f°
rile
CENTER `
fki !{ii, •. u
i fi •.,r 1 ,[ 'F ^ _ 4'.
RON
tSeHI'' 4
9 KAR20113 -01
FRONT RREAR TTOTAL
Bight
Left , Y§
Total';
Percent of Total
01110161:115:111 r
lm _,
RIGHT
f 1t
yyrr RC1 I,
CtitlSS Mr1 f°
rile
CENTER `
fki !{ii, •. u
i fi •.,r 1 ,[ 'F ^ _ 4'.
RON
tSeHI'' 4
9 KAR20113 -019KAR20113 -01
TEST VEHICLE:
TEST MODE
DATA SHEET NO. 4
VEHICLE DAMAGE PROFILE MEASUREMENTS
ELDORADO NATIONAL EZ-RIDER 11
LATERALIMPACT
PROJECT: P20113
TEST DATE., 01122101
10 KAR20113-01
DATA SHEET NQ. 4 (continued)
M• RO '' i
MEASUREMENTS IN in. RS POST-TEST
y
f
7 ?i+fp
g Ry } 1£:
Ri
TCa r i:••'`
A l y 'x Sad' 3 7F}.Sp^IL^.,at
2 l Y y •'Sr,
iC+ Yir}}...yy iz'.. }.tv 4
J dfl '
444kkkTk'"
ykenn •—,.. 4r y
LAC '
s -°K "5 : 31 : -:5°P" " ""°w i I.av
f f C s iLai'7. ., M
i 9 =
elhhd.
n.•'
iF
ar
y d,tian3_"' L4. r lcl rc . .• +,.:'`+" ie
th. {.:
k{ 1.
mill i1`41
w{C• 'r'fiiui f 3. fy.'a %ffl
dI -
r
11 KAR20113 -01
DATA SHEET NO. 4 (continued)
VAUF LIM= 06 R
MEASUREMENTS IN in. STATIC CRUSH
I front MOMR
C f
4ve¢pp{,
5, .tf'i1kE 6 R
T ..
WW l{I^
u
vcf l
ON
WME v MN
a .. 1`'° a.w*.....v!ay#_.
v.
ROOM i .r'i. " rm r F - s.F.
ME
f' t F i '4lx^
3.. +u t iL- M' b .gym "- G.•Ie$
car,, 3 ti,1yY.,. •vVi l- i{4GW1 fv..ui:s!' 4`, :M'rj. . i 1 x s 4y.3
k i.'^t(','! t'
1
s _:.
srL'i
y1YY
4_ = .vL•'avMC s_
J %ct- i'ry'i
x- `'- .
s•-i
y+
vSifR;i.: k". ... - , -
MEVIM ar.,v
i>oe`'
i>,"ff- F'_r"1 i Fr
4
C i .._•.x1a9:i- r".°i'.1 s4F ?f{".av f x7gw:w.i:.
WiS.u i+'!=
1xs ,
k' -e. •t' ES` Y°"'f.d}.14. it r '+
RY
a"
12 KAR20113 -0 1
APPENDIX A
PHOTOGRAPHS
13 KAR20113 -01
r
a
S7
is '..
i fL
FIGURE 1. PRE -TEST FRONT VIEW
FIGURE 2. POST -TEST FRONT MENU
A -1 KAR20113 -02
FIGURE I PRE -TEST LEFT FRQNT'/ VIEW
FIGURE 4. POST -TEST LEFT FRONT a/, VIEW
A -2 KAR20113 -02
su
W
sm
FIGURE 5. PRE-TEST RIGHT REAR 3/4 VIEW
N.i
lo
J,
m 814
3' IT:i 4 F 11 :
Eirr.
Maip
FIGURE 6, POST-TEST RIGHT REAR 3/4VIEW
A-3 KAR20113-02
FIGURE 7. POST -TEST CLOSE -UP VIEW
FIGURE 8. POST -TEST CLOSE -UP VIEW
A -4 KAR20113 -02
FIGURE 9-POST-TEST DAMAGE TO LEFT SIDE
FIGURE 10. BALLAST
A -5 KAR20113 -02
F a. r
s ,
sFt
a•',}R
p
Y`_
4q
r[ rrrRMQ
L
9 1
tic MW6
IT
a
GJt tr " i - y "r ff
i rxr:gtd i- yr s. -a 6 ' r
k
TTri
f f + pSa ! L i i{YSC pyJlpi° Lf
Y77YI ".
j I l ...
Wt '4 % 4'R!i• } i I [ ,:.k'
i....
i—
fsa
r
4_ ,
rTM ,
k, ,rn-- !` s ._ i r 5i Sq r r ,•+.
I
44:— t rtsxRr ee r
FIGURE 11. ACTION SEQUENCE (- .aisec,)
A -6 KAR20113 -02
En. rineeni n g
LABORATORY TEST REPORT
FMVSS 220
SCHOOL BUS ROLLOVER PROTECTION
Ez RIDER II BUS
Prepared for:
ElDorado National
1' 3900 Sycamore Way
China, CA 91710
Test Report No. KAR20112 -01
KARCO Engineering
AUTOMOTIVE RESEARCH CENTER
9270 Holly Road
Adelanto, CA 92301
Tel: (760) 246 -1672
Fax: (760) 246-8112
JANUARY 15, 2001
KARCO Engineering complied this publication for information gathering only. The
opinions, findings and conclusions expressed in this publication are those of the
authors and not necessarily those of any other organization. KARCO Engineering
provides test services only and is not involved in consulting, ,product design or
the manufacturing of any automotive products. KARCO does not warrant,
supervise or monitor compliance of products or services except as specifically
agreed to in writing. By their very nature, testing, analysis and other KARCO
services are limited in scope and subject to expected measurement variability.
No activity by KARCO Engineering can release a manufacturer from product or
any other liability.
Tested By:
Reviewed By:
Approved By:
Frank D. Richardson, Program Manager
Approval Date: JANUARY 15, 2001
KAR20112 -01
Table of Contents
e tL n Title P age
1 Purpose of Compliance Test 1
2 Compliance Test Data Summary 2
3 Test Data 3
Aopzendix
A Photographs
8 Data Plots
C Test Equipment list and Calibration Information
LIST OF PHOTOGRAPHS
Figure
1 Front View as Received A -1
2 Left Side View as Received A -1
3 Rear View as Received A -2
4 Right Side View as Received A -2
5 Pre -Test Roof (Front View) A -3
5 Post -Test Roof (Front View) A -3
7 Pre -Test Roof (Rear View) A -4
8 Post -Tess Roof (Rear View) A -4
9 Maximum Load Door Check (Rear Door) A -5
10 Maximum Load Door Check (Front Door) A -5
11 Right Side Winslow A -6
12 Left Side Window A -8
13 Labeling on Window A -7
14 Test Set -up A -7
KAR20112 -01
Table of Contents (continued)
LIST OF DATA PUTS
Figure
B -1 Left Front Farce
B -2 Left Rear Force
B -3 Right Front Force
B-4 Right Rear Farce
B -5 Total Force
B -6 Left Rear Displacement
B -i Right Front Displacement
B-8 Right Rear Displacement
B -9 Left Front Displacement
9-10 Average Displacement
M
B -1
B -2
B -3
B -4
B-5
B -6
B -7
B -8
B -9
B -10
KAR20112 -01
1, PURPOSE OF COMPLIANCE TEST
This report presents information relative to the preparation and execution of a test
conducted on an ElDorado EZ Rider II bus. The test was conducted to determine rollover
protection of the tested bus when tested in accordance with the requirements of the Federal
Motor Vehicle Safety Standard (FMVSS) 220 — School Bus Rollover Protection. The test
was conducted on January 15, 2001, in accordance with the National Highway Traffic
Safety Administration (NHTSA) test procedure No. TP- 220 -02 dated January 1991.
Detailed procedures for receiving, inspecting, testing and reporting of test results are
described in the test procedures and are not repeated in this report.
This report is organized in sections containing pertinent test information and data
tables as follows:
Section 2 - Compliance Test Data Summary
Section 3 - Test Data
Section 4 - Test Failure Details
Appendix A - Photographs
Appendix B - Test Equipment List and Calibration Information
KAR20112 -D1
2. COMPLIANCE TEST DATA SUMMARY
The ElDorado National EZ Rider II bus, was subjected to FMVSS 220 testing on
January 15, 2001. The bus tested is shown in photographs 1 to 14. Descriptive data are
presented in Data Sheet 1.
The bus was placed on a level concrete pad, the frame supports were installed and
the actuators were connected to the loading plate. Pretest interior and exterior views of the
roof are shown in Figures 5 to 8.
When the bus was properly set for testing, the emergency exit opening
measurements were made. These tests consisted of the measurement of the force required
to operate the release mechanism and the force necessary to push open the exit door.
These measurements were made at pre -test, maximum load, and post -test conditions.
The static load test is conducted by loading the bus roof to a force level equal to 1.5
times the unloaded vehicle weight. The unloaded vehicle weight (20.660 Ib. )was provided
by the manufacturer. The Target test load 31,000 lb. The applied load is controlled by
monitoring the output of a summing network that sums the load measured at each of the
four - actuator locations.
The load plate area dimensions were 3 ft wide by 26.875 ft in length. The plate was
positioned as specified in the test procedure. The "roof area" considered is as specified in
the TP- 220 -42 Test Procedure. Based on this definition, the roof length measured was
25.875 ft in length.
The load application was performed by first applying a 5001b pre -load to the roof of
the bus. The pre -load is measured by using 425 lb. loads at each of the four individual
actuators. Once the pre -load had been applied, the five displacement locations were
measured to determine the amount of deflection caused by the pre -load. The four individual
hydraulic actuators control the load application. The test was conducted at a displacement
rate not to exceed 0.5 in /sec. The four individual loads and displacements were monitored
using a TDAS data acquisition system and a single laptop computer. The sum load and
sum deflection were also monitored. The load was stopped when the load sum reached the
e- determined level.
KAR20112 -01
3. TEST DATA
Data from the tests discussed in section 2 are presented in this section. The test
results satisfied all FMVSS 220 requirements. No test failures relative to FMVSS 220 were
identified on the tested ElDorado EZ Rider 11 bus.
The results of the exit release force tests and the opening area measurements are
presented in Data Sheet 2,
The primary data for the static load test are presented in Data Sheet 3. Force time
history plots for the individual loads at each actuator and the total load are given in Figures
BI to B5. Displacement time history plots for each of the five displacement channels are
also shown in figures B6 to B10-
KAR201 '12-01
DATA SWEET NO. 1
GENERAL TEST AND VEHICLE PARAMETER DATA
TEST VEHICLE: ELDORADO NATIONAL E2: RIDER 11 BUS PROJECT: P20112.01
TEST MODE: FMVSS 220 TEST DATE: 01115101
TEST VEHICLE INFORMATION
Manufacturer ELDORADO VIN 1N JFLAE2TTCS784285
Basic Vehicle) NATIONAL
Manufacturer NA Manufacturing NA
Modifier Date
Odometer Reading NA Fuel Type NA
Engine Displacement NA Cylinders NA
Transmission NA Final Drive NA
Engine Placement NA-. Color NA
Tire Press.lMax. Cap. NA Cold Tire Press. 110 PSI
Front Front
Tire Press.lMax. Cap. Cold Tire Press. 110 PSI
Rea
NSA
Recommend Tire Size NA Type of Spare NIA
Tire Size on Vehicle 275,70R X 22.5 Manufacturer MICHELIN
GVWR 34,000 Cargo Capacity NA
Basic Vehicle) Basic Vehicle
GAWR Front
11 ,000
GAWR Rear
23,000BasicVehicle) Basic Vehicle)
GVWR N,R `. Cargo Capacity NA
Modifier Modifier
GAWR Front NA GAWR Rear NAModifier) Modifier)
Air Conditioning NO Power Steering Na,
Power Braises NO _ AMIFM1Cassette NtJ -.
Disc Brakes (Front) NCB Disc Brakes (Rear) NQ.
Power Windows N.O Tilt Steering N1'
Anti -lock Brakes (ABS) NO Power Seats NO,
Driver Airbag NO Passenger Airbag NO.,.
KAR20112 -01
DATA SHEET NO. 1 (continued)
VEHICLE CAPACITY DATA:
TYPE OF FRONT SEATS NA
TOTAL NUMBER OF OCCUPANTS 37 OCCUPANTS x 150 lb. 5550 lb.
VEHICLE CAPACITY WEIGHT (lb.)
Vehicle Capacity Weight IAA lb.
Occupant Weight NA lb.
RCLW NA lb.
WEIGHT OF VEHICLE (1N Ib.) AS RECEIVED
with maximum fluids):
FRONT REAR TOTAL
Flight 2000 7990 9990
Left
Total
2199 8271 10470 -
4199 16201 20450
Percent of
TotaE
L2 t 7914 100%
KULw = K21ea L;argo LUggage weight
KAR20112 -01
DATA SHEET 2
GENERAL TEST AND VEHICLE PARAMETER DATA
TEST VEHICLE: ELDORADO NATIONAL EZ RIDER II PROJECT: P20112 -01
BUS
TEST MODE: FMVSS 220 TEST 01/15101
1. Can all exits be manually released and extended by a single person without tools,
remote controls, and without the engine running?
PRE -TEST MAX LOAD _ POST-TEST_
PASS FAIL PASS FAIL PASS ---- --- WFAIL
2. Are emergency exit doors releasable from outside the vehicle?
PRE -TEST
PASS 1 AIL
MAX 1_OAD _
PASS
T
FAIL
P ©ST -TEST -
PASS i FAIL
X
Pounds
3. If emergency exit is pushout rear window, note in comments if release mechanism
requires one or two force; applications and the angle of the applications from the
extension motion.
A failure of emergency exits after release of load application is not a compliance test
failure, but is rather for investigative purposes, since it is believed most critical that all
emergency exits be tested during Load application.
Exit Release Mechanism Force - 40 Pound Max
Description
of
Exit
Pre -Test Max Load Post -Test Type of Motion
f
Rotary or
Straight
Pounds PIF Pounds PIF ! Pounds
I
PIF
Window 1 9.0 P 8.0 P 3.5 P Rotary
Window 2 10.0 P 7.0 P ! 5.0 P Rotary
Window 3 6A P 7.0 P 5.0 P Rotary
Door 1 NA P 7.0 P _ _ _ 7.0 _ P Rotary
Door 2 NA P 7.0 p 5.0 P Rotary
mote: r - rass
F --- Fail
KAR20112 -01
DATA SHEET 2 (continued)
Exit Extension Force – 40 Pound Max
Description
of
Exit
Pre-Test Max Load Post-Test Type of Motion
Rotary or
Straight
Pounds P/FI Pounds P/F Pounds P/F
Window 1 6.0 P 6-0 P 2.0 P Straight
Window 2 2.0 P 5.0 P 4.0 P Straight
Window 3 4,0 P 4,0 P 3.0 P Straight
Door 1 8.0
V
P 7.0 p 70 Rotary
Door 2 1 11.0 .... 7.0 P 5:0 ..... P Rotary
Note., P –Pass
F – Fail
Opening Area Measurements
Description of
Exit
Emergency exitsIopeningdescriptions
Emergency exits
opening dimensions
Window 1 square 54" X 40"
Window 2 square 45" X 37"
Window 3 square 54" X 40"
Door I rectangular 36" X 81
Door 2 rectangular 33" X 81
Parallelepiped description and test results
Description of
Exit
Description of apparatus used to determine
emergency exits opening dimensions
P/F
Window I Parallelepiped 12" X 24" X 45" P,
Window 12" X 24 "X 45"
P ia-fl–e-le--p;f-p-a7d---l2"-X-2eX 45"
P
PWindow
Door I Parallelepiped 12" X 24" X 45" P
Door 2 Parallelepiped 12" X 24" X 45'
KAR20112-01
DATA SHEET 3
FORCE APPLICATION DEFLECTION
TEST VEHICLE: ELDORADO NATIONAL EZ RIDER II BUS
TEST MODE: FMVSS 220
PROJECT:
TEST DATE
Results: Plots of load versus time and displacement versus time showed that:
P20112 -01
0111 5/01
1. The maximum roof deflection measured at any one point on the force application
plate was 1.0 inches. (Max allowed is 5 118 inches)
2. The maximum force applied to the application plate was 45094.3 lb. f=orce applied
must be 1.5 times Unloaded Vehicle Weight. Unloaded Vehicle Weight is 20,566 lb.
3. The average rate of loading was .0T inches per second. Maximum allowed is 0.50
inches per second.
The roof deflection measuring devices showed the following:
LOAD i STATION 1 STATION 2 STATION 3 STATION 4 STATION 5
IN Ib- DEFLECTION DEFLECTION DEFLECTION DEFLECTION DEFLECTION
Lett Front Right Front Left Rear Right Rear Center
45094.31 0.9 in. 0.7 in. 1.0 in 0.7 in. NIA
KAR20112 -01
APPENDIX A
PHOTOGRAPHS
KAR20112 -01
FIGURE 1. FRONT VIEW AS RECEIVED
A
FfGURE 2. LEFT SIDE VIEW AS RECEIVED
i- 141 ll
A-1 KAR20112-01
tll J115
FIGURE 3. REAR VIEW AS RECEIVED
f 9
FIGURE 4. RIGHT SIDE VIEW AS RECEIVED
ry
Jr
ham v .na.
A-2 KAR20112-01
FIGURE 5. PRE -EST ROOF(FRONT VIEW)
F|GURE6.POST-TEST ROOF (FRONT VIEW)
3 KAR20112-0 ]
F=
U-M
61.1
FIGURE 7. PRE-TEST ROOF (REAR VIEW)
I
t.
47,
FIGURE 8. POST-TEST ROOF (REAR VIEW)
A-4 ACA R20112-01
saw's
A
all"
r.
9
FIGURE 9. MAXIMUM LOAD DOOR CHECK (REAR DOOR)
FIGURE 10. MAXIMUM LOAD DOOR CHECK (FRONT DOOR)
A-5 KAR20112-01
K.
MMNW -wow."
r
FIGURE 11. RIGHT SIDE WINDOW
FIGURE 12. LEFT SIDE WINDOW
Mol
0
V
KAR20112-01
FIGURE 13. LABELING ON WINDOW
Mle.
I
FIGURE 14. TEST SET-UP
A-7 KAR20112-01
APPENDIX B
DATA PLOTS
KAR20112 -01
Maximum Value: 9772.6 at 17-2 Seconds
minimum value: 2.7 at 0.2 Seconds
SAE Fifter Class: 3 Hz
data of Teg: 1115io1nx
6 Curve Number. FIL-001
Test Vahiciw ELDorado National EZ-Rider fl
I
Curve Description: Right Front Force
Maximum Value: 12868.5 at 17,2 Seconds
Minimum Value: -6.1 at 0.0 Seconds
SAE Filer Class: 3 Hz
Date of Test: 1115101
N
Curve Number: F[L -002
Test Program: FMVSS 220 No_ P20112 -01
Test Vehicle ELDorado National 8Z-RIdor {I
Ilk a-
E tgtrr`e+gtu:ng
180x0
16000 r...._.
l
e_. +- .._...._..
14000
r pB.._ __w._....._._...!............ m. °.. ' ..
1200D -
i
10000
Cz 8000
61000
i
4000
r!
2000
I
i
2000
0 5 10 15 20 25 30 35 40 45 5o 55 60
1 irne - Seconds
Curve Description: Right Front Force
Maximum Value: 12868.5 at 17,2 Seconds
Minimum Value: -6.1 at 0.0 Seconds
SAE Filer Class: 3 Hz
Date of Test: 1115101
N
Curve Number: F[L -002
Test Program: FMVSS 220 No_ P20112 -01
Test Vehicle ELDorado National 8Z-RIdor {I
Ilk a-
E tgtrr`e+gtu:ng
ca
18000
16000 -
14000
12000 - ........
10000
8000-
G.
ONO
4000- ........... . .
2000 ................
2000
0 5 10 15 20 25 30 35 40 45 so 55 60
Time - Seconds
Curve DasOption: Left Rear Force Test Program FMVSS 220 No.- P20112-01
Maximum Value: 11645.7 at 18.8 Seconds Test Vehicle. ELDoredo National EZ-Rider 11
mifilmum Va I uq: 6.8 at 0.0 Seconds
SAE Filler Ciass: 3 H
Date of Test: Vlwi
Curve Number: FIL-003
Curare Description:
1+3D00
Maximum Value: 10815.2 at 17.2 Seconds
Minimum Value: 13 at 0.2 Seconds
SAE Filter Class:
I
Date of Tek 1115101
16000
t
14000--
12000-
8000
6000 -
4000
2000
2000 1
0 5 10 15 20 25 30 35 40 45 so 55 60
Time - Seconds
Curare Description: Right Rear Force
Maximum Value: 10815.2 at 17.2 Seconds
Minimum Value: 13 at 0.2 Seconds
SAE Filter Class: 3 Hz
Date of Tek 1115101
o Curve Number —FIL-004
Test Program: FMVSS 220 No.: P20112-01
Test Vehicte- EI-Dorado National EZ-Rlder it
m
01
2
1.8
1,6
1.4
1.2
1
0.8
0.6
0.4
0.2
02
0 5 10 16 20 25 30 35 40 45 50 55 60
Time - Seconds
Test Program: FMV55 220 No -: P2(7112 -01
Test Vehicle: ELDOrada National
Curve Descriplion-
I i
II II
1
Minimum Value: 0.0 at 0.0 Seconds
SAE f=ilter Glass: 1 Hz
r
Date of Test: 1115101
I
a Curve Number: FIL -006
c
r
i
Curve Descriplion- Left Front Displacement
Maximum Value: 0.9 at 23.2 Seconds
Minimum Value: 0.0 at 0.0 Seconds
SAE f=ilter Glass: 1 Hz
Date of Test: 1115101
rr
a Curve Number: FIL -006
EZ -Rider II
n.9ir.a.a.rci tq
tip
2
t.8
1.S
1.4
2
1
LOWr
c 0.8
0.6
0.4
a.2
4
0 -2
0 5 10 15 20 25 30 35 40 45 50 55 60
Time - Seconds
Test Program: FMVSS 220 No.: P20112-01
Test Vehicle ELQvrado National
Curve Description: Left Rear Olsplacement
Maximum Value: 1,0 at 41.4 Seconds
Minimum Value: 0.0 at 4.0 Seconds
SAS Fi tar Class: 1 HZ
Date of Test 1/15101
ry
b Curve Number: FIL -008
I 11
e
ii
I• ee
Curve Description: Left Rear Olsplacement
Maximum Value: 1,0 at 41.4 Seconds
Minimum Value: 0.0 at 4.0 Seconds
SAS Fi tar Class: 1 HZ
Date of Test 1/15101
ry
b Curve Number: FIL -008
EZ -Rider II
inyircaeninq
2
1.8
1.6
IA
1.2
1
G u
0.6
0.4
a.a
0
0.2
i
i i I
I------ - - - - --
0 5 10 15 20 25 30 35 40 45 5d 55 60
Time - Seconds
Curve Description:, Right Rear Displacement _
Maximum Value: 0.7 at 16.9 Seconds
Minimum Value: 0.0 at 0.0 Seconds
rya SAE Filter Class: 1 Hz
n
Data of rest: 1115101
N
b Curve Number: FIL -005
Test Program:
Test Vehicle:
FMVSS 220 No.. P20112 -01
ELOorado National EZ -Rider li
N A
IErr.yi zeacrsr:ny
tP
n
2
1.8
1.s
1.4
1.2
1
m
tE, 0.s
0.6
0.4
0.2
0
0.2
r_ -
i
1 l
I
JJl _ .............. _.......__ . _ _ ___. _.... _ ..
e. —._.. _ .. ... • - ....,... .......
i
0 5 10 15 20
Curve Description: Average pisplacjement
Maximum Value: 0.$ at 23.3 Seconds
Minimum Value: 0.0 at 0 -0 Seconds
SAE Filter Class: 1 Hz
1
Date ofTest:' 1115101
f l
b Curve Number: FIL -010
25 30 35 40 45 50 65
Time - Seconds
Test program; FMVSS 220 No.: P20112 -01
Teat Vehicle: ELDorsdo National EZ- Piderll
r
r
ors ye Lealtia
APPENDIX C
TEST EQUIPMENT LIST AND CALIBRATION INFORMATION
KAR20112 -01
FMVS3 220
Test Equipment List
1115101
ELVorado National EZ -Rider II
Descript on Manufacturer Model No. Serial No. Limit Accuracy Cal. Date Due Cal_
Hydraulic Pump Lincoln T- 3825 -C 2460952 8 gpm @ 2700 psi
Computer Toshiba PA1240U -560 67018185 NJA
TDAS DTS TDAS 1083 -01 N(A SAE J211 101261017 10126/01
Load Cell Alinco 342-E 22438 -B 10K x 1.0% 4125100 4125101
Load Cell Alinco 342 -E 22440 -A 10K 1.0% 4125100 4125101
Load Cell BLH U -1C 11139 12K 1.0% 4125100 4125101
Load Cell BLH U3G1 81711A 10K 1.0% 4)25100 4125101
Displacement Xdcr. Celesco PTX101 -0030 J0654653 76 CM j 1.0% 1114101 1114102
Displacement Xdcr. Celesco PTX101 -0030 J0654654 76 CM 1:0% 1114191 1114102
Displacement Xdcr. Celesco PTX101 -0030 J0554855 76 CM 1.0% 1114191 1114102
Displacement Xdcr. celesco PTX101 -0030 J0654656 76 CM t 1.0% 1114101 1114102
C
fl.9i~ rt R.riGR
ElDorado
National
March 11, 2015
Ms. Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
ai
California
RE: CMPC- 15- LTB -RFP — Sustainability Statement.
Dear Ms. Beauvais:
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement
listed in Section 4, page 14 specific to our efforts with regard to sustainability.
Environmental Conservation Statement
E1Dorado National's - Riverside, California bus manufacturing facility opened in April, 2004 and is the
newest bus plant in the industry. This combined with the fact that we are domiciled within California, has
produced the most environmentally friendly bus manufacturing facility in North America. The State of
California has the most demanding manufacturing methods /facility requirements in the United 'States. A
listing of some of the environmentally conscious attributes designed into our bus manufacturing processes
and facility include the following:
1. Mechanical metal preparation - Every bus cage structure produced at E1Dorado National is
mechanically bead blasted. This process utilizes steel shot to mechanically strip the surface of all
steel structures. All of the steel shot used is recycled within the system. Once the shot has been
wom to a predetermined size, it is containerized and shipped back to the shot manufacturer for
recycling. This metal preparation produces a superior metal finish for primer adhesion and more
importantly eliminates the use of toxic chemicals in the metal cleaning process.
2. Skylights — The entire manufacturing floor area is equipped latest generation sky lights to minimize
the need for electric lighting within the factory. Given our location. in Southern California, we have a
tremendous number of sunny days, allowing us to turn off the majority of factory floor lighting every
day.
9126 Tanglewood Drive, Urbandale Iowa 50322 • Tel: 515-270 -2939 • Fax: 515- 270 -2537 • E- mail: mammann @eldorado- ca.com
Page 2 of 2
Sustainability Response Letter, cone.
March 11, 2015
Factory lighting with automatic light sensors - The manufacturing facility is equipped with
automatic light sensors that turn on/off automatically, based upon ambient lighting conditions. On
any given day and more than half of our factory lighting is unnecessary, and as such is turned off
automatically.
4. Motion detection in all office lighting - All offices within the new ElDorado National facility
incorporate motion detectors. This realizes a tremendous savings in electric use.
5. Water test booth with recycling feature -'The new ElDorado National manufacturing facility
integrates a water test booth at all buses must pass through. This facility forces 300 gallons per
minute out of 127 nozzles. All of the water used in this test facility is the de- chlorinated and
recycled. This saves dramatically on our water use.
Low Volatile Organic Compounds (V.O.C.) bus paint - All buses produced at the new ElDorado
National - Riverside plant are painted with PPG brand, low- V.O.C. urethane enamel paints. Our
state -of- the -art, down -draft paint booths meet all applicable EPA as well as the demanding State of
California emissions requirements. Furthermore, all of our SBS brand paint booths incorporate the
best available technology for painting emissions capture.
Rideshare --- Many of our employees commute to work via rideshare. ClubRide as is offered by
Riverside County, California is utilized by a number of our employees.
8. Green space - Our new facility has incorporated 10% of its site for green space. Trees and
extensive landscaping have been incorporated the front and rear of our facility.
Upon review, please feel free to call me with any questions.
Sincerely,
Mike Ammann
Vice President of Sales
ElDorado National - California, Inc.
ElDorado
National
March 11, 2015
Nis. Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
hall
California
RE: CMPC- I5- LTB -RFP — Standard and Extended Powertrain Warranty Statement.
Dear Ms. Beauvais:
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement
listed in Section 7, page 2 — Section WR 1. 1.4 requiring the Proposer to provide engine /transmission
standard and extended warranty coverage details.
Pursuant to this requirement, please see the attached Cummins, engine and Allison transmission standard
warranty coverages as well as extended warranty coverage documents. Upon review, please do not hesitate
to contact me with any questions or additional needs.
Sincerely
ike Ammann
Vice President of Sales
E1Dorado National - California, Inc.
Enclosures - Cummins engine and Allison transmission standardlextended warranty coverage documents.
9126 Tanglewood Drive, Urbandale Iowa 50322 - Tel: 515 - 270 -2939 • Fax: 515 - 270.2537 - E-mail: mammann@elderrado-ca.com
Cummins Warranty
All Engines Worldwide
All Bus
Except U.S. /Canada Diesel Powered School Buses)
q--"o- awk
Coverage
This Warranty applies to new diesel, LPG, compressed or
liquid natural gas fueled Engines sold by Cummins and
delivered to the first user on or after January 1, 1999, that
are used in all bus categories Worldwide (except U.S./
Canada diesel powered school buses).
Base Engine Warranty
The Base Engine Warranty covers any failures of the
Engine which result, under normal use and service, from
a defect in material or factory workmanship (Warrantable
Failure). This Coverage begins with the sale of the
Engine by Cummins and ends two years after the date of
delivery of the Engine to the first user.
Engine aftertreatment components included in the
Cummins Critical farts List (CPL) and marked with a
Cummins part number are covered under the Base
Engine Warranty.
Ext ,-' na- r - ',tf_
The Extended Major Components Warranty applies to all
Engines except B and ISB Series Engines and covers
Warrantable Failures of the Engine cylinder block,
camshaft, crankshaft, connecting rods and Cummins fan
clutch (Covered Parts).
Bushing and bearing failures are not covered.
This Coverage begins with the expiration of the Base
Engine Warranty and ends three years or 300,000 miles
482,804 kilometers) or 10,800 flours of operation,
whichever occurs 'First, after the date of delivery of the
Engine to the first user..
3issior
Additional Coverage is outlined under the Emission
Warranty.
These Warranties are made to all Owners in the chain
of distribution and Coverage continues to all
subsequent Owners until the end of the periods of
Coverage.
Cummins ResponsibililtiL --
Cummins will pay for all parts and labor needed to repair
the damage to the Engine resulting from a Warrantable
Failure.
Cummins will pay for the lubricating oil, antifreeze, filter
elements, belts, hoses and other maintenance items that
are not reusable due to the Warrantable Failure.
Cummins will pay for reasonable labor costs for Engine
removal and reinstallation when necessary to repair a
Warrantable Failure.
Cummins will pay reasonable costs for towing a vehicle
disabled by a Warrantable Failure to the nearest
authorized repair location. In lieu of towing expenses,
Cummins will pay reasonable costs for mechanics to
travel to and from the location of the vehicle, including
meals, mileage and lodging, when the repair is performed
at the site of the failure.
Cummins will pay for the repair or, at its option,
replacemerrt of the defective Covered Part and any
Covered Part damaged by a Warrantable Failure of the
defective Covered Part.
Owner Responsibilities
Owner is responsible for the cost of lubricating oil,
antifreeze, filter elements and other maintenance items
replaced during Warranty repairs unless such items are
not reusable due to the Warrantable Failure.
Owner is responsible for the cost of all labor needed to
repair the Engine, including the labor to remove and
reinstall the Engine. When Cummins elects to repair a
part instead of replacing it, Owner is not responsible for
the labor needed to repair the part.
Owner is responsible for the cost of all parts required for
the repair except for the defective Covered Part and any
Covered Part damaged by a Warrantable Failure of the
defective Covered Part.
Owner is responsible for the cost of lubricating oil,
antifreeze, filter elements and other maintenance items
replaced during the repair.
During The Base Engine And Extended Major
Components Warranties
Owner is responsible for the operation and maintenance
of the Engine as specified in the applicable Cummins
Operation and Maintenance Manuals, Owner is also
responsible for providing proof that all recommended
maintenance has been performed.
Before the expiration of the applicable Warranty, Owner
must notify a Cummins distributor, authorized dealer or
other repair location approved by Cummins of any
Warrantable Failure and make the Engine available for
repair by such facility. Except for Engines disabled by a
Warrantable Failure during the Base Engine Warranty,
the Owner must also deliver the Engine to the repair
facility.
Service locations are listed on the Cummins Worldwide
Service Locator at cummins.com.
Owner is responsible for communication expenses,
meals, lodging and similar costs incurred as a result of a
Warrantable Failure.
Owner is responsible for non - Engine repairs and for
downtime" expenses, fines, cargo damage, all applicable
taxes, all business costs and other losses resulting from a
Warrantable Failure.
R_f f•
Engines with an emissions certification listed below must
be operated using only diesel fuel having no more than
the corresponding maximum sulfur content. Failure to use
the specified fuel as listed in the Cummins Fuel Bulletin
3379001 Table 1 (Cummins inc. Required Diesel Fuel
Specifications) can damage the Engine and
aftertreatment system within a short period of time. This
damage could cause the Engine to become inoperable
and failures attributable to the use of incorrect fuels will
be denied Warranty Coverage. Fuel specifications also
need to comply with local fuel regulations (EN590 for
Europe and ASTM D975 for Forth America) for Warranty
eligibility.
Maximum sulfur levels by emissions certification
level as listed on the Englne's dataplate are:
EPA 20071201012013 max. 15 parts per million
EPA Tier 4 Interim 1 Final max. 15 parts per million
EU Stage 11113 2011 max. 15 parts per million
Euro 415 max. 50 parts per million
Euro 6 max. 10 parts per million
Cummins is not responsible for failures or damage
resulting from what Cummins determines to be abuse or
neglect, including, but not limited to: operation without
adequate coolants or lubricants; overfueling;
overspeeding; lack of maintenance of lubricating, cooling
or intake systems; improper storage, starting, warm -up,
run -in or shutdown practices; unauthorized modifications
of the Engine.
Any unauthorized modifications to the aftertreatrnent
system could negatively effect emissions certification and
void the Warranty.
Cummins is also not responsible for failures caused by
incorrect oil, fuel or diesel exhaust fluid or by water, dirt or
other contaminants in the fuel, oil or diesel exhaust fluid.
This Warranty does not apply to accessories which bear
the name of another company. Such non - warranted
accessories include, but are not limited to: alternators,
starters, fans, air conditioning compressors, clutches,
filters, transmissions, torque converters, vacuum pumps,
power steering pumps and air compressors.
Excessive oil consumption for B Series Engines is
covered for the duration of the Coverage or 100,000
miles (160,935 kilometers) or 7,000 hours from the date
of delivery of the Engine to the first user, whichever of the
three occurs first, Before a claim for excessive oil
consumption will be considered, Owner must submit
adequate documentation to show that consumption
exceeds Cummins published standards.
Failures of belts and hoses supplied by Cummins are
covered for the first year from the date of delivery of the
Engine to the first user.
Parts used to repair a Warrantable Failure may be new
Cummins parts, Cummins approved rebuilt parts or
repaired parts. Cummins is not responsible for failures
resulting from the use of parts not approved by Cummins.
A new Cummins or Cummins approved rebuilt part used
to repair a Warrantable Failure assumes the identity of
the part it replaced and is entitled to the remaining
Coverage hereunder.
Cummins Inc. reserves the right to interrogate Electronic
Control Module (ECM) data for purposes of failure
analysis.
CUMMINS DOES NOT COVER WEAR OR WiEAROUT
OF COVERED PARTS.
CUMMINS IS NOT RESPONSIBLE FOR INCIDENTAL
OR CONSEQUENTIAL DAMAGES.
THESE WARRANTIES AND THE EMISSION
WARRANTY SET FORTH HEREINAFTER ARE THE
SOLE WARRANTIES MADE BY CUMMINS IN
REGARD TO THESE ENGINES. CUMMINS MAKES NO
OTHER WARRANTIES, EXPRESS OR IMPLIED, OR
OF MERCHANTABILITY OR FITNESS FOR A
PARTICULAR PURPOSE.
This Warranty gives you specific legal rights, and you
may also have other rights which vary from state to state
or country to country.
Emission 'Warranty
Products Warranted
This Emission Warranty applies to new diesel, LPG,
compressed or liquid natural gas fueled Engines
marketed by Cummins that are used in the United States'
or Canada in vehicles designed for transporting persons
or property on a street or highway. This Warranty applies
to Engines delivered to the first user on or after January
1, 1999.
Cummins warrants to the first user and each subsequent
purchaser that the Engine is designed, built and equipped
so as to conform at the time of sale by Cummins with all
U.S. federal emission regulations applicable at the time of
manufacture and that it is free from defects in material or
factory workmanship which would cause it not to meet
these regulations within the longer of the following
periods: (A) Five years or 100,000 miles (160,935
kilometers) of operation, whichever occurs first, as
measured from the date of delivery of the Engine to the
first user, or (B) The Base Engine Warranty.
If the vehicle in which the Engine is installed is registered
in the state of California, a separate California Emission
Warranty also applies.
Limitations
Engines with an emissions certification listed below must
be operated using only diesel fuel having no more than
the corresponding maximum sulfur content. Failure to use
the specified fuel as listed in the Cummins Fuel Bulletin
3379001 Table 1 (Cummins Inc. Required Diesel Fuel
Specifications) can damage the Engine and
aftertreatment system within a short period of time. This
damage could cause the Engine to become inoperable
and failures attributable to the use of incorrect fuels will
be denied Warranty Coverage. Fuel specifications also
need to comply with local fuel regulations (EN590 for
Europe and ASTM D975 for North America) for Warranty
eligibility.
Maximum sulfur levels by emissions certification
level as listed on the Engine's dataplate are:
EPA 2007#201012013 max. 15 parts per million
EPA Tier 4 Interim 1 Final max. 15 parts per million
EU Stage IIIB 2011 max. 15 parts per million
Euro 415 max. 50 parts per million
Euro 6 max. 10 parts per million
Failures, other than those resulting from defects in
material or factory workmanship, are not covered by this
Warranty.
Cummins is not responsible for failures or damage
resulting from what Cummins determines to be abuse or
neglect, including, but not limited to: operation without
adequate coolants or lubricants; overfueling;
overspeeding; lack of maintenance of lubricating, cooling
or intake systems; improper storage, starting, warm -up,
run -in or shutdown practices; unauthorized modifications
of the Engine.
Any unauthorized modifications to the aflertreatment
system could negatively effect emissions certification and
void the Warranty.
Cummins is also not responsible for failures caused by
incorrect oil, fuel or diesel exhaust fluid or by water, dirt or
other contaminants in the fuel, oil or diesel exhaust fluid.
Cummins is not responsible for non - Engine repairs,
downtime" expenses, cargo damage, fines, all applicable
taxes, all business costs and other losses resulting from a
Warrantable Failure.
CUMMINS IS NOT RESPONSIBLE FOR INCIDENTAL
OR CONSEQUENTIAL DAMAGE=S.
United 'States includes American Samoa, the
Commonwealth of Northern Mariana Islands, Guam,
Puerto Rico and the U.S. Virgin Islands.
cunv ins Inc.
Bo= 3" C. Wumhus. IN 47202-3006
U-S-k
6LWth 33111278
Wnted In U.S.A. Rev. ;Vt 3
019911 cunyms Inc.
Cummins Extended Coverage Plan
Coverage
Cummins Extended Coverage Plan (Plan) Is available to be purchased for all eligible Cummins Engines used
in automotive applications marketed for use anywhere in the world under the trademark 'Cumming' or
Cummins ReConW. This Plan covers any failure of the Engine, under normal use and service, which results
from a defect In material or factory workmanship (Covered Failure).
This Plan begins on the expiration of the Cummins Erase Engine Warranty applicable to the Engine. Coverage
ends at the tlrne, mllas (kilometers) or hours specified on the accompanying Certificate, whichever occurs
first, AS MEASURED FROM THE CUMMINS BASE ENGINE WARRANTY START DATE.
Cummins ResponelbRIties
Cummins will pay for all parts and labor needed to repair the damage to the Engine resulting from a Covered
Failure.
Cummins will pay for tare lubricating oil, antifteeze, diesel exhaust Fuld, filter elements and other maintenance
items that are not reusable due to a Covered Failure.
Cummins will pay reasonable labor costs for Engine removal and reinstallation when necessary to repalr a
Covered Fallure.
Owner Responsibilities
Owner Is responsible for operation and maintenance of the Engine as speclrtad in the applicable Cummins
Operation and Maintenances Manual. Owner Is also responsible for providing proof that all recommended
maintenance has been performed..
Before the expiration of this Coverage, Owner must notify a Cummins distributor, authorized dealer or other
repair location approved by Cummins of any Covered Failure and make the Engine available for repair by
such facility. Owner Is also responsible for deliverkrg the Engine to the repair facility. Service locations are
listed on the Cummins Worldwide Service locator at cummins.com.
Owner is responsible for all towing andlor travel expensesincurred as a result of a Covered Failure.
Owner is responsible for the cost of lubricating all, antifreeze, filter elements, belts, hoses and other
maintenance Items provided during covered repairs unless such items are not reusable due to the Covered
Failure.
Owner Is responsible for communication expenses, meals, lodging and similar costs incurred as a result of a
Covered Failure.
Owner Is responsible for non - Engine repairs, "downtime expenses, ergo damage, fines, all applicable taxes,
all business costa and other losses resulting from a Covered Failure.
Owner is responsible for the cast to Investigate complaints, unless the failure is caused by a defect in
Cummins material or factory workrmnship.
Limitations
Engines wifh an emissions certification listed 'below must be operated using only diesel fuel having no more
than the corresponding maximum sulfut content. Failure to use the specified fuel (see also Cummins Fuel
Bulletin #3379001) can damage the Engine and aftertreah, ent system within a short period of time. This
damage could cause the E=ngine to become inoperable and faffures attributable to the use of Incorrect fuels
will be denied Warranty Coverage,
wtaxlmum sulfur levets by emisalons certification level as listed on the Engine's dataplate are:
EPA 2007/20t0e2013
EPA Tier 4 interim 1 Final
Eti Stage 11113 2011
Euro 415
Euro 6
max. 15 parts per million
max. 15 parts per million
max. 15 parts par million
max. 50 parts per million
max. 10 parts per minion
Cummins Is not responsible far failures or damage resulting from what Cummins determines to be abuse or
neglect, Including, but not limited to: operation without adequate coolants or lubricants; overfueiing;
overapaedlog; lack of maintenance of lubricating, cooling or Intake systems; Improper storage, starting, warm -
up, run-in or shutdown practices; unauthorized modifications of the Engine. Cummins is also not responsible
for failures caused by Incorrect oil or fuel, or by water, diesel exhaust fluid, dirt or other contaminants in the
fuel, oll or diesel exhaust fluld.
Aftertreatment components are not covered by this Plan.
Tale Plan does not apply to accessories supplied by Currimina which hear the name of another company.
Such non - warranted scoessories include, but are not limited tea: alternators, starters, Fans, air conditioning
compressors, clutches, titers. trap rnizaions, torque converters,. standing pumps, non- Cummina fan drives,
Engine compression brekes and air compressors.
Cummins branded attemators and starters are not covered by this Plan.
This Pion does not apply to maintenance components, Including, but not limited to: fuel injectors, fuel pump,.
STC hydraulic tappets. STC oil control valve, fuel control valve, low pressure fuel regulator, throttle plate
actuator, spark plugs, spark plug boots, Ignition oohs, ignition control module, turbocharger, air compressor,
fan dutch, water pump, fan hub, fan Idler pulley assembly, vibration damper, Melts, hoses, belt tensioner and
thermostat.
Failures resulting in excessive oil consumption are not covered by this Pion.
Parts used to repair a Covered Failure may be new Cummins parts, Cummins approved rebuilt parts or
repaired parts. Cummins Is not responsible for failures resulting from the use of parts not approved by
Cummins.
A new Cummins or Cummins approved rebuilt part used to repair a Covered Failure under this Plan assumes
the Identity of the part it replaced and is entitled to the remaining Coverage hereunder.
This Plan Is transferable to Subsequent Owners of the Engine by notifying a Cummins Distributor within 90
days of the transfer of ownership,
This Plash does not dupilcate other Coverage epplicatsle to the Engine.
Fees paid for this Pion are not refundable.
CUMMINS DOES NOT COVER WEAR OR WEAROUT OF COVERED PARTS.
CUMMINS IS NOT RESPONSIBLE FOR INCIDENTAL OR CONSEQUENTIAL DAMAGES.
EXCEPT FOR THE PUBLISHED CUMMINS MINE WARRANTY APPLICABLE TO THE ENGINE,
714ERE ARE NO OTHER WARRANTIES, EXPRESS OR IMPLIED, OR OF MERCHANTABILITY OR
FITNESS FOR A PARTICULAR PURPOSE.
Coverage I.D.: NEC
Coverage LID- RNE
Coverage I.D.: CWB
AM Cummina him
Bas 306
Vw Curumbwh IN 07243.8066
USA, 6NM nM1312 F11(ow Cn LAA PM. iH7 vingcwnffduinR
4mll
1 t : at l
NEW PRODUCT WARRANTY
PARTICIPATING OEM SALES
DISTRIBUTOR SALES
LIMITED WARRANTY ON NEW ALLISON AUTOMATIC TRANSMISSIONS
USED IN SHUTTLE & OTHER BUS APPLICATIONS — EXCEPT TRANSIT, SCHOOL BUS,
INTERCITY BUS, or MOTORHOME
Allison Transmission, Inc. will provide for repairs or replacement, at its option, during the warranty period of each new
Allison transmission listed below that is installed in a Bus, other than School Bus, Transit Bus, Intercity Bus, or Motorhome in
accordance with the following terms, conditions, and limitations.
WHAT IS COVERED
WARRANTY APPLIES — This warranty is for new Allison transmission models listed below installed in a Bus, other than School Bus,
Transit Bus, Wereity Bus, or Motorhome and is provided to the original and any subsequent owner(s) ofthe vehicle during the warranty period.
REPAIRS COVERED •— The warranty covers repairs or replacement, at Allison Transmission's option, to correct any transmission
malfunction resulting from defects in material or workmanship occurring during the warranty period. Needed repairs or replacements
will be performed using the method Allison Transmission determines most appropriate under the circumstances.
TOWING •— Towing is covered to the nearest Allison Transmission Distributor or authorized Dealer only when necessary to prevent
further damage to your transmission.
PAYMENT TERMS — Warranty repairs, including parts and labor, will be covered per the schedule shown in the chart contained in
section "APPLICABLE MODELS, WARRANTY LIMITATIONS, AND ADJUSTMENT SCHEDULE."
OBTAINING REPAIRS — To obtain warranty repairs, take the vehicle to any Allison Transmission Distributor or authorized Dealer
within a reasonable amount of time and request the needed repairs. A reasonable amount of time must be allowed for the Distributor or
Dealer to perform necessary repairs.
TRANSMISSION REMOVAL AND REINSTALLATION — Labor costs for the removal and reinstallation of the transmission,
when necessary to make a warranty repair, are covered by this warranty.
WARRANTY PERIOD —The warranty period for all coverages shall begin on the date the transmission is delivered to the first retail
purchaser, with the following exception:
Demonstration Service A transmission in a new truck or bus may be dernonstrated to a total of 5000 miles (8000 ldlometers). If the vehicle
is within this limit when sold to a retail purchaser, the warranty start date is the date of purchase. Normal warranty services are applicable to
the demonslratixrg Dealer. Should the truck or bus be sold to a retail purchaser after these limits are reached, the warranty period will begin on
the date the vehicle was first planed in demonstration service and the purchaser will be entitled to the remaining warranty.
APPLICABLE MODELS, WARRANTY LIMITATIONS, AND ADJUSTMENT SCHEDULE
Effective duly 2006, the Allison transmission in your vehicle maybe covered by additional extended coverage, dependent on the Original
Equipment Manufacturer (OEM) which manufactured your vehicle. This additional coverage requires continued use of an Allison
Approved TES 295 automatic transmission fluid and genuine Allison filters, Please consult your OEM Dealer or authorized Allison
Transmission Distributor or Dealer for specific information.
Page 1 of 2
WARRANTY LIMITATIONS ADJVSTMEN'f .G#IARGE tib BE
APPLICABLE Whichever occurs first) PAM BV THE CUSTOMER
MODELS
Months
onTransmission Miles
Parts Labor
Or
B 210, B 220, B 300, B 400,
0-24 No Limit No Charge No Charge
B Soo
1000 Series,
2000 Series, 2400 Series
0--36 No Limit No Charge No Charge
1000 PTS, 210~0 PTS,
2200 PTS, 2350 PTS,
0-36*
I1- 100,400 m
No Charge No Charge
2500 PTS, 2550 PTS, 0-460 404 km
3000 PTS
Effective duly 2006, the Allison transmission in your vehicle maybe covered by additional extended coverage, dependent on the Original
Equipment Manufacturer (OEM) which manufactured your vehicle. This additional coverage requires continued use of an Allison
Approved TES 295 automatic transmission fluid and genuine Allison filters, Please consult your OEM Dealer or authorized Allison
Transmission Distributor or Dealer for specific information.
Page 1 of 2
WHAT IS NOT COVERED
DAMAGE DUE TO ACCIDENT, MISUSE, or ALTERATION --- Defects and damage caused as the result of any of the following
are not covered:
Flood, collision, fire, theft, freezing, vandalism, riot, explosion, or objects striking the vehicle;
Misuse of the vehicle-
Installation into unapproved applications and installations;
Alterations or modification of the transmission or the vehicle, and
Damage resulting from improper storage (refer to long -term storage procedure outlined in the applicable Allison Service Manual)
Anything other than defects in Allison Transmission material or workmanship
NOTE: This warranty is void on transmissions used in vehicles currently or previously titled as salvaged, scrapped, junked, or totaled.
CHASSIS, BODY, and COMPONENTS— The chassis and body company (assemblers) and other component and equipment manufacturers
are solely responsible for warranties on the chassis, body, component(s and equipment they provide. Any transmission repair caused by an
alteration(s) made to the Allison transmission or the vehicle which allows the transmission to be installed or operated outside of the limits
defined in the appropriate Allison Installation Guideline is solely the responsibility of the entity making the alteration(s).
DAMAGE CAUSED by LACK of MAINTENANCE or by the USE of TRANSMISSION FLUIDS NOT RECOMMENDED in
the OPERATOR'S MANUAL — Defects and damage caused by any of the following are not covered:
Failure to follow the recommendations of the maintenance schedule intervals applicable to the transmission;
Failure to use transmission fluids or maintain transmission fluid levels recommended in the Operator's Manual.
MAINTENANCE — Normal maintenance (such as replacement of filters, screens, and transmission fluid) is not covered and is the
owner's responsibility.
REPAIRS by UNAUTHORIZED DEALERS — Defects and damage caused by a service outlet that is not an authorized Allison
Transmission Distributor or Dealer are not covered.
USE of OTHER THAN GENUINE ALLISON TRANSMISSION PARTS — Defects and damage caused by the use of parts that are
not genuine Allison Transmission parts are not covered.
EXTRA EXPENSES — Economic loss and extra expenses are not covered. Examples include but are not limited to: loss of vehicle
use; inconvenience; storage; payment for loss of time or pay; vehicle rental expense; lodging; meals; or other travel costs.
DENIED PARTY" OWNERSHIP — Warranty repair parts and labor costs are not reimbursed to any participating or non - participating
OEMs, dealers or distributors who perform warranty work for, or on behalf of, end users identified by the United States as being a "denied
party" or who are citizens of sanctioned or embargoed countries as defined by the U.S. Department of Treasury Office of Foreign Assets
Control. Furthermore, warranty reimbursements are not guaranteed if the reimbursement would be contrary to any United States export control
laws or regulations as defined by the U.S. Department of Commerce, the U.S. Department of State, or the U.S. Department of Treasury.
OTHER TERMS APPLICABLE TO CONSUMERS AS DEFINED by the MAGNUSON -MOSS WARRANTY ACT
This warranty gives you specific legal rights and you may also have other rights which vary from state to state.
Allison Transmission does not authorize any person to create for it any other obligation or liability in connection with these transmissions.
ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE APPLICABLE TO
THESE TRANSMISSIONS IS LIMITED IN DURATION TO THE DURATION OF THIS WRITTEN WARRANTY.
PERFORMANCE OF REPAIRS AND NEEDED ADJUSTMENTS IS THE EXCLUSIVE REMEDY UNDER THIS WRITTEN
WARRANTY OR ANY IMPLIED WARRANTY. ALLISON TRANSMISSION SHALL NOT BE LIABLE FOR INCIDENTAL OR
CONSEQUENTIAL DAMAGES (SUCH AS, BUT NOT LIMITED TO, LOST WAGES OR VEHICLE RENTAL EXPENSES)
RESULTING FROM BREACH OF THIS WRITTEN WARRANTY OR ANY IMPLIED WARRANTY. **
Some states do not allow limitations on how long an implied warranty will last or the exclusion or limitation of incidental or
consequential damages, so the above limitations or exclusions may not apply to you.
OTHER TERMS APPLICABLE TO OTHER END -USERS
THIS WARRANTY IS THE ONLY WARRANTY APPLICABLE TO THE ALLISON TRANSMISSION MODELS LISTED
ABOVE AND IS EXPRESSLY IN LIEU OF ANY OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING ANY
IMPLIED WARRANTY OF MERCHANTABILITY OR FI'T'NESS FOR A PARTICULAR PURPOSE. ALLISON
TRANSMISSION DOES NOT AUTHORIZE ANY PERSON TO CREATE FOR IT ANY OTHER OBLIGATION OR LIABILITY
IN CONNECTION WITH SUCH TRANSMISSIONS. ALLISON TRANSMISSION SHALL NOT BE LIABLE FOR INCIDENTAL
OR CONSEQUENTIAL DAMAGES RESULTING FROM BREACH OF THIS WARRANTY OR ANY IMPLIED WARRANTY.
QUESTIONS
If you have any questions regarding this warranty or the performance of warranty obligations, you may contact any Allison Transmission
Distributor or Dealer or write to:
Allison Transmission, Inc.
P.O. Box 894
Indianapolis, IN 46245 -4894
Attention: Warranty Administration PF -9
Form SE0614EN (2011I2)
Page 2 of 2
ALLISON AUTOMATICS
Extended Transmission Coverage (ETC)
In addition to Standard Warranty
Coverage, Allison transmissions
are eligible for Extended
Transmission Coverage (ETC)
Extended Transmission Coverage begins at the end of the Standard Warranty Coverage
period and increases the coverage period to a total of five years. Extended Transmission
Coverage is available for purchase through authorized Allison Distributors and Dealers.
Coverage Requirements
Use of Allison Approved TES 295 transmission fluid **
and Genuine Allison Filters is required. Failure to use
Allison Approved TES 295 transmission fluid and
Genuine Allison Filters will result in no coverage for
repairs beyond Standard Warranty Coverage.
Transmissions not OEM factory filled with Allison Approved TES 295
transmission fluid and Genuine Allison Filters must have Allison
Approved TES 295 transmission fluid and Genuine Allison palters
installed at the time of Extended Transmission Coverage purchase.
Transmissions not 0 E M factory filled with Allison Approved TES 295
transmission fluid, or transmissions operating with non -TES 295
fluids must be drained and filled with Allison Approved TES 295
transmission fluid to achieve 100% concentration. One hundred
percent concentration is not achieved until the second consecutive
fluid change using Allison Approved TES 295 transmission fluid.
The second consecutive fluid change must be achieved at the
time of Extended Transmission Coverage purchase.
Coverage Pricing
Extended Transmission Coverage must be purchased
within one year of the delivery of the vehicle.
The terms and conditions under which Allison Transmission offers
Extended Transmission Coverage are set forth on the back of the
Extended Transmission Coverage Agreement Registration, available
from any authorized Allison Transmission Distributor or Dealer.
For current prices and coverage information, please contact your Allison distributor
or dealer representative.
For a rat of current Allison Approved TES 295 transmission fluids4 go to: www.allisontransmission.com;
click on the North American website, then service, then fluids
Questions & Answers
Q. If I do not use TranSynd or fluids conforming to TES -195,
will repairs during my ETC period be covered by
Allison Transmission?
A. No, not if the vehicle has been operating with fluids other
than TranSynd Fluid or other fluid conforming to TES -295.
Q. Where can I purchase FTC?
A. From any authorized Allison Transmission Distributor
or Dealer. Look in the Allison Sales & Service Locator at
www,allisontransmission.com to find the nearest Allison facility.
Q. When do I purchase the coverage?
A. At the time of vehicle delivery or with in 12 months of
vehicle delivery.
Q. How do I pay for this program?
A. You may include the cost with the purchase of your vehicle
with dealer approval), or pay the authorized Allison
Transmission Distributor or Dealer.
Q. If I decide to sell or trade -in my vehicle before my
coverage expires, can the remaining coverage be
transferred to my new transmission?
A. No, the remaining coverage is not transferable to your new
transmission. The ETC coverage purchased stays with th e
transmission... automati cally. There is no need for transfer
papers to be filed.
Q. Do I have to return to the selling outlet to obtain service?
A. Pao, you may select any authorized Allison Transmission
Distributor or Dealer offering vehicle transmission service.
Look in the Allison Sales & Service locator at
vvwKallisontransmission.com to find the nearest Allison facility.
D. If I take delivery of a new vehicle from an outlet that
does not make the coverage available, am I still eligible
to purchase the coveraq ?
A. Yes, contact your Allison distributor or dealer representative to
purchase the plan. Look in the Allison Sales & 5ervice Locator
to find the nearest Allison facility.
Q. Will regears be accepted in this progr ,-
A. Yes, as long as they are new Allison transmissions in
approved applications.
Q. Are towing charges to the nearest Allison Transmission
authorized service outlet covered by ETC?
A. Yes, if your vehicle is disabled or if towing is necessary to
prevent further damage to your transmission. Look in the Allison
Sales & Service Locator at www.a11isontransmissi on, tom to find
the nearest Allison facility.
Q. Is the support equipment purchased from Allison
Transmission for original installations covered by ETC?
A. Yes.
A.
FIND OUT MORE
For additional information contact yourAllison Transmission representative.
t iAnAr,all #snr± #r;NnsmiKSion.com
S&MEM FHr IJf
Are the electronic components purchased from Allison
Transmission covered by ETC?
Yes.
Allison
numma7sion e
ElDorado
National
February 23, 2015
Ms. Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
111,10a, `
California
RE: CMPC- 15- LTB -R'FP — Package 2 better of TransmittaL
Dear Ms. Beauvais:
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement for
the submission of a Package 2 Letter of Transmittal.
Contained in Package 2 you will find all of the required submission documents. This includes completed
price proposals, Form for Proposal Deviations with price data, as well as an explanation of the method of
price a4justments.
Enclosed, you will find that we have bid two (2) different bus models. The E -Z Rider II is our 30' and 32'
bus model. The Axess is our 35' and 40' bus model. Bath models are 12 year C 500,000 mile FTA Altoona
tested. As such, you will find that we have supplied four versions of the Package 2 proposal.
Upon review, please do not hesitate to contact us with any questions or additional needs. Again, thank you
for the opportunity to participate in your Consortium procurement.
Sincerely,
r
Mike Ammann
Vice President of Sales
E1Dorado National - California, Inc.
9126 Tanglewood Drive, Urbandale Iowa 50322 • Tel: 515 -270 -2939 - Fax: 515 - 270 -2537 • E -mail: mammann @eldorado- ca.com
Colorado Mountain Section 9
Purchasing Consortium
PACKAGE 2 FORMS
CER 7. Proposal Contents / Consideration
Document Number: CMPC- 15- LTB -RFP
Proposers are to identify what size(s) and fuel type(s) the proposal submitted is to
be considered for.
W1 40 foot FV71 Diesel
71 35 foot
7 32 foot
3,0 foot
29 foot
91 Compressed Natural Gas (CNG)
33
CMPC- 15- LTB -RFP January 2015
PROPOSAL FOR:
CMPCml5mLTBmRFP
PACKAGE 2 -
PRICE PROPOSAL
FOR 32' BUSES
SUBMITTED BY:
National - California
Colorado Mountain
Purchasing Consortium
CER 8. Price Proposal Form
Complete and submit one form for each vehicle length proposed.
Section 9
Mark which size vehicle price
proposed for:
32 Foot Bus _Diesel
29 Foot Bus - Diesel
35 Foot Bus - Diesel
1
130 Foot Bus -- Diesel U 40 Foot Bus - Diesel
16.1" x 1220" x 4 tanks (3,298 SCF total
capacity each tank). Approximately 250 miles.
Base Model Components Specify Manufacturer / Model Number
1. Bus Model and Design E -Z Rider it 32' with BRT Package
BRT is base primary
design)
2. Engine Cummins - ISL 8.9L, 280 hp heavy -duty diesel engine
3. Transmission Allison - B4OOR transmission
4. Driver Seat Recaro - Ergo Metro
5, Passenger Seat American Seating - N2O03/6466
6. Wheelchair Securement Q- Straint - QRT Deluxe 8100 -A1
7. Air Conditioning System Thermo King - Athenia AM Il
TOTAL EASE CAST
Year 1): 4811488-00
Fuel Options: Cost (difference from base + / -)
Compressed Natural Gas (CNG) 27,810.00
Specify Base Fuel Tank Configuration
Range;
16.1" x 1220" x 4 tanks (3,298 SCF total
capacity each tank). Approximately 250 miles.
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 8,[•.)26.00
Low Floor Trolley Fagade Design 703250.00
Additional Options
blue highlighted in Section 6):
Cost. (difference from base
1. Roof Mounted Radiator Pressure
Filler Provided in Engine
Compartment
Not Available
2. Diesel Fuel Fillers - Located on
Both Sides of Bus
J
I
3. Disc Brakes on All Axles flat Available
4. Mock Up Board 12,000.00 for multiplex board.
5. High Voltage Electric Driven A/C
System 19,336-00
6. Forced Air Floor -Level Heating 1)475.00
7. Connector Air Floor -Level Heating 347.00
8. Warm Wall Heating Not Available
9. Fender Skirt 550.00
10. Passenger Seats Constructed of
Anti - Vandal Materials Not available from AMSCO on N2003 or 6466 seats.
11. Electric- Powered Doors 11400.00
12. 48 Inch Rear Door Width 200.00
13. Rear Door Location W/C Loading
System: Flip-Out Design Ramp No additional charge to move ramp from front door to rear door..
13.1 Cummins ISS 6.7L, 280 hp diesel engine in lieu of base Cummins ISL 8.9L 280 hp diesel engine. - $33,417.00
13.2 Freedman - Ci tiiSeat passenger seats with seat belts in
x
lieu of base American Seating seats. - $998.[10
13.3 F UIPC15-LTB.j pXcatherweight seats with seat balm in lieu of base American Seating eats. -$10T5 OQ
hA anuary 12 11
Colorado Mountain
Purchasing Consortium
4. Event Data Recorders $
31458-CIOonefront/one rear
Section 9
Training / Support Programs Cost (difference from base + / -)
Training Program options:
Describe:
Cummins engine training at Cummins facility. Price 2,028.00
per mechanic is for training session only, and no
Five years ,1
travel, meals or lodging are included.
excluded items)
Describe:
Allison transmission training at Allison Facility. Price 1,000.00
per mechanic is for training session only, and no
coverage sheets at the back of Proposal Package 3.
travel, meals or lodging are included.
Technical / Service Support Options:
Describe:
Annual maintenance training session tied to CASTA conference.
Trainers from all major component suppliers would be represented. Igo Charge for training session. Does not
ElDorado NationallColorado West to coordinate with CASTA. include travel, meals or lodging.
Describe:
ElDorado National distributor - Colorado West No additional Charge
Equipment located in Henderson, CO offers in -state
warranty restitution and service coordination.
Extended Warranties (List Covered Component Cost (difference
Subcomponent and Term) from base + / -}
Covered Component /Subcomponent Term
1. Propulsion System (identify any Five years ,1
excluded items) 300,000 miles See Below
Z. Cummins engine. See attached Cummins extended warranty Five years!'.
coverage sheets at the back of Proposal Package 3. 300,000 miles
3. Allison transmission. See attached Allison extended warrantycoveragesheetsatthebackofProposalPackage3.
Five years 1$3,327.00unlimitedMiles
4. Thermo King HVAC system extended warranty. Third year 1
Unlimited Miles 21154.00
36
CMPC- I5- 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 Cummins - ISL 8.9L diesel engine. 54,5 1 1.0(}
2.
3.
Transmission (fist descriptions below)
22,348.0Q1-Allison - B40OR transmission.
2.
Proposer hereby acknowledges that cost information submitted with the proposal is
complete and valid upon date of submission.
Company Name: ElDorado National - California, Inc.
Contact Name: Mike Ammann
Title: Vice Present of Sales
Authorized Signature:
C
Date:
March 13, 2+013
Notary:
JULIE PINKS
Notarial Seal - Iowa
Commission No, 787362
My Commission Expires Dec. 08, 2017
37
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
CER 9. Farm 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:
1.0 FlDorado National - California TS 7.2 25
o Exceed It Do Not !Meet a Provide Alternative
Complete description of Deviation:
The Cummins - 8.91- G, natural gas engine has an altitude capability of 10,000 feet.
Above 10,000 feet, the engine performance and gradeability will degrade. See
attached Cummins - ISL Base Engine Data Sheet for details, (located in Technical
Proposal).
Rationale (pros and cons):
Mote, this is the only CNG fueled commercial bus engine available on the market
today. As such, CIVIPC must accept the performance degradation above 10,000 feet.
Price data:
This deviation has no price impact.
38
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:
2.0 ElDorado National - Califomia TS 7.3.1 26
o Exceed Do Not Meet o Provide Alternative
Complete description of 'Deviation:
The maximum start acceleration times on a level surface will be as follows:
Speed (MPH) Maximum Time (seconds)
10 5.0
20 10.5"
30 21.5*
40 32.0*
50 45.5
Rationale (pros and cons):
The acceleration times listed above that are marked with the * are longer than the
requirement.
Price data:
This deviation has no price impact.
38
CMPC- 15- LTB -RPP January 205
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:
3.0 ElDor iadoNational - Calfomia T5 7.4.2 26
o Exceed a Do Not Meet o Provide Alternative
Complete description of Deviation:
The 30' and 32' when optioned with compressed natural gas (CNG) will have an
estimated range of 250 miles. This is due to the lack of roof mounted CNG storage
space. Note, the 35' and 40' buses as offered have adequate CNG fuel storage space
to accommodate the 350 mile range.
Rationale (pros and cons):
The shorter roof lengths on the 30' and 32' buses cannot accommodate more than four
4) 120" x '16.1" CNG fuel storage tanks. This limits the range on the shorter buses to
approximately 250 miles.
Price data:
This deviation has no price impact, since additional fuel tanks cannot be
accommodated on the short roof lengths.
38
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: Pager
4.0 ElAorado National - Califomia TS 1721 36
8 Exceed Do Not Meet Provide Alternative
Complete description of Deviation:
All diesel fueled buses offered by ElDorado National to CMPC on this procurement are
equipped with upgraded 364 Great stainless steel fuel tanks.
Rationale (pros and cons):.
The use of 304 Grade stainless steel fuel tanks eliminates the need to replace fuel
tanks due to corrosion or fatigue. Note that carbon steel fuel tanks as well as
polyethylene (plastic) fuel tanks degrade over time and will need
maintenance /replacement. Our stainless steel fuel tank is offered is vastly superior in
high corrosion markets such as Colorado.
Price data:
The upgrade charge for the 304 Grade stainless steel fuel tank is $1,000.00 per bus.
Note that this charge has been included in our base 30', 32', Wand 40' bus pricing.
38
CMPC- I5- LTB -RPP 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., Ueviatio n) 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:
5.0 Eldorado National - Calilomia TS 23 45
8 Exceed Q Do Not Meet o Provide Alternative
Complete description of Deviation:
Please be aware that ElDorado National is offering the Axess 35' and 40' bus models
of meeting the Alternative - Preferred Option. The entire body structure, (floor,
sidewalls and roof structure) fabricated from only the finest 304 Grade stainless steel.
Additionally, the exterior side wall skin material will be fabricated from non- corrosive
composite material. While more expensive, it offers unparalleled corrosion protection.
Rationale (pros and cons);
The use of 304 Grade stainless steel for the entire body structure eliminates structural
corrosion for the entire 12 years/500,000 mile life cycle of the vehicle. This dramatically
reduces the life cycle cost and maintenance expense throughout the vehicle's life. This
is vastly superior to the Gillig body structure which utilizes inferior C3R12 ferritic stainless
steel floor with aluminum walls and roof. Additionally, the New Flyer body structure
utilizes carbon steel. Both Gillig and New Flyer require continual undercoating to
maintain corrosion protection. The Axess structure does not?
Price data:
The upgrade charge for the 304 Grade stainless steel body structure is $18,000.00 per
bus. Note that this charge has been included in our base 35' and 40' bus pricing.
38
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. 1476.0 El Dorado National - Califomia TS 27, 1
6 Exceed a Do Not Meet ri Provide Alternative
Complete description of Deviation,
The E -Z 'Rider 11 30' and 32' buses have a lateral slope at the entrance and exit doors
of 40.
Rationale (pros and cons):
The 4° slope allows for superior moisture drainage at the entrance and exit doors and
snowy climates. Note,the 4° slope meets all applicable DOT, FMVSS,and ADA
requirements.
Price data:
This deviation have no price impact.
38
CMPC- 15 -LTB -RFP January 2015
Deviation 7.0 has been deleted from
our proposal.
ElDorado
National - California
Colorado Mountain
Purchasing Consortium
CER 9, Form for Proposal Deviation (with price 'data)
Section 9
This farm 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:
8.0 ElDorado National - Califomia TS 31.2 54
Exceed A! Do Not Meet 7=[] Provide Alternative
Complete description of Deviation:
The low -floor buses as specified are not designed to accommodate the mounting of
spare tires. Spare tires if desired will be shipped loose in the bus.
Rationale (pros and cons):
The floor height on our buses is approximately 15" above the pavement surface. this
does not allow adequate clearance for the under -body mounting of the spare tire.
Price data:
This deviation have no price impact. Whereas it is physically impossible to mount a
spare tire under the vehicle.
L— -- - --
38
CMPC- 15 -LTB -RFP January 2015
Colorado Fountain
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:
9.0 ElDorado National - Callfomia TS 32.2.4 56
o Exceed g Do Not Meet a Provide Alternative
Complete description of Deviation:
The maximum telescopic adjustment is 2.25 ".
Rationale (pros and cons);
This is the maximum height adjustment available on the Sheppard steering column
utilized on our low -floor buses.
Price data.
This deviation have no price impact, since a longer telescopic adjustment is not
available from our supplier.
38
CMPC- 15- LTS -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:
10.0 ElDorado National - calilomia TS 36.1 61
Exceed A Do Not Meet o Provide Alternative
Complete description of Deviation:
The El Dorado National brake and accelerator interlock systems do not have failure
made effects analysis (FEMA) documentation.
Rationale (pros and cans):
ElDorado National has utilized the same Vapor door/brake/accelerator interlock
system for the past 20 years. We have not suffered failures on the brake and
accelerator interlock systems. We have real -world proven experience with our
brake /accelerator interlock systems and do not require failure mode analysis.
Price data:
This deviation have no price impact.
38
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:
1().1 ElOorado National - Califomia TS 47.7 90
n Exceed 6 Do Not Meet Provide Alternative
Complete description of Deviation:
The Recaro Ergo Metro - AM80 is no longer manufactured with air vents.
Rationale (pros and cons):
Recaro has discontinued this option on the Ergo Metro - AM80, as such it cannot be
provided.
Price data:
This deviation have no price impact.
38
CMPC- I5- 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:
10,2 ElDorado National - Califomia T5 47.8.1 gQ
d Exceed N Do Not Meet n Provide Alternative
Complete description of Deviation:
The Hadley brand BRT style mirrors utilized on the Axess and E -Z Rider 11 as bid with
the BRT appearance package is not breakaway nor spring - loaded with auto return.
Rationale (pros and cons):
The modem, swept design of our BRT front cap requires utilization of a long mirror
arm. This mirror music streaming robust, and proven on hundreds of BRT E -Z Rider 11
and Axess model buses.
Price data:
This deviation have no price impact, whereas this is the only mirror available on our
BRT front end.
38
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
CE'R 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:
11.0 ElDorado National - Caiifomia TS 71.3 112
Exceed ::L@ Do Not Meet =1 Provide Alternative
Complete description of Deviation:
The buses as bid by ElDorado National do not utilize wraparound front turn signals.
We offer front -end side mounted LED turn signals instead.
Rationale (pros and eons):
Than ElDorado National exterior lighting meets all applicable DOT, FNIVSS,and ICC
lighting requirements. The nature of LED lamps does not allow wraparound
illumination.
Price data:
This deviation has no price impact.
38
CMPC- I5- 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 /cast 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:
12.0 ElDorado National - Califomia TS 76.1 121
A Exceed 8 Do Not Meet 8 Provide Alternative
Complete description of Deviation:
The AMSCO - N2003 model passenger seat is supplied at all positions possible. At
the flip seats positions the AMSCO - 6466 padded passenger seat is utilized. Finally,
the 30' and 32' model buses utilizes AMSCO Metropolitan flip seats on the front
curbside wheelwell as needed.
Rationale (pros and cons):
Note, the AMSCO - N2003 is a tour bus passenger seat, not a transit bus passenger
seat, as such there are limited seating configuration choices with this seat. We have
utilized the AMSCO equivalent transit seat where needed. Please see attached
floorplans for details.
Price data:
This deviation has no price impact.
3$
rCMPC- 15- LTS -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:
13.0 Morado NaEional - Califomia TS 76.3 122
ci Exceed a Do Not Meet m Provide Alternative
Complete description of Deviation:
The AMSCO - N2003 model passenger seat as supplied in our baseline quotation is
not available with anti - vandal seat cushion material.
Rationale (pros and cons):
Note, the AMSCO - N2003 is a padded passenger seat and is not anti - vandal
resistant. Our alternative Freedman Seating - CitiSeat has been quoted with
anti - vandal resistant seat cushion materials. Receive alternate Freedman Seating -
CitiSeat and Mid -High Featherweight passenger seat quotations for details.
Price data:
This deviation has no price impact, whereas anti - vandal material is not available on the
AMSCO - N2003 passenger seat.
38
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:
14.0 FlDorado National - Caiifomia TS 7+6.5 1122
I Exceed 8 Do Not Meet I Provide Alternative
Complete description of Deviation:
The AMSCO - N2003 model passenger seat as supplied in our baseline quotation is
not available with FMVSS 2071210 certified seatbelts. The Seat manufacturer does not
have a seatbelt solution for this model passenger seat. Please see optional Freedman
Seating - CitiSeat and Mid -High passenger seat quotations for seating selections that
include the required FMVSS 2071210 seat belts.
Rationale (pros and cons):
ElDorado National is the only heavy -duty transit bus manufacturer with FMVSS
2071210 certified seatbelts available. The Axess and E -Z Rider II as bid has been
tested and certified to accommodate FMVSS compliant seatbelts. No other bidder will
be able to provide certified seatbelts as an option. Please give proper credit to our
proposal.
Price data:
The Freedman CitiSeat and Mid -High passenger seats with seatbelts and stainless steel
legs are actually less expensive than the AMSCO passenger seats without seatbelts.
Freedman option pricing reductions are as follows:
CitiSeats: 30'= <$998.00 >, 32'= < $998.003, 35'= < $2,052.043, 40'= <$2,686.003
Mid- Highs: 30'= x$4,456.043, 32'= € $4,056.00 >, 35'= c $5,608.003, 40'= c$7,231.00>
38
CMPC- 15- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
CER 9. Form for Proposal Deviations (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;
15.0 ElDorado National - Califomia TS 83.5.3 140
Exceed Do Not Meet 8 Provide Alternative
Complete description of Deviation:
The XTL 1500 model radio is no longer produced by Motorola. The equivalent
Motorola APX digital radio will be provided in its place.
Rationale (pros and cons):
The XLT model radio is no longer produced by Motorola.
Price data:
This deviation has no price impact.
38
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:
16.0 ElDorado National - carifomia T5 85 - Table 8 141
o Exceed 8 Do Not Meet ::I@ Provide Alternative
Complete description of Deviation:
The steer axle will be equipped with Michelin model INCITY transit bus tires. The rear
axle will be equipped with snow tires as required,
Rationale (pros and cons):
This is the new standard Michelin transit bus tire.
Price data:
This deviation has no price impact.
38
CMPC- I5 -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:
17.0 ElDorado Nadonai - Califomia WR 1.1.2 Section 7 - Page 2
M Exceed Do Not Peet =11 Provide Alternative
Complete description of Deviation:
ElDorado National is supremely confident of the quality of our product. As such, we
offer a vastly superior base warranty. The complete buses wanted for two (2) years 1
140,004 miles, whichever occurs first.
Rationale (pros and cons):
The ElDorado National base warranty is doubled a complete bus warranty as required.
It is also vastly superior to that of our competition. Please grade are superior warranty
accordingly.
Price data:
This deviation has no price impact.
38
CMPC- I5- 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 mote 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:
18.0 ElDorado Nabonal - califomia WR 1.1.6 Section 7 - Page 3
9 Exceed =r- Do Not Meet o Provide AlternativeF
Complete description of Deviation:
ElDorado National is offering a two (2) years 1 100,000 miles, (whichever occurs first)
warranty on the complete bus, not just the Subsystems specified.
Rationale (pros and cons):
The ElDorado National base warranty covers the complete bus, not just subsystems
for 2 years /100,000 miles. Please grade are superior warranty accordingly.
Price data:
This deviation has no price impact.
38
CMPC -15- LT'S -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:
19.0 Eldorado National - Califomia WR 1.3.1 Section l - Page 5
o Exceed o Do Not Meet A Provide Alternative
Complete description of Deviation:
In accordance with Section WR 1.3.1, El Dorado National hereby request a waiver to
transfer the Cummins engine, Allison transmission and Thermo King HVAC system
administration of warranty claims to the aforementioned factory authorized, local
component distributors. The balance of the bus will be warranted directly by ElDorado
National.
Rationale (pros and cons):
Cummins, Allison and Thermo King warranty administration will be provided by the
factory authorized distributors as required by these component manufacturers.
Price data:
This deviation has no price impact.
38
CMPC- I5- 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:
20.0 ElDorado National - calftmia QA 1. Section 8 - Page 3
A Exceed Do Not Meet 01 Provide Alternative
Complete description of Deviation:
ElDorado National is an ISO 9001 certified manufacturing facility with an extremely
robust Quality Assurance system in place. We ask that our ISO 9001 certified Quality
Assurance Manual as provided in our proposal be supplied in lieu of Section QA 1. in
its entirety,
Rationale (pros and cons) -
ElDorado National has a complete ISO 9041 approved Quality Assurance system
already in place. Changing our Quality Assurance system in any way causes
significant administrative issues. Note that many of our competitors are not ISO 9001
certified. Please provide additional Quality Assurance scoring value for our ISO 9001
certification.
Price data:
This deviation has no price impact.
38
CMPC- I5- LTB -RFP January 2015
ElDorado
National
March 10, 2015
Ms. Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
4
California
RE: CMPC- I5- LTB -RFP — Explanation of Method for Price Adjustments of Base Pricing.
Dear Ms. Beauvais:
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement
found in Package 2 - requiring an explanation of method for price adjustments of the base pricing as
proposed.
E1Dorado National - California is extremely interested in providing each CMPC agency the ability to
add/delete or change vehicle equipment on the baseline vehicle to suit their individual requirements. It is
understood that this process must be transparent to both CMPC as well as the FTA. To this end, EiDorado
National California, Inc. will provide price quotations for the requested equipment changes as follows:
The formula that ElDorado National - California will utilize to determine an option cost will consist of the
change in applicable material cost, labor cost, additional freight, overhead and SG &A (selling, general and
administrative expenses) plus a profit margin of 10 %. This formula will be used to generate the cost of any
equipment change from the baseline vehicle price. All of the aforementioned cost components will be made
transparent to CMPC upon request. Upon review, please do not hesitate to contact me with any questions
regarding this issue.
Sincerely,
Mike Ammann
Vice President of Sales
E1Dorado National - California, Inc.
9126 Tanglewood Drive, Urbandale Iowa 50322 • Tel: 515 -270 -2939 • fax: 515 -270 -2537 • E-mail: mammann@eldorado-ca.com
ASV
ALLIED SPECIALTY VEHICLES
March 6, 2015
To Who It May Concern:
This letter serves as authorization for the Colorado Mountain Purchasing Consortium (CM PC) that
Michael Ammann and Tony Wayne are authorized to sign on behalf of ElDorado National California
ENC) in regards to the following RFP:
COLORADO MOUNTAIN PURCHASING CONSORTIUM
REQUEST FOR PROPOSAL
PROJECT NO. CMPC- I5 -LTB -RFP
Regards,
a U---
Kent Tyler
Vice President of Sales & Marketing, North America
Allied Specialty Vehicles
Corporate Office: 4776 New Broad Street, Suite 200, Orlando, FL 32814
407 - 681 -4700 • http.l /www.alliedsv.com
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: ElDorado National - California, Inc.
2. Address: 9570 galena Street, Riverside CA 92509
3. Ind lvidual[]partnershIp oCorporationE]3oint Venture
4. Date organized: 1991
State In which Incorporated: California
S. Names of officers or partners:
b. Tony Wayne - President
c. Mike Ammann - Vice President of Sales
d. Doug Kraus - Vice President of f=inance
e- Randy Troutman - Vice President of Operations o
6. How long has your firm been in business under its present name? Since 1991
7.Attach as SCHEDULE ONE a list of similar current contracts that demonstrates your avaIlab'le 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 parry 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?
Yesg] N o
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: Mike Ammann - Vice President
Company:
ElDorado National - California, Inc.
Authorized signature date
March 13, 2015
39
CMPC- I5- LTB -RFP January 2015
ElDorado
National
March 9, 2015
Ms. Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
California
RE: CMPC- 15- LTB -RFP — SCHEDULE 1 - Similar Contract Commitments Letter,
Dear Ms. Beauvais:
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement
found in Package 3, (CER10 - SCHEDULE 1) specific to similar current contracts that demonstrates are
available capacity. Listed below is a ,confidential list other open contracts that ElDorado National —
California, Inc. is currently obligated to, in addition to our current backlog of sold individual orders:
1. Charlotte Airport - 5 year contract / unlimited E -Z Rider II options
2. Huntsville, Alabama - 5 year contract / 20 E -Z Rider Ii option
3. Dutchess County - 5 year contract / 25 Axess bus options
4. State of Minnesota Consortium contract - 1 year contract (through December 31, 2015) / unlimited E -Z Rider II and
Passport -HD options
5. CALACT - 2 year contract / 200 options
6. HGAC Consortium contract - 3 year contract (through December 31, 2016) / unlimited options on all ENC-
Catifornia bus models
7. Sherman, Texas (TAPS) - 5 year contract (through fall, 2018) / 50 E -Z Rider H options
8. Montclair State - 4 year contract / 8 XII' options
9. Ulster County - 5 year contract / 5 Passport-HD options
10. PACE (Chicago) - 5 year contract / 314 Axess diesel bus options (a portion of these are currently in production)
11. PACE (Chicago) 5 year contract / 250 Axess CNG bus options (a portion of these are currently in production)
12. Stony Brook University - 5 year contract / 12 E -Z Rider 11 options
13. US Virgin Islands - 5 year contract / 10 XHF options
14. Longview Transit, (TX) - 5 year contract / 6 E -Z Rider 11 options
15. Michiana Area Council of Governments (MACOG) - 5 year contract / I 1 E -Z Rider H Trolley options
As you can see, ElDorado National is well- versed in multiple year contracts which are similar to the current
CMLPC RFP.
Sincerelyq
C
Mke Ammann
Vice President of Sales
ElDorado National - California, Inc.
9126 Tanglewwood Drive, Urbandale Iowa 50322 • Tel: 515 -270 -2939 • Fax: 515 -270 -2537 • E -mail: mammann @eldorado-ca.com
ElDorado
National - California
SCHEDULE TWO
Customer - Blue Water Transit
Contract Type — RFP - 201112012
Contract Value
2011 - $6,600,000
a 2012 - $2,300,000
Contract Services
2011 Delivery of 18 — 32 ft. E -Z Rider H Low Floor
Buses
2012 Delivery of5 — 40 ft. AXESS Low Floor
Transit Buses
Contact Person
Dave Frazier
Blue 'Water Area Transit
2021 Lapeer Avenue
Port Huron MI 48060
Phone: (810) 987 -7381
Email; DFRASIERABIVBUS.COM
Revised 2 -2015
I L . --4"
M
Customer - PACE Chicago
Contract Tyne - IFB
Contract Value
2007 - 2011 - $65,000,000
2012 - 2014 - $29,1 60,562
2015 - $43,650,314 (first order off new contract)
Contact Services
2007 — 2011 Delivery of 226 - 30 ft. E -Z Rider Ii
Low Floor Transit Buses
2012 — 2014 Delivery of 74 — 40 ft. AXESS Low
Floor Transit Buses
2014 — Unscheduled Options 342 40 ft. AXESS Low
Floor transit buses
2015/2016 — 91 CNG 40 ft. AXESS Low Floor transit
bus will be delivered.
Contact Person
Larry Braun
PACE — Chicago
405 Taft Drive
South, Illinois 60473 -2015
Phone: (708) 225 3039
IM.braun@,pacebus.com
I Lj Y
Customer - Mesa County, Colorado
Contract Type - Piggyback
Contract Value
2011 - $854,168
2013 - $752,000
Contract Services
2011 Delivery of 2-40 ft. AXESS Low Floor Transit
Buses
2013 Delivery of 2 -32ft. E -Z Rider H Low Floor
Transit buses
Contact Person
Kathy Young, Transportation Planner
Mesa County Regional Transportation Planning Office
525 S. 6th Street, 2nd Floor, Grand Junction, CO 81502
Phone: (970) 683 -4339
kathy.voung{a.mesacounty.us
Customer - Kansas City international Airport
Contract Type — IFB
Contract Value
2011 - $2,091,120
Contract Services
2011 — Delivery of 6 E -Z Rider 1130' - CNG
powered.
2015 Award coming for 4 E -Z Rider H 30'
CNG shuttle buses to ElDorado National
Contact Person:
Mike Duffy
125 Paris Street, Kansas City, MO 64153
Phone: (816) 243 -5055
Mike. Duffy@,kcmo. org
Customer - LA DOT
Contract Type - Options
Contract Value
2012 - $14,700,400
2013 - $12,000,000
Contract Services
2012- Delivery of 22 32ft. CNG E -Z Rider Low
Floor Transit Buses
2012 — Delivery of 35ft. CNG E -Z Rider H Low
Floor Transit buses
2013 — Delivery of 20 32ft. 32 ft. CNG E -Z Rider H
low floor Transit Buses
2013 — Delivery of 9 35 ft. CNG AXESS Low Floor
Transit Buses
2015 — Additional order coming spring 2015
Contact Person
Mire Bremner, Los Angeles Department of Transp.
Phone: (213) 977 -7007
MBREMNERfPQT.CI.LA.CA.US
Customer - Hill Country Transit
Contract Type — RFP --- 2014
Contract Value
2014 - $1,563,368
Contract Services
2015 Delivery of 4 - 35 ft. E -Z Rider II Buses
Contact Person
Robert Ator - Director of Urban Operations
Hill Country Transit District
4515 W. US 190, Belton, TX 76513
Phone: (254) 933 -3700
Email: ratort )a,takethehot2.com
ElDorado
National
February 24, 2015
Nis. Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West. Platte Avenue
Colorado Springs, CO 84904
California
RE: CMPC- I5- LTB -RFP — CER 10., Schedule Three Response Letter.
Dear Ms. Beauvais:
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement for
Package 3, CER10., specific to the Schedule Three requirement for particulars on terminated or defaulted
contracts within the past five years.
Please be advised that E1Dorado National has not defaulted nor had a contract terminated within the past 20
years! As such, we are not providing any additional documentation whereas it is not applicable.
Sincere ,
13-61t )— ---
Mike Amrnann
Vice President of Sales
E1Dorado National - California, Inc.
9126 Tanglewood Drive, Urbandale Iowa 50322 • Tel: 515 -270 -2939 - Fax: 515- 270 -2537 • E -mail: mammann @eidorado- ca.com
ElDorado
National
February 24, 2015
Ms. Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
WONO
California
RE: CMPC- 15- LTB -RFP — CER 18., Schedule Four Response Letter.
Dear Ms. Beauvais:
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement for
Package 3, CERIQ., specific to the Schedule Four requirement for the Proposer's last three (3) financial
statements prepared in accordance with accepted accounting principles.
Please be advised that E1Dorado National has supplied our confidential parent corporation financial
documents as required. The Allied Specialty Vehicles - 2014 Annual Report can be found in Package 4:
Proprietary /Confidential Information Package. Upon review, please do not hesitate to contact us with any
questions regarding this letter or our financial statements.
Sincerely,
e L = 2)
Vice President of Sales
E1Dorado National - California, Inc.
9126 Tanglewood Drive, Urbandale Iowa 50322 - Tel: 515 -270 -2939 - Fax: 515- 270 -2537 • E -mail: mammann@eldorado-4-,a.com
ElDorado
National
February 24, 2015
Ms. Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
R'ni
California
RE: CMPC- 15- LTB -RFP — CER 10., Schedule live Response Letter.
Dear Ms. Beauvais:
This letter is to serve as our response to the Colorado Mountain Purchasing. Consortium RFP requirement for
Package 3, CER10., specific to the Schedule Five for a list of all principal Subcontractors and percentage
and character of Work that each will perform on this Contract.
Please be advised that in an effort to control quality, E1Dorado National manufacturers the Axess and E -Z
Rider H buses in their entirety. Our ISO 9001 certified manufacturing facility in Riverside, California
manufactures a complete vehicle without the use of subcontractors. Upon review, please do not hesitate to
contact us with any questions regarding this topic.
Sincerely,
Mike Ammann
Vice President of Sales
E1Dorado National - California, Inc.
9126 Tanglewood Drive, Urbandale Iowa 50322 • Tel. 515 -270 -2939 • Fax: 515 -270 -2537 • E -mail: mammann@eldorado-ca.com
FINANCIAL STATEMENTS ARE
LOCATED IN PACKAGE 4 -
PROPRIETARY / CONFIDENTiAi
INFORMATION
ElDorado V
National California
ElDorado
National
March 10, 2015
Ms. Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
r
California
RE: CMPC- I5- LTB -RFP -- Insurance Coverage Letter.
Dear Ms. Beauvais:
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement
found in Package 3 specific to the our ability to obtain insurance coverage in accordance with the RFP
requirements.
E1Dorado National - California, Inc. has a financially strong parent corporation, allowing us to acquire all
necessary insurance coverage as required in CMPC RFP. To follow is the Certificate of Liability insurance
which is specific to the Colorado Mountain Purchasing Consortium RFP. You will final that the certificate
confirms our ability to provide the required insurance. Again, thank you for the opportunity to quote on
your transit bus needs.
Sincerely,
Mike Ammann
Vice President of Sales
ElDorado National - California, Inc.
Enclosure - Certificate ofLiability Insurance.
9126 Tanglewood Drive, Urbandale Iowa 50322 • Tel: 515-270-2939 - Fax: 515 -270 -2537 • E -mail: mammann@eldorado- ca.com
CERTIFICATE OF LIABILITY INSURANCE 711/2015
DATE I fYYYn12/25/2015
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 DOLES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pollcy(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 certlticato does not confer rights to the
certificate holder In lieu of such endorsement s .
PRODUCER Lockton Companies CONTACT
P EThreeCityPlaceDrive, Suite 900
St. Louis MO 63141-7081
319) 432 -0500
E-NIWL —
ADDRESS:
71112014 71112015
INSURER(S) AFFORDING COVERAGE _ NAX#
INSURER A : First Specialty Insur nce Corporation 34916
INSURED El Dorado National {California), Inc.
9670 Galena Street
INSURER a: The Phoenix Inmirance Coml2ang 25623
INSURER C : 26620
INSURER D: State National Insurance CoMMU, Inc. 12831RiversideCA92509
IN SURER E:
PRODUCTS- GG s 4,000-00
INSURER F
S
COVERAGES ATJAP CERTIFICATE NUMBER: 1'11169111 REVISION NUMBER: XXxxx -xx
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 SEEN REDUCED BY PAID CLAIMS.
INSRLTR TYPE OF INSURANCE
O
POLICY NUMBER
MCY
EFF
NPOcLMCSY
Y
A X COMM ERCLOLL GENERAL LABILITY
CLAIMS -MADE v ]OCCUR
J
N N IRG2001394 -01 71112014 71112015
TO RNTEDPREIVE$ Eeo ocurrern 5 300,000
M P
GEN'L
X
PERSONAL 6 ADV INJURY 5 1'0w000
AGGREGATE LIMIT APPLIES PER:
PO-
POLICY 11 LOCPOLICY
OTHER'
GENERAL AGGREGATE
PRODUCTS- GG s 4,000-00
S
B AUTOMMILEL]ABILrtY
ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
HIRED AUTOS
NON-OWNED
AUTOS
N N Y8104052R029PHX14 7/112014 71112015 COMBINED SIRMITIOZ11'r-
Ea ectrdenq s 1.000mo
X BODILY INJURY (Per person) 5
BODILY INJURY ar eccid1PROPERTYDAMAGE
S
UMBRELLA LIAB
EXCESS LIAB
X OCCUR
CLAIMS -MADE
N N EAU781897012014 711/2014 71117015 EACH OCCURRENCE 5,000-000
X AGGREGATE b
UFO RETENTION S xxxxxxx
1)
WCIIIKERSCOMPENSAT]{iN
YONANDEMPLOYERS' LIABILITY
ANY PROPRI ETORIPARTNEWEXECUTIVE
OFFICERIMEMBEREXCLUDED? N
Mandatory In NH)
Mye n, desol6e underDESCRIPTIONOFOPERATIONS Iralow
NIA.
N NDE-081268614 30I2112fl14 7/112015 X sTa urE ELI
E.L. EACH ACCIDENT
E.L. DISEASE- EA EMPLOYE 1. 044 00Q
E.L. DISEASE - POLICY LIMIT
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, AddltIanal Remarka Schedule, may ha attached If mare apace Is requlnd)
13369111
COLORADO MOUN'T'AIN PURCHASING CONSORTIUM SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
2212 WEST PLATTE AVE. THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
COLORADO SPRINGS CO 80904
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORLZED REPRE.9ENTA
Q 198'8 A-0-0-0 APORATUN. All rights reserved.
ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD
ElDorado
National
February 24, 2015
Ms. Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
California
RE: CMPC- I5- LTB -RFP — Engineering Information Statement.
Dear Ms. Beauvais;
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement
found in Package 3 - requiring an engineering organization chart, engineering change control procedure and
field modification process.
Pursuant to this requirement, please see the attached E1Dorado National - California company organizational
chart, (which includes Engineering). Also attached are our Engineering Change Request /Notice procedure,
as well as our field modification process. Upon review, please do not hesitate to contact me with any
questions regarding this issue.
Sincerely
Mike Ammann
Vice President of Sales
E1Dorado National - California, Inc.
Enclosures - ENC Organizational Chart, Engineering sample documents.
9126 Tanglewood Drive, Urbandale Iowa 50322 • Tel: 515- 270 -2939 • Fax: 515- 270 -2537 • E -mail: mammann @eldorado-ca.com
u
g g Fx
QG fQ C W }V
W - 6aJ YJDV
07
O
ID Q V
tSGn
is
Ly ° m ., y
p
py —.
U) 7F w Lo
tw x 5i
s ° 0 xo
O
U
a
O = L = C 4
4
o c
W o r
Y
a
4
Lid G
Z
Q dci
n ® a ffi z P5 a
41 iG0 j n+. N ` G °o, _
0 cc
tv
in >
y sd w
sr`
a'
Ce
L 7 z -Z r-
QJ E c9 ¢ n
n
ti h c j e c c 5- p c
Z °u° i U u° u° 15 ux
g = ?, age
l7 o = 3x .
MGD
a
s x µS o o
a o 02 o. y sy a n O u e m v,
J2
CL 47 H
n CD E p C g C C T
C c cam 3 q xa M ana a, d qaa — m + pwy-- m m" zd S
um
I x
EI Wrado Nebo nal - CalFtrnla, Inc Rev., MMI
DESIGN CONTROL - ENGINEERING CHANGE REQUESTINGTICE
Customers,
Various Review/ Vendors, Corporate,
Departments Engineering Staff Approval
etc.
Request new options, features, or design
Assign & iLog REC No. enhancements on REC portion of ECN
Review 6 t
Nattfy Initiator - Assign REC for
Investigation
A (Eng. Mgr) /
trweabgata
Engineer
Initiates ECN
Yes (Sid, Field
IProblem, Etc.)
Prepare
Documenation
Assign ECN)
Review
Eng. Mgr.)
Englneering tat Ar6de
Approves Requested
1st Article
Estimated Impact
T
Revise
T
Purchasing
PreliminsryObtains1st ECN O.K. Approval
Article (Op. Mgr.)
Revise
Estimated Impact
1- $1100
Distribute Release to Various issue Release & Approval
Departments File ECN
K'
I (Gen, Mgr.)
Page 34
R
J
9
m
W
0
z
LU
a
z
z
W
W
z
a
z
W
a
N
to
x
CL
ui
V W
n
ca
Q
a
z
j
U.
0
1x
ir
U)
z
ox
0
0 IL
w
I
m
w
a
CL
ca
a
1x
ir
U)
0
0 IL
w
I
z
ct
W
EL
z
Z
x uj I
Q,
ct EL
a
i
O V}
I W
4 2
O v
0
uj ti
Q 0
Lam'
z
rx
0IFULi
4
a
co
od 0.
LU
co
LU
d I tyi
3 25
Z 00
a w° s
of l
as
Ld as
Lu
ui a cidl r c3
1V
LU
QIa000 j00c)
U'wwww Z
J J
rn
L1:
FE M ujowa'.
O
ci Z;
cv I cr w
a
L?
k
L
aDC 2
Q° NED
HL-O
a u v
J
as
I'
00.o
ovo
OWO
a
1 1
0()-CZ --,-T,
0010
n
f
GOV {
O i --
OCTE OaTz
VVIZZ
is
mom* ?A N
j
SL' L Y
m I
i
SZ'L 100'L
SCO -
I- -
8 8A
R
e
f
m
0
o
O
si
8
f a
00,0
N
7
it
9 v
c;
ts
8 $ _
CL R
k1 G j
4
4t'0 s
o
nl ri +Y 6
x Pi p
i
1G r r
N
N
7
it
9 v
c;
ts
8 $ _
CL R
k1 G j
4
4t'0 s
o
nl ri +Y 6
a
ui
S L
K
W
X Q U
W
a a
a
o
c. El w
w p w LU
Pam acv
Cn
owlW
a
Vu-
o C
6m
1 2
0 8CoCD
w Q0p
LU
W
LUw
2 nU
d
wzUj
w
c*
Q W ¢ ix U
a - Q
ix
t
L
El lu
w
z W
M ti all_ I
a
LU
C LU
OC C)
w w 0 3:
a U
w661 Z
LLJ Q U W IL
V z z
0
W
EL
U)
z au
a
LU z
LU
a
Z
1
L1
z
p Z
M
CL In
LL,
0
w
tL
z
o1B
t9
z
O
Q
Ix
W 0
0 w
ca
a
oc
a
a 0 Lu
Z
M
U.
w.. a
to
o O uu zQLLIrx
co)
u
w r
Scf
w W a u)v ma
a
b
YM
00
Llr
r J I I1h,
S C4I
I Q N
3
1 1 1
I
ail
Rig
a
s
Ps Ialso , , a
1
8
peg
0 E7 < t
ElDorado
National
February 26, 2015
Ms. Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
California
RE: CMPC- I5- LTB -RFP — Manufacturing Facilities Response Letter.
Dear Ms. Beauvais:
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement
found in Package 3 specific to the our Manufacturing Facilities, Plant Layout, tither Contracts and Staffing_
The ElDorado National — Riverside manufacturing facility is one of the newest in the industry. This
purpose -built facility was designed specifically to meet our exacting needs. We began bus production at the
Riverside factory in April, 2004. Please see the factory photo, manufacturing layout and ElDorado National
Heritage Story as follows.
9126 Tanglewood Drive, Urbandale Iowa 50322 • Tel: 515 - 270 -2939 • Fax: 515 - 270 -2537 • E -mail: mammann @eldorado- ca.com
Page 2 of 3
CMPC RFP – Manufacturing Facilities Letter - cont.
February 26, 2015
ELDORADO NATIONAL - CALIFORNIA PLANT LAYOUT
4
i RI
W 711011p-
3 9Rd. 17
C3
r ewax as
T. IIUis —CELLis CELL 12 CO-L7.
a C3 C=
a, LEIF-
E L--j --- JC==
CPO
CZ-1 --- I
j 1 iWIlis
9126 TanglewGod Drive, Urbandale Iowa 50322 • Tel: 515-270-2939 • Fax: 515-270-2537 - E-mail: mammann@eldorado-m.00m
Page 3 of 3
CMPC RFP — Manufacturing Facilities Letter - cont.
February 26, 2015
With regard to staffing, ElDorado National California is a certified U.S. Citizenship and Immigration
Services - E- Verify manufacturing facility. Our factory is located in Riverside, California. We have 282
employees as of 1/31/2015. This employment mix is made up of a direct labor workforce of 216 ranging
from welders, electricians, A/C techs, chassis techs, painters, and general automotive assembly. The
production leadership is run by a Vice President of Operations and a staff of 16 with Production Supervisors,
Quality Control and facility support. There is a professional engineering department directed by our Chief
Engineer and his staff of 16. The Sales, Finance and Administration departments round out the employment
population of 34 salaried and hourly employees.
Finally, listed below is a confidential list other open contracts that ElDorado National — California, Inc. is
currently obligated to, in addition to our current backlog of sold orders:
1. Charlotte Airport - 5 year contract 1 unlimited E -Z Rider H options
2. Huntsville, Alabama - 5 year contract 120 E -Z Rider H option
3. Dutchess County - 5 year contract 125 Axess bus options
4. State of Minnesota Consortium contract - 1 year contract (through December 31, 2015) 1 unlimited E -Z Rider H and
Passport -HD options
5. CALACT - 2 year contract / 200 options
6. HGAC Consortium contract - 3 year contract (through December 31, 2016) 1 unlimited options on all ENC-
California bus models
7. Sherman, Texas (TAPS) - 5 year contract (through fall, 2018)150 E -Z Rider It options
8. Montclair State - 4 year contract f 8 XHF options
9. Ulster County - 5 year contract 15 Passport -HD options
10. PACE (Chicago) - 5 year contract 1310 Axess diesel bus options (a portion of these are currently in production)
11. PACE (Chicago) - 5 year contract f 250 Axess CNG bus options (a portion of these are currently in production)
12. Stony Brook University - 5 year contract 1 12 E -Z Rider II options
13. US Virgin Islands - 5 year contract 1 10 XHF options
14. Longview 'Transit, (TX) - 5 year contract 16 E -Z Rider II options
15. Michiana Area Council of Governments (MACOG) - 5 year contract 1 11 E -Z Rider II Trolley options
Upon review, if any questions or additional needs arise regarding our manufacturing, product support or
staffing, please do not hesitate to contact me. Again, thank you for the opportunity to quote on your transit
bus needs.
Sincerely
Mike Ammann
Vice President of Sales
ElDorado National - California, Inc.
Enclosure ElDorado National Heritage Story
9126 Tanglewood arise, Urbandale Iowa 50322 • Tel. 515 -270 -2939 • Fax: 515- 270 -2537 • E- mail: mammann @etdorado- ca.com
e
IDorado
National
ElDorado National - California Heritage
Established in 1975, National Coach started manufacturing paratransit vans in Gardena,
California. The 1986 National Coach moved their main bus production to a larger facility located
in Chino, California. In 1991 National Coach was acquired by Thor Industries and merged with
ElDorado Sus, creating ElDorado National. To accommodate continued growth, in April, 2004
ElDorado National (California) moved into a state- of-the -art 226,869 square foot manufacturing
facility located in Riverside, California. The new Riverside facility was designed and built
specifically for the production of heavy -duty commercial, transit and shuttle buses. The latest
generation corrosion protection and exterior body paint facilities were integrated into the new
factory. Allied Specialty Vehicles, (ASV) the largest specialty vehicle manufacturer in North
America acquired ElDorado National from Thor Industries in 2013. Allied Specialty Vehicles is
a privately held company and with the addition of the Bus Division, ASV has 30 market - leading
brands. ASV has the #1 or #2 market share position in all of the core markets it serves..
Revenues exceed $1.6 billion and ASV has 14 world -class manufacturing locations across the
United States with 4,500 employees.
Page 2
ElDorado National - California Heritage
Settiag the Standard in Product Quality
Quality has never been more important than it is today, and at ElDorado National we take every
step to ensure the very highest standards of quality and value. Both ElDorado National
manufacturing facilities have advanced Quality Assurance programs in place and both facilities
became ISO 9001 certified in 1999. The Riverside and Kansas operations were recertified to the
latest ISO 9441:2000 standard in 2012. Quality leadership also means exceptional customer
support and with the largest sales and service dealer network in the commercial bus industry, we
can assure our customers of the technical support and the parts needed to keep the wheels
turning.
ElDorado National provides the largest selection of buses and widest range of power systems and
alternate fuels for all public and private sector applications. Vehicles range from 20' to 40' in
length, with seating capacities from 7 to 49 passengers. Every ElDorado National product,
whether a low -floor accessible minivan or a heavy -duty 40' transit coach, is crafted with one
thought paramount: At ElDorado National, quality is not an option - it is the standard.
ElDorado National (California) - Products That Move People
ElDorado National (California) manufactures multiple lines of commercial vehicles including the
Passport -HD, XHF, E -Z Rider II, Axess and the new Arrivo. Custom -built products are
manufactured for the exacting needs of the transit, airport, university, shuttle and specialty
applications.
Passport -HD -- The Passport -HD is a low -floor cutaway bus on the reliable IC TC series
chassis. This bus is the ideal choice for applications that require low -floor transportation at a
reasonable cost. The Passport -HD is a front engine, medium duty, mid -size bus, available in 30'
and 35' lengths with a capacity of up to 31 seated passengers. The Passport -HD has successfully
gone through strain gauge testing, side impact, FMVSS 220 rollover testing and has completed
the l0 -year /350,000 mile test at Altoona with superior results. The Passport-HD also experienced
zero Class I or Class II failures during Altoona testing with a diesel fuel system.
XHF -- The XHF is our highest capacity, heavy -duty, standard -floor height bus. This rear
engine bus offers seating accommodations for up to 45 passengers. For ultimate flexibility, the
XHF is available in 29', 32', 35' and 40' body lengths. The XHF can also be adapted for elderly
and handicapped accessibility and offers an available front door or center door in -step ADA
compliant lift. The XHF has successfully gone through strain gauge testing, FMVSS 220
rollover testing and has completed the 12- year /504,040 mile test at Altoona with superior results.
The XHF also experienced zero Class I or Class Il failures during Altoona testing with a CNC
fuel system.
Page 3
ElDorado National - California Heritage
E -Z Rider U -- The E -Z Rider 11 is a heavy -duty low -floor transit/shuttle bus that offers
exceptional passenger accessibility. This rear engine model is built utilizing a fully welded
monocoque constructed space frame designed by ElDorado National. The E -Z Rider 11 is
available in 30', 32' and 35' lengths, with a 102" width. The E -Z Rider 1I has successfully gone
through strain gauge testing, side impact, FMVSS 220 rollover testing and has completed the 12-
year/500,000 mile test at Altoona with superior results. The E -Z Rider 11 also experienced zero
Class I or Class 11 failures during Altoona testing with a CNG fuel system.
Axess -- The Axess is ElDorado National's heaviest duty low -floor entry into the market place..
This modern design 35' and 40' low - floor, 102" wide heavy -duty transit has been designed for
passenger safety and the rigors of transit operations. It is offered with diesel, CNG and LNG
fuel options. The Axess has successfully gone through strain gauge testing, side impact and
FMVSS 220 rollover testing and has completed the 12- yearl500,000 mile test at Altoona with
superior results. The Axess also experienced. zero Class I or Class Il failures during Altoona
testing with a CNG fuel system.
Arrivo -- The Arrivo is the latest addition to the ElDorado National (California) product line.
The standard -floor Arrivo utilizes the rugged FCCC rear engine rail chassis in lengths up to 40'.
The combination of state- of-the -art aesthetics, exceptional passenger carrying capacity and
competitive pricing make the Arrivo the natural choice for high- volume shuttle applications. The
Arrivo is currently undergoing FTA- Altoona testing for a 10- year1350,000 mile lifecycle. We
Altoona test anticipate completion during the summer of 2014.
Paratransit Capabilities
ElDorado National vehicles can be specially built to meet the unique comfort, convenience,
safety and reliability needs of corporations, transit authorities, airports, universities, hospitals and
private convalescent facilities. Specialty paratransit vehicles are designed to include wide aisles,
non -skid flooring, stainless steel handrails and wheelchair lifts or ramps. All ElDorado National
vehicles can be adapted to meet ADA requirements. FMVSS certified seatbelts are offered on all
ElDorado National models.
Each and every ElDorado National product meets or exceeds the standards set forth ley:
Society of Automotive Engineers
Q Applicable state DOT regulations
Federal Motor Vehicle Safety Standards (FMVSS)
Canadian Motor Vehicle Safety Standards (CMVSS)
Law & Regulations of Transport Canada, ( Axess and Arrivo excluded)
Highway Traffic Act - Province of Ontario, Regulation 629
Page 4
ElDorado National - California Heritage
G Environmental Protection Agency
0 National Highway Traffic Safety Administration
G Federal Transportation Administration
F1 Americans with Disabilities Act
ISO 90£11:2000 Certified
Complete Sales and Marketing Support
Unique to the heavy -duty, transit bus industry, ElDorado National has a full network of factory
authorized distributors offering sales /service/warranty. This local dealer network offers
unparalleled after - market support that includes nationwide service, superior parts availability, a
toll free parts hotline and comprehensive mechanical breakdown protection.
Facilities
ElDorado National has two operations totaling 660,000 square feet of manufacturing space on 58
acres, all fully secured. ElDorado National believes in putting Americans to work. All
manufacturing of ElDorado National buses occurs when the United States. ElDorado National
employs in excess of 500 personnel at our two manufacturing facilities.
0 Riverside, California -- Axess, E -Z Rider II, Passport -HD, XHF and Arrivo
Production, Engineering, Data Processing, Steel Fabrication, Sales, Marketing,
Purchasing, Parts and Service.
Salina, Kansas -- Aerolite, Aerotech, Advantage, Transtech, Aero Elite and Krystai
Production, Engineering, Sales and Marketing, Purchasing, Parts and Service.
In April 2004, ElDorado National (California) moved into a new state of the art manufacturing
facility located in Riverside, CA. The main design theme of this facility was based on capacity,
capability, flexibility and quality. The facility is 226,869 square feet.
The assembly production is split into several areas:
1. Sub - Assembly Weld — Welding walls, floors and roofs.
2. Assembly Weld — Weld sub - assembly sections together.
3 Anti- Corrosion Protection — Blast, paint and seal.
4. Chassis Line — Manufacture chassis.
5. Five Body Assembly Lines.
6. Top Coat Paint — Five booths: (1) cage, (1) small parts, (3) final body paint.
7. Final Finish — Final assembly, test and inspection.
8. Water testing facility.
9. Bus Test Track — Suspension articulation.
Page 5
Mora& National - California Heritage
10. Sub - Assembly Area -- Machine shop, cabinet shop, air conditioning and sewing
areas to support production.
11. R &D — Research and development.
12. Customer Support — Service, parts and engineering support.
There are several new processes which give us better capability to produce a higher quality
product. An example is our new anti - corrosion protection program. It consists of blasting the
steel cage with steel grit, painting the cage using a special anti- corrosion paint and sealing all
butt joints. A special bus test track with three exact test cells from the FTA bus testing facility
located in Altoona, Pennsylvania in has been designed and built at the ElDorado National facility
in Riverside. Every vehicle we manufacture complete the 30 mile road test plus 30 tunes across
our own Altoona test track. This process articulates the suspensions and shakes down the body
during final testing of each bus. This extra testing allows us to catch problem areas on buses
prior to shipment. This attention to detail assures our customers the finest products in the
industry.
Our quality control and assurance program has always started with the workers on the assembly
lines "Do it right the first time ". A build package, which includes work orders, inspection sign -
off sheets and tests follow each bus through the entire process. We are ISO 9001 certified to the
latest standard and integrate these techniques with our quality programs.
We have laid out the new plant so that we can change to any model mix and schedule at any
time. This allows us to build a high quality product and satisfy customer demands.
RIVERSIDE, CA BUS MANUFACTURING FACILITY
REV. 5!212 014
ElDorado
National
March 10, 2415
Ms. Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
I.`
California
RE: CMPC- I5- LTB -RFP — Technical 1 Service Support Statements
Dear Ms. Beauvais:
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement in
Package 1 for documentation on our technical l service support program.
Pursuant to this requirement, please be advised that ElDorado National has an entire inventory of
replacement parts for the Axess and E -Z Rider li buses as bid, located in Riverside, CA. Our parts
department has dedicated 12,000 square foot of warehouse and shipping facilities. ElDorado National
maintains in excess of $4,000,000.00 in parts inventory to service our customers. Our parts department
employs a staff of ten, full -time personnel.
Fast parts shipments are a key to our continued success. Our parts department has the ability to ship parts
via all modes of transportation. This includes over - night, UPS ground and common carrier. All orders for
in -stock components will ship the same -day if the order is received before 2:04 p.m. Pacific time. For over-
night shipped parts, orders may be received as late as 2:30 p.m. Pacific time.
CMPC member agencies will find that the ElDorado National proposal offers exceptional factory support
through the nearby Riverside, California manufacturing facility. Furthermore, Colorado West Equipment, .
our local factory authorized parts/service/warranty restitution center offers unparalleled spare/warranty parts
support to all transit agencies in Colorado. No other bus manufacturer can offer this level of local parts
support throughout the life of the vehicle. Details of our local servicing capabilities are listed below.
COLORADO WEST EQUIPMENT COMPANY OVERVIEW
Colorado 1 West Equipment, Inc. is a Subchapter S Corporation operating in Colorado, Nebraska,
and Wyoming focused entirely on the distribution and service of buses.
Page 2 of 4
CMPC RFP CMPC- I 5-LTB-RFP - Training Program Proposal Letter, continued
March 10, 2415
The company employs eleven (11) individuals specializing in bus sales, parts sales, administration,
and warehousing at its offices and warehouse in Henderson, CO. An additional service location, in
close proximity to the offices 1 warehouse employs five (5) technicians, trained and certified by
Eldorado National.
The company, since its inception, has operated at a profit with a high employee retention rate
averaging 15.8 years of tenure. The knowledge base and experience of the staff results in a high level
of performance and increased customer satisfaction.
Company management feels strongly that, in order to remain successful, we must perform at a
superior level exceeding our customer's expectations. In order to accomplish this goal, we cannot
dilute our efforts with other markets or unrelated lines 1 accessories, therefore remaining focused on
the bus sales and service business.
Colorado / West Equipment, Inc. incorporated as a Subchapter S Corporation, under the laws of the
State of Colorado, on February 27, 1987 and have perpetually operated in good standing for the past
twenty - eight (28) years.
The company has delivered in excess of 5,000 new buses during its tenure. The Company's
reputation remains strong regarding products and aftermarket support. it is important to note that the
Company has never been named in litigation which speaks to product dependability, company
integrity, and satisfactory resolution of customer issues.
The company owns facilities in both Colorado and Nebraska and carries no debt. All facilities,
inventory, tooling, and assets are unencumbered. The Company has significant cash reserves and
borrows only briefly during the summer bus delivery period via a long standing credit facility with
US Bank. The Company carries a 3A2 rating with Dun & Bradstreet (D -U -N -S Number 17 -440-
7502).
KEY PERSONNEL
O. B. Begley, President: Born 1948 and graduated University of Texas at Austin 1970. 1971 -1973
employed by H -E Lowdermilk of Denver, CO. 1973 -1987 employed by Elder 1 Quinn & Mc Gill,
Inc. of Denver, CO. 1987- present active Colorado 1 West Equipment, Inc.
Jeffrey P. Koza, Vice - President: Born 1970 and graduated Colorado School of Mines 1993. 1993-
1994 employed by Western Geophysical of Houston, TX. 1994 -1995 employed by Oppenheimer
Shareholder Services of Denver, CO. 1999 MBA in Finance from University of Denver, Daniels
College of Business. 1995- present active Colorado 1 West Equipment, Inc.
Brent L. Holt, General Manager: Born 1953. Employed in family business after high school in Salt
Lake City, UT. 1994 employed by International Harvester Branch in Denver, CO. 1999- present
active Colorado 1 West Equipment, Inc.
Page 3 of 4
CMPC RFP CMPC- 15 -LTB-RFP -- Training Program Proposal Letter, continued
March 10, 2015
Richard Lovely, Parts Manager: Born 1962.1983-2001 employed by Cummins Power Southeast and
Rocky Mountain. 2001 - present active Colorado f West Equipment, Inc.
Ed Woolverton, Principal: Born 1947, 19+67 -1970 United States Marine Corp, Vietnam combat
veteran, disabled. 1970 -1977 Automotive and truck technician various dealers. 1977 -1990 General
Motors of Detroit, MI. 1990 -1999 Trans/West GMC of Commerce City, CO. 1999 - present active
TM S Truck & Bus.
FACILITIES
Main facility in Henderson, Colorado
Company headquarters since 1987. Administration, sales and aftermarket support functions located
at this location.
Current bus parts inventory as of March 1, 2015 exceeds $650,000.00
Centrally located within. 10 mile radius of engine, transmission and air conditioning regional service
centers.
Page 4 of 4
CMPC RFP CMPC -I 5- LTB -RFP — Training Program Proposal Letter, continued
March 10, 2015
Primary service facility in Brighton, Colorado
Dedicated service staff of 5 trained technicians.
Finished facility with secure lot capable of 50 full size buses. Four interior service bays.
Certified repair, warranty and installation for the following components:
o Eldorado National — California
o Eldorado National — Kansas
o Eldorado Mobility
o Blue Bird Corporation
o Girardin Minibus
o Cummins (ISB6.7, ISL8.4 and ISL -G)
o Multiple air conditioning mfg's (ACC, ACT, MCC)
o Ricon mobility products
o Braun mobility products
o Espar Climate Control Systems
o Webasto Thermosystems
o Rud automatic tire chains
o On -Spot automatic tine chains
Upon review, please do not hesitate to contact me with any questions our industry- leading technical and
service support.
Sincerely,
C
Ake Ammann
Vice President of Sales
ElDorado National - California, Inc.
ElDorado
National
February 24, 2015
Ms. Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
California
RE: CMPC- IS- LTB -RFP — Quality Assurance Response Letter.
Dear Ms. Beauvais:
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement
found in Package 3 specific to the our Quality Assurance Program.
ElDorado National California, Inc. is an industry leader in quality assurance procedures /documentation. In
fact, we were one of the first commercial bus manufacturers in the industry to be certified ISO 9001. The
EiDorado National manufacturing facility located in Riverside, California is certified to the latest ISO 9001
standards in 2012. A copy of our current Quality Assurance Certification and Manual are attached for
review.
Upon review, if any questions or additional needs arise regarding our Quality Assurance Program; please do
not hesitate to contact me. Again, thank you for the opportunity to quote on your transit bus needs.
Sincerel ,
Mike Ammann
Vice President of Sales
E1Dorado National - California, Inc.
Enclosure - duality Assurance CertificatelManual
9126 Tanglewood Drive, Urbandale Iowa 50322 • Tel: 515 -270 -2939 • Fax: 515 - 270 -2537 • E -mail: mamrnann@eldorado-ca.com
QUALITY
MANAGEMENT
SYSTEM MANUAL
QUALITY COUNTS:
Do It Right The First Time
And Continue Improving
To Ensure Customer Satisfactory
Jaki
ElDorado Notionol (Califon
lot
1
Orion Registrar, Inc., USA
Certificate of Registration
7k-,T is fo cerf ,l_ yr ffie 2ucz1vy .2rjanayemenf c5ysfem
ElDorado National (California), Inc.
9670 Galena Street
Riverside, California 92509
USA
Yfas been assessed) by Orion - epslrar andr'oundrlo tie in compliance wA6
f,6e ,lo%lwinry 2uahly c5lancl rJ
ISO 9001:2008
3` he 2ualvy .l2anayemeni 6yslem is .Wppfcable fa:
Design and Manufacture of Commercial Buses
7.4e %17eyislral,,on period'isfrom — 7e &uary 16, 2010 lo Aray IS, 2012.
7,&s reyi'sfrafron is subjecf to ft''ie company main huniny ifs sysfem fo Me
repiredrsfand'ard; ano(applica4l'e excepfions, mr5rcf rail' %de monrforeo"6y Orion.
Genl -7D a009d- 00001. Genf tale 1 ),Wa0o0s26 -6.
C-WG % 3(79C ,f c59G Gode(s). 22 % 3,36112 / 3713
0211612010
President
a
Date
Orion Registrar, Inc. * Arvada, Colorado * PO Box 745070 * 303 -456 -6010 r
7G euthentwM Ihit [trlRk,tle pka8e neA wvew aF+urMriWe porn
FAX 303- 456 -6681
ElDorado
National - California
Thor Industries commercial Bus Division
Revision Date
JUNE 1212010
Quality Management System (2008 Version)
Document and Data Control List
Organizational chart
QMS Documentation /Planning Procedure
Purchasing Procedure
Reject Sheet Form
Purchasing Vendor Approval Procedure
Purchasing Vendor Disapproval Procedure
Contract and order Review Procedure
Quality Policy Statement Page
Management Responsibility Procedure
Quality Management System
Operating Policies
ElDorado National (California), Inc. Provides uncontrolled copies of this manual to
employees, customers, auditors, etc. as needed. Uncontrolled copies are clearly
identified as such on this cover page and are up -to -date at the time they are printed.
There is no effort made to maintain these copies after that point. Anyone interested in
obtaining a current copy should contact ElDorado National (California), Inc. directly.
Uncontrolled Copy
ElDorado
National - California
Thor Industries Commercial Bus Division
SCOPE OF REGISTRATION
EiDorado National — California, Inc., a division of Thor Industries,
maintains a Quality Management System, registered to the ISO
9001:2000 International Standard. This Organization oversees the
Sale, Design and Manufacture of customized buses and multipurpose
passenger vehicles. ElDorado National California, Inc. is located at
96 70 Galena Street, Riverside, California 92509, which includes the
Corporate Office.
TABLE OF CONTENTS
Tine
QUALITY MANAGEMENT SYSTEM
Page
Quality Management System Policies .............................................................. ..............................1
Document and Data Control .............................................................................. .............................11
Control of Records (Retention List) ..................................................................... .............................14
MANAGEMENT RESPONSIBILITIES
Management Respo ,_ ' ilities ..... ............................... y ,.r . a.. ...................
Quality Managemen , hem Documentation 1 Plannin . ..... ................. i............. 17
Quality Policy 1 Qual, C'3b tives Statement Page ;... ....
RESOURCE MANAGEMENT
Training . ............................... .................. / .... .. .......................,...19
Competency Review.......... .........} ....... .,.,..... , ................................ 20
PRODUCT REALIZATION
Product Realization Process... `R...,... ,, . ................ .............................25
Process Control f Equipment Mairttenance...4. ` .......................... .............................2B
Contract and {Order Review (Customer RequirVd P% 6du O .-- a.................................................... 29
After Market Sales ........... ...:.,. ' ,'..... 5 ...... .... ......................,....... ............................... 30
Design Control (Product Design Ptah)..... ' =„ ... .. ......................... ............................... 31
Design Control (Engineering Chang'e Request I Notice ). ..~. ' 34
Purchasing ............... r ..... ............. 36
Purchasing (Vendor Approval Proces4s) .................... ................37
Purchasing (Vendor Disapproval" Pracess) ............................... ...............................
Product Identification and Traceability ............................................................. ............................... 41
Control of Customer Supplied Product (Customer Property) .......................... .............................42
Handling, Storage, Packaging, Preservation, and Delivery (Preservation of Product) ................ 43
Control of Monitoring and Measurement Devices (Calibration System) .......... .............................44
MEASUREMENT, ANALYSIS, AND IMPROVEMENT
Customer Satisfaction Viewpoint ....................................................................... .............................47
Internal Audits 49I ...... ................ ...... ............ _ ...............................
Inspection and Test (Monitoring and Measurement of Product) ................. ............................... 54
Statistical Techniques ........................................................................................ .............................55
Control of loon- Conforming Prod uct ................................................................... .............................57
Corrective and Preventative Action. ................................................................... .............................59
ElDorado National (California), Inc Rev: 10.22.09
Quality Management System
ElDorado National (California), Inc. establishes, documents, implements, and maintains a Quality Management
System (QMS). Continual improvements and management of the QMS are in place to monitor the effectiveness
in accordance with the requirements of the International Standards. The QMS ensures:
Processes and their applications, which are needed for the QMS, are determined
The sequence and interactions of these processes are determined within this manual
The Criteria and methods needed to ensure both the operation and control of these processes are
effectively determined within this manual
The accessibility of resources and information necessary to support the operation and monitoring of these
processes
These processes are monitored, measured where applicable, and analyzed
Actions necessary to attain planned results and continual improvement of these processes are
implemented
Where ElDorado National (California), Inc. chooses to outsource processes, EIDorado National (California),
Inc. guarantees the control over such processes. The type and extent of control to be applied to these
outsourced processes shall be defined within this Quality Management System.
QMS Documentation
ElDorado National (California), Inc. "s QMS is documented using the following structure:
Level 1 QMS Manual What is done QMS Operating Policies
Level 2 QIIAS Procedures Who does it QMS authority, responsibility, and
interfaces
Level 3 Work Instructions How is it done Prints, specifications, routing
forms, etc.
Level 4 Quality Records Results — Purchase Order, ECN, Prints,
historical info. Inspection Results, etc.
Document and Data Control
ElDorado National (California), Inc. controls the issuing and changing of documents and data for Level 1, Level
2, and Level 3 of the QMS documentation. This type of control by the organization includes:
Documents and data in the form of hard copy, electronic, and other media
Reviewing, approving, and re- approving as necessary new or revised documents and data by authorized
personnel prior to making the information available
Ensuring documents of external origin (i.e. customer) which are determined to be necessary for the
planning and operation of the quality management system are identified and their distribution controlled
Determining the current revision of documents and data with a master list or other means
Ensuring all documents and data are legible and readily identifiable
Preventing the unintended use of obsolete documents and data
Suitable identification to documents and data to be retained for any purpose
9670 Galena Street - Riverside • California • 92509 1 Page: t
ElDorado National (California), Inc I Rev: 10.22.09
QMS Records
ElDorado National (California), Inc. maintains quality records which are determined to be necessary for the
planning and operation of the QMS. QMS documentation defines how these records are identified, collected,
indexed, accessed, stored, maintained and dispositioned. These records are legible and stored in a way which
minimizes damage but keeps them accessible to meet operating needs. The retention times for these records are
recorded. When specified in a contract, records will be made available to the customer.
MANAGEMENT RESPONSIBILITY
Management Commitment
Top Management of ElDorado National {California), Inc. is committed to the development and implementation
of the QMS and its continual improvement of its effectiveness. This is realized by:
Communicating to ElDorado National (California), Inc. the importance of meeting customer, statutory, .
and regulatory requirements
The establishment of the Quality Policy
The establishment of the Quality Objectives
Conducting Management Reviews
Ensuring the availability of resources
Customer Focus
Top Management of ElDorado National (California), Inc, is committed and ensures which customer
requirements are determined and are met with the aim of enhancing customer satisfaction.
Quality Policy
Top Management of ElDorado National (California), Inc. establishes the Quality Policy for ElDorado National
California), Inc. The Quality Policy is a concise explanation and commitment to "Qualityl' and "Customer
Satisfaction." The President ensures the Quality Policy:
Is appropriate to the purpose of ElDorado National (California), Inc.
Includes a commitment to comply with requirements and continually improve the effectiveness of the
QMS
Provides the basis for establishing and reviewing the QUALITY OBJECTIVES
Is communicated and understood within ElDorado National (California), Inc.
Is reviewed for continuing suitability
Quality Obiectives
Top Management of ElDorado National (California), Inc. ensures the establishment of the Quality Objectives,
including those needed to meet requirements for product, at appropriate functions and levels within the plant. All
Quality Objectives are measurable and consistent with the QUALITY POLICY.
9670 Galena Street - Riverside • California 92509 1 Page: 2
ElDorado National (California), Inc
QMS (Planning
Rev: 10.22.09
Top Management of ElDorado National (California), Inc. ensures the planning of the QMS, including the Quality
Objectives, is carried out to comply with requirements. Where necessary, such planning and documentation is
located within this QMS manual. Changes to the QMS are planned and implemented while maintaining the
highest integrity of the QMS.
Responsibility and Authority
Top Management of ElDorado National (California), Inc. establishes the authority, responsibility, and interfaces
for all plant personnel involved in work which affects Quality. Where necessary, documentation of such
authorities and responsibilities are within the QMS manual.
Management 'Representative
The President of ElDorado National (California), Inc. establishes a Management Representative, irrespective of
other responsibilities, for the QMS with the responsibility and authority which includes:
Ensuring the processes needed for the QMS are installed, implemented, and maintained
Reporting to the Management Team on the performance of the QMS and any needs for improvement
Ensuring the promotion of awareness of customer requirements throughout the plant
Internal Communication
Top Management of ElDorado National (California), Inc. ensures appropriate intemal communication is
established, within the plant, which takes p #ace regarding the effectiveness of the QIVIS.
Management Review
Top Management of ElDorado National (California), Inc, will review the QMS at management meetings, at least
annually, to ensure and determine the suitability, adequacy, and effectiveness. These reviews will also assess
opportunities for improvement and the need for changes to the QMS, including updating the Quality Policy and
Quality Objectives if necessary. Minutes of these reviews are kept.
Review Input includes:
Results of Internal Audits
Customer Feedback
Process performance and product conformity
Status of Corrective and Preventative Actions (Internal Deficiencies, Problem Solving, etc.)
Follow -up actions from previous management reviews
Changes which could affect the QMS
Recommendations for improvements
Review Output includes:
Improvement of the effectiveness of the QMS and its processes
Improvement of product related to customer requirements
Resource needs
9670 Galena Street • Riverside • California - 92509 Page: 3
E1Dorado National (California), Inc I Rev. 10.22.09
RESOURCE MANAGEMENT
Top Management of EtDorado National
needed to implement and maintain the
oversees resources needed to increase
requirements.
Human Resources
California), Inc. determines and provides the required! resources
QMS and continually improve its effectiveness. Top Management
the on- going customer satisfaction programs by meeting customer
ElDorado National (California), Inc. ensures all personnel affecting conformity to product requirements are
competent on the basis of appropriate education, training, skills, and experience. All personnel are aware of the
importance of their activities and how they contribute to the achievement of the Quality Objectives. Records of
education, training, skills, and experience are maintained. ElDorado 'National (California), Inc.:
Determines the necessary competence for personnel performing work affecting conformity to product
conformity
Where applicable, provides training or takes actions to achieve the necessary competence
Evaluates the effectiveness of the actions taken
Ensures ,personnel are aware of the relevance and importance of their activities and how they contribute
to the achievement of the Quality Objectives
Maintains appropriate records of education, training, skills, and experience
Infrastructure
ElDorado National (California), Inc. determines, provides, and maintains the necessary building structures,
workspace, associated utilities, processing equipment (both hardware and software), and supporting services
which includes transport, communication, and information systems) to achieve conformity to product quality
requirements.
Work Environment
ElDorado National (California), Inc. determines and manages the work environment to achieve conformity to
product quality requirements in such manners as:
Document work instructions where needed
Comply with reference standards or other quality system documentation
Approving of processes and equipment
Workmanship Criteria
Maintenance of equipment
For special processes such as welding, soldering, warping of product, and painting, where the results can
not be fully verified except by putting the product into use or by destructive testing, qualified personnel
and/or required continuous monitoring shall be used
9670 Galena Street • Riverside • California • 92509 Page: -8
ElDorado National (California), Inc Rev: 10.22.09
PRODUCT REALIZATION
Planning
ElDorado National (California), Inc. plans and develops the processes needed for product realization. All
planning of product realization is consistent with the requirements of the other processes of the QMS. Planning is
realized through a documented procedure. ElDorado National (California), Inc, determines the following, as
appropriate, during product realization:
Quality Objectives and requirements for the product
The need to establish processes, documents, and provide resources specific to the product
Required verification, validation, monitoring, inspection, measurement, and test activities specific to the
product and the criteria for product acceptance
Records needed to provide evidence which the realization processes and resulting product meet
requirements
Review of Customer Reguired Product
ElDorado National (California), Inc. determines all requirements specified by the customer (including
requirements for delivery and post - delivery activities). Requirements not stated by the customer but necessary
for specified or intended use, where known, is realized. Statutory and regulatory requirements applicable to
product are determined through contract and design /development processes. Any additional requirements are
determined on a case -by -case basis. ElDorado National (California), Inc. reviews bids, quotes, contracts, and
orders prior to agreeing to the terms of the order. Results and Actions arising from the review are maintained.
This review ensures:
All requirements are adequately defined
Discrepancies between the order and the bid /contract are resolved
ElDorado National (California), Inc. has the ability to meet the requirements
Inquiries, contracts or order handling, including amendments are discussed first hand
Customer feedback, including customer complaints, are made aware of
Where the customer provides no documented statement of requirement, the customer requirements are
confirmed by ElDorado National (California), Inc, before acceptance.
Where changes to product requirements, considered necessary, are realized, ElDorado National (California),
Inc. documents these changes. Personnellareas within the plant, directly affected with these changes, are
immediately notified with proper documentation.
Design and DeveloRment Planning
To ensure specified requirements are met, ElDorado National (California), Inc. establishes and documents
procedures to control and verify product design. Project plans, which describe and define responsibilities, are
prepared for design and development activities, and are updated as the design evolves. These activities are
assigned to qualified personnel equipped with adequate resources. Organizational and technical interfaces
between different groups involved in design and development are managed as such to ensure effective
communication and clear assignment of responsibility..
This ensures:
DesignlDevelopment Input, including applicable statutoryfregulatory and functional /performance
requirements, is identified, documented, and reviewed by Management of ElDorado National
California), Inc. In addition, where applicable, information derived from previous similar designs and
9670 Galena Street • Riverside • California - 92509 Page:::,
ElDorado National (California), Inc -,-
I. ' '
Rev: 10-22-09
other requirements essential for design /development are reviewed. Incomplete, ambiguous or conflicting
requirements are resolved. Order I Contract review results are considered as well
Design/Development Output is documented in terms which can be verified /validated against design and
development input requirements prior to release. These Outputs shall:
Meet the design /development -input requirements
Provide appropriate information for purchasing, production, and for service provision
Contain or reference product acceptance criteria
Identify safety or critical performance features
DesignlDevelopment Review. At appropriate stages of the project, formal reviews of the
design /development results are planned and conducted. These reviews evaluate the
design/development requirements and identify any potential problems to propose the necessary actions
needed for correction. Individuals are identified which should be routinely involved in the design and
development review. Records of Reviews and any necessary actions required are maintained
DesignlDevelopment Verification: At appropriate stages, design /development verification is conducted
to ensure design/development stage output meets design/development input requirements. Records of
Verification and any necessary actions needed are maintained
Design /Development Validation is conducted to ensure the product output meets customer needs
and/or requirements. Wherever practical, validation is completed prior to delivery or implementation of
product, Records of Validation and any necessary actions needed are maintained
Design/Development Changes and Modifications are identified, documented, reviewed, verified,
validated, and approved by authorized personnel prior to implementation. The review of changes or
modifications to product shall include an evaluation of the affect on essential parts and product already
delivered. Records of the results of the review of changes and any necessary actions are maintained
Purchasing
ElDorado National (California), Inc. ensures purchased product conforms to specified purchase requirements.
Suppliers are evaluated and selected on their ability to supply product in accordance with ElDorado National
California), Inc.'s requirements. Criteria for selection, evaluation, and re- evaluation of a supplier are based on:
Price . Product support
Reliability • Required by Customer
Ability to supply quality products
Mandated by ECN
The type and extent of the control applied to the supplier and the purchased product is established on the
potential impact on EIDorado National (California), Inc.'s final product. Upon arrival of purchased products,
suitable inspections are performed to ensure product meets specified purchase requirements. Where ElDorado,
National (California), Inc. or its Customer intends to perform verification at the supplier's premises,
arrangements and method of product release are stated on purchasing documentation.
Where product requirements are changed, ElDorado National (California),, Inc. will ensure relevant documents
are amended and relevant personnel are made aware of the changed requirements. This process is realized
through the review of customer required products.
Purchasing documents prepared by ElDorado National (California), Inc. clearly describe the goods, products,
materials, supplies, equipment or services being ordered and will be reviewed and approved before being
released. Records of acceptable suppliers, evaluations, and any necessary actions arising from the evaluation
are maintained.
Note: The above is a simplified narrative to illustrate the broad overview of the Purchasing procedure, For a
more detailed documented description, please refer to the Purchasing Manual, Rev. 12122/2008.
9670 Galena Street • Riverside . California • 92509 Page:
ElDorado National (California), Inc Rev: 10-22-09
Control of Production and Services Provisions
EIDorado National (California), Inc. ,plans and carries out production and service provisions under controlled
conditions. These controlled conditions include, as applicable:
The availability of information which describes the characteristics of the product
The availability of work instructions, as necessary
The use of suitable equipment
The availability and use of monitoring and measuring equipment
The implementation of monitoring and measurement processes
The implementation of release, delivery, and post - delivery activities of the product
Validation of Production and Service Provisions
ElDorado National (California), Inc. validates all processes for production where the resulting output cannot be
verified by subsequent monitoring or measurement. This includes processes where deficiencies become
apparent only after the product is in use or has been delivered. Where validation is applicable, the following will
be established:
Defined criteria for review and approval of the process
Approval of equipment and qualification of personnel
Use of specific methods and procedures
Requirements for records
Revalidation
Identification and Traceabilit
Where appropriate, ElDorado National (California), Inc. identifies material, parts, assemblies, and product by
practical and suitable methods from receipt through production and delivery.
With respect to monitoring and measurement requirements, ElDorado National (California), Inc, identifies the
status of product with the means of the production schedule throughout the product realization.
Where traceability is a specified requirement, ElDorado National (California), Inc. maintains records, which
provides unique identification of individual products,
Customer Property
ElOorado National (California), Inc. exercises care with property, supplied by the customer, under its control or
when being used. Customer property is identified, verified, protected, and safeguarded for use or incorporation
into the product. If any customer property is lost, damaged, or otherwise found to be unsuitable for use,
ElDorado National (California), Inc. reports immediately to the customer. Records are maintained.
Preservation of Product
ElDorado National (California), Inc. establishes methods for handling, storing, packaging, preserving, and
delivering materials and products to the intended destination. These methods insure:
Handling and designated storage areas prevent damage and deterioration
Material is appropriately received into and released out of storage
The condition of stored material is assessed as needed
9670 Galena Street • Riverside • California • 92509
ElDorado National (California), Inc I Rev: 10.22.09
Packing, packaging, and marking of material meet requirements
Material is preserved and segregated where needed
Product is protected after final inspection
Where contractually specified, protection of conformity to product requirements is extended to include
delivery to destination
Control of Monlitonna and Measuring Equipment
ElDorado National (California), Inc. determines the monitoring and measurement to be undertaken and the
monitoring / measuring equipment needed to provide evidence of conformity of product to determined
requirements. To ensure monitoring and measurement, established processes are carried out in a manner which
is consistent with the monitoring and measurement requirements. The ability of computer software to satisfy the
intended application, of specified requirements, is confirmed and reconfirmed when necessary.
Where necessary to ensure valid results, measuring equipment is:
Calibrated or verified or both at specific intervals, or prior to use, against measurement standards
traceable to international or national measurement standards; where no such standard exists, the basis
used for calibration or verification are recorded and maintained
Adjusted or re- adjusted as necessary
Identified in order to determine its calibration status
Safeguarded from adjustments, which would invalidate the calibration setting
Protected from damage and deterioration during handling, maintenance, and storage to ensure or
preserve accuracy
Records of validity of previous measuring results are maintained when the equipment is found not to conform to
requirements. Appropriate actions are taken on the equipment and any product affected to conform to standards.
Records of calibration and verification are maintained.
MEASUREMENT, ANALYSIS, AND IMPROVEMENT
ElDorado National (California), Inc. plans and implements monitoring, measuring, analyzing, and improving
processes to ensure:
Demonstration of conformity of the product requirements
Conformity of the QMS
Continual improvements towards the effectiveness of the QMS
This shall include determination of applicable methods, including statistical techniques, and the extent of their
use.
Customer Satisfaction
ElDorado National (California), Inc. monitors information requested from customers relating to their perception
whether or not their requirements have been met. information is obtained by means of a survey mailed to
customers on a random basis. Information obtained may be in the form of a negative or positive nature. Once
information has been obtained, ElDorado National (California), Inc. uses this information to analyze the
suitability and effectiveness of the QMS and to evaluate where continual improvement can be made to the QMS.
9670 Galena Street • Riverside • California • 92509 1 Page: 8
Eltorado rational (California), Inc
Internal Audit
IRev: 10.22.09
Eldorado National (California), Inc. conducts internal audits at least Annually to determine whether the QMS:
Conforms to the planned arrangements, to the requirements of the International Standard and to the QMS
requirements established by Eldorado National (California), Inc.
Is effectively implemented and maintained
Audits are scheduled on the basis of the status and importance of the processes and areas, taking into
consideration results of previous audits. Audit criteria, scope, frequency, and methods are defined accordingly.
EIDorado National (California), Inc. selects intemal auditors and conduct of audits to ensure neutrality and
impartiality of the audit process. No auditor audits his or her own work.
Auditors are responsible for recording results of the audit and providing the results to the ISO Manager. ISO
Manager has the responsibility of reviewing the internal audits and providing the results of the audit to Area
Management. Area management, responsible for area, ensures any necessary correction and corrective actions
are taken without undue delay to eliminate detected nonconformities and their causes. 'Follow -up audits verify
and record the implementation and effectiveness of any corrective action taken.
Monitoring and Measurement of Processes
Eldorado National (California), Inc, applies suitable means for monitoring and, where applicable, measurement
of the QMS processes. These means demonstrate the ability of the processes to achieve planned results. When
planned results are not accomplished, correction and corrective action is taken„ as appropriate.
Monitoring and Measurement of Product
Eldorado National (California), Inc. monitors and measures the characteristics of the product to verify product
requirements have been achieved. This is carried out at the appropriate stages of the product realization process
described within the planned arrangements. Product released does not proceed until planned arrangements have
been satisfactorily completed, unless otherwise approved by a relevant authority and, where applicable, by the
customer.
Records indicate the persons authorizing release of product. Acceptance criteria with evidence of conformity are
maintained.
Control of Non - Conforming Product
Eldorado National (California), Inc. maintains documented procedures to prevent product, which does not
conform to product requirements, from unintended use or delivery. Non- conforming product is handled in the
following manners, as applicable:
Identified and documented as required by the QN. S
Nature or cause of non - conformities and any subsequent actions taken, including dispensation obtained,
are maintained'
Product is properly segregated when practical
Product is dispositioned as required by the QMS and appropriate parties are notified. Disposition may be
one of the following:
Rework
9670 Galena Street • Riverside • California • 92509 Page: 9
ElDorado National (California), Inc I Rev:. 10.22.09
Accept with or without repair by authorizing personnel
Reject or Scrap
When non - conforming product is detected after delivery, appropriate actions are taken
Repaired or reworked Non- Conforming product must be re- inspected to satisfy conformity to the requirements of
the product.
Analysis of Data
ElDorado National (California), Inc. determines, collects, and analyses appropriate data to validate the
suitability and effectiveness of the QMS. Such data is also used to evaluate where continual improvement of the
effectiveness of the QMS can be made. Data from monitoring and measurement and other relevant sources is
also realized.
The analysis of data provides information involving
Customer Satisfaction
Conformity to product requirements
Characteristics and trends of processes and products including opportunities for preventive action
Suppliers
Continual Improvement
ElDorado National (California), Inc. continually improves the effectiveness of the QMS through the use of the
Quality Policy, Quality Objectives, Audit Results, Analysis of Data, Corrective and Preventative Actions, and
Management Review.
Corrective Action
ElDorado National (California), Inc. establishes and maintains a documented procedure for corrective actions to
eliminate the cause(s) of non - conformities in order to prevent reoccurrence. Corrective actions are subject to the
affects of the non- conformities encountered.
Corrective actions include:
Reviewing non- conformities (including customer complaints)
Determining the causes of non - conformities
Evaluating the need for action to ensure non - conformities do not reoccur
Determining and implementing of action needed
Records of results of action taken
Reviewing the effectiveness of the corrective action taken
Preventative Action
ElDorado National (California), Inc. establishes and maintains a documented procedure for preventative actions
to eliminate the causes of potential non - conformities in order to prevent their occurrence. Preventative actions
are subject to the affects of the potential problems.
Preventative actions include:
9670 Galena Street • Riverside • California • 92509 Page: 10
EtDorado National (California), Inc
Determining potential non - conformities and their causes
Evaluating the need for action to prevent occurrence of non - conformities
Determining and implementing of action taken
Records of results of action taken
Reviewing the effectiveness of the preventative action taken
END
9,670 Galena Street - Riverside • California • 92509 1 Page: 11
El Dorado National - California, Inc.
DOCUMENT AND DATA CONTROL
VARIOUS DEPARTMENTS DOCUMENT CONTROL AREA.
Rev: 09126/02
Document Control
Areas or Initiators
Engineering Prepares a New
Purchasing
Quality Control
Document or Revises
an Old Document
1P Document Review
Production
ISO Manager
Controller Complete New
External Documents Document, update
master list, update Notifies
Each department receives
approval as needed from
area management and
revision date, update
record retention list as
required, remove
obsolete document
YES Approval? NO Document
Initiators
maintains instructions and
data for their area of
responsibility
Prepares and
distributes copies Files master list
Records retention
list
as needed
Fldorado National (California), Inc Rev: 08103110
Controlled Document List
Documents t Data Individual Responsible for Original Current Revision Status
Quality Managemem System Manual • 2008 ISO Manager 22- Oct-09
Quality Objectives ISO Manager 15- Feb -02
Procedures:
anagement Responsibilities ISO Manager 14- Oct-0+8
Quality Policy Statement ISO Manager 15- Oct-08
Quality Systems Documentation 1 Planning ISO Manager 14 -Oct-08
Contract and Order Review ISO Manager 15- Oct -08
After Market Sales ISO Manager 10- Dec -99
Design Control - New Sus Design Plan ISO Manager 18 -Apr -07
Design Control - Engineering Change ISO Manager 23- Apr -03
Document and Data Control ISO Manager 26- Sep-02
Purchasing ISO Manager 21- Jul -09
Purchasing Vendor Approval ISO Manager 21- Jul -09
Purchasing Vendor Disapproval Process ISO Manager 21- Jul -09
Product Realization ISO Manager 19- Nov -08
Control of Customer Supplied Product ISO Manager 29- Oct -02
Product Identification & Traceability ISO Manager 20-Sep-07
Process Control 1 Equip Maintenance ISO Manager 29- Nov -99
Inspection and Test ISO Manager 01- Oct -02
Control of Monitoring Measuring 1 Calibration ISO Manager 30- Sep-02
Inspection and Test Status ISO Manager 01- Oct -02
Control of Non- Conforming Product ISO Manager 01- Oct -02
Control of Non - Conforming Product - Warranty ISO Manager 29- Nov -99
Corrective and Preventative Action ISO Manager 01- Aug -08
Handling, Storage, Packaging, Presrv. ISO Manager 01- Oct-02
Control of Quality Records ISO Manager 26- Sep-02
Control of Internal Quality Audits ISO Manager 23- Jan -04
Training ISO Manager 14-Nov-07
Competence Review ISO Manager 14- Nov -07
Statistical Techniques ISO Manager 01- Oct -02
Customer Satisfaction Viewpoint ISO Manager 16-Sep-05
Forms:
Work Order - Computer Generated Sales Administration Manager On Going
Work Order Book - Fe - Cover ISO Manager 13- Oct -03
Work Order Book - Mst - Cover ISO Manager 13- Oct -03
Work Order Book - Rear Engine - Cover ISO Manager 17- Sep-07
New Bus Design Plan Engineering Manager 18- Apr -07
Product Design Plan Procedures Engineering Manager DELETED
Engineering Change Notice (ECN) Page 1 & 2 Engineering Manager 19- Nov -08
Engineering Prints Engineering Manager As Noted
Multiplex Software Configuration Form ISO Manager 19- Nov -01
Reject Sheet Form ISO Manager f Stock Manager 01 -Jan -00
Reject Sheet Action Form ISO Manager I Shock Manager 04 -May -10
Purchase Order Master Purchasing Depart. / ISO Manager 02-Aug-01
Vendor Approval I Disapproval Purchasing Depart. / ISO Manager 19- Nov -08
Weld Amperage Matrix ISO Manager 15- Oct -99
Master List - Preventative Maintenance Maintenance Manager 21- Sep -99
Master List - Calibration ISO Manager 30- Sep -02
Torque Accuracy Testing - Log Sheet ISO Manager 26- Jun -09
Torque Tester Instructions ISO Manager 01- Dec -99
Problem Solving Action Plan ISO Manager 06- Nov -03
Deficiency Corrective Action ISO Manager 04- Sep -08
Request For Work Order Change Form ISO Manager 13- Nov -01
Controlled Document List ISO Manager 12- Jun -10
Quality Records Retention List & Storage ISO Manager 22- Oct -08
Issue 1 Change Notice ISO Manager 19- Nov -08
Internal Audit Schedule Form ISO Manager 05 -Mar -03
Internal Auditors Training Records ISO Manager 15- Mar -06
Internal Audit Form ISO Manager 29- Nov -99
Internal Audit Farm - Computer Generated ISO Manager 10-Oct-01
Organizational Chart ISO Manager 12- Jun -10
Customer Viewpoint Form ISO Manager 10- Mar -06
Criteria for Documents on this List Criteria for Controlled Copie ,
1. Original must be controlled 1. New copies are to be signed for.
2. Changes to original must be approved 2. Old copies are to be returned or destroyed.
Controlled Document List
Documents ! Data individual Responsible for Original Current Revision Status
Work Order - Axess Book ISO Manager 21 -Feb -0.5
Work and Change Order Review Sign Off Sheet ISO Manager 27- Oct -04
Paint Audit Progress Form ISO Manager 2D- Mar-06
Paint Process Change Form ISO Manager 2D- Mar-06
Ready For Quallty Control ISO Manager 16- Nov -06
Inventory- Material Planning ISO Manager 1 8-Dec -08
Work Order Review I PO Release States ISO Manager 25- May -06
Final Finish Activity Status ISO Manager 03- Oct-46
Component Serial Number (Work Order Books) ISO Manager 16- Oct -08
Material Shortage Sheet ISO Manager 03- Aug -10
ElDorado National - California, Inc.
ISO MANAGER
Identifies records
to be kept.
CONTROL OF RECORDS
MANAGEMENT TEAM
Establishes documented instructions where needed for
Maintains a identifying, accessing, collecting, indexing, filing, storing,
records retention maintaining, and disposing of records. Ensures records are
list, kept in a manner which remain legible, accessible, and
protected against lass or damage.
Establishes and records retention times for records in
accordance with training and/or instructions. When
specified in a contract, records are made available to the
customer
Disposes of records in accordance with retention schedule.
Rev: 08126102
Page 14
ElDorado National - California, Inc Rev: 10122109
Quality Record Retention List and Storage instructions
Nate: All Data Base Information is backed up daily and weekly as per Back -up Program ;procedures.
9670 Galena Street, Rivers1dt, California 9 17 10
Documentation Levels
Retention Person
uality Records Storage Location
Time Responsible
Meeting Minutes (Management Review) ISO Manager's Computer 3 Years ISO Manager
ork Order - In Production Document Storage 5 Years Sales Manager
ark Order - Shipped - Inspection Rec. Document Storage 5 Years Warranty Department
product Design Plan Document Storage 5 Years Engineering Manager
Engineering Change Notice Document Storage 5 Years Engineering Manager
Part Number Book Doc. Storage 1 Data Base Ongoing Engineering Manager
Issue f Change Notice Doc. Storage 1 Data Base 3 Years ISO Manager
Non- Conforming Product Stockroom 5 Years Stockroom Manager
Purchase Orders Data Base 5 Years Purchasing Manager
Vendor List Data Base Ongoing Purchasing Manager
Preventative Maintenance Scheduling 8 Document Storage Ongoing Maintenance Manager
Sign Off
Calibration Schedule & Sign Off Document Storage Ongoing ISO Manager
Corrective 1 Preventative Action Doc. Storage 1 Data Base 3 years ISO Manager
Internal Audit Schedule ISO Manager's Computer l Year ISO Manager
Audit Report Document Storage 1 Year ISO Manager
Competency Review
Human Resources
3 Years
Human Resources
Department Department
ISO Manager Maintains -
Customer Satisfaction (Viewpoint) ISO Manager Hard Copic 3 Years Actions Waken by
Management
Nate: All Data Base Information is backed up daily and weekly as per Back -up Program ;procedures.
9670 Galena Street, Rivers1dt, California 9 17 10
ElDarado National - Califomi.a, Inc.
MANAGEMENT RESPONSIBILITY
Rev; 10114108
ISO MANAGER PRESIDENT MANAGEMENT TEAM
Establishes ElDorado National
California, Inc.`s Quality Ensures Quality Policy
Policy and Quality and Quality Objectives
Objectives, including the are understood
commitment and assurance at all levels
towards Customer Satisfaction
Documents responsibility,
Reviews and authority, and interfaces
approves Quality for all plant personnel
System involved in work
procedures procedures that affects
Product Quality
Ensures processes
needed for the QMS are Appoints &
installed, implemented, defines the
and maintained, including authority for a
the promotion of Management
awareness of Customer Representative
Requirements
Conducts annual
Management Review Attend Management
Meetings to ensure and Review Meetings and
Reports to the determine suitability, identify additional
Mangement Team on the adequacy, and resource requirements
performance of the QMS effectiveness of the QMS
and any needs for
improvement
Approves staff,
Arranges for
equipment, and adequate staffing,
material
equipment, and
material
resources
resources
Reviews the QMS to
Appropriate internal
determine and ensure if the
communication is
system is effective in meeting established to ensure
the Quality Polley and effectiveness of the QMS
Quality Objectives
Records of Manaement
Review Meetings are
Maintained
Page 16
EIDo rado National - California, Inc
QUALITY SYSTEM - QUALITY SYSTEM DOCUMENTATION
Rev: 10114108
MANAGEMENT
MANAGEMENT TEAM ENGINEERING
MANAGERS & ISO MANAGER PRESIDENT
Issues new product release, or
TEAM
or a change to any existing introduces change to product
SUPERVISORS
product, design or process.
Establishes the Reviews & Approves
structure of the Quality the structure of the
Management System Qualify Management
documentation. System documentation.
Develops & Maintains
Ensures the operation1) the Quality Manual
which outlines the Reviews & Approves
complies with documenteddocumentedsystem & refers the Quality Manual & procedures; establishes and
to where supporting Quality Management utilizes instructions whereproceduresarelocated) Systems Procedures.
needed. 2) Quality Management
System Procedures.
QUALITY SYSTEM - QUALITY PLANNING
CUSTOMER MANAGEMENT TEAM ENGINEERING
Requests new product or process, Issues new product release, or Documents how the requirements
or a change to any existing introduces change to product
will he met.
product, design or process.
Page 17
ElDurado National (California). Inc
ElDorado
National - California
Thor Industries Commercial Bus Division
October 15, 2008
Eldorado National — California, Inc.'s policy in regards to quality and our
quality objectives are stated as follows:
Quality Policy
Quality Counts:
Do It Right The First Time
And Continue Improving
To Ensure Customer Satisfaction
Quality Objectives
To ensure on time deliveries to our customers to the best of our ability.
To reduce and maintain our warranty expenses as a ratio to sales volume to
below 1.9 %.
To reduce and maintain our scrap and obsolete cost as a ratio to material
purchases to below 1 %.
I have appointed Mr. Jake Calvo as our ISO Manager and his duties will include
the administration of our Quality Management System.
will review the Quality !Management System on a regular basis as detailed in
our Quality Manual and Procedures. This review will be completed during a
Management Meeting with at least one meeting per year being devoted to
reviewing the entire Quality Management System.
I have reviewed and approved all ISO Procedures.
Tony Way ,a
President
9670 Galena Street, Riverside, Califcmia 92509
909) 591 -9557 - Service (800) 338 -3211 - Fax (909) 591 -5285
P iqe Is
El Dorado National - California, Inc.
TRAINING
MANAGEMENT DEPARTMENT
TRAINERTEAMIMANAGER
Develops training procedures and qualifications
most training procedures are on-the-job training)
Each department manager /supervisor determines
minimal experience criteria needed to satisfy work
affecting product quality
Resources Identifies training
Maintains training needs and prepare::
procedures (if training personnel.
EMPLOYEE
Rev: 11/141007
Schedules training I I _ I performs training. I--I -- I Receives training. as needed.
mployee advised
disqualification
NO
qualified? }—
Determines number of
times employee is to
continue training before
final decision of
disqualification is made
Meets `s,
YES ----
Human Evaluates
ProvidesResources
I uman Resources w +t'
effectiveness of
i
Maintains and
monthly
R
updates
wi
training through on
updates master any new training. the job performance
training records. of employee
ElDorado National - Calitornia. Inc
COMPETENCY REVIEW
N Area Management I Supervisor I Lead Person f I Employee
Manager
Provided
with results
of review
Human
Resources
Department
maintains
competency
records.
Develops criteria
and expectations
to comply with
competency
required from eacP
employee within
area
Monitors
employee for
competency
within a duration
of one year
Evaluates employee and performs a
competency review
Competent?
Advises
employee of
termination from
position
Eel
More
Training?
Performs training
necessary to
comply with
competency
expectations
Determines number of times employee is to
continue competency training before final
decision of disqualification is assumed
IT
Provided `
with results YESI O Effective?
of I
I Evaluates effectiveness of training and I }
iinstructions to ensure competency I
Receives training
and instructions
Rev: 11/14/07
U
p
CL
Q
N
Li.
L-..
Q.
ap
8bRe
06
Q Vie
Q
m
4 n gE
QE`m
n x
7
C
s n
a3i v'8
U
02 g II E C
a e8 toll , kk 19
14 j
C
I2EE
m a. .N u``m
G
ri
CD o
C d C °yam S O
Su M1.
ilR
a ne o w
a n
Ly C aC
ya
aEEs
kSkS
0 1q
i4
wf EL 5
El Dorado National - Californ ia, Inc.
PROCESS CONTROL
Rey: 11/29M
ISO Manager,
Production Manager,
Engineering Manager
Management
Team
Production
Personnel
Maintenance
Supervisor
Plan production
processes that
affect Quality and
implement
controls such as
approvals,
workmanship
samples, prints,
etc, IF
Provide:
work
pmentEeMqui(1)
instructions &
workmanship Build the product,
IF criteria where and monitor the
needed; process according
Identify Z) suitable to training, work
processes which equipment & orders, prints,
require special working workmanship
attention,as listed environment; samples, etc.
on the special 3) appprovals of
process list processes &
see reverse), equipment.
i
Processes
performed by
qualified
Specify process, operator or
equipment & by use of
personnel continuous
qualifications monitoring &
control of
process
parameters
Keeps records
of qualified
process,
equipment &
i
personnel
Page 26
El Dorado national - California, Inc.
Special Processes
Rev: 11129/99
Process Special Training Special Work
Special
Equipment !
Required? Instructions Needed?
Maintenance
Yes - welder amp Welders -
Welding
Yes -noted on settings pasted,..
maintenance listed
Training Matrixes workmanship samples
on schedule
posted
Page 26
ElDorado Naboreal - Ca €iforn ia, Inc.
PROCESS CONTROL - EQUIPMENT MAINTENANCE
Rev: 11/29199
ISO Manager I Maintenance Manager f Various Dept.'s & Vendors
Prepares a master
list of equipment
which requires
preventative
maintenance
Prepares a
preventative
maintenance
schedule based
on master list
Maintains records
Maintains records
Performs
maintenance as
scheduled
Performs needed
repairs on a timely
basis
Page 27
ElDorado National -California, Inc.
CONTRACT AND ORDER REVIEW PROCEDURES
Customer Required Product)
ENGIMEERIMG 1CUSTOMER/ SALES
OPERATIONS PRODUCTIONDEALERDEPARTMENT
MANAGERS
Sends Order or
Request for a bid.
Reviews and
Approves Order
Reviews &
Approves changes f
I
Receives order,
quote, contract or
bid.
President andlor
ales Manager an:
Sales Admin.
Manager review,
approve, and
complete
documentation.
Sales prepares
schedule, releases
work order, and
prepares work order
books.
Maintains
documentation.
Reviews request to
ensure ability to meet
product requirements
Reviews, checks
material / floor plan:
schedules.
Requests changes
Reviews request &
completes
documentation
Releases work
order change
notice. Maintain'..
documentation
Reviews order &
material. Builds as
per work order and
change orders.
Build per work order
and change notices)
Rev: 14115/08
Rag a 29
ElDorado National - California, Inc.
After Market Sates
Rev: 12110M
CUSTOMER 1 DEALER FARTS DEPARTMENT SHIPPING DEPARTMENT
Requests parts Ships partsPreparesshippingorder
Prepares Invoice
Distributes Invoice to:
Customer
Accounting
Department
Page 30
ElDorado National - California, Inc.
DESIGN CONTROL - NEW SUS DESIGN PLAN
Rev: 04118107
Customers, Sales, Vendors,
Other Departments, etc. Management Group Engineering
Define expectations & requirements
New Bus Design Plan)
Review plan and Verify design
feasibility on paper. Resolve
any conflicting requirements with
appropriate personnel
Develop and build Prototype.
Where appropriate, verification
and validation are conducted to
ensure compliance towards
product requirements
Cornplete Design Package
and Prototype
Inputs for design ideas
Notify Appropriate Parties
FEASIBILITY
REVIEW
1<
Stop Work
Proceed
DESIGN & PROTOTYPE
REVIEW
Review progress with
requesting parties
FINAL DESIGN REVIEW
Final Design Modifications
Ir
Release Final Package
Page 31
ElDorado National - California, Inc Rev: 44/23103
DESIGN CONTROL - ENGINEERING CHANGE REQUESTMOTICE
Customers,
Various Review/
Vendors, Corporate,
Departments Engineering Staff Approval
etc.
Request new options, features, or design
Assign & Log REC No. enhancements on REC portion of ECIV
Notify Initiator
Investigate
Engineer
Initiates ECN
Yes (SK}, Field
Problem, Etc.)
Prepare
Documenation
Assign ECN)
Engineering 1st article
Approves Requeste /d
1 st Article /
Purchasing
Obtains 1 st Pre
ECN
ary 0.
Article
Distribute Release to Various Issue Release &
Departments File ECN
Review & N
Assign REC for
investigation
Eng. Mgr.)
Review
Eng. Mgr.)
Estimated Impact 1
1-$50 Revise
Approval
Op- Mgr -)
O.K. Estimated Impact
100
Approval
Gen. Mgr.)
Revise I
Page 34
EtDorado National - California, Inc.
ENGINEERING
Prepares prints
and
specifications
PURCHASING
PURCHASING DEPARTMENT I [SEE BELOMf)
Selects a vendor based SALES
on ability to meet Prepares
requirements Work Order
Approve
Vendor
YES
Prepares
Purchase Carder /Document.
MATERIAL HANDLING
Ensures appropriate Prepare Cycle Count
control of Vendor /Matehal
is in place.
Processes
Purchase Orders
Forwards information
to data processing
Keeps records of purchas
orders
Evaluates vendor
performance based on
on -time delivery,
rejected materials, etc.
Maintains records
of vendor
performance
Rev: 07/21/09
EPDorado National - Califomia, Inc.
PURCHASING - VENDOR APPROVAL PROCESS
Rev: 07/21105
VENDOR PURCHASING SEE BELOW]
Identify potential vendor
examples)
competitive bid
called out on Work Order
Purchasina. Sales.
FI3gin2er1n9. and
ProductionPduction Mgrs.
Review prototype/pricing/
specs, etc.
Request prototypelpricingl
specifications, etc. from
vendor
Provide prototype/pricing/
specs, etc.
Revise
necessary
items?
NO Approved
7,
YES
Notify vender
Vendor Approval I
Disapproval form is filled out
Add vendor to approved list.
Note: In most instances, vendor selection is pre - determined by specifications in the bid process.
See reverse side for selection criteria, type, and extent of control.
Page 37
EID"do National - Calitomia, Inc.
VENDOR SELECTION CRITERIA
1. Price
2. Reliability
3. Ability to supply quality products
4. Product support
5. Required by customer
6. Mandated by Engineering Change Notice
Rev: 07121/09
Rage 37
ElDorado National - Catifflmia, Inc.
PURCHASING - VENDOR DISAPPROVAL PROCESS
ENGINEERING PURCHASING DEPARTMENT I (SEE BELOW)
Compiles information PRODUCTION,
regarding unacceptable PRODUCT SUPPORT
purchased parts, items, and/or
etc. QUALITY CONTROL
Collects information Compiles information
needed to identify regarding unacceptableInadequateVendorpurchasedparts, items,
etc.
Inadequate Vendor is
identified due to lack of
performance
recommended by Criteria*
Vendor Approval f
Disapproval form is filled
out
Notifies Initiator Purchasing Supervisor I Notifies Initiator
reviews and determines
final decision
Approved?
Yes
Vendor is removed from
Vendor Master List
Maintains Records of
Vendor Removal
See reverse side for selection criteria, type, and extent of control
0712V08
Pane 38
EIDorado NaWnal - California, Inc,
VENDOR SELECTION CRITERIA
1. Price
2. Reliability
3. Ability to supply quality products
4. Product support
5. Required by customer
6. Mandated by Engineering Change Notice
07121109
Rage 38
ElDoradc National - California, Inc.
PRODUCT IDENTIFICATION & TRACEABILITY
Rev: 09/20/07
Accounting
Department
Vendors Receiving
Personnel
Production
Scheduler Sales Department
Quality Control
Shipping
Personnel
Ships Goods 1
Materials to Creates &
Plant records Work
Order Numbers
for each bus
Receives,
Identifies' by
product based
on model
visual, location,
or part number).
Records, and
Routes
incoming Keep records
material to its
proper location
to be utilized for
producing the
bus product
Bus Product
is identified by
Work Order
Number and
placed into
production
schedule.
keep
records
Identify,
record &
Status of bus route buses
product is to the
established by proper
way of destination
percentages
which are
updated daily
by production
supervisors
Keep records
Keep
records
Production area Identifies product by one of three ways: (Visually, by Location, or by Part Number)
Page 41
El Dorado National - California, Inc.
CONTROL OF CUSTOM ER - SUPPLIED PRODUCT
Rev: 1 GI291 ©2
CUSTOMER RECEIVING AND /OR
SALES PURCHASING SEE BELOW)
Supplies
Customer Product
Receives Customer
Supplied Product;
verifies quantity
IF
SALES
Lists Customer
Supplied Product
on Work Order
Product
Acceptable
YES
NO dotes customer name
on product *, transfers
product to stock, and PRODUCTION
forwards packing slip
to purchasing Receives Parts
Identifies
Receives Packing Nonconforming
Slip. Files Packing Product
Slip away within
Customer Folder Notifies Receiving,
Phasing, and /or
Sales of
Follows procedure for Nonconforming
Nonconforming Product
Product
PURCHASING ANDIOR SALES
Notifies customer of Nonconforming Product. The
Customer, the Product, or the nature of the
problem will determine who will contact the
Customer regarding Nonconformances
Note: If more than one type of bus is in production for the same customer -
Work Order number will be noted ONLY on different components; otherwise,
customer name will be used
Page 42
Elporado National - California, Inc. Rev: 10 /01102
HANDLING, STORAGE, PACKAGING, PRESERVATION & DELIVERY
Preservation of Product)
RECEIVING PRODUCTION & STOCK SHIPPING & QUALITY
PERSONNEL ROOM PERSONNEL PERSONNEL
Receives &
1) Uses proper handling
methods;
2) Forwards material to
designated storage,
hold or work station
area.
3 )' Updates material status,
inventory &location
data on the computer
system as trained
or per instructions
Uses proper handling
methods; forwards material
to designated storage, hold .
or work station areas; &
checks items subject to
deterioration prior to use as
trained or per instructions
IF
Material
OK ?
YES
NO
Wises proper handling
methods; marks, packages
arranges for safe delivery
See procedure for
Nonconforming Product
as trained and/or per
instructions.
Pag a 43
ElDorado National - California, Inc. Rev: 09/30/02
CONTROL OF MONITORING AND MEASURING DEVICES
Engineering/ Managers & Quality & Other Outside
Maintenance Supervisors Qualified Personnel I Service
Determines measurements
and accuracy, and selects
equipment; identifies
equipment that can affect
Quality,, maintains
equipmt. data base
number, interval,
traceability, etc.);
determines proper storage
handling of equipment;
establishes calibration/
check method
ISQ Manager
Maintains records of
calibration and
verification
I=nsures suitable
environment for
calibration and
use of equipment;
install safeguards to
prevent inadvertent
adjustments
Ensures that
Quality and Plant
personnel are
trained in the
proper use,
storage,
maintenance, and
handling of Replaces equipment or calibrates; Checks
equipment to
equipment as scheduled against certified
preserve accuracy equipment having known valid relationship to
Nationally Recognized Standards or other
documented basis; Indicates calibration status as
trained &!or per instructions
Assessesthe
validity of prior test
results when out -
of- calibration
situations occur &
records the results
of the investigation
and action taken
Pag a 44
ElQorado National - California, Inc.
CUSTOMER SATISFACTION SURVEY
Rev: 09/16105
SALES DEPARTMENT CUSTOMER ISO MANAGER MANAGEMENT
Customer Survey
Documents date
form is placed Customer Surrey
within the
was sent to
customer shipping
Customer.
packet
Maintains Status
Report
Receives Documents
Customer Survey receipt of Receives 1
form. Fills out Customer Survey Reviews
questionaire. form. Provides a Customer Feed
Sends back to copy to Back
ElDorado National Management
Maintains and
Stores Appropriate Action
documentation
is taken
Note:
If second Note.
Customer Survey
Sends second
is not received Customer Surrey
after 3 months, a
DIRECTLY to
courtesy phone
customer if a
call is established response is not
directly with
received aafter 3
Customer. months
Page 47
Eldorado National - California.lne.
INTERNAL AUDITS
Rev: 01123104
ISO MANAGER AREA MANAGEMENT
INTERNAL QUALITY
AUDITOR(S)
Prepares Internal Audit
schedule based on the
status, importance, and
previous results of the
processes and areas
audited
Assigns Internal
Auditor(s). Auditor(s)
shall be objective, Plans and prepares
impartial, and shall not for Infernal Audit
audit their own area
during an Internal Audit
Receives results of
audits, reviews audit
if additional review of Conducts Internal
area audited required Audit and records
sent back to auditor), results
and notifies Area
Management
Maintains Internal
Audit records,
including: results of
audits, follow -ups, and corrective
actions taken for NO Action Taken
corrective and 7
YES
preventative actions
on detected non -
conformances
IF
Actions taken
for correction
on detected Conducts follow -up
noel- P. Internal Audit and
conformances records results
without
Receives results of Undo Delay
follow -up audit,
reviews audit, and
notifies Area
Management
Page 49
El Dorado National - California, Inc. Rev: 11!19/99
CONTROL OF NON - CONFORMING PRODUCT - WARRANTY
11 11 11CUSTOMERWARRANTYPERSONNEL REPAIR GREW
TRANSPORTATION
DEPARTMENT
Becomes aware of product
problem
Customer or In '\
third party arrant
perform NO period
repair - no
reimbursement
YES
200
Receive notification, help
find most cost & effective
way to resolve problem.
Determine if covered by
warranty.
YES %love -Mu '
N by
Notify warranty warranty+
department ?
Notify customer YES
NO
Determine whether product
should be returned for repair
N Re #urn
Upon receipt
of bus, repair
Customer or third party
perform repair
Notify Customer.
Prepare Shop Order
product &
document
repair on
Shop Order
Submit warranty for Receive &
reimbursement process warranty
r Approve
Notify
YES Customer of
warranty deni
Reimburse
customer
Ship produci
to customer
Eldorado National - California, Inc.
INSPECTION AND TEST STATUS
Monitoring and Measurement of Product)
Kiev: 10/01/02
RECEIVING QUALITY PRODUCTION SHIPPING
PERSONNEL PERSONNEL PERSONNEL PERSONNEL
Identifies inspection & tests status of incoming goods, posting
status to documents, tags, etc. as trained or per instructions
IF
Identifies inspection & test status of units in
process, posting status to Work Carder Book
and line sheets as trained or per instruction
Identifies units
acceptable to shl,,:
OK to —
YES
ship?
NO
Ships acceptable:
Follow procedures for
products as
Non-Conforming Product
trained
Wor per
instructions
Page 55
EDo rado Nafion al - Caiiforn ia, In c,
STATISTICAL TECHNIQUES
MoWtoring and Mesurement of Product/Process)
Rev: 10101142
CONTROLLER MANAGEMENT TEAM TECHNICIAN
Attend Quality
Management Review
meetings and assess
need for statistical
techniques
Technique
needed
YES
NO
Record decision.
Select appropriate
technique; develop
Assist Technician documented instructions
as needed for implementing and
controlling the use of the
statistical technique
Maintain records of
statistical techniques
Page 56
EIDo rad o National - California, Inc.
CONTROL OF NON - CONFORMING PRODUCT
it Production 1 I Material Handlers I (duality Personnel (SEE BELOW)
Engineering
Identifies non - conforming product
Prepares Reject Sheet
and segregates product from
unintended use or delivery
Can `
Nonconforming
Product Be
Repaired? ,
Reworks/ IRepairsnon- NO
conforming
produr'
Rev: 10/01102
PURCHASING
Evaluate and
document
disposition of
non - conforming
materials and notify
vendor
Returns Stockroom
non- conforming ManaM
product to Maintains records ofP
andors or Scrap/ non- conforming
Discard materials
Verifies repaired/
reworked product
for comformity to
the requirements
ElDorado Natio n al - Californ ia, In c. Rev! 11/29M
CONTROL OF NON - CONFORMING PRODUCT - WARRANTY
CUSTOMER WARRANTY PERSONNEL REPAIR GREW TRANSPORTATION
DEPARTMENT
3ecomes aware of product
problem
Customer ar In \
third party arrant
perform NO period
repair - no f
reimbursement
20©
Receive notification, help
find most cost & effective
way to resolve problem.
Determine if covered by
warranty.
YES
N
Notify warrant;
department t
NO
I Customer or third party
perform repair
Submit warranty for
reimbursement
Notify customer
by
warranty
YES
Determine whether product
should be returned for repair
Return
Upon receipt
of bus, repair
Notify Customer. product &
Prepare Shop Order document
repair on
Shop Order
Receive &
process warranty
Approve
Notify
YES customer of
warranty denial
Reimburse
customer
Ship product
to customer
Page 5A
EfDorado National - California, Inc.
Corrective and/or Preventative Action
Rev: 0811f08
ISO DEPARTMENT MANAGEMENT INDIVIDUAL OR GROUP
Compiles data from several Brings to the attention of
sources: (R.E.C., Problem duality Control Department a
Solving Form, Deficiency Quality related problem.
Corrective Action Form, etc.) Forms to be used: (see
footnote)
Receives data from Q.G. or
ISO Manager- Reviews and
Decides if further action is
needed.
ISO Manager compiles data
from Internal Audits
Assigns Corrective or Preventative
Action to individuals, groups or cross Determines cause
functional teams to eliminate the and solution and
causes of potential and/or review related
nonconformities in order to prevent potential problems.
occurence orreoccurence
PermanentMaintainrecordsofquality
related issues pertaining to NO - Change7respectivedepartments.
Trains, updates
YES documents, applies NO
control(s) & installs
change(s).
Conducts follow -up
to determine if
changes were
installed & effective.
Documents & maintains record
of Corrective or Preventative YES
Installed &
Action. A Status Report is also effective
kept for monitoring purposes.
Footnote: Field Problem - use form "Problem Solving" - may also use this form as in -house
In -House - use form - "Deficiency Corrective Action"
Internal Audit —'Internal Audit norms" (ISO Manager use only) Page 59
ElDorado
National
February 24, 2015
Ms. Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
RE: CMPC- 15- LTB -RFP — Reference Letter.
Dear Ms. Beauvais:
California
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement
found in Package 3 specific to supplying a reference listing,
Pursuant to this request, please find the attached E1Dorado National - +California, Inc. reference listing with
six (6) contacts as well as applicable contract details. Upon view, if any questions or additional needs arise;
please do not hesitate to contact me. Again, thank you for the opportunity to quote on your transit bus
needs.
Sincerely
Mike Ammann
Vice President of Sales
ElDorado National - California, Inc.
Enclosure - E1Dorado National - California, Inc. Reference Lisding
9126 Tanglewood Drive, Urbandale Iowa 50322 • Tel: 515-270-2939 • Fax. 515 -270 -2537 • E -mail: mammann @eldorado- ca.com
I
E1Dorado
National - California
References
Customer - Blue Water Transit
Contract Tyne — RFP - 201112012
Contract Value
2011 - $6,600,000
2012 - $2,300,000
Contract Services
2011 Delivery of 18 — 32 ft. E -Z Rider 11 Low Floor
Buses
2012 Delivery of 5 — 40 ft. AXESS Low Floor
Transit Buses
Contact Person
Dave Frazier
Blue Water Area Transit
2021 Lapeer Avenue
Port Huron MI 48060
Phone: (810) 987 -7381
Email; DFRASIER(c-)BWBUS.00M
Revised 2 -2015
Customer - PACE Chicago
Contract Tyne -1FB
Contract Value
2007 - 2011 - $65,000,000
2012 - 2014 - $29,160,662
2015 - $43,650,314 (first order off new contract)
Contact Services
2007 — 2011 Delivery of 226 - 30 ft. E -Z Rider R
Low Floor Transit Buses
2012 — 2014 Delivery of 74 -- 40 ft. AXESS Low
Floor Transit Buses
2014 — Unscheduled Options 342 40 ft. AXESS Low
Floor transit buses
201512016 — 91 CNG 40 ft. AXESS Low Floor transit
bus will be delivered.
Contact Person
Larry Braun
PACE — Chicago
405 Taft Drive
South, Illinois 60473 -2015
Phone: (708) 225 3039
lo=.braun@pacebus.com
Customer - Mesa County, Colorado
Contract Type - Piggyback
Contract Value
2011 - $854,168
2013 - $752,000
Contract Services
2011 Delivery of 2 -40 ft. AXESS Low Floor Transit
Buses
2013 Delivery of 2 -32#t. E -Z Rider 11 Low Floor
Transit buses
Contact Person
Kathy Young, Transportation Planner
Mesa County Regional Transportation Planning office
525 S. 6th Street, 2nd Floor, Grand Junction, CO 81502
Phone: (970) 683 -4339
kathyyoung@.mesacountv.us
1 ^
1 j
Customer - Kansas City International Airport
Contract Type — IFB
Contract Value
2011 - $2,091,120
Contract Services
2011 — Delivery of 6 E -Z Rider II 30' - CNG
powered.
2015 — Award coming for 4 E -Z Rider I130'
CNG shuttle buses to E1Dorado National
Contact Person;
Mike Duffy
125 Paris Street, Kansas City, MO 64153
Phone: (816) 243 -5055
Mike.DuffyAkcmo.org
Z 1
Customer - LA DOT
Contract Type - Option
Contract Value
2012 - $14,700,000
2013 - $12,000,000
Contract Services
2012- Delivery of 22 32fk. CNG E -Z Rider Low
Floor Transit Buses
2012 — Delivery of 35ft. CNG E -Z Rider II Low
Floor Transit buses
2013 — Delivery of 20 32ft, 32 ft, CNG E -Z Rider II
low floor Transit Buses
2013 — Delivery of 9 35 ft. CNG AXESS Low Floor
Transit Buses
2015 — Additional order coming spring 2015
Contact Person
Mike Bremner, Los Angeles Department of Transp.
Phone: (213) 977 -7007
MBREMNER'a%D(}T.CI.LA.CA.US
Customer - Hill Country Transit
Contract Type — RFP — 2014
Contract Value
2014 - $1,563,368
Contract Services
2015 Delivery of 4 - 35 ft. E -Z Rider II Buses
Contact Person
Robert Ator - Director of Urban Operations
Hill Country Transit District.
4515 W. US 190, Belton, TX 76513
Phone: (254) 933 -3700
Email: ratorAtakethehop.com
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: Colorado West Equipment
Address: 7920 East 88th Avenue, Henderson CO 80640
Telephone: 303 -288 -13010
Describe technical services readily available from said representative:
Colorado West Equipment is a full - servicing ElDorado National factory authorized
distributor. Please see the attached letter with Colorado West Equipment
qualifications and technical service support details.
Location of nearest Parts Distribution Center to Eagle County, Colorado
Name: Colorado West Equipment
Address: 7920 East 88th Avenue, Henderson CO 80640
Telephone: 303 -288 -1306
Describe the extent of parts available at said center:
ElDorado National/Colorado West parts support details are also provided on the
attached Technical /Service Support Statement.
Policy for delivery of parts and components to be purchased for service and
maintenance: Warranty parts will be shipped via overnight if size feasible.
Regular method of shipment: Warranty parts overnight/customer paid parts as requested
Cost to CMPC member agency:
No charge for warranty parts. Customer may for non- wa6
40
CMPC- I5- LTR -RFP January 2015
ElDorado
National
March 10, 2015
Ms. Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
California
RE: CMPC- I5- LTB -RFP — Technical / Service Support Statement.
Dear Ms. Beauvais:
This letter is to serve as our response to the Colorado Mountain Purchasing Consortium RFP requirement in
Package 1 for documentation on our technical J service support program.
Pursuant to this requirement, please be advised that ElDorado National has an entire inventory of
replacement parts for the Axess and E -Z Rider 11 buses as bid, located in Riverside, CA. Our parts
department has dedicated 12,000 square foot of warehouse and shipping facilities. ElDorado National
maintains in excess of $4,000,000.00 in parts inventory to service our customers. Our parts department
employs a staff of ten, full -time personnel.
Fast parts shipments are a key to our continued success. Our parts department has the ability to ship parts
via all modes of transportation. This includes over - night, UPS ground and common carrier. All orders for
in -stock components will ship the same -day if the order is received before 2:00 p.m. Pacific time. For over-
night shipped parts, orders may be received as late as 2:30 p-m. Pacific time.
CMPC member agencies will find that the ElDorado National proposal offers exceptional factory support
through the nearby Riverside, California manufacturing facility. Furthermore, Colorado West Equipment,
our local factory authorized parts/service/warranty restitution center offers unparalleled spare /warranty parts
support to all transit agencies in Colorado. No other bus manufacturer can offer this level of local parts
support throughout the life of the vehicle. Details of our local servicing capabilities are listed below.
COLORADO, WEST EQUIPMENT COMPANY OVERVIEW
Colorado 1 West Equipment, Inc. is a Subchapter S Corporation operating in Colorado, Nebraska,
and Wyoming focused entirely on the distribution and service of buses.
Page 2 of 4
CMPC R.FP CMPC- I5- LTB -RFP — Training Program Proposal Letter, continued
March 10, 2015
The company employs eleven (11) individuals specializing in bus sales, parts sales, administration,
and warehousing at its offices and warehouse in Henderson, CO. An additional service location, in
close proximity to the offices 1 warehouse employs five (5) technicians, trained and certified by
Eldorado National.
The company, since its inception, has operated at a profit with a high employee retention rate
averaging 15.8 years of tenure. The knowledge base and experience of the staff results in a high level
of performance and increased customer satisfaction.
Company management feels strongly that, in order to remain successful, we must perform at a
superior level exceeding our customer's expectations. In order to accomplish this goal, we cannot
dilute our efforts with other markets or unrelated lines / accessories, therefore remaining focused on
the bus sales and service business.
Colorado / West Equipment, Inc. incorporated as a Subchapter S Corporation, under the laws of the
State of Colorado, on February 27, 1987 and have perpetually operated in good standing for the past
twenty -eight (28) years.
The company has delivered in excess of 5,000 new buses during its tenure. The Company's
reputation remains strong regarding products and afiermarket support. It is important to note that the
Company has never been named in litigation which speaks to product dependability, company
integrity, and satisfactory resolution of customer issues.
The company owns facilities in both Colorado and Nebraska and carries no debt. All facilities,
inventory, tooling, and assets are unencumbered. The Company has significant cash reserves and
borrows only briefly during the summer bus delivery period via a long standing credit facility with
US Bank. The Company carries a 3A2 rating with Dun & Bradstreet (D -U -N -S Number 17 -440-
7502).
KEY PERSONNEL
O. B. Begley, President: Born 1948 and graduated University of Texas at Austin 1970. 1971 -1973
employed by H -E Lowdermilk of Denver, CO. 1973 -1987 employed by Elder / Quinn & Mc Gill,
Inc. of Denver, CO. 1987- present active Colorado / West Equipment, Inc.
Jeffrey P. Koza, Vice- President: Born 1970 and graduated Colorado School of Mines 1993. 1993-
1994 employed by Western Geophysical of Houston, TX. 1994 -1995 employed by Oppenheimer
Shareholder Services of Denver, CO. 1999 MBA in Finance from University of Denver, Daniels
College of Business. 1995 - present active Colorado / West Equipment, Inc.
Brent L. Holt, General Manager. Born 1953. Employed in family business after high school in Salt
Lake City, UT. 1994 employed by International Harvester Branch in Denver, CO. 1999- present
active Colorado / West Equipment, Inc.
Page 3 of 4
CMPC RFP CMPC -I 5- LTB -RFP — Training Program Proposal Letter, continued
March 10, 2015
Richard Lovely, Parts Manager: Bom 1962. 1983 -2001 employed by Cummins Power Southeast and
Rocky Mountain. 2001 - present active Colorado f West Equipment, Inc.
Ed Woolverton, Principal: Born 1947.1967-1970 United States Marine Corp, Vietnam combat
veteran, disabled. 1970 -1977 Automotive and truck technician various dealers. 1977 -1990 General
Motors of Detroit, MI. 1990 -1999 TranslWest GMC of Commerce City, CO. 1999- present active
TMS Truck & Bus.
FACILITIES
Main facility in Henderson, Colorado
Company headquarters since 1987. Administration, sales and aftermrarket support functions located
at this location.
Current bus parts inventory as of March 1, 2015 exceeds $650,000.00
Centrally located within 10 mile radius of engine, transmission and air conditioning regional service
centers.
Page 4 of 4
CMPC RFP CMPC- I 5-LTB-RFP — Training Program Proposal Letter, continued
March 10, 2415
r
r
Primary service facility in Brighton, Colorado
Dedicated service staff of 5 trained technicians.
Finished facility with secure lot capable of 50 full size buses. Four interior service bays.
Certified repair, warranty and installation for the following components:
o Eldorado National — California
o Eldorado National — Kansas
o Eldorado Mobility
o Blue Bird Corporation
o Girardin Minibus
o Cummins (ISB6.7, ISL8.9 and ISL -G)
o Multiple air conditioning mfg's (ACC, ACT, MCC)
o Ricon mobility products
o Braun mobility products
o Espar Climate Control Systems
o Webasto Thermosystems
o Rud automatic tire chains
o 4n -Spot automatic tire chains
Upon review, please do not hesitate to contact me with any questions our industry - leading technical and
service support.
Sincerely
c
6
Mire Ammann
Vice President of Sales
E1Dorado National. - California, Inc.
Colorado Mountain Section 9
Purchasing Consortium
CER 12. Proposal Form
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 Igo. CMPC- I5- LTB -RFP in its entirety.
Proposer:
ElDorado National - California, Inc.
Street address:
9670 Galena Street
City, state, ZIP:
Riverside, CA 92509
Name and title of Authorized Signer(s):
Mike Arnmann - Vice President of Sales
Name and title of Authorized Signers):
Phone:
951 -741 -8858
Authorized signature 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.: 4 Dated: February 26, 2015
Addendum No.: 2 Dated-, March 6, 2015
Addendum No.: Rated:
Addendum No.: Dated;
Proposer Name: EIQorado National - California, Inc.
Contact Name: Mike Ammann
Tale: Vice President of Sales
Phone:
address:
9670 Galena StreetStreet
city. state, ZIP:
Riverside, CA 92509
z 6' March 13, 2015
A orized signature Date
42.
CMPC- I5- 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 651.11:
Name and title: Mike Ammann - Vice President of Sales
Company. ElDorado National - California, Inc.
Date March 20, 2015
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- I5- LTB -RFP January 2015
ElDora.do
National
y
Buy America
CONFIDENTIAL
Upon written request to the FTiA, the Contractor may request a waiver of the above
provision. Such a waiver may be granted if FTA determines that:
Their application would be inconsistent with public interest.
Such matters and products are not produced in the United States in sufficient and
reasonably available quantities and of satisfactory quality.
In the case of the procurement of bus or other rolling stock (including train control
equipment, communication equipment and traction power equipment) under the UMTA
Act of 1964, as amended that (a) the cost of all components which are produced in the
United States is more than 64 percent of the cost of components of the bus or
equipment described in this paragraph, and (b) final assembly of the bus or equipment
described in this paragraph has taken place in the United States.
The inclusion of domestic material will increase the cost of the overall project contract
by more than 25 percent in the case of projects for the acquisition of rolling stock and 25
percent in the cost of all other projects, For purposes of this section in calculating costs,
labor costs involved in final assembly shall not be included in the calculations.
The bidder certifies that it complies with the Buy America requirements of Section
165(b)(3) of the Surface Transportation Assistance Act of 1982, as amended, and the
regulations set forth in 49 CFR Part 661.11.
By: Doug Kraus
Title: VP Finance
Manufacturer: ElDorado National California, Inc.
Date: March 11th, 2415
9670 Galena Street 9 Riverside, CA 92509 . (909) 591-9557 9 (909) 591 -5285 fax + d](Taus@aeldorado - caxom
ElDorado
National A A
Buy America
CO N FID k
The following is a description of the actual location of the final assembly point including
a description of the activities that will take place at the final assembly point and the cost
of final assembly:
The actual location of the final assembly was:
9870 Galena Street, Riverside, CA 92509
Description and activities are as follows
Bus frame & chassis is fabricated into a monocoque structure
Axles & air suspension are installed to monocoque structure
Wheels and tires installed to axles
Pneumatic systems installed
Engine, transmission, radiator and driveline are interconnected and installed in cradle
Cradle is installed to monocoque structure
Brake system is installed and tested
Flooring is installed
Door system installed
Electrical wiring harnesses are installed
Interior paneling and equipment finished out
Heating system interconnected and installed
Air Conditioning system interconnected and installed
Exterior paint applied
Windows are installed
Air conditioning installed
Ramp installed and tested
Seats installed
Tie -downs installed
Communications equipment installed
Final finish functions performed:
Exterior markings applied
Quality control and final testing performed
Vehicle readied for shipment
PERCENTAGE OF COST FOR FINAL ASSEMBLY 100 %
Labor Cost $22,946
Overhead Cost $40,156
9670 Galena Street 9 Riverside, CA 92509: (909) 591-9557 • (909) 591 -5285 fax . dkraus?aeldorado- ca.corn
BIDDER'S CERTIFICATE - BUY AMERICA
COLORADO MOUNTAIN PURCHASING CONSORTIUM
EZ 'RIDER
PRE AWARD
Pursuant to 49 CFR Part 661, no funds shall be obligated
under Urban Mass Transportation Assistance Act of 1964, as
amended, or the Surface Transportation Assistance Act of 1982,
as amended, unless steel, cement and manufacturer's products
are produced in the United States.
ELDORADO NATIONAL CALIFORNIA
11- Mac -15
CONFIDENMAL
COMPONENT MANUFACTURER ORIGIN OF TOTAL
COST
DIESEL ENGINE CUMMINS USA 0.1941
TRANSMISSION ALLISON USA 0.0921
TIRES MICHELIN USA 0.0175
REAR AXLE ASSY MERiTOR USA 0.0241
AIR CONDITIONING THERMO KING USA 0.0941
PASSENGER SEATS AMERICAN SEATING USA 0.0483
DRIVER SEAT RECARO USA 0.0089
WINDOWS HEHR USA 0,0137
PASSENGER DOORS VAPOR USA 0.0387
INTERIOR LIGHTING 1!0 CONTROLS USA 0.0168
MULTIPLEX SYSTEM IIO CONTROLS USA 0.0265
ELECTRICAL HARNESSES PRECISION WORKS USA 0.0517
RAMP RICON JUSA 0.0193
0.6458
LOCATION OF FINAL ASSEMBLY - RIVERSIDE, CALIFORNIA - 100'/0
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:
FX1 - The Proposer, [inssertname], certifiCalifornia,
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 certifles 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).
Riverside, California
Name; Mike Ammann - Vice President of Sales
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, ' 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 §J 3801 ,ET SEQ. APPLY TO THIS CERTIFICATION AND
EXPLANATION, IF ANY.
Name and title of the Proposer's authorized official:
I Authorized signature Date I
NOT APPLICABLE -
NO SUBCONTRACTORS ARE
01111 IM"A 91
45
CMPC- I54LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
GER 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 aft:iant'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 California
County of Riverside
I, Anthony Wayne , being first duly sworn, do
hereby state that
Name of Afflant)
I am President
of
ElDorado National California
Capacity) (Name of Firm, Partnership or Corporation)
whose business Is
bus manufacturing
and who resides at
967O Galena Street, Riverside CA 92509
and that
ElDorado National California
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.
Vt
Signatur of Want Date
Sworn to before me this day of coin w11101 0 Moots
WWI PMMe -
Cpime_ Mawr 7 2416
Notary public SaJ
My commission expires: Moirch r7, ZC i g
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:
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 (1/19196).
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, Eldorado National - California, Inc. CERTIFIES OR AFFIRMS
THE TRUTHFULNESS AND ACCURACY OF EACH S'T'ATEMENT OF ITS CERTIFICATION AND
DISCLOSURE, IF ANY. IN ADDITION, THE PROPOSER UNDERSTANDS AND AGREES THAT THE
PROVISIONS OF 31 USC §§ 3801 ET SEEM. APPLY TO THIS CERTIFICATION AND DISCLOSURE, IF
ANY.
Name of the bidder or Proposer's authorized official:
Mike Ammann
Title:
Vice President Sales
March 13, 2015
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 2016
Colorado Mountain
Purchasing Consortium
Section 9
CSR 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"
Axess - Sept., 2014, and E -Z Rider 11 - Oct., 2001
1. The /uses offered herewith have been tested In accordance with 49 CFR Part 655 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: ElDorado National - California, Inc.
Name and title of the 1Proposer's authorized official: Mike Ammann - Vice President of Sales
a March 13, 2015
Aut orized Sicnatu Date
48
CMPC- 15- L.TS -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 F am duly authorized by said manufacturer to make this certification.
Proposer / Manufacturer
EIDorado National ` California, Inc.
Name of Manufacturer / Proposer
Authorized
Mike Ammann
Type or Print Name
March 13, 2015
Date
ice President of Sales
Title
49
CMPC- I5- LTB -RFP January 2015
Colorado Mountain
Purchasing Consortium
Section 9
GER 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: ElDorado National - California, Inc.
Name of signer: Mike Ammann
Title., Vice President of Sales
March 13, 2015
Aut6drized Signature - - - - — - - Date -- - -
50
CMPC- I5- LTB -RFP January 2015
National - California
December 22, 2014
ELDORADO NATIONAL - FMVSS CERTIFICATIONS
Low Floor Buses
Axess, E -Z Rider
and Passport-1-1113 Body on Chassis -
XHF and Transmark
FMVSS TITLE COMPLIANCE COMPLIANCE
101 Controls and Displays OK OK
102 Transmission Shift Lever OK OK
103 Windshield Defroster & Defog System OK OK
104 Windshield Wiping_ and Washing Sys. OK OK
105 Hydraulic NIA NIA
106 Brake Hoses OK OK
108 Lamps, Reflective Devices, Etc, OK OK
111 Rearview Mirrors OK OK
113 Hood Latch S stem NIA NIA
116 Motor Vehicle Brake Fluids NIA NIA
119 New Pneumatic Tires OK OK
120 Tire Selection and Rims OK OK
321 Air Brake System OK OK
124 Accelerator Control System OK OK
125 Warning Devices OK OK
205 Glazing Materials OK OK
207 Seating Systems - OK OK
208 Occupant Crash Protection OK OK
209 Seat Belt Assemblies OK OK
210 Seat Belt Assembly Anchorages OK OK
213 Child Restraint System NIA OK
214D Side Impact Protection OK OK
217 Bus Emergency Exits and Window Retention and Release OK OK
220 School Bus Rollover Protection OK OK
302 Flammability of Interior Material OK OK
303 Fuel System Integrity of Compressed Natural Gas Vehicles NIA NIA
304 Com ressed Natural Gas Fuel Container Inte ri OK OIL
403 Platform Lift System for Motor Vehicles NIA OK
04 Platform Lift Installation in Motor Vehicles NIA OK
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 1994.
Company name: El®orado National - California, Inc.
Name of signer: Mike Ammann
Title: Vice President Sales
C'
Au prized Signa
March 13, 2015
Date
51
CMPC- 15- LTB -RFP January 2015
Questions / Requests for Clarifications from the CMPC for CMPC- I5- LTB -RFP
Proposal from ElDorado National - California
May 6,201S
32 foot
Altoona Test: An Altoona Test for the diesel engine was not provided, only CNG on all four
models. Please supply PTI- BT- R0215 -P, June 2002, supplement to PTI- BT -RO107 for the
EZ -Rider II, as this was located on Altoona's website.
Technical Specifications: Provide information on fire safety and fire suppression system
offered with proposal.
Technical Specifications: The specifications required Failure Mode Effects Analysis
FMEA) and the evaluation committee was unable to locate this information. Please
provide.
Technical Specifications: After viewing the vehicle brought to the evaluation site, the
evaluation committee observed that the frameless window design is not flush with the bus
body. Is this the standard design or was the feature specific to the bus brought for view?
Technical Training Package Requirements: Is the hands -on training offered by ElDorado
and other component 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?
Technical Service /Support Package: Is ElDorado 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 ElDorado.
Price Proposal: Are disc brakes completely unavailable on the 32 foot E -Z Rider II? Please
explain why this is not an option.
Price Proposal: Please explain why the rear door location W/C loading ramp is only
offered in lieu of a front door location W/C loading ramp. Does ElDorado National not offer
ramps at both door locations? The intent was pricing to add a rear wheelchair accessibility
ramp in addition to the front door wheelchair accessibility ramp.
Price Proposal - Extended Warranties: Will ElDorado offer a Propulsion System
Extended Warranty? If yes, please define the term and price.
Warranty: The CMPC solicitation and resulting contract require that the bus manufacturer
is the primary warrantor for all bus components. Is ElDorado stating they will not enter
into a contract unless the engine and transmission are warranted directly with Cummins
and Allison?
Parts Availability: The CMPC has had issue in the past with a long lead -time for parts.
What is ElDorado National'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 ElDorado have in stock; please give some reference
as to common in stock parts?
2
Questions / Requests for Clarifications from the CMPC for CMPC 15 LTB RFP
Proposal from E1Dorado National - California
May 6, 2015
32 foot
Altoona Test: An Altoona Test for the diesel engine was not provided, only CNG on all four
models. Please supply PTI BT R0215 P, June 2002, supplement to PTI BT R0107 for the
EZ Rider II, as this was located on Altoona's website. Please see the attached E -Z Rider II
Altoona test report as requested.
Technical Specifications: Provide information on fire safety and fire suppression system
offered with proposal. Please see the attached Amerex - V25 fire suppression and optional
methane gas detection system information.
Technical Specifications: The specifications required Failure Mode Effects Analysis
FMEA) and the evaluation committee was unable to locate this information. Please
provide. E1Dorado National has utilized Vapor brand - Slide Glide doors on our E -Z Rider II
low -floor bus continually since 2001. We have supplied the same brake and accelerator
interlock system design with these doors since that time. We have an excellent performance
history in transit with this interlock system. The applicable door interlock FMEA data is
attached for your review.
Technical Specifications: After viewing the vehicle brought to the evaluation site, the
evaluation committee observed that the frameless window design is not flush with the bus
body. Is this the standard design or was the feature specific to the bus brought for view? Yes,
the frameless window design is not flush to the body. We have an available transition trim
piece at the bottom of the hidden frame window line providing a smoother transition to the
body. We would offer this to CMPC members at no additional charge.
Technical Training Package Requirements: Is the hands on training offered by E1Dorado
and other component 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? Yes
to both questions. E1Dorado National is willing to supply a CMPC member mechanics
training session at a location determined convenient to CMPC. Training can also offered A la
carte. Pricing for such training would be quoted on an individual agency basis.
Technical Service /Support Package: Is E1Dorado 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 E1Dorado. E1Dorado
National is certainly interested in discussing the FTA State of Good Repair requirements. W
will provide any assistance to CMPC agencies possible.
Price Proposal: Are disc brakes completely unavailable on the 32 foot E Z Rider II? Please
explain why this is not an option. Disc brakes are not available on the E -Z Rider II. The small
Arvin Meritor disc brake sizes available for the E -Z Rider II model axles are not deemed
sufficient by our engineering department for a fixed -route transit application. Additionally,
the utilization of disc brakes would require a complete redesign of the front and rear
suspension systems on the E -Z Rider II. This in turn will trigger a new FTA - Altoona test,
requiring E1Dorado National to build a test bus and pay for a full durability test report. It is
both cost and timeframe prohibitive with regard to the CMPC procurement. Finally, the
heavy -duty, Bendix S -cam drum brakes as utilized on our bus have an excellent performance
history in transit. With proper transmission retarder use, 80,000 miles between brake
lining replacement is not uncommon.
Price Proposal: Please explain why the rear door location W/C loading ramp is only
offered in lieu of a front door location W/C loading ramp. Does ElDorado National not offer
ramps at both door locations? The intent was pricing to add a rear wheelchair accessibility
ramp in addition to the front door wheelchair accessibility ramp. My apologies, ElDorado
National did not interpret Additional Options #13 as an additional ramp. We interpreted
the request as the cost differential to move the ramp from the front door to the center door.
In answer to your question, yes ElDorado National can offer an additional center door
located wheelchair ramp, (for total of two (2) ramps on the bus). The cost for an additional
Ricon - Model 621SA wheelchair ramp is $7,852.00 per bus.
Price Proposal - Extended Warranties: Will ElDorado offer a Propulsion System
Extended Warranty? If yes, please define the term and price. Yes, ElDorado National has
already supplied Cummins engine and Allison transmission extended warranty terms and
costing in our Pricing Proposal, (see Section 9 - form CER 8., as found at the bottom of page
36). See attached the aforementioned pricing page for details. If you need additional
information /clarification, please let me know.
Warranty: The CMPC solicitation and resulting contract require that the bus manufacturer
is the primary warrantor for all bus components. Is ElDorado stating they will not enter
into a contract unless the engine and transmission are warranted directly with Cummins
and Allison? This is correct. ElDorado National cannot administer warranty policy
and /or restitution on behalf of either the Cummins engine or the Allison transmission.
Both component manufacturers require that their factory authorized dealers
approve /perform all required component warranty work.
Parts Availability: The CMPC has had issue in the past with a long lead time for parts. What
s ElDorado National'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
3uses quickly, especially during the peak winter season? We are critically aware of the need
o supply replacement parts as quickly as possible to minimize vehicle downtime. ElDorado
i'iational has an entire inventory of replacement parts for the E -Z Rider II model bus located
n Riverside, CA. Our parts department has dedicated 12,000 square foot of warehouse and
Shipping facilities. ElDorado National maintains in excess of $4,000,000.00 in parts inventor
service our customers.
Il warranty related parts (with certain size restrictions) are shipped via UPS overnight. For
versize parts, ElDorado National will ship via common carrier. All orders for in -stock
omponents will ship the same -day if the order is received before 2:00 p.m. Pacific time. For
iarranty parts that are shipped over - night, orders may be received as late as 2:30 p.m.
acific time.
inally, our in -state distributor - Colorado West Equipment is willing to work with CMPC end -
sers to generate a recommended spare parts list that will be kept in inventory either at the
olorado West Equipment office in Henderson, Colorado or at the CMPC agency facility under
consignment agreement. With ElDorado National and Colorado West Equipment, no one
eats our parts support!
lso, what percentage of bus parts does ElDorado have in stock; please give some reference as
common in stock parts? Historically, ElDorado National has an in -stock fill rate in excess of
5 %. Captive parts such as windshields, front & rear fiberglass caps and exterior sidewall
els are always kept in inventory along with all of the common wear items.
1 O O O
H
Z
z
O
W
F-
Q
O
O
J
z z
z D O
O
Z Y
O
I— Q m
Z O
J
O
Q
a
z
o Z
sri
LLQ
n0.
t0U
W ddU
Z
J za.
O
Z
O
3: D
U)
w F-
F-O
U- J
W
Z
LLJ
z
jW Z
wm
z W w m Q
Or_ Y
m z LU WLU
00 C) F- D
O Y W
0 W
L m p
O O
OW
U)
W W O
YYF—
W W Y w O
w00
Q
n
Q O U U)
0 <
J Q J w UUU) W2a
m °z
YcqU W w¢ CO IL
O O oOOZ - a
J D Q
V 0 0 Z O Q0
d
z oY oa
0
U co
Z Z
Z
J Q
U w
W
2
H
m
H
W m co
z
co W z
N p~ W
LLI
J
U)
J Z
W
LU Q U) o O
Y m m J U
r N CO
CN
t
G
LL w LL wd LL F ti
O tp
y 1 1 1
Mm a roK
n
u
a
o N m ¢
ITw LL w LL
a
vU'> co r- co rn .-
a o t
a
a g
o
n L 1
y 1 1 1
Mm a roK
n
u
a
o N m ¢
ITw LL w LL
a
vU'> co r- co rn .-
T
O p°R wIC n.t om
O
i
A
LL
N
A
ZO
CO qF
r
T U
Gp w © ppppgggg
LL
CN
IL
F
LL
N
C
a
0000
T2OO
O
O
1-
cocoOOOcl- Cl
N O
CD
O
M r r r r r
m
O N M t[7 CO I' O O
a
H
PARTIAL
STURAA TEST
12 YEAR
500,000 MILE BUS
from
ELDORADO NATIONAL
MODEL EZ RIDER 11
JUNE 2002
PTI- BT- RO215 -P
Ref: original report PTI- BT- Rp107)
P1. NNS TAT- ;
IV
The Pennsylvania Transportation Institute
201 Rescar^, ", 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
f e
EXECUTIVE SUMMARYRY ........................ . ............... 3
ABBREVIATIONS 4
BUS CHECK-IN
3. SAFETY - A DOUBLE -LANE CHANGE (OBSTACLE AVOIDANCE TEST) 15
4. PERFORMANCE - „ "3 ACCELERATION, GRADEABILITY, AND TOP
SPEED TEST ...............
6. FUEL ECONOMY TEST - A FUEL CONSUMPTION TEST USING AN
APPROPRIATE Orl`MATING CYCLE 22
7, NOISE
7.1 NOISE AND VIBRATION TESTS 31
7.2 EXTERIOR NOISE TESTS ............ ............................... 43
EXECUTIVE SUMMARY
EiDorado National "California" Inc. submitted a model EZ Rider 11, diesel - fueled,
35 seat/35' 11" bus, for a partial STURAA test in the 12 yr1500,000 mile category. This
partial test is a supplement to original report PTI- BT- R0107. The Federal Transit
Administration determined that the following tests would be performed: 3. Safety, 4.
Performance, 6. Fuel Economy and 7. Noise Tests. Testing started on May 22, 2002
and was completed on May 31, 2002. The Check -In section of the report provides a
description of the bus and specifies its major components.
The interior of the bus is configured with seating for 35 passengers including the
driver. Free floor space will accommodate 19 standing passengers resulting in a
potential capacity of 54 persons. At 150 lbs per person, this load results in a measured
gross vehicle weight of 31,370 lbs.
The Safety Test, (a double -lame 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 30.89 seconds.
A Fuel Economy Test was run on simulated central business district, arterial, and
commuter courses. The results were 4.24 mpg, 5.08 mpg, and 8.81 mpg respectively;
with an overall average of 5.27 mpg.
A series of Interior and Exterior Noise Tests was performed. These data are
listed in Section 1.1 and 7.2 respectively.
3
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
DER - 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 Inad (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 - cross vehirl? 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 1b 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
4
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.
11. 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 an ElDorado National, model EZ Rider H. The test bus
has a front door, forward of the front axle, and a rear door, forward of the rear axle.
Both doors are equipped with ElDorado National's model 68005150 fold -down handicap
ramps. Power is provided by a diesel- fueled, Cummins ISC 250 engine coupled to a
Allison World B30OR transmission.
The measured curb weight is 6,280 lbs. for the front axle and 16,800 lbs for the
rear axle. These combined weights provide a total measured curb weight of 23,080 lbs.
There are 35 seats including the driver and room for 19 standing passengers bringingthetotalpassengercapacityto54. Gross load is calculated as 1.50 lb x 54 = 8,100 lbs.
At full capacity, the measured gross vehicle weight is 31,370 lbs.
F
VEHICLE DATA FORM
Bus Number. 0215 Arrival Date: 5 -22 -02
Bus Manufacturer: ElDorado National Vehicle Identification
Number (VIN): IN9FMAC822C084054
Model Number: EZ Rider 11 Date: 5 -22 -02
Personnel: S.C. & T.S.
WEIGHT:
Individual :.!heel Reactions:
Weights
lb)
Front Axle Middle Axle Rear Axle
Right Left Right Left Ri ht Left
CW 2,990 3,290 NIA N/A 8,130 8,670
5LW 4,060 4,580 NIA N/A 9,450 10,370
GVW 4,840 5,240 N/A NIA 10,180 91,110
Total Weiaht Details:
Weight (lb) CW SLW GVW GAWR
Front Axle 6,280 8,640 10,080 11,000
Middle Axle N/A N/A N/A NIA
Rear Axle 16,800 19,820 21,290 23,000
Total 23,080 28,460 31,370 GVWR: 34,000
Dimensions:
Length (10n) 35/11
Width in 102.0
Height (in) 126.0
Front Overhang in 92.0
Rear Overhang in 120.0
Wheel Base in 220.0
Wheel Track (in)
1
Front: 87.0
Rear: 79.0
Bus Number: 0215
t`.t PARANr`pfi-
Date: 5 -22 -02
Lowest Point Outside Front Axle Location: Front step well Clearance(in ): 10.2
Lowest Point Outside Rear Axle Location: Frame under trans. Clearance(in ): 11.3
Lowest Point between Axles Location: Rear step well Clearance(in): 10.6
Ground Clearance at the center in 11.2
Windows Type
Front Approach An le de 5
Window Mfa]Model No.
Rear Approach. Angle rdc2 9.0
Ramp Clearance Angle de 5.8
Aisle Width in 33.5
Inside Standing Height at Center
Aisle in
95.0
BODY DETAILS:
Body Structural Type Monoco ue
Frame Iw'Moterial Steel
Body Material Aluminum / Fiberglass
Floor Material Plywood
Roof Material Aluminum 1 Fiberglass
Windows Type Fixed I N Movable
Window Mfa]Model No. HFHR 1 DOT I(A M99Rr
Number of Doors 1 Front 1 Rear
Mfr,1 Model No. Vapor 1 Slide Glide
Dimension of Each Door in Front -37.5 x 79.0 Rear -37.0 x 79.0
Passenger Scat Typo Cantilever N Pedestal F] Other
explain)
Mfr. f Model No. Freedman 1 Citi Seat
Driver Seat Type m Air Spring LE Other
ex lain
Mfr. l Model No. USSC Group, Inc. f 0910
Number of Seats (including Driver) 35
7
Bus Number. 0215
BODY DETAILS (Contd..)
Date_ 5 -22 -02
Free Floor Space W 29.5
Height of Each Step at Normal
Position (in)
Front 1. 12.3 2. _NIA 3. NIA 4. NIA
Middle 1. N/A 2. NIA 3. NIA 4. NIA
Rear 1. 13.2 2_ NIA 3. N/A 4. N/A
Step Elevation Change - Kneeling
in
2.3
ENGINE
Type C.I. n Alternate Fuel
S.I. El Other explain)
Mfr. I Model No. Cummins Motors 1 ISC 250
Location n Front m Rear D Other
explain)
Fuel Type 0 Gasoline n CNG Lj Methanol
0 Diesel D LNG El Other
ex lain
Fuel Tank Capacity indicate units 80 gals
Fuel Induction Type o Injected 0 Carburetion
Fuel Injector Mfr. 1 Model No. Cummins Motors ! ISC 250
Carburetor Mfr. 1 Model No. NIA
Fuel Pume Mfr. / Model No. Cummins Motors 1 ISC 250
Alternator (Generator) Mfr. I Model
No_
Leece- Neville 1 A0014870JB
Maximum Rated Output
Volts / Amps)
14/270
Air Compressor Mfr. 1 Model No. Wabco / NIA
Maximum Capacity ft3 / min 18.7 CFM
Starter Type Electrical 11 Pneumatic Other
explain)
Starter Mir. /Model No. Denso 1 228000-5311
Bus Number: 0215 pate: 5 -22 -02
TRANSMISSION
Transmission Type Manual x Automatic
Mfr. 1 Model No. A[fison Transmissions f B 30OR
Contro(Type cl Mechanical m Electrical TD Other
Torque Co. wertor "ifr. , Mlodel No.
Integral Retarder Mfr. 1 Model No.
Allison Transmissions 1 B 30OR
Allison Transmissions / B 30OR
SUSPENSION
Number of Axles 2
Front Axle Tvne rj Independent Beam Axle
Mfr. /Model No. Meritor / FF946LX3
Axle Ratio if driven) NIA
Suspension Type Air r1 Spring t1 Other
ex lain )
No_ of Shock Absorbers 2
Mfr. / Model No. Koni / 901905
Middle Axle Tyee Independent Beam Axle
Mfr. / Model No_ N/A
Axle Ratio if driven NIA
Suspension Type Cl Air rJ Spring Other
explain)
No. of Shock Absorbers N/A
Mfr. / Model No. N/A
Rear Axle Type n Independent 0 Beam Axle
Mfr. I Model No. Meritor / RS2316ONFLF074
Axle Ratio if driven 4.89
Suspension 1 ype Air n Spring ci Other
ex lain
No. of Shock Absorbers
T—Koni
2
Mfr. / Model No_ 1905055
9
Bus Number: 0215 Date: 5 -22 -02
WHEELS & TIRES
Front I Wheel Mfr./ Model No, Alcoa 122.5 x 7,50
Tire Mfr./ Model No. Michelin XZE / 25517OR 22.5
Rear Wheel Mfr./ Model No. Alcoa 122.5 x 7.50
Tire Mfr./ Model No, Michelin XZE / 255/70R 22.5
RRAKFq
Front Axle Brakes Type Im Cam Disc TOther ex lain
Mfr. 1 Model Na. Meritor 1 FF -946
Middle Axle Brakes Type l Cam Disc n Other ex lain)
Mfr. / Model No. NIA
Rear Axle Brakes Type N Cam Disc t7 Other (explain)
Mfr. / Model No. Mer €tor 1 RS23 -160
Retarder Type H draulic inte ral
LMfr. 1 Model No. Allison Transmissions / B 30OR
14% /AC'
Heating System Type Air Water t Other
Capacity Btu /hr N/A
Mfr. / Model No. Thermo King 1 LRT
Air Conditioner m Yes ca No
Location Dash & roof
Capacity Btu /hr 116,000 rear 124,000 front
A/C Compressor Mfr. 1 Model No. Thermo King I X426
r.TPPPItilt
Ste?rinn Gear Box Type Hydraulic ear
Mfr. 1 Model No. She hard IM
Steering Wheel Diameter 20.0
Number of turns lock to lock 4.0
10
Bus Number: 0215
OTHERS
Date: 5 -22 -02
Wheel Chair Ramps Location: Front & rear doors Type: Electric fold out
Wheel Chair Lifts Location: NIA Type: NIA
Mfr. 1 Model No. ElDorado National 1 Fold -down 680105150
Emergency Exit Location: Windows
Roof hatch
Doors
Number: 6
1
2
CAPACITIES
Fuel Tank Capacity (unit) gals
Engine Crankcase Capacity
allons
4.0
Transmission Capacity (gallons) 4.6
Differential Ca acit allons 4.0
Cooling S stem Ca acit (gallons) 2.6
Power Sieerloy Fluid Capacity
gallons)
1.5
11
VEHICLE DATA FORM
Bus Number: 0215 Date: 5 -22 -02
List all spare parts, tools and manuals delivered with the bus.
Part Number Description Qty.
NIA NIA NIA
IF. .... ..................
12
COMPONENTISUBSYSTEM INSPECTION FORM
Bus Number: 0215 Date: 5 -22 -02
Subsystem Checked Comments
Air Conditioning Heating and
Ventilation
Power Plant
Body and Sheet Metal
Accessories
Frarr
Steering
Suspension
T
InteriorrlSeati ,g
Axles
Brakes
TiresivVheeis
Exhaust
Fuel System
Power Plant
Accessories
Lift System 2 electric fold -out ramps.
Interior Fasteners
Batteries
T
13
CHECK - IN
ELDORADO NATIONAL "CALIFORNIA' INC.
MODEL EZ RIDER II
14
3. SAFETY - A DOUBLE -LANE CHANGE
OBSTACLE AVOIDANCE)
3 -1. 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 -11. 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 45mphisreached. The lane change course will be set up using pylons to mark off two 12
foot center to center lanes with two 900 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 -111. 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.
ilki
SAFETY DATA FORM
Bus Number: 0215 Date: 5 -30 -02
Personnel: S.C., B.S. & T.S.
Temperature ('F): 73 Humidity % : 68
W: Direction; S Wind Speed (mph): 8
Barometric Pressure in.H : 30.00
SAFETY TEST: DOUBLE LANE CHANGE
Maximum safe speed tested for double -lane chap a to left 44545 mph
Maximum safe speed tested for double -lane change to right mph
Comments of the position of the bus during the Kane change:
A safe profile was maintained through all portions of testing.
Comments of the tirel round contact patch:
Tirel round contact was maintained through all portions of testing .
16
3. SAFETY
LEFT - HAND APPROACH
RIGHT - HAND APPROACH
17
4. PERFORMANCE a AN ACCELERATION, GRADEABILITY,
AND TOP SPEED TEST
4 -1. TEST OBJECTIVE
The objective of this test is to determine the acceleration, gradeabiiity, and top
speed capabilities of the bus.
4 -I1. 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 gradeabiiity calculations.
4 -111. DISCUSSION
This test consists of three runs in both the clockwise and counterclockwise
directions on the Test T rack. 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 r_.urve of velocity vs time is attached, followed by the calculated
gradeability results. The average time to obtain 50 mph was 30.89 seconds.
18
PERFORMANCE DATA FORM
Bus Number: 0215 Date: 5 -30 -02
Personnel: S.C., B.S. & T.S.
Temperature ('F): 73 Humidit %): 68
Wind Direction; S Wind Speed (mph): 8
Barometric Pressure in.H : 30.00
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 3.30 3.74 3.68
20 mph 6.71 7.37 7.30
30 mph 11.84 12.74 12.52
40 mph 19.74 21.18 20.87
Top Test
Speed(mph) 50
31.84 32.93 32.90
Clockwise Recorded Interval Times
Speed Run 1 Run 2 Run 3
10 mph 3.52 3.71 3.52
20 mph 6.96 6.99 7.05
30 mph 11.08 11.61 11.30
40 mph 19.11 18.40 18.45
Top Test
S eed m h 50
29.30 29.21 29.17
19
0215.ACC
PERFORMANCE SUMMARY SWEET
BUS KANUEACTURER :Eldorado National BUS NUMBER :0215
BUS M001L :EZ Rider II TEST DATE 5 /30/02
TEST CONDITIONS :
T E11APE TURF (DEG F) 73.0
9I0 DIRECTION 5
WrND SPEED (F1PIf) 8.0
H04IDITY ( %) 68
BAROMETRIC PRESSURE (IN. HG) 30.0
VEHICLE SPEED AVERAGE TIME (SEC)
TEST SUbiftARY :
VEHICLE SPEED
CCW DIRECTION CW DIRECTION TOTAL
4_____________________________'-__-_----_---_---.-_-----
1040 3.57 3.59 3.58
20.0 7.13 7.00 7.06
30.0 12.37 11.33 1.1.85
4C.; 20.60 18.65 13.63
50.01 32.55 29,23 30.89
TEST SUbiftARY :
VEHICLE SPEED TIME ACCELERATION MAX. GRADE
kW..) SEC) FT /SECA2) V)
z.a ------ 28
5.0 1.48 4.7 14.8
10.0 3.11 4,2 13.2
15.0 4.96 33 11.7
20.0 7.05 3,3 10.2
25.0 9.45 2,9 8.8
30.0 12.26 2.4 7.5
15.57 2.0 5.3
40.(3 19,57 1.7 5.2
45.0 24.51 1,3 4,1
50.0 30.81 1.0 312
NOTE : Gradeability results were calculated from performance
test data. Actual sustained gradeability performance
for vehicles equi ped vJ th auto transmission may be
lower than the va ues indicated here.
20
LO
T-
C*4
Z
0 05
7
CD if) d co N r
qdw) paadS
21
c
m
LO
C\j
I
C3
M
CD
I-
LO
w
q}
d
6. FUEL ECONOMY TEST a 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 -11. TEST.DESCRIPTIQN
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
1 376 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 f 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 i list 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.
22
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.
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.
23
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 prase. This modification permits the determination
of o 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 v0 °F (8.3373 lbs /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
consu m ed
total miles
base miles per ohase perrun
CED 1.9097 5.7291
ART 1.9097 3.8193
COM 3.8193 3.8193
FEomEI,b = Observed fuel economy = miles
lb of fuel
24
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 wafer at 60 °F
FEon,,g = 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 = FEon,pg x Q
H
where
iH = 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 /BTUx10".
Eq = Energy equivalent of converting mpg to mile /BTUx10'3
Eq = ((mpg)1(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).
25
These combine to give a fuel economy in miles per lb. The energy equivalent
mile /BTUx10') 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
hese __miles er hase er run
CBD 1.9097 5.7291 -
ART 1.9097 3.8193
COM 3.8193 3.8193
FEomilsaf = 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.
FEOmift - FEo / Gm
where Gm = Density of test fuel at standard conditions
3.) Cnnvr rf the observed fuel economy (FEomi /lb) to an energy equivalent of
miles /BTUx10') by dividing the observed fuel economy (FEomi /ib) by the
heating value of the test fuel at standard conditions.
where
Eq = ((FEomi /lb) /H)x106
Eck W Erietyy equivalent of miles /lb to mile /BTUx105
H = Volumetric heating value of test fuel at standard conditions
26
6 -111. 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 -I1. 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 ail
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 -
4.24 mpg, ART - 5.08 mpg, and COM - 8.31 mpg. Average fuel consumption at idle
was 3.30 Iblhr (0.53 gph).
27
FUEL ECONOMY PRE -TEST MAINTENANCE FORM
Bus Number, 0215 :Date; 5 -28 -02 SLW Ibs : 28,460
Personnel: S.C. & T.S.
FUEL SYSTEM
Install fuel measurements stem
Replace fuel f=ilter
Check for fuel leaks
OK Date
5.28 -02
5 -28 -02
5 -28 -02
initials
S.C.
S.C.
S.C.
S eci fuel type refer to fuel analysis)
Remarks: none
BRAKES/TIRES OK Date Initials
ins ect hoses 5 -28 -02 S.C.
Inspect brakes 5 -28 -02 S.C.
Relube wheel bearings 5 -28 -02 S.C.
Check fire inflation pres.sures rn . specs.) 5 -28-02 S.C.
Remarks: none
COOLING SYSTEM OK Date Initials
Check hoses and connections 5 -28 -02 S.C.
Checks stem for coolant leaks 5 -28 -02 S.C.
Remarks: none
28
FUEL ECONOMY PRETEST MAINTENANCE FORM (page 2)
Bus Number: 0215 Date: 5 -28 -02
Personnel: S.C.
Date InitialsELECTRICALSYSTEMSOK
Check batter 5 -28 -02 S.C.
Inspect wiring 5 -28 -02 S.C.
Inspect terminals 1 5 -28 -02 S.C.
Check lighting 5 -28 -02 S.C.
Remarks: none
DRIVE SYSTEM OK Date Initials
Drain transmission fluid 5 -28 -02 C.
Replace filter/ gasket 5 -28 -02 S.C.
Check l;csea and connections 9/ 5-28 -02 S.C.
Replace transmission fluid 5 -28 -02 S.C.
Check for fluid leaks 5 -28 -02 S.C.
Remarks: none
LUBRICATION OK Date Initials
Drain crankcase oil 5 -28 -02 S.C.
Replace filters 5 -28 -02 S.C.
Replace crankcase oil 5 -28 -02 i S.C.
Check for oil leaks 5 -28 -02 S.C.
Check oil level 5 -28 -02 S.C.
Lube all chassis grease fittings 5 -28 -02 S.C.
Lube universal joints 5 -28 -02 S.C.
Replace differential lube including axles 5 -28 -02 S.C.
Remarks: none
441
FUEL ECONOMY PRE -TEST MAINTENANCE FORM (page 3)
Bus Number: 0215 Date: 5 -28 -02
Personnel: S.C.
EXHAUSTIEMISSION SYSTEM OK Date Initials
Check for exhaust leaks 5-28 -02 S:C.
Remarks: none
ENGINE OK Date Initials
Replace air filter 5 -28 -02 S.C.
Inspect air compressor and air system 5 -28 -02 S.C.
Inspect vacuums stem, if applicable 5 -28 -02 S.C.
Check and adjust all drive. belts 5 -28 -02 S.C.
Check cold start assist, if a licable 5 -28 -02 S.C.
Remarks: none
STEERING SYSTEM OK Date Initials
Check power steering hoses and connectors 5 -28 -02 S.C.
Service fluid love,, 5 -28 -02 S.C.
Check power steering operation - 5 -28 -02 S.C.
Remarks: none
OK I Date I Initials
Ballast bus to seated load weight I 1 5 -28 -02 1 S.C.
TEST DRIVE OK Date Initials
Check brake operation 5 -28 -02 S.C.
Check transmission operation 5 -28 -02 S.C.
Remarks: none
1W
FUEL ECONOMY PRE -TEST INSPECTION FORM
Bus Number: 0215 Date: 5 -29 -02
Personnel: S.C.
PRE WARM -UP If OK, Initial
Fuel Economy Pre -Test Maintenance Form is complete..._ S.C.
Cold tire eressure (psi): Front 115 Middle NIA Rear 115 S.C.
Tire wear: S.C.
Engine oil level S.C.
En ine coolant level S.C.
Interior and exterior lights on, evaporator fan on S.C.
Fuel economy instrumentation installed and working ro erl . 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 C•
No extensive or black smoke from exhaust S.C.
if OK, InitialPOSTWARM -UP
Warm tire press ure (psi)-- Front 117 Middle NIA Rear 121 S.C.
Environmental conditions
Average wind speed <12 mph and maximum gusts <15 mph
Ambient temperature between 30 ° +l °) and 90"F(32 'C)
Track surface is dry
Track is free of extraneous material and clear of
in erfering traffic
S.C.
31
N
m
M
LL
Cr
0
LL
0
Z
0
J
W
LL
C)
V)
N CV
w
N N
a i
N N
o
CO
r
it
N
LL
LO
r
to
N
1 C)
o
C)
G)
Q
m
d TJ
O
r
06
C31
6
C)
CV
0)
pj
Oo CO
0.
0) 13
U N f-
O
C) o
C37 N
m Of m
C\1 U LO
L C'7 to LO
C i N
E
O
N
m o
fl) Ca o J)
coo m
CN
E O
32
ON7 00
1
ml
0 0
11MOMEME
N
C
W
E
r v
CN
F._..
E
U N f-
O
Y C37 N
m Of m
t`7 L- C Cn i C i N N N CCU!
U
CN
Oil
32
0 0
U
t
d
E E
O
c NCLO
06
cs E--
m i o C)
t.[_.
6 E
r
U E ap t co d o0
O
t0 N
E
C) d• O [YO t O
L N LLL 00 GO t a0 6
11MOMEME
N
C
W
E
r v
CN
F._..
E
O
m Of m CC m 0
J
U Q
to
Q U U
CN
32
0 0 CV
d
E E o
11MOMEME
V)
0
LO
O
r
I I
m
LL
Q
SZf C%4
O O
N
CD
CU Li3
6
Cw
U} 0NZU
W
V CL
CN
F._..
m Of m CC m 0
U Q U Q U U
32
V)
0
LO
O
r
I I
m
LL
Q
SZf C%4
O O
N
CD
CU Li3
6
Cw
U} 0NZU
Cl)
a
u.
cr
G
Q
Q
0
Q
W
W
D
U.
33
U)
s
n co N 000. t
O0
Lo Lr)
Q
vOi
LL. :.. CV cV N CSI N Cat ECa
cY7 11
r. LL_
L n O
o co LO
U_ m co t,- I'-
00 2
n n CL
N
C3
D
QJ
U c m
w J
m
rn
ct3 U
m cm r-- ti to
6
r-.
61
y
3 v
LL_ 0 n
t_
N
CO-
CN
a;
N
03
N N N
C
O
N
H
U
N
O
0
O
EILLJL_ w
oLS CL oo d ai 4 o0 cGi
cv U
n 00 Q d
LL co 00 4 co Qo
7.-- W
ca
E
J
U CoL7
CD
4 F O O O Q O CO L.L.
O co 0-
O
C7 N O
C
CAE
C
0
U)
co
Z Z qt U
d U U ZL k U Q U U
33
34
z
11
L'L]
J
m
11
o
N
CU
N Q) [7
C7
C
C t=
r3 E
U
tt) o O. LO to 0 to
0 00 Lo vo cY) 00 0 m
Cj LL- - N N N N C\! N Ui
CIO
I I
O
C; LL
II3 rn
U)
00
LO
m
Lo
U-)
O
N
to
C'7
t1-)
t
co
0
C k.C) C1[ CD
u3 EL w m t~ fl- h- Ca
CA
N
u
C17
O cC"a ii.C) LO O tf)
co I` 00 CY7 U? fr[ t,
4 E U O LO
Co
CV
w
O
oa
I`
Imo-
tCJ
I-
N
I-
IL R
CL]
J
w O CO d; oa t--
C LL E U) N N N N CV m
O F
LL U
O
Q?
U)
O m xS CD co r
L CL C
QO d
y
00
O
Ki 00
U E
a a) uj
z a
a
Q
U
w r
C
O
W
CL
v3
a n 00 0U-)
t m mw0. N u 001 a6 4 66 L
D
LL
V
U E
co C7 C> O O O O
O U?
a
O M
Q
rt
CU
C CO
W
Z it
mOf
34
z
11
L'L]
J
m
11
o
N
CU
N Q) [7
C7
C
C t=
r3 E
U
P
l
C3
Cii
U
v7
C4
a
L
N
O pEN
tt c
CD (D ° c
p
E i E
CD Z U
r
It
U-
m m d
Lo
flp
U- co Lr) U) LO
t`' 2
to
N
N
n CL
N L
U LO O LO LO In
to
i
u7
p o
0-)
to
D
0
4
cis
ll-
CD
r i
tCS
t
L{?
U. a z m
Cr
cu
s~ m C U
U- In- U)
o
M
ca
CO co m i'r5 M
O o
U-
H
0
u
0 CU
E U
nt3 N
u)
co flo
CD ttO Q d a
p
U-
0 p
U •
co 60 d oo 6
W o
U)
U
z U
cv
C
w
c
G
L
O
CL
CO
uj C fn O lL i CD
W F-- LL o r co co
LL.
ZZ
U A
U E
Cl ° ma C) c) o o ca
o U)
LO U o
N W
so
E
0 ca 4i cl
C)._
i-
D
Z
3
Z U h-
i.l.J LL F— V)
O
35
l
C3
Cii
U
v7
C4
a
L
N
O pEN
tt c
CD (D ° c
p
E i E
CD Z U
215.PUL
rUEL ECONO? -1Y SUMI -1ARY SHEET
BUS MANUFACTURER :Eldorado National BUS NUMBER ;0215
BUS MODEL :EZ Rider TT TEST DATE :5/29/02
PUFl. TYPE DIESEL
SP. GRAVITY .8095
HEATING VALUE ?427.4.00 (BTU /1_6
Standard Conditions 60 deg !r and 14,7 psi
density of Water : 8.3373 lb /gallon at 60 deg r
CYCLE TOTAL FUEL
W_
TOTALWMILEST-
FUEL-ECONb:tY__._
69
FUEL - ECONOMY -
1,
USED (Lb)
3.82
M /LbOleasuredj MPG(Corrected)
ts- RuCRD
2.85
W_w..--------------------------
TOTAL
8.65 5.73 66 4.15ART4.80 332 80 4.99C0142.60 3.82 1.47 9.21TOTAL16.05 13.37 83 5.22
Run fl :2, CV
CSD 8.45 5.73 69 4.25AkT4,65 3.82 82 5.15COM2.85 3.82 1.34 8.40TOTAL15,95 13.37 84 5.25
Run T 3, CCU
Cau 8.50 S.73 6? 4.23ART4.55 3.81 39 4.94COM2.60 3.62 1.47 9.21TnTAC15.95 13.37 84 5.25
Run 4 4, Cv:
Cad 8.30 5<73 69 4.33ART4.55 3182 84 3.26COO2.85 1,.34 8.40TOTALls.710
93.
82
13.37 85 1.34
IDLE CI NSUF1FTic N-
M...,....,ti..-
First 20 to nu> es Data 1.05 Lb Last 24 minutes Data 1.15 LbAverageidleConsurption3.30 Lb /Hr
RUN CONSISTENCY - DifferencE front O',erall average of total i:u(k used
Run 1 .9 Run 2 . -.2 Run 3 . -.2 Run 4 , 1.3
SUR tARY
Average idi$ Consumption
average CBD Phase COnsU11:psi-ion
Average Arterial Phase Consumption
A,Vi rar,C Commuter Phase Consumption
overall Average Fuel consumption
overall average Fuel Consumption
W
5J
4.24
S.08
alai
5,27
38,61
G /Nr
MP6
WIC
MPG
MPG
Miles/ r4 [ion 8'f'U
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 -I1. 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:
I. 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 -111. 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 51.1 dB(A); ranging
from 47.7 dB(A) at the rear passenger seats to 57.9 dB(A) at the driver's seat. The
interior ambient noise level for this test was 37.8 dB(A).
The second test measures interior noise during acceleration from 0 to 35 mph.
This noise level ranged from 73.8 dB(A) at the front passenger seats to 76.9 dB(A) at
the middle passenger seats. The overall average was 75.6 dB(A). The interior ambient
noise level for this test was 35.1 dB(A).
37
he 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.
38
INTERIOR NOISE TEST DATA FORM
Test Condition 1; 80 dB(A) Stationary White Nome
Bus Number: 0275 Date: 5 -22 -02
Personnel: S.C. & T.S.
Temperature ("F): 53 Humidity (%): 56
Wind S eed m h : Calm Wind Direction: Calm
Barometric Pressure "in.H : 31.10
In Line with Middle Speaker
Initial Sound Level Meter Calibration: ® checked by: S.C.
Interior Ambient
Noise Level dB A : 37.$ .
Exterior Ambient
Noise Level dB A : 51.7
Microphone Height During Testing in :48.0
Measurement Location Measured Sound Level dB (A)
Driver's Seat 57.9
Front Passenger Seats 50.5
In Line with Front Speaker 50.3
In Line with Middle Speaker 54.3
In Line with Rear Speaker 49,6
Rear Passenger Seats 47.7
Final Sound Level Meter Calibration: n checked b : S.C.
39
INTERIOR NOISE TEST DATA FORM
Test Condition 2: 0 to 35 mph Acceleration Test
Bus Number: 0215 Date: 5 -30 -02
Personnel: S-C., B.S. & T.S.
Temperature ('F): 77 Humidity % : 61
Wind Speed (mph): 7 Wind Direction: S
Barometric Pressure in.H : 30.00
Rear Passenger Seats
Initial Sound Level Meter Calibration: ® checked by: S.C.
Interior Ambient
NrMif"nophone
ie Level dB A : 35.'1
Exterior Ambient
Noise Level dB A : 59.1
Height During Testis in : 48
Measurement Location Measured Sound Level dB (A)
Driver's Seat 75.2
Front Passenger Seats 73.8
Middle Passenger Seats 76.9
Rear Passenger Seats 76.5
Final Sound Level Meter Calibration: n checked b : S.C.
40
INTERIOR NOISE TEST DATA FORM
Test Condition 3: Audible Vibration Test
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.
41
7.1 INTERIOR NOISE TEST
TEST BUS SET -UP FOR CONDITION #1
INTERIOR NOISE TEST
42
ii`. iy lgoilTLL:$
TEST BUS SET -UP FOR CONDITION #1
INTERIOR NOISE TEST
42
7.2 EXTERIOR NOISE TESTS
7.2 -1. 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, Nigh 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 -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 outside ambient noise level of 58.3 dB(A), the average test result obtained
while accelerating from a constant speed was 77.6 dB(A) on the right side and 78.4
dB(A) on the left side.
43
When accelerating from a standstill with an exterior ambient noise level of 57.8
dB(A), the average of the results obtained were 78.0 dB(A) on the right site and 77.7
dB(A) on the left side,
With the vehicle stationary and the engine, accessories, and air conditioning on,
the measurements averaged 88.9 at high idle, and 78.3 dB(A) at wide open throttle.
With the accessories and air conditioning off, the readings averaged 64.6 dB(A) at low
idle, 0.8 dB(A) higher at high idle, and 4.5 dB(A) lower at wide opera throttle. The
exterior ambient noise level measured during this test was 57.4 dB(A). Note: when the
air conditioning is activated, the engine automatically shift to the high idle mode. Data
with the air condition on is not available in the low idle mode.
44
EXTERIOR NOISE TEST DATA FORM
Accelerating from Constant Speed
Bus Number: 0215 ::D ate: 5 -30 -02
Personnel: S.0 >, B.S. & T.S.
Temperature ("F)- 77 Humidit % : 61
Wind S eed mph): 7 Wind Direction: S
Barometric Pressure `in.H : 30.00
Verify that microphone height is 4 feet, wind speed is less than 12 mph and ambient
temperature is between 30T and 90 °F: ® checked by: S.C.
Initial Sound Level Meter Calibration: 9 checked by: S.C.
Exterior Ambient Noise Level dB A . 58.3
Accelerating from Constant Speed
Cum (Right) Side
Accelerating from Constant Speed
Street Left Side
Run # Measured Noise
Level dB (A)
Run # Measured Noise Level
dB (A)
1 76.2 1 77.8
2 77.9 2 78.3
3 -- 77.2 3 78.1
4 77.0 4 78.1
5 77.0 5 78.4
Average of two highest actual
noise devols ?7.6 dB (A
Average of two highest actual
noise levels = 78.4 dB (A)
Final Sound Level Meter Calibration Check: m checked b : S.C.
Comments: none
45
EXTERIOR NOISE TEST DATA FORM
Accelerating from Standstill
Bus Number: 0215 JD at 5-30-02
Accelerating from Standstill
Street Left Side
Personnel: S.C., B.S. & T.S.
Tem erature r °F : 77 Humidity % : 61
Wind Speed (mph): 7 Wind Direction: S
Barometric Pressure in.H : 30.00
1
Verify that microphone height is 4 feet, wind speed is less than 12 mph and ambient
tem erature is between 30 °F and 90 °F: m checked by: S.C.
Initial Sound Level Meter Calibration: m checked by: S.C.
Exterior Ambient Noise Level dB A : 57.8
Accelerating from Standstill
Curb (Right) Side
Accelerating from Standstill
Street Left Side
Run. # Measured Noise
Level dB (A)
Run # Measured
Noise Level
dB (A)
1 754 1 77.4
2 77.1 2 77.5
3 77.7 3 77.6
4 77.5 4 77.7
5 78.2 5 77.7
Average of two highest actual noise
levels = 78.0 dB A
Average of two highest actual noise
levels = 77.7 dB(A)
Final Sound Level Meter Calibration Check: ® checked by: S.C.
Fcomments: none
EXTERIOR NOISE TEST DATA FORM
Stationary
Bus Number: 0215 Date: 5 -30 -02
Personnel: S.C., B.S. & T.S.
Temp erature ff': 77 Humidity (%): 61
Wind Speed (mph): 7 Wind Direction: S
Barometric Pressure 'in.H 30.00
Low Idle
Verify that microphone height is 4 feet, wind speed is less than 12 mph and ambient
tem erature is between 30 °F and 90 °F: ® checked by: S.C.
Initial Sound Level Meter Calibration: m checked by: S.C.
Exterior Ambient Noise Level dB A : 57.4
Accessories and Air Conditioning ON
Throttle Position Engine RPM
Curb (Right) Side
dB (A)
Street (Left) Side
db A
Measured Measured
Low Idle NIA N/A NIA
High Idle 1,1.50 69.4 68.3
Wide Open Throttle J 2,425 79.5 77.0
47
Accessories and Air Conditioning OFF
Throttle Position Engine RPM
Curb (Right) Side
dB A
Street (Left) Side
db A
Measured Measured
Low Idle 800 63.5 65.6
High Idle 1,150 70.4 69.0
Wide Op en Throttle 1 2,400 79.1 76.4
Final Sound Level Meter Calibration Check: R checked by: S.C.
Comments: none
47
k
i
s _.
x. .
1
ra , r
4 f
3, .
1
t
1'
rl a..-
System Overview...
The Amerex Advantage
Fire destroys billions of dollars worth of industrial
and transit equipment every year. It causes manpow-
er losses, decreased property value, and, in many
cases, loss of human lives.
Amerex is one of the nation's leading manufactur-
ers of fire fighting equipment with more engineering,
manufacturing and quality control experience than
anyone else in the industry. We can protect your
equipment from fire with a suppression system de-
signed specifically for you.
Life Protector
Whether it is an operator sitting high atop a loader
or your children riding in their school bus, Amerex
Vehicle Fire Suppression Systems are designed first
and foremost to protect human life. Our systems are
designed and installed to suppress a fire before it can
reach the operator or passenger areas, quickly and
efficiently.
Some Ever - Present Dangers
Abrasion against a high pressure hydraulic
line causes a pin -hole and leaks atomized
hydraulic fluid onto a hot manifold.
Cardboard, paper and other combustible
solids gather behind the hot exhaust manifold
in the engine compartment of a trash truck.
A short occurs in one of the machine's electri-
cal cables, setting the cable insulator on fire.
Natural Gas or Hydrogen, highly flammable,
invisible fire hazards, ignite from the acciden-
tal discard of a cigarette butt.
Coal dust ignites from a metal spark.
A wire harness near the battery shorts against
the vehicle's chassis, melts, then ignites.
Reduce Insurance Cost
Amerex Vehicle Fire Suppression Systems may
make it easier to obtain insurance and also help you
qualify for lower premiums. As the costs of heavy
duty vehicles rise, insurance rates escalate accord-
ingly. Many insurance companies have recognized a
reduction in claims paid out due to the presence of
a fixed vehicle fire suppression system. The Amerex
Fire Suppression System will lower your fire risk,
which can lower your insurance premiums. The key
phrase is "material change of risk." Ask your insur-
ance agent.
Reduce Damage and Down Time
Amerex Vehicle Fire Suppresion Systems are de-
signed to warn the operator and suppress the fire,
protecting both equipment and people. Our auto-
matic systems suppress the fire in its earliest stages,
before it becomes fully established and spreads into
highly combustible areas. As a result, damage is lim-
ited and equipment down time is held to a minimum.
Mining Operations
Logging Industry
Mass Transit Vehicles
Vehicle Fire Suppression Systems...
Amerex Vehicle System Components
Cylinders (Stored Pressure)
Amerex Vehicle System cylinders are manufactured from the highest quality materials. The cyl-
inders are constructed of steel and coated with an epoxy primer and a polyurethane top coat for
excellent resistance to corrosion. The valve is brass and features a brass gauge guard to protect
the pressure gauge in rugged environments. Cylinders are shipped filled with ABC or Purple K dry
chemical and pressurized.
Control Panel
C E
System status is constantly monitored by the
Control Panel and communicated to the vehicle
operator by visual LED indicators and audible
alarm. Control Panel connects to system wiring
by modular color coded, click lock connectors.
Detection Network
Fire detection can be provided by fixed temper-
ature thermostats, linear or Safe -IR detectors.
Any combination can be used as necessary.
Nozzles and Distribution
Fire suppression agent is delivered to hazard
areas by fixed high capacity fast flow machined
brass nozzles.
Available Cylinder Sizes
13 lb. (Vertical Mount)
25 lb. (Vertical Mount)
25 lb. (Horizontal Mount)
50 lb. (Vertical Mount)
50 lb. (Vertical Mount - Short Cylinder)
Fixed Temperature
Thermostats
a,. %_
Linear Pneumatic
Tubing
b
Safe -IR
Approved
C E
System status is constantly monitored by the
Control Panel and communicated to the vehicle
operator by visual LED indicators and audible
alarm. Control Panel connects to system wiring
by modular color coded, click lock connectors.
Detection Network
Fire detection can be provided by fixed temper-
ature thermostats, linear or Safe -IR detectors.
Any combination can be used as necessary.
Nozzles and Distribution
Fire suppression agent is delivered to hazard
areas by fixed high capacity fast flow machined
brass nozzles.
Available Cylinder Sizes
13 lb. (Vertical Mount)
25 lb. (Vertical Mount)
25 lb. (Horizontal Mount)
50 lb. (Vertical Mount)
50 lb. (Vertical Mount - Short Cylinder)
Fixed Temperature
Thermostats
a,. %_
Linear Pneumatic
Tubing
b
Safe -IR
Safety Met...
Amerex Vehicle Safety Network Operator Display
FEATURES:
Event Data Logging
Internal Audible Alarm with Silence
Relay Override
System Self Test Function
Keyboard programming capability
Remote programming with laptop computer via
RS -485 interface
Environmentally Sealed Enclosure
Easy to read Vacuum Fluorescent Display (VFD)
System Status via LED indication
Network interface to additional Safety Net
modules via Amerex Modular Cables
Provides event indication via VFD display
Wide Operating Temperature Range
Rugged compact design
12/24 or 42 vdc Operation
BENEFITS:
Simplified System Messages
Simplifies Troubleshooting
Simple programming features allow for
flexibility
Event Data Collection
Provides Fire Suppression and Gas
Detection capability from —40° F to +158° F
The Amerex Vehicle SafetyNet Operator Interface Panel provides a simple means of indicating system
status to the vehicle operator or maintenance personnel. Basic system status is indicated via easy to read
LEDs and via audible alarm indication. Detailed "events" are documented on the VFD display. The Operator
Interface Panel functions as the SafetyNet system central control. While each SafetyNet module is intelligent
and capable of independent operation, the Operator Interface Panel coordinates all communication between
modules. Programming overrides, such as discharge delays, relay transfer, etc., can be easily programmed
into the Operator Interface Panel. Basic programming can be performed via the front panel keypad. More
detailed programming can take place off line via a personal computer then transferred into the Operator
Interface via a network RS -485 connection.
Amerex Vehicle Safety Network - Driver Panel
FEATURES:
Capable of Safe -IR Optical Flame Sensor Input
Capable of AMGaDS III Gas Sensor Input
Capable of Analog Overheat Sensor Input
Capable of Class B Spot Sensor input
Single Zone Fire Protection
Relay output for Fire, Gas or Trouble conditions
Environmentally Sealed Enclosure
Sensor Recognition Software
Wide Operating Temperature Range
Interfaces with existing Amerex AMGaDS III Field Wiring
Rugged compact design
12/24 or 42 vdc Operation
fir - ;;•.
The Amerex Vehicle SafetyNet Driver Panel includes the most common features required for vehicle fire
protection and gas detection system. The Driver Panel is virtually identical to the proven AMGaDS I II Driver
Panel design. The SafetyNet Driver provides a connecting point for fire suppression & gas detection field
wiring
Connections are provided for System Power, Fire Suppression actuation, Spot Heat Detection, Manual
actuation, Agent Cylinder pressure supervision, Relay Contacts (fire, gas, trouble), four zones of detection
and SafetyNet connectivity. While the Driver Panel includes the most common system features, the SafetyNet
system can be expanded to add additional system features. This module may be combined with others to
provide an extensive networked system. The SafetyNet Driver panel includes battery backup for up to 24
hours of fire suppression capability. The SafetyNet Driver panel includes Sensor Recognition Software. The
driver panel is able to identify and distinguish between AMGaDS III Gas Sensors, Safe -IR Optical Flame,
Discrete /Analog Heat Sensors or Spot Heat Sensors — all automatically without operator intervention or
programming.
Amerex Vehicle Safety Network Detection Module
FEATURES:
Connects to any Safety Net Module
4) Fire /Gas Detection Zones
1) Relay (SPDT) Output
Multiple Sensor Type Capability
Environmentally Sealed Enclosure
Power indication LED Display
Wide Operating Temperature Range
Rugged compact design
12/24 or 42 vdc Operation I ..:iiiil rTigxialal iulaS ll' -
The Detection Module is a single module which makes up part of the Amerex Vehicle SafetyNet system. The
Detection Module allows for zoned Fire, Heat or Gas detection capability. The Detection Module can interface
to AMGaDS III Gas Sensors, Safe -IR Optical Flame Detector, RTD Heat Sensor and Spot Heat Detection.
Any mix of detection types is acceptable. The SafetyNet Operator Interface (p /n 16389) is connected to the
Detection Module via a network cable. The Operator Interface monitors the status of the Detection Module
and all system sensors. Upon detection of a fire or significant gas condition, an on -board relay will transfer.
This relay may be wired into the vehicle engine shutdown circuit or other warning system. This module may
be combined with others to provide an extensive networked system.
Amerex Vehicle Safety Network Releasing Module
FEATURES:
Connects to any Safety Net Module
4) Fire System Actuation Zones
1) Relay (SPDT) Output
Agent Cylinder Pressure monitoring
Delayed Release capability
Sequential Release capability
Environmentally Sealed Enclosure
Power indication LED Display
Wide Operating Temperature Range
Rugged compact design
12/24 or 42 vdc Operation
whill
Alm E;Nwft Il I
as,ng Raeeasing .
o ? Zana a3
Zcnofu.,
The p/n 16392 Multiple Actuation Module is a single module making up part of the Amerex Vehicle Safety
Net (AVSN) system. The Multiple Actuation Module allows for zoned fire system cylinder releasing capability.
The Multiple Actuation module interfaces to Amerex Vehicle Safety Network agent cylinders. Any mix of
detection types is acceptable. Up to (4) agent cylinders may be released from this module. Agent cylinder
release timing can be programmed to occur immediately upon fire recognition, sequentially timed, or upon
external input. The Multiple Actuation Module is connected to the Vehicle Safety Network via a network cable.
A separate connection is available for Agent Cylinder pressure monitoring. Upon agent cylinder release, an
on -board relay will transfer. This relay can be wired into the vehicle engine shutdown circuit or other warning
system. This module may be combined with others to provide an extensive networked system.
Amerex Vehicle Safety Network Detection - Release Module
FEATURES:
Modular Network Connection
2) Fire /Gas Detection Zones
2) Fire System Actuation Zones
1) Relay (SPDT) Output
Agent Cylinder Pressure monitoring
Delayed Release capability
Sequential Release capability
Multiple Sensor Type Capability
Environmentally Sealed Enclosure
Power indication LED Display
Wide Operating Temperature Range
Rugged compact design
12/24 or 42 vdc Operation
t
L
i ih „,f.li il l i ila J u4alu 6i l 11 4Ltl il'OiL41[1 Oi
The Detection /Actuation Module is a single module making up part of the Amerex Vehicle SafetyNet system.
The Detection /Actuation Module allows for zoned fire detection and releasing capability. The Detection/
Actuation module can interface to the AMGaDS III Methane Gas Sensor, Safe -IR Optical Flame Detector,
RTD Heat Sensor and Spot Heat Detection. Any mix of detection types is acceptable. The SafetyNet Operator
Interface (p /n 16389) is connected to the Detection /Release Module via a network cable. The Operator
Interface monitors the status of the Detection Module and all connected sensors. Default settings are
programmed into this module releasing only the fire suppression system cylinders connected to this module.
A second cylinder may be programmed to release upon an additional fire condition or a timed release. This
module is capable of releasing up to (2) cylinders. A separate connection is available for monitoring Agent
Cylinder pressure. Upon detection of a Fire or Gas condition, an on -board relay will transfer. This relay can
be wired into the vehicle engine shutdown circuit or other warning system.
Optical Flame Detection
FEATURES:
Rapid Fire Detection Time
Wide 3- Dimensional Detection Coverage Area
Low Power Consumption
Easy Installation and Maintenance
Operative Range from -40 °F to +220 °F
The Safe -IR Optical Flame Sensor is designed for rapid response flame detection in vehicle applications.
The sensor operates by detecting emissions from a hydrocarbon fire. The specific characteristics of a
hydrocarbon fire allows the Safe -IR sensor to discriminate against background noise and other hot bodies
common in vehicle engine compartments. The sensor housing is water and vibration resistant. The low
profile design allows for ease of design application and installation. The Safe -IR sensor is designed with a
wide field of view (approximately 1100).
AMGaDs 11L..
On Board Vehicle Methane Detection System
for Alternative Fuel Vehicles
PRODUCT DESCRIPTION:
AMGADS III ( Amerex Mobile Gas Detection System - 3rd Generation) gas monitoring system is a pre -
engineered system designed to be utilized on any type of alternately fueled vehicle. The system can be
installed by the vehicle OEM or retrofitted. Its advanced technology can detect: Compressed Natural Gas
CNG), Liquified Natural Gas (LNG), Propane (LPG), Hydrogen and any other hydrocarbon fuel vapors.
TYPICAL APPLICATIONS:
Light, Medium and Heavy Duty Vehicle, School Buses, Shuttle Buses, Taxi Cabs, Paratransit Vans, Transit
Buses, Postal Vehicles, Delivery Vehicles, Over the Road Trucks, Waste Trucks, Fork Lifts, or any vehicle
utilizing an alternate fuel.
FUNCTIONAL DESCRIPTION:
AMGADS III utilizes multiple sensors for identifying gas leak accumulations. The system operates with both
visual and an audible alarm to warn vehicle operator of potential danger. The system alarms at a trace level
20% LFL) and significant level (50% LFL) of gas concentration. System and sensor operation are constantly
monitored and feature zoned sensing capabilities. In addition, AMGADS III features an optional internal relay
for automatic control of auxiliary devices (i.e. engine shutdown, fuel valve shutoff, auxiliary alarm, etc.).
FEATURES:
Multi Level Alarms
Engine Shut Down / Remote
Alarm Capability
Low Power Consumption
Ease of Installation
Rugged Construction
Solid State Sensors
No Calibration
Self Test Circuitry
Low Maintenance
Modular Plug Wiring
GAS SENSOR:
i
a
The gas sensor is the heart of any gas detection system. The sensor used in AMGADS III is 100% functionally
tested and operated for an extended period before it is shipped to the customer, ensuring consistency and
reliability while eliminating premature failures.
Amerex goes a step further in its commitment to sensor superiority by ensuring that our sensors are resistant
to most toxic chemicals that might reduce the life of other sensors during environmental exposure.
Arnerex Corporation
P.O. Box 81
Trussville, AL 35173
Ph: (205) 655 -3271
Fax: 1- 800 - 654 -5980
e -mail: sales@amerex-fire.com
Internet: www.amerex- fire.com
r
Approved a
C L U5
Q
I or more information please contact:
Colorado Mountain
Purchasing Consortium
14. Event Data Recorders '
31458-00onefront /one rear)
Section 9
Training / Support Programs icost difference from base + / -)
Training Program Options.
Describe:
Cummins engine training at Cummins facility. Price 2,028.00
per rrrechanic is for training session only, and no
Five years j
travel, meals or lodging are included.
excluded items)
Describe:
Allison transmission training at Allison facility. Price 1,000.00
per mechanic is for training session only, and no
coverage sheets at the hack of Propoml Package 3.
travel, meals or lodging are Included..
6,050.00
Technical / Service Support options:
Describe:
Annual nralntanenos training session tied to CASTAconfarance_ a me for training mission. Does notTra3rrerafromallmajorcomponentsupoarswouldbereptesentedr.
Morado National/Coiorakto West to coordinate wdtr. CASTA.
M t7 ,,
rt ,iinclude travel, meals or lodging.
Describe:
ElDorado National distributor - Colorado West No Additional Charge
Equipment located in Henderson, CO offers In -state
warranty restitution and service coordination.
Extended Warranties (List Covered Component Cost (difference
Subcomponent and Term) from base
Covered ComponentlSubcomponent Term
1. Propulsion System (identify any Five years j
excluded items) 300,000 miles See Below
2. Cummins engine. See attached Cummins extender! warmrrty Five years 1
coverage sheets at the hack of Propoml Package 3. 300,000 miles 6,050.00
cove shepls at the back of PnVosei Package 3. Unlimited Miles 3,327.00
Therm King HVAC system extended warranty. Third year / 2,154.00UnlimitedMiles
36
CMPC- 15- LT8 -RFP January 2016
COLORADO MOUNTAIN PURCHASING CONSORTIUM
RAE CONSULTANTS, INC.
2212 WEST PLATTE AVENUE
COLORADO SPRINGS, CO 80904
CONTACT: ANN BEAUVAIS
719.447.7623
ann(&raeconsultants.com
KtVUt51 rUK Bt51 ANU 1-MAL UrrtK
SOLICITATION NUMBER AND TITLE: CMPC -I5- LTB -RFP
ORGINAL PROPOSAL DEADLINE: MONDAY, MARCH 23, 2015
DATE BEST AND FINAL OFFERS REQUESTED: WEDS, JUNE 3RD, 2015
DEADLINE FOR BEST AND FINAL OFFER: FRIDAY, JUNE 12TH, 2015,
5:00 PM MDT
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.com. 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 12t ",
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: Eldorado National's Best and Final Offer should address the
following information for the 32 foot proposal submission only:
1. Price Proposal Revision - 32 Foot Bus
After review of the price proposal, the CMPC cannot accept a price of this
range for the vehicle offered. The CMPC has compared their independent
cost estimate, industry standards, and similar purchases, as well as
completed a normalizing exercise, in order to determine a fair and
reasonable cost range for the vehicle proposed. In all instances the price
proposed is 2.5% to 3% higher than acceptable. We request that
ElDorado National submit a revised CER 8. Price Proposal form for the 32
foot bus with a revised price proposal. The Proposer is to keep all
specifications offered intact with the revised price. No modifications to the
bus in terms of the stainless steel cage, engine type and transmission
type should be provided.
2. Price Proposal Form - 32 Foot Bus
Along with the Price Proposal Revision provided for #1
include pricing for Additional Options, #13 Rear Door
Loading System: Flip out Design Ramp. This ramp is in
front door ramp, not in lieu of.
above, please
Location W/C
addition to a
2
3. Training Program and Technical /Service Support Offer Submission.
We request an addition to the Training Program offered by ElDorado
National. Below is a list of items we want defined, itemized, and priced in
a supplemental training offer. This can be provided as a separate
proposal, not submitted on any previous CMPC solicitation required forms.
a. Please keep the Cummins Engine Training and Allison Transmission
Training offering at their respective facilities.
In addition, provide a package of on site training to be completed in
Breckenridge, CO once annually for the contract term (five years).
Parameters:
Two -Three (2 -3) full days of training each visit.
5 students.
One trainer provided by ElDorado National.
Topics cover all ElDorado bus specific training, familiarization,
etc. Component supplier training should be provided if available
as well and might increase the number of trainers provided.
Specific training topics include: general maintenance and service
schedule, I/O system for programming lights, and components
use /servicing of: engine, transmission, air system, HVAC, doors,
and wheelchair ramp.
Cost to include trainers' labor, travel and per diem per trip.
Please also define any a la carte training that can be provided in
Colorado and the cost for this training above and beyond the
training package defined above.
We also request an addition to the Technical /Service Support Option
b. Provide pricing for an appropriately trained ElDorado employed
Service Advisor" to attend two properties (Breckenridge and Mesa
County) in the consortium once a year for five years (contract
term). The Service Advisor is to come in the spring or fall of each
year. We expect this individual to be on site one week per each
visit, spending 1 -2 days with each property. Please outline costs for
labor, travel, and per diem for each trip or as a package cost for
the entire contract term (5x). This is with the understanding that
the Service Advisor time will be scheduled one year in advance.
91
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.
4. Primary Warrantor
The CMPC fully understands and accepts that ElDorado National is not
the primary warrantor for Cummins Engines and Allison Transmissions.
The CMPC is not asking ElDorado National to process warranty claims
on an agency's behalf in regards to those two components.
But the CMPC must have a contractual obligation from ElDorado
National that the primary bus manufacturer will intervene if there is an
issue with the sub - component warranty (such as an engine or
transmission) that cannot be resolved between the CMPC member
agency and the subcomponent manufacturer. Will ElDorado National
Al
step in" and intervene, ultimately holding the subcomponent
manufacturer responsible if that particular manufacturer is not
honoring, or is disputing, a warranty claim? Please provide a response
to this question in a separate file submission; this answer is not
required to be submitted on any previous CMPC solicitation form
provided.
Items that have been approved or accepted by the CMPC.
1. The CMPC has accepted ElDorado's response regarding the frameless
window design. A transition trim piece is not needed.
2. The CMPC has accepted the reasoning for not providing disc brakes on
the 32 foot E -Z Rider II. No other information is required.
3. The CMPC has accepted the extended warranties presented, no further
information or pricing is required.
11
4. The CMPC has accepted the additional information regarding parts
availability. No other information is required.
Please note: Best and Final Offers will be evaluated as an adjustment to the
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 @raeconsultants.com for any additional clarification.
5
ElDorado
National
June 11, 2015
Ms. Ann Beauvais
CMPC Program Administrator
RAE Consultants, Inc.
2212 West Platte Avenue
Colorado Springs, CO 80904
California
RE: CMPC -I5- LTB -RFP — Best and Final Offer Response Letter.
Dear Ms. Beauvais:
This letter is to serve as the E1Dorado National — California, Inc. "best and final" response to the Colorado
Mountain Purchasing Consortium - RFP #CMPC -I5- LTB -RFP. Listed below are our responses to each of
the itemized CMPC questions as listed in your June 3, 2013 letter.
1. PRICE PROPOSAL REVISION:
E1Dorado National — California hereby offers an E -Z Rider 11 32' base price reduction from
481,488.00 to $469,488.00 as our best and final offer. No modifications are made to the equipment
load as bid. See attached "Best and final" CER 8 form. As a point of correction regarding your Best
and final Offer Letter dated June 3, 2015, the E -Z Rider II was bid is not 100% stainless steel, as was
the Axess 35' and 40' bus. The E -Z Rider II utilizes a carbon steel cage with internal and external
tube corrosion protection. However, 304 grade stainless steel materials are utilized in all wheelwells,
stepwells and rear engine bulkhead locations.
2. Price Proposal Form:
Please see the attached CER 8 form with the requested center door ramp price addition.
3. Training Program and Technical/Service Support Offer Submission:
a.) As requested, the Cummins and Allison training remains intact of the CER 8 form. The
requested Breckenridge, CO training package with E1Dorado National bus specific training as
outlined is available at a cost of $4,800.00 per annual trip.
b.) The requested Technical /Service Support package with E1Dorado National — factory Service
Advisor bus specific training as outlined is available at a cost of $4,800.00 per annual trip.
9126 Tanglewood Drive, Urbandale Iowa 50322 • Tel: 515 - 270 -2939 • Fax: 515 - 270 -2537 • E -mail: mammann @eldorado - ca.com
Page 2 of 2
CMPC — Best and Final Letter, continued.
June 11, 2015
A la carte training options as requested.
4. Primary Warrantor:
E1Dorado National — California, Inc. hereby agrees to "step in" and intervene on behalf of the CMPC
member agency with regard to Cummins and Allison warranty issues. We will exert all efforts
within our power to assist CMPC member agencies on Cummins /Allison warranty disputes, however
as stated in our bid proposal, we cannot force or legally hold them to honoring disputed warranty
claims that they determine are outside the supplied component warranty coverages.
We at E1Dorado National appreciate the opportunity to participate in your "best and final offer" process.
Upon review, please do not hesitate to contact me with any questions or additional needs. We look forward
to hearing back from you on a contract award!
Sincerely,
la
Mike Ammann
Vice President of Sales
E1Dorado National - California, Inc.
Enclosure — Best and final CER 8 form.
Training
1 HVAC and Climate Controls - (8 Hour Class), Procuring Agency 1,280
2 Wheelchair Ramp - (4 Hour Class), Procuring Agency 840
3 Destination Sign - (8 Hour Class), Procuring Agency 1,280
4 Fire Suppression - (8 Hour Class), Procuring Agency 1,280
5 Fare Collection OEM Training (2 Persons), At Local Dealer 3,600
4. Primary Warrantor:
E1Dorado National — California, Inc. hereby agrees to "step in" and intervene on behalf of the CMPC
member agency with regard to Cummins and Allison warranty issues. We will exert all efforts
within our power to assist CMPC member agencies on Cummins /Allison warranty disputes, however
as stated in our bid proposal, we cannot force or legally hold them to honoring disputed warranty
claims that they determine are outside the supplied component warranty coverages.
We at E1Dorado National appreciate the opportunity to participate in your "best and final offer" process.
Upon review, please do not hesitate to contact me with any questions or additional needs. We look forward
to hearing back from you on a contract award!
Sincerely,
la
Mike Ammann
Vice President of Sales
E1Dorado National - California, Inc.
Enclosure — Best and final CER 8 form.
Colorado Mountain
Purchasing Consortium
CER 8. Price Proposal Form
Complete and submit one form for each vehicle length proposed.
Section 9
Mark which size vehicle price
Cost (difference from base + / -)
Compressed Natural Gas (CNG)
proposed for:
Specify Base Fuel Tank Configuration
Range:
El_
32 Foot Bus - Diesel
29 Foot Bus - Diesel
35 Foot Bus - Diesel
1-130 Foot Bus - Diesel 0 40 Foot Bus - Diesel
Base Model Components Specify Manufacturer / Model Number
1. Bus Model and Design
BRT is base primary
design)
2. Engine
3. Transmission
4. Driver Seat
5. Passenger Seat
6. Wheelchair Securement
7. Air Conditioning System
TOTAL BASE COST
Year 1):
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)
Cummins - ISL diesel engine. 54Y51 11.00
2.
3.
Transmission (list descriptions below)
1- Allison - B40OR transmission 22,348.00
2.
Proposer hereby acknowledges that cost information submitted with the proposal is
complete and valid upon date of submission.
Company Name: ElDorado National - California, Inc.
Contact Name: Mike Ammann
Title: Vice President of Sales
Digitally signed by Mike Ammann
Authorized Signature• Mike Ammann DN: cn =Mike Ammann, o= ElDorado National, ou,
email = mike.ammann @eldorado - ca.com, c =US
Date: 2015.06.11 15:58:08 - 05'00'
Date:
June 11, 2015
Notary: SEE ATTACHED CERTIFICATE
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 Riverside
Subscribed and sworn to (or affirmed) before me on this 11th
day of June , 24 15 , by MIKE AMMANN
proved to me on the basis of satisfactory evidence to be the
person(s) who appeared before me.
Commission 0 2060015
Natury Public - Catitornia
Riverside county
r..—M FYOireS Mar ; 21
SeFy -- _ _ Signature
Colorado Mountain
Purchasing Consortium
PURCHASE AGREEMENT
Between
Agency
Address
AND
ELDORADO NATIONAL- CALIFORNIA, INC.
For
Quantity and Description
PROPOSAL # CMPC- 15- LTB -RFP
Awarded : July 13, 2015
by
Eagle County Government
P.O. Box 850
Eagle, Colorado 81+631
Exhibit C
PURCHASING AGREEMENT
Ea le County Award #CO -2015-
Issued By:
Eagle County
P.Q. Box 850
Eagle, CO 81631
Administered B
Director of Transportation
Contractor/Manufacturer:
E1Dorado National- California
Address:
9670 Galena Street
Riverside, California 92509
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, "E1Dorado National - California, Inc. ( "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 ECD 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 fallowing 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.
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 10th day if the vehicle has
been accepted or needs additional work. The post - delivery tests shall include visual
inspection and vehicle operations. Vehicles that fail to pass the post - delivery tests are
subject to non- acceptance. Agency shall record details of all defects 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 17FP. 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 FTAICD ©T 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 33+0 days, as stated in the
Proposal.
b. Manufacturer and Agency agree that if delivery is not made within a maximum of
330 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 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 fast) 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 Agency has inspected and
approved the same.
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 7:
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.
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, AIR 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 (1) 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, related BAFO, and
preliminary pricing sheet
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: E1Dorado National- California, Inc. agrees to
provide the equipment identified above and in the Purchasing Agreement for the
consideration stated herein. The offer to provide the equipment identified above is
hereby accepted as offered in the proposal in response to # CMPC- 15- LTB -RFP, in
accordance with the Contract Documents.
ElDorado National - California, Inc. Agency
By:
Representative
By:
Agency Representative
Title Title
Date: Date:
a
A l]r Isl7YYYY
1C" CERTIFICATE OF LIABILITY INSURANCE 71-II20I6
DATE (MM/DO )
8128/2015
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 Lockton Companies
Three City Place Drive, Suite 900
St. LOUIS MO 63141-7081
314) 432 -0500
NAME CT
PHONE FAX
AIC No):_
E -MAILADDRESS:
IRG200I384 -02 711/2015 711!2016
INSUREIR S AFFORDING, COVERAGE NAIC X
INSURERA -First Specialty Insurance Co oration 349I6
MED EXP (Any one person)
INSURED Et Dorado National (California),. Inc.
137381 9670 Galena Street
INSURER B: The Phoenix Insurance Company 25623
INSURER C:AXIS SUMILts Insurance Comnany 266.20
INSURER D, State National Insurance Company, Inc. 12831RiversideCA92509
INSURER E:
INSURER F
AUTOMOBILE LIABILITY
X ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
NON -OWNED
HIRED AUTOS AUTOS
Y
COVERAGES ALLSP CERTIFICATE NUMBER: 133691 1 1 REVISION NUMBER: XXXXXXX
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.
INSRLTR I TYPE OF INSURANCE
ADDL SUBR
POLICY NUMBER
POLICY EFF
MMIDDIYYYY
POLICY EXP
MMfO LIMITS
A
21
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE OCCUR
Y N IRG200I384 -02 711/2015 711!2016 EACH OCCURRENCE 1.,000 000
PREMISES Ea occurrence 300) 000
MED EXP (Any one person) 50,000
PERSONAL & ACV INJURY 1.000.000
GEN L AGGREGATE LIMIT APPLIES PER:
POLICY JECOT- LOC
OTHER:
GENERAL AGGREGATE s 4,000,000
PRODUCTS - COMPIOPAGG 4,000,000
H AUTOMOBILE LIABILITY
X ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
NON -OWNED
HIRED AUTOS AUTOS
Y N Y8104052RO29PHX l5 7/1/2015 TI/2016 COMBINED SINGLE LIMIT
a acciderii 1,000,000
BODILY INJURY (Per person) XXXXXXX
BODILY INJURY (Par accident) XXXXXXX
PROPERTY DAMAGE
Par accident XXXXXX
XXXXXXX
C UMBRELLA LIAR
EXCESS LIAR
X OCCUR
CLAMS-MADE
N N EAU78189701.2015 7/1/2015 7'112016 EACH OCCURRENCE 5,000,000
X AGGREGATE 5 000 0)00
DEO RETENTION 5 _ S XXXXXXX
D
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
ANY PROPRIETORfPARTNERIEXECUTIVE
OFFICER:MEMBEREXCLUDED?
Mandatory in NH)
If yes. describe under
DESCRIPTION OF OPERATIONS below
NIA
N NDE- 08126$5 -15 7!112015 7/112016
PER OTH- X I STATUTE R.
E.L. EACH ACCIDENT 1010 (jQ0
E.L. DISEASE - EA EMPLOYEE 1.000 000
E.L. DISEASE - POLICY LIMIT I $ ] 000 000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required)
rills CERTIFICATE SUPERSEDES ALL PREVIOUSLY ISSUED CERTIFICATES FOR THIS HOLDER, APPLICABLE TO THE CARRIERS LISTED AND THE POLICYTERM(S) REFERENCED.
EAGLE COUNTY IS ASSOCIATED OR AFFILIATED ENTITIES, ITS SUCCESSORS AND ASSIGNS, ELECTED OFFICIALS, EMPLOYEES, AGENTS,
VOLUNTEERS ARE ADDITIONAL INSURED UNDER THE COMMERCIAL GENERAL LIABILITY AND AUTOMOBILE LIABILITY POLICIES OF
INSURANCE AS REQUIRED BY WRITTEN CONTRACT.
CERTIFICATE HOLDER CANCELLATION
13369111
EAGLE COUNTY
3289 COOLEY MESA ROAR
GYPSUM CO 81637
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 REPRE:SENTA
4w
1988 BMCORD CORPORA
ACORD 25 (2014101) Exhibit d are registered marks of ACORD
All rights reserved.