No preview available
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.