Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
423216 NORTH AMERICAN BUS INDUSTRIES NABI - CONTRACT - RFP - P1065 TRANSFORT BUSES
AGREEMENT TO PURCHASE 35-FOOT, LOW FLOOR, HEAVY DUTY, CNG-FUELED TRANSIT BUSES This Agreement to Purchase is for the initial Purchase Quantity of three (3), 35-foot, Heavy Duty, Low Floor, CNG-fueled Transit Buses, made this 31st day of July, 2007, and is hereby entered into by and between the City of Fort Collins, Colorado, a municipal corporation (the "City"), and North American Bus Industries, Inc. (NABI), a US corporation located in Anniston, Alabama, (the "Contractor"). This Agreement to Purchase sets forth the terms and conditions under which the City will engage NABI and acquire three Model 35-LFW, 35-Foot, Heavy Duty, Low Floor, CNG-fueled Transit Buses, system equipment, and services which are defined in the following documents: 1. Exhibit A: Request for Proposal, P-1065 issued by the City, along with all addendums, incorporated herein by this reference; and 2. Exhibit B: The NABI proposal submitted April 23, 2007, incorporated herein by this reference, of which the Transmittal Letter, Price Sheets, Technical Checklist, Exterior Elevation Drawings, Seating Layout Drawings, Body Structure Drawings, Body Panel Drawings, Turning Radii Drawings, Vehicle Performance Information, Training Plan, Warranties, Addenda Acknowledgement are attached. (The balance of the NABI proposal is available at the City of Fort Collins Purchasing Office); and 3. Exhibit C: Required Federal Forms; and 4. Exhibit D: Other Proposal -related Correspondence (Email dated 6/12/07, example drawing of 40' LFW showing Service and Access Doors, Transfort Bus Questions dated June 22, 2007 with NABI responses); and 5. Exhibit E: City of Fort Collins Notice of Award, Notice to Proceed and a copy of the Change Order Form to be used for future changes and additions. 6. Exhibit F: Pre -Award Audit, including Buy America information Scope of Work A. Contractor shall manufacture and deliver three (3), NABI Model 35-LFW, 35-foot Heavy - Duty, Low -Floor CNG-fueled Transit Buses, and all related equipment, materials, and labor necessary for full performance of tasks identified and designated as Contractor responsibilities throughout the attached Exhibits as amended by subsequent written Change Orders. B. Contractor shall make every attempt to deliver the first bus and related equipment within 360 calendar days after receipt of a City of Fort Collins purchase order and Notice to Proceed. Buses shall be delivered to the City's Transfort facility at 6570 Portner Road, Fort Collins, Ground strap Single strap at front of coach Bicycle rack Sportworks, DI-3, Trilogy, Part # 100546, black in color Methane Detection Amerex AMGADS III modular system Methane Sensors Four (4) detectors, Two (2) at roof, one (1) at upper AC unit area, and one (1) near engine air filter. Fire Suppression Amerex modular system with agent tank, 251b dry chemical, control panel, four (4) nozzles, manual actuator, 24Vdc. Fire Sensors Two (2) streetside, one (1) curbside, at engine compartment. Advertising sign holders Rear and sides, plus one mounted on front bike rack Section 3.4 Climate Control: HVAC System Thermo King Tl 1, rear AC HVAC electronics Thermo King Intelligaire 2 HVAC control panel Intelligaire 2 with limited diagnostic capability, installed in driver's area. A/C Compressor Thermo King X430 Refrigerant R-134a HVAC motor type Brushless motor for primary heating and cooling systems. Defroster Equipped with Rotron brushless motor Driver's Booster fan Overhead booster fan with Rotron brushless motor Dash fan One (1) fan, mounted on a raised base. Location to be determined. Electrostatic filter Installed at the HVAC return air grille. Section 3.5 Interior and Seating: Window tint 28% tint on passenger windows, 14% opacity on door glass Interior finish Paneling and finish to be determined. Floor covering Altro - Cobalt Blue CD25002 Passenger searing American seating, Metropolitan 6468T, Style W 989, forward facing, seat insert, Holsworth VR-50, #ZE/J 27521 Pullcords & chimes Passenger pullcords. Two (2) electronic chimes, one (1) at front above driver, one 1 at rear exit. Wheelchair ramp Two (2) Wheelchair positions Two (2), one on each side, with fold -down, forward facing seats Wheelchair restraints Automatic retracting, telescoping -- Q-Straint if possible AB North American Bus Industries, Inc. 35-LFW NABI 35 LFW Right and left turns are symmetrical. Date: ads# Zsolt Csabai I' v` - ( - - <1 R2 R1_Re - 35 ' LOW STANDARD Body Width A 102 _ Front Overhang B 94.69 -- Body Corner from Sidewall C 1.77 Body Corner from Bumper D 5.11 Wheelbase E 219.3 Track of Front Axle— _ King Ping Distance G j H 85.3 74.48 Track of Rear Axle I 76.6 Rear Overhang L 123 Body Corner from Bumper NI 3.22 Body Corner from Sidewall i N 1.73 Outside Body Turning Radius !Re 33f 7.37 FLOOR BUS TURNING RADII 150-LF35-A03 Created By R2132f 10.2 R 3 29f 10.7 R 4 27f 0.6 R 5 26f 10.2 R 6 20f 5.55 R 7 19f 5.46 R 8 I 23f 7.85 R 1 3129f 0.63 S if 8.11 pX 134 R 141 North American Bus Industries, Inc. 40-LFW R1_Re Body Width Front Overhang Body Corner from Sidewall Body Corner from Bumper Wheelbase Track of Front Axle King Ping Distance Track of Rear Axle Rear Overhang Body Corner from Bumper Body Corner from Sidewall Crearld ar A 102 JR2 39f 1.4 B 90.75 R 3 36f 2.52 C 1.77 R 4 33f 4.94 D 5.11 R 5 31 f 3.07 E 274.6 R 6 24f 10.4 G 85.27 R % 23f 9.78 H 74.48 R 8 28f 0.77 270.61 R 13 33f 8.21 L 123 S If 4.41 M 3.22 px 36 N 1.73 Q 42 Outside Body Turning Radius Re 44f NABI 40 LFW - 40 FT LOW FLOOR BUS Right and left turns are symnetrkal. STANDARD Dater- TURNING RADII Ag/ Createdby- _ - Zsci Csaabai --�S�-Z�I+�-A�1- North American Bus Industries, Inc. Vehicle Performance Information North American Bus Industries, Inc. 35-LFW SCAAN No.: 71297 Description : 351fw w/L-Gas 280 hp & B400R 6spd 4.89 40000lbs - Date: 4/17/2007 User: Jon Hammett, NABI Application Review Status: Output Units : US VOCATION Service Vocation Number VEHICLE PARAMETERS User (and Region, Sub Region) 4act6rer (and Region, Sub Region) Description Area and We Power Packs Height - -- ALLISON TRANSMISSION INPUT SUMMARY Bus _M._.._ _.....__._..�._ City / Transit Bus - U.S. APTA ;Straight Vehicle Standard Wind Resistance Coefficient ( No Deflector) .User Defined Resistance Coefficient ( No Deflector) !Weight ( No Trailer, GVW)— 'Weight on Drive Wheels ;Weight on Drive Wheels _— Tres_ _ lNumber of Tires - — Manufacturer Tire Model & Size Tire Type JRevs Radius (Standard Surface Factor ,User Defined Surface Factor — 'Traction Limit Coefficient( On -Road ) ENGINE_ _ _ :Engine Manufacturer rModel ,Description !Certification Year jPeak Torque/Speed !Peak Power/Speed Governed Power/Speed �— 'Engine Curve Reference No. Of Curves SCAAN File Number Fort Collins, CO (North America, Western) NABI (North America, Eastern) 351fw w/L-Gas 280hp & B400R 1 11.20 (ft) 8.50 (ft) 0.55 0.00 40000 (lb) 60.00 (%) 24000 (lb) 6 Standard Radial Tire 518 (revs/mi) 19.47 (in.) 1.0 Smooth Concrete 0.0 D.70 Cummins ISL G 280 280hp / 9001bft / 2200rpm 2007 900.0/1300 (lb-ft)/(rpm) FR91959 Single 439-2810 This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere. ACCESSORIES (Power at governed speed) Standard User (hp) (hp) Fan (clutch fan) 31.67 135.00 ,Alt/Generator 5.60 19.50 _ _. _ .-..�_ Air Compressor 1.54 j5.00 Steer Pump 1.54 0.00 Air Conditioning 0.00 23 00 TRANSMISSION guration 113400 w/Ret (1-6) (1-400-13) ,erter ITC418 (Recommended) (1-418-1) der MD/B, Medium Capacity - 4th Gen Controls (1-_30_001-2) Calibration 2200 rpm S1 Perf, RetarderStd Preselects, (1-6) (1-400- 12200-2003) _ gTransit Bus - w/4th Gen (1-400-11)_.__..� DRIVELINE Propshaft _ DriveAxles Std Efficiency~-__._..__.__-_.... _ ,98.60 (%) "Axle 14x2 On Hwy Single Red Manufacturer ------ - --- ---_._ Ratio Description ;Single Ratio ;4.890 Std__._,_ Efficiency 97.00 (%) .Overall Driveline Ratio l4.890 r Std Efficiency �/, 95.64 () GRADES _.. jStd Acceleration 0.00 (%) INERTIA !Engine (estimated) _ _-_ - ~� r1.5744 (lb-ft-sec^2) Tires/Wheels (estimated) 143.3203 (Ib ft-sec^2) ENGINE DETAIL - Standard Accessories (AC On where applicable) Low And Hiah Power Speed (rpm) Power I (hp) Torque (lb-ft) Fan ONAC On Net Power ! (hp) Fan On/AC On Net Torque (lb-ft) Fan Off/AC On Fan Off/AC On Net Power Net Torque (hp) (lb-ft) 11300 222.8 900.0 �208.8 843.E 215.4 870.0 Peak Torque] 1400 239.9 T900.0 224.2 841.0� 232.3 871.6 j 1600 1700 1270.3 180 262.0 �274 2 860.0 835.0 F800.0 242.0 247.7W765.2 248.7 7943� 725.7 254.2� 834.3 262.3 j810.3-1 266.1 776 -� �. -^--- 2000 279.9 735.0 247.7650.4271.5 �jj712.9__�_. Peak Power__._.._.! 2100 �279.9 700.0 1243.8 r--- T- i2200 l279.8 _ r668.0 1239.5 - --- -- 571.7 �271.1 ;647.3 - Governed -! 2400 0.0 l-50.1 _ -109.6 -9.0 �w -19.6 -, No Load Governed Peak Power point has been defined for the purposes of assessing Accessory Losses This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere. SCAAN No.: 71297 Description : 351fw w/L-Gas 280 hp & B400R 6spd 4.89 40000lbs Date: 4/17/2007 User: Jon Hammett, NABI Application Review Status: Output Units : US ALLISON TRANSMISSION SCAAN SUMMARY Based On Standard Parameters Vocation: Bus, City / Transit Bus - U.S. APTA, Straight Vehicle End User: Fort Collins, CO (North America, Western) Manufacturer: NABI (North America, Eastern) Model: 351fw, 351fw w/L-Gas 280hp & B400R Engine: Cummins ISL G 280 280hp / 9001bft / 2200rpm Engine Certification Year: 2007 Transmission: B400 w/Ret (1-6) Rating: Transit Bus - w/4th Gen Converter: TC418 (Recommended) Retarder: MD/B, Medium Capacity - 4th Gen Controls Converter __-___.___....._....___.__._.._____-_..___..__ Check ' Check Name -__.__---_.__ ___�_ ;RecommlRating Units MiN Overall T ; Max Actual Status C1 [Transmission/ConverterCompatibility- OK C2 Engine/Converter Compatibility �__ �__ � OK C4 ;Engine Speed At Converter Stall —�� •-----______ � rpm ��1I --872 C5 Minimum Engine Speed 1400 rpm Min 1872 OK — C7 �Turbme Torque At Stall ( 1370 Ib-ft Max F OK ; C8 TConverter Speed Ratio at 2200 rpm 0.800 --T—T Min 0.850 OK C3 ;Converter Stall Torque Ratio ��---���� 1.980—�--_ Transmission Check Check Name RecommlRating —Units Min/ Max — Actual Overall Status T1 TT`an__ smission/Vocation Compatibility � � j "OK T2 Transmission Compatible with Liquid Natural IGas Engines I OK T10 Transmission /Engine Prewire Compatibility — �� OK a T17 Transmission Permitted in End User/Chassis 1Mfg Locations ; q OK T15 Input Power(Gross)� hp T Max T14 —325 I p t Torque(Gross) 925 Ib-ft Max 906 OK I T3 jInput Speed (Engine Governed Speed) _ �2000 / 2800 rpm'F 2200 OK T11 Transmission Output Speed _ 3600 — rpm Max 2744 OK Vehicle/DriveLine Check € Check Name RecomtingmlRa Units— MiN Max Actual Overall ; Status V1 JVehicle Weight GVW �_, 45000 Ibm MaxF-40000 V21 �11st 1st Range Converter Stall GradeabilI percent 35.4 �OK� V13 Range 70% Converter Efficiency Net ——— percent -T 26.5— V14 IGradeabiiity 11st Range 80% Converter Efficiency lGradeability 16.0 percent Min 22.9 II OK _ TGovemed V17 Maximum Geared Vehicle Speed At Engine Speed mph 79.9 V43 Heat Generated in 1st Range 70% Converter �� �— Btu/min 3430� V44 ,,Heat Generated in 1st Range 80% Converter OK: Acceptable OK-1: OK based on pre -acceptance by Engineering OK-2: OK based on Accepted Application Review C: Consider - manufacturer to assess XX: Questionable - may not be acceptable XXX: Not Acceptable - rating or usage violation This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere Btu/min 1 ( 2433 Notes_ Comments C5 j(Net peak torque speed + allowable variation is 1300 + 100 rpm) - T11 1Range 6L at 65.0 mph V17 jln 6 Lockup -- At 1944 rpm Engine Speed V44 JAt 1994 rpm Engine Speed i SCAAN SUMMARY-APTA GUIDELINES Vehicle/DriveLine _ _ Check Check Name Recomm/Rating—±� Units _ I Overall I �Miry Max Actual Status V36 TVehicle Speed - 2.50% Grade (APTA) 40.0 mph Min j 52.1 OK V37—_[Vehicle Speed On 16.00% Grade (APTA) ! 7.0 mph Min 11.2 ( OK Acceleration Time, 0-10.0 mph, 0.0% Grade V39 5.0 sec Max I 1.9 OK APTA V40 (Acceleration Time, 0-20.0 mph, 0.0% Grade 10.8 sec Max 6.1 OK J(APTA) Acceleration Time0-300 m .h, 0.0% Grade p rw _._OK_... , V41 20.0 J(APTA) sec Max I 12.3 _ _ _ _ _ Acceleration Time, 0-40.0 mph, 0.0% Grade V42 (APTA) �.._ 31.0 _ sec �TMax 21.7 OK_... Notes Check V36 Comments lin Range5L V37 lin Range1C V39 IFull Throttle &_Vehicle Brakes Locked Start V40 IFull Throttle & Vehicle Brakes Locked Start r V41 V42 lFull Throttle & Vehicle Brakes Locked Start Full Throttle & Vehicle Brakes Locked Start �I This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere. Interior lighting All LED, except passenger fluorescent lights Section 3.6 Driver's Position: Driver's seat Recaro Ergo Metro, black cloth with headrest and adjustable lumbar Driver's seat belt Lap belt, retractable on left side Steering column Tilt and telescopic Turn signal switches Floor mounted on driver's platform Wipers Electric, intermittent Driver's gauges Speedometer, air pressure, and fuel gauges. Indicator warning lights for all others. Display keypad Operator's keypad located within reach and clearly visible when the driver is seated. Front sunshade Windshield, driver's side and streetside window Front ramp control Switch located on driver's instrument panel Interior mirror 8" x 16" interior mirror arranged to allow driver view of aisle Safety and First Aid Reflectors, bio clean-up kit, first aid kit, and triangles behind driver's seat. AM/FM radio One speaker for driver only Install Wiring For Motorola Astro, XTL2500 radio and GFI CentsaBill farebox Section 3.7 Other Requirements: Altoona Testing Prior to award the structure of the bus shall have undergone appropriate structural testing inc ing FTA-re uired Altoona tests. Performance data Provide performance data, including top speed, gradability, acceleration and other data useful during the evaluation phase. Drawings Provide drawings of floor plan, three -view of proposed bus, and any other drawings of interest to evaluators. Manuals 60 - driver's manuals 3 each - engine, transmission, climate control, destination sign, and electrical service manuals. 3 each - parts books Training Onsite - as needed, operation and maintenance of all major systems Facto - in-depth training, minimum of three 3 days Federal Forms Attached, complete as needed Exceptions Provide explanation for any exceptions taken to the specifications. SCAAN No.: 71297 Description : 351fw w/L-Gas 280 hp & B400R 6spd 4.89 40000lbs Date: 4/17/2007 User: Jon Hammett, NABI Application Review Status: Output Units : US ALLISON TRANSMISSION SCAAN SUMMARY Based On User Defined Parameters Vocation: Bus, City / Transit Bus - U.S. APTA, Straight Vehicle End User: Fort Collins, CO (North America, Western) Manufacturer: NABI (North America, Eastern) Model: 351fw, 351fw w/L-Gas 280hp & B400R Engine: Cummins ISL G 280 280hp / 9001bft / 2200rpm Engine Certification Year: 2007 Transmission: B400 w/Ret (1-6) Rating: Transit Bus - w/4th Gen Converter: TC418 (Recommended) Retarder: MD/B, Medium Capacity - 4th Gen Controls Vehicle/DriveLine Check Check Name rr Recomm/Rating Units Min/ Max Actual V1 Vehicle Weight, GVW 45000 Ibm Max 40000 V21 1st Range Converter Stall Gradeability percent 31.5 W V13 1st Range 70% Converter Efficiency Net Gradeability �__ percent 23.6 V14 1st Range 80% Converter Efficiency Gradeability 16.0_ percent Min 20.3 V17 Maximum Geared Vehicle Speed At Engine lGoverned mph i 79.9 Speed „ V43 _ He Generated in 1st Range 70% Converter Btu/min 3198 Efficiency V44 Heat Generated in 1st Range 80% Converter s j Btu/min 2273 OK: Acceptable OK-1: OK based on pre -acceptance by Engineering OK-2: OK based on Accepted Application Review C: Consider - manufacturer to assess XX: Questionable - may not be acceptable XXX: Not Acceptable - rating or usage violation This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere. Notes Check Comments V17 In 6 Lockup V43 At 1898 rpm Engine Speed n ___�__ V44 _ .... ,At 1949 rpm Engine Speed _. _ _ __. _ -- SCAAN SUMMARY-APTA GUIDELINES Vehicle/DriveLine Check Check Name Recomm/Rating Units MW Max Actual V36 Vehicle Speed On 2.50% Grade (APTA) _ 40.0 p i Min n — 46.9� V37 Spee Vehicle d On 16.00% Grade (APTA) 7.0 mph Min j 9.6 V39 Acceleration Time, 0-10.0 mph, 0.0% Grade (APTA) 5.0 sec Max ? 2.2 V40 _ —_ Acceleration Time, 0-20.0 mph, 0.0% Grade (APTA) 10.8 sec _ _ Max T 7.1 V41 RAcceleration Time, 0-30.0 mph, 0.0%° Grade (APTA) 20.0- _ sec �! Max _ 14.5 V42 Acceleration Time, 0 400 mph, 0.0%Grade (APTA) 31.0 �7 sec Max 26.0 Notes This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere. SCAAN No.: 71297 Description : 351fw w/L-Gas 280 hp & B400R 6spd 4.89 40000lbs Date: 4/17/2007 User: Jon Hammett, NABI Application Review Status: Output Units : US ALLISON TRANSMISSION CUSTOMER PERFORMANCE SUMMARY Based on Standard Parameters Vocation: Bus, City / Transit Bus - U.S. APTA, Straight Vehicle End User: Fort Collins, CO (North America, Western) Manufacturer: NABI (North America, Eastern) Model: 351fw, 351fw w/L-Gas 280hp & B400R Engine: Cummins ISL G 280 280hp / 9001bft / 2200rpm Engine Certification Year: 2007 Transmission: B400 w/Ret (1-6) Rating: Transit Bus - w/4th Gen Converter: TC418 (Recommended) Retarder: MD/B, Medium Capacity - 4th Gen Controls Weight: 40000 (lb) (GVW) Driveline Ratio: 4.890 Tires: Standard Radial Tire, 518.0 (revs/mi) Geared Speed: 79.9 (mph) 6L Clutch Fan Status : Fan On Air Conditioning Status : No AC Gradeability_ Launch Gradeability Low Speed Gradeability .Maximum Speed On Grade Acceleration (full throttle, brakes locked start) 22.9(%) at 7.5(mph), 80(%) Conv Eff Grade 0.00(%) at 76.2(mph), 6L, Road Load Speed 0.25(%) at 73.8(mph), 6L T 1.00(%) at 65.9(mph), 5L 2.00(%) at 57.0(mph), 5L 3.00(%) at 48.4(mph), 4L T^� 4.00(%) at 41.9(mph), 4L _ 5.00(%) at 35.2(mph), 3L 6.00(%) at 31.4(mph), 3L 7.00(%) at 27.3(mph), 3L 8.00(°!a) at 24.7(mph), 2L w 9.00(%) at 22.4(mph), 2L����� 10.00(%) at 19.4(mph), 2L .TimeAndDistance To Speed, 0(%) Grade T -V rc 0-20 (mph) in 6.1(sec) 110(ft) 0-30 (mph) lin 12.3(sec) 342(ft) 0-40 (mph) lin 21.7(sec) 829(ft) (mph) �in 35.3(sec) 1735(ft) I 0-60 (mph) �in 57.0(sec) 3492(ft) This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere. — SCAAN No.: 71297 Description : 351fw w/L-Gas 280 hp & B400R 6spd 4.89 40000lbs Date: 4/17/2007 User: Jon Hammett, NABI Application Review Status: Output Units: US ALLISON TRANSMISSION CUSTOMER PERFORMANCE SUMMARY Based on User Defined Parameters Vocation: Bus, City / Transit Bus - U.S. APTA, Straight Vehicle End User. Fort Collins, CO (North America, Western) Manufacturer: NABI (North America, Eastern) Model: 351fw, 351fw w/L-Gas 280hp & B40OR Engine: Cummins ISL G 280 280hp / 9001bft / 2200rpm Engine Certification Year: 2007 Transmission: B400 w/Ret (1-6) Rating: Transit Bus - w/4th Gen Converter: TC418 (Recommended) Retarder: MD/B, Medium Capacity - 4th Gen Controls Weight: 40000 (lb) (GVW) Driveline Ratio: 4.890 Tires: Standard Radial Tire, 518.0 (revs/mi) Geared Speed: 79.9 (mph) 6L Clutch Fan Status : Fan On Air Conditioning Status: On 'Launch Gradeability .Low Speed Gradeability 'Maximum Speed On Grade Acceleration (full throttle, brakes locked start) 20.3(%) at 7.1(mph), 80(%) Conv Eff Grade 0.00(%) at 71.6(mph), 6L, Road Load Speed 0.25(%) at 69.1(mph), 6L 1.00(%) at 61.1(mph), 5L 2.00(%) at 51.2(mph), 5L 3.00(%) at 43.5(mph), 4L 4.00(%) at 35.1(mph), 3L 5.00(%) at 31.2(mph), 3L 6.00(%) at 26.6(mph), 3L 7.00(%°) at 23.8(mph), 2L B.00(%) at 21.3(mph), 2L 9.00(%) at 16.3(mph), 2C 10.00(%) at 14.3(moh). 2C !Time And Distance To Speed, 0(%) Grade— i0-20 (mph) —�Trvv in 7.1(sec)129(ft) M — j — - -� � -- 10-30 (mph) 14.5(sec) 406(ft) i 10-40 (mph) — in 26.0(sec) 999(ft) r— ,0-50 (mph) lin 43.4(sec) 2163(ft) j 0-60 (mph) . in 73.1(sec) 4580(ft) This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere. SCAAN No.: 71297 Description : 351fw w/L-Gas 280 hp & B400R 6spd 4.89 40000lbs Date: 4/17/2007 User: Jon Hammett, NABI Application Review Status: Output Units: US ALLISON TRANSMISSION VEHICLE FULL THROTTLE PERFORMANCE Based on Standard Parameters Transmission Input Ratio: 1.0000 Transmission Input Efficiency (%): 100.00 Power Packs: 1 Clutch Fan Status : Fan On Axle Ratio: 4.890 Air Conditioning Status: No AC Auxiliary Gearing Ratio: 1.000 Reverse (RIC) Vehicle Engine Tractive Drawbar Wheel Net % Transm Speed Speed Effort Pull Power Grade Heat Rej (mph) ; (rpm) (Ib) (Ib) (hp) (%) (Btu/min)� R 1 C i 0.01 1872 r 18991E i 1882E f 0.0 53.41 105351 -1 R1 C 1 2 0 1892 176211 17447 94.0 48.5� 6362 R1C 4.O1 1944 147651 _ 145861 157.21 3 _ 3545 (-� 70Percent _ R1C.a 4.01 1944 _ 147551 ._ _..._.. 14575f 157� 39.11 3538.._.1_..__.._._ . R105.2 --1994j 12890F _~ 12707� 178.8 33.5 257780Percent 1R C 6.0 F- 2033 11705" 11519' 187.31 30.11 2146FF R1 C 6.11 2040 11494 11308 188.3 29.5 v 2087 85Percentl R1C1~ 8.0! .._.._ 2144�~ 9038 88 5 192.8 � 22. 1709I I R1CI 8.8��22001 _ _ 8082 7886 189.8 20.1 ...� 1738: `Governed R1 C 1 _ 16.01 2264 4644 44421 123.81 11.21 952 F1 R1C,_. _ 11.1 23621 � mm0 2071 0.0F�~6.5� 365` _. ---j Automatic (IC-2C-2L-3L-4L-5L-6L) _ 1 Vehicle Speed (mph) T 0.0 Engine r Tractive Speed € Effort I (rpm) (lb) F 18721 13514 Drawbar Pull (lb) 13344 Wheel Power (hp) r_ 0.01 Net % Grade (°/.) 35.41 Transm Heat Rej (Btu/min) 10535TI _ I_ 1 C 2.0 j 18891 128621 _ 12688 68.6 33.41 7489TI 1C 1 CT 1 C 1 C 1 C -_ 4.0 5.8 „-� -6A 7.5 -8.0._. u191 11785 1944 10449 � 1 0 10258 1994 9110 _ 2010 8739 11605 F 10264 10072 8918 -�� �854� 125.7 160.T, 164.1 182.2� 186.4T - 30.3F 26.51 j 26 0 22.9 21.91 4951 3406 3238 2429 2221 j 70Percent; r 80Percent 1 C [ 8.9 2040 j 8117 _ 7920 191.7 20.2 _ 9 85Percent 1 C µ -w10.0 8 ii7329 7128 195.5 18.1 1701 C -.._._ 1 Cm 11.2 2130 6573 6366 F 196.4 16.1 �� 1576 7 2C 111.2 26i2.o 19 5522 F19622 5344 5315 f- 5331 165.0 171.0 13.4[ 12.9 3200 2930� , �-„ 2C 1 14.0 193 - ry 46891 183.3 11.8 - 2376' r 2C.16.0� _4911 2030� 4492�_. 4259 191.7 10.7 1957 ' 2C18:0 2068 4089 - 38441 196.31 9.71 1688 C r 2084 3948 3697 2L Y18.7 14751 430OF 4049 214.9 10.2 262 i 2L 20.0 -_ 1574 -- 4178 3919 222.81 9.8{� 283 2L 22.0 1732 3923 �3649 �__ 230.2 9.7 312 T 2L� � 24.0 �� 1889 3598 3309 1 230.3 8.3, 318 ___! 2Li 26 0 2046 32711 2966' M.-6-1-7.4 370._ 2L 264 2075' 3209s 2900 225.E 7.3 w�378T 1 3L 26 4 1569 3167 2858 222.7 7.2 270 -. 3L, , 28.0 1666 _ 3059 1 2736 j 228.4 - 6.9� 293 j 3L 30 0 ( 1785 ^ ...._. 2882 2540 230.5 6.4 - ... 3L 32.01 1904 _� 2697E 2336, .5 230.2 5.9F _...___.._._319 319 XL 34.01 20231 25111 21301 227 7j 5.31 3L 35.3 21001 2383 19881 31 5.0 4L 35.31 1490' 2308 1913T 217.2 4.8 215 4L' 36 0� 15201 2288 18851 219 6i- 4 7 221 4L 38 0 16041 2230 ( 1804 l 226.0 4.5 253� - 4L 40 0 __ 1689 2157 �� _.______. 1708 __....__ 230.1 __r_.. 4.3 _._.___t ._ _ 273 _� _.. _---- 4L F _. ____ _ 42 0 F 17731 2063 1589 i � 231.01 4.6 293 4L E 44.0E 1858E 1967 1469 i 230.91 7._._. 3.7F _ _ 299W 4L 46.0 19421-� 1874 13_.__ 48 229.9 3.4 � 325 �F 4L j 48.01 t 2026 ; 1778 1225 227.6E 3.1 _ 371� 4L 50.0 211 _�.1677 __.._._._ 1096_ ._ 223.E 2.7 403 - 4L - 50.3 i-_____ 2125 1661 - 223.0 2.7 F 405 5L j 50.3 [� 15931' 1648T �1075T 1062 221.2 -� 2.7 426' --- � - 5L F-._.-_. 52.6 ------ . 1646 16151 0 �223.91 2.51 - - �446 1 E L ; 54.01 1709 1571 �- 9291 2266 2 2.3� 478 f ... 5 LI 56.0E 1773 _ 15151 _ 8421 -„ 226.2 2.1 5oa � j 5L [� 58.01 183 1466 - 755 225.9 _ 1.9 ��_ 524FI 5L I�.� 60.0 __. 18991 14071 6681 225.1 1.7 [ _ 5L 62.0� 1963 i 1353� 580 223.8 1.5 �� 591 -�_---.._.___ _._ ; 5L [ 64 00 2026 2298 4891 221.51 1.2T' 638 5L 66.0 .. 2089 1240; -^ 395 218.3 1 0� 6781 5LI 67.9 2150' 11881 3071 _215.1 m 0.8 711 6L 67.9 1871 12221 - 3411 22 � 1.31 � 0.9 � 7181 6L68.0 1873 1220 338 221.3 0.8 719 6LI 7067 1928j 1179 258� 220.1 6.6 76�µ ^ 6L 72.0] 1983 11381 177 i 218.5 0.4 820' 6LT- 74 00 20381 10941 93l- 216.01 0.21 865 6L� 76.0 � 2094 1050-� 7 212.8 0.01 915 L F 6L w 78.0 79.91 _ 2149' 22001 1008 W 969 I _ -78 [ 209.6 206.3 -0.2 ] 955 1007' 1 Governed -1571 -0.41 6L[ 800 2204-j 945 -184F 201.6 -0.51 1009 6�_ _ 82.0 j 2259 592 -581 129.5 -1.5 1031 6L - 84.0 2314 �. 240 -979 53.7 -2.4, 1053' 6L � 85.4 F- 2351 0 F- -1250 F 0.0 -3.11 10681 1� 1st Lockup Hold (IC -IL) Vehicle Speed Engine Speed Tractive Drawbar € Effort i Pull Wheel Power Net •/. Grad Transm = ; Heat Rej (mph) ; (rpm) (Ib) (Ib) (hp) (%) , (Btu/min) 1 C 0 0; 1872 i 13514 13344 _ � 0.0 35.4 [ 10535 _'. F 1 C 2 0 _ 1889 12862 i 12688� 68.6 7489 1 C i 4 0 j 1911 ! 11785 11605 i 125.7 30.3 4951 IC 5 8; 1944 10449; 10264 160.4 i 26.5 3406 70Percentl 1 C , I-___..__ 6 0 ` __ 1950 10258 _ 10072 164 1 26.0 3238� i ------ 1C 75 1994 911ol'- 8918 182.2 22.9 2429 80Percent} 1 C 8 0 2010 8739T� 8546; 186.4 21.9 2221 �j 1C 89� _ 2040 il 17T 7920 191.7 20.2 1937 85Percent' 1 C 9.7 2072 75231 73221 194.81 18.6� IL! 9 7 1430 8079 7878 2092_._. 20.1 342� 1 L � 10 01 1472.7981 _. 212 19 8 1 L � 12.01 1767F- 7132�[v - 6920 � 228 2 2 17.6 ��_ r � 41 413 1 L j 14 0 2061 5994 �69201 5772 i _ 223.8 14.61 481 1L 14.9 22001__��5452 5225 217.3 13.2 _ _ 521 Govemed; 1L 16 Oj 2356 179 54 7.7 -6.1 461 i 1L2361�� 1 16.01 0� 2341 0.0 -0.6 459 � Note: ` Tractive Effort exceeds vehicle traction limit This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere. SCAAN No.: 71297 Description : 351fw w/L-Gas 280 hp & B40OR 6spd 4.89 40000lbs Date: 4/17/2007 User: Jon Hammett, NABI 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 On Air Conditioning Status: On Reverse (RIC) Power Packs: 1 Axle Ratio: 4.890 Auxiliary Gearing Ratio: 1.000 Vehicle Engine Tractive Drawbar Wheel % Net Transco Speed Speed Effort Pull Power Grade Heat Rej j (mph) (rpm) (lb) (lb) (hp) I (%) (Btu/min) R 1 C _. __ 0 0 � 1772 17124 -- --- 16954E �- 0.0 � --- 9023 R1C; 2.0 1792- 15769115595� - m134.0 84.1' 42.3 5290 R1Cr3 8 1843 132751, 130961 34.6 3040; 1__ 70Percentl R1 C } 4.0��1851 12948 12769 138.1 33.712850 j R1C 4� 1894, 11549 T... 11367; 152.2�� 29.6 2188E- 80Percentfi R1 C j 5.81 1938 10313 _ - -10128 160.5 - 26.2 1783�i-a �- 85Percent R1C? 6.0 - 1946 10095 9909 161.5 --- -25 1731 i R1 C - 1 8.0 r- I 2061 7648 1 _ _ 7455 " I 163.2 19.0- I - 1473' _ ._.._...__ _. Fil Cl 9.4'1 2200. 6313i 6113s 158.01 15.51 1360 _I Governed R1 C i 10.0 22471 4092 38901 169.1E 9.8 j 834 R1C! 11.01 2333' 0 -206, 0.01 -0.5; 3581 Automatic (1C-2C-2L-3L-4L-5L-8L) Vehicle Engine Tractive ' Drawbar I Wheel Net % Transco Speed Speed Effort Pull Power Grade Heat Rej (mph) (rpm) (lb) (Ib) (hp) i (%) E;E I (Btu/min)_ _ 1 C I 0.01 1772E - 12180 F� 120111 -� 0.01 31.5] 90231 WC 1 C 2.0 17871 11557 11383 --� 61.6 __ I� 6287 1 C 4.01 1812 10472 10292E 111.7E R61 4055' -1 C _ 5.5 1843 9390 _� 92061� 136.6 - 23.6 2924 �- 70Percent 1 C 6.0 � 1858 8979 8793 i 143.71 2 .5 2598 1 C __- I 7.1 1894 8157-� 7967 155.0 20.3 2067 80Perce t --r-- 1 C _. ( 8.0� 19241 7554 � 7360 [ 161.1 18.71 1767 F 8.4 1938E 7277[7082 163.3 18.0 1661 85Percent� 1 C-10.0 199�- 6278 6076 167.4 15.41 14281 1 C 11.2 2045 5575 _ - 5368� 13.5, 1358 f 2C _ 11.2 r___ 1858 , 4837 `__ 4629 -166.6 144.5 11.7 - 2560 - 2C 1871 4665j' -� 4454 T 1_49.3' 11.2 -- 2337 -� --�-- r 14.0 �___.._. 19 6 -- - 4260E..___.._-_ 4038 _._.-__-159.0 C._.__. _ 10.1_F_ 1875 1 .._.____._._ . 2C� 16.0 1943I _.__... _ 3875 3642 1 165.3 - 9.1 1566 � A " 2C- 18.0 1983 _ _ 3266 . 168.6 I __..__._._..._..__. 2C � 18.7 IF 1997 3385 3135T 169.1 779 1351 2L - 18.7� -1475 36991 !� -- 3448_l 184.8�8.7-~ 253 _. 21_1 - 20.0 _ 15741 3592 3333- 191.E 8.4 272__- 2L [ 22.OT 1732E 3355 2L r- 24-On�_1889 3043 27541- 194.7 �6.9 F� 306 - -�- - 2L1 26 01 20461 2728 24221 189.11 6.11 356 2L j - 26.4 ; 2075 2666.._._...-__. 23581 187.5 5.9___. 364 3LI 26.4 1569 2722 ._ 3L ---28.01 1666, v 2624 2300 Y� 195.9 5.8 -- 284 3 30 0 ! 17851 2455 2113 196.4 F 5.3 �_ 310 3L...._... 320 _._.. 190 _....._._ 2278r_..._w,._._.1917 194.4F _ 4.8F_.w_.-._._310 3L; 34.0i �2023{� 2098 1717 190.2�� 4.3[� 360 3Lj 35.31 2100 1973� 157 '1 185.7l_�- 3.9 383 4L ; � 35 3 1496T' - �1984 F..__ 1589 186.7� � 4.0 � 217 4L � _ 36.0 1966 ._._._._ 156 188.8 3.9� 223 4L 38.0 r 1604 I 1915 1489 194.1 3.7 �� 253 40.0 16891 1848�______.._....._1399� __._.197.1 - _..._35.._____.___... 273 4L 1 42.0 I _ 1773 ! - 1757 � 1284� 196.81 - 3.2F 293 4L _ 44 0 1858 68 _._...-16 1167 195.5 2.91 300 4L --46.0 46 1942 `_._ .._____ 1576 _____ _ 1050 r 193 3" 2.6__._ _..__._._..-326 4L 48.012026 i _ 1483 �_ 930 189 8 2.31 371 4LI 50.01 2111� 1385 � 08 4 184.T 2.0( 403 4L� ----- 2 ._._.___--- 2.0�50.3E 406 5L 50.31 827� 189.�I 2.-593" I 415 _. ____5201 1646j 3825L 771 - 191.7 1.9 _ 435 5L 54.0 j 1709 i 1341 �_____._ 700 193.1 1.81 467 ._ SL 56.0 17731 ___.� 1288 ��._, ___. 615 192.3 1.51 493 5L E- 58.0 [- 831 6 1236 F- 530 F 191.1 F 1.3 513 5L; 60.01 189991 1184 � � 445 189.4� 1.1 _ - 533 5L j. ._ 62.01 1963 _ 1132 359j 187.2 0.9 578 -- -�- -- 64.0,F _ 2026T 1079F 270 184.11 7 625 5L 1 66.0 _ 2089 1022 J- 177� 179.9 0.4� LL 665 5L _ 67.9 _ 21 0 � �971 __._._ _ 90 175.8 F6.2 f_.._ 697 �6L 67.9 �____. 1871 _._ 1028 �� 147 _ 186.1 F - 705 6L 68.0 �ry 1873 1026 _". 14�-_ 186.0 _0.4 0.41 706 6L F 70.01 19281 9861 651 184.1 6.2 746 6L F 72.06 1983 946 -14 ( 181.7 __ _ -6.6T 806 6L 74.0 2038 ~� -971 178.4 -0.2- 850 r 6L� 76.0 �v 20941 861 182T 174AT -0.5 900 6L 78.Of 21491 819 -266 F 170.4 -0.7 r. 940 6L 79.9 22001 781 -345 166.41 --0.9t� 991 6L - ^ 80.0 j 2204 757 �._ -371 161.E -0.9 993 6L 82.0 2259 m -406F-� ---768 88.7 1.9 _ 1014 6L # 84.0 2314 -_ 54 � -1165 - _ _ 12.6 -2.9 1036 j 6L [ 84.3F _ 2 2 -� 0 � -1226 (_ 0.0 -3.1 _ 1040 Governed 1st Lockup Hold (1C-1L) j Vehicle 1 Engine Tractive Drawbar Wheel Net % _ - Transco Speed Speed I Effort j Pull i Power Grade Heat Rej (mph) (rpm) (lb) (lb) mmry12011 ^(hp) : (%) (Btu/min) 1 C 0 0 1772 12180 0 :0 31 5 9023 j ._._ 1 C I 2.0 1787 11557 11383 61.6 29.7 6287' 1 C' 4.6[ - 1812 j 10472F 102i2F 111.7 26.6 _ 4055 - 1 C j _.. 5.5� .._ 1843 j� 9390 9206W - ______ 136.6 w 23.6 2924 70Percen 1 C 6.0 j 8979--8793 � 143.7 22.5 - 2598 1C! 7 1 8157 7967 155.0 20.31 2067 �- 80Percent! -u1894 1C! 8.0 1924 7554 7360 T 161.1 18.71 1767�� w 19381 72771 70821 - 163.31 _ 18.0 1661 85Percent 1 C 9 7 ! 9986 64511 62501 167.11 15.81 1453 1 L 9.7 �- 1430-- 6945 6744 [- 179.91 17.1 3 2 91 ill-�� 1 L 1 -..- _ _-_-10.0T--._-1472F 6859 i� 6657 F 182.9 F 16.9 1L! 12.0 1767T, 607815867- 194.5�14.8 398 i _--- ___.--- -. 1L= 14.0 2061E 4981 4759 185.9 12.0 463 ---, 1 L 14.91 2200 j 44521 4225 F 177.41 10.6 502 j Governed :_. 1 L 15.8 E 2332 0 j -232 ( 0.01 -0.6� 451 Note: ' Tractive Effort exceeds vehicle traction limit This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere. Section 4.0: Pricing In your written response to this proposal provide pricing to cover the following items: 1. Price, per bus, as equipped per your proposal. 2. Proposal for price protection on subsequent orders substantially in the following format: Subsequent Orders: Subsequent orders for buses shall be accepted at the previous sales price plus real increases for material and labor costs, not to exceed _% per year for a five year time period. Price increases due to unforeseen material or regulatory costs or equipment changes requested by the City of Fort Collins exceeding _% per year shall be negotiated and approved by both parties. Actual sales price of additional buses shall be negotiated at time of such subsequent orders. Bus length options: 1. Price, per bus, for a 30' and 40' buses generally equipped the same as the 35'. After the initial order of 35' buses, Transfort may need to order some buses in the other lengths. Optional equipment prices: 2. Stainless steel seat frames 3. Onboard camera system (see checklist for description) 4. Other available axle ratios 5. Spare transmission and engine, either individually or as a power package 6. A package of suggested spare parts SCAAN No.: 71297 Description : 351fw w/L-Gas 280 hp & B40OR 6spd 4.89 40000lbs Date: 4/17/2007 User: Jon Hammett, NABI Application Review Status: Output Units : US ALLISON TRANSMISSION VEHICLE ACCELERATION PERFORMANCE Brakes Locked Start Based on Standard Parameters Transmission Input Ratio: 1.0000 Power Packs: 1 Transmission Input Efficiency (%): 100.00 Clutch Fan Status : Fan On Axle Ratio: 4.890 Air Conditioning Status: No AC Auxiliary Gearing Ratio: 1.000 Grade: 0.0 percent Reverse (RIC) Vehicle j j Accel Engine Speed j Time I Distance Rate Speed (mph) (sec) (ft) (mph/sec) (rpm) R 1 C 2.0 0.2 0.3 8.656' 1892 _._ R 1 C 4.0 j�0.5 j _ - _ 1.5 7.029 1944 ; R1C' 6.0.....�__.__ 8._._.. 3.9 0.81 5.432; 3 2033 R1C 8.6 _ _ _ 1.2[ 8 3, 4.091 1 2144� RIC 10.Oi 1.91 16.7' 2.093E 2264 Automatic (IC-2C-2L-3L-4L-5L-6L) Vehicle Speed Time Distance Accel Rate Engine Speed (mph) (sec) (ft) ( (mph/sec )� (rpm) 1 C E 2' 01 0 2___�__ -__ 0.4_6.639 1889 1 C I 4.0T 0.6 1.8 5.970 1911 1 C � 6.0 � 1.0 j -.... _ _ _. _._ _4.5 �____�. 5.128 1950� _P_____.e____. 1 C 8.0 � 1.T4 8.9 4.3051 �2010 1 CT 10.0 1.9 15.7T 3.580E 2083 ^- 1 C i 11.2 - 2.3 _ 21.3 _ 3.176' 2130 2C I 12.6 2.6 F 26.2 2.7311 1962 2C F 14.0 3.3 40.9�T~ 2.492 1993� 2C 16.01 4.2 r-� 59.51 2.261_ 2_0302 2C 18.0 -� 5--� 82.8 2.0381-2068 1� _ 2C ` 18.7� 5.5 _. F 92.8 - 1.960 2084 _._. 2L 20.0_- 6.1 110.5 --- - 1.99 ��. - 22.0 R 7.1 - __.._...____.__.._-___-_. 142.5T 1.861 24.0T-- 8.3E - 180.7 1.687 1889 2L 26.0� 9.5 w _ »-�- 1.513 2046 ._.._...._ _ 2L 264 w�_ _- 9.8 m--226.7- 2- 36.1T- 1.479 - 2075 31-i 28.0�_ 10.9 280.71.4301 1666 - 3L 30.0 _ 12.3 ___ 342.5 v 1.3281 17851 3L E___. 32.0 13.9 ��.__1.222�� 1904j 497.2T - 1.115 2023 35.3 16.82 - w w 558.52� - 1.0381 - 2100 _m 42 36.0 17.5�595.12 1.0021 1520 41-1 _ 38.0 19-- 706.0 0.959 1604 T 4LF -�X 40.01 21.7 � � - 828.8 M 0.9081 1689 4L- 42.0 24.0 966.3 0.845 1773 41-1 44 01 26 5; 1121.91 0.7811 18581 4L( 46.0 29.2� 1298.71 0.718 1942 z 4L1 48.01 32.11 _ 1500.7 0.652�� 2026� 41-j 50 0 35 3, 1734.5f 0.584 _ 21111 41-1 _ 50.3 35.9 1 1777.3�_ -- 0.572 _.. 2125 _. _. _... 5L�- - 52.0� -_...__38 9 .__ ..._._ 2003.4 0.538 1646 5L 54.0 42.8. 2303.9... _.... -.._ ._.__ .. 0.499 ._ . _ ..._. 91 _..5L... - 56.0 47.0( 2644.7 _ _�._.1____._. 0.4521 __ ._ _ 1773 5L- 58.0 51.73 3036.E 0.40E 1836; 5L; 60.0 57 0€ 3491.8 0.359 1899 5L 62.0 63 0 4028.7���- �- 0.312 1963 ` 51- _- -- _ �64.0 70.014675.7 0.263 2026 s 5L 66.0 78.5 5485.1 0.213� 20891- ._ -._. 5L6i.9] �� � 887i 6491.4F_ _ 0.165F _ 2150 ��� _ . _._..__ 68.01 89.2 6540.1 0.182 1873_._ 6L 70.0 ---101.8 !-�-- 7815.4-- 0.140 - - 1928 6L9622.0 0.09E 1983 _.._ 6LF'._.________.__-_ 74.0 147.6[ 12671.7 0.051 03 I _ 6L -- V 76.0 257.7 ` -- 24844.3 _- 1st Lockup Hold (IC -IL) i Vehicle ( �� Accel I Engine f Speed ! Time Distance Rate Speed (mph) (sec) (ft) (mph/sec) (rpm) 1 C { 2.07, - 0.3r 0.41 - - 6.639 1889 } 1 C ( 4.01 0.6 1.81 5.970 - 1911 l 1 C�------ 6.0 .� . � �. 4.[ 5 5.128 1950 _ - - 1 C I 8.01 1. 8.9 F -� 4.3051 2010 _ C i .-__._ .._ ___._.__ 9.71 _ __. _. 1 8� ...... _ 14.E _____------.------- 3.663 2072 1 L -__-----.._ 10._0 1.9 15.8 __.. 3.441 14721 1L 12.0 2.5 i5.iT 3.069 1767 - 11- 14� 3.2� 39.4�--�--��2.563� 2061 Note: ` Indicates acceleration limited by wheel slip This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere. SCAAN No.: 71297 Description : 3511W w/L-Gas 280 hp & B400R 6spd 4.89 40000lbs Date: 4/17/2007 User: Jon Hammett, NAB[ Application Review Status: Output Units : US ALLISON TRANSMISSION VEHICLE ACCELERATION PERFORMANCE Brakes Locked Start Based on User Defined Parameters Transmission Input Ratio: 1.0000 Power Packs: 1 Transmission Input Efficiency (%): 100.00 Clutch Fan Status : Fan On Axle Ratio: 4.890 Air Conditioning Status : On Auxiliary Gearing Ratio: 1.000 Grade: 0.0 percent Reverse (RIC) i Vehicle Accel Engine Speed Time Distance i Rate Speed (mph) ; (sec) (ft) (mph/sec) (rpm) R1C12.01 0.21 0.41 � � �- 17921 1 0 5105F _7.714 _ 1851 R1C 6.01 0.61 4.5 4.668i 1946 j Rr_.____._._____ 16.6 Automatic 0C-2C-2L-3L-4L-5L-6L) Vehicle _ Speed Time Distance Accel Rate T _-_ Engine Speed - (mph) (sec) (ft) (mph/sec) (rpm) 2.01 0.3T _ O�.- _ 5.963 _ 17871 1 C I 4.0 ! 0.7 _ 2.1 _. _ 5.287 - 1812 __..� _. 6 0 1 1 5.17 ___ 1858� _ 1C __ 8.0 1.6 ^ v 10.2 _ 3.7131 1924 1 CF _ 10� 2.2 18.1 - 3.058 1997 1 C mm _ 11.2 2.6 24.71 m 2.6641 2045 2C I 12.01 2.9 F� 30.4F 2.368 1871 2C -- 14.0 3.8 � 47.4� 2.144 1966� I - 2C- .4 1943 2C 18.0 5.v. 9 _ 96.41 -'-'- -- 1.733� 1983 - 2C] 18.7 6.4 F - 108.2 1997� 2L 20.0 7.1 129.0� 1.697-- 1574 2L 22.0 8.3 166.7 2L �„ 24.0 9.7 212.3 _ 1.405 18' __ 2L 1.237 ^ __._. 2046 2L� 26 .4 11.5 79.6 1.204 �_ 3L a 28.0 j 12.8 332.6 1.202 16661-__' 31-1 30.0 14.5 ^ ..-� _ 406.4� 1.106T 1786] 31-1 32.0T 16.4 F493.0 .� 1.003 19041 - _ 3LF34.0 18.6 -595.3�_ 0 899� 2023� 20.1 [-_ - 671.81 _ 0.8261��.� 2100 . 4L, 36.0 20.9 716.0 0.831 1520 I 4L F 38.0 41-1 40.0 23.4 (_- f 26.0 -- 850.0 �999.41 0.792 0.7441 ~� 1604 1689 4L 42.0 28.8 �- 1168.3 0.683 �� 1773 _.._1 41- 44.01 31.91 1362.51 0.621 1858 4L 46 0, 35.31 1587.110.559i 1942 - 4L 48 0 , _._. 391 ` 1849.7 0.496 . 2026 4L 1 50 0; 43 4 2163 V E 0.428 2111 F 41-( 503 442T 2221.E= 0.417 2125 5L 52 0! 48.11 2513.7 0.414 � 16461 5L 54 0 53 2 _.... _.. _. __ 29_.._08 5 -. _ ._] ._-_. 0.376E 17091 5L 56 0 58 9; 3367.9 0 331 ! 17733 51- 58.oi 65.4 R 3915 01 0.285 18361 51- _. 60 0' 73.11 4580.2. 0.240 1899= 5L 62 0 _ 82 51 5415 4 { 0.194T 1963 51- 64.01 94.4 _ 6519 5f 20261 51- 66.0 _111.4 _____.... 8138.E f 0.09E 5L, 67 9 139 2 _ 10873 2 M 2150 i� 6L 68.6] 140.3 3 �0.049 0.078 1873� ^ 6L 70 0� _--10987 78.01 1480E 7 0.661 _ 1928! 1st Lockup Hold (IC -IL) ---" Vehicle___. Accel� Engine j Speed Time Distance Rate j Speed (Mph) r (sec) (ft) (mph/sec) (rpm) 1 C? _ ...__..- 2.0 j _ 0.3 0 5 _ 5.963 _. w - -.__ -1787 ..-_.-j 1 C 4 0T 0.7] _ 5.287 18121 1 C _� 6.0 ___ _ 1.1_____-�_.__ 5.11 . _ _ 4.4 7 1858 �- 1C3 1.6 _ 10.2 �- 3.713j 19241 1 C 9.71 2.1 - 16.8 � - 3.1391 19861 1 L 10.0 2.2 182 --- - 2 1472 1 L 12.01 2.6031 1767 1 L; 14.0; 3.82.1151- 2061. This SCAAN information is subject to the SCAAN Disclaimer set forth elsewhere. AB/' North American Bus Industries, Inc. Training Plan NABI TRAINING DEPARTMENT PROPOSAL Transfort, Fort Collins RFP #1065 NABI 40735' LFW TRANSFORT, FORT COLLINS RFP # 1065 NABI 40'/35' LFW TRAINING PLAN SUBMITTED BY NABI TRAINING DEPARTMENT TRAINING CONTACT INFORMATION randy montgomely(? abiusa.co (256) 831-4296 ex 1307 REV 1 1 NABI TRAINING DEPARTMENT PROPOSAL Transfort, Fort Collins RFP #1065 NABI 40'/35' LFW Table of Contents Training Plan: Program Overview Overall Program Objective Enabling Objective Length of Program Learner Prerequisites Learner Evaluation and Criteria Program Administration Required Resources/ Equipment REV 1 FA NABI TRAINING DEPARTMENT PROPOSAL Transfort, Fort Collins RFP #1065 NABI 40'/35' LFW TRAINING PLAN PROGRAM OVERVIEW This program is designed to afford operational and maintenance personnel knowledge and skill required operating, inspecting, maintaining and repairing the NABI Buses provided to Transfort, Fort Collins. OVERALL PROGRAM OBJECTIVE Enable personnel to successfully implement all procedures necessary to operate, inspect, maintain, and repair the systems addressed. The learner will demonstrate competency in the skills required for operation, inspection, preventive maintenance, repairs and overhaul (where applicable). REV 1 3 NABI TRAINING DEPARTMENT PROPOSAL Transfort, Fort Collins RFP #1065 NABI 40'/35' LFW MODULE OBJECTIVES: • Demonstrate an understanding of the unique characteristics, flat towing procedures and safety systems, service procedures, and maintenance requirements for the NAB Bus operating system. • Demonstrate skills and knowledge required to troubleshoot, diagnose, service and maintain the multiplex electrical, charging and starting system. • Demonstrate skills and knowledge required to troubleshoot, diagnose, service, repair and maintain the brake, air and ABS System on the NABI Bus. • Demonstrate knowledge and skills necessary to service maintain the destination sign. • Demonstrate knowledge and skill necessary to service, diagnose, maintain and repair the HVAC System on the NABI Bus. • Demonstrate knowledge and skill required to service, maintain, diagnose and repair the wheelchair ramp operating system. • Demonstrate knowledge and skills required to service, diagnose and repair the engine. • Demonstrate knowledge and skill required to service, diagnose and repair the transmission. • Perform a Preventive Maintenance Inspection on the bus, covering all systems and components, in accordance with manufacturer recommendations and specifications. • Demonstrate skills and knowledge necessary to service, diagnose and maintain the Fire Suppression System installed on the bus. REV 1 4 NABI TRAINING DEPARTMENT PROPOSAL Transfort, Fort Collins RFP #1065 NABI 40'/35' LFW LENGTH OF PROGRAM: The training program consists of instructional modules requiring 8 to 32 hours of training time. Detailed lesson plans, for each module is provided to support training by each Transit Authority training department. MODULE DURATION HOURS # SESSIONS CLASS SIZE HAND OUTS TOTAL HOURS Operator's F&O 4 TBD TBD Y TBD Mechanic F&O 4 TBD TBD Y TBD Multiplex & Basic Electrical 32 TBD TBD Y TBD Brakes & ABS 8 TBD TBD Y TBD Air System & Suspension 8 TBD TBD Y TBD Door System 8 TBD TBD Y TBD Ramp & Hydraulics 8 TBD TBD Y TBD HVAC 8 TBD TBD Y TBD Body System 8 TBD TBD Y TBD CNG Fuel System 8 TBD TBD Y TBD Transfort. Fort Collins may chose from the above list of NABI instructed Modules of up to 40 hours of training of their choosing. REV 1 5 Section 5.0: Evaluation 5.1 Evaluation and Assessment of Proposal An evaluation committee shall rank the interested firms based on their written proposals using the ranking system set forth below. Firms shall be evaluated on the following criteria. The rating scale shall be from 1 to 5, with 1 being a poor rating, 3 an average rating, and 5 an outstanding rating. Recommended weighing factors for the criteria are listed adjacent to the qualification. The evaluation committee may make a selection based on written proposals, or they may invite several firms in for interviews and demonstrations. The evaluators or their designates may visit manufacturer's facilities and locations where similar buses are in service. Weighting Qualification Standard Factor 1.0 Scope of Proposal Does the proposal show an understanding of Transfort's needs? 2.0 Specifications Does the proposal meet City specifications or provide an acceptable alternative? 1.0 Other Requirements Did the proposal address all data requests and regulatory requirements? 1.0 Availability Can buses be completed and delivered in the time frame required? 1.0 Motivation Is the firm interested? 2.0 Cost Does the proposed cost compare favorably with other proposals? 2.0 Firm Capability Does the firm have acceptable production and support capabilities? 5.2 Reference Evaluation (Top -ranked firms) The Project Managers will check references using the following criteria. The evaluation rankings will be labeled Satisfactory / Unsatisfactory. 5.3 Qualification and Standard a. Overall Performance - Would you purchase buses from this company again? b. Timetable - Were buses delivered within the specified time? Were interim deadlines met in a timely manner? NABI TRAINING DEPARTMENT PROPOSAL Transfort, Fort Collins RFP #1065 NABI 40'/35' LFW LEARNER PREREQUISITES Maximum instructional benefits should be realized for learners with a high school diploma (or equivalent), and have a basic knowledge of tools and test equipment utilized on transit buses. Learners who have at least two years experience in the operation, maintenance, servicing and repair of buses will realize maximum benefits from this training program. LEARNER EVALUATION AND CRITERIA Written test in the form of quizzes, and practical hands-on tests, will be utilized in accessing knowledge transfer to the students at the completion of a given module. A minimum score of 80% on written and 90% on practical tests is required to demonstrate successful completion. REV 1 6 NABI TRAINING DEPARTMENT PROPOSAL Transfort, Fort Collins RFP #1065 NABI 40'/35' LFW PROGRAM ADMINISTRATION North American Bus Industries (NABI) Training Department working in conjunction with the Transit Authority Training Department, will establish training dates and modules of instruction comprising sessions for Operator (Train the Trainer), Maintenance, & Overhaul (where required). All classes will be conducted in the Transit Authorities maintenance training areas. The designated Transit will coordinate attendance for each session. NABI will arrange for instructors to deliver training according to the established training calendar. NABI will also provide attendance records and test scores of employees who participate in the session. (Official attendance sheets to be provided by each Transit Authority.) NABI assumes the responsibility to modify lesson plans and other documentation as required throughout the program. Any modifications to approved lesson plans must be approved by the Transit Authority Training Unit. Upon conclusion of the final training session the Transit Authority's Training Unit will receive one complete set of approved lesson plans, training aids, Power Point presentations, videos, tools, equipment used during the training session. REQUIRED RESOURCES/ EQUIPMENT FOR ALL SESSIONS • Classroom to accommodate a maximum of 10 students, provided by the Authority. • Whiteboard, markers, and eraser, provided by the Transit Authority. • Laptop computer, provided by NABI. • Power Point programs, as delivered to the Authority and utilized for each course/ session pre -loaded on NABI provided laptop. • Projector with interface cable for laptop, provided by NABI. • Student Guides, as delivered to the Authority and provided my NABI. • Standard coach service tools, provided by the Authority. • Special tools provided by NABI and test equipment to be provided by NABI. • Modular training aides, as specified in Lesson Plans/ mock-ups, training devices provided by NABI. COURSE SYLLABI A syllabus follows for each module of instruction to be delivered. REV 1 7 NABI TRAINING DEPARTMENT PROPOSAL Transfort, Fort Collins RFP #1065 NABI 40'/35' LFW FAMILIARIZATION & ORIENTATION OPERATOR I. INTRODUCTION: • This fleet brings with it the low floor design and amenities. This Module of instruction provides information, knowledge and skills necessary to operate the bus and it systems as they pertain to the Operator. II. TERMINAL OBJECTIVE: • Demonstrate knowledge of the unique characteristics, safety systems, bus components, and specifications of the NABI fleet furnished to the Transit Authority. III. ENABLING OBJECTIVES: • Identify components and discuss component operation. • Describe the operations and procedures of the safety and operator controlled systems. • Demonstrate operational procedures of the wheelchair ramp system. • Demonstrate the bus operation systems. IV. LEARNERS ACTIVITIES: • Attend facilitator led lectures/demonstrations discussing the operating systems and component features. • Participate in a facilitator provided exercises in driving, performing functions and identifying system components. 17 • NABI TRAINING DEPARTMENT PROPOSAL Transfort, Fort Collins RFP #1065 NABI 40'/35' LFW FAMILIARIZATION & ORIENTATION MECHANIC INTRODUCTION: This fleet brings with it the low floor design and amenities. This Module of instruction provides information, knowledge and skills necessary to operate the bus and it systems as they pertain to the maintenance personnel, and service personnel and passengers safety. TERMINAL OBJECTIVE: • Demonstrate knowledge of the unique characteristics, safety systems, bus components, and specifications of the NABI fleet furnished to the Transit Authority. ENABLING OBJECTIVES: • Identify components and discuss component operation. • Describe the operations and procedures of the safety and operator controlled systems. • Demonstrate operational procedures of the wheelchair ramp system. • Demonstrate the bus operation systems LEARNERS ACTIVITIES: • Attend facilitator led lectures/demonstrations discussing the operating systems and component features. • Participate in a facilitator provided exercises in driving, performing functions and identifying system components. REV 1 9 NABI TRAINING DEPARTMENT PROPOSAL Transfort, Fort Collins RFP #1065 NABI 40'/35' LFW MULTIPLEX/ BASIC ELECTRICAL INTRODUCTION: This fleet brings with it a multiplex electrical system, designed to meet all the electrical requirements of the NABI bus. This module of instruction provides the information, knowledge, and skills necessary to diagnose, troubleshoot and repair faults in the electrical and I/O Multiplex systems. TERMINAL OBJECTIVE: Demonstrate knowledge and skill required to troubleshoot, diagnose, service and maintain the multiplex, electrical, charging and starting systems. ENABLING OBJECTIVES: • Identify and locate various components of the multiplexing system on the bus. • Describe the operation and service procedures for the multiplex and electrical system. • Diagnose service and repair the multiplex and electrical system. • Troubleshoot, diagnose, and repair faults in the multiplex system. • Troubleshoot, diagnose, and repair faults in the coach electrical system. • Demonstrate procedure to program the multiplex system. • Demonstrate skill and knowledge to read and translate wiring diagrams, and GUI documentation. • Demonstrate skill and knowledge to troubleshoot, diagnose and repair the charging and starting system on the bus. LEARNER ACTIVITIES: • Attend and participate in a facilitator led lecture/demonstration of the coach multiplex/ electrical system. • Participate in a facilitator provides troubleshooting and hands-on activities of troubleshooting the bus Multiplex and electrical system. REV 1 10 NABI TRAINING DEPARTMENT PROPOSAL Transfort, Fort Collins RFP #1065 NABI 40'/35' LFW � BRAKE/ AIR SYSTEM (ABS included) INTRODUCTION: This fleet brings the advantage of the "DISC" brake system and the ABS System. This module of instruction provides you information, knowledge and skill necessary to operate, maintain, troubleshoot and repair the brake and ABS system. TERMINAL OBJECTIVE: Understand unique characteristics service and maintain the "DISC", ABS System, and air system provided on the bus. ENABLING OBJECTIVES: • Identify components and discuss operation of the brake system. • Describe the operation, repair and service procedures of the ABS System. • Describe the operation, repair and service procedures of the air drier and associated air system components. • Troubleshoot, diagnose, and repair faults in the brake system. • Describe the operation of the ABS brake system. • Troubleshoot, diagnose and repair faults in the ABS system. LEARNER ACTIVITIES: • Attend facilitator led lecture/demonstrations discussing the air system, brake system, and the ABS System. • Participate in facilitator provided exercises in diagnosing faults and identifying system component failures, functions and service procedures. REV 1 11 NABI TRAINING DEPARTMENT PROPOSAL Transfort, Fort Collins RFP #1065 NABI 40'/35' LFW SUSPENSION & KNEELING INTRODUCTION: • This fleet brings with it advantages of the air ride system. This module of instruction provides information, knowledge and skills necessary to operate, maintain, and service the suspension system, kneeling system and air system of the NABI Bus fleet. TERMINAL OBJECTIVE: Demonstrate an understanding of the unique characteristics, service and maintenance requirements of the air suspension, and kneeling systems. ENABLING OBJECTIVES: • Identify components of the chassis air ride system. • Describe service procedures of the air ride system. • Describe service procedures of the kneeling system. • Troubleshoot, diagnose and repair faults in the air suspension system. LEARNER ACTIVITIES: • Attend facilitator led lectures/ demonstrations discussing the air ride operating system. • Participate in facilitator provided exercises in air bag height adjustments, steering, and kneeling adjustments. • Diagnose faults and identify system component failures, perform functions and service procedures. REV 1 12 NABI TRAINING DEPARTMENT PROPOSAL Transfort, Fort Collins RFP #1065 NABI 40'/35' LFW DOOR SYSTEM INTRODUCTION: . This module of instruction provides information on the multiplex system utilized with the door, and the skills necessary to operate, maintain, and service the door system in the new fleet. TERMINAL OBJECTIVE: Demonstrate knowledge and skills required to service and maintain the entrance and exit door operating system. ENABLING OBJECTIVES: • Identify components and discuss operation of the door system. • Demonstrate the operation and service procedures of the front door. • Describe the operation of the door system. • Describe service procedures for the door system. • Troubleshoot, diagnose, and repair faults in the door system. LEARNER ACTIVITIES: • Attend facilitator led lectures / demonstrations discussing the door operating system. • Participate in facilitator provided exercises in diagnosing faults and identifying system component failures, functions and service procedures. • Participate in door adjustments, verify interlocking circuits on the entrance and exit doors. REV 1 13 NABI TRAINING DEPARTMENT PROPOSAL Transfort, Fort Collins RFP #1065 NABI 40'/35' LFW HYDRAULICS/ STEERING/WHEELCHAIR RAM P INTRODUCTION: This module of instruction provides the information, knowledge, and skill necessary to overhaul, operate, maintain, and service the wheelchair ramp. TERMINAL OBJECTIVE: Demonstrate an understanding of the wheelchair ramp characteristics, service and maintain the wheelchair ramp operating system. ENABLING OBJECTIVES: • Identify components and discuss operation of the system. • Describe the operation and service procedures of the system. • Diagnose the bus operations systems of the wheelchair ramp. • Troubleshoot, diagnose, adjust and repair faults in the lift operating system. LEARNER ACTIVITIES: • Attend facilitator provided lecture/demonstration of the wheelchair ramp operation and system diagnosing and maintenance. REV 1 14 NABI TRAINING DEPARTMENT PROPOSAL Transfort, Fort Collins RFP #1065 NABI 40'/35' LFW HVAC SYSTEM INTRODUCTION: This module of instruction provides the information, knowledge, and skills necessary to operate, maintain and service the electronically controlled HVAC system. TERMINAL OBJECTIVE: • Demonstrate an understanding of the unique characteristics of the electronic controlled HVAC System, service and maintain the filters, motors and engine driven compressor package. ENABLING OBJECTIVES: • Identify components and discuss operation of the HVAC system. • Describe the operation and service procedures of the Freon system. • Describe the operation of the components throughout the system. • Troubleshoot, diagnose and repair faults in the electronic controller, the condenser, evaporator, blower fans and compressor. LEARNER ACTIVITIES: • Attend facilitator led lectures/demonstrations discussing the HVAC system operation and maintenance procedures. REV 1 15 C. Completeness - Was the company responsive to client needs; did the company anticipate problems? Were problems solved quickly and effectively? d. Budget - Were cost increases, if any, the result of customer change orders? If other price increases were requested, were those requests reasonable? e. Ability - Did company personnel exhibit the knowledge and skills throughout the order and delivery process? Have warranty claims been handled quickly and by competent technicians? Section 6.0: Proposal Acceptance All proposals shall remain subject to initial acceptance 90 days after the day of submittal. Section 7.0: Federal Forms 1. FLY AMERICA REQUIREMENTS 49 U.S.C. § 40118 41 CFR Part 301-10 Fly America Requirements The Contractor agrees to comply with 49 U.S.C. 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 subrecipients 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. NABI TRAINING DEPARTMENT PROPOSAL Transfort, Fort Collins RFP #1065 NABI 40'/35' LFW MODULE 10 ENGINE SERVICE/ DIAGNOSTICS AND TUNE-UP INTRODUCTION: This module of instruction provides the information, knowledge, and skill necessary to diagnose, troubleshoot, maintain and service the engine in the NABI Fleet. TERMINAL OBJECTIVE: Demonstrate an understanding of the unique characteristics of the electronic controlled engine, service and maintain this engine. ENABLING OBJECTIVES: • Identify components and discuss operation of the fuel system. • Describe the operation and service procedures of the engine system. • Perform tune-up procedures for the engine utilizing hand-held readers and laptop. • Describe the operation of the components throughout the system. • Troubleshoot, diagnose and repair faults in the electronic controller utilizing the laptop computer. LEARNER ACTIVITIES: • Attend facilitator led lectures/ demonstrations discussing the operating system. • Participate in facilitator provided exercises in engine operation, recognizing faults and identifying system component failures. • Perform functions and servicing procedures. REV 1 16 NABI TRAINING DEPARTMENT PROPOSAL Transfort, Fort Collins RFP # 1065 NABI 40'/35' LFW / TRANSMISSION SERVICE AND DIAGNOSTICS INTRODUCTION: This module of instruction provides the information and knowledge necessary to troubleshoot, diagnose and repair external problems and adjustments to the transmission in the NABI Fleet. TERMINAL OBJECTIVE: Diagnose, troubleshoot, service and make external adjustments and repairs to the transmission. ENABLING OBJECTIVES: • Identify external components and discuss operation of the transmission. • Utilize hand-held and computerized test equipment and tolls to diagnose and troubleshoot faults of the transmission. • Perform external adjustments and repairs to the transmission in accordance with the manufacturer's recommendations. LEARNER ACTIVITIES: • Attend facilitator led lectures/ demonstrations, discussing procedures to diagnose and troubleshoot the transmission utilizing the test equipment. • Participate in facilitator provided exercises in gauge hookup. • Diagnose faults and identify system component failures, perform function and external service procedures. REV 1 17 NABI TRAINING DEPARTMENT PROPOSAL Transfort, Fort Collins RFP #1065 NABI 40'/35' LFW ELECTRONIC DESTINATION SIGN INTRODUCTION: This fleet brings with it advantages of the "DESTINATION SIGN system". These advantages include easy removal of the unit for bench repair. This module of instruction provides you information necessary to repair sign system components. TERMINAL OBJECTIVE: Diagnose, remove, and repair failed components for the destination sign, voice enunciation system, cabling, and controller for the system. ENABLING OBJECTIVES: • Identify components and discuss the controller and interface operation. j• Describe the repair procedures for the unit and subcomponents. • Diagnose electrical problems in the destination and voice enunciation system. • Troubleshoot and repair faults in the system. LEARNER ACTIVITIES: • Attend facilitator led lectures / demonstrations discussing components, principles of operation, troubleshooting procedures, and parts replacement. • Participate in facilitator provided exercises in operation, recognizing faults, and identifying system component failures. • Perform functions and overhaul/repair procedures on the bench. REV 1 18 NABI TRAINING DEPARTMENT PROPOSAL Transfort, Fort Collins RFP # 1065 NABI 40'/35' LFW TRAINING AND PUBLICATIONS Mr. Randy Montgomery is NABI/Optima/Blue Birds Training & Technical Publications Manager. Mr. Montgomery has over 28 years experience in the transit bus industry. Mr. Montgomery held the position of Training Manager for "Nova Bus" for six years. He provides training, program development, scheduling and mock-ups for all customer requirements. His training group consists of five dedicated trainers. All five have over 21 years experience each with heavy-duty transit buses, both from the manufacturing side and the transit operating side. Training Staff Connie Brown, Supervisor Technical Publications George Droba, Trainer Michael Kurek, Trainer Luis Munoz, Trainer Phil Williams, Trainer Terrel Wilkus-Trainer Technical Publications creates bus -specific maintenance, parts and operator's manuals for each contract produced by NABI. The departmental staff consists of. Connie Brown (M.P.A.) who has 28 years experience in the aerospace and bus industries' Technical Writers include Doug Savage, Kathy Mason, Jerry lane and Richard Yarnell. TRAINING CONTACT INFORMATION randy. montgomerygnabiusa. co (256) 8314296 ex 1307 REV 1 19 North American Bus Industries, Inc. Warranties WARRANTIES TO BE PROVIDED North American Bus Industries, Inc. (NABI) warrants and guarantees to Transfort, City of Fort Collins, Colorado each complete bus, and specific subsystems and components as follows: The bus is warranted and guaranteed to be free from defects for twelve (12) months or 50,000 miles, whichever occurs first, beginning on the date the bus is placed in revenue service. During this warranty period, the bus shall maintain its structural and functional integrity. The warranty is based on regular operation of the bus under the operating conditions prevailing at Transfort's locale. Where the manufacturing/subcomponent warranty is greater than the twelve (12) months, the longer warranty shall apply. NABI will administer the warranty for the first 12 months. Following this 12 month period, all warranty claims should be filed through the component supplier. Additional warranties apply to the following subcomponent components/systems: WHICHEVER OCCURS FIRST ITEM YEARS MILEAGE Diesel Engine 2 100,000 Transmission 2 100,000 Drive and Non -Drive Axles 2 100,000 Brake System -mounted on the axles (excl. wear surfaces) 2 100,000 Basic Body Structure 3 150,000 HVAC, including freon compressor 2 N/A Paint (Exterior) 3 N/A Body Skin (including corrosion) 3 150,000 Wheelchair Ramp 2 N/A Destination Sign (3Td year -parts only) 3 N/A Alternator 2 100,000 Air Compressor 2 100,000 Interior Light Ballasts 5 N/A Wheels (parts only) 5 200,000 Exterior LED Lighting 12 N/A Transmission Cooler (parts only) 2 100,000 Passenger Side Windows 2 N/A Flooring 10 N/A Floor Covering (years 2-12, parts only) 12 N/A 1 Standard Bus Procurement Guidelines 1.1.6.2 ACKNOWLEDGMENT OF ADDENDA The following form shall be completed and included in the price proposal. 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 Offer. ACKNOWLEDGMENT OF ADDENDA The undersigned acknowledges receipt of the following addenda to the documents: Addendum No. 1 Dated Addendum No. , 2 Dated Addendum No. Dated Addendum No. Dated 04/03/07 04/12/07 offeror: North American Bus Industries, Inc. Name 3450 E. Philadelphia Street Street Address Ontario, CA 91761 City, State, Zip (909) 773-0500 Phone (909) 923-8263 Fax Request for Proposals, Offer do Award 711212002 20 North American Bus Industries, Inc. Federal Forms 2. BUY AMERICA REQUIREMENTS 49 U.S.C. 53230) 49 CFR Part 661 Buy America - The contractor agrees to comply with 49 U.S.C. 53230) and 49 C.F.R. 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 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 53230)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content. A bidder or offeror must submit to the FTA recipient the Buy America certification (below) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. Certification requirement for procurement of buses, other rolling stock and associated equipment. Certificate of Compliance with 49 U.S.C. 53236)(2)(C). The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 53230)(2)(C) and the regulations at 49 C.F.R. Part 661.11. Date April 20, 2007 Signature Q Joseph R. Gibson Company Name North American Bus Industries, Inc. Title Senior Vice President, Transit Bus Sales & Marketing Certificate of Non- Compliance with 49 U.S.C. 53236)(2)(C) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230)(2)(C) and 49 C.F.R. 661.11, but may qualify for an exception pursuant to 49 U.S.C. 53230)(2)(A), 53230)(2)(B), or 53230)(2)(D), and 49 CFR 661.7. Date Signature Company Name Title 4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C.1241 46 CFR Part 381 Cargo Preference - Use of United States -Flag Vessels - The contractor agrees: a. to use privately owned United States -Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States -Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of 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.) c. 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. 6. ENERGY CONSERVATION REQUIREMENTS 42 U.S.C. 6321 et seq. 49 CFR Part 18 Energy Conservation - The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 7. CLEAN WATER REQUIREMENTS 33 U.S.C.1251 Clean Water - (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 U.S.C. 1251 et SeMc . The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (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. 2. BUY AMERICA REQUIREMENTS 49 U.S.C.53230) 49 CFR Part 661 Buy America - The contractor agrees to comply with 49 U.S.C. 53230) and 49 C.F.R. 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 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 53230)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content. A bidder or offeror must submit to the FTA recipient the Buy America certification (below) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. Certification requirement for procurement of buses, other rolling stock and associated equipment. Certificate of Compliance with 49 U.S.C. 53236)(2)(C). The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 53230)(2)(C) and the regulations at 49 C.F.R. Part 661.11. Date Signature Company Name Title Certificate ofNon -Compliance with 49 U.S.C. 53236)(2)(C) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230)(2)(C) and 49 C.F.R. 661.11, but may qualify for an exception pursuant to 49 U.S.C. 53230)(2)(A), 53230)(2)(B), or 53230)(2)(D), and 49 CFR 661.7. Date Signature Company Name Title 8. BUS TESTING 49 U.S.C. 5323(c) 49 CFR Part 665 Bus Testing - The Contractor [Manufacturer] agrees to comply with 49 U.S.C. A 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 which will be prior to the recipient's final acceptance of the first vehicle. 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. CERTIFICATION OF COMPLIANCE WITH FTA'S BUS TESTING REQUIREMENTS The undersigned [Contractor/Manufacturer] certifies that the vehicle offered in this procurement complies with 49 U.S.C. A 5323(c) and FTA's implementing regulation at 49 CFR Part 665. 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. Date: April 20, 2007 Signature: AJoseph R. Gibson Company Name: North American Bus Industries, Inc. Title: Senior Vice President, Transit Bus Sales & Marketing 9 PRF A WAND AND POST 2ELIVERY AUDITS REQMUMDn 49 U.S.C. 532,3 49 CFR Part 663 Pre -Award and Post -Delivery Audit Requirements - The Contractor agrees to comply with 49 U.S.C. § 5323(1) and FTA's implementing regulation at 49 C.F.R. 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 Bidder/Offeror certifies compliance with Buy America, it shall submit documentation which 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 bid specifications. (3) Federal Motor Vehicle Safety Standards (FMVSS): The Contractor shall submit 1) manufacturer's FMVSS self -certification sticker information that the vehicle complies with relevant FMVSS or 2) manufacturer's certified statement that the contracted buses will not be subject to FMVSS regulations. BUY AMERICA CERTIFICATE OF COMPLIANCE WITH FTA REQUIREMENTS FOR BUSES, OTHER ROLLING STOCK, OR ASSOCIATED EQUIPMENT 0 The bidder hereby certifies that it will comply with the requirements of 49 U.S.C. Section 53230)(2)(C), Section 165(b)(3) of the Surface Transportation Assistance Act of 1982, as amended, and the regulations of 49 C.F.R. 661.11: 2007 Date: June 15, Senior Vice President Signature �ossph R. Gibson . Transit Bus Sales & Marketing Company Name: North American Bus Industries, Inc. e of Non-Comnliance The bidder hereby certifies that it cannot comply with the requirements of 49 U.S.C. Section 53230)(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 U.S.C. Sections 5323G)(2)(B) or OX2)(D), Sections 165(b)(2) or (b)(4) of the Surface Transportation Assistance Act, as amended, and regulations in 49 C.F.R. 661.7. Date: Signature: Title: Company Name: 10, LOBBYING 31 U.S.C. 1352 49 CFR Part 19 49 CFR Part 20 Byrd Anti -Lobbying Amendment, 31 U.S.C.1352, as amended by the Lobbying Disclosure Act of 1995, P.L.104-65 [to be codified at 2 U.S.C. § 1601, et seq.1- Contractors who apply or bid for an award of $100,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non -Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C.1352. Such disclosures are forwarded from tier to tier up to the recipient. APPENDIX A, 49 CFR PART 20—CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned [Contractor] certifies, to the best of his or her 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 an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for matting 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 instructions (as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1119196). Note. Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L.104-65, to be codified at 2 U.S.C. 1601, et seq.)] (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than S 10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] North American Bus Industries, Inc. The Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees the provisio o =1 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. �-_ Signature of Contractor's Authorized Official Senior Vice President Joseph R. Gibson, Transit Bus Sales & Marketing Name and Title of Contractor's Authorized Official June 15, 2007 Date This procurement is subject to the previsions of Section 26.49 of 49 CFR Part 26. Accordingly, as a condition of permission to propose, the following certification must be completed and submitted with tfie proposal. TRANSIT VEHICLE MANUFACTURER CERTIFICATION North American Bus Industries, Inc; a TVM, hereby certifies that it has complied with the requirements of Section 26.49 of 49 CFR Part 26 by submitting a current annual overall DBE goal to PTA. This goal apply to Federal Fiscal Year 2007 (October 1, 2006 to September 30, 202D and have been accepted or not accepted by FTA. hereby certifies that the manufacturer of the transit vehicle to be supplied has complied with the above referenced requirement of Section 26.49 of 49 CFR Part 26. Signature: Joseph R. Gibson Date: June 15, 2007 Senior Vice President Title: Transit Bus Sales & Marketing Firm: North American Bus Industries, Inc. FEDERAL MOTOR VEHICLE SAFETY STANDARDS CERTIFICATION North American Bus Industries, Inc. hereby certifies that the vehicles offered in response to the subject solicitation will conform to all applicable Federal Motor Vehicle Safety Standards in effect on the date of manufacture. DATE: June 15, 2007 SIGNATURE: .--� PRINT NAME: Joseph R. Gibson Senior Vice President, TITLE: Transit Bus Sales & Marketing FIRM: North American Bus Industries. Inc. Notice of Award, Notice to Proceed, Change Order Form Example NOTICE OF AWARD Date: July 25, 2007 TO: North American Bus Industries, Inc. (NABI) FROM: City of Fort Collins (City) PROJECT: P1065 Transfort Buses You are hereby notified that, per your proposal dated April 23, 2007, NABI has been awarded an Agreement to Purchase three (3) 35-foot, low -floor, heavy duty, CNG powered buses. Three (3) copies of the Agreement to Purchase are enclosed. You must, within fifteen (15) days, deliver to the City of Fort Collins three (3) fully executed copies of the Agreement to Purchase. Failure to comply with these conditions within the time specified will entitle the City of Fort Collins to consider your proposal abandoned and to annul this Agreement to Purchase. Within ten (10) days after you comply with those conditions, the City of Fort Collins will return to you one (1) fully -signed copy of the Agreement to Purchase. City of Fort Collins Jame B. 'Neill, II, PPO, FNIGP Direc r Purchasing & Risk Management NOTICE TO PROCEED Description of Work: Construction and delivery of three (3) 35-foot, heavy duty, low floor, CNG powered transit buses, per P1065 Agreement to Purchase. To: North American Bus Industries, Inc (NABI) From: City of Fort Collins (City) This notice is to advise you: That the Agreement to Purchase covering the above described Work has been fully executed by NABI and the City of Fort Collins. That the City has approved said Contract Documents. Therefore, you are hereby authorized and directed to proceed with the Work, as required by the Agreement to Purchase. Cit Fort Collins Jato B. O'Neill II, CPPO Director of Purch sin and Risk Management Date: 3 O ACKNOWLEDGMENT OF NOTICE North American Bus Industries, Inc. By: J6SL-Vj4 Title: Ise A�'�. Date: Return a signed copy of this Notice to Proceed to: City of Fort Collins Purchasing, PO Box 580, Fort Collins, CO 80522 CHANGE ORDER AUTHORIZATION Change Order Number: Contract change Contractor: North American Bus Industries (NABI) 106 National Drive Anniston, AL 36207 Date: Equipment or configuration change Project: Order for three (3) 35-foot HD LWF, CNG powered, transit buses Current Cost (including change orders issued to date): $ 365,289 per bus, plus $1,649 for the stainless steel seat frame option Total: $ 366,938 per bus Grand Total: $1,100,814 for three buses Item # Description Qty Unit price Ext. cost + or -) Change Order Total: Current Contract Cost: $ 1,100,814 Total, this Change Order: $ This Change Order, % Change: Revised Contract Amount: $ Cumulative Change Order Amt: $ Cumulative % Change: Change Order Approved By: City of Fort Collins Project Manager Date: North American Bus Industries, Inc. (Title) Director of Purchasing & Risk Management Date: (for change orders over $30,000) Date: 4. CARGO PREFERENCE REQUIREMENTS 46 U.S.C.1241 46 CFR Part 381 Cargo Preference - Use of United States -Flag Vessels - The contractor agrees: a. to use privately owned United States -Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States -Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of 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.) c. 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 6. ENERGY CONSERVATION REQUIREMENTS 42 U.S.C. 6321 et seq. 49 CFR Part 18 Energy Conservation - The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. 7. CLEAN WATER REQUIREMENTS 33 U.S.C.1251 Clean Water - (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 U.S.C. 1251 et M. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (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. Additional Correspondence Related to the Proposal Jim Hume Response from NABI Page 1 From: Jim Hume To: Dave Leicester; Jim Culley; Kathleen Walker; Mike Conley Date: 6/12/2007 7:38:10 AM Subject: Response from NABI Here are the questions I sent to NABI, along with their responses: 1. Your proposal says you comply with the forward -facing seating requirement, but the drawing shows a substantial number of inward -facing seats. Can the bus be configured with all forward -facing seats? North American Bus Industries, Inc. response — the 35- and 40-foot seating layouts included with our proposal are showing aisle -facing seats in the wheelchair positions in order to allow ample room for wheelchair maneuvering in this area of the bus. The seats over the rear wheel houses are configured in an aisle -facing arrangement in an effort to maximize seating. In converting the aisle -facing passenger seats over the rear wheel houses to forward -facing seats, you will most likely lose 2 passenger seats ... one on each side of the bus. 2. We can't tell by the drawings which door is the battery door. Can you send me something that makes that clear? North American Bus Industries, Inc. response — The battery compartment door is located on the right side (i.e. curb side) of the vehicle and just aft of the rear axle. I've enclosed a general drawing of the service and access doors for a typical NABI Model 40-LFW bus, which depicts the battery access door. The location of the battery access door on the general drawing is the same location of the battery access door for the buses proposed to Transfort. This location is consistent for all 3 lengths of buses. (drawing attached to this message) What size are the lights on the rear? North American Bus Industries, Inc. response — The rear lights are 7-inch LED for the brake/tail lights and turn signals. The back-up lights are 4-inch LED. Rich Himes, NABI rep, also told me that they seldom work out final seating configurations until after a contract has been awarded. There are so many possible combinations that it is impossible to present all of them in an RFP. If selected, he's positive NABI can work out whatever seating arrangement Transfort would like. I'm sure this is true of the other two vendors as well. Jim Date IC, ACCESS DMR ATTIC, ACCESS D13I3R NABI 40 LFW - 40 'LOW FLOOR BUS STANDARD Date, 30, ❑ct, 2006. SERVICE AND ACCESS DOORS Created by�acktmonn Drawing nuMberl80-LF40-A05 June 22, 2007 NABI BUS QUESTIONS 1. Please verify that the engine you will provide will be the Cummins ISL-G 280hp. The Cummins ISL-G 280 hp engine will be provided in all three (3) LFW Models (i.e. 31-, 35- and 40-1,FW). 2. Do you actually offer a 6.14:1 rear axle ratio? What is the top speed? The 6.1.4 rear axle ratio is available as well as the 5.63, 5.38 and 4.89 rear axle ratios. Per our telephone conversation, the SCAAN included with our Proposal (see Tab J) which used the Cummins ISL-G engine, Allison B400R, 6-speed transmission and the 4.89 rear axle ratio gives a 79+ mph top speed. Top speeds for those axle ratios available are as follows: 1. 79 mph with the 4.89 2. 72 mph with the 5.38 3. 69 mph with the 5.63 4. 63 mph with the 6.1.4 You are only offering a rear area roof hatch, correct? Our Proposal included a single roof hatch approximately over the rear axle for all three (3) LFW Models (i.e. 31-, 35- and 40-LFW). Please note that the required emergency egress openings can still be met with the use of a single roof hatch. If Transfort desires, we can provide a second roof hatch for all three (3) bus lengths. Please see exterior elevation drawings for the Models 31-, 35- and 40-LFW, which depict a second roof hatch approximately over the front axle. 4. Can we add a video system to the bus build if we give you specifications and manufacturer? We are in the process of selecting a vendor right now and would like to include the cameras on the next bus build. A video surveillance system can be added to the bus build as tong as we are given a change order in advance of commencement of the build and taking into consideration the lead times of the vendor you select. Once you have made your decision, please advise us of the selected vendor and provide us with the specifications of the camera system you desire to be outfitted on the buses. 5. Will you provide a total of four fold down forward facing seats in the wheel chair locations if we so request? Based on our telephone conversation on Friday, June 22 North American Bus Industries has not installed the Freedman type forward -facing fold and flip seats in any of its LFW Model buses. If Transfort decides that it desires this type of passenger seat in its buses, we would be happy to investigate further and provide a quotation. 6. Please verify that On Spot automatic snow chains will fit on your low floor bus. Regarding the On Spot automatic snow chains, North American Bus Industries, Inc's. :Engineering is investigating whether or not this equipment can be outfitted on the Models 31-, 35- and 40-LFW buses, and once this investigation is completed I will advise of our findings. 7. Please verify the stainless steel seat option is the entire seat and shell with a cloth insert. The passenger seats included with our main proposal are American Seating 6468T, T- pedestal seats with VR-50 vandal resistant Ioldsworth W989 :inserts and with lower portion of the frame stainless steel and with tipper portion of the frame being mild steel. For the stainless steel option, the entire seat frame is stainless steel. 8. Explain in detail the process to repair and file claims under warranty with NABI and include your labor reimbursement rate. For a complete discussion of our warranty procedures, including our warranty claims process please see attached Warranty Procedures manual. North. American Bus Industries, Inc. will pay Transfort's/City of Fort Collins' prevailing labor rate. Please confirm in writing the prevailing labor rate. 9. Please ups copies of your most recent service, wiring, and parts books/manuals for your low floor bus. They will be returned within 20 working days undamaged or you are authorized to bill Transfort for their value. - To 6570 Portner Road, Fort Collins Colorado 80525 Electronic copies of representative publications were included with our offer on a CD. Publications on the CD included Operator's, Maintenance and Parts Manuals as well as electrical and air schematics. If hard copies of these representative manuals are desired, please don't hesitate to let me know and I will forward a set to your attention. 10. Could you give us a quote for the BRT styling upgrade on a 35' low floor bus if you offer one? North American Bus Industries' BRT models are a separate platform from the LFW model proposed to Transfort, Fort Collins. Our BRT designed vehicles represent a substantial departure from the conventional or "shoe -box" appearing buses and involved a total redesign from the ground up and not just in appearance. The BRT models include the following lengths: l . Model. 37-BRT, 37.5' length 2. Model 40-BRT, 40' length 3. Model 42-BRT, 42.5 length 4. Model 60-BRT, 60' length 5. Model 65-BRT, 65' length As you can see from the above mentioned BRT lengths, we do not have a 35-foot version of the BRT. What we have done since our Proposal was tendered is re -style the front mask of the Model LFW platform in all lengths (i.e. 31-, 35- and 40-foot lengths). This re -styling of the front mask gives a more styled and sleek appearance to the front of the bus and this re -styled front mask will be provided on all lengths of the above mentioned LFW platform to be built for Transfort, Fort Collins. I have included with this email response a few rendering of this re -styled front mask as well as revised exterior elevation drawings depicting this re -styled front mask. Pre -Award Audit Ft. Collins Pre -Award Buy America Audit 2007' - 35ft Buses Part Number Description - CONFIDENTIAL-35ft Buses Qty I Ulm Supplier American % 40LFW.31.0002 FOOTHILL 130000,LOT 2-Base for Ft. Collins NIA SHELL, FT. COLLINS 35FT MILD STEEL 1 ea NAB[, KFT 0.00% N/A CNG PACKAGE, 6 LINCOLN TANKS 1 ea FAB INDUSTRIES 12.06% NIA ENGINE, CUMMINS ISL-G 280 1 ea CUMMINS ENGINE COMPANY 7.61% WA HVAC, TK T1, IA 11, R134A, BRUSHLESS, X430 1 ea THERMO KING CORP. 5.86% NIA TRANSMISSION, ALLISON, 8400R, 5 SPEED 1 ea ALLISON TRANSMISSION 2.33% WA WHEELCHAIR RAMP, LU-6 W/HEATER 2j 2 ea LIFT-U 429% WA PASSENGER SEATING ea AMERICAN SEATING 3.58% N/A AXLE, REAR, 71163RX3538 1 ea ARVIN MERITOR 2.46% WA DESTINATION SIGNS ea LUMINATOR 1.80% NIA AXLE, FRONT, FH946RX168 1 ea ARVIN MERITOR 1.37% NIA AUXILLARY HEATER, WEBASTO NGW 300 1 ea WEBASTO THERMOSYSTEMS 0,00% NIA MULTIPLEX, G3 ea 1/0 CONTROLS CORPORATION 1.30% N/A WINDOWS, STORM TITE FULL FIXED ea STORM TITE 1.16% NIA FIRE SUPPRESSION 1 as AMEREX 1.11% 507-1301-001 RADIATOR, TOUCHSTONE eel YOUNG TOUCHSTONE 0.94% WA DOORS FRONT&REAR -LWB ea VAPOR BUS INTERNATIONAL 0.91% N/A EXHAUST AFTER TREATMENT, 3-WAY CATALYST 1 ea FLEETGUARD NELSON 0.90% WA LIGHTING (INT.), PRETORIA TR-4 FLOURESCENT ea PRETORIA TRANSIT INTERIORS 0.73% WA FLOOR COVERING, ALTRO TFM2706 an ALTRO TRANSFLOR 0-00% WA ALTERNATOR,C701 300A 1 ea C.E. NIEHOFF 0.60% WA HYD PUMP, MOTOR, CONTROL VALVE STD ea CROSS FLUID POWER 026% NIA DRIVERS SEAT, RECARO, ERGO METRO 1 ea RECARO NORTH AMERICA 0.43% WA BIKE RACK, DL-3 TRILOGY MS BLACK 1 ea SPORTSWORKS 0.32% WA ALLISON TRANSMISSION MISC. ITEMS ea ALLISON TRANSMISSION 0.31% WA TIRES, MICHELIN XZU2 LRL 3051701122.5 2 ea MICHELIN TIRE 0.30% 5004712 COOLER TRANS OIL,MODINE,35PSI 1 ea MODINE MFG. 0.27% NIA INSULATION, INTIENG COMP, as INSULTECH 026% 416.00.9106.900 BUMPER,REAR 1 ea ROMEO RIM INC. 026% 5013945 BUMPER,FRONT 1 lea ROMEO RIM INC. 026% 611-1770-001 HEATERIDEF,DR,BRUSHLESS,RECIRC 1 ea A.R. LINTERN INC. 024% WA WHEELS, ALCOA POLISHED 2 2 as ALUMINUM COMPANY OF AMERICA 024% N/A MIRRORS EXTERIOR ea B & R MANUFACTURING 022% 501-1776-002 HEATER,UNDERSEAT,WALL MT 1 ea A.R. LINTERN INC. 0.21% 501-1775-001 HEATER,UNDERSEAT,BRUSHLESS 1 as A.R. LINTERN INC. 020% N/A AD RACKS, EXTERIOR ea YARDER MANUFACTURING CO. 0.18% 5004375-007 PUMP,MARINE,16GPM ilea AMETEKIROTRON 0.17% 6018313,04 PNL,MULLION,96x55x.06,85 W H PB 4 ea R & D SALES 0.16% NIA MISC. CUMMINS PARTS ea CUMMINS ENGINE COMPANY 0.16% WA TIRE, SPARE, MICHELIN 1 ea MICHELIN TIRE 1 0.15% 436.03.1333.900 COOLER,HYD OIL,W24V FAN 1 ea THERMAL DYNAMICS CORP. 0.14% WA CHARGE AIC SYSTEM 1 ea THERMO KING OF BIRMINGHAM 0.14% 5023248 EQUALIZER,POWER 1 ea SURE POWER INDUSTRIES, INC. 0.13% R. Collins Pre -Award Buy America Audit 2007' - 35ft Buses Part Number Descri lion - CONFIDENTIAL- 35ft Buses Qty UIM I Supplier American % N/A WHEEL, SPARE 1 ea JALUMINUM COMPANY OF AMERICA 0.12% NIA ROOF HATCHES sa TRANSPEC, INC. 0.12% WA DECALS ea APPLIED GRAPHICS 0.11% 6026704 ECUABS 4S4M,CAB-MT,D,24V,1939 1 ea MERITOR WABCO 0.00% 520-1613-001 PANEL,DASH,SIDE,DRIVERS 1 ea BOLTON CONDUCTIVE SYSTEMS 0.10% 500 3816-002 VALVE,IWEELING BLOCK,w/OR,P2C 1 ea SUNSOURCE 0.10% 5018306.01 PNL,SDWL,12W2xO18,304SS 2.3 ea IRIMEX METALS 0.100/0 5009317 VALVE,MODULATORABS,24V 4 ea MERITOR WABCO 0.00% 5183007-025 AJR SPRiNG,GOODYEAR,1 R11 250 4 ea GOODYEAR TIRE & RUBBER 0.10% N/A BATTERIES, DEKA 908DMF 8D ea TAYLOR BATTERY 0.10% 500-1001-011 STARTER,42MT,24V,CUMMINS 1 ea REMY, INC. 0.00% N/A RADIO AWFM W/SPKR FOR DRIVER ea RADIO ENGINEERING 0.09% 610-1773-002 FAN,BOOSTER,BRUSHLESS 1 ea AME I EK/ROTRON 0.09% 416.07.1060.904 DRIVESHAFT,15.314",S-50B40OR 1 ea JDANA CORPORATION 0.09% 5021746 FOAM TAPE,1/8x1-112,DBL,VHB 225 ft TURNER SUPPLY 0.08% SD249M COOLANT,ES COMPLEAT EG PREMIX 26.5 gal CUMMINS ENGINE COMPANY 0.08% WA AIR DRYER GRAHAM WHITEAD-9 1 ea BEND01 0.00% WA CHROMABASE 5 al E.I. DUPONT CO. 0.08% 6027250 EXTRUSFONALA1R DUCT PANEL 63.8 ft EAGLE ALLOYS CORP. 0.07% 600-2610-015 PAiNT,CLEAR,TC 35000 3.5 gal E.I. DUPONT CO. 0.07% N/A PUBLIC ADDRESS, REI 2-CHANNEL ea RADIO ENGINEERING 0.07% SD33634 UGHT,BACKUP,4",WH,LED,CTD,PTD 2 ea DIALIGHT CORP. 0.00% 5018319.02 PNL,CLNG,60x47.88x10,SG203-1 6 ea PIONITEIPIONEER PLASTICS 0.07% 5019277 PLYWOOD,V2"x55�',DB PLY 1 ea GREENWOOD PRODUCTS 0.07% 5019282 SEAT TRACK,UPPER 58.416 ft WILLIAM L. BONNELL COMPANY 0.06% 5026260 CABLE ASSYJUMPSTART 1 ea ITRANSPORTATION SAFETY TECHNOLOGIES OA6% 600-2610-016 ACTIVATOR,DUPONT 12305 S 8.5 qt JE.I. DUPONT CO. 0.06% 6DO1036 WIRE 7IE,14"AQUA,HI TEMP 300 ea MARTIN SUPPLY COMPANY 0.054/0 616-1408-001 TUBE,FLEX,4"01),CGAS 1 ea HYDRAULIC TUBES & FITTINGS 0.05% 5013764 SWITCH,BATT DISCONNECT,KNIFE 1 ea WESGARDE COMPONENTS GROUP 0.00% WA SENSITIVE EDGES ea VAPOR BUS INTERNATIONAL 0.05% 6018473 VALVE,BRAKE PEDAL,E-10P,33 DEG flea BENDIX COMMERCIAL VEHICLE 0.00% 6013909 ARM,WINDSHIELD WIPER,WET 2 ea SPRAGUE DEVICES 0.05% 501-2190-001 OIL,GEAR.EXXON MOBIL,75W90 43.967 Ib MCPHERSON OIL COMPANY 0.05% 6001035 WIRE TIE,11"AQUA,HI TEMP 300 ea MARTIN SUPPLY COMPANY 0.05% 5DO3487 ACCELERATOR CUMMINS M11 1 ea WILLIAMS CONTROLS 0.01% 518 3007-025 AIR SPRING,GOODY£AR.1R11-260 2 ea GOODYEAR TIRE & RUBBER 0.05% 618-7124-014 COVER.FRAME,FRT WHEELWELL,YW 2 ea T & T TRANSIT 0.06% 5018626.01 DUCTA/C TRANSITION,S/S 1 ea ALABAMA LASER TECHNOLOGIES 0.05% 700-8607-006 ADHESiVE,SIKACOLL,4KG 12 kg SIKA CORPORATION 0.00% 5018306.02 PNL,SDWL,96x19.38x018,304SS 2.8 ea RIMEX METALS 0.05% 416.04.1530.902 AIR CLEANER,14",EBB 14-0209 1 ea DONALDSON COMPANY 0.05% 416.02.2303.900 RESERVOIR,HYDRAULIC,16 QT 1 ea FLEETGUARD NELSON 0.04% FIG Collins Pre -Award Buy America Audit 2007' - 35ft Buses Part Number Description - CONFIDENTL4L- 35ft Buses Qty U/M I Supplier American % 5018626.02 DUCT,A/C TRANSITION,C/S 1 ea ALABAMA LASER TECHNOLOGIES 0.04% 5041774-010 GRILLE,A/C RETURN 1 ea ALABAMA LASER TECHNOLOGIES 0.04% N/A FAREBOX 1 ea GFI GENFARE / MIDWEST ELECTRONICS 0.0410% 416.00.9215.931 TUBING,SS,1-1/4x.065,180 GRIT 44.908 ft STEWART STAINLESS SUPPLY INC. 0.04% 5009506 ENGINE MOUNT,REAR,C8.3G,ISC280 2 ea LORD CORPORATION 0.02% WA WIRE COPPER ESCALATION ADJUSTMENT ea MARTIN SUPPLY COMPANY 0,04% 516-1408-002 INSULATION,FLEX PIPE CGAS 1 ea INSULTECH 0.04% 600-1787-001 LIGHT,CURB,3-1/2",ROUND,LED 1 as TRANSPORTATION SAFETY TECHNOLOGIES 0.04% 6W4774-010 FRAME,GRILLE,A/C RETURN,LARGE 1 ea ALABAMA LASER TECHNOLOGIES 0.04% 700-8606-007 RIVET,1/4,.415-.725,SS,CSK 156 ea WELLS TECHNOLOGY 0.04% 5025737 LIGHT,TURN/TAIL,7"AMBER,LED 2 ea DIALIGHT CORP. 0.00% 5019283 SEAT TRACK,LOWER 43.08 ft WILLIAM L. BONNELL COMPANY 0.04% 516-1408-003 INSULATION,FLEX PIPE,LWR CGAS 1 ea INSULTECH 0.04% 416.00A216.931 TUBING,SS,1-1/4x065,180 GRIT 38.498 ft STEWART STAINLESS SUPPLY INC. 0.04% 5018265 CHIME,DUALTONE,12V,w/o DELAY 2 ea SIEMENS 0.04% 5D25736 LIGHT,STOPlrA1L,7",RED,LED,PTD 2 ea DIALIGHT CORP. 0.00% NIA ATC 2 ea MERITOR WABCO 0.00% 5009902 TAPE,DBL SIDED,3/4x108'/RL 2.316 rl MARTIN SUPPLY COMPANY 0.03% 700-1376-007 VALVE,SOLENOID,-16F1P,HI TEMP 1 ea CROSS FLUID POWER 0.00% 5005000 MODULE/SWITCH ASSY,WIPER,ECAM 1 ea SPRAGUE DEVICES 0.03% 50226W COVER,FUEL LINE CLOSEOUT,CNG 1 ea ALA13AMA LASER TECHNOLOGIES 0.03% 6019375 PULLEY,MODIFIED,6V DBL,5.88 OD 1 ea MUNFORD MACHINE 0.03% SD24632 LIGHT,SIDE TURNAMBER,w/o CONN 5 ea DIALIGHT CORP. 0.00% 416.07.9520.900 SIGN,STOP REOUEST,RED BACKGR 1 ea TRANSIGN INC. 0.03% 5020243 CABLE,2AWG,490",24V,1/4&3/8 1 ea TRANSPORTATION SAFETY TECHNOLOGIES 0.03% 5020244 CABLE,2AWG,490",12V,1/4&3/8 1 ea TRANSPORTATION SAFETY TECHNOLOGIES 0.03% N/A CONTROLS FOR SECOND RAMP 0.03% 501-1408-010 ELBOW,EXHAUST OUTLET,S",SS 1 ea SUPERIOR TUBE -PIPE BENDING 0.03% 5002479 FOOTREST DRVRS PEDALS 1 ea KASTALON INC. 0.03% 436.04.3804.910 VALVE,DUMP,WABCO,1/4 TURN 2 ea MERITOR WABCO 0.00% 500-1310-004 TUBE,RAD SUPPLY,C8.3G 1 ea SUPERIOR TUBE -PIPE BENDING 0.03% 6023962 L1GHT,STOPfTAIL,4",REDEQ ,LPTD 3 ea DIALIGHT CORP. 0.00% WA DEXRON 111 13.5 0.03% 600-1332-003 FAN,9 BLADE,w/HUB,6ZL 1 ea MULTI -WING AMERICA 0.03% 500-2305-048 ISOLATOR,HYD,DOUBLE 11 es SYNAFLEX RUBBER PRODUCTS 0.03% 5001037 WIRE TIE,14"AOUA,Hi TEMP,WIDE 100 ea I MARTIN SUPPLY COMPANY 0.03% 501-7447-004 H0$,240120/F02000/FO2046/41.0 1 ea RUBBER & SPECIALTIES 0.03% 5028916 TUBE,WLDMT,INTAKE,C8.3G 1 ea ASC INDUSTRIES 0.03% 416.00.3804.953 SOLENOID SKINNER 24V N/C 1 ea SUNSOURCE 0.03% 6011119 TUBE,CAC4NTAKE,C8.3G 1 ea SUPERIOR TUBE -PIPE BENDING 0.03% 5031239 MOTOR WIPER,ELECTRIC,C/S 1 ea SPRAGUE DEVICES 0.00% 6031277 MOTOR WIPER ELECTRIC,S/S 1 ea SPRAGUE DEVICES 0.000A ' 500-1085-010 BELTGUARD,C8.3G I Ilea IT & T TRANSIT 0.03% 8. BUS TESTING 49 U.S.C. 5323(c) 49 CFR Part 665 Bus Testing - The Contractor [Manufacturer] agrees to comply with 49 U.S.C. A 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 which will be prior to the recipient's final acceptance of the first vehicle. 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. CERTIFICATION OF COMPLIANCE WITH FTA'S BUS TESTING REQUIREMENTS The undersigned [Contractor/Manufacturer] certifies that the vehicle offered in this procurement complies with 49 U.S.C. A 5323(c) and FTA's implementing regulation at 49 CFR Part 665. 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. Date: Signature: Company Name: Title: FL Collins Pre -Award Buy America Audit 2007' - 35ft Buses Part Number Description - CONFIDENTIAL- 3611 Buses Qty U/M I Supplier American % 600-131D-003 TUBE,LWR RAD,C8.3G 1 ea SUPERIOR TUBE -PIPE BENDING 0.03% 5016420 TUBE INTAKE BOX>CLEANER 1 ea ASC INDUSTRIES 0.03% 6022479 SUNSHADE,DRIVERS,FULL MESH,GY 1 ea AUTOMOTION SHADE 0,00% 5020643 SUNSHADE,DRIVERS GY 1 ee AUTOMOTION SHADE 0.00% 416.06.1333.905 HO$,150220/FJ2000/FJ2045/22.0 2 ea PARKER HANNIFIN 0.03% 416.00.1401.916 WIRE TIE,14",3LACK 1600 ea MARTIN SUPPLY COMPANY 0.03% 6028985 INSUL,CAC PIPE,C8.3G 1 ea INSULTECH 0.03% 50108M CABLEABS MODULATOR,I8M 2 ea MERITOR WABCO 0.00% 6018194 HEADLIGHT ASSY H1,2000 HR 2 ea INDUSTRIAL ELECTRIC SUPPLY 0.03% 6018193 HEADLIGHT ASSY,LO/HI,2000 HR 2 ea INDUSTRIAL ELECTRIC SUPPLY 0.03% 5022644 SWITCH GRD,CLSD>DOWN,BK 7 ea WESGARDE COMPONENTS GROUP 5001061 PLYWOOD,LUAN,1/4"x450,dB PLY 1 ea GREENWOOD PRODUCTS 0.02% 502-7447-010 WLDMTARM,TENSIONER BRKT,2007 1 en INTERSTATE SHEET METAL 0.02% 6002369 TAPE,ELEC,HI TEMP,66FT/RL 38 ea CD COVENANT DISTRIBUTORS 0.02% 5017762 O1L,ENG,15W40,LNG,BUSGARD GEO 8.5 g# MCPHERSON OIL COMPANY 0.02% 416.00.1355.929 ELBOW,90,SILICONE,1",4.25x7.75 4 ea PUROSIL 0.02% 6023921 CARPETAR BLKHD,DARK GRAY 352 ft2 LYLE INDUSTRIES INC. 0.02% 600-2610-013 BASE MAKER,DUPONT 7186 S 4.5 gad E.I. DUPONT CO. 0.02% 5019778 SPEEDOMETER,VDO,85 MPH,85mm 1 ea VDO NORTH AMERICA 0.00% 600-1788-001 LIGHT,STEP-UP,2-1/2"ROUND,LED 2 ea DIALIGHT CORP. 0.00% 5025232 HO$,3W116/FO1600/FO1645/35.0 1 ea SOUTHEASTERN HOSE 0.02% WA FIRST AID KIT, WEATHERPROOF, ACM-13200 1 ea CERTIFIED SAFETY MFG. 0.02% 5016016 SCREW,QUICK OPENING 54.6 ea AUSTIN HARDWARE 8 SUPPLY 0.02% 6022913 CABLE,4/0,98",24V,1/28&1/2 1 ea TRANSPORTATION SAFETY TECHNOLOGIES 0.02% 5=163 LIGHT,MARKERAMBER,FLSH MT,LED 5 ea IDIALIGHT CORP. 0.00% 5030164 LIGHT,MARKER,RED,Fl-USH MT,LED 5 ea IDIALIGHT CORP. 0.00% SM1480 DASH FAN 1 ea BERGSTROM MANUFACTURING 0.02% 500-1690-002 WIRE ASSY,C/S,BLKHWBATT BOX 1 ea TRANSPORTATION SAFETY TECHNOLOGIES 0.02% 50195M PNL,MODESTY,3/8",PEBBLE,85 WH 1 ea R & D SALES 0.02% 416.01.9619.902 PULL CORD GUIDE 20 an TRANS-LITE INC. 0.02% 416.04.7146.901 MOULDING,CEILING,SS COVER,60" 7 pc PYRAMID MOULDINGS 0.02% 416.00.3804.912 TUBING,AIR BRAKE,S✓8",GREEN 73 ft PARKER HANNIFIN 0.02% 600-1375429 MOSE,1"ID,SILICONEA-PLY,THERM 11.917 ft THERMOPOL INCORPORATED 0.02% 5022401 HO$,120116/FJ1600/FJ1690/84.0 1 ea PARKER HANNIFIN 0.02% 6027840 SCREW/SLEEVE NUT,SHR,SS 36 ea MARTIN SUPPLY COMPANY 0.02% 600-1685-011 SWITCH,PRESSURE,4PSI,NO 2 ea CROSS FLUID POWER 0.02% 500-16694)04 SWITCH,80 PSI,NC,1/4"NPT 2 ea MARTIN SUPPLY COMPANY 0.02% 500-1685-011 SWITCH,PRESSURE,4PSI,NO 2 ea CROSS FLUID POWER 0.02% 600-1685-015 SWITCH,PRESSURE,36PSI,NC 2 ea MARTIN SUPPLY COMPANY 0.02% 600-1611-007 PNL,MAIN ELEC PRE -DRILLED 1 ea I INTERSTATE SHEET METAL 0.02% 6024798 TUBE,CAC TO ENGINE @ ENG,C8.3G 1 ea C INDUSTRIES 0.02% 501-7447-M TENSIONE UTO,FNR,NO PULLEY 1 ea FENNER DRIVES 0.02% 5W2230 PNL,CLNG,60x60x10,BK,SE101-S 1 ea I PIONITEIPIONEER PLASTICS 0.02% Ft. Collins Pre -Award Buy America Audit 2007' - 35ft Buses Part Number Description - CONFIDENTIAL- 35it Buses Qty U/Ni Suppuer American % 6022281 CABLE,6AWG,512" 4V,1/4&3/8 1 as TRANSPORTATION SAFETY TECHNOLOGIES 0.02% 6010131 LIGHT,OVAL,LED,RD TAIL/STOP 2 ea PETERSON MANUFACTURING 0.00% 614-3815-065 HO$,120116/FJ1600/FJ1645/85.0 1 as PARKER HANNIFIN 0.02% 416.00.1355.929 ELB0W,90,SILICONE,1"4.25x7.75 3 ea PUROSIL 0.02% 800-1684-002 FUSE BLOCK,6-POS;/RING TERM 3 ea WESGARDE COMPONENTS GROUP 0.02% 800-1684-002 FUSE BLOCK,6-POS,w/RING TERM 3 ea WESGARDE COMPONENTS GROUP 0.02% 5017363 CABLE,4/0,16",12V,3/8&3/8 3 ea TRANSPORTATION SAFETY TECHNOLOGIES 0.02% 6010867 CABLE,ASS SENSOR,I8M 2 ea MERITOR WABCO 0.00"/0 416.01.130.903 CLAMP,CT,BREEZE,1"-1.75" 14 ea CD COVENANT DISTRIBUTORS 0.02% 5009319 CABLE,ABS MODULATOR VALVE,I2M 2 ea MERITOR WABCO 0.00% 501WW ADHESIVEACRYLIC STRUCTURAL 4.6 ea ENFASCO 0.02% 500-2610-171 SEALER 42410a 1 gal E.I. DUPONT CO. 0.02% 436.03.2306.910 ALARMSTAT,3/8",NPT,NO/NC,160F 1 ea MEI CORPORATION 0.02% 5030163 LIGHT,MARKER,AMBER,FLSH MT,LED 4 ea DiALIGHT CORP. 0.00% 5007066 LOOM,3/8"OD,1/4"ID,NYLON,SPLIT 766 ft WESGARDE COMPONENTS GROUP 0.020/c 600-1690-001 WIREASSYPOWER,C/S 1 ea TRANSPORTATION SAFETY TECHNOLOGIES 0.02% 416.00.9612.909 SWITCH STOP REQUEST 4 ea WESGARDE COMPONENTS GROUP 0.00% 600-1375-029 HOSE,1"ID SIUCONE,4-PLY,THERM 9.9 ft ITHERMOPOL INCORPORATED 0.02% 6002624 CLAMP,HOSE,8ILICONE/SS,111) 60 ea JCD COVENANT DISTRIBUTORS 0.02% 6002677 TEE-16MJ-16MJ-20MJ,BRASS 1 ea RUBBER & SPECIALTIES 0.00% 5002528 CLAMP,HOSE,SILICONE/SS,2"iD 29 as CD COVENANT DISTRIBUTORS 0.02% 416.00.3804.926 LOOM,1-1/2"OD 35 ft MARTIN SUPPLY COMPANY 0.02% 6004991 SPACER ASSY,OUTER,WIPER,ECAM 2 ea SPRAGUE DEVICES 0.01% 5006842 PIP CHARGE AIR COOLER 1 as SUPERIOR TUBE -PIPE BENDING 0.01% 436.00.3804.901 GAUGEAIR PRESS,DUAL 3-1/8" 1 ea VDO NORTH AMERICA 0.00% SD27592 PANEL,ENGINE CONTROL BOX 1 ea BOLTON CONDUCTIVE SYSTEMS 0.01% 5016500 PULLEY,PULLCORD 8 ea WILCOX CRITTENDEN 0.00% 5002526 CLAMP,HOSE,SILICONE/SS,1.6"ID 47 ea CD COVENANT DISTRIBUTORS 0.01% 5014196 ELBOW,90,DU PT,-6MP-10T-4T,P2C 7 ea PARKER HANNIFIN 0.01% 6028450 STANCHION,PAX ASSIST,YW 1 ea SUPERIOR TUBE -PIPE BENDING 0.01% 600-2610-012 WHITE IMRON 0.76 gal E.I. DUPONT CO. 0.01% 5026326 PLATE,FOOT,S/S 1 ea T & T TRANSIT 0.01 % 602-2306-003 HO$,100120/FJ2000/FJ2090/60.0 1 ea PARKER HANNIFIN 0.01% 60044004065 HO$,150220/FJ2000/FJ2090/39.0 1 ea PARKER HANNIFIN 0.01%" 416.00.1313.900 CAP,SURGETANK,HINGED 1 ea SOUTHERN COACH PARTS 0.01% 5W7107 CLAMP,HOSE,SILICONE/SS,1.38"ID 40 ea CD COVENANT DISTRIBUTORS 0.01% 100-2610-004 PAINT,3LACK,DUPONT834-Y-68166 1 E.I. DUPONT CO. 0.01% 416.00.9215.931 TUBING,SS,1-1/4x065,180 GRIT 14.316 ft STEWART STAINLESS SUPPLY INC. 0.01% 416.00.9215.931 TUBING,SS,1-1/4x065,180 GRIT 14.299 ft STEWART STAINLESS SUPPLY INC. 0.01% 509-2390-028 HO$,150124/FJ2400/FJ2490/28.0 1 ea PARKER HANNIFIN 0.01%, 5D10612 ADAPTER,90,-24FJ-24MJ,9WIVEL 1.35 ea RUBBER &SPECIALTIES 0.010) 5004701 PLATE,BKG,ANT ACCESS COVER,AI 5 ea ALABAMA LASER TECHNOLOGIES 0.01% 6016648 ELB0W,90,-20M0.20MJ,STL,VITON 4 ea JPARKER HANNIFIN 0.015; Ft. Collins Pre -Award Buy America Audit 2007' - 35ft Buses Part Number Description - CONFIDENTIAL. 35ft Buses Qty U/M Supplier American % 518-1603-001 PANEL,FUSE BOARD 1 sa INTERSTATE SHEET METAL 0.01% 700-1375-013 ADAPTER,Y,-16FP,45LAT,CAST,BRS 1 ea MARTIN SUPPLY COMPANY 0.01% 5028144 TRAY,UPPER,18.25x12.50x1.62 2 ea ALABAMA LASER TECHNOLOGIES 0.01% 5007110 PLUSNUT,10-3ZLI75-.320,AL 64 ea WELLS TECHNOLOGY 0.01% 6DO2628 CLAMP,HOSE,SILICONE/SS,2"ID 24 as CD COVENANT DISTRIBUTORS 0.01% 416.06.9419.914 BRKT,NOZLLE,90 DEGREE 4 as ISPECIALTY FABRICATION 0.01% 518-7124-013 CAP,DRIVERS PLATFORM 1 ea T & T TRANSIT 0.01% 5020224 CABLE,4/0,52-,24V,1/2&3/8 1 ea TRANSPORTATION SAFETY TECHNOLOGIES 0.01% 500-1690-003 WIRE ASSY,POWER,C/S,C ZN>D ZN 1 ea TRANSPORTATION SAFETY TECHNOLOGIES 0.01% 5023170 VALVE,CHECK,-20FP,5 PSI 1 ea MARTIN SUPPLY COMPANY 0.01% 436.00.9216.922 TEE,STANCHION,2 HOLE SS,TL-102 10 ea ASC INDUSTRIES 0.01% 416.00.3804.918 TUBINGAIR BRAKE,5/8-,RED 47 ft PARKER HANNIFIN 0.01% 5019207.02 GLAZING,DOOR,EXIT,TOP 2 ea HOMPSON iG LLC 0.01% 5028128 TRAY,RADIO,18.25x14.50x15x1.25 1 ea ALABAMA LASER TECHNOLOGIES 0.01% 5016879 VALVE,RELAY R12DC 5.5 CRACK 1 ea BENDIX COMMERCIAL VEHICLE O.00% 610-1757-001 LIGHT,LICENSE PLATE,I2V,GRAY 2 ea TRUCK-LITE CORP. 0.01% 610-1757-001 LIGHT,LICENSE PLATE,I2V,GRAY 2 ea TRUCK-LITE CORP. 0.01% 5009322 KITABS HARN CONN,CAB MOUNT 1 ea MERITOR WABCO 0.00% 606-1084-001 ENGINE MOUNT,FRT,RBR,C8.3G 4 ea LORD CORPORATION 0.DO% 5014578 SUDES,DRAWER,18-, PAIR 4 pr AUSTIN HARDWARE & SUPPLY 0.00% 500-1310-002 TUBE,COOLANT BYPASS,C8.3G 1 ea SUPERIOR TUBE -PIPE BENDING 0.01% 416.01.1355.903 CLAMP,CT,BREEZE,1"-1.75" 10 ea CD COVENANT DISTRIBUTORS 0.01% 416.02.9402.906 FUSE HOLDER,A/C 7 ea WESGARDE COMPONENTS GROUP 0.00% SD22467 BRKT,MANIFOLD SUPPORT 1 ea ALABAMA LASER TECHNOLOGIES 0.01% 416.00.9215.931 TUBING,SS,1-1/4x065,180 GRIT 12.403 ft I STEWART STAINLESS SUPPLY INC. 0.01% 5033975 HOS,120208/FJ0800/FJ0890/60.0 1 sa PARKER HANNIFIN 0.01% 5DO2521 CLAMP,HOSE,SILICONE/SS,5M*ID 60 ea CD COVENANT DISTRIBUTORS 0.01% 416.00.3804.909 TUBING,AIR BRAKE,1/2",BLACK 75 ft PARKER HANNIFIN 0.01% 416.00.1355.929 ELBOW,90,SILICONE,1-,4.25x7.75 2 as PUROSIL 0.01% 416.00.9215.931 TUBING,SS,1-1/4x065,180 GRIT 11.98 it STEWART STAINLESS SUPPLY INC. 0.01% 505-1582-027 HO$.180308/FJ0800/FJO800/27.0 1 ea PARKER HANNIFIN 0.01% 16.00.3804.751 VALVE,SPRING BRAKE CONTROL 1 as BENDIX COMMERCIAL VEHICLE 0.00% 6W2567 SPEAKER,INT4 OHM,30W,5-1/2" 8 ea MITO CORP. 0.00% 506-2610-001 PAINT,BLACK,CHROMA BS,99K 1 gal E.I. DUPONT CO. 0.01% 5002246 SPEAKER,EXTERIOR,MIDWEST 1180 1 ea GFI GENFARE / MIDWEST ELECTRONICS 0.01% 5017863 TRIM,DRIVERS PLATFORM,FRONT 1 ea ALABAMA LASER TECHNOLOGIES 0.01% 600-1716-001 INSUL,BARYMAT,RR SETTEE,96x54 0.4445 ea BLACHFORD INC. 0.01% 5017272 SPACER,PULLCORD PULLEY 8 as T & T TRANSIT 0.01% 6030986.03 TUBING,CU,LTANNEALED,1-1/8- 10.5ft MARTIN SUPPLY COMPANY 0.01% 6022180 CABLE,4/0,43-,GND,3/8&3/B 1 ea TRANSPORTATION SAFETY TECHNOLOGIES 0.01% 509-2390-007 HO$.1001121FJ12001FJ1290/76.75 1 ea PARKER HANNIFIN 0.01% 5009321 CABLE,ABS SPEED SENSOR,I2M 2 as IMERITOR WABCO 0.00% SWI795 CLAMP,HOSE,SILICONE/SS,3/4"ID I 51 ea JCD COVENANT DISTRIBUTORS 0.01% a Collins Pre -Award Buy America Ault 2007' - 35ft Buses Part Number Description - CONFIDENTIAL- 35ft Buses Qfy U/M Supplier American % 6026078 BRKTASSY,SiDE DASH,WDW,F TYPE 1 ea INTERSTATE SHEET METAL 0.01% 5026119 BRKT ASSY,SIDE DASH,MEP,F TYPE 1 as INTERSTATE SHEET METAL 0.01% NIA MIRRORS INTERIOR ea B & R MANUFACTURING 0.01% 5019905 LABEL,PULLCORD,BI-LING 12 ea APPLIED GRAPHICS 0.01% 5013797 LiGHT,GREEN EXIT,LED,DIALIGHT 1 as DIALIGHT CORP. 0.00% 7004606-011 RIVET,.156X.800,.501-.625 G.R. 41 ea WELLS TECHNOLOGY 0.01% 700-86W-011 RIVET,.156X.800,.501-.625 G.R. 41 as WELLS TECHNOLOGY 0.01% 416.00.3804.719 VALVE,PRESS PROTECTION,92/98 2 sa BENDIX COMMERCIAL VEHICLE 0.00% 416.01.1355.905 CLAMP,CT BREEZE,2.25"-3.12- 10 as CD COVENANT DISTRIBUTORS 0.01% SWI040 L0OM,314"OD,SPLIT,NYLON 436 ft WESGARDE COMPONENTS GROUP 0.01% 6016394 CABLE,4/0,391,24VA/2&1/2 1 lea TRANSPORTATION SAFETY TECHNOLOGIES 0.01% 00.9215.922 TEE STANCHION,2 HOLE,SS,TL-102 8 as ASC INDUSTRIES 0.01% 50276W RUBBER,WINDOW CHAN,26"OPENING 37 It GRIFFITH RUBBER MILLS 0.01% 5004618 SHIELD,CURB LIGHT 2 ea FIBERGLASS UNLIMITED 0.01% 5004618 SHIELD,CURB LIGHT 2 as FIBERGLASS UNLIMITED 0.01% 5=184 STANCHION,SEAT, YW 1 as SUPERIOR TUBE -PIPE BENDING 0.01% SDIW71 STRAP,PASSENGER HAND ASSIST 4 ea INABI PARTS DIVISION 0.01% 5W7127 TUBE,TRANS CLR-ENGINE 1 as SUPERIOR TUBE -PIPE BENDING 0.01% 600-2305.003 TEE,-SMJ-8MJ-8FJ,SWIVEL,SS 1 ea PARKER HANNIFIN 0.01% 5020240 CABLE,2AWG,132",24V,3/8&1/2 1 ea TRANSPORTATION SAFETY TECHNOLOGIES 0.01% 6013911 BLADE,WINDSHIELD WIPER,800MM 2 ea SPRAGUE DEVICES 0.00% 436.04.9673.802 SPACER,PULL CORD GUIDE 20 as PERFORMANCE MACHINE WORKS 0.01% 5018327.01 TRIM."J-,CEILINGPANELS,6063AL 65 ft HYRDO ALUMINUM WELLS 0.01% WW777 SEALER,3M,1000NS 3 sa MARTIN SUPPLY COMPANY 0.01% 6010411 ADAPTER,-107-10MJ,STEEL 2 as PARKER HANNIFIN 0.01% SD31965 CABLE,2AWG,126",1ZV,3/8&3/8 1 ea TRANSPORTATION SAFETY TECHNOLOGIES 0.01% 5000016 LOOM,1f2-OD,3J8"ID,SPLIT,NYLON 560 ft WESGARDE COMPONENTS GROUP 0.01% 4000083 STEEL TU,1.5x2> 11GA,ASTM A-513 13.333 It MARMON KEYSTONE 0.01% 50D-1685-013 SWITCH,PRESSURE,25PSi,NC 1 lea MARTIN SUPPLY COMPANY 0.01% 5009416 CABLEA/C GROUND,53" 1 as TRANSPORTATION SAFETY TECHNOLOGIES 0.01% 416.02.3804.904 TUBING,AIRBRAKE,3/8",BROWN 83 It PARKER HANNIFIN 0.01% 6024774 HEATSHIELD,MUFFLER,RR A/C 1 ea ALABAMA LASER TECHNOLOGIES 0,01% SW2525 CLAMP,HOSE,SILICONE/SS,125-ID 30 as CD COVENANT DISTRIBUTORS 0.01% 5005129 FIRE EXT 5#,ABC,mdBRKT,3ADGER 1 as FIRE GUARD EQUIPMENT 0.01% 5008004 HUBODOMETER,525 REV/MI,NO DEC. 1 ea DANAHER CONTROLS 0.01% 416.00.3804.911 TUBING,AIR BRAKE,3/8- GREEN 81 ft PARKER HANNIFIN 0.01F. WA PERIPHERAL FOR SECOND RAMP 0.13% 5013327 ELBOW,90,49D,SILICONE,4-PLY 1 as THERMOPOL INCORPORATED 0.01% 5021313 ELBOW,90,SILICONE,2-1/4"ID 1 as THERMOPOL INCORPORATED 0.01% 416.02.2301.932 ELBOW,90,-20MO-20MJ,LONG 1.15 as PARKER HANNIFIN 0.01% 416.00.3804.909 TUBING,AIR BRAKE,1/2",BLACK 57 ft PARKER HANNIFIN 0.01% 5019493 BRKT,MTG,SPEAKER,INT,5-1/2" BK 8 sa INTERSTATE SHEET METAL 0.01% 416.00.7850.902 SWITCH,FOOT,SPST,MOM ON,T/S 2 ea WESGARDE COMPONENTS GROUP 0.01% FIT. Collins Pre -Award Buy America Audit 2007' - 35ft Buses Part Number Description - CONFIDENTIAL-3Sft Buses Qty UMI Supplier American % SW2620 CLAMP,HOS SILICONE/SS,1/2-ID 47 as CD COVENANT DISTRIBUTORS 0.01% 6017794 CABLE,410,30",GND,318&3/8 1 as TRANSPORTATION SAFETY TECHNOLOGIES 0.01% 601-7447-038 BEARiNG,BALL,DBL ROW i ea SKF USA, INC. 0.00% 4000128 STEEL,SS,FLAT,1/4x3,304 3 ft STEWART STAINLESS SUPPLY INC. 0.01% 600-2638-001 BRKT,WINDSHIELD WASHER 1 ea T & TTRANSIT 0.01% fi030480 T SOLT,3/8-24,UNF-2ATHD 76 as MARTIN SUPPLY COMPANY 0.01% 5022173 CABLE,2/0,60",24V,3/8&1/2 1 as TRANSPORTATION SAFETY TECHNOLOGIES 0.01% 5002629 CLAMP,HOSE,SILICONE/SS,2.5-ID 15 as CD COVENANT DISTRIBUTORS 0.01% SD31461 193S ACTIVATOR 0.25 9W E.I. DUPONT CO. 0.01% 5022174 CABLE,2/0,50-,12V,3/8&1/2 1 as TRANSPORTATION SAFETY TECHNOLOGIES 0.01% 6027914 TUBE,CCV,C8.3G flea SUPERIOR TUBE -PIPE BENDING 0.01%. 416.00.7124.805 WHEELWELL STRIP,SS,12 GA 2 ea JT&TTRANSIT 0.01% 4%04.9999.943 ACTIVATOR IMRON 192S 0.33 gal JE.I. DUPONT CO. 0.01% 4000081 TUBING,STL,1.ODx.083 WALL,JIC, 12.948 ft IMARMON KEYSTONE 0.00% 5OW777 ALARM,DUALTONE 1 as ECCO 0.01% WW777 ALARM,DUALTONE 1 as ECCO 0.01% 5001645 ELBOW,90,SILICONE RUBBER,518 4 as THERMOPOL INCORPORATED 0.01% 416.00.3804.752 VALVE,SPRING BRAKE RELAY 1 as BENDIX COMMERCIAL VEHICLE 0.00% 6024960 COOLANT ES COMPLEAT EG PREMIX 2.65 gat CUMMINS ENGINE COMPANY 0.01% 416.00.9673.901 TERM,20-14,M,MATE-N-LOK 171 as ICD COVENANT DISTRIBUTORS 0.01% 6007438 CLAMP,HOSE,SILICONE/SS,226-ID 20 as CD COVENANT DISTRIBUTORS 0.01% 416.00.1401a16 WIRETIE,11",BLACK 519 as MARTIN SUPPLY COMPANY 0.01% SD20227 CABLE,2/0,48-,12V,1/2&3/8 1 as TRANSPORTATION SAFETY TECHNOLOGIES 0.01%" 5=164 LIGHT,MARKER.RED,FLUSH MT,LED 2 as DIALIGHT CORP. 0•00% 5002869 SCOTCHKOTE 1.76 as MARTIN SUPPLY COMPANY 0.01% 6022393 SWITCH,PUSHBUTTON,GREEN,NO/NC 1 as WESGARDE COMPONENTS GROUP 0.00% 5019484 CURBFEELER,SST 1 as T&TTRANSIT 0.01% 6000001 VALVE,CHECK; 16FP,5PSI 1 as MARTIN SUPPLY COMPANY 0.01% 416.00.9726.900 SEAL,GREEN,W/P 453 as WESGARDE COMPONENTS GROUP 0.01% 5023445 INSERT,GRABRAIL TUBING 1 as C & D AUTOMATION 0.01% 6031033 CABLE,J1939,CHEMANIX 27.5 ft WESGARDE COMPONENTS GROUP 0.00% 416.00.3804.916 TUBING,AIR BRAKE,3B-,BLACK 69 ft PARKER HANNIFIN 0.01% 6019118.08 GLAZING,DOOR,FRONT,TOP 2 es THOMPSON 10 LLC 0.01% 436.00.9612.900 SASE,CABLE TIE MTG,1.6 z1.5" 81 as WESGARDE COMPONENTS GROUP 0.01% 16.00.7156.901 CONNA-WAY,M MP 1-480512-0 34 as CD COVENANT DISTRIBUTORS 0.01% 5000270 CABLE4/0,24-,GND,3B&1/2 1 as TRANSPORTATION SAFETY TECHNOLOGIES 0.01% 502-2306-002 HO$,150120/FJ2000/FJ2000/26.6 1 as PARKER HANNIFIN 0.01% 416.00.8703.907 SCREW,! )8/4,PH,T20,TEK,BK 330 as WELLS TECHNOLOGY 0.01% 436.02.1210.910 REBOUND WASHER REAR ENG MOUNT 2 as LORD CORPORATION 0.01% 6002589 CONN,PLUG,21 PIN,DEUTSCH 1 as WESGARDE COMPONENTS GROUP 0.01% 416.00.7155.900 CONN,4-WAY,F AMP 1-480510-0 31 ea CD COVENANT DISTRIBUTORS 0,01% S002593 CONN,PLUG,31 PIN,DEUTSCH 1 as WESGARDE COMPONENTS GROUP 0.01% 6W2693 CONN,PLUG,31 PIN,DEUTSCH 1 as WESGARDE COMPONENTS GROUP 0.01% Ft Collins Pre -Award Buy America Audit 2007' - 35ft Buses Part Number j Description - CONFIDENTIAL- 35ft Buses Qty U/M Supplier American % 6=693 CONN,PLUG,31 PINAEUTSCH 1 ea WESGARDE COMPONENTS GROUP 0.01% SM2693 CONN,PLUG,31 PIN,DEUTSCH 1 ea WESGARDE COMPONENTS GROUP 0.01% 600-1682-035 ELBOW,90,-8FJ-6MP,SS 1 ea PARKER HANNIFIN 0.01% 600-1681-013 TERM,F,MOLEX,B-WIND 69 ea WESGARDE COMPONENTS GROUP 0.01% 5029916 TUBING,HYD,1",SS,.083 WALL 4.2175 ft MARMON KEYSTONE 0.00% 416.00.7445.901 HOSE,1"ID,SILICONE,4-PLY,PUR0 3 ft IPUROSIL 0.01% 5019M TUBING,WINDSCREENASSY,YW 1 ea NABSONTUBECRAFT 0.01% 416.01.1366.903 CLAMP CT,BREEZE,V"--1.75" 6 ea CD COVENANT DISTRIBUTORS 0.01% 5023519 AY REL,SPDT,DIODE,I2V,BOSCH 4 ea WESGARDE COMPONENTS GROUP 0.00% 16.04.9216.909 FLANGE,FLOORICEILING 6 ea ASC INDUSTRIES 0.01% 5011070 PNL,CLNG,60x24x10,BK,SE101S 1 ea PIONITE/PIONEER PLASTICS 0.01% 508-2305-009 HO$,100108/FJ1000/FJ1090/82.0 1 ea PARKER HANNIFIN 0.01% 416.00.7095.900 FOAM TAPE,1/8"x 1",BLACK 250 ft MARTIN SUPPLY COMPANY 0.01% 6019661 STANCHION,PASS ASSIST,65",YW 1 ea T & T TRANSIT 5001863 CONN,PLUG,31 SKT,DEUTSCH 1 ea WESGARDE COMPONENTS GROUP -0.01% 0.01% 60018W CONN,PLUG,31 SKT,DEUTSCH 1 ea WESGARDE COMPONENTS GROUP 0.01% 6D14174 ELBOW,90,-8MP-10T,P2C,BRASS 7 ea PARKER HANNIFIN 0.01% SW2869 SCOTCHKOTE 1.5 ea MARTIN SUPPLY COMPANY 0.01% 5014180 ELBOW,90,-4MP-8T,P2C,BRASS 9 ea PARKER HANNIFIN 0.01% 609-2390.009 HOS,150116/FJ1600/FJ1690129.5 1 ea PARKER HANNIFIN 0.01% SM2591 CONN,PLUG,23 PIN,DUETSCH 1 ea WESGARDE COMPONENTS GROUP 0.01% 6002691 CONN,PLUG,23 PIN,DUETSCH 1 ea WESGARDE COMPONENTS GROUP 0.01% 6004682 CONTROLLER,DAMPER/WATER VALVE 2 ea SGM COMPANY 0.01% 416.00.3804.731 VALVE,CHECK,DOUBLE 3 ea BENDIX COMMERCIAL VEHICLE 0.00% 6027630 CABLE,1/0,W",GND,3/8&3/8 1 ea TRANSPORTATION SAFETY TECHNOLOGIES 0.01% 6024782 ADAPTS -10FJ-8MJ,SS 1 ea PARKER HANNIFIN 0.01% 24222.1131 PROFILE,SWEWALL,ALUMINUM 16.276 m WILLIAM L. BONNELL COMPANY 0.01% 5031033 CABLE,J1939,CHEMANLX 23.6 ft WESGARDE COMPONENTS GROUP 0.00% 5019246 HANDLE,GRABRAIL 1 ea NABSONTUBECRAFT 0.01% 5019246 HANDLE,GRABRAIL 1 ea INABSONTUBECRAFT 0.01% 514-3816402 GOVERNOR,D2,BENDDC COMMERCIAL VEHICLE, 1' 1 ea BENDDC COMMERCIAL VEHICLE 0.00% 416.00.9407.936 SWITCH,MASTER RUN 1 ea WESGARDE COMPONENTS GROUP 0.01% 436.02.1313.900 SENDER COOLANT LEVEL 1 ea RED E PARTS INC. 0.00% N/A 810-HAZARD CLEAN-UP KIT ACM-91100 1 ea CERTIFIED SAFETY MFG. 0A1% 418.00.9673.900 TERM20-14,F,MATE-N-LOK 167 ea CD COVENANT DISTRIBUTORS 0.01% 416.02.1630.914 BRKTAIR CLEANER,14" 2 ea DONALDSON COMPANY 0.01% 436.00.1355.909 BLKHD,-12FP 2 ea PARKER HANNIFIN 0.01% 6016962 HO$,00,-8x336,BRAKE,SPRG GD 2 ea 1PARKER HANNIFIN 0.01% 5026016 BOX,MANUAL RELEASE,EXIT,PVC 1 ea PMW PRODUCTS 0.01% 6007908 FTG BANJO.16MM 2 ea PARKER HANNIFIN 0.01% 5026961 BOX,MANUAL RELEASE,ENT,PVC.WH 1 ea PMW PRODUCTS 0,01% 5DO2592 CONN,RECP,31 SKT,DEUTSCH 1 ea WESGARDE COMPONENTS GROUP 0.01% 5002692 CONN,RECP,31 SKT,DEUTSCH 1 ea WESGARDE COMPONENTS GROUP 0.01% Ft Collins Pre -Award Buy America Audit 2007' - 35ft Buses Part Number Description - CONFIDENTIAL- 35tt Buses Qty I U/M I Supplier American % SW2692 CONN,RECP,31 SKT,DEUTSCH 1 ea WESGARDE COMPONENTS GROUP 0.01% 5002588 CONN,RECP21 SKT,DEUTSCH 1 ea WESGARDE COMPONENTS GROUP 0.01% 6=445 C0NDUIT,1-1/2"EMT,1-3/4 OD 10 ft MARTIN SUPPLY COMPANY 0.01% 5016366 SLEEVE,FIRE/ABRASION,.659D 51t PARKER HANNIFIN 0.01% 416.07.9660.901 TERM,18-16,PIN,AMP 46 ea CD COVENANT DISTRIBUTORS 0.01% 416.06.1210.906 SLOTTED BAR 1/8'xI-1/4"x10 FT 22 ea ALABAMA LASER TECHNOLOGIES 0.01% 6026268 MANIFOLD,PLASTIC,-8T-6T-4T,P2C 1 ea PARKER HANNIFIN 0.01% W5.1401.020 CLAMP,MUFFLER 1 ea NABI, KFT 0.00% 5027840 SCREW/SLEEVE NUT,SHR,SS 12 ea MARTIN SUPPLY COMPANY 0.01 % 5027840 SCREW/SLEEVE NUT,SHR,SS 12 ea MARTIN SUPPLY COMPANY 0.01% 6006770 COVER,ACCESS,ANTENNA 5 ea VIKING MFG. CO. 0.01% 5004730 CLOSEOUT,DRIVERS HTRIDEF 2 ea ALABAMA LASER TECHNOLOGIES 0.01% 5033168 FIRE SLEEVE-HOSE,436-8 3.3333 ft PARKER HANNIFIN 0.01% 5=168 FIRE SLEEVE,HOSE,436-8 3.3333 ft PARKER HANNIFIN 0.01% 416.00.7445.910 HOSE,HEATER,3/4" 13.3 ft PUROSIL 0.01% 5014128 SWITCH,DIMMER,DASH LIGHTS,7A 1 ea WESGARDE COMPONENTS GROUP 0.01% 6026528 FIRE SLEEVE,HOSE,1.21" ID 3 ft PARKER HANNIFIN 0.01% 75100-84866 FIRE BARRIER 2000+,3M 1.1 ea MARTIN SUPPLY COMPANY 0.01% 5016087 STUD,1/4-20x1,ADHESIVE BONDED 12 ea JENFASCO 0.01% 6002690 CONN,RECP,23 SKT,DEUTSCH 1 ea WESGARDE COMPONENTS GROUP 0.01% 6002WO C0NN,RECP,23 SKT,DEUTSCH 1 ea WESGARDE COMPONENTS GROUP 0.01% 5017362 CABLE4-0,16';GND,3/8&3/8 1 ea TRANSPORTATION SAFETY TECHNOLOGIES 0.01% 601-1408-002 CLAMP,V-SAND,4.881D,.400APEX 1 ea CD COVENANT DISTRIBUTORS 0.01% 60018W CONN,PLUG,14 SKT,DEUTSCH 1 ea WESGARDE COMPONENTS GROUP 0.01% 5001859 CONN,PLUG,14 SKT,DEUTSCH 1 ea WESGARDE COMPONENTS GROUP 0.01% 436.02.7446.939 BELT,A/C COMPRESSOR,85",DBL 1 ea GOODYEAR TIRE & RUBBER 0.01% 61B-8210-014 PACKING,TADPOLE,FIBERGLASS 10 ft MCMASTER-CARR SUPPLY 0.01% 4000082 TUBING,STL,6/8"ODx065,Jlc HYD 15.544 ft MARMON KEYSTONE 0.00% 600-1375-029 HOSE,I-ID,SILICONE,4-PLY,THERM 3.7583 ft THERMOPOL INCORPORATED 0.01% 600-2306-018 HOS,100108/FJ0800/FJ0845/69.5 1 ea PARKER HANNIFIN 0.00% 416.04.9216.909 FLANGE FLOOR/CEILING 5 ea JASC INDUSTRIES 0.01% 50173M CABLE,4/0,I1r 4V,3/8&3/8 1 ea TRANSPORTATION SAFETY TECHNOLOGIES 0.01% 5000642 TERM,16-14,M,.250 S/F 120 ea CD COVENANT DISTRIBUTORS 0.01% 6001853 CONN,RECP,I4PIN,DEUTSCH 1 ea WESGARDE COMPONENTS GROUP 0.01% SW1853 C0NN,RECP,I4PIN,DEUTSCH 1 ea WESGARDE COMPONENTS GROUP 0.01% 416.00.9230.903 TEE,STANCHION,1 HOLE,SS,TL-100 7 ea ASC INDUSTRIES 0.01% 416.00.3804.749 VALVE,EMERGENCYRELEASE Ilea BENDIX COMMERCIAL VEHICLE 0.00% 5015435 TRIM,DRIVERS BARRIER,UPPER Ilea T & T TRANSIT 0.01% 416.01.1330.901 LORD MOUNT FAN DRIVE 4 ea CGR PRODUCTS INC. 0.01% W5.1401.010 CLAMP,MUFFLER 1 as NABI, KFT 0.00% 6001271 CLAMP,CT,BREEZE,.66-r-1.062" 8 ea CD COVENANT DISTRIBUTORS 0.01% 6014148 UNION; 16T-16T,STEEL 2 ea PARKER HANNIFIN 0.01% 5021571 NUT,LOCK 1-1/4"NPT,TFLN LINED 2 ea MCMASTER-CARR SUPPLY 0.01% Ft. Collins Pre -Award Buy America Audit 2007` - 35ft Buses Part Number Description - CONFIDENTIAL- 3511 Buses U/M Supplier American % 41640.9215.931 TUBING,SS,1-1/4x065,180 GRIT 6.113 ft STEWART STAINLESS SUPPLY INC. 0.01% 500-1582-045 ADAPTS-8T-8MJ,SS,SWGLK 1 an ALABAMA FLUID SYSTEM TECH. 0.01% 416.0D.1355.929 ELBOW,90,SILICONE,1",4.25x7.75 1 ea PUROSiL 0.01% 416.00.9407.924 KNOB,MASTER SWITCH,SILVER 1 ea WESGARDE COMPONENTS GROUP 0.00% SD25M COVERWIRE,PVCACRYLIC,WH 1 on PMW PRODUCTS 0.01% 6=42 CABLE,2AWG 54",GND,3/8&3M 1 on ITRANSPORTATION SAFETY TECHNOLOGIES 0,01% 6019M RUBBER,WINDOW CHAN,3/8"OPENING 22 ft GRIFFITH RUBBER MILLS 0.01% 525.8210.002 BULBWELT,1",SIDE BULB 9ft MCMASTER-CARR SUPPLY 0.01% 5020322 TUBING,MODESTY PANEL,33.13,YW 1 ea T& T TRANSIT 0.01% 5004822 CABLE,HEATER CONTROL 48" 2 on SGM COMPANY 0.01% 610-2622-001 ENCLOSURE,SIGN CONTROLLER 1 an INTERSTATE SHEET METAL 0.01% 5021108 RETAINERSPRING,EXHAUST 8 ea C & D AUTOMATION 0.01% 436.D0A355.904 ADAPTER,-16FP-16MJ,BULKHEAD 1 ea 1PARKERHANNIFIN 0.01% SM2623 CLAMP,HOSE,SILICONE/SS,7/8"ID 25 an CD COVENANT DISTRIBUTORS 0.01% 416.00.9215.931 TUBING,SS,1-1/4x065,180 GRIT 5.7949 ft STEWART STAINLESS SUPPLY INC. 0.01% SD28815 VALVE,PRESS RDCG,40 PSI,RV-1 1 ea BENDIX COMMERCIAL VEHICLE 0.00% 5DO-2610-014 PRIMER.DUPONT CF-22860S 0.5 E.I. DUPONT CO. 0.01% 6DO6891 CLAMP,HOSE SILICONE/SS,1.12-ID 20 no CD COVENANT DISTRIBUTORS 0.01% 5049418-003 HO$,1701081FJ0800/FJ0890/114.0 1 no PARKER HANNIFIN 0.01% 5143816-042 HO$,120104/FJ0400/FJ0490142.0 Ilea I PARKER HANNIFIN 0.01% 5026033 1SOLATOR,MOUNT,CB-1121-4 6 as ILORD CORPORATION 0.01% 600-2639-004 PUMP ASSY,WASHER ELECTRIC,24V 1 ea SPRAGUE DEVICES 0.00% 5002784 BUTTSPUCE,14-16/18-22,BL,HTSH 26 ea WESGARDE COMPONENTS GROUP 0.00% 4000004 AL,SHEET,.063'k4k8',3003 025 std PHOENIX METALS CO. 0.01% 6013309 HARNESS,COOLANT LEVEL SWITCH 1 an RED E PARTS INC. 0.00%" 60043803-005 CLAMP,HOSE,SILICONE/SS,4.00"1D 2 ea CD COVENANT DISTRIBUTORS 0.01% 500-1676-001 COVER,ECU,TRANS,GEN IV Ilea INTERSTATE SHEET METAL 0.01% SM633 BRUSH DEFLECTOR/GUARD,DIALIGHT 5 on. DIALIGHT CORP. 0.00% 610-1762-001 TRIM DRIVER'S PLATFORM,14.75x3 1 an INTERSTATE SHEET METAL 0.01% 416.02.7146.901 ALANGLE, 3/8x3/4x093,204R1 22 ft SOUTHERN ALUMINUM FINISHING 0.01% 6027840 SCREWISLEEVE NUT,SHR,SS 10 an MARTIN SUPPLY COMPANY 0.01% W07142 DUST COVER,RUBBER,C.B.,318 12 ea WESGARDE COMPONENTS GROUP 0.00% 5020267 BRKT,FOOT CONTROL,3 HOLE 1 an ALABAMA LASER TECHNOLOGIES 0.01% 416.00.3804.719 VALVE,PRESS PROTECTION.92/98 1 as BENDIX COMMERCIAL VEHICLE 0.00% 16.00.3804.719 VALVE,PRESS PROTECTION,92/98 1 an BENDIX COMMERCIAL VEHICLE 0.00% 5019681 GUARD,GLASS EXIT DOOR,TOP 2 ea COPE PLASTICS 0.01% WS-2305-007 HO$,101108/FJ10001FJ0845/35.5 1 on PARKER HANNIFIN 0.01% 416.00.7124.911 FILLER,SEAT TRACK,GRAY,I6MM 88 ft UNITED PLASTICS CORP. 0.00% 5027915 GRABRAIL HANGERASSY,8-1/4" 2-ea, BENTECH INC. 0.01% 700-2638-001 RESERVOIR ASSY,3 GAL,w/CAP 1 ea SPRAGUE DEVICES 0.00% 602-2306-001 HO$,150116/FJ1600/FJ1600/28.5 1 an PARKER HANNIFIN 0.00% 5015302 IREDUCER42476S TUBE,DIPSTICK,BLANK,MOELLER 1 ea I MOELLER PRODUCTS 0.00% 500-2610-174 1.5 t CGR PRODUCTS INC. 0.00% Ft. Collins Pre -Award Buy America Audit 2007' - 35ft Buses Part Number Description - CONFIDENTIAL- 35ft Buses Qfy U/M I Supplier American % 416.00.3804.744 VALVE PARKING CONTROL 1 ea IBENDIX COMMERCIAL VEHICLE 0.00% 6030986.03 TUBING,CU,LT ANNEALED,1-1/8" 4.7292 ft MARTIN SUPPLY COMPANY 0.00% 416.00.9407.922 SWITCH GRD,CLSD>DOWN,SHORT,RED 1 as WESGARDE COMPONENTS GROUP 0.00% 5027557 SUNSHADE,32 LED CLUSTER,VERT 1 ea FIBERGLASS UNLIMITED 0.00% 416.00,9420.914 CONN,W/P WAY,M,12010973 Wee WESGARDE COMPONENTS GROUP 0.00% 416.00.3804.992 LOCTITE,PST 565.250 ML 0.5 ea MARTIN SUPPLY COMPANY 0.00% 416.00.9215.917 PIVOT CUP ASSY 2 ea ASC INDUSTRIES 0.00% 6027896 HO$,100108/FJ0800/FJ0890/44.0 1 ea PARKER HANNIFIN 0.00% 416.00.3804.912 TUBING AIR BRAKE,6/8",GREEN 18.5 ft PARKER HANNIFIN 0.00% 436.04.1210.905 ELBOW,90; 20MP 20MP 1 ea PARKER HANNIFIN 0.00% 416.00.1060.963 TERM,18-16,FEMALE 69 ea WESGARDE COMPONENTS GROUP 0.00% 436.04.7600.927 FILTER,AIR-DR SEAT/WIPERSiDOOR 1 ea FPS TECHNOLOGIES 0.00% 6002530 CLAMP,HOSE,SILICONE/SS,3"ID 8 ea CD COVENANT DISTRIBUTORS 0.00% 416.01.1355.903 CLAMP,CT,BREEZE,V"4.75" 4 ea CD COVENANT DISTRIBUTORS 0.00% 416.01.1366.903 CLAMP, CT,BREEZEJ -1.76- 4 as CD COVENANT DISTRIBUTORS 0.00% 6001819 LIGHT COMP. REV. TYPE 5 an PETERSON MANUFACTURING 0.00% 6019728 TEE,STANCHION2 HOLE,YW 3.6 ea ASC INDUSTRIES 0.000A fi00-3306-038 STABILIZER,VALVE STEM,PR,2-3/8 1 es HALTEC CORPORATION 0.00% 604-9418-001 HOS,170112/FJ1200/FJ1200/45.0 1 ea PARKER HANNIFIN 0.00% 6019119.07 GLAZING,DOOR,FRONT,BOTTOM 2 sa THOMPSON IG LLC 0.00% 416.00.3804.909 TUBING,AIR BRAKE,1/2",BLACK 30A17 ft PARKER HANNIFIN 0.00% Toted American % Shown 60.89% Total American % for whole Bill of Material 62.60% 9. PRE -AWARD AND POST DELIVERY AUDITS REQUIREMENTS 49 U.S.C.5323 49 CFR Part 663 Pre -Award and Post -Delivery Audit Requirements - The Contractor agrees to comply with 49 U.S.C. § 5323(1) and FTA's implementing regulation at 49 C.F.R. 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 Bidder/Offeror certifies compliance with Buy America, it shall submit documentation which 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 bid specifications. (3) Federal Motor Vehicle Safety Standards (FMVSS): The Contractor shall submit 1) manufacturer's FMVSS self -certification sticker information that the vehicle complies with relevant FMVSS or 2) manufacturer's certified statement that the contracted buses will not be subject to FMVSS regulations. BUY AMERICA CERTIFICATE OF COMPLIANCE WITH FTA REQUIREMENTS FOR BUSES, OTHER ROLLING STOCK, OR ASSOCIATED EQUIPMENT Certificate of Compliance The bidder hereby certifies that it will comply with the requirements of 49 U.S.C. Section 53230)(2)(C), Section 165(b)(3) of the Surface Transportation Assistance Act of 1982, as amended, and the regulations of 49 C.F.R. 661.11: Date: Signature: Company Name: Certificate of Non -Compliance Title: The bidder hereby certifies that it cannot comply with the requirements of 49 U.S.C. Section 53230)(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 U.S.C. Sections 53230)(2)(B) or 0)(2)(D), Sections 165(b)(2) or (b)(4) of the Surface Transportation Assistance Act, as amended, and regulations in 49 C.F.R. 661.7. Date: Signature: Company Name: Title: 10. LOBBYING 31 U.S.C. 1352 49 CFR Part 19 49 CFR Part 20 Byrd Anti -Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. § 1601, et seq.] - Contractors who apply or bid for an award of $100,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non -Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient. APPENDIX A, 49 CFR PART 20--CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned [Contractor] certifies, to the best of his or her 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 an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (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 instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Colorado 80525. C. A production and delivery schedule for the three buses and equipment will be established following provision of a firm manufacturing schedule at the first pre -production meeting. Compensation A. The City agrees to pay Contractor, in accordance with Exhibit "B", an amount not to exceed a total price of One Million One Hundred Thousand Eight Hundred Fourteen Dollars ($1,100,814), including optional stainless steel seat frames, as the maximum compensation for the purchase, delivery, and final acceptance of three (3) NABI, 35-foot LFW Transit Buses, related equipment, work, and materials, which are described in the Exhibits attached to this Agreement to Purchase. B. The Contract price, per unit, for the manufacture and delivery of each aforementioned Model 35-LFW, 35-foot Low -Floor CNG-fueled Transit Bus is Three Hundred Sixty -Five Thousand Two Hundred Eighty -Nine Dollars ($365,289) plus $1,649 per bus for the optional stainless seat frames, which is noted as included in the above mentioned bus price in Paragraph A. Total compensation shall be based upon the actual equipment, materials, and labor provided. Approved changes in quantities, options, bus configuration, or other services, in the form of Change Orders, which will become written amendments to this Agreement to Purchase , may result in an adjustment to the amount of compensation to which Contractor and the City have initially agreed. C. The parties agree that the City may opt to purchase up to twenty-five (25) additional buses at Contractor's per unit price, in accordance with Exhibit "B" and any applicable Change Orders. Contract Duration A. This contract is in effect for an initial period of one (1) year, and shall automatically renew for an additional four (4) one-year terms for a total of five (5) calendar years following the date of this Agreement to Purchase. Subsequent purchases under the terms of this Agreement to Purchase shall be based on the per -unit price set forth in Exhibit "B", adjusted for applicable Change Orders. B. The base unit price for any additional buses will be adjusted to reflect increases in NABI's actual costs for the engine, transmission, axles, and air conditioning systems, plus a percentage price increase adjustment based on the U.S. Bureau of Labor Statistics Producer Price Index (PPI), applicable at the time of each subsequent bus order. Such price increases shall not exceed 3.5% per year, as set forth in Exhibit "B" and must be approved by Change Order issued by the City. C. Price adjustments mandated as a result of legislation or regulations that are promulgated and become effective after the date of initial purchase shall be negotiated and agreed to by both the City and NABI. [Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date 11. ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325 18 CFR 18.36 (i) 49 CFR 633.17 Access to Records - The following access to records requirements apply to this Contract: 1. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)l, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. 2. Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement (defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the Contractor shall make available records related to the contract to the Purchaser, the Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. 5. 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. 6. 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 the Purchaser, 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). 7. FTA does not require the inclusion of these requirements in subcontracts. Requirements for Access to Records and Reports by Types of Contract Contract ipuall©ttaluhtteey oribructictirY(etit.' Acquisition ; of l�rafessional Characteristics `;crvji ltit� R[rklttg Stock Seuices Gotitra II Non State Grantees Those imposed on a. Contracts below Yes non -state Yes Yes Yes Yes SAT ($100,000) Grantee b. Contracts above Yes3 pass thru to Yes Yes Yes Yes $ 1 00,000/Capital Contractor Proj ects Sources of Authority: '49 USC 5325 (a); 49 CFR 633.17; 18 CFR 18.36 (i) 12. FEDERAL CHANGES 49 CFR Part 18 Federal Changes - Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser 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. 14. CLEAN AIR 42 U.S.C. 7401 et seq 40 CFR 15.61 49 CFR Part 18 Clean Air - (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et seq. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. (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. 17. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (1) Overtime requirements - No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such work week. (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 workweek of forty 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 City of Fort Collins shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (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. 19. NO GOVERNMENT OBLIGATION TO THIRD PARTIES No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that 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 that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. 20. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTS 31 U.S.C. 3801 et seq. 49 CFR Part 3118 U.S.C. 1001 49 U.S.C. 5307 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 U.S.C. § 3801 et M. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying 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 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government deems appropriate. (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. 21. TERMINATION 49 U.S.C. Part 18 FTA Circular 4220.1E a. Termination for Convenience The City of Fort Collins (the City) may terminate this contract, in whole or in part, at any time by written notice to the Contractor when it is in the Government's best interest. The Contractor shall be paid its costs, including contract close-out costs, and profit on work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the City to be paid the Contractor. If the Contractor has any property in its possession belonging to the City, the Contractor will account for the same, and dispose of it in the manner the City directs. b. Termination for Default If the Contractor does not deliver supplies in accordance with the contract delivery schedule, or, if the contract is for services, the Contractor fails to perform in the manner called for in the contract, or if the Contractor fails to comply with any other provisions of the contract, the City may terminate this contract for default. Termination shall be effected by serving a notice of termination on the contractor setting forth the manner in which the Contractor is in default. The contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the City that the Contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of the Contractor, the City, after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. c. Opportunity to Cure If Contractor fails to remedy to the City's satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within thirty (30) days after receipt by Contractor of written notice from the City setting forth the nature of said breach or default, the City shall have the right to terminate the Contract without any further obligation to Contractor. Any such termination for default shall not in any way operate to preclude the City from also pursuing all available remedies against Contractor and its sureties for said breach or default. d. Waiver of Remedies for any Breach In the event that City of Fort Collins elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by the City shall not limit the City's remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. 22. GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT) Suspension and Debarment This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the City of Fort Collins. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the City of Fort Collins, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 24. CIVIL RIGHTS REQUIREMENTS 29 U.S.C. § 623, 42 U.S.C. § 2000 42 U.S.C. § 6102, 42 U.S.C. § 12112 42 U.S.C. § 12132, 49 U.S.C. § 5332 29 CFR Part 1630, 41 CFR Parts 60 et seq. Civil Rights -The following requirements apply to the underlying contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 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 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et se ., (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 U.S.C. § 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 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 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 U.S.C. § 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 C.F.R. 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. 25. BREACHES AND DISPUTE RESOLUTION 49 CFR Part 18 FTA Circular 4220.1E Disputes - Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by the authorized representative of City of Fort Collins's Director of Purchasing and Risk Management. This decision shall be final and conclusive unless within ten (10) days from the date of receipt of its copy, the Contractor mails or otherwise furnishes a written appeal to the Director of Purchasing and Risk Management. In connection with any such appeal, the Contractor shall be afforded an opportunity to be heard and to offer evidence in support of its position. The decision of the Director of Purchasing and Risk Management shall be binding upon the Contractor and the Contractor shall abide be the decision. Performance During Dispute - Unless otherwise directed by City of Fort Collins, Contractor shall continue performance under this Contract while matters in dispute are being resolved. Claims for Damages - Should either party to the Contract suffer injury or damage to person or property because of any act or omission of the party or of any of his employees, agents or others for whose acts he is legally liable, a claim for damages therefore shall be made in writing to such other party within a reasonable time after the first observance of such injury of damage. Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes and other matters in question between the City of Fort Collins and the Contractor arising out of or relating to this agreement or its breach will be decided by arbitration if the parties mutually agree, or in a court of competent jurisdiction within the State in which the City of Fort Collins is located. Rights and Remedies - The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by the City of Fort Collins, (Architect) or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing. 28. DISADVANTAGED BUSINESS ENTERPRISE (DBE) 49 CFR Part 26 The successful bidder/offeror will be required to report its DBE participation obtained through race - neutral means throughout the period of performance. a. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor's receipt of payment for that work from the City of Fort Collins. In addition, the City of Fort Collins is required to return any retainage payments to those subcontractors within 30 days after the subcontractor's work related to this contract is satisfactorily completed. b. The contractor must promptly notify the City of Fort Collins whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of the City of Fort Collins. 30. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS FTA Circular 4220.1E Incorporation of Federal Transit Administration (FTA) Terms - The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1 E, 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 City of Fort Collins requests which would cause the City to be in violation of the FTA terms and conditions. TRANSIT VEHICLE MANUFACTURER (TVM) CERTIFICATION OF COMPLIANCE WITH SUBPART D, PART 26 This procurement is subject to the provisions of Section 26.49 of 49 CFR Part 26. Accordingly, as a condition of permission to propose, the following certification must be completed and submitted with the proposal. TRANSIT VEHICLE MANUFACTURER CERTIFICATION , a TVM, hereby certifies that it has complied with the requirements of Section 26.49 of 49 CFR Part 26 by submitting a current annual overall DBE goal to FTA. This goal apply to Federal Fiscal Year (October 1, 20` to September 30, 20___) and have been accepted or not accepted by FTA. supplied Section 26.49 of 49 CFR Part 26. Signature: Title: Firm: hereby certifies that the manufacturer of the transit vehicle to be has complied with the above referenced requirement of Date: City of Fort Collins ADDENDUM No. 2 P1065 Transfort Buses SPECIFICATIONS AND CONTRACT DOCUMENTS Description of RFP: P1065 Transfort Buses OPENING DATE: 2:30 P.M. (Our Clock) April 23, 2007 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. CHANGE: Amend Section 4.0: Pricing, as follows: Section 4.0: Pricing and Delivery In your written response to this proposal, provide pricing using this form: 4.1 Base prices 4.1.1 Order price for one (1) *35-foot, low -floor, transit bus, configured and equipped as set forth in your firm's response to this Request for Proposal. Specify a minimum order quantity, if any. Unit price: $ Minimum order quantity: 4.1.2 Order price for one(1) *30-foot, low -floor, transit bus, configured and equippe as set forth in your firm's response to this Request for Proposal. Specify a minimum order quantity, if any. Unit price: $ Minimum order quantity: 4.1.3 Order price for one (1) *40-foot, low -floor, transit bus, configured and equipped as set forth in your firm's response to this Request for Proposal. Specify a minimum j order quantity, if any. Unit price: $ Minimum order quantity: *Note: Please submit a written description and Check List for each length of bus proposed. We understand that configurations will vary depending on length. COMPANY NAME: 215 North Mason Street " 2"d Floor " P.O. Box 580 9 Fort Collins, CO 80522-0580 " (970) 221-6775 " Fax (970) 221-6707 www.feeov.com Payments A. Payments for the aforementioned purchase of NABI, 35-foot LFW Transit Buses, equipment, materials, work or services provided hereunder, shall be made in accordance with this Agreement to Purchase, attached Exhibits and applicable Change Orders. Payment will be made after the delivery and final acceptance of the aforementioned transit buses, equipment, and materials, or the provision of such materials, and the performance of such services, unless otherwise permitted by law and approved in writing by the City. B. Contractor shall submit a request for payment itemized invoice to the City, in accordance with the procedures set forth herein. The appropriate Certificates of Manufacture, and required FTA documentation for the purchase and delivery of rolling stock, shall be provided prior to any payment by the City. C. All original invoices shall be submitted to the City of Fort Collins Finance Department for payment. The invoice and general correspondence addresses are as follows: Invoices: City of Fort Collins Finance Department PO Box 580 Fort Collins, CO 80522 Entire Agreement Delivery: City of Fort Collins Transfort 6570 Portner Road Fort Collins, CO 80525 Contractor: NABI 106 National Drive Anniston, AL 36207 The City and Contractor understand and agree that this Agreement to Purchase, including those items cited by reference or attachment, are the complete expression of the terms and conditions of a transaction between said parties, and that any oral representations or understandings not incorporated herein are excluded. Further, any modification of this Agreement to Purchase shall be in writing and signed by both parties. Failure to comply with any of the provisions stated herein shall constitute material breach of contract and become cause for termination. Both parties recognize time is of the essence in the performance of the provisions of this Agreement to Purchase. Early Termination by City/Notice Notwithstanding the time periods contained herein, the City may terminate this Agreement to Purchase at any time without cause by providing written notice of termination to the Contractor. Such notice shall be delivered at least ninety (90) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. In the event of early termination by the City, the Contractor shall be paid for buses and equipment delivered and accepted and for services properly rendered to the date of termination, 4.2 Subsequent Orders 4.2.1 Subsequent orders for buses, of at least the minimum quantity specified in Section 4.1, and placed within five (5) years following the initial order, shall be accepted at the previous sales price plus real increases for material and labor costs, not to exceed %. (Enter your proposed annual percentage of increase) Price increases, due to unforeseen material or regulatory costs or equipment chang s requested by the City of Fort Collins, which exceed the percentage entered in Section 4.2.1, shall be negotiated and agreed to by both parties. Actual sales price of additional buses shall be negotiated at the time of such subsequent orders. 4.3 Optional Equipment 1. Stainless -steel seat frames 2. Other available axle ratios: a. ratio b. ratio C. ratio d. ratio $ per bus $ per bus $ per bus $ per bus $ per bus 3. Spare transmission $ each 4. Spare engine $ each 5. Package of spare parts $ for the lot (provide a list of suggested spares) 4.4 Delivery The first bus will be delivered within calendar days after a Purchase Order is issued;. Additional buses ordered at the same time will be delivered within calendar days after the first vehicle. Authorized Signature Print name: Title: Company Name: Address: Phone: Date: Fax: Please contact James R. Hume, CPPO, Senior Buyer at (970) 221-6776 with any question regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. City of Fort Collins ADDENDUM No. 1 P1065 Transfort Buses SPECIFICATIONS AND CONTRACT DOCUMENTS Description of RFP: P1065 Transfort Buses OPENING DATE: 2:30 P.M. (Our Clock) April 23, 2007 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. CHANGES: 1.3 Delete (there is no pre -proposal conference) 1.4 Solicitation Schedule Add: Vendor questions accepted through April 9, 2007 Initial order by Transfort: As stated, Transfort intends to order at least three (3) buses once a purchase agreement has been executed between the City and the selected vendor. Subsequent orders are planned to be at least two (2) additional buses per year, dependent on funding. Subsequent Orders: If the City determines that we cannot use all thirty (30) buses, we may assign some options to other entities. Language allowing such an assignment will be included in the purchase agreement. Price increases on subsequent orders will be subject to US Bureau of Labor Producer Price Index, although price increases or decreases due to changes in configuration and equipment requested by the City will be negotiated and agreed to by both parties. Equipment changes mandated by regulatory changes. These will be handled just like any other equipment changes, as noted above. The City's usual payment terms are Net 30. Acceptance of buses upon delivery will be carried out as quickly as possible. Normal acceptance should not take more than fifteen (15) days. 215 North Mason Street " 2"d Floor " P.O. Box 580 0 Fort Collins, CO 80522-0580 • (970) 221-6775 6 Fax (970) 221-6707 WWWAeov.com Warranty: In the past, our buses have had warranty coverage as follows: Basic bus Engine Transmission Drive axle AC System Body Structure Corrosion, Structure Wheelchair ramp 1-year/50,000 miles 2-years unlimited miles 2-years/100,000 miles 2-years/100,000 miles 2-years 3 -years/ 15 0,000 miles 5-years/150,000 miles 1-year, 50,000 miles We expect firms to propose warranty coverage somewhat along the same lines. Optional length buses: We understand that some manufacturers cannot easily produce an identically equipped bus in a longer or shorter length. Please propose buses in the optional lengths (30' and 40') if you can produce such units without major disruption of your production and at reasonable prices. If Transfort elects to purchase any optional length buses, they will order a quantity sufficient to make the change feasible for the manufacturer. As with other changes, a length change would be negotiated with and agreed to by both parties. Federal and State requirements: Proposed buses must meet ALL applicable requirements, including ADA and FTA. Options: Add: Automatic chain system, On Spot or equivalent Delete: References to an onboard camera system. General Description of proposed bus: Make sure your proposal includes a basic description and three -view drawings of the bus frame system and body structure so we can better understand how your vehicles are constructed. Additions and clarifications to Section 3.0, Specifications: Section 3.1 (additions & revisions) Drivetrain: Engine Cummins Westport ISLG, 280hp, 1050 ft lbs torque Spare tire and wheel Supply spare tire and matching aluminum wheel CNG de -fueling Include CNG de -fueling system Belt guard Provide engine belt guard Section 3.3 Accessories and Exterior: Exterior paint Paint scheme per Transfort, images already supplied, vinyl tape stripes are not an acceptable alternative to painted stripes. Electrical Multiplexing system, IO Controls G3 24v or equivalent Section 3.5 Interior and Seating: PA system Include PA system with external speaker Grab rail Grab rail positioned near the fare box Sub -floor 1�4' ACQ marine grade 7-ply sub -floor Floor color New number for color: Radial Blue, TFM2706 Wheelchair ramps Lift-U LU6 wheel chair ramps Section 3.6 Driver's Position: Driver's heater pump Brushless motor marine pump for the driver's heater Please contact James R. Hume, CPPO, Senior Buyer at (970) 221-6776 with any questions regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BIDIQUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. AB/ Sales & Marketing Depa North American VIA OVERNIGHT COURIER Bus Industries, Inc. 3450 E. Philadelphia April 20, 2007 Ontario, CA 91761 Tel: (909) 773-0500 Mr. James R. Hume, CPPO Fax: (909) 923-8263 Senior Buyer Email: bussales@nabiusa.c�m Administrative Services www.nabiusa.com Purchasing Division 215 North Mason Street, 2"d Floor Fort Collins, CO 80522 Subject: RFP No. 1065, Transfort Buses Dear Mr. Hume: Submitted herewith you will find North American Bus Industries, Inc's proposal in response to the subject RFP, duly completed and executed. Please also note the following important elements of this offer: 1. Regarding the Technical Checklist (included under Tab D), very few exceptions have been taken in an effort to provide buses that will comply with Transfort's and the City of Fort Collins' requirements. In those few exceptions, it is felt that an acceptable alternative is being provided. 2. Training (described under Tab K) will be provided for all bus lengths as orders are placed. 3. Warranties to be provided (described under Tab M) exceed the warranties specked by the City of Fort Collins. 4. Aftermarket parts support of the buses proposed herein consists of a main operation in Delaware, OH with regional divisions in Fife, WA and Ontario, CA. 5. Regarding company experience (described under Tab O) and human resources (described under Tab P), North American Bus Industries, Inc. is well established in the U.S. Transit industry. During NABI's 15 years tenure as a builder of heavy-duty city transit buses, NABI has developed and produced more CNG powered buses than any other builder. (1,271 CNG buses have been delivered to the Los Angeles MTA alone, plus hundreds more have been delivered to numerous other operators of CNG powered buses). 6. Consistent with the solicitation's intent, NABI herewith tenders proposals pertaining to three different sized heavy-duty transit buses. All three such models are comprised of common design elements, with the smaller two Headquarters & Manufacturing 106 National Drive, Anniston, AL 36207 Tel: (256) 831-4296 Fax: (256) 831-4299 Email: nabiusa@nabiusa.com Aftermarket Operations 1275 S. Houk Road, Delaware, OH 43015 Tel: (740) 369-1056 Toll free: (888) 333-6224 Fax (740) 363-5897 Email: part Page 2 Mr. James R. Hume April 20, 2007 models derived by shortening NABI's industry standard, 40-LFW, 40-foot low -floor bus. Detailed drawings of the 40-foot and 35-foot models are included herewith. Since it is problematic whether or not the smallest of these three models will be purchased pursuant to this solicitation, and since the exact design of this smallest version is not yet complete, NABI has not included a drawing off this particular derivative. However, should Transfort or an assignee ultimately decide to purchase such buses, NABI will provide drawings of this model upon request for review by Transfort or its assignee. North American Bus Industries, Inc. feels it's well qualified to build, deliver and support buses that it would provide to Transfort and the City of Fort Collins and looks forward to receiving an invitation to further discuss this proposal. Respectfully, Joseph R. Gibson Senior Vice President Transit Bus Sales & Marketing North American Bus Industries, Inc. NABI / Optima / Blue Bird I / I BY _jW �" Rich Himes Director of Transit Sales Enclosures Noro American Bus Industries, Inc. Price Sheets ADDENDUM No. 2 P1065 Transfort Buses SPECIFICATIONS AND CONTRACT DOCUMENTS Description of RFP: P1065 Transfort Buses OPENING DATE: 2:30 P.M. (Our Clock) April 23, 2007 To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. CHANGE: Amend Section 4.0: Pricing, as follows: Section 4.0: Pricing and Delivery In your written response to this proposal, provide pricing using this form: 4.1 Base prices 4.1.1 Order price for one (1) *35-foot, low -floor, transit bus, configured and equipped as set forth in your firm's response to this Request for Proposal. Specify minimum order quantity, if any. Unit price: $ 365,289 Minimum order quantity: 3 4.1.2 Order price for one(1) *30-foot, low -floor, transit bus, configured and equipp as set forth in your firm's response to this Request for Proposal. Specify a minimum order quantity, if any. Unit price: $ 361,989 Minimum order quantity: 1 4.1.3 Order price for one (1) *40-foot, low -floor, transit bus, configured and equipp d as set forth in your firm's response to this Request for Proposal. Specify a minimum order quantity, if any. Unit price: $ 373,475 Minimum order quantity: 1 *Note: Please submit a written description and Check List for each length of bus proposed. We understand that configurations will vary depending on length. COMPANY NAME:North American Bus Industries, I 215 North Mason Street - 2°° Floor - P.O. Box 580 - Fort Collins, CO 80522-0580 - (970) 221-6775 - Fax (970) 221-6707 www.keov.com 4.2 Subsequent Orders 4.2.1 Subsequent orders for buses, of at least the minimum quantity specified in Section 4.1, and placed within five (5) years following the initial order, shall be accepted at the previous sales price plus real increases for material and labor costs, not to exceed 3� %. (Enter your proposed annual percentage of increase) Price increases, due to unforeseen material or regulatory costs or equipment requested by the City of Fort Collins, which exceed the percentage entered in 4.2.1, shall be negotiated and agreed to by both parties. Actual sales price of additional buses shall be negotiated at the time of such subsequent orders. 4.3 Optional Equipment Stainless -steel seat frames 2. Other available axle ratios: a. 5. 3 8 ratio b. ratio C. ratio d. ratio $ 1,649 per bus $ NBC per bus $ per bus $ per bus $ per bus 3. Spare transmission $ 17,501 each 4. Spare engine $ 31, 9 6 5 each 5. Package of spare parts $ 34, 429 for the lot (provide a list of suggested spares) 6. On spot tire chains $ 2,239 per bus 4.4 Delivery The first bus will be delivered within 3 6 0 calendar days after a Purchase Order is issued. Additional buses ordered at the same time will be delivered within 5 calendar days after the first vehicle. Authorized Signature Print name: Joseph R. Gibson Title: Senior Vice President Transit Bus Sales & Marketina Company Name: North American Bus Industries, Inc. Address: 3450 E. Philadelphia Street, Ontario, CA 91761 Phone: (909) 773-0500 Fax: (909) 923-8263 Date: April 12, 2007 Please contact Jambs R. Hume, CPPO, Senior Buyer at (970) 221-6776 with any question regarding this addendum. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMEN ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. North American Bus Industries, Inc. Technical Checklist subject only to the satisfactory performance of the Contractor's obligations under this Agreement to Purchase. The disposition and payments due from the City on buses under construction at the time of termination shall be negotiated by and agreed to by both parties. Such payment shall be the Contractor's sole right and remedy for such termination. Acceptance Not Waiver The City's approval or acceptance of, or payment for any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement to Purchase or cause of action arising out of performance of this Agreement to Purchase. Default Each and every term and condition hereof shall be deemed to be a material element of this Agreement to Purchase. In the event either party should fail or refuse to perform according to the terms of this Agreement to Purchase, such party may be declared in default thereof. Remedies In the event a party has been declared in default, such defaulting party shall be allowed a period of thirty (30) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to: a. Terminate the Agreement to Purchase and seek damages; b. Treat the Agreement to Purchase as continuing and require specific performance; or c. Seek any other remedy at law or equity. If the non -defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable for the non -defaulting party's reasonable attorney fees and costs incurred because of the default. Binding Effect This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. Law/Severability The laws of the State of Colorado shall govern the construction, interpretation, execution and enforcement of this Agreement to Purchase. In the event any provision of this Agreement to Purchase shall be held invalid or unenforceable by any court of competent jurisdiction, such NABI 31'135'/40' LFW Locked spreadsheet P-1065 Transfort Bus Proposal The 'Meets Spec' and 'Exception' Checklist columns are unlocked for your entries. Enter an " X " into the "Meets Spec?" or "Exception" boxes. Provide an Meets Spec? Exe ption? explanation of exceptions with proposal. (ITEM DESCRIPTION Yes No X Section 3.1 lDrivetrain: —280hp and 8501bft torque X Engine John Deere 9.1 L preferred; a Cummins C83G+ is acceptable Service brake application required to place transmission in gear IX Brake pedal activated retarder X Retarder 'disable' switch: hooded, located on driver's dash, no X indicator light needed. Wabco ABS brake system, with Q-style brakes, and Traction X Control WPm Haladex slack adjusters X "C" type male air hose couplings for shop air connections X Brake interlock override switch located in overhead compartment IX Brake activation required to release rear door brake interlock ix Steering Power assist, frame mounted, gear ratio — 23:1 X MM Ross brand steering gear X X(Se Exhibit A) Engine Cooling Water based, pressure -type cooling system of sufficient size to X maintain the engine and transmission at a safe operating temp. Engine Compartment Engine oil pressure, water temp, voltmeter, mechanical hour X Gauges meter 1 NABI 31'135'140' LFW Locked spreadsheet P-1065 Transfort Bus Proposal The'Meets Spec' and'Excepti n' Checklist columns are unlocked for your entries. Enter an " X " into the "Meets Spec?" or "Exception" boxes. Provide an Meets Spec? Exe ption? explanation of exceptions with proposal. ITEM DESCRIPTION Yes No X High idle and start switch control panel located in rear engine X compartment Engine Cooling Fan Mechanical, if available. Hydraulic is acceptable. X Transmission Cooling Separate heat exchanger sized to maintain safe operating fluid X temperatures. Axle gear ratio 6.14 rear axle gear ratio. X Exhaust system Discharge shall be located at the streetside rear roof corner. X Catalytic muffler with temperature alarm system and overheat X shutdown CNG installation must comply with appropriate NFPA regulations. Fuel system and tanks X Driving range, on a full fill, should be approximately 300 miles. Locate fast- and slow -fill CNG ports on curb side of bus 'tarter I Electric starter Alternator Niehoff C701, 300 amp X Batteries 2 - 8D, in slide -out stainless steel tray with stainless steel rollers. X Tray must be isolated via rubber mounts. Negative battery disconnect switch X Dryer IBendix AD9 3.2 (Chassis: Suspension Pneumatic type Kneeling system Shall lower the bus entrance a minimum of 2.5". Section 3.3 lAccessories and Exterior: dux Heater Webasto NGW300 natural gas fired heater X Bumpers Front and rear - Romeo Rim Help'S', black, 3-piece, rear anti- X _17 p ride feature 2 NABI 31'/35'/40' LFW Locked spreadsheet P-1065 Transfort Bus Proposal The 'Meets Spec' and 'Excepti n' Checklist columns are unlocked for your entries. Enter an " X " into the "Meets Spec?" or "Exception" boxes. Provide an Meets Spec? Exec ption? explanation of exceptions with proposal. ITEM DESCRIPTION Yes No X Tow Eyes Front, frame mounted X Exterior paint With stripes, paint scheme supplied by customer X PPG paint codes: White-DHS8000, Orange-DCC61002, Purple- DCC50656, Blue-DCC10701, Black-DHS-9826 X X (PPG) For radio and battery compartments. Battery compartment must Access doors be streetside with screen and spring -loaded battery disconnect X X (See Tab switch. Radiator access door, rectangular, on the engine cover, E) on the streetside of the cover. Roof hatch Two (2) roof emergency hatches, Transpec X X (Se TabE) Destination signs Luminator Destination sign, 100% LED display, front, side, rear X Exterior mirrors Heated and remote controlled both right and left X Exterior lights All LED X Backup Alarm Ground strap 7" tail, stop, backup, turn lights. Three -high stack of brake lights. IX Exterior door lights illuminate when door opens and turn off at 3 X mph. Provision for lighted license plates front and rear X Curbside, rear Single strap at front of coach Bicycle rack Sportworks, DI-3, Trilogy, Part # 100546, black in color X Methane Detection Amerex AMGADS III modular system X Methane Sensors Four (4) detectors, Two (2) at roof, one (1) at upper AC unit area, and one (1) near engine air filter. X Fire Suppression Amerex modular system with agent tank, 251b dry chemical, X control panel, four (4) nozzles, manual actuator, 24Vdc. Fire Sensors Two (2) streetside, one (1) curbside, at engine compartment. X dvertising sign Top loading, rear and sides, plus one on front bike rack X olders Size: streetside 30"xl44", curbside 30"x88", rear 21 "x72", front (to be determined) X 3 NAB131'/35'/40' LFW Locked spreadsheet P-1065 Transfort Bus Proposal The 'Meets Spec' and 'Exception' Checklist columns are unlocked for your entries. Enter an " X " into the "Meets Spec?" or "Exception" boxes. Provide an explanation of exceptions with proposal. Meets Spec? Exe ption? ITEM DESCRIPTION Yes I No X Section 3.4 Climate Control: HVAC System Thermo King T11, rear AC X T1 r ar- HVAC electronics Thermo King Intelligaire 2 X HVAC control panel Intelligaire 2 with limited diagnostic capability, installed in driver's area. X A/C Compressor Thermo King X430 X Refrigerant R-134a X HVAC motor type Brushless motor for primary heating and cooling systems. X Defroster Equipped with Rotron brushless motor X river's Booster fan Overhead booster fan with Rotron brushless motor X Dash fan One (1) fan, mounted on a raised base. Location to be determined. X Electrostatic filter Installed at the HVAC return air grille. X Section 3.5 Interior and Seating: Window tint 28% tint on passenger windows, 14% opacity on door glass X Interior finish Paneling and finish to be determined. X Medium gray carpet on rear bulkhead X Full length plexiglas behind driver and front door entry area. X Floor covering Altro - Cobalt Blue CD25002 X Passenger seating American seating, Metropolitan 6468T, Style W 989, forward X facing, seat insert, Holsworth VR-50, #ZE/J 27521 Hingeable cushions on wheelwell mounted seats X 4 NABI 31'135'140' LFW Locked spreadsheet P-1065 Transfort Bus Proposal The 'Meets Spec' and 'Exception' Checklist columns are unlocked for your entries. Enter an " X " into the "Meets Spec?" or "Exception" boxes. Provide an Meets Spec? EX@ ption? explanation of exceptions with proposal. ITEM DESCRIPTION Yes No X Passenger pullcords. Two (2) electronic chimes, one (1) at front Pullcords 8� chimes X above driver, one (1) at rear exit. "Next stop" pullcords between windows X 3-way stop request switch: off, single chime, multiple chime. IX Chime must not be installed next to driver's ear IX Heated entrance ramps IX eelchair positions JTwo (2), one on each side, with fold -down, forward facing seats ix eelchair restraints JAutomatic retracting, telescoping -- Q-Straint if possible ix r lighting All LED, except passenger fluorescent lights X Blue tubes for the first two front interior lights which come on when door opens. Blue tubes in two rearmost lights, to remain X on while driving. Section 3.6 Driver's Position: Driver's seat Recaro Ergo Metro, black cloth with headrest and adjustable X lumbar Driver's seat belt Lap belt, retractable on left side X Steering column (Tilt and telescopic rn signal switches (Floor mounted on driver's platform X Wipers Electric, intermittent X Driver's gauges Speedometer, air pressure, and fuel gauges. Indicator warning X lights for all others. Indicator warning lights on dash, not overhead X rDisplaypad Operator's keypad located within reach and clearly visible when IX the driver is seated. 5 NABI 31'/35'/40' LFW Locked spreadsheet P-1065 Transfort Bus Proposal The'Meets Spec' and'Excepti n' Checklist columns are unlocked for your entries. Enter an " X " into the "Meets Spec?" or "Exception" boxes. Provide an Meets Spec? Ex@ ption? explanation of exceptions with proposal. ITEM DESCRIPTION Yes No X Front sunshade Windshield, driver's side and streetside window X Front ramp control Switch located on driver's instrument panel X Interior mirror 8"x16" interior mirror, arranged to allow driver view of aisle X Safety and First Aid Reflectors, bio clean-up kit, first aid kit, and triangles behind X driver's seat. AM/FM radio One speaker for driver only X Install Wiring For Motorola Astro, XTL2500 radio and GFI CentsaBill farebox X Section 3.7 Other Requirements: Prior to award the structure of the bus shall have undergone X (See Altoona Testing appropriate structural testing including FTA-required Altoona - tests. Tab T) Performance data Provide performance data, including top speed, gradability, X (See acceleration and other data useful during the evaluation phase. Tab J) Drawings Provide drawings of floor Ian, g p three -view of proposed bus, and - (See Tab any other drawings of interest to evaluators. Manuals 60 - driver's manuals X 3 - each, engine, transmission, climate control, destination sign, and electrical service manuals X 3 each - parts books X Training Onsite - as needed - operation and maintenance of all major X systems. Factory - in-depth training, minimum of three (3) days for two (2) technicians. X Federal Forms Attached, complete as needed X (See Tab T) Exceptions Provide explanation for any exceptions taken to the specifications. m acco p N. P-1065 Addendum #1 NABI 31'/35'140' LFW Transfort Bus Proposal Addendum GhecKust Enter an "x" into the "Meets Spec?" or "Exception" boxes. Provide an explanation of exceptions with proposal. Meets Spec? ITEM DESCRIPTION Yes No Section 3.1 Drivetrain: Engine Cummins Westport ISLG X Spare tire Supply spare tire and steel wheel X CNG de -fueling -Supply CNB de -fueling system X Belt auard I Provide belt guard X Section 3.3 Accessories and Exterior: Exterior paint Per Transfort, no vinyl tape stripes X Electrical Section 3.5 Multi lexin s item Interior and Seating: X X PAS stem Include PA system with externalspeaker Grab rail Grab rail at fare box X Sub -floor 3/4" ACQ marine grade 7-ply X Wheel chair ramps Lift-U LU6 X Section 3.6 Driver's Position: FM Driver's heater I Brushless motor marine pump �=X n? I X X (See Exhibit B) North American Bus Industries, Inc. Exhibit A Power Steering Gearbox Information NABI MAINTENANCE MANUAL Steering System Section 4 Subject Section Introduction and Preventive Maintenance . . . . . . . . . . . . . . 4A-1 Introduction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4A-1 Component Locations . . . . . . . . . . . . . . . . . . . . . . . . . 4A-1 Component Operation . . . . . . . . . . . . . . . . . . . . . . . . 4A-2 Steering Wheel and Column Assembly . . . . . . . . . . . . . . 4A-2 Miter Box and Steering Shaft . . . . . . . . . . . . . . . . . . . . 4A-2 Power Steering Gear . . . . . . . . . . . . . . . . . . . . . . . . 4A-2 Hydraulic Pump and Reservoir . . . . . . . . . . . . . . . . . . . 4A-3 Hydraulic System Operation . . . . . . . . . . . . . . . . . . . . . 4A-4 Steering System Maintenance . . . . . . . . . . . . . . . . . . . . 4A-4 6,000 Mile Intervals . . . . . . . . . . . . . . . . . . . . . . . . . 4A-4 18,000 Mile Intervals . . . . . . . . . . . . . . . . . . . . . . . . 4A-5 42,000 Mile Intervals (Or Annually) . . . . . . . . . . . . . . . . 4A-5 Specifications . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4A-5 Steering System Service . . ... .... . . . . . .. . . .. . ... 413-1 Introduction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4B-1 Oil Level . . . . . . . . . . . . . . . . . . . . . . . 4B-1 System Drain and Refill . . . . . . . . . . . . . . . . . . . . . . . . 413-1 Steering Linkage . . . . . . . . . . . . . . . . . . . . . . . . . . . 413-2 Axle Turning Angle . . . . . . . . . . . . . . . . . . . . . . . . . . 413-2 Turning Angle Checks and Adjustments . . . . . . . . . . . . . . 46-2 Hydraulic Pressure Tests . . . . . . . . . . . . . . . . . . . . . . . 413-5 Troubleshooting . . . . . . . . . . . . . . . . . . . . . . . . . . . . 413-7 Preliminary Checks . . . . . . . . . . . . . . . . . . . . . . . . . 46-7 Specifications . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4B-7 Component Replacement and Overhaul . . . . . . . . . . . . . . . 4C-1 Steering Wheel . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4C-1 Replacement . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4C-1 Steering Column . . . . . . . . . . . . . . . . . . . . . . . . . . . 4C-2 Replacement . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4C-2 Steering Miter Box . . . . . . . . . . . . . . . . . . . . . . . . . . 4C-3 Replacement . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4C-3 Steering Shaft . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4C-3 Replacement . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4C-3 Power Steering Gear . . . . . . . . . . . . . . . . . . . . . . . . . 4C-4 Replacement . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4C-4 Pitman Arm Replacement . . . . . . . . . . . . . . . . . . . 4C-4 Drag Link Replacement . . . . . . . . . . . . . . . . . . . . . . . . 4C-5 Removal . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4C-5 Installation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4C-6 1106-GCRTA NABI MAINTENANCE MANUAL 4A-0 NORTH AMERICAN BUS INDUSTRIES, INC. 1106-GCRTA holding shall not invalidate or render unenforceable any other provision of this Agreement to Purchase. Assignment The Contractor shall neither assign any responsibilities nor delegate any duties arising under the Agreement to Purchase without the prior written consent of the city. City of Fort Collins Darin Atteberry, City Manager bo B.O'Neill II, CPPO, FNIGP r of Purchasing & Risk Management Date: i nt amity Htcorney North American Bus Industries, Inc. J060h R. Gibson, Senior Vice President Date: cS 2 © i If Attest: (Corporate Sea[) NABI MAINTENANCE MANUAL Introduction and Preventive Maintenance Introduction Introduction and Preventive Maintenance Introduction The steering system (Figure 1) consists of the follow- ing components and subsystems: • Steering Wheel and Column Assembly • Miter Box and Steering Shaft • Power Steering Gear Assembly • Pitman Arm and Drag Link • Front Axle Steering Components • Hydraulic Pump and Reservoir CAUTION: All steering components and attach- ments are important as they could affect perfor- mance of vital components and systems. They must be replaced with parts bearing the same part number or with equivalent parts if replace- ment becomes necessary. Do not use replace- ment parts of lesser quality or substitute design Torque values must be used as specified during) inspection and reassembly to assure proper re- tention of these parts. Component Locations The steering wheel and column assembly is mount( at the forward center of the operator's area and ex- tends through the floor. The miter box assembly is mounted to the bus frame structure below the steer ing column. The lower steering column shaft is con oaou Figure 1 - Steering System Mechanical Components 1106-GCRTA NABI MAINTENANCE MANUAL 4A-2 Component Operation Introduction and Preventive Maintenance nected to the miter box input through a splined cou- pling shaft with universal joints. The steering shaft is used to connect the miter box output shaft to the power steering gear input shaft. The power steering gear assembly is mounted to the bus frame structure forward of the left -front wheel. The steering gear pitman arm is connected to a drag link which is attached to the steering arm at the left front wheel. The engine -driven hydraulic pump, hydraulic oil cooler, and reservoir are located in the engine com- partment. These hydraulic components are also used with the engine hydraulic fan drive system. Connecting hydraulic lines are routed from the reser- voir to the pump, from the pump to the steering gear, from the steering gear to the oil cooler, and from the oil cooler back to the reservoir. Component Operation STEERING WHEEL AND COLUMN ASSEMBLY The Steering Column (Figure 2) can be set in a choice of six tilting positions through a range of 42 HORN BUTTON �i m TILT/TELESCOPE LEVER Figure 2 - Steering Column and Controls degrees. The steering wheel can be raised or low- ered on the column through a two-inch range. A side mounted control lever provides adjustment for both tilt and telescoping features. The column can be moved from one position to an- other by pulling up and holding the control lever until the new column position is reached. The column is locked into place by releasing the lever. To adjust steering wheel position, push down on the control le- ver and raise or lower the wheel position as required. Releasing the lever will lock the steering wheel in po- sition. MITER BOX AND STEERING SHAFT Rotary motion of the steering wheel is transmitted to the frame -mounted steering gear through a 90 de- gree miter box assembly and steering shaft. The mi- ter box is equipped with straight bevel gears and has a 1 to 1 ratio. Dexron®-III transmission fluid is used as a lubricant for all internal components. The steering shaft assembly is a tubular unit equipped with a splined slip -joint and universal joints at each end. Both universal joints on the shaft have splined pinch clamps to attach the shaft to the miter box and steering gear. POWER STEERING GEAR The RBL Model C-700V (Figure 3) is an integral hy- draulic power steering gear. It incorporates the me - INPUT SHAFT VALVE BODY SPINDLE BALL ® ASSY. SCREW STEERING LIMITING STEM OUTPUT SHAFT PISTON 04004 Figure 3 - Power Steering Gear Assembly 1106-GCRTA NABI MAINTENANCE MANUAL Introduction and Preventive Maintenance chanical and hydraulic components into a cast hous- ing which also serves as the power cylinder. The steering shaft is coupled to the gear at the input shaft which transmits steering effort through a recircu- lating ball screw and piston. The piston is an integral part of the power assist and also acts as a steering damper. The engine driven hydraulic pump supplies the flow and pressure. Actual steering is accomplished mechanically. Effort applied at the steering wheel results in mechanical movement within the steering gear which causes the vehicle to change its direction of travel. The hydraulic power assist components function to reduce the me- chanical effort required to turn the steering wheel. A loss of hydraulic power will not prevent the vehicle from being maneuvered mechanically, however greater effort will be required to turn the steering wheel. Mechanical Operation The turning effort exerted on the steering wheel is transmitted to the steering gear input shaft, which is part of the spindle assembly. The spindle and piston function like a screw and nut through the action of re- circulating balls that serve as an interface. Rotation of the spindle causes axial movement of the piston within the power cylinder. Gear teeth, cut directly into the piston, mesh with corresponding gear teeth on the output shaft. As the piston moves, the output shaft and the attached pitman arm are rotated. Hydraulic Operation Functioning together, the spindle and valve body as- semblies serve as a means of flow and pressure con- trol for the power assist portion of the steering gear. Hydraulic fluid enters and exits the steering gear through lines connected to corresponding ports in the valve body. The valve body assembly contains a series of circular channels and radial passages which direct the flow of oil into and out of the rotary control valve in the spin- dle assembly. In addition, the valve body also con- tains a pressure relief and bypass valve. The pres- sure relief valve ensures that a preset maximum pres- sure is not exceeded. It is always set at a pressure level below that of the power steering pump relief valve and is intended to limit the power assist to a specific maximum level. 1106-GCRTA nt Operation The bypass valve is used to reduce the manual st( ing effort required in the event hydraulic pressure i lost. The bypass valve also permits fluid to circula within the steering gear during neutral steer condi- tions. Steering Limiting Valve Power assisted movement of the piston within its bore is limited by externally adjustable poppet valv s installed in both piston faces. As the piston ap- i proaches its extreme travel in either direction, a ste unseats the steering limiting poppet valve. Some h - draulic power assist is removed as pressurized oil passes around the poppet valve to the other side o the piston and to the return line. Continued move- ment of the piston will result in removal of increasing amounts of power assist and cause increased steer- ing effort. Steering limiting reduces the maximum power assist that can be transmitted to the axle steer- ing linkages and components. Pressure Relief and Bypass Valve The pressure relief valve is located in the valve bo, This valve limits hydraulic pressure within the pow( steering gear to a pressure lower than the relief va on the power steering pump. The bypass valve is located adjacent to the pressun relief valve in the valve body. When it is necessary I steer the vehicle without the power steering pump it operation, the bypass valve permits oil to flow from the return to the supply passages within the steerinS gear. As the power piston moves inside the housing oil displaced from one side is transferred to the othe through the bypass valve, thus preventing reservoir flooding and cavitation in the pressure line. HYDRAULIC PUMP AND RESERVOIR Hydraulic pressure for power steering and fan drive operation is supplied by an engine driven pump as- sembly mounted on the rear of the air compressor. The fluid reservoir for the steering and fan drive hy- draulic circuit is bracket -mounted on the right side of the engine compartment. This assembly contains a filler cap, a fluid level sight glass, and three internal filter elements. Reservoir capacity is approximately 1 quarts. Oil inlet, outlet, and drain ports are located i the bottom of the assembly. NABI MAINTENANCE MANUAL 4A-4 Hydraulic System Operation Introduction and Preventive Maintenance Hydraulic System Operation Power steering is accomplished by hydraulic pres- sure. This pressure is supplied by the gear -type hy- draulic pump. Connecting hydraulic lines of flexible and rigid tubing are routed from the reservoir to the pump, from the pump to the fan motor manifold, from the manifold to the steering gear, and from the steer- ing gear back through the oil cooler to the reservoir. A connection and flow diagram of the power steering system is shown in Figure 4. The steering hydraulic fluid is filtered in the reservoir to prevent debris from entering the pump and steer- ing gear. This filtration occurs before the fluid enters the pump. When the pump is operating, there is a constant, low pressure oil flow through the steering gear. With no input applied through the steering wheel, the gear is in the neutral or non -steering position. When the steering wheel is turned, the steering shaft turns the steering gear input shaft. Rotation of the input shaft causes the steering gear piston to move, resulting in pitman arm rotation. Steering System Maintenance NOTE: Additional steering system service information is contained in Section 4B, "Steering System Service". This sub -section includes inspections or adjustments required after component servicing or replacement. 6,000 MILE INTERVALS 1. Check oil level in the hydraulic fluid reservoir. If additional oil is required, use oil listed in "Fluid and Lubricant Specifications" on page 1 B-1. TEST PORT POWER STEERING GEAR BOX TEMP /� OIL COOLER SENSOR W/FAN MOTOR MANIFOLD RESERVOIR FAN MOTOR ,D SIGHT GLASS CHECK PUMP VALVE 9CF01G Figure 4 - Steering Hydraulic System 1106-GCRTA NABI MAINTENANCE MANUAL Introduction and Preventive Maintenance Check for leakage at steering pump and steering gear. Inspect condition of steering hoses, lines and connections. Correct any leakage found. 2. Check oil level in steering miter box. Oil level should be at the fill plug level. If additional oil is required, use Dexron®-III transmission fluid. 3. Lubricate universal joints and slip joint on steering shaft. 4. Check steering system operation for excessive travel or binding. Inspect steering linkage for damage or loose hardware. 18,000 MILE INTERVALS 1. Check and if necessary, tighten all mounting hardware for steering column, steering shaft, and steering gear. 2. Check operation of steering gear limiting valves by turning steering wheel from lock to lock and noting pressure relief before axle stops are con- tacted. If adjustment is necessary, refer to "Axle Turning Angle" in Section 413. 42,000 MILE INTERVALS (OR ANNUALLY) 1. Drain and refill steering hydraulic system and re- place the reservoir filters. Refer to "System Drain and Refill" in Section 4B. Specifications Power Steering Gear Make . . . . . . . . . . . . . . . . . . . RBL Model . . . . . . . . . . . . . . . . . . C-700V Rated Pressure . . . . . . . . . . . . . 2150 psi Hydraulic Pump Make . . . . . . . . . . . . . . . . . . . Eaton Model . . . . . . . . . . . . . . . . 26513-LAH Type . . . . . . . . . . . . . . . . . . . Gear Oil Reservoir and Filter Make . . . . . . . . . . . . . . . . . . Nelson Model ..................91714 Capacity . . . . . . . . . . . . . . . 16 quarts Filter Element Part No. (3 req'd) 500-2303-001 1106-GCRTA S NABI MAINTENANCE MANUAL 4A-6 Specifications Introduction and Preventive Maintenance NORTH AMERICAN BUS INDUSTRIES, INC. 1106-GCRTA NABI MAINTENANCE MANUAL Service Steering System Service Introduction The steering system requires minimal maintenance. To ensure maximum operating performance, the hy- draulic system should be kept clean and free of con- tamination. Periodic inspection should also be made to check for leaks and proper operation. The service procedures that follow should be performed during regular system servicing or after component replace- ment. Oil Level At regular intervals, check oil level in the fluid reser- voir by removing the dipstick in the reservoir cover cap. If oil level on dipstick is between the "ADD" and "FULL" marks, the oil level is adequate. Loss of oil in- dicates leakage in the system. Check all fittings, lines and connections for leakage. If it is necessary to add oil, refer to "Lubrication", Section 1 B, for type of oil to be used. Introduction 413-1 2. Place a suitable drain pan under the reservoir. Loosen and remove the drain plug at bottom o reservoir and allow fluid to drain. Replace and tighten the drain plug after all fluid has been re moved. 1 2 4 --_ 3 \5 } Visually check for the presence of air mixed with the J oil in the steering system. The oil should be clear. 1. Clamp Bolt Any signs of foam or frothing indicate air entry and 2. Band Clamp steering performance will be affected. Check for leak- 3. Cover age on the suction side of the steering pump. When 4. Dipstick the slightest evidence of dirt, sludge, or water is dis- 5. Cover Gasket covered in the system, drain and refill the system with 6. Wing Nut new oil and replace the reservoir filter. Refer to "Sys- 7. Hold -Down Spring tem Drain and Refill" in this section. 8. Retainer Washer 9. Filter Elements System Drain and Refill 10. Reservoir Shell CAUTION: To prevent accidental engine starting during steering system service, place the engine compartment "Run" switch in the "Off" position. As an additional safety measure, place the battery disconnect switch in the "Off" position. WARNING: Hydraulic fluid may be hot if vehicle has been in service. Allow adequate cool down time and wear gloves, eye protection and other protective gear to prevent burns. 1. Position vehicle over a service pit or hoist. Place the engine compartment "Run" switch in the "Off' position to prevent accidental engine starting. 1106-GCRTA INLET I-] 10 '-LET 09014 Figure 1 -Hydraulic Fluid Reservoir Assembly NABI MAINTENANCE MANUAL 413-2 Steering Linkage Steering System Service'I 3. Raise vehicle on hoist or utilize a service pit. Lo- cate the steering gear supply and return line con- nections at the bulkhead behind the front axle. Place a suitable drain pan under the connections and disconnect the fittings. Allow fluid to drain, then reconnect and tighten the fittings. 4. Return to the reservoir and replace the filter ele- ment as follows: a. Refer to Figure 1. Remove the two bolts (1) and the band clamps (2) securing cover (3) to the reservoir shell (10). Remove the cover and dipstick assembly (4). b. Loosen and remove the wingnut (6), hold-down spring (7), and retainer washer (8) securing the filter elements (9). c. Remove and discard the three filter element cartridges. d. Wipe the interior of the reservoir with a clean, lint -free cloth. e. Install three new filter element cartridges (9) on the reservoir stem, and then install the re- tainer washer (8), spring (7), and wingnut (6). f. Inspect the reservoir cover gasket (5) for damage and replace gasket if necessary. Reinstall the reservoir cover (3) and band clamps (2). 5. Fill the reservoir with fluid specified in "Lubrica- tion," Section 1B. Start the engine and run at idle speed. Add fluid to reservoir to maintain the oil level. Do not allow the reservoir to empty while the system fills. 6. When the fluid level stabilizes, slowly turn the steering wheel from left to right several times to remove air from the system. Continue this proce- dure while maintaining the reservoir fluid level un- til fluid in the reservoir stops bubbling. Steering Linkage If steering linkage between the steering gear and front wheels is out of adjustment, bent, twisted, worn, or damaged as a result of an accident, steering action of the vehicle can be seriously affected. Whenever any steering linkage parts are repaired, replaced or adjusted, steering geometry and wheel alignment must be checked and necessary corrections made. Refer to "Front Axle Alignment", Section 26, for inspection and alignment information. At regular maintenance inspection intervals, check, and if necessary, tighten steering gear mounting bolts, pitman arm mounting nut, and drag link rod end n uts. Axle Turning Angle Proper adjustment of the hydraulic and mechanical limitations of the steering system is necessary to pre- vent undue wear and damage to axle and steering components. If the hydraulic limitation of the steering gear is out of adjustment, then the wheels can not be fully turned by hydraulic assistance, or conversely, the hydraulic pressure can not be released at the maximum wheel turn. Adjustable limiting valves are provided at each end of the steering gear housing. These poppet -type valves are designed to relieve hydraulic pressure prior to the steering gear piston reaching the end of its travel in either direction. This ensures that the axle stops are not impacted with full hydraulic assist when a full wheel cut is made in either direction. It also serves to protect the pump and steering linkage, and pre- vents high hydraulic pressure. The axle steering stops limit the turning angle of the front wheels as well as the activation point of the steering hydraulic system pressure relief. Adjustable stop bolts on the axle steering knuckles limit front wheel turning angle to the right and left. The steering gear hydraulic limiters and axle stop bolts should be set to provide the specified turning angle of 45 de- grees. TURNING ANGLE CHECKS AND ADJUSTMENTS Vehicle Preparation and Inspection 1. Position the bus over a service pit. 2. Place wheel chocks to secure the rear wheels and release the parking brake. 3. Check and adjust tire pressure to specifications on VIN nameplate. 4. Maintain suspension system air pressure at 120 psi. 1106-GCRTA NABI MAINTENANCE MANUAL Service 5. Check vehicle ride height settings (Refer to Sec- tion 5B). 6. Check for hydraulic fluid leaks. Repair or replace any damaged fittings and hoses. Replace the steering gear if leakage is excessive. 7. Check axle components for loose or damaged hardware. Torque requirements are shown on pages 2A-2 and 56-2. 8. Check for worn or damaged rod ends on steering linkage. Equipment, Tools and Supplies • Wheel alignment turnplates • Hydraulic pressure gauge rated at 3000 psi • Mechanic's hand tools, as required Checking Hydraulic Limiting Valve Settings Adjustable limiting valves are provided at each end of the steering gear housing as shown in Figure 2. The adjustment screw on the input shaft end (front) of the gear housing adjusts the left turn limiting valve. The adjustment screw on the rear of the gear housing adjusts the right turn limiting valve. These adjust- ments should be checked when the steering gear as- sembly is replaced or adjustments have been made axle turning limit stops. Figure 2 - Steering Limiting Valve Adjustments 1106-GCRTA Axle Turni gAngle 413-3 1. Place wheel turnplates underneath the front wheels. 2. Position the wheels in a straight ahead positior 3. Adjust the alignment turnplates to 0 degrees. 4. Refer to Figure 3. Loosen the jam nuts on the axle stop bolts and turn them all the way in (clockwise). PC MAXIMUM TURN ANGLE 'I-,,, TWO-PIECI STOP BOL ASSEMBLY JMnn IYv 1 AXLE BEAM STOP SCREW BOSS LT 40FOS Figure 3 — Axle Stop Bolt Adjustment 5. Using a quick connect coupling, connect the hy� draulic pressure gauge to the hydraulic system test port. This port is located behind the front e terior access door below the windshield. 6. Start the engine and slowly turn the steering wheel all the way left and note the hydraulic gauge pressure while turning. NOTE: The aid of an assistant will be necessary to monitor the hydraulic pressure gauge and turnplate; 7. Check the turning angle of the left front wheel. the angle is greater or less than the specified gle (45°) then adjust the left turn limiting valve follows: a. Return the steering wheel to the straight ahead position. b. If the angle is greater than required, turn the adjustment screw of the front limiting valve i (clockwise) in half turn increments. NABI MAINTENANCE MANUAL 4B-4 Axle Turning Angle Steering System Service c. If the angle was less than the required, then turn the adjustment screw out (counter -clock- wise) in half turn increments. d. Slowly turn the steering wheel left and check the angle again. e. Continue this procedure until the turning an- gle is set to specification. 8. Check the turning angle of the right front wheel. Slowly turn the steering wheel all the way right and note the pressure on the gauge while turning. 9. If the angle is greater or less than the specified angle (45°) then adjust the right turn limiting valve as follows: a. Return the steering wheel to the straight ahead position. b. If the angle is greater than required, turn the adjustment screw of the rear limiting valve in (clockwise) in half turn increments. c. If the angle was less than the required, then turn the adjustment screw out (counter -clock- wise) in half turn increments. d. Slowly turn the steering wheel right and check the angle again. e. Continue this procedure until the turning an- gle is set to specification. Setting the Axle Stop Bolts 1. Refer to Figure 3. With the bus running at idle, slowly turn the steering wheel to the left until the specified turning angle is reached and the limiting valve is actuated. 2. Adjust the left wheel axle stop bolt to obtain a 1/8" (3 mm) gap between the bolt head and the stop screw boss when the wheels are fully turned. 3. Tighten the stop bolt jam nut. 4. Repeat steps 1 through 3 above for the right turn condition. 5. Remove the wheel alignment turnplates from un- derneath the front wheels. 6. Road test the vehicle to ensure that the steering operates properly. 1106-GCRTA REQUEST FOR PROPOSAL P1065 Transfort Buses City of Fort Collins Written proposals, five (5) will be received at the City of Fort Collins' Purchasing Division, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Proposals will be received before 2:30 p.m. (our clock), April 23, 2007. Proposal No. P1065. If delivered, they are to be sent to 215 North Mason Street, 2"d Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins!, 80522-0580. Questions concerning the scope of the project should be directed to Project Manager Dave Liece�ter (970) 566-0091. Questions regarding proposals submittal or process should be directed to Jim Hume, CPPO, Senior Buyer (970) 221-6776. A copy of the Proposal may be obtained as follows: Download the Proposal/Bid from the BuySpeed Webpage, https://secure2.fcgov.com/bso/login.*sp 2. Come by Purchasing at 215 North Mason St., 2"d floor, Fort Collins, and reque$t a copy of the Bid. Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall hav a financial interest in the sale to the City of any real or personal property, equipment, material, supp ies or services where such officer or employee exercises directly or indirectly any decision -ma ing authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Collusive or sham proposals: Any proposal deemed to be collusive or a sham proposal will be rejected and reported to authorities as such. Your authorized signature of this proposal assures that such proposal is genuine and is not a collusive or sham proposal. The City of Fort Collins reserves the right to reject any and all proposals and to waive any irregularities or informalities. Sincerely, James B. O'Neill II, CPPO, FNIGP Director of Purchasing & Risk Management 215 North Mason Street • 2"d Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • Fax (970) 221-6707 www1c ov. om NABI MAINTENANCE MANUAL Steering System Service _ Hydraulic Pressure Tests Hydraulic Pressure Tests Oil pressure and flow requirements are set during the design of the steering system. When diagnosing steering problems, oil pressure and flow must meet design specifications. A pressure gauge rated at 3000 psi and a flow meter with a capacity of 10 GPM are needed to check pressure and flow. Self contained testers are available as shown in Figure 4 and can be used to check system flow, pressure or both at the same time. For pressure tests only, a test port is provided at the front of the vehicle as shown in Figure 5. The steer- ing test kit for measuring pressure and flow should be connected in -line between the pump outlet and steer- ing gear inlet. Oil temperature can be measured by placing a thermometer in the reservoir. W, MOTOR MANIFOLD FAN MOTOR '1"� PUMP 9CF01 G 1106-GCRTA TEST PORT CHECK VALVE TO STEERING GEAR TO PUMP-7 SHUT-OFF VAL Jill FLOW METER i 0 PRESSURE GAUGE Figure 4 - Power Steering Test Kit J� POWER STEERING GEAR BOX TEMP SENSOR RESERVOIR SIGHT GLASS Figure 5 - Steering Hydraulic System \y. OIL COOLER W/FAN TEMP SENSOR RESERVOIR SIGHT GLASS Figure 5 - Steering Hydraulic System \y. OIL COOLER W/FAN NABI MAINTENANCE MANUAL 413-6 Hydraulic Pressure Tests Steering System Service PUMP MAXIMUM PRESSURE RELIEF NOTE: Flow must be checked at normal hydraulic system operating temperature and with a load on the 1. Install pressure and flow gauge with shut-off front axle, or steering response complaints may not valve between the pump outlet and steering gear be found. Inadequate flow will cause binding, uneven, inlet. Make certain the shut-off valve is open. or intermittently hard steering. 2. Start the engine and check steering system oil STEERING GEAR PRESSURE RELIEF VALVE level. Observe flow meter to assure oil flow is in TEST the proper direction. CAUTION: A malfunctioning pump pressure relief valve may not relieve pump pressure and closing the shut-off valve may cause pump damage or high pressure hoses to rupture resulting in per- sonal injury. When performing the following pro- cedure, constantly observe the pressure gauge while closing the shut-off valve. If pressure rises rapidly or appears to be uncontrolled, do not completely close the valve before inspecting the pump and pressure relief valve. 3. With the engine running at idle speed, slowly close the shut off valve and read the pressure at which the pressure relief valve opens. Open the shut off valve immediately after reading to avoid heat buildup or possible damage to the pump. This pressure reading should exceed 2000 psi. BACK PRESSURE CHECK System back pressure is checked with the steering wheel stationary and the hydraulic system at normal operating temperature. Normal system back pressure will be 30-50 psi at engine idle. High operating temperatures can be caused by ab- normally high back pressure. Restrictions in fittings or lines can contribute to high back pressure. OPERATING TEMPERATURE CHECK The steering system oil temperature is best checked after two hours of normal operation. An ideal operat- ing temperature should range between 140-160 de- grees F. Normal operation in this range will allow for intermittently higher temperatures which can occur during periods of heavy steering usage. FLOW TEST - MINIMUM ALLOWABLE FLOW With the engine running at idle speed, vehicle sta- tionary at floor level with a normal load on the front axle, turn the wheels from full right to full left and ob- serve the flow meter. The flow must not fall below 4 GPM. 1. If the supply pump is performing to specification, install a one -inch spacer between the axle stops on one side. Keep fingers clear of pinch points and be sure block is square to points of contact. CAUTION: When performing this test, do not hold torque on the steering wheel for more than 5 sec- onds beyond the time the pressure relief setting has been reached. It may damage the unit or cause the oil temperature to rise above 200 de- grees. Turn the steering wheel in the direction necessary to pinch the spacer block. Apply sufficient torque to ensure the steering gear control valve is com- pletely open in the direction of the turn. At this point, the pressure gauge will read the gear pres- sure relief setting, which should be less than 1200 psi. 3. If the pressure reading is within ± 60 psi of the pump relief setting, the pressure relief valve is op- erating properly. 1106-GCRTA NABI MAINTENANCE MANUAL ng System Service Troubleshooting PRELIMINARY CHECKS Before proceeding to the troubleshooting chart, it is strongly recommended that some preliminary checks be made and a road test be performed to eliminate unnecessary work. 1. Check for proper and equal tire inflation on the steering axle. Note any abnormal tire wear which may be attributable to front end alignment. 2. Make certain the fluid reservoir oil level is correct. 3. Make certain the power steering pump is operat- ing correctly. 4. Visually inspect the following components for ob- vious damage, wear, mis-adjustment and possible binding: a. Steering column, miter box, and steering shaft b. Axle steering arms, tie rods, tie rod ends and knuckles c. General looseness in the steering linkages 5. Check hoses for kinks or other damage. The most common faults may be grouped under the following headings: 1. Power steering does not operate. 2. The power steering is stiff in one direction and normal in the other. 3. Excessive free play at the steering wheel. 4. The power steering operates normally but is inter- mittently hard. 5. Oil leaks. 6. The power steering is stiff when turning the steer- ing wheel quickly. 7. The power steering does not return correctly. 8. The power steering operates but with noise, tur- bulence or vibration. 1106-GCRTA Troublesh Specifications HYDRAULIC PUMP Max. Continuous Pressure. . . . . • . . . 3250psi Max. Intermittent Pressure . . . . . . . . 3650 psi Rated Speed . . . . • . . • . . . . . . 2500�pm Output Flow @ Rated Speed • . . • . . 29.6 pm NABI MAINTENANCE MANUAL 4113-8 Specifications Steering System Service Troubleshooting Chart SYMPTOM CAUSE REMEDY 1. Power steering does not op- 1. Low oil level. 1. Check oil level. erate or manual steering ef- fort is excessive. 2. Air in system. 2. Check that there are no leaks, bleed and top off with oil. 3. The pump does not supply adequate 3. Check pump performance to specifi- flow or pressure. cation. 4. Obstruction in the oil reservoir outlet 4. Remove lines and clean. or inlet. 5. Internal leakage in power steering 5. Verify by test and repair as neces- gear piston. sary. 6. Mechanical faults in vehicle steering 6. Inspect and repair as required. linkage or axle. 7. Low pressure in front tires. 7. Inflate tires to correct pressure. 8. Steering gear relief valve opens at 8. Verify by test and repair as neces- low pressure. sary. 2. Steering effort greater in one 1. Low or no pressure applied to one 1. Verify by test and repair as neces- direction than in the other. side of power steering piston. sary. 2. Mechanical fault in steering 2. Inspect and repair as required. 3. Excessive free play in steer- 1. Power steering housing or housing 1. Retighten mounting bolts. ing wheel. support loose. 2. Excessive play between output shaft 2. Adjust gear lash. If all adjustment sector teeth and piston. has been used, replace output shaft and spindle assembly. 3. Loose or worn ball studs in steering 3. Inspect and repair as required. linkage. 4. Power steering operates nor- 1. Dirty oil. 1. Change oil and filter. mally but is intermittently hard. 2. Low oil level. 2. Check oil level. 3. Faulty pump operation. 3. Check pump to performance specifi- cation. 5. Oil leaks 1. Hose or hose connections. 1. Tighten or replace. 2. Faulty or incorrectly installed seal 2. Clean & dry the outside of the power rings. steering body and take the vehicle out on test to locate the leak. I I06•GCRTA NABI MAINTENANCE MANUAL ce ifications Troubleshooting Chart SYMPTOM CAUSE REMEDY 6. Power steering stiff when 1. Restricted hose. 1. Repair or replace hose. turning steering wheel quickly. 2. Faulty operation of hydraulic pump. 2. Check pump to performance speci - cations. 3. Internal leakage in power steering 3. Verify by test; repair if necessary. gear. 7. Power steering does not re- 1. Low tire pressure. 1. Inflate tires to correct pressure. turn correctly. 2. Front axle assembly damaged or de- 2. Check for damage or worn parts. formed. 3. Bind in steering linkage. 3. Determine cause and correct. 8. Power steering operates but 1. Reservoir oil level low. 1. Fill up to level. with noise, turbulence or vi- bration. 2. Unsuitable oil. 2. Drain oil and fill up with recom- mended grade. 3. Oil reservoir filters blocked. 3. Replace filters. 4. Power steering pump defective. 4. Repair or replace. 1106-GCRTA NABI MAINTENANCE MANUAL 4B-10 Specifications Steering System Service NORTH AMERICAN BUS INDUSTRIES, INC. 1106-GCRTA NABI MAINTENANCE MANUAL Component Replacement and Overhaul Steering Wheel REPLACEMENT (Refer to Figure 1) 1. Position front wheels in a straight -ahead position. 2. Disconnect the batteries to prevent horn activa- tion. 3. Using a small flat blade screwdriver, remove the horn button (7) and disconnect the horn wire (5). 3. Remove the steering wheel nut (6) from steering column shaft. 5. Mark position of steering wheel hub relative to steering column shaft. 6. Install a steering wheel puller using the threaded holes in the wheel hub, and pull the steering wheel off the shaft. Take precautions to protect the threads of the steering shaft. 1106-GCRTA 7. To access the horn contact plate (2), remove the gap hider cover (4) and spring (3). Installation 1. Position spring (3) on contact plate, making sure that the cut end of the last spring coil is posi- tioned away from the horn contact tab. The coil of the spring should make full contact with the !, horn contact tab. 2. Install the gap hider cover by aligning the flats on the cover with the flats on the shaft. Check to ensure that the horn wire is not trapped by any parts of the assembly. 3. Insert horn wire through steering wheel. Positi n steering wheel on the shaft, aligning marks ma e prior to removal. 4. Install the steering wheel nut and tighten to 55-65 ft-lb. 5. Connect the horn wire to the horn button. Align horn symbol straight with steering wheel and press button into place } 5 1 2 3 1. Steering Column 4 6 2. Contact Plate 7 3. Spring 4. Gap Hider Cover 5. Horn Wire 6. Steering Wheel Nut 7. Horn Button 04010-1 r-rgure 7 - sreenng wneei Hssemary NABI MAINTENANCE MANUAL 4C-2 Steering Column Component Replacement and Overhaul 6. Switch batteries on and check horn operation. 5. Remove screws securing coupling shaft cover at Operate column telescoping feature and recheck lower end of steering column. horn operation. 6. Remove upper clamping bolt from steering col - Steering Column NOTE: Service kits are available for repair and re- placement of steering column components. Refer to the NA81 Parts Catalog, Section 4, for available ser- vice parts. REPLACEMENT (Refer to Figure 2) Removal 1. Position front wheels in a straight -ahead position. 2. Center the steering wheel and telescope the col- umn out to its full outward position. 3. Tilt the column down and pull off the upper cover by grasping the bottom edge. Tilt the column up to pull off the lower cover 4. Remove steering wheel as instructed under "Steering Wheel Replacement", in this section. 4 umn coupling shaft. 7. Loosen, but do not remove, the four bolts attach- ing column support brackets to instrument panel. 8. Disconnect horn wire from harness. 9. Support the column and remove the four bolt at- taching column to the column support brackets. 10. Lift column off of coupling shaft U-joint spline and remove column. Installation 1. Install steering column shaft spline into coupling shaft U-joint and install the four bolts attaching column to column support brackets. 2. Tighten bolts on column and instrument panel at- tachment to 35 ft-lb. Tighten clamping bolt on steering column coupling shaft to 35 ft-lb. 3. Connect horn wire to harness. 1. Cover, Steering Column 2. Cover, Steering Column, Upper 3. Steering Column Assembly 4. Cover, Steering Column, Lower 5. Housing and Plate Assembly 6. Spring 7. Cover Assembly Figure 2 - Steering Column Assembly 04011.CDR 1106-GCRTA NABI MAINTENANCE MANUAL Component Replacement and Overhaul 4. Install lower cover over coupling shaft and secure with attaching screws. 5. Install steering wheel as instructed under "Steer- ing Wheel Replacement". 6. Install lower and upper column covers. Steering Miter Box NOTE: At the time of this publication, the steering mi- ter box manufacturer does not offer repair procedures or service parts. If the assembly is leaking, worn or damaged, it should be replaced. REPLACEMENT 11 WARNING: 11 To reduce the possibility of personal injury, support bus body with blocks or safety stands. This will prevent the bus from lower- ing if air pressure is released from the suspen- sion system. Removal 1. Position vehicle on hoist and install safety stands on bus frame to support bus body. 2. Remove clamping bolt to disconnect steering shaft end yoke from miter box output shaft. 3. Remove clamp bolt and lock nut from steering column coupling shaft at miter box input shaft. 4. Remove the four bolts, washers, and locknuts at- taching miter box assembly to mounting bracket. 5. Separate the miter box from coupling shaft and carefully lower assembly from under bus. 1. Align miter box input shaft with steering column coupling shaft and raise assembly into position. 2. Attach miter box assembly to mounting bracket with bolts, washers and locknuts. Tighten locknuts to 60 ft-lb. torque. 3. Install coupling shaft clamp bolt and lock nut. Tighten lock nut to 35-40 ft-lb. 1106-GCRTA Steering Miter Box 4. Check that front wheels and steering wheel aro in a straight -ahead position. 5. Install steering shaft end yoke on miter box out- put shaft. Tighten clamping bolt lock nut to 35-40 ft-lb. 6. Check oil level in miter box. Oil level should be at the fill plug level. If additional oil is required, use Dexron®-III transmission fluid. Steering Shaft NOTE: At the time of this publication, the steering shaft manufacturer does not offer repair procedur�d, rn or service parts. If the assembly is woor damag it should be replaced. REPLACEMENT II WARNING: II To reduce the possibility of personal injury, support bus body with blocks or safety stands. This will prevent the bus from lower- ing if air pressure is released from the sus- pension system. Removal 1. Position vehicle on hoist and install safety stands to support bus body. 2. Position wheels in a straight -ahead position. 3. Remove clamp bolts and lock nuts attaching steering shaft end yokes to miter box and steer ing gear. 4. Tap steering shaft with a soft hammer to looser} end yokes from shaft splines. 5. Compress shaft assembly at slip joint and remove from vehicle. Installation 1. Check that front wheels and steering wheel arel in a straight -ahead position. 2. Position steering shaft end yokes on splines of miter box and steering gear. NABI MAINTENANCE MANUAL 4C-4 Power Steering Gear Component Replacement and Overhaul 3. Install mounting clamp bolts and lock nuts. NOTE: Steering gear attaching bolts are accessible Tighten lock nuts to 40-45 ft-lb. from the driver's compartment floor by sliding the driver's seat forward. Power Steering Gear REPLACEMENT Removal WARNING: To reduce the possibility of personal injury, support the bus body with blocks or safety stands. This will prevent the body from lower- ing if air pressure is released from the sus- pension system. 1. Position vehicle on hoist and install safety stands to support bus body. 2. Remove power from vehicle using the battery dis- connect switch. Install warning tags in battery and operator's compartment to prevent accidental en- gine starting. CAUTION: If steering fluid is hot from vehicle be- ing in service, wear gloves or other protective gear to prevent fluid burns. 3. Locate and disconnect the supply and return hoses from the steering gear and allow fluid to drain into a suitable container. Plug or cap the open end of lines to prevent foreign material from entering the hydraulic system. 4. Remove cotter pin and castle nut securing the drag link to the steering gear pitman arm. Re- move the drag link from the pitman arm using an appropriate ball joint removal tool. 5. Remove the clamping bolt and lock nut that atta- ches the steering shaft to the steering gear input shaft. Separate the shaft from the steering gear. WARNING: The weight of the steering gear is approxi- mately 100 lb. Use a suitable dolly -type sup- port stand to hold the steering gear during re- moval. The aid of an assistant is also recom- mended. 6. With the steering gear properly supported, loosen and remove the capscrews attaching steering gear to bus frame structure. 7. Lower the assembly with the support stand and remove from vehicle. Installation 1. Position the steering gear assembly on support stand and raise into alignment with frame mount- ing holes. 2. Install the mounting capscrews and tighten to 405 ft-lb. torque. 3. Connect drag link to pitman arm and tighten stud nut to 185-205 ft-lb. torque. Advance nut as re- quired to expose cotter pin hole and install new cotter pin. 4. Check that front wheels and steering wheel are in a straight -ahead position. Install steering shaft end yoke on steering gear input shaft. Tighten the clamp bolt nut securely. 5. Remove protective covering from steering gear supply and return lines and connect lines to the steering gear. 6. Fill steering reservoir with specified fluid and bleed hydraulic system. 7. Check for fluid leaks and repair/correct as neces- sary. 8. Check operation of steering gear hydraulic limit- ers. Refer to "Axle Turning Angle" in Section 46. PITMAN ARM REPLACEMENT Removal NOTE: The Pitman arm and output shaft have align- ment marks for proper indexing of the arm. There is also a mark on the steering gear housing, when aligned with the mark on the output shaft, that indi- cates the straight -ahead or center position of the gear. 1. Position the steering gear output shaft to the straight -ahead or center position of the gear. 1106-GCRTA P-1065 Transfort Buses Section 1.0: Proposal Requirements 1.1 General Description The City of Fort Collins is soliciting proposals for the purchase of Compressed Natural Gas (CNG) fueled, thirty -five-foot (35-ft), low -floor, transit buses. After selection of a supplier and upon execution of an agreement with that supplier, an order will be placed for three (3) to six (6) buses. During the following five years, an additional fifteen (15) to thirty (30) buses may be ordered, depending on the availability of funds. 1.2 Proposal Submittal The City of Fort Collins shall not reimburse any firm for costs incurred in the preparation and presentation of their proposal. Firms submitting proposals shall submit five (5) copies of the proposal with the following information: a. Company history and experience in the manufacture of transit buses. b. The name of the company representative responsible for participating in pre -proposal meetings, pre -award negotiations, and post -award activities. C. References from five or more organizations which have used your company for similar products and services within the last five years. d. A written description of the proposed transit buses as specified below. Pricing, as requested, for buses, optional configurations and equipment. The proposal must be signed by a duly authorized representative of the firm submitting the proposal. The signature shall include the title of the individual signing the proposal. 1.3 Prospective Offerors should submit written questions to the Purchasing Representative prior to the pre -proposal conference. 1.4 Solicitation Schedule RFP advertised March 2, 2007 Proposals due April 23, 2007 Evaluations completed May 11, 2007 Interviews/demos May - June, 2007 Preliminary award June, 2007 NABI MAINTENANCE MANUAL Component Replacement and Overhaul Figure 3 - Pitman Arm Locking Nut 2. The pitman arm locking nut is equipped with a re- taining feature, as shown in Figure 3. Bend the retainer outward for removal of the nut. 3. Remove the locking nut from the pitman arm. Using a suitable puller (Figure 4), remove the pitman arm from the output shaft. Figure 4 - Removing Pitman Arm Installation 1. Install the pitman arm on the output shaft. There is a mark (a small line or a dot) on the steering gear output shaft. This mark has to be aligned with the mark on the steering gear housing when the steering gear is in the middle (straight) posi- tion. There is also a mark on the pitman arm that 1106-GCRTA Drag Link Re has to be aligned with the mark of the gear shaft. This indicates that the Pitman arm is installed correctly to the gear shaft. 2. With all reference marks in alignment, install th% pitman arm retaining nut and tighten to 625 ft-16s. 3. Complete the assembly by bending the rim of the nut into the axial grooves of the output shaft. Drag Link Replacement REMOVAL (Refer to Figure 5) WARNING: To reduce the possibility of personal injury, support the bus body with blocks or safety stands. This will prevent the body from lower ing if air pressure is released from the sus- pension system. 1. Position the bus over a service pit and place wheel chocks to secure the rear wheels. 2. Check and adjust tire pressures to specification4s on VIN nameplate. 3. Maintain suspension system air pressure at 12d PSI and check vehicle ride height settings. 4. Place wheel alignment turnplates underneath thie front wheels. Adjust the wheels to zero degrees, (straight) position. 5. Remove the cotter pin from the drag link rod end on the axle steering arm. Loosen but do not re+ move the nut. 6. Separate the rod end from the steering arm using a ball joint removal tool. 7. Remove the cotter pin from the Pitman arm con- nection of the drag link and loosen but do not r4- move the nut. NOTE: Turn the steering wheel if necessary for better access to the nut. 8. Separate the rod end from the Pitman arm by u$- ing the ball joint removal tool. NABI MAINTENANCE MANUAL 4C-6 Drag Link Replacement Component Replacement and Overhaul 0 o _ TO AXLE STEERING ARM DRAG LINK O O PITMAN ARM 04024 Figure 5 - Drag Link Assembly 9. To remove the drag link first turn the steering 3. Install the new drag link into the Pitman arm and wheel left until the rod end at the steering arm into the steering arm, but do not tighten the nuts. side comes out from underneath the axle beam. Then remove the nut and lift out the drag link NOTE: The rod end closest to the major bend on the from the steering arm. drag link MUST be installed in the Pitman arm. 10. Remove the nut from the rod end at the Pitman 4. Since the steering gear is in the straight position arm side and remove the drag link. now, check the wheel position on the turnplates. If the wheels are not straight (0°), then the drag INSTALLATION link has to be adjusted. Check to see how much adjustment is needed at the other end of the drag 1. Clean the conical surfaces of the Pitman arm and link to fit the steering arm. Adjust the new drag the steering arm using a wire brush, alcohol and link until the wheel is straight at straight steering a clean rag. gear position. Check that the Pitman arm is correctly indexed with the steering gear output shaft. Set the steer- ing shaft to the straight position: there is a mark (a small line or a dot) on the steering gear shaft. This mark has to be aligned with the mark on the gear box when the steering gear is in the middle (straight) position. Also there is a mark on the Pitman arm that has to be aligned with the mark of the gear shaft. This indicates that the Pitman arm is installed correctly to the gear shaft. 5. Make sure that the ball joints are adjusted equally and the adjustment is within the allowed length as shown in Figure 6 (50±10 mm or 1.97"± 0.39"). NOTE: The design length of the drag link is 34.84" (885 mm), measured between the ball joints centers. Small adjustments may be necessary on the drag link to allow for variations in axle frame/steering gear box positions. 6. Install the nuts of the ball joints and tighten to 185-205 ft-lbs. 11Q6-GCRTA NABI MAINTENANCE MANUAL Component Replacement and Overhaul Drag Link Figure 6 - Drag Link Rod End Adjustment 7. Install the cotter pins. If the hole of the ball joint does not align with the gap of the cotter nut, then tighten the nut until the cotter pin can be installed. 8. Tighten the clamp bolts of the drag link to 52-63 ft-lbs. Make sure that the slot of the clamp is fac- ing down. 9. Check the steering wheel clocking. If the steering wheel is not in a straight position with the wheels straight (0°), then remove and reinstall the steer- ing wheel. 10. Make certain the new drag link does not interfere with any other chassis components by turning the steering wheel fully left and right. Make sure that the 1/8" gap (3 mm) is present between the axle stop bolt and the stop screw boss at full wheel turn in both directions. If not, adjustment is nec- essary. Refer to "Turning Angle Checks and Ad- justments", starting on page 413-2. 1106-GCRTA NABI MAINTENANCE MANUAL 4C-8 Drag Link Replacement Component Replacement and Overhaul' NORTH AMERICAN BUS INDUSTRIES, INC. 1106-GCRTA AB North American Bus Industries, Inc. Exhibit B Sub -Floor Material �1 EGREENWOOD PRODUCTS FOREST BUS PANELTM Bus Panel TM is a specialty plywood panel designed to be used for floors and bulkheads in buses and light rail cars. It is carefully manufactured to maximize strength and flatness for ease of installation and long-lived performance. PERFORMANCE FEATURES: Marine grade plywood is often erroneously specified by transit authorities in an attempt to reduce dry rot in bus floors. Bus PanelTm is engineered for longevity under heavy foot -traffic and other in -use loading. Marine -quality plywood insures low maintenance, high performance floors. Both OEMs and owners benefit from knowing panels are manufactured to carry the loads and withstand exposure conditions of bus and recreational vehicle floors. High quality veneers used in Bus PanelTm assure secure fastening of seating, flooring and other components. Bus Panel TM is also available in a preservative treated panel: XL Bus PanelTM USES: Bus PanelTm is used wherever structural panels are needed, such as floors and bulkheads. Panels are manufactured to offer an excellent wear surface for passenger or cargo caused uniform or dynamic loads. Flooring materials can be effectively and easily laminated to all Greenwood Bus Pane1TM products. Panels are also available with noise damping properties: Ask for Greenwood's dB-PlyTM Bus. Greenwood also offers preservative treated plywood for bus, RV and boat construction: Ask for XLTm Bus Panels or XLTmRV. Bus PanelTm can be readily installed in retrofit applications as well as new bus installation. PANEL SPECIFICATIONS: Bus Panel TM is available %:" and thicker in 4' X 8' and up to 5' X 10' sizes. Panels are Group I Western species, allowing no open wood characteristics in face veneers. Cores are tight and 100% exterior grade, laminated with marine - grade resins. All panels have "prepared surfaces" for easy bonding of flooring materials, adding efficiencies for OEMs and longevity for bus or RV owners. Greenwood's Bus Panel meets or exceeds all recommendations of the American Public Transit Association's Standard Bus Procurement Guidelines. Member: APTA GREENWOOD FOREST PRODUCTS — When quality really counts Greenwood Forest Products 15895 S.W. 72nd Avenue, Suite 200 Portland, OR 97224 Phone 503/670-9663 FAX 503/670-7755 WATS 1-800-333-3898 GREENWOOD FOREST PRODUCTS XL BUS PANELS TM THE XL BUS PANEL' WARRANTY© Greenwood Forest Products provides the original purchaser of a bus, where extended life XL preservative -treated panels were installed by an approved original equipment manufacturer, with the following limited warranty. • For the lifetime of the original owner, a warranty against damage to the panels as a result of fungal decay/rot. • For the lifetime of the original owner, a warranty against damage to panels caused by termites and/or other wood -eating insects. • For the lifetime of the original owner, a warranty against manufacturing defects when such damage or defect would make the panel structurally unfit for its intended application. Within 60 days of receipt of a claim accompanied by the original purchase invoice showing date of purchase, serial number and the name of the manufacturer, Greenwood Forest Products will arrange for the manufacturer or original owner to exchange the damaged XL panel. The original owner can expect Greenwood to additionally pay reasonable costs arising from the replacement of defective panels for a period of 10 years from the date of purchase. These costs could include charges for flooring, adhesives, fasteners and related labor charges. After the 10-year period from date of purchase, Greenwood will only exchange damaged panels and pay related labor charges. WARRANTY LIMITATIONS This warranty is limited only to those circumstances previously stated and in no case shall Greenwood Forest Products be held responsible for any of the following: • Damage caused from anything other than fungal decay/rot, termites and/or other wood eating insects or panel workmanship. • Associated damages claimed to be a result of damage caused by fungal decay/rot, termites and/or other wood eating insects or panel workmanship. • Inherent wood characteristics such as checking, leafing, splitting and broken grain. . • Damage caused by improper installation or the use of corrosive fasteners. • Fasteners and installation systems must be pre -approved in writing by Greenwood Forest Products. Greenwood Forest Products' obligation under this warranty is limited to the replacement of damaged panels and those costs resulting, as described previously. Greenwood retains the right to have their representative inspect all panels concerned with any claim Initiated under this warranty. HOW TO SUBMIT A CLAIM Send your claim to the manufacturer listed below. Be sure to include your original purchase invoice showing the date of purchase. a Greenwood Forest Products,1997 Greenwood Forest Products 15895 S.W. 72nd Avenue, Suite 200 Portland, OR 97224 Phone 5031670-9663 FAX 6031670-7755 WATS 1-800-3334898 AB = North American Bus Industries, Inc. Exterior Elevation Drawings AB North American Bus Industries, Inc. 35-LFW ■ e p Version Modific. Created T x Mark Date By m m3ka 10887/428.6'/35,7' 1150/45.27' 1150/45,27' Clear 0pegning-1914/36' �— Clear o 9ning4 914/36' Clear hel ht� 980/78' Clear hel ht, 1980/78' V I 393.7/15.5'1 L 393.7/15.5' 1815.0/71.5' 3125/1231.0 I--- 5570/219.3' 2405/94.69' 11100/437'/36.4' 0 o m N M Ln �i M � m ch m N 1946/76.6' NAB I 35LFW - 35 ' , LOW FLOOR CNG TRANSIT BUS TRANSFORT - CITY of FORT COLLINS Date, April, 18, 2007, ELEVATION DRAWING - - raw ng-nub acklmann 100-7100- 04 1.5 Proposal Format Proposals should be set up as follows: 1. Transmittal letter 2. Company experience 3. List of company representatives 4. References 5. Technical Proposal - list in the same order as given in 3.0: General Specifications. 6. Price Proposal with price protection for subsequent purchases. 7. Federal Forms - completed and signed, as required. Section 2.0: Background Transfort, the City of Fort Collins' transit organization, will be replacing its current bus fleet with CNG powered, thirty -five-foot, low -floor buses. Exact numbers of buses to be ordered over the next five years will depend on funding. Section 3.0: Specifications The proposed buses shall be designed and built to comply with all applicable Federal and State requirements pertaining to transit buses. Pre -award Federal documentation shall accompany the Offerors proposal. In order to ensure availability and facilitate production, the City intends to purchase buses in a configuration close to one already in quantity production. Accordingly, the following specifications are to be considered as a guide for any proposal submitted under this solicitation. Equipment specified herein is either already equipping current Transfort vehicles or one which the City would like to standardize on. These specifications describe a thirty-five (35) foot, 102" wide, low floor transit bus, intended for heavy duty service with a 12-year service life in a transit system utilizing 27 buses. Engine must be rear - mounted and set up so that routine maintenance is easily performed. Drive train shall be mechanically isolated to minimize vibration. Engine mounted accessories must be designed for ease of replacement. An Excel spreadsheet is attached with a checklist to be used by vendors to indicate whether or not they can provide the specified equipment. The checklist also contains additional requests related to the equipment or configuration specified for each section. Section 3.1 Drivetrain: Engine —280hp and 8501bft torque John Deere 9.1L referred; a Cummins C83G+ is acceptable Transmission Allison B400R (with retarder) Brake System Wabco ABS brake system, with Q-style brakes, and Traction Control Wheels Alcoa 22.5" x 8.25" aluminum with polished finish on both sides Tires Michelin 305nOR22.5 AB North American Bus Industries, Inc. 40-LFW m F-�--r-r-T—r--,--�-- —r-T � r-, r--,-"-r-�r-i--,� �- r-i—•�---r—�-r--1 a m � me Tao � a iae ae .ae o wo 12192/40' Cam, N I n Version I Modifk Mark Date 1946/76.6' NABI 40LFW - 40 LOW FLOOR CNG TRANSIT BUS TRANSFORT - CITY of FORT COLLINS Date, April, 18, 2007. ELEVATION DRAWING - - --- rawing -nub - acklmann 100-7101-A02 AB North American Bus Industries, Inc. Seating Layout Drawings AB North American Bus Industries, Inc. 35-LFW I - MARCH 26, 2007 IVAINC.eated by: A3.1 C. tDrawing number: -'NG TRANSIT BUS FOR FORT COLLINS 30 PAX HIP -TO -KNEE 26 50" MINIMUM SEATING PASSENGERS: 30 SEE DETAIL "A" (SHEET 2 OF 2), SEATING LAYOUT SHEET 1 OF 2 A B i INC. Created by: NABI 35 LFW CNG TRANSIT BUS FOR FORT COLLINS 30 PAX 26- 2-007 SEATIN(J- LAYOU-1- Drawing number: STEVE ESTES-- I 1 I 0 10 0 —.41 0 SHEET 2 OF 2 North American Bus Industries, Inc. 40-LFW NABI 40 LFW CNG TRANSIT BUS FOR FORT COLLINS ^ % P_, Leo NIP -TO -KNEE: 26.50'' MINIMUM SEATING PASSENGERS. 36 SEE DETAIL "A" !/ (SHEET 2 OF 2) SHEET 1 OF 2 Date` MARCH 26, 2007 SEATING LAYOUT INC. Created by: Drawing number: _ -- ---- - STEVE ESTES _ --- —---- — - �— 7/ TO -A0 1 R.ls� " MIA �81 _INC. Date: MARCH 26, 2007 Created by: NABI 40 LFW CNG TRANSIT BUS FOR FORT COLLINS L)r I /AlL /A -LE 2% Drowing- -number: 36 PAX SHEET 2 OF 2 SEATING L-AYOU-T- IT-0 — 7T a I—A� i /A B North American Bus Industries, Inc. Body Structure Drawings Steering Power assist, frame mounted, gear ratio — 23:1 Engine Cooling Water based, pressure -type cooling system of sufficient size to maintain the engine and transmission at a safe operating temp. Engine Compartment Gauges Engine oil pressure, water temp, voltmeter, mechanical hour meter Engine Cooling Fan Mechanical, if available. Hydraulic is acceptable. Transmission Cooling Separate heat exchanger sized to maintain safe operating fluid temperatures. Axle gear ratio 6.14 rear axle gear ratio Exhaust system Discharge shall be located at the streetside rear roof corner. Fuel system and tanks CNG installation must comply with appropriate NFPA regulations. Driving range, on a full fill, should be approximately 300 miles. Starter Electric starter Alternator Niehoff C701, 300 amp Batteries 2 - 8D, in slide -out stainless steel tray with stainless steel rollers. Tray must be isolated via rubber mounts. Air Dryer Bendix AD9 Section 3.2 Chassis: Suspension Pneumatic type Kneeling system Shall lower the bus entrance a minimum of 2.5". Section 3.3 Accessories and Exterior: Aux Heater Webasto NGW300 natural gas fired heater Bumpers Front and rear - Romeo Rim Help'S', black, 3-piece, rear anti -ride feature Tow Eyes Front, frame mounted Exterior paint With stripes, paint scheme supplied by customer Access doors For radio and battery compartments. Battery compartment must be streetside with screen and spring -loaded battery disconnect switch. Radiator access door, rectangular, on the engine cover, on the streetside of the cover. Roof hatch Two (2) roof emergency hatches, Transpec Destination signs Luminator Destination sign, 100% LED display, front, side, rear Exterior mirrors Heated and remote controlled both right and left Exterior lights All LED Backup Alarm Curbside, rear AB North American Bus Industries, Inc. 35-LFW TYPICAL STRUCTURAL TUBE SIZES Materlal, Mild (carbon) steel ersion I Modific, I Created Mark Date By Size, (length/width/wallthickne; < IN MILLIMETERS ) l20x4Ox2 50x4Ox3 100x40x3 40x2Ox2 90x5Ox4 40x3Oxl.5 80x40x2 40x3Ox2 80x40x3 40x3Ox3 80x40x4 40x4Ox2 80x60x3 40x4Ox3 60x3Ox2 40x4Ox4 60x4Ox2 30x2Oxl,5 60x4Ox3 30x3Oxl,5 60x4Ox4 30x3Ox2 50x4Ox2 20x2Ox2 NAB I 35LFW - 35 ' 1 LOW FLOOR BUS STANDARD Dater April, 04, 2007, 1BODY STRUCTURE acklr�ann rawng nuM erg 140-LF35-A11 AB North American Bus Industries, Inc. 40-LFW Version Modific. Created TYPICAL STRUCTURAL TUBE SIZES Mark Date By Materials steel Size, (length/width/wallihicknes ( IN MILLIMETERS ) 120x40x2 50x4Ox3 100x4Ox3 40x2Ox2 90x5Ox4 40x3Oxl.5 80x40x2 40x3Ox2 8Ox40x3 40x3Ox3 8Ox40x4 40x4Ox2 80x60x3 40x4Ox3 60x3Ox2 40x4Ox4 60x4Ox2 30x2Oxl,5 60x4Ox3 30x3Oxl.5 60x4Ox4 30x3Ox2 50x4Ox2 20x2Ox2 MATERIAL, THE CLOSEST AMERICAN EQUIVALENT OF A 283.Gr,C ASTM A283/A283M "" ^^C ASTM A284/A284M NABI 40 LFW - 40 FT LOW FLOOR BUS VALID ONLY BODY STRUCTURE MATERIAL STANDARD - - --SEA STRUCTURE JWA%j5l Created by Drawing number: 2s°lt Csa14 0 — L F 4 0 — B 11 bai AB North American Bus Industries, Inc. Body Paneling Drawings AB North American Bus Industries, Inc. 35-LFW ►i i �':ti i�i �' ►i ),!s�� ;��i!� it �►'� O�*§t* rrrrrrrrr�r'r'r�'rrrrrr�Wil/ m m iar, AB North American Bus Industries, Inc. 40-LFW .......... fe. A . ... .... 15, o ggp// " Z ffiffinfi/l/l/g/go" OC, NO, AB North American Bus Industries, Inc. Turning Radii Drawings