Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
RESPONSE - BID - 5764 VEHICLE CUT A WAY VAN
Mb TRANS Buses by Supreme February 26, 2003 City of Fort Collins Director of Purchasing and Risk Management 215 North Mason Street, 2"d Floor Fort Collins, Colorado 80522-0580 RE: Bid #5764 - Vehicle: Cut -A -Way Van Startrans Bus Sales Colorado is pleased to offer the Supreme Startrans Senator 22' paratransit bus on the above referenced IFB. This vehicle is built on the Ford E450 158" wheelbase chassis with a ULEV certified 5AL V8 dedicated CNG engine. The CNG fuel tank configuration is a 4 tank system, 3 tanks mounted underbody and 1 tank mounted in a protective steel cage under the rear row of seats. This 4 tank system meets the range requirement of 200 miles based on Ford Motor Co. published estimates. Receipt of Addendum No. 1 is acknowledged and a copy included with this bid response. We take no exceptions to the bid specifications based on approved equals responses on Addendum No. 1. Our delivery is 150 days ARO with consideration given to special order of the Ford CNG chassis. I can arrange for a demonstration of a non-CNG equipped bus at your convenience. Please contact me at 719-330-9595 or 719-282-0657 with any questions. Siinnc�er^ely, NI�NiI &0.- Mike Akers Commercial Bus Sales Startrans Bus Sales CO 16500 CR 38 - P.O. BOX 463 - GOSHEN, IN 46528 - (219) 6424730 - FAX (219) 642-4169 go No. Item Description Meets Spec? 6.22 INTERIOR: Charcoal Gray Yes ** No 6.23 EXTERIOR White Yes ** COLOR: No 6.24 CAB: Factory intermittent windshield wipers with Yes ** washers, wiper blades to be coated snow type No blades. Inside hood latch Factory installed AWFM radio with 4 speakers and digital clock for driver that is easily visible from a driving position. Radio to have adequate noise suppressors to prevent interference with two-way radio or other electrical systems. Heavy-duty front and rear heaters with manual shut off water valves at engine Heavy-duty front and rear air conditioning, front - dash mounted 65,000 BTU with 3-speed fan. Rear extemal roof mounted is not acceptable. Unit should be equipped with dual compressors and 3 fan skirt condenser Freon to be R-134 Operator controlled electric high idle solenoid with operation light in clear view of operator. System must automatically disengage when transmission is put into gear. Drivers side adjustable sun visors 30% tinted glass on all windows in passenger area only. Cigarette lighter type power outlet for power accessories Spare tire tool kit with jack Tilt wheel Hot water step well heater Full length Lexan driver barrier shall be provided and located as to not interfere with the drivers seat adjustments. No. Item Description Meets Spec? 6.25 MIRRORS: Left and right 6" x 10", low mount RV type Yes stainless mirrors No Left mirror to be door mounted Right mirror to be door or fender mounted using Nutsert fastening hardware. (Care should be taken that the entire mirror(s) can be seen by drivers from 5'0" tall to 6'6" tall Drivers mirrors should be heated and remote controlled Velvac or equal Separate 4" Exterior convex mirrors 6" x 16" passenger view mirror Inside day/night mirror 6.26 LIGHTS: Exterior light shall meet all State and Federal Yes ** requirements No All lights shall be LED design All clearance lights to be armored type or shielded to protect against damage from automatic car wash brushes Provide amber rear turn signal lenses 4-way flashers to be independent of brake light system Brake lights shall be dual lights on each side above the reverse lights with a high center brake light over rear door BODY 6.27 GENERAL BODY The coach shall be a heavy-duty unitized body- Yes ** STRUCTURE: type structure. The body structure shall be a No composite type superstructure adequately reinforced at all joints and points of stress with sufficient strength to support entire weight of the fully loaded vehicle on its top or side if over- turned. The vehicle shall safely withstand road shock and other conditions found in transit operation. The body shall be rubber cushioned and securely fastened to the under -frame structure so that the entire frame shall act as one unit without any movement in joining. Front, side and back panels shall be secured to the floor so as to result in a permanent fully integrated structural unit. The minimum interior height is to be no less than 76" measured from the floor of the center aisle to the ceiling directly above. 0 No. Item Description Meets Spec? 6.28 INTERIOR: Interior to be one piece fiberglass construction. Yes ** All materials and treatments shall be flame No retardant and treated to be easily cleaned (carpet is no acceptable). White color keyed interior, ABS interior will not be accepted. All surfaces and items of hardware in passenger compartment having sharp edges, corner, or angles shall be padded for safety. Factory engine cover shall be removable without having to remove any add on components for hardware not originally installed by manufacturer. 6.29 FLOOR: The passenger floor shall be flat with no wheel Yes ** house protrusion. The floor shall be covered with No minimum 3/4" marine grade plywood with sealed edges. Flooring throughout the bus will be Altro Transflor non slip flooring. Seams and joints shall be sealed, or covered by waterproof molding, and must cove to bottom of the seat rail with no seams. Color of floor shall be gray and contrast with the seats so as to be easily distinguished by visually impaired persons. All step edges shall have a band of bright contrasting color running full width of the leading edge. 6.30 WINDOWS: Yes Side and rear passenger windows shall be No provided throughout the passenger compartment. All side passenger windows to be T-style installed with horizontal slider mounted on top except for side emergency exit windows, but in all cases at to be easy to open for ventilation with adequate locking features. All window to be of safety type and be dark tint. Windows to be largest size available. 9 No. Item Description Meets Spec? 6.31 EMERGENCY All emergency exits shall be marked with Yes ** EXITS: instruction for proper use and include red lights No above the egress windows and rear door. No seats or other object shall be placed in the vehicle, which restricts passageway to an emergency exit to less than 16 inches. Transpec emergency roof hatch to be installed in center of bus roof. Vehicle to be equipped with a rear emergency door. 6.32 DOOR LOCKS: All doors, but passenger door, must be lockable Yes by key from outside of vehicle. Lift door must No also be keyed the same with factory installed locks. All doors must be easily opened from inside the vehicle. 6.33 PASSENGER Electrically operated passenger door with control Yes ** DOOR: installed for easy access. Passenger door shall No be of pre -hung construction with it? own frame, a Clark brand or equivalent is acceptable. An outward opening door is preferred and requested. Door to be equipped with a flexible soft rubber cushion at least V in width on the meeting edge and at bottom of doors for seal to step well. Door to be located on right side of the vehicle behind the right front wheel. Clear opening entrance with a minimum of 31" frame opening width. Door opening height to be 80" minimum from top of first step to door header. All steps to be enclosed with steel and steps to be inside of vehicle )no outside steps allowed). Ground to first step not to exceed 11" +/ -1" in height. Each additional step to be 9" maximum rise with 9" minimum depth. 10 No. Item Description Meets Spec? 6.34 WHEEL CHAIR: Wheelchair lift entrance to be double door type, Yes * * 41" minimum wide and to be equipped with gas No strut openers to hold in the door open position. Wheel chair door shall be located at the front of the curbside of the bus. Door jam to be reinforced to prevent door from rattling. Wheelchair lift installed shall be a Braun L9181B series. Wheelchair lift area to have adequate modesty panels to prevent ambulatory seated passengers from injury when lift is in use. Safety interlock switch to be installed to prevent lift operation if lift door is in the closed position. 6.35 SEATS: Drivers seat shall be Recaro Model # B100 Yes** installed so that all adjustments shall be fully No utilized. Factory installed shoulder harnessiseat belt assembly shall be used in conjunction with aftermarket seat. Color coordinated cloth driver seat. 6.36 PASSENGER Forward faced seating for 12 plus 3 wheelchair Yes** SEATS: ties that will convert to 4 seating and 3 No wheelchair tie -downs. ( use Q-Straint non flange 7000 track system the full length of the bus, both sides), Seats to be bench type two passenger in the rear and 4-Freedman Featherweight fold away seats (or equivalent). The seat track will be limited to the space necessary for the rear seat locations and WILL NOT continue throughout the bus to the front. Seat bottom to have?" minimum plywood base fully padded with neoprene foam. Seats to be covered with transportation grade vinyl coated fabric for durability. All materials in seats to be flame retardant. All seat mounts to meet all applicable Federal Standards and to be placed so no more than 25% of the seat bottom over -hangs either end of mount. Pedestals shall be inboard to eliminate tripping hazards. Wheel wells shall not protrude into passenger legroom space. 11 No. Item Description Meets Spec? 6.37 GRAB RAILS & Factory installed left and right side entrance grab Yes** STANCHIONS: rails (with 1-1 ?" minimum finger clearance) shall No be positioned so passengers entering vehicle will not use door opening device for support when boarding. A modesty panel shall be provided to the left of the entrance door with a floor to ceiling padded stanchion provided at the aisle. Padding must not slip when grasped. The top rail of the modesty panel to be 30" plus or minus 2" above the floor. 6.38 INTERIOR Overhead entrance and step well lights shall be Yes* LIGHTS: provided to ensure illumination of step well. No These lights shall illuminate automatically when door is opened. 2 drivers side and 1 passenger side 3 foot Transmatic lights overhead to allow for illumination at a reading level. A separate light to be provided to illuminate wheelchair lift platform for night operation if lift is required. Light to be activated by door activated switch. 6.39 INSULATION: Inside walls, ceiling, and firewall area to be Yes** adequately installed with fire resistant, resistant No to fumes, material to prevent condensation, and thoroughly sealed so that drafts cannot be felt during normal operation. 6.40 SAFETY 16 unit first aid kit Yee EQUIPMENT: 5 pound rechargeable type ABC rated fire No extinguisher with metal head. Triangle warning devices with storage case Fireproof utility blanket in storage box Back-up warning device Audible warning device to make driver aware that the rear door is ajar. Retractable seat belts shall be provided for all passenger seats with a minimum 40" usable length above the seat. (Double adjustable seat belt part #14460 Braun or equivalent). All safety equipment is to be secured to vehicle easily accessible to driver 12 No. Item Description Meets Spec? 6.41 WIRING: All cable and wiring shall be coded and the Yes ** builder shall furnish completed wiring diagram, No marked to show the code used. All added accessories and electrical equipment shall be wired through a constant solenoid energized by the vehicle ignition switch, and have a separate circuit breaking system (battery isolator is not acceptable). 6.42 UNDERCOATING: Complete bus, body and chassis undercoating, Yes ** factory applied. No 6.43 MANUALS AND Each vehicle must be delivered with an Yes ** KEYS: operator7 manual and three sets of keys. In No addition, one of each of the following must be supplied. Complete set of OEM Shop Repair manuals Shop Repair Manual, Body (Mfg.) Parts Manual Electrical Manual Wheelchair Lift Repair Manual 6.44 WARRANTY: A full Three-(3) year, 36,000 mile power train Yes warranty commencing from the date of delivery. No Warranty shall cover defective components and workmanship and coverage shall include parts and labor associated with any defects. Any minor repairs that are warranty related, will be required of the dealer to perform these repairs on site at 6570 Portner Road, Fort Collins. OPTIONS Gasoline engine and 40-gallon fuel tank in lieu of $(1 no" 0 A CNG engine. $ N/A B Pickup chassis in lieu of van chassis $ N/A C Q-Straint QRT Deluxe style hold downs for 3 chairs 13 M 7.0 BID PROPOSAL 7.1 UNIT DESCRIPTION Bid # 5764, Cut -a -Way Van Make Startrans I Model Senator Year 2003 7.2 BASE PRICE, as specified, per unit $59, 207. 00 7.3 OPTIONS A 1$(10,000) 1 B $ N/A I C $ N/A 7] 7.4 ADDITIONAL VEHICLES Enter maximum price change, in percent, applicable to orders placed within: One year: 2. 5 % Two years: 2 5 % Prices paid for additional vehicles must be negotiated by and agreed to by both parties. 8.0 FREIGHT TERMS FOB destination, freight prepaid. All freight charges must be included in bid pricing. 9.0 DELIVERY Delivery will occur 150 days after proper notification of bid award. 10.0 CONTRACTOR'S STATEMENT I have read and fully understand all the conditions, specifications, and special instructions herein set forth above in paragraphs 1.0 through 9.0. 1 hereby agree to comply with all said conditions, special instructions, and specifications as stated or implied. Signature: u ik Title: 9�N.Y�v�D�b—' Commercial Bus Sales Print name: Michael L. Akers Company: Startrans Bus Sales CO Date: February 26, 2003 Street:5350 N. Colorado Blvd. Phone#: 719-330-9595 City/State/Zip: Commerce City 80022 Fax#: 719-282-0885 14 City of Fort Collins, Colorado FEDERAL REQUIREMENTS TABLE OF CONTENTS Buy America Requirements Page 2 Cargo Preference Requirements Page 2 Seismic Safety Requirements Page 2 Energy Conservation Requirements Page 2 Clean Water Requirements Page 3 Bus Testing Page 3 Pre -Award and Post Deliver Audits Page 3-4 Lobbying Page 4 Access to Records and Reports Page 4-5 Federal Changes Page 5-9 Clean Air Page 9 Recycled Products Page 9 Copeland Anti -Kickback Act Page 9 No Government Obligation to Third Parties Page 10 Program Fraud and False or Fraudulent Statements Page 10 Termination Page 10-13 Govemmentwide Debarment and Suspension (Nonprocurement) Page 13-14 Privacy Act Page 14-15 Civil Rights Requirements Page 15-16 Breaches and Dispute Resolution Page 16 Patent and Rights in Data Page 16-19 Disadvantaged Business Enterprise (DBE) Page 19-21 Interests of Members of or Delegates to Congress Page 21 Prohibited Interest Page 21 Incorporation of Federal Transit Administration (FTA) Terms Page 21 ATTACHMENTS: Attachment 1 Buy America Requirements 4 pages Attachment 4 Certification Regarding Lobbying Certification for Contracts, Grants, Loans, and Cooperative Agreements 1 page City of Fort Collins, Colorado BUY AMERICA REQUIREMENTS 49 U.S.C. 53230)49 CFR Part 661 The Buy America regulation, at 49 CFR 661.13, requires notification of the Buy America requirements in FTA-funded contracts. The contractor agrees to comply with 49 U.S.C. 53230) and 49 CFR Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 CFR 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, microcomputer equipment, software, and small purchases (currently less than $100,000) made with capital, operating, or planning funds. Separate requirements for rolling stock are set out at 53230)(2)(C) and 49 CFR 661.11. Rolling stock not subject to a general waiver must be manufactured in the United States and have a 60 percent domestic content. 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 eauipment. material, or commodities by ocean vessel. SEISMIC SAFETY REQUIREMENTS 42 U.S.C. 7701 at seq. 49 CFR Part 41 Seismic Safety - The contractor agrees that any new building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. The contractor also agrees to ensure that all work performed under this contract including work performed by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project. ENERGY CONSERVATION REQUIREMENTS 42 U.S.C. 6321 et seq. 49 CFR Part 18 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. N CITY OF FORT COLLINS ADDENDUM No. 1 BID #5764 VEHICLE: CUT -A -WAY VAN SPECIFICATIONS AND CONTRACT DOCUMENTS Description of Bid #5764 Vehicle: Cut -A -Way Van OPENING DATE: The opening date has been changed to February 26, 2003, 2:30p.m. (Our Clock) To all prospective bidders under the specifications and contract documents described above, the following changes are hereby made. Change Bid Opening date to: February 26, 2003, 2:30pm (our time) General: The following specifications describes a one -ton Cut -A -Way van with seating for 12 ambulatory passengers and foldaway seats that allow 4 seated and 3 wheel chair locations along with a wheel chair lift. Replace with:... with seating for 13 ambulatory passengers, consisting of 5 fixed seats across the back of the van and foldaway seats allowing for 8 seated passengers or 3 wheel chair locations .. . Item 6.20, Fuel tank — 60 gallon capacity Replace with: Range of 180-200 miles without refueling. Bidders should show the various tank configurations available, including estimated ranges. At a minimum, proposed vehicles should include three chassis tanks plus an additional tank across the back of the cabin, built into the area below the fixed rear seats. Item 6.31, Emergency Exits Delete the emergency rear door and plan on an egress window at that location. This change is made to accommodate the need for an additional CNG tank. Bidders should propose altemate ways of meeting the range requirement given above and retaining a rear emergency door, if such alternatives exist. Item 6.32, Door Locks Delete requirement for all doors to be keyed alike. Passenger door and wheelchair lift door should be keyed alike if possible. Item 6.34, Wheelchair lift Glass windows are required in the upper panel of the lift door. City of Fort Collins, Colorado 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 sec . 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. 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. 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(I) 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 K] Cary of Fort Collins, Colorado 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 busses will not be subject to FMVSS regulations. BUY AMERICA CERTIFICATE OF COMPLIANCE WITH FTA REQUIREMENTS FOR BUSES, OTHER ROLLING STOCK, OR ASSOCIATED EQUIPMENT LOBBYING 31 U.S.C. 135249 CFR Part 1949 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 Submit signed Attachment 4, Certification Regarding Lobbying, with Bid or Proposal. Certification for Contracts, Grants, Loans, and Cooperative Agreements ACCESS TO RECORDS AND REPORTS 49 U.S.C. 5325 18 CFR 18.36 49 CFR.633.17Access 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 Unites 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)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. 2. Not applicable 3. Where the Purchaser enters into a negotiated contract for other than a small purchase or under 4 City of Fort Collins, Colorado the simplified acquisition threshold and is an institution of higher education, a hospital or other non-profit organization and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 19.48, Contractor agrees to provide the Purchaser, FTA Administrator, the Comptroller General of the Unites States or any of their duly authorized representatives with access to any books, documents, papers and record of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. 4. 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). 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 Agreement (Form FTA MA (2) dated October, 1995) 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. BONDING REQUIREMENTS (for Purchasing Information only -does not need to be included in bids or RFPS) Applicability to Contracts For those construction or facility improvement contracts or subcontracts exceeding $100,000 FTA may accept the bonding policy and requirements of the recipient, provided that they meet the minimum requirements for construction contracts as follows: a. A bid guarantee from each bidder equivalent to five (5) percent of the bid price. The "bid guarantees" shall consist of a firm commitment such as a bid bond, certified check, or other negotiable instrument accompanying a bid as assurance that the bidder will, upon acceptance of his bid, execute such contractual documents as may be required within the time specified. b. performance bond on the part to the Contractor for 100 percent of the contract price. A "performance bond" is one executed in connection with a contract to secure fulfillment of all the contractor's obligations under such contract. C. A payment bond on the part of the contractor for 100 percent of the contract price. A "payment bond" is one executed in connection with a contract to assure payment, as required by law, of all persons supplying labor and material in the execution of the work provided for in the contract. 5 City of Fort Collins, Colorado Payment bond amounts required from Contractors are as follows: (1) 50% of the contract price if the contract price is not more than $1 million; (2) 40% of the contract price if the contract price is more than $1 million but not more than $5 million; or (3) $2.5 million if the contract price is more than $5 million. A cash deposit, certified check or other negotiable instrument may be accepted by a grantee in lieu of performance and payment bonds, provided the grantee has established a procedure to assure that the interest of FTA is adequately protected. An irrevocable letter of credit would also satisfy the requirement for a bond. Bonding requirements flow down to the first tier contractors. FTA does not prescribe specific wording to be included in third party contracts. FTA has prepared sample clauses as follows: Bid Bond Requirements (Construction) (a) Bid Security A Bid Bond must be issued by a fully qualified surety company acceptable to (Recipient) and listed as a company currently authorized under 31 CFR, Part 223 as possessing a Certificate of Authority as described thereunder. (b) Rights Reserved In submitting this Bid, it is understood and agreed by bidder that the right is reserved by (Recipient) to reject any and all bids, or part of any bid, and it is agreed that the Bid may not be withdrawn for a period of [ninety (90)] days subsequent to the opening of bids, without the written consent of (Recipient). It is also understood and agreed that if the undersigned bidder should withdraw any part or all of his bid within [ninety (90)] days after the bid opening without the written consent of (Recipient), shall refuse or be unable to enter into this Contract, as provided above, or refuse or be unable to furnish adequate and acceptable Performance Bonds and Labor and Material Payments Bonds, as provided above, or refuse or be unable to furnish adequate and acceptable insurance, as provided above, he shall forfeit his bid security to the extent of (Recipient's) damages occasioned by such withdrawal, or refusal, or inability to enter into an agreement, or provide adequate security therefor. It is further understood and agreed that to the extent the defaulting bidder's Bid Bond, Certified Check, Cashier's Check, Treasurer's Check, and/or Official Bank Check (excluding any income generated thereby which has been retained by (Recipient) as provided in [item x "Bid Security" of the Instructions to Bidders]) shall prove inadequate to fully recompense (Recipient) for the damages occasioned by default, then the undersigned bidder agrees to indemnify (Recipient) and pay over to (Recipient) the difference between the bid security and (Recipients) total damages, so as to make (Recipient) whole. The undersigned understands that any material alteration of any of the above or any of the material contained on this form, other than that requested, will render the bid unresponsive. Performance and Payment Bonding Requirements (Construction) 11 City of Fort Collins, Colorado The Contractor shall be required to obtain performance and payment bonds as follows: (a) Performance bonds 1. The penal amount of performance bonds shall be 100 percent of the original contract price, unless the (Recipient) determines that a lesser amount would be adequate for the protection of the (Recipient). 2. The (Recipient) may require additional performance bond protection when a contract price is increased. The increase in protection shall generally equal 100 percent of the increase in contract price. The (Recipient) may secure additional protection by directing the Contractor to increase the penal amount of the existing bond or to obtain an additional bond. (b) Payment bonds The penal amount of the payment bonds shall equal: (i) Fifty percent of the contract price if the co9ntract price is not more than $1 million. (ii) Forty percent of the contract price if the contract price is more than $1 million but not more than $5 million; or (iii) Two and one half million if the contract price is more than $5 million. 2. If the original contract price is $5 million or less, the (Recipient) may require additional protection as required by subparagraph 1 if the contract price is increased. Performance and Payment Bonding Requirements (Non -Construction) The Contractor may be required to obtain performance and payment bonds when necessary to protect the (Recipient's) interest. a) The following situations may warrant a performance bond: 1. (Recipient) property or funds are to be provided to the contractor for use in performing the contract or as partial compensation (as in retention of salvaged material). 2. A contractor sells assets to or merges with another concern, and the (Recipient), after recognizing the latter concern as the successor in interest, desires assurance that it in financially capable. 3. Substantial progress payments are made before delivery of end items starts. 4. Contracts are for dismantling, demolition, or removal of improvements. (b) When it is determined that a performance bond is required, the Contractor shall be required to obtain performance bonds as fellows: 1. The penal amount of performance bonds shall be 100 percent of the original contract price, unless the (Recipient) determines that a lesser amount would be adequate for the protection of the (Recipient). 2. The (Recipient) may require additional performance bond protection 7 City of Fort Collins, Colorado when a contract price is increased. The increase in protection shall generally equal 100 percent of the increase in contract price. The (Recipient) may secure additional protection by directing the Contractor to increase the penal amount of the ebsting bond or to obtain an additional bond. (c) A payment bond is required only when a performance bond is required, and if the use of payment bond is in the (Recipient's) interest. (d) When it is determined that a payment bond is required, the Contractor shall be required to obtain payment bonds as follows: The penal amount of payment bonds shall equal: (i) Fifty percent of the contract price if the contract price is not more than $1 million. (ii) Forty percent of the contract price if the contract price is more than $1 million but not more than $5 million; or (iii) Two and one half mullion if the contract price is increased. Advance Payment Bonding Requirements The Contractor may be required to obtain an advance payment bond if the contract contains an advance payment provision and a performance bond is not furnished. The (Recipient) shall determine the amount of the advance payment bond necessary to protect the (Recipient). Patent Infringement Bonding Requirements (Patent Indemnity) The Contractor may be required to obtain a patent indemnity bond if a performance bond is not furnished and the financial responsibility of the Contractor is unknown or doubtful. The (Recipient) shall determine the amount of the patent indemnity to protect the (Recipient). Warranty of the Work and Maintenance Bonds 1. The Contractor warrants to (Recipient), the Architect and/or Engineer that all materials and equipment furnished under this Contract will be of highest quality and new unless otherwise specified by (Recipient), free from faults and defects and in conformance with the Contract Documents. All work not so conforming to these standards shall be considered defective. If required by the [Project Manager], the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. 2. The Work furnished must be of first quality and the workmanship must be the best obtainable in the various trades. The Work must be of safe, substantial and durable construction in all respects. The Contractor hereby guarantees the Work against defective materials or faulty workmanship for a minimum period of one (1) year after Final Payment by (Recipient) and shall replace or repair any defective materials or equipment or faulty workmanship during the period of the guarantee at no cost to (Recipient). As additional security for these guarantees, the Contractor shall, prior to the release of Final Payment [as provided in Item X below], furnish separate Maintenance (or Guarantee) Bonds in form acceptable to (Recipient) written by the same corporate surety that provides the Performance bond and Labor and Material Payment Bond for this Contract. These bonds shall secure the Contractor's obligation to replace or repair defective materials and faulty workmanship for a minimum period of one (1) year after Final Payment and shall be written in an amount equal to ONE , City of Fort Collins, Colorado HUNDRED PERCENT (100%) of the CONTRACT SUM, as adjusted (if at all) 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. RECYCLED PRODUCTS 42 U.S.C. 6962 40 CFR Part 247 Executive Order 12873 Recovered Materials - The contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247. COPELAND ANTI -KICKBACK ACT 40 U.S.C. ?276c (1995) 29 C.F.R. ?3 (1995) 29 C.F.R. ?5 (1996) 3.1 of the Copeland Act makes it clear that the purpose of the Act is to assist in "the enforcement of the minimum wage provisions of the Davis- Bacon Act." In keeping with this intent DOL has included a section on the Copeland Act in the mandatory language of the Davis -Bacon provisions. The language can be found at ?5.5(a)(5) of the Davis -Bacon model clauses and reads as follows: 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. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS 0 City of Fort Collins, Colorado AND RELATED ACTS 31 U.S.C. 3801 et seq. 49 CFR Part 31 18 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 seq. 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. TERMINATION 49 U.S.C. Part 18 FTA Circular 4220.1 D a. Termination for Convenience (General Provision) The City of Fort Collins 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 of Fort Collins to be paid the Contractor. If the Contractor has any property in its possession belonging to the City of Fort Collins, the Contractor will account for the same, and dispose of it in the manner the City of Fort Collins directs. b. Termination for Default [Breach or Cause] (General Provision) 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 of Fort Collins 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 of Fort Collins 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 of Fort Collins, 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. 10 City of Fort Colllns, Colorado C. Opportunity to Cure (General Provision) The City of Fort Collins in its sole discretion may, in the case of a termination for breach or default, allow the Contractor [an appropriately short period of time] in which to cure the defect. In such case, the notice of termination will state the time period in which cure is permitted and other appropriate conditions. If Contractor fails to remedy to the City of Fort Collins' satisfaction the breach or default or any of the terms, covenants, or conditions of this Contract within [ten (1 0) days] after receipt by Contractor or written notice from the City of Fort Collins setting forth the nature of said breach or default, the City of Fort Collins 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 of Fort Collins 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 the 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 of Fort Collins shall not limit the City of Fort Collins's remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. e. Termination for Default (Supplies and Service) If the Contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the City of Fort Collins may terminate this contract for default. The City of Fort Collins shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. The Contractor will only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient. f. Termination for Default (Transportation Services) If the Contractor fails to pick up the commodities or to perform the services, including delivery services, within the time specified in this contract or any extension or if the Contractor fails to comply with any other provisions of this contract, the City of Fort Collins may terminate this contract for default. The City of Fort Collins shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of default. The Contractor will only be paid the contract price for services performed in accordance with the manner of performance set forth in this contract. If this contract is terminated while the Contractor has possession of Recipient goods, the Contractor shall, upon direction of the City of Fort Collins, protect and preserve the goods until surrendered to the Recipient or its agent. The Contractor and the City of Fort Collins shall agree on payment for the Preservation and protection of goods. Failure to agree on an amount will be resolved under the Dispute clause. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the City of Fort Collins. g. Termination for Default (Construction) If the Contractor refuses or fails to prosecute the work or any separable part, with the diligence that will insure its completion within the time specified in this contract or any extension or fails to complete the work within this time, or if the Contractor fails to comply with any other provisions of this contract, the City of Fort Collins may terminate this contract for default. The City of Fort Collins shall terminate by delivering to the Contractor a Notice of Termination specifying the nature of the default. In this event, the Recipient may takeover the work 11 City of Fort Collins, Colorado and compete it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the work site necessary for completing the work. The Contractor and its sureties shall be liable for any damage to the Recipient resulting from the Contractor's refusal or failure to complete the work within specified time, whether or not the Contractor's right to proceed with the work is terminated. This liability includes any increased costs incurred by the Recipient in completing the work. The Contractor's right to proceed shall not be terminated nor the Contractor changed with damages under this clause if- 1. the delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include: acts of God, acts of the Recipient, acts of another Contractor in the performance of a contract with the Recipient, epidemics, quarantine restrictions, strikes, freight embargoes; and 2. the contractor, within [1 0] days from the beginning of any delay, notifies the City of Fort Collins in writing of the causes of delay. If in the judgment of the City of Fort Collins, the delay is excusable, the time for completing the work shall be extended. The judgment of the City of Fort Collins shall be final and conclusive on the parties, but subject to appeal under the Disputes clauses. If, after termination of the Contractor's right to proceed, it is determined that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if the termination had been issued for the convenience of the Recipient. h. Termination for Convenience or Default (Architect and Engineering) The City of Fort Collins may terminate this contract in whole or in part, for the Recipient's convenience or because of the failure of the Contractor to fulfill the contract obligations. The City of Fort Collins shall terminate by delivering to the Contractor a Notice of Termination specifying the nature, extent, and effective date of the terrrrnation. Upon receipt of the notice, the Contractor shall (1) immediately discontinue all services affected (unless -the notice directs otherwise), and (2) deliver to the Contracting Officer all data, drawings, specifications, reports, estimates, summaries, and other information and materials accumulated in performing this contract, whether completed or in process. If the termination is for the convenience of the Recipient, the Contracting Officer shall make an Equitable adjustment in the contract price but shall allow no anticipated profit on unperformed services. If the termination is for failure of the Contractor to fulfill the contract obligations, the Recipient may complete the work by contact or otherwise and the Contractor shall be liable for any additional cost incurred by the Recipient. If, after termination for failure to fulfill contract obligations, it is determined that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Recipient. Termination for Convenience of Default (Cost -Type Contracts) The City of Fort Collins may terminate this contract, or any portion of it, by serving a notice or termination on the Contractor. The notice shall state whether the temtination is for convenience of the City of Fort Collins or for the default of the Contractor. If the termination is for default, the notice shall state the manner in which the contractor has failed to perform the requirements of the contract. The Contractor shall account for any property in its possession paid for from funds received from the City of Fort Collins, or 12 Item 6.36, Passenger seats Amend seating to match the description given in General, above. Provide the Q-Straint QRT deluxe hold down system as standard, not as an option. Item 6.37, Grab rails & Stanchions The vertical stanchions for the driver barrier, entryway and wheel chair lift shall be padded. Options Delete option 'C'. Floor Plan No floor plan was included in the original bid. Here is a general layout. Egress Egress Window e rr 1� 1 Egress Window Bidders should use this as a guide in preparing proposed seating arrangements. i'i,M two `� MiMrEEl� • a If you have any questions please contact Jim Hume, CPPO, Senior Buyer, at 970-221-6776. RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT ENCLOSED WITH THE BIDIQUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED. City of Fort Collins, Colorado property supplied to the Contractor by the City of Fort Collins. If the termination is for default, the City of Fort Collins may fix the fee, if the contract provides for a fee, to be paid the contractor in proportion to the value, if any, of work performed up to the time of temmnation. The Contractor shall promptly submit its termination claim to the City of Fort Collins and the parties shall negotiate the termination settlement to be paid the Contractor. If the termination is for the convenience of the City of Fort Collins, the Contractor shall be paid its Contract close-out costs, and a fee, if the contract provided for payment of a fee, in proportion to the Work performed up to the time of termination. If, after serving a notice of termination for default, the City of Fort Collins determines that the Contractor has an excusable reason for not performing, such as strike, fire, flood, events which are not the fault of and are beyond the control of the contractor, the City of Fort Collins, after setting up a new work schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. GOVERNMENTWIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT)49 CFR Part 29 Executive Order 12549 Instructions for Certification 1. By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the City of Fort Collins may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the City of Fort Collins if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," 'lower tier covered transaction," :"participant," "persons," 'lower tier covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 [49 CFR Part 29]. You may contact the City of Fort Collins for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized in writing by the City of Fort Collins. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction", without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous, A participant may decide the method and frequency by which it determines the eligibility of its principals. Each 13 City of Fort Collins, Colorado participant may, but is not required to, check the Nonprocurement List issued by U.S. General Service Administration. 8. Nothing contained in the foregoing shall be construed to require establishment of system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under Paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to all remedies available to the Federal Government, the City of Fort Collins may pursue available remedies including suspension and/or debarment. "Certification Regarding Debarment Suspension Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction" (1) The prospective lower tier participant certifies, by submission of this bid or proposal, that neither it nor its "principals" [as defined at 49 C.F.R.? 29.105(p)] is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) When the prospective lower tier participant is unable to certify to the statements in this certification, such prospective participant shall attach an explanation to this proposal. PRIVACY ACT 5 U.S.C. 552 When a grantee maintains files on drug and alcohol enforcement activities for FTA, and those files are organized so that information could be retrieved by personal identifier, the Privacy Act requirements apply to all contracts. The Federal Privacy Act requirements flow down to each third party contractor and their contracts at every tier. (1) The Contractor agrees to comply with, and assures the compliance of its employees with, the information restrictions and other applicable requirements of the Privacy Act of 1974, 5 U.S.C.? 552a. Among other things, the Contractor agrees to obtain the express consent of the Federal Government before the Contractor or its employees operate a system of records on behalf of the Federal Government. The Contractor understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved, and that failure to comply with the terms of the Privacy Act may result in termination of the underlying contract. (2) The Contractor also agrees to include these requirements in each subcontract to administer any system of records on behalf of the Federal Government financed in whole or in part with Federal assistance provided by FTA. CIVIL RIGHTS REQUIREMENTS 29 U.S.C.?623, 42 U.S.0 ?2000 42 U.S.C.?6102, 42 U.S.C.?12112 42 U.S.C.?12132, 49 U.S.0 ?5332 29 CFR Part 1630, 41 CFR Parts 60 et seq. Civil Rights - The following requirements apply to the underlying contract: 14 City of Fort Collins, Colorado (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 VI I 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 = ., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 1 1 246 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) Aye - 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. BREACHES AND DISPUTE RESOLUTION. 49 CFR Part 18 FTA Circular 4220.1 D Pick applicable clause: Disputes - Disputes arising in the performance of this Contractwhich are not resolved by agreement of the parties shall be decided in writing by the authorized representative of the City of Fort Collins's [title of employee]. 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 [title of employee]. In connection with any such appeal, the Contractor shall be afforded an opportunity to be 15 City of Fort Collins, Colorado heard and to offer evidence in support of its position. The decision of the [title of employee] shall be binding upon the Contractor and the Contractor shall abide be the decision. Performance During Dispute - Unless otherwise directed by the 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 therefor 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. 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. PATENT AND RIGHTS IN DATA 37 CFR Part 401 49 CFR Parts 18 and 19 The FTA patent clause is substantially similar to the text of 49 C.F.R. Part 19, Appendix A, Section 5, but the rights in data clause reflects FTA objectives. For patent rights, FT/k is governed by Federal law and regulation. For data rights, the text on copyrights is insufficient to meet FTA's purposes for awarding research grants. This model clause, with larger rights ,as a standard, is proposed with the understanding that this standard could be modified to FTA's needs. CONTRACTS INVOLVING EXPERIMENTAL, DEVELOPMENTAL, OR RESEARCH WORK. A. Rights in Data - This following requirements apply to each contract involving experimental, developmental or research work: (1) The term "subject data" used in this clause means recorded information, whether or not copyrighted, that is delivered or specified to be delivered under the contract. The term includes graphic or pictorial delineation in media such as drawings or photographs; text in specifications or related performance or design -type documents; machine forms such as punched cards, magnetic tape, or computer memory printouts; and information retained in computer memory. Examples include, but are not limited to: computer software, engineering drawings and associated lists, specifications, standards, process sheets, manuals, technical reports, catalog item identifications, and related information. The term "subject data" does not include financial reports, cost analyses, and similar information incidental to contract administration. (2) The following restrictions apply to all subject data first produced in the performance of the contract to which this Attachment has been added: (a) Except for its own internal use, the Purchaser or Contractor may not publish or reproduce subject data in whole or in part, or in any manner or form, nor may the Purchaser or Contractor authorize others to do so, without the written consent of the Federal Government, until such time as the Federal Government may have either released or approved the release of such data to the public; this restriction on publication, however, does not apply to any contract with an academic 16 City of Fort Collins, Colorado institution. (b) In accordance with 49 C.F.R ? 18.34 and 49 C.F.R ? 19.36, the Federal Government reserves a royalty -free, non-exclusive and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use, for "Federal Government purposes," any subject data or copyright described in subsections (2)(b)I and (2)(b)2 of this clause below. As used in the previous sentence, "for Federal Government purposes," means use only for the direct purposes of the Federal Government. Without the copyright owner's consent, the Federal Government may not extend its Federal license to any other party. 1. Any subject data developed under that contract, whether or not a copyright has been obtained; and 2. Any rights of copyright purchased by the Purchaser or Contractor using Federal assistance in whole or in part provided by FTA. (c) When FTA awards Federal assistance for experimental, developmental, or research work, it is FTA's general intention to increase transportation knowledge available to the public, rather than to restrict the benefits resulting from the work to participants in that work. Therefore, unless FTA determines otherwise, the Purchaser and the Contractor performing experimental, developmental, or research work required by the underlying contract to which this Attachment is added agrees to permit FTA to make available to the public, either FTA's license in the copyright to any subject data developed in the course of that contract, or a copy of the subject data first produced under the contract for which a copyright has not been obtained. If the experimental, developmental, or research work, which is the subject of the underlying contract, is not completed for any reason whatsoever, all data developed under that contract shall become subject data as defined in subsection (a) of this clause and shall be delivered as the Federal Government may direct. This subsection (c) , however, does not apply to adaptations of automatic data processing equipment or programs for the Purchaser or Contractor's use whose costs are financed in whole or in part with Federal assistance provided by FTA for transportation capital projects. (d) Unless prohibited by state law, upon request by the Federal Government, the Purchaser and the Contractor agree to indemnify, save, and hold harmless the Federal Government, its officers, agents, and employees acting within the scope of their official duties against any liability, including costs and expenses, resulting from any willful or intentional violation by the Purchaser or Contractor of proprietary rights, copyrights, or right of privacy, arising out of the publication, translation, reproduction, delivery, use, or disposition of any data furnished under that contract. Neither the Purchaser nor the Contractor shall be required to indemnify the Federal Government for any such liability arising out of the wrongful act of any employee, official, or agents of the Federal Government. (e) Nothing contained in this clause on rights in data shall imply a license to the Federal Government under any patent or be construed as affecting the scope of any license or other right otherwise granted to the Federal Government under any patent. (0 Data developed by the Purchaser or Contractor and financed entirely without using Federal assistance provided by the Federal Government that has been incorporated into work required by the underlying contract to which this Attachment has been added is exempt from the requirements of subsections (b), (c), and (d) of this clause , provided that the Purchaser or Contractor identifies that data in writing at the time of delivery of the contract work. (g) Unless FTA determines otherwise, the Contractor agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. (3) Unless the Federal Government later makes a contrary determination in writing, irrespective 17 City of Fort Collins, Colorado of the Contractor's status i.e. , a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual, etc.), the Purchaser and the Contractor agree to take the necessary actions to provide, through FTA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," 37 C.F.R. Part 401. (4) The Contractor also agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. B. Patent Rights - This following requirements apply to each contract involving experimental, developmental, or research work: (1) General - If any invention, improvement, or discovery is conceived or first actually reduced to practice in the course of or under the contract to which this Attachment has been added, and that invention, improvement, or discovery is patentable under the laws of the United States of America or any foreign country, the Purchaser and Contractor agree to take actions necessary to provide immediate notice and a detailed report to the party at a higher tier until FTA is ultimately notified. (2) Unless the Federal Government later makes a contrary determination in writing, irrespective of the Contractor's status (a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual), the Purchaser and the Contractor agree to take the necessary actions to provide, through FTA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," 37 C.F.R. Part 401. (3) The Contractor also agrees to include the requirements of this clause in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. DISADVANTAGED BUSINESS ENTERPRISE (DBE) 49 CFR Part 23 DBE Policy- It is the policy of the Department of Transportation, hereinafter referred to as DOT that Disadvantaged Business Enterprises, as defined in 49 CFR Part 23, shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this Agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreement. DBE Obligation - The grantees and its vendors agree to ensure that DBEs as defined in 409 CFR Part 23, have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this Agreement. In this regard, all grantees and vendors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that the DBE have the maximum opportunity and shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT -assisted contracts. Disadvantaged Business Enterprise Provision The Federal Fiscal Year goal has been set by the City of Fort Collins in an attempt to match projected procurements with available qualified disadvantaged businesses. the City of Fort Collins 18 City of Fort COMM, Colorado goals for budgeted service contracts, bus parts, and other material and supplies for Disadvantaged Business Enterprises have been established by the City of Fort Collins as set forth by the Department of Transportation Regulations 49 C.F.R. Part 23, March 31, 1980, and amended by Section 106(c) of the Surface Transportation Assistance Act of 1987, and is considered pertinent to any contract resulting from this request for proposal. If a specific DBE goal is assigned to this contract, it will be clearly stated in the Special Specifications, and if the contractor is found to have failed to exert sufficient, reasonable, and good faith efforts to involve DBEs in the worts provided, the City of Fort Collins may declare the Contractor noncompliant and in breach of contract. If a goal is not stated in the Special Specifications, it will be understood that no specific goal is assigned to this contract. (a) Policy - It is the policy of the Department of Transportation and the City of Fort Collins that Disadvantaged Business Enterprises, as defined in 49 CFR Part 23, and as amended in Section 106(c) of the Surface Transportation and Uniform Relocation Assistance Act of 1987, shall have the maximum opportunity to participate in the performance of Contract financed in whole or in part with federal funds under this Agreement. Consequently, the DBE requirements of 49 CFR Part 23 and Section 106(c) of the STURAA of 1987, apply to this Contract. The Contractor agrees to ensure that DBEs as defined in 49 CFR Part 23 and Section 106(c) of the STURAA of 1987, have the maximum opportunity to participate in the whole or in part with federal funds provided under this Agreement. In this regard, the Contractor shall take all necessary and reasonable steps in accordance with the regulations to ensure that DBEs have the maximum opportunity to compete for and perform subcontracts. The Contractor shall not discriminate on the basis of race, color, national origin, religion, sex, age or physical handicap in the award and performance of subcontracts. It is further the policy of the City of Fort Collins to promote the development and increase the participation of businesses owned and controlled by disadvantaged. DBE involvement in all phases of the City of Fort Collins procurement activities are encouraged. (b) DBE obligation - The Contractor and its subcontractors agree to ensure that disadvantaged businesses have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds provided under the Agreement. In that regard, all Contractors and subcontractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 as amended, to ensure that minority business enterprises have the maximum opportunity to compete for and perform contracts. (c) Where the Contractor is found to have failed to exert sufficient reasonable and good faith efforts to involve DBEs in the work provided, the City of Fort Collins may declare the contractor noncompliant and in breach of contract. (d) The Contractorwill keep records and documents for a reasonable time following performance of this contract to indicate compliance with the City of Fort Collins DBE program. These records and documents will be made available at reasonable times and places for inspection by any authorized representative of the City of Fort Collins and will be submitted to the City of Fort Collins upon request. (e) the City of Fort Collins will provide affirmative assistance as may be reasonable and necessary to assist the prime contractor in implementing their programs for DBE participation. The assistance may include the following upon request: " Identification of qualified DBE 19 City of Fort Collins, Colorado * Available listing of Minority Assistance Agencies • Holding bid conferences to emphasize requirements DBE Program Definitions, as used in the contract: (a) Disadvantaged business "means a small business concern": i. Which is at least 51 percent owned by one or more socially and economically disadvantaged individuals, or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more socially and economically disadvantaged individuals; and ii. Whose management and daily business operations are controlled by one or more of the socially and economically disadvantaged individuals who own it. or iii. Which is at least 51 percent owned by one or more women individuals, or in the case of any publicly owned business, at least 51 % of the stock of which is owned by one or more women individuals; and iv. Whose management and daily business operations are controlled by one or more women individuals who own it. (b) "Small business concem" means a small business as defined by Section 3 of the Small Business Act and Appendix B - (Section 106(c)) Determinations of Business Size. (c) "Socially and economically disadvantaged individuals" means those individuals who are citizens of the United States (or lawfully admitted permanent residents) and States (or lawfully admitted permanent residents) and who are black Americans, Hispanic Americans, Native Americans, Asian - Pacific Americans, Asian -Indian Americans, or women, and any other minorities or individuals found to be disadvantaged by the Small Business Administration pursuant to section 8(a) of the Small Business Act. i. "Black Americans", which includes persons having origins in any of the Black racial groups of Africa; ii. "Hispanic Americans", which includes persons of Mexican, Puerto Rican, Cuba, Central or South American, or other Spanish or Portuguese culture or origin, regardless of race; iii. "Native Americans', which includes persons who are American Indians, Eskimos, Aleuts, or Native Hawaiians; iv. "Asian -Pacific Americans", which includes persons whose origins are from Japan, China, Taiwan, Korea, Vietnam, Laos, Cambodia, the Philippines, Samoa, Guam, the U.S. Trust Territories of Pacific, and the Northern Marianas; v. "Asian -Indian Americans", which includes persons whose origins are from India, Pakistan, and Bangladesh. INTERESTS OF MEMBERS OF OR DELEGATES TO CONGRESS No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefit arising therefrom. PROHIBITED INTEREST Q11 City of Fort Collins, Colorado No employee, officer, or agent of the grantee shall participate in selection, or in the award or administration of a contract if a conflict of interest, real or apparent, would be involved. Such conflict would arise when: The employee, officer or agent; any member of his immediate family; his or her partner; or an organization which employs, or is about to employ, has a financial or other interest in the firm selected for award. The grantee's officers, employees, or agents shall neither solicit nor accept gratuities, favors or anything of monetary value from contractors, potential contractors, or parties of subagreements. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS FTA Circular 4220.I101 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 D, dated April 15, 1996, 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 the City of Fort Collins requests which would cause the City of Fort Collins to be in violation of the FTA terms and conditions. 21 ATTACHMENT A In order to have a Drug -Free Workplace Program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against, employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for violations. 3. Give each employee engaged in providing the commodities or contractual services that are under the offer a copy of the statement specified in subsection (1). 4. In the statement in subsection (1), notify employees that, as a condition of working on the commodities or contractual services that are under the offer, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any controlled substance law of the US or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if available in the employee's community, by employees who are convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign this statement, I certify and state under oath that this firm complies fully with the above requirements. Firm Name Vendor's Signature State of INDIANA County of ELKHART Before me personally appeared SAMUEL K. CRAIG to me well known and known to me to be the person described in and who executed -the instrument, and acknowledged to and before me that he/she executed said instrument for the purposes therein expressed. WITNESS my hand and official seal, this 21 ST day of FEBRUARY 20013 NOTARY PUBLIC JZ State of� My commission expires: i-Z$-pff CITY OF FORT COLLINS INVITATION TO BID BID #5764 VEHICLE: CUT -A -WAY VAN BID OPENING: FEBRUARY 19, 2003, 2:30 P.M. (our clock) Sealed bids will be received and publicly opened at the office of the Director Of Purchasing and Risk Management, PO Box 580,215 North Mason St., 2nd floor, Fort Collins, Colorado 80522, at the time and date noted on the bid proposal and/or contract documents. If delivered, they are to be sent to 215 North Mason Street, 2nd Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Bids must be received at the Purchasing Office prior to 2:30p.m. (our clock), February 19, 2003. A copy of the Bid may be obtained as follows: Call the Purchasing Fax -line, 970-416-2033 and follow the verbal instruction to request document #25764. (The bid number must be preceded by a 2 when using the Fax -line.) 2. Download the Bid from the Purchasing Webpage, Current Bids page, at: www.fcgov.com/purchasing. 3. Come by Purchasing at 215 North Mason St., 2nd floor., Fort Collins, and request a copy of the Bid. Special Instructions All bids must be properly signed by an authorized representative of the company with the legal capacity to bind the company to the agreement. Bids may be withdrawn up to the date and hour set for closing. Once bids have been accepted by the City and closing has occurred, failure to enter into contract or honor the purchase order will be cause for removal of supplier's name from the City of Fort Collins' bidders list for a period of twelve months from the date of the opening. The City may also pursue any remedies available at law or in equity. Bid prices must be held firm for a period of forty-five (45) days after bid openings. Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained in the City s specifications initially provided to the bidder. Any proposed modification must be accepted in writing by the City prior to award of the bid. Only bids properly received by the Purchasing Office will be accepted. All bids should be clearly identified by the bid number and bid name contained in the bid proposal. No proposal will be accepted from, or any purchase order awarded, to any person, firm or corporation in default on any obligation to the City. ATTACHMENT B BUY AMERICA CERTIFICATION CERTIFICATION REQUIREMENT FOR PROCUREMENT OF STEEL OF MANUFACTURED PRODUCTS This procurement is subject to the Federal transit Administration requirements in 49 CFR part 661. A buy America Certificate, as shown below, must be completed and submitted with the bid. A bid that does not include the certificate shall be considered non -responsive. Date: FEBRUARY 21, 2003 Company Name: SUPREME CORPORATION Authorized Representative Name: SAMEUL K. CRAIG Title:VICE PRES. OF SALES & MARKETING Signature: Certification for Non -Compliance with Section 165 (a) The proposer hereby certifies that it cannot comply with the requirements of Section 165(a) of the Surface Transportation Assistance Act of 1982, as amended, but it may qualify for an exception to the requirement pursuant to section 165(b) or (b)(4) of the Surface Transportation Assistance Act and regulations in 49 CFR 661.7. Company Name: Authorized Representative Name: Signature: City of Fort Collins, Colorado Attachment 1 BUY AMERICA REQUIREMENTS -49 U.S.C. 53230) - 49 CFR Part 661 Certification requirement for procurement of steel, iron, or manufactured products. Certificate of Compliance with 49 U.S. C. 53236)(1) The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 53230)(1) and the applicable regulations in 49 CFR Part 661. Date Signature Company Title 22 City of Fort Collins, Colorado Attachment 1 BUY AMERICA REQUIREMENTS -49 U.S.C. 53230) - 49 CFR Part 661 A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification with all Bids 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 steel, iron, or manufactured products. Certificate of Non -Compliance with 49 U.S.C. 5323U)(1) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230)(1), but it may qualify for an exception pursuant to 49 U.S.C. 53230)(2)(B) or 0)(2)(D) and the regulations in 49 CFR 661.7. Date Signature Company Name Title Attachment 1 CERTIFICATION REQUIREMENT FOR PROCUREMENT OF BUSES, OTHER ROLLING STOCK AND ASSOCIATED EQUIPMENT CERTIFICATE OF COMPLIANCE WITH 49 U.S.C. 5323(J)(2)(C) The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C. 53236)(2)(C) and the regulations at 49 CFR Part 661. Date Signature Company Name Title 23 City of Fort Collins, Colorado Attachment 1 CERTIFICATION REQUIREMENT FOR PROCUREMENT OF BUSES, OTHER ROLLING STOCK AND ASSOCIATED EQUIPMENT CERTIFICATE OF COMPLL4NCE WITH 49 U.S.C. 5323(J)(2)(C) The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 53230)(2)(C), but may qualify for an exception pursuant to 49 U.S.C. 53230)(2)(B) or 0)(2)(D) and the regulations in 49 CFR 661.7. Date Signature Company Name Title 24 ATTACHMENT C Bus Testing The Contractor [Manufacturer] agrees to comply with 49 USC 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 I 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 represent 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 USC 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: FEBRUARY 21, 2003 Company Name: SUPREME CORPORATION Title: VICE PRESIDENT OF SALES & MARKETING City of Fort Collins, Colorado Attachment 2 CERTIFICATION OF COMPLIANCE WITH FTA'S BUS TESTING REQUIRMENT The undersigned [Contractor/Manufacturer] certifies that the vehicle offered in this procurement 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 25 City of Fort Collins, Colorado ATTACHMENT BUY AMERICA CERTIFICATE OF COMPLIANCE WITH FTA REQUIREMENTS FOR BUSES, OTHER ROLLING STOCK, OR ASSOCIATED EQUIPMENT (To be submitted Kith a bid or offer exceeding the small purchase threshold for Federal assistance programs, cuman ly set at $100,000.) Certfcate 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 Title M1 City of Fort Collins, Colorado ATTACHMENT BUY AMERICA CERTIFICATE OF COMPLIANCE WITH FTA REQUIREMENTS FOR BUSES, OTHER ROLLING STOCK, OR ASSOCIATED EQUIPMENT (To be subrritted with a bid or offer exceeding the small purchase threshold for Federal assistance programs, currently set at $100,000.) CERTIFICATE OF NON-COMPLIANCE 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 5323a)(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 27 ATTACHMENT D Certification Of Restrictions on Lobbying I SMELO�. SAffiGf MARKFTTJJC hereby certify on (Name and Title of Contractor's Official) behalf of SUPREME CORPORATION 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 any 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 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 influencing or attempting to influence 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 (attached). (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 is 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 section 1352, title 31, U.S. Code. 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. Executed this 21ST day of FEBRUARY 20 03 Signature of Authorized Official SAMUEL K. CRAIG Print/Type Name VICE PRESIDENT OF SALES & MARKETIN Title of Authorized Official City of Fort Collins, Colorado Attachment 4 Certification Regarding Lobbying Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) 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, at 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. [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, at seq., apply to this certification and disclosure, if any. Date Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official 28 Bids must be fumished exclusive of any federal excise tax, wherever applicable. Bidders must be properly licensed and secure necessary permits wherever applicable Bidders not responding to this bid will be removed from our automated vendor listing for the subject commodities. The City may elect where applicable, to award bids on an individual itenJgroup basis or on a total bid basis, whichever is most beneficial to the City. The City reserves the right to accept or reject any and all bids, and to waive any irregularities or informalities. Sales prohibited/conflict of interest: no officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision -making 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. Freight terms: unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All freight charges must be included in prices submitted on proposal. Discounts: any discounts allowed for prompt payment, etc., must be reflected in bid figures and not entered as separate pricing on the proposal form. Purchasing restrictions: your authorized signature of this bid assures your firm's compliance with the City's purchasing restrictions. A copy of the resolutions are available for review in the Purchasing Office or the City Clerk's Office. Request Resolution 91-121 for cement restrictions. Collusive or sham bids: any bid deemed to be collusive or a sham bid will be rejected and reported to authorities as such. Your authorized signature of this bid assures that such bid is genuine and is not a collusive or sham bid. Bid results: for information regarding results for individual bids send a self-addressed, self -stamped envelope and a bid tally will be mailed to you. Bid results will be posted in our office 7 days after the bid opening. James B. O'Neill 11, CPPO, FNIGP Director of Purchasing and Risk Management 2 ATTACHMENT E CLEAN AIR CERTIFICATION 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. The Contractor agrees to report each violation to the Town of Stowe, VT, and understands and agrees that the Town of Stowe, VT, will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with the Federal assistance provided by FTA. The Contractor, if a non -manufacturer supplier, hereby certifies that the manufacturer of the transit vehicle to be supplied has complied with the above -referenced requirement of 42 U.S.C. 7041. Date: FEBRUARY 21, 2003 Company Name: SUPREME CORPORATION Authorized Representative Name: sAMt�FT x aTr Title: VICE PRESIDENT OF SALES & MARKETING JA1111Y L dA4 ATTACHMENT F RECYCLED PRODUCTS The Contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order 128731, as they apply to the procurement of items designated in Subpart B of 40 CFR Part 247. The Contractor, if a non -manufacturer supplier, hereby certifies that the manufacturer of the transit vehicle to be supplied has complied with the above -referenced requirement of 42 U.S.C. 6962. Date: FEBRUARY 21 2003 Company Name: SUPREME CORPORATION Authorized Representative: SAMUEL K. CRAIG Title: VICE PRESIDENT OF SALES & MARKETIN Signature:%�/J /1 LZ ATTACHMENT G DAVIS-BACON WAGES The requirements of the clauses contained in 29 CFR 5, are applicable in any contract subject only to the contract work hours and safety standards Act and not to any of the other statutes cited in 29 CFR 5. The contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deduction made, and actual wages paid. The records to be maintained under this paragraph shall be made available under the contractor or subcontractor for inspection, copying, or the transcription by authorized representative of FTA, DOT, or the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. The Contractor, if a non -manufacturer supplier, hereby certifies that the manufacturer of the transit vehicle to be supplied has complied with the above -referenced requirement of 29 CFR 5. Date: _ FEBRUARY 91 2nn3 Company Name: SUPREME CORPORATION Authorized Representative Name: sAMUEL K. CRAIG Title: VICE PRESIDENT OF SALES & MARKETING f/ � r Signature: Y^ ,_ ATTACHMENT H GOVERNMENT -WIDE DEBARMENT AND SUSPENSION ON -PROCUREMENT 49 CFR Part 29 Executive Order 12549 Instructions for Certification 1. By signing and submitting this proposal or proposals the prospective lower tier participant is providing the signed certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, PSTA may pursue available remedies, including suspension and/or debarment. 3. The perspective lower tier participant shall provide immediate written notice to PSTA if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "persons," "lower tier covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549149 CFR Part 291. You may contact PSTA for assistance in obtaining a copy of these regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized in writing by PSTA. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a perspective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may, but is not required to, check the Nonprocurement List issued by U.S. General Service Administration (Telephone #202-783-3238). 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under Paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to all remedies available to the Federal Government, PSTA may pursue available remedies including suspension and/or debarment. Certification Regarding Debarment Suspension. Ineligibility and Voluntary Exclusion Lower Tier Covered Transaction- (1) The prospective lower tier participant certifies, by submission of this proposal or proposals, that neither it nor its "principal' [as defined at 49 CFR Part 29.105(p)] is currently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) When the prospective lower tier participant is unable to certify to the statements in this certification, such prospective participant shall attach an explanation to this proposal. The Contractor, if a non -manufacturer supplier, hereby certifies that the manufacturer of the transit vehicle to be supplied has complied with the above -referenced requirement of 49 CFR Part 29. Date: FEBRUARY 21, 2003 Company Name: SUPREME CORPORATION Authorized Representative Name: _ S Mt K CRAIG Tide: VICE_ pRES _SALES b MARKETING Signature: ATTACHMENT I CIVIL RIGHTS REQUR ENTS 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 Right 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 under lying 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 CFR Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 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: rate of pay or other forms of compensation, and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirement 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 requirement of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 CFR Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (3) The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. The Contractor, if a non -manufacturer supplier, hereby certifies that the manufacturer of the transit vehicle to be supplied has complied with the above -referenced requirement of 49 U.S.C. 5332. Date: FEBRUARY 21, 2003 Company Name: SUPREME CORPORATION Authorized Rep. Name: SAMUEL K. CRAIG Title: VICE PRESIDENT OF SALES & MARKETING Signature: A6Mble 9AA�la ATTACHMENT J CERTIFICATION OF COMPLIANCE WITH THE AMERICANS WITH DISABILITIES ACT SUPREME CORPORATION certifies that all vehicles manufactured and delivered to Town of Stowe, VT shall be in full compliance with the required Americans with Disabilities Act, 49 CFR 38. By: �Z�l IAIA Ia (Signature of Company Official) Title: VICE PRESIDENT OF SALES & MARKETING Date: FEBRUARY 21, 2003 DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION The Contractor, if a transit vehicle manufacturer, hereby certifies that it has complied with the requirements of 49 CFR, Section 23 by submitting annual DBE/WBE goal to the Federal Transit Administration (FTA). The goal has either been approved or not disapproved by the FTA. The proposer, if a non -manufacturer supplier, hereby certifies that the manufacturer of the transit vehicle to be supplied has complied with the above -referenced requirement of 49 CFR Section 23. Date: FEBRUARY 21, 2003 Company Name: SUPREME CORPORATION Authorized Representative: SAMUEL K. CRAIG Title: VICE PRES. OF SALES & MARKETING A4M& L 4414 2592 East Kercher Road Goshen, IN 46528 877 258-1391 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Supreme Industries, Inc., Supreme Corporation, StarTrans Bus Division and Startrans Bus Sales Co.; P.O. Box 463; Goshen, IN 46527 as Principal, hereinafter called the Principal, and Western Surety Company, principal office in Sioux Falls, South Dakota a corporation duly organized under the laws of the State of South Dakota as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fort Collins; Director of Purchasing & Risk Management; Ft. Collins, CO 8 0 5 2 2as Obligee, hereinafter called the Obligee, in the sum of 10% of bid amount Dollars($ ------------- ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators,successorsand assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitteda bid for one Paratransit Passenger Bus NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documentswith good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 26th dayof February 2003 Supreme Industries, Inc., Supreme Corporation, StarTrans Bus Div'n and Startrans Bus Sales x !/ , (Principal) (Seal) (Witness) Z l ' /"` YYYvY (Title) Western Suretv Company JG)/� (Sur ty) (Seal) ° F ( fitness) ) ' Title) Mary A. Wie ing Printed in cooperation with the American Institute of Architects (AIA) by the CNA Insurance Companies. The language in this document conforms exactly to the language used in AIA Document A310 - Bid Bond - February 1970 Edition. G-108041-A Limited Maintenance Provision Rider To be attached to and form a part of bond number bid bond issued by the (surety) Western Surety Company Supreme Industries, Inc., Supreme Corporation, StarTrans Bus Division on behalf of .(rinclpai) and Startrans Bus Sales Co. in the amount of 10% of bid amount Dollars ($ favor of (ohilgeQ.) and dated the City of Fort Collins; 26th day Director of of February, Purchasin2 2003 & Risk Management; 215 N. Mason St., 2nd Floor; Ft. Collins, CO 80522 Principal shall guarantee that the! work will be free of defective materials and workmanship for a period of twelve months ( 12 ) months following completion of the contract. Any additional warranty or guarantee whether expressed or implied is extended by the principal or manufacturer only, and the surety assumes no I.?ability for such a guarantee. Signed, Sealed and Dated this _26th day of February 2003_ (If not originally a part of the bond, acceptance by the obligee required) Supreme IndustrTes,Inc.,Supreme°Corporation City of Fort Collins StarTrans Bus Div'n and Startrans Bus Sales Obligee , Principal BY:%/� Western Surety Company Surety BY: a ary A gi ng A m -�4rFact Attorgeyin-Fact Form F6343 BID PROPOSAL BID # 5764 Bid Opening: February 19, 2003, 2:30pm (our clock) WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS' REQUIREMENTS FOR THE ITEMS LISTED BELOW, PER THE BID INVITATION AND REFERENCED SPECIFICATIONS: 1.0 SCOPE 1.1 This specification establishes the minimum requirements for the purchase of: Cut — a — Way Vans 1.2 Should the manufacturer's current published data or specifications exceed the City's specifications, they shall be considered minimum and furnished. 2.0 BID CLARIFICATION 2.1 Clarification regarding these specifications shall be obtained from the Director of Purchasing and Risk Management prior to the time and date of the Bid Opening. Any changes to these specifications will be made by a written addendum issued by the Director. 2.2 For questions concerning the bidding process and bid specifications, contact: Jim Hume, Buyer, Phone: 970-221-6776, Fax: 970-221-6707 For technical questions concerning this bid, contact: Ken Mannon, Operations Services Director, Phone: 970-221-6610, Fax: 970-221-6534. 3.0 DELIVERY 3.1 The date of delivery is an essential element of this proposal. Delivery of equipment shall be made to: Transfort 6570 Portner Road Fort Collins, CO 80525 3.2 The word "delivery", as used in this specification, encompasses delivery of the actual equipment, as specified, complete with all necessary papers such as Manufacturer's Statement of Origin, application for title, invoice, warranty, shop, operator's and technical manuals, parts books, etc., as applicable. 3.3 All equipment must be completely washed and serviced in accordance with standard new equipment "make ready", and the manufacturer's specifications and be ready for delivery in drive away condition. A forty-five (45) day permit is to be included. 3 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Colleen S Hochstetler, Darlene K Stone, Victoria J Baier, Mary A Wieging, Darlene C Cyrs, Individually of Elkhart, IN, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 9th day of January, 2003. �ytRErrc' WESTERN SURETY COMPANY /�C/S7 �V ;'1 s Paul 7Bruflat, Senior Vice President State of South Dakota ss County of Minnehaha On this 9th day of January, 2003, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires i D, KRELL i November 30, 2006 r SEAL NOTARY PUBLIC SEAL r $ -yc SOUTH DAKOTAQ � �4hti44ti1h4.4ti4v�h�1V Vti\\ D. Krell, NoTTry Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 2 6 t h day of F e b r u a r y , 2 n n 3 O�MC_0-1; WESTERN SURETY COMPANY L. Nelson, Assistant Secretary Fonn F4280-0I-02 Page 1 of 1 Mike Akers From: "Kim Yoder' <kim.yoder@startransbus.com> T,1: <makers@codenet.net> nt: Wednesday, February 26, 2003 7:13 AM bubject: Wording for bonds "Principal shall guarantee that the work will be free of defective materials and workmanship for a period of twelve months following completion of the contract. Any additional warranty or guarantee whether expressed or implied is extended by the Principal or manufacturer only, and the surety assumes no liability for such guarantee." Upgrade Outlooks - Add CO; OR to your Emails G#ick 1pret Outlook@ is a registered trademark of Microsoft Corporation 2/26/03 Federal Motor Vehicle Safety Standards The following is a brief summary of all applicable FMVSS Title 49 (Federal Motor Vehicle Safety Standards) of which Supreme Startrans Cutaway Buses comply. Complete and up to date copies of the FMVSS worksheets supporting test data is available upon request by calling 1-877-258-1391 or writing to Supreme Corporation, Startrans Bus Division, P.O. Box 463, Goshen, IN 46528. Definitions: OEM Original Equipment Manufacturer FSM Final Stage Manufacturer FMVSS 101 Control Location, Identification and Illumination * This is certified by the OEM and the FSM does not alter these controls. FMVSS 102 Transmission Shift Lever Sequence & Starter Interlock * This is certified by the OEM and the FSM does not alter their system. FMVSS 103 Windshield Defrosting and Defogging System * This is certified by the OEM and the FSM does not alter their system. FMVSS 104 Windshield Wiping and Washing System * This is certified by the OEM and the FSM does not alter their system. FMVSS 105 Hydraulic Brake System * This is certified by the OEM and the FSM does not alter their system. FMVSS 106 Brake Hoses * This is certified by the OEM and the FSM does not alter their hoses. FMVSS 108 Lamps, Reflective Devices & Associated Equipment * The devices installed by the OEM and the FSM meet all requirements. FMVSS 111 Rearview Mirrors * The mirrors added by the FSM meet all requirements. FMVSS 113 Hood Latch System * This is certified by the OEM and the FSM does not alter their system. FMVSS 115 Vehicle Identification Number * This is certified by the OEM and the FSM does not alter their numbers. FMVSS 116 Hydraulic Brake Fluids * This is certified by the OEM and the FSM does not alter their system. FMVSS 120 Tire Selection and Rims for Motor Vehicles Other Than Passenger Cars * This is certified by the OEM and the FSM does not alter their tires or rims. Federal Motor Vehicle Safety Standard cutaways.doc I of 2 pages 8nlo2 FMVSS 124 Accelerator Controls * This is certified by the OEM and the FSM does not alter their system. FMVSS 125 Warning Devices * This is not a requirement of the OEM or FSM. This is a requirement the end user must meet. FMVSS 205 Glazing Material (Windows) * The windows supplied by the OEM and the FSM meet all requirements. FMVSS 207 Seating Systems * The seating supplied by the OEM and the FSM meet all requirements. FMVSS 208 Occupant Crash Protection * This is certified by the OEM and the FSM does not alter their system. FMVSS 209 Seat Belt Assemblies * The seat belts supplied by the OEM and the FSM meet all requirements. FMVSS 210 Seat Belt Assemblies Anchorages * The seat belt assemblies' anchorages supplied by the OEM and the FSM meet all requirements. FMVSS 217 Bus Window Retention and Release * The windows installed by the FSM meet all requirements. FMVSS 220 School Bus Rollover Protection * Even though this is not a requirement for transit buses, Supreme has tested to this standard and meets all requirements. FMVSS 221 School Bus Body Joint Strength * Even though this is not a requirement for transit buses, Supreme has tested to this standard and meets all requirements. FMVSS 301 Fuel System Integrity * This is certified by the OEM and the FSM does not alter their system. FMVSS 302 Flammability of Interior Materials * The interior materials supplied by the OEM and the FSM meet all requirements. Federal Motor Vehicle Safety Standard culaways.doc 8/7/02 2 of 2 pages STURM TEST 7 YEAR 2009000 MILE BUS from STARTRANS MODE. BSSN25 OCTOBER 2000 PTI-BT R2013-12-00 PENNSTATE The Pennsylvania Transportation Institute 201 research Office Building (814) 865-1891 The Pennsylvania State University University ParK PA 16802 Bus Testing and Research Center 6th Avenue and 45th Street (614) 949-7944 Aftoona, PA 16602 TABLE OF CONTENTS Paae EXECUTIVE SUMMARY............................................................ 3 ABBREVIATIONS................................................................. 5 BUSCHECK -IN .................................................................. 6 1. MAINTAINABILITY 1.1 ACCESSIBILITY OF COMPONENTS AND SUBSYSTEMS .................. 16 1.2 SERVICING, PREVENTATIVE MAINTENANCE, AND REPAIR AND MAINTENANCE DURING TESTING ................................... 19 1.3 REPLACEMENT AND/OR REPAIR OF SELECTED SUBSYSTEMS ........... 23 2. RELIABILITY - DOCUMENTATION OF BREAKDOWN AND REPAIR TIMES DURING TESTING....................................................... 27 3. SAFETY -A DOUBLE -LANE CHANGE (OBSTACLE AVOIDANCE TEST) ................ 30 4. PERFORMANCE - AN ACCELERATION, GRADEABILITY, AND TOP SPEEDTEST................................................................. 33 5. STRUCTURAL INTEGRITY 5.1 STRUCTURAL STRENGTH AND DISTORTION TESTS - STRUCTURAL SHAKEDOWN TEST ............. ............................... 37 5.2 STRUCTURAL STRENGTH AND DISTORTION TESTS - STRUCTURAL DISTORTION ................ ..... ..................... 41 5.3 STRUCTURAL STRENGTH AND DISTORTION TESTS - STATIC TOWING TEST ............... ..... ......•..................... 53 5.4 STRUCTURAL STRENGTH AND DISTORTION TESTS - DYNAMIC TOWING TEST ..................................................... 54 5.5 STRUCTURAL STRENGTH AND DISTORTION TESTS - JACKING TEST ..... ..... .. ...................... 56 5.6 STRUCTURAL STRENGTH AND DISTORTION TESTS - HOISTING TEST ................................................... 58 5.7 STRUCTURAL DURABILITYTEST..................................... 61 6. FUEL ECONOMY TEST - A FUEL CONSUMPTION TEST USING AN APPROPRIATE OPERATING CYCLE ............................................. 69 7. NOISE 7.1 INTERIOR NOISE AND VIBRATION TESTS ............................ 84 7.2 EXTERIOR NOISE TESTS ........................................... 90 EXECUTIVE SUMMARY Startrans submitted a model BSSN25, diesel powered 19 seat/25400t bus, for a 7 yr/200,000 mile STURAA test. The odometer reading at the time of delivery was 791.0 miles. Testing started on February 24, 2000 and was completed on October 6, 2000. The Check -In section of the report provides a description of the bus and specifies its major components. The primary. part of the test program is the Structural Durability Test, which also provides the information for the Maintainability and Reliability results. The Structural Durability Test was started on August 3, 2000 and was completed on September 30, 2000. The first segment of the Structural Durability Test was performed with the bus loaded to a gross vehicle weight of 14,000 lbs. The number of standing passengers was reduced from 17 to 6 and two wheelchair positions. A reduction in passenger weight was necessary to avoid exceeding the GAWR (9,450 lbs.) of the rear axle. The middle segment was performed at a seated bad weight of 13,050 lbs. The final segment was performed at a curb weight of 10,275 lbs. Durability driving resulted in unscheduled maintenance that consisted of a variety of subsystem failures. These breakdowns can be found in a complete and detailed listing of scheduled and unscheduled maintenance, which is provided in Section 1.2, Maintainability of this report. Accessibility, in general, was adequate, components covered in Section 1.3 (Repair and/or Replacement, of Selected Subsystems) along with all other components encountered during testing, were found to be readily accessible and no restrictions were noted. The Reliability Section compiles failures that occurred during Structural Durability Testing. Breakdowns are classified according to subsystems. The data in this section are arranged so that those'subsystems with more frequent problems are apparent. Problems are also listed by class as defined in Section 2. The test bus encountered no Class 1 or Class 2 failures. Of the four reported failures, three were Class 3 and one was Class 4. A SafetyTest, a double -lane change maneuver, was safely performed in both right- hand and left-hand directions up to a maximum test speed of 45 mph. The performance of the bus is illustrated by a speed vs. time plot. Acceleration and Gradeability Test data are provided in Section 4, Performance. The average time to obtain 50 mph was 17.37 seconds. The Shakedown Test produced a maximum final loaded deflection of 0.201 inches with a permanent set ranging between 0.000 to 0.005 inches under a distributed static load of 13,500 lbs. The Distortion Test was completed with all subsystems, doors and escape mechanisms operating properly. No water leakage was observed during the test. The test bus was not equipped with any type of tow eyes or tow hooks; therefore, the Static Towing Test was not performed. The Dynamic Towing Test was performed by means of a front lift tow. The towing interface was accomplished using a hydraulic under -lift. The bus was towed without incident and no damage resulted from the test. The manufacturer does not recommend towing the bus from the rear, therefore, a rear test was not performed. 3 The Jacking and Hoisting Tests were also performed without incident. The bus was found to be stable on the jack stands, and the minimum jacking clearance observed with a tire deflated was 8.1 inches. A Fuel Economy Test was run on simulated central business district, arterial, and commuter courses. The results were 5.17 mpg, 5.43 mpg, and 9.59 mpg respectively; with an overall average of 6.04 mpg. A series of Interior and Exterior Noise Tests was performed. These data are listed in Section 7.1 and 7.2 respectively. 4 Approved ='s for Ft. Collins Page 5 6.5 — OEM springs are rated for chassis capacity at fully loaded condition. There is no reason to add extra main leafs. An extra leaf spring is installed on lift side to prevent lean. Page 7 6.24 — Radio will not be Ford factory. It will be Audiovox brand installed by Startrans & mounted above driver in bezel which tilts it down for driver accessibility. Page 8 6.25 — Exterior mirrors will be Lucerix brand heated & remote. The mirror arms are black cast alum w/a 2 in 1 mirror head. Flat glass on top & convex in lower section. 6.26 — Clearance lights are recessed into both front & rear cap not armored or shielded. Stop/tail/turn lights are installed 3 in a row across back on both sides. 6.27 — Interior height is 75" on flat floor models. 6.28 — Submit build specs for interior "one piece fiberglass construction". (The walls are one piece, the headliner is one piece, the front cab liner is one piece, the rear wall is one piece, etc., then there are padded panels & rotocast material to cover other exposed areas.) Page 10 6.33 — Submit entry door build specs — note that our 32" door is now full height glass not plexiglass w/clear glass insert as specs say. Ground to V step height = 12 ''/z" Page 11 6.34 — W/C doors are held open by spring door checks which hold up better. The gas shocks have a high rate of failure Braun L9181B only has 42" of travel — the L917IB is identical platform size with 48" of travel — See the brochure I sent in your NDA package. 6.35 — Recaro's LXF model supercedes the B 100. Page 13 6.44 — Submit Startrans standard warranty for body. SO*RTRANS Limited Warranty Startrans Buses by Supreme Corporation, warrants each new product (excepting the "Body Structure" as herein defined) for a period of one (1) full year after the initial date of retail purchase, or for twelve thousand (12,000) miles, whichever occurs first, after the actual date of purchase by the product's first owner, and agrees to repair any defective part subject to the items and limitations of this warranty agreement. Startrans Bus warrants the "Body Structure" for five (5) years or seventy-five thousand (75,000) miles, whichever occurs first, from the date of delivery to the product's first owner. "Body Structure" is defined as floor, wall, and roof structure but does not include any part of the automotive chassis as prepared by the automotive manufacturer. Items not considered body structure include (but are not limited to) the following: >doors >roof vents >paint >bumpers >windows >gel coat crack >interior wall covering panels >rub rail guards >relays >switches >lights LIMITATIONS • Startrans bus retains the option to repair or replace. • Startrans bus requires that all repairs performed under the terms of its limited warranty must be done at one of Startrans dealers or at one of Startrans authorized service centers. In the event that this requirement presents an undue hardship on the owner, Startrans requires that the owner call the Startrans factory service and warranty manager and secure approval for the repair work to be done at a qualified repair station whose qualifications are mutually agreed upon by both the factory service manager and the owner. • Startrans requires that all warranty work performed under the terms of this limited warranty that exceeds two hundred dollars ($200.00) in value of parts and labor combined must be approved by the Startrans warranty manager before the warranty work is performed. The Startrans warranty manager is located at Goshen, IN (Phone 877-258-1391). • If the product has been previously used in dealer demonstration service beyond four thousand (4,000) miles/one (1) year, or as a dealer rental unit, the time used and the mileage accrued in the previous service above four thousand (4,000) miles/one (1) years counted toward the twelve thousand (12,000) miles limit and one (1) year's warranty, or in the case of the body structure, seventy-five thousand (75,000) miles or five (5) year's warranty. • Startrans retains the right under the terms of its limited warranty to void its limited warranty due to any of the following items listed as exclusions: a) Damage to product caused by an accident involving the vehicle. b) Product failure caused by improper servicing. c) Product failure caused by customer negligence. d) Product failure caused by customer misuse. e) Damage or product failure caused by freezing, flooding, fire, or any occurrences that may be termed an "Act of God." 3.4 All units to be new and of the manufacturer's latest model in production at the time of delivery and standard equipped, unless otherwise specified. Time is of the essence. The City shall be kept advised of any anticipated delay in delivery. In the event the successful bidder, hereinafter referred to as the Contractor, fails to properly perform delivery as specified above, within the specified time limit set forth by the Contractor in his bid proposal, the City shall sustain damages in an amount difficult to ascertain. Accordingly, after due allowance for any time extensions which are agreed by the City to be due to conditions beyond the Bidder's control, the Contractor shall be liable to the City, in the amount of Twenty-five ($25) dollars as liquidated damages, and not as a penalty, for each and every calendar day that delivery is delayed. Additionally, no payment shall be made by the City for any delivery of specified equipment until all aspects of the contract have been fulfilled, unless prearranged and approved jointly by the Director of Purchasing and Risk Management and the Director of Fleet Services. 4.0 WARRANTY 4.1 The manufacturer shall unconditionally warrant the entire vehicle and all component parts, but not accessory equipment, for a warranty period of specified usage that is currently being offered in open trade for that vehicle at the time of delivery. Additionally, the Contractor shall furnish the City a fully priced copy (parts and labor) of any warranty or commercial cost repair order which originates in his repair facility, subsequent to delivery, during the warranty period. No charge for service calls, travel time, travel expenses, mileage, or per diem will be allowed by the City in connection with the performance of any warranty repairs. 5.0 DEALER IDENTIFICATION 5.1 No dealer identification will be allowed on any vehicle sold to the City of Fort Collins. • Many component parts of the Startrans product are warranted by the manufacturer of these component parts, and therefore are not covered by Startrans limited warranty. The list of items not covered by Startrans warranty include, (but is not limited to) the following: a) Automotive chassis as received from the chassis manufacturer b) Wheel chair lifts and lock assemblies c) Automotive air conditioners and heaters d) Tires e) Batteries f) Air conditioners/heaters g) Automotive cruise controls h) Audio systems i) Tag -axle suspension systems j) Alternators and regulators k) Seats/seating • The manufacturer of these specific component parts offer a national network of service centers fully qualified to handle customer service problems. • Startrans does not take responsibility for normal maintenance items, adjustments past thirty (30) days (door adjustment, lights, relays, switches, etc.) and any dealer, service center, or owner installation of equipment. • Startrans does not undertake responsibility to any purchaser of its products for any undertaking, representation or warranty made by dealers selling its products beyond those herein expressed. • Startrans does not assume responsibility for loss of use of the vehicle, loss of time, inconvenience, expense for gasoline, towing, telephone, travel, lodging, loss or damage to personal property or loss of revenues or the cost of a replacement rental vehicle. • Startrans limited warranty as stated herein and any implied warranties that may be expressed by Startrans are limited to one (1) full year, or twelve thousand (12,000) miles, whichever occurs first, after the actual date of delivery by the vehicle's first owner. Body structure as defined herein is limited to file (5) years or seventy-five thousand (75,000) miles, whichever occurs first. The limited warranty extends to the original retail purchaser only is not transferable. Original purchase means the first retail purchaser purchasing the Startrans product from a Startrans dealer. • Startrans limited warranty is applicable to any product registered and normally used within the United States and Canada only. With the exception of "body structure" as defined herein, which has a different stated warranty, the limited warranty applicable to your product is for the duration of twelve thousand (12,000 miles or for the duration of one (1) full year after the initial date of retail purchase, whichever occurs first. Startrans is required by law to maintain records pertaining to the ultimate owner of each Startrans product. It is desirable for the warranty starting date to be registered properly at the Startrans factory within ten (10) days after the purchase date. A warranty/pre-delivery registration page is enclosed with each new product owner's manual package. The selling dealer should send this registration/pre-delivery page to the factory at the time of your purchase. The absence of this registration in no way changes your limited warranty. However, proof of date of purchase may be required at some future date should you need service attention under the terms of the limited warranty. January 1, 2002 2 References City of Phoenix Glenn Kelly Sr. Transit Vehicle Engineer 302 North First Ave. Suite 700 Phoenix, AZ 85003 (602)534-1761 Paratransit Services Steve Hutchins Executive Vice President 4810 Auto Center Way Bremerton, WA 98312 (360) 377-9698 Maryland Transit Administration Nancy Noonan Manager, Statewide Planning 6 St. Paul Street Baltimore, MD 21202 (410)767-3772 New Jersey Transit Ashok Vidwans Principal Engineer One Penn Plaza East Newark, NJ 07105 (973)491-8398 Muncie Indiana Transit System Ted Gaston Director of Maintenance 1300 E. Seymour St, Muncie, IN 47302 (765) 287-2388 Indiana Department of Transportation Brian Jones Program Manager, Division of Public Transportation 100 North Senate Ave. Room N901 Indianapolis, IN 46204 (317)232-1493 �/Z 'd OU'oN Spa SNUAViS WdZZ:� Foot 'sZ 'Ud Virginia Department of Rail and Public Transportation Darrel Feasel Transportation Engineering 1401 East Broad Street Richmond, VA 23219 (804)786-8089 City of Billings Metropolitan Transit (MET) Ronald Wenger 1705 Monad Road P.O. Box 1178 Billings, MT 59103 (406) 657-8221 DARTS Gary Dalton Service Manager 1645 Marthaler Lane West St. Paul, MN 55118 (651)455-1560 Metropolitan Council Paul Colton Senior Project Administrator — Transportation & Transit Development Mears Park Centre 230 East Fifth St. St. Paul, MN 55101 (651)602-1709 Transit Authority of Northern Kentucky (TANK) Don Neltner Director of Maintenance 3375 Madison Pike Ft, Wright, KY 41017 (859)814-2141 Montana Department of Transportation Patrick Sanden; Planner — Transit Section Transportation Planning Division 2550 Prospect Ave_ P.O. BOX 201001 Helena, MT 59620 (406)444-4265 VE 'd ON 'ON SN8 SNUAVIS Wdzl :� Hoz 'SZ '833 Bismarck Transportation Inc. Al Wangler AdministrationlTransit Manager 3 75 0 East Rosser Ave. Bismarck, ND 58501 (701)223-9035 ti/b 'd 019 'ON SH SNVSAVIS WdN:b HOi 'SZ '033 UPDATED PRICING 7115/02 Supreme Corporation Startrans Bus Division SENATOR ORDER FORM BODY NUMBER: 0 DEALER: STARTRANS OF COLORADO CUSTOMER NAME: CITY OF FORT COLLINS QTY OPTION DESCRIPTION 1 SN22PF SENATOR 22' PARATRANSIT FLAT FLOOR W/4 STEP ENTRY 1 S.5458-CNG FORD SPECIAL 5.4 CNG E45 - 158" WB DUAL WHEEL -TILT -CRUISE - DASH AIR -SPARE TIRE - 14,050 GVW - *50 STATE EMISSION* 1 NOTE CHASSIS PRICE IS AFTER DEDUCTIONS FOR FORD GPC, COLORADO CONCESSION & MOBILITY MONEY 1 NOTE SEAT TRACK IN FLOOR TO BE LIMITED TO REAR ROW OF SEATS ONLY - DO NOT RUN TRACK IN W/C AREA 1 PAIR COATED SNOW TYPE WIPER BLADES 1 NOTE 3 SETS OF ALL KEYS REQUIRED 1 C40K BATTERY BOX ASSEMBLY (KEYLOCK TYPE) W/SLIDING TRAY & 1400 CCA 8-D BATTERY - MAIN BATTERY STAYS UNDER HOOD GAS/DIESEL ENGINE C48 ENGINE THROTTLE PENNTEX FULLY AUTO HIGH IDLER PI-1016 FORD 5.4 & 6.8 GAS 1 C59 BUMPER FRONT FIRESTONE HELP 1 C60 BUMPER REAR FIRESTONE HELP 1 Y SHIP SPARE TIRE LOOSE 1 C78 CHANGING TOOL & JACK FORD E45 CHASSIS 1 D10 32" WIDE X 83" HIGH ELECTRIC DOUBLE ENTRY DOORS W/PLEXIGLASS DOOR PANELS W/UPPER GLASS INSERT 1 D76 SIDE WINDOWS - T-SLIDERS 36" X 36" TOP T-SLIDER (DEPENDING ON FLOOR PLAN THIS OPTION MAY REQUIRE AN 18" X 36" SOLID PANE FILLER WINDOW IN REAR 1 P102 W/C LIFT DOORS BEHIND ENTRANCE 46" X 69" 1 P205 L917IB-ADA 33" X 48" REAR PUMP W/CONTROL CABLE #24879A (N/A ON SINGLE WHEEL CHASSIS OR CANDIDATE W/FRONT LIFT DOORS 1 P30 INTERLOCK - BRAKE & TRANSMISSION SYSTEM W/CONSOLE POWER SWITCH (REQUIRED OPTION ON ALL PARATRANSIT MODELS 1 P64 FLANGED L-TRACK ONLY INCLUDES WALL TRACK - TO RUN FULL LENGTH OF BUS (DOES NOT INCLUDE BELTS - YOU MUST PICK A BELT OPTION SENATOR 1 OF 3 2/26/03 UPDATED PRICING 7/15/02 3 P408 Q-STRAINT L-TRACK QRT DELUXE KIT #Q-8100-A-T-L - CONSISTS OF Q-8100-A-T DUAL KNOB RETRACTOR SECUREMENT SYSTEM W/STANDARD NON -RETRACTABLE LAP/SHOULDER BELT, & Q8- 6500-L MOUNTING HARDWARE DRIVER'S SEAT FABRIC - LEVEL 2 - VINYL W/ANY SHERPA OR SHIRE INSERT 1 S139 DRIVER'S SEAT - RECARO LXF - HI BK RECLINER W/RH ARMREST, COVERED IN VINYL - USES FORD OEM BASE 1 S140 RECOVER - RECARO LXF REQUIRES UPHOLSTERY LEVEL 13 PASSENGER SEAT FABRIC - LEVEL 1 - ALL VINYL OR STD CLOTH FABRIC 1 S202 FREEDMAN LOW BACK BUCKET - 17.5" SINGLE FW 2 S203 FREEDMAN LOW BACK BUCKET - 17.5" DOUBLE FW 4 S627 FREEDMAN FOLD -A -WAY - 34" NON-WHEELWELL 13 S02 SEAT BELT - RETRACTABLE TYPE i 1102 INTERIOR DRIVER'S 6" X 16" FLAT ADJ. 4 WAY i 111 INTERIOR LIFT LIGHT ABOVE LIFT 3 999100163 TRANSMATIC MILLENIUM 48" LIGHT FIXTURE 1 NOTE INSTALL ONE ON C/S & TWO ON D/S i 120 ADA INTERIOR AND EXTERIOR i NEWPORT VINYL TRIM PADS i 686 NEWPORT VINYL - ASH GRAY i ALTRO FLOOR COVERING - BLACK 516 GRAY 590 i 590 25' NOTE COVED UP TO BOTTOM OF SEAT RAIL WH HEADLINER - WHITE FIBERGLASS GELCOAT i 164W SIDEWALLS & REAR WALL - WHITE FIBERGLASS GELCOAT W/WHITE RVL TRIM i 152 PLEXIGLASS FULL HEIGHT BEHIND DRIVER 30" X 60" i 182 PADDED STANCHION POLES i 189 RIGHT SIDE ENTRY ASSIST HANDRAIL (REQUIRES AN ELECTRIC DOOR OPTION i 192 1 OVERHEAD HANDRAIL - INSTALLED ON DRIVER SIDE - 25' i T01 BACK UP ALARM 1 T16 FIRE EXTINGUISHER - 5 LB. i T28 TRIANGLE REFLECTOR KIT 1 T31 SAFETY KIT 16 UNIT i T36 FIRE BLANKET i T50 ROOF HATCH - 24" X 24" TRANSPEC WA -WAY TILT - MODEL #1000 i A135 TRANS AIR (TA733) 68,000 BTU FREEBLOW (TA73 EVAPORATOR, SMC3L CONDENSER, & DUAL COMPRESSORS - ONE OEM & ONE ADD -ON) FORD 5.4 1 1-105 HEATER - 65,000 BTU - SEAT FRAME MOUNT i H11 HEATER - LOWER ENTRY STEP - HOT WATER TYPE NO NO HEATER INLINE BOOSTER PUMP E01 RADIO AM/FM W/4 SPEAKERS AUDIOVOX OEM-50 1 M34 IDIGITAL CLOCK SENATOR 2 OF 3 2/26/03 UPDATED PRICING 7/15/02 1 M15 UNDERCOATING 1 M20 FORD SERVICE SHOP MANUALS 1 M22 SUPREME PARTS BOOK M23 SUPREME WIRING BOOK M37 DELETE STARTRANS LOGO 1 METAGAL - MIRROR ASSEMBLY, 2 IN 1 STYLE, HEATED & REMOTE, DRIVER'S DOOR MOUNT & C/S FENDER MOUNT - FORD 2003 1 X15 4" LIGHT BELOW LIFT DOORS - FLUSH MOUNT 1 X49 LED CENTER MOUNT BRAKE LIGHT 2" X 6" 4 X23 EGRESS WINDOW LIGHT EACH 1 X28 LIGHT OVER ENTRY DOOR 1 REAR LIGHTS - 7" AMBER LED FLASHING LIGHTS - PAIR 1 X45 LED MARKER LIGHTS 5-FRONT & 7-REAR 1 480527225 LED REAR TAIL LIGHTS - STOP/TURN/BACKUP ALL LED - 4" ROUND RED/WHITE/RED 1 Z09 NO EXTERIOR PAINT PACKAGE STD WHITE BODY 1 Z40 PAINT WHEELS & SPARE WHITE 1 NOTE INCLUDING INSIDE DUAL WHEELS 1 FREIGHT - FLATBED 1 i i OPTION TOTAL' $$58,007.05 FREIGHT $1,200.00 FREIGHT $59,207.00 SENATOR 3 OF 3 2/26/03 LLI o cy : § !(0 /R \�/ E z « � / } m \ to W z K \ƒ 3 }m o rn y *§\ < �zs �Z /� U) Cn( ) io©» \. r 2 §0op, 2 6 L � r— - / / k| � \ - - O ^ § \ & -j ' a AU- | 2 » k J CD it, 3 ■| C) LLJ - : «« __ 3 $ m _ ƒ - §! , � | 2 _ \ LLJ y w---------- -- ) / ----- ---�_ ,| R z / ) \ / \ \q ~ § $ z 3 || - } 0 -} ?§ _j \ t Wy CA » y 2 § \ /j } \ | � !e § STARTRANS WEIGHT ANALYSIS W^RKSHEET 22 SENATOR 5P+8P OR 3 WC CNG OK FUEL LOAD ADJ. DATA F.L.A. FILENAME/ VEHICLE DESCRIPTION FRONT AXLE REAR AXLE FUEL CAP. FUEL WGT PER GAL. T:1Bus Weights\E-450\[22 SENATOR 5P+8P OR 3 WC CNG OK.xIs CALC PAGE 3850 6080 0 WB PER IN. VALUE CALC AXLE WEIGHTS FUEL AMT. WGT OF FUEL FUEL ADJ. AMT. 158 0.63 LEFT FRONA RIGHT FRONT 0 0.0 AXLE CAPACITIEE 1925 1925 1 FUEL TANK CENTER FRONT REAR TOTAL LEFT REAR RIGHT REAR 0 4600 9540 14050 3040 3040 STREETSIDE CURBSIDE DESC, DISTANCE IN. WEIGHT LBS. % REAR AXL FRONT REAR DISTANCE IN. WEIGHT LBS. % REAR AXLE FRONT REAR DESC. DRIVER 44 150- 27.85% 108.23 41.77 166 382 106.33% -24.18 406.18 2P 2P 96 382" 60.76% 149.90 232.10 222 375 140.51% -151.90 526.90 2.5P 2P 133.5 362 , 84.49% 59.23 322.77 60 "385 37.97% 238.80 146.20 LIFT 2P 171 , 382 108,23% -31.43 413.43 0.00% 0.00 0.00 2.5P 222 375-- 140.51% -151.90 526.90 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 o.o0 0.00% 1 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 0.00% 0.00 0.00 TOTAL PASSENGER LOAD 134.03 1536.97 62.72 1079.28 2813.0 AXLE WEIGHTS 1 1 1925.00 3040.00 1925.013 3040.00 9930.0 NOTES: CNG UNIT FRONT REAR LEFT/RIGHT TOTALS LEFT/RIGHT%'S LEFT 2059.03 4576.97 6636.00 0.521 RIGHT 1987.72 4119.28 6107.00 0.479 FRT / REAR TOTALS 4046.75 8696.25 12743.00 AXLE CAPACITIES 4600 9540 14050 AVAILABLE CAPACITIE1 553.25 843.75 1307.00 HIDDEN FORMULAS ON LINES 40-46 SENATOR 20' 22' 25' 27' 5 28' IUMPER TO BUMPER LENGTH FORD 252" 272" 294" 329" NA CHEW 256" 276" 298" NA 345" USABLE FLOOR LENGTH STREETSIDE FORD 147" 168" 190" 225" NA CHEW 151" 172" 194" NA 237" CURBSIDE 32"ENTRY DOORS 138" 158" 1781/2" 2131/2" 2251/2" 37" ENTRY DOORS 133" 153" 173 1/2" 208 1/2" 220 1/2" CAB AREA FLOOR TO CEILING HEIGHT 81 1/2" 81 1/2" 81 1/2" 81 1/2" 81 1/2" FLOOR TO CEILING HEIGHT AT CENTER AISLE FORD 80 1/2" 80 1/2" 80 1/2" 80 1/2" NA CHEVY 791/4" 791/4" 791/4111 NA 791/4" FLOOR WIDTH AT FLOOR LINE 91 1/2" 91 1/2" 91 1/2" 91 1/2" 91 1/2" INTERIOR WIDTH AT SEAT LEVEL 92 1/2" 92 1/2" 92 1/2" 92 1/2" 92 1/2" AISLE WIDTH(WITH 2-2 SEATING 18" 18" 18" 18" 18" :XTERIOR HEIGHT 114" 114" 114" 114" 114" EXTERIOR WIDTH AT WHEEL FLARE 98" 98" 98" 98" 98" DOUBLE ENTRY DOOR DIMENSIONS HEIGHT FROM FIRST STEP RISER 841/2" 841/2" 841/2" 841/2" 841/2" WIDTH 32" ENTRY DOORS 32" 32" 32" 32" 32" 37" ENTRY DOORS 37" 37" 37" 37" 37" GROUND TO FIRST STEP 11 1/2" 11 1/2" 11 1/2" 11 1/2" 11 1/2" STEP RISER 8 3/8" 8 3/8" 8 3/8" 8 3/8" 8 3/8" TREAD DEPTH 9114, 9 1/4" 9 1/4" 9 1/4" 9 1/4" FLOOR HEIGHT FROM GROUND FRONT 28" 28" 28" 28" 28" REAR 32" 32" 32" 32" 32" FLAT FLOOR DIMENSIONS FLOOR TO CEILING HEIGHT AT CENTER AISLE 75" 75" 75" 75" NA GROUND TO FIRST STEP 12 1/2" 12 1/2" 12 1/2" 12 1/2" NA STEP RISER 7 3/4" 7 3/4" 7 3/4" 7 3/4" NA FLOOR HEIGHT FROM GROUND FRONT 33 3/4" 33 3/4" 33 3/4" 33 3/4" NA REAR 39 1/4" 39 1/4" 39 1/4" 39 1/4" NA 6.0-SPECIFICATIONS 6.1 Equipment bid on this proposal must meet or exceed the following minimum requirements. Any exceptions must be noted and listed on a separate sheet. CUT -A -WAY VAN General: The following specifications describes a one -ton Cut -A -Way van with seating for 12 ambulatory passengers and foldaway seats that allow 4 seated and 3 wheel chair locations along with a wheel chair lift. This unit is to be used by the Cities Dial -A -Ride program. All specifications listed below shall be considered as minimum and are to meet all ADA, State and Federal Transportation Standards. All bids equivalent to or exceeding these specifications shall be considered. A complete and up-to-date manufacturer7 specifications must accompany bid. The vendor that is determined to be the low bidder could be required to do an on -site demo of the unit being bid. ** Responses based on approved equals No. Item Description Meets Spec? 6.2 QUANTITY: Two (2) with an option for eight (8) additional Yes ** vans in the next two years, for a total of up to ten No (10) units. 6.3 GVWR: Minimum 14,050 lb. Plate certified, with enough Yes ** weight capacity to carry 12 passengers plus 1 No driver at an average weight of 175 lbs. 6.4 WHEEL BASE: 158" minimum (factory length, no modifications) Yes ** No 6.5 SUSPENSION: Heavy duty front and rear shocks and sway bars. Yes ** Right side springs shall have additional leafs to No compensate for weight of wheelchair lift to prevent vehicle lean. Add extra main leafs to prevent the suspension from bottoming out against the frame when fully loaded. 6.6 CAB TYPE: Cut -a -way with bus body Yes ** No 6.7 FRAME: Full-length steel channel., truck type, Yes ** lengthening of frame between axles is not No acceptable. 6.8 REAR AXLE & Wide wheel base, truck type single rear axle with Yes ** DIFFERENTIAL: dual rear wheel, gear ratio 4:63 or equal No 5 SrANnEnr, Senator' Bus Speocations TABLE OF CONTENTS Section#1— Floor Construction...........................................................................................................1 Steel Sub Frame and Other Components............................................................................................. I WoodFloor........................................................................................................................................2 FinishedFloor.....................................................................................................................................2 OptionalFlat Floor for Senator...........................................................................................................2 Section#2 — Body Structure.................................................................................................................2 SideWails..........................................................................................................................................2 Roof...................................................................................................................................................3 FrontFiberglass Cap...........................................................................................................................3 RearFiberglass Cap............................................................................................................................4 Fiberglass Side Skirts, Fender Flares, Transition Pieces and Anti Ride................................................4 InteriorRear Wall...............................................................................................................................4 Section #3 — Entry/Exit Door and Door Frame...................................................................................4 DriversDoor.......................................................................................................................................4 Passenger Entry/Exit Door and Supporting Door Frame......................................................................4 Section #4 — Wheel Chair Door and Door Frame................................................................................6 WheelChair Door Frame....................................................................................................................6 Double -out Wheel Chair Doors...........................................................................................................6 Section #5 — Assembly of the Body Components.................................................................................6 Steelportal frame................................................................................................................................6 Steelsub frame parts...........................................................................................................................6 Woodfloor.........................................................................................................................................6 Frontfiberglass cap.............................................................................................................................7 Sidewalls...........................................................................................................................................7 Interiorrear walls................................................................................................................................7 Roof...................................................................................................................................................7 Entry Door Frame and Entry Steps......................................................................................................7 Sealing the Interior Passenger Compartment.......................................................................................7 RearCap.............................................................................................................................................7 Fiberglass side skirts, fender flares, transition pieces and bumper anti ride..........................................7 FinishTrim.........................................................................................................................................7 Section #6 — Other Exterior Features..................................................................................................8 FrontBumper.....................................................................................................................................8 RearBumper.......................................................................................................................................8 ExteriorMirrors..................................................................................................................................8 MudFlaps...........................................................................................................................................8 FuelFill..............................................................................................................................................8 DriveShaft Guards.............................................................................................................................8 HeatShields........................................................................................................................................8 Undercoating......................................................................................................................................8 Section #7 — Interior Finish and Trim.................................................................................................9 InteriorSidewall Finish.......................................................................................................................9 InteriorRear Wall Finish....................................................................................................................9 CapLiner............................................................................................................................................9 UPDATED 7/l/02 I STAOMS"S088W Bus S0e001198S TABLE Of CONTENTS InteriorHeadliner................................................................................................................................9 RearHose Covers...............................................................................................................................9 Finishing the Fiberglass Comnonents..................................................................................................9 FinishedFloor.....................................................................................................................................9 Floorto Wall Transition Trim.............................................................................................................9 EntryDoor Frame Interior................................................................................................................10 Stanchions, Modesty Panels and Assist Hand Rails...........................................................................10 InteriorMirror..................................................................................................................................10 Section #8 — Wheel Chair Securements.............................................................................................10 ATrack............................................................................................................................................10 LTrack.............................................................................................................................................10 Pockets............................................................................................................................................. I I Section#9 — Electrical (Wiring).........................................................................................................I I Wiring.............................................................................................................................................. I 1 Installation and Securement..............................................................................................................11 Connectors........................................................................................................................................ I I Section #10 — Electrical (Distribution & Control Panels...................................................................12 MasterDistribution Panel.................................................................................................................12 Electronic Switch Panel Control.......................................................................................................12 Section#11— Exterior Lighting..........................................................................................................12 FMVSS108 Required Lighting.........................................................................................................12 Section #12 — Interior Lighting..........................................................................................................13 Driver's Courtesy Lights...................................................................................................................13 StepwellEntry Lights.......................................................................................................................13 OverheadCourtesy Lights.................................................................................................................13 Dash Instrumentation Lighting..........................................................................................................13 Section#13 — Seating..........................................................................................................................13 Seating Installation and Securement..................................................................................................13 Section#14— Windows.......................................................................................................................14 DriverWindow.................................................................................................................................14 CurbsideDriver's View Window......................................................................................................14 Passenger Side Windows — Non-Egress............................................................................................14 RearEgress Window........................................................................................................................14 WindowSeals...................................................................................................................................15 Section #15 — Miscellaneous Features................................................................................................15 Warranty...........................................................................................................................................15 UPDATED 7/1/02 II SrANTMWf Senater' Bus Specifications 1. Section #1— Floor Construction I. Steel Sub Frame and Other Components 1. The steel sub frame shall be constructed from the following materials and assembled as follows: a) (4) 10-gauge long sills. The long sills are 4 '/4 ' wide x 1 '/4" high and the length depends on the model of the bus. These long sills are bolted to the OEM frame with grade 8 fine thread bolts and nuts supplied by the chassis manufacturer utilizing OEM rubber mount suspension system This allows the body to be mounted the same as the OEM cab which reduces any stress where the two are connected and helps isolate road vibrations from the body. b) 12-gauge standard cross members welded to long sills. These cross members are a modified "C" 1 ''h" wide x 3" high. The number of cross members depends on the model of the bus. (Ford) (Chevy's floor has 1 '/4" risers as per raised floor). c) 12-gauge rear cross member. This cross member is a modified "L" 2 '/2" wide x 3" high. (Ford) (Chevy = 2 '/2" x 4 '/4") (Raised floor = 2 ''/2" x 8 ''/2"). d) 12-gauge special cross members for behind the rear axle. This cross member is a modified "Z" shape 1 ''/2" wide x 1 '/2" high. (Ford only) e) 12-gauge floor side rails. These rails are designed to attach the sidewalls to the steel floor structure. The sizes range from 4" to 32" wide depending on location and model x 3 5/8" high. (Ford) (Chevy = 4 7/8" high). fl 14-gauge steel floor support tubes. These support tubes are x 1 '/2". The number of the support tubes depends on the model of the bus. These tubes are welded between the cross members to form a grid that ties the steel sub frame together. g) 12-gauge seat track. These tracks are 1 5/8" wide x 7/8" high and the length depends on the model of the bus. These seat tracks are welded every 6" to a 14- gauge steel strip that is 3 '/2" wide and is welded to the cross members. This attachment method assures that the passenger seating meets all applicable FMVSS requirements. h) 12-gauge wheel chair lift support. This support plate is 19" x 55 '/2" and is welded to the cross members under the wheel chair lift area. The support is designed as a secure point for the lift so it becomes an integral part of the steel sub frame. i) Rear wheel wells are constructed of 12-gauge steel. They are designed with a flange that welds under the lip of cross member to create a watertight seal. A flange at wall side also provides improved seal with wall. 2. Steel preparation and treatment. a) Steel sub frame shall be primed and painted after assembly to assure protection from rust and corrosion. UPDATED 7/1/02 1 OF 15 sruntur, Senator' Bus spemcauous Il. Wood Floor 1. The finished wood sub floor shall be a minimum %" thick Marine Tech plywood. The construction of the floor is as follows: a) Top layer is Marine Tech plywood. b) Center layer is '/2" Marine Tech plywood. c) Bottom layer is .019 aluminum vapor barrier. 2. The plywood layers are staggered to produce a seamless one-piece wood floor. The floor parts are assembled using staples and a hot -melt glue/press-roller process. All open cuts are sealed with a moisture barrier to prevent deterioration between layers of the floor. 3. The wood %" laminated floor is then installed on top of the steel sub frame with grade 5 floor bolts. A minimum of (6) six bolts per cross member is standard. 4. The floor track and wheel wells are sealed with an adhesive to prevent leaks. III. Finished Floor 1. Standard floor covering is black, 1/8" thick, transit type smooth rubber with 3/16" ribbed rubber in the entry way and the aisle. Entry steps shall have a white step nosing covering the leading edge of the step riser. IV. Optional Flat Floor for Senator (no wheel wells) *In addition to the floor structure described above an optional flat floor is available. The floor structure is identical except for the following changes: 1. The cross members are raised 5 'h" and are supported by "V" style brackets that are welded to the bottom of the cross member and the top of the long sill. 2. The 12-gauge floor side rail clips depth is increased to 9 1/8" to allow the sidewalls to sit in their standard location. These floors side rail clips have a 4", 12-gauge gusset welded to the backside of the clip and the bottom of the cross member to support the increased depth. 3. ILO the steel wheel wells (above the rear wheels) a flat 4-gauge galvaneal steel plate is welded to the steel sub frame to complete the wheel well area. 4. A 4-step step well is substituted for the standard 3-step. Section #2 — Body Structure I. Side Walls 1. The sidewall structure shall consist of a steel cage and fiberglass laminated together to form a (1) one-piece seamless wall. The assembly and components of the sidewall will be as follows: a) A steel cage that consists of 3/4" x 3/4" 16 gauge and %" x 1 '/2" 14-gauge steel tubing. The steel cage is designed to create a steel grid work that is a part of the total steel structure that surrounds the passenger compartment. In addition to the standard cage described above, the steel cage for Paratransit buses will have (1) one additional 3/4" x 1 'h" horizontal support that is 1" above the window line for wheel chair shoulder harness support. Also at the wheel chair door location (2) two additional 3/4" x 1 '/2" vertical steel wall bows are installed to support the UPDATED 7/1/02 2 OF 15 II. Roof STANTAWr Senater' BUS SPOCHIcatienS wheel chair door frame. This steel cage will then be laminated as a series of material that includes the following: • Exterior surface shall be a gelcoated surface at a 15 to 22 mil thickness. • A layer of resin and fiberglass will be skin coated at a thickness of 60 to 70 mil. The fiberglass content of this layer will be 31 %. • A layer of spray core is then applied at a thickness of 75 to 80 mil. • A second layer of resin and fiberglass will be applied at a thickness of 60 to 70 mil and the fiberglass content of this layer will be 31 %. At the top and bottom of the window line and at track seating location a glass mat is laid in the wet resin. This gives additional strength at key stress points. The steel cage is laid in the wet second layer of resin and fiberglass and %" 21 lbs. Density polyurethane foam is added between the steel cage supports and rolled down flush. • A final layer of resin and fiberglass is then sprayed on top of the steel cage and %" foam. b) While the final coat of resin and fiberglass is still wet the interior surface is applied as a sub assembly. The construction of this interior lining is as follows: • Interior surface shall be gelcoated at a thickness of 15 to 18 mil. • A layer of resin and 10 oz. woven fiberglass mat is then applied to the gelcoat surface. c) The entire assembly is placed in a vacuum press until it is cured. 1. The roof structure shall consist of a steel cage and fiberglass laminated together to form a (1) one-piece seamless roof. The assembly and components of the roof will be as follows: a) A steel cage that consists of %" x %" 16-gauge and'/4" x 1 %2" 14-gauge steel tubing. The steel cage is designed to create a steel grid work. This steel cage along with the sidewall cage completes the steel that surrounds the passenger compartment. This steel cage will then be laminated as a series of material that include the following: • Exterior surface shall be a gelcoated surface at 15 to 22 mil thickness. • A layer of resin and fiberglass will be skin coated at a thickness of 60 to 70 mil. The fiberglass content of this layer will be 31 %. • A second layer of resin and fiberglass will be applied at a thickness of 60 to 70 mil and the fiberglass content of this layer will be 31 %. • The steel cage is laid in the wet second layer of resin and fiberglass and a'/4" wood core is added between the steel cage supports and rolled down flush. b) The entire assembly is placed in a vacuum press until it is cured. c) A final layer of resin and fiberglass is then sprayed on top of the steel cage and %" wood core. III. Front Fiberglass Cap 1. The fiberglass cap is (1) one piece and constructed in the following manner: UPDATED 7/l/02 3 OF 15 STAIITMV Senator' Bus SMOCHiC81ONS a) Exterior surface shall be gelcoated surface at 18 to 24 mil thickness. b) A layer of resin and fiberglass will be skin coated at a thickness of 110 to 120 mil. The fiberglass content of this layer will be 31 %. c) Reinforcements are then installed and glassed in. IV. Rear Fiberglass Cap 1. The fiberglass cap is (1) one piece and constructed in the following manner: a) Exterior surface shall be a gelcoated surface at 18 to 24 mil thickness. b) A layer of resin and fiberglass will be skin coated at a thickness of 110 to 120 mil. The fiberglass content of this layer will be 31%. c) Reinforcements are then installed and glassed in. V. Fiberglass Side Skirts, Fender Flares, Transition Pieces and Anti Ride 1. The fiberglass parts are constructed in the following manner: a) Exterior surface shall be a gelcoated surface at 18 to 24 mil thickness. b) A layer of resin and fiberglass will be skin coated at a thickness of 110 to 120 mil. The fiberglass content of this layer will be 31%. c) Reinforcements are then installed and glassed in. VI. Interior Rear Wall 1. The interior rear wall will be constructed in the following manner, starting with the interior surface and working to the outside: a) Interior surface shall be gelcoated at a thickness of 15 to 18 mil. b) A layer of resin and 10 oz. woven fiberglass mat is then applied to the gelcoat surface. c) A 1/4" x 2" substrate frame is stapled and glued to form a grid work to support and outline the perimeter of the rear wall. Between the horizontal and vertical pieces of the substrate grid work, pieces of 1/4" 21 lb. Density polyurethane foam are installed to create a solid core wall. d) A 1/8" sheet of substrate provides the rear layer. e) The three (3) layers of the rear wall are then assembled using a hot -melt glue/press-roller process. 0 After the wall is installed (2) 12" x 31" gauge steel plates are secured to the rear wall as tapping plates for the shoulder harness for the rear wheelchair positions. Section #3 — Entry/Exit Door and Door Frame I. Drivers Door 6. The driver/operator entry/exit door is provided by the chassis manufacturer. The door will have the following minimum features: a) Keyed door lock. b) (1) One side window that opens manually. Il. Passenger Entry/Exit Door and Supporting Door Frame UPDATED 7/l/02 4 OF 15 sTiums" Souator' Bus SpocNicatious 1. The passenger entry/exit door and its supporting frame will be constructed in the following manner: a) Entry Door Portal Frame The entry door portal frame is a 1 '/2" x 1 '/2" 14-gauge tubular frame that is welded at the bus sub frame, chassis cab floor and fastened with mechanical fasteners at the curbside "A" pillar. The purpose of this frame is to support the entry door frame. 2. Entry Door Frame & Entry Steps a) The entry doorframe consists of 14-gauge galvaneal steel formed to create a perimeter frame, step well and the finished opening for the double -out entry doors. 3. Double -Out Entry Doors a) The double -out entry door is constructed as follows: • 3/4" x %" 16-gauge tubular steel is welded together to form the outer perimeter frame of the doors. In addition to the outer perimeter there will be %" x %" 11-gauge steel tubes welded horizontally for additional support. This steel frame is cleaned, primed, and painted black. • The outer skin of the doors will be'/4" dark tinted Plexiglas and 3/16" tempered safety glass (7'/4" x 36" rated AS-2, 3 1 % tint) that is located in the top half of the doors. This safety glass is secured in the Plexiglas with an automotive style rubber lock seal. This assembly is then fastened to the steel frame with mechanical fasteners. Prior to the skin being fastened to the frame a closed cell foam seal is placed between the Plexiglas and the steel frame to create a weather tight seal between the frame and Plexiglas. • The steel frame and Plexiglas outer edge is then trimmed with an aluminum "L" molding with mechanical fasteners. Before the finished molding goes on a bead of liquid sealer is placed on the surface of the Plexiglas and the edge of the door frame to assure the door is weather proof. • The above door assembly is then installed in the entry door frame by the following method: • There are two (2) 3/4" steel pins. One is located at the top and one at the bottom of the door frame, which creates the pivot points that allow the doors to pivot. The bottom pin is secured into the door frame by a bushing welded to the bottom of the frame. This bushing has a grease fitting so the door pin can be lubricated. The top pin is then fitted into a sealed, self -aligning roller bearing that is located in the door header. The (2) two doors' opening and closing are controlled by a self -aligning control rod with a safety spring. 4. Double -Out Entry Door Opener a) The standard door opener is a "pistol grip door closer" with an over -center positive lock. UPDATED 7/l/02 5 OF 15 STAITIwrienater, Bus specifications Section #4 — Wheel Chair Door and Door Frame (Paratransit Only) L Wheel Chair Door Frame 1. The wheel chair doorframe consists of 14-gauge galvaneal steel formed to create a perimeter frame, lift platform support and finished opening for the double -out doors. II. Double -out Wheel Chair Doors 1. The double -out wheel chair doors are constructed as follows: a) The outer perimeter frame (This fastens to the steel perimeter frame) will be extruded aluminum. This frame is secured by mechanical fasteners. b) Interior door frame is framed with 1 ''/z" x 3/4" substrate. c) Outer skin is .040 smooth aluminum. d) Inner skin is .040 smooth aluminum. e) Interior — 2 lb. density foam *Items b through a are laminated together to form a one-piece solid door. Then the outer door frame is applied (extruded aluminum) and secured with mechanical fasteners. This aluminum frame incorporates the hinges that have .190 steel hinge pins. 2. Seals a) Primary — flexible vinyl bulb seal b) Secondary — semi -rigid vinyl flap seal 3. Latches a) Rear door — 2-point dead bolt latch b) Front door — 3-point dead bolt latch 4. Wheel chair lift doors each have a top mounted, steel check -style, zinc plated door hold open device with 30 lb. springs. 5. Windows - (2) two (one on each door) a) 12" wide x 2l" high b) Total square inches of viewing area (504 sq. in.) c) Tempered safety glass rating AS-3 d) They have a 31% tint Section #5 — Assembly of the Body Components I. The bus body will be assembled in the following manner to create a body with the following features: 1. Steel portal frame (as described in section #3) is welded and bolted to the chassis so this assembly becomes an integral part of the OEM chassis. 2. Steel sub frame parts (as described in Section #1) are welded together in welding fixture. This sub frame assembly is then mounted on the OEM chassis utilizing the OEM rubber puck mounting system. After the complete assembly is installed all steel parts are repainted. 3. Wood floor (as described in Section #1) is then installed. A closed -cell rubber seal is then applied to the edge of the plywood floors, so when the sidewall is set this seal will close any gap between the floor and sidewall, creating a weather proof passenger compartment. UPDATED 7/1/02 6 OF 15 STNIMf Senate"' Bus SINUMcadlenS 4. Front fiberglass cap (as described in Section #2) is secured to the OEM chassis utilizing mechanical fasteners and a butyl rubber seal between the chassis and the flange on the front cap to create a weather proof seal. 5. Side walls (as described in Section #2) are then installed securing them to the steel sub frame and portal frame with mechanical fasteners. 6. Interior rear walls (as described in Section #2) is then installed and attached to the rear cross member and sidewalls, utilizing mechanical fasteners. 7. Roof (as described in Section #2) is then installed and attached to the front cap, sidewalls and rear interior wall, utilizing mechanical fasteners in conjunction with steel reinforcing attachment strips. 8. Entry Door Frame and Entry Steps (as described in Section #3) is installed and attached to the portal frame utilizing mechanical fasteners and butyl rubber seal. The double -out doors are then installed to complete the main body structure. 9. Sealing the Interior Passenger Compartment — After the body is assembled a liquid sealer is applied to the seams at the floor line and interior rear wall. This sealing is in addition to sealing the interior after the final trim pieces are applied. *The above (9) nine items complete the steel/fiberglass composite combination body structure that has a minimum of body seams, no exposed fasteners, is resistant to impact, "body shock" (OEM rubber mounting system), oxidation finish, and is non -corrosive. *This body structure completes the passenger compartment that fully meets FMVSS 220 & 221 requirements. The remaining components described below are not an integral part of the body structure, but are designed for weather protection and/or cosmetic components. 10. Rear Cap (as described in Section #2) is installed over the rear interior wall with a butyl rubber seal between the sidewalls, roof and the rear cap flange with mechanical fasteners to create a weather proof seal. 11. Fiberglass side skirts, fender flares, transition pieces and bumper anti ride (as described in Section #2) are installed as follows: a) The fiberglass transition pieces are installed with mechanical fasteners and sealed with butyl rubber on the inside and an automotive caulk on the exterior. b) The fiberglass side skirts are attached through the horizontal steel tubes in the side walls with mechanical fasteners. c) The fiberglass fender flares are fastened to the horizontal steel tubes in the sidewalls and the fiberglass side skirts with mechanical fasteners. d) The fiberglass bumper anti ride is then fastened onto the rear cap with mechanical fasteners into steel located in the steel sub frame. 12. Finish Trim a) After all the above components are installed an aluminum trim is attached and secured with mechanical fasteners into the steel structure wherever there is a body seam. The aluminum trim is covered with a vinyl covering and sealed with an automotive -type body sealer to assure the body is completely weather proof. UPDATED 7/l/02 7 OF 15 STAl3TMS" Senator' Bus SPUMOUS Section #6 — Other Exterior Features I. Front Bumper 1. The front bumper will be provided by the chassis manufacturer. a) Ford Motor Co. b) Chevrolet II. Rear Bumper 1. The rear wrap -around bumper with anti ride is to be constructed of 10-gauge steel. The bumper is covered with black powder coating. 2. The bumper assembly is then supported with (2) two 12-gauge formed 1 'h" x 4" bumper supports that are welded to steel "C" channel and bolted to the chassis frame. I1I. Exterior Mirrors 1. There shall be (2) two 6 '/2" x 9 '/z" mirrors with four-way adjustment and (2) two 5 Y2" convex mirrors mounted to rectangular mirrors. The mirror on the driver's side will be located on the driver's entry/exit door and the curbside mirror will be located on the curbside front fender. The mirror arms will be secured to the drivers door and front fender with Y4" aluminum mirror mollies and stainless bolts. The mirror brackets and mirror heads will be brushed stainless steel. IV. Mud Flaps 1. There shall be (4) four'/4" thick mud flaps, two front and two rear. The rear mud flaps are constructed of black thermoset plastic and are fastened into a steel support that is a part of the steel sub frame with mechanical fasteners. The front mud flaps are constructed from 1/8" smooth rubber. V. Fuel Fill 1. A fiberglass fuel fill shall be recessed into the body on the driver's side so the OEM fuel fill pipe and fuel cap does not protrude beyond the body sides. VI. Drive Shaft Guards 1. A minimum of (2) two drive shaft guards will be installed, (1) one for each section of the drive shaft. These guards will be a minimum of 12-gauge steel and 2" wide. The guards will be welded to the chassis steel sub frame. VII. Heat Shields (Exhaust) 1. All chassis will be equipped with heat shields over the exhaust pipe and muffler if the clearance is less than 5" from the bottom of vapor barrier on the plywood floor. The heat shield shall consist of .040 aluminum that is fastened to the bottom of the sub frame cross members with mechanical fasteners. VIIL Undercoating 1. The entire underside of the bus shall be undercoated with Z-Tech (ZPG20060B), meeting all MIL specs C-62218A, except the areas directly above the chassis exhaust pipe, muffler and tailpipe. (12" from exhaust pipe and 2" from fuel tank) UPDATED 7/1/02 8 OF 15 No. Item Description Meets Spec? 6.9 ENGINE: 6.8 L (410 CID) V10 dedicated CNG Yes ** Engine oil cooler No Heavy duty air cleaner Engine block heater 6.10 TRANSMISSION: 4 speed automatic with extemal transmission Yes ** cooler -include park brake interlock to prevent No shifting into gear until the park brake pedal is released 6.11 DRIVE SHAFT: All sections guarded to prevent striking of floor or Yes ** ground in the event of a failure No 6.12 GAUGES: Fuel Yes ** Voltmeter No Water Temperature Oil Pressure Speedometer with Odometer Warning light in lieu of gauges not acceptable 6.13 BRAKES: Heavy duty power disc front and rear, Emergency Yes ** brake with warning light No 6.14 STEERING: Power Yes ** No 6.15 WHEELS: Seven (7) white steel disc Yes ** No 6.16 TIRES: Seven (7) all weather Yes ** 8 ply steel belted radials No 6.17 COOLING Heaviest duty radiator available Yes ** SYSTEM: Clutch type fan No Anti -freeze to -34 degrees F 6.18 BATTERY: One (1) 8D battery installed on a heavy duty roller Yes ** tray in an enclosed box No 1155 cold cranking amps 6.19 ALTERNATOR: 130 amp minimum OEM installed Yes ** No 6.20 FUEL TANK: - 60 gallon CNG minimum, full at time of delivery Yes ** No 6.21 BUMPERS: Heavy-duty front and energy absorbing "HELP" Yes ** bumpers on the rear No 9 STi�ITMWr Senate' INS SpeeinMONS Section #7 — Interior Finish and Trim I. Interior Sidewall Finish 1. See Section #2, Item I, subsection A, g for details. II. Interior Rear Wall Finish 1. See Section #2, Item VI for details. III. Cap Liner (Cab Area) 1. The one piece cab headliner shall be constructed and installed in the following manner: a) Exterior surface shall be a gelcoated surface at 15 to 22 mil thickness. b) A layer of resin and fiberglass will be skin coated at a thickness of 60 to 70 mil. The fiberglass content of this layer will be 31 %. c) Prior to installing the headliner, a 1 %" thick fiberglass insulation will be installed between the exterior front cap and the interior cab liner. d) The headliner is then fastened to the 3/4" thick x 4" wide substrate strips with mechanical fasteners that have been secured to the underside of the exterior front cap. IV. Interior Headliner (Passenger Compartment) 1. The one piece cab headliner shall be constructed and installed in the following manner: a) Exterior surface shall be a gelcoated surface at 15 to 22 mil thickness. b) A layer of resin and fiberglass will be skin coated at a thickness of 60 to 70 mil. The fiberglass content of this layer will be 31 %. c) he headliner is then fastened to the 3/4" thick x 4" wide substrate with mechanical fasteners that have been secured to the underside of the roof. V. Rear Hose Covers 1. The one piece vertical rear hose covers shall be constructed of fiberglass. VI. Finishing the Fiberglass Components 1. After all the above components are installed an aluminum trim is attached with mechanical fasteners into the steel structure wherever there is a fiberglass seam. The aluminum trim is covered with a vinyl covering and sealed with an automotive -type body sealer to assure the interior is sealed and easy to maintain. VII. Finished Floor 1. See Section #1, Item III for details. VIII. Floor to Wall Transition Trim 1. A high impact ABS plastic trim piece will be installed to trim the area between the finished floor and the sidewall. Over the wheel wells there will be a molded piece that follows the wheel well contour of the same material. UPDATED 7/l/02 9 OF 15 STAIIMYS" Senater' Bus SpeciBcatieas 2. A, B Pillar, Drivers Door Header and Windshield Header Trim 3. A rotocast plastic trim will be installed to cover the unfinished area of the OEM chassis. IX. Entry Door Frame Interior 1. The entry door frame will be trimmed with a padded vinyl cover substrate that will match the color of the cab area. X. Stanchions, Modesty Panels and Assist Hand Rails 1. There shall be (2) two vertical 1 1/4" OD stainless steel stanchion poles constructed in the following manner: a) Behind the driver's seat — A vertical stanchion will run from floor to ceiling with a horizontal stanchion secured to the wall and vertical stanchion. All fittings and fasteners will be stainless steel. The fasteners are a clad type with no exposed threads. b) Behind the entry door — A vertical stanchion will run from floor to ceiling with a modesty panel attached to the stanchion frame of the entry door. All fittings and fasteners will be stainless steel. The fasteners are clad type with no exposed threads. The modesty will be constructed as follows: c) The modesty panel will be rectangular in shape and be constructed from a'/<" substrate and covered with a white Formica finish. The edge of the panel shall be covered with a color -coordinated plastic edge around the entire perimeter. 2. Assist hand rail — As standard (1) one assist hand rail attached to the vertical stanchion behind the entry door and constructed of the same material will be installed in the entry step area for safety and to assist entering and exiting the bus. XI. Interior Mirror 1. A 2 '/2" x 9" fully adjustable mirror located in the top center portion of the windshield shall be supplied by the chassis manufacturer. In addition, a 6" x 9" mirror with a full range adjustment is located above the driver's seat on the interior front cab liner for viewing the passenger area. Section #8 — Wheel Chair Securements I. A Track 1. A track shall be mounted and bolted through the floor with 5/16" grade 8 torx bolts. A rotocast molded plastic piece will be installed over the A track to trim and create a smooth ramp around the track. The track will protrude less than'/z" above the finished floor. II. L Track 1. L track shall be mounted in 10" pieces and bolted through the floor with 5/16'grade 8 torx bolts. A plastic piece will be installed under the L-track to trim and create a smooth lip around the track. The track will be flush with the finished floor. UPDATED 7/ 1 /02 10 OF 15 III. Pockets I. Wiring STAMMVr Senator' INS SpecinMUORS 1. The pockets shall be mounted flush and bolted through the floor with 3/8" grade 8 bolts, nuts and 2 '/2" diameter washers. The pockets will be flush with the finished floor. Section #9 — Electrical (Wiring) 1. All wiring added by the final stage manufacturer will meet one of the following standards: a) SAE Specification J1128-SXL high temperature wire (8 to 14-gauge) b) SAE Specification J1128-GXL high temperature wire (8 to 14-gauge) c) SAE Specification J1128-SGX high temperature wire (Battery cable) 2. In addition to the above specifications, all wiring will be color -coded, number and function designated every 12" to enable identification and circuit trace ability. II. Installation and Securement 1. All wiring under body or under hood shall be protected with a high temperature (minimum 125 degrees) nylon convoluted tubing and shall be secured by one of the following methods: a) High temperature heavy gauge wire ties. b) Insulated rubber coated P clamps. 2. In addition to the above requirements all wiring shall be routed no closer than'/4" from any sharp edge or a minimum of 4" away from any heat source. 3. No wiring will be routed through wheel well unless protected by a metal shield and convoluted tubing. 4. A minimum of 1 11/2" clearance shall be maintained between any wiring and the engine to compensate for engine roll. 5. No wiring shall be secured to brake or fuel lines. III. Connectors 1. All wiring shall be connected in the under body or under hood area by one of the following connectors or methods: a) Sealable insulated eyelet b) Sealable insulated butt connector. c) Sealable insulated quick disconnect. d) Sealable insulated ring connector. 2. Where it is not possible to install a sealable insulated electrical connector in the under hood or under body area the insulated connector shall be protected by heat shrink tubing with a sealable glue inside. 3. The remaining wiring located inside the bus will connected by one of the following connectors: a) Standard insulated eyelet. b) Standard insulated butt connector. c) Standard insulated quick disconnect. d) Standard insulated ring connector. UPDATED 7/l/02 11 OF 15 STNTRA f Senator°' Bus Specrtications 4. Gauge of Wire a) All wiring will be sized to carry the electrical load required. Listed below is a sample of wiring gauges required for different amp requirements: AWG Maximum Amperage #2 200 amps #4 400 amps #12 20 amps #14 15 amps Section #10 — Electrical (Distribution & Control Panels) I. Master Distribution Panel 1. A master distribution panel shall be installed in an aluminum cabinet located by the front entry door. This panel shall be powered by a #2 cable that is connected to a solenoid located under the hood. This solenoid will be activated when the ignition is turned on. The function of this panel is to supply all power to the bus except those functions related to the OEM chassis. These circuits will be protected by automatic circuit breakers. 2. In addition to the power supplied by the ignition hot solenoid circuit, there will be (2) two circuits in the panel that are battery hot, protected by in -line fuses. These circuits are for the chassis radio and electric door operator. II. Electronic Switch Panel Control 1. A switch panel will be located within easy access of the driver to control all the functions necessary to operate the bus as specified except the OEM chassis functions. The following switches and gauges will be provided as standard: a) Switch for overhead courtesy lights b) Voltmeter 2. The following switches will be provided when the following options are ordered: a) Switch for individual reading lights b) Air conditioning controls c) Rear heater controls d) Electric entry door control e) Destination signs 0 Any other electrical devices requiring a switch. Section #11— Exterior Lighting I. FMVSS 108 Required Lighting *The following lights will be installed that will meet FMVSS 108 (Lamps, reflective devices and/or associated equipment): 1. Identification lamps — recessed into the body a) (3) Amber rectangular lights centered in front fiberglass cap. b) (3) Red rectangular lights centered in the rear cap. 2. Clearance lamps — recessed into the body a) (2) Amber rectangular lights, one located on each outer edge of the front cap. UPDATED 7/1/02 12 OF 15 amTIFi rsenator Bus specifications b) (2) Red rectangular lights, one located on each outer edge of the rear cap. 3. Side Marker Lights a) (2) Red rectangular lights, one on each side just in front of the rear cap in line with the rear red clearance lights. 4. Stop lamps, Tail lamps, Turn signal lamps, and Backup lamps a) (3) 4" round light assemblies that contain the above lamps will be recessed in the rear cap. 5. License Plate Light a) One (1) chrome plated license plate light will be recessed in the rear cap on the driver's side. In addition to the light there will be space provided for the license plate in the recessed area. *These lights are supplied by the chassis manufacturer. 1. Head lights and Chassis front turn lights 2. Hazard flashers *The chassis system is then tied into the bus system by the final stage manufacturer Section #12 — Interior Lighting I. Driver's Courtesy Lights 1. A driver's courtesy light shall be installed just above the driver's left shoulder. The light shall be activated by one of the following methods: a) Opening the driver's door. b) Turning the headlight switch counter -clockwise. II. Step Well Entry Lights 1. Two 2" flush mount step well lights will be provided, one on each side of the entry step well. These lights will be activated when the double -out entry doors are opened. III. Overhead Courtesy Lights 1. Six overhead courtesy lights will be installed in the ceiling of the bus to provide lighting for safe passenger movement. The lighting will be activated by one of the following methods: a) Turning on the switch in the driver's console. b) Opening the double -out entry door. IV. Dash Instrumentation Lighting 1. Dash instrumentation lighting will be provided by the chassis manufacturer and will be activated by the headlight switch. Section #13 — Seating I. Seating Installation and Securement *All seating shall be secured in a 1 5/8" wide Unistrut channel seat track. This track will be secured to the bus in the following manner: 1. Floor Track (meets FMVSS 207 & 210) UPDATED 7/l/02 13 OF 15 SrAff=#rsenater Bus speocauens a) A 3 '/z" wide 14 gauge steel plate will be welded to the bus steel sub frame. The Unistrut channel is then welded to the steel plate, which ties the steel track into the bus sub frame. b) The pedestal of the seat frame is then bolted to the Unistrut channel with two 7/16" grade 8 bolts, threaded into two 1 '/4" x 7/16" hardened channel nuts. 2. Wall Track (meets FMVSS 207 & 210) a) The Unistrut channel is monobolted every 12" with bolts to a 1 ''/z" x 1/4" 14- gauge steel tube that is built into the wall at the seat track height. b) The seat frame is bolted to the seat channel with two 7/16" grade 8 bolts, threaded into two 1 '/4" x 7/16" hardened channel nuts. 3. Driver Seat (meets FMVSS 207 & 210) a) The driver seat pedestal is mounted in the holes provided by the OEM. The seat is a high back recliner with no arms. Section #14 — Windows I. Driver Window (meets FMVSS 205 & 217) 1. One window will be provided by the OEM at the driver's position. This window will roll down manually. II. Curbside Driver's View Window (meets FMVSS 205 & 217) 1. Curbside driver's view window will be located in front of the curbside entry door. The size specifications are as follows: a) The window is 40" high x 13 ''/2" at widest point (x 12" at the bottom). The top 1/3 is angled to fit the contour of the cab. b) Total square inches of viewing area (425 sq. in.) c) Tempered safety glass rating is AS-2. d) Shall have a 31 % tint. III. Passenger Side Windows — Non -Egress (meet FMVSS 205 & 217) 1. The number of windows will depend on the model of the bus. The sizes and window specifications are as follows: a) 34" high x 24" wide double "T-slider" ventilation type. The top 7" is designed to be opened by sliding either front or rear 6" sections toward the center. The window is maintained in the closed position by mechanical latches. b) Total square inches of viewing area (816 sq. in.) c) Tempered safety glass rating is AS-3. d) Shall have a 31% tint. IV. Rear Egress Window (meet FMVSS 205 & 217) 1. There will be one egress window. The window is designed to be opened in an emergency situation by releasing two clearly marked red release latches located on each side of the window. There will be operating instructions located at and on each egress window. The sizes and window specifications are as follows: a) 22" high x 58" wide b) Total square inches of viewing area (1,276 sq. in.) UPDATED 7/l/02 14 OF 15 STi NS"Senatoir' Bus Specffiications c) Tempered safety glass rating is AS-3. d) Shall have a 31% tint. V. Window Seals 1. The windows will be sealed between the body and window frame with 3/8" deep x 'h" wide "D" style closed cell automotive rubber seal. Section #15 — Miscellaneous Features I. Exterior Paint 1. Paint packages are optional. The paint shall be Dupont. Il. Warranty 1. The warranty policy is as follows: a) General warranty— 12 months/12,000 miles. b) Body warranty — 5 year and/or 75,000 miles. UPDATED 7/l/02 15 OF 15