Loading...
HomeMy WebLinkAboutRFP - 8446 TRANSFORT BUS PROCUREMENT (3)City of Fort Collins Transfort Request for Proposal RFP # 8446 Transfort Bus Procurement OPENING DATE: February 24, 2016 at 3:00 PM MST (our clock) I Table of Contents SECTION 1: NOTICE OF REQUEST FOR PROPOSALS ................................................ 1 NR 1. Description of the Work to be Done ............................................................ 1 NR 2. Obtaining Proposal Documents ................................................................... 1 NR 3. Proposal Due Date and Submittal Requirements ............................................ 1 NR 4. Validity of Proposals ................................................................................. 2 NR 5. Pre-Proposal Meeting Information ............................................................... 2 NR 6. Identification of Source of Funding ............................................................ 2 SECTION 2: INSTRUCTIONS TO PROPOSERS ......................................................... 3 IP 1. Quantities ................................................................................................ 3 IP 2. Proposed Schedule for the Procurement ........................................................ 3 IP 3. Obtaining Proposal Documents .................................................................... 3 IP 4. Pre-Proposal Meeting/Information for Proposers ............................................. 3 IP 5. Questions, Clarifications and Omissions ........................................................ 4 IP 6. Addenda to RFP ......................................................................................... 4 IP 7. DBE Requirements for Transit Vehicle Manufacturers ...................................... 5 IP 8. Buy America Certification ............................................................................ 5 IP 9. Conditions, Exceptions, Reservations or Understandings .................................. 6 IP 10. Protest Procedures ................................................................................... 6 IP 10.1 Address ............................................................................................... 6 IP 10.2 Bid Protest Procedures .......................................................................... 7 IP 10.3 FTA Review .......................................................................................... 8 IP 11. Preparation of Proposals ........................................................................... 8 IP 11.1 Use of Proposal Forms ........................................................................... 8 IP 11.2 Proposal Format Requirements ............................................................... 8 IP 11.3 Agency Treatment of Proprietary/Confidential Information ........................ 11 IP 11.4 Signing of Proposal Forms ..................................................................... 11 IP 11.5 Modification or Withdrawal of Proposals ................................................... 12 IP 11.6 Ownership and Cost of Proposal Development .......................................... 12 IP 12. Proposal Evaluation, Negotiation and Selection ............................................ 12 IP 12.1 Confidentiality of Proposals ................................................................... 13 IP 12.2 Duration of the Validity of Proposals ....................................................... 13 IP 12.3 CFC-Transfort Proposal Evaluation Committee .......................................... 13 IP 12.4 Review of Proposals for Responsiveness .................................................. 13 IP 12.5 Proposal Selection Process .................................................................... 13 IP 12.6 Evaluation Procedures .......................................................................... 18 IP 12.7 Evaluations of Competitive Proposals ...................................................... 19 IP 13. Response to Proposals ............................................................................. 21 IP 13.1 Single Proposal Response ...................................................................... 21 IP 13.2 Availability of Funds ............................................................................. 21 IP 13.3 Agency Rights ..................................................................................... 21 IP 13.4 Execution of Contract ........................................................................... 22 IP 14. Conflicts of Interests and Gratuities ........................................................... 22 SECTION 3: GENERAL CONDITIONS .................................................................... 23 RFP 8446 Transfort Bus Procurement II GC 1. Definitions ............................................................................................. 23 GC 2. Materials and Workmanship ...................................................................... 24 GC 3. Conformance with Specifications and Drawings ............................................ 24 GC 4. Inspection, Testing and Acceptance ........................................................... 25 GC 4.1 General .............................................................................................. 25 GC 4.2 Risk of Loss ......................................................................................... 25 GC 5. Title and Warranty of Title ........................................................................ 25 GC 6. Intellectual Property Warranty .................................................................. 26 GC 7. Data Rights ............................................................................................ 26 GC 7.1 Proprietary Rights/Rights in Data ............................................................ 26 GC 7.2 Access to Onboard Operational Data ....................................................... 27 GC 8. Changes ................................................................................................ 27 GC 8.1 Contractor Changes .............................................................................. 27 GC 8.2 Agency Changes .................................................................................. 27 GC 9. Legal Clauses ......................................................................................... 27 GC 9.1 Indemnification .................................................................................... 27 GC 9.2 Suspension of Work .............................................................................. 28 GC 9.3 Excusable Delays/Force Majeure ............................................................ 28 GC 9.4 Termination ........................................................................................ 29 GC 9.5 Compliance with Laws and Regulations ................................................... 31 GC 9.6 Changes of Law ................................................................................... 32 GC 9.7 Governing Law and Choice of Forum ....................................................... 32 GC 9.8 Disputes ............................................................................................. 32 GC 9.9 Maintenance of Records; Access by Agency; Right to Audit Records ............ 33 GC 9.10 Confidential Information ...................................................................... 34 GC 9.11 Conflicts of Interest, Gratuities ............................................................. 34 GC 9.12 General Nondiscrimination Clause ......................................................... 34 GC 9.13 Amendment and Waiver ...................................................................... 34 GC 9.14 Remedies Not Exclusive ...................................................................... 35 GC 9.15 Counterparts ..................................................................................... 35 GC 9.16 Severability ....................................................................................... 35 GC 9.17 Third-Party Beneficiaries ..................................................................... 35 GC 9.18 Assignment of Contract ....................................................................... 35 GC 9.19 Independent Parties ........................................................................... 35 GC 9.20 Survival ............................................................................................ 35 GC 10. City of Fort Collins-Specific Provisions ...................................................... 36 SECTION 4: SPECIAL PROVISIONS ...................................................................... 38 SP 1. Inspection, Tests and Repairs .................................................................... 38 SP 1.1 Repair Performance .............................................................................. 38 SP 1.2 First Article Inspection – Production ........................................................ 39 SP 1.3 Post-Delivery Tests ............................................................................... 39 SP 1.4 Repairs after Non-Acceptance ................................................................. 39 SP 2. Deliveries ............................................................................................... 39 SP 2.1 Bus Delivery ........................................................................................ 39 SP 2.2 Delivery Schedule ................................................................................. 40 SP 2.3 Contract Deliverables ............................................................................ 40 SP 3. Options and Option Pricing ........................................................................ 50 SP 4. Assignability of Options ............................................................................ 50 RFP 8446 Transfort Bus Procurement III SP 5. Payment ................................................................................................ 50 SP 5.1 Payment Terms .................................................................................... 51 SP 5.2 Payment of Taxes ................................................................................. 51 SP 6. Liquidated Damages for Late Delivery of the Bus.......................................... 51 SP 7. Service and Parts .................................................................................... 52 SP 7.1 Contractor Service and Parts Support ...................................................... 52 SP 7.2 Documentation..................................................................................... 52 SP 7.3 Parts Availability Guarantee ................................................................... 52 SP 7.4 CFC-Transfort - Furnished Property ......................................................... 53 SP 8. Federal Motor Vehicle Safety Standards (FMVSS) ......................................... 53 SP 9. Insurance ............................................................................................... 54 SP 10. Sustainability ........................................................................................ 55 SECTION 5: FEDERAL REQUIRED AND OTHER MODEL CONTRACT CLAUSES .............. 56 FR 1. No Government Obligation to Third Parties .................................................. 56 FR 2. Program Fraud and False or Fraudulent Statements or Related Acts. ............... 56 FR 3. Access to Records and Reports .................................................................. 56 FR 4. Federal Changes ..................................................................................... 57 FR 5. Termination ............................................................................................ 58 FR 6. Civil Rights Requirements ......................................................................... 59 FR 7. Disadvantaged Business Enterprise (DBE) ................................................... 60 FR 8. Incorporation of Federal Transit Administration (FTA) Terms .......................... 61 FR 9. Government-Wide Debarment and Suspension (Nonprocurement) .................. 61 FR 10. Buy America ......................................................................................... 62 FR 11. Breaches and Dispute Resolution ............................................................. 63 FR 12. Lobbying .............................................................................................. 64 FR 13. Clean Air .............................................................................................. 65 FR 14. Clean Water Requirements ...................................................................... 66 FR 15. Cargo Preference Requirements ............................................................... 66 FR 16. Fly America Requirements ....................................................................... 66 FR 17. Contract Work Hours and Safety Standards Act .......................................... 66 FR 18. Energy Conservation Requirements .......................................................... 68 FR 19. Recycled Products .................................................................................. 68 FR 20. Conformance with ITS National Architecture .............................................. 68 FR 21. ADA Access ........................................................................................... 68 FR 22. Bus Testing ........................................................................................... 68 FR 23. Pre-Award and Post Delivery Audits Requirements ...................................... 69 FR 24. City of Fort Collins Bid Protest Procedures ................................................. 70 SECTION 6: TECHNICAL SPECIFICATIONS ............................................................ 72 GENERAL ......................................................................................................... 72 TS 1. Scope .................................................................................................... 72 TS 2. Definitions .............................................................................................. 72 TS 3. Referenced Publications ............................................................................ 78 TS 4. Legal Requirements ................................................................................. 78 TS 5. Overall Requirements ............................................................................... 78 TS 5.1 Weight ................................................................................................ 79 TS 5.2 Capacity .............................................................................................. 79 TS 5.3 Service Life .......................................................................................... 79 TS 5.4 Maintenance and Inspection ................................................................... 79 RFP 8446 Transfort Bus Procurement IV TS 5.5 Interchangeability ................................................................................. 79 TS 5.6 Training ............................................................................................... 80 TS 5.7 Operating Environment .......................................................................... 81 TS 5.8 Noise .................................................................................................. 81 TS 5.9 Fire Safety ........................................................................................... 82 TS 5.10 Fire Suppression ................................................................................. 82 TS 5.11 Respect for the Environment ................................................................. 82 DIMENSIONS ................................................................................................... 83 TS 6. Physical Size ........................................................................................... 83 TS 6.1 Bus Length .......................................................................................... 84 TS 6.2 Bus Width ............................................................................................ 84 TS 6.3 Bus Height ........................................................................................... 84 TS 6.4 Step Height .......................................................................................... 84 TS 6.5 Underbody Clearance ............................................................................ 84 TS 6.6 Ramp Clearances.................................................................................. 84 TS 6.7 Ground Clearance ................................................................................. 85 TS 6.8 Floor Height ......................................................................................... 85 TS 6.9 Interior Headroom ................................................................................ 86 VEHICLE PERFORMANCE .................................................................................... 86 TS 7. Power Requirements ................................................................................ 86 TS 7.1 Top Speed ........................................................................................... 86 TS 7.2 Gradability .......................................................................................... 86 TS 7.3 Acceleration ......................................................................................... 86 TS 7.4 Operating Range ................................................................................... 87 TS 8. Fuel Economy (Design Operating Profile) ..................................................... 87 POWERPLANT ................................................................................................... 87 TS 9. Engine ................................................................................................... 87 TS 9.1 Engine (CNG) ....................................................................................... 89 TS 10. Cooling Systems .................................................................................... 89 TS 10.1 Engine Cooling .................................................................................... 89 TS 10.2 Charge Air Cooling .............................................................................. 90 TS 10.3 Transmission Cooling ........................................................................... 90 TS 11. Transmission (Conventional Powertrain) .................................................... 91 TS 12. Retarder (Transit Bus) ............................................................................ 91 TS 13. Mounting .............................................................................................. 92 TS 13.1 Service .............................................................................................. 92 TS 13.2 Spare Power Plant ............................................................................... 93 TS 14. Hydraulic Systems ................................................................................. 93 TS 14.1 Fluid Lines .......................................................................................... 93 TS 14.2 Fittings and Clamps ............................................................................. 93 TS 14.3 Charge Air Piping ................................................................................ 94 TS 15. Radiator ............................................................................................... 94 TS 16. Oil and Hydraulic Lines ........................................................................... 94 TS 17. Fuel ..................................................................................................... 95 TS 17.1 Fuel Lines .......................................................................................... 95 TS 17.2 Design and Construction ...................................................................... 96 TS 18. Emissions and Exhaust ........................................................................... 98 TS 18.1 Exhaust Emissions ............................................................................... 98 RFP 8446 Transfort Bus Procurement V TS 18.2 Exhaust System .................................................................................. 98 TS 18.3 Exhaust Aftertreatment ........................................................................ 98 STRUCTURE ..................................................................................................... 99 TS 19. General ................................................................................................ 99 TS 19.1 Design ............................................................................................... 99 TS 20. Altoona Testing...................................................................................... 99 TS 20.1 Structural Validation ............................................................................ 99 TS 21. Distortion.............................................................................................. 99 TS 22. Resonance and Vibration ......................................................................... 99 TS 22.1 Engine Compartment Bulkheads ............................................................ 99 TS 22.2 Crashworthiness (Transit Bus) ............................................................. 100 TS 23. Corrosion ............................................................................................ 100 TS 24. Towing ............................................................................................... 101 TS 25. Jacking ............................................................................................... 101 TS 26. Hoisting .............................................................................................. 102 TS 27. Floor .................................................................................................. 102 TS 27.1 Design (Transit Bus) .......................................................................... 102 TS 27.2 Strength .......................................................................................... 103 TS 27.3 Construction ..................................................................................... 103 TS 28. Platforms ............................................................................................ 103 TS 28.1 Driver’s Area .................................................................................... 103 TS 28.2 Driver’s Platform ............................................................................... 104 TS 28.3 Farebox ........................................................................................... 104 TS 28.4 Rear Step Area to Rear Area (Transit Bus) ............................................ 105 TS 29. Wheel Housing .................................................................................... 105 TS 29.1 Design and Construction .................................................................... 105 TS 29.2 Design and Construction (Transit Bus) .................................................. 105 CHASSIS ....................................................................................................... 106 TS 30. Suspension ......................................................................................... 106 TS 30.1 General Requirements ....................................................................... 106 TS 30.2 Alignment ........................................................................................ 106 TS 30.3 Springs and Shock Absorbers .............................................................. 106 TS 31. Wheels and Tires ................................................................................. 107 TS 31.1 Wheels ............................................................................................ 107 TS 31.2 Tires ............................................................................................... 108 TS 32. Steering ............................................................................................. 108 TS 32.1 Steering Axle (Transit Bus) ................................................................. 108 TS 32.2 Steering Wheel ................................................................................. 108 TS 33. Drive Axle ........................................................................................... 110 TS 33.1 Non-Drive Axle ................................................................................. 110 TS 34. Turning Radius .................................................................................... 110 TS 35. Brakes ............................................................................................... 112 TS 35.1 Service Brake ................................................................................... 112 TS 35.2 Actuation ......................................................................................... 112 TS 35.3 Friction Material ................................................................................ 112 TS 35.4 Hubs and Drums/Discs ....................................................................... 113 TS 35.5 Parking/Emergency Brake................................................................... 113 TS 36. Interlocks (Transit Bus) ........................................................................ 113 RFP 8446 Transfort Bus Procurement VI TS 36.1 Passenger Door Interlocks .................................................................. 113 TS 37. Pneumatic System ............................................................................... 114 TS 37.1 General ........................................................................................... 114 TS 37.2 Air Compressor ................................................................................. 114 TS 37.3 Air Lines and Fittings ......................................................................... 114 TS 37.4 Air Reservoirs ................................................................................... 115 TS 37.5 Air System Dryer .............................................................................. 115 ELECTRICAL, ELECTRONIC AND DATA COMMUNICATION SYSTEMS ........................ 116 TS 38. Overview ............................................................................................ 116 TS 38.1 Modular Design ................................................................................. 117 TS 39. Environmental and Mounting Requirements .............................................. 117 TS 39.1 Hardware Mounting ........................................................................... 117 TS 40. General Electrical Requirements ............................................................. 118 TS 40.1 Batteries .......................................................................................... 118 TS 40.2 Grounds .......................................................................................... 120 TS 40.3 Low Voltage/Low Current Wiring and Terminals ..................................... 121 TS 40.4 Electrical Components ........................................................................ 122 TS 40.5 Electrical Compartments ..................................................................... 122 TS 41. General Electronic Requirements............................................................ 122 TS 41.1 Wiring and Terminals ......................................................................... 123 TS 42. Multiplexing ........................................................................................ 124 TS 42.1 General ........................................................................................... 124 TS 42.2 System Configuration ........................................................................ 124 TS 43. Data Communications ........................................................................... 124 TS 43.1 General ........................................................................................... 124 TS 43.2 Drivetrain Level ................................................................................ 125 TS 43.3 Multiplex Level .................................................................................. 125 TS 43.4 Electronic Noise Control ..................................................................... 126 DRIVER PROVISIONS, CONTROLS AND INSTRUMENTATION .................................. 127 TS 44. Driver’s Area Controls .......................................................................... 127 TS 44.1 General ........................................................................................... 127 TS 44.2 Glare ............................................................................................... 127 TS 44.3 Visors/Sun Shades ............................................................................ 127 TS 44.4 Driver’s Controls ............................................................................... 127 TS 44.5 Normal Bus Operation Instrumentation and Controls............................... 128 TS 44.6 Driver Foot Controls .......................................................................... 134 TS 44.7 Brake and Accelerator Pedals .............................................................. 134 TS 44.8 Driver Foot Switches .......................................................................... 134 TS 45. Driver’s Amenities ................................................................................ 135 TS 45.1 Coat Hanger ..................................................................................... 135 TS 45.2 Drink Holder ..................................................................................... 135 TS 45.3 Storage Box ..................................................................................... 135 TS 46. Windshield Wipers and Washers ............................................................. 135 TS 46.1 Windshield Wipers ............................................................................. 135 TS 46.2 Windshield Washers ........................................................................... 136 TS 47. Driver’s Seat ....................................................................................... 136 TS 47.1 Dimensions ...................................................................................... 136 TS 47.2 Seat Belt ......................................................................................... 138 RFP 8446 Transfort Bus Procurement VII TS 47.3 Adjustable Armrest ............................................................................ 138 TS 47.4 Seat Control Locations ....................................................................... 139 TS 47.5 Seat Structure and Materials ............................................................... 139 TS 47.6 Pedestal .......................................................................................... 139 TS 47.7 Seat Options .................................................................................... 139 TS 47.8 Mirrors ............................................................................................ 139 WINDOWS ..................................................................................................... 141 TS 48. General .............................................................................................. 141 TS 49. Windshield .......................................................................................... 141 TS 49.1 Glazing ............................................................................................ 141 TS 50. Driver’s Side Window ............................................................................ 141 TS 51. Side Windows ...................................................................................... 142 TS 51.1 Configuration .................................................................................... 142 TS 51.2 Emergency Exit (Egress) Configuration ................................................. 142 TS 51.3 Configuration .................................................................................... 143 TS 51.4 Materials .......................................................................................... 143 TS 51.5 Rear Window .................................................................................... 143 TS 52. Capacity and Performance ..................................................................... 143 TS 53. Controls and Temperature Uniformity ...................................................... 145 TS 53.1 Auxiliary Heater ................................................................................ 146 TS 54. Air Flow .............................................................................................. 146 TS 54.1 Passenger Area ................................................................................. 146 TS 54.2 Driver’s Area .................................................................................... 147 TS 54.3 Controls for the Climate Control System (CCS) ...................................... 147 TS 54.4 Driver’s Compartment Requirements .................................................... 147 TS 54.5 Driver’s Cooling ................................................................................ 148 TS 55. Air Filtration ........................................................................................ 148 TS 56. Roof Ventilators ................................................................................... 148 TS 57. Maintainability ..................................................................................... 149 TS 58. Entrance/Exit Area Heating .................................................................... 149 TS 59. Floor-Level Heating .............................................................................. 149 TS 59.1 Transit Coach ................................................................................... 149 TS 60. Design ............................................................................................... 150 TS 60.1 Materials .......................................................................................... 150 TS 60.2 Roof-Mounted Equipment (Transit Bus) ................................................. 150 TS 61. Pedestrian Safety ................................................................................. 150 TS 62. Repair and Replacement ....................................................................... 151 TS 62.1 Side Body Panels (Transit Bus) ............................................................ 151 TS 63. Rain Gutters ........................................................................................ 151 TS 64. License Plate Provisions ........................................................................ 151 TS 64.1 Rub rails .......................................................................................... 151 TS 65. Fender Skirts ....................................................................................... 151 TS 66. Wheel Covers (Transit Bus) ................................................................... 152 TS 66.1 Splash Aprons .................................................................................. 152 TS 67. Service Compartments and Access Doors ................................................. 152 TS 67.1 Access Doors (Transit Bus) ................................................................. 152 TS 67.2 Access Door Latch/Locks .................................................................... 153 TS 68. Bumpers ............................................................................................. 153 RFP 8446 Transfort Bus Procurement VIII TS 68.1 Location ........................................................................................... 153 TS 68.2 Front Bumper ................................................................................... 153 TS 68.3 Rear Bumper .................................................................................... 153 TS 68.4 Bumper Material ............................................................................... 154 TS 69. Finish and Color ................................................................................... 154 TS 69.1 Appearance ...................................................................................... 154 TS 70. Decals, Numbering and Signing .............................................................. 156 TS 70.1 Passenger Information ....................................................................... 157 TS 71. Exterior Lighting .................................................................................. 157 TS 71.1 Backup Light/Alarm ........................................................................... 157 TS 71.2 Doorway Lighting .............................................................................. 157 TS 71.3 Turn Signals ..................................................................................... 157 TS 71.4 Headlights ........................................................................................ 158 TS 71.5 Brake Lights ..................................................................................... 158 TS 71.6 Service Area Lighting (Interior and Exterior) ......................................... 158 INTERIOR PANELS AND FINISHES ..................................................................... 159 TS 72. General Requirements .......................................................................... 159 TS 73. Interior Panels ..................................................................................... 159 TS 73.1 Driver Area Barrier ............................................................................ 159 TS 73.2 Modesty Panels ................................................................................. 160 TS 73.3 Front End ......................................................................................... 160 TS 73.4 Rear Bulkhead .................................................................................. 160 TS 73.5 Headlining ........................................................................................ 161 TS 73.6 Fastening ......................................................................................... 161 TS 73.7 Insulation ........................................................................................ 161 TS 73.8 Floor Covering .................................................................................. 161 TS 73.9 Interior Lighting ................................................................................ 162 TS 73.10 Passenger ...................................................................................... 162 TS 73.11 Driver’s Area .................................................................................. 163 TS 73.12 Seating Areas (Transit Bus) .............................................................. 163 TS 73.13 Vestibules/Doors (Transit Bus) .......................................................... 163 TS 73.14 Step Lighting .................................................................................. 163 TS 73.15 Ramp Lighting (Transit Bus) .............................................................. 163 TS 73.16 Farebox Lighting .............................................................................. 163 TS 74. Fare Collection ..................................................................................... 164 TS 75. Interior Access Panels and Doors (Transit Bus) ......................................... 164 TS 75.1 Floor Panels...................................................................................... 164 PASSENGER ACCOMMODATIONS ....................................................................... 165 TS 76. Passenger Seating ............................................................................... 165 TS 76.1 Arrangements and Seat Style (Transit Bus) ........................................... 165 TS 76.2 Rearward Facing Seats (Transit Bus) .................................................... 165 TS 76.3 Padded Inserts/Cushioned Seats (Transit Bus) ....................................... 165 TS 76.4 Seat back fitness ............................................................................... 165 TS 76.5 Drain Hole in Seats ............................................................................ 165 TS 76.6 Hip-to-Knee Room ............................................................................. 166 TS 76.7 Foot Room ....................................................................................... 166 TS 76.8 Aisles (Transit Bus) ........................................................................... 166 TS 76.9 Dimensions (Transit Bus) ................................................................... 166 RFP 8446 Transfort Bus Procurement IX TS 76.10 Structure and Design (Transit Bus) .................................................... 167 TS 76.11 Construction and Materials (Transit Bus) ............................................. 168 TS 77. Passenger Assists (Transit Bus) .............................................................. 169 TS 77.1 Assists (Transit Bus) .......................................................................... 169 TS 77.2 Front Doorway .................................................................................. 169 TS 77.3 Vestibule (Transit Bus) ....................................................................... 170 TS 77.4 Rear Doorway(s) (Transit Bus) ............................................................ 170 TS 77.5 Overhead (Transit Bus) ...................................................................... 170 TS 77.6 Longitudinal Seat Assists (Transit Bus) ................................................. 170 TS 77.7 Wheel Housing Barriers/Assists (Transit Bus) ......................................... 171 TS 78. Passenger Doors .................................................................................. 171 TS 78.1 Transit Bus....................................................................................... 171 TS 78.2 Materials and Construction ................................................................. 171 TS 78.3 Dimensions ...................................................................................... 172 TS 78.3.1 Transit Coach ................................................................................ 172 TS 78.4 Door Glazing .................................................................................... 173 TS 78.5 Door Projection (Transit Bus) .............................................................. 173 TS 78.6 Door Height Above Pavement .............................................................. 173 TS 78.7 Closing Force .................................................................................... 173 TS 78.8 Actuators ......................................................................................... 174 TS 78.9 Emergency Operation ........................................................................ 175 TS 78.10 Door Control ................................................................................... 175 TS 78.11 Door Controller ............................................................................... 175 TS 78.12 Door Open/Close ............................................................................. 176 TS 79. Accessibility Provisions.......................................................................... 176 TS 79.1 Loading Systems ............................................................................... 176 TS 79.2 Loading System for Low-Floor Bus ....................................................... 176 TS 79.3 Wheelchair Accommodations ............................................................... 176 TS 79.4 Interior Circulation ............................................................................ 177 SIGNAGE AND COMMUNICATION....................................................................... 177 TS 80. Destination Signs ................................................................................. 177 TS 81. Passenger Information and Advertising (Transit Bus) ................................ 177 TS 81.1 Interior Displays ............................................................................... 177 TS 82. Passenger Stop Request/Exit Signal ........................................................ 178 TS 82.1 Transit Bus....................................................................................... 178 TS 82.2 Signal Chime .................................................................................... 178 TS 83. Intelligent Transportation Systems (ITS) / Communications Systems .......... 179 TS 83.1 Camera Surveillance System ............................................................... 179 TS 83.2 PREFERRED SYSTEM REQUIREMENTS FOR CFC-TRANSFORT ................... 179 TS 83.2 Public Address System ....................................................................... 188 TS 83.3 Automatic Passenger Counter (APC) ..................................................... 189 TS 83.4 Radio Handset and Control System ...................................................... 189 TS 83.5 ITS Components ............................................................................... 189 TS 84. Event Data Recorders (EDR) .................................................................. 201 TS 85. Base Component List ............................................................................ 201 TS 86. Special Equipment ............................................................................... 202 TS 86.1 Three-Position Bicycle Rack ................................................................ 202 TS 86.2 Radio box (Secure Special Equipment Cabinet) ...................................... 202 RFP 8446 Transfort Bus Procurement X TS 86.3 Yield to Bus Sign ............................................................................... 202 TS 86.4 Emergency Safety Equipment .............................................................. 202 TS 86.5 Trashcans and Holders ....................................................................... 203 TS 86.6 Dash Fans ........................................................................................ 203 TS 87. CFC-Transfort Alternative Required Equipment ......................................... 203 SECTION 7: WARRANTY REQUIREMENTS ............................................................ 206 WR 1. Basic Provisions ................................................................................... 206 WR 1.1 Warranty Requirements ...................................................................... 206 WR 1.2 Exceptions and Additions to Warranty ................................................... 208 WR 1.3 Fleet Defects ..................................................................................... 209 WR 2. Repair Procedures ................................................................................ 210 WR 2.1 Repair Performance ........................................................................... 210 WR 2.2 Repairs by the Contractor ................................................................... 210 WR 2.3 Repairs by the Agency ........................................................................ 210 WR 2.4 Warranty after Replacement/Repairs .................................................... 211 WR 2.5 Forms .............................................................................................. 212 WR 2.6 Return of Parts .................................................................................. 212 WR 2.7 Timeframe ........................................................................................ 212 WR 2.8 Reimbursements ............................................................................... 213 SECTION 8: QUALITY ASSURANCE .................................................................... 214 QA 1. Contractor’s In-Plant Quality Assurance Requirements ............................... 214 QA 1.1 Quality Assurance Organization ............................................................ 214 QA 1.2 Quality Assurance Organization Functions .............................................. 214 QA 2. Inspection ........................................................................................... 216 QA 2.1 Inspection Stations ............................................................................. 216 QA 2.2 Resident Inspectors ............................................................................ 217 QA 3. Acceptance Tests .................................................................................. 218 QA 3.1 Responsibility .................................................................................... 218 QA 3.2 Pre-Delivery Tests .............................................................................. 218 QA 4. Agency-Specific Requirements ................................................................ 219 CER 1. Other Forms ....................................................................................... 227 CER 1.1 Request for Clarification / Question ..................................................... 227 SECTION 9: FORMS AND CERTIFICATIONS ......................................................... 228 CER 1. Proposer’s Checklist ............................................................................ 228 CER 2. Proposal Contents / Consideration ......................................................... 230 CER 3. ADHERENCE TO TECHNICAL SPECIFICATIONS ......................................... 231 CER 4. Form for Proposal Deviation (without price data)...................................... 239 CER 5. Vehicle Questionnaire .......................................................................... 240 CER 6. Acknowledgment of City of Fort Collins Required Equipment ...................... 255 CER 7. Proposal Contents / Consideration ......................................................... 256 CER 8. Price Proposal Form ............................................................................. 257 CER 9. Form for Proposal Deviation (with price data) .......................................... 261 CER 10. Pre-Award Evaluation Data Form ......................................................... 262 CER 11. Contractor Service and Parts Support Data ............................................ 263 CER 12. Proposal Form ................................................................................... 264 CER 13. Acknowledgement of Addenda ............................................................. 265 CER 14. Federal Certifications.......................................................................... 266 CER 14.1 Buy America Certification ................................................................. 266 RFP 8446 Transfort Bus Procurement XI CER 14.2 Debarment and Suspension Certification for Prospective Contractor ....... 267 CER 14.3 Debarment and Suspension Certification (Lower-Tier Covered Transaction) ................................................................................................................. 268 CER 14.4 Non-Collusion Affidavit (notarize) ...................................................... 269 CER 14.5 Lobbying Certification ...................................................................... 270 CER 14.6 Certificate of Compliance with Bus Testing Requirement ....................... 271 CER 14.7 Disadvantaged Business Enterprise TVM Certification ........................... 272 CER 14.8 Federal Motor Vehicle Safety Standards ............................................. 273 CER 14.9 Certification of Compliance with the Americans with Disabilities Act of 1990 ................................................................................................................. 274 CER 15. Other Forms ..................................................................................... 275 CER 15.1 Request for Clarification / Question .................................................... 275 SECTION 10: CONTRACT ................................................................................. 276 RFP 8446 Transfort Bus Procurement 1 SECTION 1: NOTICE OF REQUEST FOR PROPOSALS NR 1. Description of the Work to be Done The City of Fort Collins Transfort requests proposals for the manufacture and delivery of accessible transit buses in accordance with the terms and conditions set forth in RFP No. 8446. The Contract for each order placed in this procurement shall be a firm-fixed price contract. Specifically, the City of Fort Collins Transfort is requesting the following types of buses: 29 to 40 foot large transit buses, fuel type: Compressed Natural Gas (CNG), primarily style: low-floor 29-40 foot buses. The procurement shall be in effect for five (5) years from the date of contract award. Vehicles shall be available to procure for the duration of the five-year term. NR 2. Obtaining Proposal Documents Purchasing Contact Doug Clapp City of Fort Collins P.O. Box 580 Fort Collins, CO 80522-0580 Email: dclapp@fcgov.com Telephone: 970-221-6776 The RFP Package can be obtained online at www.rockymountainbidsystem.com NR 3. Proposal Due Date and Submittal Requirements Proposals will be received at the City of Fort Collins' Purchasing Division, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524. Proposals must be received before 3:00 p.m. (our clock), February 24, 2017 and referenced as Proposal No. 8446. Any Proposal received after that time will not be considered and will be returned to the Proposer unopened. 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. Please note, additional time is required for bids mailed to the PO Box to be received at the Purchasing Office. Envelopes or boxes containing proposals shall be sealed and clearly labeled with the proposal number: 8446 and submitted in accordance with the solicitation instructions in Section 2 of the RFP documents. All questions must be submitted in writing via email to Doug Clapp, no later than 5:00 PM our clock on February 8, 2017. Questions received after this deadline will not be answered. All labor, equipment, and materials shall be furnished in strict accordance with the conditions of the Purchasing Agreement documents. The vehicles shall fullfill all of the requirements defined in Section 6: Technical Specifications, including addenda thereto. Compliance with these requirements shall be in accordance with the procedures defined in Section 8: Quality Assurance. The Contractor shall accept the warranty provisions covering the vehicles as defined in Section 7: Warranty. RFP 8446 Transfort Bus Procurement 2 NR 4. Validity of Proposals Proposals and subsequent offers shall be valid for a period of 90 days after submission. NR 5. Pre-Proposal Meeting Information A Pre-Proposal Meeting will be held on Wednesday, February 2, 2017. The meeting will convene at 1:00 pm MST in the Operation Services Training Conference Room, located at 300 LaPorte Avenue, Fort Collins, CO 80521. Prospective Proposers are urged to make every effort to attend this meeting. Prospective Proposers are requested to submit written questions to the City of Fort Collins Purchasing Contact, identified above in NR 2, by email in advance of the Pre- Proposal Meeting. Questions may be submitted up to two days before the Pre-Proposal Meeting. Responses will be shared with all prospective Proposers. Prospective Proposers are reminded that any changes to the RFP will be by written addenda only, and nothing stated at the Pre-Proposal Meeting shall change or qualify in any way any of the provisions in the RFP and shall not be binding on the City of Fort Collins. NR 6. Identification of Source of Funding Financial support of this project is provided through financial assistance grants from the Federal Transit Administration (FTA), the State of Colorado, Colorado Department of Transportation (CDOT), and/or other sources of local and state public funding. RFP 8446 Transfort Bus Procurement 3 SECTION 2: INSTRUCTIONS TO PROPOSERS IP 1. Quantities The Work under these Contract documents consists of the manufacture and delivery of a base order of six (6) 40 foot low floor compressed natural gas (CNG) buses, one (1) spare power plant package and a recommended spare parts list with pricing, maintenance and driver training and manuals. The expected requirement for options of three (3) low floor CNG buses (sizes to be determined) per year. IP 2. Proposed Schedule for the Procurement The following is the solicitation schedule for Proposers: EVENT DATE TIME RFP Issued and Advertised Thursday, January 19, 2017 Pre-Proposal Meeting Thursday, February 02, 2017 1:00 PM, MST Proposer Questions Due Tuesday, February 8, 2017 5:00 PM, MST CFC Addenda Wednesday, February 15, 2017 5:00 PM, MST Submission Deadline Friday, February 24, 2017 3:00 PM, MST Notification of Recommended Award to Proposer Friday, March 10, 2017 IP 3. Obtaining Proposal Documents Purchasing Contact Doug Clapp City of Fort Collins P.O. Box 580 Fort Collins, CO 80522-0580 Email: dclapp@fcogov.com Telephone: 970-221-6776 The RFP Package can be obtained online at www.rockymountainbidsystem.com IP 4. Pre-Proposal Meeting/Information for Proposers A Pre-Proposal Meeting will be held on Thursday, February 2, 2017. The meeting will convene at 1:00 pm MST in the Operation Services TrainingConference Room, located at 300 LaPorte Avenue, City of Fort Collins, CO 80521. Prospective Proposers are urged to make every effort to attend this meeting. Prospective Proposers are requested to submit written questions to the City of Fort Collins Purchasing Contact, identified above in IP 2, by email in advance of the Pre- Proposal Meeting. Questions may be submitted up to two days before the Pre- Proposal Meeting. Responses will be shared with all prospective Proposers. Prospective Proposers are reminded that any changes to the RFP will be by written addenda only, and nothing stated at the Pre-Proposal Meeting shall change or qualify in any way any of the provisions in the RFP and shall not be binding on the City of Fort Collins. RFP 8446 Transfort Bus Procurement 4 IP 5. Questions, Clarifications and Omissions All correspondence, communication and contact in regard to any aspect of this solicitation or offers shall be only with the City of Fort Collins Purchasing Contact identified above. Unless otherwise instructed by the Purchasing Contact, Proposers and their representatives shall not make any contact with or communicate with any City of Fort Collins personnel other than the designated City of Fort Collins Purchasing Contact, in regard to any aspect of this solicitation or offers. At any time during this procurement up to the time specified in “Proposed Schedule for the Procurement,” Proposers may request, in writing, a clarification, interpretation of any aspect, or any addenda to the RFP. Such written requests shall be made to the City of Fort Collins Purchasing Contact using the form provided in Section 9: Request for Clarification / Question Submission. All responses to Request for Clarification / Question Submissions shall be provided to all prospective Proposers. Any response that is not confirmed by a written addendum shall not be official or binding on the City of Fort Collins. If it should appear to a prospective Proposer that the performance of the work under the Contract, or any of the matters relating thereto, is not sufficiently described or explained in the RFP or Contract documents, or that any conflict or discrepancy exists between different parts of the Contract or with any federal, state, local law, ordinance, rule, regulation or other standard or requirement, then the Proposer shall submit a written request for clarification to the City of Fort Collins within the time period specified above. It should be noted that all deviations to the specifications are to be noted in the submission package, not during the clarifications period. Please hold all deviation requests to be submitted with the technical and price proposals. IP 6. Addenda to RFP The City of Fort Collins reserves the right to amend the RFP at any time in accordance with “Proposed Schedule for the Procurement.” Any amendments to the RFP shall be described in written addenda. Notification of or the actual addenda will be distributed to all such prospective Proposers officially known to have received the RFP. Failure of any prospective Proposer to receive the notification or addenda shall not relieve the Proposer from any obligation under the RFP therein. All addenda issued shall become part of the RFP. Prospective Proposers shall acknowledge the receipt of each individual addendum in their Proposals on the form Acknowledgement of Addenda. Failure to acknowledge receipt of addenda at the time of Proposal submission may at the City of Fort Collins’ sole option disqualify the Proposal. If the City of Fort Collins determines that the addenda may require significant changes in the preparation of Proposals, the deadline for submitting the Proposals may be postponed no fewer than ten (10) days from the date of issuance of addenda or by the number of days that the City of Fort Collins determines will allow Proposers sufficient time to revise their Proposals. Any new Due Date shall be included in the addenda. RFP 8446 Transfort Bus Procurement 5 IP 7. DBE Requirements for Transit Vehicle Manufacturers Pursuant to Title 49, Code of Federal Regulations, Part 26.49, a Proposer, as a condition of being authorized to respond to this solicitation, must certify by completing the form DBE Approval Certification that it has on file with the Federal Transportation Administration (FTA) an approved or not disapproved annual disadvantaged business enterprise (DBE) subcontracting participation goal. IP 8. Buy America Certification This Contract is subject to the “Buy America” requirements of 49 United States Code (USC) §5323(j) and 49 Code of Federal Regulations (CFR) Part 661, as may be amended from time to time, and applicable federal regulations. Prospective Proposers’ attention is directed to 49 CFR §661.11, “Rolling Stock Procurements.” Prospective Proposers have the responsibility to comply with the cited and any governing statutes and regulations, including official interpretations. A Proposer shall submit to the City of Fort Collins the appropriate Buy America certification, included in this solicitation, with all offers on FTA-funded contracts. Proposals that are not accompanied by a properly completed Buy America certification are subject to the provisions of 49 CFR 661.13 and will be rejected as non- responsive. The two signature blocks on the Buy America certificate are mutually exclusive. Proposers shall sign only one signature block on the certificate. Signing both signature blocks will make the Proposal non-responsive. A false certification is a criminal act in violation of 18 USC §1001. A Proposer who has submitted an incomplete Buy America certificate or an incorrect certificate of non-compliance through inadvertent or clerical error (but not including failure to sign the certificate, submission of certificates of both compliance and noncompliance, or failure to submit any certification), may submit to the FTA Chief Counsel within ten (10) days of Proposal opening a written explanation of the circumstances surrounding the submission of the incomplete or incorrect certification in accordance with 28 USC §1746, sworn under penalty of perjury, stating that the submission resulted from inadvertent or clerical error. The Proposer will also submit evidence of intent, such as information about the origin of the product, invoices, or other working documents. The Proposer will simultaneously send a copy of this information to the City of Fort Collins. The FTA Chief Counsel may request additional information from the Proposer, if necessary. The City of Fort Collins may not make a Contract award until the FTA Chief Counsel issues his or her determination, except as provided in 49 CFR Part 661.15(m). Certification based on ignorance of proper application of the Buy America requirements is not an inadvertent or clerical error. A waiver from the Buy America provisions will be sought by the City of Fort Collins from the FTA for the proposed awardee, if the grounds for a waiver exist. All Proposers seeking a waiver must submit to the City of Fort Collins a timely request in writing, which shall include the facts and justification to support the granting of the waiver. Such waiver from the Buy America provisions may be granted if the FTA determines the following: 1. Their application would be inconsistent with the public interest; RFP 8446 Transfort Bus Procurement 6 2. Materials are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; or 3. Inclusion of domestic material will increase the cost of the overall Contract by more than 25 percent. Any party may petition the FTA to investigate a successful Proposer’s compliance with the Buy America certification. The procedures are set out in 49 CFR Part 661.15. If the FTA determines that the evidence indicates non-compliance, the FTA will require the City of Fort Collins to initiate an investigation. The successful Proposer has the burden of proof to establish compliance with its certification. If the successful Proposer fails to so demonstrate compliance, then the successful Proposer will be required to substitute sufficient domestic materials without revision of the original Contract terms. Failure to do so will be a breach of the Contract and may lead to the initiation of debarment proceedings under 49 CFR Part 29. IP 9. Conditions, Exceptions, Reservations or Understandings Proposers are cautioned to limit exceptions, conditions and limitations to the provisions of this RFP, as they may be determined to be so fundamental as to cause rejection of the Proposal for not responding to the requirements of the RFP. Any and all deviations must be explicitly, fully, and separately stated in the proposal by completing the Form for Proposal Deviation, setting forth at a minimum the specific reasons for each deviation so that it can be fully considered and, if appropriate, evaluated by the City of Fort Collins. All deviations shall be evaluated in accordance with the appropriate evaluation criteria and procedures and may result in the Proposer receiving a less favorable evaluation than without the deviation. IP 10. Protest Procedures All protests must be in writing, stating the name and address of Protestor, a contact person, and RFP / contract number of the solicitation in question. Protests shall specify in detail the grounds of the protest and the facts supporting the protest. IP 10.1 Address All protests must be addressed as follows: Pre-Proposal Protests: Gerry S. Paul, Director of Purchasing, City of Fort Collins gspaul@fcgov.com (preferred method of delivery) PO Box 580, Fort Collins, CO 80522-0580 (alternate method of delivery) Protests on the Recommended Award: Gerry S. Paul, Director of Purchasing, City of Fort Collins gspaul@fcgov.com (preferred method of delivery) PO Box 580, CO 80522-0580 (alternate method of delivery) RFP 8446 Transfort Bus Procurement 7 IP 10.2 Bid Protest Procedures Filing of Protest 1. When to File. Protest is submitted in writing and received by the Director of Purchasing and Risk Management, 215 N. Mason Street, 2nd Floor, P. O. Box 580, Fort Collins, CO. 80522 within seven (7) working days after the aggrieved person knows or should have known of the facts giving rise thereto. Protests based upon restrictive specifications or alleged improprieties in any type of solicitation, which are apparent prior to bid opening or the closing date for receipt of initial proposals, is filed no later than three (3) working days prior to bid opening or the closing date for receipt of proposals. 2. Subject of Protest. Protestors may file a protest on any phase of solicitation or award, including but not limited to specification or award. 3. Form. The protest must be in writing and include, as a minimum, the following: (a) The name and address of the protestor. (b) Appropriate identification of the procurement by bid number. (c) A statement of the reasons for the protest. (d) Any available exhibits, evidence or documents substantiating the protest. 4. Decision. The Director of Purchasing and Risk Management makes a decision, in writing, on a protest within seven (7) working days after receiving all relevant, requested information. The decision of the Director of Purchasing is final. 5. Withholding of Award. When a protest has been filed before award, the City will not make an award prior to the resolution of the protest, and when a protest has been filed before the opening of bids, the City will not open bids prior to the resolution of the protest, unless the City determines that: (a) The items to be procured are urgently required. (b) Delivery or performance will be unduly delayed by failure to make the award promptly. (c) Failure to make prompt award will otherwise cause undue harm to the City. NOTE: Protests involving Federal Transit Administration (FTA) Funded Projects • Vendors who protest an FTA funded purchase have an additional remedy if their protest is denied by the City. They may also protest the award, (after these administrative processes have been exhausted) directly to the Federal Transit Administration. • FTA will only entertain a protest that alleges the grantee failed to follow their protest procedures and that such a protest must be filed in accordance with the Circular; and • Allowance for request for reconsideration (if data becomes available that was not previously known, or there has been an error of law or regulation). • The City of Fort Collins will notify FTA of any protests received relating to FTA funded projects. RFP 8446 Transfort Bus Procurement 8 IP 10.3 FTA Review After such administrative remedies have been exhausted, an interested party may file a protest with the Federal Transit Administration of the U.S. Department of Transportation pursuant to the procedures provided in the FTA C 4220.1F or its successor. FTA review is limited to the alleged failure of the City of Fort Collins to have written protest procedures, the alleged failure of the CFC-Transfort to follow those procedures, and the alleged failure of the City of Fort Collins to review a protest or the alleged violation of federal law or regulation. IP 11. Preparation of Proposals IP 11.1 Use of Proposal Forms Proposers are advised that the forms contained in this RFP are required to be used for submission of a Proposal and to be completed electronically via fillable PDF. Any contract resulting from this solicitation shall include the following that are incorporated herein: Section 1: RFP Notice Section 2: Instructions to Proposers Section 3: General Conditions Section 4: Special Provisions Section 5: Federal Requirements Section 6: Technical Specifications Section 7: Warranty Provisions Section 8: Quality Assurance Section 9: Required Forms and Certifications Section 10: Draft Contract and Purchase Agreement IP 11.2 Proposal Format Requirements Proposers shall submit one (1) original hard copy complete package and one (1) electronic copy on flash drive with each section identified as individual pdf documents, each containing all versions of the forms and Proposal submissions. The electronic copy should mirror the hard copy submission. In case of any discrepancies, the original hard copy will be considered by the City of Fort Collins in evaluating the Proposal, and the electronic version is provided fo r the City of Fort Collins’s administrative convenience only. Proposals shall be submitted in a package consisting of four separate sections as identified below. For the hard copy submission, each section must be in it’s own appropriately marked and sealed envelope. For the electronic copy, each section must be formatted as an individual PDF document. Each package shall be marked as specified below and shall contain all the Proposal documents for which the package is required to be marked and shall include no other documents. These same requirements shall apply to any best and final offers (BAFOs) that may be requested. The hard-copy Proposals shall be prepared double-sided on 8½ × 11 in. paper in at least 11-point font. The hard copies shall be contained in three-ring binders, the contents of which are identified on the outside. Use of 11 × 17 in. foldout sheets for large tables, RFP 8446 Transfort Bus Procurement 9 charts, or diagrams is permissible but should be limited. Elaborate formatting is not necessary. Do not provide promotional or advertising information, unless this information is requested and/or is necessary to support the technical submittal. Proposers may submit multiple 4-part submission packages if providing different models for different size vehicles as desired by the CFC-Transfort and would like multiple vehicle models to be considered under this procurement. Proposers may also submit single versions of Packages 1, 3 and 4 and multiple versions of Package 2 - Pricing if the model proposed is similar across different size vehicles. For example, if the Proposer provides the same model across 35 and 40 foot vehicles, submit only one version of Packages 1, 3 and 4, and two versions of Package 2 - Pricing, delineating the price difference between the two vehicle lengths. Please note this occurrence in the Letter of Transmittal with Proposal documents. Package 1: Technical Proposal Requirements 1. Letter of Transmittal; 2. Proposal Contents / Consideration Form; 3. Technical Proposal (include the required following items): a. Adherence to Technical Specifications Form – follows Section 6 specification section headers and notifies the CFC-Transfort if manufacturers can meet the basic specification requirements or require deviations, supported by the Form for Proposal Deviation b. Bus Design Modifications resulting from CFC-Transfort Operating Conditions (include any facility equipment and ITS upgrades required to support modifications); c. Documentation of Bus Design’s Successful High Altitude, Cold Weather Operation (to include statement from engine manufacturer acknowledging any potential altitude and/or cold weather issues and any recommended operating procedure / design criteria needed to address such issues); d. Training Program Proposal; e. Technical / Service Support Program Proposal; f. If bus height is over 132 inches, documentation of overall height; g. Fresh Air Intake System drawings and design information, include any available options; h. Optional CNG Tank Configurations, Potential Ranges, and Tank Options Offered (including useful life); i. Full Altoona Test Report; j. Higher Capacity Heating System Options; and k. Make/Model of Seat and Seating Layout for Each Size Vehicle Proposed. 4. Form for Proposal Deviation (without price data); 5. Vehicle Questionnaire Form; 6. Form for Acknowledgement of CFC-Transfort Alternative Required Equipment; and RFP 8446 Transfort Bus Procurement 10 7. Production and delivery schedule and other Contract commitments for the duration of this Contract. Package 2: Price Proposal Requirements Each Price Proposal shall be on the prescribed Proposal form(s) and shall be for the specified vehicle size, including all optional item pricing requested. 1. Letter of Transmittal; 2. Proposal Contents / Consideration; 3. Price Proposal Form, (including but not limited to such pricing elements as base cost for CNG, body design options, various additional options, training program, technical/service support program, extended warranties, and spare parts); and 4. Form for Proposal Deviation, if applicable (with price data). 5. Explanation of Method for Price Adjustments of Base Pricing Proposed. Because the CFC-Transfort member agencies will be ordering vehicle configurations that will vary from the base RFTA vehicle specified in Section 6, Proposer is to describe and document the process for transparent non-cardinal change price adjustments to the base price proposed to justify a fair and reasonable price when modifying orders to accommodate various CFC-Transfort member needs. The Proposer is required to complete and sign the CFC-Transfort Price Proposal Form, contained as part of the Proposal documents. Package 3: Qualification Package Requirements 1. Pre-Award Evaluation Data Form; 2. A copy of the three (3) most recent financial statements audited by an independent third party or a statement from the Proposer regarding how financial information may be reviewed by the CFC-Transfort; 3. Letter for insurance, indicating the Contractor’s ability to obtain the insurance coverage in accordance with the RFP requirements; 4. Engineering organization chart, engineering change control procedure, field modification process; 5. Manufacturing facilities plant layout, other contracts, staffing; 6. Contractor Service and Parts Support Data; 7. Quality Assurance Program; 8. References of last six (6) customer purchases as well as references of agencies operating Proposer’s product in similar CFC-Transfort operating conditions as defined in Section 6; 9. Proposal Form; 10. Acknowledgement of Addenda; and 11. All federal certifications: • Buy America Certification; • Transit Vehicle Manufacturer Certification RFP 8446 Transfort Bus Procurement 11 • Debarment and Suspension Certification for Prospective Contractor; • Debarment and Suspension Certification (Lower-Tier Covered Transaction); • Non-Collusion Affidavit; • Lobbying Certification; • Certificate of Compliance with Bus Testing Requirement (along with appropriate support documentation); • DBE Approval Certification (along with appropriate support documentation); • Federal Motor Vehicle Safety Standards (along with appropriate support documentation); and • Certification of Compliance with ADA Provisions. Package 4: Proprietary/Confidential Information Package Requirements The Proposer is directed to collect and submit any information it deems to be proprietary or confidential in nature in a separate marked and sealed package. If there is no confidential information, then the Proposer should include a statement to that effect. Subject package shall be submitted in accordance with the terms and conditions governing the submittal of Proposer’s Proposal to this RFP. Blanket-type identification by designating whole pages or sections as containing proprietary information, trade secrets or confidential commercial and financial information will not ensure confidentiality. The specific proprietary information, trade secrets or confidential commercial and financial information must be clearly identified as such. The Proposer is advised that the CFC-Transfort is made up of public agencies that are subject to the requirements of the Colorado Open Records Act (CORA). If a request is received by the CFC-Transfort for the release of Proposer’s identified proprietary/confidential information, CFC-Transfort will endeavor to keep this information confidential, separate and apart from the Proposal. Notwithstanding the foregoing, the Proposer acknowledges that CFC-Transfort may be required to release the information in accordance with CORA or order of the court. IP 11.3 Agency Treatment of Proprietary/Confidential Information Public access to public records kept, made or maintained by CFC-Transfort is governed by the Colorado Open Records Act (CORA). CFC-Transfort, as the lead agency for the CFC-Transfort, will comply with the requirements of CORA in accordance with CFC- Transfort’s policies and procedures. Except as otherwise required to be disclosed under state or federal law, or by order of court competent jurisdiction, CFC-Transfort will use best efforts to withhold from disclosure proprietary information identified in Package 4. IP 11.4 Signing of Proposal Forms Proposals shall include firm name (and, in the event that the Proposer is a joint venture, the names of the individual firms comprising the joint venture); business address; and the name, title, business address, telephone number, facsimile (fax) number and email address of the responsible individual(s) who may be contacted during the Proposal evaluation period for scheduling oral presentations and for receiving notices from the CFC-Transfort. The Proposer shall submit with its Proposal a copy of the joint venture agreement. RFP 8446 Transfort Bus Procurement 12 Proposals shall be signed by those individual(s) authorized to bind the Proposer. The Proposer shall submit evidence of the official’s authority to act for and bind the Proposer in all matters relating to the Proposal. (In the event that the Proposer is a joint venture or consortium, a representative of each of the members of the joint venture or consortium shall execute the Proposal. Each joint venture or consortium member is jointly and severally liable for the joint venture or consortium.) IP 11.5 Modification or Withdrawal of Proposals A modification of a Proposal already received will be accepted by the CFC-Transfort only if the modification is received prior to the Proposal Due Date, is specifically requested by the CFC-Transfort, or is made with a requested BAFO. All modifications shall be made in writing and executed and submitted in the same form and manner as the original Proposal. A Proposer may withdraw a Proposal already received prior to the Proposal Due Date by submitting to the CFC-Transfort, in the same manner as the original Proposal, a written request for withdrawal executed by the Proposer’s authorized representative. After the Proposal Due Date, a Proposal may be withdrawn only if the CFC-Transfort fails to award the Contract within the Proposal validity period prescribed in “Duration of the Validity of Proposals,” or any agreed-upon extension thereof. The withdrawal of a Proposal does not prejudice the right of a Proposer to submit another Proposal within the time set for receipt of Proposals. IP 11.6 Ownership and Cost of Proposal Development All Proposals will become the property of the CFC-Transfort. This RFP does not commit the CFC-Transfort to enter into a Contract, to pay any costs incurred in the preparation or presentation of a Proposal, nor to procure or contract for the equipment. IP 12. Proposal Evaluation, Negotiation and Selection Proposals will be evaluated, negotiated, selected and any award made in accordance with the criteria and procedures described below. The approach and procedures are those applicable to a competitive negotiated procurement whereby Proposals are evaluated to determine which Proposals are within a Competitive Range. Discussions and negotiations may then be carried out with Proposers within the Competitive Range, after which BAFOs may be requested. However, the CFC-Transfort may select a Proposal for award without any discussions or negotiations or request for any BAFOs. It is strongly suggested that Proposers provide the most competitive pricing at the time of initial Proposal submission, as the solicitation of BAFOs is highly unlikely. Subject to the CFC- Transfort’s right to reject any or all Proposals, the Proposer whose Proposal is found to be most advantageous to the CFC-Transfort will be selected, based upon consideration of the criteria in the “Proposal Selection Process,” below. Awards based on Best Value represent an assessment of the evaluation criteria and scoring, consisting of, but not inclusive of, technical specifications, price, Proposer RFP 8446 Transfort Bus Procurement 13 reputation and performance in like climates, delivery schedule, after sales service – support, training, and parts availability, warranty, and qualification requirements. IP 12.1 Confidentiality of Proposals Proposals will not be publicly opened. All Proposals and evaluations will be kept strictly confidential throughout the evaluation, negotiation and selection process, except as otherwise required by applicable law. Only the CFC-Transfort Program Administrator and members of the CFC-Transfort Proposal Evaluation Committee as well as other CFC-Transfort, CDOT, or FTA officials, employees and agents having a legitimate interest, will be provided access to the Proposals and evaluation results during this period. IP 12.2 Duration of the Validity of Proposals Proposals and subsequent offers shall be valid for the period stated in “Section 1: Notice of Request for Proposals.” The CFC-Transfort may request Proposers to extend the period of time specified herein by written agreement between the CFC-Transfort and the Proposer(s) concerned. IP 12.3 CFC-Transfort Proposal Evaluation Committee The CFC-Transfort Proposal Evaluation Committee, which will include officers, employees and agents of the City of Fort Collins will be established. The CFC-Transfort Proposal Evaluation Committee will carry out the detailed evaluations, including establishing the Competitive Range, carrying out negotiations and making the selection of the Proposer, if any, that may be awarded the Contract. The CFC-Transfort Proposal Evaluation Committee will report its recommendations and findings to the CFC-Transfort Program Administrator and CFC-Transfort for awarding the Contract. IP 12.4 Review of Proposals for Responsiveness Each Proposal will be reviewed by the CFC-Transfort Program Administrator to determine if the Proposal is responsive to the submission requirements outlined in this RFP. A responsive Proposal is one that follows the requirements of this RFP, includes all documentation, is submitted in the format outlined in this RFP, is of timely submission, and has the appropriate signatures as required on each document. Failure to comply with these requirements may result in the Proposal being deemed non-responsive. Any Proposal found to be non-responsive will not be considered by the CFC- Transfort Proposal Evaluation Committee. Proposals that do not comply with the RFP instructions and requirements or do not include the required information may be rejected as insufficient and may not be further considered. The CFC-Transfort Program Administrator reserves the right to request a Proposer to provide additional information and/or to clarify information. The CFC-Transfort Program Administrator’s determination regarding the responsiveness of a Proposal shall be final. IP 12.5 Proposal Selection Process The following describes the process by which Proposals will be evaluated and a selection made for a potential award. Any such selection of a Proposal shall be made by consideration of only the criteria set forth below. RFP 8446 Transfort Bus Procurement 14 “Qualification Requirements” specifies the requirements for determining responsible Proposers, all of which must be met by a Proposer to be found qualified. Final determination of a Proposer’s qualification will be made based upon all information received during the evaluation process and as a condition for award. “Proposal Evaluation Criteria” contains all the evaluation criteria, and their relative order of importance, by which a Proposal from a qualified Proposer will be considered for selection. An award, if made, will be to a responsible Proposer for a Proposal that is found to be in the CFC-Transfort’s best interests, based on price and other evaluation criteria considered. Price shall be a factor in the award decision, although the award will be made to the Proposer(s) who is “most advantageous” with price and other factors considered. The procedures to be followed for these evaluations are provided in “Evaluation Procedures,” below. Qualification Requirements The following are the requirements for qualifying responsible Proposers. All of these requirements should be met; therefore, they are not listed in any particular order of importance. Any Proposal that the CFC-Transfort Proposal Evaluation Committee finds does not meet these requirements, and cannot be made to meet these requirements, may be determined by the CFC-Transfort Proposal Evaluation Committee not to be responsible and the Proposal rejected. The requirements are as follows: 1. Sufficient financial strength, resources and capability to finance the work to be performed and to complete the Contract in a satisfactory manner, as measured by the following: • Proposer’s financial statements prepared in accordance with generally accepted accounting principles of the jurisdiction in which the Proposer is located, and audited by an independent certified public accountant; or a statement from the Proposer regarding how financial information may be reviewed by the CFC-Transfort. • Proposer’s ability to obtain required insurance with coverage values that meet minimum requirements, evidenced by a letter from an underwriter confirming that the Proposer can be insured for the required amount. 2. Evidence that the human and physical resources are sufficient to perform the Contract as specified and to ensure delivery of all equipment within the time specified in the Contract, to include the following: • Engineering, management and service organizations with sufficient personnel and requisite disciplines, licenses, skills, experience and equipment to complete the Contract as required and to satisfy any engineering or service problems that may arise during the warranty period. • Adequate manufacturing facilities sufficient to produce and factory-test equipment on schedule. • A spare parts procurement and distribution system sufficient to support equipment maintenance without delays and a service organization with skills, experience and equipment sufficient to perform all warranty and on-site work. RFP 8446 Transfort Bus Procurement 15 3. Evidence that Proposer is qualified in accordance with the provisions of “Section 8: Quality Assurance.” 4. Evidence of satisfactory performance and integrity on contracts in making deliveries on time, meeting specifications and warranty provisions, parts availability and steps Proposer took to resolve any judgments, liens, fleet Defects history or warranty claims. Evidence shall be by client references of last six (6) customer purchases resulting in delivery of product proposed. 5. In addition, the CFC-Transfort is seeking references from Proposer’s customers operating proposed products in similar high altitude climates and cold weather conditions, as defined in the Introduction in Section 6. Buses proposed should be able to perform at a high level for 12 years, with 40,000-50,000 miles in the last year, in conditions similar to CFC-Transfort conditions identified in Section 6. Proposal Evaluation Criteria The following are the complete criteria, listed in their relative order of importance, by which Proposals from responsible Proposers will be evaluated and ranked for the purposes of determining any Competitive Range and to make any selection of a Proposal for a potential award. Any exceptions, conditions, reservations or understandings explicitly, fully and separately stated on the Form for Proposal Deviation, which do not cause the CFC- Transfort to consider a Proposal to be outside the Competitive Range, will be evaluated according to the respective evaluation criteria and sub-criteria that they affect. The technical evaluation and cost evaluation criteria are listed numerically by their relative order of importance. Prior to opening of Proposals, a determination will be made as to the proportional weight assigned to the criteria below. The proportional weight assignments are not made public. However, certain criteria may have sub- criteria identified that are listed by their relative order of importance within the criterion they comprise. 1. Technical Evaluation Criteria Proposals will be evaluated using the following principal selection criteria: a. ADHERENCE TO TECHNICAL SPECIFICATIONS Adherence to technical specification requirements are the most important determinant for award. At minimum, test results, safety and maintenance factors, and cost of normal operation for bus design and system components proposed, may be considered in determining a final value for the criterion. Proposals of the main vehicle construction and system design elements should address: • Safety and crashworthiness; • Environmental tolerability in cold weather and high altitude climates; • Long life performance of mechanical and component function: 12-15 years with 40,000-50,000 miles in the last year of use; • Capacity of manufacturer to meet additional corrosion resistance requirements and provide vehicle structures that do not require corrosion preventive coatings or treatments; RFP 8446 Transfort Bus Procurement 16 • Good ride, passenger comfort, and ability to address higher capacity heating system needs (70 degrees in -30 to 10 degree external temperatures); and • Ability of manufacturer to meet the needs of the CFC-Transfort by providing products compatible with all CFC-Transfort Alternative Required Equipment as defined in Section 6. b. PROPOSER REPUTATION AND PERFORMANCE IN LIKE CLIMATES The CFC-Transfort Proposal Evaluation Committee will consider the capability and reputation of the Proposer as presented in the Proposal or as is determined by review of information available from references or other resources. The evaluation may look at the Proposer’s overall organizational and financial capabilities and consider key components such as quality control, quality assurance, research and development, response time, product capabilities, ability to furnish multiple bus configurations, references of those agencies providing service with products proposed in like climates, as well as other considerations, in reaching a final point determination. The Committee may also look at Fleet Defect history, warranty claims and the steps that the manufacturer took to resolve these concerns in assessing the overall reputation of the manufacturer. c. DELIVERY SCHEDULE The proposer is required to provide information on how promptly units can be delivered when ordered, balancing vehicle quality with expeditious delivery. It is important to have vehicles built and available to the CFC- Transfort within industry standard timeframes in order to expend grant funds and work with local, state, and federal funding partners in an expeditious manner. Evaluation of this criterion will be separated between Year 1 deliveries and subsequent years and proposers should provide information as such. Proposer is to provide a delivery schedule for Year 1 with the understanding that given time constraints of CFC-Transfort member agencies and funding sources, Proposers will receive higher scores if they can accommodate a six to 12 month delivery timeframe. Proposers are also to provide a delivery schedule for the four additional contract years proposing appropriate timeframes dependent on demand and vehicle configuration. Proposers are to provide their most competitive delivery timeframe based on quantities specified in this solicitation and time of purchase order issued. The CFC-Transfort values an average 12 month delivery timeframe, if possible. d. AFTER SALE SERVICE – TECHNICAL SUPPORT, TRAINING, AND PARTS AVAILABILITY All parties should be aware that the CFC-Transfort places high value on after-sale service support, to include technical support programs proposed, training programs proposed, and expeditious replacement parts availability. The CFC-Transfort will evaluate Training based on Proposer’s creativity and innovative options provided to address Training Program and Technical / RFP 8446 Transfort Bus Procurement 17 Service Support Program requirements identified in Section 6: Technical Specifications. Review of options submitted will include ability of manufacturer to provide in person and online training as well as resources that can be shared amongst the CFC-Transfort. The CFC-Transfort will also review Proposer’s ability to help meet Federal and State mandated State of Good Repair requirements. At minimum, the manufacturer/dealer shall provide a vehicle orientation with each vehicle delivered to a CFC-Transfort as identified in Section 6: Technical Specifications. Included with parts availability is whether the Contractor keeps price catalogs current and whether the Contractor pays for the cost of freight. Evaluation sub-criteria include: • Parts availability for 15 year period; • Reliability of parts access; • Timing of parts receipt from manufacturer, to include subcomponent manufacturers; and • Parts engineering changes for high altitude climate and cold weather conditions and how the manufacturer will provide and support the necessary part modifications over the useful life period of 12-15 years. e. WARRANTY The CFC-Transfort expects all parties responding to this RFP to meet the warranty provisions outlined in Section 7. In addition to the specified warranty provisions, the CFC-Transfort will review additional extended warranties that are offered. Warranties shall be evaluated in terms of longevity, cost, and overall relationship to being most advantageous and favorable for the CFC-Transfort. 2. Cost Evaluation Criteria As described below, the proposed cost as submitted by the Proposer on the CFC- Transfort provided form will be evaluated in relation to the Technical Evaluation Criteria to develop a final overall score for each Proposal. The Contractor is required to use the CFC-Transfort’s form, without alteration, for submittal of its Price Proposal. Please DO NOT use your own forms. The cost will be evaluated in the following manner: 1. Cost Proposal Criteria a. The Cost Proposal criteria will be evaluated by each cost line item provided on the Price Proposal Form. The base cost is evaluated separately from each additional option requested, to include: CNG, body design, additional options, and spare parts. b. The lowest average price proposed for each item of evaluation (base, body design options, additional options, spare parts) in like size categories (i.e. 35 foot CNG) will receive the highest number of possible points. Every other Proposal previously found to be in the Competitive Range will be given points proportionately in percentage range of lowest cost (i.e. <5%, 6-10%, etc.). RFP 8446 Transfort Bus Procurement 18 c. Proposals will also be evaluated as to the degree of transparency proposed in relation to the “Explanation of Method for Price Adjustments of Base Pricing Proposed” and described in “Preparation of Proposals: Proposal Format Requirements: Package 2.” Proposer will be evaluated as to fairness of the method documented for transparent non-cardinal change price adjustments to the base price when modifying orders to accommodate CFC-Transfort needs. d. The likelihood of a BAFO process is very low; therefore Proposers are encouraged to submit their most competitive pricing at the initial time of Offer. Technical and Cost Evaluation Total Score Once a total score is determined for each of the primary evaluation criteria (technical and cost), the two scores are weighted in relation to their overall importance to the CFC-Transfort to determine a final overall score for each Proposal in each vehicle size (length). The combination of the two scores to reach a final overall score balances the need for a high quality, 12-15 useful life vehicle with the overall cost of that vehicle, with weights normally 60% technical and 40% cost. Best Value Evaluation Over 5 Year Period The total scores derived by appropriately weighting the individual technical and cost evaluation scores is then used to evaluate proposals for best value over the life of the contract, as FTA guidelines require evaluation of all purchases made over the five year period, not just those being purchased in the first year. The Best Value evaluation takes into consideration the number, as well as the size, and body style, of vehicle purchases to be made by the CFC-Transfort over the five year period along the prices proposed corresponding to those categories, and the total weighted score determined by the evaluation committee. The number of units to be pur- chased over the five year period in the various size and body style categories are then multiplied by the price proposed by the Manufacturer to determine a total contract value. That value is then divided by the total evaluation score to determine a weighted contract value. The Proposer with the most cost effective weighted con- tract value is determined to be Best Value over the life of the contract and will be offered award, if all other qualification evaluation requirements are met. IP 12.6 Evaluation Procedures Proposals will be analyzed for conformance with the instructions and requirements of the RFP and Contract documents by the CFC-Transfort Program Administrator. Proposals that do not comply with these instructions and do not include the required information may be rejected as insufficient or not be considered for the Competitive Range. The CFC-Transfort reserves the right to request that a Proposer provide any missing information and make corrections. Proposers are advised that the detailed evaluation forms and procedures will follow the same Proposal format and organization specified in “Preparation of Proposals.” Therefore, Proposers should pay close attention to and strictly follow all instructions. Submittal of a Proposal will signify that the Proposer has accepted the whole of the Contract documents, except such conditions, exceptions, reservations or understandings explicitly, fully and separately stated on the forms and according to the instructions of the Form for Proposal Deviation. Any such conditions, exceptions, RFP 8446 Transfort Bus Procurement 19 reservations or understandings that do not result in the rejection of the Proposal are subject to evaluation under the criteria set forth in “Proposal Selection Process.” Evaluations will be made in strict accordance with all the evaluation criteria specified in “Proposal Selection Process,” above. The CFC-Transfort will choose the Proposal(s) that it finds to be most advantageous to the CFC-Transfort, based upon the evaluation criteria. IP 12.7 Evaluations of Competitive Proposals 1. Qualification of responsible Proposers. Proposals will be evaluated to determine the responsibility of Proposers. A final determination of a Proposer’s responsibility will be made upon the basis of initial information submitted in the Proposal, any information submitted upon request by the CFC-Transfort, information submitted in a BAFO if required, and information resulting from CFC- Transfort inquiry of Proposer’s references and its own knowledge of the Proposer. 2. Detailed evaluation of Proposals and determination of Competitive Range. The CFC-Transfort will carry out and document its evaluations in accordance with the criteria and procedures set forth in “Proposal Selection Process.” Any Proposal deficiencies that may render a Proposal unacceptable will be documented. The CFC-Transfort will make specific note of questions, issues, concerns and areas requiring clarification by Proposers and to be discussed in any meetings with Proposers that the CFC-Transfort finds to be within the Competitive Range. Rankings of the Proposals against the evaluation will then be made for determining which Proposals are within the Competitive Range, or may reasonably be made to be within the Competitive Range. The CFC-Transfort may request vehicles to be provided for view at a specified location, date and time. After Proposals are reviewed for responsiveness, this location, date and time will be provided to the Proposers whose Proposals will be reviewed during this first evaluation period. 3. Proposals not within the Competitive Range. Proposers of any Proposals that have been determined by the CFC-Transfort as not in the Competitive Range, and that cannot be reasonably made to be within the Competitive Range, will be notified in accordance with the CFC-Transfort’s policies. 4. Discussions with Proposers in the Competitive Range. The Proposers whose Proposals are found by the CFC-Transfort to be within the Competitive Range, or that may be reasonably made to be within the Competitive Range, will be notified and any questions or requests for clarifications provided to them in writing. Each such Proposer may be invited for an interview and discussions with the CFC- Transfort to discuss answers to written or oral questions, clarifications and any facet of its Proposal. The CFC-Transfort may also request at this time that vehicles be provided for view at a specified location, date and time. After proposals are reviewed and determined competitive, this location, date and time will be provided to the Proposers. RFP 8446 Transfort Bus Procurement 20 In the event that a Proposal that has been included in the Competitive Range contains conditions, exceptions, reservations or understandings to any Contract requirements as provided in the Form for Proposal Deviation, said conditions, exceptions, reservations or understandings may be negotiated during these meetings. However, the CFC-Transfort shall have the right to reject any and all such conditions and exceptions, and instruct the Proposer to amend its Proposal and remove said conditions and exceptions; and any Proposer failing to do so may cause the CFC-Transfort to find such Proposal to be outside the Competitive Range. No information, financial or otherwise, will be provided to any Proposer about any of the Proposals from other Proposers, to the extent permitted by applicable law. Proposers will not be given a specific price or specific financial requirements they must meet to gain further consideration, except that proposed prices may be considered to be too high with respect to the marketplace or unacceptable. Proposers will not be told of their rankings among the other Proposers prior to Contract award. 5. Factory and site visits. The CFC-Transfort reserves the right to conduct factory visits of the Proposer’s facilities and/or the facilities of major sub-suppliers included in the Proposal. 6. Best and final offers. After all interviews have been completed, the Proposers in the Competitive Range may be asked to submit BAFOs. The Request for BAFOs shall include the following: • Notice that discussions and negotiations are concluded. • A complete listing of the conditions, exceptions, reservations or under- standings that have been approved. • A common date and time for submission of written BAFOs, allowing a rea- sonable opportunity for preparation of the written BAFOs. • Notice that if any modification to a BAFO is submitted, it must be received by the date and time specified for the receipt of BAFOs. • Notice to Proposers that do not submit a notice of withdrawal or a BAFO that their immediately previous Proposal will be construed as their BAFO. Any modification to the initial Proposal made by a Proposer in its BAFO shall be identified in its BAFO. BAFOs will be evaluated by the CFC-Transfort according to the same requirements and criteria as the initial Proposals (“Proposal Selection Process”). The CFC-Transfort will make appropriate adjustments to the initial scores for any sub-criteria and criteria that have been affected by any Proposal modifications made by the BAFOs. These final scores and rankings within each criterion will again be arrayed by the CFC-Transfort and considered according to the relative degrees of importance of the criteria defined in “Proposal Selection Process.” The CFC-Transfort will then choose the Proposal that it finds to be most advantageous to the CFC-Transfort, based upon the evaluation criteria. The results of the evaluations and the selection of a Proposal for any award will be documented. RFP 8446 Transfort Bus Procurement 21 The CFC-Transfort reserves the right to make an award to a Proposer whose Proposal it judges to be most advantageous to the CFC-Transfort upon the evaluation criteria, without conducting any written or oral discussions with any Proposers or solicitation of any BAFOs. It is strongly suggested that Proposers provide the most competitive pricing at the time of initial Proposal submission, as the solicitation of BAFOs is highly unlikely. 7. Debriefing. Subsequent to the award, the unsuccessful Proposers will be notified and may request a debriefing. Proposers will be debriefed in accordance with CFC-Transfort policies. IP 13. Response to Proposals IP 13.1 Single Proposal Response If only one Proposal is received in response to this RFP and it is found by the CFC- Transfort to be acceptable, then a price or cost analysis, or both, possibly including an audit, may be performed by or for the CFC-Transfort. The Proposer has agreed to such analysis by submitting a Proposal in response to this RFP. IP 13.2 Availability of Funds Annual Appropriation/Grant Funding Provisions Notwithstanding anything herein contained to the contrary, the CFC-Transfort obligations under this RFP and potential Contract are expressly subject to an annual appropriation being made by the City Council in an amount sufficient to allow the agency to perform its obligations hereunder. If sufficient funds are not appropriated, purchases under this Contract may be terminated without penalty or options released for Piggyback contracting. The CFC-Transfort obligations under this Contract are not to be viewed as general obligation indebtedness or multiple year direct or indirect debt or other financial obligation whatsoever. Further the CFC-Transfort rely upon Federal Financial Assistance Funds and State Financial Assistance Funds that are contingent upon award and appropriation from the United States Government and State Funds or State of Colorado Transportation Commission that are contingent upon award and contracted appropriation by the Colorado Department of Transportation, or Federal Transit Administration. The CFC-Transfort has no control over the funding levels that will be received. CFC-Transfort is allowed to cancel any portion of the quantities specified in a given calendar year due to the unavailability of funds. Quantities may be transferred then to a subsequent calendar year to allow for purchase of the specified amount of vehicles as funds become available or assigned to another public transit agency as applicable. IP 13.3 Agency Rights The CFC-Transfort reserves the right to cancel the procurement in whole or in part, at its sole discretion, at any time before the Contract is fully executed and approved on behalf of the CFC-Transfort. The CFC-Transfort Program Administrator reserves the right to revise or amend the specifications up to the time set for the opening of the proposals. Such revisions and amendments, if any, shall be announced by addenda to this solicitation. Copies of such addenda shall be furnished to all prospective Proposers. RFP 8446 Transfort Bus Procurement 22 If the revisions and amendments require changes in quantities or price offered, or both, the date set for opening the Proposals may be postponed by such number of days as in the opinion of the CFC-Transfort Program Administrator shall enable Proposers to revise their proposals. In any case, the Proposal opening shall be at least no fewer than ten (10) days after the last addendum, and the addenda shall include an announcement of the new date, if applicable, for opening Proposals. The CFC-Transfort reserves the right to reject any or all Proposals, to undertake discussions with one or more Proposers, and to accept that Proposal or modified Proposal which, in its judgment, will be most advantageous to the CFC-Transfort, considering price and other evaluation criteria. The CFC-Transfort reserves the right to determine any specific Proposal that is conditional or not prepared in accordance with the instructions and requirements of this solicitation to be non-responsive. The CFC-Transfort reserves the right to waive any Defects, or minor informalities or irregularities in any Proposal that do not materially affect the Proposal or prejudice other Proposers. The CFC-Transfort also reserves the right to re-advertise, or to otherwise provide the services as determined by the CFC-Transfort to be in its best interest, and to accept any portion of the Proposal deemed to be in the best interests of the CFC-Transfort to do so, or further negotiate cost, terms or conditions of any Proposal or resulting contract as determined by the CFC-Transfort to be in its best interests. If there is any evidence indicating that two or more Proposers are in collusion to restrict competition or are otherwise engaged in anti-competitive practices, the Proposals of all such Proposers shall be rejected, and such evidence may be a cause for disqualification of the participants in any future solicitations undertaken by the CFC-Transfort. The CFC-Transfort may reject a Proposal that includes unacceptable Deviations as provided in the Form for Proposal Deviation. IP 13.4 Execution of Contract The acceptance of a Proposal for award, if made, shall be evidenced in writing by a notice of award of Contract delivered to the Proposer(s) whose Proposal(s) are accepted. Upon notice of award of the Contract to a Proposer, the Proposer shall commence performance under the Contract by furnishing copies of the certificates of insurance required to be procured by the Contractor pursuant to the Contract documents within thirty (30) calendar days after the date of receipt of the notice of award or at the time of contract, whichever occurs first. Failure to fulfill these requirements within the specified time is cause for termination of the Contract under “Termination for Default” in Section 3. IP 14. Conflicts of Interests and Gratuities Proposers are prohibited from engaging in any practice that may be considered a conflict of interest under existing CFC-Transfort policies and/or state law, and to refrain from participating in any gifts, favors or other forms of compensation that may be viewed as a gratuity in accordance with existing policies and laws. RFP 8446 Transfort Bus Procurement 23 SECTION 3: GENERAL CONDITIONS GC 1. Definitions The following are definitions of special terms used in this document: Agency: City of Fort Collins Authorized Signer: The person who is executing this Contract on behalf of the Contractor and who is authorized to bind the Contractor. Best and Final Offer (BAFO): The last Proposal made by a Proposer. If a BAFO is not specifically requested by the City of Fort Collins, or if the Proposer does not promptly respond to a request for a BAFO, then the most recent, current Proposal is the BAFO. Class 1 Failure (physical safety): A failure that could lead directly to passenger or operator injury and represents a severe crash situation. Class 2 Failure (road call): A failure resulting in an en route interruption of revenue service. Service is discontinued until the bus is replaced or repaired at the point of failure. Competitive Range: The range of proposals that are identified as the most highly rated, unless the range is further reduced for purposes of efficiency. Contract: The Proposal and its acceptance by the City of Fort Collins as manifested by the Contract documents specified in “Section 10: Contract.” Contracting Officer: The person who is executing this Contract on behalf of the City of Fort Collins and who has complete and final authority except as limited herein. Contractor: The successful Proposer who is awarded a Contract for providing all buses and equipment described in the Contract documents. Days: Unless otherwise stated, “days” shall mean calendar days. Defect: Patent or latent malfunction or failure in manufacture, installation or design of any component or subsystem. Deviation: Variance from a requirement or specification that does not alter the basis of a contractor adversely affects its performance. Due Date: The date and time by which Proposals must be received by the City of Fort Collins as specified in “Section 1: Notice of Request for Proposals.” Extended Warranty: A warranty available for purchase above the standard warranty. Fatigue Failure (Corrosion Fatigue): The mechanical degradation of a material under the joint action of corrosion and cyclic loading. RFP 8446 Transfort Bus Procurement 24 Pass-Through Warranty: A warranty provided by the Contractor but administered directly with the component Supplier. Proposal: A promise, if accepted, to deliver equipment and services according to the underlying solicitation of the City of Fort Collins documented using the prescribed form in the solicitation, including any Proposal or BAFO. Proposer: A legal entity that makes a Proposal. Related Defect: Damage inflicted on any component or subsystem as a direct result of a separate Defect. Solicitation: An Agency’s request for proposals. Superior Warranty: A warranty still in effect after all contractually required warranties have expired. The remaining warranty is administered directly between the sub-Supplier and the City of Fort Collins. Supplier: Any manufacturer or company providing units, components or subassemblies for inclusion in the bus that are installed by the Contractor. Supplier items shall require qualification by type and acceptance tests in accordance with requirements defined in “Section 8: Quality Assurance.” Subcontractor: Any manufacturer or company providing units, components or subassemblies for inclusion in the bus that are installed by a Subcontractor. Subcontractor items shall require qualification by type and acceptance tests in accordance with requirements defined in “Section 8: Quality Assurance.” Work: Any and all labor, supervision, services, materials, machinery, equipment, tools, supplies and facilities called for by the Contract and necessary to the completion thereof. GC 2. Materials and Workmanship The Contractor shall be responsible for all materials and workmanship in the construction of the bus and all accessories used, whether the same are manufactured by the Contractor or purchased from a Supplier. This provision excludes any equipment leased or supplied by the City of Fort Collins, except insofar as such equipment is damaged by the failure of a part or component for which the Contractor is responsible, or except insofar as the damage to such equipment is caused by the Contractor during the manufacture of the buses. GC 3. Conformance with Specifications and Drawings Materials furnished and Work performed by the Contractor shall conform to the requirements of the Technical Specifications and other Contract documents. Notwithstanding the provision of drawings, technical specifications or other data by the City of Fort Collins member agencies, the Contractor shall have the responsibility of supplying all parts and details required to make the bus complete and ready for service even though such details may not be specifically mentioned in the drawings and specifications. Items that are installed by the City of Fort Collins shall not be the responsibility of the Contractor unless they are included in this Contract. RFP 8446 Transfort Bus Procurement 25 Omissions from the Contract specifications, or the inaccurate description of details of work that are manifestly necessary to carry out the intent of the Contract specifications, or that are customarily performed, shall not relieve the Contractor from performing such omitted work or inaccurately described details of the work, and they shall be performed as if fully and correctly set forth and described. GC 4. Inspection, Testing and Acceptance GC 4.1 General The City of Fort Collins Representative(s) shall at all times have access to the Work, the Contractor and, through the Contractor, its Suppliers. The Contractor and its Suppliers shall furnish every reasonable facility for ascertaining that the materials and the workmanship are in accordance with the requirements of the Contract Documents. All Work done shall be subject to the City of Fort Collins Representative’s inspection and approval in accordance with the approved work products developed as a result of the Contract Documents. The pre-delivery tests and inspections shall be performed at the Contractor’s plant; they shall be performed in accordance with the procedures defined in “Section 8: Quality Assurance;” and they may be witnessed by the resident inspector. When a bus passes these tests and inspections, the resident inspector shall authorize release of the bus. Within ten (10) business days after arrival at the designated point of delivery, the bus shall undergo the City of Fort Collins tests defined in “Post-Delivery Tests.” If the bus passes these tests or if the City of Fort Collins does not notify the Contractor of non- acceptance within 10 business days after delivery, then acceptance of the bus by the City of Fort Collins occurs on the 10th business day after delivery. If the bus fails these tests, it shall not be accepted until the repair procedures defined in “Repairs after Non-Acceptance” have been carried out and the bus retested until it passes. Acceptance occurs earlier if the City of Fort Collins notifies the Contractor of early acceptance or places the bus in revenue service. GC 4.2 Risk of Loss The City of Fort Collins shall assume risk of loss of the bus on delivery, as defined in “Bus Delivery.” Prior to this delivery, the Contractor shall have risk of loss of the bus, including any damages sustained during the delivery regardless of the status of title or any payments related to the bus. Drivers shall keep a maintenance log en route, and it shall be delivered to the City of Fort Collins with the bus. If the bus is released back to the Contractor for any reason, then the Contractor has the risk of loss upon such release. GC 5. Title and Warranty of Title Adequate documents (including lienholder requirements of the Colorado Department of Transportation) for registering the bus in Colorado shall be provided to the City of Fort Collins no less than 10 business days before delivery to the City of Fort Collins. Upon acceptance of each bus, the Contractor warrants that the title shall pass to the City of Fort Collins or CDOT under lien free and clear of all encumbrances. RFP 8446 Transfort Bus Procurement 26 GC 6. Intellectual Property Warranty The City of Fort Collins shall advise the Contractor of any impending patent suit related to this Contract against the City of Fort Collins and provide all information available. The Contractor shall defend any suit or proceeding brought against the City of Fort Collins based on a claim that any equipment, or any part thereof, furnished under this Contract constitutes an infringement of any patent, and the Contractor shall pay all damages and costs awarded therein, excluding incidental and consequential damages against the City of Fort Collins. In case said equipment, or any part thereof, is in such suit held to constitute infringement and use of said equipment or parts is enjoined, the Contractor shall, at its own expense and at its option, either procure for the City of Fort Collins the right to continue using said equipment or part, or replace same with non- infringing equipment, or modify it so it becomes non-infringing. The Contractor’s obligations under this section are discharged and the City of Fort Collins shall hold the Contractor harmless with respect to the equipment or part if it was specified by the City of Fort Collins and all requests for substitutes were rejected, and the Contractor advised the City of Fort Collins under “Questions and Clarifications” of a potential infringement, in which case the Contractor shall be held harmless. GC 7. Data Rights GC 7.1 Proprietary Rights/Rights in Data The term “subject data” used in this clause means recorded information, whether or not copyrighted, that is delivered or specified to be delivered under the Contract. It includes the proprietary rights of the following: • Shop drawings and working drawings • Technical data including manuals or instruction materials, computer or microprocessor software • Patented materials, equipment, devices or processes • License requirements The City of Fort Collins shall protect proprietary information provided by the Contractor to the fullest extent of the law. The Contractor shall grant a non-exclusive license to allow the City of Fort Collins to utilize such information in order to maintain the vehicles. In the event that the Contractor no longer provides the information, the City of Fort Collins has the right to reverse engineer patented parts and software. The City of Fort Collins reserves a royalty-free, non-exclusive and irrevocable license to reproduce, publish or otherwise use, and to authorize others to use, the following subject data for its purposes: (1) any subject data required to be developed and first produced in the performance of the Contract and specifically paid for as such under the Contract, whether or not a copyright has been obtained; and (2) any rights of copyright to which the Contractor, Subcontractor or Supplier purchases ownership for the purpose of performance of the Contract and specifically paid for as such under the Contract. The Contractor agrees to include the requirements of this clause, modified as necessary to identify the affected parties, in each subcontract and supply order placed under the Contract. RFP 8446 Transfort Bus Procurement 27 GC 7.2 Access to Onboard Operational Data The City of Fort Collins grant to the Contractor the right to inspect, examine, download, and otherwise obtain any information or data available from components provided by the Contractor, including, but not limited to, any electronic control modules or other data- collection devices, to the extent necessary to enable the Contractor to perform reliability maintenance analysis, corrective action and/or other engineering type Work for the bus. This right expressly excludes access to information or data collected on any equipment not provided and installed by the Contractor. GC 8. Changes GC 8.1 Contractor Changes Any proposed change in this Contract shall be submitted to the City of Fort Collins for its prior approval. Oral change orders are not permitted. No change in this Contract shall be made without the prior written approval of the City of Fort Collins. The Contractor shall be liable for all costs resulting from, and/or for satisfactorily correcting, any specification change not properly ordered by written modification to the Contract and signed by the City of Fort Collins. GC 8.2 Agency Changes The City of Fort Collins may obtain changes to the Contract by notifying the Contractor in writing. As soon as reasonably possible but no later than thirty (30) calendar days after receipt of the written change order to modify the Contract, the Contractor shall submit to the City of Fort Collins a detailed price and schedule Proposal for the Work to be performed. This Proposal shall be accepted or modified by negotiations between the Contractor and the City of Fort Collins. At that time, a detailed modification shall be executed in writing by both parties. Disagreements that cannot be resolved within negotiations shall be resolved in accordance with “Disputes,” below. Regardless of any disputes, the Contractor shall proceed with the Work ordered. GC 9. Legal Clauses GC 9.1 Indemnification GC 9.1.1 The Contractor shall indemnify and hold harmless the City of Fort Collins, and any of its officers, agents and employees against any losses, claims, damages or liabilities for which the City of Fort Collins may become subject to insofar as any such losses, claims, dam- ages or liabilities arise out of, directly or indirectly, this Contract, or are based upon any performance or nonperformance by Contractor or any of its subcontractors hereunder; and Contractor shall reimburse the City of Fort Collins for reasonable attorney fees and costs, legal and other expenses incurred by the City of Fort Collins in connection with investigating or defending any such loss, claim, damage, liability or action. This indemnification shall not apply to claims by third parties against the City of Fort Collins to the extent that the City of Fort Collins is liable to such third party for such claims without regard to the involvement of the Contractor. This paragraph shall survive expiration or termination hereof. GC 9.1.2 The obligations of the Contractor under the above paragraph shall not extend to circumstances where the injury, death or damages are caused solely by the negligent acts, errors or omissions of the City of Fort Collins, its officers, employees, agents or RFP 8446 Transfort Bus Procurement 28 consultants, including, without limitation, negligence in: (1) the preparation of the Contract documents, or (2) the giving of directions or instructions with respect to the requirements of the Contract by written order. The obligations of the Contractor shall not extend to circumstances where the injury, death or damages are caused, in whole or in part, by the negligence of any third-party operator, not including an assignee or Subcontractor of the Contractor, subject to the right of contribution. In case of joint or concurrent negligence of the parties giving rise to a claim or loss against either one or both, each shall have full rights of contribution from the other. GC 9.2 Suspension of Work GC 9.2.1 The City of Fort Collins may at any time and for any reason within its sole discretion issue a written order to the Contractor suspending, delaying or interrupting all or any part of the work for a specified period of time. GC 9.2.2 The Contractor shall comply immediately with any such written order and take all reasonable steps to minimize costs allocable to the work covered by the suspension during the period of work stoppage. Contractor shall continue the work that is not included in the suspension and shall continue such ancillary activities as are not suspended. The Contractor shall resume performance of the suspended work upon expiration of the notice of suspension, or upon direction from the City of Fort Collins. GC 9.2.3 The Contractor shall be allowed an equitable adjustment in the Contract price (excluding profit) and/or an extension of the Contract time, to the extent that cost or delays are shown by the Contractor to be directly attributable to any suspension. However, no adjustment shall be made under this section for any suspension, delay or interruption due to the fault or negligence of the Contractor, or for which an equitable adjustment is provided for, or excluded under any other term or condition of the Contract. As soon as reasonably possible but no later than forty-five (45) calendar days, or any other period of time agreed to by the parties, after receipt of the written suspension of work notice, the Contractor shall submit to the Contracting Officer a detailed price and schedule Proposal for the suspension, delay or interruption. GC 9.3 Excusable Delays/Force Majeure GC 9.3.1 If the Contractor is delayed at any time during the progress of the work by the neglect or failure of the City of Fort Collins or by a cause as described below, then the time for completion and/or affected delivery date(s) shall be extended by the City of Fort Collins subject to the following cumulative conditions: a. The cause of the delay arises after the Notice of Award and neither was nor could have been anticipated by the Contractor by reasonable investigation before such award. Such cause may also include force majeure events such as any event or circumstance beyond the reasonable control of the Contractor, including but not limited to acts of God; earthquake, flood and any other natural disaster; civil disturbance, strikes and labor disputes; fires and explosions; war and other hostilities; embargo; or failure of third parties, including Suppliers or Subcontractors, to perform their obligations to the Contractor; b. The Contractor demonstrates that the completion of the work and/or any affected deliveries will be actually and necessarily delayed; RFP 8446 Transfort Bus Procurement 29 c. The Contractor has taken measures to avoid and/or mitigate the delay by the exercise of all reasonable precautions, efforts and measures, whether before or after the occurrence of the cause of delay; and d. The Contractor makes written request and provides other information to the City of Fort Collins as described in paragraph GC 9.3.4 below. A delay in meeting all of the conditions of this section shall be deemed an excusable delay. Any concurrent delay that does not constitute an excusable delay shall not be the sole basis for denying a request hereunder. GC 9.3.2 None of the above shall relieve the Contractor of any liability for the payment of any liquidated damages owing from a failure to complete the Work by the time for completion that the Contractor is required to pay pursuant to “Liquidated Damages for Late Delivery of the Bus” for delays occurring prior to, or subsequent to the occurrence of an excusable delay. GC 9.3.3 The City of Fort Collins reserves the right to rescind or shorten any extension previously granted, if subsequently the City of Fort Collins determines that any information provided by the Contractor in support of a request for an extension of time was erroneous; provided, however, that such information or facts, if known, would have resulted in a denial of the request for an excusable delay. Notwithstanding the above, the City of Fort Collins will not rescind or shorten any extension previously granted if the Contractor acted in reliance upon the granting of such extension and such extension was based on information that, although later found to have been erroneous, was submitted in good faith by the Contractor. GC 9.3.4 No extension or adjustment of time shall be granted unless: (1) written notice of the delay is filed with the City of Fort Collins within fourteen (14) calendar days after the commencement of the delay and (2) a written application therefore, stating in reasonable detail the causes, the effect to date and the probable future effect on the performance of the Contractor under the Contract, and the portion or portions of the work affected, is filed by the Contractor with the City of Fort COllins within thirty (30) calendar days after the commencement of the delay. No such extension or adjustment shall be deemed a waiver of the rights of either party under this Contract. The City of Fort Collins shall make its determination within thirty (30) calendar days after receipt of the application. GC 9.4 Termination GC 9.4.1. Termination for Convenience The performance of work under this Contract may be terminated by the City of Fort Collins under signed purchase agreement in accordance with this clause in whole, or from time to time in part, whenever the City of Fort Collins shall determine that such termination is in the best interest of the City of Fort Collins. Any such termination shall be effected by delivery to the Contractor of a notice of termination specifying the extent to which performance of work under the Contract is terminated, and the date upon which such termination becomes effective. After receipt of a notice of termination, and except as otherwise directed by the City of Fort Collins, the Contractor shall do the following: RFP 8446 Transfort Bus Procurement 30 • Stop work under the Contract on the date and to the extent specified in the notice of termination. • Place no further orders or subcontracts for materials, services or facilities, except as may be necessary for completion of such portion of the work under the Contract as is not terminated. • Terminate all orders and subcontracts to the extent that they relate to the performance of work terminated by the notice of termination; assign to the City of Fort Collins in the manner, at the times, and to the extent directed by the City of Fort Collins, all of the right, title and interest of the Contractor under the orders and subcontracts so terminated, in which case the City of Fort Collins shall have the right, in its discretion, to settle or pay any or all claims arising out of the termination of such orders and subcontracts. • Settle all outstanding liabilities and all claims arising out of such termination of orders and subcontracts, with the approval or ratification of the City of Fort Collins, to the extent he or she may require, which approval or ratification shall be final for all the purposes of this clause. • Transfer title to the City of Fort Collins and deliver in the manner, at the times and to the extent, if any, directed by the City of Fort Collins, the fabricated or unfabricated parts, work in process, completed work, supplies and other material produced as part of, or acquired in connection with the performance of, the work terminated, and the completed or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City of Fort Collins. • Use its best efforts to sell, in the manner, at the times, to the extent, and at the price(s) directed or authorized by the City of Fort Collins, any property of the types referred to above, provided, however, that the Contractor shall not be required to extend credit to any purchaser, and may acquire any such property under the conditions prescribed by and at prices approved by the City of Fort Collins, and provided further that the proceeds of any such transfer or disposition shall be applied in reduction of any payments to be made by the City of Fort Collins to the Contractor under this Contract or shall otherwise be credited to the price or cost of the work covered by this Contract or paid in such other manner as the City of Fort Collins may direct. • Complete performance of such part of the work as shall not have been terminated by the notice of termination. • Take such action as may be necessary, or as the Contracting Officer may direct, for the protection or preservation of the property related to this Contract that is in the possession of the Contractor and in which the City of Fort Collins has or may acquire an interest. The Contractor shall be paid its costs, including Contract close-out costs, and profit on Work performed up to the time of termination. The Contractor shall promptly submit its termination claim to the City of Fort Collins to be paid the Contractor. Settlement of claims by the Contractor under this termination for convenience clause shall be in accordance with the provisions set forth in Part 49 of the Federal Acquisition Regulations (48 CFR 49) except that wherever the word “Government” appears, it shall be deleted and the word “Agency” shall be substituted in lieu thereof. RFP 8446 Transfort Bus Procurement 31 GC 9.4.2. Termination for Default City of Fort Collins via purchase agreement, may, by written notice of default to the Contractor, terminate the whole or any part of this Contract if the Contractor fails to make delivery of the supplies or to perform the services within the time specified herein or any extension thereof; or if the Contractor fails to perform any of the other material provisions of the Contract, or so fails to make progress as to endanger performance of this Contract in accordance with its terms, and in either of these two circumstances does not cure such failure within a period of ten (10) business days, or such longer period as the City of Fort Collins may authorize in writing, after receipt of notice from the City of Fort Collins specifying such failure. If the Contract is terminated in whole or in part for default, the City of Fort Collins may procure, upon such terms and in such manner as the City of Fort Collins may deem appropriate, supplies or services similar to those so terminated. The Contractor shall be liable to the City of Fort Collins for any excess costs for such similar supplies or services and shall continue the performance of this Contract to the extent not terminated under the provisions of this clause. Except with respect to defaults of Subcontractors, the Contractor shall not be liable for any excess costs if the failure to perform the Contract arises out of a cause beyond the control and without the fault or negligence of the Contractor. If the failure to perform is caused by the default of a Subcontractor, and if such default arises out of causes beyond the control of both the Contractor and Subcontractor, and without the fault or negligence of either of them, the Contractor shall not be liable for any excess costs for failure to perform, unless the supplies or services to be furnished by the Subcontractor were obtainable from other sources and in sufficient time to permit the Contractor to meet the required delivery schedule. Payment for completed supplies delivered to and accepted by the City of Fort Collins shall be at the Contract price. The City of Fort Collins may withhold from amounts otherwise due the Contractor for such completed supplies such sum as the City of Fort Collins determines to be necessary to protect the City of Fort Collins against loss because of outstanding liens or claims of former lien holders. If, after notice of termination of this Contract under the provisions of this clause, it is determined for any reason that the Contractor was not in default under the provisions of this clause, or that the default was excusable under the provisions of this clause, then the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to termination for convenience of the City of Fort Collins. GC 9.5 Compliance with Laws and Regulations The Contractor shall at all times comply with all applicable laws, regulations, policies, procedures and directives (together, the “Law”), including without limitation, FTA regulations, policies, procedures and directives, including those listed directly or by reference in the agreement between the City of Fort Collins and FTA that funds any part of this Contract, as they may be amended or promulgated from time to time during the term of this Contract. Contractor’s failure to so comply shall constitute a material breach of this Contract. RFP 8446 Transfort Bus Procurement 32 GC 9.6 Changes of Law Changes of Law that become effective after the Proposal Due Date may result in price changes. If a price adjustment is indicated, either upward or downward, it shall be negotiated between the City of Fort Collins and the Contractor, and the final Contract price will be adjusted upward or downward to reflect such changes in Law. Such price adjustment may be audited, where required. GC 9.7 Governing Law and Choice of Forum This Contract shall be governed by the laws of Colorado without regard to conflict of law rules. The Contractor consents to the jurisdiction of the identified state, Larimer County. GC 9.8 Disputes Except as otherwise provided in this Contract, any dispute concerning a question of fact arising under or related to this Contract that is not disposed of by agreement shall be decided in accordance with the following steps. However, by mutual agreement the matter may be taken immediately to any higher step in the dispute resolution process, or a mutually agreed-to alternative dispute resolution process (which may include structured negotiations, mediation or arbitration), or litigation. Pending final resolution of a dispute hereunder, the Contractor shall proceed diligently with the performance of the Contract. 1. Notice of dispute. All disputes shall be initiated through a written dispute notice submitted by either party to the other party within 10 (ten) calendar days of the determination of the dispute. 2. Negotiation between Contracting Officers. The parties shall attempt in good faith to resolve any dispute arising out of or relating to this Contract promptly by negotiation between executives who have authority to settle the controversy and who are at a higher level of management than the people with direct responsibility for administration of this Contract. Any party may give the other party written notice of any dispute not resolved in the normal course of business as provided in paragraph 1 above. Within 14 (fourteen) calendar days after delivery of the dispute notice, the receiving party shall submit to the other party a written response. The dispute notice and written response shall include: (a) a statement of the party’s position and a summary of the arguments supporting that position, (b) any evidence supporting the party’s position and (c) the name of the executive who will represent that party and of any others who will accompany the executive in negotiations. Within 28 (twenty-eight) calendar days after delivery of the dispute notice, the contracting officer of both parties shall meet at a mutually acceptable time and place, and thereafter as they reasonably deem necessary to attempt to resolve the dispute. All reasonable requests for information by one party to the other shall be honored. 3. Alternatives disputes resolution. If agreed to by both parties, disputes may be resolved by a mutually agreed-to alternative dispute resolution process that may include structured negotiations different from paragraph 2 above, mediation or arbitration. RFP 8446 Transfort Bus Procurement 33 GC 9.9 Maintenance of Records; Access by Agency; Right to Audit Records In accordance with 49 CFR § 18.36(i), 49 CFR § 19.48(d) and 49 USC § 5325(a), provided that the CFC-Transfort is the FTA recipient or a sub-grantee of the FTA recipient, the Contractor agrees to provide the CFC-Transfort, FTA, the Comptroller General of the United States, the Secretary of the U.S. Department of Transportation, the State of Colorado, or any of their duly authorized representatives access to any books, documents, papers and records of the Contractor that are directly pertinent to or relate to this Contract (1) for the purpose of making audits, examinations, excerpts and transcriptions and (2) when conducting an audit and inspection. 1. In the event of a sole-source Contract, single Proposal, single responsive Proposal, or competitive negotiated procurement, the Contractor shall maintain and the City of Fort Collins, the U.S. Department of Transportation (if applicable) or the representatives thereof shall have the right to examine all books, records, documents and other cost and pricing data related to the Contract price, unless such pricing is based on adequate price competition, established catalog or market prices of commercial items sold in substantial quantities to the public, or prices set by law or regulation, or combinations thereof. Data related to the negotiation or performance of the Contract shall be made available for the purpose of evaluating the accuracy, completeness and currency of the cost or pricing data. The right of examination shall extend to all documents necessary for adequate evaluation of the cost or pricing data, along with the computations and projections used therein, including review of accounting principles and practices that properly reflect all direct and indirect costs anticipated for the performance of the Contract. 2. For Contract modifications or change orders, the City of Fort Collins, the U.S. Department of Transportation, if applicable, or their representatives shall have the right to examine all books, records, documents and other cost and pricing data related to a Contract modification, unless such pricing is based on adequate price competition, established catalog or market prices of commercial items sold in substantial quantities to the public, or prices set by law or regulation, or combinations thereof. Data related to the negotiation or performance of the Contract modification or change order shall be made available for the purpose of evaluating the accuracy, completeness and currency of the cost or pricing data. 3. The right of examination shall extend to all documents necessary for adequate evaluation of the cost or pricing data, along with the computations and projections used therein, either before or after execution of the Contract modification or change order for the purpose of conducting a cost analysis. If an examination made after execution of the Contract modification or change order reveals inaccurate, incomplete or out-of-date data, the City of Fort Collins may renegotiate the Contract modification or change order price adjustment, and the City of Fort Collins shall be entitled to any reductions in the price that would result from the application of accurate, complete or up-to-date data. The requirements of this section are in addition to other audit, inspection and record- keeping provisions specified elsewhere in the Contract documents. RFP 8446 Transfort Bus Procurement 34 GC 9.10 Confidential Information Public access to public records kept, made or maintained by the City of Fort Collins is governed by the Colorado Open Records Act (CORA). The City of Fort Collins, will comply with the requirements of CORA in accordance with City of Fort Collins’s policies and procedures. Except as otherwise required to be disclosed under state or federal law, or by order of court competent jurisdiction, The City of Fort Collins will use best efforts to withhold from disclosure proprietary information by the Proposer at the time of Proposal submission. During the performance of the Work under the Contract, it may be necessary for either party (the “Discloser”) to make confidential information available to the other party (the “Recipient”). The Recipient agrees to use all such information solely for the performance of the Work under the Contract and to hold all such information in confidence and not to disclose same to any third party without the prior written consent of the Discloser. Likewise, the Recipient agrees that all information developed in connection with the Work under the Contract shall be used solely for the performance of the Work under the Contract, and shall be held in confidence and not disclosed to any third party without the prior written consent of the Discloser. This Confidentiality section shall survive the termination or expiration of the Contract. GC 9.11 Conflicts of Interest, Gratuities No member, officer, or employee of the CFC-Transfort or of a local public body during his or her tenure, or one year thereafter, shall have any interest, direct or indirect, in this Contract or the proceeds thereof. The Contractor and the City of Fort Collins aver to their knowledge, no employee of the City has any personal or beneficial interest whatsoever in the Services or Property described in this Proposal and subsequent Contract. The Contractor has no beneficial interest, direct or indirect, that would conflict in any manner or degree with the performance of the Services or Property and the Contractor shall not employ any person having such known interests. GC 9.12 General Nondiscrimination Clause In connection with the performance of work provided for under this Contract, the Contractor agrees that it will not, on the grounds of race, religious creed, color, national origin, ancestry, physical disability, medical condition, marital status, sex, sexual orientation or age, discriminate or permit discrimination against any person or group of people in any manner prohibited by federal, state or local laws. GC 9.13 Amendment and Waiver GC 9.13.1. Amendment Any modification or amendment of any provisions of any of the Contract documents shall be effective only if in writing, signed by authorized representatives of both the City of Fort Collins and Contractor, and specifically referencing this Contract. RFP 8446 Transfort Bus Procurement 35 GC 9.13.2. Waiver In the event that either party elects to waive its remedies for any breach by the other party of any covenant, term or condition of this Contract, such waiver shall not limit the waiving party’s remedies for any succeeding breach of that or of any other term, covenant or condition of this Contract. GC 9.14 Remedies Not Exclusive The rights and remedies of the City of Fort Collins provided herein shall not be exclusive and are in addition to any other rights and remedies provided by law or under the Contract. GC 9.15 Counterparts This Contract may be executed in any number of counterparts. All such counterparts shall be deemed to constitute one and the same instrument, and each of said counterparts shall be deemed an original thereof. GC 9.16 Severability Whenever possible, each provision of the Contract shall be interpreted in a manner as to be effective and valid under applicable law. However, if any provision, or part of any provision, should be prohibited or invalid under applicable law, then such provision, or part of such provision, shall be ineffective to the extent of such prohibition or invalidity without invalidating the remainder of such provision or the remaining provisions of the Contract. GC 9.17 Third-Party Beneficiaries No provisions of the Contract shall in any way inure to the benefit of any third party, including the public at large, so as to constitute such person a third-party beneficiary of the Contract or of any one or more of the terms and conditions of the Contract or otherwise give rise to any cause of action in any person not a party to the Contract, except as expressly provided elsewhere in the Contract. GC 9.18 Assignment of Contract Neither party will assign or subcontract its rights or obligations under the Contract without prior written permission of the other party, and no such assignment or subcontract will be effective until approved in writing by the other party. GC 9.19 Independent Parties The Contractor is an independent contractor with respect to the performance of all work hereunder, retaining control over the detail of its own operations, and the Contractor shall not be considered the agent, employee, partner, fiduciary or trustee of the CFC- Transfort member agencies. GC 9.20 Survival The following sections shall survive the nominal expiration or discharge of other Contract obligations, and the City of Fort Collins may obtain any remedy under law, Contract or equity to enforce the obligations of the Contractor that survive the manufacturing, warranty and final payment periods: • “Intellectual Property Warranty” RFP 8446 Transfort Bus Procurement 36 • “Data Rights” • “Indemnification” • “Governing Law and Choice of Forum” • “Disputes” • “Confidential Information” • “Parts Availability Guarantee” • “Access to Records” • “Training” GC 10. City of Fort Collins-Specific Provisions Prohibitions on Government Contracts As used in this Section, the term undocumented individual will refer to those individuals from foreign countries not legally within the United States as set forth in C.R.S. 8- 17.5- 101, et. seq. If Contractor has any employees or subcontractors, Contractor shall comply with C.R.S. 8-17.5-101, et. seq., and this Contract. By execution of this Con- tract, Contractor certifies that it does not knowingly employ or contract with an un- documented individual who will perform under this Contract and that Contractor will participate in the E-verify Program or other Department of Labor and Employment pro- gram (“Department Program”) in order to confirm the eligibility of all employees who are newly hired for employment to perform Services under this Contract. a. Contractor shall not: i. Knowingly employ or contract with an undocumented individual to perform Services under this Contract; or ii. Enter into a subcontract that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with an undocumented individual to perform work under the public contract for services. b. Contractor has confirmed the employment eligibility of all employees who are newly hired for employment to perform Services under this Contract through participation in the E-Verify Program or Department Program, as administered by the United States Department of Homeland Security. c. Contractor shall not use either the E-verify program or other Department Program procedures to undertake pre-employment screening of job applicants while the public contract for services is being performed. d. If Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an undocumented individual, Contractor shall be required to: i. Notify the subcontractor and CFC-Transfort within three (3) days that Contractor has actual knowledge that the subcontractor is employing or contracting with an undocumented individual; and RFP 8446 Transfort Bus Procurement 37 ii. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to subparagraph (i) of the paragraph (d) the subcontractor does not stop employing or contracting with the undocumented individual; except that Contractor shall not terminate the contract with the subcontractor if during such three (3) days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an undocumented individual. e. Contractor shall comply with any reasonable request by the Department of Labor and Employment made in the course of an investigation that the department is undertaking pursuant to its authority established in C.R.S. 8-17.5-102(5). f. If Contractor violates these prohibitions, the City of Fort Collins may terminate the Contract for breach of contract. If the Contract is so terminated specifically for breach of this provision of this Contract, Contractor shall be liable for actual and consequential damages to the City of Fort Collins as required by law. g. The City of Fort Collins will notify the Colorado Secretary of State if Contractor violates this provision of this Contract and the City of Fort Collins terminates the Contract for such breach. RFP 8446 Transfort Bus Procurement 38 SECTION 4: SPECIAL PROVISIONS SP 1. Inspection, Tests and Repairs SP 1.1 Repair Performance SP 1.1.1 Repairs by Contractor After non-acceptance of the bus, the Contractor must begin Work within five (5) business days after receiving notification from the City of Fort Collins of failure of acceptance tests. The City of Fort Collins shall make the bus available to complete repairs timely with the Contractor repair schedule. The Contractor shall provide, at its own expense, all spare parts, tools and space required to complete the repairs. At the City of Fort Collins’s option, the Contractor may be required to remove the bus from the City of Fort Collins’s property while repairs are being made. If the bus is removed from the City of Fort Collins’s property, then repair procedures must be diligently pursued by the Contractor’s representatives, and the Contractor shall assume risk of loss while the bus is under its control. SP 1.1.2 Repairs by the Agency The City of Fort Collins will not take responsibility to correct Defects, except to replace defective parts as instructed by the Contractor. 1. Parts used. If the City of Fort Collins performs the repairs after non- acceptance of the bus, it shall correct or repair the Defect and any Related Defects using Contractor-specified parts available from its own stock or those supplied by the Contractor specifically for this repair. Reports of all repairs covered by this procedure shall be submitted by the City of Fort Collins to the Contractor for reimbursement or replacement of parts monthly, or at a period to be mutually agreed upon. The Contractor shall provide forms for these reports. 2. Contractor-supplied parts. If the Contractor supplies parts for repairs being performed by the City of Fort Collins after non-acceptance of the bus, then these parts shall be shipped prepaid, next day air preferable, to the City of Fort Collins. 3. Return of defective components. The Contractor may request that parts covered by this provision be returned to the manufacturing plant. The total costs for this action shall be paid by the Contractor. 4. Reimbursement for labor. The City of Fort Collins shall be reimbursed by the Contractor for labor. The amount shall be determined by the City of Fort Collins for a qualified mechanic at a straight time wage rate of $85.00 per hour, which includes fringe benefits and overhead adjusted for the City of Fort Collins most recently published rates in effect at the time the work is performed, plus the cost of towing in the bus, if such action was necessary. *Please note, the cost will be $85.00 per hour in the first year of the contract and increase each year by the same amount as the increase of the Consumer Price Index, Denver-Boulder- Greeley, as posted by the Bureau of Labor and Statistics, Mountain–Plains Information Office. 5. Reimbursement for parts. The City of Fort Collins shall be reimbursed by the Contractor for defective parts that must be replaced to correct the Defect. RFP 8446 Transfort Bus Procurement 39 SP 1.2 First Article Inspection – Production The purpose of a first article inspection is to confirm that any components, systems, subsystems, major assemblies, subassemblies, products, parts, apparatuses, articles and other materials comply with the Technical Specifications and other Contract documents. Where required by the Contract documents or requested by the City of Fort Collins, the Contractor shall cause first article inspections to be conducted. A first article inspection may include both a physical configuration inspection and a functional demonstration. First article inspections shall be conducted at the Contractor or Subcontractor’s facility. The Contractor shall furnish to the City of Fort Collins prior to each first article inspection a written inspection and demonstration plan for each item for review. The City of Fort Collins’s inspectors will attend each first article inspection unless the City of Fort Collins provides a written waiver of its right to attend any such inspection. The results of each first article inspection shall be documented by the Contractor in a format deemed acceptable by the City of Fort Collins, and all documents relating to the inspection shall be forwarded to the City of Fort Collins. SP 1.3 Post-Delivery Tests The City of Fort Collins will conduct acceptance tests on each delivered bus. These tests shall be completed within ten (10) business days after bus delivery and shall be conducted in accordance with written test plans. The purpose of these tests is to identify Defects that have become apparent between the time of bus release and delivery to the City of Fort Collins. The post-delivery tests shall include visual inspection and bus operations. No post-delivery test shall apply criteria that are different from the criteria applied in an analogous pre-delivery test (if any). Buses that fail to pass the post-delivery tests are subject to non-acceptance. The City of Fort Collins shall record details of all Defects on the appropriate test forms and shall notify the Contractor of acceptance or non-acceptance of each bus according to “Inspection, Testing and Acceptance” after completion of the tests. The Defects detected during these tests shall be repaired according to the procedures defined in “Repairs after Non-Acceptance.” SP 1.4 Repairs after Non-Acceptance The Contractor, or its designated representative, shall perform the repairs after non- acceptance. If the Contractor fails or refuses to begin the repairs within five (5) business days, then the work may be done by the City of Fort Collins’s personnel with reimbursement by the Contractor. SP 2. Deliveries SP 2.1 Bus Delivery Delivery of buses shall be determined by signed receipt of the Agency’s designated agent(s),City of Fort Collins, Transfort, 6570 Portner Road, Fort Collins, CO 80525, at the following point(s) of delivery and will be preceded by a cursory inspection of the bus: 6570 Portner Road, Fort Collins, CO 80525. The cost of the delivery of the vehicles shall be included in the price of the buses. RFP 8446 Transfort Bus Procurement 40 SP 2.2 Delivery Schedule The buses shall be delivered at a rate not to exceed 3 buses per day. Delivery shall be completed within the specified number of weeks agreed upon at the time of Award between the City of Fort Collins and the Contractor after delivery of the executed Contract documents. Hours of delivery shall be between 8:00 am and 5:00 pm on the following days of the week: Monday through Friday. No deliveries should be made on weekends or holidays. SP 2.3 Contract Deliverables Contract deliverables associated with this Contract are set forth in the table below, along with other pertinent information. Contract deliverables shall be submitted in accordance with “Section 6: Technical Specifications.” Due dates shown note the last acceptable date for receipt of Contract deliverables. The City of Fort Collins will consider early receipt of Contract deliverables on a case-by-case basis. The reference section designates the appropriate specification section(s) where the requirement is referenced. RFP 8446 Transfort Bus Procurement 47 Purchasing TABLE 1 Contract Deliverables Deliverable CFC action Due Date Format Quantity Due 1. Bus Testing— Full Altoona Test Report Review Due at time of proposal submission Hardcopy/ Electronic 1 / 1 2. Copy of Manufacturers’ formal Quality Assurance Program Review Due at time of proposal submission Hardcopy / Electronic 1 / 1 3. FTA Pre-Delivery Audit: Buy America Certification and pre- delivery content breakdown / final assembly Approval At time of award Hardcopy / Electronic 1 / 1 4. FTA Pre-Delivery Audit: FMVSS Approval At time of award Hardcopy / Electronic 1 / 1 5. Insurance certificate(s) – as required by Contract terms Approval Due at time of award Hardcopy/ Electronic 1 / 1 6. Undercoating system program if applicable Approval First Pre-Production Meeting Hardcopy / Electronic 1 7. Flooring certificate Review First Pre-Production Meeting Certificate/ copy of purchase order 1 8. QA purchasing certifications acknowledging receipt of applicable specification Review 30 days following first Pre- Production Meeting Hardcopy / Electronic 1 per major Supplier 9. Pre-Production Meeting minutes Approval 30 days after each meeting Hardcopy / Electronic 2 Originals / 1 10. Engineering support Review During Pre-Production Meeting Contracts 1 11. Material samples Review By conclusion of Pre-Production Meetings Physical 1 12. Powerplant certifications Review By conclusion of Pre-Production Meeting Hardcopy / RFP 8446 Transfort Bus Procurement 48 Deliverable CFC- Transfort Due Date Format Quantity Due 15. Interior features – fire-resistance certificates Review By conclusion of Pre-Production Meeting Certificates 1 16. In-process drawings Review 30 days after Pre-Production Meeting Scale drawings 1 17. Electrical and air schematics Review 30 days prior to production Hardcopy / Electronic 1/1 18. Technical review of electronic functionality Approval 30 days after Pre-Production Meeting Hardcopy / Electronic 1/1 19. Technical review of powerplant Approval 30 days after Pre-Production Meeting Hardcopy 1 20. Exterior graphics layout Approval 30 days after Pre-Production Meeting Hardcopy / Electronic 1/1 21. Resolution of issues following pre-production meeting Approval Prior to production Hardcopy / Electronic 1/1 22. Insurance certificate(s) – to cover damage of bus in transport to Purchasing Agency Review Prior to production Hardcopy/ Electronic 1 / 1 23. Recommended spare parts list, including bill of materials Review 60 days prior to shipment of first bus Electronic 1 24. Part number index Approval 60 days prior to shipment of first bus Hardcopy/ Electronic 1 /1 25. Purchase Invoice: Include CFC Contract #; PO # if applicable; VIN #; and Purchasing Agency name Approval 10 days prior to bus delivery Hardcopy / Electronic 1 / 1 26. Title documentation: application for title with appropriate lienholder information as determined in pre-production meeting Review 10 days prior to bus delivery Hardcopy / Electronic 1 / 1 RFP 8446 Transfort Bus Procurement 49 Deliverable CFC- Transfort Due Date Format Quantity Due 30. FTA Post-Delivery Audit: Buy America Certification and post delivery content breakdown / final assembly Approval 10 days prior to bus delivery Hardcopy / Electronic 1 / 1 31. FTA Post-Delivery Audit: FMVSS Approval 10 days prior to bus delivery Hardcopy / Electronic 1 / 1 32. Professionally prepared mechanics’ “Bus Orientation” training video Review With each bus order Electronic Media 5 each 33. Teaching materials Review With each bus order Hardcopy / Electronic 1 / 1 34. Training curriculum Approval With each bus order Electronic 1 35. Preventative maintenance manuals Review With each bus order Hardcopy / Electronic 2/2 36. Diagnostic procedures manuals Review With each bus order Hardcopy / Electronic 2/2 37. Parts manuals Review With each bus order Hardcopy / Electronic 2/2 38. Current price list Review With each bus order Hardcopy 5 39. Component repair manuals Review With each bus order Hardcopy/ Electronic 2/2 40. Operators’ manuals Review With each bus order Hardcopy / Electronic 5/2 41. List of serialized units installed on each bus Review With each bus delivery Electronic 1 per bus 42. QA manufacturing certificate Review With each bus delivery Hardcopy 1 per bus 43. Motor Vehicle Pollution Requirements Certificate Review With each bus delivery Hardcopy 1 per bus 44. Water Test Results Review With each bus delivery Hardcopy 1 per bus 45. Acceleration Results Review With each bus delivery Hardcopy 1 per bus 45. Alignment Certification Review With each bus delivery Hardcopy 1 per bus 46. Warranty Requirements Review With each bus delivery Hardcopy / Electronic 1 / 1 47. Driver’s log and incident report Review With each bus delivery if drive- away service is used Hardcopy 1 per bus 48. As-built drawings; to include as built wiring diagrams for ITS components if system is pre- wired. Review Within 10 days after final bus delivery RFP 8446 Transfort Bus Procurement 50 SP 3. Options and Option Pricing The Contractor hereby grants the CFC-Transfort and any permissible assignee options (“Options”) to purchase three (3) buses (sizes to be determined) per year (“Option Vehicles”). The Options shall be valid for a period of five years from the effective date of the Contract. There shall be no minimum order quantity for any permissible assignee. Subject to the CFC- Transfort’s right to order modifications, the Option Vehicles shall have the same specifications as the vehicles purchased under this Contract. CFC-Transfort may exercise the Options by written notice to the Contractor (“Notice of Exercise of Option”) at any time on or before five years following the effective date of the Contract (“Option Date”). The price of the Option Vehicles shall be the unit price of the base order vehicles, (“Base Order Price”) adjusted by multiplying the base order price by the following fraction: Latest Published Preliminary Index Number Prior to Notice of Exercise of Option / Index Number on Effective Date of the Contract The Index shall be the Producer Price Index for Truck and Bus Bodies, Series No. 1413, published by the United States Department of Labor, Bureau of Labor Statistics, or if such Index is no longer in use, then such replacement that is most comparable to the Index as may be designated by the Bureau of Labor Statistics, or as agreed by the parties. Within thirty (30) days after delivery of the Notice of Exercise of Option to the Contractor, the Contractor shall submit a proposed delivery schedule. Along with the proposed delivery schedule, the Contractor will provide the City of Fort Collins with access to its production schedule for the purpose of the parties verifying available production capacity. The production schedule shall include a reasonable time for mobilization and for coordinating with other vehicle orders, and it shall be based upon a production rate at least equal to the production rate actually realized with respect to the base order vehicles. If the parties are unable to agree on a production schedule, then the maximum term for the production of the Option Vehicles shall not exceed a total of 18 months after the date of Notice to Proceed with Option Vehicle production. The City of Fort Collins or any permissible assignee may issue a Notice to Proceed at any time after the Contractor submits its proposed delivery schedule. The Contractor shall not commence production of the Option Vehicles prior to issuance of the Notice to Proceed by CFC-Transfort or any permissible assignee of CFC-Transfort for the Option Vehicles incorporating the agreed production delivery schedule or the 18 month maximum term. Except as otherwise specially provided in this Contract, all other terms of the Contract shall apply to the Option Vehicles. SP 4. Assignability of Options If CFC-Transfortdoes not exercise the option(s) as listed in “Options and Option Pricing,” then CFC-Transfort reserves the right to assign the option(s) to other grantees of FTA funds in accordance with FTA Circular 4220.1F or its successors. SP 5. Payment The City of Fort Collins shall pay and the Contractor shall accept the amounts set forth in the price schedule as full compensation for all costs and expenses of completing the work in accordance with the Contract, including but not limited to all labor, equipment and material required; overhead; expenses; storage and shipping; risks and obligations; taxes (as applicable); fees and profit; and any unforeseen costs. RFP 8446 Transfort Bus Procurement 51 SP 5.1 Payment Terms Payment upon Delivery All payments shall be made as provided herein, less any additional amount withheld as provided below and less any amounts for liquidated damages in accordance with “Liquidated Damages for Late Delivery of the Bus.” The City of Fort Collins shall make payments for buses, along with any other additional specified options from the price schedule, within thirty (30) calendar days after delivery and acceptance of each bus. Delivery and acceptance includes receipt of: 1. Final proper invoice. 2. All Contract deliverables, including manuals and other documentation required by the Contract, excluding ongoing training. 3. Contractor provision of any certifications as required by law and/or regulations. 4. Completion of post-delivery audits required under the Contract. The Contractor may charge interest for late payment if payment is delayed more than ten (10) days after the payment Due Date set forth above. Interest will be charged at a rate not to exceed the prime rate of interest published by The Wall Street Journal on the 10th day. SP 5.2 Payment of Taxes The City of Fort Collins are exempt from payment of Federal Excise Tax and Colorado State Tax. Unless otherwise provided in this Contract, the Contractor shall pay all federal, state and local taxes, and duties applicable to and assessable against any work, goods, services, processes and operations incidental to or involved in the Contract, including but not limited to retail sales and use, transportation, export, import, business and special taxes. The Contractor is responsible for ascertaining and paying the taxes when due. The total Contract price shall include compensation for all taxes the Contractor is required to pay by laws in effect on the Proposal Due Date. The Contractor will maintain auditable records, subject to the City of Fort Collins review, confirming that tax payments are current at all times. SP 6. Liquidated Damages for Late Delivery of the Bus It is mutually understood and agreed by and between the parties to the Contract that time is of the essence with respect to the completion of the work and that in case of any failure on the part of the Contractor to deliver the buses within the time specified in “Delivery Schedule,” except for any excusable delays as provided in “Excusable Delays/Force Majeure” or any extension thereof, the City of Fort Collins will be damaged thereby. The amount of said damages, being difficult if not impossible of definite ascertainment and proof, due to the City of Fort Collins shall represent reasonable costs the City of Fort Collins must incur due to late delivery, capped at maximum $100 per calendar day per bus not delivered in substantially good condition as inspected by the City of Fort Collins at the time released for shipment. City of Fort Collins is to prove, via documentation of continued maintenance, part purchase, or lease costs incurred, to the manufacturer the actual costs incurred due to late delivery, again, with damages owed not to exceed $100 per calendar day per bus. The Contractor hereby agrees to pay the aforementioned amounts as fixed, agreed and liquidated damages, and not by way of penalty, to the City of Fort Collins and further RFP 8446 Transfort Bus Procurement 52 authorizes the City of Fort Collins to deduct the amount of the damages from money due the Contractor under the Contract, computed as aforesaid. If the money due the Contractor is insufficient or no money is due the Contractor, then the Contractor shall pay the City of Fort Collins the difference or the entire amount, whichever may be the case, within thirty (30) days after receipt of a written demand by the City of Fort Collins. The payment of aforesaid fixed, agreed and liquidated damages shall be in lieu of any damages for any loss of profit, loss of revenue, loss of use, or for any other direct, indirect, special or consequential losses or damages of any kind whatsoever that may be suffered by the City of Fort Collins arising at any time from the failure of the Contractor to fulfill the obligations referenced in this clause in a timely manner. SP 7. Service and Parts SP 7.1 Contractor Service and Parts Support The Contractor shall state on the form Contractor Service and Parts Support Data the representatives responsible for assisting the City of Fort Collins, as well as the location of the nearest distribution center, which shall furnish a complete supply of parts and components for the repair and maintenance of the buses to be supplied. The Contractor also shall state on the form, or by separate attachment, its policy on transportation charges for parts other than those covered by warranty. SP 7.2 Documentation The Contractor shall provide an electronic copy and printed current maintenance manual(s) to include preventative maintenance procedures, diagnostic procedures or troubleshooting guides and major component service manuals, an electronic copy and printed current parts manual(s), and an electronic copy and printed standard operator’s manual(s) as part of this Contract. The number and method of delivery for manuals referenced will be determined by each City of Fort Collins at the time of order and pre-production. The Contractor also shall exert its best efforts to keep maintenance manuals, operator’s manuals and parts books up to date for a period of fifteen (15) years. The supplied manuals shall incorporate all equipment ordered on the buses covered by this procurement. In instances where copyright restrictions or other considerations prevent the Contractor from incorporating major components information into the bus parts and service manuals, separate manual sets as published by the subcomponent Supplier will be provided. SP 7.3 Parts Availability Guarantee The Contractor hereby guarantees to provide, within reasonable periods of time, the spare parts, software and all equipment necessary to maintain and repair the buses supplied under this Contract for a period of at least twelve (12) years after the date of acceptance. Parts shall be interchangeable with the original equipment and shall be manufactured in accordance with the quality assurance provisions of this Contract. Prices shall not exceed the Contractor’s then-current published catalog prices. Where the parts ordered by the City of Fort Collins are not received within two (2) working days of the agreed-upon time and date and a bus procured under this Contract is out of service due to the lack of said ordered parts, then the Contractor shall provide the City of Fort Collins, within eight (8) hours of the City of Fort Collins’s verbal or written request, the original Suppliers’ and/or manufacturers’ parts numbers, company names, addresses, RFP 8446 Transfort Bus Procurement 53 telephone numbers and contact persons’ names for all of the specific parts not received by the City of Fort Collins. Where the Contractor fails to honor this parts guarantee or parts ordered by the City of Fort Collins are not received within thirty (30) days of the agreed-upon delivery date, then the Contractor shall provide to the City of Fort Collins, within seven (7) days of the City of Fort Collins’s verbal or written request, the design and manufacturing documentation for those parts manufactured by the Contractor and the original Suppliers’ and/or manufacturers’ parts numbers, company names, addresses, telephone numbers and contact persons’ names for all of the specific parts not received by the City of Fort Collins. The Contractor’s design and manufacturing documentation provided to the City of Fort Collins shall be for its sole use in regard to the buses procured under this Contract and for no other purpose. SP 7.4 CFC-Transfort - Furnished Property In the event that equipment or other goods or materials are specified in the Technical Specifications to be furnished by the City of Fort Collins to the Contractor for incorporation in the work, the following provisions shall apply: The City of Fort Collins shall furnish the equipment, goods or materials in a timely manner so as not to delay Contract delivery or performance dates. If City of Fort Collins-furnished property is received in a condition not suitable for the intended use, then the Contractor shall promptly notify the City of Fort Collins, detailing the facts, and at the City of Fort Collins’s expense repair, modify, return or take such other action as directed by the City of Fort Collins. The parties may conduct a joint inspection of the property before the Contractor takes possession to document its condition. The City of Fort Collins retains title to all City of Fort Collins-furnished property. Upon receipt of the City of Fort Collins-furnished property, the Contractor assumes the charge and care of the property and bears the risk of loss or damage due to action of the elements or from any other cause. The Contractor shall provide appropriate protection for all such property during the progress of the Work. Should any City of Fort Collins-furnished equipment or materials be damaged, such property shall be repaired or replaced at the Contractor’s expense to the satisfaction of the City of Fort Collins. No extension of time will be allowed for repair or replacement of such damaged items. Should the Contractor not repair or replace such damaged items, the City of Fort Collins shall have the right to take corrective measures itself and deduct the cost from any sums owed to the Contractor. Warranty administration and enforcement for City of Fort Collins-furnished equipment are the responsibility of the City of Fort Collins, unless the parties agree to transfer warranty responsibility to the Contractor. SP 8. Federal Motor Vehicle Safety Standards (FMVSS) The Contractor shall submit either 1) manufacturer’s FMVSS self-certification of Federal Motor Vehicles Safety Standards and that the vehicle complies with relevant FMVSS or 2) manufacturer’s certified statement that the contracted buses will not be subject to FMVSS regulations. RFP 8446 Transfort Bus Procurement 54 SP 9. Insurance 1. Contractor will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Contractor shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: “The insurance evidenced by this Certificate will not reduce coverage or limits and will not be cancelled, except after thirty (30) days written notice has been received by the City of Fort Collins.” In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Contractor, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Service Provider under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Contractor's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Contractor shall maintain during the life of this Agreement for all of the Contractor's employees engaged in work performed under this agreement: 1. Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Contractor shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $1,000,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Contractor shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. RFP 8446 Transfort Bus Procurement 55 SP 10. Sustainability The City of Fort Collins recognizes that being sustainable (environmentally, economically and socially responsible) involves everyone, both internal and external to the City of Fort Collins. The City of Fort Collins expects Contractors to have their own sustainability policies and programs in place and to provide services in line with the principles established therein. Implementation of sustainable practices may include maximizing the use of environmentally and socially responsible materials and services, utilizing energy- efficient and non-polluting vehicles, equipment and processes, and ensuring employee awareness of sustainability initiatives. RFP 8446 Transfort Bus Procurement 56 SECTION 5: FEDERAL REQUIRED AND OTHER MODEL CONTRACT CLAUSES FR 1. 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. FR 2. 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. FR 3. Access to Records and Reports Access to Records - The following access to records requirements apply to this Contract: A. 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 RFP 8446 Transfort Bus Procurement 57 United States or any of their authorized representatives access to any books, documents, papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. B. 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. C. 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). D. FTA does not require the inclusion of these requirements in subcontracts. Requirements for Access to Records and Reports by Types of Contract Contract Characteristics Operational Service Contract Turnkey Construction Architectural Engineering Acquisition of Rolling Stock Professiona l Services I State Grantees a. Contracts below SAT ($100,000) b. Contracts above $100,000/Capital Projects None None unless1 non- competitive award Those imposed on state pass thru to Contractor None Yes, if non- competitive award or if funded thru2 5307/5309/53 11 None None unless non- competitive award RFP 8446 Transfort Bus Procurement 58 promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. FR 5. Termination A. Termination for Convenience (General Provision) The (Recipient) 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 (Recipient) to be paid the Contractor. If the Contractor has any property in its possession belonging to the (Recipient), the Contractor will account for the same, and dispose of it in the manner the (Recipient) 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 (Recipient) 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 (Recipient) 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 (Recipient), after setting up a new delivery of performance schedule, may allow the Contractor to continue work, or treat the termination as a termination for convenience. C. Opportunity to Cure (General Provision) The (Recipient) 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 (Recipient)'s satisfaction the breach or default of any of the terms, covenants, or conditions of this Contract within [ten (10) days] after receipt by Contractor of written notice from (Recipient) setting forth the nature of said breach or default, (Recipient) 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 (Recipient) 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 (Recipient) elects to waive its remedies for any breach by Contractor of any covenant, term or condition of this Contract, such waiver by (Recipient) shall not limit (Recipient)'s remedies for any succeeding breach of that or of any other term, covenant, or condition of this Contract. E. Termination for Convenience (Professional or Transit Service Contracts) The (Recipient), by written notice, may terminate this contract, in whole or in part, when it is in the Government's interest. If this contract is terminated, the Recipient shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of termination. RFP 8446 Transfort Bus Procurement 59 F. 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 (Recipient) may terminate this contract for default. The (Recipient) 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. G. 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 (Recipient) may terminate this contract for default. The (Recipient) 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 (Recipient), protect and preserve the goods until surrendered to the Recipient or its agent. The Contractor and (Recipient) 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 (Recipient). FR 6. Civil Rights Requirements Civil Rights - The following requirements apply to the underlying contract: (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," RFP 8446 Transfort Bus Procurement 60 as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (b) Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue. (3) The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the affected parties. FR 7. Disadvantaged Business Enterprise (DBE) a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part 26, Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises (DBE) is 10%. The agency’s overall goal for DBE participation is 5 %. b. The contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT-assisted contract. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as City of Fort Collins deems appropriate. Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)). [Bidders][Offerors] must present the information required above [as a matter of responsiveness] [with initial proposals] [prior to contract award] (see 49 CFR 26.53(3)). {If no separate contract goal has been established, use the following} The successful bidder/offeror will be required to report its DBE participation obtained through race-neutral means throughout the period of performance. RFP 8446 Transfort Bus Procurement 61 d. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor’s receipt of payment for that work from the City of Fort Collins. In addition,is required to return any retainage payments to those subcontractors within 30 days after the subcontractor's work related to this contract is satisfactorily completed. e. The contractor must promptly notify City of Fort Collins whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work, and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of City of Fort Collins. FR 8. Incorporation of Federal Transit Administration (FTA) Terms 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 4220.1E, 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 (name of grantee) requests which would cause (name of grantee) to be in violation of the FTA terms and conditions. FR 9. Government-Wide Debarment and Suspension (Nonprocurement) Background and Applicability In conjunction with the Office of Management and Budget and other affected Federal agencies, DOT published an update to 49 CFR Part 29 on November 26, 2003. This government-wide regulation implements Executive Order 12549, Debarment and Suspension, Executive Order 12689, Debarment and Suspension, and 31 U.S.C. 6101 note (Section 2455, Public Law 103- 355, 108 Stat. 3327). The provisions of Part 29 apply to all grantee contracts and subcontracts at any level expected to equal or exceed $25,000 as well as any contract or subcontract (at any level) for Federally required auditing services. 49 CFR 29.220(b). This represents a change from prior practice in that the dollar threshold for application of these rules has been lowered from $100,000 to $25,000. These are contracts and subcontracts referred to in the regulation as “covered transactions.” Grantees, contractors, and subcontractors (at any level) that enter into covered transactions are required to verify that the entity (as well as its principals and affiliates) they propose to contract or subcontract with is not excluded or disqualified. They do this by (a) Checking the Excluded Parties List System, (b) Collecting a certification from that person, or (c) Adding a clause or condition to the contract or subcontract. This represents a change from prior practice in that certification is still acceptable but is no longer required. 49 CFR 29.300. Grantees, contractors, and subcontractors who enter into covered transactions also must require the entities they contract with to comply with 49 CFR 29, subpart C and include this requirement in their own subsequent covered transactions (i.e., the requirement flows down to subcontracts at all levels). Clause Language RFP 8446 Transfort Bus Procurement 62 The following clause language is suggested, not mandatory. It incorporates the optional method of verifying that contractors are not excluded or disqualified by certification. Suspension and Debarment This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by {insert agency name}. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to {insert agency name}, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. FR 10. Buy America The contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content. A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification (below) with all bids or offers on FTA-funded contracts, except those subject to a general waiver. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier subcontractors. Certification requirement for procurement of steel, iron, or manufactured products Certificate of Compliance with 49 U.S.C. 5323(j)(1) The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 5323(j)(1) and the applicable regulations in 49 C.F.R. Part 661.5. Date _______________________________________________________________________ Signature ____________________________________________________________________ Company Name _______________________________________________________________ Title _______________________________________________________________________ Certificate of Non-Compliance with 49 U.S.C. 5323(j)(1) RFP 8446 Transfort Bus Procurement 63 The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C. 5323(j)(1) and 49 C.F.R. 661.5, but it may qualify for an exception pursuant to 49 U.S.C. 5323(j)(2)(A), 5323(j)(2)(B), or 5323(j)(2)(D), and 49 C.F.R. 661.7. Date _______________________________________________________________________ Signature ____________________________________________________________________ Company Name ______________________________________________________________ Title _______________________________________________________________________ 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. 5323(j)(2)(C) and the regulations at 49 C.F.R. Part 661.11. Date _______________________________________________________________________ Signature ____________________________________________________________________ Company Name ______________________________________________________________ Title _______________________________________________________________________ Certificate of Non-Compliance 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. 5323(j)(2)(C) and 49 C.F.R. 661.11, but may qualify for an exception pursuant to 49 U.S.C. 5323(j)(2)(A), 5323(j)(2)(B), or 5323(j)(2)(D), and 49 CFR 661.7. Date _______________________________________________________________________ Signature ____________________________________________________________________ Company Name ______________________________________________________________ Title _______________________________________________________________________ FR 11. Breaches and Dispute Resolution Disputes - Disputes arising in the performance of this Contract which are not resolved by agreement of the parties shall be decided in writing by the authorized representative of City'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 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 City, 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 RFP 8446 Transfort Bus Procurement 64 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 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 is located. Rights and Remedies - The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. No action or failure to act by the City, (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. FR 12. Lobbying Modifications have been made to the Clause pursuant to Section 10 of the Lobbying Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. § 1601, et seq.] - Lobbying Certification and Disclosure of Lobbying Activities for third party contractors are mandated by 31 U.S.C. 1352(b)(5), as amended by Section 10 of the Lobbying Disclosure Act of 1995, and DOT implementing regulation, "New Restrictions on Lobbying," at 49 CFR § 20.110(d) - Language in Lobbying Certification is mandated by 49 CFR Part 19, Appendix A, Section 7, which provides that contractors file the certification required by 49 CFR Part 20, Appendix A. Modifications have been made to the Lobbying Certification pursuant to Section 10 of the Lobbying Disclosure Act of 1995. - Use of "Disclosure of Lobbying Activities," Standard Form-LLL set forth in Appendix B of 49 CFR Part 20, as amended by "Government wide Guidance For New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96) is mandated by 49 CFR Part 20, Appendix A. Byrd Anti-Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. § 1601, et seq.] - Contractors who apply or bid for an award of $100,000 or more shall file the certification required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non-Federal funds with respect to that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient. APPENDIX A, 49 CFR PART 20--CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (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: RFP 8446 Transfort Bus Procurement 65 (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)] (3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. [Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure or failure.] The Contractor, ___________________, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any. __________________________ Signature of Contractor's Authorized Official __________________________Name and Title of Contractor's Authorized Official ___________________________ Date FR 13. Clean Air 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 RFP 8446 Transfort Bus Procurement 66 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. FR 14. Clean Water Requirements 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 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. FR 15. Cargo Preference Requirements Cargo Preference - Use of United States-Flag Vessels - The contractor agrees: a. to use privately owned United States-Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States-Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of -lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient (through the contractor in the case of a subcontractor's bill-of-lading.) c. to include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel. FR 16. Fly America Requirements The Contractor agrees to comply with 49 U.S.C. 40118 (the “Fly America” Act) in accordance with the General Services Administration’s regulations at 41 CFR Part 301-10, which provide that recipients and subrecipients of Federal funds and their contractors are required to use U.S. Flag air carriers for U.S Government-financed international air travel and transportation of their personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements. The Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation. FR 17. Contract Work Hours and Safety Standards Act Background and Application RFP 8446 Transfort Bus Procurement 67 The Contract Work Hours and Safety Standards Act is codified at 40 USC 3701, et seq. The Act applies to grantee contracts and subcontracts “financed at least in part by loans or grants from … the [Federal] Government.” 40 USC 3701(b)(1)(B)(iii) and (b)(2), 29 CFR 5.2(h), 49 CFR 18.36(i)(6). Although the original Act required its application in any construction contract over $2,000 or non-construction contract to which the Act applied over $2,500 (and language to that effect is still found in 49 CFR 18.36(i)(6)), the Act no longer applies to any “contract in an amount that is not greater than $100,000.” 40 USC 3701(b)(3) (A)(iii). The Act applies to construction contracts and, in very limited circumstances, non-construction projects that employ “laborers or mechanics on a public work.” These non-construction applications do not generally apply to transit procurements because transit procurements (to include rail cars and buses) are deemed “commercial items.” 40 USC 3707, 41 USC 403 (12). A grantee that contemplates entering into a contract to procure a developmental or unique item should consult counsel to determine if the Act applies to that procurement and that additional language required by 29 CFR 5.5(c) must be added to the basic clause below. The clause language is drawn directly from 29 CFR 5.5(b) and any deviation from the model clause below should be coordinated with counsel to ensure the Act’s requirements are satisfied. Clause Language Contract Work Hours and Safety Standards (1) Overtime requirements - No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one- half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages - In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefore- shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages - The (write in the name of the grantee) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime RFP 8446 Transfort Bus Procurement 68 contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. FR 18. Energy Conservation Requirements Energy Conservation - The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. FR 19. Recycled Products 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. FR 20. Conformance with ITS National Architecture To the extent applicable, the Contractor agrees to conform to the National Intelligent Transportation Systems (ITS) Architecture and Standards as required by SAFETEA-LU § 5307(c), 23 U.S.C. § 512 note, and follow the provisions of FTA Notice, “FTA National ITS Architecture Policy on Transit Projects,” 66 Fed. Reg. 1455 et seq., January 8, 2001, and any other implementing directives FTA may issue at a later date, except to the extent FTA determines otherwise in writing. FR 21. ADA Access Accessibility. Facilities to be used in public transportation service must comply with 42 U.S.C. Sections 12101 et seq. and DOT regulations, “Transportation Services for Individuals with Disabilities (ADA),” 49 CFR Part 37; and Joint ATBCB/DOT regulations, “Americans with Disabilities (ADA) Accessibility Specifications for Transportation Vehicles,” 36 CFR Part 1192 and 49 CFR Part 38. Notably, DOT incorporated by reference the ATBCB’s “Americans with Disabilities Act Accessibility Guidelines” (ADAAG), revised July 2004, which include accessibility guidelines for buildings and facilities, and are incorporated into Appendix A to 49 CFR Part 37. DOT also added specific provisions to Appendix A modifying the ADAAG, with the result that buildings and facilities must comply with both the ADAAG and amendments thereto in Appendix A to 49 CFR Part 37. FR 22. Bus Testing 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 RFP 8446 Transfort Bus Procurement 69 the first vehicle. If the configuration or components are not identical, the manufacturer shall provide a description of the change and the manufacturer's basis for concluding that it is not a major change requiring additional testing. 4) If the manufacturer represents that the vehicle is "grandfathered" (has been used in mass transit service in the United States before October 1, 1988, and is currently being produced without a major change in configuration or components), the manufacturer shall provide the name and address of the recipient of such a vehicle and the details of that vehicle's configuration and major components. CERTIFICATION OF COMPLIANCE WITH FTA'S BUS TESTING REQUIREMENTS The undersigned [Contractor/Manufacturer] certifies that the vehicle offered in this procurement complies with 49 U.S.C. A 5323(c) and FTA's implementing regulation at 49 CFR Part 665. The undersigned understands that misrepresenting the testing status of a vehicle acquired with Federal financial assistance may subject the undersigned to civil penalties as outlined in the Department of Transportation's regulation on Program Fraud Civil Remedies, 49 CFR Part 31. In addition, the undersigned understands that FTA may suspend or debar a manufacturer under the procedures in 49 CFR Part 29. Date: _______________________________________________________________________ Signature: ___________________________________________________________________ Company Name: ______________________________________________________________ Title: _______________________________________________________________________ FR 23. Pre-Award and Post Delivery Audits Requirements - Buy America certification is mandated under FTA regulation, "Pre-Award and Post-Delivery Audits of Rolling Stock Purchases," 49 C.F.R. 663.13. -- Specific language for the Buy America certification is mandated by FTA regulation, "Buy America Requirements--Surface Transportation Assistance Act of 1982, as amended," 49 C.F.R. 661.12, but has been modified to include FTA's Buy America requirements codified at 49 U.S.C. A 5323(j). Pre-Award and Post-Delivery Audit Requirements - The Contractor agrees to comply with 49 U.S.C. § 5323(l) and FTA's implementing regulation at 49 C.F.R. Part 663 and to submit the following certifications: (1) Buy America Requirements: The Contractor shall complete and submit a declaration certifying either compliance or noncompliance with Buy America. If the Bidder/Offeror certifies compliance with Buy America, it shall submit documentation which lists 1) component and subcomponent parts of the rolling stock to be purchased identified by manufacturer of the parts, their country of origin and costs; and 2) the location of the final assembly point for the rolling stock, including a description of the activities that will take place at the final assembly point and the cost of final assembly. (2) Solicitation Specification Requirements: The Contractor shall submit evidence that it will be capable of meeting the bid specifications. (3) Federal Motor Vehicle Safety Standards (FMVSS): The Contractor shall submit 1) manufacturer's FMVSS self-certification sticker information that the vehicle complies with RFP 8446 Transfort Bus Procurement 70 relevant FMVSS or 2) manufacturer's certified statement that the contracted buses will not be subject to FMVSS regulations. BUY AMERICA CERTIFICATE OF COMPLIANCE WITH FTA REQUIREMENTS FOR BUSES, OTHER ROLLING STOCK, OR ASSOCIATED EQUIPMENT (To be submitted with a bid or offer exceeding the small purchase threshold for Federal assistance programs, currently set at $100,000.) Certificate of Compliance The bidder hereby certifies that it will comply with the requirements of 49 U.S.C. Section 5323(j)(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: _______________________________________________________________________ Certificate of Non-Compliance The bidder hereby certifies that it cannot comply with the requirements of 49 U.S.C. Section 5323(j)(2)(C) and Section 165(b)(3) of the Surface Transportation Assistance Act of 1982, as amended, but may qualify for an exception to the requirements consistent with 49 U.S.C. Sections 5323(j)(2)(B) or (j)(2)(D), Sections 165(b)(2) or (b)(4) of the Surface Transportation Assistance Act, as amended, and regulations in 49 C.F.R. 661.7. Date: _______________________________________________________________________ Signature: ___________________________________________________________________ Company Name: ______________________________________________________________ Title: _______________________________________________________________________ FR 24. City of Fort Collins Bid Protest Procedures The City of Fort Collins has a protest procedure, covering any phase of solicitation or award, including but not limited to specification or award. The protest procedures are available from the Purchasing Department, City of Fort Collins, 215 N. Mason, Street, 2nd Floor, P. O. Box 580, Fort Collins, CO. 80522. You may also request a copy of the procedures by emailing: Purchasing@fcgov.com or calling 970-221-6775. RFP 8446 Transfort Bus Procurement 71 RFP 8446 Transfort Bus Procurement 72 SECTION 6: TECHNICAL SPECIFICATIONS CITY OF FORT COLLINS-TRANSFORT SPECIAL OPERATING CONDITIONS The following information is provided as an introduction to the Technical Specifications to provide context for Proposers in terms of the overall environment; climate and operating conditions the City of Fort Collins provides transit in on a daily basis. This information is provided so that Proposals submitted are tailored to best meet, along with Technical Specification requirements, the specific environment this agency in Colorado provides service in. Any design modifications should be noted in the Proposal with the intent of meeting City of Fort Collins (CFC) operating requirements. Proposers are to specify if any other facility equipment or ITS upgrades are required to support any design modifications proposed. Documentation of successful high altitude, cold weather operation MUST be submitted with Proposal. Operating Elevations: 4,500 to 7,000 feet above sea level Ambient Temperatures: -30 degrees to +110 degrees Fahrenheit; Daily temperature variance of up to 70 degrees. Prolonged High Speed Operations: 65 MPH for up to 1 hour Steep Grades: 12% up to 1.5 Miles; 7-8% up to 10 Miles 5-6 months of heavy snow and ice conditions and contact with de-icing chemicals such as magnesium chloride that corrode the bus under carriage. GENERAL TS 1. Scope The following technical specifications define requirements for heavy-duty transit buses. Public transit service may be used for suburban, commuter, and express service on urban or arterial streets and highways. Buses shall have a minimum expected life of twelve (12) years or 500,000 miles, whichever comes first, and are intended for the widest possible spectrum of passengers, including children, adults, seniors and people with disabilities. TS 2. Definitions Alternative: An alternative specification condition to the default bus configuration. The Agency may define alternatives to the default configuration to satisfy local operating requirements. Alternatives for the default configuration will be clearly identified. Ambient Temperature: The temperature of the surrounding air. For testing purposes, ambient temperature must be between 16°C (50°F) and 38°C (100°F). Analog Signals: A continuously variable signal that is solely dependent upon magnitude to express information content. Audible Discrete Frequency: An audible discrete frequency is determined to exist if the sound power level in any 1/3-octave band exceeds the average of the sound power levels of the two adjacent 1/3-octave bands by 4 decibels (dB) or more. RFP 8446 Transfort Bus Procurement 73 Battery Compartment: Low-voltage energy storage, i.e. 12/24 VDC batteries. Battery Management System (BMS): Monitors energy, as well as temperature, cell or module voltages, and total pack voltage. The BMS adjusts the control strategy algorithms to maintain the batteries at uniform state of charge and optimal temperatures. Braking Resistor: Device that converts electrical energy into heat, typically used as a retarder to supplement or replace the regenerative braking. Burst Pressure: The highest pressure reached in a container during a burst test. Capacity (fuel container): The water volume of a container in gallons (liters). Cells: Individual components (i.e., battery or capacitor cells). Code: A legal requirement. Combination Gas Relief Device: A relief device that is activated by a combination of high pressures or high temperatures, acting either independently or together. Composite Container for CNG: A container fabricated of two or more materials that interact to facilitate the container design criteria. Compressed Natural Gas (CNG): Mixtures of hydrocarbon gases and vapors consisting principally of methane in gaseous form that has been compressed for use as a vehicular fuel. Container: A pressure vessel, cylinder or cylinders permanently manifolded together, used to store CNG. Container Appurtenances: Devices connected to container openings for safety, control or operating purposes. Container Valve: A valve connected directly to a container outlet. Curb Weight: Weight of vehicle, including maximum fuel, oil and coolant; and all equipment required for operation and required by this Specification, but without passengers or driver. dBA: Decibels with reference to 0.0002 microbar as measured on the “A” scale. DC to DC Converter: A module that converts a source of direct current from one voltage level to another. Default Configuration Bus: The bus described if no alternatives are selected. Signing, colors, the destination sign reading list and other information must be provided by the Agency. Defueling: The process of removing fuel from a tank. RFP 8446 Transfort Bus Procurement 74 Defueling Port: Device that allows for vehicle defueling, or the point at which this occurs. Destroyed: Physically made permanently unusable. Discrete Signal: A signal that can take only pre-defined values, usually of a binary 0 or 1 nature, where 0 is battery ground potential and 1 is a defined battery positive potential. Driver’s Eye Range: The 95th-percentile ellipse defined in SAE Recommended Practice J941, except that the height of the ellipse shall be determined from the seat at its reference height. Energy Density: The relationship between the weight of an energy storage device and its power output in units of watt-hours per kilogram (Wh/kg). Energy Storage System (ESS): A component or system of components that stores energy and for which its supply of energy is rechargeable by the on- vehicle system (engine/regenerative braking/ generator) or an off-vehicle energy source. Fill Pressure for CNG: The pressure attained at the actual time of filling. Fill pressure varies according to the gas temperatures in the container, which are dependent on the charging parameters and the ambient conditions. The maximum dispensed pressure shall not exceed 125 percent of service pressure. Flow Capacity: For natural gas flow, this is the capacity in volume per unit time (normal cubic meters/minute or standard cubic feet per minute) discharged at the required flow rating pressure. Fuel Line: The pipe, tubing or hose on a vehicle, including all related fittings, through which natural gas passes. Fusible Material: A metal, alloy or other material capable of being melted by heat. Fire Resistant: Materials that have a flame spread index less than 150 as measured in a radiant panel flame test per ASTM-E 162-90. Fireproof: Materials that will not burn or melt at temperatures less than 2000°F. Free Floor Space: Floor area available to standees, excluding the area under seats, area occupied by feet of seated passengers, the vestibule area forward of the standee line, and any floor space indicated by manufacturer as non-standee areas, such as the floor space “swept” by passenger doors during operation. Floor area of 1.5 sq. ft. shall be allocated for the feet of each seated passenger protruding into the standee area. Fuel Management System: Natural gas fuel system components that control or contribute to engine air fuel mixing and metering, and the ignition and combustion of a given air-fuel mixture. The fuel management system would include, but is not limited to, reducer/regulator valves, fuel metering equipment (e.g. carburetor, injectors), sensors (e.g., main throttle, wastegate). RFP 8446 Transfort Bus Procurement 75 GAWR (Gross Axle Weight Rated): The maximum total weight as determined by the axle manufacturer, at which the axle can be safely and reliably operated for its intended purpose. Gross Load: 175lbs for every designed passenger seating position, for the driver, and for each 1.5 sq ft of free floor space. GVW (Gross Vehicle Weight): Curb weight plus gross load. GVWR (Gross Vehicle Weight Rated): The maximum total weight as determined by the vehicle manufacturer, at which the vehicle can be safely and reliably operated for its intended purpose. High Pressure: Those portions of the CNG fuel system that see full container or cylinder pressure. High Voltage (HV): Greater than 50 V(AC and DC). Hose: Flexible line. Hybrid: A vehicle that uses two or more distinct power sources to propel the vehicle. Hybrid System Controller (HSC): Regulates energy flow throughout hybrid system components in order to provide motive performance and accessory loads, as applicable, while maintaining critical system parameters (voltages, currents, temperatures, etc.) within specified operating ranges. Hybrid Drive System (HDS): The mechanical and/or electromechanical components, including the engine, traction motors and energy storage system, which comprise the traction drive portion of the hybrid propulsion system. Intermediate Pressure: The portion of a CNG system after the first pressure regulator, but before the engine pressure regulator. Intermediate pressure on a CNG vehicle is generally from 3.5 to 0.5 MPa (510 to 70 psi). Inverter: A module that converts DC to and from AC. Labeled: Equipment or materials to which has been attached a label, symbol or other identifying mark of an organization, which is acceptable to the authority having jurisdiction and concerned with product evaluation, which maintains periodic inspection of production labeled equipment or materials, and by whose labeling the manufacturer indicates compliance with appropriate standards or performance in a specified manner. Leakage: Release of contents through a Defect or a crack. See Rupture. Line: All tubes, flexible and hard, that carry fluids. Liner: Inner gas-tight container or gas container to which the overwrap is applied. Local Regulations: Regulations below the state level. RFP 8446 Transfort Bus Procurement 76 Low-Floor Bus: A bus that, between at least the front (entrance) and rear (exit) doors, has a floor sufficiently low and level so as to remove the need for steps in the aisle between the doors and in the vicinity of these doors. Low Voltage (LV): 50 V or less (AC and DC). Lower Explosive Limit: The lowest concentration of gas where, given an ignition source, combustion is possible. Maximum Service Temperature: The maximum temperature to which a container/cylinder will be subjected in normal service. Metallic Hose: A hose whose strength depends primarily on the strength of its metallic parts; it can have metallic liners or covers, or both. Metering Valve: A valve intended to control the rate of flow of natural gas. Module: An assembly of individual components Motor (Electric): A device that converts electrical energy into mechanical energy. Motor (Traction): An electric motor used to power the driving wheels of the bus. Operating Pressure: The varying pressure developed in a container during service. Physical Layer: The first layer of the seven-layer International Standards Organization (ISO) Open Systems Interconnect (OSI) reference model. This provides the mechanical, electrical, functional and procedural characteristics required to gain access to the transmission medium (e.g., cable) and are responsible for transporting binary information between computerized systems. Pipe: Nonflexible line. Pressure Relief Device (PRD): A pressure and/or temperature activated device used to vent the container/cylinder contents and thereby prevent rupture of an NGV fuel container/cylinder, when subjected to a standard fire test as required by fuel container/cylinder standards. Power: Work or energy divided by time Power Density: Power divided by mass, volume or area. Propulsion System: System that provides propulsion for the vehicle proportional to operator commands. Includes, as applicable, engine, transmission, traction motors, the hybrid drive system, (HDS), energy storage system (ESS), and system controllers including all wiring and converter/inverter. Real-Time Clock (RTC): Computer clock that keeps track of the current time. Regenerative Braking: Deceleration of the bus by switching motors to act as generators, which return vehicle kinetic energy to the energy storage system. RFP 8446 Transfort Bus Procurement 77 Rejectable Damage: In terms of NGV fuel containers/cylinders, this is damage as outlined in CGA C-6.4, “Methods for External Visual Inspection of Natural Gas Vehicle Fuel Containers and Their Installations,” and in agreement with the manufacturer’s recommendations. Retarder: Device used to augment or replace some of the functions of primary friction based braking systems of the bus. Rupture: Sudden and unstable damage propagation in the structural components of the container resulting in a loss of contents. See Leakage. Seated Load: 175lbs for every designed passenger seating position and for the driver. SLW (Seated Load Weight): Curb weight plus seated load. Serial Data Signals: A current loop based representation of ASCII or alphanumeric data used for transferring information between devices by transmitting a sequence of individual bits in a prearranged order of significance. Service Pressure: The settled pressure at a uniform gas temperature of 21°C (70°F) and full gas content. It is the pressure for which the equipment has been constructed, under normal conditions. Also referred to as the nominal service pressure or working pressure. Settled Pressure: The gas pressure when a given settled temperature, usually 21°C (70°F), is reached. Settled Temperature: The uniform gas temperature after any change in temperature caused by filling has dissipated. Solid State Alternator: A module that converts high-voltage DC to low-voltage DC (typically 12/24 V systems). Sources of Ignition: Devices or equipment that because of their modes of use or operation, are capable of providing sufficient thermal energy to ignite flammable compressed natural gas-air mixtures when introduced into such a mixture, or when such a mixture comes into contact with them. Special Tools: Tools not normally stocked by the Agency. Specification: A particular or detailed statement, account or listing of the various elements, materials, dimensions, etc. involved in the manufacturing and construction of a product. Standard: A firm guideline from a consensus group. Standards referenced in “Section 6: Technical Specifications” are the latest revisions unless otherwise stated. Standee Line: A line marked across the bus aisle to designate the forward area that passengers may not occupy when the bus is moving. State of Charge (SOC): Quantity of electric energy remaining in the battery relative to the maximum rated amp-hour (Ah) capacity of the battery expressed in a percentage. This is RFP 8446 Transfort Bus Procurement 78 a dynamic measurement used for the energy storage system. A full SOC indicates that the energy storage system cannot accept further charging from the engine-driven generator or the regenerative braking system. Stress Loops: The “pigtails” commonly used to absorb flexing in piping. Structure: The basic body, including floor deck material and installation, load- bearing external panels, structural components, axle mounting provisions and suspension beams and attachment points. Thermally Activated Gas Relief Device: A relief device that is activated by high temperatures and generally contains a fusible material. Wheelchair: A mobility aid belonging to any class of three- or four-wheeled devices, usable indoors, designed for and used by individuals with mobility impairments, whether operated manually or powered. A “common wheelchair” is such a device that does not exceed 30 in. in width and 48 in. in length measured 2 in. above the ground, and does not weigh more than 600 lbs when occupied. TS 3. Referenced Publications The documents or portions thereof referenced within this specification shall be considered part of the requirements of the specification. The edition indicated for each referenced document is the current edition, as of the date of the APTA issuance of this specification. TS 4. Legal Requirements The Contractor shall comply with all applicable federal, state and local regulations. These shall include but not be limited to Americans with Disabilities Act (ADA), as well as state and local accessibility, and safety and security requirements. Local regulations are defined as those below the state level. Buses shall meet all applicable FMVSS regulations and shall accommodate all applicable FMCSR regulations in effect at the location of the CFC-Transfort member agencies and the date of manufacture. In the event of any conflict between the requirements of these specifications and any applicable legal requirement, the legal requirement shall prevail. Technical requirements that exceed the legal requirements are not considered to conflict. TS 5. Overall Requirements The Contractor shall ensure that the application and installation of major bus subcomponents and systems are compliant with all such subcomponent vendors’ requirements and recommendations. Components used in the vehicle shall be of heavy- duty design and proven in transit service. RFP 8446 Transfort Bus Procurement 79 TS 5.1 Weight It shall be a design goal to construct each bus as light in weight as possible without degradation of safety, appearance, comfort, traction or performance. Buses at a capacity load shall not exceed the tire factor limits, brake test criteria or structural design criteria. TS 5.2 Capacity The vehicle shall be designed to carry the gross vehicle weight, which shall not exceed the bus GVWR. TS 5.3 Service Life The minimum useful design life of the bus in transit service shall be at least twelve (12) years or 500,000 miles. It shall be capable of operating at least 40,000 miles per year, including the 12th year. TS 5.4 Maintenance and Inspection Scheduled maintenance tasks shall be related and shall be in accordance with the manufacturer’s recommended preventative maintenance schedule (along with routine daily service performed during the fueling operations). Test ports, as required, shall be provided for commonly checked functions on the bus, such as air intake, exhaust, hydraulic, pneumatic, charge-air and engine cooling systems. The bus manufacturer shall give prime consideration to the routine problems of maintaining the vehicle. All bus components and systems, both mechanical and electrical, which will require periodic physical work or inspection processes shall be installed so that a minimum of time is consumed in gaining access to the critical repair areas. It shall not be necessary to disassemble portions of the bus structure and/or equipment such as seats and flooring under seats in order to gain access to these areas. Each bus shall be designed to facilitate the disassembly, reassembly, servicing or maintenance, using tools and equipment that are normally available as standard commercial items. Requirements for the use of unique specialized tools will be minimized. The body and structure of the bus shall be designed for ease of maintenance and repair. Individual panels or other equipment that may be damaged in normal service shall be repairable or replaceable. Ease of repair shall be related to the vulnerability of the item to damage in service. Contractor shall provide a list of all special tools and pricing required for maintaining this equipment. Said list shall be submitted as a supplement to the Pricing Schedule. Note: Tools such as compartment door keys, bellows gauges and other tools that are required for daily maintenance and inspections shall not be included in the special tool list and shall be furnished for each vehicle. TS 5.5 Interchangeability Unless otherwise agreed, all units and components procured under this Contract, whether provided by Suppliers or manufactured by the Contractor, shall be duplicates in RFP 8446 Transfort Bus Procurement 80 design, manufacture and installation to ensure interchangeability among buses in each order group in this procurement. This interchangeability shall extend to the individual components as well as to their locations in the buses. These components shall include, but are not limited to, passenger window hardware, interior trim, lamps, lamp lenses and seat assemblies. Components with non-identical functions shall not be, or appear to be, interchangeable. Any one component or unit used in the construction of these buses shall be an exact duplicate in design, manufacture and assembly for each bus in each order group in this Contract. Contractor shall identify and secure approval for any changes in components or unit construction provided within a Contract. In the event that the Contractor is unable to comply with the interchangeability requirement, the Contractor must notify the City of Fort Collins-Transfort agencies and obtain the prior written approval, including any changes in pricing. The City of Fort Collins-Transfort shall review proposed product changes on a case-by- case basis and shall have the right to require extended warranties to ensure that product changes perform at least as well as the originally supplied products. TS 5.6 Training The Contractor shall have at least one qualified instructor who shall be available at CFC-Transfort’s property for 80 hours for the initial order, to include mechanic, operator, and operator trainer training. For every additional order, CFC-Transfort requires 40 hours of training. It must be able to be replicated throughout the useful life of the vehicle due to employee turnover within the transit agency. In addition, procedures and practices may be changed or modified by the manufacturer over time. Rapid changes in technology and technological advances incorporated in buses today require ongoing and refresher training. The City of Fort Collins- Transfort has found that previously provided “traditional” training requirements have not addressed these needs. While not a requirement, proposers are strongly encouraged to provide training options in their Proposal that better address the current needs of our industry and the Proposal evaluation process will reflect this request. Training options provided by component manufacturers are as important as those provided by the bus manufacturer. To provide an example of what the CFC-Transfort is seeking, while it is understood that there can be high costs associated with training, if some costs can be shared through the development of electronic training modules, ongoing webinars, or online training programs, the CFC-Transfort member agencies will score favorably any of these provided options. Therefore, Proposers are encouraged to submit a list of various training options and any associated costs as part of their proposals. At minimum, the CFC-Transfort is seeking qualified instructors to provide training at the time of delivery on proper operation and maintenance of the bus as well as provide teaching aids for use by the CFC-Transfort staff members after initial training has been provided. Proposers who provide innovative training programs and options could be awarded a significantly higher evaluation score under Training for exceeding specifications. RFP 8446 Transfort Bus Procurement 81 TS 5.6.1 Technical/Service Representatives The Contractor shall, at its own expense, have one or more competent technical service representatives available on request to assist the CFC-Transfort member agencies in the solution of engineering or design problems within the scope of the specifications that may arise during the warranty period. This does not relieve the Contractor of responsibilities under the provisions of “Section 7: Warranty Requirements.” Ongoing Technical and Service support beyond the warranty period is critical to the efficient and cost-effective operation of transit equipment. This is becoming more important due to the rapid changes in technologies and the implementation of State of Good Repair (SGR) guidelines issued by the Federal Transit Administration (FTA). Bus manufacturers should provide more and stronger assistance in helping transit agencies manage the maintenance and repair of their vehicles. Similar to the request made in the Training section above, proposers are encouraged to submit enhanced Technical and Service support programs and any associated costs. Proposers who provide innovative Technical and Service support programs/options above and beyond the base specification requirement could be scored significantly higher during the evaluation process. Both Training and Technical/Service Support programs are part of the Proposal evaluation criteria. TS 5.7 Operating Environment The bus shall achieve normal operation in ambient temperature ranges of -30 ºF to 110 ºF, at relative humidity between 5 percent and 100 percent, and at altitudes up to 6,000 ft above sea level. Special equipment or procedures may be employed to start the bus after being exposed for more than 4 hours to temperatures less than 30° F without the engine in operation. Degradation of performance due to atmospheric conditions shall be minimized at temperatures below 10 °F, above 115 °F or at altitudes above 3000 ft. Altitude requirements above 3000 ft. will need separate discussions with the engine manufacturer to ensure that performance requirements are not compromised. Speed, gradability and acceleration performance requirements shall be met at, or corrected to, 77 °F, 29.31 in. Hg, dry air per SAEJ1995. TS 5.8 Noise TS 5.8.1 Interior Noise The combination of inner and outer panels and any material used between them shall provide sufficient sound insulation so that a sound source with a level of 80 dBA measured at the outside skin of the bus shall have a sound level of 65 dBA or less at any point inside the bus. These conditions shall prevail with all openings, including doors and windows, closed and with the engine and accessories switched off. The bus-generated noise level experienced by a passenger at any seat location in the bus shall not exceed 80 dBA. The driver area shall not experience a noise level of more than 75 dBA. Measurements of interior noise levels shall be taken in accordance with SAEJ2805. An exception shall be made for the turntable area, which shall be considered a separate environment. RFP 8446 Transfort Bus Procurement 82 TS 5.8.2 Exterior Noise Airborne noise generated by the bus and measured from either side shall not exceed 80 dBA under full power acceleration when operated at 0 to 35 mph at curb weight. The maximum noise level generated by the bus pulling away from a stop at full power shall not exceed 83 dBA. The bus-generated noise at curb idle shall not exceed 65dBA. If the noise contains an audible discrete frequency, a penalty of 5 dBA shall be added to the sound level measured. The Contractor shall comply with the exterior noise requirements defined in local laws and ordinances identified by the Agency and SAEJ366. TS 5.9 Fire Safety The bus shall be designed and manufactured in accordance with all applicable fire safety and smoke emission regulations. These provisions shall include the use of fire- retardant/low-smoke materials, fire detection systems, bulkheads and facilitation of passenger evacuation. TS 5.9.1 Materials TS 5.10 Fire Suppression TS 5.11 Respect for the Environment In the design and manufacture of the bus, the Contractor shall make every effort to reduce the amount of potentially hazardous waste. In accordance with Section 6002 of the Resource Conservation and Recovery Act, the Contractor shall use, whenever possible and allowed by the specifications, recycled materials in the manufacture of the bus. DEFAULT All materials used in the construction of the passenger compartment of the bus shall be in accordance with the Recommended Fire Safety Practices defined in FMVSS 302. DEFAULT Buses shall have a fire suppression system installed per manufacturer’s recommendations; manufacturer and design of system shall be included in the Proposal. ALTERNATIVE Include pricing for a dry chemical and liquid based fire suppression system. RFP 8446 Transfort Bus Procurement 83 DIMENSIONS TS 6. Physical Size With exceptions such as exterior mirrors, marker and signal lights, bumpers, fender skirts, washers, wipers, ad frames, cameras, object detection systems, bicycle racks, feelers and rubrails, the bus shall have the following overall dimensions as shown in Figure 1 at static conditions and design height. FIGURE 1 Transit Bus Exterior Dimensions RFP 8446 Transfort Bus Procurement 84 TS 6.1 Bus Length For ease of use, the following tolerances will be allowable for each given bus length. Bus length is determined as the measurement from bumper to bumper. • 29ft-30ft bus: 29 ft to 30ft, 11 in. • 32ft bus: 31 ft to 32ft, 11 in. • 35ft bus: 35 ft to 35ft, 11 in. • 40ft bus: 40 ft to 40ft, 11 in. TS 6.2 Bus Width TS 6.2.1 Transit Coach TS 6.3 Bus Height TS 6.4 Step Height TS 6.4.1 Transit Coach The step height shall not exceed 15.5 in. at either doorway without kneeling. A maximum of two steps are allowed to accommodate a raised aisle floor in the rear of the bus. TS 6.5 Underbody Clearance The bus shall maintain the minimum clearance dimensions as defined and shown in Figure 2 of SAE Standard J689, regardless of load up to the gross vehicle weight rating. TS 6.6 Ramp Clearances The approach angle is the angle measured between a line tangent to the front tire static loaded radius arc and the initial point of structural interference forward of the front tire to the ground. The departure angle is the angle measured between a line tangent to the rear tire static loaded radius arc and the initial point of structural interference rearward of the rear tire to the ground. The breakover angle is the angle measured between two lines tangent to the front and rear tire static loaded radius and intersecting at a point on the underside of the vehicle that defines the largest ramp over which the vehicle can roll. DEFAULT 102 in. Width Bus Body width shall be 102 in. (+0, -1 in.). DEFAULT Maximum Overall Height Maximum overall height shall be 140 in., including all rigid, roof-mounted items such as A/C, exhaust, fuel system and cover, etc. Due to CFC-Transfort facility door heights, any Proposer with an overall height of over 132 inches must identify the maximum height in the Proposal. RFP 8446 Transfort Bus Procurement 85 TABLE 2a Default Breakover Angle Angle 29 to 40ft Bus Approach 8.6 deg (min.) Front breakover 8 deg (min.) Rear breakover (articulated n/a Departure 8.6 deg (min.) TS 6.7 Ground Clearance Ground clearance shall be no less than 9 in., (8 in. at jacking pad) except within the axle zone and wheel area. Axle zone clearance, which is the projected area between tires and wheels on the same axial centerline, shall be no less than 5.4 in. Wheel area clearance shall be no less than 8 in. for parts fixed to the bus body and 6 in. for parts that move vertically with the axles. – FIGURE 2 Transit Bus Minimum Road Clearance TS 6.8 Floor Height TS 6.8.1 Transit Bus Height of the step above the street shall be no more than 15.5 in. measured at the centerline of the front and rear doorway. All floor measurements shall be with the bus at the design running height and on a level surface and with the standard installed tires. A maximum of two steps are allowed to accommodate a raised aisle floor in the rear of the bus. RFP 8446 Transfort Bus Procurement 86 TS 6.9 Interior Headroom Headroom above the aisle and at the centerline of the aisle seats shall be no less than 78 in. in the forward half of the bus tapering to no less than 74 in. forward of the rear settee. At the centerline of the window seats, headroom shall be no lower than 65 in., except for parcel racks and reading lights, if specified. Headroom at the back of the rear bench seat may be reduced to a minimum of 56 in., but it shall increase to the ceiling height at the front of the seat cushion. In any area of the bus directly over the head of a seated passenger and positioned where a passenger entering or leaving the seat is prone to strike his or her head, padding shall be provided on the overhead paneling. VEHICLE PERFORMANCE TS 7. Power Requirements The propulsion system shall be sized to provide sufficient power to enable the bus to meet the defined acceleration, top speed and gradability requirements, and operate all propulsion-driven accessories using actual road test results and computerized vehicle performance data. TS 7.1 Top Speed NOTE: Values are assumed to be sustained. Manufacturer shall supply CFC-Transfort with data if there is a variance between peak performance and sustained vehicle performance. TS 7.2 Gradability Gradability requirements shall be met on grades with a dry commercial asphalt or concrete pavement at GVWR with all accessories operating at 6,000 feet above sea level. TS 7.3 Acceleration TS 7.3.1 Non-Hybrid The acceleration shall meet the requirements in Table 3 below and shall be sufficiently gradual and smooth to prevent throwing standing passengers off- balance. Acceleration measurement shall commence when the accelerator is depressed. DEFAULT The bus shall be capable of achieving a top speed of 65 mph on a straight, level road at GVWR with all accessories operating. The bus shall be capable of safely maintaining the vehicle speed according to the recommendations by the tire manufacturer. DEFAULT The propulsion system shall enable the bus to achieve and maintain a speed of 40 mph on a 2½ percent ascending grade and 15 mph on a 10 percent ascending grade continuous. RFP 8446 Transfort Bus Procurement 87 TABLE 3 Maximum Start Acceleration Times on a Level Surface1 Speed (mph) Maximum time (seconds) 10 5 20 10 30 18 40 30 50 60 Top speed 1. Vehicle weight = GVWR TS 7.4 Operating Range The operating range of the bus shall be designed to meet the operating profile as stated in the “Design Operating Profile” section. TS 7.4.2 CNG TS 8. Fuel Economy (Design Operating Profile) Test results from the FTA ABD Cycle economy tests or other applicable test procedures shall be provided to the CFC-Transfort. Results shall include vehicle configuration and test environment information. Fuel economy data shall be provided for each design operating profile. The design operating profile is assumed to be defined by the FTA ABD Cycle. Fuel economy tests shall be run on these four duty cycles: 1) Manhattan: 6.8 mph; 2) Orange County: 12.7 mph; 3) UDDS: 19 mph; and 4) Idle time. POWERPLANT TS 9. Engine The engine shall comply with applicable local, state and/or federal emissions and useful life requirements. The engine shall have a design life of not less than 300,000 miles without replacement or major service. The lifetime estimate is based on the design operating profile. Due to high altitude operations and loss of power at altitude, Proposers must take great care in proposing an appropriate engine capable of providing acceptable performance for the size of bus proposed. DEFAULT The operating range of the bus when run on the FTA ABD cycle shall be at least 350 miles (560 km) or 20 hours with an initial gas-settled pressure of 3600 psi at 70°F. ALTERNATIVE Proposers to provide optional tank configurations and potential ranges. RFP 8446 Transfort Bus Procurement 88 The engine shall be equipped with an electronically controlled management system, compatible with either 12V or 24V power distribution. The engine control system shall be capable of transmitting and receiving electronic inputs and data from other drivetrain components and broadcasting that data to other vehicle systems. Communication between electronic drivetrain components and other vehicle systems shall be made using the communications networks. The engine’s electronic management system shall monitor operating conditions and provide instantaneous adjustments to optimize both engine and bus performance. The system shall be programmable to allow optimization of programmable features. The engine starting system shall be protected by an interlock that prevents its engagement when the engine is running. Special equipment or procedures may be employed to start the bus when exposed to temperatures less than 30 °F for a minimum of four hours without the engine in operation. All cold weather starting aids, engine heating devices and procedures shall be of the type recommended by the engine manufacturer and approved by the CFC-Transfort member agencies. **Any such items and procedures must be clearly identified and submitted with the Proposal. The integration of all systems on the vehicle relative to engine idle speed shall be the responsibility of the vehicle manufacturer to meet the requirements of the transit agency. The engine control system shall protect the engine against progressive damage. The system shall monitor conditions critical for safe operation and automatically derate power and/or speed and initiate engine shutdown as needed. The engine shall have on-board diagnostic capabilities, be able to monitor vital functions, store out-of-parameter conditions in memory and communicate faults and vital conditions to service personnel. Diagnostic reader device connector ports, suitably protected against dirt and moisture, shall be provided in the operator’s area and near or inside the engine compartment. The on-board diagnostic system shall inform the operator via visual and/or audible alarms when out-of-parameter conditions exist for vital engine functions. DEFAULT Supplier shall recommend powerplant. Documentation of successful high altitude, (4000 – 6,000 feet above sea level) cold weather operation of the proposed engine; a statement from the engine manufacturer acknowledging: 1) Any potential altitude and/or cold weather issues; 2) Any recommended operational procedures and design criteria needed to address such issues; and the Proposer’s recommended solutions to any recommendations of the engine manufacturer MUST be submitted with the Proposal. ALTERNATIVE CFC-Transfort requests a quote for a spare complete power plant assembly. RFP 8446 Transfort Bus Procurement 89 TS 9.1 Engine (CNG) The engine shall meet all regulatory requirements when operating on fuel equal to CARB Specifications for Compressed Natural Gas #2292.5. The four predominant characteristics that must be met are methane, ethane, butane and propane. TS 10. Cooling Systems The cooling systems shall be of sufficient size to maintain all engine and transmission fluids and engine intake air at safe, continuous operating temperatures during the most severe operations possible and in accordance with engine and transmission manufacturers’ cooling system requirements. The cooling system fan controls should sense the temperatures of the operating fluids and the intake air, and if either is above safe operating conditions, the cooling fan should be engaged. The fan control system shall be designed with a fail-safe mode of “fan on.” The cooling system shall meet the requirements stated in the operating environment. TS 10.1 Engine Cooling A means of determining satisfactory engine coolant level shall be provided. A spring- loaded, push-button type valve or lever shall be provided to safely release pressure or vacuum in the cooling system with both it and the water filler no more than ±60 in. above the ground. Both shall be accessible through the same access door. A 1500 watt block heater shall be included to aid in cold weather starting. The cooling fan shall be temperature controlled, allowing the engine to reach operating temperature quickly. DEFAULT Automatic Engine Protection/Shutdown Override Feature A control shall be available to the operator/driver that when constantly depressed and released will delay the engine shutdown or allow the bus to be moved. Override action shall be recorded. This data shall be retrievable by the CFC-Transfort member agencies. DEFAULT Standard Requirements for a Fast Idle Device The engine shall be equipped with an operator-controlled fast idle device. The fast idle control shall be a two-way switch mounted on the dash or side console, and a second switch in the “rear run box”, and shall activate only with the transmission in neutral and the parking brake applied. ALTERNATIVE The radiator and charge air cooler shall be of durable, corrosion-resistant construction with non-removable radiator headers. RFP 8446 Transfort Bus Procurement 90 TS 10.1.1 Radiator Screen TS 10.1.2 Coolant TS 10.1.3 Drive Design TS 10.1.4 Mounting TS 10.2 Charge Air Cooling TS 10.3 Transmission Cooling The transmission shall be cooled by a dedicated heat exchanger sized to maintain operating fluid within the transmission manufacturer’s recommended parameters of flow, pressure and temperature. The transmission cooling system shall be matched to the ALTERNATIVE Screen in Front of Radiator The radiator input shall be protected by an easily cleanable screen designed to collect large debris. Radiators with a fin density greater than 12 fins per inch or a louvered slit design shall not be used. No heat-producing components or climate- control system components shall be mounted between the engine cooling air intake aperture and the radiator. The radiator and charge air cooler shall be designed to withstand thermal fatigue and vibration associated with the installed configuration. The radiator and charge air cooler cores shall be easily cleaned (to include engine side core surface) with standard pressure-washing equipment. DEFAULT Standard Requirement for Coolant Filtration The engine cooling system shall be equipped with a properly sized water filter with a spin-on element and an automatic system for releasing supplemental coolant additives as needed to replenish and maintain protection properties. When replacing the water filter, only the water in the filter will be lost. ALTERNATIVE Electric Fans- Preferred The bus shall be equipped with an electric fan drive bus cooling system. A screen guard must be installed on electric motor fans per SAE J1308. DEFAULT Standard Mounting Design Mounting location of radiator and charge air cooler shall be the Contractor’s standard design. DEFAULT The charge air-cooling system, also referred to as after-coolers or inter-coolers, shall provide maximum air intake temperature reduction with minimal pressure loss. The charge air radiator shall be sized and positioned to meet engine manufacturer’s requirements. The charge air radiator shall not be stacked ahead of or behind the engine radiator and shall be positioned as close to the engine as possible unless integrated with the radiator. Air ducting and fittings shall be protected against heat sources and shall be configured to minimize restrictions and maintain sealing integrity. RFP 8446 Transfort Bus Procurement 91 retarder and engine cooling systems to ensure that all operating fluids remain within recommended temperature limits established by each component manufacturer. The engine cooling system should provide coolant bypass flow to the transmission cooling system with the engine thermostats closed. Unless otherwise noted, the transmission cooler is to be the first component to see cold water from the radiator outlet. In addition, all return water piping, aside from the thermostat bypass line, is to be plumbed in after the transmission cooler. TS 11. Transmission (Conventional Powertrain) The transmission shall be multiple speed, automatic shift with torque converter, retarder and electronic controls. Gross input power, gross input torque and rated input speed shall be compatible with the engine. The transmission shall be designed to operate for not less than 300,000 miles on the design operating profile without replacement or major service. The transmission should be easily removable without disturbing the engine and accessible for service. The electronic controls shall be capable of transmitting and receiving electronic inputs and data from other drivetrain components and of broadcasting that data to other vehicle systems. Communication between electronic drivetrain components and other vehicle systems shall be made using the communications networks. Electronic controls shall be compatible with either 12V or 24V power distribution, provide consistent shift quality, and compensate for changing conditions, such as variations in vehicle weight and engine power. At a minimum, drivetrain components consisting of the engine, transmission, retarder, ASR, and anti-lock braking systems shall be powered by a dedicated and isolated ignition supply voltage to ensure data communication among components exists when the vehicle ignition is switched to the “on” position. The electronically controlled transmission shall have on-board diagnostic capabilities, be able to monitor functions, store and time-stamp out-of-parameter conditions in memory, and communicate faults and vital conditions to service personnel. The transmission shall contain built-in protection software to guard against severe damage. The on-board diagnostic system shall trigger a visual alarm to the driver when the electronic control unit detects a malfunction. An electronic transmission fluid level monitoring and protection system shall be provided. TS 12. Retarder (Transit Bus) The powertrain shall be equipped with a retarder designed to extend brake lining service life. The application of the retarder shall cause a smooth blending of both retarder and service brake function and shall not activate the brake lights. Actuation of ABS and/or automatic traction control (ATC) shall override the operation of the brake retarder. DEFAULT A nominal brake pedal application of 6 to 10 psi shall be required by the driver to engage forward or reverse range from the neutral position to prevent sudden acceleration of the bus from a parked position. RFP 8446 Transfort Bus Procurement 92 TS 13. Mounting All powerplant mounting shall be mechanically isolated to minimize transfer of vibration to the body structure and provide a minimum clearance of 0.75 in. Mounts shall control the movement of the powerplant so as not to affect performance of belt-driven accessories or cause strain in piping and wiring connections to the powerplant. TS 13.1 Service The propulsion system shall be arranged for ease of access and maintenance. The Contractor shall list all special tools, fixtures or facility requirements recommended for servicing. The muffler, exhaust system, air cleaner, air compressor, starter, alternator, radiator, all accessories and any other component requiring service or replacement shall be easily removable and independent of the engine and transmission removal. An engine oil pressure gauge and coolant temperature gauge shall be provided in the engine compartment. These gauges shall be easily read during service and mounted in an area where they shall not be damaged during minor or major repairs. An air cleaner with a dry filter element and a graduated air filter restriction indicator shall be provided. The location of the air intake system shall be designed to minimize the entry of dust and debris and to maximize the life of the air filter. Location and design of the fresh air intake shall preclude the buildup of ice and snow that has impeded engine power for some of the CFC-Transfort local agency members in the past. Proposers are requested to provide drawings and information on the design of the fresh air intake system and any available options with their proposal. The engine air duct shall be designed to minimize the entry of water into the air intake system. Drainage provisions shall be included to allow any water/moisture to drain prior to entry into the air filter. DEFAULT Accessible Retarder Disable Switch The retarder disable switch location to be determined. ALTERNATIVE Brake lights shall illuminate when the retarder is activated. ALTERNATIVE There shall be a retarder disabled light on the rear exterior of the bus that shall illuminate when the retarder is deactivated. DEFAULT Engine oil and the radiator filler caps shall be hinged to the filler neck and closed with spring pressure or positive locks to prevent leakage. All fluid fill locations shall be properly labeled to help ensure that correct fluid is added. All fillers shall be easily accessible with standard funnels, pour spouts and automatic dispensing equipment. All lubricant sumps shall be fitted with magnetic-type drain plugs or magnets in pan. RFP 8446 Transfort Bus Procurement 93 TS 13.2 Spare Power Plant The CFC Transfort would like an option to purchase a spare power plant assembly. The spare power plant assembly shall include a engine and transmission control modules – programmed, air compressor, hydraulic pump, sensor and sending units, engine and transmission wiring harness, flex plate/flywheel assembly, turbo charger and piping-oil and return, air intake elbow at manifold, transmission cooler, all idlers and pulleys, all dipsticks and dipstick tubes. The complete assembly shall include the engine cradle capable of R&R both the engine and transmission as one unit. TS 14. Hydraulic Systems Hydraulic system service tasks shall be minimized and scheduled no more frequently than those of other major coach systems. All elements of the hydraulic system shall be easily accessible for service or unit replacement. Critical points in the hydraulic system shall be fitted with service ports so that portable diagnostic equipment may be connected or sensors for an off-board diagnostic system permanently attached to monitor system operation when applicable. A tamper- proof priority system shall prevent the loss of power steering during operation of the bus if other devices are also powered by the hydraulic system. The hydraulic system shall operate within the allowable temperature range as specified by the lubricant manufacturer. TS 14.1 Fluid Lines All lines shall be rigidly supported to prevent chafing damage, Fatigue Failures, degradation and tension strain. Lines should be sufficiently flexible to minimize mechanical loads on the components. Lines passing through a panel, frame or bulkhead shall be protected by grommets (or similar devices) that fit snugly to both the line and the perimeter of the hole that the line passes through to prevent chafing and wear. Pipes and fluid hoses shall not be bundled with or used to support electrical wire harnesses. Lines shall be as short as practicable and shall be routed or shielded so that failure of a line shall not allow the contents to spray or drain onto any component operable above the auto-ignition temperature of the fluid. All hoses, pipes, lines and fittings shall be specified and installed per the manufacturer’s recommendations. TS 14.2 Fittings and Clamps All clamps shall maintain a constant tension at all times, expanding and contracting with the line in response to temperature changes and aging of the line material. The lines DEFAULT Engine Oil Pressure and Coolant Temperature Display Engine oil pressure and coolant temperature gauges required in engine compartment. DEFAULT No requirement for hydraulic system sensors. RFP 8446 Transfort Bus Procurement 94 shall be designed for use in the environment where they are installed (for example, high- temperature resistant in the engine compartment, resistant to road salts near the road surface, and so on). Compression fittings shall be standardized to prevent the intermixing of components. Compression fitting components from more than one manufacturer shall not be mixed, even if the components are known to be interchangeable. Plastic wire ties shall not be used for securement of fuel, hydraulic, brake, coolant, or electrical lines larger than ½ inch. TS 14.3 Charge Air Piping Charge air piping and fittings shall be designed to minimize air restrictions and leaks. Piping shall be as short as possible, and the number of bends shall be minimized. Bend radii shall be maximized to meet the pressure drop and temperature rise requirements of the engine manufacturer. The cross-section of all charge air piping shall not be less than the cross-section of the intake manifold inlet. Any changes in pipe diameter shall be gradual to ensure a smooth passage of air and to minimize restrictions. Piping shall be routed away from heat sources as practicable and shielded as required to meet the temperature rise requirements of the engine manufacturer. Charge air piping shall be constructed of stainless steel, aluminized steel, anodized aluminum or painted steel rated at minimum 1000 hours of salt spray according to ASTM B117, except between the air filter and turbocharger inlet, where piping may be constructed of flexible heat-resistant material. Connections between all charge air piping sections shall be sealed with a short section of reinforced hose and secured with stainless steel constant tension clamps that provide a complete 360 deg seal. TS 15. Radiator Radiator piping shall be stainless steel, brass tubing or painted steel rated at 1000 hours of salt spray according to ASTM B117 and where practicable, hoses shall be eliminated, including biodiesel. Necessary hoses shall be impervious to all bus fluids. All hoses shall be secured with stainless steel clamps that provide a complete 360 deg seal. The clamps shall maintain a constant tension at all times, expanding and contracting with the hose in response to temperature changes and aging of the hose material. TS 16. Oil and Hydraulic Lines Oil and hydraulic lines shall be compatible with the substances they carry. The lines shall be designed and intended for use in the environment where they are installed (for example, high-temperature resistant in the engine compartment, resistant to road salts near the road surface and so on). Lines within the engine compartment shall be composed of steel tubing where practicable, except in locations where flexible lines are required. Hydraulic lines of the same size and with the same fittings as those on other piping systems of the bus, but not interchangeable, shall be tagged or marked for use on the hydraulic system only. RFP 8446 Transfort Bus Procurement 95 TS 17. Fuel TS 17.1 Fuel Lines Fuel lines shall be securely mounted, braced and supported as designed by the bus manufacturer to minimize vibration and chafing and shall be protected against damage, corrosion or breakage due to strain or wear. Manifolds connecting fuel containers shall be designed and fabricated to minimize vibration and shall be installed in protected locations to prevent line or manifold damage from unsecured objects or road debris. Fuel hose and hose connections, where permitted, shall be made from materials resistant to corrosion and fuel and protected from fretting and high heat. Fuel hoses shall be accessible for ease of serviceability. TS 17.1.2 Fuel Lines, CNG Fuel lines shall comply with NFPA-52. All tubing shall be a minimum of seamless Type 304 stainless steel (ASTM A269 or equivalent). Fuel lines and fittings shall not be fabricated from cast iron, galvanized pipe, aluminum, plastic or copper alloy with content exceeding 70 percent copper. Pipe fittings and hoses shall be clear and free from cuttings, burrs or scale. Pipe thread joining material that is impervious to CNG shall be utilized as required. Fuel lines shall be identifiable as fuel lines only. High-pressure CNG lines shall be pressure tested to a minimum of 125 percent of system working pressure prior to fueling. CNG, nitrogen or clean, dry air shall be used to pressure-test the lines/assembly. The bus manufacturer shall have a documented procedure for testing the high-pressure line assembly. Fuel lines shall be securely mounted, braced and supported using “split-block” type or stainless steel P clamps; all mounting clamps shall be mounted to a rigid structure to minimize vibration and shall be protected against damage, corrosion or breakage due to strain, rubbing or wear. “Floating clamps” (not mounted to a rigid structure) shall not be permitted. Fuel lines shall not be used to secure other components (wires, air lines, etc.). Manifolds connecting fuel containers shall be designed and fabricated to minimize vibration and shall be installed in protected location(s) to prevent line or manifold damage from unsecured objects or road debris. Fuel hose connections, where permitted, shall be less than 48 in. in length, made from materials resistant to corrosion and action of natural gas, and protected from fretting and high heat and shall be supported approximately every 12 in. DEFAULT CNG will be used as fuel. RFP 8446 Transfort Bus Procurement 96 TS 17.2 Design and Construction TS 17.2.2 Design and Construction, CNG Fuel Containers/Cylinders CNG fuel containers/cylinders must be designed, constructed, manufactured and tested in accordance with at least one of the following: • NFPA 52-Standard for Compressed Natural Gas (CNG) Vehicular Fuel Systems • FMVSS 304 • Any local standard(s) specifically intended for CNG fuel containers The design and construction of the fuel system supplied by the OEM shall comply with federal and local regulations. Provide detailed specifications of the various tank options that are offered, including useful life. Installation Fuel cylinders shall be installed in accordance with ANSI/IAS NGV2 - 1998, “Basic Requirements for Compressed Natural Gas Vehicles (NGV) Fuel Containers” and NFPA 52, “Compressed Natural Gas (CNG) Vehicular Fuel Systems Code,” 1998 edition, Section 303. In the case of a low-floor transit bus, the placement of tanks shall be limited to the roof of the vehicle or in the compartment above the engine of the vehicle. Fuel cylinders, attached valves, pressure relief devices, and mounting brackets should be installed and protected so that their operation is not affected by bus washers and environmental agents such as rain, snow, ice or mud. These components should be protected from significant damage caused by road debris or collision. The roof and area above the engine-mounted tanks shall be contained within a skeletal structure resembling a roll cage and contained within an enclosure. The enclosure shall incorporate a hinged clamshell type access. The access panels shall be designed to offer protection from weather and to be sacrificial as a means of providing an escape path to atmosphere upon rapid enclosure pressure rise. The latching method shall utilize quick-release captive hardware that can be demonstrated to last the life of the bus. Additional shielding shall be provided surrounding end fittings and valves as needed. Shields shall be attached to the bus structure hinged in a manner that permits one mechanic to unlatch and swing the shield open for routine inspections. As practical, electrical components shall not be located within the roof enclosure, and if unavoidable, they shall be intrinsically safe. CNG fueled buses shall be equipped with an active automatic gas detection system, which shall annunciate unsafe levels of methane. The automatic gas detection system shall be integrated with an onboard fire suppression system. ALTERNATIVE The access panels shall also be interlocked via proximity sensors, such that, if other than in their fully closed/locked position, an interlock will prevent engine starter engagement, prevent selection of forward or reverse transmission and shall apply the brake interlock at speeds less than 3 mph. RFP 8446 Transfort Bus Procurement 97 Labeling CNG fuel systems shall be labeled in accordance with NFPA 52, “Compressed Natural Gas (CNG) Vehicular Fuel Systems Code,” 1998 edition. Pressure Relief Devices (PRDs) PRDs must be designed, constructed, manufactured and tested in accordance with ANIS/IAS PRD1 - 1998, “Pressure Relief Devices for Natural Gas Vehicle (NGV) Fuel Containers” and ANSI/IAS NGV2-1998, “Basic Requirements for Compressed Natural Gas Vehicle (NGV) Fuel Containers.” All natural gas fuel system piping, including the PRD vent line, shall be stainless steel. All PRDs must be vented to outside. Valves Valves must be installed in accordance with ANIS/IAS NGV2 - 1998, “Basic Requirements for Compressed Natural Gas Vehicle (NGV) Fuel Containers” and NFPA 52, “Standard for Compressed Natural Gas (CNG) Vehicular Fuel Systems.” Fuel Filler The fuel filler shall be located 7 to 38 ft (on a 30, 35 and 40ft coach) behind the centerline of the front door on the curb side of the bus. The filler cap shall be retained to prevent loss and shall be recessed into the body. The fill and vent receptacles shall be located within an enclosure on the right side of the bus, and include both an “Automotive” fill nozzle and a “Transit” fill nozzle. The access door shall be sized to allow full viewing of gauges, ease of hookups and maneuver of fuel nozzle. The fuel fill receptacle and vent receptacle attachment shall be robust and capable of routine fueling connects/disconnects without deflection or metal fatigue, and capable of withstanding mechanical loads induced by a fueling drive-away incident without attachment failure. Fueling System The CNG fueling port receptacle shall be an ANSI/AGA NGV1 or NGV2 certified receptacle as designated by the CFC-Transfort. The coach shall be capable of being fueled by a nozzle determined by the CFC-Transfort. The fueling port receptacle location shall be such that connection by fueling personnel can be performed without physical strain or interference. A dust cap shall be permanently “tethered” to the fueling port receptacle. The fueling port receptacle access door shall be equipped with an interlock sensor that disables the engine starting system when the access door is open, to prevent drive-aways. The interlock shall be of the type such that if the sensor fails, the bus will not start. Fueling site characteristics such as pressure, flow rate and temperature shall be provided by the CFC-Transfort. ALTERNATIVE The access door interlock shall also power on the fuel level gauges/illumination when in the open position. RFP 8446 Transfort Bus Procurement 98 Defueling System The CNG defueling port shall be an NGV-3.1/CGA-12.3 certified receptacle. The CNG defueling port shall be located on the curbside of the bus, in a location that is compatible with the CFC-Transfort’s defueling station operation. The defueling system shall incorporate the following characteristics: • Dust cap permanently “tethered” to the defueling port. • Device(s) to prevent inadvertent defueling. Specifications to be provided by CFC- Transfort. • Shall include a defueling hose of at least 15 feet in length. • Components compatible with CFC-Transfort’s defueling operation. • The piping and fittings onboard the bus shall be sized to allow the fueling station to meet the following operating parameters: TS 18. Emissions and Exhaust TS 18.1 Exhaust Emissions The engine and related systems shall meet all applicable emission and engine design guidelines and standards. TS 18.2 Exhaust System The exhaust pipe shall be of sufficient height to prevent exhaust gases and waste heat from discoloring or causing heat deformation to the bus. The entire exhaust system shall be adequately shielded to prevent heat damage to any bus component, including the exhaust aftertreatment compartment area. The exhaust outlet shall be designed to minimize rain, snow or water generated from high- pressure washing systems from entering into the exhaust pipe and causing damage to the aftertreatment. TS 18.3 Exhaust Aftertreatment An exhaust aftertreatment system will be provided to ensure compliance to all applicable EPA regulations in effect. DEFAULT Fuel system shall be sized to allow a bus with 20,000 scf on board to defuel within 2.5 hours. ALTERNATIVE Location/method of attaching CNG fuel system to earth ground. DEFAULT Exhaust gases and waste heat shall be discharged from the roadside rear corner of the roof. RFP 8446 Transfort Bus Procurement 99 STRUCTURE TS 19. General TS 19.1 Design The structure of the bus shall be designed to withstand the transit service conditions typical of an urban and commuter duty cycle throughout its service life. The vehicle structural frame shall be designed to operate with minimal maintenance throughout the 12-year design operating profile. The design operating profile specified by the CFC-Transfort member agencies shall be considered for this purpose. Design should also withstand transit service conditions identified in the CFC- Transfort Transit Agency Special Operation Conditions section in the Introduction of this document. TS 20. Altoona Testing TS 20.1 Structural Validation TS 21. Distortion The bus, loaded to GVWR and under static conditions, shall not exhibit deflection or deformation that impairs the operation of the steering mechanism, doors, windows, passenger escape mechanisms or service doors. Static conditions shall include the vehicle at rest with any one wheel or dual set of wheels on a 6 in. curb or in a 6 in. deep hole. TS 22. Resonance and Vibration All structure, body and panel-bending mode frequencies, including vertical, lateral and torsional modes, shall be sufficiently removed from all primary excitation frequencies to minimize audible, visible or sensible resonant vibrations during normal service. TS 22.1 Engine Compartment Bulkheads The passenger and engine compartment shall be separated by fire-resistant bulkheads. The engine compartment shall include areas where the engine and exhaust system are housed. This bulkhead shall preclude or retard propagation of an engine compartment DEFAULT (MODIFIED) The Altoona Test Report shall be provided to the CFC-Transfort with the Proposal submission. Along the report, a plan of corrective action to address deficiencies, breakdowns and other issues identified during Altoona testing must be provided. The bus model tested shall match the bus model proposed for procurement, including structure, axles and drivetrain. Base model and partial Altoona test reports are acceptable when the combination of these tests adequately represents the proposed bus model. DEFAULT Baseline Structural Analysis The structure of the bus shall have undergone appropriate structural testing and/or analysis. At minimum, appropriate structural testing and analysis shall include Altoona testing or finite element analysis (FEA). RFP 8446 Transfort Bus Procurement 100 fire into the passenger compartment and shall be in accordance with the Recommended Fire Safety Practices defined in FTA Docket 90A, dated October 20, 1993. Only necessary openings shall be allowed in the bulkhead, and these shall be fire-resistant. Any passageways for the climate control system air shall be separated from the engine compartment by fire-resistant material. Piping through the bulkhead shall have fire- resistant fittings sealed at the bulkhead. Wiring may pass through the bulkhead only if connectors or other means are provided to prevent or retard fire propagation through the bulkhead. Engine access panels in the bulkhead shall be fabricated of fire-resistant material and secured with fire-resistant fasteners. These panels, their fasteners and the bulkhead shall be constructed and reinforced to minimize warping of the panels during a fire that will compromise the integrity of the bulkhead. TS 22.2 Crashworthiness (Transit Bus) The bus body and roof structure shall withstand a static load equal to 150 percent of the curb weight evenly distributed on the roof with no more than a 6 in. reduction in any interior dimension. Windows shall remain in place and shall not open under such a load. These requirements must be met without the roof- mounted equipment installed. The bus shall withstand a 25 mph impact by a 4000 lb automobile at any side, excluding doorways, along either side of the bus and the articulated joint, if applicable, with no more than 3 in. of permanent structural deformation at seated passenger hip height. This impact shall not result in sharp edges or protrusions in the bus interior. Exterior panels below 35 in. from ground level shall withstand a static load of 2000 lbs applied perpendicular to the bus by a pad no larger than 5 sq in. This load shall not result in deformation that prevents installation of new exterior panels to restore the original appearance of the bus. TS 23. Corrosion The bus flooring, sides, roof, understructure and axle suspension components shall be designed to resist corrosion or deterioration from atmospheric conditions and de-icing materials for a period of 12 years or 500,000 miles, whichever comes first. It shall maintain structural integrity and nearly maintain original appearance throughout its service life, with the CFC-Transfort’s use of proper cleaning and neutralizing agents. All materials that are not inherently corrosion resistant shall be protected with corrosion-resistant coatings. All joints and connections of dissimilar metals shall be corrosion resistant and shall be protected from galvanic corrosion. Representative samples of all materials and connections shall withstand a two-week (336-hour) salt spray test in accordance with ASTM Procedure B-117 with no structural detrimental effects to normally visible surfaces and no weight loss of over 1 percent. ALTERNATIVE – MINIMUM REQUIREMENT Corrosion Resistance Requirements All exposed surfaces and the interior surfaces of tubing and other enclosed members shall be corrosion resistant through application of a corrosion protection system. RFP 8446 Transfort Bus Procurement 101 TS 24. Towing Each towing device shall withstand, without permanent deformation, tension loads up to 1.2 times the curb weight of the bus within 20 deg of the longitudinal axis of the bus. If applicable, the rear towing device(s) shall not provide a toehold for unauthorized riders. The method of attaching the towing device shall not require the removal, or disconnection, of front suspension or steering components. Removal of the bike rack is permitted for attachment of towing devices. Two rear recovery devices/tie downs shall permit lifting and towing of the bus for a short distance, such as in cases of an emergency, to allow access to provisions for front towing of bus. The method of attaching the tow bar or adapter shall require the specific approval of the CFC-Transfort. Any tow bar or adapter exceeding 50 lbs should have means to maneuver or allow for ease of use and application. Each towing device shall accommodate a crane hook with a 1 in. throat. Two tow hooks, one for front and one for rear, shall be incorporated into the frame for pulling the bus out with chain attached to loader. TS 25. Jacking It shall be possible to safely jack up the bus, at curb weight, with a common 10-ton floor jack with or without special adapter, when a tire or dual set is completely flat and the bus ALTERNATIVE – PREFERRED OPTION Additional Corrosion Resistance Requirements The vehicle shall be constructed using only inherently corrosion-resistant materials and fasteners such as stainless steel or composites to minimize deterioration. The structure shall not require corrosion-preventive coatings or after treatments, either during construction or throughout the service life of the vehicle. Additional technical evaluation points will be awarded to any Proposer who meets this requirement. DEFAULT Shop air connectors shall be provided at the front and rear of the bus and shall be capable of supplying all pneumatic systems of the bus with externally sourced compressed air. The location of these shop air connectors shall facilitate towing operations. DEFAULT No Provision of Glad-Hand Type Connectors for Towing No glad-hand type connector shall be provided. DEFAULT Lifted (Supported) Front Axle and Flat Towing Capability The front towing devices shall allow attachment of adapters for a rigid tow bar and shall permit the lifting of the bus until the front wheels are clear off the ground in order to position the bus on the towing equipment by the front wheels. These devices shall also permit common flat towing. Manufacturer shall provide towing adapters for each bus. RFP 8446 Transfort Bus Procurement 102 is on a level, hard surface, without crawling under any portion of the bus. Jacking from a single point shall permit raising the bus sufficiently high to remove and reinstall a wheel and tire assembly. Jacking pads located on the axle or suspension near the wheels shall permit easy and safe jacking with the flat tire or dual set on a 6 in. high run-up block not wider than a single tire. The jacking pad locations shall marked on the exterior of the bus for easy identification. The bus shall withstand such jacking at any one or any combination of wheel locations without permanent deformation or damage. TS 26. Hoisting The bus axles or jacking plates shall accommodate the lifting pads of a two-post (or three- post if 60 ft articulated bus) hoist system. Jacking plates, if used as hoisting pads, shall be designed to prevent the bus from falling off the hoist. Other pads or the bus structure shall support the bus on jack stands independent of the hoist. The vehicle shall be capable of lifting by the wheels, and, as necessary to meet tire load requirements, the proper number for wheel lifts and/or adapters must be used. TS 27. Floor TS 27.1 Design (Transit Bus) The floor shall be essentially a continuous plane, except at the wheel housings and platforms. Where the floor meets the walls of the bus, as well as other vertical surfaces such as platform risers, the surface edges shall be blended with a circular section of radius not less than ¼ in. or installed in a fully sealed butt joint. Similarly, a molding or cover shall prevent debris accumulation between the floor and wheel housings. The vehicle floor in the area of the entrance and exit doors shall have a lateral slope not exceeding 2 deg to allow for drainage. DEFAULT Yellow Pads Jacking pads shall be painted safety yellow. DEFAULT Bi-Level Floor Design The floor design shall consist of two levels (bi-level construction). Aft of the rear door extending to the rear settee riser, the floor height may be raised to a height no more than 21 in. above the lower level, with equally spaced steps. An increase slope shall be allowed on the upper level, not to exceed 3.5 deg off the horizontal. ALTERNATIVE Floor Drain A floor drain of noncorrosive materials shall be provided on the bus behind the front, curbside wheelhouse near the wall to help drain any water that may accumulate due to ice, snow, rain, etc. The drain pipe shall be approximately 1½ in. in diameter and shall extend no more than 5 in. below the floor. The drain pipe shall be fitted with a rubber drain spout to minimize or prevent air drafts to the interior of the bus. The strainer shall be firmly retained but also removable to allow flushing of any accumulated debris. RFP 8446 Transfort Bus Procurement 103 TS 27.2 Strength The floor deck may be integral with the basic structure or mounted on the structure securely to prevent chafing or horizontal movement and designed to last the life of the bus. Sheet metal screws shall not be used to retain the floor, and all floor fasteners shall be serviceable from one side only. Any adhesives, bolts or screws used to secure the floor to the structure shall last and remain effective throughout the life of the coach. Tapping plates, if used for the floor fasteners, shall be no less than the same thickness as a standard nut, and all floor fasteners shall be secured and protected from corrosion for the service life of the bus. The floor deck shall be reinforced as needed to support passenger loads. At GVWR, the floor shall have an elastic deflection of no more than 0.60 in. from the normal plane. The floor shall withstand the application of 2.5 times gross load weight without permanent detrimental deformation. The floor, with coverings applied, shall withstand a static load of at least 150 lbs applied through the flat end of a ½ in. diameter rod, with 1/32 in. radius, without permanent visible deformation. TS 27.3 Construction The floor shall consist of the subfloor and the floor covering that will last the life of the bus. The floor as assembled, including the sealer, attachments and covering, shall be waterproof, non-hygroscopic and resistant to mold growth. The subfloor shall be resistant to the effects of moisture, including decay (dry rot). It shall be impervious to wood- destroying insects such as termites. TS 28. Platforms TS 28.1 Driver’s Area The covering of platform surfaces and risers, except where otherwise indicated, shall be the same material as specified for floor covering. Trim shall be provided along top edges of platforms unless integral nosing is provided. DEFAULT Pressure-Preserved Plywood Panel Plywood shall be certified at the time of manufacturing by an industry- approved third-party inspection agency such as APA – The Engineered Wood Association (formerly the American Plywood Association). Plywood shall be of a thickness adequate to support design loads, manufactured with exterior glue, satisfy the requirements of a Group I Western panel as defined in PS 1-95 (Voluntary Product Standard PS 1-95, “Construction and Industrial Plywood”) and be of a grade that is manufactured with a solid face and back. Plywood shall be installed with the highest-grade, veneer side up. Plywood shall be pressure-treated with a preservative chemical and process such as alkaline copper quaternary (ACQ) that prevents decay and damage by insects. Preservative treatments shall utilize no EPA-listed hazardous chemicals. The concentration of preservative chemicals shall be equal to or greater than required for an above ground level application. Treated plywood will be certified for preservative penetration and retention by a third-party inspection agency. Pressure-preservative treated plywood shall have a moisture content at or below 15 percent. RFP 8446 Transfort Bus Procurement 104 TS 28.2 Driver’s Platform The driver’s platform shall be of a height such that, in a seated position, the driver can see an object located at an elevation of 42 in. above the road surface, 24 in. from the leading edge of the bumper. Notwithstanding this requirement, the platform height shall not position the driver such that the driver’s vertical upward view is less than 15 deg. A warning decal or sign shall be provided to alert the driver to the change in floor level. Figure 2 illustrates a means by which the platform height can be determined, using the critical line of sight. FIGURE 2 Determining Platform Height TS 28.3 Farebox Farebox placement should minimize impact to passenger access and minimize interference with the driver’s line of sight. DEFAULT Driver Interface Required; Platform Needed to Bring Height to Driver Access If the driver’s platform is higher than 12 in., then the farebox is to be mounted on a platform of suitable height to provide accessibility for the driver without compromising passengers’ access. Protective stanchions shall be located around the farebox. RFP 8446 Transfort Bus Procurement 105 TS 28.4 Rear Step Area to Rear Area (Transit Bus) If the vehicle is of a bi-level floor design, then a rear step area shall be provided along the center aisle of the bus to facilitate passenger traffic between the upper and lower floor levels. This step area shall be cut into the rear platform and shall be approximately the aisle width, a minimum 12 in. deep and approximately half the height of the upper level relative to the lower level. The horizontal surface of this platform shall be covered with skid-resistant material with a visually contrasting nosing and shall be sloped slightly for drainage. A warning decal or sign shall be provided at the immediate platform area to alert passengers to the change in floor level. TS 29. Wheel Housing TS 29.1 Design and Construction Sufficient clearance and air circulation shall be provided around the tires, wheels and brakes to preclude overheating when the bus is operating on the design operating profile. Wheel housings shall be constructed of corrosion-resistant and fire-resistant material. Wheel housings, as installed and trimmed, shall withstand impacts of a 2 in. steel ball with at least 200 ft-lbs of energy without penetration. TS 29.2 Design and Construction (Transit Bus) Interference between the tires and any portion of the bus shall not be possible in maneuvers up to the limit of tire adhesion with weights from curb weight to GVWR. Wheel housings shall be adequately reinforced where seat pedestals are installed. Wheel housings shall have sufficient sound insulation to minimize tire and road noise and meet all noise requirements of this specification. Design and construction of front wheel housings shall allow for the installation of a radio or electronic equipment storage compartment on the interior top surface, or its use as a luggage rack. The finish of the front wheel housings shall be scratch-resistant and complement interior finishes of the bus to minimize the visual impact of the wheel housing. If fiberglass wheel housings are provided, then they shall be color-impregnated to match interior finishes. The lower portion extending to approximately 10 to 12 in. above the floor shall be equipped with scuff-resistant coating or stainless steel trim. Wheel housings not equipped with seats or equipment enclosure shall have a horizontal assist mounted on the top portion of the housing no more than 4 in. higher than the wheel well housing. ALTERNATIVE-PREFERRED Manufacturer will install all fareboxes. The CFC-Transfort preferred supplier is Genfare Model Cents-A-Bill. ALTERNATIVE The wheel housing shall be designed to have the ability to chain buses. RFP 8446 Transfort Bus Procurement 106 CHASSIS TS 30. Suspension TS 30.1 General Requirements The front, rear and mid (if articulated) suspensions shall be pneumatic type. The basic suspension system shall last the service life of the bus without major overhaul or replacement. Adjustment points shall be minimized and shall not be subject to a loss of adjustment in service. Routine adjustments shall be easily accomplished by limiting the removal or disconnecting the components. TS 30.2 Alignment All axles should be properly aligned so the vehicle tracks accurately within the size and geometry of the vehicle. TS 30.3 Springs and Shock Absorbers TS 30.3.1 Suspension Travel The suspension system shall permit a minimum wheel travel of 2.75 in. jounce- upward travel of a wheel when the bus hits a bump (higher than street surface), and 2.75 in. rebound-downward travel when the bus comes off a bump and the wheels fall relative to the body. Elastomeric bumpers shall be provided at the limit of jounce travel. Rebound travel may be limited by elastomeric bumpers or hydraulically within the shock absorbers. Suspensions shall incorporate appropriate devices for automatic height control so that regardless of load the bus height relative to the centerline of the wheels does not change more than ½ in. at any point from the height required. The safe operation of a bus cannot be impacted by ride height up to 1 in. from design normal ride height. TS 30.3.2 Damping Vertical damping of the suspension system shall be accomplished by hydraulic shock absorbers mounted to the suspension arms or axles and attached to an appropriate location on the chassis. Damping shall be sufficient to control coach motion to three cycles or less after hitting road perturbations. The shock absorber bushing shall be made of elastomeric material that will last the life of the shock absorber. The damper shall incorporate a secondary hydraulic rebound stop. TS 30.3.3 Lubrication DEFAULT Standard Grease Fittings All elements of steering, suspension and drive systems requiring scheduled lubrication shall be provided with grease fittings conforming to SAE Standard J534.These fittings shall be located for ease of inspection and shall be accessible with a standard grease gun from a pit or with the bus on a hoist. Each element requiring lubrication shall have its own grease fitting with a relief path. The lubricant specified shall be standard for all elements on the bus serviced by standard fittings and shall be required no less than every 6000 miles. RFP 8446 Transfort Bus Procurement 107 TS 30.3.4 Kneeling TS 31. Wheels and Tires TS 31.1 Wheels All wheels shall be interchangeable and shall be removable without a puller. Wheels shall be compatible with tires in size and load-carrying capacity. Front wheels and tires shall be balanced as an assembly per SAE J1986. DEFAULT A kneeling system shall lower the entrance(s) of the bus a minimum of 2 in. during loading or unloading operations regardless of load up to GVWR, measured at the longitudinal centerline of the entrance door(s) by the driver. The kneeling control shall provide the following functions: Downward control must be held to allow downward kneeling movement. Release of the control during downward movement must completely stop the lowering motion and hold the height of the bus at that position. Upward control actuation must allow the bus to return to normal floor height without the driver having to hold the control. The brake and throttle interlock shall prevent movement when the bus is kneeled. The kneeling control shall be disabled when the bus is in motion. The bus shall kneel at a maximum rate of 1.25 in. per second at essentially a constant rate. After kneeling, the bus shall rise within 4 seconds to a height permitting the bus to resume service and shall rise to the correct operating height within 7 seconds regardless of load up to GVWR. During the lowering and raising operation, the maximum vertical acceleration shall not exceed 0.2g, and the jerk shall not exceed 0.3g/second. An indicator visible to the driver shall be illuminated until the bus is raised to a height adequate for safe street travel. An audible warning alarm will sound simultaneously with the operation of the kneeler to alert passengers and bystanders. A warning light mounted near the curbside of the front door, a minimum 2.5 in. diameter amber lens, shall be provided that will blink when the kneel feature is activated. Kneeling shall not be operational while the wheelchair ramp is deployed or in operation. ALTERNATIVE Add an over-raise function 2”. DEFAULT Painted Steel Wheels and rims shall be hub-piloted with powder-coated steel (maximum 3.5 mil) and shall resist rim flange wear. ALTERNATIVE-PREFERRED Wheels and rims shall be made from aluminum. RFP 8446 Transfort Bus Procurement 108 TS 31.2 Tires Tires shall be suitable for the conditions of transit service and sustained operation at the maximum speed capability of the bus. Load on any tire at GVWR shall not exceed the tire supplier’s rating. Sufficient space shall be provided to allow the CFC-Transfort to carry a spare tire, if required. TS 32. Steering TS 32.1 Steering Axle (Transit Bus) All friction points on the front axle shall be equipped with replaceable bushings or inserts and, if needed, lubrication fittings easily accessible from a pit or hoist. The steering geometry of the outside (frontlock) wheel shall be within 2 deg of true Ackerman up to 50 percent lock measured at the inside (backlock) wheel. The steering geometry shall be within 3 deg of true Ackerman for the remaining 100 percent lock measured at the inside (backlock) wheel. TS 32.2 Steering Wheel TS 32.2.1 Turning Effort Steering effort shall be measured with the bus at GVWR, stopped with the brakes released and the engine at normal idling speed on clean, dry, level, commercial asphalt pavement and the tires inflated to recommended pressure. DEFAULT Self-centering shouldered skirt lug nut. ALTERNATIVE Spare wheel and tire provided at time of delivery to CFC-Transfort. ALTERNATIVE The tires shall be supplied by the Contractor. Front tires and spare shall have a steer axle tread design. Rear tire shall have a traction type tread suitable for winter driving conditions. Final tire determination will require the approval of the CFC-Transfort. DEFAULT Hydraulically assisted steering shall be provided. The steering gear shall be an integral type with the number and length of flexible lines minimized or eliminated. Engine-driven hydraulic pump shall be provided for power steering. DEFAULT Solid Beam Axle and Grease-Type Front Bearings and Seals The front axle shall be solid beam, non-driving with a load rating sufficient for the bus loaded to GVWR and shall be equipped with OIL type front wheel bearings d l RFP 8446 Transfort Bus Procurement 109 Under these conditions, the torque required to turn the steering wheel 10 deg shall be no less than 5 ft-lbs and no more than 10 ft-lbs. Steering torque may increase to 70 ft-lbs when the wheels are approaching the steering stops, as the relief valve activates. Power steering failure shall not result in loss of steering control. With the bus in operation, the steering effort shall not exceed 55 lbs at the steering wheel rim, and perceived free play in the steering system shall not materially increase as a result of power assist failure. Gearing shall require no more than seven turns of the steering wheel lock-to-lock. Caster angle shall be selected to provide a tendency for the return of the front wheels to the straight position with minimal assistance from the driver. TS 32.2.2 Steering Wheel, General The steering wheel diameter shall be approximately 18 to 20 in.; the rim diameter shall be ⅞ to 1¼ in. and shaped for firm grip with comfort for long periods of time. Steering wheel spokes and wheel thickness shall ensure visibility of the dashboard so that vital instrumentation is clearly visible at center neutral position (within the range of a 95th- percentile male, as described in SAE 1050a, Sections 4.2.2 and 4.2.3). Placement of steering column must be as far forward as possible, but either inline with or behind the instrument cluster. TS 32.2.3 Steering Column Tilt The steering column shall have full tilt capability with an adjustment range of no less than 40 deg from the vertical and easily adjustable by the driver and shall be accessible by a 5th percentile female and 95th percentile male. TS 32.2.4 Steering Wheel Telescopic Adjustment The steering wheel shall have full telescoping capability and have a minimum telescopic range of 2 in. and a minimum low-end adjustment of 29 in., measured from the top of the steering wheel rim in the horizontal position to the cab floor at the heel point. TABLE 4 Steering Wheel Height1 Relative to Angle of Slope At Minimum Telescopic Height Adjustment (29 in.) – At Maximum Telescopic Height Adjustment (5 in.) ALTERNATIVE-PREFERRED Steering wheel to only have two spokes. RFP 8446 Transfort Bus Procurement 110 Angle of Slope – Height – Angle of Slope Height 0 deg 29 in. 0 deg 34 in. 15 deg 26.2 in. 15 deg 31.2 in. 25 deg 24.6 in. 25 deg 29.6 in. 35 deg 22.5 in. 35 deg 27.5 in. – 1. Measured from bottom portion closest to driver. TS 33. Drive Axle The bus shall be driven by a heavy-duty axle with a load rating sufficient for the bus loaded to GVWR. The drive axle shall have a design life to operate for not less than 300,000 miles on the design operating profile without replacement or major repairs. The lubricant drain plug shall be magnetic type. If a planetary gear design is employed, the oil level in the planetary gears shall be easily checked through the plug or sight gauge. The axle and driveshaft components shall be rated for both propulsion and retardation modes with respect to duty cycle. NOTE: The retardation duty cycle can be more aggressive than propulsion. The drive shaft shall be guarded to prevent hitting any critical systems, including brake lines, coach floor or the ground, in the event of a tube or universal joint failure. TS 33.1 Non-Drive Axle The non-drive axle is the drive axle without the drive gear with a load rating sufficient for the load to GVWR. TS 34. Turning Radius Bus Length (approximate) Maximum Turning Radius (see Figure 3) 30 ft 31 ft (TR0) 35 ft 39 ft (TR0) 40 ft 44 ft (TR0) RFP 8446 Transfort Bus Procurement 111 FIGURE 3 Turning Radius RFP 8446 Transfort Bus Procurement 112 TS 35. Brakes TS 35.1 Service Brake TS 35.2 Actuation TS 35.3 Friction Material The brake linings shall be made of non-asbestos material. In order to aid maintenance personnel in determining extent of wear, a provision such as a scribe line or a chamfer indicating the thickness at which replacement becomes necessary shall be provided on each brake lining. The complete brake lining wear indicator shall be clearly visible from the hoist or pit without removing backing plates. DEFAULT Brakes shall be self-adjusting. Brake wear indicators (visible brake sensors) shall be provided on exposed push rods. ALTERNATIVE Visible stroke indicators may be combined with electronic brake monitoring system and vehicle brake warning system to notify driver and maintenance of unsafe brake conditions. DEFAULT Service brakes shall be controlled and actuated by a compressed air system. Force to activate the brake pedal control shall be an essentially linear function of the bus deceleration rate and shall not exceed 75 lbs at a point 7 in. above the heel point of the pedal to achieve maximum braking. The heel point is the location of the driver’s heel when his or her foot is rested flat on the pedal and the heel is touching the floor or heel pad of the pedal. The ECU for the ABS system shall be protected, yet in an accessible location to allow for ease of service. The total braking effort shall be distributed among all wheels in such a ratio as to ensure equal friction material wear rate at all wheel locations. Manufacturer shall demonstrate compliance by providing a copy of a thermodynamic brake balance test upon request. ALTERNATIVE Microprocessor controlled automatic traction control (ATC) shall be provided. ALTERNATIVE The ABS/EBC controller must support EBC1 (PGN 61441) “Brake Pedal Position” (SPN 521) to support and enhance fuel savings technologies. ALTERNATIVE Remote brake wear indicator shall be provided. RFP 8446 Transfort Bus Procurement 113 TS 35.4 Hubs and Drums/Discs Replaceable wheel bearing seals shall run on replaceable wear surfaces or be of an integral wear surface sealed design. Wheel bearing and hub seals and unitized hub assemblies shall not leak or weep lubricant when operating on the design operating profile for the duration of the initial manufacturer’s warranty. The brake system material and design shall be selected to absorb and dissipate heat quickly so that the heat generated during braking operation does not glaze the brake linings. TS 35.5 Parking/Emergency Brake The parking brake system shall incorporate an audible warning in the event the bus is put into neutral without the parking brake being set. A secondary horn shall begin honking repeatedly if the operator’s seatbelt is not fastened at any time the parking brake is not set. TS 36. Interlocks (Transit Bus) TS 36.1 Passenger Door Interlocks To prevent opening passenger doors while the bus is in motion, a speed sensor shall be integrated with the door controls to prevent the doors from being enabled or opened unless the bus speed is less than 2 mph. To preclude movement of the bus, an accelerator interlock shall lock the accelerator in the closed position, and a brake interlock shall engage the service brake system to stop movement of the bus when the driver’s door control is moved to a door enable or open position, or a door panel is opened more than 3 in. from the fully closed position (as measured at the leading edge of the door panel). The interlock engagement shall bring the bus to a smooth stop and shall be capable of holding a fully loaded bus on a 6 percent grade, with the engine at idle and the transmission in gear, until the interlocks are DEFAULT Drum Brakes The bus shall be equipped with brake drums. Brake drums shall allow machining for oversized linings per manufacturer’s specifications. ALTERNATIVE- PREFERRED Disc Brakes on All Axles The bus shall be equipped with disc brakes on all axles, and the brake discs shall allow machining of each side of the disc to obtain smooth surfaces per manufacturer’s specifications. DEFAULT Air Brakes The parking brake shall be a spring-operated system, actuated by a valve that exhausts compressed air to apply the brakes. The parking brake may be manually enabled when the air pressure is at the operating level per FMVSS 121. RFP 8446 Transfort Bus Procurement 114 released. These interlock functions shall be active whenever the vehicle master run switch is in any run position. All door systems employing brake and accelerator interlocks shall be supplied with supporting failure mode effects analysis (FEMA) documentation, which demonstrates that failure modes are of a failsafe type, thereby never allowing the possibility of release of interlock while an interlocked door is in an unsecured condition, unless the door master switch has been actuated to intentionally release the interlocks. TS 37. Pneumatic System TS 37.1 General The bus air system shall operate the air-powered accessories and the braking system with reserve capacity. New buses shall not leak down more than 5 psi over a 15-minute period of time as indicated on the dash gauge. Provision shall be made to apply shop air to the bus air systems. A quick disconnect fitting shall be easily accessible and located in the engine compartment and near the front bumper area for towing. Retained caps shall be installed to protect fitting against dirt and moisture when not in use. Air for the compressor shall be filtered. The air system shall be protected per FMVSS 121. TS 37.2 Air Compressor TS 37.3 Air Lines and Fittings Air lines, except necessary flexible lines, shall conform to the installation and material requirements of SAE Standard J1149 for copper tubing with standard, brass, flared or ball sleeve fittings, or SAE Standard J844 for nylon tubing if not subject to temperatures over 200 °F. The air on the delivery side of the compressor where it enters nylon housing shall not be above the maximum limits as stated in SAE J844. Nylon tubing shall be installed in accordance with the following color- coding standards: Line supports shall prevent movement, flexing, tension, strain and vibration. Copper lines shall be supported to prevent the lines from touching one another or any component of the ALTERNATIVE Braking effort adjustable with hand tools. DEFAULT The engine-driven air compressor shall be sized to charge the air system from 40 psi to the governor cut-off pressure in less than 4 minutes while not exceeding the fast idle speed setting of the engine. DEFAULT • Green: Indicates primary brakes and supply. • Red: Indicates secondary brakes. • Brown: Indicates parking brake. • Yellow: Indicates compressor governor signal. • Black: Indicates accessories. RFP 8446 Transfort Bus Procurement 115 bus. To the extent practicable and before installation, the lines shall be pre-bent on a fixture that prevents tube flattening or excessive local strain. Copper lines shall be bent only once at any point, including pre-bending and installation. Rigid lines shall be supported at no more than 5 ft intervals. Nylon lines may be grouped and shall be supported at 30 in. intervals or less. The compressor discharge line between powerplant and body-mounted equipment shall be flexible convoluted copper or stainless steel line, or may be flexible Teflon hose with a braided stainless steel jacket. Other lines necessary to maintain system reliability shall be flexible Teflon hose with a braided stainless steel jacket. End fittings shall be standard SAE or JIC brass or steel, flanged, swivel-type fittings. Flexible hoses shall be as short as practicable and individually supported. They shall not touch one another or any part of the bus except for the supporting grommets. Flexible lines shall be supported at 2ft intervals or less. Air lines shall be clean before installation and shall be installed to minimize air leaks. All air lines shall be routed to prevent water traps to the extent possible. Grommets or insulated clamps shall protect the air lines at all points where they pass through understructure components. TS 37.4 Air Reservoirs All air reservoirs shall meet the requirements of FMVSS Standard 121 and SAE Standard J10 and shall be equipped with drain plugs and guarded or flush type drain valves. Major structural members shall protect these valves and any automatic moisture ejector valves from road hazards. Reservoirs shall be sloped toward the drain valve. All air reservoirs shall have drain valves that discharge below floor level with lines routed to eliminate the possibility of water traps and/or freezing in the drain line. TS 37.5 Air System Dryer An air dryer shall prevent accumulation of moisture and oil in the air system. The air dryer system shall include one or more replaceable desiccant cartridges. ALTERNATIVE Requirement for Additional Oil Separator Provision A provision shall be included to collect/remove oil from the air system to prevent affecting function and/or damaging pneumatic system components. ALTERNATIVE The air system shall be equipped with an air dryer located before the no. 1 air tank and as far from the compressor as possible to allow air to cool prior to entering the air dryer. ALTERNATIVE Air Dryer shall be equipped with heated exhaust port. RFP 8446 Transfort Bus Procurement 116 ELECTRICAL, ELECTRONIC AND DATA COMMUNICATION SYSTEMS TS 38. Overview The electrical system will consist of vehicle battery systems and components that generate, distribute and store power throughout the vehicle. (e.g., generator, voltage regulator, wiring, relays and connectors). Electronic devices are individual systems and components that process and store data, integrate electronic information or perform other specific functions. The data communication system consists of the bi-directional communications networks that electronic devices use to share data with other electronic devices and systems. Communication networks are essential to integrating electronic functions, both on board the vehicle and off. Information level systems that require vehicle information for their operations or provide information shall adhere to J1939 data standard. Data communications systems are divided into three levels to reflect the use of multiple data networks: • Powertrain level: Components related to the powertrain, including the propulsion system components (engine, transmission and hybrid units) and anti-lock braking system (ABS), which may include traction control. At a minimum, powertrain components consisting of the engine, transmission, retarder, ASR and anti-lock braking systems shall be powered by a dedicated and isolated ignition supply voltage to ensure data communication between components exists when the vehicle ignition is switched to the “on” position. • Information level: Components whose primary function is the collection, control or display of data that is not necessary to the safe drivability of the vehicle (i.e., the vehicle will continue to operate when those functions are inoperable). These components typically consist of those required for automatic vehicle location (AVL) systems, destination signs, fareboxes, passenger counters, radio systems, automated voice and signage systems, video surveillance and similar components. • Multiplex level: Electrical or electronic devices controlled through input/output signals such as discrete, analog and serial data information (i.e., on/off switch inputs, relay or relay control outputs). Multiplexing is used to control components not typically found on the drive train or information levels, such as lights; wheelchair lifts; doors; heating, ventilation and air conditioning (HVAC) systems (if applicable); and gateway devices. RFP 8446 Transfort Bus Procurement 117 FIGURE 4 Data Communications Systems Level Information level Multiplex level Drivetrain level TS 38.1 Modular Design Design of the electrical, electronic and data communication systems shall be modular so that each electronic device, apparatus panel, or wiring bundle is easily separable from its interconnect by means of connectors. Power plant wiring shall be an independent wiring harness. Replacement of the engine compartment wiring harness(es) shall not require pulling wires through any bulkhead or removing any terminals from the wires. TS 39. Environmental and Mounting Requirements The electrical system and its electronic components shall be capable of operating in the area of the vehicle in which they will be installed, as recommended in SAEJ1455. Electrical and electronic equipment shall not be located in an environment that will reduce the performance or shorten the life of the component or electrical system when operating within the design operating profile. As a recommendation, no vehicle component shall generate, or be affected by, electromagnetic interference or radio-frequency interference (EMI/RFI) that can disturb the performance of electrical/electronic equipment as defined in SAEJ1113 and UNECE Council Directive 95/54(R10). The CFC-Transfort member agencies shall follow recommendations from bus manufacturers and subsystem suppliers regarding methods to prevent damage from voltage spikes generated from welding, jumpstarts, shorts, etc. TS 39.1 Hardware Mounting The mounting of the hardware shall not be used to provide the sole source ground, and all hardware shall be isolated from potential EMI/RFI, as referenced in SAE J1113. All electrical/electronic hardware mounted in the interior of the vehicle shall be inaccessible to passengers and hidden from view unless intended to be viewed. The hardware shall be mounted in such a manner as to protect it from splash or spray. RFP 8446 Transfort Bus Procurement 118 All electrical/electronic hardware mounted on the exterior of the vehicle that is not designed to be installed in an exposed environment shall be mounted in a sealed enclosure. All electrical/electronic hardware and its mounting shall comply with the shock and vibration requirements of SAEJ1455. TS 40. General Electrical Requirements TS 40.1 Batteries TS 40.1.1 Low-Voltage Batteries (24V) TS 40.1.2 Battery Cables The battery terminal ends and cable ends shall be color-coded with red for the primary positive, black for negative and another color for any intermediate voltage cables. Positive and negative battery cables shall not cross each other if at all possible, shall be flexible and shall be sufficiently long to reach the batteries with the tray in the extended position without stretching or pulling on any connection and shall not lie directly on top of the batteries. Except as interrupted by the master battery switch, battery and starter wiring shall be continuous cables with connections secured by bolted terminals and shall conform to specification requirements of SAE Standard J1127–Type SGR, SGT, SGX or GXL and SAE Recommended PracticeJ541, with 2100 strand 4/0 cable or greater recommended. TS 40.1.3 Jump-Start DEFAULT Four Group 31 Maintenance-Free Batteries Four Group 31 Series deep-cycling maintenance-free battery units shall be provided. Each battery shall have a minimum of 700 cold-cranking amps. Each battery shall have a purchase date no more than one year from the date of release for shipment to the Agency. DEFAULT Same Size Terminal Ends Positive and negative terminal ends shall be the same size. ALTERNATIVE Color code each voltage, Red for 24volt and Orange for 12 volt ALTERNATIVE Jump-Start Connector A jump-start connector, red for 24V and blue for 12V, shall be provided in the engine compartment, equipped with dust cap and adequately protected from moisture, dirt and debris. ALTERNATIVE - PREFERRED 2 8-D Batteries with a minimum of 1475 cold-cranking amps for each battery, with side mount terminals. RFP 8446 Transfort Bus Procurement 119 TS 40.1.4 Battery Compartment The battery compartment shall prevent accumulation of snow, ice and debris on top of the batteries and shall be vented and self-draining. It shall be accessible only from the outside of the vehicle. All components within the battery compartment, and the compartment itself, shall be protected from damage or corrosion from the electrolyte. The inside surface of the battery compartment’s access door shall be electrically insulated, as required, to prevent the battery terminals from shorting on the door if the door is damaged in an accident or if a battery comes loose. The battery compartment temperature should not exceed manufacturer’s specification. The vehicle shall be equipped with a 12V DC and 24V DC quick disconnect switch(es). The battery compartment door shall conveniently accommodate operation of the12V DC and 24V DC quick disconnect switch(es). The battery quick disconnect access door shall be identified with a decal. The decal size shall not be less than 3.5 × 5in. (8.89 × 12.7cm). The battery hold-down bracket shall be constructed of a nonconductive and corrosion- resistant material (plastic or fiberglass). This access door shall not require any special locking devices to gain access to the switch, and it shall be accessible without removing or lifting the panel. The door shall be flush- fitting and incorporate a spring tensioner or equal to retain the door in a closed position when not in use. The access door shall have a securement device capable of holding the door open while servicing the batteries. The batteries shall be securely mounted on a stainless steel or equivalent tray that can accommodate the size and weight of the batteries. The battery tray, if applicable, shall pull out easily and properly support the batteries while they are being serviced. The tray shall allow each battery cell to be easily serviced. A locking device shall retain the battery tray to the stowed position. If not located in the engine compartment, the same fire-resistant properties must apply to the battery compartment. No sparking devices should be located within the battery box. TS 40.1.5 Auxiliary Electronic Power Supply If required, gel-pack, or any form of sealed (non-venting) batteries used for auxiliary power are allowed to be mounted on the interior of the vehicle if they are contained in an enclosed, non-airtight compartment and accessible only to maintenance personnel. This compartment shall contain a warning label prohibiting the use of lead-acid batteries. ALTERNATIVE Jump-Start Connector A jump-start connector shall be located next to the battery disconnect switch. RFP 8446 Transfort Bus Procurement 120 TS 40.1.6 Master Battery Switch The location of the master battery switch shall be clearly identified on the exterior access panel, be accessible in less than 10 seconds for deactivation and prevent corrosion from fumes and battery acid when the batteries are washed off or are in normal service. Turning the master switch off with the powerplant operating, during an emergency, shall shut off the engine and shall not damage any component of the electrical system. The master switch shall be capable of carrying and interrupting the total circuit load. TS 40.1.7 Low-Voltage Generation and Distribution The low-voltage generating system shall maintain the charge on fully charged batteries, except when the vehicle is at standard idle with a total low-voltage generator load exceeding 70 percent of the low-voltage generator name plate rating. Voltage monitoring and over-voltage output protection (recommended at 32V) shall be provided. Dedicated power and ground shall be provided as specified by the component or system manufacturer. Cabling to the equipment must be sized to supply the current requirements with no greater than a 5 percent volt drop across the length of the cable. TS 40.1.8 Circuit Protection All branch circuits, except battery-to-starting motor and battery-to- generator/alternator circuits, shall be protected by current-limiting devices such as circuit breakers, fuses or solid-state devices sized to the requirements of the circuit. Electronic circuit protection for the cranking motor shall be provided to prevent engaging of the motor for more than 30 seconds at a time to prevent overheating. The circuit breakers or fuses shall be easily accessible for authorized personnel. Fuses shall be used only where it can be demonstrated that circuit breakers are not practicable. This requirement applies to in-line fuses supplied by either the Contractor or a supplier. Fuse holders shall be constructed to be rugged and waterproof. All manual reset circuit breakers critical to the operation of the bus shall be mounted in a location convenient to the CFC-Transfort member agencies’ mechanics with visible indication of open circuits. The CFC-Transfort shall consider the application of automatic reset circuit breakers on a case-by-case basis. The Contractor shall show all in-line fuses in the final harness drawings. Any manually resettable circuit breakers shall provide a visible indication of open circuits. Any manually resettable circuit breakers shall provide a visible indication of open circuits. Circuit breakers or fuses shall be sized to a minimum of 15 percent larger than the total circuit load. The current rating for the wire used for each circuit must exceed the size of the circuit protection being used. TS 40.2 Grounds The battery shall be grounded to the vehicle chassis/frame at one location only, as close to the batteries as possible. When using a chassis ground system, the chassis shall be grounded to the frame in multiple locations, evenly distributed throughout the vehicle to DEFAULT Single Switch The batteries shall be equipped with a single switch for disconnecting both12V and 24Vpower. RFP 8446 Transfort Bus Procurement 121 eliminate ground loops. No more than five ground ring/spade terminal connections shall be made per ground stud with spacing between studs ensuring contactivity and serviceability. Electronic equipment requiring an isolated ground to the battery (i.e., electronic ground) shall not be grounded through the chassis. TS 40.3 Low Voltage/Low Current Wiring and Terminals All power and ground wiring shall conform to specification requirements of SAE Recommended Practice J1127, J1128 and J1292. Double insulation shall be maintained as close to the junction box, electrical compartment or terminals as possible. The requirement for double insulation shall be met by wrapping the harness with plastic electrical tape or by sheathing all wires and harnesses with non-conductive, rigid or flexible conduit. Wiring shall be grouped, numbered and/or color-coded. Wiring harnesses shall not contain wires of different voltage classes unless all wires within the harness are insulated for the highest voltage present in the harness. Kinking, grounding at multiple points, stretching, and exceeding minimum bend radius shall be prevented. Strain-relief fittings shall be provided at all points where wiring enters electrical compartments. Grommets or other protective material shall be installed at points where wiring penetrates metal structures outside of electrical enclosures. Wiring supports shall be protective and non-conductive at areas of wire contact and shall not be damaged by heat, water, solvents, or chafing. To the extent practicable, wiring shall not be located in environmentally exposed locations under the vehicle. Wiring and electrical equipment necessarily located under the vehicle shall be insulated from water, heat, corrosion and mechanical damage. Where feasible, front-to-rear electrical harnesses should be installed above the window line of the vehicle. All wiring harnesses over 5 ft long and containing at least five wires shall include 10 percent (minimum one wire) excess wires for spares. This requirement for spare wires does not apply to data links and communication cables. Wiring harness length shall allow end terminals to be replaced twice without pulling, stretching or replacing the wire. Terminals shall be crimped to the wiring according to the connector manufacturer’s recommendations for techniques and tools. All cable connectors shall be locking type, keyed and sealed, unless enclosed in water tight cabinets or vehicle interior. Pins shall be removable, crimp contact type, of the correct size and rating for the wire being terminated. Unused pin positions shall be sealed with sealing plugs. Adjacent connectors shall use either different inserts or different insert orientations to prevent incorrect connections. Terminals shall be crimped; corrosion-resistant and full ring type or interlocking lugs with insulating ferrules. When using pressure type screw terminal strips, only stranded wire shall be used. Insulation clearance shall ensure that wires have a minimum of “visible clearance” and a maximum of two times the conductor diameter or 1/16 in., whichever is less. When using shielded or coaxial cable, upon stripping of the insulation, the metallic braid shall be free from frayed strands that can penetrate the insulation of the inner wires. Ultra-sonic and T-splices may be used with 8 AWG or smaller wire. When a T-splice is used, it shall meet these additional requirements: • It shall include a mechanical clamp in addition to solder on the splice. RFP 8446 Transfort Bus Procurement 122 • The wire shall support no mechanical load in the area of the splice. • The wire shall be supported to prevent flexing. All splicing shall be staggered in the harness so that no two splices are positioned in the same location within the harness. Wiring located in the engine compartment shall be routed away from high-heat sources or shielded and/or insulated from temperatures exceeding the wiring and connector operating requirements. The instrument panel and wiring shall be easily accessible for service from the driver’s seat or top of the panel. The instrument panel shall be separately removable and replaceable without damaging the instrument panel or gauges. Wiring shall have sufficient length and be routed to permit service without stretching or chafing the wires. TS 40.4 Electrical Components All electrical components, including switches, relays, flashers and circuit breakers, shall be heavy-duty designs with either a successful history of application in heavy- duty vehicles or design specifications for an equivalent environment. All electric motors shall be heavy-duty brushless type where practical, and have a continuous duty rating of no less than 40,000 hours (except cranking motors, washer pumps, auxiliary heater pumps, defroster and wiper motors). All electric motors shall be easily accessible for servicing. TS 40.5 Electrical Compartments All relays, controllers, flashers, circuit breakers and other electrical components shall be mounted in easily accessible electrical compartments. All compartments exposed to the outside environment shall be corrosion-resistant and sealed. The components and their functions in each electrical compartment, including the battery compartment, shall be identified and their location permanently recorded on a drawing attached to the inside of the access panel or door. The drawing shall be protected from oil, grease, fuel and abrasion. The front compartment shall be completely serviceable from the driver’s seat, vestibule or from the outside. “Rear start and run” controls shall be mounted in an accessible location in the engine compartment and shall be protected from the environment. TS 41. General Electronic Requirements If an electronic component has an internal real-time clock, it shall provide its own battery backup to monitor time when battery power is disconnected, and/or it may be updated by a network component. If an electronic component has an hour meter, it shall record accumulated service time without relying on battery backup. All electronic component suppliers shall ensure that their equipment is self- protecting in the event of shorts in the cabling, and also in over-voltage (over 32V DC on a 24V DC nominal voltage rating with a maximum of 50V DC) and reverse polarity conditions. If an electronic component is required to interface with other components, it shall not require external pull-up and/or pull-down resistors. Where this is not possible, the use of a pull-up RFP 8446 Transfort Bus Procurement 123 or pull-down resistor shall be limited as much as possible and easily accessible and labeled. TS 41.1 Wiring and Terminals Kinking, grounding at multiple points, stretching and reducing the bend radius below the manufacturer’s recommended minimum shall not be permitted. TS 41.1.1 Discrete I/O (Inputs/Outputs) All wiring to I/O devices, either at the harness level or individual wires, shall be labeled, stamped or color-coded in a fashion that allows unique identification at a spacing not exceeding 4 in. Wiring for each I/O device shall be bundled together. If the I/O terminals are the same voltages, then jumpers may be used to connect the common nodes of each I/O terminal. TS 41.1.2 Shielding All wiring that requires shielding shall meet the following minimum requirements. A shield shall be generated by connecting to a ground, which is sourced from a power distribution bus bar or chassis. A shield shall be connected at one location only, typically at one end of the cable. However, certain standards or special requirements, such as SAEJ1939 or RF applications, have separate shielding techniques that also shall be used as applicable. When using shielded or coaxial cable, upon stripping of the insulation, the metallic braid shall be free from frayed strands, which can penetrate the insulation of the inner wires. To prevent the introduction of noise, the shield shall not be connected to the common side of a logic circuit. TS 41.1.3 Communications The data network cabling shall be selected and installed according to the selected protocol requirements. The physical layer of all network communication systems shall not be used for any purpose other than communication between the system components, unless provided for in the network specifications. Communications networks that use power line carriers (e.g., data modulated on a 24V power line) shall meet the most stringent applicable wiring and terminal specifications. TS 41.1.4 Radio Frequency (RF) RF components, such as radios, video devices, cameras, global positioning systems (GPS), etc., shall use coaxial cable to carry the signal. All RF systems require special design consideration for losses along the cable. Connectors shall be minimized, since each connector and crimp has a loss that will attribute to attenuation of the signal. Cabling should allow for the removal of antennas or attached electronics without removing the installed cable between them. If this cannot be done, then a conduit of sufficient size shall be provided for ease of attachment of antenna and cable assembly. The corresponding component vendors shall be consulted for proper application of equipment, including installation of cables. RFP 8446 Transfort Bus Procurement 124 TS 41.1.5 Audio Cabling used for microphone level and line level signals shall be 22 AWG minimum with shielded twisted pair. Cabling used for amplifier level signals shall be 18 AWG minimum. TS 42. Multiplexing TS 42.1 General The primary purpose of the multiplexing system is control of components necessary to operate the vehicle. This is accomplished by processing information from input devices and controlling output devices through the use of an internal logic program. Versatility and future expansion shall be provided for by expandable system architecture. The multiplex system shall be capable of accepting new inputs and outputs through the addition of new modules and/or the utilization of existing spare inputs and outputs. All like components in the multiplex system shall be modular and interchangeable with self- diagnostic capabilities. The modules shall be easily accessible for troubleshooting electrical failures and performing system maintenance. Multiplex input/output modules shall use solid-state devices to provide extended service life and individual circuit protection. TS 42.2 System Configuration Multiplexing may either be distributed or centralized. A distributed system shall process information on multiple control modules within the network. A centralized system shall process the information on a single control module. Either system shall consist of several modules connected to form a control network. TS 42.2.1 I/O Signals The input/output for the multiplex system may contain four types of electrical signals: discrete, modulating, analog or serial data. Discrete signals shall reflect the on/off status of switches, levers, limit switches, lights, etc. Analog signals shall reflect numerical data as represented by a voltage signal (0–12V, 10–24V, etc.) or current signal (4–20 mA). Both types of analog signals shall represent the status of variable devices such as rheostats, potentiometers, temperature probes, etc. Serial data signals shall reflect ASCII or alphanumeric data used in the communication between other on-board components. TS 43. Data Communications TS 43.1 General All data communication networks shall be either in accordance with a nationally recognized interface standard, such as those published by SAE, IEEE or ISO, or shall be published to the CFC-Transfort with the following minimum information: DEFAULT Ten percent of the total number of inputs and outputs, or at least one each for each voltage type utilized (0V, 12V, 24V) at each module location shall be designated as spares. RFP 8446 Transfort Bus Procurement 125 • Protocol requirements for all timing issues (bit, byte, packet, inter-packet timing, idle line timing, etc.) packet sizes, error checking and transport (bulk transfer of data to/from the device). • Data definition requirements that ensure access to diagnostic information and performance characteristics. • The capability and procedures for uploading new application or configuration data. • Access to revision level of data, application software and firmware. • The capability and procedures for uploading new firmware or application software. • Evidence that applicable data shall be broadcast to the network in an efficient manner such that the overall network integrity is not compromised. Any electronic vehicle components used on a network shall be conformance tested to the corresponding network standard. TS 43.2 Drivetrain Level Drivetrain components, consisting of the engine, transmission, retarder, anti-lock braking system and all other related components, shall be integrated and communicate fully with respect to vehicle operation with data using SAE Recommended Communications Protocols such as J1939 and/or J1708/J1587 with forward and backward compatibilities or other open protocols. At a minimum, drivetrain components consisting of the engine, transmission, retarder ASR, and anti-lock braking systems shall be powered by a dedicated and isolated ignition supply voltage to ensure data communication among components exists when the vehicle ignition is switched to the “on” position. TS 43.2.1 Diagnostics, Fault Detection and Data Access Drivetrain performance, maintenance and diagnostic data, and other electronic messages shall be formatted and transmitted on the communications networks. The drivetrain level shall have the ability to record abnormal events in memory and provide diagnostic codes and other information to service personnel. At a minimum, this network level shall provide live/fail status, current hardware serial number, software/data revisions and uninterrupted timing functions. TS 43.2.2 Programmability (Software) The drivetrain level components shall be programmable by the CFC-Transfort with limitations as specified by the subsystem Supplier. TS 43.3 Multiplex Level TS 43.3.1 Data Access At a minimum, information shall be made available via a communication port on the multiplex system. The location of the communication port shall be easily accessible. A hardware gateway and/or wireless communications system are options if requested by the CFC-Transfort. The communication port(s) shall be located as specified by the CFC- Transfort member agencies. TS 43.3.2 Diagnostics and Fault Detection The multiplex system shall have a proven method of determining its status (system health and input/output status) and detecting either active (online) or inactive (offline) faults through the use of on-board visual/audible indicators. RFP 8446 Transfort Bus Procurement 126 In addition to the indicators, the system shall employ an advanced diagnostic and fault detection system, which shall be accessible via either a personal computer or a hand held unit. Either unit shall have the ability to check logic function. The diagnostic data can be incorporated into the information level network or the central data access system. TS 43.3.3 Programmability (Software) The multiplex system shall have security provisions to protect its software from unwanted changes. This shall be achieved through any or all of the following procedures: • Password protection • Limited distribution of the configuration software • Limited access to the programming tools required to change the software • Hardware protection that prevents undesired changes to the software Provisions for programming the multiplex system shall be possible through a PC or laptop. The multiplex system shall have proper revision control to ensure that the hardware and software are identical on each vehicle equipped with the system. Revision control shall be provided by all of the following: • Hardware component identification where labels are included on all multiplex hardware to identify components • Hardware series identification where all multiplex hardware displays the current hardware serial number and firmware revision employed by the module • Software revision identification where all copies of the software in service display the most recent revision number • A method of determining which version of the software is currently in use in the multiplex system TS 43.4 Electronic Noise Control Electrical and electronic subsystems and components on all buses shall not emit electromagnetic radiation that will interfere with on-board systems, components or equipment, telephone service, radio or TV reception, or violate regulations of the Federal Communications Commission. DEFAULT No requirement for mock-up board. ALTERNATIVE – OPTIONAL PRICING REQUESTED Provide Mock-Up Board A mock-up board, where key components of the multiplexing system are replicated on a functional model, shall be provided as a tool for CFC-Transfort member agencies to share for diagnostic, design verification and training purposes. DEFAULT Revision control labels shall be electronic. RFP 8446 Transfort Bus Procurement 127 Electrical and electronic subsystems on buses shall not be affected by external sources of RFI/EMI. This includes, but is not limited to, radio and TV transmission, portable electronic devices including computers in the vicinity of or onboard the buses, AC or DC power lines and RFI/EMI emissions from other vehicles. DRIVER PROVISIONS, CONTROLS AND INSTRUMENTATION TS 44. Driver’s Area Controls TS 44.1 General In general when designing the driver’s area, it is recommended that SAE J833, “Human Physical Dimensions,” be used. Switches and controls shall be divided into basic groups and assigned to specific areas, in conformance with SAE Recommended Practice J680, Revised 1988, “Location and Operation of Instruments and Controls in Motor Truck Cabs,” and be essentially within the hand reach envelope described in SAE Recommended Practice J287, “Driver Hand Control Reach.” Switches and control placement shall be adjusted by the manufacturer per the Transfort-CFC representative’s specifications. TS 44.2 Glare The driver’s work area shall be designed to minimize glare to the extent possible. Objects within and adjacent to this area shall be matte black or dark gray in color wherever possible to reduce the reflection of light onto the windshield. The use of polished metal and light-colored surfaces within and adjacent to the driver’s area shall be avoided. TS 44.3 Visors/Sun Shades TS 44.4 Driver’s Controls Frequently used controls must be in easily accessible locations. These include the door control, kneel control, windshield wiper/washer controls, hazard light switch, ramp, and lift and run switch. Any switches and controls necessary for the safe operation of the bus shall be conveniently located and shall provide for ease of operation. They shall be ALTERNATIVE Driver’s Window Sunscreens An adjustable roller type sunscreen shall be provided over the driver’s windshield and/or the driver’s side window. The sunscreen shall be capable of being lowered to the midpoint of the driver’s window. When deployed, the screen shall be secure, stable, and shall not rattle, sway or intrude into the driver’s field of view due to the motion of the coach or as a result of air movement. Once lowered, the screen shall remain in the lowered position until returned to the stowed position by the driver. Sunscreen shall be shaped to minimize light leakage between the visor and windshield pillars to the extent possible. ALTERNATIVE - PERFERRED An electrically controlled front visor with a full shade (no screen material). Drivers side shade to be solid material as well. RFP 8446 Transfort Bus Procurement 128 identifiable by shape, touch and permanent markings. Controls also shall be located so that passengers may not easily tamper with control settings. All panel-mounted switches and controls shall be marked with easily read identifiers. Graphic symbols shall conform to SAE Recommended Practice J2402, “Road Vehicles – Symbols For Controls, Indicators, and Tell Tales,” where available and applicable. Color of switches and controls shall be dark with contrasting typography or symbols. Mechanical switches and controls shall be replaceable, and the wiring at these controls shall be serviceable from a convenient location. Switches, controls and instruments shall be dust and water-resistant. TS 44.5 Normal Bus Operation Instrumentation and Controls The following list identifies bus controls used to operate the bus. These controls are either frequently used or critical to the operation of the bus. They shall be located within easy reach of the operator. The operator shall not be required to stand or turn to view or actuate these controls unless specified otherwise. Systems or components monitored by onboard diagnostics system shall be displayed in clear view of the operator and provide visual and/or audible indicators. The intensity of indicators shall permit easy determination of on/off status in bright sunlight but shall not cause a distraction or visibility problem at night. All indicators shall be illuminated using backlighting. The indicator panel shall be located in Area 1 or Area 5, within easy view of the operator instrument panel. All indicators shall have a method of momentarily testing their operation. The audible alarm shall be tamper-resistant and shall have an outlet level between 80 and 83 dBA when measured at the location of the operator’s ear. On-board displays visible to the operator shall be limited to indicating the status of those functions described herein that are necessary for the operation of the bus. All other indicators needed for diagnostics and their related interface hardware shall be concealed and protected from unauthorized access. Table 6 represents instruments and alarms. The intent of the overall physical layout of the indicators shall be in a logical grouping of systems and severity nature of the fault. Consideration shall be provided for future additions of spare indicators as the capability of onboard diagnostic systems improves. Blank spaces shall contain LEDs. DEFAULT All switches/controls in the driver’s controls area shall be mounted in an angled panel steep enough to discourage drivers from using it as a personal storage area for items like food, drinks, cell phones, etc. RFP 8446 Transfort Bus Procurement 129 Device Description Location Function Visual/ Audible Master run switch Rotary, four- position detent Side console Master control for bus, off, day run, night run and clearance ID lights Engine start, front Approved momentary switch Side console Activates engine starter motor Engine start, rear Approved momentary switch Engine compartment Activates engine starter motor Engine run, rear Three-position toggle switch Engine compartment Permits running engine from rear start, normal front run position and off Amber light Drive selector Touch panel switch Side console Provides selection of propulsion: forward, reverse and neutral Gear selection HVAC Switch or switches to control HVAC Side console Permits selection of passenger ventilation: off, cool, heat, low fan, high fan or full auto with on/off only Driver’s ventilation Rotary, three- position detent Side console or dash left wing Permits supplemental ventilation: fan off, low or high Defroster fan Rotary, three- position detent Side console or dash left wing Permits defroster: fan off, low, medium or high Defroster temperature Variable position Side console or dash left wing Adjusts defroster water flow and temperature Windshield RFP 8446 Transfort Bus Procurement 130 Device Description Location Function Visual/ Audible Front door ramp/kneel enable Two-position keyed switch1 Front door remote or dash right wing Permits ramp and kneel activation from front door area, key required1 Amber light Front door ramp Three-position momentary switch Right side of steering wheel Permits deploy and stow of front ramp Red light Front kneel Three-position momentary switch Front door remote Permits kneeling activation and raise and normal at front door remote location Amber or red dash indicator; exterior alarm and amber light Rear door ramp/kneel enable Two-position keyed switch1 Rear door remote Permits ramp and kneel activation from rear door area; key required1 Red light Rear door ramp Three-position momentary switch Rear door remote Permits deploy and stow of rear ramp Silent alarm Recessed push button, NO and NC contacts momentary Side console Activates emergency radio alarm at dispatch and permits covert microphone and/or enables destination sign emergency RFP 8446 Transfort Bus Procurement 131 Device Description Location Function Visual/ Audible Rear door override Two-position switch in approved location Side console, forward Allows driver to override activation of rear door passenger tape switches Engine shutdown override Momentary switch with operation protection Side console Permits driver to override auto engine shutdown Hazard flashers Two-position switch Side console Activates emergency flashers Two green lights Fire suppression Red push button with protective cover Dash left wing Permits driver to override and manually discharge fire suppression system Red light Mobile data terminal Mobile data terminal coach operator interface panel Above right dash wing Facilitates driver interaction with communication system and master log-on LCD display with visual status and text messages Farebox interface Farebox coach operator interface panel Near farebox Facilitates driver interaction with farebox system LCD display Destination sign interface Destination sign interface panel In approved location Facilitates driver interaction with destination sign system, manual entry LCD display Turn signals RFP 8446 Transfort Bus Procurement 132 Device Description Location Function Visual/ Audible Remote engine speed Rotary rheostat Engine compartment Permits technician to raise and lower engine RPM from engine compartment Master door/ interlock Multi-pole toggle, detented Out of operator’s reach Permits driver override to disable door and brake/throttle interlock Red light Warning interlocks deactivated Red indicator light Dash panel center Illuminates to warn driver that interlocks have been deactivated Red light Retarder disable Multi-pole switch detented Approved location Permits driver override to disable brake retardation/regeneration Red light Alarm acknowledge Push button momentary Approved location Permits driver to acknowledge alarm condition Rear door passenger sensor disable Multi-pole toggle, detented In sign compartment or driver’s barrier compartment Permits driver to override rear door passenger sensing system Indicator/ alarm test button Momentary switch or programming1 Dash center panel/left wing Permits driver to activate test of sentry, indicators and audible alarms All visuals and audibles Auxiliary power 110 V power receptacle Approved location RFP 8446 Transfort Bus Procurement 133 Device Description Location Function Visual/ Audible Low system air pressure Sensing low primary and secondary air tank pressure Dash center Indication of low air system pressure Buzzer and red light Methane detection function Detection of system integrity Property specific or dash center Detects system failure No start condition, amber light Methane detection Indication of 20% LED emergency light (LEL) Property specific or dash center Detects levels of methane Flashing red at 20% LEL Methane detection Indication of 50% LEL Property specific or dash center Detects levels of methane Solid red at 50% LEL Engine coolant indicator Low coolant indicator may be supplied as audible alert and visual and/or text message Within driver’s sight Detects low coolant condition Amber light Hot engine indicator Coolant temperature indicator may be supplied as audible alert and visual and/or text message Within driver’s sight Detects hot engine condition and initiates time delay shutdown Red light Low engine RFP 8446 Transfort Bus Procurement 134 TS 44.6 Driver Foot Controls Accelerator and brake pedals shall be designed for ankle motion. Foot surfaces of the pedals shall be faced with wear-resistant, nonskid, replaceable material. TS 44.6.1 Pedal Angle The vertical angle of the accelerator and brake pedals shall be determined from a horizontal plane regardless of the slope of the cab floor. The accelerator and brake pedals shall be positioned at an angle of 37 to 50 deg at the point of initiation of contact and extend downward to an angle of 10 to 18 deg at full throttle. The location of the brake and accelerator pedals shall be determined by the manufacturer, based on space needs, visibility, lower edge of windshield and vertical H-point. TS 44.6.2 Pedal Dimensions and Position The floor-mounted accelerator pedal shall be 10 to 12 in. long and 3 to 4 in. wide. Clearance around the pedal must allow for no interference precluding operation. The accelerator and brake pedals shall be positioned such that the spacing between them, measured at the heel of the pedals, is between 1 and 2 in. Both pedals should be located approximately on the same plane coincident to the surface of the pedals. TS 44.7 Brake and Accelerator Pedals TS 44.8 Driver Foot Switches Floor-Mounted Foot Control Platform The angle of the turn signal platform shall be determined from a horizontal plane, regardless of the slope of the cab floor. The turn signal platform shall be angled at a minimum of 10 deg and a maximum of 37 deg. It shall be located no closer to the seat front than the heel point of the accelerator pedal. ALTERNATIVE Adjustable Brake and Accelerator Pedals Both pedals shall be adjustable forward and rearward a minimum of 3 in. The adjustment shall be made by use of a dash-mounted toggle or rocker switch. The switch shall be clearly labeled to identify it as pedal adjustment and shall be within easy reach of the driver. Pedal adjustment shall be enabled only when the bus is stationary and the parking brake engaged. DEFAULT Turn Signal Controls Turn signal controls shall be floor-mounted, foot-controlled, water-resistant, heavy- duty, momentary contact switches. RFP 8446 Transfort Bus Procurement 135 TS 45. Driver’s Amenities TS 45.1 Coat Hanger TS 45.2 Drink Holder TS 45.3 Storage Box TS 46. Windshield Wipers and Washers TS 46.1 Windshield Wipers The bus shall be equipped with a windshield wiper for each half of the windshield. At 60 mph, no more than 10 percent of the wiped area shall be lost due to windshield wiper lift. For two-piece windshields, both wipers shall park along the center edges of the windshield glass. For single-piece windshields, wipers shall park along the bottom edge of the windshield. Windshield wiper motors and mechanisms shall be easily accessible for repairs or service. The fastener that secures the wiper arm to the drive mechanism shall be corrosion-resistant. DEFAULT Foot Switch Control The control switches for the turn signals shall be mounted on an inclined, floor- mounted stainless steel enclosure or metal plate mounted to an incline integrated into the driver’s platform, located to the left of the steering column. The location and design of this enclosure shall be such that foot room for the operator is not impeded. The inclined mounting surface shall be skid-resistant. All other signals, including high beam and public address system, shall be in approved locations. The foot switches shall be UL-listed, heavy-duty type, of a rugged, corrosion- resistant metal construction. The foot switches for the directionals shall be momentary type, while those for the PA system and the high beam shall be latching type. The spacing of the switches shall be such that inadvertent simultaneous deflection of switches is prevented. ALTERNATIVE Coat Hook A hook and loop shall be provided to secure the driver’s coat. DEFAULT Drink holder in approved area. DEFAULT Storage Box An enclosed driver storage area shall be provided with a positive latching door and/or lock. The minimum size is 2750 in.3 RFP 8446 Transfort Bus Procurement 136 TS 46.2 Windshield Washers The windshield washer system, when used with the wipers, shall deposit washing fluid evenly and completely wet the entire wiped area. The windshield washer system shall have a minimum 3-gallon reservoir, located for easy refilling from outside the bus. Reservoir pumps, lines and fittings shall be corrosion- resistant and must include a means to determine fluid level. TS 47. Driver’s Seat FIGURE 5 Driver’s Seat TS 47.1 Dimensions The driver’s seat shall be comfortable and adjustable so that people ranging in size from a 95th-percentile male to a 5th-percentile female may operate the bus. ALTERNATIVE Intermittent Wiper with Variable Control A variable-speed feature shall be provided to allow adjustment of wiper speed for each side of the windshield between approximately five (5) and twenty-five (25) cycles per minute. ALTERNATIVE - PERFERRED Electrically operated windshield wipers. RFP 8446 Transfort Bus Procurement 137 TS 47.1.1 Seat Pan Cushion Length Measurement shall be from the front edge of the seat pan to the rear at its intersection with the seat back. The adjustment of the seat pan length shall be no less than 16.5 in. at its minimum length and no more than 20.5 in. at its maximum length. The seat cushion shall have an adjustable thigh extension with a minimum of 2’’ of travel. SP 1.1.1 Seat Pan Cushion Height TS 47.1.2 Seat Pan Cushion Slope Measurement is the slope of the plane created by connecting the two high points of the seat, one at the rear of the seat at its intersection with the seat back and the other at the front of the seat just before it waterfalls downward at the edge. The slope can be measured using an inclinometer and shall be stated in degrees of incline relative to the horizontal plane (0 deg). The seat pan shall adjust in its slope from no less than plus 12 deg (rearward “bucket seat” incline) to no less than minus 5 deg (forward slope). The seat cushion tilt shall operate independently of the suspension and seat back recline. TS 47.1.3 Seat Base Fore/Aft Adjustment Measurement is the horizontal distance from the heel point to the front edge of the seat. The minimum and maximum distances shall be measured from the front edge of the seat when it is adjusted to its minimum seat pan depth (approximately 15 in.). On all low-floor buses, the seat base shall travel horizontally a minimum of 9 in. It shall adjust no closer to the heel point than 6 in. On all high-floor buses, the seat base shall travel a minimum of 9 in. and adjust no closer to the heel point than 6 in. TS 47.1.4 Seat Pan Cushion Width Measurement is the horizontal distance across the seat cushion. The seat pan cushion shall be 17 to 21 in. across at the front edge of the seat cushion and 20 to 23 in. across at the side bolsters. TS 47.1.5 Seat Suspension The driver’s seat shall be appropriately dampened to support a minimum weight of 380 lbs. The suspension shall be capable of dampening adjustment in both directions. Rubber bumpers shall be provided to prevent metal-to-metal contact. Seat suspension shall be equipped with dual adjustable shocks. TS 47.1.6 Seat Back Width Measurement is the distance between the outermost points of the front of the seat back, at or near its midpoint in height. The seat back width shall be no less than 19 in. Seat back will include dual recliner gears on both sides of the seat. Height Standard height seat back. TS 47.1.7 Headrests DEFAULT Dimensions Measurement shall be from the cab floor to the top of the level seat at its center midpoint. The seat shall adjust in height from a minimum of 14 in., with a minimum 6 in. vertical range of adjustment. RFP 8446 Transfort Bus Procurement 138 TS 47.1.8 Seat Back Lumbar Support Measurement is from the bottom of the seat back at its intersection with the seat pan to the top of the lumbar cushioning. The seat back shall provide adjustable- depth lumbar back support with three individual operating lumbar cells within a minimum range of 7 to 11 in. TS 47.1.9 Seat Back Angle Adjustment The seat back angle shall be measured relative to a level seat pan, where 90 deg is the upright position and 90 deg-plus represents the amount of recline. The seat back shall adjust in angle from a minimum of no more than 90 deg (upright) to at least 105 deg (reclined), with infinite adjustment in between. The seat back shall be equipped with a plastic back protector to avoid damage of the seat during reclining. TS 47.2 Seat Belt The belt assembly should be an auto-locking retractor (ALR). All seat belts should be stored in automatic retractors. The belts shall be mounted to the seat frame so that the driver may adjust the seat without resetting the seat belt. The seat and seatbelt assemblies as installed in the bus shall withstand static horizontal forces as required in FMVSS 207 and 21. Lap Belt Length TS 47.3 Adjustable Armrest DEFAULT Adjustable headrest. ALTERNATIVE Adjustable-height D-ring. ALTERNATIVE All seatbelt assemblies shall come equipped with a warning switch device to remind operators to buckle up. ALTERNATIVE 72 in. with Extension The lap belt assembly shall be 72 in. in length with an 8 in. seat belt extension, as long as the OEM provides it. DEFAULT No armrests. RFP 8446 Transfort Bus Procurement 139 TS 47.4 Seat Control Locations While seated, the driver shall be able to make seat adjustments by hand without complexity, excessive effort or being pinched. Adjustment mechanisms shall hold the adjustments and shall not be subject to inadvertent changes. TS 47.5 Seat Structure and Materials Cushions Cushions shall be fully padded with at least 3 in. of materials in the seating areas at the bottom and back. Cushion Materials TS 47.6 Pedestal TS 47.7 Seat Options • seat alarm • fabric options: USSC Evolution G2 with black fabric and head rest • seat air vent • side bolsters adjustments • silicone seat cushion TS 47.8 Mirrors TS 47.8.1 Exterior Mirrors The bus shall be equipped with corrosion-resistant, outside rearview mirrors mounted with stable supports to minimize vibration. Mirrors shall be firmly attached to the bus to minimize vibration and to prevent loss of adjustment with a breakaway mounting system. Mirrors shall permit the driver to view the roadway along the sides of the bus, including the rear wheels. Mirrors should be positioned to prevent blind spots. Mirrors shall retract or fold sufficiently to allow bus washing operations but avoid contact with windshield. DEFAULT Open-cell polyurethane (FMVSS 302). DEFAULT Powder-coated steel. ALTERNATIVE Exterior mirrors shall be installed with a breakaway mounting system. ALTERNATIVE Spring-loaded mirror heads auto return. ALTERNATIVE PREFERRED OPTION B/R Hadley 5x7 CX-HO Curbside and Street side combination of flat and convex mirrors referred to as transit-specific. RFP 8446 Transfort Bus Procurement 140 Curbside Mirrors The curbside rearview mirror shall be mounted so that its lower edge is no less than 76 in. above the street surface. A lower mount may be required due to mirror configuration requests. Street-Side Mirrors TS 47.8.2 Interior Mirrors Mirrors shall be provided for the driver to observe passengers throughout the bus without leaving the seat and without shoulder movement. The driver shall be able to observe passengers in the front/entrance and rear/exit areas (if applicable), anywhere in the aisle, and in the rear seats. CFC Transfort requires five interior mirrors. Location and size to be determined during design process. DEFAULT Remote Adjustment of Curbside Mirror The driver shall be able to adjust the curbside mirror remotely while seated in the driving position. The control for remote positioning of the mirror shall be a single switch or device, capable of adjusting the curbside convex mirror as well. ALTERNATIVE Heated and Remote Mirrors The heaters shall be energized whenever the driver’s heater and/or defroster is activated or activated independently. ALTERNATIVE Remote Adjustment of Curbside Mirror The driver shall be able to adjust the street-side mirror remotely while seated in the driving position. The control for remote positioning of the mirror shall be a single switch or device, capable of adjusting the street-side convex mirror as well ALTERNATIVE Heated Street-Side Mirrors The street-side mirrors shall have heaters that energize whenever the driver’s heater and/or defroster is activated, or can be activated independently. RFP 8446 Transfort Bus Procurement 141 WINDOWS TS 48. General Use with 29-30 ft length: A minimum of 6000 sq in. of window area, including operator and door windows, shall be required on each side of the standard configuration bus. Use with 35 ft length: A minimum of 8000 sq in. of window area, including operator and door windows, shall be required on each side of the standard configuration bus. Use with 40 ft length: A minimum of 10,000 sq in. of window area, including operator and door windows, shall be required on each side of the standard configuration bus. TS 49. Windshield The windshield shall permit an operator’s field of view as referenced in SAE Recommended Practice J1050.The vertically upward view shall be a minimum of 14 deg, measured above the horizontal and excluding any shaded band. The vertically downward view shall permit detection of an object 3½ ft high no more than 2 ft in front of the bus. The horizontal view shall be a minimum of 90 deg above the line of sight. Any binocular obscuration due to a center divider may be ignored when determining the 90 deg requirement, provided that the divider does not exceed a 3 deg angle in the operator’s field of view. Windshield pillars shall not exceed 10 deg of binocular obscuration. The windshield shall be designed and installed to minimize external glare as well as reflections from inside the bus. The windshield shall be easily replaceable by removing zip-locks from the windshield retaining moldings. Bonded-in-place windshields shall not be used. Winglets may be bonded. TS 49.1 Glazing The windshield glazing material shall have a ¼ in. nominal thickness laminated safety glass conforming to the requirements of ANSI Z26.1 Test Grouping AS-1 and the recommended practices defined in SAE J673. TS 50. Driver’s Side Window The driver’s side window shall be the sliding type, requiring only the rear half of the sash to latch upon closing, and shall open sufficiently to permit the seated operator to easily adjust the street-side outside rearview mirror. When in an open position, the window shall not rattle or close during braking. This window section shall slide in tracks or channels designed to last the service life of the bus. The operator’s side window shall not be bonded in place and shall be easily replaceable. The glazing material shall have a single-density tint. ALTERNATIVE No band required. DEFAULT Two-piece windshield. RFP 8446 Transfort Bus Procurement 142 The driver’s view, perpendicular through operator’s side window glazing, should extend a minimum of 33 in. (840 mm) to the rear of the heel point on the accelerator, and in any case must accommodate a 95th percentile male operator. The view through the glazing at the front of the assembly should begin not more than 26 in. (560 mm) above the operator’s floor to ensure visibility of an under- mounted convex mirror. Driver’s window construction shall maximize ability for full opening of the window. The design shall prevent sections from freezing closed in the winter. Light transmittance shall be 75 percent on the glass area below 53 in. from the operator platform floor. On the top-fixed-over-bottom-slider configuration, the top fixed area above 53 in. may have a maximum 0 percent light transmittance. TS 51. Side Windows TS 51.1 Configuration Side windows shall not be bonded in place, but shall be easily replaceable without disturbing adjacent windows and shall be mounted so that flexing or vibration from engine operation or normal road excitation is not apparent. All aluminum and steel material will be treated to prevent corrosion. TS 51.2 Emergency Exit (Egress) Configuration DEFAULT The driver’s side window glazing material shall have a ¼ in. nominal thickness laminated safety glass conforming to the requirements of ANSI Z26.1- 1996 Test Grouping AS-2 and the recommended practices defined in SAE J673. ALTERNATIVE Hidden Frame (Flush “Euro-Look”) Driver’s Side Window Agency to choose from the following options: • top fixed over bottom slider • non-egress ALTERNATIVE Maximum Egress Every window shall be capable of being made an egress window. ALTERNATIVE Hidden Frame (Seamless) • openable windows with inward-opening transom panels RFP 8446 Transfort Bus Procurement 143 TS 51.3 Configuration TS 51.4 Materials NOTE: All glass treatments must be permanent, within the glass and/or in the center membrane. Surface films are not permitted. SHGC and light transmission performance shall be defined by the National Fenestration Rating Council. TS 51.5 Rear Window HEATING, VENTILATING AND AIR CONDITIONING TS 52. Capacity and Performance The HVAC climate control system shall be capable of controlling the temperature and maintaining the humidity levels of the interior of the bus as defined in the following paragraphs. ALTERNATIVE – PREFERRED Operable Windows with Inward-Opening Transom Panels (Fixed Bottom, Tip-In Top) Hidden frame (Seamless) Each operable side window shall incorporate an upper transom portion. The transom shall be between 25 and 35 percent of the total window area. The lower portion of the window shall be fixed. The transom portion shall be hinged along the lower edge and open inward. DEFAULT Safety Glass Glazing Panels Side windows glazing material shall have a minimum of 3/16 in. nominal thickness tempered safety glass. The material shall conform to the requirements of ANSI Z26.1-1996 Test Grouping 2 and the recommended practices d fi d i SAE J673 DEFAULT Windows on the bus sides and in the rear door shall be tinted a neutral color, complementary to the bus exterior. The maximum solar energy transmittance shall not exceed 37 percent, as measured by ASTM E-424. Luminous transmittance shall be measured by ASTM D-1003. Windows over the d ti ti i h ll t b ti t d DEFAULT Safety Glass Glazing Panels Side windows glazing material shall have a minimum of 3/16 in. nominal thickness tempered safety glass. The material shall conform to the requirements of ANSI Z26.1 Test Grouping 2 and the recommended practices defined in SAE J673. DEFAULT No requirement for rear window. RFP 8446 Transfort Bus Procurement 144 With the bus running at the design operating profile with corresponding door opening cycle, and carrying a number of passengers equal to 150 percent of the seated load, the HVAC system shall control the average passenger compartment temperature within a range between 65 and 80 °F, while maintaining the relative humidity to a value of 50 percent or less. The system shall maintain these conditions while subjected to any outside ambient temperatures within a range of 10 to 95 °F and at any ambient relative humidity levels between 5 and 50 percent. When the bus is operated in outside ambient temperatures of 95 to 115 °F, the interior temperature of the bus shall be permitted to rise 0.5°F for each degree of exterior temperature in excess of 95 °F. When the bus is operated in outside ambient temperatures in the range of -10 to 10 °F, the interior temperature of the bus shall not fall below 55 °F while the bus is running on the design operating profile. A minimum of two underseat heaters are required on each bus. The location of the heaters in the bus will be determined by the CFC-Transfort representative. Due to CFC-Transfort agencies’ operating conditions, Proposers offering higher capacity heating systems that can maintain a temperature closer to 70 degrees F when the outside ambient temperatures are in the range of -30 degrees to 10 degrees F, while minimizing interior noise levels, will be awarded additional bonus evaluation points for exceeding basic specification requirements, as this is a fundamental evaluation criteria in the technical specification area. System capacity testing, including pull-down/warm-up, stabilization and profile, shall be conducted in accordance to APTA’s Recommended Practice “Transit Bus HVAC System Instrumentation and Performance Testing.” NOTE: The recommended locations of temperature probes are only guidelines and may require slight modifications to address actual bus design. Care must be taken to avoid placement of sensing devices in the immediate path of an air duct outlet. In general, the locations are intended to accurately represent the interior passenger area. Additional testing shall be performed as necessary to ensure compliance to performance requirements stated herein. DEFAULT HVAC equipped. See below for configuration. DEFAULT – PREFERRED OPTION Rear-Mounted HVAC Unit The HVAC unit will be rear-mounted. Note that a rear-mounted unit will preclude a rear window. All motors shall be brushless. RFP 8446 Transfort Bus Procurement 145 TS 53. Controls and Temperature Uniformity The HVAC system excluding the driver’s heater/defroster shall be centrally controlled with an advanced electronic/diagnostic control system with provisions for extracting/reading data. The system shall be compliant with J1939 Communication Protocol for receiving and broadcasting of data. Hot engine coolant water shall be delivered to the HVAC system driver’s defroster/heater and other heater cores by means of an auxiliary coolant pump, sized for the required flow, which is brushless and sealless having a minimum maintenance-free service life for both the brushless motor and the pump of at least 40,000 hours at full power. Interior temperature distribution shall be uniform to the extent practicable to prevent hot and/or cold spots. After stabilization with doors closed, the temperatures between any two points in the passenger compartment in the same vertical plane, and 6 to 72 in. above the floor, shall not vary by more than 5 °F with doors closed. The interior temperatures, measured at the same height above the floor, shall not vary more than ±5 °F from the front to the rear from the average temperature determined in accordance with APTA’s “Recommended Instrumentation and Performance Testing for Transit Bus Air Conditioning System.” Variations of greater than ±5 °F will be allowed for limited, localized areas provided that the majority of the measured temperatures fall within the specified requirement. DEFAULT Capacity and Performance Requirements The air-conditioning portion of the HVAC system shall be capable of reducing the passenger compartment temperature from 115 to 95 °F in less than 20 minutes after engine start-up. Engine temperature shall be within the normal operating range at the time of start-up of the cool-down test, and the engine speed shall be limited to fast idle, which may be activated by a driver-controlled device. During the cool-down period, the refrigerant pressure shall not exceed safe high-side pressures, and the condenser discharge air temperature, measured 6 in. from the surface of the coil, shall be less than 45 °F above the condenser inlet air temperature. The appropriate solar load as recommended in the APTA “Recommended Instrumentation and Performance Testing for Transit Bus Air Conditioning System,” representing 4 p.m. on August 21, shall be used. There shall be no passengers on board, and the doors and windows shall be closed. ALTERNATIVE Colder Ambient Conditions The pull-up requirements for the heating system shall be in accordance with Section 11.1of APTA’s Recommended Practice “Transit Bus HVAC System Instrumentation and Performance Testing.” With ambient temperature at -20 °F, and vehicle cold soaked at that temperature, the bus heating system shall warm the interior passenger compartment to an average temperature of 70 °F ±2 °F within 70 minutes. RFP 8446 Transfort Bus Procurement 146 TS 53.1 Auxiliary Heater TS 54. Air Flow TS 54.1 Passenger Area The cooling mode of the interior climate control system shall introduce air into the bus at or near the ceiling height at a minimum rate of 25 cubic ft per minute (cfm) per passenger based on the standard configuration bus carrying a number of passengers equal to 150 percent of the seated load. Airflow shall be evenly distributed throughout the bus, with air velocity not exceeding 100 ft per minute on any passenger. The ventilating mode shall provide air at a minimum flow rate of 20 cfm per passenger. Airflow may be reduced to 15 cfm per passenger (150 percent of seated load) when operating in the heating mode. The fans shall not activate until the heating element has warmed sufficiently to ensure at least 70 °F air outlet temperature. The heating air outlet temperature shall not exceed 120 °F under any normal operating conditions. ALTERNATIVE Auxiliary Heater – CNG Engine An auxiliary heater fired by CNG fuel shall be provided to supplement the heat supplied by the engine and shall have an output necessary to meet the performance criteria. The heater shall be equipped with safety devices to prevent overfueling, overheating due to loss of coolant or water pump failure, and operation during conditions of low battery voltage. The auxiliary heater shall have capability of functioning in the supplemental mode and preheat mode. The supplemental mode shall automatically cycle the auxiliary heater “on” and “off” according to the coolant temperature. No driver input shall be required when the engine is running. The preheat mode shall be enabled through a single-pole double- throw momentary switch. With the master run switch in the “off” position, toggling the switch to its momentary upward (“on”) position shall enable the auxiliary heater to operate in preheat. Once in preheat, the unit shall continue to operate and cycle until either the preheat switch is toggled to its momentary downward (“off”) position, or the master run switch is turned “on,” or the time elapsed exceeds 60 minutes, at which time the preheat mode will automatically be disabled. The supplement mode will always override the preheat mode. The auxiliary heater coolant pump shall shut down when the coolant is up to temperature during the supplemental mode. With the engine running, there shall be coolant flow through the heater all the time. The temperature sensor shall constantly measure the coolant temperature and cycle “on” if required, at which time the coolant pump turns on. The auxiliary heater shall be equipped with a self-priming fuel pump. The unit shall be electronically controlled with appropriate diagnostics for troubleshooting. Operation, as well as diagnostic data, shall be stored and shall be retrievable through an IBM compatible PC. The auxiliary heater maintenance/diagnostic information shall be communicated through the appropriate protocol, SAE J1708 or J1939. The auxiliary heater must be sized accordingly to prevent short cycling and meet the manufacturers recommended minimum heater cycle on run time. The heater must operate within manufacturer’s emissions specifications up to 6,000 feet above sea level. RFP 8446 Transfort Bus Procurement 147 The climate control blower motors and fan shall be designed such that their operation complies with the interior noise level requirements. TS 54.2 Driver’s Area The bus interior climate control system shall deliver at least 100 cfm of air to the driver’s area when operating in the ventilating and cooling modes. Adjustable nozzles shall permit variable distribution or shutdown of the airflow. Airflow in the heating mode shall be reduced proportionally to the reduction of airflow into the passenger area. The windshield defroster unit shall meet the requirements of SAE Recommended Practice J382, “Windshield Defrosting Systems Performance Requirements,” and shall have the capability of diverting heated air to both sides of the steering column to accommodate the driver’s feet and legs. The defroster or interior climate control system shall maintain visibility through the driver’s side window. TS 54.3 Controls for the Climate Control System (CCS) The controls for the driver’s compartment for heating, ventilation and cooling systems shall be integrated and shall meet the following requirements: • The heat/defrost system fan shall be controlled by a separate switch that has an “off” position and at least two positions for speed control. All switches and controls shall preclude the possibility of clothing becoming entangled, and shields shall be provided, if required. If the fans are approved by the CFC-Transfort, an “on/off” switch shall be located to the right of or near the main defroster switch. • A manually operated control valve shall control the coolant flow through the heater core. • If a cable-operated manual control valve is used, then the cable length shall be kept to a minimum to reduce cable seizing. Heater water control valves shall be “positive” type, closed or open. TS 54.4 Driver’s Compartment Requirements A separate heating, ventilation and defroster system for the driver’s area shall be provided and shall be controlled by the driver. The system shall meet the following requirements: • The heater and defroster system shall provide heating for the driver and heated air to completely defrost and defog the windshield, driver’s side window, and the front door glasses in all operating conditions. Fan(s) shall be able to draw air from the bus body interior and/or exterior through a control device and pass it through the heater core to the defroster system and over the driver’s feet. A minimum capacity of 100 cfm shall be provided. The driver shall have complete control of the heat and fresh airflow for the driver’s area. • The defroster supply outlets shall be located at the lower edge of the windshield. These outlets shall be durable and shall be free of sharp edges that can catch clothes during normal daily cleaning. The system shall be such that foreign objects such as coins or tickets cannot fall into the defroster air outlets. Adjustable ball ALTERNATIVE Requirement for 10 Percent “Fresh Air” Mixture The air shall be composed of no less than 10 percent outside air. RFP 8446 Transfort Bus Procurement 148 vents or louvers shall be provided at the left of the driver’s position to allow direction of air onto the side windows. A ventilation system shall be provided to ensure driver comfort and shall be capable of providing fresh air in both the foot and head areas. Vents shall be controllable by the driver from the normal driving position. Decals shall be provided, indicating “operating instructions” and “open” and “closed” positions. When closed, vents shall be sealed to prevent the migration of water or air into the bus. TS 54.5 Driver’s Cooling TS 55. Air Filtration Air shall be filtered before entering the AC system and being discharged into the passenger compartment. The filter shall meet the ANSI/ASHRAE 52.1 requirement for 5 percent or better atmospheric dust spot efficiency, 50 percent weight arrestance, and a minimum dust holding capacity of 120 g per 1000 cfm cell. Air filters shall be easily removable for service. TS 56. Roof Ventilators Each ventilator shall be easily opened and closed manually. When open with the bus in motion, this ventilator shall provide fresh air inside the bus. The ventilator shall cover an opening area no less than 425 sq in. and shall be capable of being positioned as a scoop with either the leading or trailing edge open no less than 4 in., or with all four edges raised simultaneously to a height of no less than 3½ in. An escape hatch shall be incorporated into the roof ventilator. Roof ventilator(s) shall be sealed to prevent entry of water when closed. DEFAULT No dedicated evaporator. ALTERNATIVE A separate fan unit shall provide 100 cfm of air to the driver’s area through directionally adjustable nozzles and an infinitely variable fan control, both of which shall be located above and ahead of the driver. ALTERNATIVE Driver’s booster blower. DEFAULT Cleanable Filters Air filters shall be cleanable. ALTERNATIVE Two Roof Ventilators Two roof ventilators shall be provided in the roof of the bus, one approximately over or just forward of the front axle and the other approximately over the rear axle. RFP 8446 Transfort Bus Procurement 149 TS 57. Maintainability Manually controlled shut-off valves in the refrigerant lines shall allow isolation of the compressor and dehydrator filter for service. To the extent practicable, self- sealing couplings utilizing O-ring seals shall be used to break and seal the refrigerant lines during removal of major components, such as the refrigerant compressor. Shut-off valves may be provided in lieu of self-sealing couplings. The condenser shall be located to efficiently transfer heat to the atmosphere and shall not ingest air warmed above the ambient temperature by the bus mechanical equipment, or to discharge air into any other system of the bus. The location of the condenser shall preclude its obstruction by wheel splash, road dirt or debris. HVAC components located within 6 in. of floor level shall be constructed to resist damage and corrosion. TS 58. Entrance/Exit Area Heating TS 59. Floor-Level Heating TS 59.1 Transit Coach DEFAULT High and low refrigerant pressure electronic gauges to be located in the return air area. ALTERNATIVE Entrance/Exit Area Heating Heat shall be supplied to the entrance and exit areas to maintain a tread surface temperature no less than 35 °F in an ambient of -10 °F to prevent accumulation of snow, ice or slush with the bus operating under design operating profile and corresponding door opening cycle. ALTERNATIVE Floor-Level Heating Sufficient floor-level heaters shall be provided to evenly supply heated forced air. Control of the floor-level heating shall be through the main heating system electronic control. ALTERNATIVE – OPTIONAL PRICING REQUESTED Forced Air Floor-Level Heating Sufficient floor-level heaters shall be provided to evenly supply heated forced air through floor ducts across the length of the bus. Floor ducts may be discontinued at the upper level, but additional provisions to prevent cold floors and ensure temperature uniformity shall be included. Control of the floor- level heating shall be through the main heating system electronic control. ALTERNATIVE – OPTIONAL PRICING REQUESTED Convector Air Floor-Level Heating Sufficient floor-level heaters shall be provided that evenly supply convector air across the length of the bus. Control of the floor-level heating shall be through the main heating system’s electronic control. RFP 8446 Transfort Bus Procurement 150 EXTERIOR PANELS, FINISHES AND EXTERIOR LIGHTING TS 60. Design The bus shall have a clean, smooth, simple design, primarily derived from bus performance requirements and passenger service criteria. The exterior and body features, including grilles and louvers, shall be shaped to facilitate cleaning by automatic bus washers without snagging washer brushes. Water and dirt shall not be retained in or on any body feature to freeze or bleed out onto the bus after leaving the washer. The body and windows shall be sealed to prevent leaking of air, dust or water under normal operating conditions and during cleaning in automatic bus washers for the service life of the bus. For evaluation purposes, CFC-Transfort requests that low-floor styled vehicles be the primary design. Proposers are strongly encouraged to submit multiple body designs and pricing information if they so choose. Exterior panels shall be sufficiently stiff to minimize vibration, drumming or flexing while the bus is in service. When panels are lapped, the upper and forward panels shall act as a watershed. However, if entry of moisture into the interior of the vehicle is prevented by other means, then rear cap panels may be lapped otherwise. The windows, hatches and doors shall be able to be sealed. Accumulation of spray and splash generated by the bus’s wheels shall be minimized on windows and mirrors. TS 60.1 Materials Body materials shall be selected and the body fabricated to reduce maintenance, extend durability and provide consistency of appearance throughout the service life of the bus. Detailing shall be kept simple, and add-on devices and trim shall be minimized and integrated into the basic design. TS 60.2 Roof-Mounted Equipment (Transit Bus) A non-skid, clearly marked walkway or steps shall be incorporated on the roof to provide access to equipment without damaging any system or bus paneling. TS 61. Pedestrian Safety Exterior protrusions along the side and front of the bus greater than ½ in. and within 80 in. of the ground shall have a radius no less than the amount of the protrusion. The exterior rearview mirrors, cameras and required lights and reflectors are exempt from the protrusion requirement. Advertising frames shall ALTERNATIVE – OPTIONAL PRICING REQUESTED Warm Wall Heating Sufficient heaters shall be provided with ducting to blow warm air upward through a cavity in the wall and discharge the warm air at the base of the windows. Control of the warm wall heating shall be through the main heating system electronic control. DEFAULT No requirement for protection against graffiti/vandalism for body material surfaces. RFP 8446 Transfort Bus Procurement 151 protrude no more than ⅞ in. from the body surface. Grilles, doors, bumpers and other features on the sides and rear of the bus shall be designed to minimize toeholds or handholds. Exterior protrusions shall not cause a line-of-sight blockage for the driver. TS 62. Repair and Replacement TS 62.1 Side Body Panels (Transit Bus) Structural elements supporting exterior body panels shall allow side body panels below the windows to be repaired in lengths not greater than 12.5 ft. TS 63. Rain Gutters Rain gutters shall be provided to prevent water flowing from the roof onto the passenger doors and driver’s side window. When the bus is decelerated, the gutters shall not drain onto the windshield, driver’s side window or door boarding area. Cross sections of the gutters shall be adequate for proper operation. TS 64. License Plate Provisions Provisions shall be made to mount standard-size U.S./Canada license plates per SAE J686 on the front and rear of the bus. These provisions shall direct-mount or recess the license plates so that they can be cleaned by automatic bus-washing equipment without being caught by the brushes. The rear license plate provision shall be illuminated per SAE J587. TS 64.1 Rub rails TS 65. Fender Skirts DEFAULT Standard attachment of side body panels. ALTERNATIVE Front Plate or Holder is Required Location to be provided to OEM. DEFAULT No requirement for rub rails. DEFAULT – OPTIONAL PRICING REQUESTED Features to minimize water spray from the bus in wet conditions shall be included in wheel housing design. Any fender skirts shall be easily replaceable. They shall be flexible if they extend beyond the allowable body width. Wheels and tires shall be removable with the fender skirts in place. RFP 8446 Transfort Bus Procurement 152 TS 66. Wheel Covers (Transit Bus) TS 66.1 Splash Aprons TS 67. Service Compartments and Access Doors TS 67.1 Access Doors (Transit Bus) Conventional or pantograph hinged doors shall be used for the engine compartment and for all auxiliary equipment compartments, including doors for checking the quantity and adding to the engine coolant, engine lubricant and transmission fluid. Access openings shall be sized for easy performance of tasks within the compartment, including tool operating space. Access doors shall be of rugged construction and shall maintain mechanical integrity and function under normal operations throughout the service life of the bus. They shall close flush with the body surface. All doors shall be hinged at the top or on the forward edge and shall be prevented from coming loose or opening during transit service or in bus washing operations. All access doors shall be retained in the open position by props or counterbalancing with over-center or gas-filled springs with safety props and shall be easily operable by one person. Springs and hinges shall be corrosion resistant. Latch handles shall be flush with, or recessed behind, the body contour and shall be sized to provide an adequate grip for opening. Access doors, when opened, shall not restrict access for servicing other components or systems. If precluded by design, the manufacturer shall provide door design information specifying how the requirements are met. DEFAULT Wheel covers not required. DEFAULT Standard Splash Aprons Splash aprons, composed of ¼ in. minimum composition or rubberized fabric, shall be installed behind and/or in front of wheels as needed to reduce road splash and to protect underfloor components. The splash aprons shall extend downward to within 6 in. off the road surface at static conditions. Apron widths shall be no less than tire widths. Splash aprons shall be bolted to the bus understructure. Splash aprons and their attachments shall be inherently weaker than the structure to which they are attached. The flexible portions of the splash aprons shall not be included in the road clearance measurements. Splash apron shall be installed as necessary to protect the wheelchair loading device from road splash. Other splash aprons shall be installed where necessary to protect bus equipment. ALTERNATIVE (TRANSIT BUS) Full width front and rear splash apron. RFP 8446 Transfort Bus Procurement 153 TS 67.2 Access Door Latch/Locks Engine access cover over rear settee shall be designed to preclude fumes and heat into the passenger compartment yet allow access to necessary components in the engine compartment. TS 68. Bumpers TS 68.1 Location Bumpers shall provide impact protection for the front and rear of the bus with the top of the bumper being 27 in., ±2 in., above the ground. Bumper height shall be such that when one bus is parked behind another, a portion of the bumper faces will contact each other. TS 68.2 Front Bumper No part of the bus, including the bumper, shall be damaged as a result of a 5 mph impact of the bus at curb weight with a fixed, flat barrier perpendicular to the bus’s longitudinal centerline. The bumper shall return to its pre-impact shape within 10 minutes of the impact. The bumper shall protect the bus from damage as a result of 6.5 mph impacts at any point by the common carriage with contoured impact surface defined in Figure 2 of FMVSS 301 loaded to 4000 lbs parallel to the longitudinal centerline of the bus. It shall protect the bus from damage as a result of 5.5 mph impacts into the corners at a 30 deg angle to the longitudinal centerline of the bus. The energy absorption system of the bumper shall be independent of every power system of the bus and shall not require service or maintenance in normal operation during the service life of the bus. The bumper may increase the overall bus length specified by no more than 7 in. TS 68.3 Rear Bumper No part of the bus, including the bumper, shall be damaged as a result of a 2 mph impact with a fixed, flat barrier perpendicular to the longitudinal centerline of the bus. The bumper shall return to its pre-impact shape within 10 minutes of the impact. When using a yard tug with a smooth, flat plate bumper 2 ft wide contacting the horizontal centerline of the rear bumper, the bumper shall provide protection at speeds up to 5 mph, over pavement discontinuities up to 1 in. high, and at accelerations up to 2 mph/sec. The rear bumper shall protect the bus when impacted anywhere along its width by the common carriage with contoured impact surface defined in Figure 2 of FMVSS 301 loaded to 4000 lbs, at 4 mph parallel to or up to a 30 deg angle to the longitudinal centerline of the bus. The rear bumper shall be shaped to preclude unauthorized riders standing on the bumper. The bumper shall not require service or maintenance in normal operation during DEFAULT Requirement for Latches on Access Doors Access doors larger than 100 sq in. in area shall be equipped with corrosion- resistant flush-mounted latches or locks except for coolant and fuel fill access doors. All such access doors that require a tool to open shall be standardized throughout the vehicle and will require a nominal 5/16 in. square male tool to open or lock. ALTERNATIVE Mounting provisions for integrated bike rack. RFP 8446 Transfort Bus Procurement 154 the service life of the bus. The bumper may increase the overall bus length specified by no more than 7 in. TS 68.4 Bumper Material Bumper material shall be corrosion-resistant and withstand repeated impacts of the specified loads without sustaining damage. These bumper qualities shall be sustained throughout the service life of the bus. TS 69. Finish and Color TS 69.1 Appearance All exterior surfaces shall be smooth and free of wrinkles and dents. Exterior surfaces to be painted shall be properly prepared as required by the paint system Supplier prior to application of paint to ensure a proper bond between the basic surface and successive coats of original paint for the service life of the bus. Drilled holes and cutouts in exterior surfaces shall be made prior to cleaning, priming and painting, where possible, to prevent corrosion. The bus shall be painted prior to installation of exterior lights, windows, mirrors and other items that are applied to the exterior of the bus. Body filler materials may be used for surface dressing, but not for repair of damaged or improperly fitted panels. Paint shall be applied smoothly and evenly with the finished surface free of visible dirt and the following other imperfections: • blisters or bubbles appearing in the topcoat film • chips, scratches or gouges of the surface finish • cracks in the paint film • craters where paint failed to cover due to surface contamination • overspray • peeling • runs or sags from excessive flow and failure to adhere uniformly to the surface • chemical stains and water spots • dry patches due to incorrect mixing of paint activators • buffing swirls All exterior finished surfaces shall be impervious to diesel fuel, gasoline and commercial cleaning agents. Finished surfaces shall resist damage by controlled applications of commonly used graffiti-removing chemicals. Proper adhesion between the basic surface and successive coats of the original paint shall be measured using an Elcometer adhesion tester as outlined in ASTM D4541-85. Adhesion shall be a minimum 300 ft-lbs. The bus manufacturer shall supply test samples of the exterior surface for each step of the painting process that may be subject to adhesion testing per ASTM G4541-87 and ASTM D4145-85. ASTM D4541-93 may be used for inspection testing during assembly of the vehicle. ALTERNATIVE Standard OEM exterior paint system. RFP 8446 Transfort Bus Procurement 155 For purposes of evaluation, CFC-Transfort is requesting pricing on the CFC- Transfort paint scheme. At time of order, any chosen Proposer will negotiate paint scheme requirements with CFC-Transfort member agencies. RFP 8446 Transfort Bus Procurement 156 TS 70. Decals, Numbering and Signing Monograms, numbers and other special signing shall be applied to the inside and outside of the bus as required. Signs shall be durable and fade-, chip- and peel- resistant. They may be painted signs, decals or pressure-sensitive appliqués. All decals shall be installed per the decal Supplier recommendations. Signs shall be provided in compliance with the ADA requirements defined in 49 CFR Part 38, Subpart B, 38.27. See additional required internal signage in pictures on the following page. *double check whether or not we have extra signage not included in the standard. *ASK MGMT RFP 8446 Transfort Bus Procurement 157 TS 70.1 Passenger Information ADA priority seating signs as required and defined by 49 CFR shall be provided to identify the seats designated for passengers with disabilities. Requirements for a public information system in accordance with 49 CFR shall be provided. TS 71. Exterior Lighting All exterior lights shall be designed to prevent entry and accumulation of moisture or dust. Lamps, lenses and fixtures shall be interchangeable to the extent practicable. Two hazard lamps at the rear of the bus shall be visible from behind when the engine service doors are opened. Light lenses shall be designed and located to prevent damage when running the vehicle through an automatic bus washer. TS 71.1 Backup Light/Alarm Visible and audible warnings shall inform following vehicles or pedestrians of reverse operation. Visible reverse operation warning shall conform to SAE Standard J593. Audible reverse operation warning shall conform to SAE Recommended Practice J994 Type C or D. TS 71.2 Doorway Lighting Lamps at the front and rear passenger doorways (if applicable) shall comply with ADA requirements and shall activate only when the doors open. These lamps shall illuminate the street surface to a level of no less than 1 foot-candle for a distance of 3 ft outward from the outboard edge of the door threshold. The lights may be positioned above or below the lower daylight opening of the windows and shall be shielded to protect passengers’ eyes from glare. TS 71.3 Turn Signals DEFAULT Commercially available LED-type lamps shall be utilized at all exterior lamp locations. All LED lamps shall be standard installation of the OEM. The entire assembly shall be specifically coated to protect the light from chemical and abrasion degradation. LED lamps shall be potted type and designed to last the life of the bus with a 12 year warranty. ALTERNATIVE Contractor to provide details of exterior lighting system. DEFAULT Standard Size Size of LED lamps used for tail, brake and turn signal lamps shall be standard installation of OEM. ALTERNATIVE Wraparound Front Turn Signals Front turn signals shall be of wraparound design or shall be designed to be visible from the front and the near side of the bus. RFP 8446 Transfort Bus Procurement 158 TS 71.4 Headlights Headlamps shall be designed for ease of replacement. TS 71.5 Brake Lights TS 71.5.1 Transit Bus Brake lights shall be provided in accordance with federal regulations. TS 71.6 Service Area Lighting (Interior and Exterior) LED lamps shall be provided in the engine and all other compartments where service may be required to generally illuminate the area for night emergency repairs or adjustments. These service areas shall include, but not be limited to, the engine compartment, the communication box, junction/apparatus panels and passenger door operator compartments. Lighting shall be adequate to light the space of the service areas to levels needed to complete typical emergency repairs and adjustments. The service area lamps shall be suitable for the environment in which they are mounted. Engine compartment lamps shall be controlled by a switch mounted near the rear start controls. All other service area lamps shall be controlled by switches mounted on or convenient to the lamp assemblies. Power to the service area lighting shall be programmable. Power shall latch on with activation of the switch and shall be automatically discontinued (timed out) after 30 minutes to prevent damage caused by inadvertently leaving the service area lighting switch in the “on” position after repairs are made. DEFAULT Standard Installation Standard OEM headlight installation shall be provided in accordance with federal regulations and shall be LED. ALTERNATIVE High and Center Mount Red Brake Lamp Bus shall include red, high and center mount brake lamp(s) along the backside of the bus in addition to the lower brake lamps required under FMVSS. The high and center mount brake lamp(s) shall illuminate steadily with brake application. RFP 8446 Transfort Bus Procurement 159 INTERIOR PANELS AND FINISHES TS 72. General Requirements Materials shall be selected on the basis of maintenance, durability, appearance, safety, flammability and tactile qualities. Materials shall be strong enough to resist everyday abuse and be vandalism and corrosion resistant. Trim and attachment details shall be kept simple and unobtrusive. Interior trim shall be secured to avoid resonant vibrations under normal operational conditions. Interior surfaces more than 10 in. below the lower edge of the side windows or windshield shall be shaped so that objects placed on them fall to the floor when the coach is parked on a level surface. Any components and other electrical components within close proximity to these surfaces shall also be resistant to this cleaning method. TS 73. Interior Panels Panels shall be easily replaceable and tamper resistant. They shall be reinforced, as necessary, to resist vandalism and other rigors of transit bus service. Individual trim panels and parts shall be interchangeable to the extent practicable. TS 73.1 Driver Area Barrier TS 73.1.1 Transit Bus A barrier or bulkhead between the driver and the street-side front passenger seat shall be provided. The barrier shall minimize glare and reflections in the windshield directly in front of the barrier from interior lighting during night operation. Location and shape must permit full seat travel and reclining possibilities that can accommodate the shoulders of a 95th- percentile male. The partition shall have a side return and stanchion to prevent passengers from reaching the driver by standing behind the driver’s seat. The lower area between the seat and panel must be accessible to the driver. The partition must be strong enough in conjunction with the entire partition assembly for mounting of such equipment as flare kits, fire extinguishers (1.2kg), microcomputer, public address amplifier, etc. The panel should be properly attached to minimize noise and rattles. DEFAULT No requirement for anti-graffiti/vandalism surface treatments. DEFAULT Interior panel required to meet FMVSS 302. DEFAULT (TC) Wheel-Well-to-Ceiling Configuration of Driver’s Barrier The driver’s barrier shall extend from the top of the wheelwell to the ceiling the level of the seated driver and shall fit close to the bus side windows and wall to prevent passengers from reaching the driver or the driver’s personal effects. RFP 8446 Transfort Bus Procurement 160 TS 73.2 Modesty Panels Sturdy divider panels constructed of durable, unpainted, corrosion-resistant material complementing the interior shall be provided to act as both a physical and visual barrier for seated passengers. Design and installation of modesty panels located in front of forward-facing seats shall include a handhold or grab handle along its top edge. These dividers shall be mounted on the sidewall and shall project toward the aisle no farther than passenger knee projection in longitudinal seats or the aisle side of the transverse seats. Modesty panels shall extend from at least the window opening of the side windows, and those forward of transverse seats shall extend downward to 1 and 1½ in. above the floor. Panels forward of longitudinal seats shall extend to below the level of the seat cushion. Dividers positioned at the doorways, where applicable, shall provide no less than a 2½ in. clearance between the modesty panel and a fully open, inward opening door, or the path of a deploying flip-out ramp to protect passengers from being pinched. Modesty panels installed at doorways shall be equipped with grab rails if passenger assists are not provided by other means. The modesty panel and its mounting shall withstand a static force of 250 lbs applied to a 4 × 4 in. area in the center of the panel without permanent visible deformation. TS 73.3 Front End The entire front end of the bus shall be sealed to prevent debris accumulation behind the dash and to prevent the driver’s feet from kicking or fouling wiring and other equipment. The front end shall be free of protrusions that are hazardous to passengers standing at the front of the standee line area of the bus during rapid decelerations. Paneling across the front of the bus and any trim around the driver’s compartment shall be formed metal or composite material. Composite dash panels shall be reinforced as necessary, vandal- resistant and replaceable. All colored, painted and plated parts forward of the driver’s barrier shall be finished with a surface that reduces glare. Any mounted equipment must have provision to support the weight of equipment. TS 73.4 Rear Bulkhead The rear bulkhead and rear interior surfaces shall be material suitable for exterior skin; painted and finished to exterior quality; or paneled with melamine-type material, composite, scratch-resistant plastic or carpeting and trimmed with stainless steel, aluminum or composite. The rear bulkhead paneling shall be contoured to fit the ceiling, sidewalls and seat backs so that any litter or trash will tend to fall to the floor or seating surface when the bus is on a level surface. Any air vents in this area shall be louvered to reduce airflow noise and to reduce the probability of trash or liter being thrown or drawn through the grille. If it is necessary to remove the panel to service components located on the rear bulkhead, then the panel shall be hinged or shall be able to be easily removed and replaced. Grilles where access to or adjustment of equipment is required shall be heavy duty and designed to minimize damage and limit unauthorized access. DEFAULT Modesty panels shall be installed as stated. RFP 8446 Transfort Bus Procurement 161 TS 73.5 Headlining Ceiling panels shall be made of durable, corrosion resistant, easily cleanable material. Headlining shall be supported to prevent buckling, drumming or flexing and shall be secured without loose edges. Headlining materials shall be treated or insulated to prevent marks due to condensation where panels are in contact with metal members. Moldings and trim strips, as required to make the edges tamperproof, shall be stainless steel, aluminum or plastic, colored to complement the ceiling material. Headlining panels covering operational equipment that is mounted above the ceiling shall be on hinges for ease of service but retained to prevent inadvertent opening. Headlining, rear bulkhead, and upper side walls shall be covered with melamine. Wilsonart Designer White D354 matte 60 - Lower sidewalls to be covered with melamine Wilsonart Pewter Mesh 4878 TS 73.6 Fastening Interior panels shall be attached so that there are no exposed unfinished or rough edges or rough surfaces. Fasteners should be corrosion resistant. Panels and fasteners shall not be easily removable by passengers. Exposed interior fasteners should be minimized, and where required shall be tamper resistant. TS 73.7 Insulation Any insulation material used between the inner and outer panels shall minimize the entry and/or retention of moisture. Insulation properties shall be unimpaired during the service life of the bus. Any insulation material used inside the engine compartment shall not absorb or retain oils or water and shall be designed to prevent casual damage that may occur during maintenance operations. The combination of inner and outer panels on the sides, roof, wheel wells and ends of the bus, and any material used between these panels, shall provide a thermal insulation sufficient to meet the interior temperature requirements. The bus body shall be thoroughly sealed so that the driver or passengers cannot feel drafts during normal operations with the passenger doors closed. TS 73.8 Floor Covering The floor covering shall have a non-skid walking surface that remains effective in all weather conditions. The floor covering, as well as transitions of flooring material to the main floor and to the entrance and exit area, shall be smooth and present no tripping hazards. Seams shall be sealed/welded per manufacturer’s specifications. The standee line shall be approximately 2 in. wide and shall extend across the bus aisle. The color and pattern shall be consistent throughout the floor covering. Any areas on the floor that are not intended for standees, such as areas “swept” during passenger door operation, shall be clearly and permanently marked. The floor shall be easily cleaned and shall be arranged to minimize debris accumulation. ALTERNATIVE FMVSS 302 Insulation shall meet the requirements of FMVSS 302. RFP 8446 Transfort Bus Procurement 162 A one-piece center strip shall extend from the vertical wall of the rear settee between the aisle sides of transverse seats to the standee line. If the floor is of a bi-level construction, then the center strip shall be one piece at each level. The covering between the center strip and the wheel housings may be separate pieces. At the rear door, however, a separate strip as wide as the door shall extend from the center strip to the outboard edge of the rear/exit area. The floor under the seats shall be covered with smooth surface flooring material. The floor covering shall closely fit the sidewall in a fully sealed butt joint or extend to the top of the cove. TS 73.9 Interior Lighting The light source shall be located to minimize windshield glare, with distribution of the light focused primarily on the passengers’ reading plane while casting sufficient light onto the advertising display. The lighting system may be designed to form part of or the entire air distribution duct. The lens material shall be translucent polycarbonate. Lenses shall be designed to effectively “mask” the light source. Lenses shall be sealed to inhibit incursion of dust and insects yet be easily removable for service. Access panels shall be provided to allow servicing of components located behind light panels. If necessary, the entire light fixture shall be hinged. TS 73.10 Passenger All interior lighting shall be turned off whenever the transmission selector is in reverse and the engine run switch is in the “on” position. ALTERNATIVE- PREFERRED Stainless steel kick paneling for the wall length of the bus. ALTERNATIVE- PREFERRED I/O Controlled LED Lighting Interior lights shall be programmable through the I/O system. DEFAULT First Row Lights The first light on each side (behind the driver and the front door) is normally turned on only when the front door is opened, in “night run” and “night park.” As soon as the door closes, these lights shall go out. These lights shall be turned on at any time if the switch is in the “on” position. ALTERNATIVE Dimming Last Row Lights To help eliminate windshield reflection on suburban roads where street lighting is at a low level, the rear light on the street side, when “night run” or “night park” is selected, shall be controlled by the switch; off in “off” and on in “normal.” These lights shall be turned on at any time if the switch is in the “on” position. RFP 8446 Transfort Bus Procurement 163 The interior lighting design shall require the approval of the CFC-Transfort member agencies. TS 73.11 Driver’s Area The driver’s area shall have a light to provide general illumination, and it shall illuminate the half of the steering wheel nearest the driver to a level of 5 to 10 foot- candles. TS 73.12 Seating Areas (Transit Bus) The interior lighting system shall provide a minimum 15 foot-candle illumination on a 1 sq ft plane at an angle of 45 degrees from horizontal, centered 33 in. above the floor and 24 in. in front of the seat back at each seat position. Allowable average light level for the rear bench seats shall be 7 foot-candles. TS 73.13 Vestibules/Doors (Transit Bus) Floor surface in the aisles shall be a minimum of 10 foot-candles, and the vestibule area a minimum of 4 foot-candles with the front doors open and a minimum of 2 foot-candles with the front doors closed. The front entrance area and curb lights shall illuminate when the front door is open and master run switch is in the “lights” positions. Rear exit area and curb lights shall illuminate when the rear door is unlocked. TS 73.14 Step Lighting Step lighting for the intermediate steps between lower and upper floor levels shall be a minimum of 4 foot-candles and shall illuminate in all engine run positions. The step lighting shall be low profile to minimize tripping and snagging hazards for passengers and shall be shielded as necessary to protect passengers’ eyes from glare. TS 73.15 Ramp Lighting (Transit Bus) Exterior and interior ramp lighting shall comply with federal regulations. TS 73.16 Farebox Lighting TS 73.16.1 Transit Bus DEFAULT LED lights. DEFAULT First Light Modules Dim/Extinguish When Front Door is Closed When the master switch is in the “run” or “night/run” mode, the first light module on each side of the bus shall automatically extinguish or dim when the front door is in the closed position and illuminate when the door is opened. DEFAULT (TC) Farebox Light A light fixture shall be mounted in the ceiling above the farebox location. The fixture shall be capable of projecting a concentrated beam of light on the farebox. This light will automatically come on whenever the front doors are opened and the run switch is in the “night run” or “night park” position. RFP 8446 Transfort Bus Procurement 164 TS 74. Fare Collection Space and structural provisions shall be made for installation of currently available fare collection devices, which shall be as far forward as practicable. Location of the fare collection device shall not restrict traffic in the vestibule, including wheelchairs if a front door loading device is used, and shall allow the driver to easily reach the farebox controls and to view the fare register. The farebox shall not restrict access to the driver area, shall not restrict operation of driver controls and shall not— either by itself or in combination with stanchions, transfer mounting, cutting and punching equipment, or route destination signs—restrict the driver’s field of view per SAE Recommended Practice J1050. The location and mounting of the fare collection device shall allow use, without restriction, by passengers. The farebox location shall permit accessibility to the vault for easy manual removal or attachment of suction devices. Meters and counters on the farebox shall be readable on a daily basis. The floor under the farebox shall be reinforced as necessary to provide a sturdy mounting platform and to prevent shaking of the farebox. Contractor shall provide fare collection installation layout to the CFC-Transfort member agencies for approval. Transfer mounting, cutting and punching equipment shall be located in a position convenient to the driver. TS 75. Interior Access Panels and Doors (Transit Bus) Access for maintenance and replacement of equipment shall be provided by panels and doors that appear to be an integral part of the interior. Access doors shall be hinged with gas props or over-center springs, where practical, to hold the doors out of the mechanic’s way. Panels shall prevent entry of mechanism lubricant into the bus interior. All fasteners that retain access panels shall be captive in the cover. TS 75.1 Floor Panels Access openings in the floor shall be sealed to prevent entry of fumes and water into the bus interior. Flooring material at or around access openings shall be flush with the floor and shall be edge-bound with stainless steel or another material that is acceptable to the CFC-Transfort to prevent the edges from coming loose. Access openings shall be asymmetrical so that reinstalled flooring shall be properly aligned. Fasteners shall tighten flush with the floor. The number of special fastener tools required for panel and access door fasteners shall be minimized. DEFAULT Agency will install its own farebox. Wiring to be installed at factory for CFC- Transfort member agencies to install fareboxes at each individual agency location. OPTION-PREFERRED Farebox and wiring to be installed at factory. DEFAULT Access Doors that Do Not Require Tools or Keys to Open Access doors shall be secured with hand screws or latches. All fasteners that retain access panels shall be captive in the cover. RFP 8446 Transfort Bus Procurement 165 PASSENGER ACCOMMODATIONS TS 76. Passenger Seating Proposers shall submit make and model of seat, and seating layout in Proposal for each vehicle size proposed. TS 76.1 Arrangements and Seat Style (Transit Bus) The passenger seating arrangement in the bus shall be such that seating capacity is maximized and in compliance to the following requirements. NOTE: The CFC-Transfort recognizes that ramp location, foot room, hip-to-knee room, doorway type, width, seat construction, floor level type, seat spacing requirements, ramp or lift, number of wheelchair positions, etc. ultimately affect seating capacity and layout. TS 76.2 Rearward Facing Seats (Transit Bus) TS 76.3 Padded Inserts/Cushioned Seats (Transit Bus) TS 76.4 Seat back fitness TS 76.5 Drain Hole in Seats DEFAULT Forward-Facing Seat Configuration Passenger seats shall be arranged in a transverse, forward-facing configuration, except at the wheel housings, where aisle-facing seats may be arranged as appropriate with due regard for passenger access and comfort. Other areas where aisle-facing seats may be provided are at wheelchair securement areas and platforms (such as for fuel tank storage space). ALTERNATIVE Passenger comfort is paramount. Midback non-reclining seat shall be use wherever possible. AMSCO 6468 should be used for pricing purposes only. ALTERNATIVE Seating in the forward section of the bus shall be installed on raised platforms wherever possible. DEFAULT Rearward facing seats not allowed. ALTERNATIVE – OPTIONAL PRICING REQUESTED Seats shall be constructed of anti-vandal materials. DEFAULT No requirements for drain hole provision in seat inserts. RFP 8446 Transfort Bus Procurement 166 TS 76.6 Hip-to-Knee Room Hip-to-knee room measured from the center of the seating position, from the front of one seat back horizontally across the highest part of the seat to a vertical surface immediately in front, shall be a minimum of 26 in. At all seating positions in paired transverse seats immediately behind other seating positions, hip-to-knee room shall be no less than 27 in. TS 76.7 Foot Room Foot room, measured at the floor forward from a point vertically below the front of the seat cushion, shall be no less than 14 in. Seats immediately behind the wheel housings and modesty panels may have foot room reduced. TS 76.8 Aisles (Transit Bus) The aisle between the seats shall be no less than 20 in. wide at seated passenger hip height. Seat backs shall be shaped to increase this dimension to no less than 24 in. at 32 in. above the floor (standing passenger hip height). TS 76.9 Dimensions (Transit Bus) FIGURE 6 Seating Dimensions and Standard Configuration RFP 8446 Transfort Bus Procurement 167 TS 76.10 Structure and Design (Transit Bus) The passenger seat frame and its supporting structure shall be constructed and mounted so that space under the seat is maximized and is completely free of obstructions to facilitate cleaning. Seats, structures and restraints around the securement area should not infringe into the mobility device envelope or maneuverability. The transverse seat structure shall be fully cantilevered from the sidewall with sufficient strength for the intended service. The lowest part of the seat assembly that is within 12 in. of the aisle shall be at least 10 in. above the floor. In locations at which cantilevered installation is precluded by design and/or structure, other seat mounting may be allowed. All transverse objects—including seat backs, modesty panels, and longitudinal seats—in front of forward-facing seats shall not impart a compressive load in excess of 1000lbs onto the femur of passengers ranging in size from a 5th-percentile female to a 95th- percentile male during a 10g deceleration of the bus. This deceleration shall peak at 0.05 to 0.015 seconds from initiation. Permanent deformation of the seat resulting from two 95th-percentile males striking the seat back during this 10g deceleration shall not exceed 2 in., measured at the aisle side of the seat frame at height H. The seat back should not deflect more than 14 in., measured at the top of the seat back, in a controlled manner to minimize passenger injury. Structural failure of any part of the seat or sidewall shall not introduce a laceration hazard. The seat assembly shall withstand static vertical forces of 500 lbs applied to the top of the seat cushion in each seating position with less than ¼in. permanent deformation in the seat or its mountings. The seat assembly shall withstand static horizontal forces of 500 lbs evenly distributed along the top of the seat back with less than ¼in. permanent deformation in the seat or its mountings. The seat backs at the aisle position and at the window position shall withstand repeated impacts of two 40-lb sandbags without visible deterioration. One sandbag shall strike the front 40,000 times and the other sandbag DEFAULT Seat dimensions for the various seating arrangements shall have the dimensions as follows (refer to Figure 6): • The width, W, of the two-passenger transverse seat shall be a minimum 35 in. • The length, L, shall be 17 in., ±1 in. • The seat back height, B, shall be a minimum of 15 in. • The seat height, H, shall be 17 in., ± 1 in. For the rear lounge (or settee) and longitudinal seats, and seats located above raised areas for storage of under- floor components, a cushion height of up to 18 in., ±2 in., will be allowed. This shall also be allowed for limited transverse seats, but only with the expressed approval of the CFC-Transfort. • Foot room = F. • The seat cushion slope, S, shall be between 5 and 11 deg. • The seat back slope, C, shall be between 8 and 17 deg. • Hip to knee room = K. • The pitch, P, is shown as reference only. RFP 8446 Transfort Bus Procurement 168 shall strike the rear 40,000 times. Each sandbag shall be suspended on a 36 in. pendulum and shall strike the seat back 10,000 times each from distances of 6, 8, 10 and 12 in. Seats at both seating positions shall withstand 4000 vertical drops of a 40- lb sandbag without visible deterioration. The sandbag shall be dropped 1000 times each from heights of 6, 8, 10 and 12 in. Seat cushions shall withstand 100,000 randomly positioned 3½ in. drops of a squirming, 150-lb, smooth-surfaced, buttocks-shaped striker with only minimal wear on the seat covering and no failures to seat structure or cushion suspension components. The back of each transverse seat shall incorporate a handhold no less than ⅞ in. in diameter for standees and seat access/egress. The handhold shall not be a safety hazard during severe decelerations. The handhold shall extend above the seat back near the aisle so that standees shall have a convenient vertical assist, no less than 4 in. long that may be grasped with the full hand. This handhold shall not cause a standee using this assist to interfere with a seated 50th-percentile male passenger. The handhold shall also be usable by a 5th-percentile female, as well as by larger passengers, to assist with seat access/egress for either transverse seating position. The upper rear portion of the seat back and the seat back handhold immediately forward of transverse seats shall be padded and/or constructed of energy-absorbing materials. During a 10g deceleration of the bus, the HIC number (as defined by SAE Standard J211a) shall not exceed 400 for passengers ranging in size from a 5th percentile female through a 95th percentile male. The seat back handhold may be deleted from seats that do not have another transverse seat directly behind and where a vertical assist is provided. Longitudinal seats shall be the same general design as transverse seats but without seat back handholds. Longitudinal seats may be mounted on the wheelhouses. Armrests shall be included on the ends of each set of longitudinal seats except on the forward end of a seat set that is immediately to the rear of a transverse seat, the driver’s barrier, or a modesty panel, when these fixtures perform the function of restraining passengers from sliding forward off the seat. Armrests are not required on longitudinal seats located in the wheelchair parking area that fold up when the armrest on the adjacent fixed longitudinal seat is within 3½ in. of the end of the seat cushion. Armrests shall be located from 7 to 9 in. above the seat cushion surface. The area between the armrest and the seat cushion shall be closed by a barrier or panel. The top and sides of the armrests shall have a minimum width of 1 in. and shall be free from sharp protrusions that form a safety hazard. Seat back handhold and armrests shall withstand static horizontal and vertical forces of 250 lbs applied anywhere along their length with less than ¼ in. permanent deformation. Seat back handhold and armrests shall withstand 25,000 impacts in each direction of a horizontal force of 125 lbs with less than ¼in. permanent deformation and without visible deterioration. TS 76.11 Construction and Materials (Transit Bus) Selected materials shall minimize damage from vandalism and shall reduce cleaning time. The seats shall be attached to the frame with tamper-resistant fasteners. Coloring shall be consistent throughout the seat material, with no visually exposed portion painted. Any exposed metal touching the sides or the floor of the bus shall be stainless steel. The seat, pads and cushions shall be contoured for individuality, lateral support and maximum comfort and shall fit the framework to reduce exposed edges. RFP 8446 Transfort Bus Procurement 169 The minimum radius of any part of the seat back, handhold or modesty panel in the head or chest impact zone shall be a nominal ¼in. The seat back and seat back handhold immediately forward of transverse seats shall be constructed of energy- absorbing materials to provide passenger protection and, in a severe crash, to allow the passenger to deform the seating materials in the impact areas. Complete seat assemblies shall be interchangeable to the extent practicable. TS 77. Passenger Assists (Transit Bus) Passenger assists in the form of full grip, vertical stanchions or handholds shall be provided for the safety of standees and for ingress/egress. Passenger assists shall be convenient in location, shape and size for both the 95th-percentile male and the 5th- percentile female standee. Starting from the entrance door and moving anywhere in the bus and out the exit door, a vertical assist shall be provided either as the vertical portion of the seat back assist or as a separate item so that a 5th- percentile female passenger may easily move from one assist to another using one hand and the other without losing support. All handholds and stanchions at the front doorway, around the farebox, and at interior steps for bi-level designs shall be stainless steel. TS 77.1 Assists (Transit Bus) Excluding those mounted on the seats and doors, the assists shall have a cross- sectional diameter between 1¼ and 1½ in. or shall provide an equivalent gripping surface with no corner radii less than ¼ in. All passenger assists shall permit a full handgrip with no less than 1½ in. of knuckle clearance around the assist. Passenger assists shall be designed to minimize catching or snagging of clothes or personal items and shall be capable of passing the NHTSA Drawstring Test. Any joints in the assist structure shall be underneath supporting brackets and securely clamped to prevent passengers from moving or twisting the assists. Seat handholds may be of the same construction and finish as the seat frame. Door- mounted passenger assists shall be of anodized aluminum, stainless steel or powder-coated metal. Connecting tees and angles may be powder-coated metal castings. Assists shall withstand a force of 300 lbs applied over a 12in. lineal dimension in any direction normal to the assist without permanent visible deformation. All passenger assist components, including brackets, clamps, screw heads and other fasteners used on the passenger assists shall be designed to eliminate pinching, snagging and cutting hazards and shall be free from burrs or rough edges. TS 77.2 Front Doorway Front doors, or the entry area, shall be fitted with ADA-compliant assists. Assists shall be as far outward as practicable, but shall be located no farther inboard than 6 in. from the outside edge of the entrance step and shall be easily grasped by a 5th- percentile female boarding from street level. Door assists shall be functionally continuous with the horizontal front passenger assist and the vertical assist and the assists on the wheel housing or on the front modesty panel. DEFAULT CFC-Transfort designated Seat Fabric: Lantal-Color Number F77470038D52 RFP 8446 Transfort Bus Procurement 170 TS 77.3 Vestibule (Transit Bus) The aisle side of the driver’s barrier, the wheel housings and when applicable the modesty panels shall be fitted with vertical passenger assists that are functionally continuous with the overhead assist and that extend to within 36 in. of the floor. These assists shall have sufficient clearance from the barrier to prevent inadvertent wedging of a passenger’s arm. A horizontal passenger assist shall be located across the front of the bus and shall prevent passengers from sustaining injuries on the fare collection device or windshield in the event of a sudden deceleration. Without restricting the vestibule space, the assist shall provide support for a boarding passenger from the front door through the fare collection procedure. The assist shall be no less than 36 in. above the floor. The assists at the front of the bus shall be arranged to permit a 5th- percentile female passenger to easily reach from the door assist, to the front assist, to vertical assists on the driver’s barrier, wheel housings or front modesty panel. TS 77.4 Rear Doorway(s) (Transit Bus) Vertical assists that are functionally continuous with the overhead assist shall be provided at the aisle side of the transverse seat immediately forward of the rear door and on the aisle side of the rear door modesty panel(s). Passenger assists shall be provided on modesty panels that are functionally continuous with the rear door assists. Rear doors, or the exit area, shall be fitted with assists having a cross- sectional diameter between 1¼ and 1½ in. or providing an equivalent gripping surface with no corner radii less than ¼ in., and shall provide at least 1½ in. of knuckle clearance between the assists and their mounting. The assists shall be designed to permit a 5th-percentile female to easily move from one assist to another during the entire exiting process. The assists shall be located no farther inboard than 6 in. from the outside edge of the rear doorway step. TS 77.5 Overhead (Transit Bus) Except forward of the standee line and at the rear door, a continuous, full-grip, overhead assist shall be provided. This assist shall be located over the center of the aisle seating position of the transverse seats. The assist shall be no less than 70 in. above the floor. Overhead assists shall simultaneously support 150 lbs on any 12in. length. No more than 5 percent of the full grip feature shall be lost due to assist supports. TS 77.6 Longitudinal Seat Assists (Transit Bus) Longitudinal seats shall have vertical assists located between every other designated seating position, except for seats that fold/flip up to accommodate wheelchair securement. Assists shall extend from near the leading edge of the seat and shall be functionally DEFAULT No requirements for overhead grab straps/extensions. ALTERNATIVE- PREFERRED Overhead grab straps provided throughout the bus. RFP 8446 Transfort Bus Procurement 171 continuous with the overhead assist. Assists shall be staggered across the aisle from each other where practicable and shall be no more than 52 in. apart or functionally continuous for a 5th percentile female passenger. TS 77.7 Wheel Housing Barriers/Assists (Transit Bus) Unless passenger seating is provided on top of wheel housings, passenger assists shall be mounted around the exposed sides of the wheel housings (and propulsion compartments if applicable), which shall also be designed to prevent passengers from sitting on wheel housings. Such passenger assists shall also effectively retain items, such as bags and luggage, placed on top of wheel housings. TS 78. Passenger Doors TS 78.1 Transit Bus Doorways will be provided in the locations and styles as follows. Passenger doors and doorways shall comply with ADA requirements. TS 78.1.1 Front door TS 78.1.2 Rear Door(s) TS 78.2 Materials and Construction Structure of the doors, their attachments, inside and outside trim panels and any mechanism exposed to the elements shall be corrosion resistant. Door panel construction shall be of corrosion-resistant metal or reinforced non-metallic composite materials. When fully opened, the doors shall provide a firm support and shall not be damaged if used as an assist by passengers during ingress or egress. Door edges shall be sealed to prevent infiltration of exterior moisture, noise, dirt, and air elements from entering the passenger compartment, to the maximum extent possible based on door types. The closing edge of each door panel shall have no less than 2 in. of soft weather stripping. The doors, when closed, shall be effectively sealed, and the hard surfaces of the doors shall be at least 4 in. apart (not applicable to single doors). The combined weather seal and window glazing elements of the front door shall not exceed 10 deg of binocular obstruction of the driver’s view through the closed door. DEFAULT Door shall be forward of the front wheels and under direct observation of the driver. ALTERNATIVE Curbside doorway centerline located rearward of the point midway between the front door centerline and the rearmost seat back. DEFAULT If air-powered, the door system shall operate per specification at air pressures between 90 and 130 psi. ALTERNATIVE – OPTIONAL PRICING REQUESTED Electric-powered doors. RFP 8446 Transfort Bus Procurement 172 TS 78.3 Dimensions TS 78.3.1 Transit Coach FIGURE 7 Transit Bus Minimum Door Opening When open, the doors shall leave an opening no less than 75 in. in height. If the CFC-Transfort requires a minimum rear door clear width of 31¾ in. or greater and an outward opening (swing) door is specified, then the maximum outboard excursion of 13 in. may be exceeded. DEFAULT 31¾ in. Minimum Doorway Clear Width Front door clear width shall be a minimum of 31¾ in. with the doors fully opened. Rear door opening clear width shall be a minimum of 24 in. with the doors fully opened. If area door ramp or lift is provided, then the clear door opening width shall be a minimum of 31¾ in. with door fully opened. ALTERNATIVE – OPTIONAL PRICING REQUESTED 48 in. Rear Door Width Rear door opening width shall be a minimum of 48 in. RFP 8446 Transfort Bus Procurement 173 TS 78.4 Door Glazing The upper section of both front and rear doors shall be glazed for no less than 45 percent of the respective door opening area of each section. The lower section of the front door shall be glazed for no less than 25 percent of the door opening area of the section. Door glazing shall be easily replaceable. Glazing material in the rear doorway door panels shall be defined by the CFC-Transfort. TS 78.5 Door Projection (Transit Bus) TS 78.5.1 Exterior The exterior projection of the front doors beyond the side of the bus shall be minimized and shall not block the line of sight of the rear exit door via the curbside mirror when the doors are fully open. The exterior projection of both doors shall be minimized and shall not exceed 14 in. during the opening or closing cycles or when doors are fully opened TS 78.5.2 Interior Projection inside the bus shall not cause an obstruction of the rear door mirror or cause a hazard for standees. TS 78.6 Door Height Above Pavement It shall be possible to open and close either passenger door when the bus loaded to gross vehicle weight rating is not knelt and parked with the tires touching a 9 in. high curb on a street sloping toward the curb so that the street-side wheels are 5 in. higher than the right-side wheels. TS 78.7 Closing Force Closing door edge speed shall not exceed 12 in. per second, and opening door speed shall not exceed 19 in. per second. Power doors shall not slam closed under any circumstance, even if the door is obstructed during the closing cycle. If a door is obstructed during the closing cycle, the pressure exerted on the obstruction shall not increase once initial contact has been made. Doors closed by a return spring or counterweight-type device shall be equipped with an obstruction-sensing device that, at a minimum, alerts the driver if an obstruction is detected between the closing doors. Doors closed by a return spring or counterweight type device, when unlocked, shall be capable of being pushed to the point where the door starts to open with a force not to exceed 25 lbs applied to the center edge of the forward door panel. DEFAULT Zip type glazing rubber. DEFAULT The front door panel glazing material shall have a nominal ¼ in. thick laminated safety glass conforming with the requirements of ANSI Z26.1 Test Grouping 2 and the recommended practices defined in SAE J673. RFP 8446 Transfort Bus Procurement 174 Whether or not the obstruction-sensing system is present or functional, it shall be possible to withdraw a 1½ in. diameter cylinder from between the center edges of a closed and locked door with an outward force not greater than 35 lbs. TS 78.7.1 Rear Door Closing Force (Transit Bus) Power-close rear doors shall be equipped with an obstruction-sensing system such that if an obstruction is within the path of the closing doors, the doors will stop and/or reverse direction prior to imparting a 10-lb force on 1 sq in. of that obstruction. If a contactless obstruction sensing system is employed, it shall be capable of discriminating between the normal doorway environment and passengers or other obstructions within the doorway, and of altering the zones of detection based upon the operating state of the door system. TS 78.8 Actuators Doors shall open or close completely in not more than 3.5 seconds from the time of control actuation and shall be subject to the closing force requirements. Door actuators shall be adjustable so that the door opening and closing speeds can be independently adjustable to satisfy the above requirements. Actuators and the complex door mechanism shall be concealed from passengers but shall be easily accessible for servicing. The door actuators shall be rebuildable. If powered by compressed air, exhaust from the door system shall be routed below the floor of the bus to prevent accumulation of any oil that may be present in the air system and to muffle sound. Door actuators and associated linkages shall maximize door holding forces in the fully open and fully closed positions to provide firm, non-rattling, non-fluttering door panels while minimizing the force exerted by the doors on an obstruction midway between the fully open and closed positions. Doors that employ a “swing” or pantograph geometry and/or are closed by a return spring or counterweight-type device shall be equipped with a positive mechanical holding device that automatically engages and prevents the actuation mechanism from being back- driven from the fully closed position. The holding device shall be overcome only when the driver’s door control is moved to an “Exit Door Enable” position and the vehicle is moving at a speed of less than 2 mph, or in the event of actuation of the emergency door release. Locked doors shall require a force of more than 300 lbs. to open manually. When the locked doors are manually forced to open, damage shall be limited to the bending of minor door linkage with no resulting damage to the doors, actuators or complex mechanism. DEFAULT The rear door actuator(s) shall be under the complete control of the vehicle operator and shall open and close in response to the position of the driver’s door control. RFP 8446 Transfort Bus Procurement 175 TS 78.8.1 Rear Door Interlocks (Transit Bus) See “Hardware Mounting” for door system interlock requirements. TS 78.9 Emergency Operation In the event of an emergency, it shall be possible to manually open doors designated as emergency exits from inside the bus using a force of no more than 25 lbs after actuating an unlocking device. The unlocking device shall be clearly marked as an emergency-only device and shall require two distinct actions to actuate. The respective door emergency unlocking device shall be accessible from the doorway area. The unlocking device shall be easily reset by the operator without special tools or opening the door mechanism enclosure. Doors that are required to be classified as “emergency exits” shall meet the requirements of FMVSS 217. TS 78.10 Door Control The door control shall be located in the operator’s area within the hand reach envelope described in SAE Recommended Practice J287, “Driver Hand Control Reach.” The driver’s door control shall provide tactile feedback to indicate commanded door position and resist inadvertent door actuation. TS 78.11 Door Controller TS 78.11.1 Transit Bus DEFAULT Door control located on street side. DEFAULT The front door shall remain in commanded state position even if power is removed or lost. DEFAULT Five-Position Driver’s Door Controller The control device shall be protected from moisture. Mounting and location of the door control device handle shall be designed so that it is within comfortable, easy arm’s reach of the seated driver. The door control device handle shall be free from interference by other equipment and have adequate clearance so as not to create a pinching hazard. Position of the door control handle shall result in the following operation of the front and rear doors: • Center position: Front door closed; rear door(s) closed or set to lock. • First position forward: Front door open, rear door(s) closed or set to lock. • Second position forward: Front door open, rear door(s) open or set to open. • First position back: Front door closed; rear door(s) open or set to open. • Second position back: Front door open, rear door(s) open or set to open. RFP 8446 Transfort Bus Procurement 176 TS 78.12 Door Open/Close TS 79. Accessibility Provisions Space and body structural provisions shall be provided at the front or rear door of the bus to accommodate a wheelchair loading system. TS 79.1 Loading Systems • Shall be low-floor ramp TS 79.2 Loading System for Low-Floor Bus An automatically controlled, power-operated ramp system compliant to requirements defined in 49 CFR Part 38, Subpart B, §38.23c shall provide ingress and egress quickly, safely and comfortably, both in forward and rearward directions, for a passenger in a wheelchair from a level street or curb. TS 79.3 Wheelchair Accommodations NOTE: CFC-Transfort will approve acceptable securement system. ALTERNATIVE Operator-Controlled Front and Rear Doors (If Applicable) Operation of, and power to, the passenger doors shall be completely controlled by the operator. DEFAULT Front Door Location of Loading System, Flip-Out Design Ramp with 6:1 Slope The wheelchair loading system shall be located at the front door, with the ramp being of a simple hinged, flip-out type design being capable of deploying to the ground at a maximum 6:1 slope. ALTERNATIVE – OPTIONAL PRICING REQUESTED Rear Door Location of Loading System, Flip-Out Design Ramp with 4:1 Slope The wheelchair loading system shall be located at the rear door, with the ramp being of a simple hinged, flip-out type design being capable of deploying to the ground at a maximum 4:1 slope. DEFAULT Two Forward-Facing Wheelchair Securement Locations Two forward-facing locations, as close to the wheelchair loading system as practical, shall provide parking space and securement system compliant with ADA requirements for a passenger in a wheelchair. ALTERNATIVE – OPTIONAL PRICING REQUESTED QPod type wheelchair restraint system RFP 8446 Transfort Bus Procurement 177 TS 79.4 Interior Circulation Maneuvering room inside the bus shall accommodate easy travel for a passenger in a wheelchair from the loading device and from the designated securement area. It shall be designed so that no portion of the wheelchair protrudes into the aisle of the bus when parked in the designated parking space(s). When the positions are fully utilized, an aisle space of no less than 20 in. shall be maintained. As a guide, no width dimension should be less than 34 in. Areas requiring 90 deg turns of wheelchairs should have a clearance arc dimension no less than 45 in., and in the parking area where 180 deg turns are expected, space should be clear in a full 60 in. diameter circle. A vertical clearance of 12in. above the floor surface should be provided on the outside of turning areas for wheelchair footrests. SIGNAGE AND COMMUNICATION TS 80. Destination Signs All signs shall be controlled via a single human-machine interface (HMI). In the absence of a single mobile data terminal (MDT), the HMI shall be conveniently located for the bus driver within reach of the seated driver. The sign shall have a J-1708 control. TS 81. Passenger Information and Advertising (Transit Bus) TS 81.1 Interior Displays Provisions shall be made on the rear of the driver’s barrier or equipment box located on the wheel well for a frame to retain information such as routes and schedules. Advertising media 11 in. high and 0.09 in. thick shall be retained near the juncture of the bus ceiling and sidewall. The retainers may be concave and shall support the media without adhesives. The media shall be illuminated by the interior light system. DEFAULT A destination sign system shall be furnished on the front and on the right side near the front door. An interior sign shall be located within the bus that can be viewed by all seated passengers that, when connected to the ITS system, is capable of displaying “Next Stop” information. DEFAULT The destination sign compartments shall meet the following minimum requirements: • Compartments shall be designed to prevent condensation and entry of moisture and dirt. • Compartments shall be designed to prevent fogging of both compartment window and glazing on the unit itself. • Access shall be provided to allow cleaning of inside compartment window and unit glazing. • The front window shall have an exterior display area of no less than 8.5 in. high by 56 in. wide. RFP 8446 Transfort Bus Procurement 178 TS 82. Passenger Stop Request/Exit Signal TS 82.1 Transit Bus TS 82.2 Signal Chime TS 82.2.1 Transit Bus ALTERNATIVE Pull Cord Passenger Signal A passenger “stop requested” signal system that complies with applicable ADA requirements defined in 49 CFR, Part 38.37, shall be provided. The system shall consist of a heavy-duty pull cable, chime and interior sign message. The pull cable shall be located the full length of the bus on the sidewalls at the level where the transom is located. If no transom window is required, then the height of the pull cable shall approximate this transom level and shall be no greater than 63 in. as measured from the floor surface. It shall be easily accessible to all passengers, seated or standing. Drop cords shall be provided between windows in the seating areas of the bus, including handicap seating area. Pull cable(s) shall activate one or more solid state or magnetic proximity switches. At each wheelchair passenger position and at priority seating positions, additional provisions shall be included to allow a passenger in a mobility aid to easily activate the “stop requested” signal. An auxiliary passenger “stop requested” signal shall be installed at the rear door to provide passengers standing in the rear door/exit area a convenient means of activating the signal system. The signal shall be a heavy-duty push button type located in the rear door vicinity. Button shall be clearly identified as “passenger signal.” ALTERNATIVE Additional “Stop Request” Button on Rear Door Stanchion A heavy-duty “stop request” signal button shall be installed on the modesty panel stanchion immediately forward of the rear door and clearly identified as “STOP.” ALTERNATIVE-PREFERRED A Clever Devices interior LED sign will be used to display route information to passengers. The interior sign will also display stop requests when passengers pull the cable or initiate the stop request system. DEFAULT A single “stop requested” chime shall sound when the system is first activated. A double chime shall sound anytime the system is activated from wheelchair passenger areas. Exit signals located in the wheelchair passenger area shall be no higher than 4 ft above the floor. Instructions shall be provided to clearly indicate function and operation of these signals. ALTERNATIVE Provide ability for adjustable speaker volume in driver’s area for next stop chime. RFP 8446 Transfort Bus Procurement 179 TS 83. Intelligent Transportation Systems (ITS) / Communications Systems TS 83.1 Camera Surveillance System TS 83.2 PREFERRED SYSTEM REQUIREMENTS FOR CFC-TRANSFORT DATA INFRASTRUCTURE a) Transfort currently operates Microsoft Windows 2008R2 and 2012R2 servers. Desktop systems utilize Microsoft Windows 7 Professional. b) Each bus communicates through an onboard mobile router (Digi WR44) for both wireless and cellular data connections. WiFi is the desired method for bulk data downloading from the buses. GENERAL SYSTEM REQUIREMENTS On-board electrical requirements a) Nominal voltage: 12 - 24 volts DC nominal (auto or transit battery). b) Operating range: 9VDC – 39 VDC. c) Firms shall provide information concerning equipment performance such as corruption of data and memory loss associated with low, high, and extremely high peak voltage conditions. d) The equipment, including all cables and connectors to and from the recorder, must be electrically protected to withstand low and high voltage and electrical spikes resulting from jump-starting. The equipment shall be capable of “self-reset” in the event of one of these conditions. e) The Contractor shall be responsible for any filters, power stabilizers, rectifiers and other devices that protect the DVR from spikes, drops, harmonic resonance and other power issues routinely experienced in a transit environment. f) The Contractor shall ensure that the DVR fully performs in the intended operational environments without being affected by, or causing harmful interference to, other on- board systems. DVR must be shielded against radio frequency and all other interference including electromagnetic (RFI/EMI) emission sources, as well as internal conductive or inductive emissions. ALTERNATIVE Provide all wiring and mounting locations for a multi-camera surveillance system, including the installation of cameras, recorder, microphone, etc. System shall incorporate a minimum of eight cameras, including one forward facing windshield camera. Cameras monitoring the interior of the bus shall provide the highest quality picture, especially under low light/dark conditions. System should also include Mobile DVR, with a hard drive 2 gig in size. System shall be compatible and wired to the ITS System IVN for communication of ITS system information to the video system. RFP 8446 Transfort Bus Procurement 180 ON-BOARD DIGITAL VIDEO RECORDER (DVR) a) DVR units must be installed in secure data cabinets so hardware is not accessible to passengers. b) The DVR shall have an embedded, configurable, non-corruptible operating system. The parameters configured shall not be corrupted by environmental factors, powering down, power failure, power fluctuations, or other irregularities. The programmed parameters must remain intact and usable after five years of powered down storage. c) The unit must power down at a user selectable time after ignition power is removed. d) If the operating system stops or stalls it must automatically restart. e) The DVR shall be designed specifically for use in mobile applications such as transit. It shall incorporate internal shock and vibration isolation systems that allow recording while the unit is subjected to the vibration and impacts that occur in a moving transit vehicle. f) The DVR shall be designed to operate reliably in the environmental situations typical of transit usage. Its ability to accurately record shall not be affected by dirt, moisture, solvents, detergents, oil and other environmental contaminants. The on-board system shall operate in humidity ranges between 0% and 95%. g) The DVR and all other on-board system equipment must operate reliably in temperature ranges between 0° and 150°. Extended storage in the same temperature range must not result in equipment degradation. h) The DVR shall capture high quality images and sound in a digital format such as WMV, MPEG, H.264, etc. The images and sound shall be stored on a high capacity hard disk drive for review and playback at central viewing stations or through on-board connection to a laptop computer. Proposals shall describe in detail how the proposed system captures and stores images and sound. Proposals shall also explain in detail the benefits and tradeoffs of the proposed format(s) for Transfort. i) The Hard Disk Drive (HDD) shall be removable. It shall be housed in a rugged enclosure that locks to the recording unit with a preference for Solid State Drives (SSD). j) When inserted, the hard drive shall automatically connect and synchronize to the DVR operating system with no additional formatting required. k) A common key shall be used for all of the DVRs. Five (5) copies of this key shall be provided. The device shall be designed to restrict access, prevent alteration of images and prevent tampering with the unit. l) External connections are necessary to off load data and run set-up diagnostics via a laptop computer. m) The DVR should have, at a minimum, four (4) auxiliary inputs in addition to a J1708 or J1939 interface with the vehicle. The vehicle inputs and J1708 or J1939 data shall be synchronized and displayed with recorded video. n) Stored video on the DVR must have the capability to transfer video events via wireless connection, downloaded directly to a laptop connected to the video system or by removal of the storage media. RFP 8446 Transfort Bus Procurement 181 RECORDING METHOD a) As pre-allocated video hard drive space is filled, the oldest video stored shall be automatically overwritten so that video is recorded on a continuous basis. b) Video that is tagged shall not be overwritten until after the tag is removed. Tags shall be removed by download of the video or manual override with the software. c) Audio shall be fully synchronized with video during playback and export. d) Video that has been recorded shall not be lost if the DVR unit has to restart or reboot for any reason. RECORDING CAPACITY a) Each of the video channels shall have a user programmable frame rate of (30) frames per second or more. b) The DVR shall be capable of recording video at a rate of 30 frames per second per camera for up to eight or more cameras simultaneously. c) The system must have the capability of recording data from all cameras while they are operating at different frame rates. d) Transfort’s goal is to have 1TB of storage for each DVR, to store at least 250 hours (approximately 14 days of 18hr shifts) of quality recorded video and audio before it is overwritten. e) The system shall have the capability of saving and storing video at a higher frame rate when tagged by either the operator of the vehicle or remotely. Firms shall explain how their system can tag and store an enhanced frame rate. f) The system shall have user selectable video compression levels. The onboard video system shall be capable of storing a minimum of 240 hours of video and audio on fixed disk storage at 30 FPS. Saved or tagged system data shall be securely write protected, stored on the onboard unit, wirelessly transferred to the District’s video server and archived. Preserving the integrity and privacy of the data is of the upmost importance. INTERNAL CLOCK a) The DVR unit shall have an internal clock to time and date stamp recorded audio and video. b) Each vehicle’s on-board clock will be synchronized with GPS-based time. The proposed MVSS (Mobile Video Surveillance System) must have a means of avoiding time drift. This may be achieved by synchronizing each DVR with the on-board clock or by directly obtaining GPS time. Proposals shall explain how their proposed unit shall accomplish this specification. c) The internal clock shall operate independently of the main power supply. Powering down or sudden removal of power shall have no negative effects on the DVR unit’s ability to continue accurate time and date stamping of recorded video. INTEGRATION WITH EXTERNAL EVENT BUTTON FOR VIDEO TAGGING a) The DVR system installed in each vehicle shall integrate with an on-board event button located near the operator. When the event button is pushed, the DVR system must tag the video and increase frame rates to specified values and mark the video and audio in such a way as to save the information and not allow it to be overwritten. RFP 8446 Transfort Bus Procurement 182 b) Activation of this tagging feature shall mark the video for a period of time before and after the event. The time parameters shall be user programmable and shall allow marking for up to twenty (20) minutes before an event and up to thirty (30) minutes after. VIEWING METHOD a) Recorded video and audio shall be viewed and heard by three distinct methods: • By removing the hard drive and viewing the contents of the hard drive at reviewing stations. • By connecting a laptop computer directly or wirelessly to the DVR. • By having the marked event, or selected time and date specified video and audio, downloaded through a wireless connection whenever the transit vehicle travels within range of the wireless connection. b) Software and licenses shall be supplied for reviewing stations and workstations. c) Transfort requires that existing PC workstations and laptops be used for these purposes. If there is a compelling reason why the existing PC workstations or laptops cannot be used, the proposer shall explain the reasons, the system requirements, and pricing for each in their proposal. SYSTEM STATUS DISPLAY The DVR shall have a system status display visible to the operator. It shall provide information about the status of the system. The DVR shall perform a self-test upon power up and indicate that the system is operational. DATA INTEGRITY AND AUTHENTICATION OF IMAGERY a) Features shall be provided to confirm to City staff that there has been no data loss at any point in the system and that there have been no unauthorized changes to or destruction of data. b) Viewing, search and enhancement usage shall not alter the original recorded data. c) The MVSS shall include an embedded means to authenticate and validate images, recordings and data integrity so that the recorded audio and video shall be legally defensible in prosecuting offenders and settling legal claims. ON BOARD/EMBEDDED GPS The DVR must provide location GPS at all times, as well as date and time stamp the video. The GPS receiver shall be part of this proposal, or embedded within the DVR. Transfort prefers the option for multiple GPS sentence structures (NMEA, TAIP, RTCM, etc.). The DVR must also capture vehicle events such as designated event markers, speed, signal indicators, hazard flashers, G-Force events, as well as any other industry standards. DVR DIAGNOSTICS AND TROUBLESHOOTING a) The DVR operating system shall include a diagnostic program that provides information about the operating condition of the DVR, cameras and audio recording device. b) The diagnostic program shall be accessed by laptop computer. Transfort requires that the software be available and loaded on at least two of the laptops currently in use for other Transfort Maintenance diagnostics. RFP 8446 Transfort Bus Procurement 183 c) Transfort staff shall be able to reset each DVR’s programmable parameters using the diagnostic software. d) The diagnostic program shall include the capability of live viewing through the vehicle’s cameras and the capability to adjust, setup, and troubleshoot the programmable features of the cameras. SYSTEM STATUS DISPLAY The DVR shall have a system status display visible to the operator. It shall provide information about the status of the system. The DVR shall perform a self-test upon power up and indicate that the system is operational. VIDEO CAMERAS a) All cameras shall be color and high resolution with consideration and preference given to cameras capable of Infrared. Under all operating conditions and applications, the camera images shall be of sufficient quality to distinguish facial features, apparel details and activity. Still and video images obtained from the system must be of sufficient quality to support prosecution of offenders and resolution of legal claims. Any exported video must have an encryption algorithm that will stand up to scrutiny in a legal claim as being unaltered. b) Transfort’s vehicles operate from early in the morning until late at night on urban and rural routes. The cameras must maximize image quality and be adjustable through the range of lighting conditions including extremely low light and nighttime operation. Provide a camera listing that includes an infrared camera for interior use on paratransit vehicles. c) The minimum resolution shall be 704x480 pixels. The resolution shall be user adjustable to allow higher resolution for selected cameras. Please provide pricing for varied resolution options. d) The focal length, angle and adjustability of each camera lens shall be selected to maximize viewable area and image quality for each camera. e) Power preference for cameras capable of POE provided by the DVR. f) The cameras shall be mounted in a tamper resistant housing with a preference for IP66 (Ingress Protection) or higher. g) The cameras shall be synchronized by the recorder. h) The cameras shall have the capability to determine if the image is altered and therefore not functional. PLACEMENT OF CAMERAS, 8+ a) All cameras need to be as inaccessible to passengers as possible. While interior cameras are positioned for maximum passenger coverage, exterior cameras must capture views and angles around the bus, to include bullets 5-8 at a minimum. Interior views must completely cover bullets 1-4. 1. passengers boarding through the front door. 2. passengers exiting through the rear door. 3. rear passenger area looking forward. 4. front area looking towards the rear. RFP 8446 Transfort Bus Procurement 184 5. forward through the front windshield. 6. outside forward exterior on the passenger side, facing towards the rear. 7. drivers side viewing traffic passing along the left. 8. rear mounted rear view camera. AUDIO RECORDING DEVICE a) Two audio recording devices shall be installed in fixed route vehicles: one in the fare transaction area and one towards the rear of the coach. b) Audio recordings shall be of sufficient quality to identify speakers, provide the content of their speech, and support prosecution of offenders and resolution of legal claims. MOUNTING OF EQUIPMENT DVRs, cameras or other equipment in the vehicles must be mounted ensuring each device is properly secured in its place. Installed equipment must be accessible by service personnel. Sheet metal screws must have anti-tamper heads with preference for lock nuts and bolts. WIRING AND CABLING a) Firms must submit wiring and cabling product information for review and approval. b) All wiring shall be multi-strand, flame retardant and made of flexible material. c) All video and audio cable connectors and sockets shall be of positive locking design. d) All multiple-wire electrical connections shall be made using mechanically-locking, sealed connectors with crimped and sealed terminals, cable seals, cavity seals, and TPA locks. e) All single-wire electrical connections shall use crimped nylon-insulated connectors with polyolefin heat-shrink tubing and adhesive melt liner. f) All wire sizes and insulation shall be based on the current carrying capability, voltage drop, mechanical strength, temperature, and flexibility requirements. g) Wiring shall be uniformly color coded and tagged. h) Wiring shall be wrapped in wire loom encasement, and tied with “all weather UV type” nylon ties. i) The power source wires must be sized appropriately to meet specified requirements for unit start up and normal operation and should prevent unacceptable voltage drops. j) Wherever there is a possibility of interference, wiring and interconnecting cables shall be properly shielded. Video and audio cables shall be gauged to minimize signal loss. k) Installed equipment, wiring and cabling shall be firmly held in place. Cabling and wiring shall be installed in secure metal or plastic conduit, where it is exposed to the passenger compartment, and in wire loom encasement for the rest of the installation, which shall be secured, at a minimum, every eighteen (18) inches. Fastenings, supports, and hangers shall be adequate to support their loads and meet transit usage. l) A protective plastic or rubber grommet must be installed in every hole that provides passage for conduit or wiring to avoid chaffing or cutting of the conduit or wiring. RFP 8446 Transfort Bus Procurement 185 VIEWING AND ADMINISTRATION SOFTWARE SUITE a) The software shall provide the ability to set up multiple user accounts and the ability to configure each user account with specific privileges for the use of the software. b) The MVSS software shall have the capability to display date, time, GPS location, vehicle speed, DVR or hard drive electronic serial number, vehicle identification number and camera source on the stored and printed images. Additionally, all auxiliary inputs shall have the capability to be displayed. c) The software shall allow the user to configure download criteria for the administration suite. d) The software shall allow analysis and review of video and audio recordings and allow download of selected recordings to Transfort’s designated server. e) A reviewing station shall be capable of the following functions: 1. Search and retrieve video based on a specific date, time or vehicle identifier. 2. Playback previously recorded video at user-selectable speed. 3. Step forward or back in increments of one frame during playback. 4. Skip to the beginning or end of the selected video recording. 5. Maximize the size of the selected image to the largest image window with minimal distortion 6. Pause the video during playback. 7. Display one or multiple video viewing windows. Allow all cameras or just one camera to be displayed synchronized in video and audio components. 8. Use all features for the selected viewing window. 9. Zoom in and out on the selected image. 10. Sharpen or smooth an image to enhance the image. 11. Restore an image back to its pre-enhanced state. 12. Change the brightness and contrast of an image. 13. Preview an image before printing. 14. Save an image in a variety of standard graphic formats. 15. Synchronize all recorded audio with the associated video files 16. Save an entire video clip, portion of a clip, or selected image. 17. Be allowed to save recorded images and audio to server, CD, DVD or any other digital media with preference given to embedded ability to wrap and encrypt video. f) Proposals shall include mobile viewing software for Transfort Supervisors and City of Fort Collins Police Services. Please include software, hardware, and license requirements for these remote mobile viewers. Mobile viewing software shall be capable of installation on a laptop computer and connecting to the vehicle through a WIFI connection. RFP 8446 Transfort Bus Procurement 186 LIVE “LOOK IN” a) Transfort seeks to have a secure, live “Look-In” ability via cellular communication so events and random monitoring are possible at any time. b) Preference is given to applications that run on multiple platforms, such as Apple and Android. c) Live “Look-In” needs to be accessible via smart device, mobile phone, tablet, etc. as well as remote desktop and workstations. SYSTEM UPGRADES a) The MVSS operating system shall be the current, most stable version of the operating system for the equipment and components proposed. b) Software shall contain version control numbers and features shall be included to identify the software version on each device. c) The MVSS shall be capable of expansion and/or upgrade as a means of extending the system life expectancy. d) Upgrades and updates to the MVSS or any component of the system shall be made available at no cost to Transfort during the warranty. e) All DVR software and firmware shall be upgradeable without having to remove the DVR unit from its host vehicle, with a preference for firmware updates via WiFi. SOFTWARE LICENSES Proposals must fully describe any software licenses required for the purchase and operation of any part of the proposed MVSS. This shall include any per unit costs, the terms and conditions of use and any upgrade costs. TRAINING a) The Contractor shall provide training through hands-on demonstration, classroom, manuals and other related technical procedures. b) Training schedules shall be coordinated with Transfort’s Project Manager. Transfort reserves the right to adjust the schedule. Transfort shall determine how many of Transfort’s staff need to complete the training and shall have final approval of the number of training sessions required. c) The Contractor shall provide full systems administration and operation training which shall include proper methods for day-to-day operation of both the hardware and software. d) The Contractor shall also supply maintenance training to allow Transfort staff to maintain equipment and materials for reliable performance and maximum service life. This shall include a recommended schedule for routine inspection and preventive maintenance activities, inspection checklists, and procedures. SYSTEM DOCUMENTATION a) The Contractor shall provide documentation and diagrams showing the installation of the MVSS fixed-end component and vehicle systems. This documentation shall not be generic, but shall depict the systems as-installed. RFP 8446 Transfort Bus Procurement 187 b) The Contractor shall supply complete systems operations and maintenance manuals for each type or model of equipment purchased. The manuals will cover all hardware and software. Additionally, the manuals will cover troubleshooting steps for both hardware and software related issues. c) All documentation provided shall be in both hard copy and electronic formats. d) Transfort shall review the documentation, diagrams and manuals for completeness and clarity. If Transfort determines additional information is required, the Contractor will supply the requested information in a format specified by Transfort. TESTING AND ACCEPTANCE On-site Interview and Demonstration Each Contractor invited for an interview shall provide a live demonstration at the Transfort facility, 6570 Portner Road, Fort Collins. The live demonstration will show the following characteristics of the MVSS system being proposed: a) A working DVR with a multiple camera system such as to be installed in the vehicles. b) The administration and viewing software will be tested by Transfort staff during the demonstration. c) Live video and audio recording during the demonstration is to be burned to a CD/DVD for playback on a standard Microsoft Windows 7 PC. d) Live, wireless download demonstrations of marked events for use in a reviewing station. e) A typical installation of the viewing software and a wireless connection to the DVR for remote viewing demonstration. SERVICE SUPPORT a) Qualified technical support staff must be available to assist Transfort during normal business hours, 8:00am to 5:00pm (MT), Monday through Friday. Proposals must explain how after-hours support will be provided. b) Vendor support staff must be trained to troubleshoot and resolve repair and technical concerns. Proposals must explain how on-site service will be provided at short notice when technical assistance is necessary to resolve equipment failure. WARRANTY a) The selected firm will provide at a minimum, a one-year warranty for the Mobile Video Security System that includes all equipment, parts and service, as well as all critical software updates and any related hardware updates as necessary for continued proper operation of the system. b) Proposals shall provide an explanation of the coverage provided by the warranty including response method and plan for provision of parts and labor. It shall also address how Transfort will be reimbursed if Transfort personnel complete authorized warranty work. c) The Contractor warrants the documentation provided completely and that is accurately reflects the operation and maintenance of the equipment and software, and provides all information necessary to maintain the system. RFP 8446 Transfort Bus Procurement 188 SYSTEM WIDE REPLACEMENT If at least 25% of a given component requires repair or replacement within the warranty period then the component is deemed in need of system wide replacement, which requires the contractor to replace all units, functioning or not, of the suspect component. MAINTENANCE AGREEMENT PRICING OPTION Transfort seeks a maintenance agreement in support of the MVSS. The maintenance agreement would begin at the end of the warranty period. Proposals must include pricing for maintenance agreements and provide an explanation of the coverage provided, including response times and plans for provision of parts and labor. Proposals must address maintenance agreement provisions for software patches and version upgrades. SPARE PARTS AND MAINTENANCE REQUIREMENTS a) The proposal shall include a recommended level of inventory for other spare parts required for the support of the proposed system; for example, number of full functioning DVRs for hot swapping, cameras, cables, disk drives, etc. b) The proposal shall provide a recommended list of any special tools and test equipment required for operating, maintaining and repairing the proposed system. This shall include a test bench, if one is available for the proposed system, so equipment and system parts can be tested outside of the vehicle. c) The lists of recommended items shall include quantities, associated pricing information, and if commercially available or from a restricted source. d) Pricing shall be effective for a minimum of one year. e) Firms must guarantee that replacement parts or superior substitute parts shall be available for a period of ten (10) years after the completion of the warranty period. f) Proposals must include the location and availability of support services for all major components in the proposed system. TS 83.2 Public Address System A public address system shall be provided on each bus for facilitating ITS related and driver-originated announcements to passengers. The ITS system will utilize the speaker system of the bus. The gooseneck microphone will be implemented as part of this system. TS 83.2.1 Speakers DEFAULT Six interior loudspeakers and one exterior speaker between the two doors shall be provided, semi-flush mounted, on alternate sides of the bus passenger compartment, installed with proper phasing. Total impedance seen at the input connecting end shall be 8 Ohms. Mounting shall be accomplished with riv-nuts and machine screws. RFP 8446 Transfort Bus Procurement 189 TS 83.3 Automatic Passenger Counter (APC) TS 83.4 Radio Handset and Control System TS 83.4.1 Drivers Speaker Each bus shall have a recessed speaker in the ceiling panel above the driver. This speaker shall be the same component used for the speakers in the passenger compartment. It shall have 8 Ohms of impedance. TS 83.4.2 Handset Contractor will install a handset for driver use that includes ability for Voice over Internet Protocol (VoIP) communications. TS 83.4.3 Driver Display Unit (DDU) Contractor shall install a driver display unit as close to the Driver’s instrument panel as possible. TS 83.4.4 Emergency Alarm Contractor shall install an emergency alarm that is accessible to the driver but hidden from view. The EA switch should be installed on the left side of the driver, next to the driver’s left leg in a discrete location. TS 83.4.5 Traffic signal priority emitter for transit signal Opticom model 792T low priority emitter equipped with a visible light filter. The traffic control switch shall be equipped with a timer to shut down the emitter after 30 seconds. This timer can be controlled either through a switched relay or through multiplexing. The emitter shall have the following features: • Discrete, penetrating infrared communication —Directional —Consistent, day and night transmission —All-weather performance • Compact, single source system • High- and low-priority operation as well as probe-frequency capability • Encoded signal transmission —High priority: 10,000 discrete vehicle IDs (10 classes of vehicles and 1,000 individual codes available within each class) —Low priority: 10,000 discrete vehicle IDs (10 classes of vehicles and 1,000 individual codes available within each class) —Probe frequency: 10,000 discrete vehicle IDs (10 classes of vehicles and 1,000 individual codes available within each class) • Remote range-setting capability ALTERNATIVE-CleverDevices APC system preferred An infrared APC system shall be installed on each door. CFC-Transfort to provide details of APC system, including installation locations and number of buses to be equipped. The APC controller shall be installed in a location that can be accessed for maintenance or replacement. See further requirements listed in 83.5. RFP 8446 Transfort Bus Procurement 190 • Compliancy with FCC part 15, subpart J, Class A regulations for electromagnetic interference • RS485, J1708 serial interface • Low power consumption • Improved installation flexibility —Mounts directly on vehicle —Incorporates into many lightbars • Automatic emitter disable, indicated by slow flashing of the emitter switch’s indicator light • Self-diagnostic with visual feedback through the switch’s indicator light • Cumulative flash counts available through the interface software • Grating for precise directionality control • Optional light-blocking filter The emitter shall include the following operating parameters: • High- or low-priority and probe-frequency operation selected by model and switch combination • 10,000 vehicle codes available in high priority • 10,000 vehicle codes available in low priority • 10,000 vehicle codes available in probe frequency • Automated range-setting feature selected by model • Isolated power supply and emitter for positive or negative ground vehicle power system • Less than 5 amps peak current draw • Self-diagnostic • Precisely controlled high-priority flash rate of 14 Hz • Precisely controlled low-priority flash rate of 10 Hz • Precisely controlled probe-frequency flash rate of 11 Hz • Transmission range up to 2,500 feet (762 m) with clear lens and up to 1,800 feet (549 m) with visible light filter • Electrical —Input voltage: 10 to 16 VDC —Current: less than 5 amps • Environmental —Temperature: -30° F (-34° C) to +165° F (+74° C) —Relative Humidity: 5% to 95% Physical Dimensions: • Depth: 3.5 in. (8 cm) • Width: 5.8 in. (14 cm) RFP 8446 Transfort Bus Procurement 191 • Height: 3.7 in. (9 cm) • Weight: 1.9 lb. (.8 kg) TS 83.5 ITS Components TS 83.5.1 Clever Device AVL/CAD System that includes the following components: • VN4 unit • Interior LED display • Transit control head, 10” Swivel mount • Emergency alarm switch • Digi modem for CAD communication • Exterior speaker • Interior connector for existing PA speaker connection • PA plate/broke out parts for existing dash locations • APC controller and sensor • Traffic signal priority emitter for transit signal – See above • Wire harness with appropriate connectors for bus inputs (reverse, odometer, door, APC etc.) to be engineered by Clever Devices. A Clever Devices application engineer shall be contracted by chosen vendor to perform on site factory set up and testing. This will also include final testing at the Transfort main facility. Final testing shall be done at the Transfort main facility to confirm factory acceptance testing and any repairs/adjustments identified have been corrected. This will also include and site visit expenses for Clever Devices application engineer. TS 83.5.2 SPX: • SPX Centsabill Farebox with OCU, Mounting Bracket and wiring harness, J1708 wiring harness to connect to CleverDevices input. TS 83.5.3 Motorola: • Motorola APX 4500 7/800MHZ Radio with mounting kit, antenna, and programming TS 83.5.3 24v DC-UPS Provide a DC-UPS which contains a 1.2 amp-hour sealed lead acid battery. It is charged from the vehicle's electrical system and switches the load to its internal battery when the engine is turned off, or at any other time that the electrical bus drops below 23.6 volts. This should be designed to keep computers and video systems alive during engine starting or other interruptions in power. Should meet the following specifications: PST-Backup-1.2-24V or equivalent Maximum pass-through current 12 Amps continuous Max Charge Current 400 milliamps. Maximum input voltage (steady state) 30V Maximum input voltage (transient) 40V RFP 8446 Transfort Bus Procurement 192 Maximum pass-through wattage 288 Watts Transient pass-through current 16 amps for 40 seconds 20 amps for 5 seconds Over 20 amps immediate shutdown Transition time Less than 50 microseconds from main battery to auxiliary battery less than 50 microseconds from auxiliary battery to main battery. We have a capacitor to keep the voltage up during the transition and have not had any problem with customer's equipment dropping out during the switchover. Backup time 12A for 50 seconds 9A for 100 seconds 6A for 200 seconds 2A for 1000 seconds 1A for 44 minutes 60mA for 20 hours Charge voltage Factory selectable, default is 23.6V This is the input voltage at which the internal charger starts boosting the voltage to charge the auxiliary battery Internal battery 1.2 AH 24V Sealed lead acid battery Charge algorithm Constant current until the battery voltage reaches 26.8 volts, taper charge above 26.8 volts to zero current at 28.2 volts Nominal Battery Voltage 24 Volts Size 3 x 4.9 x 5.7 inches (6.8" incuding flanges) 76 x 124 x 145 mm (173 mm including flanges) Vehicle's electrical bus reconnects to 26 volts the load when its voltage raises to: External battery is disconnected from 23.6 volts the load when the external battery's voltage drops below Temperature Range Minimum ambient temperature -10°C (-40°C available upon request) Maximum ambient temperature of 70° When the case temperature gets above 45°C the charge current is automatically reduced to maintain system operation at higher temperatures. Storage Temperature -20°C to 70°C Connection Screw terminals, included are spade terminal adapters LEDs LEDs light up showing whether the load is being powered by the car or the auxiliary battery RFP 8446 Transfort Bus Procurement 193 Weight 3.3 lbs or 1.5 kg TS 83.5.4 A Clever Devices application engineer shall be contracted by chosen vendor to perform on site factory set up and testing. This will also include final testing at the Transfort main facility. Final testing shall be done at the Transfort main facility to confirm factory acceptance testing and any repairs/adjustments identified have been corrected. This will also include and site visit expenses for Clever Devices application engineer. TS 83.5.5 System Testing 1.1 Test Configuration The following tasks must be completed before testing can begin: • Integration between existing back office software and reporting systems: o Bus Communication Software o Bus API Generation Software o Computer Aided Dispatching • Includes respective interfaces to Trapeze OPS o Reporting Software o Data Command and Control Software o Interactive Voice Response o APC reporting software • Onboard installations/interfaces completed and operational 2 System Acceptance Test Objective The objective of this System Acceptance Test procedure is to demonstrate the system’s capabilities in accordance with the system’s contractual requirements. Testing is to be done for On Board ITS Systems before the vehicles leave the factory. Final testing shall be done at the Transfort main facility to confirm factory acceptance testing and any repairs/adjustments identified have been corrected. Integration between on board systems and existing back office systems and software will be done at the Transfort main facility and during on road/existing route testing. 3 Onboard Systems Remaining Procedures Perform an EA switch test. 1a: Power up the bus within the depot area. 1b: Activate the EA switch. 1c: Validate an EA event is not created. 1d: Validate operator is prompted with a checklist. ATP 1: Validation of EA switch test. Verify MDT and information sharing. 1e: Verify the time is displayed. RFP 8446 Transfort Bus Procurement 194 1f: Verify the Operator Information screens provide visual and audible feedback. 1g: Verify the screen is color, and displays fonts of variable size. 1h: Verify buttons are provided to control the destination sign. 1i: Verify the brightness controls are functional. 1j: Identify the connectors used and ease of replacement. 1k: Access diagnostic/maintenance screens, and verify status and setup is available to an administrator. 1l: Logon to a valid piece of work. 1m: Verify the farebox is automatically logged on. 1n: While logged on, verify the back office system reports the operator ID in the grids. ATP 2: Verification of Operator Information screens capabilities and operator & work information sharing. Send and receive text messages from dispatch. 1o: Compose a canned message from a list and send to dispatch. 1p: Verify receipt of the message at the back office client. 1q: Reply to the message from the back office client with a lengthy response. 1r: Verify receipt of the message on the vehicle, and display of the entire message. 1s: Send several more messages from the back office client 1t: Verify the vehicle receives and provides all for selection/display. 1u: Send a message that requires an acknowledgment from back office client to the vehicle. 1v: Verify the operator is prompted to respond, and respond. 1w: Verify receipt of the response at the back office client. 1x: Send a message from dispatch to play over the onboard announcement system. 1y: Verify receipt and playback of the message text. ATP 3: Verification of messaging capability. 4 BackOffice System Remaining Procedures Create an incident report. 1z: After completing required information, save and close the incident. 1aa: Verify the incident report is duplicated in Trapeze OPS. 1bb: Verify the incident report can not be further edited from the Back Office client. ATP 4: Verification of incident management. Review SQL task logs. 1cc: Verify the log contains information regarding the creation and transfer of the incident data. ATP 5: Verification of interface monitoring. Monitor vehicle status. RFP 8446 Transfort Bus Procurement 195 1dd: Open the vehicle status grid. 1ee: Verify the status of any vehicle is displayed in the grid, including GPS validity and last data transmission. ATP 6: Verification of vehicle status reporting. Coordinate with a vehicle operator to depart the depot after logging in and not cycling the wheelchair. 1ff: Validate an event is generated to alert dispatch that the vehicle left without a wheelchair cycle. ATP 7: Verification of an event upon departure without wheelchair cycle. Monitor real-time schedule adherence display. 1gg: Verify events are generated for early and late status of vehicles 1hh: Verify the display of the vehicle on the map changes with early and late 1ii: Verify the number of minutes early or late is displayed 1jj: Open back Office Administration software 1kk: Verify schedule adherence parameters are configurable ATP 8: Verification of schedule adherence display 5 Back Office System Remaining Procedures 5.1 Web Client Open the mobile website on an Android or iOS native browser. 1ll: In the map, verify the new vehicles, stops and routes are displayed. ATP 9: Verification of website mobile access. 5.2 Mobile Application Verify integration with Google Maps & Trip Planner 1mm: Verify display of stops, routes & new vehicles on the map. 1nn: Verify it is posted to the to the notification section of the mobile application when viewing information for that stop. ATP 10: Verification of service bulletin functionality. 5.3 Variable Message Sign (VMS) Display Verify the display of prediction information on the existing VMS. 1oo: Monitor the sign for prediction information and compare to web arrival grid. ATP 11: Verification of VMS prediction information display. 5.4 Paging System Integration Listen to arrival announcements at stops & transit centers. 1pp: Upon vehicle arrival, verify an announcement is played at that vehicle’s next stop, station or transit center. 1qq: Verify a route-specific bulletin is played at the impacted stop, station and transit center. RFP 8446 Transfort Bus Procurement 196 ATP 12: Verification of automated arrival announcements & paging system integration. 6 Reporting Software Remaining Procedures View the Event Details Report. 1rr: Verify date filters are applied properly, and the chart is populated with data as expected. 1ss: Verify the report details geographic locations. ATP 13: Verification of event geographic location information. View the Deadhead Report. 1tt: Verify date filters are applied properly, and the chart is populated with data as expected. ATP 14: Verify deadhead running time reporting. View the Schedule Adherence Statistics Report 1uu: Verify the report shows the required statistical information, and filters are applied properly. ATP 15: Verification of schedule adherence statistics data. View the on-time performance dashboard & reports 1vv: Validate on-time performance is provided in summaries with various levels of detail as required ATP 16: Verification of on-time performance reporting View the Wheelchair Deployments report 1ww: Validate the report shows wheelchair lift usage by route, day and direction of travel. ATP 17: Verification of wheelchair lift reporting. 7 Scheduling Software Verify the new buses are available for scheduling 1xx: Perform operation on a day(s) where a service exception is present. 1yy: Validate the system operates as expected. ATP 18: Verification of service exception support. 8 Bus Communication Software 8.1 Data Upload Verify the system facilitates the upload of performance data and logs. 1zz: Verify the vehicle is authenticated via Bus Communication Authentication. 1aaa: Run a History Report and verify files have been uploaded by the authenticated vehicle(s) 1bbb: Verify a BusState file has been automatically uploaded recently via Bus Communication Authentication Note: BusState uploads only once every 24 hours ATP 19: Verification of data upload. RFP 8446 Transfort Bus Procurement 197 8.2 Software Update Verify the system provides for automated download and distribution of software and configuration data updates to vehicles via the Transfort’s depot WLAN 1ccc: Build an update of a new version of On Board Bus Software 1ddd: Distribute the update to the test vehicle(s) 1eee: Restart the MDT and verify that the new software was downloaded and applied 1fff: From the MDT, verify the version of On Board Bus Software matches the distributed version 1ggg: Repeat the previous substeps for a parameter export from the Schedule Creation database. ATP 20: Verification of automated download and distribution of software and configuration data updates 9 Network & System Monitoring Verify PA system integration 1hhh: Generate PA system events 1iii: Verfy PA announcements are as expected ATP 21: Verification of PA Integration installation Validate system time is in-sync with GPS time. 1jjj: Verify the Data Communication and Command software is synchronized with the city- provided GPS time server. 1kkk: Verify the vehicles are synchronized with the Data Communication and Command software, and no more than 5 seconds different from that time. ATP 22: Verification of system time synchronization. RFP 8446 Transfort Bus Procurement 198 10 ACCEPTANCE TEST REPORT TO BE COMPLETED AND RETURNED TO Chosen provider FAX NUMBER: ATTENTION: Project Management Transit Authority: Transfort Location Test Conducted: Ft. Collins, CO – Transfort facility Test Date or Date Range: Test Data Date Range: Scheduling Software Database Version: On Board Version: Data Communication and Command Version: Computer Aided Dispatch Integration: Reporting Integration Version: Scheduling Integration: Bus Communication Integration: ATP Test # Requirement Item Description Pass Fail ATP 1: Validation of EA switch test. ATP 2: Verification of Operator Information screens capabilities and operator & work information sharing. ATP 3: Verification of messaging capability. ATP 4: Verification of incident management. ATP 5: Verification of interface monitoring. ATP 6: Verification of vehicle status reporting. ATP 7: Verification of an event upon departure without wheelchair cycle. ATP 8: Verification of schedule adherence display ATP 9: Verification of website mobile access ATP 10: Verification of service bulletin functionality. ATP 11: Verification of VMS prediction information display. ATP 12: Verification of automated arrival announcements & paging system integration. ATP 13: Verification of event geographic location information. ATP 14: Verify deadhead running time reporting. ATP 15: Verification of schedule adherence statistics data. ATP 16: Verification of on-time performance reporting ATP 17: Verification of wheelchair lift reporting. ATP 18: Verification of service exception support. ATP 19: Verification of data upload. ATP 20: Verification of automated download and distribution of software and configuration data updates ATP 22: Verification of system time synchronization. RFP 8446 Transfort Bus Procurement 199 11 TEST REPORT APPROVAL Testing Performed By: Print Name Signature Required Date Transfort Acceptance: Print Name Signature Required Date Vendor Acceptance: Print Name Signature Required Date COMMENTS: RFP 8446 Transfort Bus Procurement 200 RFP 8446 Transfort Bus Procurement 201 TS 84. Event Data Recorders (EDR) TS 85. Base Component List Table 8 lists products that have been previously used and deemed “acceptable.” The list is intended to provide a consistent baseline for preparing proposals and is not intended to be a comprehensive listing of every product required for the manufacture of the subject buses. Product categories not listed are left to the discretion of the Contractor so long as the product complies with the specifications. Product specification information is for reference only and may not reflect the latest or future improvements by manufacturers. Any change, revision or substitution of specified products requires approval of the CFC-Transfort. TABLE 8 Base Component List Product Manufacturer Product Specification Driver’s Seat USSC Evolution G2 Passenger Seat American Seating Model 6468 Seat Fabric Lantal Color Number F77470038D52 Brochure Rack Transit Information Products Base Part No. OBIC T 12P IL Video System Flooring Altro Chroma Sigma TFCR2782 2.7mm Digital Recording System Oil Filter Standard is per engine OEM Steer Tires / Spare Michelin X Incity Z 305/70R 22.5 Drive Axle Tires Michelin X Incity Z 305/70R 22.5 Bumpers – front and rear Romeo Rim, Inc. Black HELP Bumpers HVAC System Thermo-King – IntelligAIRE III T14, TK-5391 w/ R407C Destination Signs Luminator Gen 4 – Amber ALTERNATIVE – OPTIONAL PRICING REQUESTED EDRs shall be installed on the bus, one at the front and the other at the rear. These units are to be installed as low as possible. The EDRs shall be able to communicate over the Jl939 CAN line and shall each be equipped with three-axis accelerometers. Settings are to be finalized with the Agency during pre-production. EDRs shall broadcast via the Jl939 data communication link severe impact events to the vehicle monitoring system and also trigger an event in the camera system. The EDR shall also tag an event from a signal received over the Jl939 CAN line from the silent alarm switch signal and the camera event button and in turn broadcast these events to the vehicle monitoring system. The EDR shall also record the following operational data: headlights on or off, turn signals and hazard lights on or off, ignition on or off, low air pressure warning, whether moving in forward or reverse or idling, and whether parking brake is on or off. RFP 8446 Transfort Bus Procurement 202 Alternator EMP Power 450 Brushless Transmission Allison B-400R Auxiliary CNG Heater Webasto NGW 300 Farebox Genfare Cents-A-Bill TS 86. Special Equipment Items specified in this section are not covered by the SBPG Technical Specifications. TS 86.1 Three-Position Bicycle Rack A Sportworks Trinity three-position fold-down bicycle rack shall be installed on the front of the bus. The mounting design shall facilitate easy removal during seasonal change over. TS 86.2 Radio box (Secure Special Equipment Cabinet) A secure radio box/special equipment cabinet shall be installed within the interior of the bus, with at minimum four sliding racks, to house and mount video, ITS and other special electronic equipment. The radio box should have electric fans to circulate the heat from the ITS equipment out of the radio box. This box should have a lock, if possible, the preference is the locks are keyed to current City radio box locks. The radio box should have a power block available for wiring additional equipment. The power supplied shall include both 12 volt and 24 volt battery and ignitron power sources. There shall be a minimum of 2 interior lights which shall be on a timer that will shut off at a predetermined-time. The shelves shall be level and include a minimum of 11 inches between each shelf. Shelves should be a minimum of 20 inches wide and 20 inches deep. The sliding racks shall lock in position when in the closed or fully open position. TS 86.3 Yield to Bus Sign 10 second operator activation switch. TS 86.4 Emergency Safety Equipment TS 86.4.2 Five-Pound A-B-C Fire Extinguisher Each CFC-Transfort to designate mounting location. TS 864.3 Three DOT Required Emergency Triangle Reflectors To be provided in a box, each CFC-Transfort designates mounting location. TS 86.4.4 Bodily Fluid Clean Up / Biohazard Kit Each CFC-Transfort to designate mounting location. ALTERNATIVE-PREFERRED FMVSS 302 Yield to bus sign programmed through the Dinex system. CFC-Transfort to provide specifications. RFP 8446 Transfort Bus Procurement 203 TS 86.5 Trashcans and Holders TS 86.6 Dash Fans Bus shall be equipped with variable speed two dash fans located near the center of the dash. Switches controlling the fan shall be located on the Driver’s switch panel. TS 87. CFC-Transfort Alternative Required Equipment The following are required equipment CFC-Transfort member agencies will request at the time of order. Proposer is to identify in the Proposal, by completing the document in Section 9, whether the proposed bus model offered is compatible with the following manufacturers, systems or other configuration requirements. Evaluators will be evaluated and scored during the evaluation process in relation to how many of the below alternative required equipment items are compatible with the make and model of bus(es) proposed. RFP 8446 Transfort Bus Procurement 204 TABLE 9 Alternative Required Equipment Product / Configuration Manufacturer Product Specification Automated Passenger Counts (APC) Clever Devices See Below Automated Voice Annunciation (AVA) Clever Devices See below Back Up Camera System Luminator Built in camera that interfaces with ODK providing a backup display when the bus is in reverse. Bike Rack Sportworks 3-Position Bike Rack Destination Sign System Luminator Gen 4 SMT with ODK4, front, curb side and rear signs. Paratransit Scheduling Software/Hardware Trapeze FX, Blockbuster, OPS Perimeter Seating Seat Configuration Passenger seats shall be arranged in a forward-facing configuration. Radio Motorola MOTOROLA Model APX 4500 7/800MHZ; GPS surface mount antenna Related ITS Components Clever Devices Announcement and Public Address System; Infrared APC system Digi Modem Digi Digi WR44-L5F1-NE1-RD Surveillance Camera System 8-12 camera system; GPS & antenna, event button. Two forward facing wheelchair securement locations. Two forward-facing locations, as close to the wheelchair loading system as practical, shall provide parking space and securement system compliant with ADA requirements for a passenger is a wheelchair. Wheelchair ramp system Lift-U 6:1 ramp in front door and a 4:1 ramp in rear door Electrical Dinex I/O G3 with the multi-function display Driver’s exterior mirrors Hadley 5x7 CX-HO and 5x7 CS-HO RFP 8446 Transfort Bus Procurement 205 ITS Component Bill of Materials Quantity Item name 1 IVN4™ Controller 1 IVN4™ Mounting Bracket 1 Kit, IVN Bracket Ground Hardware 1 Harness Assembly, Custom per CleverDevices and vehicle Manufacturer 1 IVN™ Transit Control Head, DVI, 9" Display 1 Cable, DVI-I Dual Link M/M, 25' 1 Swivel Mount, Pedestal TCH, 10.73" 1 Plate, Pedestal Mount 1 IVN2™ PA Controls w/XLR Jack 1 Bracket, Circuit Breakers 1 Cable Assembly, EA/AUX Switch 1 IVN™ LED Sign, 20 Character RED w/Molex 1 Antenna, Multi-Band, 4 Element 1 Gasket, Antenna Self-Adhesive, 4.25" Round 1 Cable, GPS Antenna, RG58 (SMA Plug to TNC Plug), 23' 1 IVN™ AVC Microphone 1 Bracket, Modem Mounting IVN4 1 Harness, Adapter, Engine/Trans Data 1 Ethernet 7' Cable 1 Kit, Installation Hardware, 1 Harness, APC, 1 APC Controller Assembly (w/Optoisolated Inputs) 2 APC Receiver Assembly 2 APC Transmitter Assembly 1 Bracket, APC Sensor FT RX 1 Bracket, APC Sensor Mounting 1 Bracket, APC Rear Rx NABI 3 Cover, APC Sensor Cable Cover, 30" 3 Strain Relief, APC Sensor Cable 1 Backing Plate, Rear Rx RFP 8446 Transfort Bus Procurement 206 SECTION 7: WARRANTY REQUIREMENTS WR 1. Basic Provisions WR 1.1 Warranty Requirements WR 1.1.1 Contractor Warranty Warranties in this document are in addition to any statutory remedies or warranties imposed on the Contractor. Consistent with this requirement, the Contractor warrants and guarantees to the CFC-Transfort each complete bus and specific subsystems and components as follows. Performance requirements based on design criteria shall not be deemed a warranty item. WR 1.1.2 Complete Bus The complete bus, propulsion system, components, major subsystems and body and chassis structure are warranted to be free from Defects and Related Defects for one year or 50,000 miles, whichever comes first, beginning on the date of revenue service but not longer than 15 days after acceptance under “Inspection, Testing and Acceptance.” The warranty is based on regular operation of the bus under the operating conditions prevailing in the CFC-Transfort locale. WR 1.1.3 Body and Chassis Structure Body, body structure, structural elements of the suspension and engine cradle are warranted to be free from Defects and Related Defects for three years or 150,000 miles, whichever comes first. Primary load-carrying members of the bus structure, including structural elements of the suspension, are warranted against corrosion failure and/or Fatigue Failure sufficient to cause a Class 1 or Class 2 Failure for a period of 12 years or 500,000 miles, whichever comes first. WR 1.1.4 Propulsion System Propulsion system components, including the engine, transmission or drive motors, and drive and non-drive axles shall be warranted to be free from Defects and Related Defects for the standard two years or 100,000 miles, whichever comes first, unless a particular manufacturer (i.e. engine) offers a more advantageous standard warranty. An Extended Warranty to a maximum of five years or 300,000 miles, whichever comes first, may be purchased at an additional cost. The propulsion system manufacturer’s standard warranty, delineating items excluded from the Extended Warranty, should be submitted in accordance with the with the Form for Proposal Deviation. WR 1.1.5 Emission Control System (ECS) The Contractor warrants the emission control system for five years or 250,000 miles, whichever comes first. The ECS shall include, but is not limited to, the following components: RFP 8446 Transfort Bus Procurement 207 • complete exhaust system, including catalytic converter (if required), and turbo charger • after treatment device • components identified as emission control devices WR 1.1.6 Subsystems Other subsystems shall be warranted to be free from Defects and Related Defects for two years or 100,000 miles, whichever comes first. Other subsystems are listed below: • Brake system: Foundation brake components, including advancing mechanisms, as supplied with the axles, excluding friction surfaces. • Destination signs: All destination sign equipment for the front, side and rear signs, power modules and operator control. • Heating, ventilating: Roof and/or rear main unit only, excluding floor heaters and front defroster. • AC unit and compressor: Roof and/or rear main unit only, excluding floor heaters and front defroster. • Door systems: Door operating actuators and linkages. • Air compressor. • Air dryer. • Wheelchair lift and ramp system: Lift and/or ramp parts and mechanical only. • Starter. • Alternator: Alternator only. Does not include the drive system. • Charge air cooler: Charge air cooler including core, tanks and including related surrounding framework and fittings. • Fire suppression: Fire suppression system including tank and extinguishing agent dispensing system. • Hydraulic systems: Including radiator fan drive and power steering as applicable. • Engine cooling systems: o Radiator including core, tanks and related framework, including surge tank. o Transmission cooler. • Passenger seating excluding upholstery. • Fuel storage and delivery system. • Surveillance system including cameras and video recorders. o If systems are pre-wired at the manufacturer location, the manufacturer shall warranty the wiring and any installation. The CFC-Transfort will have the option to have an equipment testing session at the bus manufacturer to ensure equipment will function appropriately once installed at the CFC- Transfort site ahead of the bus being delivered to the agency location. RFP 8446 Transfort Bus Procurement 208 • Flooring: Flooring material shall be warrantied for 12 years against materials defect. WR 1.1.7 Extended Warranty The CFC-Transfort requests Proposers to provide on the Pricing Proposal Form any other potential advantageous extended warranties given the technical specification requirements identified in Section 6. WR 1.1.8 Serial Numbers Upon delivery of each bus, the Contractor shall provide a complete electronic list of serialized units installed on each bus to facilitate warranty tracking. The list shall include, but is not limited to the following: • engine • transmission • alternator • starter • A/C compressor and condenser/evaporator unit • drive axle • power steering unit • fuel cylinders (if applicable) • air compressor • wheelchair ramp (if applicable) The Contractor shall provide updated serial numbers resulting from warranty campaigns. The format of the list shall be approved by the CFC-Transfort prior to delivery of the first production bus. WR 1.1.9 Extension of Warranty If, during the warranty period, repairs or modifications on any bus are made necessary by defective design, materials or workmanship but are not completed due to lack of material or inability to provide the proper repair for thirty (30) calendar days, then the applicable warranty period shall be extended by the number of days equal to the delay period. WR 1.2 Exceptions and Additions to Warranty The warranty shall not apply to the following items: • scheduled maintenance items • normal wear-out items • items furnished by the CFC-Transfort Should the CFC-Transfort require the use of a specific product and has rejected the Contractor’s request for an alternate product, then the standard Supplier warranty for that RFP 8446 Transfort Bus Procurement 209 product shall be the only warranty provided to the CFC-Transfort. This product will not be eligible under “Fleet Defects,” below. The Contractor shall not be required to provide warranty information for any warranty that is less than or equal to the warranty periods listed. WR 1.2.1 Pass-Through Warranty Should the Contractor elect to not administer warranty claims on certain components and wish to transfer this responsibility to the sub-suppliers, or to others, the Contractor shall request this waiver. Contractor shall state in writing that the CFC-Transfort warranty reimbursements will not be impacted. The Contractor also shall state in writing any exceptions and reimbursement including all costs incurred in transport of vehicles and/or components. At any time during the warranty period, the Contractor may request approval from the CFC-Transfort to assign its warranty obligations to others, but only on a case-by-case basis approved in writing by the CFC-Transfort. Otherwise, the Contractor shall be solely responsible for the administration of the warranty as specified. Warranty administration by others does not eliminate the warranty liability and responsibility of the Contractor. WR 1.2.2 Superior Warranty The Contractor shall pass on to the CFC-Transfort any warranty offered by a component Supplier that is superior to that required herein. The Contractor shall provide a list to the CFC-Transfort noting the conditions and limitations of the Superior Warranty not later than the start of production. The Superior Warranty shall not be administered by the Contractor. WR 1.3 Fleet Defects WR 1.3.1 Occurrence and Remedy A Fleet Defect is defined as cumulative failures of twenty-five (25) percent of the same components in the same or similar application where such items are covered by warranty. A Fleet Defect shall apply only to the base warranty period in sections entitled “Complete Bus,” “Propulsion System” and “Major Subsystems.” When a Fleet Defect is declared, the remaining warranty on that item/component stops. The warranty period does not restart until the Fleet Defect is corrected. For the purpose of Fleet Defects in relation to the CFC-Transfort procurement design, all similar manufacturer, model and size (length) bus orders delivered by year (i.e: 2016 deliveries) shall be treated as a separate bus fleet. In addition, should there be a change in a major component over the five year contract period, the buses containing the new major component shall become a separate bus fleet for the purposes of Fleet Defects. The Contractor shall correct a Fleet Defect under the warranty provisions defined in “Repair Procedures.” After correcting the Defect, the CFC-Transfort and the Contractor shall mutually agree to and the Contractor shall promptly undertake and complete a work program reasonably designed to prevent the occurrence of the same Defect in all other buses and spare parts purchased under this Contract. Where the specific Defect can be solely attributed to particular identifiable part(s), the work program shall RFP 8446 Transfort Bus Procurement 210 include redesign and/or replacement of only the defectively designed and/or manufactured part(s). In all other cases, the work program shall include inspection and/or correction of all the buses in the fleet via a mutually agreed-to arrangement. The Contractor shall update, as necessary, technical support information (parts, service and operator’s manuals) due to changes resulting from warranty repairs. The CFC-Transfort may immediately declare a Defect in design resulting in a safety hazard to be a Fleet Defect. The Contractor shall be responsible to furnish, install and replace all defective units. WR 2. Repair Procedures WR 2.1 Repair Performance The Contractor is responsible for all warranty-covered repair work. To the extent practicable, the CFC-Transfort will allow the Contractor or its designated representative to perform such work. At its discretion, the CFC-Transfort may perform such work if it determines it needs to do so based on transit service or other requirements. Such work shall be reimbursed by the Contractor. WR 2.2 Repairs by the Contractor If the CFC-Transfort detects a Defect within the warranty periods defined in this section, it shall, within thirty (30) days, notify the Contractor’s designated representative. The Contractor or its designated representative shall, if requested, begin work on warranty- covered repairs within five (5) calendar days after receiving notification of a Defect from the CFC-Transfort. The CFC-Transfort shall make the bus available to complete repairs timely with the Contractor’s repair schedule. The Contractor shall provide at its own expense all spare parts, tools and space required to complete repairs. At the CFC-Transfort option, the Contractor may be required to remove the bus from the CFC-Transfort property while repairs are being effected. If the bus is removed from the CFC-Transfort property, then repair procedures must be diligently pursued by the Contractor’s representative. WR 2.3 Repairs by the Agency WR 2.3.1 Parts Used If the CFC-Transfort performs the warranty-covered repairs, then it shall correct or repair the Defect and any Related Defects utilizing parts supplied by the Contractor specifically for this repair. At its discretion, the CFC-Transfort may use Contractor- specified parts available from its own stock if deemed in its best interests. WR 2.3.2 Contractor-Supplied Parts The CFC-Transfort may require that the Contractor supply parts for warranty- covered repairs being performed by the CFC-Transfort. Those parts may be remanufactured but shall have the same form, fit and function, and warranty. The parts shall be shipped prepaid to the CFC-Transfort from any source selected by the Contractor within 72 hours of receipt of the request for said parts and shall not be subject to a CFC-Transfort handling charge. WR 2.3.3 Defective Component Return The Contractor may request that parts covered by the warranty be returned to the manufacturing plant. The freight costs for this action shall be paid by the Contractor. RFP 8446 Transfort Bus Procurement 211 Materials should be returned in accordance with the procedures outlined in “Warranty Processing Procedures.” WR 2.3.4 Failure Analysis The Contractor shall, upon specific request of the CFC-Transfort, provide a failure analysis of Fleet Defect or safety-related parts, or major components, removed from buses under the terms of the warranty that could affect fleet operation. Such reports shall be delivered within 60 days of the receipt of failed parts. WR 2.3.5 Reimbursement for Labor and Other Related Costs The CFC-Transfort shall be reimbursed by the Contractor for labor. The amount shall be determined by the CFC-Transfort for a qualified mechanic at a straight time wage rate of $97.00 per hour, which includes fringe benefits and overhead adjusted for the CFC- Transfort member agencies’ most recently published rates in effect at the time the work is performed, plus the cost of towing in the bus, if such action was necessary. *Please note, the cost will be $97.00 per hour in the first year of the contract and increase each year by the same amount as the increase of the Consumer Price Index, Denver- Boulder-Greeley, as posted by the Bureau of Labor and Statistics, Mountain–Plains Information Office. WR 2.3.6 Reimbursement for Parts The CFC-Transfort shall be reimbursed by the Contractor for defective parts and for parts that must be replaced to correct the Defect. The reimbursement shall be at the current price at the time of repair. Handling costs shall not be paid if parts are supplied by the Contractor and shipped to the CFC-Transfort. WR 2.3.7 Reimbursement Requirements The Contractor shall respond to the warranty claim with an accept/reject decision including necessary failure analysis no later than sixty (60) days after the CFC- Transfort submits the claim and defective part(s), when requested. Reimbursement for all accepted claims shall occur no later than sixty (60) days from the date of acceptance of a valid claim. The CFC-Transfort may dispute rejected claims or claims for which the Contractor did not reimburse the full amount. The parties agree to review disputed warranty claims during the following quarter to reach an equitable decision to permit the disputed claim to be resolved and closed, of which the CFC-Transfort Program Administrator will be involved. The parties also agree to review all claims at least once per quarter throughout the entire warranty period to ensure that open claims are being tracked and properly dispositioned. This review will also involve the CFC-Transfort Program Administrator. WR 2.4 Warranty after Replacement/Repairs If any component, unit or subsystem is repaired, rebuilt or replaced by the Contractor or by the CFC-Transfort with the concurrence of the Contractor, then the component, unit or subsystem shall have the unexpired warranty period of the original. Repairs shall not be warranted if Contractor-provided or authorized parts are not used for the repair, unless the Contractor has failed to respond within five days, in accordance with “Repairs by the Contractor.” If an item is declared to be a Fleet Defect, then the warranty stops with the declaration of the Fleet Defect. Once the Fleet Defect is corrected, the item(s) shall have three (3) months or remaining time and/or miles of the original warranty, whichever is greater. This RFP 8446 Transfort Bus Procurement 212 remaining warranty period shall begin on the repair/replacement date for corrected items on each bus if the repairs are completed by the Contractor or on the date the Contractor provides all parts to the CFC-Transfort. WR 2.4.1 Warranty Processing Procedures The following list represents requirements by the Contractor to the CFC-Transfort for processing warranty claims. One failure per bus per claim is allowed. • bus number and VIN • total vehicle life mileage at time of repair • date of failure/repair • acceptance/in-service date • Contractor part number and description • component serial number • description of failure • all costs associated with each failure/repair (invoices may be required for third- party costs): • towing • road calls • labor • materials • parts • handling • troubleshooting time WR 2.5 Forms The CFC-Transfort forms will be accepted by the Contractor if all of the above information is included. Electronic submittal may be used if available between the Contractor and the CFC-Transfort. WR 2.6 Return of Parts When returning defective parts to the Contractor, the CFC-Transfort shall tag each part with the following: • bus number and VIN • claim number • part number • serial number (if available) WR 2.7 Timeframe Each claim must be submitted no more than ninety (90) days from the date of failure and/or repair, whichever is later. All defective parts must be returned to the Contractor, when requested, no more than ninety (90) days from the date of repair. RFP 8446 Transfort Bus Procurement 213 WR 2.8 Reimbursements Reimbursements are to be transmitted to the CFC-Transfort address specified in the individual purchase agreement between the agency and the Contractor. RFP 8446 Transfort Bus Procurement 214 SECTION 8: QUALITY ASSURANCE QA 1. Contractor’s In-Plant Quality Assurance Requirements QA 1.1 Quality Assurance Organization QA 1.1.1 Organization Establishment The Contractor shall establish and maintain an effective in-plant quality assurance organization. It shall be a specifically defined organization and should be directly responsible to the Contractor’s top management. QA 1.1.2 Control The quality assurance organization shall exercise quality control over all phases of production, from initiation of design through manufacture and preparation for delivery. The organization shall also control the quality of supplied articles. QA 1.1.3 Authority and Responsibility The quality assurance organization shall have the authority and responsibility for reliability, quality control, inspection planning, establishment of the quality control system, and acceptance/rejection of materials and manufactured articles in the production of the transit buses. QA 1.2 Quality Assurance Organization Functions QA 1.2.1 Minimum Functions The quality assurance organization shall include the following minimum functions: • Work instructions: The quality assurance organization shall verify inspection operation instructions to ascertain that the manufactured product meets all prescribed requirements. • Records maintenance: The quality assurance organization shall maintain and use records and data essential to the effective operation of its program. These records and data shall be available for review by the resident inspectors. Inspection and test records for this procurement shall be available for a minimum of one year after inspections and tests are completed. • Corrective action: The quality assurance organization shall detect and promptly ensure correction of any conditions that may result in the production of defective transit buses. These conditions may occur in designs, purchases, manufacture, tests or operations that culminate in defective supplies, services, facilities, technical data or standards. QA 1.2.2 Basic Standards and Facilities The following standards and facilities shall be basic in the quality assurance process: • Configuration control: The Contractor shall maintain drawings, assembly procedures and other documentation that completely describe a qualified bus that meets all of the options and special requirements of this procurement. The quality assurance organization shall verify that each transit bus is manufactured in accordance with these controlled drawings, procedures and documentation. • Measuring and testing facilities: The Contractor shall provide and maintain the necessary gauges and other measuring and testing devices for use by the quality RFP 8446 Transfort Bus Procurement 215 assurance organization to verify that the buses conform to all specification requirements. These devices shall be calibrated at established periods against certified measurement standards that have known, valid relationships to national standards. • Production tooling as media of inspection: When production jigs, fixtures, tooling masters, templates, patterns and other devices are used as media of inspection, they shall be proved for accuracy at formally established intervals and adjusted, replaced or repaired as required to maintain quality. • Equipment use by resident inspectors: The Contractor’s gauges and other measuring and testing devices shall be made available for use by the resident inspectors to verify that the buses conform to all specification requirements. If necessary, the Contractor’s personnel shall be made available to operate the devices and to verify their condition and accuracy. QA 1.2.3 Maintenance of Control The Contractor shall maintain quality control of purchases: • Supplier control: The Contractor shall require each Supplier to maintain a quality control program for the services and supplies that it provides. The Contractor’s quality assurance organization shall inspect and test materials provided by Suppliers for conformance to specification requirements. Materials that have been inspected, tested and approved shall be identified as acceptable to the point of use in the manufacturing or assembly processes. Controls shall be established to prevent inadvertent use of nonconforming materials. • Purchasing data: The Contractor shall verify that all applicable specification requirements are properly included or referenced in purchase orders of articles to be used on transit buses. QA 1.2.4 Manufacturing Control • Controlled conditions: The Contractor shall ensure that all basic production operations, as well as all other processing and fabricating, are performed under controlled conditions. Establishment of these controlled conditions shall be based on the documented Work instructions, adequate production equipment and special working environments if necessary. • Completed items: A system for final inspection and test of completed transit buses shall be provided by the quality assurance organization. It shall measure the overall quality of each completed bus. • Nonconforming materials: The quality assurance organization shall monitor the Contractor’s system for controlling nonconforming materials. The system shall include procedures for identification, segregation and disposition. • Statistical techniques: Statistical analysis, tests and other quality control procedures may be used when appropriate in the quality assurance processes. • Inspection status: A system shall be maintained by the quality assurance organization for identifying the inspection status of components and completed transit buses. Identification may include cards, tags or other normal quality control devices. RFP 8446 Transfort Bus Procurement 216 QA 1.2.5 Inspection System The quality assurance organization shall establish, maintain and periodically audit a fully documented inspection system. The system shall prescribe inspection and test of materials, work in process and completed articles. As a minimum, it shall include the following controls: • Inspection personnel: Sufficient trained inspectors shall be used to ensure that all materials, components and assemblies are inspected for conformance with the qualified bus design. • Inspection records: Acceptance, rework or rejection identification shall be attached to inspected articles. Articles that have been accepted as a result of approved materials review actions shall be identified. Articles that have been reworked to specified drawing configurations shall not require special identification. Articles rejected as unsuitable or scrap shall be plainly marked and controlled to prevent installation on the bus. Articles that become obsolete as a result of engineering changes or other actions shall be controlled to prevent unauthorized assembly or installation. Unusable articles shall be isolated and then scrapped. Discrepancies noted by the Contractor or resident inspectors during assembly shall be entered by the inspection personnel on a record that accompanies the major component, subassembly, assembly or bus from start of assembly through final inspection. Actions shall be taken to correct discrepancies or deficiencies in the manufacturing processes, procedures or other conditions that cause articles to be in nonconformity with the requirements of the Contract specifications. The inspection personnel shall verify the corrective actions and mark the discrepancy record. If discrepancies cannot be corrected by replacing the nonconforming materials, then the City of Fort Collins shall approve the modification, repair or method of correction to the extent that the Contract specifications are affected. Inspection Records should note all dates of inspection. • Quality assurance audits: The quality assurance organization shall establish and maintain a quality control audit program. Records of this program shall be subject to review by the City of Fort Collins. QA 2. Inspection QA 2.1 Inspection Stations Inspection stations shall be at the best locations to provide for the work content and characteristics to be inspected. Stations shall provide the facilities and equipment to inspect structural, electrical, hydraulic and other components and assemblies for compliance with the design requirements. Stations shall also be at the best locations to inspect or test characteristics before they are concealed by subsequent fabrication or assembly operations. These locations shall minimally include underbody structure completion, body framing completion, body prior to paint preparation, water test, engine installation completion, underbody dress- up and completion, bus prior to final paint touchup, bus prior to road test and bus final road test completion. RFP 8446 Transfort Bus Procurement 217 QA 2.2 Resident Inspectors QA 2.2.1 Resident Inspector’s Role The City of Fort Collins may (depending on quantity purchased) be represented at the Contractor’s plant by resident inspectors, as required by FTA. Resident inspectors may be City of Fort Collins employees or outside contractors. The City of Fort Collins shall provide the identity of each inspector and shall also identify his or her level of authority in writing. They shall monitor, in the Contractor’s plant, the manufacture of transit buses built under the procurement. The presence of these resident inspectors in the plant shall not relieve the Contractor of its responsibility to meet all the requirements of this procurement. The City of Fort Collins shall designate a primary resident inspector, whose duties and responsibilities are delineated in “Pre-Production Meetings,” “Authority” and “Pre-Delivery Tests,” below. Contractor and resident inspector relations shall be governed by the guidelines included as Attachment A to this section. QA 2.2.2 Pre-Production Meetings The primary resident inspector may participate in design review and Pre-Production Meetings with the City of Fort Collins. At these meetings, the configuration of the buses and the manufacturing processes shall be finalized, and all Contract documentation provided to the inspector. No less than thirty (30) days prior to the beginning of bus manufacture, the primary resident inspector may meet with the Contractor’s quality assurance manager and may conduct a pre-production audit meeting. They shall review the inspection procedures and finalize inspection checklists. The resident inspectors may begin monitoring bus construction activities two weeks prior to the start of bus fabrication. QA 2.2.3 Authority Records and data maintained by the quality assurance organization shall be available for review by the resident inspectors. Inspection and test records for this procurement shall be available for a minimum of one year after inspections and tests are completed. The Contractor’s gauges and other measuring and testing devices shall be made available for use by the resident inspectors to verify that the buses conform to all specification requirements. If necessary, the Contractor’s personnel shall be made available to operate the devices and to verify their condition and accuracy. Discrepancies noted by the resident inspector during assembly shall be entered by the Contractor’s inspection personnel on a record that accompanies the major component, subassembly, assembly or bus from start of assembly through final inspection. Actions shall be taken to correct discrepancies or deficiencies in the manufacturing processes, procedures or other conditions that cause articles to be in nonconformity with the requirements of the Contract specifications. The inspection personnel shall verify the corrective actions and mark the discrepancy record. If discrepancies cannot be corrected by replacing the nonconforming materials, then the City of Fort Collins shall approve the modification, repair or method of correction to the extent that the Contract specifications are affected. The primary resident inspector shall remain in the Contractor’s plant for the duration of bus assembly work under this Contract. Only the primary resident inspector or designee shall be authorized to release the buses for delivery. The resident inspectors shall be authorized to approve the pre-delivery acceptance tests. Upon request to the quality assurance RFP 8446 Transfort Bus Procurement 218 supervisors, the resident inspectors shall have access to the Contractor’s quality assurance files related to this procurement. These files shall include drawings, assembly procedures, material standards, parts lists, inspection processing and reports, and records of Defects. QA 2.2.4 Support Provisions The Contractor shall provide office space for the resident inspectors in close proximity to the final assembly area. This office space shall be equipped with desks, outside and interplant telephones, Internet access, file cabinet and chairs. QA 2.2.5 Compliance with Safety Requirements At the time of the Pre-Production Meeting, the Contractor shall provide all safety and other operational restrictions that govern the Contractor’s facilities. These issues will be discussed and the parties will agree which rules/restrictions will govern the City of Fort Collins’s inspector(s) and any other City of Fort Collins representatives during the course of the Contract. QA 3. Acceptance Tests QA 3.1 Responsibility Fully documented tests shall be conducted on each production bus following manufacture to determine its acceptance to the City of Fort Collins. These acceptance tests shall include pre-delivery inspections and testing by the Contractor and inspections and testing by the City of Fort Collins after the buses have been delivered. QA 3.2 Pre-Delivery Tests The Contractor shall conduct acceptance tests at its plant on each bus following completion of manufacture and before delivery to the City of Fort Collins. These pre-delivery tests shall include visual and measured inspections, as well as testing the total bus operation. The tests shall be conducted and documented in accordance with written test plans approved by the City of Fort Collins. Additional tests may be conducted at the Contractor’s discretion to ensure that the completed buses have attained the required quality and have met the requirements in “Section 6: Technical Specifications.” The City of Fort Collins may, prior to commencement of production, demand that the Contractor demonstrate compliance with any requirement in that section if there is evidence that prior tests have been invalidated by the Contractor’s change of Supplier or change in manufacturing process. Such demonstration shall be by actual test, or by supplying a report of a previously performed test on similar or like components and configuration. Any additional testing shall be recorded on appropriate test forms provided by the Contractor and shall be conducted before acceptance of the bus. The pre-delivery tests shall be scheduled and conducted with thirty (30) days’ notice so that they may be witnessed by the resident inspectors, who may accept or reject the results of the tests. The results of pre-delivery tests, and any other tests, shall be filed with the assembly inspection records for each bus. The underfloor equipment shall be available for inspection by the resident inspectors, using a pit or bus hoist provided by the Contractor. A hoist, scaffold or elevated platform shall be provided by the Contractor to easily and safely inspect bus roofs. Delivery of each bus shall require written authorization of the primary resident inspector. Authorization forms for the release of RFP 8446 Transfort Bus Procurement 219 each bus for delivery shall be provided by the Contractor. An executed copy of the authorization shall accompany the delivery of each bus. QA 3.2.1 Visual and Measured Inspections Visual and measured inspections shall be conducted with the bus in a static condition. The purpose of the inspection testing includes verification of overall dimension and weight requirements, that required components are included and are ready for operation, and that components and subsystems designed to operate with the bus in a static condition do function as designed. QA 3.2.2 Total Bus Operation Total bus operation shall be evaluated during road tests. The purpose of the road tests is to observe and verify the operation of the bus as a system and to verify the functional operation of the subsystems that can be operated only while the bus is in motion. Each bus shall be driven for a minimum of thirty (30) miles during the road tests. If requested, computerized diagnostic printouts showing the performance of each bus shall be produced and provided to the City of Fort Collins. Observed Defects shall be recorded on the test forms. The bus shall be retested when Defects are corrected and adjustments are made. This process shall continue until Defects or required adjustments are no longer detected. QA 4. Agency-Specific Requirements The City of Fort Collins requires that copies of all related Quality Assurance documents accompany each bus ordered upon delivery. The City of Fort Collins are to be provided the option to visit the Manufacturer’s site at 95% bus completion or prepaint. This allows City of Fort Collins to go through the build sheet and ensure all requirements are being met independent of the Manufacturer and resident inspector quality assurance provisions required in the above sections. Attachment A: New Bus Manufacturing Inspection Guidelines Pre-Production Meeting Responsibilities City of Fort Collins • Provides conformed copy of technical requirements. • Recommended staff to be involved may include the following: o Project manager o Technical engineer o Quality assurance administrator o Warranty administrator • Process for inspector’s role (to deal with City of Fort Collins) for negotiated changes after freeze date. • Contractual requirements: o Milestones o Documentation o Title requirements RFP 8446 Transfort Bus Procurement 220 o Deliverables o Payments o Reliability tracking Manufacturer • Identifies any open issues. • Recommended staff to be involved may include the following: o Project manager o Technical engineer(s) o Quality assurance administrator o Warranty administrator • Production flow (buses/week, shifts). • Delivery schedule and offsite component build-up schedule. • Bus QA documentation (including supplier application approvals and/or any certifications required for the specific production). • Communication flow/decision making. Inspector (if needed per FTA requirements or City of Fort Collins) • Agree on decisions inspectors can and cannot make. • Primary contact for problems, etc. • Production flow process (description of manufacturing by station). • Factory hours (manage inspection schedule based on production hours). • Plant rules. • Safety requirements. • Orientation requirements. • Work environment. • Inspector’s office space (per contract). Build Schedule The bus manufacturer’s contract administrator shall supply a fleet build production schedule based on the dates in the City of Fort Collins Purchase Agreement / Purchase Order, and a description of the manufacturer’s schedule for plant operations. The production schedule should contain specific milestone dates, such as the following: • First vehicle on production line (date on which any work will begin). • First vehicle off production line. • First vehicle through manufacturer’s quality assurance inspections. • First vehicle shipped to the City of Fort Collins. • Last vehicle on production line. RFP 8446 Transfort Bus Procurement 221 • Last vehicle off production line. • Last vehicle shipped to the City of Fort Collins. Plant Tour (if Meeting at OEM’s Location) The City of Fort Collins will review the entire process from start to finish and review the work completed at each line station, including quality control measures. City of Fort Collins is to be provided the option to visit the Manufacturer’s site at 95% bus completion or prepaint. This allows City of Fort Collins to go through the build sheet and ensure all requirements are being met independent of the Manufacturer and resident inspector quality assurance provisions required in the above sections. Resident Inspection Process for Serial Production At the discretion of the City of Fort Collins, a decision may be made to perform resident inspection using the City of Fort Collins’s personnel, a contract inspector, or a combination of both. The decision is based on factors such as the availability of personnel, knowledge/expertise in bus build project management, the size of the bus order, etc. Inspector Responsibilities The resident inspection process for the serial production of the buses begins according to the serial bus production schedule. Resident inspectors should represent the City of Fort Collins for all build-related issues (quality, conformance, etc.). Resident inspectors can also address contractual type issues but should only do so under the consult of the City of Fort Collins. Resident inspectors are sent to the manufacturer’s facility according to a Resident Inspection Schedule. Typically, one or two inspectors arrive onsite at the manufacturing facility about one week prior to actual production to setup the resident inspection process and to begin preliminary quality assurance inspections for items such as power plant build-up and wire harness production, and to inspect incoming parts, fasteners, fluids, etc., that will be used in the production of the buses. During the serial production of the buses, the resident inspectors should monitor the production of each bus, verifying the quality of materials, components, sub-assemblies and manufacturing standards. In addition, the configuration of each vehicle should be audited using the vehicle manufacturer’s Build Specification and other documents to ensure contract compliance and uniformity. Inspector Rotation/Scheduling During the resident inspection phase, a single inspector or multiple inspectors could be used. If it is decided to use multiple inspectors, then the inspectors could be rotated on a biweekly to monthly basis as required. During the rotation of inspectors, a sufficient period of overlap should be provided to guarantee the consistency of the resident inspection process. Resident Inspector Orientation A resident inspector orientation by the bus manufacturer should take place upon the arrival of the initial inspection team. The orientation should include expectations for the use of personal protective equipment (safety shoes, safety glasses, etc.), daily check-in and check-out requirements, lines of communication, use of production documents such as speed memos and line movement charts, inspector/production meetings, inspector office arrangements, and anything else pertinent to the inspection team’s involvement during the build. Many of the above items should already be formalized during the Pre-Production Meeting. RFP 8446 Transfort Bus Procurement 222 Audits, Inspections and Tests The resident inspection process monitors the production of each vehicle. Inspection stations should be strategically placed to test or inspect components or other installations before they are concealed by subsequent fabrication or assembly operations. These locations typically are placed for the inspection of underbody structure, body framing, electrical panels and harnesses, air and hydraulic line routings, installation of insulation, power plant build-up and installation, rust inhibitor/undercoating application, floor installation, front suspension alignment, and other critical areas. Vehicle Inspections Each bus is subjected to a series of inspections after the bus reaches the point of final completion on the assembly line. Typically, the vehicle manufacturer performs its own quality assurance inspections following assembly line completion before releasing each bus to the resident inspectors. The inspections for each vehicle are documented, signed off upon passing and included in the vehicle record. These are the typical inspections performed on each bus by the resident inspectors: • Water test inspection • Road test inspection • Interior inspection (including functionality) • Hoist/undercarriage inspection • Exterior inspection (including roof) • Electrical inspection • Wheelchair ramp/lift inspection Water Test Inspection The water test inspection checks the integrity of the vehicle’s body seams, window frame seals and other exterior component close-outs for their ability to keep rainwater, road splash, melting snow and slush, and other exterior water from entering the inside of the vehicle. The vehicle’s interior is inspected for signs of moisture and water leaks. To perform the leak inspection, interior ceiling and side panels are removed, and access doors are opened. If any moisture or water is detected, then the source of the leak will be located and repaired by the manufacturer, and the vehicle will be tested again. Road Test Inspection The road test inspection checks all the vehicle’s systems and subsystems while the vehicle is in operation. Typically, the road test inspection is performed immediately following the water test inspection to reveal any standing water that may be present due to a leak, but was not noticed during the “static” water test. Objectionable vibrations, air leakage and other factors that affect ride quality are recorded and reported to the vehicle manufacturer for resolution. Vehicle stability, performance, braking and interlock systems, HVAC, and other critical areas are checked to ensure that the vehicle is complete and ready to provide safe and reliable service. The following tests may be performed and recorded during the road test: • Acceleration test • Top speed test • Gradability test RFP 8446 Transfort Bus Procurement 223 • Service brake test • Parking brake test • Turning effort test • Turning radius test • Shift quality • Quality of retarder or regenerative braking action During the road test, a vehicle may be taken to a weigh station to record the vehicle’s front axle weight, rear axle weight and total vehicle (curb) weight. Interior Inspection The interior inspection checks the fit and finish of the interior installations. In addition, the inspection also verifies the installation and function of systems and subsystems according to the Build Specification. All systems and functions accessed from the interior are inspected for functionality, appearance and safety. Examples of systems/functions inspected include the following: • Interior and exterior lighting controls • Front and rear door systems • Flooring installation • Passenger and operator’s seat systems • Wheelchair securement and ramp systems • Fire suppression system • Electrical installations (multiplex, tell-tale wiring, panels, etc.) • Window systems and emergency escape portals • Operator dash/side panel controls/indicators Hoist/Undercarriage Inspection The hoist/undercarriage inspection checks the installation of components, wiring, air lines, presence of fluid leaks, etc., located under the vehicle. Typically, this inspection is performed following the road test. The vehicle is lifted onto a hoist or pulled over a pit for the inspection. Areas inspected are the front suspension, air bags, air line routings, electrical connections and routings, drivetrain components, linkages and any other system or component that may be prone to early failure due to inadequate installation techniques. All lines, cables, hoses, etc., are inspected for proper securement and protection to prevent rubbing, chafing or any other condition that could result in a failure. The engine/powerplant and HVAC compartments are also inspected during this time. Exterior Inspection The exterior inspection checks the fit and finish of components installed on the exterior of the vehicle. Access panels are opened and accessories are inspected for proper installation. In addition, vehicle paint, graphics and proper decals are also inspected. RFP 8446 Transfort Bus Procurement 224 Acceptable paint finish quality (orange peel, adhesion, etc.) should be agreed on with the vehicle manufacturer prior to production to ensure consistency of inspections. Electrical Inspection The vehicle’s main electrical panels and other subpanels are inspected for proper components, to include relays, fuses, modules, terminal strips, decals, etc. In addition, electrical harnesses are inspected for proper wiring and termination techniques, bulkhead protection, looming and other items that could result in future electrical failure. On board vehicle compartment schematics are verified for accuracy. Wheelchair Ramp Inspection The wheelchair ramp assembly is inspected for proper installation and performance. Clearances critical to the operation of the ramp are verified, and the ramp’s electrical systems are inspected to ensure appropriate wire routings and protection. The successful integration of the ramp assembly into the vehicle is verified, and the vehicle interlocks are checked during automatic and manual ramp operation. Audits During serial production of the bus’s quality assurance inspection, tests may be performed to ensure that the manufacturer’s quality standards are being followed. These inspection audits could be on items such as torque wrench calibrations, proper techniques for fastener installations, proper use and type of adhesives, use of correct installation drawings on the production line, etc. Communications The lines of communications, formal and informal, should be discussed and outlined in the Pre-Production Meeting. As previously discussed, resident inspectors should represent the City of Fort Collins for all bus-build related issues (quality, conformance, etc.). Resident inspectors can relay communications addressing contractual type issues but should do so only under the consult of the City of Fort Collins. Actual personnel contacts for the manufacturing facility should be established during resident inspector orientation. These contacts could include quality assurance, production, material handling, engineering and buy-off area personnel. Documentation The following documents/reports are typically generated during the bus build process: • Vehicle build specification • Sales order • Pre-Production Meeting notes • Prototype and production correspondence (vehicle build file) • Manufacturer’s vehicle record (Warranty file) • Vehicle line documents • Serialization documents (Warranty file) • Alignment verification • Brake testing • HVAC testing and checkout RFP 8446 Transfort Bus Procurement 225 • Manufacturer’s QA checklist and signoff • Weight slip (prototype and Warranty file) • Prototype performance tests document (vehicle build file) o Acceleration Test o Top Speed Test o Gradability Test o Interior Noise Test A- Stationary o Interior Noise Test B- Dynamic o Exterior Noise Test A- Pull Away o Exterior Noise Test B- Pass-By o Exterior Noise Test C- Curb Idle o Turning Radius Test o Turning Effort Test o Parking Brake Test o Service Brake Test • Vehicle acceptance inspections—production (Warranty file) o Water Test Inspection o Road Test Inspection Report o Interior Inspection Report o Hoist/Undercarriage Inspection Report o Exterior Inspection Report o Electrical Inspection Report o Wheelchair Inspection Report • Speed Memos (Warranty file) • City of Fort Collins Vehicle Inspection record (Warranty file) • Release for delivery documentation (Warranty file) • Post-Production Acceptance – Certificate of Acceptance (Accounting) • Post-Delivery Inspection Report – (Fleet Management & Warranty files) Buy America Audit A post-delivery Buy America audit is required for federally funded bus procurements (see 49 CFR Part 663 for additional information). The onsite resident inspectors are to monitor the production processes to verify compliance with final assembly requirements identified by the Buy America pre-award audit. This audit is to verify compliance with final assembly requirements and final documentation of Buy America compliance and must be completed prior to title transfer. RFP 8446 Transfort Bus Procurement 226 Vehicle Release for Delivery Upon satisfactory completion of all inspection, audit and test criteria, and resolution of any outstanding issues affecting the purchase of any or all buses, proper documentation (the Release for Delivery) is signed by the designated resident inspector authorizing the bus manufacturer to deliver the vehicle to the City of Fort Collins’s facility, where it will undergo a post-delivery inspection process and final acceptance. The satisfactory sign-off of the Release for Delivery should complete the resident inspector’s duties for each bus. In final preparation for delivery, the bus manufacturer may request the resident inspector to do a final walk-through of the bus after it has been cleaned and prepped for shipping. Post-Delivery and Final Acceptance The City of Fort Collins shall conduct acceptance tests on each delivered bus. These tests shall be completed within ten (10) business days after bus delivery and shall be conducted in accordance with the City of Fort Collins’s written test plans. The purpose of these tests is to identify defects that have become apparent between the time of bus release and delivery to the City of Fort Collins. The post-delivery tests shall include visual inspection, along with a verification of system(s) functionality and overall bus operations. No post-delivery test shall apply new criteria that are different from criteria applied in a pre-delivery test. The cost of delivery of the vehicles shall be included in the proposed bus pricing. Buses that fail to pass the post-delivery tests are subject to non-acceptance. The City of Fort Collins shall record details of all defects on the appropriate test forms and shall notify the Contractor of acceptance or non-acceptance of each bus within five days after completion of the tests. The defects detected during these tests shall be repaired according to procedures defined in the contract after non-acceptance. Certificate of Acceptance • Accepted • Not accepted: In the event that the bus does not meet all requirements for acceptance. The City of Fort Collins must identify reasons for non- acceptance and work with the OEM to develop a timeline of addressing the problem for a satisfactory resolution and redelivery. • Conditional acceptance: In the event that the bus does not meet all requirements for acceptance, the City of Fort Collins may conditionally accept the bus and place it into revenue service pending receipt of Contractor furnished materials and/or labor necessary to address the identified issue(s). RFP 8446 Transfort Bus Procurement 227 CER 1. Other Forms CER 1.1 Request for Clarification / Question This form must be used for requested clarifications or questions in regards to RFP# 8446. Please complete form as required and submit by deadline specified in Section 2. Request #: Proposer: RFP Section: Page: Question/clarification: City of Fort Collins response: RFP 8446 Transfort Bus Procurement 228 SECTION 9: FORMS AND CERTIFICATIONS CER 1. Proposer’s Checklist Package 1: Technical Proposal □ 1. Letter of Transmittal □ 2. Proposal Contents / Consideration (form) □ 3. Technical Proposal (including all required items specified in Section 2) □ 4. Adherence to Technical Specifications (form) □ 5. Form for Proposal Deviation (without price data) (form) □ 6. Vehicle Questionnaire (form) □ 7. Form for Acknowledgement of City of Fort Collins Alternative Required Equipment (form) □ 8. Production schedule and other Contract commitments for the duration of this Contract Package 2: Price Proposal □ 1. Letter of Transmittal □ 2. Proposal Contents / Consideration (form) □ 3. Pricing Proposal (form) □ 4. Form for Proposal Deviation (with price data) (form) □ 5. Explanation of Method for Price Adjustments of Base Pricing Proposed Package 3: Qualifications Package □ 1. Pre-Award Evaluation Data Form (form) □ 2. A copy of the three (3) most recent audited financial statements or a statement from the Proposer regarding how financial information may be reviewed by the City of Fort Collins □ 3. Letter for insurance □ 4. Engineering organization chart, engineering change control procedure, field modification process □ 5. Manufacturing facility plant layout, other contracts, staffing □ 6. Contractor Service & Parts Support Data (form) □ 7. Quality Assurance Program □ 8. References of last six (6) customer purchases / references of agencies – similar conditions RFP 8446 Transfort Bus Procurement 229 □ 9. Proposal Form (form) □ 10. Acknowledgement of Addenda (form) □ 11. All Federal Certifications: (forms) □ Buy America Certification □ Debarment and Suspension Certification for Prospective Contractor □ Debarment and Suspension Certification (Lower-Tier Covered Transaction) □ Non-Collusion Affidavit □ Lobbying Certification □ Certificate of Compliance with Bus Testing Requirement □ DBE Approval Certification □ Federal Motor Vehicle Safety Standards □ Certification of Compliance with the Americans with Disabilities Act of 1990 Package 4: Proprietary/Confidential Information 1. Proprietary/Confidential Information □ There may be items in the first three packages that are included in Package 4 because they are considered to be proprietary/confidential information. When this occurs, the Proposer must note that fact in packages 1 through 3. RFP 8446 Transfort Bus Procurement 230 PACKAGE 1 FORMS CER 2. Proposal Contents / Consideration Document Number: 8446 Proposers are to identify what size(s) and fuel type(s) the proposal submitted is to be considered for. □ 40 foot □ 35 foot □ 32 foot □ 30 foot □ 29 foot □ Compressed Natural Gas (CNG) RFP 8446 Transfort Bus Procurement 231 CER 3. ADHERENCE TO TECHNICAL SPECIFICATIONS Proposers are to complete this form with information to explain if the Section 6 Techni- cal Specification sections as defined below can be met, and if not, what deviations are proposed. Deviations are to be supported with information provided in the Form for Proposal Deviation. Please also note in this form if the Proposer exceeds speci- fications in any of the defined sections. 1. General Includes: • TS 4 Legal Requirements; • TS 5.3 Service Life; and • TS 5.4 Maintenance and Inspection Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): 2. General • TS 5.6 Training Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): 3. General Includes: • TS 5.7 Operating Environment; • TS 5.8 Noise; • TS 5.9 Fire Safety; and RFP 8446 Transfort Bus Procurement 232 • TS 5.10 Fire Suppression Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): 4. Dimensions • TS 6 Physical Size Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): 5. Vehicle Performance Includes: • TS 7 Power Requirements; and • TS 8 Fuel Economy Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): RFP 8446 Transfort Bus Procurement 233 6. Powerplant Includes: • TS 9 Engine; • TS 10 Cooling Systems; • TS 11 Transmission; • TS 12 Retarder; • TS 13 Mounting; • TS 14 Hydraulic Systems; • TS 15 Radiator; • TS 16 Oil and Hydraulic Lines; • TS 17 Fuel; and • TS 18 Emissions and Exhaust Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): 7. Structure Includes: • TS 19 General; • TS 20 Altoona Testing; • TS 21 Distortion; • TS 22 Resonance and Vibration; • TS 23 Corrosion; • TS 24 Towing; • TS 25 Jacking; • TS 26 Hoisting; • TS 27 Floor; • TS 28 Platforms; and • TS 29 Wheel Housing RFP 8446 Transfort Bus Procurement 234 Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): 8. Chassis Includes: • TS 30 Suspension; • TS 31 Wheels and Tires; • TS 32 Steering; • TS 33 Drive Axle; • TS 34 Turning Radius; • TS 35 Brakes; • TS 36 Interlocks; and • TS 37 Pneumatic System Proposer Meets Section Specifications Yes No 9. Electrical, Electronic and Data Communication Systems Includes: • TS 38 Overview; • TS 39 Environmental and Mounting Requirements; • TS 40 General Electrical Requirements; • TS 41 General Electronic Requirements; • TS 42 Multiplexing; and • TS 43 Data Communications Proposer Meets Section Specifications Yes RFP 8446 Transfort Bus Procurement 235 No Noted Deviations (list all section deviations for consideration here): 10. Driver Provisions, Controls and Instrumentation Includes: • TS 44 Driver’s Area Controls; • TS 45 Driver’s Amenities; • TS 46 Windshield Wipers and Washers; and • TS 47 Driver’s Seat Proposer Meets Section Specifications Yes No 11. Windows Includes: • TS 48 General; • TS 49 Windshield; • TS 50 Driver’s Side Window; and • TS 51 Side Windows Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): 12. Heating, Ventilating, and Air Conditioning Includes: • TS 52 Capacity and Performance; • TS 53 Controls and Temperature Uniformity; RFP 8446 Transfort Bus Procurement 236 • TS 54 Air Flow; • TS 55 Air Filtration; • TS 56 Roof Ventilators; • TS 57. Maintainability; • TS 58 Entrance/Exit Area Heating; and • TS 59 Floor-Level Heating Proposer Meets Section Specifications Yes No 13. Exterior Panels, Finishes and Exterior Lighting Includes: • TS 60 Design; • TS 61 Pedestrian Safety; • TS 62 Repair and Replacement; • TS 63 Rain Gutters; • TS 64 License Plate Provisions; • TS 65 Fender Skirts; • TS 66 Wheel Covers; • TS 67 Service Compartments and Access Doors; • TS 68 Bumpers; • TS 69 Finish and Color; • TS 70 Decals, Numbering and Signing; and • TS 71 Exterior Lighting Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): RFP 8446 Transfort Bus Procurement 237 14. Interior Panels and Finishes Includes: • TS 72 General Requirements; • TS 73 Interior Panels; • TS 74 Fare Collection; and • TS 75 Interior Access Panels and Doors Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): 15. Passenger Accommodations Includes: • TS 76 Passenger Seating; • TS 77 Passenger Assists; • TS 78 Passenger Doors; and • TS 79 Accessibility Provisions Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): 16. Signage and Communication Includes: • TS 80 Destination Signs; • TS 81 Passenger Information and Advertising; • TS 82 Passenger Stop Request / Exit Signal; RFP 8446 Transfort Bus Procurement 238 • TS 83 ITS / Communications Systems; and • TS 84 Event Data Recorders Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): 17. TS 86 Special Equipment Proposer Meets Section Specifications Yes No Noted Deviations (list all section deviations for consideration here): RFP 8446 Transfort Bus Procurement 239 CER 4. Form for Proposal Deviation (without price data) This form shall be completed for each condition, exception, reservation or understanding (i.e., Deviation) in the Proposal according to “Conditions, Exceptions, Reservations or Understandings.” One copy without any price/cost information is to be placed in the Technical Proposal as specified in “Technical Proposal Requirements,” and a separate copy with any price/cost information placed in the Price Proposal as specified in “Price Proposal Requirements.” Please note in your deviation if you exceed the specification, do not meet the specification, or are providing an alternative to the specification. Deviation No.: Contractor: RFP section: Page: Exceed Do Not Meet Provide Alternative Complete description of Deviation: Rationale (pros and cons): RFP 8446 Transfort Bus Procurement 240 CER 5. Vehicle Questionnaire This form must be completed and included in the Technical Proposal. GENERAL COACH DATA SHEET Bus manufacturer: Bus model: Understructure manufacturer: Model number: Basic Body Construction Type: Tubing or frame member thickness and dimensions Overstructure Understructure Skin thickness and material Roof Sidewall Skirt Panel Front end Rear end Dimensions Overall length Over bumpers ft in. Over body ft in. Overall width Over body excluding mirrors ft in. Over body including mirrors- driving position ft in. Over tires front axles ft in. Over tires center axle ft in. Over tires rear axles ft in. Overall height (maximum) ft in. Overall height (main roof line) ft in. Angle of approach deg Breakover angle deg Breakover angle (rear) deg Angle of departure deg Doorway Dimensions Front Rear Width between door posts in. in. Door width between panels in. in. RFP 8446 Transfort Bus Procurement 241 Clear door width in. in. Doorway height in. in. Knuckle clearance in. in. Step height from ground measured at center of doorway Front doorway, empty Ramp angle Rear Doorway, empty Kneeled a. in. R1 deg a. in. Unkneeled b. in. R2 deg b. in. Interior head room (center of aisle) Front axle location in. Center axle location in. Rear axle location in. Aisle width between transverse seats in. Floor height above ground (centerline of bus) At front door in. At front axle in. At drive axle in. At rear door in. Minimum ground clearance (between bus and ground, with bus unkneeled) Excluding axles in. Including axles in. Horizontal turning envelope (see diagram below) Outside body turning radius, TR0 (including bumper) ft in. Front inner corner radius, TR1 ft in. Front wheel inner turning radius, TR2 ft in. Front wheel outer turning radius, TR3 ft in. Inside Body Turning Radius innermost point, TR4 (including bumper) ft in. RFP 8446 Transfort Bus Procurement 242 Wheel base Front in. Rear in. Overhang, centerline of axle over bumper Front in. Rear in. Floor Interior length ft in. Interior width (excluding coving) ftin. Total standee area (approximately) ft in. Minimum distance between Front in. wheelhouses: Rear in. Center in. Maximum interior floor slope (from deg Horizontal) Passenger capacity provided Total maximum seating Standee capacity Minimum hip to knee room in. Minimum foot room in. RFP 8446 Transfort Bus Procurement 243 Weight No. of people Left Front axle Right Total Left Center axle Right Total Left Rear axle Right Total Total bus Empty bus, full fuel and farebox Fully seated, full fuel and farebox Fully loaded standee and fully seated, full fuel and farebox Crush load (1.5x fully loaded) GVWR GAWR Engine, main Manufacturer Type and weight rating Model number Bore in. Stroke in. Displacement in. Compression ratio Injector type and size Net SAE horsepower hp at RPM Net SAE torque lb/ft at RPM Crankcase oil capacity New engine, dry gal New engine, wet gal Turbocharger make and model Maximum speed, no load RPM Maximum speed, full load RPM Speed at idle RPM Speed at fast idle RPM Engine information/graphs to be attached with this form: Engine speed vs. road speed Torque vs. engine speed Horsepower vs. engine speed Fuel consumption vs. engine speed Vehicle speed vs. time (both loaded and unloaded) Vehicle speed vs. grade (both loaded and unloaded) Acceleration vs. time RFP 8446 Transfort Bus Procurement 244 Change of acceleration vs. time Hybrid drive or transmission Manufacturer Type Speeds Gear Ratios Shift Speeds Forward Reverse 1st-2nd mph 2nd-3rd mph 3rd-4th mph 4th-5th mph 5th-6th mph Fuel capacity (including heat exchanger and filters Voltage regulator Manufacturer Model Voltage equalizer Manufacturer Model Alternator Manufacturer Type Model Output at idle Output at Maximum Speed Maximum warranted speed Speed at Idle (approximately) Drive Type Starter motor Manufacturer Type Model Air compressor Manufaturer Type Rated Capacity CFM Capacity at idle (approximately) CFMs Capacity at maximum speed (engine) CFM Maximum warranted speed RPM Speed idle RPM Drive type Governor Cut-in pressure psi RFP 8446 Transfort Bus Procurement 245 Cut-out pressure psi Axles First Manufacturer Type Model Number Gross axle weight rating lbs Axle load lbs Second Manufacturer Type Model Number Gross axle weight rating lbs Axle load lbs Third Manufacturer Type Model Number Gross axle weight rating lbs Axle load lbs Suspension System Manufacturer Type First Second Third Springs First Second Third Joint Manufacturer Type Model number Wheels and tires Wheels Make Size Capacity Material Tires Manufacturer RFP 8446 Transfort Bus Procurement 246 Type Size Load range/air pressure psi Steering, power Pump Manufacturer Model number Type Relief pressure psi Booster/gear box Manfacturer Model number Type Ratio Power steering fluid capacity gal Maximum effort at steering wheel lbs (unloaded stationary coach on dry asphalt pavement) Steering wheel diameter in. Brakes Make of fundamental brake system Brake chambers vendor size and part number First Second Third Brake operation effort Slack adjuster’s vendor’s type and part numbers First Right Left Second Right Left Third Right Left Length First take-up Second take-up Third take-up Brake drums/discs First Manufacturer Part number Diameter In. Second Manufacturer Part number Diameter In. Third Manufacturer Part number RFP 8446 Transfort Bus Procurement 247 Diameter In. Brake lining manufacturer Type Brake lining identification First Forward Reverse Second Forward Reverse Third Forward Reverse Brake linings per shoe First Second Third Brake lining widths First In. Second in. Third in. Brake lining lengths First In. Second in. Third in. Brake lining per axle First In. Second in. Third in. Cooling system Radiator/charge air cooler Manufacturer Type Model number Number of tubes Tubes outer diameter in./ in. Fins per inch fins Fin thickness in. Total cooling and heating system capacity gal Radiator fan speed control Surge tank capacity quarts Engine thermostat temperature setting Initial opening (fully closed) °F Fully open °F Overheat alarm temperature sending unit °F Shutdown temperature setting °F RFP 8446 Transfort Bus Procurement 248 Air reservoir capacity Supply reservoir in.3 Primary reservoir in.3 Secondary reservoir in.3 Packing reservoir in.3 Accessory reservoir in.3 Other reservoir type in.3 Heating, ventilation and air conditioning equipment Heating system capacity BTU/hr Air conditioning capacity BTU Ventilating capacity CFM Compressor Manufacturer Model Number of cyclinders Drive ratio Maximum warranted speed RPM Operating speed RPM (recommended) Weight lbs. Oil capacity Dry gal Wet gal Refrigerator Type lbs Condenser Manufacturer Model Number of fins/in. Outer diameter of tube in. Fin thickness in. Condenser fan Manufacturer Model Fan diameter in. Speed maximum RPM Flow rate (maximum) CFM Receiver Manufacturer Model Capacity lbs. RFP 8446 Transfort Bus Procurement 249 Condenser fan drive motors Manufacturer Model Type Horsepower hp Operating speed RPM Evaporator fan drive motors Manufacturer Model Type Horsepower hp Operating speed RPM Evaporator(s) Manufacturer Model Number of rows Number of fins/in. Outer diameter of tube in. Fin thickness in. Number of evaporators Expansion valve Manufacturer Model Filter-drier Manufacturer Model Heater cores Manufacturer Model Capacity BTU/hr Number of rows Number of fins/in. Outer diameter of tube in. Fin thickness in. Number of heater cores Floor heater blowers Front Rear Controls Manufacturer Model RFP 8446 Transfort Bus Procurement 250 Driver’s heater Manufacturer Model Capacity BTU/hr Ventilation System Type Coolant heater Make Model Capacity BTU Interior lighting Manufacturer Type Number of fixtures Size of fixtures Power pack Doors Front Manufacturer of operating equipment Type of door Type of operating equipment Rear Manufacturer of operating equipment Type of door Type of operating equipment Passenger windows Front Manufacturer Model Type Number Side Rear Sizes Glazing Type Thickness Color of tint Light transmission RFP 8446 Transfort Bus Procurement 251 Mirrors Size Type Manufacturer Part no. Model No. Right side exterior Left side exterior Center rearview Front entrance area Upper-right corner Rear exit area Seats Passenger Manufacturer Model Type Operator Manufacturer Model and part number Type Paint Manufacturer Type Wheelchair ramp equipment Manufacturer Model number Capacity lbs. Width of platform in. Length of platform in. System fluid capacity quarts Type of fluid used Operating hydraulic pressure psi Hydraulic cylinders Size Number Wheelchair securement equipment Manufacturer Model number Destination signes Manufacturer Type Character length Front destination in. Front route in. Curbside destination in. Rear route in. RFP 8446 Transfort Bus Procurement 252 Character height Front destination in. Front route in. Curbside destination in. Rear route in. Number of characters Front destination Front route Curbside destination Rear route Message width Front destination in. Front route in. Curbside destination in. Rear route in. Electrical Multiplex system Manufacturer Model number Batteries Manufacturer Model number Type Communication system GPS Manufacturer Model number PA system Manufacturer Model number Number Amplifier Microphone Internal speakers External speaker Energy storage (hybrid drive) Type Number of cells V Battery pack V Voltage weight lbs RFP 8446 Transfort Bus Procurement 253 Security camera system Manufacturer Model number Number of cameras Storage capacity Bike racks Manufacturer Model number Fire detection system Manufacturer Model number Fire detectors Type (thermal or optical) Number of detectors Automatic voice annunciator system Manufacturer Model and part number Annunciator LED sign Number of signs Housing dimensions Character length in. Character height in. Character width in. GPS antenna Manufacturer Model and part number Automatic passenger counter Manufacturer Model and part number a. b. c. Sensor type Real-time bus arrival prediction system Manufacturer Model number Router Cellular modem Charge protection RFP 8446 Transfort Bus Procurement 254 Electronic tire pressure monitoring system Manufacturer Model number Electronic brake stroke/wear indicator system Manufacturer Model number Note: All information above is accurate to the timeframe upon submission. The Agency reserves the right to update above data if changes occur, upon consultation with the customer. RFP 8446 Transfort Bus Procurement 255 CER 6. Acknowledgment of City of Fort Collins Required Equipment Product / Configuration Manufacturer Product Specification Proposer Compatibility (Y/N) Bike Rack Sportworks 3-Position Trilogy Bike Rack Destination Sign System Luminator Gen 4 SMT with ODK4, rear run sign. Paratransit Scheduling Software/ Hardware Trapeze Forward Seating Seat Configurat ion Passenger seats shall be arranged in a forward- facing position. Radio Motorola Model APX4500 w/hand mic; 7/800 MHZ Radio Related ITS Components Clever Devices Announcement and Public Address System; Infrared APC system Surveillance Camera System 8 camera system; Wifi capable for upload/download; high definition, high capacity mobile DVR. Event button, GPS, G- force sensor Two forward facing wheelchair securement locations. Two forward-facing locations, as close to the wheelchair loading system as practical, shall provide parking space and securement system compli ant with ADA requirements RFP 8446 Transfort Bus Procurement 256 PACKAGE 2 FORMS CER 7. Proposal Contents / Consideration Document Number: 8446 Proposers are to identify what size(s) and fuel type(s) the proposal submitted is to be considered for. □ 40 foot □ 35 foot □ 32 foot □ 30 foot □ 29 foot □ Compressed Natural Gas (CNG) RFP 8446 Transfort Bus Procurement 257 __ __ __ __ __ CER 8. Price Proposal Form Complete and submit one form for each vehicle length proposed. Body Style Options: Cost (difference from base +/-) Conventional Low Floor Body Design $ Low Floor Trolley Façade Design $ ar wh ch s e eh c e pr ce pr p sed f r: F us – CNG F us – CNG F us – CNG F us – CNG F us – CNG ase de mp nen s Spec f anufac urer / de umber 1. Bus Mode and Des gn 2. Eng ne 3. Transm ss on 4. Dr ver Seat 5. Passenger Seat 6. Whee cha r Securement 7. A r Cond t on ng System $ RFP 8446 Transfort Bus Procurement 258 Additional Options (blue highlighted in Section 6): Cost: (difference from base +/-) 1. Roof Mounted Radiator Pressure Filler Provided in Engine Compartment $ 2. CNG Fuel Fillers – Located on Both Sides of Bus $ 3. Disc Brakes on All Axles $ 4. Mock Up Board $ 5. High Voltage Electric Driven A/C System $ 6. Forced Air Floor-Level Heating $ 7. Convector Air Floor-Level Heating $ 8. Warm Wall Heating $ 9. Fender Skirt $ 10. Passenger Seats Constructed of Anti- Vandal Materials $ 11. Electric-Powered Doors $ 12. 48 Inch Rear Door Width $ 13. Rear Door Location W/C Loading System: Flip-Out Design Ramp $ 14. Event Data Recorders (one front/one rear) $ RFP 8446 Transfort Bus Procurement 259 Training / Support Programs Cost (difference from base +/-) Training Program Options: Describe: $ Describe: $ Technical / Service Support Options: Describe: $ Describe: $ Extended Warranties (List Covered Component / Subcomponent and Term) Cost (difference from base +/-) Covered Component/Subcomponent Term 1. Propulsion System (identify any excluded items) Five years / 300,000 miles $ 2. $ 3. $ 4. $ RFP 8446 Transfort Bus Procurement 260 Spare Parts (Firm Fixed Price for 180 days following Proposal Opening Date) Cost Engine (list descriptions below) 1. $ 2. $ 3. $ Transmission (list descriptions below) 1. $ 2. $ Proposer hereby acknowledges that cost information submitted with the proposal is complete and valid upon date of submission. Company Name: ___________________________________________________________ Contact Name: _____________________________________________________________ Title: _____________________________________________________________________ Authorized Signature: _______________________________________________________ Date: _____________________________________________________________________ RFP 8446 Transfort Bus Procurement 261 CER 9. Form for Proposal Deviation (with price data) This form shall be completed for each condition, exception, reservation or understanding (i.e., Deviation) in the Proposal according to “Conditions, Exceptions, Reservations or Understandings.” One copy without any price/cost information is to be placed in the Technical Proposal as specified in “Technical Proposal Requirements,” and a separate copy with any price/cost information placed in the Price Proposal as specified in “Price Proposal Requirements.” Please note in your deviation if you exceed the specification, do not meet the specification, or are providing an alternative to the specification. Deviation No.: Contractor: RFP section: Page: □ Exceed □ Do Not Meet □ Provide Alternative Complete description of Deviation: Rationale (pros and cons): Price data: RFP 8446 Transfort Bus Procurement 262 PACKAGE 3 FORMS CER 10. Pre-Award Evaluation Data Form NOTE: Attach additional pages if required. 1. Name of firm: 2. Address: 3. Individual Partnership Corporation Joint Venture 4. Date organized: State in which incorporated: 5. Names of officers or partners: a. b. c. d. e. 6. How long has your firm been in business under its present name? 7. Attach as SCHEDULE ONE a list of similar current contracts that demonstrates your available capacity, including the quantity and type of bus, name of contracting party, percentage completed and expected completion date. 8. Attach as SCHEDULE TWO a list of at least three similar contracts that demonstrates your technical proficiency, each with the name of the contracting party and number and they type of buses completed within the last five years. 9.Have you been terminated or defaulted, in the past five years, on any Contract you were awarded? Yes No If yes, then attach as SCHEDULE THREE the full particulars regarding each occurrence. 10. Attach as SCHEDULE FOUR Proposer’s last three (3) financial statements prepared in accordance with generally accepted accounting principles of the jurisdiction in which the Proposer is located, and audited by an independent certified public accountant; or a statement from the Proposer regarding how financial information may be reviewed by the Agency (This may require execution of an acceptable non- disclosure agreement between the Agency and the Proposer.) Attach as SCHEDULE FIVE a list of all principal Subcontractors and the percentage and character of Work (Contract amount) that each will perform on this Contract. If the Contractor or Subcontractor is a joint venture, submit PRE-AWARD EVALUATION DATA forms for each member of the joint venture. The above information is confidential and will not be divulged to any unauthorized personnel. The undersigned certifies to the accuracy of all information: Name and title: ____________________________________________________________________________ Company: ________________________________________________________________________________ Authorized signature Date RFP 8446 Transfort Bus Procurement 263 CER 11. Contractor Service and Parts Support Data – Location of nearest Technical Service Representative to Fort Collins, Colorado Name: Address: Telephone: Describe technical services readily available from said representative: – Location of nearest Parts Distribution Center to Fort Collins, Colorado Name: Address: Telephone: Describe the extent of parts available at said center: – Policy for delivery of parts and components to be purchased for service and maintenance: Regular method of shipment: Cost to City of Fort Collins: RFP 8446 Transfort Bus Procurement 264 CER 12. Proposal Form PROPOSAL By execution below by a duly authorized representative(s) of the Proposer, the Proposer hereby offers to furnish equipment and services as specified in its Proposal submitted to the City of Fort Collins in response to Request for Proposal No. 8446 in its entirety. Proposer: Street address: City, state, ZIP: Name and title of Authorized Signer(s): Name and title of Authorized Signer(s): Phone: Authorized signature Date Authorized signature Date RFP 8446 Transfort Bus Procurement 265 CER 13. Acknowledgement of Addenda Failure to acknowledge receipt of all addenda may cause the Proposal to be considered nonresponsive to the Solicitation. Acknowledged receipt of each addendum must be clearly established and included with the Proposal. The undersigned acknowledges receipt of the following addenda to the documents: No Addenda Were Received Addendum No.: Dated: Addendum No.: Dated: Addendum No.: Dated: Addendum No.: Dated: Addendum No.: Dated: Addendum No.: Dated: Proposer Name: Contact Name: Title: Phone: Street address: City, State, ZIP: Authorized signature: Date: RFP 8446 Transfort Bus Procurement 266 CER 14. Federal Certifications CER 14.1 Buy America Certification This form is to be submitted with an offer exceeding the small purchase threshold for federal assistance programs, currently set at $100,000. er f c e f mp ance er f c e f n mp ance RFP 8446 Transfort Bus Procurement 267 CER 14.2 Debarment and Suspension Certification for Prospective Contractor Primary covered transactions must be completed by Proposer for contract value over $25,000. Choose one alternative: -The Proposer, [insert name], certifies to the best of its knowledge and belief that it and its principals: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; 2. Have not within a three-year period preceding this Proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state or local) transaction or Contract under a public transaction; violation of federal or state antitrust statutes or commission or embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in Paragraph 2 of this certification; and 4. Have not within a three-year period preceding this Proposal had one or more public transactions (federal, state or local) terminated for cause or default. OR □ -The Proposer is unable to certify to all of the statements in this certification, and attaches its explanation to this certification. (In explanation, certify to those statements that can be certified to and explain those that cannot.) The Proposer certifies or affirms the truthfulness and accuracy of the contents of the statements submitted on or with this certification and understands that the provisions of Title 31 USC § Sections 3801 are applicable thereto. – Executed in [insert city and state]. Name: Authorized signature Date RFP 8446 Transfort Bus Procurement 268 CER 14.3 Debarment and Suspension Certification (Lower-Tier Covered Transaction) This form is to be submitted by each Subcontractor receiving an amount exceeding $25,000. RFP 8446 Transfort Bus Procurement 269 CER 14.4 Non-Collusion Affidavit (notarize) This affidavit is to be filled out and executed by the Proposer; if a corporation submits the proposal, then by its properly executed agent. The name of the individual swearing to the affidavit should appear on the line marked “Name of Affiant.” The affiant’s capacity, when a partner or officer of a corporation, should be inserted on the line marked “Capacity.” The representative of the Proposer should sign his or her individual name at the end, not a partnership or corporation name, and swear to this affidavit before a notary public, who must attach his or her seal. State of , County of I, , being first duly sworn, do hereby state that (Name of Affiant) I am of (Capacity) (Name of Firm, Partnership or Corporation) whose business is and who resides at and that (Give names of all persons, firms, or corporations interested in the bid) is/are the only person(s) with me in the profits of the herein contained Contract; that the Contract is made without any connection or interest in the profits thereof with any persons making any Proposal for said Work; that the said Contract is on my part, in all respects, fair and without collusion or fraud, and also that no members of the Board of Trustees, head of any department or bureau, or employee therein, or any employee of the Authority, is directly or indirectly interested therein. Signature of Affiant Date Sworn to before me this day of , 20 . Notary public My commission expires: – Seal RFP 8446 Transfort Bus Procurement 270 CER 14.5 Lobbying Certification This form is to be submitted with an offer exceeding $100,000. The Proposer certifies, to the best its knowledge and belief, that: 1. No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of a federal department or agency, a member of the U.S. Congress, an officer or employee of the U.S. Congress, or an employee of a member of the U.S. Congress in connection with the awarding of any federal Contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification thereof. 2. If any funds other than federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this federal Contract, grant, loan or cooperative agreement, the undersigned shall complete and submit Standard Form LLL, “Disclosure Form to Report Lobbying,” in accordance with its instruction, as amended by “Government wide Guidance for New Restrictions on Lobbying,” 61 Fed. Reg. 1413 (1/19/96). 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants and contracts under grants, loans and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, USC § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. THE PROPOSER, , CERTIFIES OR AFFIRMS THE TRUTHFULNESS AND ACCURACY OF EACH STATEMENT OF ITS CERTIFICATION AND DISCLOSURE, IF ANY. IN ADDITION, THE PROPOSER UNDERSTANDS AND AGREES THAT THE PROVISIONS OF 31 USC §§ 3801 ET SEQ. APPLY TO THIS CERTIFICATION AND DISCLOSURE, IF ANY. Name of the bidder or Proposer’s authorized official: Title: Signature Date Per paragraph 2 of the included form Lobbying Certification, add Standard Form– LLL, “Disclosure Form to Report Lobbying,” if applicable. RFP 8446 Transfort Bus Procurement 271 CER 14.6 Certificate of Compliance with Bus Testing Requirement The undersigned certifies that the vehicle offered in this procurement complies and will, when delivered, comply with 49 USC § 5323(c) and FTA’s implementing regulation at 49 CFR Part 665 according to the indicated one of the following three alternatives. Mark one and only one of the three blank spaces with an “X.” 1. The buses offered herewith have been tested in accordance with 49 CFR Part 665 on (date). If multiple buses are being proposed, provide additional bus testing information below or on attached sheet. The vehicles being sold should have the identical configuration and major components as the vehicle in the test report, which must be submitted with this Proposal. If the configuration or components are not identical, then the manufacturer shall provide with its Proposal a description of the change and the manufacturer’s basis for concluding that it is not a major change requiring additional testing. If multiple buses are being proposed, testing data on additional buses shall be listed on the bottom of this page. 2. The manufacturer represents that the vehicle is “grandfathered” (has been used in mass transit service in the United States before October 1, 1988, and is currently being produced without a major change in configuration or components), and submits with this Proposal the name and address of the recipient of such a vehicle and the details of that vehicle’s configuration and major components. 3. The vehicle is a new model and will be tested and the results will be submitted to the Agency prior to acceptance of the first bus. The undersigned understands that misrepresenting the testing status of a vehicle acquired with federal financial assistance may subject the undersigned to civil penalties as outlined in the Department of Transportation’s regulation on Program Fraud Civil Remedies, 49 CFR Part 31. In addition, the undersigned understands that FTA may suspend or debar a manufacturer under the procedures in 49 CFR Part 29. Company name: Name and title of the Proposer’s authorized official: Authorized Signature Date RFP 8446 Transfort Bus Procurement 272 CER 14.7 Disadvantaged Business Enterprise TVM Certification The Proposer, if a Transit Vehicle Manufacturer (TVM), hereby certifies that is has complied with the requirements of 49 CFR, Section 26.49 by submitting an annual DBE / WBE goal to the Federal Transit Administration (FTA). The goal has either been approved or not approved by FTA. The Proposer, if a Dealer or non-manufacturer supplier, hereby certifies that the manufacturer of the transit vehicle to be supplied has complied with the above referenced requirement of 49 CFR Section 26.49 and that I am duly authorized by said manufacturer to make this certification. Proposer / Manufacturer Name of Manufacturer / Proposer Authorized Signature of Representative Date Type or Print Name Title RFP 8446 Transfort Bus Procurement 273 CER 14.8 Federal Motor Vehicle Safety Standards The Proposer hereby certifies that it shall comply with the safety related FMVSS requirements contained in Section 6: Technical Specifications. The Proposer and (if selected) Contractor shall submit (1) manufacturer’s FMVSS self- certification sticker information that the vehicle complies with relevant FMVSS or (2) manufacturer’s certified statement that the contracted buses will not be subject to FMVSS regulations. Company name: Name of signer: Title: Authorized Signature: Date RFP 8446 Transfort Bus Procurement 274 CER 14.9 Certification of Compliance with the Americans with Disabilities Act of 1990 The Proposer hereby certifies that it shall comply with all requirements contained in Section 6 – Technical Specifications relating to bus design or special equipment required by the Americans with Disabilities Act of 1990. Company name: Name of signer: Title: Authorized Signature: Date RFP 8446 Transfort Bus Procurement 275 CER 15. Other Forms CER 15.1 Request for Clarification / Question This form must be used for requested clarifications or questions in regards to RFP # 8446. Please complete form as required and submit by deadline specified in Section 2. Request #: Proposer: RFP Section: Page: Question/clarification: City of Fort Collins response: RFP 8446 Transfort Bus Procurement 276 SECTION 10: CONTRACT AGREEMENT TO PURCHASE LOW FLOOR, HEAVY DUTY, CNG-FUELED TRANSIT BUSES SERVICES AGREEMENT THIS AGREEMENT made and entered into the day and year set forth below by and between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and , hereinafter referred to as "Service Provider". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Scope of Services. The Service Provider agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of ( ) page and incorporated herein by this reference. Irrespective of references in Exhibit A to certain named third parties, Service Provider shall be solely responsible for performance of all duties hereunder. 2. The Work Schedule. [Optional] The services to be performed pursuant to this Agreement shall be performed in accordance with the Work Schedule attached hereto as Exhibit "B", consisting of ( ) page , and incorporated herein by this reference. 3. Time of Commencement and Completion of Services. The services to be performed pursuant to this Agreement shall be initiated within ( ) days following execution of this Agreement. Services shall be completed no later than . Time is of the essence. Any extensions of the time limit set forth above must be agreed upon in a writing signed by the parties. 4. Contract Period. This Agreement shall commence , 200 , and shall continue in full force and effect until , 200 , unless sooner terminated as herein provided. In addition, at the option of the City, the Agreement may be extended for additional one year periods not to exceed ( ) additional one year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties. Written notice of renewal shall be provided to the Service Provider and mailed no later than thirty (30) days prior to contract end. 5. Delay. If either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days RFP 8446 Transfort Bus Procurement 277 from the onset of such condition. 6. Early Termination by City/Notice. Notwithstanding the time periods contained herein, the City may terminate this Agreement at any time without cause by providing written notice of termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior to the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: Service Provider: City: Copy to: Attn: City of Fort Collins Attn: PO Box 580 Fort Collins, CO 80522 City of Fort Collins Attn: Purchasing Dept. PO Box 580 Fort Collins, CO 80522 In the event of early termination by the City, the Service Provider shall be paid for services rendered to the date of termination, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and remedy for such termination. 7. Contract Sum. The City shall pay the Service Provider for the performance of this Contract, subject to additions and deletions provided herein, ($ ) as per the attached Exhibit " ", consisting of page , and incorporated herein by this reference. 8. City Representative. The City will designate, prior to commencement of the work, its representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the services provided under this agreement. All requests concerning this agreement shall be directed to the City Representative. 9. Independent Service provider. The services to be performed by Service Provider are those of an independent service provider and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Service Provider's compensation hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any other purpose. 10. Subcontractors. Service Provider may not subcontract any of the Work set forth in the Exhibit A, Statement of Work without the prior written consent of the city, which shall not be unreasonably withheld. If any of the Work is subcontracted hereunder (with the consent of the City), then the following provisions shall apply: (a) the subcontractor must be a reputable, qualified firm with an established record of successful performance in its respective trade performing identical or substantially similar work, (b) the subcontractor will be required to comply with all applicable terms of this Agreement, (c) the subcontract will not create any contractual relationship between any such subcontractor and the City, nor will it obligate the City to pay or see to the payment of any subcontractor, and (d) the work of the subcontractor will be subject to inspection by the City to the same extent as the RFP 8446 Transfort Bus Procurement 278 work of the Service Provider. 11. Personal Services. It is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the City. 12. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement or cause of action arising out of performance of this Agreement. 13. Warranty. a. Service Provider warrants that all work performed hereunder shall be performed with the highest degree of competence and care in accordance with accepted standards for work of a similar nature. b. Unless otherwise provided in the Agreement, all materials and equipment incorporated into any work shall be new and, where not specified, of the most suitable grade of their respective kinds for their intended use, and all workmanship shall be acceptable to City. c. Service Provider warrants all equipment, materials, labor and other work, provided under this Agreement, except City-furnished materials, equipment and labor, against defects and nonconformances in design, materials and workmanship/workwomanship for a period beginning with the start of the work and ending twelve (12) months from and after final acceptance under the Agreement, regardless whether the same were furnished or performed by Service Provider or by any of its subcontractors of any tier. Upon receipt of written notice from City of any such defect or nonconformances, the affected item or part thereof shall be redesigned, repaired or replaced by Service Provider in a manner and at a time acceptable to City. 14. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such party may be declared in default thereof. 15. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non-defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non-defaulting party for the non-defaulting party's reasonable attorney fees and costs incurred because of the default. RFP 8446 Transfort Bus Procurement 279 16. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. 17. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands or liability of any character whatsoever brought or asserted for injuries to or death of any person or persons, or damages to property arising out of, result from or occurring in connection with the performance of any service hereunder. b. The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit , consisting of one (1) page, attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder, shall deliver to the City's Purchasing Director, P. O. Box 580, Fort Collins, Colorado 80522, one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the City. 18. Entire Agreement. This Agreement, along with all Exhibits and other documents incorporated herein, shall constitute the entire Agreement of the parties. Covenants or representations not contained in this Agreement shall not be binding on the parties. 19. Law/Severability. The laws of the State of Colorado shall govern the construction interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. 20. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Service Provider represents and agrees that: a. As of the date of this Agreement: 1. Service Provider does not knowingly employ or contract with an illegal alien who will perform work under this Agreement; and 2. Service Provider will participate in either the e-Verify program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, administered by the United States Department of Homeland Security (the “e-Verify Program”) or the Department Program (the “Department Program”), an employment verification program established pursuant RFP 8446 Transfort Bus Procurement 280 to Section 8-17.5-102(5)(c) C.R.S. in order to confirm the employment eligibility of all newly hired employees to perform work under this Agreement. b. Service Provider shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or knowingly enter into a contract with a subcontractor that knowingly employs or contracts with an illegal alien to perform work under this Agreement. c. Service Provider is prohibited from using the e-Verify Program or Department Program procedures to undertake pre-employment screening of job applicants while this Agreement is being performed. d. If Service Provider obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Service Provider shall: 1. Notify such subcontractor and the City within three days that Service Provider has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and 2. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not cease employing or contracting with the illegal alien; except that Service Provider shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. e. Service Provider shall comply with any reasonable request by the Colorado Department of Labor and Employment (the “Department”) made in the course of an investigation that the Department undertakes or is undertaking pursuant to the authority established in Subsection 8-17.5-102 (5), C.R.S. f. If Service Provider violates any provision of this Agreement pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this Agreement is so terminated, Service Provider shall be liable for actual and consequential damages to the City arising out of Service Provider’s violation of Subsection 8-17.5-102, C.R.S. g. The City will notify the Office of the Secretary of State if Service Provider violates this provision of this Agreement and the City terminates the Agreement for such breach. 21. Special Provisions. Special provisions or conditions relating to the services to be performed pursuant to this Agreement are set forth in Exhibit " " - Confidentiality, consisting of one (1) page, attached hereto and incorporated herein by this reference. RFP 8446 Transfort Bus Procurement 281 THE CITY OF FORT COLLINS, COLORADO By: Gerry Paul Purchasing Director DATE: ATTEST: APPROVED AS TO FORM: SERVICE PROVIDER'S NAME By: Printed: Title: CORPORATE PRESIDENT OR VICE PRESIDENT Date: RFP 8446 Transfort Bus Procurement 282 EXHIBIT INSURANCE REQUIREMENTS 3. The Service Provider will provide, from insurance companies acceptable to the City, the insurance coverage designated hereinafter and pay all costs. Before commencing work under this bid, the Service Provider shall furnish the City with certificates of insurance showing the type, amount, class of operations covered, effective dates and date of expiration of policies, and containing substantially the following statement: “The insurance evidenced by this Certificate will not reduce coverage or limits and will not be cancelled, except after thirty (30) days written notice has been received by the City of Fort Collins.” In case of the breach of any provision of the Insurance Requirements, the City, at its option, may take out and maintain, at the expense of the Service Provider, such insurance as the City may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Service Provider under this Agreement. The City, its officers, agents and employees shall be named as additional insureds on the Service Provider 's general liability and automobile liability insurance policies for any claims arising out of work performed under this Agreement. 2. Insurance coverages shall be as follows: A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life of this Agreement for all of the Service Provider's employees engaged in work performed under this agreement: 1. Workers' Compensation insurance with statutory limits as required by Colorado law. 2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease aggregate, and $100,000 disease each employee. B. Commercial General & Vehicle Liability. The Service Provider shall maintain during the life of this Agreement such commercial general liability and automobile liability insurance as will provide coverage for damage claims of personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from the performance of work under this Agreement. Coverage for property damage shall be on a "broad form" basis. The amount of insurance for each coverage, Commercial General and Vehicle, shall not be less than $1,000,000 combined single limits for bodily injury and property damage. In the event any work is performed by a subcontractor, the Service Provider shall be responsible for any liability directly or indirectly arising out of the work performed under this Agreement by a subcontractor, which liability is not covered by the subcontractor's insurance. oil pressure indicator Engine oil pressure indicator may be supplied as audible alert and visual and/or text message Within driver’s sight Detects low engine oil pressure condition and initiates time-delayed shutdown Red light ABS indicator Detects system status Dash center Displays system failure Amber light HVAC indicator Detects system status Dash center Displays system failure Amber or red light Charging system indicator (12/24 V) Detect charging system status Dash center Detects no charge condition and optionally detects battery high, low, imbalance, no charge condition, and initiates time-delayed shutdown Red light flashing or solid based on condition Bike rack deployed indicator Detects bike rack position Dash center Indication of bike rack not being in fully stowed position Amber or red light Fuel tank level Analog gauge, graduated based on fuel type Dash center Indication of fuel tank level/pressure 1. Indicate area by drawing. Break up switch control from indicator lights. Property to specify what function to supply Speedometer Speedometer, odometer, and diagnostic capability, 5-mile increments Dash center panel Visual indication of speed and distance traveled, accumulated vehicle mileage, fault condition display Visual Air pressure gauge Primary and secondary, 5 psi increments Dash center panel Visual indication of primary and secondary air systems Red light and buzzer Fire detection Coach operator display Property specific or dash center Indication of fire detection activation by zone/location Buzzer and red light Door obstruction Sensing of door obstruction Dash center Indication of rear door sensitive edge activation Red light and buzzer Door ajar Door not properly closed Property specific or dash center Indication of rear door not properly closed Buzzer or alarm and red light Momentary push button (two required) raised from other switches Left foot panel Activates left and right turn signals Two green lights and optional audible indicator PA manual Momentary push button In approved location Permits driver to manually activate public address microphone Low-profile microphone Low-profile discrete mounting in approved location Permits driver to make announcements with both hands on the wheel and focusing on road conditions High beam Detented push button In approved location Permits driver to toggle between low and high beam Blue light Parking brake Pneumatic PPV Side console or dash left wing Permits driver to apply and release parking brake Red light Park brake release Pneumatic PPV Side console Permits driver to push and hold to release brakes message Video system event switch Momentary on/off momentary switch with plastic guard Side console Triggers event equipment, triggers event light on dash Amber light Left remote mirror Four-position toggle type Side console Permits two-axis adjustment of left exterior mirror Right remote mirror Four-position toggle type Side console Permits two-axis adjustment of right exterior mirror Mirror heater Switch or temperature activated Side console Permits heating of outside mirrors when required Passenger door control Five-position handle type detent or two momentary push buttons Side console, forward Permits open/close control of front and rear passenger doors Red light wiper One-variable rotary position operating both wipers Dash left wing Variable speed control of left and right windshield wipers Windshield washer Push button Dash left wing Activates windshield washers Dash panel lights Rotary rheostat or stepping switch Side console or dash left wing Provides adjustment for light intensity in night run position Interior lights Three-position switch Side console Selects mode of passenger compartment lighting: off, on, normal Fast idle Two-position switch Side console Selects high idle speed of engine WC ramp/ kneel enable Two-position switch 1 Side console or dash right wing Permits operation of ramp and kneel operations at each door remote panel Amber light None None unless non- competitive award None None unless non- competitive award II Non State Grantees a. Contracts below SAT ($100,000) b. Contracts above $100,000/Capital Projects Yes3 Yes3 Those imposed on non-state Grantee pass thru to Contractor Yes Yes Yes Yes Yes Yes Yes Yes Sources of Authority: 1 49 USC 5325 (a) 2 49 CFR 633.17 3 18 CFR 18.36 (i) FR 4. Federal Changes Federal Changes - Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and FTA, as they may be amended or Hardcopy/ Electronic 1/1 27. Weighmaster Slip Review 10 days prior to bus delivery Hardcopy / Electronic 1 / 1 28. Standard Sales Tax Receipt: Showing all zeros for tax exempt Review 10 days prior to bus delivery Hardcopy / Electronic 1 / 1 29. Certificate of Origin Review 10 days prior to bus delivery Hardcopy / Electronic 1 / 1 Electronic 1 each 13. Engine Emissions Certificates Review By conclusion of Pre-Production Meeting Hardcopy / Electronic 1 14. Interior security camera layout Approval By conclusion of Pre-Production Meeting Copies of interior views 1 each