22
________________________________________________________________________________________________________ VTA Project # 2016-06 Page 1 of 22 Section I SCOPE The following specifications are for the Martha's Vineyard Transit Authority (VTA) and the Greater Attleboro Regional Transit Authority (GATRA),, collectively referred to as the Authorities, procurement of 35’ rear engine 10 year/350,000 mile transit buses. The successful bidder will be given a one year contract with additional one year options, not to exceed four additional years. The VTA is the lead agency for this project; however each of the Authorities will issue their own purchase order and be responsible for all costs associated with buses ordered by their Authority. The VTA has no responsibility for, including legal fees that may arise out of a dispute arising out of the purchase of any buses from this procurement. The Authorities intend on purchasing up to thirty three (33) vehicles. Buses purchased must be capable of accommodating at least two (2) wheel chair positions, with jump seats able to be used when wheel chair positions are not in use. The buses must be designed and constructed to provide safe, economical, and reliable operation of fixed route services, suitable for extended service hours in heavy stop-and-go transit service. Overall design and construction shall be conducive to safe passenger entrance and egress and all movement within. The buses shall be new, the most current production model. In this regard, the Authorities invite proposals in accordance with State and Federal requirements as outlined in the proposal documents. Buses will be configured differently for each transit property and will be customized with options to suit the transit properties specific service area. Applicable Rules, Regulations and Warranties Safety: Vehicles must meet all appropriate State and Federal Transit Administration and Motor Vehicle Safety Standards, including but not limited to standards for impact, rollover, brakes, windshield, windows and lights. Pollution: Bidder must certify the vehicle being bid must meet Federal Noise and Exhaust emission standards. ADA: Vehicle must meet Federal accessibility specifications as published in the Americans with Disabilities Act (ADA) and 49 CFR Parts 27, 37 and 38 as they apply to this purchase. Requirements: The manufacturer’s standard warranty for body and chassis must be provided as well as warranty for rust-proofing and lift. Warranties must be effective the day the buyer receives and signs delivery acceptance. Service: Bidder must be able to provide warranty and maintenance service for the vehicle in the area in which it is to be used. Bidders must be located within a 225 mile radius the service area. This requirement is not meant to restrict bidding but to ensure the availability of maintenance and warranty service. Spare Parts: Bidder must stock adequate parts at the established warranty and service location and be able to provide spare or replacement parts within a reasonable amount of time. Open Architecture: Bidder must comply with all Federal, State and Local requirements, standards and regulations as it relates to the system and subsystems, including but not limited to farebox, destination signs, cameras and AVL systems.

Specification #2016-06.pdf

Embed Size (px)

Citation preview

Page 1: Specification #2016-06.pdf

________________________________________________________________________________________________________ VTA Project # 2016-06 Page 1 of 22

Section I SCOPE The following specifications are for the Martha's Vineyard Transit Authority (VTA) and the Greater Attleboro Regional Transit Authority (GATRA),, collectively referred to as the Authorities, procurement of 35’ rear engine 10 year/350,000 mile transit buses. The successful bidder will be given a one year contract with additional one year options, not to exceed four additional years. The VTA is the lead agency for this project; however each of the Authorities will issue their own purchase order and be responsible for all costs associated with buses ordered by their Authority. The VTA has no responsibility for, including legal fees that may arise out of a dispute arising out of the purchase of any buses from this procurement. The Authorities intend on purchasing up to thirty three (33) vehicles. Buses purchased must be capable of accommodating at least two (2) wheel chair positions, with jump seats able to be used when wheel chair positions are not in use. The buses must be designed and constructed to provide safe, economical, and reliable operation of fixed route services, suitable for extended service hours in heavy stop-and-go transit service. Overall design and construction shall be conducive to safe passenger entrance and egress and all movement within. The buses shall be new, the most current production model. In this regard, the Authorities invite proposals in accordance with State and Federal requirements as outlined in the proposal documents. Buses will be configured differently for each transit property and will be customized with options to suit the transit properties specific service area. Applicable Rules, Regulations and Warranties Safety: Vehicles must meet all appropriate State and Federal Transit Administration and Motor Vehicle Safety Standards, including but not limited to standards for impact, rollover, brakes, windshield, windows and lights. Pollution: Bidder must certify the vehicle being bid must meet Federal Noise and Exhaust emission standards. ADA: Vehicle must meet Federal accessibility specifications as published in the Americans with Disabilities Act (ADA) and 49 CFR Parts 27, 37 and 38 as they apply to this purchase. Requirements: The manufacturer’s standard warranty for body and chassis must be provided as well as warranty for rust-proofing and lift. Warranties must be effective the day the buyer receives and signs delivery acceptance. Service: Bidder must be able to provide warranty and maintenance service for the vehicle in the area in which it is to be used. Bidders must be located within a 225 mile radius the service area. This requirement is not meant to restrict bidding but to ensure the availability of maintenance and warranty service. Spare Parts: Bidder must stock adequate parts at the established warranty and service location and be able to provide spare or replacement parts within a reasonable amount of time. Open Architecture: Bidder must comply with all Federal, State and Local requirements, standards and regulations as it relates to the system and subsystems, including but not limited to farebox, destination signs, cameras and AVL systems.

Page 2: Specification #2016-06.pdf

________________________________________________________________________________________________________ VTA Project # 2016-06 Page 2 of 22

Assignability: In the event that VTA or any partcipating Authority does not purchase its maximum bus allotment, due to unforeseen circumstances or lack of funding, each agency may assign the remainder of its bus allotment (up to its maximum requirements set forth herein) to another partcipating authority or other Massachusetts Regional Transit Authorities (RTA’s). This right of assignment shall remain in force over the contract term. This right of assignment will not change the quantity or types of buses that may be ordered pursuant to this solicitation. VTA’s Resident Inspectors (10 vehicles or more): VTA maintains the right to be represented at the Contractor’s plant by Resident Inspectors and/or VTA personnel at VTA’s sole expense. These VTA representatives shall conduct, among other things, audits required under the Buy America element of this Contract, as defined in Section 14.L, and they shall inspect the daily progress of vehicles under fabrication at the Contractor’s manufacturing facilities to ascertain that fabrication and materials comply with these contract specifications. Resident Inspectors shall monitor, in the Contractor’s plant, the manufacture of buses built under this Contract. The Resident Inspectors shall be authorized to approve the pre- delivery acceptance tests and to release the buses for delivery. Upon request to the Contractor’s Quality Assurance Manager, the Resident Inspectors shall have access to the Contractor’s quality assurance files related to this RFP. These files shall include drawings, material standards, parts lists, inspection processing and reports, and records of defects.

Not less than 30 days prior to the beginning of bus manufacture, the Resident Inspectors shall meet with the Contractor’s Quality Assurance Manager. They shall review the inspection procedures and checklists. The Resident Inspectors may begin monitoring bus construction activities three days prior to the start of bus fabrication. Liquidated Damages: If agreed upon delivery dates are not met the Contractor shall pay to the VTA the sum of $125.00 per day for each and every calendar day that the Contractor fails to provide the required services described in these solicitation documents, subject to extensions granted thereto in writing by the VTA. The VTA may deduct, at its option, the amount of liquidated damages from any money due or to become due to the Contractor under this Contract. The Contractor will be granted an extension of time and will not be assessed with liquidated damages for any delay beyond the time periods described in these specifications for delays caused by acts of God or of the public enemy, fire, floods, epidemics, quarantine, restrictions, strikes, labor disputes, shortage of materials and freight embargoes, or other causes deemed by the VTA to be beyond the reasonable control of the Contractor, provided Contractor notifies the Administrator, acting on behalf of the Consortium, in writing of the causes of delay within five calendar days from the beginning of any such delay. The Administrator shall ascertain the nature of the delay and determine whether an extension of time is warranted, which determination shall be final and conclusive. The Contractor has the burden of proof that the delay was beyond its control.

Certification General: Bidder must provide certification that they are a fully authorized distributor of the vehicle being bid; that they are prepared to perform maintenance and warranty service, or have arranged for said service with a certified distributor in the area the vehicle will be used (must specify who); and that they can provide spare or replacement parts, or can assure access to said parts (must specify source).

Page 3: Specification #2016-06.pdf

________________________________________________________________________________________________________ VTA Project # 2016-06 Page 3 of 22

Buy America: Bidder must certify that the vehicle meets FTA Buy America requirements as specified in 49 CFR parts 661, as amended. Specifications: Bidder must certify that the vehicle meets or exceeds these specifications and must obtain approval of exceptions prior to submitting bids. ADA: Bidder must certify that the vehicle and related equipment meets or exceeds ADA Accessibility Specifications as published in 49 CFR Parts 27, 37 and 38 as they apply to this bid. In the event that any of the attached specifications deviate from ADA accessibility specifications, the specifications of the higher standard will apply. Bus Testing: Bidder must complete the attached Bus Testing Certification.

SECTION II SPECIFICATIONS FOR

MEDIUM-DUTY DIESEL TRANSIT BUS 35’ Rear Engine Bus –Low and/or High Floor

SPECIFICATIONS OVERVIEW The vehicles produced according to the included specifications must be of the latest current model year (2015 or newer). All equipment, options and features provided must be designed, constructed and installed to be fully suitable for their intended use and service. The vehicle must be designed and built using the latest available technology and engineering capabilities. All components must be new. Each bus, including all individual components, must meet or exceed all current Federal, State, and Local requirements. The bus shall be supplied by an integrated vehicle supplier that can provide warranty, service, and parts coverage from a single distribution network for the complete vehicle. The body shall be manufactured in compliance with Quality Standards ISO 9001:2000 with regard to the Sale, Design and Manufacture of Customized Buses and Multipurpose Passenger Vehicles. This specification will describe the construction of a medium-duty transit bus. The bus must meet all Federal Bus Testing Requirements and have completed the required bus testing at the Altoona bus testing facility (or be in the process of completing the test) for the category of ten (10) years, 350,000 miles and be fully compliant with the Americans with Disability Act (ADA) requirements. The bus must meet Buy America. The bus being specified below is specific to the VTA. In the vendor submittal form this will be referred to as the VTA RE BASE. Contained within the form is a list of options some of which will increase the price of the base vehicle, others will reduce the base price. Vendors are

Project Timeline Proposals Released: April 19, 2016 Request for Clarifications/Questions: May 6, 2016 Proposals Submission Due: May 20, 2016 noon

Page 4: Specification #2016-06.pdf

________________________________________________________________________________________________________ VTA Project # 2016-06 Page 4 of 22

required to fill in the pricing for these options and are encouraged to add additional options that may be of interest to the other Authorities participating in this procurement. GENERAL DIMENSIONS:

Exterior Length 35’ and 40’ (excluding bike rack) Exterior Width 100” Maximum (excluding mirrors) Exterior Heights 135” Maximum Interior Width at seat level 90” Minimum Interior Height at center aisle 78” Minimum Entry Door Dimension (clear opening) 32” x 90” Minimum First Step Height from Ground 13.5 raised or 11“ lowered Maximum Step Riser Height 9.5” Maximum Step Tread Depth 9.0” Minimum Wheel Base 170” Minimum Gross Vehicle Weight (GVW) 25,500 lbs. Minimum Fuel Tank Capacity 75 gallons Minimum, diesel

Chassis Specifications ALTERNATOR Shall be 24-volt of not less than 250 amps and provide at least 50% of the rated charge at engine idle. Mounting shall be heavy-duty two-leg type as specified in SAE-J-180. A second alternator wired to the 4D marine battery may be required. AXLES & SUSPENSION Option for add on air suspension to be provided. Roll stability shall be controlled by zero delay constant height control valves, one (1) each on the road and curb side.

Parabolic taper-leaf front suspension with heavy-duty shock absorbers. The shock mounting brackets shall be constructed using pressed steel or nodular iron for long life. Suspension to include air ride system utilizing front and rear air bags, two leveling valves and heavy-duty shock absorbers and sway bars adequate for vehicle’s gross weight. The suspension shall be an OEM chassis installed feature with ride optimized characteristics maintaining a 9.25” suspension ride height. There will also be a rear suspension leveling valve included. There shall also be a dump valve to lower the front of the vehicle.

BATTERIES Shall be a minimum two 8D DEKA type maintenance-free with a minimum of 1,440 total cold cranking amps. There shall be a master battery-disconnect switch located in the engine compartment that will shut off all electrical items on the bus. Quick connect battery jump start, street side, mounted on bumper. One additional 12 V SRM - 4D deep cycle marine style battery, isolated from the starting batteries by a 120A diode isolator. Isolated battery to be used for the AVL and other ancillary equipment. Battery must be accessible. There shall be a master battery-disconnect switch located on the inside of the bus, location TBD that will shut off all electrical items on the bus. BIKE RACK Bicycle rack to be installed to the front bumper. This rack is to accommodate three (3) bikes. SPORTWORKS APEX 3, with a pair of heavy duty springs to help raise and lower rack, with

Page 5: Specification #2016-06.pdf

________________________________________________________________________________________________________ VTA Project # 2016-06 Page 5 of 22

instrument panel indicator light to warn vehicle operators that the bike rackis in the lowered position. BRAKES There shall be a parking brake interlock that requires the service brake pedal to be pressed and the ignition key in the “ON” position in order to release the parking brake. FMVSS interlock for wheelchair lift operation required. Brakes shall be either air operated disc brakes or full air drum brakes with Bendix or approved equal 4 channel antilock braking technology with Traction Control and slack adjusters. Bendix AD-IP air dryer or approved equal. Low air pressure warning light and buzzer for dual air brake system. Drain valves to be remote - located below driver’s compartment or pull lanyards at base of skirt for ease of operation. ABS all wheel anti-lock braking system. Emergency- 30" spring brakes system with treadle valve controls. Separate instrument panel mounted valve for parking. Brake lines shall be color coded and secured within the frame rail channel where possible. A complete schematic covering the full brake system shall accompany each bus. Riveted type brake block. CHASSIS CONSTRUCTION The chassis frame rails shall be a minimum high-strength, low-alloy steel (50,000 PSI yield) all chassis cross-members shall be fastened with Grade-8 equivalent high-strength steel fasteners or a lightweight aluminum body structure integrated to a mild carbon steel understructure/chassis with stainless steel used in select places COOLING SYSTEM Radiator shall be mounted in a manner that allows for adequate access and provide for easy inspection and filling of the cooling systems without removing any other equipment. The radiator shall have a minimum 710 sq.in. frontal surface, utilizing two-row aluminum construction, include an automatic pressure-relief cap. The charge air cooler shall be a minimum of 310 sq. in and shall not be in the radiator. Cooling system must be protected to minus 40-degrees Fahrenheit utilizing shell Rotella extended life coolant. An adequate coolant recovery system must be provided. System shall include a low coolant sensor located in the surge tank and be equipped with a low coolant indicator light in the dash message center. An automatic engine shutdown must be provided which will be activated by low oil pressure, high engine coolant temperature and/or low engine coolant level. The system must warn the driver with a light and buzzer when engine coolant temperatures reach or exceed OEM recommended temperature and then shut down when engine coolant temperature reaches OEM specification. ELECTRICAL System shall be 24-volt with 12-volt converter. All chassis circuits shall be protected. ENGINE

Page 6: Specification #2016-06.pdf

________________________________________________________________________________________________________ VTA Project # 2016-06 Page 6 of 22

The engine is to be EPA certified to comply with 2013 emission standards and operate diesel fuel. Minimum 200 H.P. diesel. Option for alternative fuels (LNG & CNG) must be specified. Engine performance settings to be determined post bid. Engine block heater, 1000 watts minimum. A complete set of maintenance manuals and diagnostic equipment must be provided. On board diagnostic connector for diagnostic equipment. Manual regen switch to be located post bid. Engine compartment must have switched lighting. Engine must have fast-idle system and heated fuel/water separator/filter, including “Water in Fuel” sensor to be provided. Corresponding light on dash panel.

EXHAUST Corrosion resistant diesel particulate filter, selective catalyst reduction, diesel exhaust fluid-all stainless steel piping. Exhaust will exit through a tail pipe that exits to the rear street side up at the top corner of the bus, and will not create a hazard to pedestrians. The bus-generated noise level experienced by the driver or by a passenger at any seat location shall not exceed 80 dBA. A maximum exterior noise level of 76 dBA must be maintained when measured from a distance of fifty (50) feet with the engine operating at a governed speed and the vehicle in stationary position. FRAME All welded and bolted construction with grade-8 head bolts and nuts. The main frame shall be a continuous section from the front of the vehicle to aft of the rear axle. Frame rails shall not be notched, tapered, or cutout to provide clearance for engine or step well installation, if high floor bus. FUEL SYSTEM 75 gallons, diesel minimum. Location between rails. Stainless steel fuel lines. HEATERS, DEFROSTERS and FANS There shall be three 65,000 BTU heaters spaced evenly throughout the bus with circulation pump. One separate 65,000 BTU drivers heater. Heated entry. Two dash area mounted fans, one driver’s side, and one passenger side. INSTRUMENT PANEL, CONTROLS, ACCESSORIES, GAUGES and DASH AREA Shall be mounted in the driver console/instrument panel forward and to the side of and in full view of the driver while in the driving seated position and must include:

• Speedometer/7-digit odometer • Tachometer/Hour meter • Engine coolant low warning • Engine coolant temperature with ‘high engine coolant temp’ warning • Transmission oil temperature gauge • Fuel gauge with low fuel warning light • Dual air pressure gauges • High / Low Coolant gauge • Headlights and headlight dimmer switch • Hazard warning switch

Page 7: Specification #2016-06.pdf

________________________________________________________________________________________________________ VTA Project # 2016-06 Page 7 of 22

• Audible warning for oil pressure, water temperature provided through stop engine, engine protection circuit. Separate light and tone for low air pressure

• Key-operated starter switch • Windshield wiper switch, two speed with intermittent feature • Low wash fluid indicator • Fast idle switch • Outside air temperature gauge with compass • Floor mounted turn signals-left, right, high & low beam • Emergency/hazard flashers • Voltmeter with ‘low battery voltage’ light, dual meters – one for each system • Driver dome light, switch for manual operation, automatically with chassis door opening • Dual electric horns • Oil pressure gauge with ‘low oil pressure’ warning • Compartment for clipboard • Hook for drivers jacket • Parking brake/brake system malfunction indicator • Driver HVAC control switches-if equipped • Clearance and identification lamps switches • There shall be 12-volt receptacle located in the dash • On-board diagnostic display of fault codes in front dash • 1/8” aluminum reinforced dash on areas to be determined post bid for mounting

equipment

All chassis gauges will be backlit. An “On/Off” chassis light status shall be coordinated in conjunction with parking and driving lights system. Brightness will be controlled by a rotary switch. KEY and IGNITION If ignition is keyed all ignition keys shall be keyed alike. Key code to be determined post bid. There shall be three ignition keys provided with each bus. Ignition switch shall include an accessory position to power AM/FM radio and other items to be determined post bid. STEERING Vehicle shall be provided with fully adjustable steering wheel. Steering system to include air/electric/hydraulic-assist steering pump to enable engine-off power steering. TRANSMISSION Allison B300 or approved equal with transmission cooler. Minimum of one (1) driveshaft guards between transmission and rear axle. Gear ratio’s to be determined post bid. A complete set of maintenance manuals and diagnostic equipment must be provided. TIRES/WHEELS

Page 8: Specification #2016-06.pdf

________________________________________________________________________________________________________ VTA Project # 2016-06 Page 8 of 22

Single front tires and dual rear tires, hub piloted aluminum disc wheels minimum 19.5” x 7.5” low profile. Tires to be radial, All Position design Hankook or approved equal. Bidder shall supply two (2) spares with each vehicle mounted on wheels identical to those on vehicle. Wheels to be 10-stud disc, hub-piloted. WINDSHIELD Windshield shall be fixed type, glazed with safety laminated glass, and tinted above eye level or sun visors provided. WIRING and ELECTRICAL As built wiring schematics, one hard copy and one electrical copy. Datalink connector, additional length of 4” required, for vehicle programming and diagnostics to be provided in the cab. All components are to be selected and integrated to function in an environment characterized by low engine speeds and high amperage draws (due to lights, flashers, heater, and other accessories in constant operation). All external electrical connections and wiring must be constructed in a manner that protects from corrosion of part due to the high salt content in the proposed operating areas. Chassis production shall include wiring for the integration of the body and include sealed connectors for Tail/Amber/Turn/Marker/Back-up/Accessory Power/Ground and sealed connector for Stop/Turn. This wiring is multiplexed to allow diagnostics of the chassis and body electrical systems. The body switches are integrated into the front dash at the factory for plug-in operation at the body factory. A fuse panel shall be conveniently accessible for service from inside the bus. The door to the panel shall be equipped with a thumb latch. A legend shall be posted inside the panel, which shall correspond with the components. Panel shall be in driver’s compartment area.

All wiring provided in the body construction will be color-coded. The wiring shall be bundled and clamped to protect the wires. Grommets shall be used for protection of wiring through metal framework or panels.

a) All wiring shall conform to the current applicable standards of the Society of Automotive Engineers and be of sufficient size to carry the required current without excessive voltage drop, no drops below 8.5V. The wire shall have adequate mechanical strength for the application and be of a sufficient gauge size to carry the current without overheating. All wiring and related devices shall be installed in a quality workmanship manner and be mechanically and electrically secure.

b) All wiring shall be identified, color-coded where applicable, and numbered for ease

of identification. All wiring shall be adequately protected from water, solvents, road splash, stones, grease, oil, fuel, abrasion and chafing.

c) All wires and cables not installed by the engine manufacturer which are subject to

extreme heat shall be protected by shields necessary to prevent pre-mature failure. d) All parts of the wiring system shall be adequately protected from corrosion, and

adequately protected from undercarriage washes and high concentrations of salt air.

Page 9: Specification #2016-06.pdf

________________________________________________________________________________________________________ VTA Project # 2016-06 Page 9 of 22

e) Battery cables shall be heavy-duty and adequate to carry current output of the electrical system.

f) Grounding wires shall not pass through hinged doors or any other covers. g) All harness and wiring shall terminate at appropriate junction terminals set in

Bakelite or other molded plastic material. h) All wiring and connectors shall be of the soldered-insulated or machine-stake type.

All circuits shall be protected by manual reset circuit breakers or fuses. All circuit breakers shall be clearly identified. Fuses and fuse blocks, if used, shall be clearly identified and easily accessible from inside each vehicle. Fuses may be placed in multiple fuse block locations. The fuse block shall contain holders for spare fuses of each type.

i) Lamps and wiring shall be readily and easily accessible and serviceable. All

exterior devices shall be sealed to prevent entrance of water. j) There shall be no exposed or loose wiring in the driver or passenger compartment

of vehicle. k) Any wiring installed related to an after-market installation must be enclosed within

a loom. Wiring that passes through a body or chassis member must be encased within continuous metallic tubing or be of armored “BX” type.

l) Wiring and harnesses in raceways or other locations shall be supported at

regular intervals by “P” clamps or by other supporting hangers where necessary, and routed in separate hangers from heater hoses or air conditioning hoses.

Body Construction The body construction will meet or exceed applicable Federal Motor Vehicle Safety Standards. Fully enclosed panel body. Various, durable materials may be used in providing the required sleek, streamlined appearance. These panels shall be installed using methods, which provide a smooth surface with minimum-exposed fasteners. Side walls and rear of sixteen (16) gauge smooth galvanized, paintable steel shall be provided riveted to the bows, full galvanized floor gusset and triangular floor gusset. Panels may also be made of aluminum and reforced with compsotie materials that ensure strangth and durability. Panels are to be cleaned and applied to the side framing with rivets and adhesives. Rear engine fiberglass cap with compartments. Roof panels shall be aluminum or twenty (20) gauge smooth galvanized steel, with two (2) ground planes, each 12”x12” with 6” interior removable access screw panels, located forward center. Front cap shall be contoured and aesthetically molded, reinforced fiberglass, normal 5/32” thick. Cap to be installed with structure adhesives and rivets. All panels are to be caulked with paintable sealant prior to painting. Underfloor skirt floor panels are to be undercoated with a nominal - thick application of undercoating plus sprayed on foam insulation. Entrances and stairs are to be of heavy-duty stainless steel construction, with coved or square corners, and additional reinforcement to prevent deflection. Any fasteners used must be stainless steel. Step well treads, if used shall be at least 9” deep and have slip resistant coating, yellow Coated Fiberglass Mesh. Individual risers shall not exceed 9.5” in height. All risers shall

Page 10: Specification #2016-06.pdf

________________________________________________________________________________________________________ VTA Project # 2016-06 Page 10 of 22

be approximately the same height. The entry height from street level shall not be more than 14” inches from the ground. BODY FINISH, EXTERIOR The construction design shall provide an exterior skin with no visible fasteners. All underbody plywood and steel, with the exception of the drive shaft, catalytic converter, engine, transmission, exhaust system, etc. shall be undercoated to protect against corrosion and provide additional sound deadening. The material shall be formulated with corrosion inhibitors. All mechanisms (moving or stationary parts) that are affected or rendered useless by an application of sealant or insulation shall be protected, including vent canisters and drain pipes prior to undercoating. Fender skirts shall be provided. Wheels and tires shall be removable with the fender skirts in place. Mud flaps shall be provided for the rear wheels and be sized effectively to protect the body and not rub the chassis, tires or the ground. Splash aprons and fenders shall be provided in the event that the tires extend beyond the side of the body. Rain gutters shall be provided over the passenger door and side windows. BODY FINISH, INTERIOR The bus interior will be designed to provide the maximum passenger safety and a pleasant, aesthetically pleasing environment. All interior materials will comply with FMVSS 302 governing flammability requirements of interior materials. All interior trim parts are to be high impact ABS material. Interior materials shall be easily cleanable. Interior ceiling shall be finished using Luan panels covered in off white vinyl. H-rail and fasteners used in retention of panels shall be trimmed with molded covers. Interior sidewall shall be finished using Luan panels covered in off white vinyl. Panels are to be held in place at the lower edge by J-rail and at the top edge by the window trim ring. Pushpins shall secure the panels to the sidewall studs. Front bulkhead and transition panel cover shall be light gray ABS plastic. Rear wall covering shall be light gray ABS plastic. BROCHURE HOLDER Brochure rack to hold 12- 4”x9” brochures, location to be determined post bid. BUMPERS Romeo Rim HELP bumper 4 piece or approved equal on rear to have anti-ride feature. Manufacturer’s standard bumper on front, painted black. CAMERA SYSTEM REI Digital 8 camera system with 500 GB Hard drive, wireless bridge kit, vehicles sensor harness, event marker, inertia sensor, GPS receiver, antenna and software DECALS AND MONOGRAMS Decals regarding safety and operating procedures must be supplied in the vehicles for the Authorities to affix to the interior of the bus, with the exception of the Emergency Exits.

Page 11: Specification #2016-06.pdf

________________________________________________________________________________________________________ VTA Project # 2016-06 Page 11 of 22

‘EMERGENCY EXIT WITH INSTRUCTIONS’ must be located at all emergency exits prior to delivery. Other decals must include, at a minimum, the following:

NO SMOKING 2 Size and color TBD WATCH YOUR STEP 2 Size and color TBD Do Not Stand Forward of the White Line While The Bus

2 Size and color TBD

FIRE EXTINGUISHER 1 Size and color TBD FOR PASSENGER SAFETY, FEDERAL LAW PROHIBITS THE OPERATION OF THIS VEHICLE WHILE ANYONE IS STANDING FORWARD OF THE WHITE LINE

2 Size and color TBD

No Smoking, Eating, Drinking 2 Size and color TBD Caution for your safety cross street after bus pulls away

2 Size and color TBD

EXTERIOR DECALS and LOGO’S Fleet number 5 Location to be determined post bid. Agency logo’s, stripes etc. Photograph included, details post bid

ENTRANCE DOORS Two entrance doors to have a minimum clear opening width of forty inches (40”) and a minimum clear opening height of ninety inches (90”). The entrance door will be double-opening split entrance type with aluminum frame construction and include full length, tinted, and tempered safety glass. The meeting edge of each door leaf will be equipped with a rubber lap seal so that when closed, the doors provide a watertight seal. The entrance door will be equipped with an interior manual safety release mechanism, permitting the door to open in case of an emergency. External master release for emergency or in case of lock out. The entrance doors will be air operated and controlled by switches mounted within convenient reach of the seated driver. FAREBOX Vehicle to be pre-wired for a farebox (location to be determined post bid). Offer purchase of farebox as an option for both GFI Genfare Odssey’s and Scheidt & Bachmann Fare Co. FLOOR COVERING The floor will be covered with dark gray rubber flooring. Floor covering shall be smooth and at least 1/8 inch thick under seats and 3/16 inch thick ribbed, non-skid in the aisle and wheelchair areas and at the entry way of both the front door and the floor area surrounding the lift or similar. All transition joints shall be the butt type. Floor covering must be installed to flooring manufacturer’s specifications. Steps shall be covered with 3/16 inch thick ribbed step treads. All step edges, thresholds and the boarding edge of ramps of lift platforms shall have a band of color(s) running the full width of the step or edge which contrasts from the step tread and riser, or lift or ramp surface, either light-on-dark or dark-on-light.

Page 12: Specification #2016-06.pdf

________________________________________________________________________________________________________ VTA Project # 2016-06 Page 12 of 22

LIGHTING-EXTERIOR Halogen headlights with daytime running light feature. All exterior lights shall be LED. This includes stop, tail, clearance, turn signal, back-up, license plate, side-directional, and exterior ADA lights. All marker lights shall have protective guards or be recessed to prevent damage. LIGHTING-INTERIOR LED passenger compartment lighting shall provide sufficient light for safety and security. Red illuminated emergency exit lights over every window shall be keyed to ignition switch.

A separate switch from the chassis lights shall operate the passenger compartment interior lights. Interior lights shall be operative without the engine running.

All interior lights shall be activated when the entrance door is open. Entry and exterior lights shall not directly shine into passenger’s or driver’s eyes. Entry lights should not create a tripping hazard, and must provide adequate illumination on entry. Exterior door light shall be installed below window level and provide at least 1 foot-candle of illumination on the street surface for a distance of 3 feet perpendicular to all points on the bottom step tread. LICENSE PLATE MOUNTS License plate mounts must be provided on both the front and rear of the bus. LUGGAGE RACK Luggage rack to be made of 1 ¼” stainless steel tubing and stainless connectors. Rack is to be permanently fixed and located behind the driver, facing the aisle and is to have two (2) shelves covered in commercial grade carpet. Dimensions to be approximately thirty two (32)” wide, twenty six (26)” deep and seventy (70)” high. Plexi glass on each side directly behind the driver and on side facing the first passenger row. Two smaller luggage racks, one located on each side may be an option. MIRRORS Exterior electric heated mirror assemblies with one flat real view and one distance view per side. Mirrors shall be heated and operated remotely from the driver’s compartment. Mirror brackets shall be stainless steel. Interior mirror shall be 6" x 30" safety glass with protected edges. There shall be a 10-inch convex mirror mounted inside to the upper right side of the rear entrance door to enable the driver to see inside the step well from the driver seat through the above interior mirror. PAINT The body shall have a pre-baked enamel finish. The basic body color shall be one color to be determined post bid. The lower body panel must be made of impact resistant material and shall be easily replaceable. Paint scheme to be provided by the operating agency. The buses will be lettered to match the existing fleet. Reference the attached photographs for required graphics in preparation of the bid document. ROOF VENT/EMERGENCY EXIT

Page 13: Specification #2016-06.pdf

________________________________________________________________________________________________________ VTA Project # 2016-06 Page 13 of 22

Three (3) four-way roof emergency exit with venting capabilities shall be installed in the roof of the vehicle. One roof vent with venting capabilities shall be installed if air conditioning is selected as an option. RUSTPROOFING

Basic Requirement A. Materials furnished shall be approved for use on U.S. Government vehicles (Ziebart,

Poly-oleum, Corashield or approved equal). B. The compound used for rust-proofing shall be of the highest quality available for the

purpose. Application methods, techniques and tooling shall provide expert workmanship in accordance with the highest standards of the trade.

C. The rust-proofing materials and workmanship shall be guaranteed for a minimum life expectancy of five (5) years from application date.

APPLICATION All surfaces requiring protection (i.e. metal, not fiberglass or aluminum) shall be completely

covered by means of a not less than 2,000 p.s.i. spray. Spray tools shall be inserted into closed areas through drilled access holes of ½” diameter

maximum. After application, the holes shall be sealed with plastic or rubber caps. The rust-proofing material shall be forced into crevices, cracks, and seams. Drain holes shall not be blocked. Excess rust-proofing shall be removed from the exterior of the vehicle and the upholstery

shall be clean. WARRANTY When a vehicle is rust-proofed in accordance with this standard, the rust-proofer and/or bidder shall furnish a written warranty stating the period of time the rust-proofing will protect the vehicle (minimum acceptable is (5) year warranty). Defective material and workmanship shall be replaced or repaired by the rust-proofer at no charge in accordance with the warranty.

SEATS and STANCHIONS Driver’s seat The driver’s seat shall be a Recaro deluxe, high quality high back bucket type seat, fully padded, air suspension seat, with cloth covering and dual arm rests, six (6) -way adjustable, upholstery to be compatible with interior and passenger seating. The seat must have an integral headrest, adjustable base and reclining back fully retractable fluorescent orange 3-point lap and shoulder belt. Must comply with all applicable FMVSS regulations. Passenger Seats Bus shall accommodate varying numbers of seated passengers, depending on vehicle length. Layout to be determined post bid. Seats shall be Freedman Mid-Hi. Upholstery to be Tower 3000 Blue or approved equal. The seats behind the rear entrance door shall be forward facing and the other seats will face the aisle. There shall be two-three person flip seats mounted across from the rear entrance door. Passenger seats to be lined with plastic, prior to cloth seats covers being installed. The aisle seats shall each have a padded grab rail mounted on the top of the seat.

Stanchions There shall be five stanchions. One located aft of front entrance door; one located aft of driver; one located forward of rear entrance door; one located aft of rear entrance door; and one located in front of forward facing seat on the left hand side of the bus. All stanchions will be

Page 14: Specification #2016-06.pdf

________________________________________________________________________________________________________ VTA Project # 2016-06 Page 14 of 22

stainless steel with modesty panels. The stanchion aft of the driver shall have a Lexan smoke-colored shield mounted between the ceiling and the horizontal bar of the stanchion. SPEAKERS & RADIO Vehicle must come with an external speaker and eight (8) internal speakers that will be wired directly into the AVL and/or vehicle announcement system(s) and AM/FM radio, if equipped. Driver’s gooseneck microphone with push/hold on off switch wired in with the above speakers. Vehicles to be pre wired, using shielded cable for two way radio, termination point to be determined post bid. SUN VISORS Adjustable sun visor shall be provided for the windshield and the operator’s side window. TOWING DEVICES Tow hooks shall be installed on the front and rear of the vehicle. The towing devices shall be adequate in design and construction to permit towing the vehicle without distortion or failure.

SAFETY EQUIPMENT Safety equipment shall be mounted in a mutually agtreed upon location within the vehicle so as not to rattle or interfere with the driver or passenger movement. First aid kit Bio-hazard spill kit One (1) web cutter Fire extinguisher, 10 lb. ABC type Warning triangles, reflective type (3 units) Two (2) wheel chocks SIGNS One on vehicle display, to be determined post bid. Size of front destination sign shall be maximum LED type (horizontal and vertical) for the vehicle type being delivered. Vehicle(s) shall have installed an Operator Display and Keyboard conveniently located. This unit shall have a USB port to allow for rapid downloading of message listings System must be compatible with SAE-J1708, RS-232 and RS485 protocols. Full color front, side and rear destination sign. Programmed to agency specifications, including the ability to stay on for 15 minutes after the engine bus is shut off. WINDOWS PASSENGER Quarter top tilt in windows shall be provided throughout the entire bus except at the side destination sign mounting location. The sash shall be black Flexnar coated aluminum, rust resistant, horizontal slide type. They shall slide freely with minimal effort. The window tracks shall be polymer or nylon extrusions. The sash shall have a locking device to latch the window in the closed position. The main side windows shall be a minimum of 48” wide to offer maximum exterior view. Windows shall be securely mounted to the main structure of the body and windows shall not rattle when open or closed. Tinted safety glass is to be provided in all windows. The side windows shall be easily replaceable and to the maximum extent possible be sized so that they are interchangeable.

Page 15: Specification #2016-06.pdf

________________________________________________________________________________________________________ VTA Project # 2016-06 Page 15 of 22

All windows shall be fitted with durable, firmly installed weather seals to prevent the entrance of air and water. Materials used for construction of weather seals shall be designed to withstand varying temperature extremes, road splash and salt and other exterior elements without cracking, leaking, loosening and deteriorating. Appropriate sash, as required by FMVSS 217 for capacity of vehicle, shall include an emergency push-out feature, designed to allow quick reset by the bus operator. Emergency push-out instructions shall be furnished and installed at push-out window locations. WHEELCHAIR LIFT/RAMP The wheelchair lift control system must be capable of receiving multiplex commands from vehicle interlocks.

An automatically controlled, power-operated wheelchair lift system compliant to requirements defined in 49 CFR 571.403(FMVSS 403) 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 Deployment or storage of the ramp shall require no more than 15 seconds. The device shall function without failure or adjustment for 500 cycles or 5000 miles in all weather conditions on the design operating profile when activated once during the idle phase. A manual override system shall permit unloading a wheelchair and storing the device in the event of a primary power failure. The manual operation of the ramp shall not require more than 35 lbs of force. WHEEL CHAIR SECUREMENT The securement system shall include one (1) Q-pod set up and (4) individual floor pockets, slide and click type that the retractors are attached to. The retractors must have the fully automatic self tensioning, self locking knob less retractors. The retractors must to be able to rotate 360 degrees. The retractors must use” J “hooks for universal application to all wheelchairs. A combination, integrated lap/shoulder belt with a manual height adjuster is required for the wheelchair occupant. Q'straints Hook & Go QRT Max strap systems. Priority Seating Signs and other required notices as required by the ADA shall be installed. “Stop Request” buttons at forward facing stancions. System shall be installed to be visible and audible to the driver and passengers. Stop request buttons/pull cords (meeting the ADA requirements) shall be installed and activate the light and chime. The buttons/pull cords should be durable in nature. Stop request push-buttons are to be provided in the wheelchair securement areas. The stop request light and chime shall turn off with the opening and/or closing of the passenger door. Securement systems shall be provided. There shall be two complete sets of Q'Straint Slide-N-Click wheelchair securements on the bus including a lap and shoulder harness for use by wheelchair occupant or mobility-aid user. Stanchion and grab bars installed shall be of stainless steel, a minimum of 1-1/4” in diameter. A modesty panel and plexi-glass panel will be installed behind the driver’s seat. Handrails will be

Page 16: Specification #2016-06.pdf

________________________________________________________________________________________________________ VTA Project # 2016-06 Page 16 of 22

installed on both sides of the passenger entrance. Handrails must comply with ADA specifications. Ceiling grab rails shall be installed on both sides of the center aisle. Additional The following additional installations and procedures shall be provided to complete the production process: FRAMES Driver information holder to be located above drivers head on privacy panel. Passenger information and map holder to be supplied. Picture & location to be provided post bid. WATER TEST Vehicle must be water tested upon completion to insure there are no leaks. The water test shall include the underbody as well as the exterior of the bus. MANUALS Each vehicle shall include upon delivery provide one (1) shop mechanic’s reference (maintenance) manual for the engine, body, and chassis, and other OEM manuals, two (2) parts manual of all chassis and body and vendor parts. TWO Complete sets, one printed and one electronic copy of wiring schematics for all electrical components and body wiring. These materials shall include detailed wiring diagrams when applicable and diagnostic software and hardware required. There shall be body CD-ROM including pictures of each bus prior to leaving the factory as well as a unit-specific Bill of Materials / Parts Catalog. This CD-ROM shall also include an electronic Operator‘s and Maintenance Manual for the body, body wiring schematics, and body floor plan. ONLINE SUPPORT The agency shall receive a login and password to access all chassis parts, service, and warranty information. This will give the agency up-to-the-minute information concerning any recalls, etc. pertaining to their specific chassis. This will also give the agency access to a unit-specific parts catalog. TRAINING PACKAGE Technical Training for all system and components will be included. The successful proposer will be responsible for delivering vehicle properly serviced, clean, and in complete operating condition. Pre-delivery service, at a minimum, will include the following: Complete lubrication of chassis, engine, and other mechanisms in accordance with manufacturer's specification; tuning of engine and transmission to proper operating criteria; and checks to ensure proper operation of all accessories, gauges, lights, mechanical and hydraulic features. Equipment must be completely assembled (unless otherwise noted in this specification), including options and attachments and must be thoroughly tested and ready for operation upon delivery. WARRANTY

Bus Chassis A copy of the chassis manufacturer's warranty must be submitted with the proposal and include the minimum: 5 years, unlimited mileage - failure of the chassis frame including cross members. 2 years, unlimited mileage, - failure of any components manufactured by outside suppliers and included as original equipment by the chassis manufacturer. Where the

Page 17: Specification #2016-06.pdf

________________________________________________________________________________________________________ VTA Project # 2016-06 Page 17 of 22

outside supplier's warranty exceeds that of the chassis manufacturers then such warranty shall be stated and shall apply.

Engine Must include the fuel injection system and emission control system

5 year/unlimited mileage

Service Location There must be a one-source warranty location providing full warranty for body, chassis, and engine within 225 miles. Individual locations for each component will not be accepted.

Towing There shall be a 60-month / 150,000 mile extended towing warranty for all unsafe or non-drivable warrantable failures (up to $500 per incident) to the nearest warranty location

Transmission 2-years, unlimited mileage. - copy of OEM warranty to be included

Wheelchair lift 3 years, unlimited mileages Optional Equipment Specifications DRIVER HVAC The driver’s area to have a separately controlled and independent air conditioning system providing 30,000BTU heat and 20,000BTU air conditioning. The a/c and heater to have an easy access replaceable air filter. A manually controlled vent window to be provided in the driver’s area.

PASSENGER HVAC The A/C condenser unit will be roof mounted with integrated compressors and evaporators. The AC unit will be rated at 106,000 BTUs. Driver A/C and ventilating systems will incorporate the introduction of fresh air. Controls will be within easy reach of the driver. 3 year, unlimited mileage warranty. HYBRID DRIVE SYSTEM Provide statistics on increased miles per gallon from at least five (5) reference sites, with contact information. Chassis production shall incorporate the inclusion of a parallel hybrid electric drive system. The hybrid electric drive will add a permanent magnet electric motor /generator to the power train with a lithium ion battery system. The motor shall be liquid cooled and integrated pre-transmission in a parallel configuration. The motor will be a minimum of 60 hp capable of producing 310lb-ft torque. The hybrid system will be completely integrated into the chassis electrical system to provide seamless operation to the operator. If the hybrid system would go off-line for any reason the bus will continue to work conventionally. The complete HEV system will be warranted from one manufacturer.

Page 18: Specification #2016-06.pdf

________________________________________________________________________________________________________ VTA Project # 2016-06 Page 18 of 22

The electric motor, transmission and engine electronics will be an OEM chassis design utilizing an integrated J-1939 communication system. The high voltage batteries shall be incased in a “Power Electronics” Carrier (PEC) and mounted longitudinally on the street side of the vehicle. The battery compartment will be self-draining and vented with a fresh air filter. The high voltage cables shall be orange and contain a warning label near the end of each connector. The master shut-off, high voltage cabling shall be conveniently located on one side of the PEC. The primary starting system for chassis engine is the hybrid drive motor. Chassis 12-volt engine starter shall provide back-up cranking system. If the Hybrid System is offline or the hybrid batteries are not sufficiently charged, the bus will automatically default to the 12-volt cranking system and provide starter electrical power. The transmission will be an auto-clutch auto-shift six-speed transmission with integrated hybrid motor assembly located between the engine and transmission. The driver shift control shall be electronic and push pad design with visual indicators. The regenerative braking mode of the motor will be discontinued during an ABS event. Minimum Hybrid Specifications:

• High-voltage batteries are located inside the Power Electronics Carrier (PEC). The PEC is a plastic composite shell with a metal reinforcement. The PEC is to be conveniently located on the driver’s side under the cab.

• Two high-voltage batteries that are connected in series with each battery producing 172 volts. Each battery consists of 48 individual cells that contain 3.6 volts and are connected in series to produce 172 volts. Each cell is contained in a sealed container. The batteries contain Lithium Manganese Oxide. The electrolyte used in the battery is a Lithium Salt in an organic solvent.

• A high-voltage fuse located in the Power Electronics Carrier (PEC) provides protection in high-voltage battery system.

• The high-voltage cables coming from the PEC are controlled by relays that are normally open. When the ignition key is turned off, the relays open, this contains the voltage inside the Power Electronics Carrier (PEC).

• All positive and negative high-voltage cables are isolated from the metal chassis to prevent shock by touching the metal chassis.

• A ground fault monitor continuously checks for high-voltage leakage to the metal chassis while the vehicle is running. If a malfunction is detected the Amber "Check Hybrid" lamp is lit, and the high-voltage system is shut off.

• An inertia switch mounted in the PEC will open the high-voltage relay circuit in the event of an accident.

• All high-voltage DC cables contain an Interlock loop that will shut down the high-voltage system if they become loose or disconnected.

• The AC cable is continuously monitored to detect an open or short to ground fault. If a fault is detected at key on the vehicle will not crank. If the vehicle is moving the red ‘Stop Hybrid’ lamp will illuminate.

• 3 years-100,000 mile warranty SECTION III

SECTION IV

Page 19: Specification #2016-06.pdf

________________________________________________________________________________________________________ VTA Project # 2016-06 Page 19 of 22

The Authorities are expecting to purchase the following quanties of vehicles, however it is understood that these quantities are subject to change and that the Authoritites have no obligation to purchase the quanities listed below: Authority Year 1 Out years 2-5 VTA 3 18 GATRA 2 10

SECTION V

PROPOSAL RATING Proposals meeting the specifications shall be rated using the following criteria: 30% Price of base vehicle, options and ability to meet delivery dates

25% Ability of vendor to customize options to meet specific operating requirements of each participating agency 25% Vendor support, service and parts availability, length and quality of warranty

10% Compatibility of the vehicle to the confinements of the Vineyard’s road structure 10% History and experience of vehicle sales and service

SECTION VI REPAIR PROCEDURES Proposers should be aware that doing business on Martha’s Vineyard and Nantucket is very different than doing business elsewhere in the Commonwealth. The Islands can be difficult to get to in the peak months and vehicle parts are not readily accessible. Repair Performance

The Authorities reserve the right, as its option, to require the vendor to perform warranty covered repairs that the Authorities deem beyond its capacity.

Repairs by Vendor If the Authorities requires the vendor to perform warranty covered repairs, the vendor or designated representative must begin repairs within ten (10) working days after receiving notification of the defect from the Authorities. The Authorities will make the bus available for complete repairs within the specified time.

The vendor will provide, at its own expense, all spare parts and tools required to complete repairs. At the Authorities option, the vendor may be required to remove the bus from the Authorities property while repairs are being performed. If the bus is removed from the Authorities’ property, the vendor’s representative must diligently pursue repair procedures. Should the Authorities personnel do the work, reimbursement by the vendor to the Authorities is required.

Repairs by Authorities Parts Used

If the Authorities perform warranty covered repairs, it will correct or repair the defect and any related defects using vendor-specified spare parts available from its own stock or those supplied by the vendor specifically for this repair. Monthly, or at a period to be

Page 20: Specification #2016-06.pdf

________________________________________________________________________________________________________ VTA Project # 2016-06 Page 20 of 22

mutually agreed upon, reports of all repairs covered by this warranty will be submitted by the Authorities to the vendor for reimbursement or replacement of parts.

Contractor Supplied Parts The Authorities may request that the vendor supply new parts for warranty covered repairs being performed by the Authorities. These parts will be shipped prepaid to the VTA from any source selected by the vendor within ten (10) working days of receipt of the request for parts.

Defective Components Return The vendor may request that parts covered by the warranty be returned to the manufacturer. The vendor will pay the total cost for this action. Materials should be returned in accordance with vendor’s instructions.

Reimbursement for Labor The vendor for labor will reimburse the VTA. The amount will be determined by multiplying the number of labor hours required to correct the defect by the current per hour, straight wage rate, plus 62 percent fringe benefits.

SECTION VII Training A comprehensive hands-on training program for the operations and maintenance staff shall be provided by the Contractor and Original Equipment Manufacturers (OEM) for major components provided on the buses. The Training Program schedule will be discussed with Contractor after contract award to establish a training schedule that is properly coordinated with the delivery and acceptance of the buses. The minimum training program requirements are described below.

1. Basic Vehicle Orientation - A basic vehicle orientation class for mechanics, service workers, and supervisors will be conducted which provides an overview of the vehicle, service access locations to all major components, locations of all daily service items on the bus, location of all diagnostic ports, and other general operations and of vehicle maintenance. A minimum of five classes at four (4) hours per class will be provided.

2. Bus Maintenance - A detailed twenty-four (24) hour class covering the bus air system, doors, suspension, body and other minor systems will be provided for the VTA’s mechanics, supervisors, maintenance trainers and support staff. A minimum of five classes will be provided.

3. Bus Electrical - A detailed twenty-four (24) hour class covering the bus electrical system including the charging/starting circuit, 12/24 volt power distribution, multiplex system, and all electrical schematics will be provided for the VTA’s mechanics, supervisors, maintenance trainers and support staff. A minimum of five classes will be provided.

4. AC/Heat System - A detailed twenty-four (24) hour class covering the bus heating and air conditioning system operations, maintenance, diagnostics and troubleshooting will be provided for the VTA’s mechanics, supervisors, maintenance

Page 21: Specification #2016-06.pdf

________________________________________________________________________________________________________ VTA Project # 2016-06 Page 21 of 22

trainers and support staff. A minimum of two classes will be provided.

6. Engine - A detailed forty (40) hour class covering the engine and exhaust after treatment system provided that includes engine familiarization, electronic controls, mechanical and electronic diagnostics, exhaust system operation, maintenance and diagnostics, component replacement of exhaust key components will be provided for the VTA’s mechanics, supervisors, maintenance trainers and support staff. A minimum of six classes will be provided.

7. Transmission - A detailed thirty-two (32) hour class covering the transmission provided that includes transmission familiarization, operation, electronic controls, mechanical and electronic diagnostics will be provided for the VTA’s mechanics, supervisors, maintenance trainers and support staff. A minimum of six classes will be provided.

9. Destination Sign System - A detailed four (4) hour class covering the destination sign system including operations, maintenance, diagnostics and troubleshooting, and component replacement will be provided for the VTA’s mechanics, supervisors, maintenance trainers and support staff. A minimum of six classes will be provided.

10. Destination Sign System Programming - A detailed eight (8) hour class covering the destination sign system including use of the programming software, loading the VTA’s destination sign listing into the system, sign list updates, programming features, and transfer of program to individual buses will be provided for the VTA’s designated sign programmers. A minimum of two classes will be provided.

11. Wheelchair Ramp - A detailed four (4) hour class covering the wheelchair ramp including operation, maintenance, hydraulics and controls, diagnostics and repair will be provided for the VTA’s mechanics, supervisors, maintenance trainers and support staff. A minimum of six classes will be provided.

12. Parts and Support Familiarization - A four (4) hour class covering the Contractor’s parts manuals, parts ordering procedures, and recommended spare parts inventory levels will be provided for the VTA’s Stores, Procurement, and Technical Services staff. A minimum of two classes will be provided.

Vehicle operations training described in R.1 will begin upon an agreed mutually by the VTA and Contractor. Basic vehicle orientation, bus maintenance training, destination sign programming, and parts and support familiarization training will begin immediately after delivery of the second bus by the Contractor. The remaining training will be scheduled over a period of one (1) year from date of final acceptance of the second bus delivered by the Contractor, subject to approval of dates and times by the VTA. All training will be conducted at the VTA’s operations and maintenance bases. SECTION VIII

The Authorities will make a payment of 95% approximately 45 days post delivery. The Authorities will retain 5% of the purchase price until delivery of all manuals and correction any defects that are noted in the post delivery inspection.

Page 22: Specification #2016-06.pdf

________________________________________________________________________________________________________ VTA Project # 2016-06 Page 22 of 22

Any questions regarding this RFP should be directed to Angela E. Grant, VTA Administrator (508) 693-9440 ext 110.