Bus, 16+2, Lo Floor Kneel & Non-kneel

From: Maine Division of Procurement Services(State)
MA - 21050300000000000114

Basic Details

started - 04 Jun, 2021 (about 2 years ago)

Start Date

04 Jun, 2021 (about 2 years ago)
due - 31 May, 2026 (in about 2 years)

Due Date

31 May, 2026 (in about 2 years)
Contract

Type

Contract
MA - 21050300000000000114

Identifier

MA - 21050300000000000114
Maine Division of Procurement Services

Customer / Agency

Maine Division of Procurement Services
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Jun 4, 2021, 2:11 PM MA 18P 21050300000000000114 State of Maine NEW Master Agreement Effective Date: 06/04/21 Expiration Date: 05/31/26 Master Agreement Description: Bus,16+ 2 Low Floor Cutaway Accessible Bus, Kneel & NonKneel Buyer Information William Allen 207-624-7871 ext. NULL WJE.Allen@maine.gov Issuer Information Kelly Arata 207-624-3559 ext. kelly.arata@maine.gov Requestor Information Kelly Arata 207-624-3559 ext. kelly.arata@maine.gov Agreement Reporting Categories Authorized Departments 17A TRANSPORTATION 17D MOTOR TRANSPORT Vendor Information Vendor Line #: 1 Vendor ID Vendor Name VS0000023471 Creative Bus Sales, Inc. Alias/DBA Vendor Address Information 14740 Ramona Ave Chino, CA 91710 US DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 MA 18P 21050300000000000114 Jun 4, 2021, 2:11 PM Vendor
Contact Information Marcus Hoffman 8003262877 ext. biddepartment@creativebussales.com Commodity Information Vendor Line #: 1 Vendor Name: Creative Bus Sales, Inc. Commodity Line #: 1 Commodity Code: 55600 Commodity Description: Bus,16+ 2 Low Floor Cutaway Accessible Bus, Kneel & NonKneel Commodity Specifications: Commodity Extended Description: Bus, 16+ 2 Low Floor Cutaway Accessible Bus, Kneeling & Non-Kneeling Quantity UOM Unit Price 0.00000 0.000000 Delivery Days Free On Board 0 Contract Amount Service Start Date Service End Date 95771.00 11/01/20 10/31/25 Catalog Name Discount Craetive DOT Buses 0.0000 % Discount Start Date Discount End Date 06/04/21 05/31/26 Please see authorized signatures displayed on the next page DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 MA 18P 21050300000000000114 Jun 4, 2021, 2:11 PM Each signatory below represents that the person has the requisite authority to enter into this Contract. The parties sign and cause this Contract to be executed. State of Maine - Department of Administrative and Financial Services DateSignature Jaime C. Schorr, Chief Procurement Officer Creative Bus Sales, IncVendor Signature Date Marcus Hoffman, Bid Manager and DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 6/9/2021 6/9/2021 RIDERS  The following riders are hereby incorporated into this Contract and made part of it by reference: (check all that apply) ☒ Rider A – Master Agreement Requirements ☒ Price sheet ☒ Rider B – Terms and Conditions ☒ Bid Cover Page and Debarment Form – Appendix A from RFQ ☒ Municipality Political Subdivision and School District Participation Certification – Appendix C from RFQ ☒ Vendor bid documents including bus specifications ☐ Other – Included at Department’s Discretion DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 RIDER A Master Agreement Requirements MA 210503-114 Commodity: Bus,16+2 Low Floor Cutaway Accessible Bus, Kneeling & Non-Kneeling Master Agreement Competitive Bid RFQ: 17A 200807-031 Contract Period: Through May 31, 2026. Vendor Contacts: Contracts Tony Matijevich | President 800-326-2877 x111 Tonym@creativebussales.com Marcus Hoffman | Bid Manager 800-326-2877 x508 marcush@creativebussales.com Operations Mike Shultz | Commercial Bus Sales 505-414-0620 mshultz@creativebussales.com Mike Wilson | Director of Sales Midwest/Northeast 800-326-2877 x661 mikew@creativebussales.com Service/Warranty Carl Henderson | Director of Service 800-326-2877 x440 chenderson@creativebussales.com Jamie Greenlaw | Fleet Warranty Administrator 800-326-2877 x441 jgreenlaw@creativebussales.com Prices: Prices are with shipping terms of “Free on Board (FOB) – Destination”. The State intends for this to mean that all goods shall be priced to include shipping charges, if any, to the State’s desired location. The “FOB – Destination” shipping term is also intended to mean that the State shall not bear any responsibility for the goods in question until the State takes possession of them at the destination point of delivery. DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 mailto:Tonym@creativebussales.com mailto:marcush@creativebussales.com mailto:mshultz@creativebussales.com mailto:mikew@creativebussales.com mailto:chenderson@creativebussales.com mailto:jgreenlaw@creativebussales.com Base Price Calculation Producer Price Index Escalator: Buses shall be at the prices quoted. These prices shall remain firm/fixed for any purchase orders issued by the Department within a two (2) year period from contract award. The price of any buses ordered by the Department after the initial two (2) year firm/fixed price period shall be calculated as follows: The quoted Base Order Price increased by the difference in the PPI percentage at the contract award date and the last published PPI percentage six months prior to the date of the order. Provisional index percentages are subject to revision and shall not be used for this calculation. The calculation utilizes the U.S. Department of Labor/Bureau Of Labor Statistics Producer Price Index (“PPI”) Category 1413, “Trucks and Bus Bodies”. The price for any purchase order shall not result in a Base Order Price increase of more than 6% per year over the remaining three (3) years of the five (5) year contract. In the event the PPI Percentage calculation price is less than the PPI Percentage used for the previous order, the last price utilized will remain in effect. At no time will the calculated PPI Percentage price fall below the previous order price. Delivery: The vendor is responsible for the delivery of material in first class condition at the point of delivery, and in accordance with good commercial practice. Pre-Manufacturing Meeting: A pre-manufacturing meeting will be held in Maine with the successful bidder the purpose of this meeting shall be a review of specifications, approve equals the bid and the bidder’s build order. Those in attendance may include, but not limited to, representatives from the Department, Provider, and factory representatives (if bidding vendor so chooses) Pre-Delivery Inspection: A factory pre-delivery inspection is required after vehicles are 80% completed and before any unit are delivered. Inspection will be completed by State of Maine Department of Transportation representatives or their designated representatives. Inspectors shall number up to three (3) representatives from MaineDOT. The cost of the inspection, including round trip airfare and lodging for a period of up to three (3) days, two (2) nights, depending of number of vehicles to be inspected. All costs shall be separate of the vehicle bid price. Separate Pricing Per Person. Maine Department of Transportation also reserves the right, at no cost to the bidder, to send factory inspectors to the factory at any time during the building of these vehicles. Post-Delivery Inspections: Upon delivery of each vehicle at the procuring agency desired location (Fleet Services Augusta). State of Maine Department of Transportation representatives and end user agency will perform a post-delivery inspection. State of Maine Department of Transportation representative will create a letter of non-acceptance with furnish details of the deficiencies. Master Agreement Contract Evaluation: The vendor will receive an initial order. There will not be a guaranteed number of units ordered from the vendor. The Department will be monitoring the new equipment and gathering data for an evaluation process that DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 will be used to determine if the vendor/manufacturer is the best fit for MaineDOT’s operation. The Department’s evaluation results will determine additional/future orders. Low Floor Cutaway Accessible Buses will be evaluated based on, but not limited to the following key requirements: a) Delivery time b) Product performance - quality c) Customer service through the buying process d) Customer service during maintenance e) Quality of repair service – product and installation f) Warranty support g) Technology support h) Overall cost of unit operation Low Floor Cutaway Accessible Buses that do not perform to the satisfaction of the Department will not receive additional orders until the vendor corrects the issues of concern. The evaluation process will not exceed a two-year time period. Training: Training for both maintenance and operation on proposed vehicles will be provided by the vendor and the manufacturer at a time and place chosen by the Department and the vendor. DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 SUPPLIER PART NUMBER SUPPLIER NAME ITEM DESCRIPTION EXTENDED DESCRIPTION UNIT OF MEASURE LIST PRICE DELIVERY DAYS NonKneel-Creative Creative Bus Sales, Inc. Bus,Low Cutaway 16+2 Non-Kneeling Chevy 4500 ARBOC Spirit Fr Non-Kneeling Chevy 4500 ARBOC Spirit of Freedom EA $96,771.00 180 Kneel-Creative Creative Bus Sales, Inc. Bus,Low Cutaway 16+2 Kneeling Chevy 4500 ARBOC Spirit Mobili Non-Kneeling Chevy 4500 ARBOC Spirit of Mobility EA $113,586.00 180 DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 RIDER B TERMS AND CONDITIONS 1. DEFINITIONS: The following definitions are applicable to these standard terms and conditions: a. The term “Buyer” or “State” shall refer to the Government of the State of Maine or a person representing the Government of the State of Maine. b. The term “Department” or “DAFS” shall refer to the State of Maine Department of Administrative and Financial Services. c. The term “Bureau” or “BGS” shall refer to the State of Maine Bureau of General Services. d. The term “Division” shall refer to the State of Maine Division of Purchases. e. The term “Contractor”, “Vendor”, or “Provider” shall refer to the organization that is providing goods and/or services through the contract to which these standard terms and conditions have been attached and incorporated. f. The term “Contract” or “Agreement” shall refer to the contract document to which these standard terms and conditions apply, taking the format of a Buyer Purchase Order (BPO) or Master Agreement (MA) or other contractual document that is mutually agreed upon between the State and the Contractor. 2. WARRANTY: The Contractor warrants the following: a. That all goods and services to be supplied by it under this Contract are fit and sufficient for the purpose intended, and b. That all goods and services covered by this Contract will conform to the specifications, drawing samples, symbols or other description specified by the Division, and c. That such articles are merchantable, good quality, and free from defects whether patent or latent in material and workmanship, and d. That all workmanship, materials, and articles to be provided are of the best grade and quality, and e. That it has good and clear title to all articles to be supplied by it and the same are free and clear from all liens, encumbrances and security interest. Neither the final certificate of payment nor any provision herein, nor partial nor entire use of the articles provided shall constitute an acceptance of work not done in accordance with this agreement or relieve the Contractor liability in respect of any warranties or responsibility for faulty material or workmanship. The Contractor shall remedy any defects in the work and pay any damage to other work resulting therefrom, which shall appear within one year from the date of final acceptance of the work provided hereunder. The Division of Purchases shall give written notice of observed defects with reasonable promptness. 3. TAXES: Contractor agrees that, unless otherwise indicated in the order, the prices herein do not include federal, state, or local sales or use tax from which an exemption is available for purposes of this order. Contractor agrees to accept and use tax exemption certificates when supplied by the Division as applicable. In case it shall ever be determined that any tax included in the prices herein was not required to be paid by Contractor, Contractor agrees to notify the Division and to make prompt application for the refund thereof, to take all proper steps to procure the same and when received to pay the same to the Division. 4. PACKING AND SHIPMENT: Deliveries shall be made as specified without charge for boxing, carting, or storage, unless otherwise specified. Articles shall be suitably packed to secure lowest transportation cost and to conform to the requirements of common carriers and any applicable specifications. Order numbers and symbols must be plainly marked on all invoices, DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 packages, bills of lading, and shipping orders. Bill of lading should accompany each invoice. Count or weight shall be final and conclusive on shipments not accompanied by packing lists. 5. DELIVERY: Delivery should be strictly in accordance with delivery schedule. If Contractor's deliveries fail to meet such schedule, the Division, without limiting its other remedies, may direct expedited routing and the difference between the expedited routing and the order routing costs shall be paid by the Contractor. Articles fabricated beyond the Division’s releases are at Contractor’s risk. Contractor shall not make material commitments or production arrangements in excess of the amount or in advance of the time necessary to meet delivery schedule, and, unless otherwise specified herein, no deliveries shall be made in advance of the Division’s delivery schedule. Neither party shall be liable for excess costs of deliveries or defaults due to the causes beyond its control and without its fault or negligence, provided, however, that when the Contractor has reason to believe that the deliveries will not be made as scheduled, written notice setting forth the cause of the anticipated delay will be given immediately to the Division. If the Contractor’s delay or default is caused by the delay or default of a subcontractor, such delay or default shall be excusable only if it arose out of causes beyond the control of both Contractor and subcontractor and without fault of negligence or either of them and the articles or services to be furnished were not obtainable from other sources in sufficient time to permit Contractor to meet the required delivery schedule. 6. FORCE MAJEURE: The State may, at its discretion, excuse the performance of an obligation by a party under this Agreement in the event that performance of that obligation by that party is prevented by an act of God, act of war, riot, fire, explosion, flood or other catastrophe, sabotage, severe shortage of fuel, power or raw materials, change in law, court order, national defense requirement, or strike or labor dispute, provided that any such event and the delay caused thereby is beyond the control of, and could not reasonably be avoided by, that party. The State may, at its discretion, extend the time period for performance of the obligation excused under this section by the period of the excused delay together with a reasonable period to reinstate compliance with the terms of this Agreement. 7. INSPECTION: All articles and work will be subject to final inspection and approval after delivery, notwithstanding prior payment, it being expressly agreed that payment will not constitute final acceptance. The Division of Purchases, at its option, may either reject any article or work not in conformity with the requirements and terms of this order, or re-work the same at Contractor’s expense. The Division may reject the entire shipment where it consists of a quantity of similar articles and sample inspection discloses that ten (10%) percent of the articles inspected are defective, unless Contractor agrees to reimburse the Division for the cost of a complete inspection of the articles included in such shipment. Rejected material may be returned at Contractor’s risk and expense at the full invoice price plus applicable incoming transportation charges, if any. No replacement of defective articles of work shall be made unless specified by the Division. 8. INVOICE: The original and duplicate invoices covering each and every shipment made against this order showing Contract number, Vendor number, and other essential particulars, must be forwarded promptly to the ordering agency concerned by the Vendor to whom the order is issued. Delays in receiving invoice and also errors and omissions on statements will be considered just cause for withholding settlement without losing discount privileges. All accounts are to be carried in the name of the agency or institution receiving the goods, and not in the name of the Division of Purchases. 9. ALTERATIONS: The Division reserves the right to increase or decrease all or any portion of the work and the articles required by the bidding documents or this agreement, or to eliminate DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 all or any portion of such work or articles or to change delivery date hereon without invalidating this Agreement. All such alterations shall be in writing. If any such alterations are made, the contract amount or amounts shall be adjusted accordingly. In no event shall Contractor fail or refuse to continue the performance of the work in providing of articles under this Agreement because of the inability of the parties to agree on an adjustment or adjustments. 10. TERMINATION: The Division may terminate the whole or any part of this Agreement in any one of the following circumstances: a. The Contractor fails to make delivery of articles, or to perform services within the time or times specified herein, or b. If Contractor fails to deliver specified materials or services, or c. If Contractor fails to perform any of the provisions of this Agreement, or d. If Contractor so fails to make progress as to endanger the performance of this Agreement in accordance with its terms, or e. If Contractor is adjudged bankrupt, or if it makes a general assignment for the benefit of its creditors or if a receiver is appointed because of its insolvency, or f. Whenever for any reason the State shall determine that such termination is in the best interest of the State to do so. In the event that the Division terminates this Agreement in whole or in part, pursuant to this paragraph with the exception of 8(f), the Division may procure (articles and services similar to those so terminated) upon such terms and in such manner as the Division deems appropriate, and Contractor shall be liable to the Division for any excess cost of such similar articles or services. 11. NON-APPROPRIATION: Notwithstanding any other provision of this Agreement, if the State does not receive sufficient funds to fund this Agreement and other obligations of the State, if funds are de-appropriated, or if the State does not receive legal authority to expend funds from the Maine State Legislature or Maine courts, then the State is not obligated to make payment under this Agreement. 12. COMPLIANCE WITH APPLICABLE LAWS: Contractor agrees that, in the performance hereof, it will comply with applicable laws, including, but not limited to statutes, rules, regulations or orders of the United States Government or of any state or political subdivision(s) thereof, and the same shall be deemed incorporated herein by reference. Awarding agency requirements and regulations pertaining to copyrights and rights in data. Access by the grantee, the subgrantee, the Federal grantor agency, the Comptroller General of the United States, or any of their duly authorized representatives to any books, documents, papers and records of the Contractor which are directly pertinent to that specific contract for the purpose of making audit, examination, excerpts, and transcriptions. Retention of all required records for three years after grantees or subgrantees make final payments and all other pending matters are closed. Compliance with all applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C. 1857(h), section 508 of the Clean Water Act, (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). (Contracts, subcontracts, and subgrants of amounts in excess of $100,000). Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with Energy Policy and Conservation Act (Pub. L. 94- 163, 89 Stat. 871). 13. INTERPRETATION: This Agreement shall be governed by the laws of the State of Maine as to interpretation and performance. DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 14. DISPUTES: The Division will decide any and all questions which may arise as to the quality and acceptability of articles provided and installation of such articles, and as to the manner of performance and rate of progress under this Contract. The Division will decide all questions, which may arise as to the interpretation of the terms of this Agreement and the fulfillment of this Agreement on the part of the Contractor. 15. ASSIGNMENT: None of the sums due or to become due nor any of the work to be performed under this order shall be assigned nor shall Contractor subcontract for completed or substantially completed articles called for by this order without the Division’s prior written consent. No subcontract or transfer of agreement shall in any case release the Contractor of its obligations and liabilities under this Agreement. 16. STATE HELD HARMLESS: The Contractor agrees to indemnify, defend, and save harmless the State, its officers, agents, and employees from any and all claims and losses accruing or resulting to any and all contractors, subcontractors, material men, laborers and other persons, firm or corporation furnishing or supplying work, services, articles, or supplies in connection with the performance of this Agreement, and from any and all claims and losses accruing or resulting to any person, firm or corporation who may be injured or damaged by the Contractor in the performance of this Agreement. 17. SOLICITATION: The Contractor warrants that it has not employed or written any company or person, other than a bona fide employee working solely for the Contractor to solicit or secure this Agreement, and it has not paid, or agreed to pay any company, or person, other than a bona fide employee working solely for the Contractor any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon, or resulting from the award for making this Agreement. For breach or violation or this warranty, the Division shall have the absolute right to annul this agreement or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gifts, or contingent fee. 18. WAIVER: The failure of the Division to insist, in any one or more instances, upon the performance of any of the terms, covenants, or conditions of this order or to exercise any right hereunder, shall not be construed as a waiver or relinquishment of the future performance of any such term, covenant, or condition or the future exercise of such right, but the obligation of Contractor with respect to such future performance shall continue in full force and effect. 19. MATERIAL SAFETY: All manufacturers, importers, suppliers, or distributors of hazardous chemicals doing business in this State must provide a copy of the current Material Safety Data Sheet (MSDS) for any hazardous chemical to their direct purchasers of that chemical. 20. COMPETITION: By accepting this Contract, Contractor agrees that no collusion or other restraint of free competitive bidding, either directly or indirectly, has occurred in connection with this award by the Division of Purchases. 21. INTEGRATION: All terms of this Contract are to be interpreted in such a way as to be consistent at all times with this Standard Terms and Conditions document, and this document shall take precedence over any other terms, conditions, or provisions incorporated into the Contract. DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 PRE-AWARD BUY AMERICA COST DOCUMENTATION ARBOC Specialty Vehicles, LLC Bus Model: Spirit of Freedom Customer: TBD Bus #: TBD Serial #: TBD Chassis #: TBD Component Manufacturer(s) State(s) US % Foreign % CHASSIS ACTION MACHINE INC MAX MYERS MOTORS INC (CHASSIS ACCT) RC INDUSTRIES INC REFLEX INDUSTRIES INC VOYAGER INDIANA INDIANA INDIANA ILLINOIS INDIANA 2.40% 0.10% CHASSIS FRAME LIPPERT COMPONENTS INC ILLINOIS 0.20% 0.30% BODY A & M SYSTEMS INC AXIS UNLIMITED LLC DBA NATION TANK & TRAILER CHALLENGER DOOR LLC CLEAN-SEAL INC CLEER VISION WINDOWS INC FLEXCO PRODUCTS INC GERFLOR USA HARBOR FOAM INC HENKEL CORPORATION LAMI PLAST INC MOR/RYDE INTERNATIONAL INC NEW FLYER USA INC POSTLE ALUMINUM CO - MIDWEST ROBERT WEED PLYWOOD CORP SOUTHWEST WELDING LLC TEMPLE A DIVISION OF POSTLE OPERATING LLC VELVAC INC INDIANA INDIANA INDIANA INDIANA INDIANA INDIANA ILLINOIS MICHIGAN GEORGIA CALIFORNIA INDIANA ALABAMA ILLINOIS INDIANA INDIANA ILLINOIS WISCONSIN 22.90% 4.50% ELECTRICAL BETA-CON INC CHIEF ENTERPRISES I/O CONTROLS CORPORATION KAUFFMAN ENGINEERING INC MSSL WIRING SYSTEMS INC TRANSIGN LLC WESCO DISTRIBUTION INC INDIANA ILLINOIS CALIFORNIA OHIO OHIO MICHIGAN ILLINOIS 5.60% 2.30% FIBERGLASS/ABS BEST FORMED PLASTICS LLC DUO FORM PLASTICS HART PLASTICS INC PREMIER FIBERGLASS COMPANY INC INDIANA MICHIGAN INDIANA INDIANA 5.20% 0.00% HVAC PROAIR LLC TRANS/AIR MANUFACTURING CORP VALEO THERMAL COMMERCIAL VEHICLES NORTH AMERICA INC MASSACHUSETTS PENNSYLVANIA ILLINOIS 10.70% 0.00% PAINT/GRAPHICS DEC-O-ART INC INDIANA 0.10% 0.00% SEATING FREEDMAN SEATING COMPANY ILLINOIS 8.50% 0.00% STANCHIONS/EXHAUST ASC INDUSTRIES INC EXHAUST PRODUCTIONS INC UNITED ROLL FORMING INC INDIANA INDIANA INDIANA 1.70% 0.10% ADA Q'STRAINT GEORGIA 2.20% 0.00% MISC ALRO STEEL CORPORATION BRAUN CORPORATION, THE LAWSON PRODUCTS INC ILLINOIS ILLINOIS ILLINOIS 12.50% 2.10% MANUFACTURING ARBOC SPECIALTY VEHICLES INDIANA 18.70% 0.00% DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 HOURS Total 90.50% 9.50% 1-Point of final assembly Middlebury, Indiana. 2- Final assembly activities include: (1) Chassis prep and rebuild (2) Body assembly and set (3) Flooring and seat assembly (4) Electrical installation (5) Final assembly including Water test, road test, front end alignment and final ship. DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 PRE-AWARD BUY AMERICA COST DOCUMENTATION ARBOC Specialty Vehicles, LLC Bus Model: Spirit of Mobility Customer: TBD Bus #: TBD Serial #: TBD Chassis #: TBD Component Manufacturer(s) State(s) US % Foreign % CHASSIS ACTION MACHINE INC GARDNER DENVER THOMAS INC HARCO MANUFACTURING GROUP LLC HOOSIER TANK & MANUFACTURING INC MAX MYERS MOTORS INC (CHASSIS ACCT) RC INDUSTRIES INC REFLEX INDUSTRIES INC ROMEO RIM INC VOYAGER INDIANA MISSOURI OHIO MICHIGAN INDIANA INDIANA ILLINOIS MICHIGAN INDIANA 4.20% 0.10% CHASSIS FRAME AIR LIFT COMPANY DAYTON AIR CONTROL PRODUCTS LLC HENDRICKSON - USA LLC LIPPERT COMPONENTS INC NORTHFIELD MANUFACTURING INC MICHIGAN OHIO ILLINOIS ILLINOIS MICHIGAN 3.30% 4.30% BODY A & M SYSTEMS INC AXIS UNLIMITED LLC DBA NATION TANK & TRAILER CHEMLINE INC CLEAN-SEAL INC CLEER VISION WINDOWS INC COMPASS FLOORING INC FLEXCO PRODUCTS INC FUTURE TOOL & MACHINE INC HARBOR FOAM INC HENKEL CORPORATION LAMI PLAST INC MOR/RYDE INTERNATIONAL INC NEW FLYER USA INC POSTLE ALUMINUM CO - MIDWEST ROBERT WEED PLYWOOD CORP SOUTHWEST WELDING LLC TEMPLE A DIVISION OF POSTLE OPERATING LLC VELVAC INC INDIANA INDIANA MISSOURI INDIANA INDIANA MASSACHUSETTS INDIANA MICHIGAN MICHIGAN GEORGIA CALIFORNIA INDIANA ALABAMA ILLINOIS INDIANA INDIANA ILLINOIS WISCONSIN 15.70% 2.70% ELECTRICAL BETA-CON INC CHIEF ENTERPRISES HANOVER DISPLAYS INC I/O CONTROLS CORPORATION KAUFFMAN ENGINEERING INC MSSL WIRING SYSTEMS INC WESCO DISTRIBUTION INC INDIANA ILLINOIS ILLINOIS CALIFORNIA OHIO OHIO ILLINOIS 10.00% 1.80% FIBERGLASS/ABS BEST FORMED PLASTICS LLC DUO FORM PLASTICS HART PLASTICS INC PREMIER FIBERGLASS COMPANY INC INDIANA MICHIGAN INDIANA INDIANA 4.10% 0.00% DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 HVAC PROAIR LLC THERMO KING MIDWEST INC TRANS/AIR MANUFACTURING CORP VALEO THERMAL COMMERCIAL VEHICLES NORTH AMERICA INC MASSACHUSETTS INDIANA PENNSYLVANIA ILLINOIS 7.40% 3.20% PAINT/GRAPHICS DEC-O-ART INC INDIANA 0.10% 0.00% SEATING FREEDMAN SEATING COMPANY ILLINOIS 11.30% 0.00% STANCHIONS/EXHAUST ASC INDUSTRIES INC EXHAUST PRODUCTIONS INC UNITED ROLL FORMING INC INDIANA INDIANA INDIANA 1.80% 0.10% ADA Q'STRAINT GEORGIA 2.30% 0.00% MISC ALRO STEEL CORPORATION BRAUN CORPORATION, THE LAWSON PRODUCTS INC ILLINOIS ILLINOIS ILLINOIS 11.00% 2.90% MANUFACTURING HOURS ARBOC SPECIALTY VEHICLES INDIANA 13.50% 0.00% Total 84.80% 15.20% 1-Point of final assembly Middlebury, Indiana. 2- Final assembly activities include: (1) Chassis prep and rebuild (2) Body assembly and set (3) Flooring and seat assembly (4) Electrical installation (5) Final assembly including Water test, road test, front end alignment and final ship. DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 State of Maine RFQ # 17A 200807-031 14 APPENDIX B STATE OF MAINE DEPARTMENT OF ADMINISTRATIVE AND FINANCIAL SERVICES DIVISION OF PURCHASES RFQ # 17A 200807-031 Low Floor Cutaway Accessible Bus (16+2) TECHNICAL SPECIFICATIONS LOW FLOOR CUTAWAY ACCESSIBLE BUS 16 AMBULATORY PASSENGERS AND TWO WHEELCHAIR SECUREMENT POSITIONS GENERAL a. Purpose The following specifications are for two different buses one for a mid-size, current model low floor cutaway bus with an air operated kneeling system and one mid-size, current model non- kneeling low floor cutaway bus. Bus must be current model compliant with all ADA regulations. Buses shall be equipped with a front entrance door with an integrated wheelchair ramp, flat uninterrupted floor plan in the forward wheelchair positions. The floor plans provided in appendix #1 sixteen (16) ambulatory passengers plus two (2) wheelchair positions. Seating plan desired is described under the Seating section 27.0. These vehicles are to be used to provide transportation services to low income, elderly and/or disabled passengers, children and general transportation. 1.2 Intent It is the intent of this specification to describe a vehicle of substantial and durable construction in all respects congruent to practices acceptable to body and chassis manufacturers. Bidder shall submit evidence that the body manufacturer currently holds a “FULLY MEETS” level of compliance with the "Transit Bus Quality Program" of the chassis manufacturer. To ensure the quality of manufacturer and reliability of product support, the bus body manufacturer shall be ISO 9001:2015 certified. The bidder shall submit with bid documentation certifying ISO registration. 1.3 Requirements The chassis is to be the heaviest duty available with all possible options to make it a heavy-duty vehicle and if applicable shall be Altoona Tested minimum as a 5 Year, 150,000-mile vehicle. 1.4 Completeness a) Any part or detail which makes the vehicle complete and ready for service shall not be omitted, even though such part or detail is not mentioned in these specifications. DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 State of Maine RFQ # 17A 200807-031 15 (b) The price quoted in any proposal submitted shall include all items of labor, materials, tools, equipment and other costs necessary to fully complete the manufacture and delivery of the vehicle pursuant to these specifications. Pricing for subsequent model years will be based on the last published Product Price Index at time of order. Additionally, agency will incur any chassis increases resulting from federally mandated changes. 1.5 Conformity All units or parts not specified shall be manufacturer's best quality and shall conform in materials, design, and workmanship to the best practice known in the automobile industry. All parts shall be new and in no case will used, reconditioned, or obsolete parts be accepted. The parts on all vehicles provided by the same manufacturer shall be interchangeable. 1.6 Materials All materials used in conversion of the vehicle shall conform in all respects to American Society of Testing Materials, Society of Automotive Engineers, or similar association standards. 1.7 Warranty and Maintenance The manufacturer's warranty must be provided for the basic vehicle as well as the warranty for any and all modifications. Lift and rust proofing warranties must also be provided. Bidder must be able to provide warranty and maintenance service for the vehicle and the modifications in the areas in which the vehicles are to be used. Bidders located outside this area must be able to arrange maintenance and warranty service agreement with a certified maintenance facility located within these areas. Bidder must be able to provide or assure access to spare or replacement parts (must specify source). The warranty form that has been included in the bid package MUST be filled out completely and sent with the final bid. 1.8 Pre & Post-Delivery Inspections and Pre-Delivery Inspection: Pre-Manufacturing Meeting: A pre-manufacturing meeting will be held in Maine with the successful bidder the purpose of this meeting shall be a review of specifications, approve equals the bid and the bidder’s build order. Those in attendance may include, but not limited to, representatives from the Department, Provider, and factory representatives (if bidding vendor so chooses) Pre-Delivery Inspection: A factory pre-delivery inspection is required after vehicles are 80% completed and before any unit are delivered. Inspection will be completed by State of Maine Department of Transportation representatives or their designated representatives. Inspectors shall number up to three (3) representatives from MaineDOT. The cost of the inspection, including round trip airfare and lodging for a period of up to three (3) days, two (2) nights, depending of number of vehicles to be inspected. All costs shall be separate of the vehicle bid price. Separate Pricing Per Person. Maine Department of Transportation also reserves the right, at no cost to the bidder, to send factory inspectors to the factory at any time during the building of these vehicles. DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 State of Maine RFQ # 17A 200807-031 16 Post-Delivery Inspections: Upon delivery of each vehicle at the procuring agency desired location (Fleet Services Augusta). State of Maine Department of Transportation representatives and end user agency will perform a post-delivery inspection. State of Maine Department of Transportation representative will create a letter of non-acceptance with furnish details of the deficiencies. Pricing for subsequent model years will be based on the last published Product Price Index at time of order. Additionally, agency will incur any chassis increases resulting from federally mandated changes. 1.9 Awards: MaineDOT reserves the right to award to multiple bidders based on the evaluation results that include, but are not limited to: best value, delivery time, warranty, and the most closely met specifications in the RFP. The award will be made in the best interest of MaineDOT, as determined by the Department. The result of this bid process may be multiple Master Agreement Contract(s). Awards may be made to vendor(s) who meet the minimum specifications. In the event that no Bidder submission conforms to the specifications of this RFQ, then the Division may choose not to make any award. Alternatively, the Division may make an award to the Best Value Bidder whose specifications most closely meet the specifications of this RFQ and the cost will be factored based on that bid. 1.10 Master Agreement Contract Evaluation: After the bid is awarded, the awarded vendor(s) will receive an initial order. There will not be a guaranteed number of units ordered from each vendor. The Department will be monitoring the new equipment and gathering data for an evaluation process that will be used to determine which vendor/manufacturer(s) is the best fit for MaineDOT’s operation. The Department’s evaluation results will determine additional/future orders. Low Floor Cutaway Accessible Buses will be evaluated based on, but not limited to the following key requirements: a) Delivery time b) Product performance - quality c) Customer service through the buying process d) Customer service during maintenance e) Quality of repair service – product and installation f) Warranty support g) Technology support h) Overall cost of unit operation Low Floor Cutaway Accessible Buses that do not perform to the satisfaction of the Department will not receive additional orders until the vendor corrects the issues of concern. The evaluation process will not exceed a two-year time period. DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 State of Maine RFQ # 17A 200807-031 17 BASE PRICE CALCULATION PRODUCER PRICE INDEX ESCALATOR Buses shall be at the prices quoted. These prices shall remain firm/fixed for any purchase orders issued by the Department within a two (2) year period from contract award. The price of any buses ordered by the Department after the initial two (2) year firm/fixed price period shall be calculated as follows: The quoted Base Order Price increased by the difference in the PPI percentage at the contract award date and the last published PPI percentage six months prior to the date of the order. Provisional index percentages are subject to revision and shall not be used for this calculation. The calculation utilizes the U.S. Department of Labor/Bureau Of Labor Statistics Producer Price Index (“PPI”) Category 1413, “Trucks and Bus Bodies”. The price for any purchase order shall not result in a Base Order Price increase of more than 6% per year over the remaining three (3) years of the five (5) year contract. In the event the PPI Percentage calculation price is less than the PPI Percentage used for the previous order, the last price utilized will remain in effect. At no time will the calculated PPI Percentage price fall below the previous order price. CONTRACT PERIOD: 5 years from the date of the award. PRICES: Base Prices are expected to remain firm for the 60-month contract period. Simple Percentage Method. One method of price adjustment is to have the base price changed by the same percentage as the percent change in a selected PPI. To illustrate, suppose that a contract escalation clause called for using the intermediate demand PPI titled Materials and components for manufacturing, not seasonally adjusted. Also suppose that the value of this index was 178.4 for December 2010, the month that corresponds with the base price for escalation, $1,000 per unit. Twelve months later, when December 2011 data were released and the first stipulated price adjustment was to be made, the index value for December 2011, published mid-January 2012, was 187.7. The percent change represents an increase of 5.2 percent in the index for Materials and components for manufacturing and a $52 per unit increase in the price for the escalated product. (See below.) Index at time of calculation, December 2011: .............................. 187.7 Divided by index at time base price was set, December 2010: ..... 178.4 Equals ............................................................................................ 1.052 Base price ..................................................................................... $1,000 Multiplied by .................................................................................. 1.052 Equals adjusted price .................................................................... $1,052 All future releases, including the equipment modification(s), will be priced based upon the new revised Base Award Price. Note: This is an example only to indicate how the PPI Calculated Pricing will be determined for Option Year Orders. DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 18 State of Main RFQ # 17A 200807 031 INSTRUCTIONS FOR COMPLETING TECHNICAL SPECIFICATION SHEET Please complete the checklist for technical specifications set forth below. Electronically enter responses directly into the text-enabled fields next to each specification, including actual dimensions when applicable. Each Bidder must indicate whether it can meet the technical specifications by inserting an “X” next to each specification. The “X” will demonstrate that the Bidder’s offering meets the technical specification. If a Bidder cannot meet a technical specification, then the Bidder must give an explanation for each exception and for equipment that is not available or that will be dealer installed. All explanations must be provided in detail on separate pages along with the justification as to why the alternative equipment or deliverables will be as good as the equipment or deliverables described in the detailed specifications for desired items. A copy of the vendor specification proposal must be provided. Following these instructions is essential for proper bid evaluation. If a Bidder fails to provide requested information or if information on a quote is found to be false or misleading, the quote will be rejected as unresponsive. The award will be made on a best value basis to the vendor that either meets or most closely meets the specifications, while taking price and delivery into consideration. The following abbreviations must be used: X Standard or as specified N/A Not Available DI Dealer Installed EQ Equivalent Bid Specification DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 19 State of Main RFQ # 17A 200807 031 1.0 DIMENSIONS Abbreviation Actual Dimension Notes 1.1 Wheelbase - 189" minimum X 1.2 Overall Height - 115" maximum excluding A/C X 1.3 Overall Length - 300" minimum X 1.4 Interior Length - 218" minimum, from behind driver to rear wall X 1.5 Exterior Width - 96" maximum excluding mirrors X 1.6 Interior Width - 90" minimum (at the floor line) X 1.7 Interior Height @ Center aisle - 76" minimum X 1.8 Entrance Door (Clear Opening Between Handrails) - 35" width, 75" height X 1.9 Kneeling Bus - 11.5" maximum ground to first step in the kneeled position 1.9-A Non-Kneeling Bus - 11.5" maximum ground to first step EQ 1.10 GVWR - 14,000 lbs. minimum X 1.11 Knee Room - 28" minimum, hip to knee X 2.0 CHASSIS Abbreviation Actual Dimension Notes 2.1 Chassis shall be a current model year, dual rear wheel commercial cutaway chassis. Vehicle must meet current Federal and State emission standards. X 2.2 For the proposed low floor bus with the kneeling system the bus must incorporate full 4-point air spring suspension system with kneeling capabilities conveniently operated from the driver’s seat. The system shall have 12-volt electric compressor, with a closed loop dry air dryer system with a built-in recovery tank. The kneeling system shall have a safety interlock that will not allow the bus to kneel if the doors are open. The air suspension shall return to the ride height operated with a switch after the ramp is stowed and the door is closed. Shall utilize a Braun ramp, with a maximum 1:6 slope X 191" 14,200 115" 317" 96" 77" 91 3/8" X 10.5" 13.5" See Cover Letter 2021 DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 20 State of Main RFQ # 17A 200807 031 from ground to floor in the full kneeling position. Ground level to the floor must not exceed 11.5” step height in the kneeled position. Air system must fully recover within 1 minute and 45 seconds or less after the bus has raised from the kneeled position. A full description and illustrations of the kneeling system, ramp, and entrance way must be included with the bid. 2.2-A For the proposed low floor bus without the kneeling system. The bus must incorporate OEM spring suspension system with MorRyde suspension in the rear. Shall utilize a Braun ramp, with a maximum 1:6 slope from ground to floor. Ground level to the floor must not exceed 11.5”. A full description and illustrations of the suspension system, ramp and entrance way must be included with the bid. EQ 13.5” 3.0 POWER PLANT Abbreviation Actual Dimension Notes 3.1 Engine shall be a Gas V8 or V10 with spin-on throw away type oil filter and a disposable dry air cleaner. X 3.2 Engine compartment shall be insulated from the passenger compartment to absolutely minimize coach interior noise level, heat and fumes. Engine cover shall be insulated to reduce interior noise to below 78 decibels. X ALTOONA REPORT 3.3 Engine shall be equipped with engine oil cooler and an OEM engine block heater. X 3.4 Transmission shall be an electronic 5-speed with overdrive, and shall be removable without disturbing engine drive. An auxiliary transmission oil cooler shall be installed in front of the radiator as an OEM option (Heavy Duty Service Package). 4.0 COOLING SYSTEM Abbreviation Actual Dimension Notes 4.1 Cooling system shall incorporate an overflow tank as well as radiator fan equipped with viscous fan clutch. System shall be protected to -35-degree Fahrenheit, utilizing extended life coolant. Antifreeze coolant strength shall be checked and labeled on the coolant reservoir. X Our Low Floor includes MorRyde, uses a Braun Ramp, with slope of 1:6. See cover letter explaining 1st step Accepted is GM 6 Speed DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 21 State of Main RFQ # 17A 200807 031 4.2 All coolant lines are to be secured and protected from sharp edges, by running a large heater hose over existing heater hoses for protection. X 5.0 FUEL SYSTEM Abbreviation Actual Dimension Notes 5.1 Fuel tank shall be a minimum (55) gallon capacity, internally baffled to prevent surging. Tank shall be mounted inside frame rails. X 6.0 EXHAUST SYSTEM Abbreviation Actual Dimension Notes 6.1 There shall be an OEM heat shield installed on the fuel tank. X 6.2 Exhaust tail pipe shall extend to the rear, street side/left of the vehicle beyond body side panel and shall be constructed using exhaust tubing with a tapered cut on bottom side of pipe. Exhaust hangers shall be spaced 30” on center and 10 inches from the tip this is in reference to the bus manufacturer modified exhaust. Tail pipe end diagram up down X 7.0 FRONT AXLE Abbreviation Actual Dimension Notes 7.1 Heaviest axle available with gas pressurized shock absorbers. X 7.2 Front suspension shall be equipped with anti-sway bar. X 55 Gallons DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 22 State of Main RFQ # 17A 200807 031 7.3 Kneeling system front suspension shall be equipped with air springs X 7.3-A Non-Kneeling system front suspension shall be equipped with coil springs X 8.0 REAR AXLE AND FINAL DRIVE Abbreviation Actual Dimension Notes 8.1 Rear axle capacity shall be supplied by manufacturer and matched to vehicle chassis specifications previously described at 189” wheelbase and 14,200 minimum GVWR. X 8.2 Kneeling rear suspension shall be equipped with air springs. X 8.2-A Non-Kneeling rear suspension shall be equipped with leaf springs and MorRyde suspension. X 8.3 Rear axle ratio shall be determined by the manufacturer and based on type of service, geographical area, and additional economic factors recommended. (Preferred ratio 4.10) X 8.4 Rear heavy-duty gas pressurized shock absorbers. Rear suspension shall be equipped with anti-sway bar. X 9.0 PROPELLER SHAFT/DRIVE LINE Abbreviation Actual Dimension Notes 9.1 Drive shaft shall be heavy duty type with needle bearing universal joints, or equivalent. X 9.2 Drive shaft guards shall be installed to prevent it from striking floor of bus or ground, in the event of tube or universal joint failure. X 9.3 Drive shaft guards need to be removable (bolted on type only, not welded). 10.0 STEERING Abbreviation Actual Dimension Notes 10.1 Power Steering is required. X 10.2 Steering mechanism shall be self-centering requiring little or no effort to bring vehicle back to straight-ahead after turning. X 10.3 Steering wheel shall offer a tilt feature to adjust to individual drivers. X DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 23 State of Main RFQ # 17A 200807 031 10.4 Cruise control shall be provided. X 10.5 Vehicle front-end alignment is required, and a printed copy of the alignment result shall be provided with the vehicle packet. X 11.0 BRAKES Abbreviation Actual Dimension Notes 11.1 Service brakes shall be dual hydraulic, power assist, disc front and rear. X 11.2 OEM upgrade to heavy duty brakes and system would be preferred. If available. X 11.3 Braking system shall be adequate for the GVWR of the bid vehicle. X 12.0 WHEELS Abbreviation Actual Dimension Notes 12.1 Vehicle shall be equipped with six (6) heavy, OEM ventilated pressed steel wheels, 16.0” diameter and 6” width, single front and dual rear. All wheels to be inter-changeable. All wheels to be painted white. X 13.0 TIRES Abbreviation Actual Dimension Notes 13.1 LT225/75/16 Load Range E minimum. Total of six (6) OEM all season radial tires. All tires and wheels to be spin balanced and aligned. A spare tire shall be provided that matches all other vehicle tires and shall be mounted on wheel, balanced and painted to match other wheels and shipped loose in bus. X 13.2 Lead wheel weights will not be accepted. Steel weights or less toxic wheel weight alternatives shall be supplied. X 14.0 BUMPERS Abbreviation Actual Dimension Notes 14.1 Vehicle shall be provided with manufacturer’s standard front bumper with rear energy absorption type bumper, Romeo Rim Energy Absorbing Bumper System or equivalent bid specification. X 14.2 Bumpers shall be fastened directly to the chassis frame to allow shock from impact to be transmitted directly to chassis frame. X DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 24 State of Main RFQ # 17A 200807 031 14.3 Rear bumper shall incorporate anti-ride device to prevent standing on rear bumper and shall be integral to bus body. X 14.4 Rear bumper safety sensor systems, Hawkeye or equivalent bid specification. X 15.0 ELECTRICAL SYSTEMS AND COMPONENTS Abbreviation Actual Dimension Notes 15.1 The electrical system shall comply with all applicable FMVSS and shall conform also to all applicable SAE recommended standards and practices. All electrical and electronic components shall be selected to minimize electrical loads thereby not exceeding the generating capacity of the vehicle. All vehicle electronic circuits including but not limited to ignition, clocks, lights, AM/FM radio receivers, computers, emission controls, electronic fuel systems and components, ABS brakes, air bags, alternators, regulators any OEM and Aftermarket components shall be designed or modified to suppress, bypass or otherwise prevent interference from affecting the mobile two-way radio transceiver. X 15.2 The electrical system components and wiring shall be readily accessible through access panels for checking and for maintenance. All switches, indicators and controls shall be located and installed in a professional manner that facilitates easy removal and servicing. All exterior housings of lamps and fixtures shall be corrosion resistant and weatherproofed. X 15.3 One (1) 220 AMP alternator minimum. Alternator must be sufficient to operate all electrical equipment on vehicle including ramp without draining the battery. X 15.4 Dual (2) batteries (GLASS MAT) with a combined capacity of no less than 1800 CCA. Primary and secondary battery shall be at 900 CCA and both batteries shall be in fully enclosed stainless-steel battery compartment with stainless steel slide out tray both batteries shall be matching manufacturer and CCA. A battery compartment located adjacent to the passenger’s entrance door battery compartment shall be stainless steel or painted with acid resistant paint. All battery connections require EXTERIOR BATTERY BOX COMPARTMENT AND DOOR IS FIBERGLASS. Accepted In RFA's DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 25 State of Main RFQ # 17A 200807 031 battery anti-corrosion treatment. Battery Box Door shall be Challenger 1200 Series Stainless Steel Frame or an equivalent bid specification. 15.5 Electrical switch panel shall be dash/doghouse mounted and within easy reach of driver. It shall include all switches which will include: passenger compartment lighting, air conditioning, and heating both dash and rear factory installed equipment and wheelchair safety interlock ETC. All switches shall be back lit for night operation, professionally labeled switches, controls or gauges are not to be installed above the driver’s head or above the OEM Dash. Interior ramp switch (transit style rocker switch) shall be operated conveniently from the driver’s seat and an exterior weather proof momentary toggle switch to operate the ramp and an exterior weather-proof keyed switch to operate the door. The switches shall be located near the passenger entrance door adjacent to the exterior door toggle switch. The exterior ramp toggle switch must be guarded to prevent accidental operation. X DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 26 State of Main RFQ # 17A 200807 031 15.6 A warning light and audible buzzer indicating rear door ajar condition shall be located in the switch panel or dash. X 15.7 Wiring to be routed in a split open-type loom and secured to the body or frame with straps in order to prevent snagging and chafing. Plastic sleeves shall protect wires that penetrate steel members. An underbody convoluted loom shall be used as a protective channel for wiring. Terminals shall terminate at appropriate junction terminals encased in bake-lite or molded plastic material. All wiring and end connectors shall be of the machine staked type. X 15.8 Wiring devices, switches, etc. with the exception of circuit breakers, shall be rated to carry at least 125% of the maximum ampere load for which the circuit is protected. Circuit breakers shall be manual resettable type and designed specifically for each circuit. All body circuit panels shall have an accurate ledger, professionally labeled and installed on circuit panel door. X 15.9 A master electrical component compartment located in a weather protected compartment with access from the interior of the bus shall be provided. X 15.10 All switches provided by bus body manufacturer shall be transit grade rocker type, identifiable with labels indicating the function, switches shall be LED back-lit. Decals or any other “stick-on” type labels will be rejected. X 15.11 Heavy duty 12-volt horn shall be provided and installed so it is protected from wheel wash. A back-up alarm shall be provided. X 15.12 Required with delivery will be an “As Built” wiring schematic. Each individual circuit shall be displayed and correlate with the vehicle bid. A single sheet wiring diagram is unacceptable. Schematic may be contained on USB memory stick or conventional paper manual. X 16.0 INSTRUMENT AND CONTROLS Abbreviation Actual Dimension Notes 16.1 Following chassis gauges and/or controls are to be provided; DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 27 State of Main RFQ # 17A 200807 031 a. Ignition Key Switch X b. Speedometer with Recording Odometer X c. Tachometer (If Optional) X d. Voltmeter X e. Oil Pressure Gauge and Warning Lamp X f. Fuel Tank Level Gauge; Low Fuel Warning Light X g. Engine Temperature Gauge X h. Headlight High Beam Indicator X i. Parking Brake “on” Indicator Light X j. Directional Signal and Flasher Action Light X k. Fasten Safety Belt Warning Light X 16.2 All instruments to be grouped on a single panel in full view of driver. X 16.3 The following controls, in addition to normal steering, braking and transmission functions are to be provided: X a. Column mounted turn signal lever X b. Emergency flasher facing driver and clearly visible X c. Door control at driver’s location X d. OEM Headlight light switch X e. Separate switch and temperature control for driver’s heater, defroster and AC X f. Two-speed wiper control w/intermittent feature X g. Windshield washer X h. Switch for passenger compartment lights X i. Driver dome light X j. Body master disconnect switch, on positive side of system, readily accessible and manually operated by driver X k. Kneeling system switch and an air pressure gauge. X l. 12-volt power tap X 17.0 BODY CONSTRUCTION Abbreviation Actual Dimension Notes 17.1 Body Structure: Vehicle shall be built as an integral unit and adequately reinforced at all joints and corners where stress concentration may occur; body shall be built to adequately carry required loads and withstand road shock. Documentation is required that vehicle meets FMVSS 220 Roll Over Certification. Such certification must be provided X DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 28 State of Main RFQ # 17A 200807 031 with bid submission. Written documentation should be included in bid package that the vehicle being bid has been certified and follows the required standard(s). 17.2 Body structure must incorporate an integrally welded. 17.3 Floorplan must allow for uninterrupted wheelchair maneuverability throughout the wheelchair positions. If the rear floor section is raised over the axle it shall utilize a fixed ramp or step to access the rear seating area. Floor framing description, method of assembly, steel cross sections, and gauge of steel must all be included in full description submitted as indicated at end of Section 17. X 17.4 Tubular wall structures shall be jig-welded, with impact rails incorporated into the walls at floor and seat area. X 17.5 Roof structure shall be same jig-welded construction. Complete description, including size of tubing, metal gauge submitted with total body construction detail. Roof structure must conform to appropriate FMVSS. Illustrations of the framing construction must be submitted. X 17.6 Body steel cage frame which would consist of floor, side walls, roof, from front to rear, and will be welded together resulting in a one-piece body frame structure. No other method of assembly will be acceptable. BOLTED AND BONDED – ACCEPTED In RFA's 17.7 Zinc coating or equal shall be applied to all steel structural members including all components listed in 17.6, when assembly has been completed. 17.8 Vehicle body shall be bolted to frame structure as recommended by chassis manufacturer. X 17.9 Sidewalls and roof shall be insulated with high density polyurethane foam insulation with a minimum R value of 6. Specify R value. X 17.10 All securing and fastening hardware (nuts, bolts, clips, clamps) shall be stainless steel, zinc or cadmium plated phosphate coated to aid in corrosion prevention. X X X DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 29 State of Main RFQ # 17A 200807 031 17.11 Exterior side walls material shall be smooth composite or FRP sheets with no wood fibers or exposed fasteners and a minimum thickness of 3/16 of an inch. Specifications of the exterior wall material is required. X 17.12 Wheelhouses are to be constructed of metal and reinforced to prevent deflection with ample clearance provided for tires under a load and operating on both smooth and rough terrain. X 17.13 A clear paint protection film or aluminum diamond plate shall be installed on the front corner of body of the passenger’s side, ahead of passenger’s entry door and on driver side behind the driver’s door to protect from high volume of stone and road debris for damaging body panels. X 17.14 Removable splash aprons (Mud Flaps) shall be installed at each wheel opening and must extend beyond the outer surface of the tires and not to interfere with any repairs and/or replacement. X 17.15 Vehicle, entire under body frame and underside floor, shall be undercoated and applied at the time of manufacture. All open holes, gaps, seams that enter the bus body or exposed metal surfaces shall be sealed and undercoated. Any craters in the spray foamed areas that can trap materials from the roads shall be refilled and undercoated. Description of undercoating type and make must be included with full bus body description provided by bidding vendor. X 17.16 All exterior metal trim shall be stainless steel, polished aluminum or chrome plated. 17.17 Gutters shall be installed the full body length of vehicle and over all windows and doors in such a way that water is diverted to the rear of the vehicle. NOTE: A COMPLETE AND DETAILED DESCRIPTION OF THE BODY CONSTRUCTION MUST BE SUBMITTED WITH ANY EXCEPTION REQUESTS AND/OR EQUIVALENT BID SPECIFICATIONS. SUCH DESCRIPTION MUST INCLUDE, BUT NOT LIMITED TO, THOSE ITEMS AS INDICATED THROUGHOUT SECTION 17. IN ORDER FOR A SUBSEQUENT BID TO BE CONSIDERED, PRE- APPROVAL OF THE CONSTRUCTION DETAIL MUST BE DETERMINED. 18.0 DOORS Abbreviation Actual Dimension Notes X X DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 30 State of Main RFQ # 17A 200807 031 18.1 Doors of the bid vehicle shall include: Driver’s door, accessible entrance door, and rear emergency door. X 18.2 Driver’s Door shall be chassis manufacturer’s standard door. An external step shall be provided for driver’s ease and convenience in accessing vehicle. If OEM chassis manufacturer does not offer a built-in step as part of the chassis construction, an additional step, with a minimum of 7” x 32” of clear open unobstructed tread area perpendicular to the rocker panel. The construction information of an added step shall be submitted with bid. X 18.3 Passenger’s/Accessible entrance door shall be a two leaf, electrically operated, from the drivers control panel. Size, make, and model of the motor used shall be included with bid, and shall meet the minimum measurements outlined under Sec. 2.0 Dimensions, and listed here. Door glass panes should be 1/8” thick, tinted with AS-2 rated tempered safety glass. Door casing shall be stainless steel frame and be located directly adjacent to the driver’s seat. This specification refers to the doorway framing and not the door panels. Door entrance shall have a clear opening of a minimum of 35” width between the handrails and a minimum door height of 75”. Doors must be installed in such way no to allow ice buildup on the first step. A rubber gasket shall be installed at the meeting edges creating a seal to prevent water and road debris from accessing stepwell. A hinged door must be supplied to access the door mechanism. A red small LED light shall be installed at the emergency exit. Specifications and illustrations of door, doorway and door casing must be submitted with the bid. X 18.4 Stepwell Assembly shall incorporate the wheel chair ramp. Step well shall meet the dimensions as outlined in Section 1.0. shall be fully recessed, enclosed and protected from weather. ADA required hand rails left and right will be installed in entryway and shall be stainless steel. Specifications and illustrations doorway and step well must be submitted with the bid X DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 31 State of Main RFQ # 17A 200807 031 18.5 Rear Emergency Door: A key locking rear emergency door measuring a minimum 32” wide and 54” in height and be key locking from the exterior. Door mechanism shall be design so the door can be locked from the outside, but it can be opened from the inside without unlocking the door. A door ajar warning light and buzzer located in driver’s area door shall be provided with upper and lower door glass. In addition, windows in rear body panels one on each side of the door. These windows shall be a minimum of 7” in width and 24” high and matching in height, the door glass. Emergency exits shall be labeled on the interior of the vehicle. Door casing shall be constructed using stainless steel this refers to the framing of the doorway and not the door. Door to be constructed of 14-gauge steel framing and outer skin consistent with the body construction. Full length piano hinge shall be provided as well as high density foam insulation, a rubber gasket, all around to seal the door from water seepage. A gas pressurized strut rod is required to hold the door open when in use shall be provided. A red small LED light shall be installed at the emergency exit. Door shall be Challenger 500 Series Stainless Steel Frame or an equivalent bid specification. Specifications and Illustrations of the door and doorway must be submitted with the bid. 18.6 All Door-way casing that use exposed metal trim shall be stainless steel. As in the previous door specifications, this refers to the door casing and not the door(s). Door(s) to be constructed with outer skin consistent with the body construction. Full length piano hinge shall be provided, and door shall be insulated with high density foam rubber gasket to seal against water seepage. See arrows in the image below for door-way casing explanation. Door-way casing/trim refer to the arrows X X DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 32 State of Main RFQ # 17A 200807 031 18.7 Roof Hatch: One (1) roof hatch/ventilator shall be installed in location determined by manufacturer not to interfere with roof mounted air conditioning unit. Hatch to be Specialty, Tran spec or an equivalent bid specification. A red small LED light shall be installed at the emergency exit. X 19.0 WINDSHIELD AND WINDOWS Abbreviation Actual Dimension Notes 19.1 Windshield to be OEM standard and shall be laminated tinted safety glass. X 19.2 OEM heavy duty electrical two speed windshield wipers with an intermittent feature and washer. X 19.3 Driver’s side window to be OEM standard roll down type. X 19.4 Passenger windows shall be transit type and not a single sliding school bus type and shall comply with all applicable FMVSS. Windows shall have an opening capability for ensured ventilation with an upper “T” sliding design. Windows shall be safety glass with an AS-3 marking, dark tinted to a maximum of 31% light transmission. X 19.5 Emergency push out windows shall comply in quantity with FMVSS217 and clearly labeled with visible operating instructions. A red small LED light shall be installed above each emergency push X DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 33 State of Main RFQ # 17A 200807 031 out window and any emergency exit. A red small LED light shall be installed at the emergency exit. 19.6 The transition panel located between the right front wheel and the entrance door shall have an AS-2 rated glass window for driver’s view of the right side of vehicle and shall offer a minimum of 300 square inches of glass. X 20.0 HEATERS Abbreviation Actual Dimension Notes 20.1 Front heater shall be OEM manufacturer’s high output heater with defroster. Auxiliary heaters shall be a minimum of two (2) 65,000 BTU units located under seat(s) in passenger compartment and not to interfere with ambulatory traffic. Total heat BTU shall be sufficient to heat vehicle size. X 20.2 Two (2) water shut-off valves shall be installed outside the vehicle under driver’s seat and shall be 1⁄4 turn gate valves, or ball type valves. X 20.3 Each heater shall be individually controlled with three position switches; high, low and off and labeled front and rear. Switches shall be located in switch panel in driver’s area. X 21.0 AIR CONDITIONING Abbreviation Actual Dimension Notes 21.1 Dual air conditioning systems are required with separate compressors. An OEM dash air conditioning system shall be supplemented with a passenger air conditioning system of no less than 65,000 BTU, the BTU rating shall be recommended by manufacturer for service area and climate in Maine. Both systems shall be separately controlled by switches in the driver’s area and should offer a minimum of two speed fan control. Temperature shall be controlled by infinite position rotary control. Passenger’s air conditioning shall be a dual fan/condenser and shall be roof mounted. X 21.2 Return and drain hoses from evaporator shall be routed internally of the vehicles rear wall. X 21.3 Product literature detailing manufacturer’ s specification for both types of systems must be provided with the proposal and should support the BTU capacity for the system selected. X DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 34 State of Main RFQ # 17A 200807 031 22.0 INTERIOR LIGHTING Abbreviation Actual Dimension Notes 22.1 Interior lighting shall include a driver’s compartment dome light instrument panel lights, switch panel back-lighting, six (6) minimum recessed or low-profile mounted lights, in passenger compartment, and two (2) hooded 2 foot- candles of illumination measured stepwell lights that automatically illuminate when passenger door is opened. Interior lighting shall consist of LED lights. X 22.2 All egress locations shall be designated and identified with a small red LED light illuminated when vehicle is in operation. X 23.0 EXTERIOR LIGHTING Abbreviation Actual Dimension Notes 23.1 All exterior lights shall meet State, Federal and MaineDOT requirements. All applicable exterior lights, i.e. Lift Access door, entrance must be in compliance with the ADA requirements and be LED type. (OEM Chassis Lights Are Exempt) X 23.2 Single rectangular halogen headlamps of sealed beam type are required with high and low beam controlled by turn signal lever. Daytime running lights shall be provided if available from chassis manufacturer. X 23.3 Directional signals, front and rear shall be operated by lever on steering column and shall meet all applicable FMVSS. X 23.4 All exterior lights that are available shall be of LED type. (OEM Chassis Lights Are Exempt) X 23.5 All lights (marker, turn signals, taillights, clearance etc.) shall be flush or low profile mounted. X 23.6 Two (2) back up lights shall be provided with a center brake light that operates in conjunction with corner brake lights. X 23.7 Two (2) flush or low profile mounted two foot- candles of illumination measured LED lights shall be installed at the ambulatory entrance door X DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 35 State of Main RFQ # 17A 200807 031 illuminate the landing area and shall be activated automatically upon opening entrance door. 23.8 A license plate bracket with light shall be installed on rear of vehicle and a front license plate bracket for the front with screws for both. X 24.0 FLOOR CONSTRUCTION/COVERING Abbreviation Actual Dimension Notes 24.1 5/8” minimum thickness marine grade plywood sub floor or equivalent bid specification all edges sealed to prevent entry of moisture. Subfloor shall be screwed and glued to frame members. Transit grade non-skid flooring shall be used over sub floor material aisle. Flooring shall be cemented with waterproof adhesive to the plywood sub floor and have welded seams to create a one piece covering. No floor carpeting will be accepted. Flooring shall be “cove” mounted up side walls a minimum of 5” also wheel wells shall be covered with the flooring material. All flooring edges that meet another material (walls, wheel wells, doorframes, floor tracks, etc.) shall be sealed (caulked) to prevent water from entering under the flooring. Any deviation from this installation will be unacceptable. X 25.0 INTERIOR Abbreviation Actual Dimension Notes 25.1 Interior shall provide an aesthetically pleasing atmosphere. School bus type interior is not acceptable. X 25.2 Walls shall be finished in a durable material coordinated with the vehicle’s color scheme, white or light gray. Specify all interior material and include pictures of the interior. X 25.3 Headliner shall also be OEM compatible with vehicle’s colors and shall be covered with a padded vinyl for absorption to reduce interior noise. Specify all interior material and include pictures of the interior. X 25.4 Side and rear walls and roof shall be insulated with description of insulation materials, with r-factor of 6 and installation process being part of the body details. X DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 36 State of Main RFQ # 17A 200807 031 25.5 Fuel tank pump access panel shall be installed in floor. X 25.6 Stanchions shall be installed that are constructed of 11⁄4” seamless stainless steel. Vertical stanchions, with modesty panels to be located at top left of step well and behind the driver. All modesty panels shall be padded, and matching vinyl covered. A clear plexiglass partition shall be installed above the modesty panel behind the driver. X 25.7 All stanchions to be secured to solid structure framing and not simply attached to ceiling or wall panels with sheet metal screws. X 26.0 SEATING Abbreviation Actual Dimension Notes 26.1 Driver’s seat shall be Chassis OEM seat and adjustable power base, fully padded, shock absorbing seat of heavy-duty fire-resistant construction, equipped with retractable lap and shoulder safety restraint; upholstery shall be standard OEM material. Standard arm rest adjustable fore and aft, recline, and lumbar support. All seat mechanism must be covered and not exposed. X 26.2 Passenger Seats shall be fully contoured 2pt mid- high, Freedman or equivalent bid specification. Seats shall have individual backs and bottoms cushions with level 4 upholstery. The first row of seating will be designated by a sign as priority seating. Each passenger seating style will be determined by the end user, all seat costs shall be included in the seating options 36.0. Passenger seat layout See floor layout Attachment #1. X 26.3 A minimum of 28” hip to knee space including those seats mounted behind a modesty panel. X 26.4 Seat belt extensions shall be provided for each individual seat on each vehicle. Length of extensions to be longest available per seat configuration. X 26.5 Grab handle shall be installed on the top of aisle seat. And two continuous ceiling mounted assist rail on each side of the passenger’s area aisle. X DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 37 State of Main RFQ # 17A 200807 031 26.6 Each seat position shall be equipped with a freedman under seat retractor (USR) passenger restraint system (seat belts). Seat belts shall be bolted to the seat frame, independent of the seat. Belts must not be able to fall to the floor. All female seat belt release buckles on the aisle side must be the floppy fabric style, with a sewn in strap on the seat cover to eliminate the buckle from falling to the floor. The wall side release buckles shall be a rigid design either cable or formed steel to eliminate the buckle from falling to the floor. Description and Picture of the USR and release buckle must be provided by bidding vendor. X 27.0 SAFETY EQUIPMENT Abbreviation Actual Dimension Notes 27.1 Each vehicle will be equipped with the following: a. Triangle Reflector Flare Kit X b. 5# Rechargeable ABC Type Fire Extinguisher with holder X c. ANSI Z308.1 Compliant First Aid Kit w/CPR mouthpiece X d. Back Up Alarm X e. Seat Belt Cutter X f. Evac-Aid evacuation blanket or Equivalent Bid Specification X g. Body Fluid Clean Up Kit X h. Wheel chocks and holders X i. Securement and location of safety equipment (with the exception of the back-up alarm) shall be in secure and accessible location to the driver. X 28.0 MIRROR Abbreviation Actual Dimension Notes 28.1 Exterior rear-view mirrors shall be 7”x10” dual glass (one convex lens), heated, remote left and right. A four-way adjustable Interior rear-view mirror installed above the center windshield shall be convex for driver’s view of bus interior. X 29.0 MUD FLAPS Abbreviation Actual Dimension Notes 29.1 Mud flaps shall be installed behind front and rear wheels, flaps shall be positioned in such manner that they or outside the tire envelope to prevent X DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 38 State of Main RFQ # 17A 200807 031 road debris hitting body panels. Bracing may be required to prevent mud flap from sailing. 30.0 EXTERIOR, PAINT, GRAPHICS, LETTERING Abbreviation Actual Dimension Notes 30.1 Buses shall be white unless an agency desires a solid exterior color. (Reference to Section # 38 General Options Pricing) X 31.0 RUSTPROOFING Abbreviation Actual Dimension Notes 31.1 Manufacturer’s full rust proofing package: When a vehicle is rust proofed in accordance with this standard, rustproof and/or bidder shall furnish written warranty stating the period of time the rust proofing will protect vehicle (maximum warranty period offered by manufacturer is required). Warranty shall include a detailed outline of all warranty limitations. Defective material and workmanship shall be replaced or repaired by the rustproof manufacturer at no Charge in accordance with the warranty. No materials from the rustproof process shall restrict any vents or air conditioning drainage tube. Inspection to insure a clear drain will be done at factory and before delivery. X 32.0 BODY/CHASSIS WARRANTY Abbreviation Actual Dimension Notes 32.1 Manufacturer will provide a minimum of one (1) year, 12,000-mile parts and labor warranty to cover all components and parts on the bus body. Chassis will be warranted under OEM standard warranties. Bus body manufacturer shall warranty the body structure for a period of five (5) year or 75,000 miles. Bus body shall be warranted against corrosion for the intended useful life of the vehicle. X 33.0 MISCELLANEOUS Abbreviation Actual Dimension Notes 33.1 OEM AM/FM/CD digital radio shall be provided. Radio shall include clock as part of the radio and not a separate item. There shall be a minimum of four (4) speakers to be installed in passenger compartment. X DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 39 State of Main RFQ # 17A 200807 031 33.2 Key locking storage area with hinged cover installed overhead of driver in the header area. (No Glued Hinges) X 33.3 12-volt cell phone power charging outlet X 33.4 Driver side adjustable sun visor X 34.0 WHEELCHAIR SECUREMENT AREA - RESTRAINTS Abbreviation Actual Dimension Notes 34.1 Wheelchair securement positions shall be in the front of vehicle. Area must have a clear floor area of 30”x 60” (Exceeds ADA requirement 28.23. D.2) per securement. X 34.2 Wheelchair Restraint(s) shall be Q-Straint 360 type or equivalent bid specification and shall secure wheelchair in a forward-facing position. Wheelchair occupant belt shall be provided as well as a retractable shoulder belt in compliance with ADA and WC 18. X 34.3 Restraint system must be manufactured by the same company manufacturing the securement system and should be flush mounted. Q-Straint should be appropriate for use with a “Slide and Click” or equivalent bid specification type. Wall bag mounted storage shall be provided for belt storage when not in use and will be securely mounted in wheelchair area. Storage shall be durable and capable of holding weight of securement belts. X 35.0 WHEELCHAIR RAMP Abbreviation Actual Dimension Notes 35.1 Wheel Chair Ramp (Braun ramp) shall be a self- contained 12-volt electric hydraulic system powered ramp, ramp must meet FMVSS 403 and FMVSS 404, or equivalent bid specification. This ramp shall have a minimum passage way width of 32” X 62” inches, and a 1:6 ramp angle at the knelled position, equipped with edge barriers minimum of 2” inches. The ramp shall stow in the flush floor position. Interior ramp switch (transit style rocker switch) shall be operated conveniently from the driver’s seat and an exterior weather proof momentary toggle switch to operate the ramp and a keyed switch to operate the door. The switches shall be located near the passenger entrance door adjacent to the exterior door toggle switch. The X DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 40 State of Main RFQ # 17A 200807 031 exterior ramp toggle switch must be guarded to prevent accidental operation. 35.2 Ramp interlock shall work when the vehicles transmission is in the park position and parking brake applied ensuring that the vehicle cannot be moved until the ramp is placed in the stow position, ADA38.23. b.2. X 35.3 Ramp platforms shall be illuminated by two LED lights mounted on inside of the door opening stepwell, and exterior of the bus illuminated when the door is opened, which are shielded to protect the eyes of passengers while entering or leaving area, ADA 38.31. X 35.4 Manual back-up systems provided to ensure operation of ramp in case of failure. X ADA REQUIREMENTS SHALL SUPERCEDE ANY AND ALL SPECIFICATIONS NOTED HERE. 35.5 The ramp platform shall have a continuous anti slip resistant surface material for traction in inclement weather and rated 1000 lbs. minimum capacity. X 35.6 All ramp components shall be finished with a baked-on powder coating which will meet a salt spray test of 1000 hours, providing corrosion resistance. X 36.0 GENERAL OPTIONS PRICING Price Notes The following equipment is to be bid as option with prices. List is not limited to, but should include, any and all items so marked throughout the specifications: The following seat options shall reflect the cost difference between the seats specified in 26.2. 36.1 Seating Options: Priced per seat not per double seat. $ » Integrated 3pt seat $ » Integrated 3pt seat with CRS 225 hook and tether $ » Integrated 3pt child restraint seat $ » 3pt foldaway seat $ » 2pt foldaway seat $ » (TDSS) Q-Straint under seat Tie Down Storage System $ 453.00 529.00 765.00 900.00 682.00 88.00 DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 41 State of Main RFQ # 17A 200807 031 36.2 Exterior Bid as Option Pricing: $ » One Contrast Stripe $ » Two Contrast Stripes $ » Solid Color Exterior Paint $ » Lettering (Per Letter) $ » Fleet Number $ » Additional snow tire and wheel mounted in compliance to Section 13.1 (priced each) $ 36.3 Two-way radio pre-wire: Pre-wire shall consist of roof ground plane under the antenna location. With a pull wire from the antenna location routed to the center of the dash, 10ga. power and ground wire, and 14ga activation wire routed to center of dash area with extra wire to allow placement of radio. Shielded wiring or a filtered circuit board may be required to prevent interference. $ 36.4 DVR interior surveillance camera system REI HD 5-600 or equivalent bid specification. Each bus camera system will include CD/software, Remotes, Cables, Keys and extra set of keys. Provide pricing for each of the following options. $ » HD 5-600 DVR Three Camera System $ » HD 5-600 DVR Four Camera System $ » HD 5-600 DVR Five Camera System $ » Extra 500GB Hard Drive $ » HD 5-600 DVR with Wi-Fi and 4G LTE Three Camera System $ » HD 5-600 DVR with Wi-Fi and 4G LT Four Camera System $ » HD 5-600 DVR with Wi-Fi and 4G LT Five Camera System $ » Backup camera integrated in the rear-view mirror. $ » Backup camera with separate monitor. $ 36.5 PA system with hand held microphone, Internal & External speakers, must have switches to control interior speakers and exterior speakers individually and all speakers together. REI or equivalent bid specification. $ 36.6 Vehicle battery jump start connection (i.e. Anderson 350 or equivalent bid specification) readily accessible in the front near the engine grill. $ 36.7 Destination Signage, Mobilite $ 1,118.00 1,588.00 5,647.00 6.00 88.00 647.00 176.00 2,324.00 2,353.00 2,453.00 N/A 2,941.00 3,153.00 3,365.00 412.00 412.00 412.00 188.00 2,500.00 DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 42 State of Main RFQ # 17A 200807 031 36.8 Fare Box Diamond NV with Two Vaults $ 36.9 Fare Box Diamond SV with Two Vaults $ 36.10 ADA fixed route vehicle requirements including but not limited to, pull cords and buttons in the wheel chair areas, an overhead lighted stop request sign with audio stop indication. $ 36.11 Chassis Manufacturer's Extended Warranty Price Sheet and Extended Service Plan $ 36.12 Body Manufacture Extended Warranty Price Sheet and Extended Service Plan $ 36.13 Bike Rack, two position front mounted stainless steel, Sport Works. $ 36.14 Q-Straint wall track mount. $ 36.15 Slide click puck layout for larger wheelchairs. $ 36.16 Diesel Engine $ 36.17 Vehicle operators training shall be provided within the first year of the agency receiving the vehicle(s). Training will be requested by the end user agencies. Training shall cover the functional operation of the Body, chassis, and low floor units (if appropriate) and shall be conducted for appropriate staff members and at their facility. Bid packet must include the training agenda and detailed description of the maintenance & operation training with bid submittal. $ 37.0 BID SUBMISSSION Abbreviation Notes 37.1 The following is a checklist required for this bid to assist in assuring that the bid is complete. This information is in addition to and all documentation found within the specifications. » Every bus must be weighed after completion and results must be supplied with each bus before shipping and supplied with vehicle final paper work. X 1,206.00 1,865.00 818.00 N/A 1,176.00 5yr/150k Structural 2,647.00 88.00 59.00 N/A Included 36.18 Low-Floor Air Suspension Kneeling System $16,815.00 Spirit of Mobility DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 43 State of Main RFQ # 17A 200807 031 » Altoona Test on BID VEHICLE » Complete informational document on chassis, body construction, and body materials. » A fully dimensioned floor plan portraying the arrangement of seats, wheelchair positions, passenger assists, wheelchair lift, modesty panels and doorways. » A weight analysis worksheet exhibiting individual wheel and axle weights. The weight analysis shall be applicable to the vehicle bid and shall exhibit compliance with weight limitations of the chassis manufacturer. » Bus body electrical system description, IN ADDITION TO WIRING "AS BUILT SCHEMATIC" » FMVSS Certifications » Bus Body Manufacturer’s Quality Assurance procedures “in plant” » QVM/SVM certification from chassis manufacturer » References of bidder’s customers currently using same type of vehicle bid. Should include contact name, telephone and date of delivery. » Contact name, title and telephone number for parts and service. Warranty service and warranty parts form included in bid package MUST be complete and returned in order for bid to be determined responsive. » Literature/Brochure shall be provided for Wheelchair Securement System, Wheelchair Lift, Air Conditioning, Heaters, Seating, ETC, and under seat retractors and release buckle. » Manuals to be provided with vehicle shall include a Parts Manual, Service Manual and an “As Built” Wiring Schematic. One set of manuals per agency and one for MDOT for the initial purchase. Manuals may be provided in conventional paper manual or CD. » Recommended service and maintenance schedule for chassis, body and components. » Warranty Descriptions on Chassis, Body and all Sub-Components » Extended Warranty Descriptions on Chassis, Body and all Sub-Components X X X X X X X X X X X X X X X DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100 AR 8 e (;�eciaflJ VehicfeJ· FMVSS/CMVSS Compliance Summary SOM-F Ford E450 The following describes briefly the C/FMVSS standards and the Compliance Action that has been taken by either ARBOC Specialty Vehicles or the chassis manufacturer. C/FMVSS No. Standard Description Compliance Action ARBOC does not alter the OEM controls or displays. Any 101 Control Location, Identification and Illumination aftermarket seats and/or controls or displays subject to the standard meet this standard. Test data on file. 102 Transmission Shift Lever Sequence, Starter Interlock & Compliance is deferred to the chassis manufacturer. Transmission Braking Effect 103 Windshield Defrosting & Defogging Systems Compliance is deferred to the chassis manufacturer. 104 Windshield Wiping & Washing Systems Compliance is deferred to the chassis manufacturer. 105 Hydraulic Brake Systems Test data kept on file. Vehicles have additional lines installed using OEM components, where necessary modifications are made OEM 106 Brake Hoses or OEM approved components and are tested for compliance. For non-modified areas, compliance is deferred to the chassis manufacturer. 107 Reflecting Surfaces No standard, "Reserved" 108 Lamps, Reflective Devices & Associated Equipment ARBOC does not alter OEM lighting. Additional lighting added by ARBOC SV meets applicable standard. Data on file. 111 Rear View Mirrors All aftermarket mirrors installed by ARBOC meet this standard and DOT regulations. Data on file. 113 Hood latch systems Compliance is deferred to the chassis manufacturer. 114 Theft Protection Compliance is deferred to the chassis manufacturer. 115 Vehicle Identification Number Standard transferred to part 565/567. Chassis manufacturer and ARBOC SV meet applicable standard. Data on file. ARBOC does not alter brake systems. Vehicles with modified wheel base have additional fluid added using OEM 116 Hydraulic Brake Fluids instruction and materials. All other system modifications utilize only OEM-approved fluid. For non-modified vehicles compliance is deferred to the chassis manufacturer. 119 New Pneumatic Tires Compliance is deferred to the chassis manufacturer. 120 Tire Selection and Rim for Motor Vehicles with a GVWR Compliance is deferred to the chassis manufacturer. of 4,536 kg {10,000 lbs.) or more ARBOC does not alter the OEM accelerator system, with the exception of the addition of aftermarket fast 124 Accelerator Control Systems idle systems on some vehicles. These systems meet this standard when installed in accordance with supplier instructions. 201 Occupant Protection in Interior Impact Not Applicable, (for buses under 10,000 Lbs GVWR) 203 Impact Protection for the Driver from the Steering Compliance is deferred to the chassis manufacturer. Control System 204 Steering Control Rearward Displacement Compliance is deferred to the chassis manufacturer. No modifications are made to the OEM Glazing materials. 205 Glazing Materials Additional glazing materials meet the standard. Data on file. DocuSign Envelope ID: 54F2BCE3-63AE-4A27-97B8-BBD1ECC6F100

111 Sewall Street 9 State House Station Augusta, ME 04333-0009Location

Address: 111 Sewall Street 9 State House Station Augusta, ME 04333-0009

Country : United StatesState : Maine

You may also like

SIMCOE COUNTY LINX BUS REFURBISHMENTS FOR FOUR (4) BUSES

Due: 15 May, 2024 (in 13 days)Agency: County of Simcoe

FLOOR MAT SERVICES FOR THE NIHCS - FORT WAYNE, MARION, MUNCIE AND PERU

Due: 31 Oct, 2025 (in 18 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.