CITYLINK PUBLIC TRANSIT with Federal Funding from the...

186
CITYLINK PUBLIC TRANSIT with Federal Funding from the Federal Transit Administration INVITATION TO BID (ITB-Citylink-2016-01) Commercial Buses – Cutaways Contents Page 1.0 GENERAL INFORMATION 1.1 Purpose .............................................................................................................................. 1 1.2 Issuing Agency.................................................................................................................... 1 1.3 Restrictions on Communications ....................................................................................... 1 1.4 Bidder Questions and TVT Response ................................................................................. 1 1.5 Closing Date ....................................................................................................................... 2 1.6 Conflict or Ambiguities ...................................................................................................... 2 2.0 VEHICLES TO BE PURCHASED 2.1 Vehicles to be Purchased ................................................................................................. 2 2.2 Pre-Award and Post Delivery Inspections .......................................................................... 2 2.3 Additional Provisions ......................................................................................................... 2 2.4 Exceptions to the Bid Specifications .................................................................................. 3 2.5 Pre-Delivery Tests and Inspections .................................................................................... 3 2.6 Assumption of Risk or Loss ................................................................................................ 3 2.7 Acceptance of Vehicle........................................................................................................ 3 2.8 Repairs after Non-Acceptance ........................................................................................... 3 2.9 Service and Parts................................................................................................................ 4 2.10 Required Documents ......................................................................................................... 5 3.0 FORMAT FOR BID SUBMISSION 3.1 Requirements ........................................................................................................................ 6 3.2 Required Certifications ......................................................................................................... 7 3.3 Other Required Forms........................................................................................................... 7 4.0 INSTRUCTIONS FOR PROPOSAL SUBMISSION 4.1 Instructions for Bid Submission ............................................................................................ 7 4.2 Public Disclosure of Information Contained in Bid and Bidder Responsibilities ................... 7 4.3 Adequacy and Completeness of Bid ..................................................................................... 8 4.4 Specification and Offer Omissions ........................................................................................ 8 5.0 SELECTION PROCEDURES 5.1 Consideration of Bids ............................................................................................................ 8 5.2 Consideration for Award ....................................................................................................... 8 5.3 Selection Criteria ................................................................................................................... 8 5.4 Single Bid Response .............................................................................................................. 9

Transcript of CITYLINK PUBLIC TRANSIT with Federal Funding from the...

CITYLINK PUBLIC TRANSIT with Federal Funding from the Federal Transit Administration

INVITATION TO BID (ITB-Citylink-2016-01)

Commercial Buses – Cutaways

Contents Page 1.0 GENERAL INFORMATION

1.1 Purpose .............................................................................................................................. 1 1.2 Issuing Agency .................................................................................................................... 1 1.3 Restrictions on Communications ....................................................................................... 1

1.4 Bidder Questions and TVT Response ................................................................................. 1 1.5 Closing Date ....................................................................................................................... 2

1.6 Conflict or Ambiguities ...................................................................................................... 2

2.0 VEHICLES TO BE PURCHASED 2.1 Vehicles to be Purchased ................................................................................................. 2 2.2 Pre-Award and Post Delivery Inspections .......................................................................... 2 2.3 Additional Provisions ......................................................................................................... 2 2.4 Exceptions to the Bid Specifications .................................................................................. 3 2.5 Pre-Delivery Tests and Inspections .................................................................................... 3 2.6 Assumption of Risk or Loss ................................................................................................ 3 2.7 Acceptance of Vehicle ........................................................................................................ 3 2.8 Repairs after Non-Acceptance ........................................................................................... 3 2.9 Service and Parts ................................................................................................................ 4 2.10 Required Documents ......................................................................................................... 5

3.0 FORMAT FOR BID SUBMISSION

3.1 Requirements ........................................................................................................................ 6 3.2 Required Certifications ......................................................................................................... 7 3.3 Other Required Forms........................................................................................................... 7

4.0 INSTRUCTIONS FOR PROPOSAL SUBMISSION 4.1 Instructions for Bid Submission ............................................................................................ 7

4.2 Public Disclosure of Information Contained in Bid and Bidder Responsibilities ................... 7 4.3 Adequacy and Completeness of Bid ..................................................................................... 8 4.4 Specification and Offer Omissions ........................................................................................ 8

5.0 SELECTION PROCEDURES

5.1 Consideration of Bids ............................................................................................................ 8 5.2 Consideration for Award ....................................................................................................... 8 5.3 Selection Criteria ................................................................................................................... 8 5.4 Single Bid Response .............................................................................................................. 9

6.0 ADMINISTRATIVE REQUIREMENTS

6.1 Incorporation of FTA Terms .................................................................................................. 9 6.2 No Obligation by the Federal Government ........................................................................... 9 6.3 Protests ................................................................................................................................. 9 6.4 Contract Term ....................................................................................................................... 9 6.5 Prime Contractor ................................................................................................................... 9 6.6 Ownership of Materials......................................................................................................... 10 6.7 Disputes ................................................................................................................................. 10 6.8 Termination for Convenience ............................................................................................... 10 6.9 Termination for Default ........................................................................................................ 10 6.10 Inspection and Approval of Work ......................................................................................... 10 6.11 Retention of Records ............................................................................................................ 10 6.12 Audit and Inspection of Records ........................................................................................... 11 6.13 Responsibility to Its Employees ............................................................................................ 11 6.14 Option of Obtaining Services Outside of the Contract Resulting from this RFP ................... 11 6.15 Price Determination for Regulatory Changes ....................................................................... 11 6.16 Unavoidable Delays ............................................................................................................... 11 6.17 Liquidated Damages .............................................................................................................. 12 6.18 Payment ................................................................................................................................ 13 6.19 Changes in Federal Laws and Regulations ............................................................................ 13 6.20 Clean Air ................................................................................................................................ 13 6.21 Clean Water Requirements ................................................................................................... 13 6.22 Energy Conservation ............................................................................................................. 13 6.23 Program Fraud and False or Fraudulent Statements and Related Actions .......................... 13 6.24 Access to Third Party Contract Records ................................................................................ 14 6.25 Non-construction Employee Protection ............................................................................... 14 6.26 Debarment and Suspension .................................................................................................. 14 6.27 Lobbying ................................................................................................................................ 14 6.28 Disadvantaged Business Enterprise ...................................................................................... 14 6.29 Insurance Requirements ....................................................................................................... 15 6.30 Civil Rights – Title VI, EEO ...................................................................................................... 15

7.0 ADMINISTRATIVE REQUIREMENTS APPLICABLE TO PROCUREMENT OF BUSES

7.1 Title ....................................................................................................................................... 17 7.2 Materials/Accessories Responsibility .................................................................................... 17 7.3 ADA Vehicle Standards .......................................................................................................... 17 7.4 Buy America Certification Requirements ............................................................................. 17 7.5 Buy America Access to Records and Reports ....................................................................... 17

Attachment A: Bid Schedule Attachment B: Conflict of Interest Affidavit (Bidder Input Mandatory) Attachment C: Solicitation, Offer, and Award (Bidder Input Mandatory) Attachment D: Vehicle Specifications by Type (Bidder Input Mandatory) Attachment E: Quality Assurance Requirements Attachment F: Warranty Provision Requirements Attachment G: Required Federal Certifications (Bidder Input Mandatory) Attachment H: Other Bid-Required Forms (Bidder Input Mandatory)

ITB-Citylink-2016-01 Commercial Buses: Cutaways Page 1

INVITATION TO BID (ITB) Commercial Buses: Cutaways

1.0 GENERAL INFORMATION 1.1 PURPOSE

Citylink Public Transit (Citylink) issues this invitation to bid (ITB) to obtain competitive bids from qualified Suppliers for the manufacture and delivery of transit buses and associated vehicles as described in this document and in accordance with the terms and conditions set forth. One (1) firm-fixed price Contract for the base vehicle will be awarded per type of vehicle, with a list of options price-listed out for each type vehicle. The primary use of vehicles is for public transportation, senior citizen transportation, other human service transportation, and public transit systems rural or urban applications. Buses must meet all Federal Transit Administration (FTA), Idaho Transportation Department (ITD), State of Idaho and local emission and safety requirements. Federal Motor Vehicle Safety Standards must be met. Compliance with Transit Vehicle Manufacturer Experience, Buy America and other FTA third (3rd) party clauses is required. Citylink has registered under CCR and DUNNS requirements. Funding for the purchase of these vehicles is from United States Department of Transportation (US DOT), Federal Transit Administration (FTA), in the form of three grants to the State of Idaho:

Grant Number ID-18-X042 – Section 5311 Rural Transportation NOTE: Completion of purchases listed herein are contingent on availability of federal funding sources listed above, and purchases may be curtailed and/or reduced based on these federal funds being made available to the State of Idaho for Citylink.

1.2 ISSUING AGENCY

This ITB is issued by Citylink. Citylink is the sole point of contact for purposes of this ITB and subsequent responses.

1.3 RESTRICTIONS ON COMMUNICATIONS

From the issue date of this ITB until a Supplier(s) is (are) selected and a Contract is executed, bidders are not allowed to communicate with any person involved with development of the ITB or any person involved in bid review except through written (including electronic) correspondence to Citylink contact listed in Section 1.4, Bidder Questions and Citylink Response. Violation of this provision may result in the rejection of a Suppliers bid.

1.4 BIDDER QUESTIONS AND CITYLINK RESPONSE

Citylink staff will not respond verbally to inquiries by Suppliers or their representatives regarding the technical aspects of the ITB; however, Suppliers may submit written questions, via fax or e-mail (preferably via e-mail). Written questions regarding the ITB, the Standard Terms and Conditions, or the Solicitation Instructions to Vendors must be submitted to Citylink via fax or e-mail (preferred) at [email protected]. Documents attached to e-mails should be submitted in Microsoft Office Word (Versions 1997-2003, or 2007). Questions must be in writing, and must be received by 11:59 p.m. PST on September 27, 2016 to be considered. The questions and the responses will be posted, via an addendum

ITB-Citylink-2016-01 Commercial Buses: Cutaways Page 2

to the ITB, at http://www.idahoCitylink.com/public.php. Any addendums to the ITB will be made part of the final contract

1.5 CLOSING DATE The Closing Date of this ITB is October 11, 2016, 2:00 PM, Pacific Standard Time.

1.6 CONFLICT OR AMBIGUITIES

Bidders must notify Citylink immediately if conflicts or ambiguities are found in the ITB prior to the specified question Due Date. If it appears to a prospective bidder that the performance of the work under the Contract, or any of the matters relating thereto, is not sufficiently described or explained in the solicitation documents, or that any conflict or discrepancy exists between different parts thereof or with any federal or state law, ordinance, rule, regulation, or other standard or requirement, then the bidder shall submit a written request for clarification/approved equal to Citylink within the time period specified in Section 1.4. The Form prescribed for such requests for clarification/approved equal is Attachment H to this ITB.

2.0 VEHICLES TO BE PURCHASED The following vehicles will be purchased and delivered, FOB destination, as indicated in this document no later than 150 days after date of order from Citylink. Complete specifications for all vehicles are included in Attachment D (Vehicle Specifications), which is separate from this document and available for download from the website http://www.idahocitylink.com/public.php In addition, bidders shall use the forms prescribed in Attachment C (Solicitation, Offer, and Award), which is separate from this document and available for download from the website http://www.idahocitylink.com/public.php .

2.1 VEHICLES TO BE PURCHASED

Two (2) Medium Duty/Heavy Duty Suspension Buses, as specified. Minimum of thirty-two (32) ambulatory passengers with two (2) or more wheelchair securement stations and compliant wheelchair lift (see attachment D.4A, Type IV Medium Duty Bus with Heavy Duty Suspension Cutaway Bus). Current compliant and available ADA accessible features must be included.

One (1) Light to Medium Duty Bus, as specified. Minimum of fifteen (15) ambulatory passengers with two (2) or more wheelchair securement stations and compliant wheelchair lift (see attachment D.3, Light to Medium Duty Paratransit Bus). Current compliant and available ADA accessible features must be included.

2.2 PRE-AWARD AND POST DELIVERY INSPECTIONS

Citylink will conduct an inspection of the buses pre-award and post-delivery to ensure that all requirements are met.

2.3 ADDITIONAL PROVISIONS

2.3.1 The vehicles shall be delivered complete to Citylink no later than 150 days from the date of award. Failure to do so will cause the immediate implementation of penalties as provided under this Contract.

2.3.2 The Altoona Testing Documents for the specific model and specifications of the buses being bid must be

enclosed with the bid submittal. The submission of Altoona document(s) cannot be delayed and failure

ITB-Citylink-2016-01 Commercial Buses: Cutaways Page 3

to submit the appropriate Altoona Testing Documents applicable to all buses with the bid submission (except basic OEM vans or vehicles not required to be STURRA tested) will result in rejection of the bid.

2.3.3 The Supplier shall permit and conduct an on-site inspection at final assembly point, upon request, of

Citylink.

2.3.4 The Supplier shall permit an on-going inspection by Citylink during the assembly of the buses if so required/requested. Such an inspection or inspections, may be required if Citylink is required to verify or desires to verify the Buy America related certifications made by the vendor/manufacturer and to verify any other requirements of build and quality verification, plant procedures and controls, and to meet any other FTA requirement as may be applicable.

2.3.5 Contract award is subject to the financial assistance grants and the conditions and stipulations appertaining thereto between the FTA and ITD under applicable FTA grants. 2.4 EXCEPTIONS TO THE BID SPECIFICATIONS Bidders who may wish to propose a vehicle with exception to the specifications or alternative specifications

must do so in accordance with the procedures outlined in Section 1.4 and 1.6 of this ITB. 2.5 PRE-DELIVERY TESTS AND INSPECTIONS

The pre-delivery tests and inspections may be performed at or near the Contractor's plant; they shall be performed in accordance with the procedures defined in Attachment E: Quality Assurance Provisions, and they may be witnessed by representatives of Citylink. When the vehicle passes these tests and inspections, Citylink shall accept the vehicle delivered.

2.6 ASSUMPTION OF RISK OF LOSS Citylink shall assume risk of loss of the vehicle on delivery. As stated in Section 2.0, delivery will be FOB Citylink’s location. Prior to this delivery or release, the Contractor shall have risk of loss of the vehicle, including any damages sustained during the common carrier or driveway operation regardless of the status of title or any payments related to the vehicle. Drivers shall keep a maintenance log en route, and it shall be delivered to Citylink with the vehicle.

2.7 ACCEPTANCE OF VEHICLE Within fifteen (15)-calendar days after arrival at the designated point of delivery, the vehicle shall undergo the tests defined in Attachment E: Quality Assurance Provisions. If the vehicle passes these tests or if the Citylink does not notify the Contractor of non-acceptance within fifteen (15)-calendar days after delivery, acceptance of the vehicle by Citylink occurs on the fifteenth (15th) day after delivery. Acceptance may occur earlier if Citylink notifies the Contractor of early acceptance or places the vehicle in revenue service. If the vehicle fails these tests, it shall not be accepted until the repair procedures, defined in Section 2.8: Repairs after Non-Acceptance, have been carried out and the vehicle re-tested until it passes.

2.8 REPAIRS AFTER NON-ACCEPTANCE

The Contractor or its designated representative shall perform the repairs after non-acceptance. If the Contractor fails or refuses to make the repairs within five (5) days, then the Work may be done by the Citylink’s personnel or qualified personnel selected by Citylink with reimbursement by the Contractor. 2.8.1 REPAIRS BY CONTRACTOR

ITB-Citylink-2016-01 Commercial Buses: Cutaways Page 4

After non-acceptance of the vehicle, the Contractor must begin Work within five (5) working days after receiving notification from Citylink of failure of acceptance tests. Citylink shall make the vehicle available to complete repairs timely with the Contractor repair schedule.

The Contractor shall provide, at its own expense, all spare parts, tools, and space required to complete the repairs. At the Citylink option, the Contractor may be required to remove the vehicle from Citylink’s property while repairs are being made. If the vehicle is removed from Citylink’s property, the Contractor’s representatives must diligently pursue repair procedures, and the Contractor shall assume risk of loss while the vehicle is under its control.

2.8.2 REPAIRS BY CITYLINK

2.8.2.1 Parts Used. If Citylink performs the repairs after non-acceptance of the vehicle, it shall correct or repair the Defect and any Related Defects using Contractor-specified parts available from its own stock or those supplied by the Contractor specifically for this repair. Monthly, or at a period to be mutually agreed upon, reports of all repairs covered by this procedure shall be submitted by Citylink to the Contractor for reimbursement or replacement of parts. The Contractor shall provide forms for these reports.

2.8.2.2 Contractor Supplied Parts. If the Contractor supplies parts for repairs being performed by Citylink after non-acceptance of the vehicle, these parts shall be shipped prepaid to Citylink from any source selected by the Contractor within ten (10) working days after receipt of the request for said parts.

2.8.2.3 Return of Defective Components. The Contractor may request that parts covered by this provision be returned to the manufacturing plant. The Contractor shall pay the total costs for this action.

2.8.2.4 Reimbursement for Labor. The Contractor shall reimburse Citylink for labor. The amount shall be determined by multiplying the number of man-hours actually required to correct the Defect by a per hour, 5M mechanic, straight wage rate, plus twenty-five (25) percent fringe benefits, plus the cost of towing in the vehicle if such action was necessary. These wage and fringe benefits rates shall not exceed the rates in effect in Citylink’s service garage at the time the defect correction is made.

2.8.2.5 Reimbursement for Parts. Citylink shall be reimbursed by the Contractor for defective parts that must be replaced to correct the Defect. The reimbursement shall include taxes where applicable and fifteen (15) percent handling costs.

2.9 SERVICE AND PARTS

2.9.1 TRAINING The Contractor may have at least one (1) qualified instructor who shall be available at the Citylink property. Instructor(s) shall advise the personnel of Citylink on the proper operation and preventive maintenance of the equipment. The Contractor shall also provide visual and other teaching aids for use by Citylink’s own training staff. A videotape showing the proper operation and maintenance of the wheelchair lift or ramp shall also be provided with the vehicle at time of delivery.

ITB-Citylink-2016-01 Commercial Buses: Cutaways Page 5

2.9.2 ENGINEER /SERVICE REPRESENTATIVES The Contractor shall, at its own expense, have a competent engineering service representative(s) available on request to assist Citylink in the solution of engineering or design problems within the scope of the specifications that may arise during the warranty period. This does not relieve the Contractor of responsibilities under Attachment F: Warranty Provisions.

2.9.3 PARTS AVAILABILITY GUARANTY The Contractor, hereby, guarantees to provide, within reasonable periods of time, the spare parts, software and all equipment necessary to maintain and repair the vehicles supplied under this Contract for a period of at least five (5) years after the date of acceptance. Parts shall be interchangeable with the original equipment and be manufactured in accordance with the quality assurance provisions of this Contract. Prices shall not exceed the Contractor's then current published catalog prices.

Where the parts ordered by Citylink are not received within two (2) working days of the agreed upon time/date and a vehicle procured under this Contract is out-of-service due to the lack of said ordered parts, then the Contractor shall provide Citylink, within eight (8) hours of Citylink’s verbal or written request, the original Suppliers' and/or manufacturers' parts numbers, company names, addresses, telephone numbers and contact persons' names for all of the specific parts not received by Citylink.

Where the Contractor fails to honor this parts guaranty or parts ordered by Citylink are not received within thirty (30) days of the agreed upon delivery date, then the Contractor shall provide to Citylink, within seven (7) days of Citylink’s verbal or written request, the design and manufacturing documentation for those parts manufactured by the Contractor and the original Suppliers' and/or manufacturers' parts numbers, company names, addresses, telephone numbers and contact persons' names for all of the specific parts not received by Citylink. Contractor's design and manufacturing documentation provided to Citylink shall be for its sole use in regard to the vehicles procured under this Contract and for no other purpose.

2.9.4 INTERCHANGEABILITY Unless otherwise agreed, all units and components procured under this Contract, whether provided by Suppliers or manufactured by the Contractor, shall be duplicates in design, manufacture, and installation to assure interchangeability among vehicles in this procurement. This interchangeability shall extend to the individual components as well as to their locations in the vehicles.

2.10 REQUIRED DOCUMENTS

The Contractor shall provide: a) Drawings showing wiring schematics of auxiliary circuits;

b) A copy of the manufacturer's statement of origin and all other information needed to title and

license the vehicle under Citylink, with the Coeur d’Alene Tribe listed in the First Position as the owner;

c) Three (3) copies of operating, maintenance, and repair parts manuals for the chassis, body, and

auxiliary equipment on each vehicle;

d) Maintenance and inspection schedule for the basic vehicle and the sub-systems (i.e. power train, heating and ventilation, wheelchair lift, etc.);

e) Warranty documents for the vehicle and auxiliary equipment; and,

ITB-Citylink-2016-01 Commercial Buses: Cutaways Page 6

f) A listing of dealerships or other repair facilities authorized to perform warranty work under

Citylink,(see Attachment H: Other Required Forms). The Contractor shall keep maintenance manuals available for a period of three (3) years after the date of acceptance of the vehicles procured under this Contract. The Contractor shall also exert its best efforts to keep maintenance manuals, operator manuals, and parts books up-to-date for a period of five (5) years. The supplied maintenance and operator's manuals shall incorporate all equipment ordered on the vehicles covered by this procurement.

3.0 FORMAT FOR BID SUBMISSION The bidder must ensure that adequate and accurate responses are provided. It is the responsibility of the bidder to provide complete answers to each requirement.

3.1 REQUIREMENTS In addition to the signature page, bid submission must include the following:

ATTACHMENT B – CONFLICT OF INTEREST AFFIDAVIT

ATTACHMENT C – SOLICITATION-OFFER-AWARD The bidder shall complete and execute all applicable portions of Attachment C: Solicitation – Offer- Award and provide it in the bid. The bidder shall be liable for payment of all local taxes applicable to the complete vehicle as delivered and should include these amounts in the bid price. Please note that this bid requests pricing for the standard vehicles specified and pricing for optional items specified separately.

ATTACHMENT D – VEHICLE SPECIFICATIONS BY TYPE Specifications are listed by vehicle type in Attachments D.3 and D.4A. Bidders are reminded that they need to complete the response to each specification item by number as to No Exceptions, Indicate Exceptions (using request for approved equals). Where approved equals are requested, Citylink shall annotate each received with response and post to the Citylink website at

http://www.idahoCitylink.com/public.php .

BID BOND (GUARANTY). There will be no bid bond requirement for this ITB.

3.2 REQUIRED CERTIFICATIONS The bidder must provide separate responses and certifications for each type and model of vehicle requested. These certifications are in Attachment G and include the following:

Federal Motor Vehicles Safety Standards Certification

Certificate of Compliance with Lower Tier Participants of Compliance with Federal Motor Vehicle Safety Standards

DBE Approval Certification

Vehicle Use or Application Compliance Certification

Service and Parts Support Data

Bus Testing

ITB-Citylink-2016-01 Commercial Buses: Cutaways Page 7

Restrictions on Lobbying

Debarment, Suspension and Other Responsibility Matters for Primary Covered Transactions

Transit Vehicle Manufacture Experience Certification

Buy America 3.3 OTHER REQUIRED FORMS

Attachment H includes forms in addition to the Federal Certifications that must be submitted (as stated) with the bid.

4.0 INSTRUCTIONS FOR BID SUBMISSION

4.1 INSTRUCTIONS FOR BID SUBMISSION

Bids must be received by the time and date specified in the solicitation document. Bids must be submitted manually. Do not fax or e-mail your proposals. To be considered, one (1) original, one (1) print copy, and one (1) electronic copy on a CD or USB device of the entire technical proposal in Microsoft© Word format must be submitted and received by Citylink prior to the closing date and time. All Proposals must be sealed and clearly marked with the ITB# and Title of the ITB. A cover letter, including full contact information and an original hand written signature, must also be submitted along with annotated Attachments B, C, D, G, and H to this ITB. All proposals will be date and time stamped upon arrival at Citylink and stored in a secure place until proposal opening time. The address for mailing is CITYLINK, PO Box 236, WORLEY, ID 83876, ATTN: MR. ALAN EIRLS. The address for hand delivery is: 420 N. 14th Street, Plummer, ID 83851.

4.2 PUBLIC DISCLOSURE OF INFORMATION CONTAINED IN BIDS AND BIDDER RESPONSIBILITIES Proposals, except for the names of the proposers, shall remain confidential until the letters of intent to award have been issued. Thereafter, all proposals submitted in response to this request shall be deemed public record. In the event that a proposer desires to claim portions of its proposal as exempt from disclosure, it is incumbent upon the proposer to clearly identify those portions, in accordance with the provisions of §31 of the State of Idaho Standard Contract Terms and Conditions.

4.3 ADEQUACY AND COMPLETENESS OF BID

Failure to respond to the information specified in this solicitation may result in rejection of your bid as non-responsive.

4.4 SPECIFICATION AND OFFER OMISSIONS

Notwithstanding the provision of drawings, technical specifications, or other data by Citylink, the Contractor shall have the responsibility of supplying all parts and details required to make the bus complete and ready for service even though such details may not be specifically mentioned in the drawings and specifications. Fare collection equipment, communication equipment, and other items that are installed by Citylink shall not be the responsibility of the Contractor unless they are included in this Contract.

5.0 SELECTION PROCEDURES

ITB-Citylink-2016-01 Commercial Buses: Cutaways Page 8

5.1 CONSIDERATION OF PROPOSALS Citylink reserves the right to reject any or all proposals, to waive technicalities, to advertise for new proposals, or to proceed to do the work otherwise, in its sole discretion.

5.2 QUALIFICATIONS FOR AWARD Award of this Contract shall be made to the bidder with the lowest total computed bid, including delivery charges, as described on the bid Schedule, provided the bid is responsive in all respects to these procurement requirements. The bidder must have:

1. Financial, engineering, management, and service organizations with sufficient personnel and

requisite disciplines, licenses, skills, experience, and equipment to complete the Contract as required and satisfy any financial, engineering or service problems that may arise during the warranty period;

2. Adequate manufacturing facilities sufficient to produce and factory-test equipment on schedule; 3. A spare parts procurement and distribution system sufficient to support equipment maintenance

without delays and a service organization with skills, experience, and equipment sufficient to perform all warranty and on-site work;

4. Evidence that bidder is qualified in accordance with Attachment E: Quality Assurance Provisions; and 5. Evidence of satisfactory performance and integrity on contracts in making deliveries on time,

meeting specifications and warranty provisions, parts availability, and steps bidder took to resolve any judgments, liens, fleet defects history, and warranty claims. Evidence shall be by client reference.

Citylink may conduct a pre-award survey of each bidder.

5.3 SELECTION CRITERIA Evaluation of bids submitted in response to this solicitation first requires meeting the specifications for vehicles and/or requesting and receiving authority for approved equal(s). The Contract(s) for vehicles will then be awarded based on lowest price for standard vehicles.

5.4 SINGLE BID RESPONSE If only one bid is received in response to the ITB, a detailed cost proposal may be requested of the single bidder. A cost/price analysis and evaluation and/or audit may be performed of the cost proposal in order to determine if the price is fair and reasonable.

6.0 ADMINISTRATIVE REQUIREMENTS

Where conflict occurs with Citylink’s Standard Contract Terms and Conditions, these terms and conditions will prevail. 6.1 INCORPORATION OF FTA TERMS

State of Idaho Contract terms and conditions include, in part, certain standard terms and conditions required by DOT, whether or not expressly set forth in the Contract provisions. All contractual provisions required by DOT, as set forth in FTA Circular 4220.1D, as amended, are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a

ITB-Citylink-2016-01 Commercial Buses: Cutaways Page 9

conflict with other provisions contained in this agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with State requests which would cause the State of Idaho and/or Citylink’s to be in violation of the FTA terms and conditions.

6.2 NO OBLIGATION BY THE FEDERAL GOVERNMENT Citylink and the Contractor acknowledge and agree that, notwithstanding, any concurrence by the Federal Government in or approval of the solicitation or award of the underlying Contract, absent the express written consent by the federal government, the federal government is not a party to this Contract and shall not be subject to any obligations or liabilities to the State of Idaho, Contractor, or any other party (whether or not a party to that Contract) pertaining to any matter resulting from the underlying Contract.

The Contractor agrees to include the above clause in each subcontract financed in whole or in part with federal assistance provided by FTA. It is further agreed that the clause shall not be modified except to identify the Subcontractor who will be subject to its provisions.

6.3 PROTESTS Any protest by the bidder regarding this procurement shall be made in accordance with state law.

After such administrative remedies have been exhausted, an interested party may file protest with the Federal Transit Administration (FTA) of the U.S. DOT following the procedures provided in FTA C 4220.1D. Alleged violations of certain federal requirements provide a separate complaint procedure. See, for example, Buy America Requirements, 49 CFR 661 (Section 661.15) and Participation by Disadvantaged Business Enterprise in Department of Transportation Programs, 49 CFR 23 (Section 23.73). Failure to comply with the above protest procedures will render protest untimely and/or inadequate and shall result in its rejection.

6.4 CONTRACT TERM

The resulting Contract will be for a period of one (1) year.

6.5 PRIME CONTRACTOR Contractor will be the sole point of contact for the Contract. The Contractor is totally responsible for all actions and work performed by its Subcontractors. All terms, conditions, and requirements of the Contract will apply without qualification to any services and work performed by any Subcontractor of the Contractor.

6.6 OWNERSHIP OF MATERIALS

All data, procedures, descriptions, presentations and recommendations accumulated by the Contractor under the Contract resulting from this bid will be owned by Citylink and the Coeur d’Alene Tribe. The Contractor may not release, distribute, or otherwise utilize any such data without the written approval of Citylink and the Tribe.

6.7 DISPUTES

Should any disputes arise with respect to the Contract, the Contractor and Citylink agree to act immediately to resolve such dispute. The Contractor agrees that the existence of the dispute, notwithstanding, it will continue without delay to carry out all its responsibilities under the Contract of all non-disputed work; any additional costs incurred by the Contractor or Citylink as a result of such failure to proceed will be borne by the Contractor, and the Contractor will make no claim against Citylink and/or the Tribe for such costs.

6.8 TERMINATION FOR CONVENIENCE

ITB-Citylink-2016-01 Commercial Buses: Cutaways Page 10

Citylink may terminate the Contract or any part of the Contract resulting from the ITB without penalty to either party upon thirty (30) days written notice. All work completed by the Contractor under the Contract up to the date of termination is the property of Citylink. Citylink will pay the Contractor a portion of the Contract amount based on the percentage of completion of deliverables and payment schedule agreed to in the Contract.

6.9 TERMINATION FOR DEFAULT

6.9.1 Determination that the Contractor is in default will be made by Citylink. 6.9.2 Citylink may, by written notice of default to the Contractor, terminate the whole or any part of the

Contract under any one of the following circumstances:

6.9.2.1 If the Contractor fails to make delivery of the services as specified in the Contract.

6.9.2.2 If the Contractor fails to perform any of the other provisions of the Contract or fails to make satisfactory performance of the Contract in accordance with its terms and, in either of these two circumstances, does not cure such failure within a period of ten (10) calendar days (or such longer period, not to exceed thirty (30) days, as Citylink may authorize in writing) after receipt of written notice from Citylink specifying such failure.

6.9.3 If the Contract is terminated by default, the Contractor will be required to deliver to Citylink, in the

manner and to the extent directed by Citylink, any completed materials.

6.9.4 The rights and remedies of Citylink provided in this clause will not be exclusive and are in addition to any other rights and remedies provided by law or under the Contract.

6.10 INSPECTION AND APPROVAL OF WORK The Contractor will permit the ITD Project Manager or a duly authorized representative to inspect and audit all Work, material and other data and records connected with the Contract.

6.11 RETENTION OF RECORDS The Contractor will be required to maintain accounting records and other evidence pertaining to the costs incurred and to make the records available at their office at all reasonable times.

6.12 AUDIT AND INSPECTION OF RECORDS In accordance with 49 CFR §18.36(i), 49 CFR §19.48(d), and 49 USC §5325(a), the Contractor agrees to provide Citylink, the Tribe, the State of Idaho, FTA, the Comptroller General of the United States, the Secretary of the U.S. Department of Transportation, or any of their duly authorized representatives access to any books documents, papers, and records of the Contractor which are directly pertinent to or relate to this Contract 1) for the purpose of making audits, examinations, excerpts, and transcriptions and 2) when conducting an audit and inspection.

6.13 RESPONSIBILITY TO ITS EMPLOYEES The Contractor accepts full responsibility for payment of unemployment insurance, workers’ compensation, and social security, as well as all income tax deductions, and any other taxes or payroll deductions required by the law for its employees engaged in the work authorized by the Contract.

ITB-Citylink-2016-01 Commercial Buses: Cutaways Page 11

6.14 OPTION OF OBTAINING SERVICES OUTSIDE OF THE CONTRACT RESULTING FROM THIS RFP Citylink reserves the right to contract separately for other services within the scope of this project and in the best interest of Citylink.

6.15 PRICE ADJUSTMENT FOR REGULATORY CHANGES If price adjustment is indicated, either upward or downward, it shall be negotiated between Citylink and the Contractor for changes that are mandatory as a result of legislation or regulations that are promulgated and become effective after the Due Date. Such price adjustment may be audited, where required.

6.16 UNAVOIDABLE DELAYS

6.16.1 CONTRACTOR’S DELAY If the Contractor is delayed at any time during the progress of the Work by the neglect or failure of Citylink or by a cause described below, then the time for completion and/or affected delivery date(s) shall be extended by Citylink subject to the following conditions:

a) The cause of the delay arises after the notice of award and neither was nor could have been anticipated by the Contractor by reasonable investigation before such award;

b) The Contractor demonstrates that the completion of the Work and/or affected delivery(s) will be

actually and necessarily delayed;

c) The effect of such cause cannot be avoided or mitigated by the exercise of all reasonable precautions, efforts and measures whether before or after the occurrence of the cause of delay; and

d) The Contractor makes written request and provides other information to the Procuring Agency

as described in Section 6.16.2 Notification of Contractor Delay. A delay meeting all the conditions of this section shall be deemed an excusable delay. Any concurrent delay that does not constitute an excusable delay shall not be the sole basis for denying a request hereunder. None of the above shall relieve the Contractor of any liability for the payment of any liquidated damages owing from a failure to complete the Work by the time for completion that the Contractor is required to pay pursuant to Section 6.17 Liquidated Damages for delays occurring prior to, or subsequent to the occurrence of an excusable delay. Citylink reserves the right to rescind or shorten any extension previously granted, if subsequently Citylink determines that any information provided by the Contractor in support of a request for an extension of time was erroneous, provided however, that such information or facts, if known, would have resulted in a denial of the request for an excusable delay. Notwithstanding the above, Citylink will not rescind or shorten any extension previously granted if the Contractor acted in reliance upon the granting of such extension and such extension was based on information which, although later found to have been erroneous, was submitted in good faith by the Contractor. 6.16.2 NOTIFICATION OF CONTRACTOR DELAY

ITB-Citylink-2016-01 Commercial Buses: Cutaways Page 12

Notwithstanding the Contractor's delay, no extension or adjustment of time shall be granted unless 1) written notice of the delay is filed with Citylink within fourteen (14) calendar days after the commencement of the delay and 2) a written application, therefore stating in reasonable detail the causes, the effect to date and the probable future effect on the performance of the Contractor under the Contract, and the portion(s) of the work affected, is filed by the Contractor with Citylink within thirty (30) calendar days after the commencement of the delay. No such extension or adjustment shall be deemed a waiver of the rights of either party under this Contract. Citylink shall make its determination within fifteen (15)-calendar days after receipt of the application.

6.17 LIQUIDATED DAMAGES

It is mutually understood and agreed by and between the parties to the Contract that time is of the essence with respect to the completion of the Work and that in case of any failure on the part of the Contractor to complete the Work within the time specified in the delivery schedule, except for any excusable delays as provided in Section 6.16 Unavoidable Delays, or any extension thereof, Citylink will be damaged thereby. The amount of said damages, being difficult if not impossible of definite ascertainment and proof, it is hereby agreed that the amount of such damages due Citylink shall be fixed at $100.00 per calendar day per vehicle not delivered in substantially as good condition as inspected by Citylink or designated inspector at the time released for shipment.

The Contractor hereby agrees to pay the previously stated amounts as fixed, agreed and liquidated damages, and not by way of penalty, to Citylink and further authorizes Citylink to deduct the amount of the damages from money due to the Contractor under the Contract, computed as aforesaid. If the monies due to the Contractor are insufficient or no monies are due to the Contractor, the Contractor shall pay Citylink the difference or the entire amount, whichever may be the case, within thirty (30)-calendar days after receipt of a written demand by the Contracting Officer.

The payment of aforesaid fixed, agreed and liquidated damages shall be in lieu of any damages for any loss of profit, loss of revenue, loss of use, or for any other direct, indirect, special or consequential losses or damages of any kind whatsoever that may be suffered by Citylink arising at any time from the failure of the Contractor to fulfill the obligations referenced in this clause in a timely manner.

Citylink specifically reserves the right, without limitation of any other rights, to terminate the Contract in accordance with the terms herein.

6.18 PAYMENT

Citylink shall pay and the Contractor shall accept the amounts set forth in the price schedule as full compensation for all costs and expenses of completing the Work in accordance with the Contract, including but not limited to all labor and material required, overhead, expenses, storage and shipping, risks and obligations, taxes (as applicable), fees and profit, and any unforeseen costs.

6.19 CHANGES IN FEDERAL LAWS AND REGULATIONS

The Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the agreement between Citylink and FTA that funds any part of this Contract, as they may be amended or promulgated from time to time during the term of this Contract. The Contractor's failure to comply shall constitute a material breach of this Contract.

6.20 CLEAN AIR

ITB-Citylink-2016-01 Commercial Buses: Cutaways Page 13

The Contractor shall comply with all applicable standards, orders or regulations issued following the Clean Air Act, as amended 42 USC § 7401 et seq. The Contractor shall report each violation to Citylink and understands and agrees that Citylink will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office. The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with federal assistance provided by FTA.

6.21 CLEAN WATER REQUIREMENTS Clean Water— 1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 USC 1251 et seq. The Contractor agrees to report each violation to Citylink and understands and agrees that Citylink will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office; 2) the Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with federal assistance provided by FTA.

6.22 ENERGY CONSERVATION

The Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act 42 USC 6321 et seq. and 49 CFR 18.

6.23 PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED ACTIONS

6.23.1 The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as

amended, 31 USC §3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 CFR Part 31, apply to its actions pertaining to this project. Accordingly, by signing the underlying Contract, the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying Contract or the FTA assisted project for which this Contract work is being performed. In addition to other penalties that may be applicable, the Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim statement, submission, or certification, the federal government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the federal government deems appropriate.

6.23.2 The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or

fraudulent claim statement, submission, or certification to the federal government under a contract connected with a project that is financed in whole or in part with federal assistance awarded by FTA under the authority of 49 USC §5301 et seq., the federal government reserves the right to impose the penalties of 18 USC §1001 and 49 USC §5301 et seq. on the Contractor, to the extent the federal government deems appropriate.

6.23.3 The Contractor agrees to include the above two clauses in each subcontract financed in whole or in

part with federal assistance provided by FTA. It is further agreed that the clauses shall not be modified, except to identify the Subcontractor who will be subject to the provisions.

6.24 ACCESS TO THIRD PARTY CONTRACT RECORDS

The Contractor agrees to provide to Citylink, the Tribe, the State of Idaho, the U.S. Secretary of Transportation and the Comptroller General of the United States or their duly authorized representatives, access to all third party contract records to the extent required by 49 USC § 5325(g).

ITB-Citylink-2016-01 Commercial Buses: Cutaways Page 14

6.25 NON-CONSTRUCTION EMPLOYEE PROTECTION The Contractor agrees to comply with the employee protection requirements for non-construction employees of the Contract Work Hours and Safety Standards Act, as amended, 40 USC §§ 3701 et seq., in particular the wage and hour requirements of section 102 of that Act at 40 USC § 3702, and with U.S. DOL regulations, "Labor Standards Provisions Applicable to Contracts Governing Federally Financed and Assisted Construction (also Labor Standards Provisions Applicable to Non-construction Contracts Subject to the Contract Work Hours and Safety Standards Act)," 29 CFR Part 5.

6.26 DEBARMENT AND SUSPENSION

The Contractor shall comply, and assures the compliance of each Subcontractor with Executive Orders Nos. 12549 and 12689, "Debarment and Suspension," 31 USC § 6101 note, and U.S. DOT regulations, "Government-wide Debarment and Suspension (Non-procurement)," 49 CFR Part 29. See Attachment G for the required certification.

6.27 LOBBYING

Lobbying Certification and Disclosure of Lobbying Activities for Contractors are mandated by 31 USC 1352(b)(5), as amended by Section 10 of the Lobbying Disclosure Act of 1995, and DOT implementing regulation, "New Restrictions on Lobbying," at 49 CFR § 20.110(d). See Attachment G for the required certification.

6.28 DISADVANTAGED BUSINESS ENTERPRISE

It is the policy of the U.S. DOT that Disadvantaged Business Enterprises (DBE) as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of Contracts financed in whole or in part with Federal Funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreement. 6.28.1 DBE OBLIGATION. Contractor agrees to ensure that DBEs as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of subcontracts financed in whole or in part with federal funds provided under this agreement. Contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT assisted contracts. 6.28.2 REMEDY. Failure of the Contractor to comply with this section or to include it in any subcontract of any tier will constitute a breach of the Contract and, after notification of DOT, may result in termination of the Contract by Citylink or such remedy as Citylink deems appropriate. Each subcontract the Contractor signs with a Subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)).

6.28.3 The successful bidder will be required to report its DBE participation obtained through race-neutral means throughout the period of performance.

6.28.4 The Contractor is required to pay its Subcontractors performing Work related to this Contract for satisfactory performance of that Work no later than thirty (30) days after the Contractor’s receipt of payment for that Work from Citylink. 6.28.5 The Contractor must promptly notify Citylink and the state whenever a DBE Subcontractor

performing work related to this Contract is terminated or fails to complete its Work and must make good faith efforts to engage another DBE Subcontractor to perform at least the same amount of

ITB-Citylink-2016-01 Commercial Buses: Cutaways Page 15

Work. The Contractor may not terminate any DBE Subcontractor and perform that Work through its own forces or those of an affiliate without prior written consent of the state.

6.28.6 Transit Vehicle Manufactures (TVM) must have an approved FTA DBE program and goal prior to

bidding on the Contract. For a current listing, see http://www.fta.dot.gov/documents/TVM_2009.6.11.2009.xls.xlsposting(1).pdf

6.29 INSURANCE REQUIREMENTS

The Contractor must provide certificate(s) of insurance, evidencing the coverage outlined in Citylink’s Standard Contract Terms and Conditions.

6.30 CIVIL RIGHTS – TITLE VI, EEO, ADA

The Contractor agrees to comply with all applicable civil rights laws and regulations, in accordance with applicable federal directives, except to the extent that the federal government determines otherwise in writing. These include, but are not limited to, the following: a. Nondiscrimination in Federal Public Transportation Programs. The recipient agrees to comply, and assures the compliance of each subrecipient, lessee, third party contractor, or other participant at any tier of the project, with the provisions of 49 USC § 5332, which prohibit discrimination on the basis of race, color, creed, national origin, sex, or age, and prohibits discrimination in employment or business opportunity.

b. Nondiscrimination – Title VI of the Civil Rights Act. The recipient agrees to comply, and assures the compliance of each subrecipient, lessee, third party contractor, or other participant at any tier of the project, with all provisions prohibiting discrimination on the basis of race, color, or national origin of Title VI of the Civil Rights Act of 1964, as amended, 42 USC §§ 2000d et seq., and with U.S. DOT regulations, “Nondiscrimination in Federally-Assisted Programs of the Department of Transportation – Effectuation of Title VI of the Civil Rights Act,” 49 CFR Part 21. Except to the extent FTA determines otherwise in writing, the recipient agrees to follow all applicable provisions of FTA Circular 4702.1A, “Title VI and Title VI-Dependent Guidelines for Federal Transit Administration Recipients,” May 13, 2007, and any other applicable federal directives that may be issued.

c. Equal Employment Opportunity: The recipient agrees to comply, and assures the compliance of each subrecipient, lessee, third party contractor, or other participant at any tier of the project, with all equal employment opportunity (EEO) provisions of 49 USC § 5332, with Title VII of the Civil Rights Act of 1964, as amended, 42 USC § 2000e, and implementing federal regulations and any later amendments thereto. Except to the extent FTA determines otherwise in writing, the recipient also agrees to follow all applicable federal EEO directives that may be issued. Accordingly, the recipient agrees that it will not discriminate against any against any employee or applicant for employment because of race, color, creed, sex, disability, age, or national origin. The recipient agrees to take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, sex, disability, age, or national origin. Such action shall include, but not be limited to, employment, upgrading, demotions or transfers, recruitment or recruitment advertising, layoffs or terminations; rates of pay or other forms of compensation; and selection for training, including apprenticeship.

d. Access for Individuals with Disabilities: The recipient agrees to comply with 49 USC § 5301(d), which states the federal policy that elderly individuals and individuals with disabilities have the same right as other individuals to use public transportation services and facilities, and that special efforts shall be made in planning and designing those services and facilities to implement transportation accessibility rights for

ITB-Citylink-2016-01 Commercial Buses: Cutaways Page 16

elderly individuals and individuals with disabilities. The recipient also agrees to comply with all applicable provisions of section 504 of the Rehabilitation Act of 1973, as amended, with 29 USC § 794, which prohibits discrimination on the basis of disability; with the Americans with Disabilities Act of 1990 (ADA), as amended, 42 USC §§ 12101 et seq., which requires that accessible facilities and services be made available to individuals with disabilities; and with the Architectural Barriers Act of 1968, as amended, 42 USC §§ 4151 et seq., which requires that buildings and public accommodations be accessible to individuals with disabilities; and with other laws and amendments thereto pertaining to access for individuals with disabilities that may be applicable. In addition, the recipient agrees to comply with applicable implementing federal regulations any later amendments thereto, and agrees to follow applicable federal directives except to the extent FTA approves otherwise in writing. Among those regulations and directives are: (1) U.S. DOT regulations, “Transportation Services for Individuals with Disabilities (ADA),” 49 CFR Part 37; (2) U.S. DOT regulations, “Nondiscrimination on the Basis of Handicap in Programs and Activities

Receiving or Benefiting from Federal Financial Assistance,” 49 CFR Part 27; (3) Joint U.S. Architectural and Transportation Barriers Compliance Board (U.S. ATBCB)/U.S. DOT

regulations, “Americans With Disabilities (ADA) Accessibility Specifications for Transportation Vehicles,” 36 CFR Part 1192 and 49 CFR Part 38;

(4) U.S. DOJ regulations, “Nondiscrimination on the Basis of Disability in State and Local Government

Services,” 28 CFR Part 35; (5) U.S. DOJ regulations, “Nondiscrimination on the Basis of Disability by Public Accommodations and in

Commercial Facilities,” 28 CFR Part 36;

(6) U.S. General Services Administration (U.S. GSA) regulations, “Accommodations for the Physically Handicapped,” 41 CFR Subpart 101-19;

(7) U.S. EEOC, “Regulations to Implement the Equal Employment Provisions of the Americans with

Disabilities Act,” 29 CFR Part 1630; (8) U.S. Federal Communications Commission regulations, “Telecommunications Relay Services and

Related Customer Premises Equipment for the Hearing and Speech Disabled,” 47 CFR Part 64, Subpart F;

(9) U.S. ATBCB regulations, “Electronic and Information Technology Accessibility Standards,” 36 CFR Part

1194; (10) FTA regulations, “Transportation for Elderly and Handicapped Persons,” 49 CFR Part 609; and (11) Federal civil rights and nondiscrimination directives implementing the foregoing federal laws and

regulations, except to the extent the federal government determines otherwise in writing.

7.0 ADMINISTRATIVE REQUIREMENTS APPLICABLE TO PROCUREMENT OF BUSES AND VANS 7.1 TITLE

ITB-Citylink-2016-01 Commercial Buses: Cutaways Page 17

Adequate documents for registering the vehicle in the State of Idaho shall be provided to Citylink at time the vehicle is accepted or conditionally accepted. Upon acceptance of each vehicle, the Contractor warrants that the title shall pass to Citylink free and clear of all encumbrances. The Coeur d’Alene Tribe will be listed as the owner in the First Position on the title, and associated documents.

7.2 MATERIALS/ACCESSORIES RESPONSIBILITY

The Contractor shall be responsible for all materials and workmanship in the construction of the vehicle and all accessories used, whether the same are manufactured by the Contractor or purchased from supplier. This provision excludes tires, fare boxes, radios, and any equipment leased or supplied Citylink, except insofar as such equipment is damaged by the failure of a part or component for which the Contractor is responsible, or except insofar as the damage to such equipment is caused by the Contractor during the manufacture of the vehicles.

7.3 ADA VEHICLE STANDARDS

New or remanufactured buses, vans, rail cars, and other modes of public transit must meet ADA vehicle standards (found at: http://www.access-board.gov/transit/). US DOT regulations implementing the transportation provisions of the ADA are codified at 49 CFR Parts 27, 37 and 38 and can be found on the Office of Civil Rights ADA website (www.fta.dot.gov/ada).

7.4 BUY AMERICA CERTIFICATION REQUIREMENTS 7.4.1 In accordance with 49 CFR 633.25, the bidder shall complete and submit a declaration certifying

either compliance or noncompliance with Buy America. The bidder must submit the appropriate Buy America certification with all bids on FTA-funded contracts, except those subject to a general waiver. This requirement does not apply to lower tier Subcontractors.

7.4.2 In accordance with 49 CFR 663.25, a separate form is provided for the manufacturer to list

component and subcomponent parts of the vehicle. Each separate design of vehicle must have a separate certification and include: 1) each part identified by the manufacturer of the parts, country of origin, and costs, and 2) the final assembly point shall also be provided along with a description of activities that occur at such final assembly point and the costs.

This is a material submission and failure to provide the Buy America certification and attached documentation will result in automatic disqualification of the bid. See Attachment G for the required certifications.

7.5 BUY AMERICA ACCESS TO RECORDS AND REPORTS In accordance with 49 CFR 633.17, the Contractor agrees to Citylink, the Tribe, State of Idaho, the FTA Administrator or his authorized representatives, including any PMO Contractor, access to the Contractor's records and construction sites pertaining to a major capital project, defined at 49 USC 5302(a)1, which is receiving federal financial assistance through the programs described at 49 USC 5307, 5309 or 5311. By definition, a major capital project excludes contracts of less than the simplified acquisition threshold currently set at $100,000.

The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed.

ITB-Citylink-2016-01 Commercial Buses: Cutaways Page 18

In accordance with 49 CFR 18.39(j)(11), the Contractor agrees to maintain all books, records, accounts and reports required under this Contract for a period of not less than three (3) years after the date of termination or expiration of this Contract, except in the event of litigation or settlement of claims arising from the performance of this Contract, in which case the Contractor agrees to maintain the same until the state, the FTA Administrator, the Comptroller General, or any of their duly authorized representatives, have disposed of all such litigation, appeals, claims or exceptions related thereto. FTA does not require the inclusion of these requirements in subcontracts.

Attachment A – Bid Schedule

2016 Vehicle Bid

Attachment A to ITB-Citylink-2016-01 Page 1

Citylink Citylink Public Transit

Item Date(s) Action Notes 1 8/31/2016 Subrecipients contacted for final specifications Citylink (N/A)

2 9/01/2016 Legal ad format sent to Citylink – Set for publication NLT September 11, 2016

Citylink

3 9/10/2016 Bid document finalized and made ready for distribution

Citylink

4 9/14/2016 Vendors on list notified via e-mail that bid is posted on Citylink website (No verbal responses available from Citylink from this date)

Citylink

5 9/15/2016 Bid document available for distribution via download, electronic and/or regular mail

Citylink Website*

6 9/15/2016 to 10/01/2016

Bidder questions and Approved Equal Requests consultation period – Approved Equals received by Citylink

Citylink

7 10/05/2016 Bidder questions and Approved Equals cutoff (Responded to NLT Wednesday, October 05, 2016)

Bidders, Citylink

8 10/10/2016 Bids due to Citylink, sealed and Un-opened by Citylink Staff. Maintained in locked cabinet

Citylink Staff

9 10/11/2016 Bid Opening at Citylink – 3:00 PM Formal Meeting with Notes Taken

Bid Opening by Citylink Operations Manager, Notes by Citylink

10 10/12/2016 Letter out to all bidders of Apparent Low bidder(s). Protest period open until 10/12/2016

Citylink Operations Manager

11 10/19/2016 Bid Award(s) final, with Letters out to all bidders

Citylink Operations Manager

12 10/25/2016 Begin ordering vehicles from successful vendor(s)

Vendor supplied forms with letter from Citylink

13 10/31/2016 Vendor(s) provide build dates for vehicles to Citylink

Vendor(s)

14 03/31/2017 Estimate first vehicle(s) Delivered – Payment process begins for vehicles

Citylink, Vendor(s)

15 4/30/2017 Final standard vehicle delivered – Options still available for order through 10/31/2017

Citylink, Vendor(s)

16 10/31/2017 Final Date for Bid orders, Bid closed N/A

*Citylink Website: http://www.idahoCitylink.com

Notes:

Standard vehicles are firm vehicles Citylink will order*

Option vehicles are available for order based on number of standard vehicles, and options

stated in Bid Document, Section 4.0

*Subject to federal funding – See ITB.

ATTACHMENT B ITB-Citylink-2016-01

Attachment B to ITB-Citylink-2016-01 Page 1

CONFLICT OF INTEREST AFFIDAVIT

(To be submitted with your Offer) The undersigned, being first duly sworn on oath states on behalf of the Contractor (bidder): Conflict of Interest That the Contractor (bidder), by entering into this Contract with Citylink to perform or provide Work, services or materials to Citylink has thereby covenanted, and by this affidavit does again covenant any such interest, which conflicts in any manner or degree with the services required to be performed under this Contract and that it shall not employ any person or agent having any such an interest. In the event that the Contractor (bidder), its agents, employees, or representatives, hereafter acquire such a conflict of interest, it shall immediately disclose such interest to Citylink and take action immediately to eliminate the conflict or to withdraw from this Contract, as Citylink may require. Contingent Fees and Gratuities That the Contractor (bidder), by entering into this Contract with Citylink to perform or provide services or materials for Citylink has thereby covenanted, and by this affidavit does again covenant and assure:

That no person or selling agency except employees or designated, agents or representatives of the Contractor (bidder) has been employed or trained to solicit or secure this contract with an agreement or understand that a commission, percentage, brokerage, or contingent fee would be paid; and That no gratuities, in the form of entertainment, gifts or otherwise, were offered or given by the Contractor (bidder) or any of its agents, employees or representatives, to any official, member or employee of Citylink or other governmental agency providing funding for this ITB, with a view toward securing this Contract or securing favorable treatment with respect to the awarding or amending, or the making of any determination with respect to the performance of this Contract. Company Name: _______________________________________________ By: __________________________________________________________ Title: ________________________________________________________

(Seal)

Attachment C ITB-Citylink-2016-01

Attachment C to ITB-Citylink-2016-01 Page 1

Citylink Solicitation, Offer, & Award

Special Attention Requirements (See also, Required Format and Content for Bidder Submissions)

Note: The Special Attention Requirements provided below are for the purpose of highlighting some important requirements of the Offeror/Bidder’s bid response obligations and/or to clarify elements of the Offeror/bidder’s submission. It does not replace or reduce any other obligation or requirement of this ITB.

1. This Invitation to Bid (ITB) requires careful review of all documents, including attachments. Bidders are

reminded that, in addition to the cover letter referenced in the ITB, the following attachments are required for bid submission: a. Attachment B– Conflict of Interest Affidavit b. Attachment C – Solicitation, Offer, & Award (this attachment, annotated by bidder) c. Attachment D – Vehicle Specifications by Type d. Attachment G – Required Federal Certifications e. Attachment H – Other Bid-Required Forms (completed as needed)

2. The bid buses shall be delivered complete to the individual properties participating no later than 150 days

from the date of award. Failure to do so will cause the implementation of penalties as provided under this ITB and any subsequent contract.

3. The submittal of the Altoona Testing Documents for the specific model and specifications of the buses being

bid must be enclosed with the bid submittal. The submission of Altoona document(s) cannot be delayed and failure to submit the appropriate Altoona Testing Documents applicable to all buses with the bid submission (except basic OEM vans or vehicles not required being STURRA tested) will result in the immediate rejection of any bid so submitted.

4. The Offeror bid pages must be completed as indicated by instructions throughout this ITB.

5. The bid may be divisible by type of buses; the lowest responsive and responsible bidders shall be awarded

the procurement Contract or Contracts.

6. The Offeror shall provide a response regarding the Buy America Provisions (in addition to the certification required by FTA) that indicates an itemized list of components constituting the required minimum of domestic content and other information requested. All other certifications and compliances under Section 1 and 2 shall also be met, which shall also include Required DBE Certifications as per FTA and compliance with ADA and ADA special terms.

7. All signatures and duties required by the vendor and the respective bid partner agency shall be met, and the

required record made and retained as a bid requirement, per FTA requirements.

8. The Offeror shall provide a current and applicable dealer’s license for the State of Idaho or state the exemption that applies.

Attachment C to ITB-Citylink-2015-01 Page 2

9. The vendor shall permit and conduct an on-site inspection at final assembly point, upon request, of the Procuring Bid Partner Agency.

10. The vendor shall permit an on-going inspection by the Procuring Agency or its designee(s) during the

assembly of the buses if so required by the grantee or grantees.

11. Such an inspection or inspections, as referenced directly above, may be required if the respective bid partner agencies are required to verify, or wish to verify, the Buy America related certifications made by the vendor/manufacturer and/or to verify any other requirements of build and quality verification, plant procedures and controls and/or to meet any other FTA requirement as may be applicable.

In every required place in Attachment D, the representative (authorized representative of the manufacturer, dealer-vendor, or offeror/bidder) must:

A. Indicate that their equipment and/or materials are compliant with specifications by initialing the line captioned “No Exceptions”;

B. Indicate, in the event that the referenced equipment and/or materials are not compliant, on the line

provided for “Indicate Exceptions”;

C. Provide an initial on the line provided for “Indicate that Exceptions are Citylink approved”; and

D. Understand that non-compliant equipment, materials, installation or service not approved by Citylink through the exceptions/equals process-- or through amendment or addenda-- cannot be offered by a manufacturer, dealer-vendor, and/or Offeror/bidder. (If these certifications are not provided it will be assumed that the bid is non-compliant and will be rejected at bid opening.)

Required Format and Content for Bidder Submissions

In order to provide for easy access to all elements of the bid return, Citylink requires the following:

A. All bids shall be properly marked as required under ITB. The entire bid package shall be submitted in accordance with Sections 3.0 and 4.0 of the ITB.

B. The bid submission shall be provided in one (1) binder or other intact presentation folder.

Each section of the bid return will be tabbed under the respective categories.

C. All Offeror/bidder bid pages shall be returned whether the particular vendor bids or not and shall mark the non-applicable forms as “No-Bid.”

D. Vendor shall provide individualized responses and certifications for the different types/models for the

individualized agencies participating in any category where FTA requires that there be certifications and/or reports by makes/models of equipment (e.g. Altoona Tests/Buy America Certifications).

Attachment C to ITB-Citylink-2015-01 Page 3

E. This instruction for a full submission of documents includes any copies of all amendments/addenda received from Citylink.

F. The requirement for a full submission of documents includes a copy of all equals/exceptions upon which

the vendor relies and the same is required whether such documents are submitted by the vendor or by another vendor, whether approved or disapproved.

Vendor: Please initial below indicating that your organization has read the Special Attention Requirements and will comply with them. _______________________ Initial of Bidder/Vendor _______________________ Date

Table of Bid Pages Type III Vehicle…………………………………………………………………………………. Page 6 Type IVA Vehicle…………………………………………………………………………….…. Page 14

Attachment C to ITB-Citylink-2015-01 Page 4

C.1 SOLICITATION SOLICITATION DATA

C.1.1 PROCURING AGENCY AND CONTRACTING OFFICER—CONTACT INFORMATION

Invitation for Bids (IFB) No: ITB-Citylink-2016-01, Citylink

Date: Bid Opening Date Bid Opening Location: Offices of Citylink, Plummer, ID Procuring Agency: Citylink Address: Contact Information: Contracting Officer: Alan Eirls, Operations Manager, Citylink Telephone: Not Shown

E-mail Address: [email protected]

C.1.1.2 SCOPE Procuring Agency requests bids for the manufacture and delivery of vehicles in accordance with the terms and conditions set forth below. The Contract shall be a firm-fixed price Contract.

C.1.1.3 SOLICITATION SCHEDULE

Please refer to Attachment A: Bid Schedule

C.2 BID FORM

ITB-Citylink-2016-01

C.2.1 VEHICLES - Brief Description and Quantity (See also Section 3.2 and 3.3 of the ITB)

Two (2) Medium Duty/Heavy Duty Suspension Transit Buses, as specified. Minimum of thirty (30) ambulatory passengers with two (2) or more wheelchair securement stations and compliant wheelchair lift (see Attachment D.4A, Type IV Medium Duty Bus with Heavy Duty Suspension Cutaway Bus). Current compliant and available ADA accessible features must be included.

One (1) Light to Medium Duty, Transit Bus, as specified. Minimum of fifteen (15) ambulatory passengers with two (2) or more wheelchair securement stations and compliant wheelchair lift (see Attachment D.3, Light to Medium Duty Transit Bus). Current compliant and available ADA accessible features must be included.

Attachment C to ITB-Citylink-2015-01 Page 5

C.2.2 OPTIONAL VEHICLES AVAILABLE TO BE PURCHASED The following lists additional vehicles that may be purchased depending on available funds and the needs of local transit providers.

C.2.3 OFFEROR BID RESPONSE FORM - INSTRUCTIONS

For each vehicle type listed in the following pages (Types III & IVA), the Offeror/bidder shall complete pricing for standard vehicle, and listed options, as indicated for each type.

Following the pricing for the standard vehicle, the Offeror/bidder shall complete pricing for optional vehicles (referenced in C.2.2., above).

Attachment C to ITB-Citylink-2015-01 Page 6

BID PAGE – TYPE III VEHICLE

OFFEROR/BIDDER COMPLETES

The undersigned Offeror, having examined the Specifications and Contract Documents and all addenda and fully understanding the requirements covered by this ITB, hereby proposes, pursuant to the ITB, to furnish the specified equipment in full accordance with and in conformity to the Specifications and Contract Documents attached hereto or by reference made a part hereof for the following price(s).*

*Offeror shall provide the bid price information on the applicable bid page/s following this page.

The undersigned Offeror has furnished the vehicle manufacturer _______________________with the complete specifications and Contract documents attached hereto or by reference made a part hereof.

offers to furnish equipment described as shown

(Name of Offeror) in the bid documents and identified as vehicle types:

C.2.3.1 a Requirements for Standard Type III Bus

COMPONENT STANDARD OPTION LISTED BELOW?

Passenger Door Control Electrically Operated Yes

Location of Lift Passenger Side Front (behind ambulatory entry door Yes

Type of Engine Gas V8, as specified, at least 6.4 Liter or better standard Yes

Type of Transmission The transmission shall be automatic with a minimum of five (5) forward speeds. The gear shift selector shall incorporate a “park” position. A heavy duty auxiliary “air to transmission fluid” cooler shall be provided and installed by the chassis manufacturer.

No

Driver Seat O.E.M. National 2000 or approved equal, air suspension, high back with integral headrest, cloth with two position front cushion adjustment and -3 to +14 degree seat back adjustment, single air lumbar support, additional back padding, and armrest, in standard color blue.

Yes

Wheel Chair Lift Note: See optional equipment section also for this item.

Compliant ADA system standard Yes

COMPONENT STANDARD OPTION LISTED BELOW?

Passenger Seats (General)

Passenger seating shall be Freedman Featherweight, or approved equal, Mid-Back Seat that meets all applicable federal motor vehicle safety standards for strength and safety including 210 for seat belts. Features include:

Grab bars located on seatbacks to assist passengers in ingress/egress

Yes

Attachment C to ITB-Citylink-2015-01 Page 7

OEM, Blue Vinyl seating surfaces

Ultra-thin backrest for added hip-to-knee room and lumbar support

Molded polyurethane seat and back cushions for comfort and long lasting support

17 ½” wide seat cushions

22 ½” back height off the seat cushion, 37” off the floor

Wire mesh-grid seat springs for even support All seats shall be floor and side wall track mounted for ease of seat removal. Where exposed, the track shall be covered with a vinyl track plug strip. The seat-tracking system shall be incorporated into the bus to provide secure seat anchorage, to improve the floor-to-body securement, and to provide additional side crash barrier around the perimeter of the body structure.

Passenger Seats (Number of Fixed Seating) Note: Specific Floor Plans may modify this specification.

Eight (8) sets each seat, with capacity for two (2) passengers, mounted one set on each side of center aisle (16 total passengers)

Yes

Passenger Seats (Number of Fold Down Seats) (See Information in Options for Multi-Wheel Chair Station Buses) Note: Specific Floor Plans may modify this specification.

Four (4) sets each seat, with capacity for two (2) passengers, mounted on each side of center aisle, capable of folding to accommodate wheelchairs (8 total ambulatory passengers)

Yes

Floor Covering Transit grade rubber flooring shall be provided (standard color is blue). The flooring shall be 3/16” ribbed in the aisle and 0.125” smooth under the seats. All joints shall be sealed to prevent moisture intrusion onto the subfloor. The flooring shall provide excellent resistance to cold & heat, scarring & denting and tearing. The driver’s area shall be covered with sound deadening, non-skid black floor mat that meets the interior noise requirements of these Technical Specifications.

Yes

Bus Sub Floor Marine Quality, Water Resistant – The floor structure shall be computer load tested to withstand 40,000 pounds with less than 1/16” of deflection at the perimeter. All surface irregularities shall be filled and subfloor sanded smoothly. Subfloor shall be exterior 0.75”, 7-ply, fir underlayment grade plywood with a solid cross band that is pattern cut, edge sealed, and fastened with 0.25” diameter counter

Yes

Attachment C to ITB-Citylink-2015-01 Page 8

sunk Tek screws that are installed approximately every 10” throughout the entire floor structure.

Wheelchair Stations & Location

Four (4); located front, behind driver (see options for multiple wheel chair loading)

Yes

Rear Emergency Door or Window

Rear Emergency Door, ADA compliant Yes

Bus ADA Features ADA Compliant Requirements, O.E.M. and Aftermarket, including pull-stop requests and minimum of one (1) touch tape in rear of bus.

No

Destination Signs None (See Options for Fixed Route ADA Requirements) Yes

PA System internal & External

Meeting all ADA Compliance requirements, O.E.M. and aftermarket

Yes

Radio AM/FM Cassette and/or CD, OEM Yes

Fare Boxes Note: See Optional Equipment for this item

None Yes

Bumpers Front and rear bumper shall be chassis O.E.M., body contoured, reinforced with wrap-around ends. Front bumper shall be chrome plated, thick carbon steel. Rear bumper shall be powder coated 2” x 7”, 12-gauge wrap around channel. Bumpers shall be attached to the chassis frame with .5” diameter grade-5 bolts. Front bumpers must also accept bicycle rack installation WITHOUT drilling through the bumpers themselves.

No

Roof Escape Hatch(s) One, per ADA and FMVSS standards Yes

Bicycle Rack(s) Note: See optional equipment for this item.

None Yes

MOR-Ride Suspension or Equal Note: See optional equipment for this item

Not as standard - See optional Section for this item Yes

Vehicle Color White, with FTA required ARRA and TIGGER signage (see FTA Website at http://www.fta.dot.gov for details; otherwise, no decals or graphics (These items to be done per unit, after delivery as required).

No

Bid Price – Standard Vehicle: __________________________

Optional Pricing Items begin on next page

Optional Items for Type III Standard Buses COMPONENT OPTION(s) BID Price per

Option

Passenger Door Control Manually Operated $ (- if delete)

Location of Lift Passenger Side Rear $

Type of Engine Diesel V8, 6.4 Liter or Better $

Type of Transmission The transmission shall be automatic with a minimum of five (5) forward speeds. The gear shift selector shall incorporate

N/A

Attachment C to ITB-Citylink-2015-01 Page 9

a “park” position. A heavy duty auxiliary “air to transmission fluid” cooler shall be provided and installed by the chassis manufacturer

Driver Seat Vinyl Driver Seat, O.E.M. as opposed to as set in Standard $ (- if deduct)

Passenger Seats (General)

Passenger seating of cloth upholstery - all other specifications remain as those for standard.

$

Passenger Seats (Number of Fixed Seating)

Eight (8) Sets each or less, seats, cloth upholstery, with capacity for two passengers, mounted one set on each side of center aisle (Modified for additional wheel chair stations as specified at vehicle order)

$ ( - if deduct)

Passenger Seats (Number of Fold Down Seats), Located to Coincide with Wheel Chair Station Location.

Four (4) Sets each or more seats, cloth upholstery, with capacity for two passengers, mounted on each side of center aisle, capable of folding to accommodate wheelchairs (Additional folding seats may be specified at order if vehicle is to have more than two (2) Wheelchair Stations)

$

Floor Covering Continuous transit-grade sprayed floor, with non-skid material provided, incorporated floor mounted seat and wheel chair securement fasteners. The driver’s area shall be covered with sound deadening, non-skid black floor mat that meets the interior noise requirements of these Technical Specifications.

$

Bus “Kneeling,” and Related Suspension Modification

Suspension and related components allowing bus to be kneeling, low floor. Please provide listing of specific components in this optional pricing.

$

Rear Emergency Door or Window

Rear Emergency Window rather than Door, ADA compliant $ ( - if deduct)

Destination Signs Front and Passenger Side, Per ADA for fixed Route Service – Requesting Luminator or equal electronic destination sign system to mate with VRTA existing systems

$

PA System internal & External

ADA Compliant for Fixed Route $

Fare Boxes Located next to driver, Manual and will accept cash and coins

$

Roof Escape Hatch(s) One Plus One $

Bicycle Rack(s) Front Mount, Capacity 2 bicycles Each – Requesting Sports Works or equal - Two Capacity, to include capacity for wide-tired bicycle tires.

$

COMPONENT Optional Item Option Bid Price

MOR-Ride Suspension or Equal

If available, MOR-RIDE or equal, mated to Type III Bus size and weight

$

Heavy Duty Suspension Component Systems

If offered for the Type III Bus, to mate with MOR-Ride or equivalent (Please list specifications for this option.)

$

Wiring Harness Components

Wiring harness will accommodate up to a 5-Camera video/digital camera system, Two-Way digital radios,

$

Attachment C to ITB-Citylink-2015-01 Page 10

Automatic Vehicle Locator, and associated accessories.

AM/FM, CD Player Radio Delete

Delete this system, providing blank in instrument panel capable of mounting 2-Way Digital Radio

$ (- if delete)

C.2.3.1b Requirements for Type III Option Buses COMPONENT STANDARD OPTION LISTED

BELOW?

Passenger Door Control Electrically Operated Yes

Location of Lift Passenger Side Front (Behind Ambulatory entry door Yes

Type of Engine Gas V8, as specified, at least 6.4 Liter or Better standard Yes

Type of Transmission The transmission shall be automatic with a minimum of five (5) forward speeds. The gear shift selector shall incorporate a “Park” position. A heavy duty auxiliary “air to transmission fluid” cooler shall be provided and installed by the chassis manufacturer.

No

Driver Seat O.E.M. National 2000 or approved equal, air suspension, high back with integral headrest, cloth with two position front cushion adjustment and -3 to +14 degree seat back adjustment, single air lumbar support, additional back padding, and armrest, in standard color blue.

Yes

Wheel Chair Lift Note: See optional equipment section also for this item.

Compliant ADA system standard Yes

Passenger Seats (General)

Passenger seating shall be Freedman Featherweight, or approved equal, Mid-Back Seat that meets all applicable federal motor vehicle safety standards for strength and safety including 210 for seat belts. Features include:

Grab bars located on seatbacks to assist passengers in ingress/egress

OEM, Blue Vinyl seating surfaces

Ultra-thin backrest for added hip-to-knee room and lumbar support

Molded polyurethane seat and back cushions for comfort and long lasting support

17 ½” wide seat cushions

22 ½” back height off the seat cushion, 37” off the floor

Wire mesh-grid seat springs for even support All seats shall be floor and side wall track mounted for ease of seat removal. Where exposed, the track shall be covered with a vinyl track plug strip. The seat-tracking system shall be incorporated into the bus to provide secure seat anchorage, to improve the floor-to-body securement, and to provide additional side crash barrier around the perimeter of the body structure.

Yes

Passenger Seats (Number Eight (8) Sets each seats, with capacity for two passengers, Yes

Attachment C to ITB-Citylink-2015-01 Page 11

of Fixed Seating) Note: Specific Floor Plans may modify this specification.

mounted one set on each side of center aisle (16 total passengers)

Passenger Seats (Number of Fold Down Seats) (See Information in Options for Multi-Wheel Chair Station Buses) Note: Specific Floor Plans may modify this specification.

Four (4) Sets each seats, with capacity for two passengers, mounted on each side of center aisle, capable of folding to accommodate wheelchairs (8 total ambulatory passengers)

Yes

Floor Covering Transit grade rubber flooring shall be provided (standard color is blue). The flooring shall be 3/16” ribbed in the aisle and .125” smooth under the seats. All joints shall be sealed to prevent moisture intrusion onto the subfloor. The flooring shall provide excellent resistance to cold & heat, scarring & denting and tearing. The driver’s area shall be covered with sound deadening, non-skid black floor mat that meets the interior noise requirements of these Technical Specifications.

Yes

Bus Sub Floor Marine Quality, Water Resistant – The floor structure shall be computer load tested to withstand 40,000 pounds with less than 1/16” of deflection at the perimeter. All surface irregularities shall be filled and subfloor sanded smoothly. Subfloor shall be exterior .75”, 7-ply, fir underlayment grade plywood with a solid cross band that is pattern cut, edge sealed, and fastened with .25” diameter counter sunk Tek screws that are installed approximately every 10” throughout the entire floor structure.

Yes

Wheelchair Stations & Location

Four (4); Located Front, behind driver (See Options for multiple wheel chair loading)

Yes

Rear Emergency Door or Window

Rear Emergency Door, ADA compliant Yes

COMPONENT STANDARD OPTION LISTED BELOW?

Bus ADA Features ADA Compliant Requirements, O.E.M. and Aftermarket, including pull-stop requests and minimum of one (1) touch tape in rear of bus.

No

Destination Signs None (See Options for Fixed Route ADA Requirements) Yes

PA System internal & External

Meeting all ADA Compliance requirements, O.E.M. and aftermarket

Yes

Attachment C to ITB-Citylink-2015-01 Page 12

Radio AM/FM Cassette and/or CD, OEM Yes

Fare Boxes Note: See Optional Equipment for this item

None Yes

Bumpers Front and rear bumper shall be chassis O.E.M., body contoured, reinforced with wrap-around ends. Front bumper shall be chrome plated, thick carbon steel. Rear bumper shall be powder coated 2” x 7”, 12-gauge wrap around channel. Bumpers shall be attached to the chassis frame with .5” diameter grade-5 bolts. Front bumpers must also accept bicycle rack installation WITHOUT drilling through the bumpers themselves.

No

Roof Escape Hatch(s) One, per ADA and FMVSS standards Yes

Bicycle Rack(s) Note: See optional equipment for this item.

None Yes

MOR-Ride Suspension or Equal Note: See optional equipment for this item

Not as standard - See optional Section for this item Yes

Vehicle Color White, with FTA required ARRA and TIGGER signage (see FTA Website at http://www.fta.dot.gov for details; otherwise, no decals or graphics (These items to be done per unit, after delivery as required).

No

Bid Price – Type III Option Vehicles: __________________________

Optional Items for Type III Option Buses

COMPONENT OPTION(s) BID Price per Option

Passenger Door Control Manually Operated $ (- if delete)

Location of Lift Passenger Side Rear $

Type of Engine Diesel V8, 6.4 Liter or Better $

Type of Transmission The transmission shall be automatic with a minimum of five (5) forward speeds. The gear shift selector shall incorporate a “Park” position. A heavy duty auxiliary “air to transmission fluid” cooler shall be provided and installed by the chassis manufacturer

N/A

Driver Seat

Vinyl Driver Seat, O.E.M. as opposed to as set in Standard $ (- if deduct)

COMPONENT STANDARD OPTION LISTED BELOW?

Passenger Seats (General)

Passenger seating of cloth upholstery - all other specifications remain as those for standard.

$

Passenger Seats (Number of Fixed Seating)

Eight (8) Sets each or less, seats, cloth upholstery, with capacity for two passengers, mounted one set on each side of center aisle (Modified for additional wheel chair stations as specified at vehicle order)

$ ( - if deduct)

Attachment C to ITB-Citylink-2015-01 Page 13

Passenger Seats (Number of Fold Down Seats), Located to Coincide with Wheel Chair Station Location.

Four (4) Sets each or more seats, cloth upholstery, with capacity for two passengers, mounted on each side of center aisle, capable of folding to accommodate wheelchairs (Additional folding seats may be specified at order if vehicle is to have more than two (2) Wheelchair Stations)

$

Floor Covering Continuous transit-grade sprayed floor, with non-skid material provided, incorporated floor mounted seat and wheel chair securement fasteners. The driver’s area shall be covered with sound deadening, non-skid black floor mat that meets the interior noise requirements of these Technical Specifications.

$

Bus “Kneeling,” and Related Suspension Modification

Suspension and related components allowing bus to be kneeling, low floor. Please provide listing of specific components in this optional pricing.

$

Rear Emergency Door or Window

Rear Emergency Window rather than Door, ADA compliant $ ( - if deduct)

Destination Signs Front and Passenger Side, Per ADA for fixed Route Service – Requesting pricing for Luminator or equal electronic destination sign system to mate with VRTA existing systems

$

PA System internal & External

ADA Compliant for Fixed Route $

Fare Boxes Located next to driver, Manual and will accept cash and coins

$

Roof Escape Hatch(s) One Plus One $

Bicycle Rack(s) Front Mount, Capacity 2 bicycles Each – Requesting Sports Works or equal - Two Capacity, to include capacity for wide-tired bicycle tires.

$

MOR-Ride Suspension or Equal

If available, MOR-RIDE or equal, mated to Type III Bus size and weight

$

Heavy Duty Suspension Component Systems

If offered for the Type III Bus, to mate with MOR-Ride or equivalent (Please list specifications for this option.)

$

Wiring Harness Components

Wiring harness will accommodate up to a 5-Camera video/digital camera system, Two-Way digital radios, Automatic Vehicle Locator, and associated accessories.

$

AM/FM, CD Player Radio Delete

Delete this system, providing blank in instrument panel capable of mounting 2-Way Digital Radio

$ (- if delete)

Note: Standard Bid and Optional Bid are considered separate in the bid. Optional bus bids will be considered non-restricted to utilization by other eligible entities authorized by the State of Idaho and FTA.

Attachment C to ITB-Citylink-2015-01 Page 14

BID PAGE – TYPE IVA VEHICLE

OFFEROR/BIDDER COMPLETES

The undersigned Offeror, having examined the Specifications and Contract Documents and all addenda and fully understanding the requirements covered by this ITB, hereby proposes, pursuant to the ITB, to furnish the specified equipment in full accordance with and in conformity to the Specifications and Contract Documents attached hereto or by reference made a part hereof for the following price(s).*

*Offeror shall provide the bid price information on the applicable bid page/s following this page.

The undersigned Offeror has furnished the vehicle manufacturer _______________________with the complete specifications and Contract documents attached hereto or by reference made a part hereof.

offers to furnish equipment described as shown

(Name of Offeror) in the bid documents and identified as vehicle types:

C.2.3.2a Requirements for Standard Type IVA Buses

COMPONENT STANDARD OPTION LISTED BELOW?

Passenger Door Control Electrically Operated Yes

Location of Lift Passenger Side Front (Behind Ambulatory entry door) Yes

Type of Engine Diesel V8, or better, as specified, at least 6.4 or Better standard

Yes

Type of Transmission The transmission shall be automatic with a minimum of five (5) forward speeds. The gear shift selector shall incorporate a “Park” position. A heavy duty auxiliary “air to transmission fluid” cooler shall be provided and installed by the chassis manufacturer.

No

Driver Seat O.E.M. National 2000 or approved equal, air suspension, high back with integral headrest, cloth with two position front cushion adjustment and -3 to +14 degree seat back adjustment, single air lumbar support, additional back padding, and armrest, in standard color blue.

No

COMPONENT STANDARD OPTION LISTED BELOW?

Passenger Seats (General)

Passenger seating shall be Freedman Featherweight, or equivalent, Mid-Back Seat that meets all applicable federal motor vehicle safety standards for strength and safety including 210 for seat belts. Features include:

Grab bars located on seatbacks to assist passengers in ingress/egress

OEM, Blue Vinyl seating surfaces

Ultra-thin backrest for added hip-to-knee room and

Yes

Attachment C to ITB-Citylink-2015-01 Page 15

lumbar support

Molded polyurethane seat and back cushions for comfort and long lasting support

17 ½” wide seat cushions

22 ½” back height off the seat cushion, 37” off the floor

Wire mesh-grid seat springs for even support All seats shall be floor and side wall track mounted for ease of seat removal. Where exposed, the track shall be covered with a vinyl track plug strip. The seat-tracking system shall be incorporated into the bus to provide secure seat anchorage, to improve the floor-to-body securement, and to provide additional side crash barrier around the perimeter of the body structure.

Passenger Seats (Number of Fixed Seating) Note: Specific Floor plans may modify this specification.

Twelve (12) Sets each seats, with capacity for two passengers, mounted one set on each side of center aisle (24 total passengers)

Yes

Passenger Seats (Number of Fold Down Seats) (See Information in Options for Multi-Wheel Chair Station Buses) Note: Specific Floor plans may modify this specification.

Four (4) Sets each seats, with capacity for two passengers, mounted on each side of center aisle, capable of folding to accommodate wheelchairs (8 total ambulatory passengers)

Yes

Floor Covering

Transit grade rubber flooring shall be provided (standard color is blue). The flooring shall be 3/16” ribbed in the aisle and .125” smooth under the seats. All joints shall be sealed to prevent moisture intrusion onto the subfloor. The flooring shall provide excellent resistance to cold & heat, scarring & denting and tearing. The driver’s area shall be covered with sound deadening, non-skid black floor mat that meets the interior noise requirements of these Technical Specifications.

Yes

COMPONENT STANDARD OPTION LISTED BELOW?

Bus Sub Floor Marine Quality, Water Resistant - The floor structure shall be computer load tested to withstand 40,000 pounds with less than 1/16” of deflection at the perimeter. All surface irregularities shall be filled and subfloor sanded smoothly. Subfloor shall be exterior .75”, 7-ply, fir underlayment grade plywood with a solid cross band that is pattern cut, edge sealed, and fastened with .25” diameter counter sunk Tek

No

Attachment C to ITB-Citylink-2015-01 Page 16

screws that are installed approximately every 10” throughout the entire floor structure.

Wheelchair Stations & Location

Four (4); Located Front, behind driver (See Options for multiple Wheel Chair loading)

Yes

Rear Emergency Door Rear Emergency Door, ADA compliant Yes

Bus ADA Features Meeting all ADA Compliant Requirements, O.E.M. and aftermarket

No

Destination Signs Front, Rear, and Passenger Side, Per ADA Compliant Requirements, Fixed Route - O.E.M. and aftermarket

Yes

Stop Requests, Passenger

ADA Compliant Stop Requests (pull down cords, with at least one ADA Touch Tape in rear of bus)

No

PA System internal & External

Meeting all ADA Compliant Requirements, O.E.M. and aftermarket

Yes

Fare Boxes (See Optional Equipment for this item.)

None

Yes

Heavy Duty Suspension and Related Components (Replacing Standard Suspension components for Type IV Medium Duty Bus) Heavy Duty Suspension and Related Components (Replacing Standard Suspension components for Type IV Medium Duty Bus) – Continued

GVWR (Maximum) – 23,500 lbs GAWR (Front) – 8,000 lbs GAWR (Rear) – 15,500 lbs CLEARANCES a. Ground – each bus shall have a minimum 11.5-inch

ground clearance at any position under the bus, excluding axle zones.

b. Angles – each bus shall have a minimum angle of approach of 31 degrees; and a minimum angle of departure of 11 degrees for 250, 290 & 300; 13 degrees for the 270; and10 degrees for the 320; and a minimum breakover angle of 11 degrees which allows safe negotiation of varying driving conditions in service areas.

c. Turning Radius – each bus shall have an outer body turning radius minimum of 30’ 10”.

DRIVE TRAIN / UNDERCARRIAGE FRONT AXLE a. The front axle shall be the chassis manufacturer’s

Heavy-Duty standard and shall be manufactured and installed with proper wheel and axle geometry so that imperfect axle operation will not be encountered in service.

b. The axle shall have a load rating of 8,000 lbs or be rated for the gross loads that the bus builder’s design requires. In any case the minimum load rating shall

No

Attachment C to ITB-Citylink-2015-01 Page 17

Heavy Duty Suspension and Related Components (Replacing Standard Suspension components for Type IV Medium Duty Bus) – Continued

be whichever is the greater of the two. REAR AXLE The rear axle shall be the chassis manufacturer’s Heavy-Duty standard unit with a load rating of 15,500 lbs.

AXLE STOPS Rubber axle stops shall be provided between the axle and the frame on each side of both axles to prevent axle and/or frame damage in severe bounce conditions.

SHOCK ABSORBERS Shock absorbers suitable for the vehicle application shall be installed and used in lieu of the shock absorbers provided by the chassis manufacturer.

BRAKES a. The braking system provided shall minimally comply

with FMVSS 105 and 106. It shall be a “dual” or “split” hydraulic braking system featuring; hydraulic assistance, anti-lock braking (ABS) and drum-type brakes at both the front and rear axles. All brake friction material shall be “asbestos-free”.

b. A “self-adjusting” parking brake system shall be provided. The parking brake system shall be applied with a push/pull valve on the dash and a warning light located on the dashboard shall illuminate when the parking brake is applied. The parking brake friction

material shall be “asbestos-free”.

TIRES a. Seven identical steel belted radial tires designed for

primary use on “highways” shall be provided with each bus. The tires shall be rated to meet or exceed the GVWR of the chassis and shall be designed for use on the steel wheels provided with each bus.

b. All tires must be “dual-planed or dynamically” balanced and inflated for rated GVWR rating prior to performing any road test.

c. Tire shall be size 245/70R, 19.5G radial. WHEELS Seven matching O.E.M. steel wheels with a rated capacity that meets or exceeds the GVWR of the chassis shall be provided with each vehicle. The wheels shall be designed to mount and operate properly on a fully assembled bus without any type of interference and shall not negatively affect the

Attachment C to ITB-Citylink-2015-01 Page 18

handling or operation of the bus at any time. GVWR The chassis Gross Vehicle Weight Rating “GVWR” shall be a minimum of 23,500 pounds.

SUSPENSION a. The front suspension shall consist of leaf-type springs

rated equal to or exceeding the vehicle’s front GVWR. b. The rear suspension shall consist of parabolic taper

leaf-type springs rated equal to or exceeding the vehicle’s rear GVWR with piston-gas shocks.

STEERING Each bus shall be equipped with power-assisted steering installed by the chassis manufacturer. The steering column shall have a tilt feature.

Bumpers Front bumper shall be chassis O.E.M., body contoured, reinforced with wrap-around ends. Front bumper shall be chrome plated, thick carbon steel. Rear bumper shall be powder coated 2” x 7”, 12-gauge wrap around channel. Bumpers shall be attached to the chassis frame with .5” diameter grade-5 bolts. Front bumpers must also accept bicycle rack installation WITHOUT drilling through the bumpers themselves.

No

Roof Escape Hatches Two, as per ADA and FMVSS standards Yes

Bicycle Rack(s) (See Optional Equipment Section)

None Yes

Air Ride Suspension (More-Ride Suspension or Equivalents)

No Yes

Vehicle Color White, no decals or graphics (These items to be done per unit, after delivery as required).

No

Bid Price – Standard Vehicle: __________________________

Optional Items for Type IVA Standard Buses COMPONENT OPTION(s) BID Price per

Option

Passenger Door Control Manually Operated $ (- if deduct)

Type of Engine Diesel V8, 6.4 or Better $

Type of Transmission No Option – See Standard in previous section N/A

Passenger Seats (General)

Passenger seating shall be in cloth as opposed to vinyl as stated in standard. All other specifications as listed in

$

Attachment C to ITB-Citylink-2015-01 Page 19

standard shall apply.

Passenger Seats (Number of Fixed Seating) Note: Specific floor plan may modify this specification for additional wheel chair positions.

Fourteen (14) Sets each seats, or less, cloth upholstery, with capacity for two passengers, mounted one set on each side of center aisle (28 total passengers)

$ ( - if deduct)

Passenger Seats (Number of Fold Down Seats), Located to Coincide with Wheel Chair Station Location.

Two (2) Sets each seats, cloth upholstery, with capacity for two passengers, mounted on each side of center aisle, capable of folding to accommodate wheelchairs (4 total ambulatory passengers) Note: Additional folding seats may be specified at order if vehicle is to have more than two (2) Wheelchair Stations.

$

Floor Covering Continuous transit-grade sprayed floor, with non-skid material provided, incorporated floor mounted seat and wheel chair securement fasteners. The driver’s area shall be covered with sound deadening, non-skid black floor mat that meets the interior noise requirements of these Technical Specifications.

$

Bus “Kneeling,” and Related Suspension Modification

Suspension and related components allowing bus to be kneeling, low floor. Please provide listing of specific components in this optional pricing

$

Destination Signs Front and Passenger Side, Per ADA for fixed Route Service $

PA System internal & External

Delete this item $ (- if deduct)

Fare Boxes Located next to driver, Manual and will accept cash and coins –for standard ‘drop vault’ Fare Box

$

Bicycle Rack(s) Front Mount, Capacity Two (2) bicycles each – Requesting Sports Works or equal Two Capacity, to include capacity for wide-tired bicycle tires.

$

MOR-Ride or Equivalent Suspension

If available, mated to Type IV Bus size and weight $

Wiring Harness Components

Wiring harness will accommodate up to a 5-Camera video/digital camera system, Two-Way digital radios, Automatic Vehicle Locator, and associated accessories.

$

AM/FM, CD Player Radio Delete

Delete this system, providing blank in instrument panel capable of mounting 2-Way Digital Radio

$ (- if delete)

C.2.3.2b Requirements for Option Type IVA Buses COMPONENT STANDARD OPTION LISTED

BELOW?

Passenger Door Control Electrically Operated Yes

Location of Lift Passenger Side Front (Behind Ambulatory entry door) Yes

Type of Engine Diesel V8, or better, as specified, at least 6.4 or Better standard

Yes

Type of Transmission The transmission shall be automatic with a minimum of five (5) No

Attachment C to ITB-Citylink-2015-01 Page 20

forward speeds. The gear shift selector shall incorporate a “Park” position. A heavy duty auxiliary “air to transmission fluid” cooler shall be provided and installed by the chassis manufacturer.

Driver Seat O.E.M. National 2000 or approved equal, air suspension, high back with integral headrest, cloth with two position front cushion adjustment and -3 to +14 degree seat back adjustment, single air lumbar support, additional back padding, and armrest, in standard color blue.

No

Passenger Seats (General)

Passenger seating shall be Freedman Featherweight, or equivalent, Mid-Back Seat that meets all applicable federal motor vehicle safety standards for strength and safety including 210 for seat belts. Features include:

Grab bars located on seatbacks to assist passengers in ingress/egress

OEM, Blue Vinyl seating surfaces

Ultra-thin backrest for added hip-to-knee room and lumbar support

Molded polyurethane seat and back cushions for comfort and long lasting support

17 ½” wide seat cushions

22 ½” back height off the seat cushion, 37” off the floor

Wire mesh-grid seat springs for even support All seats shall be floor and side wall track mounted for ease of seat removal. Where exposed, the track shall be covered with a vinyl track plug strip. The seat-tracking system shall be incorporated into the bus to provide secure seat anchorage, to improve the floor-to-body securement, and to provide additional side crash barrier around the perimeter of the body structure.

Yes

Passenger Seats (Number of Fixed Seating) Note: Specific Floor plans may modify this specification.

Twelve (12) Sets each seats, with capacity for two passengers, mounted one set on each side of center aisle (16 total passengers)

Yes

COMPONENT STANDARD OPTION LISTED BELOW?

Passenger Seats (Number of Fold Down Seats) (See Information in Options for Multi-Wheel Chair Station Buses) Note: Specific

Four (4) Sets each seats, with capacity for two passengers, mounted on each side of center aisle, capable of folding to accommodate wheelchairs (8 total ambulatory passengers)

Yes

Attachment C to ITB-Citylink-2015-01 Page 21

Floor plans may modify this specification.

Floor Covering

Transit grade rubber flooring shall be provided (standard color is blue). The flooring shall be 3/16” ribbed in the aisle and .125” smooth under the seats. All joints shall be sealed to prevent moisture intrusion onto the subfloor. The flooring shall provide excellent resistance to cold & heat, scarring & denting and tearing. The driver’s area shall be covered with sound deadening, non-skid black floor mat that meets the interior noise requirements of these Technical Specifications.

Yes

Bus Sub Floor Marine Quality, Water Resistant - The floor structure shall be computer load tested to withstand 40,000 pounds with less than 1/16” of deflection at the perimeter. All surface irregularities shall be filled and subfloor sanded smoothly. Subfloor shall be exterior .75”, 7-ply, fir underlayment grade plywood with a solid cross band that is pattern cut, edge sealed, and fastened with .25” diameter counter sunk Tek screws that are installed approximately every 10” throughout the entire floor structure.

No

Wheelchair Stations & Location

Four (4); Located Front, behind driver (See Options for multiple Wheel Chair loading)

Yes

Rear Emergency Door Rear Emergency Door, ADA compliant Yes

Bus ADA Features Meeting all ADA Compliant Requirements, O.E.M. and aftermarket

No

Destination Signs Front, Rear, and Passenger Side, Per ADA Compliant Requirements, Fixed Route - O.E.M. and aftermarket

Yes

Stop Requests, Passenger

ADA Compliant Stop Requests (pull down cords, with at least one ADA Touch Tape in rear of bus)

No

PA System internal & External

Meeting all ADA Compliant Requirements, O.E.M. and aftermarket

Yes

Fare Boxes (See Optional Equipment for this item.)

None

Yes

COMPONENT STANDARD OPTION LISTED BELOW?

Heavy Duty Suspension and Related Components (Replacing Standard Suspension components for Type IV Medium Duty Bus)

GVWR (Maximum) – 23,500 lbs GAWR (Front) – 8,000 lbs GAWR (Rear) – 15,500 lbs CLEARANCES a. Ground – each bus shall have a minimum 11.5-inch

No

Attachment C to ITB-Citylink-2015-01 Page 22

Heavy Duty Suspension and Related Components (Replacing Standard Suspension components for Type IV Medium Duty Bus) – Continued

ground clearance at any position under the bus, excluding axle zones.

b. Angles – each bus shall have a minimum angle of approach of 31 degrees; and a minimum angle of departure of 11 degrees for 250, 290 & 300; 13 degrees for the 270; and10 degrees for the 320; and a minimum breakover angle of 11 degrees which allows safe negotiation of varying driving conditions in service areas.

c. Turning Radius – each bus shall have an outer body turning radius minimum of 30’ 10”.

DRIVE TRAIN / UNDERCARRIAGE FRONT AXLE a. The front axle shall be the chassis manufacturer’s

Heavy-Duty standard and shall be manufactured and installed with proper wheel and axle geometry so that imperfect axle operation will not be encountered in service.

b. The axle shall have a load rating of 8,000 lbs or be rated for the gross loads that the bus builder’s design requires. In any case the minimum load rating shall be whichever is the greater of the two.

REAR AXLE The rear axle shall be the chassis manufacturer’s Heavy-Duty standard unit with a load rating of 15,500 lbs.

AXLE STOPS Rubber axle stops shall be provided between the axle and the frame on each side of both axles to prevent axle and/or frame damage in severe bounce conditions.

SHOCK ABSORBERS Shock absorbers suitable for the vehicle application shall be installed and used in lieu of the shock absorbers provided by the chassis manufacturer.

BRAKES a. The braking system provided shall minimally comply

with FMVSS 105 and 106. It shall be a “dual” or “split” hydraulic braking system featuring; hydraulic assistance, anti-lock braking (ABS) and drum-type brakes at both the front and rear axles. All brake friction material shall be “asbestos-free”.

b. A “self-adjusting” parking brake system shall be provided. The parking brake system shall be applied

Attachment C to ITB-Citylink-2015-01 Page 23

with a push/pull valve on the dash and a warning light located on the dashboard shall illuminate when the parking brake is applied. The parking brake friction

material shall be “asbestos-free”.

TIRES a. Seven identical steel belted radial tires designed for

primary use on “highways” shall be provided with each bus. The tires shall be rated to meet or exceed the GVWR of the chassis and shall be designed for use on the steel wheels provided with each bus.

b. All tires must be “dual-planed or dynamically” balanced and inflated for rated GVWR rating prior to performing any road test.

c. Tire shall be size 245/70R, 19.5G radial. WHEELS Seven matching O.E.M. steel wheels with a rated capacity that meets or exceeds the GVWR of the chassis shall be provided with each vehicle. The wheels shall be designed to mount and operate properly on a fully assembled bus without any type of interference and shall not negatively affect the handling or operation of the bus at anytime.

GVWR The chassis Gross Vehicle Weight Rating “GVWR” shall be a minimum of 23,500 pounds.

SUSPENSION a. The front suspension shall consist of leaf-type springs

rated equal to or exceeding the vehicle’s front GVWR. b. The rear suspension shall consist of parabolic taper

leaf-type springs rated equal to or exceeding the vehicle’s rear GVWR with piston-gas shocks.

STEERING Each bus shall be equipped with power-assisted steering installed by the chassis manufacturer. The steering column shall have a tilt feature.

COMPONENT STANDARD OPTION LISTED BELOW?

Bumpers Front bumper shall be chassis O.E.M., body contoured, reinforced with wrap-around ends. Front bumper shall be chrome plated, thick carbon steel. Rear bumper shall be powder coated 2” x 7”, 12-gauge wrap around channel. Bumpers shall be attached to the chassis frame with .5”

No

Attachment C to ITB-Citylink-2015-01 Page 24

diameter grade-5 bolts. Front bumpers must also accept bicycle rack installation WITHOUT drilling through the bumpers themselves.

Roof Escape Hatches Two, as per ADA and FMVSS standards Yes

Bicycle Rack(s) (See Optional Equipment Section)

None Yes

Air Ride Suspension (More-Ride Suspension or Equivalents)

No Yes

Vehicle Color White, no decals or graphics (These items to be done per unit, after delivery as required).

No

Bid Price – Type IVA Option Vehicle: __________________________

Optional Items for Type IV Option Buses COMPONENT OPTION(s) BID Price per

Option

Passenger Door Control Manually Operated $ (- if deduct)

Type of Engine Diesel V8, 6.4 or Better $

Type of Transmission No Option – See Standard in previous section N/A

Passenger Seats (General)

Passenger seating shall be in cloth as opposed to vinyl as stated in standard. All other specifications as listed in standard shall apply.

$

Passenger Seats (Number of Fixed Seating) Note: Specific floor plan may modify this specification for additional wheel chair positions.

Fourteen (14) Sets each seats, or less, cloth upholstery, with capacity for two passengers, mounted one set on each side of center aisle (28 total passengers)

$ ( - if deduct)

Passenger Seats (Number of Fold Down Seats), Located to Coincide with Wheel Chair Station Location.

Two (2) Sets each seats, cloth upholstery, with capacity for two passengers, mounted on each side of center aisle, capable of folding to accommodate wheelchairs (4 total ambulatory passengers) Note: Additional folding seats may be specified at order if vehicle is to have more than two (2) Wheelchair Stations.

$

COMPONENT OPTION(s) BID Price per Option

Floor Covering Continuous transit-grade sprayed floor, with non-skid material provided, incorporated floor mounted seat and wheel chair securement fasteners. The driver’s area shall be covered with sound deadening, non-skid black floor mat that meets the interior noise

$

Attachment C to ITB-Citylink-2015-01 Page 25

requirements of these Technical Specifications.

Bus “Kneeling,” and Related Suspension Modification

Suspension and related components allowing bus to be kneeling, low floor. Please provide listing of specific components in this optional pricing

$

Destination Signs Front and Passenger Side, Per ADA for fixed Route Service $

PA System internal & External

Delete this item $ (- if deduct)

Fare Boxes Located next to driver, Manual and will accept cash and coins –for standard ‘drop vault’ Fare Box

$

Bicycle Rack(s) Front Mount, Capacity 2 bicycles Each – Requesting Sports Works or equal Two Capacity, to include capacity for wide-tired bicycle tires.

$

MOR-Ride or Equivalent Suspension

If available, mated to Type IV Bus size and weight $

Wiring Harness Components

Wiring harness will accommodate up to a 5-Camera video/digital camera system, Two-Way digital radios, Automatic Vehicle Locator, and associated accessories.

$

AM/FM, CD Player Radio Delete

Delete this system, providing blank in instrument panel capable of mounting 2-Way Digital Radio

$ (- if delete)

Note: Standard Bid and Optional Bid are considered separate in the bid. Optional bus bids will be considered non-restricted to utilization by other eligible entities authorized by the State of Idaho and FTA.

Attachment C to ITB-Citylink-2015-01 Page 26

C.2.4 CONTRACT PERIOD AND DELIVERY FOB LOCATIONS

Work will begin upon award of the Contract, and the Contract shall be completed upon formal acceptance of the vehicles provided herein. Delivery shall be as follows: complete manufacture and delivery as shown below. Delivery date shall be absolutely no more than 150 days after formal award in writing.

FOB Locations: See ITB, Section 2.0 for Citylink address.

C.3 OFFER

OFFEROR COMPLETES AND SUBMITS INFORMATION ON THIS SECTION.

By completing and signing the information below, the Offeror hereby offers to furnish equipment and services as specified in

ITB No. Citylink-2016-01 for Citylink (Procuring Agency *grantee) including specifications in these attachments:

“General Provisions” (ITB);

“Vehicle Specifications” (Attachment D.3 and D.4A);

“Quality Assurance Requirments” (Attachment E); and

“Warranty Provision Requirements” (Attachment F).

Offeror has furnished the vehicle manufacturer _______________________with the complete specifications and Contract documents

Offeror: ______________________________________________________________________

Street Address: ________________________________________________________________

Address: _____________________________________________________________________

Authorized Signature: ___________________________________________________________

Title: ________________________________________________________________________

Telephone: ___________________________________________________________________

C.4 AWARD

By completing, signing below, and returning to the vendor, the Procuring Agency accepts the Offer as indicated above.

Contracting Officer: ___________________________________________________ (Signature)

Date of Award: _______________________________________________________

Attachment C to ITB-Citylink-2015-01 Page 27

C.5 PRE-BID INFORMATION

C.5.1 BID POSTPONEMENT AND ADDENDA The Procuring Agency reserves the right to revise or amend the specifications up to the time set for opening the bids. Such revisions and amendments, if any, shall be announced by addenda to this solicitation. Copies of such addenda shall be furnished to all prospective Offerors. If the revisions and amendments require changes in quantities or prices bid or both, the date set for opening bids may be postponed by such number of days as in the opinion of the Procuring Agency shall enable Offerors to revise their bids. In any case, bid opening shall be at least five (5) working days after the last addendum, and the addenda shall include an announcement of the new date, if applicable, for opening bids.

C.5.2 OFFEROR COMMUNICATIONS AND REQUESTS

All correspondence, communication and/or contact in regard to any aspect of this solicitation or Offers shall be with the Contracting Officer identified in “Procuring Agency and Contracting Officer”, or his/her designated representative. Offerors and their representatives shall not make any contact with or communicate with any members of the Procuring Agency, or its employees and consultants, other than the Contracting Officer in regard to any aspect of this solicitation or Offers. At any time during this procurement, up to the time specified in “Solicitation Schedule”, Offerors may request, in writing, a clarification or interpretation of any aspect, or a change to any requirement of the solicitation or any addenda to the solicitation. Requests may include suggested substitutes for specified items and for any brand names, which whenever used in this solicitation shall mean the brand name or approved equal. Such written requests shall be made to the Contracting Officer and may be transmitted by facsimile. The Offerors making the request shall be responsible for its proper delivery to the Procuring Agency per “Procuring Agency and Contracting Officer” instructions, on the form provided in “Request for Change or Approved Equal”. Any request for a change to any requirement of the Contract documents must be fully supported with technical data, test results, or other pertinent information evidencing that the exception will result in a condition equal to or better than that required by the ITB, without substantial increase in cost or time requirements. The Procuring Agency in the form of addenda shall provide any responses to such written requests only. Only written responses provided, as addenda shall be official and all other forms of communication with any officer, employee or agent of the Procuring Agency shall not be binding on the Procuring Agency. If it should appear to a prospective Offeror that the performance of the Work under the Contract, or any of the matters relating thereto, is not sufficiently described or explained in the solicitation or Contract documents, or that any conflict or discrepancy exists between different parts thereof or with any federal, state, local or Procuring Agency law, ordinance, rule, regulation, or other standard or requirement, then the Offeror shall submit a written request for clarification to the Procuring Agency within the time period specified above. C.5.3 BID WITHDRAWAL After the bids are opened, bids may not be withdrawn during the period specified in “Due Date,” paragraph C.6.2. Before the date/time set for bid opening, however, bids may be modified or withdrawn by the Offeror’s authorized representative in person, or by written or facsimile notice. If bids are modified or withdrawn in person, the authorized representative shall make his identity known and shall sign a receipt for the bid. Written or facsimile notices shall be received in the office designated in “Procuring Agency and Contracting Officer” paragraph no later than the exact Due Date and time.

Attachment C to ITB-Citylink-2015-01 Page 28

C.6 BID REQUIREMENTS C.6.1 BID PREPARATION Each Offer shall be made only on this Solicitation, Offer and Award form, which shall be enclosed in a sealed envelope with the name and address of the Offeror, clearly stated, and VEHICLE OFFER marked on the outside. All blank spaces in the Offer must be filled in, and no changes shall be made in the wording. C.6.2 DUE DATE Original sealed bids will be received at the address shown in “Procuring Agency and Contracting Officer” Information until the time specified in “Solicitation Schedule”. Bids shall be valid for a period of ninety (90) days. C.6.3 BID FORM The Offeror is required to complete and execute the Bid Form Paragraph and provide it in the bid. The Offeror shall be liable for payment of all local taxes applicable to the complete vehicle as delivered and should add these amounts to the Offer price. The Procuring Agency shall furnish to all prospective Offerors a list of applicable state and local taxes imposed by the Procuring Agency’s state or local governments. The Procuring Agency shall be liable for any such state and local taxes applicable to the complete bus as delivered that are promulgated and become effective between the Due Date and the delivery date. C.6.4 BID SECURITY Bid Bond is required at five (5) percent. C.6.5 DBE CERTIFICATION Pursuant to Title 49 CFR Part 26.49, a bidder, as a condition of being authorized to bid this procurement, must certify by completing the “DBE APPROVAL CERTIFICATION” Paragraph 1.8.8, page 19, that it has on file with the Federal Transportation Administration (FTA) an approved or not disapproved annual Disadvantaged Business Enterprise (DBE) subcontracting participation goal. C.7 BID OPENING AND RESPONSE C.7.1 PUBLIC BID OPENING Bids shall be publicly opened at the time set for opening in this solicitation. Their content, excluding documents marked proprietary, shall be made public for the information of Offerors and others interested, which may be present either in person or by representatives. C.7.2 QUALIFICATIONS FOR AWARD Award of this Contract shall be made to the Offeror quoting the lowest total computed bid, including delivery charges, as described on the Bid Form paragraph 1.6.3, provided the bid is responsive in all respects to these procurement requirements. The Offeror must have:

1. Financial, engineering, management, and service organizations with sufficient personnel and requisite disciplines, licenses, skills, experience, and equipment to complete the Contract as required and satisfy any financial, engineering or service problems that may arise during the warranty period.

2. Adequate manufacturing facilities sufficient to produce and factory-test equipment on schedule.

Attachment C to ITB-Citylink-2015-01 Page 29

3. A spare parts procurement and distribution system sufficient to support equipment maintenance without delays and a service organization with skills, experience, and equipment sufficient to perform all warranty and on-site Work.

4. Evidence that Offeror is qualified in accordance with Section 3: Quality Assurance Provisions.

5. Evidence of satisfactory performance and integrity on contracts in making deliveries on time, meeting specifications and warranty provisions, parts availability, and steps Offeror took to resolve any judgments, liens, fleet defects history, and warranty claims. Evidence shall be by client reference.

The Procuring Agency shall have the right to conduct a pre-award survey of each Offeror. C.7.3 SINGLE BID RESPONSE If only one bid is received in response to the invitation for bids, a detailed cost proposal may be requested of the single Offeror. A cost/price analysis and evaluation and/or audit may be performed of the cost proposal in order to determine if the price is fair and reasonable. C.7.4 AWARD PROCEDURE Within ninety (90) calendar days after the bid opening, the Contracting Officer shall sign the Solicitation, Offer and Award form submitted by the successful Offeror and shall deliver the executed Contract documents specified in “Contract Documents” (Paragraph 2.2.2) within ten (10) calendar days after the signing. Delivery of Contract documents shall be determined by the Contractor’s signature on the return receipt request. C.7.5 BID REJECTION The Procuring Agency reserves the right to waive any minor bid informalities or irregularities received which do not go to the heart of the bid or prejudice other Offerors or to reject, for good and compelling reasons, any and all bids submitted. Conditional bids, or those that take exception to the specifications, will be considered non-responsive and will be rejected. C.7.6 CONFIDENTIAL INFORMATION Citylink governs access to government records. Except as otherwise required by Citylink, the Procuring Agency will exempt from disclosure proprietary information, trade secrets and confidential commercial and financial information submitted in the bid. Any such proprietary information, trade secrets, or confidential commercial and financial information that an Offeror believes should be exempted from disclosure shall be specifically identified and marked as such. Blanket-type identification by designating whole pages or sections as containing proprietary information, trade secrets, or confidential commercial and financial information will not assure confidentiality. The specific proprietary information, trade secrets or confidential commercial and financial information must be clearly identified as such. The following information is not required to be included in the bid, but the Offeror shall make it available for review by the Procuring Agency: (Procuring Agency to insert requirements for confidential information. If there are no requirements for confidential information, insert "none" on the first line.) None

Attachment C to ITB-Citylink-2015-01 Page 30

Upon a request for records from a third party regarding this bid the Procuring Agency will notify in writing the party involved. The party involved must respond within twenty (20) calendar days with the identification of any and all “proprietary, trade secret, or confidential commercial or financial” information and the party involved will indemnify the Procuring Agency’s defense costs associated with its refusal to produce such identified information; otherwise, the requested information may be released. The Procuring Agency shall employ sound business practices no less diligent than those used for the Procuring Agency’s own confidential information to protect the confidence of all licensed technology, software, documentation, drawings, schematics, manuals, data and other information and material provided by Offerors and the Contractor pursuant to the Contract which contain confidential commercial or financial information, trade secrets or proprietary information as defined in or pursuant to Citylink against disclosure of such information and material to third parties except as permitted by the Contract. The Contractor shall be responsible for ensuring that confidential commercial or financial information, trade secrets or proprietary information, with such determinations to be made by the Procuring Agency in its sole discretion, bears appropriate notices relating to its confidential character. C.7.7 PROTESTS Any protest by an interested party regarding this procurement shall be made in accordance with state law. After such administrative remedies have been exhausted, an interested party may file protest with the Federal Transit Administration (FTA) of the U.S. Department of Transportation following the procedures provided in FTA C 4220.1D. Alleged violations of certain federal requirements provide a separate complaint procedure. See, for example, Buy America Requirements, 49 CFR 661 (Section 661.15) and Participation by Disadvantaged Business Enterprise in Department of Transportation Programs, 49 CFR 23 (Section 23.73). Failure to comply with the above protest procedures will render protest untimely and/or inadequate and shall result in its rejection.

ITB-Citylink-2016-01 Attachment D.3

Vehicle Specifications for Type III Vehicle LIGHT- DUTY CUTAWAY NOT MORE THAN 23’

TYPE III, LIGHT-MEDIUM DUTY CUTAWAY, NOT LESS THAN 26’

D.3 GENERAL SPECIFICATIONS FOR NEW CUTAWAY, TYPE III, LIGHT/MEDIUM-DUTY BUS, 25’ TO 26’ IN LENGTH

These minimum specifications apply to all components of vehicle Type III unless otherwise indicated. Important Note: In every required place in this section, the representative (Authorized Representative of the manufacturer, dealer-vendor or Offeror/bidder) must:

Indicate that their equipment and/or materials are compliant with specifications by initialing the line captioned “No Exceptions” (The confirmation of compliance line related to “No Exceptions” or explanation of approved exception applies to all specifications above it and it may cover a number of component specifications in different sections and subsections.);

Indicate, in the event that the referenced equipment and/or materials are not compliant, on the line provided for “Indicate Exceptions”;

Provide an initial on the line provided for “Indicate that Exceptions are TRANSIT PROPERTY approved”; and

Understand that non-compliant equipment, materials, installation or service not approved by TRANSIT PROPERTY through the exceptions/equals process or through amendment cannot be offered by a manufacturer, dealer-vendor, and/or Offeror/bidder (if these certifications are not provided, it will be assumed that the bid is non-compliant and will be rejected at bid opening).

D.3.1 VEHICLE LOADING In no case shall the vehicle GVWR (Gross Vehicle Weight Rating) or the front or rear gross axle weight rating (GAWR) or any component therein be exceeded when the vehicle with all options installed is fully loaded with passengers 68 kg (150 lbs.) per ambulatory passenger and driver and 113 kg (250 lbs.) per mobility aid passenger) seated in the locations designated and offered. A weight distribution schematic and loading calculation must be shown for each floor plan and submitted with bid for each floor plan offered. No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.2 ENGINE As specified, the engine shall be a gasoline or diesel V8, 6.4 liter or better—minimum applicable to the range and requirements of the cutaway bus being bid. The engine shall be front-mounted with access

Attachment D.3 to ITB-Citylink-2016-01 Page 2

from vehicle interior and exterior. Engine package shall include, but not be limited to the following (apply only the components below that are required for the diesel application):

D.3.2.1 Replaceable pleated paper element type air cleaner (as applicable).

D.3.2.2 Replaceable large-capacity, full-flow type oil filter easily reached without removal of any major component.

D.3.2.3 The engine electrical system shall be alternator type. Pentex or equal alternator equipped. Battery terminals and alternator terminals shall be clearly marked to avoid misconnection and subsequent damage of component.

D.3.2.4 The engine shall have a deluxe insulation and a sound reduction package as to absolutely minimize vehicle exterior noise level, heat and fumes. The interior noise level shall not exceed, in any case, 83 DBA. D.3.2.5 Heavy duty cooling system to be the largest capacity available and rated to provide cooling in up to manufacture’s standard for the diesel engine. D.3.2.6 The coolant recovery kit shall be OEM (Original Equipment Manufacturer) standard or other model with state approval and be filled with permanent ethylene glycol base antifreeze to protect the cooling system to minus forty degrees Fahrenheit (-40°F). D.3.2.7 Factory oil filler extension neck. D.3.2.8 Engine oil cooler shall be provided if available (it is not necessary to show 5.3.28 as an exception if the oil cooler is not available for this engine). D.3.2.9 A fully functional programmable “Auxiliary Idle Control Module” (Fast Idle) is to be provided. D.3.2.10 A 110 volt 1,000 watt block heater for the engine is to be provided and installed. The electrical plug shall have a protective cover and attached so as not to detract from the vehicle appearance at the front radiator grill.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.3.3 COOLING SYSTEM The radiator for Type III bus shall be a thermostatically controlled clutch drive type so as to be effectively power driven only above the minimum efficient engine temperature and shall be the meet the following specifications minimally:

Attachment D.3 to ITB-Citylink-2016-01 Page 3

D.3.3.1 A heavy-duty (super) engine cooling system (the highest capacity available for this model) shall be provided. Idaho’s summer time ambient temperature can reach 102 degrees Fahrenheit (102°F). D.3.3.2 Radiator overflow tank shall be provided (coolant recovery kit) such that expelled coolant is saved and returned to the cooling system. D.3.2.3 Protect to minus 30 degrees Fahrenheit (-30°F) with extended life coolant designed for five (5) years or 150,000 miles. Coolant must meet or exceed OEM specification.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.3.4 FUEL SYSTEM-FUEL TANK Fuel tank(s) shall be a minimum of thirty-five (35) U.S. gallon, or larger if available, otherwise the largest capacity for the diesel powered cutaway bus or gasoline provided from the OEM chassis manufacturer. The following additional specifications shall be minimally met:

D.3.4.1 The fuel tank shall be internally baffling to prevent surging, if applicable, and rigidly supported by at least two (2) supports for easy removal. D.3.4.2 The chassis OEM fuel tank shall not be modified. Any fuel tank(s) breached during modification shall be removed and replaced with a new fuel tank(s). Repair of the breached tank(s) by any means will not be acceptable. D.3.4.3 The fuel tank(s) must contain a full tank(s) of fuel upon delivery to the final destination.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.3.5 EXHAUST SYSTEM AND REAR TAIL PIPE The vehicle shall be equipped with an exhaust system which meets US government noise level and exhaust emission (smoke and noxious gasses) requirements and shall also meet the following minimum specifications:

D.3.5.1 Rear tail pipe will be extended to the left rear side (street side) corner of the vehicle. The tail pipe will be supported throughout its entire length and mounted as high as possible above the ground consistent with safe application (the support of the exhaust pipe has been found to be inadequate as delivered by vendors—the State of Idaho requires that the tail pipe be properly supported in order that it shall not require frequent maintenance and/or road-calls).

Attachment D.3 to ITB-Citylink-2016-01 Page 4

D.3.5.2 The exhaust pipe is to protrude past the outer periphery of the vehicle behind the left rear wheels. This is to prevent the tailpipe from being smashed between the bumper and the road when the vehicle enters low ground clearance situations. D.3.5.3 Horsepower of the vehicle furnished is adequate for the speed and terrain in which it will operate. Such horsepower includes ALL the demands of auxiliary power equipment. D.3.5.4 Gases and vapors emanating from the crankcase of engine are controlled in such a manner as to minimize their escape to the atmosphere (such control may provide for the return of such gasses to the injection system of the engine or as applicable per type of engine). D.3.5.5 Emissions from exhaust pipe will not exceed Federal EPA standards. D.3.5.6 The vehicles shall have the capacity to operate properly from 4,200 to 6,500 feet above sea level.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.6 REAR AXLE AND FINAL DRIVE Conventional construction, truck-type rear axle, utilizing heavy tubes pressed into cast center section nor one-piece casting is preferred. Ring gear shall be bolted not riveted, to a differential carrier—additionally the following minimum specifications must be met:

D.2.6.1 The rear springs shall have a ground load rating equal to or exceeding the GVWR of 14,050 lbs. for the vehicle. Helper spring(s) shall be installed on the side of the vehicle that contains the lift to keep the bus level when fully occupied. As applicable to Type III. D.2.6.2 The vehicle should be able to travel 75 miles per hour on the highways.

D.3.6.3 Rear axle capacity of 8,600 pounds minimum or as applicable to design Type III.

D.3.6.4 Spring capacity (leaf) as applicable to cutaway design Type III.

D.3.6.5 Each chassis shall be equipped with rear, heavy-duty, double-acting, gas-filled shock absorbers with the highest rating available from the OEM. An approved equal would be air shocks—as available or applicable to Type III. D.3.6.6 A rear stabilizer bar shall be provided—as available and applicable to Type III buses.

D.3.6.7 For vehicles specified with MOR-RIDE or equal rear suspension system, all rear suspension components shall be compatible with this type of system.

Attachment D.3 to ITB-Citylink-2016-01 Page 5

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.7 PROPELLER SHAFT The propeller shaft should be a minimum of two and one-half inches (2.5”) heavy-duty and must meet these additional minimum standards:

D.3.7.1 The propeller shaft shall utilize one or more spicer, or equivalent, needle bearing universal joints. D.3.7.2 A guard for the propeller shaft shall be provided.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.3.8 STEERING Each vehicle shall be equipped with OEM power-assisted steering. Additionally, the following minimum requirements must be met:

D.3.8.1 Steering shall incorporate an OEM factory installed tilt wheel feature. No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.3.9 TRANSMISSION Minimum five (5) speed heavy-duty automatic transmission incorporating an OEM installed air-to-oil type auxiliary transmission with extra heavy-duty oil cooler—filler extension neck for adding fluid. Transmission shall fully match up to the engine choice of diesel equal to 6.6 or better.

D.3.9.1 Transmission shall be equipped with a hydraulic transmission governor, adequate torque capacity, clutch packs, and oil pump with a minimum capacity to supply all transmission lube and shift requirements at idle speed.

D.3.9.2 Provide an extra-large transmission oil cooler internally mounted in the radiator (or externally) to maintain safe operating temperature at rated loads.

D.3.9.3 Transmission shift lever shall be interlocked with starting motor to prevent engagement of starter in any gear position other than “neutral” or “park”.

Attachment D.3 to ITB-Citylink-2016-01 Page 6

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.10 FRONT SUSPENSION Solid tubular or beam axle or independent front suspension is permitted. In all cases, the following minimum specifications shall also be met (must meet requirements to support 6.6 diesel or equal): D.3.10.1 Axle capacity 4,600 minimum or as applicable to Type III. D.3.10.2 Spring capacity (coil) pounds minimum at ground (total) as applicable to Type III, 25’ minimum bus. D.3.10.3 Lubrication points per the OEM chassis shall be provided. D.3.10.4 All friction points shall be equipped with replaceable bushings or inserts.

D.3.10.5 The manufacturer’s heaviest , highest quality spindles and front wheel bearings shall be fitted—as applicable to Type III buses.

D.3.10.6 Heavy-duty, gas filled, commercial-type shock absorbers shall be provided—1/-3/8 diameter minimum—or as applicable to Type III buses. See also, air ride requirement under preceding section with MOR-Ride or equal as standard.

D.3.10.7 Front suspension shall be equipped with a stabilizer bar—or as applicable to Type III buses.

D.3.10.8 Front suspension shall be compatible with V8 6.4L Diesel engine, or better, as specified elsewhere in this document.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________

_____________________________________________________________________________________

D3.11 BRAKES Dual hydraulic power assisted system with four (4) wheel anti-lock disk type brakes. Additionally, brakes shall include minimally:

D.3.11.1 A hand or foot operated parking brake that engages by foot and releases by foot or hand.

D.3.11.2 Parking brake shall be supplied with a warning light on the dashboard.

Attachment D.3 to ITB-Citylink-2016-01 Page 7

D.3.11.3 Vehicle accident avoidance center mounted red brake light, 51 mm x 152 mm (2" x 6") horizontally mounted located on the centerline of the bus below or above the rear window. Caution lights on either side of the center mounted red brake light (see instructions for exterior lighting. Center mounted brakes light is required even if not mentioned under section on exterior lighting).

D.3.11.4 Braking system shall be adequate for the GVWR of the OEM vehicle with all cutaway conversion applications.

D.3.11.5 The requirement for brake dimensions shall conform to the following minimums for a Type III bus:

A. Front Disc Brakes 12.52” Rotor Diameter B. Rear Disc Brakes 12.91” Rotor Diameter Provide rear “hydro-boost” brake system or equivalent.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.3.12 WHEELS AND RIMS Each vehicle shall be equipped with steel disc wheels. Seven (7) in number with eight (8) ventilated pressed holes, sixteen inch (16.0”) diameter and seven inch (7.00”) width, single, front and rear dual. All wheels and rims to be interchangeable. In addition, the vehicles will include minimally that:

D.3.12.1 The rated capacity shall equal or exceed the GVWR of the vehicle. D.3.12.2 Rear dual wheels will have a valve extension installed to the outside on each set of rear wheels to check and fill air pressure.

D.3.12.3 All wheels shall be painted to match including spare wheel. OEM white is acceptable.

D.3.12.4 All vehicles shall include one (1) extra rim as described under D.3.12, above.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.3.13 TIRES AND MUD FLAPS OEM steel belted radial ply tires of equal size and rating—“all weather” tread design is required. Size shall be LT 225/75R or standard for the Type III bus. The number of tires shall be seven (7) as specified in Table 1 at 5.05 which includes the spare. Additionally, the following minimums will apply:

Attachment D.3 to ITB-Citylink-2016-01 Page 8

D.3.13.1 The combined load rating of the tires shall equal or exceed GVWR of the cutaway Type

III vehicle.

D.3.13.2 The spare tire furnished shall be mounted on one of the spare wheels (see wheel paint color—OEM white) and transported inside the vehicle temporarily but fully secured; a spare tire mount under the bus need not be provided.

D.3.13.3 Install high-quality front and rear mud flaps (black in color). Wheel well attachments (mud-flaps, wheel well molding, etc.) must use stainless steel screws or bolts to prevent rust. Mud flaps must cover the entire width of the tires.

D.3.13.4 Manufacturer/vendor-dealer shall provide dual tires.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.14 ELECTRICAL SYSTEM The electrical system shall be a twelve (12)-volt system. All electrical accessories except radio, lights, and mobility aid lift must be wired through the ignition and must shut off when the engine is shut off. A wiring diagram must be submitted that will match the “as built” wiring for each vehicle. All components are to be selected and integrated to function in an environment characterized by low engine (alternator) speeds and high amperage draw (due to lights, wheelchair lift, flashers, air conditioning or heater and other accessories in constant operation).

D.3.14.1 Wiring and Switches—All switches and wiring circuits shall be protected with either fuses or circuit breakers. All fuses and circuit breakers shall be labeled for identification and installed in one (1) central location with a cover (metal or plastic)(Note: No exceptions). The bus chassis OEM electrical protection may not be altered or modified in any way. All contractor-installed switches shall be of heavy-duty design. No switches are to be installed that will hamper the removal of the engine cover inside the bus.

D.3.14.2 Standard Requirements for Wiring—There shall be no exposed wiring inside the vehicle. All wiring must meet SAE standard requirements. All electrical wiring shall be automotive stranded and shall be colored and number coded with a schematic showing

function code. No wires shall be of the same color, number, or function code in the same loom or harness. All harnesses that are added to the vehicle will be secured to the frame at a maximum of two (2) feet intervals. Plastic wire ties are not acceptable.

D.3.14.3 Charging System—The vehicle charging system will use an alternator of twelve (12)-Volt potential having a capacity as specified in Table 1. Minimum 190 AMP alternator. Pantex or equal single alternator system preferred.

Attachment D.3 to ITB-Citylink-2016-01 Page 9

D.3.14.4 Batteries—Dual maintenance free OEM batteries shall be retained with an additional 8D900 battery, exide or approved equal, 8D-900, side terminals 3/8-16 UNC-cranking power of 1100 amp with lifting straps, 2A thread three-quarter inch (3/4") long, with minimum reserve capacity of 425 amp-hr, minimum cold. The auxiliary battery shall have sufficient reserve power to operate the lift at least ten (10) times with a test load of 340.2 kg (750 lbs.) Pull out tray if under the vehicle. The batteries must be connected to a minimum of 2.0 gauge cables. If a chassis OEM dual battery system is provided, the chassis OEM cables are approved. 8D shall be provided on a slide-out tray beneath on the passenger side of the bus beneath the lift. D.3.14.5 Wiring Configuration—The grantee must approve the wiring configuration to the mobility aid lift before final construction of vehicle. The manufacturer shall provide a dash mounted master control switch to shut off all power to the lift.

D.3.14.6 Provide an OEM chassis fast idle system which will automatically increase the engine speed RPM to approximately 1000 RPM. This fast idle shall have an on/off switch. When the switch is “ON”, the fast idle shall automatically engage when the vehicle transmission is placed in “park” position. When placed in “drive”, the fast idle is to automatically shut off. The fast idle solenoid must be of a “continuous” heavy-duty type.

D.3.14.7 Wiring added by the vehicle Contractor: All general purpose wiring shall be silicone insulated to at least 200 degree Fahrenheit (200°F) and shall meet SAE standards and shall be color coded and numbered. All wiring shall be of sufficient size to carry the required current without excessive voltage drop. All harness and wiring terminals shall terminate at the junction terminals. All wiring and connectors shall be of soldered, hand or machine-staked type. All circuits shall be protected by automatic reset circuit breakers or line fuses. All wires added to the vehicle chassis, by the vehicle Contractor, shall be enclosed in a plastic, flexible, split loom. The wiring diagrams shall identify the wires by color code and by number. One (1) wiring diagram per vehicle, plus one (1) additional diagram, shall be supplied to the transit system.

D.3.14.8 All fuses, relays, circuit breakers, and terminals that are added to the vehicle shall be numbered and placed in a single circuit box, easily accessible from the inside of the vehicle. All relays must be anchored by bolts and nuts or Tek screws.

D.3.14.9 The circuit box shall be conveniently mounted and have a secure cover preferable with a hinged door.

D.3.14.10 All added electrical terminals that are located in the engine compartment, under the vehicle, and located where moisture may collect on the terminals, shall be sprayed with NOCO battery corrosion preventative spray, part number NCP-2. This can be obtained from most auto parts stores. The wire terminals and component terminals are to be sprayed with this corrosion inhibitor BEFORE they are attached to each other. Once attached, spray them again. The battery terminals must be removed and sprayed with the NOCO inhibitor. Electrical terminals located inside the vehicle must not be sprayed with the NOCO spray.

Attachment D.3 to ITB-Citylink-2016-01 Page 10

D.3.14.11 All ground wires (except for those ground wires inside the vehicle where it is always dry), whether they be attached to the vehicle frame or a terminal junction, must be sprayed with the NOCO corrosion inhibitor. All paint and undercoating must be removed from the ground points. Do not use star washers underground terminals. Before connections are made, all terminals, studs, and bolts must be coated on all sides with NOCO. Once the connection is made, re-spray the connection. D.3.14.12 When ring terminals are used under the cutaway, use non-insulated terminals and a heat shrink with an inner sealer. D.3.14.13 When butt connections are used under the vehicle, use heat shrink with an inner sealer that must cover the butt connector. If a “Y” connection is made underneath the vehicle, use a Weatherpack “Y” connector. Do not use butt connectors that have been with encapsulating heat shrink/sealer. D.3.14.14 Any electrical terminal board or junction box must have the terminals, fuses and circuit breakers numbered. These numbered terminals must be shown with their wires on all wiring diagrams. All wires must start or end at terminals. Do not “T” off of another wire. A few exceptions for “T” wires are on the marker lights. Cheap snap “T” are not permitted. Any “T” under the vehicle or where moisture is present must use Weatherpack weather proof “T” connections. If there are any questions on which type of “T” connector to use, use Weatherpack “T” connectors. All wires are to be “P” clamp or nylon wire tired to the frame or body structure. All nylon wire ties are to cut flush with nylon wire tie lock. D.3.14.15 Starter must be capable of turning over engine with oil after ten (10) hour cold soak at zero degrees Fahrenheit (0°F). D.3.14.16 Heavy duty dual twelve (12)-volt horns shall be furnished and installed so as to be protected from wheel wash. Positive and negative terminals and battery posts are to be covered with NOCO spray before the terminals are connected to the batteries posts. D.3.14.17 The bidder shall provide a reverse direction alarm (BUA) in compliance with SAE J994b with respect to acoustical performance for Type B device [IE107dbb (A) and +/-db with a supply voltage of fourteen (14) volts. Reverse alarm shall be activated when the transmission is in “reverse”. D.3.14.18 The bidder shall provide a front alarm meeting the same requirements that is activated by a switch providing “on” and “off”. The drivers will use this in heavy density situations and parking lots to alert pedestrians of the moving bus. This alarm is activated not by the transmission or backing but by a switch engaged by the driver. D.3.14.19 Vehicle rear outside electrical connecting plug ends must be in a sealed plastic box.

Attachment D.3 to ITB-Citylink-2016-01 Page 11

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ ____________________________________________________________________________________ D.3.15 INSTRUMENT PANEL Each vehicle instrument panel shall be equipped with at least the following:

D.3.15.1 a. Ammeter or voltmeter b. Engine oil pressure gauge c. Fuel capacity gauge/fuel tank gauge d. Engine temperature gauge—warning light to show when temperature is above safe

range or if oil falls below level of safe range. e. Tachometer f. Speedometer/odometer/trip odometer g. Emergency brake warning light h. A fast or high idle switch connected to high-idle capacity shall be provided/installed

D.3.15.2 Lamps—The instrument panel shall have lamps sufficient to illuminate all instruments. All instruments shall be accessible for maintenance and repair and shall be mounted so that each instrument and all indicator lights are clearly visible to the driver. Lights instead of the listed gauges will not be acceptable. D.3.15.3 All instruments are to be grouped on a single panel in full view of the driver with no instruments obstructed by controls, trim panels or other appurtenances and arranged in a consistent and uniform manner (No Exceptions). Standard automotive dash panel is acceptable. D.3.15.4 The following controls, in addition to the normal steering, braking and transmission functions, are to be provided:

Map light for the driver

Column mounted turn signal lever with an upgraded heavy-duty flasher (and LED flashers on the outside mirrors on each side of the bus). The typical flasher that comes with the vehicle chassis is not considered heavy-duty.

Switch for the electric passenger door.

Power for the following switches are to “off” when the ignition key is “off”:

Separate switch and temperature controls for the front dash heater and rear roof heater

Front and rear A/C controls

Wheelchair lift power switch

Passenger compartment lights

Attachment D.3 to ITB-Citylink-2016-01 Page 12

Buzzer and light for the rear emergency door

All exterior light switches

All interior lights, except map light for the driver

All switches are to be within easy access of the driver.

D.4.15.5 AM-FM/CD/cassette player delete, with blank installed and capable of handling installation of two (2)-way digital radio. Wiring harness shall be capable of installation of antennae for this purpose shall be included.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.16 BACK-UP ALARM Connected with back-up lights to produce an intermittent sound to warn others while bus movement is in reverse. No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.17 BODY MODIFICATIONS It is the intent of the Procuring Agency (grantee) to purchase a standard industry modified vehicle insofar as it meets or exceeds the following specifications. All modifications shall comply with the FMVSS. The vendors must be certified by the National Traffic Safety Administration to manufacture or alter vehicles in accordance with the Code of Federal Regulations (CFR), Title 49, and Parts 567-568. On "cutaway" conversions added bodies must be securely fastened to the basic vehicle structure, bolted securely through chassis rail flange at floor, and with added reinforcing plates or comparable method. Method of attachment must conform to chassis OEM body builders’ requirements. Attachment through bus side rails is not allowed. Welded securement to the basic vehicle structure is only acceptable in areas in front of the front suspension spring hanger and to the rear of the rear suspension spring hanger. No other welded securement to the basic vehicle structure will be acceptable. No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

Attachment D.3 to ITB-Citylink-2016-01 Page 13

D.3.18 STRUCTURE The vehicle body shall incorporate a welded steel or aluminum body frame or shall be constructed to provide maximum protection to passengers in case of rollover accident or a crash accident to the side or rear of the bus. The inside and outside body panels shall be fabricated of contoured steel or aluminum. The frame shall be attached to the understructure and securely attached to the chassis so that the entire vehicle will act as one (1) unit without any movement at the joints. The entire unit shall be adequately reinforced with structural steel to carry the required loads and withstand road shocks.

D.3.18.1 Roof Construction—The roof construction shall be of sufficient strength to prevent vibration, drumming or flexing. The roof is to be designed to prevent pooling of water on the roof. D.3.18.2 School Bus Rollover Protection—The entire unit shall be adequately reinforced and shall meet requirements of FMVSS 220 School Bus Rollover Protection. A current certification must be furnished with the bid. The test results shall not be more than two (2) years old on the production model bid unless the structure has not been significantly modified as defined by 49 CFR 665. D.3.18.3 Exterior Seams—All exterior seams shall be constructed to shed water without leaking into the vehicle. In no case shall sealing of panels be dependent on caulking alone. All exterior joints and seams shall be protected by zinc chromate caulking, butyl rubber tape, or an approved (by the grantee) comparable material. No water leaks in the body will be acceptable. D.3.18.4 Body—The body shall be free of cracks, dents, Defects, or physical damage. D.3.18.5 The body structure shall be built as an integral unit adequately reinforced at all joints and corners where stress concentration may occur to adequately carry required loads and standard road shock. D.3.18.6 The side and end framing shall be so designed and constructed that they will carry their proportion of the stresses around these openings. All posts in body side and roof sections shall be of durable steel construction securely fastened to the under-frame structure so that the entire frame shall act as one (1) unit without any movement at joints. The entire body (top, side, rear) shall be a steel cage. D.3.18.7 The rear of the body shall incorporate at least a thirty-two inch (32”) wide by fifty-three inch (53”) high emergency door. The door handle/latch must be lockable with a key from the outside. Use a locking mechanism that secures the door at the top, bottom, and at the door handle (three (3)-point latch). The door shall have a switch on the door jam that activates a red light and buzzer on the dash when the door is opened. Provide a handle which could be used to open and close the door from inside. D.3.18.8 All interior panels and caps are to be insulated.

Attachment D.3 to ITB-Citylink-2016-01 Page 14

D.3.18.9 The entire body frame (walls, roof and rear) shall be securely attached together to provide an integral one (1)-piece body structure. The entire body is to be securely welded or bolted to the cab section, the floor, sides and top. D.3.18.10 Any method of construction that is accomplished other than the level of quality as defined above will not be acceptable. The transit system shall be the final judge as to whether the proposed structural construction is acceptable. D.3.18.11 The body shall be bolted through the sub-floor structure to the chassis frame as recommended by the chassis manufacturer. Welding of any body understructure to the chassis frame is not permitted. D.3.18.12 All exterior panels (walls and roof) shall be aluminum, galvanized steel, or fiberglass. Exterior panels are to be riveted or bonded to the framing. If rivets are used, they shall be the solid (filled) stainless steel type. Pop rivets or sheet metal screws will not be acceptable for fastening the vehicle exterior panels. All panels shall be installed so they will shed water. That is, the leading panel shall be lapped over the following panel and, in no case, shall the sealing of the panels be dependent on caulking alone. D.3.18.13 Before or after assembling, all metal body structural parts shall be satin coated or given a thorough multiple stage anti-corrosion treatment. Zinc chromate primer paint shall be applied to all steel. Galvanized steel is permitted if the end cuts, drilled holes and weld area are sprayed with zinc chromate primer paint or anti-corrosion treatment. D.3.18.14 All nuts, bolts, clips, washers, clamps and fasteners shall be stainless steel or zinc or cadmium plated. As many fasteners as possible shall be stainless steel. D.3.18.15 The entire floor shall be supported by a full jig welded steel sub-floor under-structure. D.3.18.16 Sub-floor structure shall be the equivalent of two by two inch (2” x 2”), eleven (11)- gauge or one and one-half by three inch (1 ½” x 3”), fourteen (14)-gauge steel, on six inch (6”) by sixteen (16)-gauge hat sections, minimum. Sub-floor shall be securely welded or bolted to the cab section and bolted to the chassis frame. Welding of any sub-floor structure to the chassis will not be acceptable. D.3.18.17 Over the sub-floor structure shall be bolted a minimum three-quarter inch (¾”) exterior grade plywood or equivalent floor structure. Minimum five-eighths inch (5/8”) thick exterior plywood with a fourteen (14)-gauge steel belly pan or sixteen (16)-gauge aluminum belly pan is approved.

D.3.18.18 Stepwells are to be of one (1)-piece steel construction. Stepwell is to be constructed of minimum fourteen (14)-gauge steel adequately reinforced to prevent deflection. All steel shall be treated for corrosion resistance. Step risers shall not exceed eight inches (8”) in height. The lower steps need to be between ten and twelve inches (10-12”) off the ground.

Attachment D.3 to ITB-Citylink-2016-01 Page 15

D.3.18.19 Rear wheel housing shall be of one (1)-piece minimum sixteen (16)-gauge steel. Ample clearance shall be provided for tires under load and operating on both smooth and rough terrain. All steel shall be treated for corrosion resistance. In the event that tires extend beyond the side of the vehicle, splash aprons and fenders shall be provided. Front wheel housings are to be as provided with the chassis cab section. Install front and rear mud flaps. D.3.18.20 Access doors shall be provided where necessary to service transmission, engine, radiator, and batteries. D.3.18.21 The entire body frame, under structure, and body skirt, of the vehicle is to be fully undercoated with non-flammable resin-type material, polyoleum or equivalent, applied at the time of manufacture. Any part of the wood floor not covered with undercoating shall be covered with aluminum. D.3.18.22 Care must be taken to certain that no water drain holes designed into the body are clogged with undercoating material. D.3.18.23 Any bright metal exterior trim shall be stainless steel or polished aluminum, or chrome plated. D.3.18.24 The interior floor of the van shall be raised approximately six to eight inches (6-8”) higher than the standard floor. Extend the raised floor to the entrance door steps. The purpose of the high floor is to cover the rear wheel wells. This allows wheelchair tie- down tracks to be installed the entire length of the floor. Access to the raised floor is to be by an additional step. Sloping access is not acceptable. D.3.18.25 Two (2) tow hooks are to be installed on the rear of the vehicle. D.3.18.26 All exterior welds and bolts are to be coated with zinc chromate primer paint.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________

_____________________________________________________________________________________ D.3.19 SEATING All seats shall meet the requirements of FMVSS 207, Type III buses.

D.3.19.1 Standard seating shall be twenty (20) ambulatory seated with four (4) fold-down seats, accommodating up to four (4) wheelchair positions. Floor plans will be provided within five (5) days and they shall reflect either the standard floor plan with twenty-four (24) ambulatory passengers or the alternative floor plan. D.3.19.2 Standard shall be vinyl seating (cloth optional) in the passenger compartment and shall be blue in color.

Attachment D.3 to ITB-Citylink-2016-01 Page 16

D.3.19.3 Equal to Freedman Seating id/hi Seat, Braun seating or Keyes, comparable one (1) or two (2) position bench type modules of not less than 44.45 cm (17½") in width. All seats shall be track mounted for easy removal, forward facing ,have an individual cushion, and be equipped with a folding aisle armrest. All back cushions shall be contoured to provide full lumbar support. D.3.19.4 All seats shall be covered with vinyl (or cloth, as stated in option), color coordinated with the interior vehicle color, and shall be blue. All passenger seating must meet full White Book testing. D.3.19.5 Upon request, the Contractor shall submit a sample of the upholstery and cushion material to the grantee for approval. D.3.19.6 Each wheelchair position shall have a fold-down, two(2) passenger seat of high quality equal to a Braun fold-a-way model 125–standard and shall be vinyl (seating coverings must be vinyl or cloth as specified in options).

a. Seat covering and padding shall cover the seat frame and meet FMVSS 302,

flammability of interior material. Cushions and seat covers shall be of the slip-covering type, removable and replaceable without removing the entire seat.

b. All seating shall meet or exceed the Federal Transit Administration’s Recommended

Fire Safety Practices for Transit Bus and Van Materials Selection.

c. Each passenger position shall be mounted to meet the requirements of FMVSS 208 and 209. Passenger seat belts shall be provided for all passenger locations. A minimum of 1.5 m (60") in length. One (1) .61 m (24") belt extender provided with each vehicle. Belts that are required to be secured to floor will be a minimum of 1.9 m (75"). The receiver end of the belt shall be placed on the aisle side of the seat. On the double-wide seats, each pair of seat belts should be different colors (one (1) pair light colored and one (1) pair dark colored).

d. All metal surfaces shall be chemically cleaned, painted, and baked to provide a

rugged, long-lasting, rust resistant surface.

e. All seat members shall be padded and covered above the bottom of the seat.

f. Pedestals shall be placed a minimum of 15.24 cm (6") from seat edge to provide toe clearance. The pedestals shall be anchored to the floor of the bus with minimum Grade 5 bolts.

g. All seats shall have not less than 69.85 cm (27½") hip to knee room spacing between

seats. All seats shall have a minimum cushion depth of 43.18 cm (17”), and a thickness of not less than 63.5 mm (2½").

Attachment D.3 to ITB-Citylink-2016-01 Page 17

h. Seats shall be track mounted for removal and adjustment. Filler pieces shall be provided in tracking between seat placements with additional filler pieces provided to place in tracking if seats are removed to provide access to mobility aide securement areas.

i. The aisle width between seats shall not be less than 33 cm (13"). There shall not be

a mobility aid position blocking the aisle or be directly in front of the mobility aid lift except when there is a rear lift. Random movement to any seat position for ambulatory passengers must be maintained.

j. An energy absorbing grab handle shall be provided at the top of each forward facing

seat position and be as wide as practical. The diameter of the grab handle shall be no less than 3.175 cm (1¼") and no greater than 3.8 cm (1½").

k. The bidder shall provide floor plan/seating arrangement drawings that are to scale

and meet passenger-seating requirements. Drawings, at a minimum, shall show the location and dimensions of all seating positions, driver's position, aisles, doors, modesty panels, stanchion, grab rails, tie down locations, and other passenger assists. In addition, all major body interior dimensions must be shown. The Procuring Agency must approve plans before production. Floor plan shall encompass a raised floor, if necessary, in order to accommodate the seating required in the bus.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________

_____________________________________________________________________________________

D.3.19.7 DRIVER SEATS—O.E.M. National 2000 or equal, air suspension, high back with integral headrest, cloth with two (2) position front cushion adjustment and -3 to +14 degree seat back adjustment, single air lumbar support, additional back padding, and armrest, in cloth, with standard color blue.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.20 FLOORS The entire floor shall have an aluminum or steel under pan (please do not request an exception to this). The floor overlay shall have a minimum of five-eighths inch (5/8") seven (7) ply APA certified exterior plywood (please do not request an exception to this requirement) of A-C plug grade securely fastened to the full length, full width sub-floor (please do not request a waiver). A raised floor is to be provided in order to accomplish the minimum seating required. All edges to be properly sealed for moisture. Plywood shall be strong and stable so that bolts will not be pulled from floor at wheelchair stations.

Attachment D.3 to ITB-Citylink-2016-01 Page 18

D.3.20.1 FLOOR COVERINGS—The aisle, entrance, and step tread areas shall be covered (in one piece) with R.C.A. 48 cm (3/16") thick wide ribbed, blue in color, nonskid-type transit rubber flooring. All other areas shall be not less than 0.3175 cm (0.125") thick of the same type except it may be ribbed or smooth. All step edges shall have a band of bright yellow color (please do not request an exception to this requirement) running the full width of the step. D.3.20.2 FLOOR COVERINGS, COLOR—The floor color covering shall be blue in color (standard).

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.21 PASSENGER ENTRY DOOR AND REAR EMERGENCY DOOR

D.3.21.1 The vehicle shall be equipped with a two (2)-section door minimum one inch (1”) by eleven (11)-gauge aluminum or sixteen (16)-gauge steel framed entry/exit passenger door or T6061-T6 aircraft aluminum extrusion. The door shall meet ADA requirements having a full clear opening width of at least thirty-two inches (32”) and a full height of at least seventy-seven inches (77”). D.3.21.2 The passenger entry door shall be located on the curb side and towards the front of the vehicle. D.3.21.3 The entry door shall be fully encompassed by a steel door surround. The complete door surround shall be a minimum of sixteen (16)-gauge steel and may incorporate the stepwell. The entire door-surround shall be constructed of minimum of fourteen (14)- gauge steel or equal. D.3.21.4 The passenger entry door shall be an outward opening type, capable of being electrically or manually (depending on standard or option) operated and controlled from the driver seat. The door must have a mechanical emergency release handle. Opening and closing of the door shall be equipped with micro switches, which shut off the door motor when the door reaches full open or full closed. High quality is a must. D.3.21.5 At the meeting edge of each door panel, a two inch (2”) rubber seal shall be installed so that the edges form a tight overlapping seal when closed. D.3.21.6 Install two (2) stainless steel grab bars to the interior (one (1) on each side) of the doorway to assist passengers in entering or exiting the vehicle. D.3.21.7 A driver’s door (OEM) shall be provided to the left of the driver area. The door shall be lockable from inside or outside the vehicle. The driver door shall incorporate an openable window and arm rest.

Attachment D.3 to ITB-Citylink-2016-01 Page 19

D.3.21.8 A rear door will be provided. This will be a hinged emergency door at least thirty-two inches (32”) wide by fifty-three inches (53”) high. The door must have upper and lower windows in it. The intent is to have a large window mounted low in the door and another smaller window mounted high in the door. This is required for increased visibility while backing. D.3.21.9 All inside manual door mechanisms are to be covered with ABS covering. D.3.21.10 The wheelchair lift door buzzer is to operate when the door is open and turn off when the wheelchair lift is operating. D.3.21.11 The rear emergency door is to have an alarm visual and audible (buzzer) to notify the driver when the door is being opened. D.3.21.12 Provide an access door to the front entrance door mechanism. D.3.21.13 Provide rain water drip rails over all exterior doors. Entrance door drip rail will extend over the full width of the entrance door. D.3.21.14 The entrance door glass shall have the same amount of tint as the windshield. D.3.21.15 Key all door locks for the same key. The ignition key may be keyed differently. If multiple vehicles are ordered, all locks shall be the same. Include four (4) sets of keys for each vehicle. D.3.21.16 No fare boxes or other shall interfere with the clear view of the driver or create or add to “blind spots.” D.3.21.17 All modifications shall fit flush with the body side panels and provide a watertight and dust resistant seal.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.22 ENTRY STEPS The front passenger stepwell and wheel wells shall be heavy-duty welded steel with adequate reinforcement to prevent deflection more than 0.635 cm (¼") under a 136 kg (300 pounds) load placed on an area 20.32 cm (8") wide on the center of the step. Upon removal of the load, this step will rebound to its original dimension.

D.3.22.1 STEP RISERS—The individual step risers shall be a maximum of 24.13 cm (9.5") plus or minus 0.318 cm (1/8") in height with step tread a minimum of 21.6 cm (8.5") deep. The bottom step tread shall not exceed 33 cm (10.5") from the ground unloaded. The

Attachment D.3 to ITB-Citylink-2016-01 Page 20

stepwell shall incorporate lights to illuminate the step tread area when the entry door is opened. D.3.22.2 STEPWELL STEPS—The stepwell steps shall be heated. D.3.22.3 ADDITIONAL STEP BENEATH BOTTOM STEP—An additional step shall be provided below the bottom step for ease of access for mature people and people with disabilities, if feasible.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.23 MODESTY PANELS, STANCHION AND HANDRAILS, INTERIOR PANELING

D.3.23.1 An entry door modesty panel and stanchion post shall be installed at the left rear of the stepwell, in front of the right side row of seats. Stanchion shall be constructed from the floor to the ceiling. The lower 76.2 cm (30") portion shall be constructed of stainless steel with a "X" break and melamine or comparable panels with a stainless steel frame. Vinyl clad steel is acceptable. A modesty panel shall be provided at the left rear of the mobility aid entry door. A 25.4 cm (10") grab rail shall be installed on both sides of the entry door made of 3.175 cm (1.25") stainless steel that can be used by passengers standing at ground level to aid in boarding the bus, as well as those passengers that are de-boarding the bus. The handrail must be able to be used continually for help in boarding and de-boarding the bus. D.3.23.2 All interior walls shall be paneled, including doors. All panels shall be the same color and coordinated with the interior colors of the vehicle (blue floor and blue coverings for seats).

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.24 WINDSHIELD AND WINDOWS All windows, except the windshield, rear, and doors shall be egress T-Slide panel type at a minimum of 780 square inches. See also below.

D.3.24.1 All side windows shall be ventilated as indicated below. D.3.24.2 Window(s) shall be installed in the double door(s) directly behind the front passenger entrance door on the curbside of the vehicle.

Attachment D.3 to ITB-Citylink-2016-01 Page 21

D.3.24.3 All rear and passenger glass is to be tinted to a maximum of thirty-one (31) percent light transmission in the passenger compartment. D.3.24.4 The windshield is to be a one (1)-piece design as is provided by the chassis manufacturer. The windshield shall be laminated, tinted safety glass. D.3.24.5 The driver’s side window shall be the roll down type. The driver’s side window shall be tinted safety glass. D.3.24.6 The side passenger doors shall be a large transit-type (as opposed to school van -type). It is desired to maintain a transit-type appearance, and small school van-type windows are not to be used. D.3.24.7 Passenger windows must be capable of opening to ensure ventilation. Windows shall be a sliding type. Windows must provide a minimum opening area of 48 square inches each and/or a minimum ventilation area of 484 square inches total for all windows. D.3.24.8 The view (eye) level shall be measured from the top of the side windows. The bottom of the window shall not be above the level of the seat back. D.3.24.9 A minimum of two (2) hinged emergency exit windows must be provided on the street side of the vehicle and two (2) emergency exit windows on the curb side of the vehicle. Instead of the rear window, a hinged emergency door shall be provided. This door must be at least thirty-two inches (32”) wide by fifty-three inches (53”) high. The door must have upper and lower windows in it. The intent is to have a large window mounted low in the door and another large window mounted high in the door. This is needed for increased safety due to greater visibility while backing up. This door shall be labeled as an emergency door and shall meet all minimum requirements including an audible and visible alarm to sound when the door is opened. Visible labeling and instructions shall be provided. Notwithstanding any other information provided herein, window frames shall be black-powdered or the equivalent. Each side window shall be a minimum of 116 inch perimeter dimension. One (1) small spacer window may be used on each side of the bus. D.3.24.10 Placement and installation of the windows shall not diminish the structural integrity of the vehicle. Structural reinforcement shall be added to compensate for the reduced structural rigidity. All windows, including emergency exit window, shall comply with the FMVSS 217.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________

_____________________________________________________________________________________

D.3.25 WINDSHIELD WIPERS

Attachment D.3 to ITB-Citylink-2016-01 Page 22

Two (2) heavy-duty electric two-speed windshield wipers controlled by an intermittent or variable speed switch shall be furnished. Wiper motor shall be mounted in a easily accessible location for ease in inspection, maintenance or removal. Windshield washer/reservoir is to be included.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________

_____________________________________________________________________________________

D.3.26 INSULATION Equivalent to 3.81 cm (1½") fiberglass shall be installed in the roof, rear wall, front and rear caps, sidewalls, and extended door sections. If additional insulation is necessary to meet this requirement, the insulation shall be glued to the chassis body to prevent sagging. The insulating material of the body and sidewalls shall be of sufficient thickness to contact the inner and outer walls, insuring positive vapor barrier (equivalent to 38.1 mm) fiberglass. Insulation shall comply with all federal requirements and shall pass the testing requirements specified in the Federal Transit Administration (FTA) Recommended Fire Safety Practices for Transit Bus and Van Materials Selection.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________

_____________________________________________________________________________________

D.3.27 PAINT AND TRIM The vehicle shall be painted in the following manner. The vehicle shall be sanded thoroughly. All bare metal shall be primed with a high quality primer, and the entire vehicle shall be sealed with a full enamel sealer and painted with a high-quality acrylic white enamel paint that matches the OEM paint. All buses shall be provided in OEM white—with the exception of the provision required by Federal Transit Administration (FTA) ARRA and TIGER program decals. No stripes, decals, or numbering shall be provided by the bus manufacturer or the bus vendor except those that are part of the general manufacturer’s offering or as required by law or the requirements of the ADA. All other applications, including different paint schemes, shall be provided locally and not connected with this bid. No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________

_____________________________________________________________________________________

D.3.28 FRONT AND REAR CAPS The exterior front and rear caps can be solid one-piece reinforced molded fiberglass covered with a gel-coated exterior surface. There shall a front, side and rear electrically-controlled destination sign (see option pricing) provided in the buses designed for fixed-route application. If specified for non-fixed-route use, the sign detail may be deleted, as specified in vehicle order.

Attachment D.3 to ITB-Citylink-2016-01 Page 23

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________

_____________________________________________________________________________________ D.3.29 UNDERCOATING The entire underside of the body, including floor members, side panels below floor level (if metal), and fender wells, shall be undercoated at the time of manufacture with a nonflammable resin type polyoleim or equivalent. Any equivalent undercoating must comply with MIL-C-62218A or MIL-C-0083933A. All openings in the floorboards and firewall shall be sealed. Fenders and splash aprons (underskirt) of durable construction shall be provided so as to provide maximum deflection of the wheel splash. There shall be sufficient wheel well clearance for snow chains. Front and rear mud flaps are required.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________

_____________________________________________________________________________________ D.3.30 AIR CONDITIONING All vehicles require an integral front air conditioner and an auxiliary rear air conditioner capable of producing 80,000 BTU with 665 CFM diffused air flow equal to A/C Industries AC 442. All controls for both air conditioners shall be located for ready access by the driver. Cooling shall be specified in BTUs at 100°F ambient temperature. The condenser for the air conditioner shall be mounted in the body skirt and shall have a minimum of two (2) 0.25 m (10") fans cooling the condenser with automatic reset. The evaporator shall be mounted at the wall ceiling junction at the rear of the bus and shall not reduce the headroom to less than 1.52 m (59") and not extend outward from the rear wall more than 0.6096 m (24") into the passenger compartment area. The refrigerant lines to the evaporator must be adequately supported between the wall of the bus and the evaporator. The air conditioning system shall use environmentally friendly refrigerant R134A or approved equal. A label must be placed in the engine compartment detailing manufactures name, refrigerant type and quantity, and compressor oil type and quantity. The evaporator and condenser must be matched to the compressor as per manufacturer’s recommended installation instructions. No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________

_____________________________________________________________________________________

D.3.31 HEATING Each vehicle shall have a front mounted integral high output heater and four (4) heater outlets in the rear. The front heater shall incorporate windshield defrosters and shall be the vehicle chassis OEM. The rear heater shall be equipped with a vacuum or electric operated heater control valve. The total output of the auxiliary heater system shall not be less the 65,000 BTU. This item must be carefully checked.

Attachment D.3 to ITB-Citylink-2016-01 Page 24

The Procuring Agency will not accept an auxiliary heating system that does not meet these specifications.

D.3.31.1 Heaters are to be controlled by two (2) individual three (3)-position switches (off, low, and high). All controls for both heaters shall be located for ready access by the seated driver. All hoses, drains and wiring must be covered and adequately supported with plastic/rubber coated steel clamps. All heater hoses will be silicone, Nomex, Rayon or approved equal. Combustion heaters are not acceptable. Shutoffs are required on all hoses. D.3.31.2 The passenger compartment heater shall be located in the ceiling at the rear of the vehicle. D.3.31.3 Both the front dash and rear ceiling passenger heater fans shall have their own three (3) position switches (low, high, and off) and be individually controlled from the instrument panel. D.3.31.4 Provision shall be made for windshield defrosting with adjustable output within reach of the driver. D.3.31.5 All electrical wires for the rear heater fans must be enclosed in split plastic loom. All exterior coolant hoses must be covered with an insulating wrap so the coolant will not lose its heat before reaching the rear heater core. D.3.31.6 A booster pump shall be provided to pump hot engine coolant up to the rear passenger ceiling heater. The booster pump shall have a minimum of one-half inch (½”) NPT or one inch (1”) ID hose for inlet and outlet. This pump shall pump a minimum of seventeen (17) gallons per minute. Size of the wire should be no more than a three (3) percent voltage drop between the circuit breaker and the booster pump. Provide a booster pump that is industrial type and a maintenance free pump motor. The booster pump will operate when the rear passenger heater fan switch is turned to “high” or “low”. Label the switch: REAR HEATER. Provide two (2) manually operated one-quarter (¼) turn ball valves. Mount one (1) valve between the engine and booster pump. Mount the second valve between the heater cores and engine. The heat strip shall be integrated into the rear A/C evaporator and will be included with a booster pump as noted above. D.3.31.7 Mount the booster pump, both manually operated water valves, any fuses, circuit breakers, and terminals inside a waterproof compartment under the floor of the vehicle. Provide a strong waterproof door on the side of the bus. Provide two (2) thumb latches on the door. The compartment is to help keep moisture off the components so they do not rust. Use the NOCO corrosion inhibitor on all electrical terminals inside the compartment. Always spray the terminals and connections before and after they are connected together. The booster pump should have enough support to keep the pump from vibrating.

Attachment D.3 to ITB-Citylink-2016-01 Page 25

D.3.31.8 An external block heater shall be provided and installed. Minimum 400 Watt with easily accessible all-weather cord which will plug into to common all-weather receptacles.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.32 BUMPERS AND BIKE RACKS

D.3.32.1 The vehicles shall be provided with front and rear bumpers. The front impact bumper is to meet the design of Romeo Rim energy absorbing quality or equivalent impact bumper in 5500 type vehicles. D.3.32.2 The rear bumper shall be an impact bumper and meet the design of Romeo Rim energy absorbing quality or equivalent. D.3.32.3 Bumpers shall be fastened directly to the chassis frame. D.3.32.4 Heavy-duty bike racks will be provided and installed at the front bumper on all buses.

D.3.32.5 Bike racks shall be Sports Works, or equal, mounted so as to not require the cutting of holes in bumpers and have capacity of two (2) bicycles each. Bike racks should be able to accept wide-tire bicycles.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.33 INTERIOR LIGHTING

D.3.33.1 Interior shall be illuminated so as to provide a minimum of twelve foot (12’) candlelight over the entire normal reading position of the passenger seats. A front door stepwell light shall be mounted in or above the stepwell and wired to light up when the front door is opened and the engine is operating. D.3.33.2 All interior lights are to turn off when the engine is turned off, with exception of the driver’s light. D.3.33.3 Interior lights are to have a three (3) position switch with an off/left side/all. D.3.33.4 Interior lights shall not be larger than 97 light bulb (4.00 MSCd). The light bulbs or lights covers will have a blue tint to cut down on glare on the windshield.

Attachment D.3 to ITB-Citylink-2016-01 Page 26

D.3.33.5 All rear interior lights shall turn on when front passenger door or wheelchair lift door is opened.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.34 EXTERIOR LIGHTING

D.3.34.1 All exterior lighting must meet United States Department of Transportation requirements. D.3.34.2 Halogen head lamps are required with “high” and “low” beam positions. Low beam shall be rated a minimum of 2000 average hours. D.3.34.3 There shall be two (2) amber LED rear directional signals, four inches (4”) in diameter on each side of the vehicle mounted near the upper corners of the roof (see photo 1 & 2). The other two (2) amber LED, four inches (4”) in diameter, rubber grommet mounted turn signals are to be mounted next to the stop/tail lights. The directional signals are to work independently of the brake lights and shall be operated by a lever on the left side of the steering column. The directional signals are to be equipped with heavy-duty electronic flasher which needs to be added to the after-market chassis. The heavy-duty flasher replaces the OEM supplied flasher. D.3.34.4 There shall be placed on both outside mirrors (driver side and passenger side) LED directional signal indicators on the face of the mirrors in red, which shall be engaged when the directional signals or four (4)-way flashers are engaged. D.3.34.5 There shall be directional signals and four (4)-way flashers on the side of the bus below the window as is standard for such application. D.3.34.6 A rear license plate light shall be provided in a license plate well. D.3.34.7 Two (2) backup lights shall be provided. These lights are to be sealed clear lights, four inches (4”) in diameter and rubber grommet mounted. D.3.34.8 One (1) wheelchair light to be installed on the exterior of the vehicle below the wheelchair lift door, and one (1) wheelchair lift light shall be installed on the interior, above the lift, pointing out of the vehicle. These lights will illuminate the lift device and area outside the vehicle. These lights shall be activated when the wheelchair lift doors are opened. The lights are considered ADA accessible features and must meet ADA requirements. D.3.34.9 The power for the marker lights must come from a relay that is activated by the headlight switch. The marker lights are to be off when the headlights are off.

Attachment D.3 to ITB-Citylink-2016-01 Page 27

D.3.34.10 The marker lights will be LED type. D.3.34.11 Install an external light over the rear emergency door. This light must turn off when the engine is turned off. Install a light switch on the dash or console. D.3.34.12 Front side and rear reflector that meet FMVSS shall be provided. D.3.34.13 Reflective tape shall be applied that corresponds to paint color for safety on the back of the bus (upper and lower face of the bus), sides (upper and lower face of the bus), and cap on the front of the bus. Reflective tape shall minimally be applied to the rear quarter panel on the sides and rearward and from the front of the passenger and rivers doors frontward on the front side of the buses.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.35 WHEELCHAIR LIFT A RICON mobility aid lift (or equal or better quality) shall be installed without additional charge. Additional lift manufacturers that meet the specifications and performance of the reference brand must be equally considered. The pump module must be placed towards the rear of the bus for front lift placement for ease of service and use.

D.3.35.1 DESIGN LOAD—The lift shall be attendant operated, fully automatic (electrical powered or electrical-hydraulic powered) with a minimum tested net static load capacity of 800 pounds. Gravity down system is acceptable. All working and non-working parts shall have a safety factor, as specified in the ADA Accessibility Specifications, Section 38.23(b)(I). D.3.35.2 LIFT PLATFORM—The lift platform shall meet the latest technology and widest platform widths available and be of heavy-duty performance. The following specifications notwithstanding: have a minimum clear width of 0.838 m (32") at the platform, a minimum clear width of 0.838 m (32") measured from 0.05 m (2") above the platform surface to 0.838 m (32") above the platform and a minimum clear length of not less than 1.22 m (48") measured from 0.05 m (2") above the surface of the platform. The platform surface shall be free of any protrusions over 0.64 cm high and slip resistant.

D.3.36 POSITIONS This lift platform shall permit boarding of a mobility aid in either a forward or a backward position and shall accommodate standees.

D.3.36.1 ADA ACCESSIBILITY SPECIFICATIONS—The lift platform shall meet the requirements of the ADA Accessibility Specifications, Section 38.23(b)(9) & (10), Platform Deflection and Movement.

Attachment D.3 to ITB-Citylink-2016-01 Page 28

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.3.36.2 PLATFORM BARRIER—The lift platform shall have an automatically activated anti-roll barrier on the loading edge (outer end). This anti-roll barrier shall have a minimum height of 10.2 cm (4") and a maximum slope of 1:8, measured on level ground for a maximum rise of 7.7 cm (3"). This barrier shall automatically pivot downward, becoming an exit or entry ramp whenever the lift platform contacts the ground. All scars on the vehicle, due to mounting of the lift assembly, shall be painted. The 5.0 cm (2") outer barriers must be painted on the outside to match the roll barrier and to increase visibility of the platform when deployed. D.3.36.3 MOUNTING OF THE MOBILITY AID LIFT ASSEMBLY—The mobility aid lift shall be installed in accordance with the lift manufacturer's recommendations and requirements. D.3.36.4 LIFT ASSEMBLY—All attachments of the lift assembly to the vehicle shall be done through structural support members. Bolting of any part of the lift assembly directly to the vehicle sheet metal walls will not be acceptable. D.3.36.5 POWER OR EQUIPMENT FAILUR—The lift platform shall have an automatic stop-and-hold mechanism to prevent the platform from free falling or folding any faster than 30.48 cm/second (12 inches/second) in the event of a power failure or equipment failure during the raising and lowering modes. D.3.36.6 PRESSURE CUTOFF SWITCH—If the downward movement of the lift is power activated, a pressure cutoff switch shall be installed to stop the downward movement of the platform on contact with the ground to prevent jacking of the vehicle by the lift.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________

_____________________________________________________________________________________

D.3.37 LIFT HANDRAILS The lift platform shall be equipped with handrails on both sides, which move in tandem with the lift, and which shall be graspable and provide support to standees throughout entire lift operation. Handrails shall not interfere with mobility aid or mobility aid maneuverability when entering or leaving the vehicle. The handrails shall comply with ADA Accessibility Specifications, Section 38.23(b)(13). No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

Attachment D.3 to ITB-Citylink-2016-01 Page 29

D.3.38 LIFT ENTRY DOOR, TYPE AND LOCATION The side lift entry door shall provide a minimum clearance of 1.4 m (56") between the top of the door opening and the raised lift platform. Highest point of a ramp for modified vans and 1.7 m (68") for the bus is required. A dual-leaf lift door is required. A single door may not be provided.

D.3.38.1 The lift entry doors shall located on the right side front (in back of the ambulatory passenger entrance) in this bus and shall correspond to the location of interior wheelchair stations. D.3.38.2 The windows in the lift door shall have windows with laminated or tempered safety glass set in neoprene or similar retention molding. The windows in the doors shall be tinted. D.3.38.3 A positive factory-installed gas shock to assist in maintaining opened or closed position of doors shall be installed to hold the lift entry doors open while the lift is in use. The lift doors can have a three (3)-point latch. D.3.38.4 Automatic curb illumination lamp(s) shall be located inside the lift doorway and other passenger loading areas.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.39 CONTROL STATION The mobility aid lift system shall have one control station capable of controlling all lift functions. The control switches on the lift control station shall have clear, legible, permanently attached labels identifying their function. Decals will not be allowed. The control station should be conveniently mounted to the lift door with a stainless steel bracket and within easy reach of mobility aid lift operator. The control station cord shall be 0.3048 m in length beyond the length of an extended platform, removable twist type connection, and stress relieved with a wire coil. Purchaser Specific Information CONTROL STATION—applicable to all Type III buses. No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.40 POWER REQUIREMENTS AND ELECTRICAL SYSTEM

D.3.40.1 The main power cable to the lift hydraulic pump motor shall be of the proper gauge and fully enclosed in a loom. The cable shall be properly supported throughout the vehicle with insulated straps and mechanically attached to the vehicle body.

Attachment D.3 to ITB-Citylink-2016-01 Page 30

D.3.40.2 The lift shall be designed so that it can only be operated when the automatic transmission is in the “park” setting position. An additional ground #O cable shall be installed from the engine to the frame. D.3.40.3 The lift electrical system shall be protected by a heavy-duty circuit breaker with the master control switch located on the dash and clearly labeled. D.3.40.4 All electrical terminals shall be heavy-duty pressure-type terminals. Wire connections shall be crimped with aircraft type crimps. All terminals shall be of the full ring type sized for the terminal screw or stud. D.3.40.5 All electric wiring passing through the body metal shall have anti-chafing grommets. D.3.40.6 There shall be no exposed electrical devices under the vehicle. D.3.40.7 Provide access to wiring if in a compartment. D.3.40.8 Circuit breaker for the wheelchair lift shall be located by the auxiliary battery powering same.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.3.41 CONTROL INTERLOCK The vehicle shall have a brake and transmission interlock that prevents the vehicle from moving while the lift door is opened. An engine kill switch is not acceptable. The interlock shall comply with CCR, Title 13, Article 8, Section 1269.1, and Subsection (a)(5)(A). The mobility aid door contact must engage when the leading door is open or ajar. No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.42 PAINTING, DECALS, AND MONOGRAMS All signs required by the State of Idaho and federal law regarding safety and operating procedures shall be affixed to each vehicle exterior and interior. Interior signs may be decals. All exterior signs shall be painted (please note section under 5.3 indicating that transit systems shall provide and have locally applied their own paint scheme, decals, and numbering and the only decals provided by the manufacturer or vendor are those offered or required by ADA or by state/federal law). Contractor shall provide two (2) international symbols of accessibility, which are to be a square measuring at least 15.24 cm (6") to be placed on the vehicle by the Procuring Agency.

Attachment D.3 to ITB-Citylink-2016-01 Page 31

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.43 PARTS, BOOKS, MANUALS, AND DRAWINGS The following are required to be provided for each vehicle at time of delivery:

D.3.43.1 A complete set of operating instructions, troubleshooting guide, inspection and service guide, and detailed manufacturers parts list, lines, and circuits. Manuals for all of the vehicle accessories and equipment to include mobility aid lift, air-conditioning system, tie downs, seating, heater, etc. Vendor parts numbers need to be included. D.3.43.2 A complete "as built" electrical wiring diagram covering all electrical equipment and electrical circuits installed complete with wiring codes. The Contractor shall supply one (1) wiring diagram illustrating all of the Contractor installed electrical equipment with each bus delivered and printed on 46 cm by 28 cm (18" x 11") card stock and laminated in clear vinyl for each vehicle ordered. D.3.43.3 A complete schematic diagram of all hydraulic and electrical circuits. D.3.43.4 The Contractor shall have available complete bus maintenance manuals to include the engine, transmission and OEM chassis, as well as a complete parts manual for each component. The Contractor shall keep the manuals up-to-date and available to the State of Idaho for a period of three (3) years after the date of acceptance of the buses under the contract. D.3.43.5 A video, DVD, or similar media on operation and maintenance of mobility aid lift.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.44 MOBILITY AID SECURITY AND OCCUPANT RESTRAINT SYSTEMS Each vehicle shall be equipped with a forward facing mobility aid securement and occupant restraint system(s). The system(s) shall be capable of securing a variety of common mobility aid designs and accommodate a wide range of occupant sizes. The Contractor shall provide detailed instructions for mobility aid placement, tie-down belt operation, torso belt placement, etc.—preferably in a video format. The Standard location for such wheelchair stations shall be in the front of the bus with the standard number of wheelchair stations being two (2). Optional location will be in the rear of the bus, with a standard number of wheelchair stations being two (2). A floor plan will be provided to the vendors that will be consistent with the narrative in approximately five (5) days.

Attachment D.3 to ITB-Citylink-2016-01 Page 32

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.45 MOBILITY AID SECUREMENT SYSTEMS REQUIREMENTS Mobility aid securement and occupant restraint system(s), including all attachment hardware and anchorages, shall meet or exceed the following requirements:

30 mph/20 Impact Test criteria per SAE J2249

36 CFR Part 1192 and CFR Part 38 (ADA)

All applicable Federal Motor Vehicle Safety Standards (FMVSS), as amended

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.46 MOBILITY AID EQUIPMENT Each vehicle shall be equipped with the number of securement systems as needed for length of vehicle of as specified in the ITB.

D.3.46.1 Each securement system (location) shall consist of four (4) self-tightening (no ratcheting required) securement straps with quick release latch on each tie down strap. Assemblies shall attach to the structural frame of the mobility aid at four (4) separate points and anchor into the track on the vehicle floor at four (4) separate points. Two (2) strap assemblies shall attach to the rear of the mobility aid. The securement system may be Q-Straint Model “QRT” or Surelock Model FF612 or approved equal. Provided it meets the requirements of supporting a self-tightening non-ratcheting securement, an “L” type or button type track in the floor recessed to prevent a tripping hazard shall be provided. D.3.46.2 The system anchorage and/or track shall be mounted to the vehicle in accordance with the requirements of the system manufacturer. A copy of the manufacturer installation instructions must be available to the grantee upon request.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.47 OCCUPANT RESTRAINT SYSTEM For each, mobility aid securement system installed in the vehicle, a corresponding occupant restraint system shall also be provided. The occupant restraint system shall consist of adjustable lap (pelvic) belt

Attachment D.3 to ITB-Citylink-2016-01 Page 33

and a shoulder (upper torso) belt and shall meet all applicable Federal Motor Vehicle Safety Standards (FMVSS) as amended. Restraint devices and mobility aid securement systems shall not be placed in the aisle way of the bus or beside the lift. No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.48 SECUREMENT/RESTRAINT SYSTEM ACCESSORIES, DETAIL

D.3.48.1 A web cutter for emergency uses shall be provided with each vehicle. D.3.48.2 Storage Container—A secured container shall be provided to store straps, pads, and assemblies. The container shall be over the driver's area with hinged, lockable door. D.3.48.3 A vinyl storage container equal to Kinedyne FE200746 mounted at each securement area for the stowage of a complete securement and restraint system. When the system is not in use, the device shall enable the system to be readily accessed for use.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.49 ADDITIONAL EQUIPMENT AND EMPHASIS ON QUALITY CONTROL The following shall be furnished and installed in each unit. The mounting of any of the following items shall not interfere with passenger entry or exit:

D.3.49.1 STABILIZER BAR—Stabilizer bar on the front and rear axle (not required with dual rear wheels). D.3.49.2 FIRE EXTINGUISHER—One (1) five (5)-pound ABC fire extinguisher conveniently mounted. D.3.49.3 FIRST AID KIT AND FIREPROOF UTILITY BLANKET—A sixteen (16)-unit first aid kit and fireproof utility blanket shall be provided. Quality equipment required, as in all cases. D.3.49.4 BLOOD PATHOGEN KIT IS TO BE PROVIDED—Sufficient size for bus passenger capacity. D.3.49.5 REFLECTIVE TRIANGLES—Three (3) bi-directional emergency reflective triangles that conform to the requirements of FMVSS No. 125 in a storage container.

Attachment D.3 to ITB-Citylink-2016-01 Page 34

D.3.49.6 SUFFICIENT INTERIOR LIGHTING IS REQUIRED—Sufficient interior lighting to illuminate the driver and passenger entry area and the interior aisle. The switch for these lamps shall be mounted in the dash and labeled. D.3.49.7 MIRRORS—A fully adjustable passenger view mirror with a flat center and convex ends a minimum of 6" x 9" centered just above the windshield. An interior mirror of six by sixteen inches (6" x 16") can be used to replace the OEM interior rearview mirror. When the six by nine inch (6" x 9") mirror is used, the OEM mirror will remain on the windshield. Two (2) hinged exterior rear view mirrors of not less than 70 square inches shall be provided on the exterior of the bus. Convex rear view mirror shall be provided for right and left hand mirrors (minimum size is three inches (3")). These mirrors shall be of quality design and installation. They shall not be mounted or placed in an inferior way so as to rattle or shake or otherwise be an item requiring constant attention. Vendors are responsible to provide a quality installation. D.3.49.8 TWO-WAY RADIOS AND WIRING—The two-way radios are not standard and not to be provided by bus vendor. Appropriate wiring shall be installed for digital two (2)-way radios with ten (10) channels. Wiring shall require a quality installation and shall provide for roof center mounted antenna. No radios are to be provided. Radios shall be comparable to a multi-channeled unit of good quality, such as a Motorola brand or of comparable quality. No inferior quality radios. Model TK-8800, UHF FM Transceiver. D.3.49.9 PUBLIC ADDRESS SYSTEM—As specified as an option, a public address system shall be provided and installed— interior/exterior is standard for Type III buses. Speakers (exterior speaker at passenger door) shall be provided with hand mike and shall meet ADA requirements. Control for PA system shall allow selection of on/off and interior/exterior/both speakers.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.50 SECUREMENT/RESTRAINT SYSTEM ACCESSORIES, DETAIL

D.3.50.1 EXTERIOR LIGHTS—Exterior lights shall be in accordance with federal motor carrier safety requirements. All exterior lights shall be armored to prevent breakage from minor impact. D.3.50.2 KEYS—Four (4) sets of keys. D.3.50.3 FARE BOX, ADDITIONAL DETAILS—As specified as an option, locking fare boxes for each bus for Type III buses is standard(square stainless locking fare box— comparable to Diamond NV fare box’s smallest locking fare box). Include: high security locks; strong, clear viewing windows; one (1)-year written warranty; fare box cabinet locks to vehicle; cash vault is locked to the cabinet. Capacity of $250 mixed coins and

Attachment D.3 to ITB-Citylink-2016-01 Page 35

currency. Model must easily accept currency. No more than twenty-five pounds (25 lbs.) total weight for fare box. Cabinet sizes approximately five inches (5”) wide, five inches (5”) deep and not more than twenty inches (20”) in height. When installed, this fare box shall not be placed so as to constitute a blind spot to the right of the driver.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.3.50.4 LOCATION OF LIFT DOOR(s) ADDITIONAL INFORMATION ON INCLUDING, STYLE OF LIFT DOORS, QUALITY ASSURANCE IN REGARD TO COMPONENTS IN LIFT DOORS, INSTALLATION OF LIFT DOORS

Lift doors are to be placed on the front, right side of the bus behind the passenger entry door, as indicated in another part of these specifications for Type III buses.

All lift doors shall be a dual door (no singles). All ADA requirements are to be met.

Hinges and mountings shall be with A & M (or equal) door mechanisms placed in a properly engineered location so that doors do not breakaway or loosen because of lack of quality control. This type of quality assurance is also required for the windows in the doors in order that they do not loosen or fall out. Screws cannot run through or interfere with wiring or proper circuits, and couplings of high quality must be assured. Vendor/manufacturer must assure this.

D.3.50.5 MANUAL PASSENGER COUNTERS TO BE PROVIDED AND INSTALLED—No manual passenger counters are standard and may be priced as an option for this Type III bus. An equal to a “Denominator” Counter (installed) in each bus with rows of up six (6) counts.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.3.50.6 PASSENGER STOP REQUEST: PULL CORDS OR TAPES—Pull-cords or passenger stop request component is not standard and shall be priced as an option for this Type III bus. Description: this shall include an indicator for the driver that is both visual and audible and which can be shut off manually or goes off automatically when the door is opened. Must meet ADA standards applicable to each bus.

Attachment D.3 to ITB-Citylink-2016-01 Page 36

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.3.50.7 ADDITIONAL DETAILS ON RESTRAINTS SYSTEMS—Each securement system (location) shall consist of four (4) self-tightening (no ratcheting shall be required) serial numbered securement straps with quick release latch on each tie down strap. Assemblies shall attach to the structural frame of the mobility aid at four (4) separate points and anchor into the track on the vehicle floor at four (4) separate points. Two (2)-strap assemblies shall attach to the rear of the mobility aid. The securement system may be Q-Straint Model “QRT” or Surelock Model FF612 or approved equal. Provided it meets the requirements of supporting a self-tightening, non-ratcheting securement, an “L” type or button type track in the floor recessed to prevent a tripping hazard shall be provided. Restraint systems shall in no case be placed in the aisle so as to create a tripping hazard.

D.3.50.8 SYSTEM ANCHORAGE AND/OR TRACK SECUREMENT—The system anchorage and/or track shall be mounted to the vehicle in accordance with the requirements of the system manufacturer. A copy of the manufacturer installation instructions must be available to the grantee upon request. D.3.50.9 ADDITIONAL DETAILS ON OCCUPANT RESTRAINT SYSTEM—For each mobility aid securement system installed in the vehicle, a corresponding occupant restraint system shall also be provided. The restraint system shall be serial numbered. The occupant restraint system shall consist of adjustable lap (pelvic) belt and a shoulder (upper torso) belt and shall meet all applicable Federal Motor Vehicle Safety Standards (FMVSS), as amended. Restraint devices and mobility aid securement systems shall not be placed in the aisle way of the bus or beside the lift.

A web cutter for emergency uses shall be provided with each vehicle.

Storage Container—A secured container shall be provided to store straps, pads, and assemblies. The container shall be over the driver's area with hinged lockable door.

A vinyl storage container equal to Kinedyne FE200746 mounted at each securement area for the stowage of a complete securement and restraint system. When the system is not in use, the device shall enable the system to be readily accessed for use.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.51 REAR TAIL PIPE

Attachment D.3 to ITB-Citylink-2016-01 Page 37

The rear tail pipe will be extended to the left-hand (street side) corner of the vehicle. The tail pipe will be supported throughout its entire length. Inferior exhaust pipe hangers may not be provided and the buses will be checked for this important quality installation.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.52 SEATS AND FLOOR PLAN Passenger seat configuration shall follow this plan: Ambulatory seating shall provide for maximum seating of not less than eighteen (18) passengers including fold-down. A floor plan will be provided prior to bid award as an addenda. All elements of seating, fold-down seats requirements, and wheelchair stations are provided in another part of Section 5.3.

D.3.53 ROOF VENTS/HATCHES Two (2) roof vents/hatches are required meeting FMVSS requirements for emergency exits. Vents/hatches shall be of quality workmanship and shall permit the hatch to be raised by each corner individually, by the center to lift the entire hatch to provide ventilation, or quickly remove the entire hatch so as to provide emergency egress. No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.3.54 DASHBOARD/CONSOLE WIRING QUALITY ASSURANCE Appropriate and flexible wiring must be provided in order that the wiring in the console not be too stiff. Failure to so provide causes switches to push out of mounting holes in the console. Vendor/manufacturer quality assurance must address this issue if it is present. D.3.55 DESTINATION SIGNAGE, DETAILS OF REQUIREMENT Provide a roller display design of transit quality and operated with an electrical switch, which shall be easily accessible to the driver for making curtain changes. Twenty-five (25) curtains shall be provided and shall be color coded (systems will provide the script by addenda after receipt of the bids and in relationship with the bid. System should be priced accordingly). Front , side, and rear destination signs shall be provided and shall be of transit quality. Controls for the side destination sign may be specified at the time the vehicle is ordered

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

Attachment D.3 to ITB-Citylink-2016-01 Page 38

D.3.56 QUALITY CONTROL (see also General Quality Control) All buses must be built under strict quality assurance requirements. This shall include, but not restricted to:

Emergency windows shall be properly installed and equipped to meet rugged standards.

Roof caps and after-market box components and installation shall be installed for long-term use under stressful conditions.

Frame around doors, particularly wheelchair doors, must be of quality engineering and installation. Doors must not be constructed in a manner that allows them to fall out or loosen from hinges and mountings.

Panels over drivers and in other places in the bus shall be soundly constructed and correctly installed in order that air drafts and relate problems will not occur.

D.3.57 VIDEO CAMERA SURVEILLANCE SYSTEM A digital video camera surveillance system (capable of up to five (5) cameras) shall be provided as standard. The system shall include black and white video with high resolution and a medium quality camera. This camera system does not require an audio component. Placement shall be in the front of the bus to record the passenger door entrance/exit and also in the rear of the bus to record activities on the bus. Signage shall be provided and installed in conspicuous places indicating those cameras are being used.

Vendor Reminder: D.3 is a Light/Medium Cutaway of not less than 26 feet. MISCELLANEOUS TECHNICAL SPECIFICATIONS FOR ALL VEHICLES MISCELLANEOUS TECHNICAL SPECIFICATIONS FOR ALL VEHICLES General Description: Miscellaneous requirements that have not been covered in other areas of the document and/or which may require greater detail or reinforcement of quality requirements. Important Note: In every required place in this section, the representative (Authorized Representative of the manufacturer, dealer-vendor or Offeror/bidder) must:

Indicate that their equipment and/or materials are compliant with specifications by initialing the line captioned “No Exceptions” (the confirmation of compliance line related to “No Exceptions” or explanation of approved exception applies to all specifications above it, and it may cover a number of component specifications in different sections and subsections);

Indicate, in the event that the referenced equipment and/or materials are not compliant, on the line provided for “Indicate Exceptions”;

Provide an initial on the line provided for “Indicate that Exceptions are CITYLINK approved”; and

Understand that Non-compliant equipment, materials, installation or service not approved by TRANSIT PROPERTY through the exceptions/equals process or through amendment cannot be offered by a manufacturer, dealer-vendor, and/or Offeror/bidder(if these

Attachment D.3 to ITB-Citylink-2016-01 Page 39

certifications are not provided, it will be assumed that the bid is non-compliant and will be rejected at bid opening).

1. All metal shall be thoroughly cleaned and paint lock processed or acid etched and primed. All exterior visible metal shall be painted in addition to priming. All welded joints shall be cleaned and primed. 2. All nuts, bolts, dips, and other fasteners shall be zinc cadmium plated or phosphate coated. All exterior panels shall be riveted or welded in place. Sheet metal screws and "pop" rivets will be permitted only on fender skirts and two (2) section-type entrance doors. No other sheet metal screws or "pop" rivets will be permitted unless approved by the Procuring Agency. 3. There shall be no sharp corners on the unit that will cause injury to passengers. All corners that could cause injury to passengers shall be slightly rounded and filed smooth. 4. All welders shall be certified per the American Welding Society rules for the work that they are performing. All welds shall be relatively free of slag inclusions and undercut. Fillet weld sizes shall be equal to the thickness of the least of the joined plates. All welds shall be made in a workmanlike manner—properly fused, of ample penetration, and, where practicable, be smoothly finished on all exposed surfaces. Intermittent or spot welds shall be spaced and proportioned as to provide ample strength for the purpose. 5. All material installed shall be new and free of rust. 6. No wires shall be visible on the exterior or interior of the unit. 7. Weather stripping shall have no coating of any type. 8. Access doors shall be provided where necessary to service the engine, electrical, transmission, radiator, and batteries. 9. All switches shall be labeled. "Dymo"-type labels are not acceptable. 10. All doors must be adjusted to fit their openings. 11. All windows shall be free of any Defects due to welding slag, assembly, damage, or scratches. 12. All units shall be thoroughly cleaned and weather sealed before inspection. 13. All signs shall comply with the CCR, Title 13, and Section 1284. 14. All interior signs may be painted or vinyl decals. All exterior signs shall be painted. 15. Burn marks, cuts, or scuff marks will not be allowed on the interior or exterior of the unit. 16. All hoses supplied in assembling the units described in these specifications shall have temperature and psi ratings more than maximum operating temperatures and pressure.

Attachment D.3 to ITB-Citylink-2016-01 Page 40

17. All vehicles shall be completely roads tested before approval. 18. All holes, not used by manufacturer to install OEM equipment, will be covered with a cover or plug matching adjacent colors.

ITB-Citylink-2016-01 Attachment D.4A

Attachment D.4A for ITB-Citylink-2016-01 Page 1

Vehicle Specifications for Type IVA Vehicle 30> ft. Medium Duty, 18-24 Passenger Buses with Heavy Duty Suspension

D. 4A GENERAL SPECIFICATIONS FOR NEW CUTAWAY, TYPE IVA Medium Duty in

length/Heavy Duty Suspension Components, 28’ to 35’ IN LENGTH These minimum specifications apply to all components of vehicle Type IVA Bus unless otherwise indicated. Important Note: In every required place in this section, the representative (Authorized Representative of the manufacturer, dealer-vendor or Offeror/bidder) must:

Indicate that their equipment and/or materials are compliant with specifications by initialing the line captioned “No Exceptions” (the confirmation of compliance line related to “No Exceptions” or explanation of approved exception applies to all specifications above it and it may cover a number of component specifications in different sections and subsections);

Indicate, in the event that the referenced equipment and/or materials are not compliant, on the line provided for “Indicate Exceptions”;

Provide an initial on the line provided for “Indicate that Exceptions are CITYLINK approved”; and

Understand that Non-compliant equipment, materials, installation or service not approved by TRANSIT PROPERTY through the exceptions/equals process or through amendment cannot be offered by a manufacturer, dealer-vendor, and/or Offeror/bidder (if these certifications are not provided, it will be assumed that the bid is non-compliant and will be rejected at bid opening).

D.4A.1 VEHICLE LOADING In no case shall the vehicle GVWR (Gross Vehicle Weight Rating) or the front or rear gross axle weight rating (GAWR) or any component therein be exceeded, when the vehicle with all options installed is fully loaded with passengers 68 kg (150 lbs.) per ambulatory passenger and driver, and 113 kg (250 lbs.) per mobility aid passenger) seated in the locations designated and offered. A weight distribution schematic and loading calculation must be shown for each floor plan and submitted with bid for each floor plan offered. No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.2 ENGINE The engine shall be a diesel equal to V8 or better, Power Stroke or Duramax 6.4L diesel or equal or better, and automatic transmission equal to Allison or equivalent and at least the minimum application

Attachment D.4A to ITB-Citylink-2016-01

Page 2

to the range and requirements of the cutaway bus being bid . Engine shall be front-mounted with access from vehicle interior and exterior. Engine package shall include, but not be limited to, the following:

D.4A.2.1 Replaceable pleated paper element type air cleaner (as applicable). D.4A.2.2 Replaceable large-capacity full flow type oil filter that is easily reached without removal of any major component.

D.4A.2.3 The engine electrical system shall be alternator type. Pentex or equivalent alternator equipped. Battery terminals and alternator terminals shall be clearly marked to avoid misconnection and subsequent damage of component. D.4A.2.4 The engine shall have a deluxe insulation and a sound reduction package as to absolutely minimize vehicle exterior noise level, heat and fumes. The interior noise level shall not exceed, in any case, 83 DBA. D.4A.2.5 Heavy-duty cooling system to be the largest capacity available and rated to provide cooling in up to the manufacture’s standard for the diesel engine. D.4A.2.6 The coolant recovery kit shall be Original Equipment Manufacturer (OEM) standard or other model with state approval and be filled with permanent ethylene glycol base antifreeze to protect the cooling system to minus forty degrees Fahrenheit (-40°F). D.4A.2.7 Factory oil filler extension neck. D.4A.2.8 Engine oil cooler shall be provided if available (it is not necessary to show 5.4.28 as an exception if the oil cooler is not available for this engine). D.4A.2.9 A fully functional programmable “Auxiliary Idle Control Module” (Fast Idle) is to be provided. D.4A.2.10 A 110 volt 1,000 watt block heater for the engine is to be provided and installed. The electrical plug shall have a protective cover and be attached so as not to detract from the vehicle appearance at the front radiator grill.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.3 COOLING SYSTEM The radiator shall be a thermostatically controlled clutch drive type so as to be effectively power driven only above the minimum efficient engine temperature and shall be the meet the following specifications minimally:

Attachment D.4A to ITB-Citylink-2016-01

Page 3

D.4A.3.1 A heavy-duty (super) engine cooling system (the highest capacity available for this model) shall be provided. Idaho’s summer time ambient temperature can reach 102 degrees Fahrenheit (102°F). D.4A.3.2 A radiator overflow tank shall be provided (coolant recovery kit) such that expelled coolant is saved and returned to the cooling system. D.4A.3.3 Protect to minus 30 degrees Fahrenheit (-30°F) with extended life coolant designed for five (5) years or 150,000 miles. Coolant must meet or exceed OEM specification.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.4 FUEL SYSTEM-FUEL TANK Fuel tank(s) shall be a minimum of fifty-five (55) U.S. gallon, otherwise, if available, the largest capacity for the diesel powered cutaway bus from the OEM chassis manufacturer (it is not necessary to show an exception for the fuel tank capacity if it cannot meet fifty-five (55) U.S. gallons provided that it is absolutely the largest OEM capacity available). The following additional specifications shall be minimally met:

D.4A.4.1 The fuel tank shall be internally baffling to prevent surging, if applicable, and rigidly supported by at least two (2) supports for easy removal. D.4A4.2 The chassis OEM fuel tank shall not be modified. Any fuel tank(s) breached during modification shall be removed and replaced with a new fuel tank(s). Repair of the breached tank(s) by any means will not be acceptable. D.4A.4.3 The fuel tank(s) must contain a full tank(s) of fuel upon delivery to the final destination.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.4A.5 EXHUAST SYSTEM AND REAR TAIL PIPE The vehicle shall be equipped with an exhaust system which meets U.S. government noise level and exhaust emission (smoke and noxious gasses) requirements and shall also meet the following minimum specifications:

D.4A.5.1 The rear tail pipe will be extended to the left rear side (street side) corner of the vehicle. The tail pipe will be supported throughout its entire length and mounted as high as possible above the ground consistent with safe application (the support of the exhaust pipe has been found to be inadequate as delivered by vendors—the State of Idaho requires that the tail pipe be properly supported in order that it shall not require

Attachment D.4A to ITB-Citylink-2016-01

Page 4

frequent maintenance and/or road-calls). D.4A.5.2 The exhaust pipe is to protrude past the outer periphery of the vehicle behind the left rear wheels. This is to prevent the tailpipe from being smashed between the bumper and the road when the vehicle enters low ground clearance situations. Inferior installation of the exhaust pipe by providing inadequate hangers is not acceptable. D.4A.5.4 Horsepower of the vehicle furnished is adequate for the speed and terrain in which it will operate. Such horsepower includes ALL the demands of auxiliary power equipment. D.4A.5.4 Gases and vapors emanating from the crankcase of engine are controlled in such a manner as to minimize their escape to the atmosphere (such control may provide for the return of such gasses to the injection system of the engine or as applicable per type of engine). D.4A.5.5 Emissions from the exhaust pipe will not exceed Federal EPA standards. D.4A.5.6 The vehicles shall have the capacity to operate properly from 4,200 to 6,000 feet above sea level.

No Exceptions _______ Indicate Exceptions__________________________________________________ Indicate that Exceptions are approved/not approved ______________________

D.4A.6 REAR AXLE AND FINAL DRIVE Conventional construction of the rear axle (truck-type rear axle) utilizing heavy tubes pressed into cast center section nor one (1)-piece casting is preferred. Ring gear shall be bolted, not riveted, to a differential carrier. Additionally, the following minimum specifications must be met:

D.4A.6.1 The rear springs shall have a ground load rating equal to or exceeding the GVWR of the vehicle. Helper spring(s) shall be installed on the side of the vehicle that contains the lift (if not configured to be a ‘low floor’ and/or ‘kneeling’ bus capable) to keep the bus level when fully occupied. Minimum 23,500 GVW as required for the 30’ > bus that shall provide for twenty-four (24) or more passengers. D.4A.6.1.1 Helper springs shall be installed to assist with wheelchair lift and cornering capability. D.4A.6.2 The vehicle should be able to travel seventy-five (75) miles per hour on the highways. D.4A.6.3 Axle capacity shall meet at least minimum requirement per Chevy C5500 or equal bus design for Type IV cutaway buses with heavy-duty suspension. D.4A.6.4 Spring Capacity (leaf) or compatible MOR-Ride or equal, as applicable to design for Type IV cutaway vehicles.

Attachment D.4A to ITB-Citylink-2016-01

Page 5

D.4A.6.5 Each chassis shall be equipped with rear, heavy-duty, double-acting, gas-filled shock absorbers with the highest rating available from the OEM. Type IV buses shall have front and rear MOR-RIDE or equal. D.4A.6.6 A rear stabilizer bar shall be provided—as available and applicable to Type IV cutaway buses.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.7 PROPELLER SHAFT The propeller shaft should be a minimum of two and one-half inches (2.5”), heavy-duty, and must meet these additional minimum standards:

D.4A.7.1 The propeller shaft shall utilize one or more spicer, or equivalent, needle bearing universal joints. D.4A.7.2 A guard for the propeller shaft shall be provided.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.4A.8 STEERING Each vehicle shall be equipped with OEM power-assisted steering. Additionally, the following minimum requirements must be met:

D.4A.8.1 Steering shall incorporate an OEM factory installed tilt wheel feature.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.4A.9 TRANSMISSION Minimum five (5)-speed, heavy-duty automatic transmission equal to Allison to mate with the Duramax engine and incorporating an OEM installed air-to-oil type auxiliary transmission with extra heavy-duty oil cooler and filler extension neck for adding fluid. It shall be capable of utilizing a retarder as listed in options, should such option be specified.

Attachment D.4A to ITB-Citylink-2016-01

Page 6

D.4A.9.1 Transmission shall be equipped with a hydraulic transmission governor, adequate torque capacity, clutch packs, and oil pump with a minimum capacity to supply all transmission lube and shift requirements at idle speed.

D.4A.9.2 Provide an extra-large transmission oil cooler internally mounted in the radiator (or externally) to maintain safe operating temperature at rated loads. D.4A.9.3 Transmission shift lever shall be interlocked with starting motor to prevent engagement of starter in any gear position other than “neutral” or “park”.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.10 FRONT SUSPENSION Solid tubular or beam axle or independent front suspension is permitted. In all cases, the following minimum specifications shall also be met:

D.4A.10.1 Axle capacity minimum or as applicable to Type IV buses. D.4A.10.2 Spring Capacity (coil) minimum at ground (total) as applicable to Type IV buses. D.4A.10.3 Lubrication points per the OEM chassis shall be provided. D.4A.10.4 All friction points shall be equipped with replaceable bushings or inserts. D.4A.10.5 The manufacturer’s heaviest , highest-quality spindles and front wheel bearings shall be fitted, as applicable to Type IV buses. D.4A.10.6 Heavy-duty, gas-filled, commercial-type shock absorbers shall be provided—1/-3/8 diameter minimum—or as applicable to Type IV buses. D.4A.10.7 Front suspension shall be equipped with a stabilizer bar, or as applicable to Type IV buses (see also air ride requirement under preceding section with MOR-Ride or equal as standard). D.4A.10.8 Front suspension shall be compatible with 6.4L diesel engine or better as specified elsewhere in this document.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

Attachment D.4A to ITB-Citylink-2016-01

Page 7

D.4A.11 BRAKES Dual hydraulic power assisted system with four (4)-wheel anti-lock disk type brakes. Additionally, brakes shall include minimally:

D.4A.11.1 A hand or foot operated parking brake that engages by foot and releases by foot or hand. D.4A.11.2 Parking brake shall be supplied with a warning light on the dashboard. D.4A.11.3 Vehicle accident avoidance center mounted red brake light, 51 mm by 152 mm (2" x 6") shall be horizontally mounted located on the centerline of the bus below or above the rear window. Caution lights shall be mounted on either side of the center mounted red brake light (see instructions for exterior lighting—enter mounted brake light is required even if not mentioned under section on exterior lighting). D.4A.11.4 Braking system shall be adequate for the Type IV GVWR of the OEM vehicle with all cutaway conversion applications. D.4A.11.5 The brake dimensions shall conform to the following minimums:

A. Front Disc Brakes: 12.52” Rotor Diameter B. Rear Disc Brakes: 12.91” Rotor Diameter Provide rear “hydro-boost” brake system or equivalent.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.12 WHEELS AND RIMS Each vehicle shall be equipped with steel disc wheels. Seven (7) in number with eight (8) ventilated pressed holes, sixteen inch (16.0”) diameter and seven inch (7.00”) width, single, front and rear dual. All wheels and rims are to be interchangeable. In addition, the vehicles will include minimally that:

D.4A.12.1 The rated capacity shall equal or exceed the GVWR of the Type IV Medium Duty/Heavy Duty suspension vehicle. D.4A.12.2 Rear dual wheels will have a valve extension installed to the outside on each set of rear wheels to check and fill air pressure. D.4A.12.3 All wheels shall be painted to match included spare wheel. OEM white is acceptable. D.4A.12.4 All vehicles shall include one (1) extra rim as described under 5.4.12, just above.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________

Attachment D.4A to ITB-Citylink-2016-01

Page 8

Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.13 TIRES, SPARE TIRES, MUD FLAPS OEM steel belted high-quality radial ply tires of equal size and rating. “All-season” tread design is required. Size shall be standard for the application. The number of tires shall be seven (7) as specified in Table 1 at 5.4 which includes the spare. Additionally, the following minimums will apply:

D.4A.13.1 The combined load rating of the tires shall equal or exceed GVWR of the Type IV Medium Duty Cutaway Vehicle OEM and after-market application. D.4A.13.2 The spare tire furnished shall be mounted on one (1) of the spare wheels (see wheel paint color—OEM white) and transported within a spare tire mount under the bus, if the same is available. Otherwise, it shall be to be transported safely within the bus, or maintained in maintenance facility. D.4A.13.3 Install high-quality front and rear mud flaps (black in color). Wheel well attachments (mud-flaps, wheel well molding, etc.) must use stainless steel screws or bolts to prevent rust. Mud flaps must cover the entire width of the tires. D.4A.13.4 Manufacturer/vendor-dealer shall provide dual tires.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.14 ELECTRICAL SYSTEM The electrical system shall be a twelve (12)-volt system. All electrical accessories except radio, lights, and mobility aid lift must be wired through the ignition and must shut off when the engine is shut off. A wiring diagram must be submitted that will match the “as built” wiring for each vehicle. All components are to be selected and integrated to function in an environment characterized by low engine (alternator) speeds and high amperage draw (due to lights, wheelchair lift, flashers, air conditioning or heater, and other accessories in constant operation).

D.4A.14.1 Wiring and Switches—All switches and wiring circuits shall be protected with either fuses or circuit breakers. All fuses and circuit breakers shall be labeled for identification and installed in one (1) central location with a cover (metal or plastic)(Note: No exceptions). The bus chassis OEM electrical protection may not be altered or modified in any way. All contractor-installed switches shall be of heavy-duty design. No switches are to be installed that will hamper the removal of the engine cover inside the bus. D.4A.14.2 Standard Requirements for Wiring—There shall be no exposed wiring inside the vehicle. All wiring must meet SAE standard requirements. All electrical wiring shall be automotive stranded and shall be color and number coded with a schematic showing function code. No wires of the shall be the same color, number or function code in the

Attachment D.4A to ITB-Citylink-2016-01

Page 9

same loom or harness. All harnesses that are added to the vehicle will be secured to the frame at a maximum of two (2) feet intervals. Plastic wire ties are not acceptable. D.4A.14.3 Charging System—The vehicle charging system will use an alternator of twelve (12)-Volt potential having a capacity as specified in Table 1. Minimum 190 AMP Alternator. Pantex or equivalent single alternator system preferred. D.4A.14.4 Batteries—Dual maintenance-free OEM batteries shall be retained with an additional 8D-900 battery, Exide or approved equal. 8D-900, side terminals 3/8-16 UNC- cranking power of 1100 amp with lifting straps. 2A thread 3/4" long with minimum reserve capacity of 425 amp-hr, minimum cold. The auxiliary battery shall have sufficient reserve power to operate the lift at least ten (10) times with a test load of 340.2-kg (750 lbs.). Batteries shall have a pull out tray if under the vehicle. The batteries must be connected to a minimum of 2.0 gauge cables. If a chassis OEM dual battery system is provided, the chassis OEM cables are approved. 8D shall be provided on a slide-out tray beneath on the passenger side of the bus beneath the lift. D.4A.14.5 Wiring Configuration—The wiring configuration to the mobility aid lift must meet FMVSS and ADA-related specification before final construction of vehicle. The manufacturer shall provide a dash mounted master control switch to shut off all power to the lift. D.4A.14.6 Provide an OEM chassis fast idle system which will automatically increase the engine speed RPM to approximately 1000 RPM. This fast idle shall have an on/off switch. When the switch is “ON”, the fast idle shall automatically engage when the vehicle transmission is placed in “park” position. When placed in “drive”, the fast idle is to automatically shut off. The fast idle solenoid must be of a “continuous”, heavy-duty type. D.4A.14.7 Wiring Added by the Vehicle Contractor—All general purpose wiring shall be silicone insulated to at least 200 degrees Fahrenheit (200°F) and shall meet SAE standards and be color coded and numbered. All wiring shall be of sufficient size to carry the required current without excessive voltage drop. All harness and wiring terminals shall terminate at the junction terminals. All wiring and connectors shall be of soldered, hand or machine-staked type. All circuits shall be protected by automatic reset circuit breakers or line fuses. All wires added to the vehicle chassis, by the vehicle Contractor, shall be enclosed in a plastic, flexible, split loom. The wiring diagrams shall identify the wires by color code and by number. One (1) wiring diagram per vehicle plus one (1) additional diagram shall be supplied to the transit system. D.4A.14.8 All fuses, relays, circuit breakers, and terminals that are added to the vehicle shall be numbered and placed in a single circuit box that is easily accessible from the inside of the vehicle. All relays must be anchored by bolts and nuts or Tek screws. D.4A.14.9 The circuit box shall be conveniently mounted and have a secure cover preferably with a hinged door. D.4A.14.10 All added electrical terminals that are located in the engine compartment, under the vehicle, and in other locations where moisture may collect on the terminals, shall be

Attachment D.4A to ITB-Citylink-2016-01

Page 10

sprayed with NOCO battery corrosion preventative spray, part number NCP-2. The wire terminals and component terminals are to be sprayed with this corrosion inhibitor BEFORE they are attached to each other. Once attached, spray them again. The battery terminals must be removed and sprayed with the NOCO inhibitor. Electrical terminals located inside the vehicle must not be sprayed with the NOCO spray. D.4A.14.11 All ground wires (except for those ground wires inside the vehicle where it is always dry), whether they be attached to the vehicle frame or a terminal junction, must be sprayed with the NOCO corrosion inhibitor. All paint and undercoating must be removed from the ground points. Do not use star washers underground terminals. Before connections are made, all terminals, studs, and bolts must be coated on all sides with NOCO. Once the connection is made, re-spray the connection. D.4A.14.12 When ring terminals are used under the bus, use non-insulated terminals and a heatshrink with an inner sealer. D.4A.14.13 When butt connections are used under the vehicle, use heat shrink with an inner sealer that must cover the butt connector. If a “Y” connection is made underneath the vehicle, use a Weatherpack “Y” connector. Does not use butt connectors that have been treated with encapsulating heat shrink/sealer. D.4A.14.14 Any electrical terminal board or junction box must have the terminals, fuses and circuit breakers numbered. These numbered terminals must be shown with their wires on all wiring diagrams. All wires must start or end at terminals. Do not “T” off of another wire. A few exceptions for “T” wires are on the marker lights. Cheap snap “T” are not permitted. Any “T” under the vehicle or where moisture is present must use Weatherpack weatherproof “T” connections. If there are any questions on which type of “T” connector to use, use Weatherpack “T” connectors. All wires are to be “P” clamp or nylon wire tired to the frame or body structure. All nylon wire ties are to cut flush with nylon wire tie lock. D.4A.14.15 Starter must be capable of turning over engine with oil after ten (10) hour cold soak at zero degrees Fahrenheit (0°F). D.4A.14.16 Heavy duty dual twelve (12)-volt horns shall be furnished and installed so as to be protected from wheel wash. Positive and negative terminals and battery posts are to be covered with NOCO spray before the terminals are connected to the battery posts. D.4A.14.17 The bidder shall provide a reverse direction alarm (BUA) in compliance with SAE J994b with respect to acoustical performance for Type B device [IE107dbb (A) and +/-db with a supply voltage of fourteen (14) volts. Reverse alarm shall be activated when the transmission is in “reverse”. D.4A.14.18 The bidder shall provide a front alarm meeting the same requirements that are activated by a switch providing “on” and “off”. The drivers will use this in heavy density situations and parking lots to alert pedestrians of the moving bus. This alarm is activated not by the transmission or backing but by a switch engaged by the driver.

Attachment D.4A to ITB-Citylink-2016-01

Page 11

D.4A.14.19 Vehicle rear outside electrical connecting plug ends must be in a sealed plastic box. D.4A.14.20 A complete set of printed schematics and wiring diagram, along with an electronic copy (CD ROM preferred), shall be provided to purchaser upon delivery.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.15 INSTRUMENT PANEL Each vehicle instrument panel shall be equipped with at least the following:

D.4A.15.1 a. Ammeter or voltmeter b. Engine oil pressure gauge c. Fuel capacity gauge/fuel tank gauge d. Engine temperature gauge/warning light to show when temperature is above safe range or if

oil falls below level of safe range e. Tachometer f. Speedometer/odometer/trip odometer g. Emergency brake warning light h. A fast or high idle switch connected to high-idle capacity shall be provided/installed

D.4A.15.2 Lamps—The instrument panel shall have lamps sufficient to illuminate all instruments. All instruments shall be accessible for maintenance and repair and shall be mounted so that each instrument and all indicator lights are clearly visible to the driver. Lights instead of the listed gauges will not be acceptable. D.4A.15.3 All instruments are to be grouped on a single panel in full view of the driver with no instruments obstructed by controls, trim panels or other appurtenances, and they shall be arranged in a consistent and uniform manner (No Exceptions). A standard automotive dash panel is acceptable. D.4A.15.4 The following controls, in addition to the normal steering, braking and transmission functions are to be provided:

Map light for the driver.

Column-mounted turn signal lever with an upgraded heavy-duty flasher (and LED flashers on the outside mirrors on each side of the bus).The typical flasher that comes with the vehicle chassis is not considered heavy-duty.

Switch for the electric passenger door.

Power for the following switches are to go off when the ignition key is turned off:

Separate switch and temperature controls for the front dash heater and rear roof heater

Front and rear A/C controls

Attachment D.4A to ITB-Citylink-2016-01

Page 12

Wheelchair lift power switch

Passenger compartment lights

Buzzer and light for the rear emergency door

All exterior light switches

All interior lights, except map light for the driver

All switches are to be within easy access of the driver.

D.4A.15.5 AM-FM/CD/cassette player delete, with blank installed and capable of handling installation of two (2)-way digital radio. Wiring harness should be capable of installation of antennae for this purpose.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.16 BACK-UP ALARM Connected with back-up lights to produce an intermittent sound to warn others while bus movement is in reverse. No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.17 BODY MODIFICATIONS It is the intent of the State of Idaho to purchase a standard industry modified vehicle insofar as it meets or exceeds the following specifications. All modifications shall comply with the FMVSS. The vendors must be certified by the National Traffic Safety Administration to manufacture or alter vehicles in accordance with the Code of Federal Regulations (CFR), Title 49 Parts 567-568. On "cutaway" conversions, added bodies must be securely fastened to the basic vehicle structure, bolted securely through chassis rail flange at floor, and with added reinforcing plates or comparable method. Method of attachment must conform to chassis OEM body builders’ requirements. Integral sixteen (16)-gauge crash rail shall be provided. Attachment through bus side rails is not allowed. Welded securement to the basic vehicle structure is only acceptable in areas in front of the front suspension spring hanger and to the rear of the rear suspension spring hanger. No other welded securement to the basic vehicle structure will be acceptable. No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.18 STRUCTURE

Attachment D.4A to ITB-Citylink-2016-01

Page 13

The vehicle body shall incorporate a welded steel or aluminum body frame or shall be constructed to provide maximum protection to passengers in case of rollover accident or a crash accident to the side or rear of the bus. The inside and outside body panels should be fabricated of contoured steel, aluminum, or fiberglass. The frame shall be attached to the understructure and securely attached to the chassis so that the entire vehicle will act as one (1) unit without any movement at the joints. The entire unit shall be adequately reinforced with structural steel to carry the required loads and withstand road shocks.

D.4A.18.1 Roof Construction—The roof construction shall be of sufficient strength to prevent vibration, drumming or flexing. The roof is to be designed to prevent pooling of water on the roof. D.4A.18.2 School Bus Rollover Protection—The entire unit shall be adequately reinforced and shall meet requirements of FMVSS 220, School Bus Rollover Protection. A current certification must be furnished with the bid. The test results shall not be more than two (2) years old on the production model bid unless the structure has not been significantly modified as defined by 49 CFR 665. D.4A.18.3 Exterior Seams—All exterior seams shall be constructed to shed water without leaking into the vehicle. In no case shall sealing of panels be dependent on caulking alone. All exterior joints and seams shall be protected by zinc chromate caulking, butyl rubber tape, or an approved (by the grantee) comparable material. No water leaks in the body will be acceptable. D.4A.18.4 Body—The body shall be free of cracks, dents, Defects, or physical damage. D.4A.18.5 The body structure shall be built as an integral unit, adequately reinforced at all joints and corners where stress concentration may occur to adequately carry required loads and standard road shock. D.4A.18.6 The side and end framing shall be so designed and constructed that they will carry their proportion of the stresses around these openings. All posts in the body side and roof sections shall be of durable steel construction securely fastened to the under-frame structure so that the entire frame shall act as one unit without any movement at joints. The entire body (top, side, and rear) shall be a steel cage. D.4A.18.7 The rear of the body shall incorporate at least thirty-two inch (32”) wide by fifty-three inch (53”) high emergency door. The door handle/latch must be lockable with a key from the outside and shall use a locking mechanism that secures the door at the top, bottom, and at the door handle (three (3)-point latch). The door shall have a switch on the door jam that activates a red light and buzzer on the dash when the door is opened. Provide a handle which could be used to open and close the door from inside. D.4A.18.8 All interior panels and caps are to be insulated. D.4A.18.9 The entire body frame (walls, roof, and rear) shall be securely attached together to provide an integral one (1)-piece body structure. The entire body is to be securely welded or bolted to the cab section (floor, sides, and top).

Attachment D.4A to ITB-Citylink-2016-01

Page 14

D.4A.18.10 Any method of construction that is accomplished other than the level of quality as defined above will not be acceptable. The transit system shall be the final judge as to whether the proposed structural construction is acceptable. D.4A.18.11 The body shall be bolted through the sub-floor structure to the chassis frame as recommended by the chassis manufacturer. Welding of any body understructure to the chassis frame is not permitted. D.4A.18.12 All exterior panels (walls and roof) shall be aluminum, galvanized steel, or fiberglass. Exterior panels are to be riveted or bonded to the framing. If rivets are used, they shall be the solid (filled) stainless steel type. Pop rivets or sheet metal screws will not be acceptable for fastening the vehicle exterior panels. All panels shall be installed so they will shed water. That is, the leading panel shall be lapped over the following panel and in no case shall the sealing of the panels be dependent on caulking alone. D.4A.18.13 Before or after assembling, all metal body structural parts shall be satin coated or given a thorough multiple stage anti-corrosion treatment. Zinc chromate primer paint shall be applied to all steel. Galvanized steel is permitted if the end cuts, drilled holes, and weld area are sprayed with zinc chromate primer paint or anti-corrosion treatment. D.4A.18.14 All nuts, bolts, clips, washers, clamps and fasteners shall be stainless steel and zinc or cadmium plated. As many fasteners as possible shall be stainless steel. D.4A.18.15 The entire floor shall be supported by a full jig welded steel sub-floor under-structure. D.4A.18.16 Sub-floor structure shall be the equivalent of two by two inch (2” x 2”), eleven (11)- gauge steel or one and one-half inch by three inch (1 ½” x 3”) fourteen (14)-gauge steel, on six inch (6”) sixteen (16)-gauge hat sections, minimum. Sub-floor shall be securely welded or bolted to the cab section and bolted to the chassis frame. Welding of any sub-floor structure to the chassis will not be acceptable. D.4A.18.17 Over the sub-floor structure shall be bolted a minimum three-quarter inch (¾”) exterior grade plywood or equivalent floor structure. Minimum five-eighths inch (5/8”) thick exterior plywood with a fourteen (14)-gauge steel belly pan or sixteen (16)-gauge aluminum belly pan is approved. D.4A.18.18 Stepwells are to be of one (1)-piece steel construction. The stepwell is to be constructed of minimum fourteen (14)-gauge steel adequately reinforced to prevent deflection. All steel shall be treated for corrosion resistance. Step risers shall not exceed eight inches (8”) in height. The lower steps need to be between ten to twelve inches (10-12”) off the ground. D.4A.18.19 Rear wheel housing shall be of one(1)-piece minimum sixteen (16)-gauge steel. Ample clearance shall be provided for tires under load and operating on both smooth and rough terrain. All steel shall be treated for corrosion resistance. In the event that tires extend beyond the side of the vehicle, splash aprons and fenders shall be provided. Front wheel housings are to be as provided with the chassis cab section. Install front and rear mud flaps.

Attachment D.4A to ITB-Citylink-2016-01

Page 15

D.4A.18.20 Access doors shall be provided where necessary to service the transmission, engine, radiator, and batteries. D.4A.18.21 The entire body frame, under structure, and body skirt of the vehicle is to be fully undercoated with non-flammable resin-type material (polyoleum or equivalent) applied at the time of manufacture. Any part of the wood floor not covered with undercoating shall be covered with aluminum. D.4A.18.22 Care must be taken to make certain that no water drain holes designed into the body are clogged with undercoating material. D.4A.18.23 Any bright metal exterior trim shall be stainless steel, polished aluminum, or chrome plated. D.4A.18.24 The interior floor of the bus shall be raised approximately six to eight inches (6-8”) higher than the standard floor. Extend the raised floor to the entrance door steps. The purpose of the high floor is to cover the rear wheel wells. This allows wheelchair tie- down tracks to be installed the entire length of the floor. Access to the raised floor is to be by an additional step. Sloping access is not acceptable. D.4A.18.25 Two (2) tow hooks are to be installed on the rear of the vehicle. D.4A.18.26 All exterior welds and bolts are to be coated with zinc chromate primer paint.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.4A.19 SEATING: NUMBER OF (including fold-away) COLOR OF, MATERIAL OF, NUMBER OF WHEELCHAIR POSITIONS/STATIONS AND LENGTH OF BUS TO CORRESPOND TO SEATING AND W.C. REQUIREMENTS All seats shall meet the requirements of FMVSS 207.

D.4A.19.1 PASSENGER SEATS

D.4A.19.1.1 Standard seating shall be twenty-eight (28) ambulatory seated with two (2) fold- down seats, accommodating up to two (2) wheelchair positions. Floor plans will be provided within five (5) days, and they shall reflect either the standard floor plan with thirty-two (32) ambulatory passengers or the alternative floor plan. D.4A.19.1.1 Standard shall be vinyl seating in the passenger compartment and shall be blue in color. D.4A.19.1.3 Seating shall be equal to Freedman Seating id/hi Seat, Braun seating or Keyes, or comparable one (1) or two (2) position bench type modules of not less than 44.45

Attachment D.4A to ITB-Citylink-2016-01

Page 16

cm (17½ ") in width. All seats shall be track mounted for easy removal, forward facing and have an individual cushion and equipped with a folding aisle armrest. All back cushions shall be contoured to provide full lumbar support. D.4A.19.1.4 All seats shall be covered with vinyl (or cloth, as stated in option), color coordinated with the interior vehicle color and shall be blue. All passenger seating must meet full White Book testing.

D.4A.19.1.5 Upon request, the Contractor shall submit a sample of the upholstery and cushion material to the grantee for approval. D.4A.19.1.6 Each wheelchair position shall have a fold-down two (2) passenger seat of high quality equal to a Braun fold-a-way model 125–standard and shall be vinyl (seat coverings must be vinyl or cloth as specified in options).

a. Seat covering and padding shall cover the seat frame and meet FMVSS 302,

Flammability of Interior Material. Cushions and seat covers shall be of the slip cover type, removable and replaceable without removing the entire seat.

b. All seating shall meet or exceed the Federal Transit Administration

Recommended Fire Safety Practices for Transit Bus and Van Materials Selection.

c. Each passenger position shall be mounted to meet the requirements of FMVSS 208 and 209. Passenger seat belts shall be provided for all passenger locations. A minimum of 1.5 m (60") in length. One (1) .61 m (24") belt extender provided with each vehicle. Belts that are required to be secured to floor will be a minimum of 1.9 m (75"). The receiver end of the belt shall be placed on the aisle side of the seat. On the double wide seats, each pair of seat belts should be different colors (one (1) pair light colored and one (1) pair dark colored).

d. All metal surfaces shall be chemically cleaned, painted, and baked to provide a

rugged, long-lasting, rust-resistant surface.

e. All seat members shall be padded and covered above the bottom of the seat.

f. Pedestals shall be placed a minimum of 15.24 cm (6") from seat edge to provide toe clearance. The pedestals shall be anchored to the floor of the bus with minimum Grade 5 bolts.

g. All seats shall have not less than 69.85 cm (27½") hip–to-knee room spacing

between seats. All seats shall have a minimum cushion depth of 43.18 cm (17”), and a thickness of not less than 63.5 mm (2½").

h. Seats shall be track mounted for removal and adjustment. Filler pieces shall be

provided in tracking between seat placements with additional filler pieces provided to place in tracking if seats are removed to provide access to mobility aide securement areas.

Attachment D.4A to ITB-Citylink-2016-01

Page 17

i. The aisle width between seats shall not be less than 33 cm (13"). There shall not be a mobility aid position blocking the aisle or directly in front of the mobility aid lift except when there is a rear lift. Random movement to any seat position for ambulatory passengers must be maintained.

j. An energy absorbing grab handle shall be provided at the top of each forward

facing seat position and be as wide as practical. The diameter of the grab handle shall be no less than 3.175 cm (1¼") and no greater than 3.8 cm (1½").

k. The bidder shall provide floor plan/seating arrangement drawings that are to

scale and meet passenger-seating requirements. Drawings, at a minimum, shall show the location and dimensions of all seating positions, driver's position, aisles, doors, modesty panels, stanchion, grab rails, tie down locations, and other passenger assists. In addition, all major body interior dimensions must be shown. The Procuring Agency must approve proposed seating arrangements before production. Floor plan shall encompass a raised floor, if necessary, in order to accommodate the seating required in the bus.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.4A.19.2 DRIVER’S SEAT—The driver’s seat shall be a O.E.M. National 2000 or approved equal that includes air suspension, high back with integral headrest, cloth with two (2) position front cushion adjustment and -3 to +14 degree seat back adjustment, single air lumbar support, additional back padding, and armrest, in cloth, with standard color blue.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.4A.20 FLOORS The entire floor shall have an aluminum or steel underpan (please do not request an exception to this). The floor overlay shall have a minimum of five-eight inch (5/8") seven (7)-ply APA Marine Quality certified plywood (please do not request an exception to this requirement) of A-C plug grade securely fastened to the full length, full width sub-floor (please do not request a waiver). A raised floor is to be provided in order to accomplish the minimum seating required. All edges to be properly sealed for moisture. Plywood shall be strong and stable so that bolts will not be pulled from floor at wheelchair stations.

D.4A.20.1 FLOOR COVERINGS—The aisle, entrance, and step tread areas shall be covered (in one (1) piece) (blue in color) R.C.A. 48 cm (3/16") thick wide ribbed, nonskid-type transit rubber flooring. All other areas shall be not less than .3175 cm (.125") thick of the same type,

Attachment D.4A to ITB-Citylink-2016-01

Page 18

except it may be ribbed or smooth. All step edges shall have a band of bright yellow color (please do not request an exception to this requirement) running the full width of the step.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.21 PASSENGER ENTRY DOOR AND REAR EMERGENCY DOOR

D.4A.21.1 The vehicle shall be equipped with a two (2)-section door minimum one inch (1”) by eleven (11)-gauge aluminum or sixteen (16)-gauge steel framed entry/exit passenger door or T6061-T6 aircraft aluminum extrusion. The door shall meet ADA requirements having a full clear opening width of at least thirty-two inches (32”) and a full height of at least seventy-seven inches (77”). The passenger door front right side shall be electrically operated (standard) or manually operated (option) with a switch as standard and be easily available to the driver position. D.4A.21.2 The passenger entry door shall be located on the curb side and towards the front of the vehicle. D.4A.21.3 The entry door shall be fully encompassed by a steel door surround. The complete door surround shall be a minimum of sixteen (16)-gauge steel and may incorporate the stepwell. The entire door-surround shall be constructed of minimum of fourteen (14)- gauge steel or equal. D.4A.21.4 The passenger entry door shall be an outward opening type, electrically operated, and controlled from the driver seat. The door must have a mechanical emergency release handle. Opening and closing of the door shall be equipped with micro switches, which shut off the door motor when the door reaches full open or full closed. High quality is a must. D.4A.21.5 At the meeting edge of each door panel a two inch (2”) rubber seal shall be installed so that the edge form a tight overlapping seal when closed. D.4A.21.6 Install two (2) stainless steel grab bars to the interior (one (1) on each side) of the doorway to assist passengers in entering or exiting the vehicle. D.4A.21.7 A driver’s door (OEM) shall be provided to the left of the driver area. The door shall be lockable from inside or outside the vehicle. The driver door shall incorporate an openable window and arm rest and this door shall meet A & M mechanism requirements. D.4A.21.8 A rear door will be provided. This will be a hinged emergency door at least thirty-two inches (32”) wide by fifty-three inches (53”) high. The door must have upper and lower windows in it. The intent is to have a large window mounted low in the door and

Attachment D.4A to ITB-Citylink-2016-01

Page 19

another smaller window mounted high in the door. This is required for increased visibility while backing. A & M Door mechanism shall be provided in the rear door. D.4A.21.9 All inside manual door mechanisms are to be covered with ABS covering. D.4A.21.10 The wheelchair lift doors buzzer is to operate when the door is open and turn off when the wheelchair lift is operating. This door shall meet A & M Door mechanisms requirements. D.4A.21.11 The rear emergency door is standard and is to have a visual and audible (buzzer) to notify the driver when the door is being opened. If a rear emergency window is used, it shall also have an alarm when the lever is tripped (see also requirements for buzzers on all emergency window levers when they are tripped). This door is to meet A & M door mechanism requirements. The rear emergency door will be wide enough to meet ADA requirements for wheelchair escape. D.4A.21.12 Provide an access door to the front entrance door mechanism D.4A.21.13 Provide rain water drip rails over all exterior doors. Entrance door drip rail will extend over the full width of the entrance door. D.4A.21.14 Entrance door glass to have the same amount of tint as the windshield. D.4A.21.15 Key all door locks for the same key. The ignition key may be keyed differently. If multiple vehicles are ordered, have all locks the same. Include four (4) sets of keys for each vehicle. D.4A.21.16 No fare boxes or other components shall interfere with the clear view of the driver or create or add to “blind spots.” D.4A.21.17 All modifications shall fit flush with the body side panels and provide a watertight and dust resistant seal.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.4A.22 ENTRY STEPS The front passenger stepwell and wheel wells shall be heavy-duty welded steel with adequate reinforcement to prevent deflection more than .635 cm (¼") under a 136 kg (300 pounds) load placed on an area 20.32 cm (8") wide on the center of the step. Upon removal of the load, this step will rebound to its original dimension.

D.4A.22.1 STEP RISERS—The individual step risers shall be a maximum of 24.13 cm (9.5") plus or minus .318 cm (1/8") in height with step tread a minimum of 21.6 cm (8.5") deep. The bottom step tread shall not exceed 33 cm (10.5") from the ground unloaded. The

Attachment D.4A to ITB-Citylink-2016-01

Page 20

stepwell shall incorporate lights to illuminate the step tread area when the entry door is opened. D.4A.22.2 STEPWELL STEPS—The stepwell steps shall be heated. Purchaser Specific Requirements: ENTRY STEPS, STEP RISERS, STEPWELL STEPS—All specifications under D.4A.22 shall apply to all Type IV buses.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.4A.23 MODESTY PANELS, STANCHION AND HANDRAILS, INTERIOR PANELING An entry door modesty panel and stanchion post shall be installed at the left rear of the stepwell in front of the right side row of seats. Stanchion shall be constructed from the floor to the ceiling. The lower 76.2 cm (30") portion shall be constructed of stainless steel with a "X" break, melamine or comparable panels, and with a stainless steel frame. Vinyl clad steel is acceptable. A modesty panel shall be provided at the left rear of the mobility aid entry door. A 25.4 cm (10") grab rail shall be installed on both sides of the entry door made of 3.175 cm (1.25") stainless steel that can be used by passengers standing at ground level to aid in boarding the bus, as well as those passengers that are de-boarding the bus. The handrail must be able to be used continually for help in boarding and de-boarding the bus. INTERIOR PANELING—All interior walls shall be paneled, including doors. All panels shall be the same color and coordinated with the interior colors of the vehicle (standard is blue floor and blue coverings for seats). No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.24 WINDSHIELD AND WINDOWS All windows, except the windshield, rear, and doors, shall be egress T-Slide panel type, minimum of 780 square inches. See below.

D.4A.24.1 All side windows shall be ventilated as indicated below. D.4A.24.2 Window(s) shall be installed in the double door(s) directly behind the front passenger entrance door on the curbside of the vehicle. D.4A.24.3 All rear and passenger glass is to be tinted to a maximum of thirty-one (31) percent light transmission in the passenger compartment.

Attachment D.4A to ITB-Citylink-2016-01

Page 21

D.4A.24.4 The windshield is to be a one (1)-piece design as is provided by the chassis manufacturer. The windshield shall be laminated, tinted safety glass per OEM and as permitted by law. D.4A.24.5 The driver’s side window shall be the roll down type. The driver’s side window shall be tinted safety glass. D.4A.24.6 The side passenger windows shall be a large transit-type, as opposed to school van-type. These windows shall be tinted in the manner provided as standard by the after-market manufacturer. It is desired to maintain a transit-type appearance, and small school van- type windows are not to be used. D.4A.24.7 Passenger windows must be capable of opening to ensure ventilation. Windows shall be a sliding type. Windows must provide a minimum opening area of 48 square inches each and/or a minimum ventilation area of 484 square inches total for all windows. D.4A.24.8 The view (eye) level shall be measured from the top of the side windows. The bottom of the window shall not be above the level of the seat back. D.4A.24.9 A minimum of two (2) hinged emergency exit windows must be provided on the street side of the vehicle and two (2) emergency exit windows on the curb side of the vehicle. Instead of the rear window, a hinged emergency door shall be provided (see also transit system exception to rear door in another section under 5.4), and it shall meet A & M door mechanism requirements. This door must be at least thirty-two inches (32”) wide by fifty-three inches (53”) high. The door must have upper and lower windows in it. The intent is to have a large window mounted low in the door and another large window mounted high in the door. This is needed for increased safety due to greater visibility while backing up. This door shall be labeled as an emergency door and shall meet all minimum requirements, including an audible and visible alarm to sound when the door is opened. Visible labeling and instructions shall be provided. Notwithstanding any other information provided herein, window frames shall be black-powdered or the equivalent. Each side window shall be a minimum of 116 inches perimeter dimension. One (1) small spacer window may be used on each side of the bus. D.4A.24.10 Placement and installation of the windows shall not diminish the structural integrity of the vehicle. Structural reinforcement shall be added to compensate for the reduced structural rigidity. All windows, including the emergency exit window, shall comply with the FMVSS 217.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

Attachment D.4A to ITB-Citylink-2016-01

Page 22

D.4A.25 WINDSHIELD WIPERS Two (2) heavy-duty electric two (2)-speed windshield wipers, controlled by an intermittent or variable speed switch, shall be furnished. Wiper motor shall be mounted in a easily accessible location for ease in inspection, maintenance or removal. Windshield washer/reservoir is to be included.. No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.4A.26 INSULATION Equivalent to 3.81 cm (1½") fiberglass shall be installed in the roof, rear wall, front and rear caps, sidewalls, and extended door sections. If additional insulation is necessary to meet this requirement, the insulation shall be glued to the chassis body to prevent sagging. The insulating material of the body and sidewalls shall be of sufficient thickness to contact the inner and outer walls, insuring positive vapor barrier (equivalent to 38.1 mm) fiberglass. Insulation shall comply with all federal requirements and shall pass the testing requirements specified in the Federal Transit Administration (FTA) Recommended Fire Safety Practices for Transit Bus and Van Materials Selection.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.4A.27 PAINT AND TRIM The vehicle shall be painted in the following manner. The vehicle shall be sanded thoroughly. All bare metal shall be primed with a high quality primer, and the entire vehicle shall be sealed with a full enamel sealer and painted with a high quality acrylic white enamel paint that matches the OEM paint.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.4A.28 FRONT AND REAR CAPS The exterior front and rear caps can be solid one (1)-piece reinforced molded fiberglass covered with a jell coated exterior surface. Front and electrically controlled destination sign (see option pricing) to be provided as an option, as specified.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

Attachment D.4A to ITB-Citylink-2016-01

Page 23

D.4A.29 UNDERCOATING The entire underside of the body including floor members, side panels below floor level (if metal), and fender wells shall be undercoated at the time of manufacture with a nonflammable resin type polyoleim or equivalent. Any equivalent undercoating must comply with MIL-C-62218A or MIL-C-0083933A. All openings in the floorboards and firewall shall be sealed. Fenders and splash aprons (underskirt) of durable construction shall be provided so as to provide maximum deflection of the wheel splash. There shall be sufficient wheel well clearance for snow chains. Front and rear mud flaps are required.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.4A.30 AIR CONDITIONING All vehicles require an integral front air conditioner and an auxiliary rear air conditioner capable of producing 80,000 BTU with 665 CFM diffused air flow equal to A/C industries AC 442. All controls for both air conditioners shall be located for ready access by the driver. Rear air conditioning shall be deployed above the rear windows at the back of the bus. Cooling shall be specified in BTU at 100 degrees Fahrenheit (100°F) ambient temperature. The condenser for the air conditioner shall be mounted in the body skirt and shall have a minimum of two .25 m (10") fans cooling the condenser with automatic reset. The evaporator shall be mounted at the wall ceiling junction at the rear of the bus and shall not reduce the headroom to less than 1.52 m (59") and not extend outward from the rear wall more than .6096 m (24") into the passenger compartment area. The refrigerant lines to the evaporator must be adequately supported between the wall of the bus and the evaporator. The air conditioning system shall use environmentally friendly refrigerant R134A or approved equal. A label must be placed in the engine compartment detailing manufacturer’s name, refrigerant type and quantity, and compressor oil type and quantity. The evaporator and condenser must be matched to the compressor as per manufacturer’s recommended installation instructions. No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.4A.31 HEATING Each vehicle shall have a front mounted integral high-output heater and heater outlets in the rear. The front heater shall incorporate windshield defrosters and shall be the vehicle chassis OEM. The rear heater shall be equipped with a vacuum or electric operated heater control valve. The total output of the auxiliary heater system shall not be less the 80,000 BTU. This item must be carefully checked. The Procuring Agency will not accept an auxiliary heating system that does not meet these specifications.

D.4A.31.1 Heaters are to be controlled by two (2) individual three (3)-position switches (off, low, and high). All controls for both heaters shall be located for ready access by the seated driver. All hoses, drains and wiring must be covered and adequately supported with plastic/rubber coated steel clamps. All heater hoses will be silicone, Nomex, Rayon or

Attachment D.4A to ITB-Citylink-2016-01

Page 24

approved equal. Combustion heaters are not acceptable. Shutoffs are required on all hoses. D.4A.31.2 The passenger compartment heater shall be located in the ceiling at the rear of the vehicle. D.4A.31.3 Both the front dash and rear ceiling passenger heater fans shall have their own three (3)-position switches (low, high, and off) and be individually controlled from the instrument panel. D.4A.31.4 Provision shall be made for windshield defrosting with adjustable output within reach of the driver. D.4A.31.5 All electrical wires for the rear heater fans must be enclosed in split plastic loom. All exterior coolant hoses must be covered with an insulating wrap so the coolant will not lose its heat before reaching the rear heater core. D.4A.31.6 A booster pump shall be provided to pump hot engine coolant up to the rear passenger ceiling heater. The booster pump shall have a minimum of a half inch (½”) NPT or one inch (1”) ID hose for inlet and outlet. This pump shall pump a minimum of seventeen (17) gallons per minute. Size of the wire should be no more than a three (3) percent voltage drop between the circuit breaker and the booster pump. Provide a booster pump that is industrial-type and a maintenance free pump motor. The booster pump will operate when the rear passenger heater fan switch is turned to “high” or “low”. Label the Switch: REAR HEATER. Provided two (2) manually operated quarter (¼) turn ball valves. Mount one (1) valve between the engine and booster pump. Mount the second valve between the heater cores and engine. The heat strip shall be integrated into rear A/C evaporator. D.4A.31.7 Mount the booster pump, both manually operated water valves, any fuses, and circuit breakers and terminals inside a waterproof compartment under the floor of the vehicle. Provide a strong waterproof door on the side of the bus. Provide two (2) thumb latches on the door. The compartment is to help keep moisture off the components so they do not rust. Use the NOCO corrosion inhibitor on all electrical terminals inside the compartment. Always spray the terminals and connections before and after they are connected together. The booster pump should have enough support to keep the pump from vibrating. D.4A.31.8 An external block heater shall be provided and installed. Minimum 400 Watt with easily accessible all-weather cord which will plug into to common all-weather receptacles.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

Attachment D.4A to ITB-Citylink-2016-01

Page 25

D.4A.32 BUMPERS AND BIKE RACKS

D.4A.32.1 The vehicles shall be provided with front and rear bumpers. The front impact bumper is to meet the design of Romeo Rim energy absorbing quality or equivalent impact bumper in 5500 type vehicles. D.4A.32.2 The rear bumper shall be an impact bumper and meet the design of Romeo Rim energy absorbing quality or equivalent. D.4A.32.3 Bumpers shall be fastened directly to the chassis frame. D.4A.32.4 Heavy-duty bike racks will be provided (if specified as an option) and installed at the front bumper on all buses. D.4A.32.5 Bike racks shall be Sports Works, or equal, mounted so as to not required the cutting of holes in bumpers and have the capacity of two (2) bicycles each. Bike racks should be able to accept wide-tire bicycles.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.33 INTERIOR LIGHTING

D.4A.33.1 Interior shall illuminated so as to provide a minimum of twelve foot (12’) candlelight over the entire normal reading position of the passenger seats. A front door stepwell light shall be mounted in or above the stepwell and wired to light up when the front door is opened and the engine is operating. D.4A.33.2 All interior lights are to turn off when the engine is turned off, with exception of the driver’s light. D.4A.33.3 Interior lights are to have a three (3)-position switch with an off/left side/all. D.4A.33.4 Interior lights shall not be larger than 97 light bulb (4.00 MSCd). The light bulbs or lights covers will have a blue tint to cut down on glare on the windshield. D.4A.33.5 All rear interior lights shall turn on when the front passenger door or wheelchair lift door is opened.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

Attachment D.4A to ITB-Citylink-2016-01

Page 26

D.4A.34 EXTERIOR LIGHTING D.4A.34.1 All exterior lighting must meet United States Department of Transportation requirements. D.4A.34.2 Halogen head lamps are required with high and low beam positions. Low beam shall be rated a minimum of 2000 average hours. D.4A.34.3 There shall be two (2) amber LED rear directional signals, 4 inches (4”) in diameter, on each side of the vehicle mounted near the upper corners of the roof. The other two (2) amber LED rubber grommet-mounted turn signals, 4-inches (4”) in diameter, are to be mounted next to the stop/tail lights. The directional signals are to work independently of the brake lights and shall be operated by a lever on the left side of the steering column. The directional signals are to be equipped with heavy-duty electronic flashers, which need to be added to the after-market chassis. The heavy-duty flasher replaces the OEM supplied flasher. D.4A.34.4 There shall be placed on both outside mirrors (driver side and passenger side) LED directional signal indicators on the face of the mirrors in red, which shall be engaged when the directional signals or four (4)-way flashers are engaged. D.4A.34.5 There shall be directional signals and four (4)-way flashers on the side of the bus below the window as is standard for such application. D.4A.34.6 A rear license plate light shall be provided in a license plate well. D.4A.34.7 Two (2) backup lights shall be provided. These lights are to be sealed, clear lights that are 4-inches (4”) in diameter, and rubber grommet mounted. D.4A.34.8 There shall be one (1) wheelchair light installed on the exterior of the vehicle below the wheelchair lift door and one (1) wheelchair lift light on the interior above the lift, pointing out of the vehicle. These lights will illuminate the lift device and area outside the vehicle. These lights shall be activated when the wheelchair lift doors are opened. The lights are considered ADA accessible features and must meet ADA requirements. D.4A.34.9 The power for the marker lights must come from a relay that is activated by the headlight switch. The marker lights are to be off when the headlights are off. D.4A.34.10 The marker lights will be LED-type. D.4A.34.11 Install an external light over the rear emergency door. This light must turn “off” when the engine is turned off. Install a light switch on the dash or console. D.4A.34.12 Front, side, and rear reflector that meet FMVSS shall be provided. D.4A.34.13 Reflective tape shall be applied that corresponds to paint color for safety on the back of the bus (upper and lower face of the bus), sides (upper and lower face of the bus), and cap on the front of the bus. Reflective tape shall minimally be applied to the rear

Attachment D.4A to ITB-Citylink-2016-01

Page 27

quarter panel, on the sides and rearward, and from the front of the passenger and rivers doors, frontward in the front side of the buses.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.35 WHEELCHAIR LIFT A RICON mobility aid lift, or equal quality, will be installed without additional charge. Additional lift manufacturers that meet the specifications and performance of the reference brand must be equally considered. The pump module must be placed towards the rear of the bus for front lift placement for ease of service and use.

D.4A.35.1 DESIGN LOAD—The lift shall be attendant operated and fully automatic (electrical powered or electrical hydraulic powered) with a minimum tested net static load capacity of 800 pounds. Gravity down system is acceptable. All working and non- working parts shall have a safety factor, as specified in the ADA Accessibility Specifications, Section 38.23(b)(I). Reinforced structure under the belly of the bus shall be lengthened to more evenly distribute the weight of lift across. D.4A.35.2 LIFT PLATFORM—The lift platform shall be heavy-duty and the widest available for this application. The following information is the minimum, but the maximum available must be provided: have a minimum clear width of .838 m (32") at the platform, a minimum clear width of .838 m (32") measured from .05 m (2") above the platform surface to .838 m (32") above the platform and a minimum clear length of not less than 1.22 m (48") measured from .05 m (2") above the surface of the platform. The platform surface shall be free of any protrusions over .64 cm high and shall be slip resistant.

D.4A.36 POSITIONS FOR BOARDING ON LIFT PLATFORM AND RELATED This lift platform shall permit boarding of a mobility aid in either a forward or a backward position and shall accommodate standees as standard.

D.4A.36.1 ADA ACCESSIBILITY SPECIFICATIONS—The lift platform shall meet the requirements of the ADA Accessibility Specifications, Section 38.23(b)(9) & (10), Platform Deflection and Movement.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.4A.36.2 PLATFORM BARRIER—The lift platform shall have an automatically activated anti-roll barrier on the loading-edge (outer end). This anti-roll barrier shall have a minimum height of 10.2 cm (4") and a maximum slope of 1:8 measured on level ground for a

Attachment D.4A to ITB-Citylink-2016-01

Page 28

maximum rise of 7.7 cm (3"). This barrier shall automatically pivot downward, becoming an exit or entry ramp whenever the lift platform contacts the ground. All scars on the vehicle, due to mounting of the lift assembly, shall be painted. The 5 cm (2") outer barriers must be painted on the outside to match the roll barrier and to increase visibility of the platform when deployed. D.4A.36.3 MOUNTING OF THE MOBILITY AID LIFT ASSEMBLY—The mobility aid lift shall be installed in accordance with the lift manufacturer's recommendations and requirements. D.4A.36.4 LIFT ASSEMBLY—All attachments of the lift assembly to the vehicle shall be done through structural support members. Bolting of any part of the lift assembly directly to the vehicle sheet metal walls will not be acceptable. D.4A.36.5 POWER OR EQUIPMENT FAILURE—The lift platform shall have an automatic stop-and-hold mechanism to prevent the platform from free falling or folding any faster than 30.48 cm/second (12 inches/second) in the event of a power failure or equipment failure during the raising and lowering modes. D.4A.36.6 PRESSURE CUTOFF SWITCH—If the downward movement of the lift is power activated, a pressure cutoff switch shall be installed to stop the downward movement of the platform on contact with the ground to prevent jacking of the vehicle by the lift.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.4A.37 LIFT HANDRAILS The lift platform shall be equipped with handrails on both sides, which move in tandem with the lift, and which shall be graspable and provide support to standees throughout entire lift operation. Handrails shall not interfere with mobility aid or mobility aid maneuverability when entering or leaving the vehicle. The handrails shall comply with ADA Accessibility Specifications, Section 38.23(b)(13). No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.4A.38 LIFT ENTRY DOOR AND LOCATION The side lift entry door shall provide a minimum clearance of 1.4 m (56") between the top of the door opening and the raised lift platform or highest point of a ramp for modified vans and 1.7 m (68") for the small bus is required. A dual-leaf lift door is required. A single door may not be provided. The standard location for the lift door and lift is the side right front behind the passenger door. A & M mechanics shall apply.

Attachment D.4A to ITB-Citylink-2016-01

Page 29

D.4A.38.1 The lift entry doors shall have windows with laminated or tempered safety glass set in neoprene or similar retention molding. The windows in the doors shall be tinted. D.4A.38.2 A positive factory-installed gas shock to assist in maintaining opened or closed position of doors shall be installed to hold the lift entry doors open while the lift is in use. The lift doors can have a three (3)-point latch. D.4A.38.3 An automatic curb illumination lamp(s)s shall be located inside the lift doorway and other passenger loading areas.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.39 CONTROL STATION The mobility aid lift system shall have one (1) control station capable of controlling all lift functions. The control switches on the lift control station shall have clear, legible, permanently attached labels identifying their function. Decals will not be allowed. The control station should be conveniently mounted to the lift door with stainless steel bracket and within easy reach of mobility aid lift operator. The control station cord shall be .3048 m in length beyond the length of an extended platform, removable twist type connection, and stress relieved with a wire coil. No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.40 POWER REQUIREMENTS AND ELECTRICAL SYSTEM

D.4A.40.1 The main power cable to the lift hydraulic pump motor shall be of the proper gauge and fully enclosed in a loom. The cable shall be properly supported throughout the vehicle with insulated straps and mechanically attached to the vehicle body. D.4A.40.2 The lift shall be designed so that it can only be operated when the automatic transmission is in the “park” setting position. An additional ground #O cable shall be installed from the engine to the frame. D.4A.40.3 The lift electrical system shall be protected by a heavy-duty circuit breaker with master control switch located on the dash and clearly labeled. D.4A.40.4 All electrical terminals shall be heavy-duty, pressure-type terminals. Wire connections shall be crimped with aircraft type crimps. All terminals shall be of the full ring type, sized for the terminal screw or stud. D.4A.40.5 All electric wiring passing through the body metal shall have anti-chafing grommets.

Attachment D.4A to ITB-Citylink-2016-01

Page 30

D.4A.40.6 There shall be no exposed electrical devices under the vehicle. D.4A.40.7 Provide access to wiring if it is in a compartment. D.4A.40.8 Circuit breaker for the wheelchair lift shall be located by the auxiliary battery powering same.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.41 CONTROL INTERLOCK The vehicle shall have a brake and transmission interlock that prevents the vehicle from moving while the lift door is opened. An engine kill switch is not acceptable. The interlock shall comply with CCR, Title 13, Article 8, Section 1269.1, and Subsection (a)(5)(A). The mobility aid door contact must engage when the leading door is open or ajar. No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.42 PAINTING, DECALS, AND MONOGRAMS, INTERNATIONAL SYMBOL OF DISABILITY Buses shall be painted OEM white; after-market paint shall match OEM white. All signs required by the State of Idaho and federal law regarding safety and operating procedures shall be affixed to each vehicle exterior and interior. Interior signs may be decals. All exterior signs shall be painted. Contractor shall provide two (2) international symbols of accessibility, which shall be at least a 15.24-cm (6") square to be placed on the vehicle by the procuring agency. Decals exterior and interior, including the application of bus numbers exterior and interior, or any color of paint other than white (with the exception of those offered by the vendor or as required by law) are not requested under this specification and shall be done locally by transit properties. No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.43 PARTS, BOOKS, MANUALS, AND DRAWINGS The following is required for each vehicle and shall be provided at time of delivery:

D.4A.43.1 A complete set of operating instructions, troubleshooting guide, inspection and service guide and detailed manufacturer’s parts list, lines, and circuits. Manuals for all of the

Attachment D.4A to ITB-Citylink-2016-01

Page 31

vehicle accessories and equipment to include mobility aid lift, air conditioning system, tie downs, seating, heater, etc. Vendor parts numbers need to be included. D.4A.43.2 A complete "as built" electrical wiring diagram covering all electrical equipment and electrical circuits installed, complete with wiring codes. The Contractor shall supply one (1) wiring diagram illustrating all of the Contractor installed electrical equipment with each bus delivered and printed on 46 cm x 28 cm (18" x 11") card stock and laminated in clear vinyl for each vehicle ordered. D.4A.43.3 A complete printed schematic diagram of all hydraulic and electrical circuits shall be provided with an additional copy provided via electronic media (CD ROM preferred). D.4A.43.4 The Contractor shall have available complete bus maintenance manuals to include the engine, transmission and OEM chassis, as well as a complete parts manual for each component. The Contractor shall keep the manuals up-to-date and available to the Procuring Agency (grantee) for a period of three (3) years after the date of acceptance of the buses under the contract. D.4A.43.5 A video, DVD, or other media on operation and maintenance of mobility aid lift.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.4A.44 MOBILITY AID SECURITY AND OCCUPANT RESTRAINT SYSTEMS AND LOCATION OF Each vehicle shall be equipped with a forward facing mobility aid securement and occupant restraint system(s). The system(s) shall be capable of securing a variety of common mobility aid designs and accommodate a wide range of occupant sizes. The Contractor shall provide detailed instructions for mobility aid placement, tie-down belt operation, torso belt placement, etc. ( preferably in video format). The standard location for such wheelchair stations shall be front of the bus with the standard number of wheelchair stations being two (2). Optional location will be in the rear of the bus, with a standard number of wheelchair stations being two (2). A floor plan will be provided to the vendors that will be consistent with the narrative in approximately five (5) days. No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.45 MOBILITY AID SECUREMENT SYSTEMS REQUIREMENTS Mobility aid securement and occupant restraint system(s), including all attachment hardware and anchorages, shall meet or exceed the following requirements:

30 mph/20 impact test criteria per SAE J2249

36 CFR Part 1192 and CFR Part 38 (ADA)

Attachment D.4A to ITB-Citylink-2016-01

Page 32

All applicable Federal Motor Vehicle Safety Standards (FMVSS), as amended

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.46 MOBILITY AID EQUIPMENT Each vehicle shall be equipped with the number of securement systems as needed for length of vehicle of as specified in the ITB (four (4) wheelchair stations are considered standard).

D.4A.46.1 Each securement system (location) shall consist of four (4) self-tightening (no ratcheting required) securement straps with quick release latch on each tie down strap. Assemblies shall attach to the structural frame of the mobility aid at four (4) separate points and anchor into the track on the vehicle floor at four (4) separate points. Two (2) strap assemblies shall attach to the rear of the mobility aid. The securement system may be Q-Straint Model “QRT” or Surelock Model FF612 or approved equal. Provided it meets the requirements of supporting a self-tightening non-ratcheting securement, an “L” type or button type track in the floor recessed to prevent a tripping hazard shall be provided. D.4A.46.2 The system anchorage and/or track shall be mounted to the vehicle in accordance with the requirements of the system manufacturer. A copy of the manufacturer installation instructions must be available to the grantee upon request.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.47 OCCUPANT RESTRAINT SYSTEM For each mobility aid securement system installed in the vehicle, a corresponding occupant restraint system shall also be provided. The occupant restraint system shall consist of adjustable lap (pelvic) belt and a shoulder (upper torso) belt and shall meet all applicable Federal Motor Vehicle Safety Standards (FMVSS), as amended. Restraint devices and mobility aid securement systems shall not be placed in the aisle way of the bus or beside the lift. No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.48 SECUREMENT/RESTRAINT SYSTEM ACCESSORIES, DETAIL

D.4A.48.1 A web cutter for emergency uses shall be provided with each vehicle.

Attachment D.4A to ITB-Citylink-2016-01

Page 33

D.4A.48.2 Storage Container—A secured container shall be provided to store straps, pads, and assemblies. The container shall be over the driver's area with hinged, lockable door. D.4A.48.3 A vinyl storage container equal to Kinedyne FE200746 shall be mounted at each securement area for the stowage of a complete securement and restraint system. When the system is not in use, the device shall enable the system to be readily accessed for use.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.49 ADDITIONAL EQUIPMENT AND EMPHASIS ON QUALITY CONTROL The following shall be furnished and installed in each unit. The mounting of any of the following items shall not interfere with passenger entry or exit:

D.4A.49.1 STABILIZER BAR—Stabilizer bar on the front and rear axle (not required with dual rear wheels). D.4A.49.2 FIRE EXTINGUISHER—One (1) five (5)-pound ABC fire extinguisher conveniently mounted. D.4A.49.3 FIRST AID KIT AND FIREPROOF UTILITY BLANKET—A sixteen (16)-unit first aid kit and fireproof utility blanket shall be provided. Quality equipment required, as in all cases. D.4A.49.4 BLOOD PATHOGEN KIT SHALL BE PROVIDED—Applicable to the size and passenger capacity of the bus. D.4A.49.5 REFLECTIVE TRIANGLES—Three (3) bi-directional emergency reflective triangles that conform to the requirements of FMVSS No. 125 in a storage container. D.4A.49.6 SUFFICIENT INTERIOR LIGHTING IS REQUIRED—Sufficient interior lighting to illuminate the driver and passenger entry area and the interior aisle. The switch for these lamps shall be mounted in the dash and labeled. D.4A.49.7 MIRRORS INTERIOR AND EXTERIOR:

D.4A.49.7.1 A fully adjustable passenger interior rear view mirror with a flat center and convex ends a minimum of six by nine inches (6”x 9") centered just above the windshield. An interior mirror of six by sixteen inches (6" x 16") can be used to replace the OEM interior rearview mirror. When the six by nine inch (6" x 9") mirror is used, the OEM mirror will remain on the windshield. D.4A.49.7.2 Two (2) hinged, exterior rearview mirrors of not less than 70 square inches shall be provided on the exterior of the bus. Convex rearview mirror shall be provided for right and left hand mirrors (minimum size is three inches (3")). These mirrors

Attachment D.4A to ITB-Citylink-2016-01

Page 34

shall be of quality design and installation. They shall not be mounted or placed in an inferior way so as to rattle or shake or otherwise be an item requiring constant attention. LED directional signals shall be installed in the external rearview mirrors, as a specified option, if ordered.

D.4A.49.8 TWO-WAY RADIOS AND WIRING FOR RADIOS—The two (2)-way radios are not standard and are not to be provided by the bus vendor; appropriate wiring shall be installed for digital two (2)-way radios with ten (10) channels. Wiring shall require a quality installation and shall provide for roof center mounted antenna. No radios to be provided. Radio shall be comparable to a multi-channeled unit of good quality, such as a Motorola brand or of comparable quality. No inferior quality radios. Model TK-8800, UHF FM Transceiver. D.4A.49.9 PUBLIC ADDRESS SYSTEM—As specified as an option, a public address system shall be provided and installed—interior/exterior is standard for Type IV buses. Speakers (exterior speaker at passenger door) shall be provided with hand mike and shall meet ADA requirements. Control for PA system shall allow selection of on/off and interior/exterior/both speakers.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.4A.49.10 EXTERIOR LIGHTS—Exterior lights shall be in accordance with federal motor carrier safety requirements. All exterior lights shall be armored to prevent breakage from minor impact. D.4A.49.11 KEYS—Four (4) sets of keys. D.4A.49.12 FARE BOX AND INSTALLED, DETAILS—As specified as an option, locking fare boxes for each bus for Type IV buses is standard. Fare boxes shall be square, stainless, locking fare boxes (comparable to Diamond NV fare box’s smallest locking fare box). Boxes should include high security locks; strong, clear viewing windows; an one (1) year written warranty. Fare box cabinet shall lock to vehicle and cash vault shall be locked to the cabinet. The capacity shall be $250 of mixed coins and currency. The model must easily accept currency. There shall be no more than twenty-five (25) pounds total weight for fare box. Cabinet sizes approximately five inches (5”) wide, five inches (5”) deep and not more than twenty inches (20”) in height. When installed, this fare box shall not be placed so as to constitute a blind spot to the right of the driver.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

Attachment D.4A to ITB-Citylink-2016-01

Page 35

D.4A.49.13 LOCATION OF LIFT DOOR(s) ADDITIONAL REQUIREMENTS ON INCLUDING, STYLE OF LIFT DOORS, QUALITY ASSURANCE IN REGARD TO COMPONENTS IN LIFT DOORS, INSTALLATION OF LIFT DOORS

Lift doors are to be placed on the right side of the bus behind the front passenger door as standard. The optional position will be the right side of the bus in the rear.

All lift doors shall be a dual door (no singles). All ADA requirements are to be met.

Hinges and mountings shall be placed in a properly engineered location so that doors do not breakaway or loosen because of lack of quality control. This type of quality assurance is also required for the windows in the doors so that they do not loosen or fall out. Screws cannot run through or interfere with wiring and proper circuits and couplings of high-quality must be assured. Vendor/manufacturers must assure this.

D.4A.49.14 MANUAL PASSENGER COUNTERS TO BE PROVIDED AND INSTALLED—Manual (touch key) passenger counters are not standard under Type IV buses and are to be provided under these specifications. Counters areto be provided and installed directly to the right of the driver as to be easily accessible and convenient to the driver. This procurement does not call for an equal to a “Denominator” counter (installed) in each bus with rows of up to six (6) counts.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.4A.49.15 PASSENGER STOP REQUEST: PULL CORDS OR TAPES—Passenger stop request signal and pull cords are standard in Type IV bus; this shall include an indicator for the driver that is both visual and audible and which can be shut off manually or goes off automatically when the door is opened. These features must be in compliance with ADA standards applicable to each bus.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.4A.49.16 ADDITIONAL DETAILS ON RESTRAINTS SYSTEMS—Each securement system (location) shall consist of four (4) self-tightening (no ratcheting shall be required), serial numbered securement straps with quick release latch on each tie down strap. Assemblies shall attach to the structural frame of the mobility aid at four (4) separate points and anchor into the track on the vehicle floor at four (4) separate points. Two (2) strap assemblies shall attach to the rear of the mobility aid. The securement system may be Q-Straint Model “QRT” or Surelock Model FF612 or approved equal as standard. Provided it meets the requirements of supporting a self-tightening non-ratcheting securement, an “L” type or button type track in the floor recessed to prevent a tripping hazard shall be provided. Restraint systems shall in no case be placed in the aisle so as to create a tripping hazard.

Attachment D.4A to ITB-Citylink-2016-01

Page 36

D.4A.49.17 SYSTEM ANCHORAGE AND/OR TRACK SECUREMENT—The system anchorage and/or track shall be mounted to the vehicle in accordance with the requirements of the system manufacturer. A copy of the manufacturer installation instructions must be available to the grantee upon request. D.4A.49.18 ADDITIONAL DETAILS ON OCCUPANT RESTRAINT SYSTEM—For each mobility aid securement system installed in the vehicle, a corresponding occupant restraint system shall also be provided. The restraint system shall be serial numbered. The occupant restraint system shall consist of adjustable lap (pelvic) belt and a shoulder (upper torso) belt and shall meet all applicable Federal Motor Vehicle Safety Standards (FMVSS) as amended. Restraint devices and mobility aid securement systems shall not be placed in the aisle way of the bus or beside the lift.

A web cutter for emergency uses shall be provided with each vehicle.

Storage container—A secured container shall be provided to store straps, pads, and assemblies. The container shall be over the driver’s area with a hinged, lockable door.

A vinyl storage container equal to Kinedyne FE200746 shall be mounted at each securement area for the stowage of a complete securement and restraint system. When the system is not in use, the device shall enable the system to readily accessed for use.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

D.4A.50 SEATS AND FLOOR PLAN Passenger seat configuration shall follow a drawn plan to be provided within five (5) days and shall be consistent with the narrative: Wheelchair stations and locations as described in another part of 5.4. Passenger ambulatory seating shall be behind the lift on the right side of the bus, behind the wheelchair stations on the left side of the bus, and shall include seats across the back of the bus. Fold down seats shall be at each wheelchair station.

D.4A.51 ROOF VENTS/HATCHES Two (2) roof vents/hatches are required, meeting FMVSS requirements for emergency exits, for this type of bus are standard. Vents/hatches shall be of quality workmanship and shall permit the hatch to be raised by each corner individually, by the center to lift the entire hatch to provide ventilation, or quickly remove the entire hatch so as to provide emergency egress.

No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________

Attachment D.4A to ITB-Citylink-2016-01

Page 37

D.4A.52 DASHBOARD/CONSOLE WIRING QUALITY ASSURANCE. Appropriate and flexible wiring must be provided in order that the wiring in the console not be too stiff; failure to so provide causes switches to push out of mounting holes in the console. Vendor/manufacturer quality assurance must address this issue if it is present. D.4A.53 COMMERCIAL RADIO WITH FM AND CD PLAYER The radio unit shall be OEM, with AM/FM, cassette and/or CD player D.4A.54 VIDEO CAMERA SURVEILLANCE SYSTEM A digital video camera surveillance system (capable of up to five (5) cameras) shall be provided as standard. The surveillance system shall include black and white video with high resolution and a medium quality camera. This camera system does not require an audio component. Placement shall be in the front of the bus to record the passenger door entrance/exit and also in the rear of the bus to record activities on the bus. Signage shall be provided and installed in conspicuous places indicating those cameras are being used.

D.4A.55 DESTINATION SIGNAGE, DETAILS OF REQUIREMENT Destination signs shall be of a of roller display design, transit quality, and operated with an electrical switch, which shall be easily accessible to the driver for making curtain changes. Twenty-five (25) curtains shall be provided and shall be color coded (systems will provide the script by addenda after receipt of the bids and in relationship with the bid. System should be priced accordingly). Front , side, and rear destination signs shall be provided and shall betransit quality. Controls for the side destination sign may be specified at the time the vehicle is ordered. No Exceptions _____________ Indicate Exceptions_____________________________________________________________________ Indicate that Exceptions are approved/not approved _________________________________________ _____________________________________________________________________________________ D.4A.56 QUALITY CONTROL (see also General Quality Control) All buses must be built under strict quality assurance requirements. This shall include, but not restricted to:

Emergency windows shall be properly installed and equipped to meet rugged standards.

Roof caps and after-market box components and installation shall be installed for long-term use under stressful conditions.

Frame around doors, particularly wheelchair doors, must be of quality engineering and installation. Doors must not be constructed in a manner that allows them to fall out or loosen from hinges and mountings.

Panels over drivers and in other places in the bus shall be soundly constructed and correctly installed in order that air drafts and relate problems will not occur.

Vendor Reminder: D.4A is a Medium Cutaway, Heavy-Duty truck chassis over 30’.

Attachment D.4A to ITB-Citylink-2016-01

Page 38

MISCELLANEOUS TECHNICAL SPECIFICATIONS FOR ALL VEHICLES General Description: Miscellaneous requirements that have not been covered in other areas of the document and/or which may require greater detail or reinforcement of quality requirements. Important Note: In every required place in this section, the representative (Authorized Representative of the manufacturer, dealer-vendor or Offeror/bidder) must:

Indicate that their equipment and/or materials are compliant with specifications by initialing the line captioned “No Exceptions” (the confirmation of compliance line related to “No Exceptions” or explanation of approved exception applies to all specifications above it, and it may cover a number of component specifications in different sections and subsections);

Indicate, in the event that the referenced equipment and/or materials are not compliant, on the line provided for “Indicate Exceptions”;

Provide an initial on the line provided for “Indicate that Exceptions are CITYLINK approved”; and,

Understand that Non-compliant equipment, materials, installation or service not approved by CITYLINK through the exceptions/equals process or through amendment cannot be offered by a manufacturer, dealer-vendor, and/or Offeror/bidder (if these certifications are not provided, it will be assumed that the bid is non-compliant and will be rejected at bid opening.)

1. All metal shall be thoroughly cleaned, paint lock processed, or acid etched and primed. All exterior visible metal shall be painted in addition to priming. All welded joints shall be cleaned and primed. 2. All nuts, bolts, dips, and other fasteners shall be zinc cadmium plated or phosphate coated. All exterior panels shall be riveted or welded in place. Sheet metal screws and "pop" rivets will be permitted only on fender skirts and two (2) section-type entrance doors. No other sheet metal screws or "pop" rivets will be permitted, unless approved by the Procuring Agency. 3. There shall be no sharp corners on the unit that will cause injury to passengers. All corners that could cause injury to passengers shall be slightly rounded and filed smooth. 4. All welders shall be certified per the American Welding Society rules for the work that they are performing. All welds shall be relatively free of slag inclusions and undercut. Fillet weld sizes shall be equal to the thickness of the least of the joined plates. All welds shall be made in a workmanlike manner, properly fused, of ample penetration, and, where practicable, be smoothly finished on all exposed surfaces. Intermittent or spot welds shall be spaced and proportioned as to provide ample strength for the purpose. 5. All material installed shall be new and free of rust. 6. No wires shall be visible on the exterior or interior of the unit.

Attachment D.4A to ITB-Citylink-2016-01

Page 39

7. Weather stripping shall have no coating of any type. 8. Access doors shall be provided where necessary to service the engine, electrical, transmission, radiator, and batteries. 9. All switches shall be labeled. "Dymo"-type labels are not acceptable.

10. All doors must be adjusted to fit their openings. 11. All windows shall be free of any defects due to welding slag, assembly, damage, or scratches. 12. All units shall be thoroughly cleaned and weather sealed before inspection. 13. All signs shall comply with the CCR, Title 13, and Section 1284. 14. All interior signs may be painted or be vinyl decals. All exterior signs shall be painted. 15. Burn marks, cuts, or scuff marks will not be allowed on the interior or exterior of the unit. 16. All hoses supplied in assembling the units described in these specifications shall have temperature and psi ratings more than maximum operating temperatures and pressure. 17. All vehicles shall be completely roads tested before approval. 18. All holes, not used by manufacturer to install OEM equipment, will be covered with a cover or plug matching adjacent colors.

Attachment E ITB-Citylink-2016-01

ITB-Citylink-2016-01 Page 1

Citylink Quality Assurance Requirements GENERAL DESCRIPTION: QUALITY ASSURANCE PROVISIONS

CONTRACTOR'S IN-PLANT QUALITY ASSURANCE REQUIREMENTS ASSURANCE REQUIREMENTS This entire section "Contractor's In-Plant Quality Assurance Requirements," beginning with Section E.1.2, "Quality Assurance Organization," shall be effective until January 1, 1999, at which time it shall be replaced with the following:

“The Contractor and the Contractor's manufacturing plant and organization shall be certified to the appropriate QS-9000/ISO 9000 series of standards.”

E.1.2 QUALITY ASSURANCE ORGANIZATION

E.1.2.1 ORGANIZATION ESTABLISHMENT The Contractor shall establish and maintain an effective in-plant quality assurance organization.

It shall be a specifically defined organization and should be directly responsible to the Contractor's top management.

E.1.2.2 CONTROL

The quality assurance organization shall exercise quality control over all phases of production from initiation of design through manufacture and preparation for delivery. The organization shall also control the quality of supplied articles.

E.1.2.3 AUTHORITY AND RESPONSIBILITY

The quality assurance organization shall have the authority and responsibility for reliability, quality control, inspection planning, establishment of the quality control system, and acceptance/rejection of materials and manufactured articles in the production of the transit vehicles.

E.1.3 QUALITY ASSURANCE ORGANIZATION FUNCTIONS

E.1.3.1 MINIMUM FUNCTIONS The quality assurance organization shall include the following minimum functions.

E.1.3.2 WORK INSTRUCTIONS

The quality assurance organization shall verify inspection operation instructions to ascertain that the manufactured product meets all prescribed requirements.

E.1.3.3 RECORDS MAINTENANCE

The quality assurance organization shall maintain and use records and data essential to the effective operation of its program. These records and data shall be available for review. Inspection and test records for this procurement shall be available for a minimum of one (1) year after inspections and tests are completed.

Attachment E to ITB-Citylink-2016-01 Page 2

E.1.3.4 CORRECTIVE ACTION The quality assurance organization shall detect and promptly assure correction of any conditions that may result in the production of defective vehicles. These conditions may occur in designs, purchases, manufacture, tests, or operations that culminate in defective supplies, services, facilities, technical data, or standards.

E.1.4 STANDARDS AND FACILITIES

E.1.4.1 BASIC STANDARDS AND FACILITIES The following standards and facilities shall be basic in the quality assurance process.

E.1.4.2 CONFIGURATION CONTROL

The Contractor shall maintain drawings, assembly procedures, and other documentation that completely describes a qualified vehicle that meets all of the options and special requirements of this procurement. The quality assurance organization shall verify that each vehicle is manufactured in accordance with these controlled drawings, procedures, and documentation.

E.1.4.3 MEASURING AND TESTING FACILITIES

The Contractor shall provide and maintain the necessary gauges and other measuring and testing devices for use by the quality assurance organization to verify that the vehicles conform to all specification requirements. These devices shall be calibrated at established periods against certified measurement standards that have known valid relationships to national standards.

E.1.4.4 PRODUCTION TOOLING AS MEDIA OF INSPECTION

When production jigs, fixtures, tooling masters, templates, patterns, and other devices are used as media of inspection, they shall be proved for accuracy at formally established intervals and adjusted, replaced, or repaired as required to maintain quality.

E.1.4.5 EQUIPMENT USE BY RESIDENT INSPECTORS

The Contractor's gauges and other measuring and testing devices shall be made available for use by the resident inspectors to verify that the vehicles conform to all specification requirements. If necessary, the Contractor's personnel shall be made available to operate the devices and to verify their condition and accuracy.

E.1.5 CONTROL OF PURCHASES

E.1.5.1 MAINTENANCE OF CONTROL The Contractor shall maintain quality control of purchases.

E.1.5.2 SUPPLIER CONTROL

The Contractor shall require that each supplier maintains a quality control program for the services and supplies that it provides. The Contractor's quality assurance organization shall inspect and test materials provided by Suppliers for conformance to specification requirements. Materials that have been inspected, tested, and approved shall be identified as acceptable to the point of use in the manufacturing or assembly processes. Controls shall be established to prevent inadvertent use of nonconforming materials.

Attachment E to ITB-Citylink-2016-01 Page 3

E.1.5.3 PURCHASING DATA The Contractor shall verify that all applicable specification requirements are properly included or referenced in purchase orders of articles to be used on the vehicles.

E.1.6 MANUFACTURING CONTROL

E.1.6.1 CONTROLLED CONDITIONS The Contractor shall ensure that all basic production operations, as well as all other processing and fabricating, are performed under controlled conditions. Establishment of these controlled conditions shall be based on the documented work instructions, adequate production equipment, and special working environments if necessary.

E.1.6.2 COMPLETED ITEMS

A system for final inspection and test of completed transit buses shall be provided by the quality assurance organization. It shall measure the overall quality of each completed vehicle.

E.1.6.3 NONCONFORMING MATERIALS

The quality assurance organization shall monitor the Contractor's system for controlling nonconforming materials. The system shall include procedures for identification, segregation, and disposition.

E.1.6.4 STATISTICAL TECHNIQUES

Statistical analysis, tests, and other quality control procedures may be used when appropriate in the quality assurance processes.

E.1.6.5 INSPECTION STATUS

A system shall be maintained by the quality assurance organization for identifying the inspection status of components and completed transit vehicles. Identification may include cards, tags, or other normal quality control devices.

E.1.7 INSPECTION SYSTEM

E.1.7.1 INSPECTION SYSTEM SCOPE

The quality assurance organization shall establish, maintain, and periodically audit a fully documented inspection system. The system shall prescribe inspection and test of materials, work in process, and completed articles. As a minimum, it shall include the following controls.

E.1.7.2 INSPECTION PERSONNEL

Sufficient trained inspectors shall be used to ensure that all materials, components, and assemblies are inspected for conformance with the qualified vehicle design.

E.1.7.3 INSPECTION RECORDS

Acceptance, rework, or rejection identification shall be attached to inspected articles. Articles that have been accepted as a result of approved materials review actions shall be identified. Articles that have been reworked to specified drawing configurations shall not require special identification. Articles rejected as unsuitable or scrap shall be plainly marked and controlled to prevent installation on the bus. Articles that become obsolete as a result of engineering

Attachment E to ITB-Citylink-2016-01 Page 4

changes or other actions shall be controlled to prevent unauthorized assembly or installation. Unusable articles shall be isolated and then scrapped.

The inspection personnel shall enter discrepancies noted by the Contractor or resident inspectors during assembly on a record that accompanies the major component, subassembly, assembly, or bus from start of assembly through final inspection. Actions shall be taken to correct discrepancies or deficiencies in the manufacturing processes, procedures, or other conditions that cause articles to be in nonconformity with the requirements of the contract specifications. The inspection personnel shall verify the corrective actions and mark the discrepancy record. If discrepancies cannot be corrected by replacing the nonconforming materials, the Procuring Agency shall approve the modification, repair, or method of correction to the extent that the contract specifications are affected.

E.1.7.4 QUALITY ASSURANCE AUDITS

The quality assurance organization shall establish and maintain a quality control audit program. Records of this program shall be subject to review by the Procuring Agency.

E.2 INSPECTIONS E.2.1 INSPECTION STATIONS

Inspection stations shall be at the best locations to provide for the work content and characteristics to be inspected. Stations shall provide the facilities and equipment to inspect structural, electrical, hydraulic, and other components and assemblies for compliance with the design requirements.

Stations shall also be at the best locations to inspect or test characteristics before they are concealed by subsequent fabrication or assembly operations. These locations shall minimally include underbody structure completion, body framing completion, body prior to paint preparation, water test before interior trim and insulation installation, engine installation completion, underbody dress-up and completion, prior to final paint touchup, prior to road test, and vehicle final road test completion

E.2.2 RESIDENT INSPECTOR - Not anticipated to be utilized for this Procurement

This level of inspection is required by FTA for each system that procures ten (10) or more buses. E.3 ACCEPTANCE TESTS E.3.1 RESPONSIBILITY

Fully documented tests shall be conducted on each production vehicle following manufacture to determine its acceptance to the Procuring Agency. These acceptance tests shall include pre-delivery inspections and testing by the Contractor and inspections and testing by the Procuring Agency after the vehicles have been delivered.

E.3.2 PRE-DELIVERY TESTS

The Contractor shall conduct acceptance tests at its plant on each vehicle following completion of manufacture and before delivery to the Procuring Agency. These pre-delivery tests shall include visual and measured inspections, as well as testing the total vehicle operation. The tests shall be conducted and documented in accordance with written test plans, approved by the Procuring Agency.

Attachment E to ITB-Citylink-2016-01 Page 5

Additional tests may be conducted at the Contractor's discretion to ensure that the completed vehicles have attained the desired quality and have met the requirements in "Vehicle Specifications" (Attachments D.3 and D.4A). The Procuring Agency may, prior to commencement of production, demand that the Contractor demonstrate compliance with any requirement in "Vehicle Specifications” (Attachments D.3 and D.4A), if there is evidence that prior tests have been invalidated by Contractor's change of supplier or change in manufacturing process. Such demonstration shall be by actual test or by supplying a report of a previously performed test on similar or like components and configuration. Any additional testing shall be recorded on appropriate test forms provided by the Contractor and shall be conducted before acceptance of the vehicle. The pre-delivery tests shall be scheduled and conducted with thirty (30) days’ notice so that they may be witnessed by the resident inspectors, who may accept or reject the results of the tests. The results of pre-delivery tests, and any other tests, shall be filed with the assembly inspection records for each bus. The under floor equipment shall be available for inspection by the resident inspectors, using a pit or bus hoist provided by the Contractor. The Contractor shall provide a hoist, a scaffold, or elevated platform to inspect vehicle roofs safely and easily.

E.3.2.1 INSPECTION - VISUAL AND MEASURED

Visual and measured inspections shall be conducted with the bus in a static condition. The purpose of the inspection testing is to verify overall dimensional and weight requirements, to verify that required components are included and are ready for operation, and to verify that components and subsystems that are designed to operate with the bus in a static condition do function as designed.

E.3.2.2 TOTAL VEHICLE OPERATION Total vehicle operation shall be evaluated during road tests. The purpose of the road tests is to observe and verify the operation of the vehicle as a system and to verify the functional operation of the subsystems that can be operated only while the vehicle is in motion. Each vehicle shall be driven for a minimum of fifteen (15) miles during the road tests. Observed Defects shall be recorded on the test forms. The vehicle shall be re-tested when Defects are corrected and adjustments are made. This process shall continue until Defects or required adjustments are no longer detected. Results shall be pass/fail for these vehicle operation tests.

E.3.3 POST-DELIVERY TESTS

The Procuring Agency may conduct acceptance tests on each delivered vehicle. These tests shall be completed within fifteen (15) days after vehicle delivery and shall be conducted in accordance with written test plans. The purpose of these tests is to identify Defects that have become apparent between the time of vehicle release and delivery to the Procuring Agency. The post-delivery tests shall include visual inspection and vehicle operations. No post-delivery test shall apply criteria that are different from the criteria applied in an analogous pre-delivery test (if any).

Vehicles that fail to pass the post-delivery tests are subject to non-acceptance. The Procuring Agency shall record details of all Defects on the appropriate test forms and shall notify the Contractor of acceptance, conditional acceptance, or non-acceptance of each vehicle within five (5) days according to "Acceptance of Vehicle" (Section 2.8) after completion of the tests. The defects detected during these tests shall be repaired according to procedures defined in "Contractual Provisions" (Section 2), "Repairs After Non-acceptance" (Section 2.9).

Attachment E to ITB-Citylink-2016-01 Page 6

E.3.3.1 VISUAL INSPECTION The post-delivery inspection is similar to the inspection at the Contractor's plant and shall be conducted with the vehicle in a static condition. Any visual delivery damage shall be identified and recorded during the visual inspection of each vehicle.

E.3.3.2 VEHICLE OPERATION

Road tests will be used for total vehicle operation similar to those conducted at the Contractor's plant. In addition, the Procuring Agency may elect to perform chassis dynamometer tests.

Attachment F ITB-Citylink-2016-01

Attachment F to ITB-Citylink-2016-01 Page 1

Warranty Provision Requirements

F.0 General Description: WARRANTY PROVISIONS

F.1 BASIC PROVISIONS

F.1.1 WARRANTY REQUIREMENTS

F.1.1.1 CONTRACTOR WARRANTY Warranties in this document are in addition to any statutory remedies or warranties imposed on the Contractor. Consistent with this requirement, the Contractor warrants and guarantees to the original Procuring Agency each complete vehicle, and specific subsystems and components as follows.

F.1.1.2 COMPLETE VEHICLE

The complete vehicle, propulsion system components, major subsystems, and body and chassis structure, are warranted to be free from Defects and Related Defects for one (1) year or 12,000 miles, whichever comes first, beginning on the date of acceptance, or conditional acceptance of each vehicle under "Acceptance of Vehicle" ). The warranty is based on regular operation of the vehicle under the operating conditions prevailing in the Procuring Agency's locale.

F.1.1.3 BODY AND CHASSIS STRUCTURE

Body, body structure, and structural elements of the suspension are warranted to be free from Defects, Related Defects, and to maintain structural integrity for one (1) year or 12,000 miles on all body components and three (3) years or 36,000 miles on all components, whichever comes first. Primary load carrying members of the vehicle structure, including structural elements of the suspension to match manufacturer warranty of three (3) years or 36,000 miles, whichever comes first.

F.1.1.4 PROPULSION SYSTEM

Propulsion system components, specifically the engine, transmission and drive and non-drive axles shall be warranted to be free from Defects and Related Defects for three (3) years or 36,000 miles, whichever comes first. Propulsion system manufacturer's standard warranty, delineating items excluded from this warranty, shall be submitted in accordance with "Offeror Communications and Requests".

F.1.1.5 MAJOR SUBSYSTEMS

Major subsystems shall be warranted to be free from Defects and Related Defects as detailed on list. Major subsystem manufacturer’s standard warranty, delineating items excluded from this warranty,

Attachment F to ITB-Citylink-2016-01 Page 2

submitted in accordance "Offeror Communications and Requests" (Section C.5.2 of Attachment C) is attached. Items included as Major Subsystems are listed below:

Brake system (excluding friction material) - three (3) years or 36,000 miles, whichever occurs first.

Door Systems—one (1) year or 12,000 miles, whichever comes first.

Heating, Ventilating and Air Conditioning Systems—chassis system—three (3) years or 36,000 miles; body heating—one (1) year or 12,000 miles and rear air conditioning—two (2) years/unlimited miles, whichever comes first.

Alternator - three (3) years or 36,000 miles whichever occurs first.

Wheelchairs lift and/or ramp system - limited five (5) year warranty.

F.1.1.6 EXTENSION OF WARRANTY

If, during the warranty period, repairs or modifications on any vehicle, made necessary by defective design, materials or workmanship are not completed due to lack of material or inability to provide the proper repair for thirty (30) calendar days, the applicable warranty period shall be extended by the number of days equal to the delay period.

F.1.2 VOIDING OF WARRANTY

The warranties shall not apply to the failure of any part or component of the bus that directly results from misuse, negligence, accident, or repairs not conducted in accordance with the Contractor provided maintenance manuals and with workmanship performed by adequately trained personnel in accordance with recognized standards of the industry. The warranty shall also be void if the Procuring Agency fails to conduct normal inspections and scheduled preventive maintenance procedures as recommended in the Contractor's maintenance manuals and that omission caused the part or component failure. Procuring Agency shall maintain documentation, audible by the Contractor, verifying service activities in conformance with the Contractor's maintenance manuals.

F.1.3 EXCEPTIONS AND ADDITIONS TO WARRANTY

The warranties shall not apply to the following items: scheduled maintenance items, normal wear-out items, and items furnished by the Procuring Agency, except insofar as such equipment may be damaged by the failure of a part or component for which the Contractor is responsible.

Attachment F to ITB-Citylink-2016-01 Page 3

The warranties shall not apply to components and major subsystems specified by the Procuring Agency, and required by the Procuring Agency to be installed on the vehicle by the Contractor, if the following conditions apply: the Procuring Agency has rejected the Contractor's requests for approved equal under "Offeror Communications and Requests" (Section C.5.2 of Attachment C), and the component or major subsystem Supplier declines to participate in this warranty; and the Contractor notifies the Procuring Agency in writing with or before submitting, Contractor's original Offer. The Contractor shall pass on to the Procuring Agency any warranty, offered by a component supplier, that is superior to that required herein.

F.1.4 DETECTION OF DEFECTS

If the Procuring Agency detects a Defect within the warranty periods defined in "Warranty Requirements" (Section F.1.1), it shall within twenty (20) working days, notify the Contractor's representative. Within five (5) working days after receipt of notification, the Contractor's representative shall either agree that the Defect is in fact covered by warranty or reserve judgment until the subsystem or component is inspected by the Contractor's representative or is removed and examined at the Procuring Agency's property or at the Contractor's plant. At that time, the status of warranty coverage on the subsystem or component shall be mutually resolved between the Procuring Agency and the Contractor. Work shall commence to correct the Defect within ten (10) working days after receipt of notification and shall be conducted in accordance with "Repairs by Contractor".

F.1.5 SCOPE OF WARRANTY REPAIRS

When warranty repairs are required, the Procuring Agency and the Contractor's representative shall agree within five (5) working days after notification on the most appropriate course for the repairs and the exact scope of the repairs to be performed under the warranty. If no agreement is obtained within the five (5)-day period, the Procuring Agency reserves the right to commence the repairs in accordance with "Repairs by Citylink" (Section 2.9.2 in the ITB).

F.1.6 FLEET DEFECTS

F.1.6.1 OCCURRENCE AND REMEDY

A fleet Defect is defined as cumulative failures of any kind in the same components in the same or similar application where such items covered by the warranty and such failures occur in the warranty period in the specified proportion of the vehicles delivered under this contract. For deliveries of four (4) to forty-nine (49) vehicles the proportion shall be twenty-five (25)) percent.

Attachment F to ITB-Citylink-2016-01 Page 4

The Contractor shall correct a fleet Defect under the warranty provisions defined in "Repair Procedures". After correcting the Defect, the Procuring Agency and the Contractor shall mutually agree to and the Contractor shall promptly undertake and complete a work program reasonably designed to prevent the occurrence of the same Defect in all other buses and spare parts purchased under this contract. Where the specific Defect can be solely attributed to particular identifiable part(s), the work program shall include redesign and/or replacement of only the defectively designed and/or manufactured part(s). In all other cases, the work program shall include inspection and/or correction of all of the vehicles in the fleet via a mutually agreed to arrangement.

F.1.6.2 EXCEPTIONS TO FLEET DEFECT PROVISIONS

The fleet Defect warranty provisions shall not apply to Procuring Agency-supplied items such as fare boxes, radio and fare collection equipment, communication systems, and tires. Fleet Defect warranty provisions shall not apply to components and major subsystems specified by the Procuring Agency and required by the Procuring Agency to be installed on the vehicle by the Contractor, if the following conditions apply: the Procuring Agency has rejected the Contractor's requests for approved equal under "Offeror Communications and Requests" and the component or major subsystem Supplier declines to participate in this warranty; and the Contractor notifies the Procuring Agency in writing with or before submitting, Contractor's original Offer. The Contractor shall pass on to the Procuring Agency any warranty, offered by a component Supplier, that is superior to that required herein.

F.2 REPAIR PROCEDURES

F.2.1 REPAIR PERFORMANCE The Contractor is responsible for all warranty-covered repair Work. To the extent practicable, the Procuring Agency will allow the Contractor or its designated representative to perform such Work. At its discretion, the Procuring Agency may perform such Work if it determines it needs to do so based on transit service or other requirements. The Contractor shall reimburse such Work.

F.2.2 REPAIRS BY CONTRACTOR

The Contractor or its designated representative shall begin Work on warranty-covered repairs, within five (5) calendar days after receiving notification of a Defect from the Procuring Agency. The Procuring Agency shall make the bus available to complete repairs timely with the Contractor repair schedule.

Attachment F to ITB-Citylink-2016-01 Page 5

The Contractor shall provide at its own expense all spare parts, tools, and space required completing repairs. At the Procuring Agency's option, the Contractor may be required to remove the vehicle from the Procuring Agency's property while repairs are being made. If the vehicle is removed from the Procuring Agency's property, the Contractor’s representative must diligently pursue repair procedures.

F.2.3 REPAIRS BY PROCURING AGENCY

F.2.3.1 PARTS USED

If the Procuring Agency performs the warranty-covered repairs, it shall correct or repair the Defect and any Related Defects utilizing parts supplied by the Contractor specifically for this repair. At its discretion, the Procuring Agency may use Contractor-specified parts available from its own stock if deemed in its best interest. Monthly, or at a period to be mutually agreed upon, reports of all repairs covered by this warranty shall be submitted by the Procuring Agency to the Contractor for reimbursement or replacement of parts. The Contractor shall provide forms for these reports.

F.2.3.2 CONTRACTOR SUPPLIED PARTS

The Procuring Agency may require that the Contractor supply new parts for warranty-covered repairs being performed by the Procuring Agency. These parts shall be shipped prepaid to the Procuring Agency from any source selected by the Contractor within ten (10) working days of receipt of the request for said parts. Parts supplied by the Contractor shall be Original Equipment Supplier (OEM) equivalent or superior to that used in the vehicle original manufacture.

F.2.3.3 DEFECTIVE COMPONENTS RETURN

The Contractor may request that parts covered by the warranty be returned to the manufacturing plant. The Contractor shall pay the total cost for this action. Materials should be returned in accordance with Contractor's instructions.

F.2.3.4 FAILURE ANALYSIS

The Contractor shall, upon specific request of the Procuring Agency, provide a failure analysis of fleet defect- or safety-related parts, or major components, removed from vehicles under the terms of the warranty, that could affect fleet operation. Such reports shall be delivered within sixty (60) days of the receipt of failed parts.

Attachment F to ITB-Citylink-2016-01 Page 6

F.2.3.5 REIMBURSEMENT FOR LABOR The Contractor for labor shall reimburse the Procuring Agency. The amount shall be determined by multiplying the number of man-hours actually required to correct the Defect by a per hour, 5M mechanic, straight wage rate, as defined in "Vehicle Specifications” (Attachments D.3 and D.4A) plus twenty-five (25) percent fringe benefits and fifty (50) percent overhead, plus the cost of towing in the vehicle if such action was necessary and if the vehicle was in the normal service area. These wage and fringe benefit rates shall not exceed the rates in effect in the Procuring Agency's service garage at the time the Defect correction is made.

F.2.3.6 REIMBURSEMENT FOR PARTS

The Contractor for defective parts and for parts that must be replaced to correct the Defect shall reimburse the Procuring Agency. The reimbursement shall be at the current price at the time of repair and shall include taxes where applicable and fifteen (15) percent handling costs.

F.2.3.7 REIMBURSEMENT REQUIREMENTS

The Contractor shall reimburse the Procuring Agency for warranty labor and/or parts within sixty (60) days of receipt of warranty claim.

F.2.4 WARRANTY AFTER REPLACEMENT/REPAIRS

If any component, unit, or subsystem is repaired, rebuilt or replaced by the Contractor, or by the Procuring Agency with the concurrence of the Contractor, the component, unit, or subsystem shall have the unexpired warranty period of the original. Repairs shall not be warranted if Contractor provided or authorized parts are not used for the repair; unless the Contractor has failed to respond within five (5) days, in accordance with "Scope of Warranty Repairs" (Section F.1.5). The warranty on items determined to be fleet defects as defined in Section F.1.6.1 shall be extended for the time and/or miles of the original warranty remaining at the time the fleet defect was identified. This extended warranty shall begin on the repair/replacement date for corrected items on each vehicle.

Attachment G ITB-Citylink-2016-01

Attachment G to ITB-Citylink-2016-01 Page 1

Required Federal Certifications

G.0 CERTIFICATION DOCUMENTS This ITB utilizes federal funding provided by the U.S. DOT, Federal Transit Administration (FTA). Among the requirements for use of these funds, the State of Idaho, Idaho Transportation Department, and its subrecipients to these grants must ensure that all vendors of rolling stock certify to the required U.S. DOT certifications (see pages 12 - 28). Note: Sections of the Contract Information are found in Sections 6.0, and 7.0 of the ITB. Vendors submitting bids must sign, signifying agreement to, and willingness to follow these certifications where indicated. This attachment, with signatures, must be submitted along with the bidder’s proposal. Failure to do so will render the bidder’s proposal to be non-responsive. G.1 DEFINITIONS The following are definitions of special terms used in this document. Authorized Signer: The person who is executing this Contract on behalf of the bidder/Contractor and who is authorized to bind the bidder/Contractor Contract: The Offer and its acceptance by the Procuring Agency as manifested by the Contract documents specified in "Contract Documents" Contracting Officer: The person who is executing this Contract on behalf of the Procuring Agency and who has complete and final authority except as limited herein Contractor: The successful bidder(s) who is (are) awarded a Contract for providing all buses and equipment described in the Contract documents Defect: Patent or latent malfunction or failure in manufacture, installation, or design of any component or subsystem Due Date: The date and time by which Offers (bids) must be received by the Procuring Agency as specified Offer: A promise, if accepted, to deliver equipment and services according to the underlying solicitation of the Procuring Agency documented using the prescribed form in the solicitation, including any bid or proposal or Best and Final Offer Offeror: A legal entity that makes an Offer, including a bidder or proposer Procuring Agency: Citylink Public Transit (Citylink) Related Defect: Damage inflicted on any component or subsystem as a direct result of a separate defect

Attachment G to ITB-Citylink-2016-01 Page 2

Sealed Bids Solicitation: Procuring Agency's Invitation to Bid (ITB) Supplier or Subcontractor: Any manufacturer, company, or agency providing units, components or subassemblies for inclusion in the vehicle. Supplier items shall require qualification by type and acceptance tests in accordance with requirements defined in Attachment E: Quality Assurance Requirements Work: Any and all labor, supervision, services, materials, machinery, equipment, tools, supplies, and facilities called for by the Contract and necessary to the completion thereof G.2 CHANGES IN FEDERAL LAWS AND REGULATIONS

Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the agreement between Procuring Agency and FTA that funds any part of this Contract, as they may be amended or promulgated from time to time during the term of this Contract. Contractor's failure to so comply shall constitute a material breach of this Contract.

G.2.1 CARGO PREFERENCE

The Contractor agrees:

To utilize privately owned United States-flag commercial vessels to ship at least fifty (50) percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this Contract, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels.

To furnish within twenty (20) working days following the date of loading for shipments originating within the United States, or within thirty (30) working days following the date of loading for shipments originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of-lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the Procuring Agency (through the Contractor in the case of a Subcontractor's bill of lading.)

G.2.2 ENERGY CONSERVATION

42 USC 6321 et seq. 49 CFR Part 18

Applicability to Contracts The energy conservation requirements are applicable to all Contracts.

Applicability to Micro-Purchases Under $2,500 Not applicable to micro purchases. Flow-Down The energy conservation requirements extend to all third party Contractors and their Contracts at every tier and subrecipients and their subagreements at every tier.

Attachment G to ITB-Citylink-2016-01 Page 3

Energy Conservation The Contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act(42 USC 6321 et seq.).

G.2.3 RECYCLED PRODUCTS

The Contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 USC 6962), including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247.

G.2.4 CIVIL RIGHTS

G.2.4.1 NONDISCRIMINATION In accordance with Title VI of the Civil Rights Act, as amended, 42 USC § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 USC § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 USC § 12132, and Federal transit law at 49 USC § 5332. The Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable federal implementing regulations and other implementing requirements FTA may issue.

G.2.4.2 EQUAL EMPLOYMENT OPPORTUNITY

The following equal employment opportunity requirements apply to the underlying Contract:

Race, Color, Creed, National Origin, Sex: In accordance with Title VII of the Civil Rights Act, as amended, 42 USC § 2000e, and Federal transit laws at 49 USC § 5323, the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of labor," 41 CFR Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 USC § 2000e note), and with any applicable federal statutes, executive orders, regulations, and federal policies that may in the future affect construction activities undertaken in the course of the project. The Contractor agrees to take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, creed, national origin, sex, or age. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue.

Age: In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended, 29 USC §§ 623 and Federal transit law at 49 USC § 5332, the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue.

Attachment G to ITB-Citylink-2016-01 Page 4

Disabilities: In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 USC § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 CFR Part 1630, pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements FTA may issue.

G.2.4.3 ADA Access

Access Requirements for Persons with Disabilities: The recipient agrees to comply with the provisions of 49 USC § 5301(d), which sets forth the federal policy that elderly persons and persons with disabilities have the same right as other persons to use transit service and facilities, and that special efforts shall be made in planning and designing those services and facilities to implement transportation accessibility rights for elderly persons and persons with disabilities. The recipient also agrees to comply with all applicable requirements of the following federal laws and any subsequent amendments thereto: section 504 of the Rehabilitation Act of 1973, as amended, 29 USC § 794, which prohibits discrimination on the basis of handicap; the Americans with Disabilities Act of 1990 (ADA), as amended, 42 USC §§ 12101 et seq., which requires accessible facilities and services to be made available to persons with disabilities; and the Architectural Barriers Act of 1968, as amended, 42 USC §§ 4151 et seq., which requires that buildings and public accommodations be accessible to persons with disabilities. In addition, the recipient agrees to comply with all applicable requirements of the following regulations and any subsequent amendments thereto:

(1) U.S. DOT regulations, "Transportation Services for Individuals with Disabilities (ADA)," 49

CFR Part 37;

(2) U.S. DOT regulations, "Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance," 49 CFR Part 27;

(3) Joint U.S. Architectural and Transportation Barriers Compliance Board (U.S. ATBCB)/U.S.

DOT regulations, "Americans With Disabilities (ADA) Accessibility Specifications for Transportation Vehicles," 36 CFR Part 1192 and 49 CFR Part 38;

(4) U.S. DOJ regulations, "Nondiscrimination on the Basis of Disability in State and Local

Government Services," 28 CFR Part 35;

(5) U.S. DOJ regulations, "Nondiscrimination on the Basis of Disability by Public Accommodations and in Commercial Facilities," 28 CFR Part 36;

(6) U.S. General Services Administration (U.S. GSA) regulations, "Accommodations for the

Physically Handicapped," 41 CFR Subpart 101-19;

(7) U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 CFR Part 1630;

(8) U.S. Federal Communications Commission regulations, "Telecommunications Relay Services

and Related Customer Premises Equipment for the Hearing and Speech Disabled," 47 CFR Part 64, Subpart F;

Attachment G to ITB-Citylink-2016-01 Page 5

(9) U.S. ATBCB regulations, “Electronic and Information Technology Accessibility Standards,” 36 CFR Part 1194;

(10) FTA regulations, "Transportation for Elderly and Handicapped Persons," 49 CFR Part 609;

and

(11) Any implementing requirements FTA may issue.

G.2.4.4 Drug or Alcohol Abuse - Confidentiality and Other Civil Rights Protections: The recipient agrees to comply with the confidentiality and any other civil rights protections of the Drug Abuse Office and Treatment Act of 1972, as amended, 21 USC §§ 1174 et seq., comply with the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970, as amended, 42 USC §§ 4581 et seq., and comply with the Public Health Service Act of 1912, as amended, 42 USC §§ 290dd-3 and 290ee-3, and any subsequent amendments to these acts.

G.2.4.5 Access to Services for Persons with Limited English Proficiency:

The recipient agrees to comply with the policies of Executive Order No. 13166,"Improving Access to Services for Persons with Limited English Proficiency," 42 USC § 2000d-1 note, and with the provisions of U.S. DOT Notice, “DOT Guidance to Recipients on Special Language Services to Limited English Proficient (LEP) Beneficiaries,” 66 Fed. Reg. 6733 et seq., January 22, 2001.

G.2.4.6 Environmental Justice:

The recipient agrees to comply with the policies of Executive Order No. 12898, "Federal Actions to Address Environmental Justice in Minority Populations and

Low-Income Populations," 42 USC § 4321 note.

G.2.4.7 Other Nondiscrimination Statutes: The recipient agrees to comply with all applicable requirements of any other federal laws and regulations prohibiting discrimination that may apply to the project.

G.3.0 DISADVANTAGED BUSINESS ENTERPRISE

G.3.0.1 POLICY It is the policy of the Department of Transportation that Disadvantaged Business Enterprises (DBE) as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreement.

G.3.0.2 DBE OBLIGATION

Contractor agrees to ensure that DBEs as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds provided under this agreement. In this regard, all recipients or Contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 23 to ensure that DBEs have the maximum opportunity to compete for and perform contracts. Recipients and their contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT assisted contracts.

Attachment G to ITB-Citylink-2016-01 Page 6

G.3.0.3 REMEDY Failure of the Contractor to comply with this section or to include it in any subcontract of any tier will constitute a breach of Contract and, after notification of DOT, may result in termination of the Contract by the Procuring Agency or such remedy as the Procuring Agency deems appropriate.

G.3.1 PATENT INFRINGEMENT

The Procuring Agency shall advise the Contractor of any impending patent suit related to this Contract against the Procuring Agency and provide all information available. The Contractor shall defend any suit or proceeding brought against the Procuring Agency based on a claim that any equipment, or any part thereof, furnished under this Contract constitutes an infringement of any patent, and the Contractor shall pay all damages and costs awarded therein, excluding incidental and consequential damages, against the Procuring Agency. In case said equipment, or any part thereof, is in such suit held to constitute infringement and use of said equipment or parts is enjoined, the Contractor shall, at its own expense and at its option, either procure for the Procuring Agency the right to continue using said equipment or part, or replace same with non-infringing equipment, or modify it so it becomes non-infringing.

The Contractor's obligations under this section are discharged and Procuring Agency shall hold Contractor harmless with respect to the equipment or part if it was specified by the Procuring Agency and all requests for substitutes were rejected, and the Contractor advised the Procuring Agency under "Offeror Communications and Requests" (Paragraph 1.5.2) of a potential infringement, in which case the Contractor shall be held harmless.

G.3.2 PROPRIETARY RIGHTS/RIGHTS IN DATA

The term "subject data" used in this clause means recorded information, whether or not copyrighted, that is delivered or specified to be delivered under the Contract. The term includes graphic or pictorial delineation in media such as drawings or photographs; text in specifications or related performance or design-type documents; machine forms such as punched cards; magnetic tape, or computer memory printouts; and information retained in computer memory. Examples include, but are not limited to: computer software, engineering drawings and associated lists, specifications, standards, process sheets, manuals, technical reports, catalog item identifications, and related information. The term "subject data" does not include financial reports, cost analysis, and similar information incidental to Contract administration.

The Procuring Agency reserves a royalty-free, non-exclusive and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use, the following subject data for its purposes:

Any subject data required to be developed and first produced in the performance of the Contract and specifically paid for as such under the Contract, whether or not a copyright has been obtained;

Any rights of copyright to which the Contractor, Subcontractor or Supplier purchases ownership for the purpose of performance of the Contract and specifically paid for as such under the Contract; and

The Contractor agrees to include the requirements of this clause, modified as necessary to identify the affected parties, in each subcontract and supply order placed under the Contract.

Attachment G to ITB-Citylink-2016-01 Page 7

G.3.3 INTEREST OF MEMBERS OF, OR DELEGATES TO, CONGRESS No member of, or delegate to, the Congress of the United States shall be admitted to any share or part of this Contract or to any benefit arising therefrom (41 USC § 22.).

G.3.4 PROHIBITED INTEREST

No member, officer, or employee of the Procuring Agency or of a local public body during his tenure or one (1)-year thereafter shall have any interest, direct or indirect, in this Contract or the proceeds thereof.

G.4 POLICIES FOR SELECTED CONTRACTS

Contractor shall comply with the subsections of this Section 2.9 and to include these requirements, except "Contract Work Hours and Safety Standards Act", in all subcontracts exceeding $100,000 in value of every tier. Contractor will include "Contract Work Hours and Safety Standards Act" in all subcontracts exceeding $2,500 in value, not including subcontracts for the purchase of supplies or materials or articles ordinarily available on the open market.

G.4.0 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT

Overtime requirements: No Contractor or Subcontractor contracting for any part of the Contract Work, which may require or involve the employment of laborers or mechanics, shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such Work to work in excess of forty (40) hours in such workweek, unless such laborer or mechanic receives compensation at a rate not less than one and one-half (1 1/2) times the basic rate of pay for all hours worked in excess of forty (40) hours in such workweek. Violation; liability for unpaid wages; liquidated damages: In the event of any violation of the clause set forth in paragraph (1) of this section, the Contractor and any Subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such Contractor and Subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty (40) hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. Withholding for unpaid wages and liquidated damages: The Procuring Agency shall upon its own action, or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld, from any moneys payable on account of Work performed by the Contractor or Subcontractor under any such Contract or any other federal Contract with the same prime Contractor, or any other federally-assisted Contract subject to the act, which is held by the same prime Contractor. Such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or Subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section.

Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any Subcontractor or lower tier Subcontractor with the clauses set forth in this section.

Attachment G to ITB-Citylink-2016-01 Page 8

Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three (3) years thereafter for all laborers and mechanics working at the site of the Work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section l (b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a)(l)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section l (b)(2)(B) of the Davis-Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.

G.4.1 CLEAN AIR

The Contractor shall comply with all applicable standards, orders or regulations issued following the Clean Air Act, as amended 42 USC § 7401 et seq. The Contractor shall report each violation to the Procuring Agency and understands and agrees that the Procuring Agency will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office.

G.4.2 CLEAN WATER REQUIREMENTS

33 USC 1251

Applicability to Contracts The Clean Water requirements apply to each Contract and subcontract which exceeds $100,000

Flow Down The Clean Water requirements flow down to FTA recipients and subrecipients at every tier.

Clean Water (1) The Contractor shall comply with all applicable standards, orders or regulations issued following

the Federal Water Pollution Control Act, as amended 33 USC §1251 et seq. The Contractor shall report each violation to the Procuring Agency and understands and agrees that the Procuring Agency will, in turn, report each violation as required to assure notification to FTA and the appropriate EPA Regional Office.

(2) The Contractor also agrees to include these requirements in each subcontract exceeding

$100,000 financed in whole or in part with federal assistance provided by FTA.

Attachment G to ITB-Citylink-2016-01 Page 9

G.4.3 DEBARMENT AND SUSPENSION CERTIFICATION REQUIREMENTS 1. By signing and submitting this bid or proposal, the prospective lower tier participant is providing

the signed certification set out in "Debarment and Suspension Certification" (Section 1.1 of the Procuring Agency's solicitation).

2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the federal government, the Procuring Agency may pursue available remedies, including suspension and/or debarment.

3. The prospective lower tier participant shall provide immediate written notice to the Procuring

Agency if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous because of changed circumstances. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "persons," "primary covered transaction," "principal," "proposal" and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549 [49 CFR Part 29]. You may contact the Procuring Agency for assistance in obtaining a copy of those regulations.

4. The prospective lower tier participant agrees by submitting this proposal that, should the

proposed covered transaction be entered into, it shall not knowingly enter into any lower covered transaction with a person who is proposed for debarment under 48 CFR Part 9, Subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized in writing by the Procuring Agency.

5. The prospective lower tier participant further agrees by submitting this proposal that it will

include the clause titled "Debarment and Suspension Certification Requirements" and the certificate form without modification in all lower tier covered transactions and in all solicitations for lower tier covered transactions.

6. A participant in a covered transaction may rely upon a certification of a prospective participant

in a lower tier covered transaction that it is not proposed for debarment under 48 CFR Part 9, Subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Non-procurement List issued by U.S. General Service Administration.

7. Nothing contained in the foregoing shall be construed to require establishment of system of

records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

8. Except for transactions authorized under Paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR Part 9, Subpart 9.4, suspended, debarred, ineligible, or

Attachment G to ITB-Citylink-2016-01 Page 10

voluntarily excluded from participation in this transaction, in addition to all remedies available to the federal government, the Procuring Agency may pursue available remedies including suspension and/or debarment.

G.4.4 LOBBYING CERTIFICATION AND DISCLOSURE STATEMENTS

31 USC 1352 49 CFR Part 19 49 CFR Part 20

Applicability to Contracts The lobbying requirements apply to Construction/Architecture and Engineering/Acquisition of Rolling Stock/Professional Service Contract/Operational Service Contract/Turnkey Contracts.

Applicability to Micro-Purchases under $2,500 Not applicable Flow Down The lobbying requirements mandate the maximum flow down, pursuant to Byrd Anti-Lobbying Amendment, 31 USC § 1352(b)(5) and 49 CFR Part 19, Appendix A, Section 7.

Mandatory Lobbying Clause Language In accordance with 31 USC 13 52, and U.S. DOT regulations, "New Restrictions on Lobbying," 49 CFR Part 20, the Contractor must have provided a certification to the Procuring Agency that the Contractor has not and will not use federal appropriated funds to pay any person or organization to influence or attempt to influence an officer or employee of any federal department or agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant or any other award covered by 31 USC 1352. See "Lobbying Certification," in Section 2 of the Procuring Agency's solicitation.

Clause and specific language therein are mandated by 49 CFR Part 19, Appendix A. Modifications have been made to the Clause pursuant to Section 10 of the Lobbying Disclosure Act of 1995, P.L. 104-65 [to be codified at USC § 1601, et seq.]

Lobbying Certification and Disclosure of Lobbying Activities for third party contractors are mandated by 31 USC 1352(b) 5 as amended by Section 10 of the Lobbying Disclosure Act of 1995, and DOT implementing regulation, “New Restrictions on Lobbying,” at 49 CFR § 20.110(d).

Language in Lobbying Certification is mandated by 49 CFR Part 19, Appendix A, Section 7, which provides that contractors file the certification required by 49 CFR Part 20, Appendix A. Modifications have been made to the Lobbying Certification pursuant to Section 10 of the Lobbying Disclosure Act of 1995.

Use of “Disclosure of Lobbying Activities,” Standard Form-LLL set forth in Appendix B of 49 CFR Part 20, as amended by “Government wide Guidance For New Restrictions On Lobbying,” 61 Fed. Reg. 1413 (1/19/96) is mandated by 49 CFR Part 20, Appendix A.

Attachment G to ITB-Citylink-2016-01 Page 11

Byrd Anti-Lobbying Amendment, 31 USC 1352, as amended by the Lobbying Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 USC § 1601, et seq.] Contractors who apply or bid for an award of $100,000 or more shall file the certification required by 49 CFR Part 20, “New Restrictions on Lobbying.” Each tier certifies to the tier above that it will not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant or any other award covered by 31 USC 1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf with non-federal funds with respect to that federal contract, grant or award covered by USC 1352. Such disclosures are forwarded from tier to tier up to the recipient.

Appendix A, 49 CFR Part 20—Certification Regarding Lobbying Certification for Contracts, Grants, Loans, and Cooperative Agreements: (To be submitted with each bid or offer exceeding $100,000)

Appendix A, 49 CFR Part 20—Certification Certification for Contracts, Grants, Loans and Cooperative Agreements

The bidder or Offeror certifies, to the best of its knowledge and belief, that:

(1) No federal appropriated funds have been paid or will be paid, by or on behalf of the

undersigned, to any person for influencing or attempting to influence an officer or employee of a federal department or agency, a member of the U.S. Congress, an officer or employee of the U.S. Congress, or an employee of a member of the U.S. Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification thereof.

(2) If any funds other than federal appropriated funds have been paid or will be paid to any person

for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with any application for federal assistance, the undersigned will complete and submit Standard Form—LLL, “Disclosure Form to Report Lobbying,” including the information required by the form's instructions, which may be amended to omit such information as permitted by 31 USC 1352. Note: Language in Paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 10465, to be codified at 2 USC 1601, et seq)

(3) The undersigned shall require that the language of this certification be included in the award

documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly.

Attachment G to ITB-Citylink-2016-01 Page 12

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, USC § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the undersigned understands and agrees that the provisions of 31 USC A3801, et seq., apply to this certification and disclosure, if any. Name Authorized Official_______________________________________________________ Signature of Contractor’s Authorized Official: ___________________________________________ Title: _________________________________Date: _________________________________ G.5 POLICIES FOR PRIME CONTRACTS G.5.0 PRE-AWARD AND POST-DELIVERY AUDIT REQUIREMENTS

49 USC 5323 49 CFR Part 663

Applicability to Contracts These requirements apply only to the acquisition of rolling stock/turnkey.

Applicability to Micro-Purchases under $2,500 Not Applicable to micro-purchases.

Flow Down These requirements should not flow down, except to the turnkey contracts as stated in the Master Agreement.

Model Clause Language

Clause and language therein are merely suggested. 49 CFR Part 663 does not contain specific language to be included in third party contracts but does contain requirements applicable to subrecipients and third party contractors.

Buy America certification is mandated under FTA regulation, “Pre-Award and Post Delivery Audits of Rolling Stock Purchases,” 49 CFR 663.13.

Specific language for the Buy America certification is mandated by FTA regulation, “Buy America Requirements—Surface Transportation Assistance Act of 1982, as amended.” 49 CFR 661.12, but has been modified to include FTA’s Buy America requirements codified at 49 USC A 5323(j).

Attachment G to ITB-Citylink-2016-01 Page 13

Pre-Award and Post-Delivery Audit Requirements The Contractor agrees to comply with 49 USC § 5323(j) and FTA’s implementing regulation at 49 CFR Part 663 and to submit the following certifications:

1) BUY AMERICA REQUIREMENTS: The Contractor shall complete and submit a declaration certifying either compliance or noncompliance with Buy America. If the bidder/Offeror certifies compliance with Buy America, it shall submit documentation which lists: 1) component and subcomponent parts of the rolling stock to be purchased identified by manufacturer of the parts, their country of origin and costs; and 2) the location of the final assembly point for the rolling stock, including a description of the activities that will take place at the final assembly point and the cost of final assembly.

2) SOLICITATION SPECIFICATION REQUIREMENTS: The Offeror and (if selected) Contractor shall

submit evidence that it will be capable of meeting the bid specifications. 3) FEDERAL MOTOR VEHICLE SAFETY STANDARDS (FMVSS): The Offeror and (if selected)

Contractor shall submit: 1) manufacturer's FMVSS self-certification sticker information that the vehicle complies with relevant FMVSS; or 2) manufacturer's certified statement that the contracted buses will not be subject to FMVSS regulations.

BUY AMERICA CERTIFICATE OF COMPLIANCE WITH FTA REQUIREMENTS FOR BUSES, OTHER ROLLING STOCK OR ASSOCIATED EQUIPMENT (To be submitted with a bid or offer exceeding the small purchase threshold of federal assistance programs, currently set at $100,000.)

Certification requirement for procurement of buses, other rolling stock and associated equipment. Certificate of Compliance with 49 USC 5323(j)(2) The bidder or Offeror hereby certifies that it will comply with the requirements of 49 USC Section 5323(j)(2)(C) and Section 165(b)(3) of the Intermodal Surface Transportation Assistance Act of 1982, as amended, and the regulations of 49 CFR 661.1 1: Date: __________ Signature: ______________________________________

Company Name: Title: _________________

Attachment G to ITB-Citylink-2016-01 Page 14

Certificate of Non-Compliance with 49 USC 5323(j)(2)©

The bidder or Offeror hereby certifies that it cannot comply with the requirements of 49 USC Section 5323(j)(2)(C) and Section 165(b)(3) of the Intermodal Surface Transportation Assistance Act of 1982, as amended, but may qualify for an exception to the requirements consistent with 49 USC Sections 5323(j)(2)(B) or (j)(2)(D), Sections 165(b)(2) or (b)(4) of the Intermodal Surface Transportation Assistance Act, as amended, and regulations in 49 CFR 661.7. Date: __________ Signature: ______________________________________

Company Name: Title: _________________

The Offeror and (if selected) Contractor agrees to comply with 49 USC §5323(1) and FTA's implementing regulation at 49 CFR Part 663 and to submit the following certifications with its Offer and (if selected) after acceptance of the last bus:

G.5.1 BUY AMERICA REQUIREMENTS

Applicability to Contracts: The Buy America requirements apply to the following types of contracts: Construction Contracts and acquisition of goods or rolling stock (valued at more than $100,000).

Flow Down: The Buy America requirements flow down form FTA recipients and subrecipients to first tier Contractors, who are responsible for ensuring that lower tier Contractors and Subcontractors are in compliance.

Buy America Requirements The Offeror and (if selected) Contractor shall complete and submit a declaration certifying either compliance or noncompliance with Buy America. If the Offeror/Contractor certifies compliance with Buy America, it shall submit documentation which lists: 1) component and subcomponent parts of the rolling stock to be purchased identified by manufacturer of the parts, their country of origin and costs; and 2) the location of the final assembly point for the rolling stock, including a description of the activities that will take place at the final assembly point and the cost of final assembly.

The Contractor agrees to comply with 49 USC 5323(j) and 49 CFR Part 661, which provide that Federal Funds may not be obligated unless steel, iron, and manufactured products used in FTA-funded projects are produced in the United States, unless a waiver has been granted by FTA or the product is subject to a general waiver. General waivers are listed in 49 CFR 661.7, and include final assembly in the United States for fifteen (15) passenger vans and fifteen (15) passenger wagons produced by Chrysler Corporation, microcomputer equipment, software, and small purchases (currently less than $100,000) made with capital, operating, or planning funds. Separate requirements for rolling stock are set out at 5323(j)(2)(C) and 49 CFR 661.11. Rolling stock not subject to a general waiver must be manufactured in the United States and have a sixty (60) percent domestic content.

Attachment G to ITB-Citylink-2016-01 Page 15

A bidder or Offeror must submit to the FTA recipient the appropriate Buy America certification with all bids on FTA-funded contracts, except those subject to a general waiver. Bids or Offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. This requirement does not apply to lower tier Subcontractors.

Certificate Requirement for procurement of steel, iron or manufactured products. Certification of Compliance with 49 USC 5323 (j) (1) The bidder or Offeror hereby certifies that it will meet the requirements of 49 USC Section 5323(j)(1) and the applicable regulations in 49 CFR 661.5. Date: __________ Signature: ______________________________________

Company Name: Title: _________________

Certificate of Non-Compliance with 49 USC 5323 (j) (1)

The bidder or Offeror hereby certifies that it cannot meet the requirements of 49 USC Section 5323(j)(1), and 49 CFR 661.5, but it may qualify for an exception pursuant to 49 USC 5323(j)(2)(A), 5323 (j)(2)(B) or 5323 (j)(2)(D) and the regulations in 49 CFR 661.7 Date: __________ Signature: ______________________________________

Company Name: Title: _________________

Certification requirement for procurement of buses, other rolling stock and associated equipment. Certificate of Compliance with 49 USC 5323(j)(2) (C) The bidder or Offeror hereby certifies that it will comply with the requirements of 49 USC Section 5323(j)(2)(C) and the regulations at 49 CFR Part 661.11. Date: __________ Signature: ______________________________________

Company Name: Title: _________________

Attachment G to ITB-Citylink-2016-01 Page 16

Certificate of Non-Compliance with 49 US. 5323(j)(2)(C)

The bidder or Offeror hereby certifies that it cannot comply with the requirements of 49 USC Section 5323(j)(2)(C) and and 49 C.F.R. 61.11, but may qualify for an exception pursuant to 49 USC Sections 5323(j)(2)(A), 5323(j)(2)(B), or 5323(j((2)(D), and regulations in 49 CFR 661.7. Date: __________ Signature: ______________________________________

Company Name: Title: _________________

G.5.2 BUS TESTING

49 USC 5323(c) 49 CFR Part 665

Applicability to Contracts The bus testing requirements pertain only to the acquisition of rolling stock/turnkey.

Applicability to Micro-Purchases under $2,500 Not applicable to micro-purchases.

Flow Down The bus testing requirements should not flow down, except to the turnkey Contractor as stated in the Master Agreement.

The Contractor agrees to comply with 49 USC § 5323(c) and FTA's implementing regulation at 49 CFR Part 665 and shall perform the following:

1. A manufacturer of a new bus model or a bus produced with a major change in components or

configuration shall provide a copy of the final test report to the Procuring Agency/recipient at a point in the process designated by the recipient which will be prior to the recipient's final acceptance of the first bus.

2. A manufacturer who releases a report under paragraph 1 above shall provide notice to the operator of the testing facility that the report is available to the public.

3. If the manufacturer represents that the vehicle was previously tested, the vehicle being sold should have the identical configuration and major components as the vehicle in the test report, which must be provided to the Procuring Agency prior to Procuring Agency's final acceptance of the first vehicle. If the configuration or components are not identical, the manufacturer shall provide a description of the change and the manufacturer's basis for concluding that it is not a major change requiring additional testing.

Attachment G to ITB-Citylink-2016-01 Page 17

4. If the manufacturer represents that the vehicle is "grandfathered" (has been used in mass transit service in the United States before October 1, 1988, and is currently being produced without a major change in configuration or components), the manufacturer shall provide the name and address of the recipient of such a vehicle and the details of that vehicle’s configuration and major components.

Certification of Compliance with FTA’s Bus Testing Requirements The undersigned certifies that the vehicle offered in this procurement complies and will, when delivered, comply with 49 USC §5323(c) and FTA’s implementing regulation at 49 CFR Part 665.

The undersigned understands that misrepresenting the testing status of a vehicle acquired with federal financial assistance may subject the undersigned to civil penalties as outlined in the Department of Transportation’s regulation on Program Fraud Civil Remedies, 49 CFR Part 31. In addition, the undersigned understands that FTA may suspend or debar a manufacturer under the procedures in 49 CFR Part 29.

Date: __________ Signature: ______________________________________

Company Name: Title: _________________

G.5.3 Fly America Requirements

49 USC §4011841 CFR Part 301-10 (listed as #1 under Federally Required and other Model Contract Clauses)

Applicability to Contracts Fly America requirements apply to the transportation of persons or property, by air, between a place in the U.S. and a place outside the U.S., or between places outside the U.S., when the FTA will participate in the costs of such air transportation. Transportation on a foreign air carrier is permissible when provided by a foreign air carrier under a code share agreement when the ticket identifies the U.S. air carrier's designator code and flight number. Transportation by a foreign air carrier is also permissible if there is a bilateral or multilateral air transportation agreement to which the U.S. government and a foreign government are parties and which the U.S. DOT has determined meets the requirements of the Fly America Act. Applicability to Micro-Purchases Micro-purchases are defined as those purchases under $2,500. These requirements do not apply to micro-purchases.

Attachment G to ITB-Citylink-2016-01 Page 18

Flow Down Requirements The Fly America requirements flow down from FTA recipients and subrecipients to first tier Contractors, who are responsible for ensuring that lower tier Contractors and Subcontractors are in compliance. Fly America Requirements The Contractor agrees to comply with 49 USC 40118 (the "Fly America" Act) in accordance with the General Services Administration's regulations at 41 CFR Part 301-10, which provide that recipients and subrecipients of federal funds and their Contractors are required to use U.S. Flag air carriers for U.S Government-financed international air travel and transportation of their personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements. The Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation.

G.5.4 Preference for Recycled Products

40 CFR Part 247 42 USC § 6962 To the extent applicable, the recipient agrees to comply with U.S. EPA regulations, “Comprehensive Procurement Guidelines for Products Containing Recovered Materials,” 40 CFR Part 247, which implement section 6002 of the Resource Conservation and Recovery Act, as amended, 42 U.C § 6962, and provide a competitive preference for products and services that conserve natural resources, protect the environment and are energy efficient, per the Master Agreement.

G.5.5 Geographic Restrictions

The recipient agrees that it will not use any state or local geographic preference, except state or local geographic preferences expressly mandated or encouraged by federal statute, or as permitted by FTA, per the Master Agreement.

G.5.6 Notification of Federal Participation

To the extent required by law, in the announcement of any third party contract award for goods or services (including construction services) having an aggregate value of $500,000 or more, the recipient agrees to specify the amount of federal assistance intended to be used to finance that acquisition and to express that amount of that federal assistance as a percentage of the total cost of that third party contract, per the Master Agreement

G.5.7 Bidder Submits a General Certification in Regard to FTA 3rd Party Clauses:

Certifications following are FTA Required Certification Documents. These certifications are referenced in the information provided for third party contracts, clauses or policies in this document and are specifically required for the type of procurement being undertaken. Bidders must complete, certify, and return each form that is indicated for their response. Additionally, the bidder/Offeror acknowledges knowledge of and compliance with all the applicable clauses, and contract policies provided heretofore or referenced herein, in any place in this ITB document, whether or not a specific certification is required or provided.

Attachment G to ITB-Citylink-2016-01 Page 19

Date: __________ Signature: ______________________________________

Company Name: Title: _________________

G.5.8 DBE APPROVAL CERTIFICATION BIDDER COMPLETES AND RETURNS WITH BID RESPONSE.

I hereby certify that the bidder has complied with the requirements of 49 CFR 26.49, participation by Disadvantaged Business Enterprises in DOT programs, by submitting a current annual DBE/WBE goal to FTA and that our goals have either been approved or not been disapproved by the Federal Transit Administration. I hereby certify that the manufacturer of the transit vehicles to be supplied has complied with above referenced requirements of 49 CFR 26.49 Date: __________ Signature: ______________________________________

Company Name: Title: _________________

G.5.9 FMVSS CERTIFICATION; FEDERAL MOTOR VEHICLE SAFETY STANDARDS CERTIFICATION In accordance with 49 CFR Part 663.41, Pre-Award and Post-Delivery Audits of Rolling Stock Purchases, the appropriate certification as set forth below shall be completed and submitted by the bidder. Certificate of Compliance The bidder hereby certifies that the vehicle(s) to be purchased complies with relevant Federal Motor Vehicle Safety Standards issued by the National Traffic Safety Administration in part 571 of this Title. Date: __________ Signature: ______________________________________

Company Name: Title: _________________

Attachment G to ITB-Citylink-2016-01 Page 20

G.5.10 Pre-Award and Post-Delivery Audits

Certificate of Compliance

The bidder certifies that it will:

1) Comply with 49 USC § 5323 (1) and FTA’s implementing regulation at 49 CFR Part 663.

2) Comply with Buy America Certification (provided herein).

3) Comply with all specified bus requirements detailed in this ITB.

4) Submit a manufacturer’s FMVSS self-certification sticker information that the vehicle complies with relevant FMVSS or manufacturer’s certified statement that the contracted buses will not be subject to FMVSS regulations.

Date: __________ Signature: ______________________________________

Company Name: Title: _________________

G.5.11 LOBBYING CERTIFICATION

Appendix A, 49 CFR Part 20—Certification Certification for Contracts, Grants, Loans and Cooperative Agreements

The bidder or Offeror certifies, to the best of its knowledge and belief, that:

(1) No federal appropriated funds have been paid or will be paid, by or on behalf of the

undersigned, to any person for influencing or attempting to influence an officer or employee of a federal department or agency, a member of the U.S. Congress, an officer or employee of the U.S. Congress, or an employee of a member of the U.S. Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification thereof.

(2) If any funds other than federal appropriated funds have been paid or will be paid to any person

for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with any application for federal assistance, the undersigned will complete and submit Standard Form—LLL, “Disclosure Form to Report Lobbying,” including the information required by the form's instructions, which may be amended to omit such information as permitted by 31 USC 1352. Note: Language in Paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 10465, to be codified at 2 USC 1601, et seq).

Attachment G to ITB-Citylink-2016-01 Page 21

(3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly.

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 USC § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the undersigned understands and agrees that the provisions of 31 USC A3801, et seq., apply to this certification and disclosure, if any. Name Authorized Official_______________________________________________________ Signature of Contractor’s Authorized Official: ___________________________________________ Title: _________________________________Date: _________________________________

G.5.12 CARGO PREFERENCE CERTIFICATE The bidder agrees to: Utilize privately owned United State Flag commercial vessels to ship at least fifty (50) percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo lines and tankers) involved, whenever shipping any equipment, materials or commodities pursuant to this section, to the extent such vessels are available at fair and reasonable rates for the United States Flag commercial vessels. Furnish within thirty (30) days following the date of loading for shipment originating with the United States, or within thirty (30) working days following the date of loading for shipment originating outside the United States, a legible copy of a rated “on-board” commercial bill-of-lading in English for each shipment of cargo described in paragraph 1 above to the property (through the prime bidder in the case of subcontractor bills-of-lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration, 400 Seventh Street S.W., Washington , D.C. 20550, marked with appropriate identification of the project. Insert the substance of the provisions of these paragraphs in all subcontracts over $100,000 issued pursuant to this contract.

Date: __________ Signature: ______________________________________

Company Name: Title: _________________

Attachment G to ITB-Citylink-2016-01 Page 22

G.5.13 DEBARMENT AND SUSPENSION AND OTHER RESPONSIBILITY MATTER FOR PRIMARY COVERED TRANSACTIONS CERTIFICATION

BIDDER SUBMITS.

As required by U.S. DOT regulation on Government wide Debarment and Suspension at 49 CFR 29.501(p).

A. The Offeror (bidder) certifies, to the best of its knowledge and belief, that it and its principals

are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency;

Have not, within a three (3) year period preceding this certification, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public transaction, violation of federal or state antitrust statues, or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statement, or receiving stolen property; Are presently not indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses listed in the above paragraph; and

Have not within a three (3)-year period proceeding, this certification had one (1) or more public transactions (federal, state, or local) terminated for cause or default.

B. The bidder also certifies that, if it later becomes aware of any information contradicting the statements of paragraph (A) above, it will promptly provide that information to FTA.

C. If the Offeror is unable to certify to all statement in paragraphs (1) and (2) of the certification, it shall attach an a written explanation, and indicate that it has done so, by

placing an "X" in the following space.

Name Authorized Official_______________________________________________________ Signature of Contractor’s Authorized Official: ___________________________________________ Title: _________________________________Date: _________________________________

Attachment G to ITB-Citylink-2016-01 Page 23

G.5.14 BUY AMERICA CERTIFICATION

BIDDER SUBMITS FOR ROLLING STOCK OR COMBINATIONS OF ROLLING STOCK OF $100,000 OR MORE. Certificate Requirement for procurement of steel, iron or manufactured products. Certification of Compliance with 49 U.S.C. 5323 (1) The bidder or Offeror hereby certifies that it will meet the requirements of 49 USC Section 5323(j)(1) and the applicable regulations of 49 CFR 661 Date: __________ Signature: ______________________________________

Company Name: Title: _________________

Certification requirement for procurement of buses, other rolling stock and associated equipment. Certificate of Compliance with 49 U.S.C. 5323(j)(2)(c) The bidder or Offeror hereby certifies that it will comply with the requirements of 49 USC Section 5323(j)(2)(C) and Section 165(b)(3) of the Intermodal Surface Transportation Assistance Act of 1982, as amended, and the regulations of 49 CFR 661.1 1: Date: __________ Signature: ______________________________________

Company Name: Title: _________________

Additional instructions from the Procuring Agency: A form for the listing of component and subcomponent parts of the rolling stock procurement is attached. Each separate design of vehicle must have a separate certification and include: 1) Each part identified by the manufacturer of the parts, country of origin, and costs; and 2) The final assembly point shall also be provided along with a description of activities that occur at such final assembly point and the costs. This is a material submission and failure to provide this certification and attached documentation will result in automatic disqualification of the bid.

Attachment G to ITB-Citylink-2016-01 Page 24

G.5.15 Certificate of Non-Compliance for procurement of steel, iron or manufactured products

Certificate of Non-Compliance with 49 USC 5323 (1)

The bidder or Offeror hereby certifies that it cannot meet the requirements of 49 USC Section 5323(j)(1), but it may qualify for an exception pursuant to 49 USC 5323(j)(2)(B) or (j)(2)(D) and the regulations in 49 CFR 661.7 Date: __________ Signature: ______________________________________

Company Name: Title: _________________

Certification of Non-Compliance for procurement of buses, other rolling stock and associated equipment. Certificate of Non-Compliance with 49 USC Section 5323(j)(2)(c) and Section 165(b)(3)

The bidder hereby certifies that it cannot comply with the requirements of 49 USC Section 5323(j)(2)(C) and Section 165(b)(3) of the Intermodal Surface Transportation Assistance Act of 1982, as amended, but may qualify for an exception to the requirements consistent with 49 USC Sections 5323(j)(2)(B) or (j)(2)(D), Sections 165(b)(2) or (b)(4) of the Intermodal Surface Transportation Assistance Act, as amended, and regulations in 49 CFR 661.7. Date: __________ Signature: ______________________________________

Company Name: Title: _________________

Attachment G to ITB-Citylink-2016-01 Page 25

G.5.16 Attachment for Buy America Listing of Component and Subcomponent parts of the Vehicles being purchased

This form is provided for the manufacturer by the Procuring Agency to list component and subcomponent parts of the vehicle procurement. This is a material submission and failure to provide the Buy America certification and attached documentation will result in automatic disqualification of the bid. The manufacturer identifies the component and subcomponent parts by manufacturer below, with country of origin, and costs: The vehicle or vehicles described as (only one design of vehicle per sheet) and year of manufacturer: ___________________________________________________________________________________________ Component and Subcomponent Parts Manufacturer Country of Origin Cost ($) List all: ___________________________________________________________________________________________ ___________________________________________________________________________________________ ___________________________________________________________________________________________ ___________________________________________________________________________________________ ___________________________________________________________________________________________ ___________________________________________________________________________________________ ___________________________________________________________________________________________ ___________________________________________________________________________________________ ___________________________________________________________________________________________ ___________________________________________________________________________________________ Date: __________ Signature: ______________________________________

Company Name: Title: _________________

One form for each design of vehicle that contains the same parts and the same final assembly point. Use additional Sheets as necessary. Number, date, and initial each additional sheet.

Attachment G to ITB-Citylink-2016-01 Page 26

G.5.17 Attachment for Buy America Listing of Final Assembly Location and Description for the Vehicle/s being purchased

This form is provided for the manufacturer to list final assembly point and to describe activities at that location. This is a material submission and failure to provide this certification and attached documentation will result in automatic disqualification of the bid. The manufacturer provides information about final assembly point which includes the name of the facility and the address for that facility: ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ The manufacturer identifies and describes the activities that occur at the final assembly point and costs of Final assembly: ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ Date: __________ Signature: ______________________________________

Company Name: Title: _________________

One form for each design of vehicle that contains the same parts and the same final assembly point. Use additional sheets as necessary. Number, date, and initial each additional sheet.

Attachment G to ITB-Citylink-2016-01 Page 27

G.5.18 CERTIFICATE OF COMPLIANCE WITH BUS TESTING REQUIREMENT

BIDDER COMPLETES THIS SECTION.

The undersigned certifies that the vehicle offered in this procurement complies and will, when delivered, comply with 49 USC §5323(c) and FTA’s implementing regulation at 49 CFR Part 665 according to the indicated one (1) of the following three (3) alternatives.

1. The buses offered herewith have been tested in accordance with 49 CFR Part 665 on (date). The vehicle being sold should have the identical configuration and major components as the vehicle in the test report, which must be provided to the grantee prior to grantee's final acceptance of the first vehicle. If the configuration or components are not identical, the manufacturer shall provide a description of the change and the manufacturer’s basis for concluding that it is not a major change requiring additional testing.

2. The manufacturer represents that the vehicle is “grandfathered” (has been used in mass transit service in the United States before October 1, 1988, and is currently being produced without a major change in configuration or components), and submits with this Offer the name and address of the recipient of such a vehicle and the details of that vehicle’s configuration and major components.

3. The vehicle is a new model and will be tested and the results will be submitted to Procuring Agency before acceptance of the first bus.

The undersigned understands that misrepresenting the testing status of a vehicle acquired with federal financial assistance may subject the undersigned to civil penalties as outlined in the Department of Transportation’s regulation on Program Fraud Civil Remedies, 49 CFR Part 31. In addition, the undersigned understands that FTA may suspend or debar a manufacturer under the procedures in 49 CFR Part 29.

Date: __________ Signature: ______________________________________

Company Name: Title: _________________

Attachment G to ITB-Citylink-2016-01 Page 28

G.5.19 CERTIFICATE OF COMPLIANCE OF LOWER TIER PARTICIPANT OF COMPLIANCE WITH FMVSS BIDDER COMPLETES THIS SECTION In accordance with 49 CFR Part 663.41, Pre-Award and Post-Delivery Audits of Rolling Stock Purchases, the appropriate certification as set forth below shall be completed and submitted by each bidder. Certificate of Compliance The Transit Vehicle Manufacturer hereby certifies that the vehicle(s) to be purchased complies with relevant Federal Motor Vehicle Safety Standards issued by the National Highway Traffic Safety Administration in part 571 of this Title.

Date: __________ Signature: ______________________________________

Company Name: Title: _________________

Copy of certification, if not subject to FMVSS, to be provided as indicated below If the vehicle(s) being bid is not subject to the FMVSS issued by the National Highway Traffic Safety Administration in Part 571 of this Title, the Bidder must furnish a copy of this certification.

G.5.20 Transit Vehicle Manufacturer Experience Certification Bidder Completes This Section ___________________________________________ (Firm Name), a Transit Vehicle Manufacturer (TVM) hereby certifies that it has manufactured paratransit, buses, or vans (designate which) of the type being bid for a period of __________________ years and will give references upon request from TRANS IV BUSES, Inc. , the Coordinating Procurement Agency for any type of vehicle being bid herein under. Date: __________ Signature: ______________________________________

Company Name: Title: _________________

Attachment H ITB-Citylink-2016-01

Attachment H to ITB-Citylink-2016-01 Page 1

Other Bid Required Forms

H.1 REQUIRED FORMS TO BE RETURNED WITH BID RESPONSE

Note: Each form in this section is set on a separate page for use in completion and submission. If the form is

required, it will be indicated in parenthesis at the end of the title. Please refer to the ITB and its attachments for

further instructions.

Attachment H to ITB-Citylink-2016-01 Page 2

H.1.1 REQUEST FOR CHANGE OR APPROVED EQUAL (required for any such request)

Note: This form must be used by Offeror/bidder for requested clarifications, changes, substitutes, or approved

equals to items specified. It must be submitted as far in advance of the Due Date as specified in “Offeror

Communications and Requests” Section. They shall be placed after this cover sheet in the Bid Response

Submission. (Create the number of copies needed of this form, based on the number of Requests for Change or

Approved Equals)

ITB #: BID NO. ITB-Citylink-2016-01

Offeror:______________________________________________________________________

Solicitation Ref: ________________ Page: ______________ Section: _______________________

Specific Transit Property applicable to:_____________________________________________________

Questions/Clarification or Approved Equal:

Procuring Agency: Date_____________

Offeror/bidder submits change or approved equal to Procuring Agency. One form for each change or approved

equal being requested.

Attachment H to ITB-Citylink-2016-01 Page 3

H.1.2 ACKNOWLEDGMENT OF ADDENDA/AMENDMENTS (required for any such addenda)

OFFEROR COMPLETES AND RETURNS

Failure to acknowledge receipt of all addenda/amendments may cause the bid to be considered non-responsive

to the solicitation. Acknowledged receipt of each addendum/amendment must be clearly established and

included with the Offer.

ACKNOWLEDGMENT OF ADDENDA (And Attached Copies of Addenda/Amendments)

Acknowledgement is required as also copies of ALL amendments or addenda provided by Citylink. The same

shall be returned by Offeror/bidder with Offeror/bidder’s bid response and in the order provided under Section

1 of “Required Format and Content for Bidder Submissions”.

The undersigned acknowledges receipt of the following addenda/amendment/s to the documents (which will be

sent to all prospective vendors as Addendums are created):

Addendum No. Dated ______________

Addendum No. Dated ______________

Addendum No. Dated ______________

Addendum No. Dated ______________

Addendum No. Dated ______________

Offer Name__________________________________________________________________

Address: ____________________________________________________________________

Telephone: ________________________ E-mail Address: ___________________________

Authorized Signature_______________________________________________

Title: ____________________

Date: ____________________

Attachment H to ITB-Citylink-2016-01 Page 4

H.1.3 ATTACHMENT TO BE PLACED AFTER THIS COVER OF COPY OF THE MANUFACTURER’S OWN FMVSS SELF-CERTIFICATION OF FMVSS (Required)

This requirement is based on the FTA language, namely:

1) Comply with 49 USC § 5323 (1) and FTA’s implementing regulation at 49 CFR Part 663.

2) Comply with Buy America Certification (provided herein).

3) Comply with all specified bus requirements detailed in this ITB.

4) Shall submit a manufacturer’s FMVSS self-certification sticker information that the vehicle complies with relevant FMVSS or manufacturer’s certified statement that the contracted buses will not be subject to FMVSS regulations.

The form following requires the FTA certification signature.—this document, H.1.4, calls for an

ATTACHMENT of the copy of the manufacturer’s self-certification. The purpose is to also to remind the

manufacturer that all those obliged to do so, who have not used the certification that FMVSS does not

apply, shall insure that the FMVSS self-certification sticker is placed in the vehicle. If the FMVSS sticker, that

is required, is not placed in the vehicle then the vehicle will not be accepted by TRANS IV BUSES, Inc. or any

of the coordinating properties participating in this procurement.

Attachment H to ITB-Citylink-2016-01 Page 5

H.1.4 VEHICLE USE OR APPLICATION COMPLIANCE CERTIFICATION (Required)

OFFEROR COMPLETES AND RETURNS WITH BID RESPONSE

Adequate Horsepower for Speed and Terrain and Auxiliary Equipment, Required Control of Gases and Vapors,

EPA Emission Standards, Capacity to Operate in High Altitudes

A certification shall be provided by the bidder/Offeror (representing the manufacturer or provided by the manufacturer) that the vehicles being bid comply with following applications:

1. Horsepower of the vehicle furnished is adequate for the speed and terrain in which it will operate. Such

horsepower includes ALL the demands of auxiliary power equipment. 2. The horsepower and/or battery/alternator system capacity of the vehicle to provide for all the auxiliary

and accessory power equipment in normal operation has been a problem with some models of cutaway and other vehicles. Manufacturer/dealer-vendor assures by this certification that, the power and battery/alternator/electrical requirement are absolutely met in the bus or buses that they bid and propose to deliver. That in regular use, the bus or buses shall has adequate power to support the following listed functions (but not exclusive to the following):

Starting;

Normal Operations;

Idling;

Wheelchair Lifts;

Air-Conditioning (Standard/Driver and Rear Passenger Air Conditioning);

Heating (Standard/Driver and Rear Passenger Heating);

Defrosting;

Lights;

Park Lights;

Marker Lights;

Directional Signals (Interior indicator, Side, rear, and front display);

Hazard Lights;

Brake Lights;

Backup Lights;

Backup Alarms;

Buzzers;

Interior Passenger Lights and Signals;

Driver Lights and Signals;

Dash Lights and Dash functions;

Driver Seat Controls (If applicable);

Any other auxiliary heater applications (such as steps or exterior mirrors);

Exterior mirror LED Signals;

Attachment H to ITB-Citylink-2016-01 Page 6

Destination Sign/s Electrical Functions and Destination Lights;

PA System (Internal and External);

Two-Way Radio;

Electrical Controlled Passenger Door;

Rear Door Electrical functions (if applicable) including warning light and buzzer;

Passenger Stop Request Buzzer and Audible/Visual Signal for Driver and Passenger with all functions (if applicable); and

Fare box light (and function if applicable).

3. Gases and vapors emanating from the crankcase of engine are controlled in such a manner as to minimize their escape to the atmosphere.

4. Emissions from exhaust pipe will not exceed Federal EPA standards.

5. Vehicle has the capacity to operate properly from 4,200 feet to 6,500 feet above sea level.

On behalf of the manufacturer, I am authorized to certify that the vehicle(s) being built by my company and delivered under this procurement meet the standards of application as required and indicated above:

Name: _______________________________________ Title__________________________________

Company______________________________________ Date__________________________________

Attachment H to ITB-Citylink-2016-01 Page 7

H.1.5 OFFEROR SERVICE AND PARTS SUPPORT DATA (Required)

OFFEROR COMPLETES AND RETURNS WITH BID RESPONSE.

Offeror shall provide service and parts information for each model of bus being bid and specific to the area in

which the bus/buses will be operated. Please select or indicate that information below:

Location of Nearest Technical Service Representatives and Warranty Procuring Agencies in the areas of:

Coeur d’Alene, Idaho/Spokane, Washington

Name: ______________________________________________________________________

Street Address: _______________________________________________________________

City, State, Zip: _______________________________________________________________

Telephone: ___________________________________________________________________

Offeror to describe technical services readily available from above representative:

Location of Nearest Parts Distribution Center to Procuring Agency or immediate area

Name: ______________________________________________________________________

Street Address: _______________________________________________________________

City, State, Zip: _______________________________________________________________

Telephone:___________________________________________________________________

Offeror shall describe the extent of parts available at said center.

Policy for delivery of parts and components to be purchased for service and maintenance

Regular Method of Shipment: ____________________________________________________

Cost to Procuring Agency: _______________________________________________________

Attachment H to ITB-Citylink-2016-01 Page 8

H.1.6 PRE-AWARD CERTIFICATES TO BE COMPLETED BY THE GRANTEE AND RETURNED WITH COMPLETED BID PACKAGE.

PRE-AWARD BUY AMERCIA COMPLIANCE CERTIFICATION WHEN PURCHASE IS MORE THAN $100,000

As required by Title 49 of the CFR, Part 663 – Subpart B, (the grantee) is satisfied that

the buses to be purchased, (number and description of buses) from (the

manufacturer), meet the requirements of Section 165(b)(3) of the Surface Transportation Assistance Act of

1982, as amended. The grantee or its appointed analyst (the analyst – not the manufacturer or its agent) has

reviewed documentation provided by the manufacturer, which lists

(1) The proposed component and subcomponent parts of the buses identified by manufacturer, country or origin, and costs; and

(2) The proposed location of the final assembly point for the buses, including a description of the activitiesthat will take place at the final assembly point and the cost of final assembly.

PRE-AWARD BUY AMERCIA EXEMPTION CERTIFICATION WHEN PURCHASE IS MORE THAN $100,000

As required by Title 49 of the CFR, Part 663 – Subpart B, (the grantee) certifies that

there is a letter from FTA that grants a waiver to the buses to be purchased,

(number and description of buses) from the Buy America Requirements under Section 165(b)(1), (b)(2), or (b)(4)

of the Surface Transportation Assistance Act of 1982, as amended.

PRE-AWARD PURCHASER'S REQUIREMENTS CERTIFICATION

As required by Title 49 of the CFR, Part 663 – Subpart B, (the grantee) certifies that the

buses to be purchased, (number and description of buses) from

(the manufacturer), are the same product described in the grantees' solicitation

specification and that the proposed manufacturer is a responsible manufacturer with the capability to produce a

bus that meets the specifications.

Attachment H to ITB-Citylink-2016-01 Page 9

PRE-AWARD FMVSS COMPLIANCE CERTIFICATION

As required by Title 49 of the CFR, Part 663 – Subpart D, (the grantee) certifies that it

received, at the pre-award stage, a copy of 's (the manufacturer) self-certification

information stating that the buses, (number and description of buses), will comply

with the relevant Federal Motor Vehicle Safety Standards issued by the National Highway Traffic Safety

Administration in Title 49 of the Code of Federal Regulations, Part 571.

PRE-AWARD FMVSS EXEMPTION CERTIFICATION

As required by Title 49 of the CFR, Part 663 – Subpart D, (the grantee) certifies that it

received, at the pre-award stage, a statement from 's (the manufacturer) indicating that

the buses, (number and description of buses), will not be subject to the Federal Motor

Vehicle Safety Standards issued by the National Highway Traffic Safety Administration in Title 49 of the Code of

Federal Regulations, Part 571.

Date: __________________

Signature: ____________

Title: ___________________

Attachment H to ITB-Citylink-2016-01 Page 10

H.1.7 VEHICLE INSPECTION AND ACCEPTANCE (Optional if other form Provided)

In the absence of a comparable form providing the information below, utilize the document on the

following pages for inspection and inspection by Citylink.

Attachment H to ITB-Citylink-2016-01 Page 11

V.I.N. # Pass

Comments ITEMS Date:

Pass

Comments

FLUID LEVELS MISCELLANEOUS

Engine Oil

Transmission Oil Transmission Cooler

Washer Fluid Cut-off Switch

Radiator Lift Operation

Batteries Undercarriage

Brake Fluid FMVSS Sticker

Power Steering Manuals in Vehicle

Tire Pressure Wheel Chair Ramp

Other: Cleanliness

INTERIOR Video

Driver

Compartment

Other:

Seats ROAD TEST

Windows Exterior Noise

Floor Coverings Interior Noise

Entry Door Vibrations/Rattles

Walls and

Headliners

Interlock

Safety Equipment Gas Tank Full

Warranty Packet Brake Retarder

Lighting Wheel Alignment

Attachment H to ITB-Citylink-2016-01 Page 12

A/C System -

Front

Brakes

Rear

Ground Clearance

Heating System -

Front

Air Suspension

Rear

Other:

Temporary

Registration

ADDITIONAL COMMENTS

Emergency Exits Odometer Reading

Lift Certification

Passenger

Restraints

W/C Restraints

Lift Door At Inspection:

Radio/speakers

Mirrors AUTHORIZED SIGNATURE

Electrical Wiring

Other:

EXTERIOR Inspector's Signature Date

Cab/Body

Bumpers

Windows Contractor's Signature

Date

Paint Needed if repairs are required to pass inspection

Turn Signals

Attachment H to ITB-Citylink-2016-01 Page 13

Entry Door Vehicle Accepted By:

Lights –

Clearance

Headlamps/Tail

lamps

Back-up Alarm Agency Representative Date

Mirrors

Other:

Attachment H to ITB-Citylink-2016-01 Page 14

H.1.8 POST DELIVERY CERTIFICATES (Required when purchase is more than $100,000)

TO BE COMPLETED BY THE GRANTEE AND RETURNED WITH INVOICE.

POST-DELIVERY BUY AMERCIA COMPLIANCE CERTIFICATION WHEN PURCHASE IS MORE THAN $100,000

As required by Title 49 of the CFR, Part 663 – Subpart C, (the grantee) is satisfied that

the buses received, (number and description of buses) from (the

manufacturer), meet the requirements of Section 165(b)(3) of the Surface Transportation Assistance Act of

1982, as amended. The grantee, or its appointed analyst (the analyst – not the manufacturer or

its agent) has reviewed documentation provided by the manufacturer, which lists

(1) The actual component and subcomponent parts of the buses identified by manufacturer, country or origin, and costs; and

(2) The actual location of the final assembly point for the buses, including a description of the activities that will take place at the final assembly point and the cost of final assembly.

POST-DELIVERY BUY AMERCIA EXEMPTION CERTIFICATION WHEN PURCHASE IS MORE THAN $100,000

As required by Title 49 of the CFR, Part 663 – Subpart C, (the grantee) certifies that

there is a letter from FTA, which grants a waiver to the buses received, (manufacturer, number

and description of buses) from the Buy America Requirements under Section 165(b)(1), (b)(2), or (b)(4) of the

Surface Transportation Assistance Act of 1982, as amended.

POST-DELIVERY PURCHASER'S REQUIREMENTS CERTIFICATION

As required by Title 49 of the CFR, Part 663 – Subpart C, after visually inspecting and road testing the contracted

buses, (the grantee) certifies that the buses (number

and description of buses) from (the manufacturer), meet the Contract

specifications.

Attachment H to ITB-Citylink-2016-01 Page 15

POST- DELIVERY FMVSS COMPLIANCE CERTIFICATION

As required by Title 49 of the CFR, Part 663 – Subpart D, (the grantee) certifies that it

received, at the post-delivery stage, a copy of 's (the manufacturer) self-certification

information stating that the buses, (number and description of buses), will comply with the

relevant Federal Motor Vehicle Safety Standards issued by the National Highway Traffic Safety Administration in

Title 49 of the CFR, Part 571.

POST-DELIVERY FMVSS EXEMPTION CERTIFICATION

As required by Title 49 of the CFR, Part 663 – Subpart D, (the grantee) certifies that it

received, at the post-delivery stage, a statement from 's (the manufacturer) indicating that the

buses, (number and description of buses), will not be subject to the Federal Motor

Vehicle Safety Standards issued by the National Highway Traffic Safety Administration in Title 49 of the CFR, Part

571.

Date:

Signature:

Title:

Note:

Certification Forms for Federal 3rd Party Clauses and Certifications applicable to this procurement are located

under Attachment G