HomeMy WebLinkAbout01/05/1993, C-11 - AWARD OF CONTRACT FOR THE PURCHASE OF TWO TRANSIT COACHESCity Of San LUIS OBISPO
Ifte COUNCIL AGENDA REPORT
FROM: Ken Hampian, Assistant City Administrative Officer
Prepared by: Harry Watson, Transit Manager J
SUBJECT: Award of Contract for the Purchase of Two Transit Coaches
CAO RECOMMENDATION:
MEETING DATE:
ITEM NUMBER:
1. Approve and authorize the Mayor to execute a contract for the construction and
acquisition of two CNG powered transit coaches with the firm of Bus Industries of
America, Inc. in the amount of $553,410.00.
2. Approve and authorize the Mayor to execute a Memorandum of Understanding
(MOU) of an Expedited Payment Program.
3. Approve an appropriation from the Transit Fund balance in the amount of
$38,410.00 to be applied toward this purchase.
DISCUSSION:
Background
At the November 5, 1991 City Council meeting, the Short Range Transit Plan (SRTP) was
adopted which included a bus expansion /replacement component. Since that time, SLO
Transit has been aggressively pursuing the expansion of the fleet to provide for more
dependable current service, as well as to achieve the City's route expansion and
increased service frequency goals. During the last twelve months alone, SLO Transit has
acquired three used buses to serve in a back -up capacity and to provide the flexibility
needed to rehabilitate three existing older buses. The Council awarded the contract for
this bus rehabilitation in early December 1992. Also in December 1992, the City put into
service two new 40' transit coaches. Thus., since adoption of the SRTP, the City's fleet
has increased in size from seven to twelve buses, which has greatly improved service
reliability. In the coming months, route expansions identified in the SRTP will begin to be
implemented, starting with the addition of a fifth route.
With Council approval of this "cooperative purchasing' acquisition approach, the
recommended two CNG buses will arrive in August 1993. With their arrival, and with the
addition of new Federal Section 9 funding, implementation of the approved SRTP route
expansions can be implemented as described in "Scenario C'. Scenario C is eight all day
buses with half hourly service throughout most of the City. The City is also pursuing the
acquisition of another CNG bus through the Ridesharing Program. When this acquisition
is completed, one of the older "non- rehabilitated" buses will most likely be surplused. The
fleet at that time will most likely be as follows:
1111011111ln 11l city Of San L"IS OBISPO
Nii% COUNCIL AGENDA REPORT
Primary "All Day" Buses
■ 1993/94 CNG 3
■ 1992 Clean Diesel 2
■ 1986 Gillig 2
■ 1982 "Rehab" 1
8
Tandems /Back-up 5
TOTAL 13
Purchasing Procedure
The provisions of Municipal Code 3.24.0600 applies to this contract, which provides for
the City to take advantage of cooperative purchasing 'when the purchase will be made
cooperatively with one, or more, other units of government". Staff is recommending that
this acquisition be completed through a cooperative purchasing arrangement with Yolo
County.
Yolo County is in the process of having four CNG buses constructed using a Federal
Transit Administration grant. As part of that order, Yolo County has an option for three
additional buses. They are not going to use that option, and have agreed to pass a
portion of that option onto San Luis Obispo (see Attachment 3). The vendor has also
agreed to our using Yolo County's option (see Attachment 3).
Bus Specifications
The buses will be 40' in length and constructed to withstand the demands put upon them
for continual maximum capacity ridership. The buses will be wheelchair lift equipped so
as to conform to the requirements of the recently legislated Americans with Disabilities
Act, and will have improved seating comfort.
The buses will be the second generation of clean air technology, being alternately fueled
compressed natural gas coaches, per direction from Council. This. is the cleanest
technology available today. Bus emissions are discussed later in this report.
These buses will provide a higher level of passenger comfort, ease of identification,
cleaner operation from a pollution standpoint and lower fuel cost than diesel at current
prices. The specifications as developed for Yolo County and approved by both Caltrans
and the Federal Transit Administration (FTA) were authored by a private vendor through
an FTA grant. Following are some of the features contained in the specifications.
I/-
111101-lll�� i � city of san Lacs osi spo
we I COUNCIL AGENDA REPORT
Eauloment Features Comment
Engine Cummins Natural Gas Cleaner operation
Transmission Retarder equipped Longer brake life
Doors 440 power front and rear Convenience, comfort
Kneeling 9' drop Convenience, comfort
Passenger Seats Cushioned fabric Comfort
Driver's Seat Cushioned fabric air ride Comfort
Wheelchair Lift Lift -U Comfort, efficiency
Wheels Polished aluminum Appearance, efficiency
Air Conditioning ThermoKing Comfort
Destination Signs Luminator digital front Convenience, efficiency
Luminator digital side
Public Address System Mobile page Convenience, efficiency
Decals English /Spanish Convenience, efficiency
Wheelchair Restraints 5. point with shoulder and Convenience, efficiency
lap belts
Fire Suppression System Engine Compartment Safety
Warranty:
Coach
Engine
Transmission
Wheelchair Lift
Body
Axle
ThermoKing A/C
CNG Cylinders
I
1 year, 50,000 miles
2 years, 200,000 miles
3 years, 200,000 miles
3 years
3 years
2 years, 100,000 miles
3 years
3 years, 200,000 miles
C'-11-
1ll111111111111011 l city of San L.AIS OBISpo
IIIIIIIIN COUNCIL AGENDA REPORT
CNG /Bus Emissions
As noted in earlier staff reports, a CNG engine was not approved in California for transit
buses until late 1992. It is staffs goal to have three CNG buses in primary service by the
end of 1993 -94. Staff will pursue other CNG acquisitions for either replacement or
expansion purposes, dependent upon need and funding availability. Some of the
advantages of CNG fuel are noted below:
Clean - Advantages of CNG fueled vehicles are reported to be that they produce far
fewer pollutants than conventional vehicles. CNG's can reduce NOX emissions and
reactive hydrocarbons, the principal ingredient of smog by as much as 95 %. CNG also
reduces the emissions of carbon dioxide by as much as 30 %, carbon monoxide by 85%
and particulates by 99 %.
Safe. Thirty years of experience and millions of problem -free miles driven by Natural Gas
Vehicles (NGV's) has proven that natural gas is an extremely safe fuel for vehicles.
According to a survey conducted by the American Gas Association, NGV's in the U.S.
have traveled 434 million miles with no reported fatalities. The storage cylinders are
significantly stronger than gasoline tanks and have withstood bullet and bonfire testing
and exceed U.S. Department of Transportation safety standards. Natural gas is lighter
than air and will dissipate safely into the atmosphere in the unlikely event of a leak or
rupture in the fuel system.
Abundant. Natural gas is readily available and will be for many generations to come.
There is a well established underground transmission and distribution system in California,
facilitating market availability and eliminating the need for over -the -road distribution
required by other fuel options. Southern California Gas Company is installing a fast fuel
facility on Prado Road near the bus facility.
Domestic. Natural gas is a home grown fuel in the United States. Since it's not
imported, its increased use could help national energy security and reduce the nation's
trade deficit.
Non - Toxic. Natural gas is non - toxic.
Performance. Since natural gas burns cleaner than other fuels, it provides longer engine
life. NGV's do not manifest "cold start' problems, and do not generate evaporative of
running -loss emissions.
C-11-
1110111Q All city of SAILS OBISPO
COUNCIL AGENDA REPORT
FISCAL IMPACT:
cost
In terms of the capital cost, the Bus Industries of America's price for the two buses is in
the amount of $553,410, including sales tax delivered to San Luis Obispo. In terms of
operating cost, some of the cost savings expected from the fuel price differential will be
offset with increased contractual operating cost. Our current vendor, Mayflower, will
charge an additional $.02 per mile for CNG fueled bus operations to offset parts and
supplies expenditures, as agreed to last January when the operating contract was
awarded to Mayflower. There is no additional charge for labor.
Funds Available
Adequate funds are available to cover this expenditure from an approved Proposition 116
grant in the amount of $500,000, a Gas Company grant of $15,000, and an available fund
balance carryover in the Transit Fund from FY 1991 -92 of $68,500. The State of
California, Department of Transportation is offering an Expedited Payment Process (10
calendar day) through a Memorandum of Understanding (MOU). This is designed to
facilitate a quick payment on Proposition 116 grants such as the one the City is using in
this purchase. The MOU triggers a 90% grant payment in 10 days with the balance to
follow upon review of the invoice and approval of the Caltrans Project Administrator.
CONCURRENCES:
Due to the very short window of availability on the purchase of these vehicles (with the
City's being informed of the availability on December 3, 1992), staff was unable to hold
a formal Mass Transportation Committee (MTC) meeting. As part of the adoption of the
Short Range Transit Plan, the MTC has previously considered and approved the addition
of coaches to the SLO Transit fleet in support of the planned service expansion.
ATTACHMENTS:
1. Agreement
2. Expedited Payment Process Memorandum of Understanding
3. Vendor/Yolo County Correspondence
hw \cng.rpt
r,
6 -II'S
A01
December 3, 1992
Mr. Harry Watson
Executive Director
San Luis Obispo Regional Transit Authority
County Govt Center, Room 207
San Luis Obispo, CA 93408
Dear Mr. Watson:
Thank you for your interest in a possible purchase of (3) CNG
powered 35' ORION transit buses.
As you discussed with our Mr. Doug McKay, these three buses could
be placed into our production schedule as near duplicates of the
Yolo buses.
Yolo's unit price per 40' bus F.O.B. Woodland, CA is
$258,000.00
Your unit price per 35' bus F.O.B. San Luis Obispo would be
$253,000.00
The above prices do not include taxes.
Based on Notice to Proceed by January 4, 1993, production could
start during the week of May 10, 1993 which would result in
delivery to you in late July, 1993.
For your information I have enclosed:
A). Copy of unit price from our bid to Yolo
B). Copy of our Yolo production order.
Please contact either myself or Mr. McKay at (416) 625 -9510 if
you have further questions.
Yours truly,
Bob Trimble,
Contracts Manager.
:ch CC: Doug McKay
Bob Bevis
Vera Campbell
Base Road R.D. 1, Oriskany, New York 13424 C —( 1 -4
Telephone (315) 768.8101, Fax (416) 625.5218 AZTrAQMEp]T A
AGREEMENT
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this 6th
day of January, 1993, by and between the CITY OF SAN LUIS OBISPO, a municipal
corporation, hereinafter referred to as CITY, and BUS INDUSTRIES OF AMERICA,
hereinafter referred to as SUPPLIER.
WITNESSETH
WHEREAS, on December 3, 1992, CITY requested and received permission to join
procurement #CA -03 -0357 for the procurement of two heavy duty transit buses, as
additions to Yolo County's procurement and Yolo County's specifications.
WHEREAS, pursuant to said procurement by Yolo County, SUPPLIER submitted a
proposal which was accepted by the CITY for said equipment.
NOW, THEREFORE, in consideration of their mutual promises, obligations, and covenants
hereinafter contained, the parties hereto agree as follows:
TERM. The term of the Agreement shall be from the date this Agreement is made
and entered, as first written above, until acceptance of said equipment
(approximately July 30, 1993).
2. INCORPORATION BY REFERENCE. The two volume Request for Proposals,
Technical Specifications, instructions to bidders and December 3, 1992 offer letter
to San Luis Obispo are hereby incorporated in and made a part of this Agreement
(Attachment A).
3. CITY'S OBLIGATIONS. For furnishing equipment as specified in this Agreement,
CITY will pay and SUPPLIER shall receive therefore compensation in a total sum
not to exceed $553,410. Payment to the SUPPLIER shall be made within 30 days
after receipt of an original invoice from SUPPLIER and acceptance of equipment
by CITY. Tank certification is to be NFPA -2.
4. SUPPLIER'S OBLIGATIONS. For and in consideration of the payments and
agreements hereinafter mentioned to be made and performed by CITY, SUPPLIER
agrees with CITY to furnish two 40' compressed natural gas fueled transit coaches
as described in Attachment A (Trimble 12/3/92 letter and Yolo County production
order), and to do everything required by this Agreement and the said
specifications. Without limiting the generality of the foregoing, SUPPLIER warrants
on behalf of itself and all subcontractors engaged for the performance of this
Agreement that only persons authorized to work in the United State pursuant to
the Immigration Reform and Control Act of 1985 and other applicable laws shall be
employed in the performance of the work hereunder.
ATTACHMENT 1
C —/1-
5. HOLD HARMLESS AND INDEMNIFY. SUPPLIER agrees to defend, indemnify, and
hold harmless CITY, its officials, officers, employees, representatives, and agents
from and against all claims, lawsuits, liabilities, or damages of whatsoever nature
arising out of or in connection with, or relating in any manner to any act or
omission of SUPPLIER, its agents, employees, and subcontractors of any tier and
employees thereof in connection with the performance or non - performance of this
Agreement. The SUPPLIER shall thoroughly investigate any and all claims and
indemnify the CITY and do whatever is necessary to protect the CITY, its officials,
officers, employees, agents, and representatives as to any such claims, lawsuits,
liabilities, expenses, or damages.
6. AMENDMENTS. Any amendment, modification, or variation from the terms of this
Agreement shall be in writing and shall be effective only upon approval by the
Director of Finance.
7. TERMINATION. If during the term of this Agreement, the CITY determines that the
SUPPLIER is not faithfully abiding by any term or condition contained herein, CITY
may notify SUPPLIER in writing of such defect or failure to perform; which notice
must give SUPPLIER a ten day period of time whereafter in which to perform said
work or cure the deficiency. If SUPPLIER has not performed the work or cured the
deficiency within the ten days specified in the notice, such shall constitute a breach
of this Agreement and CITY may terminate this agreement immediately by written
notice to SUPPLIER to said effect. Thereafter, neither party shall have any further
duties, obligations, responsibilities, or rights under this Agreement, except
however, any and all obligations of SUPPLIER's surety shall remain in full force and
effect and shall not be extinguished, reduced, or in any manner waived by the
termination hereof. In said event, SUPPLIER shall be entitled to the reasonable
value of its services performed from the beginning of the period in which the
breach occurs up to the day it received CITY's Notice of Termination, minus any
off -set from such payment representing the CITY's damages from such breach.
CITY reserves the right to delay any such payment until completion or confirmed
abandonment of the project, as may be determined at the CITY's sole discretion,
so as to permit a full and complete accounting of costs. In no event, however,
shall SUPPLIER be entitled to receive in excess of the compensation quoted in its
bid.
8. COMPLETE AGREEMENT. This written Agreement, including all writings
specifically incorporated herein by reference, shall constitute the complete
agreement between the parties hereto. No oral agreement, understanding, or
representation not reduced to writing and specifically incorporated herein shall be
of any force or effect, nor shall any such oral agreement, understanding, or
representation be binding upon the parties hereto.
KA
C-/1-9
9. ANTI - DISCRIMINATION. In the performance of the terms of this Agreement,
SUPPLIER agrees that it will not engage in nor permit such subcontractors as it
may employ to engage in discrimination in employment of persons because of
age, race, color, sex, national origin or ancestry, or relation of such persons.
Violation of this provision may result in the imposition of penalties referred to in
Labor Code Section 1735.
10. AUDIT. CITY shall have the option of inspecting and /or auditing all records and
other written materials used by SUPPLIER in preparing its statements to CITY as
condition precedent to any payment to SUPPLIER.
11. NOTICE. All written notices to the parties hereto shall be sent by United States
Postal Service, postage prepaid by registered or certified mail addressed as
follows:
CITY: City Clerk
City of San Luis Obispo
990 Palm Street
P.O. Box 8100
San Luis Obispo, CA 93403 -8100
SUPPLIER: Bus Industries of America
Base Road 1
Oriskany, NY 13424
Attention: Bob Trimble, Contracts Manager
12. AUTHORITY TO EXECUTE AGREEMENT. Both CITY and SUPPLIER do covenant
that each individual executing this Agreement on behalf of each party is a person
duly authorized and empowered to execute Agreements for such party.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be
executed the day and year first above written.
CITY OF SAN LUIS OBISPO
MAYOR PEG PINARD
ATTEST:
City Clerk
3
C -11 -9
C -i1 -to
4
INSUR,�uiCE REQUIREMENTS FOR SUPI-i.IERS
Vendor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons
or damages to property which may arise from or in connection with the products and materials supplied to the City.
The cost of such insurance shall be borne by the Vendor.
Minimum Scope of insurance
Coverage shall be at least as broad as Insurance Services Office Commercial General Liability coverage
('occurrence' fora CG 0001).
Minimum Limits of insurance
Vendor shall maintain limits no less than $1,000,000 per occurrence for bodily injury, personal injury and property
damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general
aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the
required occurrence limit.
Deductibles and Self - insured Retentions
Any deductibles or self - insured retentions must be declared to and approved by the City. At the option of the City,
either. the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects the City, its
officers, officials, employees and volunteers; or the Vendor shall procure a bond guaranteeing payment of losses
and related investigations, claim administration and defense expenses.
Other Insurance Provisions
The general liability policy is to contain, or be endorsed to contain, the following provisions:
1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects:
products and completed operations of the Vendor. The coverage shall contain no special limitations on
the scope of protection afforded to the City, its officers, officials, employees, agents or volunteers.
2. The Vendor's insurance coverage shall be primary insurance as respects the City, its officers, officials,
employees, agents and volunteers. Any insurance or self - insurance maintained by the City, its officers,
officials, employees, agents or volunteers shall be excess of the Vendor's insurance and shall not contribute
with it.
3. Any failure to comply with reporting or other provisions of the policies including breaches of warranties
shall not affect coverage provided to the City, its officers, officials, employees, agents or volunteers.
4. The Vendor's insurance shall apply separately to each insured against whom claim is made or suit is
brought, except with respect to the limits of the insurer's liability.
5. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be
suspended, voided, cancelled by either party, reduced in coverage or in limits except after thirty (30) days'
prior written notice by certified mail, return receipt requested, has been given to the City.
Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best's rating of no less than ANII.
Verification of Coverage
Vendor shall furnish the City with original endorsements effecting coverage required by this clause. The
endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All
endorsements are to be received and approved by the City before the lease commences.
C—'f -11
5
CUSTOMER: YOLO (C.N.G)
ORDER
ti
PRODUCTION ORDER
# 822
PAGE 1 OF
BUS INDUSTRIES
DATE: JUNE 9/92 RRW - - ,
BUS DESCRIPTION
MODEL. 05.501 MODEL ORION V (C.N.G)
LENGTH. 40 FT BUS BODY TYPE. TRANSIT
QUANTITY: 4
DATE
BY
REV
ORG
1495 EAST STREET SUIT A
42(. 24142
8
TERRY V BASSETT
WOODLAND CA 95695
VENDORS ENGINE/TRANSMISSION MANUALS
PHONE#(916)661-0816 FAX#(916)661-1732
WIRING DIAGRAMS 12X30 LAMINATED
8
AIR SCHEMATICS 12X30 LAMINATED
8
LIFT-U MANUALS
YOLO COUNTY TRANSIT AUTHORITY
RYDER
JJ
ORION OPERATORS HANDBOOK PACKAGE
1495 EAST STREETSUIT A
2599 EVERGREEN AVE
WOODLAND CA 95695
WEST SACRAMENTO 95691
ORION MAINTENANCE MANUAL
8
1495 EAST STREET SUIT A
ORION PARTS BOOK
8
TERRY V BASSETT
WOODLAND CA 95695
VENDORS ENGINE/TRANSMISSION MANUALS
PHONE#(916)661-0816 FAX#(916)661-1732
ECIAL CONTRACT PROVISIONS: CONTACT SALES IMF
WARRANTY REQUIREMENTS: CONTACT SALES (MR.B TR
SPARE PARTS: CONTACT SALES (MR.B TRIMBLE)
ATTACHMENT A
JJ
ORION OPERATORS HANDBOOK PACKAGE
so
B-2
SHIP TO: TERRY V BASSE17
YOLO COUNTY TRANSIT AUTHORITY
ORION MAINTENANCE MANUAL
8
1495 EAST STREET SUIT A
ORION PARTS BOOK
8
WOODLAND CA 95695
VENDORS ENGINE/TRANSMISSION MANUALS
8
WIRING DIAGRAMS 12X30 LAMINATED
8
AIR SCHEMATICS 12X30 LAMINATED
8
LIFT-U MANUALS
a
OPERATION/MAINTENANCE VULTRON
8
WWI-
ATTACHMENT A
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
PRODUCT I ON ORDER
ORDER 822
PAGE 2
SPEC*
REV
i" CUMMINS L10 NATURAL GAS
HP:240
24V STARTER —TU —FLOW 750 COMPRESSOR
OBI No: 063
—WITH FAST IDLE
— BREEZE HOSE CLAMPS
rirsi, SHP59
RETARDER:WITH RETARDER
GEAR START: IST
OBI No: p/
—1ST STAGE OF RETARD THRU ACCEL 2ND
THRU BRAKE
ROCKWELL 17101 —WX
SLACK ADJUSTERS: HALDEX AUTO
LUBRICATED BY: OIL
OBI No: Q D69
61143 —WX
SLACK ADJUSTERS: HALDV AUTO
LUBRICATED BY: OIL
BRAKE CHAMBERS: MGM L —T 3636
OBI No: D69
D76
::456
WHEEL MOUNT: STUD
D69
AXLE MOUNT
L°4?a NATURAL GAS SYSTEM
FOR 400 MILE RANGE
D66
44 INCH VAPOR S/G
WITH 2PC GLASS PER DOOR PANEL
WITH LIFT —U AT FRT DOOR
OBI No: S
Q 7j 020
o5 8 r 1
O.B.I. SWING T
-44-INCH FRAME OPENING fir— ®
WITH UPPER AND LOWER GLAZING
ACTIVATED BY TOUCH BARS(ADD GUARDS)
WITH SENSITIVE EDGE WITH ALARM
OBI No: D21
—VAPOR OPERATOR
FRONT& REAR
WITH ENGLISH /SPANISH DECAL D23
GROUND LEVEL
D69
STANDARD BENDIX
BRAKE TREADLE: 50 DEGREE —E1 OR
ACCELERATOR: ELECTRIC -45 DEGREE
D28,79
Si "• SWING OUT
D27
>LH— BOTTOM
RH— BOTTOM
D11
::.,.:.., YES
18 INCHES DEEP
D33
M FRONT
AUDIBLE WARNING(ONLY DURING MOTION)
ADD FLASHING AMBER LIGHT FOR KNEELING D72
ON EXTERIOR OF BUS
NO
VERTICAL SPLASH GUARDS ONLY
A- " 1 "', ;,.:ri,;;.,:, n ,_.• <;. ,..:.: n NOT REQUIRED
INSTALL ROMEO RIM BUMPERS D12
.tr
SPINNER II -76T
D62
:.x NOT REQUIRED
DELETE THE COMPARTMENT
..:..'::...:.:'. ,.. OT REQUIRED
ai}I; NOT REQUIRED
D87
'1
ADDUCTION O_ RDER
ORDER 822
G PAGE 3
S G SPEC#
6 E S E 4�
n ;
o-- 0
SUGE GUIDE
OBI SWING OUT
REV
=ZPMSLIDERS >!u[L 4/E1C
TINT: 28% LT GREY
REAR WINDOW: NOTREOUIRED
CLAMP IN ROAD SIDE: #1,3,4.5 „6,7.8
CLAMP IN CURB SIDE: #2.3.4,5.6
FIXED ROAD SIDE: #2
FIXED CURB SIDE: #1
DEST.SIGN: IN 2ND WINDOW
OTY.SMALL EGRESS:NONE
OTHER:
-ALL LARGE WINDOWS EGRESS D47
FOR OBI NUMBERS SEE D -/ - ra
Me
- WINDSHIELD SHALL HAVE TINT BAND
- DRIVERS WINDOW BOTH SECTION SLIDE
- DRIVERS WINDOW SHALL HAVE TINT BAND
- DRIVERS WINDOW SHALL BE EGRESS
WITH KEY LOCK (50KEYS REQUIRED)
•""F ?u 1t `�MERICAN
T -PED STYLE MODEL: 6466
CUSHION: CRAFTEX K- 18715N 7917 BLUE - - - - ->
AISLE TRIM PLASTIC: 989 DARK BLUE
BACK PANEL: 989 DARK BLUE
GRAB RAIL: 989 DARK BLUE -
FILLER: SFT SR10LS
SEAT DRWG IS SK20 -822 44 PASS
,4wwne Dag - OS/450 5�5 C
OBI No: D41
- INDIVIDUAL CUSHIONS
CUSHION SIDE &BACK SIDE D -257 DARK
BLUE VINYL
-NO WELTING
-
-FOR REAR 5 PASS ONLY 3 CENTER SEATS
FLIP
:': { RINGHAUSEN
COLOUR: CRAFTEX K- 18715N 7917 FABRIC WITH MILER 0257
BOXING - SEE PAGE 9 LINE 3
AIR RIDE: YES MODEL-6500 1525
OBI No: p : O O j -7,-- D43
-HIGH BACK -W /INFLATABLE LUMBAR
-FULLY RETRACTABLE SEAT BELT AND
SHOULDER HARNESS (NOT INERTIA TYPE)
PASS.CEILING:�,'�”
BETWEEN WINDOWS: 1k :551/
BELOW WINDOWS: /zL l
REAR WINDOW SHELF•
wozzzo, T Ixl
-
a MARINE GRADE PLYWOOD
DRIVERS PLATFORM IS RIBBED ------ >
AISLE IS RIBBED
UNDER SEATS IS SMOOTH
YELLOW NSG YELLOW STANDEE LINE
-ALL RCA TR -872 De,D16
RUNNING TRANSVERSELY D17
D45
; AT FRONT DOOR
W.M. . SC
aw.
MODEL LIFT -U d /,dr
TREADS TR -872 NOSINGS YELLOW
OBI No: CZ4�dp /r-j DBB
-WITH S/S GRAB RAILS (NOT PAINTED)
ffijlft M !! ?';' B.I.A.
MAKE: BRIDGESTONE TYPE: RADIAL
MODEL TBRS 1530 -P Q-aO SIZE: 12R X 22.5
RATING: 16PLY "H" QTY: 7
OBI No: 0501 OS 01 2 - D74
-FRONT TIRES MUST BE BALANCED
-SEE PAGE 10 LINE 2
OA QTY: 7
MOUNT: STUD SIZE: 8.25 X 22.5
- POLISHED BOTH SIDES D74
�>
THERMO KING
TYPE: T2_M 24 • 3 REFRIDG R22
-BREEZE HOSE CLAMPS -X426 COMPRESS Det
061 No: WITH DRIVERS BOOSTER O51 4 U S O
°i "14177 0 4-lu -c "it
10
11
12
13
14
15
16
17
18
19
20
t-HODUCTION ORDER
ORDER 822
PAGE 4
SPEC*
REV
INSULATE BATTERY DOOR YES
ANTENNAE CEILING ACCESS: FOR C.N.G
12X12 ANTENNA PLATE ON CENTER LINE D34
jlJG4C? x VEEDER -ROOT
IN MILES MOUNT RIGHT REAR
-NO TENTHS D70
OS 02 6ra 5 0 6 —
F#R'S'AR NOT REQUIRED
}3'{Ak1C" FISH EYESIGHT
D65
i `NKS .F.I CENTS -A -BILL
SUPPLIED BY: O.B.I / B.I.A.
INSTALLED BY: O.B.I. / B.I.A.
MOUNT: FLOOR MOUNT
WIRING:12 VOLT 10 AMP C/B
D53
r'SZkokw; YES
CURBSIDEA 44"X 30" END LOAD
ROADSIDEA 44"X 30" END LOAD
FRONT:
REAR:21 a X 72" END LOAD
-MUST BE YARDER MFG COM D15
-SHALL NOT PROTUDE MORE THAN 7/8" D11
FROM BUS BODY
YES PROVIDE INTERLOCK
'i3ECNf n REAR
D75
E[IF vA:Liii< TRANSMATIC
BLUE SHEILDS:2ND & 3RD LIGHT EACH SIDE
-FIRST LIGHT EACH SIDE ON /OFF WITH
FRONT DOOR OPEN /CLOSE
- LIGHTS SHALL OPERATE IN DAY, NIGHT OR D38
PARK POSITION WITHOUT ENGINE RUNNING
- SEEPAGE 9 LINE 1
> v v w.Yn. pvE AMBER
s'<S;. . i \
WITH REMOVABLE TYPE BULBS
[i r " >`: <'< YES
. ...
SEE PAGE 9 LINE 2 D31
� ... . . $ SINGLE FAN
WITH SWITCH ON SIDE CONTROL PANEL D30,88
SI(I�`aCtiF,'3'
FRONT DEST.CAP: STANDARD "LOW" ROOF CAP
CUTOUT SIZE:
DEST SIGN GLASS IS LAMINATED AS2 RATED D57
�!
e;a:::rorou'::^• tt?a`.:.;....»:Y::,yt:p:: :.,:eu: xr,.;:.;:..::,... ...x,.;,..,...:.,..:...4 .>..,..... .
MR ' "< ' <' °'
nw:J%v+.' 0.. ?vgwvC A„CC�CLiWXvn+YP ,N.B:
FOR OBI NUMBERS SEE
.//J /11 / /ill!Qc l /%l .Y e-T./
DESTINATION SIGN DOOR SIZE: (5
-(1) PROGRAM ON FLOPPY DISK FOR PC
- (2)MTU UNITS IN CASE
- REQUIRES EMERGENCY MESSAGE FEATURE
x ; ;41 Sri
LOCATION: IN 1 ST LARGE WINDOW
057
NORM. a.111111/h/0/O.rj 6,11own<"
LOCATIOWREAR A/C DOOR
OTHER:
D57
15ltIEiJA%z { FOOT ONLY
036
�..:
t k` CLEAR PULLCORD
WITH VERTICAL CORDS BETWEEN ALL WINDOWS
ADD TAPE SWITCH AT W/C LOCATIONS
D52
:.A gffi f i?#lj[y � INTERMITTENT
WASHER NOZZLES: STD WET ARM
ELECTRIC WASHER PUMP D22
(.� -11 -1.J
10
11
12
13
14
AODUCTION ORDER
ORDER 822
PAGE 5
SPEC*
REV
YES
MUST MEET 97DBA
D35
OW SEE PAGE 6 LINE 10
isgiNswom SEE PAGE 6 LINE 11
lKKttawIFAY
24V WITH 12V HEADLIGHTS
D24
DELCO SODN
DRIVEN BY GEAR
24 VOLTS AMPS 270
D26
,AM STD 8 X 8
WITH 4 X 8 INCH CONVEX ON ROAD-SIDE
WITH 4 X 8 INCH CONVEX ON CURB-SIDE
BOTH WITH SPRING LOADED ARMS
-USE STD ROADSIDE ARM D51
-CURBSIDE ARM SHALL BE (1) PEICE MTG
BOTH a X 8$ 4 X 8 CONVEX
NMI@
V 01004,19- W
IN DEST SIGN DOOR
MATERIAL IS: ARBORITE �C_)SUo54.361
ADD DRIVERS WINDOW 05110 15cC) Ib
ADD DRIVERS CURTAIN CPE)(L.015097.5
-ADD ADVERTIZING SIGN 17°W X 11 "H
BOTTOM LOADING
-WITH DRIVERS A/C BOOSTER
-SHALL BE LOCATED 3"REARWARD FROM D16&46
STD MOUNTED FROM HARNESS COVER SO
1ST WINDOW REMAINS FULL SIZE
-REQUIRES SEALED COMPARTMENT WITH
-LATCHED DOOR IN BOTTOM OF BARRIER
FROM WHEELWELL FORWARD D54
I OZ
MATERIAL IS: ARBORITE 0151 b54- 116
TINT OF GLASS IS: STANDARD
05 11559 Z 1
PANEL(S) ON: REAR SIDE OF STEPS
MATERIAL IS: ARBORITE
STEPWELL UlGHT(S):YES
NOTE-RETAIN LIGHTS IN DOOR HEADER
D16
r.
HEADLAMPS: HALOGEN
SIGNAL LAMPS ARE OVAL
WASHER FILLER:STD ORION V
FRONT LICENCE: STD ORION V
ADD DRIVERS LOWER AIR VENT
-WINDSHIELD FILLER DOOR SHALL HINGE 034
FROM TOP Dll
035
D15,D23
.0i NW IS M 0 D I N E
RADIATOR SHUTTERS: NOT REQUIRED
-,4
IiJ (2tV114 �Q- ,/2Z D65
r=euhB &Inus-r SD
TERMINAL TYPE: T-8P MOUN KAG
3/8 POS 1/2 NEG
-WARRENTY (24) MONTHS D27
0. B. 1. NO. C)� Co : 5 � n C
A lif
IA
(" l I _ljo
10
11
i-jiODUCTION ORDER
ORDER 822
PAGE 6
SPECj
=REV
AD-9
WITH HEAT ELEMENT
D80
ALL LOCATIONS
D60
AN STD REAR LOCATION
FRONT: BEHIND WASHER FILLER DOOR
WITH SHRADER VALVE
077.81
NOT REQUIRED
D32
, INSTALLED BY OBI/BIA
MOBILEPAGE-470
WITH BLACK GOOSENECK MIC & SWITCH
6e?jT-R9l:EB BY FeeT- m)&ffjf_ 0
(1) EXTERIOR SPEAKER AT ENT.DOOR
WIRING:
OT RQUIRED
(8) CEILING SPEAKERS
-SPEAKERS ARE CONTROLLED BY 3 POSITION
SWITCH LOCATED ON SIDE LABELED
INTERIOR/EXTERIOR/BOTH
STD PULL TO APPLY
AMMON
YES ALL PART OF FIRE SUPPRESSION SYSTEM
mw��
10LBABC
SCOTT ATO HEALTH SAFETY PRODUCTS 24UNIT
IMF
SIGNAL STAT MODEL #798
-ALL THESE ITEM SHALL BE INSTALL IN D53
COMPARTMENT WITH LATCH DOOR AND
LABELED AS TO CONTENTS IN LOWER
PORTION OF DRIVERS BARRIER 053
053
plallommAms
ALL ENGLISH/SPANISH
WE MUST SUPPLY (3) EXTRA OF ALL DECALS
WITH FIRST BUS ONLY
*WbW
-ENGINE SHUTDOWN OVERRIDE SWITCH
-INDICATOR TEST SWITCH
-(I) DUAL HAND AIR GAUGE (3 1/2' APPROX)
-VOLTMETER
-WATER TEMPERATURE GAUGE
-OIL PRESSURE GAUGE
ADD STOP REQUEST LIGHT FOR W/C LOCATIONS
-C.N.G FUEL GAUGE
w C
0_7
-REAR DOOR OVERRIDE
-HAZARD WARNING SWITCH
V 0.
10
11
IODUCTION ORDER
ORDER 822
PAGE 7
SPEC* REV
V W&tN YES
TO HAVE STANDARD SIGHT GLASSES
WITH DIAGNOSTIC TEST PORTS
:.. . ......... x ..
mA go ' :.1 E q } tS €# J1V "'t« su
SQUARE KEY LOCKS ON ALL DOORS
D22
LOCATE DOOR MASTER SWITCH INSIDE
FRONT DEFROSTER SO IT MAY BE ACCESSED
THROUGH FRONT DEFROSTER ACCESS DOOR
D19
FRONT DOOR DUMP VALVE SHALL BE LOCATED
TO LEFT OF DRIVER ON VERTICAL SIDE
PANEL
D20
INTERIOR A/C ACCESS PANELS SHALL BE
RETAINED BY STD ALLEN HD FASTNERS
D21
ADD SMALL ACCESS DOOR IN MAIN BATTERY
ACCESS DOOR TO ALLOW ACCESS TO
BATTERY SHUT OFF SWITCH
—MAKE SURE DOORS ARE CORRECTLY D27
LOCATED
ALL WIRING HARNESSES OVER 5 FEET LONG
AND CONTAINING AT LEAST 5 WIRES SHALL
INCLUDE 10% EXCESS WIRES FOR SPARES
D24
SUPPLY TWO POSITION SWITCH ON SIDE
CONTROL PANEL FOR PASSENGER SIGNAL
—LABEL °STOP REQUEST' °ON /OFF°
—IN THE OFF POSITION THE CHIME SHALL
RING AND STOP REQUEST LIGHT SHALL BE
ILLUMINATED MOMENTARILY
—IN ON POSITION THE CHIME SHALL RING
ONLY ONCE AND THE STOP REQUEST LIGHT
SHALL REMAIN ILLUMINATED UNTIL DOOR
IS OPENED OR SWITCH IS TURNED TO OFF
D30
ALL SWITCHES ON ENGINE COMPARTMENT
ELECTRICAL BOX SHALL HAVE WATERPROOF
RUBBER COVERS
— SUPPLY TOGGLE STARTER SWITCH
— SUPPLY MORSE THROTTLE CONTROL IN
ENGINE COMPARTMENT
— SUPPLY ENGINE HOUR METER
— SUPPLY A/C HOUR METER
D31
D31
D32
C41 —I 0
. 940DUCTION ORDER
ORDER 822
PAGE e
SPEC*
REV
ADD ON /OFF SWITCH IN ENGINE COMPARTMENT
-LABEL A/C COMPRESSOR DISENGAGE
-WILL DISENGAGE A/C COMPRESSOR
031
SUPPLY OIL PRESSURE GAUGE (MECHANICAL
TYPE) AND WATER TEMP
GAUGE (MECHANICAL)IN ENGINE
COMPARTMENT
-THESE SHALL BE LABELLED ON GAUGE OR
WITH PLATE
D32
(5) ENGINE COMPARTMENT LIGHTS
- (2) IN STD LOCATIONS
- (1) OVER ALTERNATOR
- (1) TO REAR LEFT OF ENGINE
-(1) INSIDE ENGINE COMPARTMENT
ELECTRICAL BOX
D31
SUPPLY POSITIVE/NEGATIVE DEDICATED AND
ISOLATED POWER SOURCE WITHAAAMPS /-3n
12 VOLTS,USING 8 GAUGE WIRE
THIS IS FOR RADIO REQUIREMENTS
PLEASE NOTE RADIO IS WIRED SO RADIO
IS ON AT ALL TIMES
THIS SYSTEM ALSO REQUIRES A SILENT ALARM
SWITCH WITH (2) 12 GAUGE WIRES FROM
SWITCH TO TRANSCEIVER AND (2) 12 GAUGE
WIRES FROM SWITCH TO DESTINATION
SIGN CONTROL
D34
g (4/ C n
SIDE MARKER LIGHTS SHALL BE STANDARD
LOCATED AS BELOW
- (1)FORWARD OF FRONT WHEEL WELLS
- (1)FORWARD OF REAR WHEEL WELLS
D36
ADD CLICKER IN DRIVERS AREA SO THAT
DRIVER CAN HEAR WHEN SIGNALS ARE
ACTIVATED
D36
037
C: -//-/I
. RODUCTION ORDER
ORDER 822
PAGE 9
SPEC#
REV
INTERIOR LIGHTS SHALL HAVE PROVISIONS
TO OPERATE LIGHT SYSTEM THROUGH 110
VOLT FACILITY BASED POWER SUPPLY FOR
AN INDEFINITE PERIOD WITHOUT DAMAGE TO
COACH ELECTRICAL SYSTEM
-A THREE -PRONG TWIST LOCK MALE
RECEPTACLE SHALL BE PROVIDED BEHIND
W/S WASHER FILLER DOOR
-SHALL ALSO OPERATE FAREBOX & DEST D39
SIGN
SUPPLY LUMINATOR ADJUSTABLE SWIVEL
HEAD STYLE LIGHT AS A DRIVERS LIGHT
WITH ON /OFF SWITCH ON SIDE CONTROL
PANEL
D39
DRIVERS SEAT AND BELT SYSTEM REQUIRE
LOW LEVEL AUDIBLE SIGNAL AND VISUAL
DASH LIGHT THAT REMINDS DRIVER TO FASTEN
SEAT BELTS
- SHALL ACTIVATE FOR A PERIOD OF NO LESS
THAN 30 SECONDS AND NO MORE THAN 60
SECONDS AFTER ENGINE IS STARTED FROM
DRIVERS POSITION
- AUDIBLE SIGNAL SHALL HAVE SIMILAR D44
SOUND TO THAT FOUND IN A CAR
SUPPLY T X 10" MIRROR AT ENTRANCE DOOR
(CONVEX)
-ABOVE FRONT STEPWELL
D50
SUPPLY (2) PADDED SUN VISORS
-(1) FOR DRIVERS SIDE WINDOW
- (1)FOR DRIVERS WINDSHIELD
D51
SUPPLY GLOBE MODEL #303 TRANSFER
CUTTER WITH TWO NOTCHERS
- INSTALLED NEXT TO FAREBOX
D52
SUPPLY (2) SEMAC #BP640CT LITERATURE
RACKS 9 1/2"H X 8 3/4 "W X 4 0D
-LOCATION
D52
SUPPLY BREEZE HOSE CLAMPS WHEREVER
POSSIBLE FOR ENGIN E,A/C, HEATING &
COOLING
D66
C- 1I-ei0
10
rriODUCTION ORDER
ORDER 822
PAGE 10
SPECS
REV
SUPPLY RUBBER AXLE STOPS BETWEEN
AXLE AND FRAME
D72
TIRES MUST BE RECORDED AND REPORTED TO
CUSTOMER AS TO BUS AND LOCATION
- INFORMATION SHALL BE
*YSTA-BRA?jB O
*SERIAL NUMBER
• LOCATION ON BUS
D74
AIR TANKS WILL REQUIRE QUALITY 1/4 TURN
DRAIN VALVES (BALL TYPE)
ALSO AIR TANK SHALL INCLUDE GUARD
FOR DRAIN VALVES
D77
ADD AUTO DRAIN VALVE ON FIRST AIR TANK
D77
LOCATE RETARDER CONTROL SWITCH IN
MAIN ELECTRICAL COMPARTMENT
CURBSIDE ENGINE COMPARTMENT DOOR MUST
HAVE SCREEN OPENNING SAME AS RADIATOR
DOOR
-ADD REINFORCING TO DOOR SCREEN TO
STOP PULLING OF SCREEN BY BUS WASH
ADD REINFORCING TO DOOR SCREEN TO
STOP PULLING OF SCREEN BY BUS WASH
ON RADIATOR DOOR
REAR SIGNAL BRAKE AND BACK -UP
LIGHTS WILL BE 4" ROUND RUBBER GROMMET
MOUNTED AS FOLLOWS
ROADSIDE CURBSIDE
O - AMBER - O SIGNAL
O - AMBER - O SIGNAL
O - RED -0 BRAKE
O - RED -0 BRAKE
O - CLEAR - O REVERSE
ALL WIRE HARNESS,HOSES AND ANY OTHER
ITEM SUPPORTED BY P CLAMP IN ENGINE
COMPARTMENT SHALL USE P CLAMPS BY ADELL
6 -11 -a 1
diODUCTION ORDER
ORDER 822
PAGE 11
SPEC#
REV
INTERIOR/EXTERIOR DECALS
—'FOR COMPRESSED NATURAL GAS FUEL ONLY"
INSIDE FUEL FILL DOOR
— °MANUAL SHUT OFF VALVE°
AT CNG SHUT OFF
— SUPPLY STD SURGE TANK WARNING DECAL
— SUPPLY STD BATTERY BOX DECALS
— °KNEELING TO LEFT OF ENT DOOR
(ORANGE & BLACK) PLUS ARROW
D10
RADIO REQUIREMENTS
— GENERAL ELECTRIC NP800 /NPCPIA
25WATT 2T /2R GE 800MHz MVS MOBILE
RADIO SYSTEM
SPECIFICATIONS
800MHz. RF OUTPUT: MIN. 25WATTS
MIN. 2 CHANNELS WITH TALKAROUND ,
SYNTHESIZER AND PROGRAMMABLE
DIGITAL PRIVATE LINE CODED SQUELCH
CAPABILITY
HAND MICROPHONE WITH MICROPHONE MOUNT
SPEAKER
TRANSIT STYLE ANTENNA W /CABLE. MIL STD.
810 /CD FOR SHOCKVIBRATION AND RAIN
W/C RESTRAINT SYSTEM
— 5 POINT 0— STRAINT WITH SHOULDER
AND LAP BELT
- SUPPLY O- STRAINT PLUGS FOR FLOOR CUPS
- PLUS AMERICAN W/C CLAMP AND °Y°
BELTS
— STORAGE FOR 0— STRAINT BELTS SHALL BE
IN SMALL COMPARTMENT LOCATED BETWEEN
FRONT MODESTY PANEL AND WHEEL WELL
N
/-f //- __ 1,411Ck'!7rLr 0 !- i fit
&W65" clogwl lt�zlrlao
lqam6d AlwmD 1�cco�l
C'/ /'c2A
riODUCTION ORDER
ORDER 822
PAGE 12
SPEC#
REV
C.N.G ITEMS
FIRE SUPPRESSION SYSTEM
- AMEREX V25 ABC
-FOR ENGINE COMPARTMENT
-THIS INCLUDES FIRE DETECTION SYSTEM
ALARM BELL & INDICATOR LIGHT IN DASH
WIRED TO AMEREX SYSTEM
- PROVIDE SMALL ACCESS DOOR TO VEIW
GAUGE ON TOP OF SYSTEM TANK MOUNTED
BETWEEN LEFT REAR WHEEL & RAD
- PLEASE ENSURE WIRES FROM DRIVERS
CONTROL ARE COVER SO THEY CAN NOT
BE DAMAGED BY DRIVER
15' AIR INTAKE RESTRICTION GAUGE
FILL POINT AT SAME LEVEL AS AIR CLEANER
DOOR,ADD MICRO SWITCH ON FILL DOOR
TO CUT OFF IGNITION AND FUEL
- DELETE DIESEL TANK FILLER DOOR
- SUPPLY SHEREX 5078 & 1078 FILL ADAPTERS
-S /S TUBING SIZED FOR FAST FILL (3 /4'DIA)
i! 051J
_ -C7-
C.N.G FUEL CONTAINERS MOUNTED ON ROOF
FOR RANGE OF 400 MILES
-12 TANKS INSTALLED
- BRACKETS & SHROUD ON ROOF TO MOUNT
LONGITUDINAL CYLINDERS
Ile
Q5 to O L
4
05 /yGlo
ANTI STATIC STRAP
ADD PLASTIC PLATE TO DASH TO INDICATE
HEIGHT OF BUS WITH ROOF MOUNTED C.N.G
TANKS
REQUIRES BOX FOR WOODWARD CONTROLLER
AND ALTRONICS IGNITION CONSOLE
- LOCATION LEFT REAR INTERIOR CORNER OF
BUS BEHIND REAR SEAT
-DOOR SHALL BE LOCKED WITH (3) ALLEN
HEAD SOUTH -CO LOCKS
Q ¢
ip /
O D
4
ENGINE OVERSPEED DEVICE SYNCRO START
ESSE -1 AUTO RESET TO CUTOFF IGNITION
AND FUEL
c -1i -a3
. RODUCTION ORDER
ORDER 822
PAGE 13
SPEC#
REV
ADA REQUIREMENTS
-FRT DOOR LIFT COMPLY WITH ADA
_ STORAGE FOR RESTRAINTS
- RESTRAINT SHALL CONSIST OF SEAT AND
SHOULDER HARNESS
- OVERHEAD CLEARANCE BETWEEN THE TOP
OF THE DOOR OPENING AND THE RAISED LIFT
PLATFORM OR HIGHEST POINT OF RAMP
68' MINIMUM
- PRIORITY SEATING DECAL FOR FRONT AISLE
FACING & FIRST SET OF FORWARD FACING
PASS SEAT ALONG WITH W/C POSITION
-(1) 4° ROUND CLEAR LIGHT AT FRONT DOOR
MOUNTED IN LOWER SKIRT PANEL OPERATE
ON /OFF WITH FRONT DOOR OPEN /CLOSE
-(2) 4° ROUND CLEAR LIGHT AT EXIT DOOR
MOUNTED IN LOWER SKIRT PANEL OPERATE
ON /OFF WITH EXIT DOOR OPEN /CLOSE
RADIATOR INSTALLATION
- SUPPLY STD LARGE DIESEL RADIATOR
- REPOSITION RADIATOR FAN TO IMPROVE AIR
FLOW. RE:PERFORMANCE & EFFICIENCY
-ADD HEAT SHIELD BETWEEN RADIATOR INLET
SIDE TANK AND MUFFLER
- INSTALL STANDARD RADIATOR ACCESS DOOR
D
C-I ► -aye
CUSTOMER: YO (C.N.G)
PAINT SCHEME DETAILS SK-P- 822
PAGE 14 OF 14
NNW,
OR! 3
ROOFTOP
WHITE
DU90721
GLOSS
B,C
BETWEEN WINDOWS
BLACK
DU9000
GLOSS
B,C
rB,C
MID BODY BELOW WINDOWS
WHITE
DU90721
GLOSS
BLACK
BOTTOM SKIRT PANELS
WHITE
DU90721
GLOSS
B,C
�,C
REAR A/C ACCESS DOOR
WHITE
DU90721
GLOSS
B,C
STRIPE
DARK BLUE
DU-12908
GLOSS
B
STRIPE
LIGHT BLUE
DU -12077
GLOSS
B
STRIPE
GREEN
DU-41780
GLOSS
B
STRIPE
WHEEL RIMS
ALUMINUM
AXLE HUBS
OUTSIDE OF FRONT DOORS
WHITE
DU90721
GLOSS
B,C
OUTSIDE OF REAR DOORS
WHITE
DU90721
GLOSS
B,C
VERTICAL DASH PANELS
BLACK
N-8079-U IMR
SEMI - 57% GLOSS
TOP OF DASH
BLACK
N-8079-U IMR
SEMI - 57% GLOSS
DESTINATION SIGN DOOR
BLACK
N-8079-U ]MR
SEMI - 57% GLOSS
B,C
DRIVERS WINDSHIELD AREA
BLACK
N-8079-U IMR
SEMI - 57% GLOSS
B,C
INSIDE OF ENTRANCE DOOR
BLACK
N-8079-U IMR
SEMI - 57% GLOSS
B,C
FRONT MECH.BOX DOOR
BLACK
N-8079-U IMR
SEMI - 57% GLOSS
FWD SIDE DRIVERS BARRIER
ARBORITE
FWD SIDE PASS.MOD.PANEL
ARBORITE
REAR SIDE DRIVERS BARRIER
P, yj a MET
ARBORITE
low.,
REAR SIDE PASS.MOD.PANEL
ARBORITE
INSIDE OF REAR DOORS
WHITE
95922U
GLOSS
B,C
REAR DOOR MECH.BOX
WHITE
95922U
GLOSS
B,C
A/C PANELS/REAR WINDOW
WHITE
95922U
GLOSS
B,C
REFLECTIVE BLACK ON YELLOW
ISUPPLIED BY FACTORY 'YOLOBUS' REFLECTIVE VINYL B
INSTALLED BY FACTORY
MATERIAL IS VINYL
low.,
SUPPLIED BY FACTORY
9 us sTePS A-T RtR-
4 INCH
WHITE
HELV MED
B
INSTALLED BY FACTORY
eRe99i?469� (E9
4 INCH
BLACK
HELV MED
VINYL
REFLECTIVE BLACK ON YELLOW
30X23
LOCATED AT REAR OF BUS
ISUPPLIED BY FACTORY 'YOLOBUS' REFLECTIVE VINYL B
INSTALLED BY FACTORY
MATERIAL IS VINYL
C-1 1-als
SUPPLIED BY FACTORY
4 INCH
WHITE
HELV MED
3 B
INSTALLED BY FACTORY
4 INCH
BLACK
HELV MED
MATERIAL IS VINYL
(1) ON ROOF
30X23
C-1 1-als
STATE OF CALIFORNIA . BUSINESS, TRANSF ATION AND HOUSING AGENCY PETE WILSON, Governor
DEPARTMENT OF TRANSPORTATION
EXPEDITED PAYMENT PROCESS
MEMORANDUM OF UNDERSTANDING
This Memorandum of Understanding shall be used for projects funded from the
Passenger Rail Bond Fund (Proposition 108) and the Clean Air and Transportation
Improvement Fund (Proposition 116) to assist local- agencies in addressing their cash flow
needs. This document does not constitute an enforceable contract between the parties. It
will ensure that rail projects proceed on schedule and that bond funds are available to the
local agencies as soon as needed. This process is to be used to provide payments to local
agencies within. ten (10) calendar days.
DEPARTMENT OF TRANSPORTATION (STATE) AGREES:
1) To enter into a Memorandum of Understandingwith the State Controller's Office to
ensure that the State Controller's Office issues a payment warrant within ten (10)
calendar days from receipt of an acceptable invoice from the local agency by the
Department of Transportation. An acceptable invoice is defined as one that is
complete, accurate, uses the Rail Bond Expedited Payment Invoice, and is submitted
not more often than once a month.
2) To deduct disputed charges from subsequent invoices for the same project /fund
source.
3) To pay intermittent invoice(s) for resolved claim disputes.
4) To attempt to resolve unacceptable invoice(s) with the local agency over the
telephone within one calendar day of receipt. If an unacceptable invoice is not
resolved, it will be returned to the local agency for correction, halting the ten -day
expedite payment process clock.
�) To notify the local agency of disputed charges on an invoice prior to submitting the
Invoice Certification, due to the Division of Accounting Rail Bond Unit within
21 -days, requesting an adjustment to the subsequent invoice by the Departmental
Project Administrator.
6) To withhold ten percent (10 %) from any invoice representing a one -time payment
or final payment. The ten percent withheld will be released upon approval of
payment by the Departmental Project Administrator.
7) To terminate this expedite payment process if the State Controller's Office rescinds
the Memorandum of Understanding between that Office and the Department of
Transportation establishing this process.
ATTACHMENT 2 C—J J —J(�
LOCAL AGENCY AGREES:
1) To submit a maximum of one invoice per project /fund source per month.
1) To submit the original signed top copy of a Rail Bond Expedited Payment Invoice
to:
Department of Transportation
Division of Accounting
Office of Financial Control, Rail Bond Unit
P.O. Box 942874
Sacramento, CA 94274 -0001
An advance copy of that invoice may be faxed, if the fax copy is legible. The FAX
Number for the Division of Accounting is (916) 327 -4525.
3) To send the remaining copies of each invoice and all appropriate supporting
documentation to the appropriate Departmental Project Administrator.
4) To resolve disputed charges, in accordance with the Appeal Process, within 25
calendar days of notification of such dispute.
5) To cease billing using this Expedited Payment Process if there are three (3)
disputed invoices within one calendar year with your agency, regardless of fund
source (Proposition 108 or 116).
SIGNATURES:
RECIPIENT AGENCY: City of San Lui G Ohi ano
NAME: Peg Pinard TITLE: Mayor
SIGNATURE, LOCAL AGENCY REPRESENTATIVE
DEPARTMENT OF TRANSPORTATION
DISTRICT OFFICE:
SIGNATURE, DEPUTY DISTRICT DIRECTOR FOR PLANNING
AND PUBLIC TRANSPORTATION
DEPARTMENT OF TRANSPORTATION, DIVISION OF ACCOUNTING
SIGNATURE, CHIEF, OFFICE OF FINANCIAL CONTROL
C-11-0 7
---- - - - - --
COUNTY •. U77IORITY
-----------
WOODLAND, CA 95695
(916)661-0816 ..
December 17, 1992
Mr. Harry Watson
City of San Luis Obispo
P.O. Box 8100
San Luis Obispo, CA 93403 -8100
RE: Release of CNG Bus Option with Sacramento Regional Transit
Dear Harry:
Because we have purchased our CNG
procurement process, the Yolo County
exercise its option with Sacramento Re
three (3) CNG buses. We therefore
agency using that option, subject to
Good luck!
S
Transi
buses through a separate
Transit Authority did not
!gional Transit District for
have no objection to your
approval from RT and FTA.
cc: Cam Beach, Sacramento Regional Transit District
ATTAC ENT 3
C -I I -J 9
December 3, 1992
�SO=r�i�,
� N
V.
Mr. Harry Watson
Executive Director
San Luis Obispo Regional Transit Authority
County Govt Center, Room 207
San Luis Obispo, CA 93408
Dear Mr. Watson:
Thank you for your interest in a possible purchase of (3) CNG
powered 35' ORION transit buses.
As you discussed with our Mr. Doug McKay, these three buses could
be placed into our production schedule as near duplicates'of the
Yolo buses.
Yolo's unit price per 40' bus F.O.B. Woodland, CA is
$258,000.00
Your unit price per 35' bus F.O.B. San Luis Obispo would be
$253,000.00
The above prices do not include taxes.
Based on Notice to Proceed by January 4, 1993, production could
start during the week of May 10, 1993 which would result in
delivery to you in late July, 1993.
For your information I'have enclosed:
A). Copy of unit price from our bid to Yolo
B). Copy of our Yolo production order.
Please contact either myself or Mr. McKay at (416) 625 -9510 if
you have further questions.
Yours truly,
Bob Trimble,
Contracts Manager.
:ch CC: Doug McKay
Bob Bevis,
Vera Campbell
Base Road R.D. 1, Oriskany, New York 13424 ATrACE1M qT 3
Telephone (315) 768 -8101, Fax (416) 625.5218
I
37