Loading...
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