TECHNICAL SPECIFICATIONS

Similar documents
VEHICLE SPECIFICATIONS 12 PASSENGER OFF CENTER AISLE VAN REV 02/19

VEHICLE SPECIFICATIONS Mid-Sized 4 X 4 Sport Utility Vehicle REV 05/16

1. Additional Information. Yes Yes Yes. Yes Yes Yes. Yes Yes Yes

Barrow County Board of Education 179 W. Athens Street Winder, Georgia 30680

Paratransit Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID)

Paratransit Side Entry Mini Van PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID)

Request for New Heavy Duty 3/4 ton Pickup Truck for Lee County Emergency Management

PACER II. Parking Shuttle. Assisted Living. Shown with optional graphics, lighting and ADA packages. Church

TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500)

GALLATIN PUBLIC UTILITIES

SPECIFICATIONS MEDIUM DUTY TRANSIT BUS WITH ADA ACCESSIBILITY OPTIONS

145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR

REQUEST FOR QUOTE. Half Ton Trucks CONTRACT NO ADDENDUM NO.2

INVITATION FOR BID BID NO FOR: 2014/15 LIGHT DUTY TRUCKS AND VANS COMMODITY CODE:

The bidder shall furnish a complete set of Operator, Service, and Parts Manuals with each body sold.

QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump

Contents VEHICLE SPECIFICATIONS 12/2 CUT-A-WAY CHASSIS SHUTTLE BUS REV 02/19

City of Jeffersontown PROJECT SCOPE & DESCRIPTION

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING

VEHICLE SPECIFICATIONS CONVERTED WINDOW VAN with WHEELCHAIR LIFT REV 02/19

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

CITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET

Type 3 Fire Engine Model 346

KANSAS BUS PURCHASING PROGRAM CONVENTIONAL BUS SPECIFICATIONS SPRING 2015 ****** BASE BUS: ******

MSRP* 2007 Chevrolet Silverado 2500HD LS $42,400

REQUEST FOR QUOTATIONS

2015 KANSAS COORDINATED TRANSIT DISTRICT COUNCIL SPECIFICATIONS FOR Full Size Van (12 Passenger)

COUNTY OF MARQUETTE SHERIFF S OFFICE SPECIFICATION # SSV

2018 Ford Expedition

Equipment Listing 1J4GLB8K43W JEEP LIBERTY RENEGADE 4X4 SPORT UTILITY 4-DR STANDARD EQUIPMENT. Export Equipment Group.

2014 Chevrolet Silverado 1500 LTZ Standard Bed $28,000 $26,995. Fuel Efficiency Rating

THE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT. Tender Specification # For Purchase of One (1), New Wheel Loader with Snow Blades

ISUZU N-SERIES (REG CAB) DIESEL CAB/CHASSIS SPECS NPR-HD (14,500# GVWR)

2017 Toyota Sequoia dr 4x4 Limited (A6)

MSV. Innovating for you

COLLEGE COMMUNITY SCHOOL DISTRICT BID SHEET. THREE (3) 78 PASSENGER TRANSIT STYLE SCHOOL BUSES and ONE (1) 65 PASSENGER LIFT BUS

UNITED TOWNSHIP HIGH SCHOOL # 30 BID FOR (2) SCHOOL BUS

2017 Toyota Sequoia dr 4x4 SR5 w/ffv (A6)

Slope mower specification With flail attachment

Invitation to Tender. District of Taylor MOTOR GRADER

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

VEHICLE REPORT Dodge Ram 1500 SELECTED MODEL. Description SELECTED VEHICLE COLORS SELECTED OPTIONS. Interior: No color has been selected.

ISUZU NPR-HD REG CAB CAB & CHASSIS SPECS 14,500# GVWR DSL

2018 Kia Sportage EX Sport Utility $30,110 $2,500. Kia Rebates $27,610. Sale Price. Fuel Efficiency Rating

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

Equipment Listing 1C4BJWFG8FL JEEP WRANGLER UNLIMITED RUBICON 4X4 SPORT UTILITY 4-DOOR STANDARD EQUIPMENT. Power Convenience Group

VEHICLE REPORT Toyota Camry Hybrid PRICING SUMMARY. Price Component MSRP. Base Price $26, Total Options $0.00.

Equipment Listing 1J8G6E8597W JEEP LIBERTY LTD EDITION 4X4 SPORT UTILITY 4-DR STANDARD EQUIPMENT. Export Equipment Group

Town of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck

FREIGHTLINER WFJ38S COMMERCIAL SHELL

2017 Ford F-550 Chassis

2018 CHEVY EXPRESS 4500 CUTAWAY MODEL: CG ' AVENUE C CAP COST: $62,15.05 SIDE VIEW REAR VIEW TOP VIEW

2018 Ford F-350 Chassis

Equipment Listing 1C4BJWFG6JL JEEP WRANGLER UNLIMITED RUBICON 4X4 SPORT UTILITY 4-DOOR STANDARD EQUIPMENT. Power Convenience Group

Standard features. Standard features of the Unimog U500 NA 2005 model

ITEM 1 - FORKLIFT, 6000-LBS, LP, DUAL FRONT DRIVE WHEELS (1 each)

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK

NORTH CAROLINA SHERIFFS ASSOCIATION

2015 Ford F-350 Chassis

VEHICLE REPORT Nissan Altima PRICING SUMMARY. Price Component MSRP. Base Price $22, Total Options $0.00. Vehicle Subtotal $22,380.

REQUEST FOR TRANSIT VEHICLE PRICE QUOTE (RFQ)

2013 Retail Chevrolet Express Cargo Van RWD " Diesel CG33705 SELECTED MODEL & OPTIONS

2019 Ford Explorer XLT Sport Utility $38,510 $35,510. Our Price. Fuel Efficiency Rating

July 9, Re: Tender 4 X 4 Regular Cab ¾ Ton Work Trucks. Dear Sir:

Equipment Listing 1C4HJWCG3CL STANDARD EQUIPMENT. Monotone Paint. 160 Amp Alternator. 600 Amp Maintenance Free Battery

This list applies to buses (other than motor coaches), minibuses and any trailer towed by a bus, minibus or motor coach.

High Commission of India Colombo CORRIGENDUM

REQUEST FOR BID For Trucks. Bid Notice

2013 Retail Chevrolet Express Commercial Cutaway 4500 Van 159" CG3380 SELECTED MODEL & OPTIONS

2019 Chrysler Pacifica Hybrid FEATURE AVAILABILITY

2013 Retail Chevrolet Express Commercial Cutaway 4500 Van 159" Diesel SELECTED MODEL & OPTIONS

Equipment Listing. 1J4FEB4147L Vehicle Description 2007 JEEP WRANGLER RUBICON 4X4 RHD SPORT UTILITY 2- DOOR STANDARD EQUIPMENT

Equipment Listing 1C4BJWDG3DL STANDARD EQUIPMENT. Monotone Paint. 160 Amp Alternator. 600 Amp Maintenance Free Battery

Department of Motor Vehicles Loudoun County Public Schools School Bus Inspection Study Guide Hand Out

VEHICLE REPORT Dodge Ram 1500 SELECTED MODEL. Description SELECTED VEHICLE COLORS SELECTED OPTIONS. Interior: No color has been selected.

2016 Ford F-150 LARIAT Crew Pickup $43,836. Fuel Efficiency Rating

Commercial Vehicle Trip Inspection Schedule Heavy Passenger Vehicles and Trailers

Equipment Listing 1J8G2B8S64Y JEEP GND CHEROKEE PREM 4X4 SPORT UTILITY 4-DR STANDARD EQUIPMENT. Export Equipment Group.

Request for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW

METRO,...,. AMENDMENT- INVITATION FOR BID (IFB) Project No. Date Amendment Issued. Issued By

Everything You Need! Phone , Ext. 229

2018 Kia Sedona LX Mini-van, Passenger $34,585 $2,500. Kia Rebates $32,085. Sale Price. Fuel Efficiency Rating

2017 Toyota Tundra x4 Double Cab 6.6' box 145.7" WB 39" CA SR5 5.7L V8 (A6)

ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR

2019 Ram 1500 FEATURE AVAILABILITY

28 PASSENGER BUS FOR INMATE TRANSPORT

Voyager MDR-235 Four Track Articulated Carrier Specifications

Lincoln Versailles Signature Series for 1980

VEHICLE REPORT Dodge Ram 3500 SELECTED MODEL. Description SELECTED VEHICLE COLORS SELECTED OPTIONS. Interior: No color has been selected.

REQUEST FOR BID For Trucks. Bid Notice

2017 Ford F-150. W1E 4x4 SuperCrew Cab Styleside 5.5' box 145" WB XLT

Town of South Windsor, Connecticut. Police Department

NELSON COUNTY FISCAL COURT

2010 Dodge Journey SXT Sport Utility $7,418. Retail Price $7,208. Internet Price. Fuel Efficiency Rating

2015 Scion tc 2DR HB (NATL) 2dr Car $17,893. Market Price $14,718. Below Market Price. Fuel Efficiency Rating

BID PROPOSAL FOR TWO (2) 71 PASSENGER SCHOOL BUS w/ Wheelchair Lift and A/C Model Year 2012

EXHIBIT 1 FY-18 VEHICLE PURCHASE

THE MUNICIPALITY OF WEST ELGIN. QUOTE FOR THE SUPPLY OF ONE - 1/2 Ton Pickup Truck INSTRUCTIONS TO BIDDERS

Vehicle Information. Inspection Date : 22 Sep :02 PM. Inspection ID : Inspector : 4948

Please note the following in regards for the Tractor and Tractor Mount Runway Broom and Blower bid:

Transcription:

TECHNICAL SPECIFICATIONS GENERAL PURPOSE: The purpose of these specifications is to describe for purchase, a 2018 or newer 10-14 passenger airport shuttle bus with rear mounted handicap lift. This bus will be used to transport passengers to and from the airport terminal. INTENT: It is the intention of this specification to describe a vehicle of substantial and durable construction in all respects. Particular attention is given to feature, which will provide the safest possible vehicle for transporting people. These features include a steel cage, which surrounds the passengers to protect them from accidents. REQUIREMENTS: (a) The chassis/vehicle is to be the latest model available. (b) The engine shall be a 6 cylinder gas or diesel model. (c) The chassis shall be the heaviest duty available with all possible options to make it a heavy duty vehicle. COMPLETENESS: (a) Any part or detail, which makes the vehicle complete and ready for service, shall not be omitted, even though such part or detail is not mentioned in these specifications. (b) The price quoted in any proposal submitted shall include all items of labor, materials, tools, equipment and other costs necessary to fully complete the manufacture and delivery of the bus pursuant to these specifications. CONFORMITY: All units or parts not specified shall be manufacturer s best quality and shall conform in materials, design, or workmanship to the best practice known in the automotive industry. All parts shall be new, and in no case will used, reconditioned or obsolete parts be accepted. The parts on all vehicles provided by the same manufacturer should be interchangeable. TESTING: Complete bus and all working and moving parts and operation devices shall be thoroughly tested and put in proper operating condition by the manufacturer. 1

DIMENSION: Passenger Capacity (seating): Overall Length Overall Width Overall Height Interior Height Step Height from Ground Side Entry Door Dimensions GVWR Wheelbase Rear Wheels 10-14 Passengers 266.1 Minimum 81.3 Minimum 107.7 Minimum 75 Minimum 12 Maximum 38 Or Larger Dual Pane Door with 35 Clear Opening. 10,360 lbs. Minimum 147.6 Minimum Dual ENGINE: The engine shall be a V-6 gasoline or diesel design, not to exceed 4.0 Liters of displacement. Engine shall be furnished with a large capacity full flow oil filter easily reached and replaced without removal of any major compartment. The entire electrical system shall be alternator type. Battery terminals and alternator terminals shall be clearly marked to avoid misconnection and subsequent damage of rectifier. Dual batteries shall be provided. The engine compartment shall be insulated from the passenger compartment so as to absolutely minimize coach interior noise level, heat and fumes. Engine shall be furnished with engine cooler. Battery ground to be located on the frame in same location as batteries. Grounding bolt to be installed through existing hole in frame. Engine guard equipped, electrically controlled engine shutdown system. 2

ENGINE MAINTENANCE: A complete service manual shall be provided with all scheduled maintenance intervals, instructions and any required parts such as oil and transmission fluid checking devices so that PTAA maintenance can perform routine maintenance on vehicle. FUEL SYSTEM: Fuel tank shall be a minimum twenty-five (25) U.S. gallon capacity, internally baffled to prevent surging and rigidly supported by at least two (2) supports arranged for easy removal. An engine mounted fuel filter is required with replacement-type. EXHAUST SYSTEM: The vehicle shall be equipped with stainless steel exhaust pipes and muffler properly installed with heat shields and baffles. Tailpipe is so designed to direct exhaust towards the rear of the coach. TRANSMISSION: Automatic. FRONT AXLE: 4,130 lbs. or greater. REAR AXLE: 7,275 lbs. or greater STEERING: Hydraulic power-assist with tilt BRAKES: Dual circuit, 4wheel disc, ABS hydraulic brake system. Dual piston calipers on front and rear axles. Sliding caliper disc brakes on all wheels. Shall include electric brake pad wear indicator for all wheels. Dash indicator display shall be located on instrument cluster. WHEELS: 16 or greater steel wheels with 16 or greater stainless wheel covers for each exterior wheel. 3

TIRES: Vehicle will be equipped with 6 75R16 BSW or greater tires, plus full size spare. ELECTRICAL SYSTEM: The electrical systems and equipment shall comply with all applicable FMVSS and shall also conform to all the applicable SAE recommended standards and practices. Alternator must be at least 220 amp SAE output, single or combined. Must be equipped with dual batteries. Electric Junction Panel A heavy-duty circuit board junction panel shall be provided inside the bus, accessible from the inside through an access cover. Board is to be equipped with heavy-duty 12-volt DC relays and 12-volt DC auto-reset circuit breakers and blade type fuses. Panel is to be equipped with a complete circuit legend. Bus shall be equipped with a backup alarm. AM/FM CD player with a minimum of four (4) speakers mounted in the passenger compartment area along with pre-wiring for a 2-way radio which the airport will install. INSTRUMENTS AND CONTROLS: The following instruments or lamps are to be provided: *Ammeter or Voltmeter *Oil Pressure Gauge *Fuel Tank Level Gauge *Engine Temperature Gauge *Headlight High Beam Indicator *Directional Signal and Flasher action light 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 uniform manner. The following controls, in addition to the normal steering, braking and transmission functions are to be provided. *Column mounted turn signals 4

DOOR: *Emergency flasher facing the driver/clearly visible *Door control at driver location *Master exterior light switch *Separate switch and temperature controls for the driver heater and defrost *Two-speed wiper control with intermittent feature *Windshield washer *Passenger compartment lights The vehicle shall be equipped with a premium electric passenger entrance door with minimum 38 outward opening, 35 clear opening. WINDSHIELD AND WINDOWS: All windows must meet State and Federal safety standards AS-1, AS-2 and AS-3. Windows on each side must be able to meet FMVSS 217 for emergency access as required. Passenger windows are to be dark tinted. HEATER: The heating system shall have at least two (2) unit type heaters; one (1) located in the driver s area (chassis supplied) and one (1) in the passenger area. Heaters are to be individually controlled by three (3) position switches: low, high, off and be controlled from the switch panel. Provisions shall be made for windshield defrosting adjustable output within reach of the driver. AIR CONDITIONING: Automotive in-dash style front air conditioning and a separate rear auxiliary air conditioning system shall be provided. Upgraded Carrier or equal, A/C system, with a under vehicle mounted condenser. 5

INTERIOR LIGHTING: The basic lighting configuration shall include: a driver s compartment dome light, instrument panel lights, switch panel back lighting, LED lights for the passenger area, and LED step-well lights that adequately illuminates the step-well area with the door open and will be wired to automatically activate when the passenger door is open. EXTERIOR LIGHTING: All exterior lights must meet State and U.S.D.O.T. requirements. A license plate light shall be provided on the rear of the vehicle along with two (2) backup lights. FLOORING: Gray Altro non-skid brand or equivalent flooring, to cover entire floor area for safety and durability. No smoking signs to be installed on customer entry side door steps. INTERIOR: The interior is to provide a pleasant aesthetically pleasing atmosphere. Interior walls shall provide a decorative durable finish that coordinates with the vehicle interior color scheme. Interior walls shall be covered with FRP or equal. The headliner shall be covered with a automotive grade fabric that coordinates with the vehicle interior color scheme. All stanchions shall be stainless steel clad and shall be securely fastened into the structural members at all mounting points. Stanchions shall not be mounted to sheet metal, fiberglass or other non-reinforced areas. A driver s sun visor shall be provided. A minimum 70 two tier carperted interior luggage rack shall be mounted behind the driver. There shall be overhead handrails installed in the ceiling for added customer convenience and safety. There shall be handrails located on both sides of the entry door way. 6

SEATS: Airport shuttle package to include 10-14 aisle facing seats with grey level 4 leather mate or equal vinyl covering. 4-6 of the rear seats may be fold down to accommodate handicap lift. Briefcase rack to replace front right passenger seat next to driver. HANDICAP LIFT Lift shall be of the latest design, ADA compliant, rear mounted with tie down straps. EMERGENCY EQUIPMENT: Vehicle must be provided with a 5 lb. ABC rated fire extinguisher, 16-unit first-aid kit and a triangle reflector hazard kit. MUD FLAPS: Mud flaps shall be installed behind the front and rear wheels. EXTERIOR PAINT & GRAPHICS: The proposer shall quote a dark Blue exterior color and current Airport Authority bus wrap design as shown in the included pictures of current Airport shuttle bus #2. The successful bidder shall also match all Airport graphics and logos. MISCELLANEOUS TEHCNICAL SPECIFICATIONS: There shall be no sharp corner on the unit that will cause injury to the passengers. All corners that can cause injury shall be rounded or padded. Welds shall be relatively free of slag inclusions and undercut. Fillet welds size shall be equal to the thickness of the least of the jointed parts. No wires shall be visible on the exterior or interior of the bus. The body shall be free of all cracks, dents and defects due to metal fatigue or physical damage. 7

BODY WARRANTY: Manufacturer will provide a minimum of one (1) year/12,000 miles parts and labor warranty to cover all components and parts of the vehicle. It is the purpose of these specifications to provide a bus that will provide many years of service. The manufacturer shall warranty the bus body structure for a period of at least five (5) years or 75,000 miles. SERVICE: A factory authorized service and repair center for the Transit-350 HD that will perform all warranty and heavy maintenance work, must be located within thirty (25) miles of the airport. WARRANTIES: Body Structure Five (5) years/75,000 miles Body Components & Parts One (1) year/12,000 miles Main Electrical Wiring Harness Two (2) years/unlimited Air Conditioning Two (2) years/unlimited miles. Corrosion Six (6) years/100,000 miles Environmental Fallout One (1) year/12,000 miles Seat Frame and Upholstery Two (2) years/unlimited miles SHUTTLE OPERATIONAL FUEL AND MAINTENANCE COST Proposer shall include annual and 5 year fuel and maintenance cost projections of proposed vehicle based on the following criteria : Average daily mileage - 150 Average annual mileage 55,000 Average speed 15 to 45 mph Average load 1 to 3 passengers plus luggage. 8