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

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

SPECIFICATIONS MEDIUM DUTY TRANSIT BUS WITH ADA ACCESSIBILITY OPTIONS

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

TECHNICAL SPECIFICATIONS

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

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

COORDINATED GRANT COMPETITION: PROJECT SPONSOR FOLLOW-UP QUESTIONS

NEW DGS VEHICLE OPERATION INSPECTION CHECKLIST

City of Jeffersontown PROJECT SCOPE & DESCRIPTION

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

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

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

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

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

REQUEST FOR TRANSIT VEHICLE PRICE QUOTE (RFQ)

SUBMITTED BY: NAME OF FIRM: STREET ADDRESS: CITY, STATE, ZIP: CONTACT PERSON: PHONE #: FAX #:

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

Pennsylvania State Police Academy. 40 Passenger Bus

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

INVITATION TO BID 14 PASSENGER MULTI-FUNCTION BUS ITB

31 & 33 Transit Bus, 19,500 LBS. PCID NO COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID)

EL PASO INDEPENDENT SCHOOL DISTRICT PROCUREMENT SERVICES

GALLATIN PUBLIC UTILITIES

2016 Kia Sportage LX Sport Utility $17,095. Savings $16,250. Fuel Efficiency Rating

2017 MT-55 Chassis Specifications

Florida Department of Transportation Office of Freight, Logistics and Passenger Operations PART 3 OPTIONS. Contract # TRIPS-MD-17-RFP

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

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

NORTH CAROLINA SHERIFFS ASSOCIATION

State Price Quote Specification TYPE A DIESEL, GAS & PROPANE Use this document to bid both non-lift and lift, gas, diesel and propane buses.

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

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

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

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

54 PASSENGER SIZE SCHOOL BUS CHASSIS SPECIFICATIONS

Pennsylvania State Police Tactical Mounted Unit. 25,500# GVWR Crew Cab Tractor

State Price Quote Specification TYPE A GAS, DIESEL & PROPANE Use this document to bid both non-lift and lift, gas, diesel and propane buses.

BID REQUEST FOR Four (4) SCHOOL BUSES

2017 VEHICLE DESCRIPTIONS

MONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT FEBRUARY 20, 2015 BID # BUS

School District 158 Bid Conventional School Bus Specifications Wheelchair Passenger

APPENDIX "C" TYPE C and TYPE A2 OPTION COMPONENT PRICING LIST

State Price Quote Specification TYPE A DIESEL, GAS & PROPANE Use this document to bid both non-lift and lift, gas, diesel and propane buses.

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

PART I Vendor: BRYSON SALES & SERVICE OF WASHINGTON, INC Mfr.: MICROBIRD

The following documentation is an electronicallysubmitted vendor response to an advertised solicitation from the West Virginia Purchasing Bulletin

PART I Vendor: Creative Bus Sales Inc Mfr.: Starcraft

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

TOWN OF FARRAGUT. Bid Specifications For 2017 Dump Truck. William McKelvey Public Works Director Municipal Center Drive Farragut, TN 37934

NOTICE TO BIDDERS. ONE (1) NEW TANDEM AXLE TRUCK (cab & chassis)

INSTRUCTIONS TO BIDDERS

FLAT BED STAKE BODY TRUCK

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

2010 International Application Guide Volume 9 Issue ENTERVAN

28 PASSENGER BUS FOR INMATE TRANSPORT

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

JLG UTILITY VEHICLES

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

State Price Quote Specification TYPE A GAS, DIESEL & PROPANE Use this document to bid both non-lift and lift, gas, diesel and propane buses.

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

INVITATION FOR BID BID NO FOR: ASSORTED 2018 PICKUP TRUCKS COMMODITY CODE:

Meramec Valley R-III School District 126 North Payne Pacific MO

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

Bruneau-Grand View Jt School District #365 Specifications for a 71 Passenger Conventional School Bus with Lift CHASSIS SPECIFICATIONS

Reclining High-Back Bucket Seats w/inboard Armrests Includes head restraints. BA3:Engine Cover Console w/swing-out Storage Bin

FREIGHTLINER WFJ38S COMMERCIAL SHELL

2018 Ford F-250. W2B 4x4 SD Crew Cab 6.75' box 160" WB SRW 40" CA XL

PART I Vendor: SCHETKY NW SALES, INC. Mfr.: THOMAS BUILT BUSES

SEATING CAPACITY: 78 + DRIVER

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

2018 Jeep Renegade ALTITUDE Sport Utility $28,700 $2,950. Savings $25,750. Our Price. Fuel Efficiency Rating

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

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

2016 KANSAS COORDINATED TRANSIT DISTRICT COUNCIL SPECIFICATIONS FOR Full Size Van (12 Passenger)

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

Commercial Vehicle Trip Inspection Schedule Heavy Passenger Vehicles and Trailers

2017 Toyota Sienna LE Mini-van, Passenger $26,871 $1,621. Savings $25,250. Fuel Efficiency Rating

PART I Vendor: SCHETKY NW SALES Mfr.: THOMAS BUILT BUSES

Commercial Vehicle Trip Inspection Schedule School Bus

Slope mower specification With flail attachment

MANISTEE COUNTY ROAD COMMISSION 2019 TANDEM AXLE TRUCK SPECIFICATIONS AND BID REQUIREMENTS (ALTERNATE BID) January 4, 2018

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

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

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

LX80. Note: General purpose bucket with bolt on cutting edges. I J K. Unit : mm

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

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

2015 Ford F-350 Chassis

PART I Vendor: BRYSON SALES AND SERVICE OF WASHINGTON, INC.

BACKHOE LOADERS. Turbocharged Perkins Engine Power 100 hp / 74,5 kw Operating Weight 8,1-8,2 tons Bucket Capacity 1,1 m 3

TYPE C77 BID AS 71 PASSENGER,

PART I Vendor: Harlow's Bus Sales

' DRY BOX WITH STEP BUMPER

PART I Vendor: BRYSON SALES AND SERVICE OF WASHINGTON, INC.

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

LeTourneau Technologies 3592 / 3594 Log Stacker Specifications, 3/11. Note: Optional equipment may be shown in photo.

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

2018 Ford F-150. X1E 4x4 SuperCab Styleside 6.5' box 145" WB XL

Prepared By: Stacy Dixon United Leasing Inc Morgan Ave Evansville, Indiana, Phone: (812)

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

Transcription:

COMMONWEALTH OF PENNSYLVANIA PENNSYLVANIA COMMERCIAL ITEM DESCRIPTION (PCID) PCID NO. 1154 Eff. June 8, 2015 Paratransit Van (Converted Van Type Passenger Vehicle) (Supersedes PCID 1154. eff. 19 May 2015) This PCID covers requirements for a Passenger Type Dual Rear Tire Van (Non-Raised Roof), converted for forward facing wheelchair spaces, fold down flip seats and/or fixed seats. The following shall indicate MINIMUM requirements including all genuine parts, accessories, equipment, and safety features considered standard, whether mentioned herein or not. The vehicle shall comply with all applicable Federal Safety Standards and ADA Requirements. Two (2) seating layouts will be defined in these specifications. Bidders must be able to supply both. Manufacturer s floor plan layout shall be supplied with your bid. Failure to supply any of this information shall be cause for bid rejection. All required Federal Transit Administration s certification forms shall be included in the bid proposal. Required Equipment CHASSIS: 10,360 lb. GVWR, minimum. Wheelbase and cab-to-axle compatible with specified floor plan. Front and rear bumpers. Heavy-duty suspension. ENGINE: Minimum 3.5 liter EcoBoost V-6 gas engine. Increased capacity cooling with coolant recovery system. TRANSMISSION: Six (6) speed Select Shift automatic. Auxiliary transmission oil cooler. FRONT AXLE: GAWR compatible with chassis OEM. Heavy-duty front shock absorbers. Power steering. Steering Stabilizer. Front end alignment shall be done by the distributor prior to delivery with alignment sheet attached. REAR AXLE: GAWR compatible with chassis OEM. Page 1 of 5

Heavy-duty rear shock absorbers. BRAKES: Brakes on all wheels shall be heaviest duty available from the Original Equipment Manufacturer (OEM). The vehicle shall be equipped with an antilock brake system if available from the Original Equipment Manufacturer. ELECTRICAL: Remote controlled, dual low-mounted type exterior rear view mirrors, 5 x 8 minimum. Minimum 210 amp capacity alternator, OEM chassis. Gauge for water temperature. 12 volt maintenance free dual battery system. Schematic for all added electrical equipment that shows where added equipment was electrically attached to existing factory electric power. FUEL TANK(S): Fuel tank capacity, maximum available from the manufacturer of model bid (25-gallon minimum fuel tank). WHEELS AND TIRES: 16 Steel wheels with hub caps. Wheels and radial tires compatible with specified GVWR. Full size spare wheel and tire shall be located unmounted inside of van. BODY: Dual electric windshield wipers with intermittent feature. Dual electric horns Power locks and windows Two under hood lights shall be LED with a minimum of 50 lumens and shall include a high temperature lens. One underhood strip light with a minimum of 100 lumens is acceptable. Dual windshield washers including antifreeze type solvent. Manufacturer s standard AM/FM/CD stereo system with front and rear speakers. OEM Bucket type driver & passenger with seat with air bags. Armrest and sun visor for driver & passenger. Solid Windows and vented, where possible, to provide ventilation. Privacy glass in all windows. Position hold back devices shall be furnished to hold the rear doors in the maximum open position while loading or unloading wheelchair passengers. Dome lights (1 front and 1 rear) with switch on dash and door operated switches on all doors. Day/night inside rear view mirror. Handrail at entrance door for convenience of ambulatory passengers. Necessary insulation shall be provided throughout the vehicle (ceiling and walls) to insure maximum heat and cooling efficiency. Interior lining shall be OEM for the ceiling and walls. Lining shall be installed to cover openings and posts providing a smooth finish and shall be a minimum of 1/8 vinyl type hardboard, Fiberglass Reinforced Plastic (FRP) or molded one piece side walls and door panels that is congruous to industry standards. Color shall be compatible with the color in driver s compartment. Page 2 of 5

Back-up alarm system. Front and rear mud flaps. Tilt steering. Escape roof hatch with an audible alarm shall be provided that can be opened from inside and outside the bus. AIR CONDITIONING/HEATER: Chassis manufacturer s highest available combination air conditioning and heater unit shall be installed in the front and rear sections of the vehicle FLOOR: Flooring shall be 1/2 exterior grade plywood throughout the passenger area securely fastened to the steel van floor. It shall be covered, wall-to-wall, with a non-skid type one-piece wall-to-wall transit grade floor covering, GerFloor or equal. Edges shall be sealed and caulked. EXTERIOR PAINT AND INTERIOR COLORS: Vehicle exterior paint shall be a white finish as the standard color. Interior ceiling and walls shall be the standard color as provided by the manufacturer. FIRE, FIRSTAID AND EMERGENCY EQUIPMENT: A wall mounted First Aid Kit (Johnson and Johnson First Aid Kit #8172 or approved equal). Five pound dry chemical type A-B-C fire extinguisher. Emergency warning triangle kit. OSHA approved Body Fluids Clean-Up Kit in a hard shell case shall be provided. These items shall be securely mounted in appropriate brackets provided by the manufacturer and installed in a location accessible to the driver; locations not to impede passenger traffic in the aisle way. Layout Specific Equipment (to be referenced by Layout) Rear Wheelchair Lift: ADA approved lift shall have been tested to a static load of 1,000 lb. and an 800 lb. rated lifting capacity. Rear loader shall be powered by electric or electric-hydraulic system, which shall operate off the chassis electrical system. Loader shall have a downward travel distance from the vehicle floor as required to properly load and unload wheelchair passengers. Platform dimensions shall be approximately 34" wide by 51" long by 2" base with curb ramp and shall be equipped with a stop to prevent the wheelchair from inadvertently rolling off the platform during loading and unloading. Platform shall power retract to a vertical position when not in use for storage inside the van. Control box or boxes to operate the lift shall be furnished and located for operation by an attendant or the wheelchair passenger from inside or outside the vehicle. It shall be equipped with a safety switch to prevent operation of the lift when door is closed. Lift must be capable of being manually raised and lowered to evacuate vehicle in case of emergency and shall be equipped with a handrail. The OEM van interior light, and a dedicated light illuminating the area where the lift platform will rest when lowered shall operate when the doors (s) is (are) closed. Controls must be located so that the operation of the doors does not restrict access to the control switches. Placement of the controls must be accessible to the operator. Control boxes shall have an interior light to illuminate the switches and to be secured with a lock. A visual warning signal shall be located in the driver s compartment for detection when side door (s) are not in a fully locked position. The lift shall comply with all current ADA requirements, and written documentation of full manually Page 3 of 5

raised and lowered to evacuate vehicle in case of emergency. Lift shall have a manual backup system that allows operation at rated capacity of all function in case of power loss. The lift shall meet NHTSA requirements for section 403 and 404. Cost to include the end user s choice of Braun Vista Series, Braun Century-2 Series, Ricon Model S-Series & Ricon KlearVue. Rear Doors: Approximately 56 clearance meeting ADA requirements between the floor and the top of the door opening. Door shall be properly sealed for protection from the elements when doors are in the closed position. Position hold back devices shall be furnished to hold the rear doors in the maximum open position while loading or unloading wheelchair passengers. The right front passenger door shall be an OEM type. Passenger Entrance Door: The passenger entrance door shall be a two leaf outward opening style, located behind the B pillar. It shall have a minimum clear opening of 33 and overall clear height of 76, measured from the first step. Step risers shall be a minimum of 8 and tread depth a minimum of 9. Ground to first step shall be 9 + ½. Wheelchair Positions: Wheelchair securement location and seat belt/shoulder harness system must be in accordance with ADA Requirements. Sure-Lok Titan System, Q-Straint Deluxe QRT Restraint System or approved equal. Locks shall also be capable of adjustment to properly fit various sizes of wheelchairs. Recessed track shall be supplied for attachment of wheelchairs in accordance with ADA Requirements. Double forward facing fold down seat: Each seat shall include an integrated retractable lap and shoulder belt. Single forward facing fold down seat: Each seat shall include an integrated retractable lap and shoulder belt. Double forward facing fixed seat: Each seat shall include an integrated retractable lap and shoulder belt. Single forward facing fixed seat: Each seat shall include an integrated retractable lap and shoulder belt. NHTSA requires a 3-point shoulder restraint system shall be supplied for each passenger for vehicles under 10,000 GVWR. Layout 1154/A: Option shall include all required equipment and specified body layout as indicated below. Three (3) double forward facing fixed seats. One (1) single forward facing fixed seat. One (1) double forward facing fold down seat. One (1) single forward facing fold down seat. One (1) wheelchair securement and occupant restraint system (Sure-Lok or Q-Straint as specified in purchase order). One (1) ADA Compliant wheelchair lift package (Braun or Ricon as specified in purchase order). Page 4 of 5

Layout 1154/B: Option shall include all required equipment and specified body layout as indicated below. One (1) double forward facing fixed seat. One (1) single forward facing fixed seat. Two (2) double forward facing fold down seats. One (1) single forward facing fold down seat. Two (2) wheelchair securement and occupant restraint systems (Sure-Lok or Q-Straint as specified in purchase order). One (1) ADA Compliant wheelchair lift package (Braun or Ricon as specified in purchase order). Optional Equipment: 1. Two (2) Camera, Windshield Mounted Recording System A two (2) camera windshield mounted, video system shall be a continuous loop recording system with 8 hours of continuous recording with data stored on a removable solid state drive. Video and audio shall have the capability to replay on any computer without the need of special software. The camera shall be provided with a tamper resistant lockable security enclosure with an upgraded night vision LED Module. No subscription of annual fee required. Rosco Dual-Vision DV101E, Zen-Tinel CFR-WM or approved equal. 2. 3.2L Power Stroke I-5 diesel engine with block heater. To also include Manual Regenerative Initiation with Active Regenerative Inhibitor. 3. Reverse Sensing System. 4. Rear window defroster. 5. Driver & Passenger running boards. 6. Recover Driver & right front seats to match passenger seats. 7. Stacking Lift Braun Vista or Ricon KlearVue to offer better visibility out the rear door. 8. Floor Tracking System Floor Plan A - covering entire cargo passenger area with an adjustable tracking system to enable relocation of seating and adjustment of floor plan. Option to include seat bases for selected seat plan. Example AbiliTrax or prior approved equal. 9. Floor Tracking System - Floor Plan B- covering entire cargo passenger area with an adjustable tracking system to enable relocation of seating and adjustment of floor plan. Option to include seat bases for selected seat plan. Example AbiliTrax or prior approved equal. Material Master No Material Master established for this commodity. Quality Assurance Specialist: Gerald Grecek, CPPB Quality Assurance Supervisor: Brian Vulgaris Division Chief: Janice Pistor Page 5 of 5