Loading...
HomeMy WebLinkAbout2024-12-10 - AGENDA REPORTS - HYDROGEN FUEL BUS CONTRO Agenda Item: 9 CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR CITY MANAGER APPROVAL: Li ' DATE: December 10, 2024 SUBJECT: CONTRACT FOR THE PURCHASE AND DELIVERY OF THREE LOCAL HYDROGEN FUEL CELL ELECTRIC BUSES DEPARTMENT: Economic Development PRESENTER: Adrian Aguilar RECOMMENDED ACTION City Council approve and authorize the City Manager or designee to execute a contract with New Flyer of America Corporation for the purchase of three hydrogen fuel cell electric buses, training, and spare parts in an amount not to exceed $4,803,192, or modify the award in the event issues of impossibility of performance arise, subject to City Attorney approval. BACKGROUND Santa Clarita Transit has a fleet replacement program that meets the Federal Transit Administration's (FTA) 12-year life cycle for commuter and transit vehicles. Four of the City of Santa Clarita's (City) local buses have reached the end of their useful life and are scheduled to be replaced over the next 18 months. As required by state law, the City Council adopted the City Zero Emissions Transition Plan (Plan) in late 2020. The Plan serves as a roadmap for the City to comply with the state mandate, which requires the City to have a 100-percent zero -emission bus fleet by 2040. The City's Plan calls for the purchase of three hydrogen fuel cell electric (fuel cell) local buses to replace compressed natural gas -powered buses that have reached the end of their useful life. This strategy will allow the City to continue to improve fleet reliability, reduce emissions within the region, and improve the overall fuel economy of the City's bus fleet. The buses proposed for purchase have new vehicle designs and technology that will improve the customer experience. The recommended action would also bring the City in alignment with the desired capital replacement schedule, where approximately 1/12 of the transit fleet is scheduled for replacement each fiscal year. Page 1 Packet Pg. 83 O The City intends to purchase the fuel cell buses through the State of California purchasing cooperative agreement. Purchasing buses through this method expedites the purchasing process and ensures competitive pricing. Under the state's cooperative agreements, product specifications were identified and prices negotiated based on the total projected participation of the cooperative members, rather than just the vehicles scheduled to be purchased by the City. As an added measure, staff conducted a price analysis to ensure the proposed pricing is within industry standards and is the most advantageous to the City. The use of purchasing cooperatives is common within the transit industry and is a practice accepted by the FTA. Should this action be approved by the City Council, the City will be able to take advantage of state incentive programs for the purchase of zero -emission buses, replace a number of aging buses that have reached the end of their useful life, and implement the latest zero -emission technology. This would be the second order the City has placed for fuel cell buses, bringing the total number of zero -emission buses on order to seven. The estimated delivery timeline for these vehicles is 12 to 18 months. ALTERNATIVE ACTION 1. Direct staff to issue a Request for Proposal for the procurement of fuel cell transit buses. 2. Other action as determined by the City Council. FISCAL IMPACT The City has programmed Federal 5307 transit grant funds to cover 100 percent of the total contractual cost of the buses. The resources required to implement the recommended action are contained in the City's adopted FY 2024-25 budget in Expenditure Account 7003702-520103 (Transit Capital/Automotive Equipment). No General Fund monies are being allocated to this procurement. ATTACHMENTS New Flyer of America Option Proposal -City of Santa Clarita Transit (avaliable in the Clerk's Reading File) Cooperative Agreement Contract ID 91-19-23-17B, Supplement 6 (avaliable in the Clerk's Reading File) Page 2 Packet Pg. 84 City of Santa Clarita Transit Option Proposal for Three (3) 40' Hydrogen Fuel Cell Buses NEW FLYER OF AMERICA NEW FLYER OF AMERICA October 28, 2024 Adrian Aguilar Transit Manager City of Santa Clarita Phone: (661) 295-6305 Email: aaquilarC@santa-clarita.com Web: htto://www.santa-clarita.com Subject: Quotation for Heavy -Duty Low Floor 40-Foot Hydrogen Fuel Cell Transit Buses Dear Adrian Aguilar: New Flyer of America Inc. is pleased to submit an option price quotation for the production of Three (3), 40-Foot Heavy Duty Hydrogen Fuel Cell Transit Buses based of the State of California Contract ID 1-19 23-17B (DGS Contract) to be added to the current SR3013. The proposed buses will be technically configured as per the base bus configuration in the DGS Contract. The price for one (1) 40-foot Heavy Duty Hydrogen Fuel Cell is $1,297,587.03 USD. Pricing above is in accordance with the DGS Contractual price for a 40-Foot Heavy Duty Hydrogen Fuel Cell Transit Bus and includes the applicable volume discount for a bus order quantity of 5-9. See Tab 1 for further details regarding the pricing. New Flyer is also pleased to offer an optional upgrade from the 2016 PEM motor (in the DGS base bus) to a 2022 PEM Motor. Differences in the performance between these two PEM motors can be found in Tab 9 of our proposal. Given the rugged terrain in the Santa Clarita area, this upgrade is highly recommended to meet gradeability requirements. • The price change for upgrading from a 2016 to a 2022 PEM motor is $29,862.37 USD. We want to take this opportunity to highlight key elements of our proposal. Please note that the warranty, training, tooling and diagnostics, and publications provided in this proposal will be identical to that of the DGS contract. Please see details below for each one. Warranty: New Flyer exceeds industry standard warranties in many areas such as 5 years / 300,000 miles warranty for axles (Standard warranty is 2 years) and our multiplex warranty is 3 years / 150,000 miles (Standard competitor warranty is 1 year / 50,000 miles). Please refer to Tab 3 of our proposal for additional details regarding our Warranty package. Warranty is included in the bus price. Training: New Flyer Training is an organization within the New Flyer Customer Services group — a division of New Flyer Industries. As a part of the leading manufacturer of heavy-duty transit buses in the United States and Canada, we have access to top design, engineering, propulsion technology and electrical systems professionals. This enables us to offer the service and expertise to maximize the lifetime value of your fleet. Training is not included in the Bus Price. Please refer to Tab 4 of our proposal for additional details regarding our Training package. Tooling and Diagnostics: Diagnostics items are included in the base bus price whereas Recommended Special Tools and PPE are priced outside of the base bus price. Please refer to Tab 5 of our proposal for additional details regarding our Tooling and Diagnostics package. Publications: Our New Flyer Publications professionals combine extensive, hands-on technical experience with exceptional writing, illustrating, and publishing skills to create the industry's benchmark in maintenance manuals. Supplying accurate information in a timely manner assists the customer in the performance of proper bus maintenance, which in turn, adds to the overall reliability and lifetime value of each New Flyer bus on the road. Publications are included in the bus price. Please refer to Tab 6 of our proposal for additional details regarding our publications package. Delivery Proposal: New Flyer is proposing a complete delivery of the buses between Q4 2025 to Q 1 2026. Payment Terms: Following the terms and conditions of New Flyer's contract with DGS, proposed payment terms are Net 45 days from acceptance, in which acceptance occurs 30 days after delivery. New Flyer would also like to provide advanced payment terms with discounts. Please refer to Tab 2 of our proposal for additional details. This is a very important project to us as it allows us the opportunity to continue to build on the strong relationship we have enjoyed with the City of Santa Clarita Transit. It also affords us the opportunity to deliver to you, once again, some of the most advanced vehicles available in North America. We thank you for your continued interest in New Flyer products and look forward to working with you in the near future. This proposal is valid for 60 days. Please indicate your acceptance by signing and returning a copy of the Price Change Summary to New Flyer, attention Adrian Graca via email: Adrian GracaCcDnewflyer.com Sincerely, NEW FLYER OF AMERICA INC. ALI Luciana Marques Technical Sales Manager C 431.278.8653 luciana marguesCcDnewflyer.com CC: Adrian Graca — Business Segment Director Walter Yang — Regional Sales Manager City of Santa Clarita Transit Option Proposal For Three (3) 40-Foot Fuel Cell -Electric Buses Proposal Table of Contents Section 1, Pricing Section 2, Progressive Payment Options Section 3, Warranty Section 4, Training Section 5, Tooling and Diagnostics Section 6, Publications Section 7, PEM Motor NEW FLYER OF AMERICA Built to Rely On' City of Santa Clarita Transit Option Proposal For Three (3) 40-Foot Fuel Cell -Electric Buses Section 1, Pricing New Flyer Response: Please refer to the attached Price Change Summary for review. NEW FLYER OF AMERICA Built to Rely On' NEW FLYER Price Change Summary Property: Santa Clarita Option Origin: DGS Sales Release No.: N/A Quantity: 3 Type: XH E40 Price Change No.: 1 Revision: 0 Date: October 28, 2024 Each Total iriginal Contract Price Base Coach $ 1,297,587.03 $ 3,892,761.0E ase Bus Price Change Total $ $ iscounts (see Price change detail for more information) $ $ evised Price Base Bus (including ADA & delivery) $ 1,297,587.03 $ 3,892,761.0E DA Equipment (Non -Taxable) $ 19,061.92 $ 57,185.77 elivery Fee (Non -Taxable) $ 12,950.00 $ 38,850.00 xtended Warranties (Non -Taxable) $ - $ - on -Taxable Items Total $ 32,011.92 $ 96,035.77 Base Price (Non-taxable items removed) $ 1,265,575.11 $ 3,796,725.3, ales Tax @ 9.5000% on bus price without non- taxable items, icludes -Partial Exemption Certificate- Zero -Emission Transit us (3.9375%) for a total Tax rate of 5.5625% $ 75,143.52 $ 225,430.57 otal Base bus (without ADA/Delivery) plus tax $ 1,340,718.63 $ 4,022,155.8E otal Bus with Tax, ADA and Delivery $ 1,372,730.55 $ 4,118,191.6E i[APSYMMI! City of Santa Clarita Transit Option Proposal For Three (3) 40-Foot Fuel Cell -Electric Buses Section 2, Progressive Payment Options New Flyer Response: Please see our progressive payment options with discounts below. Milestone Payment Options (XHE40) i for Milestones Option 1 Payment Fuel Cell Installation 75% $973,190 ($10,998)1 $962,192 Acceptance 25% $324,397 $0.001 $324,397 $1,297,587 ($10,998) $1,286,589 Option 2 Approval for Shipment from Facility 80% $1,038,070 ($6,399) $1,031,671 Acceptance 20% $259,5171 $0.00 $259,517 $1,297,587 ($6,399)1 $1,291,188 NEW FLYER OF AMERICA Built to Rely On' City of Santa Clarita Transit Option Proposal For Three (3) 40-Foot Fuel Cell -Electric Buses Section 3, Warranty New Flyer Response: Please refer to the attached Warranty proposal as per the DGS contract for review. Please note that Standard Warranty Pricing is included in the Bus Price. NEW FLYER OF AMERICA Built to Rely On' • NEW FLYER OF AMERICA CONTRACT DELIVERABLES LIST Warranty CUSTOMER NAME Santa Clarita BID NUMBER 2024-001 BUSMODEL XHE40(136 kwh) QUANTIry 5 MAJOR COMPONENT DESCRIPTION BASEAND EXTENDED WARRANTY COMMENTS PROVIDER YEARS MILEAGE Base Bus Warranty New Flyer ofAmerica 2 100,000 Excluding scheduled maintenance items, acts of nature, or normal consumables Basic Bus Structure New Flyer ofAmerica 3 150,000 Body, and body structure shall consist ofthe components that are mechanically fastened or adhesively bonded or glued as part of the structure. Consists of all components that are welded together to form the main frame (skeleton) and body construction. The Chassis Structu re(I ntegrity) New Flyer ofAmerica 12 500,000 structu ra I integrity guarantee covers against a significant loss of structural integrity of the assembly or its functional Consists of all components that are welded together to form the main frame(skeleton)and body construction. The os on gua ra ntee covers aga inst a significant loss of st ructuraI integrity of the assembly or its functional perfo rma nce, resulting from a pertinent loss of cross-section due to corrosion caused by normal environmental elements but excludes Chassis Structure (Corrosion) New Flyer ofAmerica 12 500,000 corrosion caused by aggressive road de icers such as Magnesium Chloride or equivalents, unless New Flyer approved preventative measures are taken. The warranty shall be void I the Agency fails to conduct corrosion inspections and scheduled preventive maintenance procedures as specified in the Contractor's maintenance manuals. The Agency shall maintain documentation, auditable by the Contractor, verifying service activities in conformance with the Contractor's aintena nce manuals. Propulsion System(Traction System, Siemens/New Flyer 3 100,000 First 2 years covered by Siemens and the But year covered by New Flyer. All warranty claims to be submitted to New Controllers/Inverters and Gear Box) Flyer. Hydrogen Fuel Cell(FCMove) Ballard 6 250,000 Some limitations and exclusions may apply- Please see manufacturer's warranty document. DC to DC Converter Ballard 6 250,000 Some limitations and exclusions may apply- Please see manufacturer's warranty document. "Capacity fade isthe relative reduction of the total amount of energy the battery system can store in a single charge for the purpose of powering the bus as compared to capacity at beginning of life (BOL). Capacity fade iswarranted to 80%at year 6 when; Fuel Cell High Voltage Batteries (136 ESS Energy/New Flyer Industries 1) capacity measurements are taken from a balanced ESS, and kwh) Limited 3 Unlimited 2) ESS is maintained inthe mannerdescribed inthe New Fryer Service Manual." "The string Battery Management System (BMS) controllers and Power Distribution Unit (PDU) are warranted for proper operation up to year 6 when the ESS is maintained in the manner described in the New Flyer Service Manual" All warranty claims to be submitted to New Flyer. "Capacity fade is the relative reduction of the total amount of energy the battery system can store in a single charge for the purpose of powering the bus as compared to capacity at beginning of life (BOL). Capacity fade is warranted to 80%at yea r6 when; Fuel Cell High Voltage Batteries (136 ESS Energy/New Flyer Industries 1) capacity measu rements are taken from a balanced ESS, and kwh- Extended Warranty) Limited 4-6 300,000 2)ESS is maintained inthe mannerdescribed inthe New Fryer Service Manual." "The string Battery Management System (BMS) controllers and Power Distribution Unit (PDU) are warranted for proper operation up to year 6 when the ESS is maintained in the manner described in the New Flyer Service Manual" All warranty claimsto be submitted to New Flyer. Excluding maintenance items& items that are not covered bythe OEM'swarranty. All friction materials are excluded from thislimited warranty. Wear and third party items su ppl led w ith theaxle(e.g. slack adjuster, seals and bearings, shocks, Axle (Front and Rear) MAN 5 300,000 air bellows, 'adins rods, brake chambers) are not included in the 5 year warranty. Please see manufacturer's warranty document. Somelimitationsand exclusions mayapply- Please see manufacturer's warranty document. All repairs/warranty claims A/C Thermo King 2 Unlimited eed to be handled through the local authorized repair facility. Brake System New Flyer ofAmerica 2 100,000 Friction Material Excluded Some limitations and exclusions may apply- Please see manufacturer's warranty document. All repairs/warranty claims Destination Signs Hanover 10 Unlimited need to be handled through the local authorized repair facility. Door Systems Vapor 3 150,000 Excluding maintenance items& items that are not covered bythe OEM'swarranty Air Compressor New Flyer ofAmerica 2 100,000 Wheelchair Ramp New Flyer ofAmerica 2 Unlimited Electrical System Parker 3 150,000 Excluding maintenance items& items that are not covered bythe OEM'swarranty LED Headlights I.W.Speaker 6 Unlimited Warranty covers parts onlyfor years 3-6. Paint Axalta 5 Unlimited Passenger Seats American Seating 5 Unlimited Some limitations and exclusions may apply- Please see manufacturer's warranty document. Air Dryer New Flyer ofAmerica 2 100,000 Towing New Flyer ofAmerica 2 100,000 Handling Charges 15% New Flyer ofAmerica 5 300,000 Road Call New Flyer ofAmerica 5 300,000 Power Steering System New Flyer of America 2 100,000 DC to DC Converter Vanner 3 150,000 Some limitations and exclusions may apply- Please see manufacturer's warranty document. New Flyer Industries Limited warrantsthe tires installed as original equipment on this vehicle only against defects in materials and workmanship which cause the vehicle to fail to comply with applicable U.S. and Canadian greenhouse gas Tires o New FlyerofAmerica 2 24,000 emiss on lunits ("Warrantable Emissions Failures"). This vehicle emissions limited express warranty relatingto original equipment tires is valid for two (2) years or 24,000 miles whichever occurs first. New Flyer Connect System New Flyer ofAmerica 3 Unlimited Covers system and subscription for 3 years Santa Clarita Bid # 2024-001 Contract Deliverables TC XHE40 (136 kwh) Page 1 of 1 Issued 2/6/2024 3:30 PM City of Santa Clarita Transit Option Proposal For Three (3) 40-Foot Fuel Cell -Electric Buses Section 4, Training New Flyer Response: Please refer to the attached Training proposal as per the DGS contract for review. Training is not included in the Bus Price. NEW FLYER OF AMERICA Built to Rely On' f j m z / � 5 cr - - - LLI O \ \ a F S t \ t §� §\ \ L ® n / u Ln N oa § 2 � cro _ ® cr } � z \ \ I z = I 2 _ r M z ( - E �2 ®_ ® ® ' ° \ LU 2 }r, \\ =t § u k \ k \ \ / \ ®/)� 7 q f c 3 (: 2» > z t o 2@ E c ° a` \ o = z@CL = u 2 o c 0 o _ x z E% ` < x= I « I E z= { : 4 _ e> - J=> 2 M = z< E § w& « w F--j b I I§ z z «- z w F Z 0 o ■ & 2< F u - 5 F-� , 2§ o uj V) Q 2�§ § § Ln ƒ K z § $ § § g § $ ) [ 2 Z q § § j § E) k § Ln � � �7 ' W uF- § ���5 § a § o 2 \ \� o> _ § (Az § \ � ) : K § q LU 5 : § E / . @ LL / \ § to a)w } S 2 _ v 2 Z ® k z § ) \ \ . / E o 0 LU / £ ] City of Santa Clarita Transit Option Proposal For Three (3) 40-Foot Fuel Cell -Electric Buses Section 5, Tooling and Diagnostics New Flyer Response Please refer to the attached details of the Tooling and Diagnostics as per the DGS contract for review. As per the base contract, Diagnostic items are included in the Bus Price whereas Recommended Special Tools and PPE are priced outside of the base bus price (billable). The Recommended Special Tools and PPI section of the Tooling and Diagnostics proposal serves a shopping list to best select the tools necessary for your operation. NEW FLYER OF AMERICA Built to Rely On' } W m Q a0 Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z Z }}} Z C -vo -vo -vo _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ E EE 0 E E E 0 0 V ¢ z ¢ ¢ z z ¢ ¢ z z ¢ ¢ z z ¢ ¢ z z ¢ ¢ z z ¢ ¢ z z ¢ ¢ z z ¢ ¢ z z ¢ ¢ z z ¢ ¢ z z ¢ ¢ z z ¢ ¢ z z ¢ ¢ z z ¢ ¢ z z ¢ ¢ z z ¢ ¢ z z ¢ ¢ z z ¢ ¢ z z 6 o Z � C a 7 V X � N Z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z o ' w j � V N C F a Z 7 mN N N N N N N N N N N N N N N a N N N N N a a N N N N N N N N N N N N N N .i .i .i F C R m m v m a o m zm zm a� w o o zm '^ N, o v m C o e o- ° v v a v y v v v v v v v v v o o -o - o 0 o _ w v v Ea 3 N Ea v N io LL` v - -- w- 3 0 3 3° 3 ,t 't 3 3 E ,t 3 a m oL V a ° v v 0 N N w o o N -- o N `v v `- w o �,�„ ,� t� t� u" w >> c> o u m> o w m= - m v¢ v � ° 3'i v a 3 �o 3 a w m�.i3 m oom�N�"N 2>" u� u!' E `"" w � oN~� m a 3� o Ea' oo. o.v o. w _ a a z Y> u `w u° ~ ° u. `oy°no o>J N°o Q yQu `om Z �z��> cUg�„_ o� R y O m O W y i� 7 6 a m¢- ? ou > m ? Q w ycc a a Q ,piQ C yVj - _ ° ¢ a X 000 C Z C oil RED Ei o o w O C G } OO y a y O y « m O w..v. Uv �U! O O y O 'O O y >; y l0 2 z LL 9i co w 'o lw O y N 7 G E O V O o F Q y W � 7 E o O z 3 U o z � 0 5 0 E v o s iot o ~_ Z N E E o o 0 00 m - ° ESo 3 o " 8 8 8 3 0' - i _ w. 'o' m w m m o v is R. Y`r o 'o V `mo LLu. c o O mo m ? yJ .. .. - - a O m v° o 0 m E¢ `w w C V� N a X in F S w vEi Q w a C Voi w Voi r C $$ Voi C w z J = J O w w w Z Z ��<0a- N wwQo�n�°o°5w v J u� z YG zz o =l ut m W D Z g m ° ° z ° 5 - Q w u a V +' m ° u z x } m Q 0 C) w N l7 x z z Z O Q w o w Z o a o 3 o vi� a x � o � o > F a - vi z z Z p F z N a+ w u cc O z Z � f6 O V 0 Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E E 0 0 0 v m V W o v v v v N v w O v m � v rmi o V vi v �O Lo i v i v— v Lo o v r�i� o v of v N v io v I m o VI o 11 v m v w o v v v v v�i N . v v�i O N'q v m m^ w o o N w o v N o v vi v io N v m v v i n o I v o I I r�i� N o N m .vi o v m .�i r�i� o v w v r�i v I v .+ m o v N o w v vIi .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i w .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i m a N v o io m .+ .+ w m m w v o o w w o 0 v v 0 v vNi o vNi wo n m N n m n m m �n io m � N' �n �n w ry io N. w m �m �m �m �m m m m m m m N m o m m m m m m m m N m o m m m m m m m m m m m m m m m m m m .+ m m m 3 S. 'o a a ¢ o ¢ ¢ ¢ ¢ ¢ ¢ v w m - E n °o •t ~ ^p °o ~ °: °: _ `= m a u' - v s N" o ^ +, N v" `o_ `o_ ^ v - on v\\ ^ 0 ovEi 3" v N a= E ovn 10 x ry a m x vxi - E on x rxi m F E_= LL O LL a m a a; F o o .y o v y a E v N Q > 3 a a a a 'EE u LL a on o3 4¢ o m m m m m Vv' E .'-: Y o - o N N .+ - Q O O N a v> Fm° V LL m v v o E _ m m o Y v>- - a o c o ' m "' - a C- m 3 3 F Q Q Q v �n -Yon s` S S S _Yon s` s N m o a o a a a a a a i o v F y m °ECEPo ." o u E Q o `v o' w 3'i su, m c v v 3° F a °: `o `o `o Q o E m ._ - s o on o ° L u u u u ._ u o on o ° L u u u F - m m " 25 3'i a 13 3 a 10 u s o u `o- o o `o- `o- `o- u s u o `_ ° `o- `o- _`o_ ° L ~ J E v u v -u -u -u -uo`_ u o w F o 3 u a v a «� v v o ___ w _ o v o v° o 0 0 o v o -u m o Q -° s ¢ xv Y v > v - c z o o o s s m ° o o s m x o LL LL LL LL m m LL LL `o on LL LL u u u u u LL LL u u u ¢ o u LL u a¢¢¢¢ u LL u a¢¢ `o O oo oo . . x x oo oo . . x x oo oo . . x x oo oo . . x x oo oo . . x x oo oo . . x x oo oo . . x x oo oo . . x x oo oo . . x x oo oo . . x x oo oo . . x x oo oo . . x x oo w x a Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y Y E E E E E E E E E E E E E E E E E E E E E E E E E E E E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E E 0 0 E 0 v m v m m o 6.ti v m m y v rmi j v io v 11 m v of v o v m v m v o of v �O v mm. v m oo— mm. o o.ti m v v rmi ri v io vi °v m v of o v o v m �n v v w m v o of v �O .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i .i mAv° mvmmvvvvvvvvommmm�vvvn v mm o -xo 'o Q u io o on on O o o yo Yon ` o o y v y v_ v v m ° a y i y F 3 o o`o x� on on oo 'o oo 01 o oo cn > ° o y ° .o .o o --_—_ - - ono o onx �� p U U o `o U t w — — — _ — _ _ - _ o ° — — N a _ 0 o u u >— m i m x — — — Im m u City of Santa Clarita Transit Option Proposal For Three (3) 40-Foot Fuel Cell -Electric Buses Section 6, Publications New Flyer Response: Please refer to the attached Publications as per the DGS contract for review. Publications are included in the Bus Price. NEW FLYER OF AMERICA Built to Rely On' 0 City of Santa Clarita Transit BID NUMBER 1 12024-001 (Based on 19-017) Santa Clanta QUANTITY 15 CUSTOMER PROGRAM MANAGER PROPULSION SYSTEM Siemens - E-Drive All Electric Propulsion System includes. 1 DB2016 PEM, 160 kW Traction Drive Motor, Inverters, E-drive Controls and related components FUEL CELL RANGE EXTENDER Ballard - FCMove Fuel Cell System HIGH VOLTAGE SYSTEM ESS TBD BATTERIES Odyssey group 31 Absorbed Glass Matt (AGM) maintenance free batteries. 1150 CCA ULTRACAPACITOR N/A AIR COMPRESSOR Powerex - Direct coupled electric powered AIR DRYER Haldex "Gemini MDx" Tandem air dryer (includes Multi -Treatment Catrid e) with conse oil/water separator. COOLING -Engine EMP - Rooftop 2 fan for inverters COOLING -Drive Unit EMP COOLING-ESS Modine - Battery Thermal Management System FRONT AXLE M.A.N. - VOK-07-F GAWR 15,873 lbs., Disc brakes, Hub mount, Knorr cylinders, Ferodo lining REAR AXLE M.A.N. - HY-1350-F Ratio 5.67:1, GAWR 28,660, Disc brakes, hub mount, Knorr cylinder, Ferodo lining. ABS Mentor WABCO - 24V with ATC FLOOR HEATERS ITBD PLC MULTIPLEX Vansco - VMM 1615 WINDOWS Arow Global Stormtite non -flush mounted ENTRANCE DOOR Vapor - Slide Glide Electric EXIT DOOR Vapor - Slide Glide Electric PASSEGER SEATS American seating- Insight PASSEGER SEAT - Ca aci 40 DESTINATION SIGNS I I Luminator - Horizon 24V LED VEHICHLE MONITORNG SYSTEM New Flyer - CONNECT without DMAS AVAIAVLIAPC SYSTEM Provisions Emergency information to be on board each Emergency Responder Guide (8.5x11 laminated paper) 5 With First Bus Delivery 6 bus Operator's Guide (8.5x11 3-hole) 5 With First Bus Delivery 6 Parts Manual 1 20 Business Days After First Production Bus Delivery 12 Service Manual 1 20 Business Days After First Production Bus Delivery 6 Bus System Drawings Manual (11x17 3-hole regular paper includes air, electr, hydraulic, cooling, PLC HVAC layouts and schematics) 1 1 120 Business Days After First Production Bus Delivery 1 6 USB Includes only NF Manuals plus OEM TIV USB 1 20 Business Days After First Production Bus Delivery 6 manuals below identified with — Siemens E-Drive Propulsion System OEM Vendor Manual Set (includes only the following) With First Bus Delivery or Soon After Receiving From OEM Supplier ELFA3 System User Guide (Safety, Installation, Operation, Maintenance, Diagnostics and Parts information documents) 1 N/A Ballard Fuel Cell OEM Manual Set (includes only the following) With First Bus Delivery or Soon After Receiving From OEM Supplier FCMove Fuel Cell System User Guide 1 N/A ESS Battery OEM Manual Set (includes only the following) With First Bus Delivery or Soon After Receiving From OEM Supplier System User Guide 1 N/A Modine BTMS OEM Manual (includes only the following) With First Bus Delivery or Soon After Receiving From OEM Supplier BTMS Service Manual 1 N/A Thermo King HVAC OEM Manual (includes only the following) With First Bus Delivery or Soon After Receiving From OEM Supplier RLF Unit Maintenance Manual 1 N/A Intelligaire III Diagnostic Manual 1 N/A Destination Sign OEM Manual (includes only the following) With First Bus Delivery or Soon After Receiving From OEM Supplier Luminator Operation & Maintenance Manual 1 N/A WABCO ABS System OEM Manual (includes only the following) With First Bus Delivery or Soon After Receiving From OEM Supplier ABS Maintenance Manual 1 N/A EMP Cooling System OEM Manual (includes only the following) With First Bus Delivery or Soon After Receiving From OEM Supplier Traction motor and Inverter Cooling System Service Manual 1 N/A Cooling System Troubleshooting Manual 1 N/A Valeo DC200 Cabin Heater OEM Manual Set (includes only the following) With First Bus Delivery or Soon After Receiving From OEM Supplier DC200 Workshop Manual 1 N/A Vansco Multiplexing System OEM Manual (includes only the following) With First Bus Delivery or Soon After Receiving From OEM Supplier Hardware User Guides 1 N/A Software User Guides 1 N/A City of Santa Clarita Transit Option Proposal For Three (3) 40-Foot Fuel Cell -Electric Buses Section 7, PEM Motor New Flyer Response: Please see table below for the differences in performance between the 2016 vs the 2022 PEM Motor. As shown below, the 2022 PEM motor has a significantly higher gradeability to meet gradeability requirements in the rugged terrain in Santa Clarita area. Electric Traction Motor OEM Siemens Type Permanent Magnet Excited Synchronous Machine (PEM) Model 1 DB2016-6NB06 (2016) 1 DB2022-3NA06 2022 Rated Power 160 kW rated and 230 kW max (2016) 209 kW rated and 280 kW max (2022) Rated Torque (Based on 5.67:1 ratio axle) 1400 Nm rated and 3000 Nm max (2016) 2000 Nm rated and 3800 Nm max 2022 Gradeability at GVW Up to 16% (2016) Up to 23% then 19%* (2022) *23% peak gradeability for a short duration NEW FLYER OF AMERICA Built to Rely On' oe Department of General Services Procurement Division 707 Third Street, 2nd Floor West Sacramento, CA 95605-2811 State of California STATEWIDE CONTRACT USER INSTRUCTIONS NON -MANDATORY *Supplement 6* *(Incorporates Supplements 1— 6)* ISSUE AND EFFECTIVE DATE: CONTRACT NUMBER: DESCRIPTION: CONTRACTOR: CONTRACT TERM: STATE CONTRACT ADMINISTRATOR: *810312023 * 1-19-23-17B Zero -Emission Transit Buses New Flyer of America, Inc. 12/16/2019 through *1211512024* Erica Seghesio-Groves (279) 946-8022 Erica.SeahesioGrovesCa�das.ca.aov The contract user instructions, products, and pricing are included herein. All purchase documents issued under this contract incorporate the contract terms and applicable California General Provisions: Non -IT General Provisions, rev 06/08/2010 (http://www.documents.dgs.ca.gov/dgs/fmc/gs/pd/dgspd 401.pdf) Cal eProcure link: www.caleprocure.ca.gov ORDER PLACEMENT INFORMATION Mailing Address: Contact Information: New Flyer of America, Inc. Email: Mark Fisher 2880 Jurupa St Mark Fisher(a)newflyer.com Phone: (909) 560-1541 Ontario, CA 91761 STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES PROCUREMENT DIVISION Contract (Non -Mandatory) 1-19-23-17B Contract User Instructions, Supplement 6 All changes to most recent Supplement are in bold red italic. Additions are enclosed in asterisks; deletions are enclosed in brackets. SUMMARY OF CHANGES Supplement Description/Articles Supplement Number Date *6* *Subject contract for Zero -Emission Transit *8/03/2023* Buses is hereby modified to reflect the following changes: ➢ Contract has been extended from 1211512022 to 1211512024. ➢ Attachment A, Contract Pricing. Price increase on all Zero -Emission Transit Bus Groups.* 5 Subject contract for Zero -Emission Transit Buses 1/24/2023 is hereby modified to reflect the following changes: ➢ Article 17, Ordering Procedure, updated order placement contact information. ➢ Article 26, Contract Administration, updated contact information. 4 Subject contract for Zero -Emission Transit Buses 11/29/2022 is hereby modified to reflect the following changes: ➢ Contract has been extended from 12/15/2022 to 12/15/2023. ➢ Attachment A, Contract Pricing. Price increase on all Zero -Emission Transit Bus Groups and updates to battery technology. ➢ Attachment C, Base Bus Configurations, updates to battery technology and drive system. ➢ Attachment D, Technical Questionnaire, updates to battery technology, drive system, and traction motor. ➢ Attachment G, Federal Certification Forms, updated. 3 Subject contract for Zero -Emission Transit Buses 11/09/2021 is hereby modified to reflect the following changes: ➢ Article 26, Contract Administration — update to State Contract Administrator's contact information. Contract 1-19-23-17B Page 2 8/03/2023 User Instructions STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES PROCUREMENT DIVISION Contract (Non -Mandatory) 1-19-23-17B Contract User Instructions, Supplement 6 2 Subject contract for Zero -Emission Transit Buses 05/20/2021 is hereby modified to reflect the following changes: ➢ Contract has been extended from 12/15/2021 to 12/15/2022. 1 Subject contract for Zero -Emission Transit Buses 01/08/2021 is hereby modified to reflect the following changes: ➢ Article 26: Change to Contract Administrator N/A Original Contract Posted 12/16/2019 All other terms and conditions remain the same. Contract 1-19-23-17B Page 3 8/03/2023 User Instructions STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES PROCUREMENT DIVISION Contract (Non -Mandatory) 1-19-23-17B Contract User Instructions, Supplement 6 TABLE OF CONTENTS 1. SCOPE........................................................................................6 2. CONTRACT USAGEIRULES............................................................................................ 6 3. ❑GS ADMINISTRATIVE FEES.......................................................................................... 7 4. SBIDVBE OFF -RAMP PROVISION................................................................................... 7 5. EXEMPT PURCHASES.....................................................................................................7 6. PROBLEM RESOLUTION/SUPPLIER PERFORMANCE.................................................8 7. CONTRACT ITEMS........................................................................................................... 8 8. FEDERAL TRANSIT ADMINISTRATION (FTA) CLAUSES AND CERTIFICATIONS ....... 8 9. INSURANCE REQUIREMENTS........................................................................................8 10. SPECIFICATIONS.............................................................................................................8 11. CUSTOMER SERVICE..................................................................................................... 8 12. PRE -ORDER CONFIGURATION...................................................................................... 9 13. PRE -ORDER QUOTE REQUEST..................................................................................... 9 14. PRODUCT SUBSTITUTIONS/DISCONTINUED VEHICLE REMEDY/NEW TECHNOLOGY PROVISION........................................................................................... 10 15. PURCHASE EXECUTION............................................................................................... 10 16. MINIMUM ORDER........................................................................................................... 11 17. ORDERING PROCEDURE............................................................................................. 11 18. ORDER ACCEPTANCE.................................................................................................. 12 19. ORDER RECEIPT CONFIRMATION ............................................................................... 12 20. OUT OF STOCK REMEDY............................................................................................. 12 21. DELIVERY SCHEDULES................................................................................................ 13 22. PRE -DELIVERY CHECKLIST......................................................................................... 13 23. DELIVERY DOCUMENTS............................................................................................... 13 24. FREE ON BOARD (F.O.B.) DESTINATION.................................................................... 14 25. INSPECTION AND ACCEPTANCE................................................................................. 14 26. CONTRACT ADMINISTRATION..................................................................................... 14 27. RETURN POLICY............................................................................................................ 14 28. PRODUCT RECALL PROCEDURES.............................................................................. 15 29. INVOICING...................................................................................................................... 15 30. PAYMENT....................................................................................................................... 15 31. CALIFORNIA SELLER'S PERMIT................................................................................... 16 Contract 1-19-23-17B Page 4 8/03/2023 User Instructions STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES PROCUREMENT DIVISION Contract (Non -Mandatory) 1-19-23-17B Contract User Instructions, Supplement 6 32. WARRANTY.................................................................................................................... 16 33. ATTACHMENTS..............................................................................................................17 Contract 1-19-23-17B Page 5 8/03/2023 User Instructions STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES PROCUREMENT DIVISION Contract (Non -Mandatory) 1-19-23-17B Contract User Instructions, Supplement 6 1. SCOPE The State's contract with New Flyer of America, Inc., (Contractor) provides Zero -Emission Transit Buses at contracted pricing to Ordering Agencies in accordance with the requirements of Contract #1-19-23-17B. The Contractor shall supply the entire portfolio of products as identified in the contract and will be the primary point of contact for customer service, data collection, reporting, and distribution of Zero -Emission Transit Buses. This Statewide contract is a State Cooperative Purchasing Contract (SCPC) under Section 3019 of the FAST Act and is compliant with Federal Transit Administration (FTA) Guidelines. The State of California has contracted with New Flyer of America, Inc., to provide Zero -Emission Transit Buses, Options, Spare Parts, and Support to multiple participants, including transit organizations from other states. The contract incorporates FTA required clauses and certifications. Any out of state agency is free to use the SCPC throughout the life of the contract. Incentive discount programs such as CALSTART HVIP are not factored in to Attachment A, Contract Pricing. These incentive programs, if any, will apply at the time a purchase order is placed with New Flyer of America, Inc. The contract term is for two (2) years with an option to extend the contract for three (3) additional one (1) year periods or portion thereof at the unilateral discretion of the State. 2. CONTRACT USAGE/RULES • The use of this contract is non -mandatory for Ordering Agencies. Ordering Agencies are defined as "State of California departments (State), any city, county, city and county, district or other local governmental body or corporation empowered to expend public funds for the acquisition of goods, information technology, or services", reference Public Contract Code (PCC), section 10298 (a) (b), and similar United States agencies outside of California, reference section 3019 of the FAST Act. Ordering Agencies must adhere to all applicable State laws, regulations, policies, best practices, and purchasing authority requirements, e.g. California Codes, Code of Regulations, State Administrative Manual, Management Memos, State Contracting Manual Volume 2, FTA requirements, applicable statutes, rules, regulations and orders of the United States and the jurisdiction of the Ordering Agency. Prior to placing orders against this contract, Ordering Agencies are responsible for verifying they comply with FTA requirements. Contract 1-19-23-17B Page 6 8/03/2023 User Instructions STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES PROCUREMENT DIVISION Contract (Non -Mandatory) 1-19-23-17B Contract User Instructions, Supplement 6 Prior to placing orders against this contract, State departments must have been granted non -IT purchasing authority by the Department of General Services (DGS), Procurement Division (DGS-PD) for the use of this statewide contract. The department's current purchasing authority number must be entered in the appropriate location on each purchase document. Departments that have not been granted purchasing authority by DGS-PD for the use of the State's statewide contracts may contact DGS-PD's Purchasing Authority Management Section by e-mail at pams(a)dgs.ca.gov. State departments must have a DGS agency billing code prior to placing orders against this contract. Ordering departments may contact their Purchasing Authority contact or their department's fiscal office to obtain this information. 3. DGS ADMINISTRATIVE FEES A. Non -State Ordering Agency For all Non -State Ordering Agency transactions issued against the contract, the Contractor is required to remit to DGS-PD an Incentive Fee of an amount equal to 1 percent of the total purchase order amount excluding taxes and freight. This Incentive Fee shall not be included in the agency's purchase price, nor invoiced or charged to the Non -State Ordering Agency. All prices quoted to Non -State Ordering Agency customers shall reflect State contract pricing, including any and all applicable discounts, and shall include no other add -on fees. B. California State Ordering Agency The DGS will bill each State Ordering Agency an administrative fee for use of this statewide contract. The administrative fee should NOT be included in the order total, nor remitted before an invoice is received from DGS. Current fees are available online in the Price Book & Directory of Services (https-//www.dgs.ca.gov/OFS/Price-Book) (go to Price Book Download and click on Purchasing under Procurement Division). 4. SB/DVBE OFF -RAMP PROVISION There is no SB/DVBE off ramp associated with this contract. 5. EXEMPT PURCHASES There are no exempt purchases associated with this contract. Contract 1-19-23-17B Page 7 8/03/2023 User Instructions STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES PROCUREMENT DIVISION Contract (Non -Mandatory) 1-19-23-17B Contract User Instructions, Supplement 6 6. PROBLEM RESOLUTION/SUPPLIER PERFORMANCE Ordering Agencies and/or Contractor shall inform the DGS State Contract Administrator (DGS CA) of any technical or contractual difficulties encountered during contract performance in a timely manner. This includes and is not limited to informal disputes, supplier performance, outstanding deliveries, etc. The Ordering Agency should include all relevant information and/or documentation (e.g., purchase documents). 7. CONTRACT ITEMS Contract items include all items listed in Attachment A, Contract Pricing: • Base Bus per Attachment C, Base Bus Configuration • Battery upgrades • Extended warranties • Options, including all items in the Contractor's catalog • Spare Parts • Support, including: o Operator and Technician Training o Manuals Contract also includes a battery leasing option. Odering Agency must contact the Contractor for more details. 8. FEDERAL TRANSIT ADMINISTRATION (FTA) CLAUSES AND CERTIFICATIONS The Contractor's completed FTA clauses and certifications are included as Attachment G. 9. INSURANCE REQUIREMENTS The Contractor must maintain in force (as required by State law) a valid Worker's Compensation Insurance Policy for all employees engaged in the performance of the contract and agree to furnish the satisfactory evidence if an Ordering Agency may request. 10. SPECIFICATIONS All products listed on Attachment A, Contract Pricing, conform to Attachment B, Technical Specification and Attachment D, Technical Questionnaire. 11. CUSTOMER SERVICE The Contractor will have a customer service unit that is dedicated to this contract. The customer service unit provides office and personnel resources for responding to inquiries, including telephone and email coverage weekdays during the hours of 8:00 a.m. — 5:00 p.m. PT. Contract 1-19-23-17B Page 8 8/03/2023 User Instructions STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES PROCUREMENT DIVISION Contract (Non -Mandatory) 1-19-23-17B Contract User Instructions, Supplement 6 The customer service unit shall be staffed with individuals that: • Are trained in the requirements of this contract; • Have the authority to take administrative action to correct problems that may occur; and • Are designated for training and general customer service follow-up. Contact Phone Email John Elder 320 203-4724 John Elder newfl er.com 12. PRE -ORDER CONFIGURATION The Contractor shall offer a pre -order configuration in accordance with Attachment H, New Bus Manufacturing Inspection Guidelines. 13. PRE -ORDER QUOTE REQUEST The Contractor shall provide an offer to Ordering Agencies in MS Excel spreadsheet format that contains the following information or as specified by the Ordering Agency: • Contractor letterhead • Offer/Quote "prepared by" name and contact information • Offer/Quote number • Date of Offer/Quote • Ordering Agency name • Ordering Agency contact person • Contract number • Contract Line Item Number • Quantity • Description of Item • Manufacturer's Part Number/SKU • MSRP/Index Price • Contract Discount, if any • Contract Unit Price • Extended Price (Quantity x Contract Price) • Subtotals of taxable and non-taxable items • Rate and calculated tax • Applicable fees • Grand Total Contract 1-19-23-17B Page 9 8/03/2023 User Instructions STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES PROCUREMENT DIVISION Contract (Non -Mandatory) 1-19-23-17B Contract User Instructions, Supplement 6 14. PRODUCT SUBSTITUTIONS/DISCONTINUED VEHICLE REMEDY/NEW TECHNOLOGY PROVISION Vehicles meeting or exceeding the category requirements shall be available throughout the duration of the contract term. The contract provides for technology refresh as models are discontinued or cease production and must be approved by the DGS CA. These changes will be made in the form of a contract supplement, and will not be effective until the supplement's release. The Contractor shall not substitute products or configurations or modify catalog information without written approval from the DGS CA. If no substitute product is available that meets or exceeds the specifications due to fundamental technology or market change, the State may alter the configuration to meet the updated marketplace standards. Obsolescence of a configuration may be determined at the discretion of the State. Upon receipt of order acknowledgment identifying discontinued items, the Ordering Agencies shall have the following options: Amend purchase document to reflect DGS CA approved substitute item Cancel the item from the order Under no circumstance is the Contractor permitted to make substitutions with non -contract items or unauthorized products without approval from the DGS CA. The State reserves the right to add new devices or accessories to this contract that may evolve or become available through new technology. Such additions must be for the same general purpose as equipment awarded and fall within the original scope. Such equipment shall only be added if it is presented as a replacement as approved by the DGS CA. 15. PURCHASE EXECUTION A. State Ordering Agency 1) Std. 65 Purchase Documents State Ordering Agencies not transacting in FISCAL must use the Purchasing Authority Purchase Order (Std. 65) for purchase execution. An electronic version of the Std. 65 is available at the Office of State Publishing web site (https://www.dgsapps.dgs.ca.gov/osp/Statewide Form sWeb/Forms.aspx) (select STD Forms). Contract 1-19-23-17B Page 10 8/03/2023 User Instructions STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES PROCUREMENT DIVISION Contract (Non -Mandatory) 1-19-23-17B Contract User Instructions, Supplement 6 All Purchasing Authority Purchase Orders (Std. 65) must contain the following: • Agency Order Number (Purchase Order Number) • Ordering Agency Name • Agency Billing Code • Purchasing Authority Number • Leveraged Procurement Number (Contract Number) • Supplier Information (Contact Name, Address, Phone Number, Fax Number, E-mail) • Line Item number • Quantity • Unit of Measure • Commodity Code Number • Product Description • Unit Price • Extension Price 2) FISCAL Purchase Documents State departments transacting in FISCAL will follow the FISCAL procurement and contracting procedures. 3) Blanket Orders The use of blanket orders against this statewide contract is not allowed. B. Non -State Ordering Agencies Non -State Ordering Agencies may use their own purchase document for purchase execution. The purchase documents must include the same data elements as listed above (Exception: Purchasing Authority Number and Billing Code which are used by State departments only). 16. MINIMUM ORDER There is no minimum order for this contract. 17. ORDERING PROCEDURE Ordering Agencies are to submit appropriate purchase documents directly to the Contractor via one of the following ordering methods: • U.S. Mail • Email Contract 1-19-23-17B Page 11 8/03/2023 User Instructions STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES PROCUREMENT DIVISION Contract (Non -Mandatory) 1-19-23-17B Contract User Instructions, Supplement 6 The Contractor's Order Placement Information is as follows: ORDER PLACEMENT INFORMATION Mailing Address: Contact Information: New Flyer of America Email: Mark Fisher 2880 Jurupa St Mark Fisher(a)newflyer.com Phone: (909) 560-1541 Ontario, CA 91761 When using any of the ordering methods specified above, all State Ordering Agencies must conform to proper State procurement procedures regardless of funding. If a Non - State Ordering Agency is a recipient of Federal funding, it is their responsibility to ensure compliance with FTA requirements in addition to the procurement procedures of their jurisdiction. 18. ORDER ACCEPTANCE The Contractor may accept orders from any Ordering Agency. 19. ORDER RECEIPT CONFIRMATION The Contractor will provide Ordering Agencies with an email or facsimile order receipt confirmation within forty-eight (48) hours of receipt of purchase document. The Order Receipt Confirmation shall include the following information: • Contractor's Order Number • Ordering Agency Name • Agency order number (Purchase Order Number) • Description of Goods • Total Cost • Anticipated Delivery date • Date order is placed with manufacturer • Delayed Production Notification (If applicable) • Discontinued Bus Notification (if applicable) 20. OUT OF STOCK REMEDY Upon receipt of an order acknowledgment identifying out of stock Spare Part items, the Ordering Agencies should have the following options: • Request back order • Cancel the item from the order with no penalty Contractor should provide notification to the Ordering Agencies regarding out -of -stock items which have been back ordered. Contract 1-19-23-17B Page 12 8/03/2023 User Instructions STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES PROCUREMENT DIVISION Contract (Non -Mandatory) 1-19-23-17B Contract User Instructions, Supplement 6 Under no circumstance is the Contractor permitted to make substitutions with non -contract items or unauthorized products without DGS CA approval. 21. DELIVERY SCHEDULES Delivery for orders placed against this contract shall be in accordance with the following: A. Locations Deliveries are to be made to the location specified on the individual order. The Contractor is requested to make deliveries to Los Angeles County, Orange County, San Bernardino Metropolitan Area, and San Diego Metropolitan Area during off-peak hours. Off-peak hours are 10:OOAM to 4:OOPM PT. B. Schedule Delivery of ordered product shall be completed in full within two (2) years after receipt of an order (ARO). Since receiving hours for each Ordering Agency will vary by facility, it will be the Contractor's responsibility to check with each facility for their specific delivery hours before delivery occurs. The Contractor must notify the Ordering Agency within twelve (12) hours of scheduled delivery time if delivery cannot be made within the time frame specified on the Order Receipt Confirmation. 22. PRE -DELIVERY CHECKLIST Prior to delivery, each vehicle shall be completely inspected, serviced, and detailed by the Contractor and/or the manufacturer's pre -delivery service center. A copy of the pre - delivery checklist shall be completed for each vehicle, signed by a representative of the organization performing the inspection/service and delivered with the vehicle. 23. DELIVERY DOCUMENTS The following documents shall be delivered to the Ordering Agency with the vehicle: • Completed and signed pre -delivery service checklist, including the order number and Vehicle Identification Number (VIN) • "Line Set Tickets" showing all options installed • One (1) copy of the warranty, including applicable certificates, cards, etc. • One (1) copy of the owner's manual (if applicable) The following manuals shall be provided to the Ordering Agency, within thirty (30) days following the delivery of the first production vehicle. • One (1) copy of the Maintenance Packages Manual • One (1) copy of the Preventative Maintenance and Procedure Manual • One (1) copy of the Parts Manual • One (1) copy of the Operator's Manual Contract 1-19-23-17B Page 13 8/03/2023 User Instructions STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES PROCUREMENT DIVISION Contract (Non -Mandatory) 1-19-23-17B Contract User Instructions, Supplement 6 24. FREE ON BOARD (F.O.B.) DESTINATION All prices are F.O.B. destination; freight prepaid by the Contractor, to Sacramento County. The fees for deliveries outside of Sacramento County shall be negotiated between the Contractor and Ordering Agency. Responsibility and liability for loss or damage for all orders will remain with the Contractor until final inspection and acceptance, when all responsibility will pass to the Ordering Agency, except the responsibility for latent defects, fraud, and the warranty obligations. 25. INSPECTION AND ACCEPTANCE Inspection and acceptance shall be in accordance with the General Provisions, paragraph 17 entitled Inspection, Acceptance and Rejection, Non -IT General Provisions, Rev. 06/08/2010, as well as Attachment H, New Bus Manufacturing -Inspection Guidelines. 26. CONTRACT ADMINISTRATION Both the State and the Contractor have assigned contract administrators as the single points of contact for problem resolution and related contract issues. Administrator DGS-PD New Flyer of America, Inc. Information Contact Erica Seghesio-Groves Adrian Graca Name: Telephone: 279 946-8022 204 470-5521 Email: Erica.SeghesioGroves(a-)dgs. Adrian Graca(a)newflyer.com ca. ov Address: DGS/Procurement Division New Flyer of America, Inc. Attn: Erica Seghesio-Groves Attn: Adrian Graca 707 Third Street, 2nd Floor, 6200 Glenn Carlson Drive MS 201 St. Cloud, MN 56301 West Sacramento, CA 95605 27. RETURN POLICY Contractor shall accept all Spare Parts for return at no cost to the Ordering Agency within thirty (30) calendar days of delivery, and refund the customer in full. Spare Parts returned should be in the packaging as delivered and include all documentation. Lost or damaged packaging materials and/or documentation shall be supplied by the Contractor. The Contractor shall not charge for these materials in excess of the Contractor's cost. The Contractor shall provide the DGS CA and/or Ordering Agency a copy of the Contractor's material cost, if requested, within ten (10) days of request. Contract 1-19-23-17B Page 14 8/03/2023 User Instructions STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES PROCUREMENT DIVISION Contract (Non -Mandatory) 1-19-23-17B Contract User Instructions, Supplement 6 All returns shall be picked up within seven (7) working days of notification. Notification is defined as notice in writing, by facsimile, or e-mail. 2B. PRODUCT RECALL PROCEDURES The Contractor shall provide recall notification, regardless of level, in writing to the DGS CA and each applicable Ordering Agency through the most expedient method possible. The notices, at a minimum, shall include a complete product/component description and/or identification, contract number, delivery order number and disposition instructions. The Contractor shall pick up, test, destroy, or return recalled products/components to the manufacturer at no expense to the Ordering Agency. The Contractor shall issue replacement of product/component or credit for any product/component removed or recalled. Each Ordering Agency shall have the option of accepting either replacement product/component or credit in exchange for recalled/removed products. 29. INVOICING Invoices shall be submitted to the Ordering Agencies within seven (7) calendar days from date of delivery. Ordering Agencies may require separate invoicing, as specified by each Ordering Agency. 30. PAYMENT A. Terms Ordering Agencies may pay by check or electronic funds transfer. California State Ordering Agency Payments are to be made in accordance with paragraph 30 of the State's General Provisions. B. State Financial Marketplace The State reserves the right to select the form of payment for all procurements, be it either an outright purchase with payment rendered directly by the State, or a financing/lease-purchase or operating lease via the State Financial Marketplace (GS $Mart and/or Lease $Mart). If payment is via the financial marketplace, the Contractor will invoice the State and the State will approve the invoice and the selected Lender/Lessor for all product listed on the State's procurement document will pay the Contractor on behalf of the State. Contract 1-19-23-17B Page 15 8/03/2023 User Instructions STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES PROCUREMENT DIVISION Contract (Non -Mandatory) 1-19-23-17B Contract User Instructions, Supplement 6 31. CALIFORNIA SELLER'S PERMIT The California seller permit number for the Contractor is listed below. Ordering Agencies can verify that permits are currently valid at the following website: www.cdtfa.ca.gov. State departments must adhere to the file documentation identified in the State Contracting Manual Volume 2. Contractor Name Seller Permit # New Flyer of America 102804994 32. WARRANTY A. Standard Warranty The Contractor is providing warranties and warranty services set forth in Attachment E, Warranty Requirements. Refer to Attachment E1, Summary of Standard Warranties for warranties being provided by New Flyer as some components terms exceed what is required in Attachment E, Warranty Requirements. B. Energy Storage Extended Warranty An Energy Storage Extended Warranty is available for an Additional six (6) years/300k miles, in accordance with Attachment E, Warranty Requirements and Attachment E1, Summary of Standard Warranties. C. Equipment Replacement During Warranty The Contractor shall provide equipment replacement services during warranty as set forth in Attachment E, Warranty Requirements. D. Warranty Claims If the Agency detects a defect within the defined warranty period, it shall within thirty (30) days provide a Notice of Defect to the Contractor's representative. Contractor Point of Contact Email Telephone Angela Stelmack Angela Stelmack(a)newflyer.com (204) 224-6722 Contract 1-19-23-17B Page 16 8/03/2023 User Instructions STATE OF CALIFORNIA DEPARTMENT OF GENERAL SERVICES PROCUREMENT DIVISION Contract (Non -Mandatory) 1-19-23-17B Contract User Instructions, Supplement 6 33. ATTACHMENTS Attachment A — Contract Pricing, *Supplement 6* Attachment B — Technical Specification Attachment C — Base Bus Configurations, Supplement 4 Attachment D — Technical Questionnaire, Supplement 4 Attachment E —Warranty Requirements Attachment E1 — Summary of Standard Warranties Attachment F — Training Requirements Attachment G — FTA Clauses and Certifications, Supplement 4 Attachment H — New Bus Manufacturing -Inspection Guidelines Contract 1-19-23-17B Page 17 810312023 User Instructions