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