Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC14-372 Seniors' Resource Center Agreement AGREEMENT
tti C"
Between Eagle County Government and Seniors'Resource Center (SRC)
Concerning the Purchase of Small and Medium Light Duty Cutaway Vehicles under the
Colorado Mountain Purchasing Consortium Procurement
This Agreement is between Eagle County Government ("County") and Seniors' Resource
Center ("Agency") (referred to together as the "Parties") regarding their respective roles
and responsibilities and any assumptions tied to the Colorado Mountain Purchasing
Consortium ("CMPC") procurement and vehicle purchase from the Agreement between
Eagle County, Colorado and National Bus Sales and Leasing, Inc. #CO-2014 '; .
The parties agree to and understand the following:
A. The Procurement. County, Agency and other transit partners are working
together to bring improved transportation purchasing coordination for small-medium
light duty cutaway vehicles over a period of five years (2014-2019). Eagle County led a
procurement, in conjunction with partnering agencies and through the CMPC, to provide
vehicle size classes A-G, alternative fuel type options (CNG, LPG, Diesel), and options
including low floor design, 4x4 packages, varied hardware, as well as training, warranty,
and service (the "Procurement"). The Procurement complied with federal and state
requirements to allow the purchase of said vehicles using federal and state grant
dollars. National Bus Sales and Leasing, Inc. ("Vendor") was the successful respondent
and is authorized to sell to the CMPC agencies the quantities of vehicles during the
fiscal years as set forth below.
B. Agency Procurement Rights. Subject to individual agency budgeting and
appropriation requirements, Agency is authorized under the Procurement and has
committed to purchase the quantity of Small-Medium Light Duty Cutaway Vehicles as
follows:
CMPC-14-BOC-RFP Small-Medium Light Duty Cutaway Quantities
June CY I CY CY CY Jan. -
Purchasing - Dec. 2015 2016 2017 2018 June Total By
Agency 2014 2019 Agency
All Points
Transit 0 2 1 2 1 1 7
City of Aspen 0 4 0 0 0 4 8
City of
Durango 2 2 2 2 2 2 12
City of
Y 1
Farmington 2 2 2 2 2 2 12
City of
Greeley 4 1 0 1 3 4 13
Page 1 of 4
DSI /
Amblicab 2 2 1 1 1 1 8
Eagle County 0 1 0 1 0 0 1 2
RFTA 3 5 4 5 5 4 26
Seniors'
Resource
Center 2 2 2 2 2 2 12
Town of
Snowmass 2 1 1 2 1 2 9
Total By
Year 17 22 13 18 17 22 109
CMPC-14-BOC-RFP Large Heavy Duty Cutaway Quantities
Purchasing June CY CY CY CY Jan. -
Agency - Dec. 2015 2016 2017 2018 June Total
2014 By
Cit of 2019 Agency
y
Farmington 0 1 1 1 0 1 4
Eagle County 4 1 1 0 0 0 6
Mesa County 5 10 5 5 5 5 35
RFTA 1 0 1 0 0 1 3
Total By
Year 10 12 8 6 5 _ 7 48
C. Purchase Agreements: In order to purchase any vehicle through the CMPC,
Agency will execute the Purchase Agreement in the form shown in Exhibit A, utilizing
the Order Form contained therein, contracting directly with Vendor in accordance with
approved grant timelines. Eagle County will assume no risk, have no liabilities or other
responsibilities associated with the purchase of any vehicle. If Agency deviates from
base vehicles sizes and classes and optional equipment as listed in the Purchase
Agreement and attached Order Form, Agency will assume all risk of procurement
variation. Any potential modification or deviation will need to go through the CMPC
Program Administrator. Agency will not make any Cardinal Changes in a Purchase
Agreement with Vendor. Agency recognizes that Cardinal Changes will result in a
violation of FTA procurement regulations gu ations and will not be available for urchase
the Procurement. p under
Page 2 of 4
D. Other Agency Responsibilities:
1. Agency will be solely responsible for all vehicle inspections, maintenance,
and operations for vehicles it purchases under the Procurement. Eagle County
and the CMPC will assume no risk or liability with respect to vehicle purchases
made by Agency.
2. Agency will take delivery of vehicle at their individual agency location.
3. No later than December 31, of each year, Agency will send written notice
to the County and the CMPC Program Administrator regarding Agency's intent to
purchase the quantity of vehicles herein listed for Agency for the succeeding
year. If Agency does not intend to purchase the quantity(ies) set forth for the
succeeding year, or fails to make such purchase during said fiscal year, Agency
has the option to either roll the quantity forward to the following year or
relinquish the right to purchase that quantity for use by another consortium
member. Agency is not financially responsible for any quantity(ies) relinquished.
In its sole discretion as lead agency in the CMPC Procurement, Eagle County has
the right to assign relinquished vehicle quantities to other consortium members
on an annual basis or other Colorado transit agencies as deemed appropriate.
Beginning on January 1, 2019, in its sole discretion, Eagle County has the
authority to assign unused quantities as deemed appropriate whether such
quantities have been relinquished or not.
F. CMPC Program Administrator:
1. County maintains a contract directly with the CMPC Program
Administrator. The CMPC Program Administrator will work with Vendor and
Agency to complete contract administrative activities to include working with
vendor on paperwork requirements, tracking orders through delivery, follow up
to make sure all reimbursement paperwork is correct for CDOT and/or FTA,
annual contract negotiation and meeting with vendor to discuss price increases
and performance issues, and completing an annual independent cost estimate to.
substantiate price increases.
2. Agency agrees to share the program administrative costs by paying
County six hundred dollars ($600.00) per vehicle actually ordered from Vendor
under the Procurement. This payment will help to defray a portion of the
upfront and on-going CMPC administrative costs that County has and will incur
as lead agency for the CMPC. Agency agrees to pay its full share of the
administrative costs, directly to County, no later than the time of vehicle delivery.
Agency has the option to be billed for and pay multiple administration fees either
at the time, or in advance, of delivery of buses ordered for a given year.
Page 3 of 4
3. If Agency wishes to engage the CMPC Program Administrator for any
additional services outside the scope of Paragraph F(1) of this Agreement,
Agency agrees to contract directly with the CMPC Program Administrator.
This Memorandum of Understanding is dated ] day of September, 2014 by and
between:
&XII
Seniors'Resource Center
Johbawa CEO/President nO
/ ent
COUNTY OF EAGLE, STATE OF COLORADO, By and Through Its BOARD OF COUNTY
COMMISSIONERS
/1 7 „,:n.„/ ._
/77 ,
By: __.� ``F
Jillia . Ryan, Chairman
o
Attest: }Lj
Teak J. Simonton, erk t• he Boa • ORAD°
. 0.T v,-�
Page 4 of 4
Colorado Mountain
Purchasing Consortium
PURCHASE AGREEMENT
Between
"ma +
rk
PROPOSAL # CMPC-14-BOC-RFP
Awarded : September_, 2014
by
Eagle County Government
P.O. Box 850
Eagle, Colorado 81631
PURCHASING AGREEMENT
Eagle County Award#C0-2014-,
Issued By:
Eagle County
P.O. Box 850
Eagle, CO 81631
Administered By:
Kelley Collier
Director of Transportation
Contractor:
National Bus Sales
Mailing Address:
P.O. Box 6549
Marietta, GA 30065
Street Address:
800 Pickens Drive Ext.
Marietta, GA 30062
WHEREAS,the Colorado Mountain Purchasing Consortium (CMPC) is a group of local
agencies providing mass transportation services, who are aligned for the purpose of the
coordinated purchase of cutaway vehicles; and
WHEREAS, Eagle County led a solicitation on behalf of the CMPC and issued the
Colorado Mountain Purchasing Consortium Request for Proposal for Project No. CMPC-
14-BOC-RFP dated March 5, 2014 (the "RFP,"a copy of which is incorporated herein by
this reference and available for inspection in the offices of the ECO Transit Department),
which complied with federal guidelines for the purchase of cutaway vehicles using state
and/or federal grant dollars (the"Solicitation"); and
WHEREAS, Vendor submitted a proposal on May 5, 2014 (the "Proposal,"a copy of
which is incorporated herein by this reference and available for inspection at the offices
of the ECO Transit Department) and was chosen as the successful respondent to the
Solicitation; and
WHEREAS, ;%ge °ane ("Agency")is a participant in the CMPC and
desires to purchase the below described make and model vehicle(s) from Vendor in
accordance with said Solicitation; and
WHEREAS, Vendor is authorized to do business in the State of Colorado and has the
time, skill, expertise, and experience necessary to provide the vehicles as set forth below
in paragraph 1 hereof; and
WHEREAS, this Purchase Agreement shall govern the relationship between Vendor and
Agency in connection with the procurement of said vehicles.
NOW, THEREFORE, in consideration of the foreclosing and following promises,
Vendor and Agency agree as follows:
1. Equipment:
a. Vendor agrees to provide the following vehicles and associated components
(hereinafter referred to as the "Equipment") as more specifically identified in the CMPC
Purchase Order Form which is attached hereto as Exhibit A, and incorporated herein by
this reference:
Base Vehicle Class:
Fuel Type:
Quantity:
CAdvadk
b. Vendor shall comply with all general requirements, conditions and teens as set
forth in the RFP.
c. In the event of any conflict or inconsistency between the terms and conditions set
forth in Exhibit A,the RFP, or the Proposal, and the terms and conditions set forth in this
Agreement, the terms and conditions set forth in this Agreement shall prevail.
d. Agency shall have the right to inspect all Equipment. Inspection and acceptance
shall not be unreasonably delayed or refused. Agency may conduct acceptance tests on
each'delivered vehicle. These tests shall be completed within ten(10)business days after
vehicle delivery and Vendor will be notified by the 10th day if the vehicle has been
accepted or needs additional work. The post-delivery tests shall include visual inspection
and vehicle operations. Vehicles that fail to pass the post-delivery tests are subject to
non-acceptance. Agency shall record details of all defects notify Vendor of non-
acceptance of each vehicle. The defects detected during these tests shall be repaired
according to the procedures defined on page 19 and 20 in Part 1 of the RFP. In the event
Agency does not accept the Equipment for any reason in its sole discretion, then Vendor
shall upon Agency's request and at no charge to Agency:
i. take the Equipment back;
ii. exchange the Equipment; or
iii. repair the Equipment.
2. Compensation:
a. Agency shall compensate Vendor for the Equipment in accordance with the rates
shown in Exhibit A and calculated as follows:
Unit Cost Total Cost
b. Payment will be made for Equipment satisfactorily delivered and accepted within
thirty(30) days of-receipt of a proper and accurate invoice from Vendor and when CMPC
members receive required FTA/CDOT DOT post-delive paperwork. All invoices p p invoices shall
include
detail regarding g ing the Equipment and such other detail as Agency may request.
c. If, at any time during the term or after termination or expiration of this
Agreement, Agency reasonably determines es that
any payment made by Agency to Vendor
was improper because the Equipment for which payment was made were not provided as
set forth in this Agreement,nt then
upon wri
tten notice of such determination and request
for reimbursement from Agency, Vendor shall forthwith return such payment(s) to
Agency. Upon termination or expiration of this Agreement, unexpended funds advanced
by Agency, if any, shall forthwith be returned to Agency.
d. Agency will not withhold any taxes from monies paid to the Vendor hereunder
and Vendor agrees to be solely responsible for the accurate reporting and payment of any
taxes related to payments made pursuant to the terms of this Agreement.
e. Notwithstanding anything to the contrary contained in this Agreement, Agency
shall have no obligations under this Agreement after, nor shall any payments be made to
Vendor in respect of any period after December 31 of any year, without an appropriation
therefor by Agency in accordance with a budget adopted by its governing body in
compliance with Article 25, title 30 of the Colorado Revised Statutes, the Local
Government Budget Law (C.R.S. 29-1-101 et. seq.) and the TABOR Amendment
(Colorado Constitution, Article X, Sec. 20).
3. Schedule:
a.
The Equipment shall be delivered ere
d at a rate not to exceed five (5) vehicles per day
Monday through Friday. No deliveries shall be made on weekends or holidays. Delivery
of the Equipment shall be completed on or before 90-120 days, as stated in the Proposal,
except when certain purchase options increase delivery time by an additional 45 days. In
any case, 165 days is the maximum delivery period allowable after Agency's execution
of a Purchasing Agreement and CMPC Purchase Order Form.
b. Vendor and Agency agree that if delivery is not made within a maximum of 165
days, as liquidated damages (but not as a penalty) Vendor shall pay Agency one hundred
dollars($100.00)per calendar day, per vehicle.
4. Federal Grant Contract: The Parties acknowledge that Agency is a sub-
recipient of a grant awarded by either/or the Federal Transit Administration (FTA) or the
Colorado Department of Transportation (CDOT), which will be used to fund, in part, the
procurement of this equipment. The CMPC estimates that approximately 60% of all
CMPC contract amounts will be funded by the FTA and/or CDOT.
5. Documents: Vendor shall execute any bill of sale or other documents required by
Agency to transfer title of the Equipment to Agency. Vendor shall provide copies of any
instruction or operations manuals and shall further provide copies of any manufacturers
warranties associated with the Equipment a
s specified in the RFP, Part 1 page 19 and
page 73.
6. Other Contract Requirements and Vendor Representations:
a. Vendor has familiarized itself with the intended purpose and use of the
Equipment to be provided hereunder, the intended use of such Equipment by Agency,
and with all local conditions, federal, state and local laws, ordinances, rules and
regulations that in any manner affect cost,progress, or Equipment.
b. Vendor will make, or cause to be made, examinations, investigations, and
tests as he deems necessary for the erformance of this s Agreement.
c. The fact that the Agency has accepted or approved the Equipment shall
not relieve Vendor of any of its responsibilities. Vendor represents and warrants that it
has the expertise and personnel necessary to properly perform the terms of this
Agreement. Vendor shall provide appropriate supervision to its employees to ensure the
performance in accordance with this Agreement. Vendor will provide the Equipment and
any associated services in a skillful, professional and competent manner and in
accordance with the standard of care applicable to vendors supplying similar equipment
and services.
d. Vendor warrants merchantability and fitness of the Equipment for its
intended use and purpose.
e. Vendor agrees to provide the
followin g warranties for each vehicle
P urchased under t his
Purchase Agreement:
Item Years Mileage
OEM Chassis(incl. tires) 3 100,000
Manufacturer's Warranty 2 Unlimited
Air Conditioning System 2 Unlimited
Alternator 3 36,000
Mobility/Wheelchair Lift 3 (parts); Unlimited
1 (labor) Cycles
•Powertrain(gas and diesel) 5 year gas and 60K Gas/100K
diesel Diesel
Body Structural 5 years 60,000 miles
Intermotive Interlock 2 years
Unlimited
Auxiliary Heater 3 years 36,000 miles
Electric Door System 1 year Unlimited
LED Lighting 2 years Unlimited
f. Vendor warrants that title to all Equipment shall pass to Agency either by
incorporation into the Agency facility or upon receipt by Vendor of payment from
,.,n ro x
Agency (whichever occurs first) free and clear of all liens, claims, security interests or
encumbrances. Vendor further warrants that Vendor (or any other person performing
Work) purchased all Equipment free and clear of all liens, claims, security interests or
encumbrances. Notwithstanding the foregoing, Vendor assumes all risk of loss with
respect to the Equipment until Agency has inspected and approved the same.
g- Within a reasonable time after receipt of written notice, Vendor
correct at its own expense, without cost to Agency, and without interruption to Agency:
i. Any defects in Equipment which existed prior to or during the
period of any guarantee or warranty provided in this Agreement; and
ii. Any damage to any property caused by such defects or the
repairing of such defects.
h. Guarantees and warranties shall not be construed to modify or limit any
rights or actions Agency may otherwise have against Vendor in law or in equity.
i• Vendor agrees to work in an expeditious manner, within the sound
exercise of its judgment and professional standards, in the performance of this Agreement
as outlined in the RFP, Part 3. Time is of the essence with respect to this Agreement.
j. This Agreement constitutes an agreement for performance by Contractor
as an independent Contractor and not as an employee of Agency. Nothing contained in
this Agreement shall be deemed to create a relationship of employer-employee, master-
servant, partnership,joint venture or any other relationship between Agency and Vendor
except that of independent Vendor. Vendor shall have no authority to bind Agency.
k. Vendor represents and warrants that at all times in the performance of the
Agreement, Vendor shall comply with any and all applicable laws, codes, rules and
regulations.
1. This Agreement contains the entire agreement between the parties with
respect to the subject matter hereof and supersedes all other agreements or understanding
between the parties with respect thereto.
m. Vendor shall not assign any portion of this Agreement without the prior
written consent of the Agency. Any attempt to assign this p gn lus Agreement without such
consent shall be void.
n. This Agreement shall be binding upon and shall inure to the benefit of the
parties hereto and their respective permitted assigns and successors in interest.
Enforcement of this Agreement and all rights and obligations hereunder are reserved
solely for the parties, and not to any third party.
o. No failure or delay by either party in the exercise of any right hereunder
shall constitute r
a waiver thereof I�o waiver of any breach shall be deemed
Y a waiver of
any preceding or succeeding breach.
•
p. The invalidity, illegality or unenforceability of any provision of this
Agreement shall not affect the validity or enforceability of any other provision hereof
q. The signatories to this Agreement aver to their knowledge no employee of
the Agency has any personal or beneficial interest whatsoever in the Equipment described
in this Agreement. The Vendor has no beneficial interest, direct or indirect, that would
conflict in any manner or degree with the performance of the Agreement and Vendor
shall not employ any person having such known interests.
r. The Vendor, if a natural person eighteen (18) years of age or older, hereby
swears and affirms under penalty of perjury that he or she (i) is a citizen or otherwise
lawfully present in the United States pursuant to federal law, (ii) to the extent applicable
shall comply with C.R.S. 24-76.5-103 prior to the effective date of this Agreement.
s. Any and all claims, disputes or controversies related to this Purchase
Agreement, or breach thereof, shall be litigated in the Colorado District Court for the
county in which Agency is located, which shall be the sole and exclusive forum for such
litigation. This Agreement shall be construed and interpreted under and shall be
governed by the laws of the State of Colorado.
7. Contract Documents: 1) Purchase Agreement
2) Exhibit A, CMPC Purchase Order Form
3) The RFP
4) The Proposal
which are agreed to by Vendor, incorporated herein by this reference, and collectively
referred to as "Contract Documents." The Contract Documents may only be altered,
amended, or repealed by written amendment. The intent of the Contract Documents is to
include all items, components and services necessary for the proper sale and delivery of
the Equipment. The Contract Documents are complementary, and what is required by any
one shall be as binding as if required by all. Words and abbreviations which have well
known technical or trade meanings are used in the Contract Documents in accordance
with such recognized meanings. The Contract Documents are listed in order of priority.
If a conflict exists in the terms of any of the Contract Documents, the document with a
higher priority shall control.
8. Vendor's Agreement: National Bus Sales and Leasing, Inc. agrees to
provide the equipment identified above and in the Purchasing Agreement for the
consideration stated herein. The offer to provide the equipment identified above is
hereby accepted as offered in the proposal in response to # CMPC-14-B0C-RFP, in
accordance with the Contract Documents.
National Bus Sales and Leasing, Inc.
By:
R-•r--en
' x,® aka=
Etri
Date: Date:
CMPC-14-BOC-RFP Order Form -Glaval Universal
Agency Name Contact Person
Date Phone Number
Unit Cost Quantity Total Cost
Base Floorplan-6.8L V10 Gas-FLAT Floor
Front Lift ONLY=21'Ford E350 138"WB 12,500 GVWR 58,195.00 _
Base Floorplan-6.8L V10 Gas-Standard Floor=
Rear Lift 21'Ford E350 138"WB 11,500 GVWR 57,035.00
Rear Lift Flat Floor Option(add$650) 57,685.00 _
Bas--"jtctrtil , : 1 d l#' r 1.urr's� , ii6_ „ Unit Cost
Quantity Total Cost
Base Floorplan-6.8L V10 Gas Standard Floor=
Front Lift 24'Ford E450 158"WB 14,500 GVWR 59,613.00
Front Lift Flat Floor Option(add$650) 60,263.00 "
Base Floorplan-6.8L V10 Gas-Standard Floor=
Rear Lift 24'Ford E450 158"WB 14,500 GVWR 59,370.00
Rear Lift Flat F loor Option(add$650) 60,020.00•- e',Van.. -,r -:5;,Y-. , .F .,r, w -t- r-:.' g , t i Unit Cost
Quantity Total Cost
Base Floorplan-6.8L V10 Gas-Standard Floor=
Front Lift 25'Ford E450 190"WB 14,500 GVWR 61,870.00
Front Lift Flat Floor Option(add$650) 62,520.00 -
Base Floorplan-6.8L V10 Gas-Standard Floor=
Rear Lift 25'Ford E450 190 -
"WB 14,500 GVWR 61,895.00
Rear Lift Flat Floor Option(add$650) 62,545.00 "
- -^a t?__ Unit Cost Quanti Total Cost
Base Floorplan-6.8L V10 Gas-Standard Floor=
Front Lift 24'Ford E450 176"WB 14,500 GVWR 61,870.00
Front Lift Flat Floor Option(add$650) 62,520.00 -
Base Floorplan-6.8L V10 Gas-Standard Floor=
Rear Lift 24'Ford E450 176'WB 14,500 GVWR 60,870.00
Rear Lift Flat Floor Option(add$650) 61,520.00 "
S5;Structure Op.
— — --- ——�.-650.00 �` �_,
1:Exterior Skin FRP Fiberglass Skin.
S5;Body Op.1 Undercoating 400.00 _
,_
S7;7A.Op.1 Combined High Idle/Lift Interlock(Intermotive
HighLock) 100.00 _
S7;7E.Op.2 Compressed Natural Gas(CNG)Dedicated Fuel
System:29 GGE 24,500.00 _
S7;7E.Op.2 Compressed Natural Gas(CNG)Dedicated Fuel
System 39 GGE 27,800.00
S7;7E.Op.2 Compressed Natural Gas(CNG)Dedicated Fuel
System:48 GGE 29,800.00 _
Universal Ford ROUSH or Al Alternatives-
S7;7E.Op.3 Liquefied Petroleum Gas(LPG)Propane 16,500.00
Dedicated Fuel System
1
9/3/14
CMPC-14-BOC-RFP Order Form -Glaval Universal
- _
S9;9D.Op.1 MOR/ryde RL Suspension System 800.00
S9;9D.Op.2 Non-slip Axle 280.00
Mud and Snow Tires-Goodyear Wrangler
S10;10A Op.1 1,125.00 -
DuraTrac
ST;10A.Op.1 Mud and Snow Tires-Cooper Discover MS 1,050.00 _
S10 10A.Op.2 Spare Tire Carrier
240.00
S12;B2 Op 1 Alternate Battery Location-OEM Engine
Compartment (300.00) _
S12;D13.Op. 1 Ignition Switch Controls-Route MBC through -
I.nition _ _
S13;A3/5/6 Op.1 Air Conditioning Deletion Credit (3,550.00)
S13;A3/5/6 Op.2 Thermo King Roof Top
p HVAC Unit:65 7,850.00 _
S13;A3/5/6 Op.2 Thermo King Roof Top HVAC Unit:75 8,200.00 _
S13;A18 Op.1 Vacuum Operated Heater Control Valve 85.00
S14;14A.Op.1 Upholstered Interior
855.00
S16;16A.Op.1 Additional Mobility Aid Positions
345.00 -
S16;16A.Op.2 Single Seat Credit (150.00) _
S16;16B.Op.1 Freedman CitiSeat:Single Seat 280.00 -
S16;16B.Op.1 Freedman CitiSeat:Double Seat 480.00 _
S16;16B.Op.1 Freedman 3PT Seat:Single Seat
180.00 _
S16;16B.Op.1 Freedman 3PT Seat:Double Seat 334.00 _
S16;16B.Op.1 Freedman Go Seat:Single Seat 180.00 -
S16;16B.Op.1 Freedman Go Seat:Double Seat 334.00 -
Freedman Level 4:cost per seat
S16;B8,Op. 1 SPECIFY SEAT COLOR AND FABRIC TYPE:
40.00 _
Freedman Repel:cost per seat
S16;B8.Op.1 SPECIFY SEAT COLOR AND FABRIC TYPE:
38.00 _
S16;B12;Op.1 Passenger Restraint System Deletion Credit
(95.00) _
S16;814;Op.1 Single-Freedman BV Foldaway
400.00 _
S16;814;Op.1 Single-Freedman AM Foldaway 370.00 _
S16;B14;Op.1 Single-Freedman CitiSeat 220.00 _
S16;B14;Op.1 Single-Freedman GoSeat 450.00 _
S16;814.Op.2 Double:Freedman BV Foldaway 565.00 _
S16;B14.Op.2 Double:Freedman AM Foldaway 520.00
2
9/3/14
CMPC-14-BOC-RFP Order Form -Glaval Universal
S16;B14.Op.2 Double:Freedman Citiseat 610.00 -
S16;B14.Op.2 Double:Freedman GoSeat 525.00 -
S16;16C.Op.1 Adnik Power Pedestal/Seat Base 535.00 -
S16;16C.Op.1 USSC Evolution G2E Driver Seat
must add Adnik Power Pedestal 1,250.00
S16;16C.Op.1 Recaro LXS Driver's Seat
(must add Adnik Power Pedestal) 1,110.00 -
S17;17B.Op.1 Floor Underbelly 250.00
S17;17F.Op.1 Altro Transflor Meta
SPECIFY COLOR: 405.00 .
S17;17G.Op.1 Contrast White Step Edging and Standee Line 35.00
S19;19D.Op.1 Rear Emergency Exit Door 645.00
S22;A.Op.1 Fog Lights 120.00
S22;B.Op.1 Underhood Light 150.00
S23;238.Op.1 City of Greeley Paint Scheme 3,665.00 -
S23;23B.Op.1 Eagle County Paint Scheme 900.00 -
S23;23B.Op.1 Mesa County Paint Scheme 1,400.00 -
S23;23B.Op.1 Town of Snowmas5 Paint Scheme 3,585.00 -
S23;23B.Op.1 All Points Transit Paint Scheme 2,450.00 -
S23;23B.Op.1 City of Durango Paint Scheme 3,990.00 -
S23;23B.Op.1 DSI-Amblicab Paint Scheme 2,250.00 -
S23;23B.Op.1 Seniors'Resource Center Paint Scheme 1,425.00 -
S23;238.Op.1 City of Farmington Paint Scheme 3,525.00 -
S23;23D.Op. 1 Wheel Powder Coating 730.00
S25;A;Op.1 Velvac Mirrors No Camera Model 2020 250.00 - -
S25;A;Op.2 Velvac Mirrors With Camera Model 2020XG 1,100.00
"93 f
S26;26A Op. 1 Braun Vista 2 Mobility Lift (260.00) -
S26;26A.Op. 1 Braun Century 2 Mobility Lift 34"X51" (500.00) -
S26;26A.Op. 1 Braun Century 2 Mobility Lift 1,000lbs;34"x54" 50.00 -
S26;26A.Op. 1 Braun Millennium 2 Mobility Lift (100.00) -
S26;26A.Op. 1 Ricon K-Series KlearVue Mobility Lift (500.00)
S26;26A.Op. 1 Ricon Titanium 1,000 lbs.K-Series - -
S26;26A.Op.2 Access-Arize Safety Lift Belt 45.00
7.11 = "'+1 � a-�i'�, '- -.� ',IS.'S 1 43
3
9/3/14
CMPC-14-BOC-RFP Order Form -Glaval Universal
S27;27A.Op.1 Sure-Lok FF600 Retractor Series 625.00 _
S27;27A.Op.1 Sure-Lok AL 700 Titan Series 375.00 _
S27;27A.Op.1 Q-Straint QRT Deluxe Series 580.00 _
S27;27A.Op.1 Q-Straint QRT Max Series 375.00 _
S27;27A.Op.1 Q-Straint Q'UBE Series 1,700.00 _
S27;27C.Op.1 Sure-Lok Series L Track;model#AL712S-4C 350.00 _
S27;27C.Op.1 Sure-Lok Slide'N Click 525.00
S27;27C.Op.1 Q'Straint L Track;model#Q-8300-A1-L 375.00
S27;27C.Op.1 Q'Straint Slide°N Click 510.00 _
S27;27C.Op.2 Full Length Track:per foot 8.00 _
S27;27C.Op.3 Scooter Securement System
155.00 _
S27;•27G.Op.1 Storage Pouch 35.00 _
S27;27G.Op.2 Freedman Seating Tie Down Storage System
(TOSS):cost per seat 50.00 _
an
S28;28D.Op.1 Front Help Bumpers 950.00 _
S28;28D.Op.2 Rear Help Bumpers 625.00
S28;281.Op.1 Running Board Deletion Credit
(50.00) _
S28;280.Op.1 Bluetooth Enabled Radio 205.00 _
S28;280.Op.2 Paratransit Scheduling Hardware(Tablets,etc.)
Power Source 400.00 mentissimmumemmiaininommasuniain
S29;29A.Op.1 As Built Parts Manual
50.00
S32;A.1. HawkEye Pius Reverse Assistance System 500.00
S32;A.2. Closed circuit rearview monitoring/reverse asst.
system 900.00 _
S32;A 3. Dash mounted monitor and camera mounted-
vehicle rear 600.00 _
Rearview Mirror with Built
In Screen
S32;A.4. een and Backup
Camera 750.00 _
S32;B.1. REI Model R8001 Camera System
3,400.00 _
S32;B.2. Apollo Roadrunner 8 Camera System
7,200.00 _
S32;B.3. Seon vMax 4 Camera System 3,700.00 _
S32;B.4. MobileView Penta 4 Camera System
5,950.00 _
S32;B.4. MobileView Penta 8 Camera System 7,500.00 _
S32;C. Brake Retarder
7,505.00 _
S32;D. 4x4 Capability:Quigley Motor Company
conversion 14,000.00 _
S32;E.1. OnSpot Automatic Drop Down Tire Chains Ford
E350/E450 12V Comp. 2,870.00 _
4
9/3/14
CMPC-14-BOC-RFP Order Form -Glaval Universal
S32;E.2. RUD-ROTOGRIP Light Truck with air compressor 3,700.00 -
S32;F.1. Sportworks DL2 Bike Rack 1,710.00 -
S32;F.2. Sportworks DL2 NP Bike Rack 1,950.00 -
S32;F.3. Sportworks Apex 3 Bike Rack 2,245.00
S32;F.4. Byk-Rak Solo Bike Rack 1,475.00
S32;G. Ski Rack 900.00 _
Passenger Stop Request
S32;H. (if chosen;must choose Passenger Stop 425.00 -
Request @ W/C positions as well)
532;H. Passenger Stop Request at Wheelchair positions:
cost per position 110.00 -
S32;I. Public Address System 90.00 -
S32;J. 1. Luminator Twin Vision Mobilite Sign System:Front
&Side 6,900.00
S32;J.2. Luminator Horizon SMT Sign System:Front&
Side 9,300.00 -
S32;J.3. Hanover Monochrome LED Automatic Sign
System:Front&Side 7,800.00 -
S32;K. Yield to Bus Sign 365.00 -
S32;L.1. GFI Odyssey Farebox 15,800.00 -
S32;L.3. Diamond Model XV Farebox 1,380.00
S32;L.4. Diamond Model SV Farebox 1,310.00 -
S32;M. Keyed Alike:per bus 450.00
Total Cost Base + Options Per Contract Pricing _
Total BASE/OPTION Cost x#of Buses Ordered
AL11 ',1.7 v1'��S.r,w1'��7'
Item Description Unit Cost Quantity Total Cost
Total Cost Additional Bus Options
Item Description Unit Deletion Quantity Total Deletion
Total Cost Additional Bus Deletions _
5
9/3/14
CMPC-14-BOC-RFP Order Form -Glaval Universal
Total BASE/OPTION +Addtl. Options/Deletions Cost x#of Buses
Ordered I I
Rear Heater Location:
Specify 1) Floor or 2) Ceiling
Master Battery Control Switch Location:
Specify 1) Stepwell; 2) Under Driver's Seat; 3) Between Driver's Seat
Mount and Driver Door; or 4) Driver's Dash Area
Specify Location to Mount Safety Items
(i.e Fire Extinguisher;g r, First Aid Kit, etc.)
Specify Seat Color and Fabric Type (Freedman Level 1-3)
Freedman Order Form will be attached by vendor to confirm seat choice
ADDITIONAL CONFIGURATION OR OPTION NOTES:
6
9/3/14
CMPC-14-BOC-RFP Order Form -Glaval Titan
Agency Name Contact Person
Date Phone Number
:a e - •. 't:� ?� ,,.--:;F roc;-,
-1,4-1-- Unit Cost Quantity Total Cost
Base Floorplan-6.0L V8 Gas-FLAT Floor ONLY 59,600.00
Front Lift =21'Chevy 3500 139"WB 12,300 GVWR
Base Floorplan-6.0L V8 Gas-Standard Floor=
Rear Lift 21'Chevy 3500 139"WB 12,300 GVWR 58,545.00
Rear Lift Flat Floor Option(add$650) 59,195.00 _
_
......--1-4n e r :.1. . ; .- Fv - :.z Unit Cost
Quantity Total Cost
Base Floorplan-6.0L V8 Gas-Standard Floor=
Front Lift 25'Chevy 4500 177'WB 14,200 GVWR 60,915.00 _
Front Lift Flat Floor Option(add$650) 61,565.00 _
Base Floorplan-6.0L V8 Gas-Standard Floor=
Rear Lift 24'Chevy 4500 159"WB 14,200 GVWR 60,636.00 _
Rear Lift Flat Floor Option(add$650) 61,286.00 _
Sas3—,%a .:: .r, ¢,',S li~a1 't;:0.1-D ' t1 `;iii 5 t`
fil
%i Unit Cost Quanti Total Cost
Base Floorplan-6.0L V8 Gas-Standard Floor= 63,995.00
Front Lift 26'GMC 4500 190"WB 14,200 GVWR
Front Lift Flat Floor Option(add$650) 64,645.00
Base Floorplan-6.0L V8 Gas-Standard Floor= 63,595.00
Rear Lift 26'Chevy 4500 182"WB 14,200 GVWR
Rear Lift Flat Floor Option(add$650) 64,245.00 _
L!l Unit Cost:K3i. Ta:I.14 t Yom1a Via' �a tea lr eA a �
Quanti Total Cost
Base Floorplan-6.0L V8 Gas-Standard Floor=
Front Lift 26'GMC 4500 182"WB 14,200 GVWR 63,870.00 _
Front Lift Flat Floor Option(add$650) 64,520.00
Base Floorplan-6.0L V8 Gas-Standard Floor=
Rear Lift 25'Chevy 4500 182"WB 14,200 GVWR 62,870.00 _
Rear Lift Flat Floor Option(add$650) 63,520.00
S5;Structure Op. FRP Fiberglass Skin
1:Exterior Skin 650.00 _
S5;Body Op.1 Undercoating 400.00
S5;Body Op.2 Low Floor Body-TITAN ONLY 48,500.00 _
a
S7;7A.O 1 Combined High Idle/Lift Interlock(Intermotive
P HighLock) 100.00 _
S7;7E.Op.1 Diesel Engine in lieu of Gasoline Engine-ON
TITAN ONLY 13,000.00 _
S7;7E.Op.2 Compressed Natural Gas(CNG)Dedicated Fuel
System:29 GGE 24,500.00
1
9/3/14
I
I
CMPC-14-BOC-RFP Order Form -Glaval Titan
S7;7E.Op.2 Compressed Natural Gas(CNG)Dedicated Fuel
System 39 GGE 27,800.00
S7;7E.Op.2 Compressed Natural Gas(CNG)Dedicated Fuel
System:48 GGE 29,800.00 . -
S7;7E.Op.3 Titan GM Liquified Petroleum Gas(LPG)Propane
Dedicated Fuel System:37 GGE. 16,500.00
S7;7E.Op.3 Titan GM Liquified Petroleum Gas(LPG)Propane
Dedicated Fuel System:60 GGE. 19,000.00 _
S9;9D.Op.1 MOR/ryde RL Suspension System 800.00
S9;9D.Op.2 Non-slip Axle 280.00
•
S10;10A.Op.1 Mud and Snow Tires-Goodyear Wrangler '
DuraTrac 1,125.00 -
S10;10A.Op.1 Mud and Snow Tires-Cooper Discover MS 1,050.00 _
S10.10A.Op.2 Spare Tire Carrier 240.00
S12;B2 Op 1 Alternate Battery Location-OEM Engine
Compartment (300.00)
S12;D13.Op.1 Ignition Switch Controls-Route MBC through
I•nition
-
S13;A3/5/6 Op.1 Air Conditioning Deletion Credit (3,550.00) _
S13;A3/5/6 Op.2 Thermo King Roof Top HVAC Unit:65 7,850.00 -
S13;A3/5/6 Op.2 Thermo King Roof Top HVAC Unit:75 8,200.00 -
S13;A18 Op.1 Vacuum Operated Heater Control Valve 85.00
S14;14A.Op. 1 Upholstered Interior
855.00
S16; 16A.Op. 1 Additional Mobility Aid Positions 345.00 -
S16;16A.Op.2 Single Seat Credit (150.00)
S16; 16B.Op. 1 Freedman CitiSeat:Single Seat 280.00 -
S16; 16B.Op.1 Freedman CitiSeat;Double Seat 480.00
S16; 16B.Op. 1 Freedman 3PT Seat:Single Seat 180.00 _
S16; 16B.Op.1 Freedman 3PT Seat:Double Seat 334.00 _
S16; 16B.Op.1 Freedman Go Seat:Single Seat 180.00 -
S16; 16B.Op.1 Freedman Go Seat:Double Seat 334.00 -
Freedman Level 4:cost per seat
516;88.Op. 1 SPECIFY SEAT COLOR AND FABRIC TYPE: 40.00 -
2
9/3/14
CMPC-14-BOC-RFP Order Form -Gavel Titan
Freedman Repel:cost per seat
S16;38.Op. 1 SPECIFY SEAT COLOR AND FABRIC TYPE:
38.00
S16;B12;Op.1 Passenger Restraint System Deletion Credit
(95.00) _
S16;B14;Op.1 Single-Freedman BV Foldaway
400.00 _
S16;B14;Op.1 Single-Freedman AM Foldaway
370.00 _
S16;B14;Op.1 Single-Freedman CitiSeat
220.00 _
S16;B14;Op.1 Single-Freedman GoSeat
450.00 _
S16;B14.Op.2 Double;Freedman BV Foldaway
565.00 _
S16;B14.Op.2 Double:Freedman AM Foldaway
520.00
S16;B14.Op.2 Double:Freedman Citiseat
610.00
.
S16;B14.Op.2 Double:Freedman GoSeat
525.00
S16;16C.Op.1 Adnik Power Pedestal/Seat Base
535.00 _
S16;16C.Op.1 USSC Evolution G2E Driver Seat
(must add Adnik Power Pedestal) 1,250.00 _
Recaro LXS Driver's Seat
S16;16C.Op.1
(must add Adnik Power Pedestal) 1,110.00 _
S17;17B.Op.1 Floor Underbelly -250.00
S17;17F.Op.1 Altro Transflor Meta
SPECIFY COLOR: 405.00 _
S17;17G.Op.1- Contrast White Step Edging and Standee Line
35.00
S19;19D.Op.1 Rear Emergency Exit Door
645.00
S22;A.Op.1 Fog Lights - - - - -120.00 _
S22;B.Op.1 Underhood Light
150.00
S23;23B.op. 1 City of Greeley Paint Scheme
3,665.00 -
S23;23B.Op.1 Eagle County Paint Scheme
900.00
S23;23B.Op.1 Mesa County Paint Scheme
1,400.00
S23;23B.Op.1 Town of Snowmass Paint Scheme
3,585.00
S23;23B.Op.1 All Points Transit Paint Scheme
2,450.00 _
S23;23B.Op. 1 City of Durango Paint Scheme
3,990.00
S23;23B.Op. 1 DSI-Amblicab Paint Scheme
2,250.00
S23,23B.Op. 1 Seniors'Resource Center Paint Scheme
1,425.00 _
S23;23B.Op. 1 City of Farmington Paint Scheme
3,525.00 _
S23;23D.Op. 1 Wheel Powder Coating
730.00
S25;A;Op.1 Velvac Mirrors No Camera Model 2020
250.00 00
3
9/3/14
CMPC-14-BOC-RFP Order Form - Glaval Titan
S25 A,Op 2 Velvac Mirrors With Camera Model 2020XG
1,100.00
a
d ' 3a t raj �.. -
'�1 fi Aa A 9 S-'a
S26;26A.Op.1 Braun Vista 2 Mobility Lift (260.00)
826;26A.Op.1 Braun Century 2 Mobility Lift 34"X51" (500.00) -
S26;26A.Op.1 Braun Century 2 Mobility Lift 1,000lbs;34"x54" 50.00 -
S26;26A.Op.1 Braun Millennium 2 Mobility Lift (100.00)
S26;26A.Op.1 Ricon K-Series KlearVue Mobility Lift (500.00)
S26;26A.Op.1 Ricon Titanium.1,000 lbs.K-Series - _
S26;26A.Op.2 Access-Arize Safety Lift Belt 45.00
1.d.: 1C•atUf c �e t{7 a��o� a -� + m�'1 a e
�...L�a
S27;27A.Op.1 Sure-Lok FF600 Retractor Series 625.00 _u _
S27;27A.Op.1 Sure-Lok AL 700 Titan Series 375.00 _
S27;27A.Op.1 Q-Straint QRT Deluxe Series 580.00 -
S27;27A Op.1 Q-Straint QRT Max Series 375.00 -
S27;27A.Op.1 Q-Straint Q'UBE Series 1,700.00
S27;27C.Op.1 Sure-Lok Series L Track;model#AL712S-4C 350.00 _
S27;27C.Op.1 Sure-Lok Slide'N Click 525.00 -
S27;27C.Op.1 Q'Straint L Track;model#Q-8300-A1-L 375.00 -
S27;27C.Op.1 Q'Straint Slide"N Click 510.00 -
S27;27C.Op.2 Full Length Track:per foot 8.00 -
S27;27C.Op.3 Scooter Securement System 155.00
S27;27G.Op.1 Storage Pouch 35.00 -
S27;27G Op 2 Freedman Seating Tie Down Storage System
(TOSS):cost per seat 50.00 _
{�1IYw�m air+17�=fir�yµ"J,'uz:
S28;28D.Op.1 Front Help Bumpers 950.00 -
S28;28D.Op.2 Rear Help Bumpers 625.00
S28;281.Op. 1 Running Board Deletion Credit (50.00) _
S28;280.Op.1 Bluetooth Enabled Radio 205.00 -
S28;280 Op 2 Paratransit Scheduling Hardware(Tablets,etc.)
Power Source 400.00
S29;29A.Op. 1 As Built Parts Manual
50.00 _4 _
S32;A.1. HawkEye Plus Reverse Assistance System 500.00
4
9/3/14
CMPC-14-BOC-RFP Order Form -Glaval Titan
S32;M. Keyed Alike:per bus 450.00 -
Total Cost Base + Options Per Contract Pricing _
Total BASE/OPTION Cost x#of Buses Ordered
�• t' p �' � � x �'`� i4' 3 des .,��'a+ S.•��-
Item Descri•tion Unit Cost Quanti Total Cost
-
Total Cost Additional Bus Options
• to 'lL 'ee
Item Descri.tion Unit Deletion Quanti Total Deletion
Total Cost Additional Bus Deletions
Total BASE/OPTION +Addtl. Options/Deletions Cost x#of Buses
Ordered
-
Rear Heater Location:
Specify 1) Floor or 2) Ceiling
Master Battery Control Switch Location:
Specify 1) Stepwell; 2) Under Driver's Seat; 3) Between Driver's Seat
Mount and Driver Door; or 4 Driver's Dash Area
Specify Location to Mount Safety Items
(i.e Fire Extinguisher; First Aid Kit, etc.)
Specify Seat Color and Fabric Type (Freedman Level 1-3)
Freedman Order Form will be attached by vendor to confirm seat choice
ADDITIONAL CONFIGURATION OR OPTION NOTES:
6
9/3/14
1
CMPC-14-BOC-RFP Order Form -Glaval Entourage
Agency Name Contact Person
Date Phone Number
B se r 61 l S irr
vira44NM Unit Cost Quantity Total Cost
Base Floorplan XL-6.8L V10 Gas Standard
Front Lift Floor=31'Ford F550 228"WB 19,500 GVWR 77,472.00
Base Floorplan XL-6.8L V10 Gas-Standard
Rear Lift Floor=27'Ford F550 201"WB 19,500 GVWR 75,470.00 _
Option for Ford 550 XLT to include Power Seat Base and Ford OEM
3,300.00 _
Power Seat
• err t;•.:. -s 5 --,= n:•`r' 0 •; `y ,t, :- •,
Unit Cost Quantity Total Cost
Base Floorplan XL-6.8L V10 Gas-Standard
Front Lift Floor=31'Ford F550 228"WB 19,500 GVWR 76,945.00 _
Base Floorplan XL-6.8L V10 Gas-Standard
Rear Lift Floor=31'Ford F550 228"WB 19,500 GVWR 78,545.00
Option for Ford 550 XLT to include Power Seat Base and Ford OEM
Power Seat 3,300.00
c
" b MMuE} 1 "lgf"i} Unit Cost Quantity Total Cost
Base Floorplan XL-6.8L V10 Gas-Standard
Front Lift Floor=33'Ford F550 252"WB 19,500 GVWR 79.900.00 _
Base Floorplan XL-6.8L V10 Gas-Standard
Rear Lift Floor=33'Ford F550 252"WB 19,500 GVWR 79,400.00 _
•
Option for Ford 550 XLT to include Power Seat Base and Ford OEM
3,300.00 0.00 _
Power Seat
:1;,.4, •.)%,tee
S5;Structure Op. --
1:Exterior Skin FRP Fiberglass Skin 1,350.00 _
S5;Body Op. 1 Undercoating 400.00
S7;7A.O 1 Combined High Idle/Lift Interlock(Intermotive ��_�
p• HighLock) 100.00
S7;7E.Op. 1 Diesel Engine in lieu of Gasoline Engine 6,900.00 _
S7;7E.Op.2 Compressed Natural Gas(CNG)Dedicated Fuel
System:42 GGE 27,000.00 _
S7;7E.Op.2 Compressed Natural Gas(CNG)Dedicated Fuel
System:53 GGE 29,500.00
S7;7E.Op.2 Compressed Natural Gas(CNG)Dedicated Fuel
System:62 GGE 32,800.00 _
Liquefied Petroleum Gas(LPG)Propane
S7;7E.Op.3 Dedicated Fuel System,Roush orA1 Alternatives. 18,500.00
42 GGE
Liquefied Petroleum Gas(LPG)Propane
S7;7E.Op.3 Dedicated Fuel System Roush or Al Alternative. 22,800.00
65 GGE
1
9/3/14
CMPC-14-BOC-RFP Order Form -Glaval Entourage
S9;9D.Op.1 MOR/ryde RL Suspension System 800.00 _
S9;9D.Op.2 Non-slip Axle
�t �r 280.00
Mud and Snow Tires-Good Wrangler
S10;10A.Op.1 ear Wran Y g
DuraTrac 3,400.00 _
S10;10A.Op.1 Mud and Snow Tires-Goodyear G622
Commercial Grade 2,240.00 -
S10 10A.Op.2 Spare Tire Carrier
240.00
S12;132 Op 1 Alternate Battery Location-OEM Engine
Compartment (300.00)
S12;013.Op.1 Ignition Switch Controls-Route MBC through
I.nition
S13;A3/5/6 Op.1 Air Conditioning Deletion Credit (3,550.00) _
S13;A3/5/6 Op.2 Thermo King Roof Top HVAC Unit:65 7,850.00 _
S13;A3/5/6 Op.2 Thermo King Roof Top HVAC Unit:75
8,200.00 _
S13;A18 Op 1 Vacuum Operated Heater Control Valve
- _ 85.00
.07)_11 atatti,
S14;14A.Op.1 Upholstered Interior
855.00
�v.�. •paj.A i+'_ k i4x.,, .gi,4.5!) (6)-r:A1)1`1.-.),
a.
S16;16A.Op.1 Additional Mobility Aid Positions
• 345.00 -
S16;16A.Op.2 Single Seat Credit
(150.00) -
S16;16B.Op. 1 Freedman CitiSeat:Single Seat
280.00 _
S16;16B.Op.1 Freedman CitiSeat:Double Seat
480.00 _
S16;16B.Op. 1 Freedman 3PT Seat:Single Seat
210.00 .
S16; 16B.Op. 1 Freedman 3PT Seat: Double Seat 290.00 _
S16; 16B.Op. 1 Freedman Go Seat:Single Seat
125.00
S16; 1613.Op. 1 Freedman Go Seat:Double Seat 225.00
Freedman Level 4:cost per seat
S16;B8.Op.1 SPECIFY SEAT COLOR AND FABRIC TYPE: 40.00 _
Freedman Repel:cost per seat
S16;B8.Op.1 SPECIFY SEAT COLOR AND FABRIC TYPE:
38.00 _
S16;B12;Op. 1 Passenger Restraint System Deletion Credit
(95.00) _
S16;B14;Op. 1 Single-Freedman BV Foldaway
400.00 _
S16;814;Op. 1 Single-Freedman AM Foldaway
370.00 _
S16;B14;Op. 1 Single-Freedman CitiSeat
220.00
2
9/3/14
CMPC-14-BOC-RFP Order Form - Glaval Entourage
S16;B14;Op.1 Single-Freedman GoSeat 450.00 _
S16;B14.Op.2 Double:Freedman BV Foldaway 565.00 _
S16;B14.Op.2 Double:Freedman AM Foldaway 520.00
S16;B14.Op.2 Double:Freedman Citiseat 610.00
S16;B14.Op.2 Double:Freedman GoSeat 525.00 _
S16 16C.Op.1 USSC Evolution G2E Driver Seat with manual
seat base only 1,325.00
S17;17B.Op.1 Floor Underbelly 250.00
517;17F.Op.1 Altro Transflor Meta
SPECIFY COLOR: 405.00
S17;17G.Op.1 Contrast White Step Edging and Standee Line 35.00
S19;19D.Op.1 Rear Emergency Exit Door 645.00 -
S22;A.Op.1 Fog Lights 120.00
522;B.Op.1 Underhood Light 150.00
S23;23B.Op.1 City of Greeley Paint Scheme 4,200.00
S23;23B.Op.1 Eagle County Paint Scheme 1,200.00
S23;23B.Op.1 Mesa County Paint Scheme 1,600.00
S23;23B.Op.1 Town of Snowmass Paint Scheme 3,885.00 -
S23;23B.Op.1 All Points Transit Paint Scheme 3,250.00 -
S23;23B.Op.1 City of Durango Paint Scheme 4,600.00
S23;23B.Op.1 DSI-Amblicab Paint Scheme 3,250.00
S23;23B.Op.1 Seniors'Resource Center Paint Scheme 2,300.00
S23;23B.Op.1 City of Farmington Paint Scheme 4,525.00 -
S23;23D.Op. 1 Wheel Powder Coating 730.00 _
S25;A;Op.1 Velvac Mirrors No Camera Model 2020 250.00 -
S25;A;Op.2 Velvac Mirrors With Camera Model 2020XG 1,100.00 _
1.4-±01.19
_�.,._.r-
S26;26A.Op. 1 Braun Vista 2 Mobility Lift (260.00) -
S26;26A.Op. 1 Braun Century 2 Mobility Lift 34"X51" (500.00)
S26;26A.Op.1 Braun Century 2 Mobility Lift 1,000lbs;34"x54" 50.00 -
S26;26A.Op. 1 Braun Millennium 2 Mobility Lift (100.00) -
S26;26A.Op.1 Ricon K-Series KlearVue Mobility Lift (500.00)
3
9/3/14
CMPC-14-BOC-RFP Order Form - Glaval Entourage
S26;26A.Op.1 Ricon Titanium 1,000 lbs.K-Series - -
S26 26A.Op.2 Access Anze Safety Lift Belt 45.00
1*.(19,.�.'3e'l"� C'a'( ° a;x=.� S+ i # 3i -01 i°.J ��- -p-
i"
S27;27A.Op. 1 Sure-Lok FF600 Retractor Series
625.00 _
S27;27A.Op.1 Sure-Lok AL 700 Titan Series 375.00 _
S27;27A.Op.1 Q-Straint QRT Deluxe Series 580.00 _
S27;27A.Op.1 Q-Straint QRT Max Series
375.00 _
S27;27A.Op.1 Q-Straint Q'UBE Series
1,700.00 _
S27;27C.Op.1 Sure-Lok Series L Track;model#AL712S-4C
350.00 _
S27;27C.Op. 1 Sure-Lok Slide'N Click
525.00 _
S27;27C.Op.1 Q'Straint L Track;model#Q-8300-A1-L
375.00 -
S27;27C.Op.1 Q'Straint Slide"N Click
510.00
S27;27C.Op.2 Full Length Track:per foot
8.00 _
S27;27C.Op.3 Scooter Securement System
155.00 _
S27;27G.Op.1 Storage Pouch
35.00 _
S27;27G.Op.2 Freedman Seating Tie Down Storage System
(TDSS):cost per seat 50.00
S28;28D.Op.2 Rear Help Bumpers
625.00
S28;280.Op.1 Bluetooth Enabled Radio
205.00 -
S28;280.Op.2 Paratransit Scheduling Hardware(Tablets,etc.)
Power Source 400.00
;WI tk!4,10.kitiAlow.'
S29;29A.Op.1 As Built Parts Manual
50.00
S32;A. 1. HawkEye Plus Reverse Assistance System 500.00
S32;A.2. Closed circuit rearview monitoring/reverse asst.
system 900.00 -
S32;A.3. Dash mounted monitor and camera mounted-
vehicle rear 600.00
S32;A.4. Rearview Mirror with Built In Screen and Backup
Camera 750.00 -
S32;B. 1. REI Model R8001 Camera System
3,400.00 -
S32;B.2. Apollo Roadrunner 8 Camera System
7,200.00 _
S32;B.3. Seon vMax 4 Camera System
3,700.00 -
S32;B.4. MobileView Penta 4 Camera System
5,950.00 .
S32,B.4. MobileView Penta 8 Camera System
7,500.00
S32;C. Brake Retarder 7,505.00
4
9/3/14
CMPC-14-BOC-RFP Order Form - Glaval Entourage
•
S32;D. 4x4 Capability:Ford OEM 5,000.00 _
S32;E. 1. OnSpot Automatic Drop Down Tire Chains Ford 2,870.00
F550 12V Comp.
S32;E.2. RUD-ROTOGRIP Light Truck with air compressor 3,700.00 _
S32;F. 1. Sportworks DL2 Bike Rack 1,710.00 -
S32;F.2. Sportworks DL2 NP Bike Rack 1,950.00 _
S32;F.3. Sportworks Apex 3 Bike Rack 2,245.00 -
S32;F.4. Byk-Rak Solo Bike Rack 1,475.00
S32;G. Ski Rack 945.00
Passenger Stop Request
S32;H. (if chosen;must choose Passenger Stop 425.00 -
Request @ W/C positions as well)
S32;H. Passenger Stop Request at Wheelchair positions:
cost Per position 110.00 -
S32;I. Public Address System 90.00
S32;J. 1. Luminator Twin Vision Mobilite Sign System:Front 6,900.00
&Side
S32;J.2. Luminator Horizon SMT Sign System:Front& 9,300.00
Side
S32;J.3. Hanover Monochrome LED Automatic Sign 7,800.00
System:Front&Side
S32;K. Yield to Bus Sign 365.00 -
S32;L. 1. GFI Odyssey Farebox 15,800.00
S32;L.3. Diamond Model XV Farebox 1,380.00 -
S32;L.4. Diamond Model SV Farebox 1,310.00 -
S32;M. Keyed Alike:per bus 450.00
Total Cost Base + Options Per Contract.Pricing
-
Total BASE/OPTION Cost x#of Buses Ordered
r.,.L'.4..l°,L.Q.P. jrc
Item Description Unit Cost Quantity Total Cost
Total Cost Additional Bus Options
Item Description Unit Deletion Quantity Total Deletion
5
9/3/14
CMPC-14-BOC-RFP Order Form - Glaval Entourage
Total Cost Additional Bus Deletions
Total BASE/OPTION t Addtl. Options/Deletions Cost x# of Buses
Ordered
Rear Heater Location:
Specify 1) Floor or 2) Ceiling
Master Battery Control Switch Location:
Specify 1) Stepwell; 2) Under Driver's Seat; 3) Between Driver's Seat
Mount and Driver Door; or 4) Driver's Dash Area
Specify Location to Mount Safety Items
(i.e Fire Extinguisher; First Aid Kit, etc.)
Specify Seat Color and Fabric Type (Freedman Level 1-3)
Freedman Order Form will be attached by vendor to confirm seat choice
ADDITIONAL CONFIGURATION OR OPTION NOTES:
6
9/3/14