No preview available
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