No preview available
HomeMy WebLinkAboutC14-459 National Bus Sales and Leasing Inc. Second Amendment SECOND AMENDMENT TO AGREEMENT BETWEEN EAGLE COUNTY,COLORADO AND NATIONAL BUS SALES AND LEASING INC. 1 THIS SECOND AMENDMENT("Second Amendment")is effective as of the ,A'3"!8 day of December,2014 by and between National Bus Sales and Leasing Inc. a Texas Corporation (hereinafter"Vendor") and Eagle County,Colorado,a body corporate and politic(hereinafter "County"). RECITALS WHEREAS,County and Vendor entered into an agreement dated the 23rd day of September, 2014,for certain Equipment and Services(the"Original Agreement"); and WHEREAS,County and Vendor entered into a First Amendment dated the 24th day of October, 2014,for certain Equipment and Services(the"First Amendment");and WHEREAS,County and Vendor desire by this Second Amendment to clarify and expand certain pricing options and delivery timeframes from what was set forth in the Original Agreement and the First Amendment. FIRST AMENDMENT NOW THEREFORE,in consideration of the foregoing and the mutual rights and obligations as set forth below,the parties agree as follows: 1. The Original Agreement and First Amendment shall be amended by the deletion of Exhibit B-2,the pricing matrix. Exhibit B-2 shall be replaced with the corrected pricing matrix consisting of eleven(11)pages attached hereto and incorporated herein by reference as Exhibit B-3. 2. The Original Agreement shall be amended by the deletion of Exhibit C,the Purchase Agreement. Exhibit C shall be replaced with a revised Purchase Agreement attached hereto and incorporated herein by reference as Exhibit C-2. 3. Capitalized terms in this Second Amendment will have the same meaning as in the Original Agreement.To the extent that the terms and provisions of the Second Amendment conflict with,modify or supplement portions of the Original Agreement or First Amendment,the terms and provisions contained in this Second Amendment shall govern and control the rights and obligations of the parties. 4. Except as expressly altered,modified and changed in this Second Amendment,all terms and provisions of the Original Agreement shall remain in full force and effect, and are hereby ratified and confirmed in all respects as of the date hereof. 5. This Second Amendment shall be binding on the parties hereto,their heirs,executors, successors, and assigns. IN WITNESS WHEREOF,the parties hereto have executed this Second Amendment to the Original Agreement the day and year first above written. COUNTY OF EAGLE, STATE OF COLORADO, By and Through Its COUNTY MANAGER By: t\c„.c.L..e�_ Rachel Oys,Acting Coun anager Vendor:National Bus Sales and Leasing, Inc. Ray Healy, •, 'W—, ���, 2 Eagle County Am Scope and Comp Final 5/14 rti _ o o o 0 ' o o 1 11 N N .,1 O O '°O v O - a m mQ 3°t E m °m ; itol e o As io t ,i,>2 ma J � J J q a J J � J 4 h a i C m eA m m a�� Iri 0 0 °o °o 0 II N Ai m N S A Aa" R` " ' A A co m T, y * a A c' U r r IP t u c x t yT�t. '. N >sy ` N. O Si 3rv'*. LL 2' 2,5� LL it , ;r` p .' 4 O O O :6,' O O 1 O O O O O O O O c o 0 8: 9 c 0 0 ,' m O o 0 0 o O o 0 % �A.. O N N ?e y ,F;", co O1 w4 . r N In to N 1- O O O G � f O N f, ' F D) N N N F a0 N ED N >. OI G0 N O O M Q th Q th Q N M m a N t0 t0 ' (O EL' t0 ' ' (O Y t0 t0 t0 t0 owe U U Yfl U U f f „4 f 2 (7 g 2 C7 °g? m m s m m L7 3j ' f:) L7 ci i O O O O O O O O O O O O O O O O O O O O ! 1iI O O O C 2 O m N N N OH �' p fil LL V. U U ' U U'or,: > fgo J gG%,i . N pY 5 W .� 4 Z 4 'a 7 3' 4; ith t 41 ti ft O K F O O LL O O O O o IL j LL LL LL a LL a E a LL mW� a a a ,It A a QD A a ii A O C O n A O a C o O C O 0P ! !I LL N N3 o�J A o o O o c ry �$5 c °Q cm oat U c c m c g m a .r U ° - A' 'c'.,0141 5 ° O ° O I y a ~i n O A ° O a O i ;i m ` O o 0: A U o LL 0 o o o> ,t o o U o o o LL _ LL V u - 0 eI LL 0 N y LL Mr Q«2,- A N A 2 A,,, m N A m LL S LL m LL' m'a L O Q m m LL CO LL ti,165. r r M*' i j r, r r '' r =AA x x ? J J J J --44,„ J J .. J O O y y O O A A O y O O y y LL LL Y QO 1 a LL LL Q:LL LL 4 1 *N 9 P "f,as �+ it 94 41 EXHIBIT B-3 s. `> 1w .. 1. ».. lt '- ..,:.. . n.,.,,. - ;a s :c1'...: ...w.a i . "-?d N added to order,requires Glaval Fend Universal and longer delivery tlme(YIN).If Y, REM DESCRIPTION Glaval GM/Chevy Titan Desedptlon Provided by National Bus Sales how much time? t'Y a ,eft *e:.t A._ .5 ,,+, ;,s,;,.;:;; „ sjt �. Glaval(most all OEMs)will only build a low floor bus on a GM Chaste due wheel alignment Y.12-14 weeks 55;Body Op.2 Low Floor Body-ON TITAN ONLY 48,500.00 issues with kneeling(lowering)the bus one Ford Chassis.Therefore,low floor option only vailable on the Glaval Titan any.See attached brochure. $: airs 111111X:54ik)4 r{,aC.i _,',w`"tr`',o"`..`st:. ,,k7 i. A' t,rp!C.tr 1r 1t$°,,'i F't .: `` .` �, .a.xe: `-`'+a S7;7E.Op.1 Diesel Engine in leu d Gasofne Titan:Diesel Engine is 6.6L V8 Engine-ON TITAN ONLY Y;4 weeks 13.000.00 Compressed Natural Gas(CNG) The Low Pressure system is Impw,includes the fuel injedors,ECM,harnesses and fuel pump. S7;7E.Op.2 Dedicated Fuel System'29 GGE Tank provitler and upfiHer is A1-Afemalive Fuels.The fuel filler type is a Parker 3600 psi NGV- V;12 weeks 24,500.00 1 receptade. Fuel Capacity is 29 GGE. One single lank mounted underneath the body. The Low Pressure System is Impw,includes the fuel injedors,ECM,hamesses and fuel pump. S7;7E.Op.2 Compressed Natural Gas(CNG) 27,800.00 Tank provider and upfitter is A1-Alternative Fuels.The fuel filer type is a Parker 3600 psi NGV- Dedicated Fuel System 39 GGE 1 receptade. Fuel Capacity is 39 GGE.Two tanks mounted underneath Me body.See V;12 weeks attached tank layout diagram for more information. The Low Pressure system is Impw,this means the tool injedors,ECM,hamesses and fuel 57;7E.Op.2 Compressed Natural Gas(CNG) 29,800 00 Pump,The Tank provider and upfihar is A1-Alternative Fuels.The fuel filler type is a Parker Dedicated Fuel System.48 GGE 3600 par NGV-1 receptacle. Fuel Capacity is 48 GGE.Five tanks mounted underneath the body. See attached tank layout diagram far more information. Y;12 weeks Universal Ford ROUSH or At Roush or Al Allamative(pore is the same far both,load time will determine the vendor)will be Allernativeslkluefed Petroleum the manufacturer,the fuel capacity is(41 usable GGE).The fuel flier is fuel filer type S7;7E.Op.3 Gas(LPG)Propane Dedicated Fuel 16,500.00 Sherwood Part k(PVIB55BRCN).There are two 39'x 16"tanks(21 GGE each).They are System ounted in the rear of the chassis,please sae brochure.There are no other options for more V:8 weeks opacity that are Altoona Tested/Approved. Titan GM Liquified Petroleum Gas GM Chassis-GM is the provider.Fuel capacity is 37 GGE.3 tank modular system located in 57;7E.Op.3 (LPG)Propane Dedicated Fuel 16.500.00 place of the gasoline fuel tank under the vehide between the(tame rails per the brochures System:37 GGE. provided. V;4 weeks Titan GM Liquified Petroleum Gas GM Chassis-GM is the provider.Fuel capacity rs 60 GGE.3 tank system,with one additional ST,7E.Op.3 (LPG)Propane Dedicated Fuel 19,000.00 linear tank(26 GGE).Tanks are located in place of the OEM gasoline fuel tank under the System:60 GGE. vehicle between the Name rails one one horizontal tank mounted inside the frame rail on the V:4 weeks tlnvers side. S32;D. 404 Capability Duigley Mentor See attached brochures and information. Company conversion V'12 weeks 14 000.00 car v#; „t. Amt rre�a1= N added t b requi es Glaval F rd U I areal an0 longer delivery time(Y/N).N Y, ITEM DESCRIPTION Glaval GM Than Descnpbon Provided by National Bus Sales S5;Structure Op.1:Exterior Skin FRP Fiberglass Skin 650.00 The standard ectenor skin is gaNanrzed steel.There is an oplron for FRP which is FibmGlass Reinforced Panels. 55;Body Op.1 Undercoating 400.00 Pure Asphalt Undercoating. 0;7 ,t r;Mdill :.. . , :. ^'.`!, p ST 7A Op 1 Combined High Idle/Lift Interlock 100.00 Standard is the Advanced Fast Idle System(APIs)Gateway and Intermolive Inleligent Lift (Internolive HighLock) Interlock System(ILIS).See attached brochures and information. S9;9D.Op.1 MOR/ryde RL Suspension System 800 00 See attached brochures and information. This has to be ordered when ordering the chassis.B Ford/GM has a chassis in stock with 59;9D.9D.Op.2 Non-sire Axle 200.00 slip(kmrletl slip differential)there will be no lead-time.If it is not in slack with non-slip axle it oil nave=teed ordered and since it is not a standard option,the lead-iwe for the chassis will Y 2-4 weeks increase. Please see the Brochure Labeled Goodyear Wrangler DuraTrec.These are snow/mud Gres and S10;10A.Op.1 Mud and Snow Tres $1125.00 for 5 tires were the best tires fountl for this application.The stock tires that are removed will be provided to the agency.They can be used in the future as steer tires(front tires).Includes mounting and V.1 week balancing. S10;10A.Op.1 Mud and Snow Tires;Second Option $1050.00 for 5 tires Casper Discover MS Tire.The stock tires that are removed will be providetl to the agency.They can be usetl in the fuW re as steer fires(hoot tires).Indudes mounting and balancing. Y t week S10;10A.Op.2 Spare Tire Cartier 240.00 This option has to be incbded when ordering the chassis.increases lead time,and is depentlen[on availability from OEM. V'2-4 weeks Alternate Banery Location OEM S12;B2.Op.1 Eng na Compartment (300.00) S12;D13.Op.1 Igo hon Switch Contro6—Route Zero ' Vi ig4tdttrfgkete$egitkgklieiaegh Mal a'11 ant MBC through Igo t an N/A S13;A3/5/6 Op. Air Conditioning Deletion Credit N/A (3,55000) g A k) kv 1 n 65;7850.00;A credit from 313;A3/5/6 Op.1($3,550.00 will be received when selecting this option).See S13;A3/5/6 Op.2 Thermo King Roof Top HVAC Unit 75.8200.00;aoechod brochure for more information. N Credit Not Appli a,nci S13;A18 O 1 V Op l tlH 1 Control hp.,. "� Menill:e• z:litaeffr-,:.*li F*r L 8 0v, ::: )t(it'rnf)my.:.ti°-• Glaval uses automotive grade Goth and wtyet for the ceiling and side walls.Carpet is a Syntex ' S14;14A.Op.1 Upholstered Interior 855.00 product.Aulocloth is a CMI Entmpnse product.The feature panel and motlesty panel fabric will , N match the passenger seats. 'a x fie n t 7 .4, °'�3 t ., vtF ?. �q. .4:,,r?.�.� .. "4�.€ €- ;co.4 . .mz.y v. e �� :. �a, . av�n•r � .1 � r . 447 v: m� S16;16k Op.1 Additional Mobility Aid Positions 345 00 11;jd fth3 ` , 0k,.N S16;16A.Op.2 Single Seat Credit (150 00)SINGLE SEAT CREDIT DOES NOT APPLY TO CitiSeat,3PT Seal or Go Seat Upgrades;Costs N/A are in atltlilion to the base. 016,168.Op.1 Freedman CitiSeat $28090 per Single Seat Choose from Freedman's website Level 3.Price inclutle5 CitiSeat with padded inserts. N $480.00 per Double Seat 516;16B.Op.1 Freedman 3PT Seal $180.00 per Single Seat Choose from Freedman's website Level 3,either Vinyl or Fabric. credit for level eating.com N $334.00 per Double Seat Actually can choose between Levels 1-3,and receive appropriate credit for level below. S16;169.Op.1 Freedman Go Seat $180.00 per Single:Seat Choose from Freedman's website Level 3,either Vinyl or Fabric.www,freedmanseating.com N $334.00 per Double Seat Actualty can choose between Levels 1-3,and receive appropriate credit for level below. S16;B8.Op.1 Freedman Level 4 $40/per seat See website for color and fabric choices:http://www.heetlmanseating.0omHabricsdevel 4/ Y'2 weeks - S16;$8.Op.1 Freedmen Levels $53/per seal See website for color and fabric choices'hhp'//www.freedmanseating.comttabricsllevel 5/ Y 2 weeks 516;B8.Op.1 Freedman Level6 $57/per seat See website forcolor and fabric choices:M1ltp:/Mewr o.freedmansealing.com/fabdcsllevel 6/ V:2 weeks S16;B8.Op.1 Freedman Repel $38/per seat See website for color and fabric choices:http://www.freedmanseating.con✓fabrics/repel/ V:2 weeks Passenger Restraint System <" _ x S16;B12;Op. 95 00) Y'2 weeks Deleton Cred 1 ;i S16,814;Op.1 single Freedman BV Foldaway 400.00 . •ii m , " _v Sib;B14,Op.1 Single-Freedman AM FOMaway 320.00. ) N S16;B14;Op.1 Single-Freetlman CitiSeat 22000 � '� �pk N .. 'lf8d .. °R . S16;814;Op.1 Single-Freetlman GoSeat 450.00 k f 516;B14.Op.2 Double:Freedman BV Foldaway 565.00. ?' N 516;814.Op.2 Double:Freedman AM Foldaway 520.00=. "v f to N 516;E114.Op.2 Double:Freetlman CitiSeat 610 00 N 516;814,Op.2 Double:Freedman GaSeal 525.00 V. N ) mil S16;16C.Op.1 Adnik Power Pedestal/Seat Base 535.00 In oNerto add eitberthe USSC Evolution G2E or Recaro LXS Drivers Seat options,an Adnik V;lweek Power Pedestal must be chosen. 516;16C.Op.1 USSC Evolution G2E Driver Seat 1,250.00 See attached brochures and information. V;1 week with Adnik power pod. S16;16C.Op.1 Recaro LXS Driver's Seal 1,110.00 See attached brochures and information. Y.1 week Y,1 week S17;178 Op.1 Floor Underbelly 250.00 i +"`y 4: ± )r.a 1 , >r'- 4''S .. t ` http://www.aflmu$oors.com/Tranaport-Flopdng/Bus-Flooring/Apro-Transgor-Mete.aspx provides all floating colors.See attached brochure and information for quick pick colors.Colors in If using options not selecletl in 517;17F.Op.1 Abro Trans0ur Meta 405.00 brochure do not affect vehicle lead bme.Offers both Meta and Chrome choices for same cost. the quick pick brochure,cted in All other additional colors offered on website may affect lead time,it is unknown how long until is 3-6 weeks color is speciffed,estimated 3 6 weeks. 517;17G.Op.1 Contrast coon Step Edging and 35 00 4 1 51 ndee Line `'':: .n } w N ... 3: R.. .d._ t s .F ; 519;190.Op.1 Rear Emergency Exit Door 643'W vemrsmaiorriminswomorvionvromu N S22;A.Op.1 Fog Lights 120.00 Optilux HL88184 Model 2020 Dual Fog/Driving Lamp Kit.Halogen Bulb. N WW 522;B.Op.1 Undedlood Light 150.00YF" N • Paint brand is either DuPont Chrome 2 stage(base 8 Gear coat)or Martin Senour 2 stage (base 8 clear coat).The agency should preside previous elevation drawings and paint codes. If a new color is chosen,we will attempt to match the color that is being requested,pain)a 3"x 523;238.Op.1 City of Greeley Paint Scheme 3,665.00 3"sample and mail it to the agency so they see the color once applied.The agency would need to ether send an email with approval or can sign the sample and send it back to Glaval indicating their approval. Y'2 weeks Paint brand is either DuPont Chroma 2 stage(base&dear coat)or Martin Senour 2 stage (base&clear coat).The agency should provide previous elevation drawings and paint codes. If a new color is chosen,we will attempt to match the color that is being requested,paint a 3"x S23;238.Op.1 Eagle County Paint Scheme 900.00 3"sample and mail it to the agency so they see the color once applied.The agency would need to either send an email with approval or can sign the sample and send it beck to Glaval indicating their approval. V;2 weeks Paint brand is either DuPont Chroma 2 stage(base&dear coat)or Martin Senour 2 stage (base&clear coat).The agency should provide previous elevation drawings and paint codes. If a new color is chosen,we will attempt to match the color that is being requested,paint a 3"x S23;238.Op.1 Mesa County Paint Scheme 1.400.00 3"sample and mail it to the agency so they see the color once applied.The agency would need to either send an email with approval or can sign the sample and send it back to Glaval indicating their approval. Y.2 weeks 323;23B.Op.1 RFTA/City of Aspen Paint Schema Zero £ 0 '' N/A II}reclail �ft#ti C^" P...n.k`�'�i 1,1 R " •'33 .At 1 Paint brand is either DuPont Chroma 2 stage(base&dear coat)or Martin Senour 2 stage (base&clear coat).The agency should provide previous elevation drawings and paint codes. If a new color is chosen,we will attempt to match the color that is being requested.paint a 3"x S23;238.Op.1 Town of Snowmass Paint Scheme 3,585.00 3"sample and mail it to the agency so they see the color once applied.The agency would need to either send an email with approval or can sign the sample and send it back to Glaval indicating their approval. V;2 weeks Paint brand is either DuPont Chroma 2 stage(base&clear coat)or Martin Senour 2 stage (base&clear coat).The agency should provide previous elevation drawings and paint codes. If a new color is chosen,we will attempt to match the color that is being requested,paint a 3"x S23;238.Op.1 All Points Transit Paint Scheme 2,450.00 3"sample and mail it to the agency so they see the color once applied.The agency would need to either send an email with approval or can sign the sample and send it back to Glaval indicating their approval. V;2 weeks Paint brand is either DuPont Chrome 2 stage(base&clear coat)or Martin Senour 2 stage (base&clear coat).The agency should provide previous elevation drawings and paint codes. If a new color is chosen,we will attempt to match the color that is being requested.paint a 3"x S23;23B.Op.1 City of Durango Paint Scheme 3,990.00 3"sample and mail it to the agency so they see the color once applied.The agency would need to either send an email with approval or can sign the sample and send it back to Glaval indicating their approval. V;2 weeks Paint brand is either DuPont Chrome 2 stage(base&clear coat)or Martin Senour 2 stage (base&clear coat).The agency should provide previous elevation drawings and paint codes. If a new color is chosen,we Will attempt to match the color that is being requested,paint a 3"x S23;238.Op.1 DSI-Amblicab Paint Scheme 2,250.00 3"sample and mail it to the agency so they see the color once applied.The agency would need to either send an email with approval or Can sign the sample and send it back to Glaval indicating their approval. Y;2 weeks Paint brand is either DuPont Chroma 2 stage(base&clear coat)or Martin Senour 2 stage (base&Gear coat).The agency should provide previous elevation drawings and paint codes. Seniors'Resource Center Pain[ If a new color is chosen,we will attempt to match the color that is being requested,pain)a 3"x S23;23B.Op.1 1,425.00 3"sample and mail it to the agency so they see the color once applied.The agency would need Scheme to either send an email with approval or can sign the sample and send it back to Glaval indicating their approval. V:2 weeks Paint brand is either DuPont Chroma 2 stage(base&dear coat)or Martin Senour 2 stage (base&clear coat).The agency should provide previous elevation drawings and paint codes. If a new color is chosen,we will attempt to match the color that is being requested,paint a 3"x S23;238.Op.1 City of Farmington Paint Scheme 3.525.00 3"sample and mail it to the agency so they see the color once applied.The agency would need to either send an email with approval or can sign the sample and send it back to Glaval indicating their approval. Y;2 weeks 523;23D.Op.1 Wheel Powder Coating 730-00 V 1 week Velvac heated/remote minor has a composite arm that will not rust,it features a home detent so Velvac Mirrors No Camera Model if the arm moves out of its home position from impact,etc.simply push it back until it pops back S25;A,Op.1 2020 250.00 into its home position.Elimates the need to set the home position again.ft also breaks away with much less force than the Roscoe minor minimding damage to the mirror,fender or object that it impacts.Please see attached brochure and information. This VeNac mirror incorporates cameras for exterior viewing down the side of the bus rather than adding cameras to the sidewal of the bus.This saves the 680041000 in cameras needed under the camera system option(as two cameras will already be located on the exterior via the 525;A;Op.2 VeNac Minors With Camera Model 1,100.00 mirror system).Velvac heated/remote minor has a composite arm that will not rust,it features a 2020XG home delenl so if the arm moves out of its home position from impact,etc.simply push it back until it pops back into its home position.Elimates the need to set the home position again.It also breaks away with much less force than the Roscoe mirror minimizing damage to the mirror, V'1-2 weeks fender or object that it impacts.Please see brochure. sh: - '', w " - See attached brochures and informal on 526,26A.Op.1 Braun Vista 2 Mobility Lift (260.00)See attached brochures and information. S26;26A.Op.I Braun Century 2 Mobility Lift (500.00)See attached brochures and information. 34"X51" S26;26A.Op.1 Braun Century 2 Mobility Lift 50.00 See attached brochures and information. 1,000Ibs;34 1x54" N S26;26A.Op.1 Braun Millennium 2 Mobility Litt (100.00)See attached brochures and information. 026;26A.Op.I Ricoh K-Series KlearVue Mobility Lifl (500.00)See attached brochures and information. S26;26A.Op.1 Rican Titanium 1,000 lbs.KSenes Zero See attached brochures and information. 526;26A.Op.2 Access-Anze Safety Lift Beh 45 00 See attached brochures and informa0on. N <� q a S27;27A.Op.1 Sure-Lok FF600 Retractor Series 625.00 See attached brochures and infalmadon. 527;27A.Op.1 Sure-Lok AL 700 Titan Series 375.00 See attached brochures and information. 527;27A.Op.1 0-Straint QRT Deluxe Series 580.00 See attached brochures and information. S27;27A.Op.1 0-Straint QRT Max Series 375.00 See attached brochures and Information. S27;27A.Op.I 0-Strain Q'UBE Series 1,700.00 See attached brochures antl informaton. 527;27C.Op.1 Sure-Cole Series L Track;specify 350.00 See attached brochures and information. model#AL7125-4C N S27;27C.Op.I Sure-Look Slide'N Click 525.00 No brochure available:See websita:https:/Iwww.sure-tole.com/amni-fbaranchor-systems- N menu.html 527;27C.Op.1 Q'Streint L Track;specify model# 375.00 See attached brochures and information. ry 0-8300-AML S27;27C.Op.1 Q'Straint Slide"N Click 510.00 See attached brochures and information. • 527;27C.Op.2 Full Length Track 8.00 per fool gr MI i "F " • S27;27C.Op.3 Scooter Sewrement System 155.00 - g w N S27;27G.Op.1 Storage Pouch 35.00 " S27;27G.Op.2 Freetlman Seafng Tie Down 50.00/each See attached brochures tl information. {{{ Stora.eS stem DSS r' pa. N S28;28D.Op.I Front Help Bumpers 950.00 See attached brochures antl information. N S28;28D.Op.2 Rear Help Bumpers 625.00 See attached brochures and information. N 528;281.Op.1 Running Board Deletion Credit (50.00)!I N 528;280.Op.1 Bluetoofh Enabled Radio 205.00 Jensen AWM 914 AM/FM/Bkielwth Stereo 028;280.Op.2 Parahansil Scheduling Hardware 400.00 The price provided allows for a wuple diierenl options that can chosen at the time of order.For N (Tablets,etc.)Power Source nample:Inverters for DCAC power ports or tablet powercord hardwired info the bus. e 1'{;g;41'14x. -,... 529;29A.Op.1 As Bulb Parts Manual 50.00 a MINK S32;A 1. System ye Plus Reverse Assistance 500.00 See attached brochures and information. - 532;A.2. Closed circuit rearview 900.00 Rearview Safety-RVs-770613.camas witty one camera(up to two more cameras can be added N manitonng/reverse asst.system for$450 each maximum total 013 cameras),dosed cicud module and dash monitor. S32;A.3. Dash mounted monitor and camera 600.00 ReaNiew Safety-RVS-770613(same as 532;A.2)except it does not have the Closed druil ry mounted-vehicle rear module.One camera end the dash monitor. 532;A.4. Rearview Mirror with BuiO In Screen 750 00 Mon-V sign 1 Black Camara Setu gi p yin rearview mirror. N antl Backup Camera (1 p with di tat dis M REI Model 88801,Installation included,indudes up to 4 Cameras.The Wedge cameras are 532;B.I. REI Model R8001 Camera System 3,400.00 Incuded with this system.The diflerem lens mm will tlepend on the desired location.Sea attached cut sheet and information.viewing station and wftware.must be purchased separately ry i(needed.V awing station and software is$1,200.00. Apollo Roadrunner 4 Camera Apollo Roadrunner 4,InstalWeon Included,includes up l0 4 cameras.See attached cut sheet 532;B.2. System 4,940.00 and information.Viewing station and software must be purchased separately if needed.Viewing N station and software is$1,350.00. Apollo Roadrunner 8 Camera Apollo Roadrunner e,Installation Included,includes up to a cameras.See attached cut sheet S32;B.2. System 7,200.00 and information.V awing station antl software must be purchased separately if needed.Viewing station antl software is$1,350.00. Soon vMaz,Installation inc uded,includes up to 4 cameras.See attached cut sheet and 532;B.3. Sean uMax 4 Camera System 3.700.00 information.Viewing elation and software must be purchased separately rf needed.Viewing N ' station/docking post and software is$400.00. MobiNiew Penla 4.installation included,includes up l0 4 cameets.See attached cut sheet and 532;B.4. MobileView Penle 4 Camera System 5,950.00 informaton.Viewing station and software must be purchased separately if needed.Viewing N station and software is$1,000.00. MobiNiew Ponta 8,installation included includes up to 8 camares.See anachetl cut sheet and 532;B.4. MobileView Ponta 8 Camera System 7,500.00 information.Viewing station and software must be purchased separately if needed.Viewing station and software is 81,000.00. N S32;C. Brake Retailer 7,505.00 Telma Retarder,Foot Control,ESenes TIK10678(AC50-55) 532;E.1. OnSpot Automatic Drop Dawn Tire 2.600.00 See attached brochures and information. N Chains GM3500 12 V Compressor S32;E.1. On5pol Automatic Drop Down Tire 3,470.00 See attached brochures and information. N Chains GM4500 12V Compressor S32;E.1. OnSpot Automatic Drop Down Tire 2,870.00 See attached brochures and information. N Chains Ford E350/E45012V Comp. 532;E.2. RUD-ROTOGRIP Light Truck with 3.700.00 See attached brochures and information.Please note,Glaval is hesitant to offer this system due ry air compressor to multiple customer issues.Please discuss with vendor before ordering. S32;F.1. Spartworks DL2 Bike Rack 1,710.00 See attached brochures and information. N S32;F.2.• Sportworks DL2 NP Bike Rack 1,950.00 See attached brochures and information. V'1 week S32;F.3. Sportworks Apex 3 Bike Rack 2,245.00 See attached brochures and information. V;1 week 032;F.4. Byk-Rak Solo Bike Rack 1,475.00 See attached brochures and information. N 532;G. Ski Rack 900.00 This pace is per section,it is the parabolic option per the brochure.Each section holds 4 pairs V;2 weeks of skis.Or the standard skinny ski rack that holds 7 pairs of skis. S32;H. Passenger Stop Request 425.00 Transign LED sign surface mount and pull cord SRM900.Can be well or ceiling mounted. 532;H. Passenger Stop Request at 110.00 ry Wheelchair positions Per Wheelchair position. S32:I. Public Address System 90.00 See attached brochures and information. N S32;J.i. Luminator Twin Vision Mobi lite Sign 6,900.00 See attached brochures and information.Software.programming and installation included. System Front and side sign. V 1 week S32;J.2. Luminator Horizon SMT Sign 9,300.00 Sea attacd brochures and infonnation....Soffware,programming and installation included. System Front and sihede sign. V'1 week 532;J.3. Hanover Monochrome LED 7,800.00 See attached brochures and information....Sotroare,programming and installation included. Automatic Sign System Front and side sign, Y;2 weeks S32;K. Yield to Bus Sign 365.00 Dialight or SMI Merge Alert System.See attached brochures and information. N S32;L.1. GFI Odyssey Farebox 15,800.00 See attached brochures and information.Price includes base farebox and installation. V'4-6 weeks 532;L.3. Diamond Model XV 1,380.00 See attached brochures and information.Installation provided. Y;1 week V 1 week S32'L.4. Diamond Model SV 1,310.00 See attached brochures and information.Installation provided. Keyed alike-If an agency orders more than two buses this is an option to have all of the S32;M. Keyed Alike 450.00/bus ignition/doors keyed alike.All of the buses ordered would use the exact same key.This is sometimes selected when losing keys is an issue and when the agency has a very secure V;4-6 weeks location for their vehicles. • `1 , '4'dr'.j'" '?`'?I ,,:, ,.. ., R. Cdr.-*i'w If added to order, requires longer delivery ITEM DESCRIPTION Glaval Ford Entourage Description Provided by National Bus Sales time(Y/N).If Y,how 9 p' y much time? 3 ",,. ' " ° ,4i44, ggo t —, j 1 $ 57;7E.Op.1 Diesel Engine in lieu of Gasoline Engine 6,900.00 Diesel engine is 6.7L Turbocharged. Y;4 weeks The Low Pressure system is Impco,includes the fuel injectors,ECM,harnesses and C ompressed Natural Gas(CNG)Dedicated Fuel fuel pump.Tank provider and upfilter is Al-Altemative Fuels.The fuel filler type is a Si;7E.Op.2 System:42 GGE 27,000.00 Parker 3600 psi NGV-1 receptacle.Fuel Capacity is 42 GGE. There are 2 tanks mounted underneath the body. See attached lank layout diagram for more Y;12 weeks information. The Low Pressure system is Impco,includes the fuel injectors,ECM,harnesses and S7;7E.O 2 Compressed Natural Gas(CNG)Dedicated Fuel fuel pump.Tank provider and upfilter is A1-Alternative Fuels.The fuel filler a is a Op. System:53 GGE 29,500.00 Parker 3600 psi NGV-1 receptacle.Fuel Capacity is 53 GGE.There are 4 tanks mounted underneath fhe body.See attached tank layout diagram for more information. Y;12 weeks The Low Pressure system is Impco,includes the fuel injectors,ECM,harnesses and Compressed Natural Gas(CNG)Dedicated Fuel fuel pump.Tank provider and upfilter is A1-Alternative Fuels.The fuel filler type is a S7;7E.Op.2 S ystem:62 GGE 32,800.00 Parker 3600 psi NGV-1 recepacle.Fuel Capacity is 62 GGE.Subject to Wheelbase length.There are 5 tanks mounted underneath the body.See attached tank layout Y;12 weeks diagram for more information. Roush orAl Alternative(price is the same for both,lead time will determine the vendor) S7;7E.Op.3 Liquefied Petroleum Gas(LPG)Propane Dedicated 18,500.00 will be the manufacturer,the fuel capacity is(41 usable GGE).The fuel filler is fuel filler Fuel System,Roush or Al Alternatives.42 GGE type Sherwood Part#(PV1855BRCN).There are two 39"x 16"tanks(21 GGE each). They are mounted in the rear of the chassis,please see brochure.There are no other options for more capacity that are Akoona Tested/Approved. Y;8 weeks Roush or Al Alternative(price is the same for both,lead time will determine the vendor) the fuel capacity is(65 usable GGE).The fuel filler is fuel filler type Sherwood Part# 57;7E.Op.3 Liquefied Petroleum Gas(LPG)Propane Dedicated 22,800.00 (PV1855BRCN).There is Iwo 27"z 76 tanks mounted between the frame rails at the Fuel System Roush or Al Alternative.65 GGE very rear of the chassis.(32.5 GGE each). They are mounted in the rear of the chassis,please see brochure.Pending all requirements/approvals based on vehicle configuration. V;8 weeks S32 D. 4x4 Capability:Ford OEM 5 000.00 rr i4u "" `i7.fi Y'4-6 weeks it ".^". "Sam b. ,:a _ Ar,A vd #' .t". '" .. R'd7';, .. - . '*3 If added to order, - requires longer delivery ITEM DESCRIPTION Gland!Ford Entourage Description Provided b time(Y/N).If Y,how 9 p by National Bus Sales much time? att. � �: , �. ,�� x ....., S5;Structure Op.1:Exterior FRP Fiberglass Skin 1,350.00 The standard exterior skin is galvanized steel.There is an option for FRP which is N Skin iberGass Reinforced Panels. N S5;Body Op.1 Undercoating 400.00 Pure Asphalt Undercoating. 57;7A.Op.1 Combined High Idle/Lift Interlock(Intermofive 100.00 Standard is the Advanced Fast Idle System(APIs)Gateway and Intermotive Intelligent HighLock) Lift Interlock System(ILIS).See attached brochures and information. S9;9D.Op.1 MOR/ryde RL Suspension System 800.00 See attached brochures and information. N This has to be ordered when ordering the chassis.If Ford has a chassis in stock with 59;9D.Op.2 Non-slip Axle 280.00 nonslip(limited slip differential)there will be no lead-time. If it is not in stock wtth non- slip axle f will have In be ordered and since it is not a standard option,the lead-time for the chassis will increase. Y 2-4 weeks . :;r:=' ,g"..",e.:..=u. .4a4j ,r;;.° +atS4,.. 'ziNg . 'f!:2 Z;.. .1.:;. g:-,w.773-; •w,:9&'. +" 'G .. 4.14',:,:*3 ' s,is t. 7 1 17 : 7`k.`°v'; ;1 Please see the Brochure Labeled Goodyear Wrangler DuraTrac.These are snow/mud 510;10A.Op.1 Mud and Snow Tres 3400.00 for 5 tires tires and were the best tires found for this application.The stock tires that are removed will be provided to the agency.They can be used in the future as steer tires(front Y;1 week tires).Price incudes mounting and balancing. Goodyear G622 Commerical Grade Mud/Snow tire.The stock tires that are removed 510;10A.Op.1 Mud and Snow Tires;Second Option 2240.00 for 5 tires will be provided to the agency.They can be used in the future as steer tires(front V;1 week tires).Price includes mounting and balancing. S10;10A.Op.2 Spare Tire Carrier 249'09 This option has to be included when ordering the chassis,increases lead time,and is dependent on availability from OEM. Y 2-4 weeks 1 n 512;82.Op.1 Alternate Battery Location-OEM Engine (300.00) N Compartment S12;D13.Op. Ignition Switch Controls-Route MBC through Zero N/A 1 Ignition fi.. x.:; .,...:„a,,, ,n ''' ,11,:2-:.:,,, i3) :*1" ,s a d r. .'„.tr" «,.<.. v„ 1p 1 f.. nx = z ' 513,A3/5/6 (3,550.00)t " ff " . ." �.Air Conditioning Deletion Credit O p'1 xs ANtvwfin21 ]s:..,. ..4x ,a v. skW S13;A3/5/6 65:7850.00;A credit from S13;A3/5/6 Op.1($3,550.00 will be received when selecting this option). Op 2 Thermo King Roof Top HVAC Unit 75:8200.00:See attached brochure for more information. N Credit Not Applied dd� N S13 A18 Op 1 Vacuum Operated Heater Control Valve 85.00 9 r'iz,i9i' s ,Ls^.�.�"6- i is ff y tf t. ,s :.111,:91.," N,. '.P zi, s:2 .., .""tNt.'',-=b, f <„y. "iai `a ra ?'."., e. _ $z _. Glaval uses automotive grade cloth and carpet for the ceiling and side walls.Carpet is S14;14A.Op.1 Upholstered Interior 855.00 a Syntex product.Autocloth is a CMI Enterprise product.The feature panel and N modesty panel fabric will match the passenger seats. F& sr L siv I >�,�k k,,,,,,,o ,,, if 1 i# `�` i k,r 04 Vt, 3 ,4 a" ' x r# I L' J , " L m;, 45,a wo. w . sf�z . .V, .d ,v'...-4 r- . . .f _ •e,.$'0474:,',`:;:' 44,44,:.' ..t.•r €. l s 516;16A.Op.1 Additional Mobility Aid Positions 345.00 vs ?ylz,�}li'r "' - '�""' [' �` A Y ty" N S16;16A.Op.2 Single Seat Credit (150.00)SINGLE SEAT CREDIT DOES NOT APPLY TO CitiSeat,3PT Seat or Go Seat N/A Upgrades;Costs are in addition to the base. Sib;168.Op.1 Freedman CitiSeat $280.00 per Single Seat Choose from Freedman's website Level 3.Price includes citiseat with padded inserts. N $480.00 per Double Seat Choose from Freedman's website Level 3,either Vinyl or Fabric. Sib;16B.Op.1 Freedman 3PT Seat www.(reedmanseating.com Actually can choose between Levels 1-3,and receive N $210.00 per Single Seat appropriate credit for level below. $290.00 per Double Seat Choose from Freedman's website Level 3,either Vinyl or Fabric. S16;16B.Op.1 Freedman Go Seat www.freedmanseating.com Actually can choose between Levels 1-3,and receive N $125.00 per Single Seat appropriate credit for level below. $225.00 per Double Seat 516;B8.Op.1 Freedman Level 4 $40lper seat See website for color and fabric choices: Y;2 weeks http://www.freedmanseating.com/fabrics/level_4/ S16;B8.Op.1 Freedman Level 5 $53/per seat See website for color and fabric choices: V;2 weeks http://www.freedmanseating.comttabrics/level_5/ 016;B8.Op.1 Freedman Level 6 $57/per seat See website for color and fabric choices: Y;2 weeks http,thvww.freedmanseating.com/fabncs/level_6/ S16;88.Op.1 Freedman Repel $38/per seat See website for color and fabric choices:hflp://www.freedmanseating.com/fabrics/repel/ V;2 weeks N 518;812;Op.1 Passenger Restraint System Deletion Credit (95.00) �,rµ' r"+` w�^£. , N 516;B14;Op.1 Single-Freedman BV Foldaway 400.00 r N 516;B14;Op.1 Single-Freedman AM Foldaway 370.00 N 516;814;Op.1 Single-Freedman CitiSeat 220.00 N 516;814;Op.1 Single-Freedman GoSeat 450.00 E�� .y�/§3,$i s 'i( N 516;B14.Op.2 Double:Freedman BV Foldaway 565.00 - w'` 516;814.0p. Double:Freedman AM Foldaway 520.00 "°'°: N 2 518;B14.Op. Double:Freedman Citiseat 610.00 N 2 516;B14.Op. - w.: . N 2 Double:Freedman GoSeat 525.00 S16;16C.Op. Ford OEM 6-Way Power Drivers Seat 1 See attached brochures and information.This applies to the Base model which is the 1 F550 XL.Please note the USSC Driver Seat CANNOT be used with this option. Y;6 weeks S16;16C.Op. USSC Evolution G2E Driver Seat-Manual Seat See attached brochures and information.This applies to the Base model which is the 1 Base Only 1,325.00 F550 XL and only comes with a manual seat base. If the agency wants the power seat V'1 week base option,please select the Ford OEM 6-Way Power Driver's Seat. Y;1 week 517;178.Op.1 Floor Underbelly 250.00 k a ° - a - http://www.altrofloors.com/Transport-Flooring/Bus-Flooring/Altro-Transgor-Meta.aspx provides all flooring colors.See attached brochure and information for quick pick colors. If using options not S17;17F.Op.1 Altro Transflor Meta 405.00 Colors in brochure do not affect vehicle lead time.Offers both Meta and Chrome selected in the quick pick choices for same cost.All other additional colors offered on website may affect lead brochure,leadtime is 3-6 time,it is unknown how long until color is specified,estimated 3-6 weeks. weeks 517;17G.Op. a ,� .. .�".... or n N 1 Contrast White Step Edging and Standee Line 35.00 p fi ?,1t. 4 r.; ak' r e S19;19D.Op. Rear Emergency Exit Door 645.00 N 1 .,: t � !sd. r3. , ' ,,,. , 'fin .__ S22;A.Op.1 Fog Lights 120.00 Optilux HL88184 Model 2020 Dual Fog/Driving Lamp Kit.Halogen Bulb. N mu N S22 B Op 1 Underhood Light 150.00y ,i,, Paint brand is either DuPont Chrome 2 stage(base 8 clear coat)or Martin Senour 2 stage(base 8 clear coat).The agency should provide previous elevation drawings and paint codes.If a new color is chosen.we will attempt to match the color that is being S23;238.Op.1 City of Greeley Paint Scheme 4,200.00 requested,paint a 3"x 3"sample and mail it to the agency so they see the color once applied.The agency would need to either send an email with approval or can sign the sample and send it back to Glaval indicating their approval. Y;2 weeks _ Paint brand is either DuPont Chroma 2 stage(base&clear coat)or Martin Senour 2 stage(base&clear coat).The agency should provide previous elevation drawings and S23;238.Op. paint codes.If a new color is chosen,we will attempt to match the color that is being i Eagle County Paint Scheme 1,200.00 requested,paint a 3"x 3"sample and mail it to the agency so they see the color once applied.The agency would need to either send an email with approval or can sign the sample and send it back to Glaval indicating their approval. Y;2 weeks Paint brand is either DuPont Chroma 2 stage(base&clear coat)or Martin Senour 2 stage(base&clear coat).The agency should provide previous elevation drawings and S23;238.Op. paint codes.It a new color is chosen,we will attempt to match the color that is being 1 Mesa County Paint Scheme 1,600.00 requested,paint a 3"x 3"sample and mail it to the agency so they see the color once applied.The agency would need to either send an email with approval or can sign the sample and send it back to Glaval indicating their approval. Y;2 weeks 523;236.0 `, kr, r.8, irax. s+°ft, `lea 'ft 1„ � 1 p' RFTA/City of Aspen Paint Scheme Zero g,t z a 1" � " P°k "'` *i F' /TM N/A �tI(. Paint brand is either DuPont Chroma 2 stage(base&clear coat)or Marlin Senour 2 stage(base&clear coat).The agency should provide previous elevation drawings and 523;236.Op. paint codes. If a new color is chosen,we will attempt to match the color that is being 1 Town of Snowmass Paint Scheme 3,885.00 requested,paint a 3"x 3"sample and mail it to the agency so they see the color once applied.The agency would need to either send an email with approval or can sign the sample and send it back to Glaval indicating their approval. Y;2 weeks Paint brand is either DuPont Chroma 2 stage(base&clear coat)or Martin Senour 2 stage(base&clear coat).The agency should provide previous elevation drawings and 523;23B.Op. paint codes.If a new color Is chosen,we will attempt to match the color that is being 1 Al Points Transit Paint Scheme 3,250.00 requested,paint a 3"x 3"sample and mail it to the agency so they see the color once applied.The agency would need to either send an email with approval or can sign the sample and send it back to Glaval indicating their approval. Y;2 weeks Paint brand is either DuPont Chroma 2 stage(base&clear coat)or Martin Senour 2 stage(base&clear coat).The agency should provide previous elevation drawings and 523;236.Op. paint codes. If a new color is chosen,we will attempt to match the color that is being 1 City of Durango Paint Scheme 4,600.00 requested,paint a 3"x 3"sample and mail it to the agency so they see the color once applied.The agency would need to either send an email with approval or can sign the sample and send it back to Glaval indicating their approval. Y;2 weeks Paint brand is either DuPont Chroma 2 stage(base&clear coat)or Martin Senour 2 stage(base&clear coat).The agency should provide previous elevation drawings and S23'23B.Op. paint codes. If a new color is chosen,we will attempt to match the color that is being 1 DSI-Amblicab Paint Scheme 3,250.00 requested,paint a 3"x 3"sample and mail it to the agency so they see the color once applied.The agency would need to either send an email with approval or can sign the sample and send it back to Glaval indicating their approval. Y;2 weeks Paint brand is either DuPont Chrome 2 stage(base&clear coat)or Martin Senour 2 stage(base&clear coat).The agency should provide previous elevation drawings and S23;236.Op. paint codes.If a new color is chosen,we will attempt to match the color that is being 1 Seniors'Resource Center Paint Scheme 2,300.00 requested,paint a 3"x 3"sample and mail it to the agency so they see the color once applied.The agency would need to either send an email with approval or can sign the sample and send it back to Glaval indicating their approval. Y;2 weeks Paint brand is either DuPont Chroma 2 stage(base&clear coat)or Martin Senour 2 stage(base&dear coat).The agency should provide previous elevation drawings and 523;23B.Op. paint codes.If a new color is chosen,we will attempt to match the color that is being 1 City of Farmington Paint Scheme 4,525.00 requested,paint a 3"x 3"sample and mail it to the agency so they see the color once applied.The agency would need to either send an email with approval or can sign the sample and send it back to Glaval indicating their approval. Y 2 weeks S23;23D.Op. 4 _ 1 Wheel Powder Coating 730.00 xi V 1 week Velvac heated/remote mirror has a composite arm that will not rust,it features a home detent so if the arm moves out of its home position from impact,etc.simply push it back S25;A;Op.1 Velvac Mirrors No Camera Model 2020 250.00 until it pops back into its home position.Elimates the need to set the home position again. It also breaks away with much less force than the Roscoe mirror minimizing damage to the mirror,fender or object that it impacts.Please see attached brochure and information. N This Velvac mirror incorporates cameras for exterior viewing down the side of the bus rather than adding cameras to the sidewall of the bus.This saves the$800-$1000 in cameras needed under the camera system option(as two cameras will already be located on the exterior via the mirror system).Velvac heated/remote mirror has a S25;A;Op.2 Velvac Mirrors With Camera Model 2020XG 1,100.00 composite arm that will not rust,it features a home detent so if the arm moves out of its home position from impact,etc.simply push it back until it pops back into its home position.Elimates the need to set the home position again.It also breaks away with much less force than the Roscoe mirror minimizing damage to the mirror,fender or object that it impacts.Please see brochure. V-1-2 weeks p� D t<a1 4 ."° :"tea- " a d ,m4 ''x': Vc")` iit ',;„ ) ,V ) ." See attached brochures and information. N S26;26A.Op.1 Braun Vista 2 Mobility Lift (260.00)See attached brochures and information. S26;26A.Op. Braun Century 2 Mobility Lift 34"X51" N 1 ry ty (500.00)See attached brochures and information. 1 526;26A.Op. Braun Century 2 Mobility Lift 1,000Ibs;34"054" 50.00 See attached brochures and information. 526;26A.Op. Braun Millennium 2 Mobility Lift (100.00)See attached brochures and information. 526;26A.Op. Ricon K-Series KlearVae Mobility Lift (500.00)See attached brochures and information. N 1 • N S26,26A.Op. Ricon Titanium 1,000 lbs.K-Series Zero See attached brochures and information. i S26;26A.Op.2 Access-Adze Safety Lift Belt 45.00 See attached brochures and information. ,VVI 1i :.14'.7'";'''!''''''r-' ''''''-;.‘"I''''''''''':''''2';'"'''':•:'"'''''''riliblii''''''1-''''''''..--.'4-:"..''''''''''''"'*itigiit- IiiiiitriftoliMiloA,YormiitftemtiaktAtro..,.:11,4Aitork4400....4. . .-'A-7"4141! :A'1!:',.r.A.;--4,.:Nprr:Aim."...w,:-.,:igo-A.AA.1.-.. olthr*624,..-,-,=:': -... • ' ' ,., N S27;27A.Op.1 Sure-Lok FF600 Retractor Series 625.00 See attached brochures and information. N .$27;27A.Op. Sure-Lok AL 700 Titan Series 375.00 See attached brochures and information. N .$27;27A.Op. Q-Straint CRT Deluxe Series 580.00 See attached brochures and information. N .$27;27k Op. Q-Straint ORT Max Series 375.00 See attached brochures and information. N Q-Straint Q'UBE Series ..$27;27A.Op. 1,700.00 See attached brochures and information. 27;27C.Op. Sure-Lok Series L Track;model#AL712S-4C 350.00 See attached brochures and information. N S27;27C.OP Sure-Lock Slide N Click 525.00 No brochure available:see websitet https://www.sure-lok.com/omni-floor-anchor- . ' 1 N systems-menuhtml N IS27;27C.°P' Q'Straint L Track;model#Q-8300-Al-L 375.00 See attached brochures and information. N Q'Straint Slide N Click .$27;27C.Op. 510.00 See attached brochures and information. " N S27;27C.Oh Full Length Track 8.00 per foot ,An 4 .IN:f. .vp".70' tligiolle **"""..440.<,..t:.V■s,,,.A,'i,..!:,,,a4,4.)i N :27;27C.Op Scooter Securement System 155.00 tierellaaltitaAiReatligilk"1;:.h N 41'7 .127;27G.Op. Storage Pouch 35'00 lk.t,'!,1'''%;1M14:!;":1 ilWirtiv6SN:'''''.'.4.r.b.,':'''''',b',...44.5,.../.4-idtbisoide.ON,•,,b, • N S27;27G.Op. Freedman Seating Tie Down Storage System 50.00/each See attached brochures and information. clam. ..e- ..t 7,gav .v.W...g,t ",','v;at,.ANAtite".15petAntigNWWW.,,,,;,t,y:lgemr. - - - --- - - ,--A4g-si,..,--A-Nrc-Tdrirem&vr;'-`,Pw.P1-Tri!MatiriogAe4.--:-AtAedzigag' itimatoom-Atti'.-;,-. 1.4,64,,,,m lqart6l'Atil-2-1;AaiiiitiVY'LkA03:1- N :::::: - --IiiiirieljiiiliiOriareavow****mgt4failsorlt S28;28D.op. Front Help Bumpers N :28;no.OP• Rear Help Bumpers 625.00 See attached brochures and information. N ,.,'?US,.,. vs,'1**04■41rinirli I.r.ARA,'.:0,":Vitiiiiglititi S28;281.Op.1 Running Board Deletion Credit Not Available lik: PE??0,0411NA,"4,44k,'W":'0,''v.titittiflWewti.'I N .$28;280.Op. Bluetooth Enabled Radio 205.00 Jensen AWM 914 AM/FM/Bluetooth Stereo The price provided allows for a couple different options that can chosen at the time of S28;280.Op. Paratransit Scheduling Hardware(Tablets,etc.) 400.00 order.For example:Inverters for DC-AC power ports or tablet powercord hardwired into 2 Power Source N the bus. ' ' "PR`77'..VItl,r;r,,,,,,_!..,11.11.tirt.trvf:ACt..",,,,0413111,4f4r4,5%"litraft"inglipairgl4tlityp.,.,,,t;;#.;eliii.ltareint 1,8if*AtRalaketr~1.1ekbve.v"' -LAC' 50.00 :,',"',4,00.411710,yrepOikta00trg04107001410: S29;29A.Op.1 As Built Parts Manual N :'.:Vtaledev,,AttWiiit,lttiti.,,, 41,r4V414iri.444Q,Ve14 ,"4 II" 11. 'MI*HawkEyeli1P1:;:eV ef:AfterIC:SYSte: 500.00 See attached brochures and information. N RearView Safety-RVS-770613,comes with one camera(up to two more cameras can S32;A.2. Closed circuit rearview monitoring/reverse asst. 900.00 be added for$450 each maximum total of 3 cameras),closed circuit module and dash syten, N monitor. 531A 1 Dash mounted monitor and camera mounted- „,n nn RearView Safety-RVS-770613(same as S32;A.2)except it does not have the Closed vehicle rear. ciruit module.One camera and the dash monitor. N Rearview N S32;A.4. Mirror with Built In Screen and Backup 750.00 Mor-Vision(1)Black Camera Setup with digital display in rearview mirror. Camera RE1 Model R8801,Installation incluttd,includes itztoe4nsCrattmmeit:irl.deThpieettri/eodngtrte S31 B.1. RE I Model R8001 Camera System 3,400.00 cdaeZZisloagtiV...5 v',1th!".sy? . ueeelanacnea cut sheet and information.Viewing station and software must be purchased seperately if needed.Viewing station and software is$1,200.00. N Apollo Roadrunner 4,Installation Included,includes up to 4 cameras.See attached cut S32;B.2. Apollo Roadrunner 4 Camera System 4,940.00 sheet and information.Vi i ewing station and software must be purchased seperately if N needed.Viewing station and software is$1,350.00. Apollo Roadrunner 8,Installation Included,includes up to 8 cameras.See attached cut S32;B.2. Apollo Roadrunner 8 Camera System 7,200.00 sheet and information.Viewing station and software must be purchased separately if N needed.Viewing station and software is$1,350.00. Seon vMax,Installation included,includes up to 4 cameras.See attached cut sheet S32;B.3. Seon vMax 4 Camera System 3,700.00 and information.Viewing station and software must be purchased seperately if needed. Viewing station/docking post and software is$400.00. N MobilView Penta 4,installation included,includes up to 4 cameras.See attached cut S32;B.4. MobileView Penta 4 Camera System 5,950.00 sheet and information.Viewing station and software must be purchased seperately if needed.Viewing station and software is$1,000.00. N MobilView Penta 8,installation included,includes up to 8 cameras.See attached out 532;B.4. MobileView Penta 8 Camera System 7,500.00 sheet and information.Viewing station and software must be purchased seperately if needed.Viewing station and software is$1,000.00. N S32;C. Brake Retarder 7,505.00 Telma Retarder,Foot Control,E-Series TIK10678(AC50-55) N S32;E.1. OnSpot Automatic Drop Down Tire Chains Ford 2,870.00 See attached brochures and information. N F550 12V Comp. S32;E.2. RUD-ROTOGRIP Light Truck with air compressor 3,700.00 See attached brochures and information.Please note,Glaval is hesitant to offer this N system due to multiple customer issues.Please discuss with vendor before ordering. S32;F.1. Sportworks DL2 Bike Rack 1,710.00 See attached brochures and information. N 532;F.2. Sportworks DL2 NP Bike Rack 1,950.00 See attached brochures and information. Y;1 week 532;F.3. Sportworks Apex 3 Bike Rack 2,245.00 See attached brochures and information. Y;1 week N S32;F.4. Byk-Rak Solo Bike Rack 1,475.00 See attached brochures and information. 532;G. Ski Rack 945 00 This price is per section,it is the parabalic option per the brochure.Each section holds Y;2 weeks 4 pairs of skis.Or the standard skinny ski rack that holds 7 pairs of skis. S32;H. Passenger Slop Request 425.00 Transign LED sign surface mount and pull cord SRM900.Can be wall or ceiling N mounted. Passenger Stop Request at Wheelchair positions 110.00 Per Wheelchair position. N N S32;I. Public Address System 90.00 See attached brochures and information. S32;J.1. Luminator Twin Vision Mobilite Sign System 6,900.00 See attached brochures and information.Software,programming and installation Y;1 week included.Front and side sign. 532;J.2. Luminator Horizon SMT Sign System 9,300.00 See attached brochures and information....Software,programming and installation Y;1 week included.Front and side sign. S32;J.3. Hanover Monochrome LED Automatic Sign System 7,800.00 See attached brochures and information....Software,programming and installation included.Front and side sign. Y;2 weeks S32;K. Yield to Bus Sign 365.00 Dialight or SMI Merge Alert System.See attached brochures and information. N S32;L.1. GFI Odyssey Farebox 15,800.00 See attached brochures and information.Price includes base farebox and installation. Y;4-6 weeks S32;L.3. Diamond Model XV 1,380.00 See attached brochures and information.Installation provided. Y;1 week S32;L.4. Diamond Model SV 1,310.00 See attached brochures and information.Installation provided. Y;1 week Keyed alike-If an agency orders more than two buses this is an option to have all of the S32;M. Keyed Alike 450.00 per bus ignition/doors keyed alike.All of the buses ordered would use the exact same key. This is sometimes selected when losing keys is an issue and when the agency has a Y;4-6 weeks very secure location for their vehicles. Colorado Mountain Purchasing Consortium PURCHASE AGREEMENT Between Agency Address AND NATIONAL BUS SALES AND LEASING, INC. For Quantity and Description PROPOSAL # CMPC-14-BOC-RFP Awarded : September 23, 2014 by Eagle County Government P.O. Box 850 Eagle, Colorado 81631 EXHIBIT C-L PURCHASING AGREEMENT Eagle County Award#CO-2014-350. 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, Insert Agency Name ("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: Class Fuel Type: Fuel Quantity: Quantity b. Vendor shall comply with all general requirements, conditions and terms 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 Purchase Description 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 post-delivery paperwork. All invoices shall include detail regarding 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 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, then upon written 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 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. Delivery time exceptions are noted in Exhibit B-3 based on individual options. As noted in Exhibit B-3, the maximum additional time required for delivery of fuel type or body modification options is 14 weeks. Therefore, 218 days is the maximum delivery period allowable after Agency's execution of a Purchasing Agreement and CMPC Purchase Order Form, but true delivery times are based on the lead times identified in Exhibit B-3. b. Vendor and Agency agree that if delivery is not made within the time specified on the order form in excess of 120 days as noted in Exhibit B-3 for chosen options, 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 as 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 performance of this 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 following warranties for each vehicle purchased under this 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 3 (parts); Unlimited Mobility/Wheelchair Lift Cycles 1 (labor) y 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 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 shall 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 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 a waiver thereof. No waiver of any breach shall be deemed 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-BOC-RFP, in accordance with the Contract Documents. National Bus Sales and Leasing, Inc. Agency By: By: Representative Agency Representative Title Title Date: Date: