No preview available
HomeMy WebLinkAboutC15-221 Colorado Mountain Purchasing Consortium Purchase Agreement Colorado Mountain Purchasing Consortium PURCHASE AGREEMENT Between Eagle County, Colorado P.O. Box 850 Eagle, CO 81631 AND NATIONAL BUS SALES AND LEASING, INC. For 2 Glaval Entourage Class F Vehicles PROPOSAL # CMPC-14-BOC-RFP Awarded : September 23, 2014 by Eagle County Government P.O. Box 850 Eagle, Colorado 81631 Cluj-2'2) 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, Eagle County ("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 Forms which are attached hereto as Exhibit A, and incorporated herein by this reference: Base Vehicle Class: G Fuel Type: Diesel Quantity: 2 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 1 Glaval Entourage Class G Diesel- Chains $125,935 $125,935 1 Glaval Entourage Class G Diesel-No Chains $123,065 $123,065 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-2 based on individual options. As noted in Exhibit B-2, 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 Forms, but true delivery times are based on the lead times identified in Exhibit B-2. b. Vendor and Agency agree that if delivery is not made within the time specified on the order forms in excess of 120 days as noted in Exhibit B-2 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 2 years Intermotive Interlock 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 Forms 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. Eagle County B 1_14BY ♦J/ �1/.i / < Representati'k 111,0 Kathy Chandl -Henry ( .\) c'>\ CAM Title Board of County Commissioner Chairman Date: ■ / \a) \,s Date: Dte I i< CMPC-14-BOC-RFP Order Form - Glaval Entourage Agency Name Eagle County RTA Contact Person Kelley Collier Date 27-Feb-15 Phone Number 970-328-3533 u7p IIIII!a rg t aLI `.l sI u- s v araI;Zvi � Unit Cost Quantity Total Cost Base Floorplan XL-6.8L V10 Gas-Standard 77 472.00 - Front Lift Floor=31' Ford F550 228"WB 19,500 GVWR Base Floorplan XL-6.8L V10 Gas-Standard 75,470.00 - Rear Lift Floor=27' Ford F550 201"WB 19,500 GVWR Base paw ng Class F(Seating 20 30/2)Glaval EntFord } . k . ou"rage ., � �� Unit Cost Quantity Total Cost Base Floorplan XL-6.8L V10 Gas-Standard 76,945.00 - Front Lift Floor=31' Ford F550 228"WB 19,500 GVWR Base Floorplan XL-6.8L V10 Gas-Standard 78,545.00 1 78,545.00 Rear Lift Floor= 31' Ford F550 228"WB 19,500 GVWR Base Pricing Class G(Seating 24-34/2)Glaval Ford 4"4 : " � s� #&-4 "4 Unit Cost Quantity Total Cost Entourage � 4 Base Floorplan XL-6.8L V10 Gas-Standard 79,900.00 - Front Lift Floor= 33' Ford F550 252"WB 19,500 GVWR Base Floorplan XL-6.8L V10 Gas-Standard 79,400.00 - Rear Lift Floor=33' Ford F550 252"WB 19,500 G VW.. R w ,„ 0 7A" ., 44 1 ,Body Options r� 'w S5; Structure Op. FRP Fiberglass Skin 1,350.00 - 1: Exterior Skin S5; Body Op. 1 Undercoating 400.00 1 400.00 . '�a. sn" - try '+vg#d :=i ,a Engine-Transmission-Fuel Options s,✓r"*,x rs-:,�+.,�;,�' t.�„ s..<t <.,s�a5cu ,-,� .cc��^kr �.�:'° ' S7; 7A. Op. 1 Combined High Idle/Lift Interlock(Intermotive 100.00 1 100.00 HighLock) S7; 7E. Op. 1 Diesel Engine in lieu of Gasoline Engine 6,900.00 1 6,900.00 S7; 7E. Op. 2 Compressed Natural Gas (CNG) Dedicated 27,000.00 - Fuel System:42 GGE S7; 7E. Op. 2 Compressed Natural Gas(CNG) Dedicated 29,500.00 - Fuel System: 53 GGE S7; 7E. Op. 2 Compressed Natural Gas (CNG) Dedicated 32,800.00 - Fuel System: 62 GGE Liquefied Petroleum Gas (LPG) Propane S7; 7E. Op. 3 Dedicated Fuel System, Roush or Al 18,500.00 - Alternatives.42 GGE Liquefied Petroleum Gas (LPG) Propane S7; 7E. Op. 3 Dedicated Fuel System Roush or Al 22,800.00 - Alternative. 65 GGE 1 4/23/2015 EXHIBIT A CMPC-14-BOC-RFP Order Form - Glaval Entourage Suspension System d,p.io-s ,. ,- :, , �. .t�.�x 4' S9; 9D. Op. 1 MOR/ryde RL Suspension System 800.00 1 800.00 S9; 9D. Op. 2 Non-slip Axle 280.00 1 280.00 Tres aid Whees bpttons r ti S10; 10A. Op. 1 Mud and Snow Tires-Goodyear Wrangler 3,400.00 - DuraTrac S10; 10A. Op. 1 Mud and Snow Tires-Goodyear G622 2,240.00 - Commercial Grade S10; 10A. Op. 2 Spare Tire Carrier 240.00 - 2 4/23/2015 CMPC-14-BOC-RFP Order Form - Glaval Entourage . :�..t° ,i s t it,`. n -: v i - `e q. < ':t" a S. 'i r T .�, +�. i, e EleCtrlcai Sjfst @I�{flptlonS ' > tk r� >� � r S12; B2. Op. 1 Alternate Battery Location—OEM Engine (300.00) - Compartment S12; D13. Op. 1 Ignition Switch Controls-Route MBC through _ - Ignition Interoor CCmate Control Options v; ,,5,,,.s+*t :„ sn-..vm.�, '�, v-�._..;=`, S13; A31516 Op. Air Conditioning Deletion Credit (3,550.00) - 1 22�'�' R /t/b Up' Thermo King Roof Top HVAC Unit: 65 7,850.00 - S13;A3/5/6 Op. Thermo King Roof Top HVAC Unit: 75 8,200.00 - 2 S13; A18 Op. 1 Vacuum Operated Heater Control Valve 85.00 - Interior Trim Optlon q;". .} a, ;i v.,.gfi .�.v � ` > `.r ar *r . S14; 14A. Op. 1 Upholstered Interior 855.00 1 855.00 Sewing` pttons SINGLE SEAT CREDIT DOES NOT APPLY Tb,CitiSeat,3PT Sept "or Go Seat ,�`' Up grades, Costs are an Addition t9 Base - r 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 10 4,800.00 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; 16B. 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 Level 5: cost per seat S16; B8. Op. 1 SPECIFY SEAT COLOR AND FABRIC TYPE: 53.00 - Freedman Level 6: cost per seat S16; B8. Op. 1 SPECIFY SEAT COLOR AND FABRIC TYPE: 57.00 24 1,368.00 La France Mills 398 Twilight 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 - 3 4/23/2015 CMPC-14-BOC-RFP Order Form - Glaval Entourage S16; B14; Op. 1 Single—Freedman AM Foldaway 370.00 - S16; B14; Op. 1 Single—Freedman CitiSeat Foldaway 220.00 - S16; B14; Op. 1 Single—Freedman GoSeat Foldaway 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 Foldaway 610.00 2 1,220.00 S16; B14. Op.2 Double: Freedman GoSeat Foldaway 525.00 - Ford OEM 6-Way Power Driver's Seat with S16; 16C. Op. 1 power seat base-cannot be used with 1,680.00 - USSC seat USSC Evolution G2E Driver Seat with manual S16; 16C. Op. 1 seat base only-cannot be used with Ford 1,325.00 - OEM power seat and base 4 4/23/2015 CMPC-14-BOC-RFP Order Form - Glaval Entourage Floor anc FloorGovenng Options p s M.vt.., ,T h v� , o �,.-,_,, ,,.,, ..� „„ .,. _ter .., �-,,.. ,.tn„ . .,,x -.>„m., _,;x �,a„3.,,. _ . r ,_ ,. ..� o S17; 17B. Op. 1 Floor Underbelly 250.00 - S17; 17F. Op. 1 Altro Transflor Meta 405.00 - SPECIFY COLOR: S17; 17G. Op. 1 Contrast White Step Edging and Standee Line 35.00 - Passen`ger Door f3p , fl M 4',i. . S19; 19D. Op. 1 Rear Emergency Exit Door 645.00 - L ghi ,.;, tingyOptions s ,A . F 3 . �,. �` 1 ,` tom, 4, . _ -i4;4W t ;� .k ar„ S22;A. Op. 1 Fog Lights 120.00 - S22; B. Op. 1 Underhood Light 150.00 - (-g. � 3 z.,+: is 3 f iw 3� ➢ :,�� Fintsh anil Color Options S; ,< . ,- ,� _ <i :P S23; 23B. Op. 1 City of Greeley Paint Scheme 4,200.00 - S23; 23B. Op. 1 Eagle County Paint Scheme 1,200.00 1 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 - M�rror O1 0,,-4k, �;kit k ,tip rr ."r x° 3a # k :r,, w `c`` -1!43 ref .,t-??.?o•. .�k* ., ..x'.f�x 5..-, >afz ✓-, s, a.;�.•t„4.�,1.r',,. "� t�4 3-...xre��`- X:"*.e�,3*f:�nn�a��`i�'. S25; A; Op. 1 Velvac Mirrors No Camera Model 2020 250.00 1 250.00 S25;A; Op. 2 Velvac Mirrors With Camera Model 2020XG 1,100.00 - 6 l ; ti ,� r ,�,±.e+,y- - `,4;"-' f sr,'t -'"v�+' fs , " sr ,¢ ' "'_rid`' asi ,€ri ,'':.'f" IVlobil�i� eft p,�ons s�' # s �5 --viw ,,r .tr * fit",,,Wig, s" At A `'a =F w>,. f ' s. - t>' B 1SE t1FT Pl R con Titania 1, tIo bs;;Series „P l f4XNO l ARGE �, , 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 1,000Ibs; 34"x54" 50.00 1 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 45.00 5 4/23/2015 CMPC-14-BOC-RFP Order Form - Glaval Entourage yry "' $ ", a," ,,` ', ,z` fir-F f' ,.. eer 3 ss' x.,.,','. ,o a'r&x.,;r,: X€€ '-` `, f1` F,✓ 'a z" :h*,;s' `, .,2` ..sx<s a.r''tr`.,. .WhoeichairSecureinent Sy earn Option TRACKAND SECUI2EMENT SYSTEM IV�ST BE CHOSEN, x NOT INCLUDED ALL COSTS LISTED ARE FOR l SINGLE WHEELCKAIR POSITION iv4 dF ',;za 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 2 750.00 6 4/23/2015 CMPC-14-BOC-RFP Order Form - Glaval Entourage 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 2 750.00 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 2 310.00 S27; 27G. Op. 1 Storage Pouch 35.00 - S27; 27G. Op. 2 Freedman Seating Tie Down Storage System 50.00 2 100.00 (TDSS): cost per seat Miscellaneous Options =l S28; 28D. Op. 2 Rear Help Bumpers 625.00 1 625.00 S28; 280. Op. 1 Bluetooth Enabled Radio 205.00 1 205.00 S28; 280. Op. 2 Paratransit Scheduling Hardware(Tablets, 400.00 1 400.00 etc.) Power Source <E y ., 4..y;- A - xs'y„s3:- 0xI t u`L . t. r ' t. ✓.� z a ru ,..0, .,, V ,,' `6, ..»`'0 tin Manual Option , . 5�-k.. gn- . .r 2-, s ,,.�L .a, -W 3' r a, S29; 29A. Op. 1 As Built Parts Manual 50.00 1 50.00 Ac c�tro ai Bus p tion' s k . . - , � i " 51 ,, "t S.` e L am ` ,, ,s, ; 1 n S32; A. 1. HawkEye Plus Reverse Assistance System 500.00 - S32; A. 2. Closed circuit rearview monitoring/reverse 900.00 - asst. system Dash mounted monitor and camera mounted- S32;A. 3. 600.00 - vehicle rear Rearview Mirror with Built In Screen and S32;A. 4. 750.00 1 750.00 Backup Camera S32; B. 1. REI Model R8001 Camera System 3,400.00 - S32; B. 2. Apollo Roadrunner 4 Camera System 4,940.00 - S32; B. 2. Apollo Roadrunner 8 Camera System 7,200.00 1 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: Ford OEM 5,000.00 - 7 4/23/2015 CMPC-14-BOC-RFP Order Form - Glaval Entourage S32; E. 1. OnSpot Automatic Drop Down Tire Chains 2,870.00 - Ford F550 12V Comp. S32; E. 2. RUD-ROTOGRIP Light Truck with air 3,700.00 - compressor 8 4/23/2015 CMPC-14-BOC-RFP Order Form - Glaval Entourage 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 1 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 1 425.00 Request @ W/C positions as well) S32; H. Passenger Stop Request at Wheelchair 110.00 1 110.00 positions: cost per position S32; I. Public Address System 90.00 - S32; J. 1. Luminator Twin Vision Mobilite Sign System: 6,900.00 - Front&Side S32; J. 2. Luminator Horizon SMT Sign System: Front& 9,300.00 1 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 1 365.00 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 120,398.00 Total BASE/OPTION Cost x # of Buses Ordered 1 120,398.00 Additional Busvptions Not covered Incontract,At ►gency's OwnxExpense Item Description Unit Cost Quantity Total Cost Apollo IP System Upgrade 2,517.00 1 2,517.00 200.00 Clever pre-wire for ITS equipment.Add $200 to S28; 280. Op. 2 200.00 1 Total Cost Additional Bus Options 2,717.00 Acldltlonal,Bu./i,,,- S Ot�o_@ , <contact t_ r.A ,i�� `` ,:4 Vi � _ : Item Description Unit Deletion Quantity Total Deletion 9 4/23/2015 CMPC-14-BOC-RFP Order Form - Glaval Entourage As built parts manual 50.00 1 50.00 Total Cost Additional Bus Deletions 50.00 10 4/23/2015 CMPC-14-BOC-RFP Order Form - Glaval Entourage F Total CCost Cor rac ri c c l 'O JonslDe�e tons t 126,066.00 p ,,, ,. ,t� � Total BASE/OPTION + Addtl. Options/Deletions Cost x 1 # of Buses Ordered 123,065.00 #DDITIONAL INSTRUCTIs,ONS TO 1/ENDOR �_i Rear Heater Location: S •eci 1 Floor or 2 Ceilin• Master Battery Control Switch Location: j Specify 1) Stepwell; 2) Under Driver's Seat; 3) BetweenA � .®; Driver's Seat Mount and Driver Door or 4 Driver's Dash E` Specify Location to Mount Safety Items 5 of Th (i.e Fire Extinguisher; First Aid Kit, etc.) d peci ea o or an• a•ric ype ree• man eve - Upgrade to Level 6 3) Freedman Order Form will be attached by La France Mills 398 , lI � , Twilight -see ,, - ADDITIONAL CONFIGURATION OR OPTION NOTES: • Upholstered interior: solid grey • Clever pre-wire obtain schematic from Clever; quoted at $600 by NBS 11 4/23/2015 CMPC-14-BOC-RFP Order Form - Glaval Entourage Agency Name Eagle County RTA Contact Person Kelley Collier Date 27-Feb-15 Phone Number 970-328-3533 Base Pricing t Class E TiSeating 16-22 t 2)Glaval Ford Entourage Unit, }aYF :- Unit Cost Quantity Total Cost Base Floorplan XL-6.8L V10 Gas-Standard 77 472.00 - Front Lift Floor=31' Ford F550 228"WB 19,500 GVWR Base Floorplan XL-6.8L V10 Gas-Standard 75,470.00 - Rear Lift Floor=27' Ford F550 201"WB 19,500 GVWR ease t'.ricing class t(seating zU 3v/z)viaval ford w tlt i Enourage , ,, ;__. " g£Mfi . 4{ „ Unit Cost Quantity Total Cost Base Floorplan XL-6.8L V10 Gas-Standard 76,945.00 - Front Lift Floor=31' Ford F550 228"WB 19,500 GVWR Base Floorplan XL-6.8L V10 Gas-Standard 78,545.00 1 78,545.00 Rear Lift Floor=31' Ford F550 228"WB 19,500 GVWR Base Pricing Class G (Seating 24-34/2 'Glaval Ford v.c. , En�ou g Unit Cost Quantity Total Cost ra a � ; r � :� � ... .�� � �� � � �.����. Base Floorplan XL-6.8L V10 Gas-Standard 79,900.00 - Front Lift Floor= 33' Ford F550 252"WB 19,500 GVWR Base Floorplan XL-6.8L V10 Gas-Standard 79,400.00 - Rear Lift Floor= 33' Ford F550 252"WB 19,500 GVWR Body O tiOF stf s �� � = 4 S5; Structure Op. FRP Fiberglass Skin 1,350.00 - 1: Exterior Skin S5; Body Op. 1 Undercoating 400.00 1 400.00 Engine Transmission Fuel Options ,, ` -, a r 1 4$ re *AiotaoAzfTu. S7; 7A. Op. 1 Combined High Idle/Lift Interlock(Intermotive 100.00 1 100.00 HighLock) S7; 7E. Op. 1 Diesel Engine in lieu of Gasoline Engine 6,900.00 1 6,900.00 S7; 7E. Op. 2 Compressed Natural Gas(CNG) Dedicated 27,000.00 - Fuel System: 42 GGE S7; 7E. Op. 2 Compressed Natural Gas(CNG) Dedicated 29,500.00 - Fuel System: 53 GGE S7; 7E. Op. 2 Compressed Natural Gas (CNG) Dedicated 32,800.00 - Fuel System: 62 GGE Liquefied Petroleum Gas (LPG) Propane S7; 7E. Op. 3 Dedicated Fuel System, Roush or Al 18,500.00 - Alternatives.42 GGE 1 4/23/2015 CMPC-14-BOC-RFP Order Form - Glaval Entourage Liquefied Petroleum Gas (LPG)Propane S7; 7E. Op. 3 Dedicated Fuel System Roush or Al 22,800.00 - Alternative. 65 GGE Suspension System Options < ' ` .,,' S9; 9D. Op. 1 MOR/ryde RL Suspension System 800.00 1 800.00 S9; 9D. Op. 2 Non-slip Axle 280.00 1 280.00 Tirws and WheefS Options 'z + fr s,.,, _'s F.e., .srar.,_4+a.;*. ,,, :iva,e.+:z< sk#,_..+:-..,'� .,. .- , .'3 'r .� _ . ^ttR, £ .�b... S10; 10A. Op. 1 Mud and Snow Tires-Goodyear Wrangler 3,400.00 - DuraTrac S10; 10A. Op. 1 Mud and Snow Tires-Goodyear G622 2,240.00 - Commercial Grade S10; 10A. Op. 2 Spare Tire Carrier 240.00 - • 2 4/23/2015 CMPC-14-BOC-RFP Order Form - Glaval Entourage ,,�' 0190:1P!!System�Opt�ons , S12; B2. Op. 1 Alternate Battery Location—OEM Engine (300.00) - Compartment S12; D13. Op. 1 Ignition Switch Controls—Route MBC through _ - Ignition IntenorrCIimate Control, ptions W f < ,I S 0 , . 4 t ._ . = S13; A31516 Op. Air Conditioning Deletion Credit (3,550.00) - 1 2513; A3/b/ti up. Thermo King Roof Top HVAC Unit: 65 7,850.00 - S13;A315/6 Op. Thermo King Roof Top HVAC Unit: 75 8,200.00 - 2 S13; A18 Op. 1 Vacuum Operated Heater Control Valve 85.00 - £73 Y 4'E 4 k F Interior Trim Op#ion ' ,.. 4 q' S14; 14A. Op. 1 Upholstered Interior 855.00 1 855.00 Seating Options SINGLE SEAT CREDIT DOES NOT APPLY TO CitSeat,3PT Seat orGo Seat'; '4 t < " Upgra es Cost ire in c itionrto base ` k„ �f "< 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 10 4,800.00 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; 16B. 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 Level 5: cost per seat S16; B8. Op. 1 SPECIFY SEAT COLOR AND FABRIC TYPE: 53.00 - Freedman Level 6: cost per seat S16; B8. Op. 1 SPECIFY SEAT COLOR AND FABRIC TYPE: 57.00 24 1,368.00 La France Mills 398 Twilight 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 - 3 4/23/2015 CMPC-14-BOC-RFP Order Form - Glaval Entourage S16; B14; Op. 1 Single—Freedman AM Foldaway 370.00 - S16; B14; Op. 1 Single—Freedman CitiSeat Foldaway 220.00 - S16; B14; Op. 1 Single—Freedman GoSeat Foldaway 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 Foldaway 610.00 2 1,220.00 S16; B14. Op. 2 Double: Freedman GoSeat Foldaway 525.00 - Ford OEM 6-Way Power Driver's Seat with S16; 16C. Op. 1 power seat base-cannot be used with 1,680.00 - USSC seat USSC Evolution G2E Driver Seat with manual S16; 16C. Op. 1 seat base only-cannot be used with Ford 1,325.00 - OEM power seat and base 4 4/23/2015 CMPC-14-BOC-RFP Order Form - Glaval Entourage n z uric z," ` t' v , ' g" b z Flooi and Foot overmg Pb ions , A S17; 17B. Op. 1 Floor Underbelly 250.00 - S17; 17F. Op. 1 Altro Transflor Meta 405.00 - SPECIFY COLOR: S17; 17G. Op. 1 Contrast White Step Edging and Standee Line 35.00 - Passenger Dooi-foi on ), k .,. k 5 ,414n° z S19; 19D. Op. 1 Rear Emergency Exit Door 645.00 - Lghting Options r �' "per S22; A. Op. 1 Fog Lights 120.00 - S22; B. Op. 1 Underhood Light 150.00 - Fnisfi�and,Colot Options . S23; 23B. Op. 1 City of Greeley Paint Scheme 4,200.00 - S23; 23B. Op. 1 Eagle County Paint Scheme 1,200.00 1 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 - r."°,�*a rr..,.�s„ >x,�,,.�,- ti' ..,. �..�- -:.sw ,o3. a x.> "`sv .. gx 4Ak .,"r.. .z. ..,2i` c.. .k m3u-F..,„_ 1444,4.."�5�*,s,-x.x._sz.�A-, ,..-,. S25; A; Op. 1 Velvac Mirrors No Camera Model 2020 250.00 1 250.00 S25; A; Op. 2 Velvac Mirrors With Camera Model 2020XG 1,100.00 - Mo „, Lift Op„,ons i «. .x 4 ,BASE.;-ter 'ott ` fi i " rr , tt rs Nb As O H A∎ -E T , in TAtanam OOO s b S eie r. j s »» tG . t 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 1 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 45.00 5 4/23/2015 CMPC-14-BOC-RFP Order Form - Glaval Entourage rSec m�e yst€�em O p"i tions RAx CK.c�A ND S EC`.at,icdS R,?Er MEv-�NB T SST EM4�USTB#a�E CH•-"^SWek S NOT ICLUDED SLL COSTS LISTED ENr,� 'IRE FORA SINGLE WHEELCAIR POSITION 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 2 750.00 6 4/23/2015 CMPC-14-BOC-RFP Order Form - Glaval Entourage 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 2 750.00 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 2 310.00 S27; 27G. Op. 1 Storage Pouch 35.00 - S27; 27G. Op. 2 Freedman Seating Tie Down Storage System 50.00 2 100.00 (TDSS): cost per seat Miscellaneous Opions ; ` S28; 28D. Op. 2 Rear Help Bumpers 625.00 1 625.00 S28; 280. Op. 1 Bluetooth Enabled Radio 205.00 1 205.00 S28; 280. Op. 2 Paratransit Scheduling Hardware(Tablets, 400.00 1 400.00 etc.) Power Source ` G ^"` .5'' ,1a 'TY err: wo �` r ri�r �r'"-s�k" s33 f n mss,,. -5. : Manual Option fi �_ ��r< ;„.„.„„e..F>.�,rrc�.� .�..rr.. ,� .> :r .S,K,� .g �,.w,.r< o .,-�.7.r, ,.....� .,,.. �,-1.- �n .t�,�,.�. ;�.,a57z '�-iA c,.. :41A,;,.,5` S29; 29A. Op. 1 As Built Parts Manual 50.00 1 50.00 Additional,Bus Options,; . r ,. S32; A. 1. HawkEye Plus Reverse Assistance System 500.00 - S32; A. 2. Closed circuit rearview monitoring/reverse 900.00 - asst. system Dash mounted monitor and camera mounted- S32; A. 3. 600.00 - vehicle rear Rearview Mirror with Built In Screen and S32;A. 4. 750.00 1 750.00 Backup Camera S32; B. 1. REI Model R8001 Camera System 3,400.00 - S32; B. 2. Apollo Roadrunner 4 Camera System 4,940.00 - S32; B. 2. Apollo Roadrunner 8 Camera System 7,200.00 1 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: Ford OEM 5,000.00 - 7 4/23/2015 CMPC-14-BOC-RFP Order Form - Glaval Entourage S32; E. 1. OnSpot Automatic Drop Down Tire Chains 2,870.00 1 2,870.00 Ford F550 12V Comp. S32; E. 2. RUD-ROTOGRIP Light Truck with air 3,700.00 - compressor 8 4/23/2015 CMPC-14-BOC-RFP Order Form - Glaval Entourage 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 1 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 1 425.00 Request @ W/C positions as well) S32; H. Passenger Stop Request at Wheelchair 110.00 1 110.00 positions: cost per position S32; I. Public Address System 90.00 - S32; J. 1. Luminator Twin Vision Mobilite Sign System: 6,900.00 - Front&Side S32; J. 2. Luminator Horizon SMT Sign System: Front& 9,300.00 1 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 1 365.00 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 123,268.00 Total BASE/OPTION Cost x # of Buses Ordered 1 123,268.00 Additional Bus Options Not Covered InContract,At Agency's Own Expense, - . Item Description Unit Cost Quantity Total Cost Apollo IP System Upgrade 2,517.00 1 2,517.00 Clever pre-wire for ITS equipment. Add $200 to S28; 280. Op. 2 200.00 1 200.00 Total Cost Additional Bus Options 2,717.00 Additional Bus Deletions Not Covered In'Contract ; ,,r: ,y. ;-i> ° . Item Description Unit Deletion Quantity Total Deletion As built parts manual 50.00 1 50.00 9 4/23/2015 CMPC-14-BOC-RFP Order Form - Glaval Entourage Total Cost Additional Bus Deletions 50.00 10 4/23/2015 CMPC-14-BOC-RFP Order Form - Glaval Entourage " Total Cos Con rac Price ;Addtl Op ions De e�tioins . t4 _ „ K., 125,935.00 Total BASE/OPTION + Addtl. Options/Deletions Cost x 1 # of Buses Ordered 125,935.00 ADDITIONAL INSTRUCTIONS TO VENDOR Z *S s Rear Heater Location: S •eci 1 Floor or 2 Ceilin• Master Battery Control Switch Location: =,� � Specify 1) Stepwell; 2) Under Driver's Seat; 3) Between . 0 Driver's Seat Mount and Driver Door or 4 Driver's Dash _'. Specify Location to Mount Safety Items :• (i.e Fire Extinguisher; First Aid Kit, etc.) peci y ea o or an• a•ric ype ree• man eve - Upgrade to Level 6 3) Freedman Order Form will be attached by La France Mills 398 -, . • • •I a If - Twilight ADDITIONAL CONFIGURATION OR OPTION NOTES: • Upholstered interior: solid grey • Clever pre-wire obtain schematic from Clever; quoted at $600 by NBS 11 4/23/2015