Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
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